Loading...
HomeMy WebLinkAbout000760 Original Contract City of Port Angeles Record # 000760 PROJECT MANUAL CONTRACT DOCUMENTS for 4WD Cab & Chassis Flatbed PURCHASE CONTRACT NO. ES-14-006 pORT (P 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: Mi* Vu6tenney, P.E. Williar6 Bloor City Enpgineer City Attorney ES-14-006, 4WD Cab&Chassis Flatbed page 1 of 19 CITY OF PORT ANGELES INVITATION TO BID for 4WD Cab & Chassis Flatbed Sealed bids will be received by the Public Works and Utilities Contract Specialist until 2:00 PK4' VVudneudoy, March 26. 2014 and will be opened and read in the Jack PiMio North & South Conference Rooms, Port /\nga|eo City HoU, 321 East Fifth Sineet, Port An8e|ea, Washington 98362. Bids will be taken for the following materials: 2014 Ford Cab & Chassis F3504WD Flatbed or Equal The terms of delivery are 120 calendar days from issuance of purchase order. The mob*rie|a 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 of8:O0am and 4:00pm. City ofPort m Ange|ea. 3�1 E. � Street, Port Angeles, Washington 98382' (360) 417-4541. Technical questions regarding this bid should be addressed to Donnie McBride, Fleet Manager ot(3OO) 585-3880' between the hours of7:00AM and 3:00 PM. The City nf Port Angeles (hereafter"City") raoarvae the right to reject any orall bids and to waive minor irrogu|atins in the bids. Subject to the foregoing, the contract may beawarded to the |nvveat 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, naoo, oo|or, age, national origin or handicap in consideration of an award nf any contract ursubcontract, 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 bo solicit and consider minority and women owned businesses as potential subcontractors and mobarie| suppliers for this project. Bids must be sealed with the outside of the envelope marked "BID OPENING DATE MARCH 28, 2014 PURCHASE CONTRACT NO. ES-14-000. The name and address of the bidder shall also appear on the outside of the envelope. Bide ehu|| be addressed: Public Works and Utilities Department Attn: Lucy Hanley, Contract Specialist P[} Box 1150. 321 East Fifth Street Port Angeles, Washington Q8302 PUBLISH: Peninsula Daily News: March 11' 2014 ES-1 4-006, 4WD Cab &Chassis Flatbed page 2 of 19 INSTRUCTIONS FOR BIDDERS 4WD Cab & Chassis Flatbed BID SUBMITTAL: All bids must be sealed with the outside of the envelope marked with the words: "BID OPENING DATE: MARCH 26, 2014; PURCHASE CONTRACT NO, ES-14- 006." 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: ES-14-006, 4WD Cab &Chassis Flatbed page 3 of 19 The equipment must b8iD accordance with the specifications. Failure OO the Contractor's part to comply with any specification h8FGiO will be QnDUOds for disqualification of the bid. All ihBO0s called for in the specifications, including but not limited t0 the equipment constructed as ShOVVD, and the necessary manuals, must be complied with before the final payment can bHprocessed. VVhR[H the description of an item includes both specifications and 8 brand D8[Oe and DUDlbe[' the specifications Gh8|| gOV8[D in CGSe of conflict. Brand name and number are for F8f8n8Oce as to the type and quality nBqUi[8d and d0 not preclude Off8[8 of 8 CODlp8[8h|e or better product, provided full specifications and descriptive lite[8iUnB accompany the Off9[. Failure to include full deGC[ipUV8 |it8[8tU[e may be C8USe to reject the offer. WARRANTY: The purchased vehicle DlUSt have full M8OUf8[tV[e['S O8VV-v8hiC|e VV8[r8DUeS' and the vv3[[8Dtie8 0Ugt iDU[8 to the benefit of the City. Contractor agrees to these warranty p[nviSiOOS by signing the bid proposal. SAFETY: This UDii Sh@U CVOlp|8te|y CODnp|y with all State and Federal |8VVG, [U|OS. [8gU|@tiOOS and codes iO effect 8t the time Ofdelivery. The unit shall be tested by the SUCCgSSfV| bidder for CODlp|i8nC8 with all C]SHA/VV|BHA regulations and the State Department