TC2R-CodeCompanion-Data / data /data_text /00000J16.pdf.txt
rwk506's picture
Upload 5402 files (#1)
45a123c verified
Contract Summary Sheet
Contract (PO) Number: 34
Specification Number: 829295042
"Name of Contractor: FINKBINER EQUIPMENT CO
City Department: DEPT OF FLEET MGMT
Title of Contract: B29295042 PARTS AND SERVICE FOR HEAVY MACHINERY AND
EQUIPMENT
‘Term of Contract: Start Date:
End Date:
Dollar Amount of Contract (or maximum compensation if a Term Agreement) (DUR):
$84,000 00
Brief Description of Work: B29295042 PARTS AND SERVICE FOR HEAVY MACHINERY
AND EQUIPMENT
‘Procurement Services Contact Person: ANTHONY GEORGIAN
Vendor Number: 290480
‘Submission Date:
MAR % 0 2003
UNTITLED
VENDOR NO.
240 460A contract no, 72-92450-¥2-)74
PS £0834,
PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT
2. CONTRACT PERIOD: THIRTY SIX (36) MONTHS FROM THE DATE OF CONTRACT
AWARD AND RELEASE
>03 THROUGH 22°28 -04
starTinc > =
Aun
Required for use by
\RTMENT OF FLEET MANAGEMENT AND VARIOUS CITY DEPARTMENTS
FUND 02-100-402035-0360-0360 =
fio erst None
j \ prawincs None AA
Al Signatures to be sworn to before a Notary Public
ignat
TION ANTHONY GEORGIAN, HEAD PURCHASE CONTRACT ADMINISTRATOR
PHONENO (312) 744.4905
All bids are to be sealed and received no later than 11:00 AM. on the day of the
Bid Opening. All bids will be read publicly in the
BID AND BOND ROOM
ROOM 301, CITY HALL :
o
Issued by
‘THE DEPARTMENT OF PROCUREMENT SERVICES
CITY OF CHICAGO
ROOM 403, CITY HALL
121 NORTH LA SALLE STREET
CHICAGO, ILLINOIS 60602
RICHARD M DALEY DAVID E MALONE
MAYOR (CHIEF PROCUREMENT OFFICER
AGA
/
UNTITLED-002
DATE
AD
rH
Hf
i
UNTITLED-003
Table of Contents
REQUIREMENTS FOR BIDDING AND INSTRUCTIONS FOR BIDDERS
‘GENERAL CONDITIONS ....
SPECIALCONDITIONS ..
‘CONTRACTOR QUALIFICATIONS
PERFORMANCE BOND
‘CONTRACTOR'S INSURANCE
‘SUBORDER
INVOICES
PAYMENT
DELIVERY
INVENTORY/LEAD TIME
TESTS. :
QUANTITIES
BASIS OF AWARD
LOCAL BUSINESS PREFERENCE
PRICE LIST
WAGE RATE ESCALATION
UNSPECIFIED ITEMS.
CONTRACT PERIOD...
CONTRACT EXTENSION OPTION |
WARRANTY
‘CALCULATION OF MBEAWBE COMMITMENT | :
‘CONTRACT DOCUMENTS TO BE COMPLETED BY BIDDER |
‘CONTRACTOR CERTIFICATION
QUALITY CONTROL
‘AUTHORIZED DEALER/DISTRIBUTOR
INDEMNIFICATION.
SAFETY AND LOSS CONTROL MINIMUM CONTRACT REQUIREMENTS
MODIFICATIONS AND AMENOMENTS
‘CONFLICTS OF INTEREST
DISCLOSURE OF OWNERSHIP
‘GOVERNMENTAL ETHICS ORDINANCE
CHAPTER 2-56 OF THE MUNICIPAL CODE OF CHICAGO, OFF?
BUSINESS RELATIONSHIPS WITH ELECTED OFFICIALS
‘SECTION 2-92-380 OF THE MUNICIPAL CODE OF CHICAGO
-MACBRIDE PRINCIPLES ORDINANCE
NON-APPROPRIATION
ACCEPTANCE
CONTRACT DOCUMENTS
DISCLOSURE OF RETAINED PARTIES - EXECUTIVE ORDER 97-1
COMPLIANCE WITH CHILD SUPPORT ORDERS ORDINANCE
EARLY TERMINATION.
LIVING WAGE ORDINANCE
SEVERABILITY
o
‘OF INSPECTOR GENERAL ||
UNTITLED-004
[AIRPORT SECURITY, BADGING AND VEHICLES
SPECIAL CONDITION REGARDING MINORITY BUSINESS ENTERPRISE COMMITMENT AND WOMEN BUSINESS
ENTERPRISE COMMITMENT 6
36
36
37
ATTACHMENT A... oscssscceeseseesesee coe
ASSIST AGENCIES: NON-CONSTRUCTION.
ASSIST AGENCIES: CONSTRUCTION .
ATTACHMENT B 38
SCHEDULE B. Affidavit of Jomt Venture (MBEWBE)
SCHEDULE C-1
SCHEDULE D-1 .
DBE/MBEAWBE Utitzation Report.
DETAILED SPECIFICATIONS
1.00 SCOPE .... .
2.00 REPAIRS/PERSONNEL
3.00 SHOP REQUIREMENTS - =...
4.00 ‘ORIGINAL EQUIPMENT PARTS
5.00 NON-0.£.M. (GENERIC PARTS)
6.00 ‘WORK ORDERS an
7.00 EQUIPMENT DAMAGE OR LOSS 121!
8.00 CLEAN UP. -
9.00 Use OF CiTy FACILITIES
1000 ACCESS TO CITY FACILITIES
11.00 SUBCONTRACTORS.
1200 EXCEPTIONS
PROPOSAL 6s
PROPOSAL 258
DISCLOSURE AFFIDAVIT FOR CONTRACTS AND CONCESSION AGREEMENTS NOT INVOLVING FEDERAL
FUNDS
ADDENDUM TO DISCLOSURE AFFIDAVIT . cists tees 272
DISCLOSURE OF RETAINED PARTIES...
‘TO BE EXECUTED BY A CORPORATION .
TO BE EXECUTED BY A PARTNERSHIP
TO BE EXECUTED BY A SOLE PROPRIETOR
ACCEPTANCE
273
1275
1276
277
278
INSURANCE CERTIFICATE OF COVERAGE 279
UNTITLED-005,
REQUIREMENTS FOR BIDDING AND INSTRUCTIONS FOR BIDDERS
CONTRACT FOR WORK
Proposals wll be received by the Chief Procurement
Office ofthe City of Chicago m accordance with Contract,
Document as et forth herein
1. EXAMINATION BY BIDDER
‘The bidder shall, before submitting its bid, carefully
examine the proposal, plans, specifications, contract
documents and bonds. The bidder shall nspect n deta
the site ofthe proposed work and familianze itself with all
thecal condtionsaffectingthe contract and the detatled
requirements of construction. Its bd w accepted, the
bidder willbe responsible fr all errors i ts proposal
resulting from failure or neglect to comply with these
instructions. The City wl, 1m no case, be responsible for
any change in anticipated profits resutung from such
failure or neglect
Unless otherwise provided in the Contract, when the
plans or specifications include information pertaining to
subsurface exploration, bonngs, test pits, and other
Preliminary nvesugation, such information represents only
the opinion ofthe City as to the location, character, or
{quantity ofthe matenals encountered and s only included
for the convenience of the bidder The City assumes no
responsibilty with respect to the suffxency or accuracy
ff the information, and there 1 no guaranty, either
expressed or implied, that the conditions indicated are
representative of those exstng throughout the work, oF
that unanticipated developments may not occur
2 BID DEPOSIT
Bid depost shall be required forall competitive sealed
bidding for contracts when required in the legal
adverisement Bid depost shall be a bond provided by a
surety company authorized to do business in the State of
nos, or the equivalent in cashier's check, money order
or certiied check. All cerutied checks must be drawn on
a bank doing business n the United States, and shall be
‘made payable to the order of the City of Chicago CASH
1S NOT AN ACCEPTABLE FORM OF BID DEPOSIT
Bid deposts shall be in the amount shown in the
advertisement or as may be prescnbed herein, but not in
excess of 10% ofthe bid. Where the amount ofthe bid
<depost shown in the adversement should prove to be
‘more than 10% ofthe bid, then the bidder may submit
1m hu ofthe foregoing, an amount equal to 10% of his
bod. Compliance with the provisions herewth shall be
<determuned mall cases by the Chief Procurement Oficer
and his determination shall be final
When the legal advertisement requires 2 depost,
rnoncompllance requires rejection of the bid
‘ter bids are opened, deposits shall be irrevocable for
the penod specified herein Ifa bidder is permitted to
‘wathdraw ts bid before award, no action shall be taken
_aguinst the bidder or the bid depos
3. PREPARATION OF PROPOSAL
‘The bidder shall prepare sts proposal on the attached
proposal forms. Unless otherwise stated, allblank spaces
cn the proposal page or pages, applicable tothe subject
specticaton, must be corecty fled in Ether 2 unt
“pce ora lump sum pce, asthe case may be, must be
Stated foreach and every item, either typed in or written
sm ink,n figures, and, f required, in words.
f bidder 1s a corporation, the President and Secretary
shall execute the bid and the Corporate seal shall be
affixed. tn the event that this bid 1s executed by other
than the President, attach hereto a certified copy ofthat
section of Corporate By-Laws or other authorization by
the Corporation which permits the person to execute the
offer for the corporation
W bidder s a partnersinp, all partners shall execute the
bid, unless one partner has been authorized to sign for
the partnership, im which case, evidence of such
authonty satsiactory to the Chief Procurement Officer
shall be submited,
bidder i a sole proprietorship, the sole propnetorship
shall execute the bid
‘A Partnership”, “Jont Venture” or “Sole Propnetorship
‘operating under an Assumed Name must be regstered
‘with the ilnots county in which located, as provided in
‘Specification 82-92950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 1 of 279
UNTITLED-006
REQUIREMENTS FOR BIDDING AND INSTRUCTIONS FOR BIDDERS,
BOSILCS 405 (1992).
4, SUBMISSION OF PROPOSALS
{Al prospective bidders shall submit sealed proposals with
applicable bid deposit enclosed in envelopes prowded for
that purpose in the DEPARTMENT OF PROCUREMENT
SERVICES, Room 301, Cty Hall, and if proposals are
submited in envelopes other than those so provided for
this purpose, then the sealed envelope submited by the
prospective bidder shall car the fllowinginformationon
the face ofthe envelope: bidder'sname, address, subject.
mater of proposal, adversed dat ofbid openingand the
hour designated forbid opening as shown on the legal
adveriserent.
‘Where proposals are sent by mail to the DEPARTMENT
(OF PROCUREMENT SERVICES, the bidders shall be
responsible for their delivery to the Chief Procurement
Officer before the adverused date and hour for the
‘opening of bids. Ifthe mail is delayed beyond the date
and hour set for the bid opening, proposals thus delayed
will not be accepted.
Proposals shal be submitted with onginalsignaturesin the
space provided on the appropriate Proposal Execution
Page Proposals not propery signed shall be reyected.
5. WITHDRAWAL OF PROPOSALS
Bidders may withdraw ther proposals t any time prior to
the me spectied n the advertisement asthe closing ume
for the receipt of bids However, no bidder shall
withdraw or cancel is proposal for a period of sot (60),
calendar days after sad advernsed closing time for the
receipt of proposals nor shall the successful bidder
withdraw or cancel or modify his proposal ater having
‘been notified by the Chief Procurement Officer that said
‘proposal has been accepted by the Cty. The City reserves
the nght to withhold and depost, as liquidated damages
and not a penalty, the bid depost of any bidder
requesting withdrawal, cancellation of modification of ts
proposal prior to the stated penod for acceptance of
proposal
\Where ths contract shall be approved by another agency,
such asthe Federal Government or State of llinoss, then
the bidder shall not withdraw or cancel or modify his
‘proposal for a penod of runety (90) calendar days after
said advertised closing time forthe recespt of proposals
6. COMPETENCY OF BIDDER
The Chief Procurement Officer reserves the ght to
refuse to award a Contract to any person, firm or
corporation that sn arrears ors 19 default othe ity of
‘Chicago upon any debtor contractor that a defulter,
as surety or otherwse, upon any obigation to sad City,
cor had failed to periorm fathully any previous contract
with the City.
The bidder, if requested, must present within a
reasonable ‘time, as determined by the Chief
Procurement Orficer, evidence satisfactory to the Chief
Procurement Officer of performance ability and
Possession of necessary facilites, pecuniary resources
and adequate insurance to comply with the terms of
these specificanons and contract documents.
7. CONSIDERATION OF PROPOSALS
‘The Chief Procurement Officer shall represent and act
forthe City i all matters pertaining to this proposal and
‘contract in conyuncton therewith. The Chef
Procurement Officer reserves the right to reject any or all
proposals and to disregard any informality in the bids and
bidding. when in his opinion the best interest ofthe City
will be served by such action
‘The proposal s contained in these contract documents
and MUST NOT BE DETACHED HEREFROM by any
bidder when subrmitinga proposal. Incomplete proposals
are subject to reyecuon
8. ACCEPTANCE OF PROPOSALS
The Chief Procurement Officer will accept n writing one
of the proposals or reect all proposals, wathin sexy (60)
‘calendar days , or within ninety (90) calendar days where
approval by other agencies i required, from the date of
‘opening of bids, uniess the lowest responsible bidder,
‘upon request of the City, extends the ue of acceptance
tothe City
9, PERFORMANCE BOND.
‘When requited by the Chief Procurement Officer the
Specification 82-92950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 2 of 279
UNTITLED-007
REQUIREMENTS FOR BIDDING AND INSTRUCTIONS FOR BIDDERS
successful bidder or bidders shal, within seven (7)
‘calendar days of recerpt of notce from the City, furnish a
performance bond in the full amount of the contract on
Form P.W O. 62, a specimen of which is bound herein
Receipt of writen notice from the City to furnish a bond
‘constitutes tentative notice of pending award and
proposal acceptance. Release of the contract shall be
‘withheld pending receipt and approval of a satisiactory
bond
‘tention is called to the provisions of 30ILCS 550/1, et
‘s2q and to the provisions of Section 2-92-030 of the
‘Municipal Code of Chicago.
10. FAILURE TO FURNISH BOND
In the event that the bidder fails to furnsh the
performance bond in said period of seven (7) calendar
days, then the bid deposit ofthe bidder shal be retained
by the City as liquidated damages and not asa penalty
11, DISCLOSURE OF RETAINED PARTIES
“The apparent iow bndder willbe requ to execute and
notanze the Disclosure of Retained Parties required by
Executive Order 97-1 no later than 7 ealendar days ater
noufcation by the Cty of Chicago uness a longer ime ws
‘ranted by the Chie Procurement Officer copy ofthe
Disclosure of Retained Paries 1s atached to the
Specification Refusal to execute and notanze such
‘closure wll result the Chief Procurement Officer
Geclanng the bidder nonresponsible and the City
retaming the bid depost. Moreover, a bidder
deemed non-responsible under this prowsion, the
bidder's status asa non-responsible bidder may apply to
the bidder's subsequent bids
12, INTERPRETATION OF
DOCUMENTS.
CONTRACT
Hany person contemplating submttng a proposal 1s 19
doubt as to the true meaning of any part of the
specifications or other contract documents, a wntten
‘equest for an interpretation thereof may be submitted to
the Chief Procurement Officer The person submitting the
request wil be responsible for ts prompt delivery Any
interpretation of the proposed documents will be made
‘only by an addendum duly sued by the Chiei
Procurement Officer A copy of such addendum will be
mailed, faxed, electronically mailed or delivered to each
Person recervinga st of such contract documents and to
such other prospective bidders as shall have requested
that they be furrished with a copy of each addendum
Failure on the part of the prospective bidder to receive
‘a wnten interpretation pro tothe time of the opening
(of bids will not be grounds for withdrawal of proposal.
Bidder will acknowiedge receipt of each addendum
sssued in space provided on proposal page. Oral
‘explanations will not be binding,
13, CATALOGS
Each bidder shall submt, where necessary, or when
requested by the Chief Procurement Officer, catalogs,
descriptive literature, and detailed drawings, fully
detailing features, designs, constuction, appointments,
finishes and the like not covered in the specifications,
necessary to fully describe the matenal or work he
‘Proposes to furnish,
14, TRADENAME
In cases where an tem is identified by a manufacturer's
name, trade name, catalog number, or reference, it 1s
understood thatthe bidder proposes to furnish the item
s0 identified and does not propose to furnish an “equal”
‘nies the proposed "equals definitely indicated therein
by the bidder.
Reference to a specific manufacturer, trade name, or
‘alalog s intended to be descnptve but not restnctive
and onty to indicate tothe prospective bidder tems that
wall be satsfactory Bids on other makes and catalogs
wall be considered, provided each bidder clearly states,
‘on the face of the proposal exactly what i proposes to
furnish, or forwards with the bid, a cut, llustrbon, oF
‘other descnptive matter which will cleafly indicate the
character of the item covered by the bid,
“The Chief Procurement Officer hereby reserves the right
{0 approve as an equal, oF to reject as not being an
fequal, any tem the bidder proposes to fumish which
‘contains major or minor variations from specication
requirements but which may comply substantially
therewith
‘Specification. 82-92950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 3 of 279,
UNTITLED-008
REQUIREMENTS FOR BIDDING AND INSTRUCTIONS FOR BIDDERS
15. RETURN OF BID DEPOSIT
“The bid deposit of all except the two lowest bidders on
each contract will be retumed shorty after the bid
‘opening. The Chief Procurement Officer reserves the
right to hold all bid deposits, if the intent 1s to award
multiple contract for a requirement andlor ifthe two
lowest responsible bidders can not be readily determined
based on price untill proposals have been evaluated.
The remaining bid deposits on each contract
returned with the exception ofthe accepted bidde
the Chief Procurement Officer has awarded the contract.
‘The bid depost of the accepted bidder wil be returned
after the contract has been awarded and a satisfactory
performance bond has been approved, where such bond
‘s required.
16, TAXES
Federal Excise Tax does not apply to matenals purchased
by the City of Chicago by virtue of Exemption Certificate
No. 36-6005820 and State of llinoss Sales Tax does not
apply by wrtue of Exemption Certificate No, £9998-1874-
(04. Iino: Retailers’ Occupation Tax, Use Tax, and
‘Municipal Retailer’ Occupation Tax do not apply 10
smatenals or services purchased by the City of Chicago by
vite of Statute. The price or pnces quoted herein shal,
include all other Federal and/or State, direct and/or
indirect taxes which apply. The prices quoted herein shal
comply with all Federal laws and regulations
17, ORDER OF PRECEDENCE OF COMPONENT
CONTRACT PARTS
‘The order of precedence of the component contract parts
shall be as follows:
General Conditions.
‘Addenda if any
Department Special Conditions
Pans or City Drawings
Detailed Specificavons
Standard Specifications of the City, State or
Federal Government, if any.
7. Advertisement for proposals (copy of
advertisementto be atached to back of cover)
18 Requirements for Bidding and Instructions to
Bidders.
9. Performance Bond, if required.
‘The foregomg order of precedence shall govern the
interpretation of the contract mall cases of confict or
tnconsitency therein, except as may be otherwise
expressly provided by the City.
18, CONTRACTOR'S FINANCIAL STATEMENT
ach bidder bidding on construction proyects shall have
Con file in the office of the Chief Procurement Officer
tio tod opening a CONTRACTOR'S STATEMENT OF
EXPERIENCE AND FINANCIAL CONDITION dated not
eariter than the end of the Contractors last fiscal year
penod. This shall be kept on file by the Chief
Procurement Officer as a representative statement for a
period of one year only. Formsare avalable atthe office
fof the Bid and Bond Section, DEPARTMENT OF
PROCUREMENT SERVICES, Room 307 City Hall, or may
be obtained by addressing a request to the Chief
Procurement Officer, Room 403, City Hall, Chicago,
no's, 60602. Failure to have a current financial
statement on file in the DEPARTMENT OF
[PROCUREMENT SERVICES at time of bid opening may
‘be cause for the rejection of Contractor's Proposal.
19, NOTICES
‘All communications and notices to the City herein
provided for shall be faxed, delivered personally,
electronically mailed or mailed frst class, postage
‘prepaid, tothe Commissioner ofthe using department by
name and address listed on the cover hereof, and tothe
‘Chvef Procurement Oficer, Room 403, City Hall, 121 N,
LaSalle Street, Chicago, lhnots 60602.
All communications and notices to the bidder, unless
otherwise provided for, shall be faxed, delvered
personally, electronically mailed or mailed first clas,
postage prepaid, to the bidder by name and address
listed on the proposal hereof
Specification: 82-92950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 4 of 279
UNTITLED-009
(GENERAL CONDITIONS
1. NON-DISCRIMINATION,
A. Federal Requirements
tt shall be an unlawful employment pracuce for the
Contractor (1) to fall o refuse to hie or to discharge any
individual, or otherwise to discnminate against any
individual with respect to his compensation, or the
terms, conditions, or privileges of his employment,
because of such indndual’s race, colo, religon, sex,
‘age, handicap or national ong; or @2) to lmt,
segregate, or classify is employees or applicants for
‘employment m any way which would deprve or tend
to deprive any indivadual of employment opportunities
‘or otherwase adversely affect his status as an employee,
because of such individual's race, color, religion, sex,
age, handicap or national ongin.
‘Contractor shall comply wath The Coil Rights Act of
1964, 42 USC sec. 2000¢tsea. (1988), as amended.
‘Attenton s called to: Exec Order No. 11,246, 30 Fed.
Reg 12,319 (1965), reprinted in 42 US.C. 2000)
‘ote, 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
USC sec 6101-6106 (1988); Rehabilitation Act of
1973, 29 USC sec 793-794 (1988), Americans with
Dssabiiues Act, 42 USC sec. 12102 et seq, and 41
CER Part 60etseq (1990)
8 State Requirements
‘Contractor shall comply with the thinors Human Rights
‘Act, 775 ILCS 5/1-101 etseq (1992), a8 amended and
any rules and regulations promulgated in accordance
therewith, including, but not limited to the Equal
[Employment Opportunity Clause, 44 Ill Adrmn Code
§ 750 Appendix A Furthermore, the Contractor shall
comply with the Public Works Employment
Discrimination Act, 775 ILCS 10/0.01 et seq (1992), as
amended
C City Requirements
‘Contractor shall comply withthe Chicago Human Rights
Ordinance, ch 2-160, section 2-160-010 et seq of the
(Chicago Municipal Code 1990), asamended Further,
Contractor shall furnish or shall cause each of ats
subcontractors) to furnish such reports and information
as requested by the Chicago Commission on Human
Relations.
D. Subcontractors
Contractor agrees that lof the above prowsions (A, (B)
and (C), will be incorporated in all agreements entered
‘nto with any suppliers of matenals, furishers of
services, subcontractors of any ter, and labor
organizabons which furnish skilled, unskilled and craft
union skiled labor, or which may provide any such
matenals, labor or services in connection with this
Contract:
2. INDEMNITY
‘Contractor shall indemnify, keep and save harmless the
Gy, tt agents, officials and employees, agamst all
sryunes, deaths, loss, damages, claims, patent claims,
stats, habiives, judgments, costs and expenses, which
‘may mn anywse accrue against the City m consequence
‘of the granting ofthis contract or which may in any
‘wise result therefrom, whether or not it shall be alleged
‘or determined that the act was caused through
negligence or omission of the Contractor or ts
‘employees ofthe subcontractor or tsemployees,fany,
land the Contractor shall, at 1 own expense, appear,
‘defend and pay ll charges of attorneys and all costs and
‘other expenses. ansing therefrom or incurred in
‘connection therewith, and, if any judgment shall be
rendered agaist the City in any such action, the
Contractor shall, at is own expense, satisfy and
<ischarge the same Contractor expressly understands
and agrees that any performance bond or insurance
protection required by this contract, or otherwise
provided by Contractor, shall in no way limit the
responsibilty to indemnity, Keep and save harmless and
defend the City as herein proved.
3. EMPLOYMENT
‘The Contractor shall comply with “AN ACT to give
preference to the veterans of the United States military
land naval service in apporntments and employment
‘upon public works, by, oF forthe use of, the State of is
‘Specification. 82-92950-42, PARTS AND SERVICE FOR HEAW MACHINERY AND EQUIPMENT, Page 5 of 279,
~UNTITLED-010
GENERAL CONDITIONS,
politcal subdiwsions,” approved June 12, 1935, as
amended. Attention is called to Chapter 126-1/2,
Section 23, Il, Rev. Stats. 1987.
4. 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, ty
‘or any public body or any political subdivision or by
anyone under contract for public works.” Attention 1
called to Chapter 48, Par.395, Il Rev Stats. 1989,
tis the policy ofthe State of tlnors that a wage of no
less than the general prevailing hourly rate as paid for
‘work ofa similar character in the localty in which the
‘work s performed, shal be paid to all laborers, workers
and mechanics employed by or on behalf of any and all
public bodies engaged in public works,
‘The term “general prevaiing hourly rate”, when used in
this Act means the houdy cash wages plus fringe benefits
for heath and welfare, insurance, vacatons and
Pensions paid generally, in the locality wn which the
‘workis being performed, to employees engaged in work
ofa smilar character on public works
lithe Department of Labor revises the general prevailing
hourly rate to be paid by the public body, the revsed
rate shall apply to such contract
5. SUBLETTING OR ASSIGNMENT OF CONTRACT
‘OR CONTRACT FUNDS.
‘No contract shall be assigned or any part of the same.
sub-contracted without the written consent of the Chief
Procurement Officer; but m no case shall such consent
relieve the Contractor from hes obligations, of change
the terms ofthe contract.
‘The Contractor shall not transfer or assign any contract
funds or clams due or to become due without the
watten approval of the Chuef Procurement Officer
having fst been obtained.
‘The transer or assignment of any contract funds either
tm whole or in part or any interest therein, which shall
be due orto become due to the contractor, shall cause
the annuiment of said transferor assignment so far as
the Cty s concerned.
6. CASH BILLING TERMS
‘Any cash billing discounts offered will not be considered
in the evaluation of bids.
7. GUARANTEES & WARRANTEES.
‘All guarantees and warrantees required shall be
furnished by the Contractor and shall be delivered 10
the Chief Procurement Officer before final voucher on
the contracts issued.
18. COOPERATION BETWEEN CONTRACTORS
Unless otherwise provided in Special Conditions, 1f
Separate contracts are let for work within or adjacent to
the project ste as may further be hereinafter detailed
in the contract documents, each contractor shall
‘conduct his work so as not to interfere with or hinder
the progress of completion ofthe work being performed
by other contractors.
Each contractor involved shall assume all lability,
financial or otherwise, in connection with his contract,
and shall protect and save harmless the City from any
and all damages or claims that may anse because of
inconvenience, delay, or loss expenenced by him
because of the presence and operations of other
Contractors working within the limits of the same
Improvement Each contractor shall assume all
esponsibility for all work not completed or accepted
because of the presence and operations of the other
contractors
‘The Contractor shall as fr as possible arrange his work
and place and dispose ofthe matenals being used, so as
‘not to interfere with the operations of the other
Contractors within or adjacent tothe mits of the project
site. He shall yon hus work with that ofthe others in an
acceptable manner and shall perform st sn proper
sequence to that of the others.
9. SUPERINTENDENCE
‘The Contractor shall personally supenintend the work or
Speciicauon 82-92950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 6 of 279
UNTITLED-011
‘GENERAL CONDITIONS
shall have a competent person atthe site at al timés to
act for him
110, PLANS OR DRAWINGS AND SPECIFICATIONS
CO-OPERATIVE
Plans or drawings mentoned in Requirements for
Bidding and instructions to Bidders or in the
specications shall be so considered that any matenal
shown on plans or drawings and not therein specified,
‘or mater there specified and not shown on plans or
‘drawings, shal be executed by the Contractor the same
as though were both shown and specfied.
11, PERMITS
Unless otherwise provided in Special Conditions, the
Contractor shal take out, at his own expense, all permits
and licenses necessary to cary out the work described
in ths contract
‘12, MATERIALS INSPECTION AND RESPONSIBILITY
The City, by ts engineenng agences, shall have a nght
to inspect any matenal to be used in canying out this
contract.
The City does not assume any responsibilty for the
avallabiity ofany controlied matenals or other materals
and equipment required under ths contract
The Contractor shal be responsible for the contracted
‘quality and standards of all matenals, components of
‘completed work furnished under this contract up tothe
Lume of final acceptance by the Cy
Matenals, components or completed work not
complying therewith may be rejected by the Chief
Procurement Officer and shall be replaced by the
Contractor at no cost to the Cy.
‘Any matenals or components rejected shall be removed
‘within a reasonable time from the premises ofthe City
at the entre expense of the Contractor, after wnitten
rotice has been mailed by the City to the Contractor
that such matenals or components have been rejected
INSURANCE
‘The Contractor agrees to keep in force during the he of
thus contract such insufance polices as indicated in the
SPECIAL CONDITIONS of this contract Contractor
further agrees to furnish certificates of any or all
insurance policies lisung the City as an additonal
insured upon request bythe Chief Procurement Officer
114, PAYMENT TO CONTRACTOR
‘Work performed under this contract s interpreted to
include matenals to be furnished under this contract,
‘which ae sutabiy stored a the ste ofthe work. Unless
‘otherwse provided in Special Conditions, which shall
bee subject to the provisions of Chapter 26-13 of the
‘Municipal Code of Chicago, the Chief Procurement
Officer may from tume to time, in cases where the
Contractor shall proceed properly to perform and
‘complete his contract, grant to such Contractor asthe
‘work progresses an estimate of the amount already
‘earned. All partial payment esumates shall be subject 10
‘correction by the final esate.
‘Waivers from Subcontractors and Suppliers indicating
that they have received their share from the Contractor
‘of the previous partial payment to the Contractor must
bbe presented concurrently by the Contractor when he
presents an estimate for a parval payment.
‘The Chief Procurement Officer may, whenever he shall
have reason to believe that the Contractor has neglected
fr failed to pay any subcontractors, workmen or
employees for work performed or for matenals
furnished and used in or about the work contracted for,
Corder and direct that no future vouchers or estates be
'ssued and no further payments be made upon the
‘contract until said Chief Procurement Oficer shall be
satsied that such sub-contractors, workmen and
‘employees have been fully paid, and the reserve sum
referred to inthe above stated Chapter 26-13 shall not
‘be payable until the Contractor shall have satisfied the
Chief Procurement Officer that all sub-contractors,
‘material men, workmen and employees have been fully
pad.
Whenever the Chief Procurement Officer shall notify
the Contractor, by notice personally served or by
‘Specification. 82-92950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 7 of 279
UNTITLED-012
GENERAL CONDITIONS.
mailing a copy thereof to the Contractor to his office as
shown by hs bd, that no futher vouchers or estates
willbe issued or payments made on the contract until
subcontractors, workmen and employees have been
paid, and the Contractor shall neglect or refuse for the
ppenod of ten days after such notice 1s given, as above
provided for. to pay such subcontractors, workmen and
employees, the City may then apply any money due or
that may become due under the contract to the
payment of such subcontractors, workmen and
employees without other or futher nobce to said
Contractor; but failure ofthe City to retam and apply
such moneys, or of the Chief Procurement Officer to
order or direct that no vouchers or estates shall be
'ssued or further payments be made shall not, nor shall
the paying over of such reserve sum without such
subcontractors, workmen or employees being first paid,
sm any way afect the labilty of the Contractor or of his
sureties to the City, or to any such subcontractors,
‘workmen or employees upon any bond gen in
connection with such contract.
Before final payment s made under the contract, and as.
{2 conditon precedent to such final payment, the
‘Contractor shall furnish waivers of all liens and
sausfactory guarantees against all claims on account of
work performed, tools and plant employed, and
‘matenal and labor furnished under the contract The
Contractors shall not be entitled to demand or recewe
final payment until al the stipulations, provisions and
‘conditions set forth in the contract have been complied
with, and the work has been accepted by the
Commissioner, whereupon the City will, at the
‘expiration of 30 calendar days after such completion
and acceptance, pay the whole account of money due
the Contractor under the contract
The acceptance by the Contractor of the final payment
above mentioned shall operate as and shall be a release
tothe City from all claims or hablty under ths contract
for anything done or furnished of relating to the work
under this contract, or for any act or neglect of the City
relating to or connected with ths contract
15. CHANGES
The Commissioner may, subject to_prot written
approval of the Chief Procurement Officer, if the
‘esumated costs thereof exceeds $5,000.00, at anytime
by writen onder, and without notice to the sureties
‘make changes inthe drawings andlor specications of
thiscontrac if within the general scope. ifsuch changes
‘cause an increase or decrease n the Contractor's cost
‘of, ortime required for, performance ofthe contract, an
equitable adjustment 3s may be hereinafter further
described in Special Conditions, shall be made and the
Contract modified m wring accordingly. Any claim of
the Contractor for adjustment under ths clause must be
submitted in writing to the Commasioner and Chief
Procurement Officer within 10 days from the date of
‘eceipt by the Contractor ofthe notification of change
Lnless the Commissioner and the Chief Procurement
(Officer grant a further period of time before the date of
final payment under the contract. 1 the partes fal to
agree upon the adjustment to be made, the dispute
shall be determined solely by the Chvef Procurement
‘Officer but nothing provided im thes clause shall excuse
the Contractor from proceeding wit the prosecution of
the work as changed. Except as otherwise prowded in
this contrat, no charge for any extra work oF materal
willbe allowed
16. TIME AND PROGRESS
It ss understood and agreed that TIME IS OF THE
ESSENCE OF CONTRACT, and the Contractor agrees to
‘begin actual work covered by thiscontractm conformity
with the provisions set forth herein and to prosecute the
same with all due diligence, so as to complete the entire
work under this contract within the calendar days
stipulated after the date for commencement of work 35,
specified in the wntten notification to the Contractor
from the Commissioner, using double shift and holiday
‘work when necessary
Unless otherwise provided in Special Conditions, the
Contractor shall submit to the Commissioner for
approval, within 5 calendar days ater the effective date
of this contract, a TIME SCHEDULE for performing
‘operations under this contract which will ure the
satisfactory completion of the entire work within the
time hereinafter specified. When approved and
accepted by the Commissioner, the Contract shal
[prosecute the work under this contract so that the actual
‘work completed shall be not less than required by such
approved TIME SCHEDULE for performing operations
Specification. 82-92950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 8 of 279
UNTITLED-013
GENERAL CONDITIONS
under ths contract which will msure the sasfackory
Completion of the entre work wthin the tme
hereafter specified When approved and accepted by
the Commissioner, the Contractor shall prosecute the
work under ths. contract so that the actual work
‘completed shall be not less than required by such
approved TIME SCHEDULE
1 the rate of progress be such thatthe total amount of
work accomplished by the Contractor within any time
‘mentioned n such approved TIME SCHEDULE is less
than the amount therem specified to be completed
‘within such ume, then the Chief Procurement Officer
may declare this contact in defaut as provided here
17, PROVISIONS RELATIVE TO DELAY
Should the Contractor be obstructed or delayed in the
‘commencement, prosecution or completion ofthe work
Lnder this contract by any actor delay ofthe City or by
‘order ofthe Commissioner, howsoever caused, then the
Lume herein fixed for the completion of said work willbe
‘extended for a period equwalent to the time lost by
reason of such acts or delays ofthe City or orders ofthe
Commissioner.
less otherwise understood that no extension of time will
bbe granted to the Contractor unless he, immediately
‘upon knowledge ofthe causes of an unavoidable delay,
frst notifies the Commissioner and Chief Procurement
Officer in werung, stating the approximate number of
ays he expects to be delayed
“The Contractor must also make a request in writing to
the Commissioner and Chief Procurement Oficer for an
‘extension of time within ten (10) calendar days after the
cessation of the delay Compliance by the Contractor
with the requirements set forth in this paragraph are
Conditions precedent tothe granting of an extension of
lume and it ws hereby agreed that in case of failure to
‘comply with said requirements, the Contractor shall not
be entitled to an extension of time
The Chief Procurement Officer and the Commissioner
wall determine the number of days, if any, that the
Contractor has been delayed. Such determination
‘when approved and authonzed in wnting by the Mayor,
Comptroller and the Chief Procurement Officer, will be
Final and binding.
‘tis further expressly understood and agreed that the
Contractor shall not be entitled to any damages ot
‘compensation from the City, of be reimbursed for anv
loss or expense on account of any delay or delays
resulting from any of the causes aforesaid.
18, DEFAULT
W the Contactor fais to begin the work under ths
contract withinthe ime speed, or fas to perorm the
work wth sufficient workmen and equipment oF with
Sufcrent materals to msure the completion of sad
work wrthin the specified time, or shall perform the
work m an unsatsactory manner, or shal neglect oF
refuse to remove matenals or perform anew Such work
2 shall be rejected as defectve or unstable, oF shall
Sbscontinue the prosection of the work, or i the
Contractor shal become insolvent or be declared
banleupt, oF shall comm any act of bankruptcy oF
insohency, or shall make an assignment for the benefit
of creditors, or from any other cause whatsoever shall
not any on the work in an acceptable manner, the
Chie Procurement Officer shal gve notice in wriungto
the Contractor and his surety of such failure, delay,
neglect, refusal, or defau, specifng the same, andi
the Contractor, within a period often (10) days ater
sch note, shallnt proceed m accordance therewith,
then the Chief Procurement Oficer acting for and on
behalf of the Cay shall, upon recerpt of a vnten
ceraficate from the Commisioner ofthe fact of such
failure, delay, neglect. refusal, oF default and of the
fare ofthe Contractor to comply wth such notice,
have full power and athonty to declare the foretre of
ths contract and to fork the hts of the Contractor
sm ths contrac, andthe Chief Procurement Oficer at
his option may eall upon the surety to complete the
work im accordance with the terms of ths contactor
may have the Cty takeover the work, including any oF
all matenals and equipment on the ground as may be
surtable and accepabl tothe City and may complete
the work by or on own force acount, or may enter
into a new contract for the completion of the work, by
or on its own fore account, of may enter in a new
‘contract for the completion of the work, or may use
such other_methods asin the “opmwon of the
Commssioner shall be required forthe completion of
‘Specification. B2-92950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 9 of 279
UNTITLED-014
GENERAL CONDITIONS
the work in an acceptable manner. All costs and
charges incurred by the City, together with the cost of
‘completing the work, shall be deducted from any
moneys due or which may become due on this
‘contract. In case the expense so mcurred by the City
shall be less than the sum which would have been
payable under this contract fit had been completed by
‘the Contractor and had not been forferted by the City,
then the Contractor shall be entitled to recerve the
difierence, subject to any clams or hens thereon which
‘may have been filed with the City or any pror
‘assignment fled with &, and in case such expense shal
‘exceed the sum which would have been payable under
this contract, the Contractor and the surety shall be
huable and shall pay to the City the amount of such
19, DISPUTES
Except as othermse provided in this contract, any
dispute concerming a question of fact ansing under this
‘contract which i not disposed of shall be decided after
hearing by the Chief Procurement Officer, who shall
reduce his decision to wnting and mail or otherwise
furrsh a copy thereof to the Contractor. The decision
Of the Chief Procurement Officer shall be final and
binding
20. NON-COLLUSION, BRIBERY OF A PUBLIC
OFFICER OR EMPLOYEE
Contractor, in performing under this contract shall
‘compiy withthe Municipal Code of Chicago, Section 2
92-320, a follows
"No person or business enty shallbe awarded a contract
‘or sub-contract ifthat person or business entity (a) has
been convicted of bribery or attempting to bribe a
public oficer or employee of the City of Chicago, the
State ofilnoss, or any agency ofthe federal government
‘or of any state or local government in the United States.
inthatoficer’sor employees oficial capacty; or(b) has
been convicted of agreement or collusion among,
‘bidders or prospective bidders in restraint of freedom of
competion by agreement to bid a fixed pnce, or
‘otherwise: oF (has made an admission of gui of such
conduct described 1m (a) or (b) above which isa matter
‘ofrecord buthas not been prosecuted forsuch conduct
For purposes of this section, where an offical, agent or
‘employee of a business entity has committed any
offense under this section on behalf of such an entity
land pursuant to the direcuon or authorzabon of a
responsible offical thereof, the business entity shall be
chargeable with the conduct. One business entity shall
bbe chargeable with the conduct of an affated agency
Ineligibity under ths section shall continue for three
‘years following such conviction or admission. The
penod of ineligibility may be reduced, suspended, or
“waived by the Chief Procurement Officer under certain
specific circumstances Reference is made to Section 2-
92-320 for a defintion of “afllated agency”, and a
detailed descnption of the conditions which would
permit the Chief Procurement Officer to reduce,
suspend, or waive the penod of ineligbilty.
Specification- 82-92950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 10 of 279
UNTITLED-015,
SPECIAL CONDITIONS
CONTRACTOR QUALIFICATIONS
Bidder must
(a) Be an established Heavy Machinery and Equipment manufacturer or authonzed dealer/distnbutor located within
the Chicago metropolitan area;
(6) Provide a full eparr and service facihty for Heavy Machinery and Equipment within a 50 mile radius from the
Deparment of Fleet Management at 1685 N. Throop Street, Chicago,IL
(© Stock adequate iventones of Heavy Machinery and Equipment Repair Pans, and
(@) Employ suficrent personnel thoroughly traned and experienced in Heavy Machinery and Equipment Repat.
The determination ofa companys conformay withthe above requrements willbe made by the Chief Procurement
Officer
PERFORMANCE BOND
No Bond Required
CONTRACTOR'S INSURANCE
‘The Contractor will provide and maintain a the Contractors own expense, until contract completion and during the time
ppenod following final completion if Contractor is required to return and perform any additional work, the insurance
Coverages and requirements speciied below, insur all operations related to the contract.
11) Workers Compensation and Employers Labiity
Workers Compensation Insurance, as prescnbed by applicable law covering all employees who are to provide a service
‘under this Contract and Employers Liabilty coverage with limits of not less than $500,000 each accident oriliness
2) Commercial General Labilty (Primary and Umbrella)
‘Commercial General Labiity Insurance or equwalent with limits of not less than $2,000,000 per occurrence, for bodily
injury, personal inury, and property damage habilty Coverages must include the following All premises and
‘operations, products/completed operations, separation of rsureds, defense, and contractual lability (with no limtation
endorsement). The City of Chicago 1s to be named as an additional msured on a. primary, non-contributory basis for
any labiity ansing directly or indirectly from the work
Subcontractors performing work for the Contractors may maintain mits of not less than $1,000,000 with th same terms
herein
3) Automobsle Labiity (Pamary and Umbrella)
When any motor vehicles (owned, non-owned and hired) are used in connection with work to be performed, the
Contractor must provide Automobile Liability Insurance with limuts of not less than $1,000,000 per occurrence for
Specification 62-92950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 11 of 279
UNTITLED-016
SPECIAL CONDITIONS.
bodily injury and property damage. The City of Chicago is to be named as an additional sured on a primary, non-
cor oasis.
4) Property
‘Contractor must be responsible forall loss or damage to personal property (including but nat lmited to mater
‘equipment, tools and supplies), owned, used, leased, or rented, by Contractor
Contractor must be responsible for any oss or damage to Cty of Chicago property at replacement cost
5) Garage Labuity Insurance
The Contractor must prode Garage Liability Insurance with limits of not less than $1,000,000 per occurrence
‘combined single limit, for bodily njury and propery damage. Coverage extensions must clude Garage Keepers Legal
Liability. The Cty of Chicago sto be named as an additional insured on a primary, non-contributory basis for any kabilty
_ansing directly oF indirectly from the work.
ADDITIONAL REQUIREMENTS
The Contractor must rsh the Cty of Chicago, Department of Procurement Sences, Cty Hall, Room 403,121 North
{Salle Street 60602, onginal Certificates of Insurance, or such similar evidence, to be in force on the date ofthis
‘Contract, and Renewal Certificates of insurance, or such similar evidence, if the coverages have an expiration or renewal
date occuring dunng the term of ths Contract. The Contractor must submit evdence of insurance on the City of
‘Chicago Insurance Certificate Form (copy attached) or equvalent prior to Contract award. The receipt of any certificate
does not constitute agreement by the City thatthe insurance requirements in the Contract have been fully met ofthat
the insurance polices indicated on the certificate are in compliance with all Contract requirements. The failure of the
Cy to obtain cerficates or ather surance evidence from Contractor is not a walver by the City of any requirements
for the Contractor to obtain and maintain the spectied coverages The Contractor must advise all nsurers of the
Contract prowsions regarding insurance. Non-conforming insurance does not relieve Contractor ofthe obligation 0
Browide insurance as specified herein. Nonfulillment of the insurance condtuons may constitute a violation of the
‘Contract, and the Cty reais the nghtto stop work until proper ewdence of insurance is provided, or the Contract may
be terminated
Te insurance must provide for 60 days prior wntten notice tobe gven tothe Cty i the event coverage 1 substantially
changed, canceled, or non-renewed
‘Any deductibles or self wsured retentions on referenced insurance coverages must be borne by Contractor
‘The Contractor agrees that insurers waive thest nights of subrogation agains the City of Chicago, ts employees, elected
officials, agents, or representatives
‘The coverages and lis furmshed by Contractor in no way mit the Contractor's lablites and responsibilivesspecited
within the Contract or by law.
‘Any insurance o self insurance programs maintained by the City of Chicago do not contribute with insurance provided
by the Contractor under the Contract.
The required insurance to be camed isnot limited by any imitations expressed in the indemnification language in this
‘Spectication- 82-92950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 12 of 279,
UNTITLED-017
SPECIAL CONDITIONS
Contract or any hmataton placed on the indemnity in ths Contrict given as. a mater of law
‘The Contractor must require all subcontractors to provide the insurance required herein, or Contractor may provide the
‘coverages for subcontractors. All subcontractors are subject tothe same insurance requirements of Contractor uniess
‘otherwise specified inthis Contract.
lf Contractor or subcontractor desie additional coverages, the party desiring the additional coverages is responsible for
the acqusition and cost.
‘The City of Chicago Risk Management Department maintains the nght to modify, delete, alter or change these
requirements.
SUBORDER
Requests for Pats and Services for heavy Machinery and Equipment inthe form of sub-orders willbe sued by the
Deparment of Feet Management, and sentto the Contractorto be applied agaist the contrat. Suborder will ndicate
<uantves ordered fr each ine tem, unttotal cost, shipping address or service locations, delivery and/or sence dat,
fund chargeable nformation, catalog ormation and other perunent instructions regarding delivery andor services
Invoices
‘Ongial invoices shall be forwarded by the Contractor to the Department of Fleet, 1685 N. Throop Street, Chicago,
{hmoss 60622 to apply agains the contract. Invorces shall be submited in accordance with the mutually agreed upon
‘ume penod with the Department of Fleet.
All nyorces must be signed, dated and reference the City contract number. Ifa contractor has more than one contract
‘with the Cay, separate voices must be prepared for each contract i heu of combining tems and/or serwces from
iflerent contracts under the same invoice. Invoice quantities, item descnptions, units of measure and pricing
information must correspond to the items and/or services quoted on the Proposal Page
Invoices for services with pnce escalauons wall be rejected unless the contract includes a provision for such an
‘adjustment by contract modification Freight, handling and shipping costs are not to be invoiced, contract terms speciy
deliveries’ FO B , Cty of Chicago As stated in the Requirements for bidding and Instructions to bidders section, the
Cty of Chicago is exempt from paying State of Ilinovs sales tax and federal excise taxes on purchases.
PAYMENT
‘The City will process payment within snty (60) calendar days after receipt of nvoices completed in accordance with the
termsherein, and alisupporung documentation necessary forthe City to venty the Parts andlor Repair Services provided
‘under this contrac.
‘The City shall not be obligated to pay for any Parts and/or Repair Services which were non-complant withthe terms and
Conditions of these specifications Parts and/or Repair Services which fall inspection or performance 1s subject to
exchange, correction or replacement atthe cost the Contractor.
‘Specification: 82-92950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 13 of 279,
UNTITLED-018
SPECIAL CONDITIONS
Deuivery
“The City reserves the right to purchase pars only rom the Contractor asa separate purchase tobe shipped directly to
the Cty and the ity reserves the nght to purchase pans indirectly from the Contractor as a result of pans required for
‘epars periormed by the Contractor.
DDelivenes of parts purchased separately and shipped directly to the City must be made F.0.8,, delivered, any point
within the City at no separate delivery charge tothe City, regardless ofthe sub-order amount. All part prices shall be
delivered prices
“The City reserves the ght to add new delnery locations or delete prevousy sted dewery locations as required dunng
the contract penod
INVENTORY/LEAD TIME
The Contractor will mantain an inventory of sufficient diversity and quantity as to ensure the delivery of any stem listed
In the Proposal, which ws ordered by the Cy from stock within twenty-four (24) hours ater receipt of a City
department’ order. nev of the inventory, the Contractor must be able arrange such prompt delivery
Repeated failures ofthe Contractor to meet the above stated delivery requirements may be used by the City as grounds
forthe termination of this contrac, and may futher affect the Contractor's eligibility for future contract awards.
The Contractor's compliance with these requirements will be determined by the Chief Procurement Officer, whose
decision wall be binding.
‘Tests
In order to determine that the proposed Parts and Services for Heavy Machinery and Equipment conform to this
specification, the City reserves the night to test andlor inspect the equipment. Other tests and measurements may aso
be performed, as determined by the Cty
QUANTITIES,
‘Quantities shown on the Proposal Pages are estimates only for bid canvassing purposes, The City reserves the night to
increase or decrease quantities ordered under this contract Nothing herein will be construed as an intent on the part.
ofthe City to purchase any Parts and Services for Heavy Machinery and Equipment ather than those determined by the
Department of Fieet Management to be necessary to meet their current needs.
The City wil be obligated to order and pay for only such quantities as are from time to time ordered, delivered and
accepted on sub-orders ssued directly by the Deparment of Fleet Management
BASIS OF AWARD
‘Acontract willbe awarded on the basis ofthe lowest Total Group Price proposed by a responsive and responsible bidder
‘meeting all the terms and conditions of ths spectication Bidders may quote one or more groups, but must quote all
lines within a group on the Proposal Pages
(One Contract, i any, wall be awarded to the lowest bidder for each group. The adequacy of documentation prowded
Specification 82-92950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 14 of 279
UNTITLED-019
‘SPECIAL CONDITIONS
(See ‘Bid Submittal Information’ on Proposal Page) and the quality of references, and a site wst of the Contractors
facilives,f requested; wall determine if a contractors a responsive and responsible bidders). The bidder must meet
the requirements of ths specification. Any al bids submitted to the contrary will be considered incomplete, and as &
‘est, wlbe rejected, when, inthe opinion of the Chief Procurement Officer, the best nterest ofthe Cty wil be servec
thereby
LOCAL BUSINESS PREFERENCE
‘The Chief Procurement Officer will accept the lowest bid pce or lowest evaluated bid price from a responsive and
responsible local business, provided that the bid does not exceed the lowest bid pnce or lowest evaluated bid price from
2 responsive and responsible non-local business by more than two percent (2%).
‘Alocal business (Local Business) 1s a business located wathin the corporate mits ofthe City, which has the majonty
oft regular, ful-tume work force located within the City, and 1s subject to City of Chicago taxes
Where all partners toa jot venture are Local Businesses, the joint venture will be deemed to be 2 Local Business
Where notall partners oa ot venture ae Local Businesses, such joint venture willbe considered a Local Business only
+f Local Businesses hold atleast a fity percent (50%) interest n the venture, Local Businesses havea fity percent (50%)
Interest inthe joint venture only f the Local Business partners in the venture hold subcontracts equal to fity percent
(50%) or more of the amount of the bid_ Joint venture bidders will submit information and documentation (including,
‘but not mtd to, the joint venture agreement and subcontracts) with their bids to establish ther eligibility forthe Local
Business Preference A joint venture bidder which fails to submit such information will nt be entitled to the Local
Business Preference.
‘The Chief Procurement Officers determination ofa bidders eligibility for the Local Business Preference will be final
PRICE UST
“The Bidder should submit with its bid three (3) copies of each of the most current (at the time of bid opening) OEM
catalog /pnce list quoted on the Proposal Pages or upon request by the Chief Procurement Ofivcer or his authorized
designee prior to contract award. Pricelist may be in the form of a hard copy, disk, CD-Rom or web page reference
Fallure to furnish pce lists may be cause for ejection ofthe bid for being non-responsive to ths requirement.
‘The Contractor will be responsible for forwarding new price lists oF supplements of latest revision tothe Department of
Fleet Management, the Comptroller's Ofice and the Department of Procurement Services dung the contract period
All pncing for this contract willbe governed by the latest editions or supplements to current manufacturer's published
ppnce lists The Contractor wll be responsible tor notifying the Chuef Procurement Officer, at least thirty (30) days in
advance of any pce changes andor wsuance of revised price lists prio to submital of invoices with new prices
WAGE RATE ESCALATION
Increases in labor rates wll be based on the prevailing wage rate atthe time of escalation request. the contract requires
tunion labor, straight ume and overtime labor rates paid to various trades involved in the execution of work will be
adjusted to reflect the rate changes effective on the anniversary date ofthe union contract.
‘The Contractor wl be required to furnish supporting documents from each rade union to vent the new rates and the
effect date of the change. Any labor rate adjustments willbe made in the frm of a contract modification signed by
‘Specification 82-92950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 15 of 279
UNTITLED-020
SPECIAL CONDITIONS
the City and the Contractor.
‘Any services provided by the Contractor atthe new wage rate, wthouta property executed contract modification signed
by the Chief Procurement Officer, made atthe Contractor's rk. Consequently, n the event such modification is not
executed bythe iy, the Contractor releases the Cty fom any labilty whatsoever to pay for senaces rendered a the
new wage rate pro to the Contractors receipt ofthe fully signed contract modification
UNSPECIFIED ITEMS
‘Any Parts and Services for Heawy Machinery and Equipment not specifically listed herein may be added to this contract
if they fal wnthin the same speci category of supply tems specied.
‘The Department of Fleet Management or the User Department will noufy the Contractor in wnting of the stems which
are necessary and request a writen price proposal forthe addition ofthe tems) to this contract by modification, then
forward the documents to the Chref Procurement Officer. Such tem(s) may be added tothe contract only ifthe prices
are compettive with current market prices and said tems are approved by the Chief Procurement Officer in the form
(of a wntien modification signed by the Contractor and the City. The Chief Procurement Officer reserves the right 0
seek competitive pricing information on said tems) from other suppliers and to procure such temi(s) na manner which
serves the best interest ofthe City
‘Any such tem(s) delivered by the Contractor, without a properly executed contract modification signed by the Chief
Procurement Officer, are delivered entirely a the Contractors nsk. Consequently, 1n the event that such modification
's not executed by the City, the Contractor hereby releases the Cty from any labilty whatsoever to pay for any items
<delvered prior to the Contractors recerpt of the fully signed modification.
