Loading...
HomeMy WebLinkAboutDoc 040 - Contract for Chip SpreaderDeschutes County Board of Commissioners 1300 NW Wall St., Suite 200, Bend, OR 97701-1960 (541) 388-6570 -Fax (541) 385-3202 -www.deschutes.org AGENDA REQUEST & STAFF REPORT For Board Business Meeting of March 13, 2013 Please see directions for completing this document on the next page. DATE: March 5, 2013 FROM: Randy McCulley Road Department 541-322-7125 TITLE OF AGENDA ITEM: Consideration of Signature of Document No. 2013-040, A Contract For The Purchase of ONE (1) New Current Model Chip Spreader. PUBLIC HEARING ON THIS DATE? NO. BACKGROUND AND POLICY IMPLICATIONS: The Road Department opened bids on February 26,2013 for One (1) New Current Model Chip Spreader. Due to the receipt of only a single bid, this action bypasses issuance of a Notice of Intent to Award process and proceeds directly to the award of the contract. A chip spreader is a self-propelled machine that receives aggregate from a dump truck and distributes it evenly over hot oil or asphalt emulsion. It uses computer controlled rate control to distribute the correct amount ofmaterial to project at any width between 1 and 20 feet. Precision application of material reduces overall project cost by reducing waste and minimizing cleanup. We are replacing our existing Bearcat Chip spreader that is 19 years old. It is becoming less reliable due to high hours and has increasingly obsolete technology. The replacement unit has current rate control technology and capability and represents an investment in the County's expanding chip seal program. The chip spreader is an integral part of our chip seal program; Deschutes County will chip seal approximately 108 miles of road next year. The existing chip spreader will serve as a backup unit within our operation, thereby adding reliability to our program by reducing the likelihood of costly shut-downs. The existing spreader will also serve as a potential back-up apparatus for the region via the Central Oregon Public Works Partnership. It is not unanticipated that the County would receive only a single bid for a specialty piece of equipment of this nature. While the bid is slightly over the anticipated budget amount ($240,000), it is within reason, especially given changes in the manufacturer's specification that have occurred since budget approval in the spring of 20 12. The bid for the chip spreader is as follows: Bearcat Mfg Inc. Bearcat 2012 $250,000.00 FISCAL IMPLICATIONS: Funds are budgeted in the 2012-2013 fiscal budget of $240,000.00. I I RECOMMENDATION & ACTION REQUESTED: f Staff recommends approval of Document 2013-040, A Contract for the purchase of One (1) New ! Current Model Chip Spreader to the lowest bidder that meets specifications, Bearcat Mfg. Inc. I Suggested Motion: "I move to approve Board signature of Document 2013-040 awarding a contract for the purchase of a new chip spreader to Bearcat Manufacturing Incorporated in the amount of j $250,000.00." ATTENDANCE: Randy McCulley and/or Chris Doty I• DISTRIBUTION OF DOCUMENTS: Signed contract sent to Sheila OdIe (ext. 7148) at the Road Department. J J i 1 I I I1 DESCHUTES COUNTY DOCUMENT SUMMARY (NOTE: This fonn is required to be submitted with ALL contracts and other agreements, regardless of whether the document is to be on a Board agenda or can be signed by the County Administrator or Department Director. If the document is to be on a Board agenda, the Agenda Request Fonn is also required. If this fonn is not included with the document, the document will be returned to the Department. Please submit documents to the Board Secretary for tracking purposes, and not directly to Legal Counsel, the County Administrator or the Commissioners. In addition to submitting this fonn with your documents, please submit this fonn electronically to the Board Secretary.) Please complete all sections above the Official Review line. Date: IMarch 5, 201~ Department: IRoadl Contractor/Supplier/Consultant Name: IBearcat Mfg Inij Contractor Contact: IFred Andersonl Contractor Phone #: 1928-684j 178511 Type of Document: Contract Goods and/or Services: Contract For The Purchase of ONE (1) New Current Model Chip Spreader. Background & History: The Road Department opened bids on February 26, 2013 for One (1) New Current Model Chip Spreader. Due to the receipt of only a single bid, this action bypasses issuance of a Notice of Intent to Award process and proceeds directly to the award of the contract. A chip spreader is a self-propelled machine that receives aggregate from a dump truck and distributes it evenly over hot oil or asphalt emulsion. It uses computer controlled rate control to distribute the correct amount of material to project at any width between 1 and 20 feet. Precision application of material reduces overall project cost by reducing waste and minimizing cleanup. We are replacing our existing Bearcat Chip spreader that is 19 years old. It is becoming less reliable due to high hours and has increasingly obsolete technology. The replacement unit has current rate control technology and capability and represents an investment in the County's expanding chip seal program. The chip spreader is an integral part of our chip seal program; Deschutes County will chip seal approximately 108 miles of road next year. The existing chip spreader will serve as a backup unit within our operation, thereby adding reliability to our program by reducing the likelihood of costly shut-downs. The existing spreader will also serve as a potential back-up apparatus for the region via the Central Oregon Public Works Partnership. It is not unanticipated that the County would receive only a single bid for a specialty piece of equipment of this nature. While the bid is slightly over the antiCipated budget amount ($240,000), it is within reason, especially given changes in the manufacturer's specification that have occurred since budget approval in the spring of 2012. The bid for the chip spreader is as follows: Bearcat Mfg Inc. Bearcat 2012 $250,000.00 Agreement Starting Date: P3/13/1 ~ Ending Date: 108/31/1 ~ 3/6/2013 Annual Value or Total Payment: 1$250,000.oq 12?1 Insurance Certificate Received check box) Insurance Expiration Date: 05/31/2013 Check all that apply: 12?1 RFP, Solicitation or Bid Process o Informal quotes «$150K) o Exempt from RFP, Solicitation or Bid Process (specify -see DCC §2.37) Funding Source: (Included in current budget? 12?1 Yes 0 No If No, has budget amendment been submitted? 0 Yes 0 No Is this a Grant Agreement providing revenue to the County? 0 Yes 12?1 No Special conditions attached to this grant: Deadlines for reporting to the grantor: If a new FTE will be hired with grant funds, confirm that Personnel has been notified that it is a grant-funded position so that this will be noted in the offer letter: 0 Yes 0 No Contact information for the person responsible for grant compliance: Name: Phone#: Departmental Contact and Title: Randy McCulley Phone #: [§j41-322-7125 Department Director Approval: __ ~~-=--=.;-._.'~'___ 03/0"/')L_>.,_·I\;......;· Signature Date Distribution of Document: Who gets the original document and/or copies after it has been Signed? Include complete information if the document is to be mailed. 53 k~i I(L Cd/e. J2..oaol (Je (J t-Sir '! 1'1 g- Official Review: County Signature Required (check one): 0 BOCC 0 Department Director (if <$25K) o Administrator (if >$25K but <$150K; if >$150K, BOCC Order No. _____) Legal Review Date Document Number _-,~"-"",,O'-LI=3'--'.-.;;O:;;....:l/,-,o~___ 3/6/2013 DESCHUTES COUNTY CONTRACT SUMMARY (Department shall complete all sections above Official Review line) Date: March 6, 2013 Department: Road Contractor/Supplier/Consultant name: Bear Cat Mfg., Inc. Contact Person: Fred Anderson Phone: (928) 684-7851 Goods and/or Services: The Manufacture and Delivery of One (1) New Current Model Chip Spreader Background/H istory: The Road Department opened bids on February 26, 2013 for One (1) New Current Model Chip Spreader. Due to the receipt of only a single bid, this action bypasses issuance of a I Notice of Intent to Award process and proceeds directly to the award of the contract. A chip spreader is a self-propelled machine that receives aggregate from a dump truck and distributes it evenly over hot oil or asphalt emulsion. It uses computer controlled rate control to distribute the correct amount of material to project at any width between 1 and 20 feet. Precision application of material reduces overall project cost by reducing waste and minimizing cleanup. 1 We are replacing our existing Bearcat Chip spreader that is 19 years old. It is becoming I less reliable due to high hours and has increasingly obsolete technology. The replacement I unit has current rate control technology and capability and represents an investment in the County's expanding chip seal program. The chip spreader is an integral part of our chip seal program; Deschutes County will chip seal approximately 108 miles of road next year. l The existing chip spreader will serve as a backup unit within our operation, thereby adding reliability to our program by redUCing the likelihood of costly shut-downs. The existing spreader will also serve as a potential back-up apparatus for the region via the Central Oregon Public Works Partnership. It is not unanticipated that the County would receive only a single bid for a specialty piece of equipment of this nature. While the bid is slightly over the anticipated budget amount ($240,000), it is within reason, especially given changes in the manufacturer's speCification that have occurred since budget approval in the spring of 2012. The bid for the chip spreader is as follows: Bearcat Mfg Inc. Bearcat 2012 $250,000.00 Starting Date: 03/13/13 Ending Date: 08/31/13 Annual Value or Total Payment: $250,000.00 3/6/20l3 .' I ,. 129 Insurance Certificate Received (check box) Insurance Expiration Date: OS/31/13 Check all that apply: 129 RFP, Solicitation or Bid Process o Infomlal quotes «$1S0K) Exempt from RFP, Solicitation or Bid Process o (specify -see DCC §2.37) Special Procurement Funding Source: Road Fund (Fund 32S) (Included in current budget? 1&1 Yes No) If No, has budget amendment been submitted? 0 Yes 0 No Departmental Contact: Randy McCulley Fleet & Equipment Manager Name Title Department Director Approved: --~--~---=:;-r--'-03lu If}~J~ Official Review: County Signature Required (check one): 0 BOCC 0 Department Director (if <$2SK) o Administrator (if >$2SK but <$1S0K; if >$1S0K, BOCC Order No. ) Legal Review ___________ DocumentNumber~2~O~1~3~-O~4~O~____________ 3/6/2013 - DESCHUTES COUNTY BID DOCUMENTS FOR THE MANUFACTURE AND DELIVERY OF ONE (1) NEW CURRENT MODEL CHIP SPREADER BID OPENING: FEBRUARY 26, 2013 2:00 P.M. Road Department 61150 SE 27th St -Bend, Oregon 97702 (541) 388-6581-FAX (541} 383-2719 January 13,2013 Deschutes County Road Department Addendum #1 to ITB #2012-040 The Manufacture and Delivery of One (1) New Current Model Chip Spreader Attention to bidders: As stated in the ITB 2 .2.9 Addenda, we are notifying all bidders receiving the ITB of the following changes/clarifications to the specifications. Please include this addendum with signature of person preparing the bid and any exceptions taken with your submitted bids. Page 8 (2.4) Amended to read: The successful bidder must equal or exceed the specified perfonnance criteria and needs set forth in Attachment I and shall demonstrate sufficient backgroWld of same. The COWlty, in its sole discretion, shall detennine whether Contractor is a "Responsible Bidder" pursuant to ORS 279B.11O and has not been debarred under ORS 279B.130. Page 29 (4.1.2.3) Amended to read: In the interest of reducing delays, for example due to extensive travel time by repair personnel, the successful bidder shall allow the option of Deschutes County perfonning necessary warranty repairs as instructed by the bidder. In the event repairs covered by product warranty are required and COWlty exercises the option to make such repairs using COWlty employees, Bidder shall reimburse COWlty for such repair work at the Deschutes County Fleet Services established shop labor rate. Page 29 (4.1.5.1) Amend to read: Deschutes County shall receive this equipment no later than August 31, 2013 . Page 30 (4.2 .1.4) Amend to read: Maximum height without canopy shall not exceed 10'6" Page 31 (4.2.3.1) Amended to read: Front axle to be drive/steering axle with a minimum of30,000Ib capacity with hydraulically applied multi­ disc wet brakes and rubber suspension. Page 31 (4.2.3.2) Amended to read: Rear axle to be drive axle with a minimum of23,000lb capacity with air applied "S"-cam brakes. Page 31 (4.2.3 Axles, Steering, and Braking System) Delete item: '--4.2 .3.3 servic:~disc type on both axles . .~\~ ~·1~·13 RandyMCb~lley .'. Date Fleet & Equipment Manager Page 1 of 2 2113/2013 RM Ro.d Department 61150 SE 27th St.• Bend, Oregon 97702 (541) 388-6581· FAX (541)388-2719 SIGNATURE OF BIDDER Date THIS SHEET, COMPLETE WITH A ITACHMENTS, TO BE SUBMITTED WITH BID PROPOSAL. Page 2 of 2 2113/2013 RM DESCHUTES COUNTY ROAD DEPARTMENT BEND,OREGON INVITA '"ION TO BID 2013 FOR THE MANUFACTURE AND DELIVERY OF ONE (1) NEW CURRENT MODEL CHIP SPREADER Sealed bids will be received at the Deschutes County Road Department, 61150 SE 27th Street, Bend, Oregon 97702, until but not after, 2:00 p.m. on February 26, 2013 at which time all bids for the above-entitled public works project will be publicly opened and read aloud. The proposed work consists of the following: The Manufacture and Delivery Of One (1) New Current Model, Chip Spreader. Specifications and other bid documents may be inspected and obtained at the Deschutes County Road Department, 61150 S.E. 27th Street, Bend, Oregon 97702 or the Deschutes County website, www.deschutes.org. Inquiries pertaining to these specifications shall be directed to Randy McCulley, Equipment Manager, telephone (541) 604-6917. IMPORTANT: Prospective bidders downloading/accessing website-posted project specifications and other bid documents MUST complete and submit the Contact Information Form provided on the website, or contact the Road Department by telephone at (541) 388-6581, to provide contact information, to receive follow-up documents (addenda, clarifications, etc). Failure to provide contact information to the Road Department will result in proposer disqualification. Only those requesting project specifications directly from the Road Department and those notifying the Road Department website access to the project specifications will receive follow-up documents (addenda, clarifications, etc). Bids shall be made on the forms furnished by the County, incorporating all contract documents, addressed and mailed or delivered to Chris Doty, Department Director, 61150 SE 27th Street, Bend, Oregon 97702 in a sealed envelope plainly marked "BID FOR ONE (1) NEW CURRENT MODEL CHIP SPREADER" and the name and address of the bidder. No bid will be received or considered by Deschutes County unless the bid contains a statement by the bidder that the provisions of ORS 279C.840 are to be complied with. Each bid must contain a statement as to whether the bidder is a resident bidder, as defined in ORS 279A.120 (1) (b). Oregon law requires the contract be awarded to the lowest responsive bidder who provides recycled materials instead of non-recycled materials pursuant to ORS 279A.125. The award of the contract and purchase of this equipment unit is subject to approval of the 2012/2013 Fiscal Year Budget by the Deschutes County Board of Commissioners. Subject to budget approval, the contract will be awarded at a regularly scheduled meeting of the Board of County Commissioners. Deschutes County may reject any bid not in compliance with all prescribed bidding procedures and requirements, and may reject for good cause any or all bids upon a finding of Deschutes County it is in the public interest to do so. The protest period for this procurement is seven (7) calendar days. CHRIS DOTY Department Director PUBLISHED: DAILY JOURNAL OF COMMERCE: February 11, 2013 and February 18. 