Current Contract Information

Contract No. 08206

Attachment “A”

Page 2

State of Washington

Current Contract Information

Effective Date: July 18, 2011

Contract number: / 08206 / Commodity code: / 2320
Contract title: /

WALK-IN STEP VANS –VARIOUS SIZES

Purpose: / INCREASE AN OPTION DEDUCTION FOR V8 GASOLINE ENGINE
Current period: / February 27, 2011 / through: / February 26, 2013
Contract type: / This contract is designated as convenience use.

Scope of contract

/ This contract is awarded to one contractor(s).
Primary user: / Tacoma Public Utility
Additional use by: / All State Agencies, Political Subdivisions of Washington and Oregon State, Qualified Non-profit Corporations, Materials Management Center, Participating Institutions of Higher Education (College and Universities, Community and Technical Colleges).
Contractor: / Valley Freightliner, Inc. / Contact: / Wayne Schulz
Address: / 277 Stewart Road SW
Pacific, WA 98047-2110 / Phone:
FAX: / (800-523-8014
253-863-6473
Supplier No.: / W94
Email: / / Fed. I.D. No.: / 91-1344257

This page contains key contract features. Find detailed information on succeeding pages. For more information on this contract, or if you have any questions, please contact your local agency Purchasing Office, or you may contact our office at the numbers listed below.

Contract Specialist: / Steve Jenkins / Customer Service
Phone Number: / (360) 407-9415 / Phone Number: / (360) 902-7400
Fax Number: / (360) 586-2426 / Fax Number: / (360) 586-4944
Email: / / Email: /

Visit our Internet site: http://www.des.wa.gov

Products/Services available: / WALK-IN STEP VANS-VARIOUS SIZES
Ordering information: / See page 2 Note III
Ordering procedures: / See page 2 Note II
Special notes: / See Below
Payment address: / 277 Stewart Rd. SW Pacific, WA 98047
Order placement address: / 277 Stewart Rd. SW Pacific, WA 98047
Minimum orders: / None
Delivery time: / Refer to Items 1 - 4
Payment terms: / 1% 30 days
Shipping destination: / Free On Board (FOB) Destination. Original order FOB Tacoma Public Utility all other orders FOB Dealer.
Freight: / Prepaid and included in unit pricing
Contract pricing: / See pages Attachment “A”
Term worth: / $1,379,674.00
Current participation: / $0.00 MBE / $0.00 WBE / $1,379,674.00 OTHER / $0.00 EXEMPT
MBE 0% / WBE 0% / OTHER 0% / Exempt 0%

Notes:

I.  State Agencies: Submit Order directly to Contractor for processing. Political Subdivisions: Submit orders directly to Contractor referencing State of Washington contract number. If you are unsure of your status in the State Purchasing Cooperative call (360) 902-7415.

Only authorized purchasers included in the State of Washington Purchasing Cooperative (WSPC) listings published and updated periodically by OSP may purchase from this contract. It is the contractor’s responsibility to verify membership of these organizations prior to processing orders received under this contract. A list of Washington members is available on the Internet https://fortress.wa.gov/ga/apps/coop/Default.aspx. Contractors shall not process state contract orders from unauthorized users.

Special Conditions:

1.  Current Contract Information (CCI)

This Current Contract Information (Contract Change Notice 4) approves a price increase for Valley Freightliner. Pricing for vans and options are provided in Attachment “A” and specifications can be found under Section III, Specifications, Attachment “B”.

2.  Certificate of Insurance

Contractor to furnish to the State Procurement Officer, a copy of a valid Certificate of Insurance listing the State as beneficiary (See Original Bid Document, Section II, Paragraph 1) within Fifteen (15) days after Contractor receipt of award notice.

3.  Warranty

Bidder will submit a copy of warranty with items delivered under this contract. Unless otherwise specified, full parts and labor warranty period shall be for a minimum period of one (1) year after receipt of materials or equipment by the Purchaser. All materials or equipment provided shall be new, unused, of the latest model or design and of recent manufacture

In the event of conflict between contract terms and conditions and warranty submitted, to afford the state maximum benefits, the contract terms and conditions shall prevail.

4.  PROGRAM MANAGEMENT REIMBURSEMENT

This contract is subject to an administrative fee of one and a half percent (1.5%) of contract sales. Awarded supplier(s) will remit payment of the administrative fee on a quarterly basis when submitting the quarterly sales and subcontractor report as defined herein. Payment is to be made to Department of Enterprise Services, Master Contracts and Consulting, and Contract 08206 and is not to be invoiced to any contract users, either as an item on a sales invoice, or by any other means. Any invoice issued to a user of this contract with the administrative fee included will be in dispute, and not paid until the supplier corrects it. Payment of the administrative fee will be due in conjunction with the quarterly sales and subcontractor report, delinquency in payment may be considered cause for contract termination.