Of Labor and Industries E|HCt[ic8| VVO[kR[S Safety Rules. DELIVERY& ACCEPTANCE: The t8rRl8 0f delivery are 120 calendar days from iGsU8DCe of purchase order. []R|im3[ieS shall b8 free OD board (F(]B). For any exception to the delivery date as specified in this Contract, Vendor shall give prior DO[ifiC8UOD and obtain written 8ppPOV8| thereto from the City. Time is of the eGSeOCH and the COOt[@Ct is SVbiGCt to \e[0iD3tiOD for f8i|UnB to deliver 88 specified and/or appropriate damages. The 8CC8pL3Dc8 by the City of late p8rfO[0@DCe with or without objection or reservation Sh@|| not waive the right to d8iDl damage for such bn38Ch OO[ COD8UtUte a VVaiV8[ Of the [eqUi[H08OtS for the timely perfO[nlaOCR Of any obligation nBOOaiOiOg to be pHrfO[[Dgd by Vendor. The successful bidder shall be responsible for delivery tV the City's garage, 1703 South B Street, Building L in Port Angeles, VVash\DQtOO' between the hours Of7:00AK8 and 3:OOPK8 during the City's normal work day. GENERAL INFORMATION: The City of Port Angeles reserves the right to consider delivery time and may waive any [DiDO[ defects or reject any and all bids. Any hid may be VVithd[8VVD prior to the above scheduled time for the opening of bids or authorized postponement thereof. Any bid received after the time and date specified 8h@|| not be considered. NO Bidder will be permitted to withdraw its p[Op0Ga| between the dOGiDQ time for receipt Of proposals and ES-1 4-006, 4WD Cab &Chassis Flatbed page 4 of 19 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 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. ES-14-006, 4WD Cab &Chassis Flatbed page 5 of 19 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 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 ES-14-006, 4WD Cab &Chassis Flatbed page 6 of 19 federal excise taxes, and the City agrees to furnish Contractor, upon acceptance of articles supplied under this Contract with an exemption certificate. 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 Clallam 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-14-006, 4WD Cab &Chassis Flatbed page 7 of 19 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 MALL (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 ES-14-006, 4WD Cab &Chassis Flatbed page 8 of 19 the rights and obligations of the parties hereunder shall be brought and heard in Clallarn County Superior Court. ARTICLE V NONDISCRIMINATION During the performance of this Contract, the parties shall conduct their business in a manner which assures fair, equal and nondiscriminatory treatment of all persons, without respect to race, creed, color, sex, Vietnam era veteran status, disabled veteran condition, physical or mental handicap, or national origin, and, in particular: 1. The parties will maintain open hiring and employment practices and will welcome applications for employment in all positions from qualified individuals who are members of the above stated minorities. 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-14-006, 4WD Cab & Chassis Flatbed 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: ai= Dated: Dated:— (011 illy ATTEST: ATTEST: C' Clerk Y Approved to as to,, orrrj, 11V City Attorney ES-14-006, 4WD Cab &Chassis Flatbed page 10 of 19 City of Port Angeles Schedule A Invitation to Bid 4WD Cab & Chassis Flatbed Purchase Contract: ES-14-006 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 F350 4WD Cab & Chassis Flatbed (F3H) or equal. ITEMS TO BE INCLUDED WITH BID All major components of the requested equipment must be manufactured or distributed by the original equipment manufacturer and advertised on a factory brochure as a standard or optional component. Bidder is to include the factory brochure with the bid. Equipment that has had its features or size reduced to below what the factory says is necessary will not be accepted. Features and/or