INVITATION FOR BID BID NO FOR: ASSORTED 2018 PICKUP TRUCKS COMMODITY CODE:
|
|
- Leonard Wilson
- 5 years ago
- Views:
Transcription
1 Mark A. Cowart Chief Information Officer P 2222 M Street Merced, CA (209) (209) Fax Issue Date: January 11, 2018 THE COUNTY OF MERCED DEPARTMENT OF ADMINISTRATIVE SERVICES-PURCHASING INVITATION FOR BID BID NO FOR: ASSORTED 2018 PICKUP TRUCKS COMMODITY CODE: Notice is hereby given that sealed bids will be received at the Merced County Department of Administrative Services-Purchasing until 4:00 P.M., local time, on February 8, 2018 at which time they will be publicly opened, read and published to the web for the furnishing and delivering of Assorted 2018 Pickup Trucks. Please carefully read and follow the instructions. Bids shall be presented under sealed cover. Clearly marked with the bid number and bid submittal deadline date on the outside and mailed or delivered to: County of Merced Department of Administrative Services-Purchasing 2222 "M" Street, Room 1 Merced, California Attn: Frank C. Rybka, C.P.M., CPPB, Procurement Specialist Phone: Ext Fax: frybka@co.merced.ca.us Any bidder who wishes their bid to be considered is responsible for making certain that their bid is received in the Department of Administrative Services-Purchasing by the Bid Submittal Deadline. NO ORAL, TELEPHONIC, ELECTRONIC ( ), OR FACSIMILE BIDS OR MODIFICATIONS WILL BE CONSIDERED. BIDS RECEIVED AFTER THE BID SUBMITTAL DEADLINE WILL BE REJECTED REGARDLESS OF POSTMARK DATE AND WILL BE RETURNED TO THE BIDDER UNOPENED. BID SUBMITTAL DEADLINE: 4:00 P.M., February 8, 2018 BIDS WILL BE CONSIDERED LATE WHEN THE OFFICIAL DEPARTMENT OF ADMINISTRATIVE SERVICES-PURCHASING TIME CLOCK READS 4:01 P.M. STRIVING FOR EXCELLENCE
2 TABLE OF CONTENTS Cover Page...1 Table of Contents...2 SECTIONS: 1 Scope of Work Calendar and Checklist Instructions General Terms Basis of Award...39 ATTACHMENTS: A Signature Page...42 B Bid Cost Sheet...43 C References...44 D Subcontractor List...45 E Local Vendor Preference Certification
3 SECTION 1 TECHNICAL SPECIFICATIONS ASSORTED 2018 PICKUP TRUCKS BID NO GENERAL: These specifications describe the requirements for 2018 Assorted Pickup Trucks. The specifications for these vehicles represent features best suited to the intended use of the equipment. As part of this bid, bidder must provide an exception page for each item bid listing any exception(s) taken to the specifications. If exception(s) are not noted, the County will assume the bidder will meet all of those requirements and assume full responsibility to meet the specifications. Judgment of the exceptions is to rest with Merced County Administrative Services-Purchasing ONE-QUARTER TON, EXTENDED CAB, 2WD, PICKUP QTY: 2 TRUCK AS FOLLOWS: 2. CLASSIFICATION: Pickup truck shall be equipped with an extended cab and bed. Pickup bed shall be straightside style. Vehicle offered must meet or exceed the following values: 3. SPECIFICATIONS: Standard Seating 4 Wheelbase 128 inches Engine Horsepower 200 HP No. of Cylinders 4 GVWR 5,400 lbs. Bed Length 6 foot Payload 1,300 lbs. Minimum Fuel Economy 22 Standard-2018 Combined MPG Rating* *2018 Combined MPG Rating. Each vehicle delivered shall be fully compliant with all Federal and State regulations for pickup trucks in effect as of the date of manufacture. 3.1 Safety: The vehicle delivered shall conform to the Federal Motor Vehicle Safety Standards (FMVSS) and the California Vehicle Code (CVC) requirements in effect as of the date of manufacture. 3.2 Emission Control: The engine shall be California Air Resources Board (CARB) certified to operate on-highway in the State of California at the time of manufacture. Any motor vehicle rated at 8,500 pounds GVWR or less shall meet or exceed California s Ultra- Low Emission Vehicle II (ULEV II) standards for exhaust emissions (13 CCR 1961).as of the date of the bid opening. 3
4 4. REQUIREMENTS: 4.1 General: The vehicle shall be new (unused), current production. Each vehicle shall be supplied with all equipment and accessories indicated as standard equipment in the manufacturer s published literature unless specifically deleted as stated in this specification or Invitation for Bid. Optional equipment necessary to meet the minimum requirements of this specification shall be installed. All equipment/options are to be factory installed. If the equipment/options are not available from the factory, dealer installed equipment/accessories may be acceptable. The bidder is to specify those items that will be dealer installed. All equipment shall be installed prior to delivery. 4.2 Engine: The engine shall be designed to operate on regular unleaded, 87 octane gasoline as available from any reputable retail pump in California. 4.3 Cooling System: The cooling system shall be a liquid pressurized, forced circulation type. A coolant recovery system shall be furnished. The cooling systems shall provide protection from ambient temperatures ranging from 0 F to 120 F. If the vehicle is equipped with a trailer-towing package, as specified herein or optioned for on the purchase order, the vehicle shall be equipped with the maximum cooling system available from the manufacturer. 4.4 Electrical System: Each vehicle shall come equipped with a heavy-duty 12-volt electrical system specifically designed to handle the load requirements of the vehicle, equipped with options, as specified herein. 4.5 Transmission/Driveline: The vehicle shall be equipped with the manufacturers standard automatic-overdrive type transmission providing not less than four (4) forward speeds and one (1) reverse speed and shall include the manufacturer s standard transmission cooler. 4.6 Steering: The vehicle shall have the manufacturer s standard power-assisted steering. The steering system shall return to center when the driver s grip on the steering wheel is relaxed and the vehicle is in motion. 4.7 Brakes: The vehicle shall be equipped with the manufacturer s standard power assisted braking with a four wheel, electronic anti-lock brake system. 4.8 Wheels and Tires: The vehicle shall be equipped with the OEM s standard tubeless type radial tires mounted on OEM approved rims. Tires shall be the OEM's recommended tread design for the type vehicle ordered. As a minimum, all tires shall be the all-season tread design and labeled for Mud and Snow (M/S) service. All primary tires and wheels shall be identical *i.e. no cross brands or models). Each vehicle shall be equipped with a full-size spare tire and wheel mounted and secured on a production-type carrier. The spare tire may be mounted on a traditional steel wheel. All tires and wheels shall be properly balanced. Wheel weights shall contain no more than 0.1 percent lead by 4
5 weight (Health and Safety Code Section ). Rear tire clearance shall be adequate for normal operation of the vehicle when loaded to capacity and equipped with winter anti-skid chains or cables. 4.9 Axles/Springs/Frame: As required for vehicle GVWR Trailer-Towing Package: Vehicles equipped with a trailer-towing package shall include a frame mounted, 2-inch receiver type hitch and a 7-wire trailer electrical harness. The hitch shall be rated as a SAE class III hitch. A receiver insert, ball, and trailer electrical plug are not required Fuel Tank: The vehicle shall be equipped with the manufacturer s standard fuel tank Air Conditioning: The vehicle shall be equipped with the manufacturer s standard, factory installed, CFC free, dehumidifying/all weather air-conditioner. The air conditioning system shall include, but shall not be limited to, necessary insulation, increased engine cooling capacity, including recovery system, plus increased alternator and battery capacity Body/Cab: This vehicle shall be the pickup straight-side type with an enclosed steel cab. The pickup box shall be double-wall construction. The vehicle shall be equipped with the manufacturer s standard front bumper and the manufacturer s standard rear steptype bumper. The extended cab shall be equipped with two (2) doors and seating for four (4) adults Exterior Color: The exterior color shall be selected from the manufacturer s published listing of factory available colors. The paint color and scheme will be identified on the Purchase Order. If the exterior color is not specified, the default color shall be white Interior/Seat Upholstery: The interior color shall be the manufacturer s standard color supplied with the exterior color specified. Seat upholstery shall be all vinyl Miscellaneous Equipment: The following items, supplementing if necessary those items already cataloged as standard equipment, shall be furnished and in place. Multi-speed fresh air ventilator with heater and windshield defogger system. Seat belts for all seating positions. Vinyl bucket seats, front; vinyl seats, rear. Vinyl floor covering. Sun visors for driver and front passenger positions. Dome light, activated by each door. Inside hood release. Right and left side exterior rear view mirrors shall be manufacture s standard. Inside rearview mirror, day/night. Manufacturer s standard AM/FM Stereo radio with CD, MP3, and 5
6 antenna. Intermittent, multi-speed windshield wipers with washers. Front license plate bracket. Power door locks. Factory mats, rubber. Mirrors, dual power. Mud guards, front and rear. 16 wheels and tires. Skid plates. Spare, full size. Speed control. Tilt steering wheel. Tire pressure monitor. Windows, power. Standard tool kit including wheel-changing tools and jack adequate to safety lift the vehicle when loaded to rated capacity cab and chassis included. Owner s Manual. Warranty certificate and/or card. 6
