| Contract Summary Sheet |
| Contract (PO) Number: 1740 |
|
|
| Specification Number: 4628 |
|
|
| ‘Name of Co + FREEWAY FORD - STERLING |
|
|
| act |
|
|
| (City Department: FIRE DEPARTMENT |
|
|
| ‘Title of Contract: THREE (3) MASS CASUALTY INCIDENT RESPONSE TRUCKS |
|
|
| (Term of Contract is not applicable) |
|
|
| Dollar Amount of Contract (or maximum compensation fa Term Agreement): |
| $164,605.38 |
|
|
| Brief Description of Work: THREE (3) MASS CASUALTY INCIDENT RESPONSE |
| ‘TRUCKS |
|
|
| Procurement Services Contact Person: ANTHONY GEORGIAN |
|
|
| ‘Vendor Number: 1035840 |
| Submission Date: |
| JUN 2 6 2003 |
|
|
| UNTITLED |
| ‘TARGET MARKET PROGRAM |
| BIDDING RESTRICTED TO CITY OF CHICAGO CERTIFIED |
| ‘MINORITY BUSINESS ENTERPRISE(S)(MBE) |
|
|
| AND WOMEN BUSINESS ENTERPRISE(S) (WBE) FIRMS |
| WITH APPROPRIATE SPECIALITY AREA DESIGNATION. |
|
|
| veworno. 103 5840A conrmcrno. 1770 |
|
|
| SPECIFICATION NO.: 4628 RFQNo.: 343 |
| for |
|
|
| ‘3 MASS CASUALTY INCIDENT RESPONSE TRUCKS |
|
|
| Required for use by |
| caucaco rine verartment “ACCEP 7. |
| c/o DEPARTMENT OF FLEET MANAGEMENT Ee 2) |
|
|
| ‘ACCERTEA sup: 02-0446-0592005-6061-220440-55359111 |
| 81D DEPOSIT: NONE |
|
|
| DRAWINGS: NONE |
|
|
| a On ) |
| ° |
|
|
| INFORMATION: ANTHONY GEORGIAN, HEAD PURCHASE CONTRACT ADMINISTRAT( |
|
|
| PHONE NO: (3121744-4905 orev 4/3/03 |
|
|
| Al bids are to be sealed and received no later than 11:00 a.m. on the day of tl |
| ‘Bid Opening, All bids will be read publicly in the |
|
|
| BID AND BOND ROOM |
| spre ROOM 301, CITY HALL |
| ACCEERLEM |
|
|
| sssued by |
|
|
| ‘THE DEPARTMENT OF PROCUREMENT SERVICES, |
| CITY OF CHICAGO |
| ROOM 403, CITY HALL |
| 121 NORTH LASALLE STREET |
| CHICAGO, ILLINOIS 60602 |
|
|
| RICHARD M. DALEY DAVID E. MALONE |
| MAYOR: ‘CHIEF PROCUREMENT OFFICER. |
|
|
| TGkp AVE |
|
|
| UNTITLED-002 |
| Tea |
| a |
| i il |
|
|
| UNTITLED-003 |
| Table of Contents foo |
|
|
| REQUIREMENTS FOR BIDDING AND INSTRUCTIONS TO BIDDERS |
|
|
| GENERAL CONDITIONS . . |
|
|
| SPECIAL CONDITIONS .....-. |
| PERFORMANCE BOND eeneeeeeeeeennenesy |
| CONTRACTORS INSURANCE cee : |
| INVOICES «6... eons |
| PAYMENT... |
|
|
| PRE-DELIVERY, SERVICING AND ADJUSTMENTS - |
| DELIVERY . |
| INSPECTION UPON DELIVERY |
| BASIS OF AWARD... |
| OPTION TO PURCHASE ADDITIONAL UNIT. |
| LOCAL BUSINESS PREFERENCE |
|
|
| CONFLICTS OF INTEREST... |
| AUTHORIZED DEALER / DISTRIBUTOR. |
| ‘ACCEPTANCE |
|
|
| TRAINING/TECHNICAL ASSISTANCE. |
| STANDARD EQUIPMENT . |
|
|
| GENERAL CONSTRUCTION |
|
|
| WARRANTY |
|
|
| ‘SEVERABILITY |
| QUALITY CONTROL = |
|
|
| MANUALS, CERTIFICATES, APPLICATIONS, ETC. |
| EQUIPMENT, COMPONENT AND DIMENSIONAL DATA |
| MODIFICATIONS AND AMENOMENTS |
|
|
| DESIGN AND CONSTRUCTION PRACTICES... |
| ‘CONTRACT DOCUMENTS TO BE COMPLETED BY BIDDER . |
|
|
| DISCLOSURE OF OWNERSHIP... : |
| DISCLOSURE OF RETAINED PARTIES - EXECUTIVE ORDER 97-1 |
|
|
| BUSINESS RELATIONSHIPS WITH ELECTED OFFICIALS - EXECUTIVE ORDER 98-1. we 218 |
| CONTRACTOR CERTIFICATION . eens) |
| LIVING WAGE ORDINANCE . : : uo : 19 |
| ‘GOVERNMENTAL ETHICS ORDINANCE fon220 |
| (CHAPTER 2-56 OF THE MUNICIPAL CODE OF CHICAGO OFFICE OF INSPECTOR GENERAL 20 |
| ‘SECTION 2-92-380 OF THE CHICAGO MUNICIPAL CODE ...... saeteeee 20 |
| MACBRIDE PRINCIPLES ORDINANCE... eneet) |
| COMPLIANCE WITH CHILD SUPPORT ORDERS ORDINANCE 2 |
| CONTRACT DOCUMENTS . : Daa |
| NON-APPROPRIATION 0000s ce : 2 |
| INDEMNIFICATION : 2 |
| EARLY TERMINATION : : fo 2B |
|
|
| AUDITS . : aeeeenenenennees SB |
| CLEAN AIR ACT : : aoe |
|
|
| @ |
|
|
| UNTITLED-004 |
| ‘TARGET MARKET SPECIAL CONDITIONS... cesses |
| SCHEDULE B:2 . 30 |
| TARGET MARKETISCHEDULE C-2 . 135 |
| SCHEDULE D-2 . 36 |
| ‘TARGET MARKET UTILIZATION REPORT . 39 |
|
|
| DETAILED SPECIFICATIONS |
| 1.00 INTENT... |
| 2.00 LITERATURE/ DATA... |
| 3.00 PERFORMANCE STANDAROS, esis AO REQUIRENENTS |
| 4.00 FACTORY AUTHORIZED SERVICE FACILITY |
| 5.00 REPLACEMENT PARTS . |
|
|
| 6.00 MEETINGS AND INSPECTIONS |
|
|
| 7.00 SPECIALTOOLS 0.2.2... |
| 8.00 CHASSIS : |
|
|
| 9.00 CHASSIS FRAME . |
| 10.00 ENGINE |
| 11.00 TRANSMISSION =... |
| 12.00 FRONT AND REAR AXLES « |
|
|
| 13,00. FRONT AND REAR SUSPENSION |
| 14.00 BRAKE SYSTEM =... |
|
|
| 15.00 TIRES AND WHEELS - |
|
|
| 16.00 FUEL SYSTEM |
|
|
| 17.00. ENGINE COOLING SYSTEM |
| 18.00 CHASSIS ELECTRICAL, |
|
|
| 19,00 CAB EXTERIOR |
|
|
| 20.00 CAB INTERIOR ..... |
|
|
| 21.00. BODY GENERAL CONSTRUCTION |
| 22.00 BODY FLOOR |
|
|
| 23.00 BODY INTERIOR... : |
| 24.00 BODY ELECTRICAL AND EMERGENCY LIGHTING |
| 25,09. PAINTING AND LETTERING |
| 26.00 RUSTPROOFING. |
|
|
| 27.00 PHOTOGRAPHS . |
| 28.00. EXCEPTIONS |
|
|
| PROPOSAL PAGES 253 |
| BIDDATA oo. e ccc cccseeeeeeeeeeteeeeseteeteeees ceesteeeeeees see 55 |
| ECONOMIC DISCLOSURE STATEMENT AND AFFIDAVIT . oe 58 |
| ‘TO BE EXECUTED BY A CORPORATION OUI. |
| TO BE EXECUTED BY A PARTNERSHIP... nee : 73 |
| ‘TO BE EXECUTED BY A SOLE PROPRIETOR 74 |
| INSURANCE CERTIFICATE OF COVERAGE . . . cee cere TB |
|
|
| ) |
|
|
| UNTITLED-005, |
| REQUIREMENTS FOR BIDDING AND INSTRUCTIONS TO BIDDERS |
|
|
| ‘CONTRACT FOR SUPPLY |
|
|
| Proposals will be received by the Chief Procurement |
| ‘Officer ofthe City of Chicago in accordance with Contract |
| ‘Documents asset forth herein. |
|
|
| 1. BIDDEPOSIT |
|
|
| Bid deposit shall be required for all competitive sealed |
| bidding. for contracts when required in the legal |
| advertisement. Bid deposit shall bea bond provided by @ |
| surety Company authorized to do business in the State of |
| inois, or the equivalent in cashier's check, money order |
| ‘or certified check. All certified checks must be drawn on |
| a bank doing business inthe United States, and shall be |
| made payable to the order ofthe City of Chicago. CASH |
| 1S NOT AN ACCEPTABLE FORM OF BID DEPOSIT. |
|
|
| Bid deposits shall be in the amount shown in the |
| ‘advertisement or as may be prescribed herein, but notin |
| ‘excess of 10% of the bid. Where the amount of the bid |
| deposit shown in the advertisement should prove to be |
| ‘more than 10% of the bid, then the bidder may submit, in |
| lieu ofthe foregoing, an amount equal to 10% of his bd. |
| Compliance with the herewith shall be |
| determined i all cases bythe Chief Procurement Officer |
| and his determination shal be final |
|
|
| ‘When the legal advertisement requires a deposit, |
| noncompliance requires thatthe bid be rejected unless it |
| is determined that the bid fails to comply in a non- |
| substantial manner with the deposit requirements, |
|
|
| ‘Atr bids are opened, deposts shall be irrevocable forthe |
|
|
| herein. if a bidder is permitted to |
| Withdraw its bid before award, no action shall be taken |
| against the bidder or the bid deposit. |
|
|
| I. PREPARATION OF PROPOSAL |
|
|
| ‘The bidder shall prepare its proposal on the attached, |
| ‘proposal forms. Unless otherwise stated, all blank spaces |
| ‘on the proposal page or pages, applicable tothe subject |
| specification, must be corecty filed in. Either a unit |
| Price or a lump sum price, as the case may be, must be |
| stated for each and every tem, either typed in or written |
| ink, in figures, and, if required, in words. |
|
|
| If bidderis a coeporation, the President and Secretary shall |
| ‘execute the bid and the Corporate seal shall be affixed. |
| In the event that this bid is executed by other than the |
| President attach hereto a ceriied copy ofthat section of |
| Corporate By-Laws or other authorization by the |
|
|
| Corporation wich permits the person to execute the |
| offer for the corporation. |
|
|
| I bidder isa patnerhip, all partner shall execute the |
| bid, unless one partner has been authorized to sign for |
| the’ partnership, in which case, evidence of such |
| authority satisfactory to the Chief Procurement Officer |
| shall be Submited. bidder is sole propeetoship the |
| sole proprietonhip shal execute the bid. |
|
|
| ‘A*Partnenip’, int Vertue” or ‘Soke Propretonhip® |
| operating under an Asumed Name must be repitered |
| with the Illinois county in which located, as provided in |
| 1805 1UCS 405 1982). |
|
|
| ML, SUBMISSION OF PROPOSALS |
|
|
| ‘All prospective bidders shall submit sealed proposals |
| with applicable bid deposit enclosed in envelopes |
| for that purpose in the DEPARTMENT OF |
| PROCUREMENT SERVICES, Room 301, City Hall, and |
| if proposalsare submited in envelopes other than those |
| 50 provided for this purpose, then the sealed envelope |
| submitted by the prospective bidder shall cary the |
| following information on the face of the envelope: |
| bidder's name, address, subject matter of proposal, |
| advertised date of bid opening and the hour designated |
| for bid opening as shown on the legal advertisement. |
|
|
| Where proposals are sent by mail to the Chief |
| Procurement Office, the bidders shall be responsible |
| for their delivery to the Chief Procurement Officer |
| before the advertised date and hour for the opening of |
| ‘bids. tthe mailis delayed beyond the date and hour set |
| forthe bid opening, proposals thus delayed will not be |
| accepted, |
|
|
| Proposals shal be submited with original signatures in |
| the space provided on the appropriate. Proposal |
| Execution Page. Proposals not propel signed shal be |
| rejected. |
|
|
| IV, WITHDRAWAL OF PROPOSALS |
|
|
| Bidders may withdraw their proposals at any time prior |
| tothe time specified in the advertisement asthe closing, |
| time forthe receipt of bids. However, no bidder shall |
| withdraw or cancel his proposal fora period of sixty (60) |
| ‘calendar days after said advertised closing time for the |
| receipt of proposals nor shall the successful bidder |
| withdraw oF cancel or modify his proposal after having |
| ‘been notified bythe Chief Procurement Oficerthat said |
|
|
| Specification: 4628, 3 MASS CASUALTY INCIDENT RESPONSE TRUCKS, Page 1 of 75 |
|
|
| UNTITLED-006 |
| REQUIREMENTS FOR BIDDING AND INSTRUCTIONS TO BIDDERS |
|
|
| ‘Proposal has been accepted by the City. The City reserves |
| the ight to withhold and depos, as Nqudated damages |
| and not a penalty, the bid deposit of any bidder |
| requesting wha cancelation or modiiation of |
| propor prior to the ated period for acceptance of |
| propos. |
|
|
| ‘Where this contract shall be approved by another agency, |
| such asthe Federal Goverment or State of tlinois, then |
| the bidder shall not withdraw or cancel or modify his |
| [proposal for a period of ninety (90) calendar days after |
| said advertised closing time for the receipt of proposals. |
| V. COMPETENCY OF BIDDER |
|
|
| ‘The Chief Procurement Officer reserves the rightto refuse |
| toawad a contract to any person, firm or corporation that |
| ’isin arrears ori in defat tothe City of Chicago upon |
| any debt oF contract, oF that is a defauker, as surety |
| ‘therwise, upon any obligation to said City, o had failed |
| 1 perform faithfully any previous contract with the City. |
|
|
| ‘The bidder, ifrequested, must present within a reasonable |
| time, as determined by the Chief Procurement Officer, |
| ‘evidence satisfactory to the Chief Procurement Officer of |
| performance ability and possession of necessary facilites, |
| Pecuniary resources and insurance to comply |
| ‘with the terms of these specifications and contract |
| documents. |
|
|
| VL. CONSIDERATION OF PROPOSALS |
|
|
| ‘The Chief Procurement Officer shallrepresentand act for |
| the City in all matters pertaining to this proposal and |
| contract in conjunction therewith. The Chief |
| Procurement Officer reserves the right to reject any oral |
| proposals and to disregard any informality in the bids and |
| bidding, when in his opinion the best interest ofthe Cy |
| will be served by such action. |
|
|
| ‘The proposal is contained in these contact documents |
| and MUST NOT BE DETACHED HERE FROM by any |
| Sider wnensubiting a propa ncomplete props |
| are subject to rejection |
|
|
| Vil ACCEPTANCE OF PROPOSALS |
|
|
| The Chief Procurement Officer will accept in writing one |
| Of the proposals or reject all proposals, within sixty (60) |
| ‘calendar days, oF within ninety (90) calendar days where |
| approval by other agencies is required, from the date of |
| ‘opening of bids, unless the lowest responsible bidder, |
| ‘upon request ofthe City, extends the time of acceptance |
|
|
| tothe Gry. |
| ‘VIN, PERFORMANCE BOND |
| ‘When required by the Chief Procurement Officer, the |
| successful bidder or bidders shall, within seven (7) |
| ‘calendar days of receipt of notice from the City, furnish |
| 1 performance bond inthe full amount of the contract |
| ‘on Form P.W.0.. 62, a specimen of which is bound |
| herein. Receipt of writen notice from the City to furish |
| 1 bond constitutes tentative notice of pending award |
| and proposal acceptance. Release ofthe contract shall |
| bbe withheld pending receipt and approval of |
| bond. Attention is called to the provisions |
| of Section 5/8-10-13 ofthe linois Municipal Code and |
| tothe provisions of Chapter 7-4 ofthe Municipal Code |
| ‘of Chicago. |
| 1% FAILURETO FURNISH BOND |
|
|
| Im the event that the bidder fais to furnish the |
| Performance bond in said period of seven (7) calendar |
| days, then the bid (of the bidder shall be |
| retained by the City a liquidated damages and not as a |
| penalty. |
|
|
| X. DISCLOSURES |
|
|
| ‘The apparent low bidder will be required to execute |
| and notarize the disclosure required by Executive Order |
| 97-1 no later than 7 calendar days ater notification by |
| the City of Chicago unless a longer time is granted by |
| the Chief Procurement Officer. Acopy ofthe disclosure |
| required by Executive Order 97-1 i attached to the |
| Specification. Refusal to execute and notarize such |
| disclosure will result in the Chief Procurement Officer |
| dedaring the bidder and the City |
| retaining the bid deposit. Moreover, if a bidder is |
|
|
| XL INTERPRETATION OF |
| DOCUMENTS |
|
|
| any person contemplating submitting a proposal sin |
| doubt as to the true meaning of any part of the |
| specifications or other contract documents, a written, |
| request for an interpretation thereof, may be submitted |
| to the Chief Procurement Officer. The person |
| ‘submitting the request willbe responsible fr is prompt |
| delivery. Any interpretation ofthe proposed documents |
|
|
| CONTRACT |
|
|
| ‘Specification: 4628, 3 MASS CASUALTY INCIDENT RESPONSE TRUCKS, Page 2 of 75, |
|
|
| UNTITLED-007 |
| [REQUIREMENTS FOR BIDDING AND INSTRUCTIONS TO BIDDERS |
|
|
| will be made only by an addendum duly ised by the |
| Chief Procurement Ofcer.Acopy of such addendum wll |
| be faxed, electronically mailed, mailed or delivered to |
| each person receiving a set of such contract documents |
| and to such other prospective bidders as shall have |
| requested that they be furshed with a copy of each |
| addendum. Failure on the part ofthe prospective bidder |
| to receive a writen i rior othe time ofthe |
| ‘opening of bids will not be grounds for withdrawal of |
| Proposal. Bidder will adnowldge receipt of ‘ach |
| addendum issued in space provided on proposal page. |
| (ral explanations wil not be binding, |
|
|
| XI CATALOGS |
|
|
| Each bidder shall submit, where necessary, or when |
| requested by the Chief Procurement Officer, catalogs, |
| descriptive erature, and detailed drawings, fully dealing |
| features, designs, construction, appointments finishes and |
| the like not covered in the specifications, necessary to |
| fully describe the material or work he proposes to furnish, |
|
|
| XI TRADE NAMES |
|
|
| {Im cases where an item is identified by a manufacturer's |
| name, trade name, catalog number, oF reference, i i |
| understood that the bidder proposes tofurish the item so |
| identified and does not propose to furnish an “equal” |
| unless the proposed “equal is definitelyindicated therein |
| by the bidder. |
|
|
| Reference to a specific manufacturer, trade name or |
| catalog is intended to be descriptive but not restrictive |
| ‘and only to indicate to the prospective bidder articles that |
| willbe satisfactory. Bids on other makes and catalogs will |
| bbe considered, provided each bidder clearly states on the |
| face of the proposal exactly what it proposes to furnish, or |
| forwards with the bid, a cut, illusration, or other |
| descriptive matter which willdlearly indicate the character |
| of the aticle covered by the bid, |
|
|
| ‘The Chief Procurement Officer hereby reserves the right |
| {0 approve as an equal, orto reject. as not being an equal, |
| {any artide the bidder proposes to fumish which contains |
| ‘major or minor variations from specification requirements |
| ‘but which may comply substantially therewith, |
|
|
| XIV. _ RETURN OF BID DEPOSIT |
|
|
| ‘The bid deposit ofall except the two lowest bidders on |
| each contract wil be retuned shortly alter the bid |
| opening. |
|
|
| The Chief Procurement Officer reserves therightto hold |
|
|
| al bid deposits, if the intent is to award multiple |
|
|
| ‘contracts fora requirement and/or ifthe two lowest |
|
|
| responsible bidders can not be readily determined |
|
|
| based on price until proposals have been evaluated. |
|
|
| The remaining bid deposits on each contract will be |
|
|
| retuned with the of the bidder, |
|
|
| ater the Chief Procurement Officer has awarded the |
|
|
| contract. The bid deposit ofthe accepted bidder willbe |
|
|
| returmed after the contract and a satsfactory |
|
|
| ‘erformance bond has been approved, where such |
|
|
| bond is required. |
|
|
| Xv. TAXES |
|
|
| Federal Excise Tax does not apply 0 materials |
|
|
| ‘purchased by the Cty of Chicago by virtue of Exemption |
|
|
| Certificate No. 36:6005820 and State of Ilinois Sales |
|
|
| Tax does not apply by virtue of Exemption No. £9998 |
|
|
| 1874-04. tino’ Retailers’ Occupation Tax, Use Tax, |
|
|
| ‘and Municipal Rtallers’ Occupation Tax do not apply |
|
|
| tomaterals or services purchased bythe Cty of Chicago |
|
|
| by vitwe of Statute. |
|
|
| ‘The price o prices quoted herein shall include all other |
|
|
| Federal andlor State, direct andor indirect taxes which |
|
|
| apply |
|
|
| The prices quoted herein shall agree with all Federal |
|
|
| laws and regulations. |
|
|
| XV. ORDER OF PRECEDENCE OF COMPONENT |
| CONTRACT PARTS |
|
|
| The order of precedence of the component contract |
|
|
| pars shall be a follows: : |
|
|
| ‘A. General Conditions. |
|
|
| ‘Addenda any. |
|
|
| Department Special Provisions |
|
|
| Plans or Cty Drawings. |
|
|
| Detaled Specifications |
|
|
| Standard Specifications of the City, State or |
|
|
| Federal Government, if any. |
|
|
| G Advertisement for proposals (copy of |
| advertisement to be attached to back of cove. |
|
|
| HH. Requirements for Bidding and Instructions to |
| Bidders. |
|
|
| 7 m™oo8 |
|
|
| ‘Specification: 4628, 3 MASS CASUALTY INCIDENT RESPONSE TRUCKS, Page 3 of 75 |
|
|
| UNTITLED-008 |
| REQUIREMENTS FOR BIDDING AND INSTRUCTIONS TO BIDDERS |
|
|
| “1. Performance Bond, if equired. |
|
|
| ‘The foregoing order of precedence shall govern the |
| interpretation of the contrac in all cases of conflict or |
| inconsistency therein, except as may be otherwise |
| ‘expresly provided by the Cty. |
|
|
| XVI. NOTICES |
|
|
| ‘All communications and notices herein provided for |
|
|
| shall be faxed, delivered personally, electronically |
| mailed, or mailed fist cass, postage prepaid, tothe |
|
|
| Contractor by name and address listed on the |
| ‘proposal hereof tothe Commisioner ofthe using |
| ‘department by name and address listed on the cover |
| hereof, and to the Chief Procurement Oficer, Room |
| 403, Cty Hall, 121 N. La Salle Street, Chicago, tins |
| 60602 |
|
|
| ‘Specification: 4628, 3 MASS CASUALTY INCIDENT RESPONSE TRUCKS, Page 4 of 75 |
|
|
| UNTITLED-009 |
| (GENERAL CONDITIONS |
|
|
| 1. NON-DISCRIMINATION |
| ‘A. Federal Requirements |
|
|
| {shall be an unlawful employment practice fr the |
| ‘Contractor (1) to fal or refuse to hire o to discharge any |
| individual, or otherwise to discriminate against any |
| individual with respect to his compensation, or the |
| terms, conditions, or privileges of his employment, |
| because of such individual's race, color, religion, sex, |
| age, handicap oF national origin; or (2) to limit, |
| segregate, or dassify his employees or applicants for |
| ‘employment in any way which would deprive or tend to |
| deprive any individual of employment opportunities oF |
| otherwise adversely affect hs status as an employee, |
| because of such individual's ace, cor, religion, sex, |
| age, handicap or national origin |
|
|
| ‘Contractor shall comply with The Civil Rights Act of |
| 1964, 42 US. sec. 2000 et seq. (1988), as amended. |
| ‘Attention is called to: Exec. Order No. 11,246, 30 Fed. |
| Reg. 12,319 (1965), reprinted in 42 U.S.C. 2000¢e) |
| ‘note, as amended by Exec. Order No. 11,375, 32 Fed. |
| Reg. 14,303 (1967) and by Exec. Order No. 12,086, 43, |
| Fed. Reg. 46,501 (1978); Age Discrimination Act, 42 |
| USC. see. 6101-6106 (1988); Rehabiltation Act of |
| 1973, 23 USC. sec. 793-734 (1988); Americans with |
| Disabilities Act, 42 USC. see. 12102 et sea,; and 41 |
| CER Part 60 et seg. (1990). |
|
|
| 8. State Requirements |
|
|
| ‘Contractor shall comply with the iinois Human Rights |
| Ad. 775 LCS 5/1 ~ 101 ek seq. (1992), as amended and |
| ‘any rules and regulation promulgated in accordance |
| therewith, including, but not limited tothe Equal |
| Employment Opportunity Clause, 5 ll Admin. Code § |
| 750 Appendix. Furthermore, the Contractor shall |
| comply withthe Public WodsE |
|
|
| Discrimination Act, 775 ILCS 10/0.01 et saa. (1992), as |
| amended. |
|
|
| Giy Requirements |
|
|