2013 THE BEND BULLETIN: February 11, 2013 and February 18,2013 Road De artment 61150 S.E. 27th st., Bend, OR 97702 (541) 388-6581 . FAX (541) 388-2719 INVITATION TO BID Contract Number: 2013-040 The Maimfacture and Delivery of One (1) New CruTent Model Chip Spreader CLOSING DATE: February 26, 2013 TIME: 2:00 PM Local Time BUYER: Randy McCulley PHONE (541) 604-6917 FAX: (541) 388-2719 E-MAIL: Randym@co.deschutes.or.us ITABLE OF CONTENTS Description Page(s) Section 1 Introduction 2 Section 2 Instructions to Bidders 3-8 Section 3 Terms and Conditions 9 Section 4 Specifications 9 Section 5 Pricing Page 10 Section 6 Bid Form 11 Exhibit A Contract for Goods / Services 12-27 Attachment 1 Equipment Specifications 28-36 Attachment 2 FormW-9 37-40 CONTRACT NO. 2013-040 Page 1 of40 SECTION ONE INTRODUCTION 1.1 Purpose: The Deschutes County Road Department ("County") is soliciting bids for the purchase of one (1) New Current Model Chip Spreader for its Road Department located at 61150 SE 27th Street, Bend Oregon 97702. The issuance of this Invitation to Bid ("ITB"), and the award of any contract resulting thereof, shall be governed by Deschutes County Public Contracting Code Chapter 2.37, and OAR 137 divisions 46,47, and 48, the Model Rules of Public Contract Procedure. Single Point of Contact: Except as expressly noted elsewhere in this ITB, Randy McCulley, Fleet and Equipment Manager ("Buyer") shall be the only point of contact for this ITB. Any questions or issues that may arise regarding the specifications, the solicitation process, or the award process shall be directed to the Buyer listed above using the contact information provided on the first page of this ITB. County's official response to any questions or requests shall be through direct letters or addendum. ORAL INSTRUCTIONS OR INFORMATION CONCERNING TIDS PURCHASE GIVEN OUT BY OFFICERS, EMPLOYEES, OR AGENTS OF THE COUNTY TO PROSPECTIVE BIDDERS SHALL NOT BIND THE COUNTY. 1.2 Trade-in: NONE 1.3 Guaranteed Buyback: NONE 1.3.1 A bid or proposal surety is not required for this solicitation. 1.4 Cooperative purchasing: Cooperative purchasing agreement pursuant to, ORS 279.015 in Oregon, other public agencies may use the purchase agreement resulting from this invitation to bid, unless bidder expressly notes on the proposal form that the prices submitted are available to Deschutes County only. The condition of such use by other agencies is that any such agency must make and pursue contract purchase offer, delivery arrangement and all contractual remedies directly with the successful bidder; Deschutes County accepts no responsibility for performance by either the successful bidder or such other agency suing this agreement. With such condition, the Deschutes County Road Department consents to such use the purchasing agreement resulting from this invitation to bid by any other public agency. CONTRACT NO. 2013-040 Page 2 of 40 SECTION TWO INSTRUCTIONS TO BIDDER 2.1 DEFINITIONS The following defInitions are provided as a courtesy to potential Bidders: 2.1 Deschutes County may be referred to as: "Deschutes County," "County," "Owner," or "Agency." 2.2 Invitation to Bid may be referred to as "ITB," or "solicitation." 2.3 Bidders may be referred to as: "Bidders," "Offerors," "Companies," or "Respondents." 2.4 The successful bidder awarded a contract from this solicitation may be referred to as: "Contractor," "Successful Bidder," or "the Awarded Party." 2.5 The document( s) that will be executed with the successful bidder from this solicitation may be referred to as "Contract," "Agreement," or "Purchase Order." 2.6 Oregon Revised Statute may be referred to as "ORS." 2.7 Oregon Administrative Rule may be referred to as "OAR." 2.2 BID PREPARATION: 2.2.1 Bid Format: Bids shall be typewritten or prepared in ink and shall be submitted on the forms provided in the Invitation to Bid. No oral, telegraphic, telephone or facsimile bids shall be accepted. 2.2.2 Bid Submission: Bidders shall provide one (1) original signed Bid Form, one (1) original Pricing Page, and any addenda that require a signature. Bids must be received by the County on or before the bid closing date and time. A bid sent by regular mail, postmarked before the closing date, but actually received by the County after the closing date will not be considered to have been received within the required time. Bids shall be addressed as follows: Deschutes County Road Department Attention: Randy McCulley Invitation to Bid (ITB) Contract Number: 2013-040 One (1) Chip ~preader 61150 SE 27t Street Bend, Oregon 97702 CONTRACT NO. 2013-040 Page 3 of 40 2.2.3 Method of Bidding: Bidders shall supply, in the proper columns, all information required on the Bid Form and Pricing Page. The price of each item shall be clearly shown in the space provided. The price of each item shall be extended to show the total when required. In case of errors in extension, the unit price shall prevail. 2.2.4 Inquiry Period: By submitting a bid, Bidders agree that they understand the requirements of this ITB, and that they fully understand their obligations if they were to enter into a contract with the County. Bidders shall raise any questions, requests for change, requests for clarification, or exceptions concerning this ITB (collectively referred to as "Inquiries") by facsimile to the Buyer, specified in Section 1.1, on or before the Inquiry Deadline of February 18,2013. The names of Bidders submitting Inquiries shall not be disclosed; however, all parties who received the ITB shall receive a copy of the Inquiries and the responses to those Inquiries. No Inquiries shall be accepted after February 18, 2013. If a Bidder discovers any ambiguity, conflict, discrepancy, exclusionary specifications, omission or other error in this ITB, and fails to notifY the County on or before the Inquiry Deadline, the Bidder submits a response to this ITB at its own risk. The County shall consider no Inquiries after this deadline. The Bidder shall not be entitled to additional compensation, relief or time by reason of the error or its later correction. Inquiries may be delivered to Buyer at the address listed in Section 2.2.2 or faxed to Randy McCulley at: (541) 388-2719. FAXED INQUIRIES MUST BE CLEARLY LABELED "INQUIRIES REGARDING CHIP SPREADER, ITB CONTRACT NO. 2013-040, ATTENTION: RANDY McCULLEY" 2.2.5 Challenges to Invitation to Bid: If a prospective bidder believes that this Invitation to Bid is unnecessarily restrictive, is legally flawed or improperly specifies a brand name, a prospective bidder may file a protest in accordance with ORS 279B.405. Protests filed pursuant to ORS 279B.405 shall be in the form of a written original signed document received at the address specified for bid submittals at least seven (7) calendar days prior to the bid opening. At a minimum, the protest shall include the following: a. Title of Invitation to Bid b. Bid opening date c. Contact name, address, phone number and e-mail address of prospective bidder filing the protest d. Written narrative description of the grounds that demonstrate how the Invitation to Bid is unnecessarily restrictive, is legally flawed or improperly specifies a brand name e. Evidence or supporting documentation that supports the grounds on which the protest is based f. The relief sought CONTRACT NO. 2013-040 Page 4 of 40 Should a prospective bidder file a protest, the County will consider the protest and issue a decision in writing no fewer than 3 business days before the bid opening date. Otherwise, the County will promptly notify the protesting prospective bidder that the protest is untimely or that the protest failed to meet the requirements ofORS 279B.405. 2.2.6 Signature on Bid: Bids shall be signed in ink by an authorized representative of the Bidder. Signature on a bid certifies that the bid is made without connection to any other person, finn or corporation making a bid for the same purchase and is in all respects fair and made without collusion or fraud. A bid submitted in response to this ITB shall constitute a binding offer. Signature on a bid also certifies that the Bidder has read, fully understands, and agrees with all bid specifications, tenns and conditions. Comprehension of bid requirements shall be the responsibility of the Bidder. Claims regarding a failure to comprehend bid requirements will not be considered. Bidders shall only enter infonnation within the bid document where it is requested or required. Bidders shall not make any alterations to the original solicitation document. Any bid that alters the Bid Fonn or solicitation requirements may be rejected. 2.2.7 Bid Modification: Modifications or erasures made on the bid submission shall be initialed in ink by the person signing the bid. Bids, once submitted, may be modified in writing before the time and date set for bid closing. The County shall consider the last bid submittal as the most current submittal. All previous bid submittals shall be considered void. Bidders may not modify bids after bid closing date and time. 2.2.8 Bid Withdrawals: Bids may be withdrawn by submitting a written request on company letterhead signed by an authorized representative and received by the County prior to bid closing time. 2.2.9 Addenda: County reserves the right to make changes to the ITB by written addenda, prior to the closing date and time. Addenda shall only be issued by County and, upon issuance, are incorporated into the ITB. If any part of this ITB is amended, addenda will be provided to all Bidders who received the initial ITB directly from the County. If required by addendum, Bidders shall sign and return the addendum prior to the closing date and time. 2.2.10 Cost of Bid: County shall not be responsible for any costs incurred by the Bidder in the preparation or submission of a bid, including but not limited to any costs incurred for making necessary studies or designs for the preparation of a bid, or for procuring or contracting for the Chip Spreader to be furnished under this ITB. CONTRACT NO. 2013-040 Page 50f40 2.2.11 Parts and Materials: The parts and materials proposed in Bidder's offer shall be the latest model, of current date, and shall meet all bid specifications. No surplus, remanufactured, or used products will be considered. 2.2.12 Use of Brand or Trade Names: Any brand or trade names used by County in bid specifications are for the purpose of describing and establishing the standard of quality, performance and characteristics desired and are not intended to limit or restrict competition. Bidders may submit bids for substantially equivalent products to those designated unless the ITB provides that a specific brand is necessary because of compatibility requirements or other reason identified by County. All brand substitutions shall be approved or denied at the sole discretion of County. 2.3 BID EVALUATION AND AWARD: 2.3.1 Method of Award: An award shall be made to the responsive and responsible bidder who submits the lowest total cost for the Chip Spreader as specified, required by this ITB. The basis for determination oflowest responsible and responsive offeror shall be the amount of the LINE ITEMS bid including all required equipment for each line item. County reserVes the right to withdraw any item(s) from award consideration ifit is in the best interest of the County to do so. Evaluation ofBids shall be based upon the following criteria, where applicable: 1. The price determined by the total cost and conformity to specifications for the Chip Spreader by a responsive and responsible bidder. 2.3.2 Minimum Requirements: Each bid submitted shall meet all minimum requirements established by the specifications provided in Attachment 1, and comply with the terms and conditions of the ITB. 2.3.3 Prior Acceptance of Defective Bids: Due to limited resources, the County generally will not completely review or analyze any bid response which on its face fails to comply with the requirements of the bid documents or which clearly is not the lowest bid, nor will the County generally investigate the references or qualifications ofthose who submit non-responsive bids. 2.3.4 Public Records and Requests for Confidentiality: All information submitted by a Bidder will be considered public information unless the Bidder requests that information be treated as confidential, and the information is considered exempt under ORS 192.501 or 192.502. If a Bidder declares any information contained in its bid submittal to be confidential, the Bidder must specifically identify those sections containing as "Confidential Information" and briefly explain how and why the information is exempt from disclosure to the public pursuant to ORS 192.501 or 192.502. The request must also include the name, address, and telephone number of the person authorized by the Bidder to respond to any inquires by the County concerning the confidential status of the materials. CONTRACT NO. 2013-040 Page 6 of 40 Any documents submitted and any documents exchanged between the parties that contain Confidential Information shall be marked on the outside as containing Confidential Information, and each page upon which Confidential Information appears must be marked as containing Confidential Information. The Confidential Information should be clearly identifiable to the reader wherever it appears. All copies submitted, as well as the original proposal, must be marked in this manner. The Oregon Public Records Law exempts from disclosure only certain types of public records, and the exemption from disclosure will not apply if "the public interest requires disclosure in the particular instance," ORS 192.501. Therefore, non-disclosure of documents or any portion of a document submitted as part of a bid may depend upon official or judicial determinations made based upon the Public Records Law. 2.3.5 Time for Acceptance: Bids shall be valid and firm for a period of90 days from the closing date and may not be modified or withdrawn after the closing date. 2.3.6 Identification of Apparent Successful Bidder: The County will identify the Apparent Successful Bidder before the fmal award of the contract, however, no Bidder shall have any contractual rights or entitlements until the County has approved the Contract award and the County Administrator or his designee has signed said Contract. 2.3.7 Protest of Award: Adversely affected or aggrieved Bidders may protest the County's intent to award a Contract. For pUIposes of this ITB, an adversely affected or aggrieved Bidder is defmed as a Bidder who submitted a bid and is eligible for award of the Contract as the best proposer or the lowest bidder and is next in line for award. Eligible Bidders protesting award shall follow the procedures described below. County will not consider protests which are not submitted in conformance with these procedures. This protest procedure constitutes the sole administrative remedy available to Bidders. 2.3.7.1 Protests must be received by County no later than seven (7) business days after receipt of issuance of intent to award the Contract. 