HomeMy WebLinkAbout000758 Original Contract City of Port Angeles
Record #000758
PROJECT MAN UAL
CONTRACT DOCUMENTS
for
2014 — 1500 4WD Regular Cab Truck
PURCHASE CONTRACT NO. ES-14-005
ORT
ci
S
CITY OF PORT ANGELES
WASHINGTON
MARCH 2014
CRAIG FULTON, P.E., DIRECTOR OF PUBLIC WORKS & UTILITIES
MIKE PUNTENNEY, P.E., CITY ENGINEER
Reviewed by: Approved by:
Mike Puntenney, P-;E...,
illiam Bloor
City Engineer City Attorney
ES-14-008, 2014--1500 4WD Regular Cab Truck page 1 of 19
CITY OF PORT ANGELES
INVITATION TO BID
for
2014 - 1500 4WD Regular Cab Truck
S88|Hd bids will be neD8iVRd by the Public Works and Utilities Director until 2:00 PM,
Tuesday, April 01. 2O14 and will be opened and read iD the Jack PittiS North & South
CODfe[8OCe R000S, Port Angeles City H8U' 321 East Fifth Stn98t, Port AOge|eS,
Washington 98362.
Bids will be taken for the following materials:
2O14Si|Ve[@do150O 4WD Regular Cab Truck O[ Equal
The terms of d8|iV8[y are 120 C@|8Dd8[days from iGSV8DC8 Of purchase oRjH[.
The materials to be bid are fully described in the instructions to bidders and the bid
doCUDl8OtG. Bid documents may he obtained at the Public VVO[kS and Utilities
Department, between the hours Of 8:O080 and 4:00p0. City of Port Angeles, 321 E. 5 m
Street, Port ADg8|8S, Washington 98362' /360\ 417-4541. Technical qU88hOOG
regarding this bid ShOU|d be addressed to Dennis McBride, Fleet Manager at (360) 505-
3880, between the hOUnG Of7:DOAK8 and 3:00 PM.
The City Of Port Angeles (hereafter "City") F8Se[v8G the right to reject any o[ @|| bids and
to VV8iVe 0iDO[ ir[8gU|8tieS in the bids. SUhi8Ct to the foregoing, the CODt[Q(t may be
awarded tD the lowest responsible bidder.
Minority and VVODleO OVVDed businesses shall be afforded fU|| opportunity to submit bids
in response t0 this iOVit8LiOO' Sh8|| not be discriminated against on the gFOUDdS of sex,
n8C8. C0|O[' 88e, O8tiDO@| origin or handicap in CODSiden8tiOO of an aVv@Fd of any contract
or subcontract, and shall be actively solicited for p8diCip8UDD in this project by direct
mailing of the invitation to bid to such businesses as have contacted the City for such
notification. Further, all bidders are directed to solicit and consider minority and VVO08O
owned businesses 8S potential subcontractors and material suppliers for this project.
Bids must he S8a|Hd with the outside Of the envelope marked "BID OPENING DATE
MARCH 27, 2O14 PURCHASE CONTRACT NO. ES-1 4-008. The name and address Vf
the bidder shall also appear OD the outside Ofthe envelope. Bids shall beaddressed:
Public Works and Utilities [}8p8rt[OeOt
Attn: Lucy Hanley, Contract Specialist
PC} Box 1150. 321 East Fifth Street
Port Angeles, Washington S8302
PUBLISH: PeDiOgU|8 Daily News: yW@[ch 18. 2014
ES-1 4-008, 2U14- 15OO 4WD Regular Cab Truck page 2of1Q
INSTRUCTIONS FOR BIDDERS
2014 - 1500 4WD Regular Cab Truck
BID SUBMITTAL:
All bids must be sealed with the outside of the envelope marked with the words: "BID
OPENING DATE: APRIL 01, 2014; PURCHASE CONTRACT NO. ES-14-008." The
name and address of the bidder shall also appear on the outside of the envelope. Bids
shall be directed to:
Public Works and Utilities Department
Attn: Lucy Hanley, Contract Specialist
PO Box 1150, 321 East Fifth Street
Port Angeles, Washington 98362
It is the intent of the attached specifications to describe the minimum requirements for
the materials requested in sufficient detail to secure bids on comparable materials. All
parts included in the bid shall conform in strength, quality of workmanship and material
to that which is usually provided the trade in general. Any variance from the
specifications or standards of quality must be clearly pointed out in writing by the bidder.
Do not make reference to brochures or supporting literature on the bid sheet. All
notations for bid compliance or exceptions are to be made on the bid sheet or on
a plain piece of paper attached and referenced to the bid item.
The City's bid sheet must be signed by the bidder or its agent in order for the
proposal to be accepted. If alternate materials are proposed, bidders are required to
submit a separate bid sheet for each unit offered.
All bids must be made on the required bid form and in cases of errors in the extension of
prices in the bid, the unit prices will govern. All blank spaces for bid prices must be filled
in, with ink or typewritten, and each bid form for which the bidder is providing a bid must
be fully completed and executed when submitted. Only one copy of each complete bid
form is required. The completed bid form(s) must be accompanied by one completed
Bid Signature Sheet, and one completed Non-Collusion Affidavit form. Faxed or
emailed bids will not be accepted. Failure to adhere to instructions may constitute
disqualification of proposal.
BASIS OF AWARD:
The basis of award will be determined by the value of the base bid for each vehicle
including all mandatory equipment, taxes, and licensing for that vehicle.
COMPLIANCE WITH SPECIFICATIONS:
The equipment must be in accordance with the specifications.
Failure on the Contractor's part to comply with any specification herein will be grounds
for disqualification of the bid.
All items called for in the specifications, including but not limited to the equipment
constructed as shown, and the necessary manuals, must be complied with before the
final payment can be processed.
ES-14-008, 2014- 1 500 4WD Regular Cab Truck page 3 of 19
VVh8r8 the d88ChpUOD of an ihBOl includes both specifications and 8 brand D8nOe and
number, the 8peCUic@UoDs Sh8U gOv8Dl in C8SH of conflict. Brand D8[D8 and number are
for reference as to the type and quality required and do not preclude offers Of 8
CO[Dp8n8b|8 or better pFDdUCt, provided full specifications and descriptive |it8[GtU[e
accompany the offer. F8i|U[8 to include full descriptive literature may be C8US8 to reject
the offer.
