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

Size: px
Start display at page:

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

Transcription

1 Mark A. Cowart Chief Information Officer 2222 M Street Merced, CA (209) (209) Fax Equal Opportunity Employer Issue Date: April 16, 2014 THE COUNTY OF MERCED DEPARTMENT OF ADMINISTRATIVE SERVICES-PURCHASING INVITATION FOR BID BID NO FOR: 2014/15 LIGHT DUTY TRUCKS AND VANS 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 May 7, 2014 at which time they will be publicly opened, read and published to the web for the furnishing and delivering of 2014 Light Duty Trucks and Vans. 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 II 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, TELEGRAPHIC, 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., May 7, 2014 BIDS WILL BE CONSIDERED LATE WHEN THE OFFICIAL DEPARTMENT OF ADMINISTRATIVE SERVICES-PURCHASING TIME CLOCK READS 4:01 P.M. STRIVING FOR EXCELLENCE 1

2 TABLE OF CONTENTS SECTION... PAGE 1. Technical Specifications Invitation for Bid and Calendar Checklist Instructions General Terms and Conditions Award of Bid ATTACHMENTS: A. Signature Sheet B. Bid Cost Sheet C. Reference List D. Sub-Contractor List E. Local Vendor Preference Certification

3 SECTION 1 TECHNICAL SPECIFICATIONS 2014 ONE-QUARTER TON PICKUP TRUCK 2014 ONE-HALF TON PICKUP TRUCK 2014 THREE QUARTER TON CAB AND CHASSIS TRUCK 2014 ONE TON CAB AND CHASSIS TRUCK 2015 FULL SIZE CARGO VAN 2015 FULL SIZE PASSENGER VAN 2014 FULL SIZE CARGO VAN (HANDICAP EQUIPPED) BID NO GENERAL: These specifications describe the requirements for a 2014 One-Quarter Ton Pickup Truck, 2014 One-Half Ton Pickup Truck, 2014 Three-Quarter Ton Cab and Chassis Truck, 2014 One Ton Cab and Chassis Truck, 2015 Full Size Cargo Van, 2015 Full Size Passenger Van, and a 2014 Full Size Cargo Van (Handicap Equipped). The equipment specified is to be placed into service by various Merced County Departments. The specifications for the various vehicles represent features best suited to the intended use of the equipment and are not intended to exclude equipment that may vary slightly from these specifications. Judgment of the exceptions is to rest with Merced County Administrative Services- Purchasing. 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 the requirements and assume full responsibility to meet the specifications. 3

4 TECHNICAL SPECIFICATIONS 2014 ONE-QUARTER TON PICKUP TRUCK ONE-QUARTER TON, EXTENDED CAB, 4WD, PICKUP QUANTITY: 1 TRUCK AS FOLLOWS: 2.0 CLASSIFICATION: Pickup trucks shall be equipped with regular cabs and bed. Pickup beds shall be straight-side style. Vehicles offered must meet or exceed the following values: 3.0 SPECIFICATIONS: Standard Seating 4 Wheelbase 125 inches Engine Horsepower 260 HP No. of Cylinders 6 GVRW 5,600 lbs. Bed Length 6 foot Payload 1,370 lbs. Minimum Fuel Economy 17 Standard-2014 Combined MPG Rating* *2014 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. 4.0 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. 4

5 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 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. 5

6 4.10 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 step-type bumper. The extended cab shall be equipped with 4 doors and seating for 5 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 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. Carpeting 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 6

7 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. Trailer tow package Cloth split bench seat, front 7

8 TECHNICAL SPECIFICATIONS 2014 ONE-HALF TON PICKUP TRUCKS ONE-HALF TON, EXTENDED CAB, 4WD, PICKUP QUANTITY: 4 TRUCK AS FOLLOWS: 2.0 CLASSIFICATION: Pickup trucks shall be equipped with double cabs and bed. Pickup beds shall be straight-side style. Vehicles offered must meet or exceed the following values: 3.0 SPECIFICATIONS: Standard Seating 6 Wheelbase 145 inches Engine Horsepower 302 HP No. of Cylinders 6(Flex Fuel) Max. GVWR 6,900 lbs. Bed Length 6-1/2 foot Payload 1,510 lbs. Minimum Fuel Economy Standard-2014 Combined 18 MPG Rating* *2014 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). 4.0 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. 8

9 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. 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. 9

10 4.11 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, 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. 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 4 doors and seating for 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 and rear vinyl split bench seats Vinyl flooring 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 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 Dual power side mirrors, black Trailer tow package 3.73 Axle 17 inch steel wheels Locking tailgate Outside Temperature Gauge 10

11 Perimeter alarm system Keyless entry system Reverse sensing system Factory rubber floor mats 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 11

12 TECHNICAL SPECIFICATIONS 2014 THREE QUARTER TON 4X2 EXTENDED CAB CAB AND CHASSIS THREE-QUARTER TON, EXTENDED CAB, 2WD, QUANTITY: 1 CAB AND CHASSIS TRUCK AS FOLLOWS: 2.0 CLASSIFICATION: Pickup truck shall be equipped with an extended cab. Vehicles offered must meet or exceed the following values: 3.0 SPECIFICATIONS: Standard Seating 5 Wheelbase 158 inches Engine Horsepower 385 HP No. of Cylinders 8 GVRW 10,000 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-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. 4.0 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 as available from any reputable retail pump in California. 12