CONTRACT PERIOD
‘The contract wall begin on or about. and continue through nies terminated prior to thes date
according to the terms ofthe Termination paragraph, or extended as provided for herein
“The City will establish and enter the above stat and exprration dates atthe tume of formal award and release ofthis
contract unless negotated por to release of the contract
‘The stare date will be no later than the first day ofthe succeeding month from the date shown as the Contract Award
and Release Date on the Acceptance Page herein. The expiration date willbe the last day ofthe thury-sxth(36") full
‘calendar month afte the established stan date
CONTRACT EXTENSION OPTION
“This Contract will be in effect for the dates indicated herein fr the contract peiod_ The Chie Procurement Officer may
‘exercise the City's uilateral night to renew this Contract following the expiration ofthe base contract term for up to two
(2) additonal penis of one (1) year each, subject to acceptable performance by the Contractor and contingent upon
the appropriation of sufficient funds forthe purchase ofthe goods prowded for im this Contract.
'No less than sity (60) days before the expiration of the then current contract term, the Chief Procurement Officer will
{ve the Contractor notice ofthe City’s intent to exerese its option to renew the Contract for the approaching option
[Peniod The date on which the Chief Procurement Orficer gves notice isthe date the notice s mailed, if tx mailed,
‘or the date the notice 1s delivered, if sent by couner or messenger service,
Specification: 82-92950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 16 of 279
UNTITLED-021
‘SPECIAL CONDITIONS
\With the same amount of notice a for options the City reserves the nght to extend the contract period for a period 0!
‘no more than ninety (90) days, ether in leu of exercising an option penod or following the exhaustion of all option
‘periods, forthe purpose of providing continuity of supply while procunng a replacement contract.
WARRANTY
‘The Contractor hereby warrants for a period of one (1) year from the date of final acceptance by the City, that wil,
at it own expense and without any cost to the City, replace all defective parts and make any repatts that may be
required of made necessary by reason of defectwe design, matenal or workmanship, or by reason of non-compliance
‘with these specifications. The warranty period will commence on the first day the unt is placed in service by the City
Ifa longer warranty can be furnished, at no additional cost tothe City, the longer period wall preva
CALCULATION OF MBEWBE COMMITMENT
For purposes of calculating your percentage MBE and/or WBE dollar commitment toward the minimum goal stated 1n
the Special Condition Regarding Minonty Business Enterpnse and Women Business Enterprise, the estimated amount
‘ofthe bidder's total base bid willbe used to calculate the actual dollar commitment to each MBE and/or WBE firm listed
‘on your Schedule D-1, MBE/WBE Goal Implementation Plan fat the end of this contract, the actual dolar value 1s
below the estimated value, the City will consider adjustments to your MBEAWBE plan which are proportionate to the
actual dollar value of this contract. In cases where spit or multiple awards are considered, the above total estimated
dolla value will be divided pro-rata among the number of biddersawardees.
CONTRACT DOCUMENTS TO BE COMPLETED BY BIDDER
Each bidder/proposer must fully complete, sgn, notarze and submit as part of your proposal the following documents
incorporated herein
Schedule B* Affidavt of Joint Venture (MBE/AWBE) if applicable).
Schedule C-1. Lette of Intent from MBE/WBE to Perform as Sub-contractor, Supplier andlor Consultant,
Schedule D-1_Afidave of MBEMWBE Goal Implementation Plan
Disclosure Afidavt
Disclosure of Retained Parves
Proposal Execution Page, as applicable (Corporation, Partnership, Sole Proprietorship)
Cty of Chicago Insurance Certicate of Coverage
Note __ EACH BIDDER/PROPOSER MUST ACKNOWLEDGE RECEIPT OF AFULL SET OF CONTRACT DOCUMENTS
‘AND ANY ADDENDA AT THE TOP OF THE PROPOSAL EXECUTION PAGE. FAILURE TO DO SO MAY RESULT IN
BIDDER BEING DEEMED NON-RESPONSIVE.
CONTRACTOR CERTIFICATION,
‘The Contractor or each joint venture partner shall complete the appropnate subsection Par Il, Certification Regarding
Taxes, Fees and Lingation and acknowledge all ther presentations in Par I, Cerfication Regarding Prohibited Conduct
ofthe attached Disclosure Affidavit the Affidavit which cerufies that the Contractor or each joint venture partner, ts
agents, employees, officers and any subcontractors a) have not been engaged in or been convicted of bribery or
attempted bnibery ofa public officer or employee ofthe City of Chicago, the State of Ilinoxs, any agency ofthe Federal
_government or any State o local government inthe United States or engaged in or been convicted of bid-rgging or bid
Specification 82-92950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 17 of 279
UNTITLED-022
‘SPECIAL CONDITIONS
rotaton actrties as defined inthis section as required by the linois Criminal Code; ) do not owe any debts to the
State of llinois, m accordance with 65 ILCS 5/11-42.1-1 and ) are not presently debarred or suspended
QUALITY CONTROL
‘The Contractor will uitze industry recognized standards and procedures to assure tat a satisfactory level of quality
Controls maintained mall tages ofthe manufactunng, assembly and installation process Employees ofthe Department
cof Procurement services and the Department of Feet Management or agents acting on behalf ofthe City, accompanied
byysuch Cty personnel will have open access toallareasfacites inorder to ensure that proper quality contro standards
are being met.
AUTHORIZED DEALER/DISTRIBUTOR
‘The Contractor must be the manufacturer or an authored dealer/disinbutor of the proposed vehicles or equipment,
provide documentation of same with its bid or upon request of the Chief Procurement Officer, and be capable of
providing genuine pars, assemblies andlor accessones as supplied by the onginal equipment manufacturer (O.E M )
Further, the Contractor must be capable of furshing onginal product warranty and manufacturer's related services such
25 product information, product recall notices, etc. Proof of ability to transfer product warranties tothe City of Chicago
‘must be submited with bid documents, # applicable.
The Contractor's compliance with these requirements will be determined by the Chief Procurement Officer, whose
decision wil be binding.
INDEMNIFICATION
(@)_On written notice from the City of Losses the City believes are Losses Arising under this contract as defined
sn this section, Contractor must defend, indemnify and hold completely harmless City Indemnitees from and
against such Losses, regardless of whether Contractor challenges the Citys belief. The defense, indemnification
{and hold harmless obligations of Contractor toward City Indemnitees remain an affirmative obligation of
Contractor following the Citys notice of Losses the City believes are Losses Ansing under this Contract unless
and unti a cour of competent junsdicton finally determines otherwse and all opportunities for appeal have:
been exhausted or have lapsed
(b) For purposes of ths section:
“City Indemnitees" means, individually and colectvely the Cay of Chicago, ts oficial, agents and employees.
“Lostes' means, individually and collectively all kinds of labilites, losses, sus, claims, damages, judgments,
fines and demands, cluding all reasonable costs for mnvesugation, reasonable attorney's fees, court costs and
experts fees
"Ansing under this Contract means ( ansing out of awarding this Contract, (i) ansng out of the enforcement
‘ofthis Contract, including the enforcement of ths ndemnification provision; (i) ansingout of or mconnection
with Contractors performance or non-performance of this Contract (including the acts or omission of
Contractor, ts officers, agents, employees, Contractors, Subcontractors, licensees of invitees, any breach by
any of them of any warranty made under thes Contract or any failure by any of them to meet any apphcable
‘Standard of performance under this Contract; or (w) any combination of any of the foregoing.
Spectication’ 82-92950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 18 of 279
UNTITLED-023
‘SPECIAL CONDITIONS
(© Tothe exten permssibe by law, Contractor waives ay lms on Contractors labilty that would otherwise
have by virtue ofthe Workers Compensation Actor anyother lw or judicial deesion (specially Koteck
Cyclops Welding Corporation, 146 Ill 24 155 (1981). The City, however, does ot wave any imitations t
‘may have on its habilty under the Workers Compensation Ac or under te linoss Pension Code
(@)__ The City has the nght, atts option and at 1s own expense, to participate in the defense of any sutt without
relieving Contractor of any of ts obligation under this indemnity prowsion The requirements set forth inthis
indemnty provision are separate from and not hited by the amount of msurance Contractor is required to
‘obtam under this Contract or by its bonds pursuant to other prowsions in this Contract Further, the
tndemnties contained i ths provision survve the expiration of termination of this Contract
SAFETY AND LOSS CONTROL MINIMUM CONTRACT REQUIREMENTS
‘The Contractor, ts agents, employees, matenal supplier and subcontractors, wl perform all work on the projet ina
safe and responsible manner. The Contractor, ts agents, employees, matenal suppliers, and subcontractors, are required
tomaitaincomplance withallloca, state, and federal regulatory requirements pertarngto the work being performed,
“This includes, but snot ited tothe requirements of the City of Chicago Municipal Code, linoss Department of Labor
{{004, tines Ennronmental Protecton Agency (LEPAY, the Occupational Safety and Health Admunsration (OSHA),
and the Envronmental Protection Agency (EPA, where applicable.
‘Minimum requirements of the Contractors accident/incident prevention program include, but are not lated to the
following
‘An inspection to identify potential hazards and to determine what actionvactties have been or, should be
conducted towards the correction of those hazards.
‘A training program that includes safety and the identification of workste hazards
Standard operating procedures, aplicable directives, rules and regulations, which promote rather than discourage
sale operating procedures, (ue., encouraging employees to report unsafe conditions, to participate m investigations,
and to report all work related inyunes and illnesses)
Implementaton of an AccidenVincident Reporting Program, which includes frstaid and iyury treatment
procedures at the ob site and the use ofthe nearest medical facility. The Program shal alo include procedures for
reporting incidents imvolving near misses or damage to City equipment andior property Procedures shall ensure
that injured or medically ill persons receive prompt first-aid and/or medical treatment and that every
aceident/neident is promptly reported to Contractor management, and applicable City Departmental personnel.
‘Accompieted report of the accidenvincident must be submitted as well
‘Matera Safety Data Sheets (MSDS) must be submitted with ths proposal or any substance described n the Hnoxs
“Toxic Substances Disclosure Ac.” pro to delivery on City property, regardless of the quantty requested. The
delivery, storage, handling, and use of the substances must comply with all applicable regulatory requirements at
alltimes The Contractor must also furnish Matera Safety Data Sheets at the time the matenals are delivered The
Contractor, ts agents, employees, matenal suppers and subcontractors, handling the substances in any way, must
‘be familar wth and follow safe practices pertaining to the use of the materials at al times
Ailhaulingand operations of equipment ad al ther necessary operations under ths Contract shall be so conducted
25 0-cause a mirumum of dust, novse, and inconvenience to the normal acuvities ofthe occupants of property and
Specification: 82-92950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 19 of 273
UNTITLED-024
‘SPECIAL CONDITIONS
buildings in the wcinity ofthe Work. The Contractor is responsible for conducting operations in such a manner as
to miumize debrs left on the public way and shall provide clean up as required by the Commissioner. Whenever
the Commissioner determines any type of operation constitutes @ nuisance, the Contractor shall, immediately,
proceed to conduct its operations in an approved manner.
“The Commissioner may at any time, require additional provisions, if such are deemed necessary for public safety or
‘The Contractor and subcontractors shall comply with said requirements, standards, and regulations, as required, and
be directly responsible for compliance therewith on the part ofits said agents, employees, and materal suppers The
‘Contractor and subcontractors shal directly receive, respond to, defend and be responsible fo ll tations, assessments,
{ines or penalties which may be incurred by reason of its failure on the pat of ts agent, employees, or materal suppliers
to 50 comply.
The Contractors attentions directed to the Health and Safety Act of the State of tinos, 8209 LCS 225/3 etseq. The
‘ules pursuant to ths Act are on fle with the Secretary of State of lnos and ae identical m every respect wath the
standards in effect under the Federal OSHA law, pursuant to orders ofthe ino Indusinal Commission. The Federal
and State standards require that the Contractor provide reasonable protection to the lives, health, and safety of al
persons employed under ths Contract Such act and rules ad the applicable pars thereo! shal be considered as part
‘ofthis Contract,
MODIFICATIONS AND AMENDMENTS
'No changes, amendments or modifications ofthis Contract, or any part hereof, willbe valid unless supulated in writing,
and signed by the parties hereto, or thew respective agents’ representatives.
‘CONFLICTS OF INTEREST
"No member ofthe governing body ofthe City of Chicago or other unit of government and no other officer, employee
‘or agent of the City of Chicago or other unit of government who exercises any functions or responsibiives in connection,
with the carrying out of the project will have any personal interests, director indirect, in the contract.
‘The Contractor covenants that he presently has no interest and will not acquire any interest, director indirect, nthe
‘proyecto which the contract pertains which would confit m any manner or degree with the performance of ts work
hereunder The Contractor futher covenants that n ts performance of the contract no person having any such interest
shall be employed,
DISCLOSURE OF OWNERSHIP
Pursuant to Chapter 2-154 of the Municipal Code of the City of Chicago, any person, business entity or agency
‘submitung a bid or proposal to or contracting with the City of Chicago wall be required to complete the Disclosure of
(Ownership Interests m the attached Disclosure Affidavit Complete disclosure information must be promded.
GOVERNMENTAL ETHICS ORDINANCE
‘The Contractor will comply with Chapter 2-156 of the Municipal Code of Chicago, “Governmental Ethics", ncluding
but not ited to Secuon 2-156-120 of this Chapter pursuant to which no payment, grtutty or offer of employment
shall be made mn connection with any City contract, by or on behalf ofa subcontractor to the prime Contractor or higher
Spectcation: 82-92950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 20 of 279
UNTITLED-025
SPECIAL CONDITIONS
‘ver subcontractor or any person associated therewith, a af inducement for the award of a subcontractor order Anv
‘contract negotiated, entered into, or performed in violation of any ofthe provisions ofthis Chapter wil be vordable as
to the Cty.
CHAPTER 2-56 OF THE MUNICIPAL CODE OF CHICAGO, OFFICE OF INSPECTOR GENERAL
te willbe the duty of any bidder, proposer, or Contractor, all subcontractors, and every applicant for certVication of
eligi for a City contract or program, and all officers, directors, agents, partners, and employees of any bidder,
proposer, contractor, or such applicant to cooperate with the Inspector General in any investigation or hearing
Undertaken pursuant to Chapter 2-56 ofthe Chicago Mumicipal Code. The Contractor understands and will abide by
{all provisions of Chapter 2-56 of the Municipal Code of Chicago. All Contractors wil inform subcontractors of this
provision and require understanding and compliance herewith.
[BUSINESS RELATIONSHIPS WITH ELECTED OFFICIALS
Pursuant to Section 2-156-030(b) of the Municipal Code of the City of Chicago, 1s illegal for any elected offical of the
‘ty, oF any person acting atthe direction of such offical to contac, ether orally orn wnting, any other city official or
‘employee with respect to any matter mvolng any person with whom the elected oficial has a business relationship,
‘to partcpate in any discussion in any city council committee hearing or many cxty council meeting orto vote on any
‘matter involving the person with whom an elected offical hasa busines relationship. Violation of Section 2-156-030(b)
by any elected official with respect to ths contract will be grounds for termination of ths contract. The term business
relationship 1s defined as st 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 private business dealing of an offical,
‘or his or her spouse, or of any entity m which an oficial or his or her spouse has a financial interest, with a person or
‘entity which entities an official to compensation or payment in the amount of $2,500 or more in a calendar year;
provided, however, a financial interest will not include: () any ownership through purchase at far market value or
‘mhentance of lessthan one percent ofthe share ofa corporation, or any corporate subsidiary parent o affate thereof,
regardiess ofthe value of or dividends on such shares, if such shares are regstered on a secures exchange pursuant
to the Secuntues Exchange Act of 1934, as amended, (x) the authorized compensabon paid to an official or employee
for his office or employment; (i) any economic benefit provided equally to all residents of the city, (Ww) a time or
‘demand depostn a financial msttution; oF (v) an endowment or msurance policy or annusty contract purchased from
an insurance company A contractual or other private business dealing” willnot include any employment elauonship
‘of an official's spouse with an entty when such spouse has no discretion concerning or input relating tothe relauonship
between that entity and the city
‘SECTION 2-92-380 OF THE MUNICIPAL CODE OF CHICAGO
12) Inaccordance with Section 2-82-380 of the Municipal Code of Chicago and in addition to any other ights and
remedies (including any of set-off avaiable to the City of Chicago under the contract or permite at law oF in|
‘equity, the City willbe enttied to set ofa portion ofthe contract price or compensation due under the contract,
man amount equal to the amount of the fines and penalties for each outstanding parking wolation complaint
land the amount of any debt owed by the contracting party tothe City For purposes of ths section, “outstanding
parking wolation complaint” means a parking ticket, notice of parking violation, of parking violation complaint
‘on which no payment has been made or appearance filed inthe Cicust Cour of Cook County within the time
spectfied on the complaint “Debt” means a specified sum of money owed to the City for which the period
‘ranted for payment has expired
Spectication 62-92950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 21 of 279,
UNTITLED-026
‘SPECIAL CONDITIONS
by Notwithstanding the provisions of subsection (a), above, no such debts) or outstanding parking violation
complaints) will be offset from the contract pnce or compensation due under the contract one or more ofthe
following conditvons are met:
(1) the contracting party has entered into an agreement with the Department of Revenue, or other
appropnate City department, forthe payment ofall oustanding parking violation complaints and debts
‘owed tothe City and the Contracting party ssn compliance with the agreement; or
(2) the contracting party is contesting lability for or the amount of the debt ina pending adminstrative or
judicial proceeding: or
(3) the contracting party has fled a pettion in bankruptcy and the debts owed the City are dischargeable
in bankruptcy.
-MACBRIDE PRINCIPLES ORDINANCE
“The City of Chicago through the passage of the MacBrde Principles Ordinance seeks to promote fair and equal
‘employment opportunities and labor prachces fr religious minorites i Northem Ireland and provide a better working,
environment fr all cizens in Northern ireland.
Imaccordance with Section 2-92-580 of the Municipal Code of Chicago, the primary Contractor conducts any business
‘operations in Norther ireland, its hereby required thatthe Contractor will make all reasonable and good fait efforts
tocconduct any business operations mn Northem Ireland in accordance with the MacBride Principles for Northern Ireland
a defined m lhnois 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
‘sess an eight percent penalty This penaky wil crease ther bd price forthe purpose of canvasing the bids in order
to determine who isto be the lowest responsible bidder This penalty will apply only fr purposes of comparing bid
amounts and shall nt affect the amount of any contract payment
The prowsions of ths Section will not apply to contracts for whch the Cty ecewes funds adminstered by the United
States Department of Transportation, excep tothe extent Congress has directed thatthe Deparment of Transportation
not withhold funds from states and locales that choose to plement selective purchasing policies based on agreement
‘o comply wth the MacBinde Principles for Norther ireland, orto the extent that such funds are nototherwase withheld
by the Department of Transporation
NON-APPROPRIATION,
no funds or msuificien funds are appropnated and budgeted in any fiscal penod ofthe Cty for payments to be made
under ths contract, then the City wll notify the Contractor ofthat occurrence and this contract will trrmnate on the
‘earlier of the last day of the fiscal penod for which sufficient appropriation was made or whenever the funds
appropriated for payment under this contract are exhausted No payments will be made to the Contractor under this
‘contract beyond those amounts appropriated and budgeted by the Ciy to fund payments under ths contract.
ACCEPTANCE
tis understood and agreed by and between the parties hereto, thatthe inital acceptance and inspection of any delivery
wall not be considered a waiver of any provision of these specifications and will not relieve the Contractor of his
Specification 82-92950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 22 of 279
UNTITLED-027
SPECIAL CONDITIONS
obligation to supply satsfactory pars and/or services which cOnforms to the specifications, as shown by anv test oF
inspections for which prowsions are herein otherwise made.
CONTRACT DOCUMENTS
Failure ofthe Contractor to familanze himselifherself with all requirements ofthe Contract Documents will not relieve
huh from complying with al of the provisions thereof.
DISCLOSURE OF RETAINED PARTIES - EXECUTIVE ORDER 97-1
‘The apparent low bidder wl be required to execute and notanze the disclosure required by Executive Order 97-1 n0
later than seven (7) calendar days after notification by the Caty of Chicago unless a longer time 1s granted by the
Purchasing Agent. A copy ofthe disclosure required by Executive Order 97-1 1s atached to ths specication. Refusal
to execute and notanze such disclosure will result the Purchasing Agent declanng the bidder non-responsible and the
Cty retaining the bid deposit. Moreover, bidder s deemed non-responsible under tis prowsion, the bidders status
{2 a non-responsible bidder may apply to the bidders subsequent bids.
‘COMPLIANCE WITH CHILD SUPPORT ORDERS ORDINANCE
“The Child Suppor Arrearage Ordinance, Municipal Code of Chicago, Section 2-92-415, furthers the Citys interest in
‘contracting with entives which demonstrate financial responsibilty, integnty and lawfulness, and finds that 1s especially
imequitable for contractors to obtain the benefits of public funds under City contracts while ts owners fal to pay
‘court-ordered child suppor, and shift the suppor oftheir dependents onto the public treasury.
|naccordance with Section 2-92~415 ofthe Municipal Code of Chicago, ifthe Circurt Court of Cook County or an tines
‘court of competent junsdition has issued an order declanng one or more Substantial Owner in arrearage on thei child
suppor obligations and (1) a one such Substantial Owner has not entered into a court-approved agreement for the
‘payment of all such child suppor owed, or (2) a Substantial Owner snot in compliance with a court-approved
‘agreement for the payment of al such child support owed, (see Cernfication of Compliance with Child Support Orders
1 Disclosure Afidavi, then
For those bidders in competitive bid contracts, the City wll assess an eight percent penalty. This penalty will ncrease
ther bid pce for the purpose of canvassing the bids n order to determine the lowest responsible bidder. This penalty
‘wall apply only for purposes of comparing bid amounts and wall not affect the amount of any contract payment.
For purposes ofthis section,"SUBSTANTIAL OWNER’ means any person who owns or holdsa ten percent (10%) or more
percentage of interest inthe bidder, where the bidder isan individual or sole propnetorship, substantial owner means
that individual or sole proprietorship .
“PERCENTAGE OF INTEREST’ includes direct, indirect and beneficial interests inthe Contractor Indirect or beneficial
snterest means that an interest in the Contractors held by a corporation, joint venture, trust, partnership, association,
estate or other legal entity, n which the indrdual holds an interest, or by agents) or nomineets) on behalf of an
indindual or entity For example, f Corporation B holds or owns a twenty percent interest in Contractor, and an
indrvadual or entty as a fity percent or more percentage of interest in Corporation B, then such individual or entity
indirectly has a ten percent or more percentage of interest n the Contractor f Corporation B wsheld by another entity,
then this analysis similarly must be applied to that next entity,
‘The provisions ofthis Secon will only apply where not otherwise prohibited by federal, state oF local law.
Specification 62-92950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 23 of 279
UNTITLED-028
EARLY TERMINATION.
In addition, the City may terminate this contractor all or any portion ofthe contrac, at any te by a notice in weiting
from the City to the Contractor, The City wll give notice tothe Contractor. The effective date of termination wall be
the date the notice is received by the Contractor or the date stated inthe notice, whichever i later. Ifthe City elects
to terminate the contract 1 full all services to be provided under must cease and all matenals that may have been
accumulated in performing ths contract whether completed or in the process, must be delivered tothe City within 10
days after the effective date stated n the novice.
[Aker the notice # recenved, the Contractor must restnct is actwites, and those of its subcontractors to winding down
“any activities prewiousy begun. No costs incurred after the effectve date ofthe termination are allowed. Payment for
any seraces actualy and satsfactorly performed before the effective date of the termination ison the same basis asset
{orth inthe Payment clause and as outlined in the Proposal page, but if any compensation 1s descnbed or provided for
‘on the basis of a pend longer than 10 days, then the compensation must be prorated accordingly. No amount of
compensation, however, is permitted for anticipated profits on unperformed services. The payment so made to the
Contractor si full settlement forall services satisfactorily performed under ths contract. Contractor disputes the
I the Citys election to terminate
1s determined in a court of competent junsdiction to have been wrongful, then in that case the termination isto be
deemed to be an early termination pursuant to ths Early Termination prowsion.
s contract for default pursuant to provision 13. Default, inthe General Conditions
LIVING WAGE ORDINANCE
Section 2-82-610 ofthe Municipal Code of Chicago requires eligible contractors and their subcontractors to pay a wing
‘wage (currently $7.60 per hour minimum base wage) to covered employees employed in the performance of this
contract. You are an eligible contractor sat any time dunng the performance of the contract you have 25 or more fll-
Lume employees tf youare, or became, eligible, you and your subcontractors must pay atleast the base wage to covered
employees Covered employees ae: secunty guards (but only if you and your subcontractors employ inthe aggregate
25 or more of them), and, in any number, parking attendants, day laborers, home and health care workers, cashiers,
‘elevator operators, custodial workers and clencal workers’ Section 2-82-610 does not apply to not-for-profit
‘corporations with federal SO1(c)3) tax exempt status. Also, if the work being done under the contract 1s subject to
payment of prevaing wages, and the prevailing wages are higher than the base wage, then prevailing wage rates apply.
and must be paid
SEVERABILITY
'¥any prowsion ofthis contract held or deemed to be or considered to be or isn fact invalid, legal, noperative or
‘unenforceable as applied m any particular case m any junsdicton orjunsdictions ori all cases because i confits with
_any other provision or provisions of ths contract or any constitution, statute, ordinance, rule of law of public policy, oF
for any other reason, those circumstances do not have the effect of rendering the provision in question iva, egal,
‘operative or unenforceable in any other case or circumstances, or of rendering any other provision oF provisions in
ths contract invalid, legal, moperative or unenforceable to any extent whatsoever. The invaldity, ilegalty,
snoperativeness or unenforceabilty of any one or more phrases, sentences, clauses or sections inthis contract does not
affect the remaming portions ofthis contract or any par of
Specification: 82-92950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 24 of 279
UNTITLED-029
‘SPECIAL CONDITIONS
AIRPORT SECURITY, BADGING AND VEHICLES
(a) This Agreement is expressly subyect to 49 U.S.C. Chapter 449, Secunty, the provisions of which, and ll ues
_and regulations promulgated under it, are incorporated by reference Contractor must comply, and must cause its
subcontractors, guess, and mites to comply, with ll such rules and regulations as they apply to them, 2s well 3s any
ather applicable rules and regulavons governing the conduct and operation of the Cys apors which may be
romulgated from ume to ume by the Commissioner
(b) Hf, the performance ofthis Agreement, any employee of Contractor or any subcontractor has (i) unescorted
accessor regular excorted access to arcraft located on or atthe Citys arrpor; (i) unescorted accessor regular escorted
access to secured areas; or (in) capability to allow others to have unescorted accesso such aircraft or secured areas, then
that employee 1s subject to such employment inveshgations (including the submision of fingerprints to the City to
‘conduct criminal history record checks) as the FAA, the TSA, and the City may consider necessary All such individuals
‘who pass the requisite employment investigation will be required to partcipate in a secunty awareness program and
willbe issued an identification badge that must be visibly displayed at all umes whule on the arfield or other secured
areas ofthe arport_ They wil futher be required to report suspected secunty violations in accordance with rules and
regulations promulgated by the Secretary of the United States Department of Transportation, by the Administrator of
the FAA, the Under Secretary ofthe TSA. and the Commissioner
{€) Allvehicies and equipment must be kept within the work areas established fr that work shift unles traveling
1000 rom the proyect site Under no circumstances may vehicles or equipment be parked outside these areas. At no
‘ume may any vehicles be parked or operate within 131 feet of the centerline of any operational taxiway segment or
‘within 257 feet ofthe centerline of any operational runway dunng any work shift, At no time may any vehicles or
equipment be parked within 160 feet of the centeriine of an operational taxway segment or within 400 feet of the
‘centerline of an operational runway (object free area) during periods other than the work shifts,
(d) Failure to comply with applicable rules and regulations may result in administrative actions or judicial
prosecution The Contractor wil be jointly lable for any fines imposed for violation of rules and regulations by its
employees and those of subcontractors, guess, and invitees
Specification. 82-92950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 25 of 279
UNTITLED-030
1
SPECIAL CONDITION REGARDING MINORITY BUSINESS ENTERPRISE
COMMITMENT AND WOMEN BUSINESS ENTERPRISE COMMITMENT
Policy and Terms
A
Its the policy ofthe City of Chicago that Local Businesses certified as Minonty Business Enterprises (MBE)
and Women Business Enterprises (WBE) n accordance with Section 2-92-420 et seq_of the Municipal Code
‘of Chicago and Regulations Governing Certification of Minorty and Women-owned Busmesses, and all other
Regulations promulgated under the aforementioned sections ofthe Municipal Code shal have the maximum
opportunity to participate fully n the performance ofthis agreement. Therefore, the contractor shall not
cliscrminate against any person or business on the basis of race, color, national origin or sex, and shal take
affirmative action to ensure that women and minonty businesses shall have the maximum opportunity to
Compete for and perform subcontract for suppires or services
‘The Chief Procurement Officer has established a goal of awarding not less than 25% ofthe annual dollar value
ofall contracts to certified MBEs and 5% ofthe annual dolar value of all contracts to certied WBEs.
‘Accordingly the contractor commits to expend atleast the following percentages ofthe total contract price
(inclusive of any and all modifications and amendments), awarded, for contract participation by MBEs and
WES:
YearAdvertsed MBE Percentage WBE Percentage
191 24% 3%
1992 195% 4%
1993, W298 40%
ater 1993 169% 45%
This commitment is met by the contractor’ status as a MBE or WBE, or bya joint venture with one or more
MBEs or WBES as prime contractor tothe extent ofthe MBE or WBE participation in such jomnt venture), or
by subcontracting a portion ofthe work to one or more MBEs or WBEs, or by the purchase of materals used
inthe performance of the contract from one or more MBEs ot WBES, of by the indirect participation of MBEs
‘or WBEs n ather aspects ofthe contractors business (but no dolla of such indirect MBE or WBE participation
shall be credited more than once against a contractor's MBE or WBE commitment with respect toll contracts
‘of such contractor, or by any combination of the foregoing Note MBENWBE participation goals are
‘separate and those businesses certified with the City of Chicago as both a MBE/WBE shall not be credited
‘more than once against a contractor's MBE or WBE commitment in the performance of the contract
‘Asnoted above, the contractor may meet all or part ofthis commitment by contracting with MBEs or WBES
for the prowsion of goods or services not directly related tothe performance of this contract. However, in
determining the manner of MBEMWBE participation, the contractor shal first consider involvement of
-MBESWBEs as omnt venture partners, subcontractors, and suppliers of goads and services directly related to
the performance of ths contract In appropnate cases, the Chief Procurement Officer will require the
‘contractor to demonstrate the specific effons undertaken by 1 to involve MBEs and WBES directly inthe
performance of this contract
Specification’ 62-92950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 26 of 279
UNTITLED-031
‘Special Condition Regarding Minority Business Enterprise Commitment
‘And Women Business Enterprise Commitment
E The contractor also may meet all or part ofthis commitment through credits recerved pursuant to Section 2-
92-530 ofthe Municipal Code of Chicago for the voluntary use of MBES or WBES in private sector projects
2 Definitions
‘A. “Minority Business Enterprise” or “MBE” means a firm awarded cerfication as a minonty owned and
‘controlled business in accordance with City Ordinances and Regulations
B “Women Business Enterprise” or “WBE" means a firm awarded certification as a women owned and
controlled business in accordance wath City Ordinances and Regulatons
“Directory” means the Directory of Cenified “Disadvantaged Business Enterprises,” “Minority Business
Enterpnses” and “Women Business Enterprises" maintained and published by the Contract Compliance
‘Administrator The Directory identifies firms that have been certified as MBEs and WBEs, and includes both
the date of their last cettication and the area of specialty in which they have been certified. Contractors are
responsible for venfying the current certification satus of all proposed MBE and WBE firms.
. “Area of Specialty’ means the descnption of a MBE or WBE firm’s business which has been determined by
the Chief Procurement Officer to be most reflecuve ofthe MBE or WBE firm's claimed specialty or expertise
Each MBEWBE letter of certification contains a description ofits Area of Specialty. This mformation i also
contained in the Directory. Credit toward ths contract's MBE and WBE participation goals shall be limited
to the participation of firms performing within their Area of Specialty.
NOTICE: The City does not make any representation concerning the abilty of any MBE/AWBE to perform
work within their Atea of Specialty. It the responsibilty of all contractors to determine the
capabiity and capacty of MBES/WBES to satsfactonly perform the work proposed.
E “Joint Venture” means an association of two or more businesses to cary outa single business enterpnse for
profit, and for which purpose they combine their expertse, property, capital, efforts, skil and knowledge.
Contractors may develop joint venture agreements 3s an instrument to provide participation by MBEs and
WEES in contract work. A jont venture seeking to be credited for MBE/WBE participation may be formed
among ceruihed MBE/WBE firms or between cerufied MBE/WAE firm (s) and non-MBEWBE firs).
A joint venture 1s eligible for MBE/WBE credit i the MBE/WBE partners) share in the ownership, control,
management responsibilities, nsks and profits ofthe nt venture, and are responsible for a clearly defined
portion of work to be performed, in proportion with the MBE/WBE ownership percentage
F. “Contract Compliance Administrator” means the officer appointed pursuant to Section 2-92-490 of the
‘Munncipal Code of Chicago.
3 Counting MBEWBE Parucipation Toward the Contract Goals
‘A. The inclusion of any MBE or WBE in the contractor's MBEAWBE Utitzation Plan shall not conclusively
establish the contractor's right to full MBE/WBE credit for that firm's participation in the contract
Specifcabon: 82-82950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 27 of 279
UNTITLED-032
Special Condition Regarding Minority Business Enterprise Commitment
‘And Women Business Enterprise Commitment
B__ The Chief Procurement Officer reserves the nght to deny or mit MBEAWBE credit tothe contractor where
any MBE or WBE i found to be engaged n substantial subcontracting o pass-through activites wath others
In ths regard, a contractor may count toward ts MBE and WBE goals only expenditures to firms that perform
€ commercially useful function. A firm i considered to perform a commercially useful funcuon when i
responsible fr the performance ofa clearly defined and distinct element of work and is carrying out is
responsibilities by actually performing, managing, and supervsing the work nvoived Todetermine whether
frm s performung.acommercally useful function, the Chief Procurement Office shall evaluate the amount
‘of work subcontracted, industry prachices, and other relevant factors. The amount of MBEMWBE participation
credit shall be based upon an analysts by the Chief Procurement Officer ofthe specie duties that will be
performed by the MBE or WBE. Each MBE/WEE shall be expected to actually perform a substantial (1.
more than exghty-ve percent (85%) ) portion of the work contemplated for it by any subcontract oF
agreement through the use of is own employees and equipment.
Requested information may include, without imitation: (1) specfic mformation concerning brokers’ fees
andior commussions, (2) ntended sub-suppliers or other sources of goods andlor services; and (3) specific
financial or other risks to be assumed by the MBE/WBE,
C The participation of MBEs and WAEs who have been cerufied as “brokers” shall no longer be considered
c’eigibie to participate on contracts awarded by the City 1993 and thereafter unt further notice for any
consideration of MBE or WBE credit.
1. Credit forthe participation of MBES/WBEs as joint venture partners shall be based upon an analysis of the
duties, responsibilities and risks undertaken by the MBEWBE as specified by the joint venture’s executed
Joint venture agreement. The Chief Procurement Officer reserves the night to deny or limit MBEMWBE credit
to the contractor where any MBE/WBE jomnt venture partner's found to have dues, responsibilities, nsks or
Joss and management control over the joint venture that not commensurate with rin proportion tots joint
venture ownership.
4 Regulations Governing Reductions To of Waiver of MBEWBE Goals
‘The following Regulations set forth the standards to be used in determining whether or not a reduction or waiver
‘ofthe MBE/WBE commitment goals of particular contracts appropriate. Ifa bidder or proposer determines that
‘1 unable to meet the MBE and/or WBE percentage on a City of Chicago contract, a written request for the
‘eduction or watver of the commitment must be included inthe bid or proposal.
The wniten request for eduction or waiver irom the commitment must be n the form of a signed petition for grant
of relie from the MBE/WBE percentages submitted on the bidder/proposer's letterhead, and must demonstrate
‘that al required effort as set forth inthis document were taken to secure eligible Minonty and Women Business
Enterprises to meet the commitments The Chief Procurement Officer or designee shal determine whether the
‘request forthe reduction or waiver will be granted
Bidders/proposers wll be considered responsive tothe terms and conditions of these Regulations ifawaiver
request and proof of notification to an assist agency is submitted atthe time of bid/proposal opening. Once
the bids have been opened, the lowest responsive and responsible bidder so deemed by the Chuef Procurement
Officer or authorized designee will hve no more than fourteen (14) calendar days to submit to the Department.
Speciticanon. 82-92950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 28 of 279
UNTITLED-033
‘Special Condition Regarding Minority Business Enterprise Commitment
‘And Women Business Enterprise Commitment
cof Procurement complete documentation that adequately addresses the conditions for wawver descnibed herein.
Proposers responding to Request for Proposals (RFPs) who have been identified as a shor listed candidate
and/or a prospective awardee will be given a designated time allowance, but no more than fourteen (14)
calendar days to submit to the Department of Procurement complete documentation that adequately
addresses the conditions for waiver described herein. Respondents to Request for Information and or
‘Qualifications (RFURFQs) deemed by the Chief Procurement Officer or authorized designee to be the most
responsive and responsible shall submit documentation that adequately addresses the conditions for waiver
described herein during negotiations. Failure to submit documentation suficient to suppor the warver request
will cause the bid/proposal to be found non-responsive by the Chuef Procurement Office, and the bid/proposal
will be rejected. In such cases the remedies tobe taken by the Chief Procurement Officer, in his dicretion, may
include, but are not fimited to, forfeture of bid deposit; negotiating with the next lowest bidder/proposer; or
readvertsing the bid/proposal. All uddersproposers are encouraged to submitall required documents athe time
‘of bid opening to expedite the contract award
A. Drrectindirect Participation
Each ofthe folowing elements must be present in order to determine whether or not such a reduction or
waiver is appropnat.
1. The bidder/proposer has documented the unsuccessful soliataton for ether subcontractors or jont
‘venture partners of at least 50% (or at last ive when there are more than eleven certified firms inthe
‘commodity area of the appropnate certified MBE/WBE firms to perform any diect or indirect work
dented or related to the adverused bid/proposal. Direct participation involves subcontracting &
portion of the goads/sernces specifically required in the bid/proposa. Indirect participation is the
subcontracting of goodlservices not specifically related to the performance of this contract.
Documentation must include but is not necestanly limited to:
2A detailed statement of efforts to wdentfy and select portions of work identiied in the bid
solctabon for subcontracting to certified MBE/WBE firms;
bAlistng ofall MBEAVBE firms contacted that includes
(1) Names, address and telephone numbers of MBE/WBE firms solrcted;
(2) Date and time of contact;
(3) Method of contact (wntten, telephone, transmittal of facsimile documents, et.)
© Copies of letters or any other evidence of mailing that substantiates outreach to MBEWBE
vendors that includes:
(1) Project identification and location,
(2) Classiication/commodity of work tems for which quotations were sought;
(3) Date, tem and location for acceptance of subcontractor bid proposals;
(4) Detailed statement which summarizes direct negotiations with appropnate MBEMWBE firms
{for specific portions of the work and indicates why negotiations were unsuccessful;
(S)_Afirmation that good fath effors have been demonstrated by choosing subcontracing
‘opportunites likely to achieve MBEMWEE goals by not imposing any limiting conditions
Specification 82-92950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 29 of 279
UNTITLED-034
Special Condition Regarding Minority Business Enterprise Commitment
‘And Women Business Enterprise Commitment
which were not mandatory for all subcontractors; or denying the beriefits ordinaniy
‘conferred on MBE/WBE subcontractors forthe type of work that was solicited
OR
2. Subcontractor participation will be deemed excessively costly when the MBE/WBE subcontractor
proposal exceeds the average price quoted by more than twenty percent (20%) In order to establish
that a subcontracts’ quote ws excesswely costy, the bidder/proposer must provide the following,
information
a. A detailed statement of the work idenufied for MBEWBE paricipavon for which the
bidder/proposer assers the MBE/WBE quote(s) were excessively costly (in excess of 20% higher).
(1) Astng of al potental subcontractors contacted for a quotation on that work tern,
(@) Prices quoted forthe subcontract in question by all such potential subcontractors for that
work tem
b Other documentation which demonstrates to the satsfacbon of the Chief Procurement Officer
‘that the MBEWBE proposals are excessively costly, even though not m excess of 20% higher than
the average price quoted This determination wil be based on factors that include, but are not
limited to the folowing.
(1) The City’s estate for the work under a specific subcontract;
(2). The bidderiproposer’s own estimate forthe work under the subcontract;
(3)__An average ofthe bona fide prices quoted forthe subcontract;
(3) Demonstrated merease in other contract cost as a resuit of subcontracting to the MIWBE
orother firm
8 Assist Agency Parvepation
Every warver and/or reduction request must include evidence thatthe bidder/proposer has provided timely
‘notice of the need for subcontractors to an appropriate association/assist agency representative of the
-MBEAWBE business community
The notice requirement of ths Section will be satisfied if a bidder/proposer contacts at least one of the
associations on Attachment A to these Regulations when the prime contractor seeks a waiver or reduction
1m the uulzation goals Attachment B to these Regulations prondes the letter format that a prime contractor
‘may use Proof f notification prior to bid submital e g cerufed mail receipt or facsimile transmittal recerpt)
will be required for any bid/proposal submitted to be deemed responsive on the date of bid opening. If
deemed appropriate, the Chuef Procurement Officer or Contract Compliance Officer may contact the asi
‘agency for venfication of notification.
Spectication 82-92950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 30 of 279
UNTITLED-035
‘Special Condition Regarding Minority Business Enterprise Commitment
‘And Women Business Enterprise Commitment
_Impractcabilty
(1) Ifthe Chief Procurement Officer determines that a lesser MBE and/or WBE percentage standard 1s
‘appropriate with respect to a particular contract subject to competitive bidding prior to the bid
solictations for such contract, bid specifications shall clude a statement of such revised standard
(2) The requirements set forth in these Regulations shall not apply where the Chief Procurement Officer
determines pnor tothe bid solicitations that MBE/WBE subcontractor parucipation 1s empracticable.
‘Thus may occur whenever the Chuef Procurement Officer determines that for reasons of time, need, industry
practices or standards not previously known by the Procurement Department administrator, or such other
‘extreme circumstances as may be deemed appropriate, such a Warver isin the best interests ofthe City. This
determination may be made in connection with a particular contract, whether before the contracts let for
bd, dung the bid or award process, before or during negotiation of the contract, or dunng the performance
of the contract
For all notifications required to be made by budders/proposers, in situations where the Chef Procurement
‘Officer has determined that time 1s of the essence, documented telephone contact may be substituted for
letter contact
5. Procedure to Determine Bid Comphance
‘The following Schedules and described documents constnute the bidder's MBEMWBE proposal, and must be
submitted in accordance with the guidelines stated:
A. Schedule C-1: Letter of intent from MBE/WBE to Perform as Subcontractor, Supplier and/or Consultant,
‘Schedule C1 executed by the MBEWBE (or Schedule ByJomt Venture Subcontractor) must be submited
by the bidder/proposer for each MBE/WAE included on thew Schedule D-1 and must accurately detail the
‘work to be performed by the MBE/WBE and the agreed rates and prices to be paid any fully completed
and executed Schedule C-1 isnot submited withthe bd/proposal, must be recened by the Contract
‘Adminstrator within ten (70! days ofthe bd/proposal opening, (All post bxd/proposl submissions must have
conga signatures on all documents) Failure to submit a completed Schedule C-1 mn accordance with ths
section shall entitle the Cty to deem the bidpopasal non-responsive and therefore reject the bd/proposal
B. Letters of Certification.
‘A copy of each proposed MBENWBE firm's current Letter of Cerufication from the City of Chicago must be
submitted withthe bid/proposal_ Al Letters of Cerufication issued by the Cty of Chicago mcludea statement
‘ofthe MBE/WBE firm's Area of Specialty The MBE/WBE firm's scope of work, as detailed by their Schedule
G1 must conform to ther stated Area of Specialty
C._ Joint Venture Agreements.
lf the budder's/proposer's MBE/WBE proposal includes the parteipation of a MBEMWBE 28 joint venture on
any er (ether a the bxdder/proposeroras a subcontracto the bidder propose must provde a copy ofthe
‘Specification: 82-92950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 31 of 279
UNTITLED-036
‘Special Condition Regarding Minority Business Enterprise Commitment
‘And Women Business Enterprise Commitment
Jonnt venture agreement and a Schedule B_In order to demonstrate the MBE/WBE partner's share inthe
‘Swmership, contro, management responsibiiies,rsks and profits ofthe joint venture, the proposed joint
‘venture agreement must include specific details related to: (1) contnbutions of captal and equipment, (2
‘work esponsbltes or other performance to be undertaken by the MBEWBE, and (3) the commitment of
management, superasory and operatve personnel employed by the MBEMBE to be dedirated to the
periomance ofthe contract The jrnt venture agreement mus aso leary define each partners authonty
fo contractually oblgae the jot venture and each partner's authorty to expend joint venture funds (e.g
check signing author).
Required Schedules Regarding DBE/MBEWBE Utilization.
Bidders must submt, together with the bid, a completed Schedule D-1 commiting them to the ublization
of each Isted MBEAWBE firm — Except in cases where the bidder/proposer has submitted a request for a
complete waiver of or variance from the MBEMWBE commitment in accordance with Section IV herein, the
bidder/proposer must commit to the expenditure of a spectic dollar amount of participation by each
MBE/WBE firm included on their Schedule D-1 The total dollar commitment to proposed MBES must at
least equal the MBE goal, and the total dollar commitment to proposed WBEs musta least equal the WBE
{goal Bidders are responsible for calculating the dollar equivalent of the MBE and WBE goals as percentages
Of ther total base bids orn the case of Term Agreements, as percentages ofthe total estated usage All
commitments made by the bidder's Schedule D-1 must conform to those presented in the submitted
‘Schesiule C-1. If Schedule C-1 1s submitted after the opening See Section V.A. above), the bidder/proposer
‘may submit a revsed Schedule D-1 (executed and notarized to conform with the Schedules C-1). Except
tn cases where substanual and documented justification is provided, bidders/proposers will not be allowed
to reduce the dollar commitment made to any MBE or WBE in order to achieve conformity between the
Schedules C-1 and D1.
All commitments forint venture agreements must be delineated in the Schedule B
6 Reporting Requirements Dunng The Term of The Contract,
A
The Contractor shall, not later than thy (30) days from the award ofa contract by the City, execute formal
contracts or purchase orders with the MBES and WBEs included inthewr approved MBE/WBE tization Plan
‘These wntten agreements shall be made avaiable to the Chief Procurement Officer upon request
Jn the case of one time procurements of supplies with either single or multiple delivers to be performed in
less than one year from the date of contract award, a “MBE/WBE Utllzation Repor.” indicating final MBE
and WBE payments shall be submitted directly to the Department of Procurement Services so as to assure
receipt ether atthe same te, or before the using Department recewes contractors final invoice. (NOTICE:
Do not submit invoices with “MBEMWEE Utilization Reports.”) Final payments may be held until the
Utlzation Reports have been recewed
‘Dunng the term of all other contracts the contractor shall submit regular “MBE/WBE Utilization Reports,”
copy of which attached. The frequency with which these reports are to be submitted will be determined
by the Chief Procurement Officer, but n no case will reports be required less often than on a quarterly bass,
Spectication 82-92950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 32 of 279
UNTITLED-037
‘Special Condition Regarding Minority Business Enterprise Commitment
‘And Women Business Enterprise Commitment
‘quavterly thereafter.
1D. *MBEWBE tization Repors” are to be submitted directly to: Department of Procurement Services
Drvsion of Contract Monitoring and Comphance, City Hall Room 400, 121 N. LaSalle Steet, Chicago nos
60602.
E The Contract Compliance Administrator shall be enttied 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 isn compliance with ts commitment to MBE/WBE
participation and the status of any MBE or WBE performing any portion of the contract. Such nights are n
‘addition to any other audit inspection rights contained inthe contract.
7. MBEAWBE Substitutions
CChanges by the contractor ofthe commitments earlier cerfied in the Schedule D-1 are prohibited. In some cases,
however, it may become necessary to substitute a new MBE or WBE in order to actually fulfill he MBE/WBE
requirements
The contractor must notily the Chief Procurement Oficer immediately im wniing ofthe necessty to reduce or
terminate a MBE/WBE subcontract and to utiize a substitute frm for some phase of work. The contractor's
"notification should include the name, address and pnncipal official of the substitute MBE/WBE and the dollar value
land scope of work ofthe subcontract. Attached should be all the requisite MBEWBE affidamts and documents,
{as enumerated above in Section V, “Procedure to Determine Bid Compliance.”
‘The City will not approve extra payment for escalated costs incurred by the contractor when a substitution of
subcontractors becomes necessary fr the contractor im order to comply with MBE/WBE contract requirements.
‘Alter award of contract no relief of the MBEWBE requirements will be granted by the City except in exceptional
carcumstances Requests for complete or partial warver of the MBEWBE requirements of this contract must be
made in writing, stating al detais of the request. the circumstances, and any additional relevant information. The
request must be accompanred by a record of al efforts taken by the contractor to locate specific firms, solicit
_MBENBE bids, seek assistance from techmical assistance agencies, etc, as outlined above inthe section entitled
‘Regulauons Gavemng Reductions To.or Wawer of MBEWBE Goals
8 Non-Compliance and Damages
The follownng constitutes a matenal breach of ths contract and shall entitle the City to declare a default, terminate
the contract and exercise those remedies provided for in the contract, a law or in equity
‘A Failure to satisfy the MBEAWBE percentages required by the contract; and
B The contractor or subcontractors disqualified as a MBE or WBE, such status was a factor in contract award,
and was misrepresented by the contractor.
In the event thatthe contractor 1s determined not to have been involved in any mstepresentation ofthe
Status of the disqualified subcontractor or supper, the contractor shall seek to ducharge the duqualiied
‘Specification’ 82-92950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 33 of 279
UNTITLED-038
‘Special Condition Regarding Minority Business Enterprise Commitment
‘And Women Business Enterprise Commitment
subcontractor or supper, upon proper notification to the Chief Procurement Ofcer andlor Contract,
Compliance Administrator and make every efor to wdenbfy and engage a qualified MBE or WE as ts
replacement Furthermore, continued eibity to enter nto future contracting arrangements withthe Cit
may be jeopardized as a resutof non-compllance Payments due tothe contractor may be withheld unt
correcuve acon i taken.
9 Arbtration
A
Inthe event a contractor has not complied with the contractual MBE/WBE percentages in its Schedule D,
Uunderubiization of MBEWEEs shall ene the affected MBE/WBE to recover rom the contractor damages
sufered by such entry as a result of being underutlized; provided, however, that this provision shall not
apply tothe extent such underutilzation occurs pursuant {0 a warver or substitution approved by the City
The Ordinance and contracts subject thereto provide that any disputes between the contractor and such
affected MBESWBEs regarding damages shall be resolved by binding arbitration before an independent
arbtrator other than the City, with reasonable expenses, including attorney's fees, being recoverable by 3
prevailing MBE/WBE in accordance with these regulations This provision is intended for the benefit of any
“MBEMWBE affected by underutllzation and grants such ent specific third party beneficiary nghts Any nghts
‘conierred by this regulation are non-wamvable and take precedence over any agreement to the contrary,
including but not limited to those contained in a subcontract, suborder, or communicated orally between
‘2 contractor and a MBEWBE.
‘An MBE/WBE desinng to arbtrate shall contact the contractor in wring to iniuate the arbitrative process.
Except as otherwise agreed to in wntung bythe afected parties subyect tothe limitation contained inthe last
sentence ofthe previous paragraph, within ten (10) days ofthe contractor receiving notification of the intent
to arbitrate from the MBEMWBE the above-described disputes shal be arbrtated in accordance with the
Commercial Arbitration Rules ofthe Amenican Arbitration Association ("AAA"), a not-for-profit agency, wath
an office at 225 North Michigan Avenue, Suite 2527, Chicago, llnoxs 60601-7601 [Phone (312) 616-6560,
Fax (312) 819-0404), All such arbrtravons shall be iniuated by the MBE/WBE filing a demand for
arbutration withthe AAA, shall be conducted by the AAA, and held in Chicago, Ilinoss.
All fees ofthe arbtrator ae the ital responsibility of the MBE/WEE, provided, however, that the arbitrator
's authonzed to award reasonable expenses, including attorney's and arbitrator fees, as damages t0 2
prevailing MBEWBE
‘The MBEWBE must send the City a copy ofthe “Demand for Arbitration” within ten (10) days aftr is filed
wath the AAA The MBEAWBE also must send the City a copy ofthe decision ofthe arbtrator wthin ten (10)
days of recenvng such decision Judgment upon the award rendered by the arbitrator may be entered in
‘any court of competent junsdicton
10 Record Keeping
The Contractor shall maintain records ofall relevant data with respect to the utilization of MBES/WBEs, retaining,
these records for a period of at least three years aftr final acceptance of the work. Full access to these records
shal be granted tothe City of Chicago, Federal or State authorives inthis project, the U S. Department of Justice,
fr any duly authonzed representatives thereof
Spectication. B2-92950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 34 of 279
UNTITLED-039
‘Special Condition Regarding Minority Business Enterprise Commitment
‘And Women Business Enterprise Commitment
111. Information Sources
Small business guaranteed loans; surety bond guarantees; 8 (a) certification:
US. Small Business Administration S.B.A. - Bond Guarantee Program Surety Bonds
500 W Madison Street, Suite 1250 500 West Madison, Surte 1250
‘Chicago, ilinoxs 60661 (Chicago, IL 60661
General information ‘Attention: Carole Harns
G12) 353-4528 G12) 353-4003
S.B.A. - Procurement Assistance
5300 West Madison, Suite 1250
Chicago, tiinoss 60661
Attention: Robert P. Murphy, Area Regional Adminstrator
(312) 353-7381
Project information and general MBE/WBE information:
City of Chicago ity of Chicago
Department of Procurement Department of Procurement
Contract Monitoring and Comphance Contract Adminstration Drsion
Cty Hall- Room 403, Gy Hal - Room 403
Chicago, tino 60602 Chicago, linois 60602
‘tention Camice Carey ‘xtenton: Byron Whitaker
31a) 744-1895 312) 748-4926
Durectory of Ceruied Disadvantaged, Minonty and Women Business Enterprises:
City of Chicago
Department of Procurement
Certification Unit
Gay Hall - Room 403,
Chicago, linoss 60602
‘Attendon Like Cooper
12) 744-1896,
Information on MBE/WBE availabilty in the manufacturing, sales or supplies, and related fields (direct assistance
from 42 regional afates located throughout the U.S )
National Minority Suppliers Chicago Minority Business
Development Council, nc. Development Counci
11040 Avenue ofthe Amenecas, 2 Floor 11 South LaSalle - Sute 850
New York, New York 10018 Chicago limos 60603
attention: Hamet R Michel Attention: Maye Foster-Thompson
(212) 944-2430 312) 263-0105
Specification: 82-92950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 35 of 279
UNTITLED-040
ATTACHMENT A
ASSIST AGENCIES: NON-CONSTRUCTION
Latin Amencan ‘Chicago Minonty Business Mexican American
‘Chamber of Commerce Development Counci! (Chamber of Commerce of Illinois
3512 W. Fullerion Avenue
(Chicago, Ilhnois 60647
‘Atm: D. Lorenzo Padron
(773) 252-5211
(773) 252-7065"
‘Women In Business Yellow Pages
8198 Wabash, Sute 606
‘Chicago Iino 60605
‘Atm: Ida Biall
(847) 679-7800
(847) 679-7845¢
‘Asn Amencan
‘Small Business Association
5023 N. Broadway
Chicago, hnoxs 60640
‘An Charles S00
(773) 728-1030,
National Association of Women
Business Owners-Chicago Chapt
175 W. Jackson, Suite 625
CChcage, mois 60604
‘ann Sandra Gidley
(G12) 322-0990
(612) 461-0238"
Manors Dept of Commerce
and Community Affars
100 W Randolph - Sute 3-400,
Chueago, loss 60601
‘Arm Mole Cole
12) 814-7176
G12) 814.6732"
Intemational Trade Bureaus
‘Operation Push
‘930 E 50th Street
‘Chicago, llhnoxs 60615
(773) 373-3366
(73) 373.3571"
11S. LaSalle Street - Suite $80
‘Chueago, Iinois 60603-1202
‘tin. Maye Foster Thompson
G12) 263-0105
G12) 263-0280"
‘Triton College
‘Small Bus Development Center
2000 Fifth Avenue
River Grove, Iinois 60171
‘Atta Jeffrey Barnes
(708) 456-0300 - Ext. 3593
(708) 83-3118
‘Cosmopolitan Chamber of Commerce
1326 Michigan - Sue 100,
‘Chicago, llinoss 60605-2602
‘Ant: Consuelo Pope!
