24

CITY OF HOUSTON - Houston, Alaska31F8C92D...Requested by: Christian Hartley, Fire Chief Agenda of: October 11, 2018 Route Department Head Signature to: X City Clerk X Fire Chief X

  • Upload
    others

  • View
    2

  • Download
    0

Embed Size (px)

Citation preview

Page 1: CITY OF HOUSTON - Houston, Alaska31F8C92D...Requested by: Christian Hartley, Fire Chief Agenda of: October 11, 2018 Route Department Head Signature to: X City Clerk X Fire Chief X
Page 2: CITY OF HOUSTON - Houston, Alaska31F8C92D...Requested by: Christian Hartley, Fire Chief Agenda of: October 11, 2018 Route Department Head Signature to: X City Clerk X Fire Chief X
Page 3: CITY OF HOUSTON - Houston, Alaska31F8C92D...Requested by: Christian Hartley, Fire Chief Agenda of: October 11, 2018 Route Department Head Signature to: X City Clerk X Fire Chief X

CITY OF HOUSTON

CITY COUNCIL LEGISLATION STAFF REPORT

Ordinance 18-16: A Non-Code Budget Ordinance appropriating funds from the City of Houston Capital Account Fund Balance for the acquisition of a Ford H900 4 X 4 Crew Cab SRW

Introduced by: Mayor Thompson

Date:

Requested by: Christian Hartley, Fire Chief

Agenda of: October 11, 2018

Route Department Head Signature

to:

X City Clerk

X Fire Chief

X Treasurer

Reviewed By Mayor Thompson: v� � Attachment( s):

► Ordinance 18-16► Quote from Ford Credit Municipal Finance► Christian Hartley Request for Support Letter 09.15.18► SOA Contract Award. #CA1900-14-1

Fiscal Impact: yes 181 or no D

Funds have not been allocated/ Funds are available Account name/number: Capital Account

Date

Summary statement: The ¾-ton pickup with crew cab seating would serve the function of

a command vehicle and a utility truck for post-fire incidents, since the fire chief responds to all

emergency scenes.

Administrative recommendation: Introduce and set for public hearing Ordinance No.18-16.

Page 4: CITY OF HOUSTON - Houston, Alaska31F8C92D...Requested by: Christian Hartley, Fire Chief Agenda of: October 11, 2018 Route Department Head Signature to: X City Clerk X Fire Chief X

1

2 3

Introduced by: Mayor Thompson Introduction Date: October 11, 2018 Public Hearing:

Adoption Date: Vote:

4

5

6

7 ·

8 9

10

11

12 13 14

15 16 17 18 19

20

HOUSTON, ALASKA ORDINANCE 18-16

AN ORDINANCE OF THE HOUSTON CITY COUNCIL AMENDING THE FISCAL YEAR FY2019 BUDGET BY APPROPRIATING NO MORE THAN $50,412 FROM THE CAPITAL ACCOUNT FUND BALANCE FOR THE PURCHASE THROUGH THE FORD CREDIT MUNICIPAL FINANCE FOR A FORD H900 4 X 4 CREW CAB SRW AND AUTHORIZING THE MAYOR TO SIGN A FIVE YEAR FINANCE AGREEMENT

BE IT ORDAINED AND ENACTED BY THE CITY OF HOUSTON, ALASKA:

SECTION I: CLASSIFICATION: This is a budget amendment ordinance, is not permanent in nature, and shall not be codified,

SECTION II: PURPOSE: to appropriate funds to purchase through financing a Ford H900 4 X 4 Crew Cab SRW from Kendall Ford under the SOA contract award #CA1900-14-1, as requested by the Fire Chief, The financing would be over a five year period with monthly payments of $840.18.

SECTION III: APPROPRIATION OF FUNDS: The funds are appropriated to the following: 21 22 23 24

Kendall Ford-Ford Credit Municipal Finance Department

25 SECTION IV: SOURCE OF FUNDS: 26

27

28

Capital Account, Fund Balance

$50,412

$50,412

29 NOW, THEREFORE, BE IT ORDAINED AND ENACTED BY THE HOUSTON CITY 30 COUNCIL, 31 that the FY2019 budget is hereby amended by appropriating no more than $50,412 for purchase 32 of a Ford H900 4 X 4 Crew Cab SRW. And authorizing the Mayor to sign a five year finance 33 agreement. 34

,35 SECTION V: EFFECTIVE DATE: This budget ordinance becomes effective upon adoption by 36 the Houston City Council, 37

38 ADOPTED by the Houston City Council on-�-------39

40 THE CITY OF HOUSTON, ALASKA 41

City of Houston Page 1of2

Bold and Underline, added. Strike through, deleted. Ordinance No. 18-16

Page 5: CITY OF HOUSTON - Houston, Alaska31F8C92D...Requested by: Christian Hartley, Fire Chief Agenda of: October 11, 2018 Route Department Head Signature to: X City Clerk X Fire Chief X

42 43 44 Virgie Thompson, Mayor 45 ATTEST:

46

47

48 Sonya Dukes, CMC City Clerk

49

Bold and Underline, added. Strike threugh, deleted. City of Houston Page 2 of2

Ordinance No. 18-16

Page 6: CITY OF HOUSTON - Houston, Alaska31F8C92D...Requested by: Christian Hartley, Fire Chief Agenda of: October 11, 2018 Route Department Head Signature to: X City Clerk X Fire Chief X

O• *

Lft��,:JJ(t...t· 840��� ;

�f].;t 50,410•80 *

50,410•80 + �� 42,974•00 -

OOQ,,,����.- ,-� 0 • •

�JR,l 7,436•80 *

50,410•80 +

�tt�, ;:�� +

�� 50,411•80 *

Page 7: CITY OF HOUSTON - Houston, Alaska31F8C92D...Requested by: Christian Hartley, Fire Chief Agenda of: October 11, 2018 Route Department Head Signature to: X City Clerk X Fire Chief X

Municipal Finance Department 1 American Road, MD 7500 Dearborn, Michigan 48126

Darryl Hornbeck Kendall Auto [email protected]

RE: City of Houston, AK, Quote #91874

September 25, 2018

Ford Credit Municipal Finance is pleased to present the following financing options for your review and consideration.

Quantity

1 2019 Ford F-250

Total Amount Number

Description Price

$42,429.00

Payment Financed* of Payment Timing APR Factor Payment Amount

$42,974.00 60 Monthly in Advance . .

*$545.00 underwriting fee included

EXPIRATION DATE: 11/24/2018

6.70% 0.019551 $840.18

This quotation, until credit approved, is not a commitment by Ford Credit Municipal Finance. It has been prepared assuming that the lease qualifies for Federal Income Tax Exempt Status for Ford Credit Company LLC under Section 103 of the IRS Code. Financing is subject to credit review and approval of acceptable documentation by Ford Credit Municipal Finance.

Ford Credit Municipal Finance Program • There is no security deposit, no prepayment penalty, and no mileage penalty.• At inception, the new equipment title/registration indicates the municipality as Registered Owner, with Ford

Motor Credit Company LLC as first lien holder.• At term end, the municipality buys the equipment for $1.

Thank you for allowing Ford Credit Municipal Finance the opportunity to provide this quotation. If you have any questions regarding the option presented, need additional options, or would like to proceed with the approval process, please contact me at (800) 241-4199, option 1.

