VARIOUS CITY VEHICLES: SEDANS, TRUCKS, AND UTILITY VEHICLES

Similar documents
City of Portsmouth Portsmouth, New Hampshire Department of Public Works. Bid# Five (5) 2018 Ford Trucks INVITATION TO BID

CITY OF BARTLETT 6400 STAGE ROAD BARTLETT, TENNESSEE 38134

One (1) New Ford F-150 Regular Cab XL Bid No Notice to Bidders

Three (3) New Ford Fusion Sedans Bid No Notice to Bidders

RFQ Fleet Vehicles. The City of Dawson Creek is requesting quotations for the supply and delivery of:

INVITATION TO BID PURCHASING DEPARTMENT P. O. BOX E. CENTRAL AVENUE THIRD FLOOR VALDOSTA, GEORGIA 31601

REQUEST FOR BID For Trucks. Bid Notice

Phenix City Schools BID NO. GF Purchase of Three New Vehicles. Bid Opening Date & Time: January 7, 2019 at 9:00 AM EST

July 15, 2016 NOTICE INVITING BIDS NOTICE TO SUPPLIERS FOR FURNISHING MOTOR VEHICLES

REQUEST FOR BID For Trucks. Bid Notice

A summary of the vehicle to be purchased: Department Type of Vehicle Quantity Stormwater Department One Ton Dual Rear Wheel Dump Truck w/ Bed 1

ADDENDUM No. 1. BID No /15 Chevrolet Silverado Work Trucks

INVITATION TO BID PURCHASING DEPARTMENT P. O. BOX E. CENTRAL AVENUE THIRD FLOOR VALDOSTA, GEORGIA 31601

PURCHASING SPECIFICATION

CITY OF SIMI VALLEY MEMORANDUM

One (1) New Ford E-450 Commercial Cutaway Van with Knapheide KUV High Roof Body Bid No Notice to Bidders

BID FOR A ONE (1) ONE-TON AND A HALF (5500 SERIES) CREWCAB TRUCK WITH DUMP BED. BID OPENING February 15, 2017 AT 10:00 A.M.

Request for Quote # Armored Vehicle for Hammond Police Swat Team

GROTON UTILITIES. INVITATION TO BID ONE (1) x4 SUPER CAB PICKUP TRUCK MARCH 14, :00 P.M. BID PROPOSAL GU 18-Q3

PART A TENDER SUBMISSION

Request for Proposals: (1) 2018 FORD TAURUS SEDAN SE (1) 2018 Ford F-150 XL Regular cab 4x4 (2) 2018 Ford F-150 XL 4x4 Crew Cab 4x4

H OUSTON COUNTY BOARD OF COM M I SSI ONERS

H OUSTON COUNTY BOARD OF COM M I SSI ONERS

REQUEST FOR BID (RFB) # B X4 ONE TON CHASSIS CAB DUALLY POSTING DATE: MARCH 7, 2018

2016 Ford Utility Police Interceptor AWD Contract # 122

MONTEREY PENINSULA REGIONAL PARK DISTRICT BOARD OF DIRECTORS MEETING

REQUEST FOR PROPOSAL TRUCK DRIVER TRAINING TRACTOR AND TRAILER LEASING FOR ILLINOIS VALLEY COMMUNITY COLLEGE PROPOSAL # RFP2016-P02

2018 FORD F-250 XL 4X2 PICK UP Contract# 142

INVITATION TO BID. January 10, 2018

Department of Finance Purchasing Department INVITATION TO BID

BOCC MEETING TRANSMITTAL. #4 - Effective and Responsive Government. Consent. Ongoing

ONE (1) CURRENT MODEL YEAR REGENERATIVE AIR TYPE STREET SWEEPER MOUNTED ON CONVENTIONAL CAB BID NO

CITY OF PORTSMOUTH PURCHASING DEPARTMENT PORTSMOUTH, NEW HAMPSHIRE. Annual Fuel Bid - #01-18 INVITATION TO BID

CONTRACT DOCUMENTS TOWING SERVICES BOROUGH OF CARLISLE 53 W. SOUTH STREET CARLISLE, PENNSYLVANIA (717)

Request for Bids Medium Duty Truck Cab & Chassis, and Equipment

2017 Ford Interceptor Sedan Police Package AWD Contract#154

TENDER 2019 OR 2020, ONE AND A HALF TON EXTENDED DOUBLE CAB/CHASSIS, 4X4, DUMP BODY TRUCK

REQUEST FOR PROPOSAL FOR CITY OF PARSONS 2018 CLEAN TENNESSEE ENERGY GRANT FIVE (5) CNG FUELED VEHCILES FORM OF BID A

INVITATION TO BID. Should you need clarification on any item, please contact Berley Mears, Public Works Director at

BID FOR ONE (1) 1 TON CREW CAB TRUCK WITH SERVICE BODY OPENING APRIL 11, 2019 AT 10:00 A.M.

Town of Digby. Tender Equipment Purchase 4 WD One Ton Truck CONTENTS

TENDER HALF TON PICKUP TRUCK, 4x4

EQUIPMENT PURCHASE PUBLIC WORKS VEHICLE TENDER CONTENTS. Tender Call General Instructions General Requirements Specifications...

