September 14, 2016 ADDENDUM NO. 1 SPECIFICATION NO FOR REPAIR SERVICES FOR VEHICLE IMMOBILITY DEVICES ( BOOTS )

Similar documents
SCHEDULE D-1 Compliance Plan Regarding MBE/WBE Utilization Affidavit of Prime Contractor

OCTOBER 1, 2015 ADDENDUM NO. 1 FOR REQUEST FOR QUALIFICATIONS ( RFQ ) FOR DESIGN CONSULTING SERVICES (TARGET MARKET) SPECIFICATION NO.

Proposals must be received in the Office of the City Manager no later than 2:00 p.m. on March 21, 2018.

Welcome to the City of Chicago. Department of Procurement Services

SCHEDULE D-3 Affidavit of Prime Contractor Task Order Services Contracts MBE/WBE Compliance Plan

REQUEST FOR PROPOSAL CNC Lathe Machine INSTRUCTIONS TO BIDDERS

Exhibit B - Office of Civil Rights - Good Faith Efforts Consolidated Form (Includes Parts A-I)

STATE FUNDS AND FISCAL COMPLIANCE POLICIES

Office of Business and Financial Services Procurement and Contracts Division Section SUBJECT: PROCUREMENT OF CONSTRUCTION SERVICES

Small Business Enterprise Program Participation Plan

Agency of Record for Marketing and Advertising

Fort Bend Independent School District. Small Business Enterprise Program Procedures

Request for Qualifications and Proposals (RFQ/P) #564. for. Program and Construction Management Services

REQUEST FOR SEALED PROPOSAL. ADVERTISEMENT for STREET CONSTRUCTION SERVICES. RFP STREET WIDENING and TRAFFIC SIGNAL INSTALLATION

Request for Qualifications Construction Manager

SOLANO COMMUNITY COLLEGE DISTRICT GOVERNING BOARD AGENDA ITEM REVISIONS TO MEASURE Q SMALL, LOCAL, AND DIVERSE BUSINESS PROGRAM PILOT PROGRAM

NOTICE OF PRE-QUALIFICATION OF CONTRACTORS FOR THE INSTALLATION, REPLACEMENT AND/OR RELOCATION OF STORMWATER CULVERTS, PIPES AND APPURTENANCES

TERREBONNE PARISH REQUEST FOR QUALIFICATIONS FOR ENGINEERING SERVICES. Generator Sizing and Installation

PLANNING AND DEVELOPMENT SERVICES DEPARTMENT HOUSING AND COMMUNITY DEVELOPMENT DIVISION

Massachusetts Bay Transportation Authority. POLICIES & PROCEDURES Design Build Procurement Procedures April 2016

Procurement Policies. and. Procedures. Manual

CITY OF HONDO ENGINEERING REQUEST FOR QUALIFICATIONS

201 North Forest Avenue Independence, Missouri (816) [September 25, 2017] REQUEST FOR PROPOSAL GRADUATION CAPS AND GOWNS

Proposals due May 18 th, 2018 at 4:30 PM. Indicate on the Sealed Envelope Do Not Open with Regular Mail.

City of Gainesville State of Georgia

COAST COMMUNITY COLLEGE DISTRICT REQUEST FOR PROPOSALS #2075. For. Student Refund and Financial Aid Disbursement Payments

ENABLING CONSTRUCTION PROJECTS FOR THE SOUTH TERMINAL REDEVELOPMENT PROGRAM CONSTRUCTION MANAGEMENT/GENERAL CONTRACTOR (CM/GC) CONTRACT NO.

