2020B056 Furnish Bulk Petroleum, Oils, and Lubricants

From: Municipality of Anchorage(City)

Basic Details

started - 09 Nov, 2020 (about 3 years ago)

Start Date

09 Nov, 2020 (about 3 years ago)
due -

Due Date

N/A
Bid Notification

Type

Bid Notification

Identifier

N/A
Municipality Of Anchorage

Customer / Agency

Municipality Of Anchorage
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

MUNICIPALITY OF ANCHORAGE PURCHASING DEPARTMENT PHONE (907) 343-4590 P.O. Box 196650 ANCHORAGE, ALASKA 99519-6650 INVITATION TO BID NO. 2020B056 Issue Date Time and Date of Opening Buyer Main Phone Number 11-9-2020 9:30 A.M. Alaska Time, November 24, 2020 Nikki Martindale 907-343-4590 ITB No. 2020B056 – Furnish Bulk Petroleum, Oils, and Lubricants on an "As Needed" Basis to the Municipality of Anchorage, Public Works – Fleet Maintenance and Anchorage School District (ASD) Cover Sheet Page 1 - 2 General Provisions Pages 3 - 4 Special Provisions Pages 4 - 5 Bidders Check List Page 6 Insurance Pages 7 - 9 Bid Proposal Pages 10 - 15 Specifications & Delivery Addresses Consisting of 5 Pages Sample Contract Consisting of 5 Pages To be considered for award bids shall: • Be submitted on the forms provided with this ITB and signed (either manually, electronically, or digitally) by an authorized representative of the bidder; • Be received by the Purchasing Office, 632 W. 6th Avenue, Suite 520,
Anchorage, AK 99501, prior to the time and date set for the bid opening (time and date of bid receipt shall be determined by the time/date stamp in the Purchasing Department); • Be time and date stamped by the Purchasing Office; • Be in a sealed envelope in accordance with Special Provisions, Paragraph 7; and, • Acknowledge all ITB addendums; if any (failure to acknowledge Addenda may result in bid being considered non- responsive.) • Due to COVID-19, the MOA Purchasing Department is attempting to limit the number of people visiting City Hall while maintaining maximum transparency. Please participate via teleconference by calling 1-907-343-6089 for any pre-bid conferences, bid openings, or post bid conferences. You may call in five (5) minutes before any scheduled conference. Faxed and emailed bids WILL be accepted during this time. Email is preferred at wwpur@muni.org. Fax number is 907-343-4595. Please send follow up email to confirm the that the MOA received your bid, if emailed. Note the receipt time is the date stamp of when the bid is received in the Purchasing Office wwpur@muni.org mailbox, regardless of when the bid was sent or received by servers at the MOA, so plan accordingly. Bids not in compliance with the above requirements may be declared non-responsive and held unopened by the Purchasing Department. The Municipality of Anchorage reserves the right to accept or reject any and all bids. This ITB is available electronically (.pdf) at the Municipality of Anchorage, Purchasing Office’s website; http://www.muni.org/Departments/purchasing/Pages/bidding.aspx. The bidder is responsible for periodically checking the MOA Purchasing website for any addenda. A non-mandatory Pre-Bid Conference to discuss this Invitation to Bid shall be held at 9:30 A.M. Alaska Time, November 13, 2020. The pre-bid conference shall be held in the MOA Purchasing Office, 632 W. 6th Avenue, Suite 520, Anchorage, AK 99501. Bidders interested in participating via teleconference shall call 1-907-343-6089 no earlier than 9:25 A.M. Alaska Time, November 13, 2020. It is respectfully requested bidders participating in the pre-bid conference via teleconference to please use a land line. FOR AUXILIARY AIDS, SERVICES, OR SPECIAL MODIFICATIONS TO PARTICIPATE PLEASE CONTACT THE PURCHASING DEPARTMENT AT 907-343-4590 TO REQUEST REASONABLE ACCOMMODATIONS; FAX 907-343- 4595; OR VIA EMAIL AT WWPUR@MUNI.ORG. Questions regarding this ITB shall be submitted in writing via email to wwpur@muni.org. Written questions shall be received no later than 5:00 P.M. Alaska Time, November 13, 2020. Questions shall include the Buyer’s name, the ITB number and ITB Title. The MOA Purchasing Office is open from 8:00 to 12:00 and 1:00pm to 5:00pm Monday through Friday, excluding MOA Holidays. mailto:wwpur@muni.org mailto:wwpur@muni.org MUNICIPALITY OF ANCHORAGE Page 2 Sealed ITB No. 2020B056 COVER SHEET (Continued) MUNCIPALITY OF ANCHORAGE Ronald S. Hadden Purchasing Officer MUNICIPALITY OF ANCHORAGE Page 3 Sealed ITB No. 2020B056 GENERAL PROVISIONS The attached provisions, as modified by any addendum hereto, shall become a part of any Purchase Order resulting from this Invitation to Bid. The Vendor by his acceptance of this order agrees thereto: 1. No alteration in any of the terms, conditions, delivery, price, quality, quantities or specifications of this order shall be effective without prior consent of the Purchasing Officer. 2. No charges shall be allowed for packing, wrapping, bags, containers, reels, etc., unless otherwise specified. 3. Time of delivery is part of the essence of this contract and the order is subject to cancellation for failure to deliver on time. 4. For any exception to the delivery date as specified on this purchase order, the Vendor shall give prior notification and obtain approval thereto from the Purchasing Officer. 5. Shipping Instructions: Unless otherwise specified, please ship prepaid via cheapest common carrier FOB Destination. The Municipality cannot accept COD Shipments. 6. Materials purchased are subject to the approval of the Municipality and, if rejected, are held subject to the Vendor’s risk and expenses incurred for their return as approved by the Purchasing Officer. 7. Purchase Order number SHALL appear on all invoices, packing lists, packages, shipping notices, instruction manuals, and any correspondence. 8. Memorandum of contents shall be enclosed in each box or package. 9. The vendor agrees to protect the Municipality against all claims for patent or franchise infringement arising from the purchase, installation, or use of the material ordered on this contract, and to assume all expense and damage arising from such claims. 10. If price is not stated on this order, it is agreed that the goods shall be billed at the price last quoted or paid, or the prevailing market price, whichever is lower. 11. It is agreed that the waiver or acceptance of any breach of any of the terms of this order shall not operate to relieve the Vendor of the responsibility herein under for any prior to subsequent breach. 12. All specifications and plans referred to in this order shall form a part of the contract. 13. The Vendor warrants articles supplied under this contract to conform to specifications herein, to be fit and sufficient for the purpose manufactured, merchantable, of good material and workmanship, and free from defect. 14. Cash discount period on all invoices shall commence on the date the shipment is received by the Municipality. If an adjustment or damage occurs on a shipment subject to cash discount, the discount period shall commence on the date the shipment is finally accepted. 15. The Municipality is exempt from Federal Excise and Transportation Taxes. Exemption certificates shall be furnished upon request. 16. Liens: Vendor, by accepting this purchase order, warrants and represents that the goods, wares or merchandise ordered herein are free and clear from all claims and liens of whatsoever nature. 