7 ONE-QUARTER TON, EXTENDED CAB, 4WD, PICKUP QTY: 1 TRUCK AS FOLLOWS: 2. CLASSIFICATION: Pickup truck shall be equipped with an extended cab and bed. Pickup bed shall be straightside style. Vehicle offered must meet or exceed the following values: 3. SPECIFICATIONS: Standard Seating 4 Wheelbase 128 inches Engine Horsepower 300 HP No. of Cylinders 6 GVWR 5,900 lbs. Bed Length 6 foot Payload 1,400 lbs. Minimum Fuel Economy 21 Standard-2018 Combined MPG Rating* *2018 Combined MPG Rating. Each vehicle delivered shall be fully compliant with all Federal and State regulations for pickup trucks in effect as of the date of manufacture. 3.1 Safety: The vehicle delivered shall conform to the Federal Motor Vehicle Safety Standards (FMVSS) and the California Vehicle Code (CVC) requirements in effect as of the date of manufacture. 3.2 Emission Control: The engine shall be California Air Resources Board (CARB) certified to operate on-highway in the State of California at the time of manufacture. Any motor vehicle rated at 8,500 pounds GVWR or less shall meet or exceed California s Ultra- Low Emission Vehicle II (ULEV II) standards for exhaust emissions (13 CCR 1961).as of the date of the bid opening. 4. REQUIREMENTS: 4.1 General: The vehicle shall be new (unused), current production. Each vehicle shall be supplied with all equipment and accessories indicated as standard equipment in the manufacturer s published literature unless specifically deleted as stated in this specification or Invitation for Bid. Optional equipment necessary to meet the minimum requirements of this specification shall be installed. All equipment/options are to be factory installed. If the equipment/options are not available from the factory, dealer installed equipment/accessories may be acceptable. The bidder is to specify those items that will be dealer installed. All equipment shall be installed prior to delivery. 7
8 4.2 Engine: The engine shall be designed to operate on regular unleaded, 87 octane gasoline as available from any reputable retail pump in California. 4.3 Cooling System: The cooling system shall be a liquid pressurized, forced circulation type. A coolant recovery system shall be furnished. The cooling systems shall provide protection from ambient temperatures ranging from 0 F to 120 F. If the vehicle is equipped with a trailer-towing package, as specified herein or optioned for on the purchase order, the vehicle shall be equipped with the maximum cooling system available from the manufacturer. 4.4 Electrical System: Each vehicle shall come equipped with a heavy-duty 12-volt electrical system specifically designed to handle the load requirements of the vehicle, equipped with options, as specified herein. 4.5 Transmission/Driveline: The vehicle shall be equipped with the manufacturers standard automatic-overdrive type transmission providing not less than four (4) forward speeds and one (1) reverse speed and shall include the manufacturer s standard transmission cooler. 4.6 Steering: The vehicle shall have the manufacturer s standard power-assisted steering. The steering system shall return to center when the driver s grip on the steering wheel is relaxed and the vehicle is in motion. 4.7 Brakes: The vehicle shall be equipped with the manufacturer s standard power assisted braking with a four wheel, electronic anti-lock brake system. 4.8 Wheels and Tires: The vehicle shall be equipped with the OEM s standard tubeless type radial tires mounted on OEM approved rims. Tires shall be the OEM's recommended tread design for the type vehicle ordered. As a minimum, all tires shall be the all-season tread design and labeled for Mud and Snow (M/S) service. All primary tires and wheels shall be identical *i.e. no cross brands or models). Each vehicle shall be equipped with a full-size spare tire and wheel mounted and secured on a production-type carrier. The spare tire may be mounted on a traditional steel wheel. All tires and wheels shall be properly balanced. Wheel weights shall contain no more than 0.1 percent lead by weight (Health and Safety Code Section ). Rear tire clearance shall be adequate for normal operation of the vehicle when loaded to capacity and equipped with winter anti-skid chains or cables. 4.9 Axles/Springs/Frame: As required for vehicle GVWR Trailer-Towing Package: Vehicles equipped with a trailer-towing package shall include a frame mounted, 2-inch receiver type hitch and a 7-wire trailer electrical harness. The hitch shall be rated as a SAE class III hitch. A receiver insert, ball, and trailer electrical plug are not required Fuel Tank: The vehicle shall be equipped with the manufacturer s standard fuel 8
9 tank Air Conditioning: The vehicle shall be equipped with the manufacturer s standard, factory installed, CFC free, dehumidifying/all weather air-conditioner. The air conditioning system shall include, but shall not be limited to, necessary insulation, increased engine cooling capacity, including recovery system, plus increased alternator and battery capacity Body/Cab: This vehicle shall be the pickup straight-side type with an enclosed steel cab. The pickup box shall be double-wall construction. The vehicle shall be equipped with the manufacturer s standard front bumper and the manufacturer s standard rear steptype bumper. The extended cab shall be equipped with two (2) doors and seating for four (4) adults Exterior Color: The exterior color shall be selected from the manufacturer s published listing of factory available colors. The paint color and scheme will be identified on the Purchase Order. If the exterior color is not specified, the default color shall be white Interior/Seat Upholstery: The interior color shall be the manufacturer s standard color supplied with the exterior color specified. Seat upholstery shall be all cloth Miscellaneous Equipment: The following items, supplementing if necessary those items already cataloged as standard equipment, shall be furnished and in place. Multi-speed fresh air ventilator with heater and windshield defogger system. Seat belts for all seating positions. Cloth bucket seats, front; split bench seat, rear. Vinyl floor covering. Sun visors for driver and front passenger positions. Dome light, activated by each door. Inside hood release. Right and left side exterior rear view mirrors shall be manufacture s standard. Inside rearview mirror, day/night. Manufacturer s standard AM/FM Stereo radio with CD, MP3, and antenna. Intermittent, multi-speed windshield wipers with washers. Front license plate bracket. Power door locks. Bluetooth capability. Keyless remote control. Factory mats, rubber. Mirrors, dual power. Mud guards, front and rear. 16 wheels and tires. Skid plates. Spare, full size. Speed control. 9
10 Tilt steering wheel. Tire pressure monitor. Windows, power. Standard tool kit including wheel-changing tools and jack adequate to safety lift the vehicle when loaded to rated capacity cab and chassis included. Owner s Manual. Warranty certificate and/or card. 10
11 ONE-HALF TON, EXTENDED CAB, 2WD, PICKUP QTY: 2 TRUCK AS FOLLOWS: 2. CLASSIFICATION: Pickup trucks shall be equipped with double cabs and bed. Pickup beds shall be straightside style. Vehicles offered must meet or exceed the following values: 3. SPECIFICATIONS: Standard Seating 6 Wheelbase 145 inches Engine Horsepower 280 HP No. of Cylinders 6 (Flex Fuel) Max. GVWR 6,300 lbs. Bed Length 6-1/2 foot Payload 1,800 lbs. Minimum Fuel Economy Standard Combined 22 MPG Rating* *2018 Combined MPG Rating. Each vehicle delivered shall be fully compliant with all Federal and State regulations for pickup trucks in effect as of the date of manufacture. 3.1 Safety: The vehicle delivered shall conform to the Federal Motor Vehicle Safety Standards (FMVSS) and the California Vehicle Code (CVC) requirements for pickup trucks in effect as of the date of manufacture. 3.2 Emission Control: The engine shall be California Air Resource Board (CARB) certified to operate on-highway in the State of California at the time of manufacture. Any motor vehicle rated at 8,500 pounds GVRW or less which has a vehicle curb weight of 6,000 pounds or less shall meet or exceed California s Ultra-Low Emission Vehicle II (ULEV II) standards for exhaust emissions (13 cal. Code Regs. 1961). 4. REQUIREMENTS: 4.1 General: Each vehicle shall be new (unused), current production. Each vehicle shall be supplied with all equipment and accessories indicated as standard equipment in the manufacturer s published literature unless specifically deleted as stated in this specification or Invitation for Bid. Optional equipment necessary to meet the minimum requirements of this specification shall be installed. All equipment/options are to be factory installed. If the equipment/options are not available from the factory, dealer installed equipment/accessories may be acceptable. The bidder is to specify those items that will be dealer installed. All equipment shall be 11
12 installed prior to delivery. 4.2 Engine: The engine shall be designed to operate on regular (87 octane) gasoline. 4.3 Cooling System: The cooling system shall be a liquid pressurized, forced circulation type. A coolant recovery system shall be furnished. The cooling systems shall provide protection from ambient temperatures ranging from 0 F to 120 F. If the vehicle is equipped with a trailer-towing package, as specified herein or optioned for on the purchase order, the vehicle shall be equipped with the maximum cooling system available from the manufacturer. 4.4 Electrical System: Each vehicle shall come equipped with a heavy-duty 12-volt electrical system specifically designed to handle the load requirements of the vehicle, equipped with options, as specified herein. 4.5 Transmission/Driveline: The vehicle shall be equipped with the manufacturers standard automatic-overdrive type transmission providing not less than five (5) forward speeds and one (1) reverse speed and shall include the manufacturer s standard transmission cooler. 4.6 Steering: The vehicle shall have the manufacturer s standard power-assisted steering. 4.7 Brakes: The vehicle shall be equipped with the manufacturer s standard power assisted braking with a four wheel, electronic anti-lock brake system. 4.8 Wheels and Tires: The vehicle shall be equipped with the OEM s standard tubeless type radial tires mounted on OEM approved rims. Tires shall be the OEM's recommended tread design for the type vehicle ordered. As a minimum, all tires shall be the all-season tread design and labeled for Mud and Snow (M/S) service. All on ground tires and wheels shall be identical (i.e. no cross brands or models). Each vehicle shall be equipped with a full-size spare tire and wheel mounted and secured on a production-type carrier. The spare tire may be mounted on a traditional steel wheel. All tires and wheels shall be properly balanced. Rear tire clearance shall be adequate for normal operation of the vehicle when loaded to capacity and equipped with winter anti-skid chains or cables. 4.9 Axles/Springs/Frame: As required for vehicle GVWR Trailer-Towing Package Option: Vehicles equipped with a trailer-towing package shall include a frame mounted, 2-inch receiver type hitch and a 7-wire trailer electrical harness. The hitch shall be rated as a SAE class III hitch. A receiver insert, ball, and trailer electrical plug are not required Fuel Tank: The vehicle shall be equipped with the manufacturer s standard fuel tank. 12
