INVITATION TO BID CITY OF JOHNSON CITY, TENNESSEE PURCHASING DEPARTMENT 423/

Size: px
Start display at page:

Download "INVITATION TO BID CITY OF JOHNSON CITY, TENNESSEE PURCHASING DEPARTMENT 423/"

Transcription

1 INVITATION TO BID CITY OF JOHNSON CITY, TENNESSEE PURCHASING DEPARTMENT 423/ Bid Name / Number 15 PASSENGER VAN & TRUCKS / #6183 Due Day / Date / Time Monday / November 6, 2017 / 1:00 PM ET Bid Location / Mail Address Johnson City Purchasing Department, Debbie Dillon-Director, 209 Water Street (37601), P O Box 2150 (37605), Johnson City, TN Bid Contact / Telephone Chris Whitaker (423) ; cwhitaker@johnsoncitytn.org ; or purchasing@johnsoncitytn.org Bid Issue Date September 23, 2017 Delivery Location City Garage, 209 Water Street., Johnson City, TN FOB Destination, freight prepaid and allowed - Johnson City, TN Payment Terms Net 30 Bidder is responsible for completing the remaining portion of this bid document ITEM NO. QUANTITY DESCRIPTION Vehicles as per the attached price sheets and specifications which are an integral part of this bid. Delivery & Past performance of vendor will be taken into consideration in the bid award. Attached price sheet and specification checklists must be completed and returned with bid package, or bid will be declared unresponsive. Vehicle Delivery & Acceptance Procedures attached apply to every vehicle. Bidder s Check List Place a check mark by all areas to signify compliance. Bid signed in ink by authorized company representative Bid prices, extensions and total verified as correct Addenda initialed and returned with bid, if applicable Price sheets & specifications completed and returned By signing this document, the undersigned hereby agrees to the prices and all other terms and conditions, including the attached Sealed Solicitation General Terms & Conditions and the City s Requirements for Bids, Requests for Proposals, and Contracts Between the City of Johnson City and Other Parties and the Requirements of the Iran Divestment Act (Sealed Solicitations General Terms & Conditions #20) contained in this bid and associated documents relating to this bid and will furnish items as specified if this bid is accepted. Iran Divestment Act: By submission of this bid, each bidder and each person signing on behalf of any bidder certifies, and in the case of a joint bid each party thereto certifies as to its own organization, under penalty of perjury, that to the best of its knowledge and belief that each bidder is not on the list created pursuant to T.C.A SUBMITTAL INSTRUCTIONS: Firm Name Place signed bid response in a sealed envelope plainly identified on the outside in the lower left corner with the Bid Name and By PRINTED & SIGNED Number. Vendor responsible for delivery to Address Johnson City Purchasing Dept., Debbie Dillon- Director, P. O. Box 2150 (37605), 209 Water Street (37601) Johnson City, TN on or before the bid opening date and time. Telephone ELECTRONIC RESPONSES ARE ACCEPTABLE VIA: CLICK HERE Fax BID MUST BE SIGNED TO BE VALID

2 ITB# VEHICLES PRICE SHEET 10/2017 ITEM QTY. DESCRIPTION UNIT COST Below vehicles shall be 2017/2018 Models and as per the attached specifications. Any variances must be clearly identified: 1. 1 ea 15 Passenger Low Roof Van Make/Model Proposed: 2. 1 ea Compact 4WD SUV Make/Model Proposed: TOTAL $ $ 3. 2 ea ¾ Ton 4WD Pick up Truck Make/Model Proposed: 4. 6 ea Extended cab 4WD Pick up truck Optional: Spray in bed liner Towing package $ $ $ $ $ $ Make/Model Proposed: 5. 5 ea 4WD Service Truck with Utility Body $ $ Make/Model Proposed: 6. 2 ea Extended cab 4WD pick-up truck Optional: Spray in bed liner Towing package $ $ $ $ Make/Model Proposed: 7. 3 ea Service Truck with Utility Body Make/Model Proposed: 8. 1 ea ¾ Ton Truck Utility Body Make/Model Proposed: 9. 1 ea Utility Truck with Utility Dump Body Make/Model Proposed: ea 4Door 4WD Dump Bed Truck $ $ $ $ $ Make/Model Proposed: COMPLETE AND RETURN WITH BID PACKAGE

3 15 PASSENGER CREW VAN ITB# 6183 ITEM# 1 CITY OF JOHNSON CITY JOHNSON CITY POLICE BID SPECIFICATIONS Bidder must complete and return this form for the bid to be considered responsive. A check mark shall be placed in the areas of specification agreement. Variances must be clearly identified in the bidder s equipment column. Failure to comply with any part of the bid specifications will not remove that bid from consideration but will indicate a variance on which the City alone will determine the importance to the overall performance of the item and suitability for the intended purpose. Equipment bid is to be new, unused and of the Manufacturer s latest model. Any omission from the specifications shall not relieve the bidder from the responsibility of furnishing a van ready for use. These specifications describe a Passenger Van with a minimum GVWR of 8,900 pounds that shall be delivered to the City of Johnson City fully winterized and ready to put into service. Reference model is a Ford Transit XLT passenger wagon or approved equal*. CITY S SPECIFICATIONS 2017 or 2018 Model, 15 Passenger Low roof van, with all standard equipment as required for minimum GVWR of 8,900 pounds. (Please specify make and model) Engine Min. 3.7 liter, Gas Transmission 6 speed, Overdrive automatic Drivetrain: Rear wheel drive BIDDER S EQUIPMENT Make/Model Proposed 148 Wheelbase 3:73 Axle Ratio Front & side airbags Anti-lock brakes COMPANY NAME:

4 ITB# 6183 item #1 CITY SPECIFICATION S Single Rear Wheel LT 235/65R16 Tires with full size spare Front cloth bucket seats Min. 150 AMP Alternator Heavy duty maintenance free battery (Min 700cca) Power package: windows, door locks, exterior mirrors and remote keyless entry 60/40 Passenger side Cargo Door Fixed rear door glass Front Dome and Rear Cargo Lights Courtesy Light Switches on all doors Air Conditioning Factory Installed Running/Step Boards Glass solar (tinted) Painted front and rear bumpers Exterior color White Interior color- Mfgr. s standard to match VENDOR S SPECIFICATION S Front Row All-Weather Floor Mats All manufacturers standard items to be included Delivery each unit shall be delivered complete with a minimum of 5 gallons of gasoline and no dealer advertising logos or decals shall be affixed to these units prior to delivery. Vehicles to undergo pre-delivery inspection by the dealer. COMPANY NAME:

5 ITB# 6183 item #1 CITY SPECIFICATION S Provide four (4) ignition keys Manuals Vehicle shall be delivered with two (2) copies of the standard owner/operator manuals Warranty 3 year, 36,000 miles bumper to bumper to begin on date vehicle is placed in service, not to exceed six (6) months from date of delivery DELIVERY TIME FRAME: specify as this may be a consideration in the award VENDOR S SPECIFICATION S SUBMIT COMPLETED CHECKLISTS WITH RETURN BID PACKAGE COMPANY NAME:

6 COMPACT, 4WD, SUV ITB# 6183 ITEM# 2 CITY OF JOHNSON CITY JOHNSON CITY DEVELOPMENT SERVICES BID SPECIFICATIONS Bidder must complete and return this form for the bid to be considered responsive. A check mark shall be placed in the areas of specification agreement. Variances must be clearly identified and bidder may use a separate sheet if necessary. Failure to comply with any part of the specifications will not remove that bid from consideration but will indicate a variance on which the City alone will determine the importance to the overall performance of the item and suitability for the intended purpose. Any omission from the specifications shall not relieve the bidder from the responsibility of furnishing a compact, 4WD, SUV, ready for use. Current 2017/2018 production model, 4 wheel drive, front wheel drive Compact SUV, new and unused including all standard equipment offered by the Manufacturer. All equipment listed, both standard and optional, shall be factory installed Specify year, make & model: Engine: 210 Horsepower min Transmission: 6 speed automatic min Wheelbase: 106 min to max Power steering Power door locks Power Windows Power exterior mirrors Rear View camera Factory installed AM/FM/MP3 radio USB Charging Port Dome light All season radials Standard cloth seats dark interior color COMPANY NAME:

7 ITB# 6183 ITEM #2 CONTINUED CITY SPECIFICATIONS Spare wheel carrier - under frame Factory installed air conditioner Three (3) Power outlets, 12Volt Power brakes front and rear Intermittent wipers Factory tinted glass on rear windows Factory paint - White All manufacturers standard equipment Manual Tilt/Telescopic steering wheel Three (3) sets of remote keyless entry fobs controls trunk/hatch/door/tailgate Aluminum wheels Cargo Area Protector All-Weather Floor Mats Four (4) Black rubberized floor mats Remote Start Electronic Stability Control with front and rear anti-roll bars Warranty: 3 year, 36,000 mile bumper to bumper to begin on date vehicle is placed in service not to exceed six (6) months from delivery date Powertrain Warranty: At least 60 months/60,000 Miles Delivery unit shall be delivered with ½ tank fuel. In addition no dealer advertising logos or decals Shall be affixed to unit prior to delivery, vehicle To undergo pre-delivery inspection by the dealer Specify delivery date: BIDDER S EQUIPMENT _ COMPANY NAME: COMPLETE AND RETURN WITH BID COVER SHEET

8 ¾ TON 4WD PICKUP TRUCK ITB# 6183 ITEM# 3 CITY OF JOHNSON CITY JOHNSON CITY GOLF COURSE BID SPECIFICATIONS Bidder must complete and return this form for the bid to be considered responsive. A check mark shall be placed in the areas of specification agreement. Variances must be clearly identified and bidder may use a separate sheet if necessary. Failure to comply with any part of the specifications will not remove that bid from consideration but will indicate a variance on which the City alone will determine the importance to the overall performance of the item and suitability for the intended purpose. Any omission from the specifications shall not relieve the bidder from the responsibility of furnishing a Truck ready for use. Current 2017/2018 production model, 3/4 ton rated, heavy duty, 4-wheel drive pick-up truck, new and unused including all standard equipment offered by the Manufacturer. All equipment listed, both standard and optional, shall be factory installed Ford F250 or approved equal*. Specify year, make & model: Engine: Gasoline Minimum 375 HP, 8-cylinder, EFI, gasoline, with minimum 400ft-lbs. torque rating. Transmission: Minimum 6-speed automatic w/overdrive. Alternator: Minimum 150 amp Air Conditioning: Factory installed Battery: 12-volt, 650 CCA, maintenance free Front Axle: Minimum 6000 lb. capacity Rear Axle: Minimum 6200 lb. capacity Springs:Heavy duty front springs, Auxiliary rear overload springs _ Tow Package: Manufacturers trailer tow package with brake _ control, and minimum class 3 hitch. Brakes:Power, ABS required for all 4 wheels. Carrier: Spare wheel under frame Exterior Color: White _ COMPANY NAME:

9 ITB#6183 ITEM #3 Fuel tank: Minimum 28 gallon capacity, single tank Hubs: Front wheel automatic locking. Seat: Heavy duty vinyl bench seat, 40/20/40 _ Mirrors: Exterior, right & left side, minimum of 40 sq. inches _ swing away, factory installed. Shocks: Heavy duty front and rear Skid Plates: Installed for transfer plate and fuel tank May be dealer installed. Steering: Power steering Transfer case: 2 speed Wheels: Five (5), 17 steel Tires: Five (5), LT245/75R17 AT. Please specify Wheelbase: 131 to 138 inches. Please specify Bed: 8 feet, factory applied Tough Bed spray in bed liner Radio: AM/FM push button, factory installed Keys: Provide three (3) Other: All manufacturer s standard items included _ Delivery: Each unit shall be delivered complete with a min. _ of 5 gallons of gasoline and no dealer advertising logos or decals shall be affixed to these units prior to delivery. Vehicles to undergo pre-delivery inspection by the dealer. Manuals: Each unit shall be delivered with two (2) copies of The standard owner/operator manuals. _ Warranty: 3 year, 36,000 miles bumper to bumper to begin _ on date vehicle is placed in service, not to exceed six (6) months from date of delivery COMPANY NAME: COMPLETE AND RETURN CHECKLISTS WITH BID PACKAGE

10 EXT. CAB, 4WD PICKUP TRUCK ITB# 6183 ITEM# 4 CITY OF JOHNSON CITY JOHNSON CITY WATER & SEWER DEPARTMENT BID SPECIFICATIONS Bidder must complete and return this form for the bid to be considered responsive. A check mark shall be placed in the areas of specification agreement. Variances must be clearly identified and bidder may use a separate sheet if necessary. Failure to comply with any part of the specifications will not remove that bid from consideration but will indicate a variance on which the City alone will determine the importance to the overall performance of the item and suitability for the intended purpose. Equipment bid is to be new, unused and of the Manufacturer s latest model. Any omission from the specifications shall not relieve the bidder from the responsibility of furnishing extended cab, 4WD pickup truck ready for use. All specifications in this bid are minimum specifications, unless otherwise noted, and bidders are reminded that equipment should meet or exceed these specifications. Items highlighted by bold letters indicates items for which variances will not be allowed. Make/Model Proposed: Extended cab design Bed length: 6 2 GVWR: 5,400 lbs. minimum Wheelbase: 128 Engine: 3.6 L, 6-cylinder, EFI, gasoline Transmission: 8-speed automatic with overdrive Steering: power with tilt wheel Brakes: power with 4-wheel ABS Battery: Maintenance-free, manufacturer s standard Alternator: Manufacturer s standard Air Bags: driver and passenger with controls Tires: Blackwall radials with manufacturers spare VENDOR NAME:

11 ITB# 6183 item #4 Cab mounted light bar: Federal Signal Legend LPX model LPX61Z-0008 with switch mounted in cab. Lens color to be all amber. All wiring for light shall be run inside the cab. No wiring shall be run on the exterior of the cab. No magnetic mounting of lightbar allowed. Power windows and door locks Fuel Tank: 20 gallons minimum Floor Mats: Front and Back Exterior Mirrors: LH and RH manual Rearview Mirror: Day/Night adjustable Cloth interior seats with standard seating Exterior color: White Factory installed air-conditioning AM/FM factory installed radio Dome Light Cruise Control All windows with factory tinted glass All manufacturer s standard equipment Two (2) sets of parts, shop and operator s manuals each Furnish six (6) sets of keys for each vehicle Delivery each unit shall be delivered complete with a minimum of ¼ tank of fuel and no dealer advertising logos or decals shall be affixed to this unit prior to delivery. Vehicle to undergo pre-delivery inspection by the dealer Specify delivery date Warranty: 3 years, 36,000 miles, bumper to bumper to begin on date vehicle is placed in service, not to VENDOR NAME:

12 ITB# 6183 item #4 exceed six (6) months from delivery date Successful vendor shall be required to provide a detailed list of filters, recommended lubricant viscosities, and any other warranty requirements associated with this unit A back-up alarm installed at the rear of the truck Acceptable Models: Chevrolet Colorado, GMC Canyon, or approved equal* Additional Work To Be Completed The following items may or may not be included in the final award price but the City would like to request pricing on furnishing and installing the following items: Spray-in bed liner over the rails (Please specify brand) Towing Package: To contain manufacturer s towing package to include auxiliary oil, transmission cooler and Class III receiver hitch. May be dealer installed COMPLETE AND RETURN WITH BID PACKAGE VENDOR NAME:

13 4WD SERVICE TRUCK WITH UTILITY BODY EXT. CAB, 4WD PICKUP TRUCK ITB# 6183 ITEM# 5 CITY OF JOHNSON CITY JOHNSON CITY WATER & SEWER DEPARTMENT BID SPECIFICATIONS Bidder must complete and return this form for the bid to be considered responsive. A check mark shall be placed in the areas of specification agreement. Variances must be clearly identified and bidder may use a separate sheet if necessary. Failure to comply with any part of the specifications will not remove that bid from consideration but will indicate a variance on which the City alone will determine the importance to the overall performance of the item and suitability for the intended purpose. Equipment bid is to be new, unused and of the Manufacturer s latest model. Any omission from the specifications shall not relieve the bidder from the responsibility of furnishing a 4WD service truck with utility body ready for use. All specifications in this bid are minimum specifications, unless otherwise noted, and bidders are reminded that equipment should meet or exceed these specifications. Items highlighted by bold letters indicates items for which variances will not be allowed. Truck Chassis: Extended cab design Make/Model Proposed: GVWR: 9,500 lbs. Minimum Wheelbase: 133 Engine: 6 L, V-8, gasoline 300 HP minimum Cab-to-axle: 56 Dual rear wheels Transmission: 6-speed automatic, 4WD Rear Axle: 6,200 lbs. Front Axle: 5,200 lbs. Springs: Front to meet GVWR Springs: Rear to meet GVWR COMPANY NAME:

14 ITB# 6183 item #5 Power steering with tilt wheel Power brakes Heavy duty engine cooling system Transmission cooler Batteries: Dual, Heavy duty with 700 CCA minimum Alternator: 180 amp minimum Single rear wheel with spare tire Anti-lock brake system: 4-wheel (ABS) minimum Air bag system for driver and passenger Tires: Front 225/70R19.5, Load Range F highway Rear 225/70R19.5, Load Range F highway Manual telescoping trailer tow mirrors with turn signals Cab mounted light bar: Federal Signal Legend LPX model LPX61Z-0008 with switch mounted in cab. Lens color to be all amber. All wiring for light shall be run inside the cab. No wiring shall be run on the exterior of the cab Install four (4) upfitter switches to the instrument panel Power windows and door locks All windows factory tinted glass Install two (2) auxiliary power ports to the instrument panel Trailer towing package with a rating of 11,000 to 13,000 lbs. Factory installed brake controller 4.30 Limited-slip axle ratio, DRW Heavy-duty front and rear suspension package Fuel Tank: 40 gallons minimum COMPANY NAME: 2

15 ITB# 6183 item #5 Vinyl bench seats Dual map lights Rearview Mirror: 11.5 day/night Exterior Mirrors: LH and RH manual, swing away type Interior color: Blue Exterior color: White Air-conditioning AM/FM radio All manufacturer s standard equipment Two (2) sets of parts, shop and operator s manuals each Supply six (6) sets of keys. This shall include the keys for the utility body also Service Body Furnish and install a Challenger ST utility dump body as manufactured by Stahl or approved equal. The body shall be constructed of 10 gauge galvannealed steel throughout The body shall have 6 compartments, 3 per side. The front & rear compartment shall be full height and the horizontal compartment shall extend from the front compartment to the rear compartment of the body over the wheel wells on both sides The rear, vertical, curbside compartment, shall be outfitted with a drawer package consisting of six (6) roll out drawers with Dri-Dek drawer lining material The doors shall be constructed of 20 gauge Galvanneal steel per panel, with built-in H section for structural strength COMPANY NAME: 3

16 ITB# 6183 item #5 The compartment depth shall be 18 Each door shall be equipped with a with a rotary action paddle latch with an adjustable stricker plate All doors shall be keyed alike All door openings shall carry full L type automotive seals with door outer edges crimped to close on seal All door hinges shall be full length 5/16 diameter rod riding in nylon bushed zinc castings and riveted to the body with 2,000 lb. huck rivets A 5 structural steel bumper shall be provided and mounted to the frame for rear end protection according to FMVSS The bumper shall be reinforced with a hitch mounting plate of ¼ back plate pre-drilled with 4 position mounting height, dual purpose 7 ton pintle hitch with a 2-5/16 chrome ball The bumper shall also be constructed with safety chain loops and a 7-way electric plug All wiring shall be run in protective loom Furnish and install two (2) oval, flush mounted, strobe head warning lights wired to the rotating caution light switch in the cab. The oval strobe lights shall be mounted, one on each side of the rear end of the compartment box of the utility body. The lens color shall be amber. Star Model 3920 or equal Body shall be equipped with mud flaps Tool Storage Compartment Furnish and install a BacPac tool storage compartment as manufactured by Stahl or approved equal. The tool storage container shall be constructed of galvanneal steel 24 deep, 55 overall height, with 3 horizontal traverse compartments 55 long and attached to the sidewalls in such a manner as to be in line with the center saddle part of the container COMPANY NAME: 4

17 ITB# 6183 item #5 The container shall have 4 doors constructed in the same manner as the service body doors The street side compartment shall have 2 rope hooks at the top of the compartment The curb side compartment shall be 20 deep at the bottom and follow the general cab design tapering toward the top The street side compartment shall be 7 deep at the bottom and taper the same as the curb side BacPac shall have a protective aluminum rock shield installed on each face of the BacPac which is approximately 18 wide by 24 high A back-up alarm shall be installed at the rear of the truck Diamond tread plate shall be installed on the front of the body on each side, just behind the doors to protect the paint on the utility body from road debris The additional equipment shall be painted to match the truck chassis color which is white The body shall be wired with door switches that will Activate LED lighting in each compartment when the door is opened. All wiring to be encased in appropriate size loom using grommets where the wire goes through the sheet metal. All compartment shelves shall be lined with Dri-dek material cut to fit all shelf and floor shapes Furnish and install a 30 LED ProMax or equal light bar on top of the curbside box. The light shall be wired to a switch inside the long compartment on the curbside Power Inverter Acceptable Model: PROwatt SW 2000 or approved equal (specify) Maximum AC power: 2000 W COMPANY NAME: 5

18 ITB# 6183 item #5 Surge power (peak): 3000 W DC input: 12 Vdc (nominal) AC output frequency: 60+/ Hz AC output voltage range: Vac USB output: 5V/500mA Output waveform: True sine wave Optimum efficiency: 90% No load current draw: < 0.8 A Input voltage range: Vdc Temperature range: 32 F 104F AC receptacle: Dual GFCI USB receptacle: Single port (Type A) DC connection: Hardwire Overload shutdown Over temperature shutdown Overvoltage protection Low voltage alarm Low voltage shutdown Recommended DC fuse: 250A Digital display: 1. DC voltage 2. AC output power 3. Error codes Remote unit to have ON/OFF switch (with ignition lockout) Remote unit to be mounted in front compartment on curbside COMPANY NAME: 6

19 ITB# 6183 item #5 Installation to include a heavy-duty, deep cycle battery for use when inverter is in operation mode to preclude the possibility of running down the chassis battery Additional Specifications to be completed The successful vendor shall submit completed body drawings to the owner for approval prior to body being release for fabrication Specify delivery date of completed vehicle Delivery each unit shall be delivered complete with a minimum of ¼ tank of fuel and no dealer advertising logos or decals shall be affixed to this unit prior to delivery. Vehicle to undergo pre-delivery inspection by the dealer Warranty: 3 years, 36,000 miles, bumper to bumper to begin on date vehicle is placed in service, not to exceed six (6) months from delivery date. Successful vendor shall be required to provide a detailed list of filters, recommended lubricant viscosities, and any other warranty requirements associated with this unit COMPLETE AND RETURN WITH BID PACKAGE COMPANY NAME: 7

20 EXTENDED CAB, 4WD PICK-UP TRUCK ITB# 6183 ITEM# 6 CITY OF JOHNSON CITY JOHNSON CITY WATER & SEWER DEPARTMENT BID SPECIFICATIONS Bidder must complete and return this form for the bid to be considered responsive. A check mark shall be placed in the areas of specification agreement. Variances must be clearly identified and bidder may use a separate sheet if necessary. Failure to comply with any part of the specifications will not remove that bid from consideration but will indicate a variance on which the City alone will determine the importance to the overall performance of the item and suitability for the intended purpose. Equipment bid is to be new, unused and of the Manufacturer s latest model. Any omission from the specifications shall not relieve the bidder from the responsibility of furnishing an extended cab, 4WD pick-up truck ready for use. All specifications in this bid are minimum specifications, unless otherwise noted, and bidders are reminded that equipment should meet or exceed these specifications. Items highlighted by bold letters indicates items for which variances will not be allowed. Make/Model Proposed: Extended Cab Design Bed length: 6 6 GVWR: 9,500 lbs. minimum Wheelbase: 144 minimum Engine: 6 L, V-8, gasoline Transmission: 6-speed automatic with overdrive Tires: Blackwall radials with manufacturers spare Brakes: Power with 4-wheel ABS Battery: Maintenance-free, manufacturer s standard Alternator: Manufacturer s standard Steering: power with tilt wheel Fuel Tank Capacity: 36 gallons minimum Floor Mats: Front and Back COMPANY NAME:

21 ITB# 6183 item# 6 Bumper: Rear step type Exterior Mirrors: LH and RH manual Rearview Mirror: Day/Night adjustable Cloth interior seats with standard seating Exterior color: White Air Bags: Driver and passenger Factory installed air-conditioning All windows with factory tinted glass AM/FM factory installed radio Dome light Cruise control Power windows and door locks Cab mounted light bar: Federal Signal Legend LPX model LPX61Z-0008 with switch mounted in cab. Lens color to be all amber. All wiring for light shall be run inside the cab. No wiring shall be run on the exterior of the cab. No magnetic mounting of lightbar allowed. All manufacturers standard equipment Two (2) sets of parts, shop and operator s manuals each Furnish six (6) sets of keys for each vehicle Warranty: 3 year, 36,000 mile bumper to bumper to begin on date vehicle is placed in service not to exceed six (6) months from delivery date. Delivery Each unit shall be delivered complete with a Minimum of ¼ tank of fuel and no dealer advertising logos or decals shall be affixed to these units prior to delivery. Vehicles to undergo pre-delivery inspection by the dealer COMPANY NAME:

22 ITB# 6183 item# 6 Specify delivery date: Successful vendor shall be required to provide a detailed list of filters, recommended lubricant viscosities, and any other warranty requirements associated with this unit A back-up alarm installed at the rear of the truck Acceptable Models: Chevrolet Silverado, GMC Sierra, or approved equal. Additional Work To Be Completed The following items may or may not be included in the final award price but the City would like to request pricing on furnishing and installing the following items: Spray-in bed liner over the rails (Please specify brand) Towing Package: To contain manufacturer s towing package to include auxiliary oil, transmission cooler and Class III receiver hitch. May be dealer installed COMPLETE AND RETURN WITH BID PACKAGE COMPANY NAME:

23 SERVICE TRUCK WITH UTILITY BODY ITB# 6183 ITEM# 7 CITY OF JOHNSON CITY JOHNSON CITY WATER & SEWER DEPARTMENT BID SPECIFICATIONS Bidder must complete and return this form for the bid to be considered responsive. A check mark shall be placed in the areas of specification agreement. Variances must be clearly identified and bidder may use a separate sheet if necessary. Failure to comply with any part of the specifications will not remove that bid from consideration but will indicate a variance on which the City alone will determine the importance to the overall performance of the item and suitability for the intended purpose. Equipment bid is to be new, unused and of the Manufacturer s latest model. Any omission from the specifications shall not relieve the bidder from the responsibility of furnishing a service truck with utility body ready for use. All specifications in this bid are minimum specifications, unless otherwise noted, and bidders are reminded that equipment should meet or exceed these specifications. Items highlighted by bold letters indicates items for which variances will not be allowed. Truck Chassis: Extended cab design Make/Model Proposed: GVWR: 9,500 lbs. Minimum Wheelbase: 133 Engine: 6 L, V-8, gasoline 300 HP minimum Cab-to-axle: 56 Dual rear wheels Transmission: 6-speed automatic Rear Axle: 6,200 lbs. Front Axle: 5,200 lbs. Springs: Front to meet GVWR Springs: Rear to meet GVWR COMPANY NAME:

24 ITB# 6183 item #7 Power steering with tilt wheel Power brakes Heavy duty engine cooling system Transmission cooler Batteries: Dual, Heavy duty with 700 CCA minimum Alternator: 180 amp minimum Anti-lock brake system: 4-wheel (ABS) minimum Air bag system for driver and passenger Tires: Front 225/70R19.5, Load Range F highway Rear 225/70R19.5, Load Range F highway Manual telescoping trailer tow mirrors with turn signals Cab mounted light bar: Federal Signal Legend LPX model LPX61Z-0008 with switch mounted in cab. Lens color to be all amber. All wiring for light shall be run inside the cab. No wiring shall be run on the exterior of the cab Install four (4) upfitter switches to the instrument panel Power windows and door locks All windows factory tinted glass Install two (2) auxiliary power ports to the instrument panel Trailer towing package with a rating of 11,000 to 13,000 lbs. Factory installed brake controller 4.30 Limited-slip axle ratio, DRW Heavy-duty front and rear suspension package Fuel Tank: 40 gallons minimum Vinyl bench seats COMPANY NAME:

25 ITB# 6183 item #7 Dual map lights Rearview Mirror: 11.5 day/night Exterior Mirrors: LH and RH manual, swing away type Interior color: Blue Exterior color: White Air-conditioning AM/FM radio All manufacturer s standard equipment Two (2) sets of parts, shop and operator s manuals each Supply six (6) sets of keys. This shall include the keys for the utility body also Service Body Furnish and install a Challenger ST utility body as manufactured by Stahl, or approved equal The body shall be constructed of 10 gauge galvannealed steel throughout The body shall have 6 compartments, 3 per side. The front & rear compartment shall be full height and the horizontal compartment shall extend from the front compartment to the rear compartment of the body over the wheel wells on both sides The rear, vertical, curbside compartment, shall be outfitted with a drawer package consisting of six (6) roll out drawers with Dri-Dek drawer lining material The doors shall be constructed of 20 gauge Galvanneal steel per panel, with built-in H section for structural strength The compartment depth shall be 18 COMPANY NAME:

26 ITB# 6183 item #7 Each door shall be equipped with a with a rotary action paddle latch with an adjustable stricker plate All doors shall be keyed alike All door openings shall carry full L type automotive seals with door outer edges crimped to close on seal All door hinges shall be full length 5/16 diameter rod riding in nylon bushed zinc castings and riveted to the body with 2,000 lb. huck rivets A 5 structural steel bumper shall be provided and mounted to the frame for rear end protection according to FMVSS The bumper shall be reinforced with a hitch mounting plate of ¼ back plate pre-drilled with 4 position mounting height, dual purpose 7 ton pintle hitch with a 2-5/16 chrome ball The bumper shall also be constructed with safety chain loops and a 7-way electric plug All wiring shall be run in protective loom Furnish and install two (2) oval, flush mounted, strobe head warning lights wired to the rotating caution light switch in the cab. The oval strobe lights shall be mounted, one on each side of the rear end of the compartment box of the utility body. The lens color shall be amber. Star Model 3920 or approved equal Body shall be equipped with mud flaps Tool Storage Compartment Furnish and install a BacPac tool storage compartment as manufactured by Stahl or approved equal The tool storage container shall be constructed of galvanneal steel 24 deep, 55 overall height, with 3 horizontal traverse compartments 55 long and attached to the sidewalls in such a manner as to be in line with the center saddle part of the container COMPANY NAME:

27 ITB# 6183 item #7 The container shall have 4 doors constructed in the same manner as the service body doors The street side compartment shall have 2 rope hooks at the top of the compartment The curb side compartment shall be 20 deep at the bottom and follow the general cab design tapering toward the top The street side compartment shall be 7 deep at the bottom and taper the same as the curb side BacPac shall have a protective aluminum rock shield installed on each face of the BacPac which is approximately 18 wide by 24 high A back-up alarm shall be installed at the rear of the truck Diamond tread plate shall be installed on the front of the body on each side, just behind the doors to protect the paint on the utility body from road debris The additional equipment shall be painted to match the truck chassis color which is white The body shall be wired with door switches that will Activate LED lighting in each compartment when the door is opened. All wiring to be encased in appropriate size loom using grommets where the wire goes through the sheet metal. All compartment shelves shall be lined with Dri-dek material cut to fit all shelf and floor shapes Furnish and install a 30 LED ProMax or approved equal light bar on top of the curbside box. The light shall be wired to a switch inside the long compartment on the curbside Power Inverter Acceptable Model: PROwatt SW 2000 or approved equal (specify) Maximum AC power: 2000 W COMPANY NAME:

28 ITB# 6183 item #7 Surge power (peak): 3000 W DC input: 12 Vdc (nominal) AC output frequency: 60+/ Hz AC output voltage range: Vac USB output: 5V/500mA Output waveform: True sine wave Optimum efficiency: 90% No load current draw: < 0.8 A Input voltage range: Vdc Temperature range: 32 F 104F AC receptacle: Dual GFCI USB receptacle: Single port (Type A) DC connection: Hardwire Overload shutdown Over temperature shutdown Overvoltage protection Low voltage alarm Low voltage shutdown Recommended DC fuse: 250A Digital display: 1. DC voltage 2. AC output power 3. Error codes Remote unit to have ON/OFF switch (with ignition lockout) Remote unit to be mounted in front compartment COMPANY NAME:

29 ITB# 6183 item #7 on curbside Installation to include a heavy-duty, deep cycle battery for use when inverter is in operation mode to preclude the possibility of running down the chassis battery Additional Specifications to be completed The successful vendor shall submit completed body drawings to the owner for approval prior to body being release for fabrication Specify delivery date of completed vehicle Delivery each unit shall be delivered complete with a minimum of ¼ tank of fuel and no dealer advertising logos or decals shall be affixed to this unit prior to delivery. Vehicle to undergo pre-delivery inspection by the dealer Warranty: 3 years, 36,000 miles, bumper to bumper to begin on date vehicle is placed in service, not to exceed six (6) months from delivery date. Successful vendor shall be required to provide a detailed list of filters, recommended lubricant viscosities, and any other warranty requirements associated with this unit COMPLETE AND RETURN WITH BID PACKAGE COMPANY NAME:

30 [Type text] ¾ TON TRUCK WITH UTILITY BODY ITB# 6183 ITEM# 8 CITY OF JOHNSON CITY JOHNSON CITY PUBLIC WORKS/ TRAFFIC DIVISION BID SPECIFICATIONS 3/4-TON TWO-WHEEL DRIVE UTILITY BODY PICK-UP TRUCK GVWR 9,300 WITH TOWING PACKAGE Bidder must complete and return this form for the bid to be considered responsive. A check mark shall be placed in the areas of specification agreement. Variances must be clearly identified in the bidder s equipment column. Failure to comply with any part of the bid specifications will not remove that bid from consideration but will indicate a variance on which the City alone will determine the importance to the overall performance of the item and suitability for the intended purpose. Equipment bid is to be new, unused and of the Manufacturer s latest model. Any omission from the specifications shall not relieve the bidder from the responsibility of furnishing a unit ready for use. These specifications describe a 3/4-ton rated, heavy duty 2-wheel drive pick-up with a minimum GVWR of 9,300 pounds and equipped with the manufacturers towing package. The trucks will be used daily on sign and painting maintenance and towing trailers, message boards and arrow boards. This truck shall be delivered to Johnson City fully winterized and ready to put into service. Reference model is Ford F-250 Super Duty or approved equal. CITY S SPECIFICATIONS BIDDER S EQUIPMENT 2017 or current year model 2-wheel drive pick-up truck and all standard equipment as required for minimum GVWR rating of 9,300 lbs. with 8 utility body. (Please specify make and model) Engine Minimum 360 HP 8-cylinder EFI with min. 380 ft-lbs. torque rating Transmission minimum 6-speed automatic with overdrive Alternator min 150 amp Air conditioning factory installed COMPANY NAME:

31 ITB# 6183 item #8 Page 2 of 5 CITY S SPECIFICATIONS BIDDER S EQUIPMENT Battery 12-volt, 650 CCA, maintenance free Heavy duty engine cooling system Transmission Cooler Front Axle minimum 4,400 lb. capacity Heavy duty front springs Manufacturers towing package Rear Axle minimum 6,200 lb. capacity Actual GVWR as delivered (specify) Brakes Power, ABS required for all 4 wheels Bumper Rear step type, painted, 400/4000 manufacturer or dealer installed Carrier spare wheel, under frame Exterior color white Interior color medium stone or equal Dome and cargo light included Fuel tank minimum 28 gallons, single Glass all windows shall be heat absorbing (tinted) safety glass Windows- Driver and passenger windows shall be electric type. (Manual not acceptable) Door Locks- shall be electric type w/key fob. Heavy duty vinyl bench seat COMPANY NAME:

32 ITB# 6183 item #8 Page 3 of 5 CITY S SPECIFICATIONS BIDDER S EQUIPMENT Mirrors Exterior, right & left side, min. of 40 sq. inches, swing away, factory installed with heaters Shocks heavy duty front and rear Power steering Wheels Five (5) 17 steel Tires Five (5) 17 tubeless, radial, to meet GVWR, to be all terrain or on-off road type (all season not acceptable). Please specify Wheelbase 133 inches, minimum (specify) Radio AM/FM push button, factory installed All manufacturers standard items included Cab roof mounted, minimum 36 long, 360º high-intensity amber strobe caution light wired to switch in cab, operational without the key being in the on or accessory position. All wiring for light shall be run inside the cab. No wiring shall be run on the exterior of the cab. Federal Signal Legend LPX lightbar or approved equal. Strobes for front and rear M56 8 UTILITY BODY Body made from 14 ga., minimum, steel, A60 galvannealed on both sides of the steel with diamond tread floor with all interior and exterior surfaces primed and powder coat painted to match the truck color. 2 vertical compartments on each side with a minimum of 2 removable steel COMPANY NAME:

33 ITB# 6183 item #8 Page 4 of 5 CITY S SPECIFICATIONS BIDDER S EQUIPMENT galvanized shelves per compartment and a minimum of 4 bracketed positions for placing shelves per compartment. 1 horizontal compartment on each side over the wheel with a minimum of 1 removable steel galvanized shelf per compartment and a minimum of 2 bracketed positions for placing shelves per compartment. Compartment doors shall be heavy duty double panel construction with weathertight seals and gas strut holders. Compartment doors shall use stainless steel or chrome plated steel lockable latches Tailgate shall be half-height, double layer construction, and removable. Spray-on bed liner shall be applied to the floor, inside bed surfaces, and tops of tool boxes. (Color Black) LED lighting for stop, turn, tail side markers, and backup recessed. 7 pin trailer electrical harness Class 5 trailer hitch receiver 5 year no rust-thru warranty. COMPANY NAME:

34 ITB# 6183 item #8 Page 5 of 5 CITY S SPECIFICATIONS BIDDER S EQUIPMENT Delivery each unit shall be delivered complete with a minimum of 5 gallons of gasoline and no dealer advertising logos or decals shall be affixed to these units prior to delivery. Vehicles to undergo pre-delivery inspection by the dealer. Provide four (4) ignition keys Manuals Each unit shall be delivered with two (2) copies of the standard owner/operator manuals Warranty 3 year, 36,000 miles bumper to bumper to begin on date vehicle is placed in service, not to exceed six (6) months from date of delivery. Note: specify extended warranties if applicable Successful vendor shall be required to provide a detailed list of filters, recommended lubricant viscosities, and any other warranty requirements associated with this unit Specify delivery date: COMPLETE AND RETURN CHECKLISTS WITH BID PACKAGE COMPANY NAME:

35 4WD CREW CAB TRUCK WITH DUMP BODY ITB# 6183 ITEM# 9 CITY OF JOHNSON CITY JOHNSON CITY PUBLIC WORKS/STORMWATER DIVN BID SPECIFICATIONS Bidder must complete and return this form for the bid to be considered responsive. A check mark shall be placed in the areas of specification agreement. Variances must be clearly identified in the bidder s equipment column. Failure to comply with any part of the bid specifications will not remove that bid from consideration but will indicate a variance on which the City alone will determine the importance to the overall performance of the item and suitability for the intended purpose. Equipment bid is to be new, unused and of the Manufacturer s latest model. Any omission from the specifications shall not relieve the bidder from the responsibility of furnishing a unit ready for use. These specifications describe a heavy duty 4-wheel drive crew (4-door) cab truck chassis with a minimum GVWR of 19,500 pounds and equipped with auxiliary rear springs. The truck will be used daily by the stormwater crew and equipped with a 9 dump service body and front mounted tow hooks. The truck shall be delivered to Johnson City fully winterized and ready to put into service. CITY S SPECIFICATIONS 2017 or current year model four (4) - wheel drive, crew (4-door) cab, truck chassis with integrated utility dump body & all standard equipment as required for minimum GVWR rating of 19,500 lbs. (Please specify make and model) Cab-to-axle: 60 Wheelbase: ±179 Engine V-8, nominal 6.7 liter OHV turbocharged diesel, minimum 340 HP and 640 lb-ft torque rating w/engine block heater Transmission Six (6) speed automatic with overdrive Alternator min 200 amp Air conditioning factory installed Battery Dual 12-volt, 750 CCA/78 maintenance free Front Axle minimum 7000 lb. capacity BIDDER S EQUIPMENT

36 ITB# 6183 item #9 Page 2 of 9 Heavy duty front springs Rear Axle minimum 13,600 lbs. capacity with dual rear wheels Auxiliary rear overload springs Actual GVWR as delivered (specify) Limited slip rear differential Brakes Power, ABS required for all four (4) wheels Trailer towing package w/factory installed electric brake box Furnish and install a 12,000/lb waterproof (Smitty X-20 or equivalent) winch onto the front bumper area of the chassis Furnish a one piece fully welded wench supporting brush guard covering the entire front portion of the chassis. The brush guard shall be black in color and powder coated Bumper Heavy duty step type with recessed receiver hitch. See dump body specification for details Carrier spare wheel, under frame Exterior color white Interior color medium stone or equal Dome and cargo light included Rearview or backup camera Fuel tank minimum thirty (30) gallons, single Glass all windows shall be heat absorbing (tinted) safety glass COMPANY NAME:

37 ITB# 6183 item #9 Page 3 of 9 Heavy duty vinyl front bench seat w/ split bench front seat with adjustable head restraints and a four (4) way adjustable driver seat. Folding rear bench seat Mirrors Exterior, right & left side, min. of forty (40) sq. inches, swing away, factory installed w/ manual extension trailer type Shocks heavy duty front and rear Running boards, full length of cab & including front black fender flares Power steering w/ a tilt and telescopic steering wheel adjustment Wheels Seven (7) 19.5 argent painted steel wheels which includes spare Tires Seven (7) 19.5 tubeless, radial, to meet GVWR, to be all season type. Specify make and model of tire Radio AM/FM push button, factory installed All manufacturers standard equipment along with analog instruments which includes but not limited to tachometer, oil pressure, engine temperature, turbo/supercharger boost & transmission fluid temperature Cab mounted, 36 long, 360º high intensity strobe caution light wired to switch in cab, Federal Signal Turbo Flash 2000 mini-light bar or equal Furnish and install a (four) 4-light, LED, rapid flash, self-contained warning light system complete with control switch. Nova Electronics Hide-A-LED W600 or equal. Color Amber COMPANY NAME:

38 ITB# 6183 item #9 Page 4 of 9 Ignition Keys Four (4) complete sets of keys Alarm & Mud Flaps A back up alarm and mud flaps at all fender well areas Lights- unit shall be supplied with lights & reflectors in accordance with FMVSS # 108 & all DOT regulations Delivery each unit shall be delivered complete with a minimum of five (5) gallons of fuel and no dealer advertising logos or decals shall be affixed to these units prior to delivery. Vehicles to undergo pre-delivery inspection by the dealer. Manuals Each unit shall be delivered with two (2) copies of the standard owner/operator manuals Warranty Three (3) year, 36,000 miles bumper to bumper to begin on date vehicle is placed in service, not to exceed six (6) months from date of delivery Lubricant/Filter Successful vendor shall be required to provide a detailed list of filters, recommended lubricant viscosities, & any other warranty requirements associated with this unit COMPANY NAME:

39 ITB# 6183 item #9 Page 5 of 9 Power Inverter Acceptable Model: PROwatt SW 2000 or approved equal (specify) Maximum AC power: 2000 W Surge power (peak): 3000 W DC input: 12 Vdc (nominal) AC output frequency: 60+/ Hz AC output voltage range: Vac USB output: 5V/500mA Output waveform: True sine wave Optimum efficiency: 90% No load current draw: < 0.8 A Input voltage range: Vdc Temperature range: 32 F 104F AC receptacle: Dual GFCI USB receptacle: Single port (Type A) DC connection: Hardwire Overload shutdown Over temperature shutdown Overvoltage protection Low voltage alarm Low voltage shutdown Recommended DC fuse: 250A COMPANY NAME:

40 ITB# 6183 item #9 Page 6 of 9 Digital display: 1. DC voltage 2. AC output power 3. Error codes Remote unit to have ON/OFF switch (with ignition lockout) Remote unit to be mounted in front compartment on curbside Installation to include a heavy-duty, deep cycle battery for use when inverter is in operation mode to preclude the possibility of running down the chassis battery Utility Body and Appurtenances Furnish and install a 9 dump type (Stahl Challenger or approved Equal) made of ten (10) gauge galvanneal steel, with tapered side walls and full length ribs. The floor width shall be 54 at the bottom and 79 at the top with the depth on the sides will be 17. Please specify brand and model. Provide a heavy duty, Grip Punch step bumper with a hitch mounting plate of ¼ back plate pre-drilled with a four position mounting height, dual purpose 7- ton pintle hitch with a 2 chrome ball. Hitch shall be recessed. Bumper shall also be constructed with safety chain loops and a seven-way electric plug. The dump bed will have a sub-frame mount conversion hoist with an electric hydraulic pump, output of 1-GPM at 3500 psi. & a chromed cylinder of 2 ½ dia. Storage Compartments Shall be constructed of 16 gauge galvanneal steel. COMPANY NAME:

41 ITB# 6183 item #9 Page 7 of 9 The doors shall be constructed of 20 gauge galvanneal steel both interior & exterior. Note: Storage compartments shall have spray Rhino lining material on top of the units for damage protection. Doors Automotive bulb style seals & a 5/16 dia. hinge rod that runs the full length with zinc cast hinge block with nylon bushings Keys Keyed alike doors with rotary paddle latches & adjustable strikers The driver s side vertical storage compartment will be full height from the wheel well to the back of the body with two adjustable shelves The driver s side horizontal storage compartment will be over the wheel from the front storage compartment to the back of the wheel well with a shelf The curbside rear storage compartment shall extend from the wheel well to the back of the dump body, approximately 20 wide The curbside horizontal storage compartment shall extend from the front compartment to the rear of the dump body over the wheel well without a shelf The front vertical storage compartment, approximately 28 wide, shall have two (2) adjustable shelves made of 16 gauge galvanneal steel Tailgate shall be double acting with a positive loaded & quick release over the center latching system with concealed ¼ graded 30 proof chains. COMPANY NAME:

42 ITB# 6183 item #9 Page 8 of 9 Tailgate shall have a full apron with recessed grommet marker lights A rollout vinyl mesh tarp system shall be installed that will encompass the entire dump bed area. A manual hand crank system will be required with rubber tie downs. A 6 high wind deflector shall be installed on top of the cab shield Strobes Two (2) oval flush mounted strobe head warning lights shall be wired into the rotating light switch located in the cab. The location of the lights shall be mounted on back side of the rear portion of the storage compartments which are located on the dump body. Color Amber Mounting & Painting The dump body shall be installed with accepted industry standards. There shall be no welding on the chassis frame in the mounting of the dump body or its components. The entire body shall be thoroughly cleaned & primed in a twelve (12) stage automotive electro-cathodic immersion prime paint system and then powder coated both inside the storage compartments and outside on the body. Paint as final coat is not acceptable. The entire understructure shall be primed and undercoated. The body not primed or undercoated on the understructure is not acceptable. Color White Specify delivery date of completed vehicle Delivery each unit shall be delivered complete with a minimum of ¼ tank of fuel and no dealer advertising logos or decals shall be affixed to this unit prior to delivery. Vehicle to undergo pre-delivery inspection by the dealer Warranty: 3 years, 36,000 miles, bumper to bumper to begin on date vehicle is placed in service, not to exceed six (6) months from delivery date. COMPANY NAME:

43 ITB# 6183 item #9 Page 9 of 9 Successful vendor shall be required to provide a detailed list of filters, recommended lubricant viscosities, and any other warranty requirements associated with this unit COMPLETE AND RETURN WITH BID PACKAGE COMPANY NAME:

44 4DR 4WD DUMP BED TRUCK ITB# 6183 ITEM# 10 CITY OF JOHNSON CITY JOHNSON CITY PARKS & RECREATION BID SPECIFICATIONS It is the intent of these specifications to describe a complete Four-Wheel Drive Regular Cab Duel Wheel Truck with Dump Bed GVWR 19,500. All equipment being bid must be new, unused and the manufactures current model. Bidder must complete and return this form for the bid to be considered responsive. A check mark shall be placed in each area of specification agreement. Any variance must be clearly identified and bidder may use a separate sheet if necessary. Exceptions to the specifications will be evaluated on an individual basis with the City alone determining the importance relating to the overall performance of the units being bid. Any omission from the specifications shall not relieve the bidder from the responsibility of furnishing a complete unit ready to use. City Specifications 2016 or 2017 model Four (4) wheel drive, Super duty cab, truck chassis GVWR rating of 19,500 minimum Cab to axle: 84 Wheelbase: 165 Engine- V-8, nominal 6.7 liter OHV Turbocharged diesel, minimum 340 hp And 640 lb-ft torque rating w/engine block heater Transmission Six (6) speed automatic with overdrive. Alternator Min 200 amp DEF Tank Tank shall be mounted on the inside of the frame. Outside of the frame is not acceptable. Air conditioning factory installed Battery Dual 12-volt, 750 CCA/78 maintenance free Front Axle minimum 7000 lb capacity Heavy duty front springs COMPANY NAME:

45 ITB# 6183 item #10 Rear Axle minimum 13,600 lbs Capacity with dual rear wheels Auxiliary rear overload springs Actural GVWR as delivered (specify) Limited slip rear differential Brakes power, ABS required all four (4) wheels. Carrier spare wheel, under frame Exterior color white Interior color medium stone or equal Dome and cargo light included Fuel tank minimum thirty (30) gallons single Glass all windows shall be heat absorbing (tinted) safety glass Hubs - automatic locking front wheel Heavy duty vinyl bench seat w/ Split bench front seat with adjustable head Restraints and four (4) way adjustable Driver seat Mirrors exterior, right and left side, min Of forty (40) sq. inches, swing away, Factory installed w/manual extension Trailer type. Shocks heavy duty front and rear Skid plates for fuel tank and transfer case factory installed Running boards, full length of cab and Including front black fender flares. Power steering w/a tilt and telescopic steering wheel adjustment. COMPANY NAME:

46 ITB# 6183 item #10 Wheels seven (7) 19.5 argent painted steel wheels which includes spare Tires seven (7) 19.5 tubeless, radial, to Meet GVWR Radio AM/FM push button, factory installed 7 Way Flat Pin RV Plug Factory Brake Controller all manufacturers standard equipment along with alnalog instruments which includes but not limited to tachometer, oil pressure, engine temp, turbo/supercharger boost and transmission fluid temperature cab roof mounted, 36 long, 360ᵒ high intensity strobe caution light wired to switch in the cab, federal signal turbo flash 2000 mini-light bar or equal Furnish and install a (six) 6-light, LED, Rapid flash, self - contained warning light System complete with control switch. Nova Electronics Hide-A-LED W600 or Equal. Two (2) located in the front turn Signal light area, two (2) oval lights Located inside the headache rack and Two (2) located at the rear of the flat bed. Ignition Keys Four (4) complete sets of keys. Alarm and mud flaps a back up alarm and mud flaps at all fender well areas lights unit shall be supplied with lights and reflectors in accordance with FMVSS #108 and all DOT regulations Delivery each unit shall be delivered complete with a minimum of five (5) gallons of fuel and no dealer advertising logos or decals shall be affixed to this unit prior to delivery. Vehicle to undergo a pre-delivery inspection by the dealer. COMPANY NAME:

47 ITB# 6183 item #10 Manuals each unit shall be delivered with two (2) copies of the standard owner/operator manuals Warranty Three (3) year, 36,000 miles bumper to bumper to begin on date vehicle is placed in service, not to exceed six (6) months from date of delivery Lubricant/Filter successful vendor shall be required to provide a detailed list of filters, recommended lubricant viscosities, and any other warranty requirements associated with this unit. Marauder Drop Side Dump Bed Unit shall have a 9 Reading Marauder Drop-Side Dump Body or equivalent please specify Mounting and painting the dump bed shall be Installed with accepted industry standards. There Shall be no welding on the chassis frame in the mounting Of the flat bed or its components. The entire bed Shall be thoroughly cleaned and primed in a Twelve (12) stage automotive electro-cathodic immersion Prime paint system and then powder coated. Paint as a final Coat is not acceptable. The entire understructure shall be Primed and undercoated. The body not primed or Undercoated is not acceptable. Color black. Delivery date: _ COMPLETE AND RETURN SPECIFICATION CHECKLISTS WITH BID PACKAGE COMPANY NAME:

48 VEHICLE/EQUIPMENT DELIVERY & ACCEPTANCE PROCEDURES ACCEPTANCE: DELIVERY DOES NOT MEAN ACCEPTANCE. ALL VEHICLES/EQUIPMENT ARE SUBJECT TO INSPECTION TO ESTABLISH CONFORMITY TO SPECIFICATIONS PRIOR TO ACCEPTANCE. 1. Prior to delivery (if applicable): Tires are to be inspected to insure proper inflation levels. All fluid levels to be checked and corrected as needed. Remove any unnecessary manufacturer's tape, stickers, decals, labels or other items except for the itemized window sticker with e.p.a. fuel economy estimates. Vehicle is to be test driven and all features are to be checked to insure proper operation. Any final assembly or installation of features, equipment or any options must be completed prior to delivery. All necessary repairs and/or adjustments must be made prior to delivery. 2. Vendor must give Fleet Management 24-hour notice prior to delivery (423) Delivery shall be made during regular working hours, Monday through Friday, excluding Holidays. 4. Vehicle or equipment will not be accepted if delivered to the wrong address. 5. Vendor must bring original specification sheets with vehicle delivery and MUST provide certificate of origin when vehicle is delivered along with the Title. Title shall be made out to: City of Johnson City, Tennessee. 6. Vendor must agree to sign the Acknowledgement of Receipt form (sample form attached) at time of vehicle/equipment delivery. 7. City has 48 hours (excluding weekends, Holidays, vacation leave) to inspect vehicle/equipment for specification compliance. Revised May 2017

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

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

More information

GALLATIN PUBLIC UTILITIES

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

More information

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

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

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

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

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

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

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

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

July 9, Re: Tender 4 X 4 Regular Cab ¾ Ton Work Trucks. Dear Sir: July 9, 2015 Re: Tender 4 X 4 Regular Cab ¾ Ton Work Trucks. Dear Sir: We are re-tendering for two new 2015 or current model year regular cab, ¾ ton work trucks for the Operational Services Department

More information

REQUEST FOR BID For Trucks. Bid Notice

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

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

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

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

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

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 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

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

CUBA-RUSHFORD CENTRAL SCHOOL DISTRICT 5476 ROUTE 305 CUBA, NEW YORK ******** BID FORM FOR. Truck 2018 or Newer ********

CUBA-RUSHFORD CENTRAL SCHOOL DISTRICT 5476 ROUTE 305 CUBA, NEW YORK ******** BID FORM FOR. Truck 2018 or Newer ******** CUBA-RUSHFORD CENTRAL SCHOOL DISTRICT 5476 ROUTE 305 CUBA, NEW YORK 14727 ******** BID FORM FOR Truck 2018 or Newer ******** In accordance with the provisions of Section 103 of the General Municipal Law,

More 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

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

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

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

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

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

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

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

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

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

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

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

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

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

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

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

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

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

2016 Kia Sportage LX Sport Utility $17,095. Savings $16,250. Fuel Efficiency Rating 2016 Kia Sportage LX Sport Utility $17,095 WAS $845 Savings $16,250 NOW Fuel Efficiency Rating City MPG 19 Highway MPG 26 Actual rating will vary with options, driving conditions, habits and vehicle condition.

More information

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

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

More information

Department of Finance Bureau of Purchase & Supplies 375 Executive Blvd., 2 nd Floor Elmsford, N.Y. 10523 (914) 231-1872 www.westchestergov.com TITLE: CONTRACT NUMBER: CONTRACT PERIOD: CONTRACT AWARD NOTIFICATION

More information

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

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

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

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

Appendix A - Group 7 SPECIFICATION, JEA CLASS 119+: ONE TON SRW 4X4 PICKUP Extended Cab Unit UPDATED August 10, 2018

Appendix A - Group 7 SPECIFICATION, JEA CLASS 119+: ONE TON SRW 4X4 PICKUP Extended Cab Unit UPDATED August 10, 2018 1. SCOPE It is the intent of the JEA to purchase TWO (2) ONE Ton FORD REGULAR GAS EXTENDED CAB SRW 4X4 Pickup Trucks with Various Configurations, Up-Fits and Options. [ONE LWB 8 and ONE SWB 6 6 ] All Units

More information

Everything You Need! Phone , Ext. 229

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

More information

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

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

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

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

3. CHASSIS (FORD TRANSIT 350HD / DIESEL / HIGH TOP / EXTENDED LWB / 4X4 / DUAL REAR WHEEL VAN)

3. CHASSIS (FORD TRANSIT 350HD / DIESEL / HIGH TOP / EXTENDED LWB / 4X4 / DUAL REAR WHEEL VAN) 1. SCOPE It is the intent of the JEA to purchase (2) Two one (1) Ton Heavy Duty / Diesel / High Top / Extended LWB / Quigley 4X4 Conversion / Dual Rear Wheel Transit Vans with various up-fits and options.

