Loading...
HomeMy WebLinkAbout4.463 Original Contract j; <-I. </ u~ CONTRACT DOCUMENTS for Vehicle Replacements PURCHASE CONTRACT NO. 04-02 CITY OF PORT ANGELES WASHINGTON March 10, 2004 GLENN A. CUTLER, P.E., DIRECTOR OF PUBLIC WORKS & UTILITIES KEN RIDOUT, DEPUTY DIRECTOR OF OPERATIONS Reviewed by: Rer;:: / 'xJ ;t;;~- City Attorney' ~~~ v,:rzroz- Fleet Manag _ " . .. . ,,' .:r , March 10, 2004 CITY OF PORT ANGELES INVITATION TO BID for Vehicle Replacements Sealed bids will be received by the Director of Public Works & Utilities until 2:00 PM Thursday, March 25, 2004 and will be opened and read in the Public Works conference room, main floor, Port Angeles City Hall, 321 East Fifth Street, Port Angeles, Washington 98362. Bids will be taken for: (2) 1 Ton Cab and Chassis 4x2 (same options on both) (1) HD 3/4 Ton 4x2 (2) % Ton Pickups 4x2 (same options on both) (1) Mid-Size Utility Vehicle 4x4 (2) Small Extended Cab Pickups 4x2 (same options on both) (2) Cargo Vans 4x2 (separate options lists) The equipment to be bid includes the vehicles as listed above, or approved equal, hereinafter collectively called the "equipment." Bid documents may be obtained by calling Kathy Trainor at (360) 417-4724. Technical questions regarding this bid should be addressed to Ralph Hoffman at (360) 417-4835. All bids must be on the form provided. Faxed bids shall not be accepted. The City of Port Angeles reserves the right to reject any or all bids and to waive informalities in the bidding process. The contract will be awarded to the lowest responsible bidder. Minority and women owned businesses shall be afforded full opportunity to submit bids in response to this invitation, shall not be discriminated against on the grounds of sex, race, color, age, national origin or handicap in consideration of an award of any contract or subcontract, and shall be actively solicited for participation in this project by direct mailing of the invitation to bid to such businesses as have contacted the City for such notification. Further, all bidders are directed to solicit and consider minority and women owned businesses as potential subcontractors and material suppliers for this project. Bids must be sealed with the outside of the envelope marked BID OPENING DATE March 25, 2004, PURCHASE CONTRACT NO. 04-02. The SCHEDULE(S) you are bidding on, along with the NAME AND ADDRESS OF THE BIDDER; must also appear on the outside of the envelope. Bids shall be addressed to the Director of Public Works & Utilities, PO Box 1150, 321 East Fifth Street, Port Angeles, Washington 98362. Glenn A. Cutler, Director PUBLISH: Peninsula Daily News: March 10,2004 , . " . .' .. INSTRUCTIONS FOR BIDDERS Equipment Bids BID SUBMITTAL: All bids must be sealed with the outside of the envelope marked with the BID OPENING DATE, EQUIPMENT PROJECT NUMBER or PROJECT NAME and SCHEDULE(S) YOU ARE BIDDING ON. The NAME AND ADDRESS OF THE BIDDER shall also appear on the outside of the envelope. Bids shall be directed to the Director of Public Works & Utilities, and mailed to PO Box 1150, or delivered to 321 East Fifth Street, Port Angeles, Washington 98362. It is the intent of the attached specifications to describe the minimum requirements for the equipment requested in sufficient detail to secure bids on comparable equipment. All parts for body or chassis which are necessary in order to provide a complete unit, meeting all safety requirements, and ready for operation, shall be Included in the bid and shall conform In strength, quality of workmanship and material to that which is usually provided the trade In general. Any variance from the specifications or standards of quality must be clearly pOinted out in writing by the bidder. Do not make reference to brochures or supporting literature on the bid sheet. All notations for bid compliance or exceptions are to be made on the bid sheet or on a plain piece of paper attached and referenced to the bid item. Bidders are not required to bid on all vehicles and may therefore, bid on only one or all schedules (vehicles) listed A through G Bidders are required to bid all options pertaining to each schedule selected. Failure to do so could be cause for the bid to be considered non-responsive. Bid award will be based on lowest responsive bid for each schedule (vehicle) with options included in invitation. If a bidder's corporate policy mandates use of an official quotation form, It may be submitted. However, the cost data must be duplicated on the City's bid cost data and agreement sheet. The City's bid sheet must be signed by the bidder or its agent in order for the proposal to be accepted. If alternate equipment is proposed, bidders are required to submit a separate bid sheet for each unit offered. All bids must be made on the required bid form and in cases of errors in the extension of prices in the bid, the unit prices will govern All blank spaces for bid prices must be filled in, with ink or typewritten, and the bid form must be fully completed and executed when submitted. Only one copy of the bid form is required. Faxed bids will not be accepted. Failure to adhere to instructions may constitute disqualification of proposal. COMPLIANCE WITH SPECIFICATIONS: The equipment must be in accordance with the specifications. Any variation proposed by the successful bidder must be approved In writing by the City priorto the change. Such Variations, regardless of whether there is any adjustment In the contract amount, must be confirmed by a fully-signed change order Failure to follow thiS procedure can result in nonacceptance of the equipment by the City. Failure on the Contractor's part to comply with any specification herein, once the bid is accepted by the City, will be grounds for disqualification of the bid and termination of the contract All items called for In the speCifications, including but not limited to the equipment constructed as shown, and the necessary manuals, must be complied with before the final payment can be processed. Where the description of an Item Includes both specifications and a brand name and number, the specifications shall govern In case of conflict. Brand name and number are for reference as to the type and quality reqUired and do not preclude offers of a comparable or better product, prOVided full specifications and descriptive literature accompany the offer. Failure to Include full descriptive literature may be cause to reject the offer. The term "approved equal" shall mean that the quality of equipment must be equal to the named reference and receive the approval of the City. The City shall be the sole arbiter In the determination of equality, and it reserves the right to reject any and all bids and to accept the bid or bids which In ItS sole and absolute Judgment will, under all Circumstances, best serve the interest of the City. WARRANTY: One year. 100% parts and labor. The successful bidder shall warranty all work performed under this contract for a period of one (1) year from the date of " .' .' delivery. If any failure to meet the foregoing warranty appears within one (1) year after the date first placed in use, Contractor will correct