2.3.7.2 All protests must be in writing, signed by the protesting party or an authorized agent and submitted to the Buyer listed in Section 1.1. The protest must state all facts and arguments on which the protesting party is basing the protest. The protest must claim, and state facts which substantiate a claim, that all lower bidders are ineligible to receive the contract award i) because their bids were non-responsive, or ii) because the County committed a material violation of a provision in the solicitation document or of an applicable statute or administrative rule, and but for the alleged material violation the protestor would have been the lowest bidder. CONTRACT NO. 2013-040 Page 7 of 40 I 2.3.7.3 The procedures for filling an appeal are outlined in Deschutes County Code (DDC 2.37.140.) Except as otherwise provided in DDC 2.37.140., the contents and filing of protests shall be in accordance with the Public Contracting Code (ORS 279B.400 to 279B.425) and the Model rules (OAR 137-047-0700 to 137-047-0800). 2.3.8 Right to Reject: The County reserves the right, in its sole discretion to: 2.3.8.1 Amend these solicitation documents; 2.3.8.2 Extend the deadline for submitting bid responses; 2.3.8.3 Determine whether a bid response does, or does not, substantially comply with the requirements of the solicitation; 2.3.8.4 Waive any minor irregularity, informality, or non-conformance with the requirements of the solicitation documents; and 2.3.8.5 At any time prior to Contract execution (including after announcement ofthe apparent awardee): 2.3.8.5.1 To reject any bid responses that fails to comply with all prescribed bidding procedures and with all requirements of these bid documents; and 2.3.8.5.2 To reject all bid responses received and cancel this solicitation upon a determination by the County that cancellation would be in the best interest of the County. 2.4 BIDDER QUALIFICATIONS: The successful bidder must equal or exceed the specified performance criteria and needs set forth in item/project specifications and shall be able to show evidence of background of such. The County, in its sole discretion, shall determine whether Contractor is a "Responsible Bidder" and meets the standards set forth in OAR 177-036-0110 and has not been debarred by the County under OAR 177-036-0210. CONTRACT NO. 2013·040 Page 8 of 40 SECTION THREE TERMS AND CONDITIONS Contract: The successful Bidder must sign a Purchase Agreement essentially in the form found in Attachment 1 of this solicitation. SECTION FOUR SPECIFICATIONS By submitting a bid, Bidder agrees to perform work that complies with the specifications set forth in the Equipment Specification Sheets (Attachment 1) of the Contract. CONTRACT NO. 2013-040 Page 9 of 40 1 SECTION FIVE PRICING PAGE MANUFACTURE AND DELIVERLY OF ONE (1) NEW CIDP SPREADER The undersigned bidder hereby certifies that he has read the bid documents in their entirety and desires to submit to Deschutes County the following bid that conforms to said bid documents. Method of award will follow criteria set forth in section 2.3 BID EVALUATION AND AWARD 1. MAKE, MODEL AND YEAR OF CHIP SPREADER BEING BID: BEAR CAT B'~-2013/crc CHIP SPREADER 3. PURCHASE PRICE OF COMPLETE UNIT: UNIT PRICE EXTENDED PRICE QTY $ 250,000.00 $ 250,000.00 250,000.004. PURCHASER PAY ONLY THIS AMOUNT 6. DELIVERY DATE: The offeror shall deliver and install item(s) FOB destination Deschutes County Road Department, 61150 SE 27th Street, Bend, OR 97702 1 20 DAYS AFTER RECEIPT OF ORDER. BIDDER NAME: BEAR CAT MFG., INC. CONTRACT NO. 2013-040 Page 10 of 40 SECTION SIX BID FORM This Bid shall be signed in ink by an authorized representative of the Bidder. Any alterations or erasures to the Bid shall be initialed in ink by the undersigned authorized representative. The undersigned agrees and certifies that he/she: a. Has read and understands all instructions, specifications and tenns and conditions contained herein; b. Is the authorized representative of the Bidder, that the infonnation provided in this Bid is true and accurate, and that providing incorrect or incomplete infonnation may be cause for bid rejection or contract termination; c. Is submitting a finn offer for a period ofno less than 90 days; and d. Certifies that the infonnation was arrived at independently, without any collusion with any other party competing for a contract under this Invitation to Bid. I hereby acknowledge having received and duly considered the following addendum to the specification and the following revision or additions to the plans: Addendum No __1___ to No. 1 inclusive. BEAR CAT MFG., INC. 93-0632280 Bidder (COMPANY) Name FEIN ID# or SSN (REQUIRED) 3650 SABIN BROWN RD. WICKENBURG, AZ 85390 2-15-2013 Date TREASURER Title of Authorized Representative FRED ANDERSON (928)684-7851 Contact Person Phone fanderson@bearcatmfg.com (928)684-3241 Fax Email CONTRACT NO. 2013·040 Page 11 of40 EXHIBIT A DESCHUTES COUNTY CONTRACT FOR THE MANUFACTURE AND DELIVERY OF ONE (1) NEW CURRENT MODEL CHIP SPREADER CONTRACT NUMBER 2013-040 This Contract is between Deschutes County ("County"), acting by and through Road Department ("Department"), and BEA.R CAT MFG. I INC. -=-__-:---::-~__-~--:-_---~-___:_----~---("Contractor"}. This Contract is effective on the date it has been signed by all parties and all required County approvals have been obtained and Contractor has completed delivery of all Goods and Services in accordance with the requirements of this Contract, as determined by Department. The parties may extend the term of this Contract provided that the total Contract term does not extend beyond one year of the date signed. Contractor agrees to sell, and Department agrees to purchase, Goods and Services for the benefit of Department subject to the following terms and conditions: This Contract is for the purchase and sale of the following: Manufacture and Delivery of One (1) New Current Model Chip Spreader. 1. DEFINITIONS A. "Contractor Intellectual Property" means any intellectual property owned by Contractor and developed independently from Services. B. "Goods" means the goods specified in section 2. C. "IRS" means the Internal Revenue Service. D. ·Open Source Elements" means any Work Product subject to any open source initiative certified license. including Work Product based upon any open source initiative certified licensed work. E. "Services" means the services, if any, that are incidental to the purchase of Goods and that Contractor is required to perform under section 2. F. "Specifications" means the specific attributes of Goods and Services described in section 3. G. ''Third Party Intellectual Property" means any intellectual property owned by parties other than Department or Contractor. I. ·Work Product" means all Goods and Services Contractor delivers or is required to deliver to Department pursuant to this Contract. CONTRACT NO. 2013-040 Page 12 of 40 I 2. REQUIRED GOODS, SERVICES, PRICING AND DELIVERY SCHEDULE. Contractor shall deliver to Department the following Goods and Services for the prices specified in this section 2. A. GOODS. i. Description and Quantity:: Manufacture and Delivery of One (1) New Current Model Chip Spreader. Price: $ 250,000.00 B. SERVICES. TRAINING: Contractor shall provide on-site training at an agreed upon time through a qualified authorized service representative of the manufacturer. Contractor shall provide 6 hours of group training for the individuals identified by Department in the operation, adjustment, repair and maintenance of Chip Spreader delivered under this Contract. Contractor shall perform Services at no additional cost to Department. C. DELIVERY. i. Completed Chip Spreader will be delivered and installed FOB Deschutes County Road Department, 61150 SE 27th Street, Bend, Oregon 97702. ii. TRAINING DELIVERY SCHEDULE: Upon delivery of the Chip Spreader, the Contractor shall provide training as described in section B at an agreed upon time. 3. SPECIFICATIONS. Contractor shall deliver all Goods and Services specified in section 2 in accordance with this section 3. Contractor's failure to deliver Goods and Services in accordance with the provisions of this Contract is a material breach of this Contract. • A. GENERAL PROVISIONS. i. NON-COMPLIANCE. If any Goods or component parts are recalled by a regulatory body or the manufacturer, or discovered by Contractor not to comply with applicable regulatory standards or the Specifications, Contractor shall immediately notify Department of the recall or non-compliance, and shall provide copies of the recall notice or notice of non-compliance, as applicable, and all other supporting documentation for the recall or non-compliance determination. Department may elect to (a) reject Goods in whole or in part, or (b) revoke its acceptance of Goods in whole or in part. If Department rejects Goods or revokes its acceptance of Goods, Contractor shall remove the particular Goods from Department's possession as provided in section 4.D.iv at no cost to Department and shall reimburse Department for all payments made for those Goods. CONTRACT NO. 2013-040 Page 13 of 40 ii. STANDARD COMPONENTS. Unless specified otherwise in this section 3, Specifications, Contractor shall provide Goods with all components and accessories that the manufacturer lists as "standard" for Goods. iii. NECESSARY COMPONENTS. Unless specified otherwise in this section 3, Specifications, Contractor shall include all components, hardware and parts necessary for complete and proper assembly, installation and operation of Goods. iv. NEW AND UNUSED GOODS. Unless specified otherwise in this section 3, Specifications, Contractor shall deliver Goods that are new, unused and produced from current production inventory. Contractor shall provide Goods manufactured from only those components that the manufacturer offers in the manufacturer's current parts catalogue for Goods. B. DETAILED SPECIFICATIONS. As listed in (Attachment 1) of the contract. 4. TERMS AND CONDITIONS: A. PAYMENT. i. Department's Payment. Department shall pay Contractor for Goods delivered and Services performed at the prices and rates specified in section 2. Contractor shall look solely to Departmentfor payment of all amounts Department owes to Contractor. Contractor shall not be compensated by any department of County other than Department for Goods delivered or Services performed. ii. If Contractor is a nonresident alien as defined in 26 USC § 7701(b)(1)(B), then Contractor shall, upon execution of this Contract, deliver to Department a completed and signed W-8 form, 8233 form, or W-9 form (attached page 44) as applicable, from the IRS, as evidence that Department is not required by 26 USC 1441 to withhold part of Contractor's payment. Such forms are currently available at http://www.irs.qov. Department may withhold payments to Contractor pending Department's receipt from Contractor of the applicable, completed and signed form. If Department does not receive the applicable, completed and signed form from Contractor, or if the IRS provides notice to Department that Contractor's information on the form provided is incorrect, Department will withhold as federal income tax 30% of all amounts Department owes to Contractor under this Contract. iii. Funds Available and Authorized; Payments. Contractor understands and agrees that Department's payment of amounts under this Contract is contingent on Department receiving funding, appropriations, limitations, allotments or other expenditure authority at levels sufficient to allow Department, in the exercise of its reasonable administrative discretion, to make payments under this Contract. iv. Payment shall be made within thirty (3~} days after delivery, installation, training and acceptance by County and will be based upon the contract price provided as Item #3, Total Bid as specified on the Bid Schedule. B. INVOICES. i. After County approval of delivery of all goods and services as specified, contractor shall send all invoices to the Department mailing address specified in section 8 or to any other address that Department may indicate in writing to Contractor. Contractor shall include in each invoice: a. The Solicitation number if any, the Contract number if any; CONTRACT NO. 2013-040 Page 14 of 40 b. The quantity of Goods ordered, the quantity of Goods delivered, the date Goods were delivered, the price per unit, if applicable; c. A detailed description of Services performed, including the name or names of the individuals who performed Services and prepared the deliverables to which the invoice applies, the dates Services were performed, all deliverables delivered during the period of the invoices, the rate or rates for Services performed, and the total cost of Services d. Itemization and explanation of all expenses for which Contractor claims reimbursement authorized under this Contract; and e. The total amount due, and the payment address. C. MOST FAVORABLE PRICES AND TERMS. Contractor represents and warrants that all prices, terms and benefits offered by Contractor under this Contract are equal to or better than the equivalent prices, terms and benefits being offered by Contractor to any other County or local governmental entity or commercial customer. i. If during the term of this Contract Contractor enters any contract, agreement or arrangement that provides lower prices, more favorable terms or greater benefits to any other County or local governmental entity or commercial customer, Contractor shall provide the same price or prices, terms and benefits to Department. The prices, terms and benefits shall be effective as of the date Contractor made the more favorable terms or greater benefits available to any other County or local governmental entity or commercial customer. This provision applies to comparable goods and services and to purchase volumes by Department that are not less than the purchase volumes of the County or local governmental entity or commercial customer that has received the lower prices, greater benefits or more favorable terms. ii. Section 4.C.i does not apply to Contractor's donations of comparable goods and services to charitable, nonprofit or governmental entities if the donations are recognized as donations and are deductible under the federal Internal Revenue Code. These donations are not considered contracts, agreements or arrangements with other County or local governmental entities or commercial customers for purposes of section 4.C.i. D. ACCEPTANCE, REJECTION AND REVOCATION OF ACCEPTANCE: i. ACCEPTANCE. Department shall test if Department, in its sole discretion deems testing necessary, inspect and either accept or reject Goods delivered within seven (7) calendar days from the date Contractor delivers Goods to Department. If Department does not provide written notice of acceptance or rejection of Goods to Contractor within seven (7) calendar days following the date of delivery of Goods, Department is deemed to have accepted Goods. ii. REJECTION. If Department rejects Goods, then Department's written notice of rejection shall, at a minimum, itemize the apparent defects and include: a. a description of nonconformance between Goods delivered and the required Specifications and warranties (including any variance from demonstrations or sample characteristics of Goods if Contractor provided demonstrations or samples); b. a description of any other nonconformance of Goods (including late delivery); and c. a statement indicating whether Contractor may cure the nonconformance and if so, the method by which and time period within which Contractor may cure. iii. REVOCATION OF ACCEPTANCE. Notwithstanding Department's acceptance of Goods under section 4.D.i Department may revoke its acceptance of Goods for nonconformance with the Specifications. If Department revokes acceptance of Goods, Department shall deliver a written notice of revocation of acceptance to Contractor that includes the same information required for a written notice of rejection under section 