Addendum No. 1 Information for Bid (IFB) V1488 Heavy- Duty Low Floor Cutaway Paratransit Bus

Size: px
Start display at page:

Download "Addendum No. 1 Information for Bid (IFB) V1488 Heavy- Duty Low Floor Cutaway Paratransit Bus"

Transcription

1 Addendum No. 1 Information for Bid (IFB) V1488 Heavy- Duty Low Floor Cutaway Paratransit Bus 7/02/2015 Prospective Bidder: Reference is made to the subject solicitation wherein the following changes are hereby incorporated: Insert: Response to all questions shall be incorporated into IFB V1488 per this Addendum No. 1. (attached) Delete: Bid Price Schedule: Located in Section 7, Substitute: Updated Price Schedule: (Line item 6 has been removed) - No Laptop is required In your bid submission to Transdev Services, Inc., an authorized representative of your firm or organization must acknowledge receipt of Addendum No. 1 in Schedule IV of Section 8 of the IFB. If you have any questions regarding this Addendum No 1, please contact the writer at ext or John.french@transdev.com. John French Manager of Procurement Transdev Services, Inc. d/b/a NICE Bus 700 Commercial Avenue Garden City, NY ext 4329 John.french@transdev.com

2 TRANSDEV SERVICES, INC. FEDERAL TRANSIT ADMINISTRATION (FTA) PROCUREMENT Heavy-Duty Low Floor Cutaway Paratransit Vehicle V1488 Transdev Services, Inc. (Transdev) hereby solicits from you a quotation of the price or prices upon which you offer to furnish the following materials, equipment, supplies or services. The contractor/supplier must fill in all information required in the blank spaces. An award shall be made to the responsive and responsible offeror submitting the lowest price, meeting all the IFB requirements. Pricing must remain firm fixed throughout the purchase order/contract term. Offerors must include all costs for labor, material, supervision, shipping, travel time etc., in their offer price. No additional charges will be paid during term of the contract/purchase order. Do not include taxes in the offer price. Transdev Services, Inc. is not TAX Exempt for this procurement of buses, include taxes only on the invoices. UPDATED PRICE SCHEDULE Vendor Name: Initials: Item # Description Quantity 1 Furnish and Deliver five (5) Heavy Duty Low Floor meeting or exceeding the Specifications listed in this IFB V1488, no later than the Delivery Schedule Requirements in Section 2. 5 * Price of One Item $ $ Total Price 2 Engine- Extended Warranty (3 year period) 5 * $ $ 3 Transmission- Extended Warranty (3 year period) 5 * $ $ 4 5 HVAC- Extended Warranty (3 year period) 5 * Brakes- Extended Warranty (3 year period) 5 * $ $ $ $ Total Dollar Value of All Line Items $ (Prices indicated in numbers take precedent over prices indicated by words) NOTE: * Transdev reserves the right to reduce quantities ordered if appropriate funds are not available, or increase quantities ordered. All buses ordered will reflect unit pricing associated with the model year of the item being purchased. Transdev may exercise the option to procure any, all or none of the optional buses. Term: The contract period is six (6) months from date of award; early delivery is preferred for line item 1. Total price in words Contractor/Supplier Information:

3 Offeror s Signature: Date: Print Name: Company Name: Company Address: City, State, Zip Code: Federal ID#: Phone #: Fax #: Please indicate by signature your Company s acceptance of Federal Transit Administration (FTA) Provisions, New York State Provisions and General Provisions. Name: Signature: Failure to sign above shall cause offer to be disqualified Altoona Test Information ( ) This vehicle has passed the Altoona Test Certification; Report Number: ( ) This vehicle has not passed the Altoona Test Certification (Provide Explanation Below) Offeror s Signature: Date:

4 # Section Spec Ref Question or Request for Equal Response s Bonds This section references required bonds and a 100% bond, however, The section 5 checklist indicates that bonding is not applicable to this procurement. Please confirm that neither bid nor performance bonds are required. Bonding is not required 2 3 General This section references a 7 year/250,000 mile useful life, but the mileage portion of the 7 year test is 200,000 miles. Please accept that the useful life will be 7 years/200,000 miles. 3 8.e General Dimensions Please accept a wheel base of up to 208" if necessary for better weight distribution 4 16.b Battery Compartment 5 16.d Battery Compartment Please accept a stainless steel tray mounted in a fiberglass housing that is part of the curb side entry wing. This provides the curb side access required in the bid specification. See attached picture. Please accept that the tray will pull out as far as the tray in the sample picture in the bid spec, but does not come out to fully inspect the rear of the batteries a Brakes Please accept the Ford OEM brakes. The life of the brakes will vary depending on drivers and application f Brakes Please accept that these vehicles will have the Ford OEM park brake that is not an air park brake. Air brakes are not available from Ford as an option on the Ford E series chassis a Chassis-Exterior Body Please accept that the body structure will not be "Gatorshield" which is a galvanized type steel. See attached information Body Please accept that this bus will have rear wheel wells in the bus as required for the low floor design Body Please accept "Gatorshield" as an approved corrosion protection. See above referenced material Driveline Please accept drive shaft guards that are welded to the floor structure Springs Please accept that these vehicles, due to the air suspension, will not have a rubber shear spring on the rear suspension system c Engine Please clarify if you are looking for a gasoline engine or a diesel engine. You are requesting a 14,500# minimum GVWR chassis and the only chassis in that class offers only a gasoline engine and no diesel engine. Max 14,500 GVWR f Engine Please accept a gasoline 6.8L V-10 from Ford with RPM RPM f Cooling System Please accept a derate system from the chassis OEM in lieu of a shutdown system. The body structure must be corrosion protected, fully undercoated steel per spec b Fuel Please accept a fuel tank designed for a gasoline engine. Tank must be designed to accommodate Diesel fuel Please accept the Ford gasoline OEM fuel tank, gauge, and fill neck. CBI will install a lockable fuel fill door Fuel System (Diesel) over the OEM fill neck. Vehicle is diesel i and j Exhaust System Please note that if going to a gasoline engine that there will not be any DEF fluid lines or filler. Engine is Diesel, not gasoline i Interior Panels Please accept and ABS modesty panel in lieu of the melamine panels i Interior Panels If ABS is not acceptable, please accept modesty panels covered in flooring material that will match the interior floor covering. ABS is acceptable (see question above) Decals and Placards Please accept that the interior decals will have a painted steel backer Floor Covering In lieu of the ribbed rubber, please accept Tarabus Gerflor as an acceptable alternative. This is warranted for 12 years and has proven to be a good seamless floor covering. See attached information i Floor Covering Please note that this low floor design will have 2 flat surfaces with a ramp just in front of the wheel well to allow access to the rear flat surface. There will be wheel wells in the rear of the bus. See attached picture of a sample bus l Floor Covering Please note that these vehicles will only have 1 step into the vehicle r Floor Covering Please accept that this bus will have rear wheel wells in the bus as required for the low floor design. Please accept that all heater hoses added to the chassis will be the silicone hose referenced in section 43.g e Heater System and not copper or brass c.7 Instrumentation Please accept that the Ford chassis does not offer a tire pressure monitoring system from the factory Doors Please accept an electric door with no air operation for the passenger entry doors a Emergency Reflectors Please accept a quantity of 3 reflectors as that is the amount in our standard reflector kit Proximity Sensor Please clarify what you are looking for in the proximity switches mentioned in the section. Front and rear accident avoidance. Rear only is acceptable b Brake Light Please clarify how you want these lights to operate with the transmission. When the transmission is in park the brake lights should be enabled d Seating Please clarify whether the agency wants hi back or mid high seats. High back seats are referenced in this section, but in section 65.j this section requires mid high seats. Mid back required

5 # Section Spec Ref Question or Request for Equal Response s Please clarify if the agency is looking for 3PT seat belts for the passenger seats. This section refers to a Section 65J refers to providing an approved 3-point j Seating shoulder belt system, but section 65.h refers to lap belts. retractable seatbelt system n Seating Driver Foot Controls c Tires d Tires Please allow that the fixed passenger seats will be installed in seat track in the floor and wall. This is how our seats are pull tested and this also allows for maximum flexibility for the agency for future operation. Please accept the chassis OEM brake and accelerator pedals as they only come in one configuration and we are not allowed to change how they come in. Please accept that Ford does not offer tire pressure indicators as a factory option so we respectfully request that this section be deleted. Please accept steel rims with S/S wheel covers as aluminum rims are not available from Ford and we are not allowed to install aftermarket aluminum rims on the chassis'. White painted wheel only, SS will not be approved f Tires Please clarify what you are looking for with regards to wheel check indicators. Please accept a minimum 1 gallon windshield wiper reservoir as this is what comes standard from the c Windshield Wiper/Washer chassis manufacturer b Shock Absorbers Please accept that there will be 2 rear shock absorbers on the bus Warranty Please accept our standard body warranty. See attached Warranty Please accept the standard Ford chassis warranty. See attached Scope of Warranty Please note that any chassis warranty issues need to be completed by an authorized chassis dealer Fleet Defects Please exclude the chassis from the fleet defect clause as chassis' manufacturers don t recognize this Delivery Schedule Please allow up to 210 days after receipt of order for delivery. Indicators when properly installed on the vehicle lug nut shall provide the driver a visual inspection of the correct lug nut torque as well as potential issues with either the vehicle brakes or bearings. Wheel check indicator colors identify temperature ranges. 46 DBE DBE Please delete the requirement to complete the Bidders/Offerors Questionnaire in this section. Section 2, item 11, states that there is no DBE goal associated with this program. Further, Transit Vehicle Manufacturers (TVM) submit goals and report progress directly to the FTA Form to be filled out only by the Seller. 3. GENERAL. heavy duty chassis designed for a minimum seven (7) year useful life or 250,000 miles 47 3 General 48 8 General Dimensions 49 8 General Dimensions 50 8 General Dimensions 51 8 General Dimensions Interior Standing Height Respectfully request this be changed to meet NICE spec 99. ALTOONA TESTING (page 122) a. Must comply with Altoona 7 Year and 200,000 miles Also, the 7yr/200k should be a medium duty chassis. 8. GENERAL DIMENSIONS a. Body width = Minimum Interior 96 Please approve: Minimum 91 & 3/8". There is only one manufacturer of low floor cutaways that builds on a 102" body, so not allowing a 96" will result in a single bid. 8. GENERAL DIMENSIONS d. Interior height = Minimum 76 Please approve: 72" minimum at the rear of bus / 85" at the front of bus when measured at center aisle (Rear interior height varies with bus length) 8. GENERAL DIMENSIONS e. Wheelbase (Front to Rear) = 190 Inches (Maximum) Please approve: 191" 8. GENERAL DIMENSIONS 10. PASSENGER ENTRANCE DOOR a. Doorway Height Entrance 76 Inches (Minimum) Please approve: Doorway Height Entrance 75 Inches 12. INTERIOR STANDING HEIGHT (CENTER AISLE) a. 78 Inches (Minimum) Please approve: 72" minimum at the rear of bus / 85" at the front of bus when measured at center aisle (Rear interior height varies with bus length)