17. Upon opening bid, abstracts shall be posted and available on The Municipality of Anchorage Website: www.muni.org 18. ANTI-DISCRIMINATION: During the performance of this contract the contractor agrees as follows: (A) The Contractor shall not discriminate against any employee or applicant for employment because of race, color, religion, national origin, ancestry, age, sex, sexual orientation, gender identity, marital status or mental or physical handicap. The Contractor shall take affirmative action to ensure that applicants are employed and that employees are treated during employment without regard to the characteristics listed above. Such action shall include, without limitation, employment, upgrading, demotion or transfer, recruitment or recruiting advertising, lay-off or termination, rates of pay or other forms of compensation and selection for training including apprenticeship. The Contractor shall post in conspicuous places, available to employees and applicants for employment, notices setting forth the provisions of this non-discrimination clause. The contractor shall comply with all laws concerning the prohibition of discrimination including, but not limited to Title 5 and Title 7 of the Anchorage Municipal Code. (B) The Contractor shall state, in all solicitations or advertisements for employees to work on contract jobs, that all qualified applicants shall receive consideration for employment without regard to race, color, religion, national origin, ancestry, age, sex, sexual orientation, or gender identity, marital status, or physical or mental handicap. http://www.muni.org/ MUNICIPALITY OF ANCHORAGE Page 4 Sealed ITB No. 2020B056 GENERAL PROVISIONS (Continued) (C) The contractor shall send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice to be provided advising the labor union or workers’ representative of the contractor’s commitments under Section 202 of Executive Order No. 11246 of September 24, 1965, as amended, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. (D) The contractor shall comply with all provisions of Executive Order No. 11246 of September 24, 1965, as amended, and of the rules, regulations, and relevant orders of the Secretary of Labor. (E) The contractor shall furnish all information and reports required by Executive Order No. 11246 of September 24, 1965, as amended and by the rules, regulations and orders of the Secretary of Labor, or pursuant thereto, and shall permit access to his books, records, and accounts by the owner of any one the owner shall designate for purposes of investigation to ascertain compliance with such rules, regulations and orders. (F) In the event of the contractor’s noncompliance with the nondiscrimination clauses of this contract or with any of such rules, regulations, or orders, this contract may be canceled, terminated, or suspended in whole or in part and the contractor may be declared ineligible for further contracts. In accordance with procedures authorized in Executive Order No. 11246 of September 24, 1965, as amended, and such other sanctions may be imposed and remedies invoked as provided in Executive Order No. 11246 of September 24, 1965, as amended, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. (G) By submitting a bid, the contractor certifies they are an equal opportunity employer and shall not discriminate against any employee or applicant for employment because of race, color, religion, national origin, ancestry, age, sex, sexual orientation, gender identity, marital status, or physical or mental disability. The contractor shall comply with all laws concerning the prohibition of discrimination including, but not limited to Title 5 and Title 7 of the Anchorage Municipal Code. (H) The contractor shall include the provisions of paragraph 18 (A) through (G) in every subcontract or purchase order unless exempted by rules and regulations or orders of the Secretary of Labor issued pursuant to Section 204 of Executive Order No. 11246 of September 24, 1965, as amended, so such provisions shall be binding upon each subcontractor or vendor. The contractor shall take such action with respect to any subcontractor or purchase order as the owner may direct as a means of enforcing said provisions, including sanctions for noncompliance. SPECIAL PROVISIONS 1. Any bid not meeting the requirements of this Invitation to Bid may be considered non-responsive. 2. Any bids quoting other than F.O.B. Destination, including freight, shall be considered non-responsive. Destination is: Various Locations per the Attached Specifications. 3. Bids shall not be withdrawn for a period of forty-five (45) days from date of bid opening. 4. The Municipality shall not be responsible for any bid preparation costs; including but not limited to costs associated with attending the pre-bid conference. 5. The Municipality shall not be responsible for any costs, including attorney fees (administrative, judicial or otherwise), associated with any challenge as to the determination of the lowest responsive and responsible bidder and/or award of contract, and/or rejection of bids. By submitting a bid, the bidder agrees to be bound in this respect and waives all claims to such costs and fees. 6. The Municipality of Anchorage assumes no responsibility for any interpretations or representations made by any of its officers or agents unless such interpretations or representations are made by Addendum to this Solicitation. 7. **Emailed bids are preferred due to COVID-19 and must be sent to wwpur@muni.org or faxed to 907-343-4595. Bids may be submitted in a sealed envelope addressed to the MOA Purchasing Department, 632 W. 6th Avenue, Suite 520, Anchorage, AK 99501 and shall include the following, clearly and legibly written/typed on the outside of the envelope: a. Bidder’s Name (as indicated on Business License), Address, City, State, and Zip Code b. Invitation to Bid #, Invitation to Bid Title and Buyer’s Name 8. At the above indicated time, bids shall be opened publicly and read aloud. Bids received after the scheduled bid opening date and time or bids not containing the Purchasing Office time and date stamp shall not be considered and shall be held unopened by the Purchasing Department. mailto:wwpur@muni.org MUNICIPALITY OF ANCHORAGE Page 5 Sealed ITB No. 2020B056 SPECIAL PROVISIONS (Continued) 9. NO RESPONSIBILITY SHALL ATTACH TO ANY OFFICER FOR THE PREMATURE OPENING OF, OR THE FAILURE TO OPEN, A BID NOT PROPERLY ADDRESSED AND IDENTIFIED. 10. A bidder may withdraw, modify, or correct their bid after it has been deposited with the Purchasing Department. Requests for withdrawal, modification, or correction shall be in writing and received by the agent responsible for opening bids. Requests for withdrawal, modification, or correction shall be received before the time set for bid opening. Modified or corrected bids shall be signed by an authorized bidder representative. Facsimile or emailed modifications or corrections SHALL NOT be accepted. Modified or corrected bids shall be received prior to the date and time set for bid opening. No bidder shall be permitted to withdraw an offer after the time set for bids to be opened. 11. Whenever a material, article, or piece of equipment is identified on the plans or in the specifications by reference to manufacturer or vendor name, trade name, catalog number, etc., it is intended merely to establish a standard; unless otherwise specified in the Invitation to Bid. Any material, article, or equipment of other manufacturers and vendors which meet the form, fit, and function imposed by the general design shall be considered equally acceptable provided the material, article, or equipment so proposed is, in the opinion of the Municipality of Anchorage, of equal substance in form, fit and function. Any item quoted, as “equal” shall be accompanied by complete data and/or brochures to be used in evaluation. 12. Alternate bids are not encouraged unless specifically requested. However, if an alternate bid is submitted, the Municipality of Anchorage shall have sole discretion in either accepting or rejecting each alternate offered. 13. The Office of the Purchasing Officer is located at 632 W. 6th Avenue, Suite 520, Anchorage, Alaska 99501, and is open for business from 8:00am to 12:00pm and 1:00pm to 5:00pm, Monday – Friday, Excluding Municipal Holidays. Acceptance of special delivery mail is not available Saturday or Sunday. 14. The following shall be held in the MOA Purchasing Office, 632 W. 6th Ave, Suite 520, Anchorage, AK 99501: 15. If more than one bid is offered by any one party for the same product, by or in the name of his clerk, partner, or other person, all such bids shall be rejected. A party who has quoted prices to a bidder is not thereby disqualified from quoting prices to other bidders, or from submitting a bid directly for the work. 16. The Municipality may reject any unbalanced bid if it is in the best interest of the Municipality. A bid is considered unbalanced, when in the opinion of the Purchasing Officer, the bid allocates a disproportionate share of costs to one or more bid items and reduces the costs of another bid item or items, and if there is a reasonable possibility that the bid shall not result in the lowest overall cost to the Municipality. 