Addendum #3 BID NO.: ITB

Size: px
Start display at page:

Download "Addendum #3 BID NO.: ITB"

Transcription

1 FLORIDA DEPARTMENT OF EDUCATION BUREAU OF CONTRACTS, GRANTS AND PROCUREMENT MANAGEMENT SERVICES 325 West Gaines Street 332 Turlington Building Tallahassee, Florida Addendum #3 BID NO.: ITB TYPE A, TYPE C AND TYPE D SCHOOL BUSES AND OPTIONAL EQUIPMENT August 20, 2015 This addendum is to revise Section 4.17, Award of the Invitation to Bid (ITB), and to provide answers to questions submitted by vendors during the question-and-answer period established in the ITB. Paragraph 3 of Section 4.17, Award, is revised to read: Bid awards will be made in conformance with applicable requirements of chapter 287, F.S.; chapter 60A-1; and the requirements of this invitation to bid, where it includes additional or more specific procedures. Awards will be made for the following school bus configurations, as available, meeting standard Florida School Bus Specifications, Revised 2013: Type A; Type C; Type D rear engine; and Type D front engine, subject to the following procedures: Low price shall be calculated for each configuration based on the combination price for completed base units submitted on pricing page P-1, selected options (not including air-conditioning) and average regional delivery cost using price quotes as supplied in this bid (Bid No: ITB , Attachment 1 Vendor s Bid Pricing Sheets). Bid awards will be made on the basis of a multiple supplier award. Overall awards will be made to each responsive and responsible bidder for all configurations on which that bidder submits price quotes within 10 percent of the lowest price for that configuration. A configuration is defined as a unique combination of the following vehicle characteristics: bus capacity (e.g., 77 capacity), bus type (e.g., Type C) and wheelchair lift (if applicable). An example of a configuration for this purpose is a 77 capacity Type C with lift. Technical variations to published bid award procedures may be invoked at the discretion of the Department when necessary to ensure equitability. ITB Addendum #3 Q&A Page 1 of 19

2 Questions and Answers Please be advised all questions are keyed as submitted. American Cooling Technology, Inc. 1. Page P-1 indicates that the base bus price is to include the cost of air conditioning. If this is the case, then how will alternate brands and configurations of air conditioning be priced? Is it now a requirement that school districts buy air conditioned school buses? ANSWER: See Addendum #1. 2. Paragraph 2. f. on page V-5 is cut off before the end of the sentence. Please provide us with the full text of that paragraph. ANSWER: f. Types A2, C, and Type D front engine buses must include three evaporator/blower assemblies. The front area evaporator must direct air to the passengers in the front of the bus. In addition, the main evaporator assembly must be mounted at the rear of the bus, designed to blow air forward. These buses must also be equipped with a driver s in-dash evaporator/blower and ducting to channel cold air to the driver, or a separate evaporator/blower system in the driver s area to channel air to the driver only. Side-mounted evaporator assemblies and/or ducting may be used on any unit; however, a driver s unit is still required. 3. Paragraph 2. c. on page V-6 requires sight glasses for all System B air conditioning. Currently, there is no like requirement for System A units. Was this an oversight, or are sight glasses not required on System A units? ANSWER: Sight glasses are required for System A units on Type D Rear Engine buses. The requirement for sight glasses for System A units on Type C buses will be reviewed for future air-conditioning system specifications. Seon 4. Once the contract is out, is it possible as products listed reach EOL (end of life) to be updated and replaced and if so, what is the process? ANSWER: Section 7.11 of ITB. No: has been revised as follows: 7.11 VARIATION OR SUBSTITUTION OF EQUIPMENT Substitution of equipment on which information or pricing are specifically requested as part of this ITB will not be allowed except as noted herein (pricing pages P-18, P-20 to P-25, and P-32 to P-33, and P-38 to P-40). Substitution of certain equipment, as noted herein (pricing pages P-18, P-20 to P-25, and P-32 to P-33 and P-38 to P-40), may be allowed, contingent upon notification to the STMS and approval by the STMS and the FAPT Specifications and/or ITB Addendum #3 Q&A Page 2 of 19

3 Purchasing Committee(s). Liquidated damages of $2,000 for each violation will be enforced, and violators may be removed from the bidder's list. Liquidated damages will be deposited in the Education Trust Fund. Language in this document takes precedence over any conflicting language in the attached General Contract Conditions (PUR 1000) and General Instructions to Respondents (PUR 1001). Per Section 7.11 of Bid No. ITB No. ITB , pricing pages P-38 to P-40 have been revised to allow changes to the model number under certain conditions. Revised Excel pricing sheets may be requested from Regina Fields at Collins Bus Corporation Exceptions to the Rule: 5. Specification Page I-4: Engine Coolant Hoses Radiator and other engine coolant hoses supplied by the chassis manufacturer (not including heater hoses) must be constructed of silicone rubber or must be constructed with ethylene propylene diene monomer (EPDM) covering and aramid fiber reinforcement. Proposed Exception: OEM chassis supplied hoses are acceptable. ANSWER: The highest grade hoses supplied by OEM are acceptable on Type A chassis. If the OEM offers an option for silicone or silicone-equivalent hoses, then body manufacturers must order that option for Florida chassis. 6. Specification Page II-10: Upgraded Alternator There shall be an option for alternators having a minimum of 270 amps hot-rated output. Proposed Exception: We offer a 230Amp upgrade on Ford gas units and a 220Amp upgrade on the Chevy gas/diesel units. A 270Amp seems high for a Type-A1 bus. 7. Specification Page III-5: Wiring Diagram A complete body wiring diagram showing the location of wires and the code of circuits for buses meeting Florida Specifications must be installed in each body. Proposed Exception: We currently provide a Compact Disc with every unit that has all of Collins wiring diagrams due to the number of diagrams. These are broken down into smaller subsections of the system for better clarification. We also have an online database that customers can access at any time. ANSWER: Granted. ITB Addendum #3 Q&A Page 3 of 19

4 8. Specification Page III-5: Emergency Exit Buzzer Emergency door and emergency window buzzers must be connected to the accessory side of the ignition switch. Proposed Exception: Can we offer battery power all the time in lieu of accessory side power tie-in? This will allow continuous power in case of power loss to the engine. 9. Specification Page III-7: Interior Dome Lights There must be installed at least four recessed flush-mounted interior lights in the passenger compartment of the bus, operated by one switch mounted on the control panel. & There must also be two recessed flush-mounted interior lights mounted in the driver s area of the bus (to the left and right of the centerline of the bus), operated by a separate switch mounted on the control panel. Proposed Exception: A low profile surface mounted LED lamps (smooth top) which do not infringe on FMVSS S5.3.1 Head protection zone. Proposed Exception: We have a centered driver dome light with the option to add one above the driver on the ABS headliner for additional light. These are LED. 10. Specifications Page III-13: Entrance Grab Handle A suitable grab handle or rail must be provided at the front entrance, securely mounted inside of the body. Grab handles must be made of round stainless steel, 1 inch outside diameter (OD). Proposed Exception: 1.25 OD smooth or knurled Stainless Steel grab handle. Our handle is designed and passes NHTSA s prescribed Anti-Catch Drawstring Test. Ours are also per ADA standard stating The diameter or width of the gripping surface of interior handrails and stanchions shall be 11 4 inches to 11 2 inches or shall provide an equivalent gripping surface. Handrails shall be placed to provide a minimum 11 2 inches knuckle clearance from the nearest adjacent surface. ANSWER: Granted. 11. Specification Page III-13: Sealed Rub Rails The overlap of the edge of the exterior roof and side panels, and also the top edge of rub rails, must be sealed to prevent moisture, dust, and other contaminants from entering the joints and the bus. Proposed Exception: Our rub rails are fully painted and designed with a 3M VHB structural adhesive strips that also serve as standoffs to allow for water to pass though. They are also attached using mechanical fasteners per the National Minimum Standards (NSTSP) ITB Addendum #3 Q&A Page 4 of 19