by repair or replacement and provide that each repair or replacement will carry thiS same warranty for two (2) full years starting upon completion of said repairs or replacement. The Contractor shall be responsible for all removal costs into and out of the location(s) owner has designated wherever a repair or replacement is required. The foregoing shall not negate any other warranties of Contractor, expressed or Implied by operation of law. Latent defects' Notwithstanding any other clause In this contract, should a "latent defect" in the work be discovered during the five (5) year period after the work has been accepted by the City, It shall be the Contractor's responsibility to repair or replace the work A "latent defect" IS defined as a defect which reasonable careful Inspection will not reveal, or a defect which could not have been discovered by any known or customary test. Warranty work shall Include both parts, labor, and transportation to Contractor's facility when required. Warranty work shall be performed in a timely and professional manner to City satisfaction in a manner best serving the interests of the City. Warranty work requinng more than three (3) days absence of the equipment will require the bidder to provide adequate back-up as a temporary replacement to the equipment having warranty work done. This will allow operational work to continue at the City of Port Angeles. Vendor agrees to these warranty provisions by signing the bid proposal. SAFETY: This unit shall completely comply with all State and Federal laws, rules, regulations and codes in effect at the time of delivery. The Unit shall be tested by the successful bidder for compliance with all OSHAlWISHA regulations and the State Department of Labor and Industnes Electrical Workers Safety Rules. DELIVERY & ACCEPTANCE: The successful bidder shall be responsible for delivery to the City's garage in Port Angeles, Washington, between the hours of 8:00 AM and 3:30 PM during the City's normal work day Delivery shall be made within the time period specified on the bid. Construction must be in accordance with the specifications. Any variation proposed by the successful bidder must be approved by the City prior to the change Such variations, regardless of whether there IS any adjustment In the contract amount, must be confirmed by a fullY-Signed change order. Failure to follow this procedure can result in nonacceptance of the unit by the City. All Items called for In the specification, including but not limited to the unit constructed as shown, and the necessary manuals, must be compiled with before the final Invoice can be processed. GENERAL INFORMATION: The City of Port Angeles reserves the nght to consider delivery time and may waive any informalities or minor defects or reject any and all bids. Any bid may be withdrawn prior to the above scheduled time for the opening of bids or authonzed postponement thereof. Any bid received after the time and date specified shall not be considered. No Bidder will be permitted to Withdraw its proposal between the closing time for receipt of proposals and the execution of contract, unless the award is delayed for a penod exceeding sixty (60) calendar days. The City of Port Angeles may, at its option, In awarding thiS purchase contract, take into consideration the revenue it would receive from purchasing the equipment from a supplier located Within its boundaries, in accordance With RCW 39.30.040. Offers made In accordance with the Invitation to Bid shall be good and firm for the penod specified in the bid unless the Bidder specifically limits ItS offer to a shorter penod by written notification on the bid document However, bids so modified may be declared non responsive. Minority and women owned businesses shall be afforded full opportunity to submit bids In response to this Invitation, shall not be discriminated against on the grounds of sex, race, color, age, national origin or handicap In conSideration of an award of any contract or subcontract, and shall be actively soliCited for participation In this project by direct mailing of the invitation to bid to such bUSinesses as have contacted the City for such notification. Further, all bidders are directed to solicit and consider minority and women owned businesses as potential subcontractors and matenal suppliers for this proJect. Signing of the bid sheet by Contractor and subsequent acceptance by the City of the lowest responsible bid will constitute a binding agreement between the City and Contractor Contractor " .-' understands and agrees that no contract payment will be made until the City certifies that all stated specifications have been complied with and the equipment is delivered and accepted by the City Bids will be evaluated and submitted to the City Council for approval as soon as possible after bid opening. All bidders will be notified of results in wnting. Upon award of the contract to the successful bidder, the City will send the Contractor duplicate, complete sets of Contract Documents, which will Include the City's Purchase Order ReqUisition. The Purchase Order Requisition will include the final agreed upon price and the specific equipment and options being purchased. The Contractor will then Sign the duplicate sets of Contract Documents and return them for signing by the City. Each party will retain a fully executed set of the Contract Documents The Invitation to Bid IS released by the City of Port Angeles Public Works and Utilities Department, which shall act as sole point of contact for administration of the bidding. Questions should be directed to Ralph Hoffman, Fleet Manager, (360) 417-4835; or Ken Ridout, Deputy Director of Operations, (360) 417-4802. .' .' CITY OF PORT ANGELES STANDARD TERMS AND CONDITIONS PURCHASE CONTRACT THE PURCHASE CONTRACT INCLUDES THE FOLLOWING TERMS AND CONDITIONS AND THE PUBLISHED RULES, REGULATIONS, AND LAWS OF THE CITY OF PORT ANGELES AND THE STATE OF WASHINGTON, WHICH ARE HEREBY INCORPORATED BY REFERENCE. 1. CHANGES: No alteration in any of the terms, conditions, delivery price, quality, quantities, or specification will be effective without written consent of the appropriate representative of the City. 2. HANDLING: No charges will be allowed for handling, including but not limited to packing, wrapping bags, containers or reels, unless otherwise stated herein. 