january 16, 2015 addendum no. 2 · department of procurement services bidder must acknowledge...

21
1 DEPARTMENT OF PROCUREMENT SERVICES CITY OF CHICAGO January 16, 2015 ADDENDUM NO. 2 FOR REFUSE TRUCKS: 4X2 TILT CAB CHASSIS WITH 16 CUBIC YARD REFUSE BODY (GROUP C) & 6X4 TILT CAB CHASSIS TRUCK WITH 20 CUBIC YARD REFUSE BODY (GROUP D) Specification No. 114608A 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 January 30, 2015 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 [email protected] Attn: Rony Mammoo, Procurement Specialist (312) 744-1238 The information contained in this Addendum No.2 is incorporated by reference into the original Specification issued on December 1, 2014. RAHM I. EMANUEL MAYOR JAMIE L. RHEE CHIEF PROCUREMENT OFFICER

Upload: others

Post on 27-Oct-2020

3 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: January 16, 2015 ADDENDUM NO. 2 · Department of Procurement Services Bidder must acknowledge receipt of this Addendum No. 2 on the Bid Execution Page and should complete and return

1

DEPARTMENT OF PROCUREMENT SERVICES – CITY OF CHICAGO

January 16, 2015

ADDENDUM NO. 2

FOR

REFUSE TRUCKS: 4X2 TILT CAB CHASSIS WITH 16 CUBIC YARD REFUSE BODY (GROUP C) & 6X4 TILT CAB CHASSIS TRUCK WITH 20 CUBIC YARD REFUSE

BODY (GROUP D)

Specification No. 114608A

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 January 30, 2015 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

[email protected] Attn: Rony Mammoo, Procurement Specialist

(312) 744-1238

The information contained in this Addendum No.2 is incorporated by reference into the original Specification issued on December 1, 2014.

RAHM I. EMANUEL MAYOR

JAMIE L. RHEE CHIEF PROCUREMENT OFFICER

Page 2: January 16, 2015 ADDENDUM NO. 2 · Department of Procurement Services Bidder must acknowledge receipt of this Addendum No. 2 on the Bid Execution Page and should complete and return

2

January 16, 2015

ADDENDUM NO. 2

FOR

REFUSE TRUCKS: 4X2 TILT CAB CHASSIS WITH 16 CUBIC YARD REFUSE BODY (GROUP C) & 6X4 TILT CAB CHASSIS TRUCK WITH 20 CUBIC YARD REFUSE BODY

(GROUP D)

SPECIFICATION NO. 114608A 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, January 30, 2015. 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 12) SUBMITTED WITH YOUR BID. FAILURE TO ACKNOWLEDGE MAY RESULT IN BID REJECTION.

Section I: Revisions to the Specification Revision # Description

1. Article 6, Scope of Work and Detailed Specifications, Section 6.18.1.1. entitled Overall Design, the second and third paragraphs are deleted in their entirety and replaced with the following: GVWR must be minimum 33,001 pounds. Wheelbase must be 163” maximum.

2. Article 6, Scope of Work and Detailed Specifications, Section 6.18.1.2. entitled Frame, the last paragraph is deleted in its entirety and replaced with the following: The Contractor must provide a sufficient single channel integral or bolt on front frame extended to permit installation of the pump drive assembly. The extension must in no way weaken the chassis frame. The extension must withstand the stresses of snow plowing.

3. Article 6, Scope of Work and Detailed Specifications, Section 6.18.1.3. entitled Engine, the second paragraph is deleted in its entirety and replaced with the following: SAE gross horsepower rating must be 285 HP minimum. Peak torque must be 750 lb.-ft.

Page 3: January 16, 2015 ADDENDUM NO. 2 · Department of Procurement Services Bidder must acknowledge receipt of this Addendum No. 2 on the Bid Execution Page and should complete and return

3

4. Article 6, Scope of Work and Detailed Specifications, Section 6.18.1.4. entitled Cooling System, the ninth paragraph is deleted in its entirety and replaced with the following: Coolant mixture must be capable of withstanding freezing in an ambient temperature of -30°F.

5. Article 6, Scope of Work and Detailed Specifications, Section 6.18.1.7.

entitled Electrical System, the tenth paragraph is deleted in its entirety and replaced with the following: A turn signal lever must be mounted to the steering column.

6. Article 6, Scope of Work and Detailed Specifications, Section 6.18.1.14. entitled Cab, the fifteenth paragraph is deleted in its entirety and replaced with the following: All metal cab steps, both sides; traction design, with serrated step edges for increased slip resistance.

7. Article 6, Scope of Work and Detailed Specifications, Section 6.18.1.15.

entitled Cab / Chassis Painting, the fourth paragraph is deleted in its entirety and replaced with the following:

The entire undercarriage, including frame rails, tanks, axles and all wheels (excluding finished aluminum components) must be sprayed with sufficient coats DuPont Imron #N3504HN (“Sierra Tan”) to produce a long lasting, quality finish.

8. Article 6, Scope of Work and Detailed Specifications, Section 6.19.24.

entitled Upgrades, Accessories, or Additional Items, the first paragraph is deleted in its entirety and replaced with the following: The Contractor must provide quotes on the Proposal Page for the following additional items. Bid Lines #22 to 27 describe upgrades to the base unit described in Bid Line #21 and will be selected IN ADDITION TO Bid Line #21 when needed. Pricing for Bid Line #22 to 27 are for upgrade pricing only and must not include the base unit price indicated on Bid Line #21.

9. Article 6, Scope of Work and Detailed Specifications, Section 6.20.1.1.

entitled Overall Design, the second paragraph is deleted in its entirety and replaced with the following: Wheelbase must be 154" maximum. Tandem axle center-to-center dimension must be approximately 54".

