Internal Combustion Lift Truck (Forklift)

Similar documents
TOWN OF LINCOLN INVITATION TO BID 2018 TOWN CALENDAR RFP #

WYOMING COUNTY VETERAN SERVICES BID FOR PURCHASE OF A NEW 2019 MINI VAN APRIL 29, 11:00 AM IN THE WYO. CO. BOARD OF SUPERVISORS COMMITTEE ROOM

OSWEGO COUNTY PURCHASING DEPARTMENT

New 2017 Fairway Deep Tine Aerifier

Fred Maxon Gail VanLinder Mary Watson Purchasing Director Purchasing Clerk Purchasing Clerk

Chapter 8. Competitive Sealed Bidding: Addenda, Modifications, and Withdrawals

ONE (1) New 2018 Model Year or New 2017 Model Year 1 ton 4wd Regular Cab Pickup Truck with Utility Body

County Tax Sale PLEASE MARK YOUR ENVELOPE "SEALED BID # RETURN ONE (1) ORIGINAL AND THREE (3) COPIES TO:

City of Milton P.O. Box 909 MILTON, FL Phone: (850) Fax: (850)

INVITATION TO BID CITY OF WINSTON-SALEM

Chapter 5. Competitive Sealed Bidding: Procedure

Invitation For Bid IFB 2895

BID ADDENDUM NO. 1. Convection Ovens. IFB No. CO Due Date: September 26, 2018 at 2:00 p.m.

COUNTY OF TANEY, MISSOURI

Project Manual. For. September 26, 2017

PLEASE QUOTE PRICES FOB DESTINATION TO BE DELIVERED TO ITEM DESCRIPTION/SPECIAL INSTRUCTIONS QTY UNIT PRICE EXTENDED PRICE

COUNTY OF OSWEGO PURCHASING DEPARTMENT

COUNTY OF EL DORADO, CALIFORNIA DEPARTMENT OF TRANSPORTATION NOTICE TO BIDDERS

JEFFERSON COUNTY PURCHASING DEPARTMENT Deborah L. Clark, Purchasing Agent

City of Hays Request for Proposals

INVITATION TO BID. Sale of Motor Graders Curry County Road Department Clovis, New Mexico. Invitation to Bid No. 2014/15-04

FLORENCE COUNTY SOUTH CAROLINA INVITATION-TO-BID NO /16. Sale of 1978 Mack Fire Truck. BID OPENING: June 10, 2016 at 11:00 a.m.

INVITATION FOR BID ~ Cover Sheet

REQUEST FOR PROPOSAL. Request Number

TURTLE & HUGHES, INC. AND SUBSIDIARIES TERMS AND CONDITIONS OF QUOTATION AND SALE

SURPLUS PROPERTY BID PACKAGE

INVITATION TO BID. Outdoor Slide with Trailer for use at the North Little Rock Parks and Recreation Funland Amusement Park

REAL ESTATE AUCTION PARTICIPATION AGREEMENT

BID PROPOSAL FORMS FOR THE SALE OF REAL PROPERTY LOCATED IN THE CITY OF CORONA IN THE COUNTY OF RIVERSIDE

REQUEST FOR PROPOSALS

CITY OF GAINESVILLE INVITATION TO BID

COUNTY OF OSWEGO PURCHASING DEPARTMENT

COUNTY OF EL DORADO, CALIFORNIA COMMUNITY DEVELOPMENT SERVICES DEPARTMENT OF TRANSPORTATION NOTICE TO BIDDERS

REQUEST FOR QUOTATION ( RFQ ) No. PS11331 LEASE OF ONE (1) NISSAN MAXIMA SEDAN

BLIND BID PROCEDURES

ADDENDUM NO. 4. Modification to Part I, Section 2.0, Item J of the Project Book

Public Sealed Bid Auction. State of Ohio Ohio University. Tract II and 919 East State Street Athens, Ohio 45701

Town of Caroline. Town Hall Exterior Painting Project

REQUEST FOR PROPOSALS HYDRAULIC ELEVATOR MODERNIZATION

Public Notice. Invitation to Bid Precast Concrete Box Culvert Purchase

OSWEGO COUNTY PURCHASING DEPARTMENT. Purchasing Director Purchasing Clerk Purchasing Clerk