13 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 with overdrive 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, increased engine cooling capacity, including recovery system, plus increased alternator and battery capacity. 13

14 4.13 Body/Cab: This vehicle shall be the pickup straight-side type with an enclosed steel 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 4 doors and seating for 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. 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 with CD and 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 3.73 Axle ratio Pickup box delete Cloth 40/Mini-console/40 front seats Trailer hitch Trailer tow package- 7 to 4-way connector, 7-wire trailer harness and trailer brake wiring Kit Power door locks Power windows Suspension package, heavy service: auxiliary rear springs and stabilizer bar Front license bracket 14

15 Black front bumper Factory rubber floor mats Four each Upfitter switches 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. 15

16 TECHNICAL SPECIFICATIONS 2014 ONE TON 4X2 REGULAR CAB CAB AND CHASSIS ONE TON, REGULAR CAB, 2WD CAB AND CHASSIS QUANTITY: 1 TRUCK AS FOLLOWS: 2.0 CLASSIFICATION: Pickup truck shall be equipped with an extended cab. Vehicles offered must meet or exceed the following values: 3.0 SPECIFICATIONS: Standard Seating 3 Wheelbase 141 inches Engine Horsepower 385 HP No. of Cylinders 8 GVRW 13,700 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-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. 4.0 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 as available from any reputable retail pump in California. 16

17 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 with overdrive 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, increased engine cooling capacity, including recovery system, plus increased alternator and battery capacity. 17

18 4.13 Body/Cab: This vehicle shall be the pickup straight-side type with an enclosed steel cab. Each vehicle shall be equipped with the manufacturer s standard front bumper. The manufacturer s standard rear step-type bumper. The extended cab shall be equipped with 2 doors and seating for 3 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 floor covering. Sun visors for driver and front passenger positions. Dome light, activated by each door. Inside hood release. Mirrors, dual manual with manual fold and manual telescoping trailer tow. Inside rearview mirror, day/night. Manufacturer s standard AM/FM Stereo radio with clock and antenna. Two speed intermittent windshield wipers with washers. Tilt steering wheel. (2)12-Volt DC power outlets in front compartment. Alternator, heavy duty 157 amp 3.73 Axle ratio Delete pickup box Vinyl split bench seats Trailer tow package- 7 to 4-way connector, 7-wire trailer harness and trailer brake wiring Kit Aft. Axle tank Front license bracket Factory rubber floor mats 17 inch wheels 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 TECHNICAL SPECIFICATIONS 2015 FULL SIZE CARGO VAN 2015 FULL SIZE 2WD, RWD STANDARD ROOF CARGO VAN QUANTITY: 1 AS FOLLOWS: 2.0 CLASSIFICATION: Vehicles offered must meet or exceed the following values: 3.0 SPECIFICATIONS: Standard Seating 2 Wheelbase 130 inches Engine Horsepower 260 No. of Cylinders 6 GVWR 9,000 lbs. Payload 4,000 lbs. Each vehicle delivered shall be fully compliant with all Federal and State regulations for full size vans in effect as of the date of manufacture. 3.1 Safety: The vehicles delivered shall conform to the Federal Motor Vehicle Safety Standards (FMVSS) and the California Vehicle Code (CVC) requirements for passenger and cargo vans 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 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). 4.0 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 unleaded, 87 octane gasoline as available from any reputable retail pump in California. 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 -32 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: The vehicle shall come equipped with a 12-volt electrical system specifically designed to handle the load requirements of the vehicles, equipped with options, as specified herein. 4.5 Transmission/Driveline: The vehicle shall be equipped with the manufacturer s 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 service brakes with a four wheel, electronic anti-lock brake (ABS) 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 vehicles 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 full-size van (passenger or cargo) shall be equipped with a full-size spare tire and wheel mounted and secured on a production-type carrier. All tires and wheels shall be properly balanced. Drive tire clearance shall be adequate for normal operation of the vehicles 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 vehicles shall be equipped with the manufacturer s standard fuel tank Air Conditioning: The vehicles 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. 20

21 4.13 Body/Cab: The cargo van shall be the three-door type body style with rear panel hinged doors. The side door shall be the hinged type. Front seats shall be high back with integral head restraints not less than 27.5 above the seating reference point, as specified in FMVSS All seats shall have a head restraint 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 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 (front and rear) and windshield defogger system. Seat belts for all seating positions. Dual front air bags. Less air bag switch. Sun visors for driver and front passenger positions. Dome light(s), with door activated switches. Inside hood release. Manufacturer s standard AM/FM Stereo radio w/cd and antenna. Two speed and intermittent windshield wipers with windshield washers. Tilt steering wheel. Inside rearview mirror, day/night. 12-Volt DC power outlets (2). Standard tool kit including wheel-changing tools and jack adequate to safety lift the vehicle when loaded to rated capacity. Vinyl floor covering, front. Rhino lining in cargo floor area. Front vinyl bucket seats. Partition between passenger compartment and cargo area. Front license bracket. Power windows. Power door locks. Power door mirrors. Remote keyless entry system. Anti-theft alarm system. Low tire pressure warning. Parking sensors. Tires front and rear: 235/65SR16.0 LT235/65R16.0 black side wall. 21