Instructions Regarding the Invitation for Bid and Contract Process For the National School Lunch and School Breakfast Programs Vended Meal Services

Dated: 8/29/17. IFB No. B For Purchase & Installation of Manufactured Home

Note to all City Departments

REQUEST FOR QUOTATION For CISCO Catalyst Network Equipment

REQUEST FOR QUOTATION For Quantum Tape Backup And Disk Backup System

REQUEST FOR PROPOSAL (RFP) NO

FOR PROFESSIONAL DESIGN SERVICES

ADDENDUM No. 1 REQUEST FOR PROPOSALS: AGENCY OF RECORD FOR MARKETING & ADVERTISING. DATE: September 3, 2015

UNION COUNTY MINORITY AND SMALL BUSINESS GUIDELINES AND OUTREACH PLAN

Date: April 6, 2018 SUBJECT: REQUEST FOR QUALIFICATIONS. RFQ # Business Analyst Services

Automatic License Plate Recognition System for the Police Department

Disparity Study Action Plan June 10, 2009 Recommendation: 10-1 Emerging Small Business (ESB) Program Action: Impact: Timeline:

LIVONIA PUBLIC SCHOOLS FARMINGTON ROAD LIVONIA, MI (734)

RFP #: SB06-PO1617 EMERGENCY RESPONDER TRAINING FACILITY Page 1

SECTION 9: FORMAL PROCEDURES

Exhibit A. Purchasing Department School District of Osceola County, Florida

COMMUNITY CONSOLIDATED SCHOOL DISTRICT West Dundee Road Wheeling, IL REQUEST FOR QUALIFICATIONS FOR CONSTRUCTION MANAGEMENT SERVICES

General Procurement Requirements

DOING BUSINESS WITH THE. Orange County Board of County Commissioners. Orange County Procurement Division

NDOT Civil Rights DBE Program Small Business Element

8, 2018 REQUEST FOR PROPOSALS (RFP): G

Request for Qualifications for Selected San Francisco Public Utilities Commission Construction Projects

Suffolk COUNTY COMMUNITY COLLEGE PROCUREMENT POLICY

DALTON PUBLIC SCHOOLS REQUEST FOR PROPOSAL. RFP FY18 Drivers Education RFP

The DBE Program is an outreach, education, and objectives program designed to increase the participation of DBEs in the CWSRF Program.

CITY OF MILWAUKEE. Study to Determine the Effectiveness of the City s Emerging Business Enterprise Program

Procurement Policies. and. Procedures. Manual

C (Procedure) Small, Minority, Women and Veteran Owned Business Enterprise Program PURPOSE DEFINITIONS

REQUEST FOR PROPOSALS (RFP) TRIENNIAL PERFORMANCE AUDIT FOR THE MADERA COUNTY TRANSPORTATION COMMISSION

SECTION 3 PROGRAM MANUAL

Request for Proposal for Digitizing Document Services and Document Management Solution RFP-DOCMANAGESOLUTION1

Request for Quotation (RFQ) Solicitation Overview

TRAFFIC DATA COLLECTION REQUEST FOR PROPOSALS

REQUEST FOR PROPOSAL (RFP) FOR LOCAL COUNSEL LEGAL REPRESENTATION FOR LYCOMING COUNTY IN POTENTIAL OPIOID- RELATED LITIGATION

NON-INSTRUCTIONAL SERVICES: Purchasing

Request for Proposal. for. Student Loan Default Prevention Services RFP. Proposal Due Date-November 29, 2017

SPECIAL ADMINISTRATIVE BOARD OF THE TRANSITIONAL SCHOOL DISTRICT OF THE CITY OF ST. LOUIS RFQ #:

CITY OF LOS ANGELES BUSINESS INCLUSION PROGRAM (BIP) OUTREACH DOCUMENTATION & PROCESS

Request for Proposal REQUEST FOR PROPOSAL

CUYAHOGA COUNTY DEPARTMENT OF PUBLIC WORKS POLICY ON CONSULTANT SELECTION. October 2011

HOW TO DO BUSINESS WITH THE STATE. State of Louisiana Office of State Procurement

CUYAHOGA COUNTY DEPARTMENT OF PUBLIC WORKS POLICY ON CONSULTANT SELECTION. November 2014

HOW TO DO BUSINESS WITH THE CITY OF VALDOSTA, GEORGIA

ADDENDUM # /JSW Professional Engineering Services to Test, Adjust, and Balance HVAC Systems

