Sie sind auf Seite 1von 57

DIVISION OF PURCHASING / OFFICE OF STATE PROCUREMENT

Rm. 201 General Administration Building, P.O. Box 41017  Olympia, Washington 98504-1017
(360) 902-7400, http://www.ga.wa.gov

INVITATION FOR BID (IFB)

Fuel Tanks and Equipment


Solicitation Number Pre-bid Conference Date & Bid due date and time
Time
March 11, 2008 March 25, 2008
00808
10:00 AM 2:00 PM

BIDS MUST BE RECEIVED& STAMPED ON OR BEFORE THE OPENING DATE & TIME AT THIS
LOCATION:
210 11TH AVE SW, RM. 201, GENERAL ADMINISTRATION BUILDING, OLYMPIA, WA 98504-1017

Mark T. Gaffney, CPPB


Procurement Coordinator
Phone: (360) 902-7424
E-Mail: mgaffne@ga.wa.gov

To request this information in alternative formats call (360) 902-7400, or TDD (360) 664-3799.

Instructions to Bidders
 Any questions concerning this IFB are to be directed to the State Procurement Coordinator.
 Bid must be sealed to provide confidentiality of the information prior to the bid opening date and time.
 Bid must contain an original signature of a duly authorized officer or agent of the Bidder’s company
empowered with the right to bind the Bidder.
 Bidder is responsible for actual delivery of the bid to the address shown above before the Bid Opening
Date and Time. Any bids received after the deadline will be returned unopened. Faxed bids will be
rejected.

Directions:
For a site map to the Capitol Campus, Driving Directions and Parking Information:
http://www1.leg.wa.gov/WorkingwithLeg/parking.htm
http://www.ga.wa.gov/visitor/index.html
http://www.ga.wa.gov/public.htm
Washington State Department of General Administration, Office of State Procurement
Fuel Tanks and Equipment Invitation for Bid #04407

TABLE OF CONTENTS

1 INTRODUCTION...............................................................................................................................................4
1.1 SCOPE.........................................................................................................................................................4
1.2 BACKGROUND.........................................................................................................................................4
1.3 PURPOSE....................................................................................................................................................4
1.4 EXPECTED RESULT.................................................................................................................................4
1.5 PURCHASERS............................................................................................................................................4
1.6 ACQUISITION AUTHORITY...................................................................................................................5
1.7 CONTRACT TERM....................................................................................................................................5
1.8 ESTIMATED USAGE.................................................................................................................................5
1.9 PROCUREMENT SCHEDULE..................................................................................................................5
1.10 DEFINITIONS............................................................................................................................................5
2 ADMINISTRATIVE REQUIREMENTS.........................................................................................................6
2.1 BIDDER REGISTRATION.........................................................................................................................6
2.2 BIDDER NOTIFICATIONS.......................................................................................................................6
2.3 BIDDER COMMUNICATIONS.................................................................................................................6
2.4 BIDDER RESPONSIBILITIES..................................................................................................................6
2.5 PRE-BID CONFERENCE FOR BIDDERS................................................................................................6
2.6 PREPARATION OF BID.............................................................................................................................7
2.7 COST OF RESPONSE PREPARATION....................................................................................................7
2.8 NO COSTS OR CHARGES BEFORE AWARD........................................................................................7
2.9 PROPRIETARY OR CONFIDENTIAL INFORMATION.........................................................................7
2.10 SOLICITATION AMENDMENTS.............................................................................................................8
2.11 WITHDRAWAL OR MODIFICATION OF BID........................................................................................8
2.12 RIGHT TO CANCEL SOLICITATION......................................................................................................8
2.13 BID OPENING PUBLIC INFORMATION................................................................................................8
2.14 MINORITY AND WOMEN OWNED BUSINESS ENTERPRISES (MWBE).........................................9
2.15 PROTEST PROCEDURES.........................................................................................................................9
2.16 SALES AND SUBCONTRACTOR REPORTS..........................................................................................9
2.17 OTHER REQUIRED REPORT(S)..............................................................................................................9
2.18 INSURANCE REQUIREMENTS...............................................................................................................9
3 BID PRICING...................................................................................................................................................10
3.1 BID PRICING REQUIREMENTS............................................................................................................10
3.2 PRICING PARAMETERS........................................................................................................................10
3.3 MINIMUM ORDER..................................................................................................................................10
3.4 PAYMENT TERMS...................................................................................................................................10
3.5 PRICE SHEET...........................................................................................................................................10
3.6 PRESENTATION OF ALL COST COMPONENTS.................................................................................10
3.7 PRICING NOT SPECIFIED ON PRICE SHEET.....................................................................................11
3.8 BIDDER PRODUCT PRICE LIST...........................................................................................................11
3.9 EXCEPTIONAL EXPENSES...................................................................................................................11
4 EVALUATION AND AWARD..........................................................................................................................11
4.1 AWARD INTENT......................................................................................................................................11
4.2 AWARD PROCESS OVERVIEW.............................................................................................................11
4.3 CONTRACT FORMATION.....................................................................................................................12
4.4 NO BEST AND FINAL OFFER ACCEPTED..........................................................................................12
4.5 IN-STATE PREFERENCE/RECIPROCITY.............................................................................................12
4.6 AWARD NOTIFICATION AND CONTRACT INFORMATION............................................................12
4.7 CONTRACT AWARD CONFERENCE...................................................................................................12
4.8 AWARD DEBRIEFING............................................................................................................................12
Washington State Department of General Administration, Office of State Procurement
Fuel Tanks and Equipment Invitation for Bid #00808

4.9 BID RESPONSIVENESS EVALUATION...............................................................................................13


4.10 RESPONSIBILITY EVALUATION.........................................................................................................13
4.11 REFERENCES EVALUATION................................................................................................................13
4.12 QUALITY CONTROL AND BIDDER CAPABILITIES EVALUATION...............................................14
4.13 COST EVALUATION...............................................................................................................................14
5 BIDDER SUBMITTALS..................................................................................................................................14
5.1 BIDDER RESPONSIVENESS.................................................................................................................14
5.2 BIDDER SIGNATURES...........................................................................................................................14
5.3 BIDDER PROFILE...................................................................................................................................14
5.4 BID WORKSHEETS.................................................................................................................................15
5.5 DEALER AUTHORIZATION..................................................................................................................15
5.6 BIDDER AUTHORIZED REPRESENTATIVE.......................................................................................15
5.7 USE OF SUBCONTRACTORS................................................................................................................15
5.8 FACTORY REPAIR/SERVICING............................................................................................................15
5.9 REFERENCES..........................................................................................................................................15
5.10 BIDDER CAPABILITIES.........................................................................................................................15
5.11 QUALITY CONTROL..............................................................................................................................15
5.12 PURCHASING COOPERATIVE USERS................................................................................................16
5.13 ADDITIONAL BID SUBMITTAL COPIES............................................................................................16
6 APPENDIXES...................................................................................................................................................17
6.1 APPENDIX A - PROTEST PROCEDURE...............................................................................................17
6.2 APPENDIX B - RESPONSE CHECK LIST.............................................................................................19
6.3 APPENDIX C - BIDDER PROFILE........................................................................................................20
6.4 APPENDIX D - CERTIFICATIONS AND ASSURANCES STATEMENT............................................25
6.5 APPENDIX E - SPECIFICATIONS.........................................................................................................26
6.6 APPENDIX F - CONTRACT NO. 04407.................................................................................................26
6.7 APPENDIX G - PRICE SHEETS.............................................................................................................27
6.8 APPENDIX H - COST EVALUATION WORKSHEET...........................................................................47

3
Washington State Department of General Administration, Office of State Procurement
Fuel Tanks and Equipment Invitation for Bid #00808

1 INTRODUCTION

1.1 SCOPE
The purpose of this IFB is to establish a contract for purchase of Fuel Storage Tanks and Equipment
for Above Ground, Under Ground and Mobile applications with associated accessories. Tanks are to
be low maintenance, vandal resistant, suitable for a variety of climates and settings, and available
statewide. The state’s intent is to contract with a Bidder(s) that can supply a range of tanks and
equipment for the storage of vehicle fuels.

1.2 BACKGROUND
The Department of Transportation and Washington State Patrol have requested a contract for the
requirements identified herein. Other state agencies and political subdivisions have expressed similar
needs for fuel tanks.

1.3 PURPOSE
The purpose of this solicitation is to establish a long term contract for the as needed purchase of Fuel
Storage Tanks and Equipment.

1.4 EXPECTED RESULT


Contract will be available for state agencies and all other authorized purchasers to meet their need.

1.5 PURCHASERS
a) Authorized Purchasers: The resulting contract is for use by all state agencies and participating
Institutions of Higher Education (Colleges and Universities, Community and Technical Colleges).
b) Cooperative Purchasing Members: By mutual agreement with Office of State Procurement, the
contract will be made available to political subdivisions and non-profit organizations, which are
members of the State of Washington Purchasing Cooperative (WSPC) and/or State of Oregon
Cooperative Purchasing Program (ORCCP). Contractors shall not process state contract orders
from unauthorized purchasers.
c) A list of WSPC members is available at http://www.ga.wa.gov/PCA/SPC.htm. A list of ORCPP
members is available at: http://www.oregon.gov/DAS/PFSS/SPO/docs/orcpp-member-list.pdf or
http://www.oregon.gov/DAS/PFSS/SPO/docs/orcpp-member-list.xls.
d) Cooperative Purchasing Members Use: While use of the contract by Cooperative members is
optional, the Office of State Procurement encourages them to use state contracts. Cooperative
members’ use of the contracts may significantly increase the purchase volume. Their orders are
subject to the same contract terms, conditions and pricing as state agencies. The state accepts no
responsibility for orders or payment by Cooperative members.
e) Purchases by Nonprofit Corporations: Legislation allows nonprofit corporations to participate in
State Contracts for purchases administered by the Office of State Procurement (OSP). By mutual
agreement with OSP, the Contractor may sell goods or services at contract pricing awarded under
this IFB and resulting contract to self certified nonprofit corporations. Such organizations
purchasing under the State Contract shall do so only to the extent they retain eligibility and
comply with other contract and statutory provisions. The Contractor may make reasonable
inquiry of credit worthiness prior to accepting orders or delivering goods or services on contract.
The State accepts no responsibility for payments by nonprofit corporations. Their use of the
contracts may significantly increase the purchase volume. Their orders are subject to the same
contract terms, conditions and pricing as state agencies.

4
Washington State Department of General Administration, Office of State Procurement
Fuel Tanks and Equipment Invitation for Bid #00808

1.6 ACQUISITION AUTHORITY


The Washington State Department of General Administration (GA), Office of State Procurement
(OSP) issues this Invitation for Bid (IFB) acting under the authority of its enabling legislation
Revised Code of Washington (RCW) 43.19, which establishes GA and regulates the manner in which
state agencies may acquire general goods and services.

1.7 CONTRACT TERM


a) The initial term of this contract is twenty-four (24) months after the effective date of award with
the option to extend for additional term(s) or portions thereof. Extension for each additional term
shall be offered at the sole discretion of the Purchasing Activity and are subject to written mutual
agreement.
b) The total contract term, including the initial term and all subsequent extensions, shall not exceed
six (6) years unless an emergency exists and/or special circumstances require a partial term
extension. The State reserves the right to extend with all or some of the contractors, solely
determined by the State.

1.8 ESTIMATED USAGE


Based on past and/or projected usage, it is estimated that purchases over the initial term of the
Contract may approximate $200,000.00. This estimate is provided solely for the purpose of assisting
Bidders in preparing their Response. Usage may vary considerably from year to year depending on
funding priorities. Orders will be placed only on an as needed basis. The State of Washington does
not represent or guarantee any minimum purchase. The State makes no volume commitment in this
solicitation.

1.9 PROCUREMENT SCHEDULE


The below steps represent the projected procurement schedule. Notification of amendments to the
procurement schedule prior to bid opening, will be sent from Washington Electronic Business System
(WEBS) via email.

Steps Projected Schedule of Events (subject to change)


1 IFB Posted and Vendors Notified thru WEBS
2 Pre-Bid Conference for Interested Vendors (see cover page of IFB for date/time)
3 Amendment issued, if necessary (Bidders should check WEBS for any amendments)
4 Bids Due (see cover page of IFB for date/time)
5 Evaluation begins within a week of Bid Opening
6 Anticipated award date within a month of Bid Opening

1.10 DEFINITIONS
Definitions of terms commonly used in solicitations conducted by the State of Washington, General
Administration, Office of State Procurement are found in the attached Contract document. Additional
definitions may also be found in Chapter 43.19 RCW and WAC 236-48-003, and all terms contained
herein will be read consistently with those definitions.

5
Washington State Department of General Administration, Office of State Procurement
Fuel Tanks and Equipment Invitation for Bid #00808

2 ADMINISTRATIVE REQUIREMENTS

2.1 BIDDER REGISTRATION


Bidders are solely responsible to:
a) Properly register with the Department of General Administration’s “Washington Electronic
Business System” (WEBS) at http://www.ga.wa.gov/webs.
b) Maintain an accurate Vendor profile and contact information in WEBS.
c) Download the solicitation consisting of the IFB with all attachments and exhibits related to the
solicitation for which you are interested in bidding, and downloading all current and subsequent
amendments to the solicitation.

2.2 BIDDER NOTIFICATIONS


To ensure receipt of all solicitation documents, the IFB document for this solicitation must be
downloaded from WEBS. Notification of amendments will be sent electronically to all properly
registered users of the Department of General Administration’s Washington Electronic Business
System (WEBS) who have downloaded this IFB from WEBS.
Bidders accept full responsibility and liability for failing to receive any amendments resulting from
their failure to register with WEBS and download the IFB from WEBS, and hold the State of
Washington harmless from all claims of injury or loss resulting from such failure. Failure may result
in a potential Bidder having incomplete, inaccurate, or otherwise inadequate information, or a Bidder
submitting an incomplete, inaccurate, or otherwise inadequate Bid.

2.3 BIDDER COMMUNICATIONS


Upon release of this IFB, all Bidder communications concerning this solicitation must be directed to
the Procurement Coordinator listed on the cover page of this IFB. Unauthorized contact regarding
this solicitation with other state employees involved with the solicitation may result in
disqualification. All oral communications will be considered unofficial and non-binding on the
Purchasing Activity. Bidders should rely only on written statements issued by the Procurement
Coordinator.

2.4 BIDDER RESPONSIBILITIES


Bidders are required to read and understand all information contained in this solicitation.
Bidders will be responsible for communicating to the Procurement Coordinator any issues,
exceptions, additions or omissions concerning the solicitation on or before the Bid due date and time.
Where requirements appear to prohibit or restrict your firm’s participation, an explanation of the issue
with suggested alternative language should be submitted in writing to the Procurement Coordinator
prior to the Bid Opening Date. If changes result, then written amendments will be made by the
Procurement Coordinator and provided by posting them on WEBS as indicated above.
Specific restrictions apply to contracting with current or former state employees pursuant to Chapter
42.52 RCW in relationship to this solicitation. Bidders should familiarize themselves with the
requirements prior to submitting a Response.

