Loading...
HomeMy WebLinkAbout4.581 Original Contract <I. 5 8' / ADDENDUM NO.3 TO CONTRACT DOCUMENTS / INVITATION FOR BIDS FOR Vehicle Replacment Purchase Contract No. ES-08-002 NOTICE TO PROSPECTIVE BIDDERS March 26, 2008 NOTICE is HEREBY GIVEN that the instructions and requirements of the subject bid are amended as follows: 1. Clarification: The "2007 or Newer, 'Y2 Ton Extended Cab 4X2 Pickup" is a shortbed pickup truck. In addition to the "extended cab", the City will accept a "crew-cab or quad cab" shortbed 1/2 ton pickup truck as an acceptable variance. The Bid Opening Date remains unchanged. The bid opening date is April 7, 2008 at 2:00 PM. This addendum must be acknowledqed in the space provided on the Bid Form in the Project Manual that is submitted to the City. Failure to do so may result in the proposal being rejected as non-responsive. '-............., ". (' U-! -~--... Ii/; !.~_. r.:..' liU \. Ij - \/" M. C. PUNTENNEY, ~:--.. '. Deputy Director of Public Works"'~,Utilities . ~. Original 2 of 2 PW-407 _13 [rev. 09/18/02] Page 1 of 1 ADDENDUM NO.2 TO CONTRACT DOCUMENTS I INVITATION FOR BIDS FOR Vehicle Replacement Purchase Contract No. ES..Oa..002 NOTICE TO PROSPECTIVE BIDDERS March 25, 2008 NOTICE IS HEREBY GIVEN that the instructions and requirements of the subject bid are arnended as follows; 1. The page numbers were incorrectly stated in the last addendum. This addendum provides a revised version in its entirety correctly stating the page numbers. Additionally, changes from paragraptl numbers 2 and 3 of this addendum are incorporated. 2, The City \/Jill accept new 2007 model year vehicles for either of the specified vehicres. 3. Page 16 of 22 incorrectly stated in two places the vehicle drive requirement. The correct vehicle drive type is a "4x2". 4 Clarification to pages 15 of 22 and 20 of 22. The State Sales Tax (SST) provided in the comparable vehicles from the State Contracts is shown as 8.0%. Bidders will need to include in their bids (pages 12 of 22 and 16 of 22) the appropriate Washington State Sales Tax (WSS Tax) from where the ,bic;fder is located. The Bid Opening Date remains unchanged, The bid opening date is April 7, 2008 at 2:00 PM. This addendum must be acknowledged in the space provided on the Bid Form in the Project Manual that is submitted to the City. Failure to do so may result in the proposal being rejected as non-responsive. ~).-- ;Lf I (1/ / f \ i ~ I . M. C. PUNTENNEY, P,E.' Deputy Director of Public VVork~,& Utilities P'I'/..1e1l.1:\ [r;;v. CSi1 :',,'021 Pa~Je 1 of 22 \' ~2flT -lIt: "W.. -'.V:::.'::'~.<"'<( G~1~~~.~~~~\~ ~ 1)!?"~y',"-"""'':lS 1--/' i'\ .\~~~'7il\ ! C~ ~f~3~ f!j 0\ t!! ?'/.... ~ C 11> -:s ORKS A~O ADDENDUM NO. 1 TO CONTRACT DOCUMENTS IINVIT A TJON FOR BIDS FOR Vehicle Replacment Purchase Contract No. ES-08-002 NOTICE TO PROSPECTIVE BIDDERS March 24, 2008 NOTICE IS HEREBY GIVEN that the instructions 8nd requirements of the subject bid are amended as follows: 1. The 2008 or Newer 1/2 ton 4x2 Pickup is changed to require an e>.iended cab. 2. The bidding documents are being resent in their entirety to reflect this change. The Bid OpeninSJ Date has changed. The new Bid opening date is April 7, 2008 at 2:00 PM. lhis addendum must be acknovvfedged in the space provided on the Bid Form in the Project Manual that is submitted to the City. Failure to do so may result in the proposal being rejected as non-responsive. .' j' ,1/ ,! j ." ". J ~JL C, PUNTENNEY. P.E: ". Deputy Director of Public 'l'i6rks & Utilities .....'" ........., '. P\V 407 '1 J {rei. C[I} "a/C2i P2lfje 1 of 1 February 22, 2008 ------ CITY OF PORT ANGELES INVITATION TO BID for Vehicle Replacement <-f~/7-o7 Sealed bids will be received by the Director of Public Works & Utilitie April 7, 2008, and will be opened and read in the Public Works coni Port Angeles City Hall, 321 East Fifth Street, Port Angeles, Washington9~";)o~~ Bids will be taken for: (1) 2007 or Newer, 7 Passenger Extended Minivan, FFV (1) 2007 or Newer, % Ton Extended Cab 4X2 Pickup The equipment to be bid includes the vehicles listed above, hereinafter collectively called the "Equipment." Bid documents may be obtained by calling Craig Fried at (360) 417-4541 or by emailingcfried@citvofpa.