CITY OF ALHAMBRA NOTICE INVITING BIDS NO. N2M16-144

Invitation for Bid # Tandem Axle Dump Truck

Invitation to Bid NEW FOUR WHEEL DRIVE EXTENDED CAB PICKUP TRUCK

RFP Agricultural Tractors (AG tractor) SCOPE OF THE PROPOSAL

INVITATION TO BID (ITB)

ADDENDUM NO. 1. April 6, Project: Gas and Diesel Bid for School System Stations

TENDER. 2017, THREE QUARTER (3/4) TON PICKUP TRUCK, 4x4

City of Lewiston Finance Department Allen Ward, Purchasing Agent

CITY OF DOUGLAS BID PACKAGE NEW SPECIFIED 2019 HALF-TON 4X4 PICKUP TRUCK

CITY OF DUBUQUE VEHICLE BID BID DATE: 08/26/2016 BID DUE DATE: 09/12/2016 PURCHASING COORDINATOR'S OFFICE FINANCE DEPARTMENT 50 WEST 13TH STREET

SPECIFICATIONS AND BID FORM FOR ONE NEW SIX WHEEL DRIVE ARTICULATED MOTOR GRADER WITH SNOW GATE. Street Department

HALIFAX REGIONAL MUNICIPALITY (HRM) One (1) Loader Mounted Snow Blower TENDER # T Page 1

Town of South Windsor, Connecticut. Police Department

INVITATION TO BID FUEL PRODUCTS

INVITATION TO BID (ITB)

Dubuque Community School District SPECIFICATIONS BID FORM AND TIME AND PLACE OF FILING

VIRGINIA SHERIFFS ASSOCIATION

2019 FORD F-350 XL 4X2 PICK UP Contract# 143

2019 FORD F-250 XL 4X2 PICK UP Contract# 142

REVISED REQUEST FOR QUOTATIONS FOR PRINTING SERVICES Food and Nutrition Technical Assistance Project III (FANTA)

May 11, 2018 On or before 2:00pm

2019 FORD F-350 XL 4X2 CHASSIS CAB Contract# 184

City of Hammond Purchasing Department RFP # General Maintenance and Repair Service Contract City Generators

Request for Proposal (RFP) For New 2014 Full Size 4-Door Crew Cab Pickup Truck

City Business Registration Number Signature Title

CITY OF DIXON, CALIFORNIA CITY ENGINEER / PUBLIC WORKS DEPARTMENT, WASTEWATER DIVISION SOLANO COUNTY, CALIFORNIA BID SPECIFICATIONS

2018 Golf Cart Lease Sunset Valley Golf Club

Bartlesville Police Department CITY OF BARTLESVILLE, OKLAHOMA BID SPECIFICATIONS FOR Police Pursuit SUV Bid#

SOMERSET BOROUGH TECHNICAL SPECIFICATIONS FOR A USED 1-TON STYLE DUMP BODY TRUCK

TENDER. 2017/2018 HALF TON PICKUP TRUCK, EXTENDED CAB, 4x4

INVITATION TO BID Fort Morgan Golf Course Golf Carts

CITY OF KYLE, TEXAS INVITATION FOR BID (IFB) NO: PM

REQUEST FOR BIDS (RFB) # (1) NEW X4-3/4 TON EXTENDED CAB PICKUP TRUCK WITH LIFT GATE POSTING DATE: MARCH 7, 2018

Request for Proposal. Articulated Loader

NORTH CAROLINA SHERIFFS ASSOCIATION

City of Glasgow Police Patrol Vehicle Lease/Purchase

FORD UTILITY POLICE INTERCEPTOR FORD UTILITY POLICE INTERCEPTOR

Houston County Purchasing Department

2019 FORD F-250 XL 4X2 PICK UP Contract# 178

FLORIDA SHERIFFS ASSOCIATION, FLORIDA FIRE CHIEFS ASSOCIATION, & FLORIDA ASSOCIATION OF COUNTIES

2019 FORD F-550 XL 4X2 CHASSIS CAB Contract# 146

2018 Ford Utility Police Interceptor AWD Contract # 152

TENDER 2018 OR 2019, ONE AND A HALF TON CAB/CHASSIS, 4X4, DUMP BODY TRUCK

INVITATION TO BID SPECIFICATIONS & INSTRUCTIONS FOR:

2017 Ford Utility Police Interceptor AWD Contract # 152

PARISH OF JEFFERSON CONTRACT #

CITY OF CORALVILLE th Street, Coralville, IA

One (1) Current Model Year Cab/Chassis with Chipper Body and Articulating Crane Mounted Bid No Notice to Bidders

2019 Ford Transit Connect Cargo Van

City of Mt. Pleasant, Michigan CONTRACT DOCUMENTS. For HEAVY DUTY TRUCKS. SHARON TILMANN Mayor. NANCY RIDLEY City Manager

NOTICE OF REQUEST FOR QUOTATIONS FOR A NEW 10,000 LB GVW REGULAR CAB SINGLE REAR WHEEL TRUCK WITH CTEC 9 LONG GENERAL PURPOSE DUMP STAKE BODY

Everything You Need! Phone , Ext. 229

2014 Chevrolet Express Cargo Van 2500 RWD 135 or Equivalent Model. Bids Due MAY 19, :00PM

CITY OF DIXON, CALIFORNIA CITY ENGINEER / PUBLIC WORKS DEPARTMENT, WASTEWATER DIVISION SOLANO COUNTY, CALIFORNIA BID SPECIFICATIONS

City of Glasgow Department of Public Works Purchase of (1) 2013 White Rear Load Garbage Truck

BID. To the Caddo-Bossier Parishes Port Commission, Shreveport, Louisiana

CITY OF TACOMA ENVIRONMENTAL SERVICES DEPARTMENT

Transcription:

CITY OF MENLO PARK STATE OF CALIFORNIA REQUEST FOR PROPOSALS FOR VARIOUS CITY VEHICLES: SEDANS, TRUCKS, AND UTILITY VEHICLES Proposal Submittals: Responses must be submitted to by Wednesday, June 6, 2018 by 3:00 p.m.: Mail delivery/ Hand Delivery, FedEx, UPS, other City of Menlo Park Engineering Division Title: VARIOUS CITY VEHICLES: SEDANS, TRUCKS, AND UTILITY VEHICLES 701 Laurel St. Menlo Park, CA 94025 Telephone: (650) 330-6740 Fax No: (650) 327-5497 Schedule of Events Issue Proposal Date: Tuesday, May 22, 2018 Questions Due: Friday, May 25, 2018 Answers to Questions Due: Thursday, May 31, 2018 Proposals Due Date: Wednesday, June 6, 2018 by 3:00 p.m. The City of Menlo Park reserves the right to change the Schedule of Events without prior notice or responsibility to Bidders. It shall be the bidder s sole responsibility to check the City s website on a consistent basis for changes. Website address: www.menlopark.org/bids

