Loading...
HomeMy WebLinkAbout000692 Original ContractPROJECT MANUAL CONTRACT DOCUMENTS for Light Operations 4x4 Cargo Van PURCHASE CONTRACT NO. ES -13-020 WE — w �o�r�S ANp� CITY OF PORT ANGELES WASHINGTON August 2013 CRAIG FULTON, DIRECTOR OF PUBLIC WORKS & UTILITIES MAHER ABED, DEPUTY DIRECTOR OF OPERATIONS Reviewed by: 07 Maher Abed Deputy Director of Operations Approved by: William Bloor City Attorney #000992 ES -13-020, Light Operations 4x4 Cargo Van page 1 of 19 CITY OF PORT ANGELES INVITATION TO BID for Light Operations 44 Cargo Van Sealed bids will be received by the Public Works and Utilities Director until 2:00 PM, Thursday, September 12, 2013 and will be opened and read in the Jack Pittis North & South Conference Rooms, Port Angeles City Hall, 321 East Fifth Street, Port Angeles, Washington 98362. Bids will be taken for the following materials: Schedule A: Obtain one (1) 2013 model year or newer, unused 8,600 GVWR cargo van with 4x4 The materials to be bid are fully described in the instructions to bidders and the bid documents. Bid documents may be obtained at the Public Works and Utilities Department, between the hours of 8:00am and 4:00pm, City of Port Angeles, 321 E. 5th Street, Port Angeles, Washington 98362, (360) 417-4541. Technical questions regarding this bid should be addressed to Dennis McBride, Fleet Manager at (360) 565-3860, between the hours of 7:00 AM and 3:00 PM, The City of Port Angeles (hereafter "City") reserves the right to reject any or all bids and to waive minor irregulaties in the bids. Subject to the foregoing, the contract may 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 SEPTMEBER 12, 2013 PURCHASE CONTRACT NO. ES -13-020. The name and address of the bidder shall also appear on the outside of the envelope. Bids shall be addressed: Public Works and Utilities Department Attn: Craig Fulton, Director of Public Works & Utilities PO Box 1150, 321 East Fifth Street Port Angeles, Washington 98362 PUBLISH: Peninsula Daily News: August 29, 2013 ES -13-020, Light Operations 4x4 Cargo Van page 2 of 19 INSTRUCTIONS FOR BIDDERS 4x4 Van Cargo Ilan BID SUBMITTAL: All bids must be sealed with the outside of the envelope marked with the words: "BID OPENING DATE: September 12,2013; PURCHASE CONTRACT NO, ES - 13 -020." The name and address of the bidder shall also appear on the outside of the envelope. Bids shall be directed to: Public Works and Utilities Department Attn: Craig Fulton, Director of Public Works & Utilities PO Box 1150, 321 East Fifth Street Port Angeles, Washington 98362 It is the intent of the attached specifications to describe the minimum requirements for the materials requested in sufficient detail to secure bids on comparable materials. All parts included in the bid 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, The City's bid sheet must be signed by the bidder or its agent in order for the proposal to be accepted. If alternate materials are 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 each bid form for which the bidder is providing a bid must be fully completed and executed when submitted. Only one copy of each complete bid form is required. The completed bid form(s) must be accompanied by one completed Bid Signature Sheet, and one completed Non -Collusion Affidavit form. Faxed or emailed bids will not be accepted. Failure to adhere to instructions may constitute disqualification of proposal. BASIS OF AWARD: The basis of award will be determined by the value of the base bid for each vehicle including all mandatory equipment, taxes, and licensing for that vehicle. The basis of determining award for each vehicle does not include the trade-in offer bid item nor optional equipment and their associate taxes COMPLIANCE WITH SPECIFICATIONS: The equipment must be in accordance with the specifications. ES -13-020, Light Operations 4x4 Cargo Van page 3 of 19 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, constructed as shown, and the necessary final payment can be processed. including but not limited to the equipment manuals, must be complied with before the 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. WARRANTY: The purchased vehicle must have full Manufacturer's new -vehicle warranties, and the warranties must inure to the benefit of the City. Contractor 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, 1703 South B Street, Building L in Port Angeles, Washington, between the hours of 7:00 AM and 3:00 PM during the City's normal work day. Delivery shall be made within the time period specified on the Schedule but not later than 180 days after the contract is signed. GENERAL INFORMATION: The City of Port Angeles reserves the right to consider delivery time and may waive any minor defects or reject any and all bids. Any bid may be withdrawn prior to the above scheduled time for the opening of bids or authorized postponement thereof. Any bid