rwk506's picture
Upload 5402 files (#1)
45a123c verified
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