Loading...
HomeMy WebLinkAboutC-4340 - Purchase Agreement for Two CNG Front Loading Refuse Collection TrucksPURCHASE AGREEMENT FOR TWO CNG FRONT LOADING REFUSE COLLECTION TRUCKS This Purchase Agreement (the "Agreement ") is entered into as of this H day of July, 2009 ( "Execution Date "), by and between the City of Newport Beach, a California municipal corporation ( "City "), and Carmenita Ford Truck Sales, Inc., a Delaware Corporation ( "Vendor "), having a place of business at 13443 E. Freeway Dr., Santa Fe Springs, California 90670. RECITALS A. City is a municipal corporation duly organized and validly existing under the laws of the State of California with the power to carry on its business as it is now being conducted under the statutes of the State of California and the Charter of City. B. City desires to purchase two (2) new CNG equipped front- loading refuse collection trucks (the 'Refuse Trucks "). C. Vendor is an autocar dealer servicing the refuse industry in Southern California. E. The principal member of Vendor for purposes of Purchase shall be James K. Blakely. F. City has solicited and received a proposal from Vendor, has evaluated the expertise of Vendor, and desires to submit an order for two new CNG equipped front - loading refuse collection trucks under the terms and conditions set forth in this Agreement. NOW, THEREFORE, in consideration of the mutual representations, warranties and covenants, and other terms and conditions as set forth herein, Vendor and City (each a "Party" and together the "Parties ") agree as follows: COMPENSATION City has agreed to pay Vendor Four Hundred Eighty -Eight Thousand Nine Hundred Twenty One Dollars and 701100 (5488,921.70) as fully described on the Pricing Page attached hereto as Exhibit A and incorporated herein by reference for the two (2) Refuse Trucks, which are described more fully in Exhibit B and incorporated herein by reference. Vendor agrees to accept this compensation as full remuneration for delivery of the two (2) Refuse Tracks. Payment shall be made within thirty (30) days from the date of acceptance by the City. 2. ADMINISTRATION This Agreement will be administered by the General Services Department. MIKE PISANI shall be the Purchase Administrator and shall have the authority to act for City under this Agreement. The Purchase Administrator or his/her authorized representative shall represent City in all matters pertaining to the services to be rendered pursuant to this Agreement. 3. DELIVERY Delivery shall be made within one hundred and fifty (150) calendars days from execution date. Time of delivery is of the essence in this Agreement. City reserves the right to refuse any goods and to cancel all or any part of the goods not conforming to applicable specifications, samples or descriptions. Acceptance of any part of the order for goods shall not bind City to accept future shipments nor deprive City of the right to return goods already accepted at Vendor's expense. Over shipments and under shipments of goods shall be only as agreed to in writing by City. Delivery shall not be deemed to be complete until all goods have actually been received and accepted in writing by the City. 3.1 Vendor shall submit all requests for extensions of time for delivery in writing to the City to the Project Administrator not later than ten (10) calendar days after the start of the condition that purportedly causes a delay. The Purchase Administrator shall review all such requests and may, at his sole discretion, grant reasonable time extensions for unforeseeable delays that are beyond Vendor's control. 4. ACCEPTANCE /PAYMENT Unless otherwise agreed to in writing by City, acceptance shall not be deemed complete unless in writing and until all the goods have actually been received, inspected and tested to the satisfaction of City, and payment shall be made in arrears after satisfactory acceptance. 5. NOTICES All notices, demands, requests or approvals to be given under the terms of this Agreement shall be given in writing, and conclusively shall be deemed served when delivered personally, or on the third business day after the deposit thereof in the United States mail, postage prepaid, first -class mail, addressed as hereinafter provided. All notices, demands, requests or approvals from Vendor to City shall be addressed to City at: Attn: Mike Pisani General Services Department City of Newport Beach 3300 Newport Boulevard PO Box 1768 Newport Beach, CA 92658 Phone: 949 -644 -3059 Fax: 949 -650 -0747 Page 12 All notices, demands, requests or approvals from City to Vendor shall be addressed to Vendor at: Attention: James K. Blakely Carmentia Ford Truck Sales, Inc. 13443 E. Freeway Dr. Santa Fe Springs, CA 90670 Phone: (562) 921 -1411 Fax: (562) 404 -4990 6. GOVERNING LAW AND VENUE This Agreement has been negotiated and executed in the State of California and shall be governed by and construed under the laws of the state of California. In the event of any legal action to enforce or interpret this Agreement, the sole and exclusive venue shall be a court of competent jurisdiction located in Orange County, California, and the parties hereto agree to and do hereby submit to the jurisdiction of such court. Furthermore, the parties specifically agree to waive any and all rights to request that an action be transferred for trial to another City. 7. AMENDMENTS No alteration or variation of the terns of this Agreement shall be valid unless made in writing and signed by the parties; no oral understanding or agreement not incorporated herein shall be binding on either of the parties; and no exceptions, alternatives, substitutes or revisions are valid or binding on City unless authorized by City in writing. 8. TAXES The price quoted includes California state sales or use taxes. ENTIRE AGREEMENT This Agreement, when accepted by the Vendor either in writing or by the shipment of any articles, goods, or other commencement of performance hereunder, contains the entire Agreement between the parties with respect to all matters herein, and there are no restrictions, promises, warranties, or undertakings other than those set forth herein or referred to herein. No exceptions, alternatives, substitutes or revisions are valid or binding on City unless authorized by City in writing. Electronic acceptance of any additional terms, conditions or supplemental agreements by any City employee or agent, shall not be valid or binding on City unless accepted in writing by the purchase administrator. The terms of this Agreement shall supersede any inconsistencies between this agreement and the exhibits hereto. Page 13 10. WARRANTY Vendor expressly warrants that the goods covered by this Agreement are: 1) free of liens or encumbrances; 2) of merchantable quality and good for the ordinary purposes for which they are used; and 3) fit for the particular purpose for which they are intended. Acceptance of this order shall constitute an agreement upon Vendor's part to indemnify, defend and hold City and its indemnities as identified in paragraph 17 below, and as more fully described in paragraph 17, harmless from liability, loss, damage and expense, including reasonable counsel fees, incurred or sustained by City by reason of the failure of the goods to conform to such warranties, faulty work performance, negligent or unlawful acts, and non- compliance with any applicable state or federal codes, ordinances, orders, or statutes, including the Occupational Safety and Health Act (OSHA) and the California Industrial Safety Act. Such remedies shall be in addition to any other remedies provided by law. The manufacturer's warranty is attached hereto as Exhibit C, and incorporated in full by this reference. The Warranty Period shall commence on the date the Refuse Trucks are delivered to the City. 11. ASSIGNEMENT OR SUBCONTRACTING The terms, covenants, and conditions contained herein shall apply to and bind the heirs, successors, executors, administrators and assigns of the parties. Furthermore, neither the performance of this Agreement nor any portion thereof may be assigned or sub - contracted by Vendor without the express written consent of City. Any attempt by Vendor to assign or subcontract the performance or any portion thereof of this Agreement without the express written consent of City shall be invalid and shall constitute a breach of this Agreement. 