minimums listed on this brochure as a factory required minimum for the size of the unit bid must be included in the bid to ensure that the equipment offered not only meets these specifications, but also includes factory-listed requirements for its particular size. CONTRACT PERIOD The contract is to be in effect for a period of one year from the date of the award. PRICING A. The City reserves the right to increase or decrease quantities under this contract and pay according to the unit prices quoted in the proposal any time during the contract period. B. The City is entitled to any promotional pricing during the contract period which is lower than pricing as provided in the bid. DELIVERY DATE ES-14-006, 4WD Cab &Chassis Flatbed page 11 of 19 The bidder must state ODthe Standard Specifications sheet the number ofdays after the date the purchase order iS issued that delivery Vf all contract specified units are estimated. DELIVERY LOCATION The unit will be delivered by the VViDDiOg bidder to the City Corporation y8nU 8t 17O3 South BSt. Building L Port Angeles WA. Q8303 BID EVALUATION The award Of this contract will not be based nO cost alone, aG other factors and features specified iD the Standard Specifications are equally important. Minor deviations from these specifications will be considered, provided the manufacturer O[dealer submits in writing 8 full d88C[ipUOO, in detail, for each V8[i8UVO, with r8f8[8DCe made to each item t0 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 t0 meet O[exceed each item iO the specifications 88written. The City will make evaluation OD information supplied. |f more than one make D[ model iS offered, please copy the appropriate bid sheets. A separate bid shall be submitted for each item tObe 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 iO the determination of equality and reserves the right tO reject any and all bids and @CC8pt the bid or bids thGt, in the SO|8 and 8hSV|ute judgment of the City. will best serve the interests of the City. ° Signed priced invoice m Pre-delivery inspection report w Warranty books � ASCII and paper copy Of Equipment Parts Line Setting Chart • Parts, service and operator's manuals and drawings (as per specifications) • All dOCU[DeDtS required for Licensing and Registration All items called for iD the specification must besupplied tV 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 E5 m Gt. P.O. Box 1150 Port Angeles, VVA883O2 ES-1 4-006, 4WD Cab & Chassis Flatbed page 12 of 19 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. 2014 Ford F350 4W'U Flatbe or Erlual F350 M 4WD COMPLY ITEMMINIMUM SPECIFICATIONS (F3H) —Yes/No EXCEPTIONS Ford Cab&Chassis, Regular Cab, 141" Wheelbase,60"Cab-to-Axle, Dual Rear Wheel F3H/640A/141WB- pa-c) GVWR 14,000# 3 Engine 6.2L V8 Gas(996) — 4 Transmission, Automatic 6-Speed(44P) 5 Air Bags, Driver EandEFEront Passenger ---TFC—Y/STD 10 6 Air Conditioning FCY/STD M17 imu� 1 0 P) 7 Alternator(Minimum 100AMP) 157 AMP _'_dattery—(Minimum 600 CCA) 650CCAA 67- Alarm, Back-up, Electric, 97dBA(Min) FCY/(76C) 10 Axle,Full Floating Rear FCY/STD Power 4 Wheel,Anti-Locking System FCY1STD 12_ Bumper, HD Rear Step F(;Y7/—STD 13 Cigarette Lighter or Auxiliary Power Source FCY1STD 14 Cruise Controffilt Steering Wheel FCY/STD CYISTD 15 Dome Light FCYISTD 16 Door Trim Panels FCY/STD 17 buai'Rear Wheels FCY/STD 11 8 Engine Block Heater FCYISTD 11 9 Floor covering,Vinyl Fuel Capacity 40 Gailan ES-14-006, 4WD Cab&Chassis Flatbed page 13 of 19 I.:'1111 Pressure,coolant ,on augias In Lieu of Warning Lights(FCY) 1, and Transmission Temperature, 21 — Tachometer,and Fuel 22 Glass,Tinted All Around — FCY/STD Headliner, Nan Metallic FCY/STD Keys,Two(2)Set of Exterior Keyed Door Locks, (2)RKE Fobs Driver&Front Passenger Doors,or Remote (2)PATS Keys Manufacturer's Manual Telescoping or Wide Laad Included with Exterior Mirrors(L and R)(see power group 90U54K 25 details) FCY/STD Maximum Coaling–Radiator, Engine Oil, 26 Transmission an Rear Hydraulic b jack, lug wrench'ic ottie Minimum 3 Ton Hydraulic bottle jack, lug wrench 28 Radio,AM/FM (Factory Installed) FCYISTD (Factory xl� Ratio 3.73 RA <4 I U il&(4 Rear Axle Ratio Cl h Or Seating,Vinyl or Cloth Bench 0 uckets with F D .