10. Article 6, Scope of Work and Detailed Specifications, Section 6.20.1.2.

entitled Frame, the last paragraph is deleted in its entirety and replaced with the following: The Contractor must provide a sufficient single channel integral or bolt on front frame extended to permit installation of the pump drive assembly.

Page 4: January 16, 2015 ADDENDUM NO. 2 · Department of Procurement Services Bidder must acknowledge receipt of this Addendum No. 2 on the Bid Execution Page and should complete and return

4

11. Article 6, Scope of Work and Detailed Specifications, Section 6.20.1.4. entitled Cooling System, the ninth paragraph is deleted in its entirety and replaced with the following: Coolant mixture must be capable of withstanding freezing in an ambient temperature of -30°F.

12. Article 6, Scope of Work and Detailed Specifications, Section 6.20.1.7. entitled Electrical System, the tenth paragraph is deleted in its entirety and replaced with the following: A turn signal lever must be mounted to the steering column.

13. Article 6, Scope of Work and Detailed Specifications, Section 6.20.1.10. entitled Brake System, the second paragraph is deleted in its entirety and replaced with the following: Minimum brake shoe size must be 16.5" x 5” front, 16.5" x 7" rear.

14. Article 6, Scope of Work and Detailed Specifications, Section 6.20.1.14. entitled Cab, the fifteenth paragraph is deleted in its entirety and replaced with the following:

All metal cab steps, both sides; traction design, with serrated step edges for increased slip resistance.

15. Article 6, Scope of Work and Detailed Specifications, Section 6.20.1.15.

entitled Cab / Chassis Painting, the fourth paragraph is deleted in its entirety and replaced with the following:

The entire undercarriage, including frame rails, tanks, axles and all wheels (excluding finished aluminum components) must be sprayed with sufficient coats DuPont Imron #N3504HN (“Sierra Tan”) to produce a long lasting, quality finish.

16. Article 6, Scope of Work and Detailed Specifications, Section 6.21.1.

entitled Body Design: General, the fourth paragraph is deleted in its entirety and replaced with the following:

The body hopper must have a minimum capacity of 3.5 cubic yards.

17. Article 6, Scope of Work and Detailed Specifications, Section 6.21.24. entitled Upgrades, Accessories, or Additional Items, the first paragraph is deleted in its entirety and replaced with the following:

The Contractor must provide quotes on the Proposal Page for the following additional items. Bid Lines #32 to 40 describe upgrades to the base unit described in Bid Line #31 and will be selected IN ADDITION TO Bid Line #31 when needed. Pricing for Bid Line #32 to 40 are for upgrade pricing only and must not include the base unit price indicated on Bid Line #31.

Page 5: January 16, 2015 ADDENDUM NO. 2 · Department of Procurement Services Bidder must acknowledge receipt of this Addendum No. 2 on the Bid Execution Page and should complete and return

5

SECTION II: Questions submitted for clarification of the Specification

1. Section 3.3.3.2 Page 31, “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 prevailing wage rates:

a. Is the prevailing wage rate (referenced in Section 6.8.2 Labor Rate

Adjustment) required? If so can you refer us to the rate as referenced in Section 3.3.3.2 Page 31?

Answer: This is not a fixed work of construction. As a result, the wage

rates described in 820 ILCS 130 et. seq. do not apply. b. Is there any requirement to assure the City of Chicago that a contractor has a

subcontractor with factory trained and certified (documented) and competent Mechanics as referenced in Section 5.4 and Section 5.9.8?

Answer: The Contractor must employ, or must have a subcontractor

that employs, certified factory trained personnel who are authorized to perform service and/or repair work on the specified equipment described herein.

c. Would this be required in bid submittal? Answer: It is a requirement that the Contractor must comply with

throughout the term of the contract. d. Can you define the distinction between Base Wage Rate and Minimum Wage

Rate as referenced in Section 3.3.3.2 Page 31 Answer: As stated in the Specification, for covered employees, the

Contractor must pay the higher of the wage rates. In this case, for covered employees, the minimum wage rate is currently $13.00 per hour. See Section 3.3.3.1.

e. The “Prevailing Wage” language that was in the previous specification

(114608), is not present in 114608A. Has something changed in relation to this in specification 114608A vs. specification 114608?

Answer: Bidders are required to submit bids responsive to this

specification.

2. Section 5.9.1 Page 56, Standards of Performance. “The Contract will perform or cause to be performed, all Work required of it under the terms and conditions of this Contract with that degree of skill care and diligence normally exercised by experienced Contractors performing work in projects of a scope and magnitude comparable to this project. The Contractor will use reasonable efforts to assure timely and satisfactory completion of the Work. The Contractor will at all times, act in the best interest of the City. The contractor will perform or cause to be performed, all Work in accordance with the terms and conditions of this Contract and to the reasonable satisfaction of the City.” (This Section is reiterated on page 70.)

Page 6: January 16, 2015 ADDENDUM NO. 2 · Department of Procurement Services Bidder must acknowledge receipt of this Addendum No. 2 on the Bid Execution Page and should complete and return

6

a. Since Section 5.9.1 is reiterated verbatim in Section 6.14.1 should we understand that the contractor being able to “perform or cause to be performed, all Work required of it under the terms and conditions of this Contract with that degree of skill care and diligence normally exercised by experienced Contractors performing work in projects of a scope and magnitude comparable to this project” is a very important consideration in this bid?

Answer: Yes

b. Do these sections also apply to sub-contractors?

Answer: Yes c. Does the prevailing rate reference apply to sub-contractors and how is it

enforced?