5 12. Specification Page III-14 : Rearview Mirror System The system must consist of one flat and one convex mirror lens per side. Each mirror set must be mounted on a single breakaway arm with a positive detent or lock. Proposed Exception: Rosco breakaway system that meets FMVSS S9 ANSWER: Specific Rosco model information is required for consideration. 13. Specification Page III-15: Interior Below Window Panels The interior paneled area immediately below the window line must be aluminumcoated steel. Proposed Exception:.032 Embossed Aluminum lower interior panels. Increased level of corrosion resistance. Pass Side Intrusion Testing 14. Specification Page III-16: Barrier Modesty Panels Barriers at the entrance side and the driver's side must have a full-width, aluminized steel panel below the padded section extending down to the floor Proposed Exception:.032 Embossed Aluminum lower interior panels. Increased level of corrosion resistance. 15. Specification Page III-17: Manual Entrance Door Control A double-bearing, epoxy-coated, mechanical control must be mounted within comfortable reach of driver on a firm and substantial support and lock in the offcenter position. On models with service doors opening outward, there must be installed an approved safety latch. The control must have a smooth machined handle and the rod to the door must be epoxy-coated. Proposed Exception: Durable powder coated control to prevent oxidation with safety latch and an ergonomical rubber handle. ANSWER: Granted 16. Specification Page IV-4: Above Lift Door Dome Lights There must be a flush-mounted, dome light located on the inside ceiling of the bus above the lift opening. Proposed Exception: A low profile surface mounted LED lamps (smooth top) which do not infringe on FMVSS S5.3.1 Head protection zone. ITB Addendum #3 Q&A Page 5 of 19

6 17. Specification Page V-7: AC Control Switches No driver control switch or variable potentiometer may have an operating amperage above three amperes (amps). Manufacturers must use relays, transistors, or other load switching devices to ensure that control switches do not exceed three amps draw. Proposed Exception: Can we run a 15Amp max draw switch for the controls. The highest draw we have seen through these switches is 9Amps so we are not exceeding the switch limit. Special Request Options: 18. Specification Page I-5: Full Time Light System All buses must be equipped with Full-Time Lights (FTL) ANSWER: Section 4.2 of Bid No. ITB: states, The bidder who requests changes to the state s specifications must identify and describe the bidder s difficulty in meeting the state s specifications, provide detailed justification for a change and provide recommended changes to the specifications. A description and justification were not provided for questions 18 through 23. Consequently, answers to these questions will not be provided. 19. Specification Page III-5: Backup Alarm Decal All buses must have a sticker affixed to the dash in full view of the driver indicating that the bus is equipped with a backup alarm. 20. Specifications Page III-7: Post Trip Check Mate The bus must be equipped with a system to require the driver to walk to the rearmost interior of the bus after each trip to deactivate the system via a push button and to ensure that no passengers are left on the bus. 21. Specifications Page III-9 Student Warning Lights and Operation ITB Addendum #3 Q&A Page 6 of 19

7 22. Specifications Page III-12: Roadside Reflectors There must be three reflector warning devices, mounted in a location accessible to driver in the front section of the bus, and stored in a container. The container must be sealed with a breakable, nonreusable seal. 23. Specifications Page IV-4: Wheel Chair Entrance Padding The outermost stationary frame structure of the lift exposed to the passenger compartment must be padded with high-density foam down to within 3 inches of the floor Sun State International Trucks 24. Section 3.0, The resulting contract may not be renewed This statement appears to be in conflict with Section 4.5 Extension. Please provide clarification of the intended definitions of Renewal vs Extension as they relate to this contract. ANSWER: There are no renewals to this contract. However, the contract may be extended for a period not to exceed six months if necessary. 25. Section 8.0, Requirement for letter certifying that manufacturers have run all required Allison SCAANS. Since all reference to Allison SCAANS has been removed from the Specifications and appears to have been removed from Section 6.2 of the ITB, will this item continue to be required with bid submission? Will the department accept certification of testing using other systems in lieu of the Allison SCAAN system? ANSWER: Bidders must submit a letter stating that all Type C and D buses will meet chassis performance requirements. This requirement may be satisfied using the Allison SCAAN system or other systems in lieu of the Allison SCAAN system. 26. Section 6.1, DO NOT WRITE IN CHANGES ON ANY ITB SHEETS. Will the Department accept changes to the required price sheets for additional options such as Seating, Diagnostic Equipment and Training, Camera Systems etc? Additions, Deletions and edits for these items will be necessary to provide an accurate proposal. Will the Department accept additional sheets as necessary for A/C systems and other optional equipment? ITB Addendum #3 Q&A Page 7 of 19

8 ANSWER: The following pricing pages may be copied as needed: P-18, P-19, P-21, P- 24, P-25, P-25b, P-26, P-27, P-30, P-31, P-34, P-35, P-36 and P-37. Page P-40 may be copied twice, for a total of no more than five pages of video and GPS system options submitted. Equipment options may be added to or deleted from pages P-18 (optional tire only), P-19 (optional lift equipment only), P-25b, P-26, P-27, P-30, P-34, P-38, P-39 and P-40 as needed. 27. Price Page Option B7 Child Seats, Sun State respectfully requests that a line for the BTI Integrated Child Seat be added to the price documents. ANSWER: Granted. Revised Excel pricing sheets may be requested from Regina Fields at Regina.Fields@fldoe.org. 28. Specifications pg V-8, refrigerant hoses and fittings. Will the Department allow as an approved equal Type C hose with quick click style clamps and fittings as was granted by addendum on Bid ? ANSWER: Granted. Hoses meeting SAE J2064 Type C requirements, with compatible fitting systems, are allowed. 29. Specifications pg V-5 & V-6, Will the Department allow as an option the TM-43 or other high capacity single compressor in lieu of two TM-21 compressors on Type C, System A and System B configurations? Bidders may offer optional pricing and specifications for air conditioner systems using the TM-43 compressor in order to accommodate approval as part of future pilot testing. Such pricing and specifications will be for informational purposes and will not be available for purchase except as part of an approved pilot test. Florida Transportation Systems, Inc. 30. The term vendor is frequently used throughout the ITB, but is not defined in Section 3.2, DEFINITIONS, pages 7-8. (Reference Section 3.0, page 6, Section 4.1, page 9, Section 4.29, page 16, etc.) Should the term vendor be added to the list of defined terms to avoid any potential misunderstandings or be replaced throughout the ITB with the term bidder which is already defined on page 7? ANSWER: For the purposes of Bid No. ITB , the term vendor is a potential contractor acting on his or her own behalf and on behalf of those individuals, partnerships, firms or corporations comprising the vendor s team who has not yet submitted a response to this solicitation. Once a response to this solicitation has been submitted by a vendor, the vendor will become a bidder and the terms vendor and bidder may be used interchangeably. 31. Page 18, item 5.3, of ITB discusses required insurance coverage and describes a Certificate(s) of Insurance; however, there is no indication of what should be done with it. Please provide specific guidance regarding when and to whom such Certificate(s) of Insurance is to be submitted, if necessary. ITB Addendum #3 Q&A Page 8 of 19

