HomeMy WebLinkAbout4.545 Original Contract
/'
,
'~
CONTRACT DOCUMENTS
for
Light Duty Vehicles
PURCHASE CONTRACT NO. 07-01
CITY OF PORT ANGELES
WASHINGTON
January 16, 2007
GLENN A. CUTLER, P.E., DIRECTOR OF PUBLIC WORKS & UTILITIES
MIKE PUNTENNEY, DEPUTY DIRECTOR OF OPERATIONS
Reviewed by:
~~<~
Fleet anager
I
/ /;;(~
W~~
City Attorney
<I. 5<1-5
\, '\
January 16, 2007
CITY OF PORT ANGELES
INVITATION TO BID
for
Light Duty Vehicles
Sealed bids will be received by the Director of Public Works & Utilities until 2:00PM Tuesday,
January 30,2007 and will be opened and read in the Public Works conference room, main floor,
Port Angeles City Hall, 321 East Fifth Street, Port Angeles, Washington 98362.
Bids will be taken for:
(1) each 2007 Ford Ranger XL Extended Cab Pickup (4x2) or approved equal
(1) each 2007 Chevrolet Colorado Extended Cab Pickup (4x4) or approved equal
(1) each 2007 Chevrolet Silverado K1500 Extended Cab Short Bed or approved equal, White
(1) each 2007 Chevrolet Silverado K1500 Extended Cab Short Bed or approved equal, Red
The equipment to be bid, as shown above, shall collectively be called the "Equipment." Bid
documents may be obtained by calling Kathy Trainor at (360) 417-4724. Technical questions
regarding this bid should be addressed to Bill McKenzie at (360) 565-3860 or to
bmckenzi@cityofpa.us.
All bids must be on the form provided. Faxed bids shall not be accepted.
The City of Port Angeles reserves the right to reject any or all bids and to waive informalities in
the bidding process. Bidders are not required to bid on all vehicles and may therefore, bid on
any or all schedules (vehicles) listed A through D. The contracts may be awarded to the lowest
responsible bidder for each schedule. The City reserves the right to reject any and all bids.
Minority and women owned businesses shall be afforded full opportunity to submit bids in
response to this invitation, shall not be discriminated against on the grounds of sex, race, color,
age, national origin or handicap in consideration of an award of any contract or subcontract, and
shall be actively solicited for participation in this project by direct mailing of the invitation to bid
to such businesses as have contacted the City for such notification. Further, all bidders are
directed to solicit and consider minority and women owned businesses as potential
subcontractors and material suppliers for this project.
Bids must be sealed with the outside of the envelope marked BID OPENING DATE January 30,
2007, PURCHASE CONTRACT NO. 07-01. The SCHEDULE(S) you are bidding on, along with
the NAME AND ADDRESS OF THE BIDDER, must also appear on the outside of the envelope.
Bids shall be addressed to the Director of Public Works & Utilities, PO Box 1150, 321 East Fifth
Street, Port Angeles, Washington 98362.
Glenn A. Cutler, Director
PUBLISH:
Peninsula Daily News: January 16, 2007
l )
INSTRUCTIONS FOR BIDDERS
Equipment Bids
BID SUBMITTAL:
All bids must be sealed with the outside of
the envelope marked with the BID
OPENING DATE, EQUIPMENT PROJECT
NUMBER or PROJECT NAME and
SCHEDULE(S) YOU ARE BIDDING ON.
The NAME AND ADDRESS OF THE
BIDDER shall also appear on the outside of
the envelope. Bids shall be directed to the
Director of Public Works and Utilities, and
mailed to PO Box 1150, or delivered to 321
East Fifth Street, Port Angeles, Washington
98362.
It is the intent of the attached specifications
to describe the minimum requirements for
the equipment requested in sufficient detail
to secure bids on comparable equipment.
All parts for body or chassis which are
necessary in order to provide a complete
unit, meeting all safety requirements, and
ready for operation, shall be included in the
bid and shall conform in strength, quality of
workmanship and material to that which is
usually provided the trade in general. Any
variance from the specifications or
standards of quality must be clearly pointed
out in writing by the bidder.
Do not make reference to brochures or
supporting literature on the bid sheet. All
notations for bid compliance or
exceptions are to be made on the bid
sheet or on a plain piece of paper
attached and referenced to the bid item.
Bidders are not required to bid on all
vehicles and may therefore, bid on any or all
schedules (vehicles) listed A through D.
Bidders are required to bid all options
pertaining to each schedule selected.
Failure to do so could be cause for the bid
to be considered non-responsive. Bid
award will be based on lowest responsive
bid for each schedule (vehicle) with options
included in invitation.
Project No. 07-01
If a bidder's corporate policy mandates use
of an official quotation form, it may be
submitted. However, the cost data must be
duplicated on the City's bid cost data and
agreement sheet. The City's bid sheet
must be signed by the bidder or its agent
in order for the proposal to be accepted.
If alternate equipment is proposed, bidders
are required to submit a separate bid sheet
for each unit offered.
All bids must be made on the required bid
form and in cases of errors in the extension
of prices in the bid, the unit prices will
govern. All blank spaces for bid prices must
be filled in, with ink or typewritten, and the
bid form must be fully completed and
executed when submitted. Only one copy
of the bid form is required. Faxed bids will
not be accepted. Failure to adhere to
instructions may constitute disqualification
of proposal.
COMPLIANCE WITH SPECIFICATIONS:
The equipment must be in accordance with
the specifications.
Failure on the Contractor's part to comply
with any specification herein will be grounds
for disqualification of the bid.
