Loading...
FY2023-28 Rebel Strike LLC Vehicle Purchase for Bayside FireKODIAK ISLAND BOROUGH AGREEMENT FOR EQUIPMENT PURCHASE — BAYSIDE FIRE RESPONSE VEHICLE Contract No. 2023-28 THIS AGREEMENT made this by 29 day of November , 2022, between the Kodiak Island Borough, acting by and through its Borough Manager, party of the first part, and Rebel Strike, LLC., hereinafter called the Distributor. WITNESSETH: That the Distributor, for and in consideration of the payment or payments herein specified and agreed to by the party of the first part, hereby covenants and agrees to furnish a FIRE RESPONSE VEHICLE for the Kodiak Island Borough per the Specifications [part of the Contract Documents] for same and for the sum of two hundred forty-seven thousand, two -hundred sixty-four & 00/100 ($247,264.00) Dollars. The Distributor further covenants and agrees that the manufacturing of said Fire Response Vehicle shall be done to the complete satisfaction of the Kodiak Island Borough, subject to inspection at all times and approval by any participating agency of the Government of the United States of America, and in accordance with the laws of the State of Alaska and rules and regulations of said Federal Agency. The Distributor further covenants and agrees that the manufacturing of said Fire Response Vehicle shall be done and performed in the best and most workmanlike manner and that all and every of said materials and labor shall be in strict and entire conformity in every respect with the Specifications. Distributor will abide by and perform all stipulations, covenants, and agreements specified in the Contract Documents, all of which are by reference hereby made a part of this Contract, as to all premises therein. In the case of any said materials or labor shall be rejected by the Borough Manager or his assistant or authorized representative, as defective or unsuitable, then the said materials shall be removed or replaced with other approved materials and the said labor shall be done anew to the satisfaction and the approval of the Borough Manager or his representatives, at the cost and expense of the Distributor. To the fullest extent permitted by law, the Distributor agrees to defend, pay on behalf of, indemnify and hold harmless the Kodiak Island Borough, its elected and appointed officials, employees and volunteers and others working on behalf of the Kodiak Island Borough against any and all claims, demands, suits or loss, including all costs connected therewith, and for any damages which may be asserted, claimed or recovered against or from the Kodiak Island Borough, its elected and appointed officials, employees, volunteers or others working on behalf of the Kodiak Island Borough, by reason of personal injury, including bodily injury or death and/or property damage, including loss of use thereof, which arises out of or is in any way connected or associated with this Agreement. Kodiak Island Borough Equipment Purchase Agreement Contract FY2023-28 Bayside Fire Response Vehicle Procurement Page 1 of 9 The agreement entered into by the acceptance of the Distributor's bid and the signing of this Agreement consists of the following documents all of which are component parts of said Agreement and if not attached, are to be treated as attached. 1. Agreement: Contract FY2023-28 2. Appendix A: Modified Specifications Agreed to by KIB & Rebel Strike LLC. 3. Appendix B: Invitation for Bids In the event of any conflict or inconsistency between any of the foregoing documents, the conflict or inconsistency shall be resolved upon the basis of the numerical order. The document or documents assigned the small number or numbers being controlling over any documents having a larger number in the numerical order set forth above. Expected completion date of the fire truck is June of 2023 conditional upon the arrival of ordered RAM 5500 chassis. The Distributor hereby agrees to receive the prices set forth in the bid as full compensation for delivering the Fire Response Vehicle to complete said Agreement to the satisfaction of the Borough Manager. It is further distinctly agreed that the Distributor shall not assign this contract, or any part thereof or any right to any of the monies to be paid to a third party. Payment for services rendered under this Agreement shall be made by the Kodiak Island Borough within thirty [30] days of delivery, acceptance by the Kodiak Island Borough and invoicing by Distributor. Kodiak Island Borough Equipment Purchase Agreement Contract FY2023-28 Bayside Fire Response Vehicle Procurement Page 2 of 10 IN WITNESS WHEREOF, The Kodiak Island Borough Manager, by authority in him/her vested, has executed this contract on behalf of the Kodiak Island Borough, and the Rebel Strike, LLC. have hereunto set their hands and seals, the day and year first above written. The terms of this agreement shall be being 27 day of A)Q-V , 2022. ACKNOWLEDGMENTS Wherefore the parties have entered into this Agreement the date and year first above written. �J tBy: IS D OUGH: Date: \ ZQ (�'L'�/ Conrad Date- 11118/2022 Interim Borough Manager ATTEST: By: aaa OLivta � i� �r Nova M. Javier Borough Clerk APPROVED AS TO F RM: By : '&t 1144�� Scott A. Brandt -Erichsen Borough Attorney CONTRACTOR: By- A' [Name] Brian Reyburn Rebel Strike, LLC., Owner/Operator Kodiak Island Borough Equipment Purchase Agreement Contract FY2023-28 Bayside Fire Response Vehicle Procurement Page 3 of 10 APPENDIX A MODIFIED SPECIFICATIONS AS AGREED TO BY KODIAK ISLAND BOROUGH & REBEL STRIKE, LLC. GENERAL SPECIFICATION: It is the purpose of this specification to describe a Fire Response Vehicle powered, All/four-wheel drive, crew cab, trailer tow package of the manufacturer's latest current model and design. Unit shall include all standard equipment and accessories as advertised in manufacturer's specification sheet of model offered, unless otherwise specified herein. APPLICATION: General standard Fire Response Vehicle pickup vehicle application. TYPICAL UNITS: Dodge Ram 5500 or Ford F-550 or Equivalent, pre -approved equivalent provided all the following minimum specifications are met. 0 POWER TRAIN: 1 Engine: 1.1.1 Diesel —Standard- Range of 300 mile range minimum 2.0 DRIVE TRAIN: 2.1 Transmission: 2.1.1 Power shift at least six speeds, forward and reverse. 