Loading...
HomeMy WebLinkAbout4.505 Original Contract r' / I </. 5D5 ~ CONTRACT DOCUMENTS for Vehicle Replacements PURCHASE CONTRACT NO. 05-15 CITY OF PORT ANGELES WASHINGTON April 29, 2005 GLENN A. CUTLER, P.E., DIRECTOR OF PUBLIC WORKS & UTILITIES KEN RIDOUT, DEPUTY DIRECTOR OF OPERATIONS Reviewed by: q?~v'~ Fleet Manager City Attorney April 29, 2005 CITY OF PORT ANGELES INVITATION TO BID for Vehicle Replacements Sealed bids will be received by the Director of Public Works & Utilities until 2:00 PM Thursday, May 12, 2005 and will be opened and read in the Public Works conference room, main floor, Port Angeles City Hall, 321 East Fifth Street, Port Angeles, Washington 98362. Bids will be taken for: (1) 2005 Ford Taurus SE FFV (1) 2005 Dodge Grand Caravan (2) 2005 Chevrolet Express (1) 2005 Chevrolet 1500 Silverado (2) 2005 Ford Super Duty F450XL (2) 2005 Ford Super Duty F550XL The equipment to be bid includes the vehicles as listed above, or approved equal, hereinafter collectively called the "equipment." Bid documents may be obtained by calling Kathy Trainor at (360) 417-4724. Technical questions regarding this bid should be addressed to Ralph Hoffman at (360) 417-4835 or rhoffman@cityofpa.us. All bids must be on the form provided. Faxed bids shall not be accepted. The City of Port Angeles reserves the right to reject any or all bids and to waive informalities in the bidding process. Bidders are not required to bid on all vehicles and may therefore, bid on only one or all schedules (vehicles) listed A through F. The contracts will be awarded to the lowest responsible bidder for each schedule. 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 MAY 12,2005, PURCHASE CONTRACT NO. 05-15. The SCHEDULE(S) you are bidding on, along with the NAME AND ADDRESS OF THE BIDDER, must also appear on the outside of the envelope. Bids shall be addressed to the Director of Public Works & Utilities, PO Box 1150, 321 East Fifth Street, Port Angeles, Washington 98362. Glenn A. Cutler, Director PUBLISH: Peninsula Daily News: April 29, 2005 INSTRUCTIONS FOR BIDDERS Equipment Bids COMPLIANCE WITH SPECIFICATIONS: The equipment must be in accordance with the specifications. Any variation proposed by the successful bidder must be approved in writing by the It is the intent of the attached specifications to City prior to the change. Such variations, regardless describe the minimum requirements for the of whether there is any adjustment in the contract equipment requested in sufficient detail to secure amount, must be confirmed by a fully-signed bids on comparable equipment. All parts for body or change order. Failure to follow this procedure can ____ chassis_which. are_necessary_h.order:Jo. proYide. a. ___ _ r:esuILin_.nonaccepJar.1(:;e__9Uh.!L~.Ql,IJRm~ntt:>y~. tb~_____._ complete unit, meeting all safety requirements, and City. ready for operation, shall be included in the bid and 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. BID SUBMITTAL: All bids must be sealed with the outside of the envelope marked with the BID OPENING DATE, EQUIPMENT PROJECT NUMBER or PROJECT NAME and SCHEDULE(S) YOU ARE BIDDING ON. The NAME AND ADDRESS OF THE BIDDER shall also appear on the outside of the envelope. Bids shall be directed to the Director of Public Works & Utilities, and mailed to PO Box 1150, or delivered to 321 East Fifth Street, Port Angeles, Washington 98362. 