13 4.12 Air Conditioning: The vehicle shall be equipped with the manufacturer s standard, factory installed, and CFC free, dehumidifying/all weather air-conditioner. The air conditioning system shall include, but shall not be limited to, necessary insulation, increased engine cooling capacity, including recovery system, plus increased alternator and battery capacity Body/Cab: This vehicle shall be the pickup straight-side type with an enclosed steel or aluminum cab. All pickup boxes shall be double-wall construction. Each vehicle shall be equipped with the manufacturer s standard front bumper and the manufacturer s standard rear step-type bumper. The extended cab shall be equipped with four (4) doors and seating for six (6) adults Exterior Color: The exterior color shall be selected from the manufacturer s published listing of factory available colors. The paint color and scheme will be identified on the Purchase Order. If the exterior color is not specified, the default color shall be white Interior/Seat Upholstery: The interior color shall be the manufacturer s standard color supplied with the exterior color specified. Seat upholstery shall be all vinyl Miscellaneous Equipment: The following items, supplementing if necessary those items already cataloged as standard equipment, shall be furnished and in place. Multi-speed fresh air ventilator with heater and windshield defogger system. Seat belts for all seating positions. Front 40/20/40 with column shifter. Front and rear vinyl seats. Vinyl floor covering front and rear. Sun visors for driver and front passenger positions. Dome light, activated by each door. Inside hood release. Inside rearview mirror, day/night. Manufacturer s standard AM/FM Stereo radio w/ CD, MP3 and antenna. Two speed intermittent windshield wipers with washers. Tilt steering wheel. 12-Volt DC power outlet (2 each) in front compartment. Power front and rear windows. Power door locks. Cruise control. Bluetooth capable. Front License bracket. Dual power side mirrors, manual fold, black. Tow package. Class IV Hitch Axle. 17 inch steel wheels. Front license bracket. 13
14 Standard tool kit including wheel-changing tools and jack adequate to safety lift the vehicle when loaded to rated capacity cab and chassis included. Owner s Manual. Warranty certificate and/or card. Note: One unit to include the following light accessories: Whelan Amber Beacon #L31HAFCA. Whelan Traffic Advisor w/control Head #TAZ86. Acari Light/Beacon Mount #RTMFOED101 Delta Alumilite Bed Toolbox Part #
15 ONE-HALF TON, EXTENDED CAB, 4WD, PICKUP QTY: 1 TRUCK AS FOLLOWS: 2. CLASSIFICATION: Pickup trucks shall be equipped with double cabs and bed. Pickup beds shall be straightside style. Vehicles offered must meet or exceed the following values: 3. SPECIFICATIONS: Standard Seating 6 Wheelbase 145 inches Engine Horsepower 280 HP No. of Cylinders 6 (Flex Fuel) Max. GVWR 6,300 lbs. Bed Length 6-1/2 foot Payload 1,800 lbs. Minimum Fuel Economy Standard Combined 21 MPG Rating* *2018 Combined MPG Rating. Each vehicle delivered shall be fully compliant with all Federal and State regulations for pickup trucks in effect as of the date of manufacture. 3.1 Safety: The vehicle delivered shall conform to the Federal Motor Vehicle Safety Standards (FMVSS) and the California Vehicle Code (CVC) requirements for pickup trucks in effect as of the date of manufacture. 3.2 Emission Control: The engine shall be California Air Resource Board (CARB) certified to operate on-highway in the State of California at the time of manufacture. Any motor vehicle rated at 8,500 pounds GVRW or less which has a vehicle curb weight of 6,000 pounds or less shall meet or exceed California s Ultra-Low Emission Vehicle II (ULEV II) standards for exhaust emissions (13 cal. Code Regs. 1961). 4. REQUIREMENTS: 4.1 General: Each vehicle shall be new (unused), current production. Each vehicle shall be supplied with all equipment and accessories indicated as standard equipment in the manufacturer s published literature unless specifically deleted as stated in this specification or Invitation for Bid. Optional equipment necessary to meet the minimum requirements of this specification shall be installed. All equipment/options are to be factory installed. If the equipment/options are not available from the factory, dealer installed equipment/accessories may be acceptable. 15
16 The bidder is to specify those items that will be dealer installed. All equipment shall be installed prior to delivery. 4.2 Engine: The engine shall be designed to operate on regular (87 octane) gasoline. 4.3 Cooling System: The cooling system shall be a liquid pressurized, forced circulation type. A coolant recovery system shall be furnished. The cooling systems shall provide protection from ambient temperatures ranging from 0 F to 120 F. If the vehicle is equipped with a trailer-towing package, as specified herein or optioned for on the purchase order, the vehicle shall be equipped with the maximum cooling system available from the manufacturer. 4.4 Electrical System: Each vehicle shall come equipped with a heavy-duty 12-volt electrical system specifically designed to handle the load requirements of the vehicle, equipped with options, as specified herein. 4.5 Transmission/Driveline: The vehicle shall be equipped with the manufacturers standard automatic-overdrive type transmission providing not less than five (5) forward speeds and one (1) reverse speed and shall include the manufacturer s standard transmission cooler. 4.6 Steering: The vehicle shall have the manufacturer s standard power-assisted steering. 4.7 Brakes: The vehicle shall be equipped with the manufacturer s standard power assisted braking with a four wheel, electronic anti-lock brake system. 4.8 Wheels and Tires: The vehicle shall be equipped with the OEM s standard tubeless type radial tires mounted on OEM approved rims. Tires shall be the OEM's recommended tread design for the type vehicle ordered. As a minimum, all tires shall be the all-season tread design and labeled for Mud and Snow (M/S) service. All on ground tires and wheels shall be identical (i.e. no cross brands or models). Each vehicle shall be equipped with a full-size spare tire and wheel mounted and secured on a production-type carrier. The spare tire may be mounted on a traditional steel wheel. All tires and wheels shall be properly balanced. Rear tire clearance shall be adequate for normal operation of the vehicle when loaded to capacity and equipped with winter anti-skid chains or cables. 4.9 Axles/Springs/Frame: As required for vehicle GVWR Trailer-Towing Package Option: Vehicles equipped with a trailer-towing package shall include a frame mounted, 2-inch receiver type hitch and a 7-wire trailer electrical harness. The hitch shall be rated as a SAE class III hitch. A receiver insert, ball, and trailer electrical plug are not required Fuel Tank: The vehicle shall be equipped with the manufacturer s standard fuel 16
17 tank Air Conditioning: The vehicle shall be equipped with the manufacturer s standard, factory installed, and CFC free, dehumidifying/all weather air-conditioner. The air conditioning system shall include, but shall not be limited to, necessary insulation, increased engine cooling capacity, including recovery system, plus increased alternator and battery capacity Body/Cab: This vehicle shall be the pickup straight-side type with an enclosed steel or aluminum cab. All pickup boxes shall be double-wall construction. Each vehicle shall be equipped with the manufacturer s standard front bumper and the manufacturer s standard rear step-type bumper. The extended cab shall be equipped with four (4) doors and seating for six (6) adults Exterior Color: The exterior color shall be selected from the manufacturer s published listing of factory available colors. The paint color and scheme will be identified on the Purchase Order. If the exterior color is not specified, the default color shall be white Interior/Seat Upholstery: The interior color shall be the manufacturer s standard color supplied with the exterior color specified. Seat upholstery shall be all vinyl Miscellaneous Equipment: The following items, supplementing if necessary those items already cataloged as standard equipment, shall be furnished and in place. Multi-speed fresh air ventilator with heater and windshield defogger system. Seat belts for all seating positions. Front 40/20/40 with column shifter. Front and rear vinyl seats. Vinyl floor covering front and rear. Sun visors for driver and front passenger positions. Dome light, activated by each door. Inside hood release. Inside rearview mirror, day/night. Manufacturer s standard AM/FM Stereo radio w/ CD, MP3 and antenna. Two speed intermittent windshield wipers with washers. Tilt steering wheel. 12-Volt DC power outlet (2 each) in front compartment. Power front and rear windows. Power door locks. Cruise control. Bluetooth capable. Front License bracket. Dual power side mirrors, manual fold, black. Class IV Hitch. Reverse sensing system Axle. 17 inch steel wheels. 17
18 Front license bracket. Standard tool kit including wheel-changing tools and jack adequate to safety lift the vehicle when loaded to rated capacity cab and chassis included. Owner s Manual. Warranty certificate and/or card. 18
