Loading...
HomeMy WebLinkAbout000747 Original Contract City of Port Angeles Record #000747 PROJECT MANUAL CONTRACT DOCUMENTS for 2014 Hybrid Sedan PURCHASE CONTRACT NO. ES-14-007 SORT Lo KS CITY OF PORT ANGELES WASHINGTON MARCH 2014 CRAIG FULTON, P.E., DIRECTOR OF PUBLIC WORKS & UTILITIES MIKE PUNTENNEY, P.E., CITY ENGINEER Reviewer, ,by: Approved by: ikdOdntehhey, P:"I _ _ ..._.... w William Bloor City Engineer City Attorney ES-14-007, 2014 Hybrid Sedan `` page 1 of 19 CITY QF PORT ANGELES INVITATION TOBID for 2014 Hybrid Sedan Sealed bids will be received by the Public Works and Utilities Director until 2:00 PK4, Tuesday, April 01' 2O14 and will ba opened and reed in the Jack Pittis North & South Conference Rooms, Port Angeles City Hall, 321 East Fifth Street, Port Angeles, Washington A8302. Bids will be taken for the following materials: 2014 Ford Fusion Hybrid 4-Door Sedan orEqual The terms of delivery are 120 calendar days from issuance of purchase order. 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 Oeportment, between the hours of8:8Oem and 4:00pm, City ofPort m Ango|ea. 3�1 E. 5 Street, Port Angeles, Washington 98362. (3G0) 417-4S41. Technical questions regarding this bid should be addressed to Dennis McBride, Fleet Manager at(30O) SS6-388O. between the hours of7:OOAK4 and 3:O0PM. The City nf Port Angeles (hereafter"City") reserves the right to reject any orall bids and to waive minor irnagu|otiee in the bids. Subject(n the foregoing, the contract may beawarded to the |uvveet responsible bidder. Minority and women owned businesses shall be afforded full opportunity to submit bids in response to this invitoUon, aho|| not be discriminated against on the grounds of sex, race, oo|nr, agu, 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 "B|0 OPENING DATE MARCH 27, 2014 PURCHASE CONTRACT N{}. ES-14-007. The name and address of the bidder shall also appear on the outside of the envelope. Bids shall be addressed: Public Works and Utilities Department Attn: Lucy Hanley, Contract Specialist PC} Box 115O, 331 East Fifth Street Port Angeles, Washington Q83O2 PUBLISH: Peninsula Daily News: K4oroh 10, 2014 ES-14-0O7, 2O14 Hybrid Sedan page 2of10 INSTRUCTIONS FOR BIDDERS 2014 Hybrid Sedan BID SUBMITTAL: All bids must be sealed with the outside of the envelope marked with the words: "BID OPENING DATE: APRIL 01, 2014; PURCHASE CONTRACT NO. ES-14- 007." The name and address of the bidder shall also appear on the outside of the envelope. Bids shall be directed to: Public Works and Utilities Department Attn: Lucy Hanley, Contract Specialist PO Box 1150, 321 East Fifth Street Port Angeles, Washington 98362 It is the intent of the attached specifications to describe the minimum requirements for the materials requested in sufficient detail to secure bids on comparable materials. All parts included in the bid shall conform in strength, quality of workmanship and material to that which is usually provided the trade in general. Any variance from the specifications or standards of quality must be clearly pointed out in writing by the bidder. Do not make reference to brochures or supporting literature on the bid sheet. All notations for bid compliance or exceptions are to be made on the bid sheet or on a plain piece of paper attached and referenced to the bid item. The City's bid sheet must be signed by the bidder or its agent in order for the proposal to be accepted. If alternate materials are proposed, bidders are required to submit a separate bid sheet for each unit offered. All bids must be made on the required bid form and in cases of errors in the extension of prices in the bid, the unit prices will govern. All blank spaces for bid prices must be filled in, with ink or typewritten, and each bid form for which the bidder is providing a bid must be fully completed and executed when submitted. Only one copy of each complete bid form is required. The completed bid form(s) must be accompanied by one completed Bid Signature Sheet, and one completed Non-Collusion Affidavit form. Faxed or emailed bids will not be accepted. Failure to adhere to instructions may constitute disqualification of proposal. BASIS OF AWARD: The basis of award will be determined by the value of the base bid for each vehicle including all mandatory equipment, taxes, and licensing for that