3. DELIVERY & ACCEPTANCE: For any exception to the delivery date as specified In this Contract, Contractor shall give prior notification and obtain written approval thereto from the City. Time is of the essence and the Contract is subject to termination for failure to deliver as specified and/or appropriate damages. The acceptance by the Purchaser of late performance with or without objection or reservation shall not waive the right to claim damage for such breach nor constitute a waiver of the requirements for the timely performance of any obligation remaining to be performed by Contractor. The successful bidder shall be responsible for delivery to the City's garage in Port Angeles, Washington, between the hours of 8:00 AM and 3:30 PM during the City's normal work day. Delivery shall be made within the time period specified on the bid. 4. DAMAGES FOR DELAY: Delays add cost to the City in the form of time needed for operational duties, administration and supervision and in the form of replacement equipment rental. Because the City finds it impractical to calculate all of the actual cost of delays, it has adopted the following to calculate liquidated and actual damages for failure to complete the delivery of the equipment/material on time. Accordingly, the Contractor agrees to the following: a. To pay liquidated damages in the amount of $25 for each working day beyond the number of working days established for physical delivery of the equipment/material. b. To pay actual damages equal to the actual cost to the City for rental of equipment necessary for the user Department to continue with its operations. c. To authOrIze the City to deduct these liquidated and actual damages from any money due or coming due to the Contractor. 5. PAYMENTS, CASH DISCOUNT, LATE PAYMENT CHARGES: Invoices will not be processed for payment until receipt of a properly completed invoice or invoiced items, whichever is later. 6. SHIPPING INSTRUCTIONS: Unless otherwise specified, all goods are to be shipped prepaid, F.O.B. Destination. 7. REJECTION: All goods or materials purchased herein are subject to approval by the Purchaser. Any rejection of goods or material resulting because of non-conformity to the terms and specifications of this Contract, whether held by the Purchaser or returned, will be at Contractor's risk and expense. .1 8. IDENTIFICATION: All invoIces, packing lists, packages, shipping notices, Instruction manuals, and other written documents affecting this Contract shall contain the applicable purchase contract number. 9. INFRINGEMENTS: Contractor agrees to protect and hold harmless the Purchaser against all claims, suits or proceedings for patent, trademark, cOPYright or franchise infringement arising from the purchase, installation, or use of goods and materials ordered, and to assume all expenses and damages arising from such claims, suite or proceedings. 1 O.W ARRANTIES: Contractor warrants that articles supplied under this Contract conform to specifications herein and are fit for the purpose for which such goods are ordinarily employed, except that if a particular purpose is stated, the material must then be fit for that particular purpose. 11. ASSIGNMENTS: The provisions or moneys due under this Contract shall only be assignable with prior written consent of the Purchaser. 12.TAXES: Unless otherwise indicated the Purchaser agrees to pay all State of Washington sales or use tax. No charge by Contractor shall be made for federal excise taxes, and the Purchaser agrees to furnish Contractor, upon acceptance of articles supplied under this Contract with an exemption certificate. 13. LIENS, CLAIMS AND ENCUMBRANCES: Contractor warrants and represents that all the goods and materials ordered herein are free and clear of all liens, claIms, or encumbrances of any kind. 14. RISK OF LOSS: Regardless of FOB point, Contractor agrees to bear all risks of loss, injury or destruction of goods and materials ordered herein which occur prior to delivery. Such loss, injury or destruction shall not release Contractor from any obligation hereunder. 15 HOLD HARMLESS: Contractor shall protect, indemnify, and hold the Purchaser harmless from and against any damage, cost or liability for any injuries to persons or property arising from acts or omissions of Contractor, its employees, agents or subcontractors howsoever caused. 16. LABOR AND INDUSTRIES: Contractor is required to the extent applicable, to procure Labor and Industries permits LI 700-7 and LI 700-29 and abide by the requirements thereof. Copies of "Statement of Intent to Pay Prevailing Wages" and "Affidavit of Wages Paid" shall be submitted to the City Clerk and Department of Labor and Industries. 17. ANTI-TRUST: Contractor and the Purchaser recognize that in actual economic practice overcharges resulting from anti-trust violations are In fact borne by the Purchaser. Therefore, Contractor hereby assigns to the Purchaser any and all claims for such overcharges. 18. DEFAULT: Contractor shall be liable for damages suffered by the Purchaser resulting from Contractor's breach of Contract. The Contractor covenants and agrees that in the event suit is instituted by the Purchaser for any default on the part of the Contractor, and the Contractor is adjudged by a court of competent jurisdiction to be in default, Contractor shall pay to the Purchaser all costs, expended or incurred by the Purchaser in connection therewith, and reasonable attorney's fees. The Contractor agrees that the Superior Court of the State of Washington shall have jurisdiction over any such suit, and that venue shall be laid In Clallam County. 19. BRANDS: When a special brand is named it shall be construed solely for the purpose of indicating the standards of quality, performance, or use desired. Brands of equal quality, performance, and use shall be considered, provided the bidder specifies the brand and model and submits descriptive literature when available. Any bid containing a brand which is not of equal quality, performance, or use specified must be represented as an alternate and not as an equal, and failure to do so shall be sufficient reason to disregard the bid. 20. SAFETY: The equipment shall completely comply with all State and Federal laws, rules, regulations and codes in effect at the time of delivery. The equipment shall be tested by the successful bidder for compliance with all OSHA! WISHA regulations and the State Department of Labor and Industries Electrical Workers Safety Rules. 21. ACCEPTANCE: BY ACCEPTING THIS PURCHASE CONTRACT IN WRITING OR BY DELIVERING THE MATERIAL ORDERED, CONTRACTOR ACCEPTS ALL OF THE TERMS AND CONDITIONS SET FORTH. FORMAL OBJECTION IS HEREBY MADE BY THE PURCHASER TO ANY ADDITIONAL OR DIFFERENT TERMS PROPOSED BY VENDOR CONTRACTOR AS A CONDITION OF ACCEPTANCE OR DELIVERY. .' PURCHASE CONTRACT THIS AGREEMENT is made and entered into this ~ay of ~.u/ ,2ofli, between the City of Port Angeles (hereinafter called the "Purchas~ell Auto Mall (hereinafter called the "Contractor", "Vendor", or "Bidder"). WITNESSETH: That the Purchaser and the Contractor, in consideration of the performance of the terms and conditions hereinafter mentioned, agree as follows: ARTICLE I CONTRACT DOCUMENTS The complete contract includes the Invitation to Bid, the Instructions to Bidders, the Bid, the Specifications, the Standard Terms and Conditions, the Purchase Order Requisition, and the Purchase Contract. The foregoing documents shall hereinafter be called "Contract Documents" or "Contract". All obligations of the Purchaser and the Contractor are fully set forth and described herein. In the event of a discrepancy between any of the Contract Documents, as above defined, the Purchaser shall give a written interpretation thereof, which interpretation shall govern. ARTICLE II CONTRACT COST The Contractor agrees to sell and deliver to the Purchaser, at the delivery point specified in the Instructions to