19 THREE-QUARTER TON, EXTENDED CAB, QTY: 5 2WD PICKUP TRUCK AS FOLLOWS: 2. CLASSIFICATION: Pickup trucks shall be equipped with double cabs and bed. Pickup beds shall be straightside style. Vehicles offered must meet or exceed the following values: 3. SPECIFICATIONS: Standard Seating 6 Wheelbase 164 inches Engine Horsepower 380 HP No. of Cylinders 8 (Flex Fuel) Max. GVWR 9,900 lbs. Bed Length 8 foot Payload 3,800 lbs. Each vehicle delivered shall be fully compliant with all Federal and State regulations for pickup trucks in effect as of the date of manufacture. 3.1 Safety: The vehicle delivered shall conform to the Federal Motor Vehicle Safety Standards (FMVSS) and the California Vehicle Code (CVC) requirements for pickup trucks in effect as of the date of manufacture. 3.2 Emission Control: The engine shall be California Air Resource Board (CARB) certified to operate on-highway in the State of California at the time of manufacture. Any motor vehicle rated at 8,500 pounds GVRW or less which has a vehicle curb weight of 6,000 pounds or less shall meet or exceed California s Ultra-Low Emission Vehicle II (ULEV II) standards for exhaust emissions (13 cal. Code Regs. 1961). 4. REQUIREMENTS: 4.1 General: Each vehicle shall be new (unused), current production. Each vehicle shall be supplied with all equipment and accessories indicated as standard equipment in the manufacturer s published literature unless specifically deleted as stated in this specification or Invitation for Bid. Optional equipment necessary to meet the minimum requirements of this specification shall be installed. All equipment/options are to be factory installed. If the equipment/options are not available from the factory, dealer installed equipment/accessories may be acceptable. The bidder is to specify those items that will be dealer installed. All equipment shall be installed prior to delivery. 4.2 Engine: The engine shall be designed to operate on regular (87 octane) gasoline. 19
20 4.3 Cooling System: The cooling system shall be a liquid pressurized, forced circulation type. A coolant recovery system shall be furnished. The cooling systems shall provide protection from ambient temperatures ranging from 0 F to 120 F. If the vehicle is equipped with a trailer-towing package, as specified herein or optioned for on the purchase order, the vehicle shall be equipped with the maximum cooling system available from the manufacturer. 4.4 Electrical System: Each vehicle shall come equipped with a heavy-duty 12-volt electrical system specifically designed to handle the load requirements of the vehicle, equipped with options, as specified herein. 4.5 Transmission/Driveline: The vehicle shall be equipped with the manufacturers standard automatic-overdrive type transmission providing not less than five (5) forward speeds and one (1) reverse speed and shall include the manufacturer s standard transmission cooler. 4.6 Steering: The vehicle shall have the manufacturer s standard power-assisted steering. 4.7 Brakes: The vehicle shall be equipped with the manufacturer s standard power assisted braking with a four wheel, electronic anti-lock brake system. 4.8 Wheels and Tires: The vehicle shall be equipped with the OEM s standard tubeless type radial tires mounted on OEM approved rims. Tires shall be the OEM's recommended tread design for the type vehicle ordered. As a minimum, all tires shall be the all-season tread design and labeled for Mud and Snow (M/S) service. All on ground tires and wheels shall be identical (i.e. no cross brands or models). Each vehicle shall be equipped with a full-size spare tire and wheel mounted and secured on a production-type carrier. The spare tire may be mounted on a traditional steel wheel. All tires and wheels shall be properly balanced. Rear tire clearance shall be adequate for normal operation of the vehicle when loaded to capacity and equipped with winter anti-skid chains or cables. 4.9 Axles/Springs/Frame: As required for vehicle GVWR Trailer-Towing Package Option: Vehicles equipped with a trailer-towing package shall include a frame mounted, 2-inch receiver type hitch and a 7-wire trailer electrical harness. The hitch shall be rated as a SAE class III hitch. A receiver insert, ball, and trailer electrical plug are not required Fuel Tank: The vehicle shall be equipped with the manufacturer s standard fuel tank Air Conditioning: The vehicle shall be equipped with the manufacturer s standard, factory installed, and CFC free, dehumidifying/all weather air-conditioner. The air conditioning system shall include, but shall not be limited to, necessary insulation, 20
21 increased engine cooling capacity, including recovery system, plus increased alternator and battery capacity Body/Cab: This vehicle shall be the pickup straight-side type with an enclosed steel or aluminum cab. All pickup boxes shall be double-wall construction. Each vehicle shall be equipped with the manufacturer s standard front bumper and the manufacturer s standard rear step-type bumper. The extended cab shall be equipped with four (4) doors and seating for six (6) adults Exterior Color: The exterior color shall be selected from the manufacturer s published listing of factory available colors. The paint color and scheme will be identified on the Purchase Order. If the exterior color is not specified, the default color shall be white Interior/Seat Upholstery: The interior color shall be the manufacturer s standard color supplied with the exterior color specified. Seat upholstery shall be cloth Miscellaneous Equipment: The following items, supplementing if necessary those items already cataloged as standard equipment, shall be furnished and in place. Multi-speed fresh air ventilator with heater and windshield defogger system. Seat belts for all seating positions. Front 40/20/40 with column shifter. Front and rear cloth seats. Vinyl floor covering front and rear. Sun visors for driver and front passenger positions. Dome light, activated by each door. Inside hood release. Inside rearview mirror, day/night. Manufacturer s standard AM/FM Stereo radio w/cd, MP3 and antenna. Two speed intermittent windshield wipers with washers. Tilt steering wheel. 12-Volt DC power outlet (2 each) in front compartment. Power front and rear windows. Power door locks. Cruise control. Remote entry system. Perimeter alarm system. Power tailgate. Bluetooth capable. Front License bracket. Dual power side mirrors, manual fold, black. Trailer tow package. Trailer brake controller. Clearance lights. LED strobe warning lights. Upfitter switches (6) Extra heavy duty alternator. 21
22 3.73 Axle. Platform running boards. Spray on bed liner. 17 inch steel wheels. Backup camera. Reverse vehicle aid sensor. Front license bracket. Whelan Amber Beacon #L31HAFCA. Whelan Traffic Advisor w/control Head #TAZ86. Acari Light/Beacon Mount #RTMFORD101. Delta Alumilite Bed Toolbox # Standard tool kit including wheel-changing tools and jack adequate to safety lift the vehicle when loaded to rated capacity cab and chassis included. Owner s Manual. Warranty certificate and/or card. 22
23 THREE-QUARTER TON, EXTENDED CAB, 4WD, QTY: 1 CAB AND CHASSIS TRUCK 2. CLASSIFICATION: Pickup truck shall be equipped with an extended cab. Vehicles offered must meet or exceed the following values: 3. SPECIFICATIONS: Standard Seating 6 Wheelbase 164 inches Engine Horsepower 385 HP No. of Cylinders 8 GVRW 9,900 lbs. Each vehicle delivered shall be fully compliant with all Federal and State regulations for pickup trucks in effect as of the date of manufacture Safety: The vehicle delivered shall conform to the Federal Motor Vehicle Safety Standards (FMVSS) and the California Vehicle Code (CVC) requirements for pickup trucks in effect as of the date of manufacture Emission Control: The engine shall be California Air Resource Board (CARB) certified to operate on-highways in the State of California at the time of manufacture. Any motor vehicle rated at 8,500 pounds GVRW or less shall meet or exceed California s Ultra- Low Emission Vehicle I (ULEV I)requirements for pickup trucks as established by the California Air Resources Board (CARB) as of the date of the bid opening. 4. REQUIREMENTS: 4.1. General: Each vehicle shall be new (unused), current production. Each vehicle shall be supplied with all equipment and accessories indicated as standard equipment in the manufacturer s published literature unless specifically deleted as stated in this specification or Invitation for Bid. Optional equipment necessary to meet the minimum requirements of this specification shall be installed. All equipment/options are to be factory installed. If the equipment/options are not available from the factory, dealer installed equipment/accessories may be acceptable. The bidder is to specify those items that will be dealer installed. All equipment shall be installed prior to delivery Engine: The engine shall be designed to operate on regular (87 octane) gasoline as available from any reputable retail pump in California. 23
24 4.3. Cooling System: The cooling system shall be a liquid pressurized, forced circulation type. A coolant recovery system shall be furnished. The cooling systems shall provide protection from ambient temperatures ranging from 0 F to 120 F. If the vehicle is equipped with a trailer-towing package, as specified herein or optioned for on the purchase order, the vehicle shall be equipped with the maximum cooling system available from the manufacturer Electrical System: Each vehicle shall come equipped with a heavy-duty 12-volt electrical system specifically designed to handle the load requirements of the vehicle, equipped with options, as specified herein Transmission/Driveline: The vehicle shall be equipped with the manufacturers standard automatic-overdrive type transmission providing not less than five (5) forward speeds with overdrive and one (1) reverse speed and shall include the manufacturer s standard transmission cooler Steering: The vehicle shall have the manufacturer s standard power-assisted steering Brakes: The vehicle shall be equipped with the manufacturer s standard power assisted braking with a four wheel, electronic anti-lock brake system Wheels and Tires: The vehicle shall be equipped with the OEM s standard tubeless type radial tires mounted on OEM approved rims. Tires shall be the OEM's recommended tread design for the type vehicle ordered. As a minimum, all tires shall be the all-season tread design and labeled for Mud and Snow (M/S) service. All on ground tires and wheels shall be identical (i.e. no cross brands or models). Each vehicle shall be equipped with a full-size spare tire and wheel mounted and secured on a production-type carrier. The spare tire may be mounted on a traditional steel wheel. All tires and wheels shall be properly balanced. Rear tire clearance shall be adequate for normal operation of the vehicle when loaded to capacity and equipped with winter anti-skid chains or cables Axles/Springs/Frame: As required for vehicle GVWR Trailer-Towing Package Option: Vehicles equipped with a trailer-towing package shall include a frame mounted, 2-inch receiver type hitch and a 7-wire trailer electrical harness. The hitch shall be rated as a SAE class VI hitch. A receiver insert, ball, and trailer electrical plug are not required Fuel Tank: The vehicle shall be equipped with the manufacturer s standard fuel tank Air Conditioning: The vehicle shall be equipped with the manufacturer s standard, factory installed, and CFC free, dehumidifying/all weather air-conditioner. The air conditioning system shall include, but shall not be limited to, necessary insulation, 24