vehicle. COMPLIANCE WITH SPECIFICATIONS: The equipment must be in accordance with the specifications. Failure on the Contractor's part to comply with any specification herein will be grounds for disqualification of the bid. ES-14-007, 2014 Hybrid Sedan page 3 of 19 All items C8U8d for in the SDeCifiCaLoDG' including but not U[Dd8d to the equipment CODsLR!Ct8d as shown, and the necessary manuals, must be complied with before the final payment can b8processed. Where the description of an item iDC|Ude9 both specifications and 8 brand name and DUOlb9r' the specifications Gh@|| gOw8[D in c8SH of conflict. Brand O8Ol8 and number are for [8f8[8OC8 as to the type and quality required and do not p[0C|Ud8 0M8[G Of a coO0p8[@b|H or better p[OdUCt' provided full specifications and descriptive literature accompany the offer. F8i|UR3 to include full descriptive |ite[8iU[H may be cause to reject the offer. WARRANTY: The purchased vehicle must have fU|| M8OVf8ctVF8['s new-vehicle warranties, and the warranties must inure tO the benefit Vf the City. Contractor agrees to these VVG[r8DtY p[DVisiVDG by signing the bid proposal. SAFETY: This unit Sh8|| CODlp|eL8|Y comply with all State and F8d8[8| |aVVS' rules, P8gU|GtiODs and codes iO effect 3t the time Ofdelivery. The unit Sh8|| be tested by the sUCCeS5fU| bidder for compliance with all O8HAIVV|SHA regulations and the State Department Of Labor and Industries E|8Ct[i:8| VVo[ke[S Safety RU|8S. DELIVERY& ACCEPTANCE: The t8[DlG of delivery are 120 calendar days from issuance of purchase order. D8|iV8[i8S shall b0free oD board (F(]B). For any exception to the delivery date as specified in this COD\[8Ct' Vendor shall give prior notification and obtain VVFitt8D 8pp[OV8| Lh8[8iO from the City. Time i8 of the essence and the COOt[8Ct is subject to t8[O0iD8UoD for f8i|U[8 to deliver as specified and/or appropriate damages. The acceptance by the City Vflate performance with or without objection or reservation Sh8|| not waive the right to C|8iQO damage for such b[88Ch OO[ constitute @ vv8iv8[ of the [8qUi[80eDtS for the timely performance of any Ob|iQ8hOn remaining tObe performed byVendor. The successful bidder shall be responsible for delivery tD the City's garage, 1703 South B Street, Building L in Port Angeles, VV8ShiDgt0O, between the hnU[S of 7:00 AM and 3:00 PM during the City's normal work day. GENERAL INFORMATION: The City of Port Angeles [8SerV8S the right 1O COOSid8[ delivery time and may waive any DliDO[ defects or reject any and all bids. Any bid may be vvithd[8VVD prior to the above SChHdU|8d time for the opening of bids or authorized postponement thereof. Any bid received after the time and date specified Sh8|| not be considered. No Bidder will be permitted to withdraw its pPOp0G@| between the closing time for receipt Of proposals and the execution of contract, UO|eSS the 8VV8Pd is delayed for period exceeding sixty (60) C8|8Od@[ days. The City Of Port Angeles Dl8y' at its option, in awarding this pUrCh8SH CODt[8Ct, take into consideration the [8V8OuH it vvOu|d receive from purchasing the ES-14-007, 2O14 Hybrid Sedan page 4of1Q 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 contracts@cityofpa.us. STANDARD TERMS AND CONDITIONS: THE PURCHASE CONTRACT INCLUDES THE FOLLOWING TERMS AND CONDITIONS AND THE PUBLISHED RULES, REGULATIONS, AND LAWS OF THE CITY OF PORT ANGELES AND THE STATE OF WASHINGTON, WHICH ARE HEREBY INCORPORATED BY REFERENCE. 1. CHANGES: No alteration in any of the terms, conditions, delivery price, quality, quantities, or specification will be effective without written consent of the appropriate representative of the City. 2. HANDLING: No charges will be allowed for handling, including but not limited to packing, wrapping bags, containers or reels, unless otherwise stated herein. ES-14-007, 2014 Hybrid Sedan page 5 of 19 3. PAYMENTS: Invoices will not be processed for payment until receipt of a properly completed invoice or invoiced items, whichever is later. Payment will be made within 30 days of receipt of invoice. 