Contents 1. INTRODUCTION...3 2. PROPOSAL SUBMISSION INSTRUCTIONS...3 3. INQUIRIES...3 4. SPECIFICATIONS...4 5. BIDDER SUMMARY SHEET...7 6. REFERENCES...8 7. ACKNOWLEDGEMENT AND SIGNATURE OF AUTHORIZATION... 29 8. CONTRACT TERM... 30 9. CONTRACT EXTENSION... 30 10. CONTRACT TERMINATION... 30 11. REQUIRED FORMS... 30 12. SELECTION CRITERIA... 30 13. RESERVATION OF RIGHTS... 31 14. TERMS AND CONDITIONS... 31 15. DEFINITIONS... 33 2

1. INTRODUCTION The City of Menlo Park is soliciting sealed proposals from authorized dealerships for the purchase and delivery of new various vehicles, as specified herein. 2. PROPOSAL SUBMISSION INSTRUCTIONS Proposals must be submitted in a sealed package, clearly marked with the bid title: VARIOUS CITY VEHICLES: SEDANS, TRUCKS, AND UTILITY VEHICLES Proposals received after the due date and time specified in the Schedule of Events will not be accepted. Proposals submittals must include: One (1) original; One (1) copy; One (1) CD or flash drive Proposals submitted by telephone, e-mail, or fax will be rejected. In the event that only one response is received, the City reserves the right to cancel the Proposal, return the unopened response to the Bidder, and re-advertise. Proposals must be received in the Engineering Division in accordance with the published Schedule of Events and delivered to the following location: Mail delivery/ Hand Delivery, FedEx, UPS, other City of Menlo Park Title: Various City Vehicles: Sedan, Trucks, and Utility Vehicles Bid Engineering Division 701 Laurel St. Menlo Park, CA 94025 Proposals that are received by the due date Wednesday, June 6, 2018 by 3:00 p.m. will be publicly opened and announced. It shall be the Bidder s sole responsibility to check the City s website on a regular basis for award notices. Award notices are posted to the City s website after Council approval. Bidders will not receive any additional contact from the City regarding bid s award. 3. INQUIRIES Bidders must carefully examine the Proposals document and any addenda that may be posted on the City s website and seek clarification of any ambiguity, conflict, or omission. Questions must be submitted by email to daweber@menlopark.org by Friday, May 25, 2018, see the Schedule of Events for deadlines. If an answer materially affects the Proposal, the information will be incorporated into a document titled answers to questions and distributed to all bidders on Thursday, May 31, 2018 via the City s website. 3

Bidders will not receive any additional contact from the City regarding addenda. Prior to the proposal due date and time, it shall be the bidder s sole responsibility to check the City s website on a regular basis to determine if any addenda have been posted. All questions related to this bid must be directed to Don Weber, Fleet Supervisor at (650) 330-6790, via e-mail to daweber@menlopark.org, or by fax to (650) 327-5497. 4. SPECIFICATIONS A. NEW VEHICLES: All vehicles furnished to the City of Menlo Park shall be new factory standard unless otherwise stated herein, and shall not have been operated prior to delivery to the City. Vehicles shall come equipped with all standard factory fittings, trim and accessories, unless otherwise noted in the specifications. Vehicles shall not have been used as demonstrators, or for any other prior service. B. VEHICLE REGISTRATION: The City will complete and file all necessary applications and transfer of ownership documents, and apply for exempt license plates. The contractor shall provide all required documentation for registration. The registered owner shall be shown exactly as follows on all forms where the registered owner is listed: City of Menlo Park, 701 Laurel Street, Menlo Park, CA 94025. C. MANUALS: One (1) complete set of parts and shop/service manual will be provided for each type of vehicle ordered; manuals on CD are acceptable. D. KEYS: Three (3) sets of ignition and door keys required, and if equipped, two (2) keyless-entry remotes. E. WARRANTY: The manufacturer's regular new Vehicle Warranty shall apply to vehicles within this bid, and shall be honored by all franchised dealers within Northern California. The Manufacturer s regular new vehicle warranty shall apply to all vehicles procured against this specification. This warranty shall be honored by all franchised dealers of the vehicle within the State of California. The City s established preventive maintenance procedures and practices shall be acceptable to the manufacturer s prescribed procedures which is a part of the warranty. A warranty certificate and/or card shall be supplied with each vehicle delivered. F. DELIVERY: Vehicles shall be delivered to City of Menlo Park Corporation Yard, 333 Burgess Drive, Menlo Park, CA 94025. 4

G. QUALITY ASSURANCE PROVISIONS: Prior to delivery, each vehicle shall be completely inspected and serviced by the delivering dealer and/or the manufacturer s standard pre-delivery service. A checklist shall be completed for the vehicle, signed by a representative of the organization performing the inspection/service and delivered with the vehicle. In the event deficiencies are detected, the vehicle will be rejected and the delivering dealer will be required to make the necessary repairs, adjustments or replacements. Payment and/or the commencement of a discount period (if applicable) will not be made until defects are corrected and the vehicle re-inspected and accepted. Alternately, if the vehicle is inspected after delivery and rejected because of deficiencies, it shall be the dealer s responsibility to pick up the vehicle, make the necessary corrections and re-deliver the vehicle for re-inspection and acceptance. H. SPECIFICATION WORKSHEETS: The Specifications Worksheet is a requirement and must be submitted with the Bidder s response. The Worksheet is used to identify the Bidder s compliance to, or exceptions from the published specifications stated herein. Failure to complete and submit this Worksheet with the Proposal response will render the Proposal non-responsive, and will not be considered for award. Any exceptions to the published specifications must be clearly identified and described in detail using the space provided herein. 5