Lylah Booker-Hill
G12) 786-0212
(G12) 786-9079"
‘Westside Small Business
Development
M2N Pulasks Road
‘Chueago. Ilinors 60624
‘Attn Betty Boston
(773) 638-1990
(73) 638-4851*
Lite Village 26th Street
‘Area Chamber of Commerce
3610 West 26th Steet
Chicago, Hlinors 60623
‘Atsn Frank Aguilar, Exec Dir
(773) 521-5387
(773) 521-5252"
Chicago Urban League
4510 Michigan
Chicago, Hinoss 60653
‘Ann Lee V Smith
12) 285-5800 X383,
G12) 285-772"
122 S, Michigan Ave.. ute 1705
Chicago. Ihnois 60603
‘Anim Juan Ochoa
G12) 554-0848
G12) 554-0848"
State of nots
Dept. of Ceniral Management Service
‘Business Enterprises Division
100 W. Randolph St. Suste 4-400
(Chicago. Illinois 60601,
‘Anz, Irene Cualoping.
G12) 814-4190
G12) 814-6663
+ Fax Number
Spectication 82-92950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 36 of 279
UNTITLED-041
ATTACHMENT A.
ASSIST AGENCIES: CONSTRUCTION
Constrction
Industry Associations (HACIA)
901 West Jackson Suite 205
Chicago, IL. 60607
Ara: Rafael Hemander
(G12) 666-5910
(612) 666-5652
‘Mexican American
Chamber of Commerce of Itinors
122 S. Michigan Ave. Sue 1705
‘Chucago, Iinois 60603,
‘Asm Jan Ochoa
G12) 554-0844
G12) 554-0848"
Federation of Women Contractors
175 West Jackson, Ste. 625
Chicago, iors 60604
‘Atty Debra Smuth, Administration
(G12) 360-1122
G12) 360-0239
Aftican American
Contractors Association
1006 $ Michigan Ave. Suite 601
‘Chueago, Illinois 60605
‘Attn Omar Shareef, President
G12) 760-1011 per
G12) 567-9919
Black Contractors United
2860 E 76th Street, Suite 2B
Chicago, Minors 60649
‘Attn Paul King, Executive Director
(773) 933-7950
(773) 933-7957
Assocation of Asian
Construction Enterprises
333 North Ogden Avenue
(Chveago. Ittinors 60607
‘Attn Mr Perry Nakach, President
G12) 563-0746
G12) 666-1785
Specification 82-92950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 37 of 279
‘Asian American Alliance
222 W. Cermak Road, Ste. 302
‘Chicago, Ilinots 60616-1986
‘Arm: Chnsune I. Takada
Executive Director
@12) 326-2200
G12) 326-0399"
Latin American Chamber of
‘Commerce
3512 West Fullerton Avenue
(73) 252-5211
(73) 252-7065
Revised 4-23-01
* Fax Number
UNTITLED-042
ATTACHMENT B
(On Bidder/proposer's Letterhead)
‘RETURN RECEIPT REQUESTED
(Cate)
Re Specification 62-92950-12 =
Description. YS for Heavy Machinery and Equip
(Assist Agency Name and Address)
Dear
[Bidder/Proposer) _intends to submit a bid/proposal in response to the above referenced specification
‘th the City of Chicago. Bids are due adverused specication with the City of Chicago
“The following areas have been identified for subcontracting opportunites on both a direct and indirect basis
‘Our efforts to wlentity potental subcontractors have not been successful in order to meet th
Disadvantaged/Minonty/Women Business Enterprise contract goal. Due to the inability to identify an appropriate
DBE/MBE/WEE firm certified by the City of Chicago to participate as a subcontractor or joint venture partner, a
request for the waiver ofthe contract goals will be submitted. If you are aware of sucha firm, please contact
a
‘within (10) ten working days of recerptof this letter
Under the City of Chicago's MBEWBE/DBE Ordinance, your agency 1s entitled to comment upon this waiver
request o the City of Chicago Whiten comments may be directed within fifteen (15) working days of your recespt
ofthisleterto
Troy Ratif, Deputy Procurement Officer
Deparment of Procurement Services
City of Chicago
121 North ta Salle Street, Room 403
Chicago, linoss 60602
W you wish to discuss this matter, please contact the undersigned at
Sincerely,
Speaticanon: B2-92950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 38 of 279
UNTITLED-043,
SCHEDULE B: Affidavit of Joint Venture (MBE/WBE)
“This form need not be submited if all oint venturers are MBEs andlor WBES. In such a case, however, a watten joint
‘venture agreement among the MBE and WBE venturers must be submitted. In all proposed joint ventures, each MBE
andor WBE venturer must submit a copy of thetr current Letter of Certficaton.
‘Allinformation requested on tis schedule must be answered nthe spaces provided Do
‘not refer to your Jomt venture agreement except to expand on answers prowded on this
form If addtional space is required, addtvonal sheets may be attached
1 Name of jot venture:
‘Address of jot venture
Phone numberof jot venture
Identify each non-MBE/WBE ventures
Name of Firm
Address.
Phone’
‘Contact person for matters concerning MBE/WBE compliance
Ml Identiy each MBEAWBE ventures)
Name of Fir
Address
Phone.
‘Contact person for matters concerning MBE/WBE complance:
IV Describe the roles) of the MBE and/or WBE venturers) in the joint venture:
\V attach a copy ofthe somt venture agreement In order to demonstrate the MBE andlor WBE venturer's share in
the ownership, contro, management responsibilties, sks and profits ofthe joint venture, the proposed joint
venture agreement must include specific details related to. (1) the contributions of capital and equipment, (2)
‘work items to be performed by the MBE/WBE ’s own forces: (3) work temstobe performed under the supervision
(of the MBE/WBE venturer, and (4) the commitment of management, supervisory and operative personnel
‘employed by the MBE/WBE to be dedicated to the performance ofthe project
Vi Qunership of the lomnt Venture
‘A What are the percentage(s)of MBE/WBE ownership ofthe joint venture?
MBE/AWBE ownership percentagels)
Non-MBEMWBE ownership percentagels)
Specification: 82-92950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 39 of 279
UNTITLED-044
Schedule B: Affidavit of Joint Venture (MBE/WBE)
B. Specify MBEWBE percentages foreach of the following provide narrative descnptions and other detail
a5 applicable!
1. Profit and loss shang:
Capital contributions:
4. Dollar amounts of intial contribution
'b. Dollar amounts of anticipated on-going contributions:
3. Contributions of equipment (Specify types, quality and quantities of equipment tobe provided
by each venturer:
4 Other applicable ownership interests, including ownership options or other agreements which
restnct oF mit ownership and/or contro.
5. Provide copies of all wntten agreements between venturers conceming this project.
6. Identify each current Cit of Chicago contract (and each contract completed during the past two
(2) years) by a jomt venture of two or more firms parvcspating inthis joint venture:
Vil Contio of and Parteipation n the Joint Venture. Identify by name and firm those indiduals who ae, or willbe,
responsible for, and have the athonty to engage inthe folowing management functions and polcy decssons,
(indicate any kmabons tothe authonty such a dollar mts and co-sigatory requirement)
A Joint venture check signing.
8 —_Authonty to enter contracts on behalf ofthe joint venture
Specification: 82-92950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 40 of 279
UNTITLED-045,
Schedule B: Affidavit of Joint Venture (MBE/WBE)
Signing, co-signing andlor coltateralizng loans:
D Acquistion of lines of credt:
E Acquisition and indemnification of payment and performance bonds:
F Negotating and signing labor agreements:
G.—_Management of contract performance. (klentfy by name and frm only):
1. Superson of field operations
2 Major purchases
3 Bimatng
4 Engneenng.
Vill Financial Control of joint venture
‘A Which firm andlor individual wil be responsible for keeping the books of account?
8 Identify the “managing partner," f any, and descnbe the means and measure oftheir compensation:
Speciication: B2-92950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 41 of 279
“UNTITLED-046
Schedule B: Affidavit of Joint Venture (MBE/WBE)
What authonty does each venturer have to commit or obligate the other to insurance and bonding
companies, financing nsttutons, supper, subcontracts, andlor other partes participating the
performance ofthis contractor the work ofthis project?
IX. State the approximate numberof operative personnel by rade) needed to perform the joint venture’s work under
thiscontract_ Indicate whether they willbe employees of the non-MBE/WBE firm, the MBEAWBE firm, or the ornt
venture.
Trade Non-MBEAWBE Firm MBEWBE. Jot Venture
(amber (ember Numb
any personnel proposed for thes project will be employees ofthe joint venture,
‘A Ave any proposed joint venture employees currently employed by ether ventures?
Currently employed by non-MBE/WBE (number) ____ Employed by MBEWBE _
B_—_Identfy by name and firm the individual who wall be responsible for hinng joint venture employees
Which venturer will be responsibie forthe preparation of int venture payroll,
Specification 62-92950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 42 of 279
UNTITLED-047
Schedule B: Affidavit of Joint Venture (MBE/WBE)
X. Please state any matenal facts of additonal information pertinent to the control and structure ofthis jot venture
Spectication 82-92950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 43 of 279
UNTITLED-048
Schedule B: Affidavit of Joint Venture (MBE/WBE)
‘The undersigned afirms thatthe foregoing statements are corect and include all matenal information necessary to
sdentiy and explain the terms and operations of our omnt venture and the intended parcipation of each venture: in
the undertaking. Further, the undersigned covenant and agree to provide tothe Cty curent, complete and accurate
information regarding actual int venture work and the payment therefor, and any proposed changes n any provision
‘ofthe joint venture agreement, and to permit the audit and examination of the books, records and files ofthe joint
‘venture, o those of each venturer relevant tothe joint venture by authonzed representatives ofthe City or the Federal
funding agency
‘Any matenal msrepresentation will be grounds for terminating any contrat which may be awarded and for tating
action under federal or state laws concerning fale statements.
‘Note If, after filing this Schedule B and before the completion on the oint venture’s work on the proyect. there
's any change inthe information submited, the jomt venture must inform the City of Chicago, either directly or
through the prime contractor i the joint venture 1s a subcontractor
Name of MBEWBE Partner Firm Name of Non MBEWBE Partner Firm
Signature of Afiant Signature of Affant
Name and Tite of Afant Name and Title of Affant
Date Dae:
(On this _ day of __, 20 __, the above-signed officers
Tunes ae .
personally appeared and, known to me be the persons described in the foregoing Affidavit, acknowledged that
they executed the same in the capacity therein stated and for the
purpose therein contained
IN WITNESS WHEREOF, | hereunto set my hand and official seal
Signature of Notary Pubhe
My Commission Expires
(SEAL)
‘Specification: 82-92950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 44 of 279
UNTITLED-049
SCHEDULE C-1
Letter of Intent from MBE/WBE to Perform
as Subcontractor, Supplier and/or Consultant
Farts & Service for Heavy
Name of Project/Contract Machinery and Equipment.
Spectfication Number. __B2-92950-42
From __Steve's Fouspuent Service, Ine. MBE, Yes _3X_No
sane WBE: Yes No
To._Finkbiner Bquipoent Coo, Ines ~_and the City of Chicago
‘The undersigned intends to perform work in connection with the above projects ab 2
Sole Propnetor 22 Corporation
Parnership Joint Venture
‘The MBE/WBE status of the undersigned is confirmed by the attached leter of Certification from the City of Chicago
efiectve date of Dee. 26, 2001 to Docs 31, 2002 for a penod of one year
‘The undersigned is prepared to provide the following described seraces or supply the following described goods in
connection with the above named projectcontract
Parts & Sexe
‘The above described performance is offered forthe folowing price and described terms of payment
Tet W days, 16.9% of contract
more space is needed to fully descnbe the MBE/WBE firm's proposed scope of work and/or payment schedule, atach
‘additonal sheets
The undersigned will enter into a formal wnitten agreement for the above work with you as a Pame Contractor,
conditioned upon your execution of a contract withthe City of 3, and will do so within (3) three working days
of receipt of a signed contract from the City of Chicago
UNTITLED-050
no
Sard Bl, Mayor
Dap Parcs
(act tes,
DoE doe
Chat Pree Oe
ya, Rom 3
{BI Nera
Cag ios 284
1900,
23890)
ip nn ago nt
NejBonygns
B
ire
‘Stephen L Martines, President
Steve's Equipment Services, Inc.
4400 Pows Road
West Chicago, Ilinors 60185
Re 4" ANNIVERSARY CERTIFICATION
Certification Effective December 26, 2001
Certication Expires June 30, 2007
Annual Affidavit Certiicate Expres December 31, 2002
Dear Mr Martines
Congratulations on your continued eligiblty for certficaton as an MBE by the
Gtty of Chicago _Re-valdation of Steve's Equipment Services, Inc.'s
ccortfication 1s required by December 31, 2002,
‘As a condition of continued certfication dunng ths five year penod, you must
promptly notfy the Office of Business Development of any changes in
‘ownership or control of your firm or any other matters or facts affecting your
firm's ebgibilty for certfication|
‘The City may commence actions to remove your firm's elgibiity if you fall to
roti us of any changes in ownership, management or control, or otherwise
fail to cooperate with the City in any inquiry or investigation Removal of
‘ligibity procedures may also be commenced i your firm is found to be
involved n bidding or contractual regulanties
Your firm's name wil be isted m the City’s Directory of Disadvantaged
Business Enterpnses, Minonty Business Enterpises and Women Business
Enterpnses in the specialty area(s) of
Sales and Service of Heavy Earth Moving Construction Equipment;
Motor Vehicle Parts and Service;
Rental and Lease of Construction Equipment
Your firm's participation on City contracts willbe credited only toward MBE goals
in your area(s) of specialty While your participation on Cty contracts 1s not
limited to your specialty, credit toward MBE goals willbe gwen only for work done
inthe specialty category
Thank you for your continued interest in the City’s Minonty, Women and
Disadvantaged Business Enterpnse Programs
VC hy, I
‘aul M Cohen
Deputy Procurement Officer
Va
We
UNTITLED-051
SCHEDULE C-1
Letter of Intent from MBE/WBE to Perform
as Subcontractor, Supplier and/or Consultant
Name of ProjeclContac_s£esce-supplies & equa
Spectcabon Number 29285042
fom: = ELeMar Of6.00 supp MBE, Yes ne
perry * woe: Ye “EE Ne
to__Einkbiner Equipment Co ad the Cy of Chega
‘The undergned intends to prion workin connection wih the above projet
Sole Proprietor a
TT Panneniip > jot Vente
‘The MBEAWE stats ofthe undensgned «confirmed by the atached leer of Certicaton from the City of Chicago
ecu date of Dac. 26.200 to_Dac 31, "02 fora period of one yea.
‘The underigned 1 prepared to prone the flown described sernces or supply the following descnbed goods
connection wth the above named pojeclcorac
——etiice supplies £ eauipsent
Tie sie ded prone fee ln ce and dec tel mer
z ead dave
more space seeded toll describe the MBEAWE firm's ob work
om fay. 5 roposed scope of werk andor payment schedule, attach
‘The undersigned wil enter to a formal wntten agreement fr the above wotk with you as a Pre Contractor,
<ondtioned upon your execation of a contract wath the City of Chicago, and wl do so wath three working days
‘of recep of signed contact from the Cay of Chicago
eS
awe ~ Sher
faite
630 894-1120
‘Specicaon’ 62-92950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 45 of 279
UNTITLED-052
ny of cage
‘ichrd ML Daley, Mayor
Depa
Prcrent See
DendE ese
Charon Ot
12 Naini Se
Geno ine 021284
Ginreasoo
Gin mease a
ay oe enor
NEWGHBORHQQDS
‘Sandra Girard, President
EL-Mar Office Supply
386 East Irving Park Road
Roselle lois 60172
Re 1" ANNIVERSARY CERTIFICATION
Certification Effective: ‘August 31, 2001
Certification Expires. Fepruary 28, 2007
Annual Affidavit Certificate Expires August 31, 2002
Dear Ms Grard.
Congratulations on your continued eligbilty for certification as a WBE by the City
of Chicago Re-validation of EL-Mar Office Supply's certfication is required by
August 31, 2002,
‘As a condition of continued certification duning this five year penod, you must
promptly notify the Office of Business Development of any changes in ownership
‘0 control of your firm or any other matters or facts affecting your firm's eligibility
for certification
‘The City may commence actions to remove your firm's eligiblty if you fail to notify
us of any changes in ownership, management or control, or otherwise fail to
cooperate with the Cty in any inquiry or investigation Removal of eligibility
procedures may also be commenced if your firm 1s found to be involved in bidding
‘or contractual iregulanties
Your firm's name willbe isted in the City's Directory of Disadvantaged Business
Enlerpnses, Minonty Business Enterpnses and Women Business Enterprises in
the specialty area(s) of
Sale of Office Supplies, Computer Paper and Supplies; Office Furniture
‘Your firm's participation on City contracts willbe credited only toward WBE goals
1m your area(s) of speciaity While your participation on City contracts 1s not
limited to your speciaty, credit toward WBE goals will be given only for work done
in the specialty category
‘Thank you for your continued interest in the City's Minonty, Women and
Disadvantaged Business Enterprise Programs
B. wan LZ
Paul M Cohen
eputy Procurement Officer
Pacieme
UNTITLED-053
FRR NOL oct. 25 2002 arise F2
August 29, 2002
Kim Woolum
El-Mar Office Supply
386 East Irving Park Road
Roselle, ilinois 60172
Dear Ms. Woolum:
(On August 28, 2002, we received your application to the City of Chicago for
continued eligbilty as a Disadvantaged Business Enterpnse/Minority
Business Enterpnse and/or Women Business Enterprise (DBE/MBE/WBE)
‘Since your current certification does not expire until September 1, 2002,
your firm met its obligation to apply for recertification before the expiration
date Asa courtesy, this letter extends your certification for 60 days
from the date of expiration.
If you have any further questions regarding the certification status of your
firrn, please contact Mr Leon Moore, at (312)744-1684,
jane (i
LeorrMoore
Assistant Director of Certfication
LMiak
UNTITLED-054
sate of
comytcot = DUPE Bor Race
| HEREBY DECLARE AND AFFIRM that | am duly authorized representative of:
SCHEDULE D-1
~ Aifidavit of MBE/WBE Goal \aiplemieniation Plan ~
Speciation No.
\LeywOvrS
Eine Pane? EQueMenr Co
snd that have personally reviewed the matenal and facts set fot herein describing our proposed plan to achueve the
MBE WBE goals of ths contrac.
‘A MBEAWBE firms included inthis plan have been ceried as such by the City of Chicago (Letters of Certiication
‘Atached)
Direct Pantcpation of MBEWBE Firs
Note: The bidder/proposer shal, in determining the manner of MBEAWBE partepation, fist consider
Jnvolvement with MBE/WBE firms as joint venture partners, subcontractors, and suppliers of goods and senaces
<irety related to the performance of ths contract)
I bidderopse scene MBE or WAE frm, tach copy of Cy of Chicago eter of Cetfcavon
(Cenication ofthe tdderpoposer as a MBE satais the MBE pal ony. Cerfiation ef the
Sidderopve at a WBE sss the WBE goal ony)
{fbidderproposerisayont venture ad one or more ont vente paren ae ceed MBES or WOES,
attach copies of Leters of Ceraiation and copy font Venture Agreement eal dese ek
Of the MBEZWBE frm) and ws owersp eres mth ovens
MBEIWBE Subconracon/SupphersConshans:
1 Name ee Seve ’S EQUIPMENT Sep les, ne
Adress FICO PLUS wes? (Hidrig da 1 661K
Contact Peron: 7 Puc p) MAE Ties phone: ESO > BS1- 45 90
CO”
Dr Aiur areatn 5
Percent Amount of arcpatn, fet»
Schade C1 tached? eX, ;
Speciication: 82-52950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 46 of 279
UNTITLED-055
SCHEDULE D-1
Affidavit of MBE/WBE Goal implementation Plan
é-maR OF Fite” Sueee
3. + Name of MBEAWBE:
pebies:
Contact Peron, Phone:
Dollar Amount Parspaton $_—
Percent Amount ofPaticpation: =
Schedule C-1 atached? Ye No.
4 Name of MBEAWBE
Contact Peron
Dollar Amount Parvcpaton §
Percent Amount of Participation
Schedule C-1 stached? Yes No
Phone:
*
5 Nameofmpewe.
ees
Contact Peron Phone:
Dollar Amount Parvipaton 5
Percent Amount of Parverpaton
Schedule C-1 atached? ve. No :
A
6. Atach addtional sheets 3s needed
+ AllSchedule C-s and Leters of Certfcabon not submited with bid/propesl must be submited so as to assure
Speciation: B2-92950-42; PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 47 of 279
UNTITLED-056
SCHEDULE D-1
Affidavit of MBE/WBE Goal Implementation Plan _
1 Summary of MBEWBE Proposal:
A Oe Papen
1. MBE Direct Participation (from Section |.)
pm Daler Angutel ———-Parcant meio
eS ee emreepieshe 3 TYTG CO rn’
3 =
s <
= = +
“otal Direct MBE Participation TfL a Ss
2. MBE Indirect Participation (from Section I)
MBE Firm Name Dollar Amount of Percent Amount of
+ s
“ *
a x
4 a
“Total indirect MBE Participation a —_—
8 WBE Proposs!
1 WBE Direct Participation from Section 1.)
WOEFirm Name. Dollar Amount of Percent Amount of
CWIRE CEFICE Su prey 4 3780.0) Y, ~
+ a
s es
4 _s
Total Direct WOE Paripation = -§ J 7S0 CO __ ys
2 WBE Indirect Parucipation (from Section I)
WE Firm Name Dollar Amount of Percent Amount of
kee
x
_s
x
x
Total indirect WBE Participation A x
Specification: 82-92950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 49 of 279,
UNTITLED-057
receipt bythe Contract Adminstrator within three 3) business days afte bid opening (oc propasal due date Jndivect,
Panicipation of MBEMWBE Firms
(Note: Ths section need not be completed ithe MBE/WBE goals have been met through the direct parvcpavion
cared Section |. the MBEMVBE oe ot ben met hough ret parte, cota wl be
‘expected to demonsiate tha the proposed MBE/WBE direct participation represents the maximum achievable
‘under the circumstances. Only after such d'demonttion wil indirect parvcxpaton be considered.)
19 err work o sippy goods or serves where sich
ofthis contract:
MBLWBE Subconacton/Supplien/Consutans pr
performance doesnot directly relat othe perfor
D Name of MBEMWBE.
adres
Contac Peron Phone
Data Amount Parepabon 5
Percent Amount of Parverpatons
Schedule Ct atached? a
ze
Name of MBENWBE:
Adress:
Contact Peron: Prove:
Dollar Amount Paricpabon $_———
Percent Amount of Parocpation:
Schedule C-1 atached? ve
F Name of MBEWBE:
Name ot mse
Dok Amount Parcpaon
Percent Amount of Partcipation x
Schedule C-1 atached? ve No :
H. _Atach additional sheets as needed.
+ At Schedule Cs and Lees of Cecaon nat sbmated wth ed propes mist be submited so ato ase
recespt by the Contract Adminstrator within tree (3) business days afer bid opening (or proposal de date.
‘Specification: 82-92950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 48 of 278
UNTITLED-058
SCHEDULE D1
Affidavit of MBE/WBE Goal implementation Plan
‘Tothe best of my knowledge information and belief, the fats and representations contained inthis Schedule are
true, and no material facts have been omitted.
The xtc dengue leg pom ti MEME Lites fe
ne RoweR-1 Nove T _——rheneramter_630- 654-3700
1 do solemnly delare and affirm under penalties of perjury thatthe contents ofthe foregoing document are true
and correct, and that 1am authorized, on behalf ofthe contractor, to make this affidavit.
lols.
suet Whois
comyot Alafage,
This matrument was acknowledged before me on foyfa a.
wo heawer owe tame hepa
arohienln Hayaoce (type of authority, eg, officer, trustee, etc.)
ot Lika Lay pues Com pad: (name of party on behalf of whom
inarument was reed).
Qasnde.
OFFICIAL SEAL
CAROLE A HORN
NOTARY mutuc. STATE OF uimom
iv Conmesion comes ontaiet
Specification: 62-92950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 50 of 279
UNTITLED-059
DBE/MBE/WBE Utilization Report
NOTICE: Tis REPORT Is Nor To Be COMPLETED AT THE TIME OF BID OR PROPOSAL SUBMISSION IF AWARDED 4
CONTRACT WIT ANAPPROVED DBE/MBE/WBE PLAN, THE PRIME CONTRACTOR Witt BE REQUIRED TO SUBMIT
“THis REPORT IN ACCORDANCE WITH THE REPORTING REQUIREMENTS STATED IN THE SPECIAL CONDITION
ECAROING DISADVANTAGED O8 MINORITY AND WOMEN BUSINESS ENTERPRISE COMMITMENT
‘Contract Administrator: Specification No. B2-92950-12
Phone No. Contract No
Date of Award:
‘Uvlzation Report No
STATE OF.
COUNTY (CIT OF: (______)
In connection with the above-captioned contract
| HEREBY DECLARE AND AFFIRM that lam the
and duly authonzed representatwve of
thane oop hte
Corer eel i
and thatthe follownng Disadvantaged, Minonty and Women Business Enterprises have been contracted with, and have
furnished, or are furnishing and preparing materals for, and rendeng services stated in the contract agreement.
‘The following Schedule accurately reflects the value of each DBE/MBE/WBE sub-agreement and the amounts of money
pard to each to date
Indicate Type of Firm ‘Amount of ‘Amount Paid
DBE/MBENWBE Firm Name (OBEMBEWBE) Contract To-Date
‘Amount Billed to City s
Spectication B2-92950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 51 of 279
UNTITLED-060
DBE/MBE/WBE Utilization Report
‘Amount Paid to Prime Contractor: $.
For each DBE/MBE and/or WEE listed on this repor. briefly describe the work or goodsserices provided in elation to
this contract. (indicate line items, if applicable)
Description of Work/Services and/or
DBE/MBE/WBE Name Goods Provided
Specification: 82-92950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 52 of 279
UNTITLED-061
DBE/MBE/WBE Utilization Report
1 do solemnly declare and affirm under the penalties of perjury that the contents of the
foregoing document are true and correct, and that | am authorized, on behalf of the contractor,
to make this affidavit.
Name of Contractor.
Signature
aa
Name of Affiant
Date
state of
County (Cy of
This nsrument was acknowledged before me on (dae
by (ramets of penn’)
s (ype of author, eg. officer,
mses ete)
ot (rame of pany on behalf of
whom instrument was
exceed)
Spa cay ae
ead
‘Specification’ 82-92950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 53 of 279
UNTITLED-062
1.00
101
201
3.00
301
3.02
303
4.00
401
402
DETAILED SPECIFICATIONS
score ACEEE
‘The Contractor will fish and deliver F.0.8., City of Chicago, Department of Feet Management, 1685
North Throop Street, Chicago, illnovs 60622 or any other point within the City, all necessary pars,
_accessones, assemblies and/or components either in conjunction with services or separately for various
City-owned Heavy Machinery and Equipment, in accordance with the terms and conditions of this
specication
REPAIRS/PERSONNEL
Allrepatrs performed under this contract willbe performed by competent personnel, thoroughly tained,
and cerufied by nationally recognized institutions or organizations. Repairs will be performed in a
workmanlike manner, using industry accepted pracices and procedures Qualifications ofall personnel
wil be required and all nformation wil be submitted upon request by the City
SHOP REQUIREMENTS
The Contractor wil provde a sence facitty located within a fifty (50) mile radius ofthe Department of
Fleet Management fcity at 1685 North Throop Street, Chicago, llinoss equipped with adequate supply
‘of parts (ether i stock of readily availabe) to properly and expeditiously perform all repair and service
‘operations that may be required. The shop city will be open to inspection by City representatives
‘The location of ths facty or these facilities must be identified onthe Proposal Pages
‘The Contractors facilty willbe of sufficient swze and accessibilty to accommodate the anbcipated
amount of services/repatr to City-owned Equipment.
‘The Contractor will have available to him an enclosed area to store the City equipment awaiting repairs
ORIGINAL EQUIPMENT PARTS
All pats furnished under its contract will be genuine O.€M parts as manufactured or supplied by the
manuiacture of the Heavy Machinery and Equipment and Related Accessories
‘The Department of Fleet Management may order, against this contract, O.£ M., part or accessonies
requiring no services or installation Such pants wil be furnished 1n accordance with the governing
discounts under this contract F.0 B , delivery pornt
NON-O.EM. (GENERIC PARTS)
Where the use of non-O.£ M (genenc) parts and/or “salvaged” pars 1s approved by the Department of
Fleet Management, such parts wil be furnished and billed atthe rate established on the Proposal Pages
1m Group 2-8. The Contractor wil furnish documentation (voice copy, pricelist, et.) to substantiate
the charges. Ths documentation will accompany all voices
‘Specification: 82-92950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 54 of 279
UNTITLED-063
6.00
6.01
7.00
7.01
aot
9.00
901
10.00
1001
DETAILED SPECIFICATIONS A
Por approval from the Department of Fleet Management is required forthe use of non-O.£M parts
Fabncated parts furnished by the Contractor under this agreement will conform tothe specifications and
tolerances of the onginal equipment manufacturer of the Machinery or Equipment being repaired
Fabncated parts may not be furnished without labor.
WORK ORDERS
The Department of Fleet Management wll determine ifservce is needed atthe Contractor's facility or
atthe City's facility. The cost of transporting the equipment to and from the Contractor's facility will be
borne by the City.
EQUIPMENT DAMAGE OR LOSS
‘The Contractor wil provide protecton forall uncompleted work under this contract and secure all City
owned equipment in a safe area at Contractors repair facilty until the work has been completed and
accepted by the City. The Contractor wall be responsible for and will repair and pay for any damages to
City owned equipment or pay the full replacement value forthe loss of City owned equipment while
tits possession. While on City premises, the Contractor wil pay for any damages to new and exsting
structures, matenals, equipment, plant, tock and apparatus during the course ofthe work, where such
«damage 1s directly due to work under this contract or where such damage isthe result of neghgence or
carelessness on the part of the Contractor, its employees or is subcontractors
CLEAN UP
‘The Contractor will, during the progress ofthe work, remove and dispose of all demolished matenals
and the resultant dirt and debns on a daily basis and keep the work sites) and adjacent premises in a
‘dean condition satisfactory to the Department of Fleet Management or Using Department. Upon
‘completion of work, the Contractor will remove all surplus matenals tools and machinery from the work
site, and wall restore the site tothe same general condition that exsted prior to the commencement of
"ts operation
USE OF CITY FACILITIES
Use of Cty telephones, equipment or other apparatus at City facies is prohibited without the prior
approval ofthe Commissioner of Fleet Management or the Using Department While on City premises,
the Contractor will not store any equipment, tools or matenals without prior writen authorization from
the Commissioner The City wil not be responsible for or hable to pay the Contractor for any loss of
equipment, tools or materials stored in unsecured areas without proper authonzation.
ACCESS TO CITY FACILITIES
‘The Contractor will aide by all Department of Fleet Management or Using Department policies and
procedures for secunty clearance and access to City facilities. The Contractor, sts employees and its
subcontractors wll comply with all secur requirements and will perform work and schedule work in
8 way that does not disrupt the normal operations at each City facility.
Specification 82-92950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 55 of 279
UNTITLED-064
11.00
101
12.00
1201
DETAILED SPECIFICATIONS
‘SUBCONTRACTORS ACCEPT ER
“The Contractor s responsible fr the quality of work and timely completion of all workin accordance
‘with the terms and conditions of ths contract whether the work was performed by the Contractors
employees o ts subcontractors. Al subcontractors must adhere tothe same terms and conditions o!
this contract. The Contractor will have its own representatwe at the work ste at al times when work
is being performed, whether by the Contractors or subcontracior’semployees The Contractor wll not
employ any subcontractor or substitute previously approved subcontractors without the riot
authonzation ofthe Chef Procurement Oficer Any subcontractors deemed to be unfit by the Chief
Procurement Officer wil be replaced by the Contractor.
EXCEPTIONS
‘Any deviations from these specifications must be noted on the Proposal Page or Pages attached thereto,
‘with the exact nature of the change outined in sufficient detail The bidder must explain those
‘exceptions which are not self-explanatory Failure ofa bidder to comply withthe terms ofthis paragraph
may be cause for rejection.
‘The City reserves the night to disqualify bids which do not completely meet outhned specifications The
impact of exceptions tothe specification will be evaluated by the City n determining ts need
‘Specification 82-92950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 56 of 279
UNTITLED-065
DETAILED SPECIFICATIONS
MANUFACTURER EQUIPMENT LIST
PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT
MANUFACTURERS FOUIPMENT Group | PAGE
Acreil 21 Heaters Aa 65 8 66
‘Aira 1p Bodies Ba 74
‘Airport Technology Friction Testers a 2
‘Alison Transmissions ba 0
et Jack Hammers Bt 98
“American Lincola Floor Sweepers Bt 106
‘Aquatech Sewer Rodding Equipment | _G-1 1
Anthony Lift Gates wt 120
‘Athey-Mobil Street Sweepers m1 17
‘Austin-Western Shop Cranes 134
Auto-Crane Truck Mounted Cranes Ka 1
Badger Excavators ut 148
Binks Painting Equipment Ma 155
Blaw-Knox Pavers Na 182
Bobeat Skid Steer Loaders on 169
Bomag RollersiCompactors Pa 176
Bombardier “rack Machines Qa 183
Broderson Shop Cranes Ra 190
Brown Asphalt Pavers sa 197
Bucyrus-frie Construction Machinery mA 208
Hi. Case Construction Machinery ut mm
Caterpillar Diesel Engines & Machinery | __V-1 218
Cedarapids Pavers wa 2s
Champion Graders xa 22
‘Specification B2-92950-42, PARTS AND SERVICE FOR HEAWY MACHINERY AND EQUIPMENT, Page 57 of 279
UNTITLED-066
DETAILED SPECIFICATIONS
sanveacTunen quirmenr ust
PARTS AND SERIE FOR ERY NACTORGRY AND EQUIPMENT
rawracrunans eurwent | crore
aus Maacing | Toa ewe v4 2
«ie Chelae Tad Za 26
Crysteel Body Dump Bodies/Hoists A2 67
Comming Dll gos 2
cohen Gecictas cars| rn
Dandbe Farm Machinery PS Fi
ao fee el Eages @
Costs Dil Engines (2 oF
Dickey John Automated Salt Controls G2 4
ings Magic Seeepes [wa
Dol Testa Machinery [2 wae
cen Tow recs 2 a
Oynahoe | omrucon tquipmene | ea | va
tate Teng vos a we
cape uk Caer wa | se
rs Set Sweeps eT
cay naphat Pv on [ve
acAlls | Comaion Maine [ra | v7
Fewed Sever gupment | a2 | 0s
ronan todiesSpreaders | ea [sr
ford Tiedt tacos [82 198
font coe nde 12 | es
cance Dap tofiestaias [ua | ae
Calon ead Machinery va [a9
Specification 82-92950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 58 of 279
UNTITLED-067
DETAILED SPECIFICATIONS
MANUFACTURER EQUIPMENT LIST
PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT
(MANUFACTURERS, EQUIPMENT GROUP PAGE #
Graco Lubrication Equipment w2 26
Gradall Telescopic Excavators x2 233
Harnischfeger ‘Over Head Cranes Y2 240
Harper Jack Hammers z2 247
Heil Dump Bodies/Hoists Ag 68
Heil Refuse Bodies 83 76
Henderson Mfg. ‘Dump Bodies and 3 a
‘Spreaders
Hiab Articulated Cranes D3 2
Horman Spreaders &3 100
Insley Excavators 3 108
{International/Navistar ‘Trucks and Engines G3 us
Altec ‘Aerial Equipment 43 122
JB Backhoe Loaders 13 129
‘Tractor and industrial Tractors and Engines rs) 136
Engines
Johnston Street Sweepers Kk 143
Kamattsu-Dresser Front End Loaders. us 150
Kent Hydraulic Breakers Mo 157,
Kobeico Front End Loaders NB 164
Koehring, Construction Equipment 08 al
towa Mold Tooling, Cranes 3 176
Leach Refuse Bodies Q3 185
Lee Boy Asphalt Equipment RS 192
Lorain Cranes 3 199
Specification: B2-92950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 59 of 279
UNTITLED-068
DETAILED SPECIFICATIONS
(MANUFACTURER EQUIPMENT LIST
PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT
MANUFACTURERS ©. EQUIPMENT Grour | Pact #
MadVac Riding Vacuums 13 206
Master + Oil Fired Heaters us 23
Maxon ft Gates v3 220
VME Michigan Front End Loaders ws Ea
Monroe Dump Bodies x3 234
Mu-Runaway Runway Friction Testers a 2m
Muller ‘Cement Mixers 23 248
(O& Kitrojan Front End Loaders Aa Oo
PB, Loaders “Truck Mounted Loaders 84 7
Partner Saws co 85
Peabody-Myers | _Sewer Cleaning Machines Da 3
Perkins Cart Dumpers 4 101
Pettibone Cranes Fa 109
Progress Tank Bodies Gs ue
Rex Construction Salt Grinders oy 23
‘Machinery
Rewworks Construction Equipment 1 130
Rexroth Hydraulic Pumps 1 137
Ruggerini Engines Ka 13a
Ditch witch | Directional Boring Machines | L-4 151
Saab Friction Testers Ms 158
Sanders/Meco Saws Na 165,
Hyundai Construction Equipment Os 1m
Snap-On ‘Automotive Shop Equipment | Pt 179
Specification. 82-92950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 60 of 279
UNTITLED-069
DETAILED SPECIFICATIONS
MANUFACTURER EQUIPMENT LST
[PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT
MANUFACTURERS, EQUIPMENT crour | Pace
Speedior Paint Strippers Qs 15 |
Stanley Hydraulic Breakers Ra 193,
Stanley Portable Hydraulic 4 200
Equipment
Stetco Sewer Cleaning Equipment | __T-4 207
Stone Cement Mixers us ae
Stow Asphalt Rollers v4 zm
‘Sweeper Brush Street Sweepers wa 28
Swenson Spreaders x4 25
Tapley Runway Friction Tests Y4 22
Tennant ‘Sweepers & Scrubbers z4 249
Thieman ft Gates aS 70
Tommy Lift ft Gates 85
Tornado Sidewalk Vacuums cs 86
Trojan Front End Loaders Ds 94
Tymeo ‘Air Vacuum Sweepers 55 102
Vac-Al Sewer Equipment FS no
acon Sewer Equipment os "7
Vactor Sewer Equipment HS 128
Walco 1s 1
‘Wanco 15 138
Contam-Away Ks 15
‘Wenger ts 132
Gmc MS 159
Specification 82-92950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 61 of 279
UNTITLED-070
DETAILED SPECIFICATIONS
MANUFACTURER EQUIPMENT LIST
PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT.
MANUFACTURERS EQUIPMEN, crour | Pact #
Aero-Lift Aerial Unit . NS 166
‘Als Chalmers Fork ite — os m
alee Aerial Bucket Unit 5 10
arko ClamBooms as 187
Clark Fork ite RS 198
Coteel Body Hoist $5 2
Delphi‘Challenger | __ Aerial Platform U 1 208
Delphitolan Aerial Buckets us 25
Genie Ail Equipment vs m
Hi-Ranger ‘Aerial Towers wes 29
Hyster Fork its xs 26
NG Aerial Equipment ¥s 28
Kalmar Fork its zs 250
Mari ‘eral Equipment ae 7
‘eval Units es 2
ecu Sip Graft Blasters cs oo
Prentice ‘ClamBoome Ds 35
Roto-Zoom Aerial Equipment a 103
Snorkel tt Tower Trude rs m
Teco, ie Aerial Towers ce ne
elevator ‘Aerial Equipment [7 15
Toxo eva is ¥6 m2
Time vera Aerial Towers ¥6 9
Upright Aerial Equipment Ks 16
Specification 82-92950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 62 of 279
UNTITLED-071
DETAILED SPECIFICATIONS
(MANUFACTURER EQUIPMENT LST
PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT
MANUFACTURERS EQUIPMENT Group | PAGE #
Dodge | Trucks te 153
Waldon Aerial Towers Me 160
Wwitit Aerial Equipment Ne 167
Wollard Starwaystine O68 174
Yale Fork tits P6 18
Aladdi Pressure Washers Q6 188
Cochrane Air Compressors Re 198
Cochrane Generators $6 202
Dynamate InvertersiGenerators 6 209
Excel Pressure Washers us 26
Hotsy Pressure Washers ve Es
Hydro-Tech Pressure Washers wo 20
Industral Ar Air Compressors x6 Br
Towa Mold Tooling Compressors Ys 24
Jenny Steam Cleaners 6 23
Kohler Generators & Engines A? 2
Kracher PressurelSteam Washers | __ 8-7 %
tanda Pressure Washers a Bn
Onan Generators 7 %6
Power tte Gemeratprs @ 108
Salar Air Compressors 7 fm
Allas-Copeo Air Compressors o n9
American Lafrance Fire Apparatus 7 126
‘Autocar Trucks 7 1
‘Specification 82-92950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 63 of 279
UNTITLED-072
DETAILED SPECIFICATIONS
MANUFACTURER EQUIPMENT LST
PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT
MANUFACTURERS EQUIPMENT GrouP PAGE
Coleman Generators W740
Daewoo Loaders/Graders K7 147
Energy Absortion Systems Attenuators 7 154
Gardner-Denver Air Compressors M7 161
Goodall Mig Starting Equipment NT 168
Ingersoll-Rand Air Compressors 07 v3
MeNellus: Bodies Py 182
McNeilus Refuse Packers Q7 189
Medic Master ‘Ambulances RT 196
Meyers: Spreaders S7 203
Pierce ire Apparatus Ww 210
Samsung Front End Loaders U7 217
Power Boss Sweepers & Scrubbers vz 224
Spartan Apparatus wr 21
Sterling Trucks x7 28
Sullivan Air Compressors v7 245
United Rotary Runway Broom Bristles a7 252
Vanair Air Compressors a8 Ed
Generators
Volvo: Heavy Duty Trucks 88 81
kimco Mech. Conveyors & ce 89
L Equipment
Workhorse ‘Step Vans De 95
Oshkosh ‘Truck ‘Snow Equipment 8 105
Non-O&M Various z8 253
Specification, 82-92950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 64 of 279
UNTITLED-073
PROPOSAL
SPEC MUMBER: 829295042
BID DESCRIPTION: PARTS & SERVICE FOR VARIOUS HEAVY MACHINERY & EQUIPMENT
DELIVER PREPAID TO: VARIOUS CITY AGENCIES
CONTRACT ADMINISTRATOR: 62 ANTHONY GEORGIAN 312-744-4905
‘VENDOR CONTACT
REGARDING BID: PHONE NUMBER
BID/PROPOSAL PRICING FOR ALL COMMODITY AND/OR SERVICE LINE ITEMS
Must BE BASED ON THE STANDARD UNIT OF MEASURE INDICATED BELOW.
PRICING ON ALTERNATE UNITS OF MEASURE MAY NOT BE ACCEPTED. UNIT
COSTS MUST BE LIMITED TO THREE DECIMAL PLACES. EACH QUOTE MUST
BE SIGNED AND UNIT PRICE, EXTENDED PRICE AND TOTAL PRICE MUST BE
‘TYPED OR WRITTEN IN INK.
QUOTES ON “OR EQUAL" ITEMS MUST BE IDENTIFIED AS "ALTERNATE" TO
SPECIFIED ITEM ON THE COMMENT LINE. IF QUOTING AN ALTERNATE,
INDICATE MANUFACTURER NAME, MODEL/PART/CATALOG NUMBER AND ATTACH
DESCRIPTIVE LITERATURE. ALTERNATE ITEMS MAY NOT BE ACCEPTED.
‘AMY EXCEPTIONS TO ITEMS SPECIFIED OR OTHER TERMS MUST BE CLEARLY
INDICATED ON THE BID.
(CATALOG/PRICE LISTS MUST BE QUOTED PER THE INSTRUCTIONS INDICATED
BELOW. QUOTES WHICH DEVIATE FROM THE REQUESTED TYPE OF OFFER MAY
NoT BE ACCEPTED. EACH PERCENTAGE, EXTENDED PRICE, AND TOTAL PRICE
MOST BE TYPED OR WRITTEN IN INK AND THE QUOTE MUST BE SIGNED.
‘THE ESTIMATED DOLLAR VALUE REPRESENTS THE LIST VALUE OF ITEMS TO
BE PURCHASED FROM THE CATALOG FOR BID CANVASSING PURPOSES ONLY.
(QUOTE THE EXTENDED PRICE AND TOTAL PRICE AT THE SPECIFIC DISCOUNT
OR MARK-UP OFF THE ESTIMATED DOLLAR VALUE FOR EACH CATALOG.
GROUP NAME: A-1 MARATHON TOOL HEATERS
BD ESTIMATED UNIT OF
INE commoorrr QUANTITY MEASURE UNIT PRICE EXTENDED PRICE
002 929-98-84-010 100 mS,
SERVICE AND REPAIR FOR TOOL HEATER, MARATHON
LABOR TO REPAIR IN CITY SHOP
coments
Spectication: 82-92950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 65 of 279
UNTITLED-074
Proposal =~
‘SPEC NUMBER: 529295042
GROUP NAME: A-1 MARATHON TOOL HEATERS
BID ESTIMATED UNIT OF
LINE QUANTITY MEASURE UNIT PRICE EXTENDED PRICE
0002 200 mS. 8
SERVICE AND REPAIR FOR TOOL HEATER, MARATHON
LABOR TO REPAIR IN CONTRACTOR SHOP
COMMENTS
MARK-UP FROM
BID ESTIMATED CATALOG cost
EINE COMMODITY «DOLLAR VALUE «CATALOG # «DATE. (PERCENTAGE)
0003 929-98-84-000 $20,000.00
PARTS & ACCESSORIES WITH OR WITHOUT SERVICE
EXTENDED PRICE: §.
COMMENTS
TOTAL GROUP A-1 PRICE: §,
‘The bidder should complete the following information for each Group bid.
GROUP A-1 PRICE LIST IS IN THE FOLLOWING FORMAT:
Reference Number Year
Hard copy
oppy Disk
cD Rom
OTHER
Website Reference:
Specification: B2-92950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 66 of 279
UNTITLED-075,
Proposal =~
SPEC WOMBER: 829295062
GROUP NAME: A-2 CRYSTEEL BODY DUMP BODIES/HOISTS
BID ESTIMATED UNIT OF
LINE comonrry QUANTITY MEASURE UNIT PRICE EXTENDED PRICE
0006 929-98-24-010 200 mS. s,
SERVICE AND REPAIR FOR DUMP BODIES/HOISTS, CYRSTEEL BODY
LABOR TO REPAIR IN CITY SHOP
commen
0005 929-99-24-020 200 5.
SERvzcE AnD REPAIR FOR DUMP BODIES/NOISTS, CYRSTEEL BODY
LABOR TO REPAIR IN CONTRACTOR SHOP
commenrs
MARK-UP_FROM
BID ESTIMATED ‘cATALOG cost
LINE COMMODITY «DOLLAR VALUE CATALOG # DATE. (PERCENTAGE)
0006 928-99-24-000 $20,000.00
PARTS & ACCESSORIES WITH OR WITHOUT SERVICE
EXTENDED PRICE: §.
TOTAL GROUP A-2 PRICE
‘The bidder should complete the following 2nformation for each Group bid.
GROUP A-2 PRICE LIST IS IN THE FOLLOWING FORMAT:
Reference Number Year
Hard Copy
Floppy Disk
© ROM
ormer
Website Reference
Specification: 62-92950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 67 of 279
UNTITLED-076
Proposal
SPEC NOMBER: 829295042
GROUP NAME: A-3 HEIL DUMP BODIES/HOISTS
BID ESTIMATED UNIT OF
LINE commonrTy QUANTITY © MEASURE UNIT PRICE EXTENDED PRICE
0007 929-99-26-010 120 ms, 8,
SERVICE AND REPAIR FOR DUMP BODIES/HOISTS, HEIL
LABOR TO REPAIR IN CITY SHOP
comments
008 929-99-26-020 azo s. s.
SERVICE aup AEPAIR FOR DUMP BODTES/MOTSTS, HEIL
LABOR TO REPAIR IN CONTRACTOR SHOP
comments
ARK-UP_FROM
1D ESTIMATED ‘cATALOG cost
LINE COMMODITY «DOLLAR VALUE «CATALOG # DATE (PERCENTAGE)
0008 $29-95-26-000 _ $20,000.00
PARTS & ACCESSORIES WITH OR WITHOUT SERVICE
EXTENDED PRICE: §.
TOTAL GROUP A-3 PRICE.
The bidder should complete the following information for each Group bid.
GROUP A-3. PRICE LIST IS IN THE FOLLOWING FORMAT:
Reference Nunber Year
Hard copy
Floppy Disk
© ROM
OTHER
Website Reference
Specitication 82-92950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 68 of 279
UNTITLED-077
Proposal
SPEC NUMBER: 525295062
GROUP NAME: A-4 0 & K/TROJAN FRONT-END LOADERS
Pe) ESTIMATED UNIT OF
‘LINE commonrry QUANTITY MEASURE UNIT PRICE EXTENDED PRICE
2030 929-98-46-010 220 ms. 8,
SERVICE AND REPAIR FOR FRONT END LOADERS, OGK/TROJA
LABOR TO REPAIR IN CITY SHOP
COMMENTS :
0a 929-98-46-020 no mg. 8
SERVICE AND REPAIR FOR FRONT END LOADERS, OGK/TROJAI
LABOR TO REPAIR IN CONTRACTOR SHOP
COMMENTS:
DISCOUNT OFF
BD ESTIMATED caTaLos CATALOG
EINE COMMODITY «DOLLAR VALUE «CATALOG # DATE, (PERCENTAGE)
0012 $28-98-46-000 $20.000.00
PARTS & ACCESSORIES WITH OR WITHOUT SERVICE
EXTENDED PRICE: §,
(ESTIMATED DOLLAR VALUE AT DISCOUNTED PRICES)
TOTAL GROUP A-4 PRICE: §,
The bidder should complete the following information for each Group bid.
GROUP A-4 PRICE LIST IS IN THE FOLLOWING FORMAT:
Reference Number year
Hard copy
Website Reference:
Specification: 82-82950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 69 of 273
UNTITLED-078
Proposal =~
SPEC MUMBER: 525295042
GROUP MAME: A-5 THIEMAN LIFT GATES
BID ESTIMATED UNIT OF
LINE comoprry QUANTITY MEASURE UNIT PRICE EXTENDED PRICE
0023 936-98-15-010 no m
SERVICE AND REPAIR FOR LIFT GATES, THIEMAN
LABOR TO REPAIR IN CITY SHOP
COMMENTS
oor 936-98-25-020 220 HR
SERVICE AND REPAIR FOR LIFT GATES, THIEMAN
LABOR TO REPAIR IN CONTRACTOR SHOP
commen
DISCOUNT OFF
BID ESTIMATED carates CATALOG
LINE COMMODITY “DOLLAR VALUE «CATALOG # = DATE (PERCENTAGE)
0015 936-99-15-0 $20,000.00
PARTS & ACCESSORIES WITH OR WITHOUT SERVICE
EXTENDED PRICE: §, —
(ESTIMATED DOLLAR VALUE AT DISCOUNTED PRICES)
TOTAL GROUP A-5 PRICE: 5,
The bidder should complete the following information for each Group bid.
GROUP A-S PRICE LIST IS IN THE FOLLOWING FORMAT:
Reference Nunber Year
Hard Copy
Floppy Disk
> ROM
OTHER
Website Reference:
‘Specification: 82-92950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 70 of 279
UNTITLED-079
Proposal ~
SPEC NUMBER: 529295042
GROUP NAME: A~6 MARKLIFT AERIAL EQUIPMENT
BID ESTIMATED UNIT OF
LINE comonrry QUANTITY MEASURE UNIT PRICE EXTENDED PRICE
0036 929-98-07-010 ano mS
SERVICE AND REPAIR FOR AERIAL BUCKETS, MARKLIFT
LABOR TO REPAIR IN CITY SHOP
COMMENTS:
0017 929-98-07-020 ano mS.
SERVICE AND REPAIR FOR AERIAL BUCKETS, MARKLIFT
LABOR TO REPAIR IN CONTRACTOR SHOP
comenrs
DISCOUNT OFF
BID ESTIMATED caTALoG ‘CATALOG
LINE COMMODITY «DOLLAR VALUE CATALOG #0 DATE (PERCENTAGE)
0028 © $29-98-07 _ $20,000.00
PARTS & ACCESSORIES WITH OR WITHOUT SERVICE
EXTENDED PRICE: $.
(ESTIMATED DOLLAR VALUE AT DISCOUNTED PRICES)
commen
TOTAL GROUP A-6 PRICE. §,
The bidder should complete the following information for each Group bid.
GROUP A-6 PRICE LIST IS IN THE FOLLOWING FORMAT:
Reference Number Year
Hard copy
Floppy Disk
cD ROM
OTHER
Website Reference:
Spectication’ B2-92950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 71 of 279
UNTITLED-080
Proposal ~
1c NUMBER: 529295042
GROUP NAME; A-7 KOHLER GENERATORS AND ENGINES
BID ESTIMATED UNIT OF
LINE ‘coMmoDITY QUANTITY MEASURE UNIT PRICE EXTENDED PRICE
0029 936-99-20-010 a0 mg. 8,
SERVICE AND REPAIR FOR GENERATORS AND ENGINES, KOHLER
LapoR TO REPAIR IN CITY SHOP
commENTS
0020 936-99-20-020 320 ms.