6 # Section Spec Ref Question or Request for Equal Response s 13. PAYLOAD CURB WEIGHT a. Total: 14,500 pounds (Minimum) b. Front Axle: 4,600 pounds (Minimum) c. Rear Axle: 9,450 pounds (Minimum) Payload ARBOC builds on GM4500 and has the following payload - Please approve: a. Total: 14,200 pounds (Minimum) b. Front Axle: 4,600 pounds (Minimum) c. Rear Axle: 9,600 pounds (Minimum) Battery Battery Compartment Please approve: (2) Group CCA with No warranty for batteries, as battery warranties are not available. 16. BATTERY COMPARTMENT b. battery compartment and tray shall be 16 gauge stainless steel Please approve: Fiberglass battery compartment 16. BATTERY COMPARTMENT h. The battery tray shall be large enough to hold two OEM batteries GEL type batteries with 900CCA will be accepted. Batteries must meet the warranty requirements in Battery compartment can be fiberglass, tray must be stainless steel Battery Compartment Please approve: Large enough for one battery (only one battery is required for the ARBOC electrical system). NICE requires dual batteries. 17. BRAKES a. Extended life brakes with 50,000 mile warranty shall be provided on all four (4) wheels Brakes Standard GM Brake warranty is 3 years / 36,000 miles, less friction material. Extended warranties are not available. Please approve. 18. CHASSIS EXTERIOR BODY a. Corrosion protection, fully undercoated steel structure Please approve: Mil Spec E-Coat corrosion protection with 1500 hour salts spray on all underbody components (not a secondary operation undercoated underbody as specified)- See document titled 18. CHASSIS EXTERIOR BODY CORROSION PROTECTION Chassis-Exterior Body Chassis-Exterior Body Chassis-Exterior Body Chassis-Exterior Body Chassis-Exterior Body Arboc also totally encapsulates the single continuous engineered wood floor with polyurea (like a truck bed Rhino liner) - see provided document titled 18. CHASSIS EXTERIOR BODY - FLOOR. By using both Mil Spec E-Coat and polyurea floor, 2000 plus buses in the field have proven this to be a more corrosion resistant underbody, so undercoat is not required. It also keeps underbody components clean from undercoat material. 18. CHASSIS EXTERIOR BODY b. Two section panels are required on the sides of the vehicle. Please approve: continuous single piece fully laminated FRP. This reduces possible leak paths / water intrusion 18. CHASSIS EXTERIOR BODY j. The rear bumper shall be constructed from minimum 10-gauge steel powder coated white. White powder coat is not available. Please approve black painted bumper. 18. CHASSIS EXTERIOR BODY k. All modifications and/or industry standard wheelbase extensions to the OEM frame rail shall only be made aft OEM chassis cab B pillar. Please approve: Arboc patented front entry that utilizes a cut in front of curbside B-Pillar providing more passenger space on curbside, typically 2 additional ambulatory compared to competition. Over 2,000 busses in the field have this forward entry benefit. 18. CHASSIS EXTERIOR BODY l. No modifications shall be made to the OEM drive train mounts, and/or OEM drive train specified component positioning. Please approve: Arboc patented front entry utilizes a slight engine, mount & drive train repositioning where all GM OEM components are fully warranted. Again, over 2,000 Arboc buses in the field utilize this feature.

7 # Section Spec Ref Question or Request for Equal Response s 20. STRUCTURE The wheel housing shall be constructed of a minimum 14 gauge galvanized steel or stainless steel Structure Please approve: 16 gauge. 22. BODY - Flat floor, no wheel wells Body We respectfully request the "no wheel Wells" be deleted as this is required for any low floor cutaway. 22. BODY Insulation has a minimum R-value of Body Please approve: R9 22. BODY The body shall be welded to the under frame structure so that the entire frame shall act as one unit without any movement in joining Body All Arboc wall, roof and floor structure assemblies are welded. Arboc Bolt and Bond assembly of walls to the floor, and roof to the walls utilizing Loctite H see provided document. Results of peel tests show that the steel will tear away before the bond. Over 2,000 Arboc buses are in the field. Arboc is the only low floor cutaway to meet FMVSS 214 side impact protection - further evidence that bold and bond is a superior final assembly technique. Please approve bolt and bond. 23. UNDERCOATING Please approve: Non traditional undercoated underbody, as Arboc utilizes a Mil Spec E-Coat corrosion protection with 1500 hour salts spray on all underbody components - See document titled 18. CHASSIS EXTERIOR BODY CORROSION PROTECTION Undercoating Engine Arboc also totally encapsulates the single continuous engineered wood floor with polyurea (like a truck bed Rhino liner) - see provided document titled 18. CHASSIS EXTERIOR BODY - FLOOR. By using both Mil Spec E-Coat and polyurea floor, 2000 plus buses in the field have proven this to be a more corrosion resistant underbody, so undercoat is not required. It also keeps underbody components clean from undercoat material. 29. ENGINE f. rated 620 lb. ft. torque at 1,400 rpm Please approve: GM Duramax 6.6L diesel engine with torque rated at RPM. For GM Duramax diesel specification. However, revision to Technical Spec for Diesel Engine to have minimum 3.2 L diesel, 185 3,000 RPM, torque rated at 350 1,500 RPM minimum. Alternator Minimum 145 AMP. 29. ENGINE j. Engine idle shutdown to help reduce diesel fuel consumption and diesel exhaust emissions Engine Respectfully request this specification be deleted as this is not available on the GM COOLING SYSTEM a. through i Cooling System Please approve: Standard OEM cooling package that come on the GM4500 with 6.6L Duramax diesel 32. Fuel a. through h Fuel Please approve: Standard OEM fuel tank and system that comes on the GM4500 with 6.6L Duramax diesel. Tank must be designed to accommodate Diesel fuel 33. FUEL SYSTEM (DIESEL FUEL) a. through j Fuel System (Diesel) Exterior Finish, Color and Branding Please approve: Fuel fill on street side and DEF fill on curbside. This is the standard OEM fuel & DEF tanks and system that comes on the GM4500 with 6.6L Duramax diesel. 36. EXTERIOR FINISH, COLOR AND BRANDING d. Exterior surfaces to be painted.. Please approve: For white surfaces, GM OEM white paint on the chassis and white gel coat FRP (not painted) on body upfit. Body panels that are to remain white can be left OEM white. They do not need to be repainted.

8 # Section Spec Ref Question or Request for Equal Response s 38. FLOOR COVERING Floor Covering Floor Covering Respectfully request that all references to steps be deleted as there are no steps in a low floor bus. 38. FLOOR COVERING Please approve: Polyurea floor. Arboc also totally encapsulates the single continuous engineered wood floor with polyurea (like a truck bed Rhino liner) - see provided document titled 18. CHASSIS EXTERIOR BODY - FLOOR. 38. FLOOR COVERING e. The floor in the passenger area shall be of a non-skid rubber composition material shall be reviewed with NICE for approvals at the preproduction conference (Appendix 2 PPC-20) Floor Covering Please approve: Polyurea, ALTRO or Gerflor as rubber floor is not available. No wood floor Floor Covering 38. FLOOR COVERING i. The floor shall be mechanically fastened and adhesively bonded to steel frame understructure and be a LEVEL and a continuous FLAT PLANE (flat floor no protruding wheel wells) We respectfully request the "no wheel Wells" be deleted as this is required for any low floor cutaway. 38. FLOOR COVERING j. Plywood flooring is not acceptable. Must be composite structure material. APA certified. All surface irregularities shall be filled and sanded smoothly, shall be completely 100 % sealed from moisture penetration prior to being mechanically fastened and adhesively bonded to steel frame understructure Floor Covering Please approve: Arboc also totally encapsulates the single continuous engineered wood floor Floor (see document PerformMax500) with polyurea (like a truck bed Rhino liner) - see provided document titled 18. CHASSIS EXTERIOR BODY - FLOOR. Composite structure is not available. 40. OPERATORS SUNVISOR/LIGHT Two (2) flip up type sun visors in color to match the dash panel for the operator shall be provided. Visor shall be OEM Operators' Sunvisor/Light Insulation Air Conditioning Doors Front and Rear Proximity Sensor Mirrors Please approve: single visor for driver only, as there is no passenger or visor in the OEM cab curbside 41. INSULATION c. Wall and Roof Insulation R-Value (Minimum) = 9.75 Foam sprayed insulation Please approve: R9-1.5" rigid foam insulation for walls and roof Please approve: high performance flexible "astroeco" for radius areas where rigid foam cannot be installed. 44. AIR CONDITIONING VALIDATION Respectfully request that AC validation data from other AC technical specifications (FDOT, Houston, Etc.) be used to satisfy the NICE requirement without additional testing. 50. DOORS The Vehicles will have electric over air operated entrance doors. Please approve: all electric A&M door per provided documentation, as air doors are not available. 61. FRONT AND REAR PROXIMITY SENSOR Front and rear proximity sensor with internal audible alert for the Operator Please approve: rear only, as front proximity sensors are not available for OEM GM front bumpers. 64. MIRRORS b. Interior Convex Mirror: Minimum 10 inch x 5 inch j. A nine (9) inch round convex rearview mirror. Please approve: a single 6" x 9" mirror.