Bidders, and the Purchaser agrees to purchase and receive from Contractor the equipment as described and set forth in the Contract Documents and the provisions of the Contractor's bid attached and made a part hereof. ARTICLE III ASSIGNMENT The Contractor shall not assign any of its responsibility under this Contract without the express written consent of the Purchaser. ARTICLE IV APPLICABLE LAW AND VENUE This Contract shall be governed by, and construed in accordance with, the applicable laws of the State of Washington. Any legal proceedings to determine the rights and obligations of the parties hereunder shall be brought and heard in Clallam County Superior Court. ARTICLE V NONDISCRIMINATION During the performance of this Contract, the parties shall conduct their business in a manner which assures fair, equal and nondiscriminatory treatment of all persons, without respect to race, creed, color, sex, Vietnam era veteran status, disabled veteran condition, physical or mental handicap, or national origin, and, in particular: 1. The parties will maintain open hiring and employment practices and will welcome applications for employment in all positions from qualified individuals who are members of the above stated minorities. 2. The parties will comply strictly with all requirements of applicable federal, state or local laws or regulations issued pursuant thereto, relating to the establishment of nondiscriminatory requirements in hiring an employment practices and assuring the service of all patrons and customers without discrimination with respect to the above-stated minority status. ARTICLE VI TERMINATION OF CONTRACT In the event that any of the provisions of this Contract are violated by the Contractor or the Contractor's subcontractors, the Purchaser may serve written notice of intention to terminate such Contract upon the Contractor, which notice shall specify the reasons therefore. Unless within thirty (30) days after serving such notice upon the Contractor such violation shall cease and an arrangement for the correction thereof satisfactory to the Purchaser be made, the Contract shall, upon the expiration of the said thirty (30) days, cease and terminate. In the event of any such termination, the Purchaser may purchase the materials necessary for complete performance of this Contract for the account and at the expense of the Contractor, and the Contractor shall be liable to the Purchaser for any excess cost thereby. ARTICLE VII SEVERABILITY If any term or condition of this Contract or the application thereof to any person(s) or circumstances is held invalid, such invalidity shall not affect other terms, conditions, or applications which can be given effect without the invalid term, condition, or application. To this end the terms and conditions of this Contract are declared severable. ARTICLE VIII WAIVER Waiver of any breach of any term or condition of this Contract shall not be deemed a waiver of any prior or subsequent breach, no term or condition of this Contract shall be held to be waived, modified, or deleted except by a written instrument signed by the parties hereto. RUDDELL AUTO MALL CITY OF PORT ANGELES BY:~ Ar ~ Title: P~..O~ Dated: 5"' -3 -0 '"l BY:~~ J Dated: ---7'~ y ATTEST: ATTEST: i1;:t~: ik- City Attorney ~ \ " \,:1 ;'/ " - {, '"' " ' , " ' " City of Port Angeles Invitation for Bid Purchase Contract 04-02 Schedule A (2) 1 Ton Cab & Chassis 4x2 (2) 1 Ton Cab & Chassis 4x2 Make/Model Gmc.. S\ 'i.M-I+. '517\\E f> 1 &> Pricing for (2) 1 Ton Cab & Chassis 4x2 3 F;l.JD R f~ e."A-- ~ Base Price: $ <;1ltrt- 81 0 3'OZhO. fJ<( Adjusted Price: $ Options: (list attached) $ Subtotal: WSS tax: ~ % Title Application Fee: $ 35 J99L\ "3. 095. </ '6 , ;:)07 rOD 39 J 089,4-8 ot 39</J?--h 46 flU Total Vehicle Cost (2): $ 2,q I :J-9(p. 'I B ADDENDA ACKNOWLEDGMENT: The bidder hereby acknowledges that it has received Addenda Nos. A - c;. to this project manua1. Dealer: RvOOi-L--L Nn> MftvL- 110 6oL--+ co lJ fl-s'L (l...f) f'Dit-.,- I'41u~L ~~l W ~ ~~5G.) Contact: -1WuM2-0 R.uO()f- '-L Phone: z,~o Lls;)-. "~d d- FederalID #: ~trD J.~3 18D M L 000/ vfv f Signature of authorized agent: (required) X: u,a,~ Date: ~- 2.5" - D4- J' Current Contract Information SCHEDULE A ,Contract No. 05703 (05702 Contract Extension) Price Sheet Order Form Page 1 TO ORDER COMPLETE PRICE SHEETS AND SUBMIT WITH STATE FORM A-15A PURCHASE REQUISITION TO OFFICE OF STATE PROCUREMENT BEFORE MARCH 31, 2004. TO MINIMIZE PRODUCTION DELAYS ORDER AS EARLY AS POSSIBLE. TRUCK 11,400# GVWR REGULAR CAB & CHASSIS (4X2) VEHICLE TYPE' 11,400# GVWR REGULAR CAB & CHASSIS (4X2) MAKE/MODEL:CHEVROLET SIL VERADO 3500 EQUIPMENT INCLUDED IN NET PRICE 137" Wheelbase 60" cab to axle regular cab & chassis 11,400# GVWR, dual rear wheels 6.0 liter, 8 cylinder gas engine A1r Bags, driver & passenger w/deactivation switch Automatic overdrive transmission Air Conditioning LT215/75R16D steel belted all season radial mes (7) Matching spare me and wheel mounted on veh. frame Factory jack, lug wrench lID power brakes, 4 wheel anti-lock lID shocks, springs, stabIlizer bars (f & r) Intermittent Wlpers Dome light lID Vinyl 40/20/40 Split bench seat with head restraints Headliner, door tnm panels, Rubber floor covermg Four Sets of Keys Backup Alarm, E1ectric* Low Mount, extended arm mirrors DEALER: BUD CLARY CHEROLET (30859) PO Box 127 Longview, W A 98632 DELIVERY: 90-120 Days Maximum cooling-radiator, engme oil, transmission AMlFM radio wi clock Power steering 105 AMP alternator 600 CCA battery CIgarette lighter I Auxiliary power source Tach, Oil pressure, temp & voltmeter gauges 50 gallon fuel capacity Tinted glass all around All factory standard eqUIpment including: 4.10:1 rear axle ratio as equipped Cargo Lamp Tilt Steering Wheel 3 yr/36,000 mile warranty, owner's manual Trailer Tow Wiring Harness Daytime Running Lights Mercury Free Vehicle DEALER CONTACT: PHONE: FEDERAL ID#: John Slater or Janelle Dillon 1-800-899-1926 91-0699054 PAYMENT TERMS: $200 Discount Per Vehicle, 20 Days, Net 30 (1) NET PRICE: Basic model equipped as above, delivered to any point within the State of Washington, exclusive of Federal Excise and before 7.9% sales tax. COMMODITY CODE VEHICLE DESCRIPTION ORDER OTY PRICE EACH PRICE EXTENSION Truck, 11,400# GVWR Regular Cab & Chassis, (4x2), 2004 Chevrolet Silvera do (CC 36003) 2314-130-001 :J- $ $16,350.00 (1) NO COST EXTERIOR COLORS: INDICATE QUANTITY OF COLOR(S) SELECTED White_, Dalk Green_, Black _, Victory Red_, Arrival Blue _,Dark Gray_, Sandstone _, Sport Red _, Silver Birch_ Plus Fleet Colors: Wheatland YeHow _, TangIer Orange _, Woodland Green _, Doeskin Tan_. PRlCES ABOVE DO NOT INCLUDE SALES TAX, $18 50 PER VEHICLE TITLE FILING, APPLICATION AND TRAUMA CARE FEES; OR $85 PER VEHICLE PURCHASING ADMINISTRATIVE FEE WHICH WILL BE ADDED TO DEALER INVOICE *DEALER INSTALLED OPTION 2 Truck Cab Chassis (4x2) Options List SCHEDULE A Order Commodity Code Option Description Quantity Price 2314-130-012 Air Conditioning (Delete) (C42) (Deduct) 2 2314-130-022 Fuel Capacity Decreased (27GAL) (NQZ) (Deduct) 2 2314-130-027 Spare Tire & Wheel (Delete) (ZYK) (Deduct) 2 Platform Bed, 10 Foot, Fir Deck (60"CA) 2314-130-039 (PVMX103)** 2 Hoist for Stakeside/ Platform Beds (Power Up/Own Dealed Push Button Control) (11.0-13.0 Ton) 2314-130-041 (Knapheide) (KH1412E) 2 Title Application, Filing, Trauma Care Fees 2 $37.00 Total State Contract Price $41,434.42 Includes 55T, Title App. Fee & Options Subtotal I Total Purchase Order Processing Fee $85.00/Veh City of Port Angeles Invitation for Bid Purchase Contract 04-02 Schedule B (1) HD 3/4 Ton 4x2 (1) HD 3/4 Ton 4x2 Make/Model Grn t- '5\ tt(!jlft ?,C)l)7) t-t-D (2 f & (!r4~ Pricing for (1) HD 3/4 Ton 4x2 S17liE.. br D 11),Y3g Adjusted Price: $ $ Base Price: Subtotal: WSS tax: S.lo % Title Application Fee: $ $ /3,' e J I, 1 7(p. S I I b~' 5-0 i 4 I ~S(. Sb -123.50 ----- bv 06 Options: (list attached) Total Vehicle Cost (1): $ I t..f, 9'&' . 