HomeMy WebLinkAbout001302 Original Contract City of Port Angeles
Record #001302
PROJECT MANUAL
CONTRACT DOCUMENTS
for
PARKS DEPARTMENT TRUCK #1835 REPLACEMENT
PURCHASE CONTRACT NO. MEC-2017-30
0 nr
IRI IT
A
CITY OF PORT ANGELES
WASHINGTON
June 2017
CRAIG FULTON,P.E.,DIRECTOR OF PUBLIC WORKS&unIXIIES
Reviewed by: Appr fi',ed by:
fnes Burke With Blamee-Vputytirector of Operations City Atiorney
Project No.MEC-2017-30 Page 1 of 16
Foran revised:November 18,2016
CITY OF PORT ANGELES
INVITATION TO BID
for
MEC-2017-30
Sealed bids will be received by the Public Works and Utilities Director until 2:00 PM, Wednesday, July 12,
2017 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 Materials:
Schedule A- 2017 or newer 3/4 ton, 2 wheel drive, standard cab, 8' bed pickup truck
The material to be bid is fully described in the instructions to bidders and the bid documents. Bid
documents may be obtained at the Public Works and Utilities Department, between the hours of Sam and
4:00pm, City of Port Angeles, 321 E. 51 Street, Port Angeles, Washington 98362. Technical questions
regarding this bid should be addressed in writing to Brian Coburn at bcoburn p—cit yof a.us between the
hours of 7:00am and 3:30pm.
The City of Port Angeles reserves the right to reject any or all bids and to waive informalities in the bidding
process. 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: July 12, 2017
PURCHASE CONTRACT NO. MEC-2017-30. 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: Craig Fulton, P.E. — Director
321 East Fifth Street
Port Angeles, Washington 98362
PUBLISK Peninsula Daily News: Sunday, June 25, 2017
Project No.MEC-2017-30 Page 2 of 16
Form revised: November 18,2016
INSTRUCTIONS FOR BIDDERS
MEC-2017-30
BID SUBMITTAL:
All bids must be sealed with the outside of the envelope marked with the words. "BID OPENING DATE:
JULY 12, 2017, PURCHASE CONTRACT NO, MEC-2017-30." 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: Craig Fulton, P.E. — Director
321 East Fifth Street
Port Angeles, Washington 98362
The specifications describe the minimum requirements for the materials requested. 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. 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. When the description of an item includes both specifications and a brand name and
number, the specifications shall govern in case of conflict,
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, one completed Non-Collusion Affidavit form, and full descriptive
literature. Faxed or emailed bids will not be accepted. Do not make reference to brochures or
supporting literature on the bid sheet, but do include the brochures or supporting literature with the bid.
Failure to adhere to instructions may constitute disqualification of proposal.
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 completed and delivered before the final payment can be processed.
WARRANTY:
The purchased vehicle must have full manufacturers new-vehicle warranties, and the warranties must
inure to the benefit of the City.
Bidder agrees to these warranty provisions by signing the bid proposal.
Project No.MEC-2017-30 Page 3 of 16
Form revised: November 18,2016
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 OSHANVISHA 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 1703 South B Street, Building L in Port
Angeles, Washington, between the hours of 7:00 AM and 100 PM during the City's normal work day.
Delivery shall be made within the time period specified on the Schedule but not later than 120 days after
the contract is signed.
GENERAL INFORMATION:
The City of Port Angeles reserves the right to consider delivery time and may waive any minor
irregularities, informalities or 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 proposals 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 sheet.
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 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 bidder and subsequent acceptance by the City of the lowest responsive bid will
constitute a binding agreement between the City and bidder. Bidder 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 bidder duplicate, complete sets
of Contract Documents that 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 bidder 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 that shall
act as sole point of contact for administration of the bidding. Questions should be directed to Lucy Hanley,
Contract Specialist in writing by contracts(a-)-cityofpa.us.
Project No.MEC-2017-30 Page 4 of 16
Fomi revised:November 18,2016
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 THAT ARE HEREBY INCORPORATED BY REFERENCE.