WARRANTY:
The purchased vehicle must have full Manufacturer's O8VVV8hiC|8VV8[raDURS. and the
VV3[[8DtieS must inure to the benefit of the City.
Contractor agrees to these warranty provisions by signing the bid proposal.
SAFETY:
This unit Sh8U CODlp|8te|Y comply with all State and Federal |aVVs' [U|eS, negU|8UODs and
codes in effect 8tthe time of delivery.
The unit ShGU be tested by the 8UCC8GSfU| bidder for compliance with GU (]SH/VVV|SHA
[8gU|8tiOOS and the State [)ep8rtDleD[ of Labor and |DdVsth8S E|eC1[iC@| VVO[k8[G Safety
FlU|8S.
DELIVERY & ACCEPTANCE:
The tH008 0f delivery are 120 calendar days from iSSU8DCe of purchase order. Deliveries
shall b8 free 0D board /F[)B\.
For any exception to the delivery date as specified in this Contract, Vendor shall give
prior notification and obtain written approval thereto from the City. Time is of the essence
and the Contract is subject t0 t8[nliD8U0D for failure t0 deliver as specified 8Dd/O[
appropriate damages. The 8Cc8pt@Dc8 by the City Oflate performance with or without
objection or reservation Gh8|| not waive the right to claim damage for such breach Do[
cDDSUtUt8 @ waiver Of the requirements for the timely performance of any obligation
remaining tob8 performed byVendor.
The sUCCeSSfU| bidder shall be [8GpoDSih|8 for delivery 10 the City's g8[8gB. 1703 South
B Street, Building L in Port Angeles, VV8ShiUg\OO, between the hOV[S of 7:00 AM and
3:00 PM during the City's normal work day.
GENERAL INFORMATION:
The City of Port Angeles [8S0[VeS the right to consider delivery time and may waive any
minor defects or reject any and all bids. Any bid may bewithdrawn prior tOthe above
scheduled time for the opening Of bids or authorized postponement thereof. Any bid
received after the time and date specified shall not be considered. NO Bidder will be
permitted to withdraw its p[0poSG| between the closing time for receipt Ofproposals and
the execution of contract, UD|esS the 8VVG[d is delayed for period exceeding sixty /80\
calendar days. The City of Port Angeles 08y' at its option, in awarding this pU[Ch8Se
contract, take into coOGidH[@UOO the neV8DU8 it VVOU|d receive from pU[Ch8SiDg the
equipment from a supplier located within its boundaries, in 8CcO[danCg with FlCVV
39.30.040.
Offers made in accordance with the Invitation to Bid shall be good and firm for the period
specified in the bid uD|e8S the Bidder specifically limits its offer to a ShOde[ period by
vv[ittHO notification DD the bid dVCV[OeOt. HOVVeVe[. bids SOmodified may be declared
non responsive.
ES-14-O08. 2014- 15O0 4WD Regular Cab Truck page 4of19
Minority and women owned businesses shall be afforded full opportunity to submit bids
in response to this invitation, shall not be discriminated against on the grounds of sex,
race, color, age, national origin or handicap in consideration of an award of any contract
or subcontract, and shall be actively solicited for participation in this project by direct
mailing of the invitation to bid to such businesses as have contacted the City for such
notification. Further, all bidders are directed to solicit and consider minority and women
owned businesses as potential subcontractors and material suppliers for this project.
Signing of the bid sheet by Contractor and subsequent acceptance by the City of the
lowest responsive bid will constitute a binding agreement between the City and
Contractor. Contractor understands and agrees that no contract payment will be made
until the City certifies that all stated specifications have been complied with and the
equipment is delivered and accepted by the City.
Bids will be evaluated and submitted to the City Council for approval as soon as possible
after bid opening.
Upon award of the contract to the successful bidder, the City will send the Contractor
duplicate, complete sets of Contract Documents, which will include the City's Purchase
Order Requisition. The Purchase Order Requisition will include the final agreed upon
price and the specific equipment and options being purchased. The Contractor will then
sign the duplicate sets of Contract Documents and return them for signing by the City.
Each party will retain a fully executed set of the Contract Documents.
The Invitation to Bid is released by the City of Port Angeles Public Works and Utilities
Department, which shall act as sole point of contact for administration of the bidding.
Questions should be directed to Lucy Hanley, Contract Specialist, (360) 417-4541 or to
contracts@cityofpa.us.
STANDARD TERMS AND CONDITIONS:
THE PURCHASE CONTRACT INCLUDES THE FOLLOWING TERMS AND
CONDITIONS AND THE PUBLISHED RULES, REGULATIONS, AND LAWS OF
THE CITY OF PORT ANGELES AND THE STATE OF WASHINGTON, WHICH
ARE HEREBY INCORPORATED BY REFERENCE.
1. CHANGES: No alteration in any of the terms, conditions, delivery price,
quality, quantities, or specification will be effective without written consent of
the appropriate representative of the City.
2. HANDLING: No charges will be allowed for handling, including but not limited
to packing, wrapping bags, containers or reels, unless otherwise stated
herein.
3. PAYMENTS: Invoices will not be processed for payment until receipt of a
properly completed invoice or invoiced items, whichever is later. Payment will
be made within 30 days of receipt of invoice.
4. DAMAGES FOR DELAY: Delays add cost to the City in the form of time needed for
operational duties, administration and supervision and in the form of replacement
ES-14-008, 2014- 1500 4WD Regular Cab Truck page 5 of 19
equipment [eOiai B8C3USR the City finds it iDlD[8ctC8| 8} CB|CU|atG all of the 8CtU8|
cost of delays, it has adopted the fOUOVVDg to ca|CU|8he liquidated d8[OBgeS for failure
to cOOlp|Hb3 the delivery Ofthe 8qUip08Dt/On8K3[i8| OO time.
Accordingly, the Contractor agrees kJthe following:
8. TO pay liquidated damages iD the amount Of$25 for each working day beyond the
DuOObH[ Of VVO[kiOg days established for physical d8|iwRpy Of the
equipment/material; 8Dd
b. TO authorize the City to deduct these liquidated from any money due or coming
due to the Contractor.
