HomeMy WebLinkAbout001131 Original ContractCity of Port Angeles
Record # 001131
PROJECT MANUAL
CONTRACT DOCUMENTS
for
% TON STANDARD PICKUP TRUCK
PURCHASE CONTRACT NO. MEC -2016-07
r-%nWr .,
CITY OF PORT ANGELES
WASHINGTON
JULY 2016
CRAIG FULTON, P.E., DIRECTOR OF PUBLIC WORKS & UTILITIES
Reviewed b
Cr ig F61 fo,,P-lf.
Director of Public Works & Utilities
MEC -2016-07 page 1 of 19
Appro ed by:
William Bloor
City Attorney
CITY OF PORT ANGELES
INVITATION TO BID
for
3/ TON STANDARD PICKUP TRUCK
Sealed bids will be received by the Public Works and Utilities Director until 2:00 PM, Tuesday,
August 16th, 2016 and will be opened and read in the Public Works & Utilities Conference Room,
Port Angeles, City Hall, 321 East Fifth Street, Port Angeles, Washington 98362.
Bids will be taken for the following:
A 3/ ton, 2 wheel drive, standard cab, 8' bed pickup
The materials to be bid are fully described in the instructions to bidders and the bid documents.
Bid documents may be obtained at the Public Works and Utilities Department — Engineering,
between the hours of 8:00am and 4:00pm, City of Port Angeles, 321 E. 51h Street, Port Angeles,
Washington 98362, (360) 417-4541. Technical questions regarding this bid should be addressed
to James Burke, Assistant Deputy Director at (360) 417-4855, between the hours of 7:00 AM and
3:00 PM.
The City of Port Angeles (hereafter "City") reserves the right to reject any or all bids and to waive
minor irregulaties in the bids. Subject to the foregoing, the contract may be awarded to the lowest
responsible bidder.
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.
Bids must be sealed with the outside of the envelope marked "BID OPENING DATE August 16tH
2016 PURCHASE CONTRACT NO. MEC -2016-07. The name and address of the bidder shall
also appear on the outside of the envelope. Bids shall be addressed:
Public Works and Utilities Department
Attn: Lucy Hanley, Contract Specialist
321 East Fifth Street
Port Angeles, Washington 98362
PUBLISH: Peninsula Daily News: July 31, 2016
MEC -2016-07 page 2 of 19
INSTRUCTIONS FOR BIDDERS
% TON STANDARD PICKUP TRUCK
BID SUBMITTAL:
All bids must be sealed with the outside of the envelope marked with the words:
"BID OPENING DATE: August 16th, 2016; PURCHASE CONTRACT NO. MEC -
2016 -07." 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
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.
MEC -2016-07 page 3 of 19
All items called for in the specifications,
constructed as shown, and the necessary
final payment can be processed.
including but not limited to the equipment
manuals, must be complied with before the
Where the description of an item includes both specifications and a brand name and
number, the specifications shall govern in case of conflict. Brand name and number are
for reference as to the type and quality required and do not preclude offers of a
comparable or better product, provided full specifications and descriptive literature
accompany the offer. Failure to include full descriptive literature may be cause to reject
the offer.
WARRANTY:
The purchased vehicle must have full Manufacturer's new -vehicle warranties, and the
warranties must inure to the benefit of the City.
Contractor agrees to these warranty provisions by signing the bid proposal.
SAFETY:
This unit shall completely comply with all State and Federal laws, rules, regulations and
codes in effect at the time of delivery.
The unit shall be tested by the successful bidder for compliance with all OSHA/WISHA
regulations and the State Department of Labor and Industries Electrical Workers Safety
Rules.
DELIVERY & ACCEPTANCE:
The successful bidder shall be responsible for delivery to the City's garage, 1703 South
B Street, Building L in Port Angeles, Washington, between the hours of 7:00 AM and
3:00 PM during the City's normal work day.
GENERAL INFORMATION:
The City of Port Angeles reserves the right to consider delivery time and may waive any
minor defects or reject any and all bids. Any bid may be withdrawn prior to the 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 proposal between the closing time for receipt of bids and the
execution of contract, unless the award is delayed for a period exceeding sixty (60)
calendar days. The City of Port Angeles may, at its option, in awarding this purchase
contract, take into consideration the revenue it would receive from purchasing the
equipment from a supplier located within its boundaries, in accordance with RCW
39.30.040.
Offers made in accordance with the Invitation to Bid shall be good and firm for the period
specified in the bid unless the Bidder specifically limits its offer to a shorter period by
written notification on the bid document. However, bids so modified may be declared
non responsive.
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
MEC -2016-07 page 4 of 19
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.
