HomeMy WebLinkAbout4.463 Original Contract
j;
<-I. </ u~
CONTRACT DOCUMENTS
for
Vehicle Replacements
PURCHASE CONTRACT NO. 04-02
CITY OF PORT ANGELES
WASHINGTON
March 10, 2004
GLENN A. CUTLER, P.E., DIRECTOR OF PUBLIC WORKS & UTILITIES
KEN RIDOUT, DEPUTY DIRECTOR OF OPERATIONS
Reviewed by:
Rer;::
/ 'xJ ;t;;~-
City Attorney'
~~~ v,:rzroz-
Fleet Manag _
"
.
.. .
,,'
.:r
,
March 10, 2004
CITY OF PORT ANGELES
INVITATION TO BID
for
Vehicle Replacements
Sealed bids will be received by the Director of Public Works & Utilities until 2:00 PM Thursday,
March 25, 2004 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: (2) 1 Ton Cab and Chassis 4x2 (same options on both)
(1) HD 3/4 Ton 4x2
(2) % Ton Pickups 4x2 (same options on both)
(1) Mid-Size Utility Vehicle 4x4
(2) Small Extended Cab Pickups 4x2 (same options on both)
(2) Cargo Vans 4x2 (separate options lists)
The equipment to be bid includes the vehicles as listed above, or approved equal, hereinafter
collectively 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 Ralph Hoffman
at (360) 417-4835.
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. The contract will be awarded to the lowest 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, 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 March 25,
2004, PURCHASE CONTRACT NO. 04-02. 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: March 10,2004
, .
"
.
.'
..
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 &
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 only one or all schedules
(vehicles) listed A through G 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.
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. Any variation proposed by the
successful bidder must be approved In writing by the
City priorto 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 equipment by the
City.
Failure on the Contractor's part to comply with any
specification herein, once the bid is accepted by the
City, will be grounds for disqualification of the bid
and termination of the contract
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 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 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 be performed in a timely and
professional manner to City satisfaction in a manner
best serving the interests of the City. Warranty work
requinng 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.
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 OSHAlWISHA regulations and
the State Department of Labor and Industnes
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.
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 constructed as shown, and the
necessary manuals, must be compiled with before
the final Invoice can be processed.
GENERAL INFORMATION:
The City of Port Angeles reserves the nght 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 authonzed
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 penod 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 penod specified in the
bid unless the Bidder specifically limits ItS offer to a
shorter penod 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 matenal 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
wnting.
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 Ralph Hoffman, Fleet Manager, (360)
417-4835; or Ken Ridout, Deputy Director of
Operations, (360) 417-4802.
.'
.'
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.
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.
.1
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.
1 O.W ARRANTIES: 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.
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 OSHA! WISHA
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.
.'
PURCHASE CONTRACT
THIS AGREEMENT is made and entered into this ~ay of ~.u/ ,2ofli,
between the City of Port Angeles (hereinafter called the "Purchas~ell 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 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.
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
CITY OF PORT ANGELES
BY:~ Ar ~
Title: P~..O~
Dated: 5"' -3 -0 '"l
BY:~~
J
Dated: ---7'~ y
ATTEST:
ATTEST:
i1;:t~: ik-
City Attorney
~ \
"
\,:1
;'/
" -
{,
'"'
" '
,
" '
"
City of Port Angeles
Invitation for Bid
Purchase Contract 04-02
Schedule A
(2) 1 Ton Cab & Chassis 4x2
(2) 1 Ton Cab & Chassis 4x2
Make/Model
Gmc.. S\ 'i.M-I+.
'517\\E f> 1 &>
Pricing for (2) 1 Ton Cab & Chassis 4x2
3 F;l.JD
R f~ e."A-- ~
Base Price: $
<;1ltrt- 81 0 3'OZhO. fJ<( Adjusted Price: $
Options: (list attached) $
Subtotal:
WSS tax: ~ %
Title Application Fee:
$
35 J99L\
"3. 095. </ '6
,
;:)07 rOD
39 J 089,4-8
ot
39</J?--h 46
flU
Total Vehicle Cost (2):
$ 2,q I :J-9(p. 'I B
ADDENDA ACKNOWLEDGMENT: The bidder hereby acknowledges that it has received
Addenda Nos. A - c;. to this project manua1.
Dealer:
RvOOi-L--L Nn> MftvL-
110 6oL--+ co lJ fl-s'L (l...f)
f'Dit-.,- I'41u~L ~~l W ~ ~~5G.)
Contact: -1WuM2-0 R.uO()f- '-L
Phone: z,~o Lls;)-. "~d d-
FederalID #: ~trD J.~3 18D M L 000/
vfv f
Signature of authorized agent: (required)
X:
u,a,~
Date: ~- 2.5" - D4-
J'
Current Contract Information SCHEDULE A
,Contract No. 05703 (05702 Contract Extension)
Price Sheet Order Form
Page 1
TO ORDER COMPLETE PRICE SHEETS AND SUBMIT WITH STATE FORM A-15A PURCHASE REQUISITION TO
OFFICE OF STATE PROCUREMENT BEFORE MARCH 31, 2004. TO MINIMIZE PRODUCTION DELAYS ORDER AS
EARLY AS POSSIBLE.