received after the time and date specified shall not be considered. No Bidder will be permitted to withdraw its proposal between the closing time for receipt of proposals and the execution of contract, unless the award is delayed for a period exceeding sixty (60) calendar days. The City of Port Angeles may, at its option, in awarding this purchase contract, take into consideration the revenue it would receive from purchasing the equipment from a supplier located within its boundaries, in accordance with RCW 39.30.040. Offers made in accordance with the Invitation to Bid shall be good and firm for the period specified in the bid unless the Bidder specifically limits its offer to a shorter period by written notification on the bid document. However, bids so modified may be declared non responsive. Minority and women owned businesses shall be afforded full opportunity to submit bids in response to this invitation, shall not be discriminated against on the grounds of sex, ES -13-020, Light Operations 44 Cargo Van page 4 of 19 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. 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 Lucy Hanley, Contract Specialist, (360) 417-4541 or to contracts@cityofpa.us. STANDARD TERMS AND CONDITIONS: 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. ES -13-020, Light Operations 4x4 Cargo Van page 5 of 19 4. PAYMENTS: Invoices will not be processed for payment until receipt of a properly completed invoice or invoiced items, whichever is later. Payment will be made within 30 days of receipt of invoice. 5. 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; and 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; and further c. To authorize the City to deduct these liquidated and actual damages from any money due or coming due to the Contractor. 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 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 shal 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: The provisions or 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 ES -13-020, Light Operations 44 Cargo Van page 6 of 19 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 acceptance of the material by the purchaser. 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. ANTI-TRUST: Contractor and the City recognize that in actual economic practice overcharges resulting from anti-trust violations are in fact borne by the City. Therefore, Contractor hereby assigns to the City any and all claims for such overcharges. 17. 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 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. 18. 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 that 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. 19. SAFETY: The materials shall completely comply with all State and Federal laws, rules, regulations and codes in effect at the time of delivery. 20. ACCEPTANCE: CONTRACTOR ACCEPTS ALL OF THE TERMS AND CONDITIONS SET FORTH. FORMAL OBJECTION 1S HEREBY MADE BY THE CITY TO ANY ADDITIONAL OR DIFFERENT TERMS PROPOSED BY VENDOR CONTRACTOR AS A CONDITION OF ACCEPTANCE OR DELIVERY. ES -13-020, Light Operations 4x4 Cargo Van page 7 of 19 PURCHASE CONTRACT THIS AGREEMENT is made and entered into this day of&Akv, 2013, between the City of Port Angeles (hereinafter called the "Purchaser") and Bud Clary Chevrolet (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 points specified by the Purchaser in the form of a purchase order, and the Purchaser agrees to purchase and receive from Contractor the equipment as described and set forth in the Contract Documents, Schedule A, 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 Claliam County Superior Court. ES -13-020, Light Operations 4x4 Cargo Van page 8 of 19 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, and the Contractor shall be liable to the Purchaser for any excess cost thereby. ES -13-020, Light Operations 4x4 Cargo Van page 9 of 19 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, BUD CLARY CHEVROLET By: Title.:% Dated: ATTEST: CITY OF PORT ANGELES By: Title: C ' ,4.1 1►'r � �-- Dated: #1 1 ► .5 1 / 5 ATTEST: —D.Mu4j--) Cit V Jerk Approved to as to rm V", Z- L F �--- City Attorney ES -13-020, light Operations 4x4 Cargo Van page 10 of 19 City of Port Angeles Invitation to Bid Purchase Contract: ES -13-020 Schedule A Light Operations 4x4 Cargo Van GENERAL DESCRIPTION OF EQUIPMENT BEING BID: Bidders may list variations to these minimum specifications in the "Exception" section of the bid sheets. Bidders may also suggest alternatives to specified name brand products specified by the City of Port Angeles in the "Exception" section as an "Approved Equal." To be considered as an "Approved Equal, "the specifications of the suggested alternative must be attached for our review. The City of Port Angeles will be the sole judge for approving other brands offered as equals