HomeMy WebLinkAbout000478 Original ContractReviewed by
s
andaII :rackett, P.E.
Deputy Director of Operations
ES -12 -002, 2010 or Newer Police Car
PROJECT MANUAL
CONTRACT DOCUMENTS
for
2010 OR NEWER POLICE CAR
PURCHASE CONTRACT NO. ES -12 -002
CITY OF PORT ANGELES
WASHINGTON
February 2012
GLENN A. CUTLER, P.E., DIRECTOR OF PUBLIC WORKS UTILITIES
RANDALL BRACKETT, DEPUTY DIRECTOR OF OPERATIONS
AppFoved by:
City of Port Angeles
Record #000478
William Bloor
City Attorney
page 1 of 20
CITY OF PORT ANGELES
INVITATION TO BID
for
2010 or Newer Police Car
Sealed bids will be received by the Public Works and Utilities Director until 2:00 PM, Thursday,
April 5, 2012 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. One (1) used 2010 or newer fully outfitted Ford Crown Victoria Police Interceptor or
Equal
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, between the hours
of 7:OOam and 3 City of Port Angeles, 321 E. 5 Street, Port Angeles, Washington 98362,
(360) 417 -4541. Technical questions regarding this bid should be addressed to Dennis McBride,
Fleet Manager at (360) 565 -3860, between the hours of 7.00 AM and 3.30 PM.
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 APRIL 5,
2012 PURCHASE CONTRACT NO. ES -12 -002. 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 Glenn Cutler, Director of Public Works Utilities
PO Box 1150, 321 East Fifth Street
Port Angeles, Washington 98362
PUBLISH: Peninsula Daily News March 18, 2012
ES -12 -002, 2010 or Newer Police Car page 2 of 20
INSTRUCTIONS FOR BIDDERS
2010 or Newer Police Car
BID SUBMITTAL:
All bids must be sealed with the outside of the envelope marked with the words:
"BID OPENING DATE: APRIL 5, 2012 PURCHASE CONTRACT NO. ES -12-
002." 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: Glenn Cutler, Director of Public Works Utilities
PO Box 1150, 321 East Fifth Street
Port Angeles, Washington 98362
It is the intent of the attached specifications to describe the minimum
requirements for the materials requested in sufficient detail to secure bids on
comparable materials. All parts included in the bid shall conform in strength,
quality of workmanship and material to that which is usually provided the trade in
general. Any variance from the specifications or standards of quality must be
clearly pointed out in writing by the bidder.
Do not make reference to brochures or supporting literature on the bid sheet. All
notations for bid compliance or exceptions are to be made on the bid sheet
or on a plain piece of paper attached and referenced to the bid item.
The City's bid sheet must be signed by the bidder or its agent in order for
the proposal to be accepted. If alternate materials are proposed, bidders are
required to submit a separate bid sheet for each unit offered.
All bids must be made on the required bid form and in cases of errors in the
extension of prices in the bid, the unit prices will govern. All blank spaces for bid
prices must be filled in, with ink or typewritten, and each bid form for which the
bidder is providing a bid must be fully completed and executed when submitted.
Only one copy of each complete bid form is required. The completed bid form(s)
must be accompanied by one completed Bid Signature Sheet, and one
completed Non Collusion Affidavit form. Faxed bids will not be accepted.
Failure to adhere to instructions may constitute disqualification of proposal.
TRADE -IN OFFER:
The trade -in offer is a separate optional bid item specifically associated to a new
vehicle bid item that is being procured. The City of Port Angeles reserves the
right to accept or reject any or all trade -in offers submitted by bidder. The
acceptance or rejection of the trade -in offer shall be solely at the City's discretion.
Bids submitted without a trade -in offer will not be disqualified.
ES -12 -002, 2010 or Newer Police Car page 3 of 20
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.
The basis of determining award for each vehicle does not include the trade -in
offer bid item nor optional equipment and their associate taxes. Award of the
trade -in offer bid item will only be made to vendor that is awarded the bid item
specifically for the new vehicle bid item that is associated to it.
COMPLIANCE WITH SPECIFICATIONS:
The equipment must be in accordance with the specifications.
Failure on the Contractor's part to comply with any specification herein will be grounds
for disqualification of the bid.
All items called for in the specifications, including but not limited to the equipment
constructed as shown, and the necessary manuals, must be complied with before the
final payment can be processed.
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.
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 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 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. Delivery shall be made within the time
period specified on the Schedule but not later than 180 days after the contract is signed.
GENERAL INFORMATION:
The City of Port Angeles reserves the right to consider delivery time and may waive any
informalities or 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
ES -12 -002, 2010 or Newer Police Car page 4 of 20
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 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 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
Ihanley us.