2.2 Axles: 2.2.1 4 -wheel drive 2.3 (Place Holder) 3.0 CHASSIS: 3.1 Operating weight one ton or higher. 3.2 Crew cab, four door 3.3 Tires: 3.3.1 Super Single Tires, dually, or equivalent 3.3.2 Spare Tire with Mounted Wheel: To be same as above with mounted wheel 3.4 Tow package w/ tow technology package or equivalent 3.5 18 HP or greater Wildland Pump (Hale, Waterous, or Darley) 3.5.1 Water and Foam Pumps capable of 100gpm at minimum with foam application 3.5.2 Pump to be Foam Ready out of each line provided. 3.5.4 Foam Cell to be 10 Gallon or greater capacity. 3.5.5 Water tank capacity to be 300 gallons or greater. 3.6 Hose configuration 100' of 1" Wildland Hose 3.7 Aluminum flatbed (Not Steel) 3.8 (Place Holder) 4.0 ELECTRICAL SYSTEM: 4.1 Master electrical switch to cut off all power source from battery to starter and remainder of electrical system with full factory warranty. 4.2 Lighting System: Standard OEM 4.2.1 Compartment spaces to have LED lighting. 4.3 Siren System: OEM for Emergency Services Kodiak Island Borough Equipment Purchase Agreement Contract FY2023-28 Bayside Fire Response Vehicle Procurement Page 4 of 10 4.4 (Place Holder) 5.0 CAB: 5.1 Standard OEM 5.2 Recirculating personnel heater (Minimum 30,000 BTU) and defroster(s). Defroster(s) to be zoned to windshield wiper area(s), minimum. RAM 5500 OEM Heater. 5.3 Front window wipers and washers. OEM motor and intermittent feature on front minimum. 5.4 Sun visors. 5.5 Seating: 4 or more capacity. 5.6 Lockable doors. 5.7 Mirrors standard OEM or greater. 5.8 Horn 5.9 Air Conditioning capability to OEM standard. 5.10 Emergency LED Lighting to NFPA standard. 5.11 Siren, electronic 5.12 (Place Holder) 6.0 INSTRUMENTATION: 6.1 All gauges as noted below shall read in U.S. units of measure (not metric) at time of delivery. 6.2 Gauges and/or indicators, OEM 6.3 Forward Collision warning 6.4 (Place Holder) 7.0 MISCELLANEOUS: 7.1 Key FOB 7.1.1 Three (3) sets of keys, minimum, to be provided. 7.2 Backup Alarm: Electronic, 7.3 Fire decals and emergency lighting to be provided. 7.3.1 Reflective striping 4" 7.4 Paint OEM standard. 7.5 Publications: 7.5.1 To include parts, service, and operator's manuals. 7.6 Heavy duty front bumper or brush guard. 7.7 Front bumper turret with remote control joystick mounted inside the cab. 7.8 (Place Holder) 8.0 SPECIAL TERMS AND CONDITIONS 8.0 DELIVERY: 8.1 Pre -delivery service: Prior to delivery, each vehicle, piece of equipment or attachment shall be serviced and inspected by the dealer or his agent. A certification of this inspection must include the following (as applicable to the type of equipment): 8.1.1 Dealer and vehicle identification 8.1.2 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. 8.1.3 The vehicle's differential and transmission, and other fluid compartments shall be filled to the manufacturer's recommended capacity. 8.1.4 Battery system shall be charged to at least register a full on the gauge, unless restricted by the commercial carrier, when vehicle arrives at the delivery location. Kodiak Island Borough Equipment Purchase Agreement Contract FY2023-28 Bayside Fire Response Vehicle Procurement Page 5 of 10 8.1.5 The vehicle shall be clean and free from defects when delivered and should be ready for immediate and continued use upon delivery. 8.1.6 Units delivered in an incomplete state, or that have deficiencies per the specification, are subject to the damage charges as noted in paragraph below. 9.0 WARRANTY: Shall commence upon acceptance and possession by the Kodiak Island Borough. 9.1 Standard Warranty Package: Unless otherwise stipulated by this contract, the contractor will provide a full warranty. 9.1.1 Full (100%) Parts and Labor Warranty Coverage of all components for the full factory warranty, from the date the unit is placed in service. 9.1.2 Full Warranty Coverage includes all cost of labor, parts, freight of parts or associated tools, transportation and travel, lubricants, miscellaneous cost, etc., to place the unit in like -new condition. 9.1.3 Should the manufacturer's standard warranty exceed the minimum Borough warranty requirements, the manufacturer's warranty will run in conjunction with and enhance the Borough's warranty, then continue for the remainder of its term. 9.2 General Warranty Requirements for all Equipment: 9.2.1 Warranty Exceptions: 9.2.1.1 For clarification, 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. 9.2.2 Warranty on Attachments: Same as Standard Warranty Package. 9.2.3 In -Service Date: 9.2.3.1 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 seasonal 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 requirement for delayed warranty will be provided on delivery orders whenever possible. 