25 increased engine cooling capacity, including recovery system, plus increased alternator and battery capacity Body/Cab: This vehicle shall be the pickup straight-side type with an enclosed steel or aluminum cab. Each vehicle shall be equipped with the manufacturer s standard front bumper and the manufacturer s standard rear step-type bumper. The extended cab shall be equipped with four (4) doors and seating for six (6) adults Exterior Color: The exterior color shall be selected from the manufacturer s published listing of factory available colors. The paint color and scheme will be identified on the Purchase Order. If the exterior color is not specified, the default color shall be white Interior/Seat Upholstery: The interior color shall be the manufacturer s standard color supplied with the exterior color specified. Seat upholstery shall be cloth Miscellaneous Equipment: The following items, supplementing if necessary those items already cataloged as standard equipment, shall be furnished and in place. Multi-speed fresh air ventilator with heater and windshield defogger system. Seat belts for all seating positions. Vinyl floor covering. Sun visors for driver and front passenger positions. Dome light, activated by each door. Inside hood release. Right and left side exterior dual heated power mirrors with manual fold. Inside rearview mirror, day/night. Clearance lights. Manufacturer s standard AM/FM Stereo radio w/ CD, MP3 and antenna. Two speed intermittent windshield wipers with washers. Tilt steering wheel. Compass, USB port and Bluetooth. (2)12-Volt DC power outlets in front compartment. Cruise control. Touch controls on steering wheel. Perimeter alarm system. Keyless remote control entry system Axle ratio. Pickup box delete. Cloth 40/Mini-console/40 front seats. Power door locks. Power windows. Suspension package, heavy service: auxiliary rear springs and stabilizer bar. Trailer tow package. Front license bracket. Chrome front bumper. Running Boards. 25
26 Upfitter switches (6). Standard tool kit including wheel-changing tools and jack adequate to safety lift the vehicle when loaded to rated capacity cab and chassis included. Owner s Manual. Warranty certificate and/or card. 26
27 SECTION 2 INVITATION FOR BID CALENDAR AND CHECKLIST 1. Calendar a. Availability of Invitation for Bid 01/11/2018 b. Submittal of Questions / Corrections Section /25/2018 c. Closing Date for Invitation for Bid Section /08/ Submittal Checklist a. Signature Sheet Attachment A b. Bid Cost Sheet Attachment B c. Reference List Attachment C d. Subcontractor List Attachment D e. Local Vendor Preference Certification Attachment E 27
28 SECTION 3 INSTRUCTIONS FOR SUBMITTING BIDS 1. Bid Submittal a. Bid must be submitted on the form(s) provided by and made available at the Office of the Merced County Department of Administrative Services-Purchasing, 2222 M Street, Room 1, Merced, CA All items shall be filled in and the signatures of all persons signing shall be written and printed in longhand. All bids submitted must have signature sheet, (Attachment A) completed, dated, with firm's name and signed by a duly authorized officer of the firm. The bid cost sheet, (Attachment B) to be completed, signed and returned with bid submittal. Bids not submitted on the form(s) provided may not be considered by the Department of Administrative Services-Purchasing. b. All bids shall be presented under sealed cover, clearly identified on the outside to read: Name of the bidder Address of the bidder Subject of the Bid Invitation for Bid Number Bid Submittal Deadline Date c. Please submit one (1) original signature hard copy to be signed in blue ink (original copies marked as such) and one (1) copy. d. All bids shall remain firm for at least ninety (90) calendar days after Bid Submittal Deadline unless otherwise specified. Within ninety (90) calendar days after the Bid Submittal Deadline opening, a purchase order and/or a contract may be awarded by the County to the lowest responsible bidder, as it may deem proper in its absolute discretion. The time for awarding a purchase order and/or a contract may be extended at the sole discretion of the County, if required to evaluate bids or for such other purposes as the County may determine, unless the bidder objects to such extension in writing with their bid. e. All prices shall be bid F.O.B. DESTINATION only. f. Delivery dates of all items/services shall be specified on the bid. g. Mistakes must be corrected and the correction inserted; correction must be initialed in blue ink by the person signing the bid. h. Bidder shall be able to withdraw their bid at any time prior to the Bid Submittal Deadline. After bid submitted deadline, the bidder shall not be relieved of its bid without the consent of the County, nor shall any change in the bid be made because of a mistake. The County may allow a Bidder to withdraw a bid because of a mistake only when the bidder has notified the County in writing within five (5) work days following the bid opening, specifying in detail how the mistake occurred, and has established to the satisfaction of the County that: (1) a mistake was made; (2) the mistake made the bid materially different from what the bidder intended; and (3) 28
29 the mistake was made in filling out the bid and was not due to an error in judgment nor to carelessness in inspecting the site nor in reading the plans or specifications. i. The submission of a bid shall be considered an agreement to all the terms, conditions, and specifications provided herein and in the various bid documents, unless specifically noted otherwise in the bid. 2. Interpretation, Corrections and Addenda The Bidder must carefully examine the specifications, terms and conditions provided in the Invitation For Bid and become fully informed as to the requirements set forth therein. If anyone planning to submit a bid discovers any ambiguity, conflict, discrepancy, omission or error in the bid, has any questions in relationship to the requirements as specified in Section 1, or any other related matters, they shall immediately notify the contact person as shown on the Cover Sheet of such concern in writing and request clarification or modification of the document(s) no later than the deadline as set forth herein: Deadline for submission of questions: 01/25/2018 No further requests for clarification or objections to the bid will be accepted or considered after this date. Any change in the bid will be made only by written addendum, issued by the Department of Administrative Services-Purchasing to each firm in receipt of the Invitation for Bid and shall be incorporated in the bid. The Bidder shall sign and date the addendum and submit same with the bid. Any oral communication by the County s designated contact person or any other County staff member concerning this proposal is not binding on the County and shall in no way modify this proposal or the obligations of the County or any Bidders. The Bidder may , mail, or fax the contact person as shown on the Cover Sheet. All inquiries shall be directed to the designated County staff person as shown. Contact with any other County personnel or any undue badgering of such County personnel by the Bidder is prohibited. Failure to comply with this request may be considered cause for disqualification of your bid. 3. Bid Submittal Deadline The bid must be received in the Merced County Department of Administrative Services - Purchasing by 4:00 P.M. local time on February 8, For the purposes of this bid, the time specified will be as defined by the Date/Time machine in the Office of the Department of Administrative Services-Purchasing, 2222 M Street, Room 1, Merced, California BIDS RECEIVED AFTER THIS DEADLINE WILL BE REJECTED REGARDLESS OF POSTMARK DATE AND WILL BE RETURNED TO THE BIDDER UNOPENED. Without law or policy to the contrary, if the bidder took reasonable steps to submit the bid in due time, and failure of the bid to be on hand at the time of closing was not the result of negligence or other fault of the bidder, but was the result of negligence by the County, the County reserves the right to accept such bid. 29
INVITATION FOR BID BID NO FOR: 2014/15 LIGHT DUTY TRUCKS AND VANS COMMODITY CODE:
Mark A. Cowart Chief Information Officer 2222 M Street Merced, CA 95340 (209) 385-7331 (209) 725-3535 Fax www.co.merced.ca.us Equal Opportunity Employer Issue Date: April 16, 2014 THE COUNTY OF MERCED
More informationINVITATION FOR BID Bid No FOR: 2016 PASSENGER CARS, LIGHT DUTY TRUCK AND A SUV COMMODITY CODE:
Mark A. Cowart Chief Information Officer 2222 M Street Merced, CA 95340 (209) 385-7331 (209) 725-3535 Fax www.co.merced.ca.us Equal Opportunity Employer Issue Date: 02.10.2016 THE COUNTY OF MERCED DEPARTMENT
More informationREQUEST 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 informationREQUEST 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 informationREQUEST FOR BID For Trucks. Bid Notice
REQUEST FOR BID For Trucks Bid Notice Bell County Water Control & Improvement District No. 1 (District) is soliciting a Request for Bid for three (3) trucks to be used in its water and wastewater operations.
More informationRequest 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 informationTENDER. 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 informationBID FOR ONE (1) 1 TON CREW CAB TRUCK WITH SERVICE BODY OPENING APRIL 11, 2019 AT 10:00 A.M.