2.5 PRE-BID CONFERENCE FOR BIDDERS


An optional pre-bid conference to address solicitation requirements will be held at the time and
location indicated on the cover page of this IFB. Vendors are encouraged to attend and actively
participate. To aid the Pre-bid discussions, Vendors are encouraged to forward questions and
concerns to the Procurement Coordinator prior to the conference. If interpretations, specifications, or

6
Washington State Department of General Administration, Office of State Procurement
Fuel Tanks and Equipment Invitation for Bid #00808

other changes to the solicitation are required as a result of the conference, the Procurement
Coordinator will make amendments to the solicitation and provide those amendments by posting
them on WEBS.
Assistance for disabled, blind or hearing-impaired persons who wish to attend is available with prior
arrangement with the Office of State Procurement (OSP). Contact the Procurement Coordinator
identified on the face page of this IFB.

2.6 PREPARATION OF BID


a) Bid Due date and time:
Original, signed (in ink), sealed Bids must be received as set forth at the specified location on or
before the specified date and time stated on the cover page of this IFB, unless amended. Time of
receipt will be determined by the official time stamp located at the Purchasing Activity. If a Bid is
late or received at a location other than that specified, it shall be rejected and returned unopened. In
the event the official time clock is unavailable, the bid clerk may establish the official time and take
reasonable steps to ensure the integrity of the Bid receipt is preserved.
b) Bid Format:
The Purchasing Authority will identify if submitted printed hard copy and/or electronic Bids are
acceptable via the solicitation document. In the event that a hard copy and an electronic copy are
submitted and they do not agree, the printed copy will prevail. Hard copy Bids and Proposals must be
legible and completed in ink or with electronic printer or other similar office equipment, and properly
signed by an authorized representative of the Bidder. Electronic Bids must be submitted in the format
described in the solicitation. All changes and/or erasures shall be initialed in ink. Unsigned Bids will
be rejected on opening unless satisfactory evidence was submitted clearly establishing the Bidder’s
desire and intent to be bound by the Bid, such as a signed cover letter. Incomplete or illegible Bids
may be rejected.
c) Identification and Delivery:
To facilitate proper delivery and processing, Responses must be delivered in sealed envelopes, boxes
or other method of containment. Sealed Bids should be clearly identified on the outside of the
package with the following information to the Purchasing Activity at the address below:

Bidder’s Return Address Department of General Administration


Solicitation Number Office of State Procurement
Opening date and time 210 11th AVE SW Room 201 GA Bldg
Name of Procurement Coordinator Olympia WA 98504-1017

2.7 COST OF RESPONSE PREPARATION


The Purchasing Activity will not reimburse Bidders for any costs associated with preparing or
presenting a Response to this solicitation.

2.8 NO COSTS OR CHARGES BEFORE AWARD


Costs or charges under the proposed Contract incurred before the Contract is fully executed will be
the sole responsibility of the Bidder.

2.9 PROPRIETARY OR CONFIDENTIAL INFORMATION


All Bids submitted become the property of the State of Washington and a matter of public record,
after the contract has been executed.

7
Washington State Department of General Administration, Office of State Procurement
Fuel Tanks and Equipment Invitation for Bid #00808

Any information contained in the Response that is proprietary or confidential must be clearly
designated. Marking of the entire Response or entire sections of the Response as proprietary or
confidential will not be accepted nor honored. The Purchasing Activity will not honor designations
by the Bidder where pricing is marked proprietary or confidential.
To the extent consistent with Chapter 42.56 RCW, the Public Disclosure Act, the Purchasing Activity
shall maintain the confidentiality of Bidder’s information marked confidential or proprietary. If a
request is made to view Bidder’s proprietary information, the Purchasing Activity will notify Bidder
of the request and of the date that the records will be released to the requester unless Bidder obtains a
court order enjoining that disclosure. If Bidder fails to obtain the court order enjoining disclosure, the
Purchasing Activity will release the requested information on the date specified.
The State’s sole responsibility shall be limited to maintaining the above data in a secure area and to
notify Bidder of any request(s) for disclosure for so long as the Purchasing Activity retains Bidder’s
information in the Purchasing Activity records. Failure to so label such materials or failure to timely
respond after notice of request for public disclosure has been given shall be deemed a waiver by
Bidder of any claim that such materials are exempt from disclosure.

2.10 SOLICITATION AMENDMENTS


Prior to Bid due date and time, the Purchasing Activity reserves the right to change any and all
portions of this solicitation. Any changes or corrections will be by one or more written
amendment(s), dated, attached to or incorporated in and made a part of this solicitation document.
All changes must be authorized and issued in writing by the Procurement Coordinator. If there is any
conflict between amendments, or between an amendment and the IFB’s original document, whichever
document was issued last in time shall be controlling.

2.11 WITHDRAWAL OR MODIFICATION OF BID


Bidders are liable for all errors or omissions contained in their Responses.
After Bid submittal but prior to Bid Opening: The Bidder may modify or withdraw his/her Bid at any
time prior to the due date and time set for Bid opening by providing a written request to the
Procurement Coordinator from an authorized representative of the Bidder.

After Bid Opening: No Bid shall be altered or amended. The Purchasing Activity may allow a Bid to
be withdrawn if the Bidder demonstrates that the prices were miscalculated. A low Bidder, who
claims error and fails to enter into a contract with the State of Washington, may not participate in
bidding on the same commodity or service if the solicitation is subsequently reissued by the
Purchasing Activity.

2.12 RIGHT TO CANCEL SOLICITATION


The Purchasing Activity reserves the right to cancel or reissue all or part of this Solicitation at any
time as allowed by law without obligation or liability.

2.13 BID OPENING PUBLIC INFORMATION


Bid information, including price sheets, will not be available for public disclosure until after award of
the contract consistent with RCW 43.19.1911(8). At bid due date and time, only the name of the
Bidder and time of Bid receipt will be read aloud. The reading does not determine award of the
contract, responsibility of the Bidder, or responsiveness of the Bid or Proposal. Bidder attendance at
Bid/Proposal openings is not required.

8
Washington State Department of General Administration, Office of State Procurement
Fuel Tanks and Equipment Invitation for Bid #00808

2.14 MINORITY AND WOMEN OWNED BUSINESS ENTERPRISES (MWBE)


In accordance with the legislative findings and policies set forth in RCW 39.19, the State of
Washington encourages participation in all of its contracts by Minority and Woman Owned Business
Enterprise (MWBE) firms either self-identified or certified by the Office of Minority and Women’s
Business Enterprises (OMWBE).
Bidders who are MWBE or intend to use MWBE Subcontractors are encouraged to identify the
participating firm and their level of participation in their Response. While the state does not give
preferential treatment to MWBE firms, it does seek equitable representation from the minority and
women’s business community. Participation may be either on a direct basis in response to this
Solicitation or as a Subcontractor to a Contractor.
However, unless required by federal statutes, regulations, grants, or Contract terms referenced in the
original Solicitation, no preference will be included in the evaluation of Bids, no minimum level of
MWBE participation shall be required as condition for receiving an award, and Bids will not be
evaluated, rejected or considered non-responsive on that basis.
Any affirmative action requirements set forth in federal regulations or statutes included or referenced
in the original Solicitation will apply. Bidders may contact Office of Minority and Woman Owned
Business Enterprise (OMWBE) to obtain information on certified firms for potential sub-contracting
arrangements. Nothing in this section is intended to prevent or discourage Bidders from inviting
others from participation from non-MWBE firms as well as MWBE firms.

2.15 PROTEST PROCEDURES


Protests shall be filed and resolved in accordance with Protest Procedure contained herein (see
appendixes).

2.16 SALES AND SUBCONTRACTOR REPORTS


The Successful Bidder shall provide quarterly Sales and Subcontractor Reports to the Office of State
Procurement using the on-line reporting tool provided by the Office of State Procurement at:
https://fortress.wa.gov/ga/apps/CSR/Login.aspx. Reports must be submitted within thirty (30) days
after the end of the calendar quarter, i.e., no later than April 30th, July 31st, October 31st and January
31st.

2.17 OTHER REQUIRED REPORT(S)


The Successful Bidder may be requested to provide additional reports. These reports shall be
designed by the Contract Administrator to obtain information needed for solicitation design, contract
negotiation, or any other information needed. All written reports required under this contract must be
delivered to the Contract Administrator.

2.18 INSURANCE REQUIREMENTS


The Successful Bidder is required to obtain insurance to protect the State should there be any claims,
suits, actions, costs, or damages or expenses arising from any negligent or intentional act or omission
of the Bidder or its Subcontractor(s), or their agents, while performing work under the terms of any
Contract resulting from this solicitation. Bidders will find a complete description of the specific
insurance requirements in the Contract document (see appendixes).

9
Washington State Department of General Administration, Office of State Procurement
Fuel Tanks and Equipment Invitation for Bid #00808

3 BID PRICING

3.1 BID PRICING REQUIREMENTS


The proposed pricing levels should reflect the potential governmental market provided by the
Contract resulting from this solicitation.
All pricing shall include the costs of Bid preparation, servicing of accounts, and complying with all
contractual requirements. All elements of recurring and non-recurring costs must be identified and
included in the price. Bid prices shall include all cost components associated with the performance
and delivery of the goods/services as described in this Solicitation.
Failure to identify all costs in a manner consistent with the instructions in this IFB may be sufficient
grounds for disqualification.

3.2 PRICING PARAMETERS


During the initial contract period, pricing shall remain firm and fixed for at least 365 calendar days
after effective date of contract award. See Contract document (appendixes) for additional
requirements.
Contract prices are the maximum price a Contractor can charge, although a Contractor may make
volume discounts available to Purchasers as applicable.
If, however, during any term of the Contract, lower prices and rates become effective for like
quantities of products/services under similar terms and conditions, such as through reduction in
Contractor’s list prices, promotional discounts, or other circumstances, then Purchasers must be given
immediate benefit of such lower prices and rates. Prices shall be reflected in a reduction of the
contract price retroactive to the date the price decline or cost reduction was available to the
Contractor. Contractor shall immediately notify the Contract Administrator of such pricing changes
for a contract amendment.

3.3 MINIMUM ORDER


There shall be no minimum order size or charge.

3.4 PAYMENT TERMS


Bidder must indicate in bid submittal those Payment Terms that are offered under this solicitation.

3.5 PRICE SHEET


Unless otherwise stipulated all bids shall include unit prices and extensions where applicable and be
otherwise in the format requested. In the event of an error in the extension of prices, the unit price
shall prevail. Prices shall include all associated costs (e.g. customs duties and brokerage or import
fees, etc.). Bid prices shall be in U.S. dollars.

3.6 PRESENTATION OF ALL COST COMPONENTS


Unless otherwise specified in the Solicitation, no additional charges by the Contractor will be
allowed, including but not limited to handling charges such as packing, wrapping, bags, containers,
reels; or the processing fees associated with the use of credit/charge cards.
Notwithstanding the foregoing, in the event that market conditions, laws, regulations or other
unforeseen factors dictate, at the Contract Administrators sole discretion, additional charges may be
allowed.

10
Washington State Department of General Administration, Office of State Procurement
Fuel Tanks and Equipment Invitation for Bid #00808

3.7 PRICING NOT SPECIFIED ON PRICE SHEET


Where there is no charge or rate for goods/services enter N/C (no charge) or zero ($0) on the price
sheet as applicable. If the Bidder fails to provide a price, the Purchasing Activity will assume the
item is no charge. If the Bidder states “no charge” for an item in the price sheet, then Purchaser will
receive that item at no cost for the period represented in the price sheet.

3.8 BIDDER PRODUCT PRICE LIST


Bidder may offer their complete product price list with their bid response, and identify any discounts
and bulk pricing discounts where applicable. Bidder’s product price list may include additional
products and services appropriate to the scope of this IFB, the state reserves the right to not award
these optional price items. The optional items will be evaluated on a case-by-case basis and will not
affect the outcome of the bid evaluation. The product price list shall be consistent with the terms of
this solicitation and subsequent Contract.

3.9 EXCEPTIONAL EXPENSES


There are to be no reimbursements for expenses related to day-to-day performance under this
Contract, including but not limited to, travel, lodging, meals, incidentals, unless otherwise identified
herein. Notwithstanding the forgoing, the Purchasing Activity recognizes that there may be
exceptional and rare occasions when the Contractor will be required by the Purchasing Activity to
travel. In such case, Purchaser must provide written pre-approval of such expenses on a case-by-case
basis. Any such reimbursement shall be at rates not to exceed the guidelines for State employees
published by the Washington State Office of Financial Management set forth in the Washington State
Administrative and Accounting Manual (http://www.ofm.wa.gov/policy/poltoc.htm), and not to
exceed expenses actually incurred.

4 EVALUATION AND AWARD

4.1 AWARD INTENT


It is the intention of the Purchasing Activity to establish one or more Statewide Contracts for the
items described herein in accordance to the award methodology describe herein.

4.2 AWARD PROCESS OVERVIEW


Contract award shall be made to the lowest Responsive and Responsible Bidder(s) based on the
evaluation and award criteria established herein and subject to consideration of all factors identified
in RCW 43.19.1911.
The Purchasing Activity reserves the right to subject to the provisions of RCW 43.19.1911 and
Chapter 236-48 WAC to: (1) Waive any informality; (2) Reject any or all Bids, or portions thereof; (3)
Accept any portion of the items bid unless the Bidder stipulates all or nothing in their Bid; (4) Cancel
a solicitation and re-solicit Bids; (5) Negotiate with the lowest Responsive and Responsible Bidder to
determine if that Bid can be improved for the Purchaser; (6) Award on an all or none consolidated
basis taking into consideration ”lifecycle costs”; and, (7) Award in aggregate when in the best interest
of the state.
The Purchasing Activity reserves the right to award on an All or Nothing consolidated basis taking
into consideration reduction in administrative costs as well as unit bid prices.
Purchasing Activity seeks to acquire the goods/services that best meet the State’s needs and offers
best value in the interest of the Purchasing Activity.

11
Washington State Department of General Administration, Office of State Procurement
Fuel Tanks and Equipment Invitation for Bid #00808

4.3 CONTRACT FORMATION


The Purchasing Activity will incorporate all associated solicitation documents into a resulting
Contract, including but not limited to this Solicitation document, Contract (Terms and Conditions)
document, any subsequent Amendments and the Bidder’s Response.
A Bid submitted in response to this Solicitation is an offer to contract and indicates a willingness to
enter into an Agreement with the Purchasing Activity, but only becomes a contract when legally
awarded and accepted in writing by the Purchasing Activity.
The Purchasing Activity, at its sole discretion, reserves the right to negotiate improvements to the
lowest Responsive, Responsible Bidder’s Response.
OSP will maintain Contract information and pricing, and will make it available for Purchaser’s use on
the GA internet site, www.ga.wa.gov.

4.4 NO BEST AND FINAL OFFER ACCEPTED


There will be no best and final offer request for this solicitation. The Purchasing Activity reserves the
right to make an award without further discussion of the Response submitted. Therefore, Bidder shall
submit a Response on the most favorable terms that Bidder intends to offer.

4.5 IN-STATE PREFERENCE/RECIPROCITY


Pursuant to RCW 43.19.700, RCW 43.19.702, RCW 43.19.704 and WAC 236-48-085, the
Department of General Administration has established a schedule of percentage increases to be added
to Bids and Proposals from Bidders in states that grant a preference to Contractors located in their
state or for goods manufactured in their state. The percentages related to each respective state are
provided in the Reciprocity List located at http://www.ga.wa.gov/pca/recip.htm and apply only to
Bids and Proposals received from those states listed.
The appropriate percentage will be added to each Bid or Proposal bearing the address from a state
with in-state preferences rather than subtracting a like amount from Washington State Bidders.
This action will be used only for analysis and award purposes. In no instances shall the increase be
paid to a Bidder whose Bid or Proposal is accepted and awarded a Contract.