Answer: All contract terms apply to subcontractors d. Please explain how “b” works and is enforced throughout the term of the

contract. Answer: The Contractor and all subcontractors are responsible for compliance with all laws throughout the term of the contract.

e. Does prevailing wage apply to warranty work? Answer: The Contractor and all subcontractors are responsible for compliance with all laws throughout the term of the contract, including warranty work.

3. Section 1.20.1.3 Page 9, “The Chief Procurement Officer reserves the right to

reject any Bid that, in his or her sole discretion and authority, determines is materially unbalanced.”

a. Does Section 1.20.1.3 protect the City of Chicago from Prime bidders bidding

artificially low labor rates which could be applied to inflated hours? Answer: The Chief Procurement Officer reserves the right to reject any Bid that, in his or her sole discretion and authority, determines is materially unbalanced.

b. Are the estimated usage values in lines 38, 39, and 40 on page 146 based on a particular unit order quantity?

Answer: Estimated usage for lines 38, 39 & 40 are based on estimated quantities for equipment list in Group D.

c. Are the values for the 5 year term?

Answer: Quantities are based on 5 year estimates.

Page 7: January 16, 2015 ADDENDUM NO. 2 · Department of Procurement Services Bidder must acknowledge receipt of this Addendum No. 2 on the Bid Execution Page and should complete and return

7

4. Section 6.18, Page 73, Group “C”: Class 8 Single Rear Axle Refuse Trucks: a. Given the cited specification items, and given that in the pre-bid meeting this

unit was deemed to be a Class 8 truck, is this meant to be restrictive to Chassis that meet the GVWR? Answer: See Revisions to the Specification.

b. So if a chassis meets the axles, engine, and other specifications it would be considered compliant? Answer: See Revisions to the Specification.

5. Section 4.3, Page 52, States “Any Commodity not specifically listed herein may

be added to this contract if it falls within the same general category of items/services already specified in the contract”.

a. Can optional components be included/offered by the contractor in the original

bid submittal particularly since such components have been requested by the City of Chicago in the past? If so, where in the document should they be included and how should the operational pricing be indicated?

Answer: Bidders should bid lines set forth on the Proposal Pages.

6. Section 1.22.1, Page 10:

a. How is the City based Business (Chicago Business Preference) applied to

this contract?

Answer: The process is outlined in Section 1.22.1. entitled City-based Businesses (Chicago Business Preference)

7. Is the “Commissioner” in this case the Commissioner of Streets and Sanitation or the Commissioner of Department of General Services/Fleet Management?

Answer: No section number is referenced with this question.

8. Pertaining to Section 1.14:

a. If the contractor (bidder) is not an authorized dealer/distributor for major truck

components, i.e. chassis and body, is the contractor required to supply all

certifications of dealer/distributor for all major component sub-contractors?

Answer: The bidder’s compliance with these requirements will be

determined by the CPO, whose decision will be binding.

b. If the contractor (bidder) cannot supply these certifications is he considered

non-compliant?

Answer: The bidder’s compliance with these requirements will be

determined by the CPO, whose decision will be binding.

9. Per Section 1.20.2.1, will a bidder, or sub-contractor, who has “failed to perform

faithfully any previous contract with the City” be considered non-compliant with

this bid?

Page 8: January 16, 2015 ADDENDUM NO. 2 · Department of Procurement Services Bidder must acknowledge receipt of this Addendum No. 2 on the Bid Execution Page and should complete and return

8

Answer: The bidder’s compliance with these requirements will be

determined by the CPO, whose decision will be binding.

10. Do the requirements of Sections 3.3.8.5 through 3.3.8.10 (environmental) apply

to sub-contractors as regard compliance with this bid?

Answer: Yes

11. Does Section 3.5, Item J. include coverage of the environmental requirements of

Section 3.3.8?

Answer: Yes. See also Section 3.3.8 entitled Compliance with Environmental Laws and Related Matters.

12. Per Section 3.3.3.1, Minimum Wage (Executive Order):

a. Does the contractor and all sub-contractors have to meet the City of Chicago

minimum wage order?

Answer: Yes

b. How will this be monitored and/or enforced on Contractors or Sub

Contractors?

Answer: See also Minimum Wage Regulations which may be found at: http://www.cityofchicago.org/content/dam/city/depts/dps/RulesRegulations/MinimumWageRegulations12052014.pdf

13. If a contractor uses sub-contractors to provide service work on this contract are

the sub-contractors required to pay the prevailing wage rate?

Answer: See response provided for question number 12.

14. Section 5.3 Page 55, Shop Facilities within 40 miles of North and Throop facility:

This is preferential to out of town dealers who do not pay the head tax and do not meet the “Prevailing Wage Act”.

Answer: Question was not specified.

15. 6.18.14 Cab: The using department in this bid document, Streets and Sanitation,

has stated a need for a three-man cab capacity in the 16 Cubic Yard category.

We are requesting that the specification of a three-man cab be made as an item

that “must be available and demonstrated as meeting the end users need before

award”?

Answer: Request Denied.

16. Section 6.18.1.3 in the 16 Cubic Yard category specifies gross horsepower rating

of 345 HP minimum. Please be advised the last City of Chicago 16 Cu. Yd.

acquisition was 285 HP Cummins ISC. We are requesting the engine in this

section be changed to 300 HP as opposed to the 345 HP required in the 20 Cu.

Page 9: January 16, 2015 ADDENDUM NO. 2 · Department of Procurement Services Bidder must acknowledge receipt of this Addendum No. 2 on the Bid Execution Page and should complete and return

9

Yd. section. This request will exceed the HP requirement of your last acquisition

and afford better fuel economy than a 345 HP rating. Please advise yes or no in

your response.