STANDARD TERMS AND CONDITIONS:
THE PURCHASE CONTRACT INCLUDES THE FOLLOWING TERMS AND
CONDITIONS AND THE PUBLISHED RULES, REGULATIONS, AND LAWS OF
THE CITY OF PORT ANGELES AND THE STATE OF WASHINGTON, WHICH
ARE HEREBY INCORPORATED BY REFERENCE.
1. CHANGES: No alteration in any of the terms, conditions, delivery price,
quality, quantities, or specification will be effective without written consent of
the appropriate representative of the City.
ES -12 -002, 2010 or Newer Police Car page 5 of 20
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.
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 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; and
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; and further
c. To authorize the City to deduct these liquidated and actual 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 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
ES -12 -002, 2010 or Newer Police Car page 6 of 20
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. TAXES: 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
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 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
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. 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.
17. 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.
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
ES -12 -002, 2010 or Newer Police Car page 7 of 20
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 PURCHASER TO ANY ADDITIONAL OR DIFFERENT TERMS
PROPOSED BY VENDOR CONTRACTOR AS A CONDITION OF
ACCEPTANCE OR DELIVERY.
ES -12 -002, 2010 or Newer Police Car page 8 of 20
PURCHASE CONTRACT
THIS AGREEMENT is made and entered into this day of
2012, between the City of Port Angeles (hereinafter called the "Purchaser") and
Systems for Public Safety, Inc. (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 City in the form of a purchase order, and the Purchaser
agrees to purchase and receive from Contractor the equipment as described and
set forth in the Contract Documents, Schedule A, and the provisions of the
Contractor's bid attached and made a part hereof.
ARTICLE III
ASSIGNMENT
The Contractor shall not assign any of its responsibility under this Contract
without the express written consent of the Purchaser.
ARTICLE IV
APPLICABLE LAW AND VENUE
This Contract shall be governed by, and construed in accordance with, the
applicable laws of the State of Washington. Any legal proceedings to determine
the rights and obligations of the parties hereunder shall be brought and heard in
Clallam County Superior Court.
ES -12 -002, 2010 or Newer Police Car page 9 of 20
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.
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.
ES -12 -002, 2010 or Newer Police Car page 10 of 20
By:
Waiver of any
deemed a waiver
Contract shall be
instrument signed
Title: Pr es 6 I'i-
Dated: 5- 9 12
ATTEST:
ARTICLE VIII
WAIVER
breach of any term or condition of this Contract shall not be
of any prior or subsequent breach, no term or condition of this
held to be waived, modified, or deleted except by a written
by the parties hereto.
SYSTEMS FOR PUBLIC SAFETY, INC. CITY OF PORT ANGELES
By: t cpk...._.----
Title: 15.14-cam' Ca-i N'1-° ts42.9v—
Dated: !0 if 1 I J2
ATTEST:
Apprpved to as to for
City Attorney
ES 002, 2010 or Newer Police Car page 11 of 20
City of Port Angeles
Invitation to Bid
Purchase Contract: ES -12 -002
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:
Schedule A
2010 or Newer Police Car
SCOPE OF BID
The purpose of this specification is to obtain one (1) used 2010 or newer fully outfitted
Ford Crown Victoria Police Interceptor or equal 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.
CONTRACT PERIOD
The contract is to be in effect for a period of one year from the date of the award.
PRICING
ES -12 -002, 2010 or Newer Police Car page 12 of 20
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.
For vehicles delivered to the City by the vendor, date of delivery will be date of receipt
and /or acceptance of vehicle, whichever is later, at customer user's location. For
vehicles to be picked up at dealer's facility for credit, date of delivery will be considered
to be the date the vendor notifies user 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.
ES -12 -002, 2010 or Newer Police Car page 13 of 20
CATEGORY
ITEM
MINIMUM SPECIFICATIONS
COMPLY
EXCEPTIONS
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 laws, rules, regulations and standards in
effect at the time of manufacture.
Used 2010 or newer Ford Crown Victoria P71 Police Interceptor
Vehicle
1
One used 2010 or newer Ford Crown
Victoria P71 Police Interceptor or
equal with 20,000 or less miles.
Vehicle color must be white.
2
Differential gear ration shall be 3.55
1 1.1 itlm ,leagl
3
Brakes shall be Raybestos
performance brake pads and rotors.
Y'
Two (2) sets of keys
Pre delivery inspection report
Warranty books
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.
The application for Certificate of Title must have the following address:
City of Port Angeles
321 E 5 St.
P.O. Box 1150
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.