All items called for in the specifications,
including but not limited to the equipment
constructed as shown, and the necessary
manuals, must be complied with before the
final payment can be processed.
Where the description of an item includes
both specifications and a brand name and
number, the specifications shall govern in
case of conflict. Brand name and number
are for reference as to the type and quality
required and do not preclude offers of a
comparable or better product, provided full
specifications and descriptive literature
accompany the offer. Failure to include full
Page 3 of 25
'r ~
descriptive literature may be cause to reject
the offer.
The term "approved equal" shall mean that
the quality of equipment must be equal to
the named reference and receive the
approval of the City. The City shall be the
sole arbiter in the determination of equality,
and it reserves the right to reject any and all
bids and to accept the bid or bids which in
its sole and absolute judgment will, under all
circumstances, best serve the interest of the
City.
WARRANTY:
One year, 100% parts and labor. The
successful bidder shall warranty all work
performed and all parts and equipment
provided under this contract for a period of
one (1) year from the date of delivery. If
any failure to meet the foregoing warranty
appears within one (1) year after the date
first placed in use, Contractor will correct by
repair or replacement and provide that each
repair or replacement will carry this same
warranty for two (2) full years starting upon
completion of said repairs or replacement.
The Contractor shall be responsible for all
removal costs into and out of the location(s)
owner has designated wherever a repair or
replacement is required.
The foregoing shall not negate any other
warranties of Contractor, expressed or
implied by operation of law.
Latent defects: Notwithstanding any other
clause in this contract, should a "latent
defect" in the work be discovered during the
five (5) year period after the work has been
accepted by the City, it shall be the
Contractor's responsibility to repair or
replace the work. A "latent defect" is
defined as a defect which reasonable
careful inspection will not reveal, or a defect
which could not have been discovered by
any known or customary test.
Warranty work shall include both parts,
labor, and transportation to Contractor's
facility when required. Warranty work shall
Project No. 07-01
be performed in a timely and professional
manner to City satisfaction in a manner best
serving the interests of the City. Warranty
work requiring more than three (3) days
absence of the equipment will require the
bidder to provide adequate back-up as a
temporary replacement to the equipment
having warranty work done. This will allow
operational work to continue at the City of
Port Angeles.
Explain in detail, and provide copies of all
warranties for all equipment/products to be
installed by vendor with your proposal.
City personnel may conduct warranty work,
if the vendor chooses. However, the vendor
must agree to pay the City's outside labor
rate in effect at the time of service (currently
$75.00 per hour), in addition to the 130% of
all parts and materials for any warranty.
When the supplier is not the manufacturer
of the item of equipment, supplier agrees to
be responsible for this guarantee and
supplier is not relieved by a manufacturer's
guarantee.
Vendor agrees to these warranty provisions
by signing the bid proposal.
SAFETY:
This unit shall completely comply with all
State and Federal laws, rules, regulations
and codes in effect at the time of delivery.
The unit shall be tested by the successful
bidder for compliance with all OSHA/WISHA
regulations and the State Department of
Labor and Industries Electrical Workers
Safety Rules.
DELIVERY & ACCEPTANCE:
The successful bidder shall be responsible
for delivery to the City's garage in Port
Angeles, Washington, between the hours of
8:00 AM and 3:30 PM during the City's
normal work day. Delivery shall be made
within the time period specified on the bid
(see Schedules) but not later than 120 days
after the contract is signed.
Page 4 of 25
,
"J
I.,
. ,
Construction must be in accordance with
the specifications. Any variation proposed
by the successful bidder must be approved
by the City prior to the change. Such
variations, regardless of whether there is
any adjustment in the contract amount,
must be confirmed by a fully-signed change
order. Failure to follow this procedure can
result in nonacceptance of the unit by the
City.
All items called for in the specification,
including but not limited to the unit
construction as shown, and the necessary
manuals, must be complied with before the
final invoice can be processed.
GENERAL INFORMATION:
The City of Port Angeles reserves the right
to consider delivery time and may waive any
informalities or minor defects or reject any
and all bids. Any bid may be withdrawn
prior to the above scheduled time for the
opening of bids or authorized postponement
thereof. Any bid received after the time and
date specified shall not be considered. No
Bidder will be permitted to withdraw its
proposal between the closing time for
receipt of proposals and the execution of
contract, unless the award is delayed for a
period exceeding sixty (60) calendar days.
The City of Port Angeles may, at its option,
in awarding this purchase contract, take into
consideration the revenue it would receive
from purchasing the equipment from a
supplier located within its boundaries, in
accordance with RCW 39.30.040.
Offers made in accordance with the
Invitation to Bid shall be good and firm for
the period specified in the bid unless the
Bidder specifically limits its offer to a shorter
period by written notification on the bid
document. However, bids so modified may
be declared non responsive.
Minority and women owned businesses
shall be afforded full opportunity to submit
bids in response to this invitation, shall not
be discriminated against on the grounds of
sex, race, color, age, national origin or
Project No. 07-01
handicap in consideration of an award of
any contract or subcontract, and shall be
actively solicited for participation in this
project by direct mailing of the invitation to
bid to such businesses as have contacted
the City for such notification. Further, all
bidders are directed to solicit and consider
minority and women owned businesses as
potential subcontractors and material
suppliers for this project.
Signing of the bid sheet by Contractor and
subsequent acceptance by the City of the
lowest responsible bid will constitute a
binding agreement between the City and
Contractor. Contractor understands and
agrees that no contract payment will be
made until the City certifies that all stated
specifications have been complied with and
the equipment is delivered and accepted by
the City.