4.D.ii. CONTRACT NO. 2013-040 Page 150f40 iv. EFFECT OF REJECTION OR REVOCATION OF ACCEPTANCE. If Department rejects Goods or revokes its acceptance of Goods, Contractor shall refund all payments Department has made to Contractor for those Goods and shall, at no cost to Department, remove Goods from Department's possession within seven (7) calendar days following the later of the date of Department's notice of rejection. the date of Department's notice of revocation of acceptance, or the date of Contractor's failure to cure if cure is permitted. Nothing contained in this section 4.D precludes Department from pursuing any remedies to which either may be entitled upon rejection or revocation of acceptance of Goods or otherwise under this Contract. E. OTHER REPRESENTATIONS AND WARRANTIES. All express and implied warranties that are applicable to goods under ORS Chapter 72 apply to Goods delivered under this Contract. Contractor represents and further warrants that: L Contractor has the authority to enter into and perform in accordance with this Contract, and Department that this Contract, when executed and delivered, is a valid and binding obligation of Contractor that is enforceable in accordance with its terms; ii. All Goods delivered to Department are new, unused, current production models and are free from defects in materials, design and manufacture for the duration of the warranty period specified in section 3 and Attachment 1, 4.1.2.1 & 4.1.2.2. Contractor further represents and warrants that all Goods meet or exceed all Specifications; iii. All Goods delivered shall comply with all applicable federal health and safety standards. iv. Contractor has the skill and knowledge possessed by well-informed members of its industry, trade or profession and Contractor will apply that skill and knowledge with care and diligence and perform Services in a timely, professional and workmanlike manner in accordance with standards applicable to Contractor's industry, trade or profession; and v. Contractor is, and shall be at all times during the term of this Contract, qualified, professionally competent and duly licensed to perform Services. The warranties specified in this section 4.E are in addition to, and not in lieu of, any other warranties provided in this Contract. All warranties are cumulative and shall be interpreted broadly to give Department the greatest warranty protection available. F. MANUFACTURER WARRANTIES. At no charge to Department, Contractor shall transfer or cause the transfer of all manufacturers' warranties for Goods and component parts, if any, to the Department for Department's benefit when Contractor delivers Goods to Department. If a conflict or inconsistency exists between a manufacturer's warranty and Contractor's warranty, the warranty that provides the greatest benefit and protection to County shall prevail. G. COMPLIANCE WITH APPLICABLE LAWS AND STANDARDS. i. Contractor shall comply with all federal, state and local laws, regulations, and ordinances applicable to this Contract or to Contractor's obligations under this Contract, as they may be adopted or amended from time to time, including without limitation, Deschutes County Code section 2.37.150. ii. Department's performance under this Contract is conditioned upon Contractor's compliance with the obligations intended for contractors under ORS 279B.220, 279B.225 (if applicable to this Contract), 279B.230 and 279B.235 (if applicable to this Contract), which are incorporated into this Contract by reference. Contractor shall, to the maximum extent economically feasible in the performance of this Contract, use recycled paper (as defined in ORS 279A.010(1 )(ee», CONTRACT NO. 2013·040 Page 16 of 40 recycled PETE products (as defined in ORS 279A.01 O(1)(ff), and other recycled plastic resin products and recycled products (as "recycled product" is defined in ORS 279A.010(1 Xgg». H. MATERIAL SAFETY DATA SHEET. At the time Contractor delivers Goods to Department, Contractor shall provide to Department a "Material Safety Data Sheet" as defined by (OSHA) for any Goods delivered which may release or otherwise cause exposure to a hazardous chemical substance under normal conditions of use. Contractor shall properly label, tag or mark those Goods. I. [RESERVED] J. TIME IS OF THE ESSENCE. Contractor agrees that time is of the essence in the performance of this Contract. K. FORCE MAIEURE. Neither Department nor Contractor shall be responsible for any failure to perform or for any delay in the performance of any obligation under this Contract caused by fire, riot, acts of God, terrorism, war, or any other cause which is beyond the delaying or breaching entity's reasonable control. Contractor shall make all reasonable efforts to eliminate the cause of Contractor's delay or breach and shall, upon elimination of the cause, continue performing under this Contract. Department may terminate this Contract upon written notice to Contractor after reasonably determining that this delay or breach could likely prevent successful performance of this Contract. L. INSURANCE. Contractor shall obtain the insurance required under section 5 prior to performing under this Contract and shall maintain the required insurance throughout this duration of this Contract and all Warranty Periods. M. INDEPENDENT CONTRACTOR STATUS; RESPONSIBILITY FOR TAXES AND WITHHOLDING. i. Contractor shall perform all Services as an independent contractor. Although Department may (a) determine and modify the delivery schedule for Goods to be delivered and Services to be performed and (b) evaluate the quality of the completed performance, Department cannot and will not control the means or manner of Contractor's performance. Contractor is responsible for determining the appropriate means and manner of performing any Services required under this Contract. Contractor is not an "officer", "employee", or "agent" of Department as those terms are used in ORS 30.265. ii. If Contractor is currently performing work for County or the federal government, Contractor by signature to this Contract declares and certifies that Contractor's performance under this Contract creates no potential or actual conflict of interest as defined by ORS 244 and that no rules or regulations of Contractor's employing department (county, state or federal) would prohibit Contractor's performance under this Contract. iii. Contractor shall payor cause to be paid all federal and state taxes applicable to Contractor's compensation under this Contract, and Department will not withhold from Contractor's compensation any amount to cover Contractor's federal or state tax obligations unless Contractor is subject to backup withholding. Contractor is not eligible for any social security, unemployment insurance or workers' compensation benefits from Contractor's compensation under this Contract. CONTRACT NO. 2013-040 Page 17of40 N. INDEMNIFICATION. i. GENERAL INDEMNITY. CONTRACTOR SHALL DEFEND. SAVE. HOLD HARMLESS. AND INDEMNIFY COUNTY, ITS DEPARTMENTS, OFFICERS, DIRECTORS, AGENTS AND EMPLOYEES FROM AND AGAINST ALL CLAIMS. SUITS, ACTIONS, LOSSES, DAMAGES, LIABILITIES, COSTS AND EXPENSES OF ANY NATURE WHATSOEVER ("CLAIMS") RESULTING FROM, ARISING OUT OF, OR RELATING TO THE ACTS OR OM ISS IONS OF CONTRACTOR OR ITS OFFICERS, EMPLOYEES, SUBCONTRACTORS, OR AGENTS UNDER THIS CONTRACT. ii. INDEMNITY FOR INFRINGEMENT CLAIMS. WITHOUT LIMITING THE GENERALITY OF SECTION 4.N.i, CONTRACTOR SHALL DEFEND, SAVE, HOLD HARMLESS AND INDEMNIFY COUNTY, ITS AGENCIES, OFFICERS, DIRECTORS, AGENTS, AND EMPLOYEES FROM AND AGAINST ALL CLAIMS, SUITS, ACTIONS, LOSSES, DAMAGES, LIABILITIES, COSTS, AND EXPENSES, INCLUDING ATIORNEYS FEES, ARISING OUT OF OR RELATING TO ANY CLAIMS THAT THE WORK, THE WORK PRODUCT OR ANY OTHER TANGIBLE OR INTANGIBLE ITEM DELIVERED UNDER THIS CONTRACT BY CONTRACTOR THAT MAY BE THE SUBJECT OF PROTECTION UNDER ANY STATE OR FEDERAL INTELLECTUAL PROPERTY LAW OR DOCTRINE, OR THE DEPARTMENT'S REASONABLE USE THEREOF, INFRINGES ANY PATENT, COPYRIGHT, TRADE SECRET, TRADEMARK, TRADE DRESS, MASK WORK, UTILITY DESIGN, OR OTHER PROPRIETARY RIGHT OF ANY THIRD PARTY ("INFRINGEMENT CLAIM"); PROVIDED, THAT COUNTY SHALL PROVIDE CONTRACTOR WITH PROMPT WRITIEN NOTICE OF ANY INFRINGEMENT CLAIM. iii. COUNTY SHALL REASOI\lABLY COOPERATE 11\1 GOOD FAITH, AT CONTRACTOR'S REASONABLE EXPENSE, IN THE DEFENSE OF CLAIMS AND INFRINGEMENT CLAIMS, AND CONTRACTOR SHALL SELECT COUNSEL REASONABLY ACCEPTABLE TO THE DESCHUTES COUNTY LEGAL COUNSEL TO DEFEND SUCH CLAIMS AND INFRINGEMENT CLAIMS AND SHALL BEAR ALL COSTS OF SUCH COUNSEL. COUNSEL MUST ACCEPT APPOINTMENT AS A SPECIAL COUNTY COUNSEL BEFORE COUNSEL MAY ACT IN THE NAME OF, OR REPRESENT THE INTERESTS OF, DESCHUTES COUNTY, ITS DEPARTMENTS, OFFICERS, EMPLOYEES OR AGENTS. COUNTY MAY ELECT TO ASSUME ITS OWN DEFENSE WITH AN ATIORNEY OF ITS OWN CHOICE AND AT ITS OWN EXPENSE AT ANY TIME COUNTY DETERMINES IMPORTANT GOVERNMENTAL INTERESTS ARE AT STAKE. SUBJECT TO THE LIMITATIONS NOTED ABOVE, CONTRACTOR MAY DEFEND SUCH CLAIMS AND INFRINGEMENT CLAIMS WITH COUNSEL OF ITS OWN CHOOSING PROVIDED THAT NO SETILEMENT OR COMPROMISE OF AI\IY SUCH CLAIMS AND INFRINGEMENT CLAIMS SHALL OCCUR WITHOUT THE CONSENT OF COUNTY, WHICH CONSENT SHALL NOT BE UNREASONABLY WITHHELD, CONDITIONED OR DELAYED. O. ASSIGNMENT OF ANTITRUST RIGHTS. i. CONTRACTOR IRREVOCABLY ASSIGNS TO COUNTY ANY CLAIM FOR RELIEF OR CAUSE OF ACTION WHICH CONTRACTOR NOW HAS OR WHICH MAY ACCRUE TO CONTRACTOR IN THE FUTURE BY REASON OF ANY VIOLATION OF 15 U.S.C. § 1-15 OR ORS 646.725 OR ORS 646.730, IN CONNECTION WITH ANY GOODS OR SERVICES PROVIDED TO CONTRACTOR FOR THE PURPOSE OF CARRYING OUT CONTRACTOR'S OBLIGATIONS UNDER THIS CONTRACT, INCLUDING, AT COUNTY'S OPTION, THE RIGHT TO CONTROL ANY SUCH LITIGATION ON SUCH CLAIM FOR RELIEF OR CAUSE OF ACTION. CONTRACT NO. 2013-040 Page 18 of 40 ii. CONTRACTOR SHALL REQUIRE ANY SUBCONTRACTORS HIRED TO PERFORM ANY OF CONTRACTOR'S DUTIES UNDER THIS CONTRACT TO IRREVOCABLY ASSIGN TO COUNTY, AS THIRD PARTY BENEFICIARY, ANY RIGHT, TITLE OR INTEREST THAT HAS ACCRUED OR WHICH MAY ACCRUE IN THE FUTURE BY REASON OF ANY VIOLATION OF 15 U.S.C. § 1-15 OR ORS 646.725 OR ORS 646.730, IN CONNECTION WITH ANY GOODS OR SERVICES PROVIDED TO THE SUBCONTRACTOR FOR THE PURPOSE OF CARRYING OUT THE SUBCONTRACTOR'S OBLIGATIONS TO CONTRACTOR IN PURSUANCE OF THIS CONTRACT, INCLUDING, AT COUNTY'S OPTION, THE RIGHT TO CONTROL ANY SUCH LITIGATION ON SUCH CLAIM FOR RELIEF OR CAUSE OF ACTION. P. EVENTS OF BREACH. i. Breach by Contractor. Contractor breaches this Contract if: a. Contractor institutes or has instituted against it insolvency, receivership or bankruptcy proceedings, makes an assignment for the benefit of creditors. or ceases doing business on a regular basis; b. Contractor no longer holds a license or certificate that is required for Contractor to perform its obligations under this Contract and Contractor has not obtained the required license or certificate within fourteen (14) calendar days after delivery of Department's notice of breach or a longer period as Department may specify in its notice; or c. Contractor commits any material breach of any covenant. warranty, obligation or certification under this Contract, and Contractor fails to cure its breach within fourteen (14) calendar days after delivery of Department's notice of breach or within a longer period as Department may specify in its notice. ii. Breach by Department. Department breaches this Contract if: a. Department fails to pay Contractor any amount pursuant to the terms of this Contract, and Department fails to cure this failure within fourteen (14) business days after delivery of Contractor's notice of breach or within a longer period as Contractor may specify in its notice; or b. Department commits any material breach of its obligations under this Contract, fails to perform its obligations hereunder within the time specified or any extension thereof, and fails to cure its failure within fourteen (14) calendar days after delivery of Contractor's notice of breach or a longer period as Contractor may specify in its notice. Q. REMEDIES. i. County's Remedies. If Contractor is in breach under section 4.P.i, then in addition to the remedies afforded elsewhere in this Contract, Department shall be entitled to recover for any and all damages suffered as the result of Contractor's breach of this Contract. including but not limited to direct, indirect. incidental and consequential damages, as provided in ORS Chapter 72. Department may, at its option. pursue any or all of the remedies available under this Contract and at law or in equity, including. but not limited to: a. Termination of this Contract under section 4.S.ii; b. Withholding all amounts Contractor has invoiced for Goods and Services that Contractor is obligated to but has failed to deliver or perform within any scheduled completion dates or has performed inadequately or defectively; c. Initiation of an action or proceeding for damages, specific performance, declaratory or injunctive relief; or CONTRACT NO. 2013·040 Page 19 of 40 d. Exercise of the right of setoff and withholding amounts otherwise due and owing to Contractor in an amount equal to Department's setoff right, without penalty. These remedies are cumulative to the extent the remedies are not inconsistent, and Department may pursue any remedy or remedies singly, collectively, successively or in any order whatsoever. If Contractor is found to not be in breach under section 4.P.i, the rights and obligations of the parties shall be the same as if this Contract was terminated pursuant to section 4.S.iLa. iL Contractor's Remedies. If Department terminates this Contract for convenience under section 4.S.ii.a, or if Department is in breach under section 4.P.ii and whether or not Contractor elects to exercise its right to terminate this Contract under section 4.S.iii, Contractor's sole remedy is a claim against Department for the unpaid price for any Goods delivered and accepted by Department less any claims County has against Contractor and is as follows for unpaid Services completed and accepted by Department: a. For Services compensable on an hourly basis, a claim against Department for unpaid invoices, hours worked but not yet invoiced, and authorized expenses for Services completed and accepted by Department less any claims County has against Contractor. b. For deliverable-based Services, a claim against Department for the amount specified for completing the deliverable multiplied by the percentage of Services completed and accepted by Department, less previous amounts paid and the amount of any claims County has against Contractor. If previous amounts paid to Contractor for Goods and Services exceed the amount due to Contractor under this section 4.Q.ii, Contractor shall pay the excess amount to Department immediately upon written demand. R. ATTORNEYS' FEES. Except for defense costs and expenses pursuant to section 4.N, neither Department nor Contractor is entitled to recover attorney's fees. court and investigative costs. or any other fees or expenses associated with pursuing a remedy for damages arising out of or relating to this Contract. S. TERMINATION. i. MUTUAL CONSENT. The Contract may be terminated at any time by mutual written consent of the parties. ii. Department: a. Department may, at its sole discretion, terminate the Contract for its convenience upon 30 days written notice to Contractor. b. Department may, in its sole discretion, terminate this Contract, immediately upon notice to Contractor, or at a later date as Department may establish in its notice, upon the occurrence of any of the following events: 1. Department fails to receive