Loading...
HomeMy WebLinkAbout000758 Original Contract City of Port Angeles Record #000758 PROJECT MAN UAL CONTRACT DOCUMENTS for 2014 — 1500 4WD Regular Cab Truck PURCHASE CONTRACT NO. ES-14-005 ORT ci S CITY OF PORT ANGELES WASHINGTON MARCH 2014 CRAIG FULTON, P.E., DIRECTOR OF PUBLIC WORKS & UTILITIES MIKE PUNTENNEY, P.E., CITY ENGINEER Reviewed by: Approved by: Mike Puntenney, P-;E..., illiam Bloor City Engineer City Attorney ES-14-008, 2014--1500 4WD Regular Cab Truck page 1 of 19 CITY OF PORT ANGELES INVITATION TO BID for 2014 - 1500 4WD Regular Cab Truck S88|Hd bids will be neD8iVRd by the Public Works and Utilities Director until 2:00 PM, Tuesday, April 01. 2O14 and will be opened and read iD the Jack PittiS North & South CODfe[8OCe R000S, Port Angeles City H8U' 321 East Fifth Stn98t, Port AOge|eS, Washington 98362. Bids will be taken for the following materials: 2O14Si|Ve[@do150O 4WD Regular Cab Truck O[ Equal The terms of d8|iV8[y are 120 C@|8Dd8[days from iGSV8DC8 Of purchase oRjH[. The materials to be bid are fully described in the instructions to bidders and the bid doCUDl8OtG. Bid documents may he obtained at the Public VVO[kS and Utilities Department, between the hours Of 8:O080 and 4:00p0. City of Port Angeles, 321 E. 5 m Street, Port ADg8|8S, Washington 98362' /360\ 417-4541. Technical qU88hOOG regarding this bid ShOU|d be addressed to Dennis McBride, Fleet Manager at (360) 505- 3880, between the hOUnG Of7:DOAK8 and 3:00 PM. The City Of Port Angeles (hereafter "City") F8Se[v8G the right to reject any o[ @|| bids and to VV8iVe 0iDO[ ir[8gU|8tieS in the bids. SUhi8Ct to the foregoing, the CODt[Q(t may be awarded tD the lowest responsible bidder. Minority and VVODleO OVVDed businesses shall be afforded fU|| opportunity to submit bids in response t0 this iOVit8LiOO' Sh8|| not be discriminated against on the gFOUDdS of sex, n8C8. C0|O[' 88e, O8tiDO@| origin or handicap in CODSiden8tiOO of an aVv@Fd of any contract or subcontract, and shall be actively solicited for p8diCip8UDD 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 VVO08O owned businesses 8S potential subcontractors and material suppliers for this project. Bids must he S8a|Hd with the outside Of the envelope marked "BID OPENING DATE MARCH 27, 2O14 PURCHASE CONTRACT NO. ES-1 4-008. The name and address Vf the bidder shall also appear OD the outside Ofthe envelope. Bids shall beaddressed: Public Works and Utilities [}8p8rt[OeOt Attn: Lucy Hanley, Contract Specialist PC} Box 1150. 321 East Fifth Street Port Angeles, Washington S8302 PUBLISH: PeDiOgU|8 Daily News: yW@[ch 18. 2014 ES-1 4-008, 2U14- 15OO 4WD Regular Cab Truck page 2of1Q INSTRUCTIONS FOR BIDDERS 2014 - 1500 4WD Regular Cab Truck 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-14-008." 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. 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. ES-14-008, 2014- 1 500 4WD Regular Cab Truck page 3 of 19 VVh8r8 the d88ChpUOD of an ihBOl includes both specifications and 8 brand D8nOe and number, the 8peCUic@UoDs Sh8U gOv8Dl in C8SH of conflict. Brand D8[D8 and number are for reference as to the type and quality required and do not preclude offers Of 8 CO[Dp8n8b|8 or better pFDdUCt, provided full specifications and descriptive |it8[GtU[e accompany the offer. F8i|U[8 to include full descriptive literature may be C8US8 to reject the offer. WARRANTY: The purchased vehicle must have full Manufacturer's O8VVV8hiC|8VV8[raDURS. and the VV3[[8DtieS must inure to the benefit of the City. Contractor agrees to these warranty provisions by signing the