Loading...
HomeMy WebLinkAbout000895 Original Contract City of Pc>rt Arti cl s R�crard #000895► PROJECT MANUAL CONTRACT DOCUMENTS for PLY LOADER TIRES PURCHASE CONTRACT NO. ES-14-032 �OF pORT qN�� U� (P KS ANp J� CITY OF PORT ANGELES WASHINGTON 2014 CRAIG FULTON, P.E., DIRECTOR OF PUBLIC WORKS & UTILITIES MIKE PUNTENNEY, P.E., DEPUTY DIRECTOR OF PUBLIC WORKS & UTILITIES Reviewed b .� App oved by: Mikd Puntenney, P.E. William Bloor Deputy Director of Public Works tilities City Attorney ES-14-032 Ply Loader Tires page 1 of 18 CITY OF PORT ANGELES INVITATION TO BID for PLY LOADER TIRES Sealed bids will be received by the Public Works and Utilities Contracts Specialist until 2:00 PM, Wednesday, December 3d, 2014 and will be opened and read in the City's Conference Rooms, Port Angeles City Hall, 321 East Fifth Street, Port Angeles, Washington 98362. Bids will be taken for the following materials: Four(4) L5 23.5-25 20 ply loader tires The terms of delivery are 120 calendar days from issuance of purchase order. The materials to be bid are fully described in the instructions to bidders and the bid documents. Bid documents may be obtained at the Public Works and Utilities Department, between the hours of 8:00am and 4:00pm, City of Port Angeles, 321 E. 5th Street, Port Angeles, Washington 98362, (360) 417-4541. Technical questions regarding this bid should be addressed to Dennis McBride, Fleet Manager at (360) 565- 3860, between the hours of 7:00 AM and 3:00 PM. The City of Port Angeles (hereafter "City") reserves the right to reject any or all bids and to waive minor irregularities in the bids. Subject to the foregoing, the contract may be awarded to the lowest responsible bidder. Minority and women owned businesses shall be afforded full opportunity to submit bids in response to this invitation, shall not be discriminated against on the grounds of sex, race, color, age, national origin or handicap in consideration of an award of any contract or subcontract, and shall be actively solicited for participation in this project by direct mailing of the invitation to bid to such businesses as have contacted the City for such notification. Further, all bidders are directed to solicit and consider minority and women owned businesses as potential subcontractors and material suppliers for this project. Bids must be sealed with the outside of the envelope marked "BID OPENING DATE November 201h, 2014 PURCHASE CONTRACT NO. ES-14-032. The name and address of the bidder shall also appear on the outside of the envelope. Bids shall be addressed: Public Works and Utilities Department Attn: Lucy Hanley, Contracts Specialist PO Box 1150, 321 East Fifth Street Port Angeles, Washington 98362 PUBLISH: Peninsula Daily News: November 16, 2014 ES-14-032 Ply Loader Tires page 2 of 18 INSTRUCTIONS FOR BIDDERS PLY LOADER TIRES BID SUBMITTAL: All bids must be sealed with the outside of the envelope marked with the words: "BID OPENING DATE: DECEMBER 3rd, 2014; PURCHASE CONTRACT NO. ES-14-032." The name and address of the bidder shall also appear on the outside of the envelope. Bids shall be directed to: Public Works and Utilities Department Attn: Lucy Hanley, Contracts Specialist PO Box 1150, 321 East Fifth Street Port Angeles, Washington 98362 It is the intent of the attached specifications to describe the minimum requirements for the materials requested in sufficient detail to secure bids on comparable materials. All parts included in the bid shall conform in strength, quality of workmanship and material to that which is usually provided the trade in general. Any variance from the specifications or standards of quality must be clearly pointed out in writing by the bidder. Do not make reference to brochures or supporting literature on the bid sheet. All notations for bid compliance or exceptions are to be made on the bid sheet or on a plain piece of paper attached and referenced to the bid item. The City's bid sheet must be signed by the bidder or its agent in order for the proposal to be accepted. If alternate materials are proposed, bidders are required to submit a separate bid sheet for each unit offered. All bids must be made on the required bid form and in cases of errors in the extension of prices in the bid, the unit prices will govern. All blank spaces for bid prices must be filled in, with ink or typewritten, and each bid form for which the bidder is providing a bid must be fully completed and executed when submitted. Only one copy of each complete bid form is required. The completed bid form(s) must be accompanied by one completed Bid Signature Sheet, and one completed Non-Collusion Affidavit form. Faxed or emailed bids will not be accepted. Failure to adhere to instructions may constitute disqualification of proposal. BASIS OF AWARD: The basis of award will be determined by the value of the base bid for each vehicle including all mandatory equipment, taxes, and licensing for that vehicle. COMPLIANCE WITH SPECIFICATIONS: The equipment must be in accordance with the specifications. Failure on the Contractor's part to comply with any specification herein will be grounds for disqualification of the bid. All