HomeMy WebLinkAbout4.582 Original Contract
<I.S~eL
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, ~ 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.
.-.......
'"'
" . f ) !
( 'L~ .'__""'" ...
f! Ii . i=-r-- -
tJ.~~. P~NTEN~EY'--~>___~
"-.
Deputy Director of Public Works-"&.Utilities
>1...
Original 1 of 2
PW-407 _13 [rev. 09/18/02J
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
NOTtCE IS HEREBY GIVEN that the instructions and requirements of the subject bid are
amended as follows:
1. The page numbers were incorrectly stated in the fast addendum. This addendum provides a
revised version in its entirety correctly stating the page numbers. Additionally, changes from
paragrapt1 numbers 2 and 3 of this addendum are incorporated.
2. The City will accept new 2007 model year vehicles for either of the specified vehicles.
: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 ,biqder 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
lvlanuat that is submitted to the City. Failure to do so may result in the proposal being rejected as
non-responsive.
( -':;r-. ;
it); f
In; ~
M. C PUNTENNEY, P.E. ",
Deputy Director of Public Work~,& Utilities
PV.,r..:1;:i7__1::, rr~,'i. (i~;/1::~:'/02]
P8fJ8 1 of 22
ADDENDUM NO.1
TO
CONTRACT DOCUMENTS / INVITATION FOR BIDS
FOR
Vehicle RepJacment
Purchase Contract No. ES-08-002
NOTICE TO PROSPECTIVE BIDDERS
March 24.. 2008
NOTICE IS I-/EREBY GIVEN that the instrucUons and requirements of the subject bid are
amended as follows:
1. The 2008 or Newer 1/2 ton 4x2 Pickup is changed to require an extended cab.
2. The bidding documents are being resent in their entirety to reflect this change.
The Bid Opening Date has changed. The new Bid opening date is April 7, .200'8 at 2:0'0' PM.
'rhis addendum !!l.\JsLQ.~ aCknovvledqed in the space provided on the Bid Form in the Project
Manual that is subrnitted to the City. Failure to do so may result in the proposal being rejected as
non-responsive.
J i ,
I l ( .;, .i
!{{((, f
M. C. PUNTENNEY,
Deputy Director of Public
>1 J Ire'l. {j9r~8.1';;}({~
Page 1 of '1
February 22, 2008
CITY OF PORT ANGELES
INVITATION TO BID
for
Vehicle Replacement
Sealed bids will be received by the Director of Public Works & Utilities until 2:00PM Thursday,
April 7, 2008, 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) 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 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
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 Ruddell Auto Mall
(hereinafter called the "Contractor", "Vendor", or "Bidder") for Schedule A.
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 II
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 III
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:
By:
IY(~ /~~ )t;I[~
~i'7 ~
4!7te
.
Title:
Title:
Dated:
~, "-'
Dated:
ATTEST:
ATTEST:
~~. JJptrrA
..,
A~prred to as to f
/~~ I ~
City Attorney
Project No. ES-08-002
Page 11 of 22
City of Port Angeles
Invitation for Bid
Purchase Contract: ES-08-002
Schedule A
(1) 2008 or Newer
7 Passenger Extended Minivan,
FFV
(1) 2008 Chevrolet Uplander, 7 Passenger Extended Minivan, FFV
Make/Model
2007-- ../.fVtJ NDI\l1 ~AJ!b vY1-f\:6 e
(Vll JtJ I tf 4-,V
Pricing for (1) 2008 Chevrolet Uplander, 7 Passenger Extended Minivan, FFV, or
approved equal:
Base Price:
Subtotal:
WSS Tax: <g.1- %
Title Application Fee:
$
$
$
$
Adjusted Price:
Options: (list attached)
1 7, ~ 10 .00
1 ) 5 Sg. rr
z Z . 7-5
~?Hc.'lAt
J":l <: - ~~ M..
Total Vehicle Cost
$
/91 Q90. 92..
..
b, "711" ~
~ -
ADDENDA ACKNOWLED~MENT: The bidder hereby acknowledges that it has
.. received Addenda No. I ., 2-:J~ ..!9Jhis project manual.
.. ~7#L'Wl-
Dealer: f2uIJO~VL Contact: Hn uJit. (2)(/ IJ OCZ?L
t 10 G1h....:F C E:> cJ fL-S CL c702-.