bid proposal. SAFETY: This unit Sh8U CODlp|8te|Y comply with all State and Federal |aVVs' [U|eS, negU|8UODs and codes in effect 8tthe time of delivery. The unit ShGU be tested by the 8UCC8GSfU| bidder for compliance with GU (]SH/VVV|SHA [8gU|8tiOOS and the State [)ep8rtDleD[ of Labor and |DdVsth8S E|eC1[iC@| VVO[k8[G Safety FlU|8S. DELIVERY & ACCEPTANCE: The tH008 0f delivery are 120 calendar days from iSSU8DCe of purchase order. Deliveries shall b8 free 0D board /F[)B\. For any exception to the delivery date as specified in this Contract, Vendor shall give prior notification and obtain written approval thereto from the City. Time is of the essence and the Contract is subject t0 t8[nliD8U0D for failure t0 deliver as specified 8Dd/O[ appropriate damages. The 8Cc8pt@Dc8 by the City Oflate performance with or without objection or reservation Gh8|| not waive the right to claim damage for such breach Do[ cDDSUtUt8 @ waiver Of the requirements for the timely performance of any obligation remaining tob8 performed byVendor. The sUCCeSSfU| bidder shall be [8GpoDSih|8 for delivery 10 the City's g8[8gB. 1703 South B Street, Building L in Port Angeles, VV8ShiUg\OO, between the hOV[S of 7:00 AM and 3:00 PM during the City's normal work day. GENERAL INFORMATION: The City of Port Angeles [8S0[VeS the right to consider delivery time and may waive any minor defects or reject any and all bids. Any bid may bewithdrawn prior tOthe 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 p[0poSG| between the closing time for receipt Ofproposals and the execution of contract, UD|esS the 8VVG[d is delayed for period exceeding sixty /80\ calendar days. The City of Port Angeles 08y' at its option, in awarding this pU[Ch8Se contract, take into coOGidH[@UOO the neV8DU8 it VVOU|d receive from pU[Ch8SiDg the equipment from a supplier located within its boundaries, in 8CcO[danCg with FlCVV 39.30.040. Offers made in accordance with the Invitation to Bid shall be good and firm for the period specified in the bid uD|e8S the Bidder specifically limits its offer to a ShOde[ period by vv[ittHO notification DD the bid dVCV[OeOt. HOVVeVe[. bids SOmodified may be declared non responsive. ES-14-O08. 2014- 15O0 4WD Regular Cab Truck page 4of19 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. 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 ES-14-008, 2014- 1500 4WD Regular Cab Truck page 5 of 19 equipment [eOiai B8C3USR the City finds it iDlD[8ctC8| 8} CB|CU|atG all of the 8CtU8| cost of delays, it has adopted the fOUOVVDg to ca|CU|8he liquidated d8[OBgeS for failure to cOOlp|Hb3 the delivery Ofthe 8qUip08Dt/On8K3[i8| OO time. Accordingly, the Contractor agrees kJthe following: 8. TO pay liquidated damages iD the amount Of$25 for each working day beyond the DuOObH[ Of VVO[kiOg days established for physical d8|iwRpy Of the equipment/material; 8Dd b. TO authorize the City to deduct these liquidated from any money due or coming due to the Contractor. 5. SHIPPING INSTRUCTIONS: Unless otherwise specified, all goods are tOb8 shipped prepaid, F.O.B. Destination. O. REJECTION: All goods O[ materials purchased herein are subject tV approval bythe City. Any rejection Vf goods O[ material resulting because Of non-conformity tOthe terms and specifications of this Contract, whether held by the City or [etU[n8d, will be at Contractor's risk and expense. 7. IDENTIFICATION: All invoices, packing lists, packages, shipping DOtiC8S. 