December 14, 2018 ADDENDUM NO. 1 SPECIFICATION NO FOR

Similar documents
City of Glasgow Police Patrol Vehicle Lease/Purchase

DEPARTMENT OF PROCUREMENT SERVICES CITY OF CHICAGO NOVEMBER 15, 2017 ADDENDUM NO. 3 FOR

REQUEST FOR QUOTES Invitation to Bid

REQUEST FOR QUOTES Invitation to Bid. Purchase of Two (2) Class 8A Tandem Axle Tractors

Barrow County Board of Commissioners

RFQ Fleet Vehicles. The City of Dawson Creek is requesting quotations for the supply and delivery of:

REPORT TO MAYOR AND COUNCIL

ADDENDUM No. 1. BID No /15 Chevrolet Silverado Work Trucks

Town of Derry, New Hampshire. Police Vehicles

Everything You Need! Phone , Ext. 229

CITY OF CORALVILLE th Street, Coralville, IA

Page 1 of 6 ADDENDUM NO. 1. January 11, Shuttle Bus Service RFP # H General

ANNE ARUNDEL COUNTY, MARYLAND Annapolis, Maryland ADDENDUM NO. 4 June 8, 2017

CITY OF MOBILE. Purchasing Department and Package Delivery: Government Plaza 4th Floor, Room S Government St Mobile, Alabama 36644

REQUEST FOR PROPOSAL TRUCK DRIVER TRAINING TRACTOR AND TRAILER LEASING FOR ILLINOIS VALLEY COMMUNITY COLLEGE PROPOSAL # RFP2016-P02

SAN ANTONIO WATER SYSTEM PURCHASING DEPARTMENT

FLORIDA SHERIFFS ASSOCIATION & FLORIDA ASSOCIATION OF COUNTIES

BID FOR ONE (1) 1 TON CREW CAB TRUCK WITH SERVICE BODY OPENING APRIL 11, 2019 AT 10:00 A.M.

City of Storm Lake Fire Department Heavy Rescue Specifications

SYSTEM SAFETY, SECURITY AND OPERATIONS COMMITTEE JULY 17, 2014 PURCHASE OF HYBRID SEDANS APPROVE CONTRACT AWARD ACTION: RECOMMENDATION

INVITATION TO BID PURCHASING DEPARTMENT P. O. BOX E. CENTRAL AVENUE THIRD FLOOR VALDOSTA, GEORGIA 31601

City of Portsmouth Portsmouth, New Hampshire Department of Public Works. Bid# Five (5) 2018 Ford Trucks INVITATION TO BID

DODGE CHARGER. Emergency Vehicle Products Guide

Town of South Windsor, Connecticut. Police Department

FORD UTILITY POLICE INTERCEPTOR FORD UTILITY POLICE INTERCEPTOR

UN-Priced Offers Due: Wednesday, April 25, 2018 at 10:00 a.m. Reverse Auction/Bid: Wednesday, May 9, 2018 starting at 11:00 a.m.

BOCC MEETING TRANSMITTAL. #4 - Effective and Responsive Government. Consent. Ongoing

RFP Agricultural Tractors (AG tractor) SCOPE OF THE PROPOSAL

EXHIBIT 1 FY-18 VEHICLE PURCHASE

One (1) New Ford F-150 Regular Cab XL Bid No Notice to Bidders

INVITATION TO BID PURCHASING DEPARTMENT P.O. BOX NORTH ASHLEY ST. VALDOSTA, GEORGIA #LC

Creative Bus Dba Getaway Bus REPRESENTING New England Wheels

FLORIDA SHERIFFS ASSOCIATION, FLORIDA FIRE CHIEFS ASSOCIATION, & FLORIDA ASSOCIATION OF COUNTIES

BID FOR A ONE (1) ONE-TON AND A HALF (5500 SERIES) CREWCAB TRUCK WITH DUMP BED. BID OPENING February 15, 2017 AT 10:00 A.M.

ALLEGAN COUNTY ROAD COMMISSION PROPOSAL FOR WESTERN STAR TANDEM REAR AXLE DUMP TRUCKS (CAB & CHASSIS) MINIMUM 64000# GVWR

REQUEST FOR PROPOSAL FOR CITY OF PARSONS 2018 CLEAN TENNESSEE ENERGY GRANT FIVE (5) CNG FUELED VEHCILES FORM OF BID A

2015 Chevrolet Tahoe 4WD-9CI

CITY OF DOUGLAS BID PACKAGE NEW SPECIFIED 2019 HALF-TON 4X4 PICKUP TRUCK

CITY AND COUNTY OF SAN FRANCISCO. SPECIFICATION FOR Copier Lease Agreement Last revision 03/03/2016

SPECIFICATIONS AND BID FORM FOR ONE NEW SIX WHEEL DRIVE ARTICULATED MOTOR GRADER WITH SNOW GATE. Street Department

RENEWABLE FUEL INFRASTRUCTURE PROGRAM APPLICATION FORM

Worcester Public Schools Student Transportation Contract Proposed Bid Specification Change Summary Sheet

City of, Kansas Electric Department. Net Metering Policy & Procedures for Customer-Owned Renewable Energy Resources

DELETE first sentence of first paragraph that reads: REPLACE with the following:

City of Lewiston Finance Department Allen Ward, Purchasing Agent

Department of Finance Purchasing Department INVITATION TO BID

City of Washington, Kansas Electric Department. Net Metering Policy & Procedure For Customer-Owned Renewable Energy Resources

