| Contract Summary Sheet |
| Contract (PO) Number: 781 |
|
|
| Specification Number: B20551301 |
| [Name of Contractor: PROGRESSIVE INDUSTRIES, INC. |
| City Department: DEPARTMENT OF HEALTH |
|
|
| Tid of Contract: Infant Cr Sets- 820851301 |
|
|
| ‘Term of Contract: Start Da |
| End Date: 1/31/06 |
|
|
| Dollar Amount of Contract (or maximum compensation if a Term Agreement) (DUR): |
| $13,279.00 |
|
|
| Brief Description of Work: Infant Car Seats- 820551301 |
|
|
| Procurement Services Contact Person: JUANITA DEVON, |
|
|
| Vendor Number: 1011062 |
|
|
| Submission Date: APR 9 2003 |
|
|
| UNTITLED |
| a |
|
|
| Filia A ; ) |
|
|
| TARGET MARRET ROCEAM f |
|
|
| onlgn AGREHaBUTc nstucen 0 ery orcmeaco ceo ‘il y |
| on NiENWINORITY BUSINESS ENTERPRISE(S) (MBE) |
|
|
| Seeno' [t-SNIN" AND WOMEN BUSINESS ENTERPRISE(S) (WBE) FIRMS |
| oe WITH APPROPRIATE SPECIALITY AREA DESIGNATION |
| vexoorno. 66 CHA conreact no. TACSS/S0/-Ab. |
| PROGRESSIVE NOUSTRES -_—SPECIFICATIONNO:- 82.05513.0 |
| (ess A AVONDALE |
| ou, 60631 aent. © TERM AGREEMIN a |
| ents NOS UPON ke uiRew |
| PERN, ERE rat can sears i |
| pan Fe |
| CORRHET RIOD: THIRTYSIX MONTHS FROM THE DATE OF CONTRACT |
|
|
| IAWARD AND RELEASE |
| staring: 271-0 trou: E=5I-0G |
| feured ior use by |
| DEPARTMENT OF PUBLIC HEALTH |
| DRAWINGS. NONE |
| Ai signatures tobe sworn to before a Notary Pubic |
|
|
| INFORMATION; |UANITA DEVON, HEAD PURCHASE CONTRACT ADMINISTRATOR |
| PHONE NO.” (312) 744-4924 |
|
|
| All bids are to be sealed and received no later than 11:00 a.m. on the day of the |
| id Opening, All bids will be read publicly in the » |
|
|
| BID AND BOND ROOM |
| ROOM 301, CITY HALL |
|
|
| 8 |
| Issued by |
| ‘THE DEPARTMENT OF PROCUREMENT SERVICES. |
|
|
| CITY OF CHICAGO |
| ROOM 403, CITY HALL |
| 121 NORTH LA SALLE STREET |
| CHICAGO, ILUNOIS 60602 |
|
|
| RICHARD M. DALEY DAVID E. MALONE |
| MAYOR CHIEF PROCUREMENT OFFICE |
| Jw |
|
|
| UNTITLED-002 |
| UNTITLED-003. |
| Table of Contents |
|
|
| REQUIREMENTS FOR BIDDING AND INSTRUCTIONS TO BIDDERS |
| GENERAL CONDITIONS. |
|
|
| SPECIAL CONDITIONS . |
| PERFORMANCE BOND ° |
| SUB-ORDERS . |
| INVOICES * |
| PAYMENT ° |
| DELIVERY . |
| INVENTORYILEAD TIME. w |
| TESTS |
| SAMPLES in |
| Quantmigs . |
| BASIS OF AWARD... i |
| LOCAL BUSINESS PREFERENCE i |
| INCOMPLETE BIDS . . " |
| [UNSPECIFIED ITEMS |
| CONTRACT PERIOD |
| CONTRACT EXTENSION OPTION, |
|
|
| PRICE ESCALATION. |
|
|
| CONTRACT DOCUMENTS TO BE COMPLETED BY BIDOER |
| CONTRACTOR CERTIFICATION |
|
|
| AUTHORIZED DEALER DISTRIBUTOR |
|
|
| WARRANTY |
|
|
| MANUALS, CERTIFICATES, |
|
|
| BID DATA, |
|
|
| ‘CONTRACTOR'S INSURANCE |
|
|
| CONFLICTS OF INTEREST |
|
|
| DISCLOSURE OF OWNERSHIP w |
| GOVERNMENTAL ETHICS ORDINANCE w |
| CHAPTER 2-56 OF THE MUNICIPAL CODE OF CHICAGO, OFFICE OF INSPECTOR GENERAL Ww |
|
|
| BUSINESS RELATIONSHIPS WITH ELECTED OFFICIALS tw |
| ‘SECTION 2-92-380 OF THE MUNICIPAL CODE OF CHICAGO ia |
| -MACBRIDE PRINCIPLES ORDINANCE 1 |
| NON-APPROPRIATION 18 |
| ACCEPTANCE 8 |
| CONTRACT DOCUMENTS 18 |
| DISCLOSURE OF RETAINED PARTIES - EXECUTIVE ORDER 97-7 1% |
| ‘COMPLIANCE WITH CHILD SUPPORT ORDERS ORDINANCE 18 |
|
|
| EARLY TERMINATION 1" |
| LIVING WAGE ORDINANCE ” |
|
|
| TARGET MARKET SPECIAL CONDITIONS ey |
|
|
| SCHEDULE 8.2 3 |
|
|
| UNTITLED-004 |
| TARGET MARKET SCHEDULE C-2 |
| SCHEDULE 0-2 |
|
|
| ‘TARGET MARKET UTILIZATION REPORT |
| DETAILED SPECIFICATIONS . - |
|
|
| SCOPE - |
| EXCEPTIONS, |
|
|
| PROPOSAL x0 |
|
|
| PROPOSAL |
| EXCEPTIONS (EXPLAIN): 20 |
| BIO DATA 20 |
| ADDITIONAL INFORMATION: a0 |
|
|
| DISCLOSURE AFFIDAVIT FOR CONTRACTS AND CONCESSION, |
| AGREEMENTS NOT INVOLVING FEDERAL FUNDS |
|
|
| DISCLOSURE OF RETAINED PARTIES |
|
|
| TO BE EXECUTED BY A CORPORATION 33 |
| TO BE EXECUTED BY A PARTNERSHIP 30 |
| TO BE EXECUTED BY A SOLE PROPRIETOR = |
| ACCEPTANCE 25 |
| INSURANCE CERTIFICATE OF COVERAGE sa |
|
|
| UNTITLED-005, |
| REQUIREMENTS FOR BIDDING |
|
|
| CONTRACT FOR SUPPLY |
|
|
| Proposals will be recewed by the Chief Procurement |
| COficer of the Citvof Chicago im accordance with Contract |
| Documents as set forth herein |
|
|
| 1. BID DEPOSIT |
|
|
| Bid depost shall be required for all competitwe sealed |
| bidding for contracts when required in the legal |
| advertisement. Bid deposit shall be a bond provided by a |
| ‘surety company authorized to do business inthe State of |
| Iino, or the equvaient in cashier's check. money order |
| ‘or cetified check. All certied checks must be drawn on |
| 2 bank doing business the United States, and shall be |
| made payable to the order of the City of Chicago. CASH |
| IS NOT AN ACCEPTABLE FORM OF BID DEPOSIT |
|
|
| Bid deposits shal be in the amount shown in the |
| advertsement or a8 may be prescribed herein, but notin |
| ‘excess of 10% of the bid. Where the amount of the bid |
| deposit shown in the adverisement should prove to be |
| mate than 10% oF the bid, then the bidder may submit in |
| thew of the foregoing, an amount equal to 10% of his bi. |
| Compliance with the provisions herewith shall be |
| determined n ll cases by the Chvef Procurement Officer |
| {and his determination shall be final |
|
|
| When the legal advertisement requires a depost. |
| noncompliance requires thatthe bid be rejected unless |
| 1s determined that the bid fails to comply in a non: |
| substantial manner with the deposit requirements. |
|
|
| _Ater bids are opened, deposts shall be revocable forthe |
| period speciied herein, f a bidder 1 permitted to |
| ‘wathdraw its bid before award, no action shall be taken |
| against the bidder or the bid deposit. |
|
|
| PREPARATION OF PROPOSAL |
|
|
| ‘The bidder shall prepare its proposal on the attached |
| proposal forms. Unless otherwise stated, all blank spaces |
| 10m the proposal page oF pages, applicable to the subject |
| spectication, mus be correctly filled in, Either a unit |
| ppnce or a lump sum pnce, as the case may be, must be |
| stated for each and every stem, ether typed in or written |
| rnank, n figures, and, if required. in words. |
|
|
| \Wbdder's a corporation, the President and Secretary shall |
| texecute the bid and the Corporate seal shal be afined |
| In the event that ths bid is executed by other than the |
| President, attach hereto a certified copy ofthat section of |
| Corporate By-Laws or other authonzation by the |
|
|
| Specification. 82-03513-01 |
|
|
| AND INSTRUCTIONS TO BIDDERS |
|
|
| Corporation which permis the persor |
| offer for the corporation |
|
|
| li bidder 1s a partnership, all panners snl eecute |
| bid, unless one partner has been autnorized 1 sae 1" |
| the partnership. in which case euidence ot scm |
| authonty satisiacton to the Chvet Procuremen: Once |
| shall be submitted. i bndder sa sole propretorsnp tne |
| sole propretorship shall execute the bid |
|
|
| |A*Partnership”, “Joint Venture” or “Sole Propnetorship |
| operating under an Assumed Same must be reastered |
| ‘wth te Ili county in which located, 2s prowided |
| 805 1LCS 405 (1992 |
|
|
| Il, SUBMISSION OF PROPOSALS. |
|
|
| All prospective bidders shall subst sealed proposals |
| with applicable bid deposit enclosed nm enseloges |
| ‘provided for that purpose in the DEPARTMENT OF |
| PROCUREMENT SERVICES, Room 301, Cin Hall. and |
| 1f proposals are submitted im envelopes other than those |
| 50 provided for this purpose. then the sealed envelope |
| submitted by the prospective bidder shall carn the |
| following information on the face of the envelope |
| bidder's name. address, subject matter of proposal |
| adverused date of bid opening andthe hour designated |
| for bid opening as shown on the legal adversement |
|
|
| Where proposals are sent by mail to the Chiet |
| Procurement Officer. the bidders shall be responsible |
| for their delivery to the Chief Procurement Oficer |
| before the advertised date and hour forthe opening of |
| bids. tthe mail s delayed bevond the date and hour set |
| forthe bid opening. proposals thus delaved wall not be |
| accepted. |
|
|
| Proposals shall be submitted wth onginal signatures in |
| the space provided on the appropnate Proposal |
| Execution Page Proposals not propery signed shal be |
| rejected |
|
|
| IV, WITHDRAWAL OF PROPOSALS |
|
|
| Bidders may withdraw thesr proposals at any time poor |
| tothe ume specified inthe advertisement asthe closing |
| Lume forthe recerpt of bids. However, no bidder shall |
| ‘withdraw oe cancel his proposal fora period of sixty "60° |
| ‘calendar days after said advervsed closing time for the |
| receipt of proposals nor shall the successtul bidder |
| withdraw or cancel or modify hs proposal ater having |
| been notte bythe Chief Procurement Oricerthat said |
|
|
| INFANT CAR SEATS, Page 1 of 59 |
|
|
| UNTITLED-006 |
| REQUIREMENTS FOR BIDDING AND INSTRUCTIONS TO BIDDERS |
|
|
| proposal has been accepted bv the City. The Citvresenves |
| the right to withhold and depos. as liquidated damages |
| and not a penalty, the bid deposit of any bidder |
| requesting withdrawal. cancellation ot modification of ts |
| proposal prior to the stated penod for acceptance of |
| Proposal |
|
|
| \Where this contrac shall be approved by another agency, |
| such asthe Federal Government of State of tlinois, then |
| the bidder shall not withdraw or cancel or modify his |
| proposal ior a penod of ninety (90) calendar days after |
| said adverused closing time forthe receipt of proposal. |
| V. COMPETENCY OF BIDDER |
|
|
| ‘The Chet Procurement Officer reservestherighttoreiuse |
| toaward.a contractto any person rm or corporation that |
| 1s in arrears o sn detault tothe City of Chicago upon |
| any debtor contact, or that i detaulter as surety oF |
| otherwise, upon any obligation o sad Cty, or had fale |
| to perio fathiully any previous contrat withthe City |
|
|
| The bidder. irequested. must present withina reasonable |
| Lime, as determined by the Chet Procurement Officer, |
| ‘evidence satisfactory tothe Chief Procurement Ofcer of |
| perormance abilty and posession of necessary facilis, |
| pecuniary resources and adequate insurance to comply |
| with the terms of these specifications and contract |
| documents |
|
|
| VL. CONSIDERATION OF PROPOSALS |
|
|
| “The Chet Procurement Otficer shall epresent and act for |
| the City in all matters pertaining to this proposal and |
| ccontract_in conjunction therewith. The Chief |
| Procurement Officer reserves the night to reject any oral |
| ‘proposals and to dstegard any informality in the bids and |
| bidding. when 1n his opinion the best interest ofthe City |
| wl be served by such action, |
|
|
| The proposal is contained in these contract documents |
| land MUST NOT BE DETACHED HERE FROM by any |
| bidder when submitinga proposal. Incomplete proposals |
| are subject to rejection. |
|
|
| Vil. ACCEPTANCE OF PROPOSALS |
|
|
| ‘The Chief Procurement Officer will accept in wnting one |
| ‘of the proporals or reject all proposals, within sexy 160) |
| calendar days, or within ninety (90) calendar days where |
| approval by other agencies is required, from the date of |
| ‘opening of bids, unless the lowest responsible bidder, |
| upon request ofthe Cty, extends the time of acceptance |
|
|
| tothe City |
| Vill, PERFORMANCE BOND |
|
|
| When required by the Chuet Procurement Onier |
| successul bidder or bidders shall, within seven |
| Calendar days of receipt of notice rom the Cit. turnin |
| «performance bond inthe full amount of the contra |
| fon Form P.W.O. 62. a specimen of winch 1s bound |
| herein. Recerpt of wntten nouce irom the Ci toturnsn |
| a bond constitutes tentative notice of pending award |
| ‘and proposal acceptance. Release of the contract shall |
| bbe withheld pending receipt and appro. |
| sausiactory bond. Attention 1s called to the prov sions |
| ‘of Section 5/8-10-13 ofthe limos Murvcipal Code and |
| to the provisions of Chapter 7-4 of the Municipal Coste |
| ‘of Chicago. |
|
|
| 1X FAILURE TO FURNISH BOND |
|
|
| In the event that the bidder fais to furnish the |
| performance bond in said period of seven 7 calendar |
| days, then the bid deposit of the bidder shall be |
| retained bythe City a liquidated damages and not sa |
| penalty |
|
|
| x —_DISCLOSURES |
|
|
| The apparent low bidder will be required to evecute |
| and notanze the disclosure required by Executive Order |
| 97-1 no later than 7 calendar days ater noutication os |
| the City of Chicago unless a longer time 1 granted bx |
| the Chief Procurement Oficer. A copy ofthe disclosure |
| requited by Executive Order 97-1 1 attached to the |
| Specification. Refusal to execute and notanze such |
| disclosure will result in the Chief Procurement Officer |
| declaring the brdder non-responsible and the Citv |
| retaining the bid deposit. Moreover, if a bidder 1s |
| deemed non-responsible under ths provision, the |
| bidder's status asa non-responsible bidder may apply t0 |
| the bidder's subsequent bids |
|
|
| XL INTERPRETATION OF |
| DOCUMENTS |
| any person contemplating submitung a proposal sn |
| doubt as to the true meaning of any part of the |
| specifications or other coatract documents, a writen |
| request for an interpretation thereof, may be submitted |
| to the Chief Procurement Officer. The person |
| submaung the request wil be responsible for is prompt |
| delivery. Any interpretation ofthe proposed documents |
|
|
| CONTRACT |
|
|
| Specification: 82-05513-01 , INFANT CAR SEATS, Page 2 of 59, |
|
|
| UNTITLED-007 |
| REQUIREMENTS FOR BIDDING AND INSTRUCTIONS TO BIDDERS |
|
|
| sill be made only by an addendum duly ssued bs the |
| (Chie! Procurement Officer. Acopy a such addendum wl |
| be faxed, electronically mailed. mailed or delwered to |
| ‘each person recewing a set of such contract documents |
| land to such other prospective bidders as shall have |
| requested that they be fumished with a copy of each |
| addendum Failure onthe par oi the prospectne bidder |
| torecewe a written interpretation prior tothe time of the |
| ‘opening of bids will not be grounds for withdrawal of |
| proposal. Bidder will acknowledge receipt of each |
| Addendum ssued in space provided on proposal page. |
| (Oral explanations will not be binding. |
|
|
| XI. CATALOGS |
|
|
| ach bidder shall submit. where necessary, or when |
| requested by the Chief Procurement Officer, catalogs, |
| descnptive erature, and detailed dravangs. fully detailing, |
| features. designs, construction, appointments inshesand |