22 TECHNICAL SPECIFICATIONS 2015 FULL SIZE PASSENGER VAN 2015 FULL SIZE 2WD, RWD PASSENGER VAN QUANTITY: 1 AS FOLLOWS: 2.0 CLASSIFICATION: Vehicles offered must meet or exceed the following values: 3.0 SPECIFICATIONS: Standard Seating 15 Wheelbase 148 inches Engine Horsepower 260 No. of Cylinders 6 GVRW 9,000 lbs. Each vehicle delivered shall be fully compliant with all Federal and State regulations for full size vans in effect as of the date of manufacture. 3.1 Safety: The vehicles delivered shall conform to the Federal Motor Vehicle Safety Standards (FMVSS) and the California Vehicle Code (CVC) requirements for passenger and cargo vans 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 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). 4.0 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 unleaded, 87 octane gasoline as available from any reputable retail pump in California. 22

23 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 -32 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: The vehicle shall come equipped with a 12-volt electrical system specifically designed to handle the load requirements of the vehicles, equipped with options, as specified herein. 4.5 Transmission/Driveline: The vehicle shall be equipped with the manufacturer s 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 service brakes with a four wheel, electronic anti-lock brake (ABS) 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 vehicles 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 full-size van (passenger or cargo) shall be equipped with a full-size spare tire and wheel mounted and secured on a production-type carrier. All tires and wheels shall be properly balanced. Drive tire clearance shall be adequate for normal operation of the vehicles 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 vehicles shall be equipped with the manufacturer s standard fuel tank Air Conditioning: The vehicles 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. Passenger vans shall be equipped with front and rear air conditioning. 23

24 4.13 Body/Cab: The passenger vans shall be the three-door type body style with split, hinged rear panel doors. The side door shall be the hinged type. The passenger vans shall be equipped with full-length side and door windows. All side and rear windows behind the driver shall incorporate the manufacturer s standard privacy tint to reduce the amount ultraviolet rays entering the van s interior. Front seats shall be buckets with integral head restraints not less than 27.5 above the seating reference point, as specified in FMVSS All seats shall have a head restraint 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 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 (front and rear) and windshield defogger system. Seat belts for all seating positions. Dual front air bags. Less air bag switch. Sun visors for driver and front passenger positions. Dome light(s), with door activated switches. Inside hood release. Manufacturer s standard AM/FM Stereo radio w/cd and antenna. Bluetooth connectivity. Two speed and intermittent windshield wipers with windshield washers. Tilt steering wheel Inside rearview mirror, day/night. 12-Volt DC power outlets (2) Axle ratio. Cruise Control. Standard tool kit including wheel-changing tools and jack adequate to safety lift the vehicle when loaded to rated capacity. Vinyl floor covering, front and rear. Non school bus use. Cloth full length headliner. Cloth sun visors. Cloth seating front and rear. 24

25 Trailer tow package. Front license bracket. Power front windows. Power front door locks. Rear window defroster. Power doors mirrors. Heavy duty alternator, 150 amps. Rear parking sensors. Rear view camera. Running boards. Privacy glass. Remote keyless entry system. Tires front and rear: LT235/65R16 black side wall. 25

26 TECHNICAL SPECIFICATIONS 2014 FULL SIZE CARGO VAN WITH WHEELCHAIR CONVERSION 2014 FULL SIZE 2WD, RWD CARGO VAN WITH QUANTITY: 1 WHEELCHAIR CONVERSION AS FOLLOWS: 2.0 CLASSIFICATION: Vehicles offered must meet or exceed the following values: 3.0 SPECIFICATIONS: Standard Seating 2 Wheelbase 138 inches Engine Horsepower 255 No. of Cylinders 8 GVRW 9,500 lbs. Each vehicle delivered shall be fully compliant with all Federal and State regulations for full size vans in effect as of the date of manufacture. 3.1 Safety: The vehicles delivered shall conform to the Federal Motor Vehicle Safety Standards (FMVSS) and the California Vehicle Code (CVC) requirements for passenger and cargo vans 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 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). 4.0 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 unleaded, 87 octane gasoline as available from any reputable retail pump in California. 26

27 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 -32 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: The vehicle shall come equipped with a 12-volt electrical system specifically designed to handle the load requirements of the vehicles, equipped with options, as specified herein. 4.5 Transmission/Driveline: The vehicle shall be equipped with the manufacturer s 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. 4.7 Brakes: The vehicle shall be equipped with the manufacturer s standard power assisted service brakes with a four wheel, electronic anti-lock brake (ABS) 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 vehicles 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 full-size van (passenger or cargo) shall be equipped with a full-size spare tire and wheel mounted and secured on a production-type carrier. All tires and wheels shall be properly balanced. Drive tire clearance shall be adequate for normal operation of the vehicles 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 vehicles shall be equipped with the manufacturer s standard fuel tank Air Conditioning: The vehicles 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: The cargo van shall be the three-door type body style with split, hinged rear panel doors. The third side door shall be hinged. 27

