Bid Submittals: Responses must be submitted to: Hand Delivery, FedEx, UPS, other. Pomona, CA Pomona, CA 91766

Size: px
Start display at page:

Download "Bid Submittals: Responses must be submitted to: Hand Delivery, FedEx, UPS, other. Pomona, CA Pomona, CA 91766"

Transcription

1 CITY OF POMONA REQUEST FOR BID VARIOUS CITY VEHICLES: SEDANS, TRUCKS, AND UTILITY VEHICLES BID NO Type of Bid: Product Bid Submittals: Responses must be submitted to: Mail Delivery Hand Delivery, FedEx, UPS, other City of Pomona City of Pomona Purchasing Division Purchasing Division P.O. Box S. Garey Avenue Pomona, CA Pomona, CA SCHEDULE OF EVENTS: Post Bid 4/2/15 Questions Due Post Addendum (if needed) 4/13/15 Bid Due Date 4/9/15 by 3:00 P.M. 4/16/15 by 4:00 P.M. The City reserves the right to change the Schedule of Events without prior notice or responsibility to Bidders. It shall be the bidder s sole responsibility to check the City s website on a consistent basis for changes. Website address: Follow the path of Business; Current Bids and RFPs; Non-Construction Bids

2 Table of Contents 1. Introduction Bid Submission Instructions Inquiries Specifications Contract Term Contract Extension Contract Termination Required Forms Selection Criteria Reservation of Rights Terms and Conditions Definitions Bidder Summary Sheet Bid Sheet References Acknowledgement and Signature of Authorization City of Pomona Minority Business Questionnaire City of Pomona Statement of Non-Collusion By Contractor City of Pomona Agreement for Indemnification by Contractor and Acceptance and Acknowledgment of Procurement Practices of The City of Pomona Page 2 of 67

3 1. INTRODUCTION The City of Pomona is soliciting sealed bids from authorized dealerships for the purchase and delivery of new and unused various vehicles, as specified herein. 2. BID SUBMISSION INSTRUCTIONS Bids must be submitted in a sealed package, clearly marked with the bid title: Various City Vehicles: Sedans, Trucks, and Utility Vehicles, Bid No Bids received after the due date and time specified in the Schedule of Events will not be accepted. Submittals must include: One (1) original; One (1) copy; One (1) CD or flash drive. Bids submitted by telephone, , or fax will be rejected. Rejected bids will be destroyed by the City 30 days after bid opening, and will not be returned. In the event that only one response is received, the City reserves the right to cancel the Bid, return the unopened response to the Bidder, and re-advertise. Bids must be received in the Purchasing Division Office in accordance with the published Schedule of Events and delivered to the following location: U.S. Mail: City of Pomona Hand delivery, FedEx, UPS, other: City of Pomona Purchasing Division Purchasing Division P.O. Box South Garey Ave. Pomona, CA Pomona, CA Bids that are received by the due date and time specified in the Schedule of Events will be publicly opened and announced. A summary of bidders and prices will be posted to the City s website within five days. The summary is preliminary in nature and must be reviewed for responsiveness and responsibility; prices will be checked for accuracy. Notification will not be sent to unsuccessful bidders. It shall be the Bidder s sole responsibility to check the City s website on a regular basis for award notices. Award notices are posted to the City s website after Council approval. Bidders will not receive any additional contact from the City regarding bid award. 3. INQUIRIES Bidders must carefully examine the Bid document and any addenda that may be posted on the City s website and seek clarification of any ambiguity, conflict, or omission. Questions must be submitted in writing by the due date and time for questions, see the Schedule of Events for deadline. If an answer materially affects the Bid, the information will be incorporated into an addendum and distributed to all bidders via the City s website. Page 3 of 67

4 Bidders will not receive any additional contact from the City regarding addenda. Prior to the bid due date and time, it shall be the bidder s sole responsibility to check the City s website on a regular basis to determine if any addenda have been posted. All questions related to this bid must be directed to Keri Hinojos, Purchasing Manager at (909) , via to keri_hinojos@ci.pomona.ca.us, or by fax to (909) Please note that per Section 2-975(2) of the Pomona City Code, any unauthorized contact by the bidder during the bid or proposal process with an official or city employee, other than those shown on the RFP or bid, the Finance Director, or Purchasing Manager, shall cause the bidder to be immediately disqualified from participating in the bidding process. 4. SPECIFICATIONS A. NEW AND UNUSED VEHICLES: All vehicles furnished to the City shall be new and unused factory standard unless otherwise stated herein, and shall not have been operated prior to delivery to the City. Vehicles shall come equipped with all standard factory fittings, trim and accessories, unless otherwise noted in the specifications. Vehicles shall not have been used as demonstrators, or for any other prior service. Bidder s may choose to bid on all, or selected vehicles. B. VEHICLE REGISTRATION: The contractor shall complete and file all necessary applications and transfer of ownership papers, and apply for exempt license plates. The registered owner shall be shown exactly as follows on all forms where the registered owner is listed: City of Pomona, 505 S. Garey Ave., Pomona, CA C. MANUALS: Two (2) complete sets of parts and shop/service manuals will be provided; manuals on CD are acceptable. D. KEYS: Three (3) sets of ignition and door keys required, and if equipped, two (2) keyless-entry remotes. E. WARRANTY: The manufacturer's regular new Vehicle Warranty shall apply to vehicles within this bid, and shall be honored by all franchised dealers within Southern California. F. DELIVERY: Vehicles shall be delivered F.O.B. to: Pomona City Yard, 636 W. Monterey, Pomona, CA Page 4 of 67

5 G. SPECIFICATION WORKSHEETS: The Specifications Worksheet is a requirement and must be submitted with the Bidder s response. The Worksheet is used to identify the Bidder s compliance to, or exceptions from the published specifications stated herein. Failure to complete and submit this Worksheet with the Bid response will render the Bid non-responsive, and will not be considered for award. Any exceptions to the published specifications must be clearly identified and described in detail using the space provided herein. Item No. 1 Specification Number: Standard, Full Size, Cargo Van (two engine options) CHASSIS: Approximately 135 wheel base. Standard Cargo van full size. Full Frame. Cargo volume not less than 239 cu Feet. Overall length not to exceed 225 inches. Overall width not to exceed 78 inches. Overall height not to exceed 84 inches. AXLES & SPRINGS: GVWR 8600 lbs minimum. Rear axle 3.42 ratio or equivalent. Manufacturer's total rated capacity for front and rear axles shall meet or exceed the specified minimum GVW. Front coil springs. Rear leaf springs. ENGINE OPTION 1 - GAS: V8 4.8L or equivalent engine. To be equipped with "Dry Pack" air cleaner filter and a full flow replaceable oil filter. Minimum fuel tank capacity 31 gallon. Must meet or exceed all existing Federal and State rules and regulations. Cooling system to be the largest capacity available. This vehicle must comply with the S.C.A.Q.M.D. s Rules as a Low emission gasoline vehicle. Write As Specified or describe any exceptions to these specifications in the space provided. Failure to complete this column may result in a nonresponsive bid. Page 5 of 67

6 ENGINE OPTION 2 - GAS: Compressed natural gas (CNG), hybrid, or other Green engine or power supply offered by the manufacturer. Must meet or exceed all existing Federal and State rules and regulations. Cooling system to be the largest capacity available. This vehicle must comply with S.C.A.M.D. s Rules as a low emission, ultra-low emission or nonemission vehicle. TRANSMISSION: Electronic automatic with overdrive, Tow/Haul mode. Four speed automatic transmission with lock in. CAB: Cargo van. Full length, black rubberized vinyl floor covering (Front & Rear cargo Area). Protective inner door panels. Driver and passenger front vinyl visors. Driver and passenger Armrest both sides of vehicle. Cloth bucket seats. Power seats adjuster. Power windows and locks. Swing out rear cargo doors (with rear cargo windows). Rear window defogger. Heated Power adjustable side mirrors (2). Sliding passenger side door (with fixed glass if possible). Tow/Haul Mode selector. Power door locks. LPO Molded assist steps. Hitch Trailering Package. Divider separating the cargo area from the cab. Dome light. Heater. Side access storage bins. BRAKES: Anti-lock brake system required. Power front and rear disc brakes required if available. All brake components shall be of proper size for this type of vehicle with maximum payload. Emergency brake to be spring loaded locking, preferably on drivers left side. Page 6 of 67

7 WHEELS & TIRES: All season LT245/75R16E or Equivalent tires. Full size Spare tire. Five (5) steel disc wheels 16 x 6.5. Wheels and tires shall be of a load range sufficient to meet or exceed specified minimum GVW. Tire clearance shall be adequate for normal operation of vehicle when loaded to rated capacity. ELECTRICAL: 12 volt system. Minimum 600 cold cranking amps, maintenance free battery. Minimum 105 amp alternator. All lighting must be in conformance with the California Motor Vehicle Code. Interior with 2 dome lights, defeat switch and door handle-activated switches. WINDSHIELD WIPERS: Dual electric variable speed with windshield washer. BUMPERS: Front and rear chrome bumpers. Heavy duty rear step type. AIR CONDITIONING: Vehicle shall include factory installed air conditioning. POWER STEERING: Vehicle shall be equipped with power steering. RADIO: Factory issued AM/FM radio. FIRE EXTINGUISHER: A 5 lb., multi-purpose, rechargeable, metal fire extinguisher shall be mounted on the driver side, mounted on the floor board next to the seat. PAINT: Vehicles shall be standard "Fleet White". Page 7 of 67

8 Item No. 2 Specification Number: Standard, 4 Door, Mid-Size Sedan (two engine options) BODY & INTERIOR: 4 Door Mid-Size Sedan with a trunk. Cloth seats. Sun visors, glove compartment, dome light. Outside rear view mirrors on both sides. Front and rear floor mats. Power windows. Power locks. ENGINE OPTION 1 - GAS: Gasoline, no less than 2.5 liters, with electronic fuel injection. To be equipped with a "Dry Pack" air cleaner filter and replaceable full flow oil filter. Must meet or exceed all existing Federal and State rules and regulations. Cooling system to be the largest capacity available. This vehicle must comply with the S.C.A.Q.M.D. s Rules as a Low emission gasoline vehicle. ENGINE OPTION 2 - GREEN: Compressed natural gas (CNG), hybrid, or other Green engine or power supply offered by the manufacturer. Must meet or exceed all existing Federal and State rules and regulations. Cooling system to be the largest capacity available. This vehicle must comply with S.C.A.M.D. s Rules as a low emission, ultra-low emission or nonemission vehicle. TRANSMISSION: Minimum of a four (4) speed automatic with lock in Park. BRAKES: Four wheel antilock disc brakes (ABS). WHEELS & TIRES: Shall be a load range sufficient to meet or exceed the GVWR With a minimum of 15 inch wheels. ELECTRICAL: Standard 12 volt system. Maintenance free battery. Minimum 100 amp alternator. All lighting must be in compliance with the California Motor Vehicle Code. Write As Specified or describe any exceptions to these specifications in the space provided. Failure to complete this column may result in a nonresponsive bid. Page 8 of 67

9 WINDSHIELD WIPERS: Dual electric variable speed. AIR CONDITIONING: Vehicles shall include factory installed air conditioning. POWER STEERING: Vehicle shall be equipped with power steering. RADIO: Factory issued radio. PAINT: Vehicles shall be standard "Fleet White". Page 9 of 67

10 Item No. 3 Specification Number: ¾ Ton, Service Truck, w/utility Bed (two engine options) CHASSIS: Wheelbase to be approximately inches. Cab to axle approximately inches. Front bumper to back of cap approximately inches. Vehicle shall have a minimum rated G.V.W.R. of 10,400 lbs with heavy-duty springs. AXLES and SPRINGS: Manufacturer's total rated capacity for the front and rear axles and springs shall meet or exceed the specified minimum G.V.W.R. Front not less than 4,400 lbs. Rear not less than 7,050 lbs. Vehicle to be equipped with heavy duty shocks both front and rear. Heavy-duty front stabilizer bar required. ENGINE OPTION 1 - GAS: Six (6) cylinder V8 SFI, or equivalent, Gasoline Engine To be equipped with Dry Pack air cleaner filter and cleaner filter. Full flow replaceable oil filter. Must meet or exceed all existing Federal and State emission rules and regulations. Cooling system to be the largest capacity possible. This vehicle must comply with the S.C.A.Q.M.D. Rules FUEL TANK ENGINE OPTION 1 - GAS: Fuel tank shall have the capacity of 25 to 36 gasoline gallons. ENGINE OPTION 2 - GREEN: Six (6) cylinder V8 CNG, or equivalent, dedicated CNG fuel engine. All California and Federal emission requirements concerning CNG vehicles to apply. To be equipped with dry pack air cleaner Full flow replaceable oil filter. Heavy-duty cooling system (largest available) and engine oil cooler required. FUEL TANK ENGINE OPTION 2 - GREEN: CNG fuel tank shall have the capacity of 25 to 36 gasoline gallons equivalent. Write As Specified or describe any exceptions to these specifications in the space provided. Failure to complete this column may result in a nonresponsive bid. Page 10 of 67