| the like not covered in the specications. necessary to |
| fully describe the matenal 0 work he proposes to furnish. |
|
|
| XII, TRADE NAMES |
|
|
| In cases where an item 1s identified by a manuiacturer's |
| ame, trade name, catalog number, of reference, 1s |
| Understood thatthe bidder proposes tofurishthe item so |
| identified and does not propose to furnsh an “equal |
| unless the proposed “equal” is defintely indicated therein |
| by the bidder |
|
|
| Reierence to a specific manufacturer. trade name or |
| catalog is intended to be descriptive but not restrictive |
| and only to indicat to the prospective bidder articles that |
| willbe satistactory. Bids on other makes and catalogs will |
| be considered, provided each bidder cieariy states onthe |
| face of the proposal exactly what st proposes to furnish. oF |
| forwards with the bd, a cut, illustration, or other |
| descriptive matter which willclearly indicate the character |
| lof the aricle covered by the bid. |
|
|
| ‘The Chief Procurement Officer hereby reserves the right |
| ‘to approve as an equal. oF to eject as nat being an equal |
|
|
| any arucle the bidder proposes to furnish which contains |
| ‘major or minor vanations from specification requirements |
| but which may comply substantially therewith |
|
|
| XIV, RETURN OF BID DEPOSIT: |
|
|
| The bid deposit ofall except the two lowest bidders on |
| ‘each contract will be retuned shortly aiter the bid |
| ‘opening. |
|
|
| Specification: 82+ |
|
|
| 13-01 |
|
|
| ‘The Chel Procurement Ofice*resenes |
| all bid deposits. 1 the intent is to aare mut 9 |
| contracts tor a requirement and OF (he {0 |
| responsible bidders can not be reads aeterm: |
| based on price until all proposals have been esaiuates |
|
|
| The remaining bid deposes on each contract wii Ne |
| returned with the excepuon oF the accented fae |
| aiter the Chief Procurement Oricer has awarded th |
| contract. The bid deposit of the accepted bidder wil be |
| rewumed ater the contrac’ and a saistacton |
| performance bond has been approsed ssnere sux |
| bond is required |
|
|
| xv. TAXES |
|
|
| Federal Excise Tax does not apph to matena! |
| purchased by the City of Chicago by vitue of Exemption |
| Cernficate No, 36-6005820 and State oF Minos Sales |
| ‘Tax does not apply bv vitue of Exemption So E9095. |
| 1874-04, linoss Retalers Occupation Tas. Use Tax |
| and Municipal Retailers’ Occupation Tax do not appis |
| tomaterialsor services purchased bx the Cn oF Chicago |
| by vtue of Statue |
|
|
| The pnice or pices quoted herein shall nciude all other |
| Federal and/or State, direct and or indirect taxes which |
| 20ph. |
|
|
| The prices quoted herein shall agree wth all Federal |
| laws and regulators. |
|
|
| XVI. ORDER OF PRECEDENCE OF COMPONENT |
| ‘CONTRACT PARTS. |
|
|
| The order of precedence of the component contract |
| pars shall be as follows: |
|
|
| General Conditions |
|
|
| Addenda ifany |
|
|
| Department Special Prowsions |
|
|
| Plans or City Drawings. |
|
|
| Detailed Specsications |
|
|
| Standard Specifications of the City, State or |
|
|
| Federal Government. anv |
|
|
| G Advertisement ior proposals cops ut |
| advertisement to be attached t0 back of cover |
|
|
| > mone» |
|
|
| H. Requirements for Bidding and Instructions te |
| Bidders, |
|
|
| INFANT CAR SEATS, Page 3 of 59 |
|
|
| UNTITLED-008 |
| REQUIREMENTS FOR BIDDING AND INSTRUCTIONS TO BIDDERS |
|
|
| L._Periormance Bond, # required. |
| The foregoing order of precedence shall govern the |
| Interpretation of the contract in all cases of conflict of |
| Inconsistency therein. except as may be othenuse |
| expressly provided by the City. |
|
|
| XVII. NOTICES |
|
|
| Allcommunications and notices herein provided for shal |
| be faxed, delivered personally, electronically mailed, or |
|
|
| mailed first class. posage prepaid to the Co |
| ‘name and address sted on the proposal neres |
| ‘Commissioner of the using department bs |
|
|
| Procurement Officer. Room 403 Cin. Hall |
|
|
| Salle Stet. Chicago, |
|
|
| nos 60602 |
|
|
| Speciication: B2-05513-01 , INFANT CAR SEATS, Page 4 of 39 |
|
|
| UNTITLED-009 |
| GENERAL CONDITIONS |
|
|
| 1. NON-DISCRIMINATION |
| A 6 eens |
|
|
| It shall be an unlawsul employment practice for the |
| Contractor 1) to fail or refuse to hire orto discharge any |
| individual, or otherwise to discriminate against anv |
| individual with respect to hs compensation. othe terms. |
| Conditions, or privileges of his employment, because of |
| such individual's race, colo, religion, sex, age, handicap |
| ‘or national ongin, of 2) to limit, segregate. or classify his |
| ‘employees or applicants for employment in any way |
| which would deprive or tend to deprive any individual of |
| ‘employment opportunities or otherwise adversely afect |
| his status as an employee. because of such individual's |
| race, color. religion sex, age, handicap or national ongin. |
|
|
| Contractor shall comply with The Civil Rights Actof 1964, |
| 42 US.C. sec. 2000 et seg. 11988), as amended. |
| tention 1s called to: Exec. Order No, 11.246, 30 Fed, |
| Reg. 12,319 1965), reprinted in 42 U-S.C. 20004e) note, |
| as amended by Exec. Order No. 11,375, 32 Fed. Reg. |
| 14,303 (1967) and by Exec. Order No. 12.086, 43 Fed. |
| Reg, 46,501 (1978); Age Discrimination Act, 42 US.C. |
| sec. 6101-6106 (1988); Rehabilitation Act of 1973, 29 |
| US.C. sec. 793.794 1988); Americans with Disabilives |
| Act. 42 US.C. sec. 12102 4 seqy and 41 CR Part 60 |
| 1569. (1990), |
|
|
| 8. State Requirements |
|
|
| Contractor shall comply with the Mlinois Human Rights |
| Act, 775 ILCS 5/1 = 101 etseq. 11992), as amended and |
| any rules and regulatons promulgated in accordance |
| therewith, including, but not limited to the Equal |
| Employment Opportunity Clause, 5 ll, Admin, Code § |
| 750 Appendix A. Furthermore, the Contractor shall |
| ‘comply with the Public Works Employment Oscrmination |
| Act, 775 ILCS 1010.01 t.seq. (1992), a5 amended. |
|
|
| City Requirements |
|
|
| Contractor shall comply with the Chicago Human Rights |
| ‘Ordinance. ch. 2-160, section 2-160-010 et seq. of the |
| ‘Chicago Municipal Cade (1990), as amended. Further, |
| Contractor shall furnish or shall cause each of 1s |
| subcontractors) to furmish such reports and information as |
| requested by the Chicago Commission on Human |
|
|
| Relanons |
| D Subcontractors |
|
|
| ‘Contractor agrees that all ofthe above orouisons § |
| {B) and iC) , will be incorporated sn al! agree |
| entered into with anv suppliers of materais turnin" |
| fof services, subcontractors oF ans tier and late |
| ‘organizations which furnsh skilled. unshiled and cra |
| ‘union skilled labor. oF which may proside ans such |
| materials. labor or services in connection saith th |
| Contract. |
|
|
| 2. INDEMNITY |
|
|
| Contractor shall indemnity. Keep and save harriess |
| the Cty, ts agents, officials and emplovees, against al |
| injuries, deaths, loss. damages. claims, patent clams |
| sults labilties, judgments, costs and expenses. hich |
| may im any Way accrue against the Cit. in |
| Consequence ofthe granting ofthis contract or which |
| may in any way result thereirom. whether oF not 1 |
| shall be alleged or determined that the act was caused |
| through negligence or omission of the Contractor |
| its employees. of the subcontractor or its emplovees |
| any, and the Contractor shall, at ts own expense: |
| appear, defend and pay all charges of atornevs and |
| all costs and other expenses arsing thereirom or |
| incurred in connection therewith, and. sf anv |
| Judgment shal be rendered against the City in anv |
| such action, the Contractor shal, at ts own expense. |
| sausy and discharge the same. Contractor expressh |
| understands and agrees that anv pertormance bond or |
| Insurance protection required by this contract, ot |
| otherwise provided by Contractor, shall in no ay |
| lim the responsibility to indemnity, keep and save |
| harmless and defend the Citv as herein provided. |
|
|
| To the extent permissible by law, the Contractor |
| wanes any limits on the Contractor's habit that |
| would otherwise have by wtue of the Workers |
| Compensation Actor any other related law or judicial |
| decision such as Kotecki v Cyclops Welding |
| Corporation, 146 il 2d 135.1991) The Cit |
| however, does not wawe any lmrations it may hase |
| ‘on its habilty under the Worker's Compensation Act. |
| theilinos Pension Code or any other statute |
|
|
| ‘Specification: 82-05513-01 , INFANT CAR SEATS, Page 5 of 59 |
|
|
| UNTITLED-010 |
| GENERAL CONDITIONS |
|
|
| 3. PREVAILING WAGE ACT |
|
|
| The Contractor shall comply with “AN ACT regulating |
| wages of laborers, mechanics. and. other workers |
| employed in any public works by the State, county, city oF |
| any public body or any politcal subdivision or by anyone |
| under contract for public works.” Attention is called to |
| (Chapter 48, Par 39, ll Rev Stas. 1989, |
|
|
| {tis the policy of the Stat of linois that a wage of no less |
| than the general prevailing hourly rate as paid for work of |
| similar character 1n the locality 1n which the work is |
| Performed, shall be paid to all laborers, workers and |
| ‘mechanics employed by or on behalf of any and ll public |
| bodies engaged in public works |
|
|
| The term "general prevailing hourly rate", when used in |
| thes Act means the hourly cash wages plus fringe benefits |
| for health and wellare, insurance, vacatons and pensions |
| paid generally, in the locality in which the work is being. |
| performed, to employees engaged in work of a similar |
| character on public works, |
|
|
| lithe Deparment of Labor revises the general prevailing, |
| hourly rate to be paid by the public body, the revsed rate |
| shall apply to such contract. |
|
|
| 4. SUBLETTING OR ASSIGNMENT OF CONTRACT |
| ‘OR CONTRACT FUNDS |
|
|
| ‘No contract shall be assigned or any par othe same sub- |
| Contracted without the written consent of the Chief |
| Procurement Officer; but in no case shall such consent, |
| relieve the Contractor irom his obligations, or change the |
| terms ofthe contract, |
|
|
| The Contractor shall not transfer or assign any contract |
| funds or claims due orto become due without the waten |
| approval of the Chief Procurement Officer having first |
| been obtained. |
|
|
| The transfer or assignment of any contract funds either in |
| whole of in part, oF any interest therein, which shall be |
| due or to become due to the contractor, shall cause the |
| annulment of said transer or assignment so far asthe City |
| ts concerned. |
|
|
| 5 GUARANTEES & WARRANTEES |
|
|
| All guarantees and warrantees requited shal! |
| furnished by the Contractor and shall be dein eree |
| the Chie' Procurement Officer betore tinal soucher ve |
| the contract i sued. |
|
|
| 6 DELIVERY |
|
|
| All materials shipped to the Citv of Chicago must be |
| shipped F.0.8., designated location. Chicago lino |
| delivery is made by truck, arrangements must be |
| made in advance by the Contractor in orde that the |
| Cty may arrange for receipt of the materals The |
| material must then be delivered where directed |
|
|
| ‘Truck deliveries willbe accepted before 4:00 P St on |
| ‘week-days only. No delivenes will be accepted on |
| Saturdays, Sundays or Holidays |
|
|
| ‘The quantity of matenal delnered by tuck shall be |
| ascertained from a weight cericate wsued by a dul |
| licensed Chicago Public Weigh-Master. In the case o! |
| delivery by ral, weight will be ascertained irom bill of |
| lading from onginating line, but the Citv reserves the |
| fight to re-weigh at the nearest avaiable railroad |
| scale. |
|
|
| 7. DEMURRAGE AND RE-SPOTTING |
|
|
| The City will be responsible for demurrage charges |
| only when such charges accrue because ofthe City |
| negligence in unloading the materal. |
|
|
| The City will pay rairoad charges due to the re. |
| spotting of cas, only when such re-spotting sordered |
| by the Cry. |
|
|
| 8. MATERIALS |
| RESPONSIBILITY |
|
|
| INSPECTION AND |
|
|
| The City. by its Chef Procurement Officer shall have |
| ight to inspect any matenal to be used in carving |
| ‘out this contract. |
|
|
| ‘The City does not assume any responsibilty for the |
| availabilty of any controled materals or other |
| ‘matenalsand equipment required under thiscontract |
|
|
| Speciicaton: B2-05513-01 , INFANT CAR SEATS, Page 6 of 59 |
|
|
| UNTITLED-011 |
| GENERAL CONDITIONS |
|
|
| ‘The Contractor shall be responsible for the contracted |
| ualty and standards of all materials, components ot |
| completed work furnished under this contract up to the |
| ‘ume of final acceptance by the City |
|
|
| ‘Materials, components or completed work not comphng, |
| therewith may be rejected by the Chief Procurement |
| Cicer and shall be replaced by the Contractor at no cost |
| tothe Gay. |
|
|
| [Any materals oF components rejected shall be removed |
| within a reasonable time from the premises ofthe City at |
| the entre expense ofthe Contractor, ater written notice |
| has'been mailed by the City to the Contractor that such |
| ‘materials or components have been rejected. |
|
|
| 9, INSURANCE |
|
|
| The Contractor agrees to keep in force dunng the ie of |
| ths contract such insurance polices as may be indicated, |
| Inthe SPECIAL CONDITIONS of this contrat. Contractor |
| further agrees to furnish ceraficates of any oral insurance |
| polices listing the City as an additonal insured upon |
| request by the Chief Procurement Officer. |
|
|
| 10. PAYMENT |
|
|
| Payment to Contractor shall be as specified inthe Special |
| Conditions ofthis contract. |
|
|
| 11, CASH BILLING DISCOUNT |
|
|
| ‘Any cash biling discounts offered will nat be considered |
| in the evaluation of bids unless requested in the Special |
| ‘Conditions to be included inthe proposal so requested, |
| ‘ash biling discount foe payment of ivovces in thirty (30) |
| daysormore willbe considered in evaluating bids. Shorter |
| ‘discount periods will not be considered in evaluating bids, |
|
|
| 12. PRICE REDUCTION |
|
|
| Ii at any time atter the date of the bid or offer the |
| Contractor makes a general price reduction in the |
| ‘comparable price of any material covered by the contract |
| to customers generally. an equivalent price reduction |
| based on similar quantives and/or considerations shall |
| apply to the contract for the duration of the contract |