TRUCK
11,400# GVWR REGULAR CAB & CHASSIS (4X2)
VEHICLE TYPE' 11,400# GVWR REGULAR CAB & CHASSIS (4X2)
MAKE/MODEL:CHEVROLET
SIL VERADO 3500
EQUIPMENT INCLUDED IN NET PRICE
137" Wheelbase 60" cab to axle regular cab & chassis
11,400# GVWR, dual rear wheels
6.0 liter, 8 cylinder gas engine
A1r Bags, driver & passenger w/deactivation switch
Automatic overdrive transmission
Air Conditioning
LT215/75R16D steel belted all season radial mes (7)
Matching spare me and wheel mounted on veh. frame
Factory jack, lug wrench
lID power brakes, 4 wheel anti-lock
lID shocks, springs, stabIlizer bars (f & r)
Intermittent Wlpers
Dome light
lID Vinyl 40/20/40 Split bench seat with head restraints
Headliner, door tnm panels, Rubber floor covermg
Four Sets of Keys
Backup Alarm, E1ectric*
Low Mount, extended arm mirrors
DEALER: BUD CLARY CHEROLET (30859)
PO Box 127
Longview, W A 98632
DELIVERY: 90-120 Days
Maximum cooling-radiator, engme oil, transmission
AMlFM radio wi clock
Power steering
105 AMP alternator
600 CCA battery
CIgarette lighter I Auxiliary power source
Tach, Oil pressure, temp & voltmeter gauges
50 gallon fuel capacity
Tinted glass all around
All factory standard eqUIpment including:
4.10:1 rear axle ratio as equipped
Cargo Lamp
Tilt Steering Wheel
3 yr/36,000 mile warranty, owner's manual
Trailer Tow Wiring Harness
Daytime Running Lights
Mercury Free Vehicle
DEALER CONTACT:
PHONE:
FEDERAL ID#:
John Slater or Janelle Dillon
1-800-899-1926
91-0699054
PAYMENT TERMS:
$200 Discount Per Vehicle, 20 Days,
Net 30 (1)
NET PRICE: Basic model equipped as above, delivered to any point within the State of Washington, exclusive of Federal
Excise and before 7.9% sales tax.
COMMODITY CODE VEHICLE DESCRIPTION
ORDER OTY PRICE EACH PRICE EXTENSION
Truck, 11,400# GVWR Regular Cab &
Chassis, (4x2), 2004 Chevrolet Silvera do
(CC 36003)
2314-130-001
:J-
$
$16,350.00 (1)
NO COST EXTERIOR COLORS: INDICATE QUANTITY OF COLOR(S) SELECTED White_,
Dalk Green_, Black _, Victory Red_, Arrival Blue _,Dark Gray_, Sandstone _, Sport Red _, Silver
Birch_
Plus Fleet Colors: Wheatland YeHow _, TangIer Orange _, Woodland Green _, Doeskin Tan_.
PRlCES ABOVE DO NOT INCLUDE SALES TAX, $18 50 PER VEHICLE TITLE FILING, APPLICATION AND TRAUMA CARE FEES; OR
$85 PER VEHICLE PURCHASING ADMINISTRATIVE FEE WHICH WILL BE ADDED TO DEALER INVOICE
*DEALER INSTALLED OPTION
2 Truck Cab Chassis (4x2)
Options List
SCHEDULE A
Order
Commodity Code Option Description Quantity Price
2314-130-012 Air Conditioning (Delete) (C42) (Deduct) 2
2314-130-022 Fuel Capacity Decreased (27GAL) (NQZ) (Deduct) 2
2314-130-027 Spare Tire & Wheel (Delete) (ZYK) (Deduct) 2
Platform Bed, 10 Foot, Fir Deck (60"CA)
2314-130-039 (PVMX103)** 2
Hoist for Stakeside/ Platform Beds (Power Up/Own
Dealed Push Button Control) (11.0-13.0 Ton)
2314-130-041 (Knapheide) (KH1412E) 2
Title Application, Filing, Trauma Care Fees 2 $37.00
Total State Contract Price $41,434.42 Includes
55T, Title App. Fee & Options
Subtotal
I
Total
Purchase Order Processing Fee $85.00/Veh
City of Port Angeles
Invitation for Bid
Purchase Contract 04-02
Schedule B
(1) HD 3/4 Ton 4x2
(1) HD 3/4 Ton 4x2
Make/Model
Grn t- '5\ tt(!jlft
?,C)l)7) t-t-D
(2 f & (!r4~
Pricing for (1) HD 3/4 Ton 4x2
S17liE.. br D
11),Y3g
Adjusted Price:
$
$
Base Price:
Subtotal:
WSS tax: S.lo %
Title Application Fee:
$
$ /3,' e J
I, 1 7(p. S I
I b~' 5-0
i 4 I ~S(. Sb
-123.50
-----
bv 06
Options: (list attached)
Total Vehicle Cost (1):
$ I t..f, 9'&' . 07
ADDENDA ACKNOWLEDGMENT: The bidder hereby aclmow1edges that it has received
Addenda Nos. ~ - ~ to this project manuaL
Dealer: Rvo Otj,tL Av1V M~
-11 (') &ot,... r:: (0/) (l.5 Z.
--Po ~ A1\f G-f/(, cr <3 I fA A %%.)
Contact: l-k v.> ~O R.v 0 Of t.-L
Phone: 3foO V~~ (.. ~ 'd ~
FederalID #: (PDD ~ 33 I~ DO( ~ I
tJ~,
Signature of authorized agent: (required)
X:~A~
,
Date: 2 - "26...f:>4-
i
.
;urrent Contract Information
;ontract No 05603 (05602 ExtenslOn) SCHEDULE B
)ri€e Sheet Order Form
)age 1
ro ORDER COMPLETE PIUCE SHEETS AND SUBMIT WITH STATE FORM A-15A PURCHASE REQUISITION TO
JFFICE OF STATE PROCUREMENT BEFORE MARCH 31,2004. TO MINIMIZE PRODUCTION DELAYS ORDER AS
'iARLY AS POSSIBLE.