5. SHIPPING INSTRUCTIONS: Unless otherwise specified, all goods are tOb8
shipped prepaid, F.O.B. Destination.
O. REJECTION: All goods O[ materials purchased herein are subject tV approval bythe
City. Any rejection Vf goods O[ material resulting because Of non-conformity tOthe
terms and specifications of this Contract, whether held by the City or [etU[n8d, will be
at Contractor's risk and expense.
7. IDENTIFICATION: All invoices, packing lists, packages, shipping DOtiC8S. instruction
manuals, and other written documents affecting this Contract shall contain the
applicable purchase contract number.
8. INFRINGEMENTS: Contractor agrees to protect and hold harmless the City against
all claims, suits or proceedings for patent, tngdH08[k' copyright or franchise
infringement arising from the purchase, installation, V[ use Of goods and materials
ordered, and tO assume all expenses and damages arising from such claims, suite O[
proceedings.
9. WARRANTIES: Contractor warrants that articles supplied under this Contract conform
tO specifications herein and are fit for the purpose for which such goods are ordinarily
employed, except that if a particular purpose is stated, the material must then be fit
for that particular purpose.
10. ASSIGNMENTS: The provisions O[ moneys due under this Contract shall only bB
8SSigD8b|e with prior written consent of the City.
11. TAXES: Unless otherwise indicated the City agrees tO pay all State OfWashington
sales or use tax. NO charge by Contractor shall be made for federal excise taxes,
and the City agrees tO furnish Contractor, upon acceptance of articles supplied under
this Contract with 8n exemption certificate.
12. LIENS, CLAIMS AND ENCUMBRANCES: Contractor warrants and represents that
all the goods and 0Bte[i8|S ordered h8[HiD are free and clear Ofall liens, claims, or
encumbrances Of any kind.
13. RISK OF LOSS: R8gGRj|eSS Of FOB point, Contractor agrees to bear all risks of
loss, injury or destruction of goods and materials ordered herein which occur prior to
acceptance of the Rl8te[i8| by the pUnCh@Se[. Such loss, injury O[destruction shall
not release Contractor from any obligation hereunder.
ES-1 4-008, 2U14- 15OO 4WD Regular Cab Truck page Oof19
14. HOLD HARMLESS: Contractor shall protect, indemnify, and hold the City harmless
from and against any damage, cost O[ liability for any injuries t0p8[3DD8V[ pFDpertv
8hSiOg from acts or omissions of Contractor, its employees, agents or subcontractors
howsoever caused.
15. ANTI-TRUST: Contractor and the City recognize that iD actual economic practice
OmeFCh8FgeS FeSU|UOg from anti-trust violations are in fact bO[D8 by the City.
Therefore, Contractor hereby assigns to the City any and all claims for such
overcharges.
10. DEFAULT: Contractor shall be liable for damages SUff8[8d by the City [H8U|tiDg from
Contractor's breach OfContract. The Contractor covenants and agrees that iDthe
event suit is instituted by the City for any default on the part of the Contractor, and
the Contractor iS adjudged byacourt of competent jurisdiction tVbeiOdefault,
Contractor shall pay tO the City all costs, expended Ur incurred bV the City iO
connection therewith, and reasonable attorney's fees. The Contractor agrees that
the Superior Court of the State Of Washington shall have jurisdiction over any such
suit, and that venue shall be laid iOC{8||a[DCounty.
17. BRANDS: When 8 special brand i8 named it shall be construed solely for the
purpose Ofindicating the standards Of quality, performance, V[ use desired. Brands
0f equal quality, performance, and use shall b8 considered, provided the bidder
specifies the brand and model and submits descriptive literature when available.
Any bid containing a brand that is not Of equal quality, performance, O[ use specified
must berepresented aGaD alternate and not 8S@n equal, and failure tOdVs0shall
be sufficient reason tO disregard the bid.
18. SAFETY: The OUGtB[iG|S shall completely comply with all State and Federal |8vvS'
[U|e8, nBgU|8tiOOS and codes in effect at the time of delivery.
10. ACCEPTANCE: CONTRACTOR ACCEPTS ALL OF THE TERMS AND
CONDITIONS SET FORTH. FORMAL OBJECTION IS HEREBY MADE BY THE
CITY TO ANY ADDITIONAL OR DIFFERENT TERMS PROPOSED BY VENDOR
CONTRACTOR ASA CONDITION OFACCEPTANCE OR DELIVERY.
ES-1 4-008, 2O14- 15O0 4WD Regular Cab Truck page 7of19
PURCHASE CONTRACT
THIS AGREEMENT is made and entered into this — day of
2014, between the City of Port Angeles (hereinafter called the "Purchaser") and
Ruddell Auto Mail, Washington (hereinafter called the "Contractor", "Vendor", or
"Bidder").
WITNESSETH: That the Purchaser and the Contractor, in consideration of
the performance of the terms and conditions hereinafter mentioned, agree as
follows:
ARTICLE I
CONTRACT DOCUMENTS
The complete contract includes the Invitation to Bid, the Instructions to
Bidders, the Bid, the Specifications, the Standard Terms and Conditions, the
Purchase Order Requisition, and the Purchase Contract. The foregoing
documents shall hereinafter be called "Contract Documents" or "Contract". All
obligations of the Purchaser and the Contractor are fully set forth and described
herein.
In the event of a discrepancy between any of the Contract Documents, as
above defined, the Purchaser shall give a written interpretation thereof, which
interpretation shall govern.
ARTICLE 11
CONTRACT COST
The Contractor agrees to sell and deliver to the Purchaser, at the delivery
points specified by the Purchaser in the form of a purchase order, and the
Purchaser agrees to purchase and receive from Contractor the equipment as
described and set forth in the Contract Documents, Schedule A, and the
provisions of the Contractor's bid attached and made a part hereof.
ARTICLE III
ASSIGNMENT
The Contractor shall not assign any of its responsibility under this Contract
without the express written consent of the Purchaser.