| Contractor shall comply with the Chicago Human Rights |
| Ordinance, ch. 2-160, section 2-160-010 et eq. ofthe |
| Chicago Municipal Code (1990), a8 amended. Further, |
| ‘Contractor shall fumish or shall cause each ofits |
|
|
| subcontractor) to furnish such reports and |
| information as requested by the Chicago |
| ‘Commission on Human Relations. |
|
|
| . Subcontractors |
|
|
| Contractor agrees that all ofthe above provisions |
| (A, (8) and (O,, will be incorporated in all |
| agreements entered into wth any supplies of |
| material, furishers of services, subcontractors of |
| any tier, and labor which furnish |
| skilled, unskiled and erat union sie labex, or |
| which may provide any such materials, labor or |
| services in connection with this Contract. |
|
|
| 2. INDEMNITY |
|
|
| ‘Contractor shall indemnity, keep and save harmless |
| the City, its agents, officials and employees, against |
| all injures, deaths, loss, damages, claims, patent |
| clais, suits abilities, judgments, costs and. |
| expenses, which may in any way accrue against the |
| ity in consequence ofthe granting ofthis contract |
| ‘or which may in any way result therefrom, whether |
| ‘or not it shal be alleged or determined thatthe act |
| was caused through negligence or omission of the |
| Contractor or its employees, ofthe subcontractor or |
| its employees, if any, and the Contractor shall atts |
| ‘own expense, appear, defend and pay all charges of |
| attomeys and all costs and other expenses arsing |
| therefrom or incurred in connection therewith, and, |
| if any judgment shall be rendered against the Cityin |
| any such action, the Contractor shal, tits own |
| expense, satisfy and discharge the same. Contractor |
| cexpresly understands and agrees that any |
| performance bond or insurance protection required |
| by this contract, or otherwise provided by |
| Contractor shal in no way limit the responsiilty to |
| indemnity, keep and save harmless and defend the |
| City as herein provided. |
|
|
| To the extent permissible by aw, the Contractor |
| waives any limits on the Contractor's liability that |
| ‘would otherwise have by virtue of the Workers |
| ‘Compensation Actor any other related law or |
| judicial decision (such as Kotecki v. Cyclops Welding |
| Corporation, 146 Il. 2d 155 (1991). The City, |
| ‘however, does not waive any imitations it may have |
|
|
| ‘Specification: 4628, 3 MASS CASUALTY INCIDENT RESPONSE TRUCKS, Page 5 of 75 |
|
|
| UNTITLED-010 |
| (GENERAL CONDITIONS |
|
|
| ‘on is lability under the Worker's Compensation Act, |
| the llinos Pension Code or any other statute. |
|
|
| ‘3. PREVAILING WAGE ACT |
|
|
| ‘The Contractor shall comply with “AN ACT reguating |
| ‘wages of laborers, mechanics, and other workers |
| ‘employed in any public works by the State, county, city |
| ‘or any public body or any political subdivision or by |
| anyone under contract for public works.” Aitention is |
| called to Chapter 48, Par.38, Il Rev tats. 1989, |
|
|
| Ihisthe policy of the State of lino that a wage of no |
| les than the general prevaling hourly rte as pad for |
|
|
| ‘work of similar character the localty in which the |
|
|
| ‘works performed, shall be paid to al laborers, workers |
| and mechanics employed by or on behalf of any anal |
| public bodes engaged in public works. |
|
|
| ‘The term “general prevailing hourly rate”, when used in |
| this Act means the hourly cash wages plus fringe |
| ‘benefits for health and welfare, insurance, vacations and |
| pensions paid generally, inthe locality in which the |
| ‘work is being performed, to employees engaged in work |
| of a similar character on public works. |
|
|
| If the Department of Labor revises the general prevailing |
| hourly ate to be paid by the public body, the revised |
| rate shall apply to such contract. |
|
|
| 4, SUBLETTING OR ASSIGNMENT OF CONTRACT |
| (OR CONTRACT FUNDS |
|
|
| No contract shall be assigned or any part of the same |
| ssub-contracted without the written consent of the Chief |
| Procurement Officer; but n no case shall such consent |
| relieve the Contractor from his obligations, or change |
| the terms of the contract. |
|
|
| ‘The Contractor shall not transfer or assign any contract. |
| funds or claims due or to become due without the |
| \waitten approval ofthe Chief Procurement Officer |
| having fst been obtained. |
|
|
| ‘The transfer or assignment of any contract funds either |
| in whole or in part, oF any interest therein, which shal |
| bbe due or to become due tothe contractor, shall cause |
| the annulment of sad transer or assignment so far as |
|
|
| the Citys concerned. |
| 5. GUARANTEES & WARRANTEES, |
|
|
| ‘Al guarantees and warrantees required shall be |
| furished by the Contractor and shall be delivered |
| to the Chief Procurement Officer before final |
| ‘voucher on the contract i issued. |
|
|
| 6 DELIVERY |
|
|
| ‘All materials shipped to the City of Chicago must be |
| shipped F.0.8,, designated location, Chicago, |
| Mlinois. lf delivery is made by truck, arrangements |
| ‘must be made in advance by the Contractor in |
| ‘order thatthe City may arrange for receipt ofthe |
| ‘materials. The material must then be delivered |
| where directed. |
|
|
| ‘Truck deliveries will be accepted before 4:00 P.M. |
| ‘on week-days only. No deliveries will be accepted |
| (on Saturdays, Sundays or Holidays. |
|
|
| ‘The quantity of material delivered by truck shal be |
| ascertained fom a weight certificate sued by 2 |
| duly licensed Chicago Public Weigh-Master. In the |
| case of delivery by ral, weight wil be ascertained |
| {rom bl f lading from originating line, but the City |
| reserves the right to re-weigh at the nearest |
| available ralroad scale. |
|
|
| 7. DEMURRAGE AND RESPOTTING |
|
|
| ‘The City will be responsible for demurrage charges |
| ‘only when such charges accrue because ofthe |
| it's negligence in unloading the material |
|
|
| ‘The City will pay railroad charges due to the re- |
| spotting of cars, only when such re-spotting is |
| ‘ordered by the City. |
|
|
| 8. MATERIALS INSPECTION AND |
| RESPONSIBILITY |
|
|
| The City, by its Chie Procurement Officer, shall |
| have aright to inspect any material to be used in |
| ‘carrying out this contract. |
|
|
| Specification: 4628, 3 MASS CASUALTY INCIDENT RESPONSE TRUCKS, Page 6 of 75 |
|
|
| UNTITLED-011 |
| (GENERAL CONDITIONS |
|
|
| The City does not assume any responsibility for the |
|
|
| availabilty of any controlled materials or other materials |
|
|
| and equipment required under this contract. |
|
|
| ‘The Contractor shall be responsible forthe contracted |
|
|
| ‘quality and standards ofall materials, components oF |
| work furnished under this contract up to the |
|
|
| time of final acceptance by the City. |
|
|
| ‘Materials, components or completed work not |
| ‘complying therewith may be rejected by the Chief |
| Procurement Officer and shall be ceplaced by the |
| Contractor at no cost to the City. |
|
|
| ‘Any materials or components rejected shall be removed |
| within a reasonable time from the premises of the City |
| atthe entre expense of the Contractor, ater written |
| notice has been mailed by the City to the Contractor |
| that such materials or components have been rejected. |
|
|
| 9. INSURANCE |
|
|
| The Contractor agres to keep in force during the life of |
| this contract such insurance policies as may be |
| indicated in the SPECIAL CONDITIONS ofthis |
| ‘contract. Contractor futher agrees to furnish certificates |
| (of any oF all insurance policies listing the City as an |
| additional insured upon request by the Chief |
| Procurement Officer. |
|
|
| 10. PAYMENT |
|
|
| Payment to Contractor shall be as specified in the |
| Special Conditions ofthis contract. |
|
|
| 11. CASH BILLING DISCOUNT |
|
|
| ‘Any cash billing dlscounts offered will not be considered |
| in the evaluation of bids unless requested inthe Special |
| Condition to be included inthe proposal so |
| requested, cash biling discount for payment of i |
| in thirty G0) days or more wil be considered in |
| evaluating bis. Shorter discount periods will not be |
| considered in evaluating bids |
|
|
| 12, PRICE REDUCTION |
|
|
| Wat any time after the date ofthe bid or offer the |
| ‘Contractor makes a general price reduction in the |
|
|
| ‘comparable price of any material covered by the |
| contact to customers general, an equivalent price |
| reduction based on similar quantities and/or |
| Considerations shal aply tothe contact fr the |
| duration of the contract period (or unt the price s |
| further reduced). Such price reduction shall be |
| ‘effective atthe same time and inthe same manner |
| ' the reduction inthe price to customers generally. |
| For purpose of this provision, a “general price |
| reduction shall mean any horizontal reduction in |
| the price ofan artide or service offered (1) to |
| Contractor's catomers general, of (2) in the |
| Contractors rice schedule forthe clas of |
| custome, 2, wholesalers, jobber, retailers, |
| which was used as the basis for bidding on this |
| contract. An occasional sale at a lower price, or sale |
| of distressed merchandise at a lower price, would |
| ot be considered a "general price reduction” |
| under this provision. The Contractor shalll invoice |
| the ordering offices at such reduced prices |
| indicating onthe Invoice thatthe reduction is |
| pursuant to the “Price Reduction” provision ofthe |
| ‘orizact documents. The Contractor, in addition, |
| shall within ten days of any general price reduction |
| ‘notify the Chief Procurement Officer of the City of |
| Chicago of such reduction by letter. Failure to do so |
| ‘may require termination of the contract. Upon |
| receipt of any such notice ofa general price |
| reduction all ordering offices will be duly noted by |
| the Chiet Procurement Office. |
|
|
| ‘The Contractor shall furnish, within ten days alter |
| the end ofthe contract period, a statement |
| certifying either: |
|
|
| (1) that no general price reduction, as defined |
| above, was made after the date ofthe bid or |
| offer; oF |
|
|
| (2) ifany such general price reduction were |
| ‘made, that as provided above, they were |
| reported to the Chief Procurement Oficer |
| ‘within ten days, and ordering offices were |
| billed at the reduced prices. |
|
|
| ‘Where one or more such general price reductions |
| ‘were made, the statement furnished by the |
| Contractor shall include with respect to each price |
|
|
| Specification: 4628, 3 MASS CASUALTY INCIDENT RESPONSE TRUCKS, Page 7 of 75 |
|
|
| UNTITLED-012 |
| reduction: |
|
|
| o |
|
|
| @ |
| 8 |
|
|
| 13. |
|
|
| (GENERAL CONDITIONS |
|
|
| the date when notice of any such reduction was |
| issued; |
|
|
| the effective date ofthe reduction; and |
|
|
| the date when the Chief Procurement Officer was. |
| notified of any such reduction. |
|
|
| (DEFAULT |
|
|
| ‘The City may, subject to the provisions of |
| paragraph (c) below, by written notice of default |
| to the Contractor, terminate the whole or any part |
| ‘ofthis contract in any one of the following |
| Grcumstances: |
|
|
| ifthe Contractor fais to make delivery of the |
| ‘supplies orto perform the services within the time |
| specified herein or any extension thereof; or |
|
|
| AW ifthe contractor fis to perform any of the |
| ‘ther provisions ofthis contract, o so ails to |
| ‘make progress as to endanger performance ofthis |
| contrat in accordance with is terms, and in |
| either ofthese two circumstances does not cure |
| such flue within a period of 10 days (or such |
| ‘other period as the Chief Procurement Officer |
| ‘may authorize in writing after receipt of notice |
| from the Chief Procurement Officer specifying |
| such failure. |
|
|
| Inthe event the Cty terminates this contract in |
| ‘whole on part provided in paragraph (a) of |
| this cause, the Cy may procure, upon such terms |
| and in such manner asthe Chief Procurement |
| Officer may deem appropriate, supplies or |
| services simar to those 20 terminated, and the |
| Contractor sal be liable to the Clty fr any exces |
| cox for such similar supplies or service: |
| Provided, thatthe Contractor shall continue the |
| perormance ofthis tothe extent not terminated |
| Under the provisions ofthis cause, |
|
|
| The Contractor shall not be liable for any excess of |
| cost if acceptable evidence has been submitted |
| to the Chief Procurement Orficer the failure to |
| perform the contract was due to causes beyond |
| the control and without the fault or negligence of |
|
|
| the Contractor. |
| 14, DISPUTES |
|
|
| Except as otherwise provided in this contrat, any |
| dispute conceming a question of fact arising under |
| this contract which isnot disposed of shall be |
| decided after hearing by the Chief Procurement |
| (Officer, who shall reduce his decision to writing and |
| mail or otherwise furnish a copy thereof tothe |
| ‘Contractor. The decision ofthe Chief Procurement |
| (Officer shall be final and binding, |
|
|
| 15. NON-COLLUSION, BRIBERY OF A PUBLIC |
| (OFFICER OR EMPLOYEE |
|
|
| ‘Contractor, in performing under this contract shall |
| ‘comply with the Municipal Code of Chicago, |
| Section 2-92-320, as follows: |
|
|
| 'No person or business entity shall be awarded |
| ‘contractor sub-contract if that person or business |
| ‘entity: (a) has been convicted of bribery or |
| attempting to bribe a public officer or employee of |
| the City of Chicago, the State of lino, or any |
| agency ofthe federal government or of any state oF |
| local goverment inthe United States, in that |
| ‘officer's or employee's official capacity; or () has |
| been convicted of agreement or collision among, |
| bidders or prospective bidder in restraint of |
| freedom of competition by agreement to bid a fixed |
| Price, or otherwise; oF () has made an admission of |
| ‘guilt of such conduct described in (a) oF (b) above |
| ‘which isa matter of record but has not been |
| prosecuted for such conduct. |
|
|
| For purposes ofthis section, where an offical, agent |
| ‘or employee of a business entity has committed any |
| ‘offense under this section on behalf of such an |
| ‘entity and pursuant tothe direction or authorization |
| ‘of a responsible official thereof, the business entity |
| shall be chargeable with the conduct. One business |
| entity shall be chargeable with the conduct of an |
| affliated agency. |
|
|
| Inelgibilty under this section shall continue for |
| three years following such conviction or admission, |
| The period of inelighility may be reduced, |
|
|
| Specification: 4628, 3 MASS CASUALTY INCIDENT RESPONSE TRUCKS, Page 8 of 75 |
|
|
| UNTITLED-013 |
| (GENERAL CONDITIONS |
|
|
| suspended, or waived by the Chief Procurement Officer _ which would permit the Chief Procurement Officer |
| Under certain specific circumstances, Reference is made to reduce, suspend, or waive the period of |
| to Section 2-92-320 fora definition of “affliated ineligibility. |
|
|
| agency”, and a detailed description of the conditions |
|
|
| ‘Specification: 4628, 3 MASS CASUALTY INCIDENT RESPONSE TRUCKS, Page 9 of 75 |
|
|
| UNTITLED-014 |
| PERFORMANCE BOND |
|
|
| No Bond Required. |
| CONTRACTOR'S INSURANCE |
|
|
| ‘The Contractor must provide and maintain a Contractor's own expense, until Contract completion and during the time |
| period following final completion if Contractor is required to rem and perform any additional work, the insurance |
| ‘coverages and requirements specified below, insuring all operations related tothe Contract. |
|
|
| ‘A. INSURANCE TO BE PROVIDED |
|
|
| » |
|
|
| By) |
|
|
| 4 |
|
|
| ‘Workers Compensation and Employers Liilty |
| ‘Workers Compensation Insurance, as prescribed by applicable law covering all employees who are to |
|
|
| provide a service under this Contract and Employers Liability coverage with limits of not less than |
| $500,000 each accident or illness. |
|
|
| ‘Commercial General Liability (Primary and Umbrella) |
|
|
| ‘Commercial General Labilty Insurance or equivalent with nits of not fess than $2,000,000 per |
| xcrenc fr bod nun, penanalinjuy, and propaty damage abit. Coverages mstncae the |
| {ollowing:Allpremises and operations, products/completed operations, separation ofinsureds, defense, |
| and contractial liability (with na limitation endorsement). The City of Chicago isto be named as an |
| additional insured on a primary, non-contributory basis for any kabilty arising directly or indirectly rom |
| the work. |
|
|
| Subcontractors performing work for Contractor may maintain limits of notless than $1,000,000with the |
| ‘same terms herein, |
|
|
| ‘Automobile Liability Primary and Umbrella) |
| ‘When any motor vehicles (owned, non-owned and hired) are used in connection with work to be |
| performed, the Contractor must provide Automobile Liability Insurance with limits of not less than |
| '$1,000,000 per occurrence for bodily injury and property damage. |
|
|
| Property |
|
|
| ‘Contractor must be responsible for loss or damage to City property at full replacement cost. |
|
|
| ‘Contractors responsible forall loss of damage to personal property including but not limited to material, |
| equipment, tools and supplies) owned, rented, or used by Contractor. |
|
|
| 8B. ADDITIONAL REQUIREMENTS |
|
|
| ‘The Contractor must furnish the City of Chicago, Department of Procurement Services, City Hall, Room 403, |
| 121 North LaSalle Steet 60602, original Certificates of insurance, or such similar evidence, to be in force on |
| the date of this Contract, and Renewal Certificates of Insurance, or such similar evidence, ifthe coverages |
|
|
| ‘Specification: 4628, 3 MASS CASUALTY INCIDENT RESPONSE TRUCKS, Page 10 of 75 |
|
|
| UNTITLED-015, |
| ‘SPECIAL CONDITIONS |
|
|
| have an expiration or renewal date occurring during the term of this Contract. The Contractor must submit |
| ‘evidence of insurance on the Cy of Chicago insurance Certificate Form (copy attached) or equivalent prior |
| to Contract award. The receipt of any certificate doesnot constitute agreement by the Cty that the |
| insurance requirements in the Contract have been fully met or thatthe insurance policies indicated on the |
| ‘certificate are in compliance with al Contract requirements. The failure ofthe Cty to obtain certificates or |
| ‘other insurance evidence from Contractor is nota waiver by the City of any requirements for the Contractor |
| ‘to obtain and maintain the specified coverages. The Contractor must advise allnsurers of the Contract |
| provisions regarding insurance. Non-conforming insurance doesnot relieve Contractor of the obligation to |
| provide insurance as specified herein. Nonfutfllment ofthe insurance conditions may constitute a violation |
| ‘ofthe Contract, and the City retains the right to stop work until proper evidence of insurance i provided, or |
| the Contract may be terminated. |
|
|
| ‘The insurance must provide for shy (60) days prior wten notice to be given tothe Cy in the event coverage is |
| substantially changed, canceled, or non-tenewed. |
|
|
| ‘Any deductibles or self-insured retentions on referenced insurance coverages must be bome by Contractor. |
|
|
| “The Contractor agrees that insurers waive their rights of subrogation against the City of Chicago, its employees, elected |
| officials, agents, or representatives. |
|
|
| ‘The coverages and limits furnished by Contractor in no way limit the Contractors liabilities and responsibilities specified |
| within the Contract or by law. |
|
|
| ‘Any insurance or self-insurance programs maintained by the City of Chicago do not contribute with insurance provided |
| by the Contractor under the Contract. |
|
|
| “The required insurance to be carried isnot limited by any imitations expressed in the indemnification language in this |
| Contractor any limitation placed on the indemnity in this Contract given as a matter of law. |
|
|
| ‘The Contractor must require all subcontractors to provide the insurance required herein, or Contractor may provide the |
| ‘coverages for subcontractors. All subcontractors must subject tothe same insurance requirements of Contractor unless |
| ‘otherwise specified in this Contract. |
|
|
| | Contractor or subcontractor desire additional coverages, the party desiring the additional coverages i responsible for |
| the acquisition and cost. |
|
|
| The City of Chicago Risk Management Department maintains the right to modify, delete, aker or change these |
| equirements, |
|
|
| ‘Specification: 4628, 3 MASS CASUALTY INCIDENT RESPONSE TRUCKS, Page 11 of 75, |
|
|
| UNTITLED-016 |
| INVOICES |
| Invoices must be mailed to: |
| Department of Fleet Management |
| "1685. N. Throop Street |
| ‘Chicago,IL. 60622 |
| ‘atin: Edward Ebertsch |
| (312) 744-5229 |
|
|
| ‘Allinvoices must be dated original,” and must reference the City contract number and specification number. Invoice |
| Quantities, item descriptions, units of measures and pricing must comespond tothe unit quoted on the Proposal Page. |
|
|
| Freight handling and shipping costs are notto be invoiced; deliveries are tobe made F.0.8., iy of Chicago. As stated |
| in the Requirements for Bidding and instructions to Bidders Section the Cty of Chicago s exempt from paying Sate |
| of lino sales tax and Federal excise taxes on purchases. |
|
|
| PAYMENT ‘ |
|
|
| The Ciy will process payment within 60 calendar days after receipt and acceptance of the specified vehicles or |
| ‘equipment an invoice completed in accordance with the terms specified herein; any document or title, warranty and |
| ‘certificatets) and/or completed form(s) specified herein, andallsupporing documentation necessary forthe City to verify |
| <elivery and acceptance of the units |
|
|