CARLSBAD MUNICIPAL SCHOOLS INVITATION TO SUBMIT SEALED BID. BID # SAXON PHONICS NIGP Code: 78587

REQUEST FOR PROPOSALS RFP # Lease of Golf Carts. At the. Sierra Del Rio Golf Course

Invitation to Bid #12/13-09

DALE COUNTY BOARD OF EDUCATION OFFICE OF SUPERINTENDENT DALE COUNTY GOVERNMENT BUILDING 202 S HWY 123, SUITE E. OZARK, ALABAMA

Request for Proposals WASTE AND ORGANICS COLLECTION SERVICES RFP# ANM

Public Notice. Invitation to Bid 2017 PRECAST CONCRETE BOX CULVERTS

CARRDAN TERMS AND CONDITIONS

TOWNSHIP OF HAMILTON. RFP# PW Sand/Salt Storage Facility Engineering Services

RFB #RV SALE OF SURPLUS PROPERTIES CHARTER SCHOOL BID PACKAGE

PUBLIC NOTICE SALE OF COUNTY OWNED SURPLUS REAL PROPERTY

CITY OF ROCHESTER, NEW HAMPSHIRE INVITATION TO BID

CITY OF ANN ARBOR INVITATION TO BID

Abatement and Management Office Demolition at Parks Place IFB Number

INFORMATION FOR VENDORS DOING BUSINESS WITH THE CITY OF CORAL SPRINGS, FLORIDA FINANCIAL SERVICES DEPT

Special Sale Notices / Real Estate

TRAFFIC MARKING PAINT & BEADS DURING 2019

COUNTY OF COLUSA SHERIFF OFFICE

SUPPLIER TERMS AND CONDITIONS

INVITATION FOR BID ROANOKE REGIONAL AIRPORT COMMISSION. January 29, 2019 at 2:00 P.M. in person, or by mail/carrier

ALL PURCHASE ORDERS ARE SUBJECT TO THE FOLLOWING TERMS AND CONDITIONS

Town of Manchester, Connecticut. General Services Department. Request for Qualifications Approved Real Estate Appraiser List RFQ No.

PURCHASE ORDER TERMS AND CONDITIONS

Surplus Sale of Property Located at 4402 Highway 24 Bourg, Louisiana

Redevelopment Authority of Allegheny County

ITB NO INVITATION TO BID SALE OF 36 PASSENGER BUS BIDS DUE SEPTEMBER 6, 2017 AT 2:00 PM

MOLDED FIBER GLASS COMPANIES Terms and Conditions of Sale (Custom Molding Products)

PURCHASE ORDER TERMS AND CONDITIONS (Rev Date: 07/31/2017)

COUNTY OF EL DORADO, CALIFORNIA COMMUNITY DEVELOPMENT SERVICES NOTICE TO BIDDERS

BIDDERS INFORMATION PACKAGE

KORRY ELECTRONICS CO TERMS AND CONDITIONS OF SALE

WEST BLOOMFIELD TOWNSHIP INVITATION TO BID. CDBG MINOR HOME REPAIR CONTRACT PROGRAM YEAR 2014 DEADLINE: Wednesday, September 24 th, 2014 at 2:00 p.m.

INVITATION FOR BID Bid # 1021 EMS Ballistic Vests

Lower Rio Grande Valley Development Council. Invitation to Bid (ITB): Graphic Design Training Services. office. 301 West Railroad Weslaco, Texas 78596

F A N N I N C O U N T Y, T E X A S

COMMONWEALTH OF PENNSYLVANIA DEPARTMENT OF GENERAL SERVICES

REQUEST FOR BIDS FOR THE CITY OF MT. JULIET, TN

Mountain View Middle School (RRPS Project # ) 4101 Montreal Loop NE, Rio Rancho, NM 87144

SOLICITATION NO: B DS. REQUEST FOR LEASE BIDS RELEASE DATE: April 13, 2015

FOR TENDER. Enfield Volunteer Fire Department Engine Tender 1

INVITATION FOR BIDS For a Lowboy Trailer (CIP# AEQ1702)

Town of Weymouth Massachusetts

DEPARTMENT OF NATURAL RESOURCES STATE OF MICHIGAN TIMBER SALE PROSPECTUS #5214

COMPETITIVE BIDDING NOTICE INVITATION TO BID. The County of Waller proposes to purchase the following items on competitive bid:

ADMINISTRATIVE SERVICES DEPARTMENT REAL ESTATE DIVISION REQUEST FOR BID (RFB) NUMBER TDR1212 SALE OF TRANSFERABLE DEVELOPMENT RIGHTS

Chapter 11. Competitive Negotiation: Procedure

COMPETITIVE BIDDING NOTICE INVITATION TO BID. The County of Waller proposes to purchase the following items on competitive bid:

REQUEST FOR PROPOSAL MV COMBERMERE COMMUNITY CENTRE ACCESSIBLE LIFT SYSTEM For The Corporation of the Township of Madawaska Valley

CALL FOR TENDER. Demolition and Removal of Vacant House, Foundation, and Decommissioning of Septic System. Tender AP

Teaching today s learners for tomorrow s challenges

CITY OF ROCHESTER, NEW HAMPSHIRE INVITATION TO BID

TERMS AND CONDITIONS OF PURCHASE (T&C s)

Special Sale Notices / Real Estate

Invitation for Sealed Bids

Okinawa Institute of Science and Technology School Corporation Contract Management Stipulations

ONLINE BIDDER REGISTRATION FORM INSTRUCTIONS. 1. Read the Terms & Conditions of the auction on page 4 6.

REQUEST FOR PROPOSALS Professional Engineering Services for Lift Station In the Rural Municipality of Wellington

RFB # RV SALE OF SURPLUS PROPERTIES BID PACKAGE

PUBLIC NOTICE SALE OF COUNTY OWNED SURPLUS REAL PROPERTY

UNIVERSITY OF CHICHESTER PURCHASING TERMS AND CONDITIONS 1. INTERPRETATION

Transcription:

BID DOCUMENTS Internal Combustion Lift Truck (Forklift) PUBLIC WORKS DEPARTMENT CITY OF NEWARK, CALIFORNIA Bid Release Date: July 3, 2018 Bids will be accepted until 2:00 P.M. on Wednesday, July 25, 2018

THIS PAGE LEFT INTENTIONALLY BLANK

TABLE OF CONTENTS TITLE PAGE Invitation to Bid. 1 Instructions to Bidder 1. Contract Documents 3 2. Interpretation or Correction of Contract Documents.. 3 3. Preference for Materials.. 3 4. Addenda... 4 5. Completion of Bid Forms... 4 6. Submission of Bids.. 5 7. Withdrawal of Bids.. 5 8. Bid Opening and Review. 5 9. Award of Bid 5 10. Other Public Agencies. 6 11. F.O.B. Point. 7 12. Invoicing and Payments.. 7 13. Registration. 7 General Minimum Specifications.. 8 Proposal to the City of Newark P-1. Addenda.11 P-2. Scope of Bid.. 11 P-3. Contract Time 11 P-4. Bid Amount... 12 P-5. Representations of Bidder. 12 P-6. Unit Price Schedule... 13 P-7. Signature Page... 14

THIS PAGE LEFT INTENTIONALLY BLANK

INVITATION TO BID Internal Combustion Lift (Forklift) The City of Newark invites sealed bids for the purchase of an Internal Combustion Lift (Forklift), for the City of Newark, Alameda County, California. Sealed bids must be delivered to the City Cashier of the City of Newark at 37101 Newark Boulevard, Newark, California, First Floor Cashier Counter, before 2:00 p.m. on Wednesday, July 25, 2018. At that time all bids will be publicly opened, examined, and declared. This Project is more specifically defined in the Contract Documents, but generally includes the following purchase and delivery of: One (1) Internal Combustion Lift (Forklift) Optional: One (1) Work Platform One (1) Tow Base One (1) Mechanical Drum Grab Extra Care Warranty 60 months/10,000 hours Train the Trainer Certification Specifications may be obtained at the City of Newark Public Works Department, 37101 Newark Boulevard (First Floor), Newark, California, or by contacting Amy Davis, Senior Administrative Support Specialist, at (510) 578-4806. Additionally, for technical questions, a list of plan holders, please contact Tonya Connolly, Maintenance Supervisor, at (510) 578-4802 or tonya.connolly@newark.org. The City reserves the right to reject any or all bids and to waive any minor informalities, irregularities, and/or bid non-responsiveness that does not influence the competitive nature of the bid. The City will award the project, if it is awarded, to the lowest responsible bidder, as determined by the Total Bid. The City of Newark hereby notifies all bidders that it will affirmatively insure that in any contract entered into pursuant to this advertisement, disadvantaged business and women owned business enterprises will be afforded full opportunity to submit proposals in response to this invitation and will not be discriminated against on the grounds of race, religious creed, color, national origin, ancestry, physical disability, mental disability, medical condition, genetic information, marital status, sex, gender, gender identity, gender expression, age, sexual orientation, including a perception that the person has any of those characteristics or that the person is associated with a person who has, or is perceived to have, any of those characteristics in consideration for an award. Internal Combustion Lift Truck (Forklift) Page 1 of 14