9 # Section Spec Ref Question or Request for Equal Response s 64. MIRRORS d. Exterior dual convex rearview heated / remote with built in turn signal and flat mirror directly below Mirrors Mirrors Seating Driver Foot Controls Steering Horn Suspension Please approve: Velvac 2020SS or 2020XG per provided documentation. 64. MIRRORS k. Blind spot monitoring indicator system (visual and audible) to be included in the exterior mirrors. Please approve: Velvac visual only blind spot monitoring system per provided brochure. Systems with audio are not available. 65. SEATING h. Two (2) lap seat belts, orange color, to be provided per wheelchair position. Please approve: black lap seat belts, as orange are not available through Q'Straint. 68. DRIVER FOOT CONTROLS Please approve: OEM GM4500 foot controls 69. STEERING Please approve: OEM GM4500 steering controls. 70. HORN a. Two (2) heavy duty horns Please approve: OEM GM4500 Single Horn: Dual Note Tone. 71. SUSPENSION Please approve: Arboc Air Lift system based upon the provided document titled "13 Air System Arboc Operational Sequence" 71. SUSPENSION o. Vehicle suspension shall have a digital display user interface dash panel that provides all vehicle suspension functionality, monitors overall vehicle suspension performance with real-time diagnostics weight distributions, air pressures, and more) capabilities, and allows for real-time remote programming Suspension Please approve: Arboc air lift system without dash monitor. The Arboc system is designed for driver simplicity without the need for additional distracting displays. Any needed system information can be viewed by a maintenance tech plugging in a laptop while on board the bus. See provided document titled Air Lift Pc Application Instructions Must have dash indicator and interlock 71. SUSPENSION p. Vehicle suspension shall consist of two (2) specifically designed air tanks to meet the requirements Suspension Suspension Please approve: Arboc 1 tank system - we do not require a 2 tank system. See next RFA item for more information. 71. SUSPENSION q. Air suspension system shall contain an emergency manual override auxiliary air support system, which is separate and independent of the vehicle s main air operating system, and which can provide immediate back-up source of air supply to the main air system to allow for the vehicle to be operated directly to servicing under a main air producing system failure. Said auxiliary manual override system shall have its own independent and dedicated air supply tank and manual controls and safety valves. Please approve: Arboc without an auxiliary manual override system. As a safety feature, Arboc is built on a GM4500 with independent front suspension and CAN be driven when kneeled as long as ramp is stowed and passenger door is closed. This a both a SAFTEY and maintenance benefit: in the event the Arboc system loses pressure, the bus and passengers can be driven out of harms way without the complication of an auxiliary back up system. 71. SUSPENSION v. All modifications and/or industry standard wheelbase extensions to the OEM frame rail shall only be made aft OEM chassis cab B pillar Suspension Please approve: Arboc patented front entry utilizes a cut in front of curbside B-Pillar providing more passenger space on curbside. Over 2,000 busses in the field have this forward entry benefit.

10 # Section Spec Ref Question or Request for Equal Response s 71. SUSPENSION w. No modifications shall be made to the OEM drive train (i.e. engine, transmission), OEM drive train mounts, and/or OEM drive train specified component positioning Suspension Please approve: Arboc patented front entry that utilizes a very slight engine, mount & drive train repositioning. Over 2,000 busses in the field have this slight modification. 72. KNEELING Kneeling Please approve: Arboc Air Lift system based upon the provided document titled "13 Air System Arboc Operational Sequence". 72. KNEELING Kneeling As an alternate option, please approve a non kneeling model, which provides a 1:5 ramp slope and exceeds the minimum ADA slope of 1:4. The Arboc Spirit of Freedom is identical to the kneeling Spirit of Mobility, except it utilizes the GM suspension and does not have an air ride / air lift system. 73. TIRES c. TPI (tire pressure indicator) on dash instrument cluster Tires GM4500 does not offer a TPMS, we respectfully request this be deleted from the specification. 73. TIRES d. Aluminum wheels, (including spare tire) with no wheel covers. For MY 2015 GM4500, GM changed the front wheel hub, and no after market aluminum wheels are available. This was determined when Arboc recently took delivery of aluminum wheels from Alcoa only to find out the front wheels no longer fit. Alcoa confirmed with GM that the front hub design changed, and no aluminum wheels are available. We also searched a multitude of other wheel manufacturers and no company can provide an aluminum wheel that fits the 2015 GM Tires We respectfully request approval of white painted wheel or SS Wheel Covers. 78. WHEELCHAIR SPACE 34W x 60L inches (Minimum). White painted wheel only, SS are not approved Wheelchair Please approve: 34w x 48L (minimum ADA) to accommodate the 5 wheel chair requirement and the 183" wheel base required on the diesel chassis. 81. WINDSHIELD WIPERS/WASHER Windshield Wiper/Washer Please approve: standard OEM GM4500 windshield wipers / washer 82. SHOCK ABSORBERS b. Two front shocks and four rear shocks Shock Absorbers Please approve: two rear shock absorbers with two rear airbags to accommodate GM4500 design compatibility. Four rear shocks are not available. 83. GROUND a. Three added grounds shall be installed on the vehicle; all shall be # 0 gauge Ground Electrical System Please approve: Arboc standard battery 2 gauge cable which have been engineered to support a fully loaded electrical system and additional safety margin. # 0 gauge is not a standard, it is not needed and would add unnecessary cost. 84. ELECTRICAL SYSTEM Please approve: Arboc electrical system as described in the provided 2015 SOM CONSTRUCTION SPECIFICATIONS starting on page 15. with exception that Battery Disconnect Switch must kill power to entire vehicle, not a partial power protection switch /87 Wiring and Switches/Electrical Body Power Distribution Center 86. WIRING AND SWITCHES and 87. ELECTRICAL BODY POWER DISTRIBUTION CENTER Please approve: Arboc electrical system as described in the provided 2015 SOM CONSTRUCTION SPECIFICATIONS starting on page 15. Electrical system as described in Arboc attachment is approved with exception of Battery disconnect switch. The Battery disconnect switch MUST kill all power and electrical to bus, not partial power and electrical as described in Arboc electrical system attachment.

11 # Section Spec Ref Question or Request for Equal Response s 92. TRAINING a. through f Training This appears to be a large transit bus spec. We respectfully request this be reduced to typical cutaway training requirements TOWING b. At a minimum shop air connectors shall be provided at the front and rear of the bus and shall be capable of supplying all pneumatic systems of the bus with externally sourced compressed air. The location of these shop air connectors shall facilitate towing operations Towing This appears to be a large transit bus spec. We respectfully request this be removed from the spec as shop air is not available on a GM4500 Arboc low floor cutaway. The only system requiring air is the ride / lift / kneeling system. In the event an Arboc lift system lost pressure, the driver can maneuver the bus and the passengers out of harms way while in the kneeled position. The tank and air bags can then be filled through a Schrader valve once the bus is in a safe location so the bus can be driven to a maintenance facility OPTIONAL EXTENDED WARRANTIES The Contractor shall offer extended warranties on the engine, transmission, HVAC and Brake System Excluding friction material. Each extended warranty shall cover years three, four and five and start upon completion of the original two (2) year warranty Optional Extended Warranties Subsystem and Component Warranty Keys Extended warranties are not available on a GM4500 for any of these systems, and we therefore respectfully request this requirement be removed SUBSYSTEM AND COMPONENT WARRANTY Please approve: GM, Arboc, and Arboc supplier warranties per the provided warranty breakdown KEYS b. Five (5) sets of keys shall be provided with each vehicle. Five sets of keys per vehicle from GM will be very costly. Suggest 2 sets per vehicle Brakes 17f Please accept a mechanical parking brake as this is the only type available on a cutaway chassis 22. The New York State Bus bid required low floor buses to have been tested to demonstrate compliance Body with FMVSS 214 for side impact protection since on such buses, passengers are in the impact zone for autos. Do you require compliance with 214? Needs to be in compliance with FMVSS 214 Side Impact Protection for buses Disadvantaged Business Enterprise Will Transdev change the paragraph to I hereby certify that the Bidder/Offeror has complied with the requirements of 49 CFR Part and is listed on FTA's certified list of Transit Vehicle Manufacturers, or has submitted a current goal methodology to FTA that has been approved or has not been disapproved to reflect 49 CFR Part 26.49(a)(1)? No change Disadvantaged Business Enterprise Since a foreign Subcontractor might not have a Federal ID #, may a Bidder/Offeror list N/A in this space? Not This is a FTA requirement Disadvantaged Business Enterprise What is the relevance or rationale in obtaining the Year Business Started for non-dbe Subcontractors? Not This is a FTA requirement Disadvantaged Business Enterprise What is the relevance or rationale in obtaining the Gross Receipts for non-dbe Subcontractors? Not This is a FTA requirement Disadvantaged Business Enterprise Disadvantaged Business Enterprise Disadvantaged Business Enterprise Disadvantaged Business Enterprise Disadvantaged Business Enterprise If a Bidder/Offeror list cannot obtain the Gross Receipts for a non-dbe Subcontractor, may that Bidder/Offeror list N/A in that space? Not Acceptable Although all Offerors should certainly support the participation of DBEs, MBEs, WBEs and SBEs, will Transdev confirm that Offerors are not required to identify any DBEs, MBEs, WBEs and SBEs at the time of bid submittal (since there is no project-specific DBE goal and the successful Offeror will report their DBE participation directly to FTA Office of Civil Rights)? This is required per IFB V1488 Since every DBE is, by definition, also a SBE and either a MBE and/or WBE, will Transdev confirm that individual DBE subcontractor data should not be repeated under M/MBE and/or SBE subcontractor data? Yes Since not every MBE and/or WBE may necessarily be DBE or SBE, will Transdev confirm only MBEs and MBEs that are neither DBE nor SBE be listed in the M/WBE subcontractor section? Yes Presuming Disadvantaged MBEs/WBEs (i.e., DBEs) are identified in the first subcontractor (DBE) section and non-disadvantaged MBEs/WBEs are identified in the second subcontractor (M/WBE) section, will Transdev clarify only SBEs that are non-mbe and non-wbe should be identified in the third subcontractor (SBE) section? Yes