4. DAMAGES FOR DELAY: Delays add cost to the City in the form of time needed for operational duties, administration and supervision and in the form of replacement equipment rental. Because the City finds it impractical to calculate all of the actual cost of delays, it has adopted the following to calculate liquidated damages for failure to complete the delivery of the equipment/material on time. Accordingly, the Contractor agrees to the following: a. To pay liquidated damages in the amount of$25 for each working day beyond the number of working days established for physical delivery of the equipment/material; and b. To authorize the City to deduct these liquidated damages from any money due or coming due to the Contractor. 5. SHIPPING INSTRUCTIONS: Unless otherwise specified, all goods are to be shipped prepaid, F.O.B. Destination. 6. 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. 7. IDENTIFICATION: All invoices, packing lists, packages, shipping notices, instruction manuals, and other written documents affecting this Contract shall contain the applicable purchase contract number. 8. INFRINGEMENTS: Contractor agrees to protect and hold harmless the City against all claims, suits or proceedings for patent, 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. 9. WARRANTIES: Contractor warrants that articles supplied under this Contract conform to specifications herein and are fit for the purpose for which such goods are ordinarily employed, except that if a particular purpose is stated, the material must then be fit for that particular purpose. 10. ASSIGNMENTS: The provisions or moneys due under this Contract shall only be assignable with prior written consent of the City. 11. 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. ES-14-007, 2014 Hybrid Sedan page 6 of 19 12. 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. 13. 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. 14. 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. 15. 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. 16. 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. 17. BRANDS: When a special brand is named it shall be construed solely for the purpose of indicating the standards of quality, performance, or use desired. Brands of equal quality, performance, and use shall be considered, provided the bidder specifies the brand and model and submits descriptive literature when available. Any bid containing a brand that is not of equal quality, performance, or use specified must be represented as an alternate and not as an equal, and failure to do so shall be sufficient reason to disregard the bid. 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. ES-14-007, 2014 Hybrid Sedan page 7 of 19 PURCHASE CONTRACT THIS AGREEMENT is made and entered into this -/5'day of 2014, between the City of Port Angeles (hereinafter called the "Purchaser") and Ruddell Auto Mall, Washington (hereinafter called the "Contractor", "Vendor", or "Bidder"). WITNESSETH: That the Purchaser and the Contractor, in consideration of the performance of the terms and conditions hereinafter mentioned, agree as follows: ARTICLE I CONTRACT DOCUMENTS The complete contract includes the Invitation to Bid, the Instructions to Bidders, the Bid, the Specifications, the Standard Terms and Conditions, the Purchase Order Requisition, and the Purchase Contract. The foregoing documents shall hereinafter be called "Contract Documents" or "Contract". All obligations of the Purchaser and the Contractor are fully set forth and described herein. In the event of a discrepancy between any of the Contract Documents, as above defined, the Purchaser shall give a written interpretation thereof, which interpretation shall govern. ARTICLE 11 CONTRACT COST The Contractor agrees to sell and deliver to the Purchaser, at the delivery points specified by the Purchaser in the form of a purchase order, and the Purchaser agrees to purchase and receive from Contractor the equipment as described and set forth in the Contract Documents, Schedule A, and the provisions of the Contractor's bid attached and made a part hereof. ARTICLE III ASSIGNMENT The Contractor shall not assign any of its responsibility under this Contract without the express written consent of the Purchaser. ARTICLE IV APPLICABLE LAW AND VENUE This Contract shall be governed by, and construed in accordance with, the applicable laws of the State of Washington. Any legal proceedings to determine the rights and obligations of the parties hereunder shall be brought and heard in Clallarn County Superior Court. ES-14-007, 2014 Hybrid Sedan page 8 of 19 ARTICLE V NONDISCRIMINATION During the performance of this Contract, the parties shall conduct their business in a manner which assures fair, equal and nondiscriminatory treatment of all persons, without respect to race, creed, color, sex, Vietnam era veteran status, disabled veteran condition, physical or mental handicap, or national origin, and, in particular: 1 The parties will maintain open hiring and employment practices and will welcome applications for employment in all positions from qualified individuals who are members of the above stated minorities. 