TRUCK
ED 3/4 TON (~X2)
vEHICLE TYPE. HD 3/4 TON REGULAR CAB PICKUP (4X2)
MAKE/MODEL:
EQUIPMENT INCLUDED IN NET PRICE
Air Bags, Dnver & Passenger w/deactlVation Switch Vinyl 40/20/40Bench Seat w/ Headrests
8600# GVWR Headliner, Door Trim Panels, Rubber Floor Covering
6.0 liter, 8 Cylinder Gas Engine Dome Light
Automatic Overdrive transmissIOn Cigarette Lighter/Auxiliary Power Source
8 Foot Long Box, Wide Body Low Mount Exterior Mrrrors .
Air Conditioning Inside Hood Release
LT245/75R16E All Season Steel Belted Radial Tires Oil Pressure, Temp & Voltmeter Gauges
Matching Spare Tire & Wheel, Carrier, Jack & Lug HD Rear Step Bumper
Wrench MaxunUID Fuel Capacity (34 gal)
HD Power Brakes, Anti Lock, 4 Wheel Tinted Glass all around
Power Steering All Factory Standard Equipment including:
HD Shocks Tachometer
105 AMP Alternator Tilt Steering Wheel
600 CCA Battery Cargo Light
Intermittent Wipers Daytime Running Lights
AM/FM/Stereo w. Clock 3.73:1 rear axle ratio as equipped
MaxrrnUID Factory Cooling: Radiator, Eng. Oil, Trans. 3 yr/36,000 mile warranty, owner's manual
HD Towing Package w/Class IV Receiver Mercury Free Vehicle
Four Sets of Keys
DEALER:
DEALER CONTACT
PHONE:
FEDERAL TAX ID NO.:
DELIVERY:
90 - 120 Days
PAYMENT TERMS:
$200 Per Vehicle Discount 20 Days,
Net 30
NET PRICE: (BaSIC model equipped as above, delIvered to any point within the State of Washington, exclusive of Federal
Excise and before % Sales Tax):
COMMODITY CODE VEHICLE DESCRIPTION ORDER OTY PRICE EACH PRICE EXTENSION
2314-120-001 Truck, HD 3/4 Ton, Regular Cab Pickup,
Wide Box, 8 Ft. (4X2), / $15,343.00 $
NO COST EXTERIOR COLORS: INDICATE QUANTITY OF COLOR(S) SELECTED White~,
Black_, Victory Red_, Dark Green _, Arrival Blue_, Dark Gray_, Sandstone _, Silver Birch_,
Sport Red _
Plus Fleet Colors: Wheatland Yellow_, Tangier Orange_, Woodland Green_, Doeskin Tan _' (Complimentary
standard interior color Will be selected by Dealer).
PRICES ABOVE DO NOT INCLUDE S18.50 PER VEHICLE TITLE AND TRAUMA CARE FEES OR $85 PER VEHICLE PURCHASING
ADMINISTRATIVE FEE WHICH WILL BE ADDED TO DEALER INVOICE.
*DEALER INSTALLED OPTION
HD 3/4 Ton (4x2)
Options List
SCHEDULE B
Order
Commodity Code Option Description Quantity Price
2314-120-012 Air Conditioning (Delete) (C42) (Deduct) 1
2314-120-016 Alternator, HD 145 AMP (8C6) 1
2314-120-017 Batterv, HD Auxillarv 600 CCA (TP2) 1
GVWR Increase, 9200# (Upgraded Front & Rear
2314-120-024 Axles) (CC25903HD) 1
Mirrors, Expandable Wide Angle (Requires 9200#
GVWR) (Only Available With Purchase of 2314-
2314-120-026 120-024) (DF2) 1
2314-120-031 Tow Hooks, Front, (PR) (V76) 1
2314-120-034 Undercoating (DLR)* 1
Title Application, Filing, Trauma Care Fees 1 $18.50
Total State Contract Price $16,722.42
Includes SST, Title App. Fee & Options
Subtotal
Total
Purchase Order Processing Fee $85.00Neh
City of Port Angeles
Invitation for Bid
Purchase Contract 04-02
Schedule C
(2) Regular Cab 1;2 Ton Pickups
4x2
(2) Regular Cab Y2 Ton Pickups 4x2
Make/Model
&m c.. S L '[ tUVA-
I S7J1)
(< e G-- C l<\-13
Pricing for (2) Regular Cab ~ Ton Pickups 4x2
Base Price: $
Adjusted Price: $
S-r1\Tt- e, ,.0 Options: (list attached) $
25,'d-I'8.&'l Subtotal: $ '2. L( L/e<g
WSS tax: % ;), ID5 .ql 2~, ~93.97
Title Application Fee: ;)07. 00
Total Vehicle Cost (2): $ ;}(p)8DO. q 7
ADDENDA ACKNOWLEDGMENT: The bidder hereby acknowledges that it has received
Addenda Nos. to this project manuaL
Dealer: --1Z.vDcmL ~ MftVL Contact: _~1tfU) tZooo~
-11D 6blk C6U(t.SCf Phone: ~ Lf.~ b<?if3
Jop$'" /VJ{:.c;.iA,S I (-{\Pr ctg%) FederalID #: ~6o J.-33 7~ tt()L ct>o f
Signature of authorized agent: (required)
X:
~,A.~
Date:
)-Z--r::;-Ol
". I
Current Contract Infonnation
Contract No. 05503 SCHEDULE C
Price Sheet Order Form
Page 1
TO ORDER COMPLETE PRICE SHEETS AND SUBMIT WITH STATE FORM A-15A PURCHASE REQUISITION TO
OFFICE OF STATE PROCUREMENT BEFORE MARCH 31, 2004. TO MINIMIZE PRODUCTION DELAYS ORDER AS
EARL Y AS POSSIBLE.
TRUCK
1/2 TON PICKUP
VEHICLE TYPE: REGULAR CAB, 1/2 TON PICKUP (4X2)
MAKE/MODEL: CHEVROLET SIL VERADO
1500
EOUIPMENT INCLUDED IN NET PRICE
- Au Bags, driver and front passenger
- 6400# GVWR
- 4.8 liter, 8 cylinder gas engine (285 HP)
- Automatic overdrive transmission
- 8 foot box, wide body
- P23 5/7 5R 16 all season steel belted radial tires
_ Matching spare tire & wheel, carrier, jack & lug wrench
- HD power disc brakes, 4 wheel anti lock braking system
- Air Conditioning
_ Maximum Cooling Radiator, Eng. Oil, Trans.
