CONDITIONS OF BIDDING COMPLIANCE WITH THE FOLLOWING CONDITIONS IS NECESSARY FOR CONSIDERATION OF THIS BID:

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

Barrow County Board of Education 179 W. Athens Street Winder, Georgia 30680

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

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

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

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

BID REQUEST FOR Four (4) SCHOOL BUSES

Community Unit School District # Church St Loami, IL

MAIL DATE: 6/29/ Passenger School Bus. Sealed bids must be received by: 7/27/2015 at 10:00 AM

Meramec Valley R-III School District 126 North Payne Pacific MO

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

TYPE C60 BID AS 48 PASSENGER,

PART I Vendor: BRYSON SALES AND SERVICE OF WASHINGTON, INC.

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

TYPE C77 BID AS 71 PASSENGER,

State Price Quote Specification TYPE D60 BID AS 48 PASSENGER Use this document to bid both non-lift and lift buses for capacity.

Capacity Capacity Capacity Capacity 21000

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

Invitation to Bid NEW FOUR WHEEL DRIVE EXTENDED CAB PICKUP TRUCK

PART I Vendor: BRYSON SALES AND SERVICE OF WASHINGTON, INC.

PART I Vendor: SCHETKY NW SALES, INC.

PART I Vendor: Harlow's Bus Sales

Town of South Windsor, Connecticut. Police Department

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

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

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

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.

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

CLEVELAND COUNTY NORTH CAROLINA REQUEST FOR BID NEW 2012 EXCAVATOR

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

Bartlesville Police Department CITY OF BARTLESVILLE, OKLAHOMA BID SPECIFICATIONS FOR Police Pursuit SUV Bid#

INVITATION TO BID 14 PASSENGER MULTI-FUNCTION BUS ITB

INVITATION TO BID. January 10, 2018

PART I Vendor: BRYSON SALES & SERVICE OF WASHINGTON, INC Mfr.: MICROBIRD

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

Steve A. Kent Purchasing Agent (870)

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

Steve A. Kent Purchasing Agent (870)

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

Invitation for Bid # Tandem Axle Dump Truck

PART I Vendor: SCHETKY NW SALES, INC. Mfr.: THOMAS BUILT BUSES

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

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

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

GALLATIN PUBLIC UTILITIES

SUBMITTED BY: NAME OF FIRM: STREET ADDRESS: CITY, STATE, ZIP: CONTACT PERSON: PHONE #: FAX #:

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

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

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

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

OFFICE OF SUPERINTENDENT DELAWARE COMMUNITY SCHOOL CORPORATION 9750 N CR 200 East Muncie, IN Phone: Fax:

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

REQUEST FOR BID For Trucks. Bid Notice

TENDER HALF TON PICKUP TRUCK, 4x4

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

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

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

PART I Vendor: SCHETKY NW SALES Mfr.: THOMAS BUILT BUSES

INVITATION TO BID 71 PASSENGER SCHOOL BUS ITB

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

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

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

INVITATION TO BID PURCHASING DEPARTMENT P.O. BOX NORTH ASHLEY ST. VALDOSTA, GEORGIA #LC

CITY OF ALHAMBRA NOTICE INVITING BIDS NO. N2M16-144

REQUEST FOR BID For Trucks. Bid Notice

Request for Proposal. Articulated Loader

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

CITY OF MOBILE. Purchasing Department and Package Delivery: Government Plaza 4th Floor, Room S Government St Mobile, Alabama 36644

SEATING CAPACITY: 78 + DRIVER

VEHICLE SPECIFICATIONS Mid-Sized 4 X 4 Sport Utility Vehicle REV 05/16

PART I Vendor: Creative Bus Sales Inc Mfr.: Starcraft

INSTRUCTIONS TO BIDDERS

HORRY COUNTY SOLID WASTE AUTHORITY, INC.