17. When the Bidding Documents contain a basic bid and additive alternates, the low Bidder shall be determined by the lowest combination of the basic bid and as many additive alternates as may be chosen in the order listed in the Bid. The Purchasing Officer may bypass any additive alternate whose selection would cause the Contract to exceed the funds available. 18. The Purchasing Officer shall use the list of priorities in the bid schedule to determine the low bidder only. After determining the low bidder, an award may be made on any combination of the bid items provided: (1) it is in the best interest of the Municipality; (2) funds are available at the time of award; and (3) the low bidder’s price for the combination to be awarded is less than the price offered by any other responsive, responsible bidder. 19. For Service Contracts where the amount is more than $100,000, the Purchasing Officer shall follow AMC 7.20.030.B. for required documentation. Municipality of Anchorage Contractor Questionnaire shall be submitted to the MOA Purchasing Officer within five (5) days of request from Purchasing. 20. The Municipality standard payment terms are NET 30. Bidders may offer discounts for prompt payment. The minimum prompt payment terms acceptable to the Municipality is 1% and net 15 days. Prompt payment terms shall be utilized to determine final net price offered. Any prompt payment terms lower than 1% and net 15 shall result in payment terms of NET 30. If bid includes prompt payment terms, bidder shall include payment terms on the Bid Proposal Page. NOTE: The prompt payment period shall commence upon receipt and acceptance of the supply/service or receipt of a valid invoice; whichever occurs last. 21. The Municipality desires to utilize the Municipal Procurement Card (credit card) for purchases made against this ITB. Bidder shall indicate on the Bid Proposal Page if the Municipal Procurement Card is acceptable. Pre-Bid Conference at: 9:30 A.M. Alaska Time, November 13, 2020 Bids Opened at: 9:30 A.M. Alaska Time, November 24, 2020 MUNICIPALITY OF ANCHORAGE Page 6 Sealed ITB No. 2020B056 BIDDER’S CHECK LIST I. GENERAL Bidders are advised, notwithstanding any instructions or implications elsewhere in this Invitation to Bid, only the documents shown and detailed on this sheet need be submitted with and made part of their bid. Other documents may be required to be submitted after bid opening, but prior to award. Bidders are hereby advised failure to submit all required documents shall be justification for rendering the bid non-responsive. Evaluation of bids for responsiveness shall be accomplished in accordance with Anchorage Municipal Code, Title 7. II. REQUIRED DOCUMENTS FOR BID A. BID PROPOSAL: Pages 10-15. Page 15 shall be signed by an authorized representative of the Bidder. B. ADDENDA: All addenda issued against this Invitation to Bid shall be acknowledged on the Bid Proposal page or by manually signing the Addenda sheet(s) and submitting the Addenda sheet(s) to the Municipality Purchasing Office prior to the time and date set for bid opening. NOTE: Erasures or other changes made on the Bid Proposal page or the signature page shall be initialed by the person signing the bid. III. RESPONSIBLE BIDDER/CONTRACTOR QUESTIONNAIRE – IF APPLICABLE Per AMC 7.20.030.B. the required certifications or disclosures must be submitted to the Purchasing Officer within five (5) days of the request of Purchasing. The certifications and disclosures will be utilized by the Purchasing Officer to determine vendor responsibility. The required questionnaire is attached for review. (Remainder of Page Intentionally left Blank) MUNICIPALITY OF ANCHORAGE Page 7 Sealed ITB No. 2020B056 INSURANCE By submitting a bid, the bidder agrees, if they are the successful bidder, to obtain and maintain the insurance required by this section. The bidder also agrees to provide the Municipality a copy of their Certificate of Liability Insurance prior to signing the contract and prior to commencement of any work under this contract. GENERAL: The Contractor shall not allow any subcontractor to commence work until the subcontractor has obtained insurance as listed in this section. The contractor and each subcontractor shall maintain this insurance throughout the life of this contract, including any maintenance and/or guarantee/warranty period. The contractor shall obtain separate insurance certificates for each contract. ADDITIONAL INSURED: The Municipality of Anchorage shall be listed as an additional insured on all General and Auto Liability policies required by this contract. All policies shall contain a waiver of subrogation against the Municipality, except Professional Liability. All policies shall remain in effect during the life of the contract. The Contractors insurance certificate shall also indicate the Municipality of Anchorage as a certificate holder of the policy. WORKERS COMPENSATION: The Contractor shall purchase and maintain during the life of this contract, workers compensation insurance for all employees working on this project and, if any work is sublet, the Contractor shall require the subcontractor similarly to provide such insurance. Employers’ Liability with a minimum limit of $500,000 shall be maintained and Workers Compensation with minimum limits as required by Alaska State Workers Compensation Statutes. The policy shall contain a waiver of subrogation against the Municipality. NOTICE TO “OUT-OF-STATE” CONTRACTORS WORKING IN ALASKA: The Contractor shall provide evidence of Workers Compensation insurance, either State of Alaska Workers Compensation coverage or an endorsement to the Contractor’s home state Workers Compensation policy, evidencing coverage for “other states” including Alaska, prior to execution of a contract or, if approved, before commencement of contract performance in Alaska. GENERAL LIABILITY: The Contractor shall purchase and maintain, in force, during the life of this contract such general liability insurance as shall protect the Owner and the Contractor against losses which may result from claims for damages for bodily injury, including accidental death, as well as from claims for property damages which may arise from any operations under this contract whether such operations be those of the Contractor, a subcontractor or anyone directly or indirectly employed by either of them. Commercial General Liability Minimum Limits Products/Completed Operations $1,000,000 Personal & Advertising Injury $1,000,000 Each Occurrence $1,000,000 General Aggregate $1,000,000 Medical Payments $5,000 Commercial Auto Liability Minimum Limits Combined single limit (Bodily Injury and Property Damage) $500,000 Including all owned, hired, and non-owned Workers Compensation and Employers Liability Minimum Limits Per Alaska statute $500,000 Errors and Omissions Minimum Limits Professional Liability (Not required unless limits appear in space provided) Umbrella Liability Minimum Limits (Not required unless limits appear in space provided) $ ____________________ S.I.R. Each insurance policy required by this section shall require the insurer to give advance notice to the MOA/Contract Administrator prior to the cancellation of the policy. IF the insurer does not notify the MOA upon policy cancellation, it shall be the Contractor’s responsibility to notify the MOA of such cancellation. MUNICIPALITY OF ANCHORAGE Page 8 Sealed ITB No. 2020B056 COMPLIANCE WITH LAWS The Contractor shall observe and abide by all applicable laws, regulations, ordinances and other rules of the State of Alaska and/or any political subdivisions thereof, or any other duly constituted public authority wherein work is done or services performed, and further agrees to indemnify and save the Municipality of Anchorage harmless from any and all liability or penalty which may be imposed or asserted by reason of the Contractor’s failure or alleged failure to observe and abide thereby. (Remainder of Page Initially left Blank) MUNICIPALITY OF ANCHORAGE Page 9 Sealed ITB No. 2020B056 CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) shall be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT NAME: PHONE (A/C, No, Ext): FAX (A/C, E-MAIL ADDRESS: INSURER(S) AFFORDING COVERAGE NAIC # INSURER A : INSURED INSURER B : INSURER C : INSURER D : INSURER E : INSURER F : CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE SHALL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. Authorized Representative THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADDL INSR SUBR WVD POLICY NUMBER POLICY EFF (MM/DD/YYYY) POLICY EXP (MM/DD/YYYY) LIMITS GENERAL LIABILITY EACH OCCURRENCE $ COMMERCIAL GENERAL LIABILITY DAMAGE TO RENTED PREMISES (Ea occurrence) $ CLAIMS-MADE OCCUR MED EXP (Any one person) $ PERSONAL & ADV INJURY $ GENERAL AGGREGATE $ GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG $ POLICY PRO- LOC $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT (Ea accident) $ ANY AUTO BODILY INJURY (Per person) $ ALL OWNED AUTOS HIRED AUTOS SCHEDULED AUTOS NON- OWNED AUTOS BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ $ UMBRELLA LIAB EXCESS LIAB OCCUR CLAIMS- EACH OCCURRENCE $ AGGREGATE $ DED RETENTION $ $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y / N ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below N / A WC STATU- TORY LIMITS OTH- ER E.L. EACH ACCIDENT $ E.L. DISEASE - EA $ E.L. DISEASE - POLICY LIMIT $ DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space is required) 1. The Municipality of Anchorage is an additional insured on Auto and General Liability policies. All policies, including workers compensation, contain a WAIVER OF SUBROGATION against the Municipality, except Professional Liability, . 2. CANCELLATION: "Should any of the above described policies be cancelled before the expiration date thereof, notice shall be delivered in accordance with the Policy Provisions." ITEM DESCRIPTION 1 GASOLINE, UNLEADED 1A GASOLINE, UNLEADED 2 ULTRA-LOW SULFUR DIESEL FUEL NO. 1 2A ULTRA-LOW SULFUR DIESEL FUEL NO. 1 2B ULTRA-LOW SULFUR DIESEL FUEL NO. 2 2C ULTRA-LOW SULFUR DIESEL FUEL NO. 2 ITEM DESCRIPTION EST QTY UNIT 3 3A ONE-GALLON CONTAINER 80 GAL 3B 2.5 GALLON CONTAINER WITH FILLER NECK 50 EA 3C FIVE-GALLON PAIL 15 EA 3D 55 GALLON DRUM 40 EA 3E BULK 500 GAL 4 10W30 ENGINE OIL (HDMO) 12 EA 1 QT SIZE 60 CASE 5 5A 12 EA, 1 QT CONTAINER PER CASE 15 CASE 5B 6 EA, 1 GALLON CONTAINER PER CASE 5 CASE 5C 55 GALLON DRUM 1 EA 5D BULK STORAGE 2,000 GAL 6 5W20 MOTOR OIL, CURRENT SPEC. GF4/SM-12 EA, 1 QT CONTAINER PER CASE 60 CASE 7 7A 12 EA, 1 QUART CONTAINER PER CASE 60 CASE 7B 55 GALLON DRUM 1 EA 7C BULK STORAGE 2,000 GAL 8 8A 12 EA, 1 QUART CONTAINER PER CASE 30 CASE 8B BULK STORAGE 2,500 GAL BID PROPOSAL ESTIMATED ANNUAL QUANTITIES 500,000 GALLONS 1,000,000 GALLONS $ $ $ $ PER GALLON OF THE GROSS AVERAGE OPIS PRICE PER GALLON OF THE GROSS AVERAGE OPIS PRICE PER GALLON OF THE GROSS AVERAGE OPIS PRICE PER GALLON OF THE GROSS AVERAGE OPIS PRICE (+) $ (-) $ (+) $ (-) $ PER GALLON OF THE GROSS AVERAGE OPIS PRICE (+) $ PER GALLON OF THE GROSS AVERAGE OPIS PRICE $ TOTAL PRICEUNIT PRICE DIESEL EXHAUST FLUID (DEF) SPECIAL SUPPLEMENT $ PRICE PER GALLON ULTRA LOW SULFUR DIESEL (1&2) UNLEADED GASOLINE ITEM (-) $ ESTIMATED ANNUAL FUEL USAGES $ $ 0W30 SYNTHETIC HEAVY DUTY MOTOR OIL (CJ-4) $ $ $ $ $$ $ $ $LINE 3 TOTAL (ITEMS 3A, 3B, 3C, 3C, & 3E): $ $ SYNTHETIC BLEND 5W30, CURRENT SPEC GF4/SM $ $ $ $ $ $ $ $ LINE 4 TOTAL (ITEMS 5A, 5B, 5C, & 5D): $ $ $ LINE 8 TOTAL (ITEMS 8A & 8B): $ $ $ LINE 7 TOTAL (ITEMS 7A, 7B, & 7C): $ 5W30 SAE OIL, CURRENT SPEC GF4/SM $ $ Vendor Name ___________________________________ MUNICIPALITY OF ANCHORAGE Sealed ITB No. 2020B056 Page 10 ITEM DESCRIPTION EST QTY UNIT 9 DRIVE TRAIN 10W (TO4 SPEC) BULK STORAGE 1,000 GAL 10 10W-30 ENGINE OIL (AUTOMOTIVE) GF4/SM-12 EA, 1 QT CONTAINER PER CASE 70 CASE 11 11A 12 EA, 1 QUART CONTAINER PER CASE 5 CASE 11B 6 EA, 1 GALLON CONTAINER PER CASE 5 CASE 11C 55 GALLON DRUM 1 EA 11D BULK 200 GAL 12 12A 12 EA, 1 QUART CONTAINER PER CASE 10 CASE 12B 6 EA, 1 GALLON CONTAINER PER CASE 5 GAL 12C 55 GALLON DRUM 1 EA 12D BULK STORAGE 200 GAL 13 13A 12 QT CONTAINERS PER CASE 25 CASE 13B 55 GALLON DRUM 5 EA 13C BULK STORAGE 6,000 GAL 14 30W ENGINE OIL (DIESEL) 12QT CONTAINER/CASE 5 CASE 15 15A 6 EA, 1 GALLON CONTAINER PER CASE 100 CASE 15B 55 GALLON DRUM 1 EA 16 16A 55 GALLON DRUM 20 EA 16B BULK STORAGE 3,500 GAL 17 17A 55 GALLON DRUM 6 EA 17B BULK STORAGE 750 GAL 18 HYDRAULIC OIL AW 68 - 55 GALLON DRUM 4 EA 19 19A 6 EA, 1 QUART CONTAINER PER CASE 10 CASE 19B 1/4 DRUM 1 EA 19C 55 GALLON DRUM 13 EA 20 LOW ASH GAS ENGINE OIL 30 - 55 GALLON DRUM CHEVRON HDAX GEO LOW ASH 30 "OR EQUAL" 1 EA 21 ISO 150 TURBINE OIL - 55 GALLON DRUM 2 EA $ $ $ $ $ $ $ $ $ $ 5W-40 FULL SYNTHETIC ENGINE OIL CJ-4 CITGO CITGARD "SYNDURANCE" OR EQUAL UNIT PRICE TOTAL PRICE $ $ BID PROPOSAL (CONTINUED) LINE 11 TOTAL (ITEMS 11A, 11B, 11C, & 11D): $ 10W-30 ENGINE OIL (DIESEL) C14 $ $ $ $ $ $ $ $ $ $ $LINE 13 TOTAL (ITEMS 13A, 13B, & 13C): $ $ LINE 12 TOTAL (ITEMS 12A, 12B, 12C, & 12D): $ 15W40 ENGINE OIL (API CJ-4) $ $ LINE 15 TOTAL (ITEMS 15A & 15B): $ TURBINE OIL 32 CHEVRON GST-32 (OR EQUEAL WITH PROOF OF 100% CAPABILITY TEST) $ $ $ $ $ $ 40W ENGINE OIL (MUST MEET OR EXCEED DETROIT DIESEL 2-STROKE ENGINE RECOMMENDATION) $ $ $ $ $LINE 16 TOTAL (ITEMS 16A & 16B): HYDRAULIC OIL AWWR ISO 32 (423) $ $ $ $ SYNTHETIC GEAR OIL 17W90 GL5 $ $ $ $ $ $ $LINE 17 TOTAL (TIEMS 17A & 17B): $ $ $LINE 19 TOTAL (ITEMS 19A, 19B, & 19C): $ $ $ $ Vendor Name ___________________________________ MUNICIPALITY OF ANCHORAGE Sealed ITB No. 2020B056 Page 11 ITEM DESCRIPTION EST QTY UNIT 22 22A 55 GALLON DRUM 1 EA 22B BULK STORAGE 450 GAL 23 TURBINE OIL ISO 100 - 5 GALLON PAILS 1 EA 24 24A 5 GALLON PAIL 1 EA 24B 55 GALLON DRUM 1 EA 24C BULK STORAGE 200 GAL 25 25A 55 GALLON DRUM 1 EA 25B BULK STORAGE 200 GAL 26 26A 55 GALLON DRUM 1 EA 26B BULK STORAGE 250 GAL 27 27A PRICE PER POUND 1 LB 27B 10 CARTRIDGE PER CASE 6 CASE 27C 1/4 DRUM 4 EA 27D 55 GALLON DRUM 2 EA 28 28A PRICE PER POUND 1 LB 28B 10 CARTRIDGE PER CASE 3 CASE 28C 1/4 DRUM 1 EA 29 29A 1/4 DRUM 1 EA 29B 55 GALLON DRUM 2 EA 29C BULK STORAGE 1500 GAL 30 30A 12 QT PER CASES 50 CASE 30B 55 GALLON DRUM 10 EA 30C BULK STORAGE 1500 GAL Vendor Name ___________________________________ BID PROPOSAL (CONTINUED) UNIT PRICE TOTAL PRICE 30W DRIVE TRAIN (TO-4) OIL $ $ $ $ $LINE 22 TOTAL (ITEMS 22A & 22B): $ $ $LINE 24 TOTAL (ITEMS 24A, 24B, & 24C): TURRBINE OIL ISO 46 $ $ $ $ MACHINE OIL AW ISO 220 $ $ $ $ $ $ $ $ $LINE 25 TOTAL (ITEMS 25A & 25B): TURBINE OIL ISO 68 $ $ $LINE 27 TOTAL (ITEMS 27A, 27B, 27C, & 27D): GEAR OIL MULTI PURPOSE 80W90 GL5 $ $ $ $ $ $ $ $ $ $ $LINE 26 TOTAL (ITEMS 26A & 26B): CHASSIS GREASE, EP-2 EP 3 MULTI PURPOSE LITHIUM COMPLEX GREASE $ $ $ $ $ $ $LINE 28 TOTAL (ITEMS 28A, 28B, & 28C): ATF FLUID FORMER SPEC MERCON/DEXRON III $ $ $ $ $ $ $ $ $ $ $LINE 29 TOTAL (ITEMS 29A, 29B, & 29C): $LINE 30 TOTAL (ITEMS 30A, 30B, & 30C): MUNICIPALITY OF ANCHORAGE Sealed ITB No. 2020B056 Page 12 ITEM DESCRIPTION EST QTY UNIT 31 31A PER CASE 50 CASE 31B 55 GALLON DRUM 10 EA 32 32A PER CASE 50 CASE 32B 55 GALLON DRUM 10 EA 33 33A PER CASE 50 CASE 33B 55 GALLON DRUM 10 EA 34 34A 55 GALLON DRUM 1 EA 34B BULK STORAGE 3000 GAL 35 35A 5 GALLON PAIL 1 EA 35B 55 GALLON DRUM 1 EA 36 36A 5 GALLON PAIL 1 EA 36B 55 GALLON DRUM 1 EA 37 GEAR COMPOUND 150 - 55 GALLON DRUM 1 EA 38 GEAR LUBRICANT 80W140 - 1/4 DRUM 2 EA 39 39A 5 GALLON PAIL 1 EA 39B 55 GALLON DRUM 1 EA 40 GEAR COMPOUND 320 - 35LB PAIL 1 EA 41 SYNTHETIC MANUAL TRANSMISSION FLUID SAE 50 - 55 GALLON DRUM 1 EA 42 MERCON V FORD ATF - 55 GALLON DRUM 1 EA 43 EP LITHIUM COMPLEX GREASE 3% MOLY - 35LB PAIL 1 EA 44 WAY OIL 220 - 5 GALLON PAIL 1 EA 45 MULTI-PURPOSE GEAR LUBE 75W90 - 1/4 DRUM 1 EA Vendor Name ___________________________________ BID PROPOSAL (CONTINUED) $LINE 31 TOTAL (ITEMS 31A & 31B): ATF FLUID MOTORDRAFT MERCON SP $ $ ATF FLUID GM DEXRON VI $ $ $ $ UNIT PRICE TOTAL PRICE $ $ LINE 33 TOTAL (ITEMS 33A & 33B): $ TRACTOR HYDRAULIC FLUID $ $ $ $ LINE 32 TOTAL (ITEMS 32A & 32B): $ ATF FLUID MOTORCRAFT MERCON LV $ $ $ $ LINE 35 TOTAL (ITEMS 35A & 35B): $ TOULENE $ $ $ $ $LINE 34 TOTAL (ITEMS 34A & 34B): STODDARD SOLVENT $ $ $ $ GEAR COMPOUND 460 $ $ $ $ $ $ $LINE 36 TOTAL (ITEMS 36A & 36B): $ $ $ $ $ $ $ $ $LINE 39 TOTAL (ITEMS 39A & 39B): $ $ $ $ $ $ MUNICIPALITY OF ANCHORAGE Sealed ITB No. 2020B056 Page 13 ITEM DESCRIPTION