| pend 1or until the price 1s further reduced). Such price |
|
|
| reduction shal be eriecive atthe same rin ans |
| the same manner as the reduction 19 tne oF « |
| customers generally For purpose ofthis prox |
| general price reduction” shall mean ans. hot 0 |
| reduction in the price of an article of sence omere |
| (1) to Contractors customers generalh. or 2 in me |
| Contractor's price schedile for the class customers |
| ice, wholesales, jobbers, retailers. ec. which as |
| Used as the basis for bidding on this contact |
| ‘occasional sale at a lower price. or sale ot astressea) |
| merchandise at 2 lower pice. would not be |
| considered a “general price reduction” under this |
| pprowsion. The Contractor shall invoice the orders: |
| offices at such reduced pnces indicating on the |
| invoice that the reduction is pursuant to the "Price |
| Reduction” prowsion othe contractdocuments The: |
| Contractor, in addition shal within ten davs ot ans |
| general pace reduction not the Chie Procurement |
| (Officer of the Civ of Chicago ot such reduction |
| letter. Failure to doso mav require termination ofthe |
| contract. Upon receipt of anv such notice of a |
| general price reducton all orderingofiices willbe dus |
| ‘nottied by the Chie Procurement Officer |
|
|
| ‘The Contractor shall furnish, within ten days ater the |
| fend of the contract penod. a statement cerviing |
| ether: |
|
|
| (1) that no general price reduction, as detined |
| above, was made after the date of the bud or |
| offer oF |
|
|
| (2) any such general pace reductions were made |
| that as provided above. they were reported 1 |
| the Chet Procurement Oficer within ten davs, |
| and ordering ofices were billed atthe reduce |
| prices. |
|
|
| Where one or more such general price reductions |
| were made. the statement’ furnished by the |
| Contractor shall include with respect to each pre |
| reduction: |
|
|
| (1) thedate when notice ofanvsuch reduction as |
| issued) |
|
|
| (2) the effectve date ofthe reduction. and |
|
|
| ‘Specification: B2-05513-01 , INFANT CAR SEATS, Page 7 of 39, |
|
|
| UNTITLED-012 |
| GENERAL CONDITIONS |
|
|
| 3) the date when the Chief Procurement Officer was |
| notitied of any such reduction, |
|
|
| 13, DEFAULT |
|
|
| ‘A. The Gity may, subjetto the provisions of paragraph |
| 1c) below, by writen nouce of delaut to the |
| Contactor, terminate the whole or any par ofthis |
| contract in any one othe folowing crcumstances |
|
|
| lu Af the Contractor fails to make delivery of the |
| supplies oF to perform the services within the time |
| specified herein or any extension thereoi: oF |
|
|
| Ai ofthe contractor fails to perform any ofthe other |
| provisions cof thes contract, oF $0 fails to make |
| ‘ogres as to endanger performance ofthis contract |
| smaccordance with its terms, and in ether of these |
| ‘mo circumstances does not cure such failure within |
| a period of 10 days for such other pend as the |
| (Chief Procurement Officer may authorize in wring) |
| ater receipt of notice irom the Chief Procurement |
| lficer specifying such failure. |
|
|
| B. In the event the City terminates this contract in |
| \whole orn par as provided in paragraph 'a) ofthis, |
| cause. the City may procure, upon such terms and |
| in such manner as the Chief Procurement Oficer |
| ‘may deem appropriate, supplies or services similar |
| to those so terminated, and the Contractor shall be |
| hale tothe City for anv excess cost for such similar |
| supplies or service: Provided, that the Contractor |
| shall continue the performance ofthis to the extent |
| rot terminated under the provisions of ths clause, |
|
|
| C. The Contractor shall not be lable for any excess of |
| cost f acceptable evidence has been submited to |
| the Chief Procurement Officer the allure to periorm |
| the contract was due to causes beyond the control |
| and without the fault or negligence of the |
| ‘Contractor |
|
|
| 14 DISPUTES. |
|
|
| Except as otherwise provided inthis contract, any dispute |
| concerning a question of fact ansing under this contract, |
| ‘which 1s not disposed of shall be decided atte hearing by |
| the Chef Procurement Officer, who shall reduce his |
|
|
| Specification: 2+ |
|
|
| decision to wating and mai! oF otherwise“ |
| ‘copy thereot to the Contractor The decision v= |
| Chief Procurement Officer shall be final and nina" |
|
|
| 15. NON-COLLUSION, BRIBERY OF A PUBLIC |
| ‘OFFICER OR EMPLOYEE |
|
|
| Contractor, in periorming under ths contract shall |
| comply with the Municipal Cade of Chicago. |
| Section 2.92-320, a follows |
|
|
| No person or business entity shall be awarded a |
| Contract or sub-contract that person o” business |
| entity: ta) has been convicted of briben of |
| attempting to bribe a public oficer oF empiovee or |
| the City of Chicago. the State of llinass. oF an |
| agency ofthe federal government or of ant sate or |
| local government in the United States. that |
| officer's or emplovee's oficial capaci: oF 1b: has |
| been conucted of agreement or collusion among |
| bidders or prospecuve bidders in restraint ot |
| fteedom of competition by agreement to bid a ined |
| price, or otherwise: or ici has made an admission ot |
| ‘Built of such conduct described 1n ay orb) above |
| ‘which is matter of record but has not been |
| prosecuted for such conduct |
|
|
| For purposes ofthis secton, where an oficial. agent |
| ‘or employee of a business entity has committed am |
| ‘offense under this section on behalf of such an |
| ‘entity and pursuant to the direction of authorization |
| (of a responsible oficial thereoi, the business enti. |
| shall be chargeable with the conduct. One business |
| entity shall be chargeable wath the conduct of an |
| afflated agency. |
|
|
| Ineigiblty under ths section shall continue tor |
| three years following such conviction or admission |
| The penod of ineligibility may be reduced |
| suspended, or waved by the Chief Procurement |
| Officer under certain specific circumstances |
| Reference is made to Section 2-92-320 for 3 |
| definition of “afliated agency”, and a detailed |
| ‘description of the conditions which would perm |
| the Chie! Procurement Otficer to reduce, suspend |
| ‘or waive the period of eligi |
|
|
| 3.01 , INFANT CAR SEATS, Page 8 of 59 |
|
|
| UNTITLED-013 |
| SPECIAL CONDITIONS |
|
|
| PERFORMANCE BOND |
|
|
| No Bond Required |
|
|
| SUB-ORDERS |
|
|
| Request for Iniant Car Seats inthe form of sub-orders will be ssued by the Deparment of Public Health and sent |
| the Contractor to be applied against the contract. Suborder will indicate quantities ordered foreach line item |
|
|
| Uunistotal cox, shipping address, delivery date, fund chargeable information, and other pertinent instructions |
| regarding delivery |
|
|
| INVOICES |
|
|
| (Onginal invoices must be forwarded by the Contractor to the Department of Public Heath to apphs against the |
| ‘contract. Invoices must be submited in accordance with the mutually agreed upon time penod wth the |
| Department of Public Health, |
|
|
| All avoices must be signed. dated and reference the City contract number. Ifa Contractor has more than one |
| ‘contract with the City, separate invoices must be prepared for each contract 1 leu of combing items trors |
| diferent contracts under the same invoice. Invoice quantities tem descriptions. units of measure and pricing |
| 'nioemation must correspond tothe items quoted on the Proposal Page. |
|
|
| Invoices for overshipments or tems with pce escalatons may be reected unless the contract includes 3 prowsion |
| for such an adjustment by contract modification. Freight, handling and shipping costs are not to be invoiced As |
| stated inthe Requirements for Bidding and Instructions to Bidders section, the City of Chicago is exempt from |
| paving State of tino sales tax and federal excise taxes on purchases |
|
|
| PAYMENT |
| The Ciy will process payment within sixty (60) calendar days ater receipt of invoices completed in accordance with |
| the terms herein and all supporting documentation necessary forthe City to verity the Infant Car Seats supped |
| Under ths contract. |
|
|
| ‘The City wll not be obligated to pay for any Infant Car Seats delivered which are non-comphant with the terms and |
| conditions ofthese specifications. Any items which fal tests andlor inspections are subject to exchange or |
| replacement atthe cost of the Contractor. |
|
|
| DELIVERY |
|
|
| Delivenes must be made F.O.B.. City of Chicago. Deparment of Public Health, Central Warehouse, 1820 N Besh |
| Ce. Chicago, illinois 60622 between the hours of 8:30 a.m, and 3:00 pm. Contractor should contact LaSun |
| COmotunwashe, at 312-742-1824 twenty-four hours prio to delivery. |
|
|
| ‘The City reserves the nght to add new delivery locations or delete previously listed delivery locations as required |
| during the contract penod. |
|
|
| Specification; B2-05513-01 , INFANT CAR SEATS, Page 9 of 39 |
|
|
| UNTITLED-014 |
| ‘SPECIAL CONDITIONS |
| INVENTORY/LEAD TIME |
| ‘The Contractor must maintain an ventory of sufficient divers and quantity. as to ensure the deinen ot an |
|
|
| listed in the Proposal, which 5 ordered by the City irom stock within seven business davs after receipt o 3 C |
| department's order, In ieu ofthe inventory, the Contractor must be able to arrange such prompt deliver, |
|
|
| Repeated jallures of the Contractor to meet the above stated delivery requirements may be used bs the Cit as |
| rounds forthe termination of thes contract. and may further affect the Contractor's eliglit tr future contract |
| awards |
|
|
| ‘The Contractor's compliance with these requirements will be determined by the Chel Procurement Officer hose |
| decision will be binding, |
|
|
| Tests, |
|
|
| Incorder to determine thatthe proposed Infant Car Seats conform to this specification, the City reserves the night to |
| test andor spect representative samples, Other tests and measurements may also be periormed. as determined |
| the City. Upon request by the Chief Procurement Officer, the bidder must submit one or mote samples tr tests and |
| Inspection, at no cost to the City. |
|
|
| SAMPLES |
|
|
| For bid evaluation purposes, the bidder must jurmish and deliver, upon request by the Chie Procurement Oricer. |
| ‘one 1 sample of each line tem within ten (10) business days from the receipt of notice. All samples must be |
| delivered F.0.8., City of Chicago, Department of Public Health, Central Warehouse, 1820 \ Besh Ct, Chicago, |
| llinoxs 60622, Attn: LaSun Omotunashe. All samples must be tagged or labeled with the company name. address |
| and City specication number. Failure to furnish said samples within this time period may be cause fr rejection wt |
| the bid for being non-responsive to this requirement. |
|
|
| ‘The City will not be lable for the condition ofthe samples, |
| furnish and deliver the samples wil be borne by the bidder |
|
|
| the bidder requests return of the samples. The cost to |
|
|
| QUANTITIES |
| Any quantities shown on the Proposal Page are estimated only for bid canvassing purposes. The City reserves the |
| right to increase or decrease quantities ordered under this contact, Nothing herein will be construed as a intent on |
| the part ofthe City to purchase any Infant Car Seats other than those determined by the Department of Public |
| Health to be necessary to meet their current needs |
|
|
| The City will be obligated to order and pay for only such quantities as are from time to time ordered, delivered and |
| accepted on sub-ordes issued directly by the Department of Public Heath |
|
|
| BASIS OF AWARD |
|
|
| ‘A Contract willbe awarded based on the lowest total price offered by a responsive and responsible bidder who |
| ‘meets the terms and conditions ofthis specficaton. |
|
|
| ‘The total bid price isthe summation ofthe estimated quantities muliplied by the unt prices |
| ‘Specification: 82-05513-01 , INFANT CAR SEATS, Page 10 of 59. |
|
|
| UNTITLED-015, |
| SPECIAL CONDITIONS, |
|
|
| ‘The Chief Procurement Officer reserves the right to award a contract ar reyect am oral ids when in ns vps |
| the best interest ofthe City will be served therebs |
|
|
| LOCAL BUSINESS PREFERENCE |
| ‘The Chee Procurement Officer will accept the lowest bid price or lowest evaluated bid price irom 2 responsive an |
|
|
| responsible local business, provided that the bid does not exceed the lowest bit pce or lowest evaluated Dic price |
| from a responsive and responsible non-local business by more than two percent 2% |
|
|
| A local business "Local Business" sa business located within the corporate liuts ofthe Cit. sshich has the majonty |
| of ts regular. fulltime work force located within the City, and is subject to Cty of Chicago taxes |
|
|
| ‘Where all partners to a joint venture are Local Businesses, the joint venture will be deemed to be a Local Business |
| ‘Where not all partners toa joint venture are Local Businesses, such omnt venture wall be considered a Local Busin |
| ‘only f Local Businesses hold at least a fity percent (50%! interest in the venture. Local Businesses have atm |
| percent ‘508! interest inthe joint venture only the Local Business partners inthe venture hold subcontracts equa: |
| to ity percent (50%) oF moee ofthe amount ofthe bid. Joint venture bidders must submit information and |
| documentation including, but not limited to, the oine venture agreement and subcontracts! with their bids to |
| establish ther eligbilty for the Local Business Preference. jont venture bidder which fails to submit such |
| information will not be entitled to the Local Business Preierence |
|
|
| ‘The Chief Procurement Officers determination of a bidders eligibility for the Local Business Preierence will be tinal |
| INCOMPLETE BIDS |
|
|
| Bidders must quote allstems on the Proposal Pages). Bids submited to the contrary willbe considered incomplete |
| and asa result, wall be rejected, |
|
|
| UNSPECIFIED ITEMS |
|
|
| ‘Any Infant Car Seats not specifically lited herein may be added to this contract i they ial within the same specine |
| Ccalegory of supply tems specified. |
|
|
| ‘The User Department wall nofy the Contractor in wring of the tems which are necessary and request a westen |
| ‘pnce proposal fr the addition ofthe stems to this contract by modification, then forward the documents to the |
| Chief Procurement Officer. Such items) may be added to the contract only ithe prices are competitive with |