5.  Sales and Subcontractor Report

A quarterly Sales and Subcontractor Report (attached) shall be submitted in the format provided by the Office of State Procurement. You can get the report electronically http://www.des.wa.gov/PCA/forms/usage.doc

Total purchases for each State Agency, University, Community and Technical Colleges must be shown separately. Total purchases for all political subdivisions and non-profit organizations may be summarized as one customer. Additionally, all purchases by the State of Oregon or other purchasers must be reported as an aggregate total.

The report shall include sales information (Section A) and amounts paid to each subcontractor during the reporting period (Section B)

Reports should be rounded to nearest dollar. Contractors will be provided with all necessary sample forms, instructions, and lists. Reports are due thirty (30) days after the end of the calendar quarter, i.e., April 30th, July 31st, October 31st and January 31st.

6.  Federal Funding Language

FEDERAL FUNDING

In the event that a federally funded acquisition results from this procurement, the contractor may be required to provide additional information (free of charge) at the request of the Purchasing Activity or purchaser: Further, the contractor may be subject to those federal requirements specific to the commodity.

FEDERAL RESTRICTIONS ON LOBBYING

Contractor certifies that under the requirements of Lobbying Disclosure Act, 2 U.S.C., Section 1601 et seq., no Federal appropriated funds have been paid or will be paid, by or on behalf of the contractor, to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement.

FEDERAL DEBARMENT AND SUSPENSION

The contractor certifies, that neither it nor its “principals” (as defined in 49 CFR. 29.105 (p) is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency.

2

Current Contract Information

Contract No. 08206

Attachment “A”

Page 2

ATTACHMENT “A” PRICE SHEETS

Item / Description / Unit Price
1.  / WALK IN STEP VAN, 19,000 GVWR. Refer to Section 3.3, Bid Specifications
For Product Bid State:
Mfg.: 2007 Freightliner Custom Chassis Corp (Utilimaster Body)
Brand/Model: Freightliner Custom Chassis MT-45(Aeromaster Van Body)
Lead-time: Materials, equipment or services will be delivered within calendar 180 days after receipt of order (ARO).
180 Days for base van, 270 days for vans with high option content / $81,659.00
2.  / ALTERNATE WALK-IN STEP VAN BODY- 19,000 GVWR
MORGAN OLSON BRAND VAN BODY (Not all cabinet options are available with Morgan Olson – See Dealer) / $79,784.00
3.  / WALK IN STEP VA N, 25,500 GVWR. Refer to Section 3.3, Bid Specifications.
For Product Bid State:
Mfg.: 2007 Freightliner Custom Chassis Corp (Utilimaster Body)
Brand/Model: Freightliner Custom Chassis MT-55 (Aeromaster Van Body)
Lead-time: Materials, equipment or services will be delivered within calendar 180 days after receipt of order (ARO).
180 Days for base van, 270 days for vans with high option content / $84,365.00
4.  / ALTERNATE WALK-IN STEP VAN BODY - 25,500 GVWR
MORGAN OLSON BRAND VAN BODY (Not all cabinet options are available with Morgan Olson – See Dealer) / $82,558.00
5.  / Eaton Hybrid Low Profile Transmission, 340 VDC Battery and associated system Equipment – Eaton City Delivery System (MT-55 and MT-45) / $42,962.00
6.  / Eaton Hybrid Low Profile Transmission, 340 VDC Battery and associated system Equipment – Eaton Utility System (MT-55 Only) / $53,583.00
7.  / Eaton 5KW APG Inverter (Requires Utility System) (MT-55 Only) / $9,021.00

Above pricing does not include WA Sales Tax (if applicable to in-state purchasers). 1% prompt pay discount offered on invoice

Shipment: Vans will be driven from Wakarusa, IN. Purchaser Option: Ship by flatbed truck, (not driven) Add $ 2,576.02 per unit.

Exhaust after-treatment system located on passenger side ahead of the rear wheels. Diesel Exhaust Fluid (DEF) tank is on passenger side ahead of the rear wheels.