Proposal to submit THE FOLLOWING FORMS ARE REQUIRED TO BE SUBMITTED WITH PROPOSAL 6

Proposal to submit 5. BIDDER SUMMARY SHEET Bidder s Name: Bidder s Address: Bidder s Main Telephone Number: Fax Number: Contact (person responsible for answering questions related to the Proposal response): Name: Title: Telephone Number: Fax: Email: Management Contact (person responsible for making contract decisions): Name: Title: Telephone Number: Fax: Email: Contract/Account Manager (Person responsible for the day-to-day servicing of the Contract/Account): Name: Title: Telephone Number: Fax: Email: 7

Proposal to submit 6. REFERENCES 1. Company s Name Address City State Zip Telephone Email Numbers of years goods or services were provided or are currently provided: 2. Company s Name Address City State Zip Telephone Email Numbers of years goods or services were provided or are currently provided: 3. Company s Name Address City State Zip Telephone Email Numbers of years goods or services were provided or are currently provided: 8

COMPLY YES NO BID ITEM #1 2019 FORD FOCUS SE 5 DOOR HATCHBACK CODE Manner in which item does not meet City Specifications, please indicate the deviation on the manufacturer s specifications sheet, or in an attached letter, if more space is needed. 5 Door Hatchback P3K 2.0L Ti-VCT Engine 992 Transmission, 6 Speed 44W Ext. Oxford White YZ Charcoal Interior YW 50 State Emission system 425 Equipment Group 200A Daytime Running Lamps 942 Reverse Sensing 60R All Weather Mats, Cargo 47P Protection Tires P215/55HR16 Projected delivery date after awarded: All other Standard and Safety Equipment Included With No Deletions Bid Item # 1 Engine Option Gas Option Quantity Bid Price Doc Fee Tire Fee Three (3) sets of keys 8.75% Sales Tax Delivery Fee Total Price for one (1) vehicle Total Price for one (1) vehicle price in words 2019 FORD FOCUS SE 5 DOOR HATCHBACK In case of discrepancy between an item price in words and the price in figures, the price in words shall prevail. *Please note prices will be valid for 90 days from bid opening date. Any and All options ordered with factory option codes shall be installed by factory and shall be covered under warranty by all factory owned and franchise dealers. 9

COMPLY YES NO BID ITEM #2 2019 FORD F-350 SUPER DUTY, XL, 4X4, SRW, REGULAR CAB, CAB/CHASSIS CODE Manner in which item does not meet City Specifications, please indicate the deviation on the manufacturer s specifications sheet, or in an attached letter, if more space is needed for 2019, F-350 Reg. Cab, SRW, 4X4, 60 inch CA Exterior, Oxford White F3F Z1 Medium Gray AS Basic 630A 50 State Emissions 425 6.2L Flex Fuel 996 6 - Speed Auto Trans 44P 3.73 Rear Axle X37 11,000# Payload Pkg. Tires LT245/75Rx17E BSW TBM Argent Painted Steel 64K Wheels 145 Inch Wheelbase 145 Daytime Running Lamps 942 SYNC 585 Trailer Brake Controller 52B Back Up Camera 872 Back-Up Alarm CHMSL 76C 59H Full Size Spare/Jack 512 10

COMPLY YES NO CONTINUED BID ITEM #2 2019 FORD F-350 SUPER DUTY, XL, 4X4, SRW, REGULAR CAB, CAB/CHASSIS CODE 4 Ton Jack 61J Warning Strobes Running Boards (black) COV required Priced DORA 91S 18B 79V C09 Manner in which item does not meet City Specifications, please indicate the deviation on the manufacturer s specifications sheet, or in an attached letter, if more space is needed for Projected delivery date after awarded: All other Standard and Safety Equipment Included With No Deletions Bid Item # 2 Engine Option Gas Option Quantity Bid Price Doc Fee Tire Fee Three (3) sets of keys 8.75% Sales Tax Delivery Fee Total Price for one (1) vehicle Total Price for one (1) vehicle price in words 2019 FORD F-350 SUPER DUTY, XL, 4X4, SRW, REGULAR CAB, CAB/CHASSIS In case of discrepancy between an item price in words and the price in figures, the price in words shall prevail. *Please note prices will be valid for 90 days from bid opening date. Any and All options ordered with factory option codes shall be installed by factory and shall be covered under warranty by all factory owned and franchise dealers. 11

COMPLY BID ITEM #3 YES NO 2019 FORD F-350, XL, 4X2, SRW, SUPER DUTY, REGULAR CAB, CAB/CHASSIS 2019, F-350 Reg. Cab, SRW, 4X2, 60 inch CA Exterior, Oxford White Medium Gray Basic CODE F3E Z1 AS 630A Manner in which item does not meet City Specifications, please indicate the deviation on the manufacturer s specifications sheet, or in an attached letter, if more space is needed for 50 State Emissions 425 6.2L Flex Fuel 996 6 - Speed Auto Trans 44P 3.73 Rear Axle X37 11,000# Payload Pkg. Tires LT245/75Rx17E BSW Argent Painted Steel Wheels TBM 64K 145 Inch Wheelbase 145 Daytime Running Lamps 942 SYNC 585 Trailer Brake Controller 52B Back Up Camera 872 Back-Up Alarm CHMSL 76C 59H Full Size Spare/Jack 512 4 Ton Jack 61J 12