- Power steering
- Intermittent wipers
- AM/FM stereo radio w/clock
_ Headliner, door trim panels, vinyl floor covering
_ Viny140120!40 split bench seat w!head restraints
- HD rear step bumper, Painted
- 600 CCA Battery
- Two Sets of Keys
- Dome, ashtray, cargo, glove box, lights
- 100 AMP alternator
- Cigarette lighter! Auxiliary power source
- Low mount exterior mirrors
- Oil pressure, temp, voltmeter gauges
- Maximum fuel capacity (34 gal)
- Light tinted glass all around
- All factory standard equipment including:
Tachometer
Tilt Steering Wheel
Front Tow Hooks
3.42:1 rear axle ratio as equipped
Daytime running lights
Eng Hour meter
3 yrl 36,000 mile warranty, owner's manual
VEHICLE MEETS STATE DEPT OF ECOLOGY SPECIFICATIONS FOR LOW EMISSION VEHICLE
EMISSION CERTIFICATION ULEV GAS MILEAGE 15 CITY 19 HWY MERCURY FREE VEHICLE
DEALER CONTACT: John Slater or Janelle Dillon
PHONE: 1-800-899-1926
FEDERAL TAX ill NO.: 91-0699054
EMAIL: jslater@budc1ary.com
PAYMENT TERMS: (1) $200 DISCOUNT PER VEHICLE FOR
PAYMENT WITHIN 20 CALENDAR
DAYS OF DELIVERY, NET 30
(Basic model equipped as above, delivered to any point within the State of Washington, exclusive of Federal
Excise and before 7.9% State Sales Tax):
DEALER:
BUD CLARY CHEVROLET (30859)
PO Box 127
Longview, W A 98632
DELIVERY:
75-120 Days
NET PRICE:
COMMODITY CODE VEHICLE DESCRIPTION ORDER OTY PRICE EACH PRICE EXTENSION
2314-11 0-00 1 Truck, 112 Ton, Regular Cab Pickup, Wide
Box, 8 Ft. (4X2), 2004 Chevrolet 1500;L $12,262.00 (1) $
Silverado (CC15903)
NO COST EXTERIOR COLORS: INDICATE QUANTITY OF COLOR(S) SELECTED Summit White~, Arrival
Blue_, Black_, Sandstone _, Dark Green _, Silver Birch _, Dark Gray _,VIctOry Red_.
FLEET COLORS: Tangier Orange , Wheatland Yellow _, Woodland Green ,Doeskin Tan_.
PRICES ABOVE DO NOT INCLUDE $18.50 PER VEHICLE TITLE AND TRAUMA CARE FEES OR $85 PER VEHICLE PURCHASING
ADMINISTRATIVE FEE wHICH WILL BE ADDED TO DEALER INVOICE.
*DEALER INSTALLED OPTION
..
2 Reg. Cab 1/2 Ton P/U 4x2
Options List
SCHEDULE C
Order
Commodity Code Option Description Quantity Price
2314-110-022 Keys (Set of 4 Instead of 2) (DLR)* 2 $12.00
2314-110-024 Power Door Locks (AU3) 2 $298.00
2314-110-025 Rear Axle Ratio 3/73:1 (GT4) 2 $92.00
2314-110-033 Undercoating (DLR)* 2 $290.00
Warranty, Delayed Start ( Dealer Provides Form)
2314-110-034 (DLR)* 2 $0.00
Manufacturer to Dealer Order Acknowledgement
Document Mailed to Customer Delivery Address
2314-110-035 (DLR)* 2 $0.00
Title Application, Filing, Trauma Care Fees
$18.50Neh 2 $37.00
Total State Contract Price $27,323.75
Includes SST, Title App. Fee & Options
Options Total $692.00
Subtotal $25,253.00
Add 8.2%
SST $2,070.75
, Total $27,323.75
Purchase Order Processing Fee $85.00Neh
"
City of Port Angeles
Invitation for Bid
Purchase Contract 04-02
Schedule D
(1) Midsize Light Utility
Vehicle 4x4
(1) Midsize Light Utility Vehicle 4x4
Make/Model
bne..
C[,1tl 1/6 \[
,
Lf ODnl!-
4 W.....f"tL j)~(c/~
Pricing for (1) Midsize Light Utility Vehicle 4x4
Base Price:
$
Adjusted Price:
$
$""("P(\E- t3 \ 0
?-0 l l19
Options: (list attached)
$
Subtotal:
WSS tax: ~ %
Title Application Fee:
$ lOjI7Y:L
I ~o, b 3J 2.. l ,} 44-0 . ~ 7-----
(,ucco' ~ ~ I~.~O
l o~. s-C:> r;?-t.
Total Vehicle Cost (1):
$ .;l')St.J<1.B~
ADDENDA ACKNOWLEDGMENT: The bidder hereby ac1mowledges that it has received
Addenda Nos. it <" (...... to this proj ect manual.
Dealer: fZUO!l1JA. A-vrV 1Vl~
1/ () G-o t..f (0 U It--S ~
fOLll'\ AAc.z:t...'tS I W" qx~
Contact: tit t-1I /dZ-() (( Cf () () 'i.-t-<...
Phone: 3(,,6 qc:; d (;, <a- 'C> :),
Federal ID #: 10(/1) ;1-33 7'2>0 om Crln>1
Signature of authorized agent: (required)
X: --1l,~, ~~
Date: 3 -2-5""- OlJ
"
Current Contract Infonnatiol1
.Contract No. 05303 SCHEDULE D
Price Sheets
Page 4
TO ORDER COMPLETE PRICE SHEETS AND SUBMIT WITH STATE FORM A-15A PURCHASE REQUISITION TO
OFFICE OF STATE PROCUREMENT BEFORE MARCH 31, 2004. TO MINIMIZE PRODUCTION DELAYS ORDER AS
EARLY AS POSSIBLE.