funding, appropriations, limitations, allotments or other expenditure authority at levels sufficient to allow Department, in the exercise of its reasonable administrative discretion, to make payments under this Contract; 2. Federal or state laws, regulations, or guidelines are modified or interpreted in a way that either the purchase of Goods or Services, or both, by the Department under this CONTRACT NO. 2013-040 Page 20 of 40 Contract is prohibited, or the Department is prohibited from paying for Goods or Services, or both, from the planned funding source; or 3. Contractor commits any material breach of this Contract. Contractor shall stop performance under this Contract as directed by Department in any written notice of termination delivered to Contractor under this section 4.S.ii. iii. CONTRACTOR. Contractor may terminate this Contract immediately upon written notice to Department, or at a later date as Contractor may establish in its notice, if Department is in breach under section 4.P.ii. T. INTELLECTUAL PROPERTY & OPEN SOURCE; TITLE TO GOODS. i. New Works. All intellectual property rights in the Work Product created by Contractor under this Contract shall be the exclusive property of Department. All Work Product authored by Contractor under this Contract shall be deemed "works made for hire" to the extent permitted by the United States Copyright Act. To the extent Department is not the owner of the intellectual property rights in such Work Product, Contractor hereby irrevocably assigns to Department any and all of its rights, title, and interest in such Work Product. Upon Department's reasonable request, Contractor shall execute such further documents and instruments reasonably necessary to fully vest such rights in Department. Contractor forever waives any and all rights relating to such Work Product created under this Contract, including without limitation, any and all rights arising under 17 USC §106A or any other rights of identification of authorship or rights of approval, restriction or limitation on use or subsequent modifications. I 1 ii. Contractor Intellectual Property. If intellectual property rights in the Work Product are Contractor Intellectual Property, Contractor hereby grants to Department an irrevocable, non­ exclusive, perpetual, royalty-free license to use, make, reproduce, prepare derivative works I based upon, distribute copies of, perform and display the Contractor Intellectual Property, and to authorize others to do the same on Department's behalf. iii. Third Party Intellectual Property. To the extent Contractor has the authority, Contractor shall I 1 sublicense or pass through to Department all Third Party Intellectual Property. Contractor represents and warrants that it has provided written disclosure to Department of all Third Party Intellectual Property that must be independently licensed by Department to fully enjoy the benefit of the Work Product. If Contractor failed to provide such written disclosure, Contractor shall secure on the Department's behalf and in the name of the Department, an irrevocable, non­ j exclusive, perpetual, royalty-free license to use, make, reproduce, prepare derivative works based upon, distribute copies of, perform and display the Third Party Intellectual Property, and to authorize others to do the same on Department's behalf. I iv. Open Source Approval and Notice. Any Open Source Elements in the Work Product must be approved in advance and in writing by Department. If Department approves the use of Open Source Elements, Contractor shall: I a. Notify Department in writing that the Work Product contains Open Source Elements; I i b. Identify the specific portion of the Work Product that contain Open Source Elements; and c. Provide a copy of the applicable license for each Open Source Element to Department. v. Title to Goods. Title to Goods passes to Department in accordance with ORS 72.4010. J j U. ACCESS TO RECORDS. t ~ Contractor shall retain, maintain, and keep accessible all records relevant to this Contract ("Records") for six (6) years following Contract termination or full performance, the period required by applicable law following Contract termination or full performance, or until the conclusion of any audit, controversy or litigation arising out of or related to this Contract, whichever ending date is later. Contractor shall maintain all financial Records in accordance with generally accepted CONTRACT NO. 2013-040 Page 21 of40 I accounting principles. During this Record-retention period, Contractor shall permit County, its duly authorized representatives, and the federal government access to the Records at reasonable times I and places for purposes of examination and copying. V. NOTICES. All notices required under this Contract shall be in writing and addressed to the party's authorized representative. For County, the authorized representative is the Department contact person identified in section 8. Contractor's authorized representative is the contact person identified in section 7. Mailed notices are deemed received five (5) days after the post mark date when properly addressed and deposited prepaid into the U.S. postal service. Faxed notices are deemed received upon electronic confirmation of successful transmission to the designated fax number. Notices delivered by personal delivery are deemed received when delivered to the address specified for the receiving party's authorized representative. W. GOVERNING LAW. The Contract is governed by and construed in accordance with the laws of the State of Oregon without regard to principles of conflicts of laws. To the extent not modified by the terms of this Contract, the Uniform Commercial Code as codified in ORS Chapters 71 and 72 governs Goods under this Contract. The applicability of the UN Convention on Contracts for the International Sale of Goods is hereby expressly waived by the parties, and it does not apply to this Contract. X. VENUE; CONSENT TO JURISDICTION. Any claim, action, suit or proceeding (co"ectively. "Proceeding") between County and Contractor that arises from or relates to this Contract shall be brought and conducted solely and exclusively within the Circuit Court of Oregon for Deschutes County; provided, however, if a Proceeding must be brought in a federal forum, then unless otherwise prohibited by law, it shall be brought and conducted solely and exclusively within the United States District Court for the District of Oregon. CONTRACTOR HEREBY CONSENTS TO THE IN PERSONAM JURISDICTION OF THESE COURTS AND WAIVES ANY OBJECTION TO VENUE IN THESE COURTS AND ANY CLAIM THAT THE FORUM IS AN INCONVENIENT FORUM. Nothing in these provisions shall be construed as a waiver of County's sovereign or governmental immunity, whether derived from the Eleventh Amendment to the United States Constitution or otherwise, or a waiver of any defenses to Proceedings or jurisdiction based thereon. Y. SURVIVAL: In addition to all provisions which by their nature extend beyond the Contract termination or full performance, the following provisions shall remain in effect beyond any Contract termination or full performance: sections 1, 3, 4.A, 4.D, 4.E, 4.F, 4.L, 4.N, 4.0, 4.Q, 4.R, 4.T, 4.U, 4.W, 4.X, 4.Y, 4.CC and section 5. Z. SEVERABILITY. I If a court of competent jurisdiction declares any provision of this Contract to be illegal or otherwise invalid. the validity of the remaining terms and provisions shall not be affected, and the rights and obligations of the parties shall be construed and enforced as if this Contract did not contain the I particular provision held to be invalid. AA. SUBCONTRACTS; ASSIGNMENT; SUCCESSORS. i. SUBCONTRACTS. Contractor shall not enter into any subcontracts for any Services required under this Contract without Department's prior written consent. In addition to any ) other provisions Department may require, Contractor shall include in any permitted subcontract provisions to ensure that Department will receive the benefit of subcontractor's performance as if the subcontractor were Contractor with respect to sections 3, 4.E, 4.F. 4.1, 4.J, 4.N, 4.0, 4.T, CONTRACT NO. 2013"'()40 Page 22 of 40 1 4.U, 4.W, 4.X, and 4.AA. Department's consent to any subcontract shall not relieve Contractor of any of its duties or obligations under this Contract. ii. Contractor shall not assign, delegate or transfer any of its rights or obligations under this Contract without Department's prior written consent. Department's written consent does not relieve Contractor of any obligations under this Contract, and any assignee, transferee, or delegate is considered Contractor's agent. iii. The provisions of this Contract are binding upon, and inure to the benefit of the parties and their respective successors and permitted assigns, if any. BB. MERGER CLAUSE; AMENDMENT; WAIVER. This Contract constitutes the entire agreement between the parties on the subject matter thereof. There are no understandings, agreements or representations, oral or written, not specified herein regarding this Contract. This Contract may be amended to the extent permitted by applicable statutes and administrative rules. No waiver, consent or amendment of terms of this Contract shall bind either party unless in writing and signed by authorized representatives of Department and Contractor, and all necessary approvals have been obtained. Waivers and consents shall be effective only in the specific instance and for the specific purpose given. The failure of County to enforce any prOvision of this Contract shall not constitute a waiver by County of that or any other provision. CC. THIRD PARTY BENEFICIARIES. Department and Contractor are the only parties to this Contract and are the only parties entitled to enforce the terms of this Contract. Nothing in this Contract gives, is intended to give, or shall be construed to give or provide any benefit or right not held by or made generally available to the public, whether directly, indirectly or otherwise, to third persons unless the third persons are individually identified by name herein and expressly described as intended beneficiaries of the terms of this Contract. Department is an intended beneficiary of the terms of this Contract. DD. COLINTERPARTS. This Contract may be executed in several counterparts, all of which when taken together shall constitute one agreement binding on all parties, notwithstanding that all parties are not signatories to the same counterpart. Each copy of this Contract so executed shall constitute an original. 5. INSURANCE A. REQUIRED INSURANCE. Contractor shall obtain the insurance specified in this section 5 prior to performing under this Contract and shall maintain it in full force and at its own expense throughout the duration of this Contract and all Warranty Periods. Contractor shall obtain the following insurance from insurance companies or entities that are authorized to transact the business of insurance and issue coverage in Oregon and that are acceptable to Department. i. WORKERS COMPENSATION. All employers, including Contractor, that employ subject workers who work under this Contract in Oregon shall comply with ORS 656.017 and provide the required workers' compensation coverage, unless these employers are exempt under ORS 656.126(2). Contractor shall require each of its subcontractors, if any, to comply with, and shall ensure that each of its subcontractors, if any, complies with, these requirements. CONTRACT NO. 2013·040 Page 23 of 40 ii. COMMERCIAL GENERAL LIABILITY. [g! Required by County 0 Not required by County. Commercial General Liability Insurance covering bodily injury and property damage in a form and with coverages that are satisfactory to Department. This insurance shall include personal and advertising injury liability, products and completed operations liability. Coverage may be written in combination with Automobile Liability Insurance (with separate limits). Combined single limit per occurrence shall not be less than $1,000,000 for each job site or location. Each annual aggregate limit shall not be less than $2,000,000. iii. AUTOMOBILE LIABILITY INSURANCE: AUTOMOBILE LIABILITY. [g! Required by County 0 Not required by County. Automobile Liability Insurance covering all owned, non-owned, and hired vehicles. This coverage may be written in combination with the Commercial General Liability Insurance. Combined Single limit per occurrence shall not be less than $ 500,000. iv. EMPLOYERS' LIABILITY. o Required by County [g! Not required by County. If Contractor is a subject employer, as defined in ORS 656.023, Contractor shall obtain employers' liability insurance coverage with combined single limit per occurrence of not less than $500,000, and annual aggregate limits of not less than $1 million. v. POLLUTION LIABILITY. o Required by County [g! Not required by County. Pollution Liability Insurance covering Contractor's liability for bodily injury, property damage and environmental damage resulting from either sudden or gradual accidental pollution and related cleanup costs incurred by Contractor, all arising out of Goods delivered or Services (including transportation risk) performed under this Contract. Combined single limit per occurrence shall not be less than $ , or the equivalent. Annual aggregate limit shall not be less than $,--, B. ADDITIONAL INSURED. The commercial general liability insurance and automobile liability insurance required under this Contract shall include County, and its departments, officers and employees as Additional Insured's with respect to Contractor's performance obligations under this Contract. Contractor shall ensure that coverage is primary and non-contributory with any other insurance and self-insurance. C. "TAIL" COVERAGE. If any of the required liability insurance is on a "claims made" basis, Contractor shall either maintain either "tail" coverage or continuous "claims made" liability coverage, provided the effective date of the continuous "claims made" coverage is on or before the effective date of this Contract, for a minimum of 24 months following the later of i. Department's acceptance of all Goods in accordance with section 4.D (if acceptance has not been revoked in accordance with section 4.D.iii), ii. The completion of all Services required under this Contract, or CONTRACT NO. 2013-040 Page 24 of 40 iii. The expiration of all warranty periods provided under this Contract. Notwithstanding the foregoing 24-month requirement, if Contractor elects to maintain "tail" coverage and if the maximum time period "tail" coverage reasonably available in the marketplace is less than the 24-month period described above, then Contractor shall maintain "tail" coverage for the maximum time period that "tail" coverage is reasonably available in the marketplace for the coverage required under this Contract. Contractor shall provide to Department, upon request. certification of the coverage required under this section 5.C. D. NOTICE OF CANCELLATION OR CHANGE. There shall be no cancellation, material change, potential exhaustion of aggregate limits or non­ renewal of insurance coverage(s) without thirty (30) days' written notice from this Contractor or its insurer(s) to Department. Any failure to comply with the reporting provisions of this clause shall constitute a material breach of Contract and shall be grounds for immediate termination of this Contract by Department. No later than fourteen (14) calendar days following the effective date of any insurance policy renewals, Contractor shall deliver to Department all documentation evidencing renewal of the particular insurance policy renewed. E. CERTIFICATE(S) OF INSURANCE. Upon Department's request, Contractor shall provide to Department Certificate(s) of