INVITATION TO BID AND BID FORM

Size: px
Start display at page:

Download "INVITATION TO BID AND BID FORM"

Transcription

1 TOWNSHIP HIGH SCHOOL DISTRICT 211 INVITATION TO BID AND BID FORM BID #: 1700 FOR: BUSES DUE: November 30, 2016 at 11:00 a.m. FROM: (Name of Company) Price for each 2017 model year 71-Passenger bus $ x 3 = $ Trade-In: Credit for Unit #450, 453 & 456 trade-ins $( ) x 3 = $( ) Price for each 2017 model year 32-Passenger bus $ x 2 = $ Trade-In: Credit for Unit #431 and 439 trade-ins $() x 2 = $( ) Price for each Passenger wheelchair lift bus $ x 2 = $ Trade-In: Credit for Unit #461 and 463 trade-ins $() x 2 = $( ) Price for each 2017 flat floor Diesel wheelchair lift bus $ x 3 = $ Trade-In: Credit for Unit #474 trade-in $() x 1 = $( ) Price for 2017 Special needs Diesel bus $ x 1 = $ Trade-In: Credit for Unit #485 trade-in $() x 1 = $( ) TOTAL NET BID (in US $): $ DELIVERY OR COMPLETION: weeks REMINDER: YOUR BID MUST BE SUBMITTED IN A SEALED ENVELOPE CLEARLY MARKED: BID #1700; BUSES BIDS MUST BE RECEIVED AT THE ADDRESS BELOW NO LATER THAN: November 30, 2016 at 11:00 I have examined the specifications and instructions included herein and agree, provided I am awarded a contract within 90 days of bid due date, to provide the specified items and/or services or work as described in the specifications and instructions for the sum shown in accordance with the terms stated herein. All deviations from specifications and terms are in writing and attached hereto. COMPANY NAME SIGNED ADDRESS TITLE CITY, STATE & ZIP CODE DATE TELEPHONE NUMBER ADDRESS - This information is necessary for you to receive future bid proposals. * If NO BID is your response, please complete and return the Courtesy "No Bid" Response Questionnaire. Submit your sealed bid to: Barbara J. Peterson, Controller & Treasurer Township High School District South Roselle Road Palatine, Illinois

2 TOWNSHIP HIGH SCHOOL DISTRICT 211 Specifications for 71 Passenger Buses 2017 Model year, Diesel equipped Quantity (3) three All deviations and exceptions to chassis and body specifications must be noted with bid. Vehicles must meet all applicable Federal and State specifications and requirements in effect at time of delivery. Price to include all license and title fees. CHASSIS SPECIFICATIONS BIDDERS COMPLIANCE model year chassis with minimum wheelbase of 276" for 71 passenger body. Or equivalent. _ HP, turbo-charged 660ft/lb torque, diesel engine, equipped with an electric fan clutch, Delco-Remy MT38 starter motor, gear reduced, with thermo over-crank protection. Or equivalent. _ 3. Automatic transmission Allison 2500PTS w/external Cooler, filled with synthetic fluid. Running FuelSense Max Transmission to have a five (5) yr. warranty. No Substitutions. _ 4. Dry type air filter. All oil filters to be spin-on type. _ 5. Minimum G.V.W. rating of 29,000 lbs. _ 6. 10,000 lb. frt. axle rating with oil lubricated bearings. _ 7. 19,800 lb. rear axle with a ratio of 5.13 to 1 single speed _ 8. Air drum brakes with 10 hole hub-piloted wheels. Outboard mounted brake drums. Haldex automatic slack adjusters. 4-Channel A.B.S. with dust shields. 9. Tires: Front 11R22.5 H rated highway tread. Rear 11R22.5 H rated traction tread. Wheels to be 8.25 wide. Wheels and tires balanced before installation. 10. Minimum 200 amp. alternator 12V Bosch. _ 11. Dual electric horns. _ 12. Tip-off front end with easy tilt option. _ 13. Propeller shaft guards. _ 14. Power steering. _

3 CONTINUED CHASSIS SPECIFICATIONS BIDDERS COMPLIANCE 15. Front and rear shock absorbers. _ 16. Electronic fast idle switch. _ 17. Minimum 100 gallon fuel tank. DEF tank to be 12 gal Min. _ 18. Engine block heater 750 watt minimum. Weather-proof receptacle. _ ,000 lb. air ride rear suspension. _ ,000 lb. frt. springs. _ 21. Three 12 Volt batteries 1950 C.C.A. minimum, with a battery disconnect switch located in the battery box to disconnect power to both the chassis and body. _ 22. Chassis to be high tensile strength minimum. 50,000 P.S.I. _ 23. Electrically heated Racor Model fuel/water separator._ 24. Single exhaust system (heavy-duty). _ 25. Two (2) frt. and two (2) rear tow hooks. _ 26. Engine gauges to include high temperature and low oil pressure warning lights with buzzer. Low coolant warning light, tachometer, volt meter and transmission temperature. Fuel and DEF gauges to have low level warning light and alarm. _ 27. One complete set of master shop manuals to be included at time of delivery. Online version acceptable. Electrical diagrams to be included. _ 28. All units to have line set tickets. _ 29. Fender mounted class (A) Turn signals. Turn signal switch to be heavy-duty upgrade. 30. Air compressor to be 18.7 cfm. with a Bendix AD-9 air drier, and 5 year warranty. Bendix DV-2 Automatic drain valve with heater. 31. Bidder will indicate warranty periods. (a) Chassis (b) Drive Train (c) Extended available warranty options _

4 BODY SPECIFICATIONS (A) CONSTRUCTION BIDDERS COMPLIANCE 1. Body shall be first quality of the manufacturer. Minimum length to be 33'3", headroom to be Flat rear windows with a lower glass in the rear door. 3. Body shall be for 12 rows 39" wide (3-3) seating. 4. Seat covers shall be Kevlar brand fireblock material. Backs and cushions are to be full foam construction with 1/2" plywood backing. Seating must meet Federal safety specifications. Color to be dark brown. 5. Body to be insulated throughout. Insulation to be 1.5 inches minimum. 6. Minimum 5/8 marine plywood with sealed edges over steel floor. 7. Rubber floor over plywood. No splices except where ribbed rubber joins smooth rubber. Aisle width of ribbed rubber to be full standard roll. Smooth rubber in drivers area, color of rubber to be brown. 8. Stainless steel stripping over all open flooring seams using stainless steel fasteners. 9. Four (4) exterior, full length, rub rails (shoulder level, seat cushion level, floor level and bottom of skirt). Extra impact rail in rear over bumper. 10. One piece roof bows to extend from floor line to floor line. 11. Continuous armored belt above and below floor line not to be part of exterior. 12. Aluminized steel interior panels. 13. Wheel house extensions front and rear of wheels. 14. Body and chassis to have complete undercoating body to be mounted on a 2017 chassis (see chassis specifications). 16. Body roof to be painted white to within 5 above drip rail with rounded corners. 17. Hood and cowl to be Non Glare. Painted flat yellow.

5 Continued 18. Stainless steel stepwell with stainless steel trim and mounting hardware. (B) ELECTRICAL 1. Electrically operated stop arm. Transpec Model 7000, with LED lights and a second unit in the rear. 2. Electric windshield washers with one (1) gallon reservoir. BIDDERS COMPLIANCE 3. Body disconnect switch, ignition switch controlled. 4. Electrical system protected by manual-reset SAE type III circuit breakers with trip indicators. Wires to be color coded polyethylene insulated, and mounted in ducts above the side windows. 5. A/M F/M radio with clock. Speakers to be a minimum of six (6) feet from drivers area. Per state requirements. 6. Fuel gauge inspection hole to be a minimum 64 sq. inches with cover included. 7. Interior lights to include a Weldon 8010 Drivers dome light with 21CP and a separate switch. 8. Electronic back-up alarm. 9. Electric crossing gate to be Specialty model series 6, solid-state manufacture, with an interrupt switch mounted by stop arm switch, and poly gate. 10. Strobe light to be Aero-flash low profile type. 11. All exterior lights except for 8 way warning lights to be LED type including an outside LED boarding light. 12. Overhead warning lights to have Quartz Halogen bulbs for increased visibility. 13. Unit to be equipped with an exterior light Pre Check device which enables one person to do a complete check of all exterior lights including brake and back up lights. 14. Units to be equipped with a 12v power receptacle located in the dash or switch panel area. (C) HEATERS AND DEFROSTERS BIDDERS COMPLIANCE 1. Heater lines to be covered inside of bus body. 2. Heater shut-off valves to be 1/4 turn type.

6 Continued 3. Left front heater to be 90,000 BTU. 2-fan 2-speed. 4. Entrance door heater to be 50,000 BTU. 2-speed. 5. One under-seat heater 80,000 BTU. 2-fan 2-speed at rear of bus. 6. Two (2) auxiliary defroster fans mounted on frt. header panel. Bader Brown Part # Windshield defrosters to have separate motors. 8. Vendor will state sq. inches of fresh air intake for heaters. (D) ACCESSORIES BIDDERS COMPLIANCE 1. Shaded windshield. 2. Padded headers over all exit doors. 3. Front mounted heated Hawkeye crossover mirrors with stainless steel brackets and hardware. Heated, motorized Rosco Open View, Side View mirror system, P/N D3D x12 Flat and 8 x 6 convex mirrors mounted with stainless steel brackets and hardware. All wiring to run through the mirror frame for protection. No Substitutions. 4. Heavy duty hoods (one piece) over warning lights. 5. Front door to be electrically operated and electronically controlled from drivers seat. Must also have an exterior cowl mounted, key operated, electronically controlled switch. 6. Heavy duty intermittent electric windshield wipers Bosch wet arm type with individual switches. 7. Rear vandal lock to be sliding bolt type to meet state specifications. Starter interlock. 8. Battery, front entrance, electrical panel, fuel and DEF doors to be keyed alike. 9. Drivers seat to be National 2000 air or Bostrom Routemaster #222 plus air. Seat must be adjustable without tools. Shall have right side arm rest and have a 3 point retractable shoulder belt, wall mounted D loop type with an 8 track on the wall for height adjustment. Belt color to be Blaze Orange. Seat shall also have an adjustable lumbar support.

7 Continued 10. Stainless steel folding steps and grab handles to assist in cleaning windshield mounted with stainless fasteners. 11. Two (2) Specialty Mfg series escape hatches per vehicle. 12. Stainless steel entrance grab rails mounted on both sides of steps attached with stainless steel anchors. 13. Two (2) emergency push windows on each side of vehicle. Emergency windows to be staggered from opposite side. 14. Mud flaps front and rear of vehicle step entrance to be covered with Pebble tread nonslip brown plastic with white plastic nosing, all plastic construction. 16. Rust free hinges on all doors. State construction. 17. Sound package with full length perforated headliner 18. Drivers storage compartment for emergency equipment. 19. Tilt steering wheel. 20. Dealer to install, at the district garage, a 2 way radio, antenna and coax that will be district supplied. Prewiring for 2 way radio located in the exterior access Panel, connections for power and ground using a 20amp fuse Must be labeled 2-way radio. 21. Prewiring for a video system. Location to be in the exterior electrical panel. Connections for power and ground, protected by a 20amp fuse. Must be labeled Video. 22. Headlamp buzzer if headlamps are left on with key off. 23. Battery tender installed in the battery box and wired to the block heater plug. 24. Equipment to include; 1.) 5lb Fire extinguisher 2.) First aid kit 3.) Triangle flare kit (E) MARKINGS AND LETTERING BIDDERS COMPLIANCE 1. School lettering must meet all Federal and State of Illinois requirements. Letters must be 6" high and read "TOWNSHIP HIGH SCHOOL DISTRICT 211" on both sides. Bus unit numbers to be posted on sides, fronts, and rears of units. Unit numbers are 614, 615 and 616. Vehicle length to be posted inside of vehicle.

