CITY OF CORALVILLE th Street, Coralville, IA

Similar documents
CITY OF CORALVILLE th Street, Coralville, IA

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

Everything You Need! Phone , Ext. 229

Municipality of the District of West Hants Request for Proposal (RFP) PW Supply of one (1) new ½ Ton 4x4 Truck

PART A TENDER SUBMISSION

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

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

CITY OF ALHAMBRA NOTICE INVITING BIDS NO. N2M16-144

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

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

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

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

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

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

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

REQUEST FOR BID For Trucks. Bid Notice

REQUEST FOR BID For Trucks. Bid Notice

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

PRESSURE WASHER SYSTEM AND TRAILER, COMMERCIAL DUTY

TENDER 2019 OR 2020, ONE AND A HALF TON EXTENDED DOUBLE CAB/CHASSIS, 4X4, DUMP BODY TRUCK

Three (3) New Ford Fusion Sedans Bid No Notice to Bidders

TENDER HALF TON PICKUP TRUCK, 4x4

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.

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

Invitation to Bid NEW FOUR WHEEL DRIVE EXTENDED CAB PICKUP TRUCK

Request for Proposal. Rear Load Refuse Truck

EQUIPMENT PURCHASE PUBLIC WORKS VEHICLE TENDER CONTENTS. Tender Call General Instructions General Requirements Specifications...

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

TENDER. 2017/2018 HALF TON PICKUP TRUCK, EXTENDED CAB, 4x4

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

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

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

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

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

INVITATION TO BID. January 10, 2018

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

CITY OF DOUGLAS BID PACKAGE NEW SPECIFIED 2019 HALF-TON 4X4 PICKUP TRUCK

NOTICE OF REQUEST FOR QUOTATIONS FOR A NEW 10,000 LB GVW REGULAR CAB SINGLE REAR WHEEL TRUCK WITH CTEC 9 LONG GENERAL PURPOSE DUMP STAKE BODY

BID SPECIFICATIONS FOR 16 STEEL DUMP BODY OPTION C (AUTOMATIC TRANSMISSION) WARREN WXL-16 $17, (INCLUDING OPTIONS)

Department of Finance Purchasing Department INVITATION TO BID

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

TENDER 2018 OR 2019, ONE AND A HALF TON CAB/CHASSIS, 4X4, DUMP BODY TRUCK

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

City of Lewiston Finance Department Allen Ward, Purchasing Agent

TENDER FOR SUPPLY AND DELIVERY OF ONE (1) NEW 2019 or LATER MODEL MINI CARGO VAN (GVW MINIMUM 4700, MAXIMUM 5500)

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

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

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

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

RFQ Fleet Vehicles. The City of Dawson Creek is requesting quotations for the supply and delivery of:

REQUEST FOR QUOTATIONS

STATE OF MINNESOTA PRICING PAGE. Service Bodies

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

Invitation for Bid # Tandem Axle Dump Truck

INVITATION TO BID FUEL PRODUCTS

INVITATION TO BID Fort Morgan Golf Course Golf Carts

CITY OF HAYS, KANSAS BID PROPOSAL REQUEST FOR A COLD PLANER TABLE OF CONTENTS

REQUEST FOR QUOTATION

MONTEREY PENINSULA REGIONAL PARK DISTRICT BOARD OF DIRECTORS MEETING

GALLATIN PUBLIC UTILITIES

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

BOCC MEETING TRANSMITTAL. #4 - Effective and Responsive Government. Consent. Ongoing

Request for Proposal. Articulated Loader

BID SPECIFICATIONS FOR 16 STEEL DUMP BODY OPTION B (MANUAL TRANSMISSION) OX BODIES/16 STAMPEDE $24, (INCLUDING OPTIONS)

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

CITY OF DIXON, CALIFORNIA CITY ENGINEER / PUBLIC WORKS DEPARTMENT, WASTEWATER DIVISION SOLANO COUNTY, CALIFORNIA BID SPECIFICATIONS

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

Guelph/Eramosa Township

Request For Bids Elko County Solid Waste Refuse Hauling and Disposal in the Midas Solid Waste Management Districts

City of Fargo Request for Proposal

Failure to comply with any of the instructions may be cause for the County to reject that bid.

Appendix A Group 3 SPECIFICATION, JEA CLASS 133: Truck / 3T CARGO REEL FLAT BED

The attached pre-qualification application should be submitted with your bid, in a separate sealed envelope.