ARTICLE IV
APPLICABLE LAW AND VENUE
This Contract shall be governed by, and construed in accordance with, the
applicable laws of the State of Washington. Any legal proceedings to determine
the rights and obligations of the parties hereunder shall be brought and heard in
Clallarn County Superior Court.
ES-14-008, 2014— 1500 4WD Regular Cab Truck page 8 of 19
ARTICLE V
NONDISCRIMINATION
During the performance of this Contract, the parties shall conduct their
business in a manner which assures fair, equal and nondiscriminatory treatment
of all persons, without respect to race, creed, color, sex, Vietnam era veteran
status, disabled veteran condition, physical or mental handicap, or national
origin, and, in particular:
1 The parties will maintain open hiring and employment practices and will
welcome applications for employment in all positions from qualified
individuals who are members of the above stated minorities.
2. The parties will comply strictly with all requirements of applicable federal,
state or local laws or regulations issued pursuant thereto, relating to the
establishment of nondiscriminatory requirements in hiring an employment
practices and assuring the service of all patrons and customers without
discrimination with respect to the above-stated minority status.
ARTICLE VI
TERMINATION OF CONTRACT
In the event that any of the provisions of this Contract are violated by the
Contractor or the Contractor's subcontractors, the Purchaser may serve written
notice of intention to terminate such Contract upon the Contractor, which notice
shall specify the reasons therefore. Unless within thirty (30) days after serving
such notice upon the Contractor such violation shall cease and an arrangement
for the correction thereof satisfactory to the Purchaser be made, the Contract
shall, upon the expiration of the said thirty (30) days, cease and terminate. In the
event of any such termination, the Purchaser may purchase the materials
necessary for complete performance of this Contract, and the Contractor shall be
liable to the Purchaser for any excess cost thereby.
ES-14-008, 2014— 1500 4WD Regular Cab Truck page 9 of 19
ARTICLE Vill
WAIVER
Waiver of any breach of any term or condition of this Contract shall not be
deemed a waiver of any prior or subsequent breach, no term or condition of this
Contract shall be held to be waived, modified, or deleted except by a written
instrument signed by the parties hereto.
RUDDELL AUTO MALL CITY OF PORT ANGELES
By: '' By:
Title: Title: VY4an&9x=-
Dated: k r 2 $'-'1 v Dated:— L/
ATTEST: ATTEST:
4
ee—m zo"�
0 City Clerk
T
1P EXP 008/2015 Vv d to as to f
.A 0
'? OtJB I\Cs
OF WAS
City tt6 rh"ey
it '
ES-14-008, 2014— 1500 4WD Regular Cab Truck page 10 of 19
City of Port Angeles Schedule A
Invitation to Bid 2014 — 1500 4WD Regular Cab Truck
Purchase Contract: ES-14-008
GENERAL DESCRIPTION OF EQUIPMENT BEING BID:
Bidders may list variations to these minimum specifications in the "Exception" section of the
bid sheets. Bidders may also suggest alternatives to specified name brand products
specified by the City of Port Angeles in the "Exception" section as an "Approved Equal." To
be considered as an "Approved Equal,"the specifications of the suggested alternative must
be attached for our review. The City of Port Angeles will be the sole judge for approving
other brands offered as equals to the brand specified. Bidders are also encouraged to list
and price any options that are felt to enhance the use of item bid and/or would be desirable.
All standard equipment to be included, specified or not. When a Society of Automotive
Engineers (SAE), American National Standard Institute (ANSI), American Society for Testing
and Materials (ASTM), American Welding Society(AWS) "Reference" is cited, it is to
establish an expected level of performance, level of testing or design basis.
GENERAL BID PROVISIONS:
SCOPE OF BID
The purpose Of this specification iGto obtain one (1) 2O14Si|ve[BdO15OO 4WD regular cab
pickup truck or equal for City Of Port Angeles fleet.
ITEMS TO BE INCLUDED WITH BID
All major C000poO8Dt8 of the requested equipment must be Dl8DUh@CtUn3d Or distributed
by the original equipment manufacturer and advertised OO a factory brochure as 8
standard or optional CO0pDOeOt.
Bidder is t0 include the factory brochure with the bid. Equipment that has had its
features or size reduced t0 below what the factory says is necessary will not be
accepted. Features and/or minimums listed on this bPDChUFe as 8 factory required
DliDiDlu[O for the size of the unit bid DlUGt be included in the bid to eDSUne that the
equipment offered not only meets these specifications, but also iOC|UdeS factory-listed
requirements for its particular size.
PRICING
A. The City reserves the right to iDc[88Se or decrease quantities under this contract and
pay according to the unit prices quoted in the proposal any time during the contract
period.
B. The City is entitled tV any promotional pricing during the contract period which is
lower than pricing as provided in the bid.
DELIVERY DATE
The bidder must state OO the Standard Specifications sheet the nUDlb8[of days after the
d@h3 the purchase Onje[ is issued that delivery of all DDOt[8Ct specified units are
estimated.
ES-14-O08. 2014- 1500 4WD Regular Cab Truck page 11nf10
DELIVERY LOCATION
The unit will b8 delivered hv the winning bidder[V the City Corporation yard at:
17D3 South B St.
Building L
Port Angeles WA. 083G3
BID EVALUATION
The award Of this contract will not be based oD cost alone, as other factors and features
specified iO the Standard Specifications are equally important.
Minor deviations from these specifications will be considered, provided the [D8OUf8CtU[e[
O[ dealer submits in writing 8fU|| d8sc[iptioD, in detail, for each variation, with reference
made to each item tO which the variation will apply. These variations must besubmitted
with, and made 8 part of, this bid. |fDo variations are called out, the bidder will b8
required tO meet Or exceed each item iD the specifications GSwritten.
The City will make evaluation OD information supplied. |f more than one make O[ model
iS offered, please copy the appropriate bid sheets. A separate bid shall b8 submitted for
each item tObe evaluated.
APPROVED EQUAL
The term "Approved equal" shall mean that the quality Of equipment must meet the
quality Df the named reference and receive City approval. The City shall b8 the sole
arbiter iO the determination Df equality and reserves the right tO reject any and all bids
and accept the bid or bids that, in the sole and absolute judgment of the City, will best
S8[V8 the interests of the City.