11 TRANSMISSION: Six (6) speed, electronically controlled automatic transmission with lock-in park selector, steering column mount or equivalent required. To be supplied with heavy-duty transmission cooler. CAB: Regular cab with two (2) doors. Equipped with heavy duty vinyl bench seat 40/20/40 split. Air foam rubber seat cushion. Arm rests both sides of vehicle. Seat belts. Dual sun visors. Factory tinted glass windows. Rear window of full view type. Dome light. Heater and defroster. Tilt-wheel adjustable steering column. Inside rear view mirror. Front and rear all-weather floor mats. Manual Tilt-Wheel steering column. Full instrumentation to include gas gauge, amp meter, temperature gauge and oil pressure. To be supplied with 12V, 120-watt and USB accessory ports. Heater and defroster. Power tow mirrors. Single keyed master locking system. Full size regular eight (8) foot bed. Cross bed tool-box. To be supplied with factory installed 12V/120-watt and USB accessory ports for work order management system tablet display. Shall include factory installed power windows and locks. BRAKES: Anti-lock brake system required. Disc front, drum type or disc on rear with power assist, of proper size for this type of vehicle with maximum payload. Emergency brake to be spring loaded with locking feature. WHEELS and TIRES: To be supplied with full size spare tire and rim. 17 Steel wheels. Load range sufficient to meet or exceed specified maximum G.V.W.R. LT235/80R17E or City approved equal. Full size spare tire shall be mounted and secured on a production type carrier. Page 11 of 67

12 UTILITY BED/SERVICE BODY: 8-Foot Utility Service Body with side locking boxes. Overall length 97 ¼. Overall width 78. Floor width 49. Side compartment height 37 ¼. Side compartment depth 14 ½. Streetside and curbside compartmentation: - 1V = 31 ¼ L x 37 ¼ H - Horizontal = 44 ¾ L x 14 ½ H - 2V = 21 ¼ L x 37 ¼ H Flip top compartments. Stainless Steel T-Handles. Master locking system. Aluminum diamond plate flip top skin. Vise bracket curbside rear. Overhead material rack. Shovel holder bracket. Standard shelving. Paint shall be standard "Fleet White". Each drawer shall have latching hardware, handles, and full opening heavy-duty ball bearing slides. All drawers shall be approximately 30 wide by approximately 20 deep. Adjustable shelves. Bed tie downs. LED compartment rope lights installed in all cabinets and individually controlled by on/off switches in each cabinet. All doors shall have weather seals with opening limit straps/stops on each door. Page 12 of 67

13 ELECTRICAL and LIGHTING: California State mandated lighting. Minimum 750 cold cranking amp, maintenance free battery. Minimum 175 amp alternator. Roof mounted Whelen Light Bar Liberty Series SX8 (amber) with optional built in LED traffic advisor, all controls and power supplies required, shall be installed. Roof mounted Whelen Light Bar Liberty Series SX8 (amber) with optional built in LED traffic advisor, all controls and power supplies required, shall be installed. Electric trailer brake controller. Class 3 trailer hitch with 7-way light plug. All lighting must be in conformance with the California Motor Vehicle Code. Alternator shall provide above the minimum power capacity necessary for all electrical power needs. WINDSHIELD WIPERS: Dual electric variable intermittent speed with windshield washer. BUMPERS: Front: Chrome bumper and grill. Rear: Standard, painted. Rear step down bumper. AIR CONDITIONING: Vehicles shall include factory installed air conditioning. POWER STEERING: Vehicle shall be equipped with power steering. RADIO: Factory issued radio system. BACK-UP ALARM: Preco BAL 124 or City approved equal shall be installed. FIRE EXTINGUISHER: A 5 lb., multi-purpose, rechargeable, metal fire extinguisher shall be mounted on the driver side, mounted on the floor board next to the seat. PAINT: Vehicles shall be standard "Fleet White". GLOBAL POSITIONING SYSTEM (GPS): Must have the ability to have GPS installed. Page 13 of 67

14 OPTIONS 1) ELECTRIC GENERATOR: 12 VDC input, 1600 watts, 120 volts ac output 14.5 amps. Converts DC battery power to AC power. Electrical GFI outlet mounted on the rear of the Utility Service Body. 2) Rear vision camera Page 14 of 67

15 Item No. 4 Specification Number: ½ Ton, Light Duty Pickup Truck (two engine options) CHASSIS: Wheel base shall not be more than 144 inches. Max payload of 2101 lbs. Conventional type pickup bed unobstructed by any equipment; double-wall construction and shall not be more than 79 inches long and 52 inches wide at wheel housings and 22 inches high. Overall length shall not be more than 231 inches. Overall width shall not be more than 80 inches w/o mirrors. Overall height shall not be more than 74 inches. AXLES & SPRINGS: Manufacturer's total rated capacity for front and rear axles shall meet or exceed the specified minimum G.V.W.R. G.V.W.R. - front not less than 3,600 lbs.; rear not less than 3,950 lbs. Springs may be either independent torsion bar or coil. Leaf type on rear. ENGINE OPTION 1 - GAS: Gasoline eight (8) cylinders, not less than 5.3L V8 (325 cu. In.). Full flow replaceable oil filter. Must meet or exceed all existing Federal and State rules and regulations. Cooling system to be the largest capacity available. This vehicle must comply with the S.C.A.Q.M.D. s Rules as a Low emission gasoline vehicle. ENGINE OPTION 2 - GREEN: Compressed natural gas (CNG), hybrid, or other Green engine or power supply offered by the manufacturer. All California and Federal emission requirements concerning CNG vehicles to apply. Full flow replaceable oil filter. Must meet or exceed all existing Federal and State rules and regulations. Cooling system to be the largest capacity available. Alternative fuel capacity must be the minimum of the same gasoline gallon equivalent. This vehicle must comply with S.C.A.Q.M.D Rules. Write As Specified or describe any exceptions to these specifications in the space provided. Failure to complete this column may result in a nonresponsive bid. Page 15 of 67

16 TRANSMISSION: Six (6) speed automatic transmission w/overdrive and lock in Park. CAB: Extended cab. Cloth reclining 40/20/40 front split bench seat and fold down center armrest with storage console. Armrest both sides of vehicle. Three (3) seat belts in front. Three (3) seat belts in rear. Dual interior sun visors. Inside rear view mirror. Tilt wheel adjustable steering column. Glove compartment. Full instrumentation to include gas gauge, amp or volt meter, temperature gauge and oil gauge. Power door locks and windows. Two (2) 12 volt power outlets. One (1) 110 volt outlet. Front and rear all-weather floor mats. Dome light. Factory tinted rear windows in extended cab. Heater and defroster, with defroster outlets to both sides of vehicle and heater to be hot water type. Electric rear window defroster. Shall include factory installed power windows. BRAKES: Anti-lock brake system required. Power front and rear disc brakes required if available. All brake components shall be of proper size for this type of vehicle with maximum payload. Emergency brake to be spring loaded locking, preferably on drivers left side. WHEELS & TIRES: Five (5) 18 Steel or Alloy wheels. Five (5) tires, P265/65 R18 or City approved equal. Wheels and tires shall be of a load range sufficient to meet or exceed specified minimum GVW. Full size spare tire shall be mounted and secured on a production type carrier under the bed. Tire clearance shall be adequate for normal operation of vehicle when loaded to rated capacity. Page 16 of 67

17 ELECTRICAL AND LIGHTING: California State mandated lighting. To be supplied with 12v, 120-watt and USB accessory ports. Minimum 850 cold cranking amps, maintenance free battery. Minimum 150 amp alternator. Vehicle shall be equipped with 4-ea Amber Sound-Off Undercover LED (ELUC2S010A) Strobe Lights installed in the front headlight bezels and rear taillight bezels, all controls and power supplies required, shall be installed in cab and fully functional. All lighting must be in conformance with the California Motor Vehicle Code. Alternator shall provide above the minimum power capacity necessary for all electrical needs. WINDSHIELD WIPERS: Dual electric intermittent variable speed with windshield washer. BUMPERS: Front Chrome Standard. Rear Chrome heavy duty step type, recessed wrap around. EXTERIOR: Chrome grille. Two (2) power adjustable mirrors. Line-X spray in bedliner. Towing Package w/2 receiver. 6-pin (Cole Herse 1235) trailer electrical connectors shall be installed. 4-pin (Standard TCP44F) round trailer electrical connectors shall be installed. AIR CONDITIONING: Vehicles shall include factory installed air conditioning. POWER STEERING: Vehicle shall be equipped with power steering. RADIO: Factory issued radio system. FIRE EXTINGUISHER: A 3 lb., multi-purpose, rechargeable, metal fire extinguisher shall be mounted on the driver side floor board under rear seat. PAINT: Vehicles shall be standard "Fleet White". Page 17 of 67

18 GLOBAL POSITIONING SYSTEM (GPS): Must have the ability to have GPS installed. OPTIONS: 1) Rear vision camera 2) Backup sensors 3) Integrated voice activated communications with radio Page 18 of 67

19 Item No. 5 Specification Number: Ton Service Truck, Extended Cab, W/Utility Bed (two engine options) CHASSIS: Wheel base to be approximately 186 inches. Approximately 84 inches cab to axle. Approximately inches cab to end. Vehicle shall have a minimum rated G.V.W.R. 19,000 lbs. Vanair Underdeck PTO driven 125 CFM air compressor and 8kW 120v/65 Amp generator combination unit. Front and rear stabilizer sway bars. Front tow hooks. AXLES & SPRINGS: Manufacturer s total rated capacity for front and rear axles shall meet or exceed the specified minimum G.V.W.R. GAWR Front 7,000 lbs. minimum. GAWR Rear 14,000 lbs. minimum. ENGINE OPTION 1 - GAS: 6.8L V10 gasoline engine w/ minimum 360 4,750 RPM and 450 Ft/lbs. of torque at 3,250 RPM. Equipped with Dry Pack air cleaner filter and standard air filter element. Full flow replaceable oil filter. Must meet or exceed all existing Federal and State emission rules and regulations. Heavy-duty increased cooling capacity radiator for automatic transmission and air conditioning. This vehicle must comply with the S.C.A.Q.M.D. s Rules as a Low emission gasoline vehicle. FUEL TANK ENGINE OPTION 1 - GAS: Fuel tank shall have the capacity of 40 gasoline gallons. Write As Specified or describe any exceptions to these specifications in the space provided. Failure to complete this column may result in a nonresponsive bid. Page 19 of 67

20 ENGINE OPTION 2 - GREEN: Compressed natural gas (CNG), hybrid, or other Green engine or power supply offered by the manufacturer w/minimum of 360 4,750 RPM and 450 Ft/lbs. of torque at 3,250 RPM. Equipped with Dry Pack air cleaner filter and standard air filter element. Full flow replaceable oil filter. Must meet or exceed all existing Federal and State rules and regulations. Heavy-duty increased cooling capacity radiator for automatic transmission and air conditioning. This vehicle must comply with S.C.A.Q.M.D. Rules. FUEL TANK ENGINE OPTION 2 - GREEN: CNG fuel tank shall have the capacity of 40 gasoline gallons equivalent. TRANSMISSION: 5-speed automatic transmission. Heavy duty transmission oil cooler. Power take-off drive shall be installed. CAB: Extended cab with four (4) doors. 40/20/40 bench seat with manual adjusters. Arm rests both sides of vehicle. Seat belts Three (3) front and Three (3) rear. Dual sun visors. Factory tinted glass windows in extended cab. Dome light. Inside rear view mirror. Tilt-wheel adjustable steering column. Glove compartment. To be supplied with factory installed 12V/120-watt and USB accessory ports for work order management system tablet display. Heater and defroster. Power door locks and windows. Instrumentation shall include voltmeter, fuel, engine temperature, oil pressure, RPM, and speedometer gauges with PTO indicator light on dash panel. Two (2) outside telescopic electric powered rear view mirrors, wide load type, with integral arms and convex mirrors. Mirrors shall be installed on the right and left outside of cab. Single keyed master locking system. UTILITY BED/SERVICE BODY: Approximately 133 inch Utility bed with keyed-alike Page 20 of 67