9.2.4 Authorized Warranty: For the purpose of this contract, the contractor must meet the following applicable requirements: 9.2.4.1 Contractor must: 9.2.4.1.1 possess a current Alaska Motor Vehicle Dealer License pursuant to AS 08.66.010 through AS 08.66.090, when offering motor vehicles, trailers or semi -trailers, and. 9.2.4.1.2 be a manufacturer(s) authorized warranty service dealer for the unit, a minimum of one year, and. 9.2.4.1.3 have the capability of providing warranty servicing and repair work within the State of Alaska, with an authorized warranty repair facility in Anchorage or Fairbanks, as a minimum. 9.2.4.2 Contractor, if appropriate, shall submit the name, address, Alaska business license of any subcontractor who will provide the warranty servicing and repair work referenced in paragraph above. The contractor must also provide contractual documentation or agreements with the subcontractor ensuring the Borough that the subcontractor will Kodiak Island Borough Equipment Purchase Agreement Contract FY2023-28 Bayside Fire Response Vehicle Procurement Page 6 of 10 provide complete contract performance on behalf of the contractor as set forth in the Bid and verification that the work provided will maintain manufacturer's warranty requirements. 9.2.4.2.1 Approval of all subcontractors must take place prior to the bid opening. 9.2.4.2.2 The use of a subcontractor does not exclude the provisions as noted requirements of the contractor. 9.2.5 Warranty Claims: 9.2.5.1 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 contractor may perform warranty work at the Borough's location or, the Borough, at its discretion, reserves the right to perform the warranty work and be reimbursed by the vendor. 9.2.5.2 The Borough has established a warranty procedure whereby the contractor is to be notified via letter, fax, email, etc. 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. The contractor must notify the Borough immediately that it will begin to perform the warranty work at the equipment location within 48 hours from receipt of written notification. The Borough may, at its discretion, proceed to make warranty repairs with its own workforce in the case of emergency situation or to preclude excessive downtime (greater than 48 hours). 9.2.5.3 Failure to notify the Borough that the contractor intends to begin to perform warranty work promptly under this paragraph, by the end of the business day following the Borough's notification that work is required to be performed, is considered a contractual breach. 9.2.7 Factory Recall: 9.2.7.1 Nationwide factory recall or product update programs are the responsibility of the contractor and/or manufacturer. Because of the remoteness of some equipment this is not always practicable or economical. In such cases, factory recall and modification work will be handled the same as warranty work. Factory recall notices sent to the Borough should, in addition to serial number, include model, year, and dealer from who purchased. 10.0 PUBLICATIONS: 10.1 To include service, parts and operator's manuals. 10.2 All manuals are to be pre -assembled in factory binders prior to delivery. 10.3 Publications are to be received by the Borough not later than 30 days after delivery of the unit. Delivery will not be considered complete until the publications for each unit have been received by the Borough. 10.4 Service Manuals: 10.4.1 Complete set(s), paper books and compact disc if available to include applicable information covering prime unit and attachments: 10.4.1.1 Body, chassis, and electrical 10.4.1.2 Motors, transmission, and differential(s) (service and rebuild) 10.4.1.3 Electrical and Vacuum troubleshooting Kodiak Island Borough Equipment Purchase Agreement Contract FY2023-28 Bayside Fire Response Vehicle Procurement Page 7 of 10 10.4.1.4 Wiring diagrams 10.4.1.5 Service specifications 10.4.1.6 Pump configurations with foam capabilities 10.5 Parts Manuals: 10.5.1 Complete set(s), paper books and electronic format if available to include prime unit and attachments, including updates. If updates are not provided during the one-year warranty period, the Borough will order them from the manufacturer and bill the contractor for the full cost, including shipping. 10.5.2 Parts manuals are to be customized by serial number. 10.6 Operator's Manuals: Complete set(s) to include prime unit and attachments. 10.7 Quantities: Publications, when required, will be ordered on the same Purchase Order as the unit itself. 10.8 Manuals: To be delivered to, and receipt signed by person(s) as noted on the Purchase Order. 10.9 Service Bulletins, etc.: 10.9.1 The contractor 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 contractor or used by the manufacturer in the maintenance and report of the vehicle, equipment or attachments being provided. The intent of this clause is that the Borough be provided notification of any and all changes or improvements that may affect the maintenance, reliability, longevity, and safety of our equipment. 10.9.2 This information will be provided as soon as possible to person(s) as noted on the Purchase Order. 11.0 INSPECTIONS: 11.1 The Borough's inspection of all materials 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 Borough will promptly notify the contractor thereof. Without limiting any other rights of the Borough, the Borough at its option, may require the contractor to: 11.1.1 Repair or replace at contractor's expense, any or all the damaged goods, 11.1.2 refund the price of any or all the damaged goods, or 11.1.3 accept the return of any or all the damaged goods. 11.2 Costs of remedying all defects, indirect and consequential costs of correcting same, and/or removing or replacing any or all the defective materials or equipment will be charged against the contractor. 