LIGHT UTILITY VEHICLE
VEHICLE TYPE: MIDSIZE LIGHT UTILITY VEHICLE (4X4) MAKE/MODEL:
EQUIPMENT INCLUDED IN NET PRlCE
4 door, 6 passenger seating
Front HD Seat Frame w/Rechnmg Seat Backs
Front Buckets, 60/40 foldmg bench rear seat, cloth
4.3 liter, 6 cylmder gas engine
Arrbags, dnver and front passenger
Automatic electronic overdrIve transrmssion
Steering Column Shift Mount
P235/75R15 all season steel belted radIal tires
Matching full SIZe spare tire & wheel, underbody
mounted
Full length hardtop, cloth headliner
Carpet floor covermg
2 speed transfer case, electronic smft
Automatic locking hubs
Air conditioning (CFC free)
Power brakes, four wheel anti lock
PoweI steering
Oil pressure, temp, voltmeter, gauges
Skid plates-transfer case, fuel tank, front differentIal,
Steering Linkage
Maximum Cooling-Radiator, Eng. Oil, Trans.
ElectrIc rear window defroster, drop down tailgate with
11ft glass
AMlFM radio w/CD & clock
Emissions Certification ULEV Gas Mileage 15 City 19 Hwy Mercury Free Vehicle
VEHICLE MEETS DEPARTMENT OF ECOLOGY SPECIFICATIONS FOR LOW EMISSION VEHICLES.
12 Volt AuxilIary powel source
Cruise Control/Tilt Steermg Wheel
Intermittent wipers
100 AMP alternator
525 CCA battery
Two sets of keys
All factory standard & (ISC) Package eqUIpment
includmg:
Front Tow Hooks
Carpeted Floor Mats
Stabilizer Bars, F &R
Tachometer, Temp, Voltmeter Gauges
Daytrme Running Lights
Roof Rack
Aluminum Wheels
Power wmdows/locks, power heated mirrors
Rear Window Wiper/Washer
Deep tinted rear glass
Overhead console
3.42:1 rear axle ratio as eqUIpped
3 yr/36,OOO mile warranty
NET PRICE:
(1) $200 DISCOUNT PER
VEHICLE DISCOUNT FOR
PAYMENT WITHIN 20
CALENDAR DAYS OF
DELIVERY, NET 30.
(BaSIC model equIpped as above, delivered to any pomt WIthin the State of Washington, exclUSIve of Federal EXCIse and before
% Sales Tax)
DEALER CONTACT.
PHONE:
E-MAIL:
PAYMENT TERMS.
DEALER'
FEDERAL TAX In NO .
DELIVERY' 90 - 120 Days
COMMODITY CODE
VEHICLE DESCRIPTION
ORDER OTY
PRICE EACH
PRICE EXTENSION
2314-063-001
Midsize LIght UtilIty Vehicle (4x4), 2004
$20,028.00(1) $
NO COST EXTERIOR COLORS: INDICATE QUANTITY OF COLOR(S) SELECTED Summit Whlte_, Black_,
Sandalwood_, Dark Green_, Pewter_, IndIgo Blue_, Victory Red_, Dark Cherry_,
Add 45 days for Fleet Colors Tangier Orange _, Woodland Green _, Wheatland Yellow_,
Doeskm Tan _.(ComplImentary standard mterior color Will be selected by Dealer)
PRlCES ABOVE DO NOT INCLUDE $18 50 PER VEHICLE TITLE AND TRAUMA CARE FEES OR $85 PER VEHICLE PURCHASING ADMINISTRA TrvE
FEE WHICH WILL BE ADDED TO DEALER INVOICE \
*DEALER INSTALLED OPTION
Mid Light Utility Vehicle 4x4
Options List
SCHEDULE D
Order
Commodity Code Option Description Quantity Price
2314-063-020 Undercoating (Factory Approved) (DLR)* 1
2314-063-021 Delayed Warranty Start (Mail in Card) (DWS)* 1
Manufacturer to Dealer Order Acknowledgement
2314-063-024 Document Faxed to Customer (DLR)* 1
2314-063-025 Keys (4 Sets Instead of 2) (DLR)* 1
Title Application, Filing, Trauma Care Fees 1 $18.50
Total State Contract Price $21,852.18 Includes
SST, Title App. Fee & Options
Subtotal
Total
Purchase Order Processing Fee $85.00Neh
"
City of Port Angeles
Invitation for Bid
Purchase Contract 04-02
=-
Schedule E
(2) Extended Cab Pickups 4x2
(2) Extended Cab Pickups 4x2
Make/Model
& m (!..
C P(1V\lbrJ
.
L(..{T C A-6
4~L.
Pricing for (2) Extended Cab Pickups 4x2
Base Price:
$
s ~~ ~ \ 0 Adjusted Price:
~ 1,l/b~ I ~ I Options: (list attached)
$
Subtotal:
WSS tax: .Rk.. %
Title Application Fee:
$
$ 25, <t1'~
J-, ;))..'1 .qa, 2--~/~'9b.9C)
dD7.00
Total Vehicle Cost (2):
$ d-B\303.~~
ADDENDA ACKNOWLEDGMENT: The bidder hereby acknowledges that it has received
Addenda Nos. to this project manual.
Dealer: (<000CtA. A1J-.rf) M~
-1J D GhL.f COuA5.f.- jlJ)
PlYJ-f JbIk)~L-t-S, wA- qS()~
Contact: _~wlt1UJ !W/J(J-r;{L
Phone: ~6 c..r~;).. b~ 4-';).