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, tngdH08[k' copyright or franchise infringement arising from the purchase, installation, V[ use Of goods and materials ordered, and tO assume all expenses and damages arising from such claims, suite O[ 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 O[ moneys due under this Contract shall only bB 8SSigD8b|e with prior written consent of the City. 11. TAXES: Unless otherwise indicated the City agrees tO pay all State OfWashington 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 8n exemption certificate. 12. LIENS, CLAIMS AND ENCUMBRANCES: Contractor warrants and represents that all the goods and 0Bte[i8|S ordered h8[HiD are free and clear Ofall liens, claims, or encumbrances Of any kind. 13. RISK OF LOSS: R8gGRj|eSS 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 Rl8te[i8| by the pUnCh@Se[. Such loss, injury O[destruction shall not release Contractor from any obligation hereunder. ES-1 4-008, 2U14- 15OO 4WD Regular Cab Truck page Oof19 14. HOLD HARMLESS: Contractor shall protect, indemnify, and hold the City harmless from and against any damage, cost O[ liability for any injuries t0p8[3DD8V[ pFDpertv 8hSiOg from acts or omissions of Contractor, its employees, agents or subcontractors howsoever caused. 15. ANTI-TRUST: Contractor and the City recognize that iD actual economic practice OmeFCh8FgeS FeSU|UOg from anti-trust violations are in fact bO[D8 by the City. Therefore, Contractor hereby assigns to the City any and all claims for such overcharges. 10. DEFAULT: Contractor shall be liable for damages SUff8[8d by the City [H8U|tiDg from Contractor's breach OfContract. The Contractor covenants and agrees that iDthe event suit is instituted by the City for any default on the part of the Contractor, and the Contractor iS adjudged byacourt of competent jurisdiction tVbeiOdefault, Contractor shall pay tO the City all costs, expended Ur incurred bV the City iO 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 iOC{8||a[DCounty. 17. BRANDS: When 8 special brand i8 named it shall be construed solely for the purpose Ofindicating the standards Of quality, performance, V[ use desired. Brands 0f equal quality, performance, and use shall b8 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, O[ use specified must berepresented aGaD alternate and not 8S@n equal, and failure tOdVs0shall be sufficient reason tO disregard the bid. 18. SAFETY: The OUGtB[iG|S shall completely comply with all State and Federal |8vvS' [U|e8, nBgU|8tiOOS and codes in effect at the time of delivery. 10. 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 ASA CONDITION OFACCEPTANCE OR DELIVERY. ES-1 4-008, 2O14- 15O0 4WD Regular Cab Truck page 7of19 PURCHASE CONTRACT THIS AGREEMENT is made and entered into this — day of 2014, between the City of Port Angeles (hereinafter called the "Purchaser") and Ruddell Auto Mail, 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-14-008, 2014— 1500 4WD Regular Cab Truck 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-14-008, 2014— 1500 4WD Regular Cab Truck page 9 of 19 ARTICLE Vill 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: '' By: Title: Title: VY4an&9x=- Dated: k r 2 $'-'1 v Dated:— L/ ATTEST: ATTEST: 4 ee—m zo"� 0 City Clerk T 1P EXP 008/2015 Vv d to as to f .A 0 '? OtJB I\Cs OF WAS City tt6 rh"ey it ' ES-14-008, 2014— 1500 4WD Regular Cab Truck page 10 of 19 City of Port Angeles Schedule A Invitation to Bid 2014 — 1500 4WD Regular Cab Truck Purchase Contract: ES-14-008 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 iGto obtain one (1) 2O14Si|ve[BdO15OO 4WD regular cab pickup truck or equal for City Of Port Angeles fleet. ITEMS TO BE INCLUDED WITH BID All major