2. The parties will comply strictly with all requirements of applicable federal, state or local laws or regulations issued pursuant thereto, relating to the establishment of nondiscriminatory requirements in hiring an employment practices and assuring the service of all patrons and customers without discrimination with respect to the above-stated minority status. ARTICLE VI TERMINATION OF CONTRACT In the event that any of the provisions of this Contract are violated by the Contractor or the Contractor's subcontractors, the Purchaser may serve written notice of intention to terminate such Contract upon the Contractor, which notice shall specify the reasons therefore. Unless within thirty (30) days after serving such notice upon the Contractor such violation shall cease and an arrangement for the correction thereof satisfactory to the Purchaser be made, the Contract shall, upon the expiration of the said thirty (30) days, cease and terminate. In the event of any such termination, the Purchaser may purchase the materials necessary for complete performance of this Contract, and the Contractor shall be liable to the Purchaser for any excess cost thereby. ES-14-007, 2014 Hybrid Sedan page 9 of 19 ARTICLE VIII WAIVER Waiver of any breach of any term or condition of this Contract shall not be deemed a waiver of any prior or subsequent breach, no term or condition of this Contract shall be held to be waived, modified, or deleted except by a written instrument signed by the parties hereto. RUDDELL AUTO MALL CITY OF PORT ANGELES By: &rt,4 k By: Title: T-Af-r Title: Dated: q- 25- 1 `f Dated: ATTEST: ATTEST: Ci lerk EXP. TA 0 Approved to as to form,, WAS City Attorney ES-14-007, 2014 Hybrid Sedan page 10 of 19 City of Port Angeles Schedule A Invitation to Bid 2014 Hybrid Sedan Purchase Contract: ES-14-007 GENERAL DESCRIPTION OF EQUIPMENT BEING BID: Bidders may list variations to these minimum specifications in the "Exception" section of the bid sheets. Bidders may also suggest alternatives to specified name brand products specified by the City of Port Angeles in the "Exception" section as an "Approved Equal." To be considered as an "Approved Equal,"the specifications of the suggested alternative must, be attached for our review. The City of Port Angeles will be the sole judge for approving other brands offered as equals to the brand specified. Bidders are also encouraged to list and price any options that are felt to enhance the use of item bid and/or would be desirable. All standard equipment to be included, specified or not. When a Society of Automotive Engineers (SAE), American National Standard Institute (ANSI), American Society for Testing and Materials (ASTM), American Welding Society (AWS) "Reference" is cited, it is to establish an expected level of performance, level of testing or design basis. GENERAL BID PROVISIONS: SCOPE OF BID The purpose of this specification is to obtain one (1) 2014 Ford Fusion Hybrid 4-door sedan or equal for the City of Port Angeles pool fleet. ITEMS TO BE INCLUDED WITH BID All major components of the requested equipment must be manufactured or distributed by the original equipment manufacturer and advertised on a factory brochure as a standard or optional component. Bidder is to include the factory brochure with the bid. Equipment that has had its features or size reduced to below what the factory says is necessary will not be accepted. Features and/or minimums listed on this brochure as a factory required minimum for the size of the unit bid must be included in the bid to ensure that the equipment offered not only meets these specifications, but also includes factory-listed requirements for its particular size. PRICING A. The City reserves the right to increase or decrease quantities under this contract