Loading...
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