21 individually twist-lock latches. All doors shall have weather seals with opening limit straps/stops on each door. Hinged self-latching 12 tall steel tailgate with aluminum protective treadplate trim. Locking 98 long by 4 deep flip-top compartment on each side of bed opening from the outside of bed with strut supported stainless steel split top. 15 Aluminum dividers (front to back) and divider tracks for 6 spacing. Four (4) braided 1 ¼ wire-cable step with 12 wide single flat rung step at 15 below bed and reinforce mounted at each side of bed before and after rear wheel. Self-retracting hose reel with swivel pivot arm mount and 75 feet of ¾ diameter air hose, plumbed with ¾ diameter steel air supply line from underdeck compressor and mounted in driver s side cabinet behind wheel well. Four (4) recessed D-ring type tie downs mounted in bed floor at front corners and at center of bed at each side 10 long by 50 unobstructed bed floor. Two (2) load bar track and 3 x 12 ratcheting tie-down systems with one mounted at 12 above bed floor and second set mounted at 20 above bed floor. Steel headboard from bed deck to bottom of rear cab window and see-through reinforced expanded metal extending continuing up to two (2) inches below factory brake light above rear window. LED compartment rope lights installed in all cabinets and individually controlled by on/off switches in each cabinet. Utility bed shall have one (1) 60 tall by 24 wide by 22 deep cabinet driver s side behind cab with Four (4) multi-position adjustable shelves with single door hinging forward. Utility bed shall have one (1) 60 tall by 24 wide by 22 deep louver vented cabinet passenger s side behind cab with two (2) bottle gas retainers, and one (1) 8 steel hook mounted 12 below ceiling inside cabinet, and single louver vented door hinging forward. Utility bed shall have two (2) 40 tall by 31 wide by 22 deep cabinets, one on each side of bed in front of tire well, each with steel construction 7 drawer unit consisting of three (3) 6 tall drawers on bottom, four (4) 4 tall drawers on top, and three (3) aluminum dividers (front to back) for each drawer. Each drawer Page 21 of 67

22 shall have latching hardware, handles, and full opening heavy-duty ball bearing slides. All drawers shall be approximately 30 wide by approximately 20 deep. Cabinet doors shall hinge rear to open. Utility bed shall have two (2) 52 wide by 22 deep cabinets, one on each side of the bed above the wheel well, each with one (1) multi-position adjustable height 4 deep shelf-tray with 6 aluminum dividers (front to back) for adjustable spacing with door hinging down to open. Utility bed shall have two (2) 40 tall by 24 wide by 22 deep cabinets, one on each side of bed behind tire well, each side with door hinging forward and passenger side with two (2) multi-position adjustable height shelves and grab handle reinforced mounted at approximately 60 height to outside of bin facing rear. BRAKES: Anti-lock brake system required. Disc front, drum type or disc on rear with power assist, of proper size for this type of vehicle with maximum payload. Emergency brake to be spring loaded with locking feature. WHEELS & TIRES: Load range sufficient to meet or exceed specified maximum G.V.W.R. or City approved equal. Single front and dual rear 70r19.5g tires and 19.5x6.0 steel or alloy wheels. Full size spare tire shall be mounted and secured on a production type carrier. Page 22 of 67

23 ELECTRICAL AND LIGHTING: California State mandated lighting with flush mounted LED stop, turn, license plate and running lights. Minimum 750 cold cranking amps, maintenance free battery. Minimum 175 amp alternator. Roof mounted Whelen Light Bar Liberty Series SX8 (amber) with optional built in LED traffic advisor, all controls and power supplies required, shall be installed. Light bar traffic advisor shall be fully functional. All lighting must be in conformance with the California Motor Vehicle Code. Alternator shall provide above the minimum power capacity necessary for all electrical power needs. Breaker, outlet panel, and wiring for PTO-driven generator shall be installed with weather-shielded ground fault interrupter electrical outlet mounted to driver s side rear of bed. TRAILER HITCH: A military type Pintle hitch with two inch ball to be mounted to rear frame cross member, where practical. Cross members shall be properly reinforced for towing minimum of 15,000 lbs. Fish plate rear cross member to frame for additional strength. Hitch height to be approximately 22 to 24 inches above ground. A 6-pin (Cole Herse #1235) trailer electrical socket connector shall be installed. A 4-pin (Standard # TCP44F) trailer electrical socket connector shall be installed. WINDSHIELD WIPERS: Dual electric variable intermittent speed with windshield washer. BUMPERS & TRIM: Front: Chrome bumper and grill. Rear: Standard, painted. Tail-shelf workbench bumper with thru-compartment with locking doors. Mechanics vise bracket mounted atop of tail-shelf workbench bumper on passenger corner. One (1) braided 1 ¼ wire-cable step with 12 wide single flat rung step at 15 below bed and mounted on passenger side of rear bumper. AIR CONDITIONING: Vehicles shall include factory installed air conditioning. Page 23 of 67

24 POWER STEERING: Vehicle shall be equipped with power steering. RADIO: Factory issued radio system. FIRE EXTINGUISHER: A 3 lb., multi-purpose, rechargeable, metal fire extinguisher shall be mounted on the driver side floor board under rear seat. BACK-UP ALARM: Preco BAL 124 or City approved equal shall be installed. ACCESSORIES: Heavy duty rubber mud flaps shall be installed at rear of rear axle. PAINT: Vehicles shall be standard "Fleet White". GLOBAL POSITIONING SYSTEM (GPS): Must have the ability to have GPS installed. OPTIONS: 1) Integrated voice activated communications with radio Page 24 of 67

25 Item No. 6 Specification Number: L Transit Connect XL Van, or Acceptable Alternate Compressed Natural Gas (CNG) powered CHASSIS: Wheelbase to be a minimum standard of 113 inches. G.V.W.R. of no less than 4,500 Lbs. Payload capacity of no less than 1,500 lbs. Front & rear springs and shocks shall meet or exceed ratings for the specified maximum G.V.W.R. BODY & INTERIOR: CNG leak detection device installed inside vehicle. Separate driver & passenger seats. Seat belts for driver and passenger seats. Sliding door on each side without windows. Rear hinged opening cargo doors (2), with windows. Dual sun visors. Dome light. Inside rear view mirror. Two (2) outside rear view mirrors. Full instrumentation to include gas gauge, amp meter, temperature gauge. Oil gauge. To be supplied with 12V, 120-watt accessory port. Heater and defroster. AM/FM radio with speakers. Factory installed air conditioning. ENGINE: Dedicated CNG fuel engine with manufacturer s factory warranty. All California and Federal emission requirements concerning CNG vehicles to apply. Heavy-duty cooling system (largest available for proposed vehicle make and model). ELECTRICAL: Heavy-duty battery. All lighting shall be in compliance with California State Vehicle Codes. Turn signals to be self-canceling with 4-way emergency flasher. Variable speed windshield wipers. STEERING: Vehicle shall be equipped with power steering. TRANSMISSION: Write As Specified or describe any exceptions to these specifications in the space provided. Failure to complete this column may result in a nonresponsive bid. Page 25 of 67

26 Minimum of 4 -speed automatic with overdrive. TIRES & WHEELS: To be supplied with full size spare tire and rim (mounted). Load range sufficient to meet or exceed specified maximum G.V.W.R. to include CNG tanks. Full size spare tire shall be mounted and secured on a production type carrier. BRAKES: Anti-lock brake system required. Front: disc brakes. Rear: disc or drum type with power assist. Brakes to be of proper size for this type of vehicle with maximum payload. Emergency brake to be spring loaded with locking feature. BUMPER: Front: Standard, painted. Rear: Standard, painted. FUEL TANK(S): CNG fuel tank(s) shall have a minimum of 15 gasoline gallon equivalence, with gauges installed on the high and low pressure sides of the regulator. CNG tank(s) to be mounted inside the cargo area, covered and reinforced to support the payload capacity rating of the vehicle. PAINT: Vehicles shall be standard "Fleet White". TOOLS: Standard, to include lug wrench with hub cap remover and jack. BACK-UP ALARM: OSHA approved and automatically sounded with the selection of reverse gear. LIGHTING: California State mandated lighting. Rear roof mounted beacon light, controllable from the driver s seat. All lighting must be in conformance with the California Motor Vehicle Code. Strobe lights in front and rear of the vehicle, controllable from the driver s seat. Page 26 of 67

27 Item No. 7 Specification Number: /2-Ton Service Truck, Extended Cab, W/Utility Bed and Crane (two engine options) CHASSIS: Wheel base to be approximately 186 inches. Approximately 84 inches cab to axle. Approximately inches cab to end. Vehicle shall have a minimum rated G.V.W.R. of 12,660 lbs not to exceed 17,950 lbs. Vanair Underdeck compressor and generator. Front and rear stabilizer bars. Front tow hooks. Outriggers shall be installed to increase stability and reduce the load on the truck springs while lifting. AXLES & SPRINGS: Manufacturer s total rated capacity for front and rear axles shall meet or exceed the specified minimum GVW. GVW front not less than 6,000 lbs; rear not less than 14,706 lbs. ENGINE OPTION 1 - GAS: 6.8 liter 3-valve V10 gasoline engine. To be equipped with Dry Pack air cleaner filter and standard air filter element. Full flow replaceable air filter. Must meet or exceed all existing Federal and State emission rules and regulations. Heavy-duty increased cooling capacity radiator for automatic transmission and air conditioning. This vehicle must comply with the S.C.A.Q.M.D. s Rules as a Low emission gasoline vehicle. FUEL TANK ENGINE OPTION 1 - GAS: Fuel tank shall have the capacity of 35 to 40 gasoline gallons. Write As Specified or describe any exceptions to these specifications in the space provided. Failure to complete this column may result in a nonresponsive bid. Page 27 of 67

28 ENGINE OPTION 2 - GREEN: Compressed natural gas (CNG), hybrid, or other Green engine or power supply offered by the manufacturer. Full flow replaceable oil filter. CNG tanks are stacked behind the cab. Must meet or exceed all existing Federal and State rules and regulations. Cooling system to be the largest capacity available. Alternative fuel capacity must be the minimum of the same gasoline gallon equivalent. This vehicle must comply with S.C.A.Q.M.D. Rules. FUEL TANK ENGINE OPTION 2 - GREEN: CNG fuel tank shall have the capacity of 35 to 40 gasoline gallons equivalent. TRANSMISSION: 6-speed automatic transmission. Heavy duty transmission oil cooler. Power take-off gear shall be installed. CAB: Extended Cab with four (4) doors. High-back bucket seats with fixed height and manual adjusters. Arm rests both sides of vehicle. Seat belts. Dual sun visors. Factory tinted glass windows. Dome light. Inside rear view mirror. Glove compartment. Power windows and door locks. Front and rear all-weather floor mats. To be supplied with 12V, 120-watt and USB accessory ports. Heater and defroster. Two (2) outside telescopic electric powered rear view mirrors, wide load type, with integral arms and convex mirrors. Mirrors shall be installed on the right and left outside of cab. Master locking system. Three sets of ignition and door keys and two (2) keylessentry remotes shall be provided. Page 28 of 67