Federal ID #: &:rD ;2 '3 ~ 7frO 00 I 07)-t) C
Signature of authorized agent: (required)
X: U.A.-~
Date: )- "Z~- 0'-(
Current Contract InforrnatlOn
Contract No. 05403 SCHEDULE E
Price Sheet Order Form
Page 1
TO ORDER COMPLETE PRICE SHEETS AND SUBMIT WITH STATE FORM A~15A PURCHASE REQUISITION TO
OFFICE OF STATE PROCUREMENT BEFORE MARCH 31,2003. TO MINIMIZE PRODUCTION DELAYS ORDER AS
EARLY AS POSSIBLE
TRUCK
SMALL/MIDSIZE PICKUP. EXTENDED CAB
MAKE/MODEL:
VEHICLE TYPE: EXTENDED CAB, SMALL/MIDSIZE PICKUP (4X2)
EQUIPMENT INCLUDED IN NET PRICE
5000# GVWR
3.5 liter 5 Cylmder Gas Engine (220 H.P.)
Air Conditionmg
Automatic Overdrive TransmissIOn
P205175R15 Steel Belted Radial Tires, All Season
HD Shocks
Full-SlZe 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 Bachest, Two Rear
Front Facing Seats
Air Bags, Driver & Front Passenger
Extended Cab With Four Door Access
Storage Area Behind Seat
Headliner, Door Trim Panels, Carpeted Floor Covering
Two Sets of Keys
Maximum Cooling - RadIator, Engine Oil, TransIll1ssion
Cigarette Lighter! Auxlhary Power Sources
AMlFM RadIO w/Clock
HD Rear Step Bumper
Black Low Mount Foldaway SIde Millors
Light Tinted Glass All Around
Intermittent Wipers
690 CCA Battery
100 AMP Alternator
All Factory Standard Equipment including:
Daytime Running LIghts
V oltrneter, Tachometer, Temp. Gauges
3.42:1 Rear Axle Ratio as eqmpped
36 Mo/36,000 Mile Warranty, Owner's Manual
VEIDCLE MEETS THE DEPARTMENT OF ECOLOGY SPECIFICATIONS FOR LOW EMISSION VEIDCLES.
GAS MILEAGE: CITY 18, HWY 23 MERCURY-FREE VEHICLE EMISSION CERTIFICATION ULEV
DEALER CONTACT:
PHONE:
EMAIL:
FEDERAL TAX ID NO.:
DEALER:
DELIVERY:
90-120 Days
PAYMENT TERMS:
(1) $200 Per Vehicle Discount for
Payment within 20 Days of Delivery,
Net 30
NET PRICE: (Basic model equipped as above, delivered to any pomt Within the State of Washington, exclusive of Federal
Excise and before % Sales Tax):
COMMODITY
CODE
2314-102-001
VEHICLE DESCRIPTION ORDER OTY
PRICE PRICE EXTENSION
EACH
Truck, Extended Cab, Small/Midsize Pickup
(4X2),2004 ;;L
$13,650.00(1) $
NO COST EXTERIOR COLORS: INDICATE QUANTITY OF COLOR(S) SELECTED White XX ,
Sunburst Orange _, IndIgo Blue_, Black_, Dark Green_, VIctOry Red_, Dark Cherry Red_, SlIver Birch
Plus Fleet Colors (Check With dealerregarding availability): Wheatland Yellow_, Tangier Orange,--, --
Woodland Green_, Doe Skin Tan_.
PRICES ABOVE DO NOT INCLUDE $18.50 PER VEHICLE TITLE AND TRAUMA CARE FEES OR $85 PER VEHICLE PURCHASING
ADMINISTRATIVE FEE WHICH WILL BE ADDED TO DEALER INVOICE
*DEALER INSTALLED OPTION
2 Ex. Cab Pickups (4x2)
Options List
SCHEDULE E
Order
Commodity Code Option Description Quantity Price
2314-102-022 Keys (4 Sets Instead of 2) (DLR)* 2
2314-102-023 Mats. HD Rubber Floor (PR) (832) 2
2314-102-030 Undercoating (DLR)* 2
Warranty Delayed Start (Paperwork Sent
2314-201-031 w/Delivery) (DLR)* 2
Manufacturer to Dealer Order Acknowledgement
2314-102-032 Document Faxed to Customer (DLR)* 2
Title Application, Filing, Trauma Care Fees 2 $37.00
Total State Contract Price $29,991.96 Includes
SST, Title App. Fee, & Options
Subtotal
Total
Purchase Order Processing Fee $85.00Neh
. ".
City of Port Angeles
Invitation for Bid
Purchase Contract 04-02
Schedule F
(1) Cargo Van
(1) Cargo Van
Make/Model
Gmc..
5/tV Ih-v It CAAG-D V /tf\!
Pricing for (1) Cargo Van
Base Price: $
S~ ~(D Adjusted Price: $
l ~ ,L\';)Q ,D V Options: (list attached) $
1117~q
Subtotal: $
WSS tax: 8,. It, % t, It/C>.1'
Title Application Fee: I o"s. SD
Total Vehicle Cost (1): $ I t1 \ 00 ~. 2 ,
ADDENDA ACKNOWLEDGMENT: The bidder hereby acknowledges that it has received
Addenda Nos. to this project manual.
Dealer: f<:JIJ Q"ilL A-J;:ru MIh<... Contact: ~ wfHJ-O (ZIJOO't-LL
1/6 h-t> L r; (JJt) fLs'j R-fJ Phone: '&00 '-{ C; ;l. C. <6 d 0..
POlL, ~L-tt:.,c,. {(Ail\- ~%3~ Federal ID #: "61') ...7-33 1'80 bV/ oeol
V6(
Signature of authorized agent: (required)
X:
~.A.~
Date: 3 - L/] -OL(
, I
:urreht Contract InformatIOn
;ontract No 05803
'rice Sheet Order Form
'age 3
SCHEDULE F
~O ORDER, COMPLETE PRICE SHEETS AND SUBMIT WITH STATE FORM A-15A PURCHASE REQUISITION TO
JFFICE OF STATE PROCUREMENT BEFORE MARCH 31,2004. TO MINIMIZE PRODUCTION DELAYS ORDER AS
::ARLY AS POSSIBLE.