Sincerely,

j'e,,dica {jm11t

Jessica Gunn Marketing Coordinator [email protected]

*****

Ford Motor Credit Company ("FMCC") Is providing the Information contained In this document for discussion purposes only In connection wllh a proposed arm's length

commercial leoslng 1ransacllon between you and FMCC. FMCC ls acting for Its own Interest and has financial and other Interests that differ from yours. FMCC Js not acting as

a municipal advisor or financial advisor lo you, and has no fiduciary duty to you. The lnlormatlon provided In this document Is not Intended 10 be and should not be construed es "advice" within the meaning of Section 158 of the Securities Exchange Act of 1934 and the munlclpel advisor rules of the SEC. FMCC Is not recommending that

you take an action and you should discuss any actions with your own advisors as you deem appropriate.

Page 1 of 1

Page 8: CITY OF HOUSTON - Houston, Alaska31F8C92D...Requested by: Christian Hartley, Fire Chief Agenda of: October 11, 2018 Route Department Head Signature to: X City Clerk X Fire Chief X

Preview Order H900 - W2B 4x4 Crew Cab SRW

Preview Order H900. W2B 4x4 Crew Cab SRW: Order Summary Time of Preview: 09/25/2018 09:28:52

Page 1 of 1

undefined

Dealership Name: Kendall Ford of Wasilla Sales Code : F74548

Dealer Rep. d-hornbe

Customer Name

DESCRIPTION

F250 4X4 CREW CAB PICKUP/160

160 INCH WHEELBASE

RACE RED

CLOTH 40/20/40 SEAT

MEDIUM EARTH GRAY

PREFERRED EQUIPMENT PKG.GODA

.XL TRIM

.TRAILER TOWING PACKAGE

.AIR CONDITIONING - CFC FREE

.6.2L EFI V-8 ENGINE

6-SPEED AUTOMATIC TRANS G

3.73 RATIO REGULAR AXLE

POWER EQUIPMENT GROUP

JOB #1 ORDER

STX APPEARANCE PACKAGE

.L T275/6SR18E BSW ALL SEASON

.CRUISE CONTROL

Customer Name:

Customer Address:

Type Stock Vehicle line Superduty Order Code H900

Priority Code 80 Model Year 2019 Price Level 930

DESCRIPTION

.AM/FM STEREO MP3/CLK

.SILVER CAST ALUM WHEELS-18"

.SYNC VOICE ACTIVATED SYSTEMS

PLATFORM RUNNING BOARDS

10000# GVWR PACKAGE

ENGINE BLOCK HEATER

50 STATE EMISSIONS

SNOW PLOW PACKAGE

SPARE TIRE AND WHEEL

TRAILER BRAKE CONTROLLER

TELESCPNG TT MIRR-POWR/HTD

JACK

UPFITTER SWITCHES

EXTRA HEAVY DUTY ALTERNATOR

FUEL CHARGE

PRICED DORA

DESTINATION & DELIVERY

Customer Email:

Customer Phone:

Customer Signature Date

This order has not been submitted ta the order bank.

This is not an invoice.

httos://www.ordermanagement.dealerconnection.com/soms/wbdo.jsp 9/25/2018

Page 9: CITY OF HOUSTON - Houston, Alaska31F8C92D...Requested by: Christian Hartley, Fire Chief Agenda of: October 11, 2018 Route Department Head Signature to: X City Clerk X Fire Chief X

City of Houston, Alaska

Fire Department

September 15, 2018

Mayor Thompson:

Houston Fire Department respectfully requests your support and support for an expenditure from the

capital account not to exceed $43,000 for the purchase of a new command pickup for the department.

This vehicle is identified as a safety necessity for the department in our most recent update to the

department's capital improvement needs.

Houston Fire Department currently has no utility pickup with an open bed. While we do have two

pickups, one is being used as a brush truck and the second as a fill site truck with a pump mounted to

the frame. This lack of a utility pickup become an issue when collected firefighting tools and PPE that are

contaminated with products of combustion. Currently, in order to return these tools to the fire station

we have to put them into a command vehicle or the fire engine and have loose tools rolling around the

inside of the apparatus spreading the carcinogens to occupants inside.

Also an identified need is a dependable command vehicle for the fire chief. As you know, the two white

SUVs currently in use as command vehicles are retired police vehicles and subsequently have a

significant cost of continued maintenance. One of them has a noticeable but untraceable leak of power

steering fluid, and the other vehicle is having electrical failures wherein the power locks do not operate

to lock or unlock the vehicle. In a vehicle with a cargo cage like the command rig has and a back hatch

that cannot be manually locked, this leaves all of the chief's gear and tools at risk of theft or vandalism.

Neither of these vehicles are dependable for the long term, and will need to be phased out soon.

I combined these two needs into a single vehicle. A ¾-ton pickup with crew cab seating would serve the

function of a command vehicle and also a utility truck for post-fire incidents, since the fire chief

responds to all emergency scenes. ¾-ton also allows for any towing or heavy loads necessary for

department functions. We do have some emergency lights and have already budgeted for a capital

purchase of a radio and siren in this year's budget for an apparatus replacement, so I will not need any

additional capital funds for the vehicle.

Thank you for your consideration, and I am available to answer any questions you may have.

Respectfully Submitted,

�---rr==:::=� ===--Christian M Hartley, Fire Chief

City of Houston Fire Department• P.O. Box 940027 • Houston, Alaska 99694-0027

Station 9-1 Phone (907) 892-6457 • Station 9-2 Phone: (907)892-9130 • Fax: (907) 892-9140

Website: www.houston-ak.gov

Page 10: CITY OF HOUSTON - Houston, Alaska31F8C92D...Requested by: Christian Hartley, Fire Chief Agenda of: October 11, 2018 Route Department Head Signature to: X City Clerk X Fire Chief X

� .,., � ... . ...... -... •�" ' . . ' . . _,. .

' . .

. -�- :.-. ,.._..,...,. .

CONl'IICT NAMEI AAYMAIICUM

l'HONI! NUIIIIIIIRIIOM'Ga-8213

E-MAIL: f'LEl!T0L@AOLCO

Rt!NEWAI.S EllPIM �

CA1900•14-1

OCT08ER 24, 2013

OCTOBER 24, 2013

00 !'OBER 31, il018

...ul!D IN M:CIOIIDMICE Wini BID f IIIF, 1900 OAffll 81F"l'EMl)l!A 10, a!13

DESCRIPTION

LIGHT DIJ'1'V VEHICLE CONTRACT

SECTION I . SPECIAi. Tl!RMS & CONDmONs

SECTION II STANDARD TERMS & CONDITIONS

SECTION Ill SPECIFICATIONS

SECTION VI a11, PRICE SCHEDULE

$1,000,000.00

Page 11: CITY OF HOUSTON - Houston, Alaska31F8C92D...Requested by: Christian Hartley, Fire Chief Agenda of: October 11, 2018 Route Department Head Signature to: X City Clerk X Fire Chief X

STATE OF ALASKA HQ, STATE EQUIPMENT FLEET (Contracting Authority)

2200 E. 42nd Avenue

ORDERING DEPARTMENT: HEADQUARTERS, STATE EQUIPMENT FLEET 2200 E. 42ND AVENUE ANCHORAGE, ALASKA 99508

Anchorage, Alaska 99508

DATE OF CONTRACT:

DATE INITIAL CONTRACT BEGINS:

1-(9_0_7_) 2_6

__ 9-o

---7_9_3_P_H_O_NE_I (_so_1_) 2_69_-o_so_1_F_1>:x _____

-t DATE INTIAL CONTRACT ENDS:

CONTRACTOR: CAL WORTHINGTON FORD

431 UNGA STREET ANCHORAGE, ALASKA 99501

NUMBER & PERIOD OF RENEWALS:

RENEWALS EXPIRE '(MO/YR):

CA1900-14;.1

OCTOBER 24, 2013

OCTOBER 24, 2013

OCTOBER 31, 2018

5 YEAR CONTRACT

OCTOBER 31, 2018

CONTACT NAME: RAY MARCUM

PHONE NUMBER:907-793-8213

E-MAIL: [email protected]

ISSUED IN ACCORDANCE WITH BID# SEF• 1900 DATED: SEPTEMBER 10, 2013

ESTIMATED VALUE OF INITAL TERM: $1,000,000.00

SEND INVOICES IN DUPLICATE TO: STATE EQUIPMENT FLEET, 2200 E, 42ND AVENUE, ANCHORAGE AK 99508

THIS ORDER CONSTITUTES A BINDING COMMITMENT BETWEEN THE STATE AND THE CONTRACTOR LISTED HEREON, UNAUTHORIZED MODIFICATION WITHOUT THE EXPRESSED PRIOR APPROVAL OF THE CONTRACTING AUTHORITY WILL RESULT IN A FINANCIAL OBLIGATION ON THE CONTRACTOR AND/OR UNAUTHORIZED STATE PERSONNEL MAKING THE CHANGE.

CONTRACTING AUTHORITY NAME! & ffiLE

DUANE FELTON, CONTRACTING OFFICER II

CONTRACTOR AUTHORITY NAME

RAY MARCUM

DESCRIPTION

LIGHT DUTY VEHICLE CONTRACT

SECTION I

SPECIAL TERMS & CONDITIONS

SECTION II

STANDARD TERMS & CONDITIONS

SECTION Ill

SPECIFICATIONS

SECTION VI

BID PRICE SCHEDULE

SIGNATURE

SIGNATURE On File

IMPORTANT 1. Cootract award number and orderhg department name must appear on all Invoices af'ld documents relallng lQ th!s order. 2, The $!ate Is registered for tax free trar,sactlons under Chapter 32, IRS Cade Registration No. 92-601185. Items are for the exclustve use of tt:e State Md no\ for resale.

Page 12: CITY OF HOUSTON - Houston, Alaska31F8C92D...Requested by: Christian Hartley, Fire Chief Agenda of: October 11, 2018 Route Department Head Signature to: X City Clerk X Fire Chief X

SECTION I SPECIAL TERMS AND CONDITIONS

NOTE: This section will be used for Terms and Conditions that are "special" and/or unique to a particular contract.

) 1.o INTENT: Contract to Purchase Light Duty Vehicles:

1.1 Contract Period: 5 Years, Multi Vendors

1.2 Quantities: Varies by Year

1.3 Location of Use: Statewide

1 . .4 Warranty locations: Anchorage and Fairbanks Alaska at a minimum

1.5 In addition to the State of Alaska requirements, the Municipality of .Anchorage and other Alaska political subdivisions may cooperatively purchase from the resulting contract.

1.5:1 At no time may the contractor change the terms and conditions, alter the price to another entity, which differs from the contractual price, nor charge undisclosed administrative fees to allow cooperative purchasing.

2.0 DELIVERY:

2.1 Pre-delivery service: Prior to delivery, each vehicle, piece of equipment or attachment shall be serviced and Inspected by the dealer or his agent. Inspection must include the following for all vehicles purchased under this contract.

2.1.1 Dealer and vehicle identification.

2.1.2 Check-off of service and inspection performed Including a list of all fluids including type weight and specification that are In the equipment as delivered for all fluid compartments.

2.1.3 The vehicle's crankcase, differential and transmission, and other fluid compartments shall be filled to the manufacturer's recommended capacity.

2.1.4 Fuel tank shall be filled to at least register a minimum ¼ full on the fuel gauge, unless restricted by the commercial carrier, when the vehicle arrives at the delivery location.

2.1.5 The vehicle shall be clean and free from defects when delivered and should be ready for immediate and continued use upon delivery.

2.1.6 Units delivered In an incomplete state, or which have deficiencies per the specification, are subject to the liquidated damage charges as noted in paragraph 4.0 below.

2.2 Inspections:

2.2.1 The State's Inspection of all materiaJs and equipment upon delivery Is for the sole purpose of identification. Such Inspection shall not be construed as final or as acceptance of the materials or equipment if materials or equipment do not conform to Contract requirements. If there are any apparent defects in the materials or equipment at the time of delivery, the State will promptly notify the Contractor thereof. Without limiting any other rights of the State, The State at its option, may require the Contractor lo:

2.2.1,1

2.2.1.2

2.2.1.3.

repair or replace at contractor's expense, any or all of the damaged goods,

refund the price of any or all of the damaged goods, or

accept the return of any or all of the damaged goods.

2.2.2 Costs of remedying all defects, indirect and consequential costs of correcting same, and/or removing or replacing any or all of t�e defective materials or equipment will be charged against the bidder.

2 .3 Acceptance:

2.3.1 Units will not be considered 'Accepted' until all deficiencies have been corrected. This includes item 2.5 Line Sheets/Bill of Materials and 7.0 Publications.

Section I- Spec/a/Terms and Conditions CA 1900-14-1 Light Duty Contract

Page 1 of 10

Page 13: CITY OF HOUSTON - Houston, Alaska31F8C92D...Requested by: Christian Hartley, Fire Chief Agenda of: October 11, 2018 Route Department Head Signature to: X City Clerk X Fire Chief X

2.4 Delivery Receipt: 2.4.1 A delivery receipt will be required. The receipt must be filled out by the vendor, and

acknowledged by state receiving. personnel by signature and date of actual receipt of equipment. One copy of this delivery receipt Is to be given to the state-receiving agency.

2.4.2 Vendors are cautioned and advised that such delivery forms or other receiving type documents will not in any way be construed to mean the state has formally and fully accepted unit(s) referenced thereon as complete and meeting every specfflcation set forth. Only the Contracting Officer or deslgnee may sign warranty documentation.

2.5 Line Sheets/Bill of Materials:: 2.5.1 It is required at the time of delivery that the successful bidder provides a comprehensive listing of

all components used to assemble the unit. A dealer window sticker is acceptable showing all components.

2.5.2 This Includes any components installed by the ntanufacturer or any subcontractor or the successful bidder.

2.5.3 Information will include at a minimum, when available, make, model serial number on items such as engines, transmissions, axles, tires, bodies, etc. The listfngs will be specific to each piece of equipment and will be provided on a window sticker or factory build sheet for each unit delivered.

3.0 F.O.B. POINT: .

3.1 The F.O.B. point is as listed In Section IV, Bid Schedule. Ownership of and title will remain with the· contractor until delivery is complete to final destination and accepted by the State. Equipment is not to be driven on the Alcan Highway without prior written approval from the contracting officer.

3.2 All shipping charges over $100 must be documented by a copy of the actual shipping invoice and received with the invoice charge to the State.