Houston County Purchasing Department

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

Request for Proposal Sign Truck & Crane August 11, 2014

REQUEST FOR BIDS (RFB) # (1) NEW X4-3/4 TON EXTENDED CAB PICKUP TRUCK WITH LIFT GATE POSTING DATE: MARCH 7, 2018

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

Request for Quote # Armored Vehicle for Hammond Police Swat Team

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

Destin Beach Safety ATVs, UTV, and Waverunner

Request for Bids Medium Duty Truck Cab & Chassis, and Equipment

CITY OF BURLEY, IDAHO. Golf Course Maintenance Equipment. Terry Greenman

INSTRUCTIONS TO BIDDERS

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

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

SPECIFICATION, JEA CLASS 133+ UP-FITS, DESIGN/BUILD: FLATBED/CAB GUARDS, REEL ATTACHMENTS, FABRICATION / ASSEMBLY ETC. UPDATED July 05, 2018

Request for Proposal Snow Blower October 12, 2015

HORRY COUNTY SOLID WASTE AUTHORITY, INC.

ONE (1) EACH SELF-CONTAINED PATCH TRUCK

Purchasing Department Finance Group INVITATION TO BID

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.

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

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

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.

CITY OF BARTLETT 6400 STAGE ROAD BARTLETT, TENNESSEE 38134

RFP Agricultural Tractors (AG tractor) SCOPE OF THE PROPOSAL

THE MUNICIPALITY OF WEST ELGIN. QUOTE FOR THE SUPPLY OF ONE - 1/2 Ton Pickup Truck INSTRUCTIONS TO BIDDERS

CITY AND COUNTY OF SAN FRANCISCO. SPECIFICATION FOR Copier Lease Agreement Last revision 03/03/2016

Transcription:

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 AND CONDITIONS CONTAINED HEREIN. SUBMIT BID TO THE CITY CLERK AT THE ADDRESS BELOW, BY THE TIME AND DATE SPECIFIED, IN A SEALED ENVELOPE CLEARLY MARKED WITH BID#, AS NOTED BELOW. NO FAXED BIDS ACCEPTED. DATE : Jan 10, 2019 BID#: 19-104, Purchase One (1) 11 Utility Truck Body BID OPENING: 2:00 PM, January 31, 2019 Lobby Conference Room, City Hall, 1512 7 th St, Coralville, IA DELIVERY ON OR BEFORE: F.O.B.: 120 days after award of bid. City of Coralville, Streets Department 750 Camp Cardinal Blvd, Coralville, IA 52241 COST SUMMARY: 1. YEAR/MAKE/MODEL: 2. COST: EACH TOTAL 1) Purchase and Install: One (1) 11 Utility Truck Body $ $ 3. DELIVERY: If awarded the contract of the above bid, we agree to deliver equipment on or before, if formal order to proceed is received by. Name of Firm: Address: Name & Title of Representative: Signature of Representative: E-Mail Address: Web Site Address: www. Date Signed: Date Bid Expires: Phone No. Fax No. Streets Superintendent: efisher@coralville.org 319.248.1740 Submit Bid to: City of Coralville Attn: City Clerk Bid # : 19-104 1512 7 th St., Coralville, IA 52241