C000poO8Dt8 of the requested equipment must be Dl8DUh@CtUn3d Or distributed by the original equipment manufacturer and advertised OO a factory brochure as 8 standard or optional CO0pDOeOt. Bidder is t0 include the factory brochure with the bid. Equipment that has had its features or size reduced t0 below what the factory says is necessary will not be accepted. Features and/or minimums listed on this bPDChUFe as 8 factory required DliDiDlu[O for the size of the unit bid DlUGt be included in the bid to eDSUne that the equipment offered not only meets these specifications, but also iOC|UdeS factory-listed requirements for its particular size. PRICING A. The City reserves the right to iDc[88Se 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 tV any promotional pricing during the contract period which is lower than pricing as provided in the bid. DELIVERY DATE The bidder must state OO the Standard Specifications sheet the nUDlb8[of days after the d@h3 the purchase Onje[ is issued that delivery of all DDOt[8Ct specified units are estimated. ES-14-O08. 2014- 1500 4WD Regular Cab Truck page 11nf10 DELIVERY LOCATION The unit will b8 delivered hv the winning bidder[V the City Corporation yard at: 17D3 South B St. Building L Port Angeles WA. 083G3 BID EVALUATION The award Of this contract will not be based oD cost alone, as other factors and features specified iO the Standard Specifications are equally important. Minor deviations from these specifications will be considered, provided the [D8OUf8CtU[e[ O[ dealer submits in writing 8fU|| d8sc[iptioD, in detail, for each variation, with reference made to each item tO which the variation will apply. These variations must besubmitted with, and made 8 part of, this bid. |fDo variations are called out, the bidder will b8 required tO meet Or exceed each item iD the specifications GSwritten. The City will make evaluation OD information supplied. |f more than one make O[ model iS offered, please copy the appropriate bid sheets. A separate bid shall b8 submitted for each item tObe evaluated. APPROVED EQUAL The term "Approved equal" shall mean that the quality Of equipment must meet the quality Df the named reference and receive City approval. The City shall b8 the sole arbiter iO the determination Df 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 S8[V8 the interests of the City. ITEMS REQUIRED FOR DELIVERY OF EQUIPMENT • Signed priced invoice • Pre-delivery inspection report • Warranty books • ASCII and paper copy Of Equipment Parts Line Setting Chart • Parts, service and operator's manuals and drawings (as per specifications) • All documents required for Licensing and Registration All it8rDS C8||ed for in the specification must hesupplied 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 St. P.O. Box 1150 Port Angeles, VVAQ8382 |O the event items ordered become unavailable and cannot b8 supplied out Ofcurrent model year production, 8 unit deemed bythe City tOb8 equal must besupplied. |f8 substitute is not available or acceptable, then 8 Si0i|G[ unit from the next D1nd8| year ES-14-008. 2014- 1GOO 4WD Regular Cab Truck page 12of1Q 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: AB 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, ... ........ A ^01 S 19 A4 liverado 1500 41PV'P_Re ular #gab err E ual COMPLY ITEMS MINIMUM SPECIFICATIONS Yes/No EXCEPTIONS 1 GVWR(6000#Minimum) ........... 