and pay according to the unit prices quoted in the proposal any time during the contract period. B. The City is entitled to any promotional pricing during the contract period which is lower than pricing as provided in the bid. DELIVERY DATE ES-14-007, 2014 Hybrid Sedan page 11 of 19 The bidder must state 0D the Standard Specifications sheet the number Of days after the date the purchase order iS issued that delivery Of all contract specified units are 8SUDl8t8d. DELIVERY LOCATION The unit will be d8|iV8Fgd by the vviDDiDg bidder to the City CO[pOn@tiOD y8Rj 8t: 1703 South B SL Building L Port Angeles WA. Q8383 BID EVALUATION The award Of this contract will not be based OD cost alone, 8s other factors and features specified iO the Standard Specifications are equally important. Minor deviations from these specifications will be considered, provided the DlaOUf8CiUR}[ V[dealer submits in writing 3fU|| description, in detail, for each V8[i8tiOD, with Fef8[HOCe made tO each item tO which the variation will apply. These variations must besubmitted with, and made @ part of, this bid. |fOO variations are called out, the bidder will be required tO meet O[exceed each item iO the specifications 8Swritten. The City will make evaluation oO information supplied. U more than one make OFmodel iS offered, please copy the appropriate bid sheets. A separate bid shall be submitted for each item [0b8evaluated. APPROVED EQUAL The term "Approved equal" shall mean that the quality Of equipment must meet the quality Ofthe named reference and receive City approval. The City shall be the sole arbiter iDthe determination Of equality and reserves the right to reject any and all bids and accept the bid 0[ bids that, iO the sole and absolute judgment Of the City, will best serve the interests of the City. ITEMS REQUIRED FOR DELIVERY OF EQUIPMENT • Signed priced invoice • Pre-delivery inspection report • Warranty books • ASCII and paper copy Vf Equipment Parts Line Setting Chart • Parts, service and operator's manuals and drawings (as per specifications) • All documents required for Licensing and Registration All it8r0S called for in the specification must b8supplied to the City before the final invoice will be processed. The application for Certificate of Title must have the fO||OVViOg address: City 0f Port Angeles 321 E5 m SL P.O. Box 1150 Port Angeles, VVA08302 ES-14-007' 2O14 Hybrid Sedan page 12nf19 AVAILABILITY In the event items ordered become unavailable and cannot be supplied out of current model year production, a unit deemed by the City to be equal must be supplied. If a substitute is not available or acceptable, then a similar unit from the next model year must be supplied at the same price. If time does not permit this,the order may be canceled, and the vehicle purchased from other sources. The vendor will reimburse the City for all costs over the contract price. If substitute/similar unit is obtained, vendor will not be assessed the liquidated damages cited above. WARRANTY REPAIRS The company/dealership awarded this contract will be responsible for any warranty repair work required on any equipment or options installed per these specifications. STANDARD SPECIFICATIONS: 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. 20'4 Ford Fusion Hybrid 4-Door Sedan or Eqqal MINIMUM SPECIFICATIONS COMPLY ITEMS Yes/No EXCEPTIONS 1 Ford Fusion"S" 4-Door Sedan (HYBRID jjff0U/400A) -­­­­­-Engine, 2.01-iVCT 1-4 Atkinson Cycle Engine wl Hybrid 2 Electric Sntem Air Bags, Driver& Passenger Knee& Dual Stage Front, Front 3 Seat Side-Impact, Side Air Curtains Air Conditioning, Dual-Zone Electronic Automatic 4 Temperature Control Automatic Transmission, Continuousl Variable(gffj U,SPI- )Al 7 s71 6 Cruise Control Tilt Steering Wheel 8 Tinted Glass All Around Tires, P205/60R16 Steel Belted All Season Radials with 16" 9 steel wheels 10 Tire Repair kit Brakes, 4-Wheel Anti-Lock Braking System, Regenerative g 11 Braki in1 (3 12V Cigarette Lighter or Auxiliary Power Source Power Mirrors, Dual Side view 14 Power Windows/Door Locks 15 Power Steer n 16 Stereo q'factor installe AM/FM/CD/MP3 Full Length ES-14-007, 2014 Hybrid Sedan page 13 of 19 18------- Electric Rear Window Defroster -intermittent ip2rs 20 Power Side View Mirrors Cloth Seats(EcoCloth), Front Buckets, 6-Way Man I bld- Driver's, 4-Way Manual Passenger's, 60/40 Split Fold Down 22 Rear Seat Factory Warranty 3/36 with 5160 Po rtrain and 81100 o +4Z 2�4.4 I . 