to the brand specified. Bidders are also encouraged to list and price any options that are felt to enhance the use of item bid and/or would be desirable. All standard equipment to be included, specified or not. When a Society of Automotive Engineers (SAE), American National Standard institute (ANSI), American Society for Testing and Materials (ASTM), American Welding Society (AWS) "Reference" is cited, it is to establish an expected level of performance, level of testing or design basis. GENERAL BID PROVISIONS: SCOPE OF BID The purpose of this specification is to obtain one (1) 2093 model year or newer, unused 8,600 GVWR cargo van with a 4x4 conversion per the attached specifications. ITEMS TO BE INCLUDED WITH BID All major components of the requested equipment must be manufactured or distributed by the original equipment manufacturer and advertised on a factory brochure as a standard or optional component. Bidder is to include the factory brochure with the bid. Equipment that has had its features or size reduced to below what the factory says is necessary will not be accepted. Features and/or minimums listed on this brochure as a factory required minimum for the size of the unit bid must be included in the bid to ensure that the equipment offered not only meets these specifications, but also includes factory -listed requirements for its particular size. CONTRACT PERIOD The contract is to be in effect for a period of one year from the date of the award. ES -13-020, Light Operations 4x4 Cargo Van page 11 of 19 PRICING A. The City reserves the right to increase or decrease quantities under this contract and pay according to the unit prices quoted in the proposal any time during the contract period. B. The City is entitled to any promotional pricing during the contract period which is lower than pricing as provided in the bid. DELIVERY DATE The bidder must state on the bid proposal sheet the number of days after the date the purchase order is issued that delivery of all contract specified units are guaranteed. LATE DELIVERY All vehicles must be completed and ready for inspection, with appropriate invoices, no later than the agreed delivery date. All vehicles are to be delivered within the number of days bid by the vendor and specified in the bid specifications. For vehicles delivered to the City by the vendor, date of delivery will be date of receipt and/or acceptance of vehicle, whichever is later, at the City's Corporation yard. For vehicles to be picked up at dealer's facility for credit, date of delivery will be considered to be the date the bidder notifies the City that vehicle is available for pickup. DELIVERY LOCATION The unit will be delivered by the winning bidder to the City Corporation yard at: 1703 South B St. Building L Port Angeles WA. 98363 BID EVALUATION The award of this contract will not be based on cost alone, as other factors and features are equally important. Minor deviations from these specifications will be considered, provided the manufacturer or dealer submits in writing a full description, in detail, for each variation, with reference made to each item to which the variation will apply. These variations must be submitted with, and made a part of, this bid. If no variations are called out, the bidder will be required to meet or exceed each item in the specifications as written. The City will make evaluation on information supplied. If more than one make or model is offered, please copy the appropriate bid sheets. A separate bid shalt be submitted for each item to be evaluated. APPROVED EQUAL The term "Approved equal" shall mean that the quality of equipment must meet the quality of the named reference and receive City approval. The City shall be the sole arbiter in the determination of equality and reserves the right to reject any and all bids ES -13-020, Light Operations 4x4 Cargo Van page 12 of 19 and accept the bid or bids that, in the sole and absolute judgment of the City, will best serve the interests of the City. ITEMS REQUIRED FOR DELIVERY OF EQUIPMENT • Signed priced invoice • 4 sets of keys for vehicle (with 4 remote entry fobs if equipped) • Pre -delivery inspection report • Warranty books • ASCII and paper copy of Equipment Parts Line Setting Chart • Parts, service and operator's manuals and drawings (as per specifications) • All documents required for Licensing and Registration All items called for in the specification must be supplied to the City before the final invoice will be processed. The application for Certificate of Title must have the following address: City of Port Angeles 321 E 5th St. P.O. Box 1150 Port Angeles, WA 98362 AVAILABILITY In the event items ordered become unavailable and cannot be supplied out of current model year production, a unit deemed by the City to be equal must be supplied. If a substitute is not available or acceptable, then a similar unit from the