3.3 Shipping must be consolidated for the best possible price. Shipping items separately must be pre­approved by the Contracting Officer PRIOR to shipment. For example, a Canopy or Spare Tire not being shipped with host unit must be pre-approved.

4.0 DAMAGES l'OR LATE DELIVERY AND NON-CONFORMING GOODS: 4.1 Time is of the essence in this contract. The Bidder is expected to deliver goods that conform in all material

respects to the contract specfflcations on or before the date provided therein, as may be amended by written agreement of the parties.

4.2 In the event that the equipment is delivered late or does not conform to the contract specifications, the State shall be entitled to offset against the Contract Price, as liquidated damages and not as a penalty, an amount equal to the cost of renting like equipment, multiplied by the number of calendar days elapsing betw��� the delivery d�te provided In }h!l �Id schedule !ln,g the, 2E/llvery date to the Statej,]lJ;,tfi;;:!;§��:§1 il'\J'l'.foeblli'i"fl:!is,jh1sfoll:iss•<t�1iticl'-'T·,re:·•1Wf ·;-··,;:tf�· ·'l;i1ll:1bE!fI50\tfO:, The number of da for which .. q JL ......... ,. · ., ......... ·'-····---.. •- ...•. ii!.UY ..... !fa.• .� Ill, .. !L8m1lll .... .JiL .... , , .. ,,.. ys liquidated damages shall apply shall include, in the case of non-conforming goods, the time reasonably necessary for the State to perform inspection.

4.3 These liquidated damages represent a reasonable estimate of amounts necessary to compensate the State for loss of use of the goods during the period in which the goods would have been available to the State if conforming goods had been timely delivered.

5.0 WARRANTY: 5.1 Standard Warranty Package:

5.1. 1 Full (100%) Parts and Labor Warranty Coverage of all components for 36 months or 36,000 miles whichever comes first from the date the unit Is placed in service at the assigned location.

5.1.2 Full (100%) Warranty Coverage includes all cost of labor, parts, freight, lubricants, miscellaneous cost, etc., to place the unit in like-new condition.

Section I- Standard Terms and Conditions CA1900-14-1 Light Duty Contract

Page 2 of6

Page 14: CITY OF HOUSTON - Houston, Alaska31F8C92D...Requested by: Christian Hartley, Fire Chief Agenda of: October 11, 2018 Route Department Head Signature to: X City Clerk X Fire Chief X

5.1.3 Should the manufacturer's standard warranty exceed the minimum State warranty requirements, the manufacturer's warranty will run in conjunction with and enhance the State's warranty, then continue for the remainder of Its term.

5.1 .4 For clarlflcatlon, warranty does not apply to normal wear and tear or maintenance Items, accident .damages, misuse of equipment or failure to operate or maintain equipment as prescribed by vendor/manufacturer.

5.1.5 Warranty on Attachments: Same as Standard Warranty Package.

5.1.6 In-Service Date: Warranty on vehicles not placed in service immediately upon receipt because of time lag to construct body components and/or installation of special equipment, or due to season!)! usage or other delay, shall be warranted from the date the vehicle is placed in service. The receiving agency shall notify the vendor/manufacturer in writing of the actual "in service" date. Notification of the requiremel)t tor delayed warrahty will be provided on delivery orders whenever possible.

5.2 Warranty Claims:

5.2, 1 Warranty will be provided at the unit's assigned (in-service) location, Because of the remote location of some equipment It is not always practical to deliver equipment to authorized warranty repair facilities. In these cases, the vendor may perform warranty work at the state's location or, the State of Alaska, at its discretion, reserves the right to perform the warranty work and bereimbursed by the vendor, If travel Is required by State personnel to perform the work, actual costs will be used for reimbursement.

5,2.2 The State of Alaska has established a warranty procedure whereby the vendor is to be notified via letter, email, or fax, that warranty work needs to be performed. If time is of the essence, a telephone call confirmed by one of the above written procedures may be utilized.

5.2.3 The vendor must notify the slate within 24 hours of verbal or written notification that it will begin to perform the warranty work at the equipment location,

5.2.4 The State may, at its discretion, proceed to make warranty repairs with its own work force in the case of emergency• situation or to preclude excessive downtime (greater than 24 hours). The State will require a PO to perform the warranty work.

5.2.5 Failure to notify the State that the vendor intends to begin to perform warranty is considered a contractual breach.

5.2.6 The vendor will be invo iced for required warranty work performed by the state, Warranty work performed by the state will be cnarged at the current SEF shop labor rate at the time of the repair. Actual repair time will be used.

5.3 Warranty Performed by Vendor:

. 5.3.1 The State will reimburse travel costs not reimbursed by the manufacturer for travel to and from the bidder's closest warranty service center within the State of Alaska to the location of the equipment under warranty. Travel costs will be billed as follows

5.3.1 .1 Mileage Charge: Mileage will only be reimbursed for travel within Alaska at the rate allowable by the IRS.

· 5.3.1.2

5.3.1 .3

5.3.1.4

Meals are paid at actual and charges must be accompanied by receipts and are not to exceed the State authorized tit'Q.JQQ per day. .

Transportation, such as.airfare, shall be reimbursed at actual and all charges are to be accompanied by a receipVcopy of the coach ticket.

Lodging shall be reimbursed at actual and shall not exceed $1$,0:�0 per night unless no other lodging is available. Requests for reimbursement must be accompanied by a receipt.

5.3.2 Travel will only be reimbursed for time In Alaska.

5.3.3 After hours, weekend and holiday travel must be approved by the contracting officer to be considered for reimbursement. The State will not pay for weather delays.

Section I- Standard Terms and Conditions GA 1900-14-1 Light Duty Contract

Page 3 of6

Page 15: CITY OF HOUSTON - Houston, Alaska31F8C92D...Requested by: Christian Hartley, Fire Chief Agenda of: October 11, 2018 Route Department Head Signature to: X City Clerk X Fire Chief X

5.4 · ' Authorized Warranty "(Contractor/Bidder):

5.5

5.4.1 Contractor (bidder) must have Authorized Warranty Dealer that has all required licenses, facilities and factory certified and trained personnel necessary to perform the warranty servicing and repair

5.4.2 · 5.4,3

work, Provide name and address for each Authorized Warranty Dealer for each location,

(') Alaska Sales and Service 1300 East 5th Avenue Anchorage AK 907-265-7555

Provide contact name and contact information for Warranty Administrator:

(') Jacob White, 907-265-5204

Provide documentation of factory certified and trained personnel: (') All Te·chnl.cians are GM certified

The ultimate responsibility for warranty lies with the contractor (bidder), The State reserves the right to inspect the warranty facility and diagnostic equipment prior to issuing the Notice of Intent to Award a contract.

Factory Recall:

5.5.1 Nationwide factory recall or product update programs are the responsibility of the vendor and/or manufacturer, The State. will attempt to bring affected equipment to an authorized repair facility. However, because of the remoteness of some equipment this Is not always practicable or economical. - In such cases, factory recall and modiflcation work will be handled the same as warranty work. Factory recall notices sent to the state should, in addition to serial number, Include model. year, and dealer.

J,O REPAIR ORDERS AND DOCUMENTATION:

6.1 Any work performed by the contractor or approved subcontractor, whether warranty or any other work on a piece of equipment purchased under this 1TB, will require a copy of the repair order, any invoices showing parts and commodities including oils and types used.