| The City will not be obligated to pay for any units) if is noncompliant with the terms and conditions of these |
| Specifications. |
|
|
| PRE-DELIVERY, SERVICING AND ADJUSTMENTS. |
|
|
| Priorto delivery ofany vehicles or equipment, the Contractor wil perform anil preparatory operations recommended |
| by the manufacturer, including (where applicable): A) “tuning” the engine; B) testing the operation of all accessories; |
| © testing electrical, hydraulic and air systems; D) charging batteries) inflating tires to recommended presures: F) |
| lubricating all “zerk" fitting and friction points; G) filling all lubricant and fluid reservoirs; H) filling fuel tank using fresh |
| fuel |
|
|
| ‘DELIVERY |
|
|
| The Contractor will deliver the specified vehicles or equipment, complete with all attachments and ready for use. |
| Delivery wll be made between the hours of 8:00 a.m. and 2:30 p.m., Monday through Friday, excluding any legal |
| holidays. Unit(s) to be delivered F.0.8. City of Chicago , IL atthe following address: |
|
|
| of Fleet Management |
| 1685 N. Throop Street |
| ‘Chicago, Ik. 60622 |
|
|
| Delivery of the specified units will be completed within 180 days ater contract award. |
|
|
| ‘Specification: 4628, 3 MASS CASUALTY INCIDENT RESPONSE TRUCKS, Page 12 of 75 |
|
|
| UNTITLED-017 |
| ‘SPECIAL CONDITIONS |
| ‘The above noted “contact person” must be notified at least 48 hours prior to delivery of any unit |
| INSPECTION UPON DELIVERY |
|
|
| ‘Upon unit deliver, the City will conduct an in-depth intial visual examination solely forthe purpose of identifying ross |
| and obvious damage. The Contractor's represertative may be present forthe initial examinations. |
|
|
| defects or omissions are discovered during the inspection, the City may: |
|
|
| © Refuse acceptance of the anya unis. |
| (i) Arrange withthe Contractor to make corrections. |
| i) Require the Contractor to remove any/all units from the City’s premises at its own cost to make the |
| necessary corections. |
| ‘Anyfal labor and materials which may be required to corect non-compliant aspects of ll items must be provided by |
|
|
| the Contractor in a prompt manner, at no cost to the Clty. The “prompiness” of comective actions shall be establatied |
| by the City based upon the quantity and scope of the corrections required. |
|
|
| BASIS OF AWARD. |
| ‘The Chief Procurement Officer reserves the right to award a contract tothe responsive and responsible bidder meeting |
|
|
| City specifications based on the lowest Total Price. Bidders must quote on all items on the Proposal Pages. Bids |
| submitted tothe contrary wll be considered incomplete and will be rejected. |
|
|
| Where an item i specified 2s “if available”, and the item isnot available, the bidder must note item is not available on |
| the Proposal Page. Exceptions taken to any ofthese items will cause that item tobe considered not available. Line iten(s) |
| ‘not available from one bidder wil be removed from consideration when evaluating the bid of all bidders. |
|
|
| The Contractor's bid pricing will incorporate any/all peripheral costs including, but not limited to the costs of |
| transportation, training, uids, warranties, et., required by the specification. |
|
|
| ‘The Chief Procurement Officer reserves the right to award a contract or reject any/all bids, when inthe opinion ofthe |
| Chief Procurement Officer, the best interests of the City would be served thereby. |
|
|
| ‘OPTION TO PURCHASE ADDITIONAL UNIT |
|
|
| The City reserves the right to purchase one (1) additional unit atthe same purchase price within twelve (12) months |
| following the award ofthis contract. |
|
|
| ‘LOCAL BUSINESS PREFERENCE |
| ‘The Chief Procurement Officer will accept the lowest bid price or lowest evaluated bid price from a responsive and |
|
|
| responsible local business, provided that the bid does not exceed the lowest bd price or lowest evaluated bid price from |
| 2 responsive and responsible non-local business by more than “2 percent.” |
|
|
| Specification: 4628, 3 MASS CASUALTY INCIDENT RESPONSE TRUCKS, Page 13 of 75 |
|
|
| UNTITLED-018 |
| SPECIAL CONDITIONS |
|
|
| ‘A local business (“Local Busines") isa business located within the cotporate limits ofthe City, which has the majority |
| (fits regular, fulltime work force located within the City, and which i subject to City of Chicago taxes. |
|
|
| ‘Where all partner to a joint venture are Local Businesses, the joint venture will be deemed to be a Local Business. |
| ‘Where notal partnerstoajoint venture are Local Businesses, sch joint venture wil be considered a Local Business only |
| if Local Businesses hold at east a “50 percent” interest in the venture. Local Businesses have a “50 percent" interest |
| inthe joint venture only ifthe Local Busines partners inthe venture hold subcontracts equal to 0 percent” of more |
| ‘ofthe amount ofthe bid. Joint venture bidders wl submit information and documentation Geduding but nt ited |
| to, the joint venture agreement and subconircs) with thelr bids to establish their ellgiblty fr the Local Business |
| Preference. A joint venture bidder which fails to submit such information will not be ented tothe Local Business |
| Preference. |
|
|
| “The Chief Procurement Officer's determination of a bidder's eligiblty forthe Local Business Preference willbe final |
| (CONFUCTS OF INTEREST |
|
|
| 'No member ofthe governing body of the Cty 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 responsibilities in connection |
| ‘with the carying out ofthe project will have any personal interests, direct or indirect, in the Contract. |
|
|
| ‘The Contractor covenants that he presently has no interest and will not acquire any interest, director indirect, inthe |
| [project to which the Contract pertains which would conflict in any manner or degree withthe performance ofits work |
| hereunder. The Contractor further covenants that in its performance of the Contract. no person having any such interest |
| will be employed. |
|
|
| AUTHORIZED DEALER / DISTRIBUTOR |
|
|
| ‘The Contractor must be the manufacturer or an authorized dealer/dstributor 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 parts, assemblies and/or accessories as supplied by the original equipment manufacturer (OEM). |
| Further, te Contractor must be capable of furnishing original product warranty and manufacturer's related services such |
| a product information, product recall notices, etc. Proof of ability to transfer product warranties tothe City of Chicago |
| ‘must be submitted with bid documents applicable. |
|
|
| ACCEPTANCE |
|
|
| Its understood and agreed by and between the parties hereto, that the initial acceptance of any delivery wil not be |
| ‘considered as a waiver of any provision ofthese Specifications and wall not relieve the Contractor ofits obligation to |
| supply satisfactory vehides or equipment which conform to the Specifications, as shown by any test or inspections for |
| ‘which provisions are herein otherwise made. |
|
|
| ‘TRAINING/TECHNICAL ASSISTANCE |
|
|
| ‘The Contractor will furnish professionally conducted training sessions to the extent described below. This traning will |
| bbe provided by the Contractor asa portion of the Contract, at no additional cost tothe City |
|
|
| ‘Specification: 4628, 3 MASS CASUALTY INCIDENT RESPONSE TRUCKS, Page 14 of 75 |
|
|
| UNTITLED-019 |
| ‘SPECIAL CONDITIONS |
|
|
| Foreach unt delivered, the Contractor wlan ity personnel nthe prope, safe operation ofthe unit and any auxiliary |
| items fora minimum period of 8 hours. This training wll be conducted by knowledgeable, experienced personnel, at |
| the facility ofthe using department. |
|
|
| ‘in addition, the Contractor wil train City trades’ persons inthe most efficient methods of troubleshooting, maintaining |
| and repairing the unit and any auiliar items for a minimum period of 8 hours. |
|
|
| STANDARD EQUIPMENT |
|
|
| Experimental vehicles, equipment and accessories will nt be acceptable. Any proposed vehicles and/or equipment |
| ‘which isnot produced by regular production methods andlor which have not been offered forsale tothe public through |
| accepted industry trade channels for approximately one (1) year prior tothe offering of this bid, will be considered |
| experimental. The City reserves the right to waive or take exception to this requirement fit be tothe City’s advantage |
| or best interest. |
|
|
| Hybrids and/or combinations of two (2) or more standard production unis may not be accepted. The manufacturer will |
| fumish evidence upon request that the model to be furnished has been commercially available through that |
| ‘manufacturer tothe trade fo a period of not less than approximately one (1) year and has been fully field tested tothe |
| ‘satisfaction of the Chief Procurement Officer. |
|
|
| (GENERAL CONSTRUCTION |
|
|
| ‘The complete units) fumished will be the manufacturer’ latest models. Appurtenance andlor accessories not herein |
| ‘mentioned, but necessary to furnish a complete unit ready for use upon delivery willbe included. Each complete unit |
| vill conform to the best practices known to the trade in strength, quality of material and workmanship and be subject |
| to this speciation in full, The specification will be construed as minimum. Should the manufacturers current |
| published data or standard package exceed this, it willbe considered minimum and will be furnished. The City reserves |
| the right to waive oF make exceptions to this requirement if it be to the Citys advantage or best interest. |
|
|
| WARRANTY |
|
|
| Unies indicated otherwise nthe Detailed Specifications, the specified unitand all mounted / furnished equipment must |
| ‘be warranted against defective design, material or workmanship tothe full extent ofthe respective Original Equipment |
| ‘Manufacturer's standard published warranty. |
|
|
| ‘Chronic defect in desig, material and workmanship as warranted herein must be rectified in all units furnished under |
| these specifications. Chronic defects, for purpases ofthis warranty, are defined as defects of a similar nature which |
| ‘occur in more than 3, oF 10% of the quantity (whichever is greater of the unis furnished under these specifications, |
|
|
| ‘Ata minimum, any reps made by the Contractor during the respective warranty period mustin tum be warranted as |
| Stated above fora period of3 months from the date oftheir completion, oruntithe end ofthe crignal coverage period, |
| whichever ater |
|
|
| SEVERABILITY |
|
|
| any provision ofthis Agreement is held or considered to be ori in fact invalid, illegal, inoperative oF |
| unenforceable as applied in any particular case or in any jurisdiction or in all cases because it conflicts with any |
| ‘other provision or provisions ofthis Agreement or of any constitution, statute, ordinance, rule of law or public policy, |
|
|
| Specification: 4628, 3 MASS CASUALTY INCIDENT RESPONSE TRUCKS, Page 15 of 75 |
|
|
| UNTITLED-020 |
| ‘SPECIAL CONDITIONS |
|
|
| ‘or for any other reason, those circumstances do not have the effect of rendering the provision in question invalid, |
|
|
| ‘legal, inoperative or unenforceable in any case oF circumstances, or of rendering any other provision or provisions |
| in this Agreement invalid, illegal, inoperative or unenforceable to any extent whatsoever. The invalidity illegality, |
|
|
| Inoperativeness or unenforceability of any one of more phases, sentences, clauses oF section in this Agreement |
|
|
| does not affect the remaining portions ofthis Agreement or any part of |
|
|
| QUALITY CONTROL |
|
|
| ‘The Contractor wil uiiz industry recognized standards and procedures to assure tata stsfactory level of quality |
| controls maintained inal tages of the manufacturing, assembly and instalation process. Employees ofthe Department |
| ‘of Procurement Services andthe Chicago Fire Department or agents acting on behalf ofthe Cy, accompanied by such |
| Cy personnel will have open access to all areas facities in order to ensure that proper qualty contra standards are |
| being met. |
|
|
| MANUALS, CERTIFICATES, APPLICATIONS, ETC. |
|
|
| “The Contractor must provide 1 complete set of manuals for every unit purchased under the contract. For purposes of |
| these specifications, a set of manuals will be understood to include 1 *operators* manual, 1 “parst manual, 1“senvice™ |
| ‘manual, 1 complete wiring schematic diagram (if not included within the service manuaD, 1 vehicle chassis manual, |
| ‘Wehide body manuel, and any accessory manuals. n addition, alist of all fltes used on the truck and mounted |
| ‘equipment must be provided. List must include type of iter, iter manufacture, iter part number. A flow diagram of |
| the complete hydraulic sytem (f installed) must also be included as part ofeach set. Parts and service manuals may |
| bbe provided on CD Rom discs. |
|
|
| “Technical Service Bulletins (.5.8.’s) must be forwarded directly to the Department of Fleet Management as they are |
| Issued. |
|
|
| ‘Aminimum of 48 hours pros to delivery, the Contractor must fish the Department of Fleet Management, ation |
| Edward Ebertsch, with the following tems for each unit being delivered: Cerificate of Origin and inset sheet; st by |
| tnt number of all manufacturer, model number, and serial number of chassis and all mounted equipment and |
| Accessories; Odometer Statement (in addition to odometer disclosure on Cortiicate of Origin, and applicable warranty |
| conifeatels. |
|
|
| ‘Completed ilinois Department of Revenue Form #57556 (fr llinois supplies) or RUT-25 (for out-of-state supplies) |
| ‘must be provided a minimum of 48 hours prior to delivery. Forms can be obtained from the Ilinois Department of |
| Revenue by calling (B00) 356-6302. |
|
|
| Completed Applicaton for Vehicle Tie and Registration Form #VSD-190 must be provided a minimum of 48 hours |
| prior to delivery. Forms can be obtained from the lino Secretary of State by calling (217) 782-7132. |
|
|
| NOTE: The above listed documents must indicate the “CITY of CHICAGO” as the owner of the vehicle. The assigned |
| Unit number and the respective department name must aso be indicated on all documents, in the appropriate places. |
|
|
| No vehicle / equipment deliveries will be accepted unless the Contractor has fuliled all of the above listed |
| requirements. |
|
|
| ‘Specification: 4628, 3 MASS CASUALTY INCIDENT RESPONSE TRUCKS, Page 16 of 75 |
|
|
| UNTITLED-021 |
| ‘SPECIAL CONDITIONS |
| EQUIPMENT, COMPONENT AND DIMENSIONAL DATA |
|
|
| ‘Under this agreement, the Contractor is required to assemble and furnish to the using department a detailed list of |
| information (approximately 150 data items) related to the specified units, the component parts and mounted |
| ‘equipment, no later than 15 days prior to scheduled delivery. Such information must be fumished by completing a |
| “"VMART Tech, Spec. tem Form", a copy of which may be obtained from the Department of Fleet Management, |
| “Technical Services Division; (312) 744-4300, |
|
|
| ‘Any and all costs involved in providing the requested information are to be anticipated by the Contractor, and |
| incorported into his id pring, The Contactor wl not be ented to any addtional compensation from the hy a8 |
| aresul provision. |
|
|
| MODIFICATIONS AND AMENDMENTS |
|
|
| 'No change, amendment or modification of this Agreement, or any part hereof, i to be valid unless stipulated in writing, |
| and signed by the parties hereto, or their respective agents / representatives. |
|
|
| DESIGN AND CONSTRUCTION PRACTICES |
|
|
| ‘The complete vehicle and any/all assemblies, subassemblies, component parts etc. will be designed with a factor of |
| safety that is equal to or greater than that which is considered standard and acceptable for this cass of equipment. |
| Where applicable, the vehicles or equipment will conform tothe standards established by Miltary Specifications, the |
| Society of Automotive Engineers or the Federal Motor Safety Standards. Assemblies, sub-assemblies, component parts, |
| ‘etc., must be standard and interchangeable throughout the entre quantity of units purchased under this document. |
| ‘Assembles, sub-assembles, component parts, etc, that are obsolete or approaching obsolescence due to material, |
| design changes or improvements will not be acceptable, and willbe subject to replacement with current assemblies, sub- |
| assemblies, component pars etc. |
|
|
| The vehicles or equipment fumished by the Contractor under this Specification must also comply with al applicable |
| Federal OSHA, Sate of lino’ and local lavs/oc, ordinances in effect at the ime of delivery. |
|
|
| The vehicles or equipment must be designed to function reliably and efficent in sustained operation, under conditions |
| “which are typical forthe intended application, |
|
|
| ‘The vehicles or equipment must be designed to permit accessibility to all major lubrication and maintenance points with |
| ‘minimal disturbance of other components or assemblies. |
|
|
| Where “heavy-duty” items are required by this Specification, the term willbe understood to define tems which exceed |
| the quality, capacity, durability and/or quantity of those items normally supplied with a standard production unit. |
|
|
| [No dealer advertising labels may be affixed to a unit when delivered to the Cy. |
|
|
| ‘CONTRACT DOCUMENTS TO BE COMPLETED BY BIDDER |
|
|
| Schedule B-2: Affidavit of MBEWBE Target Market Joint Venture (i applicable) |
|
|
| Schedule C-2:_ Lette of intent from Subcontractor, Supplier andlor Consultant to Perform (f applicable) |
|
|
| Schedule D-2: Affidavit of Target Market Subcontractors |
| Economic Disclosure Statement and Affidavit |
|
|
| ‘Specification: 4628, 3 MASS CASUALTY INCIDENT RESPONSE TRUCKS, Page 17 of 75 |
|
|
| UNTITLED-022 |
| ‘SPECIAL CONDITIONS |
|
|
| 5. Proposal Execution Page, as applicable (Corporation, Paitneship, Sole Proprietorship |
| 6. Gy of Chicago Insurance Certificate of Coverage |
|
|
| 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. FAILURE TO DOSOMAY |
| [RESULT IN BIDDER BEING DEEMED NON-RESPONSIVE. |
|
|
| DISCLOSURE OF OWNERSHI |
|
|
| Pursuant to Chapter 2-154 of the Municipal Code of the City of Chicago, any person, business entity or agency |
| submiting a bid or proposal to or contracting with the City of Chicago will be required to complete the Disclosure of, |
| ‘Ownership interests in the attached Economic Disclosure Statement and Afidavit. Complete disclosure information |
| must be provided. |
|
|
| DISCLOSURE OF RETAINED PARTIES - EXECUTIVE ORDER 97-1 |
|
|
| ‘The apparent low bidder will be required to execute Section Three: Disclosure of Retained Parties in the Economic |
| ‘Disclosure Statement and Affidavit as required by Executive Order 97-1 no later than 7 calendar days after notification |
| by the City of Chicago unless a longer time is granted by the Chief Procurement Officer. copy of the disclosure |
| required by Executive Order 97-1 is attached to this Specification. Refusal to execute and notarize such disclosure will |
| result in the Chief Procurement Officer declaring the bidder non-responsible and the City retaining the bid depost (if |
| applicable). Moreover, if bidder is deemed non-responsible under this provision, the bidders status as a non- |
| responsible bidder may apply to the bidder's subsequent bids. |
|
|
| BUSINESS RELATIONSHIPS WITH ELECTED OFFICIALS - EXECUTIVE ORDER 98-1 |
|
|
| Pursuant to Section 2-156-030"b) of the Municipal Code ofthe City of Chicago, itis illegal for any elected offical ofthe |
| ‘Cty, or any person acting a the direction of such offical to contac, either orally or in writing, any other City official |
| ‘or employee with respect to any matter involving any person with whom the elected oficial has a business relationship, |
| (rto participate in any discussion in any City council commitice hearing orn any City council meeting orto vote on |
| any matter involving the person with whom an elected official has a business relationship. Violation of Section |
| 2-156-030(b) by any elected official with respect to this Contract willbe grounds fo termination ofthis Contract. The |
| term business relationship is defined as et 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 ofan official, |
| ‘or his or her spouse, or of any entity in which an official or his o her spouse has a financial interest, with a perion or |
| entity which entitles an oficial to Compersation or payment in the amount of $2,500 or more in a calendar year; |
| provided, however, a financial interest wil not incude: () Any Ownership through purchase at fair market value or |
| inheritance oflessthan one percent ofthe share ofa corporation, or any corporate subsidiary, parent or affiliate thereof, |
| regardless of the value of or dividends on such shares, if such shares are registered on a securities exchange puruant |
| to the Secures Exchange Act of 1934, as amended; (i) the authorized compensation paid to an oficial or employee |
| for is ofice or employment; (i) any economic benefit provided equally to all residents of the City; (iv) a time or |
| ‘demand deposit in afinancal institution; or (¥) an endowment o insurance policy or annuity contract purchased from |
| an insurance company. A “contractual or other private business dealing” will nat include any employment relationship |
| ‘of an officials spouse with an entity when such spouse has no discretion conceming or input relating to the relationship |
| between that entity and the City. |
|
|
| ‘Specification: 4628, 3 MASS CASUALTY INCIDENT RESPONSE TRUCKS, Page 18 of 75 |
|
|
| UNTITLED-023 |
| CONTRACTOR CERTIFICATION |
|
|
| ‘The Contractor or each joint venture partner will complete the appropriate subsections in Section Four: Certifications |