next model year must be supplied at the same price. If time does not permit this, the order may be canceled, and the vehicle purchased from other sources. The vendor will reimburse the City for all costs over the contract price. If substitute/similar unit is obtained, vendor will not be assessed the liquidated damages cited above. WARRANTY REPAIRS The company/dealership awarded this contract will be responsible for any warranty repair work required on any equipment or options installed per these specifications. SPECIFICATIONS: All unspecified, installed components will be configured to match or exceed industry and safety standards for the requested GVW, vehicle and mounted equipment type. This unit will be designed and constructed in accordance with all current industry standards and will be in compliance with all applicable laws, rules, regulations and standards in effect at the time of manufacture. All equipment that is considered by the factory as standard, unless specifically called out in the specifications to be deleted, will be included. 18,600 GVWR Cargo Van with a 4x4 Conversion I CATEGORY I ITEM I MINIMUM SPECIFICATIONS ! COMPLY I EXCEPTIONS ES -13-020, Light Operations 4x4 Cargo Van page 13 of 19 ES -13-020, Light Operations 44 Cargo Van page 14 of 19 8,600 Ib GVWR cargo van, 135° wheel 1 base, 224" overall length with 441 conversion. Color will be white. Engine 4.81 V-8. Maximum factory 1 2 cooling for engine, transmission & radiator will be installed.' 3 Transmission, 6 speed automatic wloverd rive 4 Rear differential: 3.42:1 limited slip Asbestos free 4 wheel, power, anti-lock 5 brakes. Electronic stability control system & power steering. 6 HD shocks & springs front & rear, with front stabilizer bar. Tires will be steel S� belted with all terrain tread. A full size spare tire will be supplied and mounted on the underside of the body. A jack and lug wrench will also be'�' supplied and be mounted under the body or inside the engine compartment.,Q �� a 600 CCA battery, 145 amp alternator. 8 There will be an aux power source or cigar lighter in the cab. A 97 dba. Backup alarm will be installed. Included will be: AM-FM radio, intermittent wiper control, closable 9 glove box, four sets of keys (with four keyless entry fobs if equipped), black outside below eye line mirrors, airbags, U' U' driver & front passenger. Factory trailer towing package will be 10 installed. An electric brake control will also be installed. 11 Tinted glass: windshield, front doors. Driver compartment non metallic headliner, door panels, floor mat with 12 engine cover console and a rear step CHASSIS bumper. ES -13-020, Light Operations 44 Cargo Van page 14 of 19 ES -13-020, Light Operations 4x4 Cargo Van page 15 of 19 Dual swing out rear and side doors. The rear doors will have an inside door 13 release and lightly tinted fixed glass. NA The side doors will be solid with no glass. All doors, front, rear and side will have exterior keyed door locks. There will be vinyl covered, reclining 14 bucket seats for the driver and passenger. All applicable repair manuals will be 15 included. Manuals on CD are ' acceptable. 4x4 The conversion will be authorized and Conversion 16 supported by the original vehicle XI manufacturer. VA The conversion will incorporate a transfer case with 4 wheel low, 4 wheel 17 high and 2 wheel high positions with NA shift on the fly capability, auto locking front hubs and an indicator light when engaged. Other 18 Air conditioning need not be installed Warranty: 3 years or 36,000 mile 19 bumper to bumper. Drive train: 5 years or 100,000 miles Guaranteed delivery date: Days after 20 the purchase order is received that the �g unit will be delivered to the city. E DAYS:_ ES -13-020, Light Operations 4x4 Cargo Van page 15 of 19 City of Port Angeles Bid No. ES -13-020 BID FORM Light Operations 4x4 Cargo Van Bidder must bid on all bid items for a bid to be valid. The bidder hereby bids the following amounts for all material described in the Schedule A of the Contract Document. BID ITEMS MODEL Y R VEHICLE PRICE 44 Cargo Van 1� Total with Washington State sales tax: Note: if vehicle is purchased outside Washington State, 8.7% state sales tax shall apply. Vehicles purchased in the state of Washington, state sales tax of the origination of vehicle shall apply. • 0%® / Total Bid Amount: ES -13-020, Light Operations 4x4 Cargo Van page 16 of 19 City of Port Angeles Bid No. ES -13.020 Light Operations 4x4 Cargo Van BID SIGNATURE SHEET (BID SUMMARY and SIGNATURES) Will you sell additional units to the City of Port Angeles at the bid price until further notice? *es ❑ No ADDENDA ACKNOWLEDGMENT, The bidder hereby acknowledges that it has received Addenda No(s). to this project manual. The undersigned hereby accepts the terms and conditions as set forth herein. This bid submittal sheet must be signed and dated by the bidder or a