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

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

ADDENDUM NO. 1 FOR SPECIFICATION NO.: RFQ NO.: 3358 FOR DIESEL-POWERED SALT CONVEYOR

INSTRUCTIONS TO BIDDERS AND SPECIFICATIONS FOR A 7-8 CUBIC YARD DUMP TRUCK

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

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

CITY OF ALHAMBRA NOTICE INVITING BIDS NO. N2M16-144

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

Town of Digby. Tender Equipment Purchase 4 WD One Ton Truck CONTENTS

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

REQUEST FOR BID For Trucks. Bid Notice

REQUEST FOR QUOTATIONS

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

TOWN OF FARRAGUT. Bid Specifications For 2017 Dump Truck. William McKelvey Public Works Director Municipal Center Drive Farragut, TN 37934

RFP Agricultural Tractors (AG tractor) SCOPE OF THE PROPOSAL

GALLATIN PUBLIC UTILITIES

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

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

REQUEST FOR SEALED BID CAB/CHASSIS FOR MEDIUM DUMP TRUCK WITH SALT SPREADER NOVEMBER 18, 2015

MONTGOMERY COUNTY PUBLIC WORKS DEPARTMENT P. O. BOX 663 INDEPENDENCE, KANSAS PH FAX

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

Everything You Need! Phone , Ext. 229

A summary of the vehicle to be purchased: Department Type of Vehicle Quantity Stormwater Department One Ton Dual Rear Wheel Dump Truck w/ Bed 1

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

City of New Haven. 101 FRONT STREET PO BOX 236 NEW HAVEN, MO Phone * * Fax

City of Storm Lake Fire Department Heavy Rescue Specifications

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

Town of South Windsor, Connecticut. Police Department

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

l-åi iiî # ä i,"#i:lä:9å'fl:it i ;: : ffij? April 11,2018

NELSON COUNTY FISCAL COURT

Request for Proposal. Articulated Loader

NOTICE TO BIDDERS. ONE (1) NEW TANDEM AXLE TRUCK (cab & chassis)

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

Questions and Answers

Memphis-Shelby County Airport Authority ( Authority ) Addendum No. 1 To Request for Bids For Sweeper with Snow Plow

PART A TENDER SUBMISSION

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

ADDENDUM NO. ONE (1) ACQUIRE SNOW REMOVAL EQUIPMENT NORFOLK INTERNATIONAL AIRPORT, VIRGINIA. May 18, 2016

ALLEGAN COUNTY ROAD COMMISSION SPECIFICATION FOR BIDS

ADDENDUM NO.1 IFB NO.V-1821 CUTAWAY BUS. July 3, 2018

REQUEST FOR BIDS (RFB) # (1) NEW X4-3/4 TON EXTENDED CAB PICKUP TRUCK WITH LIFT GATE POSTING DATE: MARCH 7, 2018

NOTICE INVITING BIDS 2018 DEPARTMENT OF PUBLIC WORKS VEHICLE CITY OF BEAVER DAM, WISCONSIN

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.

NOTICE OF LETTING PATROL TRUCK ACCESSORY EQUIPMENT

Request for Bids INFORMATION FOR BIDDERS. FURNISH THE CITY OF DERBY, KANSAS, ONE (1)2014 or NEWER TANDEM AXLE 10 YARD DUMP TRUCK w/ PLOW

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

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

REQUEST FOR QUOTES Invitation to Bid

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

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

TENDER 2019 OR 2020, ONE AND A HALF TON EXTENDED DOUBLE CAB/CHASSIS, 4X4, DUMP BODY TRUCK

BANNOCK COUNTY SOLID WASTE

City of Mobile. Recycling Equipment Rental & Hauling BID NUMBER: 5024

REQUEST FOR BID For Trucks. Bid Notice

BID PACKAGE (2)NEW 2018 SELF-PROPELLED BROOMS

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

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

GROTON UTILITIES. INVITATION TO BID ONE (1) x4 SUPER CAB PICKUP TRUCK MARCH 14, :00 P.M. BID PROPOSAL GU 18-Q3

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

CITY OF CORALVILLE th Street, Coralville, IA

SOMERSET BOROUGH TECHNICAL SPECIFICATIONS FOR A USED 1-TON STYLE DUMP BODY TRUCK

Department of Finance Purchasing Department INVITATION TO BID

Request for Proposal Snow Blower October 12, 2015

Appendix A Technical Specifications Class I, II, III, IV Sewage Pumping Lift Station Wet Well Cleaning and Hauling