Answer: See Revisions to the Specification.

17. Section 6.18.1.14, Page 77 and Section 6.20.1.14, Page 92 states “cab must be standard entry, left-hand driven tilt configuration. Cab width (excluding mirrors) must not exceed 96". Fender extensions beyond the 96" cab width must be constructed from flexible material. Cab, excluding doors, must be of all-metal construction, with metal used in all exterior panels.

a. Considering the cited sections 4.4.1, 6.10.4, 6.10.5, 6.10.6, 6.10.7, 6.18.1.14,

and 6.20.1.14, will any retrofit of cabs in either or both Bid Line categories of 16 Cu. Yd. or 20 Cu. Yd. be accepted?

Answer: Yes, if they are certified by the chassis manufacturer.

b. Please explain in detail what “all metal cab means” and what is considered in

this evaluation process?

Answer: All metal cabs means the cab is made of metal. c. Will non-metal components, used in the construction be considered as an

integral part of the cab?

Answer: A metal component backed or covered by a non-metal liner is acceptable.

d. Will non-metal roof components be acceptable in the construction of the “all

metal cab”?

Answer: A metal roof backed or covered by a non-metal liner is acceptable.

e. Can the cab be retrofitted with an aftermarket metal piece to meet the “metal

used in all exterior panels” portion of the spec or does it need to be part of the regular production of the cab?

Answer: A metal roof backed or covered by a non-metal liner is acceptable. The metal roof can be installed as part of a secondary process if that process is certified by the chassis manufacturer.

Reference for Section 6.18.14 Page 77, Cab Construction, Refuse service is considered “Severe Duty” because of the sequence of accelerating and then stopping a heavily loaded vehicle within a short distance. It is easy to see why this is extremely hard on the drivetrain and brakes. But the torque of the engine also creates a tremendous amount of stress on the frame, body and cab. Every start and stop cycle creates a twisting motion along the center of the truck that loads these components during acceleration and allows them to relax during braking. These loads, combined with forces generated by “bouncing” over uneven pavement, put stresses on the refuse cab that are not duplicated in other applications. One example is the alley to alley movement of City trucks that go over crowned streets, another is the adding of a snow plow hitch and plow. The key to a cab’s structural integrity is a robust connection between the roof

Page 10: January 16, 2015 ADDENDUM NO. 2 · Department of Procurement Services Bidder must acknowledge receipt of this Addendum No. 2 on the Bid Execution Page and should complete and return

10

structure and the lower section of the cab. If the roof flexes too much the window seals will fail leading to water leaks. Not only will water intrusion create operator discomfort it will eventually lead to failures of electrical components in the cab. Continued and uncontrolled flexing will lead to structural failures of the roof structure. A structural failure will result in significant cost and downtime. An undetected structural failure puts the occupants at risk in the case of an accident. The best cab structures use similar materials welded or formed in sections that create a rigid frame. A skin of steel or aluminum is welded (highest strength) or riveted to the frame. For refuse applications the roof must be an integral part of the structure. In those cases where the cab is modified to accommodate a “stand up” driving position the roof structure must not be compromised. The “Best in Class” refuse chassis manufacturers invest extensively in laboratory and track testing to ensure that the cab will last 20 years in the application. The practice of removing the roof and replacing it with a fabricated one is common in the car hauler and custom van industries. Car Haulers generally have a service life of between 5 and 7 years, whereas the City generally runs Refuse Trucks for 15 years. The typical solution in car hauler up-fitting of an aftermarket roof is to create a frame from wood or steel and fabricate a skin from fiberglass. These applications are not considered “Severe Duty” and consist primarily of travel on interstates or improved secondary roads. None of the modification companies perform any life testing but instead rely on field experience to address flaws with the design. When evaluating a potential supplier to modify or replace a roof structure the customer should inspect similar vehicles that are 5 to 7 years old that have been used in the same application. For Severe Duty applications the buyer should never accept a prototype or first year production design. Sources contacted within the industry stated that they are not aware of any company that uses aluminum structure or sheet in its construction. Any “one-off” design should be avoided for use in refuse service. Besides concerns of reliability the customer must be aware of the potential safety concerns of changing a cab structure. Class 8 vehicles are not required to test for rollover protection so the third party performing the modification is not under any obligation to verify the occupant’s safety in the event of an accident involving the roof. Car carriers have a steel frame surrounding the cab that is strong enough to hold the weight of two or three cars. This serves as protection in the event of an accident. Rear loading refuse trucks have no additional structure over the roof. The advantage of a metal roof is illustrated by the following pictures. This damage was caused by a tree limb that fell on the vehicle. In this case the structural damage was minor yet the cab roof was penetrated. Fortunately there were no occupants and subsequently no injury. But the water damage to the interior was significant. A metal roof would have been dented but not perforated in this case.

Page 11: January 16, 2015 ADDENDUM NO. 2 · Department of Procurement Services Bidder must acknowledge receipt of this Addendum No. 2 on the Bid Execution Page and should complete and return

11

18. Section 6.19.20 Pump and Pump Controls, The Industry Standard and best

practice in the refuse field has moved to the transmission mounted Pump/PTO

unit. This is due to serviceability, reliability and better fuel economy.

Furthermore a hot shift PTO is safer environmentally because the pump is not

always engaged, so in the case of a hose failure you will not be passing oil

through the pump into the alley.

This is beyond equal to, but in the Specifications it uses the word must, so we are requesting that this be added as an “OR” to the specification with the language below added: “Hotshift pump/PTO driven off of the transmission is also compliant”.