representative legally authorized to bind the bidder. FULL LEGAL NAME OF BIDDER TYPE OF BUSINESS: Corporation (limited) ❑ Sole Proprietorship ❑ Partnership (general) ❑ Partnership ❑ Limited Liability Company ADDRESS S0 Cowmpp-re- Rae- CITY/STATE/ZIP PHONE W - FAKE �,S%7 NAME (PLEASE PRINT) IL—atz�� TITL SIGIN ES -13-020, Light Operations 44 Cargo Van page 17 of 19 STATE OF WASHINGTON COUNTY OF NON -COLLUSION AFFIDAVIT 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. Sig�J"e of B� id- on rac or - Subscribed and sworn to before me this �< day of 4drct, ge. J20 /6. JF ��'�lalifllfirk 'v L 29 '� �Of � N� rtf�aa NotAry Pt lic in and for the State of Residing at Ztm� ,y,yd My Comm. Exp.: •cam 9 /y ES -13-020, Light Operations 4x4 Cargo Van page 18 of 19 Quigley's GM Independent Front Suspension 4x4 system standard features include: independent torsion bar front suspension (IFS) with front axle disconnect, American Axle 9.25" independent differential, 4 wheel anti-lock brakes, GM 2 -speed transfer case, 4x4 indicator light. Some of the added benefits include no increase in vehicle height, improved ride and handling characteristics, lower center of gravity, no lock- out hubs and consisting of 95% GM parts. The following is a list of installed or retained components of the Quigley 4x4 IFS GM system: 1. Conversion to Include: a. front axle, with 3.42, 3.73 or 4.10 axle ratio, American Axle GM K -Series b. axle half shafts GM K -Series c. transfer case, New Venture 2010 GM K -Series d. torsion bars GM K -Series e, lower control arm GM K -Series f. drive shafts, front and rear Dana Spicer / Neapco g. no lock -out hubs required h. 5 year / 100,000 miles Parts and Labor Limited Warranty i. conversion shall not add more than 0.25" to height on gas engines nor 0.50" on diesel engines j. indicator light for front axle engagement 2. Conversion to Retain if so Equipped: a. front brake hoses OEM b. front anti -sway bar OEM c. front and rear shocks OEM d. all steering components OEM e. upper control arm OEM £ brake pads OEM g. brake calipers and brake rotors OEM h. pitman arm OEM i. four wheel Anti -Lock Brake System (ABS) OEM j. Stabilitrac OEM k. Tire Pressure Monitoring System (TPMS) OEM 3. Operating Levers: a. Single lever shift controls for front axle engage, high -neutral -low range. Lever must clear seat when in full back and full forward positions. b. Prime and paint all linkage black. 4. OneratinE, Placard: a. Attach placard to underside of sunvisor. If so required for GSA, an operating instruction placard on dash panel, black lettering on white background. GM Ship Though Code: TCC GM B.A.C. Code: 145060 GSA Option Code in FEDERAL STANDARDS 307: AWDC For Pricing or Ordering Questions contact: Larry Yates 100 Sunset Drive Manchester, Pa. 17345 (717) 266-5631 extl14 (800) 233-9358 FAX (717) 266-6248 E-Mail.larr ,quigley4x4.com Prepared By: administrator BUD CLARY AUTO GROUP 1030 COMMERCE AVE LONGVIEW, WA 98632 Phone: (800) 899-1926 Fax: (360) 577-3684 Email: JSLATER a@BUDCLARY.COM 2014 Fleet/Non-Retail Chevrolet Express Cargo Van RWD 2500 135" CG23 SELECTED MODEL & OPTIONS SELECTED MODEL - 2014 Fleet/Non-Retail CG23405 RWD 2500 135" Code Description CG23405 2014 Chevrolet Express Cargo Van RWD 2500 135" SELECTED VEHICLE COLORS - 2014 FleeVNon-Retail CG23406 RWD 2500 135" Code Description Interior: Medium Pewter Exterior 1: Summit White Exterior 2: No color has been selected. SELECTED OPTIONS - 2014 FleetlNon-RetallITCG23406 RWD 2600 135" CATEGORY Code Description BODY CODE ZW9 BODY, STANDARD (STD) EMISSIONS NEI EMISSIONS, CONNECTICUT, DELAWARE, MAINE, MARYLAND, MASSACHUSETTS, NEW JERSEY, NEW YORK, OREGON, PENNSYLVANIA, RHODE ISLAND, VERMONT AND WASHINGTON STATE REQUIREMENTS ENGINE L20 ENGINE, VORTEC 4.8L V8 SF'I (285 hp [212.5 kW] @ 5400 rpm, 295 lb - ft of torque [398.3 N -m] @ 4600 rpm) (STD) (Includes external engine oil cooler. Standard on CG23405, CG23705, CG33405 and CG33705 models. Reference the Engine/Axle page for availability.) TRANSMISSION Report content is based on current data version referenced. Any performance -related calculations are offered solely as guidelines. Actual unit performance will depend on your operating conditions. GM AutoBook, Data Version: 293.0, Data updated 9/4/2013 © Copyright 1986-2012 Chrome Data Solutions, LP. All rights reserved. Customer File: September 09, 2013 8:27:49 AM Page 1 Prepared By: administrator BUD CLARY AUTO GROUP 1030 COMMERCE AVE LONGVIEW, WA 98632 Phone: (800) 899-1926 Fax: (360) 577-3684 Email: JSLATER@BUDCLARY.COM 2014 Fleet/Non-Retail Chevrolet Express Cargo Van RWD 2500 135" CG23 SELECTED MODEL & OPTIONS SELECTED OPTIONS - 2014 Fleet/Non-Retail CG23405 RWD 2500 135" CATEGORY Code Description TRANSMISSION MYD TRANSMISSION, 6 -SPEED AUTOMATIC, HEAVY-DUTY, ELECTRONICALLY CONTROLLED with overdrive tow/haul mode and internal transmission oil cooler (STD) (Standard on