1. CONTRACT DOCUMENTS INSTRUCTIONS TO BIDDER This document constitutes the complete set of Contract Documents. Each bidder shall use a complete set of Contract Documents in preparing its bid which generally includes: all Bidding Documents (including the Invitation to Bid, these Instructions to Bidders, the General Minimum Specifications, and the Proposal to the City of Newark). The City makes copies of the Contract Documents available, on the above terms, for the sole purpose of obtaining bids for the vehicle and does not confer a license or grant permission for any other use of the Contract Documents. 2. INTERPRETATION OR CORRECTION OF CONTRACT DOCUMENTS Bidder shall, before submitting its Bid, carefully study and compare the components of the Contract Documents, and the conditions under which the vehicle is to be provided. Bidder shall review the Instructions to Bidders and the General Minimum Specifications to determine if there are any particular requirements for this Purchase which may impact the preparation of the Bid. Bidder's Bond is waived in this bid proposal. Only bids from recognized and established authorized agencies or dealerships shall be considered for this bid proposal. In the event Bidder has any question as to the meaning of any part of the Contract Documents, or Bidder finds any error, omission, inconsistency, or ambiguity in the Contract Documents, Bidder shall make a written Request for Clarification prior to submitting its Bid. Requests for clarification or interpretation of the Contract Documents shall be addressed only to the Project Manager designated in the Invitation to Bid. It shall be the Bidder's responsibility to ensure that any such request is submitted to the City in a timely manner in order to allow for the City to issue a written Addenda. If necessary, the City shall make clarifications, interpretations, corrections, and changes to the Contract Documents by Addenda issued as provided in Section 4 of these Instructions to Bidders. Purported clarifications, interpretations, corrections, and changes to the Contract Documents made in any other manner shall not be binding on the City and Bidders shall not rely upon them. 3. PREFERENCE FOR MATERIALS If the Contract Documents identify any particular material (including product, equipment, service, etc.), by patent, proprietary or brand name, or by name of manufacturer, followed by the phrase "no substitution," the Contractor shall furnish the specified material for the Bid Amount and within the Contract Time. If the Contract Documents identify any particular material without using the phrase "no substitution, the reference to the particular material is used for the purpose of facilitating its description and shall be deemed to be followed by the words or equal. A listing of materials is not intended to be comprehensive, or in order of preference. Internal Combustion Lift Truck (Forklift) Page 3 of 14

Unless a successful Bidder (the Contractor) submits a request for substitution of "equal" materials concurrently with its bid, and the Contractor submits substantiating documentation to the satisfaction of the City's Project Manager (no later than 10 working days after the opening) which demonstrates that the proposed substitution material is "equal" to the material specified in the Contract Documents (equal in quality, utility, reliability, durability, or any other requirements identified in the Contract Documents), and unless the City's Project Manager approves the substitution, the Contractor shall furnish the specified material for the Bid Amount and within the Contract Time. If the City's Project Manager approves the substitution, the Contractor shall furnish the Substitute material for the Bid Amount and within the Contract Time. Accessories must be engineered and designed, or certified, by the manufacturer of the vehicle to be compatible with all other components, give dependable service and not degrade its handling characteristics or appearance. 4. ADDENDA Addenda will only be issued in writing. The City will make reasonable efforts to deliver (via facsimile, email or U.S. Mail) Addenda to all Bidders who are known by the City to have received a complete set of Contract Documents and who have provided a street address for receipt of Addenda. Each Bidder shall be responsible for ascertaining, prior to submitting its Bid, that it has received all issued Addenda. City makes no guarantee that all Bidders will receive all the Addenda. Copies of Addenda will be made available for inspection at the office where Contract Documents are on file for inspection, as indicated on the Invitation to Bid. Addenda withdrawing the Invitation to Bid or postponing the Bid Opening may be issued any time prior to the Bid Opening. Each Bidder shall acknowledge receipt of all Addenda on the Bid Form. Failure to acknowledge receipt of Addenda may render the bid non-responsive. 5. COMPLETION OF BID FORMS Bids shall be submitted on the Bid (Proposal) Form included within the Contract Documents. A complete bid proposal package must be submitted, including: the Bid (Proposal) Form with a completed Unit Price Schedule and, if applicable, lease option terms and conditions. All blanks on the Bid Forms shall be filled in by typewriter or printed legibly in ink. Interlineations, alterations, and erasures must all be individually initialed by the Bidder. Bidder shall acknowledge receipt of all Addenda. Bidder shall not modify or qualify the Bid Forms in any manner. The Bid Forms shall be signed by a person or persons legally authorized to bind Bidder to the Contract. The individuals signing each document shall warrant that they are authorized to bind the legal entity of the Bidder. Internal Combustion Lift Truck (Forklift) Page 4 of 14