Page 12: January 16, 2015 ADDENDUM NO. 2 · Department of Procurement Services Bidder must acknowledge receipt of this Addendum No. 2 on the Bid Execution Page and should complete and return

12

Answer: Request Denied

19. Section 6.20.1.2 Page 88, Frame, RBM (Resistance to Bending Moment) must

be a minimum of 2 Million:

We request the frame rails be moved up to a minimum of 3.2 million. Since 1982

the City of Chicago has purchased nothing but 3.2 million RBM frames on all of

their standard 20 yard refuse trucks without a single frame failure. Reducing the

minimum RBM rating from 3.2 million to 2.0 million is extremely risky unless

accompanied by rigorous durability testing to simulate a 15 year life cycle. In

refuse applications frame failures are typically due to cyclical loading that leads

to fatigue. Reducing the RBM rating, either by reducing the section modulus of

the frame or the yield strength of the material, can result in operational loads

exceeding the endurance limit of the frame. When operating above the

endurance limit the reduction in life is a function of the “6th power” of the

increase in stress. In laymen’s terms, a frame designed for 300,000 mile life can

fail in as short as 5,000 miles when loading exceeds the endurance limit of the

frame. Refuse is considered “Severe Duty” because of the sequence of

accelerating and then stopping a heavily loaded vehicle within a short distance.

Adding the “Chicago Plow Frame” and “Chicago Plow” adds significant loading to

the frame. A significant reduction in RBM will likely lower the endurance limit of

the frame to the point where the City will experience premature and catastrophic

frame failure. That no frame failures have been experience in the past 20 years

is testament to keeping the current rating.

Frame rail thickness and strength is not captive to any one manufacturer.

Upgrading is not proprietary. Due to the fact that the term of this contract is up to

eight years, it would be a significant risk by the City to purchase such an

undersized frame as the one specified. The cost of the additional steel is a small

price to pay for the highly increased durability and longer life of the chassis.

Answer: Request Denied

20. Section 6.20.1.2 Page 88: See Question #18. Item 6.18.1.14

Answer: Request Denied

21. Proposal Pages 145 & 146, lines 25, 26, 38, & 39.

These lines require a total of 48,400 man hours to be quoted and used as an element of the “Total Group Estimated Price”. We are requesting these be stricken for the following reasons: a. The city has never subcontracted out 1/10 that many hours on Refuse

Trucks.

b. An hourly rate does not speak to quality of service. A good shop could do the

work in 2 hours that a bad shop would take 4.

c. There are very few established book rates within this industry, so a vendor

could offer a low rate, and inflate hours on an estimate.

Page 13: January 16, 2015 ADDENDUM NO. 2 · Department of Procurement Services Bidder must acknowledge receipt of this Addendum No. 2 on the Bid Execution Page and should complete and return

13

d. Out of town and nonunion shops that are not paying the Prevailing Wage

have a huge advantage over an in town, union shop, paying the prevailing

wage. This is prejudicial to the latter, and advantageous to the former.

e. How can a contractor on this bid, hold subcontractors to this wage?

f. By industry standards this tabulates to a routine minimum of roughly 6

mechanics and 9 available bays dedicated at all times to meet the minimum

requirement as stated.

Answer: Request Denied

22. 6.21.1. Body Design: General:

The body must have a net capacity of 20 cubic yards, not including the hopper volume or unusable space within the body.

The body must be capable of loading and compacting bulk items, e.g. refrigerators, stoves, furniture, lumber and plumbing fixtures, without significant damage to the hopper, packer blade, body, ejector blade, tail gate or other body components or mechanisms.

All operations of the body, including load ejection, must be hydraulically powered. The body hopper must have a minimum capacity of 3.6 cubic yards

Our body hopper is 3.5.

Please let me know if this can be changed to 3.5 cubic yards.

Answer: See Revisions to the Specification.

23. 6.20.1. Bid Line #31: 6 x 4 Tilt Cab / Chassis Truck with 20 Cubic Yard Refuse

Body: 6.20.1.1. Overall Design:

Vehicle overall design must meet the following criteria: GVWR must be minimum 53,200 pounds. Wheelbase must be 150" maximum. Tandem axle center-to-center dimension must be approximately 54".

The required Wheel Base for our 20 yard Rear Loader is 154"

Can the Wheel Base be changed? Answer: See Revisions to the Specification.

24. 6.18.1.1. Overall Design

Vehicle overall design must meet the following criteria: GVWR must be minimum 33,000 pounds. Wheelbase must be 150" maximum For a single axle Rear Loader our WB requirement is 163" Can the Wheel base requirement be changed?

Page 14: January 16, 2015 ADDENDUM NO. 2 · Department of Procurement Services Bidder must acknowledge receipt of this Addendum No. 2 on the Bid Execution Page and should complete and return

14

Answer: See Revisions to the Specification. 25. Vendor has suggested the following paragraph in Section 6.18.1.2 to be revised

and read as follows: “Extra heavy duty steel tow hooks must be mounted to the

chassis (front and rear) in accessible locations.” (Remove vendor specific)

Answer: Per Section 1.13, entitled Trade Names and Substitutions, no

change required.

26. Vendor has suggested the following paragraph in Section 6.18.1.2 to be revised

and read as follows: “Contractor must provide a sufficient single channel integral

or bolt on front frame extension to permit pump drive assembly. The extension

must in no way weaken the chassis frame. The extension must withstand the

stresses of snow plowing.”

Answer: See Revisions to the Specification.

27. Vendor has suggested the following paragraph in Section 6.18.1.3 to be revised

and read as follows: “Engine must be protected by a Shut Down device, with

Automatic Override. The device must be activated by high coolant temperature

and low oil pressure. Protection to include a Low Coolant Level Sensor.”

Answer: Additional Feature not required by City, no change required.