EST QTY UNIT 46 CHEVRON RPM ARCTIC GREASE GRADE1, POLYUREA THICKNER "OR EQUAL" - 1/4 DRUM 1 EA 47 EP 1 MULTI-PURPOSE LITHIUM COMLEX GREASE - 5 GALLON PAIL 1 EA 48 CASTROL WHEEL CLEANER (CA 0729) "OR EQUAL" - 30 GALLON DRUM 1 EA 49 CHEVRON DELO GREASE EP (NLGI-00) "OR EQUAL" - 1/4 DRUM 1 EA 50 SUPER CLEAN (CA 0727) - 55 GALLON DRUM 18 EA 51 51A WINDSHIELD WASHER FLUID RATED TO -20 F DELIVERED IN 55 GALLON DRUM 30 EA 51B WINDSHIELD WASHER FLUID RATED TO -40 F DELIVERED IN 55 GALLON DRUM 30 EA 52 52A DEX-COOL 1 EA 52B MOTORCRAFT GOLD 1 EA 52C MOTORCRAFT ORANGE 1 EA 52D UNIVAR POTASSIUM ACETATE 6 EA 53 CHEVRON DELO 50/50 EXTENDED LIFE COOLANT (ECL) "OR EQUAL" 6 EA PER GALLON PER CASE 1 CASE 54 54A 55 GALLON DRUM 3 EA 54B BULK STORAGE 300 GAL 55 SYNTHETIC OIL 75W-140 1/4 DRUM 1 EA PRICE PER GALLON 56 UNOCAL MEGAFLOW AW HVI HYDRAULIC OIL 32 BULK DELIVERY 57 UNOCAL HYDRAULIC TRACTOR FLUID BULK DELIVERY 58 VALVOLINE MAX LIFE DEX/MERC AUTOMATIC TRANSMISSION FLUID BULK DELIVERY $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ LINE 51 TOTAL (ITEMS 51A & 51B): $ ANTIFREEZE, HEAVY DUTY 55 GALLON DRUM $ $ BID PROPOSAL (CONTINUED) UNIT PRICE TOTAL PRICE WINDSHIELD WASHER FLUID - SUMMER & WINTER $ $ $ $ $ $ $ LINE 54 TOTAL (ITEMS 54A & 54B): $ LINE 25 TOTAL (ITEMS 52A, 52B, 52C, & 52D): $ HYDRAULIC OIL AWWR ISO 46 $ $ BULK $ $ $ $BULK BULK $ Vendor Name ___________________________________ MUNICIPALITY OF ANCHORAGE Sealed ITB No. 2020B056 Page 14 MUNICIPALITY OF ANCHORAGE Page 15 Sealed ITB No. 2020B056 BID PROPOSAL (Continued) Prompt Payment Discount - Payment Terms Offered Addendum Acknowledgement ______% Net 15 OR Net 30 (default) 1% is the minimum amount allowed (As referenced on page 5 of the ITB) Number(s) _________is/are hereby acknowledged The bidder will accept CREDIT CARDS FOR PURCHASES against this ITB.  YES  NO BASIS OF AWARD Award will be made to the lowest responsive and responsible bidder(s) in accordance with Anchorage Municipal Code Sections 7.15.040, 7.20.020, 7.20.030, and 7.20.040, with preference to local bidders applied in accordance with Section 7.20.040. Evaluation for determining the lowest bid(s) shall be made by line item. All items must be new and come with manufacturer’s warranty, if supplied by the manufacturer. The purchasing officer shall have the sole discretion to determine whether the bid submitted meets specifications of the Invitation to Bid, whether a bidder is responsive, and whether a deviation is material. CONTRACT VOLUME The Municipality of Anchorage does not guarantee any minimum or maximum purchase quantities and/or dollar amounts. The above quantities are for evaluation purposes only. The Municipality reserves the right to increase or decrease the quantities listed at the same unit price. PERIOD OF PERFORMANCE Period of performance will be on an “as required” basis from January 1, 2021 through December 31, 2023, unless terminated sooner, with an option to renew for two (2) additional one (1)-year periods at the same unit prices and fuel consumption rate formula, upon mutual consent of both parties and lawful appropriation of funds. By submitting a bid, the bidder acknowledges receipt, has reviewed and has an understanding of all documents listed on the Invitation to Bid Cover Sheet. For purposes of bid evaluation and contract award, in the event of inconsistency between the unit price and extended amount, the unit price shall govern. _________________________________________________ ____________________________ Authorized Representative Signature Date _________________________________________________ ____________________________ Printed Name Title _________________________________________________ ____________________________ Printed Vendor Name Phone Number _________________________________________________ ____________________________ Mailing Address Fax Number _________________________________________________ ____________________________ City, State, Zip Code Company Email Address _________________________________________________ Physical Address of Company (if different from above) _________________________________________________ City, State, Zip Code By signing above the bidder certifies they are an equal opportunity employer and shall not discriminate against any employee or applicant for employment because of race, color, religion, national origin, ancestry, age, sex, sexual orientation, gender identity, marital status, or physical or mental disability. The contractor shall comply with all laws concerning the prohibition of discrimination including, but not limited to Title 5 and Title 7 of the Anchorage Municipal Code. PETROLEUM PRODUCT SPECIFICATIONS Page 1 of 3 DEPARTMENTAL PROVISIONS 1. FUEL PRICING: Fuel pricing shall be based upon the contracted average daily rack price at 11am Anchorage time for the type of fuel delivered as specified by Oil Price Information Service (OPIS) as of the date of delivery. The Municipality’s invoiced cost for fuel shall be the gross OPIS contract average daily rack price for Anchorage, AK on the date of fuel delivery, plus or minus the contractor’s factored bid rate. The contractor’s factored bid rate shall not change during life of the contract, including any contract extensions. All proposed changes in the Brand Name items to be delivered must be approved in writing prior to delivery. ALL DIESEL FUEL SHALL NOT EXCEED (ALASKA EXEMPTION) THE MOST CURRENT SULFUR CONTENT REQUIREMENTS IMPOSED BY THE FEDERAL ENVIRONMENTAL PROTECTION AGENCY. 2. INSPECTION AND SAMPLING: The Municipality reserves the right for inspection and sampling of any product under contract at the Municipality’s option. If, upon report of sampling, the product is found to be below the contractor's minimum specifications and unsuitable (in the opinion of the Municipality) for the purpose intended, the Municipality retains the right to immediately request removal and replacement with an acceptable product at no charge to the Municipality and the cost of the sampling and testing shall be charged to the supplier. 3. TAX PROVISIONS: It is understood that prices quoted under this proposal shall be exclusive of all Federal and State Taxes. 4. CONTRACTOR’S PROTECTIVE CLAUSE: There shall be no obligation to deliver any or all of the products included in this bid in the customary manner, when such deliveries are prevented or hindered by an natural disaster, strike, partial or total interruption or loss or shortage of transportation facilities, or lockout, commandeering of raw materials, products, plants or facilities or other similar or different act of Civil or Military Authorities, or by other like causes beyond the control of the contractor. 5. RESERVATIONS: The Municipality of Anchorage reserves the right to reject any or all bids and to waive irregularities in procedures. 6. AVAILABILITY: Diesel #1 must be made available year-round. For the items listed herein, which are not immediately available for purchase from the contracted supplier, shall be available no later than seven (7) calendar days after order. For other items not listed herein delivery shall be made no later than twenty-one (21) calendar days. The Municipality of Anchorage reserves the right to purchase items from another supplier in the event the Contractor does not have the item in stock. Any awarded contract directly resulting from this solicitation is not an exclusive right to sell contract. 7. REPORTS: The successful vendors shall provide a semi-annual report of all products purchased under their respective contract. The report shall identify the Department/Utility, the product, amount purchased by unit of packaging and the total amount of the order. This report shall be provided to the Purchasing Department contract administrator. 