4.6 AWARD NOTIFICATION AND CONTRACT INFORMATION


Upon award, an electronic notification will be sent to all Bidders. After award, information regarding
results of the solicitation may be obtained by contacting the Procurement Coordinator. Bidders may
request an appointment to review the procurement file or submit a public disclosure request to obtain
specific documents.
No rejection notice will be sent to an unsuccessful Bidder(s) whose net pricing (or scoring) after
evaluation is higher than the awarded Bidder(s). Bidder(s) whose bid is determined to be non-
responsive will be rejected and may be notified of the reasons for such rejection.

4.7 CONTRACT AWARD CONFERENCE


The awarded Contractor may be required to attend a contract award conference scheduled by the
Procurement Coordinator to discuss contract performance requirements. The time and place of this
conference will be scheduled following contract award.

4.8 AWARD DEBRIEFING


Bidders who submitted a Response may request a debriefing conference to discuss the evaluation of
their Response. Debriefing conferences shall occur within a month of the award decision. The
request must be in writing, addressed to the Procurement Coordinator via fax or e-mail. The
debriefing will not include any comparison between the Bidder's Response and any other responses

12
Washington State Department of General Administration, Office of State Procurement
Fuel Tanks and Equipment Invitation for Bid #00808

submitted. Debriefing conferences may be conducted in person or by phone, and will be scheduled
for a maximum of one hour.

4.9 BID RESPONSIVENESS EVALUATION


Bid Responses will be reviewed by the Procurement Coordinator to determine on a pass/fail basis its
compliance with solicitation requirements, and whether Bidder has submitted a complete bid
response, those bids not meeting complete bid submittal requirements may be considered non-
responsive and rejected.
Responses passing the initial determination of responsiveness will then be further reviewed on a
pass/fail basis to determine if the individual Bid Response meets mandatory requirements identified
herein (i.e. signature pages, specifications, certifications, price sheet, cost evaluation worksheets,
informational forms, etc.). Responses not meeting mandatory bid requirements may be considered
non-responsive and rejected.
The Purchasing Activity reserves the right to consider the actual level of Bidder’s compliance with
the requirements specified in this solicitation and to waive informalities in a Bid Response. An
informality is an immaterial variation from the exact requirements of the competitive solicitation,
having no effect or merely a minor or negligible effect on quality, quantity, or delivery of the supplies
or performance of the services being procured, and the correction or waiver of which would not affect
the relative standing of, or be otherwise prejudicial to Bidders.
The Purchasing Activity reserves the right to determine at its sole discretion whether Bidder’s
Response to a solicitation requirement is sufficient to pass. If, however, all responding Bidders fail to
meet any single mandatory item, the Purchasing Activity may cancel the solicitation and reject all
bids.

4.10 RESPONSIBILITY EVALUATION


Pursuant to RCW 43.19,1911 (9), in determining Bidder responsibility, the following elements shall
be given consideration:
(a) The ability, capacity, and skill of the Bidder to perform the contract or provide the service
required;
(b) The character, integrity, reputation, judgment, experience, and efficiency of the Bidder;
(c) Whether the Bidder can perform the contract within the time specified;
(d) The quality of performance of previous contracts or services;
(e) The previous and existing compliance by the Bidder with laws relating to the contract or services;
and,
(f) Such other information as may be secured having a bearing on the decision to award the contract:
During solicitation evaluation, the Purchasing Activity reserves the right to make reasonable inquiry
to determine the responsibility of any Bidder. Requests may include, but are not limited to, financial
statements, credit ratings, references, record of past performance, clarification of Bidder’s offer, and
on-site inspection of Bidder's or Bidder's subcontractor's facilities. Failure to respond to said
request(s) may result in Response being rejected as non-responsive.

4.11 REFERENCES EVALUATION


The state reserves the right to use references to confirm satisfactory customer service, performance,
satisfaction with service/product, knowledge of product/service/industry and timeliness; any negative
or unsatisfactory response may be an adequate reason for rejecting a Bidder as not responsible for the
state’s needs. Bidder deemed non-responsible will be rejected.
References in which contact is established will be asked to rate Bidder’s past performance. The
Purchasing Activity will only attempt maximum of three (3) times to make contact with a Bidder’s

13
Washington State Department of General Administration, Office of State Procurement
Fuel Tanks and Equipment Invitation for Bid #00808

reference. If contact cannot be established with a reference or if the reference refuses to provide a
statement, then that reference will be deemed non-responsive and no further attempts will be made to
contact that particular reference.
The state reserves the right to seek and substitute other references to determine the sufficiency of the
Bidder’s level of responsibility.

4.12 QUALITY CONTROL AND BIDDER CAPABILITIES EVALUATION


Quality Control and Bidder Capabilities bid responses will both be evaluated on a pass/fail basis.
Bidder is to refer to the IFB, Specifications and Contract document sections for complete contractual
requirements when responding to this requirement. Bidder is encouraged to provide sufficient
information that supports your company’s capabilities to perform under this contract so as to aid in
the evaluation process. Bidder that fails the Quality Control or the Bidder Capabilities evaluations
may be deem non-responsive and rejected. Bidder not providing enough information, an unclear
response or lacking sufficient details to fully evaluate may be deem non-responsive and rejected.

4.13 COST EVALUATION


The Purchasing Activity will use the results of the Cost Evaluation Worksheets and Summary of Cost
Evaluation Worksheets to determine the lowest cost Bidder(s) (see Appendixes for Worksheets).
To determine a Bidder’s evaluation cost the state will take the Total Price for Tank Type/Fuel Systems
and Accessories, and then follow the Summary of Cost Evaluation Worksheet to determine the
Bidder’s Total Evaluation Price.
If a Bidder does not provide pricing for an item used in the Cost Evaluation and Summary of Cost
Evaluation Worksheets, then it may be adequate reason to disqualify a Bidder as being non-
responsive to this IFB and may result in bid rejection.
The state may evaluate Tank types as a whole, combination or evaluate the individual Tanks type 1, 2
and 3 for award purposes, cost evaluation may take into consideration reduction in administrative cost
as well as unit bid prices for determining the best interest of the state.

5 BIDDER SUBMITTALS

5.1 BIDDER RESPONSIVENESS


Bidder is to respond to each question/requirement contained in this solicitation. Bidder is to follow
the instructions contained herein with emphasis on completeness and clarity of content to be
considered a responsive Bidder. Failure to comply with any solicitation item may result in the Bid
Response being deemed non-responsive and disqualified.

5.2 BIDDER SIGNATURES


Bidder to sign and return the Certifications and Assurances statement and the Contract Execution and
Signature page (see Appendixes) with their Bid Response, without modification or contingency. Any
modifications or contingencies submitted by the Bidder may not be accepted. The state reserves the
right to reject bids that propose alternate or additional terms and conditions or do not return the
signed Contract document with Bid Response.

5.3 BIDDER PROFILE


Bidder is to complete in full the Bidder Profile informational form included herein (see appendixes),
this provided information may be taken in to consideration in the evaluation of this solicitation.

14
Washington State Department of General Administration, Office of State Procurement
Fuel Tanks and Equipment Invitation for Bid #00808

5.4 BID WORKSHEETS


Bidder to follow the instructions set forth on the Price Sheet, Cost Evaluation and Summary of Cost
Evaluation worksheets for a complete bid submittal, these forms shall be the basis for cost evaluation
of the Bid Responses for bid award purposes. Failure to follow instructions may be grounds for bid
rejection.

5.5 DEALER AUTHORIZATION


Bidder shall identify if they are a dealer and have authorization from the manufacturer in the bid
response. Bidder, if other than the manufacturer, shall provide upon request by the Purchasing
Activity a current, dated, and signed authorization from the manufacturer that the Bidder is an
authorized distributor, dealer or service representative and is authorized to sell the manufacturer's
products. Failure to provide manufacturer’s authorization upon request may result in Bid rejection or
Contract cancellation.
5.6 BIDDER AUTHORIZED REPRESENTATIVE
Bidder shall designate an authorized representative who will be the principal point of contact for bid
submittal questions or related matters for this solicitation.

5.7 USE OF SUBCONTRACTORS


Bidder shall identify all Subcontractors who will perform services in fulfillment of contract
requirements, the nature of services to be performed and federal tax identification (TIN) number for
each Subcontractor. State reserves the right to request additional information for bid evaluation
purposes.
The Purchasing Activity will accept Responses that include third party involvement only if the Bidder
submitting the Response agrees to take complete responsibility for all actions of such Subcontractors.

5.8 FACTORY REPAIR/SERVICING


Bidder is to identify the authorized factory repair and servicing centers for items purchased under this
contract if applicable to the product/service being supplied.

5.9 REFERENCES
Bidder shall furnish five (5) governmental or commercial references from different entities for which
Bidder has performed or provided comparable materials, supplies, or equipment similar in scope (i.e.
size, volume, type) to this IFB in the past three (3) years. In selecting references, choose experiences
that demonstrated your company's capacities.

5.10 BIDDER CAPABILITIES


Bidder shall provide a description of its company capabilities, include the following items in your
description, company history, company size, years in industry, key personnel experience, areas of
specialization and expertise, certifications, customer service procedures, sales staff, capacity to handle
small to large jobs, and any other pertinent information that would aid an evaluator in formulating a
determination about the responsibility of the Bidder to perform under this contract.

5.11 QUALITY CONTROL


Bidder to provide proof of their quality control program with bid submittal. Quality control program
is at a minimum to include material management, production management and product inspection
process. Contractor shall maintain a company-wide quality control assurance and improvement
program. If the Bidder is not a manufacturer, then the Bidder shall provide proof of the

15
Washington State Department of General Administration, Office of State Procurement
Fuel Tanks and Equipment Invitation for Bid #00808

manufacturer's quality program. The quality control program will aid an evaluator in formulating a
determination about the responsibility of the Bidder to perform under this contract.

5.12 PURCHASING COOPERATIVE USERS


Bidder is to indicate in bid submittal whether the Bidder agrees to extend contract pricing to political
subdivisions and non-profit organizations, which are members of the State of Washington Purchasing
Cooperative (WSPC) and/or State of Oregon Cooperative Purchasing Program (ORCCP).
Bidder shall identify in Bid Response if there are any additional cost for Oregon Cooperative
Purchasing members use of this contract.

5.13 ADDITIONAL BID SUBMITTAL COPIES


Bidder is encouraged to provide an electronic version (Compact Disc, CD) of their bid along with
their original signed copy of their Bid Response (original submitted printed bid response takes
precedence over all electronic versions). All tables and spreadsheets are to be provided in Excel or
WORD format.

16
Washington State Department of General Administration, Office of State Procurement
Fuel Tanks and Equipment Invitation for Bid #00808

6 APPENDIXES

6.1 APPENDIX A - PROTEST PROCEDURE


PROTEST PRIOR TO AWARD:
PROTEST PRIOR TO AWARD CRITERIA:
Protests prior to Award will be considered only if the protest concerns:
1. the bid of another Bidder,
2. the specifications or
3. the manner in which the solicitation process has been conducted.
INITIATING THE PROTEST PROCESS:
The protesting Bidder must notify the State Procurement Coordinator in charge of the solicitation of his/her intent to
file a protest as soon as possible after he/she becomes aware of the reason(s) for the protest. The protest(s) must be
received in writing by the State Procurement Coordinator not later than five (5) business days after the Bidder’s
notification to the State Procurement Coordinator of the intent to protest.
If an Intent to Award is announced, any protest must be received in writing by the State Procurement Coordinator
not later than five (5) business days after the announcement or as otherwise specified in the Solicitation document.
If a protest is not received within these time frames it will be untimely and the State Procurement Coordinator may
proceed with the award without further obligation.
The Procurement Coordinator will consider all the facts available and issue a decision in writing within ten (10)
business days after receipt of the protest, unless more time is needed.
If additional time is necessary the State Procurement Coordinator will notify the protesting Bidder and, where
applicable, the Bidder(s) against whom the protest is made.
APPEAL OF PROTEST PRIOR TO AWARD DECISION:
The protesting Bidder or the Bidder against whom the protest is made has the right to appeal the decision of the
State Procurement Coordinator to the GA Assistant Director in charge of the Office of State Procurement.
The appeal must be received by the GA Assistant Director within five (5) business days after notification of the State
Procurement Coordinator's decision.
The GA Assistant Director will consider all of the facts available and issue a decision in writing within ten (10)
business days after receipt of the appeal, unless more time is needed. The appealing Bidder will be notified if
additional time is necessary.
Award of the contract will be postponed until after the GA Assistant Director has issued a decision unless an
emergency exists necessitating the award of the contract as determined by the GA Assistant Director.
The decision of the GA Assistant Director on the protest appeal is final. The GA Assistant Director may issue
further clarifications if determined necessary.
PROTEST AFTER AWARD:
PROTEST AFTER AWARD CRITERIA:
Protests after Award will be considered only if the protest concerns:
1. A matter which arises after the Award or
2. Could not reasonably have been known or discovered prior to Award.
INITIATING THE PROTEST PROCESS AFTER AWARD:
The protesting Bidder must notify both the State Procurement Coordinator in charge of the solicitation process and
the Bidder that has received the Award that a protest of the Award is being made. This notification must be made as
soon as possible after the Notice of Award is issued by an immediate communication method such as telephone or e-
mail. The protesting Bidder must provide documentation demonstrating that they have notified the Bidder that has
received the Award of their protest.
In addition to the above notification requirement, the written protest must be received by the GA Assistant Director
in charge of the Office of State Procurement not later than five (5) business days after Notice of Award is issued by
the Office of State Procurement.
The GA Assistant Director will:
Issue a decision on the protest within ten (10) business days after the protest was received, unless more time is
needed.

17
Washington State Department of General Administration, Office of State Procurement
Fuel Tanks and Equipment Invitation for Bid #00808

The protesting Bidder and the Bidder who has received the Award shall be notified of any delay in issuing the GA
Assistant Director’s decision if more time is needed.
The decision of the GA Assistant Director is final if the award is upheld. The GA Assistant Director may
subsequently issue further clarifications, if necessary.
If the GA Assistant Director finds that the protest should be upheld and the Award canceled, all Bidders, including
the protesting Bidder and the Bidder who received the Award, will be notified of the intent to cancel the Award and
the reasons therefore.
AWARDED BIDDER APPEAL PROCESS
The Bidder who has received the Award has five (5) business days after receipt of notification of the intent to cancel
the award in which to appeal the decision to the Director of General Administration. Copies of the Bidder’s appeal
must also be sent to the GA Assistant Director and the State Procurement Coordinator responsible for the
solicitation.
The Director of General Administration or designee will:
Issue a decision
a. to both the appealing Bidder and the original protesting Bidder
b. within ten (10) business days after receipt of the appeal, unless more time is needed.
i. If more time is needed to issue a decision, all Bidders, including the appealing Bidder and
the original protesting Bidder, will be notified.
DECISION FINAL
The appeal decision of the Director of General Administration is final. The Director of General Administration may
subsequently issue further clarifications if necessary,
APPEAL UPHELD AND CONTRACT AWARD UPHELD
If the Director of General Administration upholds the appeal and upholds the contract as awarded, the State
Procurement Coordinator will notify all Bidders of the decision.
APPEAL DENIED AND AWARD CANCELED
If the Director of General Administration upholds the decision of the GA Assistant Director the Office of State
Procurement will proceed with cancellation of the award.
If the award is cancelled, the Assistant director of GA, may reject all bids, quotes or proposals pursuant to RCW
43.1911(4) and solicit new bids, quotes or proposals.
If the Assistant director of GA does not decide to reject all bids, an award will be made to the next lowest responsive
and responsible Bidder.
PROTEST AND APPEALS – FORM AND SUBSTANCE
All protests and appeals must:
1. be in writing,
2. signed by the protesting or appealing Bidder or an authorized agent
3. delivered within the time frame(s) outlined herein.
4. addressed to that individual within the Office of State Procurement or General Administration assigned
review responsibilities as specified above.
The protesting or appealing Bidder must:
1. state all facts and arguments on which the protesting or appealing Bidder is relying as the basis for its
action
2. attach any relevant exhibits related, or referred to in the written protest or appeal.
3. mail, fax or deliver copies of all protests, appeals, and exhibits to the Bidder or Bidders against whom the
protest is made at the same time such protest, appeal, and exhibits are submitted to the Office of State
Procurement or General Administration.
COMMUNICATION DURING PROTESTS AND APPEALS
All communications relative to a solicitation that is being protested or appealed must be coordinated through that
person conducting the official review for the Office of State Procurement or General Administration.