6. SUBMISSION OF BIDS All Bid Forms, including all documents required to be submitted with the Bid, shall be enclosed in a sealed opaque envelope. The envelope shall be clearly marked on its face with the Bidder's name and address, and the notation "SEALED BID ENCLOSED, CITY OF NEWARK" with an identification of the project name as identified on the Invitation to Bid. Bids may be mailed or delivered by person or messenger. It is the Bidder's responsibility alone to ensure that the Bid is received at the place (and prior to the Bid Opening) specified in the Invitation to Bid. Any Bid received after the exact time of the Bid Opening shall be returned unopened. The exact time of the Bid Opening shall be determined by the City Project Manager (or other City employee designated as responsible for the bid opening). Oral, telephonic, facsimile, telegraphic, or electronically transmitted Bids are invalid and will not be accepted. 7. WITHDRAWAL OF BIDS After a Bid is received by the City, the Bid may be withdrawn only by a written request signed by the Bidder. In order to cause a withdrawal of the Bid, the request must be received by the City at the place (and prior to the Bid Opening) specified in the Invitation to Bid. No oral request for withdrawal will be considered. No oral or written request for modification will be considered. The withdrawal of a Bid shall not prejudice the right of the Bidder to submit a new Bid, provided the new Bid is submitted in accordance with these Bidding Requirements prior to the Scheduled Bid Opening. After the Bid Opening, Bidder shall not withdraw their bid. Award of the contract will be no later than 60 days after the Bid Opening. 8. BID OPENING AND REVIEW Bids which have been submitted in accordance with the requirements of the Bidding Documents, and which are received on or before the Bid Opening will be opened publicly, and the dollar amounts of each bid shall be read aloud. 9. AWARD OF BID The City of Newark reserves the right to reject any or all bids, and to waive any minor informalities, irregularities, and/or bid non-responsiveness that does not influence the competitive nature of the bid. The City will award the project, if it is awarded, to the lowest responsible bidder as determined by the Total Bid. Internal Combustion Lift Truck (Forklift) Page 5 of 14

The term "Lowest Responsible Bidder" shall mean the "Lowest Monetary Bidder" whose Bid is "responsive and who is "responsible" to provide the goods required by the Contract Documents, as those terms are defined by State law. The City shall determine the "Lowest Monetary Bidder" on the basis of the Bid Amount, in accordance with the calculation criteria set forth on the Bid. After the "Lowest Monetary Bidder" has been determined, the Lowest Monetary Bidder's Bid will be evaluated by the Project Manager in order to determine whether or not that Bid is "responsive." The term "responsive" generally means that the Bid has been prepared and submitted in accordance with the requirements of the Bidding Documents. If the Lowest Monetary Bidder's Bid is responsive, that Bidder's qualifications will be evaluated by the Project Manager to determine whether or not the Bidder is "responsible" to perform the Work required by the Contract Documents. The Project Manager shall review "responsibility" of Bidders in accordance with the criteria set forth in Instructions To Bidders. If the Project Manager finds that the Lowest Monetary Bidder's Bid is not responsive, or that the Lowest Monetary Bidder is not responsible, then the Project Manager may review the responsiveness and responsibility of the next Low Monetary Bidder. This process may continue until the Project Manager finds the Lowest Monetary Bidder which is also responsive and responsible. In the event that one or more Low Monetary Bidders are found by the Project Manager to be non-responsive or non-responsible, those Bidders will be given notice and a reasonable opportunity to present additional relevant evidence to the Project Manager, within five working days after the Bidder receives the notice. All findings by the Project Manager shall be reported as recommendations to the City Council. The City Council reserves the right to reject any or all bids, and to waive any irregularity. If the City Council determines that it is in the City's best interest to award the Contract, notice shall be provided to the Lowest Responsible Bidder. No bid shall be binding upon the City until after the City Council Award. The City may investigate the responsibility and qualifications of all Bidders to whom the award is contemplated for a period not to exceed forty-five (45) days after the Bid Opening. The fortyfive (45) day review period may be extended upon the written request by the Project Manager and written approval by the affected Bidders. The term "responsible" generally means that the Bidder is able to demonstrate that it possesses: (1) the capacity to provide the goods required by the Contract Documents with respect to financial strength, resources available, and experience; and (2) the integrity and trustworthiness to complete performance of the Work in accordance with the Contract Documents. 10. OTHER PUBLIC AGENCIES Use of this Contract may be extended to other tax supported agencies that have not contracted for their own requirements and who may desire to participate in the contract. The contractor will be requested to service these agencies and will be given the opportunity to accept or reject the additional requirements. If the contractor elects to service them, orders will be placed directly by Internal Combustion Lift Truck (Forklift) Page 6 of 14