Bids will be evaluated and submitted to the
City Council for approval as soon as
possible after bid opening. All bidders will
be notified of results in writing.
Upon award of the contract to the
successful bidder, the City will send the
Contractor duplicate, complete sets of
Contract Documents, which will include the
City's Purchase Order Requisition. The
Purchase Order Requisition will include the
final agreed upon price and the specific
equipment and options being purchased.
The Contractor will then sign the duplicate
sets of Contract Documents and return
them for signing by the City. Each party will
retain a fully executed set of the Contract
Documents.
The Invitation to Bid is released by the City
of Port Angeles Public Works and Utilities
Department, which shall act as sole point of
contact for administration of the bidding.
Questions should be directed to Bill
McKenzie, Fleet Manager, (360) 565-3860
or to bmckenzi@cityofpa.us.
Page 5 of 25
;,
"
..
CITY OF PORT ANGELES
STANDARD TERMS AND CONDITIONS
PURCHASE CONTRACT
THE PURCHASE CONTRACT INCLUDES THE FOLLOWING TERMS AND CONDITIONS
AND THE PUBLISHED RULES, REGULATIONS, AND LAWS OF THE CITY OF PORT
ANGELES AND THE STATE OF WASHINGTON, WHICH ARE HEREBY INCORPORATED BY
REFERENCE.
1. CHANGES: No alteration in any of the terms, conditions, delivery price, quality, quantities,
or specification will be effective without written consent of the appropriate representative of
the City.
2. HANDLING: No charges will be allowed for handling, including but not limited to packing,
wrapping bags, containers or reels, unless otherwise stated herein.
3. DELIVERY & ACCEPTANCE: For any exception to the delivery date as specified in this
Contract, Contractor shall give prior notification and obtain written approval thereto from the
City. Time is of the essence and the Contract is subject to termination for failure to deliver
as specified and/or appropriate damages. The acceptance by the Purchaser of late
performance with or without objection or reservation shall not waive the right to claim
damage for such breach nor constitute a waiver of the requirements for the timely
performance of any obligation remaining to be performed by Contractor.
The successful bidder shall be responsible for delivery to the City's garage in Port Angeles,
Washington, between the hours of 8:00 AM and 3:30 PM during the City's normal work day.
Delivery shall be made within the time period specified on the bid.
4. DAMAGES FOR DELAY: Delays add cost to the City in the form of time needed for
operational duties, administration and supervision and in the form of replacement equipment
rental. Because the City finds it impractical to calculate all of the actual cost of delays, it has
adopted the following to calculate liquidated and actual damages for failure to complete the
delivery of the equipment/material on time.
Accordingly, the Contractor agrees to the following:
a. To pay liquidated damages in the amount of $25 for each working day beyond the
number of working days established for physical delivery of the equipment/material.
b. To pay actual damages equal to the actual cost to the City for rental of equipment
necessary for the user Department to continue with its operations.
c. To authorize the City to deduct these liquidated and actual damages from any money
due or coming due to the Contractor.
5. PAYMENTS, CASH DISCOUNT, LATE PAYMENT CHARGES: Invoices will not be
processed for payment until receipt of a properly completed invoice or invoiced items,
whichever is later.
6. SHIPPING INSTRUCTIONS: Unless otherwise specified, all goods are to be shipped
prepaid, F.O.B. Destination.
Project No. 07-01
Page 6 of 25
...
\
'"
\
7. REJECTION: All goods or materials purchased herein are subject to approval by the
Purchaser. Any rejection of goods or material resulting because of non-conformity to the
terms and specifications of this Contract, whether held by the Purchaser or returned, will be
at Contractor's risk and expense.
8. IDENTIFICATION: All invoices, packing lists, packages, shipping notices, instruction
manuals, and other written documents affecting this Contract shall contain the applicable
purchase contract number.
9. INFRINGEMENTS: Contractor agrees to protect and hold harmless the Purchaser against
all claims, suits or proceedings for patent, trademark, copyright or franchise infringement
arising from the purchase, installation, or use of goods and materials ordered, and to
assume all expenses and damages arising from such claims, suite or proceedings.
10. WARRANTIES: Contractor warrants that articles supplied under this Contract conform to
specifications herein and are fit for the purpose for which such goods are ordinarily
employed, except that if a particular purpose is stated, the material must then be fit for that
particular purpose.
11. ASSIGNMENTS: The provIsions or moneys due under this Contract shall only be
assignable with prior written consent of the Purchaser.
12. TAXES: Unless otherwise indicated the Purchaser agrees to pay all State of Washington
sales or use tax. No charge by Contractor shall be made for federal excise taxes, and the
Purchaser agrees to furnish Contractor, upon acceptance of articles supplied under this
Contract with an exemption certificate.
13. LIENS, CLAIMS AND ENCUMBRANCES: Contractor warrants and represents that all the
goods and materials ordered herein are free and clear of all liens, claims, or encumbrances
of any kind.
14. RISK OF LOSS: Regardless of FOB point, Contractor agrees to bear all risks of loss, injury
or destruction of goods and materials ordered herein which occur prior to delivery. Such
loss, injury or destruction shall not release Contractor from any obligation hereunder.
15. HOLD HARMLESS: Contractor shall protect, indemnify, and hold the Purchaser harmless
from and against any damage, cost or liability for any injuries to persons or property arising
from acts or omissions of Contractor, its employees, agents or subcontractors howsoever
caused.
16. LABOR AND INDUSTRIES: Contractor is required to the extent applicable, to procure
Labor and Industries permits LI 700-7 and LI 700-29 and abide by the requirements thereof.