COMPLY YES NO CONTINUED BID ITEM #3 2019 FORD F-350, XL, 4X2, SRW, SUPER DUTY, REGULAR CAB, CAB/CHASSIS CODE Manner in which item does not meet City Specifications, please indicate the deviation on the manufacturer s specifications sheet, or in an attached letter, if more space is needed for Warning Strobes Running Boards (black) COV required Priced DORA 91S 18B 79V C09 Projected delivery date after awarded: All other Standard and Safety Equipment Included With No Deletions Bid Item # 3 Engine Option Gas Option Quantity Bid Price Doc Fee Tire Fee Three (3) sets of keys 8.75% Sales Tax Delivery Fee Total Price for one (1) vehicle Total Price for one (1) vehicle price in words 2019 FORD F-350, XL, 4X2, SRW, SUPER DUTY, REGULAR CAB, CAB/CHASSIS In case of discrepancy between an item price in words and the price in figures, the price in words shall prevail. *Please note prices will be valid for 90 days from bid opening date. Any and All options ordered with factory option codes shall be installed by factory and shall be covered under warranty by all factory owned and franchise dealers. 13

COMPLY YES NO BID ITEM #4 2019 FORD SUPER DUTY, F-350, XL, 4X2, DRW, SUPER CAB, CAB/CHASSIS CODE Manner in which item does not meet City Specifications, please indicate the deviation on the manufacturer s specifications sheet, or in an attached letter, if more space is needed for 2019, F-350 Super Cab, DRW, X3G 4X2, 60 inch CA Exterior, Oxford White Z1 Medium Gray AS Basic 640A 50 State Emissions 425 6.2L Flex Fuel 996 6 - Speed Auto Trans 44P 3.73 Rear Axle X37 14,000# Payload Pkg. STDGV Tires LT245/75Rx17E BSW Argent Painted Steel Wheels 168 Inch Wheelbase TBM 64K 168 Daytime Running Lamps 942 SYNC Trailer Brake Controller 585 52B Back Up Camera 872 Back-Up Alarm CHMSL Full Size Spare/Jack 4 Ton Jack 76C 59H 512 61J 14

COMPLY YES NO CONTINUED BID ITEM #4 2019 FORD SUPER DUTY, F-350, XL, 4X2, DRW, SUPER CAB, CAB/CHASSIS CODE Manner in which item does not meet City Specifications, please indicate the deviation on the manufacturer s specifications sheet, or in an attached letter, if more space is needed for Warning Strobes Running Boards (black) COV required Priced DORA 91S 18B 79V C09 Projected delivery date after awarded: All other Standard and Safety Equipment Included With No Deletions Bid Item # 4 Engine Option Gas Option Quantity Bid Price Doc Fee Tire Fee Three (3) sets of keys 8.75% Sales Tax Delivery Fee Total Price for one (1) vehicle Total Price for one (1) vehicle price in words 2019 FORD SUPER DUTY, F-350, XL, 4X2, DRW, SUPER CAB, CAB/CHASSIS In case of discrepancy between an item price in words and the price in figures, the price in words shall prevail. *Please note prices will be valid for 90 days from bid opening date. Any and All options ordered with factory option codes shall be installed by factory and shall be covered under warranty by all factory owned and franchise dealers. 15

COMPLY YES NO BID ITEM #5 2019 FORD ESCAPE CODE Escape S FWD Equipment Group Oxford White Steel Wheels w/covers Cargo Protector Splash Protectors UOF 100A YZ 50Q 63S Daytime Running Lights 942 Privacy Glass 924 Reverse Sensing 60S All Weather Mats 50C Cargo Mat 50Q Interior Cargo Cover 85T Priced DORA C09 Projected delivery date after awarded: All other Standard and Safety Equipment Included With No Deletions Manner in which item does not meet City Specifications, please indicate the deviation on the manufacturer s specifications sheet, or in an attached letter, if more space is needed. Bid Item # 5 Engine Option Gas Option Quantity Bid Price Doc Fee Tire Fee Three (3) sets of keys 8.75% Sales Tax Delivery Fee Total Price for one (1) vehicle Total Price for one (1) vehicle price in words 2019 FORD ESCAPE In case of discrepancy between an item price in words and the price in figures, the price in words shall prevail. *Please note prices will be valid for 90 days from bid opening date. Any and All options ordered with factory option codes shall be installed by factory and shall be covered under warranty by all factory owned and franchise dealers. 16

COMPLY BID ITEM #6 YES NO 2019 FORD, B&W POLICE UTILITY INTERCEPTOR CODE Manner in which item does not meet City Specifications, please indicate the deviation on the manufacturer s specifications sheet, or in an attached letter, if more space is needed. Police Utility Interceptor K8A California Emissions 422 3.7L V6 FFV Engine 99R Six Speed Transmission Column 44C Shifter 500A Equipment Group 500A Shadow Black G1 Black Cloth Front Bucket Seats, 9W Vinyl Rear Seat Sync 53M Level IV Front, Driver / Passenger 90G Ballistic Door Panels Two Tone Vinyl Package, White 91A roof, Front/Rear Vinyl Doors Unity LED Driver/Passenger Spot 51S Lamps Rear View Camera 87R Police Engine Idle 47A Pre Wire Siren, LED 60A LED Mirror Mount 63B Headlamp Light Solution 66A Side Marker LED lamps 63L Rear Lighting Solution 66C Rear Sensing 76R Front Warning Auxiliary Lamps 21L Forward Indicator Pocket Lamps 21W Red/White Dome Lamp 17T Dark Car Feature, Disables 43D Courtesy Lamps Aux Air Conditioner 17A Keyed Alike 1284X 59B Door Lock Plunger Hidden/rear Door Locks Inoperable 52P Rear Window Power Switch Delete 18W Front License plate bracket 153 Noise Suppression Bonds 60R Dark Car Feature 43D Priced DORA C09 Projected delivery date after awarded: All other Standard and Safety Equipment Included With No Deletions 17