8. DELIVERY OF LUBRICANT AND OTHER PRODUCTS: Delivery of lubricant and other products ordered shall be made within 2 working days after receipt of order to the designated Municipal location and, if necessary, pumped into the respective tank(s). All deliveries shall be made between the hours of 8:00 a.m. – 5:00 p.m., Monday through Friday, unless another time has been pre-arranged with the receiving facility. Contractor may not deliver any bulk lubricants using an ISO tank unless specifically authorized by the ordering department. All bulk deliveries made by the Contractor must have capability of providing a delivery ticket, showing as a minimum, a description of the product delivered, number of gallons delivered, date and time of delivery and drivers printed name and signature. PETROLEUM PRODUCT SPECIFICATIONS Page 2 of 3 9. DELIVERY OF FUEL AND GASOLINE PRODUCTS: Delivery of fuel and gasoline products ordered shall be made within one (1) working day after receipt of order to the designated Municipal location. Deliveries shall be made with the appropriate size vehicle and equipment, including all hosing and fittings to connect to fuel tank from the vehicle, to transfer all fuel requested into the tank in one (1) call. Double verification is required for all bulk deliveries and the Tanker Operator prior to fueling will stick the tank and verify with the MOA employee the amount of fuel needed prior to beginning the filling. NO PARTIAL DELIVERIES. The maximum size of delivery vehicle required under this contract shall be 10,000 gallons. Smaller vehicles may be utilized for less than 10,000-gallon deliveries, provided that the vehicles meet the other requirements of this paragraph. All bulk fuel deliveries shall be metered, and delivery vehicles must be capable of immediately providing an accurate printout (in gallons) of the fuel delivered. All deliveries shall be made between the hours of 8:00 a.m. – 5:00 p.m., Monday through Friday, unless another time has been pre-arranged with the receiving facility. Fuel deliveries on weekends shall be pre-arranged with the receiving facility. Contractor must have local contact information in case of emergency fuel deliveries 24 hours per day, 7 days per week. 10. DELIVERY OF FUEL WITH LESS THAN ONE (1) WORKING DAY NOTICE: Delivery of gasoline/diesel products may be required on less than a one (1) working day notice (same day service). The Contractor shall be entitled to an additional service charge of $150.00 for such deliveries PROVIDED the delivery occurs within 24 hours of notification. Contractor MUST obtain these types of requests in writing from the ordering Department or Utility. Note for normal deliveries where the Contractor delivers fuel on the same day as the product was ordered, and no expedited services were requested by the ordering Department or Utility; and the Contractor for the Contractor’s convenience delivers on the same day, the Contractor will not be allowed to charge any additional fees. 11. MATERIAL SAFETY DATA SHEETS: Deliver material safety data sheets for each product delivered to each location with the first delivery of each product. 12. DELIVERY LOCATIONS: Delivery locations for liquid fuels, (w/capacity) and lubricating oils are currently in place. The Municipality reserves the right to change these locations during the course of the contract. The vendor will be notified as changes occur. Bulk delivery means pumped into Municipality of Anchorage tanks. All liquid fuel locations are to be serviced on a “Call” basis. The Municipality reserves the right to add or delete delivery locations as required. Merrill Field may pick-up product as required; however, Contractor shall be prepared and have the capability of delivering to Merrill Field. 13. SPECIFICATIONS AND GENERAL REQUIREMENTS FOR NON-LEADED GASOLINE: The product shall conform to the requirements of the tentative specifications for gasoline of the American Society for Testing Materials, ASTM Designation D-4814-90 A, Type F-1 octane ratings. "Non-leaded" gasoline shall be Type A, Minimum octane number 87. 14. SEPARATE BIDS The Municipality reserves the right to bid separately for any item(s) covered under the resultant contract(s) in the event the Contractor does not physically have the required item in stock at the time of ordering and time is of the essence. This is not an exclusive right to sell contract. 15. TANK FILLING REQUIREMENTS AND LIABILITY Per Federal Regulations the tank filling is to be continually monitored by the Tanker Truck Operator for overfill prevention measures. In the event of a spill the company of the Tanker Truck Operator will be held liable for all cost associated with the cleanup. 16. AUDIT a. The Municipality may periodically perform an audit review of the successful contractor. This audit will be performed at the contractor’s facility during the normal business hours of 8:00 a.m. to 5:00 p.m. b. The intent of the audit(s) is to confirm that the Municipality of Anchorage is being charged the appropriate price. However, should the results of the audit reveal that items are not being priced properly, or discounts deducted correctly, then the Municipality of Anchorage shall immediately notify the contractor of its findings. c. Upon having received such notification, the contractor shall reflect the appropriate credit amounts on the next billing statement issued to the Account Payable Section, with a copy to the Purchasing Contract Administrator. PETROLEUM PRODUCT SPECIFICATIONS Page 3 of 3 17. PRICE ESCALATION / DE-ESCALATION (Applicable to Items 4 – 51) a. After contract initiation, all prices will remain unchanged for a minimum of six (6) months. b. If there is a desire to renew the contract by both parties and the contractor requests an escalation of the unit prices due to increased costs, the following process will be adhered to: i. Any request for a price increases must be accompanied by sufficient documentation to justify the increase. Documentation must be based upon evidence of direct cost increases encountered from the time of bid preparation until the time of the increase request or contract renewal. This may take the form of a revised manufacturer price list(s), or invoices for product purchased and comparable quotations from the manufacturer for the same product to be purchased for the upcoming year, or other documentation acceptable to the Municipality of Anchorage. Acceptance of evidence of a price increase shall be at the sole discretion of the Municipality of Anchorage Purchasing Officer. ii. Any increases in the unit price will not produce a higher profit margin than that established on the original contract pricing. Approved price adjustments shall be for future purchases effective at contract renewal and shall remain unchanged for a minimum of six (6) months or the duration of the renewal term whichever is later. iii. Increase requests submitted based on increases due to the rise in raw materials, then a breakdown must be provided showing the percentage of all raw materials that make up a given item and what the cost increases amount to by raw material. An evaluation will be completed based upon the percentage of raw material a given item has, compared to the price increase request. c. During the life of the contract, and at the time of contract renewal, any price decreases at the manufacturer's level or other cost reductions experienced by the Contractor shall be passed on to the Municipality of Anchorage via a reduction in the contract unit price for future purchases. Failure to do so shall be cause for not renewing the contract under the option provisions and may be cause for termination of the contract. 