items called for in the specifications, including but not limited to the equipment constructed as shown, and the necessary manuals, must be complied with before the final payment can be processed. ES-14-032 Ply Loader Tires page 3 of 18 Where the description of an item includes both specifications and a brand name and number, the specifications shall govern in case of conflict. Brand name and number are for reference as to the type and quality required and do not preclude offers of a comparable or better product, provided full specifications and descriptive literature accompany the offer. Failure to include full descriptive literature may be cause to reject the offer. WARRANTY: The purchased items must have full Manufacturer's new-vehicle warranties, and the warranties must inure to the benefit of the City. Contractor agrees to these warranty provisions by signing the bid proposal. SAFETY: This unit shall completely comply with all State and Federal laws, rules, regulations and codes in effect at the time of delivery. The unit shall be tested by the successful bidder for compliance with all OSHA/WISHA regulations and the State Department of Labor and Industries Electrical Workers Safety Rules. DELIVERY&ACCEPTANCE: The terms of delivery are 120 calendar days from issuance of purchase order. Deliveries shall be free on board (FOB) destination. For any exception to the delivery date as specified in this Contract, Vendor shall give prior notification and obtain written approval thereto from the City. Time is of the essence and the Contract is subject to termination for failure to deliver as specified and/or appropriate damages. The acceptance by the City of late performance with or without objection or reservation shall not waive the right to claim damage for such breach nor constitute a waiver of the requirements for the timely performance of any obligation remaining to be performed by Vendor. The successful bidder shall be responsible for delivery to the City's garage, 1703 South B Street, Building L in Port Angeles, Washington, between the hours of 7:00 AM and 3:00 PM during the City's normal work day. GENERAL INFORMATION: The City of Port Angeles reserves the right to consider delivery time and may waive any minor defects or reject any and all bids. Any bid may be withdrawn prior to the above scheduled time for the opening of bids or authorized postponement thereof. Any bid received after the time and date specified shall not be considered. No Bidder will be permitted to withdraw its proposal between the closing time for receipt of proposals and the execution of contract, unless the award is delayed for a period exceeding sixty (60) calendar days. The City of Port Angeles may, at its option, in awarding this purchase contract, take into consideration the revenue it would receive from purchasing the equipment from a supplier located within its boundaries, in accordance with RCW 39.30.040. Offers made in accordance with the Invitation to Bid shall be good and firm for the period specified in the bid unless the Bidder specifically limits its offer to a shorter period by written notification on the bid document. However, bids so modified may be declared non responsive. ES-14-032 Ply Loader Tires page 4 of 18 Minority and women owned businesses shall be afforded full opportunity to submit bids in response to this invitation, shall not be discriminated against on the grounds of sex, race, color, age, national origin or handicap in consideration of an award of any contract or subcontract, and shall be actively solicited for participation in this project by direct mailing of the invitation to bid to such businesses as have contacted the City for such notification. Further, all bidders are directed to solicit and consider minority and women owned businesses as potential subcontractors and material suppliers for this project. Signing of the bid sheet by Contractor and subsequent acceptance by the City of the lowest responsive bid will constitute a binding agreement between the City and Contractor. Contractor understands and agrees that no contract payment will be made until the City certifies that all stated specifications have been complied with and the equipment is delivered and accepted by the City. Bids will be evaluated and submitted to the City Council for approval as soon as possible after bid opening. Upon award of the contract to the successful bidder, the City will send the Contractor duplicate, complete sets of Contract Documents, which will include the City's Purchase Order Requisition. The Purchase Order Requisition will include the final agreed upon price and the specific equipment and options being purchased. The Contractor will then sign the duplicate sets of Contract Documents and return them for signing by the City. Each party will retain a fully executed set of the Contract Documents. The Invitation to Bid is released by the City of Port Angeles Public Works and Utilities Department, which shall act as sole point of contact for administration of the bidding. Questions should be directed to Lucy Hanley, Contract Specialist, (360) 417-4541 or to contracts@cityofpa.us. STANDARD TERMS AND CONDITIONS: THE PURCHASE CONTRACT INCLUDES THE FOLLOWING TERMS AND CONDITIONS AND THE PUBLISHED RULES, REGULATIONS, AND LAWS OF THE CITY OF PORT ANGELES AND THE STATE OF WASHINGTON, WHICH ARE HEREBY INCORPORATED BY REFERENCE. 