INVITATION TO BID ONE (1) 10-FOOT DUMPBODY DUMP TRUCK WITH DIESEL / CNG OPTIONS

STATE OF MINNESOTA EQUIPMENT SPECIFICATION. SPECIFICATION: September 2012 Page 1 SINGLE AXLE CAB & CHASSIS

DODGE CHARGER

PART A TENDER SUBMISSION

REQUEST FOR TRANSIT VEHICLE PRICE QUOTE (RFQ)

REQUEST FOR QUOTATION (RFQ) REFERENCE: RFQ/KRT/09/004 DATE: 18/01/2009

Tractor/Trailer Lease Bid No. PR-08-P1A

CITY OF SIMI VALLEY MEMORANDUM

CITY OF ALHAMBRA NOTICE INVITING BIDS NO. N2M16-144

City of Glasgow Department of Public Works Purchase of (1) 2013 White Rear Load Garbage Truck

FORD UTILITY POLICE INTERCEPTOR FORD UTILITY POLICE INTERCEPTOR

ADDENDUM NO. 3. Kansas City Area Transportation Authority (KCATA) 1350 E. 17 th Street Kansas City, Missouri 64108

Notice is hereby given of the following changes and questions and answers to the above referenced Bid:

CITY OF MOBILE. Purchasing Department and Package Delivery: Government Plaza 4th Floor, Room S Government St Mobile, Alabama 36644

2007 POLICE INTERCEPTOR

INVITATION TO BID PURCHASING DEPARTMENT P. O. BOX E. CENTRAL AVENUE THIRD FLOOR VALDOSTA, GEORGIA 31601

ADDENDUM NO. 1 INVITATION FOR BID FOR BUS ENGINE SUPPLY. IFB NO: 2018-FP-08 Date Issued: August 6, 2018

TEXAS DEPARTMENT OF TRANSPORTATION GENERAL SERVICES DIVISION

COUNTY OF ROCKLAND Department of General Services Purchasing Division

1

CHEVROLET TAHOE. Emergency Vehicle Products Guide

Q10. What are the payment terms? A10. Payment terms vary per participating agency. Refer to Page 16 of bid document.

CITY OF TACOMA ENVIRONMENTAL SERVICES DEPARTMENT

ONE (1) CURRENT MODEL YEAR REGENERATIVE AIR TYPE STREET SWEEPER MOUNTED ON CONVENTIONAL CAB BID NO

(ADDENDUM COVER SHEET)

CITY OF PORTSMOUTH PURCHASING DEPARTMENT PORTSMOUTH, NEW HAMPSHIRE. Annual Fuel Bid - #01-18 INVITATION TO BID

INVITATION TO BID. If you have any questions concerning this bid, you may call Elizabeth Hope at (912)

CREATIVE BUS SALES, INC. REPRESENTING MOBILITY VENTURES, LLC

COUNTY OF BERKS Purchasing Department Berks County Services Center, 633 Court Street, Reading, PA Tel: Fax:

Electric Vehicle Charging Station Incentives PROGRAM HANDBOOK

v Deborah Flint - Chief ecutive e, ficer

Request for Quote # Armored Vehicle for Hammond Police Swat Team

CITY OF KYLE, TEXAS INVITATION FOR BID (IFB) NO: PM

Request for Proposal Motor Grader January 26, 2015

CITY OF MOBILE. Purchasing Department and Package Delivery: Government Plaza 4th Floor, Room S Government St Mobile, Alabama 36644

INVITATION TO BID. City of Fort Oglethorpe FIRE DEPARTMENT 201 Forrest Road Fort Oglethorpe, Georgia Phone: Fax:

CLEVELAND COUNTY NORTH CAROLINA REQUEST FOR BID NEW 2012 EXCAVATOR

Request for Proposal. Articulated Loader

INVITATION TO BID. January 10, 2018

Russell Thompson, Public Works Director Michael Hanlon, Principal Engineering Technician

Qualifying trucks must be a Class 3 to Class 8 truck with a history of operating in Hunts Point and/or Port Morris.

METRO,...,. AMENDMENT- INVITATION FOR BID (IFB) Project No. Date Amendment Issued. Issued By

INVITATION TO BID. Should you need clarification on any item, please contact Berley Mears, Public Works Director at

QUOTE For a 2017 Fire Department Conventional Truck Chassis-Water Tender With PTO Pump

BID SPECIFICATIONS FOR 16 STEEL DUMP BODY OPTION C (AUTOMATIC TRANSMISSION) WARREN WXL-16 $17, (INCLUDING OPTIONS)

KENDALL COUNTY HIGHWAY DEPARTMENT

CITY OF MINNEAPOLIS GREEN FLEET POLICY

Assisted School Travel Program. Eligible Service Provider Request for Increased Run Capacity

NOTICE OF SALE. The City of Sioux Falls, SD, requests formal bids for the sale of Surplus Crown Victoria Sedans.

Green Taxi Incremental Cost Allowance Program Description

FORD SEDAN POLICE INTERCEPTOR FORD SEDAN POLICE INTERCEPTOR

Public Access Electric Vehicle Charging Station Rebate Program Agreement

The attached pre-qualification application should be submitted with your bid, in a separate sealed envelope.