Copies of "Statement of Intent to Pay Prevailing Wages" and "Affidavit of Wages Paid" shall
be submitted to the City Clerk and Department of Labor and Industries.
17. ANTI-TRUST: Contractor and the Purchaser recognize that in actual economic practice
overcharges resulting from anti-trust violations are in fact borne by the Purchaser.
Therefore, Contractor hereby assigns to the Purchaser any and all claims for such
overcharges.
Project No. 07-01
Page 7 of 25
~
-
,
18. DEFAULT: Contractor shall be liable for damages suffered by the Purchaser resulting from
Contractor's breach of Contract. The Contractor covenants and agrees that in the event suit
is instituted by the Purchaser for any default on the part of the Contractor, and the
Contractor is adjudged by a court of competent jurisdiction to be in default, Contractor shall
pay to the Purchaser all costs, expended or incurred by the Purchaser in connection
therewith, and reasonable attorney's fees. The Contractor agrees that the Superior Court of
the State of Washington shall have jurisdiction over any such suit, and that venue shall be
laid in Clallam County.
19. BRANDS: When a special brand is named it shall be construed solely for the purpose of
indicating the standards of quality, performance, or use desired. Brands of equal quality,
performance, and use shall be considered, provided the bidder specifies the brand and
model and submits descriptive literature when available. Any bid containing a brand which
is not of equal quality, performance, or use specified must be represented as an alternate
and not as an equal, and failure to do so shall be sufficient reason to disregard the bid.
20. SAFETY: The equipment shall completely comply with all State and Federal laws, rules,
regulations and codes in effect at the time of delivery.
The equipment shall be tested by the successful bidder for compliance with all
OSHAlWISHA regulations and the State Department of Labor and Industries Electrical
Workers Safety Rules.
21. ACCEPTANCE: BY ACCEPTING THIS PURCHASE CONTRACT IN WRITING OR BY
DELIVERING THE MATERIAL ORDERED, CONTRACTOR ACCEPTS ALL OF THE
TERMS AND CONDITIONS SET FORTH. FORMAL OBJECTION IS HEREBY MADE BY
THE PURCHASER TO ANY ADDITIONAL OR DIFFERENT TERMS PROPOSED BY
VENDOR CONTRACTOR AS A CONDITION OF ACCEPTANCE OR DELIVERY.
Project No. 07-01
Page 8 of 25
~ l'
PURCHASE CONTRACT
THIS AGREEMENT is made and entered into this Z2L day of ~
20.a1, between the City of Port Angeles (hereinafter called the "Purchaser")
Ruddell Auto Mall (hereinafter called the "Contractor", "Vendor", or "Bidder").
,
and
WITNESSETH: That the Purchaser and the Contractor, in consideration of the
performance of the terms and conditions hereinafter mentioned, agree as follows:
ARTICLE I
CONTRACT DOCUMENTS
The complete contract includes the Invitation to Bid, the Instructions to Bidders,
the Bid, the Specifications, the Standard Terms and Conditions, the Purchase Order
Requisition, and the Purchase Contract. The foregoing documents shall hereinafter be
called "Contract Documents" or "Contract". All obligations of the Purchaser and the
Contractor are fully set forth and described herein.
In the event of a discrepancy between any of the Contract Documents, as above
defined, the Purchaser shall give a written interpretation thereof, which interpretation
shall govern.
ARTICLE II
CONTRACT COST
The Contractor agrees to sell and deliver to the Purchaser, at the delivery point
specified in the Instructions to Bidders, and the Purchaser agrees to purchase and
receive from Contractor the equipment as described and set forth in the Contract
Documents and the provisions of the Contractor's bid attached and made a part
hereof.
ARTICLE III
ASSIGNMENT
The Contractor shall not assign any of its responsibility under this Contract
without the express written consent of the Purchaser.
ARTICLE IV
APPLICABLE LAW AND VENUE
This Contract shall be governed by, and construed in accordance with, the
applicable laws of the State of Washington. Any legal proceedings to determine the
rights and obligations of the parties hereunder shall be brought and heard in Clallam
County Superior Court.
t ~
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 for the
account and at the expense of the Contractor, and the Contractor shall be liable to the
Purchaser for any excess cost thereby.
ARTICLE VII
SEVERABILITY
If any term or condition of this Contract or the application thereof to any person(s) or
circumstances is held invalid, such invalidity shall not affect other terms, conditions, or
applications which can be given effect without the invalid term, condition, or application.
To this end the terms and conditions of this Contract are declared severable.
" ~
ARTICLE VIII
WAIVER
Waiver of any breach of any term or condition of this Contract shall not be deemed
a waiver of any prior or subsequent breach, no term or condition of this Contract shall
be held to be waived, modified, or deleted except by a written instrument signed by the
parties hereto.
RUDDELL AUTO MALL
By:-i~ .4 ~
Title:---1 ~
Dated: Z/u( tf1t-
CITY OF PORT ANGELES
By: --)J't~/' ~
Dated: 03!o s-!o r
I f
ATTEST:
) ,~
ATTEST: ~ '
- V
,~ ~
City of Port Angeles
Invitation for Bid
Purchase Contract 07-01
Schedule A
(1) Ford Ranger XL Pickup
(1) each 2007 Ford Ranger XL Extended Cab Pickup (4x2) or approved equal.
Make/Model
206 -:t- &Yv1 c-
~f'n..l 'f o;J ~y;r eM
Lf x;z.
