152
STATE OF ILLINOIS REQUEST FOR PROPOSAL Illinois Department of Transportation Multi-State Locomotive Procurement (14-1-DPIT) The Illinois Department of Transportation (IDOT) and the California Department of Transportation (Caltrans) request Offers from responsible Offerors to meet their needs. For Offeror’s convenience, a brief description is set forth below, with detailed requirements in subsequent sections of this solicitation. If interested and able to meet these requirements, IDOT and Caltrans appreciate and welcome an offer. Brief Description: This Request for Proposals (RFP) is for a base quantity of thirty-two (32) Passenger Rail Investment and Improvement Act (PRIIA) Specification No. 305-005 (Rev. A) compliant high performance locomotives to be placed into passenger service in the Midwest States of Illinois, Michigan, Missouri and Iowa (Midwest Coalition), the State of California and the State of Washington. Based on the locomotive price relative to available funding, an additional three (3) locomotives may be ordered by the State of Washington. IDOT, in consultation with Caltrans, has developed this Master Agreement. The locomotives for Illinois, California, and Washington (collectively the Joint Purchasing Entities, or JPEs, for the base order) will be procured using Ordering Agreements under the Illinois Master Agreement. IDOT and Caltrans are soliciting Offers from locomotive manufacturers to perform engineering, design, production, assembly, inspection, testing, delivery and warranty services on new locomotives. This RFP incorporates a very aggressive schedule to meet federal funding deadlines. Please see RFP Section A.23 “Proposed Schedule for the Procurement” for the procurement schedule through contract award, and Attachment EE, Appendix A, Section 13.1 “Period of Performance and Delivery Schedule” for the procurement schedule following Notice to Proceed. Final invoices must be received in sufficient time to allow the JPEs to submit a request for reimbursement to the FRA by July 31, 2017 due to the expiration of the Federal American Recovery and Reinvestment Act (ARRA), Public Law 111-5 (February 7, 2009) funding. The locomotives must be delivered, accepted, commissioned and In compliance with the State and Federal Constitutions, the Illinois Human Rights Act, the U.S. Civil Rights Act, and Section 504 of the Federal Rehabilitation Act, the State of Illinois does not discriminate in employment, contracts, or any other activity. The State of Illinois encourages prospective vendors to consider hiring qualified veterans and Illinois residents discharged from any Illinois adult correctional center, in appropriate circumstances. State of Illinois 1 Department of Transportation Multi-State Locomotive Procurement Reference # 14-1-DPIT

RFP with BEP Goal V.13.4

  • Upload
    phambao

  • View
    218

  • Download
    0

Embed Size (px)

Citation preview

Page 1: RFP with BEP Goal V.13.4

STATE OF ILLINOISREQUEST FOR PROPOSAL

Illinois Department of TransportationMulti-State Locomotive Procurement

(14-1-DPIT)

The Illinois Department of Transportation (IDOT) and the California Department of Transportation (Caltrans) request Offers from responsible Offerors to meet their needs. For Offeror’s convenience, a brief description is set forth below, with detailed requirements in subsequent sections of this solicitation. If interested and able to meet these requirements, IDOT and Caltrans appreciate and welcome an offer.

Brief Description:

This Request for Proposals (RFP) is for a base quantity of thirty-two (32) Passenger Rail Investment and Improvement Act (PRIIA) Specification No. 305-005 (Rev. A) compliant high performance locomotives to be placed into passenger service in the Midwest States of Illinois, Michigan, Missouri and Iowa (Midwest Coalition), the State of California and the State of Washington. Based on the locomotive price relative to available funding, an additional three (3) locomotives may be ordered by the State of Washington. IDOT, in consultation with Caltrans, has developed this Master Agreement. The locomotives for Illinois, California, and Washington (collectively the Joint Purchasing Entities, or JPEs, for the base order) will be procured using Ordering Agreements under the Illinois Master Agreement. IDOT and Caltrans are soliciting Offers from locomotive manufacturers to perform engineering, design, production, assembly, inspection, testing, delivery and warranty services on new locomotives.

This RFP incorporates a very aggressive schedule to meet federal funding deadlines. Please see RFP Section A.23 “Proposed Schedule for the Procurement” for the procurement schedule through contract award, and Attachment EE, Appendix A, Section 13.1 “Period of Performance and Delivery Schedule” for the procurement schedule following Notice to Proceed. Final invoices must be received in sufficient time to allow the JPEs to submit a request for reimbursement to the FRA by July 31, 2017 due to the expiration of the Federal American Recovery and Reinvestment Act (ARRA), Public Law 111-5 (February 7, 2009) funding. The locomotives must be delivered, accepted, commissioned and invoiced by June 30, 2017 (for IDOT and Caltrans) or May 31, 2017 (for WSDOT). All Milestones must be completed and invoiced by June 30, 2017 (for IDOT and Caltrans) or May 31, 2017 (for WSDOT). This RFP also contemplates optional quantities of similar locomotives and additional quantities of a variant locomotive for long-distance service as defined within Attachment EE – Appendix E, potentially to be procured with funding sources to be identified. In addition this RFP contemplates additional optional products and services described in Attachment EE, Appendix A, Section 17 “Options.”

Offerors should make special note of the Buy America requirements and the process described in Attachment EE Appendix A Section 1 “Buy America Requirements” and the requirement for its early attention and timely execution necessary to accomplish the timeline requirements described in this RFP.

The Next Generation Equipment Committee (NGEC) produced PRIIA 305-005 Locomotive Specification dated July 10, 2012 (together with Attachment EE- Appendix E forming the “Technical Specification), which forms the basis for this procurement and is included in Attachment EE Appendix C “Technical Specification,” of this RFP. The version of the Technical Specification included with this RFP must be used when developing Offers.

In compliance with the State and Federal Constitutions, the Illinois Human Rights Act, the U.S. Civil Rights Act, and Section 504 of the Federal Rehabilitation Act, the State of Illinois does not discriminate in employment, contracts, or any other activity.

The State of Illinois encourages prospective vendors to consider hiring qualified veterans and Illinois residents discharged from any Illinois adult correctional center, in appropriate circumstances.

State of Illinois 1Department of TransportationMulti-State Locomotive ProcurementReference # 14-1-DPIT

Page 2: RFP with BEP Goal V.13.4

STATE OF ILLINOISOFFER

Offerors should carefully read the entire RFP, including all sections, attachments, and appendices. In particular, please note RFP Attachment EE “Supplemental Provisions” for important procurement rules and requirements specific to this procurement, including Federal Clauses and Specific Terms and Conditions.

The Work under the Contract will be set out as follows:

A base quantity of 32 locomotives and associated goods and services such as, but not limited to, spare parts, training and training materials, parts and maintenance manuals, special tools, and diagnostic equipment as specified in the Technical Specification.

In addition to the base order quantity, there will be options for up to 225 locomotives and associated goods and services such as, but not limited to, additional spare parts, training and training materials, parts and maintenance manuals, special tools, and diagnostic equipment as specified in this RFP (note that the option quantities shown here are within the market quantity estimate developed by the NGEC for these locomotives).

See the table below for a summary of vehicle quantities:Vehicle Type Base # of

LocomotivesOption

LocomotivesIllinois and Midwest Coalition 21 N/AState of Washington 5 N/AState of California 6 N/AOther – Similar Configuration N/A 50-75Long-Distance Configuration (*) N/A 125-150Total 32 175-225

* characteristics of the Long-Distance Configuration are described in Attachment EE, Appendix E – Additional Customer Variables

The number of “Option Locomotives” shown in the table above are estimates of potential demand only and do not represent guaranteed future orders of option locomotives. Illinois, Washington, and California, as well as other public agencies and other entities, may place option orders for locomotives beyond the Base Order in the configurations listed above.

In addition to meeting the technical requirements of this RFP found in the Technical Specification, Offerors must also adhere to all of the requirements of this RFP to be responsive.

Responses to this RFP will be evaluated based on the Evaluation Criteria of this RFP. An award, if made, will be to the single Offer awarded the greatest number of total points as calculated in accordance with the methodology defined in the Evaluation Criteria of this RFP.

The resulting contract with the awarded Vendor shall have an initial term of seven years. In no event will the total term of the contract, including the initial term, and any extensions exceed 10 years. Please note that any option orders under this contract need to be placed within the term of the contract, but deliveries of locomotives purchased under option orders are not limited to the term of the contract.

Please read the entire solicitation package and submit an offer in accordance with the instructions. All forms and signature areas contained in the solicitation package must be completed in full and submitted along with the technical State of Illinois 2Department of TransportationMulti-State Locomotive ProcurementReference # 14-1-DPIT

Page 3: RFP with BEP Goal V.13.4

STATE OF ILLINOISOFFER

response and Pricing Offer which, when combined, will constitute the offer. Do not submit the instructions pages with offers. Offerors should keep the Instructions and a copy of offers for future reference.

Please adhere to Form and Content of Offer requirements or offers may not be considered.

State of Illinois 3Department of TransportationMulti-State Locomotive ProcurementReference # 14-1-DPIT

Page 4: RFP with BEP Goal V.13.4

STATE OF ILLINOISOFFER

Definitions and Acronyms

The following are definitions and acronyms of special terms used in this document:

Agency: Illinois Department of Transportation (IDOT) or Department.

Agency Furnished Material: Material furnished by IDOT or JPE to the Vendor for use under the contract.

Approved Equal or Equivalent: See Technical Specification 2.3 “Definitions” for definition of “Equal/Equivalent.”

Authorized Signer: The person who is authorized to bind the Vendor in executing the Contract on behalf of the Vendor.

Award: Notification to the Vendor of acceptance by IDOT of its Offer by posting on the Illinois Transportation Procurement Bulletin.

AWCR: Amtrak Warranty Claim Request (or an equivalent), the form to be used in the reporting and tracking of warranty claims. Use of this form does not imply any exclusive operational relationship with Amtrak related to this Procurement.

Buy America Component: Any article, material, or supply, whether manufactured or unmanufactured, listed on the “Buy America Diesel Electric Locomotive Component Worksheet” (form CER 2.6) that is directly incorporated into the end product (locomotives) at its final assembly location. This definition should not be confused with the definition of “Component” which is defined separately – see below.

Caltrans: California Department of Transportation

Component: A Component of any vehicle or any other Equipment to be delivered under this Contract. It may also be referred to in this Contract as a unit, part, product, module, subcomponent, component, system, subsystem, assembly, subassembly, software, firmware, structure or other term indicating a part or portion of the Equipment. (This definition of “Component” should not be confused with “Buy America Component” which is defined separately – see above.).

Contract: The Master Agreement.

Contract Deliverable Requirements List (CDRL): A list of Deliverables to be required by the Contract .

Contract Time: The number of days, or portion thereof, allowed for completion of the Work, including all authorized time extensions. The date specified in the Notice to Proceed (NTP) shall be the date on which the Contract Time begins, and the Scheduled Completion Date shall be the date the Contract Time ends.

Contractor: See “Vendor.” See also Technical Specification Section 2.3.

CEM: Crash Energy Management

Critical Path Method (CPM) schedule: A schedule that includes the planned sequence of activities that comprise the Project, including a breakdown of all of the elements of the Work into individual tasks, the number of days required to perform each task, and their logical relationship. The CPM schedule includes the entire Contract Time from Notice to Proceed to the Scheduled Completion Date. State of Illinois 4Department of TransportationMulti-State Locomotive ProcurementReference # 14-1-DPIT

Page 5: RFP with BEP Goal V.13.4

STATE OF ILLINOISOFFER

Cure Notice: Written notice from IDOT/JPE to the Vendor to cure a default or deficiency or to correct Work performed not in conformance with the Contract or Ordering Agreements.

Days: Calendar days unless otherwise indicated.

Defect: A patent or latent flaw in any of the Equipment, Work or Components; or any failure of the Equipment or Components to perform in accordance with the requirements of the Contract either prior to Final Acceptance of the Equipment or during the period of any Warranty as provided in the Contract. See also Technical Specification Section 2.3.

Delivery: The time when a locomotive is turned over to an IDOT or JPE acceptance facility, having completed all pre-delivery inspections and tests and is ready for acceptance testing. See also Technical Specification Section 2.3.

Dispute: A disagreement between the parties as to the merits, amount or remedy arising out of a Claim or asserted default.

Drawings: All drawings necessary or required for the completion of the Work.

Due Date: The time by which any milestone, document, or deliverable must be received or completed by IDOT/JPE or the Vendor, as applicable.

Equipment: Any and all machinery, vehicles, systems, assemblies, sub-assemblies, products, material fittings, devices, appliances, fixtures, apparatus, supplies and parts used by the Vendor or provided by the Vendor to IDOT/JPE pursuant to the Contract.

Failure Free: “Failure Free” is defined as the operation of a locomotive during which the locomotive has operated for a continuous 30-day period in revenue service, without a locomotive delay defined as a locomotive related failure causing a service interruption: more than 15 minutes late at its destination terminal; or cancelled train at its originating point or enroute (see Technical Specification 3.5.1.1).

First Article Inspection (FAI): The comprehensive inspection and testing of the first production model of any component, system, subsystem, major assembly, subassembly, product, part, apparatus, article and other material before it is assembled into a locomotive, and/or the first locomotive itself. See also Technical Specification Section 2.3.

Fleet: All locomotives furnished under the terms of this contract. See also Technical Specification Section 2.3.

FRA: Federal Railroad Administration

Goods: All types of tangible personal property, including but not limited to materials, supplies, and equipment (including computer equipment and telecommunications)

Government: Any federal, state or local government and any political subdivision or any governmental, quasi-governmental, judicial, public or statutory instrumentality, administrative agency, authority, body or entity other than IDOT.

HEP: Head End Power. See also Technical Specification Section 2.3.

State of Illinois 5Department of TransportationMulti-State Locomotive ProcurementReference # 14-1-DPIT

Page 6: RFP with BEP Goal V.13.4

STATE OF ILLINOISOFFER

IDOT: Illinois Department of Transportation or Agency

IDOT Contract Manager: State of Illinois’ representative who is authorized and empowered to execute contracts, Change Orders, Amendments and other agreements and documents on behalf of IDOT. The IDOT Contract Manager may delegate authority in writing to one or more authorized representatives.

IDOT Project Manager: The IDOT Project Manager shall be the day-to-day contact between IDOT and the Vendor. The IDOT Project Manager shall decide all questions which may arise as to the quality or acceptability of materials furnished and work performed and as to the manner of performance and rate of progress of the work

Joint: Involving mutually the Vendor and IDOT and/or JPE.

Joint Purchasing Entity (JPE): Agencies (including IDOT, Caltrans, and WSDOT) or other authorized entities participating in this procurement by means of an Ordering Agreement or through the exercise of options.

Locomotive: Locomotives as specified in the PRIIA Specification 305-005 for Diesel Electric Passenger Locomotives.

Master Agreement: The contract entered into between the Vendor and IDOT/Caltrans. The Master Agreement sets forth the terms and conditions for production of the locomotives. By exercising an Ordering Agreement, JPEs have ascribed to them the rights and protections in the Master Agreement.

Midwest Coalition: A coalition of the States of Illinois, Missouri, Michigan, and Iowa under the lead of Illinois that is pooling funds for the purchase of new passenger rail rolling stock and other purposes.

NGEC: The Next Generation Equipment Committee, a committee comprised of representatives of Amtrak, the Federal Railroad Administration, host freight railroad companies, passenger railroad equipment manufacturers, interested states, and other passenger railroad operators.

Notice of Intent to Award: The notification posted to the Illinois Transportation Procurement Bulletin by the Chief Procurement Office (CPO) that the Vendor has been selected as the successful Contractor and will be provided a Notice to Proceed following the protest period and receipt of all required information and documentation.

Notice of Intent to Claim: A written notice of a potential claim submitted by the Vendor to IDOT within the time limits and under the circumstances specified in the Contract.

Notice to Proceed (NTP): Written authorization from IDOT to the Vendor that establishes the date that the Vendor is authorized to start work and the Period of Performance begins.

Offer: An Offeror’s response to the Request for Proposal, containing a technical proposal, pricing, and other required elements.

Offeror: A vendor submitting an Offer in response to the Request for Proposal.

Options: A right of a JPE (including IDOT, Caltrans, WSDOT, and any other entity to which an option is assigned) by which, for a specified time, the JPE may elect to purchase additional goods and/or services provided for by the Master Agreement

State of Illinois 6Department of TransportationMulti-State Locomotive ProcurementReference # 14-1-DPIT

Page 7: RFP with BEP Goal V.13.4

STATE OF ILLINOISOFFER

Ordering Agreement: Agreement executed by Vendor and IDOT or Vendor and JPE to order locomotives, including any options, details, and conditions specific to that order.

Period of Performance: The total time period as set forth in the schedule for the Vendor to complete all or a designated portion of the Work under the Contract.

Pricing Offer: A packet of an Offeror’s Offer that contains the pricing elements of the Offer.

Party (Parties): A signatory of the Master Agreement, including IDOT, Caltrans, and the Vendor.

Proposer: See “Offeror”

Revised Offer: If requested and submitted, the Revised Offer is submitted following Confidential Discussions (if required) and contains the Offeror’s revised formal response to the Request for Proposals. More than one Revised Offer may be requested.

Rolling Stock: Rolling stock comprises all the vehicles that move on a railway including powered and unpowered vehicles (e.g. locomotives and passenger railcars).

Solicitation Contact: IDOT’s procurement representative responsible for all day to day procurement functions of the Solicitation, including, but not limited to, serving as the single point of contact for communication to and from Offerors, guiding the evaluation process, and developing RFP addenda.

Specifications: All things described, stated or referenced in the Contract entitled Technical Specifications, Statement of Work, Scope of Work, or any other description of the Work.

State: State of Illinois

Subcontractor: Any person, firm, partnership, corporation or other entity, other than employees of the Vendor, that is hired by the Vendor to perform a portion of the contract work from the Vendor and perform work and/or furnish labor and/or materials, directly on the vehicle under this Contract on behalf of the Vendor and in fulfillment of Vendor obligations. See also Technical Specification Section 2.3. To the degree that the definition in Technical Specification Section 2.3 is inconsistent with this definition, this definition will have priority. For purposes of financial disclosures and conflicts of interest, a subcontractor is any person, firm, partnership, corporation or other entity, other than employees of the Vendor, that is hired by the Vendor to perform a portion of the contract work from the Vendor and perform work and/or furnish labor and/or materials, directly on the vehicle under this Contract on behalf of the Vendor and in fulfillment of Vendor obligations.

Sub-supplier: Any manufacturer, company, or agency, providing components, subcomponents, or parts to a Supplier for inclusion on the locomotive.

Supplier: Any person, firm, partnership, corporation or other entity that provides components, subcomponents, or parts to the Vendor for inclusion on the locomotive.

Total Contract Price: The total amount payable to the Vendor plus the price of any options exercised, and/or Change Orders during the contract period of performance.

State of Illinois 7Department of TransportationMulti-State Locomotive ProcurementReference # 14-1-DPIT

Page 8: RFP with BEP Goal V.13.4

STATE OF ILLINOISOFFER

Vehicle: See Locomotive

Vendor: The successful Offeror to whom a Contract is awarded. Same as “Contractor” as defined in Technical Specification Section 2.3.

Vendor’s Representative: The person designated by the Vendor to act on its behalf.

Warranty Manager: The warranty manager is responsible for the management, tracking, and administration of the contractual warranty. The warranty manager is the point of contact to IDOT and JPEs for all fleet and individual locomotive warranty issues and functions as the main interface to the warranty field offices.

WDPS: Warranty Database and Performance System (or equivalent as selected or agreed by IDOT/JPEs), the system used to record and track progress on AWCRs.

Work: The furnishing of all labor, materials, equipment and other incidentals necessary for the successful completion of the project and the carrying out of the duties and obligations imposed by the Contract, including alterations, amendments or extensions thereto made by Change Order.

WSDOT: Washington State Department of Transportation

State of Illinois 8Department of TransportationMulti-State Locomotive ProcurementReference # 14-1-DPIT

Page 9: RFP with BEP Goal V.13.4

STATE OF ILLINOISOFFER

Instructions for Submitting Offers A

How to Enter Information A.1.

Published Procurement Information A.2.

Solicitation Contact A.3.

Offeror Questions and Agency Response A.4.

Required Meetings A.5.

Offer Due Date, Time and Address for Submission of Offers A.6.

Organization Required A.7.

Submission of Offers A.8.

Security A.9.

Ordering Agreements A.10.

Small/Minority/Disabled Contractor Initiative A.11.

Federal FundsA.12.

Employment Tax Credit A.13.

Governing Law and Forum A.14.

Public Records and Requests for Confidential Treatment A.15.

Reservations A.16.

Award A.17.

References A.18.

Invoicing A.19.

Protest Review Office A.20.

Evaluation Process A.21.

Small Business Enterprises Participation and Utilization Plan A.22.

Proposed Schedule for the Procurement………………………………………………………………………………………………..……………….A.23.

Ownership and Cost of Offer Development……………………………………………………………………………………………………………..A.24.

Single Offer Response…………………………………………………………………………………………………………………………..………………...A.25.

Selection of Vendor B.

Offer C.

State of Illinois 9Department of TransportationMulti-State Locomotive ProcurementReference # 14-1-DPIT

Page 10: RFP with BEP Goal V.13.4

STATE OF ILLINOISOFFER

Section 1 - Specifications/Qualifications/Statement of Work 1.

Section 2 - Pricing 2.

Attachments

State Board of Elections Registration AA

Authorized to Do Business in Illinois BB

Illinois Department of Human Rights Public Contracts Number CC

Standard Terms and Conditions DD

Supplemental Provisions EE

Subcontractor Disclosure FF

Standard Certifications GG

Financial Disclosures and Conflicts of Interest HH

Disclosure of Business Operations in Iran II

Business and Directory Information JJ

References KK

(Not Applicable) LL

Taxpayer Identification Number MM

Small Business Enterprises Participation and Utilization Plan……………………………………………………………………………………..NN

State of Illinois 10Department of TransportationMulti-State Locomotive ProcurementReference # 14-1-DPIT

Page 11: RFP with BEP Goal V.13.4

STATE OF ILLINOISOFFER

A. INSTRUCTIONS FOR SUBMITTING OFFERS

A.1. HOW TO ENTER INFORMATION: Type information in the text fields provided. Text fields are indicated by the instruction “Click here to enter text.” in red font. If the information requested does not apply to the Offeror’s situation, then enter “N/A” into the text field. Please enter the requested information or N/A into every red text field. Please note that the red “Click here to enter text” text fields can be found in the following RFP locations: Section C.11, Section 2.4, Attachment CC, Attachment EE, Attachment FF, Attachment HH, Attachment II, Attachment JJ, Attachment KK, Attachment MM, and Attachment NN.

The Offers shall be prepared double-sided on 8½ × 11 inch paper, using at least 11-point font. The hard copies shall be contained in three-ring binders, the contents of which are identified on the outside. Use of 11 × 17 inch foldout sheets for large tables, charts or diagrams is permissible but should be limited. Elaborate formatting is not necessary. Do not provide promotional or advertising information, unless this information is requested and/or is necessary to support the technical submittal.

A.2. PUBLISHED PROCUREMENT INFORMATION: IDOT publishes procurement information, including updates, on the Illinois Transportation Procurement Bulletin (http://www.dot.il.gov/procurement/NGEClocomotiveproject.html). Procurement information may not be available in any other form or location. Offeror is responsible for monitoring the Bulletin.

A.3. SOLICITATION CONTACT: The individual listed below shall be the single point of contact for this solicitation. Offerors should only communicate with the Solicitation Contact. IDOT shall not be held responsible for information provided by Offerors to any other person other than the Solicitation Contact. Offerors should not communicate with any other persons identified in this RFP.

Solicitation Contact: Dante Watson Phone: 217-524-8151

Agency: Illinois Department of Transportation Fax: 217-782-5634

Street Address: 2300 S. Dirksen Parkway TDD: 711

City, State Zip: Springfield, IL 62764

Email: [email protected]

Suspected errors should be immediately reported to the Solicitation Contact identified above. If an Offeror discovers any ambiguity, conflict, discrepancy, omission, or other error in this RFP, the

State of Illinois 11Department of TransportationMulti-State Locomotive ProcurementReference # 14-1-DPIT

Page 12: RFP with BEP Goal V.13.4

STATE OF ILLINOISOFFER

Offeror shall immediately notify the Solicitation Contact of such error in writing and request clarification or modification of the document.

Do not discuss the solicitation or any offer, directly or indirectly, with any JPE officer or employee other than the Solicitation Contact. Offerors and their representatives shall not make any contact with or communicate with any member of IDOT, the Midwest Coalition, WSDOT, Caltrans, the FRA, or any employees and/or consultants of these agencies, other than the designated Solicitation Contact, with regard to any aspect of this RFP.

A.4. OFFEROR QUESTIONS AND AGENCY RESPONSE: All questions, other than those submitted at the Offeror conference, that pertain to this solicitation must be submitted in written form and submitted to the Solicitation Contact no later than September 12, 2013. If IDOT/Caltrans requests Revised Offers, questions must be submitted in written form and submitted to the Solicitation Contact no later than November 7, 2013. Questions received and Agency responses may be posted as an Addendum to the original solicitation on the Illinois Transportation Procurement Bulletin; only these written answers to questions shall be binding on IDOT/Caltrans. Offerors are responsible for monitoring the Bulletin.

Offerors may request, via email to the Solicitation Contact, a clarification or interpretation of any aspect, a change to any requirement of the RFP, or any addenda to the RFP, up to the time specified in “Proposed Schedule for the Procurement.” Such written requests shall be made to the Solicitation Contact. The Offeror making the request shall be responsible for its proper delivery to IDOT, as identified above, on the form CER 1, “Request for Pre-Offer Clarifications.” Any request for a change to any requirement of the RFP must be fully supported with pertinent information showing evidence that the change will result in a condition equal to or better than that required by the RFP, without substantial increase in cost or time requirements.

If it should appear to an Offeror that the performance of the Work under the RFP, or any of the matters relating thereto, is not sufficiently described or explained in the RFP, or that any conflict or discrepancy exists between different parts of the RFP or with any federal, state, or local law, ordinance, rule, regulation or other standard or requirement, then the Offeror shall submit a written request for clarification to the Solicitation Contact within the time period specified above.

All responses to CER 1 “Request for Pre-Offer Clarifications” shall be provided to all Offerors. Any response that is not conveyed by a written addendum shall not be official or binding on IDOT/Caltrans.