NELSON COUNTY FISCAL COURT

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

VEHICLE SPECIFICATIONS 12 PASSENGER OFF CENTER AISLE VAN REV 02/19

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

GALESBURG-AUGUSTA COMMUNITY SCHOOLS REQUEST FOR PROPOSALS

HALIFAX REGIONAL MUNICIPALITY (HRM) One (1) Loader Mounted Snow Blower TENDER # T Page 1

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

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

REQUEST FOR QUOTATIONS

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

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

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

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

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

BID PACKAGE (2)NEW 2018 SELF-PROPELLED BROOMS

CITY OF MOBILE. Purchasing Department and Package Delivery: Government Plaza 4th Floor, Room S Government St Mobile, Alabama 36644

UNITED TOWNSHIP HIGH SCHOOL # 30 BID FOR (2) SCHOOL BUS

INVITATION TO BID 78 PASSENGER CONVENTIONAL SCHOOL BUSE

(ADDENDUM COVER SHEET)

PROPOSAL FORM 2014 FUEL BID

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

INVITATION TO BID Fort Morgan Golf Course Golf Carts

TABLE OF CONTENTS PAGE SCHOOL BUS BID # ORDERING INSTRUCTIONS

The North East School District Board of Directors will accept sealed bids for: ONE (1) 60-PASSENGER WHEEL CHAIR EQUIPPED BUS

Transcription:

PULASKI COUNTY SPECIAL SCHOOL DISTRICT INVITATION TO BID - Not an Order 1101 - A East Dixon Road - P.O. Box 8601 Little Rock, Arkansas 72216 PURCHASING OFFICE BID NO. 15-013 School Buses DATE: February 6, 2015 Bids, subject to the conditions stated herein, and as may be attached hereto, will be received at this office until 9:00 a.m. on Friday, February 27, 2015 and then publicly opened, for furnishing the supplies, materials and/or services as described below. BY: Vertina Banks, Buyer SEE SPECIFICATIONS, DESCRIPTION, QUANTITY, ETC. ON ATTACHED PAGES. OFFERS BY TELEPHONE. TELEGRAM, FAX OR ELECTRONIC MAIL WILL NOT BE CONSIDERED. CONDITIONS OF BIDDING COMPLIANCE WITH THE FOLLOWING CONDITIONS IS NECESSARY FOR CONSIDERATION OF THIS BID: 1. SIGNATURE - this bid must be signed with the firm name and by an authorized officer, employee or agent. 2. SALE OR USE TAX - is not to be shown in the bid price but is to be added by the vendor to the invoice billing to the District. The District is not exempt from Arkansas State Sales & Use Tax. Although Use Tax is not included in this bid, vendors are to register and pay tax direct to the Arkansas Revenue Department. 3. FREIGHT AND OTHER DELIVERY CHARGES - to destination at designated District facility in Pulaski County must be included in bid. Charges may not be added after the bid is opened. 4. DISCOUNTS - Show rate, total amount, and latest day any discounts will be allowed after receipt of article and invoice, otherwise District will deduct allowed discount when payment is made. 5. FIRM PRICE - all prices quoted will remain firm for at least 90 days from date of bid, unless otherwise specified by the District or bidder. 6. WARRANTY - the bidder warrants that the commodities covered by the bid are merchantable, in addition, the bidder must deliver new commodities of the latest design and model unless otherwise specified in the Invitation to Bid. The District will not allow exclusion or modification of warranties without notification and subsequent written approval. 7. SPECIFICATIONS - the specifications furnished with this Invitation to Bid are intended to establish a desired quality, performance level, capacity, or dimensions. When bidding another brand or model, descriptive literature must be submitted with the bid. the District will determine whether it meets specifications. 8. IDENTICAL BIDS - in the event of two or more identical low bids, the contract may be awarded arbitrarily or for reason, to any of such bidders or in any proportion between the said two or more bidders at discretion of the District. 9. AMBIGUITY IN BID - Any ambiguity in any bid as the result of any of the following: omission, error, lack of clarity, noncompliance by the bidder with specifications, instruction, or any conditions of bidding shall be construed in the light most favorable to the District. If unit prices and extensions thereof do not coincide, the District may accept the bid for the lesser amount whether reflected by the extension or by the correct multiple of the unit price. 10. PERFORMANCE - Tender of delivery will be at the District s place of business, at the time and location specified in the bid. Upon breach of contract, the District may recover and/or seek damages. A Liquidated Damages clause may be included in the Special Terms when it is determined to be reasonable and necessary due to circumstances. 11. CONSTRUCTION - When noted, the Contractor is to supply the District with evidence of having and maintaining proper and complete insurance, specifically Workman s Compensation Insurance in accordance with the laws of the State of Arkansas Public Liability and Property Damage. The Contractor shall pay all premiums and cost. In no way will the District be responsible in case of accident. When noted, a Certified check or bid bond in the amount of 5% of total bid shall accompany bid. A Performance Bond equaling the total amount of any bid exceeding $20,000.00 must be provided for any contract for the repair, alteration or erection of any public building, public structure or public improvement (pursuant to Ark. Stat. ss 52-632, ss 51-635 as amended). 12. The District reserves the right to reject any and all bids to accept in whole or in part, to waive any informalities in bids received, to accept bids on materials or equipment with variations from specifications in those cases where efficiency of operation will not be impaired, and unless otherwise specified by the bidder to accept any item in the bid. 13. Bids received after stated time will not be considered. 14. Additional information may be obtained from the Purchasing Office. EXECUTION OF BID Date We, the undersigned, have read all the requirements set forth in this bid proposal including specifications, instructions, conditions and pertinent information regarding the articles being bid on, and we agree to furnish these articles at the prices stated. Company Address Signature & Print Telephone No. Fax No. E-mail Arkansas Sales or Use Tax Register No. State Contractor License BIDS ARE SUBJECT TO REJECTION UNLESS SIGNED AND SUBMITTED ON THIS FORM Page 1 of 9