CUBA-RUSHFORD CENTRAL SCHOOL DISTRICT 5476 ROUTE 305 CUBA, NEW YORK ******** BID FORM FOR. Truck 2018 or Newer ********

COUNTY OF ROCKLAND Department of General Services Purchasing Division

OCTOBER 19, 2017 ADDENDUM NO. 2 FOR VARIOUS OILS, GREASE AND LUBRICANTS SPECIFICATION NO

INVITATION TO BID. January 10, 2018

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.

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

Purchasing Services 4202 East Fowler Avenue, SVC 1073 Tampa, Florida (813) Addendum No. 1

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

CLEVELAND COUNTY NORTH CAROLINA REQUEST FOR BID NEW 2012 EXCAVATOR

INVITATION TO BID SPECIFICATIONS & INSTRUCTIONS FOR:

City of Mt. Pleasant, Michigan CONTRACT DOCUMENTS. For HEAVY DUTY TRUCKS. SHARON TILMANN Mayor. NANCY RIDLEY City Manager

BID SPECIFICATIONS FOR 16 STEEL DUMP BODY OPTION B (MANUAL TRANSMISSION) OX BODIES/16 STAMPEDE $24, (INCLUDING OPTIONS)

CITY OF BARTLETT 6400 STAGE ROAD BARTLETT, TENNESSEE 38134

City of Lewiston Finance Department Allen Ward, Purchasing Agent

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

REQUEST FOR QUOTE. Half Ton Trucks CONTRACT NO ADDENDUM NO.2

PART 665 BUS TESTING. Subpart A General. 49 CFR Ch. VI ( Edition)

CITY OF DUBUQUE VEHICLE BID BID DATE: 08/26/2016 BID DUE DATE: 09/12/2016 PURCHASING COORDINATOR'S OFFICE FINANCE DEPARTMENT 50 WEST 13TH STREET

PURCHASING DEPARTMENT

ADDENDUM 02. To All Bidders:

Request for Quote # Armored Vehicle for Hammond Police Swat Team

Request for New Heavy Duty 3/4 ton Pickup Truck for Lee County Emergency Management

TENDER HALF TON PICKUP TRUCK, 4x4

TENDER 2018 OR 2019, ONE AND A HALF TON CAB/CHASSIS, 4X4, DUMP BODY TRUCK

THE TOWN OF CLARENVILLE PUBLIC WORKS DEPARTMENT. Tender Specification # For Purchase of One (1), New Wheel Loader with Snow Blades

SAN ANTONIO WATER SYSTEM PURCHASING DEPARTMENT

City of Mt. Pleasant, Michigan CONTRACT DOCUMENTS. For PICKUP TRUCKS. SHARON TILMANN Mayor. NANCY RIDLEY City Manager

Houston County Purchasing Department

TENDER. 2017, THREE QUARTER (3/4) TON PICKUP TRUCK, 4x4

Purchasing Department Finance Group INVITATION TO BID

2018 Golf Cart Lease Sunset Valley Golf Club

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

City of Fargo Request for Proposal

TENDER. 2017/2018 HALF TON PICKUP TRUCK, EXTENDED CAB, 4x4

THREE (3) NEW 2018 SIX WHEEL DRIVE MOTOR GRADER WITH LIFT GROUP, REAR-RIPPER/SCARIFIER, AND SNOW WING.

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

Transcription:

DEPARTMENT OF PROCUREMENT SERVICES CITY OF CHICAGO NOVEMBER 15, 2017 ADDENDUM NO. 3 FOR 6 X 4 DIESEL POWERED CONVENTIONAL CAB/CHASSIS WITH DUMP BODIES, PREWET SYSTEMS, SNOW PLOW HITCHES, AND SNOW PLOWS Specification No. 178175 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 on November 29, 2017 (pursuant to Addendum 2, advertised October 11, 2017, to Specification 178175, 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. 2 on the Bid Execution Page and should complete and return the attached Acknowledgment by email to michael.smith@cityofchicago.org Attn: Michael L. Smith, Procurement Specialist (312) 744-4910 The information contained in this Addendum No. 2 is incorporated by reference into the original Specification issued on July 7, 2017. RAHM I. EMANUEL MAYOR JAMIE L. RHEE CHIEF PROCUREMENT OFFICER 1