If the RFP contains an error known to the Offeror, or an error that reasonably should have been known, the Offeror shall bid at its own risk. If the Offeror fails to notify IDOT of the error prior to the date fixed for submission of Offers, and is awarded the contract, the Offeror shall not be entitled to additional compensation or time by reason of the error or its later correction.

IDOT, in consultation with Caltrans and WSDOT, reserves the right to amend the RFP at any time

State of Illinois 12Department of TransportationMulti-State Locomotive ProcurementReference # 14-1-DPIT

Page 13: RFP with BEP Goal V.13.4

STATE OF ILLINOISOFFER

in accordance with “Proposed Schedule for the Procurement.” Any changes to or interpretations of the RFP shall be described in written addenda. All addenda will be posted on the Illinois Transportation Procurement Bulletin. Failure of any Offeror to retrieve addenda shall not relieve the Offeror from any obligation under the RFP as clarified, interpreted or modified. All addenda issued shall become part of the RFP. Offerors shall acknowledge the receipt of each individual addendum in their Offers in RFP Section C “Offer,” Subsection C2 “Addenda.” Failure to acknowledge receipt of addenda in their Offers may at IDOT’s sole option disqualify the Offer.

If IDOT determines that the addenda may require significant changes in the preparation of Offers, then the deadline for submitting the Offers may be extended. Any new Due Date shall be included in the addenda.

Addenda will be numbered consecutively.

A.5. REQUIRED MEETINGS

Offeror Conference: Yes No

Mandatory Attendance: Yes No

Attendance at the Offeror Conference is mandatory. Offerors will be disqualified and considered non-responsive if Offeror does not attend, is not on time, leaves early or fails to sign the attendance sheet. Offeror must allow adequate time to accommodate security screenings at the site. Offerors must check in at the guard desk and present valid, government issued picture identification to get in the building. Offerors will receive a temporary badge for the duration of their visit. A map of parking at the conference site will be attached to the Illinois Transportation Procurement Bulletin.

Date: August 22, 2013

Time: 2:00 PM Central time

Location: Illinois Department of Transportation Auditorium, 2300 S. Dirksen Parkway, Springfield, IL 62764

A.6. OFFER DUE DATE, TIME, AND ADDRESS FOR SUBMISSION OF OFFERS: Offers must be received and acknowledged at the “Submit/Deliver Offers To” address provided below at the “Offer Due Date & Time” specified below.

A.6.1. Offer Due Date & Time

State of Illinois 13Department of TransportationMulti-State Locomotive ProcurementReference # 14-1-DPIT

Page 14: RFP with BEP Goal V.13.4

STATE OF ILLINOISOFFER

Date: October 3, 2013

Time: 5:00 PM Central Time

A.6.2. Offer Firm Time: The Offer must remain firm for 180 days from submission of Offers. IDOT may request Offerors to extend the period of time specified herein by written agreement between IDOT and the Offeror(s) concerned.

A.6.3. Submit/Deliver Offers To: Label (outside of envelopes/containers):

Agency: Illinois Department of Transportation “Sealed Offer – Do Not Open”

Attn: William Grunloh Project Title & Reference #: Multi-State Locomotive Procurement 14-1-DPIT

Address: Chief Procurement Office, 2300 South Dirksen Parkway, Room 200

Due Date & Time: October 3, 2013, 5:00 PM Central Time

City, State Zip: Springfield, IL 62764 Offeror Name

Project Title & Reference #: Multi-State Locomotive Procurement 14-1-DPIT

Offeror City, State Zip

A.7. ORGANIZATION REQUIRED: Offers must be submitted in four packets. Packet 1 shall contain the Offeror’s Technical Proposal in response to the Specifications/Qualifications/Statement of Work provided in Section 1. Packet 2 shall include Offeror’s Pricing Offer provided in Section 2. Packet 3 shall include all other information requested, including but not limited to the Offer form and applicable attachments. Packet 4 shall include the Small Business Enterprises Participation and Utilization Plan. Separately seal and identify each packet per the instructions in Section A.8.

A.7.1. OFFEROR’S RESPONSE TO SPECIFICATIONS/QUALIFICATIONS/STATEMENT OF WORK – Packet 1

A.7.2. OFFEROR PRICING OFFER – Packet 2 – Include all documents listed in Section 2 “Pricing”

A.7.3. ATTACHMENTS AA through CC, FF through KK, and MM – Packet 3, Tab 1

A.7.4. ATTACHMENT EE - SUPPLEMENTAL PROVISIONS – Packet 3, Tab 2

State of Illinois 14Department of TransportationMulti-State Locomotive ProcurementReference # 14-1-DPIT

Page 15: RFP with BEP Goal V.13.4

STATE OF ILLINOISOFFER

Offeror Supplemental Provisions (This does not include exceptions to Agency specifications, terms and conditions, or any other part of this solicitation. This is supplemental information that supports an Offeror’s position or, for example, an offeror’s licensing agreement).

A.7.5. OFFEROR PROVIDED CONFIDENTIAL DOCUMENTS - Packet 3 Tab 3

A.7.5.1.Any additional material and confidential documents, must be noted on this page. If appropriate, include the redacted copy of the Offer here.

A.7.5.2.Agency discourages taking exceptions. State law shall not be circumvented by the exceptions. Exceptions may result in rejection of Offeror’s offer.

IDOT has established certain requirements with respect to Offers to be submitted by prospective Vendors. The use of "shall," "must," or "will" (except to indicate simple futurity) in the RFP indicates a requirement or condition which is mandatory. An exception, if not material, may be waived by IDOT. An exception from a requirement is material if the deficient response is not in substantial accord with the RFP requirements, provides an advantage to one Offeror over other Offerors, or has a potentially significant effect on the delivery, quantity or quality of items offered, amount paid to the Offeror, or on the cost to IDOT. Material deviations cannot be waived.

Offerors are cautioned to limit conditions, exceptions, limitations, or deviations (Offer Exception) to the provisions of this RFP, as they may be determined to be so fundamental as to cause rejection of the Offer for not responding to the requirements of the RFP.

A.7.6. ATTACHMENT NN - SMALL BUSINESS ENTERPRISES PARTICIPATION AND UTILIZATION PLAN - Packet 4 – Include SBE Commitment Document only

A.8. SUBMISSION OF OFFERS: Offer must be submitted in four separately sealed packets as indicated below and clearly labeled with the Request for Proposal title, Reference Number (14-1-DPIT), the packet number, the Offeror’s name and the wording: “Sealed Offer – Do Not Open.” The four separately sealed packets may be submitted together in one mailing/shipping box or may be submitted separately in individual/shipping boxes. The four portions of the Offer should not be included on one CD or USB. Pricing must be on a separate CD or USB.

Subject Matter # of Originals # of Hard Copies # of CDs or USBs

SPECIFICATIONS/QUALIFICATIONS/STATEMENT OF WORK – PACKET 1 1 8 1

PRICING – PACKET 2 1 1 1

State of Illinois 15Department of TransportationMulti-State Locomotive ProcurementReference # 14-1-DPIT

Page 16: RFP with BEP Goal V.13.4

STATE OF ILLINOISOFFER

OTHER FORMS AND CDs/USBs – PACKET 3 1 8 1

SMALL BUSINESS ENTERPRISES PARTICIPATION AND UTILIZATION PLAN – PACKET 4 1 8 1

A.9. SECURITY: Performance Bonds: A separate performance bond for IDOT, Caltrans, and WSDOT valued at 50% of the amount of each Ordering Agreement for IDOT, Caltrans, and WSDOT. Offeror must submit the Performance Bonds to the Solicitation Contact within 10 days after award. The bonds must be from a surety certified by the U. S. Department of the Treasury, published in Circular 570 (http://www.fms.treas.gov/c570/c570_a-z.html) and licensed to transact business in Illinois, California, and Washington.

The securities shall cover all of the Vendor’s obligations under the Contract, including the base warranty and all extensions thereto (including but not limited to Attachment EE, Appendix A, Sections 21.1.2, 21.1.3, 21.1.12, 21.4, 22.4) and shall remain in force until said obligations have been fulfilled. The security amounts may be reduced as follows:

1. To thirty percent (30%) of each JPE amount when at least fifty percent (50%) of the total number of locomotives have achieved final acceptance;

2. To twenty percent (20%) of each JPE amount when at least seventy-five percent (75%) of the total number of locomotives have achieved final acceptance; and

3. To ten percent (10%) of each JPE amount when one-hundred percent (100%) of the total number of locomotives have achieved final acceptance.

4. To zero percent (0%) of each JPE amount at the end of the two year warranty period for all locomotives in the base order

When additional equipment is added to this procurement via option assignment the Vendor will provide a Performance Bond equal to the performance bond terms listed above. The performance bond may be reduced according to the schedule above.

In the case that a security guarantor becomes insolvent, its license is revoked or suspended, or its rating is downgraded, or in the case of a surety approved on the basis that it is listed as an approved federal surety and such federal approval is revoked or suspended, the Vendor shall notify IDOT within five (5) days and shall substitute other and sufficient performance security. If the Vendor fails to do so, such failure may be deemed a default and the Contract may be terminated per RFP Attachment DD “Standard Terms and Conditions” Section 1.3 “Termination for Cause” at the sole discretion of IDOT.

The Vendor shall deliver the Performance Bonds to IDOT within ten (10) days after Award.

State of Illinois 16Department of TransportationMulti-State Locomotive ProcurementReference # 14-1-DPIT

Page 17: RFP with BEP Goal V.13.4

STATE OF ILLINOISOFFER

If the cumulative value of Change Orders equals fifteen (15) percent of the original Contract value, then Vendor will adjust the value of the Performance Bonds accordingly to match the increased value of the Change Orders.

Failure to provide a Performance Bond for Option orders will not result in Vendor default of the Base Contract.

These provisions and the Vendor performance guarantee and bonds apply to the Master Agreement, and all Ordering Agreements and JPEs associated with the base order.

A.10. ORDERING AGREEMENTS: Vendor will provide the products and services in the resulting agreements when requested by IDOT or an authorized joint purchasing entity (JPE) on an as-needed, if-needed basis. IDOT and Caltrans shall enter into a Master Agreement with the Vendor. Orders against the Master Agreement shall be made by IDOT or authorized JPEs. IDOT will place its order(s) using a State approved form; each JPE shall use its own individual Ordering Agreement. The Ordering Agreement shall contain procurement details specific to each JPE, including but not limited to, invoicing details, locomotive delivery locations, “Customer Variables” (including those mentioned in the Technical Specification Chapter 23 and Attachment EE, Appendix E), and other provisions specific to each JPE. The Ordering Agreement may also contain terms and conditions specific to each JPE. However, the terms and conditions in the Ordering Agreements shall only apply to those purchases under the Ordering Agreement and shall not supersede the Master Agreement. For each order, the ordering entity shall be solely responsible for all payments or other applicable obligations or disputes that may arise related to its respective order. JPEs shall have no obligations or responsibilities related to orders placed by a different JPE. Orders written through and including the last day of the Master Agreement shall be honored. Ordering authority is governed by the State of Illinois’ Standard Procurement Rules and the Governmental Joint Purchasing Act (30 ILCS 525/0.01 et seq.) and the State of California’s Government Code Section 14038, 14061, and provisions of FRA Grant Numbers FR-HSR-0032-11-01-00 and FR-HSR-0045-11-01-00. At this time, the State of Illinois acting by and through its Department of Transportation (IDOT), the State of Washington, acting by and through its Department of Transportation (WSDOT), and the State of California, acting by and through its Department of Transportation (Caltrans) are the only authorized JPEs. IDOT may authorize additional JPEs at any time before the expiration of the Master Agreement.

A.11. SMALL/MINORITY/DISABLED CONTRACTOR INITIATIVE: The State of Illinois requires a fee of $15 to cover expenses related to the administration of the Minority Contractor Opportunity Initiative. Any Offeror awarded a contract under Section 20-10, 20-15, 20-25 or 20-30 of the Illinois Procurement Code (30 ILCS 500) of $1,000 or more is required to pay a fee of $15. The Comptroller shall deduct the fee from the first check issued to the Offeror under the contract and deposit the fee in the Comptroller’s Administrative Fund. 15 ILCS 405/23.9.

A.12. FEDERAL FUNDS: The solicitation may be partially or totally funded with Federal funds. Upon notice of intent to award, the percentage of goods and/or services involved that are Federally funded and the dollar amount of such Federal funds will be disclosed.

State of Illinois 17Department of TransportationMulti-State Locomotive ProcurementReference # 14-1-DPIT

Page 18: RFP with BEP Goal V.13.4

STATE OF ILLINOISOFFER

A.13. EMPLOYMENT TAX CREDIT: Offerors who hire qualified veterans and certain ex-offenders may be eligible for tax credits. 30 ILCS 500/45-67 & 45-70. Please contact the Illinois Department of Revenue (217-524-4772) for information about tax credits.

A.14. GOVERNING LAW AND FORUM: Illinois law and rule govern this solicitation and any resulting contract except as otherwise provided in any Ordering Agreement established under the Master Agreement. Vendor must bring any action relating to this solicitation or any resulting contract in the appropriate court in Illinois. This document contains statutory references designated with “ILCS”. Vendor may view the full text at (www.ilga.gov/legislation/ilcs/ilcs.asp). The Illinois Procurement Code (30 ILCS 500) and the Standard Procurement Rules (44 ILL. ADMIN. CODE PARTS 1, 4, 6 & 8) are applicable to this solicitation and may be viewed by users registered for the Illinois Procurement Bulletin at (www.purchase.state.il.us).

A.15. PUBLIC RECORDS AND REQUESTS FOR CONFIDENTIAL TREATMENT: Offers become the property of IDOT and Caltrans and late submissions will not be returned. All Offers will be open to the public under the Illinois Freedom of Information Act (IL FOIA) (5 ILCS 140) and other applicable laws and rules, the California Public Records Act, Government Code Section 6250 et seq. (CPRA), unless Offeror requests in its Offer that IDOT/Caltrans treat certain information as confidential. A request for confidential treatment will not supersede IDOT’s/Caltrans’ legal obligations under IL FOIA and the CPRA, respectively. IDOT/Caltrans will not honor requests to keep entire Offers confidential. Offerors must show the specific grounds in IL FOIA, CPRA, or other law or rule that support confidential treatment. Regardless, IDOT/Caltrans will disclose the successful Offeror’s name, the substance of the Offer, and the price. If Offeror requests confidential treatment, Offeror must submit additional copy/copies (see RFP Section A.7.5) of the Offer with proposed confidential information redacted. This redacted copy must tell the general nature of the material removed, and shall retain as much of the Offer as possible. In a separate attachment, Offeror shall supply a listing of the provisions identified by section number for which it seeks confidential treatment and identify the statutory basis under Illinois and California law and include a detailed justification for exempting the information from public disclosure. Offeror will hold harmless and indemnify IDOT/Caltrans for all costs or damages associated with IDOT/Caltrans defending Offeror’s request for confidential treatment. Offeror agrees IDOT/Caltrans may copy the Offer to facilitate evaluation, or to respond to requests for public records. Offeror warrants that such copying will not violate the rights of any third party. Because this solicitation/procurement is Federally funded, the Offeror should be aware that the Freedom of Information Act (5 USC 552 et seq.) may also apply to any Offers submitted.

A.16. RESERVATIONS: Offeror must read and understand the solicitation and tailor the Offer and all activities to ensure compliance. IDOT/Caltrans reserve the right to amend the solicitation, reject any or all Offers, award by item/services, group of items/services, or grand total, and waive minor defects. IDOT/Caltrans may request a clarification, inspect Offeror’s premises, interview staff, request a presentation, or otherwise verify the contents of the Offer, including information about subcontractors and suppliers. IDOT/Caltrans may request Best & Final Offers from all Responsible and Responsive Offerors when appropriate. IDOT/Caltrans will make all decisions on compliance, evaluation, terms and conditions, and shall make decisions in the best interests of IDOT/Caltrans and in accordance with the Illinois Procurement Code, rules and other applicable state and federal statutes and regulations. This competitive process may require that

State of Illinois 18Department of TransportationMulti-State Locomotive ProcurementReference # 14-1-DPIT

Page 19: RFP with BEP Goal V.13.4

STATE OF ILLINOISOFFER

Offeror provide additional information and otherwise cooperate with IDOT/Caltrans. If an Offeror does not comply with requests for information and cooperate, IDOT/Caltrans may reject the Offer as non-responsive to the solicitation. Submitting an Offer does not entitle Offeror to an award or a contract. Posting Offeror’s name in a Bulletin notice does not entitle Offeror to a contract. IDOT/Caltrans is not responsible for and will not pay any costs associated with the preparation and submission of any Offer. Awarded Offeror(s) shall not commence, and will not be paid for any billable work prior to the date all parties execute the contract, unless approved in writing in advance by IDOT/Caltrans, the Illinois State Purchasing Officer or the Illinois Chief Procurement Officer (or designee).

A.17. AWARD: IDOT/Caltrans are not obligated to award a contract pursuant to this solicitation. If IDOT/Caltrans issue an award, the award will be made to the Responsive Offeror and most Responsible Offeror whose Offer best meets the specified criteria unless otherwise permitted by the Illinois Procurement Code and Administrative Code and other applicable state and federal laws and rules. However, if IDOT/Caltrans do not consider the Price to be fair and reasonable and negotiations fail to meet an acceptable Price, IDOT/Caltrans reserve the right to cancel the award and take appropriate action to meet the needs of IDOT/Caltrans. IDOT/Caltrans will determine whether the price is fair and reasonable by considering the Offer, including the Offeror's qualifications, the Offeror's reputation, all prices submitted, other known prices, the project budget and other relevant factors. IDOT/Caltrans will post a notice to the Illinois Transportation Procurement Bulletin identifying the apparent most responsive/responsible Offeror.

A.18. REFERENCES: Yes No. Offeror must provide references from established private firms or government agencies other than the JPEs, who can attest to Offeror’s experience and ability to perform the contract subject of this solicitation. Offeror must provide the name, contact information and a description of the supplies or services provided using Attachment KK. (See also Attachment EE, Appendix A, Section 23, CER 3 “Previous Similar Experience/Customer References.”)

Type of References: Govt clients (preferred)/private firms

Number of Each Reference Type: at least 5

A.19. INVOICING: For services satisfactorily rendered, and upon approval of services, and upon receipt and approval of the invoices, the JPEs agree to compensate the Vendor for milestones achieved in accordance with the RFP. Incomplete or disputed invoices shall be returned to the Vendor, unpaid, for correction.

JPEs shall pay and the Vendor shall accept the amounts set forth in this contract in the “Milestone Payment Schedule” found in RFP Section 1.4 as full payment for furnishing all labor, materials, tools, equipment, applicable taxes, and incidentals necessary to the Work and for performing all work contemplated and embraced under the Contract; also for loss or damage arising from the nature of the Work, or from any unforeseen difficulties which may be encountered during the prosecution of the work until the acceptance by JPEs and for all risks of every description connected with the prosecution of the work, also for all expenses incurred in consequence of the suspension or discontinuance of the Work as provided in the contract; and

State of Illinois 19Department of TransportationMulti-State Locomotive ProcurementReference # 14-1-DPIT

Page 20: RFP with BEP Goal V.13.4

STATE OF ILLINOISOFFER

for completing the Work according to the plans and specifications. Payment made shall not relieve the Vendor of any obligation to make good any defective work or material.

No compensation will be made in any case for loss of anticipated profits.

The contract prices paid for the Work under the base order shall include full compensation for all taxes which the Vendor is required to pay, whether imposed by Federal, State or local government, including, without being limited to any excise taxes. No tax exemption certificate or any document designed to exempt the Contract from payment of any tax will be furnished to the Vendor by the JPEs, as to any tax on labor, services, materials, transportation, or any other items furnished pursuant to the contract.

The Vendor shall submit invoices in arrears to the JPEs according to the Milestone Payment Schedule set forth in RFP Section 1.4. JPEs will make payments on the invoices submitted as the Work proceeds, and each invoice may include any number and combination of milestone payments that are payable during that period covered by the invoice. Invoices need not be based on sequential milestones. The Vendor shall certify on each invoice that the total costs invoiced do not exceed the total milestone payment allowed and the total shall not exceed the contract price.

The Vendor shall itemize invoices on a proportional basis based on the Section 2.1.2 pricing schedule submitted with the proposal, with the amount invoiced based on the following guidance for items 1-8 as shown in that schedule:

Items 1 and 6 should be charged based on the proportion of base order units each agency receives (6 of 33 for California, for example)

Item 7 should be charged based on the quantity of spare parts each agency orders by their Ordering Agreement.

Items 2, 3, and 4, will be by number of locomotives ordered Items 5 and 8 will be by the proportion of the total received by each agency as defined

in Attachment EE Appendix E. (ex. 3 of 5 total tool sets for the Midwest) Costs of any optional locomotives or optional items or services ordered by the various

JPE's will be borne completely by the ordering JPE.The vendor shall submit two copies of each invoice to each JPE not more frequently than monthly to the invoice address identified in each JPE’s Ordering Agreement.

Invoices can be submitted only after a milestone has been achieved and accepted by IDOT/JPEs. Each invoice shall be in a format approved by and in a quantity stipulated by IDOT/JPEs, and shall at the minimum include the following:

1. Contract number.2. Type and unit number of the locomotive invoiced.3. Milestone(s) invoiced.4. Applicable taxes.5. Total invoice amount.

State of Illinois 20Department of TransportationMulti-State Locomotive ProcurementReference # 14-1-DPIT

Page 21: RFP with BEP Goal V.13.4

STATE OF ILLINOISOFFER

Each invoice shall be accompanied by Conditional and Final Acceptance forms, Contract Deliverable Requirements List (CDRL) approvals or other back up documents required by IDOT/Caltrans/JPE. Incomplete or inaccurate invoices shall be returned unapproved to the Contractor for correction.

A.19.1. INVOICING ADDRESS: For IDOT and the Midwest Coalition only, please send invoices to the following address:

Send invoices to: Division of Public and Intermodal TransportationAgency Illinois Department of TransportationAttn: John OimoenAddress: 100 W. Randolph, Suite 6-600

City, State Zip: Chicago, IL 60601-3229

For JPEs other than IDOT, please send invoices to the addresses shown in each JPE’s Ordering Agreement.

A.20. PROTEST REVIEW OFFICE: Offeror may submit a written protest to the IDOT Chief Procurement Officer following the requirements of the Standard Procurement Rules. 44 ILL. ADMIN. CODE 6 subpart G. For protests related to specifications, the IDOT Chief Procurement Officer must physically receive the protest no later than 14 days after the solicitation or related addendum was posted to the Illinois Transportation Procurement Bulletin. For protests related to rejection of individual Offers or awards, the protest must be received by close of business no later than 7 days after the protesting party knows or should have known of the facts giving rise to the protest. The IDOT Chief Procurement Officer’s contact information is as follows:

Chief Procurement Office Phone: (217) 558-54342300 South Dirksen Parkway Facsimile: (217) 557-5445200 Hanley Building Illinois TTY Relay: (800) 526-0844Springfield, IL 62764

A.21. EVALUATION PROCESS: Following an administrative review, the voting members of the Evaluation Committee will determine how well Offers meet the Responsiveness requirements described below. The voting members of the Evaluation Committee will rank Offers, without consideration of Price, from best to least qualified using a point ranking system (unless otherwise specified) in conducting the evaluation. Offerors who fail to meet minimum requirements or who receive fewer than the minimum required points will not be considered for Price evaluation and award (see RFP Section B “Selection of Vendor” for more details regarding the evaluation and selection process).

The Evaluation Committee evaluates three categories of information: Responsiveness, Responsibility, and Price. The Evaluation Committee considers the information provided and the quality of that information when evaluating Offers. If the Evaluation Committee finds a failure or deficiency, the failure or deficiency will be reflected in the evaluation.

State of Illinois 21Department of TransportationMulti-State Locomotive ProcurementReference # 14-1-DPIT

Page 22: RFP with BEP Goal V.13.4

STATE OF ILLINOISOFFER

A.21.1. RESPONSIVENESS: A responsive Offeror is one who submits an Offer that conforms in all material respects to the Request for Proposal, and includes all required forms. Required forms may include and may not be limited to:

State Board of Elections Registration: Offeror may be prohibited from making political contributions and be required to register with the State Board of Elections. See Attachment AA - State Board of Elections Registration for more detail;

Authorized to Do Business in Illinois: A person (other than an individual acting as a sole proprietor) must be duly constituted legal entity and authorized to do business in Illinois prior to submitting an Offer. Offeror shall complete certification #31 in Attachment GG - Standard Certifications, and provide any required documentation;

Illinois Department of Human Rights Public Contracts Number: Offeror shall complete and return Attachment CC - Illinois Department of Human Rights Public Contracts Number;

Subcontractor Disclosure: If Offeror’s Offer includes any subcontractors, Offeror shall complete Attachments FF-1 and FF-2 - Subcontractor Disclosure;

Standard Certifications: Offeror shall complete Attachment GG - Standard Certifications;

Financial Disclosures and Conflicts of Interest: Offeror shall complete Attachment HH - Financial Disclosures and Conflicts of Interest;

Disclosure of Business Operations: Offerors shall complete Attachment II - Disclosure of Business Operations with Iran;

Business and Directory Information: Offeror shall complete and return Attachment JJ - Business and Directory Information;

References: Offeror shall complete Attachment KK – References;

Taxpayer Identification Number: Offeror shall complete Attachment MM - Taxpayer Identification Number;

Small Business Enterprises Utilization and Participation Plan: Offeror shall complete Attachment NN – Small Business Enterprises Utilization and Participation Plan;

Certifications: Offeror shall complete and return Forms CER 2.1, CER 2.2, CER 2.3, CER 2.4, CER 2.5, CER 2.6, CER 2.7, CER 2.8 (if needed), CER 3, and CER 4 (if needed) (see Attachment EE, Appendix A, Section 23);

Standardization Table: Offeror shall complete and return the Standardization Table (see Attachment EE, Appendix D);

State of Illinois 22Department of TransportationMulti-State Locomotive ProcurementReference # 14-1-DPIT

Page 23: RFP with BEP Goal V.13.4

STATE OF ILLINOISOFFER

Life Cycle Cost Worksheet: Offeror shall complete and return the Life Cycle Cost Worksheet (see Attachment EE, Appendix F); and

Spare Parts List: Offeror shall complete and return the Spare Parts List (see Attachment EE, Appendix I).