CARGO VAN
VEHICLE TYPE: CARGO V AN, REGULAR WHEELBASE* MAKE/MODEL:
EQUIPMENT INCLUDED IN NET PRICE
Air Bags, Dnver Side & Passenger
138.1" WB, 212" OL
8600# GVWR
4.6 Liter, 8 cylmder Gas Engine
Automatic Overdrive Transmission
L T245/75R16E Steel Belted All Season Radial Tires
Matching Spare Tire & Wheel, Inside Mounted, Jack &
Lug Wrench
Air ConditIOning
Cigarette Lighter/ Auxili.ary Power Source
Maximum Fuel Capacity (35 gal)
Intermittent Wipers
AMlFM RadiO with Clock -
Ymyl Bucket Seats, Driver & Passenger
Dnver Compartment Headliner, Door Panels, Rubber
Floorrnat
Glove box
Engme Cover W / Dual Storage Bins
Black Exterior Mirrors, LH/RH
Tinted Glass Wmdshield & Front Doors
Two Sets of Keys
* Extended Length Maxi Y an Available As Option
DEALER:
DELIVERY'
90-120 Days
HD Shocks/Springs (F & R), Front Stabilizer Bar
Maximum Factory Cooling (Trans, Eng 011, Radiator)
Power Brakes, 4 Wheel Antllock
Power Steermg
Dual Rear Doors w/Inslde Rear Handles, Tmted Fixed Glass
Sliding Side Door wITinted Flipout Glass
130 AMP Alternator
600 CCA Battery
Rear Step Bumper
All Factory Standard Equipment including:
Dome Lights (3)
4.1 0: 1 Rear Axle Ratio
3 year/36,000 Mile Warranty, Owner's Manual
Mercury Free Vehicle
DEALER CONTACT:
PHONE:
EMAIL:
FEDERAL TAX In NO.:
PAYMENT TERMS:
$100 Per Vehicle Discount for
payment within 20 days of
delivery, Net 30
NET PRICE: Basic model eqUIpped as above, delivered to any point within the State of Washington, exclusive of Federal
Excise and before % sales tax.
COMMODITY CODE VEHICLE DESCRIPTION
2314-160-001
Cargo Van, Regular Wheelbase, 2004
ORDER OTY PRICE EACH PRICE EXTENSION
$13,156.00(1) $
NO COST EXTERIOR COLORS: INDICATE QUANTITY OF COLOR(S) SELECTED
Dark Toreador Red _, True Blue_, Black _, SlIver _, Schoolbus Yellow _'
Oxford Whlte_,
PRICES ABOVE DO NOT INCLUDE $18.50 PER VEHICLE TITLE AND TRAUMA CARE FEES OR $85 PER VEHICLE PURCHASING
ADMINISTRATIVE FEE WHICH WILL BE ADDED TO DEALER INVOICE.
*DEALER INSTALLED OPTION
. .
Cargo Van
Options list
SCHEDULE F
Order
Commodity Code Option Description Quantity Price
2314-160-016 Alternative Seat Trim, Cloth Instead of Vinyl (CE) 1
2314-160-023 Floor Mat, Cargo Area (166) 1
Insulation Package (Trim Panels, Full Length Cloth
2314-160-027 Headline) (551) 1
Power Door Locks/Windows/Mlrrors/Keyless
Entry/Panic (N/A w/Upfit Pkgs--see 2314-160-050)
2314-160-029 (43P/62G) 1
2314-160-035 Undercoating (DLR)* 1
Manufacturer to Dealer Order Acknowledgment
2314-160-044 Document Faxed to Customer (DLR)* 1
2314-160-046 Upfit Pkg Racks & Bins (31 G) 1
Title Application, Filing, Trauma Care Fees 1 $18.50
Total State Contract Price $14,580.06 Includes
SST, Title App. Fee, & Options
Subtotal
Total
Purchase Order Processing Fee $85.00Neh
- .. ~
City of Port Angeles
Invitation for Bid
Purchase Contract 04-02
Schedule G
(1) Cargo Van
(1) Cargo Van
Make/Model
&m<!..
SA-J krVA
cfliJ... (9- 0 V Prf\.l
Pricing for (1) Cargo Van
Base Price: $
Adjusted Price: $
5iK''C- ~lD Options: (list attached) $
14t I~
b laD Subtotal: $
\ 1 WSS tax: ~ % "J-(.,CO ,a7
Title Application Fee: 103.5'c:>
Total Vehicle Cost (1): $ (~) I\~ .S7
ADDENDA ACKNOWLEDGMENT: The bidder hereby aclmowledges that it has received
Addenda Nos. fJr- 6- to this project manual.
Dealer:
(J.JJ I) ()<i LL IN 17J rM fnL
t l 0 Gt> u::: '4:;,.) (l~ 'i (lfl'n)
Po#"" /tpfr..qC<;S wA- %~o
I
Contact: J-b wM-f.> /WODf..l-(
Phone: %() L/r;e;) ~ t () d..
Federal ID #: fnbD 013"?> 7f{O Of) I
ViS \
Ql)() {
Signature of authorized agent: (required)
x:.-Y.A, ~
Date: 3-2-s- 04-
. '
C:u~ent Contract InformatlOn
Contract No. 05803
Price Sheet Order Form
Page 3
SCHEDULE G
TO ORDER, COMPLETE PRICE SHEETS AND SUBMIT WITH STATE FORM A-15A PURCHASE REQUISITION TO
OFFICE OF STATE PROCUREMENT BEFORE MARCH 31,2004. TO MINIMIZE PRODUCTION DELAYS ORDER AS
EARL Y AS POSSIBLE.