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. DELIVERY & ACCEPTANCE: For any exception to the delivery date as
specified in this Contract, Contractor shall give prior notification and obtain
written approval thereto from the City. Time is of the essence and the
Contract is subject to termination for failure to deliver as specified and/or
appropriate damages. The acceptance by the City of late performance with
or without objection or reservation shall not waive the right to claim damage
for such breach nor constitute a waiver of the requirements for the timely
performance of any obligation remaining to be performed by Contractor.
MEC -2016-07 page 5 of 19
4. 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.
5. 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
equipment rental. Because the City finds it impractical to calculate all of the actual
cost of delays, it has adopted the following to calculate liquidated damages for failure
to complete the delivery of the equipment/material on time.
Accordingly, the Contractor agrees to the following:
a. To pay liquidated damages in the amount of $25 for each working day beyond the
number of working days established for physical delivery of the
equipment/material; and
b. To authorize the City to deduct these liquidated damages from any money due or
coming due to the Contractor.
6. SHIPPING INSTRUCTIONS: Unless otherwise specified, all goods are to be
shipped prepaid, F.O.B. Destination.
7. REJECTION: All goods or materials purchased herein are subject to
approval by the City. Any rejection of goods or material resulting because of
non -conformity to the terms and specifications of this Contract, whether held
by the City or returned, will be at Contractor's risk and expense.
8. IDENTIFICATION: All invoices, packing lists, packages, shipping notices,
instruction manuals, and other written documents affecting this Contract shall
contain the applicable purchase contract number.
9. INFRINGEMENTS: Contractor agrees to protect and hold harmless the City
against all claims, suits or proceedings for patent, trademark, copyright or
franchise infringement arising from the purchase, installation, or use of goods
and materials ordered, and to assume all expenses and damages arising
from such claims, suite or proceedings.
10. 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.
11. ASSIGNMENTS: The provisions or moneys due under this Contract shall
only be assignable with prior written consent of the City.
12. TAXES: Unless otherwise indicated the City agrees to pay all State of
Washington 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 an exemption
certificate.
MEC -2016-07 page 6 of 19
13. LIENS, CLAIMS AND ENCUMBRANCES: Contractor warrants and
represents that all the goods and materials ordered herein are free and clear
of all liens, claims, or encumbrances of any kind.
14. RISK OF LOSS: Regardless 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 material by the purchaser. Such loss, injury
or destruction shall not release Contractor from any obligation hereunder.
15. HOLD HARMLESS: Contractor shall protect, indemnify, and hold the City
harmless from and against any damage, cost or liability for any injuries to
persons or property arising from acts or omissions of Contractor, its
employees, agents or subcontractors howsoever caused.
16. ANTI-TRUST: Contractor and the City recognize that in actual economic
practice overcharges resulting from anti-trust violations are in fact borne by
the City. Therefore, Contractor hereby assigns to the City any and all claims
for such overcharges.
17. DEFAULT: Contractor shall be liable for damages suffered by the City
resulting from Contractor's breach of Contract. The Contractor covenants
and agrees that in the event suit is instituted by the City for any default on the
part of the Contractor, and the Contractor is adjudged by a court of competent
jurisdiction to be in default, Contractor shall pay to the City all costs,
expended or incurred by the City in 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 in Clallam County.
18. BRANDS: When a special brand is named it shall be construed solely for the
purpose of indicating the standards of quality, performance, or use desired.
Brands of equal quality, performance, and use shall be 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, or use specified must be represented as an alternate and not as
an equal, and failure to do so shall be sufficient reason to disregard the bid.
19. SAFETY: The materials shall completely comply with all State and Federal
laws, rules, regulations and codes in effect at the time of delivery.
20. 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 AS A CONDITION OF ACCEPTANCE OR
DELIVERY.
MEC -2016-07 page 7 of 19
PURCHASE CONTRACT
THIS AGREEMENT is made and entered into between the City of Port
Angeles (hereinafter called the "Purchaser") and Ruddell Chevrolet (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 II
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 111
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
Clallam County Superior Court.
MEC -2016-07 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.
MEC -2016-07 page 9 of 19
ARTICLE VIII
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.
This Contract is effective and binding as of the date of the last signature affixed below.
RUDDELL CHEVROLET
By:� -
Title: rfbb-gC0-2,
Dated: t6.-
ATTEST:
6._
ATTEST:
CITY OF PORT ANGELES
By:
Title: CA
Dated: 10 ` l
ATTEST:
*y Clerk
App oved to as tolorm
City Attorney
MEC -2016-07 page 10 of 19
City of Port Angeles
Invitation to Bid
Purchase Contract: MEC -2016-07
Schedule A
% Ton Standard Pickup Truck
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 is to obtain a new model year 2016 or newer % ton, 2 wheel
drive, standard cab, 8' bed pickup per the attached specifications.