8 Continued 2. Reflectorized school bus signs front and rear. Reflectorized 2" tape stripe down both sides and box around rear of unit. Reflectorized box around all emergency exits. All reflective tape to be 3M High Intensity Fluorescent type. 3. All bodies must comply with Federal and State safety requirements in effect at the time of delivery. 4. Delivery of vehicles will be made to the DISTRICT TRANSPORTATION GARAGE located at the PALATINE HIGH SCHOOL 1111 N. ROHLWING Rd. PALATINE ILL. Vehicles must be State inspected and ready for use. 5. To comment on my driving sticker shall be located on the right rear corner of the body, under the lower tail light assembly. (F) OPTIONAL SPECIFICATIONS BIDDERS COMPLIANCE 1. Bidder will indicate standard warranty period. 2. Bidder will describe available extended warranty options and state cost for same. Trade-ins VIN NUMBER Model Year Approx. Mileage 450 1HVBBAAN12H , HVBBAAN12H , HVBBAAN72H ,772 Units are all 3800 series, 72 passenger, International Buses with Bluebird bodies. DT466E engines and Allison Model 2000 automatic Transmissions. All units are equipped with air brakes. Trade-ins may be viewed by giving 24-hr. notice to Ed Delmas at the Palatine High School Bus Garage

9 TOWNSHIP HIGH SCHOOL DISTRICT 211 SPECIFICATIONS FOR 32 PASSENGER Bus 2017 CHASSIS, 159 WHEELBASE. QUANTITY TO BE PURCHASED TWO (2) Vehicles must meet all Federal and State of Illinois specifications applicable at time of delivery. Any deviations from Chassis or Bus Body specifications must be listed in the Bidders Compliance column at right of specification form. Price to include all license and title fees. CHASSIS SPECIFICATIONS BIDDERS COMPLIANCE Chevrolet 4500 cutaway chassis L V8, 342HP, gasoline engine speed automatic transmission with overdrive. 4. Front axle to be 4,600 lb. minimum w/stabilizer bar. 5. Rear axle to be 9,600 lb. with 3.73 to 1 ratio. 6. Dual rear wheels. 14,200 GVWR 159" Wheelbase Wheel 4-Channel antilock disc brakes. 8. LT 225/75 R16D All season radial tires. 9. Safety guards on propeller shaft. 10. H.D. Cooling system. 11. Largest available fuel tank w/heat shield, state capacity. Inspection hole with cover above sending unit. 12. Power steering amp. H.D. Alternator and dual H.D. batteries 1500 C.C.A. minimum. Batteries located in a skirt mounted, locking battery box. 14. O.E.M. Heater, defroster and air conditioner. 15. Engine block heater w/weather proof receptacle. 16. Analog dash gauges to include voltmeter, oil pressure, and temperature gauge. 17. High back vinyl drivers seat with shoulder harness.

10 Continued 18. Tinted windshield V power plug speed intermittent wipers w/wet arm washers. 20. Halogen headlights. 21. AM-FM radio w/clock and no speaker within 6 ft. of driver. BODY SPECIFICATIONS BIDDERS COMPLIANCE 1. 5/8 in. marine plywood floor over steel floor. 2. Passenger seats to be 39" wide, high back with 3 color coded seat belts per seat. Seats to be brown 52oz upholstery. Five (5) 39 HB seats in the first five rows each side. One (1) 30 HB seat in the last row, drivers side. 3. Grab rails at front and rear of front door to be stainless steel. 4. Passenger door to be electrically operated. 5. Interior engine cover to be removable without removing door control supports Step entrance to be covered with pebble tread non-slip tan rubber with white nosing. 7. Passenger and emergency doors to have padded headers. 8. Floor covering to be H.D. tan rubber, ribbed in center aisle. 9. Strips on floor to be stainless steel. Mounted with stainless steel fasteners. 10. Heater shut off valves to be 1/4 turn type mounted under hood. 11. Rear heater to be minimum 50,000 B.T.U. with 2-speed motor. Heater to be mounted on rear seat frame. 12. Right hand vision window ahead of entrance door shall be thermo pane glass with a minimum of 300 sq. in. 13. Two push-out emergency windows. One on each side. 14. All body windows to be dark shaded.

11 CONTINUED 15. Remote powered and heated Roscoe Accustyle 815 series rear view with 7 x 9.5 flat and 8 x 4 convex mirrors. 16. Heated Roscoe Hawkeye crossview mirrors. 17. Rear and crossview mirrors to be mounted using a stainless steel Combination E-Z bracket system. 18. Inside rear view mirror to be 6"x30" with padded rubber edge. 19. Body electrical solenoid to be ignition controlled. 20. Drivers switch panel to be mounted at the drivers right hand with illumination controlled by chassis rheostat switch. 21. Body wiring to be color-coded and protected by automatic resetting circuit breakers. 22. Stop arm to be electrically operated Transpec model #7000 with LED lights. 23. Unit to be equipped with electronic back-up alarm. 24. Unit to be equipped with one Specialty Mfg. roof Hatch Model One (1) inch red lights over each emergency exit and in front of roof hatch to operate when individual exit is opened. 26. Two (2) auxiliary defroster fans mounted on front header panel. Bader Brown Part # Separate drivers dome light with switch. 28. One piece roof bows from floor line to floor line. 29. Four (4) exterior rub rails. Sealed with caulk at the top of each rub rail. 30. Exterior front drivers step with built-in mud flap. 31. Equipment to include; 1.) 5lb. fire extinguisher. 2.) First aid kit. 3.) Triangle flare kit 4.) Mounted wastebasket

12 CONTINUED 32. Reflectorized school bus signs front and rear. Reflectorized 2 tape stripe down both sides and box around rear of unit. 33. Roof to be painted white to within 8" of upper window line. 34. School lettering must meet all Federal and State of Illinois requirements. Letters to be 5" high and read Township High School District 211 on both sides of vehicle. Bus unit numbers to be on both sides, front and rear. Unit numbers to be 621 and Crossing gate to be Specialty Model Series 6, solid state manufacture with an interrupt switch mounted on drivers panel next to activation switch, and poly gate. 36. Complete unit must be water leak tested. 37. Aero Flash low profile strobe light with pilot light mounted next to activation switch. 38. Rear door to have upper and lower glass with approved slide bolt vandal lock with starter interlock. 39. Sound package to include perforated headliner. 40. Armored front and rear LED clearance lights, armored LED side marker lights, 2 (two) 7 LED stop/tail lights, 2 (two) 4 LED stop/tail/tag lights, front, rear and side LED turn signal lights. LED Reverse lights. 41. Body to be equipped with rear wheel-well extensions. 42. Units to be equipped with a locking battery box. 43. Units to be equipped with stainless steel stepwells. 44. Two (2) sets of shop manuals with electrical schematics and line set tickets to be included at time of delivery. Delivery to be made to the DISTRICT TRANSPORTATION GARAGE located at the Palatine High School, 1111 N. Rohlwing Rd. Palatine Ill. Vehicles must be state inspected and Ready for use.

13 Continued 45. Trans Air 45,000 BTU total air conditioning. Rear flush header and dash mounted air conditioning system. 46. Header mounted air conditioning to include adjustable vents. _ sets of ignition keys, Chip coded. _ 48. Noise suppression switch to control all heater motors defroster fans and radio, so that driver can hear at intersections and railroad crossings. 49. Child checkmate detection system with dome light activation system and header mounted instructions. Trade-ins Unit Number VIN Number Approx. Mileage Model Year 431 1GDJG31FOY , GBJG31F , #431 is a 2000 GMC G30, Corbeil body with a 6.5L Diesel engine, Automatic transmission and air conditioning. #439 is a 2001 Chevy G30, Bluebird body with a 6.5L Diesel engine, Automatic transmission and air conditioning. Trade-ins may be viewed by contacting Ed Delmas at the Palatine H.S. Maintenance garage , 24 hour advanced notice.

14 TOWNSHIP HIGH SCHOOL DISTRICT 211 SPECIFICATIONS FOR 12 PASSENGER, FLAT FLOOR, WHEELCHAIR LIFT EQUIPPED BUS CHASSIS, 159 WHEELBASE. QUANTITY TO BE PURCHASED TWO (2) Vehicles must meet all Federal and State of Illinois specifications applicable at time of delivery. Any deviations from Chassis or Bus Body specifications must be listed in the Bidders Compliance column at right of specification form. Price to include all license and title fees. CHASSIS SPECIFICATIONS BIDDERS COMPLIANCE Chevrolet 4500 cutaway chassis L V8, 342HP, gasoline engine speed automatic transmission with overdrive. 4. Front axle to be 4,600 lb. minimum w/stabilizer bar. 5. Rear axle to be 9,600 lb. with 3.73 to 1 ratio. 6. Dual rear wheels. 14,200 GVWR 159" Wheelbase Wheel 4-Channel antilock disc brakes. 8. LT 225/75 R16D All season radial tires. 9. Safety guards on propeller shaft. 10. H.D. Cooling system. 11. Largest available fuel tank w/heat shield, state capacity. Inspection hole with cover above sending unit. 12. Power steering amp. H.D. Alternator and dual H.D. batteries 1500 C.C.A. minimum. Batteries located in a skirt mounted, locking battery box. 14. O.E.M. Heater, defroster and air conditioner. 15. Engine block heater w/weather proof receptacle. 16. Analog dash gauges to include voltmeter, oil pressure, and temperature gauge. 17. High back vinyl drivers seat with shoulder harness.

15 Continued 18. Tinted windshield V power plug speed intermittent wipers w/wet arm washers. 20. Halogen headlights. 21. AM-FM radio w/clock and no speaker within 6 ft. of driver. 22. Flat Floor Chassis, No Wheelwells. 23. Additional leaf spring on the lift door side. BODY SPECIFICATIONS BIDDERS COMPLIANCE 1. 5/8 in. marine plywood floor over steel floor. 2. Passenger seats to be 39" wide, high back with 3 color coded seat belts per seat. Seats to be brown 52oz upholstery. Capacity for 9 seated passengers and 3 Wheelchairs. 4 rows of recessed L track for wheelchairs on the driver s side. 3. Braun Millennium NL919FIB-2 Lift. 34 x51 platform. Lift door to be located in the rear. Lift door to be single type with window at the top, slide bolt lock without interlock. Light on switch panel to indicate when the door is open sets of Q Straint Deluxe L track combo tie down lap/shoulder belts. 3 Q Straint pouches mounted inside of the bus for storage. 5. Grab rails at front and rear of front door to be stainless steel. 6. Passenger door to be electrically operated. 7. Interior engine cover to be removable without removing door control supports Step entrance to be covered with pebble tread non-slip tan rubber with white nosing. 9. Passenger and emergency doors to have padded headers. 10. Floor covering to be H.D. tan rubber, ribbed in center aisle. 11. Strips on floor to be stainless steel. Mounted with stainless steel fasteners.

16 CONTINUED 12. Heater shut off valves to be 1/4 turn type mounted under hood. 13. Rear heater to be minimum 50,000 B.T.U. with 2-speed motor. Heater to be mounted on rear seat frame. 14. Right hand vision window ahead of entrance door shall be thermo pane glass with a minimum of 300 sq. in. 15. Two push-out emergency windows. One on each side. 16. All body windows to be dark shaded. 17. Remote powered and heated Roscoe Accustyle 815 series rear view with 7 x 9.5 flat and 8 x 4 convex mirrors. 18. Heated Roscoe Hawkeye crossview mirrors. 19. Rear and crossview mirrors to be mounted using a stainless steel Combination E-Z bracket system. 20. Inside rear view mirror to be 6"x30" with padded rubber edge. 21. Body electrical solenoid to be ignition controlled. 22. Drivers switch panel to be mounted at the drivers right hand with illumination controlled by chassis rheostat switch. 23. Body wiring to be color-coded and protected by automatic resetting circuit breakers. 24. Stop arm to be electrically operated Transpec model #7000 with LED lights. 25. Unit to be equipped with electronic back-up alarm. 26. Unit to be equipped with one Specialty Mfg roof Hatch Model One (1) inch red lights over each emergency exit and in front of roof hatch to operate when individual exit is opened. 28. Two (2) auxiliary defroster fans mounted on front header panel. Bader Brown Part # Separate drivers dome light with switch. 30. One piece roof bows from floor line to floor line. 31. Four (4) exterior rub rails. Sealed with caulk at the top of each rub rail.