| By Applicant of the attached Economic Disclosure Statement and Affidavit the Affidavit) which certifies that the |
| (Contractor or each joint venture partner, its agents, employees, oficers and any subcontractor 8) have not been |
| ‘engaged in or been convicted of bribery o attempted bribery ofa public oficer or employee ofthe City of Chicago, the |
| State of ino, any agency ofthe Federal goverment or any Stator local goverment in the United States or engaged |
| inor been convicted ofbidigging or bid-rotation activities as defined inthis section as required by the Mlinois Criminal |
| Code; 6 do not owe any debs to the State of linols, in accordance with 65 ILCS 5/11-42.1-1 and. are not presently |
| debarred or suspended. |
|
|
| LIVING WAGE ORDINANCE |
|
|
| A |
|
|
| Section 2.92-610 of the Municipal Code of Chicago provides for a living wage for certain categories of workers |
| employed in the performance of Cty contracts, specifically non-Cty employed securty guards, parking |
| attendants, day laborers, home and health care workers, cashes, elevator operators, custodial workers, and |
| Clerical workers (Covered Employees). Accordingly, pusuantto Section 2-92-610 and regulations promulgated |
| thereunder: |
|
|
| 1. ifthe Contractor has 25 oF more fulltime employees, and |
|
|
| 2. ifatany time during the performance ofthe contract the Contractor and/or any subcontractor or any |
| ‘ther entity that provides any portion ofthe Services (collectively Performing Parties" uses 25 or more |
| fulltime security guards, of any number of other fulltime Covered Employees, then |
|
|
| 3. The Contractor must pay Rs Covered Employees, and must assure that ll ther Performing Parties pay |
| thei Covered Employees, na ss than the minimum hourly rate as determined in accordance with his |
| provision he "Base Wage” forall work performed pursuant tothe Contract. |
|
|
| The Contractor's obligation to pay, and to assure payment of the Base Wage will begin at any time during the |
| ‘Contract term when the conditions set fort in A.1 and A.2 above are met, and will continue thereafter unt the |
| tend of the Contract term. |
|
|
| Prior to January 1, 2003, the Base Wage is $7.60 per hour; beginning January 1, 2003, the Base Wage i $9.05 |
| per hour. As of uly 1, 2003, and each uly 1 thereafter, the Base Wage will be adjusted, using the most recent |
| federal poverty guidelines for a family of four as publstved annually by the U.S. Department of Health and |
| Human Service, to constitute the following: the poverty guidelines for a family of four divided by 2000 hours |
| ‘or the current base wage, whichever is higher. Atal times during the term ofthis Contract, Contractor and all |
| ‘ther Performing Parties must pay the Base Wage as adjusted in accordance with the above. If the payment |
| of prevailing wages is required for work or services done under this Contract, and the prevailing wages for |
| Covered Employees are higher than the Base Wage, then the Contractor must pay the prevaling wage rates. |
|
|
| The Contractor must include provisions in all subcontracts requiring it subcontractors to pay the Base Wage to |
| Covered Employees. The Contractor agrees to provide the City with documentation acceptable tothe Chief |
| Procurement Officer demonstrating that all Covered Employees, whether employed by the Contractor or by a |
| subcontractor, have been paid the Base Wage, upon the City's request for such documentation. The Cty may |
| independently audit the Contractor and/or subcontractors to verify compliance herewith. Failure to comply with |
| the requirements of this Section will be an event of default under this Contract, and further, failure to comply |
| may result in ineligiblity for any award ofa City contractor subcontract for up to three (3) years. |
|
|
| ‘Specification: 4628, 3 MASS CASUALTY INCIDENT RESPONSE TRUCKS, Page 19 of 75 |
|
|
| UNTITLED-024 |
| ‘SPECIAL CONDITIONS |
|
|
| E._Notfor Profit Corporations: ifthe Contractor is a corporation having Federal tax-exempt status under Section |
| 501123) ofthe intemal Revenue Code and is recognized under linols no-or-poft lw, then the provisions |
| of Section A through D abowe do not apply. |
|
|
| ‘GOVERNMENTAL ETHICS ORDINANCE |
|
|
| Contractor will comply wth Chapter 2-156 of the Municipal Code of Chicago, "Governmental Ehis including but ot |
| limited to Section 2-156-120 of this Chapter pursuant to which no payment, gratuity or offer of employment wil be |
| ‘made in connection with any City contract, by or on behalf of a subcontractor tothe prime Contractor or higher tier |
| subcontractor or any person associated therewith, as an inducement for the award of a subcontract or order. Any |
| ‘contract negetiated, entered into, oF performed in violation of any ofthe provisions of this Chapter will be voidabl as |
| tothe City. |
|
|
| (CHAPTER 2-56 OF THE MUNICIPAL CODE OF CHICAGO OFFICE OF INSPECTOR GENERAL |
|
|
| I willbe the duty of any bidder, proposer, or Contractor, all subcontractors, and every applicant for certification of |
| cligibility for a City contractor program, and all officers, directors, agents, partners, and employees of any bidder, |
| ‘proposer, Contractor o¢ such applicant to cooperate with the Inspector General in any investigation or hearing |
| ‘Undertaken pursuant to Chapter 2-56 ofthe Chicago Municipal Code. The Contractor understands and will abide by |
| all provisions of Chapter 2-56 of the Municipal Code of Chicago. All subcontracts will inform subcontractors of this |
| provision and require understanding and compliance herewith. |
|
|
| ‘SECTION 2-92-380 OF THE CHICAGO MUNICIPAL CODE |
|
|
| ‘A. In accordance with Section 2-92-360 ofthe Municipal Code of Chicago and in adeition to any other rights and |
| ‘remedies (including any of set-off available to the City of Chicago under the Contract or permitted at aw or in |
| ‘equity, the Cty wil be entitled to set off a portion of the Contract price or compensation due under the Contract, |
| {an amount equal tothe amount of the fines and penalties for each outstanding parking violation complaint and |
| the amount of any debt owed by the contracting party tothe City. |
|
|
| For purposes ofthis section, “outstanding parking violation complaints" means a parking ticket, notice of parking, |
| violation, or parking violation complaint on which no payment has been made or appearance fled in the Circuit |
| Court of Cook County within the time specified on the complaint. "Debt" means a specified sum of money owed |
| to the Cty for which the period granted for payment has expired. |
|
|
| 8. Notwithstanding the provisions of subsection A above, no such debts) or outstanding parking violation complaints) |
|
|
| will be offset from the Contract price or compensation due under the Contract if one or more ofthe following |
| ‘conditions are met: |
|
|
| (1) The contracting party has entered into an agreement with the Department of Revenue, or other appropriate |
| Gity department, forthe payment ofall oustanding parking violation complaints and debts owed tothe City |
| andthe contracting party isin compliance withthe agreement; or |
|
|
| (2) The contracting paty is contesting ability for or the amount ofthe debt in a pending administrative or judicial |
| proceeding: or |
|
|
| (@) The contracting party has filed a petition in bankruptcy and the debts owed the City s dischargeable in |
| bankruptcy. |
|
|
| ‘Specification: 4628, 3 MASS CASUALTY INCIDENT RESPONSE TRUCKS, Page 20 of 75 |
|
|
| UNTITLED-025 |
| [MACBRIDE PRINCIPLES ORDINANCE |
|
|
| “The Cy of Chicago through the passage of the MacBride Principles Ordinance seeks to promote far and equal |
| «employment opportunties and labor practices for religious minorities in Norther Ireland and provide a better working |
| ‘environment fo all citizens in Norther ireland. |
|
|
| ‘accordance with Section 2-92-580 ofthe Municipal Code ofthe Cty of Chicago, if the primary Contractor conducts |
| any busines operations in Norther reland itis hereby required that the Contract will make al reasonable and good. |
| faith efforts to conduct any business operations in Northem ireland in accordance with the MacBride Principles for |
| "Norther ireland as defined in tlinois public Act 85-1390 (1988 Il laws 3220) |
|
|
| For those bidders who take exception in competitive bid contracts to the provision set forth above, the City will assess |
| an “8 percent” penalty. This penalty will increase their bid price for the purpose of canvassing the bids in order to |
| determine who isto be the lowest responsible bidder. This penalty will apply only for purposes of comparing bid |
| amounts and will not affect the amount of any contract payment. |
|
|
| “The pronsions ofthis Section will not apply to contracts for which the Cit receives funds administered by the United |
| States Department of Transportation, except tothe extent Congress has directed thatthe Department of Transportation. |
| ‘not withhold funds from states and localities that choose to implement selective purchasing policies based on agreement |
| to.comply with the MacBride Principles for Norther ireland, ortothe extent that such funds are not otherwise withheld |
| by the Department of Transportation. |
|
|
| COMPLIANCE WITH CHILD SUPPORT ORDERS ORDINANCE |
|
|
| ‘The Child Support Arrearage Ordinance, Municipal Code of Chicago, Section 2-92-415, furthers the City's interest in |
| contracting with entities which demonstrate financial responsibility, integrity and lawfulness, and finds that tis especially |
| ‘inequitable for Contractors to obtain the benefits of public funds under City contracts while owners fall to pay court- |
| ‘ordered child support, and shift the support of their dependents onto the public treasury. |
|
|
| Inaccordance with Section 2-92-415 ofthe Municipal Code of Chicago, ifanIlinols court of competent jurisdiction has. |
| issued an order declaring one or more Substantial Owner in arrearage on their child support obligations and: (1) aone |
| such Substantial Owner has not entered into a court-approved agreement for the payment of all such child |
|
|
| ‘owed, or (2a Substantial Owner is not in compliance with a court-approved agreement fr the payment ofall such child |
| support owed, (see Certification of Compliance with Child Support Orders in Contractor's Afidavi), then: |
|
|
| For those bidders in competitive bid contracts the City will assess an “8 percent” penalty. This penalty will |
| increase their bid price for the purpose of canvassing the bids in order to determine the lowest |
|
|
| bidder. This penalty will apply only for purposes of comparing bid amounts and will not affect the amount of |
| ‘any contract payment. |
|
|
| For purposes of this section, “SUBSTANTIAL OWNER" means any person who owns or holds a “10 percent” or more |
| percentage of interest in the bidder; where the bidder isan individual or sole proprietorship, a substantial owner means |
| that individual or sole proprietor. |
|
|
| “PERCENTAGE OF INTEREST" includes direct, indirect and beneficial interests in the Contractor. Indirect or beneficial |
| interest means that an interes inthe Contractors held by a coxpoation, joint venture, trust, partnership, association, |
|
|
| <estate or other legal enity, in which the individual holds an interest, ot by agents) or nominees) on behalf of an |
| inividval entity. Forexample, if Corporation 8 holds or owns. 20 percent interestn Contactor, and an individual |
|
|
| ‘Specification: 4628, 3 MASS CASUALTY INCIDENT RESPONSE TRUCKS, Page 21 of 75 |
|
|
| UNTITLED-026 |
| ‘SPECIAL CONDITIONS. |
|
|
| ‘or entity has a “50 percent” or more percentage of interest in Corporation B, then such individual or entity indirectly |
| hhas a “10 percent” or more percentage of interest in the Contractor. if Corporation B is held by another entity, then |
| this analysis similarly must be applied to that next entity. |
|
|
| ‘The prowisions of this Section will only apply where not otherwise prohibited by Federal, State or local aw. |
| CONTRACT DOCUMENTS, |
|
|
| Fallure of the Contractor to familiarize itself with all requirements of the Contract Documents will not relieve it from |
| ‘complying with all ofthe provisions thereo. |
|
|
| NON-APPROPRIATION |
|
|
| no funds or insufficient funds are appropriated and budgeted in any fiscal period of the City for payments to be made |
| under this contract, then the City will notify the Contractor of that occurrence and this contract wil terminate on the |
| ‘earlier of the last day of the fiscal period 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 City to fund payments under this contract. |
|
|
| INDEMNIFICATION |
|
|
| {@)__ On writen notice from the City of Losses the City believes are Losses Arising under this contract as defined |
| inthis section, Contractor must defend, indemnify and hold completely harmless City Indemnitees from and against |
| such Losses, regardless of whether Contractor challenges the Citys belie. The defense, indemnification and hold |
| harmless obligations of Contractor toward ity indemnitees remain an affirmative obligation of Contractor following, |
| the Citys notice of Loses the City believes are Losses Arising under this Contract, unless and unt! a court of |
| ‘competent jurisdiction finally determines otherwise and all opportunities for appeal have been exhausted or have |
| lapsed. |
|
|
| (b) _Forpurposes ofthis section: |
| * City Indemnitees* means, individually and collectively, the City of Chicago, its oficial, agents and employees. |
|
|
| * Losses" means, individually and collectively, all kinds ofibilties, losses, suits, claims, damages, judgments, fines |
| and demands, including all reasonable coss for investigation, reasonable attomeys fees, court costs and experts fees. |
|
|
| "Aising under tis Contract” means () arising out of awarding this Contract (i arising out ofthe enforcement of this, |
| ‘Contract, including the enforcement of this indemnification provision; li) arising out of or in connection with |
| ‘Contractor's performance ornon-performance ofthis Contact including the ats or omission of Contractor, is officers, |
| agents, employees, Contractors, Subcontractors, licensees of invites), any breach by any of them of any warranty made |
| under this Contract o any failure by any of them to meet any applicable standard of performance under this Contact; |
| (or (v) any combination of any ofthe foregoing. |
|
|
| (© Tothe extent permissible by law, Contractor waives any limits on Contractors ibility that it would otherwise |
| have by virtue ofthe Workers! Compensation Act or any other law or judicial decision (specifically Koteck v. |
|
|
| ‘Cyclops Welding Corporation, 146 Il. 2d 155 (1991). The City, however, does not waive any limitations it |
| ‘may have on it lability under the Workers’ Compensation Act or under the Mlinois Pension Cade. |
|
|
| Specification: 4628, 3 MASS CASUALTY INCIDENT RESPONSE TRUCKS, Page 22 of 75 |
|
|
| UNTITLED-027 |
| ‘SPECIAL CONDITIONS |
|
|
| (d)__The City has the right, at its option and at its own expense, to participate inthe defense of any suit without |
| ‘elieving Contractor of any ofits obligation under this indemnity provsion. The requirements set frth inthis |
| indemnity provision are separate from and not imited by the amount of insurance Contractor is required to |
| ‘obiain under this Contract or by its bonds pursuant to other provision in this Contract. Further, the |
| indemnites contained in this provision survive the expiration or termination of this Contract. |
|
|
| EARLY TERMINATION |
|
|
| In adltion, the Cty may terminate thi contract or allo ny portion ofthe contract, at any ime by a notice in wating |
| from the City tothe Contactor. The Cty wl ive nice othe Contractor. The effective date of termination willbe |
| the date the notice is received by the Contractor or the date sated in the notice, whichever ltr. the Cy eecs |
| to terminate the contract in full ll services tobe provided under must cease ae all materials that may have been |
| accumulated in performing this contract whether Completed orn the process, must be delivered to the City within 10, |
| days ater the effective date tated in the notice. |
|
|
| ‘After the notice is received, the Contractor mus restrict its activities, and these ofits subcontractors to winding down |
| ‘ny activites previously begun. No costs incured after the effective date ofthe termination are allowed. Payment for |
| any services actually and satisfactorily performed before the effective date ofthe termination is onthe same basis as set |
| forth in the Payment clause and as outlined inthe Proposal page, but if any compensation is descibed or provided for |
| ‘on the basis ofa period longer than 10 days, then the compensation must be prorated accordingly. No amount of |
| ‘compensation, however, I permitted for anticipated profits on unperformed services. The payment so made tothe |
| ‘Contractor is in full settlement for all services satisfactorily performed under this contract. If Contractor disputes the |
| amount of compensation determined by the City to be due Contractor, then the Contractor must initiate dispute |
| settlement procedures in accordance with provision 14. Disputes, in the General Conditions. |
|
|
| the Citys election to terminate this contract for default pursuant to provision 13. Defaul, in the General Conditions |
| is determined in a court of competent jurisdiction to have been wrongful, then in that case the termination isto be |
| ‘deemed to be an early termination pursuant to this Early Termination provision. |
|
|
| AupiTs |
|
|
| ‘The City may in ts sole discretion audit the records of Contractor o ts Subcontractors, or both, at any time during the |
| term of this Contract or within five years ater the Contract ends, in connection with the goods, work, or services |
| provided under this Contract. Each calendar year or paral calendar year is considered an “aude period.” asa |
| result of such an audit, its determined that Contractor or any ofits Subcontractor has overcharged the Cit inthe |
| audited period, the Cty will notify Contractor. Contractor mus then promptly reimburse the Cty fr any amounts the |
| (City has pald Contractor due to the overcharges and also some or al ofthe cost of the audit, a flows: |
|
|
| ‘A. the audit has revealed overcharges to the Cy representing less than 5% of the total value, based on the |
| ‘contrac prices, of the goods, work, or services provided in the audited period, then the Contractor must |
| reimburse the ity for 50% ofthe cost ofthe audit and 50% of the cast ofeach subsequent audit that the Cty |
| conducts; |
|
|
| B. Hf however, the audit has revealed overcharges tothe Cty representing 5% or more ofthe total value, based |
| ‘on the contract prices, of the goods, work, or services provided inthe audited period, then Contractor must |
| reimburse the City forthe full cost ofthe audit and of each subsequent audit. |
|
|
| Failure of Contractor to reimburse the City in accordance with A or B above is an event of default under this Contract, |
|
|
| Specification: 4628, 3 MASS CASUALTY INCIDENT RESPONSE TRUCKS, Page 23 of 75 |
|
|
| UNTITLED-028 |
| ‘SPECIAL CONDITIONS |
|
|
| and Contractor willbe lable forall ofthe City’s costs of collection, including any court costs and attorneys’ fees. |
| CLEAN AIR ACT |
|
|
| ‘The Contractor must comply with all applicable standards, orders, and regulations issued pursuant tothe Clean Air Act, |
| as amended, 42 U.S.C. §§ 7401 et seq. Specifically, Contractor must comply with applicable requirements of US. EPA |
| ‘egulations,“Conformity to State or Federal implementation Plans of T Plans, Programs, and Projects |
| Developed, Funded or Approved Under Tite 23 U.S.C. or the Federal Transit Act” 40 CFR Part 51, Subpar T and |
| “Determining Conformity of Federal Actions to State or Federal Implementation Plans,” 40 C.F. Part 93. Contractor |
| ‘must report and require each Subcontractor to report any violation ofthese requirements resuting ror any activity |
| related tothe implementation ofthis Agreement to the City and the appropriate U.S. EPA Regional Office. |
|
|
| Specification: 4628, 3 MASS CASUALTY INCIDENT RESPONSE TRUCKS, Page 24 of 75 |
|
|
| UNTITLED-029 |
| Policy and Terms |
|
|
| {Ris the policy ofthe City of Chicago that Local Businesses certified as Minority Business Enterprises (MBE) and |
| Women Business Erterprises (WBD in accordance with section 2-92-420 et. seq ofthe Municipal Code of |
| Chicago and Reguations Governing Certiation of Minorky and Women-Owned Busineses and all other |
| regulations promulgated under the aforementioned sections of the Municipal Code shall have the maximum |
| ‘opportunity to partxipate fll in the performance of ths agreement. The Chief Procurement Officer has |
| ‘stablshed a goal of awarding not les than 25% ofthe annual dol value ol contracts to cetiied MBES and, |
| 5% ofthe annual dolar value of all contracts to certified WEES, |
|
|
| ‘The Chief Procurement Officer has implemented the Target Market Program that seeks to award competitively |
| (ron a negotiated bid process to certified MBES the established goal of 10% ofthe annual dollar value ofall |
| contracts and to certified WBEs 1% of the annual dolar value ofall contracts. |
|
|
| Definitions |
|
|
| “Minority Business Enterprise” or “MBE” means firm awarded certification as aminorty owned and controled |
| ‘business in accordance with City Ordinances and Regulations as long as itis performing in is certified Area of |
| Specialty. |
|
|
| “Women Business Enterprise” or “WBE” means fem awarded cetifiation asa women owned and controlled |