2

Current Contract Information

Contract No. 08206c 2

Page 7

Item 3: Option Price Sheets
Item # and Description
Item 3: Option Price Sheets / Check
To Select / Price in-lieu-of (ILO) or in-addition-to what is called out in the base specifications as described in items 1 and 2 of this IFB /
1)  Engine Horsepower Upgrades:
a)  240 HP
b)  260 HP (Applies to Bid Item 2 only)
c)  300 HP (Applies to Bid Item 2 for Fire & Emergency Vehicle Applications only)
d)  Deduction for 2007 EPA engine, if available
e)  Blue Stripe long life coolant hoses (may not be available for heater hoses).
f)  Gas V-8 Engine – GM 6L 308HP – Selling dealer to provide detailed chassis specifications. Only available with Allison 1000 and 2000 series without PTO capability. Vehicle chassis model will be a MT45G or MT55G. / a)
b)
c)
d)
e)
f) / F= Factory Installed L= Local Installed D=Dealer
$ 779.47 F
$ 2,238.11 F
$ 3430.65 F
$ Will Advise, if available
$128.00
($14,583.00)
2)  Alternator Upgrades:
a)  200 Amp
b)  270 Amp
c)  Upgrade 270 Amp to 320 Amp (select both 2b & 2c) / a)
b)
c) / $290.47 F
$585.82 F
$1,690.00 L
3)  Battery Upgrades:
a)  Three batteries 2,100 CCA
b)  Four batteries 2,800 CCA
c)  Battery isolator
d)  Remote battery box with slides
e)  Replace or supply with two “Odyssey” batteries or AGM series equal
f)  Pos & Neg jump posts in RH stepwell
g)  Battery charger – 45 Amp smart charger / a)
b)
c)
d)
e)
f)
g) / $676.04 L
$890.59 F
$391.61 L
$1,134.39 F
$440.94 (two) $881.88 (four)
$ 350.00 L
$ 395.00 F or L
4)  Exhaust System Upgrades:
a)  Exit aft of rear wheels – 190 In. WB+up
b)  Left hand exhaust outlet – 178 or 190 WB
c)  Cummins Turbo Brake
d)  Regen inhibit switch, Data Code 28F-007 / a)
b)
c)
d) / $175.00 F
$85.00 F
$75.00 F
$ No charge F
5)  Gross Weight Rating Downgrades: (Applies to Item 1 only)
a)  14,000 Lb. GVWR
b)  16,000 Lb. GVWR
c)  Other ______ / a)
b)
c) / $(309.28) F
$(309.28) F
$N/A
6)  Gross Weight Rating Upgrades: (Applies to Item 2 only)
a)  27,500 Lb. GVWR
b)  29,000 Lb. GVWR
Other ______ / a)
b)
c) / F = Factory Installed L = Local Installed
$181.81 F
$401.23 F
$N/A
7)  Transmission Upgrades: (Applies to Item 2 Only) All Trans: Subject to FCCC approval.
a)  Allison 2100 RDS (without parking pawl) for GVWR higher than 25,500 Lbs.
b)  Allison 2500 RDS Wide Ratio (without parking pawl) for GVWR higher than 25,500 Lbs.
c)  PTO Enable and/or Neutral Signal relays wired to J-box for body builder access. Included when a PTO is installed by the factory.
d)  PTO Clearance Provision 363-011
e)  Allison 2100HS No PTO, No Park Pawl
f)  Allison 2500HS No PTO, No Park Pawl
g)  Allison 2200HS No PTO, with Pawl
h)  Allison 2100EVS No PTO, No Park Pawl
i)  Allison 2500EVS With PTO, No Pawl
j)  Allison 2200EVS With PTO, With Pawl / a)
b)
c)
d)
e)
f)
g)
h)
i)
j) / $(267.00) F
$(49.00) F
$384.00 L
$122.00 F
$ (1009.00) F
$ (445.00) F
$ (267.00) F
$ (102.00) F
$ (19.00) F
$ 281.00 F
EVS for fire/emergency only
8)  Fuel Tank Upgrades: (May require a longer body length – seller will advise.)
a)  60 gallon (between rails aft of rear axle)
b)  40 gallon shallow tank for walk ramp
c)  30 gallon (aluminum, aft of rear axle)
d)  40 gallon (aluminum, aft of rear axle)
e)  40 gallon (steel, aft of rear axle)
f)  45 gallon LH aluminized steel
45G LH aluminum tank is in base bid
Auxiliary fuel ports is data code 599-001 and included in base bid. Not available with all tanks. Seller will advise.
Fuel door may be located on the LH or RH side for rear mounted tank. Seller will advise.
Gas engine must have 40 gallon between rails / a)
b)
c)
d)
e)
f) / $192.00 F
$152.00 F
($16.00) F
($ 4.00) F
($105.00) F
$64.00 F
9)  Tire/Wheel Upgrades
a)  245/70R19.5 ILO 225/70R19.5 (Applies only to Item 1)
b)  255/70R22.5 ILO 245/70R19.5 (Applies only to Item 2)
c)  Spare tire and wheel (match front tread)
d)  Polished Aluminum Front Wheels with Chrome Caps ILO painted steel wheels
e)  Polished Aluminum Front and Rear Outer Wheels, steel inner wheels with Chrome Caps ILO painted steel wheels
f)  Polished Aluminum Front and Rear Outer and Inner wheels with Chrome Caps ILO painted steel wheels. / a)
b)
c)
d)
e)
f) / $246.59 F
$576.77 F
$296.74 F Steel
$596.74 F Aluminum
$316.25 F
$824.75 F
$1,307.24 F
10) Body Size Upgrades (Chassis wheelbases will be corrected to what is available for the specific body length– and contractor will advise purchaser):
a)  93.5 In. width ILO 86.5 In. width (Applies only to Item 1)
b)  12 Ft. cargo floor length ILO 14 Ft., (Applies only to Item 1)
c)  13 Ft. cargo floor length ILO 14 Ft. (Applies only to Item 1)
d)  16 Ft. cargo floor length ILO 14 Ft.