28. Vendor has suggested the following paragraph in Section 6.18.1.4 to be revised

and read as follows:” Coolant mixture must be capable of withstanding freezing in

an ambient temperature of -30.”

Answer: See Revisions to the Specification.

29. Vendor has suggested the following paragraph in Section 6.18.1.6 to be revised

and read as follows:” Fuel-Water Separator or Spin-on Filter must electronically

heated.”

Answer: Department of Fleet & Facility Management (2FM) prefers the

priming button, no change required.

30. Vendor has suggested the following paragraph in Section 6.18.1.7 to be revised

and read as follows:” Four 12-volt batteries, minimum combined capacity of

2,800 CCA, must be installed in accessible location. Batteries must be enclosed

in battery box with removable cover. A Cole-Hersee jump start terminal must be

mounted to (Remove-"the side of") battery box, in an accessible location. A

battery master shut off switch must be installed outside of battery box for

emergency shutdown. Switch location must be approved by Department of Fleet

and Facility Management prior to installation.”

Answer: Department of Fleet & Facility Management (2FM) prefers 900 CCA

batteries and the box, no change required.

31. Vendor has suggested the following sentence in Section 6.18.1.7 to be revised

and read as follows:” Circuit breakers must be used where available.”

Answer: Department of Fleet & Facility Management (2FM) prefers the

circuit breakers, no change required.

32. Vendor has suggested the following sentence in Section 6.18.1.7 to be revised

and read as follows:” Headlamps to meet Federal Highway Standards.”

Page 15: January 16, 2015 ADDENDUM NO. 2 · Department of Procurement Services Bidder must acknowledge receipt of this Addendum No. 2 on the Bid Execution Page and should complete and return

15

Answer: 4 lights exceed 2, no change required.

33. Vendor has suggested the following sentence in Section 6.18.1.7 to be revised

and read as follows:” Turn signals mounted on steering column and safety

flashers on steering column or separate switch on dashboard.”

Answer: See Revisions to the Specification.

34. Vendor has suggested the following sentence in Section 6.18.1.7 to be revised

and read as follows:” A dedicated key activated electrical lead must be provided

in the chassis electrical panel to power and protect a city installed 2-way radio.

Circuit capacity must be minimum 10A. Wiring must be routed to cab.”

Answer: Department of Fleet & Facility Management (2FM) prefers the 20A

circuit, no change required.

35. Vendor has suggested the following sentence in Section 6.18.1.10 to be revised

and read as follows:” System must be equipped with Bendix ADIP or AD-IS EP.”

Answer: Per Section 1.13 entitled Trade Names, no change required.

36. Vendor has suggested the following sentence in Section 6.18.1.10 to be revised

and read as follows:” A Bendix automatic heated air tank bleeder valve must also

be installed, if required.”

Answer: Department of Fleet & Facility Management (2FM) prefers the bleeder valve, no change required.

37. Vendor has suggested the following sentence in Section 6.18.1.10 to be revised

and read as follows:” All brake pins must be lubricated, prior to assembly, to

minimize seizure.”

Answer: Department of Fleet & Facility Management (2FM) prefers “Never Seize”, no change required.

38. Vendor has suggested the following sentence in Section 6.18.1.10 to be revised

and read as follows:” A glad hand or Schroeder air inflator valve must be

provided to facilitate recharging.”

Answer: Department of Fleet & Facility Management (2FM) prefers the glad hand, no change required.

39. Vendor has suggested the following sentence in Section 6.18.1.11 to be revised

and read as follows:” The front axle must be equipped with Stemco or Chicago

Rawhide oil hubs.”

Answer: Per Section 1.13, entitled Trade Names, no change required.

40. Vendor has suggested the following sentence in Section 6.18.1.14 to be revised

and read as follows:” Cab, excluding doors, must be of all-metal construction,

with metal used in all exterior panels or cab construction must meet ECE

Regulation 29 and All Federal Motor Vehicle Safety Standards.”

Answer: Department of Fleet & Facility Management (2FM) prefers all Metal Cab, no change required.

41. Vendor has suggested the following sentence in Section 6.18.1.14 to be revised

and read as follows:” Fuel gauge, voltmeter, electronic speedometer and

Page 16: January 16, 2015 ADDENDUM NO. 2 · Department of Procurement Services Bidder must acknowledge receipt of this Addendum No. 2 on the Bid Execution Page and should complete and return

16

tachometer, water temperature gauge or warning light with audible alarm, oil

pressure gauge, hour meter, transmission temperature gauge and air pressure

gauges. Indicator lights alone are not acceptable.”

Answer: Department of Fleet & Facility Management (2FM) prefers gauges, no change required.

42. Vendor has suggested the following sentence in Section 6.18.1.14 to be

removed: “Separate hour meter for engine must be installed”.

Answer: Department of Fleet & Facility Management (2FM) prefers the engine hour meter, no change required.

43. Vendor has suggested the following sentence in Section 6.18.1.14 to be revised

and read as follows: ”Seat upholstery must be Cordura or other fabric material”.

Answer: Per Section 1.13, entitled Trade Names, no change required.

44. Vendor has suggested the following sentence in Section 6.18.1.14 to be revised

and read as follows: “Keys must also match existing vehicles provided the key

code is available from the manufacturer”.

Answer: Department of Fleet & Facility Management (2FM) prefers the trucks keyed alike, no change required.

45. Vendor has suggested the following sentence in Section 6.18.1.14 to be revised

and read as follows: “Outside rear view mirror-West Coast or heated and

motorized hinge mounted mirrors with integral convex mirror”.

Answer: Per Section 1.13, entitled Trade Names, no change required.