Insurance for all required insurance. The Certificate(s) must specify all entities and individuals who are endorsed on the policy as Additional Insured (or Loss Payees). Contractor shall pay for all deductibles, self­ insured retention and self-insurance, if any. 6 (RESERVED) 7. CERTIFICATIONS AND SIGNATURE OF CONTRACTOR'S AUTHORIZED REPRESENTATIVE. THIS CONTRACT MUST BE SIGNED IN INK BY AN AUTHORIZED REPRESENTATIVE OF CONTRACTOR. The undersigned certifies under penalty of perjury both individually and on behalf of Contractor that: A. The undersigned is a duly authorized representative of Contractor, has been authorized by Contractor to make all representations, attestations, and certifications contained in this Contract and to execute this Contract on behalf of Contractor: B. The undersigned is authorized to act on behalf of Contractor and that Contractor is, to the best of the undersigned's knowledge, not in violation of any Oregon Tax Laws. For purposes of this certification, "Oregon Tax Laws" means a state tax imposed by ORS 401.792 to 401.816 (Tax For Emergency Communications), 118 (Inheritance Tax), 314 (Income Tax), 316 (Personal Income Tax), 317 (Corporation Excise Tax), 318 (Corporation Income Tax), 320 (Amusement Device and Transient Lodging Taxes), 321 (Timber and Forestland Tax), 323 (Cigarettes and Tobacco Products Tax), and the elderly rental assistance program under ORS 310.630 to 310.706; and any local taxes administered by the Department of Revenue under ORS 305.620. C. To the best of the undersigned's knowledge, Contractor has not discriminated against and will not discriminate against minority, women or emerging small business enterprises certified under ORS 200.055 in obtaining any required subcontracts. D. Contractor and Contractor's employees and agents are not included on the list titled "Specially Designated Nationals and Blocked Persons" maintained by the Office of Foreign Assets Control of the United States Department of the Treasury and currently found at http://www.treas.gov/offices/enforcemenVofac/sdn/t11sdn.pdf; CONTRACT NO. 2013-040 Page 25 of 40 ACORDfJ DATE (MMlDDIYYYYI ~ CERTIFICATE OF LIABILITY INSURANCE Page 03/05/20131 of 1 I 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: Ifthe certificate holder is an ADDITIONAL INSURED, the policy(ies)must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions ofthe 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). CONTACTPRODUCER NAMF' Willis of Arizona, Inc. PHONE c/o 26 Century Blvd. ~.EXI· 877-945-7378 r.t2NOl 888-467-2378 E-MAlLP.O. Box 305191 ADDRESS: certificates®Willis.com .....................­Nashville, TN 37230 INSURER(S)AFFORDING COVERAGE NAIC# INSURER A: Great American E & S Insurance Company 37532-002 INSURED INSURERS: Sentinel Insurance Company, Ltd. 11000-001Bear Cat Manufacturing, Inc. 3650 Sabin Brown Road : INSURERC: SCF Premier Ins. Co. 36714-000 Wickenberg, AZ 85390 INSURERD: INSURER E: i INSURER F: COVERAGES CERTIFICATE NUMBER' 19483832 REVISION NUMBER' 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. I~~:I TYPE OF INSURANCE ~POLICY NUMBER POLICYEFF POLlCYEXP LIMITS A I GENERAL LIABILITY Y IPL4433586 5/31/2012 5/31/2013 I EACH OCCURRENCE $ 1 000 000j :~".'G"'~'~"rr DAMAGE WERENTED 1$PREMISES Ea occurencel 200 000 I CLAIMS-MADE[iJ OCCUR MED EXP (Anyone person) !$ 15 000 C---­ PERSONAL & ADV INJURY $ 1 000 000 GENERAL AGGREGATE $ 2 000 999_ ~~'I AGGREGATE LIMIT APPLIES PER. lOPAGG $ 2 000 000 i X I POLICY n ~~;?~ n LOC $ B ! AUTOMOBILE LIABILITY Y 59UENVF4391 5/31/2012 5/31/2013 LIMIT 1,000,000$ ~ i X ANY AUTO erperson) $ .­ALL OWNED !~CHEDULED AUTOS ,AUTOS I BODILY INJURY(Peracddenl) $ - HIRED AUTOS ==l~ON'OWNED PROPERTY DAMAGE -AUTOS • (Peraccidenl) ,$ !$ UMBRELLA L1AB 1......_ ...., OCCUR I EACH OCCURRENCE !$ f---'~~ ~EXCESS L1AB CLAIMS-MADE AGGREGATE $ DED RETENTIONS $ C I WORKERS COMPENSATION W20832 1/1/2013 1/1/2014 X IT"b~~LfJI~s I IO~~' I AND EMPLOYERS' LIABILITY YIN I ANY PROPRIETOR/PARTNER/EXECUTIVE C N I A EL EACH ACCIDENT S 1,000,000 , OFFICERIMEMBER EXCLUDED? : I ~gISEASE:EA EMPLOYEE :$ 1, 000, 000;I~~~~~!~~i:~~~er ! m5CHlPTION OF OPERATIONS below EL DISEASE ­POLICY LIMIT i$ 1,000,000 ! I DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (Attach Acord 101, Additonal Remarks Schedule. If more space I.required) DeBchutes County, and its departments, divisions, commissions, branches, officers and employees are included as Additional Insureds as respects to General Liability and Auto Liability as required by written contract. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE Deschutes County Road Department 61150 SE 27th It..') {:::n.~ ~Bend, OR 97702 Coll:4026151 Tpl:1575236 Cert:19483832 '4>1988-2010 ACORD CORPORATION. All rig hts reserved. ACORD 25 (2010/05) The ACORD name and logo are registered marks of ACORD 1 1 I \ IL 70 02 (Ed. 10 07) Pol icy No. PL 4433586­ Effective Date of Change 02/28/13 BUS INESSPRO® POL ICY CHAl\W,;ES THIS ENDORSEMENT NAMED INSURED BEAR CAT MANUFACTURING, INC. CHANGES THE POLICY. AND ADDRESS: 3650 SABIN BROWN ROAD PLEASE READ IT WICKENBURG AZ 85390 CAREFULLY. POLICY ALTERNATE MAILING ADDRESS: AGENT'S NAME AND ADDRESS; BLISS & GLENNON, INC 435 N PACIFIC COAST # 200 REDONDO BEACH, CA 90277-2875 Insurance is afforded by the Company named below, a Capital Stock Corporation: GREAT AMERICAN E&S INSURANCE COMPANY POLICY PERIOD: From 05/31/2012 To 05/31/2013 12:01 A.M. Standard Time at the address of the Named Insured ENDORSEMENT #1 $250 ADDITIONAL PREMIUM DESCHUTES COUNTY IS ADDED AS ADDITIONAL INSURED PER THE ATTACHED. Stak tax: $7.50 i St~ll!l~~: $0.50 FORMS AND ENDORSEMENTS hereby added:CG2010 FORMS AND ENDORSEMENTS hereby amended: FORMS AND ENDORSEMENTS hereby deleted: I IL 70 02 (Ed. 10107) PRO (Page 1 of 1) 1 CG 20 10 (Ed. 07 04) THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFUll.Y. AoonlONAl INSlIED -OWNERS, lESSEES OR CONlRACTOOS -SCI£OlI.ED PERSON OR ORGANZAnON This endorsement modifies inSlSaI1ce provided under the following: COIV1VIERCIAL G:NERAL LIABILITY COVERAGE PART Schedule Name of Additional Insured Person(s) or Organization(s): Location(s) Of Covered Operations DESCHUTES COUNTY, AND ITS DEPARTMENTS DIVISIONS, COMMISSIONS, BRANCHES, OFFICERS AND EMPLOYEES 61150 SE 27th STREET BEND, OR 97702 Information required to corrplete this Schedule, if not shown above, will be shown in the Declarations. I A. SECTION II -WHO IS AN INSUED is emended to include as an Additional InslSed the person(s) or organization(s) shown in the Sched..lle, but only with respect to liability for "bodily injISY," "property damage" or "personal and advertising injury" caused, in vvhole or in part, by: 1. yOIS acts or omissions; or 2. the acts or omissions of those acting on your behalf; I in the performance of your ongoing operations for the Additional InslSed(s) at the location(s) designated aboVe. B. With respect to the insurance afforded to these Additional Insureds, the following additional exclusions apply: This insurance does not apply to "bodily injlSy" or "property damage" occlSring after: 1. all wor1<., including materials, parts or eqJipment furnished in connection with such work, on theII project (other than service, maintenance or repairs) to be performed by or on behalf of the Additional Insured(s) at the location of the covered operations has been completed; or1 2. that portion of "your work" out of which the injlSY or damage arises has been put to its intended use I ~ by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the sane project ~ i Copyright, ISO Properties, Inc., 2004i i CG 20 10 (Ed 07/04) PRO (Page 1 of 11 E. Contractor's Federal Employee Identification Number or Social Security Number specified below is correct; F. Contractor is bound by and will comply with all requirements, terms and conditions contained in this Contract and will provide Goods and Services in accordance with the Specifications; and G. Contractor_ is IlL is not a nonresident alien as defined in 26 USC § 7701(b)(1) (check one). See section 4.A.ii. Contractor (print Co~r'.name)" B~.INC. Authorized Signature:_~~::::::::::'J.,.~.4/L====::::'::::::=:=::::::===-... By (print name): FRE~SON Title: TREASURER Date: 2-15-2013 FEIN ID# or SSN# {required):,~9-=-3_--=-6-=-3-=2-=2-=8-=0___________ FRED ANDERSONContractor's Contact Person (Type or Contact Telephone Number: (9 2 8 ) _6_8_4_-_7_8_5_1 _____ Contact Fax Number: (928 ) ...;6:....:8=--4=------'3=--2=-4-=-.:....1______ Contact E-Mail Address:fanderson@bearcatmfg.com Mailing Address: 3650 SABIN BROWN RD. WICKENBURG, AZ 85390 8. SIGNATURE OF COUNTY'S AUTHORIZED REPRESENTATIVE. County accepts Contractor's offer and awards this Contract to Contractor for Goods and Service described in this Contract. Deschutes County, Oregon acting by and through Authorized Signature: 9 By (prmt name): L~ 1 Title: ])i'",t.,. Date: 03j'~ !r~ Department's Contact Person: Randy McCulley Contact Telephone Number: (541) 322-7125 Fax Number (541) 388-2719 E-Mail Address:randym@co.deschutes.or.us Department Mailing Address: 61150 SE 27th Street, Bend, Oregon 97702 CONTRACT NO. 2013-040 Page 26 of 40 WITNESS WHEREOF, DESCHUTES COUNTY has caused this agreement to be signed in its name, by its Board of County Commissioners, duly attested by its Recording Secretary; and the said Contractor has caused this Agreement to be signed and sealed the same as of the day of 2013. BOARD OF COUNTY COMMISSIONERS OF DESCHUTES COUNTY, OREGON ALAN UNGER, CHAIR TAMMY BANEY, VICE CHAIR ANTHONY DeBONE, COMMISSIONERI I ATTEST: ~ RECORDING SECRETARY --'--'..,CONTR.ACLT.OR:.'-~ BY&. -­ TITLE: 1J?,.M1.s -,J'~ APPROVED AS TO FORM: LEGAL COUNSEL CONTRACT NO. 2013·040 Page 27 of 40 EQUIPMENT SPECIFICATION SHEETS (ATTACHMENT 1) 4.1 GENERAL SPECIFICATIONS 4.1.1 General Specifications 4.1.1.1 One (1) new, current model, 10-20 foot Chip Spreader, for use in County road maintenance chip seal operations. 4.1.1.2 All equipment furnished shall be the manufacturer's latest model now in production and shall conform to the best practices known to the automotive trade in strength, quality of materials and workmanship, and shall be subject to these specifications in full. 4.1.1.3 All ratings shall be certified by the manufacturer to be as stated according to test procedures designed by the S.A.E. or the appropriate agencies and shall at minimum be equal to the requirements and conditions specified herein. Evidence of compliance with the requirements of these specifications shall be based on manufacturer's data sheets and data sheets of the component parts manufacturers published prior to the issuance of these specifications. In case of conflict between the latter, data sheets of the component parts manufacturer shall take precedence. 4.1.1.4 The Chip Spreader furnished to meet these specifications, including all equipment and accessories, shall comply with the requirements of Oregon Vehicle Code, current Federal motor vehicle safety standards, current Oregon State Division of Industrial Safety Orders and O.S.H.A. 4.1.1.5 The manufacturers furnishing the mechanisms described in these specifications shall be experienced in design and construction of such equipment and may be required to furnish evidence of having supplied similar equipment which has been in successful operation for a period of not less than three (3) years. 4.1.1.6 All bids must comply with the manufacturer's standard specifications and be accompanied by manufacturer's specification sheets. 4.1.2 Warranty 4.1.2.1 The successful bidder shall be responsible for administering the CONTRACT NO. 2013-040 i I j MEETS SPECIFICA nONS ~YES DNO ~YES DNO ugYES DNO [}g YES DNO [Xl YES DNO [XJ YES DNO [Xl YES DNO Page 28 of 40 warranties as described below. All warranty repairs shall be perfonned on site and bidder shall commence repairs within 24-hours of notification of breakdown unless arrangements are made and agreed upon by Deschutes County. Deschutes County shall provide service and preventative maintenance to comply with manufacturer's recommendations. 4.1.2.2 Total Machine Warranty: The bidder shall furnish a minimum I-year, 100 percent parts and labor warranty covering the entire equipment unit. 4.1.2.3 In the interest of reducing downtime, bidder shall allow the option of Deschutes County performing warranty repairs as instructed by the bidder at the Deschutes County Fleet Services regular rate. 4.1.3 Service & Parts: 4.1.3.1 Service Capability: Bidder shall have skilled factory trained technicians with adequate knowledge of the units repair and use. 4.1.3.2 Parts Availability: The vendor or service center shall maintain an adequate stock of replacement parts and shall make delivery of critical items within 48-hours when requested 4.1.4 Bid Award 4.1.4.1 The purchase of this equipment unit is subject to approval of the 2012/2013 Fiscal Year Budget by the Deschutes County Board of Commissioners. 4.1.5 Delivery 4.1.5.1 Deschutes County must not receive this equipment after June 31,2013 4.1.5.2 The Chip Spreader shall be delivered and installed as per specification at vendor address stated above or at the Deschutes County Road Department Shop at 61150 SE 27th St., Bend OR 97702. 4.1.5.3 The Chip Spreader shall be 100 percent complete and ready for work at the time of delivery. 4.1.6 Equipment in Operation 4.1.6.1 The equipment shall be used by the Deschutes County Road CONTRACT NO. 2013-040 []YES DNO G1YES DNO [i] YES DNO ~YES DNO [Xl YES DNO ~YES NO lXI YES DNO [Xl YES DNO [Xl YES DNO Page 29 of 40 Department for hot oil chip sealing operations involving truck swapping at operating speed. Operations occur during a short window of optimum weather conditions. Machine quality is of the upmost importance. Excessive downtime will adversely affect our long term pavement maintenance plan. 4.1.7 Service. Operating and Parts Manuals 4.1.7.1 The vendor shall furnish to the Deschutes County Fleet Services, a minimum of one (1) printed service/overhaul manual, two (2) printed parts books and two (2) printed operator's manuals at time of equipment delivery. 4.1.8 Training 4.1.8.1 A factory certified representative shall provide a minimum of 8­ hours service and operational and maintenance training to County mechanics and operators. Training time shall be mutually agreed on prior to delivery date. 4.1.9 Manufacturer's Certificate of Origin 4.1.9.1 The Manufacturer's Certificate of Origin (MCO) shall be delivered with the equipment. Invoices will not be processed for payment prior to receipt of ownership documents. 4.2 CHIP SPREADER SIZE AND CONFIGURATION 4.2.1 Machine Size 4.2.1.1 Basic weight per specifications of the machine with attachments shall be not less than 25,000 lb. 4.2.1.2 Overall length shall not exceed 27ft. 4.2.1.3 Minimum'(travel) width shall not exceed 10'6" 4.2.1.4 Maximum (travel) height without canopy shall not exceed 9'4" 4.2.1.5 Turning radius shall not exceed 20ft 4.2.2 Frame Construction 4.2.2.1 Frame to be constructed from a minimum of 1O.125"x3.5"x3116" high strength steel channel. CONTRACT NO. 2013-040 []I YES CiI YES []I YES GlYES CiI YES ~YES CiI YES [Xl YES GlYES Page 30 of 40 DNO DNO DNO DNO DNO DNO DNO DNO DNO 4.2.3 Axles, Steering, and Braking System 4.2.3.1 Front axle to be drive/steering axle with a minimum of 25,000lb capacity with suspension. 4.2.3.2 Rear axle to be drive axle with a minimum 25,000lb capacity. 4.2.3.3 Service brakes shall be wet disc type on both axles. 4.2.3.4 Parking brake shall be spring applied and hydraulic or air released. 4.2.3.5 Spare wheel without tire to be provided. Ifwheel is not interchangeable front to back, appropriate second wheel to be provided. 4.2.3.6 Steering controls to be hydraulically powered. 