ELECTRONIC BIDS Offers by telephone, telegram, fax, or electronic mail will not be accepted. BRAND NAMES If a particular brand name is specified, it is not the intent to discriminate against any "equal" product from another manufacturer. The intent is to establish a minimum standard requested for this purchase. When bidding an alternate brand or model, submit descriptive literature with bid. POINT OF CONTACT All Sealed Bids must be submitted to: Purchasing Department, 1101 - A E. Dixon Road (P.O. Box 8601), Little Rock, Arkansas 72206 (72216-8601). Questions regarding merchandise being requested, bid and procedures should be directed to Vertina Banks, Buyer by either fax 501-490- 8972 or email vbanks@pcssd.org. DELIVERY: Delivery requirements: as specified within prices are FOB destination, delivery, unless otherwise specified. Invoice and delivery to: As specified on agencies purchase order contract award to QUANTITIES: Quantities stated, in this contract, are estimates only, and are not guaranteed. Bid unit price on the estimated quantity and unit of measure specified. The District may order more or less than the estimated quantity on this term contracts. F.O.B.: Pulaski County Special School District Transportation Department 7400 Hwy 365 P O Box 8601 Little Rock, AR 72206 Page 2 of 9

Specifications for 71 Passenger Buses Type C (NEW) School Buses 2015 or Newer Minimum Specifications listed below. Note: Optional equipment is in addition to Federal and State Specifications. Note: Must meet all Arkansas Division of Academic Facilities and Transportation rules for the specifications governing school bus design. Drivetrain: Bidder shall include, with their bid submission, a copy of the U.S. Environmental Protection Agency Certificate of Conformity for the model year of the engine installed in the bus being bid. Minimum emission standards shall be 2010 or newer Engine: Diesel in-line 6 cylinder (Cummins ISB) Horsepower: 200 minimum Transmission: Allison automatic, minimum Anti-Lock air brakes 200-Amp alternator, minimum Oil-filled front hubs Three (3) group 31 batteries 60-gallon fuel tank, minimum Engine block heater Interior: Seventy One (71) passenger capacity Tinted Glass: All inclusive Child-check monitor Light monitor Tilt steering column Exterior: White roof Exhaust system will exit the left side of the bus Air-operated door Permit numbers: LED Light Package: All exterior lights will be LED except headlights Electrical: Rear heater: minimum 80,000 btu. Front heater: minimum 50,000 btu. Page 3 of 9