NOVEMBER 15, 2017 ADDENDUM NO. 3 FOR 6 X 4 DIESEL POWERED CONVENTIONAL CAB/CHASSIS WITH DUMP BODIES, PREWET SYSTEMS, SNOW PLOW HITCHES, AND SNOW PLOWS Specification No. 178175 For which bids are due in the Department of Procurement Services, Bid & Bond Room, Room 103, City Hall, 121 N. LaSalle Street, Chicago, Illinois 60602, at 11:00 a.m., Central Time, November 29, (pursuant to Addendum 2). The following questions/answers will be incorporated in the above-referenced Specification. All other provisions and requirements as originally set forth remain in full force and are binding. BIDDER SHOULD ACKNOWLEDGE RECEIPT OF THIS ADDENDUM ON THE BID EXECUTION PAGE (ARTICLE 13) SUBMITTED WITH YOUR BID. FAILURE TO ACKNOWLEDGE MAY RESULT IN BID REJECTION. Section I: Revisions Revision # Description 1. The Bid Opening Date is postponed to December 15, 2017, at 11:00 a.m. Central Time. 2. Article 6, SCOPE OF WORK AND DETAILED SPECIFICATIONS, Section 6.12.8., Exhaust System, paragraph 4, is revised as follows: A diesel exhaust fluid (DEF) tank with a minimum capacity of 9 gallons must be provided. 3. Article 6, SCOPE OF WORK AND DETAILED SPECIFICATIONS, Section 6.12.12., Transmission, paragraph 4, is revised as follows: The shift lever control should be a touch pad with lighted position control indicator and should be mounted on the dash or in another location easily accessible to the driver. Alternatively, a stalk (lever) type shift control mounted on the steering column is acceptable. Location should be approved by the Department of Fleet and Facility Management (2FM), Automotive Engineering Section, prior to truck build. 4. Article 6, SCOPE OF WORK AND DETAILED SPECIFICATIONS, Section 6.19.4, Torque Arm, paragraph 5, is revised as follows: The lift arm must be provided with a 3/4 shackle with pin and bushing (designed to accept 7/16 chain), secured to the arm with a 1-1/8 diameter hardened pin, washer and suitable clip. 2

5. Article 6, SCOPE OF WORK AND DETAILED SPECIFICATIONS, Section 6.19.5, Plow Lift Cyinder, paragraph 4, is revised as follows: The cylinder must be provided with ½" diameter ports, a hard chrome plated or nitrided piston rod, polyurethane U cup seals and rod wiper. 6. Article 6, SCOPE OF WORK AND DETAILED SPECIFICATIONS, Section 6.22, Bid Line #9: Fixed Angle Snow Plow, is revised to add the following paragraph after the last paragraph (11 th paragraph) as follows: Every fixed angle snow plow ordered must be provided with a 7/16 schedule 80 chain, 62 links with 2 repair links, two 1/2 shackles and adjusting block with pin. 7. Article 6, SCOPE OF WORK AND DETAILED SPECIFICATIONS, Section 6.23, Bid Line #10: Reversable Snow Plow, is revised to add the following paragraph after the last paragraph (14 th paragraph) as follows: Every Reversible snow plow ordered must be provided with a 7/16 schedule 80 chain, 47 links with 2 repair links, two 1/2 shackles and adjusting block with pin. 8. Article 6, SCOPE OF WORK AND DETAILED SPECIFICATIONS, Section 6.12.9, Electrical Components, third paragragh, is revised as follow: Three batteries must be installed, with a combined 1950 Cold Crank Ampere Rating (650 CCA per battery). The batteries must be long life, maintenance free type. The batteries should be enclosed in an accessible hinged battery box. Contact Fleet and Facility Management (2FM), Automotive Engineering section to view a sample. A protective sheet metal guard should be installed above the battery box. Section II: Questions 1. Question: Is a performance bond required? Answer: No. 2. Question: Please confirm that this bid is not for a "public works project" and is therefore not subject to the State of Illinois Prevailing Wage Act (See page 2 of the bid). Answer: No. This bid is not a Public Works project and is not subject to Prevailing Wage. 3. Question: What is the minimum wage requirement applicable to this bid? Answer: See Section 3.3.6. Wages, Section 3.3.6.1 Minimum Wage, Mayoral Executive Order 2014-1, and Section 3.3.6.2, Living Wage Ordinance. 3