Social Media Management System

Request for Proposal. Internet Access. Houston County Public Library System. Erate Funding Year. July 1, 2017 through June 30, 2018

INVITATION FOR BID Notice to Prospective Bidders IFB # Date Stamp Equipment Preventative Maintenance and Repair Services

REQUEST FOR PROPOSAL (RFP) # CONSULTANT SERVICES FOR DEVELOPMENT OF A DISTRICT SUSTAINABILITY PLAN

QUALIFICATIONS QUESTIONAIRE REQUEST FOR PROPOSALS BY THE GUILFORD COUNTY BOARD OF EDUCATION FOR CONSTRUCTION MANAGER AT RISK

SUPERIOR COURT OF CALIFORNIA, SANTA BARBARA COUNTY REGARDING:

WESTMINSTER SCHOOL DISTRICT NUTRITION SERVICES REQUEST FOR PROPOSAL FRESH PRODUCE 17/ For: July 1, 2018 to June 30, 2019

Allegany County, MD Request for Proposal: Printing Services for Destination Guide

CONSOLIDATED SCHOOL DISTRICT 158 March 12,2012 SPECIFICATIONS FOR REFINISHING HARDWOOD GYMNASIUM FLOORS BID # ADDENDUM NUMBER ONE

LEGAL NOTICE Request for Proposal for Services

TOWN OF FALMOUTH REQUEST FOR QUALIFICATIONS FOR ENGINEER CONSULTANT SERVICES. to the. Falmouth Public School Boiler Projects

Delegate Agency Grant Agreement of the City of Chicago ( City )

MINORITY BUSINESS ENTERPRISE PROCEDURES FOR STATE FUNDED PUBLIC SCHOOL CONSTRUCTION PROJECTS Revised JUNE 2008

SECTION 3 GUIDEBOOK: POLICIES AND PROCEDURES

REQUEST FOR PROPOSAL. Certification Form. CONSTRUCTION MANAGEMENT SERVICES RFP Number BS June 24, of 9

Construction Management (CM) Procedures

REQUEST FOR QUALIFICATION FOR PREPARATION OF FACILITIES MASTER PLAN AND FUTURE ARCHITECTURAL SERVICES

CITY OF GOLDEN, COLORADO Parks and Recreation Department

REQUEST FOR QUALIFICTIONS MARKETING AND PUBLIC RELATIONS FOR YEAR ENDING DECEMBER 31, 2018 ISSUED BY: Suffolk County Industrial Development Agency

REQUEST FOR QUALIFICATIONS STRUCTURAL ENGINEER PROFESSIONAL SERVICES. June 19, 2017

Procedure Manual. Minority/Women Business Enterprise Program

REQUEST FOR SEALED PROPOSAL. ADVERTISEMENT for SIDEWALK INSTALLATION

DISTRICT OF COLUMBIA WATER AND SEWER AUTHORITY (DC WATER) REQUEST FOR QUOTE RFQ 18-PR-DIT-27

ST. JOSEPH COUNTY, INDIANA REQUEST FOR PROPOSALS ST. JOSEPH COUNTY ELECTION BOARD ELECTRONIC POLL-BOOKS. RELEASED January 19, 2016

POLICY 6800 PROCUREMENT

SOLICITATION NO: 15-1 REQUEST FOR PROPOSALS (RFP) FOR ARCHITECTURAL SERVICES FOR NEW ELEMENTARY SCHOOL #3

SECTION 3 POLICY & PROGRAM

REQUEST FOR QUALIFICATIONS RFQ # Jamestown-Yorktown Foundation P.O. Box 1607 Williamsburg, VA

BREMEN CITY SCHOOL NUTRITION PROGRAM PROCUREMENT PLAN

Transcription:

September 14, 2016 ADDENDUM NO. 1 SPECIFICATION NO. 145920 FOR REPAIR SERVICES FOR VEHICLE IMMOBILITY DEVICES ( BOOTS ) This document contains: I. Revisions to the Specification II. Questions and Answers to the Specification III. Addendum No. 1 Receipt Acknowledgement For which Bids are scheduled to be received no later than 11:00 a.m., Central Time September 26, 2016, in the Department of Procurement Services, Bid & Bond, Room 103, City Hall. Required for use by: CITY OF CHICAGO Department of Finance 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 Jana.Williams@cityofchicago.org Attn: Jana Williams, Procurement Specialist Phone: 312-744-4902 The information contained in this Addendum No. 1 is incorporated by reference into the original Specification issued on August 8, 2016 RAHM I. EMANUEL MAYOR JAMIE L. RHEE CHIEF PROCUREMENT OFFICER Page 1

September 14, 2016 ADDENDUM NO. 1 FOR REPAIR SERVICES FOR VEHICLE IMMOBILITY DEVICES ( BOOTS ) SPECIFICATION NO. 145920 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 SEPTEMBER 26, 2016. 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 ON THE BID EXECUTION PAGE, ARTICLE 11 SUBMITTED WITH YOUR BID. FAILURE TO ACKNOWLEDGE ALL MAY RESULT IN BID REJECTION. SECTION I: REVISIONS TO THE SPECIFICATION Revision 1: Proposal Page Bid Line #3 estimated usage of $2,500 is revised to read $25,000. Replace the current Proposal Pages in the Specification with the attached ADDENDUM NO. 1 REVISED PROPOSAL PAGES DATED SEPTEMBER 14, 2016. Complete all bid lines on the Revised Proposal Pages and submit as part of the bid response. Revision 2: ARTICLE 1, SECTION 1.22.4 JOINT VENTURES BETWEEN SMALL BUSINESS ENTERPRISES AND VETERAN-OWNED BUSINESS ENTERPRISES is hereby deleted in its entirety and replaced with the following provision and the attached Veteran-Owned Small Local Businesses and Eligible Joint Venture Affidavit: 1.22.4 Bid Incentives for Veteran-Owned Small Local Businesses and Eligible Joint Ventures For purposes of this section only, the following definitions shall apply: "Bid incentive" means an amount deducted, for bid evaluation purposes only, from the contract base bid in order to calculate the bid price to be used to evaluate the bid on a competitively bid contract. "Contract base bid" means the total dollar amount a contractor bids on a contract without factoring any bid incentive or percentage reductions to the bid amount. Page 2

"Eligible joint venture" means an association of one or more small business enterprises in combination with one or more veteran-owned business enterprises, proposing to perform as a single for-profit business enterprise, in which each joint venture partner contributes property, capital, efforts, skill and knowledge. Joint ventures must have an agreement in writing specifying the terms and conditions of the relationship between the partners and their respective roles in the contract. "Owned" means, as MCC 2-92-670 may be updated from time to time, having all of the customary incidents of ownership, including the right of disposition, and sharing in all of the risks, responsibilities and profits commensurate with the degree of ownership. "Small business enterprise" means, as MCC 2-92-670 may be updated from time to time, a small business as defined by the U.S. Small Business Administration, pursuant to the business size standards found in 13 C.F.R. Part 121, relevant to the scope(s) of work the firm seeks to perform on city contracts. A firm is not an eligible small business enterprise in any city fiscal year in which its gross receipts, averaged over the firm's previous five fiscal years, exceed the size standards of 13 C.F.R. Part 121. "Veteran-owned business enterprise" means an enterprise which: (1) is at least 51 percent owned by one or more veterans, or in the case of a publicly held corporation, at least 51 percent of all classes of the stock of which is owned by one or more veterans, whose management, policies, major decisions and daily business operations are independently managed and controlled by one or more veterans; or (2) has been certified by the State of Illinois as a qualified service-disabled veteran-owned small business or a qualified veteranowned small business pursuant to 30 ILCS 500/45-57. "Veteran-owned small local business" means a business that is both a veteran-owned business enterprise and a small local business enterprise as defined in Section 2-92-670. "Veteran" means a person who has served in the United States armed forces and was discharged or separated under honorable conditions. Unless otherwise prohibited by any federal, state or local law, the CPO shall allocate a bid incentive of 5% of the contract base price, in accordance with section 2-92-418 of the MCC, to any qualified bidder that is a veteran-owned small local business or an eligible joint venture. Bidders desiring to receive this incentive must submit an affidavit and other supporting documents demonstrating that the bidder satisfies all pertinent requirements as a veteranowned small local business or an eligible joint venture. As a condition of being awarded the bid incentive, the veteran-owned small local business or eligible joint venture shall continue to meet the definition of a veteran-owned small local business or an eligible joint venture. If a contract is awarded to the veteran-owned small local business or eligible joint venture, upon completion of the work, any veteran-owned small local business or eligible joint venture that receives a bid preference but fails to meet the definition of a veteran-owned small local business or eligible joint venture during the term of the contract for which the bid incentive was awarded shall be fined in an amount equal to three times the amount of the bid incentive awarded. The contractor shall maintain adequate records necessary to ensure compliance with this section and shall submit such reports as required by the chief procurement officer. Full access to the contractor s and subcontractors records shall be granted to the chief procurement officer, the commissioner of the supervising department, the inspector general, or any duly authorized representative thereof. The contractor and subcontractor shall maintain all relevant records a period that is the longer of seven years or as after final acceptance of the work in accordance with the Local Records Act. Page 3