1. CHANGES: No alteration in any of the terms, conditions, delivery price, quality, quantities, or specification will be effective without written consent of the appropriate representative of the City. 2. HANDLING: No charges will be allowed for handling, including but not limited to packing, wrapping bags, containers or reels, unless otherwise stated herein. 3. PAYMENTS: Invoices will not be processed for payment until receipt of a properly completed invoice or invoiced items, whichever is later. Payment will be made within 30 days of receipt of invoice. 4. DAMAGES FOR DELAY: Delays add cost to the City in the form of time needed for operational duties, administration and supervision and in the form of replacement ES-14-032 Ply Loader Tires page 5 of 18 equipment rental. Because the City finds it impractical to calculate all of the actual cost of delays, it has adopted the following to calculate liquidated damages for failure to complete the delivery of the equipment/material on time. Accordingly, the Contractor agrees to the following: a. To pay liquidated damages in the amount of$25 for each working day beyond the number of working days established for physical delivery of the equipment/material; and b. To authorize the City to deduct these liquidated from any money due or coming due to the Contractor. 5. SHIPPING INSTRUCTIONS: Unless otherwise specified, all goods are to be shipped prepaid, F.O.B. Destination. 6. REJECTION: All goods or materials purchased herein are subject to approval by the City. Any rejection of goods or material resulting because of non-conformity to the terms and specifications of this Contract, whether held by the City or returned, will be at Contractor's risk and expense. 7. IDENTIFICATION: All invoices, packing lists, packages, shipping notices, instruction manuals, and other written documents affecting this Contract shall contain the applicable purchase contract number. 8. INFRINGEMENTS: Contractor agrees to protect and hold harmless the City against all claims, suits or proceedings for patent, trademark, copyright or franchise infringement arising from the purchase, installation, or use of goods and materials ordered, and to assume all expenses and damages arising from such claims, suite or proceedings. 9. WARRANTIES: Contractor warrants that articles supplied under this Contract conform to specifications herein and are fit for the purpose for which such goods are ordinarily employed, except that if a particular purpose is stated, the material must then be fit for that particular purpose. 10. ASSIGNMENTS: The provisions or moneys due under this Contract shall only be assignable with prior written consent of the City. 11. TAXES: Unless otherwise indicated the City agrees to pay all State of Washington sales or use tax. No charge by Contractor shall be made for federal excise taxes, and the City agrees to furnish Contractor, upon acceptance of articles supplied under this Contract with an exemption certificate. 12. LIENS, CLAIMS AND ENCUMBRANCES: Contractor warrants and represents that all the goods and materials ordered herein are free and clear of all liens, claims, or encumbrances of any kind. 13. RISK OF LOSS: Regardless of FOB point, Contractor agrees to bear all risks of loss, injury or destruction of goods and materials ordered herein which occur prior to acceptance of the material by the purchaser. Such loss, injury or destruction shall not release Contractor from any obligation hereunder. ES-14-032 Ply Loader Tires page 6 of 18 14. HOLD HARMLESS: Contractor shall protect, indemnify, and hold the City harmless from and against any damage, cost or liability for any injuries to persons or property arising from acts or omissions of Contractor, its employees, agents or subcontractors howsoever caused. 15. ANTI-TRUST: Contractor and the City recognize that in actual economic practice overcharges resulting from anti-trust violations are in fact borne by the City. Therefore, Contractor hereby assigns to the City any and all claims for such overcharges. 16. DEFAULT: Contractor shall be liable for damages suffered by the City resulting from Contractor's breach of Contract. The Contractor covenants and agrees that in the event suit is instituted by the City for any default on the part of the Contractor, and the Contractor is adjudged by a court of competent jurisdiction to be in default, Contractor shall pay to the City all costs, expended or incurred by the City in connection therewith, and reasonable attorney's fees. The Contractor agrees that the Superior Court of the State of Washington shall have jurisdiction over any such suit, and that venue shall be laid in Clallam County. 