SERVICE AND REPAIR FOR GENERATORS AND ENGINES, KOHLER
LABOR TO REPAIR IN CONTRACTOR SHOP
COMMENTS
DISCOUNT OFF
BID ‘ESTIMATED CATALOG ‘CATALOG
LINE COMMODITY «DOLLAR VALUE «CATALOG # DATE. (PERCENTAGE)
0022 936-99-20-0 $20,000.00
PARTS & ACCESSORIES WITH OR WITHOUT SERVICE
EXTENDED PRICE: §,
(ESTIMATED DOLLAR VALUE AT DISCOUNTED PRICES)
commenrs :
TOTAL GROUP A-7 PRICE: §,
The bidder should complete the following information for each Group bid.
GROUP A-7 PRICE LIST IS IN THE FOLLOWING FORMAT:
Reference Nunber Year
Hard Copy
Floppy Disk
cD ROM,
‘OTHER
Website Reference:
Speciication’ 82-92950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 72 of 279
UNTITLED-081
Proposal ~
SPEC NUMBER: 529295042
GROUP NAME; A-8 VANAIR AIR COMPRESSORS /GENERATORS
BID ESTIMATED UNIT OF
LINE comoprry QUANTITY MEASURE UNIT PRICE EXTENDED PRICE
9022 936-08-22-010 a0 BRS. A
SERVICE AND REPAIR FOR AIR COMPRESSORS/GENERATORS, VANAIR
LABOR TO REPAIR IN CITY SHOP
COMMENTS :
0023 936-08-22-020 Fer) m5. s
SERVICE AND REPAIR FOR AIR COMPRESSORS/GENERATORS, VAATR
LABOR TO REPAIR IN CONTRACTOR SHOP
comments:
DISCOUNT OFF
aD ESTIMATED ‘cATALOG ‘CATALOG
LINE COMMODITY «DOLLAR VALUE= CATALOG # «DATE. (PERCENTAGE)
0024 936-08-22-000 $20,000.00
PARTS & ACCESSORIES WITH OR WITHOUT SERVICE
EXTENDED PRICE: §,
(ESTIMATED DOLLAR VALUE AT DISCOUNTED PRICES)
comments
TOTAL A-8 GROUP PRICE: §,
‘The bidder should complete the following information for each Group bid.
GROUP A-8 PRICE LIST IS IN THE FOLLOWING FORMAT:
Reference Nunber year
Hard copy
Floppy Disk
cD ROM
oTwER
Webexte Reference:
‘Speciication’ B2-92950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 73 of 279
UNTITLED-082
Proposal =
SPEC NUMBER: 529295042
GROUP NAME: B-1 AIR FLO DUMP BODIES
BD ESTIMATED UNIT OF
LINE commonrTy QUANTITY MEASURE UNIT PRICE EXTENDED PRICE
0025 929-98-64-010 210 mS. s,
SERVICE AND REPAIR FOR DUMP BODIES, AIR FLO
LABOR TO REPAIR IN CITY SHOP
COMMENTS
0026 929-98-64-020 Fe) mg, 3
SERVICE AND REPAIR FOR DUMP BODIES, AIR FLO
LABOR TO REPAIR IN CONTRACTOR SHOP
‘commen
MARK-UP_FROM
Bip ESTIMATED ‘cATALOG ‘cos
LINE COMMODITY «DOLLAR VALUE «CATALOG #== ‘DATE (PERCENTAGE)
0027 929-98-64-00 __ $20,000.00
PARTS & ACCESSORIES WITH OUR WITHOUT SERVICE
EXTENDED PRICE: §.
TOTAL GROUP B-1 PRICE: 5,
The bidder should complete the following information for each Group bid.
GROUP B-1 PRICE LIST IS IN THE FOLLOWING FORMAT:
Reference Number year
Hard Copy
floppy Disk
cD ROM
OTHER
Websste Reference:
Specification B2-92950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 74 of 279
UNTITLED-083
Proposal ~
SPEC NUMBER: 829295042
GROUP NAME: B-2 CUMMINS DIESEL ENGINES
1D ESTIMATED UNIT OF
LINE commoprry QUANTITY MEASURE UNIT PRICE EXTENDED PRICE
0028 929-99-18-020 320 mS, s.
SERVICE AND REPAIR FOR DIESEL ENGINES, CUMMINS.
LABOR TO REPAIR IN CITY SHOP
commen:
0029 929-99-18-020 320 8. 8,
SERvzcE ap REPAIR POR DIESEL ENGINES, COMING
LABOR TO REPAIR IN CONTRACTOR SHOP
commen
MARK-UP_FROM
BD ESTIMATED CATALOG ‘cost
LINE COMMODITY «DOLLAR VALUE «CATALOG # DATE, (PERCENTAGE)
0030 929-99-28-0 $150,000.00
PARTS & ACCESSORIES WITH OR WITHOUT SERVICE
EXTENDED PRICE: $.
TOTAL GROUP B-2 PRICE: ¢,
The bidder should complete the following information for each Group bid.
GROUP B-2 PRICE LIST IS IN THE FOLLOWING FORMAT:
Reference Nunber Year
Hard Copy
Floppy Disk
> ROM
oruer
Website Refe:
Specificanon. 82-92950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 75 of 279
UNTITLED-084
Proposal
SPEC NUMBER: 829295042
GROUP NAME: B-3 HEIL REFUSE BODIES
BD ESTIMATED UNIT OF
LINE commonrTy QUANTITY MEASURE UNIT PRICE EXTENDED PRICE
0032 929-98-24-010 no mR
SERVICE AND REPAIR FOR REFUSE BODIES, HEIL
LABOR TO REPAIR IN CITY SHOP
commen:
0032 929-98-24-020 Fee mg,
SERVICE AD REPAIR FOR REFUSE BODIES, HETL
LABOR TO REPAIR IN CONTRACTOR SHOP
COMMENTS
MARK-UP_FROM
BID ESTIMATED cATALOG ‘cost
LINE COMMODITY «DOLLAR VALUE «CATALOG # «== DATE (PERCENTAGE)
0033 928-98-24-000 $20,000.00
PARTS & ACCESSORIES WITH OR WITHOUT SERVICE
EXTENDED PRICE: §.
COMMENTS
TOTAL GROUP B-3 PRICE:
The bidder should complete the following information for each Group bid.
GROUP B-3 PRICE LIST IS IN THE FOLLOWING FORMAT:
Reference Number year
Hard Copy
Floppy Disk
© ROM
OTHER
Website Referenct
‘Specification: 82-92950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 76 of 279
UNTITLED-085,
Proposal ~
SPEC NUMBER: 829295062
GROUP NAME: P.B. LOADER TRUCK MOUNTED LOADERS
BID ESTIMATED UNIT OF
LINE commoprry QUANTITY MEASURE UNIT PRICE EXTENDED PRICE
0034 929-99. 8 8.
SERVICE AND REPAIR |. TOES
LABOR TO REPAIR IN CITY SHOP
coments
0035 929-98. 220 mS,
SERVICE AND REPAIR FOR TRUCK-MOUNTED LOADERS, P.B. LOADERS
LABOR TO REPAIR IN CONTRACTOR SHOP
comments
DISCOUNT OFF
BID ESTIMATED caraLos ‘CATALOG
LINE COMMODITY «DOLLAR VALUE «CATALOG # DATE. (PERCENTAGE)
0036 929-99-88-0 $20,000.00
PARTS & ACCESSORIES WITH OR WITHOUT SERVICE
EXTENDED PRICE: §.
(ESTIMATED DOLLAR VALUE AT DISCOUNTED PRICES)
comments
TOTAL GROUP B-4 PRICE: $,
‘The bidder should complete the following 2nformation for each Group bid.
GROUP B-4 PRICE LIST 18 IN THE FOLLOWING FORMAT:
Reference Number Year
Hara copy
Floppy Disk
cD ROM,
OTHER
Webs:te Reference:
Specification 62-92950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 77 of 279
UNTITLED-086
Proposal ~
‘SPEC NUMBER: 829295042
GROUP NAME: B-5 TOMY LIFT LIFT GATES
BID ESTIMATED UNIT OF
LINE comonrTy QUANTITY MEASURE UNIT PRICE EXTENDED PRICE
0037 936-99-26-010 ano RRS. 5
SERVICE AND REPAIR FOR LIPT GATES, TOMMY LIFT
LABOR TO REPAIR IN CITY SHOP
COMMENTS
0038 936-99-16-020 no ms,
SERVICE AND REPAIR FOR LIFT GATES, TOMMY LIFT
LABOR TO REPAIR IN CONTRACTOR SHOP
COMMENTS
Drscourr OFF
xD ESTIMATED caTaLos CATALOS
LINE COMMODITY “DOLLAR VALUE «CATALOG # DATE. (PERCENTAGE)
0039 936-99-26-0 $20,000.00
PARTS & ACCESSORIES WITH OR WITHOUT SERVICE
EXTENDED PRICE: 5,
(ESTIMATED DOLLAR VALUE AT DISCOUNTED PRICES)
commenrs
TOTAL GROUP B-5 PRICE.
The bidder should complete the following information for each Group bid.
GROUP B-S PRICE LIST IS IN THE FOLLOWING FORMAT:
Reference Nunber Year
Hara Copy
Floppy Disk
> ROM
ormer
Website Reference:
Specticaton 82-92950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 78 of 279
UNTITLED-087
Proposal ~
‘SPEC NUMBER: 329295042
GROUP NAME: B-6 PETMAN AERIAL UNITS
BID ESTIMATED UNIT OF
LINE ‘comnonzTY QUANTITY MEASURE UNIT PRICE EXTENDED PRICE
9080 929-98-08-010 no mg. B
SERVICE AND REPAIR FOR AERIAL BUCKETS, PITMAN
LABOR TO REPAIR IN CITY SHOP
COMMENTS
042 929-98-08-020 ano B 5,
SBkrce ano RERATR FOR AERIAL BUCKETS, PITA”
LABOR TO REPAIR IN CONTRACTOR SHOP
coments
DISCOUNT OFF
arp ‘ESTIMATED ‘CATALOG CATALOG
LINE COMMODITY «DOLLAR VALUE «CATALOG # «DATE, (PERCENTAGE)
9042 929-98-08-00 $20,000.00
PARTS & ACCESSORIES WITH OR WITHOUT SERVICE
EXTENDED PRICE: $.
(ESTIMATED DOLLAR VALUE AT DISCOUNTED PRICES)
TOTAL GROUP B-§ PRICE: 5.
The bidder should complete the following information for each Group bid.
GROUP B-6 PRICE LIST IS IN THE FOLLOWING FORMAT
Reference Number vear
Hard copy
Floppy Disk
eb ROM
OTHER
Webs:te Reference:
Speciication: 82-82950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 79 of 279
‘UNTITLED-088,
Proposal
‘SPEC NUMBER: 829295042
GROUP NAME: 8-7 KRACHER STEAM/PRESSURE WASHERS
BD ESTIMATED UNIT OF
‘LINE comonrry QUANTITY MEASURE UNIT PRICE EXTENDED PRICE
0043 929-98-97-010 220 ms. 8
SERVICE AND REPAIR FOR STEAM/PRESSURE WASHERS, KRACHER
LABOR TO REPAIR IN CITY SHOP
COMMENTS
0046 929-99-97-020 Fre) mg. 8
SERVICE AND REPAIR FOR STEAM/PRESSURE MASHERS, KRACHER
LABOR TO REPAIR IN CONTRACTOR SHOP
commen
DISCOUNT OFF
BID ESTIMATED caTaLos CATALOG
LINE COMMODITY “DOLLAR VALUE «CATALOG # DATE. (PERCENTAGE)
0045 925-99-97 $20,000.00 _
PARTS & ACCESSORIES WITH OR WITHOUT SERVICE
EXTENDED PRICE: §
(ESTIMATED DOLLAR VALUE AT DISCOUNTED PRICES)
coMmENTS
TOTAL GROUP B-7 PRICE: §.
The bidder should complete the following information for each Group bid.
GROUP 8-7 PRICE LIST IS IN THE FOLLOWING FORMAT:
Reference Number
Hard copy
Floppy Dask
cD ROM
OTHER
Website Reference:
Spectication: 82-92950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 80 of 279
UNTITLED-089
Proposal
SPEC NUMBER: 829295042
GROUP NAME: VOLVO HEAVY DUTY TRUCKS
BID ESTIMATED UNIT OF
LINE comoprry QUANTITY MEASURE UNIT PRICE EXTENDED PRICE
ones 47-010 ano mS, 5,
SERVICE AND REPAIR FOR HEAVY DUTY TRUCKS, VOLVO
LABOR TO REPAIR IN CITY SHOP
comments.
0047 929-98-47-020 220 aR
SERVICE AND REPAIR FOR HEAVY DUTY TRUCKS, VOLVO
LABOR TO REPAIR IN CONTRACTOR SHOP
commen
DISCOUNT OFF
BD ESTIMATED cATALOG ‘CATALOG
LINE COMMODITY «DOLLAR VALUE «CATALOG # DATE, (PERCENTAGE)
0048 929-98-47-0 $20,000.00
PARTS & ACCESSORIES WITH OR WITHOUT SERVICE
EXTENDED PRICE:
(ESTIMATED DOLLAR VALUE AF GYSCOUNTED PRICES)
omens
TOTAL GROUP 8-8 PRICE 5,
The bidder should complete the following information for each Group bid.
GROUP B-8 PRICE LIST IS IN THE FOLLOWING FORMAT:
ference Number Year
Hard copy
Floppy Disk
cD Rom
ommer
Website Reference:
Speciication, 62-92950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 81 of 279
UNTITLED-090
Proposal
SPEC NUMBER: 529295062
GROUP NAME: C-1 AIRPORT TECHNOLOGY FRICTION TESTERS
BID ESTIMATED UNIT OF
‘LINE commonrTy QUANTITY MEASURE UNIT PRICE EXTENDED PRICE
0043 929-99-35-010 uo ES
B
SERVICE AND REPAIR FOR FRICTION TESTERS, AIRPORT TECHNOLOGY
LABOR TO REPAIR IN CITY SHOP
contents
aso 929-99-39-020 ano ms, A
SERVICE AD REPAIR FOR FRICTION TESTERS, AIRPORT TECHNOLOGY
LABOR TO REPAIR IN CONTRACTOR SHOP
comers
MARK-UP_FROM
BID ESTIMATED caTALos cost
LINE COMMODITY «DOLLAR VALUE «CATALOG # == DATE (PERCENTAGE)
0053 929-99-39-00 _ $20,000.00
PARTS & ACCESSORIES WITH OR WITHOUT SERVICE
EXTENDED PRICE:
comments
TOTAL GROUP C-1 PRICE: 5,
‘The bidder should complete the following information for each Group bid.
GROUP C-1 PRICE LIST IS IN THE FOLLOWING FORMAT:
Reference Number Year
Hard copy
Floppy Disk
ep ROM
OTHER
Website Reference:
‘Specification: 82-92950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 82 of 279
UNTITLED-091
Proposal ~
SPEC NUMBER: 829295042
(GROUP NAME: C-2 CUSHMAN ELECTRIC/GAS CARTS
1D ESTIMATED UNIT OF
LINE ‘comonrTy QUANTITY MEASURE UNIT PRICE EXTENDED PRICE
0052 929-62-99-010 250 ms.
SERVICE AND REPAIR FOR ELECTRIC/GAS CARTS, CUSHMAN
LABOR TO REPAIR IN CITY SHOP
COMMENTS :
0053 929-62-99-020 150 mg. 8
SERVICE AND REPAIR FOR ELECTRIC/GAS CARTS, CUSHMAN
LABOR TO REPAIR IN CONTRACTOR SHOP
commen
MARK-UP_FROM
BID ESTIMATED CATALOG cost
LINE COMMODITY «DOLLAR VALUE CATALOG # «DATE (PERCENTAGE)
0054 929-62-99-000 $20,000.00
PARTS & ACCESSORIES WITH OR WITHOUT SERVICE
EXTENDED PRICE:
TOTAL GROUP C-2 PRICE,
The bidder should complete the following information for each Group bid.
GROUP C-2 PRICE LIST IS IN THE FOLLOWING FORMAT
Reference Nunbe: Year
Hard copy
Floppy Dasi
cD ROM.
oTweR
Websste Reference
Speciication. 82-92950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 83 of 279
UNTITLED-092
Proposal ~
SPEC NUMBER: 829295062
GROUP NAME: C-3 HENDERSON MFG. DUMP BODIES & SPREADERS
BID ESTIMATED UNIT OF
LINE commonrry QUANTITY MEASURE UNIT PRICE EXTENDED PRICE
005s 929-98-98-010 a0 ms. 8,
SERVICE AND REPAIR FOR DUMP BODIES & SPREADERS, HENDERSON HFG
LABOR TO REPAIR IN CITY SHOP
COMMENTS:
ose 929-99-98-020 Fer ms. 8,
SERVICE AND REPAIR FOR DUMP BODIES & SPREADERS, HENDERSON HFG.
LABOR TO REPAIR IN CONTRACTOR SHOP
COMMENTS
MARK-UP_FROM
a1 ESTIMATED ‘CATALOG cost
LINE COMMODITY «DOLLAR VALUE «CATALOG # «DATE. (PERCENTAGE)
0057 929-99-98-000 $20,000.00
PARTS & ACCESSORIES WITH OR WITHOUT SERVICE
EXTENDED PRICE:
commen
TOTAL GROUP C-3 PRICE: 5,
The badder should complete the following information for
ich Group bid.
GROUP C-3 PRICE LIST 18 IN THE FOLLOWING FORMAT:
Reference Number Year
Hard Copy
Floppy Disk
© ROM,
OTHER
Website Reference:
Speatficaton 82-92950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 84 of 279
UNTITLED-093
SPEC NUMBER: 829295062
GROUP NAME: C-4 PARTNER SAWS
BID ESTIMATED UNIT OF
LINE comonrrr QUANTITY MEASURE UNIT PRICE EXTENDED PRICE
0058 936-98-19-010 a0 mS, 8
SERVICE AND REPAIR FOR SANS, PARTNER
LABOR TO REPAIR IN CITY SHOP
COMMENTS:
005s 936-99-29-020 ano mS,
SERVICE AND REPAIR FOR SANS, PARTNER
LABOR TO REPAIR IN CONTRACTOR SHOP
COMMENTS
DISCOUNT OFF
BID ESTIMATED caTaLos ‘CATALOG
LINE COMMODITY «DOLLAR VALUE «CATALOG # DATE. (PERCENTAGE)
0060 936-99-19-000 $20,000.00
PARTS & ACCESSORIES WITH OR WITHOUT SERVICE
EXTENDED PRICE: $.
(ESTIMATED DOLLAR VALUE AT DISCOUNTED PRICES)
comments
TOTAL C-4 GROUP PRICE: §,
The bidder should complete the following information for each Group bid.
GROUP C-4 PRICE LIST IS IN THE FOLLOWING FORMAT
Reference Nunbe: year
Hard copy
Floppy Dusk
cD ROM
OTHER
Website Reference
‘Specification- 82-92950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 85 of 279
UNTITLED-094
‘SPEC MUMBER: 529295042
GROUP NAME: C-5 TORNADO SIDEWALK VACUUMS
Br ESTIMATED UNIT OF
LINE commoprry QUANTITY MEASURE UNIT PRICE EXTENDED PRICE
os, 934-99-02-010 no ms, 8
SERVICE AND REPAIR FOR SIDEWALK VACUUMS, TORNADO
LABOR TO REPAIR IN CITY SHOP
COMMENTS
062 934-99-02-020 ano ms, 8
SERVICE AND REPAIR FOR SIDEWALK VACUUMS, TORNADO
LABOR TO REPAIR IN CONTRACTOR SHOP
COMMENTS
DISCOUNT OFF
Bip ESTIMATED caTALOS ‘CATALOG
LINE ComMoprTy «DOLLAR VALUE «CATALOG # = DATE (PERCENTAGE)
0063 934-99-02-000 $20,000.00
PARTS & ACCESSORIES WITH OR WITHOUT SERVICE
EXTENDED PRICE: $
(ESTIMATED DOLLAR VALUE AT DISCOUNTED PRICES)
commenrs
TOTAL C-5 GROUP PRICE: §,
The bidder should complete the following information for each Group bid.
GROUP C-5 PRICE LIST IS IN THE FOLLOWING FORMAT:
Reference Nunber year
Hard copy
Floppy Disk
D Rom
Reference:
Specification: 82-92950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 86 of 279
UNTITLED-095,
Proposal >
SPEC NUMBER: 829295062
GROUP NAME: C-6 ACCU-STRIP GRAFFITI BLASTERS
BID ESTIMATED UNIT OF
LINE commoprry QUANTITY MEASURE UNIT PRICE EXTENDED PRICE
0064 968-44-20-010 Frry ms. 8
SERVICE AND REPAIR FOR GRAFFITI BLASTERS, ACCU-STRIP
LABOR TO REPAIR IN CITY SHOP
commen
006s 968-44-20-020 Fer} ms. 8
SERVICE AND REPAIR FOR GRAFFITI BLASTERS, ACCU-STRIP
LABOR TO REPAIR IN CONTRACTORS SHOP
comers
DISCOUNT OFF
BD ESTIMATED caTaLos ‘CATALOG
LINE ComMoDITy «DOLLAR VALUE «CATALOG # (DATE. (PERCENTAGE)
0066 968-44-20-000 $20,000.00
PARTS & ACCESSORIES WITH OR WITHOUT SERVICE
EXTENDED PRICE: §,
(ESTIMATED DOLLAR VALUE AT DISCOUNTED PRICES)
coments
TOTAL GROUP C-6PRICE- §,
The bidder should complete the following information for each Group bid.
GROUP C-6 PRICE LIST IS IN THE FOLLOWING FORMAT
Reference Number year
Hard Copy
Floppy Dasic
cD Row
OTHER
Website Reference:
Specification B2-92950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 87 of 279
UNTITLED-096
Proposal =~
SPEC MOMBER: 829295042
GROUP NAME: C-7 LANDA PRESSURE WASHERS
BD ESTIMATED UNIT OF
LINE comoprry QUANTITY MEASURE UNIT PRICE EXTENDED PRICE
0067 929-99-65-010 220 aR 5
SERVICE AND REPAIR FOR PRESSURE MASHERS, LANDA
LABOR TO REPAIR IN CITY SHOP
COMMENTS:
cose 929-99-65-020 320 ms, 8.
SERVICE AND REPAIR FOR PRESSURE WASHERS, LANDA
EABOR TO REPAIR IN CONTRACTOR SHOP
commen:
DISCOUNT OFF
Bip RSTIMATED CATALOG CATALOG
LINE COMMODITY «DOLLAR VALUE CATALOG # DATE. (PERCENTAGE)
0069 929-39-65-000 $20,000.00
PARTS & ACCESSORIES WITH OR WITHOUT SERVICE
‘EXTENDED PRI 8.
(ESTIMATED DOLLAR VALUE AT DISCOUNTED PRICES)
‘TOTAL GROUP C-7 PRICE: §,
The bidder should complete the following information for each Group bad.
GROUP C-7 PRICE LIST IS IN THE FOLLOWING FORMAT:
Reference Number Year
Hard copy
Floppy Disk
cD ROM
OTHER
Website Reference:
Specification: 82-92950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 88 of 279
UNTITLED-097
Proposal ~
SPEC NUMBER: 525295062
GROUP NAME: C-8 KIMCO MECH. CONVEYORS & EQUIPMENT
BID ESTIMATED UNIT OF
LINE commoorry QUANTITY MEASURE UNIT PRICE EXTENDED PRICE
0070 929-58-20-010 320 aR 8.
SERVICE AND REPAIR FOR MECH. CONVEYORS & EQUIPMENT, KEHCO
LABOR TO REPAIR IN CITY SHOP
commENTS..
0072 320 8 8.
SERVICE AND REPAIR FOR MECH, CONVEYORS & EOUTPMENTS-KINGS
LABOR TO REPAIR IN CONTRACTOR SHOP
commenns
DISCOUNT OFF
BID ESTIMATED caTALOG ‘CATALOG
LINE COMMODITY «DOLLAR VALUE «CATALOG # DATE, (PERCENTAGE)
0072 929-58-20-000 $20,000.00
PARTS & ACCESSORIES WITH OR WITHOUT SERVICE
EXTENDED PRICE: §¢,
(ESTIMATED DOLLAR VAIDE AT DISCOUNTED PRICES)
coments
TOTAL GROUP C-8 PRICE: §,
‘The bidder should complete the following information for each Group bid.
GROUP C-8 PRICE LIST IS IN THE FOLLOWING FORMAT:
Reference Nunber Year
Hard copy
Floppy Disk
cD ROM
OTHER
Website Reference
‘Spectication- B2-92950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 89 of 279
UNTITLED-098
Proposal ~
SPEC NOMBER: 829295062
GROUP NAME: D-1 ALLISON TRANSMISSIONS
BID ESTIMATED UNIT OF
LINE commoorTy QUANTITY MEASURE UNIT PRICE EXTENDED PRICE
0073, 929-85-99-010 275 mR. §, 8.
SERVICE AND REPAIR FOR TRANSMISSIONS, ALLISON
LABOR TO REPAIR IN CITY SHOP
comments
0074 929-85-99-020 200 mR 6
SERVICE AND REPAIR FOR TRANSMISSIONS, ALLISON
LABOR TO REPAIR IN CONTRACTOR SHOP
comeanrs:
MARK-UP_FROM
BID ESTIMATED caTALOG cost
LINE COMMODITY «DOLLAR VALUE CATALOG # DATE. (PERCENTAGE)
0075 929-85-99-000 __§20,000.00
PARTS & ACCESSORIES WITH OR WITHOUT SERVICE
‘EXTENDED PRICE:
comments:
TOTAL GROUP D-2 PRICE: §,
The bidder should complete the following information for each Group bid.
GROUP D-2 PRICE LIST 18 IN THE FOLLOWING FORMAT:
Reference Nunber Year
Hard Copy
Floppy Disk
cD RM
OTHER
Website Referenc:
Specification: 82-92950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 90 of 279
UNTITLED-099
Proposal =~
SPEC NUMBER: 529295042
GROUP NAME: D-2 DAN-LINE FARM MACHINERY
BID ESTIMATED UNIT OF
LINE comoprry QUANTITY MEASURE UNIT PRICE EXTENDED PRICE
0076 929-04-98-010 Fe) mS, A
SERVICE AND REPAIR FOR FARM MACHINERY, DAN-LINE
LABOR TO REPAIR IN CITY SHOP
COMMENTS:
0077 929-04-98-020 120 ms, 5
SERVICE AND REPAIR FOR FARM MACHINERY, DAN-LINE
LABOR TO REPAIR IN CONTRACTOR SHOP
commenrs
MARK-UP_FROM
BrD ESTIMATED ‘CATALOG cost
LINE COMMODITY «DOLLAR VALUE «CATALOG # «DATE. (PERCENTAGE)
0078 929-04-98-000 $20,000.00
PARTS & ACCESSORIES WITH OR WITHOUT SERVICE
EXTENDED PRICE:
commen
‘TOTAL GROUP D-2 PRICE:
The bidder should complete the following information for each Group bid.
GROUP D-2 PRICE LIST IS IN THE FOLLOWING FORMAT.
Reference Wunber year
Hara copy
Floppy Disk
cD ROM
OTHER
Websste Reference:
‘Specification- 82-92950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 91 of 279,
UNTITLED-100
Proposal =~
SPEC WOMBER: 525295062
GROUP NAME: D-3 HIAB ARTICULATED CRANES
BID ESTIMATED UNIT OF
LINE commoorry QUANTITY MEASURE UNIT PRICE EXTENDED PRICE
0079 929-98-02-020 210 mS, 8
SERVICE AND REPAIR FOR ARTICULATED CRANES, HIAB
LABOR TO REPAIR IN CITY SHOP
COMMENTS:
080 929-99-02-020 Fer mS,
SERVICE AND REPAIR FOR ARTICULATED CRANES, HIAB
LABOR TO REPAIR IN CONTRACTOR SHOP
COMMENTS»
MARK-UP FROM,
BID ESTIMATED CATALOG cost
LINE COMMODITY «DOLLAR VALUE «CATALOG # == ‘DATE (PERCENTAGE)
0082 $29-99-02-000 $20,000.00
PARTS & ACCESSORIES WITH OR WITHOUT SERVICE
EXTENDED PRICE:
TOTAL GROUP D-3 PRICE: 5,
The bidder should complete the following snformation for each Group bid.
GROUP D-3 PRICE LIST IS IN THE FOLLOWING FORMAT:
Reference Nunber Year
Hard Copy
Floppy Disk
cD ROM
OTHER
Website Reference:
Specification. 82-92950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 92 of 279
UNTITLED-101
Proposal
SPEC MUMBER: 529295042
GROUP NAME; D-4 PEABODY-MYERS SEWER CLEANING MACHINES
BID ESTIMATED UNIT OF
LINE commoorry QUANTITY MEASURE UNIT PRICE EXTENDED PRICE
082 929-98-28-020 320 mS. 8
SERVICE AND REPAIR FOR SEWER CLEANING EQUIPMENT, PEABODY-MYERS
LABOR TO REPAIR IN CITY SHOP
COMMENTS:
0083 929-98-28-020 220 mS, .
SEkerce AND REPAIR FOR SEWER CLEANING EQUIPMENT, PEABODY-MYERS
LABOR TO REPAIR IN CONTRACTOR SHOP
commen
DISCOUNT OFF
BID ESTIMATED carats ‘CATALOG
LINE COMMODITY «DOLLAR VALUE «CATALOG # DATE, (PERCENTAGE)
0084 929-98-28-000 $20,000.00
PARTS & ACCESSORIES WITH OR WITHOUT SERVICE
EXTENDED PRICE: $
(ESTIMATED DOLLAR VALUE AT DISCOUNTED PRICES)
comments
TOTAL GROUP D-4 PRICE: 5.
The bidder should complete the following information for each Group bid.
GROUP D-4 PRICE LIST IS IN THE FOLLOWING FORMAT:
Reference Wunber Year
Hard copy
Floppy Dask
ROM
OTHER
Website Reference:
Spectication. 82-92950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 93 of 279,
UNTITLED-102
Proposal ~
SPEC NUMBER: 529295042
GROUP NAME: D-5 TROJAN FRONT END LOADERS
BID ESTIMATED UNIT OF
LINE commonrTy QUANTITY MEASURE UNIT PRICE EXTENDED PRICE
08s, 929-99-47-010 ao mg,
SERVICE AND REPAIR FOR FRONT END LOADERS, TROJAN
LABOR TO REPAIR IN CITY SHOP
comemnrs
cose 929-99-47-020 100 mg,
SERVICE AND REPAIR FOR FRONT END LOADERS, TROJAN
LABOR TO REPAIR IN CONTRACTOR SHOP
coments.
DISCOUNT OFF
Bip ESTIMATED CATALOG ‘CATALOG
LINE COMMODITY «DOLLAR VALUE «CATALOG HATE (PERCENTAGE)
0087 925-99-47-000 _ $20,000.00
PARTS & ACCESSORIES WITH OR WITHOUT SERVICE
EXTENDED PRICE:
(ESTIMATED DOLLAR VALUE AT DISCOUNTED PRICES)
‘TOTAL GROUP D-5 PRICE:
The bidder should complete the following anformation for each Group bid.
GROUP D-5 PRICE LIST IS IN THE FOLLOWING FORMAT
Reference Number Year
Hard Copy
Floppy Disk
cD ROM
OTHER
Website Reference:
Specification: B2-92950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 94 of 279
UNTITLED-103,
Proposal ~
SPEC MOMBER: 825295062
GROUP NAME; _D-6 PRENTICE CLAM/BOOHS
BID ESTIMATED UNIT OF
LINE commoorry QUANTITY MEASURE UNIT PRICE EXTENDED PRICE
008 929-99-12-020 220 mg,
SERVICE AND REPAIR FOR CLAM/BOOMS, PRENTICE
LABOR TO REPAIR IN CITY SHOP
COMMENTS
ooas 929-99-12-020 Fer mR
SERVICE AND REPAIR FOR CLAM/BOOMS, PRENTICE ———
LABOR TO REPAIR IN CONTRACTOR SHOP
coments
DISCOUNT OFF
BID ESTIMATED caTALOG ‘CATALOG
EINE COMMODITY «DOLLAR VALUE «CATALOG # DATE. (PERCENTAGE)
0090 929-99-32-000 $20,000.00
PARTS & ACCESSORIES WITH OR WITHOUT SERVICE
EXTENDED PRICE:
(ESTIMATED DOLLAR VALUE AT DISCOUNTED PRICES)
coments
TOTAL GROUP D-6 PRICE:
The bidder should complete the following information for each Group bid.
GROUP D-6 PRICE LIST IS IN THE FOLLOWING FORMAT:
Reference Number
Hard copy
Floppy Disk
cD ROM
OTHER
Website Reference:
‘Specification. 82-92950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 95 of 273
- UNTITLED-104
‘SPEC NUMBER: 529295042
GROUP NAME: D-7 ONAN GENERATORS
Bip ESTIMATED UNIT OF
LINE comonrry QUANTITY MEASURE UNIT PRICE EXTENDED PRICE
0093 936-99-07-010 n10 ms, B
SERVICE AND REPAIR FOR GENERATORS, ONAN
LABOR TO REPAIR I CITY SHOP
COMMENTS
0092 936-99-07-020 320 ms, 8
SERVICE AND REPAIR FOR GENERATORS, ONAN
LABOR TO REPAIR IN CONTRACTOR SHOP
COMMENTS
DISCOUNT OFF
arp ESTIMATED caTALOG ‘CATALOG
LINE COMMODITY «DOLLAR VALUE «CATALOG # DATE. (PERCENTAGE)
0093 936-99-07-000 $20,000.00
PARTS & ACCESSORIES WITH OR WITHOUT SERVICE
EXTENDED PRICE: §,
(ESTIMATED DOLLAR VALUE AT DISCOUNTED PRICES)
TOTAL GROUP D-7 §,
‘The bidder should complete the following information for each Group bad.
GROUP D-7 PRICE LIST IS IN THE FOLLOWING FORMAT:
Reference Number Year
Hard copy
Floppy Disk
cD ROM
OTHER
Website Reference:
Specification: 8:
-92950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 96 of 279
UNTITLED-105,
Proposal ~
SPEC NUMBER: 829295062
GROUP NAME: D-8 WORKHORSE STEP VANS
BID ESTIMATED UNIT OF
LINE ‘comonrTy QUANTITY MEASURE UNIT PRICE EXTENDED PRICE
0096 929-98-56-010 220 mS,
SERVICE AND REPAIR FOR STEP VANS, WORKHORSE
LABOR TO REPAIR IN CITY SHOP
COMMENTS:
0095 929-98-56-020 a0 mS, 8,
SERVICE AND REPAIR FOR STEP VANS, WORKHORSE
LABOR TO REPAIR IN CONTRACTOR SHOP
commen
DISCOUNT OFF
Bip ESTIMATED caTaLoc CATALOG
LINE COMMODITY «DOLLAR VALUE CATALOG # DATE. (PERCENTAGE)
0096 329-38-56-000 $20,000.00
PARTS & ACCESSORIES WITH OR WITHOUT SERVICE
EXTENDED PRICE: $.
(ESTIMATED DOLLAR VALUE AT DISCOUNTED PRICES)
COMMENTS:
TOTAL GROUP D-8 PRICE: §,
‘The bidder should complete the followsng information for each Group bid.
GROUP D-8 PRICE LIST IS IN THE FOLLOWING FORMAT:
Reference Nunbs
year
Hard copy
Floppy Disk
cD ROM
OTHER
Website Reference:
Speciicaton: 82-92950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 97 of 279
UNTITLED-106
SPEC WOMBER: 529295042
GROUP NAME: E-2 APT JACK HAMMERS
BID ESTIMATED UNIT OF
LINE ‘commonrTy QUANTITY MEASURE UNIT PRICE EXTENDED PRICE
0097 929-99-45-010 a0 ms. 8,
SERVICE AND REPAIR FOR JACK HAMMERS, APT
LABOR TO REPAIR IN CITY SHOP
coments
0098 929-99-45-020 ao mg.
SERVICE AND REPAIR FOR JACK HAMMERS, APT
LABOR TO REPAIR IN CONTRACTOR SHOP
ConMENTS
MARK-UP_FROM
BID RSTIMATED caTALos cost
LINE COMMODITY «DOLLAR VALUE «CATALOG # = DATE (PERCENTAGE)
0099 $29-99-49-000 $20,000.00
PARTS & ACCESSORIES WITH OR WITHOUT SERVICE
EXTENDED PRICE: §,
COMMENTS
TOTAL GROUP E-1 PRICE: §¢,
The bidder should complete the followsng information for each Group bid.
GROUP E-1 PRICE LIST IS IN THE FOLLOWING FORMAT:
Reference Number Year
Hard Copy
Floppy Disk
> ROM
OTHER
Website Reference; ©
Speciation: 62-92950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 98 of 279
UNTITLED-107
Proposal =~
SPEC NUMBER: 829295042
GROUP NAME: E-2 DETROIT DIESEL DIESEL ENGINES
BID ESTIMATED UNIT OF
LINE comonrry QUANTITY MBASURE UNIT PRICE EXTENDED PRICE
200 929-98-19-010 150 RRs. 8,
SERVICE AND REPAIR FOR DIESEL ENGINES, DETROIT DIESEL
LABOR TO REPAIR IN CITY SHOP
COMMENTS
0202 929-99-19-020 150 ms. 8
SERVICE AND REPAIR FOR DIESEL ENGINES, DETROIT DIESEL
LABOR TO REPAIR IN CONTRACTOR SHOP
comers
MARK-UP_FROM
BID ESTIMATED CATALOG ‘cost
LINE COMMODITY «DOLLAR VALUE «CATALOG # DATE. (PERCENTAGE)
0202 929-99-19-000 $200,000.00
PARTS & ACCESSORIES WITH OR WITHOUT SERVICE
EXTENDED PRICE:
comments
TOTAL GROUP E-2 PRICE: §,
The bidder should complete the following information for each Group bid.
GROUP E-2 PRICE LIST IS IN THE FOLLOWING FORMAT
Reference Nunber year
Bard Copy
Floppy Disk
> ROM
OTHER
Website Reference
Specification 82-92950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 99 of 279
UNTITLED-108
Proposal ~
‘SPEC NUMBER: 529295062
GROUP NAME: -3 HORNAN SPREADERS
BID ESTIMATED UNIT OF
LINE commoprTy QUANTITY MEASURE UNIT PRICE EXTENDED PRICE
103, 929-98-71-010 ano mR
SERVICE AND REPAIR FOR SPREADERS, HORMAN
LABOR TO REPAIR IN CITY SHOP
commen +
oro 929-99-71-020 a20 mR
SERVICE AND REPAIR FOR SPREADERS, HORMAN
EABOR TO REPAIR IN CONTRACTOR SHOP
commenrs
MARK-UP_FROM
BID ESTIMATED CATALOG cost
INE COMMODITY «DOLLAR VALUE CATALOG # DATE. (PERCENTAGE)
0205 929-99-7-000 __§20,00.00
PARTS & ACCESSORIES WITH OR WITHOUT SERVICE
‘EXTENDED PRICE:
commen
TOTAL GROUP E-3 PRICE: 5,
The bidder should complete the following information for
ich Group bad.
GROUP E-3 PRICE LIST IS IN THE FOLLOWING FORMAT
Reference Nunber
Hard copy
Floppy Disk
cD ROM
ormeR
Website Reference:
Specifieation 82.92950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 100 of 279
UNTITLED-109
Proposal
SPEC MUMBER: 529295042
GROUP NAME: E-4 PERKINS CART DUMPERS
BID ESTIMATED UNIT OF
LINE comoorry QUANTITY MEASURE UNIT PRICE EXTENDED PRICE
206 929-98-20-020 a5 mS, 5
SERVICE AND REPAIR FOR CART DUMPERS, PERKINS
LABOR TO REPAIR IN CITY SHOP
comments.
0107 929-99-10-020 as mR 5. 5.
SERVICE AND REPAIR FOR CART DUMPERS, PERKINS
LABOR TO REPAIR IN CONTRACTOR SHOP
comments
DISCOUNT OFF
BID ESTIMATED caraLos ‘CATALOG
LINE COMMODITY «DOLLAR VALUE «CATALOG # DATE, (PERCENTAGE)
02108 929-99-10-000 _ $20,000.00
PARTS & ACCESSORIES WITH OR WITHOUT SERVICE
EXTENDED PRICE:
(ESTIMATED DOLLAR VALUE AT DISCOUNTED PRICES)
omens
TOTAL GROUP E-4 PRICE: §,
‘The bidder should complete the following information for each Group bad.
GROUP E-4 PRICE LIST I8 IN THE FOLLOWING FORMAT:
Reference Number year
Hard Copy
Floppy Disk
© ROM,
OTHER
Website Reference:
Specification. B2-82950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 101 of 279,
UNTITLED-110
Proposal ~
SPEC NUMBER: 525295062
GROUP AME: +5 TYNCO AIR VACUUM SWEEPERS
BID ESTIMATED UNIT OF
LINE comonrTy QUANTITY MEASURE UNIT PRICE EXTENDED PRICE
109 929-99-01-010 220 8.
SERVICE AND REPAIR FOR AIR VACUOM SWEEPERS, TYMCO
LABOR TO REPAIR IN CITY SHOP
commen:
cao 929-99-01-020 320 ms.
SERVICE AND REPAIR FOR AIR VACUUM SWEEPERS, TYMCO
LABOR TO REPAIR IN CONTRACTOR SHOP
comms
DISCOUNT OFF
BrD ESTIMATED cATALOG CATALOS
LINE COMMODITY «DOLLAR VALUE «CATALOG # DATE (PERCENTAGE)
0122, 929-99-01-000 $20,000.00
PARTS & ACCESSORIES WITH OR WITHOUT SERVICE
EXTENDED PRICE:
(ESTIMATED DOLLAR VADUE AT DISCOUNTED PRICES)
‘TOTAL GROUP E-5 PRICE:
The bidder should complete the following information for each Group bid.
GROUP E-S PRICE LIST IS IN THE FOLLOWING FORMAT:
Reference Nunber Year
Hard copy
Floppy Disk
co Rom
OTHER
Website References ©
Speciation: B2-92950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 102 of 279
UNTITLED-111
Proposal =~
SPEC MOMBER: 829295042
GROUP NAME: E-6 ROTO-Z0OH AERIAL EQUIPMENT
BID ESTIMATED UNIT OF
LINE comoprry QUANTITY MEASURE UNIT PRICE EXTENDED PRICE
0122 929-98-10-010 a0 ms.
SERVICE AND REPAIR FOR AERIAL EQUIPMENT, ROTO-ZOOM
LABOR TO REPAIR IN CITY SHOP
COMEENTS
0123 929-98-20-020 a0 mR
SERVICE AND REPAIR FOR AERIAL EQUIPMENT, ROTO-ZOOM
LABOR TO REPAIR IN CONTRACTOR SHOP
coments
DISCOUNT OFF
BID ESTIMATED CATALOG CATALOG
LINE COMMODITY «DOLLAR VALUE «CATALOG # «DATE, (PERCENTAGE)
0224 $29-98-10-000 $20,000.00
PARTS @ ACCESSORIES WITH OR WITHOUT SERVICE
EXTENDED PRICE: $.
(ESTIMATED DOLLAR VALUE AT DISCOUNTED PRICES)
coments
TOTAL GROUP E-6 PRICE: §,
‘The bidder should complete the following 1nformation for each Group bid.
GROUP E-6 PRICE LIST IS IN THE FOLLOWING FORMAT.
Reference Nunbe: Year
Hard copy
Floppy Dask
cD ROM
OTHER
Website Reference:
‘Specification: 82-92950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 103 of 279
UNTITLED-112
Proposal ~
SPEC WOMBER: 529295042
GROUP NAME: E-7 POWER LITE GENERATORS
BD ESTIMATED UNIT OF
LINE comonrry QUANTITY MEASURE UNIT PRICE EXTENDED PRICE
ons 936-99-08-020 a0 mS.
SERVICE AND REPAIR FOR GENERATORS, POWER LITE
LABOR TO REPAIR IN CITY SHOP
commen:
ons 936-98-08-020 210 mR 8.
SERVICE AND REPAIR FOR GENERATORS, POWER LITE
LABOR TO REPAIR IN CONTRACTOR SHOP
COMMENTS
DISCOUNT OFF
BID ESTIMATED caTaLos CATALOG
LINE COMMODITY «DOLLAR VALUE «CATALOG # DATE. (PERCENTAGE)
0127 936-99-08-000 $20,000.00
PARTS & ACCESSORIES WITH OR WITHOUT SERVICE
EXTENDED PRICE: §. — —
(ESTIMATED DOLLAR VALUE AT DISCOUNTED PRICES)
coments
TOTAL GROUP E-7 PRICE: §,
The bidder should complete the following information for each Group bad.
GROUP E-7 PRICE LIST IS IN THE FOLLOWING FORMAT:
Reference Nunber Year
Hard Copy
Floppy Disk
cD ROM
OTHER
Webeate Reference:
‘Specrfication’ 82-92950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 104 of 279,
UNTITLED-113
Proposal =~
‘SPEC NUMBER: 529295042
GROUP NAME: E-8 OSHKOSH HEAVY & TRUCK/SNOW EQUIPMENT
BID ESTIMATED UNIT OF
LINE comonrry QUANTITY MEASURE UNIT PRICE EXTENDED PRICE
one 929-68-80-010 210 mR
SERVICE aND REPAIR FOR HEAVY & TRUCK/SNOW EQUIPMENT, CSRS
LABOR TO REPAIR IN CITY SHOP
LABOR TO REPAIR IN CONTRACTOR SHOP
commenrs :
DISCOUNT OFF
BID ESTIMATED caTaLos CATALOG
LINE COMMODITY «DOLLAR VALUE CATALOG # DATE, (PERCENTAGE)
0120 929-68-80-000 _ $20,000.00
PARTS & ACCESSORIES WITH OR MITHOUT SERVICE
EXTENDED PRICE: ¢. —
(ESTIMATED DOLLAR VALUE AT DISCOUNTED PRICES)
TOTAL GROUP E-
PRICE. 5.
‘The bidder should complete the followang information for each Group bid.
GROUP E-8 PRICE LIST IS IN THE FOLLOWING FORMAT:
Reference Nunber Year
Hara copy
Floppy Disk
cD ROM
OTHER
Website Reference:
‘Specification: 82-92950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 105 of 279
UNTITLED-114
Proposal =~
‘SPEC wowmER: 829295062
GROUP NAME: F-1 AMERICAN LINCOLN FLOOR SWEEPERS
BID ESTIMATED UNIT OF
LINE comoprry QUANTITY MEASURE UNIT PRICE EXTENDED PRICE
on2a 934-29-52-010 210 mm os
SERVICE AND REPAIR FOR FLOOR SWEEPERS, AMERICAN LINCOLN
LABOR TO REPAIR IN CITY SHOP
COMMENTS
122 934-28-52-020 ano ms, 8
SERVICE AND REPAIR FOR FLOOR SWEEPERS, AMERICAN LINCOLN
LABOR TO REPAIR IN CONTRACTOR SHOP
commen
MARK-UP_FROM
Bip ESTIMATED ‘cATALOG ‘cost
LINE colMmoDITy “DOLLAR VALUE «CATALOG # «== DATE (PERCENTAGE)
0123 934-29-52-000 $20,000.00
PARTS & ACCESSORIES WITH OR WITHOUT SERVICE
EXTENDED PRICE: §. =
corners:
TOTAL GROUP F-1 PRICE: §,
The bidder should complete the following information for each Group bid.
GROUP F-1 PRICE LIST 18 IN THE FOLLOWING FORMAT:
Reference Nunber Year
Hard copy
Floppy Disk
cD ROM
oTmer
Website Referenci
‘Spectication: 62-92950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 106 of 279
UNTITLED-115,
Proposal ~
SPEC NUMBER: 529295062
GROUP NAME: F-2 DEUTZ DIESEL ENGINES
BID ESTIMATED UNIT OF
LINE commoorrr QUANTITY MEASURE UNIT PRICE EXTENDED PRICE
0124 929-99-20-010 no aR %.
SERVICE AND REPAIR FOR DIESEL ENGINES, DEUTZ
LABOR TO REPAIR IN CITY SHOP
comments.
0225 929-99-20-020 no mS, 8
SERVICE AND REPAIR FOR DIESEL ENGINES, DEUTZ
LABOR TO REPAIR IN CONTRACTOR SHOP
comments:
MARK-UP_FROM
Bip ESTIMATED ‘CATALOG cost
LINE COMMODITY «DOLLAR VALUE CATALOG # ©=—sDATE (PERCENTAGE)
0226 929-99-20-000 $20,000.00
PARTS @ ACCESSORIES WITH OR WITHOUT SERVICE
EXTENDED PRICE: 5,
COMMENTS:
TOTAL GROUP F-2 PRICE: §.
The bidder should complete the following snformation for each Group bid
GROUP F-2 PRICE LIST IS IN THE FOLLOWING FORMAT.
Reference Nunber year
Hard copy
Floppy Disk
© Rom
orwer
Website Reference:
Spectication, 82-92950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 107 of 279
UNTITLED-116
SPEC NUMBER: 829295042
GROUP NAME: F-3 INSLEY EXCAVATORS
=D ESTIMATED UNIT OF
LINE commoorry QUANTITY MEASURE UNIT PRICE EXTENDED PRICE
0127 929-99-33-020 a0 HR 8
SERVICE AND REPAIR FOR EXCAVATORS, INSLEY
LABOR TO REPAIR IN CITY SHOP
coments
128 929-99-33-020 210 mR
SERVICE AND REPAIR FOR EXCAVATORS, INSLEY
LABOR TO REPAIR IN CONTRACTOR SHOP
COMMENTS:
MARK-UP_FROM
BID ESTIMATED CATALOG cost
LINE COMMODITY «DOLLAR VALUE «CATALOG # DATE. (PERCENTAGE)
0229 929-39-33-000 __§20, 000.00
PARTS & ACCESSORIES WITH OR WITHOUT SERVICE
EXTENDED PRICE:
commENTS:
TOTAL GROUP F-3 PRICE: ¢,
‘The bidder should compl
fe the following information for each Group bid.
GROUP F-3 PRICE LIST IS IN THE FOLLOWING FORMAT;
Reference Nunber Year
Maré Copy
Floppy Disk
cD ROM
OTHER
Website Referenc:
Specification, 82-92950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 108 of 279
UNTITLED-117
Proposal ~
SPEC NUMBER: 529295062
GROUP NAME: F-4 PETTIBONE CRANES
BID ESTIMATED UNIT OF
LINE comiopiTy QUANTITY MEASURE UNIT PRICE EXTENDED PRICE
0130 929-99-16-010 210 mR 5,
SERVICE AND REPAIR FOR CRANES, PETTIBONE
LABOR TO REPAIR IN CITY SHOP
COMMENTS
aaa 929-99-16-020 220 mS, s.
SERVICE AND REPAIR FOR CRANES, PETTIBONE
LABOR TO REPAIR IN CONTRACTOR SHOP
comments
DIscourT OFF
xD ESTIMATED cATALOG CATALOG.
LINE COMMODITY «DOLLAR VALUE «CATALOG # «DATE. (PERCENTAGE)
0232, 929-38-16-000 $20,000.00
PARTS & ACCESSORIES WITH OR WITHOUT SERVICE
EXTENDED PRI $.
(ESTIMATED DOLLAR VALUE AT DISCOUNTED PRICES)
comments
TOTAL GROUP F-4 PRICE: §,
The bidder should complete the following information for each Group bid.
GROUP F-4 PRICE LIST IS IN THE FOLLOWING FORMAT:
Reference Nunber Year
Hard copy
Floppy Disk
cD Rom
ormer
Website Reference:
Spectication: 82-92950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 109 of 279
UNTITLED-118
Proposal =~
SPEC MOMBER: 529295042
GROUP NAME: F-5 VAC-ALL SEWER EQUIPMENT
BID ESTIMATED UNIT OF
LINE commonr7y QUANTITY MEASURE UNIT PRICE EXTENDED PRICE
0133, 936-91-05-010 220 RRS. 8.
SERVICE AND REPAIR FOR SEWER EQUIPMENT, VAC-ALL
LABOR TO REPAIR IN CITY SHOP
0134 936-91-05-020 a20 ms. 8
SERVICE AND REPAIR FOR SEWER EQUIPMENT, VAC-ALL,
LABOR TO REPAIR IN CONTRACTOR SHOP
COMMENTS
DISCOUNT OFF
Bip ESTIMATED caraLos CATALOG
LINE comMODITY “DOLLAR VALUE CATALOG # = DATE. (PERCENTAGE)
0235 936-91-05-000 $20,000.00
PARTS & ACCESSORIES WITH OR WITHOUT SERVICE
comments
TOTAL GROUP F-5 PRICE: §.
The bidder should complete the following 2nformation for each Group bid.
GROUP F-5 PRICE LIST 15 IN THE FOLLOWING FORMAT.
Reference Number Year
Hard copy
Floppy Disk
ep Rom
OTHER
Website Reference:
‘Specsicaton: 82-92950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 110 of 279
UNTITLED-119
Proposal
SPEC MUMBER: 529295062
GROUP NAME: F-6 SNORKEL LIFT TOWER TRUCKS
aD ESTIMATED UNIT OF
LINE commonrTy QUANTITY MEASURE UNIT PRICE EXTENDED PRICE
0136 929-99-86-010 310 mS,
SERVICE AND REPAIR FOR TOWER TRUCKS, SNORKEL LIFT
LABOR TO REPAIR IN CITY SHOP
conmenners
0137 929-99-86-020 ano mg. 8
SERVICE AND REPAIR FOR TOWER TRUCKS, SNORKEL LIFT -
LABOR TO REPAIR IN CONTRACTOR SHOP
comments.
DISCOUNT OFF
BrD ESTIMATED caraes CATALOG
LINE COMMODITY «DOLLAR VALUE «CATALOG # «DATE. (PERCENTAGE)
0238 929-99-86-000 $20,000.00
PARTS & ACCESSORIES WITH OR WITHOUT SERVICE
EXTENDED PRICE: §,
(ESTIMATED DOLLAR VALUE AT DISCOUNTED PRICES)
comments.
TOTAL GROUP F-6 PRICE: §.
The bidder should complete the following anformation for each Group bid.
GROUP F-€ PRICE LIST IS IN THE FOLLOWING FORMAT
Reference Number year
Hard copy
Floppy Disk
cD ROM
OTHER
Website Re
Spectication. 82-92950-42, PARTS AND SERVICE FOR HEAW MACHINERY AND EQUIPMENT, Page 111 of 279
UNTITLED-120
‘SPEC NUMBER: 529295042
GROUP NAME: F-7 SULLAIR AIR COMPRESSORS
BID ESTIMATED UNIT OF
LINE comonrTy QUANTITY MEASURE UNIT PRICE EXTENDED PRICE
0139 936-99-04-010 220 mS.