07 ADDENDA ACKNOWLEDGMENT: The bidder hereby aclmow1edges that it has received Addenda Nos. ~ - ~ to this project manuaL Dealer: Rvo Otj,tL Av1V M~ -11 (') &ot,... r:: (0/) (l.5 Z. --Po ~ A1\f G-f/(, cr <3 I fA A %%.) Contact: l-k v.> ~O R.v 0 Of t.-L Phone: 3foO V~~ (.. ~ 'd ~ FederalID #: (PDD ~ 33 I~ DO( ~ I tJ~, Signature of authorized agent: (required) X:~A~ , Date: 2 - "26...f:>4- i . ;urrent Contract Information ;ontract No 05603 (05602 ExtenslOn) SCHEDULE B )ri€e Sheet Order Form )age 1 ro ORDER COMPLETE PIUCE SHEETS AND SUBMIT WITH STATE FORM A-15A PURCHASE REQUISITION TO JFFICE OF STATE PROCUREMENT BEFORE MARCH 31,2004. TO MINIMIZE PRODUCTION DELAYS ORDER AS 'iARLY AS POSSIBLE. TRUCK ED 3/4 TON (~X2) vEHICLE TYPE. HD 3/4 TON REGULAR CAB PICKUP (4X2) MAKE/MODEL: EQUIPMENT INCLUDED IN NET PRICE Air Bags, Dnver & Passenger w/deactlVation Switch Vinyl 40/20/40Bench Seat w/ Headrests 8600# GVWR Headliner, Door Trim Panels, Rubber Floor Covering 6.0 liter, 8 Cylinder Gas Engine Dome Light Automatic Overdrive transmissIOn Cigarette Lighter/Auxiliary Power Source 8 Foot Long Box, Wide Body Low Mount Exterior Mrrrors . Air Conditioning Inside Hood Release LT245/75R16E All Season Steel Belted Radial Tires Oil Pressure, Temp & Voltmeter Gauges Matching Spare Tire & Wheel, Carrier, Jack & Lug HD Rear Step Bumper Wrench MaxunUID Fuel Capacity (34 gal) HD Power Brakes, Anti Lock, 4 Wheel Tinted Glass all around Power Steering All Factory Standard Equipment including: HD Shocks Tachometer 105 AMP Alternator Tilt Steering Wheel 600 CCA Battery Cargo Light Intermittent Wipers Daytime Running Lights AM/FM/Stereo w. Clock 3.73:1 rear axle ratio as equipped MaxrrnUID Factory Cooling: Radiator, Eng. Oil, Trans. 3 yr/36,000 mile warranty, owner's manual HD Towing Package w/Class IV Receiver Mercury Free Vehicle Four Sets of Keys DEALER: DEALER CONTACT PHONE: FEDERAL TAX ID NO.: DELIVERY: 90 - 120 Days PAYMENT TERMS: $200 Per Vehicle Discount 20 Days, Net 30 NET PRICE: (BaSIC model equipped as above, delIvered to any point within the State of Washington, exclusive of Federal Excise and before % Sales Tax): COMMODITY CODE VEHICLE DESCRIPTION ORDER OTY PRICE EACH PRICE EXTENSION 2314-120-001 Truck, HD 3/4 Ton, Regular Cab Pickup, Wide Box, 8 Ft. (4X2), / $15,343.00 $ NO COST EXTERIOR COLORS: INDICATE QUANTITY OF COLOR(S) SELECTED White~, Black_, Victory Red_, Dark Green _, Arrival Blue_, Dark Gray_, Sandstone _, Silver Birch_, Sport Red _ Plus Fleet Colors: Wheatland Yellow_, Tangier Orange_, Woodland Green_, Doeskin Tan _' (Complimentary standard interior color Will be selected by Dealer). PRICES ABOVE DO NOT INCLUDE S18.50 PER VEHICLE TITLE AND TRAUMA CARE FEES OR $85 PER VEHICLE PURCHASING ADMINISTRATIVE FEE WHICH WILL BE ADDED TO DEALER INVOICE. *DEALER INSTALLED OPTION HD 3/4 Ton (4x2) Options List SCHEDULE B Order Commodity Code Option Description Quantity Price 2314-120-012 Air Conditioning (Delete) (C42) (Deduct) 1 2314-120-016 Alternator, HD 145 AMP (8C6) 1 2314-120-017 Batterv, HD Auxillarv 600 CCA (TP2) 1 GVWR Increase, 9200# (Upgraded Front & Rear 2314-120-024 Axles) (CC25903HD) 1 Mirrors, Expandable Wide Angle (Requires 9200# GVWR) (Only Available With Purchase of 2314- 2314-120-026 120-024) (DF2) 1 2314-120-031 Tow Hooks, Front, (PR) (V76) 1 2314-120-034 Undercoating (DLR)* 1 Title Application, Filing, Trauma Care Fees 1 $18.50 Total State Contract Price $16,722.42 Includes SST, Title App. Fee & Options Subtotal Total Purchase Order Processing Fee $85.00Neh City of Port Angeles Invitation for Bid Purchase Contract 04-02 Schedule C (2) Regular Cab 1;2 Ton Pickups 4x2 (2) Regular Cab Y2 Ton Pickups 4x2 Make/Model &m c.. S L '[ tUVA- I S7J1) (< e G-- C l<\-13 Pricing for (2) Regular Cab ~ Ton Pickups 4x2 Base Price: $ Adjusted Price: $ S-r1\Tt- e, ,.0 Options: (list attached) $ 25,'d-I'8.&'l Subtotal: $ '2. L( L/e<g WSS tax: % ;), ID5 .ql 2~, ~93.97 Title Application Fee: ;)07. 00 Total Vehicle Cost (2): $ ;}(p)8DO. q 7 ADDENDA ACKNOWLEDGMENT: The bidder hereby acknowledges that it has received Addenda Nos. to this project manuaL Dealer: --1Z.vDcmL ~ MftVL Contact: _~1tfU) tZooo~ -11D 6blk C6U(t.SCf Phone: ~ Lf.~ b<?if3 Jop$'" /VJ{:.c;.iA,S I (-{\Pr ctg%) FederalID #: ~6o J.-33 7~ tt()L ct>o f Signature of authorized agent: (required) X: ~,A.~ Date: )-Z--r::;-Ol ". I Current Contract Infonnation Contract No. 05503 SCHEDULE C Price Sheet Order Form Page 1 TO ORDER COMPLETE PRICE SHEETS AND SUBMIT WITH STATE FORM A-15A PURCHASE REQUISITION TO OFFICE OF STATE PROCUREMENT BEFORE MARCH 31, 2004. TO MINIMIZE PRODUCTION DELAYS ORDER AS EARL Y AS POSSIBLE. TRUCK 1/2 TON PICKUP VEHICLE TYPE: REGULAR CAB, 1/2 TON PICKUP (4X2) MAKE/MODEL: CHEVROLET SIL VERADO 1500 EOUIPMENT INCLUDED IN NET PRICE - Au Bags, driver and front passenger - 6400# GVWR - 4.8 liter, 8 cylinder gas engine (285 HP) - Automatic overdrive transmission - 8 foot box, wide body - P23 5/7 5R 16 all season steel belted radial tires _ Matching spare tire & wheel, carrier, jack & lug wrench - HD power disc brakes, 4 wheel anti lock braking system - Air Conditioning _ Maximum Cooling Radiator, Eng. Oil, Trans. - Power steering - Intermittent wipers - AM/FM stereo radio w/clock _ Headliner, door trim panels, vinyl floor covering _ Viny140120!40 split bench seat w!head restraints - HD rear step bumper, Painted - 600 CCA Battery - Two Sets of Keys - Dome, ashtray, cargo, glove box, lights - 100 AMP alternator - Cigarette lighter! Auxiliary power source - Low mount exterior mirrors - Oil pressure, temp, voltmeter gauges - Maximum fuel capacity (34 gal) - Light tinted glass all around - All factory standard equipment including: Tachometer Tilt Steering Wheel Front Tow Hooks 3.42:1 rear axle ratio as equipped Daytime running lights Eng Hour meter 3 yrl 36,000 mile warranty, owner's manual VEHICLE MEETS STATE DEPT OF ECOLOGY SPECIFICATIONS FOR LOW EMISSION VEHICLE EMISSION CERTIFICATION ULEV GAS MILEAGE 15 CITY 19 HWY MERCURY FREE VEHICLE DEALER CONTACT: John Slater or Janelle Dillon PHONE: 1-800-899-1926 FEDERAL TAX ill NO.: 91-0699054 EMAIL: jslater@budc1ary.com PAYMENT TERMS: (1) $200 DISCOUNT PER VEHICLE FOR PAYMENT WITHIN 20 CALENDAR DAYS OF DELIVERY, NET 30 (Basic model equipped as above, delivered to any point within the State of Washington, exclusive of Federal Excise and before 7.9% State Sales Tax): DEALER: BUD CLARY CHEVROLET (30859) PO Box 127 Longview, W A 98632 DELIVERY: 75-120 Days NET PRICE: COMMODITY CODE VEHICLE DESCRIPTION ORDER OTY PRICE EACH PRICE EXTENSION 2314-11 0-00 1 Truck, 112 Ton, Regular Cab Pickup, Wide Box, 8 Ft. (4X2), 2004 Chevrolet 1500;L $12,262.00 (1) $ Silverado (CC15903) NO COST EXTERIOR COLORS: INDICATE QUANTITY OF COLOR(S) SELECTED Summit White~, Arrival Blue_, Black_, Sandstone _, Dark Green _, Silver Birch _, Dark Gray _,VIctOry Red_. FLEET COLORS: Tangier Orange , Wheatland Yellow _, Woodland Green ,Doeskin Tan_. PRICES ABOVE DO NOT INCLUDE $18.50 PER VEHICLE TITLE AND TRAUMA CARE FEES OR $85 PER VEHICLE PURCHASING ADMINISTRATIVE FEE wHICH WILL BE ADDED TO DEALER INVOICE. *DEALER INSTALLED OPTION .. 