12. NON - DISCRIMINATION In the performance of this Agreement, Vendor agrees that it will comply with the requirements of Section 1735 of the California Labor Code and not engage nor permit any subcontractors to engage in discrimination in employment of persons because of the race, religious creed, color, national origin, ancestry, physical disability, mental disability, medical condition, marital status, or sex of such persons. Vendor acknowledges that a violation of this provision shall subject Vendor to all the penalties imposed for a violation of Section 1720 et seq. of the California Labor Code. 13. TERMINATION In addition to any other remedies or rights it may have by law, City has the right to terminate this Agreement without penalty immediately with cause or after seven (7) days written notice without cause, unless otherwise specified. Cause Page 14 shall be defined as any breach of Agreement, any misrepresentation or fraud on the part of the Vendor and /or entering of Bankruptcy by Vendor. Exercise by City of its right to terminate the Agreement shall relieve City of all further obligations. 14. CONSENT TO BREACH NOT WAIVER No term or provision of this Agreement shall be deemed waived and no breach excused, unless such waiver or consent shall be in writing and signed by the party claimed to have waived or consented. Any consent by any party to, or waiver of, a breach by the other, whether express or implied, shall not constitute consent to, waiver of, or excuse for any other different or subsequent breach. 15. REMEDIES NOT EXCLUSIVE The remedies for breach set forth in this Agreement are cumulative as to one another and as to any other provided by law, rather than exclusive; and the expression of certain remedies in this Agreement does not preclude resort by either party to any other remedies provided by law. 16. PERFORMANCE Vendor shall perform all work under this Agreement, taking necessary steps and precautions to perform the work to City's satisfaction. Vendor shall be responsible for the professional quality, technical assurance, timely completion and coordination of all documentation and other goods or services fumished by the Vendor under this Agreement. Vendor shall perform all work diligently, carefully, and in a good and workman -like manner, shall furnish all labor, supervision, machinery, equipment, materials, and supplies necessary therefore; shall at its sole expense obtain and maintain all permits and licenses required by public authorities, including those of City required in its governmental capacity, in connection with performance of the work; and, if permitted to subcontract, shall be fully responsible for all work performed by subcontractors. 17. INDEMNIFICATION To the fullest extent permitted by law, Vendor shall indemnify, defend and hold harmless City, its City Council, boards and commissions, officers, agents, volunteers, and employees (collectively, the "Indemnified Parties ") from and against any and all claims (including, without limitation, claims for bodily injury, death or damage to property), demands, obligations, damages, actions, causes of action, suits, losses, judgments, fines, penalties, liabilities, costs and expenses (including, without limitation, attorney's fees, disbursements and court costs) of every kind and nature whatsoever (individually, a Claim; collectively, "Claims "), which may arise from or in any manner relate (directly or indirectly) to any breach of the terms and conditions of this Agreement, any work performed or services provided under this Agreement including, without limitation, defects in workmanship or materials (including the negligent and /or willful acts, errors and/or omissions of Vendor, its principals, officers, agents, employees, suppliers, Page 15 consultants, subcontractors, anyone employed directly or indirectly by any of them or for whose acts they may be liable or any or all of them). Notwithstanding the foregoing, nothing herein shall be construed to require Vendor to indemnify the Indemnified Parties from any Claim arising from the sole negligence or willful misconduct of the Indemnified Parties. Nothing in this indemnity shall be construed as authorizing any award of attorneys fees in any action on or to enforce the terms of this Agreement. This indemnity shall apply to all claims and liability regardless of whether any insurance policies are applicable. The policy limits do not act as a limitation upon the amount of indemnification to be provided by the Consultant. 18. BILLS AND LEINS Vendor shall pay promptly all indebtedness for labor, materials and equipment used in performance of the work. Vendor shall not permit any lien or charge to attach to the goods, but if any does so attach, Vendor shall promptly procure its release and, in accordance with the requirements of paragraph 17 above, indemnify, defend, and hold City harmless and be responsible for payment of all costs, damages, penalties and expenses related to or arising from or related thereto. 19. INSURANCE Vendor shall maintain in full force during the term of this Agreement the following insurances and limits not less than those specified: (a) Worker's Compensation and Employers' Liability complying with any statutory requirements; (b) Comprehensive General Liability Insurance including a broad form Property Damage endorsement with a $500,000 combined single limit each occurrence; (c) Comprehensive Auto Liability (including the owned, non - owned, and hired automobile hazards) with $500,000 combined single limit each occurrence; (d) Contractual Liability with $500,000 combined single limit each occurrence. If the City so desires, these limits may be increased or decreased. 20. CHANGE OF OWNERSHIP Vendor agrees that if there is a change or transfer in ownership of Vendor's business prior to completion of this Agreement, the new owners shall be required under terms of sale or other transfer to assume Vendor's duties and obligations contained in this Agreement and complete them to the satisfaction of City. 21. FORCE MAJEURE Vendor shall not be assessed with liquidated damages or unsatisfactory performance penalties during any delay beyond the time named for the performance of this Agreement caused by any act of God, war, civil disorder, employment strike or other cause beyond its reasonable control, provided that Page 16 Vendor gives written notice of the cause of the delay to City within 36 hours of the start of the delay and Vendor avails himself of any available remedies. 