SERVICE AND REPAIR FOR AIR COMPRESSORS, SULLAIR
LABOR TO REPAIR IN CITY SHOP
COMMENTS :
0240 936-99-04-020 no mS. 8
SERVICE AND REPAIR FOR AIR COMPRESSORS, SULLATR
LABOR TO REPAIR IN CONTRACTOR SHOP
comennrs
DISCOUNT OFF
BID ESTIMATED caTaLos CATALOG
LINE COMMODITY «DOLLAR VALUE «CATALOG # DATE. (PERCENTAGE)
0143 936-99-04-000 $20,000.00
PARTS & ACCESSORIES WITH OR KITHOUT SERVICE
EXTENDED PRICE: $.
(ESTIMATED DOLLAR VAEDE AT DISCOUNTED PRICES)
comments
‘TOTAL GROUP F-7 PRICE:
The bidder should complete the following znformation for each Group bid.
GROUP F-7 PRICE LIST IS IN THE FOLLOWING FORMAT.
Reference Number year
Hard copy
Floppy Disk
D ROM
OTHER
Website Reference:
Specification: 82-92950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 112 of 279
UNTITLED-121
Proposal =~
SPEC NUMBER: 829295062
GROUP NAME: G-1 AQUATECH SEWER RODDING EQUIPMENT
BID ESTIMATED UNIT OF
LINE comorry QUANTITY MEASURE UNIT PRICE EXTENDED PRICE
142 929-98-26-010 320 mS,
SERVICE AND REPAIR FOR SEWER CLEANING EQUIPMENT, AQUATECH
LABOR TO REPAIR IN CITY SHOP
COMMENTS
0243, 929-98-26-020 320 mR 8
S2kbzce ano REPAIE FoR GENER CLEANING RQCERMENT, AGGREEGY
LABOR TO REPAIR IN CONTRACTOR SHOP
comments
MARK-UP_FROM
BID ESTIMATED caTALOG cost
LINE COMMODITY «DOLLAR VALUE «CATALOG # = DATE. (PERCENTAGE)
0144 929-98-26-000 $20,000.00
PARTS & ACCESSORIES WITH OR WITHOUT SERVICE
EXTENDED PRICE: §,
‘TOTAL GROUP G-1 PRICE:
‘The bidder should complete the followang information for each Group bid.
GROUP G-1 PRICE LIST IS IN THE FOLLOWING FORMAT:
Reference Nurber Year
Haré Copy
‘Loppy Dask
> ROM
OTHER
Website Reference
Specification. 82-92950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 113 of 279,
UNTITLED-122
Proposal ~
SPEC NUMBER: 529295042
GROUP NAME: G-2 DICKEY JOHN AUTOMATED SALT CONTROLS
BID ESTIMATED UNIT OF
LINE comonrry QUANTITY MEASURE UNIT PRICE EXTENDED PRICE
014s 929-99-05-010 a0 mS, $.
SERVICE AND REPAIR FOR AUTOMATED SALT CONTROLS, DICKEY JOHN
LABOR TO REPAIR IN CITY SHOP
comments
or46 929-99-05-020 220 mS. 8
SEavice AND REPAIR FOR AUTOMATED SALT CONTROLS, DICKEY JORN
LABOR TO REPAIR IN CONTRACTOR SHOP
COMMENTS
MARK-UP_FROM
aD ESTIMATED cATALOG cost
LINE COMMODITY «DOLLAR VALUE «CATALOG # DATE. (PERCENTAGE)
0147 929-99-05-000 $20,000.00
PARTS & ACCESSORIES WITH OR WITHOUT SERVICE
EXTENDED PRICE: 8,
commer
TOTAL GROUP G-2 PRICE: §,
The bidder should complete the following information for each Group bid.
GROUP G-2 PRICE LIST IS IN THE FOLLOWING FORMAT:
Reference Number Year
Bara copy
Floppy Disk
cD ROM
orweR
Website Reference:
Specification: 82-92950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 114 of 279,
UNTITLED-123
Proposal =~
SPEC NUMBER: 829295042
GROUP NAME: G-3 INTERNATIONAL/NAVISTAR TRUCKS AND ENGINES
BID ESTIMATED UNIT OF
LINE comonrry QUANTITY MEASURE UNIT PRICE EXTENDED PRICE
ouee 929-99-91-010 150 RRs s.
‘SERVICE AND REPAIR FOR TRUCKS AND ENGINES, INTERNATIONAL /NAVISTAR
LABOR TO REPAIR IN CITY SHOP
COMMENTS
on4s 929-99-91-020 150 RRs A
SERVICE AND REPAIR FOR TRUCKS AND ENGINES, INTERNATIONAL/NAVISTAR
LABOR TO REPAIR IN CONTRACTOR SHOP
comers
MARK-UP_FROM
BID RSTIMATED CATALOG cost
LINE COMMODITY «DOLLAR VALUE «CATALOG # DATE. (PERCENTAGE)
0250 929-99-91-000 $75,000.00
PARTS & ACCESSORIES WITH OR WITHOUT SERVICE
EXTENDED PRICE:
COMMENTS
TOTAL GROUP G-3 PRICE: §,
The bidder should complete the following information for each Group bid.
GROUP G-3 PRICE LIST IS IN THE FOLLOWING FORMAT.
Year
Hard copy
Floppy Disk
cD ROM
OTHER
Website Reference:
Specification” 82-82950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 115 of 279
“UNTITLED-124
Proposal >
SPEC NUMBER: 829295042
GROUP NAME: G-4 PROGRESS TANK BODIES
BID ESTIMATED UNIT OF
LINE commoorTy QUANTITY MEASURE UNIT PRICE EXTENDED PRICE
isa 929-74-99-010 a0 mg. 8,
SERVICE AND REPAIR FOR TANK BODIES, PROGRESS
‘LABOR TO REPAIR IN CITY SHOP
coments
oas2 929-74-99-020 ano ms, 8
SERVICE AND REPAIR FOR TANK BODIES, PROGRESS
LABOR TO REPAIR IN CONTRACTOR SHOP
commen:
DISCOUNT OFF
Bip ESTIMATED caratec ‘CATALOG
LINE COMMODITY «DOLLAR VALUE CATALOG # = ‘DATE (PERCENTAGE)
0153 929-74-99-000 $20,000.00
PARTS & ACCESSORIES WITH OR WITHOUT SERVICE
EXTENDED PRICE: $.
(ESTIMATED DOLLAR VALUE AT DISCOUNTED PRICES)
comments
‘TOTAL GROUP G-4 PRICE: 5,
‘The bidder should complete the following information for each Group bid.
GROUP G-4 PRICE LIST 1S IN THE FOLLOWING FORMAT:
Reference Number
Hard Copy
Floppy Disk
cD ROM
OTHER
Website Reference:
‘Specification: 82-92950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 116 of 279,
UNTITLED-125
Proposal
SPEC NUMBER: 529295042
GROUP NAME: G-5 VACCON SEWER EQUIPMENT
BID ESTIMATED UNIT OF
LINE comonrrr QUANTITY MEASURE UNIT PRICE EXTENDED PRICE
0154 929-98-40-010 Fer) mR,
SERVICE AND REPAIR FOR SEWER EQUIPMENT, VACCON
LABOR TO REPAIR IN CITY SHOP
COMMENTS:
5 929-38-40-020 220 mR 8, 8.
SERVICE AND REPAIR FOR SEWER EQUIPMENT, VACCON
LABOR TO REPAIR IN CONTRACTOR SHOP
commen
DISCOUNT OFF
rp ESTIMATED ‘cATALOS CATALOG
LINE COMMODITY «DOLLAR VALUE «CATALOG # «DATE. (PERCENTAGE)
0256 929-38-40-000 $20,000.00
PARTS & ACCESSORIES WITH OR WITHOUT SERVICE
EXTENDED PRICE: $.
(ESTIMATED DOLLAR VALUE AT DISCOUNTED PRICES)
CoMmENTS
TOTAL GROUP G-5 PRICE:
The bidder should complete the followang information fer each Group bid.
GROUP G-5 PRICE LIST IS IN THE FOLLOKING FORMA
Reference Number Year
Hard Copy
Floppy Disk
cD ROM
OTHER
Website Reference
Spectication: 82-92950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 117 of 279
UNTITLED-126
Proposal”
SPEC WOMBER: 29295062
GROUP MAME: G-6 TECO INC. AERIAL TOWERS
BID ESTIMATED UNIT OF
LINE comonrTy QUANTITY MEASURE UNIT PRICE EXTENDED PRICE.
0187 929-98-11-010 220 aR 5
SERVICE AND REPAIR FOR AERIAL BUCKETS, TECO, INC
LABOR TO REPAIR IN CITY SHOP
‘COMMENTS
onse 929-98-33-020 220 mS, 8,
SERvice AND REPAIR FOR AERIAL BUCKETS, TECO, INC
LABOR TO REPAIR IN CONTRACTOR SHOP
commen
DISCOUNT OFF
BID ESTIMATED caraLes CATALOG
LINE COMMODITY «DOLLAR VALUE «CATALOG # «DATE. (PERCENTAGE)
0159 929-98-21-000 $20,000.00
PARTS & ACCESSORIES WITH OR WITHOUT SERVICE
EXTENDED PRICE: §,
(ESTIMATED DOLLAR VALUE AT DISCOUNTED PRICES)
commas :
TOTAL GROUP G-6 PRICE: §,
The badder should complete the following information for each Group bid.
GROUP G-6 PRICE LIST IS IN THE FOLLOWING FORMAT:
Reference Nunber Year
Hard Copy
Floppy Disk
cD ROM
OTHER
Website Reference:
‘Specification: 82-92950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 118 of 279
UNTITLED-127
Proposal ~
‘SPEC NUMBER: 829295042
GROUP NAME: G-7 ATLAS-COPCO AIR COMPRESSORS
BID ESTIMATED UNIT OF
LINE comonrry QUANTITY MEASURE UNIT PRICE EXTENDED PRICE
0260 936-08-20-010 a0 ms.
SERVICE AND REPAIR FOR AIR COMPRESSORS, ATLAS-COPCO
LABOR TO REPAIR IN CITY SHOP
COMMENTS
ones 936-08-20-020 no ms. Bs
“SERVICE AND REPAIR FOR AIR COMPRESSORS, ATLAS-COPCO
LABOR TO REPAIR IN CONTRACTOR SHOP
commen
DISCOUNT OFF
BID ESTIMATED carats ‘CATALOG
LINE COMMODITY «DOLLAR VALUE «CATALOG # «= DATE (PERCENTAGE)
0162, 936-08-20-000 $20,000.00
PARTS & ACCESSORIES WITH OR WITHOUT SERVICE
EXTENDED PRICE: §,
(ESTIMATED DOLLAR VALUE AT DISCOUNTED PRICEST
comments
TOTAL GROUP G-7 PRICE:
The bidder should complete the following information for each Group bid.
GROUP G-7 PRICE LIST IS IN THE FOLLOWING FORMAT
Reference Nunber Year
Hard copy
Floppy Disk
cD ROM
OTHER
Website Reference:
‘Specification 62-92950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 119 of 279,
UNTITLED-128
Proposal ~
‘SPEC MOMBER: 529295042
GROUP MAME: H-1 ANTHONY LIFT GATES
BID ESTIMATED UNIT OF
LINE comoprTy QUANTITY MEASURE UNIT PRICE EXTENDED PRICE
0163 936-99-12-020 FE) mg, 8
SERVICE AND REPAIR FOR LIFT GATES, ANTHONY
LABOR TO REPAIR IN CITY SHOP
COMMENTS
o16a 936-99-12-020 220 mR
SERVICE AND REPAIR FOR LIFT GATES, ANTHONY
LABOR TO REPAIR IN CONTRACTOR SHOP
comemners
MARK-UP_FROM
BID ESTIMATED ‘cATALOG cost
LINE COMMODITY «DOLLAR VALUE «CATALOG # == DATE (PERCENTAGE)
0265 936-99-12-000 $20,000.00
PARTS & ACCESSORIES WITH OR WITHOUT SERVICE
‘EXTENDED PRICE:
commmners :
TOTAL GROUP H-1 PRICE: 5.
The bidder should complete the following anformation for each Group bid.
GROUP H-1 PRICE LIST IS IN THE FOLLOWING FORMAT:
Reference Number year
Bard Copy
Floppy Dask
cD ROM
OTHER
Website Reference:
Specification 82-92950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 120 of 279
UNTITLED-129
Proposal =~
SPEC NUMBER: 529295042
GROUP NAME: H-2 DINGS MAGNETIC SWEEPERS
BID ESTIMATED UNIT OF
LINE comoorry QUANTITY MEASURE UNIT PRICE EXTENDED PRICE
ous 929-98-38-010 a0 mS,
SERVICE AND REPAIR FOR MAGNETIC SWEEPERS, DINGS
LABOR TO REPAIR IN CITY SHOP
COMMENTS :
0167 929-98-38-020 320 m §,
SERVICE AND REPAIR FOR MAGNETIC SWEEPERS, DINGS
LABOR TO REPAIR IN CONTRACTOR SHOP
comms
MARK-UP_FROM
Bip ESTIMATED cATALOG cost
LINE COMMODITY «DOLLAR VALUE «CATALOG # «DATE, (PERCENTAGE)
0168 929-98-38-000 $20,000.00
PARTS & ACCESSORIES WITH OR WITHOUT SERVICE
EXTENDED PRICE: §.
COMMENTS:
TOTAL GROUP H-2 PRICE: §,
The bidder should complete the follow:ng information for each Group bid.
GROUP H-2 PRICE LIST IS IN THE FOLLOWING FORMAT
Reference Number Year
Hard Copy
Floppy Disk
cD ROM
OTHER
Kebsite Reference
‘Specification. 82-92950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 121 of 279
UNTITLED-130
Proposal ~
SPEC MUMBER: 825295042
GROUP NAME: H-3 ALTEC AERIAL EQUIPMENTS
BID ESTIMATED UNIT OF
LINE QUANTITY MEASURE UNIT PRICE EXTENDED PRICE
0269 ao ms, 8,
SERVICE AND REPAIR FOR ABRIAL EQUIPMENT, ALTEC
LABOR TO REPAIR IN CITY SHOP
commen
0270 929-98-42-020 a0 6
SERVICE aND REPAIR FOR ABRIAL EQUIPMENT, ALTEC
LABOR TO REPAIR IM CONTRACTOR SHOP
commen
MARK-UP_FROM
Br ESTIMATED caraLes cost
LINE colmoprTy «DOLLAR VALUE CATALOG # «= DATE. (PERCENTAGE)
0273, $29-98-41-000 $20,000.00
PARTS & ACCESSORIES WITH OR WITHOUT SERVICE
EXTENDED PRICE: §.
commen
TOTAL GROUP H-3 PRICE: 5
The bidder should complete the following information for each Group bid.
GROUP H-3 PRICE LIST IS IN THE FOLLOWING FORMAT:
Reference Number year
Hara Copy
Floppy Disk
© Rom
onuee
Websate Reference:
Specification: 82-92950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 122 of 279
UNTITLED-131
Proposal =~
SPEC MUMBER: 529295062
GROUP NAME: H-4 REX CONSTRUCTION MACHINERY SALT GRINDERS
BID ESTIMATED UNIT OF
‘LINE commonrry QUANTITY MEASURE UNIT PRICE EXTENDED PRICE
0172 929-95-68-010 220 mg, 8
SERVICE AND REPAIR FOR SALT GRINDERS, REX CONSTRUCTION NACHINERY
LABOR TO REPAIR IN CITY SHOP
COMMENTS
0273 929-99-68-020 a0 ms, A
SERVICE AND REPAIR FOR SALT GRINDERS, REX CONSTRUCTION MACHINERY
EABOR TO REPAIR IN CONTRACTOR SHOP
commen
DISCOUNT OFF
BD ESTIMATED ‘CATALOG CATALOG
LINE COMMODITY «DOLLAR VALUE CATALOG # «DATE. (PERCENTAGE)
0274 929-89-68-000 $20,000.00
PARTS & ACCESSORIES WITH OR WITHOUT SERVICE
EXTENDED PRICE: §,
(ESTIMATED DOLLAR VALUE AT DISCOUNTED PRICES)
‘TOTAL GROUP H-4 PRICE: 5.
The bidder should complete the following information for each Group bad.
GROUP H-4 PRICE LIST IS IN THE FOLLOWING FORMAT:
Reference Nunber vear
Hard copy
Floppy Disic
> ROM
oruer
Website Reference:
Speaificabon. 82-92950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 123 of 279
UNTITLED-132
Proposal >
SPEC NUMBER: 525295062
GROUP NAME: H-5 VACTOR SEWER EOUIPHENT
BID ESTIMATED UNIT OF
EINE comoorry QUANTITY MEASURE UNIT PRICE EXTENDED PRICE
0275, 929-98-32-030 a0 ms, 8
SERVICE AND REPAIR FOR SEWER CLEANING EQUIPMENT, VACTOR
LABOR TO REPAIR IN CITY SHOP
COMMENTS :
0176. 929-98-32-020 220 Ed 6
SESrce aww gPAER FOR SEER CLEATING EQUIPMENT, VAGTOR —————
LABOR TO REPAIR IN CONTRACTOR SHOP
commen
DIscomT OFF
BID ESTIMATED caTaLos ‘CATALOG
EINE COMMODITY «DOLLAR VALUE «CATALOG # DATE (PERCENTAGE)
0277. 929-98-32-000 __ $20,000.00
PARTS & ACCESSORIES WITH OR WITHOUT SERVICE
EXTENDED PRICE: §
(ESTIMATED DOLLAR VALUE AT DISCOUNTED PRICES)
commer
TOTAL GROUP H-5 PRICE: 5
The bidder should complete the following anformation for each Group bid.
GROUP H-5 PRICE LIST IS IN THE FOLLOWING FORMAT:
Reference Number Year
Hard Copy
Floppy Disk.
> ROM
oTHteR
Website Reference
Specification 82-92950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 124 of 279
UNTITLED-133,
Proposal ~
SPEC NUMBER: 529295062
GROUP NAME: H-6 TELEVATOR AERIAL BOUIPMENT
BD ESTIMATED UNIT OF
LINE comoorry QUANTITY MEASURE UNIT PRICE EXTENDED PRICE
0178 929-98-12-010 320 ms,
SERVICE AND REPAIR FOR AERIAL EQUIPMENT, TELEVATOR
LABOR TO REPAIR IN CITY SHOP
COMMENTS -
0279 929-98-12-020 320 ms, s.
SERVICE AND REPAIR FOR AERIAL EQUIPMENT, TELEVATOR
EABOR TO REPAIR IN CONTRACTOR SHOP
commen
DISCOUNT OFF
BID ESTIMATED cATALOG CATALOG.
LINE COMMODITY «DOLLAR VALUE CATALOG # == ‘DATE (PERCENTAGE)
0180 929-98-12-000 $20,000.00
PARTS & ACCESSORIES WITH OR WITHOUT SERVICE
EXTENDED PRICE: §¢,
(ESTIMATED DOLLAR VALUE AT DISCOUNTED PRICES)
TOTAL GROUP H-6 PRICE: §.
The bidder should complete the following information for each Group bid.
GROUP H-6 PRICE LIST IS IN THE FOLLOWING FORMAT.
Reference Number year
Hard copy
Floppy Disk
cD ROM
OTHER
Website Reference:
‘Specification: 82-92950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 125 of 279
UNTITLED-134
Proposal =~
SPEC NUMBER: 829295062
GROUP NAME: H-7 AMERICAN LAFRANCE FIRE APPARATUS
BrD ESTIMATED UNIT OF
‘LINE ‘comonrTy QUANTITY MEASURE UNIT PRICE EXTENDED PRICE
ones 936-32-20-010 320 ms. B
SERVICE AND REPAIR FOR FIRE APPARATUS, AMERICAN LAFRANCE
LABOR TO REPAIR IN CITY SHOP
COMMENTS
o1e2 936-32-20-020 Frey rs 3
SERVICE AND REPAIR FOR FIRE APPARATUS, AMERICAN LAPSARCE
LABOR TO REPAIR IN CONTRACTOR SHOP
commen
DISCOUNT OFF
BID ESTIMATED CATALOG ‘CATALOG
LINE COMMODITY «DOLLAR VALUE «CATALOG # == DATE (PERCENTAGE)
0283 936-32-20-000 _§20, 000.00
PARTS & ACCESSORIES WITH OR WITHOUT SERVICE
EXTENDED PRICE: §. _
(ESTIMATED DOLLAR VALUE AT DISCOUNTED PRICES)
comments
TOTAL GROUP H-7 PRICE: §¢,
The bidder should complete the following information for each Group bid.
GROUP H-7 PRICE LIST 1S IN THE FOLLOWING FORMAT:
Reference Munber Year
Hara Copy
Ploppy Disk
> ROM
OTHER
Website Reference:
Spectication- 82-92950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 126 of 279
UNTITLED-135,
Proposal ~
SPEC MUMBER: 529295042
GROUP NAME: I-1 ATHEY/MOBIL STREET SWEEPERS
BID ESTIMATED UNIT OF
LINE commoprry QUANTITY MEASURE UNIT PRICE EXTENDED PRICE
ones 929-99-78-010 120 ms, 8
SERVICE AND REPAIR FOR STREET SWEEPERS, ATHEY-MOBIL
LABOR TO REPAIR IN CITY SHOP
COMMENTS:
ones 929-99-78-020 a0 ms.
SERVICE AND REPAIR FOR STREET SWEEPERS, ATHEY-MOBIL
LABOR TO REPAIR IN CONTRACTOR SHOP
comeanrs
MARK-UP_FROM
BID ESTIMATED caTaLoG cost
LINE COMMODITY «DOLLAR VALUE «CATALOG # «DATE, (PERCENTAGE)
0186 929-98-78-000 $20,000.00
PARTS & ACCESSORIES WITH OR WITHOUT SERVICE
[EXTENDED PRICE:
omens:
TOTAL GROUP 1.
A PRICE: §,
The bidder should complete the following information for each Group bid.
GROUP I-1 PRICE LIST IS IN THE FOLLOWING FORMAT:
Reference Number year
Hard copy
Floppy Disk
© ROM
OTHER
Webs:te Reference
Spectication. 82-92950-42, PARTS AND SERVICE FOR HEAW’ MACHINERY AND EQUIPMENT, Page 127 of 279
“UNTITLED-136
Proposal ~
SPEC WOMBER: 29295042
GROUP NAME: I-2 DO-ALL, INDUSTRIAL MACHINERY
BID ESTIMATED UNIT OF
LINE comonrry QUANTITY MEASURE UNIT PRICE EXTENDED PRICE
0187 929-31-95-010 a10 ms 8.
SERVICE AND REPAIR FOR CONSTRUCTION EQUIPMENT, DO-ALL
LABOR TO REPAIR IN CITY SHOP
commen:
ores 929-31-99-020 a0 mR 8s.
SERVICE AND REPAIR FOR CONSTRUCTION EQUIPMENT, DO-AEE
LABOR TO REPAIR IN CONTRACTOR SHOP
COMmENTS
MARK-UP_FROM,
BID ESTIMATED CATALOG cost
LINE COMMODITY «DOLLAR VALUE «CATALOG # DATE (PERCENTAGE)
0289 29-31-99-000 $20,000.00
PARTS & ACCESSORIES WITH OR WITHOUT SERVICE
‘EXTENDED PRICE:
omens ——
TOTAL GROUP I-2 PRICE: 5,
‘The bidder should complete the following anformation for each Group bid.
GROUP I-2 PRICE LIST IS IN THE FOLLOWING FORMAT:
Reference Nunber Year
Hard copy
Floppy Disk
cD ROM
OTHER
Website Reference
‘Specification’ 82-92950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 128 of 279
UNTITLED-137
Proposal ~
SPEC NUMBER: 829295062
GROUP NAME: I-3 JCB BACKHOE LOADERS
1D ESTIMATED UNIT OF
LINE comoprry QUANTITY MEASURE UNIT PRICE EXTENDED PRICE
0190 929-39-95-010 220 aR 8,
SERVICE AND REPAIR FOR BACKHOE LOADERS, JCB
LABOR TO REPAIR IN CITY SHOP
COMMENTS:
1st 929-99-95-020 320 m o$
SERVICE AND REPAIR FOR BACKHOE LOADERS, JCB
LABORTO REPAIR IN CONTRACTOR SHOP
coments
MARK-UP_FROM,
BID ESTIMATED ‘cATALOG cost
LINE COMMODITY «DOLLAR VALUE CATALOG #_=—= ‘DATE (PERCENTAGE)
0392, $29-99-95-000 $200,000.00
PARTS & ACCESSORIES WITH OR'WITHOUT SERVICE
commenrs
TOTAL GROUP I-3 PRICE: §,
The bidder should complete the following information for
GROUP I-3 PRICE LIST IS IN THE FOLLOWING FORMAT:
Reference Nunber
urd Copy
Floppy Disk
cD Row
OTHER
Website Reference:
Specification, 82-92950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 129 of 279
UNTITLED-138
Proposal ~
‘SPEC NUMBER: 529295042
GROUP NAME: I-4 REX WORKS CONSTRUCTION EQUIPMENT
BID ESTIMATED UNIT OF
LINE comonrTy QUANTITY MEASURE UNIT PRICE EXTENDED PRICE
0193 929-98-20-010 210 BRS. s.
‘SERVICE AND REPAIR FOR GRINDING MACHINES, REXWORKS
LABOR TO REPAIR IN CITY SHOP
coments:
0296 929-98-20-020 210 mS,
SERVICE AND REPAIR FOR GRINDING MACHINES, REXWORKS
LABOR TO REPAIR IN CONTRACTOR SHOP
comenrs
DISCOUNT OFF
ID ESTIMATED caTALOS CATALOG
LINE COMMODITY «DOLLAR VALUE «CATALOG # DATE. (PERCENTAGE)
0195 929-98-20-000 $20,000.00
PARTS & ACCESSORIES WITH OR WITHOUT SERVICE
EXTENDED PRICE:
(ESTIMATED DOLLAR VALUE AF DISCOUNTED PRICES)
TOTAL GROUP I-4 PRICE:
The bidder should complete the following 2nformation for each Group bid.
GROUP 1-6 PRICE LIST IS IN THE FOLLOWING FORMAT:
Reference Number Year
Hard copy
Floppy Disk
© ROM
OTHER
Website Reference:
‘Specification: 82-92950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 130 of 279
UNTITLED-139
SPEC MUMBER: 829295062
GROUP NAME: I-$ WALTCO LIFT GATES
BID ESTIMATED UNIT OF
‘LIME comonrry QUANTITY MEASURE UNIT PRICE EXTENDED PRICE
0296 936-99-17-010 220 ms.
SERVICE AND REPAIR FOR HEAVY MACHINERY AND EQUIPMENT
LABOR TO REPAIR IN CITY SHOP
COMMENTS :
0197 936-99-17-020 120 mS, 8
‘SERVICE AND REPAIR FOR HEAVY MACHINERY AND EQUIPMENT
EABOR TO REPAIR IN CONTRACTOR SHOP
commen
DISCOUNT OFF
BID ESTIMATED ‘eATALOG CATALOG
LINE COMMODITY «DOLLAR VALUE «CATALOG # «DATE. (PERCENTAGE)
0198 936-99-17-000 $20,000.00
PARTS & ACCESSORIES WITH OR WITHOUT SERVICE
EXTENDED PRICE: §.
(ESTIMATED DOLLAR VALUE AT DISCOUNTED PRICES)
comments
TOTAL GROUP 1-5 PRICE. 5.
The bidder should complete the following information for each Group bid.
GROUP I-S PRICE LIST IS IN THE FOLLOWING FORMAT:
Reference Number year
Hard copy
Floppy Dake
© ROM
OTHER
Website Reference
Specsication: 82-92950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 131 of 279
UNTITLED-140
Proposal
SPEC NUMBER: 829295042
GROUP NAME: I-6 TESCO ABRIAL LIFTS
BID ESTIMATED UNIT OF
LINE comonrry QUANTITY MEASURE UNIT PRICE EXTENDED PRICE
0299 929-98-28-010 220 m 5, 8
SERVICE AND REPAIR FOR AERIAL LIFTS, TESCO
TABOR TO REPAIR IN CITY SHOP
omens:
0200 929-98-18-020 Fer) ms, 8
SERVICE AND REPAIR FOR AERIAL LIFTS, TESCO
LABOR TO REPAIR IN CONTRACTOR SHOP
commen
DISCOUNT OFF
BD ESTIMATED CATALOG (CATALOG
LINE COMMODITY «DOLLAR VALUE «CATALOG # «== DATE (PERCENTAGE)
0202 $29-98-18-000 _ $20,000.00
PARTS & ACCESSORIES WITH OR WITHOUT SERVICE
EXTENDED PRICE:
(ESTIMATED DOLLAR VALUE AT DISCOUNTED PRICES)
TOTAL GROUP I-6 PRICE: §,
The bidder should complete the following anformation for each Group bid.
GROUP 1-6 PRICE LIST IS IN THE FOLLOWING FORMAT:
Reference Number Year
lard Copy
Floppy Disk
cD ROM
OTHER
Website Reference:
Specification: 82-92950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 132 of 279
UNTITLED-141
SPEC NUMBER: 529295042
GROUP NAME: 1-7 AUTOCAR TRUCKS
BD ESTIMATED UNIT OF
LINE ‘commoorTy QUANTITY MEASURE UNIT PRICE EXTENDED PRICE
0202 929-98-43-010 220 aR B
SERVICE AND REPAIR FOR TRUCKS, AUTOCAR
LABOR TO REPAIR IN CITY SHOP
commen
0203 929-98-43-020 a0 aR .
SERVICE AND REPAIR FOR TRUCKS, AUTOCAR
LABOR TO REPAIR IN CONTRACTOR SHOP
comments
DISCOUNT OFF
BID ESTIMATED ‘CATALOG CATALOG.
LINE COMMODITY «DOLLAR VALUE «CATALOG # DATE. (PERCENTAGE)
0204 929-98-43-000 $20,000.00
PARTS & ACCESSORIES WITH OR WITHOUT SERVICE
EXTENDED PRICE: a
(ESTIMATED DOLLAR VALUE AT DISCOUNTED PRICES)
comments
TOTAL GROUP 1-7 PRICE: §,
Tae bidder should complete the following information for each Group bid.
GROUP 1-7 PRICE LIST IS IN THE FOLLOWING FORMAT:
Reference Nunber Year
Hara copy
Floppy Disk
> Rom
onze
Website Reference:
‘Specification 82-82950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 133 of 279
UNTITLED-142
Proposal ~
SPEC NUMBER: 829295042
GROUP NAME: J-1 AUSTIN-WESTERN SHOP CRANES
BID ESTIMATED UNIT OF
LINE comoprry QUANTITY MEASURE UNIT PRICE EXTENDED PRICE
0205 929-98-68-010 a0 mS. 8,
SERVICE AND REPAIR FOR SHOP CRANES, AUSTIN-WESTERN
LABOR TO REPAIR IN CITY SHOP
commenrs :
0206 929-99-69-020 210 aR
SERVICE AND REPAIR FOR SHOP CRANES, AUSTIN-WESTERN
LABOR TO REPAIR IN CONTRACTOR SHOP
commen
MARK-UP_FROM
BID ESTIMATED: cATALOS cost
LINE COMMODITY «DOLLAR VALUE CATALOG # (DATE. (PERCENTAGE)
0207 $29-99-69-000 _§20, 000.00
PARTS & ACCESSORIES WITH OR WITHOUT SERVICE
EXTENDED PRICE: §
coments
TOTAL GROUP J-1 PRICE: §,
The bidder should complete the follow:ng information for each Group bid.
GROUP J-2 PRICE LIST IS IN THE FOLLOWING FORMAT.
Reference Number Year
Hara Copy
Floppy Disk
cD ROM
OTHER
Websate Reference:
‘Specification 82-92950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 134 of 279
UNTITLED-143,
Proposal °
SPEC NUMBER: 529295042
GROUP NAME: J-2 CENTURY TOW TRUCKS
BID ESTIMATED UNIT OF
LINE comonrry QUANTITY MEASURE UNIT PRICE EXTENDED PRICE
0208 929-98-45-010 a0 mR
SERVICE AND REPAIR FOR TOW TRUCKS, CENTURY
LABOR TO REPAIR IN CITY SHOP
COMMENTS:
0208 929-98-45-020 220 ms, A
SERVICE AND REPAIR FOR TOW TRUCKS, CENTURY
LABOR TO REPAIR IN CONTRACTOR SHOP
coments
MARK-UP_FROM,
Bip ESTIMATED CATALOG cost
LINE COMMODITY «DOLLAR VALUE «CATALOG # == ‘DATE (PERCENTAGE)
0210 929-98-45-000 $20,000.00
PARTS & ACCESSORIES WITH OR WITHOUT SERVICE
EXTENDED PRICE: §,
commen
‘TOTAL GROUP J-2. PRICE:
The bidder should complete the following information for each Group bid.
GROUP J-2 PRICE LIST IS IN THE FOLLOWING FORMAT:
Reference Nunber Year
Hard Copy
Floppy Disk
© ROM
OTHER
Website Reference
Specification. 82-92950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 135 of 279
UNTITLED-144
Proposal
SPEC NUMBER: 529295042
3-3 JOHN DEERE TRACTORS AND INDUSTRIAL ENGINES
ESTIMATED UNIT OF
comorTy QUANTITY MEASURE UNIT PRICE EXTENDED PRICE
ozaa 929-99-93-010 a0 ms. B
SERVICE AND REPAIR FOR TRACTORS AND INDUSTRIAL ENGINES, JOHN DEERE
LABOR TO REPAIR IN CITY SHOP
COMMENTS
ozaz 929-99-93-020 320 ms. $.
SERVICE AND REPAIR FOR TRACTORS AND INDUSTRIAL ENGINES, SOHN DEERE
LABOR TO REPAIR IN CONTRACTOR SHOP
coments
MARK-UP_FROM
Bip ESTIMATED ‘cATALOG cost
LINE commoprTy «DOLLAR VALUE «CATALOG # = DATE. (PERCENTAGE)
0223 929-99-83-000 $20,000.00
PARTS & ACCESSORIES WITH OR WITHOUT SERVICE
EXTENDED PRICE: §.
comenrs:
TOTAL GROUP J-3 PRICE: §.
‘The bidder should complete che following
formatien for each Group bid.
GROUP J-3 PRICE LIST IS IN THE FOLLOWING FORMAT.
Reference Number year
Hard Copy
Floppy Disk
cD ROM
OTHER
Website Reference:
‘Specification: 82-92950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 136 of 279
UNTITLED-145,
Proposal ~
SPEC MMBER: 529295042
GROUP NAME: 3-4 REX ROTH HYDRAULIC PONPS
BID ESTIMATED UNIT OF
LINE comonrTY QUANTITY MEASURE UNIT PRICE EXTENDED PRICE
0234 936-99-10-010 220 ms.
SERVICE AND REPAIR FOR HYDRAULIC PUMPS, REXROTH
LABOR TO REPAIR IN CITY SHOP
comments
0215 936-98-10-020 Fen mS, %.
SERVICE AND REPAIR FOR HYDRAULIC PUMPS, REXROTH
LABOR TO REPAIR IN CONTRACTOR SHOP
commen:
DISCOUNT OFF
BID ESTIMATED cATALOS CATALOG
LINE COMMODITY «DOLLAR VALUE «CATALOG @ = ‘DATE (PERCENTAGE)
0216 $36-99-10-000 $20,000.00
PARTS & ACCESSORIES WITH OR WITHOUT SERVICE
EXTENDED PRICE;
(ESTIMATED DOLLAR VALUE AT DISCOUNTED FRICEST
COMMENTS:
TOTAL GROUP 5-4 PRICE. §,
The bidder should complete the following information for each Group bid.
GROUP J-4 PRICE LIST IS IN THE FOLLOWING FORMAT.
Year
Hard Copy
Floppy Disk
cD ROM
OTHER
Website Referenc
‘Specification. 82-82950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 137 of 279
~ UNTITLED-146
Proposal
‘SPEC NUMBER: 529295042
GROUP NAME: J-5 WANCO LIGHT WAGONS
BID ESTIMATED UNIT OF
LINE ‘comonrTy QUANTITY MEASURE UNIT PRICE EXTENDED PRICE
0217 929-98-21-010 220 mS. A
SERVICE AND REPAIR FOR LIGHT WAGONS, WANCO
LABOR TO REPAIR IN CITY SHOP
commen
o2a8 929-98-21-020 220 mS. s.
SERVICE AND REPAIR FOR LIGHT WAGONS, WANCO
LABOR TO REPAIR IN CONTRACTOR SHOP
COMMENTS
Drscour OFF
BxD ESTIMATED caTALos ‘CATALOG
LINE COMMODITY «DOLLAR VALUE CATALOG # == DATE (PERCENTAGE)
0239 $29-98-21-000 $20,000.00
PARTS & ACCESSORIES WITH OR WITHOUT SERVICE
EXTENDED PRICE: $. —
(ESTIMATED DOLLAR VALUE AT DISCOUNTED PRICES)
comments.
TOTAL GROUP J-SPRICE: §,
‘The bidder should complete the following information for each Group bid.
GROUP J-5 PRICE LIST IS IN THE FOLLOWING FORMAT:
Reference Number Year
Hard copy
Floppy Disk
cD ROM
OTHER
Website Reference
‘Specification’ 82-92950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 138 of 279,
UNTITLED-147
Proposal ~
SPEC NUMBER: 525295062
(GROUP NAME: 3-6 TIME-VERSALIFT AERIAL TOWERS
arD ESTIMATED UNIT OF
LINE ‘comoprTy QUANTITY MEASURE UNIT PRICE EXTENDED PRICE
0220 929-98-39-010 210 ms,
SERVICE AND REPAIR FOR AERIAL TOWERS, TINE-VERSALIFT
LABOR TO REPAIR IN CITY SHOP
commenTs
0222 929-98-39-020 210 ms, s.
SERVICE AND REPAIR FOR AERIAL TOWERS, TINE-VERSALIFT
LABOR TO REPAIR IN CONTRACTOR SHOP
comeanrs
DISCOUNT OFF
BID ESTIMATED caTALos CATALOG
LINE COMMODITY «DOLLAR VALUE CATALOG # «DATE, (PERCENTAGE)
0222 929-98-39-000 $20,000.00
PARTS & ACCESSORIES WITH OR WITHOUT SERVICE
EXTENDED PRICE: §.
(ESTIMATED DOLLAR VALUE AT DISCOUNTED PRICES)
TOTAL GROUP J-6 PRICE: §,
‘The bidder should complete the followang information for each Group bid.
GROUP J-6 PRICE LIST IS IN THE FOLLOWING FORMAT
Reference Number Year
Hard copy
Floppy Disk
© ROM
OTHER
Website Reference:
Spectication’ 82-92950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 139 of 279,
“UNTITLED-148
Proposal ~
‘SPEC NUMBER: 529295042
‘GROUP NAME: J-7 COLEMAN GENERATORS
BID ESTIMATED UNIT OF
LINE comoorTy QUANTITY MEASURE UNIT PRICE EXTENDED PRICE
0223 936-39-10-010 no mR
SERVICE AND REPAIR POR GENERATORS, COLEMAN
LABOR TO REPAIR IN CITY SHOP
comments.
0224 936-39-10-020 no ms, 5
SERVICE AND REPAIR FOR GENERATORS, COLEMAN ————.
LABOR TO REPAIR IN CONTRACTORS SHOP
comments
DISCOUNT OFF
BD ESTIMATED caTaLos ‘CATALOG
LINE COMMODITY «DOLLAR VALUE «CATALOG # = DATE (PERCENTAGE)
0225 936-39-10-000 $20,000.00
PARTS & ACCESSORIES WITH OR WITHOUT SERVICE
EXTENDED PRICE: §.
(ESTIMATED DOLLAR VALUE AT DISCOUNTED PRICES)
comments
TOTAL GROUP J-7PRICE:
The bidder should complete the following information for each Group bid.
GROUP 3-7 PRICE LIST IS IN THE FOLLOWING FORMAT:
Reference Number year
ward copy
Floppy Disk
© Rom
onHER
Website Reference
‘Spectication: 82-92950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 140 of 279
UNTITLED-149
Proposal
SPEC NUMBER: 829295042
GROUP NAME: K-1 AUTO-CRANE TRUCK MOUNTED CRANES
BID ESTIMATED UNIT OF
LINE ‘conmronzTY QUANTITY MEASURE UNIT PRICE EXTENDED PRICE
0226 929-98-87-010 210 mg.
SERVICE AND REPAIR FOR TRUCK MOUNTED CRANES, AUTO-CRANE
LABOR TO REPAIR IN CITY SHOP
COMMENTS
0227 929-99-87-020 210 mR, 5
SERVICE AND REPAIR FOR TRUCK MOUNTED CRANES, AUTO-CRANE
LABOR TO REPAIR IN CONTRACTOR SHOP
commen
MARK-UP_FROM.
BID ESTIMATED CATALOG ‘cost
LINE COMMODITY “DOLLAR VALUE «CATALOG # DATE. (PERCENTAGE)
0228 929-99-87-000 _ $20,000.00
PARTS & ACCESSORIES WITH OR WITHOUT SERVICE
EXTENDED PRICE: §,
comments
TOTAL GROUP K-1 PRICI
‘The bidder should complete the following anformation for each Group bid.
GROUP K-1 PRICE LIST IS IN THE FOLLOWING FORMAT:
Reference Nunbe: year
Hare Copy
Floppy Disk
cD ROM
OTHER
Websste Reference
Specification B2-92950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 141 of 279,
UNTITLED-150
Proposal ~
SPEC NUMBER: 829295042
GROUP NAME: K-2 DYNAHOE CONSTRUCTION EQUIPMENT
BD ESTIMATED UNIT OF
LINE ‘commoDITY QUANTITY MEASURE UNIT PRICE EXTENDED PRICE
0229 929-98-55-010 10 aR
SERVICE AND REPAIR FOR LOADERS/EXCAVATORS, DYNAHOE
LABOR TO REPAIR IN CITY SHOP
comments
0230 929-98-55-020 220 ms, B
SERVICE AND REPAIR FOR LOADERS/EXCAVATORS, DYNAHOE
LABOR TO REPAIR IN CONTRACTOR SHOP
comune
MARK-UP_FROM
BrD ESTIMATED caTALOS ‘cost
LINE COMMODITY «DOLLAR VALUE CATALOG # «== DATE (PERCENTAGE)
0231, 928-99-55-000 __§20,000.00
PARTS & ACCESSORIES WITH OR WITHOUT SERVICE
EXTENDED PRICE: §.
commen
TOTAL GROUP K-2 PRICE: §,
The bidder should complete the following information for each Group bid.
GROUP K-2 PRICE LIST IS IN THE FOLLOWING FORMAT:
Reference Nunber
Hard copy
Floppy Dask
cD ROM
OTHER
Website Reference:
Specification. 82-92950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 142 of 279
UNTITLED-151
Proposal ~
SPEC NUMBER: 829295062
GROUP NAME: K-3 JOHNSTON STREET SWEEPERS
BID ESTIMATED UNIT OF
LINE commonrry QUANTITY MEASURE UNIT PRICE EXTENDED PRICE
0232 929-99-80-010 120 aR s.
SERVICE AND REPAIR FOR STREET SWEEPERS, JOHNSTON
LABOR TO REPAIR IN CITY SHOP
COMERS:
0233 929-99-80-020 320 moss.
SERVICE AND REPAIR FOR STREET SWEEPERS, JOHNSTON
LABOR TO REPAIR IN CONTRACTOR SHOP
commen
MARK-UP_FROM,
rp ESTIMATED CATALOG cost
LINE COMMODITY «DOLLAR VALUE CATALOG # DATE. (PERCENTAGE)
0234 $29-99-80-000 $20,000.00
PARTS & ACCESSORIES WITH OR WITHOUT SERVICE
EXTENDED PRICE: §,
commer -
TOTAL GROUP K-3 PRICE: §,
The bidder should complete the following information for each Group bid.
GROUP K-3 PRICE LIST IS IN THE FOLLOWING FORMAT
Reference Munber
Hard copy
Floppy Disk
cD ROM
OTHER
Website Reference:
‘Specification: 2-92950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 143 of 279
UNTITLED-152
Proposal °
SPRC WOMBER: 829295042
GROUP WOME: K-4 ROGGERINT ENGINES
BID ESTIMATED UNIT OF
LINE comonrry QUANTITY MEASURE UNIT PRICE EXTENDED PRICE
0235 929-98-29-010 no mS. ,
SERVICE AND REPAIR FOR ENGINES, RUGGERINT
LABOR TO REPAIR IN CITY SHOP
coments
0236 929-99-29-020 Frey aR
SERVICE AND REPAIR FOR ENGINES, RUGGERINI
LABOR TO REPAIR IN CONTRACTOR SHOP
Commer
Discourr oFF
BID ESTIMATED CATALOG CATALOG
LINE COMMODITY «DOLLAR VALUE «CATALOG # == DATE (PERCENTAGE)
0237 $28-99-29-000 $20,000.00
PARTS & ACCESSORIES WITH OR WITHOUT SERVICE
EXTENDED PRICE:
(ESTIMATED DOLLAR VALUE AT DISCOUNTED PRICES)
COMMENTS
TOTAL GROUP K-4 PRICE: §,
The bidder should complete the following information for each Group bid.
GROUP K-4 PRICE LIST IS IN THE FOLLOWING FORMAT:
Reference Number Year
Hard copy
Floppy Disk
cD ROM
OTHER
Website Reference:
‘Specification: 82-92950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 144 of 279
UNTITLED-153
Proposal =~
‘SPEC NUMBER: 829295042
GROUP NAME: K-5 CONTAM-AWAY SODA BLASTERS
BID ESTIMATED UNIT OF
LINE commonrry QUANTITY MEASURE UNIT PRICE EXTENDED PRICE
0238 929-98-60-010 ao mS.
SERVICE AND REPAIR FOR SODA BLASTERS, CONTAM-ANAY
LABOR TO REPAIR IN CITY SHOP
COMMENTS:
0238 929-98-60-020 Fer) mS, .
SERVICE AND REPAIR FOR SODA BLASTERS, CONTAM-AWAY
LABOR TO REPAIR IN CONTRACTOR SHOP
comments
DISCOUNT OFF
BID ESTIMATED CATALOG CATALOG
EINE COMMODITY «DOLLAR VALUE «CATALOG # «DATE. (PERCENTAGE)
0240 929-98-60-000 $20,000.00
PARTS & ACCESSORIES WITH OR WITHOUT SERVICE
EXTENDED PRICE: $.
(ESTIMATED DOLLAR VALUE AT DISCOUNTED PRICES)
COMMENTS -
TOTAL GROUP K-SPRICE: §,
‘The bidder should complete the following information for each Group bid.
GROUP K-5 PRICE LIST IS IN THE FOLLOWING FORMAT:
Reference Number Year
Hard copy
Floppy Disk
cD ROM
OTHER
Website Reference
Spectication’ 82-92950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 145 of 279
UNTITLED-154
Proposal ~
SPEC NUMBER: 825295042
GROUP NAME: K-6 UPRIGHT AERIAL EQUIPMENT
BID ESTIMATED UNIT OF
LINE, comonrTy QUANTITY MEASURE UNIT PRICE EXTENDED PRICE
ozan 929-98-14-010 ano mg, 8.
SERVICE AND REPAIR FOR AERIAL BUCKETS, UPRIGHT
LABOR TO REPAIR IN CITY SHOP
comments
0242 929-98-14-020 ano ms, s
SERVICE AND REPAIR FOR AERIAL BUCKETS, UPRIGHT —————
LABOR TO REPAIR IN CONTRACTOR SHOP
commen
DISCOUNT OFF
xD ESTIMATED caraLos ‘CATALOG
LINE COMMODITY «DOLLAR VALUE «CATALOG # «DATE (PERCENTAGE)
0243 928-98-14-000 $20,000.00
PARTS & ACCESSORIES WITH OR WITHOUT SERVICE
EXTENDED PRICE: 5,
(ESTIMATED DOLLAR VAEUE AT DISCOUNTED PRICES)
OMENS +
TOTAL GROUP K-6 PRICE: §,
The bidder should complete the following information for each Group bid.
GROUP K-6 PRICE LIST IS IN THE FOLLOWING FORMAT:
Reference Nunber
ward Copy
Floppy Disk
cD ROM
OTHER
Website Reference:
Specification: 82-92950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 146 of 279
UNTITLED-155,
Proposal ~
SPEC NUMBER: 529295042
GROUP NAME: K-7 DABWOO LOADERS /GRADERS
BID ESTIMATED UNIT OF
LINE commonrry QUANTITY MEASURE UNIT PRICE EXTENDED PRICE
0246 929-38-42-010 no ms,
SERVICE AND REPAIR FOR LOADERS/GRADERS, DABNOO
LABOR TO REPAIR IN CITY SHOP
COMMENTS
024s 929-98-42-020 ano ms, A
SERVICE AND REPAIR FOR LOADERS/GRADERS, DABWOO
LABOR TO REPAIR IN CONTRACTOR SHOP
comers :
DISCOUNT OFF
BID ESTIMATED cATALOG ‘CATALOG
LINE COMMODITY «DOLLAR VALUE «CATALOG # «= DATE, (PERCENTAGE)
0246 929-982-000 $20,000.00
PARTS & ACCESSORIES WITH OR WITHOUT SERVICE
EXTENDED PRICE: $,
(ESTIMATED DOLLAR VALUE AT DISCOUNTED PRICES)
TOTAL GROUP K-7 PRICE:
The bidder should complete the followang information for each Group bid.
GROUP K-7 PRICE LIST IS IN THE FOLLOWING FORMAT.
Reference Number Year
Hard Copy
Floppy Disk
cD ROM
oTuER
Website Reference:
‘Speaificabon. 82-92950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 147 of 279,
UNTITLED-156
Proposal ~
‘SPEC NUMBER: 829295042
GROUP NAME: L-1 BADGER EXCAVATORS
BID ESTIMATED UNIT OF
LINE comorTy QUANTITY MEASURE UNIT PRICE EXTENDED PRICE
0247 929-99-32-010 310 mR OS. 8
SERVICE AND REPAIR FOR EXCAVATORS, BADGER
‘LABOR TO REPAIR IN CITY SHOP
COMMENTS
czas 929-99-32-020 no mS, 6
SERVICE AND REPAIR FOR EXCAVATORS, BADGER
LABOR TO REPAIR IN CONTRACTOR SHOP
connate
MARK-UP_FROM
21D ESTIMATED caTALOG cost
LINE COMMODITY «DOLLAR VALUE CATALOG #=—‘DATE (PERCENTAGE)
0249 929-99-32-000 $20,000.00
PARTS & ACCESSORIES WITH OR WITHOUT SERVICE
‘EXTENDED PRICE:
comnenrs:
‘TOTAL GROUP L-t PRICE: §,
The bidder should complete the following information for each Group bid.
GROUP L-1 PRICE LIST IS IN THE FOLLOWING FORMAT:
Reference Number Year
Hard Copy
Floppy Disk
cD ROM
OTHER
Website Reference:
Specification: 82-92950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 148 of 279,
UNTITLED-157
Proposal >
SPEC MUMBER: 829295042
GROUP NAME: L-2 EAGER BEAVER RECYCLING BODIES
BID ESTIMATED UNIT OF
LINE comoorry QUANTITY MEASURE UNIT PRICE EXTENDED PRICE
0250 929-98-23-010 ano ms, 8
SERVICE AND REPAIR FOR RECYCLING BODIES, EAGER BEAVER
LABOR TO REPAIR IN CITY SHOP
COMMENTS :
0251 929-98-23-020 no ms, s
SERVICE AND REPAIR FOR RECYCLING BODIES, EAGER BEAVER
LABOR TO REPAIR IN CONTRACTOR SHOP
comments
MARK-UP_FROM
BID ESTIMATED caraLos cost
LINE COMMODITY «DOLLAR VALUE «CATALOG # DATE, (PERCENTAGE)
0252 929-98-23-000 $20,000.00
PARTS & ACCESSORIES WITH OR WITHOUT SERVICE
EXTENDED PRICE: ¢.
comENTS
TOTAL GROUP L-2 PRICE: §.
The bidder should complete the following information for each Group bid.
GROUP L-2 PRICE LIST IS IN THE FOLLOWING FORMAT:
Reference Number year
Hard Copy
Floppy Disk
© ROM
oTHER
Website Reference:
‘Specification: 82-92950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 149 of 279
UNTITLED-158
Proposal ~
SPEC MOMBER: 229295042
GROUP NAME: L-2 FAMATTSU DRESSER FRONT EXD LOADERS
BID ESTIMATED UNIT OF
LINE comonrry QUANTITY MEASURE UNIT PRICE EXTENDED PRICE
0253 929-99-43-010 325 ms. 8.
‘SERVICE AND REPAIR FOR FRONT END LOADERS, FAMATSU-DRESSER
LABOR TO REPAIR IN CITY SHOP
commen
o2se 929-99-43-020 225 ms. 8.
SERVICE AND REPAIR FOR FRONT END LOADERS, KAMATSU-DRESSER
LABOR TO REPAIR IN CONTRACTOR SHOP
comanrs:
MARK-UP_FROM
BID ESTIMATED carALos cost
LINE commobrTY «DOLLAR VALUE CATALOG # ©=—=DATE (PERCENTAGE)
0255 929-99-43-000 $20,000.00
PARTS & ACCESSORIES WITH OR RITHOUT SERVICE
EXTENDED PRICE:
comers :
‘TOTAL GROUP 1-3 PRICE: §.
The badder should complete the following information for each Group bid.
GROUP L-3 PRICE LIST IS IN THE FOLLOWING FORMAT:
Reference Number Year
Hard copy
Floppy Disk
cD ROM
OTHER
Website Reference:
Specification 82-92950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 150 of 279
UNTITLED-159
Proposal ~
SPEC MUMBER: 525295042
GROUP NAME: 1-4 DITCHWITCH DIRECTIONAL BORING MACHINES
BID ESTIMATED UNIT OF
LINE comoorTy QUANTITY MEASURE UNIT PRICE EXTENDED PRICE
0256 929-98-61-010 a0 ms,
SERVICE AND REPAIR FOR DIRECTIONAL BORING MACHINES, DITCHWITCH
LABOR TO REPAIR IN CITY SHOP
COMMENTS
0257 929-98-62-020 310 ms, s
SERVICE AND REPAIR FOR DIRECTIONAL BORING MACHINES, DYTCHMTTGH
LABOR TO REPAIR IN CONTRACTOR SHOP
commnrrs
‘MARK-UP_FROM
BID ESTIMATED caTALeG ‘cost.
LINE COMMODITY «DOLLAR VALUE «CATALOG. # DATE. (PERCENTAGE)
0258 $28-98-61-000 $20,000.00
PARTS & ACCESSORIES WITH OR WITHOUT SERVICE
EXTENDED PRICE: §,
coments
TOTAL GROUP L-4 PRICE:
The bidder should complete the following information for each Group bid.