Pricing for (1) each 2007 Ford Ranger Extended Cab Pickup (4x2) or approved equal:
Rvo 0 'i</.A- s"t*t-~
Base Price: $ I I ,80:1.. (;)" ;;t ~ 1-
Subtotal:
WSS Tax: %
Title Application Fee:
$
$ 303
$ !;).lOS"
d-J~>
1;)1 b?O
Adjusted Price:
Options: (list attached)
Total Vehicle Cost (1 each): $
ADDENDA ACKNOWLEDGMENT: The bidder hereby acknowledges that it has
received Addenda No. I to this project manual.
Dealer: ((v()O~lA- IrVm MkU- Contact:
-11 D 6m ~ COVe.St:
~ bfL~ I\t.:(; €LE S; \ WJ\
tb~JI e (..un 0 t,U-
tf)-tL
VVlM ~ TImMfStW
Signature of authorized agent: (required)
X:
UA- ~
Date:
(- 2-9-tJ"l
Project No. 07-01
Page 12 of 25
..
,
''I
...
SCHEDULE A
Comparison/competitive specification
sheet from State bid contract #04606
TRUCK.
SMALLfMIDSIZE PICKUP. EXTENDED CAB
VEHICLE TYPE: EXTENDED CAB, SMALL/MIDSIZE PICKUP (4X2)
MAKEIMODEL:
FORD RANGER
EQUIPMENT INCLUDED IN NET PRICE
4760# GVWR
3.0 liter 6 Cylinder Gas Engine (148 H.P.)
Air Conditioning
Automatic Overdrive Tranll1Dission
P22SnOR15 Steel Belted Radial Tires, All Season (1)
ED Shocks
Full-size Spare Tire & Wheel, Carrier, Jack & Lug Wrench
Power Steering
Power Brakes, 4 Wheel Anti Lock
6 Foot Box, Double Wall Construction
Dome Light
Cloth 60/40 Split Bench Seat w/folding Backrest, Two Rear Jump
Seats
Air Bags, Driver & Front Passenger wIDeactivation Switch
Extended Cab With Two Door Access, Two Front Door Locks
Headliner, Door Trim Panels, Vinyl Floor Covering
Four Sets of Coded Keys
Cigm::ette Lighter/Auxiliary Power Sources
AM!FM Radio w/Clock
ED Rear Step Bumper
Manual Side View Mirrors
Light Tinted Glass All Around
Intermittent Wipers
540 CCA Battery
115 AMP Alternator
All Factory ~tand.ard Equipment including:
Fuel, Tachometer, & Temp. Gauges
Seat Belts wlHeight Adjusters
Tire Pressure Monitoring System
3.73:1 Rear Axle Ratio as equipped
36 Mo/36,OOO Mile Warranty Bumper to Bumper, 5
Yr/60,OOO Mile Powertrain
7.7 inch Min Ground Clearance
NHTSA CRASH TEST RATINGS (2006)
FRONTAL (DIP) 4/4
SIDE (FIR) 4/NA
ROLLOVER 3
VEIDCLE MEETS THE DEPARTMENT OF ECOLOGY SPECIFICATIONS FOR LOW EMISSION VEIDCLES.
GAS MILEAGE: CITY 17, RWY 22 MERCURY-FREE VEHICLE EMISSION CERTIFICATION TIER 2 BIN 5
DEUVERY: 45-120 Days
NET PRICE: (Vebicle equipped as above, delivered to any point within the State of Washington, exclusive of Federal Excise and
before 8.0% Sales Tax including .3% vebicle tax):
COMMODITY
CODE
---z3l7-102-001
VEHICLE DESCRIPTION
ORDER OTY
PRICE EACH PRICE ExrENSION
Truck, Extended Cab, SmalllMidsize Pickup
(4X2), 2007 Ford Ranger XL (R14/861A) $12,267.00* $
NO COST EXTERIOR COLORS: INDICATE QUANTITY OF COLOR(S) SELECTED Oxford White X . Silver -'
Black-, Dark Shadow 'Grey -' Pueblo Gold ,
Available WfXLT: Torch Red ---' Redfire ---' Vista Blue_,
(1) Tire Chain Compatible
*DEALERINSTALLED OPTION
Page 13 of 25
\
..
OPTIONS LIST
Schedule A
Ford Range XL Pickup
COMMODITY OPTION DESCRIPTION ORDER PRICE PRICE
CODE QUANTITY EACH EXTENSION
Bedliner, spray on (includes over
2317-102-018 rails and tailgate) 1 $423.00
~ (DLR)*
*DEALER INSTALLED OPTION
Project No. 07-01
Page 14 of 25
~
City of Port Angeles
Invitation for Bid
Purchase Contract 07-01
Schedule B
(1) Chevrolet Colorado
(1) each 2007 Chevrolet Colorado Extended Cab Pickup (4x4) or approved equal.
Make/Model
20D:t- &W\~ ~jt1Jyt5\J t~BN ~ '1xL(
Pricing for (1) each 2007 Chevrolet Colorado Extended Cab Pickup (4x4) or approved
equal: 'Q.lIDC>EJ..-'- SiKrE
Base Price: $ /5"'l '177 /" I (p ~
Adjusted Price:
$
$ J..., I 'Z r
$ 1~l/bL(
Options: (list attached)
Subtotal:
WSS Tax:
%
Title Application Fee:
Total Vehicle Cost (1 each): $
ADDENDA ACKNOWLEDGMENT: The bidder hereby acknowledges that it has
received Addenda No. I to this project manual.
Dealer: 1?u 0 0 eJ,..-L.- f\v11J 1Yl ~
-11 () 61lt...r CDu IU i:-
f c) ~1'"' ftrVtri-L- rS {vJ It-
Contact: _#0 w l~ R..lIfJDBiA-
u(2..