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. Bidders are not required to bid on all vehicles and may therefore, bid on only one or all schedules (vehicles) listed A through F. Bidders are reqUIred to bid all options pertaining to each schedule selected. Failure to do so could be cause for the bid to be considered non-responsive. Bid award will be based on lowest responsive bid for each schedule (vehicle) with options included in invitation. If a bidder's corporate policy mandates use of an official quotation form, it may be submitted. However, the cost data must be duplicated on the City's bid cost data and agreement sheet. The City's bid sheet must be signed by the bidder or its agent in order for the proposal to be accepted. If alternate equipment is 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 the bid form must be fully completed and executed when submitted. Only one copy of the bid form is required. Faxed bids will not be accepted. Failure to adhere to instructions may constitute disqualification of proposal. Failure on the Contractor's part to comply with any specification herein, once the bid is accepted by the City, will be grounds for disqualification of the bid and termination of the contract. 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. 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. The term "approved equal" shall mean that the quality of equipment must be equal to the named reference and receive the approval of the City. The City shall be the sole arbiter in the determination of equality, and it reserves the right to reject any and all bids and to accept the bid or bids which in its sole and absolute judgment will, under all circumstances, best serve the interest of the City. WARRANTY: One vear. 100% parts and labor. The successful bidder shall warranty all work performed under this contract for a period of one (1) year from the date of delivery. If any failure to meet the foregoing warranty appears within one (1) year after the date first placed in use, Contractor will correct by repair or replacement and provide that each repair or replacement will carry this same warranty for two (2) full years starting upon completion of said repairs or replacement. The Contractor shall be responsible for all removal costs into and out of the location(s) owner has designated wherever a repair or replacement is required. The foregoing shall not negate any other warranties of Contractor, expressed or implied by operation of law. Construction must be in accordance with the specifications. Any variation proposed by the successful bidder must be approved by the City prior to the change. Such variations, regardless of whether there is any adjustment in the contract amount, must be confirmed by a fully-signed change order. Failure to follow this procedure can result in nonacceptance of the unit by the City. All items called for in the specification, including but not limited to the unit constructed as shown, and the necessary manuals, must be complied with before the final invoice can be processed. GENERAL INFORMATION: Latent defects: Notwithstanding any other clause in The City of Port Angeles reserves the right to this contract, should a "latent defect" in the work be consider delivery time and may waive any discovered during the five (5) year period after the informalities or minor defects or reject any and all work has been accepted by the City, it shall be the bids. Any bid may be withdrawn prior to the above Contractor's responsibility to repair or replace the scheduled time for the opening of bids or authorized work. A "latent defect" is defined as a defect which postponement thereof. Any bid received after the reasonable careful inspection will not reveal, or a time and date specified shall not be considered. No --- -- --.--defect which-could.not have been-discovered. by any -.--- ,Bidder..wiIL be..permitted_to_withdraw__its__proposaJ ~- - known or customary test. 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. Warranty work shall include both parts, labor, and transportation to Contractor's facility when required. Warranty work shall be performed in a timely and professional manner to City satisfaction in a manner best serving the interests of the City. Warranty work requiring more than three (3) days absence of the equipment will require the bidder to provide adequate back-up as a temporary replacement to the equipment having warranty work done. This will allow operational work to continue at the City of Port Angeles. Vendor 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 OSHAlWISHA 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 in Port Angeles, Washington, between the hours of 8:00 AM and 3:30 PM during the City's normal work day. Delivery shall be made within the time period specified on the bid. 