Bid Item # 6 Engine Option Gas Option Quantity Bid Price Doc Fee Tire Fee Three (3) sets of keys 8.75% Sales Tax Delivery Fee Total Price for one (1) vehicle Total Price for one (1) vehicle price in words 2019 FORD, B&W POLICE UTILITY INTERCEPTOR In case of discrepancy between an item price in words and the price in figures, the price in words shall prevail. *Please note prices will be valid for 90 days from bid opening date. Any and All options ordered with factory option codes shall be installed by factory and shall be covered under warranty by all factory owned and franchise dealers. 18

COMPLY BID ITEM #7 YES NO 2019 (STERLING GREY) POLICE UTILITY INTERCEPTOR CODE Manner in which item does not meet City Specifications, please indicate the deviation on the manufacturer s specifications sheet, or in an attached letter, if more space is needed. Police Interceptor Utility K8A 3.7L V6 FFV Engine 99R Six Speed Transmission Includes 44C Column Shifter 500A Equipment Group 500A Sterling Grey UJ Keyed Alike 1284X 59B Level IV Ballistic Panels Driver/Passenger Forward Indicator Pocket Lamps 90G 21W Black Cloth Front Bucket Seats, 9W Vinyl Rear Seat Interior Windshield Lighting 96W Rear Lighting Solution 66C Rear View Camera 87R Aux Air Conditioner 17A Dark Car Feature, Disables 43D Courtesy Lamps Red/White Dome Lamp 17T Rear Sensing 76R Headlamp Light Solution 66A Badge Delete 16D Side Marker LED Lamps 63L Front Warning Aux. Lamps 21L Pre Wire Siren, LED 60A Noise Suppression Bonds 60R Sync 53M Front License Plate Bracket 153 California Emissions 422 Priced DORA C09 Projected delivery date after awarded: All other Standard and Safety Equipment Included With No Deletions 19

Bid Item # 7 Engine Option Quantity Bid Price Doc Fee Tire Fee Three (3) sets of keys 8.75% Sales Tax Delivery Fee Total Price for one (1) vehicle Total Price for one (1) vehicle price in words 2019 (STERLING GREY) POLICE UTILITY INTERCEPTOR In case of discrepancy between an item price in words and the price in figures, the price in words shall prevail. *Please note prices will be valid for 90 days from bid opening date. Any and All options ordered with factory option codes shall be installed by factory and shall be covered under warranty by all factory owned and franchise dealers. 20

COMPLY YES NO BID ITEM #8 2019 POLICE SEDAN INTERCEPTOR CODE Sedan Interceptor AWD P2M 3.7L 99K Six-Speed Auto. Trans 44J Interior Upgrade / Street 12P Front Lighting Solution 661 Tail Lamp Lighting Solution 662 Rear Lighting Solution 663 Pre Wiring Grille / Siren 51G Badge Delete 19D Aluminum Wheels 642 Rear View Camera 77B Sync 47J or 3M Manner in which item does not meet City Specifications, please indicate the deviation on the manufacturer s specifications sheet, or in an attached letter, if more space is needed. 1 st & 2 nd Row Carpet 17I Power Pass. Seat 61P Keyed Alike 1284X 43B Lockable Fuel Cap 98K Police Engine Idle 18S 100 Watt Siren Speaker 96P Trunk Storage Vault 19T 50 State Emissions 425 Front / Rear Cloth Seats CW Reverse Sensing 76R RKE Fobs 60V Front Lic. Plate Bracket 153 Silver Gray, 1 each TN Four Vehicles Sterling Gray, 1 each UJ Four Separate Exterior Colors Blue, 1 each FT Kodiak Brown, 1 each J1 Projected delivery date after awarded: All other Standard and Safety Equipment Included With No Deletions 21

Bid Item # 8 Engine Option Gas Option Quantity Bid Price Doc Fee Tire Fee Three (3) sets of keys 8.75% Sales Tax Delivery Fee Total Price for one (1) vehicle Total Price for one (1) vehicle price in words 2019 POLICE SEDAN INTERCEPTOR In case of discrepancy between an item price in words and the price in figures, the price in words shall prevail. *Please note prices will be valid for 90 days from bid opening date. Any and All options ordered with factory option codes shall be installed by factory and shall be covered under warranty by all factory owned and franchise dealers. 22

COMPLY BID ITEM #9 CODE YES NO 2019 FULL SIZE TRANSIT (CARGO) VAN Transit 250, 9000 GVWR, Low Roof and R2Y sliding door Engine, 3.7L Flex Fuel V-6 99M Transmission, 6 Speed Automatic 446 Manner in which item does not meet City Specifications, please indicate the deviation on the manufacturer s specifications sheet, or in an attached letter, if more space is needed. Trim Level 101A 235/65R16 BSW Tires Exterior, Oxford White YZ Mirrors, Power 541 Back up Camera 61C Reverse Sensing System Back Up Alarm 43R 43B H.D. Alternator 63C Running Board 68H Rear Axle Ratio 3.73 X73 2 Way Manual Pewter Seats 21B Interior, Pewter VK Spare Tire and Wheel 51D Trailer Tow Pkg. 53B Two Additional, 4 Total Keys 86F Floor Covering, Vinyl 16E AM/FM/CD 58V Daytime Lamps 942 Front Plate Bracket 153 50 State Emissions 425 COV Priced DORA 79V CO9 Projected delivery date after awarded: All other Standard and Safety Equipment Included With No Deletions 23

Bid Item # 9 Engine Option Gas Option Quantity Bid Price Doc Fee Tire Fee Three (3) sets of keys 8.75% Sales Tax Delivery Fee Total Price for one (1) vehicle Total Price for one (1) vehicle price in words 2019 FULL SIZE TRANSIT (CARGO) VAN In case of discrepancy between an item price in words and the price in figures, the price in words shall prevail. *Please note prices will be valid for 90 days from bid opening date. Any and All options ordered with factory option codes shall be installed by factory and shall be covered under warranty by all factory owned and franchise dealers. 24