17 CONTINUED 32. Exterior front drivers step with built-in mud flap. 33. Equipment to include; 1.) 5lb. fire extinguisher. 2.) First aid kit. 3.) Triangle flare kit 4.) Mounted wastebasket 34. Reflectorized school bus signs front and rear. Reflectorized 2 tape stripe down both sides and box around rear of unit. 35. Roof to be painted white to within 8" of upper window line. 36. School lettering must meet all Federal and State of Illinois requirements. Letters to be 5" high and read Township High School District 211 on both sides of vehicle. Bus unit numbers to be on both sides, front and rear. Unit numbers to be 623 and Crossing gate to be Specialty Model Series 6, solid state manufacture with an interrupt switch mounted on drivers panel next to activation switch, and poly gate. 38. Complete unit must be water leak tested. 39. Aero Flash low profile strobe light with pilot light mounted next to activation switch. 40. Rear door to have upper and lower glass with approved slide bolt vandal lock, With starter interlock. 41. Sound package to include perforated headliner. 42. Armored front and rear LED clearance lights, armored LED side marker lights, 2 (two) 7 LED stop/tail lights, 2 (two) 4 LED stop/tail/tag lights, front, rear and side LED turn signal lights. LED Reverse lights. 43. Body to be equipped with rear wheel-well extensions. 44. Units to be equipped with a locking battery box. 45. Units to be equipped with stainless steel stepwells. 46. Two (2) sets of shop manuals with electrical schematics and line set tickets to be included at time of delivery. Delivery to be made to the DISTRICT TRANSPORTATION GARAGE located at the Palatine High School, 1111 N. Rohlwing Rd. Palatine Ill. Vehicles must be state inspected and Ready for use.

18 Continued 47. Trans Air 45,000 BTU total air conditioning. Rear flush header and dash mounted air conditioning system. 48. Header mounted air conditioning to include adjustable vents. _ sets of ignition keys, Chip coded. _ 50. Noise suppression switch to control all heater motors defroster fans and radio, so that driver can hear at intersections and railroad crossings. 51. Child checkmate detection system with dome light activation system and header mounted instructions. 52. Interior dome light above lift door, exterior lights Mounted by the lift door. _ Trade-ins Unit Number VIN Number Approx. Mileage Model Year 461 1FDXE45F82HA , FDXE45F52HA , Both Trade-ins are 2002 Ford E450 SD Cutaways with 6.0L Diesel engines, automatic transmissions, air conditioned with wheelchair lifts. Trade-ins may be viewed by giving 24 hour notice to Ed Delmas at the Palatine H.S. Bus maintenance garage

19 TOWNSHIP HIGH SCHOOL DISTRICT 211 SPECIFICATIONS FOR THREE (3) FLAT FLOOR 2017 DIESEL BUSES WHEELCHAIR LIFT EQUIPPED CAPACITY 12 AMBULATORY AND 4 WHEELCHAIRS Vehicles must meet all Federal and State of Illinois specifications applicable at time of delivery. Any deviations from Chassis or Bus body specifications must be listed in the Bidders Compliance column at right of specification form. Price to include all license and title fees. CHASSIS SPECIFICATIONS BIDDERS COMPLIANCE HP 660ft lb torque turbo-charged, diesel engine equipped with a Delco-Remy MT38 starter, gear reduced, with thermal over-crank protection, and electric clutch fan. Or equivalent. 2. Automatic transmission Allison Electronic series 2500PTS w/external cooler and overdrive, filled with synthetic fluid 5 yr. Warranty. Equipped with FuelSense Max. No Substitutions 3. Dry type air filter. All oil filters to be spin on type. 4. G.V.W. 27,000 lb. minimum. 5. Front axle 10,000 lb. max. with oil lubricated bearings. 6. Rear axle 17,500 lb to 1 ratio. Rear air ride suspension 21,000 lbs " Maximum Wheelbase. 8. Tires. Front 255/70R 22.5 hwy. tread. Rear 255/70R 22.5 all season tread. Tires and wheels balanced before installation. 9. Front and rear wheels to be 10 hole hub piloted Alternator to be 320 amp. minimum Bosch. 11. Propeller shaft guards. 12. Power steering. 13. Front and rear double acting shock absorbers. 14. Electronic hand throttle. 15. Largest capacity fuel tank offered. State capacity.

20 CONTINUED 16. Block heater 750 watt min. with weatherproof receptacle. 17. Front mounted class (A) turn signals. 18. Three 12V batteries 1950 C.C.A. Minimum, with a battery Disconnect switch in the battery box that will disconnect power from both the body and chassis. 19. Electrically heated Racor fuel/water separator. 20. Tow hooks two front and two rear. 21. One set of shop manuals, electrical schematics, and line set tickets to be supplied at delivery. Online version accepted. 22. Tilt steering wheel. 23. Dashboard gauges to include tachometer, Low oil pressure warning, high coolant temperature warning, low coolant level, voltmeter, and transmission temperature. Low fuel warning light and buzzer. DEF gauge with low level warning light. Headlight warning buzzer when headlights are on and key is off. 24. Air brakes to have Bendix 18.7 c.f.m. compressor and AD-9 air drier. Front brakes 15"X 4". Rear brakes 16.5"X 7". Brakes to have Haldex automatic slack adjusters. 4-Channel A.B.S. w/dust shields. 25. Bendix DV-2 automatic drain valve with heater. BODY SPECIFICATIONS BIDDERS COMPLIANCE 1. Flat floor body with wheelchair door 43" wide 70" high. Wheelchair door to be located in foreword area of bus, mounted on a 2017 chassis. (See chassis specs.) 217 Wheel base. Bidder to specify length. 2. Equipped with a Braun model L919FIB generation 2 ADA, 800lb wheelchair lift, with dual handrails and emergency back-up pump. 3. Capacity 15 passengers and Three (4) wheelchairs. 4. Unit to have full-length coated L track tie down system for wheelchairs on driver s side and 5 mounted seats on passenger side of body.

21 CONTINUED 5. Seats to be high back 39" wide with 3 color-coded seat belts. Seats to be brown 52 oz. upholstery. 6. Windshield to be one-piece sun shaded. 7. Rear door to have upper and lower glass and have an approved slide bolt locking system. Wheel chair door to have slide bolt lock without starter interlock. 8. Body to be insulated with 1.5" fiberglass. 9. 5/8" marine plywood sub floor with sealed edges. 10. Rubber floor to be smooth at sides ribbed in center. Color to be brown. Molding strips to be stainless steel with stainless steel fasteners step entrance to be covered with Pebble tread nonslip brown plastic with white nosing. All plastic construction. Stainless steel stepwell with stainless steel trim and hardware. 12. Right front heater/defroster to be 3-fan 90,000 BTU. 13. Rear heaters to be wall mounted 88,000 BTU. 2-fan 2-speed. 14. Separate driver s heater. 15. Two (2) auxiliary defroster fans mounted on front header panel. Bader brown part # Electric intermittent windshield wipers with wet arm washers and 164 oz. washer reservoir. 17. Padded headers over entrance, lift, and emergency doors 18. Electrically operated stop arm to be Transpec 7000 series with LED lights. 19. Front mounted heated Hawkeye crossover mirrors with stainless steel brackets and hardware. Heated, motorized Rosco Open View, Side View mirror system, P/N D3D x12 Flat and 8 x 6 convex mirrors. mounted with stainless steel brackets and hardware. All wiring to run through the mirror frame for protection. No Substitutions. 20. Four (4) full-length rub rails. Shoulder, seat, floor, and skirt levels. Floor line rub rails to extend around rear corners to emergency door. Extra impact rail in rear over bumper.

22 Continued 21. Warning lights to have Quartz Halogen bulbs for increased visibility. 22. One piece Heavy Duty visors over warning lamps. 23. All heater hoses inside bus to be covered. All shut-off valves to be 1/4 turn type. 24. Body disconnect switch to be ignition controlled. 25. Electrical system to be color-coded and protected by manual-reset SAE type III circuit breakers with trip indicators. Wiring access ducting to be above left side windows. 26. Mud flaps required, front and rear. 27. Safety equipment: a. 5lb. fire extinguisher. b. First aid kit. c. Triangle flare kit. 28. Front door to be electrically operated from driver s seat. Must also have an exterior cowl mounted, key operated, electronically controlled switch. 29. Grab rails at front and rear of front door to be stainless steel and mounted with stainless steel fasteners. 30. All exterior lighting to be LED type except 8 way warning lights. Units to also have an LED outside boarding light. 31. Two (2) Specialty model 9245 roof hatches and two push out windows (per side), windows staggered from side to side " headroom from plywood floor to roof panel. 33. Electronic back-up alarm. 34. Inspection hole over fuel sender min. 6 X 6 with cover. 35. Electric crossing gate to be Specialty model series 6000, solid-state manufacture, with an interrupt switch mounted by stop arm switch, and poly gate. 36. Driver s seat to be National 2000 air or Bostrom Routemaster #222 plus air. Seat must be adjustable without tools. Shall have a right arm rest and have a 3 point retractable shoulder belt, wall mounted D loop type with an 8 track on the wall for height adjustment. Belt color to be Blaze Orange. Seat shall also have an adjustable lumbar support.

23 Continued 37. A.M./F.M radio to include clock and four speakers. No speaker within 6'of driver. 38. Rust free hinges and hardware on all body doors. Fuel, battery, entrance, exterior electrical panel doors and DEF door to be keyed alike. 39. Tip off front end with easy tilt option. 40. Roof to be painted white to with-in 5 above drip rail with rounded corners. 41. Hood and cowl to be painted non-glare flat yellow 42. Strobe light to be Aero Flash low profile type. Pilot light to be next to switch. 43. School lettering must meet all Federal and State of Illinois requirements. Letters must be 6" high and read "Township High School District 211" on both sides. Bus unit numbers to be posted on sides, fronts, and rears of vehicles. Unit numbers to be 618, 619 and 620 Bus length to be posted inside bus in drivers area. 44. Reflectorized school bus signs front and rear. Reflectorized 2 tape stripe down both sides and a box around rear of unit. All emergency exits to be boxed also. Tape to be 3M High intensity Fluorescent type. 45. Unit to be equipped with five (5) sets of Q Straint S hook QRT tie downs with retractable shoulder/lap belt assys. and two (2) Q pouches mounted on 1nterior side wall to store equipment when not in use. 46. Units to have full length perforated acoustical headlining. 47. Side and rear windows to be 28% light transmission tinted glass. 48. Vehicle to have Carrier dash mounted air conditioning installed in the stepwell area. Unit to be a combination of a 50,000 BTU heating unit and a 30,000 BTU minimum air conditioning unit. Vents to be installed in the drivers switch panel, dash, and built into the dash in the stepwell area. Also a Carrier 50,000 BTU in-wall air conditioning unit installed in the rear header with controls on the dash. 49. Bidder to install, at the district garage, district supplied 2 way radio, antenna and coax. 50. Interior lights to include a Weldon 8010 drivers dome light with a separate switch.

24 CONTINUED 51. Exterior light pre check system which allows one person to do a complete check of all exterior lights including brake and back up lights. 52. Unit to be equipped with stainless steel folding steps and grab handles, mounted with stainless steel fasteners to assist in cleaning windshield. 53. Dealer to install, at the district garage, a 2 way radio, antenna and coax that will be district supplied. Prewiring for a 2 way radio. Location to be in the exterior electrical access panel. Connections for power and ground using a 20 amp fuse protection. Must be labeled 2 way radio. 54. Prewiring for a video system. Location to be in the exterior electrical access panel. Connections for power and ground using a 20 amp fuse protection. Must be labeled video. 55. Unit to have 12v power receptacle in dash or switch panel. 56. Body and chassis to have complete undercoating. 57. Battery tender installed in the battery box and wired to the block heater plug. 58. Delivery of vehicle to be made at the DISTRICT TRANSPORTATION GARAGE located at PALATINE HIGH SCHOOL at 1111 N. Rohlwing Rd. Palatine Ill. Vehicles must be state inspected and ready for use. Trade-In Model Year VIN Approx. Mileage T88G4D ,412 Unit is a Thomas Transit equipped with a Cummins I6 engine, MD3060 Allison transmission, air brakes and Air conditioning. Trade-in may be viewed by giving 24-hr notice to Ed Delmas at the Palatine High School Maintenance Garage

25 TOWNSHIP HIGH SCHOOL DISTRICT 211 Specifications for one (1), Special needs 2017 Diesel Bus. Conventional style body. Vehicle must meet all Federal and State of Illinois specifications applicable at time of delivery. Any deviations from Chassis or Bus body specifications must be listed in the Bidders Compliance column at right of specification form. Price to include all license and title fees. CHASSIS SPECIFICATIONS BIDDERS COMPLIANCE HP, 660lb/ft torque, turbo charged diesel engine equipped with a Delco-Remy 39MT starter motor, gear reduced, with thermal over-crank protection. Or equivalent. 2. Automatic transmission Allison Electronic series 2500PTS w/external cooler and overdrive, filled with synthetic fluid. 5 yr. Warranty. Equipped with Fuelsense Max. No Substitutions. 4. Dry type air filter. All oil filters to be spin on type. 5. G.V.W. 27,000 lb. minimum. 6. Front axle 10,000 lb. max. with oil lubricated bearings. 7. Rear axle 17,500 lb to 1 ratio. Rear air ride suspension 21,000 lbs " Maximum Wheelbase. 9. Tires. Front 11R/22.5 hwy. tread. Rear 11R/22.5 all season tread. Wheels and tires balanced before installation. 10. Front and rear wheels to be 10 hole hub piloted. 11. Alternator to be 320 amp. minimum Bosch. 12. Propeller shaft guards. 13. Power steering. 14. Front and rear double acting shock absorbers. 15. Electronic hand throttle. 16. Largest capacity fuel tank offered. State capacity.