22. CONFIDENTIALITY Vendor agrees to maintain the confidentiality of all City and City - related records and information pursuant to all statutory laws relating to privacy and confidentiality that currently exist or exist at any time during the term of this Agreement. All such records and information shall be considered confidential and kept confidential by Vendor and Vendor's staff, agents and employees. 23. COMPLIANCE WITH LAWS Vendor represents and warrants that services to be provided under this Agreement shall fully comply, at Vendor's expense, with all standards, laws, statutes, restrictions, ordinances, requirements, and regulations (collectively "laws "), including, but not limited to those issued by City in its governmental capacity and all other laws applicable to the services at the time services are provided to and accepted by City. Vendor acknowledges that City is relying on Vendor to ensure such compliance, and pursuant to the requirements of paragraph 17 above, Vendor agrees that it shall defend, indemnify and hold City and Indemnified Parties harmless from all liability, damages, costs and expenses arising from or related to a violation of such laws. 24. FREIGHT (F.O.B. DESTINATION) Vendor assumes full responsibility for all transportation, transportation scheduling, packing, handling, insurance, and other services associated with delivery of all products deemed necessary under this Agreement. 25. TERMS AND CONDITIONS: Vendor acknowledges that it has read and agrees to all terms and conditions included in this Agreement and the Request for Proposal attached hereto. 26. SEVERABILITY If any term, covenant, condition or provision of this Agreement is held by a court of competent jurisdiction to be invalid, void or unenforceable, the remainder of the provisions hereof shall remain in full force and effect and shall in no way be affected, impaired or invalidated thereby. 27. ATTORNEYS FEES In any action or proceeding to enforce or interpret any provision of this Agreement, or where any provision hereof is validly asserted as a defense, each party shall bear its own attorneys fees, costs and expenses. Page 17 IN WITNESS WHEREOF, the parties have caused this Agreement to be executed on the day and year first written above. APPROVED AS TO FORM: By: net auha p Assistant City rney ATTEST: By:_44ttk,� Leilani Brown City Clerk fir„` U CITY OF/XfiWPOff A Muni ' al Comorati Edward Selma, Mayor City of Newport Beach 2, VENDOR: Carmenita Ford Truck Sales, Inc. By: (Cor orate Officer) Title: _V'F (� M Print Name: �� itle: P eV S b be 5 Print Name: .lames K. Blakely Attachments: Exhibit A — Pricing Page Exhibit B — Proposal and Specifications Exhibit C— Manufacturer's Warranty Page 18 EXHIBIT A CITY OF NEWPORT BEACH PURCHASING DIVISION RFP No. 4 -22 MAjo Heah (2) New, Unused 26 -29 Yard Front - Loading Refuse Collection Trucks (CNG) PRICING PAGE Proposer is to provide a proposal for two (2) New, Unused, 26 -29 Yard Front - Loading Refuse Collection Trucks, as indicated. All items shall be new and manufactured by the OEM factory and shall be cleaned and prepared prior to delivery to the City. Bid prices shall be held valid for a period of 30 days after bid closing date. PROPOSALS DUE: 11:00 A.M. Thursday, May 7, 2009 Item Qty. Unit Description Unit Price 1 2 Ea 26 -29 Yard Front - Loading Refuse $Q2_ 0 i (e 9X $ ITZ ZAP w Collection Truck (CNG) Cab /Chassis Mfg. /Model:ld,40M¢. Body Mfg. /Model: 104m xal R i^ Kbkrry CC 2 1 Ea 8.75% Sales Tax $ U. to) 3 12 Ea CA Tire Recycling Fee (6 tires /truck) $1.75 $21.00 O� 4 $. Ea Delivery Charges, If any $ G%SLY L+� 70 Total for Line Items #144: 'S0r{s+•Muri Ll �z1,r3 NOTE: Include any and all applicable charges in your bid response. ` DO NOT show separate charge's for: Handling, Doc. Fees, Service Catalogs, Wiring Diagrams, Etc. Does the unit bid conform to alt specifications? _ Yes -No (REQUIRED) If Yes, you will be held accountable for providing a unit conforming to specs at the price quoted. If No, explain (attach a copy of specifications, with notes, if exceptions are taken): All bids will be given due consideration on an "Or EquaP' basis. However, if other than the make /model specified, indicate make /model of the units that you propose to furnish. Such bids shall include descriptive literature and/or brochures. City of Newport Beach Terms: F.O.B. Destination, Net 30 Days Delivery Time: 1116, Z/a Calendar Days A.R.O. Page 26 of 27 EXHIBIT B May 5, 2009 Tom Fulton City of Newport Beach 592 Superior Ave. Bldg. H Newport Beach, CA 92663 Dear Tom: Sonia to Springs„ U 40670 t i • p14/523.3020 Carmenita is pleased to submit the attached proposal for your review and consideration. We have been asked by our vendor partners to submit two different front Ioader body options. Option 1 is with the Mammoth western series by Newway. Option 2 is with an Amrep Hardox body. With the request for expedited delivery I am quoting the WXLL cab. As an option we can provide the ACX64 cab at for an additional cost of $1,000.00 per unit and a delivery of 320 -350 days. When evaluating the bids please consider that Carmenita Truck Center has been selling and servicing to the refuse industry in Southern California for over 42 years! We are to oldest Autocar dealer in the region; we stand behind our products and back it with quality service. On the bid you ask for references, Please call them, I have been working together with them to support their fleet needs for eighteen years with Carmenita. Should you have any questions please don't hesitate to call. James K. Blakely Fleet and Government Sales www.aidueltrucks.com ford • sterling • Vol" •!lino • Aolotar Now • used - Ports • forviw • lonsing P0K 8� RFP No. 4 -22 (2) New, Unused 26 -29 Yard Front-Loading Refuse Collection Trucks (CNG) INVITATION FOR PROPOSAL Notice is hereby given that sealed proposals will be received at the City of Newport Beach Purchasing Division offices, until Tuesday May 5, 2009 at which time they will be publicly opened and read for the furnishing of two (2) New, Unused 26 -29 Yard Front - Loading Refuse Collection Trucks (CNG), as described herein in accordance with the stated terms and conditions. Proposals may be returned via U.S. Postal Service or by Courier /Delivery Service (i.e. UPS/FedEx). Depending on the delivery method, please direct your bid responses to the addresses listed below: Proposals sent by U.S. Postal Service City of Newport Beach Purchasing Division 3300 Newport Boulevard Newport Beach, CA 92658 Proposals sent by Courier/Delivery Service City of Newport Beach Purchasing Division 592 Superior Avenue Newport Beach, CA 92663 *%en submitting your proposal, please mark on the envelope: RFP No. 4 -22 You are more an we come to attend the public proposal opening at e City of Newport Beach Purchasing Division office, which will be held at 11:00 A.M. on Thursday May 7, 2009. The address is 592 Superior Avenue, Newport Beach, CA 92663 (located in Building H). If you have any questions or concerns regarding this proposal or the bidding process please direct them to the contact information listed