A. Scope of Contract: Section I. SPECIFIC CONDITIONS AND INSTRUCTIONS TO THIS PROPOSAL BID #19-104, PURCHASE ONE (1) 11 UTILITY TRUCK BODY The City of Coralville intends to purchase ONE (1) NEW AND UNUSED CURRENT MODEL YEAR 11 UTILITY TRUCK BODY to be used by the Streets Division per the terms and conditions and minimum specifications described herein. 11 UTILITY TRUCK BODY shall be completely installed and made fully operational on a 2019 Ford F550 cab/chassis supplied by City of Coralville. All transportation, installation and delivery charges shall be included in the bid price. The SPECIFIC CONDITIONS AND INSTRUCTIONS FOR THIS BID in Section I and the DETAILED SPECIFICATIONS in Section II. The City reserves the right to consider not only the bid price but also the ability of the vendor to provide service and parts for the vehicle(s)/equipment. B. Delivery: 1. The Vendor shall coordinate delivery with the Streets Superintendent. 2. Delivery of the new vehicle(s)/equipment is required on or before June 14, 2019 unless another date is mutually agreed upon. Vehicle(s)/equipment shall be completely operational and ready for service when delivered to the City of Coralville Streets Division. 3. At the time of delivery, vendor shall certify that the vehicle(s)/equipment meet all applicable State and Federal Motor Safety Vehicle and OSHA Safety Standards. C. Bidding Requirements: 1. If any bidder is in doubt as to the intent or meaning of any part of this Request for Bid, the vendor must e-mail the City Representative listed on page three (3) no later than January 24, 2019, 3:00 p.m. (local time). All questions must be in written form to receive a response. 2. Bidders are not required to bid on all options for their bid to be considered. 3. No bid security will be required. 4. The following items must be included in the bidder s submitted bid. The City reserves the right to reject any bid that does not contain the following items: a. Completed and signed COST SUMMARY, Page 1. b. Completed DETAILED SPECIFICATIONS, Sec. II. c. Manufacturer's catalogs, specifications sheets, or other literature, giving full detailed information on vehicle(s)/equipment bid. The vehicle(s)/equipment shall be identified in the catalog, specification sheets, or literature by model and number. d. Manufacturer's warranty literature (engine and power train as well as entire vehicle). 5. The bidder is responsible for all costs related to preparation of this bid. 6. Bidders are required to meet all qualifications and specifications in order to be considered for award.

7. The submission of this bid implies the vendor s acceptance of the terms and conditions of this bid, unless otherwise stated. 8. All costs for manufacturing, shipping and delivery shall be included in the vendor s bid price. Any costs associated with the manufacturing and delivery of the vehicle(s)/equipment not included in the vendor s submitted pricing will be the responsibility of the vendor. 9. The awarded vendor shall provide all necessary labor, materials, equipment, and travel to supply and deliver the vehicle(s)/equipment. 10. All shipments shall be FOB destination (Coralville Street Department, 750 Camp Cardinal Blvd, Coralville, IA 52241) 11. The City is not responsible for delays occasioned by the U.S. Postal Service, the internal mail delivery system of the City, or any other means of delivery employed by the bidder. Similarly, the City is not responsible for, and will not open any bid responses which are received later the date and time stated on page 1. D. Contract Award: 1. The vendor s submitted bid must be complete to be considered for award. 2. Award of this contract will be made to the lowest responsive, responsible bidder whose bid, conforming to the solicitation, will be the most advantageous to the City of Coralville. Past performance of the bidder and completeness of the bid will be considered for award. 3. The City reserves the right to qualify, accept, or reject any or all vendors as deemed to be in the best interest of the City. The City of Coralville reserves the right to accept or reject any or all bids and to waive irregularities or technicalities in any bids when in the best interest of the City. The City of Coralville reserves the right to accept or reject any exception taken by the vendor to the terms and conditions of the Request for Bid. 4. It is the intent of the City to make an award, in the form of a Purchase Order, within fourteen (14) working days of the bid opening date. 5. Award, if made, will be in accordance with the terms and conditions herein. 6. Consideration may be given to delivery date, anticipated parts and service, analysis and comparison of vehicle(s)/equipment specifications details, and past experience of the City with similar or related vehicle(s)/equipment. 7. Awarded vendor shall provide training for the operation and maintenance of the unit and all equipment contained on the unit. 8. Awarded vendor will be given the City s contract compliance document to complete and return within thirty (30) calendar days of contract award, if the contract award meets or exceeds $25,000. QUESTIONS: Detailed Specifications and Equipment Purchasing Streets & Solid Waste Superintendent 750 Camp Cardinal Blvd P.O. Box 5127 Coralville, IA 52241 efisher@coralville.org (319) 248 1740