2 Engine(Minimum 3,61-V(j) 3 Box Length-8 Ft. 4 Air Bags, Driver and Front Passenger 5 Air Conditioning 6 Aftemator(Minimum 1 OOAMP) - ----- 7 Battery(Minimum 600 CCA) 8 Brakes, HD Power 4 Wheel,Anti-Locking System 9 Bumper, HD Rear step 10 Wµ Cigarette Lighter or Auxiliary Power Source Cruise Control/Tilt Steering Wheel Dome-Light Door Trim Panels 14 Floor Covering,Vinyl 'y Fuel Capacity-33 Gallon- Gauges In Lieu of Warning Lights(FCY)Speedometer, 16 Tachometer, Fuel, Oil Pressure, Coolant temp, Amp Glass,Tinted All Around Headliner, Non Metallic Keys, Four(4)Set of Exterior Keyed Door Locks, Driver& Frontaq 19 Passenper Doors, or Remote Keyless Entij�w/2 Fobs 2 0 Mirrors,- irrors, Manufacturer's Standard Exterior Mirrors, L& R 21 Radio, - AM/FM (Factory installed) 22 Rear Axle Ratio-3.23 _ T i23 ea ti ng Head Restraint Typ Vn y'orC'oth F 6 -n t B e_nc Fold n g 24 Spare ire Carrier,Jack Lug Wrench Full�size�r o n v entj ona I�sp are ES-14-008, 2014-1500 4WD Regular Cab Truck page 13 of 19 25 Stability Control System —Steering, Power Tires,Steel Belted Radial, On-Off Road or All Terrain Tread, 27 Matchin Full Size Spare Tire and Wheel 28 Transmission,Automatic a Wipers, Intermittent Factory Warranty 3Equipment above, if any,that will not be factory installed- 31 None 32 Ground Clearance-9.8"(inches) 33_-Tire chain compatible as equipped above Days to Deliver after receipt of order -Starting Date of Model Year Production 2), 2_6c' —Color-O)dord White Indicate estimated number of days after the purchase order is received 38 that the unit will be delivered to the DAYS:, I V7i city. The maximum number of days shall not exceed 120 days. TS--1-4--008, 2014-1580�4WD Regular Cab Truck-""-- page 14 of 19 City of Port Angeles Bid No. ES-14-008 BID FORM 2014— 1500 4WD Regular Cab Truck Bidder must bid on a l biitems for iThe bidder hereby bids the following amounts for all matial described in the Schedule A of the Contract Document. 4T BID ITEM9- DESCRIPTION TY Y2Ton Pickup(4WD), Regular Cab as outfitted in z required standard specifications Berill ner, Spray On(Over the Rails and Tailgate) 2 3 Cab Steps, Regular Cab(VXJ) SET 4 Differential, Limited Slip (G80) 5 Mats, Rubber Floor(DLR) SET 6 Mud Flaps, Front& Rear(DLR) SET 7 Tires.On Off Road (Set of 5)(LT265/70R1 7C)(RCM SET 8 T..ow Hooks, Front(FCY/STD) SET 9 Trailer Brake Controller(JU) 10 Undercoating (DLR) im Subtotal: ....... Washington State sales tax: Note:If vehicle is purchased outside Washington State,8.7%state sales tax shall apply. Vehicles purchased In the state of Washington,state sales tax of the origination of vehicle $ shall appIv. Total Base Bid Amount: $ ES-14-008, 2014—1500 4WD Regular Cab Truck page 15 Of 19 It of Port Angeles Bid No. ES-14-008 2014—1500 4WD Regular Cab Truck BID SIGNATURE SHEET (BID SUMMARY and SIGNATURES) Will you sell addition%units to the City of Port Angeles at the bid price until further notice? ❑ Yes 0 . 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 at by the bidder or a representative legally authorized to in the bidder. FULL LEGAL NAME OF BIDDER TYPE OF BUSINESS: V Corporation ❑ Partnership (general) ❑ Partnership (limited) ❑ Sole Proprietorship ❑ Limited Liability Company ADDRESS CITY/STATE/ZIP A PHONE FAX NAME (PLEASE PRINT) _ TITLE SIGNED DATE tt -1 4-008, 2014—15O0 4WD Regular Cab Truck page 16 of 19 NON-COLLUSION AFFIDAVIT STATE OF WASHINGTON COUNTY OF The undersigned, being first duly sworn on oath, says that the bid herewith submitted Is a genuine and not a sham or collusive bid, or made in the interest or on behalf of any person not therein named; and (s)he further says that the said bidder has not directly or indirectly induced or solicited any bidder on the above work or supplies to put in a sham