M ftR~ ~ m I%. 6''';
Signature of authorized agent: (required)
X:
h~
1-2~-Ot-
Date:
2- ,3~ S"
I~, D51
Project No. 07-01
Page 15 of 25
~
SCHEDULE B
Comparison/competitive specification
sheet from State bid contract #04606
TRUCK.
SMALLIMIDSIZE PICKUP EXTENDED CAB
VEIDCLE TYPE::EXTENDED CAB, SMALL/MIDSIZE PICKUP (4X4)
MAKEIMODEL: CHEVROLET COLORADO
EOUIPMENT INCLUDED IN NET PRICE
ED Rear Step Bumper
Dome Light
Manual Foldaway Exterior Mirrors
Light Tinted Glass All Around
Intermittent Wipers
690 CCA Battery
125 AMP Alternator
Front Tow Hooks
Voltmeter, Temp, Tachometer Gauges
All factory standard equipment including:
Four Exterior Doors .
Daytime Rumring Lights
Cruise Contro1!Tilt Steering Wheel
Min Ground Clearance 7.5 inches
3.73:1 Rear Axle Ratio as equipped
3 Yr/36,000 Mile Warranty, Owner's Manual
5,300# GVWR
3.7 Liter 5 Cylinder Gas Engine (242 HP)
Automatic Overdrive Transmission
P23S!75R15 All Season Tires(1)
Air Conditioning
Fullsize Spare Tire & Wheel, Carrier, Jack & Lug Wrench
Transfer Case, Electronic shift
Automatic Locking Hubs
Power Brakes, 4 Wheel Anti Lock
Skid Plate Package
Power Steering
6 Foot Box (Double Wall Construction)
Headliner, Door Trim Panels, Carpeted Floor Covering
w/Rubber Floor Mats
Air Bags, Driver & Front Passenger
AMi PM Radio
Cigarette Lighter! Auxiliary Power Sources
ED Shocksl, Front Stabilizer Bar
Cloth 60/40 Split Bench Seat wi Folding & Reclining Backrest,
Two Rear Jump Seats
NHTSA CRASH TEST .RATINGS
FRONTAL (DIP) 4/4
SIDE (FIR) 4/5
ROLLOVER 4
VEffiCLE MEETS THE DEPARTMENT OF ECOLOGY'S SPECIFICATIONS FOR LOW EMISSION VEHICLES
GAS MILEAGE CITY: 16 HWY: 22 MERCURY-FREE VEHICLE EMISSION ~TJFIC^TIDN: J:':!ER 2 BIN 5
DELIVERY:
NET PRICE:
90-120 Days
(Vehicle equipped as above, delivered to any point within the State of Washington, exclusive of Federal Excise and
before 8.6 % Sales Tax, including a .3% vehicle tax);
COMMODITY CODE JlEillCLE DESCRIPTION
2317-107-001
Truck, Extended Cab, Small/Midsize Pickup
(4X4), 2007 Chevrolet Colorado (CT15653)
ORDER OTY PRICE EACH PRICE EXTENSION
$16,656.00* $
NO COSTEX1ERIOR COLORS: INDICATE QUANTITY OF COLOR(S) SELECTED White X .
Sunburst Orange -' Imperial Blue-, Black-, Blue Granite-, Victory Red-, Deep Ruby Red--, Silver Birch
'--'
Pace Blue
Fleet Colors: Woodlawn Green --' Wheatland Yellow ----' Doeskin Tan -' Tangier Orange -
(1) Not Tire Chain Compatible
*DEALERINSTALLED OPTION
Page 16 of 25
f. ~
OPTIONS LIST
Schedule B
Chevrolet Colorado
COMMODITY OPTION DESCRIPTION ORDER PRICE PRICE
CODE QUANTITY EACH EXTENSION
Bedliner, spray on (includes over
2317-107-015 rails and tailgate) 1 $395.00
(Linex)
Crew cab pickup (4 full size doors, 6
2317-107-019 passenger cloth seating, 5 ft. box, 1 $2,000.00
CD/MP3) (includes 2317-107-026)
(CT15643/1L T)
Project No. 07-01
Page 17 of 25
r ~
City of Port Angeles
Invitation for Bid
Purchase Contract 07-01
Schedule C
(1) Chevrolet Silverado K1500,
*White*
(1) each 2007 Chevrolet Silverado K1500 Extended Cab, Short Bed, 1/2 Ton Pickup
(4x4) or approved equal, White.
Make/Model
').Do 1- 6m~ <; I f:-(LIt.A- I 51>0 G)CI (4-B 4 X L/
Pricing for (1) each 2007 Chevrolet Silverado K1500 Extended Cab, Short Bed, 1/2 Ton
Pickup (4x4) or approved equal, White: /6If)OIfj.~L- t7~
Base Price:
/Bl " 7 'i ' 19, -3~'1
Subtotal:
WSS Tax: %
Title Application Fee:
$
$
$
$
Adjusted Price:
Options: (list attached)
i I c, &. -:l-
IYfe')
2-0 l)S~
L;SJ,-~~<~
2-D J ;53
Total Vehicle Cost (1 each): $
ADDENDA ACKNOWLEDGMENT: The bidder hereby acknowledges that it has
received Addenda No. --L- to this project manual.
Dealer:
'Rut> Dt.-u.