7.0 PUBLICATIONS:

7.1 Paper publications/OEM Owners Manuals are to be received by the State at the time of vehicle delivery. _ Delivery will nc:,t be considered complete until the publications for each unit have been received by the

State of Alaska. Note: Publications/ OEM Owners Manuals are required to be .Included with every vehicle ordered under this contract. 7.1.1 OEM Standard owner's Manual 1.1.1 Service Bulletins, Etc:: The successful bidder must provide appropriate service

bulletins, technical support bulletins, service letters, product support bulletins, and/or any other information type notifications that are sent out to the vendor or used by the manufacturer in the maintenance and report of the vehicle, equipn1ent or attachments being provided. The Intent of this clause is that the State of Alaska be provided notification of any and all changes or improvement's that may affect the maintenance, reliability, longevity, and safety of our equipment. This information will be provided as soon as possible to person(s) as -noted on the Purchase Order.

8,0 STATEMENT OF ORIGIN: The bidder will be required to furnish a Manufacturer's Statement of Origin for Automotive or Non-Automotive rolling stock for each unit. All such documents shall be delivered with the invoice to:

DOT&PF, HQ State Equipment Fleet 2200 E. 42nd

Anchorage, Alaska. 99508

Section I- Standard Terms and Conditions CA1900-14-1 Light Duty Contract

Page 4 of6

Page 16: CITY OF HOUSTON - Houston, Alaska31F8C92D...Requested by: Christian Hartley, Fire Chief Agenda of: October 11, 2018 Route Department Head Signature to: X City Clerk X Fire Chief X

9.0 WEIGHT VERIFICATION SLIPS: If required in the issued purchase order, a weight scale ticket of the completed unit will be included with the Statement of Orl_gin.

J0,0 INSPECTIONS:

10.1 The State's Inspection of all materials and equipment upon delivery Is for the sole purpose of Identification. Such inspection shall no t be construed as final or as acceptance of the materials or- equipment if materials or equipment do not conform to Contract ri;,quirements. If there are any apparent defects In the materials or equipment at the time of delivery, the State will promptly notify the Contractor thereof. Without limiting any other rights of the State, The State at its option, m.iy require the Contractor to: 10.1. 1 Repair or replace at Contractor's expense, any or all of the damaged goods, 10.1.2 refund the price of any or all of the damaged goods,' or 10.1.3 accept the return of any or all of the damaged goods.

10.2· Costs of remedying all defects, indirect and consequential· costs of correcting same, and/or removing or replacing any or all of the defective materials or equipment will be charged against the Bidder.

11.0 PRICE:

11.1 Price Guarantee: The Contractor Is responsible to maintain prices under, the contraqt firm for current model year after bid opening. All price increases or decreases must remain firm for the following model year.

11.2 NO RETROACTIVE PRICE INCREASES WILL BE ACCEPTED.

11.3 Price adjustments, Increases or decreases, for subsequent orders, may be made by provid ing the Contracting Officer satlsfaetory evidence that all of the following conditions exis.t: 11.3.1 The increase is a result of the increased cost at the manufacturer's level and not costs under the

contractor's control, and that; 11.3.1.1 The increase will not produce a higher profit margin for the contractor than that on the

original contract, and that; 11.3.1.2 The increase affects only the item(s) that are clearly identified by the contractor. 11 .3.1.3 Satisfactory forms of the evidence of the above facts may include a certified invoice

fro·m the manufacturer, or an affidavit from an Independent professional price-tracking firm that Is reco gnized by the industry as reputable and knowledgeable. The contractor must be able to show the difference between the prior year's price and the current difference in the price being requested.

11.4 Price Decreases: During the period of the contract, the Contractor must pass on to the state all price decreases, such as fleet rebates. A Contractor's failure to adhere strictly and faithfully to this clause will be considered a material breach ·of contract. The state reserves the right to cancel the contract if the contractor fails to properly perform the duties set out herein.

11.5 Manufacturer's Rebate (Incentives):

11.5.1 In any circumstance during or.prior to 9ompletion of the contract, whereupon the State of Alaska becomes eligible to receive a rebate for any vehicle purchased under this contract, It shall be the BIDDER'S responsibility to inform the Contracting officer in writing and to advise the procedures for obtaining such rebates.

12,0 REPLACEMENT PARTS AND R_EPAIRS:

12.1 This contract encompasses a full parts and labor contract for manufacturer parts and repairs for the entire warranty period.

12.2 The State of Alaska shall expect the dealer or manufacturer to provide replacement wear parts at their authorized warranty facilities for the entire warranty period within seven (7) days of order. All other parts must be available within ten (10) working days.

12.3 Back order procedures: Back orders are acceptable; however, the ordering shop shall be appraised at time of original orders as to the expected delay in delivery.

Section I- Standard Terms and Conditions CA1900-14-1 Light Duty Contract

Page 5 of6

Page 17: CITY OF HOUSTON - Houston, Alaska31F8C92D...Requested by: Christian Hartley, Fire Chief Agenda of: October 11, 2018 Route Department Head Signature to: X City Clerk X Fire Chief X

12.4 Warranty: All products supplied by the contractor shall be warranted against ·defects In materials and workmanship for a minimum of 90 days, commencing at the time of installation as long as the installation Is within 12 months of purchase. The cost of any defective product and the labor required to replace the defective product shall be the obligation of the conkactor.

12.4.1 If the manufacturer's warranty exceeds the stated warranty then manufacturer's warranty . supersedes.

12.4.2 Parts Return: Within 12 months of the Invoice date, the State Is to be allowed to return new parts with full refund, less actual shipping charges. Cores returned within 12 months of originalInvoice date will receive full core .credit. Returned parts will be In new, resellable condition. Refund will be In the form of a credit/invoice credited to the SOA account with the vendor.

12.4,3 Invoicing: Full description of Item Is required on all Invoices, packing lists and billings.

Section I- Standard Terms and Conditions CA1900-14-1 Light Duty Contract

Page 6 of 6

Page 18: CITY OF HOUSTON - Houston, Alaska31F8C92D...Requested by: Christian Hartley, Fire Chief Agenda of: October 11, 2018 Route Department Head Signature to: X City Clerk X Fire Chief X

SECTION II STANDARD TERMS AND CONDITIONS

1.0 ACCESSORIES: When accessories are supplied, they must be certified to be compatible with the rest of the equipment. Certification will be written evidence satisfactory to the State that the accessories are compatible. The bidder's failure to supply this evidence within the time required by the State will cause the State to consider the bid non•responsive and reject the bid.

2.0 ADDITIONS OR DELETIONS: The State reserves the right to add or delete items, agencies or locations as determined to be In the best Interest of the State. Added Items, agencies or locations will be related to those on contract and will not represent a significant increase or decrease in size or scope of the contract. Such additions or deletions will be documented via mutual agreement, will be at prices consistent with the original bid price margins, and will be evidenced by issuance of a written contract change notice from the Contracting officer.

3.0 ALTERATIONS: The contractor must obtain the written approval from the contracting officer prior to making any alterations to the specifications contained in this 1TB. The State will not pay for alterations that are not approved in advance and in writing by the contracting officer.

4.0 AMENDMENTS; Contract terms shall not be waived, altered, modified, supplemented or amended without prior written approval of the Contracting officer.