Questions and Answers

Questions and Answers ADDENDUM # 1 IFB NO.V-1711 Paratransit Cutaway Bus May 24, 2017 Dear Prospective Bidders: The purpose of this addendum is to answer questions for and make revisions in the above referenced Invitation for

More information

ADDENDUM NO.1 IFB NO.V-1821 CUTAWAY BUS. July 3, 2018

ADDENDUM NO.1 IFB NO.V-1821 CUTAWAY BUS. July 3, 2018 ADDENDUM NO.1 IFB NO.V-1821 CUTAWAY BUS July 3, 2018 Dear Prospective Bidders: The purpose of this addendum is to answer questions for and revise the above referenced Invitation for Bids (IFB). The following

More information

VEHICLE SPECIFICATIONS Mid-Sized 4 X 4 Sport Utility Vehicle REV 05/16

VEHICLE SPECIFICATIONS Mid-Sized 4 X 4 Sport Utility Vehicle REV 05/16 NOTE: Accepting options to purchase Mid-Size 4 X 4 Sport Utility Vehicle (SUV) with seating arrangements for 7 Ambulatory Passengers. DESCRIPTION: These specifications describe a new Mid-Sized 4 X 4 Sport

More information

VEHICLE SPECIFICATIONS 12 PASSENGER OFF CENTER AISLE VAN REV 02/19

VEHICLE SPECIFICATIONS 12 PASSENGER OFF CENTER AISLE VAN REV 02/19 NOTE: Accepting options to purchase 12 Passenger Off Center Aisle Vehicle with seating arrangements for 12 Ambulatory Passengers. DESCRIPTION: These specifications describe a new 12 Passenger Off Center

More information

REQUEST FOR TRANSIT VEHICLE PRICE QUOTE (RFQ)

REQUEST FOR TRANSIT VEHICLE PRICE QUOTE (RFQ) REQUEST FOR TRANSIT VEHICLE PRICE QUOTE (RFQ) This is (check one): Initial Request for Quote (from Requesting Agency to Vendors) Due Date: January 12, 2019 Response to RFQ (from Responding Vendor back

More information

Brazos Transit District. RFP#: Date: 10/31/2018. Creative Bus Sales Requests for Pre-Offer Change or Approved Equal: Page 1

Brazos Transit District. RFP#: Date: 10/31/2018. Creative Bus Sales Requests for Pre-Offer Change or Approved Equal: Page 1 Brazos Transit District Addendum #1 RFP#: 09232018 Date: 10/31/2018 The purpose of this addendum is the following: Page 2: Scope o o o Contract will be a fixed-price contract with an economic price adjustment

More information

ADDENDUM NO. 1 Kansas City Area Transportation Authority 1350 E. 17 th Street Kansas City, Missouri 64108

ADDENDUM NO. 1 Kansas City Area Transportation Authority 1350 E. 17 th Street Kansas City, Missouri 64108 ADDENDUM NO. 1 Kansas City Area Transportation Authority 1350 E. 17 th Street Kansas City, Missouri 64108 INVITATION FOR BIDS (IFB) #17-5036-33 BI-FUEL SHUTTLE BUSES FOR PARATRANSIT SERVICES Issue Date:

More information

Paratransit Van PCID NO COMMONWEALTH OF PENNSYLVANIA PENNSYLVANIA COMMERCIAL ITEM DESCRIPTION (PCID)

Paratransit Van PCID NO COMMONWEALTH OF PENNSYLVANIA PENNSYLVANIA COMMERCIAL ITEM DESCRIPTION (PCID) COMMONWEALTH OF PENNSYLVANIA PENNSYLVANIA COMMERCIAL ITEM DESCRIPTION (PCID) PCID NO. 1154 Eff. June 8, 2015 Paratransit Van (Converted Van Type Passenger Vehicle) (Supersedes PCID 1154. eff. 19 May 2015)

More information

Paratransit Side Entry Mini Van PCID NO COMMONWEALTH OF PENNSYLVANIA PENNSYLVANIA COMMERCIAL ITEM DESCRIPTION (PCID)

Paratransit Side Entry Mini Van PCID NO COMMONWEALTH OF PENNSYLVANIA PENNSYLVANIA COMMERCIAL ITEM DESCRIPTION (PCID) COMMONWEALTH OF PENNSYLVANIA PENNSYLVANIA COMMERCIAL ITEM DESCRIPTION (PCID) PCID NO. 1144 Eff. December 13, 2016 Paratransit Side Entry Mini Van (Converted Van Type Passenger Vehicle) (Supersedes PCID

More information

Barrow County Board of Education 179 W. Athens Street Winder, Georgia 30680

Barrow County Board of Education 179 W. Athens Street Winder, Georgia 30680 Barrow County Board of Education 179 W. Athens Street Winder, Georgia 30680 Judy Roberts Telephone: 770-867-4527 x100214 Business Services Fax: 770-867-4540 E-Mail: jroberts@barrow.k12.ga.us Barrow County

More information

PART A TENDER SUBMISSION

PART A TENDER SUBMISSION PART A TENDER SUBMISSION Page 1 of 24 FORM A: TENDER (SEE B7) 1. Project Title SUPPLY AND DELIVERY OF REGULAR CAB CHASSIS TRUCKS 2. Bidder Name of Bidder Street City Province Postal Code (Mailing address

More information

City of Jeffersontown PROJECT SCOPE & DESCRIPTION

City of Jeffersontown PROJECT SCOPE & DESCRIPTION City of Jeffersontown PROJECT SCOPE & DESCRIPTION Project is to purchase a 2018 StarTrans Senator II with a 2018 Ford E350 DRW. Twelve (12) passengers with 2 w/c positions and Driver. Proposal Procedures

More information

FLORIDA SHERIFFS ASSOCIATION, FLORIDA FIRE CHIEFS ASSOCIATION, & FLORIDA ASSOCIATION OF COUNTIES

FLORIDA SHERIFFS ASSOCIATION, FLORIDA FIRE CHIEFS ASSOCIATION, & FLORIDA ASSOCIATION OF COUNTIES FLORIDA SHERIFFS ASSOCIATION, FLORIDA FIRE CHIEFS ASSOCIATION, & FLORIDA ASSOCIATION OF COUNTIES SPECIFICATION #01 TYPE I AMBULANCE 2 WHEEL DRIVE 4 WHEEL DRIVE OPTIONAL (DIESEL ENGINE, DUAL REAR WHEEL,

More information

Section 11: Vehicle Inspection, Repair and Maintenance

Section 11: Vehicle Inspection, Repair and Maintenance Section 11: Vehicle Inspection, Repair and Maintenance Minnesota Trucking Regulations 79 Section 11 Vehicle Inspection, Repair, and Maintenance 49 CFR Part 396 Vehicle inspection, repair and maintenance

More information

PART 665 BUS TESTING. Subpart A General. 49 CFR Ch. VI ( Edition)

PART 665 BUS TESTING. Subpart A General. 49 CFR Ch. VI ( Edition) Pt. 665 PART 665 BUS TESTING Subpart A General Sec. 665.1 Purpose. 665.3 Scope. 665.5 Definitions. 665.7 Grantee certification of compliance. Subpart B Bus Testing Procedures 665.11 Testing requirements.

More information

City of Storm Lake Fire Department Heavy Rescue Specifications

City of Storm Lake Fire Department Heavy Rescue Specifications INTENT OF SPECIFICATIONS City of Storm Lake Fire Department Heavy Rescue Specifications It shall be the intent of these specifications to provide a complete apparatus equipped as hereinafter specified.

More information

CITY OF ALHAMBRA NOTICE INVITING BIDS NO. N2M16-144

CITY OF ALHAMBRA NOTICE INVITING BIDS NO. N2M16-144 CITY OF ALHAMBRA NOTICE INVITING BIDS NO. N2M16-144 PUBLIC NOTICE IS HEREBY GIVEN that the City of Alhambra will receive sealed bids on or before the hour of 10:30 AM on Thursday, October 27 2016, at the

More information

REQUEST FOR QUOTES Invitation to Bid

REQUEST FOR QUOTES Invitation to Bid REQUEST FOR QUOTES Invitation to Bid Purchase of Three (3) Class 8A Tandem Axle Day Cab Tractors ISSUED: May 10, 2018 BIDS DUE: May 17, 2018 5PM EST PROPOSALS MAY BE SUBMITTED BY Mail or Email Mail to:

More information

FLORIDA SHERIFFS ASSOCIATION, FLORIDA FIRE CHIEFS ASSOCIATION, & FLORIDA ASSOCIATION OF COUNTIES

FLORIDA SHERIFFS ASSOCIATION, FLORIDA FIRE CHIEFS ASSOCIATION, & FLORIDA ASSOCIATION OF COUNTIES FLORIDA SHERIFFS ASSOCIATION, FLORIDA FIRE CHIEFS ASSOCIATION, & FLORIDA ASSOCIATION OF COUNTIES SPECIFICATION #23 TRACTOR-DRAWN AERIAL APPARATUS ALL ITEMS FACTORY INSTALLED UNLESS OTHERWISE INDICATED

More information

REQUEST FOR BID For Trucks. Bid Notice

REQUEST FOR BID For Trucks. Bid Notice REQUEST FOR BID For Trucks Bid Notice Bell County Water Control & Improvement District No. 1 (District) is soliciting a Request for Bid for two (2) trucks to be used in its water operations. Sealed Bids

More information

Incomplete Vehicle Document 2014 Model Year NOTE:

Incomplete Vehicle Document 2014 Model Year NOTE: NOTE: YOU CAN PRODUCE YOUR OWN LEGITIMATE INCOMPLETE VEHICLE DOCUMENT BY PRINTING THIS DOCUMENT AND THEN TAKING A PHOTO OF THE CERT. LABEL ON THE DRIVERS DOOR OPENING. 55351115AZ CHRYSLER GROUP LLC 800

More information

CREATIVE BUS SALES, INC. REPRESENTING MOBILITY VENTURES, LLC

CREATIVE BUS SALES, INC. REPRESENTING MOBILITY VENTURES, LLC CREATIVE BUS SALES, INC. REPRESENTING MOBILITY VENTURES, LLC ORDER PACKET Contract #TRIPS-12-SNV-CBS Special Needs Type Vehicles TRIPS-12-SNV-CBS - 1 - October 2012 CONTRACT # TRIPS-12-SNV-CBS ORDER PACKET

More information

ADDENDUM NO. ONE (1) ACQUIRE SNOW REMOVAL EQUIPMENT NORFOLK INTERNATIONAL AIRPORT, VIRGINIA. May 18, 2016

ADDENDUM NO. ONE (1) ACQUIRE SNOW REMOVAL EQUIPMENT NORFOLK INTERNATIONAL AIRPORT, VIRGINIA. May 18, 2016 From: The Norfolk Airport Authority ADDENDUM NO. ONE (1) NORFOLK INTERNATIONAL AIRPORT, VIRGINIA May 18, 2016 To: All Bidders of Record This Addendum is hereby made a part of the contract documents and

More information

City of Portsmouth Portsmouth, New Hampshire Department of Public Works. Bid# Five (5) 2018 Ford Trucks INVITATION TO BID

City of Portsmouth Portsmouth, New Hampshire Department of Public Works. Bid# Five (5) 2018 Ford Trucks INVITATION TO BID City of Portsmouth Portsmouth, New Hampshire Department of Public Works Bid#52-18 Five (5) 2018 Ford Trucks INVITATION TO BID Sealed bid proposals, plainly marked Bid#52-18 Five (5) 2018 Ford Trucks on

More information

GALLATIN PUBLIC UTILITIES

GALLATIN PUBLIC UTILITIES GALLATIN PUBLIC UTILITIES Bid Proposal Item: Single Axle Dump Truck Bid Date: Company Address: Phone Number: Manufacturer: Bid Information (1) Prices F.O.B., 249 Hancock Street, Gallatin, Tennessee 37066.

More information

PACER II. Parking Shuttle. Assisted Living. Shown with optional graphics, lighting and ADA packages. Church

PACER II. Parking Shuttle. Assisted Living. Shown with optional graphics, lighting and ADA packages. Church PACER II Parking Shuttle Assisted Living Shown with optional graphics, lighting and ADA packages. Church Up to 14 passenger Flexible ADA packages Excellent turning radius & maneuverability Fully welded

More information

REQUEST FOR QUOTATION

REQUEST FOR QUOTATION REQUEST FOR QUOTATION Sealed quotations will be received by the CAO/Clerk until: Wednesday, July 6, 2016-11:00 am QUOTATION FOR: PICK-UP TRUCK All items must be submitted on Quotation Forms, in sealed

More information

The following documentation is an electronicallysubmitted vendor response to an advertised solicitation from the West Virginia Purchasing Bulletin

The following documentation is an electronicallysubmitted vendor response to an advertised solicitation from the West Virginia Purchasing Bulletin The following documentation is an electronicallysubmitted vendor response to an advertised solicitation from the West Virginia Purchasing Bulletin within the Vendor Self Service portal at wvoasis.gov.

More information

One (1) New Ford F-150 Regular Cab XL Bid No Notice to Bidders

One (1) New Ford F-150 Regular Cab XL Bid No Notice to Bidders CITY OF SAN LEANDRO INVITATION FOR BIDS SUBMIT BID TO: City of San Leandro Purchasing Department 835 East 14th Street San Leandro, CA 94577 FOR FURTHER INFORMATION CONTACT: Julie Jenkins Purchasing Agent

More information

VEHICLE SPECIFICATIONS CONVERTED WINDOW VAN with WHEELCHAIR LIFT REV 02/19

VEHICLE SPECIFICATIONS CONVERTED WINDOW VAN with WHEELCHAIR LIFT REV 02/19 NOTE: Accepting options to purchase Converted Window Van with Wheelchair Lift with seating arrangements for 6 Ambulatory and 1 wheelchair position at the rear of the van or 8 Ambulatory and no wheelchair

More information

BID FOR A ONE (1) ONE-TON AND A HALF (5500 SERIES) CREWCAB TRUCK WITH DUMP BED. BID OPENING February 15, 2017 AT 10:00 A.M.

BID FOR A ONE (1) ONE-TON AND A HALF (5500 SERIES) CREWCAB TRUCK WITH DUMP BED. BID OPENING February 15, 2017 AT 10:00 A.M. P. O. B o x 1 5 4 0 T h o m a s v i l l e, G A 3 1 7 9 9 2 2 9-2 2 7-7 0 0 0 F A X 2 2 9-2 2 7-3 2 4 3 w w w. t h o m a s v i l l e. o r g BID FOR A ONE (1) ONE-TON AND A HALF (5500 SERIES) CREWCAB TRUCK

More information

1. Additional Information. Yes Yes Yes. Yes Yes Yes. Yes Yes Yes

1. Additional Information. Yes Yes Yes. Yes Yes Yes. Yes Yes Yes Bus Unit Price Type A2 Over 6350kg GVW Chassis. All units and components must meet Federal and Provincial regulations and $63,445.00 $65,317.00 $62,785.00 requirements and current D250 Type A2 Under 6350kg

More information

SPECIFICATIONS MEDIUM DUTY TRANSIT BUS WITH ADA ACCESSIBILITY OPTIONS

SPECIFICATIONS MEDIUM DUTY TRANSIT BUS WITH ADA ACCESSIBILITY OPTIONS Page 1 SPECIFICATIONS MEDIUM DUTY TRANSIT BUS WITH ADA ACCESSIBILITY OPTIONS *** Note: All specifications will be considered minimum unless stated otherwise.*** PURPOSE This item shall be a vehicle suitable

More information

STATE OF MINNESOTA EQUIPMENT SPECIFICATION. SPECIFICATION: September 2012 Page 1 SINGLE AXLE CAB & CHASSIS

STATE OF MINNESOTA EQUIPMENT SPECIFICATION. SPECIFICATION: September 2012 Page 1 SINGLE AXLE CAB & CHASSIS STATE OF MINNESOTA EQUIPMENT SPECIFICATION SPECIFICATION: 330-912 September 2012 Page 1 1.0 SCOPE SINGLE AXLE CAB & CHASSIS This unit shall be a currently advertised production model as modified per specifications

More information

2010 International Application Guide Volume 9 Issue ENTERVAN

2010 International Application Guide Volume 9 Issue ENTERVAN 2010 International Application Guide Volume 9 Issue 1 1-11-10 ENTERVAN Entervan : Engineered for Excellence Built on the 2008-2010 Chrysler/Dodge chassis, the BraunAbility Entervan is the culmination of

More information

COLLEGE COMMUNITY SCHOOL DISTRICT BID SHEET. THREE (3) 78 PASSENGER TRANSIT STYLE SCHOOL BUSES and ONE (1) 65 PASSENGER LIFT BUS

COLLEGE COMMUNITY SCHOOL DISTRICT BID SHEET. THREE (3) 78 PASSENGER TRANSIT STYLE SCHOOL BUSES and ONE (1) 65 PASSENGER LIFT BUS COLLEGE COMMUNITY SCHOOL DISTRICT BID SHEET THREE (3) 78 PASSENGER TRANSIT STYLE SCHOOL BUSES and ONE (1) 65 PASSENGER LIFT BUS Bid #1 Three (3) 2010 (78) Passenger Transit Style School Buses and One (1)

More information

METRO,...,. AMENDMENT- INVITATION FOR BID (IFB) Project No. Date Amendment Issued. Issued By

METRO,...,. AMENDMENT- INVITATION FOR BID (IFB) Project No. Date Amendment Issued. Issued By Rev. 10-3-17 METRO,...,. AMENDMENT- INVITATION FOR BID (IFB) Amendment No. 1 IFB No. 4018000101 Project No. Date Amendment Issued COMPANY NAME AND ADDRESS (To be completed by Bidder) The hour and date

More information

BID FOR ONE (1) 1 TON CREW CAB TRUCK WITH SERVICE BODY OPENING APRIL 11, 2019 AT 10:00 A.M.

BID FOR ONE (1) 1 TON CREW CAB TRUCK WITH SERVICE BODY OPENING APRIL 11, 2019 AT 10:00 A.M. P. O. B o x 1 5 4 0 T h o m a s v i l l e, G A 3 1 7 9 9 2 2 9-2 2 7-7 0 0 0 F A X 2 2 9-2 2 7-3 2 4 3 w w w. t h o m a s v i l l e. o r g BID FOR ONE (1) 1 TON CREW CAB TRUCK WITH SERVICE BODY OPENING

More information

REQUEST FOR BID For Trucks. Bid Notice

REQUEST FOR BID For Trucks. Bid Notice REQUEST FOR BID For Trucks Bid Notice Bell County Water Control & Improvement District No. 1 (District) is soliciting a Request for Bid for three (3) trucks to be used in its water and wastewater operations.