below. Good luck and thank you for helping the City of Newport Beach through your participation! With Regards, Anthony Nguyen Senior Buyer, City of Newport Beach Purchasing Phone: (949) 644 -3080 Fax: (949) 642 -7072 E -mail: uyenna city.newport- beach.ca.us Proposals are due by 11:00 A.M. on Thursday Mav 7.2009 Page 1 of 27 Y OF PURCHASING DIVISION RFP No. 4 -22 (2) New, Unused 26 -29 Yard Front- Loading Refuse Collection Trucks (CNG) 4. A. RULES FOR PROVIDING BIDS Late bids will not be accepted. It is the responsibility of the respondent to deliver bids by the proper announced time and date. Bid must be completed in its entirety on the City's Bid forms (pages 4 through 27). Incomplete bids will be rejected. The City of Newport Beach reserves the right to accept or reject any or all bids, to cancel in pan or in its entirety this solicitation, to waive any informality, technical defect, or clerical error in the bid document, and to negotiate with any qualified source. Award may be made in any combination most beneficial to the City, including no award. False, misleading, incomplete or unresponsive statements in connection with the submittal may be deemed sufficient cause for rejection. The City shall be the sole judge in making such determinations. By participating in this solicitation, respondent agrees to accept the decision of the purchasing Buyer as final. If any firm contemplating submitting a bid is in doubt as to the meaning of any pan of the bid documents, or finds discrepancies in, or omission from the specifications, that firm may request from the Senior Buyer, an interpretation or correction thereof. The person submitting such a request shall be responsible for its prompt delivery. The City shall not be responsible for any other explanations or interpretation of the bid documents. Whenever a question as to the meaning of any portion of this document arises, the Senior Buyer, Anthony Nguyen, may be reached at (949) 644- 3080. Respondent must submit one (1) complete bid response on City- All prices and notations shall be in ink or typewritten. No erasures are permitted. Mistakes may be crossed out and corrected, and shaft be inhaled in Ink by the person signing the bid. Any discrepancies in numbers or calculations shall be interpreted to reflect the lowest price to the City of Newport Beach In submitting the bid, the respondent acknowledges that the submitter has thoroughly and carefully read and understands the bid document and attachments; agrees to furnish the product at the prices, quantities, and terms and conditions stated; and certifies that the information contained in the bid is true and complete to the best of the respondent's knowledge. B. EQUIPMENT POLICIES I. All installations shall be made in a neat and professional manner. All equipment, work and materials furnished shall be of standard manufacture and subject to inspection and approval through the General Services Equipment Maintenance Superintendent or designate. 2. The manufacturer famishing this equipment shall be experienced in the design and construction of such equipment and shall furnish evidence of having supplied similar equipment, which has been in successful operation for a period of not less than one (1) year. 3. This equipment and all its components shall be of the latest model and shall not have been used in demonstration or other service. 4. Where specifications for specific items are not included, manufacturer's standard specifications are satisfactory or they are not applicable to this equipment. The applicable manufacturer's standard specified items must be annotated on the bid. 5. All equipment aid accessories shall be installed and comply with the requirementsof applicable California Codes and Federal Safety Regulations currently in force. All equipment shall meet all standards of safety for this type of equipment. 6. Quality, construct ion details, materials, performance characteristics and price will be analyzed by competent City personnel and the equipment which, in their opinion, best serves the interest of the City will be purchased. 7. Deviations from these specifications which exceed specified dimensions, capacity, quality or performance may be considered manufacturer submits full description and explanation of and justification for proposed deviatians based on acceptable engineering practices. 8. No bids will be considered which in any manner decrease the quality or work performance of the equipment described in these specifications. 9. The equipment sp ecifications in this bid are minimum criteria and do not reflect all Factors considered in our decision as to which bid to accept. While bid price is an important factor, the City will also consider the following criteria: a. The extent ID which the equipment is compatible with other equipment owned or maintained by the City, b. The extent tp which City repair personnel would require additional training to be qualified in maintaining the equipment, c The extent W which the City would need to purchase pans or tools for routine maintenance, d. The extent to which personnel would require new or additional training to become capable operators with the equipment, C. Other factors relevant to repair costs or down time such as the proximity of the City to facilities capable of major repair service, f Features or capability above the minimum bid criteria, which would increase the usefulness of the equipment to the City, g. With all other criteria being equal, time of delivery may be comi dered in the evaluation. Page 2 of 27 FO PURCHASING DIVISION RFP No. 4 -22 (2) New, Unused 26 -29 Yard Front - Loading Refuse Collection Trucks (C'NG) C. TERMS AND CONDITIONS D. BIDS /AWARDS All changes in specifications and/or contract requirements shall be issued in writing. The City of Newport Beach is not responsible for any oral instructions. Conflict of Interest: Supplier shall exercise reasonable care and diligence to prevent any actions or conditions that could result in a conflict with the best interest of the City. This obligation Stall apply to supplier's employees, agents, relatives, subtler contractors, and third parties associated with accomplishing the procurement hereunder. Suppliers' efforts shall include, but not be limited to, establishing precautions to prevent its employees or agents from making, receiving, providing or offering gifts, entertainment, payments, loans, or other considerations which could be deemed to appear to influence individuals to act contrary to the best interest of the City. 3. As applicable, all items furnished under the bid shall meet or exceed the standards established by the California Occupational Safety and Health Act of 1973 and current amendments thereto, provided the end use of the item is for the purpose for which the item is intended. 4. Supplier shall comply with all air pollution control, water pollution, Safety and Health Ordinances and statutes, which apply to the work performed or supplies provided pursuant to the contract including, 5. A purchase order resulting from this invitation for bid will include all City of Newport Beach specifications, terms and conditions contained in this bid unless specifically modified by the City of Newport Beach prior to award. The City of Newport Reach's terms and conditions shall take precedence over other terms and conditions. 