GROUP L-4 PRICE LIST IS IN THE FOLLOWING FORMAT
Reference Number year
Hard copy
Floppy Disk
co Rom
OTHER
Website Reference
Speaiication. 82-92950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 151 of 279
UNTITLED-160
‘SPEC NUMBER: 529285042
GROUP NAME: L-5 WENGER TRAILERS
BID ESTIMATED UNIT OF
LINE comroozTy QUANTITY MEASURE UNIT PRICE EXTENDED PRICE
0259 929-98-34-010 210 im 8
SERVICE AND REPAIR FOR TRAILERS, WENGER
LABOR TO REPAIR IN CITY SHOP
COMMENTS
0260 929-98-34-020 a10 mS. 5
SERVICE AND REPAIR FOR TRAILERS, WENGER
LABOR TO REPAIR IN CONTRACTOR SHOP
comms:
DISCOUNT OFF
BID ESTIMATED caraLos ‘CATALOG
LINE COMMODITY «DOLLAR VALUE «CATALOG # «= DATE. (PERCENTAGE)
0262, 929-98-34-000 $20,000.00
PARTS & ACCESSORIES WITH OR WITHOUT SERVICE
EXTENDED PRICE: $.
(ESTIMATED DOLLAR VALUE AT DISCOUNTED PRICES)
COMMENTS
TOTAL GROUP L-S PRICE:
The bidder should complete the following information for each Croup bid.
GROUP L-5 PRICE LIST IS IN THE FOLLOWING FORMAT:
Reference Number Year
Hard copy
Floppy Disk
cD ROM
oTHER
Website Reference
‘Specification: 82-92950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 152 of 279
UNTITLED-161
Proposal ~
SPEC NUMBER: 829295062
GROUP NAME: L-6 DODGE TRUCKS
BID ESTIMATED UNIT OF
LINE comonrry QUANTITY MEASURE UNIT PRICE EXTENDED PRICE
0262 46-020 320 mR .
SERVICE AND REPAIR FOR TRUCKS, DODGE
LABOR TO REPAIR IN CITY SHOP
COMMENTS :
0263 929-98-46-020 100 mS, 3
SERVICE AND REPAIR FOR TRUCKS, DODGE
LABOR TO REPAIR IN CONTRACTOR SHOP
commENTS
DISCOUNT OFF
BID ESTIMATED (CATALOG CATALOG
LINE COMMODITY «DOLLAR VALUE «CATALOG # DATE, (PERCENTAGE)
0264 929-98-46-000 _ $20,000.00
PARTS & ACCESSORIES WITH OR WITHOUT SERVICE
EXTENDED PRICE: §, _
(ESTIMATED DOLLAR VALUE AT DISCOUNTED PRICES)
comments:
TOTAL GROUP L-6 PRICE: 5.
The bidder should complete the following information for each Group bid.
GROUP L-6 PRICE LIST IS IN THE FOLLOWING FORMAT
Reference Nunber year
Hard copy
Floppy Disk
cD ROM
orHeR
Website Re!
Specification 82-82950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 153 of 279
UNTITLED-162
Proposal =~
SPEC NUMBER: 829295067
GROUP MAME: 1-7 ENERGY ABSORTION SYSTEMS ATTENUATORS
BID ESTIMATED UNIT OF
LINE comoorTy QUANTITY MEASURE UNIT PRICE EXTENDED PRICE
026s a0 mg.
SERVICE AND REPAIR FOR ATTENUATORS, ENERGY ABSORTION SYSTEM
LABOR TO REPAIR IN CITY SHOP
CommENTS
o26s 929-98-70-020 210 mR os. 8.
SERVICE AND REPAIR FOR ATTENUATORS, ENERGY ABSORTION SYSTEM
LABOR TO REPAIR IN CONTRACTOR SHOP
commen
DISCOUNT OFF
BD ESTIMATED caTaLos CATALOG
LINE COMMODITY «DOLLAR VALUE «CATALOG # DATE. (PERCENTAGE)
0267 928-98-70-000 _ $20,000.00
PARTS & ACCESSORIES WITH OR WITHOUT SERVICE
EXTENDED PRICE: $,
(ESTIMATED DOLLAR VALUE AY DISCOUNTED PRICES)
comeanrs
TOTAL GROUP L-7 PRICE: 5,
The bidder should complete the following information for each Group bid.
GROUP L-7 PRICE LIST IS IN THE FOLLOWING FORMAT:
Reference Nunber Year
Hard copy
Floppy Disk
cD ROM
OTHER
Website Reference:
Specification: 82-92950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 154 of 279,
UNTITLED-163
Proposal ~
SPEC NUMBER: 829295042
GROUP NAME: M-1 BINKS PAINTING EQUIPMENT
BD ESTIMATED UNIT OF
LINE commonrTy QUANTITY MEASURE UNIT PRICE EXTENDED PRICE
0268 934-99-05-010 220 mg. B
SERVICE AND REPAIR FOR PAINT EQUIPMENT, BINKS
LABOR TO REPAIR IN CITY SHOP
coments
026s 934-99-05-020 Fe) mg. 5,
SERVICE AND REPAIR FOR PAINT EQUIPMENT, BINKS
LABOR TO REPAIR IN CONTRACTOR SHOP
commenters
MARK-UP_FROM
BID ESTIMATED CATALOG cost
EINE COMMODITY «DOLLAR VALUE «CATALOG # DATE, (PERCENTAGE)
0270 934-99-05-000 $20,000.00
PARTS & ACCESSORIES WITH OR WITHOUT SERVICE
EXTENDED PRICE: §.
commer
TOTAL GROUP M-2 PRICE
The bidder should complete the following information for each Group bid.
GROUP M-1 PRICE LIST I IN THE FOLLOWING FORMAT
Reference Number Year
copy
Floppy Disk
> ROM
OTHER
Website Reference
Specification: 82-92950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 155 of 279
UNTITLED-164
Proposal ~
‘SPEC MOMBER: 529295042
GROUP NAME: M-2 EAGLE LIFT LIFT GATES
BID ESTIMATED UNIT OF
LINE comonrry QUANTITY MEASURE UNIT PRICE EXTENDED PRICE
e272 936-99-13-010 Fry mg. 8.
SERVICE AND REPAIR FOR LIFT GATES, EAGLE LIFT
LABOR TO REPAIR IN CITY SHOP
commen:
0272 936-99-13-020 Fer
Szavxce amo AdpAiR FOR LIFT GATES, EAGLE LIFT
LABOR TO REPAIR IN CONTRACTOR SHOP
Commer
MARK-UP_ FROM
arp ESTIMATED ‘cATALOS cost
LINE COMMODITY «DOLLAR VALUE «CATALOG # = DATE (PERCENTAGE)
0273 936-99-13-000 __ $20,000.00
PARTS & ACCESSORIES WITH OR WITHOUT SERVICE
EXTENDED PRICE: §.
commenters
TOTAL GROUP M-2 PRICE: §,
The bidder should complete the following information for each Group bid.
GROUP M-2 PRICE LIST IS IN THE FOLLOWING FORMAT:
Reference Numbe: year
Hard copy
Floppy Disk
> ROM
OTHER
Website Reference
‘Specitication: 82-92950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 156 of 279
UNTITLED-165
Proposal =~
SPEC MOMBER: 529295042
GROUP NAME: M-3 KENT HYDRAULIC BREAKERS
BID ESTIMATED UNIT OF
LINE comonrry QUANTITY MEASURE UNIT PRICE EXTENDED PRICE
027% 936-99-09-020 uo m
SERVICE AND REPAIR FOR HYDRAULIC BREAKERS, KENT
LABOR TO REPAIR IN CITY SHOP
commenrs
0275 936-99-09-020 320 mR 5, s
SERVICE AND REPAIR FOR HYDRAULIC BREAKERS, KENT
LABOR TO REPAIR IN CONTRACTOR SHOP
commen
MARK-UP_FROM
BID ESTIMATED CATALOG ‘cost
LINE COMMODITY «DOLLAR VALUE «CATALOG #@ = ‘DATE (PERCENTAGE)
0276 936-99-09-000 $20,000.00
PARTS & ACCESSORIES WITH OR WITHOUT SERVICE
EXTENDED PRICE:
commen:
TOTAL GROUP M-3 PRICE: §,
The bidder should complete the followang information for each Group bid.
GROUP M-3 PRICE LIST IS IN THE FOLLOWING FORMAT:
Reference Number Year
hard copy
Floppy Disk
cD ROM
OTHER
Website Reference
Specification, 82-92950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 157 of 279,
UNTITLED-166
Proposal =~
SPEC NUMBER: 529295042
GROUP NAME: M-4 SAAB FRICTION TESTERS
21D ESTIMATED UNIT OF
LINE ‘common3Ty QUANTITY MEASURE UNIT PRICE EXTENDED PRICE
0277 929-99-41-010 aio im 8
SERVICE AND REPAIR FOR FRICTION TESTERS, SAAB
LABOR TO REPAIR IN CITY SHOP
commen:
o278 929-99-41-020 no mg, 8
SERVICE AND REPAIR FOR FRICTION TESTERS, SAAB
LABOR TO REPAIR IN CONTRACTOR SHOP
comments
DISCOUNT OFF
BD ESTIMATED cATALOG CATALOG
LINE COMMODITY «DOLLAR VALUE «CATALOG # «DATE. (PERCENTAGE)
0279 929-99-41-000 $20,000.00
PARTS & ACCESSORIES WITH OR WITHOUT SERVICE
EXTENDED PRICE: —
(ESTIMATED DOLLAR VALUE AT DISCOUNTED PRICES)
coments
TOTAL GROUP M-4 PRICE: 5,
The bidder should complete the following information for each Group bid.
GROUP M-4 PRICE LIST IS IN THE FOLLOWING FORMAT:
Reference Number Year
Hard copy
Floppy Disk
cD ROM
oTHER
Website Reference:
‘Specification: 82-92950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 158 of 279,
UNTITLED-167
SPEC NUMBER: 829295042
GROUP NAME: M-5 GMC TRUCKS
BID ESTIMATED UNIT OF
LINE comonrry QUANTITY MEASURE UNIT PRICE EXTENDED PRICE
0280 929-99-92-010 225 Ey
SERVICE AND REPAIR FOR TRUCKS, GMC
LABOR TO REPAIR IN CITY SHOP
COMMENTS :
zen 929-99-92-020 as mos 5.
SERVICE AND REPAIR FOR TRUCKS, GMC
LABOR TO REPAIR IN CONTRACTOR SHOP
comments
DISCOUNT OFF
BID ESTIMATED ‘cATALOG CATALOG
LINE COMMODITY «DOLLAR VALUE «CATALOG # DATE, (PERCENTAGE)
0282 $29-99-82-000 $50,000.00
PARTS & ACCESSORIES WITH OR WITHOUT SERVICE
EXTENDED PRICE: §.
(ESTIMATED DOLLAR VALUE AT DISCOUNTED PRICES)
COMMENTS
‘TOTAL GROUP M-5. PRICE:
The bidder should complete the following information for each Group bid.
GROUP M-5 PRICE LIST IS IN THE FOLLOWING FORMAT.
Reference Nunber Year
Hard Copy
Floppy Disk
© ROM
OTHER
Website Reference:
Speaiication 62-92950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 159 of 279,
UNTITLED-168
Proposal
SPEC NUMBER: 525295062
GROUP NAME: M-6 WALDON AERIAL TOWERS
BID ESTIMATED UNIT OF
LINE ‘commonzTy QUANTITY MEASURE UNIT PRICE EXTENDED PRICE
0263 929-98-16-020 320 mg, 5
SERVICE AND REPAIR FOR AERIAL BUCKETS, WALDON
LABOR TO REPAIR IN CITY SHOP
comers
0284 955-38-16-070 iro me, z
SERVICE AND REPAIR FOR AERIAL BUCKETS, MALDON
LABOR TO REPAIR IN CONTRACTOR SHOP
COMMENTS
DISCOUNT OFF
sD ESTIMATED cATALOS CATALOG
LINE COMMODITY «DOLLAR VALUE «CATALOG # DATE. (PERCENTAGE)
0285 928-98-16-000 __ $20,000.00
PARTS & ACCESSORIES WITH OR WITHOUT SERVICE
EXTENDED PRICE:
(ESTIMATED DOLLAR VALUE AT DISCOUNTED PRICES)
TOTAL GROUP M-6 PRICE: 5,
The badder should complete the following information for each Group bid.
GROUP M-6 PRICE LIST IS IN THE FOLLOWING FORMAT:
Reference Number Year
Hard Copy
Floppy Disk
> ROM
OTHER
Website Reference:
‘Specification’ 82-92950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 160 of 279
UNTITLED-169
Proposal
‘SPEC NUMBER: 529295042
GROUP NAME: M-7 GARDNER-DENVER AIR COMPRESSORS
BID ESTIMATED UNIT OF
LINE comonrry QUANTITY MEASURE UNIT PRICE EXTENDED PRICE
0286 936-08-23-010 a0 mg.
SERVICE AND REPAIR FOR AIR COMPRESSORS, GARDNER-DENVER
LABOR TO REPAIR IN CITY SHOP
comments
0287 936-08-23-020 310 mR, 5
SERVICE AND REPAIR FOR AIR COMPRESSORS, GARDNER-DENVER
LABOR TO REPAIR IN CONTRACTOR SHOP
commer
DISCOUNT OFF
ID ESTIMATED ‘cATALOS CATALOG
LINE COMMODITY «DOLLAR VALUE CATALOG # DATE, (PERCENTAGE)
0288 $36-08-23-000 $20,000.00
PARTS & ACCESSORIES WITH OR WITHOUT SERVICE
EXTENDED PRICE: $.
(ESTIMATED DOLLAR VAEUE AT DISCOUNTED PRICES)
commen
TOTAL GROUP M-7 PRICE. 5.
The bidder should complete the following information for each Group bid.
GROUP M-7 PRICE LIST IS IN THE FOLLOWING FORMAT:
Reference unber Year
Hard copy
Floppy Disk
cD ROM
OTHER
Website Reference:
‘Specification: 82-92950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 161 of 273
UNTITLED-170
Proposal ~ \
MocEpr;.-.
SPEC momen; 829295062
GROUP NAME: N-1. BLAN-IYOX PAVERS
BID ESTIMATED UNIT OF
LINE comoorTy QUANTITY MEASURE UNIT PRICE EXTENDED PRICE
0289 929-99-59-010 120 m $3 (02.5? s 1,275. =~
SERVICE AND REPAIR FOR PAVERS, BLAW-HVOX
LABOR TO REPAIR IN CITY SHOP
COMMENTS:
0290 929-89-59-020 220 m s_ 2780 s_ Lo 72s
SERVICE AND REPAIR FOR PAVERS, BLAW-RNOX
LARBOR TO REPAIR IN CONTRACTOR SHOP
voxx-0P FRO
a0 —— cmos EE
Ee comoorry Beuian'we carnzon eS? oaabSSacs)
292. 529-95-59-000 430,000.00 an. _?
Pabbe DALRSEE I wake ae sane
EXTENDED PRICE: 8. ZL, p00
cowars:
rota, Group w-2 parce: s_ 42, 200 =
The bidder should complete the following information for each Group bid.
GROUP N-1 PRICE LIST 18 IN THE FOLLOWING FORMAT:
Reference Number Year
Hard Copy
Floppy Disk
cD ROM
OTHER
Website Reference
‘Specification: 82-92950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 162 of 279
UNTITLED-171
Proposal ~
SPEC NUMBER: 525295062
GROUP NAME: N-2 ELGIN STREET SWEEPERS
BID ESTIMATED UNIT OF
LINE comonrry QUANTITY MEASURE UNIT PRICE EXTENDED PRICE
0282 929-99-79-010 ano RRS,
SERVICE AND REPAIR FOR STREET SWEEPERS, ELGIN
LABOR TO REPAIR IN CITY SHOP
COMMENTS
0293 959-99-75-020 To mS,
SERVICE AND REPAIR FOR STREET SWEEPERS, ELGIN
LABOR TO REPAIR IN CONTRACTOR SHOP
comments
MARK-UP_FROM
BID ESTIMATED ‘CATALOG ‘cost
LINE COMMODITY «DOLLAR VALUE CATALOG # DATE. (PERCENTAGE)
0294 $29-99-79-000 $20,000.00
PARTS & ACCESSORIES WITH OR WITHOUT SERVICE
EXTENDED PRICE: §.
TOTAL GROUP N-2 PRICE:
‘The bidder should complete the following znformation for each Group bad.
GROUP N-2 PRICE LIST IS IN THE FOLLOWING FORMAN
Reference Number year
Hard Copy
Floppy Disk
> Rom
omer
Website Reference _
Specification 2-92950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 163 of 279
UNTITLED-172
Proposal -
SPEC NUMBER: 529295042
GROUP NAME: N-3 KOBELCO FRONT END LOADERS
BID ESTIMATED UNIT OF
‘LINE ‘commoorTy QUANTITY MEASURE UNIT PRICE EXTENDED PRICE
0295 929-93-44-010 ano aR 8
SERVICE AND REPAIR FOR FRONT-END LOADERS, KOBELCO
LABOR TO REPAIR IN CITY SHOP
comments
0296 929-99-44-020 ano mS, B
SERVICE AND REPAIR FOR FRONT-END LOADERS, KOBELCO
LABOR TO REPAIR IN CONTRACTOR SHOP
commen
MARK-UP_FROM
BID ESTIMATED caraLos cost
LINE COMMODITY «DOLLAR VALUE CATALOG # «DATE (PERCENTAGE)
0297 929-99-44-000 $20,000.00
PARTS & ACCESSORIES WITH OR WITHOUT SERVICE
8
The bidder should complete the following information for each Group bid.
GROUP N-3 PRICE LIST IS IN THE FOLLOWING FORMAT:
Reference munber Year
Hard Copy
Floppy Disk
cD ROM
OTHER
Website Reference
‘Specification. 22-92950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 164 of 279
UNTITLED-173
Proposal ~
‘SPEC NUMBER: 529295082
GROUP NAME: N-4 SANDERS/MECO SAWS
BID ESTIMATED UNIT OF
LINE comonrry QUANTITY MEASURE UNIT PRICE EXTENDED PRICE
o298 936-99-18-010 ano mg, 5
SERVICE AND REPAIR FOR SAWS, SANDERS/MECCO
LABOR TO REPAIR IN CITY SHOP
COMMENTS +
0299 210 mR
SERVICE AND REPAIR FOR SAMS, SANDERS/MECCO
LABOR TO REPAIR IN CONTRACTOR SHOP
COMMENTS
DISCOUNT OFF
Br ESTIMATED ‘CATALOG CATALOG
LINE COMMODITY «DOLLAR VALUE «CATALOG # DATE. (PERCENTAGE)
9300 936-99-18-000 $20,000.00
PARTS & ACCESSORIES WITH OR WITHOUT SERVICE
EXTENDED PRICE: $.
(ESTIMATED DOLLAR VALUE AT DISCOUNTED PRICES)
comments:
TOTAL GROUP N-4 PRICE: §.
‘The bidder should complete the following information for each Group bid.
GROUP N-4 PRICE LIST IS IN THE FOLLOWING FORMAT:
Reference Number year
Hard copy
Floppy Disk
cD ROM
OTHER
Website Reference:
‘Specification: 82-92950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 165 of 279
UNTITLED-174
SPEC NUMBER: 529295042
GROUP NAME: N-5 ABRO-LIFT AERIAL UNITS
BID ESTIMATED UNIT OF
LINE comoprTy QUANTITY MEASURE UNIT PRICE EXTENDED PRICE
0302 928-98-01-010 220 mS, A
SERVICE AND REPAIR FOR AERIAL BUCKETS, AERO-LIFT
LABOR TO REPAIR IN CITY SHOP
commen:
0302 929-98-01-020 aio B 8
SEavrce axo REPAIR FOR AERIAL BUCKETS, AERO-LTPT
LABOR TO REPAIR IN CONTRACTOR SHOP
COMMENTS
DISCOUNT OFF
Bip ESTIMATED CATALOG CATALOG
LINE COMMODITY «DOLLAR VALUE CATALOG # DATE. (PERCENTAGE)
0303 929-98-02-000 $20,000.00
PARTS & ACCESSORIES WITH OR WITHOUT SERVICE
EXTENDED PRICE: $.
(ESTIMATED DOLLAR VALUE AT DISCOUNTED PRICES)
comments
TOTAL GROUP N-5 PRICE: §,
The bidder should complete the following information for each Group bid.
GROUP N-S PRICE LIST IS IN THE FOLLOWING FORMAT:
Reference Number Year
Hard copy
Floppy Disk
> ROM
OTHER
Website Reference:
Specification. 2-92950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 166 of 279
UNTITLED-175,
Proposal ~
SPEC NUMBER: 529295062
GROUP NAME: N-6 WIL-LIFT AERIAL EQUIPMENT
BD ESTIMATED UNIT OF
LINE comonrry QUANTITY MEASURE UNIT PRICE EXTENDED PRICE
0308 929-98-17-010 220 mR
SERVICE AND REPAIR FOR AERIAL BUCKETS, WIL-LIFT
LABOR TO REPAIR IN CITY SHOP
commenrs :
030s 929-98-17-020 220 mR
SERVICE AND REPAIR FOR AERIAL BUCKETS, WIL-LIPT
TABOR TO REPAIR IN CONTRACTOR SHOP
commen
DISCOUNT OFF
1D ESTIMATED ‘cATALOG ‘CATALOG
LINE COMMODITY «DOLLAR VALUE «CATALOG # DATE. (PERCENTAGE)
0306 929-98-17-000 $20,000.00
PARTS & ACCESSORIES WITH OR WITHOUT SERVICE
EXTENDED PRICE: §,
(ESTIMATED DOLLAR VALUE AT DISCOUNTED PRICES)
TOTAL GROUP N-6 PRICE:
The bidder should complete the following information for each Group bid.
GROUP N-6 PRICE LIST IS IN THE FOLLOWING FORMAT:
Reference Nunber Year
Hard copy
Floppy Disk
cD ROM
OTHER
Website Reference:
Specification 82-92950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 167 of 279
UNTITLED-176
Proposal -
SPEC NUMBER: 829295042
GROUP NAME: N-7 GOODALL MFG STARTING EQUIPMENT
BID ESTIMATED UNIT OF
LINE comoorTy QUANTITY MEASURE UNIT PRICE EXTENDED PRICE
0307 929-98-75-010 210 mg.
SERVICE AND REPAIR FOR STARTING EQUIPMENT, GOODALL HFS
LABOR TO REPAIR IN CITY SHOP
COMMENTS +
0308 929-98-75-020 a0 m os.
SERVICE AND REPAIR FOR STARTING EQUIPMENT, GOODALL MFG
LABOR TO REPAIR IN CONTRACTORS SHOP
comments
DISCOUNT OFF
BID ESTIMATED CATALOG CATALOG
LINE COMMODITY «DOLLAR VALUE «CATALOG # DATE, (PERCENTAGE)
0309 929-98-75-000 $20,000.00
PARTS & ACCESSORIES WITH OR KITHOUT SERVICE
EXTENDED PRICE:
(ESTIMATED DOLLAR VALUE AT DISCOUNTED PRICES)
commENTS
TOTAL GROUP N-7 PRICE:
‘The bidder should complete the following :aformation for each Group bid.
GROUP N-7 PRICE LIST IS IN THE FOLLOWING FORMAT
Reference Number Year
Hara copy
Floppy Disk
cD ROM
orwer
Website Reference:
Speeiication: 62-92950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 168 of 279,
UNTITLED-177
Proposal ~
‘SPEC NUMBER: 529295062
GROUP MAME: 0-1 BOBCAT SKID-STEER LOADERS
BID ESTIMATED UNIT OF
LINE comonrry QUANTITY MEASURE UNIT PRICE EXTENDED PRICE
0320 929-99-94-010 220 cs
SERVICE AND REPAIR FOR SKID-STEER LOADERS, BOBCAT
LABOR TO REPAIR IN CITY SHOP
commen
o3aa -020 no ER
SERVICE AND REPAIR FOR SKID-STEER LOADERS, BOBCAT
LABOR TO REPAIR IN CONTRACTOR SHOP
commen
MARK-UP_FROM
BD ESTIMATED ‘cATALOG cost
‘LINE COMMODITY DOLLAR VALUE CATALOG # «DATE. (PERCENTAGE)
0332 $29-99-94-000 _§20,000.00
PARTS & ACCESSORIES WITH OR WITHOUT SERVICE
EXTENDED PRICE: §,
commer
TOTAL GROUP 0-1 PRICE: §¢,
The bidder should complete the following information for each Group bid.
GROUP 0-2 PRICE LIST IS IN THE FOLLOWING FORMAT:
Reference Nunber year
Hard Copy
Floppy Disk
cD ROM
OTHER
Website Reference:
Specification: 82-92950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 169 of 279,
UNTITLED-178
Proposal
‘SPEC NUMBER: 329295062
GROUP NAME: 0-2 ETNYRE ASPHALT PAVERS
BID ESTIMATED UNIT OF
LINE comonrry QUANTITY MEASURE UNIT PRICE EXTENDED PRICE
0323 929-99-04-010 a0 aR s.
SERVICE AND REPAIR FOR ASPHALT PAVERS, ETNYRE
LABOR TO REPAIR IN CITY SHOP
coments
0334 929-99-04-020 220 m 5. 8.
SERVICE AND REPAIR FOR ASPHALT PAVERS, ETWYRE
LABOR TO REPAIR IN CONTRACTOR SHOP
comers
MARK-UP_FROM
BID ESTIMATED caTALOS cost
LINE COMMODITY «DOLLAR VALUE «CATALOG # DATE. (PERCENTAGE)
0315 929-99-04-000 _ $20,000.00
PARTS & ACCESSORIES WITH OR WITHOUT SERVICE
EXTENDED PRICE: ¢.
comments
TOTAL GROUP 0-2 PRICE: §,
The bidder should complete the followsng information for each Group bid.
GROUP 0-2 PRICE LIST IS IN THE FOLLOWING FORMAT.
Reference Nunber Year
Hard copy
Floppy Disk
© ROM
OTHER
Website Reference:
‘Specification 82-82950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 170 of 279
UNTITLED-179
Proposal ~
SPEC NOMBER: 829295042
GROUP NAME: 0-3 KOEHRING CONSTRUCTION BQUIPHENT
BD ESTIMATED UNIT OF
LINE comoorry QUANTITY MEASURE UNIT PRICE EXTENDED PRICE
0336 929-99-31-010 no mR
SERVICE AND REPAIR FOR EXCAVATORS, KOEHRING
LABOR TO REPAIR IN CITY SHOP
commen:
0327 929-99-31-020 Fry ms. B
SERVICE AND REPAIR FOR EXCAVATORS, KOBHRING
LABOR TO REPAIR IN CONTRACTOR SHOP
comme
MARK-UP_FROM
BID ESTIMATED caTALOG cost
LINE COMMODITY DOLLAR VALUE CATALOG # ‘DATE. (PERCENTAGE)
0318 929-99-31-000 _ $45,000.00
PARTS & ACCESSORIES WITH OR MITHOUT SERVICE
EXTENDED PRICE: §,
comeanrs:
TOTAL GROUP 0-3 PRICE: §,
The bidder should complete the following information for each Croup bid.
GROUP 0-3 PRICE LIST IS IN THE FOLLOWING FORMAT:
Reference Number Year
Hard Copy
Floppy Disk
cD ROM
OTHER
Website Reference
Speciicaton: 82-92950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 171 of 279,
UNTITLED-180
Proposal ~
SPEC NOMBER: 329295042
GROUP NAME: 0-4 HYUNDAI CONSTRUCTION EQUIPHENT
BID ESTIMATED UNIT OF
LINE comoprry QUANTITY MEASURE UNIT PRICE EXTENDED PRICE
0329 929-31-20-010 Fer) mS, §
SERVICE AND REPAIR FOR CONSTRUCTION EQUIPMENT, HYUNDAT
LABOR TO REPAIR IN CITY SHOP
commENTS
0320 929-31-20-020 ao moog.
SERVICE AND REPAIR FOR CONSTRUCTION EQUIPMENT, HYUXSAT
LABOR TO REPAIR IN CONTRACTOR SHOP
comers
VARR-OP FROM
rp ESTIMATED caTALoa cost
LINE COMMODITY «DOLLAR VALUE «CATALOG # DATE. (PERCENTAGE)
321, 929-32-20-000 _ $20, 000.00
PARTS & ACCESSORIES WITH OR WITHOUT SERVICE
EXTENDED PRICE: §.
commemnrs :
TOTAL GROUP 0-4 PRICE:
‘The bidder should complete the following information for each Group bid.
GROUP 0-4 PRICE LIST IS IN THE FOLLOWING FORMAT:
Reference Nunber year
Hard Copy
Floppy Dask
© ROM
OTHER
Website Reference; ©
‘Specification 82-92950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 172 of 279
UNTITLED-181
Proposal
SPEC NUMBER: 529295042
GROUP NAME: 0-5 ALLIS-CHALMERS FORKLIFTS
BID ESTIMATED UNIT OF
LINE commoprTy QUANTITY MEASURE UNIT PRICE EXTENDED PRICE.
0322 929-99-34-010 310 ms. 8.
SERVICE AND REPAIR FOR FORK LIFTS, ALLIS-CHALMERS
LABOR TO REPAIR IN CITY SHOP
commen
0323 929-99-34-020 Ferg mR
SERVICE AND REPAIR FOR FORK LIFTS, ALLIS-CHALMERS .
LABOR TO REPAIR IN CONTRACTOR SHOP
comers :
DISCOUNT OFF
BD ESTIMATED ‘CATALOG CATALOG
LINE comMODITY «DOLLAR VALUE «CATALOG # = DATE (PERCENTAGE)
0324 929-99-34-000 $20,000.00
PARTS & ACCESSORIES WITH OR WITHOUT SERVICE
EXTENDED PRICE:
(ESTIMATED DOLLAR VALUE AT DISCOUNTED PRICES)
comments:
TOTAL GROUP 0-5 PRICE:
The bidder should complete the following information for each Group bid.
GROUP 0-5 PRICE LIST IS IN THE FOLLOWING FORMAT:
Reference Number Year
Hard Copy
Floppy Disk
cD ROM
OTHER
Website Referens:
Specification: 82-92950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 173 of 279,
UNTITLED-182
Proposal ~
SPEC NUMBER: 829295042
GROUP NAME: 0-6 WOLLARD STAIRWAYS/LIFTS
1D ESTIMATED UNIT OF
LINE commonrry QUANTITY MEASURE UNIT PRICE EXTENDED PRICE
0325 929-99-74-010 220 ms. 8
SERVICE AND REPAIR FOR STATRWAYS/LIFTS, WOLLARD
LABOR TO REPAIR IN CITY SHOP
COMMENTS
0326 929-98-74-020 a0 mS, 8
SERVICE AND REPAIR FOR STATRWAYS/LIPTS, WOLLARD
LABOR TO REPAIR IN CONTRACTOR SHOP
commeners:
DISCOUNT OFF
1D ESTIMATED caTaLos ‘CATALOG
LINE colotobrTy «DOLLAR VALUE © CATALOG # DATE, (PERCENTAGE)
0327 929-99-74-000 $20,000.00
PARTS & ACCESSORIES WITH OR WITHOUT SERVICE
EXTENDED PRICE: $.
(ESTIMATED DOLLAR VALUE AT DISCOUNTED PRICES)
TOTAL GROUP 0-6 PRICE: 5.
The bidder should complete the following information for each Group bid.
GROUP 0-6 PRICE LIST IS IN THE FOLLOWING FORMA
Reference Number Year
Hard copy
Floppy Disk
cD ROM
orHER
Website Reference:
‘Specification 82-92950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 174 of 279
UNTITLED-183
Proposal ~
SPEC NOMBER: 829295042
GROUP NAME: 0-7 INGERSOLL-RAND AIR COMPRESSORS
BID ESTIMATED UNIT OF
LINE commoprry QUANTITY MEASURE UNIT PRICE EXTENDED PRICE
0328 936-08-24-010 ao ms. §
SERVICE AND REPAIR FOR AIR COMPRESSORS, INGERSOLL-RAND
LABOR TO REPAIR IN CITY SHOP
COMMENTS:
0329 936-08-24-020 Fer) ms. 8
SERVICE AND REPAIR FOR AIR COMPRESSORS, INGERSOLL-RAND
LABOR TO REPAIR IN CONTRACTOR SHOP
coments:
DIscouNT OFF
ID ESTIMATED caratos CATALOG
LINE COMMODITY «DOLLAR VALUE «CATALOG # = DATE. (PERCENTAGE)
0330 936-08-24-000 $20,000.00
PARTS & ACCESSORIES WITH OR WITHOUT SERVICE
EXTENDED PRICE: 5.
(ESTIMATED DOLLAR VALUE AT DISCOUNTED PRICEST
COMMENTS:
TOTAL GROUP 0-7 PRICE: §¢,
The bidder should complete the following information for each Group bid.
GROUP 0-7 PRICE LIST IS IN THE FOLLOWING FORMAT:
Reference Number Year
Hard copy
Ploppy Disk
> Rom
onHER
Website References
‘Spectication: 82-92950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 175 of 279
UNTITLED-184
Proposal
GROUP NAME: P-1 BOMAG ROLLERS /COMPACTORS
BID
LINE ‘commonrTy
0333 929-12-97-010
SERVICE AND REPAIR FOR ROLLERS/COMPACTORS, BOMAG
ESTIMATED UNIT OF
MEASURE UNIT PRICE EXTENDED PRICE
(QUANTITY
220
LABOR TO REPAIR IN CITY SHOP
commen
SPEC NUMBER:
29295042
0332 929-12-97-020
SERVICE AND REPAIR FOR ROLLERS/COMPACTORS, BOMAG
a0
LABOR TO REPAIR IN CONTRACTOR SHOP
comments
MARK-UP_FROM
Bip ESTIMATED ‘cATALOS cost
LINE COMMODITY «DOLLAR VALUE CATALOG # DATE, (PERCENTAGE)
0333 929-12-97-000 _§20,000.00
PARTS & ACCESSORIES WITH OR WITHOUT SERVICE
commenTs
EXTENDED PRICE:
TOTAL GROUP P-2 PRICE.
‘The bidder should complete the following information for each Group bid.
GROUP P-2 PRICE LIST IS IN THE FOLLOWING FORMAT:
Hard copy
Reference Nunber
year
Floppy Disk
© ROM
OTHER
Website Reference:
Specification. 62-92950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 176 of 279,
UNTITLED-185,
Proposal =~
SPEC MOMBER: 29295042
GROUP NAME: P-2 FIAT-ALLIS CONSTRUCTION MACHINERY
BID ESTIMATED UNIT OF
LINE commoorTy QUANTITY MEASURE UNIT PRICE EXTENDED PRICE
0336 Fer} mR
SERVICE AND REPAIR FOR LOADERS, FIAT-ALLIS|
LABOR TO REPAIR IN CITY SHOP
‘COMMENTS
0335 929-98-51-020 210 mR
SERVICE AND REPAIR FOR LOADERS, FIAT-ALLIS.
TABOR TO REPAIR IN CONTRACTOR SHOP
conmnmners
MARK-UP_FROM
31D ESTIMATED CATALOG ‘cost
LINE COMMODITY «DOLLAR VALUE «CATALOG # (DATE. (PERCENTAGE)
0336 $29-99-51-000 20,000.00
PARTS & ACCESSORIES WITH OR WITHOUT SERVICE
EXTENDED PRICE: §.
TOTAL GROUP P-2 PRICE: §,
The badder should complete the following information for each Group bid.
GROUP P-2 PRICE LIST IS IN THE FOLLOWING FORMAT:
Reference Number Year
Hard copy
Floppy Disk
cD ROM
OTHER
Website Reference:
‘Specification: B2-92950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 177 of 279
UNTITLED-186
Proposal
GROUP NAME: P-3 IOWA MOLD TOOLING CRANES
‘SPEC NUMBER:
329295042
iD ESTIMATED UNIT OF
LINE comonrrr QUANTITY MEASURE UNIT PRICE EXTENDED PRICE
0337 929-33-20-010 220 8,
SERVICE AND REPAIR FOR CRANES, IOWA MOLD TOOLING
LABOR TO REPAIR IN CITY SHOP
comments.
0338 929-33-20-020 a0 A
SERVICE AND REPAIR FOR CRANE:
LABOR TO REPAIR IN CONTRACTOR SHOP
OWA MOLD TOOLING
commer
MARK-UP_FROM
1D ‘ESTIMATED cost
LINE COMMODITY «DOLLAR VALUE CATALOG # (PERCENTAGE)
0338 929-33-20-000 _§20,000.00
PARTS & ACCESSORIES WITH OR WITHOUT SERVICE
comenrs
EXTENDED PRICE:
‘TOTAL GROUP P-2 PRICE:
The bidder should complete the followsng information for each Group bid.
GROUP P-3 PRICE LIST IS IN THE FOLLOWING FORMAT
Hard Copy
Reference Nunber
Floppy Disk
cD ROM
OTHER
Website Reference:
Specification’ 82-92950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 178 of 279
UNTITLED-187
Proposal =~
SPEC NUMBER: 329295042
GROUP NAME: P-4 SNAP-ON AUTOMOTIVE SHOP EQUIPMENT
BID ESTIMATED UNIT OF
LINE comoorry QUANTITY MEASURE UNIT PRICE EXTENDED PRICE
0340 929-98-06-020 Frey mS. 8
SERVICE AND REPAIR FOR AUTOMOTIVE SHOP EQUIPMENT, SHAP-ON
LABOR TO REPAIR IN CITY SHOP
COMMENTS +
0342 929-99-06-020 no ms, 8,
SERVICE AND REPAIR FOR AUTOMOTIVE SHOP EQUIPMENT, SNAP-ON
LABOR TO REPAIR IN CONTRACTOR SHOP
commas +
DISCOUNT OFF
BID ESTIMATED cATALOS CATALOG
LINE COMMODITY «DOLLAR VALUE «CATALOG # = ‘DATE (PERCENTAGE)
0342 929-99-06-000 $20,000.00
PARTS & ACCESSORIES WITH OR WITHOUT SERVICE
EXTENDED PRICE: $
(ESTIMATED DOLLAR VALUE AY DISCOUNTED PRICES)
commen
TOTAL GROUP P-4 PRICE: 5
The bidder should complete the following information for each Group bid.
GROUP P-4 PRICE LIST IS IN THE FOLLOWING FORMAT:
Reference Number Year
Hard Copy
Floppy Disk
cD ROM
OTHER
Website Reference
Spectication: 82-92950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 179 of 279,
UNTITLED-188
SPEC NUMBER: 829295042
GROUP NAME: P-7 NCNEILUS BODIES
BID ESTIMATED UNIT OF
EINE ‘commonrTy QUANTITY MEASURE UNIT PRICE EXTENDED PRICE
0349 929-98-62-010 Frey HR
SERVICE AND REPAIR FOR BODIES, MCNETLUS
LABOR TO REPAIR IN CITY SHOP
commen
0350 929-98-62-020 a0 mS, 8
SERVICE AND REPAIR FOR BODIES, MCNEILUS
LABOR TO REPAIR IN CONTRACTOR SHOP
commen
DISCOUNT OFF
BID ESTIMATED caTALos CATALOG
LINE COMMODITY «DOLLAR VALUE CATALOG. # DATE (PERCENTAGE)
0352 929-98-62-000 $20,000.00
PARTS & ACCESSORIES WITH OR WITHOUT SERVICE
EXTENDED PRICE: §,
(ESTIMATED DOLLAR VAEDE AT DISCOUNTED PRICES)
COMMENTS
‘TOTAL GROUP P-7 PRICE:
‘The bidder should complete the following 3
formation for each Group bid.
GROUP P-7 PRICE LIST IS IN THE FOLLOWING FORMAT:
Reference Nunber Year
Ward Copy
Floppy Dusk
© ROM
OTHER
Website Reference:
Spectication. 2-92950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 182 of 279
UNTITLED-189
Proposal =~
SPEC NUMBER: 825295042
GROUP NAME: Q-1 BOMBARDIER TRACK MACHINES
BID ESTIMATED UNIT OF
LINE ‘comonrTy QUANTITY MEASURE UNIT PRICE EXTENDED PRICE
0352 929-98-33-010 210 mm, 8
SERVICE AND REPAIR FOR TRACK MACHINES, BOMBARDIER
LABOR TO REPAIR IN CITY SHOP
COMMENTS
0353 929-98-33-020 Fer) mS.
SERVICE AND REPAIR FOR TRACK MACHINES, BOMBARDIER
LABOR TO REPAIR IN CONTRACTOR SHOP
commen
MARK-UP_FROM
BID ESTIMATED ‘caTALOS cost
LINE COMMODITY «DOLLAR VALUE «CATALOG # «DATE, (PERCENTAGE)
0354 929-98-33-000 $20,000.00
PARTS & ACCESSORIES WITH OR WITHOUT SERVICE
EXTENDED PRICE: = §_
commen
TOTAL GROUP Q-1 PRICE: §,
The bidder should complete the following information for each Group bid.
GROUP Q-2 PRICE LIST IS IN THE FOLLOWING FORMAT:
Reference Nunber Year
Hara copy
Floppy Disk
> Rom
oruer
Websste Reference:
‘Specification: 62-92950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 183 of 279
UNTITLED-190
Proposal -
SPEC NUMBER: 829295042
GROUP NAME: P-5 ALTEC AERIAL BUCKET UNITS
BID ESTIMATED UNIT OF
LINE comonrTy QUANTITY MEASURE UNIT PRICE EXTENDED PRICE
0343, 929-98-02-010 220 ms. 8.
SERVICE AND REPAIR FOR AERIAL BUCKETS, ALTEC
LABOR TO REPAIR IN CITY SHOP
commen:
0344 929-98-02-020 no mS,
SERVICE AND REPAIR FOR AERIAL BUCKETS, ALTEC
ZABOR TO REPAIR IN CONTRACTOR SHOP
commen
DISCOUNT OFF
iD ESTIMATED ‘cATALOG ‘CATALOG
LINE COMMODITY «DOLLAR VALUE CATALOG # «DATE, (PERCENTAGE)
0345 $28-98-02-000 $20,000.00
PARTS & ACCESSORIES WITH OR WITHOUT SERVICE
EXTENDED PRICE: $. —
(ESTIMATED DOLLAR VALUE AT DISCOUNTED PRICES)
TOTAL GROUP P-5 PRICE: 5.
The bidder should complete the following information for each Group bid.
GROUP P-5 PRICE LIST IS IN THE FOLLOWING FORMAT:
Reference Number Year
Hara copy
Floppy Disk
oD ROM
OTHER
Website Reference
Specification. 82-82950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 180 of 279,
UNTITLED-191
SPEC WUMBER: 529295042
GROUP NAME: P-6 YALE FORK LIFTS
BID ESTIMATED UNIT OF
LINE commoprTy QUANTITY MEASURE UNIT PRICE EXTENDED PRICE
034s 929-99-38-010 a20 mS. B
SERVICE AND REPAIR FOR FORKLIFTS, YALE
LABOR TO REPAIR IN CITY SHOP
COMMENTS
0347 929-99-38-020 220 co
SERVICE AND REPAIR FOR FORKLIFTS, YALE
LABOR TO REPAIR IN CONTRACTOR SHOP
‘commEnTs
DISCOUNT OFF
Br ESTIMATED caTALoG CATALOG
LINE COMMODITY «DOLLAR VALUE «CATALOG # DATE. (PERCENTAGE)
0348 928-99-38-000 _ 20,000.00
PARTS & ACCESSORIES WITH OR WITHOUT SERVICE
RXTENDED PRICE: |g
(ESTIMATED DOLLAR VALUE AY DISCOUNTED PRICES)
comments
TOTAL GROUP P-6 PRICE: 5,
The bidder should complete the following information for each Group bid.
GROUP P-6 PRICE LIST ZS IN THE FOLLOWING FORMAT;
Reference Nunber Year
Hard Copy
Floppy Disk
cD ROM
OTHER
Website Referencs
‘Specification: 82-92950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 181 of 279
UNTITLED-192
Proposal ~
‘SPEC NUMBER: 825295062
GROUP NAME: Q-2 FLEXROD SEWER EQUIPMENT
BID ESTIMATED UNIT OF
LINE commoorTy QUANTITY MEASURE UNIT PRICE EXTENDED PRICE
ass 929-98-27-010 210 ms, 5
SERVICE AND REPAIR FOR SEWER CLEANING EQUIPMENT, FLEX-ROD
LABOR TO REPAIR IN CITY SHOP
COMMENTS:
0356 929-98-27-020 320 mS, 8,
SERVICE AND REPAIR FOR SEWER CLEANING EQUIPMENT, FLEX-ROD
LABOR TO REPAIR IN CONTRACTOR SHOP
commenrs
MARK-UP_FROM
BID ESTIMATED caTALOG cost
LINE COMMODITY «DOLLAR VALUE CATALOG # «= ‘DATE (PERCENTAGE)
0357 929-98-27-000 _ $20,000.00
PARTS & ACCESSORIES WITH OR WITHOUT SERVICE
EXTENDED PRICE: $,
commen
‘TOTAL GROUP Q-2 PRICE: §,
The bidder should complete the following anformation for each Group bid.
GROUP Q-2 PRICE LIST I IN THE FOLLOWING FORMAT:
Reference Nunber Year
ft
24 Copy
Floppy Disk
> Rom
OTHER
Website Reference
Specification: 82-92950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 184 of 279
UNTITLED-193
Proposal -
‘SPEC MUMBER: 829295062
GROUP NAME: Q-3 LEACH REFUSE BODIES
BID ESTIMATED UNIT OF
LINE, comonrry QUANTITY MEASURE UNIT PRICE EXTENDED PRICE
ose 929-98-25-010 Pet mR OS. 8
SERVICE AND REPAIR FOR REFUSE BODIES, LEACH
LABOR TO REPAIR IN CITY SHOP
commer:
0359 929-98-25-020 210 mg, s.
SERVICE AND REPAIR FOR REFUSE BODIES, LEACH
LABOR TO REPAIR IN CONTRACTOR SHOP
comers
MARK-UP_FROM
BID ESTIMATED caratos cost
LINE COMMODITY «DOLLAR VALUE «CATALOG # (DATE. (PERCENTAGE)
0360 928-98-25-000 $20,000.00
PARTS & ACCESSORIES WITH OR WITHOUT SERVICE
EXTENDED PRICE: §.
commen
TOTAL GROUP Q-3 PRICE: §,
‘The bidder should complete the following information for each Group bid.
GROUP Q-3 PRICE LIST IS IN THE FOLLOWING FORMAT:
Reference Number Year
Hard copy
Floppy Disk
> ROM
OTHER
Website Reference:
Specification: 82-92950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 185 of 279
UNTITLED-194
Proposal =~
‘SPEC WOMBER: 529295042
GROUP NAME: Q-4 SPEEDFLO PAINT STRIPPERS
BID ESTIMATED UNIT OF
LINE commoorry QUANTITY MEASURE UNIT PRICE EXTENDED PRICE
0362 934-99-04-020 210 mS,
SERVICE AND REPAIR FOR PAINT STRIPPERS, SPEEDFLO
LABOR TO REPAIR IN CITY SHOP
CcoMmeNTS :
0362 B3a-95-04-020 Fat) ms 5
SERVICE AND REPAIR FOR PAINT STRIPPERS, SPEEDFLO
LABOR TO REPAIR IN CONTRACTOR SHOP
commenrs
DISCOUNT OFF
arp ESTIMATED caTALOG CATALOG.
LINE COMMODITY «DOLLAR VALUE «CATALOG # DATE. (PERCENTAGE)
0363 934-99-04-000 _ $20,000.00
PARTS & ACCESSORIES WITH OR WITHOUT SERVICE
EXTENDED PRICE: $.
(ESTIMATED DOLLAR VADOE AT DISCOUNTED PRICES)
COMMENTS:
TOTAL GROUP Q-4 PRICE:
The bidder should complete the following information for each Group bid.
GROUP Q-4 PRICE LIST IS IN THE FOLLOWING FORMAT:
Reference Nunber Year
Hard copy
Floppy Dasie
cD ROM
OTHER
Website Reference:
Specification: 62-92950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 186 of 279
UNTITLED-195
SPEC NOMBER: 529295042
GROUP NAME: Q-5 BARKO CLAM/BOOHS
Br ESTIMATED UNIT OF
LINE comonrTy QUANTITY MEASURE UNIT PRICE EXTENDED PRICE
0364 929-99-11-010 320 mR. A
SERVICE AND REPAIR FOR CLAM/BOOMS, BARKO
LABOR TO REPAIR IN CITY SHOP
COMMENTS»
036s 929-99-21-020 no ms, s
SERVICE AND REPAIR FOR CLAM/BOOMS, BARKO
LABOR TO REPAIR IN CONTRACTOR SHOP
omens
DISCOUNT OFF
BID ESTIMATED CATALOG ‘CATALOG
LINE COMMODITY «DOLLAR VALUE «CATALOG # = DATE (PERCENTAGE)
0366 929-99-11-000 __§20,000.00
PARTS & ACCESSORIES WITH OR WITHOUT SERVICE
EXTENDED PRICE: §,
(ESTIMATED DOLLAR VALUE AT DISCOUNTED PRICES)
TOTAL GROUP Q-SPRICE: $.
The bidder should complete the following information for each Group bid.
GROUP Q-5 PRICE LIST IS IN THE FOLLOWING FORMAT.
Reference Number year
Hard copy
Floppy Disk
cD ROM
OTHER
Website Reference:
‘Specification’ 82-92950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 187 of 279,
UNTITLED-196
Proposal ~
SPEC NUMBER: 529295042
GROUP NAME: Q-6 ALADDIN PRESSURE WASHERS
Bip ESTIMATED UNIT OF
LINE comonrry QUANTITY MEASURE UNIT PRICE EXTENDED PRICE
0367 929-99-61-010 220 ES 5,
SERVICE AND REPAIR FOR PRESSURE WASHERS, ALADDIN
LABOR TO REPAIR IN CITY SHOP
commen
0368 929-99-61-020 ano mS, 8.
SERVICE AND REPAIR FOR PRESSURE WASHERS, ALADDIN
LABOR TO REPAIR IN CONTRACTOR SHOP
comments
DISCOUNT OFF
BID ESTIMATED caTALOG CATALOS
LINE COMMODITY «DOLLAR VALUE «CATALOG @ © DATE (PERCENTAGE)
0369 929-99-61-000 $20,000.00
PARTS & ACCESSORIES WITH OR WITHOUT SERVICE
EXTENDED PRICE: $.
(ESTIMATED DOLLAR VALUE AT DISCOUNTED PRICES)
comments
TOTAL GROUP Q-6 PRICE: §,
The bidder should complete the following information for each Group bid.
GROUP Q-6 PRICE LIST IS IN THE FOLLOWING FORMAT:
Reference Nunber year
Hard Copy
Floppy Disk
cD ROM
oruer
Website Reference:
Specification. 82-92950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 188 of 279
UNTITLED-197
Proposal -
SPEC NUMBER: 529295042
GROUP NAME: Q-7 MCNEILUS REFUSE PACKERS
BID ESTIMATED UNIT OF
LINE comonrTy QUANTITY MEASURE UNIT PRICE EXTENDED PRICE
0370 929-98-63-010 aio ms,
SERVICE AND REPAIR FOR REFUSE PACKERS, MCNEILUS
LABOR TO REPAIR IN CITY SHOP
COMMENTS +
0373 929-98-63-020 220 ms,
SERVICE AND REPAIR FOR REFUSE PACKERS, MCNEILUS
LABOR TO REPAIR IN CONTRACTOR SHOP
COMMENTS
DISCOUNT OFF
BID ESTIMATED ‘cATALOG ‘CATALOG
LINE COMMODITY «DOLLAR VALUE «CATALOG # DATE, (PERCENTAGE)
0372 928-98-63-000 $20,000.00
PARTS & ACCESSORIES WITH OR WITHOUT SERVICE
‘EXTENDED PRICE:
(ESTIMATED DOLLAR VALUE AT DISCOUNTED PRICES)
commen
TOTAL GROUP Q-7 PRICE:
‘The bidder should complete the following information for each Group bid.
GROUP Q-7 PRICE LIST IS IN THE FOLLOWING FORMAT:
Reference Number year
Hard copy
Floppy Disk
> ROM
OTHER
Website Reference:
‘Specification 82-92950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 189 of 279
UNTITLED-198
Proposal ~
SPEC MUMBER: 529295042
GROUP NAME: R-1 BRODERSON SHOP CRANES
BID ESTIMATED UNIT OF
LINE comonzTY QUANTITY MEASURE UNIT PRICE EXTENDED PRICE
0373, 929-99-70-010 Fer aR
SERVICE AND REPAIR FOR SHOP CRANES, BRODERSON
LABOR TO REPAIR IN CITY SHOP
commen:
0374 929-99-70-020 ano mS. 8,
SERVICE AND REPAIR FOR SHOP CRANES, BRODERSON
LABOR TO REPAIR IN CONTRACTOR SHOP
COMMENTS:
MARK-UP_FROM
BD ‘ESTIMATED CATALOG cost
LINE COWMopITy «DOLLAR VALUE «CATALOG # «DATE (PERCENTAGE)
0375 929-99-70-00 $20,000.00
PARTS & ACCESSORIES WITH OR WITHOUT SERVICE
EXTENDED PRICE:
Ss
TOTAL GROUP R-1 PRICE,
The bidder should complete the following information for each Group bid.
GROUP R-1 PRICE LIST IS IN THE FOLLOWING FORMAT
Reference Number Year
Hard copy
Floppy Disk
cD ROM
oTwER
Website Reference:
Specification: 82-82950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 190 of 279,
UNTITLED-199
Proposal -
SPEC NUMBER: 229295042
GROUP NAME: R-2 FONTAINE SPREADERS & BODIES
BID ESTIMATED UNIT OF
LINE commoorTy QUANTITY MEASURE UNIT PRICE EXTENDED PRICE
0376 929-98-08-010 220 mg. 8
SERVICE AND REPAIR FOR SPREADERS & BODIES, FONTAINE
To REPAIR IN CITY SHOP
COMMENTS
0377 929-99-08-020 no me os,
SERVICE AND REPAIR FOR SPREADERS & BODIES, FONTAINE
LABOR TO REPAIR IN CONTRACTOR SHOP
commen
MARK-UP_FROM
xD ESTIMATED caraLoc ‘cost
LINE COMMODITY «DOLLAR VALUE «CATALOG # = DATE. (PERCENTAGE)
0378 929-98-08-000 $20,000.00
PARTS & ACCESSORIES WITH OR WITHOUT SERVICE
EXTENDED PRICE:
COMMENTS
TOTAL GROUP R-2 PRICE: §,
The bidder should complete the following information for each Group bid.