11.3 The provided detailed Rebel Strike Brush Specification shall be the document utilized for pre -con, final inspection, and shall prevail if any discrepancies exist between the RFP. 12.0 REPLACEMENT PARTS: 12.1 The Borough shall expect the dealer or manufacturer to provide replacement wear parts to the Borough's facilities. 12.1.a Any requests will be addressed immediately and ordered as needed, lead time TBD based on supplier inventory and shipping time. 12.2 Back -order procedures: Back orders are acceptable; however, the ordering shop shall be apprised at time of original orders as to the expected delay in delivery. Kodiak Island Borough Equipment Purchase Agreement Contract FY2023-28 Bayside Fire Response Vehicle Procurement Page 8 of 10 12.3 Warranty: All products supplied by the contractor shall be warranted against defects in materials and workmanship for the full factory warranty, commencing at the time of installation if 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 contractor. 12.3.1 If the manufacturer's warranty exceeds the stated warranty, then manufacturer's warranty supersedes. 12.3.2 Parts Return: Within 12 months of purchase the Borough is to be allowed to return new parts with full refund fewer shipping charges. 12.3.3 Invoicing: Full description of item is required on all invoices, packing lists and billings. Kodiak Island Borough Equipment Purchase Agreement Contract FY2023-28 Bayside Fire Response Vehicle Procurement Page 9 of 10 APPENDIX B INVITATION TO BID Kodiak Island Borough Equipment Purchase Agreement Contract FY2023-28 Bayside Fire Response Vehicle Procurement Page 10 of 10 KODIAK ISLAND BOROUGH BAYSIDE FIRE RESPONSE VEHICLE PROCUREMENT ISSUED: September 2, 2022 INVITATION FOR BIDS The Kodiak Island Borough will receive sealed bids until 2:00 pm (local time), September 30, 2022, for the FIRE RESPONSE VEHICLE PROCUREMENT, Kodiak, Alaska. The scope of work is for a new FIRE RESPONSE VEHICLE or pre -approved equivalent to be used at the BAYSIDE FIRE STATION. The Kodiak Island Borough reserves the right to reject or accept any or all bids. Complete bid documents are available on the Kodiak Island Borough website at www.kodiakak.us. CONTACT PERSON: Lee Finlayson, Fire Chief Bayside Fire and Rescue Kodiak Island Borough 710 Mill Bay Road Kodiak, Alaska 99615 Phone: (907) 486-9343 Fax: (907) 486-9347 Email: Ifinlayson@kodiakak.us Bid Package Available September 2, 2022 SUBMIT BIDS TO: Cashiers Office — Room 104 Kodiak Island Borough 710 Mill Bay Road Kodiak, Alaska 99615 Bids will be received only in the Finance Office and only until the time stated above, at which time they will be publicly opened and read aloud. Bids received after the time stated above will be returned unopened. Bid envelopes must be clearly marked BAYSIDE FIRE RESPONSE VEHICLE PROCUREMENT. Borough Manager Invitation for Bids Bayside Fire Response Vehicle Procurement Page 2 of 15 IMPORTANT BIDDER REGISTRATION FORM Upon receipt of these bid documents, the contractor shall fill out the information below and return to the Kodiak Island Borough in order to provide contact information to receive notification about additional information, addendum and any other information which may impact bid time or quantities. Only registered bidders will receive notifications. Contractor's Contact Information Name of Company: Contact Name: Address: Phone Number: Fax Number: Email: Return this form via fax, email, regular mail, or hand delivered to the following location: Lee A Finlayson, Fire Chief And Copy Patricia Valerio Bayside Fire and Rescue Department Engineering and Faculties Dept. Kodiak Island Borough Kodiak Island Borough 710 Mill Bay Road Phone: 907-486-9343 Kodiak, Alaska 99615-6398 Phone: (616) 4016934 Fax: (907) 486-9347 Email: lfinlayson(c-r�,kodiakak.us Fax: 907-486-9343 Email: pvaleriogkodiakak.us END OF BIDDER REGISTRATION FORM Invitation for Bids Bayside Fire Response Vehicle Procurement Page 3 of 15 I. SCOPE OF WORK The Kodiak Island Borough desires to purchase a new fire response vehicle. Procurement of all specified equipment to include all freight costs to the Kodiak Island Borough Bayside Fire and Rescue, 4606 E Rezanof Dr, Kodiak, Alaska 99615. The fire response vehicle must be received no later than a date to be determined. II. EQUIPMENT SPECIFICATIONS Please see attached Appendix C. III. SCHEDULE AND SUBMISSION 1) Schedule Bid Package Available: September 2, 2022 Sealed Bid Due: September 30, 2022 at 2:00 pm local time Fire Response Vehicle Delivery Deadline: to be determined The Borough reserves the right to make adjustments to the above noted schedule as necessary. 2) Questions Bidders may contact the Borough for clarification and information pertaining to this request for bids. Any requests for information or clarification must be submitted in writing by email to Chief Lee Finlayson at Ifinlayson(a)kodiakak.us with a copy to Patricia Valerio, pvalerio(a)_kodiakak.us before date to be determined at 2:00 pm local time. All written questions and written responses to all questions will be posted on the Borough's web page as Addenda and emailed to all registered bidders. All addenda will be included in contract documents. 