46. Vendor has suggested the following sentence in Section 6.18.1.14 to be revised

and read as follows: “9x6 Convex Mirror Part 1E6X9SS or heated and motorized

hinge mounted mirrors with integral convex mirror’.

Answer: Per Section 1.13, entitled Trade Names, no change required.

47. Vendor has suggested the following sentence in Section 6.18.1.14 to be revised

and read as follows: “All metal cab steps”.

Answer: See Revisions to the Specification.

48. Vendor has suggested the following sentence in Section 6.18.1.14 to be revised

and read as follows: “Minimum 16" Steering Wheel”.

Answer: No change, spec calls for 18” max diameter.

49. Vendor has suggested the following paragraph in Section 6.18.1.15 to be revised

and read as follows: “The entire undercarriage including frame rails, tanks, axles

and all wheels must be sprayed with sufficient coats Dupont Emron #N3504HN

"Sierra Tan" to produce a long lasting, quality finish. Excluding aluminum

finished components.”

Answer: See Revisions to the Specification.

50. Vendor has suggested the following paragraph in Section 6.20.1.2 to be revised

and read as follows: “Extra heavy duty steel tow hooks must be mounted to the

chassis (front and rear) in accessible locations.” (Remove vendor specific)

Page 17: January 16, 2015 ADDENDUM NO. 2 · Department of Procurement Services Bidder must acknowledge receipt of this Addendum No. 2 on the Bid Execution Page and should complete and return

17

Answer: Per Section 1.13, entitled Trade Names, no change required.

51. Vendor has suggested the following sentence in Section 6.20.1.2 to be revised

and read as follows: “Contractor must provide a sufficient single channel integral

or bolt on front frame extension to permit pump drive assembly. The extension

must in no way weaken the chassis frame. The extension must withstand the

stresses of snow plowing.”

Answer: See Revisions to the Specification. 52. Vendor has suggested the following paragraph in Section 6.20.1.3 to be revised

and read as follows: “Engine must be protected by a Shut Down device, with

Automatic Override. The device must be activated by high coolant temperature

and low oil pressure. Protection to include a Low Coolant Level Sensor.”

Answer: Additional feature not required by the City, no change required.

53. Vendor has suggested the following sentence in Section 6.20.1.4 to be revised

and read as follows: “Coolant withstand ambient temp of a min. -30 degrees”.

Answer: See Revisions to the Specification.

54. Vendor has suggested the following sentence in Section 6.20.1.6 to be revised

and read as follows: “Fuel-Water Separator or Spin-on Filter must electronically

heated.”

Answer: Department of Fleet & Facility Management (2FM) prefers the priming button, no change required.

55. Vendor has suggested the following paragraph in Section 6.20.1.7 to be revised

and read as follows: “Four 12-volt batteries, minimum combined capacity of

2,800 CCA, must be installed in accessible location. Batteries must be enclosed

in battery box with removable cover. A Cole-Hersee jump start terminal must be

mounted to (Remove-"the side of") battery box, in an accessible location. A

battery master shut off switch must be installed outside of battery box for

emergency shutdown. Switch location must be approved by Department of Fleet

and Facility Management prior to installation.”

Answer: Department of Fleet & Facility Management (2FM) prefers 900 CCA batteries and the battery box, no change required.

56. Vendor has suggested the following sentence in Section 6.20.1.7 to be revised

and read as follows: “Circuit breakers must be used where available.”

Answer: Department of Fleet & Facility Management (2FM) prefers the

circuit breakers, no change required.

57. Vendor has suggested the following sentence in Section 6.20.1.7 to be revised

and read as follows: “Headlamps to meet Federal Highway Standards”.

Answer: 4 lights exceed 2, no change required.

58. Vendor has suggested the following sentence in Section 6.20.1.7 to be revised

and read as follows: “Turn signals mounted on steering column and safety

flashers on steering column or separate switch on dashboard.”

Answer: See Revisions to the Specification.

Page 18: January 16, 2015 ADDENDUM NO. 2 · Department of Procurement Services Bidder must acknowledge receipt of this Addendum No. 2 on the Bid Execution Page and should complete and return

18

59. Vendor has suggested the following sentence in Section 6.20.1.8 to be revised

and read as follows: “A dedicated key activated electrical lead must be provided

in the chassis electrical panel to power and protect a city installed 2-way radio.

Circuit capacity must be minimum 10A. Wiring must be routed to cab.”

Answer: Department of Fleet & Facility Management (2FM) prefers the 20A

circuit, no change required.

60. Vendor has suggested the following sentence in Section 6.20.1.10 to be revised

and read as follows: “Brake shoes must be Q-PLUS series or equivalent.

Minimum brake shoe size must be 16.5"x 5" front, 16.5" x 7" rear or disc brakes.”

Answer: See Revisions to the Specification.

61. Vendor has suggested the following sentence in Section 6.20.1.10 to be revised

and read as follows: “System must be equipped with Bendix ADIP or AD-IS EP”.

Answer: Per Section 1.13, entitled Trade Names, no change required.

62. Vendor has suggested the following sentence in Section 6.20.1.10 to be revised

and read as follows: “A Bendix automatic heated air tank bleeder valve must also

be installed, if required.”

Answer: Department of Fleet & Facility Management (2FM) prefers the bleeder valve, no change required.

63. Vendor has suggested the following sentence in Section 6.20.1.10 to be revised

and read as follows: “All brake pins must be lubricated, prior to assembly, to

minimize seizure.”

Answer: Department of Fleet & Facility Management (2FM) prefers “Never Seize”, no change required.

64. Vendor has suggested the following sentence in Section 6.20.1.10 to be revised

and read as follows: “A glad hand or Schroeder air inflator valve must be

provided to facilitate recharging”.