9 ANSWER: Proof of the required insurance coverage is not required to be submitted with the bid response. 32. Section 7.4, DEALER-OFFERED OPTIONS AND SALES INCENTIVES states that Occasionally, a customer may request a vehicle option that is not included on this contract. Additional dealer-offered options may NOT be offered after the bid opening. Should a bidder have concerns that this provision is in violation, who specifically should be notified and what is the process for evaluation by the Bureau of Contracts, Grants and Procurement Management Services? ANSWER: Per Section 7.24, Ronnie McCallister is the project manager and will be responsible for the implementation of any contract resulting from Bid No. ITB Page 25, item 7.19 of ITB states that Purchase orders will be accepted beginning immediately after contract execution through December 30, Please clarify that purchase orders or requisitions against ITB will not begin until January 1, 2016 as stated on page 8, section 3.3 SCHEDULE OF EVENTS. ANSWER: Purchase orders or requisitions against ITB will not be accepted until January 1, 2016, as stated on Section 3.3, Schedule of Events. 34. Section 8.0, PRELIMINARY SUBMITTAL REVIEW requires a Letter stating that all Type C and D buses will meet chassis performance requirements and that manufacturers have run all required Allison System for Computerized Application Analysis evaluations. However, ITB does not require that a SCAAN be performed. The ITB only requires that the bidder provide a Letter stating that all Type C and D buses will meet chassis performance (Section 6.2, BID RESPONSE FORMAT INSTRUCTIONS.) It is requested that Section 8.0 be revised to remove the requirement for a letter stating that manufacturers of all Type C and D buses have run Allison System for Computerized Application Analysis evaluations. ANSWER: See Department Response to question On OPTIONAL EQUIPMENT PRICES, the description for Section C1A is Front Tow Hooks and for Section C1B, Rear Tow Hooks. On SPECIFICATIONS FOR OPTIONAL CHASSIS, EQUIPMENT IN TYPES C AND D BUSES, page II-10, the option description specifies tow hooks or tow eyes. Should the description of Section C1A be revised to include the language or tow eyes? 36. Pages I-1 through I-9 of the Florida School Bus Specifications Revised 2013 detail the required and optional chassis specifications for Type A Buses. In regards to base engine requirements for Type A1 bid pricing, is a gasoline engine acceptable as the base bid? ITB Addendum #3 Q&A Page 9 of 19

10 37. Page I-8 of the Florida School Bus Specifications Revised 2013 details the required and optional chassis specifications for Type A buses. For the 19p Type A1 bus, we respectfully request the following approvals for the new Ford Transit cutaway chassis: 10,360lb GVWR, 138 wheelbase, 3.2L diesel engine and a 25-gallon fuel tank. 38. Page I-8 of the Florida School Bus Specifications Revised 2013 details the required and optional chassis specifications for Type A buses. For the 23p and 29p Type A1 bus, we respectfully request the following approvals for the new Ford Transit cutaway chassis: 41,360lb GVWR, 158 wheelbase, 3.2L diesel engine and a 25- gallon fuel tank. 39. Attachment 11, Florida School Bus Specifications, Revised 2013, indicates that an Allison PTS 5-speed transmission (except for Type D rear engine) or approved equal is required (see below). However, since the entire section is referenced as BASIC MINIMUM SPECIFICATIONS FOR SCHOOL BUS CHASSIS FOR MOUNTING TYPES C and D SCHOOL BUS BODIES on page II-3, it is Blue Bird s interpretation that the 6-speed Allison PTS 2500/3000 transmissions would be considered to exceed the Florida minimum specifications. Please confirm that Blue Bird s interpretation meets the intent of the specifications as written. ANSWER: For purposes of Bid No. ITB , a six-speed Allison PTS 2500 or 3000 transmission is considered to be an approved equal to a five-speed transmission in the types and capacities specified. Pricing pages P-32 and P-33 contain the following note in reference to the transmission model and number of forward gears: ** THIS ITEM MAY NOT BE CHANGED OR SUBSTITUTED UNDER ANY CIRCUMSTANCES. A SIX-SPEED TRANSMISSION IS CONSIDERED AN APPROVED EQUAL TO A FIVE-SPEED TRANSMISSION FOR TYPE D FRONT ENGINE, TYPE D REAR ENGINE (72 CAPACITY) AND TYPE C (47-78 CAPACITY) VEHICLES. 40. Page III-3 of the Florida School Bus Specifications Revised 2013, BATTERY DISCONNECT SWITCH reads, in part, There must be a battery disconnect switch in the air conditioning (A/C) or battery compartment or within three feet of the battery box if no A/C box is available. Is this also applicable to Type A1 buses? ANSWER: Type A1 buses are not required to meet this requirement. ITB Addendum #3 Q&A Page 10 of 19

11 41. Page III-3 of the Florida School Bus Specifications Revised 2013 reads, in part The bumper must also have the structure and strength necessary to allow the unloaded vehicle to be lifted with a bumper jack without deformation or damage. Please note that both Ford and General Motors do not allow for lifting of the vehicle by the rear bumper for Type A1 buses. We respectfully request that Type A1 buses be exempt from this requirement. ANSWER: Granted. 42. Page III-4 of The Florida School Bus Specifications Revised 2013, DRIVER'S SEAT BELT, reads, in part, Buses must be equipped with a Type 2 lap belt/shoulder harness seat belt assembly for the driver. The design must incorporate a fixed female push-button latch on the right side at seat level, and a male locking bar tongue on the left, retracting side. The assembly must be equipped with a single, dual sensitive Emergency Locking Retractor (ELR) for the lap and shoulder belt. This system must be designed to minimize cinching down on suspension type seats. The lap portion of the belt must be anchored or guided at the seat frame by a metal loop or other such device attached to the right side of the seat to prevent the driver from sliding sideways out of the seat. It appears that the requirement for a metal loop was inadvertently included in the 2013 School Bus Specifications for the driver s seat. The following question/answer was included with Addendum #1, Bid No: ITB , February 8, 2010 regarding the metal loop on the driver s seat: Rivers Question #6: Specifications, Drivers Seat, is the Footmans Loop required on the driver s seat if the female portion of the Driver s seatbelt is attached at the seat frame just below the seat cushion, thus preventing the driver from sliding sideways out of the seat. The Footmans Loop on the current configuration of seat/seat belt serves no practical purpose other than add cost. Department Response to Rivers #6: Granted. Will the requirement for the metal loop be waived for the ITB ? ANSWER: Granted. 43. Attachment 11, Florida School Bus Specifications, Revised 2013, page III-13, GRAB HANDLE AT ENTRANCE states that A suitable grab handle or rail must be provided at the front entrance, securely mounted inside of the body. Grab handles must be made of round stainless steel, 1 inch outside diameter (OD). The grab handle and mounting must be designed to minimize the possibility of students' clothing or personal items becoming lodged or caught upon exiting the bus, in order to reduce the risk of injury or fatality to passengers from being dragged outside the bus. Blue Bird offers a 1-1/4 diameter grab rail as required by ADA. Though school buses are not required to meet ADA, it is not uncommon for Blue Bird to receive customer requests for grab rails meeting the ADA grab rail diameter requirements (1-1/4 ). Blue Bird currently offers a grab rail installation providing 1-1/4 diameter stainless steel tubing for both a rear and forward grab rail. Blue Bird requests confirmation that a 1-1/4 diameter stainless steel grab rail meeting ADA would be considered to exceed the Florida minimum specifications. ITB Addendum #3 Q&A Page 11 of 19

12 ANSWER: Granted. 44. In Section V, page V-5 II, A.1.a and page V-6 II.B.2.G of Florida School Bus Specifications address air conditioning evaporator/blower assemblies. Buses 65p and larger are to include 3 evaporator/blower assemblies. Please clarify if the driver s in-dash evaporator/blower assembly is to be considered as one of the three evaporator/blower assemblies? ANSWER: No. The driver s in-dash evaporator/blower assembly is not considered to be one of the three required evaporator/blower assemblies. 45. In Section V, page V-4 II, A.2.F and page V-6 II.B.1.1 of Florida School Bus Specifications requires two compressors for A & B air conditioning systems. Will the department allow the use of a TM-43 high capacity single compressor or similar in lieu of the two TM-21 compressors in these configurations as an option? ANSWER: See Department response to question Attachment 11, Florida School Bus Specifications, Revised 2013, page V-8, section III.2.g reads All flexible refrigerant hoses and fittings must be the Quick Click or E-Z Clip or approved equal system of hoses and end fittings. All refrigerant hoses must meet SAE J2064 (D, E or F) requirements for refrigerant hoses. We respectfully request that the department all for the use of the ATCO Air-o-Crimp 3800 Series Hose and Fitting system. This hose exceeds SAE J2064 requirement, however, the fitting system requires the use of the a Type C hose designed by ATCO. The ATCO fitting system and hoses exceeds SAE J2064 in regards to permeation, moisture ingression, coupling integrity and burst-test requirements. ANSWER: See Department Response to question In general, Florida School Bus Specifications, Revised 2013, Section II Types C and D Chassis Specifications, address basic minimum school bus chassis requirement as they pertain to diesel powered chassis. Should all non-diesel engines be addressed through the ITB described format in section 7.27 of ITB ? Essentially, should all non-diesel engines be listed along with any modifications, on pricing page P-27? ANSWER: Yes. Matthews Buses, Inc. 48. Section 4.17 AWARD MBI request the same language as currently listed in the Exception clause. Current document related to the appears to have been removed. Rational: as newer Alternate fueled engines continue to be upgraded, enhanced and available the costs variable would be an unfair costs inhibitor. As noted on the current Bid states: 4.18 AWARD ITB Addendum #3 Q&A Page 12 of 19