28 Front seats shall be buckets with integral head restraints not less than 27.5 above the seating reference point, as specified in FMVSS All seats shall have a head restraint 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 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 (front and rear) and windshield defogger system. Seat belts for all seating positions. Dual front air bags. Less air bag switch. Sun visors for driver and front passenger positions. Dome light(s), with door activated switches. Inside hood release. Manufacturer s standard AM/FM Stereo radio w/clock and antenna. Two speed and intermittent windshield wipers with windshield washers. Tilt steering wheel Inside rearview mirror, day/night. 12-Volt DC power outlets (2) Axle ratio. Standard tool kit including wheel-changing tools and jack adequate to safety lift the vehicle when loaded to rated capacity. Vinyl floor covering, front. Windows all around. Hinged 60/40 side doors. Front license bracket. Power front windows. Power front door locks. Rear window defroster. Roll stability control. Power RH & LH exterior mirrors. Remote keyless entry system. Tires front and rear: LT245/75RX16E black side wall Mobility Works (or equal) wheelchair conversion package as follows: Extended length one-piece fiberglass roof with FMVSS 220 certified support cage; 6 each cross tubes and 3 longitudinal members; 1-1/2 insulation between headliner and top. Extended 16 Executive TV raised roof, in white to match exterior body color (includes exterior height windshield sticker). 28

INVITATION FOR BID BID NO FOR: ASSORTED 2018 PICKUP TRUCKS COMMODITY CODE:

INVITATION FOR BID BID NO FOR: ASSORTED 2018 PICKUP TRUCKS COMMODITY CODE: Mark A. Cowart Chief Information Officer P 2222 M Street Merced, CA 95340 (209) 385-7331 (209) 725-3535 Fax www.co.merced.ca.us Issue Date: January 11, 2018 THE COUNTY OF MERCED DEPARTMENT OF ADMINISTRATIVE

More information

INVITATION FOR BID Bid No FOR: 2016 PASSENGER CARS, LIGHT DUTY TRUCK AND A SUV COMMODITY CODE:

INVITATION 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 information

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

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

More information

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

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

More information

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

2016 Kia Sportage LX Sport Utility $17,095. Savings $16,250. Fuel Efficiency Rating

2016 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 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

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

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

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

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

TENDER HALF TON PICKUP TRUCK, 4x4

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

More information

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

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

THE 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 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 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

2018 Ford F-250. W2B 4x4 SD Crew Cab 6.75' box 160" WB SRW 40" CA XL

2018 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 information

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

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

More information

2017 Toyota Sienna LE Mini-van, Passenger $26,871 $1,621. Savings $25,250. Fuel Efficiency Rating

2017 Toyota Sienna LE Mini-van, Passenger $26,871 $1,621. Savings $25,250. Fuel Efficiency Rating 2017 Toyota Sienna LE Mini-van, Passenger $26,871 WAS $1,621 Savings $25,250 NOW Fuel Efficiency Rating City MPG 19 Highway MPG 27 Actual rating will vary with options, driving conditions, habits and vehicle

More information

2017 Retail GMC Canyon 4WD Ext Cab 128.3" T2M53 PRICING SUMMARY

2017 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 information

July 9, Re: Tender 4 X 4 Regular Cab ¾ Ton Work Trucks. Dear Sir:

July 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 information

REQUEST FOR BID For Trucks. Bid Notice

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

More information

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

MSRP* 2007 Chevrolet Silverado 2500HD LS $42,400

MSRP* 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 information

2017 Toyota Sequoia dr 4x4 SR5 w/ffv (A6)

2017 Toyota Sequoia dr 4x4 SR5 w/ffv (A6) Toll Free: (800) 742-3928 Fax: (812) 474-4359 7940 4dr 4x4 SR5 w/ffv (A6) Photo may not represent exact vehicle or selected equipment. 7940 4dr 4x4 SR5 w/ffv (A6) SELECTED MODEL Code Description 7940 4dr

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

NORTH CAROLINA SHERIFFS ASSOCIATION

NORTH 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 information

2013 Retail Chevrolet Express Cargo Van RWD " Diesel CG33705 SELECTED MODEL & OPTIONS

2013 Retail Chevrolet Express Cargo Van RWD  Diesel CG33705 SELECTED MODEL & OPTIONS SELECTED MODEL - 2013 Retail CG33705 RWD 3500 155" Diesel CG33705 2013 Chevrolet Express Cargo Van RWD 3500 155" Diesel SELECTED VEHICLE COLORS - 2013 Retail CG33705 RWD 3500 155" Diesel Code Description

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

2017 Toyota Tundra x4 Double Cab 6.6' box 145.7" WB 39" CA SR5 5.7L V8 (A6)

2017 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

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

NORTH CAROLINA SHERIFFS ASSOCIATION

NORTH 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 information

2019 Ford Explorer XLT Sport Utility $38,510 $35,510. Our Price. Fuel Efficiency Rating

2019 Ford Explorer XLT Sport Utility $38,510 $35,510. Our Price. Fuel Efficiency Rating 2019 Ford Explorer XLT Sport Utility $38,510 MSRP $35,510 Our Price Fuel Efficiency Rating City MPG 16 Highway MPG 23 Actual rating will vary with options, driving conditions, habits and vehicle condition.