__3.0 Ad ustib6le Bdackrest"(�Vinl!40�12��O�/40 Split Bench _ Ls FCY/STD 31 Shocks, HD springs(Front and Rear) ­_.__..1­_ Spare Tire and Wheel, Matching Full Size, FCYI(512) 32 mounted on rear frame 33-1 Power FCY/STD --1 Tires,Steel Belted Radial, On-Off Road or LT245/75Rxl 7E Terrain Tread,Matching Full Size Spare Tire and BSW ALL- 34 Wheel SEASON(TBK) 35 Wipers, intermittent FCY/STD 36 Front Tow Hooks FCY1STD 37 Upfiff.-r Switches(4 on Instrument Panel) FCY/STD — Factory Warranty 3 Yr/36,000 38 5 Yr/60,000 PT ­3 11 Ground Clearance -4p Tire chain compatible as equipped above Yes/Chains Mercury Content, if Any, in Vehicle None Vehld��Eission Level Certification((;A) Tler2 Sing 1 -Days t6 Deliver after receipt of order 60 to 120 Starting Date of Model Year Production 07/15/2013 f Ll 4-5 Color Oxford White Indicate estimated number of days after the purchase order is received that the unit will be delivered to the city. The DAYS: maximum number of days shall not 46 exceed 126days. _ES_:1i­4-006,�4WD 6"ab&C�hasslis�Flatbed� page 14 of 19 City of Port Angeles Bid No. ES-14-006 BID FORM 4WD Cab & Chassis Flatbed Bidder must bid on all bid items for a bid to be valid. The bidder hereby bids the following l� I_ c t amounts for all material described in the Schedule A of the Contract Document. The optional 11 bid item may be added for award with the base bid at the sole discretion of the City. BASE BID: ID ITEMS DESCRIPTION PRICE Base Vehicle 4WD Regular Cab & Chassis IV14 A- 1 (F3H/640A/141WBX2014 MY)As outfitted in R equired Standard . Specifications /V(-,) Z' 2 Altern165W ative Wheelbase, Regular Cab, 165 WB, 84CA 'F3H/ I�65 0 B' 3 Battery, HD 4 Cab Steps, Regular Cab CCA (DL(6"An )ular Black Runnin Boards 18B 5 Tires, Alternative All Terrain F350 (LT245/76Rx1 75E BSW All- Terrain A" ),( 6 Towing Package (Aftermarket trailer brake wiring kit) (N/A with c/u/xy_� Trailer Brake Controller) 7 —; Undercoating (DLR) 8 Platform Bed, 12 Foot(Requires 84CA) (inc. 40in Bulkhead, Wood Deck)(Kn p PVMX-123C) (DLR) 9 Extra Heavy Service Front Suspension Package (increases 400- 800 lbs.),(67X) 10 CNG/LPG Gaseous Engine Prep Package (only available with gas en ine 98F 11 Trailer Brake Controller(N/A with Trailer Bra Wiring Kit#1931) 52BO - /A.-7) 12 2" Receiver Hitch(non-hoisted Platform/Stakeside Beds(DLR — Subtotal: $S1 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 apply. $ E 7 Total Base Bid—Amount: $ E5-14-006, 4WD Cab&Chassis Flatbed page 15 of 19 City of Port Angeles Bid No. ES-14-006 4WD Cab&Chassis Flatbed 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? E(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 shoot must be signed and dated by the bidder or a representative legally authorized to bind the bidder. FULL LEGAL NAME OF BIDDER__k4 Q elt- A,VTV -A-vL- TYPE OF BUSINESS: /-Corporation ❑ Partnership (general) ❑ Partnership (limited) ❑ Sole Proprietorship ❑ Limited Liability Company ADDRESS No CITY/STATE/ZIP 0 PHONE FAX NAME (PLEASE PRINT) 4'�,Jru TITLE LL 0 -0 - --— SIGNED I- I "I -10i4l, DATE ES-14-006, 4WD Cab&Chassis Flatbed page 16 of 19 PORT 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 10 dayof 20 VA zozo ly, 061, otary Public inandfor 0 tate of Lz�h--SL U Residing at OFlx My Comm. Exp.: ES-14-006, 4WD Cab&Chassis Flatbed page 17 of 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 2415 Fleet/Non-Retail GMC Sierra 350OHD 4WD Reg Cab 162" WB, 33.56" PRICING U Y PRICING SUMMARY-2015 Fleet/Non-Retail TK 6403 4WD Reg Gab 