A.21.1.1. The Evaluation Committee will determine whether the Offer meets the stated requirements. Minor differences or deviations that have negligible impact on the price or suitability of the supply or service to meet the JPEs’ needs may be accepted or corrections allowed. If no Offeror meets a particular requirement, the Evaluation Committee may waive that requirement.

A.21.1.2. Please see Technical Specification 2.3 “Definitions” for the definition of “Equal/Equivalent” for instances when the specification calls for “Brand Name or Equal,” or “Approved Equal or Equivalent.”

A.21.1.3. The Evaluation Committee will determine whether Offeror’s Offer complied with the instructions for submitting Offers. Except for late submissions, and other requirements that by law must be part of the submission, the Evaluation Committee may require that an Offeror correct deficiencies as a condition of further evaluation.

A.21.2. RESPONSIBILITY: A responsible Offeror is one who has the capability in all respects to perform fully the contract requirements and who has the integrity and reliability that will assure good faith performance. IDOT/Caltrans determine whether the Offeror is a “Responsible” Offeror; an Offeror with whom IDOT/Caltrans can or should do business. For example, IDOT/Caltrans may consider the following:

.

A.21.2.1. A “prohibited bidder” includes any person assisting an employee of the State of Illinois by reviewing, drafting, directing, or preparing any invitation for bids, a request for proposal, or request of information, or providing similar assistance unless such assistance was part of a publically issued opportunity to review drafts of all or part of these documents. Participation by proposers, their consultants, subcontractors, suppliers, employees or agents of the proposers in developing NGEC technical specification 305-005 and its associated documents as part of the PRIIA NGEC proceedings will not be considered grounds for being considered a prohibited bidder. For purposes of this section, an employee of the State of Illinois means one who, by the nature of his or her duties, has the authority to participate personally and substantially in the decision to award a State contract. No person or business shall submit specifications to a State agency unless requested to do so by an employee of the State. No person or business who contracts with a State agency to write specifications for a particular procurement need shall submit a bid or Offer or receive a contract for that procurement need.

Nothing herein is intended to prohibit an Offeror from bidding or offering to supply developing technology, goods or services after providing the State with a

State of Illinois 23Department of TransportationMulti-State Locomotive ProcurementReference # 14-1-DPIT

Page 24: RFP with BEP Goal V.13.4

STATE OF ILLINOISOFFER

demonstration of the developing technology, goods, or services; provided the subject of the demonstration to the State represents industry trends and innovation and is not specifically designed to meet the State's needs. Nor is it intended to prohibit a person or business from submitting a bid or offer or entering into a contract if the person or business: (i) initiates a communication with an employee to provide general information about products, services, or industry best practices and, if applicable, that communication is documented in accordance with Section 50-39 of the Illinois Procurement Code, or (ii) responds to a communication initiated by an employee of the State for the purposes of providing information to evaluate new products, trends, services, or technologies.

A.21.2.2. Other factors that IDOT/Caltrans may evaluate to determine Responsibility include, but are not limited to: political contributions, certifications, conflict of interest, financial disclosures, taxpayer identification number, past performance in business or industry, references (including those found outside the Offer,) compliance with applicable laws, financial responsibility, insurability, effective equal opportunity compliance, payment of prevailing wages if required by law, capacity to produce or courses of supply, and the ability to provide required maintenance service or other matters relating to the Offeror’s probable ability to deliver in the quality and quantity within the time and price as specified in this solicitation.

A.21.2.3. Awarded Offerors must at all times have financial resources sufficient, in the opinion of IDOT/Caltrans, to ensure performance of the contract and must provide proof upon request. IDOT/Caltrans may terminate the Contract, consistent with the termination for cause provision of the Contract, if the Offeror lacks the financial resources to perform under the Contract.

A.21.3. PRICE: For all Offers that meet Responsibility and Responsiveness requirements (see A21.1 and A21.2 above), IDOT/Caltrans will open Pricing Offers and determine the score of those Pricing Offers. The Pricing Offer shall be for the entire Contract, comprising all Offer items, including base and option vehicles, spare parts package, manuals, training, special tools, test equipment, and Life-Cycle Cost (LCC).

A.21.4. PREPARATION OF OFFERS: Offerors are required to follow all the provisions and requirements of this RFP when developing their Offer, including but not limited to the instructions in RFP Section A, “Instructions for Submitting Offers.” In addition to the processes described in RFP Section A, IDOT may require all Offerors to attend Confidential Discussions to discuss issues regarding their Offer. This is designed to increase the likelihood that Offers will be received without disqualifying defects. If Confidential Discussions are required, each Offeror may be requested to submit a Revised Offer following the Confidential Discussions. If Revised Offers are requested, the Revised Offer will be the Offer that will be evaluated by. If Confidential Discussions occur, the Evaluation Committee, working together in confidence with each Offeror, will assess and discuss the Offers, including the viability and effectiveness of the Offeror’s proposed methods of meeting needs reflected in the RFP. It is a departure from the rigid "either accept or reject" philosophy of traditional competitive bidding, yet it is highly competitive in nature. It provides the flexibility needed for the Offeror to test a solution prior

State of Illinois 24Department of TransportationMulti-State Locomotive ProcurementReference # 14-1-DPIT

Page 25: RFP with BEP Goal V.13.4

STATE OF ILLINOISOFFER

to formal submittal of the Revised Offer, and it facilitates the correction of defects before they can result in disqualification of an Offer.

A.21.5. OFFER FORMAT REQUIREMENTS: Offers will be comprised of the following packets, and submitted and ordered in the appropriate sections as outlined below:

A.21.5.1. Packet 1: OFFEROR’S RESPONSE TO SPECIFICATIONS/ QUALIFICATIONS/ STATEMENT OF WORK: Packet 1 shall contain the Offeror’s Technical Proposal.

NOTE: TECHNICAL PROPOSALS SHOULD INCLUDE THE FOLLOWING INFORMATION IN THE FORMAT PROVIDED BELOW.

Packet 1 - TECHNICAL PROPOSAL1.0 General

As the Offeror prepares its Technical Proposal, clearly communicating and describing the locomotive is of utmost importance. As this procurement will be for multiple agencies, using a common locomotive specification and a list of customer variables (see Technical Specification Chapter 23 and Attachment EE, Appendix E), clear descriptions of how the Offeror will integrate the variables is important. As an example, Attachment EE, Appendix E “Additional Customer Variables” describes features for a long distance variation of the locomotive with a larger fuel tank and increased Head-End Power. In order to accommodate configuration variations necessary to address the requirements of the market segments for the locomotive envisioned by the base and optional quantities of this RFP, and potentially beyond that to additional market segments, a “platform” design with plug-and-play systems could be considered that would address the requirements of multiple market segments. Detailed description of the Offeror’s approach for a flexible product platform is very important.

1.1 Overall Vehicle Information

1.1.1 General Arrangement Drawings (total of 12)

1. For the locomotive, provide eight (8) general arrangement drawings to scale with appropriate dimensions that indicate the following:

Vehicle plan view (exterior); Vehicle side view (exterior); Operator’s Cab layout with equipment locations; Vehicle equipment arrangement; Front End view; Rear End view; Three Dimensional representation (hard copy) of CEM features; and Dynamic Clearance Envelope without and with fairing as applicable.

State of Illinois 25Department of TransportationMulti-State Locomotive ProcurementReference # 14-1-DPIT

Page 26: RFP with BEP Goal V.13.4

STATE OF ILLINOISOFFER

(Maximum length: eight (8) drawings for each locomotive type on letter sized (or 11” x 17”) paper– multiple views or arrangements can be combined in one drawing, if desired)

2. Provide up to three (3) transverse sections at the following locations: Engineer’s Cab; Equipment room at the Traction Alternator; and Equipment room at cooling system at the truck centerline.

(Maximum length: Three (3) drawings on letter sized (or 11” x 17”) paper - multiple sections can be combined in one drawing, if desired)

3. Provide one (1) longitudinal section at the centerline of the locomotive on letter sized (or 11” x 17”) paper

1.1.2 Locomotive P2 Force and Weight Schedule (Technical Specification 1.4.3 & 5.7.3)

Provide the predicted locomotive P2 Force and predicted weight with 100 % variable supplies, according to the calculations in Technical Specification 5.7.3 “Track Dynamic Forces.”

1.1.3 Service and Performance Requirements, and Route Simulations (Technical Specification 9.2)

Per Technical Specification 9.2, the Offeror shall provide route and performance simulations with an emphasis on fuel consumption and trip time. Please see Attachment EE, Appendix G “Service and Performance Simulations” for data to be used in response to these requirements.

1.2 Vehicle Major Systems and Suppliers

The Offeror shall provide a detailed description of each of the following fifteen (15) systems (in the order listed – chapter references are from the Technical Specification) as offered by each proposed supplier to comply with this Contract.

Chapter 4: Locomotive Carbody; Chapter 5: Running Gear (Trucks); Chapter 6: Couplers and Draft Gear; Chapter 7: Braking System; Chapter 8: Engineer’s Cab; Chapter 9: Locomotive Propulsion System (including the traction control

arrangement); Chapter 10: AC Power Distribution, Communications Trainline and MU Trainline; Chapter 11: Lighting; Chapter 12: Locomotive to Train Communication; Chapter 13: Head End Power (HEP) System; Chapter 14: Battery System; Chapter 15: Sanding System; Chapter 16: Engineer’s Cab Controls; Chapter 17: Fuel System; and

State of Illinois 26Department of TransportationMulti-State Locomotive ProcurementReference # 14-1-DPIT

Page 27: RFP with BEP Goal V.13.4

STATE OF ILLINOISOFFER

Chapter 24: Safety Accessories (including PTC).The detailed description of these systems shall include the following information:

Concept, design, production, operation and performance information for each system and major component;

Methodology, design concept, and performance criteria used in the design and integration of these systems per the Technical Specification requirements;

Basic system configuration; Manufacturer name and model numbers of major components as appropriate; Service history of each proposed system, including:

o History of use in passenger rail service in North America;o History of use in passenger rail service outside North America;o Number of vehicles or components in use;o Locomotive fleet miles and/or time in revenue service to-date;o Agency name; ando Contact person.

Identification of any differences between the proposed system and the system as specified in the technical specification; and

Identification of microprocessor and software main features, when applicable.In addition to the information requested above, specific information is requested for the following major vehicle features:

Major System Additional Information

Locomotive Carbody(Chapter 4)

For Crashworthiness Features, please provide:• Operator’s visibility diagram (horizontal and vertical);• Detailed description of the structural elements;• Collision Posts & Corner Posts structural test descriptions and

their pass/fail criteria;• Load paths and connections into locomotive structure; and• Anti-climber description.

Running Gear (Trucks)(Chapter 5)

Please provide details regarding truck frame design and manufacture

Couplers and Draft Gear(Chapter 6)

Please provide descriptions regarding Pushback Coupler design, trigger mechanism, and energy absorption capacity

Braking System(Chapter 7)

An Electronic Air Brake System shall provide full interoperability with existing locomotives with 26L pneumatic brakes, Bi-Level Railcars equipped with 26C pneumatic brakes, as well as other passenger equipment operating in the United States. In addition, to be considered for this procurement the electronic brake system must be compliant with 49 CFR238.105, in accordance with the provisions of the Technical Specification.

State of Illinois 27Department of TransportationMulti-State Locomotive ProcurementReference # 14-1-DPIT

Page 28: RFP with BEP Goal V.13.4

STATE OF ILLINOISOFFER

Major System Additional Information

Locomotive Propulsion System(Chapter 9)

Diesel Engine(s) description Please provide design details to indicate how Tier 4 exhaust

emission levels will be achieved; Please provide design details to indicate how the engine

support systems will be configured: Air Intake to exclude dust and snow, the exhaust system, radiators and cooling system, lube oil and fuel system with emphasis on filter changes, oil changes and other maintenance features; and

Emissions service requirements.

Provide detailed descriptions for Traction Alternator, the coupling to the diesel engine(s), Rectifier, Inverters and power distribution switchgear.

AC Power Distribution, Communications Trainline and MU Trainline(Chapter 10)

Please provide a detailed description of engineer to coach car staff intercom connection via handset (see Attachment EE, Appendix E)

Please describe the approach to configure the Digital Trainline Network (DTN / DTL) between coach cars and locomotive (see Attachment EE, Appendix E)

Head End Power (HEP) System(Chapter 13)

Provide detailed descriptions for HEP Alternator, the coupling to the diesel engine(s), Rectifier, Inverters and power distribution switchgear and HEP trainlines.

Layover System - Provide a detailed description of the layover system and layover battery charging. Provide specific details for the integration with the diesel engine automatic engine stop/start control.

Engineer’s Cab Controls(Chapter 16)

Control Cab ergonomics• Provide cab layouts showing display screens.

Provide a detailed description of locomotive fault monitoring

Provide a detailed description of locomotive control system architecture

Please provide a detailed description of the diagnostic monitoring equipment and capabilities (see Attachment EE, Appendix E)

Please provide a detailed description of the Vehicle / Track Interaction monitor (see Attachment EE, Appendix E).

State of Illinois 28Department of TransportationMulti-State Locomotive ProcurementReference # 14-1-DPIT

Page 29: RFP with BEP Goal V.13.4

STATE OF ILLINOISOFFER

Major System Additional Information

Safety Accessories(Chapter 24)

Please provide a detailed description of how the locomotive will be equipped and tested for functionality with IETMS and ITCS as associated with on board PTC equipment (see Attachment EE, Appendix E).

(Maximum length: 120 (one-hundred-twenty) pages total on letter sized paper. 11 x 17 paper can be used for drawings, if necessary. Please use dividers to separate the information for each Chapter).

1.3 Qualifications

1.3.1 Previous Similar Experience

The Offeror shall provide a general description and at least five (5) references of its design and manufacturing experience and expertise in providing intercity and/or commuter diesel electric locomotives since 1995, including fleets presently under design and/or construction. Please include the following subjects in your general description:

Previous experience in the design and production of high horsepower diesel locomotives with AC traction; and

Previous experience in the design of modern locomotives compliant with current EPA, AAR and FRA standards.

For the five references, include the following for each locomotive order using form CER 3. Procuring agency; Total value of contract awarded at time of award and at end of contract (if

different); Contact person (including phone number) at the purchasing agency. IDOT may

discuss the success of the procurement with each named agency; Number of vehicles ordered, including locomotive type(s); Contract start and end dates, schedule performance in delivery of the locomotives;

i.e., original contract requirements versus actual delivery; and General description of the differences between the locomotive supplied and the

locomotive specified in this RFP.(Maximum length: Two (2) page general description on letter sized paper, and one (1) page per each locomotive order on form CER 3. No limit on the number of locomotive orders described.)

1.3.2 Manufacturing Capacity and Capability

Offeror shall provide a comprehensive description of its manufacturing capability, including the following:

Location of manufacturing facilities in the United States; Identification of Offeror’s current workload, backlog and projected demand through

end of this Contract; Projected available capacity;

State of Illinois 29Department of TransportationMulti-State Locomotive ProcurementReference # 14-1-DPIT

Page 30: RFP with BEP Goal V.13.4

STATE OF ILLINOISOFFER

Any facility modifications required to implement this order at each manufacturing facility;

Layout of manufacturing facilities; Location where the carbody will be manufactured and the experience level of this

location in performing this type of work; Full description of the manufacturing equipment, special machinery and test

facilities available at the carbody manufacturing facility; Location where the truck frames will be manufactured and the experience level at

this location in performing this type of work; Location of the following test facilities:

o Carbody compression test facility;o Truck static load and fatigue test facility;o Exhaust emissions test facility;o Ride quality and speed test facility.

All locations where major subassembly work will be performed; Location of final assembly and the experience level at this location in performing

this type of work; Location of truck assembly and the experience level at this location in performing

this type of work; Location and facilities for carbody structural design development and finite element

analysis, including CEM features; and Location and facilities at which primary locomotive engineering will occur and

experience level at this location for performing these activities. (Maximum length: Ten (10) pages on letter sized paper and two (2) drawings on 11 x 17

paper)

1.3.3 Staffing Plan and Resumes

Offeror shall demonstrate the adequacy of its staffing plan and availability of each member of the key staff by providing the following:

Program organization chart, including definitions of the functions shown thereupon. The chart shall indicate the authority and placement of all key program personnel, including the Program Manager, Project Manager, Contract Manager, Engineering Manager, Structural Engineer, Production Manager, Quality Manager, Warranty Manager, and Systems Integration Manager.

(Maximum length: One (1) organization chart plus a three (3) page narrative on letter sized paper keyed to the organization chart)

The Offeror shall provide resumes for all key staff listed on the organization chart. Each resume shall contain the following, in the order given below:

Corporate title and affiliation; Years of industry and company experience [including at least ten (10) years’ industry

experience and at least three (3) years’ rail locomotive manufacturing experience];State of Illinois 30Department of TransportationMulti-State Locomotive ProcurementReference # 14-1-DPIT

Page 31: RFP with BEP Goal V.13.4

STATE OF ILLINOISOFFER

Other relevant experience; Relevant education [both the Engineering Manager and the Structural Engineer

must be Licensed Professional Engineers – (PE)]; Brief description of the program function to be fulfilled, including decision-making

responsibilities; and Percentage of time dedicated to this project.

(Maximum length: one (1) letter sized page per resume)

1.3.4 Program Management, Design, Testing and Quality Assurance Plans and Work Flow Diagram

Offeror shall demonstrate, through a single Work Flow Diagram and narrative, how the program management, vehicle design testing and work flow effort will be managed. The narrative should be keyed to the Work Flow Diagram. Factors that should be addressed in both the Work Flow Diagram and narrative include the following:

At what point in the process will the design and testing for each major vehicle system and/or component occur;

Location and facilities for carbody structural design development and finite element analysis, including CEM features;

How the Offeror will ensure that the design (including supplier designs) incorporates all specification requirements;

How the Offeror will manage the program and coordinate the design effort amongst the various Subcontractors and Suppliers; that is, how the systems engineering and integration effort will be set up, managed and carried out;

How quality assurance during design and production will be implemented; How Sustainability requirements, as specified in the Technical Specification, will be

addressed; Description of checks and balances in place to ensure a compliant and safe design; How review comments will be incorporated into the overall engineering design effort; How review and approval cycle time will be accommodated; How first article and design qualification testing results will be incorporated into the

overall design effort; How pilot locomotive(s) testing, pilot locomotive(s) compression testing and CEM

testing will be managed; Describe how your warranty and Field Modification Instructions (FMI) processes will

be managed and the level and duration of provided and available field technical support;

A complete description of the Offeror’s quality assurance program. This description must include the following:

o The structure of the Offeror’s QA department;o How quality assurance department maintains independence from

manufacturing;o How quality control problems are fed back into the manufacturing process

and resolved; ando How configuration control is managed.

State of Illinois 31Department of TransportationMulti-State Locomotive ProcurementReference # 14-1-DPIT

Page 32: RFP with BEP Goal V.13.4

STATE OF ILLINOISOFFER

Describe approach to Systems Integration, including the approach for integrating all elements through this project;

Describe approach for a Vehicle Weight Management Program; Provide an Electrical Load Analysis (all loads) for HEP and Propulsion; Describe approach for an Environmental Compliance Plan per PRIIA Specification 305-

912; and Describe approach for providing Systems Integration, Design Review, and Quality

Assurance of manuals and training courses.(Maximum length: Fifteen (15) total pages on letter sized paper and including one (1) Work Flow Diagram)

1.4 Schedule and Narrative

Schedule is of high importance in this procurement. The Offeror shall submit a Critical Path Method (CPM) schedule indicating reasonability of achieving the key milestone dates. In addition, the Offeror will need to state a monthly production rate that Offeror can realistically achieve and provide evidence that this rate can be achieved.

The CPM schedule should incorporate adequate time for contingencies, approval milestones, approval cycle times for iterative approval processes, and accommodate workarounds to ensure meeting deadlines. As a minimum, the events to be included in the Offeror’s schedule are as follows (Offeror may include additional events as appropriate):

Submittal of general arrangement drawings; Each major subsystem supplier placed under contract; Completion of activities associated with vehicle design and design review (including

Preliminary Design Review, Intermediate Design Review, and Final Design Review); Completion of Carbody Structural Analysis and Certification of compliance with CEM

requirements; Mock up development and review; First Article Inspections (FAI) of major subsystems and components; Commence first carbody parts manufacture; Commence first carbody major sub-assemblies; Complete first carbody prior to painting; Carbody structural test; Complete first locomotive set of truck frames; Truck frame fatigue test; Ship first locomotive carbody to final assembly site, if separated; Commence first locomotive final assembly; Complete major subsystems installation on first locomotive; Final truck mounting on first locomotive; Tier 4 diesel engine exhaust qualification test in the first locomotive; FAI of first locomotive; Compliance testing of first locomotive, including third party testing; Complete design qualification test series on first pilot locomotive; Shipment of pilot locomotive(s) to IDOT facility or designated location;

State of Illinois 32Department of TransportationMulti-State Locomotive ProcurementReference # 14-1-DPIT

Page 33: RFP with BEP Goal V.13.4

STATE OF ILLINOISOFFER

Arrival of pilot locomotive(s) at IDOT facility (Chicago Amtrak Yard) or designated location;

Conditional Acceptance of pilot locomotive(s) by IDOT/JPE; Final acceptance of pilot locomotive(s) by IDOT/JPE;

Complete each locomotive carbody; Complete manufacturing of each completed locomotive; Ship each locomotive to IDOT’s facility or designated location or alternative delivery

point for CA and WA; Arrival of each locomotive at IDOT’s facility, designated location or alternative

delivery point for CA and WA; Conditional acceptance of each locomotive (turnover to IDOT/JPE); Reliability demonstration test planned start and actual completion; Final acceptance of each locomotive; Delivery of draft and final manuals and parts books; Training program; Warranty period; and Project closeout.

(Maximum length: Fifteen (15) pages for the schedule on 11” x 17” sized paper (if desired) and four (4) pages of narrative on letter sized paper)(End of Instructions for Packet 1 – Technical Proposal)

A.21.5.2. Packet 2: Offeror Pricing Offer: The Pricing Offer shall consist of RFP Section 2 “Pricing,” including all Pricing Schedules and shall be for the entire Contract, comprising all Offer items, including base and option vehicles, spare parts package, manuals, training, special tools, test equipment, and Warranty Support. The following must also be included with the Pricing Offer in Packet 2: Attachment EE, Appendix F “Life-Cycle Cost (LCC) Worksheet;” Attachment EE, Appendix I “Spare Parts List;” Attachment EE, Appendix H “Maintenance” (not evaluated); and Remobilization Costs (see Attachment EE, Appendix A, Section 13.6 “Economic Price

Adjustment” – not evaluated). Attachment FF-2, Subcontractor Disclosure, including cost/payment information Attachment NN, Small Business Enterprises participation and utilization plan: include

Utilization Plan and Letter of Intent

A.21.5.3. Packet 3 – Tab 1: Attachments AA through CC, FF through KK, and MMThe following documents are required for Packet 3 – Tab 1:

# Document1. Offer (RFP Section C)2. Attachment AA - State Board of Elections Registration3. Attachment BB - Authorized to Do Business in Illinois4. Attachment CC - Illinois Department of Human Rights

State of Illinois 33Department of TransportationMulti-State Locomotive ProcurementReference # 14-1-DPIT

Page 34: RFP with BEP Goal V.13.4

STATE OF ILLINOISOFFER

Public Contracts Number5. Attachment FF-1 - Subcontractor Disclosure (without

cost/payment information)6. Attachment GG - Standard Certifications7. Attachment HH - Financial Disclosures and Conflicts of

Interest8. Attachment II - Disclosure of Business Operations in

Iran9. Attachment JJ - Business and Directory Information10. Attachment KK - References11. Attachment MM - Taxpayer Identification Number

A.21.5.4. Packet 3 – Tab 2: Supplemental ProvisionsThe following documents are required for Packet 3 – Tab 2:

# Document1. CER 2.2: Debarment and Suspension Certification for

Prospective Contractor2. CER 2.3: Debarment and Suspension Certification (lower-

tier covered transactions)3. CER 2.4: Non-Collusion Affidavit4. CER 2.5: Lobbying Certification5. CER 3: Previous Similar Experience / Customer References6. Letter of Intent from a qualified insurance carrier,

indicating its willingness to provide insurance coverage for the Offeror in accordance with the RFP requirements (see Attachment DD, Section 12 “Insurance”)

7. Letter of Intent from a qualified bonding company, indicating its willingness to provide a performance bonds for the Offeror in accordance with the RFP requirements (see RFP Section A.9 “Security”)

In addition, Packet 3 – Tab 2 shall contain the following documents and information regarding Buy America and Standardization:

Buy AmericaPlease see Attachment EE, Appendix A, Section 1 “Buy America Certification” for relevant Buy America provisions and directions for completing the following Buy America documents.

CER 2.1: Buy America Certificate of Compliance or Non-Compliance; CER 2.6: Buy America Diesel Electric Locomotive Component Worksheet; CER 2.7: Buy America Component Supplier Certification Form; CER 2.8: Supply Scouting Template; and Waiver Requests and Justifications, if needed.

State of Illinois 34Department of TransportationMulti-State Locomotive ProcurementReference # 14-1-DPIT

Page 35: RFP with BEP Goal V.13.4

STATE OF ILLINOISOFFER

StandardizationComplete the Standardization Table in Attachment EE, Appendix D, and CER 4 “Essential Patent Disclosure Form” (as needed). Please see Attachment EE, Appendix A Section 2 “Standardization” for Standardization provisions and directions for completing the Standardization Table and form CER 4.

A.21.5.5. Packet 3 – Tab 3: Offeror Provided Confidential Documents: Offeror shall include any Confidential Documents as described in RFP Section A.7.5

A.21.5.6. Packet 4: Small Business Enterprises Participation and Utilization Plan: Please complete Attachment NN, SBE Commitment Document only and include in Packet 4. Please note that Attachment NN, Utilization Plan and Letter of Intent should only be included in the Pricing Offer, Packet 2.