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. 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. Glenn A. Cutler, Director PUBLISH: Peninsula Daily News: March 21, 2008 Page 2 of 22 INSTRUCTIONS FOR BIDDERS Equipment Bids BID SUBMITTAL: All bids must be sealed with the outside of the envelope marked with the BID OPENING DATE April 7, 2007, PURCHASE CONTRACT NO. ES-08-002. 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 anyone or all schedules (vehicles) listed A through B. 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 Project No. ES-08-002 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 descriptive literature may be cause to reject the offer. Page 3 of 22 WARRANTY: The purchased vehicle must have full Manufacturer's new-vehicle warranties, and the warranties must inure to the benefit of the City. 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 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 Schedule but not later than 120 days after the contract is signed. 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. Project No. ES-08-002 Offers made in accordance with the Invitation to Bid shall be good and firm for the period specified in the bid unless the Bidder specifically limits its offer to a shorter period by written notification on the bid document. However, bids so modified may be declared non responsive. Minority and women owned businesses shall be afforded full opportunity to submit bids in response to this invitation, shall not be discriminated against on the grounds of sex, race, color, age, national origin or handicap in consideration of an award of any contract or subcontract, and shall be actively solicited for participation in this project by direct mailing of the invitation to bid to such businesses as have contacted the City for such notification. Further, all bidders are directed to solicit and consider minority and women owned businesses as potential subcontractors and material suppliers for this project. Signing of the bid sheet by Contractor and subsequent acceptance by the City of the lowest responsive bid will constitute a binding agreement between the City and Contractor. Contractor understands and agrees that no contract payment will be made until the City certifies that all stated specifications have been complied with and the equipment is delivered and accepted by the City. Bids will be evaluated and submitted to the City Council for approval as soon as possible after bid opening. 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 Page 4 of 22 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 Craig Fried, Contract Specialist, (360) 417-4541 or to cfried@citvofpa.us . Project No. ES-08-002 Page 5 of 22 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 City 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. ES-08-002 Page 6 of 22 7. REJECTION: All goods or materials purchased herein are subject to approval by the City. Any rejection of goods or material resulting because of non-conformity to the terms and specifications of this Contract, whether held by the City or returned, will be at Contractor's risk and expense. 