2 Reg. Cab 1/2 Ton P/U 4x2 Options List SCHEDULE C Order Commodity Code Option Description Quantity Price 2314-110-022 Keys (Set of 4 Instead of 2) (DLR)* 2 $12.00 2314-110-024 Power Door Locks (AU3) 2 $298.00 2314-110-025 Rear Axle Ratio 3/73:1 (GT4) 2 $92.00 2314-110-033 Undercoating (DLR)* 2 $290.00 Warranty, Delayed Start ( Dealer Provides Form) 2314-110-034 (DLR)* 2 $0.00 Manufacturer to Dealer Order Acknowledgement Document Mailed to Customer Delivery Address 2314-110-035 (DLR)* 2 $0.00 Title Application, Filing, Trauma Care Fees $18.50Neh 2 $37.00 Total State Contract Price $27,323.75 Includes SST, Title App. Fee & Options Options Total $692.00 Subtotal $25,253.00 Add 8.2% SST $2,070.75 , Total $27,323.75 Purchase Order Processing Fee $85.00Neh " City of Port Angeles Invitation for Bid Purchase Contract 04-02 Schedule D (1) Midsize Light Utility Vehicle 4x4 (1) Midsize Light Utility Vehicle 4x4 Make/Model bne.. C[,1tl 1/6 \[ , Lf ODnl!- 4 W.....f"tL j)~(c/~ Pricing for (1) Midsize Light Utility Vehicle 4x4 Base Price: $ Adjusted Price: $ $""("P(\E- t3 \ 0 ?-0 l l19 Options: (list attached) $ Subtotal: WSS tax: ~ % Title Application Fee: $ lOjI7Y:L I ~o, b 3J 2.. l ,} 44-0 . ~ 7----- (,ucco' ~ ~ I~.~O l o~. s-C:> r;?-t. Total Vehicle Cost (1): $ .;l')St.J<1.B~ ADDENDA ACKNOWLEDGMENT: The bidder hereby ac1mowledges that it has received Addenda Nos. it <" (...... to this proj ect manual. Dealer: fZUO!l1JA. A-vrV 1Vl~ 1/ () G-o t..f (0 U It--S ~ fOLll'\ AAc.z:t...'tS I W" qx~ Contact: tit t-1I /dZ-() (( Cf () () 'i.-t-<... Phone: 3(,,6 qc:; d (;, <a- 'C> :), Federal ID #: 10(/1) ;1-33 7'2>0 om Crln>1 Signature of authorized agent: (required) X: --1l,~, ~~ Date: 3 -2-5""- OlJ " Current Contract Infonnatiol1 .Contract No. 05303 SCHEDULE D Price Sheets Page 4 TO ORDER COMPLETE PRICE SHEETS AND SUBMIT WITH STATE FORM A-15A PURCHASE REQUISITION TO OFFICE OF STATE PROCUREMENT BEFORE MARCH 31, 2004. TO MINIMIZE PRODUCTION DELAYS ORDER AS EARLY AS POSSIBLE. LIGHT UTILITY VEHICLE VEHICLE TYPE: MIDSIZE LIGHT UTILITY VEHICLE (4X4) MAKE/MODEL: EQUIPMENT INCLUDED IN NET PRlCE 4 door, 6 passenger seating Front HD Seat Frame w/Rechnmg Seat Backs Front Buckets, 60/40 foldmg bench rear seat, cloth 4.3 liter, 6 cylmder gas engine Arrbags, dnver and front passenger Automatic electronic overdrIve transrmssion Steering Column Shift Mount P235/75R15 all season steel belted radIal tires Matching full SIZe spare tire & wheel, underbody mounted Full length hardtop, cloth headliner Carpet floor covermg 2 speed transfer case, electronic smft Automatic locking hubs Air conditioning (CFC free) Power brakes, four wheel anti lock PoweI steering Oil pressure, temp, voltmeter, gauges Skid plates-transfer case, fuel tank, front differentIal, Steering Linkage Maximum Cooling-Radiator, Eng. Oil, Trans. ElectrIc rear window defroster, drop down tailgate with 11ft glass AMlFM radio w/CD & clock Emissions Certification ULEV Gas Mileage 15 City 19 Hwy Mercury Free Vehicle VEHICLE MEETS DEPARTMENT OF ECOLOGY SPECIFICATIONS FOR LOW EMISSION VEHICLES. 12 Volt AuxilIary powel source Cruise Control/Tilt Steermg Wheel Intermittent wipers 100 AMP alternator 525 CCA battery Two sets of keys All factory standard & (ISC) Package eqUIpment includmg: Front Tow Hooks Carpeted Floor Mats Stabilizer Bars, F &R Tachometer, Temp, Voltmeter Gauges Daytrme Running Lights Roof Rack Aluminum Wheels Power wmdows/locks, power heated mirrors Rear Window Wiper/Washer Deep tinted rear glass Overhead console 3.42:1 rear axle ratio as eqUIpped 3 yr/36,OOO mile warranty NET PRICE: (1) $200 DISCOUNT PER VEHICLE DISCOUNT FOR PAYMENT WITHIN 20 CALENDAR DAYS OF DELIVERY, NET 30. (BaSIC model equIpped as above, delivered to any pomt WIthin the State of Washington, exclUSIve of Federal EXCIse and before % Sales Tax) DEALER CONTACT. PHONE: E-MAIL: PAYMENT TERMS. DEALER' FEDERAL TAX In NO . DELIVERY' 90 - 120 Days COMMODITY CODE VEHICLE DESCRIPTION ORDER OTY PRICE EACH PRICE EXTENSION 2314-063-001 Midsize LIght UtilIty Vehicle (4x4), 2004 $20,028.00(1) $ NO COST EXTERIOR COLORS: INDICATE QUANTITY OF COLOR(S) SELECTED Summit Whlte_, Black_, Sandalwood_, Dark Green_, Pewter_, IndIgo Blue_, Victory Red_, Dark Cherry_, Add 45 days for Fleet Colors Tangier Orange _, Woodland Green _, Wheatland Yellow_, Doeskm Tan _.(ComplImentary standard mterior color Will be selected by Dealer) PRlCES ABOVE DO NOT INCLUDE $18 50 PER VEHICLE TITLE AND TRAUMA CARE FEES OR $85 PER VEHICLE PURCHASING ADMINISTRA TrvE FEE WHICH WILL BE ADDED TO DEALER INVOICE \ *DEALER INSTALLED OPTION Mid Light Utility Vehicle 4x4 Options List SCHEDULE D Order Commodity Code Option Description Quantity Price 2314-063-020 Undercoating (Factory Approved) (DLR)* 1 2314-063-021 Delayed Warranty Start (Mail in Card) (DWS)* 1 Manufacturer to Dealer Order Acknowledgement 2314-063-024 Document Faxed to Customer (DLR)* 1 2314-063-025 Keys (4 Sets Instead of 2) (DLR)* 1 Title Application, Filing, Trauma Care Fees 1 $18.50 Total State Contract Price $21,852.18 Includes SST, Title App. Fee & Options Subtotal Total Purchase Order Processing Fee $85.00Neh " City of Port Angeles Invitation for Bid Purchase Contract 04-02 =- Schedule E (2) Extended Cab Pickups 4x2 (2) Extended Cab Pickups 4x2 Make/Model & m (!.. C P(1V\lbrJ . L(..{T C A-6 4~L. Pricing for (2) Extended Cab Pickups 4x2 Base Price: $ s ~~ ~ \ 0 Adjusted Price: ~ 1,l/b~ I ~ I Options: (list attached) $ Subtotal: WSS tax: .Rk.. % Title Application Fee: $ $ 25, <t1'~ J-, ;))..'1 .qa, 2--~/~'9b.9C) dD7.00 Total Vehicle Cost (2): $ d-B\303.~~ ADDENDA ACKNOWLEDGMENT: The bidder hereby acknowledges that it has received Addenda Nos. to this project manual. Dealer: (<000CtA. A1J-.rf) M~ -1J D GhL.f COuA5.f.- jlJ) PlYJ-f JbIk)~L-t-S, wA- qS()~ Contact: _~wlt1UJ !W/J(J-r;{L Phone: ~6 c..r~;).. b~ 4-';). Federal ID #: &:rD ;2 '3 ~ 7frO 00 I 07)-t) C Signature of authorized agent: (required) X: U.A.