13 As is in the best interest of the state, the right is reserved to award based on all or none of the items, a group of items, item by item or any combination thereof, to a responsive, responsible bidder. As is in the best interest of the State of Florida, the right is reserved to reject any and/or all bid responses or to waive any minor irregularity in bid responses received. Conditions that may cause rejection of a bid response include, without limitation, evidence of collusion among bidders, obvious lack of experience or expertise to perform the required work, or failure to perform or meet financial obligations on previous contracts. Bid tabulations will be posted and available for public viewing in the reception room of the Bureau of Contracts, Grants and Procurement Management Services and posted on the VBS. A printed copy of the bid tabulation will be available upon written request to the Bureau of Contracts, Grants and Procurement Management Services. Telephone requests will not be accepted. Each written request must contain a self-addressed, stamped envelope and must reference the bid title and number. Bid awards will be made in conformance with applicable requirements of chapter 287, F.S.; chapters 60A-1 and 6A- 3, FAC; and the requirements of this invitation to bid, where this ITB may include additional or more specific procedures. Awards will be made for the following school bus configurations, as available, meeting standard Florida School Bus Specifications, Revised 2013: Type A; Type C (wet-sleeve engine); Type C (parent-bore engine); Type D rear engine (wet-sleeve engine); Type D rear engine (parent-bore engine); Type D front engine (wet-sleeve engine); and Type D front engine (parent-bore engine), subject to the following procedures: ƒ Low price shall be calculated for each configuration based on the combination price for completed units, selected options (not including air-conditioning), and average regional delivery cost using price quotes as supplied in this bid (Bid No: ITB , Attachment 1 Vendor s Bid Pricing Sheets). Bid awards will be made on the basis of a multiple supplier award. Overall awards will be made to each responsive and responsible bidder for all configurations on which that bidder submits price quotes within 10 percent of the lowest price for that configuration. A configuration is defined as a unique combination of the following vehicle characteristics: bus capacity (e.g., 65 capacity), engine type (e.g., wet-sleeve), and wheelchair lift (if applicable). An example of a configuration for this purpose is a 65 capacity Type C wet-sleeve with lift. Exception: In order to allow interested school districts and charter schools to gain experience with available alternative fuel-powered buses, and given the low-volume, specialty nature of these buses, bid awards will be made for alternative fuel-powered buses, as available, without regard to the pricing offered for such buses by other bidders. Technical variations to published bid award procedures may be invoked at the discretion of the Department when necessary to ensure equitability. ANSWER: See Revised Section 4.17 on page 1 of this Addendum. 49. MBI Question #2: Section 3.0 on page 6 Intent A 12 month term contract is noted with an extension clause listed as a possible extension under section 4.25 Extension for an added six months. Request the be for the full 18 months as current with ITB Addendum #3 Q&A Page 13 of 19

14 ANSWER: Granted. Section 3.3, Schedule of Events, has been revised to reflect an anticipated contract end date of June 30, Section 4.15, Response Duration, has been revised to read, All submitted bid responses are binding until June 30, Paragraph 2 under Section 4.16, Pricing, has been revised to read, All bid prices quoted for Type A, Type C and Type D school buses and optional equipment should be in even dollar amounts. All bid prices for base units, standard options and additional contract options, including warranty agreements, should be submitted on the Microsoft Excel worksheets provided in Attachment 1 - Vendor s Bid Pricing Sheets, of this ITB. Pricing is also to be submitted in Microsoft Excel file format for base buses and options. These worksheets will be provided via to bidders listed on the bid notification list. Prospective bidders may also request to receive the electronic worksheets from Regina Fields at Regina.Fields@fldoe.org. The electronic worksheets are identical to the paper bid sheets included in the bid. Hard copies of price quotes are still requested, but may be printed from the electronic spreadsheets. Pricing must include the furnishing of all parts, labor, transportation, incidental services and materials required. There shall be no additional price charged for work performed under this bid. All bid prices must remain firm until June 30, Prices should be submitted on the forms provided in a SEALED ENVELOPE with the bid number written on the outside. No price changes will be allowed throughout the contract period. Paragraph 2 under Section 6.0, Bid Response Submission, has been revised to read, Each bidder should fully acquaint himself or herself with the conditions relating to performance requirements under the conditions of this ITB. All bid prices should be submitted on the sheets provided in this ITB. All bid prices must remain firm until June 30, Paragraph 1 under Section 7.19, Timelines, has been revised to read, Purchase orders will be accepted beginning January 1, 2016, through June 30, The required delivery date will be 240 days from the date the bidder and/or bidder s representative(s) receives the district s electronic purchase order notification after processing by the department. MBI Question #3: Please clarify the exact page numbers on this bid that can be copied as needed for which options can be added to or deleted. ANSWER: See Department Response to question 26. Alliance Bus Group Exceptions to the Rule: 50. Specification Page I-4: Engine Coolant Hoses Radiator and other engine coolant hoses supplied by the chassis manufacturer (not including heater hoses) must be constructed of silicone rubber or must be ITB Addendum #3 Q&A Page 14 of 19

15 constructed with ethylene propylene diene monomer (EPDM) covering and aramid fiber reinforcement. Proposed Exception: OEM chassis supplied hoses are acceptable. ANSWER: See Department Response to question Specification Page II-10: Upgraded Alternator There shall be an option for alternators having a minimum of 270 amps hot-rated output. Proposed Exception: We offer a 230Amp upgrade on Ford gas units and a 220Amp upgrade on the Chevy gas/diesel units. A 270Amp seems high for a Type-A1 bus. ANSWER: See Department Response to question Specification Page III-5: Wiring Diagram A complete body wiring diagram showing the location of wires and the code of circuits for buses meeting Florida Specifications must be installed in each body. Proposed Exception: We currently provide a Compact Disc with every unit that has all of Collins wiring diagrams due to the number of diagrams. These are broken down into smaller subsections of the system for better clarification. We also have an online database that customers can access at any time. ANSWER: See Department Response to question Specification Page III-5: Emergency Exit Buzzer Emergency door and emergency window buzzers must be connected to the accessory side of the ignition switch. Proposed Exception: Can we offer battery power all the time in lieu of accessory side power tie-in? This will allow continuous power in case of power loss to the engine. ANSWER: See Department Response to question Specification Page III-7: Interior Dome Lights There must be installed at least four recessed flush-mounted interior lights in the passenger compartment of the bus, operated by one switch mounted on the control panel. & There must also be two recessed flush-mounted interior lights mounted in the driver s area of the bus (to the left and right of the centerline of the bus), operated by a separate switch mounted on the control panel. Proposed Exception: A low profile surface mounted LED lamps (smooth top) which do not infringe on FMVSS S5.3.1 Head protection zone. Proposed Exception: We have a centered driver dome light with the option to add one above the driver on the ABS headliner for additional light. These are LED. ITB Addendum #3 Q&A Page 15 of 19