4. Question: We are located in the Village of Forest View. Our address is 4655 South Central Avenue, Chicago, IL 60638. Can we get verification if we are eligible for the City-Based Business Preference? Answer: See Section 1.22. 1. City Based Businesses (Chicago Business Preference). 5. Question: Can you provide more clarification of what is expected as to the number of inspections, demonstrations and trips, both to and from, along with the number of people who would attend each event? Page 67-68, 6.91 thru 6.9.3. Answer: Refer to Sections 6.9.1 through 6.9.3. Pre-construction meetings will take place for any units ordered from the contract and the meeting will be held at the location of the ordering department. A pre-paint inspection must be performed at the manufacturing facility prior to each unit being completed and shipped. It s required that the contractor pay appropriate travel and lodging for up to at least two User Department and two Department of Fleet and Facility Management personnel will be in attendance. Final acceptance of the unit will be at the location of the ordering department and the number of people is not attainable. City at its discretion has the right to request a demonstration on any order, this will include up to a maximum of three City personnel. No Change. 6. Question: What are the requirements for the bumper that has to be approved by 2FM? Are there specific dimensions, angle, etc? Page 75 6.12.3. Answer: Refer to Section 6.12.3. The front bumper must be heavy-duty steel, swept back design, mounted on the front frame extension, painted DuPont Imron #N3504HN, Sierra Tan. Front bumper must not have any extraneous holes or features which could compromise its design strength. The specific dimensions, angle, etc. will have to be approved by 2FM prior to installation. There are no further details besides the requirements written above at this time. No Change. 7. Question: Can the air dryer be mounted on outside the RH frame rail or inside the LH rail as long as approved by body up fitter for clearance? Page 75, 6.12.6. Answer: Refer to Section 6.12.6. Location and mounting must be approved by The Department of Fleet and Facility Management (2FM), Automotive Engineering Section prior to construction. No change. 8. Question: Is a 9.5 gallon DEF tank acceptable in lieu of the 13 gallon called out? The 9.5 gallon tank should typically provide enough DEF for approximately 3 fill ups of a 70 gallons in fuel. Page 76, 6.12.8. Answer: Yes, See Revision # 2 9. Question: Is there a specific location for The Big Switch-part# FR1005? Page 76, 6.12.9. Answer: Refer to Section 6.12.9. Switch location will be approved by 2FM prior to installation. No Change. 4

10. Question: If hood tilts enough to check the fluid levels with the plow attached is that sufficient, or do you want an inspection hatch in the side of hood? Page 77, 6.12.10 Answer: Refer to Section 6.12.10. Requirement is the hood must not interfere with the plow hitch when opened. No Change. 11. Question: Is an automatic transmission shifter control which is a stalk (lever) type shift control, mounted on the steering column, as shown in the attached picture acceptable? Page 79, 6.12.12. Answer: Yes, See Section 1, Revision #3 of this addendum. 12. Question: Current production of fuel tank pick up tube is a straight cut. Is that acceptable in lieu of the angled cut called out in spec? Page 79, 6.12.13. Answer: Fuel pickup tube should be angled to prevent clogging per Section 6.12.13. 13. Question: How is it determined how coats of paint of the Sierra Tan color sprayed on the frame rails, axles, wheels, etc. are required to be deemed sufficient? Page 80, 6.12.17. Answer: Refer to Section 6.12.17. All metal surfaces must be properly prepared for painting, including removal of any/all surface rust, welding slag, soot, dirt, grease and wax. All metal surfaces must be primed prior to finishing. Then, there must be enough coats of paint to produce a long lasting, quality finish. No Change. 14. Question: We offer dual interior and exterior grab handles. Interior are steel with grip coating. Exterior are aluminum with rubber grip insert. Page 80, 6.12.14k Answer: Refer to Section 6.12.14k. Must be stainless steel. No Change. 15. Question: Cab & chassis rustproofing. Can you please elaborate on what components are expected to be treated with the undercoating material in detail? Page 81, 6.12.18. Answer: Refer to Section 6.12.18. The entire Cab and the entire Chassis. No change. 16. Question: What exactly are the functions of the 2 switches on the dash that control the diesel fired auxiliary heater? Page 98 6.24. Answer: Refer to Section 6.24. One switch is to provide power to both the air heater and coolant heater on a single lighted push button switch. The second control switch must be a simple potentiometer which allows the driver to control the amount heat being supplied to the cab by the air heater but must not affect the heat output of the coolant output. No change required. 5