5.0 BILLING INSTRUCTIONS: Invoices must be billed to the ordering agency's address shown on the individual Purchase Order, Contract Award or Delivery Order, not to the Division of General Services. The ordering agency will make payment after it receives the merchandise or s·ervice and the invoice. Questions concerning payment must be addressed to the ordering agency.

6.0 BRAND AND MODEL OFFERED: Unless otherwise specified, when brand names and model numbers are used to specify the type and quality of the goods desired, bidders must clearly indicate the brand names and model numbers they intend to provide. The bidder's failure to Identify the brand and model offered will cause the State to ·consider the offer non-responsive and reject the bid.

7.0 CERTIFICATION OF COMPLIANCE WITH AMERICAN'S WITH DISABILITIES ACT OF 1990:

7.1 · By signature of their bid/proposal the bidder/proposer certifies that they comply with the American's withDisabilities Act of 1990 and the regulations issued there under by the federal government.

7.2 Services or activities furnished to the general public on behalf of the State must be fully accessible. This Is intended to ensure that agencies are in accordance with 28 CFR Part 35 Section 35.130 and that services, programs or activities furnished to the public through a contract do not subject qualified individuals with a disability to discrimination based on the disability.

8.0 COMPLIANCE WITH ALL GOVERNMENT REGULATIONS: The bidder must comply with all applicable federal, stale, and borough regulations, codes, and laws, and pay all applicable federal, state, and borough taxes, and is liable for all required insurance, licenses, permits, and bonds. Failure to comply with such requirements shall constitute a breach of contract and shall be grounds for contract cancellation, Damages or costs resultl�g from noncompliance shall be the sole. responsibility of the bidder.

9.0 CONFLICT OF INTEREST: An officer or employee of the State of Alaska may not seek to acquire, be a party to, or possess a financial interest in, this contract if (1) the officer or employee is an employee of the administrative unit that supervises the award of this contract; ·or (2) the officer or employee has the power to take or withhold official action so as to affect the award or execution of the contract.

10.0 CONTINUING OBLIGATION OF CONTRACTOR: Notwithstanding the expiration date of a contract resulting from this 1TB, the contractor is obligated to fulfill Its responsibilities until warranty, guarantee, maintenance and parts availability requirements have completely expired.

11.0 CONTRACT ADMINISTRATION: The administration of this contract, including any/all changes, is the responsibility of the Contracting .Officer, HQ State Equipment Fleet.

12.0 CONTRACT EXTENSION: Unless otherwise provided In this 1TB, the State and the successful bidder/contractor agree: ( 1) that any holding over of the contract excluding any exercised renewal options, will be considered as a month-to-month extension, and all other terms and conditions stiall remain In full force and effect and (2) to provide written notice to the other party of the intent to cancel such month-to-month extension at least thirty (30) days before the desired date of cancellation.

13.0 CONTRACT FUNDING: Bidders are advised that funds are available for the Initial purchase and/or the first term of

Sec/ion IJ. Standard Terms and Conditions CA1900-14-1 Light Duty Contract

Page 1 of4

Page 19: CITY OF HOUSTON - Houston, Alaska31F8C92D...Requested by: Christian Hartley, Fire Chief Agenda of: October 11, 2018 Route Department Head Signature to: X City Clerk X Fire Chief X

SECTION II STANDARD TERMS AND CONDITIONS

I

the contract. Payment and performance obligations for succeeding purchases and/or additional terms of the contract are subject to the availability and appropriation of funds.

. 14.0 DEFAULT: In case of bidder default, the State may procure the goods or services from another source and hold the bidder responsible for any resulting excess costs and may seek other remedies under law or equity. Alaska Statutes and Regulations provide for suspension and disbarment of non-responsible bidders.

15.0 DELIVERY: All deliveries shall be F.O.B. final destination point with all transportation and handling charges paid by bidder, Responsibility and liability for loss or damage shall remain with bidder until final Inspection and acceptance when responsibility shall pass to the State except as to latent defects, fraud· and bidder's warranty obligations.

16.0 DISPUTES: Any dispute arising out of this agreement shall be resolved under the laws of Alaska. Any appeal of an administrative order or any original action to enforce any provision of this agreement or to obtain any relief from or remedy In conne_ction with this agreement may be brought only In the superior court for the State of Alaska.

17.0 FORCE MAJEURE (lmpossiblllty to perform): Neither party to this contract shall be held responsible for delay or default caused by acts of God and/or war, which is beyond that party's reasonable control. The State may terminate this contract upon written notice after determining such delay or default will reasonably prevent successful performance of the contract.

18.0 HUMAN TRAFFICKING:

18.1 By signature on this contract, the offerer certifies that:

18.1.1 the offerer is not established and headquartered or incorporated and headquartered, In a .country recognized as Tier 3 in the most recent United States Department of State's Trafficking in Persons Report; or

18.2 The most recent United States Department of State's Trafficking In Persons Report can be found at the following website: www.state.gov/g/tip/

.18.3 Failure to comply with this requirement will cause the state to reject the bid or proposal as non-responsive, or cancel the contract.

18.4 This pertains to goods and services above $50,000.00.

19.0 INDEMNIFICATION: The Contractor shall Indemnify, hold harmless, and defend the contracting agency from and against any claim of, or liability for error, omission or negligent act of the Contractor under this agreement. The Contractor shall not be required to indemnify the contracting agency for a claim of, or liability for, the independent negligence of the contracting agency. If there is a claim of, or liability for, the joint negligent error or omission of the Contractor and the independent negligence of the Contracting agency, the indemnification and hold harmless obligation shall be apportioned on a comparative fault basis. "Contractor" and "Contracting agency", as used within this and the following article, Include the employees, agents and other contractors who are directly responsible, respectively, to each. The term "independent negligence" is negligence other than In the Contracting agency's selection, administration, monitoring, or controlling of the Contractor and In approving or accepting the contractor's work.

20.0 INSPECTIONS: Goods furnished under this contract are subject to inspection and test by the State at times and places determined by the State. If the State finds goods furnished to be incomplete or not in compliance with bid specifications, the State may reject the goods and require bidder to either correct them without charge or deliver them at a reduced price, which is equitable under the circumstances. If bidder is unable or refuses to correct such goods within a time deemed reasonable by the State, the State may cancel the order In whole or in part. Nothing In this paragraph shall adversely affect the State's rights as buyer, Including all remedies and rights granted by Alaska statutes.

21.0 INSURANCE:

21.1 Without limiting Contractor's indemnification, .It Is agreed that Contractor shall purchase at its own expense and maintain In force at all times during the performance of services under. this agreement the following policies of insurance. Where specific limits are shown,. it is understood that they shall be the minimum acceptable limits. If the Contractor's policy contains higher limits, the state shall be entitled to coverage to the extent of such higher limits. Certificates of Insurance must be furnished to the contracting officer prior to beginning work and must provide for a notice of cancellation, non-renewal, or material change of

Seotion //. Standard Terms and Conditions CA1900-14-1 Light Duty Contract

Page 2 of 4

Page 20: CITY OF HOUSTON - Houston, Alaska31F8C92D...Requested by: Christian Hartley, Fire Chief Agenda of: October 11, 2018 Route Department Head Signature to: X City Clerk X Fire Chief X

SECTION II STANDARD TERMS AND CONDITIONS

conditions In accordance with policy provisions. Failure to furnish satisfactory evidence of insurance or lapse of the policy is a material breach of this contract and shall be grounds for termination of the Contractor's services. All Insurance policies shall comply with, and be issued by insurers licensed to transact the business of Insurance under AS 21.