26 CONTINUED 17. Block heater 1200 watt min. with weatherproof receptacle. 18. Front mounted class (A) turn signals. 19. Three 12V batteries 1950 C.C.A. minimum, with a battery disconnect switch in the battery box that will disconnect power from both the body and chassis. 20. Electrically heated Racor fuel/water separator. 21. Tow hooks two front and two rear. 22. One set of shop manuals, electrical schematics, and line set tickets to be supplied at delivery. 23. Tilt steering wheel. 24. Dashboard gauges to include tachometer, Low oil pressure warning, high coolant temperature warning, low coolant level, voltmeter, and transmission temperature. Low fuel warning light and alarm. Headlight buzzer if headlights are on and key is off. 25. Air brakes to have Bendix 13.2 c.f.m. compressor and AD-9 air drier. Front brakes 15"X 4". Rear brakes 16.5"X 7". Brakes to have Halidex automatic slack adjusters. 4-Channel A.B.S. w/dust shields. 26. Bendix DV-2 automatic drain valve with heater. BODY SPECIFICATIONS conventional style body, maximum body length, mounted on a 2017 chassis. Bidder to specify length. BIDDERS COMPLIANCE 2. Capacity 42 passengers. 3. Seats to be high back 39" wide with 3 color-coded seat belts. Seats to be brown 52 oz. upholstery. 4. Windshield to be one-piece sun shaded. 5. Rear door to have upper and lower glass and have an approved slide bolt locking system with starter interlock. 6. Body to be insulated with 1.5" fiberglass. 7. 5/8" marine plywood sub floor with sealed edges.

27 Continued 8. Rubber floor to be smooth at sides ribbed in center. Color to be brown. Molding strips to be stainless steel with stainless steel fasteners step entrance to be covered with Pebble tread nonslip brown plastic with white nosing. All Plastic construction. Stainless steel stepwell with stainless steel trim and hardware. 10. Right front heater/defroster to be 3-fan 90,000 BTU. 11. Rear heater to be under seat mounted 88,000 BTU. 2-fan 2-speed. 12. Separate driver s heater. 13. Two (2) auxiliary defroster fans mounted on front header panel. Bader brown part # Electric intermittent windshield wipers with wet arm washers and 164 oz. washer reservoir. 15. Padded headers over entrance and emergency doors. 16. Electrically operated stop arm to be Transpec 7000 Series with LED lights. 17. Front mounted heated Hawkeye crossover mirrors with stainless steel brackets and hardware. Heated, motorized Rosco Open View, Side View mirror system, P/N D3D x12 Flat and 8 x 6 convex mirrors, mounted with stainless steel brackets and hardware. All wiring to run through the mirror frame for protection. No Substitutions. 18. Four (4) full-length rub rails. Shoulder, seat, floor, and skirt levels. Floor line rub rails to extend around rear corners to emergency door. Extra impact rail in rear over bumper. 19. Warning lights to have Quartz Halogen bulbs for increased visibility. 20. One piece Heavy Duty visors over warning lamps. 21. All heater hoses inside bus to be covered. All shut-off valves to be 1/4 turn type. 22. Body disconnect switch to be ignition controlled.

28 Continued 23. Electrical system to be color-coded and protected by manual-reset SAE type III circuit breakers with trip indicators. Wiring access ducting to be above left side windows. 24. Mud flaps required, front and rear. 25. Safety equipment: a. 5lb. fire extinguisher. b. First aid kit. c. Triangle flare kit. d. Mounted refuse container. 26. Front door to be electrically operated and electronically controlled from the driver s seat. Must also have an exterior cowl mounted, key operated electronically controlled switch. 27. Grab rails at front and rear of front door to be stainless steel and mounted with stainless steel fasteners. 28. All exterior lighting to be LED type except 8 way warning lights. Unit to also have an LED outside boarding light. 29. Two (2) Specialty Mfg series roof hatches and two push out windows (per side), windows staggered from side to side " headroom from plywood floor to roof panel. 31. Electronic back-up alarm. 32. Inspection hole over fuel sender min. 6 X 6 with cover. 33. Electric crossing gate to be Transpec model series 6000, solid-state manufacture, with an interrupt switch mounted by stop arm switch, and poly gate. 34. Driver s seat to be National 2000 air or Bostrom Routemaster #222 plus air. Seat must be adjustable without tools. Shall have a right arm rest and have a 3 point retractable shoulder belt, wall mounted D loop type with an 8 track on the wall for height adjustment. Belt color to be Blaze Orange. Seat shall also have an adjustable lumbar support. 35. A.M./F.M radio to include clock and four speakers. No speaker within 6'of driver. 36. Rust free hinges and hardware on all body doors. Fuel, Battery, entrance and electrical compartment doors to be keyed alike. 37. Tip off front end with easy tilt option.

29 Continued 38. Roof to be painted white to with-in 5" of drip rail with rounded corners. 39. Hood and cowl to be painted non-glare flat yellow 40. Strobe light to be Aero Flash low profile type. Pilot light to be next to switch. 41. School lettering must meet all Federal and State of Illinois requirements. Letters must be 6" high and read "Township High School District 211" on both sides. Bus unit numbers to be posted on sides, fronts, and rears of vehicle. Unit number to be 617. Bus length to be posted inside bus in drivers area. 42. To comment on my driving sticker shall be placed on the lower right corner of the body, under the lower brake light assembly. 43. Reflectorized school bus signs front and rear. Reflectorized 2 tape stripe down both sides and a box around rear of unit. All emergency exits to be boxed also. Tape to be 3M High intensity Fluorescent type. 44. Unit to have full length perforated acoustical headlining. 45. All side and rear windows to be 28% light transmission tinted glass. 46. Vehicle to have Carrier dash mounted air conditioning installed in the stepwell area. Unit to be a combination of a 50,000 BTU heating unit and a 30,000 BTU minimum air conditioning unit. Vents to be installed in the drivers switch panel, dash, and built into the dash in the stepwell area. Also a Carrier 50,000 BTU in-wall air conditioning unit installed in the rear header with controls on the dash. Unit to have adjustable vents. 47. Bidder to install, at the district garage, district supplied 2 way radio, coax and antenna. 48. Interior lights to include a Weldon 8010 drivers dome light with a separate switch. 49. Exterior light pre check system which allows one person to do a complete check of all exterior lights including brake and back up lights. 50. Unit to be equipped with stainless steel folding steps and grab handles, mounted with stainless steel fasteners to assist in cleaning windshield. _

30 Continued 51. Prewiring for a 2 way radio. Location to be in the exterior electrical access panel. Connections for power and ground using a 20 amp fuse protection. Must be labeled 2 way radio. 52. Prewiring for a video system. Location to be in the exterior electrical access panel. Connections for power and ground using a 20 amp fuse protection. Must be labeled video. 53. Unit to have a 12v power receptacle installed in dash or switch panel. 54. Body and chassis to have complete undercoating. _ 55. Battery tender installed in the battery box and wired to the block heater plug. _ 56. Unit to have complete undercoating. _ 57. Delivery of vehicles to be made at the DISTRICT TRANSPORTATION GARAGE located at PALATINE HIGH SCHOOL at 1111 N. Rohlwing Rd. Palatine Ill. Vehicles must be state inspected and ready for use. _ Trade-Ins Vehicle ID. Number Approx. Mileage Model Year 485 1FDXE45P64HA , Vehicle is a Ford E450 cut-away chassis with a Blue Bird body and 6.0L turbo diesel with automatic overdrive transmission and air conditioning. Trade-in may be viewed by giving 24-hr notice to Ed Delmas at the Palatine High School Maintenance Garage

31 INSTRUCTIONS TO BIDDERS 1. GENERAL A. Bid shall be submitted in an envelope properly marked with the title of the bid, date, and time of opening. B. Seal and deliver to the Business Office on or before the time scheduled for the opening. C. All bids shall be made on this form. D. Unsigned or late bids will not be considered. E. Township High School District 211 is not subject to Federal Excise Tax or Illinois Retailers Occupational Tax. F. Prices quoted shall include all charges for packing, transportation, and delivery to the School Building or District Office as designated on the bid. G. Correspondence shall be addressed to the Controller/Treasurer. H. Bids are available for inspection in the Business Office by appointment after the award of orders. I. Oral, telephonic, telegraphic, or facsimile transmitted bids will not be accepted. The use of District transmission equipment by Bidders is prohibited. 2. ERRORS AND OMISSIONS All proposals shall be submitted with each space properly completed. The special attention of Bidders is directed to the policy that no claim for relief because of errors or omissions in the bidding will be considered, and Bidders will be held strictly to the proposals as submitted. Should a Bidder find any discrepancies in, or omission from, any of the documents, or be in doubt as to its meanings, they shall advise the Controller/Treasurer who will issue the necessary clarifications to all prospective Bidders by means of addenda. 3. FIRM BID All bids will be considered to be firm for a period of ninety (90) days from the date established for the opening of bids. 4. WITHDRAWAL OF BIDS Bids may be withdrawn by letter, FAX, or in person prior to the time and date established for the opening of bids. 5. INVESTIGATION OF BIDDERS A. The Business Office will make such investigation as is necessary to determine the ability of the Bidder to fulfill bid requirements. If requested, the bidder shall be prepared to show completed installations of equipment, types of service, or supplies similar to those included in this bid. B. The Board of Education reserves the right to reject any bid if it is determined that the Bidder is not properly qualified to carry out the obligations of the Contract.

32 6. RESERVATION OF RIGHTS BY THE DISTRICT The Board of Education reserves the right to reject any and all bids, to waive irregularities, and to accept the lowest responsible Bidder, considering conformity with specifications, terms of delivery, quality, and serviceability. All items shall be new unless otherwise specified. By submitting a bid, Bidders agree to mandatory binding arbitration on all bid disputes. 7. COMPLIANCE WITH LEGISLATION A. It shall be mandatory upon the Contractor(s) to whom a contract for public works is awarded and upon any subcontractor thereof to pay all laborers, workmen, and mechanics employed by them not less than the general prevailing rate of wages in the locality for each craft or type of workmen or mechanic needed to perform such work and the general prevailing rate for legal holiday and overtime work as ascertained by the Department of Labor (copy attached). Bidders are required to increase wages as necessary during the term of this contract so as to keep current with prevailing wage rates. No changes will be allowed in the amount of this contract as additional compensation for such changes. While participating on public works projects, the contractor and each sub-contractor must submit (monthly) a certified payroll to the District in accordance with the Prevailing Wage Act. B. It shall be mandatory that the Contractor will not discriminate against any employee or applicant for employment upon any grounds prohibited by the Human Rights Act (775ILCS 5/1-101) and further that the Contractor will comply with all provisions of the Human Rights Act including, but not limited to, rules and regulations of the Illinois Human Rights Commission. 8. SIGNATURE CONSTITUTES ACCEPTANCE The signing of these bid forms shall be construed as acceptance of all provisions contained herein. 9. CONTRACTS The successful Bidder will be required to enter into a contract incorporating the terms and conditions of this bid. 10. COMPLIANCE WITH LEGISLATION During the performance of this Contract (whether or not Federal funds are involved) the Contractor agrees as follows: A. The Contractor will not discriminate against any employee or applicant for employment because of age, race, creed, color, sex, national origin, or disability. The Contractor will take affirmative action to ensure that applicants are employed, and that employees are treated equally during employment, without regard to their age, race, creed, color, sex, national origin, or disability. Such action shall include, but not be limited to, the following: employment, upgrading, demotion or transfer; recruitment