A.21.6. Signing of Offer Forms: Offers shall include the firm name (and, in the event that the Offeror is a joint venture, the names of the individual firms comprising the joint venture); business address; and the name, title and business address of the responsible individual(s) with their telephone numbers and email addresses, who may be contacted during the Offer evaluation period for scheduling confidential discussions and for receiving notices from IDOT on the Offer Form contained in RFP Section C. The Offer Form shall be signed by an Offeror’s Representative and shall bind the Offeror. The Offeror shall submit evidence of the Representative’s authority to act for and bind the Offeror in all matters relating to the Offer. A joint Offer (two or more Offerors quoting jointly on one Offer) may be submitted and each participating Offeror must sign the joint Offer. If the contract is awarded to joint Offerors, it shall be one indivisible contract. Each joint contractor shall be jointly and severally responsible for the performance of the entire contract, and the joint Offerors must designate, in writing, one individual having authority to represent them in all matters relating to the contract. IDOT assumes no responsibility or obligation for the division of orders or purchases among joint venture Offerors. The Offeror shall submit with its Offer a copy of the joint venture agreement, if applicable.

A.21.7. Modification or Withdrawal of Offers: A modification of an Offer already received will not be accepted. An Offeror may withdraw an Offer already received by IDOT prior to the Offer Due Date by submitting a written request for withdrawal to the Solicitation Contact identified in RFP Section A.3. The request for withdrawal of the Offer must be executed by the Offeror’s Representative. The withdrawal of an Offer does not prejudice the right of an Offeror to submit another Offer within the time set for receipt of Offers. After the Offer Due Date, an Offer may be withdrawn only if IDOT fails to award the Contract within the Offer validity period prescribed in RFP Section A.6.2 “Offer Firm Time” or any agreed-upon extension thereof.

A.22. SMALL BUSINESS ENTERPRISES PARTICIPATION AND UTILIZATION PLAN: Please see Attachment NN for instructions and forms.

A.23. PROPOSED SCHEDULE FOR THE PROCUREMENT State of Illinois 35Department of TransportationMulti-State Locomotive ProcurementReference # 14-1-DPIT

Page 36: RFP with BEP Goal V.13.4

STATE OF ILLINOISOFFER

This Procurement will follow an approach designed to increase the likelihood that Offers will be received without disqualifying defects. If initial Offers received by IDOT are determined to be inadequate, this approach will endeavor to (1) ensure that the Offerors clearly understand the RFP’s requirements before attempting to develop their Revised Offers; (2) ensure that IDOT/Caltrans clearly understand what each Offeror intends to offer before those Offers are revised; and (3) give IDOT/Caltrans and each Offeror the opportunity to discuss weaknesses or potentially unacceptable elements of an Offer and give the Offeror the opportunity to modify its Offer to correct such problems. Offerors may elect to resubmit their initial Offer as their Revised Offer, or provide written notice to the Solicitation Contact that their initial Offer is their Revised Offer.

In order for an Offeror to be afforded the benefits of this approach included in this RFP, the Offeror must take the responsibility to: Carefully read the entire RFP; If clarification is necessary, ask appropriate questions in a timely manner to the Solicitation

Contact; Submit all required responses, complete to the best of the Offeror’s ability, by the required

dates and times; and Make sure that all procedures and requirements of the RFP are accurately followed and

appropriately addressed.The following is the anticipated schedule for this procurement. All dates are subject to change by addenda.

Date Activity 8/8/13 Request for Proposals issued 8/22/13 Offeror Conference (Mandatory)

8/29/13 First Addendum Issued and posted on the Illinois Transportation Procurement Bulletin

9/12/13 Last day to submit questions prior to Offer due date

9/19/13 Last Addendum Issued prior to Offer due date and posted on the Illinois Transportation Procurement Bulletin

10/3/13 Offers due 10/28/13 Begin Confidential Discussions (as deemed necessary by IDOT/Caltrans) 11/1/13 Last day for Confidential Discussions with Offerors (if conducted) 11/7/13 Last day to submit questions prior to Revised Offer due date (if requested) 11/13/13 Post final RFP addendum to Illinois Transportation Procurement Bulletin 11/27/13 Revised Offers due (if requested) December Evaluation Complete – Recommendation for Award to Chief Procurement Officer December CPO Determination on Recommended Award January Notice of Intent to Award

State of Illinois 36Department of TransportationMulti-State Locomotive ProcurementReference # 14-1-DPIT

Page 37: RFP with BEP Goal V.13.4

STATE OF ILLINOISOFFER

Date Activity January Buy America Pre-Award Audit (estimated duration 20 business days) February Notice of Award published

Please note that Confidential Discussions, related addenda, and Revised Offers may not be necessary if the initial Offers are deemed adequate by the Evaluation Committee. As such, the dates for the Evaluation and other later activities may occur earlier than shown on the Proposed Schedule above.

IDOT reserves the right to modify the procurement schedule as circumstances may warrant. If IDOT finds it necessary to change any of these dates up to and including the date that Offers are submitted, the change in schedule will be accomplished via an addendum to this RFP. By publishing this RFP, IDOT is under no requirement to make an award to any Offeror.

A.24. OWNERSHIP AND COST OF OFFER DEVELOPMENT

All Offers will become the property of IDOT. All Offers will become a public record within seven (7) days after the Notification of Intent to Award as specified in the Proposed Schedule for Procurement.

This RFP does not commit IDOT/Caltrans to enter into a Contract, to pay any costs incurred in the preparation, or presentation of an Offer, nor to procure or contract for the equipment.

A.25. SINGLE OFFER RESPONSE

If only one Offer is received in response to this RFP and it is found to be acceptable, then a cost analysis, possibly including an audit, may be performed by or for IDOT. The cost analysis will establish if the price is fair and reasonable. By submitting an Offer in response to this RFP the Offeror agrees to provide data necessary to perform such an audit.

State of Illinois 37Department of TransportationMulti-State Locomotive ProcurementReference # 14-1-DPIT

Page 38: RFP with BEP Goal V.13.4

STATE OF ILLINOISOFFER

B. SELECTION OF VENDOR

B.1. IDOT/Caltrans may award to the most Responsive/Responsible Offeror whose Offer best meets the below criteria.

B.2. The Evaluation Committee will determine how well Offers meet the Responsiveness requirements. IDOT and Caltrans will rank Offers, without consideration of Price, by evaluating each Offer on the basis of the evaluation criteria set forth in this RFP using a point ranking system in conducting the evaluation. Offerors who receive fewer than the minimum required points will not be considered for Price evaluation and award. The minimum required points is equal to 80% of the total Responsiveness points (56 of 70) available.

B.3. If IDOT/Caltrans do not consider the Price to be fair and reasonable, IDOT/Caltrans may request a Best and Final Offer for price only from the selected Offeror. If the selected Offeror fails to provide an acceptable offer, IDOT/Caltrans reserve the right to cancel the award and take appropriate action to meet the needs of IDOT/Caltrans. IDOT/Caltrans will determine whether the price is fair and reasonable by considering the Offer, including the Offeror's qualifications, the Offeror's reputation, all prices submitted, other known prices, the project budget and other relevant factors.

B.4. The chart below shows the elements of Responsiveness that the Evaluation Committee will evaluate and their relative weights in point format.

B.4.1. The total number of points available for Responsiveness is 70.

B.4.2. RESPONSIVENESS ELEMENTS

1. Technical Elements 38 points2. Simulation Performance 3 points3. Experience/References 2 points4. Project Management 5 points5. Schedule/Rate of Production 6 points6. Buy America - Domestic Content 8 points7. Standardization 8 points

Total 70 points

B.5. The total number of points available for the Price Packet (Offer Packet 2) is 30. The Price points are distributed as follows: Base Contract Price has a maximum of twenty-five (25) points, Option Contract Price has a maximum of three (3) points, and Life Cycle Cost has a maximum of two (2) points. IDOT/Caltrans will determine Price points for the Base Contract Price, Option Contract Price, and Life Cycle Cost using the following formula:

Maximum Price Points X (Lowest Price or Cost/Offeror’s Price or Cost) = Total Price PointsB.6. The maximum number of points is 100 (Responsiveness 70 + Price 30).

State of Illinois 38Department of TransportationMulti-State Locomotive ProcurementReference # 14-1-DPIT

Page 39: RFP with BEP Goal V.13.4

STATE OF ILLINOISOFFER

B.7. Offer Evaluation and Selection Process: Offers will be evaluated and any award made in accordance with the provisions of this RFP. The Offer must be complete and satisfy all RFP requirements. If Confidential Discussions and revised Offers are requested and submitted, changes that appear in a revised Offer increase the risk that the revised Offer may be found non-responsive unless those changes are:

corrections of defects or other items addressed during Confidential Discussions; items addressed in questions and answers; or items reflected in addenda.

The Evaluation Process will proceed in three phases:1. Evaluation of Minimum Qualifications;2. Evaluation and scoring of Technical Proposal; and3. Evaluation of Pricing Offer.

B.8. Evaluation Committee: An Evaluation Committee will evaluate the Offers in accordance with the procedures set forth in this RFP and appendices.

B.9. Minimum Qualifications: The Evaluation process will begin with a determination of whether or not the RFP minimum qualifications were satisfied by each Offeror. The following elements of Offer Packet 3 and Packet 4 are considered Minimum Qualifications:

Packet 3 – Tab 1: The Offer (RFP Section C) and all Attachments included in Packet 3 – Tab 1 must be completed properly and submitted on time by each Offeror. Failure to complete or submit any of these documents properly may cause the Offer to be disqualified;

Packet 3 – Tab 2: The Certifications and Letters in Packet 3 – Tab 2 must be completed properly and submitted on time by each Offeror. Buy America documentation and Standardization documentation included in Packet 3 – Tab 2 will also be reviewed for compliance with all requirements. Failure to complete or submit any of these documents properly may cause the Offer to be disqualified. The scored elements of the Buy America and Standardization documentation will be determined with other scored elements during the review of the Technical Proposal contained in Packet 1;

Packet 3 – Tab 3: Any Confidential Documents will be reviewed in accordance with the requirements of this RFP; and

Packet 4 – Small Business Enterprises Participation and Utilization Plan Attachment NN, SBE Commitment Document only, must be completed properly and submitted on time by each Offeror. Failure to complete or submit this document properly may cause the Offer to be disqualified.

Offers found to be compliant with the minimum qualifications will then have Packet 1 ”Offeror’s Response to Specifications/Qualifications/Statement of Work” (Technical Proposal) evaluated. Offers will be evaluated based on criteria identified above. Those Offers achieving a score of 80% or more of the total Responsiveness points will have their Pricing Offer opened and scored. Those Offers achieving less than 80% of the total Responsiveness points will not be eligible for award and will not have their Pricing Offer opened.

B.10. Detailed Evaluation of Technical Proposals – Packet 1: The Technical Proposal (Packet 1) of each Offer that satisfies the Minimum Qualifications will be evaluated based on information provided in response to the Offer format requirements.

State of Illinois 39Department of TransportationMulti-State Locomotive ProcurementReference # 14-1-DPIT

Page 40: RFP with BEP Goal V.13.4

STATE OF ILLINOISOFFER

Seven (7) Pass/Fail categories are included in the Technical Proposal. These Pass/Fail Categories are:1. Locomotive P2 Force and Weight Schedule must meet RFP requirements;2. Staffing Plan and Resumes must meet RFP requirements;3. Manufacturing Capacity and Capability must meet RFP requirements;4. Buy America Certifications and Worksheet (CER 2.1, CER 2.6, CER 2.7, CER 2.8, and

waiver requests, if needed) must be completed properly and submitted according to RFP requirements. The Buy America Worksheet will also be scored;

5. Standardization Plan and Table (Attachment EE, Appendix D) must be completed properly and submitted according to RFP requirements. The Standardization Table will also be scored;

6. Service and Performance Simulations (Attachment EE, Appendix G) must be completed properly and submitted according to RFP requirements. The Service and Performance Simulations will also be scored; and

7. Technical Specification Chapter 24 “Safety Accessories” (including PTC) – Offeror must provide a detailed description that meets Technical Specification requirements regarding how the locomotive will be equipped and tested for functionality with IETMS and ITCS as associated with on board PTC equipment (see Attachment EE, Appendix E) and its compliance with the applicable requirements of 49 CFR Subtitle B Chapter 2.

Failure to satisfy the requirements of any of these Pass/Fail categories in the Technical Proposal in Packet 1 will cause an Offer to be rejected and no further evaluation will take place. Those Offers that pass all Pass/Fail categories will have the remainder of their Technical Proposal evaluated and scored.

Offer scores will be developed according to the extent to which the Offer exceeds, meets, or does not meet the RFP requirements. A total of seventy (70) Responsiveness points are available from the Responsiveness Elements evaluation as shown in the table above in Section B.4.2.

B.11. Pricing Offer Evaluation: The Pricing Offer will be evaluated based on the information submitted in the RFP Section 2 “Pricing.” As required in RFP Section A.7 “Organization Required,” Pricing data must be submitted under separate, sealed cover (Packet 2 – Offeror Pricing Offer).

IDOT/Caltrans will make the award to the responsible Offeror whose Offer achieves the highest total score as a sum of the Offer evaluation score, including the Pricing Offer score.

B.12. Confidential Discussions: The Evaluation Committee may choose to hold Confidential Discussions with Offerors if it is in the interests of IDOT, Caltrans and WSDOT. If Confidential Discussions are held, each Offeror will be required to attend for the purpose of discussing their Offer in detail. The Offerors will be notified of any questions or requests for additional information and will attend confidential discussions with the Evaluation Committee to discuss answers to written or oral questions on any facet of the Offer.

The Offeror may bring up to five (5) people to the confidential discussion. To the maximum extent practical, the Offeror will address the major concerns of the Evaluation Committee, as expressed in the discussion agenda prepared by the Evaluation Committee and distributed to the Offeror in advance of the discussion, and should be prepared to answer any questions. The participants will then proceed to discuss each of the agenda items.

State of Illinois 40Department of TransportationMulti-State Locomotive ProcurementReference # 14-1-DPIT

Page 41: RFP with BEP Goal V.13.4

STATE OF ILLINOISOFFER

The Evaluation Committee will not make counter offers to an Offeror’s proposed solution to the RFP requirements. The Evaluation Committee will only identify its concerns, ask for clarification, and express its reservations if a particular requirement of the RFP is not, in the opinion of the Evaluation Committee, appropriately satisfied. The primary purpose of this discussion is to ensure that the Offeror’s Revised Offer will be responsive.

If, after full discussion with an Offeror, the Evaluation Committee is of the opinion that the Offeror’s Offer cannot be restructured or changed in a reasonable time to satisfy the needs of the RFP, and that further discussion would not likely result in an acceptable Offer in a reasonable time, the Offeror will be given written notice that a Revised Offer submitted along such lines would not be accepted.

B.13. Factory and Site Visits: The Evaluation Committee reserves the right to conduct factory visits to inspect the Offeror’s facilities and/or other rail systems to which the Offeror has supplied the same or similar equipment.

State of Illinois 41Department of TransportationMulti-State Locomotive ProcurementReference # 14-1-DPIT

Page 42: RFP with BEP Goal V.13.4

STATE OF ILLINOISOFFER

C. Project Title / Reference # - Multi-State Locomotive Procurement/14-1-DPIT

The undersigned authorized representative of the identified Offeror hereby submits this Offer to perform in full compliance with the subject solicitation. By completing and signing this Form, the Offeror makes an Offer to IDOT and Caltrans that IDOT and Caltrans may accept.

Offeror should use this Form as a final check to ensure that all required documents are completed and included with the Offer. Offeror must mark each blank below as appropriate; mark N/A when a section is not applicable to this solicitation. Offeror understands that failure to meet all requirements is cause for disqualification.

C.1. SOLICITATION AND CONTRACT REVIEW: Offeror reviewed the Request for Proposal, including all referenced documents and instructions, completed all blanks, provided all required information, and demonstrated how it will meet the requirements of the RFP.

Yes No

C.2. ADDENDA: Offeror acknowledges receipt of any and all addenda to the solicitation and has taken those into account in making this Offer.

Yes No N/A

C.3. OFFEROR CONFERENCE: Offeror attended the Offeror Conference.

Yes No

C.4. OFFER SUBMISSION: Offeror is submitting the correct number of copies, in a properly labeled container(s), to the correct location, and by the due date and time.

Yes No

C.5. BOND AND INSURANCE: Offeror is submitting Letters of Intent for the Performance Bond and Insurance.

Yes No

C.6. SMALL BUSINESS SET-ASIDE: Not Applicable.

Yes No N/A

State of Illinois 42Department of TransportationMulti-State Locomotive ProcurementReference # 14-1-DPIT

Page 43: RFP with BEP Goal V.13.4

C.7. PACKET 1: Yes No

7.1. Offeror’s Proposed Solution to Meet the RFP’s Requirements Yes No

7.2. Milestones and Deliverables Yes No

7.3. Offeror/Staff Specifications Yes No

7.4. Transportation and Delivery Terms Yes No N/A

7.5. Subcontracting Disclosed Yes No N/A

7.6. Where Services Are to Be Performed Yes No N/A

C.8. PACKET 2 – PRICING (including Pricing Schedules, Life Cycle Cost worksheet, Spare Parts List, Attachment FF-2 Subcontractor Disclosure (with cost/payment information), Attachment NN Small Business Enterprise Utilization and Participation Plan (Utilization Plan and Letter of Intent), Remobilization Cost (not evaluated), and Maintenance (not evaluated)):

Yes No

C.9. PACKET 3: Yes No

Packet 3 - Tab 1 Documents

9.1. Offer Yes No

9.2. Attachment AA: State Board of Elections Registration Yes No

9.3. Attachment BB: Authorized to Do Business in Illinois Documentation, if checking option C or D in certification #31 in Standard Certifications – Attachment GG

Yes No N/A

9.4. Attachment CC: Illinois Department of Human Rights Public Contracts Number

Yes No

9.5. Attachment FF: Subcontractor Disclosure (without cost/payment information)

Yes No

9.6. Attachment GG: Standard Certifications Yes No

9.7. Attachment HH: Financial Disclosures and Conflicts of Interest Yes No

9.8. Attachment II: Disclosure of Business Operations in Iran Yes No

9.9. Attachment JJ: Business Directory Information Yes No

9.10. Attachment KK: References Yes No

State of Illinois 43Department of TransportationMulti-State Locomotive ProcurementReference # 14-1-DPIT

Page 44: RFP with BEP Goal V.13.4

9.11. Attachment MM: Taxpayer Identification Number Yes No

Packet 3 - Tab 2 Documents

9.12. CER 2.2: Debarment and Suspension Certification for Prospective Contractor

Yes No

9.13. CER 2.3: Debarment and Suspension Certification (lower-tier covered transactions)

Yes No

9.14. CER 2.4: Non-Collusion Affidavit Yes No

9.15. CER 2.5 Lobbying Certification Yes No

9.16. Letter of Intent from a qualified insurance carrier, indicating its willingness to provide insurance coverage for the Offeror in accordance with the RFP requirements

Yes No

9.17. Letter of Intent from a qualified bonding company, indicating its willingness to provide performance bonds for the Offeror in accordance with the RFP requirements

Yes No

9.18. CER 2.1: Buy America Certificate of Compliance or Non-Compliance Yes No

9.19. CER 2.6: Buy America Worksheet Yes No

9.20. CER 2.7: Buy America Component Supplier Certification Form Yes No

9.21. CER 2.8: Supply Scouting Template Yes No

9.22. Buy America Waiver Requests and Justifications, if needed Yes No

9.23. Standardization Plan and Table Yes No

9.24. CER 4: Essential Patent Disclosure Form Yes No

Packet 3 - Tab 3 Documents

9.25. Redacted Copy of Offer with Confidential Information deleted Yes No

9.26. Confidential Documents (if any) Yes No

State of Illinois 44Department of TransportationMulti-State Locomotive ProcurementReference # 14-1-DPIT

Page 45: RFP with BEP Goal V.13.4

C.10. PACKET 4 – SMALL BUSINESS ENTERPRISES PARTICIPATION AND UTILIZATION PLAN – SBE Commitment Document only (Utilization Plan and Letter of Intent should be included in Pricing Offer Packet 2 only)

Yes No

C.11. SIGNATURES

Signature of Authorized Representative:

Printed Name of Signatory: Click here to enter text.

Date: Click here to enter a date.

State of Illinois 45Department of TransportationMulti-State Locomotive ProcurementReference # 14-1-DPIT

Page 46: RFP with BEP Goal V.13.4

SECTION 1 - SPECIFICATIONS/QUALIFICATIONS/STATEMENT OF WORK

1.1. GOAL: This Request for Proposals is for a base quantity of thirty-two (32) PRIIA 305-005 compliant locomotives to be placed into passenger service in the Midwest States of Illinois, Michigan, Missouri and Iowa, the State of California and the State of Washington. IDOT, in consultation with Caltrans, has developed this Master Agreement. The locomotives for Illinois, California, and Washington (collectively the Joint Purchasing Entities, or JPEs, for the base order) will be procured using Ordering Agreements under the Master Agreement. The locomotives must be delivered, accepted, commissioned and invoiced by June 30, 2017 (for IDOT and Caltrans) or May 31, 2017 (for WSDOT). All Milestones must be completed and invoiced by June 30, 2017 (for IDOT and Caltrans) or May 31, 2017 (for WSDOT).

1.2. SUPPLIES AND/OR SERVICES REQUIRED: A base quantity of thirty-two (32) locomotives (compliant with the requirements of this RFP, including all appendices), and associated goods and services such as, but not limited to, spare parts, training materials, parts and maintenance manuals, special tools and diagnostic equipment as specified. In addition to the base order quantity, there will be Options for up to 225 locomotives and associated goods and services such as, but not limited to, spare parts, training materials, parts and maintenance manuals, special tools and diagnostic equipment, as specified in this RFP. Please see Attachment EE “Supplemental Provisions” and related appendices for additional requirements and information.

1.3. FORMAT OF OFFEROR’S PROPOSED SOLUTION TO MEET THE STATE’S REQUIREMENTS: The Offeror’s Proposed Solution should conform to the following structure:

The following table is the format for submitting information:

Offer Packet/Section Description # of Pages - MaximumPacket 1: Technical ProposalOverall Vehicle Information

General Arrangement Drawings 12 pages

Packet 1: Technical ProposalOverall Vehicle Information

Locomotive P2 Force and Weight Schedule 1 page

Packet 1: Technical ProposalVehicle Major Systems

Detailed description of each system 120 pages (including drawings)

Packet 1: Technical ProposalQualifications

Previous Similar Experience 1 page per referenced vehicle order (no limit on # of orders)

Packet 1: Technical ProposalQualifications

Manufacturing Capacity and Capability 10 pages and 2 drawings

Packet 1: Technical ProposalQualifications

Staffing Plan and Resumes 1 organization chart, 3 pages of narrative, 1 page per resume (no limit on # of resumes)

Packet 1: Technical ProposalQualifications

Program Management, Design, Testing and Quality Assurance Plans and Work Flow Diagram

15 total pages including 1 flow chart

Packet 1: Technical ProposalSchedule and Narrative

Critical Path Method Schedule and accompanying narrative

15 pages for schedule and 4 pages of narrative

Packet 2: Offeror Pricing Offer Pricing Offer No limitPacket 3 – Tab 1 Offer form and Attachments No limitPacket 3 – Tab 2 Supplemental Provisions Certifications and Letters No limitPacket 3 – Tab 3 Confidential Documents No limit

State of Illinois 46Department of TransportationMulti-State Locomotive ProcurementReference # 14-1-DPIT

Page 47: RFP with BEP Goal V.13.4

Offer Packet/Section Description # of Pages - MaximumPacket 4 Small Business Enterprises Participation and

Utilization Plan – SBE Commitment Document onlyNo limit

1.4. MILESTONES and DELIVERABLES: See “Milestone Payment Schedule” below (also in Attachment EE, Appendix A, Specific Terms and Conditions, Section 13.4) and “Contract Deliverables Requirements List (CDRL),”below:

Milestone Payment Schedule

# Description of WorkPercentage of Total Bid Price

Cumulative Percentage of Total Bid Price

A

Approved Master Schedule (including CPM), Quality Assurance (QA) Plan, Project Management Plan, Warranty Service Plan, Organizational Chart, Preliminary Test Plan Outline, Monthly Progress Report Format, and Sample Invoice Format, plus associated CDRLs and other deliverables

3.0% 3.0%

BApproved Preliminary Design Review (PDR) plus associated CDRLs and other deliverables

3.0% 6.0%

CApproved Intermediate Design Review (IDR) plus associated CDRLs and other deliverables

3.0% 9.0%

D Approved Mockups plus associated CDRLs and other deliverables 1.0% 10.0%

EApproved Final Design Review (FDR) plus associated CDRLs and other deliverables

3.0% 13.0%

F

Placement of Purchase Order(s) for Primary (major) subcontracts and Suppliers plus associated CDRLs and other deliverables ― Major Systems: Engines, Alternators, Propulsion and Controls, Braking and Air Supply, Cooling Systems, Emissions Packages, Control Electronics, Carbodies, Bogie Frames, Couplers and Draft Gear, and Communications.

3.0% 16.0%

G

Placement of Purchase Order(s) for Secondary (subsystem) subcontracts and Suppliers plus associated CDRLs and other deliverables ― Subsystems: Windows, Cab Consoles, Battery, Auxiliary Electronics, and LVPS

2.0% 18.0%

H Approved Subsystem First Article Inspections 1.0% 19.0%

I Approved pilot locomotive First Article Inspection 2.0% 21.0%

J Completion of Contract Conformance Testing 2.0% 23.0%

KThe establishment of a warranty field office(s) with staff, spare parts and manuals plus associated CDRLs and other deliverables

2.0% 25.0%

State of Illinois 47Department of TransportationMulti-State Locomotive ProcurementReference # 14-1-DPIT

Page 48: RFP with BEP Goal V.13.4

# Description of WorkPercentage of Total Bid Price

Cumulative Percentage of Total Bid Price

L

Delivery and Conditional Acceptance of Pilot locomotive plus associated CDRLs, other deliverables and approved Change Orders Minimum number of pilot locomotives = 1

12.0% 37.0%

MFinal Acceptance of Pilot locomotive plus associated CDRLs and other deliverables

3.0% 40.0%

N

Conditional Acceptance of Production Locomotives plus associated CDRLs, other deliverables and approved Change Orders Total number of production Locomotives (assuming base order of 32 and only 1 pilot) = 34

27.5% 67.5%

Conditional Acceptance payment per production vehicle .8871%

O

Final Acceptance of Production locomotives plus associated CDRLs and other deliverables

27.5% 95.0%

Final Acceptance payment per production locomotive .8871%

PDelivery and acceptance of all the spare parts, special test equipment, training/manuals, and final associated CDRLs and other deliverables

5.0% 100.0%

All Milestones must be completed and invoiced by June 30, 2017 (for IDOT and Caltrans) or May 31, 2017 (for WSDOT).