18. ANCHORAGE SCHOOL DISTRICT IS AN AUTHORIZED USER: Anchorage School District (ASD) will be an authorized user on the contract. Charges for services provided to ASD under this contract shall be the responsibility of ASD. Method of payment for services provided to ASD shall be between ASD and contractor. The MOA shall not be responsible for any ASD charges and orders for services. DELIVERY LOCATION FOR LIQUID FUELS, (W/CAPACITY) AND LUBRICATING OILS: Facilities Gasoline Cap. (Gal) Diesel Cap. (Gal) Anchorage Water and Wastewater (AWWU) 3000 Arctic Blvd 4,000 Unleaded Eklutna Water Treatment Facility 450 Unleaded 3,500 Operations & Maintenance Facility – 325 E. 94th Court 10,000 Unleaded 10,000 Ship Creek Water Treatment Facility Oilwell Road 250 Point Woronzof 2,000 Eagle River Wastewater Treatment Facility – Artillery Road 500 Girdwood Wastewater Treatment Facility 1,000 Pump Station # 2 2,000 Pump Station # 5 – 36th Avenue and New Seward 75 Pump Station # 12 2,000 Pump Station # 30 – Rabbit Creek 1,000 Pump Station # 31 500 Pump Station # 54 – Westend and Eagle River Loop 1,000 Pump Station # 57 500 Pump Station # 72 150 Well # 4 - Commercial Drive 2,000 Well # 7 – 38th Avenue 2,000 Well # 9 65 Well # 10 – Chugach Foothills 2,000 Well # 12 – C Street 2,000 Well # 14 – Hanshew Reservoir 2,000 Service High Well 175 Gruening Reservoir 1,000 Eagle River Heights North Reservoir 1000 Norfolk Reservoir/Booster 500 Anchorage Fire Department AFD Maintenance Shop – 1000 Airport Heights 1,500 Unleaded 1,500 Fire Station # 1 – 122 E. 4th Avenue 2,000 Fire Station # 3 – 430 Bragaw 2,500 Fire Station # 4 – 4350 MacInnes Street 1,000 Unleaded 1,000 Fire Station # 5 – 2207 McRae Road 1,000 Fire Station # 6 – 1301 Patterson 1,000 Fire Station # 7 – 8735 Jewel Lake Road 1,500 Fire Station # 8 – 6151 O'Malley 1,000 Fire Station # 9 – 1148 Huffman 500 Unleaded 1,000 Fire Station # 10 – 14861 Mountain Air Drive 500 DELIVERY LOCATION FOR LIQUID FUELS, (W/CAPACITY) AND LUBRICATING OILS: (Continued) Facilities Gasoline Cap. (Gal) Diesel Cap. (Gal) Anchorage Fire Department (Continued) Fire Station # 11 – 16630 Eagle River Road 1,000 Unleaded 1,000 Fire Station # 12 – 7920 Homer Drive 5,000 Unleaded 5,000 Fire Station # 14 – 4501 Campbell Airstrip Road 1,000 Girdwood Fire Station 1,000 Chugiak Fire Station – Old Glenn 500 Unleaded 500 Chugiak Fire Station – Birchwood Loop 1,000 Unleaded Port of Anchorage – Port Maintenance Shop 2040 Tidewater Road 2,000 Solid Waste Services (SWS) Central Transfer Station – 1111 E. 56th Avenue 500 Unleaded 8,000 Central Transfer Station – 1111 E. 56th Avenue 275 15W40 Central Transfer Station – 1111 E. 56th Avenue 275 AW32 Hydraulic Central Transfer Station – 1111 E. 56th Avenue 165 Dexron III Central Transfer Station – 1111 E. 56th Avenue 110 Synthetic 75W90 Anchorage Regional Landfill – Hiland Road 500 Unleaded 10,000 Anchorage Regional Landfill – Hiland Road 300 15W40 (CE) Anchorage Regional Landfill – Hiland Road 300 10WHD4 Anchorage Regional Landfill – Hiland Road 300 Antifreeze Public Transportation Transit – 3701 Dr. Martin Luther King Jr. Avenue 40,000 Transit – 3701 Dr. Martin Luther King Jr. Avenue 2,000 Transit – 3701 Dr. Martin Luther King Jr. Avenue 6,000 ATF Transit – 3701 Dr. Martin Luther King Jr. Avenue 6,000 Engine Oil Other Municipal Locations Museum – 121 W. 7th Avenue 1,400 Anchorage Memorial Park Cemetery – 6th Avenue and Cordova 300 Unleaded 300 Fleet Maintenance – 4333 Bering Street Fleet Maintenance – 4551 Fairbanks Street Fleet Maintenance – 5701 Northwood Street When an MOA order is placed, Fleet will specify the delivery location for the products ordered. Anchorage School District will specify their locations upon their orders. Anchorage School District Locations ASD Maintenance & Operations - 1301 Labar St. ASD Transportation - 3580 Tudor Rd. Contract Number # _______________ Product Category # _______________ Page 1 of 5 CONTRACT SERVICE/SUPPLY NAME AND ADDRESS OF CONTRACTOR NAME AND ADDRESS OF DEPARTMENT OR AGENCY OF THE MUNICIPALITY ADMINISTERING THIS CONTRACT: THIS CONTRACT, entered into by the MUNICIPALITY OF ANCHORAGE and the Contractor named above, WITNESSETH that the parties hereto mutually agree as follows: 1. Scope of the Contract: 2. Total Contract Value: The amount not to exceed is __________________________________________________ Dollars ($_____________________). This is a non-encumbering contract. Purchase Orders will be issued to fund projects/services applicable to this contract. Contractor shall not begin work authorized under this Contract until a purchase order is issued. The Municipality of Anchorage does not guarantee any minimum or maximum quantity of material or services to be processed under this contract. The Contractor shall furnish all services described above, for the amount stated, in strict accordance with the Contract Documents. 3. Period of Performance Time Schedule for performance will be: Month X, XXXX through Month xx, XXXX with X (#) additional renewal option periods, subject to appropriation, upon mutual consent of both parties. Contract Number # _______________ Product Category # _______________ Page 2 of 5 4. Contract Documents A. All documents, including but not limited to Specifications, Statements of Work, General and Special Provisions, Bid Proposal, Insurance Requirements, and Addendums, of Invitation to Bid # are attached and incorporated by reference. B. Other 5. Independent Contractor The Contractor shall provide services as an independent contractor to the Municipality. Except as this contract provided otherwise, the Municipality shall not supervise or direct the Contractor. 6. Compliance with Laws The Contractor shall acquire and maintain in good standing all permits, licenses and other entitlements necessary to its performance under this contract. All actions taken by the Contractor under this contract shall comply with all applicable statutes, ordinances, rules and regulations. The Contractor shall pay all taxes pertaining to its performance under this contract. 7. Equal Employment Opportunity Contract Compliance A. The Contractor shall not discriminate against any employee or applicant for employment because of race, color, religion, national origin, ancestry, age, sex, sexual orientation, gender identity, marital status or mental or physical handicap. The Contractor shall take affirmative action to ensure that applicants are employed and that employees are treated during employment without regard to the characteristics listed above. Such action shall include, without limitation, employment, upgrading, demotion or transfer, recruitment or recruiting advertising, lay-off or termination, rates of pay or other forms of compensation and selection for training including apprenticeship. The Contractor will post in conspicuous places, available to employees and applicants for employment, notices setting forth the provisions of this non-discrimination clause. The contractor will comply with all laws concerning the prohibition of discrimination including, but not limited to Title 5 and Title 7 of the Anchorage Municipal Code. B. The Contractor shall state, in all solicitations or advertisements for employees to work on contract jobs, that all qualified applicants will receive consideration for employment without regard to race, color, religion, national origin, ancestry, age, sex, sexual orientation, or gender identity, marital status, or physical or mental handicap. C. The Contractor shall include the provisions of subsections A and B of this section in every subcontract or purchase order under this contract, so as to be binding upon every subcontractor or vendor of the Contractor under this contract. Contract Number # _______________ Product Category # _______________ Page 3 of 5 8. Assignments Unless the Municipality provides otherwise in writing, any assignment by the Contractor of its interest of any part of this contract or any delegation of its duties shall be void, and permit the Municipality to terminate this contract without liability for work performed. 9. Ownership, Publications, Reproduction and Use of Material Unless the Municipality provides otherwise in writing, all data, documents and materials that the Contractor produces shall be the property of the Municipality, which shall retain the exclusive right to publish, disclose, distribute and otherwise use, in whole or in part, any such data, documents or other materials. This exclusive right does not apply to any materials presently in the public domain or not subject to copyright. 10. Nonwaiver Either party's failing to enforce a provision of this contract does not waive the provision or affect the validity of the contract or a party's rights to enforce any provision of the contract. 11. Jurisdiction and Choice of Law Any civil action arising from this contract shall be brought in the trial courts for the Third Judicial District of the State of Alaska at Anchorage. The law of the State of Alaska governs this contract. 12. Integration This document and all documents incorporated in it by reference are the entire agreement of the parties, and supersede all previous communications, representations or agreements regarding this subject, whether oral or written, between the parties. 