162"WB,83.58"CA MSRP Base Price $35,675.00 Total Options: $1,770.00 Vehicle Subtotal $37,445.00 Advert/Adjustments $0.00 Destination Charge $1,095.00 GRAND TOTAL $38,540.00 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 2:58:14 PM Page 1 Preps For: Preps y: LUCY HANLEY GARRETT THOMAS CITY OF PORT ANGELES 321 EAST FIFTH STREET PO BOX 321 PORT ANGELES,WA 98362 Phone: (360)457-0411 2015 Fleet/Non-Retail GMC Sierra 350OHD 4WD Reg Cab 162" WB, 33.53" SELECTED MODEL & OPTIONS SELECTED MODEL-2015 Fleet/Non-Retail TK36403 4WD Reg Cab 162"WB,83.68"CA Code Description MSRP TK36403 2015 GMC Siena 350OHD 4WD Reg Cab $35,675.00 162"WB, 83.58"CA SELECTED VEHICLE COLORS-2015 Fleet/Non-Retail TK36403 4WD Reg Cab 162"WB,83.58"CA Code Description Interior: No color has been selected. Exterior 1: No color has been selected. Exterior 2: No color has been selected. SELECTED OPTIONS-2015 Fleet/Non-Retail TK36403 4WD Reg Cab 162"WB,83.58"CA CATEGORY Code D escription 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 L96 ENGINE,VORTEC 6.OL VARIABLE VALVE TIMING V8 SFI(322 hp[240.1 $0.00 kW]@ 4400 rpm, 380 lb-ft of torque[513.0 N-m] c@ 4200 rpm)(STD) TRANSMISSION MYD TRANSMISSION,6-SPEED AUTOMATIC, HEAVY-DUTY electronically $0.00 controlled with overdrive and tow/haul mode. Includes Cruise Grade Braking and Powertrain Grade Braking(STD)(Requires(L96)Vortec 6.OL V8 SFI engine.) AXLE GT5 REAR AXLE,4.10 RATIO(Requires(L96)Vortec 6.OL V8 SFI engine.) $0.00 PREFERRED EQUIPMENT GROUP 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 2:58:14 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 2015 Fleet/Non-Retail GMC Sierra 350OHD 4WD Reg Cab 162" WB, 83.58" SELECTED L & OPTIONS SELECTED OPTIONS-2015 FI ttNon-R. it TK36403 4WD Reg Cab 162"WB,83.68"CA CATEGORY Code Qocriptio n MSRP PREFERRED EQUIPMENT GROUP 1 SA WORK TRUCK PREFERRED EQUIPMENT GROUP includes Standard $0.00 Equipment TIRES QZT TIRES, LT235/80R17E ALL-TERRAIN $200.00 SPARE TIRE ZZT TIRE, SPARE LT235/80R17E ALL-TERRAIN(Requires(QZT) $380.00 LT235/80R17E all-terrain tires.) PAINT SCHEME ZY1 PAINT, SOLID(STD) $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.(STD)(Requires(H2Q)vinyl interior trim or(H2R) cloth,interior trim.) SEAT TRIM H2Q JET BLACK/DARK ASH,VINYL includes fixed driver lumbar $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 K413 BATTERY,730 COLD-CRANKING AMPS,AUXILIARY(Not available with $135.00 (LML) Duramax 6.6L Turbo Diesel V8 engine.) JL1 TRAILER BRAKE CONTROLLER, INTEGRATED $230.00 RVQ LPO, BLACK TUBULAR ASSIST STEP,6"RECTANGULAR(dealer- $600.00 installed)(Not available with(VXJ)4"round chrome tubular assist steps, LPO, (RVS)4"round Black tubular assist steps, LPO or(VXH)6" rectangular chrome tubular assist steps, LPO.) AKO GLASS, DEEP-TINTED $100.00 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 2:58:14 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 2015 Fleet/Non-Retail GMC Sierra 350OHD 4WD Reg Cab 162" WB, 83.58, SELECTED MODEL & OPTIONS SELECTED OPTIONS-2015 Fleet/Non-Retail TK36403 4WD Reg Cab 162"WB,83.58"CA CATEGORY Qescriplion P ADDITIONAL EQUIPMENT 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.) 91-7 UPFITTER SWITCHES, (4)(Three switches with (LML)Duramax 6.61- $106.25 $125.00 Turbo Diesel V8 engine.) VQ2 FLEET PROCESSING OPTION $0.00 $0.00 OPTIONS TOTAL $1,504.50 $1,770.00 DEALER INSTALLED OPTIONS 12 Foot Platform Bed with wood deck and 40 inch bulkhead (Knaphide PVMX-123C). 2 inch receiver hitch with wiring harness. Undercoating. 