ITEMS REQUIRED FOR DELIVERY OF EQUIPMENT
• Signed priced invoice
• Pre-delivery inspection report
• Warranty books
• ASCII and paper copy Of Equipment Parts Line Setting Chart
• Parts, service and operator's manuals and drawings (as per specifications)
• All documents required for Licensing and Registration
All it8rDS C8||ed for in the specification must hesupplied to the City before the final invoice will
be processed.
The application for Certificate of Title must have the fo||OVViOg address:
City 0f Port Angeles
321 E5 m St.
P.O. Box 1150
Port Angeles, VVAQ8382
|O the event items ordered become unavailable and cannot b8 supplied out Ofcurrent
model year production, 8 unit deemed bythe City tOb8 equal must besupplied. |f8
substitute is not available or acceptable, then 8 Si0i|G[ unit from the next D1nd8| year
ES-14-008. 2014- 1GOO 4WD Regular Cab Truck page 12of1Q
must be supplied at the same price. If time does not permit this, the order may be
canceled, and the vehicle purchased from other sources. The vendor will reimburse the
City for all costs over the contract price. If substitute/similar unit is obtained, vendor will
not be assessed the liquidated damages cited above.
WARRANTY_REPAIRS
The company/dealership awarded this contract will be responsible for any warranty repair work
required on any equipment or options installed per these specifications.
STANDARD SPECIFICATIONS:
AB unspecified, installed components will be configured to match or exceed Industry and safety
standards for the requested GVW, vehicle and mounted equipment type. This unit will be designed
and constructed in accordance with all current industry standards and will be in compliance with all
applicable laws, rules, regulations and standards in effect at the time of manufacture.All equipment
that is considered by the factory as standard, unless specifically called out in the specifications to be
deleted, will be included,
... ........
A
^01 S
19 A4 liverado 1500 41PV'P_Re ular #gab err E ual
COMPLY
ITEMS MINIMUM SPECIFICATIONS Yes/No EXCEPTIONS
1 GVWR(6000#Minimum) ...........
2 Engine(Minimum 3,61-V(j)
3 Box Length-8 Ft.
4 Air Bags, Driver and Front Passenger
5 Air Conditioning
6 Aftemator(Minimum 1 OOAMP) - -----
7 Battery(Minimum 600 CCA)
8 Brakes, HD Power 4 Wheel,Anti-Locking System
9 Bumper, HD Rear step
10 Wµ Cigarette Lighter or Auxiliary Power Source
Cruise Control/Tilt Steering Wheel
Dome-Light
Door Trim Panels
14 Floor Covering,Vinyl
'y
Fuel Capacity-33 Gallon-
Gauges In Lieu of Warning Lights(FCY)Speedometer,
16 Tachometer, Fuel, Oil Pressure, Coolant temp, Amp
Glass,Tinted All Around
Headliner, Non Metallic
Keys, Four(4)Set of Exterior Keyed Door Locks, Driver& Frontaq
19 Passenper Doors, or Remote Keyless Entij�w/2 Fobs
2 0 Mirrors,- irrors, Manufacturer's Standard Exterior Mirrors, L& R
21 Radio,
- AM/FM (Factory installed)
22 Rear Axle Ratio-3.23
_
T i23 ea ti ng Head Restraint Typ Vn y'orC'oth F 6
-n t B
e_nc Fold
n
g
24 Spare ire Carrier,Jack Lug Wrench Full�size�r o n v entj ona I�sp are
ES-14-008, 2014-1500 4WD Regular Cab Truck page 13 of 19
25 Stability Control System
—Steering, Power
Tires,Steel Belted Radial, On-Off Road or All Terrain Tread,
27 Matchin Full Size Spare Tire and Wheel
28 Transmission,Automatic a
Wipers, Intermittent
Factory Warranty
3Equipment above, if any,that will not be factory installed-
31 None
32 Ground Clearance-9.8"(inches)
33_-Tire chain compatible as equipped above
Days to Deliver after receipt of order
-Starting Date of Model Year Production 2), 2_6c'
—Color-O)dord White
Indicate estimated number of days
after the purchase order is received
38 that the unit will be delivered to the DAYS:, I V7i
city. The maximum number of days
shall not exceed 120 days.
TS--1-4--008, 2014-1580�4WD Regular Cab Truck-""-- page 14 of 19
City of Port Angeles
Bid No. ES-14-008
BID FORM
2014— 1500 4WD Regular Cab Truck
Bidder must bid on a l biitems for iThe bidder hereby bids the following
amounts for all matial described in the Schedule A of the Contract Document.
4T
BID ITEM9- DESCRIPTION TY
Y2Ton Pickup(4WD), Regular Cab as outfitted in
z
required standard specifications
Berill ner, Spray On(Over the Rails and Tailgate)
2
3 Cab Steps, Regular Cab(VXJ) SET
4 Differential, Limited Slip (G80)
5 Mats, Rubber Floor(DLR) SET
6 Mud Flaps, Front& Rear(DLR) SET
7 Tires.On Off Road (Set of 5)(LT265/70R1 7C)(RCM SET
8 T..ow Hooks, Front(FCY/STD) SET
9 Trailer Brake Controller(JU)
10 Undercoating (DLR) im
Subtotal:
....... Washington State sales tax:
Note:If vehicle is purchased outside Washington State,8.7%state sales tax shall apply.
Vehicles purchased In the state of Washington,state sales tax of the origination of vehicle $
shall appIv.
Total Base Bid Amount: $
ES-14-008, 2014—1500 4WD Regular Cab Truck page 15 Of 19
It of Port Angeles
Bid No. ES-14-008
2014—1500 4WD Regular Cab Truck
BID SIGNATURE SHEET
(BID SUMMARY and SIGNATURES)
Will you sell addition%units to the City of Port Angeles at the bid price until further notice?
❑ Yes 0 .
ADDENDA ACKNOWLEDGMENT: The bidder hereby acknowledges that it has received
Addenda No(s). _to this project manual.
The undersigned hereby accepts the terms and conditions as set forth herein. This bid
submittal sheet must be signed and at by the bidder or a representative legally
authorized to in the bidder.