Specifications for 84 Passenger Buses Type D (NEW) School Buses with Rear Engine 2015 or Newer Minimum Specifications listed below. Note: Optional equipment is in addition to Federal and State Specifications. Note: Must meet all Arkansas Division of Academic Facilities and Transportation rules for the specifications governing school bus design. Drivetrain: Bidder shall include, with their bid submission, a copy of the U.S. Environmental Protection Agency Certificate of Conformity for the model year of the engine installed in the bus being bid. Engine: minimum 285 horsepower, high torque diesel Hand-operated electronic throttle with cruise control Engine block heater. Air Dryer with heater, Bendix AD-IP or approved equal Heated fuel filter/water separator. Transmission: Allison 3000 Series automatic transmission with five (5) year warranty or equal. Fuel Tank - minimum 100 gallon with locking cap. Oil filled front and rear hubs. Minimum 14,000 lb. front axle. Minimum 23,000 lb rear axle. Air brakes (with dryers), anti-lock brakes. Air Compressor: minimum 13.0 CFM Rear air suspension ride with shock absorbers Automatic wet tank drain valves, with heater One (1) minimum 12V, 320 amp alternator. Delivering the 320 amps by more than one alternator is not acceptable. Three (3) group 31 12V batteries. Hub-piloted 22.5 disk wheels with outboard drums. Dual rear wheels Tires: 11R-22.5 16 ply, load range H, highway tread front and rear. Engine sound deadening package. Parts and service manuals for the chassis. Interior: Minimum Eighty four (84) passenger body design. Maximum seat spacing. 78 Headroom. Tilt and telescopic steering column. Tinted glass: all inclusive. Treated plywood sub flooring, minimum 5/8 and floor covering. Seat belt ready. Emergency push-out windows: Two (2) on each side of bus. Exterior light monitor. Radio/Video Equipment: AM/FM/CD and PA system with 8 interior speakers Driver s storage compartment Minimum 6 x 30 interior mirror mounted above driver s windshield High back cloth driver s seat with aisle side armrest Acoustical headliner in forward two sections Child Check Monitor Page 4 of 9

Two (2) auxiliary defrost fans. One over driver s windshield and one above center of windshield Air conditioning system: minimum 120,000 btu air conditioning system with front & rear evaporators 12V dash mounted power socket in driver s compartment Exterior: Roof hatch: two (2) front and rear. Exterior cross view mirror Front and rear rubber fenderettes. Left side emergency door Air opening front entrance door. White roof. Windshield wipers: capable of intermittent operation Remote controlled/heated exterior mirrors Passenger hand rail for entrance door Drivers Alert Sign: electronic LED sign mounted on rear emergency door between top and bottom glass. Red letters stop & do not pass alternating, orange letters caution & stopping alternating with pupil warning lights 8-way flasher system. Daytime running lights Lights, directional, rear (2) 7", amber LED without arrow Lights, directional, side four (4) total LED, two (2) armor type, amber, one each side and two (2) armor type, red, one each side Lights, stop (2) and tail LED, 7" dia., red Lights, back up (2) LED, 7" diameter, clear Lights, tail, license plate (2) LED, 4" red with light window Lights, marker, front, rear (8) eight total, four (4) amber front and four (4) red rear, LED armor type Lights, marker, side intermediate, LED armored, top centered Lights, cluster LED recessed in cap; amber in front and red in rear Lights, warning eight (8) strobing LED, 7", two (2) front, two (2) rear, red and amber lights Flasher system eight (8) warning lights, 8-lamp system, electronic relay flasher, non-sequential operation, red lights activate with door open Stop arm, front electric, 18" octagon, 1/2" white border, hi-intensity reflective decal, with strobe LED lights, double sided Crossing gate, front electric Switch, interrupt cross gate single cycle; with auto reset, located in driver compartment Light, strobe, rear low profile, self-contained, double flash Light, step interior Light, activity, rear bar, operated at panel switch Light, driver Backup alarm warning system. Left rear exhaust. Tow hooks: front and rear. Mud flaps: front and rear. 8 lettering: SCHOOL BUS in front and rear caps Vandal locks on all doors Rear push out window with vandal lock Undercoating Rear emergency door vandal lock with ignition interlock Under body pass-through storage area, minimum 129 cubic ft. of storage with automatic lights, gas shocks and locks Page 5 of 9

Electrical: Rear heater: minimum 80,000 btu. Front heater: minimum 90,000 btu. Mid-ship heater: minimum 80,000 btu. Heater: Water pump, self priming Two (2) heater shutoff valve. Wiring diagram Switch panel in driver s area Safety/Emergency: Safety Triangles: minimum three (3) reflective Fire Extinguishers: minimum two (2) 5 lb. 2A-40BC Body Fluid Kit Special Purpose: Two-Way Radio: Motorola XPR 4350 Mototrbo Mobile model number AAM27QPC9LA1-N or approved equal, UHF Band 1, (this is in the 403 MHz to 470 MHz band), TDMA Digital, 2-digit numeric display, mic, programmable emergency button, built-in speaker, GPS capable, text messaging capable, 3 db gain antenna kit with NMO surface mount, with two year warranty, one year Repair Service Advantage, one year warranty for accessories,. Any alternate unit bid must be compatible with PCSSD s existing radio network and frequency. Mobile Video Recording System: Seon TL4 Trooper 4-channel or approved equal, 4 cameras, 4 channels of simultaneous video, 4 channels of audio, 750 GB of hard disk capacity, hot-swappable DVR hard drive, H.264 compression, aggregate recording rate: 60 frames per second, capable of recording up to five functions, RJ45 Ethernet port (TCP/IP), monitor that records vehicle speed, capable of recording up to 30 FPS per camera at 720 x 480 resolution, Wi-Fi capability to access video data management remotely, point-and-click graphical user-interface. Page 6 of 9