6. PatenUCopyright Materials: Supplier shall be solely responsible for clearing the right to use any patented or copyrighted materials in the performance of this contract- 7. This contract shall be constructed and interpreted according to the laws of the State ofCelifomia Page 3 of 27 I. Please provide your competitive pricing, INCLUDING ANY GOVERNMENT OR CO -OPERATIVE AGREEMENT PRICING. Bids that are not filled out completely will be ruled nonresponsive and will not be evaluated. Respondent is to complete and include all requested information, including signatures, and return pages 4 through 27 of the bid as the bid submittal. 2. By soliciting this Request for Proposal (RFP) the City of Newport Beach is under no obligation to complete a purchase. Please refer to "A. Rules for Providing Bids." Section 3, 3. At any time before the listed closing time of this RFP there may be changes to the specifications required. Such changes will be published in the form of addendums and any /all addendum shall be posted on the City of Newport Beach Purchasing webshe at: https' 11www4 city newuon -beach ca.us/osimplia It is the responsibility of the bidder to either check the City of Newport Beach Purchasing website or to contact the Senior Buyer in regards to any existing addendum prior to bid /proposal submittal. The City shall not be held responsible for failure on the part of the bidder to check for addendums. REP No. 4 -22 (2) New, Unused 26 -29 Yard Front - Loading Refuse Collection Trucks (CNG) SUBMITTER INFORMATION Each bid shall set forth the full names and place of business of all persons and parties interested in this bid. If the bid is by corporation, state the names of the officers who can sign an agreement on behalf of the corporation and whether more than one officer must sign. If the bid is by a partnership or joint venture, state the names of all general partners and joint ventures. If the respondent is a sole proprietorship or another entity that does business under a fictitious name, the bid shall be in the real name of the respondent with a designation following showing "DBA (the fictitious name); provided, however, no fictitious name shall be used unless there is a current registration with the Orange County Recorder. The undersigned, as submitter, declares that all documents regarding this bid have been examined and accepted, and that, if awarded, will enter into a contract with the City of Newport Beach. Carmenita Ford Truck Sales, Inc. Firm Name: 1344-RP Gear ay nr Address: Santa Fe Springs, CA 90679 Telephone: (`) (562) 921 - 1411 x203 Federal Tax I.D. Number 95-2466587 Owner Partner Print/type name signed above: James K. Slakety Title: Company Contact Person: Sc,,v ..e Date: Ad D,� Page 4 of 27 Fax: ( Fax: (562) 404 -4990 Incorporated: ✓ Yes No Officer De ignated Representative PURCHASING DIVISION RFC' No. 4 -22 (2) Nero, Unused 26 -29 Yard Front- Loading Refuse Collection Tracks (CNG) Provide at least three (3) references in California for whom your company has provided similar vehicles. Include name, address of business, contact person's name & phone number. I . Business Name: C t ��:j n C 2 w*l- -s s"kq Address: &55 � l'%t ZR Cc, Contact: _MC,A i . cj Phone: 'I SC 3 2. Business Name: Address: ti(3k 3 1) y 4 U e t2 S'e kJ'P Contact:aj L°pti c ,v Phone: 31 Q - Z- 3- &J-ZO 3. Business Name: C% �—( o-(- () av � Address: o h=^ 6 d !V C, Contact: Sp I- �), j 110 S / )AILJ Phone: 47c>'7 "PIGGYBACK" CLAUSE Bidder shall indicate below if he will extend the same prices, terms, and conditions of his bid to other public agencies: Yes No. Bidder's response to this question will not be considered in award of bid. When the Bidder extends the prices, terms, and conditions of this bid to other public agencies, the contract shall be between Bidder and the other agencies, and the City of Newport Beach shall bear no responsibility or liability for the contracts. Page 5 of 27 PURCHASING DIVISION (2) New, Unused 25 -29 Yard Front - Loading Refuse Collection Trucks WNG) VEHICLE SPECIFICATIONS: CAB /CHASSIS (INTRODUCTION) Due to the detailed nature of these vehicles the specifications will be organized by cab /chassis and body. Each page of specifications details will also provide a section entitled "Exceptions" where any and all exceptions to the listed specifications on that page shall be indicated. Any lack of indication of exceptions implies full compliance to the listed specifications. Firms will be held responsible for furnishing vehicles containing the specifications /exceptions as noted at the price(s) indicated on the Pricing Sheet in this bid package so please verify your exceptions carefully. Overview: The intent of this specification is to describe a 26 -29 cubic yard front loading refuse collection truck. The desired chassis is a 6 X 4 low entry, forward operating tilt cab, which may be driven from both the left and right side. The CNG Engine and fuel package must meet all requirements of the CARB, SCAQMD, and the EPA for emission standards. Bidders shall supply all safety equipment necessary to comply with current requirements of the CAL -OSHA regulations, the California Vehicle Code and the Federal Motor Vehicle Safety Standards pertaining to commercial refuse collection vehicles. Important considerations concerning this vehicle include: durability, serviceability, maneuverability on narrow streets, low operating costs, driver visibility, ease of entry /exit, and the productivity of the overall unit. Consideration may be given for the earliest delivery date. Page 7 of 27 TV CTNE WPORT BEACH PURCHASING DIVISION R-FF No. 4 -22 (2) New, Unused 26 -29 Yard Front- Loading .Refuse Collection Trucks (CNG) VEHICLE SPECIFICATIONS: CAB /CHASSIS CHASSIS: (� G.V. W.R. shall be not less than 58,000 pounds. Wheelbase shall be 196 inches. Maximum curb to curb turning diameter cannot exceed 62 feet. Frame to be bolted together with Huckbolt fasteners. 6 Low cab forward, set back front axle. Dual drive steering, left hand steering with right hand stand up drive. QFuel tank capacity to be a minimum of 60 diesel gallon equivalent. „ ,� ill G v"14V�0 i-ln to /we!°� 11-2 32e$veaLe� Cv�r�la �OC.�U h -e- Page s5 8 of 27 k,,sC�, ., C.�vb •4-o curia 6�, q6 �L��� CuwJ�tiN�t QEtlowwa�� S ML W(11 Amp-(D „ ,� ill G v"14V�0 i-ln to /we!°� 11-2 32e$veaLe� Cv�r�la �OC.