CARGO V AN
VEHICLE TYPE: CARGO VAN, REGULAR WHEELBASE* MAKE/MODEL:
EQUIPMENT INCLUDED IN NET PRICE
Air Bags, Driver Side & Passenger
138.1" WB, 212" OL
8600# GVWR
4.6 Liter, 8 cylinder Gas Engine
Automatic Overdrive Transmission
L T245/7 5R16E Steel Belted All Season Radial Tires
Matchmg Spare Tire & Wheel, Inside Mounted, Jack &
Lug Wrench
Air Conditioning
Cigarette Llghter/ Auxiliary Power Source
Maximum Fuel Capacity (35 gal)
Intermittent Wipers
AM/FM RadIO with Clock -
Vinyl Bucket Seats, Driver & Passenger
Driver Compartlnent Headliner, Door Panels, Rubber
Floormat
Glove box
Engme Cover W/ Dual Storage Bins
Black Exterior Mirrors, LHfRH
Tinted Glass WindshIeld & Front Doors
Two Sets of Keys
* Extended Length Maxi V an AvaIlable As Option
DEALER:
DELIVERY:
90-120 Days
HD Shocks/Springs (F & R), Front StabIlizer Bar
Maxnnum Factory Cooling (Trans, Eng Oil, RadIator)
Power Brakes, 4 Wheel Antilock
Power Steering
Dual Rear Doors w/Inslde Rear Handles, Tinted Fixed Glass
Slidmg Side Door w/Tinted Fhpout Glass
130 AMP Alternator
600 CCA Battery
Rear Step Bumper
All Factory Standard Equipment including:
Dome Lights (3)
4.10:1 Rear Axle Ratlo
3 year/36,OOO Mile Warranty, Owner's Manual
Mercury Free Vehicle
DEALER CONTACT:
PHONE:
EMAIL:
FEDERAL TAX ID NO.:
PAYMENT TERMS:
$100 Per Vehicle Discount for
payment within 20 days of
delivery, Net 30
NET PRICE: BaSIC model eqUIpped as above, delivered to any point WIthin the State of Washington, exclUSIve of Federal
Excise and before % sales tax.
COMMODITY CODE VEHICLE DESCRIPTION
2314-160-001
Cargo Van, Regular Wheelbase, 2004
ORDER OTY PRICE EACH PRICE EXTENSION
I
$
$13,156.00(1)
NO COST EXTERIOR COLORS: INDICATE QUANTITY OF COLOR(S) SELECTED
Dark Toreador Red _, True Blue_, Black _' Silver _, Schoolbus Yellow -'
Oxford WhIte
-,
PRICES ABOVE DO NOT INCLUDE $1850 PER VEHICLE TITLE AND TRAUMA CARE FEES OR $85 PER VEHICLE PURCHASING
ADMrNISTRA TIVE FEE WHICH WILL BE ADDED TO DEALER INVOICE.
*DEALER INSTALLED OPTION
. '
[
Order
Commodity Code Option Description Quantity Price
2314-160-014 Alternative Gas Engine, 5.4L, 8 Cyl. (99L) 1
2314-160-016 Alternative Seat Trim, Cloth Instead of Vinyl (CE) 1
2314-160-022 Differential, Limited Slip (4.10:1) (XB2) 1
2314-160-023 Floor Mat, Cargo Area (166) 1
Insulation Package (Trim Panels, Full Length Cloth
2314-160-027 Headline) (551) 1
Screen, Full Width Protective Metal Mesh w/Center
Door (Econo Cargo Picg) (Included wi All Upfit Pkgs
2314-160-030 _ N/A w/2314-160-029) (Ass 30-45 Days Del) (31B) 1
2314-160-035 Undercoating (DLR)* 1
Window/Door Option: Hinged Swingin Side Doors
2314-160-037 Instead of Sliding Door, Tinted Fixed Glass (-60S) 1
Window Option Vented, Flipout w/Swing-out Side
2314-160-038 Door, Tinted Glass Instead of Fixed Glass (179) 1
Manufacturer to Dealer Order Acknowledgment
2314-160-044 Document Faxed to Customer (DLR)* 1
2314-160-046 Upfit Pkg Racks & Bins (318) 1
Power Door Locks/Windows/Mirrors/Keyless
2314-160-050 Entry/Panic (When Ordered With Upfit Pkg) (43P) 1
Title Application, Filing, Trauma Care Fees 1 $18.50
Total State Contract Price $16,356.70 Includes
SST, Title App. Fee & Options
Subtotal
Total
Purchase Order Processmg Fee $8500Neh
Options List
SCHEDULE G
Cargo Van
tit"" ",
.. ...
NON-COLLUSION AFFIDAVIT
STATE OF WASHINGTON
COUNTY OF e)At~l.-~
)
)
)
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.
~~,lL ~
Signature of Bidder/Contractor
"
Subscribed and sworn to before me this 2? day of iM,IHZCFf
,20~.
'-
~;d4?lfM\:-.
No ary Public in tI r th (
State of Washington.
Residing at !tU1-t.i1/f1f/lt?111
My Comm. Exp.: ~ /0
.' '
J\ "~
'.
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 properly 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.
"' . \ r ,,"
..'>1 .! ..,
March 10, 2004
CITY OF PORT ANGELES
INVITATION TO BID
for
Vehicle Replacements
Sealed bids will be received by the Director of Public Works & Utilities until 2:00 PM Thursday, March 25,
2004 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: (2) 1 Ton Cab and Chassis 4x2 (same options on both)
(1) HD 3/4 Ton 4x2
(2) }'2 Ton Pickups 4x2 (same options on both)
(1) Mid-Size Utility Vehicle 4x4
(2) Small Extended Cab Pickups 4x2 (same options on both)
(2) Cargo Vans 4x2 (separate options lists)
The equipment to be bid includes the vehicles as listed above, or approved equal, hereinafter collectively
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 Ralph Hoffman at (360) 417-4835.
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. The contract will be awarded to the lowest 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, 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 March 25, 2004,
PURCHASE CONTRACT NO. 04-02. The SCHEDULE(S) you are bidding on, along 'vvith 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: March 10, 2004