P. O. B o x 1 5 4 0 T h o m a s v i l l e, G A 3 1 7 9 9 2 2 9-2 2 7-7 0 0 0 F A X 2 2 9-2 2 7-3 2 4 3 w w w. t h o m a s v i l l e. o r g BID FOR ONE (1) 1 TON CREW CAB TRUCK WITH SERVICE BODY OPENING
More informationTENDER. 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 informationTENDER HALF TON PICKUP TRUCK, 4x4
Municipality of the County of Colchester Public Works Department 1 Church Street, Truro, NS B2N 3Z5 Telephone: (902) 897-3175 TENDER 2018 HALF TON PICKUP TRUCK, 4x4 Sealed Tender Forms for Tender for 2018
More informationBID 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 informationTHE MUNICIPALITY OF WEST ELGIN. QUOTE FOR THE SUPPLY OF ONE - 1/2 Ton Pickup Truck INSTRUCTIONS TO BIDDERS
THE MUNICIPALITY OF WEST ELGIN QUOTE FOR THE SUPPLY OF ONE - 1/2 Ton Pickup Truck INSTRUCTIONS TO BIDDERS 1. GENERAL: This Quote is for the supply of ONE (1) NEW 2018 Pickup Truck. As follows: 1-1/2 Ton
More informationTENDER 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 informationPART 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 informationOne (1) New Ford F-150 Regular Cab XL Bid No Notice to Bidders
CITY OF SAN LEANDRO INVITATION FOR BIDS SUBMIT BID TO: City of San Leandro Purchasing Department 835 East 14th Street San Leandro, CA 94577 FOR FURTHER INFORMATION CONTACT: Julie Jenkins Purchasing Agent
More informationCity of Portsmouth Portsmouth, New Hampshire Department of Public Works. Bid# Five (5) 2018 Ford Trucks INVITATION TO BID
City of Portsmouth Portsmouth, New Hampshire Department of Public Works Bid#52-18 Five (5) 2018 Ford Trucks INVITATION TO BID Sealed bid proposals, plainly marked Bid#52-18 Five (5) 2018 Ford Trucks on
More informationREQUEST FOR BID (RFB) # B X4 ONE TON CHASSIS CAB DUALLY POSTING DATE: MARCH 7, 2018
REQUEST FOR BID (RFB) #18-001-30B 2018 2X4 ONE TON CHASSIS CAB DUALLY POSTING DATE: MARCH 7, 2018 RESPONSE DEADLINE: APRIL 4, 2018 11:00 A.M. CENTRAL DAYLIGHT TIME (CDT) TO: DAVE FRISQUE MARINETTE COUNTY
More informationJuly 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 informationInvitation to Bid NEW FOUR WHEEL DRIVE EXTENDED CAB PICKUP TRUCK
FINANCE DEPARTMENT GREGORY N. L HEUREUX Finance Director KRISTIE BRADBURY Deputy Finance Director Invitation to Bid COLLEEN C. SELBERG Purchasing Agent NEW FOUR WHEEL DRIVE EXTENDED CAB PICKUP TRUCK Sealed
More informationINVITATION TO BID PURCHASING DEPARTMENT P. O. BOX E. CENTRAL AVENUE THIRD FLOOR VALDOSTA, GEORGIA 31601
INVITATION TO BID PURCHASING DEPARTMENT P. O. BOX 1125 216 E. CENTRAL AVENUE THIRD FLOOR VALDOSTA, GEORGIA 31601 BID # 24-17-18 FOR: (1) Ford T-250 Transit Van or comparable OPENING DATE: March 13, 2018
More informationJuly 9, Re: Tender 4 X 4 Regular Cab ¾ Ton Work Trucks. Dear Sir:
July 9, 2015 Re: Tender 4 X 4 Regular Cab ¾ Ton Work Trucks. Dear Sir: We are re-tendering for two new 2015 or current model year regular cab, ¾ ton work trucks for the Operational Services Department
More informationADDENDUM No. 1. BID No /15 Chevrolet Silverado Work Trucks
Purchasing Department 530 Water Street Oakland, CA 94607 Date: November 17, 2017 ADDENDUM No. 1 BID No. 17-18/15 Chevrolet Silverado Work Trucks This Addendum modifies the original BID Documents for the
More informationINVITATION TO BID PURCHASING DEPARTMENT P. O. BOX E. CENTRAL AVENUE THIRD FLOOR VALDOSTA, GEORGIA 31601
INVITATION TO BID PURCHASING DEPARTMENT P. O. BOX 1125 216 E. CENTRAL AVENUE THIRD FLOOR VALDOSTA, GEORGIA 31601 BID # 21-17-18 FOR: (1) One Ton Super Duty Crew Cab Truck with 8 Bed (F-350) OPENING DATE:
More informationREQUEST FOR BIDS (RFB) # (1) NEW X4-3/4 TON EXTENDED CAB PICKUP TRUCK WITH LIFT GATE POSTING DATE: MARCH 7, 2018
REQUEST FOR BIDS (RFB) #18-022-25 (1) NEW 2018 4X4-3/4 TON EXTENDED CAB PICKUP TRUCK WITH LIFT GATE POSTING DATE: MARCH 7, 2018 RESPONSE DEADLINE: MARCH 27, 2018 11:00 A.M. CENTRAL STANDARD TIME (CST)
More informationGROTON UTILITIES. INVITATION TO BID ONE (1) x4 SUPER CAB PICKUP TRUCK MARCH 14, :00 P.M. BID PROPOSAL GU 18-Q3
INVITATION TO BID Groton Utilities will receive sealed bids at the Office of the Operations Complex Conference Room, 1240 Poquonnock Road, Groton, Connecticut 06340, until 2:00 P.M. prevailing time on
More informationCITY OF BARTLETT 6400 STAGE ROAD BARTLETT, TENNESSEE 38134
CITY OF BARTLETT 6400 STAGE ROAD BARTLETT, TENNESSEE 38134 A. Keith McDonald, Mayor Mark Brown, Chief Administrator Officer Dick Phebus, Finance Director Bill Yearwood, Director of Public Works INVITATION
More informationINVITATION TO BID. Should you need clarification on any item, please contact Berley Mears, Public Works Director at
INVITATION TO BID July 28, 2017 Dear Vendor, Enclosed you will find a bid package for a 2017 One-Ton 4 X 4 Dump Truck and Snow Plow for the City of Seaford. All pertinent information is contained within.
More informationTown of Marystown. Tender For. One New 4x4 Two (2) Door Cab Chassis (19,500 KG GVWR) With 12Ft Flat Deck
Town of Marystown Tender For One New 4x4 Two (2) Door Cab Chassis (19,500 KG GVWR) With 12Ft Flat Deck GENERAL SPECIFICATIONS Tenders are invited for the supply and delivery of One New 4x4 Two (2) Door
More informationHouston County Purchasing Department
Houston County Purchasing Department 2020 Kings Chapel Road (478) 218-4800 Perry, GA 31069-2828 FAX (478) 218-4805 Mark Baker Purchasing Agent January 9, 2019 Dear Vendor: The Houston County Board of Commissioners
More informationREQUEST FOR PROPOSAL FOR CITY OF PARSONS 2018 CLEAN TENNESSEE ENERGY GRANT FIVE (5) CNG FUELED VEHCILES FORM OF BID A
REQUEST FOR PROPOSAL FOR CITY OF PARSONS 2018 CLEAN TENNESSEE ENERGY GRANT FIVE (5) CNG FUELED VEHCILES FORM OF BID A RESPONSE DEADLINE Monday, November 26, 2018 12 O clock Noon BIDS MUST BE MAILED OR
More informationCITY OF DUBUQUE VEHICLE BID BID DATE: 08/26/2016 BID DUE DATE: 09/12/2016 PURCHASING COORDINATOR'S OFFICE FINANCE DEPARTMENT 50 WEST 13TH STREET
CITY OF DUBUQUE VEHICLE BID FOR: Two (2) 2016 or 2017 Crew Cab, Short Box Pickup Trucks, With Four Wheel Drive Minimum 9000 pound GVW BID DATE: 08/26/2016 BID DUE DATE: 09/12/2016 PURCHASING COORDINATOR'S
More informationTENDER 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 informationTENDER 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 informationALLEGANY COUNTY COMMISSIONERS ALLEGANY COUNTY DEPARTMENT OF PUBLIC WORKS. June 2018 BIDDING SPECIFICATIONS FOR NEW ONE-HALF TON PICKUP TRUCKS
ALLEGANY COUNTY COMMISSIONERS ALLEGANY COUNTY DEPARTMENT OF PUBLIC WORKS June 2018 BIDDING SPECIFICATIONS FOR NEW ONE-HALF TON PICKUP TRUCKS 1. 4 x 4: 4-wheel drive option with high and low range transfer
More informationMunicipality 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 informationTown of Digby. Tender Equipment Purchase 4 WD One Ton Truck CONTENTS
Town of Digby Tender Equipment Purchase 4 WD One Ton Truck CONTENTS Tender Call 2 General Instructions. 3/4 General Requirements 5 Specifications 1) One Ton Truck Chassis.. 6/7/8 2) Lift & Dump Gate..