17. Question: Are all the tows to be based off towing from 1685 N. Throop St. to our shop location on Central Ave? Do you have multiple locations or do tows need to be figured from the farthest distance in your area of coverage? What is the farthest point from 4655 South Central Ave location? Page141 Line#15 Answer: Refer to Section 6.28. Tows are not to be based off towing from 1685 North Throop St. They are to be based off the cost to transport a vehicle purchased under this contract each way for service between a City of Chicago Location and a Contractor s location, all locations are within City limits. No Change. 18. Question: Regarding software packages, after the initial subscription period expires, i.e., 1 year, where do we show the annual renewal fees on line item #7 as there is no space to show this? Page 140 Line#7 Answer: Software renewals will be handled as a parts purchase per Line item #12. 19. Question: Need to clarify indirect participation, only pertains to participation going forward during the contract, no prior participation is counted. Is this correct? Answer: Yes, based on the Special Conditions, indirect participation is allowed. However, MBE or WBE credit will only be granted as long as services are being provided during the term of the contract. 20. Question: We have multiple locations in Chicagoland that operate under the same Federal tax number. Would the indirect participation of our stores with WBE & MBE businesses count towards this bid via indirect participation? Answer: No it will not. MBE and WBE credit can only be counted if the MBE or WBE is a direct subcontractor to the prime or is a 1st or 2nd tier subcontractor who is a direct subcontractor to the prime. 21. Question: On page 70, 6.9.9 training & technical assistance, the bid calls for 4 hrs. training for drivers & 4 hrs. training for technicians for each unit delivered. Being all truck chassis are the same and only 2-3 body variations, have you in the past done training for groups of drivers and or technicians utilizing a single delivered truck of each variation? The way the bid spec is written you would need (200 x8) 1600 hours of training. This seems to be an extremely high number of hours compared to other fleets. Answer: Refer to Section 6.9.9. For each unit delivered, the Contractor must train City personnel in the proper, safe operation of the unit and any auxiliary items for a minimum 4 hrs. In addition, for each unit delivered, the contractor must provide a 4 hour structured training program for City trades technicians. No Change. 22. Question: Can you provide the exact number of training sessions and locations so we allocate funds needed to cover this expense? Answer: Refer to Section 6.9.9. Training sessions are in accordance with the hours described in section 6.9.9 and the location will be at the Department of Fleet and Facility Management facility. No Change. 6

23. Question: We did not see in the bid specs a country of origin statement. Are vehicles manufactured outside the United States but inside North America acceptable? Answer: The vehicles can be manufactured either within or outside the United States as long as the vehicles meet the required technical inspections. 24. Question: Damage or loss of equipment, what about hail, lightning and tornado, who is liable for these types of damages on a City owned truck while on our property? Page 73 6.10.3.7. Answer: Refer to Section 6.10.3.7. Contractor must assume full responsibility for damage to the City owned vehicles while they are in contractor s custody. No Change 25. Question: What is your normal course of action regarding vehicle inspections? Do you inspect just the chassis prior to upfit or once the vehicle is complete? Page 67, 6.9.1. Answer: Refer to Section 6.9.1. The inspection process can take place any time prior to each unit being completed. No Change 26. Question: The bid requests that all brake pins be sprayed with Never Seize prior to assembly. Would stainless steel pins be acceptable, as they will not rust or seize up? Page 76, 6.12.6. Answer: Refer to Section 6.12.6. All brake pins including stainless steel will require being sprayed with Never Seize. No Change. 27. Question: Can you explain exactly what makes up a City of Chicago type battery box? Page 76, 6.12.9 Answer: See Section 1, revision #8 of this addendum. 28. Question: Can a prime bidder submit more than one bid proposal? Answer: Yes. See Section 1.13. However, one bid should be identified as a Primary Bid. Any second bid should be identified as an Alternative Bid. 29. Question: If a prime bidder submits more than one bid proposal, should all bid proposals include MBE/WBE Compliance Plan, Insurance Certificate, etc.? Answer: Yes. See Section 1.13. However, any primary bid and any alternate bids stand alone and must be identified and substantiated as a separate proposal on its own merits. 30. Question: Can a bidder offer an optional quote on a component listed in the specification? For example: could a bidder offer two different snowplows in one bid proposal? If so, how would it be entered on the pricing page? Answer: No. Not on same proposal pricing page. See Section 1.13. See responses to Questions 28 and 29 above. 7