29 UTILITY BED/SERVICE BODY: Approximately 133 inch Utility bed with keyed-alike individually twist-lock latches. Passenger side shall not have a flip top tool bin to accommodate for boom. All doors shall have weather seals with opening limit straps/stops on each door. Hinged self-latching 12 tall steel tailgate with aluminum protective treadplate trim. Locking 98 long by 4 deep flip-top compartment on driver s side only opening from the outside of bed with strut supported stainless steel split top. 15 Aluminum dividers (front to back) and divider tracks for 6 spacing. Four (4) braided 1 ¼ wire-cable step with 12 wide single flat rung step at 15 below bed and reinforce mounted at each side of bed before and after rear wheel. Self-retracting hose reel with swivel pivot arm mount and 75 feet of ¾ diameter air hose, plumbed with ¾ diameter steel air supply line from underdeck compressor and mounted in driver s side cabinet behind wheel well. Four (4) recessed D-ring type tie downs mounted in bed floor at front corners and at center of bed at each side. 10 long by 50 unobstructed bed floor. Two (2) load bar track and 3 x 12 ratcheting tie-down systems with one mounted at 12 above bed floor and second set mounted at 20 above bed floor. Steel headboard from bed deck to bottom of rear cab window and see-through reinforced expanded metal extending continuing up to two (2) inches below factory brake light above rear window. LED compartment rope lights installed in all cabinets and individually controlled by on/off switches in each cabinet Utility bed shall have one (1) 60 tall by 24 wide by 22 deep cabinet driver s side behind cab with Four (4) multiposition adjustable shelves with single door hinging forward. Utility bed shall have one (1) 60 tall by 24 wide by 22 deep louver vented cabinet passenger s side behind cab with two (2) bottle gas retainers, and one (1) 8 steel hook mounted 12 below ceiling inside cabinet, and single louver vented door hinging forward. Utility bed shall have two (2) 40 tall by 31 wide by 22 deep cabinets, one on each side of bed in front of tire well, each with steel construction 7 drawer unit consisting of three (3) 6 tall drawers on bottom, four (4) 4 tall drawers on top, and three (3) aluminum dividers (front to Page 29 of 67

30 back) for each drawer. Each drawer shall have latching hardware, handles, and full opening heavy-duty ball bearing slides. All drawers shall be approximately 30 wide by approximately 20 deep. Cabinet doors shall hinge rear. Utility bed shall have two (2) 52 wide by 22 deep cabinets, one on each side of the bed above the wheel well, each with one (1) multi-position adjustable height 4 deep shelf-tray with 6 aluminum dividers (front to back) for adjustable spacing with door hinging down to open. Utility bed shall have two (2) 40 tall by 24 wide by 22 deep cabinets, one on each side of bed behind tire well, each side with door hinging forward and passenger side with two (2) multi-position adjustable height shelves and grab handle reinforced mounted at approximately 60 height to outside of bin facing rear. BRAKES: Anti-lock brake system required. Disc front, drum type or disc on rear with power assist, of proper size for this type of vehicle with maximum payload. Emergency brake to be spring loaded with locking feature. WHEELS & TIRES: Load range sufficient to meet or exceed specified maximum G.V.W.R. or City approved equal. Single front and dual rear 70r19.5g tires and 19.5x6.0 steel or alloy wheels. Full size spare tire shall be mounted and secured on a production type carrier. ELECTRICAL: California State mandated lighting. Minimum 750 cold cranking amp, maintenance free battery. Minimum 100 amp alternator. Roof mounted Whelen Light Bar Liberty Series SX8 (amber) with optional built in LED traffic advisor, all controls and power supplies required, shall be installed Light bar traffic advisor shall be fully functional. All lighting must be in conformance with the California Motor Vehicle Code. Alternator shall provide above the minimum power capacity necessary for all electrical power needs. Page 30 of 67

31 TRAILER HITCH: A military type Pintle hitch with two inch ball to be mounted to rear frame cross member, where practical. Cross members shall be properly reinforced for towing. Fish plate rear cross member to frame for additional strength. Hitch height to be approximately 22 to 24 inches above ground. A six (6) prong Cole Herse number 1235 shall be installed A four (4) prong Standard number TCP44F trailer plug shall be installed. WINDSHIELD WIPERS: Dual electric variable intermittent speed with windshield washer. BUMPERS: Front: Chrome bumper and grill. Rear: Standard, painted. Tailshelf Workbench Bumper with Thru-Compartment. AIR CONDITIONING: Vehicles shall include factory installed air conditioning. POWER STEERING: Vehicle shall be equipped with power steering. RADIO: Factory issued radio system. FIRE EXTINGUISHER: A 5 lb., multi-purpose, rechargeable, metal fire extinguisher shall be mounted on the driver side, mounted on the floor board next to the seat. BACK-UP ALARM: Preco BAL 124 or City approved equal shall be installed. ACCESSORIES: Heavy duty rubber mud flaps shall be installed at rear of rear axle. PAINT: Vehicles shall be standard "Fleet White". GLOBAL POSITIONING SYSTEM (GPS): Must have the ability to have GPS installed. Page 31 of 67

32 CRANE: Telescopic Service Crane with 10,000 ft-lbs basic capacity. Overall dimensions 110 x 20.7 x 24. Fleet White. Compliance with ANSI B30.5 standards and OSHA regulations concerning crawler locomotives and truck cranes (OSHA Title 29, Part ). Electro-hydraulic system consisting of an electric motor driving hydraulic pump which provides fluid power to boom lift/lower, first section boom extension/retraction and rotation. 12V DC Electric Motor. Set full by-pass relief at 2,200 psi. Output: 1.0 GPM minimum at 1,750 psi at 150 amps max. Boom-Lift hydraulically actuated, lift angle from negative three (3) degrees to seventy-five degrees with double acting and counterbalance valve. Pressure switch type sensing (Audible sensors not acceptable). Hydraulically actuated by means of extension cylinder from seven (7) to eleven (11) feet and manually actuated from eleven (11) to fifteen (15) feet. Actuator must have industrial grade box with worm brake. 38:1 worm gear reduction with 7:84:1 spur gear reduction. Rated at 1,600 lbs. last layer capacity. Line speed of 30 ft./min. (single line) with no load. Swivel block with heavy-duty type hook with latch and provision for double string up. 360 degree continuous rotation and turntable slew bearings. FM Radio Remote Control or City approved equivalent. Manufacturer shall provide a two-year limited warranty. 360 degree continuous rotation and turntable slew bearings. FM Radio Remote Control or City approved equivalent. Manufacturer shall provide a two-year limited warranty. Page 32 of 67

33 Item No. 8 Specification Number: ½ Ton, Light Duty Pickup Truck With Extended Cab (two engine options) CHASSIS: Wheel base shall not be more than inches. Max payload of 1500/1360 lbs. Conventional type pickup bed unobstructed by any equipment. Overall length shall not be more than inches. Overall width shall not be more than 74.6 inches w/o mirrors. Overall height shall not be more than 70.3 inches. Overall bed length shall not be more than 73.5 inches. AXLES & SPRINGS: Manufacturer's total rated capacity for front and rear axles shall meet or exceed the specified minimum G.V.W.R. G.V.W.R. - front not less than 3,900 lbs.; rear not less than 4,140 lbs. Springs may be either independent torsion bar or coil. Leaf type on rear. ENGINE OPTION 1 GAS: Gasoline 4.0 Liter DOHC 24-Valve with VVT-i; 159 rpm, 3800 rpm. Full flow replaceable oil filter. Must meet or exceed all existing Federal and State rules and regulations. Cooling system to be the largest capacity available. This vehicle must comply with the S.C.A.Q.M.D. s Rules as a Low emission gasoline vehicle. ENGINE OPTION 2 GREEN: Compressed natural gas (CNG), hybrid, or other Green engine or power supply offered by the manufacturer. All California and Federal emission requirements concerning CNG vehicles to apply. Full flow replaceable oil filter. Must meet or exceed all existing Federal and State rules and regulations. Cooling system to be the largest capacity available. Alternative fuel capacity must be the minimum of the same gasoline gallon equivalent. This vehicle must comply with S.C.A.Q.M.D Rules. Write As Specified or describe any exceptions to these specifications in the space provided. Failure to complete this column may result in a nonresponsive bid. Page 33 of 67

34 TRANSMISSION: Four (4), speed, electronically controlled automatic transmission with intelligence (EDT-i) and lock in Park. CAB: Extended Cab. Fabric-trimmed seats and front bucket seats; 4-way adjustable driver s seat; 4-way adjustable fold-flat front passenger seat (center armrest with storage console). Armrest both sides of vehicle. Two (2) seat belts in front. Two (2) seat belts in rear. Dual interior sun visors. Inside rear view mirror. Tilt wheel adjustable steering column. Glove compartment. Full instrumentation to include gas gauge, amp or volt meter, temperature gauge and oil gauge. Shall include factory installed power door locks and windows. To be supplied with 12V, 12-watt and USB accessory ports. Front and rear all weather floor mats. Dome light. Factory tinted rear windows in extended cab. Heater and defroster. BRAKES: Anti-lock brake system required. Power front and rear disc brakes required if available. All brake components shall be of proper size for this type of vehicle with maximum payload. Emergency brake to be spring loaded locking, preferably on drivers left side. Rear-Wheel Drive with Automatic Limited-Slip Differential (AUTO LSD). WHEELS & TIRES: Five (5) 16 styled Steel wheels. Five (5) tires, P245/75 R16 or City approved equal. Wheels and tires shall be of a load range sufficient to meet or exceed specified minimum GVW. Full size spare tire shall be mounted and secured on a production type carrier under the bed. Tire clearance shall be adequate for normal operation of vehicle when loaded to rated capacity. Page 34 of 67

35 ELECTRICAL AND LIGHTING: California State mandated lighting. To be supplied with 12v, 120-watt and USB accessory ports. Minimum 750 cold cranking amps, maintenance free battery. Minimum 175 amp alternator. Vehicle shall be equipped with 4-ea Amber Sound-Off Undercover LED (ELUC2S010A) Strobe Lights installed in the front headlight bezels and rear taillight bezels, all controls and power supplies required, shall be installed in cab and fully functional. Roof mounted Whelen Edge Ultra Freedom FW8 light bar (amber) with optional built in LED traffic advisor, all controls and power supplies required, shall be installed. All lighting must be in conformance with the California Motor Vehicle Code. Alternator shall provide above the minimum power capacity necessary for all electrical needs WINDSHIELD WIPERS: Dual electric intermittent variable speed with windshield washer. BUMPERS: Front Chrome bumper and grill with two bumper guards. Rear Heavy duty step type, recessed wrap around, painted. EXTERIOR: Two (2) power adjustable mirrors. Line-X spray in bedliner. AIR CONDITIONING: Vehicles shall include factory installed air conditioning. POWER STEERING: Vehicle shall be equipped with power steering. RADIO: Factory issued radio system. FIRE EXTINGUISHER: A 3 lb., multi-purpose, rechargeable, metal fire extinguisher shall be mounted on the driver side floor board under rear seat. PAINT: Vehicles shall be standard "Fleet White". GLOBAL POSITIONING SYSTEM (GPS): Must have the ability to have GPS installed. Page 35 of 67

36 OPTIONS: 1) Rear vision camera 2) Backup sensors 3) Integrated voice activated communications with radio Page 36 of 67

37 Item No. 9 Specification Number: Regular Cab, 5-Yard, Heavy Duty, Dump Truck (two engine options) CHASSIS: Wheel base shall be approximately 182 inches. Vehicle shall have a minimum rated G.V.W.R. of 30,000 lbs. Standard 5 yard dump bed; double-wall construction not less than 12 feet long. 108 inches cab to axle. Pressed 860,000 RBM minimum steel channel main frame rails Rear hinge mounted mud flaps. AXLES & SPRINGS: Front: 10,000 lbs. (minimum) production capacity with equivalent springs and shock absorbers for rating. Rear: 21,000 lbs. (minimum) Single reduction axle ratio of 6.43 to 1 differential, synthetic lubricant with shocks absorbers for rating. Vehicle to be equipped with heavy duty shocks both front and rear. ENGINE OPTION 1 - GAS: Minimum of 6.8 liter gasoline V-10 with not less than 362 4,750 RPM, and 457 Net 3,250 RPM. To be equipped with standard dry type air filter and full flow spin on oil filter. Must meet or exceed all existing Federal and State rules and regulations. Cooling system to be the largest capacity available. Fuel tank shall be maximum standard production LH under cab, but not less than 42 gallon capacity. This vehicle must comply with the S.C.A.Q.M.D. s Rules as a Low emission gasoline vehicle. ENGINE OPTION 2 - GREEN: Compressed natural gas (CNG), hybrid, or other Green engine or power supply offered by the manufacturer To be equipped with standard dry type air cleaner filter Full flow replaceable oil filter Must meet or exceed all existing Federal and State rules and regulations. Cooling system to be the largest capacity available. Alternative fuel capacity must be minimum 42 gasoline gallon equivalent. This vehicle must comply with S.C.A.Q.M.D Rules. Write As Specified or describe any exceptions to these specifications in the space provided. Failure to complete this column may result in a nonresponsive bid. Page 37 of 67