CG23405, CG23705, CG33405 and CG33705 models. Requires (L20) Vortac 4.8L V8 SFI FlexFuel engine or (L96) Vortec 6.0L V6 SFI FlexFuel engine or (LC8) Gaseous 6.OL V8 SFI engine. Reference the Engine/Axle page for mailability.) AXLE GU6 REAR AXLE, 3.42 RATIO (Standard on CGI 3405, CH13405, CG23405, CG23705, CG33405 and CG33705 models. Required with (LU3) Vortec 4.3L V6 MFI engine, (L20) Vortec 4.8L V8 SFI FlexFuel engine, (L96) Vortec 6.OL V8 SFI FlexFuel or (LC8) Gaseous 6.OL V8 SFI engine. Available with (LMF) Vortec 5.31- V8 SFI FlexFuel engine. Reference the Engine/Axle page for availability.) SIDE DOOR E24 DOOR, SWING -OUT PASSENGER -SIDE, 60140 SPLIT (STD) PREFERRED EQUIPMENT GROUP 1 WT PREFERRED EQUIPMENT GROUP includes Standard Equipment SPARE TIRE ZLP TIRE, SPARE LT245175R16E ALL -SEASON, BLACKWALL located at rear underbody of vehicle (STD) (Standard on the CG23405, CG23705, CG33405 and CG33705 models.) PAINT SCHEME ZY1 PAINT, SOLID PAINT 5OU SUMMIT WHITE SEAT TYPE AR7 SEATS, FRONT BUCKET WITH VINYL TRIM and outboard head restraints, includes inboard armrests, (STD) (Requires (**W) interior trim.) SEAT TRIM Report content is based on current data version referenced. Any performance -related calculations are offered solely as guidelines. Actual unit performance will depend on your operating conditions. GM AutoBook, Data Version: 293.0, Data updated 9/4/2013 ©Copyright 1986-2012 Chrome Data Solutions, LP. All rights reserved. Customer File: September 09, 2013 8:27:49 AM Page 2 Prepared By: administrator BUD CLARY AUTO GROUP 1030 COMMERCE AVE LONGVIEW, WA 98632 Phone: (800) 899-1926 Fax: (360) 577-3684 Email: JSLATER@BUDCLARY.COM 2014 Fleet/Non-Retail Chevrolet Express Cargo Van RWD 2500 135" CG23 SELECTED MODEL & OPTIONS SELECTED OPTIONS - 2014 Fleet/Non-Retail CG23405 RWD 2500 135" CATEGORY Code Description SEAT TRIM 93W MEDIUM PEWTER, VINYL SEAT TRIM SEATING ARRANGEMENT ZX2 SEATING ARRANGEMENT, DRIVER AND FRONT PASSENGER HIGH - BACK BUCKETS with head restraints and vinyl or cloth trim (STD) AIR CONDITIONING R6G AIR CONDITIONING DELETE (Not available with (YF2) Ambulance Package or (DE5) outside heated, power -adjustable Black mirrors.) *CREDIT* RADIO UM7 AUDIO SYSTEM, AM/FM STEREO with seek -and -scan, digital clock and 2 front door speakers ADDITIONAL EQUIPMENT G80 DIFFERENTIAL, HEAVY-DUTY LOCKING REAR (Included with (YF2) Ambulance Package.) KG3 ALTERNATOR, 145 AMPS (Included with CG 13405 with (LU3) Vortec 4.3L V6 MFI engine. Included with (C69) rear air conditioning or (PCH) Hotel Shuttle Package.) Z82 TRAILERING EQUIPMENT, HEAVY-DUTY includes traiiering hitch platform and 7 -pin sealed connector (Includes (UY7) 7 -lead trailer wiring harness. Required with (FHZ) Dedicated Compressed Natural Gas (CNG) system.) UY7 TRAILER WIRING, 7 -PIN SEALED CONNECTOR (Included with (Z82) heavy-duty trailering equipment.) Al2 GLASS, FIXED REAR DOORS WINDOWS (Included and only available when (ZW*) is ordered. Included with (YF2) Ambulance Package) ZW2 GLASS, FIXED REAR DOORS (May upgrade fixed glass to swing -out glass, see (A18) rear cargo door windows swing -out glass. Not available with (PCH) Hotel Shuttle Package.) D31 MIRROR, INSIDE REARVIEW MANUAL DAYINIGHT (Included with (ZW*) Glass Packages or (UVC) Rear Vision Camera when (UYS) Audio system with navigation is not ordered.) Report content is based on current data version referenced. Any performance -related calculations are offered solely as guidelines. Actual unit performance will depend on your operating conditions. GM AutoBook, Data Version: 293.0, Data updated 9/4/2013 © Copyright 1986-2012 Chrome Data Solutions, LP. All rights reserved. Customer File: September 09, 2013 8:27:49 AM Page 3 Prepared By: administrator BUD CLARY AUTO GROUP 1030 COMMERCE AVE LONGVIEW, WA 98632 Phone: (800) 899-1926 Fax: (360) 577-3684 Email: JSLATER@BUDCLARY.COM 2014 Fleet/Non-Retail Chevrolet Express Cargo Van RWD 2500 135" CG23 SELECTED MODEL & OPTIONS SELECTED OPTIONS - 2014 FleeVNon-Retail CG23405 RWD 2500 135" CATEGORY Code Description SPECIAL EQUIPMENT OPTIONS 8S3 BACKUP ALARM, 97 DECIBELS Rear frame mounted back-up alarm (Requires models *G13405, *G23*05 or *G33*05. With Model *G13405 Requires RPO (LU3) Vortec 4.3L V6 MFI engine. Not available with RPO (PRP) Express Access package, RPO (ZR7) Chrome Appearance Package, RPO (UJ1) brake warning indicator or (LC8) 6.OL V8 SFI Gaseous engine.) OPTIONS TOTAL Report content is based on current data version referenced. Any performance -related calculations are offered solely as guidelines. Actual unit performance will depend on your operating conditions. GM AutoBook, Data Version: 293.4, Data updated 9/4/2013 © Copyright 1986-2012 Chrome Data Solutions, LP. All rights reserved. Customer File: September 09, 2013 8:27:49 AM Page 4 Prepared By: administrator BUD CLARY AUTO GROUP 1030 COMMERCE AVE LONGVIEW, WA 98632 Phone: (800) 899-1926 Fax: (360) 577-3684 Email: JSLATER@BUDCLARY.COM 2014 Fleet/Non-Retail Chevrolet Express Cargo Van RWD 2500 135" CG23 STANDARD EQUIPMENT STANDARD EQUIPMENT - 2014 Fleet/Non-Retail CG23406 RWD 2500 135" ENTERTAINMENT • Audio system, radio provisions only. Includes alarm warning chimes, radio wiring harness, radio antenna and 2 front door speakers EXTERIOR • Wheels, 4 - 16" x 6.5" (40.6 cm x 16.5 cm) steel includes Gray center caps and steel spare (Standard on CG23405, CG23705, CG33405 and CG33705 models.) • Tires, front LT245175R16E all -season, b[ackwa]I (Standard on the CG23405, CG23705, CG33405 and CG33705 models.) • Tires, rear L7245175R16E all -season, blackwail (Standard on the CG23405, CG23705, CG33405 and CG33705 models.) • Tire, spare LT245175R16E all -season, blackwail located at rear underbody of vehicle (Standard on the CG23405, CG23705, CG33405 and CG33705 models.) • Door, swing -out passenger -side, 60140 split • Bumpers, front and rear painted Black with step -pad (Deleted when (ZR7) Chrome Appearance Package is ordered.) • Grille, Black composite with single rectangular halogen headlamps (Not available with (ZR7) Chrome Appearance Package.) • Headlamps, single halogen (Not available with (ZR7) Chrome Appearance Package.) • Mirrors, outside manual, Black • Glass, Solar -Ray light -tinted, all windows • Wipers, front intermittent wet -arm with pulse washers • License plate kit, front Report content is based on current data version referenced. Any performance -related calculations are offered solely as guidelines. Actual unit performance will depend on your operating conditions. GM AutoBook, Data Version: 293.0, Data updated 9/4/2013 Copyright 1986-2012 Chrome Data Solutions, LP. All rights reserved. Customer File: September 09, 2013 8:27:49 AM Page 5 Prepared By: administrator BUD CLARY AUTO GROUP 1030 COMMERCE AVE LONGVIEW, WA 98632 Phone: (800) 899-1926 Fax: (360) 577-3684 Email: JSLATER@BUDCLARY.COM 2014 Fleet/Non-Retail Chevrolet Express Cargo Van RWD 2500 135" CG23 STANDARD EQUIPMENT STANDARD EQUIPMENT - 2014 Fleet]Non-Retail CG23405 RWD 2540 135" INTERIOR • Seats, front bucket with vinyl trim and outboard head restraints, includes inboard armrests. (Requires (**W) interior trim.) • Seating arrangement, driver and front passenger high -back buckets with head restraints and vinyl or cloth trim • Air conditioning, single -zone manual • Console, engine cover with open storage bin • Floor covering, full-length Black rubberized -vinyl (Not available with (YF2) Ambulance Package or (RFM) rear floor covering delete.) • Steering wheel, steel sleeve column with theft -deterrent locking feature, Black • Instrumentation, analog with speedometer, odometer with trip odometer, fuel level, voltmeter, engine temperature and oil pressure • Oil life monitor + Warning tones, headlamp on and key -in -ignition • Driver Information Center includes fuel range, average speed, oil life, tire pressure monitoring, fuel used, ice warning, engine hours, average fuel economy, tachometer, and maintenance reminders. Compass and outside temperature available if equipped. (When (FHZ) Dedicated Compressed Natural Gas (CNG) system is ordered, includes average speed, oil life, tire pressure monitoring, ice warning, engine hours, tachometer and maintenance reminders. Compass and outside temperature available if equipped.) • Door locks, power with lock -out protection (NOTE: Does not include (ATG) Remote Keyless Entry. (ATG) Remote Keyless Entry must be ordered separately.) • Tow/haul mode selector, instrument panel -mounted • Theft -deterrent system, vehicle, PASS -Key III • Defogger, side windows • Cup holders, 3 on the engine console cover • Power outlets, 2 auxiliary on engine console cover with covers, 12 -volt • Trim panels, hinged rear side doors and hinged rear doors • Headliner, cloth, over driver and passenger + Visors, driver and front passenger, cloth, padded Report content is based on current data version referenced. Any performance -related calculations are offered solely as guidelines. Actual unit performance will depend on your operating conditions. GM AutoBook, Data Version: 293.0, Data updated 9/4/2013 O Copyright 1986-2012 Chrome Data Solutions, LP. All rights reserved. Customer File: September 09, 2013 8:27:49 AM Page 6 Prepared By, administrator BUD CLARY AUTO GROUP 1030 COMMERCE AVE LONGVIEW, WA 98632 Phone: (800) 899-1926 Fax: (360) 577-3684 Email: JSLATER@BUDCLARY.COM 2014 Fleet/Non-Retail Chevrolet Express Cargo Van RWD 2500 135" CG23 STANDARD EQUIPMENT STANDARD EQUIPMENT - 2014 Fleet/Non-Retail CG23405 RWD 2500 136" • Assist handle, front passenger • Lighting, interior with 2 dome lights, defeat switch and door handle -activated switches Report content is based on current data version referenced. Any performance -related calculations are offered solely as guidelines. Actual unit performance will depend on your operating