| ‘current market prices and said items are approved by the Chiei Procurement Oficer in the form of a westen |
| ‘modification signed by the Contractor and the City The Chiei Procurement Oficer reserves the night to seek |
| Ccompettive pricing information on sad stems tom other suppliers and to procure such stems! sn 2 manner which |
| serves the best interest ofthe City. |
|
|
| ‘Any such temis) delivered by the Contractor, without a properly executed contract modiication signed by the Chiet |
| Procurement Officer are delivered entirely at the Contractor’ nsk. Consequently, the event that such |
|
|
| ‘modification is not executed by the City the Contractor hereby releases the City from anv aby whatsoever to pay |
| {or any items delwered prior to the Contractor's receipt of the fully signed modification |
|
|
| ‘Specification: 82.05513-01 , INFANT CAR SEATS, Page 11 of 38 |
|
|
| UNTITLED-016 |
| SPECIAL CONDITIONS, |
| CONTRACT PERIOD |
|
|
| The contract will begin on or about and continue through Lniess terminated pene to th |
| date according tothe terms ofthe Termination paragraph, or extended as provided for herein |
|
|
| ‘The Citv will establish and enter the above start and expiration dates atthe time of formal award and release ot ths |
| contract unless negotiated prior to release ofthe contract. |
|
|
| The start date willbe no later than the fst day of the succeeding month fom the date shown as the Contract Award |
| and Release Date on the Acceptance Page herein. The expiration date will be the last dav of the thitv-sinth oth |
| {ull calendar month after the established start dat. |
|
|
| CONTRACT EXTENSION OPTION |
|
|
| ‘This contract willbe in effect for the dates indicated herein forthe contract period. The Chie! Procurement Omicer |
| ‘may elect to extend ths contract for an additional two (2) one (1) year extensions from the expiration date ot this |
| contract under the same terms and conditions of the original contract period. However. the contractor will have the |
| pprvlege of rejecting an extension of the contract period. Such rejection must be made in wating to the Department |
| ‘of Procurement Services at least ninety (90! days prior to the expiration ofthe contract and wil tate ts |
| ‘unwallingness to agree to an extension under the same terms and unit prices. |
|
|
| PRICE ESCALATION |
|
|
| Pnce escalation will be considered by the Chief Procurement Officer when the Contractor can show cause |
| substantiating the need for an increase. The Contractor will be required to furnish a certiied statement or afidavt |
| ‘which sates thatthe increase represents the cost for materals only and in no way represents an increase ior his |
| profits, labor or other overhead, The Contractor must just his request for an increase by submitting evidence trom |
| the manufacturer which details the pricing changes, the eftectve date forthe change and anv other iniormation |
| requested by the Chief Procurement Orficer to vent the price change. |
|
|
| If approved by the Chief Procurement Oficer, a properly executed contract modification must be signed by the |
| Contractor and the City to reflect the price change and the effectve date forthe change. Ongnal bd pices are 1m |
| ‘effect until the modification has been fully executed and released to the Contractor uniess the modhlication species |
| an effective date for the agreed upon price change. |
|
|
| ‘Any Infant Car Seats with and without Lower Anchorage and Tethers for Children (Latch) delivered by the |
| ‘Contractor atthe new price, without a properly executed contract modification signed by the Chet Procurement |
| (Officer, made at the contractor's risk. Consequentiy, n the event that such modhication 1s not executed by the |
| Cty, the Contractor hereby releases the City from any liability whatsoever to pay for delivered items atthe new |
| once pnor to the Contractor's receipt ofthe fully signed modification |
|
|
| ‘The Chief Procurement Officer reserves the right to seek compettive pricing information on said stems rom other |
| suppliers and to procure such item) in a manner which serves the best interest ofthe Cay. |
|
|
| Prices are not subject to change for the inital twelve (12) months of the contract period. A minimum period of |
| twelve (12) months must elapse between escalation requests, |
|
|
| ‘Specification: 82-05513-01 , INFANT CAR SEATS, Page 12 of 39 |
|
|
| $$ eeesesSsSsSssSsSsssSssseF |
| UNTITLED-017 |
| ‘SPECIAL CONDITIONS |
| CONTRACT DOCUMENTS TO BE COMPLETED BY BIDDER |
|
|
| Each bidderiproposer must fully complete, sign notarize and submit as part of his her proposal the rolls ns |
| documents incorporated herein: |
|
|
| Schedule 8-2: affidavit of MBEWBE Target Market Joint Venture |
| Schedule C-2' Letter of Intent from Subcontractor. Supper andior Consultant to Periorm |
| Schedule D-2, fidavit of Target Market Subcontractors |
|
|
| Disclosure Affidavit |
|
|
| Dasclosure of Retarned Parties |
|
|
| Proposal Execution Page, as applicable (Corporation. Partnership, Sole Proprietorship |
| City of Chicago insurance Certiicate of Coverage |
|
|
| ‘Note:ACH BIODER/PROPOSER MUST ACKNOWLEDGE RECEIPT OF & FULL SET OF CONTRACT DOCK MENTS |
| AND ANY ADDENDA AT THE TOP OF THE PROPOSAL EXECUTION PAGE. |
|
|
| CONTRACTOR CERTIFICATION |
|
|
| ‘The Contractor or each joint venture partner must complete the appropnate subsection C. State Tay Delinquencies |
| and acknowledge all other presentations inthe section entitled Contractor Certification ofthe attached Contractor + |
| ‘Afidavat the Affidavit! which certifies that the Contractor ot each joint venture partner. ss agents. emplovees |
| officers and any subcontractors a) have not been engaged in oF been convicted of briber oF attempted bribery 2 |
| public oficer or employee ofthe City of Chicago, the State of ilnois, any agency ofthe tederai government or am |
| state of local government in the United States or engaged in or been convicted of bid-riggng or bd-rotation |
| actuties as defined in ths section as required by the Ilinoxs Cominal Code: br do nat owe an debts ro the State ot |
| unos 1m accordance with 65 ILCS 5/11-42.1-1 and ©) are not presently debarred or suspended as detined in |
| subsection D, Cerfication Regarding Suspension and Ossbarment othe Afidavit |
|
|
| AUTHORIZED DEALER/DISTRIBUTOR |
|
|
| ‘The Contractor must be none other than the manufacturer or an authorized dealer distnbutor. Further. the |
| Contractor must be capable of furnishing onginal product warranty and manuiacturer’s related services such as |
| product information, product re-all notices, et |
|
|
| ‘The Contractor's compliance with these requirements willbe determined by the Chief Procurement Officer. whose |
| decision will be binding |
|
|
| WARRANTY |
|
|
| [Ata minimum, the Contractor must warrant fora period of one 1) year from the date o inal acceptance by the |
| ity, that i wll, a its own expense and without any cost to the City replace all defective parts and make any repairs |
| that may be requrred or made necessary by reason of deiectve design, matenal or workmanship, or by reason of |
| non-compliance with these specification. The warranty period will commence on the fist day the unit is placed in |
| service by the City. If longer warranty can be furnished, at no additional costo the City, the longer period wall |
| prevail |
|
|
| Speciication: 2-05513-01 , INFANT CAR SEATS, Page 13 of 59 |
|
|
| UNTITLED-018 |
| ‘SPECIAL CONDITIONS |
| MANUALS, CERTIFICATES |
|
|
| [At the ime of deiwery. the Contractor must furnish copies of all warrant or guarantee certicates owners man |
| ‘operating maintenance manuals. appicabons and or certicates of ongin. as applicable, fr all unt: deinerec unc |
| the contract. |
|
|
| BID DATA |
|
|
| ‘The Contractor should submit with this proposal. complete specications. descnptve literature and all other |
| pertinent and necessary data regarding the Infant Car Seats with and without Lower Anchorage and Tethers ‘or |
| Children iLatchy Contractor proposes to furnish. The information must be complete and without need of turther |
| ‘explanation, |
|
|
| CONTRACTOR'S INSURANCE |
|
|
| The Contractor must provide and maintain at the Contractors own expense, until contract completion and during |
| the time penod following final completion f Contractor is required to return and perform anv addtional work, the |
| insurance coverages and requirements specified below, insuring all operations related to the contract |
|
|
| 1) Workers Compensation and Employers Liability |
|
|
| Workers Compensation and Employers Liability Insurance, as prescnbed by applicable law covering all emplovees |
| who aro rove sevice under is Contract and Employes aby coverage wh mts fot than |
| '$100,000 each accident or illness. |
|
|
| 21 Commercial Liability ‘Primary and Umbrella) |
|
|
| Commercial Labilty Insurance or equwvalent with limits of not less than $1,000,000 per accurrence, for bodky |
| Injury, personal injury, and property damage lability. Coverages will clude the following: All premises and |
| operations, productsicompleted operations. separation of insureds, defense, and contractual habit swith no |
| lumutation endorsement). The City of Chicago ito be named as an additional insured on a. primary. |
| ‘non-contributory bass for any liability arising directly or indirectly from the work or services. |
|
|
| 31 Automobile Labslity Primary and Umbrella) |
|
|
| When any motor vehicles (owned. non-owned and hired) are used in connection with work to be periormed, the |
| ‘Contractor must provide Comprehensive Automobile Libilty Insurance with limits of not less than $1,000,000 per |
| cccurrence for bodily injury and property damage, |
|
|
| ADDITIONAL REQUIREMENTS |
|
|
| The Contractor wil fumish the City of Chicago, Department of Procurement Services, City Mall, Room 403, 121 |
| North LaSalle Street, Chicago, tlinois 60602, onginal Certificates of Insurance evidencing the required coverage to |
| bbe in force on the date ofthis Contract, and Renewal Certificates of Insurance. or such similar evidence. if the |
| ‘coverages have an expration of renewal date occurring during the term of this Contract. The Contractor wal submit |
| ‘evidence of insurance on the City of Chicago Insurance Certificate Form icopy attached) or equivalent prior to |
| ‘Contract award. The receipt of any certificate does not constitute agreement by the City that the insurance |
| requirements in the Contract have been fully met or thatthe insurance policies indicated on the cerificate are 1n |
|
|
| ‘Specification: 82-05513-01 , INFANT CAR SEATS, Page 14 of 59 |
|
|
| UNTITLED-019 |
| SPECIAL CONDITIONS. |
|
|
| ‘compliance with all Contract requirements The iailure ofthe City to obtain certicates or other insurance esc |
| ftom Contractor will nt be deemed to be a waiver bs the City. The Contractor wall advise all sure |
| Contract provisions regarding insurance. Non-coniorming insurance will not relieve Contractor o! he osigatin |
| provide insurance as specified herein. Nonfuilment of the insurance conditions mas constitute 2 Sot 0 |
| Contract. and the Civ retains the right to terminate contract until proper evidence of insurance i prowioec |
|
|
| ‘The insurance must provide for 60 calendar davs por wntten notice to be gwen tothe City in the evens coverage = |
| substarclly changed, canceled, or non-renewed |
|
|
| Any and all deductibles or sel-nsured retentions on referenced insurance coverages will be borne by |
| ‘Contractors. The Contractor agrees that insurers wll waive their ight of subrogation against the Cin. of Chicago sts |
| ‘employees, elected officials, agents, or representatives. |
|
|
| The Contractor expressly understands and agrees that any coverages and limits furnished by Contractor willin no |
| ‘way lime the Contractors liabilities and responsibilities specified within the Contract documents laws |
|
|
| ‘The Contractor expressly understands and agrees that any insurance or self insurance programs maintained by the |
| Gay of Chicago wil apply 1n excess of and not contribute with insurance provided by the Contractor uncer the |
| Contract. |
|
|
| ‘The required insurance to be caried will not be limited by any mations expressed in the indemnnication language |
| herein or any limation placed on the indemnity therein gwen as a matter of law |
|
|
| ‘The Contractor must require all subcontractors to provide the insurance required herein or Contractor mas provide |
| the coverages for subcontractors. ll subcontractors will be subject tothe same insurance requitements of |
| ‘Contractor unless othenwise specified herern |
|
|
| li Contractor. or subcontractors desire additional coverages, the contractor and each subcontractor. will be |
| responsible for the acquisition and cost of such additvonal protection. |
|
|
| The City of Chicago Risk Management Department maintains the ght to modify, delete alter or change these |
| requirements. |
|
|
| CONFLICTS OF INTEREST |
| No member of the governing body of the City of Chicago or other unit of government and no other officer |
| ‘employee or agent ofthe City of Chicago oF other unit of goverment who exercises any functions oF responsibilties |
| in connection with the carving out ofthe project mav have any personal interest, director indirect. sn the contract |
| The Contractor covenants that he presently has no interest and will nt acquire any interest, direct of indirect, in the |
| project to which the contract pertains which would confit in any manner or degree with the periormance of ts |
|
|
| ‘work hereunder. The Contractor further covenants that in ts performance ofthe contract no person having anv |
| such interest will be employed. |
|
|
| Specification: B2-05513-01 , INFANT CAR SEATS, Page 15 of 59 |
|
|
| UNTITLED-020 |
| SPECIAL CONDITIONS |
| DISCLOSURE OF OWNERSHIP |
| Pursuant to Chapter 2-154 of the Municipal Code ofthe City of Chicago. anv perton, business entity or agenes |
|
|
| submitung a bid or proposal to or contracing with the City of Chicago will be required to comolete the Oicisure |
| ‘Ownership interests nthe attached Disclosure Affidavit. Complete disclosure information must be proves |
|
|
| GOVERNMENTAL ETHICS ORDINANCE |
|
|
| ‘Contractor must comply with Chapter 2-156 of the Municipal Code of Chicago, “Governmental Ethics sncluding |
| ‘but not limited to Section 2-156-120 of ths Chapter pursuant to which no payment. gatutty or oner ot emplovment |