More information

CITY 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 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 information

NORTH CAROLINA SHERIFFS ASSOCIATION

NORTH 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 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

Prepared By: Stacy Dixon United Leasing Inc Morgan Ave Evansville, Indiana, Phone: (812)

Prepared By: Stacy Dixon United Leasing Inc Morgan Ave Evansville, Indiana, Phone: (812) PRICING SUMMARY Price Component MSRP Base Price $23,795.00 Total Options $0.00 Vehicle Subtotal $23,795.00 Advert/Adjustments $0.00 Destination Charge $915.00 TOTAL VEHICLE PRICE $24,710.00 Customer Signature

More information

Department 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 information

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

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

More information

Prepared By: Stacy Dixon United Leasing Inc Morgan Ave Evansville, Indiana, Phone: (812)

Prepared By: Stacy Dixon United Leasing Inc Morgan Ave Evansville, Indiana, Phone: (812) 13018 4dr Sedan 2.5 S (CVT) PRICING SUMMARY Price Component MSRP Base Price $23,140.00 Total Options $235.00 Vehicle Subtotal $23,375.00 Advert/Adjustments $0.00 Destination Charge $885.00 TOTAL VEHICLE

More information

2018 Kia Sedona LX Mini-van, Passenger $34,585 $2,500. Kia Rebates $32,085. Sale Price. Fuel Efficiency Rating

2018 Kia Sedona LX Mini-van, Passenger $34,585 $2,500. Kia Rebates $32,085. Sale Price. Fuel Efficiency Rating 2018 Kia Sedona LX Mini-van, Passenger $34,585 MSRP $2,500 Kia Rebates $32,085 Sale Price Fuel Efficiency Rating City MPG 18 Highway MPG 24 Actual rating will vary with options, driving conditions, habits

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

2017 Ford F-150. W1E 4x4 SuperCrew Cab Styleside 5.5' box 145" WB XLT

2017 Ford F-150. W1E 4x4 SuperCrew Cab Styleside 5.5' box 145 WB XLT Toll Free: (800) 742-3928 Fax: (812) 474-4359 W1E 4x4 SuperCrew Cab Styleside 5.5' box 145" WB XLT Photo may not represent exact vehicle or selected equipment. W1E 4x4 SuperCrew Cab Styleside 5.5' box

More information

NORTH CAROLINA SHERIFFS ASSOCIATION

NORTH 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 information

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

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

More information

2018 Chevrolet Suburban LT

2018 Chevrolet Suburban LT mcandrewmotors.com 817-794-5672 2880 West Pioneer Pkwy Arlington, Texas 76013 McAndrew Motors STEVE WILLIAMS 817-794-5672 View this car on our website at mcandrewmotors.com/6473627/ebrochure Our Price

More information

NORTH CAROLINA SHERIFFS ASSOCIATION

NORTH CAROLINA SHERIFFS ASSOCIATION NORTH CAROLI SHERIFFS ASSOCIATION Name of Dealership Type of Vehicle Zone FORD TRANSIT T-150 LOW ROOF CARGO VAN - RWD (E1Z) (Specification #90) Base Unit Price Piedmont Truck Center Inc 2018 Ford Transit

More information

CLINTON 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 (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 information

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

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

More information

VIRGINIA SHERIFFS ASSOCIATION

VIRGINIA 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 information

VEHICLE REPORT Ford Ranger SELECTED MODEL. Description SELECTED VEHICLE COLORS SELECTED OPTIONS. Interior: No color has been selected.

VEHICLE REPORT Ford Ranger SELECTED MODEL. Description SELECTED VEHICLE COLORS SELECTED OPTIONS. Interior: No color has been selected. 2009 Ford Ranger R10 2WD Reg Cab 112" LT SELECTED MODEL R10 2009 Ford Ranger 2WD Reg Cab 112" LT SELECTED VEHICLE COLORS - - - Interior: No color has been selected. Exterior 1: No color has been selected.

More information

VEHICLE REPORT Toyota Camry Hybrid PRICING SUMMARY. Price Component MSRP. Base Price $26, Total Options $0.00.

VEHICLE REPORT Toyota Camry Hybrid PRICING SUMMARY. Price Component MSRP. Base Price $26, Total Options $0.00. 2559 4dr Sedan LE (CVT) PRICING SUMMARY Price Component Base Price Total Options Vehicle Subtotal Advert/Adjustments Destination Charge MSRP $26,140.00 $26,140.00 $810.00 TOTAL VEHICLE PRICE $26,950.00

More information

City of New Haven. 101 FRONT STREET PO BOX 236 NEW HAVEN, MO Phone * * Fax

City of New Haven. 101 FRONT STREET PO BOX 236 NEW HAVEN, MO Phone *  * Fax City of New Haven 101 FRONT STREET PO BOX 236 NEW HAVEN, MO 63068 Phone 573-237-2349 * www.newhavenmo.org * Fax 573-237-4696 August 20, 2014 Request for Bids, Medium Duty Truck City of New Haven The City

More information

Invitation to Bid NEW FOUR WHEEL DRIVE EXTENDED CAB PICKUP TRUCK

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

More information

2018 Ford Expedition

2018 Ford Expedition Toll Free: (800) 742-3928 Fax: (812) 474-4359 U1J 4dr 4x4 XLT Photo may not represent exact vehicle or selected equipment. U1J 4dr 4x4 XLT SELECTED MODEL Code Description U1J 4dr 4x4 XLT SELECTED VEHICLE