3) Bid Submission Bids submitted in response to this Invitation for Bids must meet the specifications set forth herein. Only those bidders providing complete information as required will be considered for evaluation. Any major deviation from these specifications will be cause for rejection of the bids at the Borough's discretion. Invitation for Bids Bayside Fire Response Vehicle Procurement Page 4 of 15 Bids must include the following information: Cover Letter, including: a) Project title b) Name and address of the entity submitting the bid c) Contact person's name, mailing or street addresses, phone and fax numbers and email address d) Submission of the letter will constitute a representation by your firm that your firm is willing and able to perform the commitments contained in the bid. Completed Bid Form and Acknowledgement of Addenda Bidders are required to submit a bid price and acknowledge any issued addenda on the attached Appendix A. Proposed Equipment Bidders are required to provide sufficient documentation to define the equipment being provided in this scope of work. Such documentation may include, but is not limited to detailed vendor quote, vendor catalog sheets, general data sheets, drawings and sketches or specification and warranty information. 4) Submittal One original and one copy of your bid package must be received by the Office of the Borough Finance Office no later than 2:00 P.M. (local time), September 30, 2022. Bid shall be sealed and addressed to: Finance Office — Room 104 Kodiak Island Borough 710 Mill Bay Road Kodiak, Alaska 99615 The outside of the sealed envelope must be identified as: BAYSIDE FIRE AND RESCUE FIRE RESPONSE VEHICLE PROCUREMENT. Late bids sent by facsimile or email will not be accepted. It shall not be sufficient to show that the bid was mailed in time to be received before scheduled closing time, postmarks will not be accepted. IV. TERMS AND CONDITIONS 1) Errors and Omissions Bidders are responsible for reviewing all portions of this Invitation for Bids. Bidders are to promptly notify the Borough, in writing, if the bidder discovers any ambiguity, discrepancy, omission or other error in the Invitation for Bids. Any such notification should be directed to the Borough Invitation for Bids Bayside Fire Response Vehicle Procurement Page 5 of 15 promptly after discovery, but in no event later than seven working days prior to the date for receipt of bids. 2) Contract Bid shall be good for 90 days. A successful bidder will be expected to enter into a written contract with the Kodiak Island Borough prior to the purchase of the equipment. A copy of the standard Kodiak Island Borough Equipment Purchase Agreement is attached as Appendix B. 3) Manufacturer's Name Any manufacturer's name, trade name, brand name, information and catalog numbers used herein are for the purpose of description and establishing general quality levels. References are not intended to be restrictive of any products that manufacturer may offer. The determination as to whether any alternate product or service is equal shall be made by the Kodiak Island Borough and such determination shall be final and binding among all bidders. 4) Specifications Any deviations from bid specifications indicated herein must be clearly stated otherwise it will be considered that items offered are in strict compliance with the specifications, and successful bidders will be held responsible. Deviations must be explained in detail. 5) Placing of Orders The award of this bid does not constitute an order. Before shipments or service provided the bidder must receive a contract approved by the Borough Assembly and signed by the Borough Manager. Invitation for Bids Bayside Fire Response Vehicle Procurement Page 6 of 15 Company Name: Representative Name: Address: City: APPENDIX A BID FORM Title: State: Zip Code: Phone Number: Email address: Total cost of fire response replacement vehicle shall not to exceed 250,000 USD this vehicle should be in the form of Wildland Fire Response Vehicle. Bids should be submitted to the Kodiak Borough Offices, 710 Mill Bay Road, Kodiak Alaska 99615: (if differences exist between the written and printed form, the written form shall prevail) dollars (written) (printed) Bidder is required to acknowledge receipt of all addenda. Provide the number and date of each. Attach additional sheets if necessary. Addendum Number Date I have read and understand the requirements of this Invitation for Bids and agree to comply except as noted below: Submitted by: (Signature of individual listed above) Appendix A: Bid Form Bayside Fire Chief's Response Vehicle Procurement Page 7 of 15 Date: APPENDIX B KODIAK ISLAND BOROUGH EQUIPMENT PURCHASE AGREEMENT' Contract No. THIS AGREEMENT made this by a date to be determined, between the Kodiak Island Borough, acting by and through its Borough Manager, party of the first part, and vendor to be named, hereinafter called the Distributor. WITNESSETH: That the Distributor, for and in consideration of the payment or payments herein specified and agreed to by the party of the first part, hereby covenants and agrees to furnish a FIRE RESPONSE VEHICLE for the Kodiak Island Borough per the Specifications [part of the Contract Documents] for same and for the sum of sixty thousand & 00/100 ($250,000.00) Dollars. The Distributor further covenants and agrees that the manufacturing of said Fire Response Vehicle shall be done to the complete satisfaction of the Kodiak Island Borough, subject to inspection at all times and approval by any participating agency of the Government of the United States of America, and in accordance with the laws of the State of Alaska and rules and regulations of said Federal Agency. The Distributor further covenants and agrees that the manufacturing of said Fire Response Vehicle shall be done and performed in the best and most workmanlike manner and that all and every of said materials and labor shall be in strict and entire conformity in every respect with the Specifications. Distributor will abide by and perform all stipulations, covenants, and agreements