| ‘business in accordance with City Ordinances and Regulations, as long as itis performing in its certified Area of |
| Speciality |
|
|
| “Directory” means the Directory of Certied “Disadvantaged Business Enterprises", “Minorty Business |
| Enterprises” and “Women Business Enterprises” maintained and published by the City’s Contract Compliance |
| ‘Administrator. The Directory identifies firms that have been certified as MBs and WBES, and includes both the |
| date oftheir lst certification and the area of speciality in which they have been certified. Contractors are |
| responsible for verijing the curent certification status of al proposed MBEs and WEES. |
|
|
| “Area of Specialty” means the description of a MBE or WBE firm's business which has been determined by the |
| Chief Procurement Officer to be mest reflective of the MBE or WBE firm's claimed speciaky or expertise. For |
| ‘the Target Market Program the Area of Speciaty i synonymous tothe designated commodity area. Each eter |
| ‘of certification contains a description of the MBE or WBE firm's Area of Specialty. This information is also |
| ‘contained in the Directory. |
|
|
| NOTICE: By vitue of certification, the City does not make any representation concerning the ability of any |
| MBE/WEBE to perform work within their Area of Specialty. tis the responsibilty of all contractors to determine |
| the capability and capacity of MBEs and WES to satisfactorily perform the work proposed. |
|
|
| “Target Market Joint Venture” means an association of two or more MBES, WBE, or both MBEs and WBE all |
| certified by the City of Chicago or whose recertification is pending, to carry outa single business enterprise for |
| profit, and for which purpose they combine their expertise, property, capital efforts, skill and knowledge. |
|
|
| “Contract Compliance Administrator” means the officer appointed pursuant to Section 2-92-490 of the |
|
|
| Specification: 4628, 3 MASS CASUALTY INCIDENT RESPONSE TRUCKS, Page 25 of 75 |
|
|
| UNTITLED-030 |
| "AROET MARKET NON CONSTRUCTION SERVICESCENERAL EQUEMENT& SUPFLIES MBEIWBE COMMETMENT |
| Municipal Code of Chicago. |
| Eighty |
|
|
| Contracts included in the Target Market Program can be either MBE Target Market Contracts, WBE Target |
| “Market Contractor designated a open tol ertiied MBE and WBE fems. Only MBE and MBE Joint Ventures |
| ae eligible to bid on or participate in MBE. Target Maket Contras, while only WBE and WEE Joint Ventures |
| _a eigible to bid on or participate in WBE Target Market Contras. On solicitations open to both MBES and |
| WES joint ventures are allowed between both. |
|
|
| Contracts included in the Target Market Program have been identified by the Chief Procurement Officer as |
| having at least three MBES or three WBEs, asthe case may be, that indicated their interest participating inthe |
| ‘contract's designated commodity area(s) by successfully being certified by the City’s Contract Compliance |
| ‘Administrator. The Chief Procurement Oficer shal select contract forthe Target Market Program which include |
| variety of goods and services which the City frequently contracts. |
|
|
| The vendor may not subcontract more than fity percent (50%) ofthe dollar valve of the contract. The prime |
| Target Market vendor must perform at least 50% ofthe awarded coniract amount with their own workforces. |
| Up to 50% ofthe dollar value of the Target Market contract may be subcontracted to firms who are ether MBE’s |
| and/or WBE 's or non-MBE's andor non- WBE's. The purchase of oods by a VENDOR from a manufacturer |
| ‘oF supplier forsale to the Cy in a contract consisting solely of the sale of goods shall not be deemed |
| subcontracting. However, in appropiate cases the Chief Procurement Oficer may initiate discussions with a |
| contractor subcontracting with non-certified firms in order to maximize the overall participation of MBEs and |
| WBE at all contracting levels |
|
|
| MBE or WBE firms wil be allowed to participate inthis Target Market Contract only in their Areas of Speciality |
| as certified, ori recertification was submitted prior to certification expiration has been applied for, and is |
| pendingon the date of bid opening, Certification must be substantiated by current certification letters of all MBE |
| and WBE participating in the contract being a part of the bid/proposal response. |
|
|
| The Chief Procurement Officer may make participation in the Target Market Program dependent upon |
| ‘submission to stricter compliance audits than are generally applicable to participants in the MBE/WBE program. |
| ‘Where necessary or useful, the Chief Procurement Officer may require or encourage MBEs and WBEs to |
| participate in training programs offered by the Department of Planning and Economic Development or other |
| ‘Gy departments or agencies asa condition of participation in the Target Market Program. |
|
|
| The Chief Procurement Officer shalbe authorized to review whether any MBE ox WBE actively involved inthe |
| “Target Market Program should be precluded from participation in the Target Market Program inthe following, |
| yearto prevent the domination of the Target Market Program by a small number of MBEs or WBEs. The decision |
| of the Chief Procurement Officer to exclude a vendor from the Target Market Program is final and non- |
| appealable. The Chief Procurement Officer shall review the participation of any vendor in the Target Market |
| Program which has been awarded as the prime vendor in a calendar year either; (five (5) or more Target |
| Market Contracts; or (i) Target Market Contracts with a total estimated value in excess of one milion dolla |
| (51,000,000); provided, however, that each contract used in the above computation hasan estimated value in |
| excoss of ten thousand dollars ($10,000). The factors which will be considered by the Chief Procurement |
| Officer include: |
|
|
| (the total number and estimated value of both Target Market and other City contracts awarded to the |
| ‘contractor; |
|
|
| ‘Specification: 4628, 3 MASS CASUALTY INCIDENT RESPONSE TRUCKS, Page 26 of 75 |
|
|
| UNTITLED-031 |
| v |
|
|
| TARGET MARKET NON-CONSTRUCTION SERVICESGENERAL EQUIPMENT & SUPPLIES MBEAWBE COMMITMENT |
|
|
| i) the total number and estimated value of both Target Market and other City contracts awarded tothe |
| contractor ina specific commodity area; |
|
|
| Gil) the percentage ofthe number ofboth Target Market and other Cy contracts awarded tothe contractor |
| ina specific commodity area; |
|
|
| (i) the percentage ofthe total estimated value of both Target Market and ther City Contracts awarded to |
| the contractor in a specific commodity area; |
|
|
| () the extent to which the Vendor is dominating the Target Market Program to the undue detriment of |
| ‘other contractors or the City; and |
|
|
| (i) any other factors deemed relevant by the Chief Procurement Office. |
| Procedure to determine Bid Compliance |
| Schedule D-2 |
|
|
| Bidders must submit, together with the bid, a completed Schedule D-2 committing them to the utilization of |
| each listed firm. |
|
|
| Schedule C-2 |
|
|
| Leterof intent from Subcontractor, Supplier and/or Consuikant to perform. In the event the Vendor fais to |
| submit any Schedule C-2s with its bid/proposal, the Cty wil presume that no subcontractors are performing, |
| services related to the contract absent evidence to the contrary |
|
|
| Letters of Certification |
|
|
| ‘A copy of each proposed MBE/WBE fim’s current Letter of Certification from the City of Chicago must be |
| submitted with the bi/proposa. = |
|
|
| Joint Venture Agreements |
|
|
| Ifthe bidder/proposer i joint venture, the bidder/proposer must provide a copy ofthe Joint Venture |
| and a Schedule B-2. in order to demonstrate the MBEMBE partner's share in the ownership and control the |
| joint venture agreement must include speciic deta, related to: (1) contributions of capital and equipment; |
| 2) work esponsibilties or other performance to be undertaken by the MBEAWBE; and (3) the commitment of |
| ‘management, supervisory and operative personnel employed by the MBEAWBE to be dedicated to the |
| ‘performance ofthe contract. The joint venture agreement must also clearly define each partner's authority to |
| ‘contractually obligate the joint venture and each partner's authority to expend joint venture funds (e.g. check |
| signing authority. |
|
|
| ‘Advances and Expedited Payments |
|
|
| ‘A vendor bidding on a Target Market Contract may request nits bid/proposal that it receive a portion ofthe |
| ‘timated contract value atthe time of award as an advance to cover start-up and mobilization costs, which the |
| hie Procurement Officer may grant in whole or in part. The Chief Procurement Officer will not accept |
| requests made after bd/proposal opening. The Chief Procurement Officer may grant advances not exceeding |
|
|
| ‘Specification: 4628, 3 MASS CASUALTY INCIDENT RESPONSE TRUCKS, Page 27 of 75 |
|
|
| UNTITLED-032 |
| TARGET MARKET NON-CONSTRUCTION SERVICESIGENERAL EQUIPMENT & SUPPLIES MBE/WBE COMMITMENT |
|
|
| the lesser of: (ten percent (10%) of the estimated contract value; oF (i) two hundred thousand dollars |
| ($200,000). |
|
|
| ‘Advances will be liquidated, and hence the City will receive a credit fr these advances against payments due |
| under the contract, commencing atthe time of the first payment to the contractor ater the payment ofthe |
| ‘advance. The City shall be entitled to be repaid in full no later than such time as the Cty pays fity percent |
| (GOK) or more ofthe estimated contract value to the Contractor. |
|
|
| Inthe event a vendor does not perform as required by the contrat and thus snot entitled tall, or pat of, any |
| contract advances or expedited payments ithas received, the City shall be entitled to take appropriate ations |
| to recover these excessive payments, including, but not limited to, liquidation against vouchers for |
| ‘commodities/services rendered for other awarded contracts o future bid deposits, restitution sought from the |
| performance bond, a determination thatthe contractor is non-responsive, of decertfiation. These remedies |
| ‘ain addition to all remedies otherwise available tothe City pursuant to the contrac, at lw, oat equity. |
|
|
| ‘Due to the nature of term agreements annual contrac with “depends upon requirements” contact values), |
| there is no guarantee ofthe contract against which the advance can be measured or liquidated. Therefore, |
| ‘advances will be ganted fr term agreements based upon reasonable estimates atthe discretion ofthe Chief |
| Procurement Office. |
|
|
| Compliance |
|
|
| The Contact Compliance Administrator shall be ended to examine on five (5) business days notice, the |
| contractor's books and records including without imitation payroll records, ax returns and records, and books |
| of account, to determine whether the contractor iin compliance with the requirements of the Target Market |
| Program and the status of any MBE or WBE performing any portion ofthe contract. Such rights are in adtion |
| to anyother audit inspection rights contained inthe contrat. |
|
|
| tis material breach ofthis contract if the vendor, a joint venturer, or subcontractor is disqualified as a MBE or |
| WBE, such status wasa factor in contract award, and the status was misrepresented by the contractor or any joint |
| vventurer. Such a breach shall entitle the City to declare a default, terminate the contract and exercise those |
| remedies provided for in the contrac, at law or in equity. |
|
|
| In the event thatthe vendor is determined not to have been involved in any misrepresentation of the status of |
| ‘an MBE or WBE, the contractor shall discharge the disqualified MBE or WBE and, if possible, identify and engage |
| ‘a qualified MBE or WBE as its replacement. Continued eligibility to enter into future contracting arrangements |
| with the City may be jeopardized as a result of non-compliance. Payments due under the contract may be |
| withheld until corrective action is taken, |
|
|
| Resource Agencies |
| ‘Small business guaranteed loans; surety bond guarantees; 8 (a) certification: |
| US. Small Business Administration B.A. - Bond Guarantee Program |
| 500 W. Madison Street, Suite 1250 rety Bond |
| Chicago, Minos 60661 '500 West Madison, Suite 1250 |
| ‘tn: General Services Chicago, tlinois 60661 |
| (312) 353-4528 ‘tention: Carole Haris |
|
|
| 12) 353-4003, |
|
|
| ‘Specification: 4628, 3 MASS CASUALTY INCIDENT RESPONSE TRUCKS, Page 28 of 75 |
|
|
| UNTITLED-033 |
| TARGET MARKET NON-CONSTRUCTION SERVICES/GENERAL EQUIPMENT & SUPPLIES MBE/WBE COMMITMENT |
|
|
| SBA - Procurement Assistance |
|
|
| 500 West Madison Street, Suite 1250 |
|
|
| Chicago, tlinois 60601 |
|
|
| ‘tention: Robert P. Murphy, Area Regional Administrator |
| 12)353-7381 |
|
|
| Project information and general MBEAVBE Program information: |
|
|
| ‘Gy of Chicago Cty of Chicago |
|
|
| Department of Procurement Services ‘Department of Procurement Services |
| Contract Monitoring and Compliance ‘Contract Administration Division |
| Gy Hall-Room 403 ‘City Hall- Roorn 403 |
|
|
| Chicago, tinois 60602 Chicago, linois 60602 |
|
|
| ‘tention: Camice Carey ‘Attention: Byron Whitaker |
|
|
| (12) 744-1895 12) 744-4926 |
|
|
| Directory of Centfied Disadvantaged, Minority and Women Business Enterprises is available in the Bid and Bond |
| Room, Department of Procurement Services, City Hall, Room 403, Chicago, llinois 60602, Monday through |
| Friday between the hours of 8:40 am to 10:45 am and 12:00 pm to 3:30 pm. |
|
|
| Nom Cant Ra, 1208 |
|
|
| ‘Specification: 4628, 3 MASS CASUALTY INCIDENT RESPONSE TRUCKS, Page 29 of 75 |
|
|
| UNTITLED-034 |
| SCHEDULE 8-2 |
| AEELDAVIT OF MBE/WBE TARGET MARKET JOINT VENTURE |
|
|
| ‘This form is to be submited identyng joint ventures in the MBE/WBE Target Market Progam with 2 writen joint |
| venture agreement among the MBE andior WBE ventures. In all proposed oint ventures, each MBE andlor WBE |
| ‘enturer mus submit a copy of their current Letter of Certification. |
|
|
| ALLINFORMATION REQUESTED BY THIS SCHEDULE MUST BE ANSWERED IN THE SPACES PROVIDED. DONOT |
| REFER TO YOUR JOINT VENTURE AGREEMENT EXCEPT TO EXPAND ON ANSWERS PROVIDED ON THIS FORM. |
| IF ADDITIONAL SPACE IS REQUIRED, ADDITIONAL SHEETS MAY BE ATTACHED. |
|
|
| MoT Appiicrne |
|
|
| IL dentify each MBEAWBE ventures): Not frppicersce |
| Name o Firm |
| ores: |
| Phone: |
| Contact person for matters concerning MBEWBE on vertu |
|
|
| 1 |
|
|
| ML _ Describe the role(s) of the MBE and/or WBE venture(s inthe joint venture: |
| Met hpi nee |
|
|
| IV, Attach a.copy ofthe joint venture agreement. In order to demonstrate each MBE andlor WBE venturer's share |
| in the ownership, control, management responsibitis, sks and profs ofthe joint venture, the proposed joint |
| ‘venture agreement must include speci details related to: (1) the coeributions of capital and equipment (2) |
| work items to be performed by the MBE/WBE’s own forces; (3) work items to be 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 dedicate to the performance ofthe project. |
|
|
| ‘Qumership ofthe lint Venture, |
| A. What are the percentage(s) of MBE/WBE ownership of the joint venture? |
| MBE/WBE ownership percentage(s) Mt |
|
|
| 8. Specify MBEWBE percentages for each of the following (provide narrative descriptions and other |
| detail as applicable): |
|
|
| 1. Profit and loss sharing: e/a |
| 2. Capital contributions: |
| (a) Dollar amounts of inital contribution: Mee |
|
|
| (6 Dalaran a aipaed nig Soran |
|
|
| ‘Specification: 4628, 3 MASS CASUALTY INCIDENT RESPONSE TRUCKS, Page 30 of 75. |
|
|
| UNTITLED-035, |
| ‘SCHEDULE B-2 AFFIDAVIT OF MBE/WBE TARGET MARKET JOINT VENTURE |
|
|
| 3. Contributions of equipment (Specify types, quality and quantities of equipment to be |
| provided by each venture): |
|
|
| 4. Other applicable ownership interests, including ownership options or ther agreements |
| which restrict or limit ownership and/or contol: |
|
|
| 5. Provide copies ofall written agreements between venturers concerning this project. |
|
|
| 6. Identify each current City of Chicago contract (and each contract completed during the past |
| ‘wo @) years) by a joint venture of two or more fms participating inthis joint venture: |
|
|
| RAE |
|
|
| ‘Control of and Participation in the Joint Venture, identity by name and firm those individuals who are, or |
| will be, responsible for, and have the authority to engage in the following management functions and policy |
| decisions. (Indicate any limitations to thei authority such as dollar limits and co-signatory requirements: |
|
|
| A. Joint venture check signing: Whe |
|
|
| = AOR OE Se EOS |
|
|
| __Sering coving anor colaeraing ny, |
|
|
| D. Acquistion offines of credit: Wh |
|
|
| Acquisition and indemnification of payment and performance bonds: |
| DWE |
|
|
| ‘Specification: 4628, 3 MASS CASUALTY INCIDENT RESPONSE TRUCKS, Page 31 of 75 |
|
|
| UNTITLED-036 |
| son scrmmuires nse oF meewae aT LitsT One VORNE |
| fg opin hor en |
| treet ae |
| ‘ade G. Management of contract performance. (identify by name and firm only): |
| ‘number) 1. Supervision of field operations: |
| 2 ‘Major purchases: 4p, |
| 3 Estimating. Tt |
| ae |
| _ ‘Vil. Financial Controls of joint venture: |
| A ‘Which frm andor individual wil be respoyaie for keeping the books of account? |
| "ronnel propost B. Identify the “managing partner,” if any, and describe the means and measure of their co |
| Swan |
| Identify DUA |
|
|
| Join ven |
|
|
| C._Whatauthorty does each venturer have to commit or obligate the other to insurance ar |
| ‘companies, financing institutions, suppliers, subcontractors, and/or other parties particip |
| performance ofthis contractor the work ofthis project? |
|
|
| in |
|
|
| if |
|
|
| ‘Specification: 4628, 3 MASS CASUALTY INCIDENT RESPONSE TRUCKS, Page 32 of 75. |
|
|
| UNTITLED-037 |
| SCHEDULE B-2 AFFIDAVIT OF MBE/WBE TARGET MARKET JOINT VENTURE |
|
|
| ‘The undersigned affirms thatthe foregoing statements are correct and include all material information necessary to |
| ‘identify and explain the terms and operations of our joint venture and the intended participation of each venturer in |
| the undertaking, Further, the undersigned covenant and agree to provide tothe City current, complete and |
| accurate information regarding actual joint venture work and the payment therefore, and any proposed changes in |
| any provision ofthe joint venture agreement, and to permit the aud and examination of the books, records and |
| files of the joint venture, or those of each venturer relevant to the joint venture by authorized representatives ofthe |
| Cty othe Federal funding agency. |
|
|
| ‘Any material misrepresentation will be grounds for terminating any contract which may be awarded and for initiating |
| action under federal or state laws concerning false statements, |
|
|
| ‘Note: If afte fling this Schedule 8.2 and before the completion onthe joint ventures work onthe project, there is |
| any change inthe information submitted, the joint venture mus inform the Cty of Chicago, either directly or |
| through the prime contractor ifthe joint venture i a subcontractor. |
|
|
| ‘Name of MBEIWEE Parner Fm Name of MBEWBE Pater Fem |
|
|
| Signature of Aant Signature of Aone |
|
|
| Tame and Tile of Aflant ‘ame and Tie of fant |
| Date Date |
|
|
| On this__ day of 20__, the abovesigned officers |
|
|
| 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, I hereunto set my hand and oficial seal. |
|
|
| Signature of Notary Public |
| My Commission Expires: |
|
|
| (SAD) |
|
|
| Specification: 4628, 3 MASS CASUALTY INCIDENT RESPONSE TRUCKS, Page 34 of 75 |
|
|
| UNTITLED-038 |
| esyeg/2ma3 11:45 Yeesa2se18 FREEWAY FORD Pece 02 |
|
|
| ‘TARGET MARKETISCHEDULE C-2 |
| Letter of intent from Subcontractor, Suppller andlor Consultant to Perform |
| Name of ProjeciContract «3 Mass Casualty Response Trucks |
| ‘Specification Number: 4828 (RFQNO 343) |
|
|
| eae cack sore tat of suboniracng Fm |
| From SUPREME CORPORATION. WBE x "Non-Minoriy |
| hare oP |
|
|
| ‘To: FREEWAY FORD STERLING TRUCKS |
| SALES, INC. ‘and the City of Chicago: |
| ‘The undersigned intends to perform workin connection with the above projects as &: |
|
|
| ‘Sole Proprietor X_ corporation |
| Partnership Joint Venture |
|
|
| The undersigned is prepared 1 prove the folowing described services or supply the folowing |
| ‘described goods in connection with the above named projecticontract |
|
|
| BUILD & INSTALL 3 MASS CASUALTY RESPONSE TRUCK BODIES IN CONFORMITY WITH |
|
|
| ‘Pyad of 15, tom F112 po 48 of 75. tami F113 pg 48 a pg a8 i |
| 876s ta 72.0 tT te OF 40 fa 2307 pa oe |
| item 25 75, tem 23 Tier 49 78, tem 49 of 76, Ror |
| ZiGr pg abo 75, tam 3508 By BSH Te Ror BLD pg SON TE tem DE Dog OH TS WETS |
|
|
| ‘Ba Bi of 75, fam 25.08 py 81 of 76 and tem 28.07 pg 6t of |
| “The above described performance ws atfered for the folowing price and described terms of payment |
|
|
| PRICE $27,900 EACH, WITH PAYMENT WITHIN 60 CALENDAR DAYS AFTER RECEIPT ANO |
| “REGEPTANE OF THE VEWICLES IN ACCORDANCE WITH CONDIMTONG SPECIFIED HERER— |
|
|
| more space ¢ needed to fly describe te firm's proposed scope of werk anor paymant schedule, |
| attach aoatonal sheets |
|
|
| ‘The undersigned wi enter into a formal writen agreement for the above work wth you as a Prime |
| Contractor, conditioned upon your execution ofa contract with he Cy of Chicago, and waldo 80 |
|
|
| niin“ alias |
|
|
| Fres Ballowe Sales Manager |
|
|
| May 6, 2003, |
| —rrseaianng et205 |
|
|
| Speciicaton, 4628, 3 MASS CASUALTY INCIDENT RESPONSE TRUCKS, Page 35 of 5 |
|
|
| UNTITLED-039 |
| HSH, we |
|
|
| Depa |
| Prem Ses |