18
Washington State Department of General Administration, Office of State Procurement
Fuel Tanks and Equipment Invitation for Bid #00808

6.2 APPENDIX B - RESPONSE CHECK LIST

This checklist is provided for Bidder's convenience only and identifies the documents to be
submitted with each Response. Any Response received without any one or more of these
documents may be rejected as being non-responsive.
Offer and Signature Page, original signature and signed cover letter

Bidders Profile
Specifications
References
Subcontractors
Bidder's Capability/Quality Control
Repair and Servicing Facilities
Descriptive Literature, as requested
Price Sheet
Cost Evaluation Worksheets

Freight Quotes
Contract, original signature

19
Washington State Department of General Administration, Office of State Procurement
Fuel Tanks and Equipment Invitation for Bid #00808

6.3 APPENDIX C - BIDDER PROFILE


Bidder shall complete the following information and return with bid response. Where additional space is
needed and/or where specifically requested, submit an attached letter.
1. Payment Term: Prompt Payment Discount % 30 days. Note: Prompt payment
discount periods equal to (or greater than) 30 calendar days will receive consideration and bid pricing
will be reduced (for evaluation purposes only) by the amount of that discount(s).
2. Volume Discount: Identify volume discount(s), please indicate the discount ________% or
$_________ and when it applies:
______________________________________________________________________________
______________________________________________________________________________
3. Purchasing (Credit) Cards accepted: Yes ______________ No ______________
(Washington State Purchasing card is VISA)
If yes, please list cards: __________________________________________________________
4. Standard Lead Time after receipt of order (ARO) is__________________________ calendar days.
5. Shipping Point Location for manufacturer of the tanks on this contract is:
_____________________________________________________________________________, this
location will be used to determine the delivery charge as defined herein.
6. Dealer Authorization: Only for Bidders bidding as a Dealer: Is your company currently authorized to
sell the manufacturer’s products under this contract? Yes No . (If reply is
“No” attach letter to this bid response explaining reason(s).
7. Purchasing Cooperative Members:
a) POLITICAL SUBDIVISIONS: Bidder agrees to sell the goods and services
on this contract to political subdivisions which are members of the State of Washington
Purchasing Cooperative (WSPC): Yes_____ No_____(If reply is “No” attach letter to this bid
response explaining reason(s) for declining participation by political subdivisions).
b) NONPROFIT CORPORATIONS: Bidder agrees to sell the goods and
services on this contract to self-certified nonprofit corporations which are members of the State of
Washington Purchasing Cooperative (WSPC): Yes___ No____(If reply is “No” attach letter to
this bid response explaining reason(s) for declining participation by nonprofit organizations).
c) OREGON PURCHASING COOPERATIVE PURCHASING PROGRAM:
Bidder agrees to sell the goods and services on this contract to political subdivisions and
nonprofit organizations which are members of the State of Oregon Cooperative Purchasing
Program (ORCPP ): Yes____ No____(If reply is “No” attach letter to this bid response explaining
reason(s) for declining participation by these members).
If required, indicate delivery charge for delivery to State of Oregon ORCPP Members a price per
mile of $_________/mile from Factory to delivery site with a minimum charge of $___________.
8. Firms bidding from California only: Is your firm currently certified as a small business under
California Code, Title 2, Section 1896.12? Yes No .
9. Federal Tax Identification number: __________________________________________________
10. WA State Department of Revenue Registration Tax number: ______________________________
11. Company Internet URL Address (if available): __________________________________________

20
Bidder’s Name:________________________________
Washington State Department of General Administration, Office of State Procurement
Fuel Tanks and Equipment Invitation for Bid #00808

12. Contractor Addresses for:


Orders to be sent to: Billing will be from: Payment to be sent to:

13. Subcontractors: Identify any subcontractors who will perform services in fulfillment of contract
requirements; the nature of services to be performed and include federal tax identification (TIN)
number for each subcontractor.
Brief description of the nature of Service
Name/Address/Contact/Phone: T.I.N.:
Provided (e.g. testing, sampling, pick-up, etc):

14. Bidder's Capabilities: Bidder to provide a response to the items as identified in IFB, section 5, Bid
Information Submittals, item 5.10, Bidder Capabilities.
15. Quality Control: Bidder to provide a response as identified in IFB, section 5, Bidder Information
Submittals, item 5.11, Quality Control.
16. Repair/Servicing Facility Information: Provide the below information, which will be used repair and
service work on this contract.

Name: Name:
Telephone: Telephone:
Address: Address:
Fax: Fax:
Email: Email:
Service Service
Provided: Provided:
Name: Name:
Telephone: Telephone:
Address: Address:
Fax: Fax:
Email: Email:
Service Service
Provided: Provided:
17. Contractor Information: Provide the below information, which will be used for contract
administration:

21
Bidder’s Name:________________________________
Washington State Department of General Administration, Office of State Procurement
Fuel Tanks and Equipment Invitation for Bid #00808

Primary Contact-Contract Administration Alternate Contact - Contract Administration

Name: Name:

Telephone: Telephone:
After Hours Cell After Hours
Phone: Cell Phone:
Fax: Fax:
Email: Email:
Customer Service/Order Placement Contact Sales Usage Report Contact
Name: Name:
Telephone: Telephone:
Address:
Fax: Fax:
Email: Email:
Payment Information:

Name:
Address:
Contact:
Telephone:
Fax:
Sales Representative(s): Indicate below the contact information and specific territories covered:

Name Name
Address Address
Territory Territory
Telephone Telephone
Mobile Phone: Mobile Phone:
Email: Email:

22
Bidder’s Name:________________________________
Washington State Department of General Administration, Office of State Procurement
Fuel Tanks and Equipment Invitation for Bid #00808

18. References: Provide a minimum of five (5) commercial or governmental references for which
Bidder has delivered goods and/or services similar in scope as describe in the IFB. (Bidder to
confirm all below reference information is current.)

Bidder References
1) Agency/Company
Name:

Address:

Contact Person:

Telephone:

Product Provided
/Approx. Dollar Cost

2) Agency/Company
Name:

Address:

Contact Person:

Telephone:

Product Provided
/Approx. Dollar Cost

3) Agency/Company
Name:

Address:

Contact Person:

Telephone:

Product Provided
/Approx. Dollar Cost

4) Agency/Company
Name:

23
Bidder’s Name:________________________________
Washington State Department of General Administration, Office of State Procurement
Fuel Tanks and Equipment Invitation for Bid #00808

Bidder References
Address:

Contact Person:

Telephone:

Product Provided
/Approx. Dollar Cost

5) Agency/Company
Name:

Address:

Contact Person:

Telephone:

Product Provided
/Approx. Dollar Cost

24
Bidder’s Name:________________________________
Washington State Department of General Administration, Office of State Procurement
Fuel Tanks and Equipment Invitation for Bid #00808

6.4 APPENDIX D - CERTIFICATIONS AND ASSURANCES STATEMENT

I, the Bidder, make the following certifications and assurances as a required element of my Response to this IFB,
affirming the truthfulness of the facts declared here and acknowledging that the continuing compliance with these
statements and all requirements of the IFB are conditions precedent to the award or continuation of the resulting
Contract.
1. The prices in this solicitation Response have been arrived at independently without any consultation,
communication, or agreement with any other offeror or competitor for the purpose of restricting competition,
including but not limited to the bid prices, the intention to submit an offer, and/or the methods or factors used to
calculate the prices offered. The prices offered in this Response have not been and will not be knowingly
disclosed by the Bidder, directly or indirectly, to any other offeror or competitor before Contract award unless
otherwise required by law. No attempt has been made or will be made by the Bidder to induce any other entity
to submit or not to submit an offer for the purpose of restricting competition. However, the Bidder may freely
join with other persons or organizations for the purpose of presenting a single bid submittal.
2. In preparing our Response, we have not been assisted by any current or former employee of the State of
Washington whose duties related (or did relate) to this State's solicitation, or the prospective Contract, and who
was assisting in other than his or her official public capacity. Moreover, neither does such an employee nor any
member of his or her immediate family have any financial interest in the outcome of this Response. All and any
exceptions to this requirement shall be fully described in detail on a separate page and attached to this
Response.
3. Our attached Response is a firm offer for a period of ninety (90) days following the Response Due Date
specified in this IFB, and it may be accepted by the Purchasing Activity without further negotiation (except
where obviously required by lack of certainty in key terms) at any time within the ninety (90) day period. In the
cases of a bid protest or any related court action against this IFB that delays the awarding of this contract, our
Response will remain valid for additional sixty (60) days or until the protest and any related court action is
resolved, whichever is later, thereafter, the Bidder reserves the right to withdraw its offer with no damages, or
may in writing elect to maintain its offer until an award decision is final.
4. We understand that the State will not reimburse a Bidder for any costs incurred in the preparation of its
Response. All Responses become the property of the State, and we claim no proprietary right to the ideas,
writings, items or samples unless so stated in the Response. Submission of the attached Response constitutes an
acceptance of the evaluation criteria and an agreement to abide by the procedures and all other administrative
requirements described in the solicitation document.
5. We understand that any Contract awarded, as a result of this Response will incorporate all the solicitation
requirements. Submission of a Response and execution of this Certifications and Assurances document certifies
our willingness to comply with all contract terms and conditions contained in this IFB if selected as a
Contractor. It is further understood that our standard company contract will not be considered as a replacement
or in addition to any terms and conditions contained in this IFB.
6. We are not submitting any proposed Contract exceptions.
7. By submitting this Response, the Bidder hereby offers to furnish materials, supplies, services and/or
equipment in compliance with all terms, conditions and specifications contained in this solicitation.
8. The authorized signatory below acknowledges having read and understood the entire solicitation and agrees
to comply with the terms and conditions of the solicitation, and that he/she has the authority to bind the
company named below to the Bid submitted and any contract awarded as a result of this solicitation:

Company Name:
Original Bidder Signature Address:

Signatory Name (Printed) Tax ID No.:


Title: Date:

25
Bidder’s Name:________________________________
Washington State Department of General Administration, Office of State Procurement
Fuel Tanks and Equipment Invitation for Bid #00808

APPENDIXES E & F

Below are links to two documents that will need to be completed and returned as a Bid Response to this
solicitation. These documents will be incorporated into the final contract.

6.5 APPENDIX E - SPECIFICATIONS


Bidder is to return the attached Specifications completed as required. To view the Specifications
for this solicitation, click on the below icon:

00808, Specifications
and Requirements.doc

6.6 APPENDIX F - CONTRACT No. 04407


Bidder is to return the attached contract with original signatures. The Contract document
contains the Terms and Conditions. To view the Contract document for this solicitation, click on
the below icon:

00808, Fuel Tanks


and Equipment Contract.doc

26
Bidder’s Name:________________________________
Washington State Department of General Administration, Office of State Procurement
Fuel Tanks and Equipment Invitation for Bid #00808

6.7 APPENDIX G - PRICE SHEETS


 Bidder is to submit a price for the products and services listed in the Price Sheet that are offered
by the Bidder.
 Bidder is to provide a bid price for each line item in the Price Sheet that is used in the Summary
of Cost Evaluation Worksheet in which the Bidder is offering (e.i. Type 1, Type 2, Type 3, or a
combination of, and Equipment). Failure to provide a bid price in the Price Sheet for each item used
in the Summary of Cost Evaluation Worksheet may be adequate reason to disqualify a Bidder as
being non-responsive to this IFB and may result in bid rejection.

PRICE SHEET Bidder’s Model


No. Tanks and Equipment Note: All tank dimensions are Number (if QTY Unit Price
approximate and gallons are nominal. available)

TANKS

A TYPE 1 - UNDERGROUND STORAGE TANK –


(UST) UL 1316
Double-walled fiberglass reinforced plastic (FRP)
Underwriters Laboratories 1316 labeled underground
storage tank.
$
1 600 gallon, 4 ft diameter 1
$
2 1000 gallon, 4 ft diameter 1
$
3 2500 gallon, 6 ft diameter 1
$
4 4000 gallon, 6 ft diameter 1
$
5 6000 gallon, 8 ft diameter 1
$
6 8000 gallon, 8 ft diameter 1
$
7 10,000 gallon, 8 ft diameter 1
$
8 12,000 gallon, 8 ft diameter 1
$
9 15,000 gallon, 10 ft diameter 1
$
10 20,000 gallon, 10 ft diameter 1
$
11 12,000 gallon, 8 ft diameter, Spilt fuel tank 1
$
12 15,000 gallon, 10 ft diameter, Spilt fuel tank 1

27
Bidder’s Name:________________________________
Washington State Department of General Administration, Office of State Procurement
Fuel Tanks and Equipment Invitation for Bid #00808

PRICE SHEET Bidder’s Model


No. Tanks and Equipment Note: All tank dimensions are Number (if QTY Unit Price
approximate and gallons are nominal. available)
$
13 20,000 gallon, 10 ft diameter, Spilt fuel tank 1
TYPE 2 - ABOVEGROUND STORAGE TANK (AST)
- UL 142
B
Double wall, cylindrical and horizontal aboveground steel
storage tanks.
560 gallon, 4 ft diameter $
1 1

1000 gallon, 4 ft diameter $


2 1

2500 gallon, 6 ft diameter $


3 1

4000 gallon, 6 ft diameter $


4 1

6000 gallon, 8 ft diameter $


5 1

8000 gallon, 8 ft diameter $


6 1

10,000 gallon, 8 ft diameter $


7 1

12,000 gallon, 8 ft diameter $


8 1

15,000 gallon, 10 ft diameter $


9 1

20,000 gallon, 10 ft diameter $


10 1

12,000 gallon, 8 ft diameter, Spilt fuel tank $


11 1

15,000 gallon, 10 ft diameter, Spilt fuel tank $


12 1

20,000 gallon, 10 ft diameter, Spilt fuel tank $


13 1

TYPE 3 - ABOVEGROUND STORAGE TANK (AST)


C FIRE-RATED - UL 2085
Double wall, steel exterior wall, and fire-protected.
250 gallon, Fireguard or equal, Rectangular tank, $
1 1
79”L x 51”W x 37”H
250 gallon, Fireguard or equal, Cylindrical tank $
2 1
50” O.D. x 68” Long
500 gallon, Fireguard or equal, Rectangular tank $
3 1
114”L x 52”W x 37”H

28
Bidder’s Name:________________________________
Washington State Department of General Administration, Office of State Procurement
Fuel Tanks and Equipment Invitation for Bid #00808