| veal be made in connection with any City contract by oF on behalf ofa subcontractor tothe prime Contractor oF |
| Igher ver subcontractor or any person associated therewith, as an inducement for the award of a subcontract or |
| order. Any contract negobated, entered into, or periormed in wolaton of any of the provisions of this Chapter will |
| bbe voidable as tothe City. |
|
|
| (CHAPTER 2-56 OF THE MUNICIPAL CODE OF CHICAGO, OFFICE OF INSPECTOR GENERAL |
|
|
| twill be the duty of any bidder, proposer, or Contractor, all subcontractors, and every applicant ior certication of |
| eligibility for a Cay contractor program, and all officers, directors, agents, partners, and emplovees of anv bidder |
| proposer, contractor. or such applicant to cooperate with the Inspector General n anv investigation oF hearing |
| tundertaken pursuant ro Chapter 2-56 of the Chicago Municipal Code, The Contractor undersiands and must abe |
| by all provisions of Chapter 2-56 of the Municipal Code of Chicago. ll Contractors must inoem subcontractors ot |
| ths provsion and require understanding and compliance herewith. |
|
|
| BUSINESS RELATIONSHIPS WITH ELECTED OFFICIALS. |
|
|
| Pursuant to Section 2-156-0301b) of the Municipal Code of the City of Chicago, ts legal for anv elected official ot |
| the city, or any person acting atthe directon of such oficial to contact. ether orally o° in writing. any other city |
| offical or employee with respect to any matter nvolng any person with whom the elected oficial has a business |
| relationship, of to parvcipate in any discussion in any city council commttee hearing orn anv city council meeting |
| ‘oF to vote on any matter involving the person with whom an elected offical has a business relationship. Violation of |
| ‘Section 2-156-0301b) by any elected offical wth respect to ths contract willbe grounds for termination of this |
| contract. The term business relavonship is defined as set forth in Section 2-156-080 of the Municipal Code of |
| Chicago. |
|
|
| Section 2-156-080 defines a "business relationship" as any contractual or other prvate business dealing of an |
| Official, or hs or her spouse, or of any enty in which an official or hs or her spouse has a financial interest, with 2 |
| ‘person or entity which entities an official to compensation or payment inthe amount of $2.500 or more in & |
| calendar year; provided, however, a financial interest will not include: \i any ownership through purchase at far |
| ‘market value or inhertance of less than one percent of the share of a corporation, or any corporate subsidiary, |
|
|
| parent or afllate thereof, regardless of the value of or divdends on such shares, such shares are regstered on a |
| securities exchange pursuant tothe Securties Exchange Act of 1934, as amended: (i) the authorzed compensation |
| ‘pad to an oficial or employee for hs office or employment; ii) any economic benefit provided equally to al |
| residents of the city; (wa time or demand depost ina financal institution; or an endowment or insurance policy |
| ‘or annuity contract purchased fram an insurance company. A contractual or other private business dealing” wl |
| ‘not include any employment relationship ofan offical’ spouse with an entity when such spouse has no discretion |
| concerning oF input relating to the relationship between that entity and the city |
|
|
| Specification: 82-05513-01 , INFANT CAR SEATS, Page 16 of 59 |
|
|
| UNTITLED-021 |
| ‘SPECIAL CONDITIONS |
| SECTION 2.92-380 OF THE MUNICIPAL CODE OF CHICAGO. |
|
|
| 44) Imaccordance with Section 2-92-380 of the Municipal Code of Chicago and in addition to ans other rah» |
| and remedies including any of set-off available to the Citv of Chicago under the contract or permittec at |
| ‘rn equity the Cay will be entitled to set off a porson of the contract price or compensation due unde tne |
| Contract. m an amount equal to the amount ofthe fines and penalties for each outstanding parking wcsaton |
| ‘complaint and the amount of anv debt owed by the contracting party tothe Citv For purposes ot this set |
| ‘outstanding parking violation complaint” means a parking ticket, notice of parking violation. or parking |
| ‘wolation complaint on which no payment has been made or appearance filed in the Circuit Cour of Cook, |
| ‘County within the time specified on the complaint. “Debt” means a speciied sum of mones owed to tne Cit |
| for which the penod granted for payment has expired. |
|
|
| by Notwithstanding the provisions of subsection ia) above, no such debtis or outstanding parking wolation| |
| complaints willbe offset from the contract pace or compensation due under the contracts one or more ot |
| the following conditions are met: |
|
|
| 1) the contracung party has entered into an agreement with the Deparment of Revenue. or other |
| appropriate City department, forthe payment of all outstanding parking vation complaints and |
| <ebts owed to the City and the Contracting party's in compliance with the agreement: or |
|
|
| 12) the contracting part is contesting lability for or the amount ofthe debt in a pending adminsstratne |
| or judicial proceeding: oF |
|
|
| 13) the contracting party has fled a petition in bankruptcy and the debts owed the Citv are |
| dischargeable in bankruptey. |
| MACBRIDE PRINCIPLES ORDINANCE |
|
|
| ‘The City of Chicago through the passage of the MacBride Principles Ordinance seeks to promote fair and equal |
| ‘employment opportunities and labor practices for religious minorities in Northern ireland and provde a better |
| ‘working enuronment for allcitzens in Northern Irland. |
|
|
| In accordance with Section 2-92-580 of the Municipal Code of Chicago. ifthe pnmary Contractor conducts anv |
| business operations in Northern Ireland, it hereby required thatthe Contractor must make all reasonable and good |
| {ath effons to conduct any business operations in Norther Ireland in accordance with the MacBnde Principles or |
| 'Nonthern Ireland as defined in inois Public Act 85-1390 (1988 Il Laws 3220), |
|
|
| For those Contractors who take exception in competitive bid contracts to the provision set forth above. the City will |
| assess an eight percent penalty. This penalty wil increase thes bid price for the purpose of canvassing the bids v9 |
| ‘order to determine who isthe lowest responsible bidder. This penalty will apply ony for purposes of comparing bid |
| amounts and will not affect the amount of any contract payment |
|
|
| The provisions of this Section will not apply to contracts for which the City receives funds administered by the |
| United States Department of Transportation, except to the extent Congress has directed that the Deparment of |
| Transportation not withhold funds from states and localities that choose to implement selecte purchasing polices |
| based on agreement to comply with the MacBnde Principles for Northern Ireland, orto the extent that such funds |
| {are not otherwise withheld by the Department of Transporation. |
|
|
| ‘Specification: 82-05513-01 , INFANT CAR SEATS, Page 17 of 59) |
|
|
| UNTITLED-022 |
| ‘SPECIAL CONDITIONS. |
| NON-APPROPRIATION |
|
|
| |i no funds or insufficient funds are appropriated and budgeted in any fiscal period ofthe City tor pavments te |
| made under tis contract, then the City will notify the Contractor ofthat occurrence and this contract wll terminate |
| 1m the earlier ofthe last day ofthe fiscal period for which sufficient appropriavoa was made oF whenever the tuna |
| appropriated for payment under this contract are exhausted. No payments will be made to the Contractar under |
| tus contract beyond those amounts appropnated and budgeted by the City to fund payments under ths cont |
|
|
| ACCEPTANCE |
|
|
| Its understood and agreed by and between the partis hereto, that the intial acceptance and inspection of am. |
| delivery wil not be considered a waiver of any provision ofthese specifications and will not relieve the Contractor ot |
| his obligation to supply satisactory matenal which Conforms tothe specifications, as shown by ans test or |
| inspections for which provisons are herein otherwise made. |
|
|
| CONTRACT DOCUMENTS |
|
|
| Failure of the Contractor to familanze himselthersel with ll requirements ofthe Contract Documents wll not |
| telieve him/her from complying with al of the provisions thereat |
|
|
| DISCLOSURE OF RETAINED PARTIES - EXECUTIVE ORDER 97-1 |
|
|
| ‘The apparent low bidder will be required to execute and notanze the disclosure required by Executwe Order 9~-1 |
| ‘no later than seven (7) calendar days ater notification by the Cty of Chicago unless a longer time ws granted by the |
| Chief Procurement Officer. copy of the disclosure required by Executive Order 97-1 1s attached to this |
| specification. Refusal to execute and notarize such disclosure will result sn the Chie! Procurement Oicer declaning |
| the bidder non-responsble and the City retaining the bid depose. Moreover, ifa bidder is deemed non-responsibie |
| Under this provision, the bidders status as a non-responsible bidder may apply tothe bidders subsequent bids |
|
|
| COMPLIANCE WITH CHILD SUPPORT ORDERS ORDINANCE |
|
|
| ‘The Child Support Arrearage Ordinance, Municipal Code of Chicago, Section 2-92-15, furthers the Citys interest in |
| contracting with entities which demonstrate financial responsibilty, integrity and lawfulness, and finds that 1 |
| especially inequitable for contractors to obtain the beneits of public funds under Citv contacts while its owners fa |
| to pay court-ordered child suppor, and shif the support of thes dependents onto the public veasury. |
|
|
| In accordance with Section 2-92-415 of the Municipal Code of Chicago. ithe Circutt Court of Cook County of an |
| knors court of competent jurisdiction has wsued an order declaring one or more Substantial Owners in arearage on |
| their chid support obligations and: (1) a one such Substantial Owner has not entered into a court-approved, |
| agreement for the payment ofall such child support owed, or (2) a Substantial Owner 1s not n compliance wth a |
| Courtapproved agreement fr the payment of all such child support owed, ‘see Ceruficaton of Compliance with |
| Child Suppor Orders in Disclosure Afidavit, then |
|
|
| For those bidders m competitive bid contracts, the City wil assess an eight percent penalty. This penalty will |
| increase ther bid price forthe purpose of canvassing the bids inorder to determune the lowest responsible buider |
| Thus penalty will apply only for purposes of comparing bid amounts and will nt affect the amount of any contract |
| payment. |
|
|
| Specification: B2-05513-01 , INFANT CAR SEATS, Page 18 of 59 |
|
|
| UNTITLED-023 |
| SPECIAL CONDITIONS, |
|
|
| For purposes ot ths section "SUBSTANTIAL OWNER means ans person who owns or holds a ten percent“ |
| ‘more percentage ot interest n the bidder: where the bidder isan individual or Sole proprietewshia suns. |
| ‘means that individual or sole proprietorship. |
|
|
| "PERCENTAGE OF INTEREST” includes direct, indirect and benelicial interests n the Contractor snares o |
| bbenefical interest means that an interest in the Contractor is held by a corporation. joint xenture trust oartner |
| association, estate or other legal entity sn which the individual holds an interest. oF By agent norms» 0 |
| bbehali of an individual or entity. For example, sf Corporation 8 holds or owns a twenty percent interes: |
| Contractor. andl an individual or entity has a ity percent or more percentage of interest in Corporatinn 8 tne wn |
| ‘dividual or ent indvecth asa ten percent more percentage of interest im the Coneractoy It Corporat? B is |
| hel x another entity then this analisis similarly must be apphed to that next entry |
|
|
| The proxisions ofthis Section will only apply where not otherwise prohibted by federal. state 1 ls |
| EARLY TERMINATION |
|
|
| ‘The City may terminate this contractor all or anv portion of the contract. at am time bx a notice sn writing ra |
| itv to the Contractor The City will gue notice to the Contractor The eitecive date oY termination wi be the 6 |
| the notice srecerwed br the Contractor or the date stated inthe notice. whichever later Inthe City eects Ws |
| terminate the Contract m ful all services to be provided under f must cease and all materials na! may have Neen |
| Accumulated in performing his contract whether completed or in the process. must be delivered tthe Cit wie |
| TO davs after the effective date stated inthe nove |
|
|
| Aer the nouce 1s recened. the Contractor must resnct ils actaities, and those of ts subcontac tor to wind |
| down ans actsites prewousls begun No cots incurred arter the efiective date othe teemnativn ae alle |
| Pavment for ans services actually and satsiactorit. pertormed betore the erfecive date ofthe iermmnation ison the |
| same basis asset on m the Payment clause and as outed wn the Proposal page. buts an. compensa = |
| escrided 07 provided ior on the bass ofa peniod longer than 10 davs then the compensation Mw be rated |
| ficcordingh. No amount of compensation, however. permutted fo anbexpated proitsn wnprarmed woes |
| ‘The pavment so made to the Contractor 1s jul settlement for ll services satsiactoni pericemec: under thr |
| contract Contactor disputes the amount of compensatan determined bs the Cato he se Contractor then thy |
| ‘Contractor must ntiate dispute settlement procedures accordance wath prowiion 1 Ors the Cee) |
| Conditions |
|
|
| Ji the Cit’s election to terminate this contract tor deiault pursuant to provision 13 Detault the |
| Conditions determined sna court ot competent jundichon to have een wsrangtul the wha |
| termination i: to be deemed to be an eark: termination pursuant to this Earh Termination pr mh |
|
|
| LIVING WAGE ORDINANCE |
|
|
| Section 282.610 of the Municipal Code af Chicago requires ebgihle contractors and! the sui inact pat 3 |
| hong wage ‘curtently $° 60 per hour minimum base wage: to covered emplovees emphived nthe perirmane ot |
| tins contract. You are an eligible contractor «at anv time during the perormance’ st the «cteact veut ase |
| mote rulltime employees If vou are, oF become, eligible. vou and sour subcontractors must ps Kast the hse |
| vnage to covered emplovees Covered emplovees are secunt guards ‘but anki wu and sour autos |
| femplos inthe agaregate 25 oF more of them. and, n an number, parking attendants, ca lars, home and |