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 m Copyright 1986-2012 Chrome Data Solutions, LP.All rights reserved. Customer File: March 27, 2014 1:02:43 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 2015 Fleet/Non-Retail GMT Sierra 350OHD 4WD Reg Cab 152" W , 83.58" STANDARD UI STANDARD EQUIPMENT-2015 Fleet/Non-Retail T6403 4WD Reg Cab 162"WB,83.58"CA ENTERTAINMENT • Audio system,4.2"Diagonal Color Display,AM/FM stereo with USB ports, auxiliary jack and SD card slot • Audio system feature,4-speaker system • SiriusXM Satellite Radio, delete EXTERIOR • Wheels, 17"(43.2 cm)painted steel • Tires, LT235/80R17E all-season highway • Wheel trim,painted trim skins and painted center caps • Bumper,front chrome • Grille, chrome surround • Headlamps,halogen projector • Lamps, Smoked Amber roof marker(Not available with(YF5)California state emissions requirements.) • Lamps, cargo area, cab mounted with switch on center switch bank • Mirrors, outside high-visibility vertical camper-style, Black with manual folding and extension and lower convex spotter glass • Glass,solar absorbing,tinted • 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 0 Copyright 1986-2012 Chrome Data Solutions, LP.All rights reserved. Customer File: March 26, 2014 2:58:14 PM Page 5 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 2015 Fleet/Non-Retail GMC Sierra 3500HD 4WD Reg Cab 162" WB, 83.58" STANDARD EQUIPMENT STANDARD EQUIPMENT-2015 Fleet/Non-Retail TK36403 4WD Reg Cab 162"WB,83.58"CA 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. (Requires(H2Q)vinyl interior trim or(H2R)cloth,interior trim.) • Seat trim,Vinyl • Floor covering, Black rubberized vinyl • Steering column, manual Tilt-Wheel • Steering wheel • 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 and driver on A-pillars 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 2:58:14 PM Page 6 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 2015 Fleet/Non-Retail GMC Sierra 350OHD 4WD Reg Cab 162" W , 83.58" STANDARD EQUIPMENT STANDARD EQUIPMENT-2015 Fleet/Non-Retail TK36403 4WD Reg Cab 162"WB,83.68"CA MECHANICAL • Engine,Vortec 6.OL Variable Valve Timing V8 SFI(322 hp[240.1 kW]to'@ 4400 rpm, 380 lb-ft of torque[513.0 N-m]@ 4200 rpm) • Transmission,6-speed automatic,heavy-duty electronically controlled with overdrive and tow/haul mode. Includes Cruise Grade Braking and Powertrain Grade Braking(Requires(L96)Vortec 6.OL V8 SFI engine.) • Rear axle,4.10 ratio(Requires(L96)Vortec 6.OL V8 SFI engine.) • Differential,heavy-duty locking rear • Air cleaner,high-capacity • Transfer case,with floor-mounted shifter(Included with 4WD models only.) • Four wheel drive • Cooling, external engine oil cooler • Cooling, auxiliary external transmission oil cooler • Battery, heavy-duty 720 cold-cranking amps/80 Amp-hr, maintenance-free with rundown protection and retained accessory power • Alternator, 150 amps • Recovery hooks,front,frame-mounted,black • Body, Chassis Cab • Frame,fully-boxed, hydroformed front section • GVWR, 13,200 lbs.(5988 kg) • Suspension Package, Standard includes 51 mm twin tube shock absorbers and 33mm front stabilizer bar • Steering, Recirculating Ball • Fuel tank,front and rear,63.5 gallon • 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 3/1812014 ®Copyright 1986-2012 Chrome Data Solutions, LP.All rights reserved. Customer File: March 26, 2014 2:58:14 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 2015 Fleet/Non-Retail GMC Sierra 350OHD 4WD Reg Cab 162" WB, 83.58' STANDARD !P T STANDARD EQUIPMENT-2016 Fleet/Non-Retail TK36403 4WD Reg Cab 162.WB,83.58"CA SAFETY • Brakes,4-wheel antilock,4-wheel disc with dual rear wheel • 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,frontal, driver and right front passenger,single stage (Always use safety belts and child restraints. Children are safer when properly secured in a rear seat in the appropriate child restraint.See the Owner's Manual for more information.) • Air bag deactivation switch,frontal passenger-side • OnStar, delete 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 2:58:14 PM Page 8 O,9ORTgNG BIDDER'S CHECKLIST KS ANA 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-14-006, 4WD Cab & Chassis Flatbed page 18 of 19