P.. A. )Wtt- 9~~f-y 0.... ~T1 /7f-tJpf.Vt:S
Signature of authorized agent: (required)
X:
fAA/~
Date:
3-)..<;>Otf
Project No. ES-08-002
Page70f 21
I~
OPTIONS LIST
Schedule A
(1) 2008 Chevrolet Uplander, 7 Passenger Extended Minivan, FFV
COMMODITY OPTION DESCRIPTION ORDER PRICE PRICE
CODE QUANTITY EACH EXTENSION
lODr- H\jiJ Mt)/h f':;l\it.~ (j f!.4tiF. e I 17f CJIO 17/ ~/tJ
Project No. ES-08-002
Page70f 21
13
Schedule A
Comparison / Competitive Specification Sheet From State Bid Contract #05607
VEHICLE TYPE: 7 PASSENGER EXTENDED MINIVAN
MAKE/MODEL: Chevrolet Uplander FFV
EQUIPMENT INCLUDED IN NET PRICE
- Airbags, Driver and Front Passenger, Front Impact Privacy Glass, Rear Passenger Area
- 7 passenger seating: driver/passenger highback bucket Intermittent Wipers, Rear Window Wiper/Washer
seats, 2nd Row 2 Removable Buckets, 3 passenger Rear Auxiliary Power Source
50/50 Folding Bench Power Heated Mirrors
- 3.9 liter, 6 cylinder E85gas/Ethanol engine(1) Power Steering
- Automatic overdrive transmission Defroster, Electric Rear Window(PDN)
- P225/60RI7 steel belted all season radial tires All Factory Standard Equipment Including:
- Compact spare tire & wheel, under body carrier w/jack Steel Wheels w/center cap
& lug wrench Daytime Running Lights
- Full length insulated headliner Electronic Stability Control
- Door, side & rear trim interior panels, complete Front Wheel Drive
- Carpeting, driver & passenger areas Liftgate Rear Door
- Carpeted floor mats, front, center & rear(B37) Reading Lights
- AM/FM radio w/CD Remote Keyless Entry w/2 Transmitters
- Air conditioning, Front Stabilizer Bars, Front and Rear
- Cruise control/tilt steering wheel(K34) Sliding Side Doors, Left and Right
- Set of Four Keys Tire Pressure Monitoring System
- Power brakes, 4 wheel anti lock, Disc 3 yr/36,000 Mile Warranty Bumper to Bumper, 5Yr/
- Power Door Locks 100,000 Mile Powertrain
- Power Windows, Vented/Flipout Rear Quarter Owner's Manual
1560# Payload
VEHICLE MEETS THE DEPARTMENT OF ECOLOGY SPECIFICATIONS FOR LOW EMISSION VEHICLES AND
THE ALTERNATIVE FUEL VEHICLE ACQUISITION REQUIREMENT OF THE US ENERGY POLICY ACT.
Emission Certification TIER 2 BIN 5
Gas Mileage 16 City 23 Hwy
Mercury Free Vehicle
Lead Zinc Wheel Weights
NHTSA Crash Test Ratin2s
Frontal (DIP) 5/5
Side (FIR) 4/5
Rollover 3
DEALER:
Bud Clary Auto Dealerships (W262)
PO Box 127
Longview, W A 98632
DEALER CONTACT: John Slater or Janelle Dillion
PHONE: 1-800-899-1926
EMAIL: jslater@budclary.com
FEDERAL TAX ID NO.: 91-0699054
PAYMENT TERMS: * $200 Per Vehicle Discount for
Payment within 20 days of delivery, Net 30
DELIVERY:
90-120 days
NET PRICE: (Vehicle equipped as above, delivered to any point within the State of Washington, exclusive of Federal Excise
and before 8.0% Sales Tax including a .3% vehicle tax):
COMMODITY CODE VEHICLE DESCRIPTION ORDER QTY PRICE EACH PRICE EXTENSION
2318-182-001
Van, 7 Passenger, Extended Minivan, 2007
Chevrolet Uplander FFV(cuI2216)
1
$17,517.00 * $17,517.00
NO COST EXTERIOR COLORS: INDICA TE QUANTITY OF COLOR(S) SELECTED
Bordeaux Red_, Desert Brown_, Gold Mist_, White _, Silver Stone_, Slate_2L.
(1) Capable of operating solely on Ethanol(E85), unleaded gasoline, or a mixture of both from the same tank.
(2) Not Tire Chain Compatible .