More information

REQUEST FOR QUOTES Invitation to Bid. Purchase of Two (2) Class 8A Tandem Axle Tractors

REQUEST FOR QUOTES Invitation to Bid. Purchase of Two (2) Class 8A Tandem Axle Tractors REQUEST FOR QUOTES Invitation to Bid Purchase of Two (2) Class 8A Tandem Axle Tractors ISSUED: November 27, 2018 BIDS DUE: November 30, 2018 12:00 PM EDT NOTE: Bid requirement - ability to deliver trucks

More information

CITY OF BARTLETT 6400 STAGE ROAD BARTLETT, TENNESSEE 38134

CITY OF BARTLETT 6400 STAGE ROAD BARTLETT, TENNESSEE 38134 CITY OF BARTLETT 6400 STAGE ROAD BARTLETT, TENNESSEE 38134 A. Keith McDonald, Mayor Mark Brown, Chief Administrator Officer Dick Phebus, Finance Director Bill Yearwood, Director of Public Works INVITATION

More information

TENDER FOR SUPPLY AND DELIVERY OF ONE (1) NEW 2019 or LATER MODEL MINI CARGO VAN (GVW MINIMUM 4700, MAXIMUM 5500)

TENDER FOR SUPPLY AND DELIVERY OF ONE (1) NEW 2019 or LATER MODEL MINI CARGO VAN (GVW MINIMUM 4700, MAXIMUM 5500) TENDER FOR SUPPLY AND DELIVERY OF ONE (1) NEW 2019 or LATER MODEL MINI CARGO VAN (GVW MINIMUM 4700, MAXIMUM 5500) DUE DATE: Friday, March 15, 2019 2:00 p.m. Local Time P a g e 1 Geoff Holman, Director

More information

Department of Finance Purchasing Department INVITATION TO BID

Department of Finance Purchasing Department INVITATION TO BID January 24, 2017 Department of Finance Purchasing Department INVITATION TO BID The City of Norwalk is soliciting bids for one (1) 2016 Ford F-550 Chassis XLT Dump Truck for the Recreation & Parks Department.

More information

SPECIFICATIONS AND BID FORM FOR ONE NEW SIX WHEEL DRIVE ARTICULATED MOTOR GRADER WITH SNOW GATE. Street Department

SPECIFICATIONS AND BID FORM FOR ONE NEW SIX WHEEL DRIVE ARTICULATED MOTOR GRADER WITH SNOW GATE. Street Department SOUTH DAKOTA CITY OF WATERTOWN SPECIFICATIONS AND BID FORM FOR ONE NEW 201 6 SIX WHEEL DRIVE ARTICULATED MOTOR GRADER WITH SNOW GATE Street Department CITY OF WATERTOWN, OWNER P.O. BOX 910 WATERTOWN SOUTH

More information

ALLEGAN COUNTY ROAD COMMISSION PROPOSAL FOR WESTERN STAR TANDEM REAR AXLE DUMP TRUCKS (CAB & CHASSIS) MINIMUM 64000# GVWR

ALLEGAN COUNTY ROAD COMMISSION PROPOSAL FOR WESTERN STAR TANDEM REAR AXLE DUMP TRUCKS (CAB & CHASSIS) MINIMUM 64000# GVWR ALLEGAN COUNTY ROAD COMMISSION PROPOSAL FOR WESTERN STAR TANDEM REAR AXLE DUMP TRUCKS (CAB & CHASSIS) MINIMUM 64000# GVWR Board of County Road Commissioners of the County of Allegan 1308 Lincoln Road Allegan,

More information

One (1) New Ford E-450 Commercial Cutaway Van with Knapheide KUV High Roof Body Bid No Notice to Bidders

One (1) New Ford E-450 Commercial Cutaway Van with Knapheide KUV High Roof Body Bid No Notice to Bidders CITY OF SAN LEANDRO INVITATION FOR BIDS SUBMIT BID TO: City of San Leandro Purchasing Department 835 East 14th Street San Leandro, CA 94577 FOR FURTHER INFORMATION CONTACT: Julie Jenkins Purchasing Agent

More information

INVITATION FOR BID BID NO FOR: 2014/15 LIGHT DUTY TRUCKS AND VANS COMMODITY CODE:

INVITATION FOR BID BID NO FOR: 2014/15 LIGHT DUTY TRUCKS AND VANS COMMODITY CODE: Mark A. Cowart Chief Information Officer 2222 M Street Merced, CA 95340 (209) 385-7331 (209) 725-3535 Fax www.co.merced.ca.us Equal Opportunity Employer Issue Date: April 16, 2014 THE COUNTY OF MERCED

More information

FLAT BED STAKE BODY TRUCK

FLAT BED STAKE BODY TRUCK Group 1 Contract Attachment 4 Price Sheet: Dump Trucks Please see Attachment D: Instruction and General Information for Instructions, Color Key, and Reference Key. GVWR* Code 2 Base Vehicle Description3

More information

INVITATION TO BID PURCHASING DEPARTMENT P. O. BOX E. CENTRAL AVENUE THIRD FLOOR VALDOSTA, GEORGIA 31601

INVITATION TO BID PURCHASING DEPARTMENT P. O. BOX E. CENTRAL AVENUE THIRD FLOOR VALDOSTA, GEORGIA 31601 INVITATION TO BID PURCHASING DEPARTMENT P. O. BOX 1125 216 E. CENTRAL AVENUE THIRD FLOOR VALDOSTA, GEORGIA 31601 BID # 21-17-18 FOR: (1) One Ton Super Duty Crew Cab Truck with 8 Bed (F-350) OPENING DATE:

More information

AFFIX FEDERAL OR CANADA INCOMPLETE VEHICLE CERTIFICATION LABEL HERE

AFFIX FEDERAL OR CANADA INCOMPLETE VEHICLE CERTIFICATION LABEL HERE 68188893AC *68188893AC* CHRYSLER GROUP LLC 800 CHRYSLER DRIVE AUBURN HILLS, MI 48326-2757 CAUTION DO NOT REMOVE THIS DOCUMENT FROM THE VEHICLE INCOMPLETE VEHICLE DOCUMENT 2014 MODEL YEAR RAM PROMASTER

More information

Town of Digby. Tender Equipment Purchase 4 WD One Ton Truck CONTENTS

Town of Digby. Tender Equipment Purchase 4 WD One Ton Truck CONTENTS Town of Digby Tender Equipment Purchase 4 WD One Ton Truck CONTENTS Tender Call 2 General Instructions. 3/4 General Requirements 5 Specifications 1) One Ton Truck Chassis.. 6/7/8 2) Lift & Dump Gate..

More information

Community Unit School District # Church St Loami, IL

Community Unit School District # Church St Loami, IL Community Unit School District #16 212 Church St Loami, IL 62661 217-624-2541 71-Passenger Conventional School Bus Bid Proposal Sheet Bid Submission Deadline February 13, 2012 10:00am Chassis Manufacturer

More information

TENDER HALF TON PICKUP TRUCK, 4x4

TENDER HALF TON PICKUP TRUCK, 4x4 Municipality of the County of Colchester Public Works Department 1 Church Street, Truro, NS B2N 3Z5 Telephone: (902) 897-3175 TENDER 2018 HALF TON PICKUP TRUCK, 4x4 Sealed Tender Forms for Tender for 2018

More information

Community Unit School District # N Cedar St New Berlin, IL

Community Unit School District # N Cedar St New Berlin, IL Community Unit School District #16 600 N Cedar St New Berlin, IL 62670 217-488-2040 71-Passenger Conventional School Bus Bid Proposal Sheet Bid Submission Deadline January 10th, 2019 9:00am Chassis Manufacturer

More information

USPS: Preventative Maintenance (PMI) Directive Last Revision: December 1, 2016

USPS: Preventative Maintenance (PMI) Directive Last Revision: December 1, 2016 USPS: Preventative Maintenance (PMI) Directive Last Revision: December 1, 2016 The U.S. Postal Service has 200,000 vehicles for Vehicle Body Repair & Painting in of the Postal Fleet. The U.S. Postal Service

More information

Everything You Need! Phone , Ext. 229

Everything You Need! Phone , Ext. 229 Public Works Operations Manager 401 E Third St Kewanee, IL 61443 Everything You Need! Phone 309-852-2611, Ext. 229 Fax 309-856-6001 November 13, 2017 The City of Kewanee is requesting proposals in conformance

More information

Municipality of the District of West Hants Request for Proposal (RFP) PW Supply of one (1) new ½ Ton 4x4 Truck

Municipality of the District of West Hants Request for Proposal (RFP) PW Supply of one (1) new ½ Ton 4x4 Truck 1.0 INSTRUCTIONS TO BIDDERS 1.1 Complete the Bid Sheet and attach other required information and send in a sealed envelope by mail or delivery to; To: Municipality of the District of West Hants RFP # PW

More information

INCOMPLETE VEHICLE DOCUMENT NOTE: YOU CAN PRODUCE YOUR OWN LEGITIMATE INCOMPLETE VEHICLE DOCUMENT

INCOMPLETE VEHICLE DOCUMENT NOTE: YOU CAN PRODUCE YOUR OWN LEGITIMATE INCOMPLETE VEHICLE DOCUMENT INCOMPLETE VEHICLE DOCUMENT NOTE: YOU CAN PRODUCE YOUR OWN LEGITIMATE INCOMPLETE VEHICLE DOCUMENT BY PRINTING THIS DOCUMENT AND THEN TAKING A PHOTO OF THE CERT. LABEL ON THE DRIVERS DOOR OPENING. 09/01/2014

More information

July 15, 2016 NOTICE INVITING BIDS NOTICE TO SUPPLIERS FOR FURNISHING MOTOR VEHICLES

July 15, 2016 NOTICE INVITING BIDS NOTICE TO SUPPLIERS FOR FURNISHING MOTOR VEHICLES July 15, 2016 NOTICE INVITING BIDS NOTICE TO SUPPLIERS FOR FURNISHING MOTOR VEHICLES 1. Sealed bids will be received by Carmichael Water District (District) for furnishing motor vehicles as set forth in

More information

Creative Bus Dba Getaway Bus REPRESENTING New England Wheels

Creative Bus Dba Getaway Bus REPRESENTING New England Wheels Creative Bus Dba Getaway Bus REPRESENTING New England Wheels ORDER PACKET Contract #TRIPS-15-MB-GB MiniBus with ADA Option CONTRACT # TRIPS-15-MB-GB ORDER PACKET FOR MiniBus with ADA Option Creative Bus

More information

SCHEDULE E: TRAINING AIDS

SCHEDULE E: TRAINING AIDS 1.0 CONTRACT FOR X# Buses, BASE ONLY Total Price No. Qty. Description of Item Unit Price U.S. Dollars 1 X# "Type X" Buses, Base Buy (From Schedule A, column H line 161) 2 X# Optional X# year/x# mile PPA

More information

TENDER. 2017/2018 HALF TON PICKUP TRUCK, EXTENDED CAB, 4x4

TENDER. 2017/2018 HALF TON PICKUP TRUCK, EXTENDED CAB, 4x4 Municipality of the County of Colchester Public Works Department 1 Church Street, Truro, NS B2N 3Z5 Telephone: (902) 897-3175 TENDER 2017/2018 HALF TON PICKUP TRUCK, EXTENDED CAB, 4x4 Sealed Tender Forms

More information

SAFE. EFFICIENT. BUILT TO LAST. THE BEST LOOKING SCHOOL BUS ON THE ROAD.