More information

CITY OF BARTLETT 6400 STAGE ROAD BARTLETT, TENNESSEE 38134

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

More information

NORTH CAROLINA SHERIFFS ASSOCIATION

NORTH CAROLINA SHERIFFS ASSOCIATION NORTH CAROLINA SHERIFFS ASSOCIATION Name of Dealership Type of Vehicle Zone FORD TRANSIT 350 XL 12 PASSENGER LOW ROOF WAGON (X2Z) (Specification #85) Base Unit Price Piedmont Truck Center Inc 2019 Ford

More information

2018 Kia Sportage EX Sport Utility $30,110 $2,500. Kia Rebates $27,610. Sale Price. Fuel Efficiency Rating

2018 Kia Sportage EX Sport Utility $30,110 $2,500. Kia Rebates $27,610. Sale Price. Fuel Efficiency Rating 2018 Kia Sportage EX Sport Utility $30,110 MSRP $2,500 Kia Rebates $27,610 Sale Price Fuel Efficiency Rating City MPG 21 Highway MPG 25 Actual rating will vary with options, driving conditions, habits

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

2017 Toyota Sequoia dr 4x4 Limited (A6)

2017 Toyota Sequoia dr 4x4 Limited (A6) Toll Free: (800) 742-3928 Fax: (812) 474-4359 7929 4dr 4x4 Limited (A6) Photo may not represent exact vehicle or selected equipment. 7929 4dr 4x4 Limited (A6) SELECTED MODEL Code Description 7929 4dr 4x4

More information

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

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

More information

HEAVY DUTY TRUCKS. Business Rack Clock Digital $

HEAVY DUTY TRUCKS. Business Rack Clock Digital $ IFB No. 2016-002 for 2017 Vehicles Group I Dealer Name: Date: Minimum Specifications for ALL Heavy Duty Trucks are as Follows: Driver Air bag, Arm Rests - All Doors, Factory Air Conditioning, Factory Auxiliary

More information

VEHICLE REPORT Nissan Altima PRICING SUMMARY. Price Component MSRP. Base Price $22, Total Options $0.00. Vehicle Subtotal $22,380.

VEHICLE REPORT Nissan Altima PRICING SUMMARY. Price Component MSRP. Base Price $22, Total Options $0.00. Vehicle Subtotal $22,380. PRICING SUMMARY Price Component Base Price Total Options Vehicle Subtotal Advert/Adjustments Destination Charge MSRP $22,380.00 $22,380.00 $810.00 TOTAL VEHICLE PRICE $23,190.00 September 12, 2013 Page

More information

2014 Chevrolet Silverado 1500 LTZ Standard Bed $28,000 $26,995. Fuel Efficiency Rating

2014 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 information

NORTH CAROLINA SHERIFFS ASSOCIATION

NORTH CAROLINA SHERIFFS ASSOCIATION NORTH CAROLI SHERIFFS ASSOCIATION Name of Dealership Type of Vehicle Zone CHEVROLET CITY EXPRESS CARGO VAN 5.2 (Specification #273) Base Unit Price Appalachia $20,274.00 Dogwood $20,274.00 Cardinal $20,274.00

More information

Sierra C 3 Specifications Powertrain

Sierra C 3 Specifications Powertrain 2001 Sierra C 3 6 Sierra C 3 Specifications Powertrain V-Angle Bore and Stroke Displacement Vortec 6000 V8 (LQ4) 90 o 4.00 x 3.62 in/101.6 x 92.0 mm 364 cu in/5967 cc Compression Ratio 9.4:1 Horsepower

More information

2018 Ford F-150. X1E 4x4 SuperCab Styleside 6.5' box 145" WB XL

2018 Ford F-150. X1E 4x4 SuperCab Styleside 6.5' box 145 WB XL Toll Free: (800) 742-3928 Fax: (812) 474-4359 X1E 4x4 SuperCab Styleside 6.5' box 145" WB XL Photo may not represent exact vehicle or selected equipment. X1E 4x4 SuperCab Styleside 6.5' box 145" WB XL

More information

Houston County Purchasing Department

Houston 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 information

NORTH CAROLINA SHERIFFS ASSOCIATION

NORTH CAROLINA SHERIFFS ASSOCIATION NORTH CAROLINA SHERIFFS ASSOCIATION Name of Dealership Type of Vehicle Zone FORD F-150 SUPERCAB XL SPECIAL SERVICE VEHICLE 4X2 (X1C/66S) (Specification #100) Base Unit Price Asheville Ford Lincoln LLC

More information

We propose to furnish you with a 2015 Chevrolet Colorado Ext Cab W/T 4 x 4

We 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 information

NORTH CAROLINA SHERIFFS ASSOCIATION

NORTH CAROLINA SHERIFFS ASSOCIATION NORTH CAROLINA SHERIFFS ASSOCIATION Name of Dealership Type of Vehicle Zone CHEVROLET CITY EXPRESS CARGO VAN 5.2 (Specification #260) Base Unit Price Appalachia -- NB -- Dogwood -- NB -- Cardinal -- NB

More information

Mercedes-Benz of Orland Park 8430 W. 159th Street, Orland Park, IL Orland Park, IL