Project No. ES-08-002
Page 14 of 22
COMMODITY OPTION DESCRIPTION ORDER OTY PRICE EACH PRICE EXTENSION
CODE
2318-182-010 Credit for pickup from Selling Dealer (Orders for $(50.00) $
Eastern W A, Area Code 509) (EW) Deduct)*
2318-182-011 Credit for pickup from Selling Dealer (Orders for $(50.00)
Western WA, Area Codes 206, 253, 360 & 425)
(WW) (Deduct)*
2318-182-012 Air Bags, Side Impact, Dual Front(AJ7) $291.00
2318-182-013 Air Conditioning, Rear (C69) 1 $395.00 395.00
2318-182-014 Alternative Seating, 2ND Row, Child Seats, Fold $104.00
Down Integrated into Seat Backs, (also requires
purchase of 2318-182-0 12 & 2318-182-
018)(XXC)
2318-182-015 Heater Engine Block (K05) $63.00
2318-182-016 Keys, set of2 instead of 4 (DLR)*(Deduct) $(60.00)
2318-182-017 Manual Shop/Service, Paper (DLR)* 1 $125.00 125.00
2318-182-018 Power Driver's Seat (AGl) 1 $229.00 229.00
2318-182-019 Remote Keyless Entry, Additional Transmitter $95.00
Coded to Vehicle(DLR)*
2318-182-020 Roof Rack (V59) 1 $150.00 150.00
2318-182-021 Seat Belt Extender (DLR)* $0.00
2318-182-022 Stock Vehicle Upcharge, Contract Required $250.00
Equipment Only, (No factory options) White.
Delivery 7 Days when available (call dealer)
(Stock)*
2318-182-023 Subscription, 1 Yr On Star Safe & Sound (Contact $70.00
Dealer for Details)(UEO)
23 18-182-024 Warranty, Delayed Start (DLR)* $0.00
2318-182-025 Manufacturer to Dealer Order $0.00
Acknowledgement Document Faxed to
Address (DLR)*
2318-182-026 FT A Funded Purchase, FT A Clauses $0.00
Incorporated(DLR)*
2318-182-027 Fire Extinguisher 2.5 Dry Chemical ABC Rated $28.00
w/mounting Bracket, Delivered w/vehicle,
Un installed (DLR)*
2318-182-028 Flare Kit, 3 Piece Triangle w/Storage Box for $25.00
roadside emergency use, Delivered w/vehicle,
Unistalled (DLR)*
SUBTOTAL $18,187.00
+8.0% SST $ 1,473.28
TOTAL $19889.28
*Dealer Installed Option
Project No. ES-08-002
Page 15 of 22
PAGES 16 OF 22 THROUGH 20 OF 22 OMITTED
SCHEDULE B PAGES - NOT A WARDED
The undersigned, being first duly sworn on oath, says that the bid herewith submitted is a
genuine and not a sham or collusive bid, or made in the interest or on behalf of any person not
therein named; and (s)he further says that the said bidder has not directly or indirectly induced
or solicited any bidder on the above work or supplies to put in a sham bid, or any other person
or corporation to refrain from bidding; and that said bidder has not in any manner sought by
coiiusion to secure to himiher self an advantage over any other bidder 0 r bidders. -
Subscribed and sworn to before me this -f4..CL day of.
\\\ \ \" "" ""'I/.
,\\ Mil/,
~,'\ \..'Co . Zo 0
~ X- Yo- .......... <> 0 ~
.::::.:: CJ ..... ..... d' ~
:2 ~ ....~" 0 T A 11 r .... ~ ~
::::~ \:::
~ lExp. 8/28/2011j =
-(fl' '<:,-
~ ---'\ ,oUSUC /0 g
-::;. Y".,>. ". ..'" .::::-
'/ '" '" ..' ,.~ ~,
'"/ '\,~ '......... ~\;.J ~....
~t// o~ WASy...\ ",0$-
1//. \\\\
1111111111\\\\\
Project No. ES-08-002
~A-~
Signature of Bidder/Contractor
m~
,20 oS' .
Page~of.~
2-1 Z c...
BIDD~R'S CHECKLIST
,
1. Has the Bid Submittal Sheet been prqperly signed, and corporate seal affixed, if applicable?
2. Has the Non-Collusion Affidavit been :property executed?
3. Have all Addenda, if any, been ackno,wledged 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