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 City against all claims, suits or proceedings for patent, trademark, copyright or franchise infringement arising from the purchase, installation, or use of goods and materials ordered, and to assume all expenses and damages arising from such claims, suite or proceedings. 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: Moneys due under this Contract shall only be assignable with prior written consent of the City. 12. TAXES: Unless otherwise indicated the City agrees to pay all State of Washington sales or use tax. No charge by Contractor shall be made for federal excise taxes, and the City 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 City harmless from and against any damage, cost or liability for any injuries to persons or property arising from acts or omissions of Contractor, its employees, agents or subcontractors howsoever caused. 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 City recognize that in actual economic practice overcharges resulting from anti-trust violations are borne by the City. Therefore, Contractor hereby assigns to the City any and all claims for such overcharges. 18. DEFAULT: Contractor shall be liable for damages suffered by the City resulting from Contractor's breach of Contract. The Contractor covenants and agrees that in the event suit Project No. ES-08-002 Page 7 of 22 is instituted by the City for any default on the part of the Contractor, and the Contractor is adjudged by a court of competent jurisdiction to be in default, Contractor shall pay to the City all costs, expended or incurred by the City in connection therewith, and reasonable attorney's fees. The Contractor agrees that the Superior Court of the State of Washington shall have jurisdiction over any such suit, and that venue shall be laid in Clallam County. 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 CITY TO ANY ADDITIONAL OR DIFFERENT TERMS PROPOSED BY VENDOR CONTRACTOR AS A CONDITION OF ACCEPTANCE OR DELIVERY. Project No. ES-08-002 Page 8 of 22 PURCHASE CONTRACT THIS AGREEMENT is made and entered into this 17th day of April, 2008, between the City of Port Angeles (hereinafter called the "City") and Price Ford Lincoln Mercury (hereinafter called the "Contractor", "Vendor", or "Bidder") for Schedule B. WITNESSETH: That the City and the Contractor, in consideration of the performance of the terms and conditions hereinafter mentioned, agree as follows: ARTICLE 1 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 City 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 City shall give a written interpretation thereof, which interpretation shall govern . ARTICLE" CONTRACT COST The Contractor agrees to sell and deliver to the City, at the delivery point specified in the Instructions to Bidders, and the City 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 '" ASSIGNMENT The Contractor shall not assign any of its responsibility under this Contract without the express written consent of the City. 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. Project No. ES-08-002 Page 9 of 22 ARTICLE V NONDISCRIMINA TION 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 and 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 City 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 City 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 City 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 City 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. Project No. ES-08-002 Page 10 of 22 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. CONTRACTOR CITY OF PORT ANGELES By: ~.L ~ ~.J:J~~ .J (./'7 ~~~ rl"T/q:; . Title: Gsu, s~ 4//"1 J D I I ruM\~- Title: Dated: Dated: ATTEST: ATTEST: C~I~r~ .1 Ap:nA. . ^ . Project No. ES-08-002 Page 11 of 22 PAGES 12 OF 22 THROUGH 15 OF 22 OMITTED SCHEDULE A PAGES - NOT AWARDED City of Port Angeles Invitation for Bid Purchase Contract: ES-08-002 Schedu Ie B (1) 2008 or Newer % Ton, Extended Cab 4X2 Pickup (1) 2008 Chevrolet Silverado 1500, Extended Cab 4X4 Pickup Make/Model 200<0 F;1'2.E> F~I ')0 &l0-ided CA5 4- '/...2 PlLlrup Pricing for (1) 2008 Chevrolet Silverado 1500, Extended Cab 4X4 Pickup, or approved equal: Base Price: $ 2sJ022~ $ 10. 