| heath care workers. cashiers, elevator operators. custodial workers andl clerical ssarkers. Seen 2, |
|
|
| appt to nol-or-proit corporations with federal 307 ¢-31ax exempt status AbD. the werk bean dane under the |
| ‘contracts subject to payment of prevailing sages, and the prevaling wages are higher than thw hase wage then |
| presailing wage rates apply and must be pad |
|
|
| Speevication B2-05513-01 , INFANT CAR SEATS, Page 14 at 56 |
|
|
| UNTITLED-024 |
| TARGET MARKET |
| NON-CONSTRUCTION SERVICES GENERAL EQUIPMENT & SUPPLIES |
| SPECIAL CONDITIONS REGARDING MINORITY |
| BUSINESS ENTERPRISE AND WOMEN BUSINESS ENTERPRISE COMMITMENT |
|
|
| Policy and Terms |
|
|
| tts the policy ofthe City of Chicago that Local Businesses certified as Minority Business Enterprises BE anc |
| Women Business Enterprises (WBE) in accordance with section 2-92-420 et. eq. of the Municipal Cooe o |
| Chicago and Regulations Governing Cerutication of Minority and Women-Owned Businesses and al other |
| regulations promulgated under the aforementioned sections ofthe Municipal Code shall hae the mawmum |
| ‘opportunity to participate fully inthe periormance of ths agreement. The Chie Procurement Oriver nas |
| established a goal of awarding not less than 25% of the annual dollar value ofall contracts to certied \IBEs |
| and 5% of the annual dollar value of all contrac to certified WBES. |
|
|
| The Chvef Procurement Oficer has implemented the Target Market Program that seeks to award competitive |
| ‘or on a negotiated bid process to ceriied MBES the established goal of 10% ofthe annual dollar \alue or i |
| Contracts and to certified WBES 1% ofthe annual dolar value of ll contracts. |
|
|
| Definitions |
|
|
| -Minonty Business Enterprise" or “MBE” means a firm awarded certification as a minor owned and |
| controlled business in accordance with City Ordinances and Regulations. as long as its perioeming ins |
| ceried Area of Speciality |
|
|
| “Women Business Enterprse” or “WBE” means a frm awarded certification as a women owned and |
| controlled business in accordance wath City Ordinances and Regulations a long a ts pertoeming is |
| cenied Area of Specality |
|
|
| Directory” means the Directory of Certified “Disadvantaged Business Enterpases”, “Minor Business |
| Enterprises” and "Women Business Enterprises” maintained and published by the City's Contract Compliance |
| Adminstrator. The Directory identifi firms that have been certified as MBES and WBEs, and inclades both |
| the date oftheir last certification and the area of speciality in which they have been certied. Contractors are |
| ‘esponsible for venfying the current certification satus of all proposed MBEs and WES |
|
|
| ‘Area of Specialty” means the description of a MBE oF WBE sirm’s business which has been determined by |
| the Chief Procurement Officer to be most reflective of the MBE of WBE firm s claimed specialty or expense |
| For the Target Market Program the Area of Specialty s smnonymous tothe designated commodity area Each |
| leete of cerafication contains a description of the MBE or WEE firm's Area of Specialty This information |
| ‘aso contained in the Directory. |
|
|
| NOTICE: By wtue of certification, the City does not make any representation concerning the abilty of anv |
| MBEAVBE to perform work within their Area of Specialty. Its the responsibilty of all contractors to determine |
| the capabiity and capacity of MBEs and WBEs to satisfactorily perform the work proposed, |
|
|
| “Target Market Joint Venture” means an association of two or more MBEs, WBES, or both MBES and WEES al |
| certed by the City of Chicago or whose receraficaton is pending to carry outa single business enterpese for |
| profit, and for which purpose they combine these experts, property, capital, efor, skill and knowledge |
|
|
| Specification: 82-03513-01 , INFANT CAR SEATS, Page 20 of 59, |
|
|
| UNTITLED-025 |
| TARGET MARKET NON CONSTRL.CTION SERUICES GENERAL EQUIPVENT & SLPPLIES WBE MRBE SoM |
|
|
| “Contract Complance Administrator” means the officer appointed pursuant to Section > |
| Muntepal Code of Chicago. |
|
|
| Eligibility |
| Contracts included in the Target Market Program can be either MBE Target Market Contracts. WE Target |
| ‘Market Contracts or designated as open to all certified MBE and WEE firms, Onlv MBE and ABE joint |
| Ventures are eligible to bid on or parvcipate in MBE Target Market Contracts. while only WBE and \WBE lon |
|
|
| Ventures ate eligible to bid on or participate in WBE Target Market Contracts. On solictations open to bot |
| MBEs and WBES yoint ventures are allowed between both, |
|
|
| ‘Contracts included in the Target Market Program have been identified by the Chief Procurement Oricer as |
| having at least three MBES or three WBEs, a the case may be. that indicated thesr interest in paricipatng in |
| the contract's designated commodity areas! by successfully being certified by the City’s Contract Compliance |
| ‘Administrator. The Chief Procurement Officer shal select contracts for the Target Market Program whch |
| include a vanety of goods and services which the City frequently contracts. |
|
|
| ‘The vendor may not subcontract more than ity percent (50%) of the dolla value of the contract The prime |
| Target Market vendor must perform at least 50% of the awarded contract amount with their own worhorces |
| Up to 50% ofthe dolla value ofthe Target Market contract may be subcontracted to firms who are ether |
| IMBE's andior WBE's or non-MBE's andior non- WBE's. The purchase of goods bv a VENDOR irom 2 |
| ‘manufacturer or supplier forsale tothe City n a contract consisting solely of the sale of gnods shall not be |
| deemed subcontracting. However, in appropriate cases the Chuef Procurement Officer mav initiate discussions |
| vith a contractor subcontracting with non-certified firms in order to maximize the overall participation of |
| MBEs and WBEs at all contracting levels |
|
|
| [MBE or WBE firms wil be allowed to participate n this Target Market Contract only in their Areas of Special |
| a ceriied, orf recertification was submitted porto cerufication expiration has been applied for. and |
| pending on the date of bid opening. Certification must be substantiated by current cemfication letters ofall |
| [MBE and WBE participating inthe contract being a part of the bid/proposal response |
|
|
| ‘The Chief Procurement Officer may make participation in the Target Market Program dependent upon |
| submission to stricter compliance audits than are generally applicable to participants in the MBEAWBE |
| program. Where necessary or useful, che Chief Procurement Officer may require or encourage MBEs and |
| WBEs to panicipate in training programs offered by the Department of Planning and Economic Development |
| ‘or other City departments or agencies as a condition of participation n the Target Market Program |
|
|
| ‘The Chief Procurement Officer shall be authorized to review whether any MBE or WBE actwely involved in |
| the Target Market Program should be precluded from parvcipation in the Target Market Program in the |
| following year to prevent the domination of the Target Market Program by a small number of MBEs oF WBE |
| ‘The decision of the Chief Procurement Officer to exclude a vendor from the Target Market Program 1s inal |
| and non-appealable. The Chief Procurement Officer shall review the paricipation of any vendor inthe Target |
| ‘Market Program which has been awarded as the prime vendor m a calendar year ether 1) five (5) oF more |
| Target Market Contracts ori) Target Market Contracts with a total estimated value in excess of one millon |
| dollars ($1,000,000); provided, however, that each contract used inthe above Computation has an estimated |
| value in excess of ten thousand dollas ($10,000) The factors which willbe considered by the Chet |
| Procurement Officer include’ |
|
|
| ‘Specification: B2-05513-01 , INFANT CAR SEATS, Page 21 of 59 |
|
|
| UNTITLED-026 |
| w. |
|
|
| TAKCET MARKET NON CONSTRUCTION SERUICES CENERAL EQUIPMENT 4 SLPPLES BED |
|
|
| the total umber and estimated value of bath Target Market and other Civ contracts asattec |
| contractor. |
|
|
| i) the total number and estimated value of both Target Market and other City contracts awarae 1" |
| contractor ina specific commodity area |
|
|
| Vin) the percentage of the numberof both Target Market and other City contracts awarded |
| contractor m a specific commodity area: |
|
|
| the |
|
|
| lw) the percentage ofthe total estimated value of both Target Market and other City Contracts anardec |
| to the contractor n a spectic commodity area: |
|
|
| (the extent to which the Vendor is dominating the Target Market Program tothe undue detriment ot |
| other contractors or the City: and |
|
|
| wil any other factors deemed relevant by the Chiei Procurement Officer. |
| Procedure to determine Bid Compliance |
| Schedule D-2 |
|
|
| Bidders must submit, together with the bud, a completed Schedule D-2 committing them to the utilzation ot |
| each listed firm, |
|
|
| Schedule C-2 |
| Letter of Intent rom Subcontractor, Supplier andior Consultan to perform. In the event the Vendor tals |
|
|
| subm@ any Schedule C-2s with its bd/proposal the ity will presume that no subcontractors are pentoemng |
| services related to the contract absent evidence to the contrary: |
|
|
| Letter of Cenification |
|
|
| A copy of each proposed MBEWBE firm's current Letter of Certification from the Civ of Chicago must be |
| submitted wath the bd/proposal |
|
|
| Joint Venture Agreements |
|
|
| Vi the bidder/proposer isa yoint venture, the bidderproposer must provide a copy ofthe Jomnt Venture |
| agreement and a Schedule B-2. In order to demonstrate the MBEWBE partner's share inthe ownership and |
| Control, the joint venture agreement must include specific deta related to: (1) contributions of captal and |
| equipment: (2) work responsiiltes or other performance to be undertaken by the MBEWBE; and (3! the |
| ‘commitment of management, sypervsory and operative personnel employed by the MBEAWBE to be |
| dedicated to the performance of the contract. The joint venture agreement must also clearly define each |
| partner's authority to contractually obligate the joint venture and each partner's authonty to expend jont |
| venture funds e.g. check signing authority), |
|
|
| Specification: B2-05513-01 , INFANT CAR SEATS, Page 22 of 58 |
|
|
| UNTITLED-027 |
| TARCET MARKET SON CONSTRLCTION SERVICES GENERAL EQUIPMENT & SLPSLES 86 W |
|
|
| ‘Advances and Expedited Payments |
|
|
| vendor budding on a Target Market Contract mav request n ts bd proposal that i recene a pomion ot me |
| estimated contract value atthe time of award as an advance to cover start-up and mobization costs ric" |
| the Chief Procurement Officer may grant in whole or in part. The Chie! Procurement Oficer will ot ac. |
| ‘requests made aiter bd:proposal opening. The Chief Procurement Officer mav grant advances not exceea |
| the lesser of: i) ten percent 10%) of the estimated contract value: oF i wo hundred! thowsana cols |
| $200,000 |
|
|
| ‘Advances wil be liquidated. and hence the City wll recene a credit fr these advances against payments due |
| under the contract, commencing atthe ime ofthe frst pavment to the contractor after the payment o! the |
| advance. The City shall be entitled to be repaid in full no later than such time asthe Cin. pavs fm percent |
| 50%1 or more of the estimated contract value to the Contractor. |
|
|
| Inthe event a vendor does not perform as required by the contract and thus isnot ented to all, or par ot |
| any contract advances oF expedited payments has recesed. the Civ shall be entitled to take appropriate |
| actions to recover these excessive payments, including, but not limited to. liquidation agains vouchers Yor |
| ‘commoditiesserices rendered for other awarded contracts or future bid deposits resttution sought trom the |
| performance bond, a determination thatthe contractor's non-responsive, or decerificavion, These remedies |
| {are in addition to all remedies otherwise avatlable to the City pursuant to the contract, at law. oF at equit. |
|
|
| Due to the nature of term agreements annual contracts with “depends upon requirements” contract values |
| there s no guarantee of the contract against which the advance can be measured or liquidated. Theretore, |
| advances will be granted for term agreements based upon reasonable estimates a the discretion ofthe Chiet |
| Procurement Officer. |
|
|
| ‘Compliance |
|
|
| ‘The Contract Compliance Adminstrator shall be entted to examine on five (5) business days notice, the |
| contractor's books and records including without limitation payroll records, tax returns and records, and books |
| ‘of account, to determine whether the contractor i in compliance with the requirements of the Target Market |
| Program and the status of any MBE o WBE periorming any portion of the contract. Such nights are n addition |
| to any other audit inspection nights contained inthe contract. |
|
|
| It is materia breach of this contract ithe vendor, a joint venturer, oF subcontractor is disqualified as a MBE or |
| WBE, such status was a factor in contract award. and the status was misrepresented by the contractor or any |
| Joint venturer. Such a breach shall entitle the City to declare 2 default, terminate the contract and exercise |
| those remedies provided for in the contract. at law or 19 equity |
|
|
| In the event thatthe vendor Is determined not to have been involved in any misrepresentation of the status of |
| ‘an MBE or WBE, the contractor shall discharge the disqualified MBE or WBE and, if possible. elenify and |
| engage a qualified MBE or WBE as is replacement. Continued eligibility to enter into future contracting |
| arrangements withthe City may be jeopardized as a result of non-compliance. Payments due under the |
| ‘contract may be withheld until corective action is taken. |
|
|
| Speciication: B2-05513-01 , INFANT CAR SEATS, Page 23 of 59 |
|
|
| UNTITLED-028 |
| TARGET MARKET NOS.GOMSTRLCTION SERLICES GENERAL EQUIPMENT SLOPUES SENNEE SN WES |
|
|
| VIL. Resource Agencies |
|
|
| Small business guaranteed loans: suren. bond guarantees. 8 a. certncation |
|
|
| US Small Business Adminstration |
| [500 W. Madison Street, Sute 1250 |
| Chicago. inoss 60667 |
|
|
| Ato, General Senaces |
|
|
| M12: 353-4528, |
|
|
| SBA - Procurement Assistance |
|
|
| 500 West Atadison Street, Sute 1250 |