COMPLY YES NO BID ITEM #10 2019 FORD F-150 REGULAR CAB, SHORT BED CODE Regular Cab 6.5 Box F1C XL Series 100A XL Power Equipment Group 85A Tow Package 53A 5.0 Auto Start/Stop 995 Black Running Boards 18B Reverse Sensing System 76R Trailer Brake Controller 67T Shadow Black G1 Power Driver Seat 91P LED Warning Strobes 94R Back Up Alarm 85H Daytime Running Lamps 942 Cloth, 40/Console/40 W Earth Gray Seat WG 50 State Emissions 425 COV Required 79V Priced DORA C09 Silver Steel Wheel 64C Manner in which item does not meet City Specifications, please indicate the deviation on the manufacturer s specifications sheet, or in an attached letter, if more space is needed. Projected delivery date after awarded: All other Standard and Safety Equipment Included With No Deletions 25

Bid Item # 10 2019 FORD F-150 REGULAR CAB, SHORT BED Engine Option Gas Option Quantity Bid Price Doc Fee Tire Fee Three (3) sets of keys 8.75% Sales Tax Delivery Fee Total Price for one (1) vehicle Total Price for one (1) vehicle price in words In case of discrepancy between an item price in words and the price in figures, the price in words shall prevail. *Please note prices will be valid for 90 days from bid opening date. Any and All options ordered with factory option codes shall be installed by factory and shall be covered under warranty by all factory owned and franchise dealers. 26

COMPLY YES NO BID ITEM #11 2019 (Black) POLICE UTILITY INTERCEPTOR CODE Police Interceptor Utility K8A 3.7L V6 FFV Engine 99R Six Speed Transmission Includes Column 44C Shifter 500A Equipment Group 500A Shadow Black G1 Black Cloth Front Bucket Seats, Cloth Rear FW Seat Keyed Alike 1284X 59B Level IV Ballistic Panels Driver/Passenger 90G Keyless Entry (FOB) 55F Forward Indicator Pocket Lamps 21W Interior Windshield Lighting 96W Rear Lighting Solution 66C Rear View Camera 87R Aux Air Conditioner 17A Dark Car Feature, Disables Courtesy Lamps 43D Red/White Dome Lamp 17T Rear Sensing 76R Headlamp Light Solution 66A Badge Delete 16D Side Marker LED Lamps 63L Internal Windshield Light Bar 96W Front Warning Aux. Lamps 21L Pre Wire Siren, LED 60A Noise Suppression Bonds 60R Sync 53M Front License Plate Bracket 153 California Emissions 422 Priced DORA C09 Manner in which item does not meet City Specifications, please indicate the deviation on the manufacturer s specifications sheet, or in an attached letter, if more space is needed. Projected delivery date after awarded: All other Standard and Safety Equipment Included With No Deletions 27

Bid Item # 11 2019 (Black) POLICE UTILITY INTERCEPTOR Engine Option Gas Option Quantity Bid Price Doc Fee Tire Fee Three (3) sets of keys 8.75% Sales Tax Delivery Fee Total Price for one (1) vehicle Total Price for one (1) vehicle price in words 28

7. ACKNOWLEDGEMENT AND SIGNATURE OF AUTHORIZATION I, have read and understand the (Full Printed Name) (Title) the Proposal Document, and I am duly authorized to commit my company to sell goods or perform services specified herein. I understand by signing this Proposal Document I am not obligating the City to make this procurement, nor am I signing a contract to sell goods or perform services. By signing this document I agree to comply with all specifications, scope of services, requirements, terms and conditions described herein, unless specifically noted. This proposal is firm for 90 days from the due date identified in the Schedule of Events of this Bid. Authorized Representative: Signature Date 29

8. CONTRACT TERM The Contract will terminate upon final payment to the Contractor. The Contract will not be extended. 9. CONTRACT EXTENSION Does not apply. 10. CONTRACT TERMINATION Termination for Convenience: Either the City or the Contractor may terminate this contract at any time without cause by giving thirty (30) calendar days written notice to the other of such termination and specifying the effective date thereof. If this contract is terminated as provided herein, Contractor shall be paid only the total amount equal to the goods and/or services Contractor has provided as of the termination date. In no event shall the amount payable upon termination exceed the total maximum compensation provided for in this contract or the value of goods and/or services provided as of date of termination. Termination for Cause: If for any reason, Contractor fails to fulfill in a timely and proper manner its obligation under this contract, or if Contractor violates any of the covenants or stipulations of this contract, City shall then have the right to terminate this agreement by giving a five (5) calendar day written notice to Contractor. The notice shall refer to this clause, shall specify the nature of the alleged default, and shall specify the effective date of the termination. The Contractor will be paid a total amount equal to the goods and/or services Contractor has provided as of the termination date. In no event shall the amount payable upon termination exceed the total maximum compensation provided for in this contract. 11. REQUIRED FORMS Forms included in the Required Forms section of this proposal must be completed and signed by a company principal or officer. All completed forms must be returned with the proposal response. Proposals submitted without the Required Forms may be deemed as non-responsive and may be rejected. In order to maintain uniformity, bid responses must be organized and submitted using the following format: Bidder Summary Sheet Proposal Sheets References Form Acknowledgment and Signature of Authorization 12. SELECTION CRITERIA The following selection criteria will be used when evaluating proposal responses and selecting the successful bidder. 30