1. CHANGES- No alteration in any of the terms, conditions, delivery price, quality, quantities, or
specifications will be effective without written consent 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.
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 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.
Project No.MEC-2017-30 Page5 of16
Form revised: November 18,2016
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.
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 that occur prior to acceptance of the material by the City.
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 Clallarn
County.
18. SAFETY: The materials shall completely comply with all State and Federal laws, rules, regulations and
codes in effect at the time of delivery.
19. 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.
Project No.1' EC-2017-30 Page 6 of 16
Form revised: November 18,2016
PURCHASE CONTRACT
THIS CONTRACT is made and entered into as of the date of the last signature affixed below,
between the City of Port Angeles, non-charter code city and municipal corporation of the State of
Washington (hereinafter called the "Purchaser") and Price Ford, Inc., 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 City in
the form of a purchase order/requisition, 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.
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.
Project No. MEC-2017-30 Page 7 of 16
Form revised; November 18, 2016
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 VII
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 intent to terminate the Contract
upon the Contractor, which notice shall specify the reasons therefore. Unless, within thirty(30)days
after serving such notice upon the Contractor, the violation shall cease and an arrangement for the
correction thereof satisfactory to the Purchaser be made, the Contract shall, upon the expiration of the
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,
ARTICLE VII
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.
PRICE FORD NC CITY OF PORT ANGELES
...........
Signature: Signature. `
Title- Title: z; 4
Dated. P7 Dated: _ e ,
ATTEST: ATTEST:
Ci Cle�
L C,1
t p vied to as for
co
xir_
Citi Attornej`
Project No,MEC-2017-30 Page8 of 16
Forni revised: November 18,2016,
City of Port Angeles Schedule A
Invitation to Bid Parks Department Vehicle #1835 Replacement
Purchase Contract: MEC-2017-30
GENERAL DESCRIPTION: 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.
SCOPE OF BID: The purpose of this specification is to obtain a new model year 2017 or newer%ton, 2
wheel drive, standard cab, 8' bed pickup truck per the specifications below.
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.
CONTRACT PERIOD: The Contract is to be in effect for a period of one year from the date of the award.
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.
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.
Project No.MEC-2017-30 Page 9 of 16
Fonn revised:November 18,2016
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,
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 judgement of the City, will best serve the interests of
the City,
ITEMS REQUIRED FOR DELIVERY OF EQUIPMENT:
• Signed priced invoice
• ASCII and paper copy of Equipment Parts Line Setting Chart
• Pre-delivery inspection report
• Warranty books
• Parts, service and operator's manuals and drawings (per specifications)
• All documents required for Licensing and Registration
All items called for in specification, including, but not limited to, the necessary manuals, must be
supplied to, or in the case of training, scheduled with, the City before the final invoice will be
processed.
The application for Certificate of Title must have the following address:
City of Port Angeles
321 E. 51h Street
Port Angeles,WA 98362
Project No.MEC-2017-30 Page 10 of 16
Form revised: November 18,2016
Note: The City will be responsible for licensing vehicle through the Office of Vehicle Licensing of
Port Angeles, Washington.
AVAILABILTY: 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: 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 odel Year 2017 or Newer 3/4 Ton 2 Wheel Drive Standard Cab 8' Bed Pickup Truck
I'll-CATEGORY ITEM MINIMUM SPECIFICATIONS COMPIly EXCEPTIONS
I Color: White
Truck 2 Engine: minimum 6,OL,V8 (minimum)
3 Automatic Transmission
4 GVWR 9500 lbs. (minimum) rr
5 130 amp alternator, 600 cca dual battery
(minimum) Ye 5
6 Electronic locking differential ye S
7 Air conditioning
8 Power steering
9 Intermittent wipers
10 Manual Tilt SteeriWheel yes
I l Trailer Tow Package: Class IV trailer hitch,
2.5"Receiver(includes 2"—2.5"sleeve
reducer), 7/4 pin connector and integrated
trailer brake controller.