SECTION II: QUESTIONS AND ANSWERS TO THE SPECIFICATION Question 1: Bid Line #3 shows a total dollar amount of $2500.00. Is this the total dollar amount that the Vendor would be allowed to spend in order to repair Bid Line #1 for 7500 Boots and Bid Line #2 for 2500 Boots (total Boots to be repaired is 10,000)? Answer 1: Refer to change in Revision #1 of this Addendum. The revised figure of $25,000 for Bid Line #3 represents the estimated usage for any current catalog parts/supplies ordered separately or in conjunction with repairs to Boots in Proposal Page Bid Line #1 and Bid Line #2. To clarify, Bid Line #1 and Bid Line #2 represent the labor charges to the City for the repair of Boots, Bid Line #3 represents the estimated cost for Parts required in the repair of Boots, and those Parts costs will be based on the current Universal Boot Parts Price listing. CITY OF CHICAGO DEPARTMENT OF PROCUREMENT SERVICES JAMIE L. RHEE, CHIEF PROCUREMENT OFFICER Page 4

City of Chicago Catalog RFQ - No Group Lines PU0851 RFQ Header Information Please Respond By 9/26/2016 RFQ Number 5072 RFQ Description Special Instructions Ship To Location 027-3011 FISCAL ADMINISTRATION Your Quote is Effective as of 9/26/2016 For More Information Please Contact JANA WILLIAMS RFQ Status In Process REPAIR SERVICES FOR VEHICLE IMMOBILITY DEVICES ("BOOTS") Bid/Proposal pricing for all commodity and/or service line items must be based on the standard unit of measure indicated below. Pricing on alternate units of measure may not be accepted. Unit costs must be limited to three decimal places. Each quote must be signed and unit price, extended price and total price must be typed or written in ink. Quotes on "or equal" items must be identified as "alternate" to specified item on the comment line. If quoting an alternate, indicate manufacturer name, model/part/catalog number and attach descriptive literature. Alternate items may not be accepted. Any exceptions to items specified or other terms must be clearly indicated on the bid. RFQ Header Details Contract Type WORK SERVICES / FACILITIES MAINT. Specification 145920 Target Market NO Procurement Type BID Advertise Date Bid Deposit Required NO WEB BID Edit Rules ALL Compliance Officer Compliance Type Description Percentage Type Desc Required % No Compliance Plan Required None 0.00 % Run Time: 09/07/16 10:22:35 Spec # 145920