FULL LEGAL NAME OF BIDDER
TYPE OF BUSINESS: V Corporation ❑ Partnership (general) ❑ Partnership
(limited)
❑ Sole Proprietorship ❑ Limited Liability Company
ADDRESS
CITY/STATE/ZIP A
PHONE FAX
NAME (PLEASE PRINT) _
TITLE
SIGNED DATE tt
-1 4-008, 2014—15O0 4WD Regular Cab Truck page 16 of 19
NON-COLLUSION AFFIDAVIT
STATE OF WASHINGTON
COUNTY OF
The undersigned, being first duly sworn on oath, says that the bid herewith submitted Is a
genuine and not a sham or collusive bid, or made in the interest or on behalf of any person not
therein named; and (s)he further says that the said bidder has not directly or indirectly induced
or solicited any bidder on the above work or supplies to put in a sham bid, or any other person
or corporation to refrain from bidding; and that said bidder has not in any manner sought by
collusion to secure to him/her self an advantage over any other bidder or bidders.
Signature of Bidder/Contractor
Subscribed and sworn to before me this day of 20_L�,
0051
j .'2
V_
Notary Public in and f6r"th4'
State of
Comm .t T & My m Exp.:
....................
ES-14-008, 2014-1500 4WD Regular Cab Truck page 17 of 19
Prepared For: Prepared By:
LUCY HANLEY GARRETT THOMAS
CITY OF PORT ANGELES
321 EAST FIFTH STREET
PO BOX.321
PORT ANGELES,WA 98362
Phone: (360)457-0411
2014 Fleet/Non-Retail GMC Sierra 1500 4WD Regular Cab 133.0°' TK15903
PRICING
PRICING SUMMARY-2014 FleettNon-Retail TK15903 4WD Regular Cab 133.0'
USRP
Base Price $30,315.00
Total Options: $2,125.00
Vehicle Subtotal $32,440.00
Advert/Adjustments $0.00
Destination Charge $1,095.00
GRAND TOTAL $33,535.00
Report content is based on current data version referenced. Any performance-related calculations are offered solely as
guidelines. Actual unit performance will depend on your operating conditions.
GM AutoBook, Data Version: 324.0, Data updated 3/18/2014
0 Copyright 1986-2012 Chrome Data Solutions, LP.All rights reserved.
Customer File:
March 26, 2014 2:14:41 PM Page 1
Prepared For: Prepared By:
LUCY HANLEY GARRETT THOMAS
CITY OF PORT ANGELES
321 EAST FIFTH STREET
PO BOX 321
PORT ANGELES,WA 98362
Phone: (360)457-0411
2014 Fleet/Non-Retail GMC Sierra 1500 4WD Regular Cab 133.0°' 1° 15903
SELECTED MODEL & OPTIONS
SELECTS MODEL-2014 FleettNon-Retail TK15903 4WD Regular Cab 133.0"
Code DescriiRtion MSRP
TK15903 2014 GMC Sierra 1500 4WD Regular Cab $30,315.00
133.0"
SELECTED VEHICLE COLORS-2014 Fleet/Non-Retail TK15903 4WD Regular Cab 133.0"
Code Description
Interior: No color has been selected.
Exterior 1: No color has been selected.
Exterior 2: No color has been selected.
SELECTED OPTIONS-2014 Fleet/Non-Retail TK15903 4WD Regular Cab 133.0
CATEGORY
Code Description MSRP
EMISSIONS
NE1 EMISSIONS,CONNECTICUT, DELAWARE, MAINE, MARYLAND, $0.00
MASSACHUSETTS, NEW JERSEY, NEW YORK, OREGON,
PENNSYLVANIA, RHODE ISLAND,VERMONT AND WASHINGTON
STATE REQUIREMENTS
ENGINE
LV3 ENGINE, 4.3L ECOTEC3 V6 WITH ACTIVE FUEL MANAGEMENT Direct $0.00
Injection and Variable Valve Timing, includes aluminum block construction
with FlexFuel capability, capable of running on unleaded or up to 85%
ethanol(285 hp[212 kW]@ 5300 rpm, 305 lb-ft of torque[413 Nm] c@
3900 rpm)(STD)
TRANSMISSION
MYC TRANSMISSION,6-SPEED AUTOMATIC, ELECTRONICALLY $0.00
CONTROLLED with overdrive and tow/haul mode. Includes Cruise Grade
Braking and Powertrain Grade Braking (STD)
GVWR
Report content is based on current data version referenced. Any performance-related calculations are offered solely as
guidelines. Actual unit performance will depend on your operating conditions.
GM AutoBook, Data Version: 324.0, Data updated 3/18/2014
0 Copyright 1986-2012 Chrome Data Solutions, LP.All rights reserved.
Customer File:
March 26, 2014 2:14:41 PM Page 2
Prepared For: Prepared By:
LUCY HANLEY GARRETT THOMAS
CITY OF PORT ANGELES
321 EAST FIFTH STREET
PO BOX 321
PORT ANGELES,WA 98362
Phone: (360)457-0411
2014 Fleet/Non-Retail GMC Sierra 1500 4WD Regular Cab 133.0" TK15903
SELECTED MODEL & OPT(ONS
SELECTED OPTIONS-2014 FleetiNon-Retail TKI6903 4WD Regular Cab 133.0"
CATEGORY
Code 29g9dP!i20 MSRP
GVWR
C5H GVWR,6900 LBS. (3130 KG)(Requires K15903 model and(LV3)4.3L $0.00
EcoTec3 V6 engine.)