bid, or any other person or corporation to refrain from bidding; and that said bidder has not in any manner sought by collusion to secure to him/her self an advantage over any other bidder or bidders. Signature of Bidder/Contractor Subscribed and sworn to before me this day of 20_L�, 0051 j .'2 V_ Notary Public in and f6r"th4' State of Comm .t T & My m Exp.: .................... ES-14-008, 2014-1500 4WD Regular Cab Truck page 17 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 Fleet/Non-Retail GMC Sierra 1500 4WD Regular Cab 133.0°' TK15903 PRICING PRICING SUMMARY-2014 FleettNon-Retail TK15903 4WD Regular Cab 133.0' USRP Base Price $30,315.00 Total Options: $2,125.00 Vehicle Subtotal $32,440.00 Advert/Adjustments $0.00 Destination Charge $1,095.00 GRAND TOTAL $33,535.00 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 2:14:41 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 Fleet/Non-Retail GMC Sierra 1500 4WD Regular Cab 133.0°' 1° 15903 SELECTED MODEL & OPTIONS SELECTS MODEL-2014 FleettNon-Retail TK15903 4WD Regular Cab 133.0" Code DescriiRtion MSRP TK15903 2014 GMC Sierra 1500 4WD Regular Cab $30,315.00 133.0" SELECTED VEHICLE COLORS-2014 Fleet/Non-Retail TK15903 4WD Regular Cab 133.0" 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 Fleet/Non-Retail TK15903 4WD Regular Cab 133.0 CATEGORY Code Description MSRP EMISSIONS NE1 EMISSIONS,CONNECTICUT, DELAWARE, MAINE, MARYLAND, $0.00 MASSACHUSETTS, NEW JERSEY, NEW YORK, OREGON, PENNSYLVANIA, RHODE ISLAND,VERMONT AND WASHINGTON STATE REQUIREMENTS ENGINE LV3 ENGINE, 4.3L ECOTEC3 V6 WITH ACTIVE FUEL MANAGEMENT Direct $0.00 Injection and Variable Valve Timing, includes aluminum block construction with FlexFuel capability, capable of running on unleaded or up to 85% ethanol(285 hp[212 kW]@ 5300 rpm, 305 lb-ft of torque[413 Nm] c@ 3900 rpm)(STD) TRANSMISSION MYC TRANSMISSION,6-SPEED AUTOMATIC, ELECTRONICALLY $0.00 CONTROLLED with overdrive and tow/haul mode. Includes Cruise Grade Braking and Powertrain Grade Braking (STD) GVWR 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 2:14:41 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 Fleet/Non-Retail GMC Sierra 1500 4WD Regular Cab 133.0" TK15903 SELECTED MODEL & OPT(ONS SELECTED OPTIONS-2014 FleetiNon-Retail TKI6903 4WD Regular Cab 133.0" CATEGORY Code 29g9dP!i20 MSRP GVWR C5H GVWR,6900 LBS. (3130 KG)(Requires K15903 model and(LV3)4.3L $0.00 EcoTec3 V6 engine.) AXLE GU6 REAR AXLE,3.42 RATIO(Standard on 4WD V6 models.Available with $0.00 (L83)5.3L EcoTec3 V8 engine,) PREFERRED EQUIPMENT GROUP 1 S WORK TRUCK PREFERRED EQUIPMENT GROUP Includes Standard $0.00 Equipment WHEELS RD6 WHEELS, 17"X 8"(43.2 CM X 20.3 CM) PAINTED STEEL(STD) $0.00 TIRES RC5 TIRES, LT265/70R17C ALL-TERRAIN, BLACKWALL $395.00 PAINT SCHEME ZY1 SOLID PAINT $0.00 PAINT GAZ SUMMIT WHITE $0.00 SEAT TYPE AE7 SEATS, FRONT 40/20/40 SPLIT-BENCH 3-passenger, driver and front $0.00 passenger recline with outboard head restraints and center fold-down armrest with storage.Vinyl has fixed lumbar and cloth has manually adjustable driver lumbar. (STD) SEAT TRIM H2R JET BLACK/DARK ASH, CLOTH SEAT TRIM $0.00 RADIO 103 AUDIO SYSTEM,4.2"DIAGONAL COLOR DISPLAY,AM/FM STEREO $0.00 with USB ports, auxiliary jack and SD card slot(STD) ADDITIONAL EQUIPMENT G80 DIFFERENTIAL, HEAVY-DUTY LOCKING REAR $395.00 Z82 TRAILERING EQUIPMENT includes trailer hitch,7-pin and 4-pin connectors $375.00 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 Copyright 1986-2012 Chrome Data Solutions, LP.All rights reserved. Customer File: March 26, 2014 2:14:41 PM Page 3 