Mercedes-Benz of Orland Park 8430 W. 159th Street, Orland Park, IL Orland Park, IL Mercedes-Benz of Orland Park 8430 W. 159th Street, Orland Park, IL 60462 Orland Park, IL 60462 https://www.orlandpark.mercedesdealer.com Sales: 844-836-6648 Service: 855-206-6442 2019 Mercedes-Benz Sprinter

More information

03 TUNDRA 03 TUNDRA 03 TUNDRA

03 TUNDRA 03 TUNDRA 03 TUNDRA Tundra V8 Access Cab shown in Phantom Gray Pearl with available TRD Sport Package. Eight hours isn t a full day. After all, people depend on you off the job site too. It s that same kind of 24/7 readiness

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

2013 Retail Chevrolet Express Commercial Cutaway 4500 Van 159" Diesel SELECTED MODEL & OPTIONS

2013 Retail Chevrolet Express Commercial Cutaway 4500 Van 159 Diesel SELECTED MODEL & OPTIONS SELECTED MODEL - 2013 Retail CG33803 4500 Van 159" Diesel CG33803 2013 Chevrolet Express Commercial Cutaway 4500 Van 159" Diesel SELECTED VEHICLE COLORS - 2013 Retail CG33803 4500 Van 159" Diesel Code

More information

2015 Retail Ram WD Reg Cab 168" WB 84" CA Tradesman DP5L64 PRICING SUMMARY

2015 Retail Ram WD Reg Cab 168 WB 84 CA Tradesman DP5L64 PRICING SUMMARY PRICING SUMMARY PRICING SUMMARY - 2015 Retail DP5L64 2WD Reg Cab 168" WB 84" CA Tradesman MSRP Base Price $36,845.00 Total Options: $10,145.00 Vehicle Subtotal $46,990.00 Advert/Adjustments $0.00 Destination

More information

Prepared By: Stacy Dixon United Leasing Inc Morgan Ave Evansville, Indiana, Phone: (812)

Prepared By: Stacy Dixon United Leasing Inc Morgan Ave Evansville, Indiana, Phone: (812) 13516 4dr Sedan 3.5 SR (CVT) PRICING SUMMARY Price Component MSRP Base Price $27,390.00 Total Options $220.00 Vehicle Subtotal $27,610.00 Advert/Adjustments $0.00 Destination Charge $825.00 TOTAL VEHICLE

More information

H OUSTON COUNTY BOARD OF COM M I SSI ONERS

H 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 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

2014 Kia Sorento LX Sport Utility $15,995. Sale Price $4,501. Kia of Auburn Savings $11,494. Internet Price. Fuel Efficiency Rating

2014 Kia Sorento LX Sport Utility $15,995. Sale Price $4,501. Kia of Auburn Savings $11,494. Internet Price. Fuel Efficiency Rating 2014 Kia Sorento LX Sport Utility $15,995 Sale Price $4,501 Kia of Auburn Savings $11,494 Internet Price Fuel Efficiency Rating City MPG 20 Highway MPG 26 Actual rating will vary with options, driving

More information

Lexus-to-Lexus Comparison

Lexus-to-Lexus Comparison Lexus-to-Lexus Comparison GX 2018 GX 460 2018 GX 460 PREMIUM SUMMARY Base MSRP $52,155 $56,600 Comparably Equipped Price $52,155 $56,600 EPA Highway (Mpg) 18 18 EPA City (Mpg) 15 15 Combined Fuel Economy

More information

2015 Ford F-350 Chassis

2015 Ford F-350 Chassis Toll Free: (800) 742-3928 Fax: (812) 474-4359 3F 4x4 SD Super Cab 162" WB SRW 60" CA L Photo may not represent exact vehicle or selected equipment. 3F 4x4 SD Super Cab 162" WB SRW 60" CA L SELECTED MODEL

More information

FLORIDA SHERIFFS ASSOCIATION & FLORIDA ASSOCIATION OF COUNTIES

FLORIDA SHERIFFS ASSOCIATION & FLORIDA ASSOCIATION OF COUNTIES FLORIDA SHERIFFS ASSOCIATION & FLORIDA ASSOCIATION OF COUNTIES Name of Dealership Type of Vehicle Zone 12 PASSENGER VAN (Specification #37) Base Unit Price 2018 Chevrolet Express 2500 (CG23406) Western

More information

2005 MY Mazda3. * Information contained herein is subject to change without notice. E. & O. E.

2005 MY Mazda3. * Information contained herein is subject to change without notice. E. & O. E. 2005 MY Mazda3 * Information contained herein is subject to change without notice. E. & O. E. 2005 Mazda3 Specifications Engine Drivetrain Type Valve gear Displacement Bore and stroke Compression ratio

More information

2018 Jeep Renegade ALTITUDE Sport Utility $28,700 $2,950. Savings $25,750. Our Price. Fuel Efficiency Rating

2018 Jeep Renegade ALTITUDE Sport Utility $28,700 $2,950. Savings $25,750. Our Price. Fuel Efficiency Rating 2018 Jeep Renegade ALTITUDE Sport Utility $28,700 MSRP $2,950 Savings $25,750 Our Price Fuel Efficiency Rating City MPG 24 Highway MPG 31 Actual rating will vary with options, driving conditions, habits