Transcription:

December 14, 2018 ADDENDUM NO. 1 SPECIFICATION NO. 787062 FOR Response Vehicles GROUP A: POLICE PURSUIT UTILITY VEHICLES GROUP B: COMPACT & MID-SIZED CIVILIAN SUVS GROUP C: FULL SIZE POLICE PURSUIT UTILITY VEHICLES GROUP D: PURSUIT RATED HYBRID SEDANS This document contains: I. Revisions to the Specification II. Questions submitted for clarification of the Specification III. Addendum Receipt Acknowledgement For which Bids are scheduled to be received no later than 11:00 a.m., Central Time December 17, 2018, in the Department of Procurement Services, Bid & Bond, Room 103, City Hall. Required for use by: CITY OF CHICAGO Department of Fleet and Facility Management This Addendum is distributed by: CITY OF CHICAGO Department of Procurement Services Bidder must acknowledge receipt of this Addendum No. 1 on the Bid Execution Page and should complete and return the attached Acknowledgment by email to Magdalena.Toussaint@cityofchicago.org Attn: Maggie Toussaint, Senior Procurement Specialist Phone: 312-744-1681 RAHM I. EMANUEL MAYOR SHANNON E. ANDREWS CHIEF PROCUREMENT OFFICER Page 1

December 14, 2018 ADDENDUM NO. 1 FOR Response Vehicles GROUP A: POLICE PURSUIT UTILITY VEHICLES GROUP B: COMPACT & MID-SIZED CIVILIAN SUVS GROUP C: FULL SIZE POLICE PURSUIT UTILITY VEHICLES GROUP D: PURSUIT RATED HYBRID SEDANS SPECIFICATION NO. 787062 FOR WHICH BIDS WERE SCHEDULED TO BE OPENED IN THE BID & BOND ROOM 103, CITY HALL, CHICAGO, ILLINOIS 60602, BY 11:00 A.M., CENTRAL TIME ON DECEMBER 17, 2018. The following revisions will be incorporated in the above-referenced Specification. All other provisions and requirements are as originally set forth remain in full force and are binding. BIDDER MUST ACKNOWLEDGE RECEIPT OF THIS ADDENDUM # 1 ON THE BID EXECUTION PAGE, ARTICLE 16 SUBMITTED WITH YOUR BID. FAILURE TO ACKNOWLEDGE ALL MAY RESULT IN BID REJECTION. SECTION I: REVISIONS TO THE SPECIFICATION Revision 1: The Bid Opening Date is postponed to January 14, 2019, 11:00 a.m. Central Time. Revision 2: Article 6, SCOPE OF WORK AND DETAILED SPECIFICATIONS, Section 6.1 General, second paragraph is deleted and replaced with the following: Revision 3: The Contractor must furnish and deliver F.O.B, Contractor s shop, all necessary labor, materials, parts, accessories, assemblies, and/or components either in conjunction with non-warranty repair services or separately for various vehicles purchased under this Contract, in accordance with the terms and conditions of this specification. Article 6, SCOPE OF WORK AND DETAILED SPECIFICATIONS, Section 6.2 Basis of Award, is deleted in its entirety and replaced with the following: A contract will be awarded for each group based upon the lowest responsive and responsible bidder s total bid price for each Group (A, B, C, and D) and meeting the terms and conditions of the specification. In each Group, each bid line s extended price will be determined by multiplying its estimated quantity by its unit bid price. The sum of the extended prices for all lines in a Group will be the Total Bid Price for that Group. Bidders are not required to furnish a bid for all Groups. However, bidders are required to bid on all lines within the Group. Bids that do not contain price quotes for all lines within a Group will be considered incomplete and as a result, the bid will be rejected. The Contractor may be awarded one or more Groups. The Contractor s bid pricing for Page 2

each Group must incorporate any/all peripheral costs including, but not limited to the costs of (products/services), delivery/transportation charges, training, materials, labor, Insurance, applicable taxes, applicable permit and fees, warranty, overhead and profit, etc. that are required by this specification. In the event of discrepancy between the Unit Price and the Total Price the Unit Price will prevail. The Chief Procurement Officer reserves the right to award a contract or reject any or all bids. Revision 4: Article 6, SCOPE OF WORK AND DETAILED SPECIFICATIONS, Section 6.14.1 Base Unit Overall Design, first sentence is revised as follow: The unit must be a four-door Sport Utility Vehicle, as that term is defined by the U.S. Environmental Protection Agency (http://www.fueleconomy.gov/feg/info.shtml), with a gasoline engine, an automatic transmission and an all-wheel-drive or four-wheel-drive system. Revision 5: Article 6, SCOPE OF WORK AND DETAILED SPECIFICATIONS, Section 6.14.5 Marked Police Lighting Package Bid Line #3, is deleted in its entirety and replaced with the following: Units ordered with this Bid Line must be supplied with the following items to provide a lighting package for marked police-patrol usage (local installation acceptable): A solid-state control system that allows centralized, PC-based programming control for all lights and the siren, customizable light programming and diagnostic capability for ease of maintenance and repair; Blue LED roof-mounted lightbar, approximately 51 to 56 in width, standard Chicago Police Department configuration. Must have minimum 6-LED inboard light modules, minimum 24-LED dual color blue/white corner modules, 6-LED front-facing takedown modules, 3-LED alley lights. Must have manual dimming capability and ability to shut down select light modules and must have individual module and circuit boad functionality; Dual blue/red multi-head LED modules suspended from the rear spoiler outside the rear window, one each side of the center-mounted stop lamp assembly, configured for warning flash pattern, not for directional use (e.g. SoundOff Signal NForce series); Two blue LED flashers (approximately 3 by 1 lens area with a minimum three LEDs) with appropriate brackets for installation in the rear quarter windows, facing out (e.g. Code 3 SD24B); Four-corner LED flasher system with two blue LED modules installed in the headlight housings, two red LED modules installed in the taillight housings and with no central controller box (e.g. SoundOff Signal ENFFTSDGS6E & ELUC2S010R). Factory-option rear lamp housings with flashers are acceptable. A synchronized pair of LED flashers must be mounted to the underside of the exterior review mirrors, one left and one right (local installation acceptable). LED flashers must be designed to provide 180 degrees of light output through the use of a curved reflector surface (e.g. SoundOff Signal Intersector series). Wig-wag headlights flasher (e.g. SoundOff Signal ETHF00-SP), though the flasher needs to be manufacturer recommended for and suitable for use with the proposed vehicle make and model). Alternately, a manufacturer-recommended separate-bulb system may be provided to provide alternate white flashes from the headlight housing in an appearance and intensity similar to that provided by wig-wag headlight flashers. Page 3