31. Question concerning specification item number 6.22. Bid Line #9: Fixed Angle Snow Plow: Question: Specification does not reflect the type of Fixed Angle Snow Plow currently in the fleet. Is it acceptable to bid / furnish snow plows configured as those currently in use by the City of Chicago? Answer: See Section 1, Revision #6, of this addendum. 32. Question concerning specification item number 6.23. Bid Line #10: Reversible Snow Plow: Question: Specification does not reflect the type of Reversible Snow Plow currently in the fleet. Is it acceptable to bid / furnish snow plows configured as those currently in use by the City of Chicago? Answer: See Section 1, Revision #7, of this addendum. 33. Question concerning specification item number 6.19.4. Torque Arm Question: The City of Chicago is not using a 3-hole chain grab plate as specified on their hitches. Is it acceptable to bid / furnish chain blocks that are currently in use by the City of Chicago? Answer: See Section 1, Revision #4, of this addendum. Questions concerning specification item number 6.19.5. Plow Lift Cylinder 34. Question: The City of Chicago is currently changing the specified 4 x 8 double acting lift cylinder to a 4 x 10 double acting lift cylinder. Is it acceptable to bid / furnish a 4 x 10 double acting lift cylinder? Answer: The plow lift cylinder must meet the specification described in section 6.19.5. A 4 x 10 exceeds the minimum and would be acceptable. No change. 35. Question: The specification asks for a hard chrome plated piston rod. Is it acceptable to bid / furnish a nitrided piston rod? Answer: See Section 1, Revision #5, of this addendum. 36. Question: Since these are not sleeper trucks, is the intended use for the in cab Airtronic heater to keep an occupant warm in the cab during times that the engine is shut off? Answer: Refer to Section 6.24, first paragraph. The Diesel Fired auxiliary Heater system is used to warm the cab, engine coolant, and hydraulic reservoir. No change. 8

37. Question: What is the thinking behind starting both heaters with a single button, as this means they will always operate at the same time and the hydronic heater is usually used for engine, coolant and hydraulic warming prior to the engine start up. While the Airtronic is typically used for occupant comfort inside the cabin. (Starting both heaters at the same time may exceed allowable amperage draw limits only during glow pin heating at startup.) Running the heaters at the same time is no problem as the hydronic will simply go on standby after the engine coolant reaches normal operating temperature with engine running. Answer: The City utilizes the heater systems for multiple situations that require both heaters to operate with a single button. No Change. 38. Question: Bid Line 6.12.4 14,000 lb front axle with 16,000lb suspension Is a 14,600 front axle with a 14,600 lb suspension acceptable? Answer: Refer to Section 6.12.4. A 14,600 front axle is acceptable but a 14,600 lb suspension is not, Suspension must have a total capacity at ground of 16,000 lbs minimum. No Change. 39. Question: Bid Line # 6.12.8 13 gallon DEF rank must be supplied. Peterbilt supplies an 11 gallon DEF tank. Is that acceptable? Answer: Yes, See Section 1 revision#2 of this addendum. 40. Question: Bid Line 6.12.9. Is the OEM Battery box standard cover with 2 rubber butterfly hold downs acceptable in lieu of the fold down style? Answer: See Section 1, revision #8 of this addendum. 41. Question: Bid Line 6.12.10 Front end hood and grill. Fluid check doors are unavailable on the Peterbilt chassis. Is it acceptable to tilt the hood over the plow hitch with our stationary grill to check fluid levels? This method allows the driver to visually inspect and see if there are any other leaks under the hood that would normally not be seen checking oil through a small access door. Answer: Please see section 6.12.10. Access should be provided for routine maintenance without the removal of the hood. A stationary front grill should be provided. A small access door is not listed in the specification. No change. 42. Question: Bid Line # 6.12.10 Front end and Grill. Will you allow front axle wheel shielding to be after market in lieu of engineered by truck chassis manufacturer? Answer: Refer to Section 6.12.10. Front axle wheel well shielding should be designed and engineered by the truck chassis manufacturer, but there is no requirement as to whether the shielding can or cannot be installed as an aftermarket item. No Change. 43. Question: 6.12.12 Transmission Selector. Will you consider a seat mounted push button shifter that can be relocated to the arm rest right next to the single electronic plow and dump controller making it easier for the driver? Answer: Yes, SeeSection 1, Revision #3 of this addendum. The shift lever control should be a touch pad with lighted position control indicator and should be mounted on the dash 9