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 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 responsible 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. All bidders will be notified of results in writing. 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-P-ublic-Works ,and- Utilities--Department,----------n _n which shall act as sole point of contact for administration of the bidding. Questions should be directed to Ralph Hoffman, Fleet Manager, (360) 417-4835 or to rhoffman@cityofpa.us. CITY OF PORT ANGELES STANDARD TERMS AND CONDITIONS PURCHASE CONTRACT 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. 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 Purchaser-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. The successful bidder shall be responsible for delivery to the City's garage in Port Angeles, Washington, between the hours of 8:00 AM and 3:30 PM during the City's normal work day. Delivery shall be made within the time period specified on the bid. 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 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 and actual 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. b. To pay actual damages equal to the actual cost to the City for rental of equipment necessary for the user Department to continue with its operations. c. To authorize the City to deduct these liquidated and actual damages from any money due or coming due to the Contractor. 5. PAYMENTS, CASH DISCOUNT, LATE PAYMENT CHARGES: Invoices will not be processed for payment until receipt of a properly completed invoice or invoiced items, whichever is later. 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 Purchaser. Any rejection of goods or material resulting because of non-conformity to the terms and specifications of this Contract, whether held by the Purchaser 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 Purchaser 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 Purchaser. 12.T AXES: Unless otherwise indicated the Purchaser agrees to pay all State of Washington sales or use tax. No charge by Contractor shall be made for federal excise taxes, and the Purchaser agrees to furnish Contractor, upon acceptance of articles supplied under this Contract with >-- -an exemption- certifjcate~-- -'- ----." --.. >-- >,- ~'-'---- -> - .- ------.,'.' ---~,----------- ------, -,-~-.- --' --- --,- --'" --. --.., -.,,- -- 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 delivery. Such loss, injury or destruction shall not release Contractor from any obligation hereunder. 15. HOLD HARMLESS: Contractor shall protect, indemnify, and hold the Purchaser 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. LABOR AND INDUSTRIES: Contractor is required to the extent applicable, to procure Labor and Industries permits LI 700-7 and LI 700-29 and abide by the requirements thereof. Copies of "Statement of Intent to Pay Prevailing Wages" and "Affidavit of Wages Paid" shall be submitted to the City Clerk and Department of Labor and Industries. 17. ANTI-TRUST: Contractor and the Purchaser recognize that in actual economic practice overcharges resulting from anti-trust violations are in fact borne by the Purchaser. Therefore, Contractor hereby assigns to the Purchaser any and all claims for such overcharges. 18. DEFAULT: Contractor shall be liable for damages suffered by the Purchaser resulting from Contractor's breach of Contract. The Contractor covenants and agrees that in the event suit is instituted by the Purchaser 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 Purchaser all costs, expended or incurred by the Purchaser 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. 19. 