Flashers must be installed in such a manner as to provide flashing light to the front, sides and outside rear of the vehicle without producing flashback to the driver and frontseat passenger. A synchronized pair of LED flashers must be mounted to the underside of the exterior review mirrors, one left and one right (local installation acceptable). LED flashers must be designed to provide 180 degrees of light output through the use of a curved reflector surface (e.g. SoundOff Signal Intersector series). Wig-wag headlights flasher (e.g. SoundOff Signal ETHFSSSP, though the flasher needs to be manufacturer recommended for and suitable for use with the proposed vehicle make and model). Alternately, a manufacturer-recommended separate-bulb system may be provided to provide alternate white flashes from the headlight housing in an appearance and intensity similar to that provided by wig-wag headlight flashers. This Bid Line will be ordered only with a siren controller and must be connected to the siren controller for operation. Revision 6: Article 6, SCOPE OF WORK AND DETAILED SPECIFICATIONS, Section 6.14.15 Bid Line #13 Marked Fire Lighting Package, is deleted in its entirety and replaced with the following: Units ordered with this Bid Line must be furnished with the following items to provide a lighting and siren package for marked fire-department emergency usage (local installation acceptable): A all function LED lightbar, Federal Signal Valor model VALR44CFD or VALR51CFD or light bar with dimensional and output equal to as a minimum, must be mounted to the roof using manufacturer s designated gutter hook kit; Two Red LED warning lights (e.g. Federal Signal MPS600U-RR ) and two clear warning lights (e.g. Federal Signal MPS600U-ww ) must be installed in the front grill area facing forward through the grill area; Four-corner LED flasher system must be installed with two red LED modules installed in the headlight housings and two red LED modules installed in the taillight housings; A red LED light (e.g. Federal Signal MPSW6-R) must be installed under each outside rearview mirror; Four synchronized, red LED warning lights must be mounted facing outboard in the rear quarter glass two per side of truck (e.g. Federal Signal model MPSW6-R); Four synchronized, red LED warning lights must be mounted at the upper tailgate facing rearward (e.g. Federal Signal model MPSW6-RR); Two synchronized, red LED warning lights must be license plate bracket mounted tailgate facing rearward (e.g. Federal Signal model MPSW6-R); Wig-wag headlights flasher (e.g. SoundOff Signal ETHFSS-SP) or separate-bulb system may be provided to provide alternate Led clear flashes from the headlight housing in an appearance and intensity similar to that provided by wig-wag headlight flashers. Flasher must be configured for approximately 115 single flashes per minute. The flashing mode must be active in the traffic clearing mode and defeated in the blocking mode according to NFPA 1901 standards; Federal Signal E-Q2B siren system must be mounted to the rear seat partition with a console mounted 6 function push button controller. Two Federal Signal ES100 speakers must be mounted with appropriate mounting brackets in the front bumper area; One power center (e.g. Weldon Power Node Vmux Hercules), configured for the City of Page 4

Chicago, must be installed in the rear cargo area. All power up functions must be controlled by the 6 function push button controller on the console; Power center battery-negative connections must be a continuous run of 10-gauge or required gauge marine-rated wire directly to the negative battery terminal and must not be grounded within the vehicle cab or to the chassis. Individual lighting components may be grounded to effective, local chassis grounds, but not to tailgate or doors; A steel or aluminum enclosed center console (e.g. Havis C VS 0812 INUT 1) must be installed between the driver s and front passenger s seats, positioned for easy access to all controls by both front-seat occupants during typical fire-department emergency driving. Enclosed console must be securely mounted to steel platform, tunnel plate or factory center console providing a secure, heavy-duty base above the transmission hump between the drivers and front passenger s seats. The 6 function push button controller must be mounted on a filler plate below the radios. The controller plate must be equipped with 2 12v power outlets mounted to the passenger side of the plate. Similarly, proper equipment brackets and sufficient mounting space must be provided for the later installation of two Motorola one-piece radios with standard control heads. Three microphone clip brackets must be provided to facilitate the later mounting of microphone clips to the sides of the enclosed center console; A Gamber Johnson Mag docking station customized for Chicago Fire Department usage with Panasonic Toughbook laptop computer must be installed on a swiveling mounting system installed at the top of the enclosed center console. Mounting system must provide for easy access to the computer using an extendable tilt/swivel adapter mounted below the dock; A wide-band, dual-band VHF and UHF two-way radio antenna (e.g. STI-CO ROOF-NT- VHF/UHFM) must be installed on the vehicle s roof to an NMO mount with dual 25-foot RG-58 cables with soldered mini-uhf connectors, each of which is suitable for coverage of the public-safety portion of its respective band. Cables must be run to the enclosed center console; A Motorola HAF4016A quarter-wave 800-MHz antenna must be installed on roof to a 3/4" NMO mount and RG58A/U cable with a soldered connector run to trunk area for connection to mobile data modem; A GPS/AVL system compatible with existing City of Chicago infrastructure must be installed in the rear cargo area at the partition. System must consist of a Cradlepoint IBR1100 or most current part number with a Mobile Mark LTM502 antenna kit part number LTM502-3C3C3J3J2C-BLK-144. Antenna must be mounted on the vehicle s roof and run to the device. Device must be connected to power and other inputs per the manufacturer s installation instructions. Device serial power cable, with extension, must be run to the center console area for connection to the computer docking plate; Two 15-amp ignition-hot power and two 20-amp battery-hot leads must be designated for later communications equipment installation. From power center continuous lengths of 10-gauge wire (battery-hot and grounds) and 12-gauge wire (ignition-hot) must be run to the enclosed center console with 24 of extra length coiled there. Communications equipment cable ground wire must be connected to a power-center ground terminal; The units are to be equipped with a full cab width and height Setina 12VS expanded metal poly coated safety partition rear of the second row of seats; The units are to be equipped with a Setina rear cargo area ezlift cargo deck cover model TK0476ITU12 mounted in the rear cargo area; Pro Charging Systems DeltaVolt 15-amp battery charger must be mounted under the Page 5