II 0 Gr"..,F
PA, ~A
Contact:
~/€ evOOtl.{
6 I!-
M'/t{)/t. -rtk)M~r;..J
( O\J ft.~
'79 ~, ~
Signature of authorized agent: (required)
X:
~~
Date: 1- Z 1- (;) -.,..
Project No. 07-01
Page 18 of 25
"
,
\
IJ
SCHEDULE C
Comparison/competitive specification
sheet from State bid contract #04706
TRUCK
1/2 TON PICKUP
VEIDCLE TYPE: EXTENDED CAB, SHORT BED 1/2 TON PICKUP (4X4)
MAKEIMODEL: CHEVROLET
SILVERADO K1500
EQUIPMENT INCLUDED IN NET PRICE
- Rear bench Seat
- Four Sets of Keys
- HD rear step bumper
- 600 CCA Battery
- Dome, Reading, cargo, lights
- 145 AMP alternator
- Cigarette lighter/Auxiliary power source
- Low mount exterior mirrors
- Temperature gauge
- Maximum fuel capacity (26 gal)
- Light tinted glass all around
- Front Tow Hooks
- All factory standard equipment including:
Tachometer
Tilt Steeriilg-~~t?T_
3.42:1 rear axle ratio as equipped
Daytime I'Ulllling lights
3 yr/ 36,000 mile warranty,S yr/l00,000 mile Drivetrain
NHTSA CRASH TEST RATING
FRONTAL (DIP) N/A
SIDE (FIR) N/A
ROLLOVER N/A
VEIDCLE MEETS STATE DEPT OF ECOLOGY SPECIFICATIONS FOR LOW EMISSION VEIDCLE
EMISSION CERTIFICATION TIER 2 BIN 5 GAS MILEAGE 15 CITY 19 HWY MERCURY FREE VEIllCLE
- Four Door Cab Access
- Air Bags, driver and front passenger
- 7000# GVWR
- 4.8 liter, 8 cylinder gas engine
_ Automatic overdrive transmission
_ 2 Speed Transfer Case, Automatic Locking Hubs
- 6 'h foot box, wide body
- Skid Plate Package (NZZ)
_ LT245/75R17 All Terrain Tires (1)
_ Matching spare tire & wheel, carrier, jack & lug wrench
_ lID power disc brakes, 4 wheel anti lock braking system
- Air Conditioning
- Power steering
- Intermittent wipers
_ AMIFM stereo radio w/clock
_ Headliner, door trim panels, vinyl floor covering
_ Vinyl 40/20/40 split bench seat w/head rests, folding
backrest
DELIVERY: 120 Days
NET PRICE: (Vehicle equipped as above, delivered to any point within the State of Washington, exclusive of Federal
Excise and before 8.0% State Sales TaX including a .3% vehicle tax):
COMMODJTY CODE VEHICLE DESCRIPTION ORDER OTY PRICE EACH PRICE EXTENSION
2317-117-001 Truck; 1/2 Ton, Extended Cab Pickup, Wide
Box, 6 Ft (4X4), 2007 Chevrolet 1500 Silverado $19,389.00* $
~~~) V
NO COST EXTERIOR COLORS: INDICATE QUANTITY OF COLOR(S) SELECTED Summit White~
Dark Blue---, Black-, Silver Birch ~ Gray Stone ~ Victory Red--> Blue Granite
FLEET COLORS (Add 30 Days to Delivery): Tangier Orange
Doeskin Tan~
(l)Tire Chain Compatible
*DEALER INSTALLED OPTION
. Wheatland Yellow ----' Woodland Green
Page 19 of 25..
'\
\
"
OPTIONS LIST
Schedule C
Chevrolet Silverado K1500, White
COMMODITY
CODE
OPTION DESCRIPTION
2317-117-014 Bedliner, spray on (including over
rails and tailgate)
(DLR)*
2317-117-026 Power windows, door locks, mirrors
(5B5)
2317-117-035 Towing package HD (includes hitch
platform, 7 wire harness with fully
independent fused trailering circuits
with 7 way sealed connector, 2317-
117 -033 suspension) (Z82)
*DEALER INSTALLED OPTION
Project No. 07-01
ORDER
QUANTITY
1
PRICE
EACH
$435.00
1
$750.00
$280.00
PRICE
EXTENSION
Page 20 of 25
.. \
. -I)
City of Port Angeles
Invitation for Bid
Purchase Contract 07-01
Schedule 0
(1) Chevrolet Silverado K1500,
*Red* ·
(1) each Chevrolet Silverado K1500 Extended Cab, Short Bed, 1/2 Ton Pickup (4x4) or
approved equal, Red.
Make/Model
~ t!J -::;- C:svY\ L
'51 t:~ l SlTO
'l~C~
4Y'l
Pricing for (1) each Chevrolet Silverado K1500 Extended Cab, Short Bed, 1/2 Ton
Pickup (4x4) or approved equal, Red: f--flOQ'i-trL
{1~
Base Price:
/ 9 3~ '1
,
Adjusted Price:
Options: (list attached)
/, (" i
-
Subtotal:
WSS Tax:
2.../, 053
%
Title Application Fee:
Total Vehicle Cost (1 each): $
ADDENDA ACKNOWLED(3MENT: The bidder hereby acknowledges that it has
received Addenda No.' to this project manual.
Dealer: JdOP<( 1..-l Contact:
1/6 (~{ttJftS~
-FA- wit q i- ~c.d-
,
l+o fA) I € (L vI) 0 t. t-<..
oIL
~If1l-K nb 1ItDs.~
Signature of authorized agent: (required)
X:
~.ft ~
Date:
I, '2- ~ - q-,...
Project No. 07-01
Page 21 of 25
...