PRICE SHEET Bidder’s Model


No. Tanks and Equipment Note: All tank dimensions are Number (if QTY Unit Price
approximate and gallons are nominal. available)

500 gallon, Fireguard or equal, Cylindrical tank $


4 1
54” O.D. x 70” Long
1000 gallon, Fireguard or equal, Rectangular tank $
5 1
128”L x 73”W x 37”H
1000 gallon, Fireguard or equal, Cylindrical tank $
6 1
54” O.D. x 134” Long
1500 gallon, Fireguard or equal, Rectangular tank $
7 1
125”L x 89”W x 45”H
1500 gallon, Fireguard or equal, Cylindrical tank $
8 1
70” O.D. x 114” Long
2000 gallon, Fireguard or equal, Rectangular tank $
9 1
141”L x 87”W x 51”H
2000 gallon, Fireguard or equal, Cylindrical tank $
10 1
70” O.D. X 150” Long
3000 gallon, Fireguard or equal, Rectangular tank $
11 1
118”L x 103”W x 73”H
3000 gallon, Fireguard or equal, Cylindrical tank $
12 1
70” O.D. x 222” Long
4000 gallon, Fireguard or equal, Rectangular tank $
13 1
155”L x 103” W x 73”H
4000 gallon, Fireguard or equal, Cylindrical tank $
14 1
78” OD x 233”Long
6000 gallon, Fireguard or equal, Rectangular tank $
15 1
229”L x 103”W x 73”H
6000 gallon, Fireguard or equal, Cylindrical tank $
16 1
103”OD x 199”Long
8000 gallon, Fireguard or equal, Rectangular tank $
17 1
303”L x 103”W x 73”H
8000 gallon, Fireguard or equal, Cylindrical tank $
18 1
103”OD x 259” Long
10,000 gallon, Fireguard or equal, Rectangular tank $
19 1
377”L x 103”W x 73”H
10,000 gallon, Fireguard or equal, Cylindrical tank $
20 1
103” OD x 331”Long

29
Bidder’s Name:________________________________
Washington State Department of General Administration, Office of State Procurement
Fuel Tanks and Equipment Invitation for Bid #00808

PRICE SHEET Bidder’s Model


No. Tanks and Equipment Note: All tank dimensions are Number (if QTY Unit Price
approximate and gallons are nominal. available)

12,000 gallon, Fireguard or equal, Rectangular tank $


21 1
452”L x 103”W x 73”L
12,000 gallon, Fireguard or equal, Cylindrical tank $
22 1
103” OD x 391” Long
15,000 gallon, Fireguard or equal, Rectangular tank $
23 1
387”L x 103”W x 103”L
15,000 gallon, Fireguard or equal, Cylindrical tank $
24 1
127”OD x 313” Long
18,000 gallon, Fireguard or equal, Rectangular tank $
25 1
463”L x 103”W x 103”L
20,000 gallon, Fireguard or equal, Cylindrical tank $
26 1
127”OD x 415” Long
12,000 gallon, Spilt fuel tank, Fireguard or equal, $
27 1
Rectangular tank, 452”L x 103”W x 73”L
12,000 gallon, Spilt fuel tank, Fireguard or equal, $
28 1
Cylindrical tank, 103” OD x 391” Long
15,000 gallon, Spilt fuel tank, Fireguard or equal, $
29 1
Rectangular tank, 387”L x 103”W x 103”L
15,000 gallon, Spilt fuel tank, Fireguard or equal, $
30 1
Cylindrical tank, 127”OD x 313” Long
18,000 gallon, Spilt fuel tank, Fireguard or equal, $
31 1
Rectangular tank, 463”L x 103”W x 103”L
20,000 gallon, Spilt fuel tank, Fireguard or equal, $
32 1
Cylindrical tank, 127”OD x 415” Long

EQUIPMENT

VEHICLE FUEL DISPENSING SYSTEM


D PACKAGES (all products must be compatible with fuel
type and have supportive documentation for such)
Underground Tank (UST) Dispenser Packages
1 $
1
Gasoline -Single Product/Single Hose Dispenser
1. Gasboy Atlas 9853KX-DF Electronic Dispenser,
up to 22 GPM, or approved equal
2. Pulse Output
3. 3/4" x 17’ Hose
4. 3/4” Inlet Automatic Shut-off Nozzle

30
Bidder’s Name:________________________________
Washington State Department of General Administration, Office of State Procurement
Fuel Tanks and Equipment Invitation for Bid #00808

PRICE SHEET Bidder’s Model


No. Tanks and Equipment Note: All tank dimensions are Number (if QTY Unit Price
approximate and gallons are nominal. available)
5. 3/4" Swivel
6. 3/4" Re-connectable Breakaway
7. 3/4" x 8” Whip Hose
8. 10 Micron Spin-on Style Internal Filter
9. Side Mounted High Hose Retriever
10. 1/3 HP Submersible Turbine with Riser Nipple,
Red Jacket or FE Petro or equal, and Mechanical
Leak Detector
11. Intelligent or Smart Control Box
12. Containment Sump with Bracket(s)
13. Piping Penetration Fittings
14. Electrical Conduit Penetration Fittings
15. 1-1/2” Double Poppet Impact Valve
16. 1-1/2” x 18” Fire Rated Flex Connector
17. All above ground piping to be Schedule 40 Welded
Steel Pipe supplied and installed by Installation
Contractor
18. Electrical by others
19. All required labels and decals per code.

1 $
2
Gasoline - Single Product/Dual Hose Dispenser
1. Gasboy Atlas 9853KXTW1-DF Electronic
Dispenser, up to 22 GPM, or approved equal
2. Pulse Output
3. (2) 3/4" x 17’ Hoses
4. (2) 3/4" Inlet Automatic Shut-off Nozzles
5. (2) 3/4” Swivels
6. (2) 3/4" Re-connectable Breakaways
7. (2) 3/4" x 8” Whip Hoses
8. (2) Side Mounted High Hose Retrievers
9. 3/4 HP Submersible Turbine with Riser Nipple,
Red Jacket or FE Petro or equal, and Mechanical
Leak Detector
10. Intelligent or Smart Control Box
11. Containment Sump with Bracket(s)
12. Piping Penetration Fittings
13. Electrical Conduit Penetration Fittings.
14. 1-1/2” Double Poppet Impact Valve
15. 1-1/2” x 18” Flexible Connector
16. (2) 10 Micron Spin-On Style Internal Filters
17. All above ground piping to be Schedule 40 Welded
Steel Pipe supplied and installed by Installation
Contractor
18. Electrical By Others
19. All required labels and decals per code.

31
Bidder’s Name:________________________________
Washington State Department of General Administration, Office of State Procurement
Fuel Tanks and Equipment Invitation for Bid #00808

PRICE SHEET Bidder’s Model


No. Tanks and Equipment Note: All tank dimensions are Number (if QTY Unit Price
approximate and gallons are nominal. available)

$
Diesel - Single Product /Single Hose Dispenser
1. Gasboy 9853KX-DF Electronic Dispenser, up to
22 GPM, or approved equal
2. Pulse Output
3. 1” x 17’ Hose
4. 1” Inlet, Automatic Shut Off Nozzle
5. 1” x 8” Whip Hose
6. 1” Swivel
7. 1” Re-connectable Breakaway
8. Side Mounted High Hose Retriever
9. 3/4 HP Submersible Turbine with Riser Nipple,
Red Jacket or FE Petro or equal, and Mechanical
3 Leak Detector 1
10. Intelligent or Smart Control Box
11. Containment Sump with Brackets
12. Piping Penetration Fittings
13. Electrical Conduit Penetration Fittings.
14. 2” Double Poppet Impact Valve
15. 2” x 18” Fire Rated Flex Connector
16. 30 Micron Hydrosorb Spin-On Style Internal Filter
17. All above ground piping to be Schedule 40 Welded
Steel Pipe supplied and installed by Installation
Contractor
18. Electrical By Others
19. All required labels and decals per code.

1 $
4
Diesel - Single Product/Dual Hose Dispenser
1. Gasboy Atlas 9853KXTW1-DF Electronic
Dispenser, up to 22 GPM, or approved equal
2. Pulse Output
3. (2) 1” x 17’ Hoses
4. (2) 1” Inlet Automatic Shut Off Nozzles
5. (2) 1” x 8” Whip Hoses
6. (2) 1” Swivels
7. (2) 1” Re-connectable Breakaways
8. (2) Side Mounted High Hose Retrievers
9. 1-1/2 HP Submersible Turbine with Riser Nipple,
Red Jacket or FE Petro or equal, and Mechanical
Leak Detector
10. Intelligent or Smart Control Box
11. Containment Sump with Brackets
12. Piping Penetration Fittings
13. Electrical Conduit Penetration Fittings.

32
Bidder’s Name:________________________________
Washington State Department of General Administration, Office of State Procurement
Fuel Tanks and Equipment Invitation for Bid #00808

PRICE SHEET Bidder’s Model


No. Tanks and Equipment Note: All tank dimensions are Number (if QTY Unit Price
approximate and gallons are nominal. available)
14. 2” x 18” Fire Rated Flex Connector
15. 2” Double Poppet Impact Valve
16. (2) 30 Micron Hydrosorb Spin-On Style Internal
Filter
17. All above ground piping to be Schedule 40 Welded
Steel Pipe supplied and installed by Installation
Contractor
18. Electrical By Others
19. All required labels and decals per code.

1 $
5
Gasoline/Diesel - Dual Product/Dual Hose
Dispenser
1. Gasboy Atlas 9853KXTW2-DF Electronic
Dispenser, up to 22 GPM, or approved equal
2. Pulse Output
3. 1” x 17’ Hose
4. 3/4" x 17’ Hose
5. 1” Inlet Automatic Shut Off Nozzle
6. 3/4" Inlet Automatic Shut Off Nozzle
7. 1” x 8” Whip Hose
8. 3/4" x 8” Whip Hose
9. 1” Swivel
10. 3/4" Swivel
11. 1” Re-connectable Breakaway
12. 3/4" Re-connectable Breakaway
13. (2) Side Mounted High Hose Retrievers
14. (2) 3/4 HP Turbines with Riser Nipple, Red Jacket
or FE Petro or equal, and Mechanical Leak
Detector
15. (2) Smart or Intelligent Control Boxes
16. 2” Solenoid Valve for Anti-Siphon
17. Containment Sump with Brackets
18. Piping Penetration Fittings
19. Electrical Conduit Penetration Fittings.
20. 2” x 18” Fire Rated Flex Connector
21. 1-1/2” x 18” Fire Rated Flex Connector
22. 2” Double Poppet Impact Valve
23. 1-1/2” Double Poppet Impact Valve
24. 30 Micron Hydrosorb Spin-On Style Internal Filter
25. 10 Micron Spin-On Style Internal Filter
26. All above ground piping to be Schedule 40 Welded
Steel Pipe supplied and installed by Installation
Contractor
27. Electrical By Others
28. All required labels and decals per code.

33
Bidder’s Name:________________________________
Washington State Department of General Administration, Office of State Procurement
Fuel Tanks and Equipment Invitation for Bid #00808

PRICE SHEET Bidder’s Model


No. Tanks and Equipment Note: All tank dimensions are Number (if QTY Unit Price
approximate and gallons are nominal. available)

$
E-85 Ethanol - Single Product/Single Hose
Dispenser
1. Gasboy 9853AX-D Electronic Dispenser or
approved equal
2. Pulse Output
3. ¾” x 17’ Hose
4. ¾” x 8’ Whip Hose
5. ¾” Inlet Automatic Shut-Off Nozzle
6. ¾” Re-connectable Breakaway
7. ¾” Swivel
8. Side Mounted High Hose Retriever
9. 1/3 HP Submersible Turbine with Riser Nipple,
Red Jacket or FE Petro or equal, and Mechanical
6 Leak Detector – AG Compatible 1
10. Smart or Intelligent Control Box
11. Containment Sump with Brackets
12. Piping Penetration Fittings
13. Electrical Conduit Penetration Fittings.
14. 1-1/2” Double Poppet Impact Valve
15. 1-1/2” x 18” Fire Rated Flex Connector
16. Bio-Fuel Rated Spin-on Internal Filter
17. All above ground piping to be Schedule 40 Welded
Steel Pipe supplied and installed by Installation
Contractor
18. Electrical By Others
19. All components coming in contact with product
must be compatible. Documentation is required.
20. All required labels and decals per code.

1 $
7
E-85 Ethanol - Single Product/Dual Hose
Dispenser
1. Gasboy 9853AXTW1-D Electronic Dispenser or
approved equal
2. Pulse Output
3. (2) ¾” x 17’ Hoses
4. (2) ¾” x 8’ Whip Hoses
5. (2) ¾” Inlet Automatic Shut-Off Nozzles
6. (2) ¾” Re-connectable Breakaways
7. (2) ¾” Swivels
8. (2) Side Mounted High Hose Retrievers
9. ¾ HP Submersible Turbine with Riser Nipple,
Red Jacket or FE Petro or equal, and Mechanical
Leak Detector – AG Compatible

34
Bidder’s Name:________________________________
Washington State Department of General Administration, Office of State Procurement
Fuel Tanks and Equipment Invitation for Bid #00808

PRICE SHEET Bidder’s Model


No. Tanks and Equipment Note: All tank dimensions are Number (if QTY Unit Price
approximate and gallons are nominal. available)
10. Smart or Intelligent Control Box
11. Containment Sump with Brackets
12. Piping Penetration Fittings
13. Electrical Conduit Penetration Fittings.
14. 1-1/2” Double Poppet Impact Valve
15. 1-1/2” x 18” Fire Rated Flex Connector
16. Bio-Fuel Rated Spin-on Internal Filter
17. All above ground piping to be Schedule 40 Welded
Steel Pipe supplied and installed by Installation
Contractor
18. Electrical By Others
19. All components coming in contact with product
must be compatible. Documentation is required.
20. All required labels and decals per code.

$
Bio-Diesel - Single Product/Single Hose Dispenser
1. Gasboy 9853AX-D Electronic Dispenser or
approved equal
2. Pulse Output
3. 1” x 17’ Hose
4. 1” x 8’ Whip Hose
5. 1” Inlet Automatic Shut-Off Nozzle
6. 1” Re-connectable Breakaway
7. 1” Swivel
8. Side Mounted High Hose Retriever
9. 3/4 HP Submersible Turbine with Riser, Red
Jacket or FE Petro or equal, and Mechanical Leak
Detector – AG Compatible
8 10. Smart or Intelligent Control Box 1
11. Containment Sump with Brackets
12. Piping Penetration Fittings
13. Electrical Conduit Penetration Fittings.
14. 2” Double Poppet Impact Valve
15. 2” x 18” Fire Rated Flex Connector
16. Bio-Fuel Rated Spin-on Internal Filter
17. All above ground piping to be Schedule 40 Welded
Steel Pipe supplied and installed by Installation
Contractor
18. Electrical By Others
19. All components coming in contact with product
must be compatible. Documentation is required.
20. All required labels and decals per code.