specified in the Contract Documents, all of which are by reference hereby made a part of this Contract, as to all premises therein. In the case of any said materials or labor shall be rejected by the Borough Manager or his assistant or authorized representative, as defective or unsuitable, then the said materials shall be removed or replaced with other approved materials and the said labor shall be done anew to the satisfaction and the approval of the Borough Manager or his representatives, at the cost and expense of the Distributor. To the fullest extent permitted by law, the Distributor agrees to defend, pay on behalf of, indemnify and hold harmless the Kodiak Island Borough, its elected and appointed officials, employees and volunteers and others working on behalf of the Kodiak Island Borough against any and all claims, demands, suits or loss, including all costs connected therewith, and for any damages which may be asserted, claimed or recovered against or from the Kodiak Island Borough, its elected and appointed officials, employees, volunteers or others working on behalf of the Kodiak Island Borough, by reason of personal injury, including bodily injury or death and/or property damage, including loss of use thereof, which arises out of or is in any way connected or associated with this Agreement. The agreement entered into by the acceptance of the Distributor's bid and the signing of this Agreement consists of the following documents all of which are component parts of said Agreement and if not attached, are to be treated as attached. 1. Agreement 2. Invitation for Bids 3. Specifications Appendix B: Kodiak Island Borough Equipment Purchase Agreement Bayside Fire Chief's Response Vehicle Procurement Page 8 of 15 In the event of any conflict or inconsistency between any of the foregoing documents, the conflict or inconsistency shall be resolved upon the basis of the numerical order. The document or documents assigned the small number or numbers being controlling over any documents having a larger number in the numerical order set forth above. The Distributor further covenants and agrees that said Fire Response Vehicle shall be furnished and delivered to the satisfaction of the herein aforementioned Borough Manager, on or before DATE TO BE DETERMINED. It is expressly understood and agreed that in case of the failure on the part the Distributor for any reason, except with the written consent of the Borough Manager, to complete the furnishing and delivery of said Fire Response Vehicle before the aforesaid date, the party of the first part shall have the right to deduct from any monies due or which may become due the Distributor, or if no monies shall be due, the party of the first part shall have the right to recover One Hundred Dollars ($ 100) per day for each and every calendar day elapsing between the time stipulated, and the actual date of delivery in accordance with the terms thereof: said deduction to be made, or said sum to be recovered not as penalty, but as liquidated damages. Provided, however, that upon receipt of written notice from the Distributor of the existing causes over which said Distributor has no control and which must delay the delivery of Fire Response Vehicle, the Borough Manager may at his discretion, extend the period herein before specified for the delivery of the said Fire Response Vehicle, and in such case the Distributor shall become liable for said liquidated damages for delays commencing from the date on which said extended period shall expire. The Distributor hereby agrees to receive the prices set forth in the bid as full compensation for delivering the Fire Response Vehicle to complete said Agreement to the satisfaction of the Borough Manager. It is further distinctly agreed that the Distributor shall not assign this contract, or any part thereof or any right to any of the monies to be paid to a third party. Payment for services rendered under this Agreement shall be made by the Kodiak Island Borough within thirty [30] days of delivery, acceptance by the Kodiak Island Borough and invoicing by Distributor. IN WITNESS WHEREOF, The Kodiak Island Borough Manager, by authority in him/her vested, has executed this contract on behalf of the Kodiak Island Borough, and the vendor to be named have hereunto set their hands and seals, the day and year first above written. The terms of this agreement shall be from DATES TO BE DETERMINED. KODIAK ISLAND BOROUGH DISTRIBUTOR la In Borough Manager Title: Attest: By Borough Clerk Appendix B: Kodiak Island Borough Equipment Purchase Agreement Bayside Fire Response Vehicle Procurement Page 9 of 15 APPENDIX C SPECIFICATIONS GENERAL SPECIFICATION: It is the purpose of this specification to describe a Fire Response Vehicle powered, All/four-wheel drive, crew cab, trailer tow package of the manufacturer's latest current model and design. Unit shall include all standard equipment and accessories as advertised in manufacturer's specification sheet of model offered, unless otherwise specified herein. APPLICATION: General standard Fire Response Vehicle pickup vehicle application. TYPICAL UNITS: Dodge Ram 5500 or Ford F-550 or Equivalent, pre -approved equivalent provided all the following minimum specifications are met. 0 POWER TRAIN: 1 Engine: 1.1.1 Diesel —Standard- Range of 300 mile range minimum 2.0 DRIVE TRAIN: 2.1 Transmission: 2.1.1 Power shift at least six speeds, forward and reverse. 2.2 Axles: 2.2.1 4 -wheel drive 2.3 (Place Holder) 3.0 CHASSIS: 3.1 Operating weight one ton or higher. 