33 or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The Contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided setting forth the provisions of this nondiscrimination clause. B. The Contractor will, in all solicitations or advertisements for employees placed by or on behalf of the Contractor, state that all qualified applicants will receive consideration for employment without regard to age, race, creed, color, sex, or national origin. C. The Contractor will furnish all information and reports required by Executive Order No of September 24, 1965, and by the rules, regulations, and orders of the Secretary of Labor, or pursuant thereto and will permit access to his books, records, and accounts by the contracting agency and the Secretary of Labor for purposes of investigation, to ascertain compliance with such rules, regulations, and orders. D. In the event of the Contractor s noncompliance with the nondiscrimination clauses of this Contract or with any of such rules, regulations, or orders, this Contract may be cancelled, terminated, or suspended in whole or in part, and the Contractor may be declared ineligible for further Government contracts or Federally assisted construction contracts, in accordance with the procedures authorized in Executive Order of September 24, 1965, and such other sanctions may be imposed and remedies invoked as provided in Executive Order No of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by Law. E. The Contractor shall include the provisions of paragraphs A through D in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to Sec. 204 of Executive Order No of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The Contractor shall take such action with respect to any subcontractor or purchase order as the contracting agency may direct as a means of enforcing such provisions, including sanctions for noncompliance, provided, however, that in the event the Contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the contracting agency, the Contractor may request the United States to enter into such litigation to protect the interest of the United States. F. The bidder is directed that all applicable state laws, municipal ordinances, district policies, and the rules and regulations of all authorities having jurisdiction over any aspect of the herein described project shall apply to the contract throughout, and will be deemed to be included in the contract the same as though herein written in full; provided that municipal ordinances, policies, practices and other municipal regulations that create a conflict with the bidding requirements of the Illinois School Code are not applicable. 11. COMPLETION DELIVERY TIME If delivery time will exceed thirty (30) days after receipt of a purchase order, state the delivery time by the respective items in the Description column. All prices must be quoted F.O.B. DESTINATION. Shipments shall become property of consignee after delivery and acceptance. Regardless of statements to the contrary, payment terms will begin no sooner than the date of delivery of goods.

34 12. EVALUATIONS The Board of Education reserves the right to reject any and all bids, to waive any technicalities in the bidding, and to award each item to different Bidders or all items to a single Bidder unless otherwise noted on bid request, and to determine whether in the opinion of the Board of Education: (1) an equal or alternate is a satisfactory substitute, (2) a Bidder is not a responsible Bidder and should be disregarded, and, (3) what exceptions or deviations from written specifications will be accepted. The Board of Education will authorize the release of purchase orders upon acceptance of bids. In the event of pricing errors, the unit cost(s) listed will prevail and be considered accurate. 13. EXAMINATION OF DOCUMENTS AND SITE Before submitting a proposal for work on any project, each Bidder shall carefully examine the project site and the Contract documents, fully inform itself of existing conditions and limitations of the project sites, rely entirely upon its own judgment in making its proposal, and include in its proposal all sums sufficient for it to provide all work required by the Contract documents. After opening of bids, no additional allowance will be made for changes in project scope and/or price due to work which would have been apparent by examination of the documents and sites. By submitting its proposal, each Bidder shall be held to represent that it has made the examination in complete detail and has determined beyond doubt that the documents and existing conditions are sufficient, adequate, and satisfactory for its completion of the work. A Bidder may visit the project sites during the hours of 8:00 A.M. to 4:00 P.M. on weekdays, Monday through Friday. The site location(s) is (are) at building(s) A, P, F, C, S, H (see Delivery Points section for addresses). 14. PERFORMANCE/LABOR AND MATERIAL PAYMENT BONDS (construction projects ONLY) Within ten (10) days of the date of the Notice of Award, the successful Contractor shall enter into a formal Contract with the Board of Education and shall provide a Performance Bond and a Labor and Material Payment Bond, each in the full amount of the Contract. The Bonds shall be in accordance with A.I.A. Documents A311. The Contractor shall pay the cost of premiums for said bonds. The Bonds shall be signed and sealed by an authorized representative of the Bonding Company and authorized officer or representative of the Contractor, and a certificate of the authority of those signing the Bonds, if not officers, shall be attached thereto. The Performance Bond and the Labor and Material Payment Bond shall guarantee the performance of the duties placed on the Contractor by the prevailing Wage Act, as well as all other duties undertaken by it pursuant to the Contract with the Board of Education, and shall indemnify the Board of Education from any liability or loss resulting to the Board of Education from any failure of the Contractor fully to perform each or all of said duties. The Performance Bond and the Labor and Material Bond herein provided shall be placed with a Surety Company or companies having a policyholders rating not lower than A and a financial rating not lower than AAA in Best s Insurance Guide (current edition). Company must be licensed in the State of Illinois and shall show evidence of same.

35 15. BID SECURITY (construction projects ONLY) A Bid Bond or Certified Check made payable to Township High School District 211, Cook County, Illinois, in the amount of 10 percent (10%) of the proposal shall accompany each bid as a guarantee that the Bidder, if awarded the Contract, will furnish the required Performance and Labor and Material Payment Bonds, execute the Contract, and proceed with the work. Upon failure to do so, the Contractor shall forfeit the Check or amount of Bid Bonds as liquidated damages. No mistakes or errors on the part of the Bidder shall excuse the Bidder or entitle it to a return of the Check or Bid Bond. No Bidder may withdraw its bid for a period of 60 days after the date of opening thereof. The Bid Bonds or Checks will, with the exception of those of the three lowest bidders, be returned seven (7) days after the opening of bids, and the remaining Checks or Bid Bonds will be returned when the Contract is executed and Bond provided. 16. DELIVERY POINTS Deliveries shall be made to the following addresses when specific locations are indicated in the bid specifications. The delivery points may be indicated by the school names or by the alphabetic code listed next to each of the addresses listed below: A Township High School District 211 C James B. Conant High School Administration Center 700 E. Cougar Trail 1750 South Roselle Road Hoffman Estates, Illinois Palatine, Illinois P Palatine High School S Schaumburg High School 1111 N. Rohlwing Road 1100 W. Schaumburg Road Palatine, Illinois Schaumburg, Illinois F William Fremd High School H Hoffman Estates High School 1000 S. Quentin Road 1100 W. Higgins Road Palatine, Illinois Hoffman Estates, Illinois INSURANCE (construction and service contracts ONLY) The Contractor shall provide and maintain insurance in the amounts outlined below with companies acceptable to the School District:

36 A. Worker's Compensation Insurance: Coverage A Illinois Statutory Limits Coverage B Employer s Liability $500,000 Limit B. Automobile Liability Insurance: $1,000,000 combined single limit per occurrence for bodily injury and property damage and include coverage for all owned, non-owned, and hired automobiles. C. Commercial General Liability Insurance shall provide the following limits: $1,000,000 each occurrence $2,000,000 General Aggregate $2,000,000 Completed Operations Aggregate $1,000,000 Personal Injury This policy shall include the following coverages: A. Premises/Operations D. Contractual Liability Blanket B. Independent Contractors E. Broad Form Property Damage C. Products/Completed Operations F. Personal Injury Offenses A, B, C, exclusion C deleted Contractual Liability Coverage, including the Indemnification of School District and Architect (hold harmless agreement), must be fully insured under this policy for the liability limits set forth above. In addition, Care, Custody and Control, and XCU exclusions shall be removed from all policies under this Contract and suitable coverage provided subject to the approval of the School District s insurance counselor. The Contractor is responsible for all claims arising out of sales of vended product on the premises and injury and/or death caused by the vendor s delivery vehicles on and immediately adjacent to the premises. D. Umbrella Liability Insurance: It is required that an umbrella policy be written for a minimum of $2,000,000 for bodily injury and property damage. This umbrella policy would be in excess of the limits of the primary policy outlined above. All such insurance shall not be cancellable without thirty (30) days prior written notice being given to the School District. All insurance shall indicate that it is primary and any material change shall cause notice to District 211 thirty (30) days prior to the change. With respect to the insurance required herein, the Contractor shall provide such insurance naming the School District, the Board of Education and its members individually, and its employees and agents as additional named insured. The Contractor shall also purchase and maintain such insurance as will protect the School District from and against all claims, damages, loss, and expenses, including attorney s fees arising out of or resulting from the performance of the work, provided that any such claim, damage, loss, or expense (1) is

37 attributable to bodily injury to or destruction of tangible property (other than the work itself), including the loss of use resulting therefrom, and (2) is caused in whole or in part by a negligent act or omission of the Contractor, subcontractor, anyone directly or indirectly employed by any of them, or anyone for whose acts they may be liable, regardless of whether or not it is caused in part by a party to whom insurance is afforded pursuant to this paragraph. It is MANDATORY within ten (10) days after the bid award that Certificate(s) of Insurance shall be submitted to the School District 211 Controller and Treasurer and the School District s insurance consultant: Mr. Michael D. Nugent, Nugent Consulting Group, 2409 Peachtree Lane, Northbrook, IL TOTAL PRICE FOR ALL ITEMS BID A total bid dollar amount, regardless of whether or not you are bidding all items, MUST be entered in the appropriate section of the Bid Form before signing and submitting your bid. 19. HOLD HARMLESS AND INDEMNIFICATION The Contractor shall assume all liability for, and shall protect, defend, indemnify, and hold harmless the Board of Education and its members individually, their officers, employees, servants, and agents from and against all claims, actions, suits, judgments, costs, losses, expenses, and liabilities of whatsoever kind or nature including reasonable legal fees incurred by owner arising out of: A. Any infringement (actual or claimed) of any patents, copyrights, or trade names by reason of any work performed or to be performed by the Contractor under this Contract or by reason of anything to be supplied by the Contractor pursuant to this Contract. B. Bodily injury, including death, to any person or persons (including Contractor's officers, employees, agents, and servants) or damage to or destruction of any property, including the loss of use thereof: Caused in whole or in part by any act, error, or omissions by the Contractor or any subcontractor or anyone directly or indirectly employed by any of them regardless of whether or not it is caused in part by a party to be indemnified hereunder. Arising directly or indirectly out of the presence of any person in or about any part of the project size or the streets, sidewalks, and property adjacent thereto. Arising directly or indirectly out of the use, misuse, or failure of any machinery or equipment used directly or indirectly in the performance of this Contract. 20. LATE BIDS Bids received after the time specified on the Invitation to Bid will not be considered. The method of transmittal of the bid proposal is at the Bidder s risk of untimely receipt by the School District. The use of District equipment for transmission of bids is prohibited.

38 21. RECYCLED PRODUCTS District 211 supports national and local efforts for recycling. Bidders are encouraged to offer recycled supplies and materials as bid alternatives. Notations are to be included as to percentage of recycled products in each item. 22. CERTIFICATIONS A. Drug-Free Workplace Applicable only to companies with 25 or more employees. The Vendor shall hereby certify, pursuant to section 3 of the Illinois Drug-Free Workplace Act (30 ILCS 580/3), that the Bidder shall provide a drug-free workplace for all employees engaged in the performance of work under the contract by complying with the requirements of the Illinois Drug-Free Workplace Act and, further certifies, that the Bidder is not ineligible for award of this contract by reason of debarment for a violation of the Illinois Drug- Free Workplace Act. B. Bid-Rigging The Bidder hereby certifies that the Bidder is not barred from bidding on this contract as a result of a violation of either the bid-rigging or bid-rotating provisions of Article 33E of the Criminal Code of 1961, as amended. C. Prevailing Wages It shall be mandatory upon the Contractor(s) to whom a contract for public works is awarded and upon any subcontractor thereof to pay all laborers, workmen, and mechanics employed by them not less than the general prevailing rate of wages in the locality for each craft or type of workmen or mechanic needed to perform such work, and the general prevailing rate for legal holiday and overtime work as ascertained by the Department of Labor (copy attached). Bidders are required to increase wages as necessary during the term of this contract so as to keep current with prevailing wage rates. Current wage rates are available from the Department of Labor ( Weekly certified payrolls are required from prime and subcontractors. They may be submitted with each pay request. No changes will be allowed in the amount of this contract as additional compensation for such changes. D. Background Checks All contractors or individual vendor representative(s) who have contact with students or perform work in student areas when students are likely to be present need to have a sex offender background check performed before they may work in any District 211 building. By submitting a bid, the vendor agrees that its employees may be checked by the District prior to working on District property. E. Sexual Harassment Clause Each Bidder must certify that it has complied with the requirements of Section of the Illinois Human Rights Act (Public Act ), effective July 1, 1993, with respect to sexual harassment policies. The terms of that law, as applicable, are hereby incorporated into this contract.