21.2 Proof of insurance ls required for the following:

21.2, 1 Workers' Compensation Insurance: The Contractor shall provide and maintain, for all employees engaged in work under this contract, coverage as required by AS 23.30.045, and; where applicable, any other statutory <:>bligations Including but not limited to Federal U.S.L. & H. and Jones Act requirements. The policy niust waive subrogation against the State.

21.2.2 Commercial General Liability Insurance: covering all buslness premises and operations used by the Contractor in the performance of services under this agreement with minimum coverage limits of $300,000 combined single limit per occurrenc.e. .

21,2.3 Commercial Automobile Liability Insurance: covering all vehicles used by the Contractor in the perforrrance of services under this agreement with minimum coverage limits of $300,000combined slngl_e limit per occurrence,

21.3 Failure to supply satisfactory proof of Insurance within the time required will cause the State to declare the bidder nonresponsive and to reject the bid.

22,0 ITEM UPGRADES: The State reserves the right to accept upgrades to models on the basic contract when the upgrades improve the way the equipment operates or improve the accuracy of the equipment. Such upgraded Items must be at the same price as the items in the basic contract.

23.0 NEW EQUIPMENT: !=quipment offered in this.contract must be new equipment. New equipment means equipment that_ is currently in production by the manufacturer and is still the latest model, edition or- version generally offered. The equipment must be warranted as new by the manufacturer and may not have been used for any purpose, other than display (not demonstration), prior to Its sale to the State.- The State will not accept remanufactured, used or reconditioned equipment, including used or reconditioned components or parts of. It is the contractor's responsibility to ensure that each piece of equipment delivered to the State complies with this requirement. A contract's failure to comply with this requirement will cause the State to seek remedies under breach of contract.

24,0 ORDER DOCUMENTS: Except as specifically allowed under this contract, an ordering agency will not sign any vendor contract. The State_ ls not bound by a vendor contract signed by a person who is not specifically authorized to sign for the State under this 1TB. The State of Alaska Purchase Order, Contract Award and Delivery Order are the only order documents that may be used to place orders against the contract(s) resulting from this 1TB.

25,0 PAYMENT: Payment for agreements under $500,000 for the undisputed purchase of goods or services provided to a State agency will be made within 30 days of the receipt of a proper billing or the delivery of the goods or services to the locatlon(s) specified In the agreement, whichever Is later. A late payment Is subject to 1.5% interest per month on the unpaid balance. Interest wlli not be paid if there Is a dispute or if there Is an agreement, which establishes a lower Interest rate or precludes the charging of interest.

26.0 PRICES: The bidder shall state prlces according to the requirements of this 1TB. Prices quoted for commodities or services must be in U.S. funds and include applicable federal duty, brokerage fees, packaging, and transportation

· cost to the FOB point so that upon transfer of title the commodity or service can be utilized without further cost.

27.0 QUANTITIES: The State reserves the right to reduce or increase the quantity of items ordered under any contract resulting from this Invitation to Bid.

28,0 SEVERABILITY: If any provision of the contract Is declared by a court to be illegal or in conflict with any law, the validity of the remaining terms and provisions will not be affected; and, the rights and obligations ofthe parties will be construed and enforced as if the contract did not contain the particular provision held to be invalid.

29.0 SHIPPING DAMAGE: The State will not accept or pay for damaged goods. The contractor must file all claims against the carrier(s) for damages incurred to items In transit from the point of origin to the ultimate destination. The State will provide the contrE1ctor with written notic_e when damaged goods are received.

JO.O STANDARD AND SPECIAL TERMS AND CONDITIONS: The terms and conditions of this section are standard to State of Alaska, Department of Transportation and Public Facilities, Statewide Equipment Fleet contracts for the purchase of goods, There may also be other. special terms and conditions in an Invitation to Bid or Request for

Section II- Standard Terms and Conditions CA 1900-14-1 Light Duty Contract

Page 3 of 4

Page 21: CITY OF HOUSTON - Houston, Alaska31F8C92D...Requested by: Christian Hartley, Fire Chief Agenda of: October 11, 2018 Route Department Head Signature to: X City Clerk X Fire Chief X

SECTION II STANDARD TERMS AND CONDITIONS

Proposal which apply only to this contract. In the event of a conflict between the standard and special terms and conditions, the Special Terms and Conditions take precedence,

J1 ,a SUBCONTRACTOR(S): Within five (5) working days of notice, the apparent low bidder must submit a list of the s.ubcontractors that will be used in the performance of the contract. The list must Include the name of eachsubcontractor and the location of the place of business for each subcontractor and evidence of eachsubcontractor's valid Alaska business l'icense. Subcontractors can only be changed per AS 36.30.115 (b),

32.0 SUCCESSORS IN INTEREST: This contract shall be binding upon successors and assigns.

33.0 SUITABLE MATERIALS: All materials, supplies or equipment offered by a bidder shall be new, unused, of recent manufacture, and suitable for the manufacturer's Intended purpose unless the specifications allow for used, rebuilt or remanufactured equipment.

34.0 TAXES: Prices quoted In bids must be exclusive of federal, stat e, and local taxes. If the bidder believes that certain taxes are payable by the State, the bidder may 11st such taxes separately, directly below the bid price for the affected item. The State Is exempt from Federal Excise Tax because articles purchased are for the exclusive use of the State of Alaska.

35.0 WARRANTY: Unless otherwise stated, all equipment shall be new and current model and shall carry full factory warranties. Bidder warrants all goods delivered to be free from defects in labor, material and manufacture and to be in complia·nce with bid specifications, All Implied or expressed warranty provisions of the Uniform Commercial Code apply. All warranties shall be for and benefit the State.

Section II· Standard Terms and Conditions CA1900'14-1 Light Duty Contract

Page 4 of4

Page 22: CITY OF HOUSTON - Houston, Alaska31F8C92D...Requested by: Christian Hartley, Fire Chief Agenda of: October 11, 2018 Route Department Head Signature to: X City Clerk X Fire Chief X

SECTION Ill SPECIFICATIONS

SPECIFICATIONS

Minimum Requirements to be included on all vehicles: (Other minimum requirements may be requested for individual class specifications)

Cc;,lor: OEM White (Any other color requires prior authorization) Darkest of OEM Manufactures Standard Cloth Upholslery Interior, (cloth or cloth with vinyl trim would be acceptable) Transmission: Automatic with overdrive where available (manufactures recommended with engine selected) ½ ton and Larger Rated Vehicles lo Have Limited Slip or Locking Differential (automatic or driver controlled) OEM Trailer Receiver Hitch Package to be Included on all pickups ½ ton rated and larger (Exception: chassis only do not renuired receiver hitches, all chassis to have trailer wirinf:! to the rear of chassis\ Up-fitter Switches OEM on all ¾ ton rated and larger pickup's and chassis Spray In Bed Liners (black in color) to be OEM or Dealer Installed on all½ ton rated and larger pickup beds OEM Front Tow Hooks (frame mounted) to be included on all 3/4 ton rated and larger pickup's and chassis ABS Brakes (4 Wheel Anti-Lock) Power Steering AM/FM Ster� One Electric Power Port 12 Volt - Minimum Daytime running lights to be included on all vehicle classes where available Engine Block Heater with 3 Prong plug secured and accessible from the front grill or bumper area Anti-Freeze-Lon,g Life Coolant to a minimum -35 degree protectionVehicle Keys (4) AS REQUIRED PER DEFINITION TAB

11res: all season, standard for GVWR, with spare tire and wheel assembly to Include full size spare tire and wheel when available, or space saver when required by manufacture Gas tank must be no less than ¼ full when delivered to State receiving facility

FOB _Anchorage (Unless otherwise noted) All available options are to be OEM Installed when available with the exception of auto starts and spray in bed liners which mav be installed at dealer. Allltems listed, as a mandatory requirement must be OEM Installed unless noted In class requirements. All Items listed and advertised by the manufacture as standard equipment shall be included on all vehicles ARO on all units Is 180 days.