�U h -e- Page s5 8 of 27 "ITS! OF -NE WPO T BEACH PURCHASING DIVISION RFF Irmo. 4 -22 (2) New, Unused 26 -29 Yard Front- Loading Refuse Collection Trucks (CNG) VEHICLE SPECIFICATIONS: CAS /CHASSIS (CONT'D) ENGINE: a Cummins ISL -G, 8.9L, 320 horsepower @ 2200/860 LB -Ft, Cummins - Westport, or approved equivalent. (F) Emissions: 1.2 NOx +NMHC 0.01 PM. l:j Fuel Type: Compressed Natural Gas (CNG) DMinimum Fuel system operating pressure: 3600 PSI. 6 Minimum 60 Gallons Diesel equivalent fuel capacity. Q Air Cleaner: H.D. Donaldson 16" cycloflo with vertical intake and cap. OAir restriction gauge in visible location. DEngine shall be equipped with an air compressor rated at 18.7 CFM minimum. Starter shall be heavy -duty with over -crank protection. D Muffler system shall be mounted horizontally under vehicle and be approved by the ARB, CARB, and SCAQMD. Any flexible tubing if used must be of stainless steel material. C. Exhaust system shall use band -style clamps. l Engine shall include spin on oil, fuel and water filters. Page 9 of 27 � T MAC- PURCHASING F1 DIVISION RFF No. 4 -22 (2) New, Unused 26 -29 Lard Front- Loading Refuse Collection Trucks (CNG) VEHICLE SPECIFICATIONS: CAB /CHASSIS (CONT'D) CNG CYLINDERS: • Fuel storage shall be NGV2 approved Type3 or Type4. ■ Tanks shall be protected with an aluminum plate shields. Shields shall not have sharp edges or corners. • Vendor shall be responsible for determining optimum fuel cylinders configuration. ■ Total onboard fuel capacity shall be sixty (60) diesel gallons equivalent at 3,600 P.S.I. minimum. ■ Vehicle must be equipped with two fuel fill Worts, one positioned in the lower left front bumper, and one positioned on the left side of the vehicle. • All CNG fuel system components to be installed by the equipment manufacturer - trained technicians. ■ CNG cylinders to be dated within 60 days of actual delivery. Page 10 of 27 PURCHASING DIVISION RFP No. 4 -22 (2) New, Unused 26 -29 Yard Front - Loading Refuse Collection Trucks (CNG) VEHICLE SPECIFICATIONS: CAB /CHASSIS (CONT'I3) COOLING SYSTEM: b Radiator shall be the heaviest duty shutter less available for the engine application approved by the engine manufacture and shall include a coolant recovery system and a temperature controlled fan clutch. All radiator hose clamps shall be constant torque type. Cooling system shall be protected with ethylene glycol, heavy -duty coolant rated to -30 degrees Fahrenheit. 0 The cooling system shall be equipped with a Fleetguard spin -on coolant filter. 0 All coolant and heater hoses shall be Silicone or equal lifetime hoses. Page 11 of 27 PURCHASING DIVISION RFP No. 4 -22 (2) New, Unused 26 -29 Yard Front - Loading Refuse Collection. Trucks (CNG) VEHICLE SPECIFICATIONS: CAB /CHASSIS (CONT'D) TRANSMISSION: J• Transmission shall be an Allison 4GC 3500RDS, 6 speed heavy -duty, fully automatic transmission with P.T.O. provision. 3CW Transmission to be factory filled with Transynd synthetic fluid. Transmission shall include an "Auto Neutral System" wired for use through the right hand parking control valve. 19 Transmission shall be controlled by ATEC dual push button controls with access from either driving position. Transmission to have a transmission cooler and fluid temperature gauge mounted in the cab. V�x Universal joints shall be Spicer 1710 HD half round yokes or equivalent. r-r to p • Transmission to be warranted by the manufacturer for a minimum of five years with unlimited mileage. EXCEPTIONS: ZObO V.Ji h 320 FI p /1000t . 35�ot] �>>5 wo�r s w i�_ m rah Boa fa��- Page 12 of 27 = E '- : 1NE.WPORT BEACH RFP No. 4 -22 (2) New, Unused 26 -29 Yard Front- Loading Refuse Collection Trucks (CNG) VEHICLE SPECIFICATIONS: CAB /CHASSIS (CONT'D) FRONT AXLE: l=' Front axle to be a Mentor MFS -20, with a minimum of 20,000 -pound capacity. Spring capacity to be a minimum of 20,800 pounds. OFront hubs to be oil filled with a clear window for checking oil level. OTwo heavy -duty double acting shock absorbers shall be installed. REAR AXLE: OTandem rear axles with Hendrickson suspension (or approved equal). V Each rear axle minimum capacity of 23,000 pounds each. Rear axle ratio shall allow the vehicle to operate at a speed of 55 mph when fully loaded on a 20% grade. REAR SUSPENSION: ,/ a Rear suspension to be Hendrickson HN series. EXCEPTIONS: s j �VX P >2 O ti 213nfp Craze L Page 13 of 27 PURCHASING DIVISION REP Igo. 4 -22 (2) New, Unused 26 -29 Yard Front- Loading Refuse Collection Trucks (CNG) VEHICLE SPECIFICATIONS: CAB /CHASSIS (CONT'D) BRAKE SYSTEM: 6 Air compressor shall be rated at a minimum of 18.7 CFM Wabco. A Bendix AD1P air dryer shall be frame mounted with easy access for cartridge change. Air tanks shall be equipped with automatic moisture ejectors. Q Shall have "S" cam brakes with Haldex automatic slack adjusters. (� Brake size- Front 16 % x 6 ", Rear 16 '/z x 7", with outboard mounted cast iron drums. Shall have all wheel anti -lock brakes. Parking brake control shall be dash mounted reachable by driver from either'the right or left side. FRONT WHEELS AND TIRES: 6 Front tires (2) 315/80R22.5, highway tread, Load Range L & Front wheels: (2) hub piloted 11.25 bolt circle 22.5 x 9 steel wheels powder coated white. REAR WHEELS AND TIRES- (?) Rear tires: (4) 11 R22.5, Load Range H. o-P, eoo -.-) Rear wheels: (4) hub piloted 11.25 bolt circle 22.5 x 8.25 steel wheels powder coated white. EXCEPTIONS: 17-2 c,.•. Cg Page 14 of 27 u,. OF NE'WPOR's BE_1`�_(__'H PURCHASING DIVISION RFP No. 4 -22 (2) New, Unused 26 -29 Yard Front- Loading Refuse Collection Trucks (CNG) C VEHICLE SPECIFICATIONS: CAB /CHASSIS (CONT'D) c_. Shall be cab - forward design with hydraulic cab tilt system with setback front axle. f ■ Cab shall be constructed of welded galvanized steel manufactured by the chassis manufacturer. t/ ■ Left door to be forward hinged with roll down window. V . - Right side shall have fold down safety bar. D Right side shall have a max. floor height of 14" from the ground, with a stand -up, fold -up seat. C Air horn shall be mounted on roof with dual electric horns mounted in normal front cab location. © Dual west coast -type mirrors with 8 inch spot mirrors mounted below. v 0 Cab accessories shall include dual sun visors, left arm rests and left side door pocket. 0 Front turn signals to be spring mounted. OExterior grab handles shall be provided. Instruments shall be electronic and include speedometer, tachometer, dual air pressure gauges, transmission temperature, volt meter, how meter, engine monitoring gauges including oil pressure and water temperature. Q Heater, defroster, and AM/FM radio, and integral air conditioning system shall be factory installed. Cab shall be equipped with all safety equipment including a minimum 5 pound ABC type fire extinguisher, and a safety triangle marker set. 421--1 S'� �e �Nt~5 tokS, "S Page 15 of 27 _:; _ E PORE B E. ALA:: PURCHASING DIVISION RFP loo. 4 -22 (2) New, Unused 26 -29 Yard Front - Loading Refuse Collection Trucks (CNG) VEHICLE SPECIFICATIONS: CAB /CHASSIS (CONT'D) CAB AND CHASSIS ELECTRICAL: All accessories shall use circuit breakers, no fuses. All wiring shall be color -coded or identified with numbers or function. a Alternator shall be a minimum of 135 amps capacity. Three group 31 top stud mounted batteries shall be frame mounted on the left hand side of the chassis. Batteries shall have a minimum of 950 CCA each. 0 A battery cut off switch shall be mounted at the batteries. ® Engine. alarm/shut -down system shall activate with low water level, low oil pressure, and high engine temperature. Shut -down system must include both audible and warning lights. All accessories shall use chassis manufacturers OEM wire harnesses with plugs including PTO. t� All wiring shall run full length from control to function without splicing wires. All wire shall be rated at a minimum of 125 % of function requirement. An electronic back -up alarm and rear view camera with monitor mounted in the cab shall be installed. f?,L A rear mounted D.O.T. approved strobe light shall be at the rear of the vehicle and operate any time the vehicle PTO is in operation. Page 16 of 27 CITY OF _ EWTOR`I` BEACH PURCHASING DIVISION RFP Nu. 4 -22 (2) New, Unused 26-29 Yard Front - Loading Refuse Collection Trucks (CNG) VEHICLE SPECIFICATIONS: CAB /CHASSIS (CONT'D) HYDRAULICS: Hot shift P.T.O. to be transmission mounted with direct mount pump. P.T.O. shall be electrically controlled with controls and warning lights in the cab. f,,& - Sf e G Hydraulic tank to be frame mounted on the Ieft hand side of the chassis with raised breather. r: S 5pec., Hydraulic system to incorporate a safety system so as the second and third two stages of the ejection ram can not be operated unless the tail gate is in the open position. fl s- 5peG Page 17 of 27 CITY OF NEWPORT BE ACH PURCHASING DIVISION RFP No. 4 -22 (2) New, Unused 26-29 Yard Front- Loading Refuse Collection Trucks (CNG) VEHICLE SPECIFICATIONS: BODY (INTRODUCTION) Due to the detailed nature of these vehicles the specifications will be organized by cab /chassis and body. Each page of specifications details will also provide a section entitled "Exceptions" where any and all exceptions to the listed specifications on that page shall be indicated. Any lack of indication of exceptions implies full compliance to the listed specifications. Firms will be held responsible for furnishing vehicles containing the specifications/exceptions as noted at the price(s) indicated on the Pricing Sheet in this bid package so please verify your exceptions carefully. Scope: It is the intent of this specification to describe a hydraulically actuated refuse packer body with the following minimum specifications considered necessary to perform the work assigned and will be the product of a manufacturer which is actively engaged in the production of refuse collection equipment and will include their latest improvements in design and construction. The body s construction and specifications shall be in compliance with the American National Standards Institute (ANSI Z245.1). A work bucket/container will be furnished with each unit. A s - s i>ec. These body specifications are minimum due to the life expectancy of the refuse unit. Bodies must be m4pufactured, assemble and mounted to chassis in the United States. Ar S. - 5 PO G Overview: The body shalt pivot at the rear of chassis and be raised for access to top of chassis by two hydraulic cylinders. The body shall be of a design such that no cutting, welding and/or material modification of a standard chassis frame forward of the rear axle(s) is required to mount the body. The body shall be equipped with a -front loading container handling device capable of engaging, raising, discharging, lowering and disengaging standard square metal containers of one through eight cubic yard size with the operator/driver remaining in the cab of chassis throughout the entire cycle. The body shall be capable of handling brush and trimming collection in addition to residential and commercial refuse collection. P S s pr✓C� The unit being bid must have been demonstrated to the City prior to bid opening. Please contact the Equipment Maintenance Superintendent, Tom Fulton, at 949 - 718 -3464 to coordinate demonstration. Body being bid must not be a prototype and must have a minimum life expectancy of between eight and ten years. A 5 — or ¢ C- A 3 yard container /working bucket will be furnished with the truck Bucket must have a maximum frorrt and right side loading height above around level of 32" inches Left and rear 48 "above ground level. The working container shall be constructed of 1 I eau¢e material and all seams shall be fully welded As, spec, (Is - -,!,i'e(. Page 18 of 27 NEWPORT BEACH PURCHASING DIVISION RCP No. 4 -22 (2) New, Unused 26-29 Yard Front - Loading Refuse Collection Trucks (CMG) VEHICLE SPECIFICATIONS: BODY (CONT'D) BODY AND PACKER DESIGN: • Elliptical design with hydraulic bubble -type rear door, constructed of Hardox 450 steel with a I50,000 P.S.I. tensile strength. The packing mechanism shall have a low 60" packer blade with full follower plate to prevent refuse from spilling behind blade. The low packer blade shall be driven by two (2) 6' /z" bore criss -cross mounted cylinders. IN g. spec - HR 2 pole `f rd ■ Hydraulic Rear Door: Hydraulic actuated bop pivot single rear shell convex door constructed of 1 /8" Hardox 450 high tensile steel. A S - sPec- ■ Packer Blade: Push type "A" frame box with concave face construction with skids to slide in full length guides on body floor (chromium steel on skids). Packer guides must have Hardox wear surfaces. F0SA- V„tP.0 F:�Ott C31r}pe • Packer: o Paoker face plate -1/e" T -I AR steel. A. $ - ¢Pe , Q a er sr es — M steel. iq 9 - SP¢.0 o Packer length - 30„ o Packer width - 80" �� t l `$ � A n C- o Packer height - 60" o Packer guides - 6" x 15.3# channel full length of body o Wear Guides - Hardox wear strips. • Packer Follower: attached to top of packer blade to prevent refuse from collecting in front area of body. (2ul( l^31Ape wt'Tq GoCrc -ou-r To ?. -eeA/ rt20 AA 17.rMpt'-)G- 7!6ewI+D 24i4DC- • Cab Canopy: completely covers cab roof side and top. ' Pe s `6 "C ■ Ladder: located on right side of body, to provide access to roof of refuse body. (a,..p, _ rye c EXCEPTIONS• p4c e- C,11- 5',S" Md&-C& �03Mp4e --MoaJ tueenS �vtt`alAD6� (DUIt'bi LOGICovT To fteVe )f Do PA ?tm& 821•(rNo Blt9p�, Page 19 of 27 CITY OF NEWPORT BEACH. PURCHASING DIVISION RFP No. 4 -22 (2) New, Unused 26 -29 Yard Front- Loading Refuse Collection Trucks (CNG) VEHICLE SPECIFICATIONS: BODY (CONT'D) FRONT LOAD MECHANISM DESIGN: The loader arms shall travel over the cab with a complete cycle time of 14 to 18 seconds. The load mechanism must be capable of dumping one to eight yard containers. The loader assembly shall include standard side forks. A S —spew, FRONT LOAD MECHANISM SPECIFICATIONS: Loader Arms: 8,000 lbs. capacity, rectangular tubing with flat bar straps and reinforcement gussets at comers. Yk S.- spZe. Arm Cross Shaft: cold drawn seamless tubing, bolted on. Mounting — Wall- mounted on front of body A t - spec, ■ Arm Cross Shaft Bearings: two (2) full and one (1) half bronze bushings and internally ground, polished, and grooved for lubrication. F% S - s � G. • Deceleration Valve Up: to allow for maximum operating speeds without driver correction. A S — sPer' • Deceleration Valve Down: to allow for maximum operating speeds on downstroke without operator correction. fit S - s p•• e- • Forks: Standard side pocket forks, side forks to be 6" high x 1 -U4" wide x 51" long, and are to include limit switch to prevent bucket from contacting cab with arms in down position. A tS - —� Pe. e- • Container Stops: tubber pads mounted inside forks at cross shaft. A& —epeC_ N ptti7 t't Page 20 of 27 CITY OF NEWPORT BEACH PURCHASING DIVISION RFP loco. 4 -22 (2) New, Unused 26-29 Yard Front - Loading Refuse Collection Trucks (CNG) VEHICLE SPECIFICATIONS: BODY (CONT'D) HYDRAULIC SYSTEM AND COMPONENTS: ■ Reservoir: 60 gallon capacity with breather cap, shut off valve, and tank drain plug. Unit to be mounted on the left side of the frame A s- sp.e u • Control Valve: commercial Intertech (Shearing) A -35 with built in relief valve. R% -sPe(-- • Power Source: commercial P -75 pump driven through Chelsea constant mesh PTO. A a. - Pe t✓ • PackenEjector Cylinders: two (2) three -stage telescopic, double - acting, all stages chrome A S - S Fe-C • First stage (packing) -61/2" bore • Second stage (ejection) - 5" bore • Third stage (ejection) - 3 %" bore • Stroke -162 3/4" • Hydraulic Controls: Interior controls located on