SECTION II. DETAILED SPECIFICATIONS BID #19-104, PURCHASE ONE (1) 11' UTILITY TRUCK BODY Bidder shall complete every item in these specifications with a check mark to indicate if the item MEETS, EXCEEDS, or DOES NOT MEET specification. Also include a description under COMMENTS to indicate any deviation from the specifications OR where additional information is requested. Bidder shall state any or all exceptions to these specifications. Failure to state exceptions shall indicate compliance with all specifications. Failure to state exceptions when they exist shall result in disqualification of the bid. 1. 2. 3. Minimum Specification General Specifications Knapheide 84" CA body number KC132H2094, or Designed for dual rear wheels. Overall body length 133.25". Overall width 94". Floor width 49.5. Interior height 72.5". Side compartment depth 20". Floor height 28". Knapliner - commercial grade spray-on bed liner, or equivalent. Applied to cargo floor, sides, bulkhead, and rear bumper. 10.5" deep step bumper Galva grip or equivent full body width of 90-94". Finish paint single stage white to match cab. Paint interior of the body compartments white to match cab. Rear splash guards for rear wheels. Rear mud flaps. Mount rear vision OEM camera on rear of body and integrate with OEM in dash LCD. Compartments / Storage (4) 9x20" windows with interior guards to protect windows. 2 shall be installed on each side of body near top of side panel. Bulkhead window with guard installed on interior to protect window. Each horizontal compartment shall have 1 adjustable divider shelf. Each vertical compartment shall have 2 adjustable divider shelves. (2) rows of E-track shall be installed horizontally along the main interior sides and bulkhead.1 row below top edge of the interior lower shelves. 1 row 8" above the floor. Hitch 2" Class V receiver hitch with 16,000lb rating or greater. Hitch shall be frame mounted flush with rear bumper. (2) Safety chain d-rings and (1) breakaway eyebolt. Combination RV style 7 blade and 4 pin flat trailer connector wired to intergrated oem brake controller. Meets Does Not Meet Exceeds Comments

4. 5. Minimum Specification Meets Lights (1) 48" Ecco ED3315A, class 1 amber LED directional bar with left, right, center out, wig wag and alternating quad flash patterns. Light bar shall be centered above rear doors and wired to in cab controller. Ecco Safety Director controller shall be mounted close to upfitter switchs with easy access and shall feature an led display that mimics the selected pattern. (1) Ecco 5585A LED lightbar centered on body roof as close to the cab as possible wired to upfitter switch. (2) Knapheide or Ecco 3510 amber LED strobe lights shall be mounted on each rear corner of the body. Must turn on with top light. (2) Ecco 3510 amber LED strobes mounted in grill with appropriate bezels. Must turn on with top light. LED compartment lights in all compartments wired to upfitter switch in the cab. Interior LED lights wired to upfitter switch in cab. All body marker, tail, stop and turn lights shall be LED. Electrical Connections (all connections must meet this standard) All lighting used shall be, at a minimum, a two (2) wire light grounded through a wired connection to the battery system. Wiring shall be run in loom where exposed, and have grommets or other edge protection where wires pass through metal. Exterior exposed wire connectors shall be positive locking, and environmentally sealed to withstand elements such as temperature extremes, moisture and automotive fluids. All wire ends not placed into connectors shall be sealed with a heat shrink end cap. Wires without a terminating connector or sealed end cap shall not be allowed. All holes made in the body shall be caulked with silicon (no exception). Corrosion preventative compound shall be applied to nonwaterproof electrical connectors located outside of the cab or body. All non-waterproof connections shall require this compound in the plug to prevent corrosion and for easy separation of the plug. Any lights containing non-waterproof sockets in a weatherexposed area shall have corrosion preventative compound added to the socket terminal area. Rubber coated metal clamps shall be used to support wire harnessing and battery cables routed along the chassis frame rails. Heat shields shall be used to protect harnessing in areas where high temperatures exist. Harnessing passing near the engine exhaust shall be protected by a heat shield. Does Not Meet Exceeds Comments

Minimum Specification For ease of identification, battery cables shall be color coded. All positive battery cables shall be red in color or wrapped in red loom the entire length of the cable. All negative battery cables shall be black in color. Wire connections shall be made using crimp style heat shrink butt splice connectors or soldered connection covered with heat shrink. If crimp style connector is used, crimping tool Westward 13H876 or equivalent must be used to prevent piercing heat shrink. Solder sleeve butt splice type connectors shall not be allowed. Meets Does Not Meet Exceeds Comments Description Price for one (1) 11' Utility Truck Body per the specifications Firm Fixed Price $ Utility Truck Body Manufacturer Model Estimated Delivery Time Upon Receipt of Purchase Order Calendar Days Dealer Name NOTE: The Bid MUST be submitted by a licensed dealer. Dealer Representative Signature Date DELIVERY ADDRESS BILLING ADDRESS City of Coralville City of Coralville 750 Camp Cardinal Blvd P.O. Box 5127 Coralville, IA 52241 Coralville, IA 52241