More informationH OUSTON COUNTY BOARD OF COM M I SSI ONERS
H OUSTON COUNTY BOARD OF COM M I SSI ONERS 2020 KI N GS CH A PEL ROAD TELEPH ON E (478) 218-4800 PERRY, GA 31069-2828 FACSIMILE (478) 218-4805 M ARK E. BAKER PURCHASING A GEN T August 14, 2018 Dear Vendor:
More informationRFQ Fleet Vehicles. The City of Dawson Creek is requesting quotations for the supply and delivery of:
RFQ 2016-23 Fleet Vehicles The City of Dawson Creek is requesting quotations for the supply and delivery of: One (1) 2016 Minimum GVW 4300kg, 4 Wheel Drive, Regular Cab, Long Box Truck. One (1) 2016 Minimum
More informationNOTICE INVITING BIDS 2018 DEPARTMENT OF PUBLIC WORKS VEHICLE CITY OF BEAVER DAM, WISCONSIN
NOTICE INVITING BIDS 2018 DEPARTMENT OF PUBLIC WORKS VEHICLE CITY OF BEAVER DAM, WISCONSIN Sealed volumes, containing proposals, will be received at the City Clerk s Office of the City of Beaver Dam, Wisconsin,
More informationPhenix City Schools BID NO. GF Purchase of Three New Vehicles. Bid Opening Date & Time: January 7, 2019 at 9:00 AM EST
Phenix City Schools BID NO. GF-2019-06 Purchase of Three New Vehicles Bid Opening Date & Time: January 7, 2019 at 9:00 AM EST The Phenix City Board of Education will receive and publicly open sealed and
More informationINVITATION 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 informationSOMERSET BOROUGH TECHNICAL SPECIFICATIONS FOR A USED 1-TON STYLE DUMP BODY TRUCK
SOMERSET BOROUGH TECHNICAL SPECIFICATIONS FOR A USED 1-TON STYLE DUMP BODY TRUCK 1.0 INTENT: The Borough of Somerset is requesting bids for a 1 Ton dump style truck with a dump style body. This specification
More information2017 Retail GMC Canyon 4WD Ext Cab 128.3" T2M53 PRICING SUMMARY
PRICING SUMMARY PRICING SUMMARY - 2017 Retail T2M53 4WD Ext Cab 128.3" MSRP Base Price $30,810.00 Total Options: $935.00 Vehicle Subtotal $31,745.00 Advert/Adjustments $0.00 Destination Charge $1,700.00
More informationINVITATION TO BID (ITB)
INVITATION TO BID (ITB) WHITFIELD COUNTY, GEORGIA ITB# PW-100-4-200-TSS-2019 73 HP TRACK SKID STEER Date: JANUARY 31st 2019 Time: 2:00 PM BRIAN MCBRAYER STAFF ACCOUNTANT (706) 275-7504 / (706) 275-7501
More informationVEHICLE 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 informationINVITATION TO BID. January 10, 2018
INVITATION TO BID January 10, 2018 The City of Bainbridge will receive sealed bids for ONE NEW PORTABLE TANDEM STATIC ROLLER to be LEASED FOR PURCHASE, as described in the attached specifications until
More informationTENDER NO. RFT REQUEST FOR TENDER: PW 2018 OR 2019 FULL SIZE 4X4 CREW CAB 4 DOOR 3/4 TON PICKUP TRUCK. THURSDAY, JULY 5, 2018 at 1:00 p.m.
TOWNSHIP OF MAPLETON 7275 Sideroad 16, P.O. Box 160, Drayton, N0G 1P0 Tel: (519) 638-3313 or Toll Free: 1 800-385-7248 Fax: (519) 638-5113 www.mapleton.ca REQUEST FOR TENDER: PW 2018 OR 2019 FULL SIZE
More informationINVITATION TO BID (ITB)
INVITATION TO BID (ITB) WHITFIELD COUNTY, GEORGIA ITB# PW-100-4-200-SPB-2019 Self- Propelled Broom front mounted Date: JANUARY 31st 2019 Time: 2:00 PM BRIAN MCBRAYER STAFF ACCOUNTANT (706) 275-7504 / (706)
More informationONE (1) CURRENT MODEL YEAR REGENERATIVE AIR TYPE STREET SWEEPER MOUNTED ON CONVENTIONAL CAB BID NO
CITY OF SAN LEANDRO INVITATION FOR BIDS SUBMIT BID TO: City of San Leandro Purchasing Department 835 East 14th Street San Leandro, CA 94577 FOR FURTHER INFORMATION CONTACT: Julie Jenkins Purchasing Agent
More informationINVITATION 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 informationCUBA-RUSHFORD CENTRAL SCHOOL DISTRICT 5476 ROUTE 305 CUBA, NEW YORK ******** BID FORM FOR. Truck 2018 or Newer ********
CUBA-RUSHFORD CENTRAL SCHOOL DISTRICT 5476 ROUTE 305 CUBA, NEW YORK 14727 ******** BID FORM FOR Truck 2018 or Newer ******** In accordance with the provisions of Section 103 of the General Municipal Law,
More informationNORTH CAROLINA SHERIFFS ASSOCIATION
NORTH CAROLI SHERIFFS ASSOCIATION Name of Dealership Type of Vehicle Zone FORD F-150 REGULAR CAB 4X2 122" WB (F1C) (Specification #19) Base Unit Price 2019 Ford F-150 (F1C) Appalachia $19,596.34 2019 Ford
More informationOne (1) New Ford E-450 Commercial Cutaway Van with Knapheide KUV High Roof Body Bid No Notice to Bidders
CITY OF SAN LEANDRO INVITATION FOR BIDS SUBMIT BID TO: City of San Leandro Purchasing Department 835 East 14th Street San Leandro, CA 94577 FOR FURTHER INFORMATION CONTACT: Julie Jenkins Purchasing Agent
More informationGALLATIN 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 informationDepartment of Finance Bureau of Purchase & Supplies 375 Executive Blvd., 2 nd Floor Elmsford, N.Y. 10523 (914) 231-1872 www.westchestergov.com TITLE: CONTRACT NUMBER: CONTRACT PERIOD: CONTRACT AWARD NOTIFICATION
More informationNORTH CAROLINA SHERIFFS ASSOCIATION
NORTH CAROLI SHERIFFS ASSOCIATION Name of Dealership Type of Vehicle Zone FORD F-250 XL CREW CAB 4X2 (Specification #79) Base Unit Price 2016 Ford Appalachia $24,541.37 2016 Ford Dogwood 2016 Ford 2016
More informationA summary of the vehicle to be purchased: Department Type of Vehicle Quantity Stormwater Department One Ton Dual Rear Wheel Dump Truck w/ Bed 1
City of Cartersville P.O. Box 1390 1 North Erwin Street Cartersville, GA 30120 DATE: January 24, 2018 TO: FROM: RE: Automobile Dealers Fleet Sales Personnel Tom Rhinehart, Finance Director Vehicle Bids
More informationCLINTON COUNTY SOIL & WATER CONSERVATION DISTRICT 6064 Route 22, Suite 1 Plattsburgh, NY (518) x3
CLINTON COUNTY SOIL & WATER CONSERVATION DISTRICT 6064 Route 22, Suite 1 Plattsburgh, NY 12901 (518) 561-4616 x3 Advertisement: The Clinton County Soil & Water Conservation District is accepting sealed
More informationParatransit 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 informationEverything You Need! Phone , Ext. 229
Public Works Operations Manager 401 E Third St Kewanee, IL 61443 Everything You Need! Phone 309-852-2611, Ext. 229 Fax 309-856-6001 November 13, 2017 The City of Kewanee is requesting proposals in conformance
More informationCity of Mt. Pleasant, Michigan CONTRACT DOCUMENTS. For HEAVY DUTY TRUCKS. SHARON TILMANN Mayor. NANCY RIDLEY City Manager
City of Mt. Pleasant, Michigan CONTRACT DOCUMENTS For HEAVY DUTY TRUCKS SHARON TILMANN Mayor NANCY RIDLEY City Manager Prepared By: Division of Public Works JOHN ZANG DPW Director SEPTEMBER 2014 City of
More informationCity Business Registration Number Signature Title
INVITATION TO BID BID FORM Two (2) Mid-Size, 4 Door, SUV BID NO. 2014-04 City of Carlsbad 101 N. Halagueno Carlsbad, New Mexico 88220 Or PO Box 1569 Carlsbad, New Mexico 88221 BID DUE DATE: Please submit
More informationRequest for Proposal (RFP) For New 2014 Full Size 4-Door Crew Cab Pickup Truck
Request for Proposal (RFP) For New 2014 Full Size 4-Door Crew Cab Pickup Truck Posting Date: November 12, 2013 Response Deadline: November 22, 2013 3:00 p.m. Central Standard Time (CST) To: Lieutenant
More informationH OUSTON COUNTY BOARD OF COM M I SSI ONERS
H OUSTON COUNTY BOARD OF COM M I SSI ONERS 2020 KI N GS CH A PEL ROAD TELEPH ON E (478) 218-4800 PERRY, GA 31069-2828 FACSIMILE (478) 218-4805 M ARK E. BAKER PURCHASING A GEN T September 17, 2018 Dear
More informationINVITATION TO BID Fort Morgan Golf Course Golf Carts
INVITATION TO BID The is accepting sealed bids to Lease or Lease-purchase 45 until 4:00 p.m. (our clock) on September 2, 2011 at City Hall located at 110 Main Street, Fort Morgan, Colorado 80701 at which
More informationTown of South Windsor, Connecticut. Police Department
Town of South Windsor, Connecticut Police Department May 2018 Bid Documents for Automobile Lease Unmarked Police Vehicles Up to Nine (9) - Four (4) Door, Mid-Size, All Wheel Drive SUV type vehicles TOWN
More informationNORTH CAROLINA SHERIFFS ASSOCIATION