"
.
\
SCHEDULE D
Comparison/competitive specification
sheet from State bid contract #04706
TRUCK
1/2 TON PICKUP
VEffiCLE TYPE: EXTENDED CAB, SHORT BED 1/2 TON PICKUP (4X4)
MAKEIMODEL: CHEVROLET
SIT.. VERADO K1500
EOUIPMENT INCLUDED IN NET PRICE
- Rear bench Seat
- Four Sets of Keys
- ED rear step bumper
- 600 CCA Battery
_ Dome, Reading, cargo, lights
- 145 AMP alternator
_ Cigarette lighterlAuxiliary power source
_ Low mount exterior mirrors
- Temperature gauge
_ Maximum fuel capacity (26 gal)
_ Light tinted glass all around
- Front Tow Hooks
- All factory standard equipment including:
Tachometer
Tilt Steering Whee1
3.42: 1 rear_ ~~~ti~~_ ~guipped
Daytime running lights
3 yr/36,000 mile warranty,S yr/l00,000 mile Drivetrain
NHTSA CRASH TEST RATING
FRONTAL (DIP) N/A
SIDE (FIR.) N/A
ROLLOVER N/A
VEmCLE MEETS STATE DEPT OF ECOLOGY SPECIFICATIONS FOR LOW EMISSION VEmCLE
EMISSION CERTIFICATION TIER 2 BIN 5 GAS MILEAGE 15 CITY 19 HWY MERCURY FREE VEHICLE
- Four Door Cab Access
_ Air Bags, driver and front passenger
- 7000# GVWR
_ 4.8 liter, 8 cylinder gas engine
_ Automatic overdrive transmission
_ 2 Speed Transfer Case, Automatic Locking Hubs
_ 6 ~ foot box, wide body
- Skid Plate Package (NZZ)
_ .LT245/75RI7 All Terrain Tires (1)
_ Matching spare tire & wheel, carrier, jack & lug wrench
_ ED power disc brakes, 4 wheel anti lock braking system
- Air Conditioning
- Power steering
_ Intemrittent wipers
_ AMlFM stereo radio w/clock
_ Headliner, door trim panels, vinyl floor covering
_ Vinyl 40/20/40 split bench seat w/head rests, folding
backrest
DELIVERY: 120 Days
NET PRICE: (Vehicle equipped as above, delivered to any point within the State of Washington, exclusive of Federal
Excise and before 8.0% State Sales Tax including a .3% vehicle tax):
COMMODITY CODE VEHICLE DESCRIPTION ORlJER OTY PRICE EA CH PRICE EXTENSION
2317-117-001 Truck, 1/2 Ton, Extended Cab Pickup, Wide
Box, 6 Ft. (4X4), 2007 Chevrolet 1500 Silverado $19,389.00* $
WT (CK10753)
NO COST EXTERIOR COLORS: INDICATE QUANTITY OF COLOR(S) Sl!j'E~TED Summit White-,
Dark Blue-, Black--" Silver Birch ----J Gray Stone ----J Victory Red Blue Granite
FLEET COLORS (Add 30 Days to Delivery): Tangier Orange
Doeskin Tan----=-
(1 )Tire Chain Compatible
*DEALERINSTALLED OPTION
. Wheatland Yellow -' Woodland Green
Page 22 of 25
-: ~- \
...
OPTIONS LIST
Schedule D
Chevrolet Silverado K1500, Red
COMMODITY OPTION DESCRIPTION ORDER PRICE PRICE
CODE QUANTITY EACH EXTENSION
Bedliner, spray on (including over
2317-117-014 rails and tailgate) 1 $435.00
(DLR)*
2317-117-016 Cruise control (K34) 1 $199.00
2317-117-026 Power windows, door locks, mirrors 1 $750.00
(5B5)
2317-117-028 Seat, cloth trim instead of vinyl 1 $0.00
(XXB)
Towing package HD (includes hitch
platform, 7 wire harness with fully
2317-117-035 independent fused trailering circuits 1 $280.00
with 7 way sealed connector, 2317-
117 -033 suspension) (282)
*DEALER INSTALLED OPTION
Project No. 07-01
Page 23 of 25
~ ~ ,
NON-COLLUSION AFFIDAVIT
STATE OF WASHINGTON )
~ )
COUNTY OF u~ )
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.
11. If ~~
Signature of Bidder/Contractor
Subscribed and sworn to before me this ? 6 day of ~
, 20 (!)1' .
~\\\\'''"''l1lllll
#~ ~. ZOc? "~
~ ,.,,~ .......... 0\1' ~
;:::. -~ #. -.. ~ ~
::;: 0"'-.' "( A. ft ..... ~ ':::,
- : 0 ...... r. ~
-.....1I~ .--
::::~."" ,...,\--
= : ~ ...",S/v. : z ::
_ . 01&.01 . _
:::: . . G'o-
% (J)~\.. .oU6~\ ./ /; t
~ .d ... ... ~ ~
~"" l)o~ ........ ~~ ~
-,y//" OF W,..S \\\\~
fl/fl 11/'" 111 \\ \\\\
CW~/h1'n~
Notary Public in and f r
State of W,If,S)j-JJ1b7lJ(\
Residing at C-L~k~'/
My Comm. Exp.: .;);(
Project No. 07-01
Page 24 of 25
. ,; *
~~ ~:i, ~
BIDDER'S CHECKLIST
1. Has the Bid Submittal Sheet been properly signed, and corporate seal affixed, if applicable?
2. Has the Non-Collusion Affidavit been 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.
Project No. 07-01
Page 25 of 25