| Dose Sone |
| Chron Ofer |
|
|
| ay a, Rm 3 |
|
|
| Tat parts se St |
| ao tl |
|
|
| (Gin ea |
|
|
| Gi tawny |
|
|
| epitene tinge ont |
|
|
| Mary Ford Dolan, Presicent |
| ‘Truck Sales, Inc. |
|
|
| Lyons, i. 60534-0286 |
|
|
| Cenificaton Etfecawe: December 11, 2002 |
| Certification Expires Decomber 31, 2007 |
| Annwal Certificate Expires. December 31, 2003, |
|
|
| |Dear Ms. Dolan: |
|
|
| |We are pleased 0 inform you hat Freeway Ford - Sterling Truck Sales, Inc. nas been |
| |centified as a WBE by ine Cay of Chicago. This WBE Ceruhcation, whicn is valid for five. |
| Years must be rewalcated annually Your frm’. ext annual vaidanon is requred by |
| [December 31, 2003. |
|
|
| |As @ conaiton of continued cerification during th five year period, You must fie a NO- |
| (Change Affidavit within 60 days of the date of expiration. Please note that you |
| imust include a copy of your most current ‘Zarporate Federal Tax Returns. |
| Failure to file this Affidavit wil result in the ter nination of your certitication. You |
| must also notfy tne Offce of Business Development of any changes in ownership or |
| control of your fim or any other matters or facts affecting your firm's eigibiity for |
| iceruficaton, |
|
|
| [The City may commence actons 1 remove your fs elgbity if you fai te notfy us of |
| lany changes of facts affecting your fim’'s certiicetion or if your frm clnerwise fats to |
| (cooperate wi tne City n any inquiry or investigation. Removal of eligiaity procedures |
|
|
| Imay also be commenced i your firm is found toe invowved in bidding or contractual |
| jiregularives, |
|
|
| Your firm's name will be listed in tne City’s Directory of Disadvantaged Business |
| [Enterprises, Mnoriy Business Enterprises and Women Business Enterprises in tne |
| lspecialty area(s) of |
|
|
| | Fleet Auto Sales and Services: |
| }Your firm's parucipation on Cay contracts will be crudited only toward WBE goals «i your |
|
|
| rea() of speoaly. Wie your pacpavon on Cay corfata nt ied 1 Your |
| ad cred toward WBE goats wi be given ony for work done the Specany |
|
|
| 1nk you for your continued interest in the Cay’ ifinonty, Women and Disadvantaged |
| Business Enterprise Programs. |
|
|
| 54 PAGE.001 |
|
|
| UNTITLED-040 |
| MAY FORD |
| esya1/203 99:59 7288423018 FREENAY |
|
|
| JOHN F, FORD TRUST |
|
|
| 1, JOHN F. FORD, have transferred ten dollars to myself as trustee. That asset and any other assets |
| received by the trustee (the “trust estate") shall be held in trust subject to the provisions of this |
| {instrument |
|
|
| Article 1 |
| Introduction |
|
|
| 1. Family. My "spouse" is FRANCES L. FORD. I have three children now living, namely |
| MARY FRANCES FORD DOLAN; BLIZABETH FORD O'GRADY and NANCY FORD |
| HOOPES. |
|
|
| 1.2.Name of Trust. The name of this trust, as amended at any time and from time to time, shall be |
| the JOHN F. FORD TRUST. |
|
|
| Article 2 |
| Lifetime Trust |
|
|
| 2.1 Right To Amend or Revoke. I reserve the right from time to time to amend or revoke this |
| instrument in whole or in part by instrument (other than my Wil) signed by me, referring to this |
| instrument, and delivered to the trustee during my life IFT revoke this instrument, the trustee shall |
| Aeliver the trust estate to me or as direct. |
|
|
| 2.2 Distributions During My Life. During my life, the Lifetime Trust shall be administered for my |
| primary benefit. Aslong s [am not incapacitated, the trustee shall pay to me tht part ofthe income |
| and principal as I shal request fom time to time. If I become incapacitated, then while 1 az |
| incapacitated, the trustee (a) shall pay to me as much of the income and principal asthe tastes |
| considers advisable for my health, maintenance in reasonable comfort, or best interests, and (b) may |
| pay 8 much ofthe income and principal a the ruste considers necessary for the health, maintenance |
| ‘i retonable confor. of education of any perton dependent on me. Any income not s0 psi i each |
| ‘year and any income not so paid at my death shall be added to principal. |
|
|
| 2.3 Determination of Incapacity. I shall be incapacitated if | am under « legal disability or unable |
| to give prompt and inteligent consideration to financial affhirs. The determination of my inability shall |
| ‘be made in writing, signed by my personal physician and, if my spouse is then living and able to s0 |
| ‘act, by my spouse, and delivered tothe trustee. The trustee may rely conclusively oa thet writing. |
|
|
| 2.4 Exclusion Gifts. If ay of the following gifts would be included in my gross estate if I died within |
| three years of the trustee's making the gift, then instead of the trustee's making the gift directly to a |
| donee, the trustee shal pay the principal directly to me. |
| (@) Annual Exclusion Gifts, II become incapacitated, then while T am incapacitated, the |
| ‘trustee may make Annual Exclusion Gifts and Tuition and Medical Exclusion Gifts from the |
| principal of the Lifetime Trust to any one or more of my descendants and their spouses in |
|
|
| UNTITLED-041 |
| r) |
|
|
| s/e1/2083 9:88 TeBde29018 FREEWAY FORD rece 82 |
|
|
| amounts the trustee considers appropriate. Annual Exclusion Gifts shall be made in such a |
| ‘manner as to qualify forthe federal gift tax "annual exclusion* under Code Section 2503). |
| ‘Annual Exclusion Gifs to each person in any calendar year shall not exceed the maximum |
| allowable amount ofthe annual exclusion for an unmarried donor or twice that amount if |
| ‘am married atthe time of the gif. |
|
|
| () Tuition and Medical Exclusion Gifts. Tuition and Medical Exclusion Gifts shall be |
| made in such a manner as to qualify for the federal gift tax exclusion under Code Section |
| 2503(e). Tuition and Medical Exclusion Gifts mean amounts paid on behalf of a person as |
| tuition to an educational organization forthe education or training of that person or toa |
| ‘medical care provider for the medical cae ofthat person. |
|
|
| Article 3 |
| Gis at My Death |
|
|
| ‘On my death the trustee shall distribute the following gifts from the trust estate: |
|
|
| 3.1 Tangible Personal Property. The trustee shall make gifts of tangible personal property as I |
| ‘direct by any written instrument signed by me, “Tangible personal property" means all personal and |
| hhouschold effets, jewelry, automobiles, collections, and other tangible personal property that I own |
| at my death or that is then included as part of the rust estate (Including insurance thereon but |
| ‘excluding business use property, precious metals, nd unset gems), T may ffom time to time amend |
| ‘oF revoke the written instrument, and any subsequent instrument stall control to the extent it conflicts |
| ‘with prior ones. Any decisions made in good faith by the trustee in distributing tangible personal |
| ‘property shall nt be subject to review, andthe trustee shall be held harmless from any cost or ability |
| 45 to those decisions. I shall be deemed to have left only those writin instruments thatthe trustee |
| is able to find after reasonable inquiry within 60 days after my death. |
|
|
| 3.2 Gifts of Remaining Tangible Personal Property. I give all tangible personal property not |
| otherwise effectively disposed of to my spouse, if my spouse survives me, or if my spouse does not |
| survive me, in shares of equal value to my children who survive me (to the exclusion of the |
| descendants of any child who does not survive me), to be divided among them as they agree or, if |
| they cannot agree within 60 days after my death, as the trustee determines. |
|
|
| 3.3 Gifts if Spouse Survives. If my spouse survives me, then I make the following gifs: |
| (@ Family Trust. I give the tax-sheitered gift to the trustee to hold as the Family Trust |
|
|
| (b) Marital Trust. I give the balance of the trust estate to the trustee to hold as the Marital |
| ‘Trust |
|
|
| 3.4 Git if Spouse Does Not Survive. If my spouse does not survive me, then I give the balance of |
| the trust estate to the trustee to allocate and distribute in shares of equal value for my surviving |
|
|
| Li |
|
|
| UNTITLED-042 |
| Pace a4 |
| as/e1/20e3 9:59 7984473018 FREEWAY FORD CE |
| y |
|
|
| ‘maintenance in reasonable comfort, education, or best interests. Any income not so paid in each tex |
| year shall be added to principal at the end of each tax year. The trustee shall distribute the remaining |
| ‘rust assets to the beneficiary when the beneficiary attains age 30 or to the beneficiary's estate ifthe |
| beneficiary dies prior to receiving the assets. If at the time the trust is created or during the |
| administration of the trust the beneficiary is under age 21, the trustee may terminate the trust and |
| <istibute the property to a custodian for the beneficiary under a Uniform Transfers or Gifts to Minors |
| Act. |
|
|
| Article 9 |
| Contingent Gift Provision |
|
|
| (On the death of the last to die fal beneficiaries of any trust (the "termination date"), any of the trust |
| not otherwise distributable shall be distributed half to my heirs and half to my spouse's heirs. Hiics |
| and their respective shares shall be determined under the laws of descent and distribution of linois |
| at my death for property located in Tins a ify spouse and Thad each died onthe termination date |
| unmarried and domiciled in Hlinois. |
|
|
| Article 10 |
| ‘Trustee Succession |
|
|
| 10.1 Suceessor Trustee. When I cease to act as trustee, my spouse and Mary Frances Ford Dolan |
| shall be trustee. |
|
|
| 10.2 Resignation. A trustee may resign at any time by signed notice to the co-trustees, if any, and |
| to the income beneficiaries |
|
|
| 103 Individual Trustee Succession, Each acting individual trustee (unless limited in the instrument |
| in which the trustee was designated) may, by signed instrument filed with the trust records, (a) |
| designate one or more individuals or qualified corporations to act with or to succeed the trustee |
| consecutively or concurrently, in any stated combination, and on any stated contingency, and (0) |
| amend or revoke the designation before the designated trustee begins to act. |
|
|
| 104 Default of Designation. If at any time no trustee is acting and no designated trustee is able and |
| willing to act, then the first of the following who is able and willing to act shall be trustee: |
|
|
| (@) Blizabeth Ford O'Grady; |
| (b) Nancy Ford Hoopes |
| (©); Thomas R Dolan |
|
|
| (@ Any individual or qualified corporation appointe ‘a majori |
| @ss Gulf corpornton appointed in an nsrument signe by a msorty |
|
|
| UNTITLED-043, |
| PAGE 5 |
| FREEWAY FORD |
| as/en/2e03 98:59 7e84429018 |
|
|
| Article 12 |
| ‘Trustee Powers |
|
|
| In addition to all powers granted by law, the trustee shall have the following powers, to be exercised |
|
|
| in a fiduciary capacity: |
|
|
| 12.1 Retention. To retain any property transferred to the trustee, regardless of diversification and |
| ‘regardless of whether the property would be considered a proper trust investment; |
|
|
| 12.2 Sale. To sell st public or private sale, contract to sell, rant options to buy, convey, transfer, |
| ‘exchange, or pasttion any real or personal property ofthe trust for such price and on such terms as |
| the trustee sees fit; |
|
|
| 12.3 Real and Tangible Personal Property. To make leases and subleases and grant options to |
| lease, although the terms thereof commence in the future or extend beyond the termination of any |
| ‘wust; to purchase, operate, maintain, improve, rehabilitate, alter, demolish, abandon, release, or |
| edicate any real or tangible personal property, and to develop or subdivide real property, grant |
| jesements, and take any other action with respect to real or tangible personal property that an |
| individual owner thereof could take; |
|
|
| 12.4 Borrowing. To borrow money from any lender, extend ot renew aay existing indebtedness, and |
| mortgage or pledge any property in the rust; |
|
|
| 12.5 Investing. To invest in bonds, common or prefered stocks, notes, options, common trust funds, |
| ‘mutual funds, shares of any investment company or trust, or other securities, life insurance, |
| Partnership interests, general or limited, joint ventures, real estate, or other property of any kind, |
| regardless of diversification and regardless of whether the property would be considered a proper |
| ‘ist investment; |
|
|
| 12.6 Joint Investments; Distribution; Determination of Value. To make joint investments fortwo |
| ‘© more trusts bid by the same trustee; to distribute property in cash or in kad, or partly in each; to |
| locate or distribute undivided interests or diferent propery or disproportionate interests to the |
| beneficiaries, and to determina the value of any property so allocated or distributed; but no |
| adjustment shall be made to compensate for a disproportionate allocation of unrealized gain for |
| federal income tax purposes, and no action taken by the iuste pursuant to this paragraph shall be |
| subject to question by any beneficiary, |
|
|
| 12.7 Rights as to Securities. To have all the rights, powers, and privileges of an owner of the |
| Securities held in trust, incinding, but not limited to, the powers to vote, give proxies, and pay |
| ‘assessments, 10 panicipate in voting trusts, pooling agreements, foreclosures, reorganizations, |
| consolidations, merges, and liquidations and, incident to such participation, to exercise or sell stock |
| subseription or conversion rights, |
|
|
| tat tener 8 |
|
|
| UNTITLED-044 |
| ss/oi/2002 93:59 7884423018 TEENA Fe PAGE 86 |
| FREEWAY FORD |
| s/e1/2083 29802 |
|
|
| Article 17 |
| Captions and Contest of Terms |
|
|
| / Captions shall have no impact or meaning as to the terms of this instrument. Singular and plural and |
| 2° masculine, feminine, and neuter shal be interchangeable as required or permitted in the context ofthis |
|
|
| a |
| Setmereton 15 Saly 49 —_—— |
| On A |
| IHN F. FORD, indivi as rustee |
| STATEOFLLINOS |
| ) |
| couryor COM} |
| on Sng \S \A8Y_ som. ORD pereaat appear! betes ant |
| acknowledged That this Ustrument was executed as tha, rrr |
| ‘Notify Public |
| This document as prope |
| feta. ¢ Stn |
| Har & Sm F.C |
| Bir South Wakes Dive |
| Sate s980 |
| antennae ae |
|
|
| nM |
|
|
| UNTITLED-045 |
| es/o1/2003 89:59 706442988 ‘FREEWY FORD Pace 87 |
|
|
| ostmcrs_/[pr0e3 neon |
| {eee MEDICAL CERTIFICATE OF DEATH |
| eS ero i "OCTOBER 13,1999" |
| Sea : at i |
| 1 Cox se |
| ES rs amnocasec Soa ~* ninonditeateeca tosee eames Site |
| er DARK RIDGE n LOTHERAN GENERAL HOSPTIAL Fn scot dal |
| tea ae ste at RST TOT Se |
| = 7 FARGO, ND MARRIED" [es FRANCES _Bi eves |
| 2 {s:ntesaes——— Boor 2a, |
| g eee : ee |
| jim f00K |
| 2 BEET ct the pace ee CS |
| ara aera |
| fn ESS Ete" |
|
|
| See DAVIO Aki re |
|
|
| a eae |
| 2 Jae ALL SAINTS CEMETERY |
|
|
| ay |
|
|
| CERTIFY THAT the foreeoi |
|
|
| Sostaaa |
| Ms acatd fo tig decedent nanayet tm I, and thet |
| COC aNd end edn er i ascendant wh Ne postions of ty ips AB Rents hs |
| (OCT 15 1999 ae ay Sa |
| we sansa |
|
|
| EVANSTON Local |
| . nots oprcias rirze— “OCAL REGISTRAR |
|
|
| otenal record of tht death Ws pormanentty Med wlth he ILLINOIS DEPARTMENT OF PUBLIC WEALTH st Springfield. County |
| tah Rd cal reinars are euthorecd 0 make cerifcenons (rom copies of the orginal ecard. The finals tate inate |
| i eather the eveomen of Pubic hea, al ere coun ir all 9pm acount |
|
|
| “toLe 1998) OFPIEEOF VITAL-AECONOE - 1Lmois GEPARTMENT OF PUBLIC HEALTH » SPRINGFIELD IFO! |
|
|
| UNTITLED-046 |
| io/e9y 2003 11:45 |
|
|
| 7ees4zs018 FREEWAY FORD . |
|
|
| SCHEDULED-2 |
| Affidavit of Target Market Subcontractors |
| [Nan - Construction Services/General Equipment and Supplies |
|
|
| CConuract Name___3 ASS_CASUALTY RESPONSE THUICKS |
|
|
| Speciation Na. 4528 (RFQ NO 243) |
|
|
| Stace of _TLLINOTS |
|
|
| (Chop of S00 CORTE, CITE OF LYONS |
|
|
| | HEREBY DECLARE AND AFFIRM that | arm duly authorized represereaive of: |
|
|
| [FREEWAY FORD STERLING TRUCKS SALES |
|
|
| ‘and shat have personally reviewod the materal and fact st forth herein describing our proposed plan identifying |
| ‘sub-contractors inthis contract. |
|
|
| ‘AI MBE/WBE firms included inthis plan have been cerifed as such by the City of Chicago (Leners of Certification |
| ‘Anached), |
|
|
| (Direc Participation of Subconeracing Firs |
| (Note: The bidder/proposer shal, a determining the manner of MBE/WBE panicigation, can only conser |
| Involvement with MBEWBE firs as joint venture parsers. Subcontracting and suppiing of goods and |
| services directly related to the performance ofthis contracts open to MBE/WBE and aon MBE/WEE firms. |
| NOTICE: Subconsacting cannot exceed 50% ofthe tcal contract ammount) |
|
|
| ‘A. The MBE andlor WEE bidderi0 isto attach a copy of their Cry of Chicago Later of Cenieation. |
| 8. bidder/proposer is a joint venture and one or more joint venture partners, they must be cetiied |
| MBEs oF WBEs, attach copies of Leuers of Cenfication and a copy af Joint Vanture Agreement |
| Clearly describing the role of the MBE/WBE frmis) and is ownership ieerest in the joint venture, |
| CSubcontraaos (Direct or indirect: |
|
|
| 1. Name of Subcontractor, SUPREME CORPORATION |
| P.O. BOX 463, COSHEN INDIANA 46527 |
|
|
| pee |
| Contac Penon__7RED BALLOWE Phone: 57% 642—4888 |
| Dollar Amount Parcpation § 273900.00 per vehicle |
|
|
| Percent Amount of Participation: sms |
|
|
| Schedule C-2 anached? Yes, No. woe page 2) |
|
|
| ‘Specification: 4628, 3 MASS CASLIALTY INCIDENT RESPONSE TRUCKS, Page 36 of 75 |
|
|
| UNTITLED-047 |
| es/es/2eea 11:45 Teeaa79018 FREEWAY FORD Pace et |
|
|
| yt) 1 ATan__ Fre PT OF PRCT aerate Time p.owmy Fee |
|
|
| Type of Fem |
| Me war poms + |
|
|
| 2. Name of Subconaxcon. |
|
|
| drs |
|
|
| (Conmact Person: |
| Dollar Amount Panicipation $ |
| Percent Amount of Participation: » |
|
|
| ‘Schedule C-2 amached? Yen Ne. - |
|
|
| Phone: |
|
|
| Type of Fem: |
| MBE |
|
|
| 3. Name of Subcontractor: |
|
|
| Aare |
|
|
| Contact Peon: |
| oir Amour Paricipation § |
|
|
| Percent Amount of Partition: |
| Schade C2 amached? ve re : |
|
|
| Type of Fem: |
| MBE woe Nom MWBE |
|
|
| 4. Name of Subeoneuctor: |
| ees: |
|
|
| ‘Contact Peron: |
|
|
| Phere: |
|
|
| ‘Doitar Amount Participation § |
| Percant Amount of Participation: x |
| Schedule C-2 atached? Ye + |
|
|
| Type of em: |
| me Wee Non-wwae |
|
|
| ‘Specification: 4628, 3 MASS CASUALTY INCIDENT RESPONSE TRUCKS, Page 37 of 75. |
|
|
| UNTITLED-048 |
| 5. Attach additional sheets as needed. |
|
|
| * All Schedule C-2s nd Letters of Certification not submitted with bid/proposal must be submited so as to |
| assure receipt by the Contract Administrator within three (3) business days ater bid opening (or proposal |
| due date.) |
|
|
| To the best of my knowledge , information and belief, the facts and representations contained in this |
| Schedule are true, and no material facts have been omitted. |
|
|
| ‘The contractor designates the folowing person as their MBE/WBE Lion Officer: |
| Name Tom Deoted, ¥.P. Gas Phone Number 703° “#5 Gono |
|
|
| | do solemnly declare and affirm under penalties of perjury thatthe contents ofthe foregoing document are |
| tive and correct, and that | am authorized, on behalf ofthe contractor, to make this affidavit. |
|
|
| Thaw Yo |
|
|
| State of_Delevcas se |
| countyor_Goo® |
|
|
| This instrument was acknowledged before me on _“J-3-OB (date) |
| ty THOMAS ®. Do/AN {name /s of person's) |
|
|
| w_OFF/CER __ttype of authority, eg, officer, nase, etc) |
|
|
| op Arceatay Hts ch Ser tiga Dub ‘vam of pay on behalf whom isrument |
| was executed): |
|
|
| a |
|
|
| ‘OFFICIAL SEAL |
|
|
| (Seal) |
| PATRICIA HENSLEY |
|
|
| rage rama. STATE OF ion |
| ir Couaame bows 2/1108 |
|
|
| ‘Specification: 4628, 3 MASS CASUALTY INCIDENT RESPONSE TRUCKS, Page 38 of 75 |
|
|
| UNTITLED-049 |
| ‘TARGET MARKET |
| ‘SUBCONTRACTOR UTILIZATION REPORT |
|
|
| NOTICE: THIS REPORT 1S NOT TO BE COMPLETED AT THE TIME OF BID OR PROPOSAL SUBMISSION. IF |
| ‘AWARDED A CONTRACT WITH AN APPROVED SUBCONTRACTING PLAN, THE PRIME CONTRACTOR |
| ‘WILL BE REQUIRED TO SUBMIT THIS REPORT IN ACCORDANCE WITH THE REPORTING |
| REQUIREMENTS STATED IN THE SPECIAL CONDITION REGARDING SUBCONTRACTING. |
| ‘COMMITMENTS. |
|
|
| Contract Administrator: Specification No. |
| Phone No.. Contract No. |
|
|
| Date of Award |
| Utilization Report No. |
|
|
| STATE OF: |
| COUNTY (GW) OF: |
|
|
| In connection with the above-captioned contrat: |
|
|
| | HEREBY DECLARE AND AFFIRM that | arn the — |
|
|
| snd duly authorized representative of |
|
|
| TS = |
| and thatthe following firms have been contracted with, and have furished, or re furnishing and preparing |
| ‘material for, and rendering services stated in the contract agreement. |
|
|
| The following Schedule accurately reflects the value of each sub-agreement and the amounts of money paid to each |
| to date, |
|
|
| NAME INDICATE IF FIRM IS (MBE, AMOUNT OF CONTRACT AMOUNT PAID TO DATE |
| WBE OR NON-MBE OR |
| NON. WBE) |
|
|
| AMOUNT BILLED TOCITY: $e |
| AMOUNT PAID TO PRIME CONTRACTOR: $ |
|
|
| ‘Specification: 4628, 3 MASS CASUALTY INCIDENT RESPONSE TRUCKS, Page 39 of 75 |
|
|
| UNTITLED-050 |
| ‘TARGET MARKET SUBCONTRACTOR UTILIZATION REPORT |
|
|
| For each subcontractor lited on this report, briefly describe the work or goodsservices provided in relation to this |
| ‘contract. (Indicate line tems, if applicable) |
|
|
| DESCRIPTION OF WORK/SERVICES |
| ——_Namt_______AND oR. GOO PROVIDED |
|
|
| ‘Specification: 4628, 3 MASS CASUALTY INCIDENT RESPONSE TRUCKS, Page 40 of 75, |
|
|
| UNTITLED-051 |
| ‘TARGET MARKET SUBCONTRACTOR UTILIZATION REPORT |
|
|
| 1DO 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: |