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 leeVNon-Retail CIVIC Sierra 1500 4WD Regular Cab 133.0" TK15903 SELECTED MODEL & OPTIONS SELECTED OPTIONS-2014 Fleet/Non-Retail TKI5903 4WD Regular Cab 133.0 CATEGORY Code Descri to ion ADDITIONAL EQUIPMENT JL1 TRAILER BRAKE CONTROLLER, INTEGRATED(Requires(Z82) $195.50 $230.00 Trailering equipment.) RHM TIRE, SPARE LT265170R17 ALL-TERRAIN, BLACKWALL(Included and INC INC only available with(RC5)LT265/70R17C blackwall tires.) VXJ LPO,ASSIST STEPS, CHROMED TUBULAR, 4"ROUND(dealer $488.75 $575.00 installed)(Included with (PDQ)Chrome Appearance Package, LPO. Not available with(RVQ)6" rectangular Black tubular assist steps, LPO(S6V) cargo box retractable side assist step, LPO, (RVS)4"round Black tubular assist step, LPO or(VXH)6"rectangular chrome tubular assist steps, LPO.) SB1 LPO, FLAT SPLASH GUARDS, BLACK(dealer installed)(Not available $93.50 $110.00 with(VQK)Black molded splash guards, LPO or(VRV)body color molded splash guards, LPO.) VK3 LICENSE PLATE KIT, FRONT(will be forced on orders with ship-to states $0.00 $0.00 that require front license plate)Note: (VK3)deletes center lower bumper filler panel. VQ2 FLEET PROCESSING OPTION $0.00 $0.00 SPECIAL EQUIPMENT OPTIONS 5H1 KEY EQUIPMENT, TWO ADDITIONAL KEYS FOR SINGLE KEY $38.25 $45.00 SYSTEM Provides two additional spare keys for a total of(4). (Keys will be cut but not programmed)(Not available with(AQQ)Remote Keyless Entry.) OPTIONS TOTAL $1,806.25 $2,125.00 DEALER INSTALLED OPTIONS Rubber Floor Mats. Mud Flaps, Front and Rear. Undercoating. Bedliner,Spray On Over the Rail 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 0 Copyright 1986-2012 Chrome Data Solutions, LP.All rights reserved. Customer File: March 27, 2014 1:17:20 PM Page 4 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 Fleet/Non-Retail GMC Sierra 1500 4WD Regular Cab 133.0" °TK15903 EQUIPMENT STANDARD STANDARD EQUIPMENT-2014 FleeVNon-Retail TKIS903 4WD Regular Cab 133.0" ENTERTAINMENT • Audio system,4.2"Diagonal Color display,AM/FM stereo with USB ports, auxiliary jack and SD card slot • SidusXM Satellite Radio, delete • Audio system feature,4-speaker system EXTERIOR • Wheels, 17"x 8"(43.2 cm x 20.3 cm)painted steel • Tires, P255/70R17 all-season, blackwall • Wheel,full-size spare, 17"x 7"(43.2 cm x 17.8 cm)aluminum (Included and only available with model K15703 or 015703 and(LV3)4.3L EcoTec3 V6 engine.) • Tire,spare P255/70R17 all-season, blackwall(Included and only available with(RBZ)P255/70RI7 all-season,blackwall tires.) • Tire carrier lock keyed cylinder lock that utilizes same key as ignition and door • Bumper,front chrome • Bumper, rear chrome with rear bumper comer steps • CornerStep, rear bumper • Grille surround, chrome • Headlamps,halogen projector • Lamps, cargo area, cab mounted with switch on center switch bank • Mirrors, outside manual, Black • Glass,solar absorbing,tinted • Tailgate and bed rail protection caps,top • Tailgate, locking utilizes same key as ignition and door • Door handles, Black 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 2:14:41 PM Page 5 Prepared Far: 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 Fleet/Non-Retail GMC Sierra 1500 4WD Regular Cab 133.0" T 1 5903 STANDARD EQUIPMENT STANDARD EQUIPMENT-2014 Fleet/Non-Retail T 1 903 4WD Regular Gab 133.0'• INTERIOR • Seats,front 40/20/40 split-bench 3-passenger, driver and front passenger recline with outboard head restraints and center fold-down armrest with storage.Vinyl has fixed lumbar and cloth has manually adjustable driver lumbar. • Floor covering, Graphite-colored rubberized-vinyl • Steering column, manual Tilt-Wheel • Instrumentation,6-gauge cluster featuring speedometer,fuel level, engine temperature,tachometer,voltage and oil pressure • Driver Information Center, 3.5-inch diagonal monochromatic display provides warning messages and basic vehicle information • Door locks, power • Cruise control,steering wheel-mounted • Air conditioning,single-zone • Assist handle,front passenger on A-pillar(Includes rear assist handles in the headliner on crew cab models.) 