SPECIFICATIONS:
2010 or Newer Police Car
ES 002, 2010 or Newer Police Car
page 14 of 20
CATEGORY
ITEM
MINIMUM SPECIFICATIONS
COMPLY
EXCEPTIONS
19
The console shall be wired and ready
for installation of the radios. The
vehicle shall also be wired and ready
for the installation of a computer
mount SECTOR printer.
Y-
20
All added electrical equipment shall
be wired to a power supply fuse
panel separate from the factory
installed fuse panel.
Misc.
21
A one year full warranty on the
vehicle and all installed equipment
will be included. Seller warranty is
acceptable. A written statement of
the warranty will be included with the
vehicle.
22
The unit shall be delivered to:
City of Port Angeles
Equipment Services
1703 B St. building L
Port Angeles Washington by the
winning bidder.
Number of days for delivery after
issuance of the Purchase Order
Days I '1 5
ES -12 -002, 2010 or Newer Police Car page 16 of 20
CATEGORY
ITEM
MINIMUM SPECIFICATIONS
COMPLY
EXCEPTIONS
4
Suspension: Systems for Public
Safety 404 performance package or
equivalent to include: upgraded
springs front rear, performance
sway bars, performance shocks.
—74"►
5
The engine shall have a cold air
intake installed.
---k-
6
Tires shall be 17" (inches) Firestone
Firehawk Pursuit GT V rated.
Installed
Hardware
7
The vehicle shall be fully outfitted for
police work, less radios or computer,
to include the following: (Items 8, 9,
10, and 11 below)
8
Factory installed passenger driver
side spot lights.
)C
9
Setina rear seat barrier Setina
aluminum push bumpers.
Y.
10
A plastic rear seat insert for prisoner
transport will be installed.
11
An AR15 locking rifle mount with key
lock remote release switch.
Installed
Electrical
Equipment
12
A Soundoff CA spec red /blue ETL
LED lightbar shall be installed.
'7(,
13
Soundoff rear arrow stick.
i-
WiIZI Ce) TAP o
14
Driver passenger side Whelan 500
series LED mirror lights.
15
Whelan 500 series LED red /blue 45
degree push- bumper lights
16
Whelan 500 series dash mounted
red /blue lights
",c.
17
Dash or push- bumper Opticom traffic
control emitter
18
A control console with all lights, siren
radio controls integrated. Console
will be mounted to accommodate the
installation of a stand docking
station for a CF -19 computer.
ES -12 -002, 2010 or Newer Police Car
page 15 of 20
Bid Price one (1) used 2010 or newer fully outfitted Ford
Crown Victoria Police Interceptor or Equal
�a �/S O
o
Total with Washington State sales tax:
Note If vehicle is purchased outside Washington State,
state sales tax of 8 7% shall apply Vehicles purchased in
the state of Washington, state sales tax of the origination
of vehicle shall apply.
1 cj (Pc
i
pjpr& „(ma
;d
Total Bid Amount:
3
°I
22,�1►
City of Port Angeles
Bid No. ES -12 -002
BID FORM
2010 or Newer Police Car
Bidder must bid on all bid items except trade -in offer 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.
ES-12-002, 2010 or Newer Police Car
page 17of20
City of Port Angeles
Bid No. ES -12 -002
2010 or Newer Police Car
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?
1 ,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. c 1 n
FULL LEGAL NAME OF BIDDER L\S *f YY1S Yubi (G &-d-1'e
TYPE OF BUSINESS: `Corporation Partnership (general) Partnership
(limited)
Sole Proprietorship Limited Liability Company
ADDRESS 10005 Lal-eV ■eW ,Pc-Ni e Sv./
CITY /STATE /ZIP aVev\i oc= IN A 0 183/4 qc1
PHONE 7, -1103 FAX 2c67 -6 193 it-0
NAME (PLEASE PRINT) ?a o
TITLE Pre lJ�
SIGNED
DATE 3/3C/(L
ES -12 -002, 2010 or Newer Police Car page 18 of 20
STATE OF WASHINGTON
COUNTY OF 11 Yc2
ES -12 -002, 2010 or Newer Police Car
NON COLLUSION AFFIDAVIT
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
tf AI7 1% 8Z I I I
its
s
'aB k of o 0 1i
A-4 _11111110 .1"- 111111111
ure o Bidder /Contractor
v da ay y of
ate of
Residing at
My Comm. Exp.:
page 19 of 20
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. BID MUST BE SUBMITTED BY THE TIME AND DATE SPECIFIED IN ORDER TO BE
CONSIDERED A VALID BID.
ES -12 -002, 2010 or Newer Police Car
page 20 of 20