ITEMS TO BE INCLUDED WITH BID
All major components of the requested equipment must be manufactured or distributed by the
original equipment manufacturer and advertised on a factory brochure as a standard or optional
component.
Bidder is to include the factory brochure with the bid. Equipment that has had its features or
size reduced to below what the factory says is necessary will not be accepted. Features and/or
minimums listed on this brochure as a factory required minimum for the size of the unit bid must
be included in the bid to ensure that the equipment offered not only meets these specifications,
but also includes factory -listed requirements for its particular size.
PRICING
A. The City reserves the right to increase 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 to any promotional pricing during the contract period which is
lower than pricing as provided in the bid.
DELIVERY DATE
The bidder must state on the bid proposal sheet the number of days after the date the
purchase order is issued that delivery of all contract specified units are guaranteed.
MEC -2016-07 page 11 of 19
LATE DELIVERY
All vehicles must be completed and ready for inspection, with appropriate invoices, no
later than the agreed delivery date. All vehicles are to be delivered within the number of
days bid by the vendor and specified in the bid specifications.
For vehicle delivered to the City by the vendor, date of delivery will be date of receipt
and/or acceptance of vehicle, whichever is later, at the City's Corporation Yard. For
vehicles to be picked up at dealer's facility for credit, date of delivery will be considered
to be the date the bidder notifies the City that vehicle is available for pickup.
DELIVERY LOCATION
The unit will be delivered by the winning bidder to the City Corporation Yard at:
1703 South B St.
Building L
Port Angeles WA. 98363
BID EVALUATION
The award of this contract will not be based on cost alone, as other factors and features
are equally important.
Minor deviations from these specifications will be considered, provided the manufacturer
or dealer submits in writing a full description, in detail, for each variation, with reference
made to each item to which the variation will apply. These variations must be submitted
with, and made a part of, this bid. If no variations are called out, the bidder will be
required to meet or exceed each item in the specifications as written.
The City will make evaluation on information supplied. If more than one make or model
is offered, please copy the appropriate bid sheets. A separate bid shall be submitted for
each item to be evaluated.
APPROVED EQUAL
The term "Approved equal" shall mean that the quality of equipment must meet the
quality of the named reference and receive City approval. The City shall be the sole
arbiter in the determination of 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
serve 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 items called for in the specification must be supplied to the City before the final invoice will
be processed.
MEC -2016-07 page 12 of 19
The application for Certificate of Title must have the following address:
City of Port Angeles
321 E 5th St.
Port Angeles, WA 98362
AVAILABILITY
In the event items ordered become unavailable and cannot be supplied out of current
model year production, a unit deemed by the City to be equal must be supplied. If a
substitute is not available or acceptable, then a similar unit from the next model year
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;
CATEGORY I ITEM I MINIMUM SPECIFICATIONS I COMPLY FEXCEPTIONS
All 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.
New Model Year 2016 or Newer 3/ ton 2 wheel drive standard cab 8'
bed pickup
Truck
1
Color: White
2
Engine: minimum 6.2 I V-8
VS
3
Automatic Transmission,
4
GVWR 10,000 lbs.
b�?
5
200 amp alternator, 850 cca batter
6
3.73 electronic locking differential
7
Class IV trailer hitch with trailer brake
controller (tow command integrated)
V
and trailer plug..wired for brakes & lights
8
Tires: LT245/75Rxl7E BSW A/S with
matching full sizes are wheel tire
9
.&
Fuel capacity,35 gallons
10
Up -fitter. switches
11
Center high mounted stop light
12
Vinyl floor covering with Weather Tech
HD rubber floor mats
13
40/20/40 Vinyl high back bucket seats
with fold down center console
MEC -2016-07 page 13 of 19
CATEGORY
ITEM
MINIMUM SPECIFICATIONS
COMPLY
EXCEPTIONS
14
Cab steps, driver & passenger side
15
Sprayed in bed liner
16
Mud flaps front and rear
17
under coating will be applied
18
Manufacturer's Manual Telescoping or
Wide Load Exterior Mirrors L and R
19
Power Group (Windows, Door Locks,
Mirrors) Two-way fold trailer tow mirrors
with power heated glass
Other
20
Two sets of keys will be supplied
V
21
3 year bumper to bumper warranty with
a 5 year power train warrant
✓
22
Service manual on CD
23
Indicate estimated number of days after
the purchase order is received that the
unit will be delivered to the City, not to
exceed 120 days.
BAYS: 2
INDICATE THE FOLLOWING:
MAKE C H- �J
MODEL 51 &Q
YEAR -2-61
MEC -2016-07 page 14 of 19
./ FGRM
3/4TON STANDARD PICKUP TRUCK
Bidder must bid on all bid items for a bid to be valid. The bidder hereby bids the following
amounts for the vehicle described in the Schedule A of the Contract Document.