NORTH CAROLI SHERIFFS ASSOCIATION Name of Dealership Type of Vehicle Zone FORD F-150 REGULAR CAB 4X4 122" WB (F1E) (Specification #20) Base Unit Price 2019 Ford F-150 (F1E) Appalachia $22,698.38 2019 Ford
More informationRequest 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 informationREQUEST FOR SEALED BID CAB/CHASSIS FOR MEDIUM DUMP TRUCK WITH SALT SPREADER NOVEMBER 18, 2015
REQUEST FOR SEALED BID CAB/CHASSIS FOR MEDIUM DUMP TRUCK WITH SALT SPREADER NOVEMBER 18, 2015 Sealed bids will be received until 2:00 p.m. on Monday, December 7, 2015, by the City of Martinsville, to contract
More informationRequest 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 informationBID SPECIFICATIONS PURCHASE 4-WHEEL DRIVE PICKUP TRUCK WITH PLOW
BID SPECIFICATIONS PURCHASE 4-WHEEL DRIVE PICKUP TRUCK WITH PLOW The County of Hancock, Maine is seeking bids for the purchase of one (1) 2019 model year 3/4 ton regular Cab with 8 utility body, 4-wheel
More informationMSRP* 2007 Chevrolet Silverado 2500HD LS $42,400
Dark Pewter MSRP* 2007 Chevrolet Silverado 2500HD LS $42,400 1SK Package $825 16" x 6.5" Polished Aluminum (4) Models & Packages Exterior: Graystone Metallic $0 Interior: Dark Pewter w/custom Cloth Seat
More information2018 Ford F-250. W2B 4x4 SD Crew Cab 6.75' box 160" WB SRW 40" CA XL
Toll Free: (800) 742-3928 Fax: (812) 474-4359 W2B 4x4 SD Crew Cab 6.75' box 160" WB SRW 40" CA XL Photo may not represent exact vehicle or selected equipment. W2B 4x4 SD Crew Cab 6.75' box 160" WB SRW
More informationGuelph/Eramosa Township
Guelph/Eramosa Township Request for Quotes PW-2016-05 Quote to Supply and Deliver One (1) 4 x 2 Super Cab truck Closing Date: Friday August 12, 2016 Time: 12:00 p.m. Contact: Harry Niemi, Director of Public
More informationCITY 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 informationSPECIFICATIONS 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 informationFLORIDA 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 informationRFP Agricultural Tractors (AG tractor) SCOPE OF THE PROPOSAL
Request for Proposal RFP Agricultural Tractors (AG tractor) 1. Introduction SCOPE OF THE PROPOSAL 1.1 The Ontario Federation of Snowmobile Clubs (OFSC) is accepting proposals for the purchase of Agricultural
More informationREQUEST FOR QUOTATION
REQUEST FOR QUOTATION Sealed quotations will be received by the CAO/Clerk until: Wednesday, July 6, 2016-11:00 am QUOTATION FOR: PICK-UP TRUCK All items must be submitted on Quotation Forms, in sealed
More informationDepartment of Finance Purchasing Department INVITATION TO BID
January 24, 2017 Department of Finance Purchasing Department INVITATION TO BID The City of Norwalk is soliciting bids for one (1) 2016 Ford F-550 Chassis XLT Dump Truck for the Recreation & Parks Department.
More informationNORTH CAROLINA SHERIFFS ASSOCIATION
NORTH CAROLI SHERIFFS ASSOCIATION Name of Dealership Type of Vehicle Zone FORD F-250 XL SUPER CAB 4X2 (Specification #81) Base Unit Price 2016 Ford Appalachia $24,233.22 2016 Ford Dogwood 2016 Ford 2016
More informationCLEVELAND COUNTY NORTH CAROLINA REQUEST FOR BID NEW 2012 EXCAVATOR
CLEVELAND COUNTY NORTH CAROLINA REQUEST FOR BID NEW 2012 EXCAVATOR August 3, 2012 BIDS ARE DUE NO LATER THAN 10:00 AM WEDNESDAY, SEPTEMBER 5, 2012 INSTRUCTIONS TO BIDDERS CLEVELAND COUNTY NEW 2012 EXCAVATOR
More informationVEHICLE 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 informationOne (1) Current Model Year Cab/Chassis with Chipper Body and Articulating Crane Mounted Bid No Notice to Bidders
CITY OF SAN LEANDRO INVITATION FOR BIDS SUBMIT BID TO: City of San Leandro Purchasing Department 835 East 14th Street San Leandro, CA 94577 FOR FURTHER INFORMATION CONTACT: Julie Jenkins Purchasing Agent
More informationMONTEREY PENINSULA REGIONAL PARK DISTRICT BOARD OF DIRECTORS MEETING
AGENDA ITEM NO. 10-D MONTEREY PENINSULA REGIONAL PARK DISTRICT BOARD OF DIRECTORS MEETING DATE: February 7, 2018 TO: Board of Directors FROM: Caine Camarillo, Supervising Ranger REVIEWED BY: Rafael Payan,
More informationCITY OF DOUGLAS BID PACKAGE NEW SPECIFIED 2019 HALF-TON 4X4 PICKUP TRUCK
CITY OF DOUGLAS BID PACKAGE NEW SPECIFIED 2019 HALF-TON 4X4 PICKUP TRUCK PUBLIC WORKS DEPARTMENT 420 West Grant Street DOUGLAS, WY 82633 Page 1 of 11 City of Douglas Call for Bids- Vehicle Sealed bids
More informationBID SPECIFICATIONS FOR 3 CY WHEEL LOADER JD 544K $148, (INCLUDING OPTIONS) TIER 4
BID SPECIFICATIONS FOR 3 CY WHEEL LOADER JD 544K $148,951.00 (INCLUDING OPTIONS) TIER 4 GENERAL These specifications shall be construed as the minimum acceptable standards for a 3-yard wheel loader. Should
More informationCITY OF ALHAMBRA NOTICE INVITING BIDS NO. N2M16-144
CITY OF ALHAMBRA NOTICE INVITING BIDS NO. N2M16-144 PUBLIC NOTICE IS HEREBY GIVEN that the City of Alhambra will receive sealed bids on or before the hour of 10:30 AM on Thursday, October 27 2016, at the
More informationNOTICE 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 informationCommunity 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 informationCity of Mt. Pleasant, Michigan CONTRACT DOCUMENTS. For PICKUP TRUCKS. SHARON TILMANN Mayor. NANCY RIDLEY City Manager
City of Mt. Pleasant, Michigan CONTRACT DOCUMENTS For PICKUP TRUCKS SHARON TILMANN Mayor NANCY RIDLEY City Manager Prepared By: Division of Public Works JOHN ZANG DPW Director AUGUST 2014 City of Mt. Pleasant,
More informationCity of Lewiston Finance Department Allen Ward, Purchasing Agent
City of Lewiston Finance Department Allen Ward, Purchasing Agent 2017-067 Two (2) 1 Ton 4X4 Dump Trucks with Plows for Public Works August 10, 2017 Sir/Madam: Sealed bids will be received in the office
More informationVIRGINIA SHERIFFS ASSOCIATION
VIRGINIA SHERIFFS ASSOCIATION Name of Dealership Type of Vehicle Zone FORD F-150 SUPERCAB XL SPECIAL SERVICE VEHICLE 4X2 (X1C/66S) (Specification #08) Base Unit Price Hall Automotive 2019 Ford F-150 (X1C/66S)
More informationWe propose to furnish you with a 2015 Chevrolet Colorado Ext Cab W/T 4 x 4
CHEVROLET. P.O. BOX 149 CHASKA, MINNESOTA 55318 PHONE ( 952) 448-2850 FAX ( 952) 448-5350 www.lenzenchevbuick.com March 20. 2015 City of Victoria 7951 Rose Street Victoria, MN 55386 RE: Bid on new 2015
More information2014 Chevrolet Silverado 1500 LTZ Standard Bed $28,000 $26,995. Fuel Efficiency Rating
2014 Chevrolet Silverado 1500 LTZ Standard Bed $28,000 WAS $26,995 NOW Fuel Efficiency Rating City MPG 16 Highway MPG 22 Actual rating will vary with options, driving conditions, habits and vehicle condition.
More informationDubuque 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 informationInvitation for Bid # Tandem Axle Dump Truck
Invitation for Bid # 2017-009 Tandem Axle Dump Truck Due Date: September 15, 2016 Time: 2:00pm Receipt Location: Government Center, 500 N. Main Street, 7 th Floor, Room #709, Monroe, NC 28112 Procurement
More informationThree (3) New Ford Fusion Sedans Bid No Notice to Bidders
CITY OF SAN LEANDRO INVITATION FOR BIDS SUBMIT BID TO: City of San Leandro Purchasing Department 835 East 14th Street San Leandro, CA 94577 FOR FURTHER INFORMATION CONTACT: Julie Jenkins Purchasing Agent
More information2016 Kia Sportage LX Sport Utility $17,095. Savings $16,250. Fuel Efficiency Rating
2016 Kia Sportage LX Sport Utility $17,095 WAS $845 Savings $16,250 NOW Fuel Efficiency Rating City MPG 19 Highway MPG 26 Actual rating will vary with options, driving conditions, habits and vehicle condition.
More information2017 Toyota Tundra x4 Double Cab 6.6' box 145.7" WB 39" CA SR5 5.7L V8 (A6)
Toll Free: (800) 742-3928 Fax: (812) 474-4359 8341 4x4 Double Cab 6.6' box 145.7" WB 39" CA SR5 5.7L V8 (A6) Photo may not represent exact vehicle or selected equipment. 8341 4x4 Double Cab 6.6' box 145.7"
More information