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 which 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. 20. SAFETY: The equipment shall completely comply with all State and Federal laws, rules, regulations and codes in effect at the time of delivery. The equipment 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. 21. ACCEPTANCE: BY ACCEPTING THIS PURCHASE CONTRACT IN WRITING OR BY DELIVERING THE MATERIAL ORDERED, CONTRACTOR ACCEPTS ALL OF THE TERMS AND CONDITIONS SET FORTH. FORMAL OBJECTION IS HEREBY MADE BY THE PURCHASER TO ANY ADDITIONAL OR DIFFERENT TERMS PROPOSED BY VENDOR CONTRACTOR AS A CONDITION OF ACCEPTANCE OR DELIVERY. PURCHASE CONTRACT THIS AGREEMENT is made and entered into this~ay of a~,..v- ,20125 between the City of Port Angeles (hereinafter called the "Purchaser") Port Angeles Ford Lincoln-Mercury (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 point specified in the Instructions to Bidders, and the Purchaser agrees to purchase and receive from Contractor the equipment as described and set forth in the Contract Documents 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 Clallam 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. 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 I n 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 for the account and at the expense of the Contractor, and the Contractor shall be liable to the Purchaser for any excess cost thereby. ARTICLE VII SEVERABILITY If any term or condition of this Contract or the application thereof to any person(s) or circumstances is held invalid, such invalidity shall not affect other terms, conditions, or applications which can be given effect without the invalid term, condition, or application. To this end the terms and conditions of this Contract are declared severable. 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. PORT ANGELES FORD LINCOLN-MERCURY CITY OF PORT ANGELES By: ~ ~ ~ '..- -. ~ ::: ~ .. ~o 1 A Ii ,~ ...1" ~ ~. r._ -. .- ~ en f EXP. 04/15/081 z ~ :::-\~.o c:o:::: ~ 1"'>.... U B L \ ... /0.... ~ ~ ....-~ .... ..- 0' ~ ~ ,.. ......... \.:~ ~ ."' ~ - BY:~#:_. /ated: {Ypr- Title: ATTEST: &~ l )-~{5lff.A City Clerk APpr~ed as ~o fO~ 1J-/# _ ~ City Attorney .' .. ~ \ ' -4 . '- , . City of Port Angeles Invitation for Bid Purchase Contract 05-15 Schedule E (2) Ford Super Duty F450XL's (2) 2005 Ford Super Duty F450XL's (16,000#) Make/Model 2006 Ford F -450 XL - Pricing for (2) 2005 Ford Super Duty F450XL's (16,000#) Base Price: $ 28,405.00 Adjusted Price: $ 20,941.52 Options: (list attached) --~ -$ r25E":lm Subtotal: WSS tax: lL:..2.... % Title Application Fee: $22,199.52 1909 . 16 103.50 Total Vehicle Cost (2): $24,212.18 each vehicle ADDENDA ACKNOWLEDGMENT: The bidder hereby acknowledges that it has received Addenda Nos. to this project manual. Dealer: Port Angeles Ford L-M 1527 East Front Street Port AnaeJes. WA gRin? Contact: LeRoy Martin Phone: lnO-4~7-11ii Federal ill #: 91-1699072 Date:S .;;f.4j ~ X: , ./ / / / / , 2 Regular Cab Chassis SCHEDULE E Options List Order Commodity Code Option Description Quantity Price 2315-133-014 Alternative Seating, Vinyl 40/20/40 Bench (TE) 340 2 680.00 38 76.00 2315-133-024 Daytime Running Lights (942) 2 306 612.00 2315-133-025 Differential, Limited Slip (X8L) 2 - PTO Provsion (Included wI Manual Transmission) 213 426.QO 2315-133-031 (62R) 2 2315-133-035 Tires, All Terrain Tread, Rear (Set 4) (T98) 162 2 234.00 ) . ....,.,......~~--=---~.....~~ d._~~~~..,..............-..__~_..._.............~-.............-,~~................... ~_..~~----"~ -..--.............,........._~~~--" ~ Towing Prep Package (7 Wire Harness, Trailer Brake 132 26LJ.OO 2315-133-036 Wiring Kit) (531) 2 , 2315-133-038 Undercoating (DLR)* 59 2 118 . 00. 