Contract Deliverable Requirements List (CDRL)

The CDRL list below is a partial list of deliverables and does NOT include all deliverables in the Contract. Vendor is responsible for all Contract deliverables, including deliverables NOT listed in this CDRL list.

CDRL # Section - TS Description Due Date Milestone1 TS 3.3 and Attach

EE, Appendix A, Section 13.2.2

Monthly Progress Report

Tenth (10th) of the following month

Ongoing

2 TS 3.3 Project Management Plan

(PMP)

45 days NTP A

3 TS 3.3 Critical Path Plan (CMP)

45 days NTP A

4 TS 3.4.1 QA Plan 90 days NTP A5 TS 3.6 Engineering Plan,

including weight control

30 days NTP A

State of Illinois 48Department of TransportationMulti-State Locomotive ProcurementReference # 14-1-DPIT

Page 49: RFP with BEP Goal V.13.4

CDRL # Section - TS Description Due Date Milestone6 TS 3.6.2 Supplier list 30 days NTP A7 TS 3.6.6 List of FAI's and

FAI Plans90 Days NTP A

8 TS 3.6.6.3 FAI Report & Photos

30 days FAI A

9 TS 19.3 Test Matrix 30 days NTP A10 TS 22.5.1 Development Plan

for ManualsNTP + 180 A

11 TS 22.7.3.3 Training Plan for Student Work

Books

90 days NTP A

12 RFP A.9 and Attach EE,

Appendix A, 14.1

Performance Bonds

Within 10 days after Notice of

Award

A

13 Attach DD, Section 12

ACORD form (Certificate of

Liability Insurance)

Within 29 days after Notice of

Award

A

14 Attach EE, Appendix A,

Section 1

Domestic Content Improvement Plan

(DCIP)

30 days NTP A

15 Attach EE, Appendix A,

Section 2

Standardization Plan

30 days NTP A

16 Attach EE, Appendix A,

Section 13.2.2

Project Kick-Off Meeting

30 days NTP A

17 Attach EE, Appendix A,

Section 13.2.2

Project Organization Chart

30 days NTP A

18 Attach EE, Appendix A,

Section 13.2.2

Monthly Progress Report format

30 days NTP A

19 Attach EE, Appendix A,

13.2.2

Sample invoicing 30 days NTP A

20 Attach EE, Appendix A, Section 18.1

Inspection and Test Plan

30 days NTP A

21 Attach EE, Appendix A,

Section 21.1.3

Warranty Service Plan

30 days NTP A

22 TS 4.4 and TS 6.5 Crash Worthiness and CEM Plan

Preliminary Design Review

B

State of Illinois 49Department of TransportationMulti-State Locomotive ProcurementReference # 14-1-DPIT

Page 50: RFP with BEP Goal V.13.4

CDRL # Section - TS Description Due Date Milestone23 TS 20.2 Review Drawings

for Special Tools List

Each Design Rev E

24 TS 20.3 Review Consumables List

Each Design Rev E

25 TS 22.5.1 Draft Manuals 90 days prior to release of first

locomotive

I

26 TS 22.7 Training Materials 60 days prior to Pilot

J

27 TS 4.5 FRA inspection of safety appliance applications with

FRA “No Exceptions Taken

“Letter

Prior to release offirst locomotive

L

28 TS 20.2 Special tools 1st Loco L29 TS 3.5.4.2 System Safety

ProgramAccept 1st Loco M

30 TS 24.2 Event recorder system

deliverables - 3 copies of required event software, 1 memory module, and 10 download

cables

Prior to acceptance of the first locomotive

M

31 Attach EE, Appendix A,

Section 21.1.5

Warranty Field Office Plan and

Staffing Certification

Prior to acceptance of the first locomotive

M

32 Attach EE, Appendix A,

Section 21.1.9

Minimum warranty parts inventory list

Prior to acceptance of the first locomotive

M

33 TS 10.1 Each locomotive shall be delivered

with one set of jumper cables of

each type.

Each locomotive N

34 TS 22.3.1 Drawings for Maintenance

Repairs

30 days del 1st Loco

N

State of Illinois 50Department of TransportationMulti-State Locomotive ProcurementReference # 14-1-DPIT

Page 51: RFP with BEP Goal V.13.4

CDRL # Section - TS Description Due Date Milestone35 TS 22.3.1 CD AS-Built

Drawings30 days del 1st

LocoN

36 TS 22.6 History Book Release each Loco N37 Attach EE,

Appendix A, Section 6

Certificate of Title Conditional Acceptance for

each locomotive

N

38 Attach EE, Appendix A,

Section 8

Proprietary Software list

Prior to Conditional Acceptance

N

39 Attach EE, Appendix A, Section 15.1

Shipping Release Prior to shipmentof each vehicle

N

40 Attach EE, Appendix A, Section 15.1

Outbound inspection and

Exception Report

With Request forShipping Release

N

41 Attach EE, Appendix A, Section 15.2

Inbound Inspection and

Shipping Incident Log

After arrival at IDOT/JPE

facility

N

42 Attach EE, Appendix A, Section 15.3

Signed “Delivery of Vehicle” receipt

After arrival at IDOT/JPE

facility

N

43 Attach EE, Appendix A, Section 15.4

Evidence of Vehicle Delivery

form

After arrival at IDOT/JPE

facility

N

44 Attach EE, Appendix A, Section 15.5

Acceptance Testing documents

Within 15 daysafter delivery

N

45 Attach EE, Appendix A,

Section 15.7.1

Conditional Acceptance

Each locomotive N

46 TS 22.3.1 CD of Record Bill of Materials

Last Loco O

47 Attach EE, Appendix A,

Section 15.7.2

Final Acceptance Each locomotive O

48 Attach EE, Appendix A,

Section 15.7.2

Signed Final Acceptance

Checklist

Prior to FinalAcceptance

O

49 TS 22.3.3 4 sets of CDs FEM, CAD models, BOM

Tech Pubs, etc.

Last Loco +30 P

State of Illinois 51Department of TransportationMulti-State Locomotive ProcurementReference # 14-1-DPIT

Page 52: RFP with BEP Goal V.13.4

CDRL # Section - TS Description Due Date Milestone50 TS 22.3.4 4 sets of CDs with

PhotosLast Loco + 30 P

51 TS 22.3.5 4 sets of CDs As-Built Conformed

Specification

Last Loco +30 P

52 TS 22.7 Deliver all Training Materials

End Training P

53 Attach EE, Appendix A, Section 15.6

Delivery of Special Tools, Spare Parts,

and Diagnostic Equipment

90 days prior to release of first

locomotive

P

54 TS 3.4.1.3 Quality Assurance Audits

End Warranty Q

55 TS 3.4.1.3 Warranty Records Submittals

End Warranty Q

56 TS 22.5.2 Finalized Manuals End Warranty Q57 TS 22.5.2 10 sets of updated

ManualsEnd Warranty Q

58 Ordering Agreements

Proposed Final Invoice in writing

Within 30 days after date Notice of Completion is

issued

Q

1.5. OFFEROR / STAFF SPECIFICATIONS: See “Staffing Plan and Resumes” in RFP Section A.21.5 “Offer Format Requirements.”

1.6. TRANSPORTATION AND DELIVERY TERMS: See “Shipping, Delivery, and Acceptance” in Attachment EE, Appendix A, Specific Terms and Conditions, Section 15.

1.7. SUBCONTRACTING

1.7.1. Subcontractors are allowed. Subcontractors are defined in the “Definitions and Acronyms” section on pages 4 to 8 of this RFP. If subcontractors are to be utilized, Offeror must identify known subcontractors with an annual value of more than $50,000 in Attachment FF-1 - Subcontractor Disclosure without cost/payment information (include Attachment FF-2 Subcontractor Disclosure with cost/payment information in the Pricing Offer Packet 2 ONLY). This provision is not applicable to suppliers.

1.7.2. The maximum percentage of the goods or services that are the subject of this Offer and the resulting contract that may be subcontracted is not defined.

1.7.3. The Offeror shall notify IDOT of any additional or substitute subcontractors hired during the term of this contract. If requested by the Illinois Chief Procurement Officer, Offeror shall provide IDOT a copy of all such subcontracts within 15 days.

State of Illinois 52Department of TransportationMulti-State Locomotive ProcurementReference # 14-1-DPIT

Page 53: RFP with BEP Goal V.13.4

1.7.4. Any subcontracts entered into prior to award of the Contract are done at the Vendor’s and subcontractor’s risk.

1.8. WHERE SERVICES ARE TO BE PERFORMED: Services will be performed in locations consistent with Offeror’s Buy America documentation. Please see Attachment EE, Appendix A, Section 1 “Buy America Requirements.”

Include Section 1 and any attachments in Packet 1

State of Illinois 53Department of TransportationMulti-State Locomotive ProcurementReference # 14-1-DPIT

Page 54: RFP with BEP Goal V.13.4

STATE OF ILLINOISREQUEST FOR PROPOSAL

Illinois Department of TransportationMulti-StateLocomotive Procurement

(14-1-DPIT)

2. SECTION 2 - PRICING

2.1. FORMAT OF PRICING:

2.1.1. Offeror shall submit pricing in the format shown below, based on the terms and conditions set forth in this Request for Proposal. Offeror’s Pricing Offer shall serve as the basis for compensation terms of the resulting contract. Failure to submit pricing as shown in this section may render Offeror’s entire Offer non-responsive and ineligible for award.

2.1.2. Pricing shall be submitted in the following format, which consists of separate Pricing Schedules for both the Base Contract and Option Contracts. The Base Contract Pricing will include the unit and extended price for each agency (IDOT/Midwest states, Washington, and California), as well as the extended price for other listed items. Please include all applicable state taxes in the Base Contract Pricing Schedule. The Base Contract Pricing will be worth twenty-five (25) of the thirty (30) Price Points during evaluation.

Pricing Schedules Base Contract Pricing

All prices are to be FOB point of delivery, in U.S. dollars, and including all applicable state taxes.

No.

Quantity Item Unit Price Extended Price

1. Lump Sum Management, engineering, tooling, testing / validation / certification and mockups

N/A

2. 21 Midwest locomotives (Including warranty)3. 5 Washington locomotives (including warranty and

applicable state taxes)4. 6 California locomotives (including warranty and

applicable state taxes)5. Lump Sum Training - four locations (per Technical Specification

22.7 “Training”)N/A

6. Lump Sum Operations, maintenance and parts manuals (per Technical Specification 22.5 “Manuals” and 22.5.11 for quantities)

N/A

7. Lump Sum Minimum Spare parts (see Attachment EE, Appendix I - Spare Parts List – Enter the Total Vendor Extended Price)

N/A

8. Lump Sum Five sets Special Tools and Diagnostic Equipment (per Technical Specification 20.2 “Specialized Tools”)

N/A

TOTAL BASE CONTRACT

State of Illinois 54Department of TransportationMulti-State Locomotive ProcurementReference # 14-1-DPIT

Page 55: RFP with BEP Goal V.13.4

STATE OF ILLINOISREQUEST FOR PROPOSAL

Illinois Department of TransportationMulti-StateLocomotive Procurement

(14-1-DPIT)

Option Contract Pricing will be based on optional locomotives purchased only within the base contract production period. For Option locomotives purchased after the base contract production period, please see Attachment EE, Appendix A, Section 13.6 “Economic Price Adjustment” for the calculation of locomotive price. Separate Option unit prices are required for Optional locomotives for states participating in the base contract order (IDOT/Midwest states, Washington, and California), new states, and for the purchase of long-distance locomotives, as well as other listed items. The Option Contract Pricing will be worth three (3) of the thirty (30) Price Points during evaluation.

Option Contract PricingAll prices are to be Ex-Works, in U.S. dollars, and excluding state taxes except as noted

below.

No.

Quantity Item Unit Price

1. Ea. Optional locomotives for participating JPEs ordered within the base production period

2. Ea. Three (3) optional locomotives for the State of Washington to be delivered and final invoice received by May 31, 2017 (including warranty and applicable state taxes)

3. Ea. Optional locomotives - newly participating JPE ordered within the base production period

4. Ea. Optional long-distance configuration locomotives ordered within the base production period

5. One site Training (assume one new location for a new Customer)6. Lump Sum Operations, maintenance and parts manuals (assume one new

Customer and 30% of quantities listed in Technical Specification 22.5.11)

7. One set Special Tools and Diagnostic Equipment for Customer use8. Per

LocomotiveOne year warranty extension (per locomotive)

9. Lump Sum Minimum Spare parts – Sum of Unit Price (see Attachment EE, Appendix I - Spare Parts List)

10. Per location per year

Post Warranty Technical Support (assume one location for one year)

TOTAL OPTION PRICE

Another element of the Pricing Offer will be Life Cycle Cost (LCC). Please see Attachment EE, Appendix F “Life Cycle Cost (LCC) Worksheet” for instructions to complete the LCC Worksheet. Using the information provided on the LCC Worksheet, IDOT/Caltrans will calculate the Net Present Cost for each Offeror and calculate LCC points using the formula presented in the table below. LCC will be worth two (2) of the thirty (30) Price Points during evaluation.

Life Cycle Cost (LCC) PricingState of Illinois 55Department of TransportationMulti-State Locomotive ProcurementReference # 14-1-DPIT

Page 56: RFP with BEP Goal V.13.4

STATE OF ILLINOISREQUEST FOR PROPOSAL

Illinois Department of TransportationMulti-StateLocomotive Procurement

(14-1-DPIT)See Attachment EE, Appendix F

Points will be awarded based on the calculated Net Present Cost as determined by information provided in the Life Cycle Costing Tables (see Attachment EE, Appendix F). IDOT will calculate each Offeror’s Net Present Cost and will award points based on the following formula:

Maximum LCC Points X (Lowest LCC/Offeror’s LCC) = Total LCC Points

Also, Offerors must provide the following “Additional Pricing Packet Items” in Packet 2 - Pricing Offer. These items are for informational purposes only and will not be used in the Offer evaluation or scoring:

Additional Pricing Packet Items

Please provide the following informational Items in Packet 2 –Pricing Offer:Remobilization Costs (as described in Attachment EE, Appendix A, Section 13.6 “Economic Price Adjustment”) – Info only, will not be evaluatedMaintenance Support, Spare Parts, and Data Off Boarding Communications and Analysis Cost Estimate (as described in Attachment EE, Appendix H “Maintenance”) – Info only, will not be evaluatedAttachment FF-2 – Subcontractor Disclosure with cost/payment information. Must be submitted.Attachment NN – Small Business Enterprises Utilization and Participation Plan – Utilization Plan and Letter of Intent must be submitted

2.2. TYPE OF PRICING: The Illinois Office of the Comptroller requires the State to indicate whether the contract pricing is firm or estimated at the time it is submitted for obligation. Pricing pursuant to this contract is firm.

2.3. EXPENSES ALLOWED: Expenses are not allowed are allowed as follows: Not applicable.

2.4. DISCOUNT: JPEs may receive a Click here to enter text.% discount for payment within Click here to enter text. days of receipt of correct invoice.

2.5. TAXES: Each JPE’s Ordering Agreement shall contain information regarding the inclusion or exclusion of taxes in Offeror’s Pricing Offer.

2.6. OFFEROR’S PRICING OFFER: Attach additional pages if necessary or if the format of pricing specified above in Section 2.1 requires additional pages.

2.6.1. Offeror’s Total Price for the Base Quantity: Please use Pricing Schedules shown above.

Include Section 2 and any attachments in Packet 2

State of Illinois 56Department of TransportationMulti-State Locomotive ProcurementReference # 14-1-DPIT

Page 57: RFP with BEP Goal V.13.4

STATE OF ILLINOISSTATE BOARD OF ELECTIONS REGISTRATION

ATTACHMENT AA

Section 50-37 of the Illinois Procurement Code prohibits political contributions of certain vendors, bidders and offerors. Additionally, section 9-35 of the Illinois Election Code governs provisions relating to reporting and making contributions to state officeholders, declared candidates for State offices and covered political organizations that promote the candidacy of an officeholder or declared candidate for office. The State may declare any resultant contract void if these Acts are violated.

Generally, if a vendor, bidder, or offeror is an entity doing business for profit (i.e. sole proprietorship, partnership, corporation, limited liability company or partnership, or otherwise) and has contracts with State agencies that annually total more than $50,000 or who has aggregate pending bids or Offers and current State contracts that total more than $50,000, the vendor, bidder, or offeror is prohibited from making political contributions and must register with the State Board of Elections. 30 ILCS 500/20-160.

EVIDENCE OF REGISTRATION WITH THE STATE BOARD OF ELECTIONSIS THE CERTIFICATE OF REGISTRATION

State of Illinois 57Department of TransportationMulti-State Locomotive ProcurementReference # 14-1-DPIT

Page 58: RFP with BEP Goal V.13.4

STATE OF ILLINOISAUTHORIZED TO DO BUSINESS IN ILLINOIS

ATTACHMENT BB

A person, other than an individual acting as a sole proprietor, must be a duly constituted legal entity and authorized to do business in Illinois prior to submitting an offer. 30 ILCS 500/20-43. Offerors must review and complete certification #31 in the Standard Certifications – Attachment GG.

Certification #31 requires Vendor to check one of the four boxes representing its status. Two of the four options require that the Vendor attach to the Standard Certifications – Attachment GG a detailed explanation of the legal basis for its status claim. The State may request evidence from a vendor that certifies it is authorized to do business in Illinois proving such authorization. Failure to produce evidence in a timely manner may be considered grounds for determining Vendor non-responsive or not responsible.

For information on registering to conduct business in Illinois, please visit the Illinois Secretary of State’s Department of Business Services at their website at (http://cyberdriveillinois.com/departments/business_services/home.html) or your home county clerk.

EVIDENCE OF BEING AUTHORIZED TO DO BUSINESS IS THE SECRETARYOF STATE’S CERTIFICATE OF GOOD STANDING

State of Illinois 58Department of TransportationMulti-State Locomotive ProcurementReference # 14-1-DPIT

Page 59: RFP with BEP Goal V.13.4

STATE OF ILLINOISILLINOIS DEPARTMENT OF HUMAN RIGHTS PUBLIC CONTRACT NUMBER

ATTACHMENT CC

1. If Offeror employed fifteen or more full-time employees at any time during the 365-day period immediately preceding the publication of this solicitation in the Illinois Transportation Procurement Bulletin (or issuance date if not published), it must have a current IDHR Public Contract Number or have proof of having submitted a completed application for one prior to the Offer opening date. 775 ILCS 5/2-101. If IDOT cannot confirm compliance, it will not be able to consider an Offeror’s bid or offer. Please complete the appropriate sections below:

Name of Company (and DBA): Click here to enter text..

(check if applicable) The number is not required as the company has employed 14 or fewer full-time employees during the 365-day period immediately preceding the publication of this solicitation in the Illinois Transportation Procurement Bulletin (or issuance date if not published).

IDHR Public Contracts Number: Click here to enter text. Expiration Date: Click here to enter text..

2. If number has not yet been issued, provide the date a completed application for the number was submitted to IDHR: Click here to enter text..

3. Upon expiration and until their Contractor Identification Number is renewed, companies will not be eligible to be awarded contracts by the State of Illinois or other jurisdictions that require a current IDHR number as a condition of contract eligibility. 44 ILL. ADMIN. CODE 750.210(a).

4. Numbers issued by the Department of Human Rights (or its predecessor agency, the Illinois Fair Employment Practices Commission) prior to July 1, 1998 are no longer valid. This affects numbers below 89999-00-0. Valid numbers begin with 900000-00-0.

5. If Offeror’s organization holds an expired number, it must re-register with the Department of Human Rights.

6. Offeror may obtain an application form by:

6.1. Telephone: Call the IDHR Public Contracts Unit at (312) 814-2431 between Monday and Friday, 8:30 AM - 5:00 PM, CST. (TDD (312) 263-1579).

6.2. Internet: You may download the form from the Department of Human Rights’ website at (http://www2.illinois.gov/dhr/PublicContracts/Pages/default.aspx).

6.3. Mail: Write to the Department of Human Rights, Public Contracts Unit, 100 West Randolph Street, Suite 10-100, Chicago, IL 60601.

State of Illinois 59Department of TransportationMulti-State Locomotive ProcurementReference # 14-1-DPIT

Page 60: RFP with BEP Goal V.13.4

STATE OF ILLINOISSTANDARD TERMS AND CONDITIONS

ATTACHMENT DD

1. TERM AND TERMINATION:

1.1. TERM OF THIS CONTRACT: This contract has an initial term of seven (7) years. If a start date is not identified, then the term shall commence upon the last dated signature of the Parties.

1.1.1. In no event will the total term of the contract, including the initial term, and any extensions, exceed 10 years.

1.1.2. Vendor shall not commence billable work in furtherance of the contract prior to final execution of the contract.

1.2. RESERVED:

1.3. TERMINATION FOR CAUSE: IDOT or Caltrans may terminate this contract, in whole or in part, immediately upon notice to the Vendor if: (a) IDOT or Caltrans determines that the actions or inactions of the Vendor, its agents, employees or subcontractors have caused, or reasonably could cause, jeopardy to health, safety, or property, or (b) the Vendor has notified IDOT or Caltrans that it is unable or unwilling to perform the contract.

1.3.1. If Vendor fails to perform to IDOT or Caltrans satisfaction any material requirement of this contract, is in violation of a material provision of this contract, or IDOT or Caltrans determines that the Vendor lacks the financial resources to perform the contract, IDOT or Caltrans shall provide written notice to the Vendor to cure the problem identified within a specified period of time. If not cured by the specified date, IDOT or Caltrans may either: (a) immediately terminate the contract without additional written notice or (b) enforce the terms and conditions of the contract.

1.3.2. For termination due to any of the causes contained in this section, IDOT and Caltrans retains its right to seek any available legal or equitable remedies and damages.

1.4. TERMINATION FOR CONVENIENCE:

1.4.1. This contract is contingent upon and subject to the availability of funds. IDOT or Caltrans, at its sole option, may terminate or suspend this contract, in whole or in part, without penalty or further payment being required, if the Illinois General Assembly, California State Legislature, or the federal funding source fails to make an appropriation sufficient to pay such obligation, or if funds needed are insufficient for any reason. 30 ILCS 500/20-60.

1.4.2. IDOT or Caltrans may, for its convenience and with 30 days of prior written notice to Vendor, terminate this contract in whole or in part and without payment of any penalty or incurring any further obligation to the Vendor. The Vendor shall be entitled to compensation upon submission of invoices and proof of claim for supplies and services provided in compliance with this contract up to and including the date of termination.

State of Illinois 60Department of TransportationMulti-State Locomotive ProcurementReference # 14-1-DPIT

Page 61: RFP with BEP Goal V.13.4

STATE OF ILLINOISSTANDARD TERMS AND CONDITIONS

ATTACHMENT DD

1.5. TERMINATION BY ONE PARTY: If this contract is terminated by IDOT or Caltrans or voided by Illinois through IDOT’s Chief Procurement Office, the remaining parties may agree, by written ratification, to continue to operate under the applicable terms of this contract, with no modification in pricing or delivery schedule relative to the locomotives ordered by the remaining entities.

2. PAYMENT TERMS AND CONDITIONS:

2.1. LATE PAYMENT: See each JPE’s Ordering Agreement for Late Payment provisions.

2.2. SMALL/MINORITY/DISABLED CONTRACTOR INITIATIVE: Any Vendor awarded a contract under Section 20-10, 20-15, 20-25 or 20-30 of the Illinois Procurement Code (30 ILCS 500) of $1,000 or more is required to pay a fee of $15. The Comptroller shall deduct the fee from the first check issued to the Vendor under the contract and deposit the fee in the Comptroller’s Administrative Fund. 15 ILCS 405/23.9.

2.3. EXPENSES: JPEs will not pay for supplies provided or services rendered, including related expenses, incurred prior to the execution of this contract by the Parties even if the effective date of the contract is prior to execution.

2.4. PREVAILING WAGE: As a condition of receiving payment Vendor must (i) be in compliance with the contract, (ii) pay its employees prevailing wages when required by law, (iii) pay its suppliers and subcontractors according to the terms of their respective contracts, and (iv) provide lien waivers to the State upon request. Examples of prevailing wage categories include public works, printing, janitorial, window washing, building and grounds services, site technician services, natural resource services, security guard and food services. The prevailing wages are revised by the Department of Labor and are available on the Department’s official website, which shall be deemed proper notification of any rate changes under this subsection. Vendor is responsible for contacting the Illinois Department of Labor to ensure understanding of prevailing wage requirements at 217-782-6206 or http://www.state.il.us/agency/idol/index.htm).

2.5. FEDERAL FUNDING: This contract may be partially or totally funded with Federal funds. If federal funds are expected to be used, then the percentage of the good/service paid using Federal funds and the total Federal funds expected to be used will be provided to the awarded Vendor in the notice of intent to award.

2.6. INVOICING: See RFP Section A.19 above and each JPE’s Ordering Agreement for additional Invoicing provisions.

State of Illinois 61Department of TransportationMulti-State Locomotive ProcurementReference # 14-1-DPIT

Page 62: RFP with BEP Goal V.13.4

STATE OF ILLINOISSTANDARD TERMS AND CONDITIONS

ATTACHMENT DD

For IDOT and the Midwest States, send invoices to:

Agency: Illinois Department of Transportation

Attn: John Oimoen

Address: 100 W. Randolph, Suite 6-600

City, State Zip Chicago, IL 60601-3229

For WSDOT and Caltrans, additional invoicing instructions will be included in each agency’s Ordering Agreement.

3. ASSIGNMENT: This contract may not be assigned or transferred in whole or in part by Vendor without the prior written consent of IDOT/Caltrans.