or in another location easily accessible to the driver. Alternatively, a stalk (lever) type shift control mounted on the steering column is acceptable. Change. 44. Question: 6.12.17 painting. If we provide aluminum fuel tanks and battery boxes are you expecting those to be painted Sierra Tan? Answer: Refer to Section 6.12.7. The entire undercarriage, including frame rails, tanks, axles and all wheels must be sprayed with Sierra Tan. No Change. 45. Question: 6.12.18- Rustproof. With an aluminum cab are you still expecting the cabs to be rustproofed? Answer: Refer to Section 6.12.18. Yes, The Cab and Chassis must be rustproofed. No Change. 46. Question: Section 6.17. 3rd line item call for a 3/16 carbon steel conveyor floor, will you accept a 3/16 304 stainless steel floor? Answer: Refer to Section 6.17. No. Stainless steel does not meet the abrasion resistance requirement. No change. 47. Question: Section 6.17. 6 th line item call for an approximately 18 conveyor. We are 32. Is that acceptable and if not is that a 18 usable or 18 center to center on the pintle chain. Answer: Refer to Section 6.17. No. 32 is not acceptable. 18 usable and 18 center to center are both acceptable. No change. 48. Question: Section 6.17. 8 th item call for a 15 spreader apron, my body is built with a flush rear bolster so my spreader apron is recessed and only 34 wide x 8 deep, is that acceptable? Answer: Refer to Section 6.17. No. Design must meet the specification. 49. Question. Section 6.17.1. 1 st line call for approximately 17 spinner, We are 24. Is that acceptable? Answer: Refer to Section 6.17.1. No. Design must meet the specification. 50. Question: Section 6.17.1. 4 th line call for a top mounted motor, is a bottom mounted motor acceptable? Answer: Refer to Section 6.17.1. No. Bottom mounted motor is susceptible to accelerated corrosion. No change. 51. Question: Section 6.18. 1st line call for twin 75 gallon tanks. We use twin 160 gallon tanks. Is that acceptable? Answer: Refer to Section 6.18. Yes. 160 gallons exceeds the 75 gallon minimum requirements. No change. 10

52. Question: Section 6.23. 8th line calls for a 96 push frame. We are 132. Is that acceptable? Answer: Refer to Section 6.23. Yes. 132 exceeds the 96 minimum requirement. 53. Question: Section 6.19.5, Plow Lift Cyinder 12 th item calls for nitrated reversing cylinders, is chrome acceptable? Answer: Yes. See Section 1 Revision #5 of this addendum. We are changing the spec to allow for chrome or nitrided cylinders to both be acceptable. This Change now agrees with Sections 6.13.5 Body Hoist; Section 6.14.5 Body Hoist; and Section 6.18.4 Body Hoist. 11

NOVEMBER 15, 2017 ADDENDUM NO. 3 FOR 6 X 4 DIESEL POWERED CONVENTIONAL CAB/CHASSIS WITH DUMP BODIES, PREWET SYSTEMS, SNOW PLOW HITCHES, AND SNOW PLOWS Specification No. 178175 Required by: CITY OF CHICAGO Department of Fleet & Facility Management Consisting of Sections I through III including this Acknowledgment. III. ADDENDUM RECEIPT ACKNOWLEDGMENT I hereby acknowledge receipt of Addendum No. 3 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: Michael.smith@cityofchicago.org Attn: Michael L. Smith, Procurement Specialist 12