DID ITEMS
---------^ DESCRIPTION — --
CITY PRICE
1 3% ton 2 wheel drive standard cab 8' bed pickup 1
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 `r
$
shall apply.
Total Base Bid Amount:
- INDICATE THE FOLLOWING:
MAKE`S vim!
MODEL
YEAR ( _ 70 1"(='
MEC -2016-07 page 15 of 19
City of Port Angeles
BID No. MEC -2016-07
% TON STANDARD PICKUP TRUCK
BID SIGNATURE SHEET
(BID SUMMARY and SIGNATURES)
Will you sell additional its to the City of Port Angeles at the bid price until further notice?
❑ Yes o
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 dated by the bidder or a representative legally
authorized to bind the bidder.
FULL LEGAL NAME OF BIDDER
TYPE OF BUSINESS: X Corporation ❑ Partnership (general) ❑ Partnership
(limited)
❑ Sole Proprietorship ❑ Limited Liability Company
ADDRESS 111) '15" -n L-6i�� s --- `-0
CITY/STATE/ZIP !�-
PHONE d FAX
NAME (PLEASE PRINT) H-DWE t. i'�/o L
TITLE 0g
SIGNED k>��� DATE ��I -(L,
MEC -2016-07 page 16 of 19
�oY Pony
NON -COLLUSION AFFIDAVIT
arm
STATE OF
COUNTY OF 1'
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 1,S— day of'h���'`� , 20.
M Zo�
vy CXP- 08/28/2019
ell-
ANb6ary Public in a e
17 jDtig0 �:�' State of
WAS ��� f Residing at
My Comm. Exp.:
MEC -2016-07 page 17 of 19
Vehicle Standard Specifications And Additional Information
Specification Description
Specification
GVWR (6000# Minimum)
9,300#
Engine (Minimum 3.61, V6)
6.0 v-8
Box Length
8 Ft
Air Bags, Driver and Front Passenger
FCY/STD
Air Conditioning
FCY/STD
Alternator (Minimum 100AMP)
FCY/STD
Battery (Minimum 600 CCA)
FCY/STD
Brakes, HD Power 4 Wheel, Anti -Locking System
FCY/STD
Bumper, HD Rear Step
FCY/STD
Cigarette Lighter or Auxiliary Power Source
FCY/STD
Cruise Control/Tilt Steering Wheel
FCY/STD
Dome Light
FCY/STD
Door Trim Panels
FCY/STD
Floor Covering, Vinyl
FCY/STD
Fuel Capacity
33 Gallon
Gauges In Lieu of Warning Lights (FCY) Speedometer,
Tachometer, Fuel, Oil Pressure, Coolant temp, Am
FCY/STD
Glass, Tinted All Around
FCY/STD
Headliner, Non Metallic
FCY/STD
Mirrors, Manufacturer's Standard Exterior Mirrors, L & R
FCY/STD
Power Group (Windows, Door Locks, Mirrors)
FCY/STD
Radio, AM/FM (Factory Installed)
FCY/STD
Rear Axle Ratio
3.23
Seating, Head Restraint Type, Vinyl or Cloth Front Bench
Folding
FCY/STD
Spare Tire Carrier, Jack, Lug Wrench Full size conventional spare
FCY/STD
Steering, Power
FCY/STD
Tires, Steel Belted Radial, On -Off Road or All Terrain Tread,
Matching Full Size Spare Tire and Whe
FCY/STD
Transmission, Automatic
FCY/STD
Wipers, Intermittent
FCY/STD
Factory Warranty
FCY/STD
Equipment above, if any, that will not be OEM factory installed
None
Ground Clearance
9.8"
Tire chain compatible as equipped above
Yes/Chains
Mercury Content, If Any, In Vehicle
None
Vehicle Emission Level Certification (CA)
50 State
(NAS)
EPA Estimated MPG as equipped above
None
NHTSA Crash Test Ratings (1 to 5 stars)
Frontal - 2
NHTSA Crash Test Ratings (1 to 5 stars)
Passenger - 2
NHTSA Crash Test Ratings (1 to 5 stars)
Side/Front -
2
NHTSA Crash Test Ratings (1 to 5 stars)
Side/Rear -
N/A
NHTSA Crash Test Ratings (1 to 5 stars)
Rollover -3
Days to Deliver after receipt of order
90 to 120
Starting Date of Model Year Production
Jauary 1,
2014
Off: P Glib,,
c`IFN
BIDDER'S CHECKLIST
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. Has the product descriptive literature being included with the Bid Form?
5. BID MUST BE SUBMITTED BY THE TIME AND DATE SPECIFIED IN ORDER TO BE
CONSIDERED A VALID BID.
MEC -2016-07 page 18 of 19
MEC -2016-07 page 19 of 19