| 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 | |