39 F. Non-Discrimination Clause The Contractor will not discriminate against any employee or applicant for employment because of age, race creed, color, sex, national origin, or disability. Such action shall include, but not be limited to the following: employment, upgrading, demotion or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The Contractor agrees to post, in conspicuous places available to employees and applicants for employment, notices to be provided setting forth the provisions of the non-discrimination clause. The Contractor will, in all solicitations or advertisements for employees placed by or on behalf of the Contractor, state that all qualified applicants will receive consideration for employment without regard to age, race, creed, color, sex, or national origin. The Contractor will furnish all information and reports required by Executive Order No of September 24, 1965, and by the rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the contracting agency and the Secretary of Labor for purposes of investigation, to ascertain compliance with such rules, regulations, and orders. In the event of the Contractor s non-compliance with the non-discrimination clauses of this Contract or with any of such rules, regulations, or orders, this Contract may be cancelled, terminated, or suspended in whole or in part, and the Contractor may be declared ineligible for further Government contracts or federallyassisted construction contracts, in accordance with the procedures authorized in Executive Order of September 24, 1965, and such other sanctions may be imposed and remedies revoked as provided in Executive Order No of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. The Contractor shall include the provisions of Paragraph A through D in every subcontract or purchase order unless exempted by the rules, regulations, or orders of the Secretary of Labor issued pursuant to Section 204 of Executive Order No of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The Contractor shall take such action with respect to any subcontractor or purchase order as the contracting agency may direct as a means of enforcing such provisions, including sanctions for non-compliance, provided, however, that in the event the Contractor becomes involved in, or is threatened with, litigation with a sub-contractor or vendor as a result of such direction by the contracting agency, the Contractor may request the United States to enter into such litigation to protect the best interest of the United States. The Bidder is directed that all applicable state laws, municipal ordinances, district policies, and the rules and regulations of all authorities having jurisdiction over any aspect of the herein described project shall apply to the Contract throughout, and will be deemed to be included in the Contract the same as though herein written in full; provided that municipal ordinances, policies, practices, and other municipal regulations that create a conflict with the bidding requirements of the Illinois School Code are not applicable. G. Non-Collusion Affidavit The undersigned Bidder or Agent, being duly sworn, on oath, says that he has not, or has any other member, representative, or agent of the firm, company, corporation, or partnership represented by him, entered into any combination, collusion, or agreement with any person relative to the bid price to be bid by anyone at such letting, nor to prevent any person from bidding nor to induce anyone to refrain from bidding, and that this bid is made without reference to any other bid and without agreement, understanding, or combination with any other person in reference to such bidding.

40 He further says that no persons, firms, or corporation has, have, or will receive directly, any rebate, fee, gift, commission, or thing of value on account of such sale. H. MBE/WBE/DBE Status Please check one. This firm is a: Minority Business Enterprise (MBE) a firm that is at least 51% owned, managed, and controlled by a minority. Women s Business Enterprise (WBE) a firm that is at least 51% owned, managed, and controlled by a woman. Disadvantaged Enterprise (DBE) a firm that is at least 51% owned, managed, and controlled by a person with a disability. This firm is not a MBE, WBE, or DBE. Please attach copies of MBE, WBE, and DBE certifications. NOTE: The Board of Education states that it is in compliance with all applicable laws. I have examined the specifications and instructions included herein and agree, provided I am awarded a contract within 90 days of the bid due date, to provide the specified items and/or services or work as described in the specifications and the instructions for the sum shown in accordance with the terms stated herein. All deviations from specifications and terms are in writing and attached hereto.

41 Cook County Prevailing Wage for July /6/2015 Cook County Prevailing Wage for July 2015 (See explanation of column headings at bottom of wages) Trade Name RG TYP C Base FRMAN M-F>8 OSA OSH H/W Pensn Vac Trng ==================== == === = ====== ====== ===== === === ===== ===== ===== ===== ASBESTOS ABT-GEN ALL ASBESTOS ABT-MEC BLD BOILERMAKER BLD BRICK MASON BLD CARPENTER ALL CEMENT MASON ALL CERAMIC TILE FNSHER BLD COMM. ELECT. BLD ELECTRIC PWR EQMT OP ALL ELECTRIC PWR GRNDMAN ALL ELECTRIC PWR LINEMAN ALL ELECTRICIAN ALL ELEVATOR CONSTRUCTOR BLD FENCE ERECTOR ALL GLAZIER BLD HT/FROST INSULATOR BLD IRON WORKER ALL LABORER ALL LATHER ALL MACHINIST BLD MARBLE FINISHERS ALL MARBLE MASON BLD MATERIAL TESTER I ALL MATERIALS TESTER II ALL MILLWRIGHT ALL OPERATING ENGINEER BLD OPERATING ENGINEER BLD OPERATING ENGINEER BLD OPERATING ENGINEER BLD OPERATING ENGINEER BLD OPERATING ENGINEER BLD OPERATING ENGINEER BLD OPERATING ENGINEER FLT OPERATING ENGINEER FLT OPERATING ENGINEER FLT OPERATING ENGINEER FLT OPERATING ENGINEER FLT OPERATING ENGINEER FLT OPERATING ENGINEER HWY OPERATING ENGINEER HWY OPERATING ENGINEER HWY OPERATING ENGINEER HWY OPERATING ENGINEER HWY OPERATING ENGINEER HWY OPERATING ENGINEER HWY ORNAMNTL IRON WORKER ALL PAINTER ALL PAINTER SIGNS BLD PILEDRIVER ALL PIPEFITTER BLD PLASTERER BLD PLUMBER BLD ROOFER BLD SHEETMETAL WORKER BLD SIGN HANGER BLD

42 Cook County Prevailing Wage for July /6/2015 SPRINKLER FITTER BLD STEEL ERECTOR ALL STONE MASON BLD SURVEY WORKER -> NOT IN EFFECT ALL TERRAZZO FINISHER BLD TERRAZZO MASON BLD TILE MASON BLD TRAFFIC SAFETY WRKR HWY TRUCK DRIVER E ALL TRUCK DRIVER E ALL TRUCK DRIVER E ALL TRUCK DRIVER E ALL TRUCK DRIVER W ALL TRUCK DRIVER W ALL TRUCK DRIVER W ALL TRUCK DRIVER W ALL TUCKPOINTER BLD Legend: RG (Region) TYP (Trade Type - All,Highway,Building,Floating,Oil & Chip,Rivers) C (Class) Base (Base Wage Rate) FRMAN (Foreman Rate) M-F>8 (OT required for any hour greater than 8 worked each day, Mon through Fri. OSA (Overtime (OT) is required for every hour worked on Saturday) OSH (Overtime is required for every hour worked on Sunday and Holidays) H/W (Health & Welfare Insurance) Pensn (Pension) Vac (Vacation) Trng (Training) Explanations COOK COUNTY The following list is considered as those days for which holiday rates of wages for work performed apply: New Years Day, Memorial Day, Fourth of July, Labor Day, Thanksgiving Day, Christmas Day and Veterans Day in some classifications/counties. Generally, any of these holidays which fall on a Sunday is celebrated on the following Monday. This then makes work performed on that Monday payable at the appropriate overtime rate for holiday pay. Common practice in a given local may alter certain days of celebration. If in doubt, please check with IDOL. TRUCK DRIVERS (WEST) - That part of the county West of Barrington Road. EXPLANATION OF CLASSES ASBESTOS - GENERAL - removal of asbestos material/mold and hazardous materials from any place in a building, including mechanical systems where those mechanical systems are to be removed. This includes the removal of asbestos materials/mold and hazardous materials from ductwork or pipes in a building when the building is to be demolished at the time or at some close future date. ASBESTOS - MECHANICAL - removal of asbestos material from mechanical systems, such as pipes, ducts, and boilers, where the mechanical systems are to remain. CERAMIC TILE FINISHER

43 Courtesy No Bid Response Questionnaire If you are not submitting a price on this bid, District 211 would like your input as to why you are not bidding. Please indicate your reason and return by Bid Due Date to: Barbara J. Peterson, Controller and Treasurer Township High School District South Roselle Road Palatine, Illinois (847) Other Company Name Address City, State & Zip Code Telephone Number By Title Date

44 Check List For Bidders

45 Directions to G.A. McElroy Administration Center 1750 South Roselle Road Palatine, Illinois Township High School District 211 (847) Daniel E. Cates, Superintendent Palatine Road Baldwin Road Roselle Road Administration Center Quentin Road NW Hwy. (Route 14) Plum Grove Road Illinois Avenue Euclid Avenue Hicks Road Rohlwing Road Arlington Park Race Track Euclid Avenue Route 53 NW Hwy. (Route 14) Ela Road Algonquin Road (Route 62) Route 53 Kirchoff Road Central Road Central Road Wilke Road I-90 (Northwest Tollway) Higgins Road (Route 72) Golf Road (Route 58) Meacham Road Woodfield Mall From the North: Take Route 53 south to Euclid Avenue Exit Euclid Avenue west Euclid Avenue west to Roselle Road Left turn (south) on Roselle Road Administration Center is on the right side (between Euclid Road and Algonquin Road) From Chicago: Take I-90 west to Roselle Road Exit Roselle Road north Administration Center is on the left side (between Euclid Road and Algonquin Road) From the South: Take I-290 or I-355 north to Route 53 north Route 53 north to Euclid Avenue Exit Euclid Avenue west Euclid Avenue west to Roselle Road Left turn (south) on Roselle Road Administration Center is on the right side (between Euclid Road and Algonquin Road) From the West: Take I-90 east to Route 53 north Route 53 north to Euclid Avenue Exit Euclid Avenue west Euclid Avenue west to Roselle Road Left turn (south) on Roselle Road Administration Center is on the right side (between Euclid Road and Algonquin Road)

INVITATION TO BID AND BID FORM

INVITATION TO BID AND BID FORM TOWNSHIP HIGH SCHOOL DISTRICT 211 INVITATION TO BID AND BID FORM BID #: 1800 FOR: Buses DUE: November 29, 2017 at 11:00 a.m. FROM: (Name of Company) Price for each 2018 model year 71-Passenger propane

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

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

Meramec Valley R-III School District 126 North Payne Pacific MO

Meramec Valley R-III School District 126 North Payne Pacific MO Meramec Valley R-III School District 126 North Payne Pacific MO 63069 636-271-1470 Conventional Type C 77 Passenger General Requirements 1. Bids will be accepted for complete units only and must be submitted

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS 77-PASSENGER, SCHOOL BUS The Washington Community High School Board of Education is requesting sealed bids for 3-year lease agreement for (8) 77-passenger, school bus. All interested

More information

BID PROPOSAL FOR TWO (2) 71 PASSENGER SCHOOL BUS w/ Wheelchair Lift and A/C Model Year 2012

BID PROPOSAL FOR TWO (2) 71 PASSENGER SCHOOL BUS w/ Wheelchair Lift and A/C Model Year 2012 BID PROPOSAL FOR TWO (2) 71 PASSENGER SCHOOL BUS w/ Wheelchair Lift and A/C Model Year 2012 Van Buren Intermediate School District 490 S. Paw Paw Street Lawrence, Michigan 49064 March 2012 2012 (71 Passenger)

More information

BID REQUEST FOR Four (4) SCHOOL BUSES

BID REQUEST FOR Four (4) SCHOOL BUSES College Community School District 401 76 th Ave. SW Cedar Rapids, Iowa 52404 BID REQUEST FOR Four (4) SCHOOL BUSES The College Community School District requests your bid on Four (4) 2018 78 passenger

More information

UNITED TOWNSHIP HIGH SCHOOL # 30 BID FOR (2) SCHOOL BUS

UNITED TOWNSHIP HIGH SCHOOL # 30 BID FOR (2) SCHOOL BUS UNITED TOWNSHIP HIGH SCHOOL # 30 BID FOR (2) SCHOOL BUS GENERAL REQUIREMENTS CONVENTIONAL GASOLINE SCHOOL BUS 42 PASSENGER SCHOOL BUS WITH W/C Lift SPECIFICATIONS 1. Bids will be accepted for complete