hood and connected to the chassis battery. Pro Charging Systems remote charge indicator panel must be surface-mounted on the streetside front fender. Kussmaul Super Auto-Eject power plug must be installed next to the remote charge indictor and connected to the A/C input on the charger; One orange Streamlight Firebox Vehicle Mount System model 45665 must be installed in a to-be-determined location in the vehicle, subject to approval of the Department of Fleet and Facility Management. Revision 7: Article 6, SCOPE OF WORK AND DETAILED SPECIFICATIONS, Section 6.14.21 Bid Line #56 Automated License Plate Reader System, paragraph four is deleted in its entirety and replaced with the following: All applicable software licenses for the supplied hardware and software, including the Federal Signal/PAGIS license, operating system license, and any necessary security dongles. Revision 8: Article 6, SCOPE OF WORK AND DETAILED SPECIFICATIONS, Section 6.14.21 Bid Line #56 Automated License Plate Reader System, paragraph ten is deleted in its entirety and replaced with the following: Fixed, non-tilting, non-rotating, non-pivoting riser post and bracketry specific to the specified display and keyboard (e.g. Havis or Gamber-Johnson) bolted to the heavyduty base providing secure, heavy-duty mounting for the display and keyboard; Revision 9: Article 6, SCOPE OF WORK AND DETAILED SPECIFICATIONS, Section 6.16.5 Bid Line #29 Marked Police Lighting Package, is deleted in its entirety and replaced with the following: Units ordered with this Bid Line must be supplied with the following items to provide a lighting package for marked police-patrol usage (local installation acceptable): A solid-state control system that allows centralized, PC-based programming control for all lights and the siren, customizable light programming and diagnostic capability for ease of maintenance and repair; Blue LED roof-mounted lightbar, approximately 51 to 56 in width, standard Chicago Police Department configuration. Must have minimum 6-LED inboard light modules, minimum 24-LED dual color blue/white corner modules, 6-LED front-facing takedown modules, 3-LED alley lights. Must have manual dimming capability and ability to shut down select light modules and must have individual module and circuit boad functionality; Dual blue/red multi-head LED modules suspended from the rear spoiler outside the rear window, one each side of the center-mounted stop lamp assembly, configured for warning flash pattern, not for directional use (e.g. SoundOff Signal NForce series); Two blue LED flashers (approximately 3 by 1 lens area with a minimum three LEDs) with appropriate brackets for installation in the rear quarter windows, facing out (e.g. Code 3 SD24B); Four-corner LED flasher system with two blue LED modules installed in the headlight housings, two red LED modules installed in the taillight housings and with no central controller box (e.g. SoundOff Signal ENFFTSDGS6E & ELUC2S010R). Factory-option rear lamp housings with flashers are acceptable. A synchronized pair of LED flashers must be mounted to the underside of the exterior review mirrors, one left and one right (local installation acceptable). LED flashers must Page 6

be designed to provide 180 degrees of light output through the use of a curved reflector surface (e.g. SoundOff Signal Intersector series). Wig-wag headlights flasher (e.g. SoundOff Signal ETHF00-SP), though the flasher needs to be manufacturer recommended for and suitable for use with the proposed vehicle make and model). Alternately, a manufacturer-recommended separate-bulb system may be provided to provide alternate white flashes from the headlight housing in an appearance and intensity similar to that provided by wig-wag headlight flashers. Flashers must be installed in such a manner as to provide flashing light to the front, sides and outside rear of the vehicle without producing flashback to the driver and frontseat passenger. A synchronized pair of LED flashers must be mounted to the underside of the exterior review mirrors, one left and one right (local installation acceptable). LED flashers must be designed to provide 180 degrees of light output through the use of a curved reflector surface (e.g. SoundOff Signal Intersector series). Wig-wag headlights flasher (e.g. SoundOff Signal ETHFSSSP, though the flasher needs to be manufacturer recommended for and suitable for use with the proposed vehicle make and model). Alternately, a manufacturer-recommended separate-bulb system may be provided to provide alternate white flashes from the headlight housing in an appearance and intensity similar to that provided by wig-wag headlight flashers. This Bid Line will be ordered only with a siren controller and must be connected to the siren controller for operation. Revision 10: Article 6, SCOPE OF WORK AND DETAILED SPECIFICATIONS, Section 6.16.15 Bid Line #39 Marked Fire Lighting Package, is deleted in its entirety and replaced with the following: Units ordered with this Bid Line must be furnished with the following items to provide a lighting and siren package for marked fire-department emergency usage (local installation acceptable): A all function LED lightbar, Federal Signal Valor model VALR44CFD or VALR51CFD or light bar with dimensional and output equal to as a minimum, must be mounted to the roof using manufacturer s designated gutter hook kit; Two Red LED warning lights (e.g. Federal Signal MPS600U-RR ) and two clear warning lights (e.g. Federal Signal MPS600U-ww ) must be installed in the front grill area facing forward through the grill area; Four-corner LED flasher system must be installed with two red LED modules installed in the headlight housings and two red LED modules installed in the taillight housings; A red LED light (e.g. Federal Signal MPSW6-R) must be installed under each outside rearview mirror; Four synchronized, red LED warning lights must be mounted facing outboard in the rear quarter glass two per side of truck (e.g. Federal Signal model MPSW6-R); Four synchronized, red LED warning lights must be mounted at the upper tailgate facing rearward (e.g. Federal Signal model MPSW6-RR); Two synchronized, red LED warning lights must be license plate bracket mounted tailgate facing rearward (e.g. Federal Signal model MPSW6-R); Wig-wag headlights flasher (e.g. SoundOff Signal ETHFSS-SP) or separate-bulb system may be provided to provide alternate Led clear flashes from the headlight housing in an appearance and intensity similar to that provided by wig-wag headlight flashers. Flasher must be configured for approximately 115 single flashes per minute. Page 7