| Chicago. linais 60607 |
|
|
| tent |
|
|
| 31235 |
|
|
| 7381 |
|
|
| $B A - Bond Guarantee Progra |
| Soren. Bone |
|
|
| 5300 West Madson Sune 1256 |
| Chicago, tlanots 80667 |
| mention Carole Harris |
| 13123534003 |
|
|
| Robert P Murphy. Area Regional Administrator |
|
|
| Project information and general MBE WBE Program intormation |
|
|
| ity of Chicago |
| Department of Procurement Senuces |
| ‘Contract Monitonng and Compliance |
| Cin Hall-Room 403, |
|
|
| Chicago, linots 60602 |
|
|
| rention Camice Carey |
|
|
| 312 744-1895 |
|
|
| Ca of Chicago |
| Department of Procurement Sen ne |
| Contract Admunsstration Daisioe |
| (Gity Hall - Room 403, |
|
|
| Caicago. linass 00602 |
|
|
| Attention Byvon Whataker |
|
|
| 312 74-3926 |
|
|
| Dwecton of Ceriied Disadvantaged, Minor and Women Business Enterprises asatite The Bid ar |
| Bond Room, Deparment of Procurement Ser.ices, Cs Hall, Room 403 Chicago, Has 4444)? Stands |
| through Fridav between the hours oF 8-40.am to 1045 am and 12 00/pm to 3 30pm |
|
|
| Specification 82-05513-01 INFANT CAR SEATS. Page 23 01 14 |
|
|
| UNTITLED-029 |
| SCHEDULE B-2 |
| AFFIDAVIT Of MBE WBE TARGET MARKET JOINT VENTURE |
| This form 1s to be submited identifiang ont venturers in the MBENWBE Target Market Program with a rt |
|
|
| venture agreement among the MBE andior WBE venturers. In all proposed jomnt ventures each \IBE and o* WBE |
| \venturer must submit a copy of their current Letter of Centfication |
|
|
| ALL INFORMATION REQUESTED BY THIS SCHEDULE MUST BE ANSWERED IN THE SPACES PROVIDED DO |
| NOT REFER TO YOUR JOINT VENTURE AGREEMENT EXCEPT TO EXPAND ON ANSWERS PROM IDED ON THIS |
| FORM. IF ADDITIONAL SPACE IS REQUIRED. ADDITIONAL SHEETS MAY BE ATTACHED |
|
|
| 1 Name of joint venture |
| Address of jot venture: |
| Phone number of joint venture: |
|
|
| IL Identify each MBEWBE venturers: |
| Name of Firm: |
| Address |
| Phone |
| ‘Contact person for matters conceming MBEWBE joint venture; |
|
|
| Describe the role(s of the MBE and/or WBE venturens inthe joint venture |
|
|
| NV. Attach acopy.of the jot venture agieement. In order to demonstrate each MBE and or WBE venturer > |
| share inthe ownership, contol, management responsibilities risks and profs ofthe joint venture. the |
| proposed joint venture agreement must include specific details related to: 1) the contributions of capital |
| and equipment: (2) work tems to be performed by the MBEWBE's own forces. (31 work items to be |
| performed under the superison of the MBEWBE venture and i the commitment ot management |
| superuisory and operative personnel employed by the MBEWVBE to be dedicated to the pertormance othe |
| Project. |
|
|
| V. Qunership ofthe joint Venture. |
| A. What are the percentage's! of MBEAVBE ownership ofthe ownt venture? |
| MBEAWBE ownership percentage's) |
|
|
| 8, Specify MBE/WBE percentages for each ofthe following iprovide narratwe descriptions and other |
| etal as applicable) |
|
|
| 1. Profit and loss shanng — |
|
|
| 2 Capstal contributions |
| (a) Dollar amounts of inital contnbution: |
|
|
| ‘Specification: 82-05513-01 , INFANT CAR SEATS, Page 25 of 59 |
|
|
| UNTITLED-030 |
| MI |
|
|
| ‘SCHEDULE 8-2 AFFIDAVIT OF MBEWBE TARGET MARKET JOINT VENTURE |
|
|
| "bs Dollar amounts of anticipated on-going contributions |
|
|
| 3. Contributons of equipment Spec types. quality and quantities of equipment to me |
| prowided by each venture |
|
|
| 4 Other applicable ownership interests, including ownership options oF other agreements |
| which resinct or limit ownership and/or control |
|
|
| Provide copies of all writen agreements between venturers concerning this project |
|
|
| 6 Identify each current Citv of Chicago contract and each contract completed dunng the past |
| ‘0 2) years by a joint venture of to oF more firms participating n this wnt venture |
|
|
| Identity by name and firm those individuals who are. or |
|
|
| ‘Contra of and Participation inthe Joint Venture, |
| willbe, responsible for, and have the authority to engage inthe following management runctions and polic. |
|
|
| decisions. Indicate any limitations to their authorty such as dollar limes and co-signatory requirements |
|
|
| A |
|
|
| Jom venture check signing: |
|
|
| “Authority to enter contracts on befall ot the ovat venture: |
|
|
| Signing, co-signing andlor collateraltzing loans: |
|
|
| Acquistion of lines of cred: |
|
|
| Speatication: B2-05513-01 , INFANT CAR SEATS, Page 26 of 58 |
|
|
| UNTITLED-031 |
| SCHEDULE 6-2 AFFIDAVIT OF MBEWBE TARGET MARKET JOINT VENTURE |
|
|
| £ Acquistion and indemavi |
|
|
| ation of payment and performance bonds |
|
|
| F Negotiating and signing labor agreements: |
|
|
| G.__ Management of contract periormance. {Identify by name and frm onl |
|
|
| 1 Supervision of field operations: |
|
|
| 2. Major purchases: |
|
|
| 3 Bumating |
|
|
| 7 Engneenng: |
|
|
| Vil. Financial Controls of joint venture: |
|
|
| A Which firm andlor individual wil be responsible for keeping the books of account? |
|
|
| 8 identi |
|
|
| ‘the “managing partner,” if any, and describe the means and measure of thew compensation |
|
|
| What authority does each venturer have to commit or obligate the other to insurance and bonding |
| ‘companies, financing institutions, suppliers, subcontractors, and/or other parties panvcipating inthe |
| performance of this contract or the work ofthis project? |
|
|
| Specification: 82-05513-01 , INFANT CAR SEATS, Page 27 of 59 |
|
|
| UNTITLED-032 |
| SCHEDULE 8-2 AFFIDAVIT OF MBEWBE TARGET MARKET JOINT VENTURE |
|
|
| Vl State the approumate number of operative personnel iby tradei needed to periorm the osnt venture » |
| under this contract. Indicate whether they will be emplovees of the MBE WEE fim, or the joint venture |
|
|
| Trade MBEWBE Tom Venture |
| number: ‘eumber) |
|
|
| ¥ any personnel proposed for this project will be employees ofthe ont venture: |
|
|
| A. Are any proposed joint venture employees currently employed by ether venturer? _ |
| Employed by MBEWWBE |
| 8. Identify by name and frm the individual who wil be responsible for hiring joint venture emplovees |
|
|
| Which venturer wil be responsible fr the preparation of joint venture pavrols |
|
|
| 1D. Please sate any matenal facts of addtional information periment tothe control and structure ofthis |
| jownt venture. |
|
|
| Specification: B2-05513-01 , INFANT CAR SEATS, Page 28 of 58 |
|
|
| UNTITLED-033 |
| SCHEDULE 8-2 AFFIDAVIT OF MBE WBE TARGET MARKET JOINT VENTURE |
|
|
| “The undersigned afirms thatthe foregomng statements are correct and inci all materia msoemnstar™ Ne |
| identi: and explain the terms and operations of our jomnt venture and the intended parwerbatis™ wes." ve |
| the undertaking. Further, the undersigned covenant and agree to proside to the Cit curren: comets ane |
| accurate information regarding actual joint venture work and the payment theretore. ant a ve |
| ‘ane proxision ofthe joint venture agreement. and to perm the audit and examination oe As We HE eA |
| tiles ofthe jont venture, or those of each venture relevant tothe jot venture by authored resrene"” 5 |
| Cats of the Federal tunding agency |
|
|
| Am maternal misrepresentation will be grounds for terminating an. contract which man be aware anc: matting |
|
|
| acwon unde federal or state laws concerning false statements |
|
|
| ote tamer filing thes Schedule 8-2 and before the completion on the joint venture s wore P98 BH "A |
| ane change i the ynformation submited, the yunt venture must noe the Cit. of Chicage et cH |
| through the prime contractor 1 the jomt venture s a subcontractor |
|
|
| Name of BE WBE Partner Fem Name of MBE WBE Panne |
| Signature Naat Sera oraian |
| Name and Title of Aifant Name and Title or Amar |
|
|
| Dare Date ~ |
| On this dav of 20_ the aboversegned cen |
|
|
| personal: appeared and, known to me be the persons descnbecin the foregoing Aha ac hows beet |
| tat they executed the same in the capaci there stated and he the |
| purpose therein contained |
|
|
| IN WITNESS WWHEREOF. | hereuntn set mand and omc! seal |
|
|
| Signature ot Notare Public |
| My Commission Expires |
|
|
| stat |
|
|
| Speciication 82.05313-01 , INFANT CAR SEATS, Page 21 34 |
|
|
| UNTITLED-034 |
| TARGET MARKET/SCHEDULE C-2 |
| Letter of Intent rom Subcontractor. Supper and or Consultant to Pertorn |
|
|
| Same rect Conn: Anfank CawSeutes |
| Specscaon Naber R211 Ol |
|
|
| Pease chechappropnate status of subcontracting Fr |
| Vudu! Mae >< WBE None |
|
|
| From Ceca |
|
|
| To Diese Ludlaschnes — and the Civ of Chcago |
|
|
| The undersigned! intends to perform work in connection with the above projects as 2 |
|
|
| Sole Propnetor XX Corporation |
| — Paninersnip Fount Venture |
| ‘The undersigned is prepared to provide the following described senices or upp the fllansia t= ih Sts |
|
|
| Connection with the above named project contract |
|
|
| that seats |
|
|
| Tic ape Gabel pevormance oredr th oon pce and dscnbed ee |
|
|
| tec Le — |
| Irmore space w needed to tully describe the firm » proposed =ape swith and or payment |
| addtional sheets |
| ‘The undersigned ul enter nto a formal wen agement th ahve work wth en |
|
|
| conditioned upon vour execution of a contract wth yh) Cae an ya her |
|
|
| or receir ofa signed contract tom the Ci. of Chicas |
| Zi Lapa fs |
|
|
| Niko Comell |
|
|
| Speciication B2-05513-01 . INFANT CAR SEATS, Page 30 «3 |
|
|
| UNTITLED-035 |
| Cw of Cmeage |
| Ricard les, Mayor |
|
|
| Deprmet of |
| rcarema Sere |
|
|
| Progressive Industries, Inc. |
| 16655 North Avondale |
| ‘Chicago, tlinoss 60831 |
|
|
| Re. 2 ANNIVERSARY CERTIFICATION |
| Contifcation Effective July 22, 2002 |
| Certification Expres ‘uly 34: 2006 |
| Annual Affidavit Certificate Expres July 31, 2003 |
|
|
| Dear Ms. O'Donnel! |
|
|
| Congratulations on your continued eligi for certification as a WBE by the City |
| of Chicago, Re-validaton of Progressive Industries, Inc.'s certification 1s |
|
|
| | requred by July 31, 2003. |
|
|
| ‘As a condition of continued certficaton dunng this five year period, you must |
| promplly notify the Office of Business Development of any changes in ownership |
| ‘or control of your frm or any other matters or facs affecting your frm's elgibity |
| for certification |
|
|
| The City may commence actons to remove your firm's eligibility f you falta nly |
| us of any changes in ownership. management or control, or otherwise fall to |
| ‘cooperate with the City in any inquiry oF mvestgation Removal of eigibity |
| procedures may also be commenced f your firm s found to be involved in bideing |
| (contractual wregulartes |
|
|
| Your firm's name wil be listed n the City’s Directory of Disadvantaged Business |
| Enterprises, Minonty Business Enterpnses and Women Business Enterposes in |
| the specialty area(s) of |
|
|
| Distributor of Medi |
|
|
| Hospital, Laboratory, Chemical, Safety, Industral, |
| Janitorial Equipment and Supplies, Stainless Steel Fabrication Products, |
| ‘Small Trucks and Parts and Supplies, Promotional and Wearable Items, |
| Furniture and Fixtures, Pharmaceuticals |
|
|
| ‘Your firms participation on City contracts will be credited only toward WBE goals, |
| 1m your area(s) of specialty While, your participation on City contracts 18 not |
| limited to your specialty. creat toward WBE goais wil be gwen only for work done |
| Inthe specialty category |
|
|
| Thank you for your continued interest sn the City's Minonty, Women and |
| Disadvantaged Business Enterprise Programs. |
|
|
| ification |
|
|
| UNTITLED-036 |
|
|
| SCHEDULE D-2 |
| Affidavit of Target Market Subcontractors |
| 'Non - Construction Services/General Equipment and Supplies |
|
|
| Contact ame Infwut Cue Seats |
| Specification No. T2-CE¥SV ROL |
| state oi_\\\uocts |
| County cry of Coc |
| | HEREBY DECLARE AND AFFIRM that | am duly authonzed representative of |
| rare sive ta dusedries Ines |
|
|
| and ha have personally revewed te mateal and fas et th heen describing our propoted plane |
| bsconvaco econo |
|
|
| AIL MBEWBE firms included in ths plan have been certified as such by the City of Chicago Letters of Certication |
| attached! |
|
|
| Direct Parscipation of Subcontracting Firms |
|
|
| "Note: The bidder/proposer shall, in determining the manner of MBEMWBE participation. can ons consider |
| involvement with MBE/WBE firms as joint venture partners. Subcontracting and supping ot eoods and |
| services diectly related tothe performance oi this contract open to MBEMWBE and non SBE WBE nrms |
| NOTICE. Subcontracting cannot exceed 50% ofthe rotal contract amount. |
|
|
| A The MBE andlor WBE bidder's! sto attach a copy of ther Citv of Chicago Letter of Cemtication |
| 8, bidder/propose is a joint venture and one or more joint venture partners, thev must be cennied |
|
|
| -MBEs or WBEs, attach copes of Letters of Centiication and a copy of Joint Venture Agreement |
| clearly describing the role of the MBEWBE firms! and ts ownership interes nthe ont venture |
|
|
| Subcontractors (Direct or Indirect. |
| 1. Name of Subcontractor: aeeviewsye Ineushien |
| Address: u |
| Come Peron: Buiciget < Si. Prone 232 Bea Sele |
| Dollar Amount Participation $§ |=), 2.4 ne CC |
| Percent Amount of Pancpation: % |
|
|
| Schedule C2 atached? Yes, iS No. + see page 2 |
|
|
| Specification: 82-05513-01 , INFANT CAR SEATS, Page 31 of 59 |
|
|
| UNTITLED-037 |
| Tepe of Firm KX |
| MBE wee |
|
|
| 2 Name of Subcontractor. |
|
|
| Address: |
|
|
| Contact Person: Phone: |
|
|
| Dollar Amount Participation $ |
|
|
| Percent Amount of Participation: % |
| Schedule C-2 atached? Yes. No. : |
| Type of Firm: |
|
|
| BE woe Non-MWBE |
|
|
| 3. Name of Subcontractor |
|
|
| Address |
|
|
| Contact Person: Phone: |
|
|
| Dollar Amount Participation $ |
|
|
| Percent Amount of Paniciption * |
| Schedule C-2 atached? Yes. |
|
|
| Type of Frm: |
|
|
| MBE wae Non MWBE |
|
|
| 4 Name of Subcontractor —— |
| Address |
|
|
| Contact Peron: Phone |
|
|
| Dolla Amount Participation $ |
|
|
| Percent Amount of Partcipation: % |
|
|
| Schedule C2 atached? Yes No____* |
|
|
| Type of Firm |
|
|
| MBE wae Non. Mwae |
|
|
| Specification: B2.05513-01 , INFANT CAR SEATS, Page 32 of 59 |
|
|
| UNTITLED-038 |
| Das HAIDA TOF FACE AEN BCC TRACTS SON. SONSTRL CON sh SE NER |
|
|
| attach additional sheets as needed |
|
|
| * All Schedule C-2s and Letters of Certaication nat submitted with bid proposal ms ne |
| assure receypt bs the Contract Admunisrator within three 3. business dav ater ms coer. |