17. BRANDS: When a special brand is named it shall be construed solely for the purpose of indicating the standards of quality, performance, or use desired. Brands of equal quality, performance, and use shall be considered, provided the bidder specifies the brand and model and submits descriptive literature when available. Any bid containing a brand that is not of equal quality, performance, or use specified must be represented as an alternate and not as an equal, and failure to do so shall be sufficient reason to disregard the bid. 18. SAFETY: The materials shall completely comply with all State and Federal laws, rules, regulations and codes in effect at the time of delivery. 19. ACCEPTANCE: CONTRACTOR ACCEPTS ALL OF THE TERMS AND CONDITIONS SET FORTH. FORMAL OBJECTION IS HEREBY MADE BY THE CITY TO ANY ADDITIONAL OR DIFFERENT TERMS PROPOSED BY VENDOR CONTRACTOR AS A CONDITION OF ACCEPTANCE OR DELIVERY. ES-14-032 Ply Loader Tires page 7 of 18 PURCHASE CONTRACT THIS AGREEMENT is made and entered into this day of MaLC4 , 2015, between the City of Port Angeles (hereinafter called the "Purchaser") and Port Angeles Les Schwab Tire Center(hereinafter called the "Contractor", "Vendor", or"Bidder"). WITNESSETH: That the Purchaser and the Contractor, in consideration of the performance of the terms and conditions hereinafter mentioned, agree as follows: ARTICLE I CONTRACT DOCUMENTS The complete contract includes the Invitation to Bid, the Instructions to Bidders, the Bid, the Specifications, the Standard Terms and Conditions, the Purchase Order Requisition, and the Purchase Contract. The foregoing documents shall hereinafter be called "Contract Documents" or "Contract". All obligations of the Purchaser and the Contractor are fully set forth and described herein. In the event of a discrepancy between any of the Contract Documents, as above defined, the Purchaser shall give a written interpretation thereof, which interpretation shall govern. ARTICLE II CONTRACT COST The Contractor agrees to sell and deliver to the Purchaser, at the delivery points specified by the Purchaser in the form of a purchase order, and the Purchaser agrees to purchase and receive from Contractor the equipment as described and set forth in the Contract Documents, Schedule A, and the provisions of the Contractor's bid attached and made a part hereof. ARTICLE III ASSIGNMENT The Contractor shall not assign any of its responsibility under this Contract without the express written consent of the Purchaser. ARTICLE IV APPLICABLE LAW AND VENUE This Contract shall be governed by, and construed in accordance with, the applicable laws of the State of Washington. Any legal proceedings to determine the rights and obligations of the parties hereunder shall be brought and heard in Clallam County Superior Court. ES-14-032 Ply Loader Tires page 8 of 18 ARTICLE V NONDISCRIMINATION During the performance of this Contract, the parties shall conduct their business in a manner which assures fair, equal and nondiscriminatory treatment of all persons, without respect to race, creed, color, sex, Vietnam era veteran status, disabled veteran condition, physical or mental handicap, or national origin, and, in particular: 1. The parties will maintain open hiring and employment practices and will welcome applications for employment in all positions from qualified individuals who are members of the above stated minorities. 2. The parties will comply strictly with all requirements of applicable federal, state or local laws or regulations issued pursuant thereto, relating to the establishment of nondiscriminatory requirements in hiring an employment practices and assuring the service of all patrons and customers without discrimination with respect to the above-stated minority status. ARTICLE VI TERMINATION OF CONTRACT In the event that any of the provisions of this Contract are violated by the Contractor or the Contractor's subcontractors, the Purchaser may serve written notice of intention to terminate such Contract upon the Contractor, which notice shall specify the reasons therefore. Unless within thirty (30) days after serving such notice upon the Contractor such violation shall cease and an arrangement for the correction thereof satisfactory to the Purchaser be made, the Contract shall, upon the expiration of the said thirty (30) days, cease and terminate. In the event of any such termination, the Purchaser may purchase the materials necessary for complete performance of this Contract, and the Contractor shall be liable to the Purchaser for any excess cost thereby. ES-14-032 Ply Loader Tires page 9 of 18 ARTICLE VIII WAIVER Waiver of any breach of any term or condition of this Contract shall not be deemed a waiver of any prior or subsequent breach, no term or condition of this Contract shall be held to be waived, modified, or deleted except by a written instrument signed by the parties hereto. PORT ANGELES LES SCHWAB TIRE CENTER CITY OF PORT ANGELES By: - By: Title: MOM '4� �t' Title: YF Dated: 1 Dated: -q Is- ATTEST: ATTEST: Cin Vm�"o City Clerk Appr ved to as to orm City Attorney ES-14-032 Ply Loader Tires page 10 of 18 City of Port Angeles Schedule A Invitation to Bid Ply Loader Tires Purchase Contract: ES-14-032 GENERAL DESCRIPTION OF EQUIPMENT BEING BID: Bidders may list variations to these minimum specifications in the "Exception" section of the bid sheets. Bidders