38 TRANSMISSION: Six (6)-speed automatic overdrive, with power take off (PTO) provision, and column shift. CAB: Regular cab. Fully adjustable 40/20/40 HD vinyl split bench seat with fold-down armrest with cup holders, with integrated head restraint. Vinyl floor covering. Armrest both sides of vehicle. Three (3) seat belts minimum. Two (2) interior sun visors. Driver and passenger air bags. Tilt wheel adjustable steering column. Glove compartment. Instrumentation shall include voltmeter gauge, fuel gauge, engine temperature gauge, oil pressure gauge, oil temperature gauge, rpm gauge, speedometer gauge, and PTO indicator light. Overhead gauge pod front and center for switches and/or gauges. Two (2) outside factory installed power-adjustable rear view mirrors, wide load type, with integrated blind spot mirrors, shall be supplied one each side of vehicle. Power door locks and windows. To be supplied with factory installed 12V/120-watt and USB accessory ports for work order management system tablet display. Dome light. Power adjustable tinted door glass/windows. Tinted rear window of full view type. Windshield wipers with two (2) speed intermittent (minimum) with washer. Heater and defroster. BRAKES: Full power four-wheel vented disc anti-locking brakes. Emergency brake to be spring loaded with locking feature. Page 38 of 67

39 WHEELS & TIRES: Two (2) front tires, 11R22.5, 16-ply tubeless traction type, all position steel belted radial Four (4) rear tires, 11R22.5, 16-ply tubeless traction type, all position steel belted radial. Two (2) front wheels 22.5 x 8.25, 10-hole pilot, tubeless, white powder coated steel or allow wheels Four (4) rear wheels 22.5 x 8.25, 10-hole pilot, tubeless, white powder coated steel or allow wheels Wheels and tires shall be of a load range sufficient to meet or exceed specified minimum GVW. Tire clearance shall be adequate for normal operation of vehicle when loaded to rated capacity. ELECTRICAL AND LIGHTING: California State mandated lighting. 12 volt system, 177 AMP (Minimum) alternator. Minimum 900 cold cranking amps (Minimum), 72 AH maintenance free battery. 4-wire (minimum) body builder protective loom wiring to end of frame for accessories. Day time running lights, fender mounted turn signals, and body tail lights shall be LED. Electric brake controller, wired into trailer plug. Remote-mounted jump-start stud. Vehicle shall be equipped with one Amber Whelen Public Utility Mini Super-LED Light Bar mounted on dump body cab shield shall and be fully functional with controls wired to overhead gauge pod switches. All lighting must be in conformance with the California Motor Vehicle Code. Alternator shall provide above the minimum power capacity necessary for all electrical needs. BUMPERS: Front - Chrome with two tow hooks and chrome grille. AIR CONDITIONING: Vehicles shall include factory installed air conditioning. POWER STEERING: Vehicle shall be equipped with power steering. RADIO: Factory installed radio system. Page 39 of 67

40 DUMP BED BODY: Rectangular body. AR450 3/16 steel floor. 10 gage hi-tensile steel double sidewall braced 12 long by 30 side height. 8 AR400 steel spreader apron. 8 I beam longitudinal supports. Right and left side cheater board pockets with mounted 2 x 10 boards. Hoist well 3/16 AR450 steel. Direct mounted PTO driven commercial pump rated at minimum engine RPM with 1800 PSI operating pressure. HOIST TYPE LIFT CAPACITY: Three (3), stage front mount telescopic cylinder. 24 ton capacity (minimum). Electric actuation controls in cab. CAB SHIELD : 10 gage hi-tensile steel. TAILGATE: High lift hydraulic operated with a minimum 52 high opening. 3/16 AR450 steel material. Double acting 4 x 24 Cylinders. Cylinders inside rear posts with inspection access doors. Electric actuation controls in cab. Rear center trench hatch 18 wide by 12 high (minimum) with handle. TARP: Asphalt rated load cover pull trap mounted on cab shield. BODY PROP: To support fully loaded body and painted safety yellow. HYDRAULIC TANK: 30 gallon frame mounted hydraulic tank. Tank shall be equipped with a 20 micron filter (return) with site glass and vented cap. Trailer & Hitch: A military type Pintle hitch with two inch ball to be mounted to rear frame cross member, where practical. Cross members shall be properly reinforced for towing. Fish plate rear cross member to frame for additional strength. Hitch height to be approximately 22 to 24 inches above ground. Rated for 7,000 lbs. (minimum) capacity. Page 40 of 67

41 Trailer Connections: 6-pin (Cole Herse 1235) electrical socket connector shall be installed. 4-pin (Standard TCP44F) round trailer electrical socket connector shall be installed. Dump Bed Lighting: L.E.D. Stop, Tail, and Turn lights. License plate light and back up lights. Marker lights. Six-way Peterson Smart Strobe System title 13 compliant locations: two in front grill, four in rear corner posts facing rear and to the sides. Strobe lighting controls to be mounted in cab on overhead gauge pod. FIRE EXTINGUISHER AND SAFETY ITEMS: A 5 lb., multi-purpose, rechargeable, metal fire extinguisher shall be mounted in the cab. The truck is to include one (1) DOT approved road triangle kit. BACK-UP ALARM: A 97 DB back-up alarm or City approved equivalent. PAINT: Vehicles shall be standard "Fleet White". GLOBAL POSITIONING SYSTEM (GPS): Must have the ability to have GPS installed. OPTIONS: 1) Integrated voice activated communications with radio Page 41 of 67

42 Item No. 10 Specification Number: Ton Service Truck, Extended Cab, w/utility Bed and Crane (two engine options) CHASSIS: Wheel base to be approximately 186 inches. Approximately 84 inches cab to axle. Approximately inches cab to end. Vehicle shall have a minimum rated G.V.W.R. 19,000 lbs. Vanair Underdeck PTO driven 125 CFM air compressor and 8kW 120v/65 Amp generator combination unit. Front and rear stabilizer sway bars. Front tow hooks. AXLES & SPRINGS: Manufacturer s total rated capacity for front and rear axles shall meet or exceed the specified minimum G.V.W.R. GAWR Front 7,000 lbs. minimum. GAWR Rear 14,000 lbs. minimum. ENGINE OPTION 1 - GAS: 6.8L V10 gasoline engine w/ minimum 360 4,750 RPM and 450 Ft/lbs. of torque at 3,250 RPM. Equipped with Dry Pack air cleaner filter and standard air filter element. Full flow replaceable oil filter. Must meet or exceed all existing Federal and State emission rules and regulations. Heavy-duty increased cooling capacity radiator for automatic transmission and air conditioning. This vehicle must comply with the S.C.A.Q.M.D. s Rules as a Low emission gasoline vehicle. FUEL TANK ENGINE OPTION 1 - GAS: Fuel tank shall have the capacity of 40 gasoline gallons. Write As Specified or describe any exceptions to these specifications in the space provided. Failure to complete this column may result in a nonresponsive bid. Page 42 of 67

43 ENGINE OPTION 2 - GREEN: Compressed natural gas (CNG), hybrid, or other Green engine or power supply offered by the manufacturer w/minimum of 360 4,750 RPM and 450 Ft/lbs. of torque at 3,250 RPM. Equipped with Dry Pack air cleaner filter and standard air filter element. Full flow replaceable oil filter. Must meet or exceed all existing Federal and State rules and regulations. Heavy-duty increased cooling capacity radiator for automatic transmission and air conditioning. This vehicle must comply with S.C.A.Q.M.D. Rules. FUEL TANK ENGINE OPTION 2 - GREEN: CNG fuel tank shall have the capacity of 40 gasoline gallons equivalent. TRANSMISSION: 5-speed automatic transmission. Heavy duty transmission oil cooler. Power take-off drive shall be installed. CAB: Extended cab with four (4) doors. 40/20/40 bench seat with manual adjusters. Arm rests both sides of vehicle. Seat belts Three (3) front and Three (3) rear. Dual sun visors. Factory tinted glass windows in extended cab. Dome light. Inside rear view mirror. Tilt-wheel adjustable steering column. Glove compartment. To be supplied with factory installed 12V/120-watt and USB accessory ports for work order management system tablet display. Heater and defroster. Power door locks and windows. Instrumentation shall include voltmeter, fuel, engine temperature, oil pressure, RPM, and speedometer gauges with PTO indicator light on dash panel. Two (2) outside telescopic electric powered rear view mirrors, wide load type, with integral arms and convex mirrors. Mirrors shall be installed on the right and left outside of cab. Single keyed master locking system. Page 43 of 67

44 UTILITY BED/SERVICE BODY: Approximately 133 inch Utility bed with keyed-alike individually twist-lock latches. Passenger side shall not have a flip top tool bin to allow for boom. All doors shall have weather seals with opening limit straps/stops on each door. Hinged self-latching 12 tall steel tailgate with aluminum protective treadplate trim. Locking 98 long by 4 deep flip-top compartment on each side of bed opening from the outside of bed with strut supported stainless steel split top. 15 Aluminum dividers (front to back) and divider tracks for 6 spacing. Four (4) braided 1 ¼ wire-cable step with 12 wide single flat rung step at 15 below bed and reinforce mounted at each side of bed before and after rear wheel. Self-retracting hose reel with swivel pivot arm mount and 75 feet of ¾ diameter air hose, plumbed with ¾ diameter steel air supply line from underdeck compressor and mounted in driver s side cabinet behind wheel well. Four (4) recessed D-ring type tie downs mounted in bed floor at front corners and at center of bed at each side. 10 long by 50 unobstructed bed floor. Two (2) load bar track and 3 x 12 ratcheting tie-down systems with one mounted at 12 above bed floor and second set mounted at 20 above bed floor. Steel headboard from bed deck to bottom of rear cab window and see-through reinforced expanded metal extending continuing up to two (2) inches below factory brake light above rear window. LED compartment rope lights installed in all cabinets and individually controlled by on/off switches in each cabinet. Utility bed shall have one (1) 60 tall by 24 wide by 22 deep cabinet driver s side behind cab with Four (4) multiposition adjustable shelves with single door hinging forward. Utility bed shall have one (1) 60 tall by 24 wide by 22 deep louver vented cabinet passenger s side behind cab with two (2) bottle gas retainers, and one (1) 8 steel hook mounted 12 below ceiling inside cabinet, and single louver vented door hinging forward. Utility bed shall have two (2) 40 tall by 31 wide by 22 deep cabinets, one on each side of bed in front of tire well, each with steel construction 7 drawer unit consisting of three (3) 6 tall drawers on bottom, four (4) 4 tall drawers on top, and three (3) aluminum dividers (front to Page 44 of 67

45 back) for each drawer. Each drawer shall have latching hardware, handles, and full opening heavy-duty ball bearing slides. All drawers shall be approximately 30 wide by approximately 20 deep. Cabinet doors shall hinge rear to open. Utility bed shall have two (2) 52 wide by 22 deep cabinets, one on each side of the bed above the wheel well, each with one (1) multi-position adjustable height 4 deep shelf-tray with 6 aluminum dividers (front to back) for adjustable spacing with door hinging down to open. Utility bed shall have two (2) 40 tall by 24 wide by 22 deep cabinets, one on each side of bed behind tire well, each side with door hinging forward and passenger side with two (2) multi-position adjustable height shelves and grab handle reinforced mounted at approximately 60 height to outside of bin facing rear. BRAKES: Anti-lock brake system required. Disc front, drum type or disc on rear with power assist, of proper size for this type of vehicle with maximum payload. Emergency brake to be spring loaded with locking feature. WHEELS & TIRES: Load range sufficient to meet or exceed specified maximum G.V.W.R. or City approved equal. Single front and dual rear 70r19.5g tires and 19.5x6.0 steel or alloy wheels. Full size spare tire shall be mounted and secured on a production type carrier. ELECTRICAL AND LIGHTING: California State mandated lighting with Flush mounted LED stop, turn, license plate and running lights. Minimum 750 cold cranking amps, maintenance free battery. Minimum 175 amp alternator. Roof mounted Whelen Light Bar Liberty Series SX8 (amber) with optional built in LED traffic advisor, all controls and power supplies required, shall be installed. Light bar traffic advisor shall be fully functional. All lighting must be in conformance with the California Motor Vehicle Code. Alternator shall provide above the minimum power capacity necessary for all electrical power needs. Breaker, outlet panel, and wiring for PTO-driven generator shall be installed with weather-shielded ground fault interrupter electrical outlet mounted to driver s side rear of bed. Page 45 of 67