13. Termination of the Contractor’s Services The Contractor’s services may be terminated in whole or in part: A. By mutual consent of the parties. B. For the convenience of Anchorage, provided that Anchorage notifies the Contractor, in writing, of its intent to terminate under this paragraph at least 15 days prior to the effective date of the termination. C. For cause, by either party where the other party fails in any material way to perform its obligations under this contract. Termination under this subsection is subject to the condition that the terminating party notifies the other party of its intent to terminate, stating with reasonable specificity the grounds therefore, and the other party fails to remedy the problem within fifteen (15) days after receiving the notice. 14. Duties Upon Termination A. If Anchorage terminates the Contractor's services for convenience, Anchorage shall pay the Contractor for unpaid services rendered to date of termination. Such payment shall Contract Number # _______________ Product Category # _______________ Page 4 of 5 constitute the Contractor's only right to compensation for Anchorage's decision to terminate for convenience. B. If the Contractor's services are terminated for cause, Anchorage shall pay the Contractor for all contractual services satisfactorily rendered prior to termination less any damages suffered by Anchorage because of the Contractor's failure to perform satisfactorily. Such payment shall constitute the Contractor's only right to compensation from Anchorage. C. If the Contractor receives payment exceeding the amount to which it is entitled under Subsection A or B of this section, he shall remit the excess to the Administrator within thirty (30) days. D. If the Contractor's services are terminated, for whatever reason, the Contractor shall receive no compensation under this contract, other than that explicitly allowed under this section. 15. Stop Work Order The MOA may, at any time, by written order to the Contractor, require the Contractor to stop all, or any part, of the work called for by this contract for a period of 90 days after the order is delivered to the Contractor, and for any further period to which the parties may agree. The order shall be specifically identified as a stop-work order issued under this clause. Upon receipt of the order, the Contractor shall immediately comply with its terms and take all reasonable steps to minimize the incurrence of costs allocable to the work covered by the order during the period of work stoppage. Within a period of 90 days after a stop-work is delivered to the Contractor, or within any extension of that period to which the parties shall have agreed, the MOA shall either: A. Cancel the stop-work order; or B. Terminate the work covered by the order as provided in the Default, or the Termination for Convenience, clause of this contract. If a stop-work order issued under this clause is canceled or the period of the order or any extension thereof expires, the Contractor shall resume work. The MOA shall make an equitable adjustment in the delivery schedule or contract price, or both, and the contract shall be modified, in writing, accordingly, if: A. The stop-work order results in an increase in the time required for, or in the Contractor’s cost properly allocable to, the performance of any part of this contract; and B. The Contractor asserts its right to the adjustment within 30 days after the end of the period of work stoppage; provided, that, if the MOA decides the facts justify the action, the MOA may receive and act upon the claim submitted at any time before final payment under this contract. If a stop-work order is not canceled and the work covered by the order is terminated for the convenience of the MOA, the MOA shall allow reasonable costs resulting from the stop-work order in arriving at the termination settlement. If a stop-work order is not canceled and the work covered by the order is terminated for default, the MOA shall allow, by equitable adjustment or otherwise, reasonable costs resulting from the stop-work order. Contract Number # _______________ Product Category # _______________ Page 5 of 5 16. Indemnity The Contractor shall indemnify defend, save and hold the Municipality harmless from any claim, lawsuit or liability, including costs and attorney's fees allegedly arising from loss, damage, or injury to persons or property occurring in the course of the Contractor's performance. 17. Contract Interpretation In interpreting this contract, the documents that comprise it shall be given the following order of precedence: A. The Contract B. All Addenda C. The General and Special Provisions as set forth in the Invitation to Bid No. ____________ D. The Specifications E. The Contractor’s Bid Proposal IN WITNESS WHEREOF, the parties hereto have executed this Contract as of the Contract Date entered below. MUNICIPALITY OF ANCHORAGE CONTRACTOR _______________________________________ _____________________________________ Signature Signature of Authorized Representative _______________________________________ _____________________________________ Printed Name Printed Name _______________________________________ _____________________________________ Title Title _______________________________________ _____________________________________ Date Date BID PROPOSAL BID PROPOSAL (Continued) BID PROPOSAL (Continued) BID PROPOSAL (Continued) BID PROPOSAL (Continued) BID PROPOSAL (Continued) Petroleum Product Bid Proposal Page.pdf Sheet1 2020B056 Draft ITB r.pdf BID PROPOSAL BID PROPOSAL (Continued) BID PROPOSAL (Continued) BID PROPOSAL (Continued) BID PROPOSAL (Continued) BID PROPOSAL (Continued) Delivery Locations.pdf Operations & Maintenance Facility – 325 E. 94th Court Ship Creek Water Treatment Facility Oilwell Road Point Woronzof Eagle River Wastewater Treatment Facility – Artillery Road Girdwood Wastewater Treatment Facility Pump Station # 2 Pump Station # 5 – 36th Avenue and New Seward Pump Station # 12 Pump Station # 30 – Rabbit Creek Pump Station # 31 Pump Station # 54 – Westend and Eagle River Loop Pump Station # 57 Pump Station # 72 Well # 4 - Commercial Drive Well # 7 – 38th Avenue Well # 9 Well # 10 – Chugach Foothills Well # 12 – C Street Well # 14 – Hanshew Reservoir Service High Well Gruening Reservoir Eagle River Heights North Reservoir Norfolk Reservoir/Booster Anchorage Fire Department AFD Maintenance Shop – 1000 Airport Heights Fire Station # 1 – 122 E. 4th Avenue Fire Station # 3 – 430 Bragaw Fire Station # 4 – 4350 MacInnes Street Fire Station # 5 – 2207 McRae Road Fire Station # 6 – 1301 Patterson Fire Station # 7 – 8735 Jewel Lake Road Fire Station # 8 – 6151 O'Malley Fire Station # 9 – 1148 Huffman Fire Station # 10 – 14861 Mountain Air Drive Fire Station # 11 – 16630 Eagle River Road Fire Station # 12 – 7920 Homer Drive Fire Station # 14 – 4501 Campbell Airstrip Road Girdwood Fire Station Chugiak Fire Station – Old Glenn Chugiak Fire Station – Birchwood Loop 2040 Tidewater Road Central Transfer Station – 1111 E. 56th Avenue Central Transfer Station – 1111 E. 56th Avenue Central Transfer Station – 1111 E. 56th Avenue Central Transfer Station – 1111 E. 56th Avenue Central Transfer Station – 1111 E. 56th Avenue Anchorage Regional Landfill – Hiland Road Anchorage Regional Landfill – Hiland Road Anchorage Regional Landfill – Hiland Road Anchorage Regional Landfill – Hiland Road Transit – 3701 Dr. Martin Luther King Jr. Avenue Transit – 3701 Dr. Martin Luther King Jr. Avenue Transit – 3701 Dr. Martin Luther King Jr. Avenue Transit – 3701 Dr. Martin Luther King Jr. Avenue Other Municipal Locations Museum – 121 W. 7th Avenue Anchorage Memorial Park Cemetery – 6th Avenue and Cordova Fleet Maintenance – 4333 Bering Street Fleet Maintenance – 4551 Fairbanks Street Fleet Maintenance – 5701 Northwood Street

632 West 6th Avenue, Anchorage, Alaska 99501Location

Address: 632 West 6th Avenue, Anchorage, Alaska 99501

Country : United StatesState : Alaska

You may also like

SUPPLY OF SHELL NATURELLE LUBRICANTS

Due: 01 May, 2024 (in 4 days)Agency: Cochin Shipyard Limited

Petroleum Parts and Supplies

Due: 03 Aug, 2026 (in about 2 years)Agency: Department of General Services

Bulk Fuel Supplier Fleet

Due: 21 Aug, 2024 (in 3 months)Agency: Salt Lake County

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.