| aster |
| Signa: |
| amas |
| Name of Afiant: = |
| Date: |
| State of |
| County (Cy of |
| Ths natrument was acknowledged before me on (ast) |
| by (ramets of person’) |
| = type of authony, eg, ofcer, tue) |
| of (name of party on behalf of whom instrument |
| as erat, |
| Signature of Neary Pic |
| (Seal) |
|
|
| ‘Specification: 4628, 3 MASS CASUALTY INCIDENT RESPONSE TRUCKS, Page 41 of 75 |
|
|
| UNTITLED-052 |
| 1.00 |
|
|
| 1.01 |
|
|
| 102 |
|
|
| 1.03 |
|
|
| 1.04 |
|
|
| 1.05 |
|
|
| 1.06 |
|
|
| 1.07 |
|
|
| 2.00 |
|
|
| 201 |
|
|
| cor |
|
|
| DETAILED SPECIFICATIONS 6 |
| INTENT |
|
|
| {tis the intent ofthese specifications to describe a complete Mass Casualty incident Response Truck. |
| “These specifications cover the general requirements as tothe type of construction and tests to which the |
| apparatus must conform, together with certain details as to finish, equipment and appliances with which |
| the Contractor must conform. Apparatus proposed by the bidder must meet the requirements of any and |
| all Federal, State, DOT, and local regulations, standards and laws governing commercial vehicles as well |
| as Fire apparatus. |
|
|
| NOTE: FAILURE TO PROVIDE SUPPORTING INFORMATION WHERE REQUESTED IN THE |
| DETAILED SPECIFICATIONS MAY RESULT IN BIDDER BEING DEEMED NON-RESPONSIVE. |
|
|
| The Incident response vehicle, chasis, body, equipment, devices, electronic equipment delivered under |
| this contract must be standard commercial products that meet or exceed the requirements of this |
| speetication |
|
|
| ‘Any bid which indicates “No Exception” or lists no exceptions within the proposal pages will be |
| considered as meeting all requirements of the General and Special Conditions along with the Detaled |
| Specifications |
|
|
| Design of the apparatus must embody the latest approved automotive engineering practices. The |
| workmanship must be ofthe highest quality in its respective field. Special consideration willbe given to |
| the following points: Accessibilty ofthe various units which will require periodic maintenance, ease of |
| ‘operation and symmetrical proportions. Construction must be rugged and ample safety factors must be |
| provided to cary the loads specified and to meet both on and off road requirements and speed |
| Conditions as set forth under "Performance Tests and Requirements. Welding must not be employed in |
| the assembly of the apparatus in a manner that will prevent the ready removal of any component pat for |
| service oF repair. ll ste! welding must follow American Welding Society D1.1 - 96 recommendations |
| for structural steel welding. All aluminum welding must follow American Welding Society and ANSI |
| D1.2-96 requirements for structural welding of aluminum. Flax core arc welding to use alloy rods, type |
| 7000, American Welding Society standards AS.20-£70T1. The manufacturer must have an American |
| Welding Society certified welding inspector in plant during working hours to monitor weld quality. |
|
|
| Its the intent ofthese specifications to procure an apparatus that has a wheelbase of approximately 176 |
| inches. |
|
|
| Its the intent ofthese specifications to procure an apparatus that has a GVWR of approximately 14,050 |
| Ibs |
|
|
| Its the intent ofthese specifications to procure an apparatus with a minimum payload capacity of no |
| less than 4,200 pounds forthe completed unit. |
|
|
| ‘cual payload capac forthe completed unt; fe pounds |
| LITERATURE / DATA |
|
|
| The Contractor must follow the formatted sequence of the detailed specifications in suppling their |
| specifications with the bid. Failure to follow the format may be cause for rejection of the submitted bid, |
|
|
| ‘Specification: 4628, 3 MASS CASUALTY INCIDENT RESPONSE TRUCKS, Page 42 of 75 |
|
|
| UNTITLED-053, |
| 2.02 |
|
|
| 2.03 |
|
|
| 2.04 |
|
|
| 2.05 |
|
|
| 2.06 |
|
|
| 3.01 |
|
|
| 3.02 |
|
|
| 3.03 |
|
|
| 3.04 |
|
|
| 3.05 |
|
|
| 3.06 |
|
|
| 3.07 |
|
|
| 3.08 |
|
|
| eee |
|
|
| DETAILED SPECIFICATIONS |
|
|
| ‘The Contractor should submit 3 copies of each ofthe following informational items with the bid, oF |
| ‘upon the request of the Chief Procurement Officer or a designee: |
|
|
| Detailed 3-view drawing ofthe proposed cabichasss, listing dimensions including BBC, WB, CA, OAH, |
| ec |
|
|
| ‘Manufacturers published literature forall major chassis component, i.e. engine, transmission and, |
| brakes |
|
|
| ‘Verifiable engine power curve, fuel consumption curve and engine/ransmission compatibility |
| information (or scan); |
|
|
| Manufactures published literature for the proposed body; |
|
|
| Detailed muliple-view drawings of the proposed body. |
| PERFORMANCE STANDARDS, TESTS AND REQUIREMENTS |
|
|
| “Materials no specifically covered by this specification or applicable referenced specifications or |
|
|
| standards must be ofthe best quality currently ued in commercial practice for emergency vehicle |
| fabrication. |
|
|
| ‘The use of dissimilar metals in contact with each other must be avoided. Metal plating or metal spraying |
| ‘of dissimilar base metals to provide similar or suitable abutting surfaces will be permitted. The use of |
| clssimilar metals separated by suitable insulating material is permited. |
|
|
| ‘Materials that are subject to deterioration when exposed to weather and operational conditions normally |
| ‘encountered during service must be protected against such deterioration in a manner that will in no way |
|
|
| prevent compliance withthe performance requirements. Protective coatings that are known to chip, |
| zack, or scale with age or extremes of climatic conditions or on exposure to heat must not be used. |
|
|
| The controls ad special features required to provide safe operation ofthe truck and to meet the |
| specied perfomance requirements shouldbe identified and shown in photos or drawings submited |
|
|
| withthe bid. The parts must be of such size, mater, and strength so as to sustain thé allowable loads |
| imposed upon them during operation. The ruck must be constructed so that pars will nt work lose in |
| service |
|
|
| Disconnect pgs, receptaces, junction boxes, bus bars, and multiple line connectors in the electrical |
| system must be vilized as applicable, in addition to readily atachable and detachable tings inthe |
| hydrate and preumatic ystems, with al disconnect points dear indicated. |
|
|
| Pilots, guides, sides, carriages, or other features must be utilized, where such provisions will add |
| significantly to the ease of removal and installation or attachment of components or parts. |
|
|
| Quick disconnect fasteners must be utilized on all cover plates that are removed for component |
| adjustment or for component ox par removal |
| ‘Standard commercial lubricants must be used. Grease and oil seals must be designed and located to |
|
|
| ‘Specification: 4628, 3 MASS CASUALTY INCIDENT RESPONSE TRUCKS, Page 43 of 75 |
|
|
| UNTITLED-054 |
| 4o1 |
|
|
| 5.01 |
|
|
| 5.02 |
|
|
| 5.03 |
|
|
| 6.00 |
| 601 |
|
|
| 6.02 |
|
|
| pocer Te |
| DETALED SPECIRCATIONS |
|
|
| provide accesibilty for inspection, servicing, and replacement. Panels which must be opened fr acess |
| tw lubrication points must be hinged. Lubrication fitings must be located in accesible, protected |
| positions. Extended fittings must be provided to lubricate parts or assemblies which are not readily |
| ‘accesible for direct lubrication or which are likely to be overlooked because of inaccesibility. Each |
| ‘manufacturer installed fer cap must be attached to its respective filer neck with a safety |
| prevent loss, unles the cap is abo a quick dipstick. |
|
|
| FACTORY AUTHORIZED SERVICE FACILITY |
|
|
| The Contractor must maintain a factory authorized service center within approximately 50 fity road |
| miles of the Department of Fleet Management, 1685 N. Throop Street, Chicago, linois. This service |
| ‘center must be operated by the apparatus manufacturer or an authorized local vendor, approved by the |
| ‘Gay of Chicago, that is current a fire and rescue vehicle apparatus repair facility. There must be an |
| ‘stablshed relaionship between the service facility and the apparatus manufacturer. Adequate indoor |
| heated facites, with a minimum of two factory-trained technicians, must be provided. minimum of |
| ‘one mobile service unit must be avalable to perform repairs. The subcontracting of service center work |
| to truck repair agencies or free lance mechanics is not acceptable. |
|
|
| REPLACEMENT PARTS. |
| Contractor must maintain a stock of routinely needed parts at an authorized service facility which is |
| located within approximately 50 road miles ofthe Department of Fleet Management, 1685 N. Throop |
| Street, Chicago, tlinois. |
|
|
| The Cty of Chicago reserves the right to reject bidders who cannot produce evidence that they can |
| promptly furnish spare parts needed for service or repair ofthe apparatus herein specified. |
|
|
| The City of Chicago reserves the right to visit the fclity ofthe service center for purpose of evaluation |
| and reject any bidder who, in its opinion, does not fully comply with the provision ofthe Factory |
| ‘Authorized Service Facility and Replacement Pats requirements outlined herein. |
|
|
| [MEETINGS AND INSPECTIONS |
|
|
| ‘A post award conference must be held at the Department of Fleet Management facilites at 1685 N. |
| ‘Throop Street, Chicago, lino, prior to construction of the apparatus cab / chasis and body. This |
| meeting must be attended by the Contractor's technical representatives to view the present apparatus |
| and to discuss construction techniques and particular Component placement. The Contractors |
|
|
| must have the full authority to provide binding decisions on the Contractor's behalf, |
| ‘Additionally, the Contractor must provide copies of all applicable warranties atthe post award |
| Conference so thatthe City may determine which warranties are provided beyond those required in the |
| <etailed specifications. |
|
|
| ‘An apparatus body pre-paint conference must be held approximately 60 das prior tothe constrction of |
| the apparatus. This conference must beheld at the facity ofthe apparatus body manufacturer. |
|
|
| ‘Two representatives from the Chicago Fire Department and one member of Fleet Management will |
| attend this conference. The conference length will be & hours or longer as needs dictate. The expense of |
| appropriate travel, lodging and meals for this conference must be borne by the Contractor. |
|
|
| Specification: 4628, 3 MASS CASUALTY INCIDENT RESPONSE TRUCKS, Page 44 of 75 |
|
|
| UNTITLED-055, |
| 6.03 |
|
|
| 6.04 |
|
|
| 7.00 |
|
|
| 791 |
|
|
| 8.02 |
|
|
| 9.01 |
|
|
| 10.00 |
|
|
| 1001 |
|
|
| 10.02 |
|
|
| 10.03 |
|
|
| 10.04 |
|
|
| DETAILED SPECIFICATIONS |
|
|
| Fox purpose of travel expenses, wave o and from the meetings by Chicago Fire Department / Fleet |
| ‘Management pesonnel must be by automobile up to a maximum of 200 road miles from the |
|
|
| ‘of leet Management Faiity at 1685 N. Throop Street, Chicago, Minos. if travel is required |
| ‘in exces of 200 road miles, the Department personnel must vavel by commercial aifines with a 14 day |
| notice of arangements being provided prior to the meeting date, |
|
|
| Final acceptance of each unit will be at the Department of Fleet Management Facility, 1685 N. Throop |
| Street, Chicago, i. |
|
|
| SPECIAL TOOLS |
|
|
| ‘Where there are special tools, manufactured or designed by the Contractor or manufacturer, that are |
| required to provide routine service on any component ofthe apparatus built or supplied by the |
| Contractor, such tools must be provided with each apparatus. |
|
|
| uassis: |
|
|
| ‘The vehicle chasis, complete wth cutaway cab, must be dual rear wheel, front-wheel steering, diese |
| engine driven. Parts and accessories necessary forthe safe operation ofthe vehide must be provided as |
| required by, and must conform to those Federal, State and local regulations that may be applicable for |
| thi type of wehide atthe time of its manufacture. |
|
|
| ‘The chassis must be a cutaway cab/ chassis configuration with a GVWR of approximately 14,050 Ibs, |
| and a wheelbase of approximately 176 inches. |
|
|
| (CHASSIS FRAME |
|
|
| ‘The chassis frame must be the manufacturer's standard production for the GVWR ofthe proposed |
| cabichassis. |
|
|
| ENGINE |
|
|
| ‘The vehicle must be equipped with a intemal combustion tvoe. turbocharmed and aftercooled 4-cyce, |
| 7.3L diesel engine rated at 215 BHP @ 1600 RPM and 425 ft-lbs. of torque @ 1,800 RPM. |
|
|
| ‘The engine ar intake system must consist of a two-stage dry type alr cleaner, The ar leaner element |
| must be ofthe replaceable carvidge type. |
|
|
| ‘An engine high idle contro! must be provided to maintain the engine idke at approximately 1400 RPM. |
| when activated. This control must be safety interlocked to activate only aftr the transmission has been |
| placed in the park postion and parking brake has been set. |
|
|
| ‘The vehicle must be equipped with an efcient exhaust system and muffler of such a size as to avoid |
|
|
| back pressure in excess of that recommended by the engine manufacturer. The tailpipe must be so |
| located as to prevent entrance of exhaust gases into the cab under all conditions of operation, |
|
|
| ‘Specification: 4626, 3 MASS CASUALTY INCIDENT RESPONSE TRUCKS, Page 45 of 75 |
|
|
| UNTITLED-056 |
| 11.00 |
|
|
| 101 |
|
|
| 1.02 |
| 12.00 |
| 1201 |
|
|
| 12.02 |
|
|
| 1203 |
| 13.00 |
| 1301 |
| 13.02 |
|
|
| 13.03 |
|
|
| 13.04 |
|
|
| 14.00 |
|
|
| 1401 |
|
|
| 1402 |
| 15.00 |
|
|
| 15.01 |
|
|
| 15.02 |
|
|
| 15.03 |
|
|
| 15.04 |
|
|
| accer Tad |
|
|
| DETAILED SPECIFICATIONS |
| TRANSMISSION |
|
|
| ‘The transmission must be the manufacturers standard production, heavy duty, with electronically |
| ‘controlled automatic overdrive. |
|
|
| ‘The transmission must be equipped with a heavy duty transmission oil cooler. |
| FRONT AND REAR AXLES |
|
|
| “The front ade must be a twin“ beam independent font suspension, with a minimum capacity of |
| 4,600 bs. |
|
|
| ‘The rear ande must be the manufacturers standard production, heavy duty ful floating type with a gear |
| ‘atio allowing for maximum torque, and a highway speed of appreximately 58 mph. |
|
|
| ‘The rear ade must be a minimum of 9,450 tbs. capacty. |
| [FRONT AND REAR SUSPENSION |
|
|
| The front suspension must be a coll type spring system with 4,600 Ibs minimum capacty. |
|
|
| The front suspension must be equipped with an OEM installed one inch diameter stabilizer bar. |
|
|
| ‘The rear suspension must be OEM installed, mult leaf single stage system with minimum capacity of |
| 9450 lbs. |
|
|
| ‘The front and rear suspension must be equipped with OEM heavy duty gas pressurized double acting |
| shock absorber. |
|
|
| ‘BRAKE SYSTEM |
|
|
| ‘The brake system must be a power assist, 4 wheel disc-type system capable of meeting the GVWR |
| requirements of the chassis and body configuration. |
|
|
| ‘The brake system must be equipped with a 4 wheel antilock system. |
| ‘TIRES AND WHEELS |
|
|
| ‘The chassis must be equipped with OEM 16.0" x 6.0" heavy duty steel wheels front and rear. All wheels, |
| Including spare, must be painted white. |
|
|
| The chassis must be equipped with 6 OEM regular production LT225/75R x 16E all season steel belted |
| radial tres. |
|
|
| ‘The rear tire and wheel assemblies must be equipped with stainless steel tire valve extensions for ease of |
| tire inflation and pressure check. |
| Each unit must be delivered with one spare tie and wheel assembled. |
|
|
| ‘Specification: 4628, 3 MASS CASUALTY INCIDENT RESPONSE TRUCKS, Page 46 of 75 |
|
|
| UNTITLED-057 |
| 16.00 |
| 1601 |
|
|
| 16.02 |
|
|
| 16.03 |
|
|
| 17.00 |
| 7.01 |
|
|
| 17.02 |
|
|
| 17.03 |
| 18.00 |
|
|
| 18.01 |
|
|
| 18.02 |
| 18.03, |
| 19.00 |
|
|
| 19.01 |
|
|
| 19.02 |
|
|
| 20.01 |
| 20.02 |
| 20.03 |
|
|
| 20.04 |
| 20.05 |
|
|
| DETAILED SPECIFICATIONS |
|
|
| FUEL SYSTEM |
| ‘The fuel system must indude an OEM fuel water separator. |
|
|
| ‘The chassis must be equipped with a minimum 55 gallon at ade OEM diesel fuel tank with driver's side |
| fuel fil neck. |
|
|
| The body must be equipped with a splash shield type il neck bezel approved by the Department of |
| Fleet Management. The bezel must be designed to reduce fuel spillage on the body ide. |
|
|
| ENGINE COOUNG SYSTEM. |
| ‘The chassis must be equipped with an OEM heavy duty cooling system. |
|
|
| The cooling sytem must be protected with a 50/50 solution of permanent type anti-freeze to protect to |
| 40". |
|
|
| ‘The cooling system must be capable of operating in extended Idle at an ambient temperature of 100°F. |
| (CHASSIS ELECTRICAL |
|
|
| “There must be a minimum 130 amp Motorcraft alternator wth an intemal voltage regulator and intemal |
| rectifier. |
|
|
| The chassis must be equipped with 2 OEM heavy duty under hood batteries. |
| The chassis must be supplied with OEM day time running lights. |
| CAB EXTERIOR |
|
|
| The cab must be equipped with an OEM front bumper. The bumper must be equipped with a Setina |
| ‘Model PB200 bumper guard. |
|
|
| The cab must be supplied with dua outside rear view mirrors. The mirrors must be Velvac model # |
| 2020 with wedge convex mirror. |
|
|
| ‘CAB INTERIOR |
| ‘The cab must be equipped with solar tinted safety glass throughout. |
| ‘The cab must be a two door regular cab capable of seating 2 people in the cab. |
|
|
| ‘The cab seats must be heavy duty high back seats with vinyl upholstery, and OEM 3 point shoulder and. |
| lap type seat be. |
|
|
| The cab flooring must be OFM heavy duty vinyl full cab covering, |
| OEM heater and air conditioning systems must be provided forthe cab. |
|
|
| ‘Specification: 4628, 3 MASS CASUALTY INCIDENT RESPONSE TRUCKS, Page 47 of 75 |
|
|
| UNTITLED-058 |
| 20.06 |
| 20.07 |
| 20.08 |
|
|
| 21.00 |
| 201 |
| 2102 |
| 21.03 |
| 21.04 |
|
|
| 21.05 |
|
|
| 21.06 |
|
|
| 21.07 |
|
|
| 21.08 |
|
|
| 21.09 |
|
|
| 21.10 |
|
|
| aan |
|
|
| raz |
| 2143 |
| 2114 |
|
|
| nas |
|
|
| aocerTEL |
| DETAILED SPECIFICATIONS |
|
|
| ‘Two - speed electric windshield wipers and washer with intermittent control must be provided. |
| ‘The cab gauges must be the OEM gauge package. |
| ‘The chassis must be equipped with a5 digit, plus tenths, hour meter. Mounting location of hour meter |
|
|
| ‘The body must be minimum 180 inches in exterior length, plus a thirty six inch over cab extension. |
| ‘The body must be 9573" £1" in overall exterior width, excluding mirrors. |
|
|
| ‘The chassis and body must be 125" 1" total height, with an interior height of approximately 82". |
| The exterior of the body must be constructed of 5/8" thick Fiberglass reinforced plywood panels. |
|
|
| ‘The front upper corners ofthe body must be cast aluminum comer caps fastened to aluminum comer |
| posts |
|
|
| ‘The rear comers must be constructed of corner cap fastened to an all steel welded and reinforced rear |
| structure, |
|
|
| ‘The curb side wall must be fitted with a 36" wide, two step stepwell constructed of non-skid aluminum |
| treadplate. |
|
|
| The stepwell must be fited with a 36* wide swing out door with suficient height to allow for a safe |
| cegyess from the body. The door must be equipped witha heavy duty cam lock type lock system securing |
| the door both top, center and bottom, capable of being secured with a conventional padlock. The door |
| ‘must be equipped with a Cast Products “Grabber” hold open. |
|
|
| The rear ofthe body must be fited wth a 48 inch double swing out door system. The doors must be |
| secured with a heavy duty cam lock type lock system securing the door both top, center and bottom |
| ‘capable of being secured with a conventional padlock. Each door must be equipped with a Cast |
| Products “Grabber” hold open. |
|
|
| The doors must be equipped with a minimum of tree stainles steel hinges per door to secure the door |
| to the unit. The hinges must be mounted with tamper proof hardware. |
|
|
| Each door must be equipped with a 36" long stainless tet grab ra. The location ofthe rails must be |
| determined prior to instalation. |
|
|
| Fach door opening must be equipped wit a ul width dip rail mounted above the opening |
| The oof must be ofa ane piece translucent panel desig with antag rot bows space on 24” center |
| The rot perimeter must be equipped with chip ras ato just below the roo line ofthe body |
|
|
| The front body extension extending over the cab roof must be 36" deep and fll height from the cab roof |
|
|
| Specification: 4628, 3 MASS CASUALTY INCIDENT RESPONSE TRUCKS, Page 48 of 75 |
|
|
| UNTITLED-059 |
| 201 |
|
|
| 22.02 |
|
|
| 22.03 |
| 23.00 |
|
|
| 23.01 |
|
|
| 23.02 |
|
|
| 23.03 |
|
|
| 23.04 |
|
|
| 23.05 |
|
|
| 23.06 |
|
|
| 23.07 |
|
|
| NOCEPTEL’ |
| DETAILED SPECIFICATIONS, |
|
|
| to the body roofline. There must be a 2" lip atthe opening ofthe enclosure to prevent ems from sing |
| off the sil area. |
|
|
| BODY FLOOR |
|
|
| ‘The floor understructure must consist of 3" stee! “I” beam cross members on 12" centers, welded to 3* |
| {all steel lateral beams mounted to the chassis frame. |
|
|
| The floor must be constructed with 2" dense pine flooring covered with Lonplate Il non-skid vinyl |
| flooring. ° |
|
|
| ‘The floor must be a full fat floor without whee! wells protruding into the Noor area. |
| BODY INTERIOR |
|
|
| Two vertical compartments, one each side, extending floor to roof with a depth of 20" and width of |
| 78", must be installed in the body extending forward from the rear most wall. ach compartment must |
| ‘be equipped with two 6* wide aluminum swingout type retaining saps, mounted on piano hinges, 10 |
| hhold 40 CFD- supplied backboards stored horizontally. Contact Ed Ebertsch at Department of Fleet |