GROUP R-2 PRICE LIST IS IN THE FOLLOWING FORMAT;
Reference Nunber year
Kara Copy
Floppy Disk.
cD ROM
onze
Website Reference:
‘Specification: 82-92950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 191 of 279
UNTITLED-200
Proposal ~
SPEC MOMBER: 529295042
GROUP NAME; R-3 LEE BOY ASPHALT EQUIPMENT
BID ESTIMATED UNIT OF
LINE commoorry QUANTITY MEASURE UNIT PRICE EXTENDED PRICE
0379 929-32-99-010 10 ES
‘SERVICE AND REPAIR FOR ASPHALT EQUIPMENT, LEE-BOY
LABOR TO REPAIR IN CITY SHOP
commENTS +
0380 929-32-99-020 Fry mm
SERVICE AND REPAIR FOR ASPHALT EQUIPMENT, LEE-BOY
LABOR TO REPAIR IN CONTRACTOR SHOP
commen
MARK-UP_FROM
BID ESTIMATED CATALOG cost
LINE COMMODITY «DOLLAR VALUE «CATALOG # DATE. (PERCENTAGE)
0382 929-32-99-000 $20,000.00
PARTS & ACCESSORIES WITH OR WITHOUT SERVICE
commen:
TOTAL GROUP R-3 PRICE: §,
The bidder should complete the following information for each Group bid.
GROUP R-3 PRICE LIST IS IN THE FOLLOWING FORMAT:
Reference Nunber Year
Hard copy
Floppy Disk
cD ROM
OTHER
Website Referenc
‘Specification: 62-92950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 192 of 279
UNTITLED-201
Proposal =~
SPEC NUMBER: 529295042
GROUP NAME: R-4 STANLEY HYDRAULIC BREAKERS
BID ESTIMATED UNIT OF
LINE comonrTy QUANTITY MEASURE UNIT PRICE EXTENDED PRICE
0382 936-44-99-010 ano ms. 8
SERVICES AND REPAIR FOR HYDRAULIC BREAKERS, STANLEY
LABOR TO REPAIR IN CITY SHOP
COMMENTS:
0383 936-44-99-020 a0 ms.
SERVICES AND REPAIR FOR HYDRAULIC BREAKERS, STANLEY
LABOR TO REPAIR IN CONTRACTOR SHOP
comenrs:
DISCOUNT OFF
BID ESTIMATED CATALOG CATALOG
LINE COMMODITY «DOLLAR VALUE «CATALOG # (DATE. (PERCENTAGE)
0384 936-44-99-000 $20,000.00
PARTS & ACCESSORIES WITH OR WITHOUT SERVICE
EXTENDED PRICE: $.
(ESTIMATED DOLLAR VALUE AT DISCOUNTED PRICES)
comers
TOTAL GROUP R-4 PRICE: §,
The bidder should complete the following 2nformation for each Group bid.
GROUP R-4 PRICE LIST IS IN THE FOLLOWING FORMAT:
Reference Number
Hard Copy
Floppy Disk
cD ROM
OTHER
Website Reference:
Specification. 82-92950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 193 of 279
UNTITLED-202
Proposal ~
SPEC NUMBER: 529295042
GROUP NAME: R-S CLARK FORKLIFTS
BD ESTIMATED UNIT OF
LINE commoorTy QUANTITY MEASURE UNIT PRICE EXTENDED PRICE
030s 929-99-35-010 110 mS. s.
SERVICE AND REPAIR FOR FORK LIFTS, CLARK
LABOR TO REPAIR IN CITY SHOP
COMMENTS +
o3es 929-99-35-020 a0 mS, s
SERVICE AND REPAIR FOR FORK LIFTS, CLARK ——————
LABOR TO REPAIR IN CONTRACTOR SHOP
commer
DISCOUNT OFF
BID ESTIMATED caraLos ‘CATALOG
LINE COMMODITY «DOLLAR VALUE CATALOG # (DATE (PERCENTAGE)
0387 929-99-35-000 $20,000.00
PARTS & ACCESSORIES WITH OR WITHOUT SERVICE
EXTENDED PRICE: $.
(ESTIMATED DOLLAR VALUE AT DISCOUNTED PRICE
TOTAL GROUP R-5 PRICE:
‘The bidder should complete the following :nformation for each Group bid.
GROUP R-5 PRICE LIST IS IN THE FOLLOWING FORMAT:
Reference Nunber Year
ard Copy
Floppy Disk
cD Rom
OTHER
Website Reference.
‘Specification: 82-92950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 194 of 279
UNTITLED-203
Proposal ~
SPEC NUMBER: 825295042
GROUP NAME: R-6 COCHRANE AIR COMPRESSORS
BID ESTIMATED UNIT OF
LINE comonrry QUANTITY MEASURE UNIT PRICE EXTENDED PRICE
0388 936-99-01-010 a0 mS,
SERVICE AND REPAIR FOR ATR COMPRESSORS, COCHRANE
LABOR TO REPAIR IN CITY SHOP
COMMENTS
0389 936-99-01-020 ao mg,
SERVICE AND REPAIR FOR AIR COMPRESSORS, COCHRANE
LABOR TO REPAIR IN CONTRACTOR SHOP
coments
DISCOUNT OFF
iD ESTIMATED caraLos CATALOG
LINE COMMODITY «DOLLAR VALUE «CATALOG # © CDATE. (PERCENTAGE)
0390 936-99-01-000 20,000.00
PARTS & ACCESSORIES WITH OR WITHOUT SERVICE
EXTENDED PRICE: 5,
(ESTIMATED DOLLAR VALUE AT DISCOUNTED PRICEST
TOTAL GROUP R-6 PRICE: §,
The bidder should complete the following information for each Group bid.
GROUP R-6 PRICE LIST IS IN THE FOLLOWING FORMAT.
Reference Nunber Year
Hard Copy
Floppy Disk
cD Rom
OTHER
Website Reference
Specification 82-92950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 195 of 279
UNTITLED-204
Proposal =~
‘SPEC MUMBER: 529295042
GROUP NAME: R-7 MEDIC MASTER AMBULANCES
BID ESTIMATED UNIT OF
LINE commonrry QUANTITY MEASURE UNIT PRICE EXTENDED PRICE
0391 929-98-55-010 310 mS, 8
SERVICE AND REPAIR FOR AMBULANCES, MEDIC MASTER
LABOR TO REPAIR IN CITY SHOP
COMMENTS
0382 929-98-55-020 320 mS,
SERVICE AND REPAIR FOR AMBULANCES, MEDIC MASTER
LABOR TO REPAIR IN CONTRACTOR SHOP
comments
DISCOUNT OFF
BID ESTIMATED caraos ‘CATALOG
LINE COMMODITY «DOLLAR VALUE = CATALOG # DATE. (PERCENTAGE)
0393 929-98-55-000 $20,000.00
PARTS & ACCESSORIES WITH OR ITHOUT SERVICE
EXTENDED PRICE: §.
(ESTIMATED DOLLAR VALUE AT DISCOUNTED PRICES)
comments
TOTAL GROUP R-7 PRICE: 5,
The bidder should complete the followsng information fer each Group bid.
GROUP R-7 PRICE LIST IS IN THE FOLLOWING FORMAT:
Reference Number Year
Hard copy
Floppy Disk
cD Rom
OTHER
Website Reference
‘Specification: 82-92950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 196 of 279
UNTITLED-205,
SPEC NUMBER: 829295042
GROUP NAME: S-1 BROW ASPHALT PAVERS
BID ESTIMATED UNIT OF
LINE comonrry QUANTITY MEASURE UNIT PRICE EXTENDED PRICE
0396 929-99-03-010 Fen mg, 8,
SERVICE AND REPAIR FOR ASPHALT PAVERS, SROKN
LABOR TO REPAIR IN CITY SHOP
conmeners
0395 929-98-03-020 a0 mg, s.
SERVICE AND REPAIR FOR ASPHALT PAVERS, BROWN
TABOR TO REPAIR IN CONTRACTOR SHOP
omens
MARK-UP_FROM
1D ESTIMATED ‘CATALOG ‘cost
LINE ComMODITyY «DOLLAR VALUE CATALOG # == DATE (PERCENTAGE)
0396 929-99-03-000 $20,000.00
PARTS & ACCESSORIES WITH OR WITHOUT SERVICE
EXTENDED PRICE: §.
COMMENTS
TOTAL GROUP S-1 PRICE: §,
The bidder should complete the following information for each Group bid.
GROUP S-2 PRICE LIST IS IN THE FOLLOWING FORMAT:
Reference Number year
Hard Copy
Floppy Disk
> ROM
commer
Websate Reference:
Specification: 82-92950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 197 of 279
UNTITLED-206
Proposal >
SPEC NUMBER: 829295042
GROUP NAME; §-2 FORD AGRICULTURAL TRACTORS
BrD ESTIMATED UNIT OF
LINE comonrry QUANTITY MEASURE UNIT PRICE EXTENDED PRICE
0397 929-04-99-010 220 mS.
SERVICE AND REPAIR FOR AGRICULTURAL TRACTORS, FORD
LABOR TO REPAIR IN CITY SHOP
COMMENTS
0398 929-04-99-020 220 mS,
SERVICE AND REPAIR FOR AGRICULTURAL TRACTORS, FORD
ZABOR TO REPAIR IN CONTRACTOR SHOP
commen
MARK-UP_FROM
ar ESTIMATED caTALOG cost
LINE COMMODITY «DOLLAR VALUE CATALOG # ‘DATE (PERCENTAGE)
0399 929-04-99-000 $20,000.00
PARTS & ACCESSORIES WITH OR WITHOUT SERVICE
‘EXTENDED PRICE: $.
comments
TOTAL GROUP S-2 PRICE: §,
‘The bidder should complete the following znformation for each Group bid.
GROUP PRICE LIST IS IN THE FOLLOWING FORMAT:
Reference Number Year
Hard copy
Floppy Disk
cD ROM
orHeR
Kebsite Reference:
Specification B2-92950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 198 of 279
UNTITLED-207
Proposal =~
SPEC NOMBER: 529295042
GROUP NAME: 5-3 LORAINE CRANES
BID ESTIMATED UNIT OF
‘LINE comtoprry QUANTITY MEASURE UNIT PRICE EXTENDED PRICE
0400 929-98-35-010 a0 mS. 8
‘SERVICE AND REPAIR FOR CRANES, LORAIN
LABOR TO REPAIR IN CITY SHOP
commen
son 929-98-15-020 210 moo $s,
SERVICE AND REPAIR FOR CRANES, LORAIN
LABOR TO REPAIR IN CONTRACTOR SHOP
commen:
MARK-UP_FROM,
1D ESTIMATED carALOG cost
LINE COMMODITY «DOLLAR VALUE «CATALOG # ‘DATE (PERCENTAGE)
0402 929-99-25-000 $20,000.00
PARTS & ACCESSORIES WITH OR WITHOUT SERVICE
EXTENDED PRICE:
TOTAL GROUP S-3 PRICE: §,
‘The bidder should complete the following information for each Group bid.
GROUP $-3 PRICE LIST IS IN THE FOLLOWING FORMAT:
Reference Number Year
Hard copy
Floppy Disk
cD ROM
OTHER
Website Reference:
Specification: 82-92950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 199 of 279
UNTITLED-208
Proposal ~
SPEC NUMBER: 529295042
GROUP NAME; S-4 STANLEY PORTABLE HYDRAULIC BREAKERS
BID ESTIMATED UNIT OF
LINE commonrry QUANTITY MEASURE UNIT PRICE EXTENDED PRICE
0403 929-44-99-010 220 ms. 8,
SERVICES AND REPAIR FOR PORTABLE HYDRAULIC EQUIPMENT
LABOR TO REPAIR IN CITY SHOP
COMMENTS
0408 929-44-99-020 220 mg.
SERVICES AND REPAIR FOR PORTABLE HYDRAULIC EQUIPMENT
LABOR TO REPAIR IN CONTRACTOR SHOP
COMMENTS :
DISCOUNT OFF
Bip ESTIVATED cATALOG CATALOG
LINE COMMODITY «DOLLAR VALUE «CATALOG # DATE. (PERCENTAGE)
0405 929-44-99-000 $20,000.00
PARTS & ACCESSORIES WITH OR WITHOUT SERVICE
EXTENDED PRICE: $,
(ESTIMATED DOLLAR VALUE AT DISCOUNTED PRICES)
COMMENTS:
‘TOTAL GROUP S-4 PRICE:
‘The bidder should complete the following information for each Group bid.
GROUP S-4 PRICE LIST IS IN THE FOLLOWING FORMAT:
Reference Number Year
ce
copy
Floppy Disk
cD ROM
OTHER
Website Reference:
‘Specification: 82-82950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 200 of 279,
UNTITLED-209
Proposal ~
SPEC NUMBER: 525295062
GROUP WAKE: 5-5 CRYSTEEL BODY HOTSTS
Br ESTIMATED UNIT OF
LINE comonrTy QUANTITY MEASURE UNIT PRICE EXTENDED PRICE
0406 929-99-09-010 210 ms, 8.
SERVICE AND REPAIR FOR BODY HOIST, CRYSTEEL
LABOR TO REPAIR IN CITY SHOP
commENTS
0407 929-99-09-020 Fer mS, s
SERVICE AND REPAIR FOR BODY HOIST, CRYSTESL ————
LABOR TO REPAIR IN CONTRACTOR SHOP
comenrrs
DISCOUNT OFF
BID ESTIMATED caratos ‘CATALOG
LINE COMMODITY «DOLLAR VALUE «CATALOG # (DATE. (PERCENTAGE)
0408 929-99-09-000 $20,000.00
PARTS & ACCESSORIES WITH OR WITHOUT SERVICE
EXTENDED PRICE: 5.
(ESTIMATED DOLLAR VALUE AT DISCOUNTED PRICES)
commen
TOTAL GROUP 5-5 PRICE: §¢,
‘The bidder should complete the following information for each Group bid.
GROUP S-5 PRICE LIST IS IN THE FOLLOWING FORMAT:
Reference Nunber year
Hard copy
Floppy Disk
> Rom
onweR
Website Reference; ©
‘Specification: 82-92950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 201 of 279
UNTITLED-210
Proposal >
SPEC NUMBER: 829295042
GROUP NAME: S-6 COCHRANE GENERATORS
BID ESTIMATED UNIT OF
LINE comonrry QUANTITY MEASURE UNIT PRICE EXTENDED PRICE
0409 936-99-05-010 320 mS, 8
SERVICE AND REPAIR FOR GENERATORS, COCHRANE
EABOR TO REPAIR IN CITY SHOP
commen:
0420 936-99-05-020 Ferry mS 8.
SERVICE AND REPAIR FOR GENERATORS, COCHRANE
LABOR TO REPAIR IN CONTRACTOR SHOP
COMMENTS:
DISCOUNT OFF
BID ESTIMATED caraLos ‘CATALOG
LINE COMMODITY «DOLLAR VALUE «CATALOG # «== ‘DATE (PERCENTAGE)
0422, 936-99-05-000 $20,000.00
PARTS & ACCESSORIES WITH OR WITHOUT SERVICE
EXTENDED PRICE: §,
(ESTIMATED DOLLAR VALUE AT DISCOUNTED PRICES)
coments
TOTAL GROUP S-§ PRICE: 5.
‘The bidder should complete the following information fer each Group bid.
GROUP S-6 PRICE LIST IS IN THE FOLLOWING FORMAT:
Reference Number Year
Hara Copy
Floppy Disk
cD ROM
OTHER
Website Reference:
Spectication: 82-92950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 202 of 279
UNTITLED-211
Proposal ~
SPEC NUMBER: 829295042
GROUP WOME: 5-7 MEYER SPREADERS
BID ESTIMATED UNIT OF
LINE comoprry QUANTITY MEASURE UNIT PRICE EXTENDED PRICE
o4i2 929-70-20-020 ao mS, s.
SERVICE AND REPAIR FOR SPREADERS, MEYER
LABOR TO REPAIR IN CITY SHOP
commen
aaa 929-70-20-020 220 mR
SERVICE AND REPAIR FOR SPREADERS, MEYER
LABOR TO REPAIR IN CONTRACTOR SHOP
conmENS
DISCOUNT OFF
BID ESTIMATED caTaLos ‘CATALOG
LINE COMMODITY «DOLLAR VALUE CATALOG #==DATE (PERCENTAGE)
0424 929-70-20-000 _§20,000.00
PARTS & ACCESSORIES WITH OR WITHOUT SERVICE
EXTENDED PRICE: §,
(ESTIMATED DOLLAR VALUE AT DISCOUNTED PRICES)
commen
‘TOTAL GROUP S-7 PRICE: §,
The bidder should complete the following information for each Group bad.
GROUP S-7 PRICE LIST IS IN THE FOLLOWING FORMAT:
Reference Nunber Year
Hard Copy
Floppy Disk
cD ROM
OTHER
Website Reference:
‘Specification’ 62-92950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 203 of 279,
UNTITLED-212
Proposal ~
SPEC NUMBER: 525295062
GROUP MAME: 7-1 BUCYRUS-ERIE CONSTRUCTION MACHINERY
BID ESTIMATED UNIT OF
LINE comonrry QUANTITY MEASURE UNIT PRICE EXTENDED PRICE
ais, 929-99-13-010 Fer) mS, s.
SERVICE AND REPAIR FOR CRANES, BUCYRUS-ERIE
LABOR TO REPAIR IN CITY SHOP
COMMENTS»
as 929-99-13-020 Fen) ER
SERVICE AND REPAIR FOR CRANES, BUCYRUS-ERIE
LABOR TO REPAIR IN CONTRACTOR SHOP
commen’
MARK-UP_FROM
Bip ESTIMATED caraLos cost
LINE COMMODITY «DOLLAR VALUE «CATALOG # DATE. (PERCENTAGE)
0427 929-99-33-000 $20,000.00
PARTS & ACCESSORIES WITH OR WITHOUT SERVICE
[EXTENDED PRICE:
coments
TOTAL GROUP T-1 PRICE: §,
The bidder should complete the following information for each Group bid.
GROUP T-2 PRICE LIST IS IN THE FOLLOWING FORMAT
Reference Nunber Year
Hard copy
Floppy Disk
© ROM
THER
Website Reference:
Spectication: 82-92950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 204 of 279
UNTITLED-213
Proposal ~
SPEC MOMBER: 829295062
GROUP NAME: 7-2 FORD BACKHOE LOADERS
BID ESTIMATED UNIT OF
LINE commonrTy QUANTITY MEASURE UNIT PRICE EXTENDED PRICE
oan 929-99-53-010 a0 mS, 8,
‘SERVICE AND REPAIR FOR LOADERS/BACKHOE, FORD
LABOR TO REPAIR IN CITY SHOP
COMMENTS:
oss 929-98-53-020 220 aR
SERVICE AND REPAIR FOR LOADERS/BACKHOE, FORD
LABOR TO REPAIR IN CONTRACTOR SHOP
commen
MARK-UP_FROM
BID ESTIMATED caTaLos cost
LINE COMMODITY «DOLLAR VALUE «CATALOG # == «DATE (PERCENTAGE)
0420 929-99-53-000 _ $20,000.00
PARTS & ACCESSORIES WITH OR WITHOUT SERVICE
‘EXTENDED PRICE:
TOTAL GROUP T-2 PRICE: §,
The bidder should complete the following information for
GROUP 7-2 PRICE LIST IS IN THE FOLLOWING FORMAT:
Reference Nunber year
Hard Copy
Floppy Disk
cD ROM
OTHER
Website Reference:
‘Specification: 82-92950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 205 of 279
UNTITLED-214
Proposal ~
‘SPEC NOMBER: 529295042
GROUP NAME: 7-3 MAD VAC RIDING VACUUM
BID ESTIMATED UNIT OF
LINE comorry QUANTITY MEASURE UNIT PRICE EXTENDED PRICE
0422 934-99-01-020 210 mS, 8
SERVICE AND REPAIR FOR RIDING VACUUMS, MAD VAC
LABOR TO REPAIR IN CITY SHOP
comennrs
0422 934-99-03-020 220 mR
SERVICE AND REPAIR FOR RIDING VACUUMS, MAD VAC
LABOR TO REPAIR IN CONTRACTOR SHOP
commen
MARK-UP_FROM
BD ESTIMATED caTaLos cost.
LINE COMMODITY «DOLLAR VALUE «CATALOG # (DATE (PERCENTAGE)
0423. 934-99-01-000 $20,000.00
PARTS & ACCESSORIES WITH OR WITHOUT SERVICE
EXTENDED PRICE: §.
commen
TOTAL 7-3 GROUP PRICE: §¢,
The bidder should complete the following information for each Group bid.
GROUP T-3 PRICE LIST IS IN THE FOLLOWING FORMAT:
Reference Nunber Year
ward copy
Floppy Disk
> ROM
oruer
Website Reference
‘Specification: 82-92950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 206 of 278
UNTITLED-215,
Proposal =~
SPEC NUMBER: 225295042
GROUP NAME: T-4 STETCO SEWER CLEANING EQUIPMENT
Br ESTIMATED UNIT OF
LINE comonrry QUANTITY MEASURE UNIT PRICE EXTENDED PRICE
0424 929-98-30-010 Fe) ms, 8.
SERVICES AND REPAIR FOR PORTABLE HYDRAULIC EQUIPMENT
LABOR TO REPAIR IN CITY SHOP
commenrs
042s 929-98-30-020 Fen ms, 5,
SERVICES AND REPAIR FOR PORTABLE HYDRAULIC EQUIPMENT
LABOR TO REPAIR IN CONTRACTOR SHOP
comenrs
DISCOUNT OFF
1D ‘ESTIMATED cATALOS CATALOG
LINE COMMODITY «DOLLAR VALUE «CATALOG # = DATE. (PERCENTAGE)
0426 928-98-30-000 $20,000.00
PARTS & ACCESSORIES WITH OR WITHOUT SERVICE
EXTENDED PRICE: $.
(ESTIMATED DOLLAR VADUE AT DISCOUNTED PRICES)
COMMENTS -
TOTAL GROUP T-4 PRICE: 5,
The bidder should complete the following information for each Group bid.
GROUP 7-4 PRICE LIST IS IN THE FOLLOWING FORMAT:
Reference Number Year
Hard Copy
Floppy Disk
> ROK
OTHER
Website Reference
‘Specification’ 82-92950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 207 of 279
UNTITLED-216
Proposal -
‘SPEC NUMBER: 529295042
GROUP NAME: 7-5 DELPHI/CHALLENGER AERIAL PLATFORM UNITS
BD ESTIMATED UNIT OF
EINE comtonrTy QUANTITY MEASURE UNIT PRICE EXTENDED PRICE
0427 929-98-19-010 220 moog
SERVICE AND REPAIR FOR AERIAL PLATFORM UNITS, DELPET/GHALLENGER
LABOR TO REPAIR IN CITY SHOP
COMMENTS
0428 929-98-19-020 220 mR s,
Sthvsce ano REPAIR FOR AERIAL PLATFORN UNITS, DELPHT/GHRLEENGER
LABOR TO REPAIR IN CONTRACTOR SHOP
commeanrs
DIscour OFF
Bip ESTIMATED cATALOG ‘CATALOG
LINE COMMODITY «DOLLAR VALUE CATALOG # DATE. (PERCENTAGE)
0429. 929-98-19-000 $20,000.00
PARTS © ACCESSORIES WITH OR WITHOUT SERVICE
EXTENDED PRICE: §
(ESTIMATED DOLLAR VALUE AT DISCOUNTED PRICES)
comments:
TOTAL GROUP T-5 PRICE:
The bidder should complete the following information for each Group bid.
GROUP 7-5 PRICE LIST IS IN THE FOLLOWING FORMAT:
Reference Munber
Hard copy
Floppy Disk
cD ROM,
OTHER
Website Reference:
Spectication. 82-92950-42, PARTS AND SERVICE FOR HEAW MACHINERY AND EQUIPMENT, Page 208 of 279
UNTITLED-217
Proposal ~
SPEC WOMBER: 829295042
GROUP NAME: T-6 DYNAMOTE INVERTERS GENERATORS
BID ESTIMATED UNIT OF
LINE commoorry QUANTITY MEASURE UNIT PRICE EXTENDED PRICE
0430 936-99-11-020 ao ms. s.
SERVICE AND REPAIR FOR INVERTERS/GENERATORS, DYNAMOTE
LABOR TO REPAIR IN CITY SHOP
COMMENTS +
0433, 936-99-21-020 220 mR
SERVICE AND REPAIR FOR INVERTERS/GENERATORS, DYNAMOTE
LABOR TO REPAIR IN CONTRACTOR SHOP
comers +
DISCOUNT OFF
Br ESTIMATED ‘cATALOG ‘CATALOG
LINE COMMODITY «DOLLAR VALUE «CATALOG # «DATE. (PERCENTAGE)
0432 936-99-11-000 $20,000.00
PARTS & ACCESSORIES WITH OR WITHOUT SERVICE
EXTENDED PRICE: §,
(ESTIMATED DOLLAR VALUE AT DISCOUNTED PRICES)
COMMENTS:
TOTAL GROUP T-6 PRICE:
The bidder should complete the following information for each Group bad.
GROUP T-6 PRICE LIST 1S TW THE FOLLOWING FORMAT:
Reference Number year
Hard copy
Floppy Disk
cD Row
OTHER
Website Reference:
‘Specifcation- 82-92950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 209 of 279,
UNTITLED-218
Proposal ~
SPEC NUMBER: 829295042
GROUP NAME: 1-7 PIERCE FIRE APPARATUS
BID ESTIMATED UNIT OF
LINE comonrry QUANTITY MEASURE UNIT PRICE EXTENDED PRICE
0433 936-32-22-020 220 mg, 8
SERVICE AND REPAIR FOR FIRE APPARATUS, PIERCE
LABOR TO REPAIR IN CITY SHOP
COMMENTS:
0434 936-32-22-020 220 mg,
SERVICE AND REPAIR FOR FIRE APPARATUS, PIERCE
LABOR TO REPAIR IN CONTRACTOR SHOP
COMMENTS:
DISCOUNT OFF
BID ESTIMATED ‘cATALOG CATALOG
LINE COMMODITY «DOLLAR VALUE «CATALOG # DATE. (PERCENTAGE)
0435 936-32-22-000 $20,000.00
PARTS & ACCESSORIES WITH OR WITHOUT SERVICE
EXTENDED PRICE: §,
(ESTIMATED DOLLAR VALUE AT DISCOUNTED PRICES)
commeNTS
‘TOTAL GROUP T-7 PRICE: §,
The bidder should complete the following information for each Group bid.
GROUP T-7 PRICE LIST IS IN THE FOLLOWING FORMAT:
Reference Number Year
Hard copy
Floppy Disk
cD ROM
OTHER
Website Reference:
Specification 82-92950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 210 of 279,
UNTITLED-219
SPEC NUMBER: 529295042
GROUP NAME: U-1 J.1. CASE CONSTRUCTION MACHINERY
BID ESTIMATED UNIT OF
LINE ‘commoorTy QUANTITY MEASURE UNIT PRICE EXTENDED PRICE
0436 929-99-54-010 220 ms. s.
SERVICE AND REPAIR FOR LOADERS/BACKHOES, J.I. CASE
LABOR TO REPAIR IN CITY SHOP
commEnTs
0437 929-99-54-020 220 ms. 8
‘SERVICE AND REPAIR FOR LOADERS/BACKHOES, J.1. CASE
LABOR TO REPAIR TW CONTRACTOR SHOP
comments
MARK-UP_FROM
BrD ESTIMATED ‘CATALOG cost
LINE COMMODITY «DOLLAR VALUE «CATALOG # = DATE (PERCENTAGE)
0438 929-99-54-000 _ $500,000.00
PARTS & ACCESSORIES WITH OR WITHOUT SERVICE
EXTENDED PRICE:
coments
TOTAL GROUP U-1 PRICE: §,
The bidder should complete the following information for each Group bid.
GROUP U-1 PRICE LIST IS IN THE FOLLOWING FORMAT:
Reference Number Year
Hard Copy
Floppy Disk
© ROM
one
Website Reference:
‘Specification: 82-92950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 211 of 279
UNTITLED-220
Proposal
SPEC WUMBER: 525295042
GROUP NAME; U-2 GALION DUMP BODIES/HOISTS
BID ESTIMATED UNIT OF
LINE comoprry QUANTITY MEASURE UNIT PRICE EXTENDED PRICE
0439 929-99-25-020 as mS. 8
SERVICE AND REPAIR FOR DUMP BODIES/HOISTS, GALION
LABOR TO REPAIR IN CITY SHOP
comments
vaso 929-99-25-020 Fry ms, 8
SERVICE AND REPAIR FOR DUMP BODIES/HOISTS, GALION
LABOR TO REPAIR IN CONTRACTOR SHOP
COMMENTS
MARK-UP_FROM
BID ESTIMATED ‘CATALOG ‘cost
LINE COMMODITY «DOLLAR VALUE «CATALOG # «DATE. (PERCENTAGE)
442 929-99-25-000 $20,000.00
PARTS & ACCESSORIES WITH OR WITHOUT SERVICE
EXTENDED PRICE: §,
comments
TOTAL GROUP U-2 PRICE: §,
‘the badder should complete the following information for each Group bad.
GROUP U-2 PRICE LIST IS IN THE FOLLOWING FORMAT
Reference Nunber year
Hard copy
Floppy Disk
> Rom
OTHER
Website Reference:
Speciication. 82-92950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 212 of 279
UNTITLED-221
Proposal =~
SPEC NUMBER: 529295042
GROUP NAME: U-3 MASTER OTL FIRED HEATERS
BD ESTIMATED UNIT OF
LINE comoorTy QUANTITY MEASURE UNIT PRICE EXTENDED PRICE
rr 929-99-57-010 a0 mS. 8
SERVICE AND REPAIR FOR OIL-FIRED HEATERS, MASTER
LABOR TO REPAIR IN CITY SHOP
commeenrs:
0443 Fa5-99-57-020 iio mF,
SERVICE AND REPAIR FOR OIL-FIRED HEATERS, MASTER
LAGOR TO REPAIR IN CONTRACTORS SHOP
comms
WARR-OP FROM
21D ESTIWATED caraLos cost
LINE comMoDITy «DOLLAR VALUE «CATALOG # «== DATE (PERCENTAGE)
0444 929-95-57-000 _§20,000.00
PARTS & ACCESSORIES WITH OR WITHOUT SERVICE
EXTENDED PRICE: §.
‘TOTAL GROUP U-3 PRICE: §,
The bidder should complete the following 2nformation for each Group bid.
GROUP U-3 PRICE LIST IS IN THE FOLLOWING FORMAT;
Reference Nunber Year
Hard copy
Floppy Disk
cD ROM
oTHER
Website Reference:
Speaticabon: 82-92950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 213 of 278
UNTITLED-222
Proposal =~
SPEC NUMBER: 529295062
GROUP NAME: U-4 STONE CEMENT MIXERS
BID ESTIMATED UNIT OF
‘LINE comronrTY QUANTITY MEASURE UNIT PRICE EXTENDED PRICE
as, 929-30-98-010 no mS, 8
SERVICE AND REPAIR FOR CEMENT MIXERS, STONE
LABOR TO REPAIR IN CITY SHOP
commen
oaas 929-30-99-020 no mR
SERVICE AND REPAIR FOR CEMENT MIXERS, STONE
LABOR TO REPAIR IN CONTRACTOR SHOP
coments
DISCOUNT OFF
Brp ESTIMATED cATALOG ‘CATALOG
LINE COMMODITY «DOLLAR VALUE «CATALOG # DATE. (PERCENTAGE)
0447 929-30-99-000 $20,000.00
PARTS & ACCESSORIES WITH OR MITHOUT SERVICE
EXTENDED PRICE: §,
(ESTIMATED DOLLAR VALUE AT DISCOUNTED PRICES)
comenrs
TOTAL GROUP U-4 PRICE: §,
‘The bidder should complete the following information for each Group bid.
GROUP U-¢ PRICE LIST IS IN THE FOLLOWING FORMAT:
Reference Nunber
Hard Copy
Floppy Disk
cD ROM
OTHER
Website Reference:
Specification 62-92950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 214 of 279
UNTITLED-223
Proposal
SPEC NUMBER: 529295062
(GROUP NAME: U-5 DELPHI/HOLAN AERIAL BUCKETS
BID ESTIMATED UNIT OF
LINE comonrry QUANTITY MEASURE UNIT PRICE EXTENDED PRICE
aes 929-98-03-010 210 mg. 8
SERVICE AND REPAIR FOR AERIAL BUCKETS, DELPHI/HOLAN
LABOR TO REPAIR IN CITY SHOP
commen
0449 929-98-03-020 210 HR 8
SERVICE AND REPAIR POR AERIAL BUCKETS, DELPHI HOLA
LABOR TO REPAIR IN CONTRACTOR SHOP
commer
DISCOUNT OFF
iD ESTIMATED ‘cATALOG CATALOG
LINE COMMODITY «DOLLAR VALUE «CATALOG. #—=CDATE (PERCENTAGE)
0450 929-98-03-000 $20,000.00
PARTS & ACCESSORIES WITH OR WITHOUT SERVICE
EXTENDED PRICE: §,
(ESTIMATED DOLLAR VALUE AT DISCOUNTED PRICES)
TOTAL GROUP U-5 PRICE: §,
The badder should complete the following information for each Group bid.
GROUP U-5 PRICE LIST 18 IN THE FOLLOWING FORMAT:
Reference Number year
Hard Copy
Floppy Disk
cD ROM
OTHER
Website Reference:
‘Specification: 82-92950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 215 of 279
UNTITLED-224
Proposal =~
‘SPEC MUMBER: 829295042
GROUP NAME: U-6 EXCEL PRESSURE WASHERS
BID ESTIMATED UNIT OF
LINE comoprrr QUANTITY MEASURE UNIT PRICE EXTENDED PRICE
04s 929-99-62-010 aio mR, B
SERVICE AND REPAIR FOR PRESSURE WASHERS, EXCEL
LABOR TO REPAIR IN CXTY SHOP
commENTS:
asa 929-99-62-020 ao ER
SERVICE AND REPAIR FOR PRESSURE WASHERS, EXCEL
LABOR TO REPAIR IN CONTRACTOR SHOP
commen
DIscour OFF
BID ESTIMATED caraLoc (CATALOG
LINE COMMODITY “DOLLAR VALUE «CATALOG # «DATE (PERCENTAGE)
0453 929-99-62-000 $20,000.00
PARTS & ACCESSORIES WITH OR WITHOUT SERVICE
EXTENDED PRICE: §,
(ESTIMATED DOLLAR VALUE AT DISCOUNTED PRICES)
TOTAL GROUP U-6 PRICE: §,
The bidder should complete the following information for each Group bad.
GROUP U-6 PRICE LIST IS IN THE FOLLOWING FORMAT
Reference Nunber Year
Bard copy
Floppy Disk
cD ROM
ormer
Website Reference:
Spectication 82-92950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 216 of 279
UNTITLED-225,
Proposal =
SPEC MOMBER: 29295082
GROUP NAME: U-7 SAMSUNG FRONT END LOADERS
BID ESTIMATED UNIT OF
LINE ‘commoDrTy QUANTITY MEASURE UNIT PRICE EXTENDED PRICE
ase 929-98-48-010 220 mg, 8.
SERVICE AND REPAIR FOR FRONT END LOADERS, SAMSUNG
LABOR TO REPAIR IN CITY SHOP
commen
0455 929-96-48-020 a0 mR
SERVICE AND REPAIR FOR FRONT END LOADERS, SAMSUNG
LABOR TO REPAIR IN CONTRACTOR SHOP
commen
DISCOUNT OFF
BrD ESTIMATED caTALOG (CRTALOS
LINE COMMODITY “DOLLAR VALUE «CATALOG #=—=CDATE (PERCENTAGE)
0456 29-98-48-000 __§20,000.00 _~ —____
PARTS & ACCESSORIES WITH OR WITHOUT SERVICE
EXTENDED PRICE: 5,
(ESTIMATED DOLLAR VALUE AT DISCOUNTED PRICEST
TOTAL GROUP U-7 PRICE: 5,
The bidder should complete the following information for each Group bid.
GROUP U-7 PRICE LIST IS IN THE FOLLOWING FORMAT:
Reference Number Year
Hard copy
Floppy Disk
cD ROM
OTHER
Website Referenc
‘Specification: 82-92950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 217 of 279
UNTITLED-226
Proposal ~
SPEC NUMBER: 525295042
GROUP NAME; V-1 CATERPILLAR DIESEL ENGINES & MACHINERY
BID ESTIMATED UNIT OF
LINE comoprry QUANTITY MEASURE UNIT PRICE EXTENDED PRICE
0457 929-99-99-020 225 Es
SERVICE AND REPAIR FOR DIESEL ENGINES & MACHINERY, CATERPILLAR
LABOR TO REPAIR IN CITY SHOP
coments
ase 929-99-99-020 a25 mS.
SERVICE AND REPAIR FOR DIESEL ENGINES & MACHINERY, CATERPELEAR
LABOR TO REPAIR IN CONTRACTOR SHOP
comments
MARK-UP_FROM
arp ESTIMATED ‘CATALOG cost
LINE COMMODITY —-«-DOLLAR VALUE «CATALOG # DATE. (PERCENTAGE)
0458 929-99-99-000 $100,000.00
PARTS & ACCESSORIES WITH OR WITHOUT SERVICE
EXTENDED PRICE: §.
commen
‘TOTAL GROUP V-1 PRICE:
The bidder should complete the following information for each Group bid.
GROUP V-1 PRICE LIST IS IN THE FOLLOWING FORMAT:
Reference Wunber year
Hard copy
Floppy Disk
cD ROM
OTHER
Website Reference:
Specification. 82-92950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 218 of 279
UNTITLED-227
Proposal ~
‘SPEC NUMBER: 329295062
GROUP NAME: V-2 GALION ROAD MACHINERY
BID ESTIMATED UNIT OF
LINE comonrry QUANTITY MEASURE UNIT PRICE EXTENDED PRICE
8,
0460 929-99-66-010 as mR
SERVICE AND REPAIR FOR ROAD MACHINERY, GALTON
LABOR TO REPAIR IN CITY SHOP
COMMENTS:
sex 929-99-66-020 225 mR
SERVICE AND REPAIR FOR ROAD MACHINERY, GALION
LABORTO REPAIR IN CONTRACTOR SHOP
COMMENTS
MARK-UP_FROM
BID ESTIMATED caTALOS cost
LINE COMMODITY «DOLLAR VALUE «CATALOG # = DATE. (PERCENTAGE)
0462 929-99-66-000 $100,000.00
PARTS & ACCESSORIES WITH OR WITHOUT SERVICE
EXTENDED PRICE:
‘TOTAL GROUP V-2 PRICE: §,
The bidder should complete the following information for
ich Group bid.
GROUP V-2 PRICE LIST I§ IN THE FOLLOWING FORMAT:
Reference Nunber Year
Hard copy
Floppy Disk
cD ROM
OTHER
Website Reference:
Specification’ 82-92950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 219 of 279
UNTITLED-228
Proposal ~
SPEC NUMBER: 825295062
Group NAME: V-5 GENIE AERIAL BOUIPMENT
BD ESTIMATED UNIT OF
LINE commonrTY QUANTITY MEASURE UNIT PRICE EXTENDED PRICE
ose 929-98-04-010 220 ms,
SERVICE AND REPAIR FOR AERIAL BUCKETS, GENTE
LABOR TO REPAIR IN CITY SHOP
COMMENTS
0470 929-98-04-020 220 ms,
SERVICE AND REPAIR FOR AERIAL BUCKETS, GENIE
LABOR TO REPAIR IN CONTRACTOR SHOP
commen
DISCOUNT OFF
BD ESTIMATED caraLos ‘CATALOG
LINE COWMODITY «DOLLAR VALUE © CATALOG # © DATE (PERCENTAGE)
0472, 929-98-04-000 $20,000.00
PARTS & ACCESSORIES WITH OR WITHOUT SERVICE
EXTENDED PRICE: $.
(ESTIMATED DOLLAR VALUE AT DISCOUNTED PRICES)
comments
‘TOTAL GROUP V-5 PRICE: §,
The bidder should complete the following 2nformation for each Group bid.
GROUP V-5 PRICE LIST 15 IN THE FOLLOWING FORMAT:
Reference Nunber Year
Hard copy
Floppy Disk
cD ROM
OTHER
Website Reference
‘Specification: 82-92950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 222 of 279
UNTITLED-229
Proposal
SPEC MOMBER: 829295042
GROUP NAME: V-6 HOTSY PRESSURE WASHERS
BD ESTIMATED UNIT OF
LINE comoprry QUANTITY MEASURE UNIT PRICE EXTENDED PRICE
0472 929-99-63-010 a0 i
SERVICE AND REPAIR FOR PRESSURE WASHERS, HOTSY
LABOR TO REPAIR IN CITY SHOP
commen :
0473 929-99-63-020 320 ms, 8,
SERVICE AND REPAIR FOR PRESSURE WASHERS, HOTSY
LABOR TO REPAIR IN CONTRACTOR SHOP
commen:
DISCOUNT OFF
BID ESTIMATED caraLos (CATALOG
LINE COMMODITY “DOLLAR VALUE «CATALOG # «DATE. (PERCENTAGE)
0474 928-99-63-000 $20,000.00
PARTS & ACCESSORIES WITH OR WITHOUT SERVICE
EXTENDED PRICE: $.
(ESTIMATED DOLLAR VALUE AY DISCOUNTED PRICES)
commen
TOTAL GROUP V-6 PRICE: §,
The bidder should complete the following information for each Croup bid.
GROUP V-6 PRICE LIST IS IN THE FOLLOWING FORMAT:
Reference Nunber Year
Hard copy
Floppy Disk
> ROM
OTHER
Website Reference:
Specification: 82-92950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 223 of 279
UNTITLED-230
‘SPEC NUMBER: 529295042
GROUP NAME. V-3 MAXON LIFT GATES
BID ESTIMATED UNIT OF
LINE comonrrr QUANTITY MEASURE UNIT PRICE EXTENDED PRICE
043 936-99-14-010 Fer} ER
SERVICE AND REPAIR FOR LIFT GATES, MAXON
LABOR TO REPAIR IN CITY SHOP
COMMENTS :
ose 936-99-14-020 220 mS,
SERVICE AND REPAIR FOR LIFT GATES, MAXON
LABOR TO REPAIR IN CONTRACTOR SHOP
COMMENTS
MARK-UP_FROM
BID ESTIMATED CATALOG ‘cost
LINE COMMODITY «DOLLAR VALUE «CATALOG # «DATE. (PERCENTAGE)
0465 936-99-14-000 $20,000.00
PARTS & ACCESSORIES WITH OR WITHOUT SERVICE
EXTENDED PRICE: §.
comments
TOTAL V-3 GROUP PRICE:
The badder should complete the following anformation for each Group bid.
GROUP V-3 PRICE LIST IS IN THE FOLLOWING FORMAT:
Reference Number year
Hard copy
Floppy Disk
cD ROM
OTHER
Website Reference
‘Specification. 82-92950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 220 of 279
UNTITLED-231
Proposal
SPEC NUMBER: 829295062
GROUP NAME: V-4 STOW ASPHALT ROLLERS
BID ESTIMATED UNIT OF
LINE comoprTy QUANTITY MEASURE UNIT PRICE EXTENDED PRICE
oss. 929-98-35-010 320 mg, s.
SERVICE AND REPAIR FOR ASPHALT ROLLERS, STOW
LABOR TO REPAIR IN CITY SHOP
‘commen:
0467 929-98-35-020 a0 mR
SERVICE AND REPAIR FOR ASPHALT ROLLERS, STOW
LABOR TO REPAIR IN CONTRACTOR SHOP
cOmmENTS
DISCOUNT OFF
1D ESTIMATED CATALOG ‘CATALOG
LINE COMMODITY «DOLLAR VALUE «CATALOG # (DATE. (PERCENTAGE)
0468 929-98-35-000 $20,000.00
PARTS @ ACCESSORIES WITH OR WITHOUT SERVICE
EXTENDED PRICE: §,
(ESTIMATED DOLLAR VALUE AT DISCOUNTED PRICES)
commenrs
TOTAL GROUP V-4 PRICE: 5,
The bidder should complete the following information for each Group bid.
GROUP V-4 PRICE LIST IS IN THE FOLLOWING FORMAT:
Reference Nunber Year
Hard Copy
Floppy Dask
cD ROM
OTHER
Website Referenci
Specifcabon. 82-92950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 221 of 279
UNTITLED-232
Proposal ~
‘SPEC wumpeR: 829295042
GROUP NAME: V-7 POWER BOSS SWEEPERS & SCRUBBERS
BID ESTIMATED UNIT OF
LINE ‘commonrTy QUANTITY MEASURE UNIT PRICE EXTENDED PRICE
0475 929-98-76-010 220 mg. 5
SERVICE AND REPAIR FOR SWEEPERS & SCRUBBERS, POWER BOSS
LABOR TO REPAIR IN CITY SHOP
commen
0476 929-98-76-020 210 3. 5
Sklvzce avo REPAIR FoR SNEEPERS « SomUBBERS, POWER SGSS——— ‘—————
LABOR TO REPAIR IN CONTRACTOR SHOP
comens
DISCOUNT OFF
BID ESTIMATED CATALOG ‘CATALOG
LINE commoprTy «DOLLAR VALUE CATALOG # «DATE. (PERCENTAGE)
0477 929-98-76-000 $20,000.00
PARTS & ACCESSORIES WITH OR WITHOUT SERVICE
EXTENDED PRICE: §,
(ESTIMATED DOLLAR VALUE AT DISCOUNTED PRICES)
comments
TOTAL GROUP V-7 PRICE: §,
The bidder should complete the following information for each Group bid.
GROUP V-7 PRICE LIST IS IN THE FOLLOWING FORMAT:
Reference Nunber Year
Hard copy
Floppy Disk
cD RM
ormer
Websate Reference
Specification, 82-82950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 224 of 279
UNTITLED-233
Proposal ~
SPEC MOMBER: 825295042
GROUP NAME: W-1 CEDARAPIDS PAVERS
BID ESTIMATED UNIT OF
LINE commonrTy QUANTITY MEASURE UNIT PRICE EXTENDED PRICE
0478 929-99-60-020 210 mS, 8
SERVICE AND REPAIR FOR PAVERS, CEDARAPIDS
LABOR TO REPAIR IN CITY SHOP
COMMENTS
0473, 929-99-60-020 ano mR
SERVICE AND REPAIR FOR PAVERS, CEDARAPIDS
LABOR TO REPAIR IN CONTRACTOR SHOP
comeanrs:
MARK-UP_FROM
BID ESTIMATED caratoc cost
LINE COMMODITY «DOLLAR VALUE «CATALOG # «DATE (PERCENTAGE)
0480 929-99-60-000 $20,000.00
PARTS & ACCESSORIES WITH OR WITHOUT SERVICE
‘EXTENDED PRICE:
TOTAL GROUP W-1 PRICE: 5,
The bidder should complete the following information for each Group bid.
GROUP W-2 PRICE LIST IS IN THE FOLLOWING FORMAT:
Reference Number Year
Hard copy
Floppy Disk
cD ROM
OTHER
Website Referenc
Speesfication: 82-92950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 225 of 279
UNTITLED-234
Proposal ~
SPEC NUMBER: 525295062
GROUP NAME: W-2 GRACO LUBRICATION EQUIPMENT
ar ESTIMATED UNIT OF
LINE comoorry QUANTITY MEASURE UNIT PRICE EXTENDED PRICE
929-99-56-020 210 ms.
SERVICE AND REPAIR FOR LUBRICATION EQUIPMENT, GRACO
LABOR TO REPAIR IN CITY SHOP
COMMENTS:
ose2 929-98-56-020 320 RRS,
SERVICE AND REPAIR FOR LUBRICATION EQUIPMENT, GRACO
LABOR TO REPAIR IN CONTRACTOR SHOP
conmnmners :
MARK-UP_FRON,
BID ESTIMATED caTaLos cost
LINE COMMODITY «DOLLAR VALUE CATALOG # DATE. (PERCENTAGE)
0483 929-99-56-000 $20,000.00
PARTS & ACCESSORIES WITH OR WITHOUT SERVICE
EXTENDED PRICE: §,
COMMENTS:
TOTAL GROUP W-2 PRICE:
The bidder should complete the following information for each Group bid.
GROUP W-2 PRICE LIST IS IN THE FOLLOWING FORMAT:
Reference Number Year
Hard copy
Floppy Disk
cD ROM
OTHER
Website Reference:
Speciication’ 62-92950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 226 of 279,
UNTITLED-235,
Proposal ~
SPEC NUMBER: 825295042
GROUP NAME: W-3 VME MICHIGAN FRONT END LOADERS
BID ESTIMATED UNIT OF
LINE comonrTy QUANTITY MEASURE UNIT PRICE EXTENDED PRICE
oaee 929-99-45-010 Pet ms, 8,
SERVICE AND REPAIR FOR FRONT-END LOADERS, VME MICHIGAW
LABOR TO REPAIR IN CITY SHOP
commen
oss 929-99-45-020 Fret ms,
SERVICE AND REPAIR FOR FRONT-END LOADERS, VME MICHIGAN
LABOR TO REPAIR IN CONTRACTOR SHOP
commen
MARK-UP_FROM.
BID ESTIMATED CATALOG cost
LINE COMMODITY «DOLLAR VALUE «CATALOG # = DATE. (PERCENTAGE)
0486 929-99-45-000 _§20,000.00
PARTS & ACCESSORIES WITH OR WITHOUT SERVICE
EXTENDED PRICE: 5,
commen:
TOTAL GROUP W-2 FRICE: §,
The bidder should complete the following information for each Group bid.
GROUP W-3 PRICE LIST IS IN THE FOLLOWING FORMAT:
ference Number Year
Hard Copy
Floppy Disk
cD ROM
OTHER
Website Reference:
‘Specification: 82-92950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 227 of 279
UNTITLED-236
Proposal ~
SPEC NUMBER: 829295042
GnovP NAME: W-4 SWEEPER BRUSH STREET SWEEPERS
BID ESTIMATED UNIT OF
Line comoorrr QUANTITY MEASURE UNIT PRICE EXTENDED PRICE
0487 929-99-81-010 ao m ¢
SERVICE AND REPAIR FOR STREET SWEEPERS, SWEEPER BRUSH
LABOR TO REPAIR IN CITY SHOP
commen:
ose 929-98-81-020 Fr) mS,
SERVICE AND REPAIR POR STREET SWEEPERS, SWEEPER BRUSH
LABOR TO REPAIR IN CONTRACTOR SHOP
COMMENTS
DISCOUNT OFF
BID ESTIMATED CATALOG CATALOG
LINE ComMoprTy «~DOLLAR VALUE CATALOG # DATE. (PERCENTAGE)
0489 929-99-83-000 $20,000.00
PARTS & ACCESSORIES WITH OR WITHOUT SERVICE
EXTENDED PRICE: §,
(ESTIMATED DOLLAR VALUE AT DISCOUNTED PRICES)
comments
‘TOTAL GROUP W-4 PRICE:
The bidder should complete the following information for each Group bid.
GROUP W-4 PRICE LIST IS IN THE FOLLOWING FORMAT:
Reference Number Year
Hard copy
Floppy Disk
cD ROM
OTHER
Website Reference:
Specification: 82-92950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 228 of 279
UNTITLED-237
Proposal ~
SPEC MUMBER: 529295042
GROUP NAME: W-5 RI-RANGER TOWERS
Br ESTIMATED UNIT OF
LINE commonrTy QUANTITY MEASURE UNIT PRICE EXTENDED PRICE
0490 929-98-05-010 ao mg, §,
SERVICE AND REPAIR FOR AERIAL TOWERS, HI-RANGER
LABOR TO REPAIR IN CITY SHOP
COMMENTS +
04s 929-98-05~020 ao im
SERVICE AND REPAIR FOR AERIAL TOWERS, HI-RANGER
LABOR TO REPAIR IN CONTRACTOR SHOP
coments
DISCOUNT OFF
Br ESTIMATED caTALOG CATALOG
LINE COMMODITY «DOLLAR VALUE «CATALOG # DATE. (PERCENTAGE)
0492, 9298-05-00 $20,000.00
PARTS & ACCESSORIES WITH OR WITHOUT SERVICE
EXTENDED PRICE:
(ESTIMATED DOLLAR VALUE AT DISCOUNTED PRICES)
TOTAL GROUP W-5 PRICE: §,
‘The bidder should complete the following information for each Group bid.
GROUP W-5 PRICE LIST IS IN THE FOLLOWING FORMAT:
Reference Nunber year
Hard Copy
Floppy Disk
cD ROM
OTHER
Website Reference:
Speesficabon: 82-92950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 229 of 279,
UNTITLED-238
Proposal ~
SPEC NUMBER: 825295042
GROUP NAME: W-6 HYDRO-TECH PRESSURE MASHERS
BID ESTIMATED UNIT OF
LINE commoorTy QUANTITY MEASURE UNIT PRICE EXTENDED PRICE
0493, 1929-99-64-010 220 ms. 8
SERVICE AND REPAIR FOR PRESSURE WASHERS, HYDRO-TECH
LABOR TO REPAIR IN CITY SHOP
commen
044 929-99-64-020 no ms,
SERVICE AND REPAIR FOR PRESSURE WASHERS, HYDRO-TECH
LABOR TO REPAIR IN CONTRACTOR SHOP
comments
DISCOUNT OFF
BID ESTIMATED CATALOG CATALOG
LINE COMMODITY «DOLLAR VALUE CATALOG # DATE. (PERCENTAGE)
0495 $28-99-64-000 $20, 000.00
PARTS & ACCESSORIES WITH OR WITHOUT SERVICE
EXTENDED PRICE:
(ESTIMATED DOLLAR VALUE AT DISCOUNTED PRICES)
TOTAL GROUP W-6 PRICE:
The bidder should complete the following information for each Group bid.
GROUP W-6 PRICE LIST IS IN THE FOLLOWING FORMAT.
Reference Nunber Year
Hara copy
Floppy Disk
© ROM
OTHER
Website Referenc
‘Specification. 62-92950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 230 of 279
UNTITLED-239
Proposal ~
SPEC NUMBER: 529295042
GROUP NAME: W-7 SPARTAN FIRE APPARATUS
BID ESTIMATED UNIT OF
LINE comonrry QUANTITY MEASURE UNIT PRICE EXTENDED PRICE
0496 936-32-21-010 a0 mg, 8
SERVICE AND REPAIR FOR FIRE APPARATUS, SPARTAN
LABOR TO REPAIR IN CITY SHOP
COMMENTS
0457 936-32-23-020 110 mS. 8.
SERVICE AND REPAIR FOR FIRE APPARATUS, SPARTAN
LABOR TO REPAIR IN CONTRACTOR SHOP
Comme
DISCOUNT OFF
Br ESTIMATED CATALOG ‘CATALOG
LINE COMMODITY «DOLLAR VALUE «CATALOG # = DATE. (PERCENTAGE)
0498 936-32-21-000 _ $20,000.00
PARTS & ACCESSORIES WITH OR WITHOUT SERVICE
EXTENDED PRICE: §, =
(ESTIMATED DOLLAR VALUE AT DISCOUNTED PRICES)
comennrs:
TOTAL GROUP W-7 PRICE: §,
The bidder should complete the following information for each Group bid.