4. SUBCONTRACTING: For purposes of this section, subcontractors are those specifically hired to perform all or part of the work covered by the contract from the Vendor. Vendor must receive prior written approval from IDOT/Caltrans before use of any subcontractors in the performance of this contract. Vendor shall describe, in Attachment FF “Subcontractor Disclosures,” the names and addresses of all authorized subcontractors to be utilized by Vendor in the performance of this contract, together with a description of the work to be performed by the subcontractor and the anticipated amount of money that each subcontractor is expected to receive pursuant to this contract. If requested by the Illinois Chief Procurement Officer, Vendor shall provide a copy of any subcontracts within 15 days of receipt of request. All subcontracts must include the same certifications that Vendor must make as a condition of this contract. Vendor shall include in each subcontract the subcontractor certifications as shown on the Standard Certification form available as Attachment GG. If at any time during the term of the Contract, Vendor adds or changes any subcontractors, then Vendor must promptly notify the IDOT Contract Manager and request written approval from IDOT/Caltrans. All necessary disclosures and certifications will be completed and provided to the Chief Procurement Officer for approval.

5. AUDIT/RETENTION OF RECORDS: Vendor and its subcontractors shall maintain books and records relating to the performance of the contract or subcontract and necessary to support amounts charged to the JPEs pursuant the contract or subcontract. Books and records, including information stored in databases or other computer systems, shall be maintained by the Vendor for a period of six (6) years from the later of the date of final payment under the contract or completion of the contract, and by the subcontractor for a period of three years from the later of final payment under the term or completion of the subcontract. If federal funds are used to pay contract costs, the Vendor and its subcontractors must retain its records for five years. Books and records required to be maintained under this section shall be available for review or audit by representatives of: IDOT, the Auditor General, the Executive Inspector General, the Chief Procurement Officer, State of Illinois internal auditors, other governmental entities with monitoring authority, representatives of all JPEs, including the California Bureau of State Audits, and the FRA upon reasonable notice and during normal business hours. Vendor and its subcontractors shall cooperate fully with any such audit and with any investigation conducted by any of these entities. Failure to maintain books and records required by this section shall establish a

State of Illinois 62Department of TransportationMulti-State Locomotive ProcurementReference # 14-1-DPIT

Page 63: RFP with BEP Goal V.13.4

STATE OF ILLINOISSTANDARD TERMS AND CONDITIONS

ATTACHMENT DD

presumption in favor of the JPEs for the recovery of any funds paid by the JPEs under the contract for which adequate books and records are not available to support the purported disbursement. The Vendor or subcontractors shall not impose a charge for audit or examination of the Vendor’s books and records. 30 ILCS 500/20-65.

6. TIME IS OF THE ESSENCE: Time is of the essence with respect to Vendor’s performance of this contract. Vendor shall continue to perform its obligations while any dispute concerning the contract is being resolved unless otherwise directed by the IDOT/Caltrans.

7. NO WAIVER OF RIGHTS: Except as specifically waived in writing, failure by a Party to exercise or enforce a right does not waive that Party’s right to exercise or enforce that or other rights in the future.

8. FORCE MAJEURE: Failure by either Party to perform its duties and obligations will be excused by unforeseeable circumstances beyond its reasonable control and not due to its negligence including acts of nature, acts of terrorism, riots, labor disputes, fire, flood, explosion, and governmental prohibition. The non-declaring Party may cancel the contract without penalty if performance does not resume within 30 days after the declaration.

9. CONFIDENTIAL INFORMATION: Each Party, including its agents and subcontractors, to this contract may have or gain access to confidential data or information owned or maintained by the other Party in the course of carrying out its responsibilities under this contract. Vendor shall presume all information received from the JPEs or to which it gains access pursuant to this contract is confidential. Vendor information, unless clearly marked as confidential and exempt from disclosure under the Illinois Freedom of Information Act or the California Public Records Act, shall be considered public. No confidential data collected, maintained, or used in the course of performance of the contract shall be disseminated except as authorized by law and with the written consent of the disclosing Party, either during the period of the contract or thereafter. The receiving Party must return any and all data collected, maintained, created or used in the course of the performance of the contract, in whatever form it is maintained, promptly at the end of the contract, or earlier at the request of the disclosing Party, or notify the disclosing Party in writing of its destruction. The foregoing obligations shall not apply to confidential data or information lawfully in the receiving Party’s possession prior to its acquisition from the disclosing Party that were received in good faith from a third-party not subject to any confidentiality obligation to the disclosing Party; that is now or later becomes publicly known through no breach of confidentiality obligation by the receiving Party; or is independently developed by the receiving Party without the use or benefit of the disclosing Party’s confidential information.

10. USE AND OWNERSHIP: All work performed or supplies created by Vendor under this contract, whether written documents or data, goods or deliverables of any kind, shall be deemed work-for-hire under copyright law and all intellectual property and other laws, and the State of Illinois is granted sole and exclusive ownership to all such work, unless otherwise agreed in writing. Vendor hereby assigns to the State all right, title, and interest in and to such work including any related intellectual property rights, and waives any and all claims that Vendor may have to such work including any so-called "moral rights" in connection with the work. Vendor acknowledges the State may use the work product for any purpose. Confidential data or information contained in such work shall be subject to confidentiality provisions of this contract. To the extent language contained in Attachment EE-Appendix B conflicts with this Section, the language in Attachment EE-Appendix B will govern.

11. INDEMNIFICATION AND LIABILITY: The Vendor shall indemnify and hold harmless the State of Illinois and all JPEs, including their agencies, officers, employees, agents and volunteers from any and all costs, demands,

State of Illinois 63Department of TransportationMulti-State Locomotive ProcurementReference # 14-1-DPIT

Page 64: RFP with BEP Goal V.13.4

STATE OF ILLINOISSTANDARD TERMS AND CONDITIONS

ATTACHMENT DD

expenses, losses, claims, damages, liabilities, settlements and judgments, including in-house and contracted attorneys’ fees and expenses, arising out of: (a) any breach or violation by Vendor of any of its certifications, representations, warranties, covenants or agreements; (b) any actual or alleged death or injury to any person, damage to any property or any other damage or loss claimed to result in whole or in part from Vendor’s negligent performance; or (c) any act, activity or omission of Vendor or any of its employees, representatives, subcontractors or agents. Neither Party shall be liable for incidental, special, consequential or punitive damages.

12. INSURANCE: Vendor shall, at all times during the term, maintain and provide a Certificate of Insurance naming the IDOT, Caltrans, and WSDOT as additional insured for all required bonds and insurance. Certificates may not be modified or canceled until at least 30 days notice has been provided to the IDOT/Caltrans. Insurance shall not limit Vendor’s obligation to indemnify, defend, and save harmless the State of Illinois and all JPEs from all causes, claims, actions, and demands.

The Vendor shall maintain in effect during the term of this contract, including any warranty period, at its own expense, at least the following coverage and limits of insurance:

Commercial General Liability – Vendor shall maintain general liability on an occurrence form with limits not less than $10,000,000 per occurrence/$10,000,000 aggregate for bodily injury and property damage liability. The policy shall include coverage for liabilities arising out of premises, operations, independent contractors, products, completed operations, personal & advertising injury, and liability assumed under an insured contract. This insurance shall apply separately to each insured against whom claim is made or suit is brought subject to the Vendor’s limit of liability. The Commercial General Liability Insurance policy shall not contain “X, C and U” (explosion, collapse, and underground) exclusions.

The policy must include the State of Illinois, Department of Transportation, its officers, agents, employees and servants , and all JPEs, their officers, agents, employees and servants are included as additional insureds, but only with respect to work performed under this contract.

This endorsement must be supplied under form acceptable to the State of Illinois.

In the case of Vendor’s utilization of subcontractors and suppliers to complete the contracted scope of work, Vendor shall include all subcontractors and suppliers as insured’s under Vendor’s insurance or supply evidence of insurance to IDOT equal to policies, coverages and limits required of Contractor.

Automobile Liability – Vendor shall maintain motor vehicle liability with limits not less than $1,000,000 combined single limit per accident. Such insurance shall cover liability arising out of a motor vehicle including owned, hired and non-owned motor vehicles. The same additional insured designation and endorsement required for general liability is to be provided for this coverage.

Workers Compensation and Employers Liability – Vendor shall maintain statutory worker’s compensation and employer’s liability coverage for all its employees who will be engaged in the performance of the Contract. Employer’s liability limits of $1,000,000 are required. When work is performed on IDOT or JPE owned or controlled property the workers’ compensation policy shall contain a waiver of subrogation in favor of IDOT and the JPEs. The waiver of subrogation endorsement shall be provided.

State of Illinois 64Department of TransportationMulti-State Locomotive ProcurementReference # 14-1-DPIT

Page 65: RFP with BEP Goal V.13.4

STATE OF ILLINOISSTANDARD TERMS AND CONDITIONS

ATTACHMENT DD

The general liability and automobile liability policies are to contain, or be endorsed to contain, the following provisions:

1. Primary Clause – Any required insurance contained in this Contract shall be primary, and not excess or contributory, to any other insurance carried by IDOT or JPEs.

2. Stipulation that the Insurance is primary insurance and that no insurance or self-insurance of IDOT or JPEs will be called upon to contribute to a loss. Any insurance or self-insurance maintained by IDOT or JPEs shall be excess of the Vendor’s insurance and shall not contribute with it.

When performing any and all work under this Contract, on property in the care, custody or control of the State or any JPEs, Vendor shall maintain all commercial general liability insurance, workers’ compensation insurance, product liability insurance, and automobile liability insurance for the duration of the Contract. Vendor shall deliver to IDOT, Caltrans, and WSDOT, within thirty (30) days after Award of this Contract, an ACORD form (Certificate of Liability Insurance) evidencing the required insurance coverage and appropriate endorsements as set forth below. A Notice to Proceed will not be issued until all required insurance documentation is in place. Failure to provide evidence of insurance or maintain insurance throughout the contract duration in a timely manner is grounds for withdrawal of the award of the Contract or may be terminated per RFP Attachment DD “Standard Terms and Conditions” Section 1.3 “Termination for Cause” at the sole discretion of IDOT/Caltrans.

Deductible – Vendor is responsible for any deductible or self-insured retention contained within their insurance program.

Insurance Carrier Required Rating – The insurance companies providing coverage shall be rated in the Best’s Key Rating Guide. IDOT will accept companies with a rating not lower than B+ provided the financial size category is VII or larger. Companies rated A- or better shall have a financial size category of not less than VI.

Inadequate Insurance – Inadequate or lack of insurance does not negate the Vendor’s obligations under the Contract.

12.1. Continuation or Change in Coverage

Coverage Term – Coverage shall remain in full force and effect for the complete term of the Contract. If insurance expires during the term of the Contract, a new certificate must be received by IDOT, Caltrans, and WSDOT at least ten (10) days prior to the expiration of this insurance. Any new insurance must still comply with the original terms of the contract.

Policy Cancellation or Termination & Notice of Non-Renewal – Vendor shall provide to IDOT, Caltrans, and WSDOT within ten (10) business days following receipt by Vendor a copy of any cancellation or non-renewal of insurance required by the Contract. In the event Vendor fails to keep in effect at all times the specified insurance coverage, IDOT and JPEs may, in addition to any other remedies it may have, terminate the Contract upon the occurrence of such event, subject to the provisions of the Contract.

12.2. Endorsements

Any required endorsements requested by IDOT or JPEs must be physically attached to all requested certificates of insurance and not substituted by referring to such coverage on the certificate of insurance.

State of Illinois 65Department of TransportationMulti-State Locomotive ProcurementReference # 14-1-DPIT

Page 66: RFP with BEP Goal V.13.4

STATE OF ILLINOISSTANDARD TERMS AND CONDITIONS

ATTACHMENT DD

13. INDEPENDENT CONTRACTOR: Vendor shall act as an independent contractor and not an agent or employee of, or joint venturer with any JPE. All payments by any JPE shall be made on the basis of Vendor being an independent contractor.

14. SOLICITATION AND EMPLOYMENT: Vendor shall not employ any person employed by the JPEs during the term of this contract to perform any work under this contract. Vendor shall give notice immediately to the IDOT director or designated JPE representative if Vendor solicits or intends to solicit JPE employees to perform any work under this contract.

15. COMPLIANCE WITH THE LAW: The Vendor, its employees, agents, and subcontractors shall comply with all applicable federal, state, and local laws, rules, ordinances, regulations, orders, federal circulars and all license and permit requirements in the performance of this contract. Vendor shall be in compliance with applicable tax requirements and shall be current in payment of such taxes. Vendor shall obtain at its own expense, all licenses and permissions necessary for the performance of this contract.

16. BACKGROUND CHECK: Whenever the State deems it reasonably necessary for security reasons, the State may conduct, at its expense, criminal and driver history background checks of Vendor’s and subcontractor’s officers, employees or agents. Vendor or subcontractor shall reassign immediately any such individual who, in the opinion of the State, does not pass the background checks.

17. APPLICABLE LAW: This contract shall be construed in accordance with and is subject to the laws and rules of the State of Illinois. The Department of Human Rights’ Equal Opportunity requirements are incorporated by reference. 44 ILL. ADMIN. CODE 750. Any claim against the State arising out of this contract must be filed exclusively with the Illinois Court of Claims. 705 ILCS 505/1. The State shall not enter into binding arbitration to resolve any contract dispute. The State of Illinois does not waive sovereign immunity by entering into this contract. The official text of cited statutes is incorporated by reference. An unofficial version can be viewed at (www.ilga.gov/legislation/ilcs/ilcs.asp).

18. ANTI-TRUST ASSIGNMENT: If Vendor does not pursue any claim or cause of action it has arising under federal or state antitrust laws relating to the subject matter of the contract, then upon request of the Illinois Attorney General, Vendor shall assign to the State rights, title and interest in and to the claim or cause of action.

19. CONTRACTUAL AUTHORITY: For each order, the ordering entity shall be solely responsible for all payments or other applicable obligations or disputes that may arise related to its respective order. JPEs shall have no obligations or responsibilities related to orders placed by a different JPE other than proportional payments of shared costs (see RFP Section A.19 “Invoicing”).

20. NOTICES: Notices and other communications provided for herein shall be given in writing by registered or certified mail with return receipt requested, by receipted hand delivery, by courier (UPS, Federal Express or other similar and reliable carrier), by e-mail, or by fax showing the date and time of successful receipt. Notices shall be sent to the individuals who signed the contract using the contact information following the signatures. Each such notice shall be deemed to have been provided at the time it is actually received. By giving notice, either Party may change the contact information.

21. ENTIRE CONTRACT, MODIFICATIONS AND SURVIVAL: This Contract, consisting of the signature page, the Request for Proposal, and all attachments and appendices, constitutes the entire Contract between the Parties

State of Illinois 66Department of TransportationMulti-State Locomotive ProcurementReference # 14-1-DPIT

Page 67: RFP with BEP Goal V.13.4

STATE OF ILLINOISSTANDARD TERMS AND CONDITIONS

ATTACHMENT DD

concerning the subject matter of the Contract, and supersedes all prior proposals, contracts, and understandings between the Parties concerning the subject matter of the Contract. Amendments, modifications and waivers must be in writing and signed by authorized representatives of the Parties. Any provision of this contract officially declared void, unenforceable, or against public policy, shall be ignored and the remaining provisions shall be interpreted, to the extent possible, to give effect to the Parties’ intent. All provisions that by their nature would be expected to survive, shall survive termination. In the event of a conflict between a JPE’s and the Vendor’s terms, conditions and attachments, the JPE’s terms, conditions and attachments shall prevail.

22. PERFORMANCE RECORD/SUSPENSION: Upon request of the State, Vendor shall meet to discuss performance or provide contract performance updates to help ensure proper performance of the contract. IDOT/Caltrans may consider Vendor’s performance under this contract and compliance with law and rule to determine whether to continue the contract.

23. FREEDOM OF INFORMATION ACT/DISCLOSURE OF PUBLIC RECORDS: This contract and all related public records maintained by, provided to, or required to be provided to IDOT/Caltrans are subject to the Illinois Freedom of Information Act (5 ILCS 140) or the California Public Records Act, Government Code Section 6250 et seq., notwithstanding any provision to the contrary that may be found in this contract. 5 ILCS 140. Because this solicitation/procurement is Federally funded, the Offeror should be aware that the Freedom of Information Act (5 USC 552 et seq.) may also apply to any Offers submitted.

24. SCHEDULE OF WORK: Any work performed on JPE premises shall be done during the hours designated by the JPE and performed in a manner that does not interfere with the JPE and its personnel.

25. WARRANTIES FOR SUPPLIES AND SERVICES

25.1. Vendor warrants that the supplies furnished under this contract will: (a) conform to the standards, specifications, drawings, samples or descriptions furnished by the JPEs or furnished by the Vendor and agreed to by the JPEs, including but not limited to all specifications attached as exhibits hereto; (b) be merchantable, of good quality and workmanship, and free from defects for a period of twenty-four (24) months or longer if so specified in writing, and fit and sufficient for the intended use; (c) comply with all federal and state laws, regulations, and ordinances pertaining to the manufacturing, packing, labeling, sale, and delivery of the supplies; (d) be of good title and be free and clear of all liens and encumbrances and; (e) not infringe any patent, copyright or other intellectual property rights of any third party. Vendor agrees to reimburse the JPEs for any losses, costs, damages or expenses, including without limitation, reasonable attorney’s fees and expenses arising from failure of the supplies to meet such warranties.

25.2. Vendor shall insure that all manufacturers’ warranties are transferred to the JPEs and shall provide a copy of the warranty. These warranties shall be in addition to all other warranties, express, implied, or statutory, and shall survive the JPE’s payment, acceptance, inspection, or failure to inspect the supplies.

25.3. Vendor warrants that all services will be performed to meet the requirements of the contract in an efficient and effective manner by trained and competent personnel. Vendor shall monitor performances of each individual and shall reassign immediately any individual who does not perform in accordance with the contract, who is disruptive or not respectful of others in the workplace, or who in any way violates the contract or JPE policies.

State of Illinois 67Department of TransportationMulti-State Locomotive ProcurementReference # 14-1-DPIT

Page 68: RFP with BEP Goal V.13.4

STATE OF ILLINOISSTANDARD TERMS AND CONDITIONS

ATTACHMENT DD

25.4. See additional Warranty and Repair provisions in Attachment EE, Appendix A, Sections 21 and 22.

26. REPORTING, STATUS AND MONITORING SPECIFICATIONS:

26.1. Vendor shall immediately notify IDOT/Caltrans of any event that may have a material impact on Vendor’s ability to perform the contract.

26.2. By August 31 of each year, Vendor shall report to the Agency the number of qualified veterans and certain ex-offenders hired during Vendor’s last completed fiscal year. Vendor may be entitled to employment tax credit for hiring individuals in those groups. 35 ILCS 5/216, 5/217.

27. EMPLOYMENT TAX CREDIT: Vendors who hire qualified veterans and certain ex-offenders may be eligible for tax credits. 30 ILCS 500/45-67 and 45-70. Please contact the Illinois Department of Revenue (telephone #: 217-524-4772) for information about tax credits.

State of Illinois 68Department of TransportationMulti-State Locomotive ProcurementReference # 14-1-DPIT

Page 69: RFP with BEP Goal V.13.4

STATE OF ILLINOISSUPPLEMENTAL PROVISIONS

ATTACHMENT EE

1. Agency Supplemental Provisions:

Agency Definitions

See RFP pages 4 to 8 (following “Brief Description” section)

Required Federal Clauses, Certifications and Assurances

See Appendix B “Federal Clauses”

American Recovery and Reinvestment Act of 2009 (ARRA) Requirements

See Appendix B “Federal Clauses”

Public Works Requirements (construction and maintenance of a public work) 820 ILCS 130/4.

Not applicable.

Prevailing Wage (janitorial cleaning, window cleaning, building and grounds, site technician, natural resources, food services, and security services, if valued at more than $200 per month or $2,000 per year or printing) 30 ILCS 500/25-60.

Not applicable.

Agency Specific Terms and Conditions

See Appendix A “Specific Terms and Conditions”

Other (see below)

Appendix C Technical Specification “PRIIA Specification 305-005 for Diesel Electric Passenger Locomotives.”

Appendix D “Standardization Table”

Appendix E “Additional Customer Variables

Appendix F “Life Cycle Cost”

Appendix G “Service and Performance Simulations”

Appendix H “Maintenance”

Appendix I “Spare Parts List”

2. Offeror Supplemental Provisions:

Click here to enter text.

State of Illinois 69Department of TransportationMulti-State Locomotive ProcurementReference # 14-1-DPIT

Page 70: RFP with BEP Goal V.13.4

STATE OF ILLINOISSUBCONTRACTOR DISCLOSURES

ATTACHMENT FF-1 (Include in Offer Packet 3, Tab 1)

1. Will subcontractors be utilized? Yes No

2. Please identify below the names and addresses of all known subcontractors that will be utilized in the performance of this Contract with a total value of $50,000 or more, together with a description of the work to be performed by the subcontractor to the extent the information is known that each subcontractor is expected to receive pursuant to the Contract.

Subcontractor Name: Click here to enter text.

Address: Click here to enter text.Description of work: Click here to enter text.Subcontractor Name: Click here to enter text.Address: Click here to enter text.Description of Work: Click here to enter text.If additional space is necessary to provide subcontractor information, please attach an additional page. All subcontracts must include the Subcontractor Standard Certifications and the Disclosures and Conflicts of Interest, completed and signed by the subcontractor.

3. All subcontracts over $50,000 must include the same certifications that Vendor must make as a condition of the contract. Vendor shall include in each subcontract the subcontractor certifications as shown on the Standard Certification form available from the State.

State of Illinois 70Department of TransportationMulti-State Locomotive ProcurementReference # 14-1-DPIT

Page 71: RFP with BEP Goal V.13.4

STATE OF ILLINOISSUBCONTRACTOR DISCLOSURES

ATTACHMENT FF-2 (Include in Offer Packet 2, Pricing Offer)(NOTE: THIS FORM REQUIRES COST ESTIMATE INFORMATION AND MUST BE PLACED IN THE “PRICING OFFER” IN OFFER PACKET 2. DO NOT INCLUDE THIS FORM IN ANY OTHER OFFER PACKET.)

1. Will subcontractors be utilized? Yes No

2. Please identify below the names and addresses of all known subcontractors that will be utilized in the performance of this Contract with a total annual value of $50,000 or more, together with a description of the work to be performed by the subcontractor and the anticipated amount of money to the extent the information is known that each subcontractor is expected to receive pursuant to the Contract.

Subcontractor Name: Click here to enter text.

Anticipated/Estimated Amount to Be Paid: Click here to enter text.

Address: Click here to enter text.

Description of work: Click here to enter text.

Subcontractor Name: Click here to enter text.

Anticipated/Estimated Amount to Be Paid: Click here to enter text.

Address: Click here to enter text.

Description of Work: Click here to enter text.

If additional space is necessary to provide subcontractor information, please attach an additional page. All subcontracts must include the Subcontractor Standard Certifications and the Disclosures and Conflicts of Interest, completed and signed by the subcontractor.

3. All subcontracts with a total annual value over $50,000 must include the same certifications that Vendor must make as a condition of the contract. Vendor shall include in each subcontract the subcontractor certifications as shown on the Standard Certification form available from the State.

State of Illinois 71Department of TransportationMulti-State Locomotive ProcurementReference # 14-1-DPIT

Page 72: RFP with BEP Goal V.13.4

STATE OF ILLINOISSTANDARD CERTIFICATIONS

ATTACHMENT GG

Vendor acknowledges and agrees that compliance with this subsection in its entirety for the term of the contract is a material requirement and condition of this contract. By executing this contract Vendor certifies compliance with this subsection in its entirety, and is under a continuing obligation to remain in compliance and report any non-compliance.

This subsection, in its entirety, applies to subcontractors used on this contract. Vendor shall include these Standard Certifications in any subcontract used in the performance of the contract using the Standard Certification form provided by the State.

If this contract extends over multiple fiscal years, Vendor and its subcontractors shall confirm compliance with this section in the manner and format determined by the State by the date specified by the State and in no event later than July 1 of each year that this contract remains in effect.

If the Parties determine that any certification in this section is not applicable to this contract it may be stricken without affecting the remaining subsections.

1. As part of each certification, Vendor acknowledges and agrees that should Vendor or its subcontractors provide false information, or fail to be or remain in compliance with the Standard Certification requirements, one or more of the following sanctions will apply:

the contract may be void by operation of law,

the State may void the contract, and

the Vendor and it subcontractors may be subject to one or more of the following: suspension, debarment, denial of payment, civil fine, or criminal penalty.

Identifying a sanction or failing to identify a sanction in relation to any of the specific certifications does not waive imposition of other sanctions or preclude application of sanctions not specifically identified.

2. Vendor certifies it and its employees will comply with applicable provisions of the United States Civil Rights Act, Section 504 of the Federal Rehabilitation Act, the Americans with Disabilities Act, and applicable rules in performance of this contract.

3. Vendor, if an individual, sole proprietor, partner or an individual as member of a LLC, certifies he/she is not in default on an educational loan. 5 ILCS 385/3.

4. Vendor, if an individual, sole proprietor, partner or an individual as member of a LLC, certifies it he/she has not received (i) an early retirement incentive prior to 1993 under Section 14-108.3 or 16-133.3 of the Illinois Pension Code or (ii) an early retirement incentive on or after 2002 under Section 14-108.3 or 16-133.3 of the Illinois Pension Code. 30 ILCS 105/15a; 40 ILCS 5/14-108.3; 40 ILCS 5/16-133.

5. Vendor certifies that it is a legal entity authorized to do business in Illinois prior to submission of a bid, offer, or proposal. 30 ILCS 500/1.15.8, 20-43.

State of Illinois 72Department of TransportationMulti-State Locomotive ProcurementReference # 14-1-DPIT

Page 73: RFP with BEP Goal V.13.4

6. To the extent there was a current Vendor providing the services covered by this contract and the employees of that Vendor who provided those services are covered by a collective bargaining agreement, Vendor certifies (i) that it will offer to assume the collective bargaining obligations of the prior employer, including any existing collective bargaining agreement with the bargaining representative of any existing collective bargaining unit or units performing substantially similar work to the services covered by the contract subject to its bid or offer; and (ii) that it shall offer employment to all employees currently employed in any existing bargaining unit who perform substantially similar work to the work that will be performed pursuant to this contract. This does not apply to heating, air conditioning, plumbing and electrical service contracts. 30 ILCS 500/25-80.

7. Vendor certifies it has neither been convicted of bribing or attempting to bribe an officer or employee of the State of Illinois or any other State, nor made an admission of guilt of such conduct that is a matter of record. 30 ILCS 500/50-5.