46 TRAILER HITCH: A military type Pintle hitch with two inch ball to be mounted to rear frame cross member, where practical. Cross members shall be properly reinforced for towing minimum of 15,000 lbs. Fish plate rear cross member to frame for additional strength. Hitch height to be approximately 22 to 24 inches above ground A 6-pin (Cole Herse #1235) trailer electrical socket connector shall be installed. A 4-pin (Standard # TCP44F) trailer electrical socket connector shall be installed. WINDSHIELD WIPERS: Dual electric variable intermittent speed with windshield washer. BUMPERS & TRIM: Front: Chrome bumper and grill. Rear: Standard, painted. Tail-shelf workbench bumper with thru-compartment with locking doors. Mechanics vise bracket mounted atop of tail-shelf workbench bumper on passenger corner. One (1) braided 1 ¼ wire-cable step with 12 wide single flat rung step at 15 below bed and mounted on passenger side of rear bumper. AIR CONDITIONING: Vehicles shall include factory installed air conditioning. POWER STEERING: Vehicle shall be equipped with power steering. RADIO: Factory issued radio system. FIRE EXTINGUISHER: A 3 lb., multi-purpose, rechargeable, metal fire extinguisher shall be mounted on the driver side floor board under rear seat. BACK-UP ALARM: Preco BAL 124 or City approved equal shall be installed. ACCESSORIES: Heavy duty rubber mud flaps shall be installed at rear of rear axle. PAINT: Vehicles shall be standard "Fleet White". Page 46 of 67

47 GLOBAL POSITIONING SYSTEM (GPS): Must have the ability to have GPS installed. CRANE: Telescopic Service Crane with 10,000 ft-lbs basic capacity. Overall dimensions 110 x 20.7 x 24. Fleet White. Compliance with ANSI B30.5 standards and OSHA regulations concerning crawler locomotives and truck cranes (OSHA Title 29, Part ). Electro-hydraulic system consisting of an electric motor driving hydraulic pump which provides fluid power to boom lift/lower, first section boom extension/retraction and rotation. 12V DC Electric Motor. Set full by-pass relief at 2,200 psi. Output: 1.0 GPM minimum at 1,750 psi at 150 amps max. Boom-Lift hydraulically actuated, lift angle from negative three (3) degrees to seventy-five degrees with double acting and counterbalance valve. Pressure-switch type sensing (Audible sensors not acceptable). Hydraulically actuated by means of extension cylinder from seven (7) to eleven (11) feet and manually actuated from eleven (11) to fifteen (15) feet. Actuator must have industrial grade box with worm brake. 38:1 worm gear reduction with 7:84:1 spur gear reduction. Rated at 1,600 lbs last layer capacity. Line speed of 30 ft./min. (single line) with no load. Swivel block with heavy-duty type hook with latch and provision for double string up. 360 degree continuous rotation and turntable slew bearings. FM Radio Remote Control or City approved equivalent. Manufacturer shall provide a two-year limited warranty. 360 degree continuous rotation and turntable slew bearings. FM Radio Remote Control or City approved equivalent. Manufacturer shall provide a two-year limited warranty. OPTIONS: 1) Integrated voice activated communications with radio Page 47 of 67

48 Item No. 11 Specification Number: ¾ Ton, Service Truck, w/utility Bed (two engine options) CHASSIS: Wheelbase to be approximately inches Cab to axle approximately inches Front bumper to back of cap approximately inches Vehicle shall have a minimum rated G.V.W.R. of 10,400 lbs with heavy-duty springs. AXLES and SPRINGS: Manufacturer's total rated capacity for the front and rear axles and springs shall meet or exceed the specified minimum G.V.W.R. Front not less than 4,400 lbs. Rear not less than 7,050 lbs. Vehicle to be equipped with heavy duty shocks both front and rear. Heavy-duty front stabilizer bar required. ENGINE OPTION 1 - GAS: Six (6) cylinder V8 SFI, or equivalent Gasoline Engine To be equipped with Dry Pack air cleaner filter and cleaner filter Full flow replaceable oil filter. Must meet or exceed all existing Federal and State emission rules and regulations. Cooling system to be the largest capacity possible. This vehicle must comply with the S.C.A.Q.M.D. Rules. FUEL TANK ENGINE OPTION 1 - GAS: Fuel tank shall have the capacity of 25 to 36 gasoline gallons ENGINE OPTION 2 - GREEN: Six (6) cylinder V8 CNG or equivalent engine, dedicated CNG fuel. All California and Federal emission requirements concerning CNG vehicles to apply. To be equipped with dry pack air cleaner Full flow replaceable oil filter. Heavy-duty cooling system (largest available) and engine oil cooler required. FUEL TANK ENGINE OPTION 2 - GREEN: CNG fuel tank shall have the capacity of 25 to 36 gasoline gallons equivalent Write As Specified or describe any exceptions to these specifications in the space provided. Failure to complete this column may result in a nonresponsive bid. Page 48 of 67

49 TRANSMISSION: Six (6) speed electronically controlled automatic transmission with lock-in park selector, steering column mount or equivalent required To be supplied with heavy-duty transmission cooler CAB: Regular cab with two (2) doors Equipped with heavy duty vinyl bench seat 40/20/40 split Air foam rubber seat cushion Arm rests both sides of vehicle Seat belts Dual sun visors Factory tinted glass windows Rear window of full view type Dome light Heater and defroster Tilt-wheel adjustable steering column Inside rear view mirror Front all-weather floor mats Manual Tilt-Wheel steering column Full instrumentation to include gas gauge, amp meter, temperature gauge and oil pressure. To be supplied with 12V, 120-watt and USB accessory ports Heater and defroster Power tow mirrors Single keyed master locking system. Full size regular eight (8) foot bed Cross bed tool-box. To be supplied with factory installed 12V/120-watt and USB accessory ports for work order management system tablet display Shall include factory installed power windows and locks. BRAKES: Anti-lock brake system required. Disc front, drum type or disc on rear with power assist, of proper size for this type of vehicle with maximum payload. Emergency brake to be spring loaded with locking feature. Page 49 of 67

50 WHEELS and TIRES: To be supplied with full size spare tire and rim. 17 Steel wheels Load range sufficient to meet or exceed specified maximum G.V.W.R. LT235/80R17E or City approved equal. Full size spare tire shall be mounted and secured on a production type carrier. UTILITY BED/SERVICE BODY: 8-Foot Utility Service Body with side locking boxes Overall length 97 ¼ Overall width 78 Floor width 49 Side compartment height 37 ¼ Side compartment depth 14 ½ Streetside and curbside compartmentation: - 1V = 31 ¼ L x 37 ¼ H - Horizontal = 44 ¾ L x 14 ½ H - 2V = 21 ¼ L x 37 ¼ H Flip top compartments Stainless Steel T-Handles Master locking system Aluminum diamond plate flip top skin Vise bracket curbside rear Overhead material rack Shovel holder bracket Standard shelving Paint shall be standard "Fleet White". Each drawer shall have latching hardware, handles, and full opening heavy-duty ball bearing slides. All drawers shall be approximately 30 wide by approximately 20 deep. Adjustable shelves Bed tie downs LED compartment rope lights installed in all cabinets and individually controlled by on/off switches in each cabinet All doors shall have weather seals with opening limit straps/stops on each door. Page 50 of 67

51 ELECTRICAL and LIGHTING: California State mandated lighting Minimum 750 cold cranking amp, maintenance free battery. Minimum 175 amp alternator. Roof mounted Whelen Light Bar Liberty Series SX8 (amber) with optional built in LED traffic advisor, all controls and power supplies required, shall be installed Roof mounted Whelen Light Bar Liberty Series SX8 (amber) with optional built in LED traffic advisor, all controls and power supplies required, shall be installed Electric trailer brake controller Class 3 trailer hitch with 7-way light plug All lighting must be in conformance with the California Motor Vehicle Code. Alternator shall provide above the minimum power capacity necessary for all electrical power needs. WINDSHIELD WIPERS: Dual electric variable intermittent speed with windshield washer BUMPERS: Front: Chrome bumper and grill Rear: Standard, painted Rear step down bumper AIR CONDITIONING: Vehicles shall include factory installed air conditioning. POWER STEERING: Vehicle shall be equipped with power steering RADIO: Factory issued radio system. BACK-UP ALARM: Preco BAL 124 or City approved equal shall be installed. FIRE EXTINGUISHER: A 5 lb., multi-purpose, rechargeable, metal fire extinguisher shall be mounted on the driver side, mounted on the floor board next to the seat. PAINT: Vehicles shall be standard "Fleet White". GLOBAL POSITIONING SYSTEM (GPS): Must have the ability to have GPS installed. Page 51 of 67

52 OPTIONS 1) ELECTRIC GENERATOR: 12 VDC input, 1600 watts, 120 volts ac output 14.5 amps. Converts DC battery power to AC power. Electrical GFI outlet mounted on the rear of the Utility Service Body. 2) Rear vision camera Page 52 of 67

53 5. CONTRACT TERM The Contract will terminate upon final payment to the Contractor. The Contract will not be extended. 6. CONTRACT EXTENSION Does not apply. 7. CONTRACT TERMINATION Termination for Convenience: Either the City or the Contractor may terminate this contract at any time without cause by giving thirty (30) calendar days written notice to the other of such termination and specifying the effective date thereof. If this contract is terminated as provided herein, Contractor shall be paid only the total amount equal to the goods and/or services Contractor has provided as of the termination date. In no event shall the amount payable upon termination exceed the total maximum compensation provided for in this contract or the value of goods and/or services provided as of date of termination. Termination for Cause: If for any reason, Contractor fails to fulfill in a timely and proper manner its obligation under this contract, or if Contractor violates any of the covenants or stipulations of this contract, City shall then have the right to terminate this agreement by giving a five (5) calendar day written notice to Contractor. The notice shall refer to this clause, shall specify the nature of the alleged default, and shall specify the effective date of the termination. The Contractor will be paid a total amount equal to the goods and/or services Contractor has provided as of the termination date. In no event shall the amount payable upon termination exceed the total maximum compensation provided for in this contract. 8. REQUIRED FORMS Forms included in the Required Forms section of this bid must be completed and signed by a company principal or officer. All completed forms must be returned with the Bid response. Bids submitted without the Required Forms may be deemed as non-responsive and may be rejected. In order to maintain uniformity, bid responses must be organized and submitted using the following format: Company Summary Sheet Bid Sheet References Form Acknowledgment and Signature of Authorization Minority Business Questionnaire Statement of Non-Collusion by Contractor Agreement for Indemnification and Acknowledgment of Procurement Practices 9. SELECTION CRITERIA The following selection criteria will be used when evaluating bid responses and selecting the successful bidder. Page 53 of 67

54 General Provision Contract award shall be at the sole discretion of the City. It is the intent to make an award to one bidder for all items, although the City reserves the right to make multiple awards depending on the needs and best interests of the City. The City may accept or reject any or all bids in whole or in parts and may waive informalities in the process. The contents of the Bid response submitted by the selected Bidder will become the basis for a contractual obligation when the award is made. General Goods and Services Award will be made to the lowest, responsive, and responsible bidder. The City may make an award without further discussion of the bids submitted; therefore, the bid response must be submitted on the most favorable terms that the Bidder can offer. 10. RESERVATION OF RIGHTS The City reserves the right to: Reject any and all bids at its discretion; Cancel the entire bid; Waive any minor errors or informalities in any bid to the extent permitted by law. 11. TERMS AND CONDITIONS a) Addendum to the Bid If it becomes necessary to revise any part the Bid, an addendum will be posted on the City s website. If an answer materially affects the Bid, the information will be incorporated into an addendum and will be posted to the City s website for download. All addenda issued during the time of bidding will be incorporated into the resulting contract. Bidders will not receive any additional contact from the City regarding addenda. Prior to the bid due date and time, it shall be the bidder s sole responsibility to check the City s website on a regular basis to determine if any addenda have been posted. b) Applicable Laws The laws of the State of California will govern the Contract. The applicable law for any legal dispute arising out of the Contract shall be the law of the State of California. The Bidder shall comply with all federal, state, county and local laws concerning this type of goods and/or services. All systems provided by the Bidder shall comply with all applicable federal, state, and local building, fire, safety, and electrical codes and all relevant industry standards. c) Appropriation of Funds If the term of this agreement extends into fiscal years subsequent to that in which it was approved, such continuation of the Contract is subject to the appropriation of funds for such purpose by the City of Pomona City Council. If funds to effect such continued payment are not appropriated, the Bidder agrees to terminate any goods or service provided to the City under this Contract. d) Assignment The Bidder shall, under no circumstances, assign any contract issued as a result of this bid by any means whatsoever, or any part thereof to another party without express written permission of the City of Pomona. Page 54 of 67