center of doghouse,, operated from left or right side-. nor curbside control position to be detarm-mid-aTri—m-e of construction. ec air pack for packer blade shall be at the same locations. IN S - SP'e?i ■ Electrical Controls: harnessed electrical system, without junction box. N r ■ Auto Pack system with digital display for packer status shall be supplied. EXCEPTIONS: jnF�cLC�.CAAL S. Lies of'3- A'Q'co ��t ��- VLSVA�- 0 " -N 16 0e- MO �t�tt•+c_ t7tsPi� Page 21 of 27 CITY OF NEWPORT BEACH PURCHASING DIVISION RFP No. 4 -22 (2) New, Unused 26 -29 Yard Front- Loading Refuse Collection Trucks (CNG) VEHICLE SPECIFICATIONS: BODY (CONT'D) MISCELLANEOUS: Refuse Container: container of approximately 3 cubic yard capacity to be included with each truck. Container to have a front and right side loading height of 32" and container to measure Off" at the rear and left side. Container to be constructed of 11 gauge material and all seams fully welded. A s - spev • Paint: 6" stripe on body, bumper to be painted yellow, body, arms, and refuse container to be painted blue (DuPont color 77257U). Chassis to be painted black. A- S- .Spec C5 -r'c'�p • Cleanout Doors: two (2) doors to be included at front of body measuring 10" x 31 ". PCS -apeC- • Mid -Body Turn Signals: body to include directional lights mounted at midpoint of body. A s - sp-e.c. • Rear Lighting: tail, brake, and turn signal lights shall be LED. RS -Wec, • Manuals: two Operation and Maintenance Manuals to be included. As - SG ea • Spill Kit: a Spill kit shall be provided and mounted to the truck. As • spec -- EXCEPTIONS: Uo0E Page 22 of 27 CITY OF `%TE)ATP0RT BEACH PURC14ASING DIVISIQN RFP No. 4 -22 (2) Nero, (mused 26 -29 Yard Front - Loading Refuse Collection Trucks (CNG) VEHICLE SPECIFICATIONS: BODY (CONT'D) PAINT: Entire cab and chassis to be primed and painted with " Dupont lmron" or approved equal, Blue # 77257 U. Front bumper and 6 inch side stripe to be painted Yellow # 76556 U, frame to be painted black. Front loader arms, refuse body and lifting container to be painted to match cab. Six inch yellow stripe on refuse body and cab to match existing city refuse fleet. As -3oPy MANUALS: a Two copies of the following manuals shall be provided: a Service Manuals. IN g.. 5 pe C R Parts manuals including all major components, engine and transmission. a Operator's manuals. A S _ SPCC^ Electrical diagrams and hydraulic system schematics. As. -spec Lubrication charts. AS - seec EXCEPTIONS: Page 23 of 27 (UI OF '_'1\JEWP0 T BEAC.H PURCHASING DIVISION RFP No. 4 -22 (2) New, Unused 26 -29 Yard Front- Loading Refuse Collection Trucks (CNG) VEHICLE SPECIFICATIONS: BODY (CONT'D) WARRANTY: • Vendor must provide a single point warranty source for cab, chassis and body within 50 miles of the City of Newport Beach. • Any warranty that has the vehicle out of service for 30 days or more shalt extend the warranty period by the amount of down time. • Cab and chassis shall be guaranteed against defects in material and workmanship for a period of 24 months from the date of delivery. • Engine shall be guaranteed against defects in material and workmanship for a period of 36 months from the date the vehicle is put into service or 75,000 miles, whichever occurs first. • Transmission to be warranted by the manufacture for a minimum of 5 years with unlimited mileage. PRE_BUILD CONFERENCE: • A Pre-build conference must be held at the City of Newport Beach within 30 days of the Purchase Order being issued. EXCEPTIONS: r —12 TSta, -S 2 �1vL C h C as ( C�) Page 24 of 27 PURCHASING DIVISION R F'P No. 4 -22 (2) New, Unused 26 -29 Yard Front- Loading Refuse Collection Trucks (CNG) VEHICLE SPECIFICATIONS: BODY (CONT'D) TRAINING: ■ Vendor shall provide, at no additional cost to the City, qualified instructors to conduct separate mechanic and operator training at the City's corporation yard. ■ Vendor shall provide a minimum of 8 hours Mechanic training on all CNG systems. DELIVERY: ■ Quoted price shall include delivery to: City of Newport Beach Equipment Maintenance Division 592 Superior Ave Newport eac , CA. 92658 LEGALITIES: ■ Each vehicle shall be delivered with a certified weight slip. ■ Contractor shall make all necessary applications and complete all transfer papers including applying for California Exempt "E" license plates. ■ The registered owner shall be: City of Newport Beach 3300 Newport Blvd, Newport Beach CA 92658 Page 25 of 27 EXHIBIT C PURCHASING DIVISION R.PP No. 4 -22 (2) New, Unused 26 -29 Yard Front- Loading Refuse Collection Trucks (CNG) MANUFACTURER'S PARTS & LABOR WARRANTY INFORMATION I . All warranties as provided by the original manufacturer shall be in effect. 2. All support shall be as stipulated in the bid package. 3. All replacement parts shall be new and of the same manufacture as equipment being worked upon. 4. Provide the name of the authorized dealer's facility, address, contact person's name, and phone number for warranty repair and maintenance for the vehicle(s) bid. Authorized Facility Name: Cannunita Fora ruc Sales, Inc. Address: 13443 E. Freeway Dr. gs, Contact: la,eu"es 1G T? Ai-N jq Phone: (562) 921- 1411 x203 INDEPENDENT PRICE DETERMINATION I certify that this bid is made without prior understanding, arrangement, agreement, or connection with any corporation, firm or person submitting a bid for the same materials, supplies, or equipment, and is in all respects fair and without collusion or fraud. I certify that I have not entered into any arrangements or agreement with any City of Newport Beach employee or public officer. I understand that collusive bidding is a violation of State and Federal law and can result in fines, prison sentences, and civil damage awards. I agree to abide by all conditions of the bid and certify that I am authorized to sign this bid for the submitting firm. Company Name: CARMENITA TRUCK CENTER Authorized Signature: /� cam, Date: �! lO r, Page 6 of 27 CORPORATE RE'SOLU►' ►ON TO EXECUTE. BID PROPOSALS RLSO1.VLD. that .lames K. Blakely, Ahose authorized signature is set forth below, is hereb) authorized, directed and empowered to execute Bids and Contracts on behalf of Carmcnita Ford] ruck Sales. Inc., a Delaware corporation. (Signature) r' / I, Robert J 7_apotosky, Secretary of the above named corporation, do hereby certify that the foregoing is a full, true and correct copy of the resolution of the Board of Directors of said corporation adopted at a meeting of said Board of Directors duly and regularly held on the I" day of November, 2007. 1 further certify that said resolution is still in full force and effect and has not been amended or revoked, and that the specimen signature appearing above is the signature of the agent of this corporation authorized to execute Bids and Contracts for and on behalf of this corporation. RESOLVED FURTHER, that all acts and deeds done by such agent of this corporation in entering into, executing, and acknowledging or attesting any of the above referenced documents or in carrying out the terms and intentions of these resolutions are ratified, approved, and confirmed. IN WITNESS WHEREOF, I have hereunto set my hand as Secretary of the above corporation this 2 "a day of November, 2007. Seal: (Secretary) ROBERT J. ZIIPpTOSaY comm. #1660918 a idotary Public - California o Z ' Los Angeles County My Comm. E m Ld 19, 2010