may also suggest alternatives to specified name brand products specified by the City of Port Angeles in the "Exception" section as an "Approved Equal." To be considered as an "Approved Equal,"the specifications of the suggested alternative must be attached for our review. The City of Port Angeles will be the sole judge for approving other brands offered as equals to the brand specified. Bidders are also encouraged to list and price any options that are felt to enhance the use of item bid and/or would be desirable. All standard equipment to be included, specified or not. When a Society of Automotive Engineers (SAE), American National Standard Institute (ANSI), American Society for Testing and Materials (ASTM), American Welding Society (AWS) "Reference" is cited, it is to establish an expected level of performance, level of testing or design basis. GENERAL BID PROVISIONS: SCOPE OF BID The purpose of this specification is to obtain one (1) set of four(4) L5 23.5-25 20 ply loader tires per specifications. ITEMS TO BE INCLUDED WITH BID All major components of the requested equipment must be manufactured or distributed by the original equipment manufacturer and advertised on a factory brochure as a standard or optional component. Bidder is to include the factory brochure with the bid. Equipment that has had its features or size reduced to below what the factory says is necessary will not be accepted. Features and/or minimums listed on this brochure as a factory required minimum for the size of the unit bid must be included in the bid to ensure that the equipment offered not only meets these specifications, but also includes factory-listed requirements for its particular size. CONTRACT PERIOD The contract is to be in effect for a period of one year from the date of the award. PRICING A. The City reserves the right to increase or decrease quantities under this contract and pay according to the unit prices quoted in the proposal any time during the contract period. B. The City is entitled to any promotional pricing during the contract period which is lower than pricing as provided in the bid. ES-14-032 Ply Loader Tires page 11 of 18 DELIVERY DATE The bidder must state on the Standard Specifications sheet the number of days after the date the purchase order is issued that delivery of all contract specified units are estimated. LATE DELIVERY All bid must be completed and ready for inspection, with appropriate invoices, no later than the agreed delivery date. All units are to be delivered within the number of days bid by the vendor and specified in the bid specifications. For units delivered to the City by the vendor, date of delivery will be date of receipt and/or acceptance of units, whichever is later, at City's location. For units to be picked up at vendor's facility for credit, date of delivery will be considered to be the date the vendor notifies City that units are available for pickup. DELIVERY LOCATION The unit will be delivered by the winning bidder to the City Corporation yard at: 1703 South B St, Building L Port Angeles WA. 98363 BID EVALUATION The award of this contract will not be based on cost alone, as other factors and features specified in the Standard Specifications are equally important. Minor deviations from these specifications will be considered, provided the manufacturer or vendor submits in writing a full description, in detail, for each variation, with reference made to each item to which the variation will apply. These variations must be submitted with, and made a part of, this bid. If no variations are called out, the bidder will be required to meet or exceed each item in the specifications as written. The City will make evaluation on information supplied. If more than one make or model is offered, please copy the appropriate bid sheets. A separate bid shall be submitted for each item to be evaluated. APPROVED EQUAL The term "Approved equal" shall mean that the quality of equipment must meet the quality of the named reference and receive City approval. The City shall be the sole arbiter in the determination of equality and reserves the right to reject any and all bids and accept the bid or bids that, in the sole and absolute judgment of the City, will best serve the interests of the City. ITEMS REQUIRED FOR DELIVERY OF EQUIPMENT • Signed priced invoice • Pre-delivery inspection report • Warranty books ES-14-032 Ply Loader Tires page 12 of 18 • All documents required for Licensing and Registration All items called for in the specification must be supplied to the City before the final invoice will be processed. City of Port Angeles 321 E 5" St. P.O. Box 1150 Port Angeles, WA 98362 AVAILABILITY In the event items ordered become unavailable and cannot be supplied out of current model year production, a unit deemed by the City to be equal must be supplied. If a substitute is not available or acceptable, then a similar unit from the next model year must be supplied at the same price. If time does not permit this, the order may be canceled, and the unit purchased from other sources. The vendor will reimburse the City for all costs over the contract price. If substitute/similar