-~ Date: )- "Z~- 0'-( Current Contract InforrnatlOn Contract No. 05403 SCHEDULE E Price Sheet Order Form Page 1 TO ORDER COMPLETE PRICE SHEETS AND SUBMIT WITH STATE FORM A~15A PURCHASE REQUISITION TO OFFICE OF STATE PROCUREMENT BEFORE MARCH 31,2003. TO MINIMIZE PRODUCTION DELAYS ORDER AS EARLY AS POSSIBLE TRUCK SMALL/MIDSIZE PICKUP. EXTENDED CAB MAKE/MODEL: VEHICLE TYPE: EXTENDED CAB, SMALL/MIDSIZE PICKUP (4X2) EQUIPMENT INCLUDED IN NET PRICE 5000# GVWR 3.5 liter 5 Cylmder Gas Engine (220 H.P.) Air Conditionmg Automatic Overdrive TransmissIOn P205175R15 Steel Belted Radial Tires, All Season HD Shocks Full-SlZe Spare Tire & Wheel*, Carrier, Jack & Lug Wrench Power Steering Power Brakes, 4 Wheel Anti Lock 6 Foot Box, Double Wall Construction Dome Light Cloth 60/40 Split Bench Seat w/folding Bachest, Two Rear Front Facing Seats Air Bags, Driver & Front Passenger Extended Cab With Four Door Access Storage Area Behind Seat Headliner, Door Trim Panels, Carpeted Floor Covering Two Sets of Keys Maximum Cooling - RadIator, Engine Oil, TransIll1ssion Cigarette Lighter! Auxlhary Power Sources AMlFM RadIO w/Clock HD Rear Step Bumper Black Low Mount Foldaway SIde Millors Light Tinted Glass All Around Intermittent Wipers 690 CCA Battery 100 AMP Alternator All Factory Standard Equipment including: Daytime Running LIghts V oltrneter, Tachometer, Temp. Gauges 3.42:1 Rear Axle Ratio as eqmpped 36 Mo/36,000 Mile Warranty, Owner's Manual VEIDCLE MEETS THE DEPARTMENT OF ECOLOGY SPECIFICATIONS FOR LOW EMISSION VEIDCLES. GAS MILEAGE: CITY 18, HWY 23 MERCURY-FREE VEHICLE EMISSION CERTIFICATION ULEV DEALER CONTACT: PHONE: EMAIL: FEDERAL TAX ID NO.: DEALER: DELIVERY: 90-120 Days PAYMENT TERMS: (1) $200 Per Vehicle Discount for Payment within 20 Days of Delivery, Net 30 NET PRICE: (Basic model equipped as above, delivered to any pomt Within the State of Washington, exclusive of Federal Excise and before % Sales Tax): COMMODITY CODE 2314-102-001 VEHICLE DESCRIPTION ORDER OTY PRICE PRICE EXTENSION EACH Truck, Extended Cab, Small/Midsize Pickup (4X2),2004 ;;L $13,650.00(1) $ NO COST EXTERIOR COLORS: INDICATE QUANTITY OF COLOR(S) SELECTED White XX , Sunburst Orange _, IndIgo Blue_, Black_, Dark Green_, VIctOry Red_, Dark Cherry Red_, SlIver Birch Plus Fleet Colors (Check With dealerregarding availability): Wheatland Yellow_, Tangier Orange,--, -- Woodland Green_, Doe Skin Tan_. PRICES ABOVE DO NOT INCLUDE $18.50 PER VEHICLE TITLE AND TRAUMA CARE FEES OR $85 PER VEHICLE PURCHASING ADMINISTRATIVE FEE WHICH WILL BE ADDED TO DEALER INVOICE *DEALER INSTALLED OPTION 2 Ex. Cab Pickups (4x2) Options List SCHEDULE E Order Commodity Code Option Description Quantity Price 2314-102-022 Keys (4 Sets Instead of 2) (DLR)* 2 2314-102-023 Mats. HD Rubber Floor (PR) (832) 2 2314-102-030 Undercoating (DLR)* 2 Warranty Delayed Start (Paperwork Sent 2314-201-031 w/Delivery) (DLR)* 2 Manufacturer to Dealer Order Acknowledgement 2314-102-032 Document Faxed to Customer (DLR)* 2 Title Application, Filing, Trauma Care Fees 2 $37.00 Total State Contract Price $29,991.96 Includes SST, Title App. Fee, & Options Subtotal Total Purchase Order Processing Fee $85.00Neh . ". City of Port Angeles Invitation for Bid Purchase Contract 04-02 Schedule F (1) Cargo Van (1) Cargo Van Make/Model Gmc.. 5/tV Ih-v It CAAG-D V /tf\! Pricing for (1) Cargo Van Base Price: $ S~ ~(D Adjusted Price: $ l ~ ,L\';)Q ,D V Options: (list attached) $ 1117~q Subtotal: $ WSS tax: 8,. It, % t, It/C>.1' Title Application Fee: I o"s. SD Total Vehicle Cost (1): $ I t1 \ 00 ~. 2 , ADDENDA ACKNOWLEDGMENT: The bidder hereby acknowledges that it has received Addenda Nos. to this project manual. Dealer: f<:JIJ Q"ilL A-J;:ru MIh<... Contact: ~ wfHJ-O (ZIJOO't-LL 1/6 h-t> L r; (JJt) fLs'j R-fJ Phone: '&00 '-{ C; ;l. C. <6 d 0.. POlL, ~L-tt:.,c,. {(Ail\- ~%3~ Federal ID #: "61') ...7-33 1'80 bV/ oeol V6( Signature of authorized agent: (required) X: ~.A.~ Date: 3 - L/] -OL( , I :urreht Contract InformatIOn ;ontract No 05803 'rice Sheet Order Form 'age 3 SCHEDULE F ~O ORDER, COMPLETE PRICE SHEETS AND SUBMIT WITH STATE FORM A-15A PURCHASE REQUISITION TO JFFICE OF STATE PROCUREMENT BEFORE MARCH 31,2004. TO MINIMIZE PRODUCTION DELAYS ORDER AS ::ARLY AS POSSIBLE. CARGO VAN VEHICLE TYPE: CARGO V AN, REGULAR WHEELBASE* MAKE/MODEL: EQUIPMENT INCLUDED IN NET PRICE Air Bags, Dnver Side & Passenger 138.1" WB, 212" OL 8600# GVWR 4.6 Liter, 8 cylmder Gas Engine Automatic Overdrive Transmission L T245/75R16E Steel Belted All Season Radial Tires Matching Spare Tire & Wheel, Inside Mounted, Jack & Lug Wrench Air ConditIOning Cigarette Lighter/ Auxili.ary Power Source Maximum Fuel Capacity (35 gal) Intermittent Wipers AMlFM RadiO with Clock - Ymyl Bucket Seats, Driver & Passenger Dnver Compartment Headliner, Door Panels, Rubber Floorrnat Glove box Engme Cover W / Dual Storage Bins Black Exterior Mirrors, LH/RH Tinted Glass Wmdshield & Front Doors Two Sets of Keys * Extended Length Maxi Y an Available As Option DEALER: DELIVERY' 90-120 Days HD Shocks/Springs (F & R), Front Stabilizer Bar Maximum Factory Cooling (Trans, Eng 011, Radiator) Power Brakes, 4 Wheel Antllock Power Steermg Dual Rear Doors w/Inslde Rear Handles, Tmted Fixed Glass Sliding Side Door wITinted Flipout Glass 130 AMP Alternator 600 CCA Battery Rear Step Bumper All Factory Standard Equipment including: Dome Lights (3) 4.1 0: 1 Rear Axle Ratio 3 year/36,000 Mile Warranty, Owner's Manual Mercury Free Vehicle DEALER CONTACT: PHONE: EMAIL: FEDERAL TAX In NO.: PAYMENT TERMS: $100 Per Vehicle Discount for payment within 20 days of delivery, Net 30 NET PRICE: Basic model eqUIpped as above, delivered to any point within the State of Washington, exclusive of Federal Excise and before % sales tax. COMMODITY CODE VEHICLE DESCRIPTION 2314-160-001 Cargo Van, Regular Wheelbase, 2004 ORDER OTY PRICE EACH PRICE EXTENSION $13,156.00(1) $ NO COST EXTERIOR COLORS: INDICATE QUANTITY OF COLOR(S) SELECTED Dark Toreador Red _, True Blue_, Black _, SlIver _, Schoolbus Yellow _' Oxford Whlte_, PRICES ABOVE DO NOT INCLUDE $18.50 PER VEHICLE TITLE AND TRAUMA CARE FEES OR $85 PER VEHICLE PURCHASING ADMINISTRATIVE FEE WHICH WILL BE ADDED TO DEALER INVOICE. *DEALER INSTALLED OPTION . . Cargo Van Options list SCHEDULE F Order Commodity Code Option Description Quantity Price 2314-160-016 Alternative Seat Trim, Cloth Instead of Vinyl (CE) 1 2314-160-023 Floor Mat, Cargo Area (166) 1 Insulation Package (Trim Panels, Full Length Cloth 2314-160-027 Headline) (551) 1 Power Door Locks/Windows/Mlrrors/Keyless Entry/Panic (N/A w/Upfit Pkgs--see 2314-160-050) 2314-160-029 (43P/62G) 1 2314-160-035 Undercoating (DLR)* 1 Manufacturer to Dealer Order Acknowledgment 2314-160-044 Document Faxed to Customer (DLR)* 1 2314-160-046 Upfit Pkg Racks & Bins (31 G) 1 Title Application, Filing, Trauma Care Fees 1 $18.50 Total State Contract Price $14,580.06 Includes SST, Title App. Fee, & Options Subtotal Total Purchase Order Processing Fee $85.00Neh - .. ~ City of Port Angeles Invitation for Bid Purchase Contract 04-02 Schedule G (1) Cargo Van (1) Cargo Van Make/Model &m<!.. SA-J krVA cfliJ... (9- 0 V Prf\.l Pricing for (1) Cargo Van Base Price: $ Adjusted Price: $ 5iK''C- ~lD Options: (list attached) $ 14t I~ b laD Subtotal: $ \ 1 WSS tax: ~ % "J-(.,CO ,a7 Title Application Fee: 103.5'c:> Total Vehicle Cost (1): $ (~) I\~ .S7 ADDENDA ACKNOWLEDGMENT: The bidder hereby aclmowledges that it has received Addenda Nos. fJr- 6- to this project manual. Dealer: (J.JJ I) ()<i LL IN 17J rM fnL t l 0 Gt> u::: '4:;,.) (l~ 'i (lfl'n) Po#"" /tpfr..qC<;S wA- %~o I Contact: J-b wM-f.> /WODf..l-( Phone: %() L/r;e;) ~ t () d.. Federal ID #: fnbD 013"?