3.2 Crew cab, four door 3.3 Tires: 3.3.1 Super Single Tires, dually, or equivalent 3.3.2 Spare Tire with Mounted Wheel: To be same as above with mounted wheel 3.4 Tow package w/ tow technology package or equivalent 3.5 18 HP or greater Wildland Pump (Hale, Waterous, or Darley) 3.5.1 Water and Foam Pumps capable of 100gpm at minimum with foam application 3.5.2 Pump to be Foam Ready out of each line provided. 3.5.4 Foam Cell to be 10 Gallon or greater capacity. 3.5.5 Water tank capacity to be 300 gallons or greater. 3.6 Hose configuration 100' of 1" Wildland Hose 3.7 Aluminum flatbed (Not Steel) 3.8 (Place Holder) 4.0 ELECTRICAL SYSTEM: 4.1 Master electrical switch to cut off all power source from battery to starter and remainder of electrical system with full factory warranty. 4.2 Lighting System: Standard OEM 4.2.1 Compartment spaces to have LED lighting. 4.3 Siren System: OEM for Emergency Services Appendix C: Specifications Bayside Fire Response Vehicle Procurement Page 10 of 15 4.4 (Place Holder) 5.0 CAB: 5.1 Standard OEM 5.2 Recirculating personnel heater (Minimum 30,000 BTU) and defroster(s). Defroster(s) to be zoned to windshield wiper area(s), minimum. 5.3 Front window wipers and washers. OEM motor and intermittent feature on front minimum. 5.4 Sun visors. 5.5 Seating: 4 or more capacity. 5.6 Lockable doors. 5.7 Mirrors standard OEM or greater. 5.8 Horn 5.9 Air Conditioning capability to OEM standard. 5.10 Emergency LED Lighting to NFPA standard. 5.11 Siren, electronic 5.12 (Place Holder) 6.0 INSTRUMENTATION: 6.1 All gauges as noted below shall read in U.S. units of measure (not metric) at time of delivery. 6.2 Gauges and/or indicators, OEM 6.3 Forward Collision warning 6.4 (Place Holder) 7.0 MISCELLANEOUS: 7.1 Key FOB 7.1.1 Three (3) sets of keys, minimum, to be provided. 7.2 Backup Alarm: Electronic, 7.3 Fire decals and emergency lighting to be provided. 7.3.1 Reflective striping 4" 7.4 Paint OEM standard. 7.5 Publications: 7.5.1 To include parts, service, and operator's manuals. 7.6 Heavy duty front bumper or brush guard. 7.7 Front bumper turret with remote control joystick mounted inside the cab. 7.8 (Place Holder) SPECIAL TERMS AND CONDITIONS 8.0 DELIVERY: 8.1 Pre -delivery service: Prior to delivery, each vehicle, piece of equipment or attachment shall be serviced and inspected by the dealer or his agent. A certification of this inspection must include the following (as applicable to the type of equipment): 8.1.1 Dealer and vehicle identification 8.1.2 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. 8.1.3 The vehicle's differential and transmission, and other fluid compartments shall be filled to the manufacturer's recommended capacity. 8.1.4 Battery system shall be charged to at least register a full on the gauge, unless restricted by the commercial carrier, when vehicle arrives at the delivery location. Appendix C: Specifications Bayside Fire Response Vehicle Procurement Page 11 of 15 8.1.5 The vehicle shall be clean and free from defects when delivered and should be ready for immediate and continued use upon delivery. 8.1.6 Units delivered in an incomplete state, or that have deficiencies per the specification, are subject to the damage charges as noted in paragraph below. 9.0 WARRANTY: 9.1 Standard Warranty Package: Unless otherwise stipulated by this contract, the contractor will provide a full warranty. 9.1.1 Full (100%) Parts and Labor Warranty Coverage of all components for the full factory warranty, from the date the unit is placed in service. 9.1.2 Full Warranty Coverage includes all cost of labor, parts, freight of parts or associated tools, transportation and travel, lubricants, miscellaneous cost, etc., to place the unit in like -new condition. 9.1.3 Should the manufacturer's standard warranty exceed the minimum Borough warranty requirements, the manufacturer's warranty will run in conjunction with and enhance the Borough's warranty, then continue for the remainder of its term. 9.2 General Warranty Requirements for all Equipment: 9.2.1 Warranty Exceptions: 9.2.1.1 For clarification, 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. 9.2.2 Warranty on Attachments: Same as Standard Warranty Package. 9.2.3 In -Service Date: 9.2.3.1 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 seasonal 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 requirement for delayed warranty will be provided on delivery orders whenever possible. 9.2.4 Authorized Warranty: For the purpose of this contract, the contractor must meet the following applicable requirements: 9.2.4.1 Contractor must: 9.2.4.1.1 possess a current Alaska Motor Vehicle Dealer License pursuant to AS 08.66.010 through AS 08.66.090, when offering motor vehicles, trailers or semi -trailers, and. 9.2.4.1.2 be a manufacturer(s) authorized warranty service dealer for the unit, a minimum of one year, and. 9.2.4.1.3 have the capability of providing warranty servicing and repair work within the State of Alaska, with an authorized warranty repair facility in Anchorage or Fairbanks, as a minimum. 9.2.4.2 Contractor, if appropriate, shall submit the name, address, Alaska business license of any subcontractor who will provide the warranty servicing and repair work referenced in paragraph above. The contractor must also provide contractual documentation or agreements with the subcontractor ensuring the Borough that the subcontractor will provide complete contract performance on behalf of the contractor as Appendix C: Specifications Bayside Fire Response Vehicle Procurement Page 12 of 15 set forth in the Bid and verification that the work provided will maintain manufacturer's warranty requirements. 9.2.4.2.1 Approval of all subcontractors must take place prior to the bid opening. 