unit is obtained, vendor will not be assessed the liquidated damages cited above. WARRANTY REPAIRS The company/vendor awarded this contract will be responsible for any warranty repair work required on any equipment or options installed per these specifications. STANDARD SPECIFICATIONS: All unspecified, installed components will be configured to match or exceed industry and safety standards for the requested GVW, vehicle and mounted equipment type. This unit will be designed and constructed in accordance with all current industry standards and will be in compliance with all applicable laws, rules, regulations and standards in effect at the time of manufacture. All equipment that is considered by the factory as standard, unless specifically called out in the specifications to be deleted, will be included. 23.5 - 25 LOADER TIRES CATEGORY ITEMS COMPLY MINIMUM SPECIFICATIONS Yes/No EXCEPTIONS 4 each Bridgestone SDT LID 23.5 —25 tubeless 15 ye 1 bias ply 20 ply rating orequal All L-rings, 0-rings, valve stems, valve cores and C any other small parts or supplies needed for tire 1 Tires 2 mounting will be included in the bid price. An extra rubber layer approximately 2" (inches) thick and 8" (inches) wide, shall be added to one Yes sidewall of each tire as a puncture deterrent. (see 3 photo below) ES-14-032 Ply Loader Tires page 13 of 18 s, u` �M F�y£� 1, � t i Ilya y ri t Labor, travel and any other costs to deliver and i mount the tires to the City's loader at location shall 4 be included in the bid price. Indicate estimated number of days after the purchase order is received that the unit will be delivered to the city. The maximum 11// 5 number of days shall not exceed 120 days. DAYS: 7� ES-14-032 Ply Loader Tires page 14 of 18 City of Port Angeles Bid No. ES-14-032 BID FORM Ply Loader Tires Bidder must bid on all bid items for a bid to be valid. The bidder hereby bids the following amounts for all material described in the Schedule A of the Contract Document. QTY BID ITEM DESCRIPTION EACH MANUFACTURER YEAR PRICE (ea) One set of L5 23.5- 1 25 20 ply loader 4 ea. �Ulol) C 3x tires � Subtotal: 1613 � v �� Washington State sales tax (8.4%): 11313 - 09 Total Bid Amount: 7172,3 ES-14-032 Ply Loader Tires page 15 of 18 City of Port Angeles Bid No. ES-14-032 BID SIGNATURE SHEET (BID SUMMARY and SIGNATURES) Will you sell additional units to the City of Port Angeles at the bid price until further notice? ❑ Yes )No ADDENDA ACKNOWLEDGMENT: The bidder hereby acknowledges that it has received Addenda No(s). to this project manual. The undersigned hereby accepts the terms and conditions as set forth herein. This bid submittal sheet must be signed and dated by the bidder or a representative legally authorized to bind the bidder. FULL LEGAL NAME OF BIDDER / (fir ���� J rolke TYPE OF BUSINESS: x Corporation ❑ Partnership (general) ❑ Partnership (limited) 0 Sole Proprietorship ❑ Limited Liability Company ADDRESS CITY/STATE/ZIP PHONE 30 .._ 75�- 7& 1/ FAX NAME (PLEASE PRINT) 9,/-/ TITLE L��� C% fa- 1-f 'f JGIICo SIGNED DATE 11-17 ES-14-032 Ply Loader Tires page 16 of 18 OF poor 4,l,C �� F V �N NON-COLLUSION AFFIDAVIT (cWORKS ANOVT STATE OF WASHINGTON ) COUNTY OF U91, ) The undersigned, being first duly sworn on oath, says that the bid herewith submitted is a genuine and not a sham or collusive bid, or made in the interest or on behalf of any person not therein named; and (s)he further says that the said bidder has not directly or indirectly induced or solicited any bidder on the above work or supplies to put in a sham bid, or any other person or corporation to refrain from bidding; and that said bidder has not in any manner sought by collusion to secure to him/her self an advantage over any other bidder or bidders. S� i26 Signature of Bidder/Contractor Subscribed and sworn to before me thisday of 20 . "Ar �®\\\111taFFaa® b�0. O°eeeeeaae ee°pe S //% EXR 01/12/2017 a Notary Public in a d for the pu B 00 ��` State of ,v�'•• °`�'��.� Residing at My Comm. Exp.: ES-14-032 Ply Loader Tires page 17 of 18 i i i �ioF PORT gNCF! BIDDER'S CHECKLIST RKS ANN 1. Has the Bid Submittal Sheet been properly signed, and corporate seal affixed, if applicable? 2. Has the Non-Collusion Affidavit been property executed? 3. Have all Addenda, if any, been acknowledged on the Bid Submittal Sheet? 4. BID MUST BE SUBMITTED BY THE TIME AND DATE SPECIFIED IN ORDER TO BE CONSIDERED A VALID BID. ES-14-032 Ply Loader Tires page 18 of 18 s 2527 Hwy 101 E Store: :1 ' Port Angeles, ' 98362 !Q • 38000174049 360-452-7691 Customer • • • • Name: CITY OF PA EQUIPMENT SERVICES Vehicle: Address: PO BOX 1150 Color: City,State, PORT ANGELES,WA 98362-0217 Mileage: Phone: (360)417-4835 License: Comments: QUOTE FOR BID ON NEW TIRES INSTALLED CAT 962 LOADER UNIT#1480 Quote Les Schwab Qty Product Code Product Description Price/ea FET Amount 4 136207 23.5-25/20 SDT LD L5 LUG TUBELESS D$3,540.82 $0.00 $14,163.28 4 122483 SIDEWALL BUMPER ONE SIDE ONLY $338.00 $0.00 $1,352.00 4 123647 GIANT TIRE TRUCK CALLS- UNIT AND EMPLOYEE $98.00 $0.00 $392.00 4 123231 FUEL SURCHARGE PER HOUR $10.00 $0.00 $40.00 2 165578 6 GALLON BUCKET TIRE LIFE $154.44 $0.00 $308.88 4 165747 H-41 VALVE STEMS-LARGE BORE $2.14 $0.00 $8.56 4 165752 J650R LB STEM VALVE STEMS-LARGE BORE $10.33 $0.00 $41.32 4 123629 O RING-24 THRU 29 INCH $10.00 $0.00 $40.00 Sales Tax: $1,373.08 Tire Tax: $4.00 Quotation Total: $17,723.12 indicates sale price For more information on our products and services,visit www.LesSchwab.com. Prices good for 30 days,excluding promotions. Quote Expires on 12-17-2014. Quote Date/Time: 11-17-2014 10:53 AM Page 1 of 1 Tare$-tone Oct k�*" I m ............ SDT LD (L5) SUPER DEEP TREAD LOADER DOZER OffTHE-RORDTIRES Tires-tone ;3} " The SUPER DEEP TREAD LOADER DOZER bias tire "e 6 offers 250% deeper tread than L3 patterns providing greater casing protection and longer service life. Certain sizes available with "steel shield" construction for added �. cut and impact protection. V Super heavy duty non-directional rock service tread design Some sizes available in steel shield construction for additional cut and impact protection Extra tread depth is 250% deeper than our SRG LD (L3) OVERALL STATIC AVERAGE DIAMETER OVERALL STATIC LOAD LOADED MIN DUAL REVS PER CATEGORY TIRE SIZE ARTICLE PLY RATING COMPOUND TRA WEIGHT OTO(32ND) RIW FLANGE (IN) WIDTH(IN) RADIUS I WIDTH SPACING MILE 17.5-25 426115 16 L-5 t85098 14.00/1.5 55.1 17.5 24.5 19.4 380 17.5-25 426132 20 L-5 14.00/1.5 55.1 17.5 24.5 19.4 380 20.5-25 403903 16 L-5 17.00/2.0 60.9 20.7 27.8 23.4 341 Small Tubeless 20.5-25 417610 20 L-5 17.00/2.0 60.9 20.7 27.8 23.4 341 23.5-25 403911 16 L-5 19.50/2.5 65.9 24.4 30.3 27.6 314 23.5-25 403970 20 L-5 19.50/2.5 65.9 24.4 30.3 27.6 314 26.5-25 403989 20 L-5 22.00/3.5 71.1 27.0 32.3 30.5 293 26.5-25 416428 26 L-5 1,200 108 22.00/3.5 71.1 27.0 32.3 30.5 293 29.5-25 413984 22 L-5 1,480 127 25.00/3.5 74.9 29.9 33.4 33.8 279 29.5-25 416436 28 L-5 1,580 127 25.00/3.5 74.9 29.9 33.4 33.8 279 Large Tubeless 29.5-29 403962 28 L-5 1,720 127 25.00/3.5 80.1 30.5 36.3 34.5 260 65/35-33 416649 30 1 L-5 2,330 120 28.00/3.5 82.8 33.8 38.3 37.5 250 65/35-33 427832 42 NS L-5 2,740 120 28.00/3.51 82.8 33.8 38.3 37.5 250 41.25/70-39 417033 42 L-5 4,110 146 32.00/4.51 98.7 40.9 45.1 43.8 210 41.25/70-39 416789 42 NS L-5 4,500 146 32.00/4.51 98.7 40.9 45.1 43.8 210 65/40-39 280159 36 L-5 3,350 134 32.00/4.0 94.9 38.6 43.3 42.8 219 65/45-45 427713 58 L-5 5,000 150 36.00/4.5 108.1 43.1 49.4 47.8 192 65/45-45 427730 58 L-5 5,660 150 36.00/4.5 108.1 43.1 49.4 47.8 192 Giant Tubeless 49.5/85-57' 420476 76 L-5 11,820 153 36.00/6.0 155.6 49.8 69.0 - 135 53.5/85-57' 420468 76 L-5 12,420 1 153 44.00/6.0 152.2 53.8 68.3 57.8 135 53.5/85-57'1 480150 76 NS L-5 12,810 1 153 44.00/6.01 152.2 53.8 68.3 57.8 135 NS=Nylon Steel Bridgestone Firestone Off Road Tire Company•535 Marriott Drive,8th Floor•Nashville,Tennessee 37214•www.bfor.com SDT LD 08/05 Bridgestone Americas Tire Operations, LLC Off Road Tire Limited Warranty Effective: January 1, 2012 LIMITED WARRANTY The following warranty contains certain rights and obligations that pertain to Bridgestone and Firestone branded off-the-road (OTR)tires. Please review these rights and obligations carefully. DEFINITION This Limited Warranty covers all Bridgestone and Firestone branded OTR tires as designated in Bridgestone and Firestone OTR product listings (price books and catalogs). It does not include, among others, agricultural tires, aircraft, light construction tires, or tires marked"NA" (not adjustable). ELIGIBILITY Every OTR tire bearing the name Bridgestone or Firestone and with a complete serial number molded in the sidewall is warranted to be free from manufacturing defects within the manufacturer's control. If an examination by an authorized Bridgestone or Firestone OTR representative shows that any such tire failed as a result of manufacturing defects, it will, at the option of Bridgestone Americas Tire Operations (BATO), either be repaired at no charge, or a credit will be issued toward the purchase price of a replacement tire, being a comparable Bridgestone or Firestone OTR product. This credit will be determined by applying the lesser of the percentage of remaining tread depth (RTD%) and the maximum age based credit shown in the following chart. Amount of Credit to Customer for Manufacturing Defects 100% Maximum Credit 100% 80% No Credit due 90% Maximum Credit 80% 65% Maximum 70% Credit v 50% 60% Maximum V E Credit E 50% 35% 'x Maximum g 40% Credit 20% 30% Maximum - Credit 26% Credit Based on Actual Percentage of Remaining Tread Depth(RTD%) Not to exceed Maximum Credit 10% 0% 0 6 12 24 36 48 60 >60 months months months months months months months months Ace of Tire from Date of Manufacture(months) The replacement percentage will be multiplied by the original purchase price of the tire(excluding federal excise tax)to determine the amount of credit to be applied. Such credit must be applied toward the purchase price of the replacement tire in effect at the time of adjustment. All adjusted tires will be disabled and the serial numbers will be removed. Customer is responsible for the disposal of all adjusted tires. This warranty coverage is for OTR tires used within published designed specifications for Bridgestone and Firestone