| ‘Management (312) 744-5229 to view a sample CFD backboard. The traps must be locked in the closed |
| sition with a2 pin lock system. The floor ofthe compartment must be covered with “turtle tile” insert |
| to protect the floor and boards. Design and location will be determined at the post award conference. |
|
|
| The detailed compartments must be equipped with a shelf approximately 40" above the floor, to hold up |
| ‘to 20 fully role liters. Each shelf must be equipped with two 6" wide retaining straps, mounted on a |
| piano hinge. The straps must be locked in the cosed position with a2 pin lock system, |
|
|
| ‘The compartments must be equipped with a shelf mounted approximately 20" from the roof line. |
|
|
| The curb side must be equipped with a 4 shelf shelving system. The shelves must be adjustable to allow |
| for future height needs. The shel track system must be full body height, 48° wide, and provide suficient |
| ‘Support for 22" deep shelves. Each shelf must have a 2" upward flange lip on all 4 sides. A nylon web- |
| type netting must be designed and mounted in a manner to retain loose boxes on the shelves. The |
| <design and mounting will be determined atthe post award conference. |
|
|
| The siret side must be equipped with a 4 shelf shelving ystem. The shelves must be adjustable to allow |
| {for future height needs. The shetf track system must be full body height, 84° wide, and provide sufficient |
| ‘support for 22" deep shelves. Each shelf must have a 2* upward flange lip on all four sides. A nylon web- |
| {ype netting must be designed and mounted in a manner to retain loose boxes on the shelves. The |
| <design and mounting will be determined atthe post award conference. |
|
|
| ‘The curb side swing out door must be equipped with mounting brackets to hold 3 tripod light systems, |
| {and a rack mounted above the tripods to hold 3 strobe beacon lights. Mounting will be determined at |
| the post award conference. |
|
|
| ‘An RVtype rollout awning must be mounted tothe curbside of the body. The awning must be 8 wide |
| and 14 long Installation willbe determined atthe post award conference |
|
|
| ‘Specification: 4628, 3 MASS CASUALTY INCIDENT RESPONSE TRUCKS, Page 49 of75, |
|
|
| UNTITLED-060 |
| 23.08 |
|
|
| 2401 |
|
|
| 24.02 |
|
|
| 24.03 |
|
|
| 24.04 |
|
|
| 24.05 |
|
|
| 24.06 |
|
|
| 24.97 |
|
|
| 24.08 |
|
|
| 24.09 |
|
|
| 24.10 |
|
|
| 2401 |
|
|
| 2412 |
|
|
| 2413 |
|
|
| DETAILED SPECIFICATIONS qpocerTan |
|
|
| The body must be equipped with a heater having 2 minimum output of 45,0008TU, and a two speed |
| fan sytem. The system must be plumbed to the chasis coolant system, and must be equipped with |
| ‘manual shutoff valves inthe lines to and from the heater. The heater must be shielded with a reinforced |
| tweadplate shield to eliminate the possiblity of damage tothe heater while the tuck sin use. Location |
| and design willbe determined a the post award conference. |
|
|
| BODY ELECTRICAL AND EMERGENCY LIGHTING |
|
|
| ‘The body must be equipped with 8 ceiling mounted 12 V,8* inch Weldon halogen dome lights, wired to |
| switch mounted at the curb se door. |
|
|
| “The truck must be equipped witha 8500 walt, 120 volt/ 240 volt AuraGen engine driven generator |
| system. The unit must be supplied with two 120 volt outlets and one 240 volt outlet. The mounting, |
| location will be determined atthe post award conference. |
|
|
| The rear ofthe body must be equipped with two Weldon 4x 6" tricuster Stop /tall/tum / backup light, |
| assemblies. |
|
|
| ‘A Federal Signal model FHL2 headlight fasher must be installed to aerate the high beam headlight. |
|
|
| ‘The truck must be equipped with two gril mounted red Federal Signal GSS strobe lights and two fender |
| ‘mounted red GSS strobe lights. |
|
|
| ‘The front body wall must be equipped with two red Federal Signal GSS strobes and one clear GS5 |
| strobe. Location will be determined at the post award conference. |
|
|
| The street and curb sides of the body must be equipped with two red Federal Signal GSS strobe lights |
| per side, mounted approximately 10" from the rot line. Installation locaton willbe determined a the |
| post award conference. |
|
|
| The rear body wall must be equipped with four red Federal Signal GS5 strobe lights and one GS5 amber |
| strobe. Mounting locations willbe determined at the post award conference. |
|
|
| ‘Two Federal Signal model #MS100 speakers must be mounted tothe front bumper guard, with wiring |
| terminated inthe cab of the truck for future connection to the City-installed radio system. |
|
|
| ‘One Federal signal model # GHSCENE light must be mounted above the rear entrance door activated |
| through a dash mounted switch. |
|
|
| (One Federal Signal model # GHSCENE light must be mounted above the se body entrance door |
| activated through the same switch as the rear scene light. |
|
|
| ‘A Federal Signal # SW300 switch panel must be mounted in the cab ofthe truck. The panel must |
| ‘control the upper lighting, lower lighting, body dome lights, side and rear scene light. Installation |
| location will be determined at the post award conference, |
|
|
| ‘A Kussmaul Autocharge 1200 charging system must be installed, wired to a Kussmaul Super-autoeject |
| plug, The system must include a remote charge indicator. Installation location willbe determined atthe |
|
|
| ‘Specification: 4628, 3 MASS CASUALTY INCIDENT RESPONSE TRUCKS, Page 50 of 75 |
|
|
| UNTITLED-061 |
| a4 |
|
|
| 25.01 |
|
|
| 25.02 |
|
|
| 25.03 |
|
|
| 25.04 |
|
|
| 25.05 |
| 25.06 |
| 2507 |
|
|
| 25.08 |
|
|
| 26.01 |
|
|
| 26.02 |
|
|
| 27.00 |
|
|
| 27.01 |
|
|
| DETAILED SPECIFICATIONS ecerTeD |
|
|
| pot avard conference |
| ‘An auciblebackop alarm with a minimum of 97 dB mus be alld, wired to the backup ih |
| PAINTING AND LETTERING |
|
|
| Te ral rishing ofthe appara must be prormed othe highest andar of the ny. |
|
|
| ‘Al removable components and accessories must be fitted to the body and then removed prior to fina |
| fishing to assure that paint has been applied under all components and accessories. |
|
|
| Care must be taken during paint preparation to property fil all surface imperfections. Welded seam areas |
| ‘must be ground fush and metal finished. Bare metal surfaces must be etched chemically to insure proper |
| primer adhesion. The primer must be sanded to assure a smooth surface for painting. |
|
|
| The chasis ame and all fame mounted components, less the engine and wansmisson, must be painted |
| with black high solids polyurethane paint. |
|
|
| ‘The exterior ofthe complete truck must be painted a standard production OEM bright white. |
| The interior ofall compartments must have a natural material ish. |
| Vehicle wheels must be the standard bright white. |
|
|
| ‘A6* wide, 3M # 981 Diamond Grade red stripe must be installed on the stret, curb and rear sides of |
| the truck. Installation location wil be determined atthe post award conference. |
|
|
| RUSTPROOFING |
|
|
| ‘The cab/chassis must be rustproofed and undercoated using Ziebart brand or other Federal QP. listed |
| corrosion protection material. |
|
|
| NOTE: Alemate corrosion protection materials will be considered only where such materials appear on |
| the Federal Q.PL. (qualified products list) and the Contractor provides suficient proof of his |
|
|
| of land prior conformance with the standards described. Bidder must provide this information with is |
| bid or upon request. |
|
|
| ‘Manufacturer of proposed material |
| QPL #. |
|
|
| Rustproofing must be applied in accordance with Federal Standard #297D, or most current revision |
| thereof. |
|
|
| PHOTOGRAPHS |
|
|
| ‘The Contractor must provide three sets of color 810" photos ofthe completed unit. Each set must |
|
|
| ‘Specification: 4628, 3 MASS CASUALTY INCIDENT RESPONSE TRUCKS, Page 51 of 75 |
|
|
| UNTITLED-062 |
| 28.01 |
|
|
| qocre To |
|
|
| include a photo ofthe front, lf, right and rear sides. The photos must be provided no later than 48, |
| hours after the unt is delivered, |
|
|
| DETAILED SPECIFICATIONS. |
|
|
| EXCEPTIONS |
| ‘Any deviations rom these specications must be noted onthe Proposal Page or Pages atached thereto, |
| with the exact nature ofthe change outlined in suficient detail. The bidder must explain those |
|
|
| ‘exceptions which are not self-explanatory. Failure ofa bidder to comply with the terms ofthis paragraph |
| ‘may be cause for rejection. |
|
|
| ‘The City reserves the right to disqualify bids which do not completely meet outlined specifications. The |
| impact of exceptions to the specification will be evaluated by the City in determining ts need. |
|
|
| ‘Specification: 4628, 3 MASS CASUALTY INCIDENT RESPONSE TRUCKS, Page 52 of 75 |
|
|
| UNTITLED-063 |
| PROPOSAL PAGES iy ot cheago ose |
| ACCEPTen |
|
|
| {Bid RFQ - No Group Lines |
|
|
| RFQ Header Information |
|
|
| Prana Respond BOAO OS “RT SSHIGH ASE CASUALTY CTOERT REGPORSE TRUCK |
| ‘RFQ umber 343 ‘Special lostructions |
| User Department. FIRE DEPT Your Quote ls Elective as of |
| ‘Sip To Location O80- FIRE DEPT ‘RFQ Status In Process |
| Fr More Infomation Please Contact ANTHONY GEORGIAN, |
| 312-744-4008 |
|
|
| ‘BiarPropona pricing for all commodity andlor vervice tne tea must be based on the standard unit of measure Indicated below. Pricing on alterata units of |
| ‘eeu ay noth ncapte. Ut ont mont be bea Bee Gc pace. Each qu ot De igh andl pec, eran poeta at pice Mu |
|
|
| ‘Quotes on “or equ” lame must be entfied a “ahamata” to specie tem on the comment ine. If quoting an stems, Inclcate manufacturer name, |
| rmedenarcaiog nunr ed eftachdcipve Werte, Aura hama my atte nce. Ay exceptions hema wpesed oer we mua be |
|
|
| FO Header Detall |
| Coat ype VEFICTESFEAVY EQUPMERT SM IGT IE |
| ee CAPITAL) |
| Target Mart YES Procurement Type 80. |
| vere Dat 03/10/03 RFGRevion |
| WE BD Eat Rises ALL 4 Dwpout Reged MO |
| Comptanes Ofcar |
| Compliance Type Description |
| Poranags Type Bose |
| ico Tirso Pcie Ra |
| RFQ Line tere |
| a ow vow ay katte comes |
|
|
| ‘Specification: 4628, 3 MASS CASUALTY INCIDENT RESPONSE TRUCKS, Page 53 of 75, |
| UNTITLED-064 |
| PROPOSAL PAGES |
|
|
| Clty of Chicago —_ |
| nr ive Acer, |
| roe tne |
| ‘coer cameos mayan ae |
| SE ER Gear LET | |
| Tatrn§ J. Loh AL |
|
|
| ‘Specification: 4628, 3 MASS CASUALTY INCIDENT RESPONSE TRUCKS, Page 54 of 75 |
| UNTITLED-065, |
| ) |
|
|
| ) |
|
|
| ACCEPTED |
| BID DATA |
|
|
| ‘The bidder is requested to complete the appropriate information on the bid data pages. Faure to fill out |
| all ofthe information requested may, atthe discretion ofthe Chief Procurement Officer result in the |
| bidder being deemed non-responsive. The City will use the information contained in the bid datasheets, |
| and elsewhere inthe bid to evaluate the responsiveness of the bidder. |
|
|
| -MAKE(S) AND MODEL(S) PROPOSED: |
|
|
| Lod Foe EvS0 coTiay <trassie Var) 176 leh Wiest se |
| Lo, 15c Dee sfeee Aleasli |
|
|
| Bipeerc Gepoeatiod (5 toot_Lesg < Gf pay woe X [een Hegel |
| ‘bith pSTeevone Heng 7 OF Sv kh eo |
|
|
| LXCEFTIONS I ANY, TO PROVISONGS) OF THE SPECIAL CONDITIONS: |
| Moxle. |
| Pe PUT fe8. 13 writes Yb boss ———— |
|
|
| SUPPLEMENTAL INFORMATION: |
|
|
| WARRANTY |
|
|
| ‘The specified units and all nountedfunished equipment will be warranted against defective design, material or |
| ‘workmanship tothe full exten ofthe respective Original Equipment Manufacturers standard published warranty. |
|
|
| “The Contactor should indicate below the length of warranty coverage offered foreach tem andlor components |
| furnished under this specification. In the event of conic between the warranty information specified by the |
| CConiractr and the respective Original Equipment Manufacturers standard waranty, the warranties deemed most |
| advantageous tothe Cty will conto |
|
|
| Proposed |
| omponsnieaue coven “tion |
|
|
| Complete Unt ZB ven Bb ceo Mists. |
| Engine: Leh.ee0 Milks. |
| ‘Transmission: 2beco _ MisHrs. |
| ‘Chassis/Frame: Bb eo Midis. |
| CConosion: bY Hees JnitimFeo Mis |
| Other: Lenker), He tones 3 Years 36600 Midis, |
|
|
| ‘Specification: 4628, 3 MASS CASUALTY INCIDENT RESPONSE TRUCKS, Page 55 of 75 |
|
|
| UNTITLED-066 |
| BID DATA y |
|
|
| (4) TRAINING OFFERED: |
| Freeney itt Provipe Teaming wl [he SAFC, fmoper ppcerTic) of |
| Dike WaT trio Ansy Avec Usman, {TEs FOR A PMinlimdonn OF SF (loves FOR |
| Get. Ut Delores u |
|
|
| (5) PARTS/SERVICE AVAILABILITY: (CHECK ONE) |
|
|
| V5 The bidder currently holds a contract covering artervce for this makeftype of equipment |
| (1A quotation covering pats and labor pricing for‘non-warranty service i submited herewith. |
| ©) omer: |
|
|
| (6) LOCATION OF REPAIR AND MAINTENANCE SHOP: |
| Frecu\y foro # Sieelinrg Tavele Sten, Ine |
| fees “4 Steet |
|
|
| 7 |
|
|
| ols, LL bokse Yeh - Le Faso |
|
|
| (7) INDICATE IF YOU ARE |
| MANUFACTURER: |
| EXCLUSIVE DISTRIBUTOR* |
| AUTHORIZED DISTRIBUTOR® |
| AUTHORIZED SERVICE REPRESENTATIVE* |
|
|
| * Wan exclusive or authorized distributor or service representative, bidder should provide the name, address |
| and phone number of manufacturer and attach tothe bid written documentation from the manufacturer |
| verifying status. |
|
|
| (8) EXCEPTIONS, IF ANY, TO PROVISIONS) OF THE DETAILED SPECIFICATIONS: |
|
|
| Section No. Description |
|
|
| Tew Wtikehes |
|
|
| Section No. Description: |
|
|
| ‘Specification: 4628, 3 MASS CASUALTY INCIDENT RESPONSE TRUCKS, Page 56 of 75 |
|
|
| UNTITLED-067 |
| her |
| Dov |
|
|
| tee |
|
|
| for |
|
|
| Crcegptiols 4 Chremertos |
|
|
| To ACCERT |
| Detilep Speerrettiod ty |
| Te Fotle Juin 18 MIGIIED To fooces Sceptiols 72 |
| The Line (Tams, 45 Nu mrs, fron The Dertco |
| SpErreaTio’s, Uwe TEs NET Leer fre |
|
|
| No Ereeption! 1783. |
|
|
| Aarne Pajtore eaptecty Fae The <enptereoiuit Lbeo pesos |
| Te Be proses upol Leaves? |
|
|
| Frecany foro & Sr6etiag Taye Sates, bre. |
|
|
| MersTrans An Fe AiMokizer SSMS CTE |
| I Uyers, TE. — Wen bated So mates of Tle Neri |
| of PA jencuT, |
|
|
| feceohey Mpelitnts over 2 maction Dotted ATID |
| OF Miintaty sere PmT® gf TS yet heh A7 |
|
|
| UNTITLED-068 |
| ‘ACCEPTED: |
| BID DATA |
| 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: Fe BeusSiod pune, 708 — 442— foro |
|
|
| Specification: |
|
|
| 1628, 3 MASS CASUALTY INCIDENT RESPONSE TRUCKS, Page 57 of 75. |
|
|
| UNTITLED-069 |
| ‘tazelzoes as:e7_roseezaere | |
| REGISTRATION FOR AUTHORITY TO DEAL IN VEHICLES |
|
|
| ease White |
| L292 eaten Secretary of State VOID AFTER DECEMBER 21,2003 _ |
|
|
| Pace 04 |
|
|
| DAS 8400003596 ‘State of Illinois CORPORATION |
|
|
| LYONS, TL 60536 |
|
|
| Type of Vehices Dealt in FORD. -. REPAIRER |
|
|
| 1 Praceot Business 8445 W 45TH ST LYONS, IL 60534 |
| ‘Supplemental GerifienteNo's DL4292___NONE |
|
|
| Now. Thorfr Jess Wht, Secretary of Stata fhe Stat of inca, doers Sean he aforementioned |
| 'as provided uncer the Vericle Lawe, ale above acres of adresses unt tne dst day of December, 2003 |
| LUniogs nis lense s revoked Delors the date as provided, |
|
|
| WITNESS MY HAND ANO SEAL OF THE STATE OF ILLINOIS, this 29TH. cy of DCTOBER 2002 |
|
|
| on oF o8 Qeeee Wate |
|
|
| Secretaryof Sate |
|
|
| Pao FORDy FRANCES» |
|
|
| FREEWAY FORD STERLING TRUCK SALES |
|
|
| INC |
|
|
| 8445 W 45TH ST i |
| la 4 |
| 2 4 |
|
|
| 4) {linois Department of Revenue |
|
|
| “Thi ceion hatte person or sinus shown blo eatin ure the |
| Feralas Cceupation Tox Act 1 engage bunnase ot ing tage |
|
|
| [pone propery a wal ites The rosario ae cover yr kr |
| fepiving cre Une ex th Sr seca A wee Ses |
|
|
| FREEWAY PORD-STERLING TRICK SLS INC |
| 8443 45mm ST |
|
|
| PO BOK 286 |
|
|
| LYONS TL "60534-0286 |
| Mballautdeat falta |
|
|
| Bye: |
|
|
| : SEPTEMBER 2005 0153-9000 TY |
|
|
| UNTITLED-070 |
| ea/2/2003 16:87 Teesezae18 FREEWAY FORD Pee 02 |
|
|
| (cx it |
| €™ FORD MOTOR COMPANY |
| Loans tease |
| AMENDMENT TO |
| 1 MAD —————— |
| eee co aoa NOREEN Dent Man so |
| FORD HEAVY DUTY TRUCK SALESAND SERVICE AGREEMENT Daed_ Satter 197 |
| gee MAD |
| grit |
| surmaManeTaL AGREEMENT mae etis RTO aayot___ We Ber 44) |
| by and between, rary ord Trask Sls ns, |
| eR saree |
|
|
| a |
|
|
| swiping ple bse, |
|
|
| <7 ss = ee |
|
|
| (Gercinater called the Dealer") and Ford Motor Company, Delaware corporation with its principal pace of business at |
| Dearborn, Michigan (herein called the "Company" |
|
|
| ‘The paris hereto have previutly entered into the shove designated Agreements and now desire to make certain changes |
| sere |
|
|
| NOW, THEREFORE, n consideration of theve premises, the pais hereto moval are that sald Agreements be amended |
| vy changing Paragraph oad as follows: |
|
|
| Fin view ofthe personal nature ofthese Agreements and thelr objectives and purposts, the Company expres reserves to |
| ‘lhe ight to execute ais Agreements wih individuals or cher enthies specfclly selected and approved by te Company, |
| ‘Accordingly, these Agreements and the rights and privileges conferred onthe Dele hereunder ae wot teafere,enignale |
| ‘salle by the Dealer and no propery right or terest diet onde, eld, conveyed or transferred to the Deer Unde |
| these Agreements. These Agreoments have been entered into by the Company with the Dealer in reliance (I) upon the |
| representation and agreement hatte ellowing person(s), and only the flowing person(s. hall be the principal owner ofthe |
|
|
| HOME PERCENTAGE |
| NAME gpa [ADDRESS OF TEREST |
| The Jn FRord Marta rat 3308 ewes St, Gleave, 1 6008 300.00 |
| te |
| unacsemD 225.3900 |
|
|
| Mae #7019 (azo) |
|
|
| UNTITLED-071 |
| ‘ACCEPTED |
|
|
| ‘The undersigned, on behalf of the CITY OF CHICAGO, a municipal corporation ofthe State of linois, hereby |
| accept the foregoing bid items as identified inthe proposal |
|
|
| roaisnomotconne: s Lod, bos 2% |
| fund Chargeable: 00,2 -04946 -9 592008 - G06 /- 220440 -5S3 S41 |
|
|
| ‘Chief Procurement Officer |
|
|
| “ROCERTED. |
|
|
| Contract Awarded and Released on |
|
|
| snes dot Jane 20 OF |
|
|
| App to form and legality |
|
|
| ‘zsistant Corporation Counsel |
|
|
| Specification: 4628, 3 MASS CASUALTY INCIDENT RESPONSE TRUCKS, Page 74 of 75 |
|
|
| UNTITLED-072 |
| 04/25/2003 16:87 Tee4429018 FREEWAY |
|
|
| > pace |
| TER. 26,2009 32:16 ARCO NATIONAL INS Sethe tee Pes |
| INSURANCE CERTIFICATE OF COVERAGE * |
|
|
| aie |
|
|
| = See |
| Sa ee |
| a aa Sota ae eT ee aaa |
| Spee oe seme coe seer eeaeueecen a |
|
|
| a) ch reves py red by seems ecpangpce br woven compan ad pokeond Lay, vend: The Graf CRS an dh |
| Inne apna epto sd achat oan bale aad are plored nde Conrail prt mn e QW of Coca |
| 1s Th Gna Adora ed Erne Lat Poa eto pr ar ecely al vare frou any apical oe ae need we eC |
| 1 eshen Component Popry hae sl wea shen apne iyo Ose. |
| 1 Tl cwtcary ty Sree age i a tx nanan epuremea beconnes br YM De, |
| recone wth cor |
|
|
| fecnmon |
| eso nent atene |
| ‘e Sette oe memcim seman om cuenta ARN HEAVY OH TTY TRIICKS. Paso 41 of 41 |
| Bye nd Areas Breszvese, = Stier eBsz/ez veo SB, |
|
|
| UNTITLED-073 |
| 84/28/2003 16:07 7eeeez9018 FREEWAY FORD Pace a7 |
| eagSS: ne |
|
|
| HARGO NATIONAL INSURANCE COMPANY |
|
|
| Nar irs FREEWAY FORD-STERLING TAUCK SALRB, THC. eMactva Date: 98/01/02 me |
| Agere Nama PATRIOE MOUSALL AgereNo. sesnacnan |
|
|
| ‘ADDITIONAL INSURED |
|
|
| ADDITIONAL INSURED - DESIGNATED PERSON OR ORGANIZATION |
|
|
| WHO IS AN INSURED (SRCTION II, A.1.b.) IS AMENDED TO INCIUDE |
|
|
| FE FOLLOWING ADDITIONAL, INSUREDS, BUT ONLY TO THR EXTENT OF |
|
|
| IABILEY RESULTING PROM ACCIDENTS ARISING OUT OF YOUR SOLE |
| n |
|
|
| NAME OF PERSON oR ORGANIZATION! |
|
|
| cxre oP cmrcaco |
| 321 N, LASALLE 81. #403 |
| catcaco, TL 60602 |
|
|
| 0.0056 (10/96) ve ome tary |
|
|
| UNTITLED-074 |
|
|
| 04/25/2003 16:87 —Teaaazae18 FREEWAY FORD |
|
|
| ‘The Horton Croup «4/4/2003 1:18 PAGE 2/2 RightFax |
|
|
| acogp. CERTIFICATE OF LIABILITY INSURANCE." | “ov7oaros |
| er areas eset |
| eit |
|
|
| fotze x |
| [Prax tie coveuAce ArFoRoeD Wy (Ne POLICES BELOW. |
| loriane’ |
| Geland mark 12 S46 TRSURERS AFFORDING COVERAGE |
| — |
| _ ine Zord-teerling eucke Ea |
|
|
| Pace as |
|
|
| mars i |
| elere | ease" ig |
| {_———— { ean lt |
| Sie T ecco aD |
| i [owe Ste |
|
|
| ent (Janene eee Ix |
| ——= = Z |
|
|
| a “— | ataocoooras | eerosve2| o8yes/os fexeoviceene _[¥560,000 |
| = [aomaoerares-oe8 —] |
|
|
| Ea ey of Shaan Lee te katona Tarared sith Sawct to Mrkars |
| Compensation only when required by written contract |
|
|
| ERENT OER |
|
|
| Titer eae mare Sear |
| S| a ST |
| city of ee nenoh hanna uur ins nea omte, Ader weror |
|
|
| ian, cw sentn eave cannot on hun cavon |
|
|
| Ghietge te eocos Sa |
|
|
| ERTIES THT Keds. |
|
|
| UNTITLED-075, |
| 25/03/2003 15:34 7884429016 FREEWAY FORD |
|
|
| | CERTIFICATE OF LIABILAFHNSURANCE Ll |
|
|
| bec |
| PATRICK MUBALL |
|
|
| POBox aTsst |
|
|
| IMOUANAPOLS, IN 46267 |
|
|
| Tons FREEWAY FORD - STERLING TRUCK SALESINC |
|
|
| as WEST 45" ST |
| LYONS IL 69594 |
| aves |
| ESky See ee |
| a Toor Sa he be |
|
|
| DD commen soem catuny |
|
|
| Clemewoe — [ ooan |
|
|
| C7 roser_[7) maser [vce |
|
|
| Danan |
|
|
| Di ssomesacoe |
|
|
| DB roccussare |
|
|
| | |B vmenarce |
| By wenn aie |
|
|
| vase corcomsser | ere | cnaran |
| oe |
| | jo coon] nut ce |
| Dancm [ |
| a REPEIVED t |
| saa i ™ setts | |
| FREEWAY FORD mucwesren |
|
|
| onoros | Servers |
| Bocuse Sane |
| eSueTLE |
|
|
| COVERAGE APPLES AS RESPECTS WORK PERFORMED DY THE NAMED INSURED ON DEMALF OFTHE CERTINCATE HOLDER |
| ‘CERTCATE HOLDER'S MADD ADOTNOMAL InGURED PER ATTACHE FORM a. |
|
|
| Specification nusber: 4628 RFQ number: 343 |
| ‘EERTIERTENOLDER | | scorow. wan. acne ERCELATION |
|
|
| ‘Sincoume a pomwon Oust 3a se wrenonea he STR eS |
|
|
| UNTITLED-076 |
|
|