16 ANSWER: See Department Response to question Specifications Page III-13: Entrance Grab Handle A suitable grab handle or rail must be provided at the front entrance, securely mounted inside of the body. Grab handles must be made of round stainless steel, 1 inch outside diameter (OD). Proposed Exception: 1.25 OD smooth or knurled Stainless Steel grab handle. Our handle is designed and passes NHTSA s prescribed Anti-Catch Drawstring Test. Ours are also per ADA standard stating The diameter or width of the gripping surface of interior handrails and stanchions shall be 11 4 inches to 11 2 inches or shall provide an equivalent gripping surface. Handrails shall be placed to provide a minimum 11 2 inches knuckle clearance from the nearest adjacent surface. ANSWER: See Department Response to question Specification Page III-13: Sealed Rub Rails The overlap of the edge of the exterior roof and side panels, and also the top edge of rub rails, must be sealed to prevent moisture, dust, and other contaminants from entering the joints and the bus. Proposed Exception: Our rub rails are fully painted and designed with a 3M VHB structural adhesive strips that also serve as standoffs to allow for water to pass though. They are also attached using mechanical fasteners per the National Minimum Standards (NSTSP) ANSWER: See Department Response to question Specification Page III-14 : Rearview Mirror System The system must consist of one flat and one convex mirror lens per side. Each mirror set must be mounted on a single breakaway arm with a positive detent or lock. Proposed Exception: Rosco breakaway system that meets FMVSS S9 ANSWER: See Department Response to question Specification Page III-15: Interior Below Window Panels The interior paneled area immediately below the window line must be aluminumcoated steel. Proposed Exception:.032 Embossed Aluminum lower interior panels. Increased level of corrosion resistance. Pass Side Intrusion Testing ANSWER: See Department Response to question 13. ITB Addendum #3 Q&A Page 16 of 19

17 59. Specification Page III-16: Barrier Modesty Panels Barriers at the entrance side and the driver's side must have a full-width, aluminized steel panel below the padded section extending down to the floor Proposed Exception:.032 Embossed Aluminum lower interior panels. Increased level of corrosion resistance. ANSWER: See Department Response to question Specification Page III-17: Manual Entrance Door Control A double-bearing, epoxy-coated, mechanical control must be mounted within comfortable reach of driver on a firm and substantial support and lock in the offcenter position. On models with service doors opening outward, there must be installed an approved safety latch. The control must have a smooth machined handle and the rod to the door must be epoxy-coated. Proposed Exception: Durable powder coated control to prevent oxidation with safety latch and an ergonomical rubber handle. ANSWER: See Department Response to question Specification Page IV-4: Above Lift Door Dome Lights There must be a flush-mounted, dome light located on the inside ceiling of the bus above the lift opening. Proposed Exception: A low profile surface mounted LED lamps (smooth top) which do not infringe on FMVSS S5.3.1 Head protection zone. ANSWER: See Department response to question Specification Page V-7: AC Control Switches No driver control switch or variable potentiometer may have an operating amperage above three amperes (amps). Manufacturers must use relays, transistors, or other load switching devices to ensure that control switches do not exceed three amps draw. Proposed Exception: Can we run a 15Amp max draw switch for the controls. The highest draw we have seen through these switches is 9Amps so we are not exceeding the switch limit. ANSWER: See Department response to question 17. Special Request Options: 63. Specification Page I-5: Full Time Light System All buses must be equipped with Full-Time Lights (FTL) ITB Addendum #3 Q&A Page 17 of 19

18 ANSWER: See Department response to question Specification Page III-5: Backup Alarm Decal All buses must have a sticker affixed to the dash in full view of the driver indicating that the bus is equipped with a backup alarm. 65. Specifications Page III-7: Post Trip Check Mate The bus must be equipped with a system to require the driver to walk to the rearmost interior of the bus after each trip to deactivate the system via a push button and to ensure that no passengers are left on the bus. 66. Specifications Page III-9 Student Warning Lights and Operation 67. Specifications Page III-12: Roadside Reflectors There must be three reflector warning devices, mounted in a location accessible to driver in the front section of the bus, and stored in a container. The container must be sealed with a breakable, nonreusable seal. 68. Specifications Page IV-4: Wheel Chair Entrance Padding The outermost stationary frame structure of the lift exposed to the passenger compartment must be padded with high-density foam down to within 3 inches of the floor ITB Addendum #3 Q&A Page 18 of 19

19 Potential proposers have 72 hours from posting of addenda to protest the requirements of each addendum. Failure to file a protest within the time prescribed in Section (3), or failure to post the bond or other security required by law within the time allowed for filing a bond shall constitute a waiver of proceedings under Chapter 120, Florida Statutes. YOUR BID WILL NOT BE COMPLETE WITHOUT THIS DOCUMENT SIGNED AND INCLUDED! Vendor Name written: Authorized Signature: Mailing Address: City, State & Zip Code: Telephone: Facsimile: Address: ITB Addendum #3 Q&A Page 19 of 19

TABLE OF CONTENTS PAGE SCHOOL BUS BID # ORDERING INSTRUCTIONS

TABLE OF CONTENTS PAGE SCHOOL BUS BID # ORDERING INSTRUCTIONS Pricing and Ordering Guide for School Buses 2016-2017 TABLE OF CONTENTS PAGE SCHOOL BUS BID #2016-01 ORDERING INSTRUCTIONS... 4-7 PRICES FOR TYPE A SCHOOL BUSES AND OPTIONAL EQUIPMENT... 8-9 PRICES FOR

More information

Questions and Answers

Questions and Answers ADDENDUM # 1 IFB NO.V-1711 Paratransit Cutaway Bus May 24, 2017 Dear Prospective Bidders: The purpose of this addendum is to answer questions for and make revisions in the above referenced Invitation for

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

ADDENDUM NO.1 IFB NO.V-1821 CUTAWAY BUS. July 3, 2018

ADDENDUM NO.1 IFB NO.V-1821 CUTAWAY BUS. July 3, 2018 ADDENDUM NO.1 IFB NO.V-1821 CUTAWAY BUS July 3, 2018 Dear Prospective Bidders: The purpose of this addendum is to answer questions for and revise the above referenced Invitation for Bids (IFB). The following

More information

MONTVILLE PUBLIC SCHOOLS MONTVILLE CONNECTICUT FEBRUARY 20, 2015 BID # BUS

MONTVILLE PUBLIC SCHOOLS MONTVILLE CONNECTICUT FEBRUARY 20, 2015 BID # BUS MONTVILLE PUBLIC SCHOOLS MONTVILLE CONNECTICUT INVITATION TO BID FOR PURCHASE OF SCHOOL BUSES 71, 77 AND 47 PASSENGER SCHOOL BUSES FEBRUARY 20, 2015 BID #14-15-1-BUS LEGAL NOTICE MONTVILLE PUBLIC SCHOOLS

More information

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

TITLE: Type A, Type C and Type D School Buses and Optional Equipment

TITLE: Type A, Type C and Type D School Buses and Optional Equipment State of Florida Florida Department of Education Bureau of Contracts, Grants and Procurement Management Services 332 Turlington Building 325 West Gaines Street Tallahassee, Florida 32399-0400 BID REGISTRATION

More information

Florida Department of Education Bureau of Contracts, Grants and Procurement Management Services 325 West Gaines Street, Room 332 Tallahassee, Florida 32399-0400 BID REGISTRATION *******************************************************************************************************************************************

More information

REQUEST FOR TRANSIT VEHICLE PRICE QUOTE (RFQ)

REQUEST FOR TRANSIT VEHICLE PRICE QUOTE (RFQ) REQUEST FOR TRANSIT VEHICLE PRICE QUOTE (RFQ) This is (check one): Initial Request for Quote (from Requesting Agency to Vendors) Due Date: January 12, 2019 Response to RFQ (from Responding Vendor back