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

54 PASSENGER SIZE SCHOOL BUS CHASSIS SPECIFICATIONS

54 PASSENGER SIZE SCHOOL BUS CHASSIS SPECIFICATIONS 54 PASSENGER SIZE SCHOOL BUS CHASSIS SPECIFICATIONS Chassis to be a 2018 model as described in these specifications. Minimum specifications are listed below and each bidder must state to the right of the

More information

School District 158 Bid Conventional School Bus Specifications Wheelchair Passenger

School District 158 Bid Conventional School Bus Specifications Wheelchair Passenger School District 158 Bid 2018-7 Conventional School Bus Specifications Wheelchair Passenger CHASSIS OPTIONS MODEL 2018-2019 New or One Year Old Model Body and Chassis Flat floor chassis- no wheelwells 54

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

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

MAIL DATE: 6/29/ Passenger School Bus. Sealed bids must be received by: 7/27/2015 at 10:00 AM

MAIL DATE: 6/29/ Passenger School Bus. Sealed bids must be received by: 7/27/2015 at 10:00 AM Robertson County Tennessee Jody Stewart, Finance Director Finance Department 523 South Brown Street, Springfield, TN 37172 (615) 384-0202 Fax (615) 384-0237 MAIL DATE: 6/29/2015 90 Passenger School Bus

More information

SUBMITTED BY: NAME OF FIRM: STREET ADDRESS: CITY, STATE, ZIP: CONTACT PERSON: PHONE #: FAX #:

SUBMITTED BY: NAME OF FIRM: STREET ADDRESS: CITY, STATE, ZIP: CONTACT PERSON: PHONE #: FAX #: BID PROPOSAL (SUBMIT IN DUPLICATE) Having read the Bidding Documents and the Specifications in their entirety, prepared by the Austintown Local School District for said project; the undersigned hereby

More information

BID PROPOSAL FOR TWO (2) 71 PASSENGER SCHOOL BUS w/ Wheelchair Lift and A/C Model Year 2012

BID PROPOSAL FOR TWO (2) 71 PASSENGER SCHOOL BUS w/ Wheelchair Lift and A/C Model Year 2012 BID PROPOSAL FOR TWO (2) 71 PASSENGER SCHOOL BUS w/ Wheelchair Lift and A/C Model Year 2012 Van Buren Intermediate School District 490 S. Paw Paw Street Lawrence, Michigan 49064 March 2012 2012 (71 Passenger)

More information

KANSAS BUS PURCHASING PROGRAM CONVENTIONAL BUS SPECIFICATIONS SPRING 2015 ****** BASE BUS: ******

KANSAS BUS PURCHASING PROGRAM CONVENTIONAL BUS SPECIFICATIONS SPRING 2015 ****** BASE BUS: ****** KANSAS BUS PURCHASING PROGRAM CONVENTIONAL BUS SPECIFICATIONS SPRING 2015 ****** BASE BUS: ****** in 35,41,47,53,59,65,71,77, and 81 Passengers Bus is required to meet all National School Transportation

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

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

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

QUOTE For a 2017 Fire Department Conventional Truck Chassis-Water Tender With PTO Pump

QUOTE For a 2017 Fire Department Conventional Truck Chassis-Water Tender With PTO Pump Town of Wascott PO Box 159,Wascott, WI 54890 Phone: 715/466-4252 Email: wascott@centurytel.net QUOTE For a 2017 Fire Department Conventional Truck Chassis-Water Tender With PTO Pump Note: Bidders must

More information

Bruneau-Grand View Jt School District #365 Specifications for a 71 Passenger Conventional School Bus with Lift CHASSIS SPECIFICATIONS

Bruneau-Grand View Jt School District #365 Specifications for a 71 Passenger Conventional School Bus with Lift CHASSIS SPECIFICATIONS Bruneau-Grand View Jt School District #365 Specifications for a 71 Passenger Conventional School Bus with Lift CHASSIS SPECIFICATIONS 1. AIR CLEANER Heavy duty dry type air cleaner with rigid frame rail

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

REQUEST FOR QUOTATIONS

REQUEST FOR QUOTATIONS Public Works Department REQUEST FOR QUOTATIONS 12 14 YARD DUMP TRUCK PURCHASE Due: Thursday, July 27, 2017 No later than 2:00 P.M. Submit to: City of Arroyo Grande Attn: Public Works Department 1375 Ash

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

NOTICE TO BIDDERS. ONE (1) NEW TANDEM AXLE TRUCK (cab & chassis)

NOTICE TO BIDDERS. ONE (1) NEW TANDEM AXLE TRUCK (cab & chassis) NOTICE TO BIDDERS The Roscommon County Road Commission will receive sealed bids until 2:00 p.m. on Thursday, March 22. 2012. (Bids will be opened at 2:00 p.m. for tabulation and review. Bid results and

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

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

BusSpecsKansasCB007.xlsx

BusSpecsKansasCB007.xlsx Category Description Base Spec and Description Option Base Spec and Description Option Base Spec and Description Option Base Spec and Description Option Base Spec and Description Option Chassis Options

More information

BusSpecsKansasCB0008FINAL

BusSpecsKansasCB0008FINAL Category Description Base Spec and Description Option Base Spec and Description Option Base Spec and Description Option Base Spec and Description Option Base Spec and Description Option Base Spec and Description

More information

TECHNICAL SPECIFICATIONS

TECHNICAL SPECIFICATIONS TECHNICAL SPECIFICATIONS GENERAL PURPOSE: The purpose of these specifications is to describe for purchase, a 2018 or newer 10-14 passenger airport shuttle bus with rear mounted handicap lift. This bus

More information

Invitation to Bid SCHOOL BUS

Invitation to Bid SCHOOL BUS Invitation to Bid 20150609 SCHOOL BUS Responses to an Invitation to Bid will be received by the Purchasing Supervisor, Sumner County Board of Education, 1500 Airport Road, Gallatin, TN 37066 for 20150609

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

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

145 HP, FRONT WHEEL ASSIST TRACTOR 3/17/15 Page 1. Mountrail County Road and Bridge SPECIFICATIONS FOR

145 HP, FRONT WHEEL ASSIST TRACTOR 3/17/15 Page 1. Mountrail County Road and Bridge SPECIFICATIONS FOR Page 1 Mountrail County Road and Bridge S FOR Bidder's Instructions: Indicate compliance to the specifications on the YES/NO line by each specification. Indicate any deviations from the specifications

More information

Invitation to Bid SCHOOL BUSES TYPE C C/ C

Invitation to Bid SCHOOL BUSES TYPE C C/ C Invitation to Bid SCHOOL BUSES TYPE C 2016-66-C/ 2016-78-C Responses to an Invitation to Bid will be received by the Purchasing Coordinator, Sumner County Board of Education, 1500 Airport Road, Gallatin,

More information

Truck Specs. Sabre 9 Off-Highway GCWR: 242,000. CapacityTrucks.com

Truck Specs. Sabre 9 Off-Highway GCWR: 242,000. CapacityTrucks.com Truck Specs Sabre 9 Off-Highway GCWR: 242,000 CapacityTrucks.com Sabre 9 / Off-Highway - Base Model Base Model Sabre 9 / Off-Highway Basic Overview GCWR: 242,000 Basic Overview Axle: 4x2 Basic Overview

More information

TYPE C77 BID AS 71 PASSENGER,

TYPE C77 BID AS 71 PASSENGER, 2016-17 State Price Quote Specification TYPE C77 BID AS 71 PASSENGER, DIESEL & PROPANE Use this document to bid both non-lift and lift buses for 61 77 capacity. PART I Seating Capacity Alternator Auxiliary

More information

TOWN OF FARRAGUT. Bid Specifications For 2017 Dump Truck. William McKelvey Public Works Director Municipal Center Drive Farragut, TN 37934

TOWN OF FARRAGUT. Bid Specifications For 2017 Dump Truck. William McKelvey Public Works Director Municipal Center Drive Farragut, TN 37934 TOWN OF FARRAGUT Bid Specifications For 2017 Dump Truck William McKelvey Public Works Director TOWN OF FARRAGUT 11408 Municipal Center Drive Farragut, TN 37934 (865) 966-7057 BID SPECIFICATIONS for 2017

More information

PART I Vendor: BRYSON SALES AND SERVICE OF WASHINGTON, INC.

PART I Vendor: BRYSON SALES AND SERVICE OF WASHINGTON, INC. TYPE D 84 PASSENGER, REAR ENGINE PART I Vendor: BRYSON SALES AND SERVICE OF WASHINGTON, INC. 2015-16 Seating Capacity 84 passenger maximum design capacity seated for 78 passenger. Capacity 78 Alternator

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

The bidder shall furnish a complete set of Operator, Service, and Parts Manuals with each body sold.

The bidder shall furnish a complete set of Operator, Service, and Parts Manuals with each body sold. 2013 Model or current production year 34,000 G.V.W.R. Cab and Chassis INTENT: These specifications describe a Dump Truck. GENERAL TERMS: All equipment furnished under this contract shall be new, unused,

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

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

NELSON COUNTY FISCAL COURT

NELSON COUNTY FISCAL COURT NELSON COUNTY FISCAL COURT Specifications/Bid Forms FOR 25 CUBIC YARD REAR PACKER,REAR EJECTION, GARBAGE TRUCK DATE: 08/2017 ADVERTISEMENT FOR BIDS The Nelson County Fiscal Court will accept sealed bids

More information

PART I Vendor: BRYSON SALES AND SERVICE OF WASHINGTON, INC.

PART I Vendor: BRYSON SALES AND SERVICE OF WASHINGTON, INC. 2015-16 State Price Quote Specification Use this document to bid both non-lift and lift buses for 35 60 capacity. PART I Vendor: BRYSON SALES AND SERVICE OF WASHINGTON, INC. Seating Capacity Alternator

More information

An ISO 9001:2000 Certified Company Autocar MY x DOT/EPA Compliant Terminal Tractor Standard Specifications

An ISO 9001:2000 Certified Company Autocar MY x DOT/EPA Compliant Terminal Tractor Standard Specifications An ISO 9001:2000 Certified Company Autocar MY 2015 4x2 2013 DOT/EPA Compliant Terminal Tractor Standard Specifications Engine and Equipment Standard Optional Engine model Exhaust Air cleaner Radiator Fan

More information

MANISTEE COUNTY ROAD COMMISSION 2019 TANDEM AXLE TRUCK SPECIFICATIONS AND BID REQUIREMENTS (ALTERNATE BID) January 4, 2018

MANISTEE COUNTY ROAD COMMISSION 2019 TANDEM AXLE TRUCK SPECIFICATIONS AND BID REQUIREMENTS (ALTERNATE BID) January 4, 2018 GENERAL 1. The following minimum specifications are for a tandem axle truck (conventional cab and chassis with an engine and transmission). 2. The truck shall be the manufacturer s current model under

More information

TYPE C60 BID AS 48 PASSENGER,

TYPE C60 BID AS 48 PASSENGER, 2014-15 State Price Quote Specification TYPE C60 BID AS 48 PASSENGER, DIESEL & PROPANE Use this document to bid both non-lift and lift buses for 35 60 capacity. PART I Engine Transmission Axle Front Axle

More information

Capacity Capacity Capacity Capacity 21000

Capacity Capacity Capacity Capacity 21000 2016-17 State Price Quote Specification TYPE C60 BID AS 48 PASSENGER, DIESEL & PROPANE Use this document to bid both non-lift and lift buses for 35 60 capacity. PART I Seating Capacity Alternator Auxiliary

More information

State Price Quote Specification TYPE A DIESEL, GAS & PROPANE Use this document to bid both non-lift and lift, gas, diesel and propane buses.

State Price Quote Specification TYPE A DIESEL, GAS & PROPANE Use this document to bid both non-lift and lift, gas, diesel and propane buses. 2016-17 State Price Quote Specification TYPE A DIESEL, GAS & PROPANE PART I Seating Capacity Alternator Auxiliary Automatic Transmission Cooler Axle Front Axle Rear Axle Ratio Back-up Lights STATE-SUPPORTED

More information

Request for Bids INFORMATION FOR BIDDERS. FURNISH THE CITY OF DERBY, KANSAS, ONE (1)2014 or NEWER TANDEM AXLE 10 YARD DUMP TRUCK w/ PLOW

Request for Bids INFORMATION FOR BIDDERS. FURNISH THE CITY OF DERBY, KANSAS, ONE (1)2014 or NEWER TANDEM AXLE 10 YARD DUMP TRUCK w/ PLOW Request for Bids City of Derby Public Works 2015-027 INFORMATION FOR BIDDERS FURNISH THE CITY OF DERBY, KANSAS, ONE (1)2014 or NEWER TANDEM AXLE 10 YARD DUMP TRUCK w/ PLOW 1. Sealed bids, on the attached

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

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

State Price Quote Specification TYPE A DIESEL, GAS & PROPANE Use this document to bid both non-lift and lift, gas, diesel and propane buses.