the agency and each agency will make payment directly to the contractor. 11. F.O.B. POINT All shipments shall be FOB Destination, unless otherwise indicated in the Bid Specifications. Any charges for boxing, packing, crating, cartage, handling, insurance, unloading, inside delivery, and any other related charges shall be included in the bid price for one (1) Internal Combustion Lift Truck (Forklift) provided in the Proposal per the Unit Price Schedule, and no separate payment shall be made therefor. 12. INVOICING AND PAYMENTS Upon City Council Award, City shall create a Purchase Order subject to the following standard terms and conditions: Invoices must show on their face the number of the Purchase Order, as it appears in the upper right hand corner, and the name of the department to which the goods will be furnished; also the Purchase Order shall cover complete delivery and amount of each cash discount. By the acceptance of the Purchase Order, Contractor agrees to save the City harmless from any liability arising from the misuse or infringement of any patented or copyrighted articles sold hereunder. City shall make payments to Contractor for all commodities delivered pursuant to this Contract. Contractor shall submit an invoice, for commodities delivered and City shall pay the invoiced fee within thirty (30) days after receipt and acceptance that invoice is correct. Invoices shall be submitted to: Attn: Tonya Connolly, Maintenance Supervisor City of Newark 37440 Filbert Street Newark, CA 94560-3518 13. REGISTRATION Initial registration and licensing will be done by the Contactor. The Contractor shall furnish the original of the Dealer s Report of Sale, temporary license and registration. The name and address of the Dealer's Report of Sale shall read: City of Newark 37101 Newark Blvd. Newark, CA 94560 Internal Combustion Lift Truck (Forklift) Page 7 of 14

GENERAL MINIMUM SPECIFICATIONS: FOR: One (1) Internal Combustion Lift Truck (Forklift) Delivery The equipment must be delivered to the City of Newark, Maintenance Division within 120 days after City Council approval, unless otherwise agreed to by the City, to the following address location: City of Newark Maintenance Division 37440 Filbert Street Newark, CA 94560 Attention: Tonya Connolly, Maintenance Supervisor It is the intent of this specification to describe an Internal Combustion Lift Truck (Forklift) to be used for municipal maintenance work. The following specifications describe the minimum requirements for one (1) new Internal Combustion Lift Truck (Forklift) and shall include all standard factory equipment listed below: GENERAL Internal Combustion Lift Truck (Forklift) Pneumatic Tires LP Gas Powered UL Type LP Rating Automatic Fork Leveling Ultra Comfort 4-Way Adjustable, Full Suspension Seat with Non-Cinching Seat Belt Lifting Capacity: 5,000 pounds at 24 load center Tilt: 6 degrees forward and 6 degrees backwards Carriage: ITA hook type, 40 carriage Load Backrest: 48 high load backrest Attachments: Cascade 40 hang-on side shifter (includes 3 rd function internal housing) Speeds: Travel speed 11.20 mph/lift speed 118 fpm Engine: 2.2 L 4Y-ECS industrial gasoline engine 136 cubic inch displacement, 4 cylinder, overhead valve (OHV) Net torque rating 118@ 2100 rpm SAE ft-lb (gasoline system) Net horsepower rating: 51@ 2570 rpm SAE HP Transmission: Automatic 1 speed forward and 1 speed reverse standard Steering: Load sensing hydrostatic power steering with tilt steering column Wheels and Tires: Front 7.00-12-12 PR (pneumatic wide tread) Rear 6.00-9-10PR (pneumatic) Internal Combustion Lift Truck (Forklift) Page 8 of 14