55 e) Award of Contract A contract may be awarded as a result of this bid and may require approval by the City of Pomona City Council as prescribed by City Ordinances and Codes. All awarded contracts must be issued a City of Pomona Purchase Order prior to delivering goods or performing services. If the awarded Contractor imposes additional terms or conditions after the award of a contract, the award may be rescinded and the Contract will be canceled. It shall be the Bidder s sole responsibility to check the City s website on a regular basis for award notices. Award notices are posted to the City s website after Council approval. Bidders will not receive any additional contact from the City regarding bid award. f) Bidder's Cost to Develop a Response Costs for developing a response to this solicitation are entirely the obligation of the Bidder and shall not be chargeable in any manner to the City of Pomona. g) Conflict of Interest Except for items that are clearly promotional in nature, mass produced, trivial in value and not intended to invoke any form of reciprocation, employees of the City of Pomona may not accept gratuities, entertainment, meals of anything of value whatsoever from current or potential suppliers. The offer of such gratuity to an employee of the City shall be cause for declaring such supplier to be an irresponsible bidder and will be prevented from bidding as provided in Sections and of the City Code of the City of Pomona. h) Default Of Contractor - The City of Pomona shall hold the Contractor responsible for any damage, which may be sustained because of the failure or neglect of the Contractor to comply with any term or condition, listed herein. i) Equal Employment Opportunity The Bidder shall comply with all applicable state and federal laws addressing Equal Employment Opportunity. j) General Services Award will be made to the lowest, responsive, and responsible bidder. The City may make an award without further discussion of the bids submitted; therefore, the bid should be submitted with the most favorable terms that the Bidder can offer. k) Independent Contractor Status It is expressly understood that the Bidder named in any contract entered into by the City is acting as an independent contractor and not as an agent or employee of the City of Pomona. l) Late Submission of Bid Any bids received after the due date and time specified in this bid will not be accepted. The City will not return late submittals. Late submittals will be destroyed by the City 30 days after bid opening. m) News Releases The Bidder shall not make news releases pertaining to an award resulting from bids made in response to the bid without the prior written approval of the City of Pomona Finance Director. In addition, the successful Bidder must agree not to release any advertising copy mentioning the City of Pomona or quoting the opinion of any City employee without written approval by the City of Pomona Finance Director. Page 55 of 67

56 n) Permits and Licenses The Bidder shall secure or maintain in force during the period covered by any contract resulting from this bid all licenses and permits required by law for the operation of their business including a Pomona Business License when required. o) Public Information After the date specified for the opening of the bid, all materials received relative to general service bids become public information and are available for inspection. Professional service bids become public upon award of contract. The City reserves the right to retain all bids submitted, whether or not the bid was selected or judged to be responsive. p) Rejection of Bids This bid does not commit the City of Pomona to award a contract. The City reserves the right, at its sole discretion, to reject any or all bids without penalty, to waive irregularities in any bid response or in the bid procedures, and to be the final judge in determining a responsive and responsible bid. The City reserves the right, at its sole discretion, to reject any or all bids that include items not specified, incorrect specifications and/or scope of services, incomplete schedule of required items, additional terms and conditions, and bids that are not responsive to the published specifications and/or scope of services. Bids received by telephone, or facsimile will be considered non-responsive and will be rejected. Bids offering less than 90 days for acceptance from the published closing date may be considered non-responsive and may be rejected. q) Signatures Bid responses must be signed in longhand by the Bidder with his/her usual signature in the designated areas within the bid documents. Submission of bids must be signed by any and all representatives legally authorized to contractually bind the Corporation. r) Unauthorized Use of City Seal or Logo Section 2-5(3)a of the Pomona City Code prohibits the use of the City s Seal or Logo, or any reproduction thereof, for any purpose other than for official business of the city, its council, officers or departments. s) Withdrawal of Bids Bid responses received by the Purchasing Division may be withdrawn. An authorized representative of the Bidder must submit a signed, written request to the Purchasing Manager, formally requesting their bid to be withdrawn from the bid process. 12. DEFINITIONS In accordance with Section of the Pomona City Code, the following words, terms and phrases have the meanings ascribed to as follows: Lowest responsible bidder. In addition to price, the "lowest responsible bidder" will be determined by consideration of the following factors: (1) The quality, availability and suitability of the supplies, equipment or services to the particular use required. (2) The ability, capacity and skill of the bidder to perform the service required. Page 56 of 67

57 (3) Whether the bidder has the financial resources and facilities to perform or provide the service promptly, or within the time specified, without delay or interference. (4) The character, integrity, reputation, judgment, experience and efficiency of the bidder. (5) The bidder's record of performance or previous contracts or services, including compliance by the bidder with laws and ordinances relating to such contracts or services. (6) The ability of the bidder to provide future maintenance and service for the use of the equipment or materials to be purchased. (7) The scope of conditions attached to the bid by the bidder. Nonresponsive bidder means an offer, submitted by a bidder, to furnish supplies, equipment or services that are not in conformity with the specifications, delivery terms or conditions or other requirements specified in the invitation for bids. Nonresponsible bidder is a bidder that provides a bid but fails to demonstrate their capacity (financial or otherwise) to provide the supplies, equipment or service as specified in the bid. Responsive bid means a bid, submitted by a responsible bidder, to furnish supplies, equipment or services in conformity with the specifications, delivery terms and conditions and other requirements specified in the invitation for bids. Page 57 of 67

58 THE FOLLOWING FORMS ARE REQUIRED TO BE SUBMITTED WITH BID Page 58 of 67

59 13. BIDDER SUMMARY SHEET Bidder s Name: Bidder s Address: Bidder s Main Telephone Number: Fax Number: Bid Contact (person responsible for answering questions related to the Bid response): Name: Telephone Number: Title: Fax: Management Contact (person responsible for making contract decisions): Name: Telephone Number: Title: Fax: Contract/Account Manager (Person responsible for the day-to-day servicing of the Contract/Account): Name: Telephone Number: Title: Fax: Page 59 of 67

60 14. BID SHEET VARIOUS CITY VEHICLES: SEDANS, TRUCKS, AND UTILITY VEHICLES BID NO Prices shall be inclusive of all costs (labor, equipment, materials, training, travel, overhead, insurance, taxes, employee benefits, ancillary personnel, etc.) expected to be incurred by the Contractor to fulfill the requirements of this Contract. Unit prices will prevail. Item No. 1 Spec. No.: Cargo Van Engine Option QTY Bid Price Gas Option 1 1 Green Option 2 1 Doc Fee Tire Fee Three (3) sets of keys 9% Sales Tax Item No. 2 Spec. No.: Mid-Size Sedan Engine Option QTY Bid Price Gas Option 1 1 Doc Fee Tire Fee Three (3) sets of keys 9% Sales Tax Extended Total Extended Total Lead-Time After Receipt of Order days days Lead-Time After Receipt of Order days Green Option 2 1 Item No. 3 Spec. No.: ¾ Ton, Service Truck, w/utility Engine Option QTY Bid Price Gas Option 1 1 Green Option 2 1 Doc Fee Tire Fee Three (3) sets of keys 9% Sales Tax Extended Total Item No. 4 Spec. No.: One (1), ½ Ton, Light Duty Pickup Truck Engine Option QTY Bid Price Gas Option 1 1 Green Option 2 1 Doc Fee Tire Fee Three (3) sets of keys 9% Sales Tax Extended Total Item No. 5 Spec. No.: Ton Service Truck Extended Cab W/Utility Bed Engine Option QTY Bid Price Gas Option 1 1 Green Option 2 1 Doc Fee Tire Fee Three (3) sets of keys 9% Sales Tax Extended Total days Lead-Time After Receipt of Order days days Lead-Time After Receipt of Order days days Lead-Time After Receipt of Order days days Page 60 of 67

61 Item No. 6 Spec. No.: Engine Option QTY Bid Price Doc Fee Tire Fee 2.5L Transit Connect XL Van, Compressed Natural Gas (CNG) powered Three (3) sets of keys 9% Sales Tax Extended Total Lead-Time After Receipt of Order Green Option 1 Item No. 7 Spec. No.: Engine Option QTY Bid Price Gas Option 1 1 Green Option 2 1 Doc Fee Tire Fee 11/2-Ton Service Truck Extended Cab W/Utility Bed and Crane Three (3) sets of keys 9% Sales Tax Extended Total days Lead-Time After Receipt of Order Item No. 8 Spec. No.: ½ Ton, Light Duty Pickup Truck With Extended Cab Engine Option QTY Bid Price Gas Option 1 1 Green Option 2 1 Doc Fee Tire Fee Three (3) sets of keys 9% Sales Tax Extended Total Item No. 9 Spec. No.: Regular Cab, 5-Yard,Heavy Duty, Dump Truck Engine Option QTY Bid Price Gas Option 1 1 Green Option 2 1 Item No. 10 Spec. No.: Engine Option QTY Bid Price Gas Option 1 1 Green Option 2 1 Doc Fee Doc Fee Tire Fee Three (3) sets of keys 9% Sales Tax Extended Total days days Lead-Time After Receipt of Order days days Lead-Time After Receipt of Order 2-Ton Service Truck, Extended Cab, w/utility Bed and Crane Tire Fee Three (3) sets of keys 9% Sales Tax Extended Total Item No. 11 Spec. No.: Service Truck, w/utility Bed Engine Option QTY Bid Price Gas Option 1 1 Green Option 2 1 Doc Fee Tire Fee Three (3) sets of keys 9% Sales Tax Extended Total days days Lead-Time After Receipt of Order days days Lead-Time After Receipt of Order days days Page 61 of 67

62 ACCESSORY OPTIONS: A. Electric Generator: $ B. Rear View Camera: $ C. Backup Sensors: $ D. Integrated Voice Activated Communications: $ Page 62 of 67

63 15. REFERENCES Provide three (3), past or current, government references that are comparable to the size of the City of Pomona. Goods or services provided must be like or similar to the specifications or scope of services published herein. References must be for goods or services provided within the past five (5) years. 1. Company Name Address City State Zip Telephone Number of years goods or services were provided or are currently provided: 2. Company Name Address City State Zip Contact Name and Title: Telephone Number of years goods or services were provided or are currently provided: 3. Company Name Address City State Zip Contact Name and Title: Telephone Number of years goods or services were provided or are currently provided: Page 63 of 67

64 16. ACKNOWLEDGEMENT AND SIGNATURE OF AUTHORIZATION I, have read and understand the (Full Printed Name) (Title) the Bid Document, and I am duly authorized to commit my company to sell goods or perform services specified herein. I understand by signing this bid I am not obligating the City to make this procurement, nor am I signing a contract to sell goods or perform services. By signing this document I agree to comply with all specifications, scope of services, requirements, terms and conditions described herein, unless specifically noted. This bid is firm for 90 days from the due date identified in the Schedule of Events of this Bid. Authorized Representative: Signature Date Page 64 of 67

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

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

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

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

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

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

More information

INVITATION TO BID 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

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

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

CITY OF ALHAMBRA NOTICE INVITING BIDS NO. N2M16-144

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

More information

REQUEST FOR QUOTATIONS

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

More information

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

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

More information

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

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

More information

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

INVITATION TO BID ONE (1) 10-FOOT DUMPBODY DUMP TRUCK WITH DIESEL / CNG OPTIONS P. O. B o x 1 5 4 0 T h o m a s v i l l e, G A 3 1 7 9 9 2 2 9-227- 7 0 0 0 F A X 2 2 9-227- 3 2 4 3 w w w. t h o m a s v i l l e. o r g INVITATION TO BID ONE (1) 10-FOOT DUMPBODY DUMP TRUCK WITH DIESEL

More information

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

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

More information

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

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

More information

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

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

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

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

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

More information

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

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

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

More information

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

SPECIFICATIONS FOR TRUCK EQUIPPED WITH AERIAL LIFT AND SERVICE BODY Pennsylvania Department of Military and Veteran Affairs

SPECIFICATIONS FOR TRUCK EQUIPPED WITH AERIAL LIFT AND SERVICE BODY Pennsylvania Department of Military and Veteran Affairs Page 1 of 5 SPECIFICATIONS FOR TRUCK EQUIPPED WITH AERIAL LIFT AND SERVICE BODY Pennsylvania Department of Military and Veteran Affairs Insulated Telescopic Articulating type aerial lift with the following

More information

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

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

More information

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

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

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

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

More information

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

Line Body Canopy and Accessories:

Line Body Canopy and Accessories: ATTACHMENT A Heavy Crew Truck Line Body and Accessories Installation. TMWA provided cab & chassis specifications are provided on last page The Cab & Chassis will be a Freightliner (All Other Items Referenced

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

NOTICE OF BID. The City of Pigeon Forge is receiving bids on three trucks for the Public Works Department.