35
Bidder’s Name:________________________________
Washington State Department of General Administration, Office of State Procurement
Fuel Tanks and Equipment Invitation for Bid #00808

PRICE SHEET Bidder’s Model


No. Tanks and Equipment Note: All tank dimensions are Number (if QTY Unit Price
approximate and gallons are nominal. available)
$
Bio-Diesel - Single Product/Dual Hose Dispenser
1. Gasboy 9853AXTW1-D Electronic Dispenser or
approved equal
2. Pulse Output
3. (2) 1” x 17’ Hoses
4. (2) 1” x 8” Whip Hoses
5. (2) 1” Inlet Automatic Shut-Off Nozzles
6. (2) 1” Re-connectable Breakaways
7. (2) 1” Swivels
8. (2) Side Mounted Hose Retrievers
9. 1-1/2 HP Submersible Turbine with Riser Nipple,
Red Jacket or FE Petro or equal, and Mechanical
Leak Detector – AG Compatible
9 10. Smart or Intelligent Control Box 1
11. Containment Sump with Brackets
12. Piping Penetration Fittings
13. Electrical Conduit Penetration Fittings.
14. 2” Double Poppet Impact Valve
15. 2” x 18” Fire Rated Flex Connector
16. Bio-Fuel Rated Spin-on Internal Filter
17. All above ground piping to be Schedule 40 Welded
Steel Pipe supplied and installed by Installation
Contractor
18. Electrical By Others
21. All components coming in contact with product
must be compatible. Documentation is required.
22. All required labels and decals per code.

1 $
10 Bio-Diesel/ E-85 Ethanol - Dual Product/Dual Hose
Dispenser
1. Gasboy 9853AXTW2-D Electronic Dispenser or
approved equal
2. Pulse Output
3. 1” x 17’ Hose
4. ¾” x 17’ Hose
5. 1” x 8” Whip Hose
6. ¾” x 8” Whip Hose
7. 1” Inlet Automatic Shut-Off Nozzle
8. ¾” Inlet Automatic Shut-Off Nozzle
9. 1” Re-connectable Breakaway
10. ¾” Re-connectable Breakaway
11. 1” Swivel
12. ¾” Swivel
13. (2) Side Mounted High Hose Retrievers

36
Bidder’s Name:________________________________
Washington State Department of General Administration, Office of State Procurement
Fuel Tanks and Equipment Invitation for Bid #00808

PRICE SHEET Bidder’s Model


No. Tanks and Equipment Note: All tank dimensions are Number (if QTY Unit Price
approximate and gallons are nominal. available)
14. (2) ¾ HP Submersible Turbines with Riser
Nipple, Red Jacket or FE Petro or equal, and
Mechanical Leak Detectors – AG Compatible
15. (2) Smart or Intelligent Control Box
16. Containment Sump with Brackets
17. Piping Penetration Fittings
18. Electrical Conduit Penetration Fittings.
19. 1-1/2” Stainless Steel Solenoid Valve for Anti-
Siphon
20. 2” Double Poppet Impact Valve
21. 1-1/2” Double Poppet Impact Valve
22. 2” x 18” Fire Rated Flex Connector
23. 1-1/2” x 18” Fire Rated Flex Connector
24. All above ground piping to be Schedule 40 Welded
Steel Pipe supplied and installed by Installation
Contractor
25. Electrical By Others
26. All components coming in contact with product
must be compatible. Documentation is required.
27. All required labels and decals per code.

Aboveground Tank (AST) Dispenser Packages


$
Gasoline - Single Product/Single Hose
1. Gasboy Atlas 9853KX-DF Electronic Dispenser,
up to 22 GPM, or approved equal
2. Pulse Output
3. 3/4" x 17’ Hose
4. 3/4” Inlet Automatic Shut-off Nozzle
5. 3/4" Swivel
6. 3/4" Re-connectable Breakaway
7. 3/4" x 8” Whip Hose
8. 10 Micron Spin-on Style Internal Filter
12 9. Side Mounted High Hose Retriever 1
10. 1/3 HP Submersible Turbine with Riser Nipple,
Red Jacket or FE Petro or equal
11. Intelligent or Smart Control Box
12. 1-1/2” Solenoid Valve for Anti-Siphon
13. 1-1/2” Double Poppet Impact Valve
14. 1-1/2” x 18” Fire Rated Flex Connector
15. All above ground piping to be Schedule 40 Welded
Steel Pipe factory assembly
16. Electrical by others.
17. All required labels and decals per code.

37
Bidder’s Name:________________________________
Washington State Department of General Administration, Office of State Procurement
Fuel Tanks and Equipment Invitation for Bid #00808

PRICE SHEET Bidder’s Model


No. Tanks and Equipment Note: All tank dimensions are Number (if QTY Unit Price
approximate and gallons are nominal. available)
$
Gasoline - Single Product/Dual Hose Dispenser
1. Gasboy Atlas 9853KXTW1-DF Electronic
Dispenser, up to 22 GPM, or approved equal
2. Pulse Output
3. (2) 3/4" x 17’ Hoses
4. (2) 3/4" Inlet Automatic Shut-off Nozzles
5. (2) 3/4” Swivels
6. (2) 3/4" Re-connectable Breakaways
7. (2) 3/4" x 8” Whip Hoses
8. (2) Side Mounted High Hose Retrievers
13 9. 3/4 HP Submersible Turbine with Riser Nipple, 1
Red Jacket or FE Petro or equal
10. Intelligent or Smart Control Box
11. 1-1/2” Solenoid Valve for Anti-Siphon
12. 1-1/2” Double Poppet Impact Valve
13. 1-1/2” x 18” Flexible Connector
14. (2) 10 Micron Spin-On Style Internal Filters
15. All above ground piping to be Schedule 40 Welded
Steel Pipe factory assembly
16. Electrical By Others
17. All required labels and decals per code.

$
Diesel - Single Hose/Single Product
1. Gasboy 9853KX-DF Electronic Dispenser, up to
22 GPM, or approved equal
2. Pulse Output
3. 1” x 17’ Hose
4. 1” Inlet, Automatic Shut Off Nozzle
5. 1” x 8” Whip Hose
6. 1” Swivel
7. 1” Re-connectable Breakaway
8. Side Mounted High Hose Retriever
14 9. 3/4 HP Submersible Turbine with Riser Nipple, 1
Red Jacket or FE Petro or equal
10. Intelligent or Smart Control Box
11. 2” Solenoid Valve for Anti-Siphon
12. 2” Double Poppet Impact Valve
13. 2” x 18” Fire Rated Flex Connector
14. 30 Micron Hydrosorb Spin-On Style Internal Filter
15. All above ground piping to be Schedule 40 Welded
Steel Pipe factory assembly
16. Electrical By Others
17. All required labels and decals per code.

38
Bidder’s Name:________________________________
Washington State Department of General Administration, Office of State Procurement
Fuel Tanks and Equipment Invitation for Bid #00808

PRICE SHEET Bidder’s Model


No. Tanks and Equipment Note: All tank dimensions are Number (if QTY Unit Price
approximate and gallons are nominal. available)
$
Diesel - Single Product/Dual Hose Dispenser
1. Gasboy Atlas 9853KXTW1-DF Electronic
Dispenser, up to 22 GPM, or approved equal
2. Pulse Output
3. (2) 1” x 17’ Hoses
4. (2) 1” Inlet Automatic Shut Off Nozzles
5. (2) 1” x 8” Whip Hoses
6. (2) 1” Swivels
7. (2) 1” Re-connectable Breakaways
8. (2) Side Mounted High Hose Retrievers
9. 1-1/2 HP Submersible Turbine with Riser Nipple,
15 1
Red Jacket or FE Petro or equal
10. Intelligent or Smart Control Box
11. 2” Solenoid Valve for Anti-Siphon
12. 2” x 18” Fire Rated Flex Connector
13. 2” Double Poppet Impact Valve
14. (2) 30 Micron Hydrosorb Spin-On Style Internal
Filter
15. All above ground piping to be Schedule 40 Welded
Steel Pipe factory assembly
16. Electrical By Others
17. All required labels and decals per code.

1 $
16 Gasoline/Diesel - Dual Product/Dual Hose Dispenser
1. Gasboy Atlas 9853KXTW2-DF Electronic
Dispenser, up to 22 GPM, or approved equal
2. Pulse Output
3. 1” x 17’ Hose
4. 3/4" x 17’ Hose
5. 1” Inlet Automatic Shut Off Nozzle
6. 3/4" Inlet Automatic Shut Off Nozzle
7. 1” x 8” Whip Hose
8. 3/4" x 8” Whip Hose
9. 1” Swivel
10. 3/4" Swivel
11. 1” Re-connectable Breakaway
12. 3/4" Re-connectable Breakaway
13. (2) Side Mounted High Hose Retrievers
14. (2) 3/4 HP Turbines with Riser Nipple, Red Jacket
or FE Petro or equal
15. (2) Intelligent or Smart Control Boxes
16. 2” Solenoid Valve for Anti-Siphon
17. 1-1/2” Solenoid Valve for Anti-Siphon
18. 2” x 18” Fire Rated Flex Connector

39
Bidder’s Name:________________________________
Washington State Department of General Administration, Office of State Procurement
Fuel Tanks and Equipment Invitation for Bid #00808

PRICE SHEET Bidder’s Model


No. Tanks and Equipment Note: All tank dimensions are Number (if QTY Unit Price
approximate and gallons are nominal. available)
19. 1-1/2” x 18” Fire Rated Flex Connector
20. 2” Double Poppet Impact Valve
21. 1-1/2” Double Poppet Impact Valve
22. 30 Micron Hydrosorb Spin-On Style Internal Filter
23. 10 Micron Spin-On Style Internal Filter
24. All above ground piping to be Schedule 40 Welded
Steel Pipe factory assembly
25. Electrical By Others
26. All required labels and decals per code.

$
E-85 Ethanol - Single Product/Single Hose Dispenser
1. Gasboy 9853AX-D Electronic Dispenser or
approved equal
2. Pulse Output
3. ¾” x 17’ Hose
4. ¾” x 8’ Whip Hose
5. ¾” Inlet Automatic Shut-Off Nozzle
6. ¾” Re-connectable Breakaway
7. ¾” Swivel
8. Side Mounted High Hose Retriever
9. 1/3 HP Submersible Turbine with Riser Nipple –
AG Compatible, Red Jacket or FE Petro or equal
17 1
10. Intelligent or Smart Control Box
11. 1-1/2” Stainless Steel Solenoid Valve for Anti-
Siphon
12. 1-1/2” Double Poppet Impact Valve
13. 1-1/2” x 18” Fire Rated Flex Connector
14. Bio-Fuel Rated Spin-on Internal Filter
15. All above ground piping to be Schedule 40 Welded
Steel Pipe factory assembly
16. Electrical By Others
17. All components coming in contact with product
must be compatible. Documentation is required.
18. All required labels and decals per code.

1 $
18 E-85 Ethanol - Single Product/Dual Hose Dispenser
1. Gasboy 9853AXTW1-D Electronic Dispenser or
approved equal
2. Pulse Output
3. (2) ¾” x 17’ Hoses
4. (2) ¾” x 8’ Whip Hoses
5. (2) ¾” Inlet Automatic Shut-Off Nozzles
6. (2) ¾” Re-connectable Breakaways
7. (2) ¾” Swivels

40
Bidder’s Name:________________________________
Washington State Department of General Administration, Office of State Procurement
Fuel Tanks and Equipment Invitation for Bid #00808

PRICE SHEET Bidder’s Model


No. Tanks and Equipment Note: All tank dimensions are Number (if QTY Unit Price
approximate and gallons are nominal. available)
8. (2) Side Mounted High Hose Retrievers
9. ¾ HP Submersible Turbine with Riser Nipple –
AG Compatible, Red Jacket or FE Petro or equal
10. Intelligent or Smart Control Box
11. 1-1/2” Stainless Steel Solenoid Valve for Anti-
Siphon
12. 1-1/2” Double Poppet Impact Valve
13. 1-1/2” x 18” Fire Rated Flex Connector
14. Bio-Fuel Rated Spin-on Internal Filter
15. All above ground piping to be Schedule 40 Welded
Steel Pipe factory assembly
16. Electrical By Others
17. All components coming in contact with product
must be compatible. Documentation is required.
18. All required labels and decals per code.

$
Bio-Diesel - Single Product/Single Hose Dispenser
1. Gasboy 9853AX-D Electronic Dispenser or
approved equal
2. Pulse Output
3. 1” x 17’ Hose
4. 1” x 8’ Whip Hose
5. 1” Inlet Automatic Shut-Off Nozzle
6. 1” Re-connectable Breakaway
7. 1” Swivel
8. Side Mounted High Hose Retriever
9. 3/4 HP Submersible Turbine with Riser Nipple –
19 AG Compatible, Red Jacket or FE Petro or equal 1
10. Smart or Intelligent Control Box
11. 2” Stainless Steel Solenoid Valve for Anti-Siphon
12. 2” Double Poppet Impact Valve
13. 2” x 18” Fire Rated Flex Connector
14. Bio-Fuel Rated Spin-on Internal Filter
15. All above ground piping to be Schedule 40 Welded
Steel Pipe factory assembly
16. Electrical By Others
17. All components coming in contact with product
must be compatible. Documentation is required.
18. All required labels and decals per code.

1 $
20 Bio-Diesel - Single Product/Dual Hose Dispenser
1. Gasboy 9853AXTW1-D Electronic Dispenser or
approved equal
2. Pulse Output

41
Bidder’s Name:________________________________
Washington State Department of General Administration, Office of State Procurement
Fuel Tanks and Equipment Invitation for Bid #00808

PRICE SHEET Bidder’s Model


No. Tanks and Equipment Note: All tank dimensions are Number (if QTY Unit Price
approximate and gallons are nominal. available)
3. (2) 1” x 17’ Hoses
4. (2) 1” x 8” Whip Hoses
5. (2) 1” Inlet Automatic Shut-Off Nozzles
6. (2) 1” Re-connectable Breakaways
7. (2) 1” Swivels
8. (2) Side Mounted High Hose Retrievers
9. 1-1/2 HP Submersible Turbine with Riser Nipple –
AG Compatible, Red Jacket or FE Petro or equal
10. Intelligent or Smart Control Box
11. 2” Stainless Steel Solenoid Valve for Anti-Siphon
12. 2” Double Poppet Impact Valve
13. 2” x 18” Fire Rated Flex Connector
14. Bio-Fuel Rated Spin-on Internal Filter
15. All above ground piping to be Schedule 40 Welded
Steel Pipe factory assembly
16. Electrical By Others
17. All components coming in contact with product
must be compatible. Documentation is required.
18. All required labels and decals per code.

1 $
21 Bio-Diesel/ E-85 Ethanol - Dual Product/Dual Hose
Dispenser
1. Gasboy 9853AXTW2-D Electronic Dispenser or
approved equal
2. Pulse Output
3. 1” x 17’ Hose
4. ¾” x 17’ Hose
5. 1” x 8” Whip Hose
6. ¾” x 8” Whip Hose
7. 1” Inlet Automatic Shut-Off Nozzle
8. ¾” Inlet Automatic Shut-Off Nozzle
9. 1” Re-connectable Breakaway
10. ¾” Re-connectable Breakaway
11. 1” Swivel
12. ¾” Swivel
13. (2) Side Mounted High Hose Retrievers
14. (2) ¾ HP Submersible Turbines with Riser Nipple
– AG Compatible, Red Jacket or FE Petro or equal
15. (2) Intelligent or Smart Control Boxes
16. 2” Stainless Steel Solenoid Valve for Anti-Siphon
17. 1-1/2” Stainless Steel Solenoid Valve for Anti-
Siphon
18. 2” Double Poppet Impact Valve
19. 1-1/2” Double Poppet Impact Valve
20. 2” x 18” Fire Rated Flex Connector

42
Bidder’s Name:________________________________
Washington State Department of General Administration, Office of State Procurement
Fuel Tanks and Equipment Invitation for Bid #00808

PRICE SHEET Bidder’s Model


No. Tanks and Equipment Note: All tank dimensions are Number (if QTY Unit Price
approximate and gallons are nominal. available)
21. 1-1/2” x 18” Fire Rated Flex Connector
22. All above ground piping to be Schedule 40 Welded
Steel Pipe factory assembly
23. Electrical By Others
24. All components coming in contact with product
must be compatible. Documentation is required.
25. All required labels and decals per code.