5// -~ , $ (0 '-/-'1-. O() Adjusted Price: Options: (list attached) Subtotal: WSS Tax: 8:1 % Title Application Fee: "\ '5" $ "l,ISS, I uQI" :)7 I I t_, 22 .2 S- Total Vehicle Cost: $ ~ . lC '7 '7 \. . t,;] ) ,; . ADDENDA ACKNOWLEDGMENT: The bidder hereby acknowledges that it has received Addenda No. :L JI.~ to this project manual. . I .~ "~\' I JI,L j Dealer: r r If iL l.::A(1 L;~'\ 1/0_ i~\ h(~{vrtcontact: i5~17 i:., j::(;u(}f Sf !t~?;f . 'OJ' i'/ "t II., '1)f\il{'<"\' tf :{:r;6? '" i'"\...L ,". II' \. _ "" i k . II '. . ,,'\ ----.t1 {.n' ( ;<;+rDo1', ,J.. i "l' l},__, Ini4( ~ '-:-, ~~<;;1ior:I,r {.'~...P{j{t'1or(.! l/Vl .,' {:{)'1-J ~._?b{J..-ils -7~3335 Date: ~/z~ ~ / / I Project No. ES-08-002 page/Of 21 '" OPTIONS LIST Schedule 8 2008 Chevrolet Silverado 1500, Extended Cab 4X2 Pickup COMMODITY CODE 7118-1/2 -O/S" 02Z OPTION DESCRIPTION ORDER QUANTITY PRICE EACH PRICE EXTENSION 54EAflj/l1J;rt/J ntile 'fi~r+r4;1J avERl6e .1- L WIT"N W deducilble- ) -6- -0- Project No. ES-08-002 Page~f J1 11- 21,. I , Schedule B Comparison / Competitive Specification Sheet From State Bid Contract #04706 TRUCK 1/2 TON PICKUP VEHICLE TYPE: EXTENDED CAB, SHORT BED 1/2 TON PICKUP (4X2) MAKE/MODEL: CHEVROLET SILVERADO 1500 EQUIPMENT INCLUDED IN NET PRICE 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 All factory standard equipment including: Tachometer Tilt Steering Wheel Tire Pressure Monitoring System Front Tow Hooks 3.23: I rear axle ratio as equipped Daytime running lights 3 yr/36,000 mile warranty, 5 yrll 00,000 Drivetrain NHTSA CRASH TEST RATING (2007) FRONTAL (DIP) 5/5 SIDE (FIR) NIR ROLLOVER 4/4 VEHICLE MEETS STATE DEPT OF ECOLOGY SPECIFICATIONS FOR LOW EMISSION VEHICLE EMISSION CERTIFICATION TIER 2 BIN 5 GAS MILEAGE 16 CITY 21 HWY MERCURY FREE VEHICLE Four Door Cab Access Air Bags, driver and front passenger 6400# GVWR 4.8 liter, 8 cylinder gas engine Automatic overdrive transmission 6 y, foot box, wide body P245170RI7 all season steel belted radial tires(l) Matching spare tire & wheel, carrier, jack & lug wrench HD power disc brakes, 4 wheel anti lock braking system Air Conditioning Power steering Intermittent wipers AM/FM stereo radio w/clock Headliner, door trim panels, vinyl floor covering Vinyl 40/20/40 split bench seat w/head rests, folding backrest Rear bench Seat Set of Four Keys DEALER: BUD CLARY AUTO DEALERSHIPS(W262) PO Box 127 Longview, W A 98632 DEALER CONTACT: John Slater or Janelle Dillon PHONE: 1-800-899-1926 EMAIL: jslater@budclary.com FEDERAL TAX ID NO.: 91-0699054 Y A YMENT TERMS: $200 DISCOUNT PER VEHICLE FOR PAYMENT WITHIN 20 CALENDAR DAYS OF DELIVERY, NET 30* 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): DELIVERY: 120 Days COMMODITY CODE 2318-112-001 VEHICLE DESCRIPTION ORDER OTY PRICE EACH PRICE EXTENSION Truck, 1/2 Ton, Extended Cab Pickup, Wide Box, 6 Ft. (4X2), 2007 Chevrolet 1500 Silverado WT One (1) (CC10753) $16,334.00* $16,334.00 NO COST EXTERIOR COLORS: INDICA TE QUANTITY OF COLOR(S) SELECTED Summit White~, Dark Blue_, Black_, Silver Birch _, Gray Stone _,Victory Red_, Blue Granite _,Dark Cherry Red_. FLEET COLORS (Add 30 Days to Delivery): Tangier Orange-, Wheatland Yellow_, Woodland Green Doeskin Tan -' (I)Tire Chain Compatible