Section Ill- Specifications CA 1900-14-1 Light Duty Contract

Page 1 of2

Page 23: CITY OF HOUSTON - Houston, Alaska31F8C92D...Requested by: Christian Hartley, Fire Chief Agenda of: October 11, 2018 Route Department Head Signature to: X City Clerk X Fire Chief X

SECTION Ill

SPECIFICATIONS

,.,..._.!.lll.,..'-"'l!L..,,.>IL""'"' All Wheel Dri-...e 'y8hfcles do not require a low range transfer case option and are not required to be dri\18f' selectable,, When In AWD both front and rear aides do not r wer. AWD Is not ecce lable l'.!len 4X4 ls s cl/led.

: OEM backu camera s ste

QEM HANDS FREE COWUNICATION SYSTEM; System-to be OEM and include an required components or manufactures required packages to be com tibia with roost al ma' r manufaC'lUres celular de'.1ces.

: Includes console with c rtment and a co rtrnent door if available.

UhlIEP SUP/LOCKING Piff@rentfa(· 1/2 ton through 1 ton pickups and chassis are required to ha-.e a lmited slip a,de or locking differential (can be automatic or drlwr conb'0lled) In the miniroom requirements, If a lmlted slip axle or locking differential ls not available your bid wll be considered non complant

OPTIONAL EAUIPMENT: A 1st of equipment that the Slate may choose to add to an lndMdual ...,hicle, In addition or In place of the Required Equipment Vendors are requred to pro�de pricing for aU Optional Equlprrent If available. All equipment shah� factory lnslaWed unless specified In this document

PICKUP BOX LENGTH: The foiio,,.;ng definitions pertain to all pickup !ruck configurations listed throughout the bid. Short Bed. Shortest pickup bed offered by the rn;mufacturer Standard Bed • Bed shaH be no shorter than 6ft and no longer than 7ft In length measured at the bed floor lns/da the box.Lon Bed - Lon st bed avallable from the manufacturer

PICKUP CAB CONFIGURATION: The folov.ing pickup truck cab configurations shal be used throughout the bid Regular Cab - Seating for at least M'O or three occupants, MO cab doors Extended Cab - Four cab doors, including second r(.JN seating, Crew Cab - Four fuN size.cab doqrs. largest cab configuration offered ·(except Dodge Mega Cab) Examples of ex1ende_d cab pickup trucks Examples of crew cab pickup trucks All Ford pickup tr'i!cks ;;;: Super Cab Ford � ton and larger ;:::; Super Crew/Cre!'N Cab �m ½ton= Quad Cab All GM pickup trucks= Crew Cab .b.am ¾ ton and larger = Crew Cab Ram ½ ton ..,.- Crew Cab

· All GM pickup trucks "' Double Cab P.am ¾ ton ahd larger = crew Cab

REQUIRED EQUIPMENT: The rr;nllrom Qst of options that shal be included for all 1<>hlcles for that specific Bid Item Number. Al equipment shall be factory lnstaijed unless specified in this docurrent.

SPRAY IN B(;P. YNE_B· , C€M or dealer lnstaled spray In bed finer ls required Spray In bed liners are lo be black In color and haw a rrlnlmurn thickness of 3116 (0.1875) Inch. Installation: e>,er rail style, Interior rallgale, and front bed wal insrallation Is required. Exception-trucks wth factory plastic or metal pickup box top rail protectors shat remain in place, on these trucks under-rail style Installation shal be used•

StABIUIY CONTROL S)'STl;M; Sfablllfy control systems are not an acceptable substitut.e tor a finlted slip axle or traction con�ol system, Electronlc stablllty control (ESC) Is a cOrfl)uterized technology that i�ro1JeS the safety of a vehicle's stablfity by detecting and ITTnirrizing sklds.

TRACTION CONTROL SVSTEM' Traction control systems are not an acceptable substitute for a lmited sUp axle or bcking differential. Traction eOtl�of is a computerized technology that utilzes the whlcies brake system and engine to assist in conb"olllng 'Mleel spin electronlcafy.

PRIVACY GI AS$: Glass shall be darker than the standard window tint offered, and the dark.8$1: availa� as provided by the OEM manufacture for each vehicle. AV v.ndow.;, rrinus the ,,.;ndshield and dri..,./passenger slda ,,.;dows shall be covered. Only factory suppled and lnstaUed prlv.icy glass Is acceptable.

VEHICLE KEY$ 14}: Each vehicle shaU be suppied wl/1 four factory keys. All keys and transrrltters shaW be fuly prograrmied, cut and/or credentialed infl? whicle security system,

� AU 4x4 1iehlcles shan come equipped with a low range transfer case option. The torque distribution sha• be dri...er selectable. When the �hicle is in 4x4 rrode, both front and rear aides shall ha"' power. All 4x4 1'8hlcles shall come equipped ,,.;th electronic transfer case shift control ,,.;th auto locking front hubs. !

ssy /Special Sory'oce Vehicle): The 1o11o,,.;ng Items are required In this package, Minimum 5.0 liter Engine, 220 Orf'!) alternator, cloth 40/Blank/40 front seat, with center.section deleted, Vinyl Rear Bench Seat

Section Ill- Specifications CA1900-14-1 Light Duty Contract

Page 2 of 2

Page 24: CITY OF HOUSTON - Houston, Alaska31F8C92D...Requested by: Christian Hartley, Fire Chief Agenda of: October 11, 2018 Route Department Head Signature to: X City Clerk X Fire Chief X

SECTION IV BID PRICE SCHEDULE

BID SCHEDULE INSTRUCTIONS:

}II bids must.include both unit pricing and extensions and be otherwise complete in the format requested.

The materials, equipment or services bid will conform to and meet the requirements of the Contract Bid Documents and

are hereby incorporated Into this document.

Publications: One (1) set, per Section I, paragraph 7.0. ·

The actual F.O.B. point for all items purchased under this contract shall be Anchorage, Fairbanks, or·Juneau Alaska. Ownership of and title to the ordered Items remains with the contractor until the Items have been delivered at their final destination and are accepted by the State. For pricing purposes of this contract, the F.O.B. point Is Anchorage Alaska

REQUIRED DELIVERY OF ITEMS UNDER THIS CONTRACT: Maximum 180 days after receipt of order (ARO).

Attachment on FIie as Submitted by Vendors: Spreadsheet "Amendment 2 SEF-1900 Light Duty Bidder Worksheet.xis"

Section IV- Bid Price Schedule CA1900-14-1 Light Duty Contract

Page 1 of1