SAFE. EFFICIENT. BUILT TO LAST. THE BEST LOOKING SCHOOL BUS ON THE ROAD. SAFE. EFFICIENT. BUILT TO LAST. THE BEST LOOKING SCHOOL BUS ON THE ROAD. TRANS TECH FEATURES THE BROADEST LINE-UP OF TYPE-A SCHOOL BUSES IN THE INDUSTRY. SST is shown here. ST AERO SST Built with big-bus

More information

ADDENDUM No. 1. BID No /15 Chevrolet Silverado Work Trucks

ADDENDUM No. 1. BID No /15 Chevrolet Silverado Work Trucks Purchasing Department 530 Water Street Oakland, CA 94607 Date: November 17, 2017 ADDENDUM No. 1 BID No. 17-18/15 Chevrolet Silverado Work Trucks This Addendum modifies the original BID Documents for the

More information

Town of Marystown. Tender For. One New 4x4 Two (2) Door Cab Chassis (19,500 KG GVWR) With 12Ft Flat Deck

Town of Marystown. Tender For. One New 4x4 Two (2) Door Cab Chassis (19,500 KG GVWR) With 12Ft Flat Deck Town of Marystown Tender For One New 4x4 Two (2) Door Cab Chassis (19,500 KG GVWR) With 12Ft Flat Deck GENERAL SPECIFICATIONS Tenders are invited for the supply and delivery of One New 4x4 Two (2) Door

More information

Phenix City Schools BID NO. GF Purchase of Three New Vehicles. Bid Opening Date & Time: January 7, 2019 at 9:00 AM EST

Phenix City Schools BID NO. GF Purchase of Three New Vehicles. Bid Opening Date & Time: January 7, 2019 at 9:00 AM EST Phenix City Schools BID NO. GF-2019-06 Purchase of Three New Vehicles Bid Opening Date & Time: January 7, 2019 at 9:00 AM EST The Phenix City Board of Education will receive and publicly open sealed and

More information

PURCHASING MEMORANDUM

PURCHASING MEMORANDUM 21513p12.doc/T05san New York State Office of General Services http://www.ogs.ny.gov AWARD NUMBER: 21513 DATE: January 4, 2012 REVISED April 6, 2009 January 14, 2012 sandra.nolan@ogs.ny.gov Arcola Sales

More information

ACTION: ESTABLISH LIFE-OF-PROJECT BUDGET FOR UP TO 100 NEW COMPO BUSES

ACTION: ESTABLISH LIFE-OF-PROJECT BUDGET FOR UP TO 100 NEW COMPO BUSES QD Metro Los Angeles County Metropolitan Transportation Authority One Gateway Plaza Los Angeles, CA 90012-2952 213.922.2000 Tel metro.net oplo OPERATIONS COMMITTEE June 16, 2011 SUBJECT: PURCHASE REPLACEMENT

More information

Request for New Heavy Duty 3/4 ton Pickup Truck for Lee County Emergency Management

Request for New Heavy Duty 3/4 ton Pickup Truck for Lee County Emergency Management General: The attached specification is to aid in the purchase of an efficient and dependable 4-wheel drive pickup truck for the Office of Lee County Emergency Management. Bids must be submitted to Lee

More information

REQUEST FOR QUOTE. Half Ton Trucks CONTRACT NO ADDENDUM NO.2

REQUEST FOR QUOTE. Half Ton Trucks CONTRACT NO ADDENDUM NO.2 REQUEST FOR QUOTE Half Ton Trucks CONTRACT NO. 19-130080-01 ADDENDUM NO.2 ISSUE DATE: March 15, 2019 1.0 GENERAL This addendum forms part of the contract documents and is to be read, interpreted and coordinated

More information

ALLEGANY COUNTY COMMISSIONERS ALLEGANY COUNTY DEPARTMENT OF PUBLIC WORKS. June 2018 BIDDING SPECIFICATIONS FOR NEW ONE-HALF TON PICKUP TRUCKS

ALLEGANY COUNTY COMMISSIONERS ALLEGANY COUNTY DEPARTMENT OF PUBLIC WORKS. June 2018 BIDDING SPECIFICATIONS FOR NEW ONE-HALF TON PICKUP TRUCKS ALLEGANY COUNTY COMMISSIONERS ALLEGANY COUNTY DEPARTMENT OF PUBLIC WORKS June 2018 BIDDING SPECIFICATIONS FOR NEW ONE-HALF TON PICKUP TRUCKS 1. 4 x 4: 4-wheel drive option with high and low range transfer

More information

Table of New Minor and Major Mechanical Defects To Identify During the Mechanical Inspection of a Road Vehicle

Table of New Minor and Major Mechanical Defects To Identify During the Mechanical Inspection of a Road Vehicle Table of Minor and Major Mechanical Defects 1 - Headlights and lights In the case of a headlight that uses light emitting diodes (LEDs), less than 100% of the diodes are in working order and in the case

More information

ATTACHMENT A ITEM# 5

ATTACHMENT A ITEM# 5 ATTACHMENT A ITEM# 5 Specification No: 370763-E Fund/Agency: 405/405 Organization: 9303 (10) Units For: OC Parks VENDOR S NAME: Specifications for: 2012 OR NEWER MODELS(ONLY), ELECTRIC VEHICLES These specifications

More information

NOTICE INVITING BIDS 2018 DEPARTMENT OF PUBLIC WORKS VEHICLE CITY OF BEAVER DAM, WISCONSIN

NOTICE INVITING BIDS 2018 DEPARTMENT OF PUBLIC WORKS VEHICLE CITY OF BEAVER DAM, WISCONSIN NOTICE INVITING BIDS 2018 DEPARTMENT OF PUBLIC WORKS VEHICLE CITY OF BEAVER DAM, WISCONSIN Sealed volumes, containing proposals, will be received at the City Clerk s Office of the City of Beaver Dam, Wisconsin,

More information

EL PASO INDEPENDENT SCHOOL DISTRICT PROCUREMENT SERVICES

EL PASO INDEPENDENT SCHOOL DISTRICT PROCUREMENT SERVICES PROCUREMENT SERVICES AWARD SUMMARY Solicitation: RFP #17-039 School Buses * This solicitation number must be referenced on all EPISD Purchase Orders * Effective Dates: May 17, 2017 through May 16, 2018

More information

FLORIDA SHERIFFS ASSOCIATION, FLORIDA FIRE CHIEFS ASSOCIATION, & FLORIDA ASSOCIATION OF COUNTIES

FLORIDA SHERIFFS ASSOCIATION, FLORIDA FIRE CHIEFS ASSOCIATION, & FLORIDA ASSOCIATION OF COUNTIES FLORIDA SHERIFFS ASSOCIATION, FLORIDA FIRE CHIEFS ASSOCIATION, & FLORIDA ASSOCIATION OF COUNTIES SPECIFICATION #09 75 REAR MOUNTED AERIAL APPARATUS ALL ITEMS FACTORY INSTALLED UNLESS OTHERWISE INDICATED

More information

INVITATION TO BID 14 PASSENGER MULTI-FUNCTION BUS ITB

INVITATION TO BID 14 PASSENGER MULTI-FUNCTION BUS ITB INVITATION TO BID 14 PASSENGER MULTI-FUNCTION BUS ITB 18-030 Metro Technology Centers (MTC), District 22 of Oklahoma County, OK, dba Metro Tech, will be accepting sealed bids until, in the Purchasing Department

More information

NOTICE OF INVITATION FOR COMPETITIVE SEALED BIDS FOR MOTOR GRADERS (Guadalupe County IFB No )

NOTICE OF INVITATION FOR COMPETITIVE SEALED BIDS FOR MOTOR GRADERS (Guadalupe County IFB No ) NOTICE OF INVITATION FOR COMPETITIVE SEALED BIDS FOR MOTOR GRADERS (Guadalupe County IFB No. 2017-12) Guadalupe County, New Mexico, invites competitive sealed bids for the procurement described below,

More information

City of Glasgow Department of Public Works Purchase of (1) 2013 White Rear Load Garbage Truck

City of Glasgow Department of Public Works Purchase of (1) 2013 White Rear Load Garbage Truck City of Glasgow Department of Public Works Purchase of (1) 2013 White Rear Load Garbage Truck To: All Interested Bidders Subject: 2013 (1) White Rear Load Garbage Truck Attached are specifications for

More information

INSTRUCTIONS TO BIDDERS AND SPECIFICATIONS FOR A 7-8 CUBIC YARD DUMP TRUCK

INSTRUCTIONS TO BIDDERS AND SPECIFICATIONS FOR A 7-8 CUBIC YARD DUMP TRUCK INSTRUCTIONS TO BIDDERS AND SPECIFICATIONS FOR A 7-8 CUBIC YARD CITY OF FOREST 120, SOUTH DAVIS ST P.O. BOX 298 FOREST, MS. 39074 RE: One or More New Dump Truck, Purchase And / Or Lease Purchase Financing.