Specifications for 48 Passenger Buses Type C 2014 or Newer 48 Passenger School Bus Design Minimum Specifications listed below. Note: Optional equipment is in addition to Federal and State Specifications. Note: Must meet all Arkansas Division of Academic Facilities and Transportation rules for the specifications governing school bus design. Drivetrain: Bidder shall include, with their bid submission, a copy of the U.S. Environmental Protection Agency Certificate of Conformity for the model year of the engine installed in the bus being bid. Engine: Block Heater Diesel in-line 6 cylinder Horsepower: minimum 200 Transmission: minimum Allison 2500 PTS automatic Brakes: Air Brakes (with dryers), Anti-Lock Brake System hydraulic 4-wheel disc Alternator: minimum 270 Amp (required with air conditioner and wheelchair lift combined) Oil-filled front hubs Fuel Tank: minimum 60-gallon Air Conditioner: A/C with front and rear Evaporators, Minimum 120,000Btu Air-Operated Door Air Ride Suspension: Rear Air Rid Suspension, minimum 21,000 lbs Electric entry Door Tinted Glass All inclusive Track Seating with Tie Down(s) per Wheelchair Station, each Two (2) Emergency Push-out windows Wheelchair: wheelchair lift with Wheelchair Door Electrical: Rear heater: minimum 50,000 btu. Front heater: minimum 90,000 btu. Interior: Forty seven (47) passenger seating Tilt steering column 6-way high back driver s seat with dual armrests Pefforated headliner inside first two body sections 5/8 exterior-grade plywood floor Minimum 77 headroom Exterior: White roof Exhaust system will exit the rear of the bus Page 7 of 9

Bidders Pricing Note: Complete Specifications must be included with bid response. Item Qty Description Unit Price Total Price Make & Model Bid Warranty Type C Buses 71- passenger Diesel in-line 1 20 6 cylinder (Cummins ISB) 2015 or Newer (see specifications on page 3) Delivery ARO 2 1 Type D Buses 84- passenger Rear Engine 2015 or Newer (see specifications on pages 4 6) 3 4 Type C Buses 48- Passenger School Bus Design 2015 or Newer (see specifications on page 7) Note: Delivery request by August 18, 2015. Note: SALE OR USE TAX - is not to be shown in the bid price but is to be added by the vendor to the invoice billing to the District. The District is not exempt from Arkansas State Sales & Use Tax. Although Use Tax is not included in this bid, vendors are to register and pay tax direct to the Arkansas Revenue Department. Page 8 of 9

VENDOR STATEMENT OF AUTHORIZED AGENCY AND NON-COLLUSION This statement must be signed and notarized for the bid to be valid. Pulaski County Special School District Pulaski County I,, hereby state: (1) I am the duly authorized agent of, the bidder submitting the competitive bid which is attached to this statement, for the purpose of certifying the facts pertaining to the existence of collusion among and between bidders and state officials, as well as facts pertaining to the giving or offering of things of value to government personnel in return for special consideration in the awarding of any contract pursuant to the bid to which this statement is attached. (2) I am fully aware of the facts and circumstances surrounding the making of the bid to which this statement is attached and have been personally and directly involved in the proceedings leading to the submission of the bid. (3) Neither the bidder nor anyone subject to the bidder s direction or control has been a party: A. To any collusion among bidders in restraint of freedom of competition by agreement to bid at a fixed price or to refrain from bidding; B. To any collusion with any state official or employee as to quantity, quality or price in the prospective contract, or as to any other terms of the prospective contract; or C. In any discussions between bidders and any state official concerning exchange of money or other thing of value for special consideration in the awarding of a contract. (4) I hereby guarantee that the specifications outlined in the bid shall be followed as specified and that deviations from the specifications shall occur only as part of a formal change process approved by the Board of Directors of the school district. Signature Subscribed and sworn to before me this day of, 20 Notary Public Commission Expires: Page 9 of 9