Additional Equipment: Yellow strobe light Rear combination lights Pre-cleaner Steering wheel with knob Synchronized steering Orange seat belt Rear view mirrors (left and right sides) Radiator screen Adjustable volume back-up alarm (smart alarm) Multifunction digital display with self-diagnostics Rear assist grip with horn button Pencil/tape holder (mounted on overhead guard leg) Fire extinguisher Solid pneumatic tires front Rear solid pneumatic tires including rear side ring wheels UL approved model type LP Forks 48 - class II LP tank Other Features: EPA/CARB engine with 3-way closed loop catalytic muffler system Operator presence sensing system (OPSS) Fully stamped steel side panels Technician programmable electronic speed control Overly spacious leg room Weather protected electrical system Unparalleled fork tip visibility Foot activated park brake with high mount release Adjustable headlights with guards Electronic shift control 7 cyclone air cleaner Fully insulated stamped steel engine hood Dual operator assist grips Oversized cup holder and amenity tray Heavy duty, non-slip rubber floor mat Automotive style headlight switch Standard Warranty: Basic - 12 months or 2,000 hours (whichever comes first) Powertrain 36 months or 6,000 hours (whichever comes first) Internal Combustion Lift Truck (Forklift) Page 9 of 14

Optional Equipment and Services: Drum Grab HDJ-55 gallon drum grab with 1,500 lb capacity 5½ x 2 Tow base with 4,000 lbs capacity 42 forks Work platform 48 x 48, 42 handrail, 84 high expanded metal back, and 4 high kickplate Extended Warranty 60 months/10,000 hours (whichever occurs first), carriage to counterweight with $100 deductible Internal Combustion Lift Truck (Forklift) Page 10 of 14

CITY OF NEWARK Public Works Department PROPOSAL TO THE CITY OF NEWARK Internal Combusion Lift Truck (Forklift) BID FROM: Insert Full Legal Name of Bidder (Firm Submitting Bid) NOTE: The Bidder may be referred to herein as the "Bidder" or the "Contractor. P-1. ADDENDA. A failure by the Bidder to acknowledge Addenda in this section of the Bid Form may render the bid non-responsive. Bidder hereby acknowledges receipt of the following Addenda (identified by Addenda number and date issued): P-2. SCOPE OF BID. Firm Offer to Provide Goods. Bidder hereby offers to provide to the City the Goods (which may also be referred to herein as "Materials" or "Equipment" or "Property") described on the Unit Price Schedule, in accordance with the requirements of the Contract Documents for the amounts quoted in this Bid. Bidder will not withdraw its Bid for at least sixty (60) calendar days after the Bid Deadline, unless otherwise extended by the written agreement of the City and Bidder. Submittal of Complete Bid. All portions of the Bid Form, including any documents required by the Instructions to Bidders (if any) must be properly completed, signed, and submitted with the Bid. Failure to do so may result in the Bid being deemed non-responsive by the City. Submittal of Additional Documents. If Bidder is selected as the Lowest Responsible Bidder, Bidder shall, within ten (10) working days after receipt of notice from the City, deliver to the City all submittals required (if any) by the Supplemental Instructions to Bidders. P-3. CONTRACT TIME. Time of the Essence. Time is of the essence in the performance of all obligations under this Contract, and all timing requirements shall be strictly adhered to unless otherwise modified by the City in accordance with the Contract. If awarded the Contract, Bidder agrees to provide the Service within the time specified in the Invitation to Bid and Contract Documents. The Contractor shall submit all requests for extensions of time to the City, in writing, with reasonable specificity, no later than ten (10) working days after the start of the condition which purportedly caused the delay, and not later than the date on which Goods are due. Internal Combustion Lift Truck (Forklift) Page 11 of 14