The flashing mode must be active in the traffic clearing mode and defeated in the blocking mode according to NFPA 1901 standards; Federal Signal E-Q2B siren system must be mounted to the rear seat partition with a console mounted 6 function push button controller. Two Federal Signal ES100 speakers must be mounted with appropriate mounting brackets in the front bumper area; One power center (e.g. Weldon Power Node Vmux Hercules), configured for the City of Chicago, must be installed in the rear cargo area. All power up functions must be controlled by the 6 function push button controller on the console; Power center battery-negative connections must be a continuous run of 10-gauge or required gauge marine-rated wire directly to the negative battery terminal and must not be grounded within the vehicle cab or to the chassis. Individual lighting components may be grounded to effective, local chassis grounds, but not to tailgate or doors; A steel or aluminum enclosed center console (e.g. Havis C VS 0812 INUT 1) must be installed between the driver s and front passenger s seats, positioned for easy access to all controls by both front-seat occupants during typical fire-department emergency driving. Enclosed console must be securely mounted to steel platform, tunnel plate or factory center console providing a secure, heavy-duty base above the transmission hump between the drivers and front passenger s seats. The 6 function push button controller must be mounted on a filler plate below the radios. The controller plate must be equipped with 2 12v power outlets mounted to the passenger side of the plate. Similarly, proper equipment brackets and sufficient mounting space must be provided for the later installation of two Motorola one-piece radios with standard control heads. Three microphone clip brackets must be provided to facilitate the later mounting of microphone clips to the sides of the enclosed center console; A Gamber Johnson Mag docking station customized for Chicago Fire Department usage with Panasonic Toughbook laptop computer must be installed on a swiveling mounting system installed at the top of the enclosed center console. Mounting system must provide for easy access to the computer using an extendable tilt/swivel adapter mounted below the dock; A wide-band, dual-band VHF and UHF two-way radio antenna (e.g. STI-CO ROOF-NT- VHF/UHFM) must be installed on the vehicle s roof to an NMO mount with dual 25-foot RG-58 cables with soldered mini-uhf connectors, each of which is suitable for coverage of the public-safety portion of its respective band. Cables must be run to the enclosed center console; A Motorola HAF4016A quarter-wave 800-MHz antenna must be installed on roof to a 3/4" NMO mount and RG58A/U cable with a soldered connector run to trunk area for connection to mobile data modem; A GPS/AVL system compatible with existing City of Chicago infrastructure must be installed in the rear cargo area at the partition. System must consist of a Cradlepoint IBR1100 or most current part number with a Mobile Mark LTM502 antenna kit part number LTM502-3C3C3J3J2C-BLK-144. Antenna must be mounted on the vehicle s roof and run to the device. Device must be connected to power and other inputs per the manufacturer s installation instructions. Device serial power cable, with extension, must be run to the center console area for connection to the computer docking plate; Two 15-amp ignition-hot power and two 20-amp battery-hot leads must be designated for later communications equipment installation. From power center continuous lengths of 10-gauge wire (battery-hot and grounds) and 12-gauge wire (ignition-hot) must be run to the enclosed center console with 24 of extra length coiled there. Communications equipment cable ground wire must be connected to a power-center Page 8

ground terminal; The units are to be equipped with a full cab width and height Setina 12VS expanded metal poly coated safety partition rear of the second row of seats; The units are to be equipped with a Setina rear cargo area ezlift cargo deck cover model TK0476ITU12 mounted in the rear cargo area; Pro Charging Systems DeltaVolt 15-amp battery charger must be mounted under the hood and connected to the chassis battery. Pro Charging Systems remote charge indicator panel must be surface-mounted on the streetside front fender. Kussmaul Super Auto-Eject power plug must be installed next to the remote charge indictor and connected to the A/C input on the charger; One orange Streamlight Firebox Vehicle Mount System model 45665 must be installed in a to-be-determined location in the vehicle, subject to approval of the Department of Fleet and Facility Management. SECTION II: QUESTIONS SUBMITTED FOR CLARIFICATION OF THE SPECIFICATION 1. Question: 1.22.2 Locally Manufactured Goods Please confirm that in order to qualify for this bid incentive goods need to be manufactured in the City of Chicago and locations within a certain mileage of the City will not meet the requirements. Answer: Please refer to Section 1.22.2 Locally Manufactured Goods of the Specification which states: City-based manufacturer means a person who: (i) holds any appropriate city license; (ii) is subject to applicable city taxes; and (iii) owns, operates, or leases a manufacturing facility within the city. 2. Question: 3.3.6.1 Minimum Wage, Mayoral Executive Order 2-14-1 Is there prevailing wage associated with this project? Answer: Prevailing wage is not applicable to this project. 3. Question: 11.5 Regulations Governing Reductions to or Waiver of MBE/WBE Goals Please confirm the process to receive a waiver of MBE/WBE goals if there is not enough applicable work specific to the project to contract out additional vendors (i.e. reaching out to vendors MBE/WBE/neither would be unnecessary due to the fact there would be no additional work to perform)? Answer: Section 11.5 Regulations Governing Reductions to or Waiver of MBE/WBE Goals of the Specification states: If a bidder determines that it is unable to meet the MBE and/or WBE Contract-Specific Goals on a City of Chicago contract, a written request for the reduction or waiver of the commitment must be included in the bid or proposal. The written request for reduction or waiver from the commitment must be in the form of a signed petition for grant of relief from the MBE/WBE percentages submitted on the bidder's letterhead, and must demonstrate that all required efforts as set forth in this document were taken to secure eligible Minority and Women Business Enterprises to meet the commitments. Please refer to Section 11.5.1. Direct Participation for instructions on how to proceed with the appropriate documentation for waiver request. Additionally, if the MBE/WBE goals have not been met through direct participation, only after such demonstration of being unable to meet Page 9