24 HybrId INAI--d 25 Tire chain/Traction Device com atible as equipped ab US EPA 28 Cha Days to deliver after receipt of order 60 TO 90 days after 29 order ---'--��---'--Startinq Date of Model Year Production 07115/2013 31 Color-Oxford White C2-) Indicate estimated number of days after the purchase order is received DAYS: 1 9 32 that the unit will be delivered to the city. The maximum number of days U(2- shall not exceed 120 days. TS--1-4-007, 2014�Hybrid Sedan page 14 of 19 It of Port Angeles Bid No. ES-14-007 BID FORM 2014 Hybrid Sedan 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. BID ITEWS— H N I............Base Model, 2014MY Fusion ybrid 4-Door sedan, (POU/400A)as outfitted in required standard snecificafions 2 Manuals, Service(CD)(OLR) 3 Trunk Cargo Not(96B) 6V 4 Undercoating (DLR) 0 5 Rear Inflatable Seatbelts(6713) 2 6 All-Weather Floor Mats Set Su_total &AL Washington State sales tax: Note:If vehicle is purchased outside Washington State,8.7%state sales tax shall apply. Vehicles purchased In the state of Washington,state sales tax of the origination of vehicle $ -LV Total Base Bid Amount: $ E -14-007, 2014 Hybrid Sedan page 15 of 19 it of Port Angeles Bid No. ES-14-007 2014 Hybrid Sedan 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( ). _to this project manual. The undersigned hereby accepts the terms and conditions as set forth herein. This bid submittal sheet must be signed and dated by the bidder or a representative legally authorized to bind the bidder. FULL LEGAL NAME OF BIDDER TYPE OF BUSINESS: corporation ❑ Partnership (general) ❑ Partnership (limited) ❑ Sole Proprietorship ❑ Limited Liability Company ADDRESS CITY/STATE/ZIP PHONE FAX NAME (PLEASE PRINT) TITLE SIGNED DATE am°° ES-14-007, 2014 Hybrid Sedan page 16 of 19 NON-COLLUSION AFFID"IT STATE OF WASHINGTON COUNTY OF Lt Ll 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, - 19 - �7_ naf;6'r6 of Bidder/Contractor Subscribed and sworn to before me this day of)V 20 15 &o---t4,r-y Public in andfior the EXP 0080 1. State of L146'1,,' �A Atjs A Residing 'x<�' My Comm. Exp.:_'!,,") ES-14-007, 2014 Hybrid Sedan page 17 of 19 'O0,pORT4, BIDDER'S CHECKLIST K 1 Has the Bid Submittal Sheet been properly signed, and corporate seal affixed, if applicable? 2. Has the Non-Collusion Affidavit been property executed? 3. Have all Addenda, if any, been acknowledged on the Bid Submittal Sheet? 4. BID MUST BE SUBMITTED BY THE TIME AND DATE SPECIFIED IN ORDER TO BE CONSIDERED A VALID BID. ES-14-007, 2014 Hybrid Sedan page 18 of 19 Prepared For: Prepared By: LUCY HANLEY GARRETT THOMAS CITY OF PORT ANGELES 321 EAST FIFTH STREET PO BOX 321 PORT ANGELES,WA 98362 Phone: (360)457-0411 2014 Retail Hyundai Sonata Hybrid 4r Sdn G0402F4S PRICING PRICING _SUMMARY 2014 Retail G0402F4S 4dr Sdn sP Base Price $26,000.00 Total Options: $0.00 Vehicle Subtotal $26,000.00 Advert/Adjustments $0.00 Destination Charge $810.00 GRAND TOTAL $26,810.00 Report content is based on current data version referenced. Any performance-related calculations are offered solely as guidelines. Actual unit performance will depend on your operating conditions. GM AutoBook, Data Version: 324.0, Data updated 3/18/2014 0 Copyright 1986-2012 Chrome Data Solutions, LP.All rights reserved. Customer File: March 26, 2014 2:17:46 PM Page 1 Prepared For: Prepared By: LUCY HANLEY GARRETT THOMAS CITY OF PORT ANGELES 321 EAST FIFTH STREET PO BOX 321 PORT ANGELES,WA 98362 Phone: (360)457-0411 2014 Retail Hyundai Sonata Hybrid 4dr Sdn G0402F4S SELECTED MODEL & OPTIONS SELECTED MODEL-2014 Retail G0402F4S 4dr Sdn Code Description MSRP G0402F4S 2014 Hyundai Sonata Hybrid 4dr Sdn $26,000.00 SELECTED VEHICLE COLORS-2014 Retail G0402F4S 4dr Sdn Code Description - Interior: No color has been selected. Exterior 1: No color has been selected. Exterior 2: No color has been selected. SELECTED OPTIONS-2014 Retail G0402F4S 4dr Sdn CATEGORY Code Description MSRP OPTION PACKAGE 01 OPTION GROUP 01 $0.00 PRIMARY PAINT WHC PORCELAIN WHITE PEARL $0.00 PAINT SCHEME STANDARD PAINT $0.00 SEAT TRIM YDA CAMEL, PREMIUM CLOTH SEATING SURFACES $0.00 OPTIONS TOTAL $0.00 Report content is based on current data version referenced. Any performance-related calculations are