P-4. BID AMOUNT. Total Bid Amount. The Bidder shall identify the Total Bid Amount, which shall equal the total dollar amount to be paid by the City to the Bidder in return for the Bidder's performance of all Work in accordance with the Contract Documents (and payment of all Bidder's costs required thereof, whether or not specifically identified herein). The Total Bid Amount may also be referred to in the Contract Documents as the Contract Amount. Packaging and Transportation Costs. Contractor shall pay all packaging, boxing, crating, cartage, handling, insurance, transportation, loading, and unloading to the delivery points identified in the Contract Documents. Unless otherwise specifically identified, all shipments shall be F.O.B. to the Destination identified in the Contract Documents, inside delivery. Unit Price Bids. Bidder hereby offers to provide to the City the Goods required by the Contract Documents, for the amounts quoted in this Bid, on the Unit Price Schedule. For each bid item identified in the Unit Price Schedule, the Bidder shall provide a bid item unit price, then a Total Bid Amount. In case of a math error or ambiguity, bid item unit prices shall prevail over the Total Bid Amount. Modification of Unit Quantities. Until the City's award of the Contract for this Project, the City reserves the right to modify the unit quantities by providing prior written notice to the Bidder. Bidder agrees to provide the bid items in the revised unit quantities for the unit price set forth in the Unit Price Schedule (and the Total Bid Amount to be paid by the City to the Contractor shall be modified accordingly). Discounts. All discounts must be indicated on the Unit Price Schedule. City's standard payment terms are net 30 days. We may accept discounts on payment terms, however they will not be a factor in determining the lowest monetary bidder. P-5. REPRESENTATIONS OF BIDDER. By submitting this Bid, Bidder declares under penalty of perjury the following representations are true and correct: Bidder has read and understands all requirements of the Contract Documents, and this Bid is made in accordance with those requirements. The Contract Documents are more particularly defined in the Instructions to Bidders. Any questions by the Bidder regarding the meaning of any part of the Contract Documents have been submitted, in writing, by the Bidder to the City, pursuant to Section 2 of the Instructions to Bidders. The Bid is based upon the materials, equipment, and systems required by the Contract Documents. The Contract Time, as specified in the Invitation to Bid, is reasonable for performing the Work and that Contractor is able to perform the Work within the Contract Time. Internal Combustion Lift Truck (Forklift) Page 12 of 14

Bidder has the expertise and financial capacity to perform and complete all obligations required by the Contract Documents. Bidder is aware of and, if awarded the Contract, will comply with applicable legal requirements, including all City Regulations in its performance of this contract. Pursuant to Government Code Section 4552, in submitting a Bid to the City, Bidder offers and agrees that, if the Bid is accepted, it will assign to the City all rights, title and interest in and to all causes of action it may have under Section 4 of the Clayton Act (15 U.S.C., Section 15) or under the Cartwright Act (Chapter 2 [commencing with Section 16700] of Part 2 of Division 7 of the Business and Professions Code), arising from purchases of goods, materials, or services by Bidder for the sale to City pursuant to the Bid. Such assignment shall be made and become effective at the time City tenders final payment to Bidder. Bidder acknowledges that, unless the bidder submits a request for substitution of "equal" materials in accordance with the requirements of the Contract, and unless the City approves the substitution, the Bidder/Contractor shall furnish and install the specified material for the Bid Amount. P-6. UNIT PRICE SCHEDULE. No. Description Unit Qty. Item Price 1. Internal Combusion Lift Truck (Forklift) EA. 1 2. Drum Grab EA. 1 3. Tow Base EA. 1 4. Work Platform EA. 1 5. Train the Trainer EA. 1 6. Extended Warranty (60 months) EA 1. 7. Tax (9.75%) L.S. L.S. TOTAL BID* $ Internal Combustion Lift Truck (Forklift) Page 13 of 14

Discount Available: Yes No (please check one box) If yes, describe: *The total cost of the vehicle shall include all of the minimum specifications, including options, warranty, delivery costs, tire fees, taxes and all other charges. P-7. Signature Page IN WITNESS WHEREOF, the individuals signing this Bid represent and warrant that they have the right, power, legal capacity, and authority to sign this Bid on behalf of the Bidder, and have caused this Bid to be executed by setting hereto their names, titles, and signatures at County, in the State of. BIDDER: (Signature) (Date) (Name and Title of Signatories) (Legal Name of Bidder) (Bidder's Street and Mailing Address) (City, State, Zip Code) (Telephone Number) (Fax Number) (Email Address) Internal Combustion Lift Truck (Forklift) Page 14 of 14