AXLE
GU6 REAR AXLE,3.42 RATIO(Standard on 4WD V6 models.Available with $0.00
(L83)5.3L EcoTec3 V8 engine,)
PREFERRED EQUIPMENT GROUP
1 S WORK TRUCK PREFERRED EQUIPMENT GROUP Includes Standard $0.00
Equipment
WHEELS
RD6 WHEELS, 17"X 8"(43.2 CM X 20.3 CM) PAINTED STEEL(STD) $0.00
TIRES
RC5 TIRES, LT265/70R17C ALL-TERRAIN, BLACKWALL $395.00
PAINT SCHEME
ZY1 SOLID PAINT $0.00
PAINT
GAZ SUMMIT WHITE $0.00
SEAT TYPE
AE7 SEATS, FRONT 40/20/40 SPLIT-BENCH 3-passenger, driver and front $0.00
passenger recline with outboard head restraints and center fold-down
armrest with storage.Vinyl has fixed lumbar and cloth has manually
adjustable driver lumbar. (STD)
SEAT TRIM
H2R JET BLACK/DARK ASH, CLOTH SEAT TRIM $0.00
RADIO
103 AUDIO SYSTEM,4.2"DIAGONAL COLOR DISPLAY,AM/FM STEREO $0.00
with USB ports, auxiliary jack and SD card slot(STD)
ADDITIONAL EQUIPMENT
G80 DIFFERENTIAL, HEAVY-DUTY LOCKING REAR $395.00
Z82 TRAILERING EQUIPMENT includes trailer hitch,7-pin and 4-pin connectors $375.00
Report content is based on current data version referenced. Any performance-related calculations are offered solely as
guidelines. Actual unit performance will depend on your operating conditions.
GM AutoBook, Data Version: 324.0, Data updated 3/18/2014
Copyright 1986-2012 Chrome Data Solutions, LP.All rights reserved.
Customer File:
March 26, 2014 2:14:41 PM Page 3
Prepared For: Prepared By:
LUCY HANLEY GARRETT THOMAS
CITY OF PORT ANGELES
321 EAST FIFTH STREET
PO BOX 321
PORT ANGELES, WA 98362
Phone: (360)457-0411
2014 leeVNon-Retail CIVIC Sierra 1500 4WD Regular Cab 133.0" TK15903
SELECTED MODEL & OPTIONS
SELECTED OPTIONS-2014 Fleet/Non-Retail TKI5903 4WD Regular Cab 133.0
CATEGORY
Code Descri to ion
ADDITIONAL EQUIPMENT
JL1 TRAILER BRAKE CONTROLLER, INTEGRATED(Requires(Z82) $195.50 $230.00
Trailering equipment.)
RHM TIRE, SPARE LT265170R17 ALL-TERRAIN, BLACKWALL(Included and INC INC
only available with(RC5)LT265/70R17C blackwall tires.)
VXJ LPO,ASSIST STEPS, CHROMED TUBULAR, 4"ROUND(dealer $488.75 $575.00
installed)(Included with (PDQ)Chrome Appearance Package, LPO. Not
available with(RVQ)6" rectangular Black tubular assist steps, LPO(S6V)
cargo box retractable side assist step, LPO, (RVS)4"round Black tubular
assist step, LPO or(VXH)6"rectangular chrome tubular assist steps, LPO.)
SB1 LPO, FLAT SPLASH GUARDS, BLACK(dealer installed)(Not available $93.50 $110.00
with(VQK)Black molded splash guards, LPO or(VRV)body color molded
splash guards, LPO.)
VK3 LICENSE PLATE KIT, FRONT(will be forced on orders with ship-to states $0.00 $0.00
that require front license plate)Note: (VK3)deletes center lower bumper
filler panel.
VQ2 FLEET PROCESSING OPTION $0.00 $0.00
SPECIAL EQUIPMENT OPTIONS
5H1 KEY EQUIPMENT, TWO ADDITIONAL KEYS FOR SINGLE KEY $38.25 $45.00
SYSTEM Provides two additional spare keys for a total of(4). (Keys will be
cut but not programmed)(Not available with(AQQ)Remote Keyless Entry.)
OPTIONS TOTAL $1,806.25 $2,125.00
DEALER INSTALLED OPTIONS
Rubber Floor Mats.
Mud Flaps, Front and Rear.
Undercoating.
Bedliner,Spray On Over the Rail
Report content is based on current data version referenced. Any performance-related calculations are offered solely as
guidelines. Actual unit performance will depend on your operating conditions.
GM AutoBook, Data Version: 325.0, Data updated 3/25/2014
0 Copyright 1986-2012 Chrome Data Solutions, LP.All rights reserved.
Customer File:
March 27, 2014 1:17:20 PM Page 4
Prepared For: Prepared y:
LUCY HANLEY GARRETT THOMAS
CITY OF PORT ANGELES
321 EAST FIFTH STREET
PO BOX 321
PORT ANGELES,WA 98362
Phone: (360)457-0411
2014 Fleet/Non-Retail GMC Sierra 1500 4WD Regular Cab 133.0" °TK15903
EQUIPMENT STANDARD
STANDARD EQUIPMENT-2014 FleeVNon-Retail TKIS903 4WD Regular Cab 133.0"
ENTERTAINMENT
• Audio system,4.2"Diagonal Color display,AM/FM stereo with USB ports, auxiliary jack and SD card slot
• SidusXM Satellite Radio, delete
• Audio system feature,4-speaker system
EXTERIOR
• Wheels, 17"x 8"(43.2 cm x 20.3 cm)painted steel
• Tires, P255/70R17 all-season, blackwall
• Wheel,full-size spare, 17"x 7"(43.2 cm x 17.8 cm)aluminum (Included and only available with model K15703 or
015703 and(LV3)4.3L EcoTec3 V6 engine.)
• Tire,spare P255/70R17 all-season, blackwall(Included and only available with(RBZ)P255/70RI7 all-season,blackwall
tires.)
• Tire carrier lock keyed cylinder lock that utilizes same key as ignition and door
• Bumper,front chrome
• Bumper, rear chrome with rear bumper comer steps
• CornerStep, rear bumper
• Grille surround, chrome
• Headlamps,halogen projector
• Lamps, cargo area, cab mounted with switch on center switch bank
• Mirrors, outside manual, Black
• Glass,solar absorbing,tinted
• Tailgate and bed rail protection caps,top
• Tailgate, locking utilizes same key as ignition and door
• Door handles, Black
Report content is based on current data version referenced. Any performance-related calculations are offered solely as
guidelines. Actual unit performance will depend on your operating conditions.
GM AutoBook, Data Version: 324.0, Data updated 3/18/2014
*Copyright 1986-2012 Chrome Data Solutions, LP.All rights reserved.