General Provision Contract award shall be at the sole discretion of the City. It is the intent to make an award to one bidder for all items, although the City reserves the right to make multiple awards depending on the needs and best interests of the City. The City may accept or reject any or all proposals in whole or in parts and may waive informalities in the process. The contents of the Proposal response submitted by the selected Bidder will become the basis for a contractual obligation when the award is made. General Goods and Services Award will be made to the lowest, responsive, and responsible bidder. The City may make an award without further discussion of the proposals submitted; therefore, the proposal response must be submitted on the most favorable terms that the Bidder can offer. 13. RESERVATION OF RIGHTS The City reserves the right to: Reject any and all proposals at its discretion; Cancel the entire bid; Waive any minor errors or informalities in any bid to the extent permitted by law. 14. TERMS AND CONDITIONS a) Addendum to the Proposals If it becomes necessary to revise any part the Proposal, an addendum will be posted on the City s website. If an answer materially affects the Proposal, the information will be incorporated into an addendum and will be posted to the City s website for download. All addenda issued during the time of bidding will be incorporated into the resulting contract. Bidders will not receive any additional contact from the City regarding addenda. Prior to the proposal due date and time, it shall be the bidder s sole responsibility to check the City s website on a regular basis to determine if any addenda have been posted. b) Applicable Laws The laws of the State of California will govern the Contract. The applicable law for any legal dispute arising out of the Contract shall be the law of the State of California. The Bidder shall comply with all federal, state, county and local laws concerning this type of goods and/or services. All systems provided by the Bidder shall comply with all applicable federal, state, and local building, fire, safety, and electrical codes and all relevant industry standards. c) Assignment The Bidder shall, under no circumstances, assign any contract issued as a result of this bid by any means whatsoever, or any part thereof to another party without express written permission of the City of Menlo Park. d) Award of Contract A contract may be awarded as a result of this proposal and may require approval by the City of Menlo Park City Council as prescribed by City Ordinances and Codes. All awarded contracts must be issued a City of Menlo Park Purchase Order prior to delivering goods or performing services. If the awarded Contractor imposes additional terms or conditions after the award of a contract, the award may be rescinded and the Contract will be canceled. 31

e) Bidder's Cost to Develop a Response Costs for developing a response to this solicitation are entirely the obligation of the Bidder and shall not be chargeable in any manner to the City of Menlo Park. f) Conflict of Interest Except for items that are clearly promotional in nature, mass produced, trivial in value and not intended to invoke any form of reciprocation, employees of the City of Menlo Park may not accept gratuities, entertainment, and meals of anything of value whatsoever from current or potential suppliers. g) Default Of Contractor - The City of Menlo Park shall hold the Contractor responsible for any damage, which may be sustained because of the failure or neglect of the Contractor to comply with any term or condition, listed herein. h) Equal Employment Opportunity The Bidder shall comply with all applicable state and federal laws addressing Equal Employment Opportunity. i) General Services Award will be made to the lowest, responsive, and responsible bidder. The City may make an award without further discussion of the proposals submitted; therefore, the proposal should be submitted with the most favorable terms that the Bidder can offer. j) Independent Contractor Status It is expressly understood that the Bidder named in any contract entered into by the City is acting as an independent contractor and not as an agent or employee of the City of Menlo Park. k) Late Submission of Proposal Any proposals received after the due date and time specified in this bid will not be accepted. The City will not return late submittals. l) Permits and Licenses The Bidder shall secure or maintain in force during the period covered by any contract resulting from this bid all licenses and permits required by law for the operation of their business including a Menlo Park Business License when required. m) Public Information After the date specified for the opening of the proposal, all materials received relative to general service bids become public information and are available for inspection. Professional service bids become public upon award of contract. The City reserves the right to retain all proposals submitted, whether or not the proposal was selected or judged to be responsive. n) Rejection of Proposals This proposal does not commit the City of Menlo Park to award a contract. The City reserves the right, at its sole discretion, to reject any or all proposals without penalty, to waive irregularities in any proposal response or in the proposal procedures, and to be the final judge in determining a responsive and responsible proposal. The City reserves the right, at its sole discretion, to reject any or all proposals that include items not specified, incorrect specifications and/or scope of services, incomplete schedule of required items, additional terms and conditions, and proposals that are not responsive to the published specifications and/or scope of services. Proposals received by telephone, email or facsimile will be considered non-responsive and will be rejected. Proposals offering less than 90 days for acceptance from the published closing date may be considered non-responsive and may be rejected. o) Signatures Proposals responses must be signed in longhand by the Bidder with his/her usual signature in the designated areas within the bid documents. Submission of proposals 32

must be signed by any and all representatives legally authorized to contractually bind the Corporation. p) Withdrawal of Proposals Proposals responses received by the Engineering Division may be withdrawn. An authorized representative of the Bidder must submit a signed, written request to the Fleet Supervisor, formally requesting their bid to be withdrawn from the bid process. 15. DEFINITIONS Lowest responsible bidder; In addition to price, the "lowest responsible bidder" will be determined by consideration of the following factors: (1) The quality, availability and suitability of the supplies, equipment or services to the particular use required. (2) The ability, capacity and skill of the bidder to perform the service required. (3) Whether the bidder has the financial resources and facilities to perform or provide the service promptly, or within the time specified, without delay or interference. (4) The character, integrity, reputation, judgment, experience and efficiency of the bidder. (5) The bidder's record of performance or previous contracts or services, including compliance by the bidder with laws and ordinances relating to such contracts or services. (6) The ability of the bidder to provide future maintenance and service for the use of the equipment or materials to be purchased. (7) The scope of conditions attached to the bid by the bidder. Nonresponsive bidder means an offer, submitted by a bidder, to furnish supplies, equipment or services that are not in conformity with the specifications, delivery terms or conditions or other requirements specified in the invitation for bids. Non-responsible bidder is a bidder that provides a bid but fails to demonstrate their capacity (financial or otherwise) to provide the supplies, equipment or service as specified in the bid. Responsive bid means a bid, submitted by a responsible bidder, to furnish supplies, equipment or services in conformity with the specifications, delivery terms and conditions and other requirements specified in the invitation for bids. 33