More information

REQUEST FOR QUOTATION

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

More information

2013 Retail Chevrolet Express Commercial Cutaway 4500 Van 159" CG3380 SELECTED MODEL & OPTIONS

2013 Retail Chevrolet Express Commercial Cutaway 4500 Van 159 CG3380 SELECTED MODEL & OPTIONS SELECTED MODEL - 2013 Retail CG33803 4500 Van 159" CG33803 2013 Chevrolet Express Commercial Cutaway 4500 Van 159" SELECTED VEHICLE COLORS - 2013 Retail CG33803 4500 Van 159" Code Description - Interior:

More information

GROTON UTILITIES. INVITATION TO BID ONE (1) x4 SUPER CAB PICKUP TRUCK MARCH 14, :00 P.M. BID PROPOSAL GU 18-Q3

GROTON 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 information

NORTH CAROLINA SHERIFFS ASSOCIATION

NORTH CAROLINA SHERIFFS ASSOCIATION NORTH CAROLI SHERIFFS ASSOCIATION Name of Dealership Type of Vehicle Zone FORD F-150 SUPERCAB XL SPECIAL SERVICE VEHICLE 4X4 (X1E/66S) (Specification #96) Base Unit Price 2019 Ford F-150 (X1E/66S) Appalachia

More information

Equipment Listing 3C6TR5DT6GG STANDARD EQUIPMENT. Monotone Paint. 180 Amp Alternator. 730 Amp Maintenance Free Battery

Equipment Listing 3C6TR5DT6GG STANDARD EQUIPMENT. Monotone Paint. 180 Amp Alternator. 730 Amp Maintenance Free Battery Equipment Listing VIN Vehicle Description 3C6TR5DT6GG218767 2016 RAM 2500 SLT 4X4 STANDARD EQUIPMENT Monotone Paint 180 Amp Alternator 730 Amp Maintenance Free Battery Electronic Stability Control Anti-Lock

More information

2017 Retail GMC Canyon 4WD Ext Cab 128.3" T2M53 PRICING SUMMARY

2017 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 $31,135.00 Total Options: $1,970.00 Vehicle Subtotal $33,105.00 Advert/Adjustments $0.00 Destination Charge $1,700.00

More information

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

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

More information

REQUEST 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 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 information

REQUEST FOR BID (RFB) # B X4 ONE TON CHASSIS CAB DUALLY POSTING DATE: MARCH 7, 2018

REQUEST 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 information

Everything You Need! Phone , Ext. 229

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

More information

2018 Retail Chevrolet Silverado WD Reg Cab 133.0" Work Truck CC1 PRICING SUMMARY

2018 Retail Chevrolet Silverado WD Reg Cab 133.0 Work Truck CC1 PRICING SUMMARY PRICING SUMMARY PRICING SUMMARY - 2018 Retail CC15903 2WD Reg Cab 133.0" Work Truck MSRP Base Price $31,195.00 Total Options: $910.00 Vehicle Subtotal $32,105.00 Advert/Adjustments Destination Charge $1,795.00

More information

COUNTY OF MARQUETTE SHERIFF S OFFICE SPECIFICATION # SSV

COUNTY OF MARQUETTE SHERIFF S OFFICE SPECIFICATION # SSV COUNTY OF MARQUETTE SHERIFF S OFFICE SPECIFICATION #2018-11-SSV Specifications for: (1) Chevrolet Tahoe Police (SSV) 5W4, four-door, four wheel drive, full size SUV 2018 CURRENT NEW - STANDARD FACTORY

More information

VEHICLE REPORT Dodge Ram 1500 SELECTED MODEL. Description SELECTED VEHICLE COLORS SELECTED OPTIONS. Interior: No color has been selected.

VEHICLE REPORT Dodge Ram 1500 SELECTED MODEL. Description SELECTED VEHICLE COLORS SELECTED OPTIONS. Interior: No color has been selected. SELECTED MODEL DS6L41 2009 Dodge Ram 1500 4WD Quad Cab 140.5" ST SELECTED VEHICLE COLORS - - - Interior: No color has been selected. Exterior 1: No color has been selected. Exterior 2: No color has been

More information

Price Component. Base Price $25, Total Options $ Vehicle Subtotal $25, Advert/Adjustments $0.00 Destination Charge $810.

Price Component. Base Price $25, Total Options $ Vehicle Subtotal $25, Advert/Adjustments $0.00 Destination Charge $810. VEHICLE REPORT 22412 AWD 4dr SV PRICING SUMMARY Price Component MSRP Base Price $25,220.00 Total Options $190.00 Vehicle Subtotal $25,410.00 Advert/Adjustments $0.00 Destination Charge $810.00 TOTAL VEHICLE

More information

Lt. Duty Pickup Trucks Specifications Spec LT-2

Lt. Duty Pickup Trucks Specifications Spec LT-2 Lt. Duty Pickup Trucks Specifications Spec LT-2 Large Pick Up 150/1500 Reference: Chevrolet/GMC 1500, Ford F- 150, Dodge Ram 1500 ENGINE Six (6) Cylinders Gasoline FRONT CUP HOLDER (1) MOUNTING LICENSE

More information