Page 18 of 21 '. ." COMMODITY OPTION DESCRIPTION ORDER OTY PRICE EACH PRICE EXTENSIC CODE 2318-112-010 Credit for pickup from selling Dealer (Orders for $(50.00) $ Eastern W A, Area Code 509) (Deduct)* 2318-112-011 Credit for pickup from Selling Dealer (Orders for $(50.00) Western W A, Area Codes 206, 253, 360, 425) Deduct)* 2318-112-012 Deleted $0.00 2318-112-013 Alternative Gas Engine, 5.3 Liter 8 Cylinder Flexible $700.00 Fuel (Gas/Ethanol) Vehicle Meets Alternative Fuel Vehicle Acquisition Requirements of the National Energy Policy Act of 1992 (3.42: I)(LMG) 2318-112-014 Bedliner, Drop in (including over rails & tailgate) $295.00 (Duraliner) (DLR)* 2318-112-015 Bedliner, Spray On (Including over Rails and tailgate) $435.00 $435.00 (Ameriguard) (DLR)* 2318-112-016 Bedmat, HD Rubber (DLR)* $95.00 2318-112-017 Cruise Control (K34) $199.00 2318-112-018 Differential, Limited Slip (G80) $295.00 $295.00 2318-112-019 Heater, Engine Block (K05) $45.00 2318-112-020 Keys Set of 2 Instead of 4 (DLR)* (Deduct) $(8.00) 23 18-112-021 Long Bed, 8 Foot Box, Wide Body, 6900# GVWR, 34 $2,000.00 Gal Fuel Tank (Includes 2318-112-013 FFV engine)(CCI0953) 2318-112-022 Manuals, Parts & Service, Paper (DLR)* $125.00 $125.00 2318-112-023 Mirrors, Camper, Black Retractable (DF2) $75.00 2318-112-024 Mirrors, Power Remote Camper, Heated w/turn signals $200.00 (also requires 2318-112-027)(GP3) 2318-112-025 Mud Flaps, Rear (DLR)* $95.00 $95.00 2318-112-026 Power Door Locks with Remote Keyless Entry $370.00 (Deletes Pass Door Key Cylinder)(not avail w/2318- 112-027,see 2318- I 12-034)(AU3/AUO) 2318-112-027 PowerGroup (windows, doorlocks, mirrors)(5B5) $750.00 2318-112-028 Rear Axle Ratio, 3.73:1 (GT4) $95.00 2318-112-029 Seat, Cloth Trim Instead of Vinyl (XXG) $0.00 2318-112-030 Spare Tire Carrier, Inside Bodv (DLR)* $95.00 2318-112-031 Spotlight, 6 inch, Clear Lens, Pillar Mounted, Left $345.00 (DLR)* 2318-112-032 Suspension Package (Larger Shocks) (Z85) $85.00 $85.00 2318-112-033 Towing Package HD, (includes HD Suspension 2318- $395.00 112-032, hitch platform, 7 wire harness with fully independent fused trailering circuits with 7 way sealed connector)(Z82) . 2318-112-034 Remote Keyless Entry when ordered w/2318-112-027 $175.00 (Deletes Pass Door Key Cvlinder)(AUO) 2318-112-035 Warranty, Delayed Start (Dealer provides form) $0.00 0.00 (DWS)* Project No. ES-08-002 Page 19 of 22 COMMODITY OPTION DESCRIPTION ORDER OTY PRICE EACH PRICE EXTENSIC CODE 2318-112-036 Manufacturer to Dealer Order Acknowledgement $0.00 Document Faxed to Customer (DLR)* 2318-112-037 Deleted $0.00 2318-112-038 Crew Cab Pickup (Includes 6 Passenger Seating, 6800# $3,000.00 GVWR, Electronic Stability Control, 143.5 WB, 69 Inch Bed)(CCI0543) 2318-] 12-039 Short Bed 69.3 Inch Box, 6400# GVWR, $(195.00) (CC 10553)(Deduct) 2318-112-040 Fire Extinguisher 2.5# Dry Chemical ABC rated $28.00 w/mounting bracket, Delivered w/vehicle, un installed (DLR)* 2318-112-041 Flare Kit, 3 Piece Triangle w/storage box for roadside $25.00 emergency use, Delivered w/vehicle, uninstalled (DLR)* 2318-112-042 Stock Vehicle Up charge, Call DLR for Availability, $250.00 White, Delivery within 7 Days when Available (Also see In Stock New Vehicles at V AT Website) (DLR) * SUBTOTAL $17,369.00 +8.0% SST $1389.52 TOTAL $18,758.52 Project No. ES-08-002 Page 20 of 22 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 der 0 r idders. Subscribed and sworn to before me this 2 S" day of mev-c.."'- ,200Y. ~~~ Notary Pu IC In and for the State of ~~ "'tH~~ Residing at lS"1.1 r: ~ro(l t c;.t 1 P6'l""+ ~ MyComm.Exp.: 2./'/1/ Project No. ES-08-002 Page 22 of 21 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. ES-08-002 Page 22 of 22