12 Tires: LT245/75 Rx17E. All Season Radial
with matching full size spare wheel &tire yes
13 Fuel capacity 33 gallons (minimum) VC5
14 Up-fitter switches,4(minimum) yes
15 Center high mounted stop light 5
16 Black vinyl floor covering
17 Seats: 40/20/40 Cloth Split Bench with
center storage.
18 Cab entry steps, solid mount,driver&
assenger side.
19 Sprayed in bed liner
20 Mud flapsfront and rear yle
21 Under coating must be applied me
Project No.MEC-2017-30 Page 11 of 16
Form revised:November 18,2016
New Model Year 2017 or Newer',/ Ton 2 Wheel Drive Standard Cab 8' Bed Pickup Truck
CATEGORY flf-E—Mi" MINIMUNI SPECIFICTIO-NSCOMPLY EXCEPTIONS
22 —Power Group: Power Windows, Power Door
Locks, Power Mirrors
23 Mirrors: Manual Telescoping, Manual
Folding, Power Adjust, Power Heated,
Trailer Tow Mirrors e-5
Keys-Four(4) sets of exterior-keyed locks,
or remote keyless entry FOBS.
Other 30 3 years bumper to bumper warranty with a 5
year powertrain warranty
31 Set-vice manual on CD 5
-32—-Indicate estimated number of days after the
purchase order is received that the unit will
be deli%,ered to the City, riot to exceed 120
days.
-------------
Project No.MEC-2017-30 Page 12 of 16
Form revised:November 18,2016
CITY OF PORT ANGELES
Bad No. MEC-2017-30
BIND FORM
PARKS DEPARTMENT TRUCK#1835 REPLACEMENT
Bidder must bid on all bid items for a bid to be valid. The bidder hereby bids the following amounts
for all material described in the Schedule A of the Contract Document.
v ' TIT
1 2017 or Newer 3✓ tarn„ 2 wheel drive 1 ��
standard cab, 8" bed pickup truck
Subtotal
Sales Tax:(8.4%)
Note: If vehicle is purchased outside Washington State8.7�26)state sales tax shall apply,
ehicdes purchased in the state of WasHngton,state sales'fax of the origination of vehicle
shaH
Total Bid Prig
Project No.MEC-2017-30 Page 13 of 16
Form revised;November 13„,2016
CITY OF PORT ANGELES
Bid No. MEC-2017-30
PARKS DEPARTMENT TRUCK#1835 REPLACEMENT
BID SIGNATURE SHEET
(BID SUMMARY and SIGNATURES)
Will you sell additional units to the City of Port Angeles at the bid price until further notice?
)�-,Yes No
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 PAICE
TYPE OF BUSINESS: 'Z?K Corporation L Partnership (general) '� Partnership (limited)
Sole Proprietorship Limited Liability Company
ADDRESS 3-10 4iG4WAII 10i
CITY/STATE/ZIP '?
pj�i
PHONE 4-S7 ?53 FAX --�Gv /7-90
NAME (PLEASE PRINT) G511-'r 4� -
TITLE
SIGNED DATE
Project No.MEC-2017-30 Page 14 of 16
Form revised.,November 18,2016
,crowt
T A NON-COLLUSION AFFIDAVIT
STATE OF LdA5PJAX961
COUNTY OF C1,AaAM
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 I /her se an advantage over any
other bidder or bidders.
a of Bid r/Contractor
Subscribed and sworn to before me this 1A day of 'Jual 20
4-,
0
A Notary Public in and for the
0'p� 4 'Jxof W C."'-
x State
z'o"
"to Residing at o.4-V
My Comm. Exp.:
Project No.MEC-2017-30 Page 15 of 16
Form revise&November 18,2016
BIDDER'S CHECKLIST
Illl ".F
b'ppK
1. 1-las 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 been included with the Bid Form?
5, BID MUST BE SUBMITTED BYTHE TIME AND DATE SPECIFIED IN ORDER TO BE
CONSIDERED A VALID BID.
Project No.MEC-2017-30 Page 16 of'16
Form revised:November 18,2.016