> 7f{O Of) I ViS \ Ql)() { Signature of authorized agent: (required) x:.-Y.A, ~ Date: 3-2-s- 04- . ' C:u~ent Contract InformatlOn Contract No. 05803 Price Sheet Order Form Page 3 SCHEDULE G TO ORDER, COMPLETE PRICE SHEETS AND SUBMIT WITH STATE FORM A-15A PURCHASE REQUISITION TO OFFICE OF STATE PROCUREMENT BEFORE MARCH 31,2004. TO MINIMIZE PRODUCTION DELAYS ORDER AS EARL Y AS POSSIBLE. CARGO V AN VEHICLE TYPE: CARGO VAN, REGULAR WHEELBASE* MAKE/MODEL: EQUIPMENT INCLUDED IN NET PRICE Air Bags, Driver Side & Passenger 138.1" WB, 212" OL 8600# GVWR 4.6 Liter, 8 cylinder Gas Engine Automatic Overdrive Transmission L T245/7 5R16E Steel Belted All Season Radial Tires Matchmg Spare Tire & Wheel, Inside Mounted, Jack & Lug Wrench Air Conditioning Cigarette Llghter/ Auxiliary Power Source Maximum Fuel Capacity (35 gal) Intermittent Wipers AM/FM RadIO with Clock - Vinyl Bucket Seats, Driver & Passenger Driver Compartlnent Headliner, Door Panels, Rubber Floormat Glove box Engme Cover W/ Dual Storage Bins Black Exterior Mirrors, LHfRH Tinted Glass WindshIeld & Front Doors Two Sets of Keys * Extended Length Maxi V an AvaIlable As Option DEALER: DELIVERY: 90-120 Days HD Shocks/Springs (F & R), Front StabIlizer Bar Maxnnum Factory Cooling (Trans, Eng Oil, RadIator) Power Brakes, 4 Wheel Antilock Power Steering Dual Rear Doors w/Inslde Rear Handles, Tinted Fixed Glass Slidmg Side Door w/Tinted Fhpout Glass 130 AMP Alternator 600 CCA Battery Rear Step Bumper All Factory Standard Equipment including: Dome Lights (3) 4.10:1 Rear Axle Ratlo 3 year/36,OOO Mile Warranty, Owner's Manual Mercury Free Vehicle DEALER CONTACT: PHONE: EMAIL: FEDERAL TAX ID NO.: PAYMENT TERMS: $100 Per Vehicle Discount for payment within 20 days of delivery, Net 30 NET PRICE: BaSIC model eqUIpped as above, delivered to any point WIthin the State of Washington, exclUSIve of Federal Excise and before % sales tax. COMMODITY CODE VEHICLE DESCRIPTION 2314-160-001 Cargo Van, Regular Wheelbase, 2004 ORDER OTY PRICE EACH PRICE EXTENSION I $ $13,156.00(1) NO COST EXTERIOR COLORS: INDICATE QUANTITY OF COLOR(S) SELECTED Dark Toreador Red _, True Blue_, Black _' Silver _, Schoolbus Yellow -' Oxford WhIte -, PRICES ABOVE DO NOT INCLUDE $1850 PER VEHICLE TITLE AND TRAUMA CARE FEES OR $85 PER VEHICLE PURCHASING ADMrNISTRA TIVE FEE WHICH WILL BE ADDED TO DEALER INVOICE. *DEALER INSTALLED OPTION . ' [ Order Commodity Code Option Description Quantity Price 2314-160-014 Alternative Gas Engine, 5.4L, 8 Cyl. (99L) 1 2314-160-016 Alternative Seat Trim, Cloth Instead of Vinyl (CE) 1 2314-160-022 Differential, Limited Slip (4.10:1) (XB2) 1 2314-160-023 Floor Mat, Cargo Area (166) 1 Insulation Package (Trim Panels, Full Length Cloth 2314-160-027 Headline) (551) 1 Screen, Full Width Protective Metal Mesh w/Center Door (Econo Cargo Picg) (Included wi All Upfit Pkgs 2314-160-030 _ N/A w/2314-160-029) (Ass 30-45 Days Del) (31B) 1 2314-160-035 Undercoating (DLR)* 1 Window/Door Option: Hinged Swingin Side Doors 2314-160-037 Instead of Sliding Door, Tinted Fixed Glass (-60S) 1 Window Option Vented, Flipout w/Swing-out Side 2314-160-038 Door, Tinted Glass Instead of Fixed Glass (179) 1 Manufacturer to Dealer Order Acknowledgment 2314-160-044 Document Faxed to Customer (DLR)* 1 2314-160-046 Upfit Pkg Racks & Bins (318) 1 Power Door Locks/Windows/Mirrors/Keyless 2314-160-050 Entry/Panic (When Ordered With Upfit Pkg) (43P) 1 Title Application, Filing, Trauma Care Fees 1 $18.50 Total State Contract Price $16,356.70 Includes SST, Title App. Fee & Options Subtotal Total Purchase Order Processmg Fee $8500Neh Options List SCHEDULE G Cargo Van tit"" ", .. ... NON-COLLUSION AFFIDAVIT STATE OF WASHINGTON COUNTY OF e)At~l.-~ ) ) ) The undersigned, being first duly sworn on oath, says that the bid herewith submitted is a genuine and not a sham or collusive bid, or made in the interest or on behalf of any person not therein named; and (s)he further says that the said bidder has not directly or indirectly induced or solicited any bidder on the above work or supplies to put in a sham bid, or any other person or corporation to refrain from bidding; and that said bidder has not in any manner sought by collusion to secure to him/her self an advantage over any other bidder or bidders. ~~,lL ~ Signature of Bidder/Contractor " Subscribed and sworn to before me this 2? day of iM,IHZCFf ,20~. '- ~;d4?lfM\:-. No ary Public in tI r th ( State of Washington. Residing at !tU1-t.i1/f1f/lt?111 My Comm. Exp.: ~ /0 .' ' J\ "~ '. BIDDER'S CHECKLIST 1. Has the Bid Submittal Sheet been properly signed, and corporate seal affixed, if applicable? 2. Has the Non-Collusion Affidavit been properly executed? 3. Have all Addenda, if any, been acknowledged on the Bid Submittal Sheet? 4. BID MUST BE SUBMITTED BY THE TIME AND DATE SPECIFIED IN ORDER TO BE CONSIDERED A VALID BID. "' . \ r ,," ..'>1 .! .., March 10, 2004 CITY OF PORT ANGELES INVITATION TO BID for Vehicle Replacements Sealed bids will be received by the Director of Public Works & Utilities until 2:00 PM Thursday, March 25, 2004 and will be opened and read in the Public Works conference room, main floor, Port Angeles City Hall, 321 East Fifth Street, Port Angeles, Washington 98362. Bids will be taken for: (2) 1 Ton Cab and Chassis 4x2 (same options on both) (1) HD 3/4 Ton 4x2 (2) }'2 Ton Pickups 4x2 (same options on both) (1) Mid-Size Utility Vehicle 4x4 (2) Small Extended Cab Pickups 4x2 (same options on both) (2) Cargo Vans 4x2 (separate options lists) The equipment to be bid includes the vehicles as listed above, or approved equal, hereinafter collectively called the "equipment." Bid documents may be obtained by calling Kathy Trainor at (360) 417-4724. Technical questions regarding this bid should be addressed to Ralph Hoffman at (360) 417-4835. All bids must be on the form provided. Faxed bids shall not be accepted. The City of Port Angeles reserves the right to reject any or all bids and to waive informalities in the bidding process. The contract will be awarded to the lowest responsible bidder. Minority and women owned businesses shall be afforded full opportunity to submit bids in response to this invitation, shall not be discriminated against on the grounds of sex, race, color, age, national origin or handicap in consideration of an award of any contract or subcontract, and shall be actively solicited for participation in this project by direct mailing of the invitation to bid to such businesses as have contacted the City for such notification. Further, all bidders are directed to solicit and consider minority and women owned businesses as potential subcontractors and material suppliers for this project. Bids must be sealed with the outside of the envelope marked BID OPENING DATE March 25, 2004, PURCHASE CONTRACT NO. 04-02. The SCHEDULE(S) you are bidding on, along 'vvith the NAME AND ADDRESS OF THE BIDDER, must also appear on the outside of the envelope. Bids shall be addressed to the Director of Public Works & Utilities, PO Box 1150, 321 East Fifth Street, Port Angeles, Washington 98362. Glenn A. Cutler, Director PUBLISH: Peninsula Daily News: March 10, 2004