| due date |
|
|
| To the best of ms knowledge . information and belie, the tacts and representations conte |
| ‘Schedule are true, and no materal facts have been omited |
|
|
| The contractor designates the following person as their MBE WBE Liaison Orwver |
|
|
| Same Eee get C Nain Phone Sumber 42.3 Bio |
|
|
| Ido solemnl declare and atm under penalties of perjur thatthe contents ofthe 108 |
| true and correc. and that am authorized, on behal ofthe contractor. to make thi tc |
|
|
| AE, |
|
|
| State of a |
| Count of (pre. |
| This nstrument sas acknnssiedaet nerore me on le. on |
|
|
| » wl ctor wpe of athonts.eg ofcer.trnter ot |
|
|
| AUSETLe name pans on heal of who tremens |
|
|
| ation 82.0 |
|
|
| 5-011 INFANT CAR SEATS, Page 1 00 |
|
|
| Speci |
|
|
| UNTITLED-039 |
| TARGET MARKET |
| ‘SUBCONTRACTOR UTILIZATION REPORT |
| NOTICE. THIS REPORTS NOT TO BE COMPLETED AT THE TIME OF B10 OR PROPOSAL SLBWISSION |
| AWARDED & CONTRACT WITH AN APPROVED SUBCONTRACTING PLAN THE PRIME CONTRAST. 1s |
| WILL BE REQUIRED TO SUBMIT THIS REPORT IN ACCORDANCE WITH THE REPORTING |
| REQUIREMENTS STATED IN THE SPECIAL CONDITION REGARDING SUBCONTRACTING |
| COMMITMENTS |
|
|
| Contract Adminisvator Specification No |
|
|
| Phone No, Contract No, |
|
|
| Date of Award a |
|
|
| LUtiization Repo No |
|
|
| STATE OF: |
| COUNTY iGiv) OF |
|
|
| In connection with the above-captioned contract |
| | HEREBY DECLARE AND AFFIRM that | am the |
|
|
| and duly authonzed representative of |
|
|
| and thatthe following firms have been contracted with, and have furnished. or ae furnshing and prepanng |
| ‘materials for. and rendering services stated in the contract agreement. |
|
|
| ‘The following Schedule accurately reflects the value of each sub-agreement and the amounts ot money paid to each |
| todate |
|
|
| nave INDICATE IF FIRMS (MBE, AMOUNT OF CONTRACT AMOUNT PAID TO DATE |
| WBE OR NON-MBE OR |
| NON: WBE |
| s s |
| s |
| s s |
| s s |
| s s |
| s $ |
| s s _ |
| AMOUNT BILLED TO CITY: |
|
|
| AMOUNT PAID TO PRIME CONTRACTOR. S |
|
|
| ‘Specification: 82-05513-01 , INFANT CAR SEATS, Page 24 of 59 |
|
|
| UNTITLED-040 |
| ‘TARGET MARKET SUBCONTRACTOR UTILIZATION REPORT |
|
|
| For each subcontractor sted on this repor. briely describe the work or goods senices provided ine |
| contract. Indicate line tems. 1 applicable: |
|
|
| Specification: B2-05513-01 , INFANT CAR SEATS, Page 35 of 539) |
|
|
| $a SsSsSsSsSSSSsSsSsMsseF |
|
|
| UNTITLED-041 |
| ‘TARGET MARKET SUBCONTRACTOR UTILIZATION REPORT. |
|
|
| |1DO SOLEMNLY DECLARE 3ND AFFIRM UNDER THE PENALTIES OF PERJLR) THAT THE CONTENTS OF > |
| FOREGOING DOCUMENT ARE TRUE AND CORRECT, AND THAT | AN ALTHORIZED ON BHA Ot |
| CONTRACTOR, TO MAKE THIS AFFIDAVT, |
|
|
| Name ot Contractor |
|
|
| Name of Aftant |
|
|
| Date. |
|
|
| State of |
| Counts ‘Civ of |
|
|
| This instrument was acknowledged before me on ___ date. |
|
|
| bs ‘name sof person = |
| as Ape of authors eg miver tntew et |
| of sname of part «n boas hon strum |
| was executed |
| Signature of Nota Public - |
| Seat |
|
|
| Spectication” B2-05513-01 , INFANT CAR SEATS, Page Sh i 3% |
|
|
| UNTITLED-042 |
| DETAILED SPECIFICATIONS |
| score |
|
|
| ‘The Contractor must iunish and deliver F.0.B .Citv of Chicago. Deparment of Public Health Ceneral Waren |
| 1820 N. Besiv Ct. Chicago. Illinois 60622, Infant Car Seats as indicated on the Proposal Pages anc in accorcanc: |
| ‘wath all the terms and conditions of ths specification, |
|
|
| Al products supplied under this specication must conform with all applicable Federal regulatons gosernine |
| Children’s Car Seats |
|
|
| NEWBORN'TODDLER CAR SEAT |
| Century Model No. 44164 Wes-Wesley |
|
|
| Product Features |
| + Five: pornt harness |
| + Level indicator. |
| ‘+ Three-postion, quick change harness and two positon buckle |
|
|
| ‘One pull harness adjustment. |
|
|
| Integrated head pillow and two prece chest chp. |
|
|
| Two position recline stand. |
|
|
| LATCH equipped. |
|
|
| Cenified for use in aircraft |
|
|
| BELT POSITIONING BOOSTER SEAT |
| Graco Model No 8496FCL-taCrosse |
|
|
| Product Features |
|
|
| ‘+ For children irom 30 to 100 pounds |
|
|
| EPS foam in head rest for added side impact protection |
|
|
| Height adjustable head suppor |
| Padded arm rests, height adjustable |
| ual side-out Cupholders |
| Beit positoners to postion vehicle belt away from child's neck. |
| Removable seat pad. |
|
|
| BOOSTER CAR SEAT |
| Graco Model No. 848}Lan-Lansing. |
|
|
| Product Features |
|
|
| + Beit Positioning Booster Seat allows child to use vehicle's combination lapishoulder |
| adult seat bet. |
|
|
| For children from 30 to 80 pounds |
|
|
| Cuphoider. |
|
|
| Deep, wide sides and high back seat supports child's back and head. |
|
|
| Bett postioners to posivon vehicle's shoulder belt away from child's neck. |
|
|
| Removable, washable seat pad. |
|
|
| Specification: B2-05513-01 , INFANT CAR SEATS, Page 37 of 59, |
|
|
| UNTITLED-043, |
| 13.29.00 |
| ACCEPTED |
|
|
| \_ @etication B2-05513-07 , INFANT CAR SEATS, Page 34 0: 0% |
|
|
| UNTITLED-044 |
| PROPOSAL |
| INDICATE IFYOU ARE |
| MANUFACTURER vs 30 X |
|
|
| EXCLUSIVE DISTRIBUTOR: vss 30. X ACCEPTED |
|
|
| auomzeo psrneuroe ves X80 |
|
|
| Ian excluswe or authonzed dstributor, attach to the bud written documentation trom tne manu |
| veniving vour distributorship status |
|
|
| EXCEPTIONS (EXPLAIN): |
|
|
| BID DATA |
|
|
| The Contractor should submut with thes Proposal. complete spectications. désenpie Iterath ane al the |
| perunent and necessary data regarding the Car Seats Contractor proposes to furnish The |
| complete wthout need of further explanation, |
|
|
| CAR SEATS PROPOSED BY THE BIODER, |
| Geace) |
|
|
| manufacturer NaME _ Caco | Cembun Childven's Paaducts (rc, |
| spores: _JOO\ \porstey Pike Medina OH 44256 |
|
|
| ADDITIONAL INFORMATION: |
|
|
| 3513-07 INFANT CAR SEATS, Page 40) 01 5 |
|
|
| UNTITLED-045, |
| nt By: Sales offace; 390 722 4785; Nov-14-02 12:10Pa5 Page |
|
|
| GRACO CHILDREN’S PRODUCTS INC. |
|
|
| November 14, 2002, |
|
|
| Bridget Stanis |
| Progressive Industries, Ine |
| 6685 N. Avondale Ave |
| Cineago, IL 60631 |
|
|
| Dear Ms. 8 |
|
|
| This leter isto confirm that Progressive Industries. lc. is |
|
|
| thorized to supply Grace/Century Car |
| Seats tothe City of Chicago for Spec # B2-05513-01 |
|
|
| Sincerely, |
|
|
| Chips sory — |
|
|
| Carolyn Gongwer |
| ‘Manufactuer's Representative |
|
|
| UNTITLED-046 |
| TO BE EXECUTED BY A CORPORATION |
|
|
| ‘The undersigned, hereby acknowledges having recerved Specification No. 82-05513-01 contavnins |
| Documents, including, but not lmited to, 1 Instrucuons to Bidders ‘Proposers. > Generar Caress * Se |
| Conditions, 41 Contract Plans of Drawings i applicable: 3 Detaled Specincations |
|
|
| Evaluation Selection Catena and Submittal Requirements ilf REP'RFQ . 6 Proposal Page> ~ |
| ‘Addenda Nos. (none unless indicated here) |
|
|
| bbe bound bx all the terms and conditions contained inthe Contract Documents. regardless of wnetner a complete = |
| thereat is attached to this proposal. except onlvto the extent that the corporation has taken express writen event |
| thereto n the sections of ths specication designated tor that purpose |
|
|
| Further. the undersignes being dul sworn deposes and says on oath that no disclosures of cmsnersin invests ave |
| been withheld and the mformation prowded therein tothe best of Knowledge s current anc the incerses ats |
| ‘entered ito anw agreement with anv other bidder proposer’ or prospective bidder propose |
|
|
| firm or corporation relating tothe pice named in ths proposal oranv other proposal nor an agree 3 |
| Lunder which any act or omission in retraining ree competion among bidders iproposers ane = ne cis iowee |
| any penn, fem 0 corporation the ~ ‘ofthis bid proposal or the price named wa |
|
|
| NAME OF CORPORATION |
|
|
| SIENATURE.OF PRESIDENT. = |
|
|
| EOF C\TORY rie eu |
|
|
| BUSINESS ADDRESS A le, C sai |
|
|
| Note. In the event that this bid \proposals signed by other than the President. attach heretoa «ened cope ot that |
| section of Corporate By-Laws or other authonzation. such as a resolution by the Boul w= Darectors, whieh |
|
|
| gems donne ris gop |
|
|
| Tapoidy Seman Sane |
|
|
| Corporate Seal |
|
|
| state of \Wirizi |
| Count of eck |
|
|
| This instrument was acknowledged beiore me or this ES dav of _{\. |
| 20U2 by Valevic C'lvane\ as President or other authorized vllicer and |
|
|
| Enidagt (sina a Secreian of Pec pest Inauvies, |
|
|
| Conse Nae |
|
|
| Commission Expires |
|
|
| Specsication” B2-05513-07 , INFANT CAR SEATS, Page 35 01 3! |
|
|
| UNTITLED-047 |
| TO BE EXECUTED BY A PARTNERSHIP |
|
|
| “The undersigned, herebs acknowledges having recen\ed Specification No. B2-05813-01 contains set of Comte |
| ‘Documents. includmg. but notlmitedto. 1 Instructions 1 Bidders(Proposersi.2) General Conditions, Special eit, |
| 4) Contract Plans or Draw ings tf applicable) 5) Detailed Specifications of Scope of Sen ices. Evaluate Sesto rst |
| ‘and Submittal Requirements (If RFP RF). 6) Proposal Pages. 7) Cerficationsand8)ddenda Nos {noc unless indicated |
| here) and affirms that the partnership shall be bound by alle sermsans vondnaons |
| ‘contained inthe Contract Documents regardless of whether a complete set thereof s artached 10 this proposal. eXceRt ons |
| to the estent tha the partnership has taken espress writen exception thereto i the sections designated |
| for than purpose |
|
|
| Further. the undersigned being duly sworn deposes and sas on oath that no disclosures oF ownership serene hate Wet |
| ‘sitheléand the information prided therein othe best of itsknow edge is currentand the undersized hs enters |
| any agreement with ans other bidder proposer’ or prospect e bidder (proposerbor with any other peso Tem ot cepa |
| felating wo the price named inthis proposal orn other proposal or any agreement oF arrangement unser wich any ac |
| ‘mmssion in restraining of ree competition among bidders proposers|andhas not disclosed tany pers. Heir ecepotaton |
| the terms of ths bd (proposal or the pnce named herein |
|
|
| BUSINESS NAME: |
|
|
| BUSINESS ADDRESS: |
|
|
| If you ate operating under an assumed name. provide County registration number hereinunder provided an the I |
| Revised Statutes 1965 Chapter 96 See. +e seq |
|
|
| Registration Number |
|
|
| SIGNATURES AND ADDRESSES OF ALL MEMBERS OF THE PARTNERSHIP |
| if all General Partners do not sign. indicate author of pariner signatories by antachiny copy of partners |
| ‘agreement or other authorizing document) |
|
|
| Partner Signature: Address: |
|
|
| uate of _ County oF |
|
|
| Subscribed and sworn to before me by each ofthe foregoing ndiiduals this day of 20 |
| Sealy |
|
|
| ‘Commission Expires |
|
|
| Speetication B2-03513-01 . INFANT CAR SEATS, Page 56 0f 54 |
|
|
| UNTITLED-048 |
| ‘TO BE EXECUTED BY A SOLE PROPRIETOR |
|
|
| “The undersigned, hereb acknowledges having recenved Specification No. B2-0S513-01 containing. full set of ontra |
| Documents. including. bt not imtedto |) lstructions to Bidders Proposers).2) General Conditions. /Spwctal itn |
| 44} Contract Plans or Drawings if applicable) 5) Detailed Specifications or Scope of Ser wes, Evaluation Selection «ree |
| ‘and Suibmural Requirements (IF RFP'RE Q) 6) Proposal Pages. )Cenificationsand 8) Addenda Now. nse ules odie |
|
|
| here)________ and affirms that the sole proprietor shallbe bound ty alte termina voit |
| ‘contained mn the Contract Documents regardless of whether a complete set thereof is arached t fis propia eS" os |
|
|
| tothe event that the sole proprietor has taken eypress written exception therstoin the sections this so designated |
| for that purpose |
| Further: the undersigned being duls swom deposes and say on oath that no disclosures of ownershir smteress han beer |
|
|
| ‘withheld and te information prot ded therein to the best ots know ledge s current and the underigie ha hoch ils |
| any agreement withany other bidder proposer’ or prospective bidder proposerior with any ther person. Firms corr |
| ‘relating tthe price named i this proposal or any other proposal. nor ans agreement ce arangemen: unser Whit 36! |
| ‘omission in restraining of free compention among bidders «proposers) and has not disclosed hs ary pers He |
| ‘sorporation the tems ofthis bid (proposal) or the price named herein |
|
|
| SIGNATURE OF PROPRIETOR |
|
|
| DOING BUSINESS AS |
| BUSINESS ADDRESS a |
| If sou are operating under an assumed name. proude County registrauon number hereimunder ax prowided ov the Ilo |
|
|
| Revised Statutes 1995 Chapter 96 Sec 4 et seq |
| Registration Number |
|
|
| uate of |
|
|
| County of |
|
|
| ‘This instrument was acknowledged before me on this day of |
|
|
| by (name sof person » |
|
|
| seals Commnsion Eypires |
|
|
| ‘Speafication 82-05313-01 , INFANT CAR SEATS, Page 57 ot 5 |
|
|
| UNTITLED-049 |
| LT INSURANCE |
|
|
| ‘ONC FAND CONFERS No Riow's UPoW The CERTINCATE |
| ‘OLDER is CURTINCATE GOES NO RENE, EXTEND OR |
| [ALTER THE COVERAGE AFFORDED BY THE POLICES BELOW, |
|
|
| "NSURERS AFFORDING COVERAGE |
|
|
| ocomeer aaearaannaTE TTT | HTATT |e |g |
| [Son LJemwee = s |
| a Tara rieer Tia fe RT TT |
|
|
| UNTITLED-050 |
| IMPORTANT |
|
|
| th cates holder isan ADDITIONAL INSURED, the pois) must be endorsed. A statement |
| ‘on Bis coiest does rot conte sights oth cortical Node in leu of such endorsements). |
|
|
| SUBROGATION IS WAIVED, subject tothe lems and condone ofthe plicy. coran polices may |
| reauire 9 endortomant A statement on ths cericatecoes not cote ight to he cartiste |
| olen seu of such endorsement). |
|
|
| ‘The Coraeato of insurance onthe rovers so of is orm does not consttue a contact between |
| the suing insurers). authorized representative producer, andthe crtcate holder, nor does |
| ‘tmativey or negatively amen, exlend of ater te coverage afford by th polices sed thereon |
|
|
| UNTITLED-051 |
| ACCEPTANCE |
|
|
| The undersigned. on behal ofthe CITY OF CHICAGO, a muncpal corporation othe State Hine |
| the oregong bid ems as wentined nthe proposal TERM AGREEMENT |
|
|
| DEPENDS UPON RECUIREMENT |
| sutsmavevicomae s 13,9792 CaUsS |
| fund cnageatle Y/-O2- D6 |
|
|
| Se Procurement Officer |
|
|
| Contract Awarded ang Released on |
|
|
| ths _L dao F |
|
|
| See sugriens |
| NRE Sees ee |
|
|
| Specification. 82-05513-01 , INFANT CAR SEATS, Page 58 of 54 |
|
|
| UNTITLED-052 |
|
|