conditions. GM AutoBook, Data Version: 293.0, Data updated 9/4/2013 © Copyright 1986-2012 Chrome Data Solutions, LP. All rights reserved. Customer File: September 09, 2013 8:27:49 AM Page 7 Prepared By: administrator BUD CLARY AUTO GROUP 1030 COMMERCE AVE LONGVIEW, WA 98632 Phone: (800) 899-1926 Fax: (360) 577-3684 Email: JSLATER@BUDCLARY.COM 2014 Fleet/Non-Retail Chevrolet Express Cargo Van RWD 2500 135" CG23 STANDARD EQUI'PM'ENT STANDARD EQUIPMENT - 2014 FleeVNon-Retail CG23405 RWD 2500 135" MECHANICAL • Engine, Vortec 4.8L V8 SFI (285 hp 1212.5 kW] @ 5400 rpm, 295 Ib -ft of torque [398.3 N -m] @ 4600 rpm) (Includes external engine oil cooler. Standard on CG23405, CG23705, CG33405 and CG33705 models. Reference the Engine/Axle page for availability.) • Transmission, 6 -speed automatic, heavy-duty, electronically controlled with overdrive tow/haul mode and internal transmission oil cooler (Standard on CG23405, CG23705, CG33405 and CG33705 models. Requires (L20) Vortec 4.8L V8 SFI FlexFuel engine or (1-96) Vortec 6.OL V8 SFI FlexFuel engine or (LC8) Gaseous 6.0L V8 SFI engine. Reference the Engine/Axle page for availability.) • Rear axle, 3.42 ratio (Standard on CG13405, CH13405, CG23405, CG23705, CG33405 and CG33705 models. Required with (LU3) Vortec 4.3L V6 MF1 engine, (L20) Vortec 4.8L V8 SFI FlexFuel engine, (L96) Vortec 6.OL V8 SFI FlexFuel or (LC8) Gaseous 6.OL V8 SFI engine. Available with (LMF) Vortec 5,3L V8 SFI FlexFuel engine. Reference the Engine/Axle page for availability.) • Body, standard • Transmission oil cooler, external (Included and only available with (1-20) Vortec 4.8L V8 SFI FlexFuel engine or (1-96) Vortec 6.OL V8 SFI FlexFuel engine.) • Rear wheel drive • Battery, 600 cold -cranking amps, maintenance -free with rundown protection and retained accessory power • Alternator, 105 amps (Not available with CG13405 or CH13405 models.) • Frame, full-length box ladder -type • GVWR, 8600 lbs. (3901 kg) (Standard on CG23405 or CG23705 models. Reference the Engine/Axle page for availability.) • Suspension, front independent with coil springs and stabilizer bar (Requires CG13405, CG23405, CG23705, CG33405 and CG33705 models.) • Suspension, rear hypoid drive axle with multi -leaf springs • Steering, power • Brakes, 4 -wheel antilock, 4 -wheel disc • Fuel tank capacity, mid -frame and approximately 31 gallons (117.3L) • Exhaust, aluminized stainless-steel muffler and tailpipe Report content is based on current data version referenced. Any performance -related calculations are offered solely as guidelines. Actual unit performance will depend on your operating conditions. GM AutoBook, Data Version: 293.0, Data updated 9/4/2013 OO Copyright 1986-2012 Chrome Data Solutions, LP. All rights reserved. Customer File: September 09, 2013 8,27:49 AM Page 8 Prepared By: administrator BUD CLARY AUTO GROUP 1030 COMMERCE AVE LONGVIEW, WA 98632 Phone: (800) 899-1926 Fax: (360) 577-3684 Email: JSLATER@BUDCLARY.COM 2014 Fleet/Non-Retail Chevrolet Express Cargo Van RWD 2500 135" CG23 STANDARD EQUIPMENT STANDARD EQUIPMENT - 2014 Fleet/Non-Retail CG23405 RWD 2500 135" PACKAGE • Convenience Package, power windows and door locks (Includes power windows and (AU3) power door locks. NOTE: Does not include (ATG) Remote Keyless Entry. (ATG) Remote Keyless Entry must be ordered separately.) SAFETY • Brake/transmission shift interlock, for automatic transmissions • StabiliTrak, traction assistance and vehicle stability enhancement system • Door beams, steel -side • Daytime Running Lamps • Air bags, frontal, driver and right -front passenger (Includes passenger -side air bag deactivation switch on models CG23405, CG23705, CG33405 and CG33705. Not available with (ZX1) driver only high -back bucket seat or (AJ3) driver -side only frontal air bag. Always use safety belts and the correct child restraints. Children are safer when properly secured in a rear seat in the appropriate child restraint. See the Owner's Manual for more information.) • Air bag deactivation switch, frontal, passenger -side (Requires (C6P) 8600 lbs. (3901 kg) GVWR or (C6Y) 9600 lbs. (4354 kg) GVWR. Always use safety belts and the correct child restraints. Children are safer when properly secured in a rear seat in the appropriate child restraint. See the Owner's Manual for more information.) • Tire Pressure Monitoring System (does not apply to spare tires) Report content is based on current data version referenced. Any performance -related calculations are offered solely as guidelines. Actual unit performance will depend on your operating conditions. GM AutoBook, Data Version: 293.0, Data updated 9/4/2013 O Copyright 1986-2012 Chrome Data Solutions, LP. All rights reserved. Customer File: September 09, 2013 8:27:49 AM Page 9 OF gOHTAN r BIDDER'S CHECKLIST ARSB A1� 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. E5-13-020, Light Operations 4x4 Cargo Van page 19 of 19