the Contract Specific Goals, indirect participation can be considered with their submission of their Good Faith Efforts. 4. Question: Page 10-1.22.2. Locally Manufactured Goods Locally manufactured goods means goods whose value, either in whole or in part, is derived from growing, producing, processing, assembling, or manufacturing activities that occur within a city-based manufacturer's facility located within the city. Can a local manufacturer less than 20 Miles of the city limits qualify for this incentive? Answer: Please refer to the answer for Question 1 of this Addendum No. 1. 5. Question: Page 72-6.8. Price Adjustments If needed, can price increases on Equipment be made at the same time the vehicle manufacturer issues price increases for the vehicle(s), but with a frequency no greater than every 12 months. Answer: Please refer to Section 6.8.1 Price Adjustment for Vehicles and Equipment - Group A: Bid Lines 1 thru 13 & 55-56, Group B: Bid Lines 19 thru 22, Group C: Bid Lines 27 thru 41, Group D: Bid Line 46 thru 50 of the Specification. 6. Question: Page 73-6.8.2. Price Adjustment for Labor Rates, Group A: Bid Line 17, Group B: Bid Line 25, Group C: Bid Line 44, Group D: Bid Line 53 - Does this also apply to subcontractors? No more than five percent (5%) per year, for each twelve (12) month period. Answer: Please refer to Section 6.8.2 Price Adjustment for Labor Rates, Group A: Bid Line 17, Group B: Bid Line 25, Group C: Bid Line 44, Group D: Bid Line 53 of the Specification which states: Beginning on the date after the initial twelve (12) month term, and for each twelve (12) month anniversary thereafter, subject to acceptable performance by the Contractor and contingent upon the appropriation of sufficient funds for the services provided for in this Contract, annual labor rate adjustments of the contract unit price(s) may be granted at the time of escalation request after receipt of a written request from the Contractor. 7. Question: Is there a proposal page that needs to be filled in that can be provided or should we generate our own format? Answer: Please refer to Article 14 Proposal Page of the Specification. Also please ensure to utilize Article 7 Mechanical and Electrical Parts Worksheet - group A (AWD Police Pursuit Utility Vehicle), Article 8 Mechanical and Electrical Parts Worksheet - group B (COMPACT & MID-SIZED CIVILIAN SPORT UTILITY VEHICLE), Article 9 Mechanical and Electrical Parts Worksheet - group C (FULL SIZED POLICE PURSUIT UTILITY VEHICLE), Article 10 Mechanical and Electrical Parts Worksheet - group d (PURSUIT RATED HYBRID SEDAN & SPECIAL SERVICE PLUG IN HYBRID SEDAN) of the Specification. 8. Question: Section 1.15 it states there are estimated quantities on the proposal page that represent estimated usage. There are quantities listed for service parts but does not appear to be any listed for vehicles. Could you please provide estimated annual quantities for each group? Answer: Please refer to Article 14 Proposal Pages and see column entitled Estimated Usage. Page 10

9. Question: Section 1.20.1.1 states must bid all line items. Award is based on per group. Can bidders not respond to whole groups? E.G. Bidder may not have access to a vehicle that meets specs of a particular group. Answer: Please refer to Revision #3, Article 6, SCOPE OF WORK AND DETAILED SPECIFICATIONS, Section 6.2 Basis of Award. 10. Question: Section 1.20.1.2 Will calculations be done on single line items or will lines be multiplied by estimated quantities? Answer: The Price column represents the price per unit of measure displayed for each line. The Extended Price column represents the Price column multiplied by the Estimated Usage column. The Total Group Extended Price represents the total sum of the Extended Price column for each corresponding group. 11. Question: Page 74-6.9.3. Delivery - Are there an estimated number of vehicles to be delivered on a weekly/monthly basis? Answer: No, vehicles are ordered subject to Departmental needs and available funding. Only estimates for the total time frame can be given, and these are conservative. 12. Question: Is rust proofing today done at CPD Site? Answer: No, Vendor must deliver vehicles to the City compliant with all of the terms in technical specifications. 13. Question: Is there a file that illustrates exact dimensions of the CPD Decals? Answer: No, dimensional information for graphics exists, beyond measurements given in the requirements. Bidders may request access to a vehicle for measurement if desired. 14. Question: Is CPD Supplying the Panasonic Toughbook laptop computers? Answer: Vendor is not required to supply the Toughbooks, those will be provided by CPD. 15. Question: Is there any other equipment that CPD will be supplying the Upfitter to be installed? Answer: No, all requirements listed in the technical specifications must be installed on the vehicle upon delivery to the City. 16. Question: Will CPD supplying the two Motorola XTL-5000 one-piece radios for Group A (Marked Fire Lighting Package)? Answer: The City will purchase and install radios after delivery on vehicles for which they are required. The City purchases radios separately under an existing Motorola contract. 17. Question: What line on the Catalog RFQ worksheet should we place the cost of the rust Proofing? Parts, Captive or Accessory, OEM Options? Answer: As part of the base vehicle requirements, this cost should be incorporated into the bid price for the vehicle. (Base Vehicle Bid Line No: 1, 19, 20, 27, 46, and 47) Page 11