offered solely as guidelines. Actual unit performance will depend on your operating conditions. GM AutoBook, Data Version: 325.0, Data updated 3/25/2014 O Copyright 1986-2012 Chrome Data Solutions, LP.All rights reserved. Customer File: March 31, 2014 2:45:19 PM Page 2 Prepared For: Prepared By: LUCY HANLEY GARRETT THOMAS CITY OF PORT ANGELES 321 EAST FIFTH STREET PO BOX 321 PORT ANGELES,WA 98362 Phone: (360)457-0411 2014 Retail Hyundai Sonata Hybrid 4dr Sdn G0402F4S EQUIPMENT STANDARD STANDARD EQUIPMENT-2014 Retail G0402F4S 4dr Sdn ENTERTAINMENT • Radio:AM/FM/SiriusXM/CD/MP3 Audio System-inc: !Pod/USB and auxiliary inputs,6 speakers(2 front-door-mounted, 2 tweeters, and 2 rear- 104 watts),4.3-inch color touchscreen, rearview camera, and HD Radio technology w/multicasting • Radio w/Clock and Steering Wheel Controls • Wireless Streaming • Integrated Roof Antenna • Bluetooth Wireless Phone Connectivity • 2 LCD Monitors In The Front Report content is based on current data version referenced. Any performance-related calculations are offered solely as guidelines. Actual unit performance will depend on your operating conditions. GM AutoBook, Data Version: 324.0, Data updated 3/18/2014 0 Copyright 1986-2012 Chrome Data Solutions, LP.All rights reserved. Customer File: March 26, 2014 2:17:46 PM Page 3 Preps For: Preps By: LUCY HANLEY GARRFTT THOMAS CITY OF PORT ANGELES 321 EAST FIFTH STREET PO BOX 321 PORT ANGELES,WA 98362 Phone: (360)457-0411 2014 Retail Hyundai Sonata Hybrid 4dr Sdn G0402F4S STANDARD EQUIPMENT STANDARD EQUIPMENT 2014 Retail G0402F4S 4dr Sdn EXTERIOR • Wheels: 16 x 6.5J Eco-Spoke Aluminum Alloy-inc: Special design • Tires: P205/65R16 • Spare Tire Air Compressor • Clearcoat Paint • Body-Colored Front Bumper w/Black Rub Strip/Fascia Accent • Body-Colored Rear Bumper w/Gray Rub Strip/Fascia Accent • Chrome Bodyside Insert • Chrome Side Windows Trim and Black Front Windshield Trim • Chrome Door Handles • Body-Colored Power Heated Side Mirrors w/Manual Folding and Turn Signal Indicator • Fixed Rear Window w/Defroster • Light Tinted Glass • Speed Sensitive Variable Intermittent Wipers w/Heated Wiper Park • Front Windshield-inc: Sun Visor Strip • Fully Galvanized Steel Panels • Chrome Grille • Trunk Rear Cargo Access • Fully Automatic Projector Beam Halogen Daytime Running Headlamps w/Delay-Off • Front Fog Lamps • LED Brakelights Report content is based on current data version referenced. Any performance-related calculations are offered solely as guidelines. Actual unit performance will depend on your operating conditions. GM AutoBook, Data Version: 324.0, Data updated 3/16/2014 @ Copyright 1986-2012 Chrome Data Solutions, LP.All rights reserved. Customer File: March 26, 2014 2:17:46 PM Page 4 Prepared For: Prepared By: LUCY HANLEY GARRETT THOMAS CITY OF PORT ANGELES 321 EAST FIFTH STREET PO BOX 321 PORT ANGELES,WA 98362 Phone: (360)457-0411 2014 Retail Hyundai Sonata Hybrid 4dr Sdn G0402F4S STANDARD EQUIPMENT STANDARD EQUIPMENT-2014 Retail G0402F4S 4dr Sdn INTERIOR • Heated Front Bucket Seats-inc: multi-adjustable bucket,ventilated driver's seat Wadjustable lumbar support, Max, temperature seat cushion/seatback low setting 102 degrees Fahrenheit/115 degrees Fahrenheit or high setting 108 degrees Fahrenheit/126 degrees Fahrenheit • Premium Cloth Front Seats • Bench Front Facing Premium Cloth Rear Seat • Manual Tilt/Telescoping Steering Column • Gauges-inc: Speedometer, Odometer, Engine Coolant Temp,Traction Battery Level, Power/Regen,Trip Odometer and Trip Computer • Power Rear Windows • Selective Service Internet Access • Front Cupholder • Rear Cupholder • Proximity Key For Doors And Ignition • Valet Function • Remote Keyless Entry w/Integrated Key Transmitter,2 Door Curb/Courtesy, Illuminated Entry, Illuminated Ignition Switch and Panic Button • Remote Releases-Inc: Power Trunk/Hatch and Power Fuel • Cruise Control w/Steering Wheel Controls • Dual Zone Front Automatic Air Conditioning • HVAC-inc: Underseat Ducts • Illuminated Locking Glove Box • Driver Foot Rest • Interior Trim-inc: Metal-Look Instrument Panel Insert, Metal-Look Door Panel Insert and Chrome Interior Accents • Full Cloth Headliner • Leatherette Door Trim Insert • Urethane Gear Shift Knob Report content is based on current data version referenced. Any performance-related calculations are offered