8. If Vendor has been convicted of a felony, Vendor certifies at least five years have passed after the date of completion of the sentence for such felony, unless no person held responsible by a prosecutor’s office for the facts upon which the conviction was based continues to have any involvement with the business. 30 ILCS 500/50-10.

9. If Vendor or any officer, director, partner, or other managerial agent of Vendor has been convicted of a felony under the Sarbanes-Oxley Act of 2002, or a Class 3 or Class 2 felony under the Illinois Securities Law of 1953, Vendor certifies at least five years have passed since the date of the conviction. Vendor further certifies that it is not barred from being awarded a contract and acknowledges that the State shall declare the contract void if this certification is false. 30 ILCS 500/50-10.5.

10. Vendor certifies it is not barred from having a contract with the State based upon violating the prohibitions related to either submitting/writing specifications or providing assistance to an employee of the State of Illinois by reviewing, drafting, directing, or preparing any invitation for bids, a request for proposal, or request of information, or similar assistance (except as part of a public request for such information). 30 ILCS 500/50-10.5(e), amended by Pub. Act No. 97-0895 (August 3, 2012). This prohibition does not apply to participation by Offerors, their consultants, subcontractors, suppliers, employees or agents of the Offerors in developing NGEC technical specification 305-005 and its associated documents as part of the PRIIA NGEC proceedings.

11. Vendor certifies that it and its affiliates are not delinquent in the payment of any debt to the State (or if delinquent has entered into a deferred payment plan to pay the debt), and Vendor and its affiliates acknowledge the State may declare the contract void if this certification is false or if Vendor or an affiliate later becomes delinquent and has not entered into a deferred payment plan to pay off the debt. 30 ILCS 500/50-11, 50-60.

12. Vendor certifies that it and all affiliates shall collect and remit Illinois Use Tax on all sales of tangible personal property into the State of Illinois in accordance with provisions of the Illinois Use Tax Act and acknowledges that failure to comply may result in the contract being declared void. 30 ILCS 500/50-12.

13. Vendor certifies that it has not been found by a court or the Pollution Control Board to have committed a willful or knowing violation of the Environmental Protection Act within the last five years, and is therefore not barred from being awarded a contract. 30 ILCS 500/50-14.

14. Vendor certifies it has neither paid any money or valuable thing to induce any person to refrain from bidding on a State contract, nor accepted any money or other valuable thing, or acted upon the promise of same, for not bidding on a State contract. 30 ILCS 500/50-25.

State of Illinois 73Department of TransportationMulti-State Locomotive ProcurementReference # 14-1-DPIT

Page 74: RFP with BEP Goal V.13.4

15. Vendor certifies it is not in violation of the “Revolving Door” provisions of the Illinois Procurement Code. 30 ILCS 500/50-30.

16. Vendor certifies that it has not retained a person or entity to attempt to influence the outcome of a procurement decision for compensation contingent in whole or in part upon the decision or procurement. 30 ILCS 500/50-38.

17. Vendor certifies it will report to the Illinois Attorney General and the Chief Procurement Officer any suspected collusion or other anti-competitive practice among any bidders, offerors, contractors, proposers, or employees of the State. 30 ILCS 500/50-40, 50-45, 50-50.

18. Vendor certifies steel products used or supplied in the performance of a contract for public works shall be manufactured or produced in the United States, unless the executive head of the procuring Agency grants an exception. 30 ILCS 565. (Please note that this certification is not applicable to RFP 14-1-DPIT because this is not a public works project.)

19. Drug Free Workplace

19.1. If Vendor employs 25 or more employees and this contract is worth more than $5,000, Vendor certifies it will provide a drug free workplace pursuant to the Drug Free Workplace Act.

19.2. If Vendor is an individual and this contract is worth more than $5,000, Vendor certifies it shall not engage in the unlawful manufacture, distribution, dispensation, possession, or use of a controlled substance during the performance of the contract. 30 ILCS 580.

20. Vendor certifies that neither Vendor nor any substantially owned affiliate is participating or shall participate in an international boycott in violation of the U.S. Export Administration Act of 1979 or the applicable regulations of the United States. Department of Commerce. 30 ILCS 582.

21. Vendor certifies it has not been convicted of the offense of bid rigging or bid rotating or any similar offense of any state or of the United States. 720 ILCS 5/33 E-3, E-4.

22. Vendor certifies it complies with the Illinois Department of Human Rights Act and rules applicable to public contracts, which include providing equal employment opportunity, refraining from unlawful discrimination, and having written sexual harassment policies. 775 ILCS 5/2-105.

23. Vendor certifies it does not pay dues to or reimburse or subsidize payments by its employees for any dues or fees to any “discriminatory club.” 775 ILCS 25/2.

24. Vendor certifies that no foreign-made equipment, materials, or supplies furnished to the State under the contract have been or will be produced in whole or in part by forced labor or indentured labor under penal sanction. 30 ILCS 583.

25. Vendor certifies that no foreign-made equipment, materials, or supplies furnished to the State under the contract have been produced in whole or in part by the labor or any child under the age of 12. 30 ILCS 584.

26. Vendor certifies that any violation of the Lead Poisoning Prevention Act, as it applies to owners of residential buildings, has been mitigated. 410 ILCS 45.

27. Vendor warrants and certifies that it and, to the best of its knowledge, its subcontractors have and will comply with Executive Order No. 1 (2007). The Order generally prohibits Vendors and subcontractors from hiring the then-serving Governor’s family members to lobby procurement activities of the State, or any other unit of government in Illinois including local governments if that procurement may result in a contract valued at over

State of Illinois 74Department of TransportationMulti-State Locomotive ProcurementReference # 14-1-DPIT

Page 75: RFP with BEP Goal V.13.4

$25,000. This prohibition also applies to hiring for that same purpose any former State employee who had procurement authority at any time during the one-year period preceding the procurement lobbying activity.

28. Vendor certifies that information technology, including electronic information, software, systems and equipment, developed or provided under this contract comply with the applicable requirements of the Illinois Information Technology Accessibility Act Standards as published at (www.dhs.state.il.us/iitaa) 30 ILCS 587.

29. Vendor certifies that it has read, understands, and is in compliance with the registration requirements of the Elections Code (10 ILCS 5/9-35) and the restrictions on making political contributions and related requirements of the Illinois Procurement Code. 30 ILCS 500/20-160 and 50-37. Vendor will not make a political contribution that will violate these requirements.

In accordance with section 20-160 of the Illinois Procurement Code, Vendor certifies as applicable:

Vendor is not required to register as a business entity with the State Board of Elections.

or

Vendor has registered with the State Board of Elections. As a registered business entity, Vendor acknowledges a continuing duty to update the registration as required by the Act.

30. Vendor certifies that if it is awarded a contract through the use of the preference required by the Procurement of Domestic Products Act, then it shall provide products pursuant to the contract or a subcontract that are manufactured in the United States. 30 ILCS 517.

31. A person (other than an individual acting as a sole proprietor) must be a duly constituted legal entity and authorized to do business in Illinois prior to submitting a bid or offer. 30 ILCS 500/20-43. If you do not meet these criteria, then your bid or offer will be disqualified.

Vendor must make one of the following four certifications by checking the appropriate box. If C or D is checked, then Vendor must attach to this form the requested documentation.

A. Vendor certifies it is an individual acting as a sole proprietor and is therefore not subject to the requirements of section 20-43 of the Procurement Code.

B. Vendor certifies that it is a legal entity, and was authorized to do business in Illinois as of the date for submitting this bid or offer. The State may require Vendor to provide evidence of compliance before award.

C. Vendor certifies it is a legal entity, and is a foreign corporation performing activities that do not constitute transacting business in Illinois as defined by Illinois Business Corporations Act (805 ILCS 5/13.75). A vendor claiming exemption under the Act must include a detailed explanation of the legal basis for the claim with its bid or offer and must provide additional detail upon request. If Vendor fails to provide the mandatory documentation with the bid or offer, or does not provide additional detail upon request within the timeframe specified in said request, then the State may deem the Vendor as being non-responsive or not responsible and may disqualify the Vendor.

State of Illinois 75Department of TransportationMulti-State Locomotive ProcurementReference # 14-1-DPIT

Page 76: RFP with BEP Goal V.13.4

D. Vendor certifies it is a legal entity, and is an entity otherwise recognized under Illinois law as eligible for a specific form of exemption similar to those found in the Illinois Business Corporation Act (805 ILCS 5/13.75). A vendor claiming exemption under a specific law must provide a detailed explanation of the legal basis for the claim with its bid or offer and must provide additional detail upon request. If Vendor fails to provide the mandatory documentation with the bid or offer, or does not provide additional detail upon request within the timeframe specified in said request, then the State may deem the Vendor as being non-responsive or not responsible and may disqualify the Vendor.

State of Illinois 76Department of TransportationMulti-State Locomotive ProcurementReference # 14-1-DPIT

Page 77: RFP with BEP Goal V.13.4

STATE OF ILLINOISFINANCIAL DISCLOSURES AND CONFLICTS OF INTEREST

ATTACHMENT HH

Financial Disclosures and Conflicts of Interest forms (“forms”) must be accurately completed and submitted by the vendor, any parent entity(ies) and any subcontractors. There are nine steps to this form and each must be completed as instructed in the step heading, unless otherwise provided. A bid, offer, or proposal that does not include this form shall be considered not responsive. The State will consider this form when evaluating the bid, offer, or proposal or awarding the contract.

The requirement of disclosure of financial interests and conflicts of interest is a continuing obligation. If circumstances change and the previously submitted form is no longer accurate, disclosing entities must provide an updated form.

Separate forms are required for the vendor, any parent entity(ies) and any subcontractors.

Subcontractor forms must be provided with a copy of the subcontract, if required, within 15 days after execution of the State contract or after execution of the subcontract, whichever is later, for all subcontracts with an annual value of more than $50,000.

This disclosure is submitted for:

Vendor

Vendor’s Parent Entity(ies) (100% ownership)

Subcontractor(s) >$50,000

Subcontractor’s Parent Entity(ies) > $50,000

Project Name and Illinois Transportation Procurement Bulletin Number

Click here to enter text.

Vendor Name Click here to enter text.

Doing Business As (DBA) Click here to enter text.

Parent Entity Click here to enter text.

Subcontractor Click here to enter text.

Instrument of Ownership or Beneficial Interest

Choose an item. If you selected Other, please describe: Click here to enter text.

EP 1

State of Illinois 77Department of TransportationMulti-State Locomotive ProcurementReference # 14-1-DPIT

Page 78: RFP with BEP Goal V.13.4

STEP 1SUPPORTING DOCUMENTATION SUBMITTAL

(All vendors complete regardless of annual bid, offer, or contract value)(Subcontractors with subcontract annual value of more than $50,000 must complete)

You must select one of the six options below and select the documentation you are submitting. You must provide the documentation the applicable section requires with this form.

Option 1 – Publicly Traded Entities

1.A. Complete Step 2, Option A for each qualifying individual or entity holding any ownership or distributive income share in excess of 5% or an amount greater than 60% ($106,447.20) of the annual salary of the Governor.

OR

1.B. Attach a copy of the Federal 10-K, and skip to Step 3.

Option 2 – Privately Held Entities with more than 200 Shareholders

2.A. Complete Step 2, Option A for each qualifying individual or entity holding any ownership or distributive income share in excess of 5% or an amount greater than 60% ($106,447.20) of the annual salary of the Governor.

OR

2.B. Complete Step 2, Option A each qualifying individual or entity holding any ownership share in excess of 5% and attach the information Federal 10-K reporting companies are required to report under 17 CFR 229.401.

Option 3 – All other Privately Held Entities, not including Sole Proprietorships

3.A. Complete Step 2, Option A for each qualifying individual or entity holding any ownership or distributive income share in excess of 5% or an amount greater than 60% ($106,447.20) of the annual salary of the Governor.

Option 4 – Foreign Entities

4.A. Complete Step 2, Option A for each qualifying individual or entity holding any ownership or distributive income share in excess of 5% or an amount greater than 60% ($106,447.20) of the annual salary of the Governor.

OR

4.B. Attach a copy of the Securities Exchange Commission Form 20-F or 40-F, and skip to Step 3.

Option 5 – Not-for-Profit Entities

Complete Step 2, Option B.

Option 6 – Sole Proprietorships

Skip to Step 3.

State of Illinois 78Department of TransportationMulti-State Locomotive ProcurementReference # 14-1-DPIT

Page 79: RFP with BEP Goal V.13.4

STEP 2DISCLOSURE OF FINANCIAL INTEREST OR BOARD OF DIRECTORS

(All vendors, except sole proprietorships, must complete regardless of annual bid, offer, or contract value)(Subcontractors with subcontract annual value of more than $50,000 must complete)

Complete either Option A (for all entities other than not-for-profits) or Option B (for not-for-profits). Additional rows may be inserted into the tables or an attachment may be provided if needed.

OPTION A – Ownership Share and Distributive Income

Ownership Share – If you selected Option 1.A., 2.A., 2.B., 3.A. or 4.A. in Step 1, provide the name and address of each individual and entity and their percentage of ownership if said percentage exceeds 5%, or the dollar value of their ownership if said dollar value exceeds $106,447.20.

Check here if including an attachment with requested information in a format substantially similar to the format below.

TABLE - XName Address % of Ownership $ Value of Ownership

Click here to enter text. Click here to enter text. Click here to enter text. Click here to enter text.Click here to enter text. Click here to enter text. Click here to enter text. Click here to enter text.Click here to enter text. Click here to enter text. Click here to enter text. Click here to enter text.Click here to enter text. Click here to enter text. Click here to enter text. Click here to enter text.Click here to enter text. Click here to enter text. Click here to enter text. Click here to enter text.

Distributive Income – If you selected Option 1.A., 2.A., 3.A., or 4A. in Step 1, provide the name and address of each individual and their percentage of the disclosing vendor’s total distributive income if said percentage exceeds 5% of the total distributive income of the disclosing entity, or the dollar value of their distributive income if said dollar value exceeds $106,447.20.

Check here if including an attachment with requested information in a format substantially similar to the format below.

TABLE - YName Address % of Distributive

Income$ Value of Distributive Income

Click here to enter text. Click here to enter text. Click here to enter text. Click here to enter text.Click here to enter text. Click here to enter text. Click here to enter text. Click here to enter text.Click here to enter text. Click here to enter text. Click here to enter text. Click here to enter text.Click here to enter text. Click here to enter text. Click here to enter text. Click here to enter text.Click here to enter text. Click here to enter text. Click here to enter text. Click here to enter text.

State of Illinois 79Department of TransportationMulti-State Locomotive ProcurementReference # 14-1-DPIT

Page 80: RFP with BEP Goal V.13.4

Please certify that the following statements are true.

I have disclosed all individuals or entities that hold an ownership interest of greater than 5% or greater than $106,447.20.

Yes No

I have disclosed all individuals or entities that were entitled to receive distributive income in an amount greater than $106,447.20 or greater than 5% of the total distributive income of the disclosing entity.

Yes No

OPTION B – Disclosure of Board of Directors (Not-for-Profits)

If you selected Option 5 in Step 1, list members of your board of directors. Please include an attachment if necessary.

TABLE - ZName AddressClick here to enter text. Click here to enter text.Click here to enter text. Click here to enter text.Click here to enter text. Click here to enter text.Click here to enter text. Click here to enter text.Click here to enter text. Click here to enter text.Click here to enter text. Click here to enter text.

STEP 3DISCLOSURE OF LOBBYIST OR AGENT

(Complete only if bid, offer, or contract has an annual value over $25,000)(Subcontractors with subcontract annual value of more than $50,000 must complete)

Yes No. Is your company represented by or do you employ a lobbyist or other agent required to register under the Lobbyist Registration Act (lobbyist must be registered pursuant to the Act with the Secretary of State) or other agent who is not identified through Step 2, Option A above and who has communicated, is communicating, or may communicate with any State/Public University officer or employee concerning the bid or offer? If yes, please identify each lobbyist and agent, including the name and address below.

Name Address Relationship to Disclosing EntityClick here to enter text. Click here to enter text. Click here to enter text.

Describe all costs/fees/compensation/reimbursements related to the assistance provided by each representative lobbyist or other agent to obtain a State/Public University contract: Click here to enter text.

State of Illinois 80Department of TransportationMulti-State Locomotive ProcurementReference # 14-1-DPIT

Page 81: RFP with BEP Goal V.13.4

STEP 4PROHIBITED CONFLICTS OF INTEREST

(All vendors must complete regardless of annual bid, offer, or contract value)(Subcontractors with subcontract annual value of more than $50,000 must complete)

Step 4 must be completed for each person disclosed in Step 2, Option A and for sole proprietors identified in Step 1, Option 6 above. Please provide the name of the person for which responses are provided: Click here to enter text.

1. Do you hold or are you the spouse or minor child of any person who holds an elective office in the State of Illinois or hold a seat in the General Assembly?

Yes No

2. Have you, your spouse, or minor child been appointed to or employed in any offices or agencies of State government and receive compensation for such employment in excess of 60% ($106,447.20) of the salary of the Governor?

Yes No

3. Are you or are you the spouse or minor child of an officer or employee of the Capital Development Board or the Illinois Toll Highway Authority?

Yes No

4. Have you, your spouse, or an immediate family member who lives in your residence currently or who lived in your residence within the last 12 months been appointed as a member of a board, commission, authority, or task force authorized or created by State law or by executive order of the Governor?

Yes No

5. If you answered yes to any question in 1-4 above, please answer the following: Do you, your spouse, or minor child receive from the vendor more than 7.5% of the vendor’s total distributable income or an amount of distributable income in excess of the salary of the Governor ($177,412.00)?

Yes No

6. If you answered yes to any question in 1-4 above, please answer the following: Is there a combined interest of self with spouse or minor child more than 15% ($354,824.00) in the aggregate of the vendor’s distributable income or an amount of distributable income in excess of two times the salary of the Governor?

Yes No

STEP 5POTENTIAL CONFLICTS OF INTEREST RELATING TO PERSONAL RELATIONSHIPS

(Complete only if bid, offer, or contract has an annual value over $25,000)(Subcontractors with subcontract annual value of more than $50,000 must complete)

Step 5 must be completed for each person disclosed in Step 2, Option A and for sole proprietors identified in Step 1, Option 6 above.Please provide the name of the person for which responses are provided: Click here to enter text.

1. Do you currently have, or in the previous 3 years have you had State employment, including contractual employment of services?

Yes No

2. Has your spouse, father, mother, son, or daughter, had State employment, including contractual employment for services, in the previous 2 years?

Yes No

State of Illinois 81Department of TransportationMulti-State Locomotive ProcurementReference # 14-1-DPIT

Page 82: RFP with BEP Goal V.13.4

3. Do you hold currently or have you held in the previous 3 years elective office of the State of Illinois, the government of the United States, or any unit of local government authorized by the Constitution of the State of Illinois or the statutes of the State of Illinois?

Yes No

4. Do you have a relationship to anyone (spouse, father, mother, son, or daughter) holding elective office currently or in the previous 2 years?

Yes No

5. Do you hold or have you held in the previous 3 years any appointive government office of the State of Illinois, the United States of America, or any unit of local government authorized by the Constitution of the State of Illinois or the statutes of the State of Illinois, which office entitles the holder to compensation in excess of expenses incurred in the discharge of that?

Yes No

6. Do you have a relationship to anyone (spouse, father, mother, son, or daughter) holding appointive office currently or in the previous 2 years?

Yes No

7. Do you currently have or in the previous 3 years had employment as or by any registered lobbyist of the State government?

Yes No

8. Do you currently have or in the previous 2 years had a relationship to anyone (spouse, father, mother, son, or daughter) that is or was a registered lobbyist?

Yes No

9. Do you currently have or in the previous 3 years had compensated employment by any registered election or re-election committee registered with the Secretary of State or any county clerk in the State of Illinois, or any political action committee registered with either the Secretary of State or the Federal Board of Elections?

Yes No

10. Do you currently have or in the previous 2 years had a relationship to anyone (spouse, father, mother, son, or daughter) who is or was a compensated employee of any registered election or reelection committee registered with the Secretary of State or any county clerk in the State of Illinois, or any political action committee registered with either the Secretary of State or the Federal Board of Elections?

Yes No

STEP 6EXPLANATION OF AFFIRMATIVE RESPONSES

(All vendors must complete regardless of annual bid, offer, or contract value)(Subcontractors with subcontract annual value of more than $50,000 must complete)

If you answered “Yes” in Step 4 or Step 5, please provide on an additional page a detailed explanation that includes, but is not limited to the name, salary, State agency or university, and position title of each individual.

State of Illinois 82Department of TransportationMulti-State Locomotive ProcurementReference # 14-1-DPIT

Page 83: RFP with BEP Goal V.13.4

STEP 7POTENTIAL CONFLICTS OF INTEREST

RELATING TO DEBARMENT & LEGAL PROCEEDINGS(Complete only if bid, offer, or contract has an annual value over $25,000)

(Subcontractors with subcontract annual value of more than $50,000 must complete)

This step must be completed for each person disclosed in Step 2, Option A, Step 3, and for each entity and sole proprietor disclosed in Step 1.Please provide the name of the person or entity for which responses are provided: Click here to enter text.

1. Within the previous ten years, have you had debarment from contracting with any governmental entity?

Yes No

2. Within the previous ten years, have you had any professional licensure discipline? Yes No

3. Within the previous ten years, have you had any bankruptcies? Yes No

4. Within the previous ten years, have you had any adverse civil judgments and administrative findings?

Yes No

5. Within the previous ten years, have you had any criminal felony convictions? Yes No

If you answered “Yes”, please provide a detailed explanation that includes, but is not limited to the name, State agency

or university, and position title of each individual. Click here to enter text. STSTEP 8

STEP 8DISCLOSURE OF CURRENT AND PENDING CONTRACTS

(Complete only if bid, offer, or contract has an annual value over $25,000)(Subcontractors with subcontract annual value of more than $50,000 must complete)

If you selected Option 1, 2, 3, 4 or 6 in Step 1, do you have any contracts, pending contracts, bids, proposals, or other ongoing procurement relationships with units of State of Illinois government? Yes No. If “Yes”, please specify below. Attach an additional page in the same format as provided below, if desired.

Agency/University

Project Title Status Value Contract Reference/P.O./Illinois

Transportation Procurement Bulletin #

Click here to enter text.

Click here to enter text. Click here to enter text.

Click here to enter text.

Click here to enter text.

State of Illinois 83Department of TransportationMulti-State Locomotive ProcurementReference # 14-1-DPIT

Page 84: RFP with BEP Goal V.13.4

Please explain the procurement relationship: Click here to enter text.

STEP 9SIGN THE DISCLOSURE

(All vendors must complete regardless of annual bid, offer, or contract value)(Subcontractors with subcontract annual value of more than $50,000 must complete)

This disclosure is signed, and made under penalty of perjury for all for-profit entities, by an authorized officer or employee on behalf of the bidder or offeror pursuant to Sections 50-13 and 50-35 of the Illinois Procurement Code. This disclosure information is submitted on behalf of:Name of Disclosing Entity: Click here to enter text.

Signature: Date: Click here to enter text.

Printed Name: Click here to enter text.

Title: Click here to enter text.

Phone Number: Click here to enter text.

Email Address: Click here to enter text.

State of Illinois 84Department of TransportationMulti-State Locomotive ProcurementReference # 14-1-DPIT

Page 85: RFP with BEP Goal V.13.4

STATE OF ILLINOISDISCLOSURE OF BUSINESS OPERATIONS WITH IRAN

ATTACHMENT II

In accordance with 30 ILCS 500/50-36, each bid, offer, or proposal submitted for a State contract, other than a small purchase defined in Section 20-20 of the Illinois Procurement Code, shall include a disclosure of whether or not the bidder, offeror, or proposing entity, or any of its corporate parents or subsidiaries, within the 24 months before submission of the bid, offer, or proposal had business operations that involved contracts with or provision of supplies or services to the Government of Iran, companies in which the Government of Iran has any direct or indirect equity share, consortiums or projects commissioned by the Government of Iran and:

more than 10% of the company’s revenues produced in or assets located in Iran involve oil-related activities or mineral-extraction activities; less than 75% of the company’s revenues produced in or assets located in Iran involve contracts with or provision of oil-related or mineral – extraction products or services to the Government of Iran or a project or consortium created exclusively by that Government; and the company has failed to take substantial action; or

the company has, on or after August 5, 1996, made an investment of $20 million or more, or any combination of investments of at least $10 million each that in the aggregate equals or exceeds $20 million in any 12- month period that directly or significantly contributes to the enhancement of Iran’s ability to develop petroleum resources of Iran.

A bid, offer, or proposal that does not include this disclosure shall not be considered responsive. We may consider this disclosure when evaluating the bid, offer, or proposal or awarding the contract.

There are no business operations that must be disclosed to comply with the above cited law.

The following business operations are disclosed to comply with the above cited law:

Click here to enter text.

State of Illinois 85Department of TransportationMulti-State Locomotive ProcurementReference # 14-1-DPIT

Page 86: RFP with BEP Goal V.13.4

STATE OF ILLINOISBUSINESS AND DIRECTORY INFORMATION

ATTACHMENT JJ

1. Name of Business (official name and DBA)

Click here to enter text.

2. Business Headquarters (address, phone and fax)

Click here to enter text.Click here to enter text.Click here to enter text.

3. If a Division or Subsidiary of another organization provide the name and address of the parent

Click here to enter text.

4. Billing Address

Click here to enter text.Click here to enter text.

5. Name of Chief Executive Officer

Click here to enter text.

6. Offeror Contact (name, title, address, phone, toll-free number, fax, and e-mail)

Click here to enter text.

Click here to enter text.

Click here to enter text.

Click here to enter text.

Click here to enter text.

Click here to enter text.

State of Illinois 86Department of TransportationMulti-State Locomotive ProcurementReference # 14-1-DPIT

Page 87: RFP with BEP Goal V.13.4

7. Company Web Site Address

Click here to enter text.

8. Type of Organization (sole proprietor, corporation, etc.--should be same as on Taxpayer ID form below

Click here to enter text.

9. Length of time in business

Click here to enter text.

10. Annual Sales for Offeror’s most recently completed fiscal year

Click here to enter text.

11. Show number of full-time employees, on average, during the most recent fiscal year

Click here to enter text.