Answer: Department of Fleet & Facility Management (2FM) prefers the glad hand, no change required.

65. Vendor has suggested the following sentence in Section 6.20.1.11 to be revised

and read as follows: “Front axle must be 14,600# minimum capacity”.

Answer: See Revisions to the Specification.

66. Vendor has suggested the following sentence in Section 6.20.1.11 to be revised

and read as follows: “The front axle must be equipped with Stemco or Chicago

Rawhide oil hubs.”

Answer: Per Section 1.13, entitled Trade Names, no change required.

67. Vendor has suggested the following sentence in Section 6.20.1.11 to be revised

and read as follows: “Tandem rear axle (Meritor or Dana Spicer) must be 40,000

lbs. minimum rated capacity.”

Answer: Per Section 1.13, entitled Trade Names, no change required.

Page 19: January 16, 2015 ADDENDUM NO. 2 · Department of Procurement Services Bidder must acknowledge receipt of this Addendum No. 2 on the Bid Execution Page and should complete and return

19

68. Vendor has suggested the following sentence in Section 6.20.1.12 to be revised

and read as follows: “Power steering must be 14,600 minimum capacity with 45

degree minimum wheel cut.”

Answer: See Revisions to the Specification.

69. Vendor has suggested the following sentence in Section 6.20.1.12 to be revised

and read as follows: “Front springs must be 16,000# minimum weight capacity.

Double acting heavy duty shock absorbers of adequate capacity must also be

installed.”

Answer: See Revisions to the Specification.

70. Vendor has suggested the following sentence in Section 6.20.1.14 to be revised

and read as follows: “Cab, excluding doors, must be of all-metal construction,

with metal used in all exterior panels or cab construction must meet ECE

Regulation 29 and All Federal Motor Vehicle Safety Standards.”

Answer: Department of Fleet & Facility Management (2FM) prefers all metal cab, no change required.

71. Vendor has suggested the following sentence in Section 6.20.1.14 to be revised

and read as follows: “Fuel gauge, voltmeter, electronic speedometer and

tachometer, water temperature gauge or warning light with audible alarm, oil

pressure gauge, hour meter, transmission temperature gauge and air pressure

gauges. Indicator lights alone are not acceptable.”

Answer: Department of Fleet & Facility Management (2FM) prefers gauges, no change required.

72. Vendor has suggested the following sentence in Section 6.20.1.14 to be

removed: “Separate hour meter for engine must be installed”.

Answer: Department of Fleet & Facility Management (2FM) prefers the engine hour meter, no change required.

73. Vendor has suggested the following sentence in Section 6.20.1.14 to be revised

and read as follows: “Seat upholstery must be Cordura or other fabric material”.

Answer: Per Section 1.13, entitled Trade Names, no change required. 74. Vendor has suggested the following sentence in Section 6.20.1.14 to be revised

and read as follows: “Keys must also match existing vehicles provided the key

code is available from the manufacturer”.

Answer: Department of Fleet & Facility Management (2FM) prefers the trucks keyed alike, no change required.

75. Vendor has suggested the following sentence in Section 6.20.1.14 to be revised

and read as follows: “Outside rear view mirror-West Coast or heated and

motorized hinge mounted mirrors with integral convex mirror”.

Answer: Per Section 1.13, entitled Trade Names, no change required.

76. Vendor has suggested the following sentence in Section 6.20.1.14 to be revised

and read as follows: “9x6 Convex Mirror Part 1E6X9SS or heated and motorized

hinge mounted mirrors with integral convex mirror”.

Page 20: January 16, 2015 ADDENDUM NO. 2 · Department of Procurement Services Bidder must acknowledge receipt of this Addendum No. 2 on the Bid Execution Page and should complete and return

20

Answer: Per Section 1.13, entitled Trade Names, no change required.

77. Vendor has suggested the following sentence in Section 6.20.1.14 to be revised

and read as follows: “All metal cab steps”.

Answer: See Revisions to the Specification.

78. Vendor has suggested the following sentence in Section 6.20.1.14 to be revised

and read as follows: “Minimum 16" Steering Wheel”.

Answer: No change, spec calls for 18” max diameter.

79. Vendor has suggested the following sentence in Section 6.20.1.15 to be revised

and read as follows: “The entire undercarriage including frame rails, tanks, axles

and all wheels must be sprayed with sufficient coats Dupont Emron #N3504HN

"Sierra Tan" to produce a long lasting, quality finish. Excluding aluminum

finished components”.

Answer: See Revisions to the Specification.

CITY OF CHICAGO - DEPARTMENT OF PROCUREMENT SERVICES JAMIE L. RHEE

Page 21: January 16, 2015 ADDENDUM NO. 2 · Department of Procurement Services Bidder must acknowledge receipt of this Addendum No. 2 on the Bid Execution Page and should complete and return

21

DEPARTMENT OF PROCUREMENT SERVICES – CITY OF CHICAGO

January 16, 2015

Addendum No. 2

to

BID FOR

REFUSE TRUCKS: 4X2 TILT CAB CHASSIS WITH 16 CUBIC YARD REFUSE BODY (GROUP C) & 6X4 TILT CAB CHASSIS TRUCK WITH 20 CUBIC YARD REFUSE

BODY (GROUP D)

SPECIFICATION NO. 114608A

Required by:

CITY OF CHICAGO Department of Fleet & Facility Management

Consisting of Sections I thru III including this Acknowledgment.

III. ADDENDUM RECEIPT ACKNOWLEDGMENT I hereby acknowledge receipt of Addendum No. 2 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: [email protected]

Attn: Rony Mammoo, Procurement Specialist