More information

COORDINATED GRANT COMPETITION: PROJECT SPONSOR FOLLOW-UP QUESTIONS

COORDINATED GRANT COMPETITION: PROJECT SPONSOR FOLLOW-UP QUESTIONS 2016-2017 COORDINATED GRANT COMPETITION: PROJECT SPONSOR FOLLOW-UP QUESTIONS AGENCY: Senior Services of Snohomish County PROJECT: TAP Capital Vehicle Purchase Question #1: The same package of funding letters

More information

Dubuque Community School District SPECIFICATIONS BID FORM AND TIME AND PLACE OF FILING

Dubuque Community School District SPECIFICATIONS BID FORM AND TIME AND PLACE OF FILING Dubuque Community School District SPECIFICATIONS BID FORM AND TIME AND PLACE OF FILING All bids are to be executed on the forms provided herewith and only proposals submitted on these forms will be considered.

More information

BANNOCK COUNTY SOLID WASTE

BANNOCK COUNTY SOLID WASTE BANNOCK COUNTY SOLID WASTE 1500 N. Fort Hall Mine Road Pocatello, Idaho 83204 Ph. (208) 236-0607 NEW 2018 ROLL-OFF BID PACKAGE The undersigned hereby agrees and proposes to furnish one (1) new 2018 (make)

More information

FLORIDA SHERIFFS ASSOCIATION, FLORIDA FIRE CHIEFS ASSOCIATION, & FLORIDA ASSOCIATION OF COUNTIES

FLORIDA SHERIFFS ASSOCIATION, FLORIDA FIRE CHIEFS ASSOCIATION, & FLORIDA ASSOCIATION OF COUNTIES P a ge 1 FLORIDA SHERIFFS ASSOCIATION, FLORIDA FIRE CHIEFS ASSOCIATION, & FLORIDA ASSOCIATION OF COUNTIES *Effecitive dates for Bid 15-11-0116 are: February 1, 2015 through March 31, 2016. SPECIFICATION

More information

Invitation to Bid NEW FOUR WHEEL DRIVE EXTENDED CAB PICKUP TRUCK

Invitation to Bid NEW FOUR WHEEL DRIVE EXTENDED CAB PICKUP TRUCK FINANCE DEPARTMENT GREGORY N. L HEUREUX Finance Director KRISTIE BRADBURY Deputy Finance Director Invitation to Bid COLLEEN C. SELBERG Purchasing Agent NEW FOUR WHEEL DRIVE EXTENDED CAB PICKUP TRUCK Sealed

More information

COMPRESSED NATURAL GAS (CNG) BUS ENGINES

COMPRESSED NATURAL GAS (CNG) BUS ENGINES Metro Los Angeles County Metropolitan Transportation Authority One Gateway Plaza Los Angeles, CA gooi2-zg5z 213.g22.2000 Tel OPERATIONS COMMITTEE JULY 15,2010 SUBJECT: ACTION: COMPRESSED NATURAL GAS (CNG)

More information

SAFE. EFFICIENT. BUILT TO LAST. THE BEST LOOKING SCHOOL BUS ON THE ROAD.

SAFE. EFFICIENT. BUILT TO LAST. THE BEST LOOKING SCHOOL BUS ON THE ROAD. SAFE. EFFICIENT. BUILT TO LAST. THE BEST LOOKING SCHOOL BUS ON THE ROAD. TRANS TECH FEATURES THE BROADEST LINE-UP OF TYPE-A SCHOOL BUSES IN THE INDUSTRY. SST is shown here. ST AERO SST Built with big-bus

More information

ADDENDUM NO. 3. Kansas City Area Transportation Authority (KCATA) 1350 E. 17 th Street Kansas City, Missouri 64108

ADDENDUM NO. 3. Kansas City Area Transportation Authority (KCATA) 1350 E. 17 th Street Kansas City, Missouri 64108 Issue Date: April 7, 2017 ADDENDUM NO. 3 Kansas City Area Transportation Authority (KCATA) 1350 E. 17 th Street Kansas City, Missouri 64108 Project #17-7006-39 This Addendum is hereby made a part of the

More information

RFP Agricultural Tractors (AG tractor) SCOPE OF THE PROPOSAL

RFP Agricultural Tractors (AG tractor) SCOPE OF THE PROPOSAL Request for Proposal RFP Agricultural Tractors (AG tractor) 1. Introduction SCOPE OF THE PROPOSAL 1.1 The Ontario Federation of Snowmobile Clubs (OFSC) is accepting proposals for the purchase of Agricultural

More information

City Business Registration Number Signature Title

City Business Registration Number Signature Title INVITATION TO BID BID FORM Two (2) Mid-Size, 4 Door, SUV BID NO. 2014-04 City of Carlsbad 101 N. Halagueno Carlsbad, New Mexico 88220 Or PO Box 1569 Carlsbad, New Mexico 88221 BID DUE DATE: Please submit

More information

ONE (1) CURRENT MODEL YEAR REGENERATIVE AIR TYPE STREET SWEEPER MOUNTED ON CONVENTIONAL CAB BID NO

ONE (1) CURRENT MODEL YEAR REGENERATIVE AIR TYPE STREET SWEEPER MOUNTED ON CONVENTIONAL CAB BID NO CITY OF SAN LEANDRO INVITATION FOR BIDS SUBMIT BID TO: City of San Leandro Purchasing Department 835 East 14th Street San Leandro, CA 94577 FOR FURTHER INFORMATION CONTACT: Julie Jenkins Purchasing Agent

More information

This list applies to buses (other than motor coaches), minibuses and any trailer towed by a bus, minibus or motor coach.

This list applies to buses (other than motor coaches), minibuses and any trailer towed by a bus, minibus or motor coach. List 2 Bus This list applies to buses (other than motor coaches), minibuses and any trailer towed by a bus, minibus or motor coach. 1. Coupling devices The defects provided for in points 1.C and 1.F apply

More information

ADDENDUM NO. 1 INVITATION FOR BID FOR BUS ENGINE SUPPLY. IFB NO: 2018-FP-08 Date Issued: August 6, 2018

ADDENDUM NO. 1 INVITATION FOR BID FOR BUS ENGINE SUPPLY. IFB NO: 2018-FP-08 Date Issued: August 6, 2018 602 N. Staples, Corpus Christi, Texas 78401 p. 361-289-2712 f. 361-903-3578 www.ccrta.org ADDENDUM NO. 1 INVITATION FOR BID FOR BUS ENGINE SUPPLY IFB NO: 2018-FP-08 Date Issued: August 6, 2018 INSTRUCTIONS:

More information

CITY OF KYLE, TEXAS INVITATION FOR BID (IFB) NO: PM

CITY OF KYLE, TEXAS INVITATION FOR BID (IFB) NO: PM Solicitation For: Solicitation Number: CITY OF KYLE, TEXAS INVITATION FOR BID (IFB) NO: 2014-01-PM Purchase of Three (3) Chevrolet Tahoe SUV Police Pursuit Vehicles as described in the specification section.

More information

MONTVILLE PUBLIC SCHOOLS MONTVILLE CONNECTICUT FEBRUARY 20, 2015 BID # BUS

MONTVILLE PUBLIC SCHOOLS MONTVILLE CONNECTICUT FEBRUARY 20, 2015 BID # BUS MONTVILLE PUBLIC SCHOOLS MONTVILLE CONNECTICUT INVITATION TO BID FOR PURCHASE OF SCHOOL BUSES 71, 77 AND 47 PASSENGER SCHOOL BUSES FEBRUARY 20, 2015 BID #14-15-1-BUS LEGAL NOTICE MONTVILLE PUBLIC SCHOOLS

More information

SYSTEM SAFETY, SECURITY AND OPERATIONS COMMITTEE JULY 17, 2014 PURCHASE OF HYBRID SEDANS APPROVE CONTRACT AWARD ACTION: RECOMMENDATION

SYSTEM SAFETY, SECURITY AND OPERATIONS COMMITTEE JULY 17, 2014 PURCHASE OF HYBRID SEDANS APPROVE CONTRACT AWARD ACTION: RECOMMENDATION One Gateway Plaza Los Angeles, CA 90012-2952 213.922.2000 Tel metro. net SYSTEM SAFETY, SECURITY AND OPERATIONS COMMITTEE JULY 17, 2014 SUBJECT: ACTION: PURCHASE OF HYBRID SEDANS APPROVE CONTRACT AWARD

More information

CITY OF CORALVILLE th Street, Coralville, IA

CITY OF CORALVILLE th Street, Coralville, IA CITY OF CORALVILLE 1512 7 th Street, Coralville, IA 52241 319-248-1740 REQUEST FOR BID THIS IS NOT AN ORDER STATE BELOW THE PRICE AND DELIVERY FOR ITEMS DESCRIBED HEREIN, BASED ON THE SPECIFICATIONS, TERMS

More information

2017 MT-55 Chassis Specifications

2017 MT-55 Chassis Specifications 2017 MT-55 Chassis Specifications LDV, Inc. Mobile Tools Stores 20 Franchise Assistant Program Vehicle Specification Engine 1. Diesel, Cummins ISB, 6.7 L, 220 HP, 520 ft-lb torque 2. 2010 EPA CARB emissions

More information

INVITATION TO BID PURCHASING DEPARTMENT P. O. BOX E. CENTRAL AVENUE THIRD FLOOR VALDOSTA, GEORGIA 31601

INVITATION TO BID PURCHASING DEPARTMENT P. O. BOX E. CENTRAL AVENUE THIRD FLOOR VALDOSTA, GEORGIA 31601 INVITATION TO BID PURCHASING DEPARTMENT P. O. BOX 1125 216 E. CENTRAL AVENUE THIRD FLOOR VALDOSTA, GEORGIA 31601 BID # 24-17-18 FOR: (1) Ford T-250 Transit Van or comparable OPENING DATE: March 13, 2018

More information

Flexible Anytime, Transformable Forever

Flexible Anytime, Transformable Forever Flexible Anytime, Transformable Forever Patent Pending Products Including SNS AbiliTrax Floor: US Patent #9,610,861 Step N Lock Seat: US Patent #9,550,436 The entire length of track is open to ensure there

More information