REPLACEMENT TO THE ABOVE VEHICLE


FUEL DISPENSING SYSTEM PACKAGES
E
(replace the electronic dispenser with a mechanical
dispenser)
9152 Mechanical Gasboy Dispenser or equal, includes $
4 1
10 to 1 Pulser
9153 Mechanical Gasboy Dispenser or equal, includes $
5 1
10 to 1 Pulser
9153 Mechanical Dual Product Dispenser or equal, $
6 1
includes 10 to 1 Pulser

F DISPENSERS, MECHANICAL
$
1 9152 Mechanical Gasboy Dispenser or equal 1

$
2 9153 Mechanical Gasboy Dispenser or equal 1

$
3 9153 Mechanical Dual Product Dispenser or equal 1

G FUEL TRANSFER PUMPS AND METERS

Manual Pumps
Fill-Rite Model FR-112 or equal, Rotary Hand $
1 Pump (3/4” DC) with 8’-0 hose, 41” suction pipe 1
Fill-Rite Model FR-112C or equal, Rotary Hand $
2 Pump (3/4” DC) with 8’-0 hose, 41” suction pipe, counter 1

Electric-12 Volt DC Pumps


Fill-Rite Model FR-152 or equal, Piston Hand $
3 pump (3/4”DC), with 8’-0 hose, 41” suction pipe 1

Fill-Rite Model SD-1202 or equal, – 12 volt electric pump $


4 1
with suction pipe, hose, nozzle (13 gpm) (3/4” DC)

43
Bidder’s Name:________________________________
Washington State Department of General Administration, Office of State Procurement
Fuel Tanks and Equipment Invitation for Bid #00808

PRICE SHEET Bidder’s Model


No. Tanks and Equipment Note: All tank dimensions are Number (if QTY Unit Price
approximate and gallons are nominal. available)
Fill-Rite Model SD-1202A or equal, – 12 volt electric $
5 pump with suction pipe, hose, automatic nozzle, (13 gpm) 1
(3/4” DC)
Fill-Rite Model FR-1211C Package or equal, (12 volt $
6 1
pump and meter) with suction pipe, hose, nozzle
Fill-Rite Model FR-1210C or equal, – 12 volt electric $
7 1
pump (15 gpm) (3/4” DC) with suction pipe, hose, nozzle
Fill-Rite Model FR-4210D or equal, – 12 volt electric vane $
8 1
pump (20 gpm) (1” DC) with suction pipe, hose, nozzle
Fill-Rite Model 901MK300 or 901 MK4200, or equal, $
9 1
1”flow meter kit (for 4210 –1” high speed 12 volt pump)
Fill-Rite Model FR-4210DBFQ or equal, Fill-Quik High $
Flow 12 Volt Pump c/w 1” dia. x 20’-0 hose with static
wire, high-flow automatic nozzle with 1” spout and hang
up hook, 30 micron high flow filter with 1” metal pipe
10 1
fittings to install at pump outlet, 1” telescoping steel
suction pipe, 25’-0 of 10 ga. battery cable with heavy duty
clamps and cable restraint (17 gal/min – automatic
nozzle) (20 gpm – manual nozzle) (1” DC)
Top Mount AC Pumps –115 volt
Fill-Rite Model FR300 or equal, – 20 gpm (1” DC) with $
11 1
standard manual nozzle, 12’-0 hose
Fill-Rite Model FR310 or equal, – 35 gpm (1” DC) with $
12 1
standard manual nozzle, 12’-0 hose
Fill-Rite Model FR610C or equal, – 15 gpm (3/4” DC) $
13 1
with standard manual nozzle, 12’-0 hose
Fill-Rite Model FR611C or equal Package (pump and $
14 meter) – 15 gpm (3/4” DC) with standard manual nozzle, 1
12’-0 hose
Fill-Rite Model FR700 or equal, 20 gpm (3/4” DC) with $
15 1
standard manual nozzle, 12’-0 hose
Fill-Rite, Model FR701 or equal, Package (pump and $
16 1
meter) 20 gpm, with standard manual nozzle, 12’-0 hose
Flow Meters
$
17 Fill-Rite Model 807CMK or equal, 3/4 ” flow meter kit 1
$
18 Fill-Rite Model 901 LMK300 or equal, 1” flow meter kit 1
DIESEL GENERATOR EQUIPMENT PACKAGE
G For use on Type 3 Tanks for backup diesel generators,
alternate power units (APU) and emergency equipment.

44
Bidder’s Name:________________________________
Washington State Department of General Administration, Office of State Procurement
Fuel Tanks and Equipment Invitation for Bid #00808

PRICE SHEET Bidder’s Model


No. Tanks and Equipment Note: All tank dimensions are Number (if QTY Unit Price
approximate and gallons are nominal. available)
$
 Krueger Sentry K-2 Leak Detector Gauges
(Interstitial space)
 Morrison 155-2 inch T-Vents with 96 inch
Galvanized Pipe Nipple
 Morrison 818 Clock Gauges
 Morrison 178GSP Gauge Stick Ports (Manual
Stick Gauge Port)
 Greer Fuel Guards 7 Gallon Spill Prevention
Basins
1  Morrison 9025A-2 inch Overfill Prevention Valve 1
(OPV)
 Morrison 419-2 inch Aluminum Drop Tubes
(installed in the OPV)
 Morrison 305C-2 inch Fill Limiter Dust Caps
(installed in the OPV)
 4”x 1”x 1” Tri-Tap Bushing for Fuel Oil Supply/
Fuel Oil Return (FOS/FOR) (includes suction line
in the tank) with Brass
 Morrison 691B Locking Ball Valves for FOS/FOR
 All electrical by others
TANK PLATFORM AND COVERING PACKAGES,
H
INSTALLED AT FACTORY SHOP
$
1 Tanks sizes 1000 to 4000 gallons 1
$
2 Tanks sizes from 4001 to 10,000 gallons 1
$
3 Tanks sizes from 10,001 to 20,000 gallons 1

OTHER ASSOCIATED EQUIPMENT AND COMPONENTS


I
Bidder may provide pricing for the following:
Catalog Prices for Dispensers:
1
Name:
Date:
Discount:

45
Bidder’s Name:________________________________
Washington State Department of General Administration, Office of State Procurement
Fuel Tanks and Equipment Invitation for Bid #00808

PRICE SHEET Bidder’s Model


No. Tanks and Equipment Note: All tank dimensions are Number (if QTY Unit Price
approximate and gallons are nominal. available)
Catalog Prices for Pumps:

Name:
Date:
Discount:

Catalog Prices for Hozes/Nozzles:

Name:
Date:
Discount:

Catalog Prices for (Bidder specify):

Name:
Date:
Discount:

Catalog Prices for (Bidder specify):

Name:
Date:
Discount:

Other Optional Items


Bidder to Specify: (Tank Types, Accessories, etc.)
2

Price Savings

For cost analysis purposes, please indicate percent savings that your bid pricing represents compared
to what prices an agencies would pay without benefit of this state contract.

Please complete one of the following:


J
Bid prices offered by your firm averages ____________% lower than (please check one):

A. ____ Price that would be obtained through individual agency bidding.

B. ____ Other (please specify):_______________________________________________

46
Bidder’s Name:________________________________
Washington State Department of General Administration, Office of State Procurement
Fuel Tanks and Equipment Invitation for Bid #00808

6.8 APPENDIX H - COST EVALUATION WORKSHEET


The State will use the below Cost Evaluation Worksheets for bid evaluation purposes.
 Bidder is to fill-in the unit prices from the Bidder’s Price Sheets, and then those unit prices are to be
multiplied by the below Qty column to calculate the Total Extended Price column.
 Bidder is to fill-in the freight charges per tank type/size. The freight charge shall be determined from the
Bidder’s Shipping Point identified in the Bidder’s bid submittal to the below identified cities, and then
those prices are to be multiplied by the below Qty column to calculate the Total Extended Price column.
 Bidder is to provide proof of the freight cost used in the Cost Evaluation Worksheet with bid submittal.
 Bidder is to sum the Total Extended Price column for the Total Cost. The state will take the Total Cost
and use it on the Summary of Cost Evaluation Sheet for bid awarding purposes.
 The Office of State Procurement will utilize the Bidder’s Price Sheet to verify prices listed in the Cost
Evaluation Worksheet are the same, if they are not then the state is to use the Price Sheet prices for
evaluation purposes. If a price is only provided in the Cost Evaluation Worksheet, then the state will use
that price as the Bidder’s bid price.

Cost Evaluation Worksheet


TYPE 1 - UNDERGROUND STORAGE TANKS (UST) UL 1316
Bidder to fill-in the below worksheet based on Bid Price Sheet and freight cost.
Description Total Extended
No. Unit Price Qty Unit
Standard complete unit as described herein. Price
1 4000 gallon, 6 ft diameter $ 3 Ea $
a Freight Charge to Olympia, WA 98501 $ .5 Ea $
b Freight Charge to Bellingham, WA 98225 $ .5 Ea $
c Freight Charge to Vancouver, WA 98660 $ .5 Ea $
d Freight Charge to Omak, WA 98841 $ .5 Ea $
e Freight Charge to Yakima, WA 98901 $ .5 Ea $
f Freight Charge to Spokane, WA 99201 $ .5 Ea $

2 10,000 gallon, 8 ft diameter $ 6 Ea $


a Freight Charge to Olympia, WA 98501 $ 1 Ea $
b Freight Charge to Bellingham, WA 98225 $ 1 Ea $
c Freight Charge to Vancouver, WA 98660 $ 1 Ea $
d Freight Charge to Omak, WA 98841 $ 1 Ea $
e Freight Charge to Yakima, WA 98901 $ 1 Ea $
f Freight Charge to Spokane, WA 99201 $ 1 Ea $

3 12,000 gallon, 8 ft diameter $ 8 Ea $


a Freight Charge to Olympia, WA 98501 $ 1.33 Ea $
b Freight Charge to Bellingham, WA 98225 $ 1.33 Ea $
c Freight Charge to Vancouver, WA 98660 $ 1.33 Ea $
d Freight Charge to Omak, WA 98841 $ 1.33 Ea $
e Freight Charge to Yakima, WA 98901 $ 1.33 Ea $

47
Bidder’s Name:________________________________
Washington State Department of General Administration, Office of State Procurement
Fuel Tanks and Equipment Invitation for Bid #00808

Cost Evaluation Worksheet


TYPE 1 - UNDERGROUND STORAGE TANKS (UST) UL 1316
Bidder to fill-in the below worksheet based on Bid Price Sheet and freight cost.
f Freight Charge to Spokane, WA 99201 $ 1.33 Ea $

4 20,000 gallon, Split Fuel, 10 ft diameter $ 4 Ea $


a Freight Charge to Olympia, WA 98501 $ .67 Ea $
b Freight Charge to Bellingham, WA 98225 $ .67 Ea $
c Freight Charge to Vancouver, WA 98660 $ .67 Ea $
d Freight Charge to Omak, WA 98841 $ .67 Ea $
e Freight Charge to Yakima, WA 98901 $ .67 Ea $
f Freight Charge to Spokane, WA 99201 $ .67 Ea $

5 Total Cost for Type 1 Fuel Storage Tanks (sum all above lines) $

Cost Evaluation Worksheet


TYPE 2 - ABOVEGROUND FLAMMABLE LIQUID (FUEL) TANK SYSTEM, UL 142
Bidder to fill-in the below worksheet based on Bid Price Sheet
Description Total Extended
No. Unit Price Qty Unit
Price
1 4000 gallon, 6 ft diameter $ 2 Ea $
a Freight Charge to Olympia, WA 98501 $ .33 Ea $
b Freight Charge to Bellingham, WA 98225 $ .33 Ea $
c Freight Charge to Vancouver, WA 98660 $ .33 Ea $
d Freight Charge to Omak, WA 98841 $ .33 Ea $
e Freight Charge to Yakima, WA 98901 $ .33 Ea $
f Freight Charge to Spokane, WA 99201 $ .33 Ea $

2 10,000 gallon, 8 ft diameter $ 2 Ea $


a Freight Charge to Olympia, WA 98501 $ .33 Ea $
b Freight Charge to Bellingham, WA 98225 $ .33 Ea $
c Freight Charge to Vancouver, WA 98660 $ .33 Ea $
d Freight Charge to Omak, WA 98841 $ .33 Ea $
e Freight Charge to Yakima, WA 98901 $ .33 Ea $
f Freight Charge to Spokane, WA 99201 $ .33 Ea $

3 12,000 gallon, 8 ft diameter $ 2 Ea $


a Freight Charge to Olympia, WA 98501 $ .33 Ea $
b Freight Charge to Bellingham, WA 98225 $ .33 Ea $
c Freight Charge to Vancouver, WA 98660 $ .33 Ea $
d Freight Charge to Omak, WA 98841 $ .33 Ea $

48
Bidder’s Name:________________________________
Washington State Department of General Administration, Office of State Procurement
Fuel Tanks and Equipment Invitation for Bid #00808

Cost Evaluation Worksheet


TYPE 2 - ABOVEGROUND FLAMMABLE LIQUID (FUEL) TANK SYSTEM, UL 142
Bidder to fill-in the below worksheet based on Bid Price Sheet
e Freight Charge to Yakima, WA 98901 $ .33 Ea $
f Freight Charge to Spokane, WA 99201 $ .33 Ea $

4 Total Cost for Type 2 Fuel Storage Tanks (sum all above lines) $

Cost Evaluation Worksheet


TYPE 3 - ABOVEGROUND STEEL STORAGE TANKS, UL 2085 FIRE RATED
Bidder to fill-in the below worksheet based on Bid Price Sheet
Description Total Extended
No. Unit Price Qty Unit
Price
A Tanks
500 gallon, Fireguard or equal, Rectangular
1 $ 10 Ea $
tank, 114”L x 52”W x 37”H
a Freight Charge to Olympia, WA 98501 $ 1.67 Ea $
b Freight Charge to Bellingham, WA 98225 $ 1.67 Ea $
c Freight Charge to Vancouver, WA 98660 $ 1.67 Ea $
d Freight Charge to Omak, WA 98841 $ 1.67 Ea $
e Freight Charge to Yakima, WA 98901 $ 1.67 Ea $
f Freight Charge to Spokane, WA 99201 $ 1.67 Ea $

1000 gallon, Fireguard or equal, Cylindrical


2 $ 6 Ea $
tank, 54” O.D. x 134” Long
a Freight Charge to Olympia, WA 98501 $ 1 Ea $
b Freight Charge to Bellingham, WA 98225 $ 1 Ea $
c Freight Charge to Vancouver, WA 98660 $ 1 Ea $
d Freight Charge to Omak, WA 98841 $ 1 Ea $
e Freight Charge to Yakima, WA 98901 $ 1 Ea $
f Freight Charge to Spokane, WA 99201 $ 1 Ea $