City of Chicago Catalog RFQ - No Group Lines PU0851 Estimated Discount or Line No Line Type Item Category Commodity Desc UOM Price Extended Price Catalog # / ID, Date and Mfr Comments Usage Markup % 1 Work Services 92854.01 92854.01 Repair to Universal Boot "Basic Unit" with Each 7500 $ $ Modified U-Piece 2 Work Services 92854.01 92854.01 Repair to Universal Boot "Fat Boy Unit" with Modified U-Piece Each 2500 $ $ 3 Catalog Line 05539.99 05539.99 Current Universal Boot Parts Price List (Discount or markup from most current price list or catalog) Markup or Discount From List $25,000 $ Total Price $ Run Time: 09/07/16 10:22:35 Spec # 145920

Veteran-Owned Small Local Businesses And Eligible Joint Venture Affidavit Bidder must complete this form if it desires to be considered for the bid incentive as described in Section 2-92-418 of the Municipal Code of Chicago ("MCC") for Veteran-Owned Small Local Businesses and Eligible Joint Ventures. Bidders that do not complete this page will not be regarded as veteran-owned small local businesses or eligible joint ventures. Please use additional sheets if necessary. Attach all relevant certifications and/or support documents. 1. Is bidder a veteran-owned small local business as defined in Section 1.22.4 of this bid solicitation and in MCC 2-92- 418? If Yes, skip to #5 below. 2. Is bidder an eligible joint venture as defined in Section 1.22.4 of this bid solicitation and in MCC 2-92-418? 3. Is at least one member of the eligible joint venture a small business enterprise as defined in MCC 2-92-670? 4. Is at least one member of the eligible joint venture a veteran-owned business enterprise as that term is defined in MCC 2-92-670? 5. Is the veteran-owned business identified in either #1 or #4 above certified by the State of Illinois as a qualified servicedisabled veteran-owned small business or a qualified veteran-owned small business pursuant to 30 ILCS 500/45-57? If yes, please provide appropriate documentation. 6. If the answer to # 5 above is no, is the veteran-owned business an enterprise which is at least 51 percent owned by one or more veterans, or in the case of a publicly held corporation, at least 51 percent of all classes of stock of which are owned by one or more veterans? 7. If qualifying as a veteran-owned business under the requirements of #6 above, please list all owners, their percentage of ownership interest, and provide appropriate documentation demonstrating status as veteran, as that term is defined in MCC 2-92- 418. 8. List City of Chicago business license(s) held. If none are required, indicate "none required": 9. Provide address of the veteran-owned business, including the County in which it is located. County: Bidder understands that it may be required to produce records to the chief procurement officer to verify the information provided. Under penalty of perjury the person signing below: (1) warrants that he/she is authorized to execute this Affidavit on behalf of bidder, and (2) warrants that all certifications and statements contained in this Affidavit are true, accurate, and complete as of the date of execution. Bidder must complete the applicable signature line(s) on the following page.

Required Signature for All Applicants Name of Veteran-Owned Business: Signature of Authorized Officer for Veteran-Owned Business: (Signature) Title of Signatory: Additional Required Signatures for Eligible Joint Venture Applicants Name of Joint Venture (for eligible joint ventures only): Name of SBE (for eligible joint ventures only): Signature of Authorized Officer for SBE (for eligible joint ventures only): (Signature) Title of Signatory: State of County of Signed and sworn (or affirmed) to before me on (date) by (name/s of person/s making statement). (Signature of Notary Public) (Seal)

September 14, 2016 ADDENDUM NO. 1 SPECIFICATION NO. 145920 FOR REPAIR SERVICES FOR VEHICLE IMMOBILITY DEVICES ( BOOTS ) Required by: CITY OF CHICAGO Department of Finance 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: Jana.Williams@cityofchicago.org Attention: Jana Williams, Procurement Specialist CITY OF CHICAGO DEPARTMENT OF PROCUREMENT SERVICES JAMIE L. RHEE, CHIEF PROCUREMENT OFFICER Page 5