9.2.4.2.2 The use of a subcontractor does not exclude the provisions as noted requirements of the contractor. 9.2.5 Warranty Claims: 9.2.5.1 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 contractor may perform warranty work at the Borough's location or, the Borough, at its discretion, reserves the right to perform the warranty work and be reimbursed by the vendor. 9.2.5.2 The Borough has established a warranty procedure whereby the contractor is to be notified via letter, fax, email, etc. 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. The contractor must notify the Borough immediately that it will begin to perform the warranty work at the equipment location within 48 hours from receipt of written notification. The Borough may, at its discretion, proceed to make warranty repairs with its own workforce in the case of emergency situation or to preclude excessive downtime (greater than 48 hours). 9.2.5.3 Failure to notify the Borough that the contractor intends to begin to perform warranty work promptly under this paragraph, by the end of the business day following the Borough's notification that work is required to be performed, is considered a contractual breach. 9.2.7 Factory Recall: 9.2.7.1 Nationwide factory recall or product update programs are the responsibility of the contractor and/or manufacturer. Because of the remoteness of some equipment this is not always practicable or economical. In such cases, factory recall and modification work will be handled the same as warranty work. Factory recall notices sent to the Borough should, in addition to serial number, include model, year, and dealer from who purchased. 10.0 PUBLICATIONS: 10.1 To include service, parts and operator's manuals. 10.2 All manuals are to be pre -assembled in factory binders prior to delivery. 10.3 Publications are to be received by the Borough not later than 30 days after delivery of the unit. Delivery will not be considered complete until the publications for each unit have been received by the Borough. 10.4 Service Manuals: 10.4.1 Complete set(s), paper books and compact disc if available to include applicable information covering prime unit and attachments: 10.4.1.1 Body, chassis, and electrical 10.4.1.2 Motors, transmission, and differential(s) (service and rebuild) 10.4.1.3 Electrical and Vacuum troubleshooting 10.4.1.4 Wiring diagrams Appendix C: Specifications Bayside Fire Response Vehicle Procurement Page 13 of 15 10.4.1.5 Service specifications 10.4.1.6 Pump configurations with foam capabilities 10.5 Parts Manuals: 10.5.1 Complete set(s), paper books and electronic format if available to include prime unit and attachments, including updates. If updates are not provided during the one-year warranty period, the Borough will order them from the manufacturer and bill the contractor for the full cost, including shipping. 10.5.2 Parts manuals are to be customized by serial number. 10.6 Operator's Manuals: Complete set(s) to include prime unit and attachments. 10.7 Quantities: Publications, when required, will be ordered on the same Purchase Order as the unit itself. 10.8 Manuals: To be delivered to, and receipt signed by person(s) as noted on the Purchase Order. 10.9 Service Bulletins, etc.: 10.9.1 The contractor 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 contractor or used by the manufacturer in the maintenance and report of the vehicle, equipment or attachments being provided. The intent of this clause is that the Borough be provided notification of any and all changes or improvements that may affect the maintenance, reliability, longevity, and safety of our equipment. 10.9.2 This information will be provided as soon as possible to person(s) as noted on the Purchase Order. 11.0 INSPECTIONS: 11.1 The Borough's inspection of all materials 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 Borough will promptly notify the contractor thereof. Without limiting any other rights of the Borough, the Borough at its option, may require the contractor to: 11.1.1 Repair or replace at contractor's expense, any or all the damaged goods, 11.1.2 refund the price of any or all the damaged goods, or 11.1.3 accept the return of any or all the damaged goods. 11.2 Costs of remedying all defects, indirect and consequential costs of correcting same, and/or removing or replacing any or all the defective materials or equipment will be charged against the contractor. 12.0 REPLACEMENT PARTS: 12.1 The Borough shall expect the dealer or manufacturer to provide replacement wear parts to the Borough's facilities within two (2) working days of order. All other parts must be available within ten (10) working days. 12.2 Back -order procedures: Back orders are acceptable; however, the ordering shop shall be apprised at time of original orders as to the expected delay in delivery. 12.3 Warranty: All products supplied by the contractor shall be warranted against defects in materials and workmanship for the full factory warranty, commencing at the time of installation if 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 contractor. Appendix C: Specifications Bayside Fire Response Vehicle Procurement Page 14 of 15 12.3.1 If the manufacturer's warranty exceeds the stated warranty, then manufacturer's warranty supersedes. 12.3.2 Parts Return: Within 12 months of purchase the Borough is to be allowed to return new parts with full refund fewer shipping charges. 12.3.3 Invoicing: Full description of item is required on all invoices, packing lists and billings. Appendix C: Specifications Bayside Fire Response Vehicle Procurement Page 15 of 15