State Price Quote Specification TYPE A DIESEL, GAS & PROPANE Use this document to bid both non-lift and lift, gas, diesel and propane buses. 2016-17 State Price Quote Specification TYPE A DIESEL, GAS & PROPANE PART I Seating Capacity Alternator Auxiliary Automatic Transmission Cooler Axle Front Axle Rear Axle Ratio Back-up Lights STATE-SUPPORTED

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

Type 3 Fire Engine Model 346

Type 3 Fire Engine Model 346 Type 3 Fire Engine Model 346 Issue Date: February 2016 Supersedes: February 2014 Type 3 Fire Engine, Model 346 Supersedes February 2014 Page 1 Table of Contents Record of Revisions 3 1 General 4 1.1 General

More information

PART I Vendor: Harlow's Bus Sales

PART I Vendor: Harlow's Bus Sales 2013-14 State Price Quote Specification TYPE C 48 PASSENGER, DIESEL & PROPANE Use this document to bid both non-lift and lift buses for 35 60 capacity. PART I Engine Transmission Axle Front Axle Rear Axle

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

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

TENDER 2019 OR 2020, ONE AND A HALF TON EXTENDED DOUBLE CAB/CHASSIS, 4X4, DUMP BODY TRUCK

TENDER 2019 OR 2020, ONE AND A HALF TON EXTENDED DOUBLE CAB/CHASSIS, 4X4, DUMP BODY TRUCK Municipality of the County of Colchester Recreation Department 1 Church Street, Truro, NS B2N 3Z5 Telephone: (902) 897-3185 TENDER 2019 OR 2020, ONE AND A HALF TON EXTENDED DOUBLE CAB/CHASSIS, 4X4, DUMP

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

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

p.m

p.m REQUEST FOR QUOTATION No. 9459 TROY SCHOOL DISTRICT REQUISITION DUE DATE NO LATER THAN 1140 RANKIN, TROY, MICHIGAN 48083 10-29-07 3 p.m. 248-823-4052 FAX: 248-823-4077 DATE 10-15-07 REQUEST FOR QUOTE NOT

More information

State Price Quote Specification TYPE A GAS, DIESEL & PROPANE Use this document to bid both non-lift and lift, gas, diesel and propane buses.

State Price Quote Specification TYPE A GAS, DIESEL & PROPANE Use this document to bid both non-lift and lift, gas, diesel and propane buses. 2015-16 TYPE A GAS, DIESEL & PROPANE PART I Seating Capacity Alternator Auxiliary Automatic Transmission Cooler Axle Front Axle Rear Axle Ratio Back-up Lights STATE-SUPPORTED SPECIFICATIONS Maximum passenger

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

Other employees or individuals are not allowed to start, pre-trip, or drive the bus without permission from the Transportation Office.

Other employees or individuals are not allowed to start, pre-trip, or drive the bus without permission from the Transportation Office. Pre-Trip Inspection January 27, 2014 Drivers Pre-Trip Inspection The Virginia State Department of Education and Virginia Department of Motor Vehicles REQUIRE a pre-trip inspection. A check must be put

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

PART I Vendor: SCHETKY NW SALES, INC.

PART I Vendor: SCHETKY NW SALES, INC. 2015-16 State Price Quote Specification TYPE D84 BID AS 78 PASSENGER DIESEL & Use this document to bid both non-lift and lift buses for 61 84 capacity. PART I Vendor: SCHETKY NW SALES, INC. Seating Capacity

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

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

State Price Quote Specification TYPE D60 BID AS 48 PASSENGER Use this document to bid both non-lift and lift buses for capacity.

State Price Quote Specification TYPE D60 BID AS 48 PASSENGER Use this document to bid both non-lift and lift buses for capacity. 2014-15 State Price Quote Specification TYPE D60 BID AS 48 PASSENGER Use this document to bid both non-lift and lift buses for 35 60 capacity. Vendor: PART I Engine Transmission CHASSIS STATE-SUPPORTED

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

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

State Price Quote Specification TYPE A GAS, DIESEL & PROPANE Use this document to bid both non-lift and lift, gas, diesel and propane buses.

State Price Quote Specification TYPE A GAS, DIESEL & PROPANE Use this document to bid both non-lift and lift, gas, diesel and propane buses. 2013-14 State Price Quote Specification TYPE A GAS, DIESEL & PROPANE PART I Engine Transmission Auxiliary Automatic Transmission Cooler Axle Front Axle Rear STATE-SUPPORTED SPECIFICATIONS Price of items

More information

PART I Vendor: BRYSON SALES & SERVICE OF WASHINGTON, INC Mfr.: MICROBIRD

PART I Vendor: BRYSON SALES & SERVICE OF WASHINGTON, INC Mfr.: MICROBIRD 2015-16 TYPE A GAS, DIESEL & PROPANE PART I Vendor: BRYSON SALES & SERVICE OF WASHINGTON, INC Seating Capacity Alternator Auxiliary Automatic Transmission Cooler Axle Front Axle Rear Axle Ratio Back-up

More information

TENDER. 2017, THREE QUARTER (3/4) TON PICKUP TRUCK, 4x4

TENDER. 2017, THREE QUARTER (3/4) 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 2017, THREE QUARTER (3/4) TON PICKUP TRUCK, 4x4 Sealed Tenders for Tender

More information

INVITATION TO BID 71 PASSENGER SCHOOL BUS ITB

INVITATION TO BID 71 PASSENGER SCHOOL BUS ITB INVITATION TO BID 71 PASSENGER SCHOOL BUS ITB 18-031 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

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

Warranty - Standard Equipment & Specs

Warranty - Standard Equipment & Specs Warranty - Standard Equipment & Specs Warranty Basic Distance Unlimited miles Months 24 months Powertrain Distance Unlimited miles Months 24 months Corrosion Perforation Distance Unlimited miles Months

More information

Mantis Rerailer General Specifications

Mantis Rerailer General Specifications 2008 General Specifications 1. Typical Operating Parameters 2. General 1.1 Operating temperatures will typically be between 20 F (7 C) to 110 F (43 C). 1.2 Relative humidity ranges between 20% and 100%.

More information

INVITATION TO BID ONE (1) 10-FOOT DUMPBODY DUMP TRUCK WITH DIESEL / CNG OPTIONS

INVITATION TO BID ONE (1) 10-FOOT DUMPBODY DUMP TRUCK WITH DIESEL / CNG OPTIONS 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 9-227- 7 0 0 0 F A X 2 2 9-227- 3 2 4 3 w w w. t h o m a s v i l l e. o r g INVITATION TO BID ONE (1) 10-FOOT DUMPBODY DUMP TRUCK WITH DIESEL

More information

The North East School District Board of Directors will accept sealed bids for: ONE (1) 60-PASSENGER WHEEL CHAIR EQUIPPED BUS

The North East School District Board of Directors will accept sealed bids for: ONE (1) 60-PASSENGER WHEEL CHAIR EQUIPPED BUS NORTH EAST SCHOOL DISTRICT Office of the Business Manager West Wing of the North East Elementary Center 50 East Division Street North East, Pennsylvania 16428 The North East School District Board of Directors

More information

Standard features. Standard features of the Unimog U500 NA 2005 model

Standard features. Standard features of the Unimog U500 NA 2005 model of the Unimog U500 NA 2005 model Engine: - MB 906 diesel engine; 260 hp at 2,200 rpm, torque 700 ft-lbs, max. rpm: 2,500 - Mercedes-Benz 6-cylinder diesel engine water cooled, turbo charger and intercooler

More information

Warranty - Standard Equipment & Specs

Warranty - Standard Equipment & Specs Warranty - Standard Equipment & Specs Warranty Basic Distance Unlimited miles Months 24 months Powertrain Distance Unlimited miles Months 24 months Corrosion Perforation Distance Unlimited miles Months

More information

TENDER 2018 OR 2019, ONE AND A HALF TON CAB/CHASSIS, 4X4, DUMP BODY TRUCK

TENDER 2018 OR 2019, ONE AND A HALF TON CAB/CHASSIS, 4X4, DUMP BODY TRUCK Municipality of the County of Colchester Public Works Department 1 Church Street, Truro, NS B2N 3Z5 Telephone: (902) 897-3175 TENDER 2018 OR 2019, ONE AND A HALF TON CAB/CHASSIS, 4X4, DUMP BODY TRUCK Sealed

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

Request for Proposal. Articulated Loader

Request for Proposal. Articulated Loader Request for Proposal Articulated Loader April 17, 2017 1 City of Fargo Request for Proposal The City of Fargo is requesting proposals for (2) Articulated Loaders. Sealed proposals will be received by the

More information

Pennsylvania State Police Academy. 40 Passenger Bus

Pennsylvania State Police Academy. 40 Passenger Bus Pennsylvania State Police Academy 40 Passenger Bus The following pages specify the design and component requirements for a bus. In addition to the vehicle specifications, the following requirements must

More information

PART I Vendor: SCHETKY NW SALES, INC. Mfr.: THOMAS BUILT BUSES

PART I Vendor: SCHETKY NW SALES, INC. Mfr.: THOMAS BUILT BUSES 2015-16 TYPE A GAS, DIESEL & PROPANE PART I Seating Capacity Alternator Auxiliary Automatic Transmission Cooler Axle Front Axle Rear Axle Ratio Back-up Lights STATE-SUPPORTED SPECIFICATIONS Maximum passenger

More information

Pennsylvania State Police Tactical Mounted Unit. 25,500# GVWR Crew Cab Tractor

Pennsylvania State Police Tactical Mounted Unit. 25,500# GVWR Crew Cab Tractor Pennsylvania State Police Tactical Mounted Unit 25,500# GVWR Crew Cab Tractor The following pages specify the design and component requirements for a crew cab truck tractor. In addition to the vehicle

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

RAC EXPORT TRADING Germany Tel

RAC EXPORT TRADING Germany   Tel Technical Specification Kenworth 963S oilfield truck, new GAWR RATINGS Front Axle Weight Rating 40.000 Lb. 18.140 kg Rear Axle Weight Rating 150.000 Lb 68.030 kg Gross Vehicle Weight Rating 190.000 Lb.

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

PART I Vendor: Creative Bus Sales Inc Mfr.: Starcraft

PART I Vendor: Creative Bus Sales Inc Mfr.: Starcraft 2016-17 State Price Quote Specification TYPE A DIESEL, GAS & PROPANE PART I Vendor: Creative Bus Sales Inc Seating Capacity Alternator Auxiliary Automatic Transmission Cooler Axle Front Axle Rear Axle

More information

PART I Vendor: SCHETKY NW SALES Mfr.: THOMAS BUILT BUSES

PART I Vendor: SCHETKY NW SALES Mfr.: THOMAS BUILT BUSES 2016-17 TYPE A DIESEL, GAS & PROPANE PART I Vendor: SCHETKY NW SALES Mfr.: THOMAS BUILT BUSES Seating Capacity Alternator Auxiliary Automatic Transmission Cooler Axle Front Axle Rear Axle Ratio Back-up

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

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

INVITATION TO BID 78 PASSENGER CONVENTIONAL SCHOOL BUSE

INVITATION TO BID 78 PASSENGER CONVENTIONAL SCHOOL BUSE FINANCE DEPARTMENT INVITATION TO BID GREGORY N. L HEUREUX Finance Director KRISTIE BRADBURY Deputy Finance Director COLLEEN C. SELBERG Purchasing Agent 78 PASSENGER CONVENTIONAL SCHOOL BUSE Sealed bids

More information

APPENDIX "C" TYPE C and TYPE A2 OPTION COMPONENT PRICING LIST

APPENDIX C TYPE C and TYPE A2 OPTION COMPONENT PRICING LIST APPENDIX "C" TYPE C and TYPE A2 OPTION COMPONENT PRICING LIST 2019 SCHOOL BUS ORDER - TYPE C CHASSIS OPTION COMPONENT PRICING FOR DIESEL, GASOLINE, AND PROPANE VENDOR TO SUPPLY CHASSIS OPTION PRICING.

More information