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

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

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

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

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

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

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

More information

REQUEST FOR PROPOSAL FOR CITY OF PARSONS 2018 CLEAN TENNESSEE ENERGY GRANT FIVE (5) CNG FUELED VEHCILES FORM OF BID A

REQUEST FOR PROPOSAL FOR CITY OF PARSONS 2018 CLEAN TENNESSEE ENERGY GRANT FIVE (5) CNG FUELED VEHCILES FORM OF BID A REQUEST FOR PROPOSAL FOR CITY OF PARSONS 2018 CLEAN TENNESSEE ENERGY GRANT FIVE (5) CNG FUELED VEHCILES FORM OF BID A RESPONSE DEADLINE Monday, November 26, 2018 12 O clock Noon BIDS MUST BE MAILED OR

More information

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

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

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

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

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

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

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

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

APPENDIX A GROUP 6 SPECIFICATION, JEA CLASS 122: ONE TON SRW 4X4 PICKUP

APPENDIX A GROUP 6 SPECIFICATION, JEA CLASS 122: ONE TON SRW 4X4 PICKUP ( Asset Coordinator Truck) 1. SCOPE It is the intent of the JEA to purchase ONE (1) ONE Ton FORD DIESEL EXTENDED CAB SRW 4X4 Pickup Truck 8 BED with Various Configurations, Up-Fits and Options. Unit must

More information

CLINTON COUNTY SOIL & WATER CONSERVATION DISTRICT 6064 Route 22, Suite 1 Plattsburgh, NY (518) x3

CLINTON COUNTY SOIL & WATER CONSERVATION DISTRICT 6064 Route 22, Suite 1 Plattsburgh, NY (518) x3 CLINTON COUNTY SOIL & WATER CONSERVATION DISTRICT 6064 Route 22, Suite 1 Plattsburgh, NY 12901 (518) 561-4616 x3 Advertisement: The Clinton County Soil & Water Conservation District is accepting sealed

More information

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

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

More information

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

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

More information

City Business Registration Number Signature Title

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

More information

2017 MT-55 Chassis Specifications

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

More information

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

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

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

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

More information

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

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

More information

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

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

More information

1. SCOPE 2. MODEL: 3. CHASSIS (CREW CAB 4X4 DIESEL) 3.1 Base Curb Weight: not to exceed 7000 lbs. 3.2 WB: / Short Wheel Base.

1. SCOPE 2. MODEL: 3. CHASSIS (CREW CAB 4X4 DIESEL) 3.1 Base Curb Weight: not to exceed 7000 lbs. 3.2 WB: / Short Wheel Base. ( Asset Coordinator Trucks) 1. SCOPE It is the intent of the JEA to purchase TWO (2) ONE Ton RAM DIESEL CREW CAB SRW 4X4 Pickup Trucks 6 6 BED with Various Configurations, Up-Fits and Options. All units

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

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

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

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

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

City of Mt. Pleasant, Michigan CONTRACT DOCUMENTS. For HEAVY DUTY TRUCKS. SHARON TILMANN Mayor. NANCY RIDLEY City Manager

City of Mt. Pleasant, Michigan CONTRACT DOCUMENTS. For HEAVY DUTY TRUCKS. SHARON TILMANN Mayor. NANCY RIDLEY City Manager City of Mt. Pleasant, Michigan CONTRACT DOCUMENTS For HEAVY DUTY TRUCKS SHARON TILMANN Mayor NANCY RIDLEY City Manager Prepared By: Division of Public Works JOHN ZANG DPW Director SEPTEMBER 2014 City of

More information

2016 FORD F-350 XL 4x2 Pick Up

2016 FORD F-350 XL 4x2 Pick Up 2016 FORD F-350 XL 4x2 Pick Up Contract# 143 Currie Motors Fleet Nice People To Do Business With Your Full-Line Municipal Dealer www.curriefleet.com GOOD THRU: ORDER CUTOFF SPECIAL PAINT ORDER CUTOFF:

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

STATE OF MINNESOTA PRICING Page % DISCOUNT

STATE OF MINNESOTA PRICING Page % DISCOUNT TRAILERS: DUMP BODY, LOWBOYS, FLATBED, TAG, SLIDE AXLE, UTILITY, GOOSENECK, ENCLOSED, ETC. Vendor Name: Truck Utilities Inc Contact Person: Paul Warner Street Address: 2370 English Street P.O. Box: City,

More information

BID REQUEST FOR Four (4) SCHOOL BUSES

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

More information

2013 FORD F-350 XL 4x2 DRW Pick Up

2013 FORD F-350 XL 4x2 DRW Pick Up 2013 FORD F-350 XL 4x2 DRW Pick Up Contract# 104 Currie Motors Fleet Nice People To Do Business With Your Full-Line Municipal Dealer www.curriefleet.com Currie Motors Frankfort SPC Contract Winner 2013

More information

Remount Proposal. Everest Emergency Vehicles 1133 Rankin Street St Paul, MN Eric Olson

Remount Proposal. Everest Emergency Vehicles 1133 Rankin Street St Paul, MN Eric Olson Remount Proposal Customer Dealer Everest Emergency Vehicles 1133 Rankin Street St Paul, MN 55116 651-236-8943 Eric Olson Module: INFORMATION 0.1.60 ****** Ambulance Re-chassis / Refurbish ****** * * Old

More information

EL PASO INDEPENDENT SCHOOL DISTRICT PROCUREMENT SERVICES

EL PASO INDEPENDENT SCHOOL DISTRICT PROCUREMENT SERVICES PROCUREMENT SERVICES AWARD SUMMARY Solicitation: RFP #7-038 District Vehicles * This solicitation number must be referenced on all EPISD Purchase Orders * Effective Dates: May 7, 207 through May 6, 208

More information

INVITATION TO BID 14 PASSENGER MULTI-FUNCTION BUS ITB

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

More information

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

TENDER NO. RFT REQUEST FOR TENDER: PW 2018 OR 2019 FULL SIZE 4X4 CREW CAB 4 DOOR 3/4 TON PICKUP TRUCK. THURSDAY, JULY 5, 2018 at 1:00 p.m.

TENDER NO. RFT REQUEST FOR TENDER: PW 2018 OR 2019 FULL SIZE 4X4 CREW CAB 4 DOOR 3/4 TON PICKUP TRUCK. THURSDAY, JULY 5, 2018 at 1:00 p.m. TOWNSHIP OF MAPLETON 7275 Sideroad 16, P.O. Box 160, Drayton, N0G 1P0 Tel: (519) 638-3313 or Toll Free: 1 800-385-7248 Fax: (519) 638-5113 www.mapleton.ca REQUEST FOR TENDER: PW 2018 OR 2019 FULL SIZE

More information

SPECIFICATION, JEA CLASS 117: HALF TON 4X4 SWB (6 6 Bed) PICKUP TRUCK Crew Cab & Standard Cab Units UPDATED JULY 27, 2018

SPECIFICATION, JEA CLASS 117: HALF TON 4X4 SWB (6 6 Bed) PICKUP TRUCK Crew Cab & Standard Cab Units UPDATED JULY 27, 2018 1. SCOPE It is the intent of the JEA to purchase TWENTY SEVEN (27) HALF Ton 4X4 SWB (6 6 Bed / ALL UNITS) Pickup Trucks with Various Configurations, Up-Fits and Options. [19 Crew Cab and 9 Standard Cab].

More information

Request for Proposal (RFP) For New 2014 Full Size 4-Door Crew Cab Pickup Truck

Request for Proposal (RFP) For New 2014 Full Size 4-Door Crew Cab Pickup Truck Request for Proposal (RFP) For New 2014 Full Size 4-Door Crew Cab Pickup Truck Posting Date: November 12, 2013 Response Deadline: November 22, 2013 3:00 p.m. Central Standard Time (CST) To: Lieutenant

More 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

TECHNICAL SPECIFICATIONS

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

More information

BID PACKAGE (2)NEW 2018 SELF-PROPELLED BROOMS

BID PACKAGE (2)NEW 2018 SELF-PROPELLED BROOMS Bannock County Public Works 5500 south fifth Pocatello, Idaho 83204 Ph. (208) 233-9591 BID PACKAGE (2)NEW 2018 SELF-PROPELLED BROOMS The undersigned hereby agrees and proposes to furnish two (2) new 2018

More information

HOOD ASSEMBLY (Figure 1-1)

HOOD ASSEMBLY (Figure 1-1) HOOD ASSEMBLY (Figure 1-1) 1-2 2005 HYSTER COMPANY 06/2005 UNIT CODE L177 EUROPE HOOD ASSEMBLY ITEM PART NO. DESCRIPTION QTY 1 b 1589667 Hood Assembly (Low Noise)... 1 1 c 1543994 Hood Assembly (Standard)...

More information