More information

4 FEET HIGH CHAIN LINK FENCE AND GATE. TO INCLUDE TOP RAIL AND ALL OTHER HARDWARE, POSTS, ETC. NOT INCLUDED BELOW.

4 FEET HIGH CHAIN LINK FENCE AND GATE. TO INCLUDE TOP RAIL AND ALL OTHER HARDWARE, POSTS, ETC. NOT INCLUDED BELOW. 4 FEET HIGH CHAIN LINK FENCE AND GATE. TO INCLUDE TOP RAIL AND ALL OTHER HARDWARE, POSTS, ETC. NOT INCLUDED SIGNED BID / SIGNED ADDENDUM Yes / Yes Yes / Yes Yes / Yes YEARS EXPERIENCE 25 Years 24 Years,

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

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 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

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

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

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

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

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

More information

Request for Quote # Armored Vehicle for Hammond Police Swat Team

Request for Quote # Armored Vehicle for Hammond Police Swat Team City Of Hammond Purchasing Department Request for Quote # 15-36 Armored Vehicle for Hammond Police Swat Team Proposals shall be faxed/delivered to the City Of Hammond, Purchasing Department No later than

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

ADDENDUM No. 1. BID No /15 Chevrolet Silverado Work Trucks

ADDENDUM No. 1. BID No /15 Chevrolet Silverado Work Trucks Purchasing Department 530 Water Street Oakland, CA 94607 Date: November 17, 2017 ADDENDUM No. 1 BID No. 17-18/15 Chevrolet Silverado Work Trucks This Addendum modifies the original BID Documents for the

More information

1. Additional Information. Yes Yes Yes. Yes Yes Yes. Yes Yes Yes

1. Additional Information. Yes Yes Yes. Yes Yes Yes. Yes Yes Yes Bus Unit Price Type A2 Over 6350kg GVW Chassis. All units and components must meet Federal and Provincial regulations and $63,445.00 $65,317.00 $62,785.00 requirements and current D250 Type A2 Under 6350kg

More information

INVITATION TO BID. January 10, 2018

INVITATION TO BID. January 10, 2018 INVITATION TO BID January 10, 2018 The City of Bainbridge will receive sealed bids for ONE NEW PORTABLE TANDEM STATIC ROLLER to be LEASED FOR PURCHASE, as described in the attached specifications until

More information

Community Unit School District # N Cedar St New Berlin, IL

Community Unit School District # N Cedar St New Berlin, IL Community Unit School District #16 600 N Cedar St New Berlin, IL 62670 217-488-2040 71-Passenger Conventional School Bus Bid Proposal Sheet Bid Submission Deadline January 10th, 2019 9:00am Chassis Manufacturer

More information

Worcester Public Schools Student Transportation Contract Proposed Bid Specification Change Summary Sheet

Worcester Public Schools Student Transportation Contract Proposed Bid Specification Change Summary Sheet Worcester Public Schools 2020-2022 Student Transportation Contract Proposed Bid Specification Change Summary Sheet 1 for a five-year period beginning the First Day of Summer School 2015 and ending on the

More information

Community Unit School District # Church St Loami, IL

Community Unit School District # Church St Loami, IL Community Unit School District #16 212 Church St Loami, IL 62661 217-624-2541 71-Passenger Conventional School Bus Bid Proposal Sheet Bid Submission Deadline February 13, 2012 10:00am Chassis Manufacturer

More information

ADDENDUM NO. 1. April 6, Project: Gas and Diesel Bid for School System Stations

ADDENDUM NO. 1. April 6, Project: Gas and Diesel Bid for School System Stations Livingston Parish Public Schools Excellence in Education! 13909 Florida Boulevard P.O. Box 1130 Livingston, Louisiana 70754-1130 Phone: (225) 686-7044 Fax: (225) 686-3052 Website: www.lpsb.org John Watson

More information

STATE OF MINNESOTA EQUIPMENT SPECIFICATION. SPECIFICATION: September 2012 Page 1 SINGLE AXLE CAB & CHASSIS

STATE OF MINNESOTA EQUIPMENT SPECIFICATION. SPECIFICATION: September 2012 Page 1 SINGLE AXLE CAB & CHASSIS STATE OF MINNESOTA EQUIPMENT SPECIFICATION SPECIFICATION: 330-912 September 2012 Page 1 1.0 SCOPE SINGLE AXLE CAB & CHASSIS This unit shall be a currently advertised production model as modified per specifications

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

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

City of Storm Lake Fire Department Heavy Rescue Specifications

City of Storm Lake Fire Department Heavy Rescue Specifications INTENT OF SPECIFICATIONS City of Storm Lake Fire Department Heavy Rescue Specifications It shall be the intent of these specifications to provide a complete apparatus equipped as hereinafter specified.

More information

Notice is hereby given of the following changes and questions and answers to the above referenced Bid:

Notice is hereby given of the following changes and questions and answers to the above referenced Bid: FLORIDA DEPARTMENT OF TRANSPORTATION Procurement Office Joyce Plummer Joyce.plummer@dot.state.fl.us 605 Suwannee Street, MS 20 Tallahassee, Florida 32399-0450 Phone: (850) 414-4568 ADDENDUM NO. 3 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 #01 TYPE I AMBULANCE 2 WHEEL DRIVE 4 WHEEL DRIVE OPTIONAL (DIESEL ENGINE, DUAL REAR WHEEL,

More information

City of Hammond Purchasing Department RFP # General Maintenance and Repair Service Contract City Generators

City of Hammond Purchasing Department RFP # General Maintenance and Repair Service Contract City Generators 1 City of Hammond Purchasing Department RFP # 15-33 General Maintenance and Repair Service Contract City Generators Proposals Shall Be Received by the Purchasing Department, City of Hammond 310 East Charles

More information

A summary of the vehicle to be purchased: Department Type of Vehicle Quantity Stormwater Department One Ton Dual Rear Wheel Dump Truck w/ Bed 1

A summary of the vehicle to be purchased: Department Type of Vehicle Quantity Stormwater Department One Ton Dual Rear Wheel Dump Truck w/ Bed 1 City of Cartersville P.O. Box 1390 1 North Erwin Street Cartersville, GA 30120 DATE: January 24, 2018 TO: FROM: RE: Automobile Dealers Fleet Sales Personnel Tom Rhinehart, Finance Director Vehicle Bids

More 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 #09 75 REAR MOUNTED AERIAL APPARATUS ALL ITEMS FACTORY INSTALLED UNLESS OTHERWISE INDICATED

More information

Town of South Windsor, Connecticut. Police Department

Town of South Windsor, Connecticut. Police Department Town of South Windsor, Connecticut Police Department May 2018 Bid Documents for Automobile Lease Unmarked Police Vehicles Up to Nine (9) - Four (4) Door, Mid-Size, All Wheel Drive SUV type vehicles TOWN

More information

Paratransit Van PCID NO COMMONWEALTH OF PENNSYLVANIA PENNSYLVANIA COMMERCIAL ITEM DESCRIPTION (PCID)

Paratransit Van PCID NO COMMONWEALTH OF PENNSYLVANIA PENNSYLVANIA COMMERCIAL ITEM DESCRIPTION (PCID) COMMONWEALTH OF PENNSYLVANIA PENNSYLVANIA COMMERCIAL ITEM DESCRIPTION (PCID) PCID NO. 1154 Eff. June 8, 2015 Paratransit Van (Converted Van Type Passenger Vehicle) (Supersedes PCID 1154. eff. 19 May 2015)

More information

Creative Bus Dba Getaway Bus REPRESENTING New England Wheels

Creative Bus Dba Getaway Bus REPRESENTING New England Wheels Creative Bus Dba Getaway Bus REPRESENTING New England Wheels ORDER PACKET Contract #TRIPS-15-MB-GB MiniBus with ADA Option CONTRACT # TRIPS-15-MB-GB ORDER PACKET FOR MiniBus with ADA Option Creative Bus

More information

INVITATION TO BID Fort Morgan Golf Course Golf Carts

INVITATION TO BID Fort Morgan Golf Course Golf Carts INVITATION TO BID The is accepting sealed bids to Lease or Lease-purchase 45 until 4:00 p.m. (our clock) on September 2, 2011 at City Hall located at 110 Main Street, Fort Morgan, Colorado 80701 at which