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: Page 6 March 26, 2014 2:14:41 PM 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 Fleet/Non-Retail GMC Sierra 1500 4WD Regular Gab 133.0" T15903 STANDARD EQUIPMENT STANDARD EQUIPMENT-2014 Fleet/Non-Retail TK1S 03 4WD Regular Cab 133.0" MECHANICAL • Engine,4.3L EcoTec3 V6 with Active Fuel Management Direct Injection and Variable Valve Timing, includes aluminum block construction with FlexFuel capability, capable of running on unleaded or up to 85%ethanol(285 hp[212 kw] tti 5300 rpm, 305 lb-ft of torque[413 Nm]@ 3900 rpm) • Transmission,6-speed automatic,electronically controlled with overdrive and tow/haul mode. Includes Cruise Grade Braking and Powertrain Grade Braking • Rear axle, 3.42 ratio(Standard on 4WD V6 models.Available with(L83)5.3L EcoTec3 V8 engine.) • GVWR,6900 lbs. (3130 kg)(Requires K15903 model and(LV3)4.3L EcoTec3 V6 engine.) • Transfer case,with floor-mounted shifter(Included with 4WD models only.) • Suspension Package, Handling/Trailering, heavy-duty includes 46 mm piston monotube shocks and 36mm front stabilizer bar • Four wheel drive • Cooling, external engine oil cooler • Alternator, 150 amps • Battery,heavy-duty 730 cold-cranking amps/70 Amp-hr, maintenance-free with rundown protection and retained accessory power • Frame,fully-boxed,hydroformed front section • Recovery hooks,front,frame-mounted,black(Standard with 4WD models. Included with(9G3)Suspension Package, off-road,for base decor vehicles with 2WD models.)(Included with 4WD models.) • Cargo tie downs(4) , movable upper • Steering, Electric Power Steering(EPS)assist,rack-and-pinion • Brakes,4-wheel disc with DURALIFE rotors,4-wheel antilock • Exhaust, aluminized stainless-steel muffler and tailpipe 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 2:14:41 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 98362 Phone: (360)457-0411 2014 Fleet/Non-Retail GMC Sierra 1500 4WD Regular Cab 133.0" TK15903 STANDARD EQUIPMENT STANDARD EQUIPMENT-2014 Fleet/Non-Retail TK15903 4WD Regular Cab 133.0" SAFETY • StabiliTrak,stability control system with Proactive Roll Avoidance and traction control, includes electronic trailer sway control and hill start assist • Daytime Running Lamps with automatic exterior lamp control • Air bags, dual-stage frontal and side-impact, driver and front passenger and head-curtain and seat-mounted side-impact, front and rear outboard seating positions with Passenger Sensing System (Always use safety belts and child restraints. Children are safer when properly secured in a rear seat in the appropriate child restraint. See the Owners Manual for more information.) • OnStar Delete • Tire Pressure Monitoring System (does not apply to spare tire) 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 U Copyright 1986-2012 Chrome Data Solutions, LP.All rights reserved. Customer File: March 26, 2014 2:14:41 PM Page 8 OF PORT ANC BIDDER'S CHECKLIST Xs nNa 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-14-008, 2014— 1500 4WD Regular Cab Truck page 18 of 19