4.2.4 Drive System 4.2.4.1 Machine to be equipped with a two speed transfer case with rear drive mechanical disconnect providing two wheel or four wheel drive operation that is selectable from the operators seat. 4.2.4.2 Machine to be driven by a minimum 125cc variable displacement axial piston pump. 4.2.4.3 Drive motor to be a minimum 160cc displacement variable displacement axial piston type and capable of being locked in low (high displacement) from the operator's station to eliminate undesired acceleration on downhill grades. 4.2.4.4 Transfer case to have remote oil cooler. 4.2.4.5 Drive controls to be pedal operated automotive type. Unit to increase in speed as pedal is depressed and slow to a stop if pedal is released. 4.2.4.6 Drive system to be electronically capable of sensing engine rpm and adjusting pump displacement to prevent engine stall under high load situations. 4.2.4.7 Drive system control to have cruise control. 4.2.5 Engine: CONTRACT NO. 2013-040 IK] YES []YES IX] YES IX] YES []YES []YES IX] YES []YES []YES []YES K]YES [JYES [JYES Page 31 of40 DNO DNO DNO DNO DNO DNO DNO DNO DNO DNO DNO DNO DNO 1 J 4.2.5.1 Cummins Tier3 QSB6.7L 6-cylinder Diesel 275HP @ 2,300RPM. 730ft-Ib of torque @ 1,500RPM or County approved equivalent and meet all Federal and Oregon State emissions requirements. 4.2.5.2 Fuel tank shall have a capacity to provide a minimum of 8 hours continuous operation and have a lockable cap to prevent theft and vandalism. 4.2.5.3 Engine shall be equipped with all standard commercial accessories except that in lieu of standard accessories the following shall be supplied: 4.2.5.3.1 Shall be equipped with a two stage dry type air cleaner of factory approved size. 4.2.5.3.2 Air compressor: engine mounted Wabco 17 CFM @ 2400RPM or equivalent. 4.2.5.3.3 Air Drier: Wabco System Saver 1200 series 12Vdc or equivalent. 4.2.5.3.4 Oil filter: spin on, disposable element, full flow. 4.2.5.3.5 Shall operate on 100% petroleum diesel or bio-diesel blends not to exceed 20% bio-diesel meeting ASTM D6751 specifications. 4.2.5.3.6 Exhaust system to include muffler and direct exhaust away from the operator. 4.2.6 Cooling System 4.2.6.1 Radiator to be approved by the engine manufacturer. 4.2.6.2 Shall have a heavy duty cooling system with coolant recovery/overflow containment. 4.2.6.3 The engine cooling system shall provide proper cooling and freeze protection within an ambient temperature range from -30 degrees Fahrenheit to +120 degrees Fahrenheit 4.2.6.4 Engine coolant shall be Extended Life type and shall meet or exceed ASTM D4985 and D5345 specifications. 4.2.6.5 The engine cooling system shall provide proper cooling and freeze protection within an ambient temperature range from -30 degrees Fahrenheit to +120 degrees Fahrenheit. 4.2.7 Engine Housing CONTRACT NO. 2013-040 IX] YES Ii] YES IX] YES Ii] YES Ii] YES Ii] YES IX] YES IX] YES IX] YES Ii] YES IKI YES [i] YES [i] YES IKJ YES Page 32of40 DNO DNO DNO NO DNO NO DNO DNO NO DNO DNO DNO DNO DNO 4.2.7.1 Engine shall have an enclosure to protect the engine from the elements. 4.2.7.2 Operator must be able to access engine oil dipstick without tools or removal of heavy panels. 4.2.7.3 Engine guarding shall be lockable to prevent vandalism to engine and radiator. 4.2.8 Electrical System 4.2.8.1 All electrical connectors, & controllers IP67 rated (pressure wash-down rated). Any non IP67 rated connectors are crimped and soldered to prevent corrosion of terminals and copper wiring. Field replaceable automotive style wiring harnesses. 4.2.8.2 Engine monitoring system that monitors oil pressure and coolant temperature capable ofHP de-rate and shutdown if parameters are out of specification. 4.2.8.3 The batteries shall be a minimum of two 12Vdc Group 31­ MHD / 950cca batteries and sufficient to support the system under cold conditions. 4.2.9 Keyed electric start, with alternator charging system with internal voltage regulation. 4.2.9 Receiving Hopper 4.2.9.1 Receiving hopper to be 120" wide, fixed, and a struck capacity of no less than 4 cubic yards. 4.2.9.2 Receiving hopper sides to be constructed with minimum 1.5" thick steel and be strong enough to withstand contact with trucks during changes and loading on the move during continuous chip spreading operation. 4.2.9.3 Rubber skirting to be provided to prevent spillage while loading. 4.2.9.4 Truck hitch to be hydraulically powered height and closing/opening controlled from the operators control paneL Height range 8"-20". 4.2.10 Conveyors CONTRACT NO. 2013-040 [il YES DNO [Xl YES DNO [XI YES DNO [X] YES NO [X] YES DNO [XI YES DNO GlYES DNO [i] YES DNO ~YES DNO IX! YES DNO ~YES DNO Page 33 of 40 4.2.10.1 Conveyors to be hydraulically driven, 30" wide 2 ply belts, with 24-35 degree troughing rollers. 4.2.10.2 Conveyor belts capable of starting fully loaded. 4.2.10.3 Conveyors to be protected by lining on each side, self-cleaning tail pulleys and return rollers, and hooded deflectors at each head pulley. 4.2.10.4 Conveyors to be independently controlled by ultrasonic sensors and the electronic rate control system. 4.2.11 Spread Hoppers 4.2.11.1 Machine is to be equipped with two separate hoppers that can be quickly extended from a minimum width of 10ft to a maximum width of 20ft. 4.2.11.2 Hopper extension and retraction is to be controlled from the operator's station or from a remote control box at the top ofthe right hand conveyor. 4.2.11.3 Hopper shall have 12" computer controlled aggregate gates that will spread material from I-20ft. 4.2.11.4 Hopper shall be capable starting and stopping the application of material in a straight line for precision application. 4.2.11.5 Gates shall be capable of being controlled by a master on/off switch and a meet line switch that automatically activates the gates when crossing the meet line. 4.2.11.6 Hoppers shall have grizzlies on top to break up material and to prevent persons or body parts from entering the auger area. 4.2.12 Rate Control 4.2.12.1 Application rate shall be computer controlled. 4.2.12.2 Rate control system shall monitor machine direction and speed, desired application rate, and actual application rate to maintain the desired rate at all times. 4.2.13 Operator Station CONTRACT NO. 2013-040 IK1 YES fXJ YES fXJ YES IK1 YES Ii] YES IK] YES IX] YES IUYES IUYES IUYES []YES []YES Page 34 of 40 DNO DNO DNO DNO DNO DNO DNO DNO DNO DNO DNO DNO 4.2.13.1 Operator station shall have one seat, steering wheel, and control panel. 4.2.13.2 Operator station shall move hydraulically left and right and function from any position. 4.2.13.3 Operator station shall have a sun cover/roof. 4.2.13.4 Operator control panel to include instruments for fuel level, hydraulic temperature, engine temperature, engine RPM, hour meter, oil pressure, charging system voltage, and air pressure. 4.2.13.5 Operator station to include controls for ignition, hitch, spread width and rate cont"rols, hydrostatic transmission, parking brake, augers, conveyor belts, transfer case, and engine throttle. 4.2.13.6 Brake pedal and accelerator pedal shall have fore and aft adjustment and the steering wheel have angle adjustment. 4.2.13.7 Seat to be equipped with arm rests and have fore, aft, backrest angle, and height adjustment. 4.2.13.8 Operator panel to include rate control panel that will calculate square yards covered and update total square yards every 2 seconds. Panel to also include total lineal feet with resettable totals. Screen to display spread box width, and which gates are opened or closed. 4.2.14 Safety Equipment 4.2.14.1 Ladders on each side, safety handrails, electric backup alarm, air signal hom, parking brakes, seat belts and any other safety equipment required to meet OSHA requirements. 4.2.15 Finish 4.2.15.1 The chip spreader shall be painted with a high grade of paint in the manufacturer's standard color oforange or yellow. Corrective Work. []YES NO IiJYES DNO []YES DNO []YES DNO K]YES DNO [X] YES DNO [X] YES DNO Ii] YES DNO lliI YES DNO Contractor shall deliver the Chip Spreader to County's satisfaction. If County, in its sole discretion, determines that any or all of the purchase are unacceptable, Contractor shall correct any such deficiencies in the purchase to County's satisfaction without further compensation. County may CONTRACT NO. 2013·040 Page 35 of 40 withhold any payments due Contractor until any or all deficiencies have been corrected to County's satisfacti on. Project Completion Unless an exception is mutually agreed to by Contractor and County, Contractor must deliver Chip Spreader not before April I, 2013 but not after August 31, 2013. Licenses Contractor shall have and maintain all licenses and certifications necessary to perform the purchase required by this Contract. All Work shall be performed in accordance with all applicable city, county, state and federal laws and regulations; including ADA guidelines. Billing Methodology Contractor shall be allowed to bill the County $ 2 50 , 000 • 00 for the Chip Spreader required by this Contract. Invoices and Payments Contractor shall submit an invoice requesting payment to the following address: Deschutes County Road Department, Attn.: Accounts Payable, 61150 SE 27th Street, Bend OR 97702. Invoice shall be made within thirty (30) days after delivery, installation, training, and acceptance by County and will be based upon the contract price provided as Item #4, Total Bid as specified on the Pricing Page. Payment terms for this Contract are Net 30 days upon receipt of a correct invoice by the County. CONTRACT NO. 2013-040 Page 36 of 40 Fcwm W-9 (Rev. December 2011) Department of the Treasury Internal Revenue Service Request for Taxpayer Identification Number and Certification Give Form to the requester. Do not send to the IRS. Name (as shown on your income tax return) BEAR CAT MFG, INC. c.J , Business name/disregarded entity name, if different from above G)' ~r-----------------------------------------------------------------------------------.------------a. Check appropriate box for federal tax classification: 5 0 IndividuaVsole proprietor Ii{] C Corporation S COrporation o Partnership 0 Trustleatate GI II! j; :8 0 Exempt payee IJ 0 limited liability company. Enter the tax classification (C=C corporation, S=S corporation, P=partnership) I>-_____________________________ •• !;~ 1: ! ' "t:_ • 0 Other (see Instructions) l>­D.() I !E () GI D- Address (number, street, and apt. or surte no.) 3650 SABIN BROWN RD Requester's name and address (optionaQ C/) $ en City, state, and ZIP code WICKENBURG AZ, 85390 list account number(s) here (optionaQ .:P.Ii i•• Taxpayer Identification Number (TIN) Enter your llN In the app:opriate box. !he TIN pr~vided must match ~he name given on the "Name" line I Social security number I to avoid backup withholding. For indiViduals, this IS your social security number (SSN). However, for a resident allen, sole proprietor, or disregarded entity, see the Part I instructions on page 3. For other entities, it is your employer identification number (EIN). If you do not have a number, see How to get a [ill -[IJ -I 1 1 1 1 TIN on page 3. Note. If the account is In more than one name, see the chart on page 4 for guidelines on whose I Employer identification number I number to enter. GG]-b 16 h12121s1 01':&AI" Certification Under penalties of perjury, I certify that: 1. The number shown on this form is my correct taxpayer Identification number (or I am waiting for a number to be issued to me), and 2. I am not subject to backup withholding because: (a) I am exempt from backup withholding, or (b) I have not been notified by the Intemal Revenue Service (IRS) that I am subject to backup withholding as a result of a failure to report all interest or dividends, or (c) the IRS has notified me that I am no longer subject to backup withholding, and 3. I am a U.S. citizen or other U.S. person (defined below). Certification Instructions. You must cross out item 2 above if you have been notified by the IRS that you are currently subject to backup withholding because you have failed to report all interest and dividends on your tax retum. For real estate transactions, item 2 does not apply. For mortgage interest paid, acquisition or abandonment of secured property, cancellation of debt, contributions to an individual retirement arrangement (IRA), and generally, payments other than interest and dividends, you are not required to sign the certification, but you must provide your correct TIN. See the instructions on page 4. Sign Signature of Here u.s. person I>­Date I>­ General Instructions Section references are to the Intemal R noted. Purpose of Form A person who is required to file an information return with the IRS must obtain your correct taxpayer identification number (TIN) to report, for example, income pald to you, real estate transactions, mortgage interest you paid, acquisition or abandonment of secured property, cancellation of debt, or contributions you made to an IRA. Use Form W-9 only if you are a U.S. person (including a resident alien), to provide your correct TIN to the person requesting it (the requester) and, when applicable, to: 1. Certify that the TIN you are giving is correct (or you are waiting for a number to be issued), 2. Certify that you are not subject to backup withholding, or 3. Claim exemption from backup withholding if you are a U.S. exempt payee. If applicable, you are also certifying that as a U.S. person, your allocable share of any partnership income from a U.S. trade or business Is not subject to the withholding tax on foreign partners' share of effectively connected income. Note. If a requester gives you a form other than Form W-9 to request your TIN, you must use the requester's form if it is substantially similar to this Form W-9. Definition of a U.S. person. For federal tax purposes, you are considered a U.S. person if you are: • An individual who is a U.S. citizen or U.S. resident alien, • A partnership, corporation, company, or association created or organized in the United States or under the laws of the United States, • An estate (other than a foreign estate), or • A domestic trust (as defined in Regulations section 301.7701-7). Special rules for partnerships. Partnerships that conduct a trade or business in the United States are generally required to pay a withholding tax on any foreign partners' share of income from such business. Further, in certain cases where a Form W-9 has not been received, a partnership is required to presume that a partner is a foreign person, and pay the withholding tax. Therefore, if you are a U.S. person that is a partner In a partnership conducting a trade or business in the United States, provide Form W-9 to the partnership to establish your U.S. status and avoid withholding on your share of partnership income. Cat. No. 10231X Form W-9 (Rev. 12-2011) • The U.S. Qrantor or other O'Mler of a grantor trust and not the truat. and • The U.S. trust (other than a Qrantor 1ru8t) and not the beneficiaries of the trust. Foreign person. If you are CI foreign pereon. do not use Form W-9. lnetead. use the appropriate Form W-8 (see Publication 515. WJthholdilg of True on Nonreaident AlieM and Foreign Entitiee). Nonresident alien who becomes a re&ident alien. Genen:ally. only a nonresident ClDen individual may use the terms of CI tnx treaty to reduce or elinMte U.S. tax on certain types of income. However. moat tax treatie1l contain a provision knooA" as CI ·savng clause." Exceptions specified in the soving clau8e may permit an exemption from tnx to contnue for certain types of income even after the recipient has otherwise become CI U.S. reeident alien for tax PlJrpoeee. If you ore a U.S. resident Cllien 'A-ho is refyilg on an exception contained in the lICIving clause of 0 tax treaty to clam an exemption from U.S. true on eerton types of income. you IOOst attoch a statement to Form W-9 that epeeif_ the followng five items: 1. The t~ty country. GeneroIIy. this roost be the &ame treaty under which you claimed exemption (rom mx Q& 0 nonresident alien. 