tires.Any use outside such specifications automatically voids this warranty. Please consult Bridgestone or Firestone data books, maintenance manuals, etc.for design specifications. This warranty does not apply to used or"NA"(not adjustable)tires. TIME PERIOD This warranty applies to Bridgestone and Firestone brand OTR tires for a maximum period of five years (60 months)from date of manufacture. The date of manufacture can be determined by the second and third digits in the serial number code. For non-serial controlled tires, the date of manufacture can be determined from the production lot code. LIMITATIONS: This Limited Warranty is applicable to the original purchaser and is not assignable to subsequent purchasers. No Bridgestone or Firestone dealer, agent, or representative has the authority to make or imply any representation, promise or agreement which in any way varies or extends the terms of this warranty. Any tire, no matter how well manufactured, may fail in service or become unserviceable due to conditions beyond the control of the manufacturer. This Limited Warranty is under no circumstances a representation that a tire failure cannot occur. This limited warranty gives you specific rights and you may also have other rights which may vary from jurisdiction to jurisdiction. To the extent that the provisions of any applicable legislation expressly replace, eliminate, amend or prohibit any term or terms contained herein, such term or terms shall be accordingly replaced, eliminated, amended or extended, as the case may be, in accordance with such legislation. LIMITED WARRANTY EXCLUSIONS -ALL OTR TIRES AND TUBES All OTR tire and tube warranties are subject to the following exclusions: 1.Tires purchased more than 60 months from the date of manufacture. 2.Tires for which alternative warranties or guarantees have been negotiated. 3.Tire used under chains. BATO does recognize that in many applications tire chains provide enhanced tire protection and may extended tire life. In these cases, BATO may extend special negotiated warranties. Please consult your BATO Off Road Tire Division representative for details. 4. Damage resulting from misuse, improper mounting, misapplication, use of non-approved rims, improper inflation, overloading, running flat, misalignment or imbalance of wheels/rims, defective brakes or shock absorbers, abuse,willful damage, oil, chemical action,fire or other externally- generated heat, use of studs,water or other material entrapped inside the tire,vehicle damage or road hazards(such as rock cuts, punctures, cut separations, impacts,flex breaks). 5.Claims for irregular wear or rapid tread wearout are not covered by this limited warranty. 6.Any tire which is operated above its ton-mile-per-hour(TMPH) or Tonne-kilometer-per hour(TKPH) rating. 7.Tires mounted with non-approved tubes or o-rings. 8. Used, Repaired, or Retread tires. 9.Any modifications to the tire(added butress shoulders, regrooving, relugging, etc.)void all warranties. 10.Any material added to the tire(tire fill, sealer, balancer, etc.) is not covered by this limited warranty and will not be compensated for in case of credit being issued for the tire. 11. Use of a solid type fill (such as urethane)voids all warranties. 12.Any costs associated with the repair of tires are not covered unless previously approved by BATO. 13. Costs of mounting and balancing following pro-rated replacement or repair of tires or tubes, and applicable federal, state, provincial, and local taxes, are not covered under this warranty. 14. Cost of disposal of warranted tires. Disposal of tires is the sole responsibility of the customer. 15.ALL OTHER WARRANTIES, INCLUDING THE IMPLIED WARRANTIES OF MERCHANTABILITY AND FITNESS FOR A PARTICULAR PURPOSE,ARE EXPRESSLY DISCLAIMED TO THE EXTENT PERMITTED BY LAW. 16. Some jurisdictions do not allow limitations in how long an implied warranty lasts, or the exclusion or limitation of incidental or consequential damages, so the above limitations or exclusions may not apply to you. 17. ALL OBLIGATIONS OR LIABILITIES FOR INDIRECT, INCIDENTAL, PUNITIVE OR CONSEQUENTIAL DAMAGE ARE HEREBY EXCLUDED TO THE EXTENT PERMITTED BY LAW, INCLUDING ECONOMIC LOSS, LOSS OF PROFIT, LOSS OF USE OF VEHICLE, LOSS OF TIME, PERSONAL INJURY OR DEATH. TO OBTAIN WARRANTY SERVICE: 1. Contact an authorized Bridgestone or Firestone OTR dealer or representative. Please be prepared to provide proof of purchase of the product and purchase date. 2.The authorized dealer or representative will contact Bridgestone Americas to arrange the inspection of the tire in question and processing of your claim. The dealer has no authority or responsibility to make the determination as to eligibility for coverage under this warranty. i i C ft k ® BIDDER'S CHECKLIST 1. Has the Bid Submittal Sheet been properly signed, and corporate seal affixed, if applicable? 2. Has the Non-Collusion Affidavit been property executed? 3. Have all Addenda, if any, been acknowledged on the Bid Submittal Sheet? 4. BID MUST BE SUBMITTED BY THE TIME AND DATE SPECIFIED IN ORDER TO BE CONSIDERED A VALID BID. I I I i ES-14-032 Ply Loader Tires page 18 of 18