NOTICE OF BID. The City of Pigeon Forge is receiving bids on three trucks for the Public Works Department. NOTICE OF BID The City of Pigeon Forge is receiving bids on three trucks for the Public Works Department. Specifications may be obtained from the Public Works Department in City Hall between the hours

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

PURCHASING SPECIFICATION

PURCHASING SPECIFICATION PURCHASING SPECIFICATION Two Each 3/4 TON REGULAR CAB PICKUP TRUCKS COMPRESSED NATURAL GAS (CNG) SPECIFICATION # 1213.30 Page No: 1 of 9 Spec. No: 1213.30 Effective Date: Approved by: Dec 3, 2012 Al Salcido

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

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

INVITATION TO BID. Should you need clarification on any item, please contact Berley Mears, Public Works Director at

INVITATION 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 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

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

REQUEST 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 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 information

Department of Finance Purchasing Department INVITATION TO BID

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

More information

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

City of Lewiston Finance Department Allen Ward, Purchasing Agent

City 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 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 3/4 TON EXTENDED CAB PICKUP TRUCK - 4X2 (Specification #61) Base Unit Price ALT - Auto Nation Chevrolet

More information

BID SPECIFICATIONS PURCHASE 4-WHEEL DRIVE PICKUP TRUCK WITH PLOW

BID 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 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

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

NOTICE OF BID. The City of Pigeon Forge is receiving bids on four trucks for the Public Works Department.

NOTICE OF BID. The City of Pigeon Forge is receiving bids on four trucks for the Public Works Department. NOTICE OF BID The City of Pigeon Forge is receiving bids on four trucks for the Public Works Department. Specifications may be obtained from the Public Works Department in City Hall between the hours of

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

SKAGIT COUNTY MOUNT VERNON, WASHINGTON. Purchase of New Equipment ONE (1) NEW LATEST MECHANICS SERVICE TRUCK

SKAGIT COUNTY MOUNT VERNON, WASHINGTON. Purchase of New Equipment ONE (1) NEW LATEST MECHANICS SERVICE TRUCK SKAGIT COUNTY MOUNT VERNON, WASHINGTON Purchase of New Equipment Skagit County is an Equal Opportunity Employer SEALED BIDS will be received and publicly opened in the Commissioners' Hearing Room, Skagit

More information

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

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

More information

One (1) Current Model Year Cab/Chassis with Chipper Body and Articulating Crane Mounted Bid No Notice to Bidders

One (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 information

2017 Chevrolet Truck 4500 LCF Gas STANDARD EQUIPMENT

2017 Chevrolet Truck 4500 LCF Gas STANDARD EQUIPMENT 2017 Chevrolet Truck 4500 LCF Gas STANDARD EQUIPMENT S = Standard Equipment A = Available -- (dashes) = Not Available D = ADI Available = Included in Equipment Group = Included in Equipment Group but upgradeable

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

PARISH OF JEFFERSON CONTRACT #

PARISH OF JEFFERSON CONTRACT # PAGE 1 6 EA 071.80.00000 0003-2018 POLICE INTERCEPTOR SUV (4-DOOR) 24311.0000 145866.00 GVW: 4900 LBS. ENGINE: V6 POLICE HIGH PERFORMANCE PURSUIT TYPE RADIATOR: HEAVY DUTY ALTERNATOR: 95 AMP TRANSMISSION:

More information

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

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

More information

ADDENDUM 3 - APPENDIX A - TECHNICAL SPECIFICATIONS ONE (1) 3 TON 4X2 CARGO REEL CAB/CHASSIS

ADDENDUM 3 - APPENDIX A - TECHNICAL SPECIFICATIONS ONE (1) 3 TON 4X2 CARGO REEL CAB/CHASSIS 1. SCOPE It is the intent of the JEA to purchase ONE (1) 3T 4X2 CARGO REEL REGULAR CAB/CHASSIS (Chassis Only). Truck Chassis must be tested and delivered to JEA Fleet Facility (5717 New Kings Road Jacksonville,

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

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

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

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

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

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

2017 Single Axle 5 CU.YD. Dump Truck Specifications. Minimum Specifications 33,000 lb

2017 Single Axle 5 CU.YD. Dump Truck Specifications. Minimum Specifications 33,000 lb 2017 Single Axle 5 CU.YD. Dump Truck Specifications Item GVW Wheelbase Cab to Axle Minimum Specifications 33,000 lb 158 inches 84 inches Tires 11R x 22.5, Tubeless, 14 ply, All weather mud and snow tread

More information

MONTGOMERY COUNTY PUBLIC WORKS DEPARTMENT P. O. BOX 663 INDEPENDENCE, KANSAS PH FAX

MONTGOMERY COUNTY PUBLIC WORKS DEPARTMENT P. O. BOX 663 INDEPENDENCE, KANSAS PH FAX MONTGOMERY COUNTY PUBLIC WORKS DEPARTMENT P. O. BOX 663 PH. 620-330-1170 - FAX 620-330-1177 MEMO To: From: Dump Truck Bidders Jim Wright Asst. Public Works Coordinator Date: February 23 rd 2016 Subject:

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

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

Appendix A - Group 8 SPECIFICATION, JEA CLASS 122+: ONE TON SRW 4X4 8 UTILITY BODY Extended Cab Unit UPDATED August 10, 2018

Appendix A - Group 8 SPECIFICATION, JEA CLASS 122+: ONE TON SRW 4X4 8 UTILITY BODY Extended Cab Unit UPDATED August 10, 2018 1. SCOPE It is the intent of the JEA to purchase EIGHT (8) ONE Ton FORD F-350 Extended Cab SRW 4X4 with BRAND FX 56LS 8 COMPOSITE UTILITY BODYs with Various Configurations, Up-Fits and Options. All units

More information

PARISH OF JEFFERSON CONTRACT #

PARISH OF JEFFERSON CONTRACT # PAGE 1 2 071.80.00000 0001 - AUTOMOBILES (2017) SEDAN HYBRID 4 DOOR SEDAN 23581.0000 47162.00 2 SETS OF PARTS MANUALS AND 2 SETS OF WIRING MANUALS IF MFG. STILL PROVIDES CD S WILL BE ACCEPTED. **QUOTED

More information

IC-400-3A. Tech Spec. Industrial Crane. 25-Ton Max. Capacity (22,700 kg) Manufacturing Corp. Rated Capacity Limiter... Standard

IC-400-3A. Tech Spec. Industrial Crane. 25-Ton Max. Capacity (22,700 kg) Manufacturing Corp. Rated Capacity Limiter... Standard Tech Spec IC-400-3A Industrial Crane 25-Ton Max. Capacity (22,700 kg) Rated Capacity Limiter... Standard Capacity on Outriggers... 50,000 lbs (22,700 kg) Pick and Carry Capacity... up to 24,400 lbs (11,000

More information

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

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

More information

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

Mantis Rerailer General Specifications

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

More information

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

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

More information

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

FLAT BED STAKE BODY TRUCK

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

More information

Warranty - Standard Equipment & Specs

Warranty - Standard Equipment & Specs Warranty - Standard Equipment & Specs Warranty Basic Powertrain Corrosion Perforation Distance Unlimited miles Months 36 months Roadside Assistance Diesel Engine Distance 250000 miles Months 60 months

More information

APPENDIX A GROUP 2 SPECIFICATION, JEA CLASS 116: HALF TON 4X2 SWB (6 6 Bed) PICKUP TRUCK Standard Cab Units UPDATED JUNE 12, 2018

APPENDIX A GROUP 2 SPECIFICATION, JEA CLASS 116: HALF TON 4X2 SWB (6 6 Bed) PICKUP TRUCK Standard Cab Units UPDATED JUNE 12, 2018 1. SCOPE It is the intent of the JEA to purchase FIFTEEN (15) HALF-TON 4X2 Standard Cab SWB (6 6 Bed / ALL UNITS) Pickup Trucks with Various Configurations, Up-Fits and Options. [15 Standard Cab]. All

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

SPECIFICATIONS FOR ONE CARB CERTIFIED CNG POWERED 13,000 GVWR CAB & CHASSIS SERVICE TRUCK WITH UTILITY BODY GENERAL CONDITIONS

SPECIFICATIONS FOR ONE CARB CERTIFIED CNG POWERED 13,000 GVWR CAB & CHASSIS SERVICE TRUCK WITH UTILITY BODY GENERAL CONDITIONS SPECIFICATIONS FOR ONE CARB CERTIFIED CNG POWERED 13,000 GVWR CAB & CHASSIS SERVICE TRUCK WITH UTILITY BODY GENERAL CONDITIONS The intent of this specification is to describe one minimum 13,000 lb GVWR

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

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

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

More information

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

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

More information

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

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

Purchasing Department Finance Group INVITATION TO BID

Purchasing Department Finance Group INVITATION TO BID Purchasing Department Finance Group July 27, 2010 INVITATION TO BID The City of Norwalk is soliciting bids for a 2011 Ford F-550 4x2. Your firm has expressed interest in providing these services. Below

More information

1. SCOPE 2. MODEL: 3.1 Base Curb Weight: not to exceed 7800 lbs. PAGE 1 OF 6

1. SCOPE 2. MODEL: 3.1 Base Curb Weight: not to exceed 7800 lbs. PAGE 1 OF 6 1. SCOPE It is the intent of the JEA to purchase FOUR (4) 3/4 Ton LWB Pickup / Utility Trucks with various up-fits and options (two (2) Fleet Side Pickup Bodies and two (2) Utility Bodies). All units must

More information

NELSON COUNTY FISCAL COURT

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

More information

2018 CHEVY EXPRESS 4500 CUTAWAY MODEL: CG ' AVENUE C CAP COST: $62,15.05 SIDE VIEW REAR VIEW TOP VIEW

2018 CHEVY EXPRESS 4500 CUTAWAY MODEL: CG ' AVENUE C CAP COST: $62,15.05 SIDE VIEW REAR VIEW TOP VIEW 1016-16' AVENUE C 2018 CHEVY EXPRESS 4500 CUTAWAY MODEL: CG33903 CAP COST: $62,15.05 NOTE: All Images are strictly for reference purposes only. Items installed may appear physiclly different on your specific

More information

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

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

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

More information

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

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

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

More information

RAC EXPORT TRADING Germany Tel

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

More information

CITY OF CORALVILLE th Street, Coralville, IA

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

More information

APPENDIX A TECHNICAL SPECIFICATIONS Purchase of all New 2018 Model Year, Nineteen (19) Half Ton Standard Cab 4x2 Pickup Trucks

APPENDIX A TECHNICAL SPECIFICATIONS Purchase of all New 2018 Model Year, Nineteen (19) Half Ton Standard Cab 4x2 Pickup Trucks 1. SCOPE The purpose of this Invitation to Negotiate (the "ITN") is to solicit pricing and select a vendor for the purchase of nineteen (19) half ton standard cab 4x2 pickup trucks, all new 2018 model

More information

Type 3 Fire Engine Model 346

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

More information

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

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

More information

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

UN-Priced Offers Due: Wednesday, April 25, 2018 at 10:00 a.m. Reverse Auction/Bid: Wednesday, May 9, 2018 starting at 11:00 a.m.

UN-Priced Offers Due: Wednesday, April 25, 2018 at 10:00 a.m. Reverse Auction/Bid: Wednesday, May 9, 2018 starting at 11:00 a.m. LAUDERDALE COUNTY BOARD OF SUPERVISERS 410 Constitution Ave, 11 th Floor Meridian, Mississippi 39301 601-482-9746 Main 601-482-9744 Fax BIDDERS INFORMATION PACKET BID NO: 3809 One (1) or more Single Axle

More information

Town of South Windsor, Connecticut. Police Department

Town 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 information