solely as guidelines. Actual unit performance will depend on your operating conditions. GM AutoBook, Data Version: 324.0, Data updated 3/18/2014 0 Copyright 1986-2012 Chrome Data Solutions, LP.All rights reserved. Customer File: March 26, 2014 2:17:46 PM Page 5 Prepared For: Prepared y: LUCY HANLEY GARRETT THOMAS CITY OF PORT ANGELES 321 EAST FIFTH STREET PO BOX 321 PORT ANGELES,WA 98362 Phone: (360)457-0411 2014 Retail Hyundai Sonata Hybrid 4dr Sdn G0402F4S STANDARD EQUIPMENT STANDARD EQUIPMENT-2014 Retail G0402F4S 4dr Sd • Day-Night Rearview Mirror • Driver And Passenger Visor Vanity Mirrors w/Driver And Passenger Illumination • Full Floor Console w/Covered Storage, Mini Overhead Console w/Storage and 2 12V DC Power Outlets • Front Map Lights • Fade-To-Off Interior Lighting • Full Carpet Floor Covering • Carpet Floor Trim and Carpet Trunk Lid/Rear Cargo Door Trim • Cargo Features-inc: Spare Tire Air Compressor • Cargo Space Lights • FOB Controls-inc:Trunk/Hatch/Tailgate • Tracker System • Instrument Panel Covered Bin and Driver/Passenger And Rear Door Bins • Power 1st Row Windows w/Driver 1-Touch Up/Down • Delayed Accessory Power • Power Door Locks w/Autolock Feature • Systems Monitor • Trip Computer • Outside Temp Gauge • Digital/Analog Display • Manual Type Adjustable Front Head Restraints and Manual Adjustable Rear Head Restraints • Front Center Armrest w/Storage and Rear Center Armrest w/Pass-Thru • 2 Seatback Storage Pockets • Perimeter Alarm • Engine Immobilizer • 2 12V DC Power Outlets Report content is based on current data version referenced. Any performance-related calculations are offered solely as guidelines. Actual unit performance will depend on your operating conditions. GM AutoBook, Data Version: 324.0, Data updated 3/18/2014 a Copyright 1986-2012 Chrome Data Solutions, LP.All rights reserved. Customer File: March 26, 2014 2:17:46 PM Page 6 Prepared For: Prepared y: LUCY HANLEY GARRETT THOMAS CITY OF PORT ANGELES 321 EAST FIFTH STREET PO BOX 321 PORT ANGELES,WA 98362 Phone: (360)457-0411 2014 Retail Hyundai Sonata Hybrid 4dr Sdn G0402F4S STANDARD EQUIPMENT STANDARD EQUIPMENT-2014 Retail G0402F4S 4dr Sdn • Air Filtration MECHANICAL • Engine:2.4L Atkinson Cycle 4-Cylinder Hybrid • Transmission:6-Speed Automatic w/SHIFTRONIC-Inc: manual shift mode • Engine Auto Stop-Start Feature • Front-Wheel Drive • 3.32 Axle Ratio • 54-Amp/Hr Maintenance-Free Battery w/Run Down Protection • Hybrid Electric Motor • Gas-Pressurized Shock Absorbers • Front And Rear Anti-Roll Bars • Electric Power-Assist Speed-Sensing Steering • 17.2 Gal. Fuel Tank • Single Stainless Steel Exhaust w/Chrome Tailpipe Finisher • Strut Front Suspension w/Coil Springs • Multi-Link Rear Suspension w/Coil Springs • Regenerative 4-Wheel Disc Brakes w/4-Wheel ABS, Front And Rear Vented Discs and Panic Brake Assist • Lithium Polymer Traction Battery Report content is based on current data version referenced. Any performance-related calculations are offered solely as guidelines. Actual unit performance will depend on your operating conditions. GM AutoBook, Data Version: 324.0, Data updated 3/18/2014 0 Copyright 1986-2012 Chrome Data Solutions, LP.All rights reserved. Customer File: March 26, 2014 2:17:46 PM Page 7 Prepared For: Prepared By: LUCY HANLEY GARRETT THOMAS CITY OF PORT ANGELES 321 EAST FIFTH STREET PO BOX 321 PORT ANGELES,WA 93362 Phone: (360)457-0411 2014 Retail Hyundai Sonata Hybrid 4dr Sdn G0402F4S STANDARD EQUIPMENT STANDARD EQUIPMENT-2014 Retail G0402F4S 4dr Seim SAFETY • Electronic Stability Control(ESC) • ABS And Driveline Traction Control • Side Impact Beams • Dual Stage Driver And Passenger Seat-Mounted Side Airbags • Blue Link Emergency S.O.S • Low Tire Pressure Warning • Dual Stage Driver And Passenger Front Airbags • Curtain 1 st And 2nd Row Airbags • Airbag Occupancy Sensor • Rear Child Safety Locks • Outboard Front Lap And Shoulder Safety Belts-inc: Rear Center 3 Point, Height Adjusters and Pretensioners Report content is based on current data version referenced. Any performance-related calculations are offered solely as guidelines. Actual unit performance will depend on your operating conditions. GM AutoBook, Data Version: 324.0, Data updated 3/18/2014 *Copyright 1986-2012 Chrome Data Solutions, LP.All rights reserved. Customer File: March 26, 2014 2:17:46 PM Page 8