18. Question: Vehicle Repairs - Labor to Perform Mechanical and Electrical Repair Services in Contractor s Shop, Regular Business Hours There is 40,000 estimate hours. Does this include the original Upfitting hours for the Original build? Answer: No, this cost should be incorporated into the bid for the upfit equipment - all bid lines for upfits are for equipment installed and ready to use when the vehicle is delivered to the City. 19. Question: What line do we use for Upfitting hours per Group? Answer: See response to question number 18. Bids for bid lines that involve upfitting should incorporate all parts and labor costs to deliver a fully functional vehicle with all equipment ordered. 20. Question: Section 6.9.1 states fresh fuel must be used; is there an amount of fuel the vehicles are required to be delivered with? E.g. ¼ tank, ½ tank? Answer: There is no specific amount of fuel required, but vehicles should be delivered with no less than ¼ tank of gas. 21. Question: Are OEM supplied options acceptable to fulfill Upgrade, Accessories or Additional Items? Answer: Yes. 22. Question: As mentioned at the pre-bid meeting last week, when can we expect an addendum to be sent out with updated equipment listed on it as mentioned by 2FM? Answer: Please refer to Revision #1 Article 6, SCOPE OF WORK AND DETAILED SPECIFICATIONS, Section 6.14.5 Marked Police Lighting Package Bid Line #3, and Revision #2 Article 6, SCOPE OF WORK AND DETAILED SPECIFICATIONS, Section 6.16.5 Bid Line #29 Marked Police Lighting Package. Also refer to Revision #4 Article 6, SCOPE OF WORK AND DETAILED SPECIFICATIONS, Section 6.14.15 Bid Line #13 Marked Fire Lighting Package and Revision #5 Article 6, SCOPE OF WORK AND DETAILED SPECIFICATIONS, Section 6.16.15 Bid Line#39 Marked Fire Lighting Package of this Addendum No. 1. 23. Question: Section 6.14.5 Marked Police Lighting Package Bid Line #3; Current equipment used by CPD has the following properties. Does CPD want the light bar listed with the specifications or what is listed below? Current light bar being used by CPD has the following specifications; 51-56 LED light bar with minimum 6 LED inboard modules, corner modules 24 LED s dual color blue/white, 6 front facing takedowns 3 LED alley lights, manual dimming capability. Ability to shutdown complete front and rear inboard modules and select corner modules, individual module and circuit board functionality. Current rear spoiler; dual, dual color blue/red multi head LED modules suspended from rear spoiler outside the rear window, one each of the center-mounted stop lamp assembly, configured for warning flash patter, not for directional use. Answer: Please refer to Revision #2 Article 6, SCOPE OF WORK AND DETAILED SPECIFICATIONS, Section 6.14.5 Marked Police Lighting Package Bid Line #3 of this Addendum No. 1. Page 12

24. Question: Section 6.16.5 Bid Line #29 Marked Police Lighting Package; Current equipment used by CPD has the following properties. Does CPD want the light bar listed with the specifications or what is listed below? Current light bar being used by CPD has the following specifications; 51-56 LED light bar with minimum 6 LED inboard modules, corner modules 24 LED s dual color blue/white, 6 front facing takedowns 3 LED alley lights, manual dimming capability. Ability to shutdown complete front and rear inboard modules and select corner modules, individual module and circuit board functionality. Current rear spoiler; dual, dual color blue/red multi head LED modules suspended from rear spoiler outside the rear window, one each of the center-mounted stop lamp assembly, configured for warning flash patter, not for directional use. Answer: Please refer to Revision #4 Article 6, SCOPE OF WORK AND DETAILED SPECIFICATIONS, Section 6.16.5 Bid Line #29 Marked Police Lighting Package of this Addendum No. 1. CITY OF CHICAGO DEPARTMENT OF PROCUREMENT SERVICES SHANNON E. ANDREWS, CHIEF PROCUREMENT OFFICER Page 13

December 14, 2018 ADDENDUM NO. 1 SPECIFICATION NO. 787062 FOR Response Vehicles GROUP A: POLICE PURSUIT UTILITY VEHICLES GROUP B: COMPACT & MID-SIZED CIVILIAN SUVS GROUP C: FULL SIZE POLICE PURSUIT UTILITY VEHICLES GROUP D: PURSUIT RATED HYBRID SEDANS Required by: CITY OF CHICAGO Department of Fleet and Facility Management Consisting of Sections I, II and III including this Acknowledgment. III. ADDENDUM NO. 1 RECEIPT ACKNOWLEDGMENT I hereby acknowledge receipt of Addendum No. 1 to the Specification named above and further state that I am authorized to execute this Acknowledgment on behalf of the company listed below. Signature of Authorized Individual Title Name of Authorized Individual (Type or Print) Company Name Business Telephone Number Complete and Return this Acknowledgment by email to: Magdalena.Toussaint@cityofchicago.org Attention: Maggie Toussaint, Senior Procurement Specialist Page 14