GROUP W-7 PRICE LIST IS IN THE FOLLOWING FORMAT:
Reference Number
Hard copy
Floppy Disk
> ROM
Specification’ 82-92950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 231 of 279
UNTITLED-240
Proposal ~
‘SPEC NUMBER: 529295042
GROUP NAME: X-1 CHAMPION GRADERS
arD ESTIMATED UNIT OF
LINE commoorTy QUANTITY MEASURE UNIT PRICE EXTENDED PRICE
0499 929-95-48-010 310 mS.
SERVICE AND REPAIR FOR GRADERS, CHAMPION
LABOR TO REPAIR IN CITY SHOP
COMMENTS:
0500 929-99-48-020 310 mS,
SERVICE AND REPAIR FOR GRADERS, CHAMPION
LABOR TO REPAIR IN CONTRACTOR SHOP
COMmmENTS
MARK-UP_FROM
BID ESTIMATED ‘carALos ‘cost
LINE COMMODITY —«~DOLLAR VALUE CATALOG @ = DATE (PERCENTAGE)
0502 929-99-48-000 $20,000.00
PARTS & ACCESSORIES WITH OR WITHOUT SERVICE
TOTAL GROUP X-1 PRICE:
The bidder should complete the following information for each Group bid.
GROUP X-1 PRICE LIST IS IN THE FOLLOWING FORMAT:
Reference Munber Year
Hard copy
Floppy Disk
cD ROM
OTHER
Websrte Re:
‘Specification 82-92950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 232 of 279
"UNTITLED-241
‘poral ACCEPTED,
‘SPEC NUMBER: 529295042
GROUP MAME: X-2 GRADALL TELESCOPIC EXCAVATORS
BID ESTIMATED UNIT OF
LINE comoprry QUANTITY MEASURE UNIT PRICE EXTENDED PRICE
0502 929-99-83-010 10 m sM22.50 3s LZ, 270
SERVICE AND REPAIR FOR TELESCOPIC EXCAVATORS, GRADALL
LABOR TO REPAIR IN CITY SHOP
comme
0503 929-99-83-020 ano ms 77580 $40,725
SERVICE AND REPAIR FOR TELESCOPIC EXCAVATORS, GRADALL
LABOR TO REPAIR IN CONTRACTOR SHOP
comments
MARK-UP_ FROM
BD ESTIMATED caTaLos ‘cost
LINE COMMODITY DOLLAR VALUE CATALOG # (PERCENTAGE)
DATE
504 929-95-83-000 $20,000.00 <HaM 2 Bfisfoe
PARTS & ACCESSORIES WITH OR WITHOUT SERVICE
exrewe price: § §_O, COO —
comments
TOTAL GROUP X-2 PRICE: 5,
‘The bidder should complete the following information for each Group bid.
GROUP X-2 PRICE LIST IS IN THE FOLLOWING FORMAT.
Reference Munbez Year
Hard Copy FP E42 AL oo
Floppy Disk
om Rom
omen
Website Reference:
Specification 82-92950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 233 of 279,
UNTITLED-242
Proposal
SPEC MIMBER: 525295042
GROUP NAME: X-3 MONROE DUMP BODIES
BID ESTIMATED UNIT OF
LINE commoorry QUANTITY MEASURE UNIT PRICE EXTENDED PRICE
0505 929-99-96-020 ano mS, 8
SERVICE AND REPAIR FOR DUMP BODIES, MONROE
LABOR TO REPAIR IN CITY SHOP
comments
0506 929-99-96-020 no mS,
SERVICE AND REPAIR FOR DUMP BODIES, MONROE
LABOR TO REPAIR IN CONTRACTOR SHOP
comers:
MARK-UP_FROM
BrD ESTIMATED CATALOG ‘cost
LINE COMMODITY «DOLLAR VALUE «CATALOG # DATE. (PERCENTAGE)
0507 929-99-96-000 $20,000.00
PARTS & ACCESSORIES WITH OR WITHOUT SERVICE
EXTENDED PRICE: §,
commen
TOTAL GROUP X-3 PRICE:
The bidder should complete the following information for each Group bid.
GROUP X-3 PRICE LIST IS IN THE FOLLOWING FORMAT:
Reference Number year
Hard copy
Floppy Di:
cD Rom
omuer
Website Reference:
Specification: 62-92950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 234 of 279,
UNTITLED-243
Proposal ~
SPEC NUMBER: 525295062
‘GROUP MAME: X-4 SWENSON SPREADERS
BID ESTIMATED UNIT OF
LINE commoorTy QUANTITY MEASURE UNIT PRICE EXTENDED PRICE
0508 929-99-72-010 a0 ms, 8
SERVICE AND REPAIR FOR SPREADERS, SWENSON
LABOR TO REPAIR IN CITY SHOP
COMMENTS
0509 929-99-72-020 a0 mm
SERVICE AND REPAIR FOR SPREADERS, SWENSON
LABOR TO REPAIR IN CONTRACTOR SHOP
commenrs :
DIScOmT OFF
Bip ESTIMATED ‘cATALOG ‘CATALOG
LINE COMMODITY «DOLLAR VALUE «CATALOG # == DATE (PERCENTAGE)
0520 929-99-72-000 $20,000.00
PARTS & ACCESSORIES WITH OR WITHOUT SERVICE
EXTENDED PRICE: §,
(ESTIMATED DOLLAR VALUE AT DISCOUNTED PRICES)
TOTAL GROUP X-4 PRICE:
The bidder should complete the following information for each Group bid.
GROUP X-4 PRICE LIST IS IN THE FOLLOWING FORMAT:
Reference Number Year
Hara Copy
Floppy Disk
cD ROK
OTHER
Website Reference:
‘Specification. 82-92950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 235 of 279,
UNTITLED-244
Proposal
‘SPEC NUMBER: 529295062
GROUP NAME: X-5 HYSTER FORKLIFTS
BID ESTIMATED UNIT OF
LINE ‘conmoorTY QUANTITY MEASURE UNIT PRICE EXTENDED PRICE
0522 929-99-36-010 no a 5
SERVICE AND REPAIR FOR FORK LIFTS, EYSTER
LABOR TO REPAIR IN CITY SHOP
COMMENTS:
0522 929-99-36-020 Fer) mR
SERVICE AND REPAIR FOR FORK LIFTS, HYSTER
LABOR TO REPAIR IN CONTRACTOR SHOP
commen
DISCOUNT OFF
BD ‘ESTIMATED caTALoG ‘CATALOG
EINE COMMODITY «DOLLAR VALUE «CATALOG # «DATE. (PERCENTAGE)
0523, 929-99-36-000 $20,000.00
PARTS & ACCESSORIES WITH OR WITHOUT SERVICE
EXTENDED PRICE:
(ESTIMATED DOLLAR VALUE AT DISCOUNTED PRICES)
TOTAL GROUP X-5 PRICE: §,
The bidder should complete the following information for each Group bid.
GROUP X-5 PRICE LIST IS IN THE FOLLOWING FORMAT:
Reference Nunber year
Hard Copy
Floppy Disk
cD ROM
OTHER
Website Reference:
Specification 82-92950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 236 of 279
UNTITLED-245,
Proposal =~
SPEC MOMBER: 829295042
GROUP NAME: X-6 INDUSTRIAL AIR AIR COMPRESSORS
Bip ESTIMATED UNIT OF
LINE comoorry QUANTITY MEASURE UNIT PRICE EXTENDED PRICE
osa4 936-99-02-010 220 ms, s.
SERVICE AND REPAIR FOR AIR COMPRESSORS, INDUSTRIAL ATR
LABOR TO REPAIR IN CITY SHOP
COMMENTS
0525 936-99-02-020 220
SERVICE AND REPAIR POR AIR COMPRESSORS, INDUSTRIAL ME
LABOR TO REPAIR IN CONTRACTOR SHOP
commen
DISCOUNT OFF
BID ESTIMATED caTALos CATALOG
LINE COMMODITY «DOLLAR VALUE CATALOG # =—DATE (PERCENTAGE)
0516 936-99-02-000 _ 20,000.00
PARTS & ACCESSORIES WITH OR WITHOUT SERVICE
EXTENDED PRICE: §,
(ESTIMATED DOLLAR VAEUE AT DISCOUNTED PRICES)
TOTAL GROUP X-6 PRICE: §,
The bidder should complete the following information for each Group bid.
GROUP X-6 PRICE LIST IS IN THE FOLLOWING FORMAT:
Reference Nunber Year
Hard copy
Floppy Disk
cD ROK
OTHER
Website Reference:
Specification: 82-92950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 237 of 279
UNTITLED-246
SPEC MUMBER: 529295042
GROUP NAME: X-7 STERLING TRUCKS
BID ESTIMATED UNIT OF
LINE ‘commoorTy QUANTITY MEASURE UNIT PRICE EXTENDED PRICE
0517 929-98-44-010 a0 aR 8.
SERVICE AND REPAIR FOR TRUCKS, STERLING
LABOR TO REPAIR IN CITY SHOP
COMMENTS
0528 929-98-44-020 Fer) mS, s,
SERVICE AND REPAIR FOR TRUCKS, STERLING
LABOR TO REPAIR IN CONTRACTOR SHOP
commen
DISCOUNT OFF
BID ESTIMATED ‘cATALOS ‘CATALOG
EINE COMMODITY «DOLLAR VALUE «CATALOG. @ = DATE (PERCENTAGE)
0519 929-98-44-000 $20,000.00
PARTS & ACCESSORIES WITH OR WITHOUT SERVICE
EXTENDED PRICE: $.
(ESTIMATED DOLLAR VALUE AT DISCOUNTED PRICES)
comments
TOTAL GROUP X-7 PRICE: §,
The bidder should complete the following information for each Group bid.
GROUP X-7 PRICE LIST IS IN THE FOLLOWING FORMAT
Reference Nunber Year
Hard copy
Floppy Disk
> ROM
orwer
Website Reference:
Spectication: 82-92950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 238 of 279,
UNTITLED-247
Proposal ~
‘SPEC NUMBER: 529295042
GROUP NAME: ¥-1 CHAUSSE MANUFACTURING TOOL HEATERS
1D ESTIMATED UNIT OF
LINE comonrry QUANTITY MEASURE UNIT PRICE EXTENDED PRICE
0520 929-98-85-010 220 ms. 8.
SERVICE AND REPAIR FOR TOOL HEATERS, CHAUSSE MANOPACTORING
LABOR TO REPAIR IN CITY SHOP
commenrs :
os2a 929-99-e5-020 ano ms,
SERVICE AND REPAIR FOR TOOL HEATERS, CHAUSSE MANUFACTURING
LABOR TO REPAIR IN CONTRACTOR SHOP
commenrs
MARK-UP_FROM
BID ESTIMATED carauos ‘cost
LINE COMMODITY «DOLLAR VALUE «CATALOG # DATE. (PERCENTAGE)
0522 929-99-85-000 $20,000.00
PARTS & ACCESSORIES WITH OR WITHOUT SERVICE
EXTENDED PRICE: §.
commenrrs
‘TOTAL GROUP Y-1 PRICE: §,
‘The bidder should complete the following information for each Group bid.
GROUP ¥-1 PRICE LIST IS IN THE FOLLOWING FORMAT:
Reference Number Year
Hard copy
Floppy Disk
> Rom
OTHER
Website Reference:
‘Specification: 82-92950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 239 of 279
UNTITLED-248
Proposal =~
SPEC NUMBER: 829295042
GROUP NAME: Y-2 HARNISCHIFEGER OVER HEAD CRANES
aD ESTIMATED UNIT OF
Lm commoprry QUANTITY MEASURE UNIT PRICE EXTENDED PRICE
0523 929-99-58-010 320 ms,
SERVICE AND REPAIR FOR OVERHEAD CRANES, HARNEISCHFEGER
LABOR TO REPAIR IN CITY SHOP
COMMENTS:
0524 929-99-58-020 320 m6, 8
SERVICE AND REPAIR FOR OVERHEAD CRANES, HARNEISCHFEGER
LARBOR TO REPAIR IN CONTRACTOR SHOP
coments
MARK-UP_FROM
BID ESTIMATED caTaLoc cost
LINE COMMODITY «DOLLAR VALUE «CATALOG # ‘DATE (PERCENTAGE)
0525 929-99-58-000 $20,000.00
PARTS & ACCESSORIES WITH OR WITHOUT SERVICE
EXTENDED PRICE: §,
commen «
TOTAL GROUP Y-2 PRICE:
The bidder should complete the following information for each Group bid.
GROUP Y-2 PRICE LIST IS IN THE FOLLOWING FORMAT:
Reference Nunber Year
Hard copy
Floppy Disk
cD ROM
OTHER
Website Reference
Speaticabon: 82-82950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 240 of 279
UNTITLED-249
Proposal ~
SPEC NUMBER: 829295042
GROUP NAME: Y-3 MU-RUNWAY RUNWAY FRICTION TESTERS
BD ESTIMATED UNIT OF
LINE comoorry QUANTITY MEASURE UNIT PRICE EXTENDED PRICE
0526 929-99-40-010 ano ms. BD
‘SERVICE AND REPAIR FOR FRICTION TESTERS, MU-RONWAY
LABOR TO REPAIR IN CITY SHOP
commen:
0527 929-99-40-020 220 Ps
SERVICE AND REPAIR FOR FRICTION TESTERS, MU-RUNWAY .
LABOR TO REPAIR IN CONTRACTOR SHOP
commeenrs
MARK-UP_FROM,
21D ESTIMATED CATALOG cost.
LINE COMMODITY «DOLLAR VALUE CATALOG # DATE. (PERCENTAGE)
0528 929-99-40-000 $20,000.00
PARTS & ACCESSORIES WITH OR WITHOUT SERVICE
EXTENDED PRICE: §.
TOTAL GROUP Y-3 PRICE: 5.
The bidder should complete the following information for each Group bid.
GROUP Y-3 PRICE LIST IS IN THE FOLLOWING FORMAT:
Reference Number Year
Hard copy
Floppy Disk
cD ROM
OTHER
Website Reference:
Spearfication. 82-92950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 247 of 279,
UNTITLED-250
Proposal ~
‘SPEC MUMBER: 529295042
GROUP NAME: Y-4 TAPLEY RUNWAY FRICTION TESTERS
BID ESTIMATED UNIT OF
LINE ‘commonrTY QUANTITY MEASURE UNIT PRICE EXTENDED PRICE
0529 929-39-42-010 220 mS,
SERVICE AND REPAIR FOR FRICTION TESTERS, TAPLEY
LABOR TO REPAIR IN CITY SHOP
comnenrs
0530 929-99-42-020 ao mS.
SERVICE AND REPAIR FOR FRICTION TESTERS, TAPLEY
LABOR TO REPAIR IN CONTRACTOR SHOP
commeeners :
DISCOUNT OFF
BID ESTIMATED cATALOG CATALOS
LINE COMMODITY «DOLLAR VALUE CATALOG # DATE (PERCENTAGE)
0531 $23-99-42-000 $20,000.00
PARTS & ACCESSORIES WITH OR WITHOUT SERVICE
EXTENDED PRICE: ——
(ESTIMATED DOLLAR VALUE AF DISCOUNTED PRICES)
comments
TOTAL GROUP Y-4 PRICE: §.
The bidder should complete the following information for each Group bid.
OROUP Y-4 PRICE LIST IS IN THE FOLLOWING FORMAT:
Reference Nunber Year
Hard Copy
Floppy Disk
cD ROM
oruER
Website Reference.
Spectication 82-92950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 242 of 279,
UNTITLED-251
Proposal >
‘SPEC NUMBER: 529295042
GROUP NAME: Y-5 JUG AERIAL EQUIPMENT
BID ESTIMATED UNIT OF
LINE commoorTy QUANTITY MEASURE UNIT PRICE EXTENDED PRICE
0532 929-98-06-010 a0 mS, B
SERVICE AND REPAIR FOR AERIAL BUCKETS, JLG
LABOR TO REPAIR IN CITY SHOP
Cone
0533 929-98-06-020 210 mR
SERVICE AND REPAIR POR AERIAL BUCKETS, JUG
LABOR TO REPAIR IN CONTRACTOR SHOP
comnts:
DISCOUNT OFF
Br ESTIMATED carates (CATALOG
LINE COMMODITY “DOLLAR VALUE CATALOG # DATE. (PERCENTAGE)
0534 $29-98-06-000 20,000.00
PARTS & ACCESSORIES WITH OR WITHOUT SERVICE
EXTENDED PRICE: §,
(ESTIMATED DOLLAR VALUE AT DISCOUNTED PRICES)
TOTAL GROUP Y-5 PRICE:
‘The bidder should complete the following information for each Group bid.
GROUP Y-5 PRICE LIST IS IN THE FOLLOWING FORMAT:
Reference Number year
Hara Copy
Floppy Disk
cD ROM
OTHER
Website Reference:
Speciation: 82-92950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 243 of 279,
UNTITLED-252
Proposal
SPEC MIMBER: 829295062
GROUP NAME: Y-6 TOWA MOLD TOOLING COMPRESSORS
aD ESTIMATED UNIT OF
LINE commonrry QUANTITY MEASURE UNIT PRICE EXTENDED PRICE
0535 936-99-03-010 Fre ms
SERVICE AND REPAIR FOR AIR COMPRESSORS, IOWA MOLD TOOLING
LABOR TO REPAIR IN CITY SHOP
commen
0536 936-99-03-020 320 ms, s.
SERVICE AND REPAIR FOR AIR COMPRESSORS, IOWA MOLD TOOLING
LABOR TO REPAIR IN CONTRACTOR SHOP
conmenrs :
DISCOUNT OFF
BID ESTIMATED caratoc ‘CATALOG
LINE COMMODITY «DOLLAR VALUE CATALOG # «(DATE (PERCENTAGE)
0537. 936-99-03-000 $20,000.00
PARTS & ACCESSORIES WITH OR WITHOUT SERVICE
EXTENDED PRICE: §.
(ESTIMATED DOLLAR VALUE AT DISCOUNTED PRICES)
comments
TOTAL GROUP Y-6 PRICE: §,
The bidder should complete the following information for each Group bid.
GROUP Y-6 PRICE LIST IS IN THE FOLLORING FORMAT.
Reference Wunber year
Hard Copy
Floppy Disk
cD Rom
OTHER
Website Reference:
Specification. 82-92950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 244 of 279
UNTITLED-253
Proposal >
‘SPEC NUMBER: 829295062
GROUP NAME: Y-7 SULLIVAN AIR COMPRESSORS
BD ESTIMATED UNIT OF
LINE comoprry QUANTITY MEASURE UNIT PRICE EXTENDED PRICE
0538 936-08-21-010 210 cs
SERVICE AND REPAIR FOR ATR COMPRESSORS, SULLIVAN
LABOR TO REPAIR IN CITY SHOP
COMMENTS
0539 936-08-21-020 no mR 8
SERVICE AND REPAIR FOR AIR COMPRESSORS, SULLIVAN
LABOR TO REPAIR IN CONTRACTOR SHOP
comennrs
DIscouNr OFF
BID ESTIMATED ‘CATALOG ‘CATALOG
LINE COMMODITY «DOLLAR VALUE «CATALOG #=—=CDATE (PERCENTAGE)
0540 936-08-21-000 $20,000.00
PARTS & ACCESSORIES WITH OR WITHOUT SERVICE
EXTENDED PRICE: §
(RSTIMATED DOLLAR VALUE AT DISCOUNTED PRICES)
commen
TOTAL GROUP ¥-7 PRICE: 5
The bidder should complete the following information for each Group bid.
GROUP Y-7 PRICE LIST 2S IN THE FOLLOWING FORMAT:
Reference Number year
Hard Copy
Floppy Disk
cD ROM
OTHER
Website Reference:
Specification: 82-92950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 245 of 279,
UNTITLED-254
Proposal >
SPEC MOMBER: 525295062
GROUP NAME: 2-1 CHEVROLET/GMC
BD ESTIMATED UNIT OF
LINE comonrry QUANTITY MEASURE UNIT PRICE EXTENDED PRICE
saa 929-99-89-010 310 ms. 8
SERVICE AND REPAIR FOR TRUCKS, CHEVROLET/GHC
LABOR TO REPAIR IN CITY SHOP
comers:
0542 1929-99-89-020 Fer ms, .
SERVICE AND REPAIR FOR TRUCKS, CHEVROLET/GMC
LABOR TO REPAIR IN CONTRACTOR SHOP
COMMENTS:
MARK-UP_FROM.
BID ESTIMATED ‘cATALOG ‘cost:
LINE COMMODITY «DOLLAR VALUE «CATALOG # DATE. (PERCENTAGE)
0543, 929-99-89-000 $20,000.00
PARTS & ACCESSORIES WITH OR WITHOUT SERVICE
EXTENDED PRICE: §,
comments
‘TOTAL GROUP 2-1 PRICE: §,
The bidder should complete the following information for each Group bid.
GROUP 2-1 PRICE LIST IS IN THE FOLLOWING FORMAT.
Reference Nunber Year
Hara copy
Floppy Disk
> ROM
OTHER
Website Reference:
‘Specification 82-92950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 246 of 279
UNTITLED-255
Proposal ~
SPEC NUMBER: 25295062
GROUP NAME: 2-2 HARPER TACKHAMMERS
a1D ESTIMATED UNIT OF
LINE ‘commonz7y QUANTITY MEASURE UNIT PRICE EXTENDED PRICE
0544 929-99-50-010 ao mS, 8,
SERVICE AND REPAIR FOR JACK HAMMERS, HARPER
EABOR TO REPAIR IN CITY SHOP
‘COMMENTS
oss, 929-98-50-020 220 mR OS. 8
SERVICE AND REPAIR FOR JACK HAMMERS, HARPER
LABOR TO REPAIR IN CONTRACTOR SHOP
comers
MARK-UP_FROM
BID ESTIMATED: ‘cATALOG cost
LINE COMMODITY «DOLLAR VALUE CATALOG # (DATE. (PERCENTAGE)
0546 929-99-50-000 _§20,000.00
PARTS & ACCESSORIES WITH OR WITHOUT SERVICE
EXTENDED PRICE: §,
comments
TOTAL GROUP 2-2 PRICE: §.
‘The bidder should complete the following information for each Group bid.
GROUP 2-2 PRICE LIST 18 IN THE FOLLOWING FORMAT:
Reference Number
Hard Copy
Floppy Disk
cD ROM
OTHER
Website Reference
‘Speciticanon: 82-92950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 247 of 279
UNTITLED-256
SPEC NUMBER: 829295062
GROUP MAME: 2-3 MULLER CEMENT MIXERS
Br ESTIMATED UNIT OF
LINE commoozTy QUANTITY MEASURE UNIT PRICE EXTENDED PRICE
0547 929-30-98-020 no mg,
SERVICE AND REPAIR FOR CEMENT MIXERS, MULLER
LABOR TO REPAIR IN CITY SHOP
COMMENTS
sae. 929-30-98-020 no ms,
SERVICE AND REPAIR FOR CEMENT MIXERS, MULLER
LABOR TO REPAIR IN CONTRACTOR SHOP
commen
MARK-UP_FROM
BID ESTIMATED CATALOG ‘cost
EINE COMMODITY «DOLLAR VALUE CATALOG # DATE. (PERCENTAGE)
0548 929-30-98-000 $20,000.00
PARTS & ACCESSORIES WITH OR WITHOUT SERVICE
‘EXTENDED PRICE:
coments
TOTAL GROUP 2-3 PRICE: §.
The bidder should complete the following information for each Group bid.
GROUP 2-3 PRICE LIST IS IN THE FOLLOWING FORMA’
Reference Number Year
Hard Copy
Floppy Disk
cD ROM
OTHER
Website Referenc
Specification: 82-82950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 248 of 279,
UNTITLED-257
Proposal =~
‘SPEC MOMBER: 529295042
GROUP NAME: 7-4 TENNANT SWEEPERS & SCRUBBERS
BID ESTIMATED UNIT OF
LINE comonrry QUANTITY MEASURE UNIT PRICE EXTENDED PRICE
0550 929-98-37-010 no mR §, 8.
SERVICE AND REPAIR FOR SWEEPERS & SCRUBBERS, TENNANT
LABOR TO REPAIR IN CITY SHOP
commen:
ossa 929-98-37-020 210 mg.
SERVICE AND REPAIR FOR SWEEPERS & SCRUBBERS, TENNANT
LABOR TO REPAIR IN CONTRACTOR SHOP
commen:
DISCOUNT OFF
BID ESTIMATED caratos ‘CATALOG
LINE COMMODITY «DOLLAR VALUE «CATALOG # DATE. (PERCENTAGE)
0552 929-98-27-000 $100,000.00
PARTS & ACCESSORIES WITH OR WITHOUT SERVICE
EXTENDED PRICE:
(ESTIMATED DOLLAR VADE AT DISCOUNTED PRICES)
COMMENTS:
TOTAL GROUP 2-4 PRICE: §.
The bidder should complete the following information for each Group bid.
GROUP 2-4 PRICE LIST IS IN THE FOLLOWING FORMAT:
Reference Number year
Hard Copy
Floppy Disk
cD ROM
OTHER
Website Referenci
‘Specification: 2-92950-42, PARTS AND SERVICE FOR HEAWY MACHINERY AND EQUIPMENT, Page 249 of 279
UNTITLED-258
‘SPEC NUMBER: 529295042
GROUP NAME: 2-5 KALMAR FORKLIFTS
BID ESTIMATED UNIT OF
‘LINE commonrry QUANTITY MEASURE UNIT PRICE EXTENDED PRICE
0553 929-98-37-010 Fry ms,
SERVICE AND REPAIR FOR FORK LIFTS, KALMAR
LABOR TO REPAIR IN CITY SHOP
commen:
oss 929-98-37-020 Fer} ms A
SERVICE AND REPAIR FOR FORK LIFTS, KALMAR —
ZABOR TO REPAIR IN CONTRACTOR SHOP
commer
DISCOUNT OFF
BID ESTIMATED caratos ‘CATALOG
LINE COMMODITY «DOLLAR VALUE «CATALOG # «DATE. (PERCENTAGE)
0555 929-99-37-000 _ $20,000.00
PARTS & ACCESSORIES WITH OR WITHOUT SERVICE
EXTENDED PRICE:
(ESTIMATED DOLLAR VALUE AT DISCOUNTED PRICES)
coments
TOTAL GROUP 2-5 PRICE:
The bidder should complete the following information for each Group bi
GROUP Z-5 PRICE LIST IS IN THE FOLLOWING FORMAT;
Reference Nunber Year
Hard copy
Floppy Dask
cD ROM
OTHER
Website Reference:
Specification. 82-82950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 250 of 279,
UNTITLED-259
Proposal ~
SPEC MOMBER: 525295042
GROUP MAME: 2-6 JEN STEAM CLEANERS
BID ESTIMATED UNIT OF
LINE commonr7y QUANTITY MEASURE UNIT PRICE EXTENDED PRICE
osse 929-99-75-010 Fer m §, s,
SERVICE AND REPAIR FOR STEAM CLEANERS, JENNY
LABOR TO REPAIR IN CITY SHOP
commenrs
0557 929-99-75-020 no mR
SERVICE AND REPAIR FOR STEAM CLEANERS, JEM
LABOR TO REPAIR IN CONTRACTOR SHOP
commen
DISCOUNT OFF
BD ESTIMATED caTALOG ‘CATALOG
LINE ComoprTy «DOLLAR VALUE «CATALOG # «DATE. (PERCENTAGE)
0558 929-99-75-000 $20,000.00
PARTS & ACCESSORIES WITH OR WITHOUT SERVICE
EXTENDED PRICE: §,
(ESTIMATED DOLLAR VALUE AT DISCOUNTED PRICES
TOTAL GROUP 2-6 PRICE: §¢,
The bidder should complete the following information for each Group bid.
GROUP 2-6 PRICE LIST IS IN THE FOLLOWING FORMAT:
Reference Number Year
Hard copy
Floppy Disk
ep ROM
OTHER
Website Reference:
Speetication: 82-92950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 251 of 279
UNTITLED-260
Proposal ~
SPEC NUMBER: 829295042
GROUP NAME: 2-7 UNITED ROTARY RUNWAY BROOM BRISTLES
ID ESTIMATED UNIT OF
LINE comoprry QUANTITY MEASURE UNIT PRICE EXTENDED PRICE
osss 929-98-77-010 210 mg. 8,
SERVICE AND REPAIR POR RUNWAY BROOM BRISTLES, UNITED ROTARY
LABOR TO REPAIR IN CITY SHOP
comeenrs
0360 929-98-77-020 ano mg. 8
SERVICE AND REPAIR FOR RUNWAY BROOM BRISTLES, UNITED ROTARY
TABOR TO REPAIR IN CONTRACTOR SHOP
commenrs
DISCOUNT OFF
BID ESTIMATED CATALOG ‘CATALOG
LINE COMMODITY «DOLLAR VALUE «CATALOG # «DATE. (PERCENTAGE)
0561 929-96-77-000_ $20, 000.00
PARTS & ACCESSORIES WITH OR WITHOUT SERVICE
EXTENDED PRICE:
(ESTIMATED DOLLAR VALUE AT DISCOUNTED PRICES)
TOTAL GROUP 2-7 PRICE: §.
The bidder should complete the following information for each Group bid.
GROUP 2-7 PRICE LIST IS IN THE FOLLOWING FORMAT.
Reference Nunber year
Hard Copy
Floppy Disk
cD Rom
OTHER
Website Reference:
Speciicabon: 82-92950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 252 of 279
UNTITLED-261
SPEC NUMBER: 529295042
GROUP NAME: 2-8 NON-O.E.M. PARTS
DISCOUNT OFF
BID ‘ESTIMATED caraLos CATALOG
LINE COMMODITY «DOLLAR VALUE «CATALOG # = ‘DATE (PERCENTAGE)
0562 765-97-51-000 $100,000.00
MARK-UP ¥ FOR NON-O.E.M. PARTS
EXTENDED PRICE: $.
(ESTIMATED DOLLAR VALUE AT DISCOUNTED PRICES)
‘TOTAL GROUP z
PRICE:
‘The bidder should complete the following information for each Group bid.
GROUP Z-8 PRICE LIST IS IN THE FOLLOWING FORMA’
Reference Number Year
Hard Copy
Floppy Disk
> ROK
OTHER
Websate Reference:
Specification: 82-92950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 253 of 279
UNTITLED-262
Proposal =~
TOTAL GROUP A-I PRICE $____ ‘TOTAL GROUP A-2 PRICE.
TOTAL GROUPB-1 PRICES TOTAL GROUP B.2 PRICE.
TOTAL GROUP C-1 PRICE'S TOTAL GROUP C2 PRICE $
TOTAL GROUPD-1PRICE:$__ ‘TOTAL GROUP D-2 PRICE'S
TOTALGROUPE- PRICE $e ‘TOTAL GROUP E-2 PRICE S.
TOTAL GROUPF-! PRICE S$ TOTAL GROUP F-2 PRICE $.
TOTAL GROUP G-1 PRICE.$ TOTAL GROUP G-2 PRICE:
‘TOTAL GROUP H-1 PRICE'S. TOTAL GROUP H-2 PRICE 5
TOTALGROUPI1 PRICE $s TOTAL GROUP12 PRICE $
‘TOTAL GROUP 11 PRICE $ TOTAL GROUP 12 PRICE:
TOTAL GROUP K-1 PRICE 5. ‘TOTAL GROUPK-2PRICE §
TOTAL GROUP L-1 PRICE ‘TOTAL GROUP L2 PRICE 5.
TOTALRRQURMA PRICES TOTALGROUPM2PRICE $_
‘TOTAL GROUP N-1 PRICE: $. “a Lhe. ‘TOTAL GROUPN-2PRICE:$
TOTAL GROUPO-1 PRICE $ TOTAL GROUP 0-2 PRICE $
TOTAL GROUP P-1 PRICE 5. ‘TOTAL GROUP P.2 PRICE 5.
TOTALGROUPQ-I PRICES TOTAL GROUP Q2 PRICE
‘TOTAL GROUP R-1 PRICE. S, ‘TOTAL GROUP R-2 PRICE S
TOTAL GROUP +1 PRICE SS TOTAL GROUP 5.2 PRICE $
TOTAL GROUP T-I PRICE § TOTAL GROUP T-2 PRICE $.
TOTALGROUPU-1 PRICE 5. TOTAL GROUP U-2 PRICE
TOTAL GROUP V-1 PRICE $. TOTAL GROUP V.2 PRICE $
‘TOTAL GROUP W-1 PRICE. TOTAL GROUP.W:2 PRICE $
TOTAL GROUP X-1 PRICE $e toraLcrour x price s_ 42, 0G,
‘TOTAL GROUP Y-1 PRICE TOTAL GROUP Y.2 PRICE $
TOTAL GROUPZ-1 PRICE. 5 ‘TOTAL GROUP22 PRICE
Specificabon. 82-92950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 254 of 279
UNTITLED-263
TERM_ AGREEMENT
CITY OF CHICAGO
oer AGREEMENT NO EC NO vawon no PRAT OATE | PACE
35 72-9298 129285042 zoo A__| o7 3002 | 1
DESCRIPTION: PuRts & SERVICE FoR VARIOUS HEAVY MACHINERY & EOUIPMENT
Vinton idoeess (ahy soo faawThoE srany oar
‘contact Penson anor BAzAN woes PwONE 620-684-2700
une comeoorty/ esrimareo Lor opoee wat oF sry price
ccaTaQoa # CURRENT ATE: GATALOG 116M CODING REQUIRED
UNTITLED-264
TERM AGREEMENT
CITY OF CHICAGO,
Ao co
tammee [aewo a Losoel 2 |
vawor nan Fuse ast
une comoorty/ estimate Lor owore wary oF wary ree
sce 228 99 29 10 110 ve 102 00
99 ¢9 020 +10 “ 97 800
FOR TELESCOPIC EXCAVATORS, GRADALL
ie in conraacTon ShoP
9 oars « Reeessonie® e1TH on wiTvouT stmvice * soe
SHYR FUND "DEPT ""ORON APPR ACTY OBUECT RPTG vOB/PROY
oz yoo"? aT he’ “Cato oto
Too8 "S005, ones
Er AOvESVEAGOe AGREES To TURES. AND DELIVER, JM ACCORDANCE WITH THE TERMS OF THE GENERAL 4NO
Sricia ‘couos ions. ah OLTATLED StevPLEATIONS, OWLY THOSE Tews CISVED As0vE i
Beraeruenrs wile sche Sueoabens For Tene ap ReQUTeCS, THE etTy wilt tOT BE osc ianreD
Fe'PAY ON EXCESS OF THe DHONEATED' UNIT PRICES SUBYEET TO ANY APPROVED ESCALATION/DESEALATION
UNTITLED-265
TOTAL GROUP A:3 PRICE S$
TOTAL GROUP B-3 PRICE. $
‘TOTAL GROUP C-3 PRICE.
‘TOTAL GROUP D-5 PRICE:
TOTAL GROUPES PRICE 5.
TOTAL GROUP F-3 PRICE. $
TOTAL GROUP G-s PRICES
‘TOTAL GROUP H-3 PRICE $.
TOTAL GROUP IS PRICE.
‘TOTAL GROUP 13 PRICE 5.
TOTAL GROUP K-5 PRICE 5.
TOTALGROUPLS PRICE
TOTAL GROUP M-3 PRICE.
TOTAL GROUPN-3 PRICE'S,
TOTAL GROUP O-3 PRICE'S
TOTALGROUPP-S PRICE $
‘TOTAL GROUP} PRICES
TOTAL GROUPRS PRICE $
‘TOTAL GROUP 5-3 PRICE. 5,
TOTAL GROUPT-3 PRICE 5
TOTAL GROUP U3 PRICE
TOTAL GROUP V:3 PRICE $.
TOTAL GROUP W:5 PRICE'S,
TOTAL GROUP X-3 PRICE.
TOTAL GROUP Y-3 PRICE
|
TOTAL GROUP 2-3 PRICE 5.
Proposal ~
TOTAL GROUP At PRICE.
‘TOTAL GROUP B-4 PRICE. 5
TOTAL GROUP C-4 PRICE $.
‘TOTAL GROUP D-4 PRICE. $
TOTAL GROUP E- PRICE 5.
TOTAL GROUP F-4 PRICE $
TOTAL GROUP G-4 PRICE:
‘TOTAL GROUP H- PRICE'S
‘TOTAL GROUP 4 PRICE. 5
TOTAL GROUP 4 PRICE 5.
‘TOTALGROUP K-4 PRICE §
TOTAL GROUP L- PRICE. $
‘TOTAL GROUP M-4 PRICE 5.
‘TOTAL GROUP N-4 PRICE: 5,
TOTAL GROUP 0-4 PRICE'S
TOTAL GROUP P-4 PRICE $
‘TOTAL GROUP Q4+ PRICE 5.
TOTAL GROUP R- PRICE
TOTAL GROUP S-4 PRICE 5.
TOTAL GROUP T-4 PRICE S.
|
TOTAL GROUP U-t PRICE $
TOTAL GROUP V-4 PRICE S
TOTAL GROUP W-4 PRICE 5.
TOTAL GROUP X-4 PRICE S
TOTAL GROUP Y-4 PRICE $
TOTAL GROUP Z-4 PRICE $.
Specification, 62-92950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 255 of 279
UNTITLED-266
TOTAL GROUP A-S PRICE
‘TOTAL GROUP B-S PRICE'S.
‘TOTAL GROUP C'S PRICE.$___
TOTAL GROUPD-SPRICE.$___
‘TOTAL GROUP E-S PRICE 5.
TOTAL GROUPF-S PRICE S.
‘TOTAL GROUPS PRICE. 5.
‘TOTAL GROUP H-S PRICE. $
‘TOTAL GROUP IS PRICE 5.
‘TOTAL GROUP 1-5 PRICE 5.
‘TOTAL GROUPK-S PRICE $.
TOTAL GROUPL-S PRICE 5.
TOTAL GROUP M-5 PRICE:
TOTAL GROUP NS PRICE'S.
TOTAL GROUP 0-5 PRICE:
‘TOTAL GROUP PS PRICE'S
‘TOTAL GROUPS PRICE 5.
‘TOTAL GROUP Rs PRICE:S.
TOTAL GROUP S-S PRICE 5.
TOTAL GROUPT-S PRICE $
‘TOTAL GROUP U-S PRICE 5
‘TOTAL GROUP V-S PRICE 5.
‘TOTAL GROUP W-S PRICE $
TOTAL GROUP X-5 PRICE 5.
‘TOTAL GROUP Y-5 PRICE:
‘TOTAL GROUP Z-S PRICE'S
Proposal ~
TOTAL GROUP A- PRICE $
‘TOTAL GROUP B-6 PRICE:
TOTAL GROUP C-6 PRICE 5.
TOTAL GROUP D-S PRICE 5.
TOTAL GROUP E-6 PRICE $
TOTAL GROUP F.6 PRICE $
TOTAL GROUP G-6 PRICE $
‘TOTAL GROUP H- PRICE
‘TOTAL GROUP!/-6PRICE $.
‘TOTAL GROUP 1-6 PRICE: 5.
‘TOTAL GROUP K-6 PRICE $
‘TOTAL GROUP L-6PRICE $.
TOTAL GROUP M-5PRICE $.
TOTAL GROUP N-6 PRICE. 5
‘TOTAL GROUP O-6 PRICES
TOTAL GROUP P-6 PRICE. $
TOTALGROUP Q-6 PRICE 5
TOTAL GROUP R-6PRICE 5.
TOTAL GROUP 5-6 PRICE $
TOTAL GROUP T-6PRICE 5.
‘TOTAL GROUP U-6PRICE $
‘TOTAL GROUP V.6 RICE
‘TOTAL GROUP W-5 PRICE 5
‘TOTAL GROUP X.6 PRICE §
‘TOTAL GROUP Y-6 RICE 5.
‘TOTAL GROUP Z-6 PRICE $
‘Specification: 82-92950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 256 of 279
UNTITLED-267
‘TOTAL GROUP A-7 PRICE: S
‘TOTAL GROUP B-7 PRICE: S,
TOTAL GROUP C-1 PRICE:S.
‘TOTAL GROUP D-7 PRICE'S
‘TOTAL GROUP E-7 PRICE. 5
‘TOTAL GROUP F-7 PRICE'S.
TOTALGROUPG-7PRICE $__
‘TOTAL GROUP H-7 PRICE:
TOTAL GROUP 1-7 PRICE'S.
‘TOTAL GROUP 1-7 PRICE.$
‘TOTAL GROUP -7 PRICE 5.
TOTAL GROUP L-7 PRICE:S
TOTAL GROUP M7 PRICE:S,
‘TOTAL GROUPN-7 PRICE'S,
‘TOTAL GROUP 0-7 PRICE: .
TOTAL GROUP P-7 PRICE $
TOTAL GROUP 7 PRICE. S
TOTAL GROUPR-7 PRICE 5
TOTAL GROUP S.7 PRICE 5.
TOTAL GROUPT.7 PRICE 5.
TOTAL GROUP U7 PRICE $
TOTAL GROUP V-7 PRICE $
‘TOTAL GROUP W.7 PRICE: 5
‘TOTAL GROUP X.7 PRICE.
‘TOTAL GROUP Y.7 PRICE 5.
TOTAL GROUP 2-7 PRICE 5.
Proposal
‘TOTAL GROUP A+ PRICE
‘TOTAL GROUP B-8 PRICE: S
TOTAL GROUPC-8 PRICE S.
TOTALGROUP Ds PRICE $
‘TOTAL GROUPE-8 PRICE S.
‘TOTAL GROUP Z-§ PRICE:S
‘Specification 82-92950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 257 of 279
UNTITLED-268
PROPOSAL ~
Welk
pean a= a7)
Cesc Ce [ETYTED
EES P :
= "
LOCATION OF REPAIR AND MAINTENANCE SHOP:
ADDRESS: a 2 Front, A
Fiuen sly, th bos
pone 50) bey - 2730
‘THREE (3) COPIES OF CURRENT PRICE LIST/CATALOGS ATTACHED TO BID:
ves_ No
LOCATION OF FACILITY WHERE INVENTORY IS MAINTAINED:
ADDRESS > OW. Frente KV
Bor 2 Zh e272
pHoNE (670) 654-276 0
INDICATE IF YOU ARE:
‘MANUFACTURER. Ys NO >
EXCLUSIVE DISTRIBUTOR®: vs = NO
AUTHORIZED DISTRIBUTOR*: ves NO.
AUTHORIZED SERVICE REPRESENTATIVE® ys XX NO
“fan exclusive of authored disinbutor or service representative, bidder should provide the name, address
{and phone number of manufacturer and attach to the bid wntten documentation venting tatu.
Specification 82-92950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 258 of 279
UNTITLED-269
1
hoor,
6. EXCEPTIONS (EXPLAIN): OEE cy,
NOTE: EACH BIDDER/PROPOSER MUST ACKNOWLEDGE RECEIPT OF A FULL SET OF CONTRACT
DOCUMENTS AND ANY ADDENDA AT THE TOP OF THE PROPOSAL EXECUTION PAGE (LE. TO BE
EXECUTED BY A CORPORATION, PARTNERSHIP OR SOLE PROPRIETOR AS APPLICABLE)
PERSON TO CONTACT REGARDING THIS BID
name Bob Toy w PHONE: U29__b5Y- 2/700
Speatication 62-92950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 259 of 279
UNTITLED-270
" Sent By. FINKBINER EG CO; sa06sea792,
2-16-02 11:06; Page 2/7
99 98:57 FR GRADAL( Sowsase84ss 398 399 BAES TO FINKBINER BURR P.eivet
The GRADALE company
406 Mil Ave SW. New Piaseptua, Ohlo 42663
"Phone 390999-2215 Rex 390-389-8468
epuiwww pedal. com
April 28, 1999
To Whom It May Cuncem:
Please be advised that Finkbiner Equipment Company Is the 2 Gradall
doaler for nortnem Indiana and northem liinois inctuding the Chfeago metro
larea. Finkbiner is the only authorized distributor for the service find sale of
‘Gradall excavators inthis terrtory and wil be into the future. |
i
}
‘Should you have any questions, piease free to call.
Very uty yours,
MinBnrd AaB
M.A Haberan .
Gator anager
Ercvator Groep
smh i
finkbiner-001 i
}
|
04/28/99. @7 0: Tx/mx wal iase Bont
UNTITLED-271
' Sent By. FINKBINER EQ CO; es06s437025 sJuh-18-02 11.08, Page 9/7
, BLAW-KNOX . - a vosoact amore
: CONSTRUCTION EQUIPMENT conronaTigy, greene
May 8, 1996
ree
Mr Marty Abrendt
Finkbiner Equipment Co
15 W 400 N, Frontage Road
‘Burr Ridge, IL 60521
Subject Distributor Agreement/Schediale A
Dear Marty
Please find enclosed your copy of the Distributor Agreement for ABG pavers
finalize, sealed and duly executed
‘We look forward to along and prosperous association
Sincerely,
BLAW-KNOX
Construction Equipment Corporation
Afppres 2 llr
R & Blot
North American Sales
REE)
nector
Enclosure(s)
UNTITLED-272
SUPPLEMENTTO . -
BLAW-KNOX CONSTRUCTION EQUIPMENT CORPORATION / INGERSOLI-RAND
Mattoon, Ulieais, USA.
DOMESTIC SALES & SERVICE AGREEMENT
THIS AGREEMENT made this_18T day of APRIL, 1996 _. by and bers
[BLAW-KNOX CONSTRUCTION EQUIPMEN! CORPORATION, with offices at Matfoon Iinois U S.A ("BLAW-
KNOX”) and__PINKBIRER EQUIPHENT COMPANY woth offices #15 W. 400 8.
FRONTAGE RD, BURR RIDGE, 1% 60521 _(piSTRIBUTOR",
THE APPORTMENT
1) The Company ppomis Dsinbutor and Dutibutor arp the appintent athe Dut of equipment,
parts and ecesones Produ) acuded within Schodsie"A, tached
(Tee Cempany shal etl Proce to Dtbutor and Dabo shall purchase
the price end upon such terms and conten as may fom net Ue be
(@)TheDusnstr sal py fr rosa anc scent wah bas of
Saks & Servos Agromet andor Poy Statement
TERRITORY
2 cae MME aRS Ae" PSee AEE ESTS Mrs te nes tom
mthe specifies
Teme’)
(0) Tha Apo ad ins Conte va Dio ind wine Ifo eps eet
Products and do aot restnct i aay manner the Company's right to herwise eagagh in business enterprises
‘thin Temtory
©) The Company wil refer to Distribute all inguanesrecewod by from prospecting purchasers of Products within
tnoterory
‘TERMS AND CONDITIONS OF SALE
3 (@) All orders for Products placed by Distnbutor with Company skal be:
representative of the Company
(©) Unless othervase agreed i wmiting all orders for Products shal be shipped i accordance with the terms and
cooditons of this Agreement and al prices ex-factory in effet atthe time the
however tbe Company expressly reserves the ght to change selling press those im effect atthe tne of
sluprocat upon seven (7) days’ atten nouce to Dastnbotor,
(©) Except as provided within paragraph(b)ahove, the Company reserves the ngif to change poss, terms of
Distributor given fifteen(15) days prox to the effecuve date thereat
PAYMENT
4G) Dastriutor agrees to pay the Company the purchase pnocs of Products
procedures custing st tbe time ofthe acceptance of order by the
(©) Duet agers shall chen wraten permistion from the Company before ft shall resur Products for ret
‘or exchange
(©) Dustnbuter agrees that shall make no deducuon of set off against sums
Products to Dstnbutor unless the Company bas issued acredht memo
cxsetoff
(Payment shal be mW S Dollars
USE OF TRADEMARKS AND TRADENAMES
5 Distributor shall not use any word, pas, tradename or trademark likely to be donfused with the business of the
Company «fs parent any Subsidiary or afi of the parent ofthe Company wrfnout the express wmiten consent
ofthe Company The Company reserves the Fight to review such materials use! ty[the Dacnbutor wn order to aBsure
‘compliance herewith
UNTITLED-273
RELATIONSHIP OF THE PARTIES
B
INDEMNIFICATION
AMENDMENT
6
ASSIGNMENT
17. Thus Agroement may not be asignad or transfered by Distnbutor without the por
APPLICABLE LAW
i
«eee pagent ep
ee ee
‘negligence, ndemmity,stnct ablity or otherwise
(@)_ The promsions ofthis clause shall survive the termunation of this Agreement
‘The legal relavonshup exisung between the patics shall be that of scler and
repreent that 15 the agent, Servant or employee of the Company. noc make any
‘upon the Company greater in scope or dation than provided for hex
“The Distibutor aclnowledges that any sum received by a from the Company shall
eadered oc derived from sales made by tof Products n accordance wath the terms of
‘of sch sus wl be applied by it rectly x mndinetly for the purposes of soletng 6c
‘of Products by any party and that it shall indemnify and hold the Company
demand which might anse because of ts appcation of such sums ia violation of
(a). This Aproement, unless otherwise terminstcd as hereuafler provided, shall
‘year from the date frst above watien and shall automaucally be renewed
and Dastnbotor shall not
or warranty binding,
attnbuted solely to services
Agreement, that no portca
the sale and purchase
ftom any claim, expense or
in effet for a pei of one
subject, however, 10 the
followng provisions This Agreement may be terminated by exer paty,|with of without cause, on
sxxty (60) days" wren aotuce to the other party
(&) Thus Aggeement may be terminated by ether party upon one iy's wren
ccnurrenoe of any matenal breach of any provision here or a a result of the
‘thee party of ifthe Giaanial condstuons of either party becomes 30 impaured in
‘to endanger ts ability to perform ts obligations in accordance wih this Af
(©) This Agrooment may a ie option ofthe Compaay, be terminated upon ove
Disinbutor ceases to conduct its operabons in the normal course of Business
payment due the Company fara penod of ffteen(15) days
(4) Ths Agreement is personal between the Company andthe present owners and
cuange nthe ownership, control or managerent of Distributor which
reason shall be sufficin: basis ofthe Company to teuunate this Agreement
(©) Ths Agreement may be termmated by the Company at any tne upon one()
vent the Company detrmmes thatthe Distributor or any of ts employees,
doctor sadist payment to any employee, agent o representative of a
goverment offical forthe purpose of canny or inducing such employee, agent
Influence the customer's oF pospecuve customer's purchase ofthe Compeny’s
(®) ln consideration of the appomtment by the Company of Dstnbutor and the
Datributer tothe exeat ti permitted to do so, expressly waives whatever
ansng from any statute, la, repulaton, custom or the ik, to obtain
son from the Company due to the termunation ofthis Agreement
to the other party upon the
ivency or bankruptcy ofthe
pivon ofthe other party
's notice to Dusrbuior
it Dastributor defaults any
to be derived therefrom,
it might otherwise possess
x yudicl relief of any
(9) Up emanation, tbe Dutnbtor wil mediately retro the Company fe Doks, manuals xaos.
record cade, sales data, teraturc, forms and any tbr sales o administrative
‘Tas Agocmont shall aot be amended or changed in any fashion or degree except
fepresentanve of each party
(2) Thepartes hereby understand and agree thatthe United Natons Convention ca
Sale of Goods specially excluded from and wall aot in any way be
(&) Thus Agreement shall be governed by and interpreted in scoordance with the
supplied by the Company
1g signed by an authorized
consent of the Company
fe the International
to th Agreement
ofthe USA.
Pg3
UNTITLED-274
SCHEDULE A
BLAW-KNOX CONSTRUCTION EQUIPMENT CORPORATION
‘Attached to and made a part of the Sales & Service Agreement dated APRIL 1,| 1996 between
BLAW-KNOX and DISTRIBUTOR.
BLAW.INOX Blaw-Kaox Contain Equipment Coporion
750 Broadway Avenue East
Mattoon, linois, US A. 61938-4600
Attention President
FaxNo 217-234-8827
DISTRIBUTOR: FINKBINER EQUIPMENT CO.
Pe EE Ra ae is — |
‘BURR RIDGE, th 60521
Riention We. Marty Abrondt
sa =
Fax No
EFFECTIVEDATE APRIL 1, 1996
EXPIRATION DATE APRIN. ‘1. 1997
EQUIPMENT TYRE MODEL
All ABG Asphalt Pavers
Optional equipment and spare parts for above machines,
FRRITORY: specified counties in 1h and IN (sce
ANNUAL TARGET SALES VOLUME
ACTION PLAN, DEALER SATES AND MARKETING ACTION PLAN D.
hereto as Exhibit 1
Executed sof the 3°” day of _W\ acy 1996
aisth .
oo reached
«cause panes
Seen
Title President
DISTRIBUTOR __PINKBINER BQUIPMEMT c¢
». Zee gd
ont
Tule__ President
UNTITLED-275,
D Racer,
ACCEPTANCE
‘The undersigned, on behalf ofthe CITY OF CHICAGO, a municipal corporation ofthe State o lias, hereby accept
The tego bd tm sented nthe propos
vonrmomoicanna s £4000 = DUR,
rund Chapeatie 02-100 ~Y0 ~ 2035 ~0360 -6 360
Contract Awarded and Released on
te dayos_|7_ 20 0°
‘Approved as to form and legality
Zasstant Corporation Counsel
‘Specificabon: 2-92950-42, PARTS AND SERVICE FOR HEAVY MACHINERY AND EQUIPMENT, Page 278 of 279
UNTITLED-276
SENTRY SELECT TNeuRaNcE COMPANY
SYELERe EOLGT, Misconsin
PAPARTCEOAT inS gr8ex ‘Eonpanv>
A*WEMDER OF THE SENTRY FARTCY OF INSURANCE COMPANIES
CERTIFICATE OF INSURANCE ACCOUNT NUMBER 49-69208
The cortetscate ts, tgeu
oroaiter the coverage af
1 ome
ag a matter of info onfers 0
ehger, axPene
1d By én
35 of
Pinkbiner Equipment Co., Inc.
15W 400 ¥ Frontage Road
Dorr Ridge, TL 60527
This certificate ss tssues on 1 ‘ang is effective untia
Teicertifies that policies 97 insurance 13sted: below ha s2iea"e
Bs
eeexelus:
gagitions oF such policies. ‘Limits shown may nave Been reduce.
Coverage Provided Policy Mumber All Limits in Thousands
General Liapinity 49-69208-06 gs we
Brosuets Rogregate $1980
occurrence Pers/Aav ingury 3 7580
Egeh Gecurrance 3 Boo
Fir $e
nee 3 3
Automobile Uiabinity 49-69208-06 + 500
ity Inguey and
faperiy Banage Caab ine
-Angraaky Damee® Combined
Unbeelia Lioninity a9- 06 Each Occurrence 10,000
969208-06 Eeeteai kporegste ae
Products Reoresate Na
Shoyte any of, the, above re the
tice to the cerei fie: i
Workare_ Compeasioa
Virginia Surety 0200023032 Each Accident # 100,000
Disease-Liatt 100,000
Disease-Policy Linke 300,000
W.c. Statutory Lintes Incl,
Recipient of Notice
City of Chicago
Procurement Department
121 N. Lasalle st., # 403
Chicago, TL 60602
C1035 (MECH
‘AME 49-69201 1-212048
Pace 1
tObe0
UNTITLED-277