More information

Brazos Transit District. RFP#: Date: 10/31/2018. Creative Bus Sales Requests for Pre-Offer Change or Approved Equal: Page 1

Brazos Transit District. RFP#: Date: 10/31/2018. Creative Bus Sales Requests for Pre-Offer Change or Approved Equal: Page 1 Brazos Transit District Addendum #1 RFP#: 09232018 Date: 10/31/2018 The purpose of this addendum is the following: Page 2: Scope o o o Contract will be a fixed-price contract with an economic price adjustment

More information

One (1) New Ford F-150 Regular Cab XL Bid No Notice to Bidders

One (1) New Ford F-150 Regular Cab XL Bid No Notice to Bidders CITY OF SAN LEANDRO INVITATION FOR BIDS SUBMIT BID TO: City of San Leandro Purchasing Department 835 East 14th Street San Leandro, CA 94577 FOR FURTHER INFORMATION CONTACT: Julie Jenkins Purchasing Agent

More 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

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

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

More information

Invitation for Bid # Tandem Axle Dump Truck

Invitation for Bid # Tandem Axle Dump Truck Invitation for Bid # 2017-009 Tandem Axle Dump Truck Due Date: September 15, 2016 Time: 2:00pm Receipt Location: Government Center, 500 N. Main Street, 7 th Floor, Room #709, Monroe, NC 28112 Procurement

More 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

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

CITY OF PORTSMOUTH PURCHASING DEPARTMENT PORTSMOUTH, NEW HAMPSHIRE. Annual Fuel Bid - #01-18 INVITATION TO BID

CITY OF PORTSMOUTH PURCHASING DEPARTMENT PORTSMOUTH, NEW HAMPSHIRE. Annual Fuel Bid - #01-18 INVITATION TO BID CITY OF PORTSMOUTH PURCHASING DEPARTMENT PORTSMOUTH, NEW HAMPSHIRE Annual Fuel Bid - #01-18 INVITATION TO BID The City of Portsmouth is soliciting bids for our primary supply and emergency supply of fuel.

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

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

EL PASO INDEPENDENT SCHOOL DISTRICT PROCUREMENT SERVICES

EL PASO INDEPENDENT SCHOOL DISTRICT PROCUREMENT SERVICES PROCUREMENT SERVICES AWARD SUMMARY Solicitation: RFP #17-039 School Buses * This solicitation number must be referenced on all EPISD Purchase Orders * Effective Dates: May 17, 2017 through May 16, 2018

More information

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

Request for Proposal. Articulated Loader

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

More information

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

ADDENDUM NO. 2 DATE: March 3, BID TITLE: Replacement of Two (2) Twenty Ton Overhead Crane Hoists, Trolley Packages, and Associated Equipment

ADDENDUM NO. 2 DATE: March 3, BID TITLE: Replacement of Two (2) Twenty Ton Overhead Crane Hoists, Trolley Packages, and Associated Equipment FLORIDA DEPARTMENT OF TRANSPORTATION Procurement Office 605 Suwannee Street, MS 20 Tallahassee, Florida 32399-0450 Phone: (850) 414-4381 Fax: (850) 414-4951 ADDENDUM NO. 2 DATE: March 3, 2016 RE: BID #:

More information

SOMERSET BOROUGH TECHNICAL SPECIFICATIONS FOR A USED 1-TON STYLE DUMP BODY TRUCK

SOMERSET BOROUGH TECHNICAL SPECIFICATIONS FOR A USED 1-TON STYLE DUMP BODY TRUCK SOMERSET BOROUGH TECHNICAL SPECIFICATIONS FOR A USED 1-TON STYLE DUMP BODY TRUCK 1.0 INTENT: The Borough of Somerset is requesting bids for a 1 Ton dump style truck with a dump style body. This specification

More information

Page 1 of 6 ADDENDUM NO. 1. January 11, Shuttle Bus Service RFP # H General

Page 1 of 6 ADDENDUM NO. 1. January 11, Shuttle Bus Service RFP # H General ADDENDUM NO. 1 January 11, 2018 Shuttle Bus Service RFP # H18-0002 1. This addendum revises RFP documents. This addendum is issued to respondents of record prior to execution of contract, and forms a part

More information

CREATIVE BUS SALES, INC. REPRESENTING MOBILITY VENTURES, LLC

CREATIVE BUS SALES, INC. REPRESENTING MOBILITY VENTURES, LLC CREATIVE BUS SALES, INC. REPRESENTING MOBILITY VENTURES, LLC ORDER PACKET Contract #TRIPS-12-SNV-CBS Special Needs Type Vehicles TRIPS-12-SNV-CBS - 1 - October 2012 CONTRACT # TRIPS-12-SNV-CBS ORDER PACKET

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 Jeffersontown PROJECT SCOPE & DESCRIPTION

City of Jeffersontown PROJECT SCOPE & DESCRIPTION City of Jeffersontown PROJECT SCOPE & DESCRIPTION Project is to purchase a 2018 StarTrans Senator II with a 2018 Ford E350 DRW. Twelve (12) passengers with 2 w/c positions and Driver. Proposal Procedures

More information

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

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

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

More information

Dubuque Community School District SPECIFICATIONS BID FORM AND TIME AND PLACE OF FILING

Dubuque Community School District SPECIFICATIONS BID FORM AND TIME AND PLACE OF FILING Dubuque Community School District SPECIFICATIONS BID FORM AND TIME AND PLACE OF FILING All bids are to be executed on the forms provided herewith and only proposals submitted on these forms will be considered.

More information

REQUEST FOR PROPOSAL TRUCK DRIVER TRAINING TRACTOR AND TRAILER LEASING FOR ILLINOIS VALLEY COMMUNITY COLLEGE PROPOSAL # RFP2016-P02

REQUEST FOR PROPOSAL TRUCK DRIVER TRAINING TRACTOR AND TRAILER LEASING FOR ILLINOIS VALLEY COMMUNITY COLLEGE PROPOSAL # RFP2016-P02 REQUEST FOR PROPOSAL TRUCK DRIVER TRAINING TRACTOR AND TRAILER LEASING FOR ILLINOIS VALLEY COMMUNITY COLLEGE PROPOSAL # RFP2016-P02 The Board of Trustees of Illinois Valley Community College (IVCC) District

More information

INVITATION TO BID (ITB)

INVITATION TO BID (ITB) INVITATION TO BID (ITB) WHITFIELD COUNTY, GEORGIA ITB# PW-100-4-200-TSS-2019 73 HP TRACK SKID STEER Date: JANUARY 31st 2019 Time: 2:00 PM BRIAN MCBRAYER STAFF ACCOUNTANT (706) 275-7504 / (706) 275-7501

More information

SAN ANTONIO WATER SYSTEM PURCHASING DEPARTMENT

SAN ANTONIO WATER SYSTEM PURCHASING DEPARTMENT SAN ANTONIO WATER SYSTEM PURCHASING DEPARTMENT Issued By: Joseph Ramon Date Issued: July 29, 2014 BID NO.: 14-5053 FORMAL INVITATION FOR BIDS ANNUAL CONTRACT FOR PUMP REPAIRS SUBMERSIBLE TRAINS AND CENTRIFUGAL

More information

INVITATION TO BID (ITB)

INVITATION TO BID (ITB) INVITATION TO BID (ITB) WHITFIELD COUNTY, GEORGIA ITB# PW-100-4-200-SPB-2019 Self- Propelled Broom front mounted Date: JANUARY 31st 2019 Time: 2:00 PM BRIAN MCBRAYER STAFF ACCOUNTANT (706) 275-7504 / (706)

More 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

July 15, 2016 NOTICE INVITING BIDS NOTICE TO SUPPLIERS FOR FURNISHING MOTOR VEHICLES

July 15, 2016 NOTICE INVITING BIDS NOTICE TO SUPPLIERS FOR FURNISHING MOTOR VEHICLES July 15, 2016 NOTICE INVITING BIDS NOTICE TO SUPPLIERS FOR FURNISHING MOTOR VEHICLES 1. Sealed bids will be received by Carmichael Water District (District) for furnishing motor vehicles as set forth in