2 Extra Keys 2 16.00 1258 Options Total .' Total State Contract Cost $49,116.10 (Includes 8.6% State Sales Tax, $85.00 per vehicle processing fee and $22; 199.521 $18.50 per vehicle title fee.) Subtotal 8.6% SST Purchase Order Processing Fee PerNehicle $85.00 Title Application, Filing, Trauma Care Fees PerNehicle $18.50 Total $24,212.18E . ach vehiclE City of Port Angeles Invitation for Bid Purchase Contract 05-15 Schedule F (2) Ford Super Duty F550XL's (2) 2005 Ford Super Duty F550XL's (19,000#) Make/Model 2006 Ford F-550 XL #1 Pricing for (2) 2005 Ford Super Duty F550XL's (19,OOO#) Base Price: $ 36,295.00 Adjusted Price: $ 26,039.65 Options: (list attached) $ 1971 . 60 w~,_ Subtotal: WSS tax: ~ % Title Application Fee: $ 28,010.65 1631.00 103 . 50 Total Vehicle Cost (2): $ 29,745.15 each vehicle #1 ADDENDA ACKNOWLEDGMENT: The bidder hereby acknowledges that it has received Addenda Nos. to this-project manual. Dealer: Port Angeles Ford L-M 1527 East Front Street Contact: LeRoy Martin Phone: 360-457-3333 Federal ill #: ql - 1 r;qqn7? Pnrt An~plp~. WA qRir;? X: Date: '- ~ ,zt. a 1 Z. Regular Cab Chassis - ---SCHEDULE F _ Options List Order Commodity Code Option Description Quantity Price 2315-134-019 Backup Alarm Delete (DLR)* N/A 2 2315-134.023 Daytime Running Lights (942) 38 2 76.00. 2315-134.024 Differential, Limited Slip (X8UX5L) 306 2 612.00 2315-134.029 PTO Provision (Included w/2315-134-035) (62R) 1 213 . 00 2 hr 140.00 Lite 250 2315-134.032 Spotlight, 6 Inch, Clear Lense, Left (DLR)* 1 390.00 - 2315-134.033 Tires, All Terrain Tread, Rear (Set 4) (T9B) 162 2 224..00 -- 'Ft)winlf'Prep~Package-'(7'Plug~Wire'Harness,"Fraile, =-...._...~- 2315-134-034 Brake Warning Kit) (531) 132 2 264.00 2315-134-036 Undercoating (DLR)* 59 2 118 . 00 Alternators, Dual 13WP (Available only wI Diesel 2315-134-049 Engine) (G3T)G3T 11- 323 2 646 ..00 , Upfitter Switches for Customer Installation of 2315-134-050 Electrical Add Ons (66S) 1 N/C '-- 2315-134-051 Alternative Seating, Vinyl 40/20140 Front Bench (TE) 1 340.00 '-> 2 Extra Keys "not programmed" 8 16.00 1~.31 Op Ions Total Total State Contract Cost: $49,116.10 (Includes 8.6% State Sales Tax, $85.00 per vehicle processing fee and r $18.50 per vehicle title fee.) Subtotal $28,010.65, 8.6% SST Purchase Order Processing Fee PerNehicle $85.00 , Title Application, Filing, Trauma Care Fees PerNehicle $18.50 Total $29,745.15 each vehicle #1 City of Port Angeles Invitation for Bid Purchase Contract 05-15 Schedule F (2) Ford Super Duty F550XL's (2) 2005 Ford Super Duty F550XL's (19,000#) MakeIModel 2006 Ford F550 XL #2 Pricing for (2) 2005 Ford Super Duty F550XL's (19,000#) Base Price: Adjusted Price: - options: (tiSt attached) ~- Subtotal: WSS tax: ~ % Title Application Fee: Total Vehicle Cost (2): $ 36,295.00 $ 26,039.65 .. $ 1368:00'==- $ 27,407.65 2357.06 103.00 $ 29,868.21 ADDENDA ACKNOWLEDGMENT: The bidder hereby acknowledges that it has received Addenda Nos. to this project manual. Dealer: Port Angeles Fore L-M 1527 East Front Street Port Angeles. WA qRln? Contact: LeRoy Martin Phone: ::3nO-4!:)7-'1l::31 Federal ill #: Ql-' nQQn7? X: ~g ~ Date: (. ~. .JJ I :; Regular Cab Chassis ~SCHEDULE F ~ Options List Order Commodity Code Option Description Quantity Price 2315-134-019 Backup Alarm Delete (DLR)* 1 N!A 2 2315-134-023 Daytime Running Lights (942) 38 2 76. 00 ~ 2315-134-024 Differential, Limited Slip (X8UX5L) ~nh 2 hl? nn 2315-134-029 PTO Provision (Included w/2315-134-035) (62R) 1 ?n.M 2 hr. 140.00 lite 250 ~ - '--- '-'- ,~ ~ 2315-134-032 Spotlight, 6 Inch, Clear Lense, Left (DLR)* 1 390~ 00 - 2315-134-033 Tires, All Terrain Tread, Rear (Set 4) (T9B) 162 2 224.00 .. ~~.-.. ~ " ""-owirrg~Prep-Package 'fl"PlugoWire'Harness,:frailer~ ---r3L;'~---~ 2315-134-034 Brake Warning Kit) (531) 2 ~-264~mr'-~ . 2315-134-036 Undercoating (DLR)* 59 2 118 . 