2. The treaty CIJ1ieIoe oddrenmo the income. 3. The article number (or Ioe4tion) in the mx treaty that contains the saving cbJee and its exceptions. 4. The type and amount of income that quBlifies for the exemption from tax. 5. Sufficient focts to i,leti#y the exemption from t4X under the tenna of the treaty article. Example. Article 20 of the U.S.-Qli'ICI income tax treaty a110we an exemption from true for scholarship income reee~ by 0 Qlineee student tempororily present in the United States. Under U.S. law. this student wiD become 0 re$ident ODen for tax purposes if his or her stay in the United Stntes exceeds 5 calendClr years. However. paragrClph 2 of the fi"t Protocol to the U.S.-Qlina treoty (dated April 30. 1984) Clb-s the provisions of Article 20 to continue to apply even after the Olineae student becomes 0 resident alien of the United Stotes. A Chinese student who qualifies for thi& exception (under pClmgfoph 2 of the frst protocol) and is refying on this exception to claim an exemption from true on his or her scholarship or felkM'Ship income would ottach to Form W-g 0 stat«nent thot includes the information described above to IlUppon that exemption. If you ore 0 nonresident alien or 0 foreign entity not &ubjeet to backup withhokf.,g. give the requester the approprote completed Form W-8. What is backup witHloiding? Persons moki1g certCiin payments to you roost under certain conditions withhold ood pay to the IRS 28% of such payments (after December 31. 2002). This is called "backup withholding." Paymente that may be subject to bo.ekup withholding include ntereet. dividends. broker and barter exchange trunsoctions. rents. royalties. nonemployee pay. and certain payments from fishing boot OPerators. Real estote tron8Clctions ore not subject to backup wittYlolding. You will not be subject to bo.ekup withholding on payments you receive if you give the requester yout correct TIN. ITI4kie the proper certificotions. ond report aD your t4XC1bIe intere$t and dividends on your t4X retum. Payment. you receive will be subject to backup withholding if: 1. You do not fumiah YO!X TIN to the l'eqUeeter. 2. You do not certify yot.r TIN when required (see the Port /I instructions on page 4 for detnils). 3. The IRS tells the requester that you fumi&hed an incorrect TIN. 4. The IRS tells you that you ore subject to backup withholdng beClll.lSe you did not report aU yot.r interest and dividends on your tax retum (for reportable nterest and dividends only). or 5. You do not certify to the requester that you ore not eubject to bo.ckup withholding under 4 obove (for reportable interest and dividend aoeounts opened Cifter 1983 only). Certain payees and payments ore exempt from bGckup withholding. See the instructions below and the separate Instructions for the Requester of Fonn W-9. Also see Special ruhts reg.-dt'nQ ~p$on page 1. Penalties Failure to furnish TIN. If you fClil to fumi&h your correct TIN to 0 requester. you ore eubjeet to 0 penCllty of .$SO for each &UCh failure unlese yout foiure is due to reasonable couse and not to willful negleet. Civil penalty for false information with respect to withholding. If you rnoko Q false stnternent with no reQllOl'lClble basis that results in no backup withholding. you ore eubjeet to a $500 penalty. Crimin~ penalty for falsifying infonnation. WiDfuDy faleifyilg certifications or affrmations may subject you to crminal penalties including fine& and/or imprisonment. Misuse of TINs.. If the requester di&c108es or uses TINs in violation of federal low. the requester may be eubjeet to civil and criminal penalties. Specific Instructions Name If you are an ildividual. you must generally enter the name shown on your income tax return. However. if you have changed your loot name. for instance, due to marriage without informing the Social Security Administration of the narne <:hooge. enter your firet name. the last nCIme shoY." on your social eeeurity cord. and yout new last name. If the account is in joint names. list firet. and then circle. the nome of the person or entity whose oomber you entered in Part I of the form. Sole proprietor. Enter your individual name as ahCMo1l on your income tax return on the "Nome· line. You may enter your business. trade. or "doing busine8e D.8 (DBA)" name on the "Business name· line. Limited liability company tlLC).1f you ore 0 silgfe..member LLC [InCluding 0 IoreiQn LLC 'Aith a domestic owner) that is disregMded Q& on entity separote from its O'Mler under Treasury regulCltiontl section 301.7701-3. enter the owner's narne on the ·Nome"line. Enter the LLC's nCIrne on the "8usine86 name· line. Cheek the Clppropriate box for your filng stntus (sole proprietor. corporation. etc.). then <:heck the box for ·Other" and enter ·LLC· in the space provided. Other entities.. Enter yout business nome as MCMo1l on required federnI t(IX documents on the "NCIrne· line. This narne should match the name shown on the charter or other legal document c~ting the entity. You may enter any busine86. trClOe. or DBA name on the ·Busineee nCIme" tne. Note. Ydu ore requested to cheek the appropriate box for your status (sndividuoVsole proprietor. corporotion. etc.). Exempt From Backup Withholding If you ore exempt. enter your nane as de8Cribed obove and cheek the appropriate box for your stotue. then cheek the "Exempt (rom bocloJp withholding" box in the line following the business name. sign and date the form. CONTRACT NO. 2013-040 Page 38 of40 Generally. ndividuale (ncluding sole proprietors) are not exempt from backup withholding. Corporations IW exempt from backup wilhholding for ceftan payments. euch as intetest and dividends. Note. If you are er.empt from backup ....ithholdng. you should slil complete this form to avoid poesible erroneous backup ....ithholdng. Exempt payees. Backup withholding is not required on any payments made to the following payee&: 1. An organit4tion exempt from tax under section SOl (a). any IRA. or a custodiol 8CCOU'It under section 400(b)(7) if the account satisfies the requirements of section 401 (f)(2). 2. The United States or any of its agencies or nstn.rnentalitie8. 3. A atate. the District of CokJmbia. a possession of Ihe United States. or any of their poIitic4l subdivisions or nstn.rnentalities. 4. A foreign government or any of iIB political subdivisions. ogeneies. or instrumentalities. or S. An international organization or any of its agencies or nstn.rnentalitie8. Other poyee& that may be er.empt from backup \\ithholding include: 6. A corporation. 7. A foreigl central bonk of issue. a. A dealer n securities or commodities required to register in the United States. the District of Columbia. or a poesesaion of the United Stotes. 9. A futures commill8ion merchant registered ""ith the Commodity Futt.r'es Trading Commission. 10. A real est4te nvestment trust. 11. An entity registered at all tines during the tax year under Ihe Investment Company Act of 1940. 12. A COIT'rnOrl trust fund operoted by 0 bonk under section 584(0). 13. A rnoncial institution. 14. A middleman known in the investment comrronity as a nominee or CU8todian. or 15. A trust exempt from tax under section 664 or deeeribed in section 4947. The chart be!0\\' shows types of payments that may be exempt from backup withholdng. The chart applies to the exempt recipients listed above. 1 through lS. IF tM paymlMlt Is for. • • THEN 11'10 payIMIlt h .ompt for ••• 1nt0l'9St and dividMd p3)'I'MnI$ All (jl(qnpt r&Cipk,ots (jl(copt for 9 Brokil' transactions I:x~t recipiiI'U 1 through 13. Also. a IXlf'$OIl registered IJI'Kkjr 1hi I~MviNs Act 01 1940 ....no rfIgUlarIy .acts as a brok", Payrn.ontS CNer S600 r9QUired to 00 r~and direct sakis <:NIM $5.000 1 ~Iy.~il'nPt r&Cipienl$ 1 through 7 .~fomI1090-MISC. ~11>Xmt. and ,1& inattuc:tionI. 'HcM._. In. loIowing ~rredI> ~a corpcniIion ~9"O'Y ~paid ~lin aI:Iomey I.ndef N<:tOO ~_ it the an.:..r.ty ;. a ~and ~on FOtIII lON-MISC lIlA not IIQmpt t-om bacIwp ~~and hHIIh cer.~.ectorney.· '-; and peymenta for....w;.. paid by a fwdIraI-......~. Part I. Taxpayer Identification Number (TIN) Enter yOU' TIN in the appropriate box. If you ore 0 resident atien nnd you do not have and are not eligible to get on SSN. ~our TIN is your IRS individual tnxpayer identificatIOn number ~TlN). &iter it n the social eecurity number box. If you do not have an ITlN. see How to {1tJt a TIN below. H you are Q sole proprietor and you have an EIN. you may enter either your SSN or EIN. HowIM!'!'. the IRS prefers that you use your SSN. H you are 0 &ingle-owner lie that is disreg..lrded os an entity separate hom its O\\Tler (see limited .ablity company (LLC) on page 2). enter your SSN (or EIN. if you hove one). If the liC is a corporation. partnership. etc .. enter the entity·s aN. Note. See the chart on page 4 for further clorific.ation of name and TIN combnations. How to get a TIN. If you do not have a TIN. apply for one immediately. To apply for an SSN. get Form SS-S. Application for a Sociol Security Card. from your local SocQJ Security Ati'nnie1rotion office or get this form onlne at www.socials-ecuity.gov. You may also get this form by callng 1-800-772-1213. Use Form W-7. Application for IRS Individual Taxpayer Identification Number. to apply for on ITlN. or Form $$-4, Application for Employer Identification Number. to apply for an EIN. You can apply for on aN online by ~sing the IRS ",,-ebaite at www.n.govlbUf1in~s and clicki'lg on Employer 10 Numbenl under Rebted Topics. You can get Forms W-7 and S8-4 fron1 the IRS by viGitng www,if3.(lov or by coOing 1-aoo-TAX-FORM (1-~a29~76). If you IW asked to complete Form W-9 but do not have a TIN. write "Applied For" n the space for the TIN. sign and dote the form. and give it to the requester. For interest and dividend payments. and certain paymenIB made ....ith respect to readily tradable nstrumenIB. generally you .....iII have 60 days to get a TIN and give it to the requester before you are subject to backup ....ithholding on payments. The 6O-day rule does not apply to other types of payments. You will be subject to backup ....ithholding on all such paymenIB until you provide your TIN to the requester. Note. Writng "Applied For" means that you have already applied for 0 TIN or that you ntend to apply for one l1000. Cautior1: A disregarded domestic entity that has a foreign Owner' l'TXI$t use the 4{)propriate Form W-B. CONTRACT NO. 2013-040 Page 39 of40 Part II. Certification What Name and Number To Give the To estAblish to the withholdilg agent that you are 0. U.S. penIOO. or re9fdent alien. eign Form W-9. You may be requested to sign by the v.ithholdilg agent even if items 1. 4. and 5 befow ildicate otherwise. For a joint occount. only the person whoae TIN i& shown in Pnrt I ehouId sign (when required). exempt ~ipient' see Exempt From Ektck~ Withhold;,g on page 2. Signatwe requirelnent~ Complete the certification Q8 indicated in 1 through 5 below. 1. Interest, dividend. and barter exchange accounts opened before 1984 and broker ac:COLllts considered active <ilring 1983. You must give your ~t TIN. but you do not have to sign the certific4tion. 2. Interest. dividend. broker, and barter exchange ac:COLllts opened after 1983 and broker accounts considered inac:ti~ during 1983. You must sign the certifICation or backup withholding wi. apply. If you ~e sub;ec:t to backup withholding and you Il/'e merely providilg your oorrec:t TIN to the requeeter. you must c:r0llS out item :2 in the certification before signing the form. 3. Real estate transaction~ You must sign the certifICation. You may cro8& out item :2 of the certification. 4. Other payments. You rnuet give your correct TIN. but you do not have to sign the certification unleee you have been notified that you have previously given an ilcorrect TIN. "Other pa)'lTlents" include payments made in the course of the requester's trode or businees for ~ts. royaltiee. goods (other than bills for merchandise). rned'1C41 and health care services (ilc:k.iding payments to corporations). payments to a nonemployee for services. payments to certain fi&hilg boat c:r1!JW members and fishermen. and gross proceeds paid to o.ttomeya (Including payments to corportltions). S. Mortgage interest paid by you, acquisition or abandonment of secured property. cancellation of debt. qualified tuition program payments (LIlder section 529). IRA, Coverdell ESA. Archer MSA or HSA contributions or dis.tributions, and pension distributjon~ You must give your c:orrec:t TIN. but you do not have to sign the certification. Requester Forth~~ofaeoount 1. Individual Tho individual 2. Two or moro Indivldwls (joint Tho actual OWfloil' of til.) accooot acOOJnI) or. if ~fund$. tl» fir& indivldull/ on til.; accoont I Tho minor: (Uniform Gift to Minors Act) 3. Custodian acCOUnl of a milcf 4. a. Tho usual rwxabl& Tho grantor-trust~ • sailings trust (9!'antor is also trust~ b. So-calklod trust account that is not a IGgaI or valid trust IJ"td4.r stato Ia.\' 5. Sdo proprkitorship or ~1lEf'LLC For tlI~ ~of __unt ('I. Solo prq>rielorship c:r slngl&-OWI\(/( LLC 7. A valid trust. ~ato. or L;,.gal (Illity • ~tNst 8. COfl)OOlto or LLC €lecting COfJ)Orato status on Form 8932 9. Association. dub. NliQiOus. Tho organization charitabl&. odu<:atlonaI. or ot/l.or tax-oxompt orQMiZatlon 10. Partn«ship or muItl-l\1IiimOOl' LLC 11. A brok« or rogistorod rIOIlliM$ 12. Aocount with til.) DE9at1r1Wlnt of Aqic~lKo in til.; n3I'Ile of a public (Illity (such 3$ a stato c:r kx:aI OO'Illfnm&nt. schOOl <istdct. c:r prison) that NCtliVQS agricUturai program pa}1l1llf1ts 'u. first and ~the I"IiIIM of 1he ~...no..~you furi.n. K aty one peraon (In a join! ao::OW1I h8$ M SSH. tMt penon'. I'IUI'IOEr moat b+bni.n.d. 'Cin:la !hot minor'6 _ and bnilh IN minor'a SSH. 'YOIIIYlI.IIC ehow)'OW ft:fMdueI_ and you may eIeo ..... ~bwiM.. or 'QSA' _ (In tN MCoM _line.. You may UM _ ....... y<:u: SSH or ElN (d you "-one). If you _ au ~.IRS tnOOUtagM )'W to u.. ~SSN. • Lilt 6ret and ~!hot nama of 1he J.geI trult. ..tata. or ~-.\00 mt bnilh 11M TN of e>& ~r~or ~\II1Ie$e e>& J.geI «IIity «eelf i. mt dMigneIId in tN ax:o\A'It ti\N.) /oleo aea $p«iIII "* triIgiIf'dng~on~1. Note. If no name is circled when more thD.n one Mine is listed. the number will be con&idered to be that of the first n~Ii6ted. Privacy Act Notice Section 6109 of the InterT141 Reveooe Code requires you to provide your ~t TIN to persons who rnuet file information returm with the IRS to report interest, dividends. and certain other ncome paid to you. mortg;lQe interest you paid. the o.cquisition or abandonment of secured property. cancelltltion of debt. or contributions you mo.de to tin IRA. or Archer MSA or HSA. The IRS usee the numboens for identification purpoees and to help verify the occuracy of your tax return. The IRS may also provide thia information to the Department of Justice for civil and crimnallitigtltion. and to citiee. stAtes. the District of CoIumbin, and U.S. poueseions to CQI1'}' out their tax lowe. We may also disclose this information to other COYntriee under tI tox treaty. to federal and state agenc:iee to enforce federal nontax c:rininal kM'B. or to fedeftlilaw enforcement and iltelligenc:e agencies to combat terrorism You must provide your TIN whether or not you ore required to file a tax return. Payers must generally withhold 28% of taxable interest. dividend. and certain other payments to Q payee who does not j:live a TIN to Q payer. Certtlin penalties may 0.180 apply. I I CONTRACT NO. 2013-040 Page 40 of40