More information

Purchasing Department Finance Group INVITATION TO BID

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

More information

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

CMVSR 208 OCCUPANT RESTRAINT SYSTEMS IN FRONTAL IMPACT

CMVSR 208 OCCUPANT RESTRAINT SYSTEMS IN FRONTAL IMPACT CMVSR 208 OCCUPANT RESTRAINT SYSTEMS IN FRONTAL IMPACT revised: 2014-09-12 LEGEND FAS: A & LB: LB: : DSP Fully Automatic System Automatic plus Lap Belt Lap Belt Lap Belt plus Shoulder Belt Lap Shoulder

More information

INSTRUCTIONS TO BIDDERS

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

More information

REQUEST FOR PRICE QUOTATION FOR Laser Toner Cartridges. DATE BIDS REQUESTED: June 24, 2009 WEDNESDAY 10:30 A.M BID # RETURN TO:

REQUEST FOR PRICE QUOTATION FOR Laser Toner Cartridges. DATE BIDS REQUESTED: June 24, 2009 WEDNESDAY 10:30 A.M BID # RETURN TO: REQUEST FOR PRICE QUOTATION FOR Laser Toner Cartridges DATE BIDS REQUESTED: June 24, 2009 WEDNESDAY 10:30 A.M BID #09-003 RETURN TO: DR. PAM BEST, INTERIM SUPERINTENDENT LOUISBURG UNIFIED SCHOOL DISTRICT

More information

RFP Agricultural Tractors (AG tractor) SCOPE OF THE PROPOSAL

RFP Agricultural Tractors (AG tractor) SCOPE OF THE PROPOSAL Request for Proposal RFP Agricultural Tractors (AG tractor) 1. Introduction SCOPE OF THE PROPOSAL 1.1 The Ontario Federation of Snowmobile Clubs (OFSC) is accepting proposals for the purchase of Agricultural

More information

INSTRUCTIONS TO BIDDERS 3,000-gallon CLASS 5 AIRCRAFT RESCUE AND FIREFIGHTING (ARFF) VEHICLE (LOCALLY FUNDED)

INSTRUCTIONS TO BIDDERS 3,000-gallon CLASS 5 AIRCRAFT RESCUE AND FIREFIGHTING (ARFF) VEHICLE (LOCALLY FUNDED) INSTRUCTIONS TO BIDDERS 3,000-gallon CLASS 5 AIRCRAFT RESCUE AND FIREFIGHTING (ARFF) VEHICLE (LOCALLY FUNDED) The Capital Region Airport Authority (CRAA) hereby invites from persons, firms, or corporations,

More information

DELETE first sentence of first paragraph that reads: REPLACE with the following:

DELETE first sentence of first paragraph that reads: REPLACE with the following: To Bidder of Record: SAN ANTONIO WATER SYSTEM Addendum 2 To Construction Documents For 2012 WATER & SEWER CONSTRUCTION CONTRACT, PACKAGE I SAWS WATER JOB NO. 12-5001 SAWS SEWER JOB NO. 12-5501 Solicitation

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

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

ADDENDUM NO. 1 Kansas City Area Transportation Authority 1350 E. 17 th Street Kansas City, Missouri 64108

ADDENDUM NO. 1 Kansas City Area Transportation Authority 1350 E. 17 th Street Kansas City, Missouri 64108 ADDENDUM NO. 1 Kansas City Area Transportation Authority 1350 E. 17 th Street Kansas City, Missouri 64108 INVITATION FOR BIDS (IFB) #17-5036-33 BI-FUEL SHUTTLE BUSES FOR PARATRANSIT SERVICES Issue Date:

More information

SPECIFICATIONS MEDIUM DUTY TRANSIT BUS WITH ADA ACCESSIBILITY OPTIONS

SPECIFICATIONS MEDIUM DUTY TRANSIT BUS WITH ADA ACCESSIBILITY OPTIONS Page 1 SPECIFICATIONS MEDIUM DUTY TRANSIT BUS WITH ADA ACCESSIBILITY OPTIONS *** Note: All specifications will be considered minimum unless stated otherwise.*** PURPOSE This item shall be a vehicle suitable

More information

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

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

VENDOR GRAND TOTAL INTENDED AWARD

VENDOR GRAND TOTAL INTENDED AWARD Page of 6 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION BID TABULATION BID NUMBER: FAILURE TO FILE A PROTEST WITHIN THE OPENING DATE: 0/8/0 TIME: :00 P.M. TIME PRESCRIBED IN SECTION 0.(3), BID TITLE: Maintenance

More information

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

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

More information

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

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

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

More information

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

CITY OF ELKO, NEVADA REQUIREMENTS, SPECIFICATIONS AND CONTRACT DOCUMENTS TO FURNISH

CITY OF ELKO, NEVADA REQUIREMENTS, SPECIFICATIONS AND CONTRACT DOCUMENTS TO FURNISH CITY OF ELKO, NEVADA REQUIREMENTS, SPECIFICATIONS AND CONTRACT DOCUMENTS TO FURNISH July 2016 CITY OF ELKO FACILITIES DEPARTMENT SET NO.. TABLE OF CONTENTS Invitation to Bid... 1 Bidding Information...

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

COORDINATED GRANT COMPETITION: PROJECT SPONSOR FOLLOW-UP QUESTIONS

COORDINATED GRANT COMPETITION: PROJECT SPONSOR FOLLOW-UP QUESTIONS 2016-2017 COORDINATED GRANT COMPETITION: PROJECT SPONSOR FOLLOW-UP QUESTIONS AGENCY: Senior Services of Snohomish County PROJECT: TAP Capital Vehicle Purchase Question #1: The same package of funding letters

More information

The following documentation is an electronicallysubmitted vendor response to an advertised solicitation from the West Virginia Purchasing Bulletin

The following documentation is an electronicallysubmitted vendor response to an advertised solicitation from the West Virginia Purchasing Bulletin The following documentation is an electronicallysubmitted vendor response to an advertised solicitation from the West Virginia Purchasing Bulletin within the Vendor Self Service portal at wvoasis.gov.

More information

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

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

More information

Request for Proposal Crime Scene Investigation Truck August 23, 2012

Request for Proposal Crime Scene Investigation Truck August 23, 2012 Request for Proposal Crime Scene Investigation Truck August 23, 2012 1 City of Fargo Request for Proposal The City of Fargo is requesting proposals for (1) Crime Scene Investigation Truck. Sealed proposals

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 #09 75 REAR MOUNTED AERIAL APPARATUS ALL ITEMS FACTORY INSTALLED UNLESS OTHERWISE INDICATED

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

Hancock County Public Schools 83 STATE ROUTE 3543 HAWESVILLE, KENTUCKY PHONE (270) FAX (270)

Hancock County Public Schools 83 STATE ROUTE 3543 HAWESVILLE, KENTUCKY PHONE (270) FAX (270) Superintendent KYLE ESTES Hancock County Public Schools 83 STATE ROUTE 3543 HAWESVILLE, KENTUCKY 42348 PHONE (270) 927-6914 FAX (270) 927-6916 INVITATION TO BID GASOLINE / DIESEL FUEL 2016-2017 Board of

More information

SCHOOL BOARD OF BREVARD COUNTY OFFICE OF PURCHASING SERVICES 2700 JUDGE FRAN JAMIESON WAY VIERA, FL

SCHOOL BOARD OF BREVARD COUNTY OFFICE OF PURCHASING SERVICES 2700 JUDGE FRAN JAMIESON WAY VIERA, FL SCHOOL BOARD OF BREVARD COUNTY OFFICE OF PURCHASING SERVICES 2700 JUDGE FRAN JAMIESON WAY VIERA, FL 32940 6601 PB #14 PB 046 DR Purchase of New School Buses VENDOR RECOMMENDED FOR AWARD: VENDOR NAME AMOUNT

More information

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

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

More information

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