1000 gallon, Fireguard or equal, Rectangular


3 $ 4 Ea $
tank, 128”L x 73”W x 37”H
a Freight Charge to Olympia, WA 98501 $ .67 Ea $
b Freight Charge to Bellingham, WA 98225 $ .67 Ea $
c Freight Charge to Vancouver, WA 98660 $ .67 Ea $
d Freight Charge to Omak, WA 98841 $ .67 Ea $
e Freight Charge to Yakima, WA 98901 $ .67 Ea $
f Freight Charge to Spokane, WA 99201 $ .67 Ea $

4000 gallon, Fireguard or equal, Cylindrical


4 $ 4 Ea $
tank, 78” OD x 233”Long

49
Bidder’s Name:________________________________
Washington State Department of General Administration, Office of State Procurement
Fuel Tanks and Equipment Invitation for Bid #00808

Cost Evaluation Worksheet


TYPE 3 - ABOVEGROUND STEEL STORAGE TANKS, UL 2085 FIRE RATED
Bidder to fill-in the below worksheet based on Bid Price Sheet
Description Total Extended
No. Unit Price Qty Unit
Price
a Freight Charge to Olympia, WA 98501 $ .67 Ea $
b Freight Charge to Bellingham, WA 98225 $ .67 Ea $
c Freight Charge to Vancouver, WA 98660 $ .67 Ea $
d Freight Charge to Omak, WA 98841 $ .67 Ea $
e Freight Charge to Yakima, WA 98901 $ .67 Ea $
f Freight Charge to Spokane, WA 99201 $ .67 Ea $

4000 gallon, Fireguard or equal, Rectangular


5 $ 4 Ea $
tank, 155”L x 103” W x 73”H
a Freight Charge to Olympia, WA 98501 $ .67 Ea $
b Freight Charge to Bellingham, WA 98225 $ .67 Ea $
c Freight Charge to Vancouver, WA 98660 $ .67 Ea $
d Freight Charge to Omak, WA 98841 $ .67 Ea $
e Freight Charge to Yakima, WA 98901 $ .67 Ea $
f Freight Charge to Spokane, WA 99201 $ .67 Ea $

10,000 gallon, Fireguard or equal, Cylindrical


6 $ 10 Ea $
tank, 103” OD x 331”Long
a Freight Charge to Olympia, WA 98501 $ 1.67 Ea $
b Freight Charge to Bellingham, WA 98225 $ 1.67 Ea $
c Freight Charge to Vancouver, WA 98660 $ 1.67 Ea $
d Freight Charge to Omak, WA 98841 $ 1.67 Ea $
e Freight Charge to Yakima, WA 98901 $ 1.67 Ea $
f Freight Charge to Spokane, WA 99201 $ 1.67 Ea $

12,000 gallon, Fireguard or equal, Cylindrical


7 $ 8 Ea $
tank, 103” OD x 391” Long
a Freight Charge to Olympia, WA 98501 $ 1.33 Ea $
b Freight Charge to Bellingham, WA 98225 $ 1.33 Ea $
c Freight Charge to Vancouver, WA 98660 $ 1.33 Ea $
d Freight Charge to Omak, WA 98841 $ 1.33 Ea $
e Freight Charge to Yakima, WA 98901 $ 1.33 Ea $
f Freight Charge to Spokane, WA 99201 $ 1.33 Ea $

20,000 gallon, Spilt fuel tank, Fireguard or


8 $ 6 Ea $
equal, Cylindrical tank, 127” OD x 415” Long
a Freight Charge to Olympia, WA 98501 $ 1 Ea $
b Freight Charge to Bellingham, WA 98225 $ 1 Ea $
c Freight Charge to Vancouver, WA 98660 $ 1 Ea $

50
Bidder’s Name:________________________________
Washington State Department of General Administration, Office of State Procurement
Fuel Tanks and Equipment Invitation for Bid #00808

Cost Evaluation Worksheet


TYPE 3 - ABOVEGROUND STEEL STORAGE TANKS, UL 2085 FIRE RATED
Bidder to fill-in the below worksheet based on Bid Price Sheet
Description Total Extended
No. Unit Price Qty Unit
Price
d Freight Charge to Omak, WA 98841 $ 1 Ea $
e Freight Charge to Yakima, WA 98901 $ 1 Ea $
f Freight Charge to Spokane, WA 99201 $ 1 Ea $

9 Total Cost for Type 3 Fuel Storage Tanks (sum all above lines) $

51
Bidder’s Name:________________________________
Washington State Department of General Administration, Office of State Procurement
Fuel Tanks and Equipment Invitation for Bid #00808

Cost Evaluation Worksheet


FUEL SYSTEMS AND ACCESSORIES
Bidder to fill-in the below worksheet based on Bid Price Sheet
Total
No. Description Unit Price Qty Unit Extended
Price
VEHICLE FUEL DISPENSING SYSTEM
A
PACKAGES (as specified in the Price Sheet)

Underground Tank (UST) Dispenser Packages

1 Gasoline -Single Product/Single Hose Dispenser $ 2 Ea $

2 Gasoline - Single Product/Dual Hose Dispenser $ 2 Ea $

3 Diesel - Single Product /Single Hose Dispenser $ 2 Ea $

4 Diesel - Single Product/Dual Hose Dispenser $ 2 Ea $

5 Gasoline/Diesel - Dual Product/Dual Hose Dispenser $ 2 Ea $

6 E-85 Ethanol - Single Product/Single Hose Dispenser $ 1 Ea $

7 E-85 Ethanol - Single Product/Dual Hose Dispenser $ 1 Ea $

8 Bio-Diesel - Single Product/Single Hose Dispenser $ 1 Ea $

9 Bio-Diesel - Single Product/Dual Hose Dispenser $ 1 Ea $


Bio-Diesel/ E-85 Ethanol - Dual Product/Dual Hose
10 $ 1 Ea $
Dispenser
Aboveground Tank (AST) Dispenser Packages

11 Gasoline -Single Product/Single Hose Dispenser $ 2 Ea $

12 Gasoline - Single Product/Dual Hose Dispenser $ 2 Ea $

13 Diesel - Single Product /Single Hose Dispenser $ 2 Ea $

14 Diesel - Single Product/Dual Hose Dispenser $ 2 Ea $

15 Gasoline/Diesel - Dual Product/Dual Hose Dispenser $ 2 Ea $

16 E-85 Ethanol - Single Product/Single Hose Dispenser $ 1 Ea $

52
Bidder’s Name:________________________________
Washington State Department of General Administration, Office of State Procurement
Fuel Tanks and Equipment Invitation for Bid #00808

Cost Evaluation Worksheet


FUEL SYSTEMS AND ACCESSORIES
Bidder to fill-in the below worksheet based on Bid Price Sheet
Total
No. Description Unit Price Qty Unit Extended
Price
17 E-85 Ethanol - Single Product/Dual Hose Dispenser $ 1 Ea $

18 Bio-Diesel - Single Product/Single Hose Dispenser $ 1 Ea $

19 Bio-Diesel - Single Product/Dual Hose Dispenser $ 1 Ea $


Bio-Diesel/ E-85 Ethanol - Dual Product/Dual Hose
20 $ 1 Ea $
Dispenser
REPLACEMENT TO THE ABOVE VEHICLE FUEL
DISPENSING SYSTEM PACKAGES (replace the
electronic dispenser with a mechanical dispenser)
9152 Mechanical Gasboy Dispenser or equal, includes 10
21 $ 10 Ea $
to 1 Pulser
9153 Mechanical Gasboy Dispenser or equal, includes 10
22 $ 10 Ea $
to 1 Pulser
9153 Mechanical Dual Product Dispenser or equal,
23 $ 10 Ea $
includes 10 to 1 Pulser

DISPENSERS, MECHANICAL

24 9152 Mechanical Gasboy Dispenser or equal $ 1 Ea $

25 9153 Mechanical Gasboy Dispenser or equal $ 1 Ea $

26 9153 Mechanical Dual Product Dispenser or equal $ 1 Ea $

B FUEL TRANSFER PUMPS AND METERS

Manual Pumps

Fill-Rite Model FR-112 or equal, Rotary Hand


1 Pump (3/4” DC) with 8’-0 hose, 41” suction pipe $ 1 Ea $
Fill-Rite Model FR-112C or equal, Rotary Hand
2 Pump (3/4” DC) with 8’-0 hose, 41” suction pipe, counter $ 1 Ea $

Electric-12 Volt DC Pumps


Fill-Rite Model FR-152 or equal, Piston Hand
3 pump (3/4”DC), with 8’-0 hose, 41” suction pipe $ 1 Ea $

53
Bidder’s Name:________________________________
Washington State Department of General Administration, Office of State Procurement
Fuel Tanks and Equipment Invitation for Bid #00808

Cost Evaluation Worksheet


FUEL SYSTEMS AND ACCESSORIES
Bidder to fill-in the below worksheet based on Bid Price Sheet
Total
No. Description Unit Price Qty Unit Extended
Price
Fill-Rite Model SD-1202 or equal, – 12 volt electric pump
4 $ 1 Ea $
with suction pipe, hose, nozzle (13 gpm) (3/4” DC)
Fill-Rite Model SD-1202A or equal, – 12 volt electric
5 pump with suction pipe, hose, automatic nozzle, (13 gpm) $ 1 Ea $
(3/4” DC)
Fill-Rite Model FR-1211C Package, or equal, (12 volt
6 $ 1 Ea $
pump and meter) with suction pipe, hose, nozzle
Fill-Rite Model FR-1210C or equal, – 12 volt electric
7 $ 10 Ea $
pump (15 gpm) (3/4” DC) with suction pipe, hose, nozzle
Fill-Rite Model FR-4210D or equal, – 12 volt electric
8 vane pump (20 gpm) (1” DC) with suction pipe, hose, $ 1 Ea $
nozzle
Fill-Rite Model 901MK300 or 901 MK4200, or equal,
9 $ 1 Ea $
1”flow meter kit (for 4210 –1” high speed 12 volt pump)
Fill-Rite Model FR-4210DBFQ or equal, Fill-Quik High
Flow 12 Volt Pump c/w 1” dia. x 20’-0 hose with static
wire, high-flow automatic nozzle with 1” spout and hang
up hook, 30 micron high flow filter with 1” metal pipe
10 $ 1 Ea $
fittings to install at pump outlet, 1” telescoping steel
suction pipe, 25’-0 of 10 ga. battery cable with heavy duty
clamps and cable restraint (17 gal/min – automatic
nozzle) (20 gpm – manual nozzle) (1” DC)
Top Mount AC Pumps –115 volt
Fill-Rite Model FR300 or equal, – 20 gpm (1” DC) with
11 $ 1 Ea $
standard manual nozzle, 12’-0 hose
Fill-Rite Model FR310 or equal, – 35 gpm (1” DC) with
12 $ 1 Ea $
standard manual nozzle, 12’-0 hose
Fill-Rite Model FR610C or equal, – 15 gpm (3/4” DC)
13 $ 1 Ea $
with standard manual nozzle, 12’-0 hose
Fill-Rite Model FR611C or equal, Package (pump and
14 meter) – 15 gpm (3/4” DC) with standard manual nozzle, $ 1 Ea $
12’-0 hose
Fill-Rite Model FR700 or equal, 20 gpm (3/4” DC) with
15 $ 10 Ea $
standard manual nozzle, 12’-0 hose
Fill-Rite, Model FR701 or equal, Package (pump and
16 $ 1 Ea $
meter) 20 gpm, with standard manual nozzle, 12’-0 hose
Flow Meters

17 Fill-Rite Model 807CMK or equal, 3/4 ” flow meter kit $ 20 Ea $

54
Bidder’s Name:________________________________
Washington State Department of General Administration, Office of State Procurement
Fuel Tanks and Equipment Invitation for Bid #00808

Cost Evaluation Worksheet


FUEL SYSTEMS AND ACCESSORIES
Bidder to fill-in the below worksheet based on Bid Price Sheet
Total
No. Description Unit Price Qty Unit Extended
Price
18 Fill-Rite Model 901 LMK300 or equal, 1” flow meter kit $ 1 Ea $

C DIESEL GENERATOR EQUIPMENT PACKAGE

1 As specified in the Price Sheet $ 10 Ea $

D TANK PLATFORM AND COVERING PACKAGE

1 Tanks sizes 1000 to 4000 gallons $ 5 Ea $

2 Tanks sizes from 4001 to 10,000 gallons $ 10 Ea $

3 Tanks sizes from 10,001 to 20,000 gallons $ 3 Ea $

E Total Cost for Fuel Systems and Accessories (sum all above lines) $

55
Bidder’s Name:________________________________
Washington State Department of General Administration, Office of State Procurement
Fuel Tanks and Equipment Invitation for Bid #00808

Summary of Cost Evaluation


To determine a Bidder’s evaluation price the state will take the Total Cost for Tank Type and Fuel
Systems and Accessories, and then follow the below worksheets to determine the Bidder’s Total
Evaluation Price.
The Total Evaluation Price is the sum of the rows as indicated below and any adjustments/discounts will
be taken to determine the Bidder’s total “evaluation price.”

Summary of Cost Evaluation


Office of State Procurement will fill-in the below worksheet
Line Total Cost for
Description
Items Category Type
1 Unit: Type 1, Storage Tanks (UST, Fiberglass) $
2 Unit: Type 2, Storage Tanks (AST, Double Wall Steel) $
3 Unit: Type 3, Storage Tanks (AST-Fire Rated) $
4 Fuel Systems and Accessories, all items $
5 Sub Total (sum lines 1+2+3+4) $
Minus Prompt Payment Discount _________%, multiply above line #5 by discount: (line
6 -$
for use by Office of State Procurement)
Sum of any other any applicable in-state reciprocity, and any other
7 discount/preferences/reciprocities that may apply: (line for use by Office of State $
Procurement)

8 Total Evaluation Price for Tank Types 1, 2 and 3 (sum lines 5+6+7) $

Summary of Cost Evaluation


Office of State Procurement will fill-in the below worksheet
Line Total Cost for
Description
Items Category Type
1 Unit: Type 2, Storage Tanks (AST, Double Wall Steel) $
2 Unit: Type 3, Storage Tanks (AST-Fire Rated) $
3 Fuel Systems and Accessories, all items $
4 Sub Total (sum lines 1+2+3) $
Minus Prompt Payment Discount _________%, multiply above line #3 by discount: (line
5 -$
for use by Office of State Procurement)
Sum of any other any applicable in-state reciprocity, and any other
6 discount/preferences/reciprocities that may apply: (line for use by Office of State $
Procurement)

7 Total Evaluation Price for Tank Types 2 & 3 (sum lines 4+5+6) $

56
Bidder’s Name:________________________________
Washington State Department of General Administration, Office of State Procurement
Fuel Tanks and Equipment Invitation for Bid #00808

Summary of Cost Evaluation


Office of State Procurement will fill-in the below worksheet
Line Total Cost for
Description
Items Category Type
1 Unit: Type 1, Storage Tanks (UST, Fiberglass) $
2 Fuel Systems and Accessories, all items of A and B only $
3 Sub Total (sum lines 1+2) $
Minus Prompt Payment Discount _________%, multiply above line #3 by discount: (line
4 -$
for use by Office of State Procurement)
Sum of any other any applicable in-state reciprocity, and any other
5 discount/preferences/reciprocities that may apply: (line for use by Office of State $
Procurement)

6 Total Evaluation Price for Tank Types 1 (sum lines 3+4+5) $

End of Document

57
Bidder’s Name:________________________________

Das könnte Ihnen auch gefallen