Customer File:
March 26, 2014 2:14:41 PM Page 5
Prepared Far: Prepared By:
LUCY HANLEY GARRETT THOMAS
CITY OF PORT ANGELES
321 EAST FIFTH STREET
PO BOX 321
PORT ANGELES,WA 98362
Phone: (360)457-0411
2014 Fleet/Non-Retail GMC Sierra 1500 4WD Regular Cab 133.0" T 1 5903
STANDARD EQUIPMENT
STANDARD EQUIPMENT-2014 Fleet/Non-Retail T 1 903 4WD Regular Gab 133.0'•
INTERIOR
• Seats,front 40/20/40 split-bench 3-passenger, driver and front passenger recline with outboard head restraints and
center fold-down armrest with storage.Vinyl has fixed lumbar and cloth has manually adjustable driver lumbar.
• Floor covering, Graphite-colored rubberized-vinyl
• Steering column, manual Tilt-Wheel
• Instrumentation,6-gauge cluster featuring speedometer,fuel level, engine temperature,tachometer,voltage and oil
pressure
• Driver Information Center, 3.5-inch diagonal monochromatic display provides warning messages and basic vehicle
information
• Door locks, power
• Cruise control,steering wheel-mounted
• Air conditioning,single-zone
• Assist handle,front passenger on A-pillar(Includes rear assist handles in the headliner on crew cab models.)
Report content is based on current data version referenced. Any performance-related calculations are offered solely as
guidelines. Actual unit performance will depend on your operating conditions.
GM AutoBook, Data Version: 324.0, Data updated 3/18/2014
0 Copyright 1986-2012 Chrome Data Solutions, LP.All rights reserved.
Customer File:
Page 6
March 26, 2014 2:14:41 PM
Prepared For: Prepared By:
LUCY HANLEY GARRETT THOMAS
CITY OF PORT ANGELES
321 EAST FIFTH STREET
PO BOX 321
PORT ANGELES,WA 98362
Phone: (360)457-0411
2014 Fleet/Non-Retail GMC Sierra 1500 4WD Regular Gab 133.0" T15903
STANDARD EQUIPMENT
STANDARD EQUIPMENT-2014 Fleet/Non-Retail TK1S 03 4WD Regular Cab 133.0"
MECHANICAL
• Engine,4.3L EcoTec3 V6 with Active Fuel Management Direct Injection and Variable Valve Timing, includes aluminum
block construction with FlexFuel capability, capable of running on unleaded or up to 85%ethanol(285 hp[212 kw] tti
5300 rpm, 305 lb-ft of torque[413 Nm]@ 3900 rpm)
• Transmission,6-speed automatic,electronically controlled with overdrive and tow/haul mode. Includes Cruise Grade
Braking and Powertrain Grade Braking
• Rear axle, 3.42 ratio(Standard on 4WD V6 models.Available with(L83)5.3L EcoTec3 V8 engine.)
• GVWR,6900 lbs. (3130 kg)(Requires K15903 model and(LV3)4.3L EcoTec3 V6 engine.)
• Transfer case,with floor-mounted shifter(Included with 4WD models only.)
• Suspension Package, Handling/Trailering, heavy-duty includes 46 mm piston monotube shocks and 36mm front
stabilizer bar
• Four wheel drive
• Cooling, external engine oil cooler
• Alternator, 150 amps
• Battery,heavy-duty 730 cold-cranking amps/70 Amp-hr, maintenance-free with rundown protection and retained
accessory power
• Frame,fully-boxed,hydroformed front section
• Recovery hooks,front,frame-mounted,black(Standard with 4WD models. Included with(9G3)Suspension Package,
off-road,for base decor vehicles with 2WD models.)(Included with 4WD models.)
• Cargo tie downs(4) , movable upper
• Steering, Electric Power Steering(EPS)assist,rack-and-pinion
• Brakes,4-wheel disc with DURALIFE rotors,4-wheel antilock
• Exhaust, aluminized stainless-steel muffler and tailpipe
Report content is based on current data version referenced. Any performance-related calculations are offered solely as
guidelines. Actual unit performance will depend on your operating conditions.
GM AutoBook, Data Version: 324.0, Data updated 3/18/2014
@ Copyright 1986-2012 Chrome Data Solutions, LP.All rights reserved.
Customer File:
March 26, 2014 2:14:41 PM Page 7
Prepared For: Prepared By:
LUCY HANLEY GARRETT THOMAS
CITY OF PORT ANGELES
321 EAST FIFTH STREET
PO BOX 321
PORT ANGELES,WA 98362
Phone: (360)457-0411
2014 Fleet/Non-Retail GMC Sierra 1500 4WD Regular Cab 133.0" TK15903
STANDARD EQUIPMENT
STANDARD EQUIPMENT-2014 Fleet/Non-Retail TK15903 4WD Regular Cab 133.0"
SAFETY
• StabiliTrak,stability control system with Proactive Roll Avoidance and traction control, includes electronic trailer sway
control and hill start assist
• Daytime Running Lamps with automatic exterior lamp control
• Air bags, dual-stage frontal and side-impact, driver and front passenger and head-curtain and seat-mounted side-impact,
front and rear outboard seating positions with Passenger Sensing System (Always use safety belts and child restraints.
Children are safer when properly secured in a rear seat in the appropriate child restraint. See the Owners Manual for
more information.)
• OnStar Delete
• Tire Pressure Monitoring System (does not apply to spare tire)
Report content is based on current data version referenced. Any performance-related calculations are offered solely as
guidelines. Actual unit performance will depend on your operating conditions.
GM AutoBook, Data Version: 324.0, Data updated 3/18/2014
U Copyright 1986-2012 Chrome Data Solutions, LP.All rights reserved.
Customer File:
March 26, 2014 2:14:41 PM Page 8
OF PORT ANC
BIDDER'S CHECKLIST
Xs nNa
1 Has the Bid Submittal Sheet been properly signed, and corporate seal affixed, if applicable?
2. Has the Non-Collusion Affidavit been property executed?
3. Have all Addenda, if any, been acknowledged on the Bid Submittal Sheet?
4. BID MUST BE SUBMITTED BY THE TIME AND DATE SPECIFIED IN ORDER TO BE
CONSIDERED A VALID BID.
ES-14-008, 2014— 1500 4WD Regular Cab Truck page 18 of 19