00 Alternators, Dual 130 AMP (Available only wI Diesel 323 646.00 2315-134-049 Engine) (G3T) G3rrNI1 2 , Upfitter Switches for Customer Installation of 2315-134-050 Electrical Add Ons (66S) 1 N/C '0" 2315-134-051 Alternative Seating, Vinyl 40/20/40 Front Bench (TE) 1 340.00 --, 2 Extra Keys "I1ot prograrmned" 8 16.00 d-ttr6ns Total Total State Contract Cost: $49,116.10 (Includes 8.6% State Sales Tax, $85.00 per vehicle processing fee and r $18.50 pervehic/e title fee.) Subtotal $27,407.65 8.6% SST - Purchase Order Processing Fee PerNehicle $85.00 ; Title Application, Filing, Trauma Care Fees PerNehicle $18.50 Total $29,868.21 eacl-J ve~icle#2 .. . ... NON-COLLUSION AFFIDAVIT STATE OF WASHINGTON COUNTYOF /L/t/~ ) ) ) 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. Subscribed and sworn to before me this ,20~ !J No Public in and for the State of Washington. /b ~ Residing at C,h 4- My Comm. Exp.: 4/-/r-o% "t , I, ~ :.. 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 properly 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. " DATE: To: FROM: SUBJECT: 1-.505 FORTANGELES WAS H I N G TON, U. S. A. CITY COUNCIL MEMO June 7, 2005 CITY COUNCIL Glenn A. Cutler, Director of Public Works and Utilities Equipment Purchase: Light Duty Vehicles Summary: Bids for light duty vehicles for sedans and trucks were opened on May 27,2005. The City received bids from Ruddell Auto Mall and Port Angeles Ford, both of Port Angeles. Ruddell Auto Mall's bids were determined to be lowest for schedules C&D. Port Angeles Ford's bids were determined to be lowest on schedules E&F. Due to time extensions granted in this solicitation, the State bid prices for schedules A & B have elapsed and should be re-bid later this year. Recommendation: Authorize the City Manager to sign contracts and purchase orders with Ruddell Auto Mall for schedules C & D and Port Angeles Ford for schedules E & F, and to reject bids on schedules A & B. Background/Analysis: The 2005 budget contains funds to purchase new vehicles for the Public Works & Utilities and Fire Departments. These funds have been transferred to the Equipment Services Division and are available for the procurement. The existing vehicles are beyond their economical life and need to be replaced. All vehicles were available on the State Bid for this procurement when originally solicited; however, due to extending the bid date in order to provIde clarification, the State bid contracts for schedules A & B have subsequently expired. Consequently, a separate invitation for bids will be undertaken for the vehicles planned for in schedules A & B later this year. In addition to pricing from the State bid contracts, bids were solicited from local and Puget Sound area dealers that have expressed an interest in competing against the State Bid prices. Bids were received from two local vendors, Ruddell Auto Mall and Port Angeles Ford. Ruddell Auto Mall was the low bidder on schedules C&D and Port Angeles Ford was low the bidder on schedules E&F. Both Ruddell Auto Mall and Port Angeles Ford will be doing all warranty work for 3 years. They will also provide the City with any copies of schematics for parts and repair work the City might have to do that is not under warranty. This is considered acceptable. The bid results are summarized below. Budgeted funds available for the vehicles are sufficient to cover the cost. N:\CCOUNCIL\FINAL\Equlpment Purchase - LIght Duty Vehlcles.rtf . Bids for Light Duty Vehicles Purchase Contract No. 05-15 A, B, C, D, E, &F (Prices Include Sales Tax and Fees) Schedule Vehicle Type State Bid Ruddell P.A Ford Budget A 05-15A (1 each) 4-DR Sedan $13,885.63 (*) $16,665.60 $19,764.00 B 05-15B (1 each) Passenger Van $17,150.71 (*) $18,916.76 $18,028.00 C 05-15C (2 each) Cargo Van $36,590.26 $35,455.91 $40,000.00 05-15D (1 each) D 1500 4x4 Extended $21,246.83 $19,822.11 $22,778.00 Cab Truck 05-15E (2 each) E Cab and Chassis $49,116.10 $48,424.36 $57,000.00 16,000lb GVWR 05-15F (2 each) $61,571.43 $59,613.36 $70,000.00 F Cab and Chassis 19,000lb GVWR (*) denotes expired State bid prices as of 1 June 2005 It is recommended that the City Manager be authorized to sign contracts and purchase orders with Ruddell Auto Mall for schedules C & D and with Port Angeles Ford for schedules E, & F and reject bids on schedules A & B. N:\CCOUNCIL\FINAL\Equipment Purchase - LIght Duty Vehlcles.rtf