12. Is your company at least 51% owned and controlled by individuals in one of the following categories? If “Yes,” please check the category that applies:

12.1 Minority (30 ILCS 575/2(A)(1) & (3)) Yes

12.2 Female (30 ILCS 575/2(A)(2) & (4)) Yes

12.3 Person with Disability (30 ILCS 575/2(A)(2.05) & (2.1)) Yes

12.4 Disadvantaged (49 CFR 6) Yes

12.5 Veteran (30 ILCS 500/45-57) Yes

12.6 Small Business (30 ILCS 500/45-45) Yes

State of Illinois 87Department of TransportationMulti-State Locomotive ProcurementReference # 14-1-DPIT

Page 88: RFP with BEP Goal V.13.4

STATE OF ILLINOISREFERENCES

ATTACHMENT KK

Provide references from established firms or government agencies (5 or more) other than the JPEs that can attest to Offeror’s experience and ability to perform the contract that is the subject of this solicitation. In addition to the information to be provided below, complete form CER 3 (in Attachment EE, Appendix A) for each reference provided.

1. Firm/Government Agency/University (name): Click here to enter text.

Contact Person (name, email address, address, and phone): Click here to enter text.

Date of Supplies/Services Provided: Click here to enter text.

Type of Supplies/Services Provided: Click here to enter text.

2. Firm/Government Agency/University (name): Click here to enter text.

Contact Person (name, email address, address, and phone): Click here to enter text.

Date of Supplies/Services Provided: Click here to enter text.

Type of Supplies/Services Provided: Click here to enter text.

3. Firm/Government Agency/University (name): Click here to enter text.

Contact Person (name, email address, address, and phone): Click here to enter text.

Date of Supplies/Services Provided: Click here to enter text.

Type of Supplies/Services Provided: Click here to enter text.

4. Firm/Government Agency/University (name): Click here to enter text.

Contact Person (name, email address, address, and phone): Click here to enter text.

Date of Supplies/Services Provided: Click here to enter text.

Type of Supplies/Services Provided: Click here to enter text.

5. Firm/Government Agency/University (name): Click here to enter text.

Contact Person (name, email address, address, and phone): Click here to enter text.

Date of Supplies/Services Provided: Click here to enter text.

Type of Supplies/Services Provided: Click here to enter text.

Offeror Name: Click here to enter text.

State of Illinois 88Department of TransportationMulti-State Locomotive ProcurementReference # 14-1-DPIT

Page 89: RFP with BEP Goal V.13.4

STATE OF ILLINOISREFERENCES

ATTACHMENT KKReturn Mailing Address: Click here to enter text.

State of Illinois 89Department of TransportationMulti-State Locomotive ProcurementReference # 14-1-DPIT

Page 90: RFP with BEP Goal V.13.4

STATE OF ILLINOISNOT APPLICABLE

ATTACHMENT LL

State of Illinois 90Department of TransportationMulti-State Locomotive ProcurementReference # 14-1-DPIT

Page 91: RFP with BEP Goal V.13.4

STATE OF ILLINOISTAXPAYER IDENTIFICATION NUMBER

ATTACHMENT MM

I certify that:

The number shown on this form is my correct taxpayer identification number (or I am waiting for a number to be issued to me), and

I am not subject to backup withholding because: (a) I am exempt from backup withholding, or (b) I have not been notified by the Internal Revenue Service (IRS) that I am subject to backup withholding as a result of a failure to report all interest or dividends, or (c) the IRS has notified me that I am no longer subject to backup withholding, and

I am a U.S. person (including a U.S. resident alien).

If you are an individual, enter your name and SSN as it appears on your Social Security Card. If you are a sole proprietor, enter the owner’s name on the name line followed by the name of the

business and the owner’s SSN or EIN. If you are a single-member LLC that is disregarded as an entity separate from its owner, enter the

owner’s name on the name line and the D/B/A on the business name line and enter the owner’s SSN or EIN.

If the LLC is a corporation or partnership, enter the entity’s business name and EIN and for corporations, attach IRS acceptance letter (CP261 or CP277).

For all other entities, enter the name of the entity as used to apply for the entity’s EIN and the EIN.Name: Click here to enter text.

Business Name: Click here to enter text.Taxpayer Identification Number:

Social Security Number: Click here to enter text.or

Employer Identification Number: Click here to enter text.Legal Status (check one):

Individual Governmental

Sole Proprietor Nonresident alien

Partnership Estate or trust

Legal Services Corporation Pharmacy (Non-Corp.)

Tax-exempt Pharmacy/Funeral Home/Cemetery (Corp.)

Corporation providing or billing Limited Liability Company

medical and/or health care services (select applicable tax classification)

Corporation NOT providing or billing D = disregarded entity

medical and/or health care services C = corporation

P = partnership

Signature of Authorized Representative:

State of Illinois 91Department of TransportationMulti-State Locomotive ProcurementReference # 14-1-DPIT

Page 92: RFP with BEP Goal V.13.4

STATE OF ILLINOISTAXPAYER IDENTIFICATION NUMBER

ATTACHMENT MMDate: Click here to enter a date.

State of Illinois 92Department of TransportationMulti-State Locomotive ProcurementReference # 14-1-DPIT

Page 93: RFP with BEP Goal V.13.4

STATE OF ILLINOISSMALL BUSINESS ENTERPRISES PARTICIPATION

AND UTILIZATION PLANAttorney Work Product—Privileged

The grant between the FRA and the states allows small business participation on the contract. As grantees, IDOT and the JPEs agree to provide maximum practicable opportunities for small businesses.

A. Contract Participation to be achieved by the Vendor: This contract includes a specific Small Business Enterprise (“SBE”) utilization goal of 7% of the total contract price. For purposes of meeting this goal, only participation by those businesses meeting any one of the definitions of a “Small Businesses Enterprise” as defined below shall be counted towards the goal.

B. Eligibility: In order to be eligible for award of this contract, the Vendor must meet the 7% Small Business Enterprise utilization goal. The intent of the goal is to maximize practicable opportunities for participation by certified Small Business Enterprises as defined herein.

C. Valid Participation: Participation of SBEs shall only be counted towards the goal if

a. The SBE is certified or verified on the date the Vendor submits its Offer/Revised Offer and remains certified throughout the term of its work on the contract; and

b. The SBE performs a commercially useful function on the contract.

D. “Small Business Enterprises” or “SBEs” shall include only those businesses meeting any one of the following definitions:

1. “Small Business” means a. a small business concern as defined pursuant to Section 3 of the Small Business Act and relevant

regulations promulgated pursuant thereto who has written certification that it meets the requirements applicable to its business as set forth thereunder; or

b. a small business that has received written certification from any state as any type of “small business”

2. “HUB Zone small business concern” means a small business concern that appears on the List of Qualified HUBZone Small Business Concerns maintained by the Small Business Administration. The Contractor shall confirm that a subcontractor representing itself as a HUBZone small business concern is certified by SBA as a HUBZone small business concern by accessing the System for Award Management database or by contacting the SBA. Options for contacting the SBA include—

a. HUBZone small business database search application web page at http://dsbs.sba.gov/dsbs/search/dspsearchhubzone.cfm; or http://www.sba.gov/hubzone;

b. In writing to the Director/HUB, U.S. Small Business Administration, 409 3rd Street, SW., Washington, DC 20416; or

c. The SBA HUBZone Help Desk at [email protected].

3. “Disadvantaged Business Enterprise or DBE” means a for-profit small business concern that has received certification as a DBE consistent with 49 CFR part 26 and on the day of the Offer represents that:a. No material change in DBE ownership and control has occurred since its certification;

93Attachment NN –DBE Participation and Utilization PlanV.13.3

Page 94: RFP with BEP Goal V.13.4

[Type text]

b. Where the concern is owned by one or more individuals, the personal net worth of each individual upon who the certification is based does not exceed $1.32 million in accordance with 49 CFR 26.67(a)(2).c. The DBE is identified, on the date of its representation and on the day of bid and throughout the time it performs work on the contract, as a certified DBE in any Unified Certification Program maintained pursuant to 49 CFR part 26 in any state.

4. “Small disadvantaged business concern” means a small business concern that has received certification as a small disadvantaged business concern consistent with 13 CFR part 124, Subpart B; and on the day of Offer represents that:

a. No material change in disadvantaged ownership and control has occurred since its certification; b. Where the concern is owned by one or more individuals, the personal net worth of each individual upon whom the certification is based does not exceed $750,000 after taking into account the applicable exclusions set forth at 13 CFR 124.104(c)(2); and c. It is identified, on the date of its representation and on the day of bid and throughout the time it performs work on the contract, as a certified small disadvantaged business in the Dynamic Small Business Search database maintained by the Small Business Administration.

5. “Service-disabled veteran-owned small business concern”— a. Means a small business concern that has received written verification from the U.S. Veteran’s

Administration and — (i) Not less than 51 percent of which is owned by one or more service-disabled veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more service-disabled veterans; and (ii) The management and daily business operations of which are controlled by one or more service-disabled veterans or, in the case of a service-disabled veteran with permanent and severe disability, the spouse or permanent caregiver of such veteran. (iii) Service-disabled veteran means a veteran, as defined in 38 U.S.C. 101(2), with a disability that is service-connected, as defined in 38 U.S.C. 101(16); or

b. Has received written certification from any state as a service-disabled veteran owned small business.

6. “Veteran-owned small business concern” means a. a small business concern that

i. has received verification from the U.S. Veteran’s Adminstration and — (1) Not less than 51 percent of which is owned by one or more veterans (as defined at

38 U.S.C. 101(2)) or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more veterans; and

(2) The management and daily business operations of which are controlled by one or more veterans; or

b. has received written certification from any state as a veteran owned small business.

Following are guidelines for the Vendor’s response in the SBE Utilization Plan. A format for the utilization plan is included in this section. Vendor should include any additional information that will add clarity to the Vendor’s proposed utilization of SBEs. The SBE Utilization Plan must document the Vendor’s SBE commitments to specific SBEs and must list the name, address, type of certification and certification number of each SBE and the type and dollar amount of work committed to that SBE. The Vendor must submit with its Offer, copies of current certifications (including, where applicable, VA verifications) for each SBE it intends to use on the contract.

1. Valid Certification: At the time of submission of the offer/revised offer, the SBE must:94

Page 95: RFP with BEP Goal V.13.4

[Type text]

1.14. Meet the eligibility requirements and be fully certified as a small business by the United States Small Business Administration, United States Department of Veterans Affairs, or any state;

1.15. Provide a copy of its written, valid certification.

2. Non-Compete Prohibited: An agreement between a Vendor and a SBE in which the SBE promises not to provide subcontracting quotations to other vendors is prohibited. IDOT/JPE may request additional information to demonstrate compliance through IDOT’s Contract Manager named in the contract. The Vendor and the SBE agree to cooperate promptly with IDOT/JPEs through IDOT’s Contract Manager in submitting to interviews, allowing entry to places of business, providing further documentation, or soliciting the cooperation of a proposed SBE. Failure to cooperate may render the proposal non-responsive. The contract will not be finally awarded until the Vendor’s Utilization Plan is approved as a pass/fail element of the offer/revised offer.

3. Vendor Assurance: The Vendor, sub-recipient or subcontractor shall act consistently with the nation’s civil rights and equal opportunity laws, for ensuring that all individuals—regardless of race, gender age, disability, and national origin—benefit from activities funded through Contract. Failure by the Vendor to carry out these requirements is a material breach of this contract, which may result in the termination of this contract or such other remedy, as IDOT/JPE deems appropriate. This assurance must be included in each subcontract that the Vendor signs with a subcontractor or supplier.

4. Calculating SBE Commitments for Participation (participation): The SBE Utilization Plan documents work anticipated to be performed by all SBEs and paid for upon satisfactory completion. Only the value of payments made for the work actually performed by the SBE is counted toward the contract participation. Counting guidelines are summarized below:

4.14. The value of the work actually performed by the SBE’s own forces shall be counted towards the participation. The entire amount of that portion of the contract that is performed by the SBE’s forces, including supplies purchased or equipment leased by the SBE shall be counted, except supplies purchased and equipment rented from the Vendor.

4.15. When a SBE subcontracts part of the work of its contract to another firm, the value of the subcontracted work shall be counted toward participation only if the SBE’s subcontractor is a SBE. Work that a SBE subcontracts to a non-SBE will not count.

4.16. A Vendor shall count towards participation of SBEs 100% of its expenditures for materials and supplies required under the contract and obtained from a SBE manufacturer, regular dealer or supplier.

4.17. A Vendor shall count towards participation the following expenditures to SBEs that are not manufacturers, regular dealers or suppliers:

4.17.1. The fees or commissions charged for providing a bona fide service, such as professional, technical, consultant or managerial services.

4.17.2. The fees charged for delivery of materials and supplies required by the contract (but not the cost of the materials and supplies themselves) when the hauler, trucker, or delivery service is not also the manufacturer of or a regular dealer in the materials and supplies, provided that the fee is determined by the IDOT/JPE to be reasonable and not excessive as compared with fees customarily allowed for similar services. The SBE trucking firm must supervise and manage the entire trucking operation for which it is responsible on the contract, and must itself own and operate at least one fully licensed, insured and operational truck used on the contract. For full

95

Page 96: RFP with BEP Goal V.13.4

[Type text]

credit for participation, the SBE may subcontract its work to other businesses that meet the definition of an SBE as set forth in this contract or to owner-operators. Full credit will not be given if the SBE subcontracts with a non-SBE. The SBE may not use any delivery equipment owned or leased by the Vendor. If the Vendor claims participation credit for transportation services by a SBE, it must provide documentation with its Offer proving that the SBE owns and has registered and insured the necessary equipment and, where applicable, has executed exclusive leases as described in 49 CFR section 26.55(d)(6). Where such documentation is submitted with the Offer, the participation of that SBE will be considered for credit toward the SBE utilization goal for purposes of evaluation of the Offer. Where such documentation is not submitted until after Award and during contract performance, participation by a SBE may be considered for additional credit if proper documentation is submitted to IDOT’s Contract Manager.

4.18. A Vendor shall count towards participation expenditures to SBEs that perform a commercially useful function in the work of the contract as defined in 49 CFR 26.55.

4.18.1. A SBE performs a commercially useful function when it is responsible for execution of a distinct element of the work of a contract and carries out its responsibilities by actually performing, managing, and supervising the work involved. The SBE must also be responsible, with respect to materials or supplies used on the contract, for negotiating price, determining quality and quantity, ordering the materials or supplies, and installing the materials (where applicable) and paying for the material or supplies. To determine whether a firm is performing a commercially useful function, IDOT’s Contract Manager shall evaluate the amount of work subcontracted, whether the amount the firm is to be paid under the contract is commensurate with the work it is actually performing and the credit claimed for its performance of the work, industry practices, and other relevant factors.

4.18.2. A SBE does not perform a commercially useful function if its role is limited to that of an extra participant in a transaction, contract, or project through which funds are passed in order to obtain the appearance of SBE participation. In determining whether a SBE is such an extra participant, IDOT’s Contract Manager shall examine similar transactions, particularly those in which SBEs do not participate.

4.18.3. IDOT’s Contract Manager shall make the final determination as to whether a SBE is providing a commercially useful function during contract administration.

4.19. A Vendor shall not count towards the participation expenditures that are not direct, necessary and proximately related to the work of the contract. Only the amount of services or goods that are directly attributable to the performance of the contract shall be counted. Ineligible expenditures include general office overhead or other Vendor support activities.

4.20. Contract Compliance: Compliance with this section is an essential part of the contract. The following administrative procedures and remedies govern the Vendor’s compliance with the contractual obligations established by the Utilization Plan. After approval of the Plan and award of the contract, the Utilization Plan becomes part of the contract.

4.21. The Utilization Plan may not be amended without IDOT’s Contract Manager’s prior written approval.

4.22. The Vendor may not make changes to its contractual SBE commitments or substitute SBEs without the prior written approval of the IDOT’s Contract Manager. Unauthorized changes or substitutions,

96

Page 97: RFP with BEP Goal V.13.4

[Type text]

including performing the work designated for a SBE with the Vendor’s own forces, shall be a violation of the SBE Utilization Plan and a breach of the contract, and shall be cause to terminate the contract, and/or seek other contract remedies. The facts supporting the request for changes must not have been known nor reasonably should have been known by the parties prior to entering into the subcontract. The Vendor must negotiate with the SBE to resolve the problem. Where there has been a mistake or disagreement about the scope of work, the SBE can be substituted only where agreement cannot be reached for a reasonable price or schedule for the correct scope of work.

4.23. Substitutions of a SBE shall be permitted under the following circumstances:

4.23.1. Unavailability after receipt of reasonable notice to proceed;

4.23.2. Failure of performance;

4.23.3. Financial incapacity;

4.23.4. Refusal by the SBE to honor the bid or proposal price or scope;

4.23.5. Material mistake of fact or law about the elements of the scope of work of a solicitation where a reasonable price cannot be agreed;

4.23.6. Failure of the SBE to meet insurance, licensing or bonding requirements;

4.23.7. The SBE's withdrawal of its bid or proposal; or

4.23.8. Decertification of the SBE.

4.24. If it becomes necessary to substitute a SBE or otherwise change the SBE Utilization Plan, the Vendor must notify IDOT’s Contract Manager in writing of the request to substitute a SBE or otherwise change the SBE Utilization Plan. The request must state specific reasons for the substitution or change. IDOT’s Contract Manager will approve or deny a request for substitution or other change in the SBE Utilization Plan within 5 business days of receipt of the request.

4.25. Where the Vendor has established the basis for the substitution to IDOT’s Contract Manager’s satisfaction, it must make good faith efforts, as defined by 49 CFR part 26, to meet the contract participation by substituting a SBE. Documentation of a replacement SBE, or of good faith efforts to replace the SBE, must meet the requirements of the initial SBE Utilization Plan. If the participation cannot be reached and good faith efforts have been made, the Vendor may substitute with a non-SBE upon written approval by IDOT’s Contract Manager.

4.26. If a Vendor plans to hire a subcontractor for any scope of work that was not previously disclosed in the SBE Utilization Plan, the Vendor must obtain the approval of the IDOT Contract Manager to modify the SBE Utilization Plan and must make good faith efforts to ensure that SBEs have a fair opportunity to bid on the new scope of work.

4.27. A new subcontract must be executed and submitted to the IDOT Contract Manager within 5 business days of the Vendor’s receipt of the IDOT Contract Manager’s approval for the substitution or other change.

4.28. The Vendor shall maintain a record of all relevant data with respect to the utilization of SBEs, including but without limitation, copies of SBE certifications, payroll records, invoices, canceled checks and books

97

Page 98: RFP with BEP Goal V.13.4

[Type text]

of account for a period of at least 5 years after the completion of the contract. Full access to these records shall be granted by the Vendor upon 48 hours written demand by the IDOT Contract Manager to any duly authorized representative thereof, or to any municipal, state or federal authorities. The IDOT Contract Manager shall have the right to obtain from the Vendor any additional data reasonably related or necessary to verify any representations by the Vendor. After the performance of the final item of work or delivery of material by a SBE and final payment to the SBE by the Vendor, but not later than 30 calendar days after such payment, the Vendor shall submit a statement confirming the final payment and the total payments made to the SBE under the contract.

4.29. The IDOT/JPE will periodically review the Vendor’s compliance with these provisions and the terms of its contract. Without limitation, the Vendor’s failure to comply with these provisions or its contractual commitments as contained in the SBE Utilization Plan, failure to cooperate in providing information regarding its compliance with these provisions or its SBE Utilization Plan, or provision of false or misleading information or statements concerning compliance, certification status or eligibility of SBEs, good faith efforts or any other material fact or representation shall constitute a material breach of this contract and entitle the IDOT/JPE to declare a default, terminate the contract, or exercise those remedies provided for in the contract or at law or in equity.

4.30. The IDOT/JPE reserves the right to withhold payment to the Vendor to enforce these provisions and the Vendor’s contractual commitments. Final payment shall not be made on the contract until the Vendor submits sufficient documentation demonstrating compliance with its SBE Utilization Plan and proof that upon completion of the contract it had met the 7% participation goal as measured by the final price of the contract.

4.31. In the event the Vendor fails to meet the 7% participation goal by the time of final payment to the Vendor, liquidated damages may be assessed by IDOT/JPE on the Vendor.

98

Page 99: RFP with BEP Goal V.13.4

[Type text]

4.32. SBE COMMITMENT DOCUMENT (submit in Offer Packet 4)

The SBE COMMITMENT DOCUMENT must be submitted separately in Offer Packet 4. The SBE UTILIZATION PLAN and LETTERS OF INTENT must be submitted in the Pricing Offer, Packet 2.

The SBE Goal for this contract is 7%.

Click here to enter text. submits the following SBE Utilization Plan as part of our proposal in accordance with the requirements of the Small Business Enterprises Participation section of the solicitation forClick here to enter text., Illinois Transportation Procurement Bulletin Reference Number Click here to enter text.. We understand that compliance with this section is an essential part of this contract and that the Utilization Plan will become a part of the contract, if awarded.

Click here to enter text. makes the following assurance and agrees to include the assurance in each subcontract with a subcontractor or supplier utilized on this contract: We shall not discriminate on the basis of race, color, national origin, sexual orientation or sex in the performance of this contract. Failure to carry out these requirements is a material breach of this contract, which may result in the termination of this contract or such other remedy, as the IDOT/JPE deems appropriate.

Vendor’s person responsible for compliance:

Name: Click here to enter text.

Title: Click here to enter text.

Telephone: Click here to enter text.

Email: Click here to enter text.

We submit one (1) of the following statements:

We are a SBE and plan to fully meet the SBE contract participation through self-performance.

We understand that in order to be eligible for award of this contract, we must meet the Small Business Enterprises Participation Goal of 7% of the total contract price as demonstrated. We represent that we have met that goal as demonstrated in our SBE UTILIZATION PLAN and LETTERS OF INTENT attached to our sealed price proposal.

99

Page 100: RFP with BEP Goal V.13.4

STATE OF ILLINOISSMALL BUSINESS ENTERPRISES PARTICIPATION AND UTILIZATION PLAN

ATTACHMENT NN

4.33. SBE UTILIZATION PLAN (submit in Pricing Offer, Packet 2)

4.33.1. Part I - Utilization of SBEs

Please submit a separate Part I for each proposed SBE. To achieve the SBE contract participation through subcontracting, the following is proposed:

4.33.1.1. The SBE’s company name, address and phone number:

Name: Click here to enter text.

Address: Click here to enter text.

Phone Number: Click here to enter text.

At the time of submission, the above certified vendor is:

Certified as __________ (an SBE as defined in Paragraph D of this Attachment NN). The certifying state or federal agency issuing the certification shall be entered below:

Click here to enter text.

4.33.1.2. A detailed description of the commercially useful work to be done by this SBE is as follows:

Click here to enter text.

Where a Vendor claims SBE credit for transportation services, the Vendor will submit proof with its SBE UTILIZATION PLAN of the SBE’s ownership, insurance, and registration of at least one transportation vehicle as required by Section 4.17.2 of Attachment NN. Where this information is not timely submitted, the participation of that SBE will not be considered.

4.33.1.3. The total estimated cost to the State for this contract is $Click here to enter text.. The portion of the contract which will be subcontracted to this SBE is $Click here to enter text. or Click here to enter text.% of the total cost of the contract.

4.33.1.4. Check one of the following:

A notarized signed letter of intent between Click here to enter text. and Click here to enter text.detailing the work to be performed by the SBE and the agreed upon rates or prices, conforming to the Utilization Plan is included.

4.33.1.5. The Vendor has not prohibited or otherwise limited Click here to enter text. from providing subcontractor quotes to other potential bidders/vendors.

100

Page 101: RFP with BEP Goal V.13.4

STATE OF ILLINOISSMALL BUSINESS ENTERPRISES PARTICIPATION AND UTILIZATION PLAN

ATTACHMENT NN

4.33.2. Letter of Intent (LOI) Between Prime Vendor and Certified/Verified Vendor (submit in Pricing Offer, Packet 2)

Instructions: The responsive Vendor is required to submit this signed and notarized Letter of Intent from each SBE identified on the SBE Utilization Plan. LOIs must be submitted with the proposal and must be notarized by both parties. Submit a separate LOI for each proposed SBE. The amount and scope of work indicated on each LOI shall be the actual amount indicated on the Utilization Plan submitted with the proposal and approved by the IDOT/JPE.

Changes to the Utilization Plan including substitution of SBEs are permitted only after award of the contract and only with prior written approval of the IDOT/JPE. A request for changes to the Utilization Plan must be submitted on the Request for Change of Utilization Plan Form for all levels of subcontracting. LOIs must be submitted for all additions of SBEs to the Utilization Plan prior to the start of work.

Project Name Click here to enter text. Project/Solicitation Number: Click here to enter text.

Name of Prime Vendor: Click here to enter text.

Address: Click here to enter text.

City, State and Zip: Click here to enter text.

Telephone: Click here to enter text. Fax: Click here to enter text. Email: Click here to enter text.

Name of SBE: Click here to enter text.

Address: Address: Click here to enter text.

City, State and Zip: Click here to enter text.

Telephone: Click here to enter text. Fax: Click here to enter text. Email: Click here to enter text.

Type of agreement: Services Supplies Both Supplies /Services

Type of payment: Lump Sum Click here to enter text.

Hourly Rate: Click here to enter text.

Unit Price:Click here to enter text.

Period of Performance: Click here to enter text.

101

Page 102: RFP with BEP Goal V.13.4

STATE OF ILLINOISSMALL BUSINESS ENTERPRISES PARTICIPATION AND UTILIZATION PLAN

ATTACHMENT NNProposed Subcontract Amount $Click here to enter text. or Proposed % of Contract Click here to enter text.

Description of work to be performed by SBE:

Click here to enter text.

List the certifying state or federal agency issuing the certification and the type of SBE (as as defined in Paragraph D of this Attachment NN):

Click here to enter text.

The prime vendor and the SBE above hereby agree that upon the execution of a contract for the above-named project between the prime vendor and the State of Illinois, the SBE will perform the scope of work for the price as indicated above.

Prime Vendor (Company Name and D/B/A): SBE (Company Name and D/B/A):

Click here to enter text. Click here to enter text.

Signature Signature

Printed Name: Click here to enter text. Printed Name: Click here to enter text.

Title:Click here to enter text. Title:Click here to enter text.

Date: Click here to enter text. Date: Click here to enter text.

Subscribed and sworn before me this Subscribed and sworn before me this

day of , 20 day of , 20

Notary Public Notary Public

My Commission expires: My Commission expires:

102