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

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

CURBSIDE RECYCLING TRUCK

HIGH LIFT WHEEL LOADER WITH BUCKET

PRE-BID ADDENDUM NUMBER 2

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

Invitation to Bid NEW FOUR WHEEL DRIVE EXTENDED CAB PICKUP TRUCK

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

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

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

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

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

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

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

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

TENDER HALF TON PICKUP TRUCK, 4x4

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

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

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

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.

City of Lewiston Finance Department Allen Ward, Purchasing Agent

REQUEST FOR BID For Trucks. Bid Notice

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

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

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

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

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

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

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

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

REQUEST FOR BID For Trucks. Bid Notice

CITY OF BARTLETT 6400 STAGE ROAD BARTLETT, TENNESSEE 38134

CITY OF DUBUQUE VEHICLE BID BID DATE: 08/26/2016 BID DUE DATE: 09/12/2016 PURCHASING COORDINATOR'S OFFICE FINANCE DEPARTMENT 50 WEST 13TH STREET

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

PART A TENDER SUBMISSION

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

CONTRACT DOCUMENTS TOWING SERVICES BOROUGH OF CARLISLE 53 W. SOUTH STREET CARLISLE, PENNSYLVANIA (717)

MONTEREY PENINSULA REGIONAL PARK DISTRICT BOARD OF DIRECTORS MEETING

BID SPECIFICATIONS PURCHASE 4-WHEEL DRIVE PICKUP TRUCK WITH PLOW

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

City Business Registration Number Signature Title

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

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

INVITATION TO BID Fort Morgan Golf Course Golf Carts

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

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

CITY OF ALHAMBRA NOTICE INVITING BIDS NO. N2M16-144

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

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

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

Everything You Need! Phone , Ext. 229

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

INVITATION TO BID FUEL PRODUCTS

Request for Proposals: (1) 2018 FORD TAURUS SEDAN SE (1) 2018 Ford F-150 XL Regular cab 4x4 (2) 2018 Ford F-150 XL 4x4 Crew Cab 4x4

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

Invitation for Bid # Tandem Axle Dump Truck

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

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

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

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

Department of Finance Purchasing Department INVITATION TO BID

INVITATION TO BID. January 10, 2018

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

Purchasing Department Finance Group INVITATION TO BID

2017 Ford F-550 Chassis

CITY OF MARSHALL, MINNESOTA

Town of South Windsor, Connecticut. Police Department

SAN ANTONIO WATER SYSTEM PURCHASING DEPARTMENT

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

ALLEGANY COUNTY COMMISSIONERS ALLEGANY COUNTY DEPARTMENT OF PUBLIC WORKS. June 2018 BIDDING SPECIFICATIONS FOR NEW ONE-HALF TON PICKUP TRUCKS

CITY OF CORALVILLE th Street, Coralville, IA

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

2018 Ford F-550 Chassis

2018 Golf Cart Lease Sunset Valley Golf Club

2015 Ford F-350 Chassis

Guelph/Eramosa Township

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

Request for Proposal. Articulated Loader

NOTICE OF SALE. The City of Sioux Falls, SD, requests formal bids for the sale of Surplus Crown Victoria Sedans.

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

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

RHODE ISLAND TURNPIKE & BRIDGE AUTHORITY


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

2018 Ford F-250. W2B 4x4 SD Crew Cab 6.75' box 160" WB SRW 40" CA XL

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

2018 Ford F-350 Chassis

Otsego County Road Commission

CITY OF SHARON 155 W. CONNELLY BLVD SHARON, PENNSYLVANIA SPECIFICATIONS and FORM OF PROPOSAL

GALLATIN PUBLIC UTILITIES

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

2018 Ford F-150. X1E 4x4 SuperCab Styleside 6.5' box 145" WB XL

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

CITY OF CORALVILLE th Street, Coralville, IA

CLEVELAND COUNTY NORTH CAROLINA REQUEST FOR BID NEW 2012 EXCAVATOR

Invitation to Bid. Delivery to be made upon receipt of purchase order and shall be F.O.B., Parks Department, 33 Pitt Street, South Portland, Maine.

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

NOTICE TO BIDDERS REQUEST FOR BIDS ONE (1) USED MOTOR GRADER

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

Tractor/Trailer Lease Bid No. PR-08-P1A

DEPARTMENT OF PUBLIC WORKS WHITMAN COUNTY COLFAX, WASHINGTON Bid for One (1) New Diesel Powered Articulated Four Wheel Drive Loader & Trade

Transcription:

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

City of Mt. Pleasant, Michigan T A B L E O F C O N T E N T S PICKUP TRUCKS Bidding Information Notice to Bidders Instructions to Bidders Contract Documents Proposal Specifications -i-

THE CITY OF MT. PLEASANT, MICHIGAN CITY HALL 320 W. Broadway 48858-2447 (989) 779-5300 (989) 773-4691 fax PUBLIC SAFETY 804 E. High 48858-3595 (989) 779-5100 (989) 773-4020 fax PUBLIC WORKS 1303 N. Franklin 48858-4682 (989) 779-5400 (989) 772-6250 fax N O T I C E T O B I D D E R S PICKUP TRUCKS The City of Mt. Pleasant, Michigan, is requesting sealed bids at the Office of the City Clerk, City Hall, 320 West Broadway Street, Mt. Pleasant, Michigan 48858, until 1:30 p.m. (local time), on Tuesday, August 19, 2014, at which time and place the bids will be publicly opened and read. All bids shall be submitted in a sealed envelope, plainly marked "Pickup Trucks August 19, 2014". Bidders must include manufacturer s specifications and the City s specifications sheets, indicating ability to comply, with the bid proposal. Proposals are solicited for the following, per specifications: One (1) Four-Wheel Drive Half-Ton Pickup Three (3) Two-Wheel Drive Half-Ton Pickups One (1) Four-Wheel Drive One-Ton Pickup No bid deposit or bond is required with this bid. To view and download the complete bid documents and specifications at no charge, visit the City of Mt. Pleasant website at www.mt-pleasant.org and navigate to the Bids and Quotes page. The City of Mt. Pleasant reserves the right to accept or reject any or all bids, to waive any irregularities in the bids, and to select the bid considered most advantageous to the city. Robert Murphy Street Department Superintendent (989) 779-5409 Jeremy Howard City Clerk Website: www.mt-pleasant.org Michigan Relay Center for Speech & Hearing Impaired: 1-800-649-3777

City of Mt. Pleasant, Michigan I N S T R U C T I O N S T O B I D D E R S FOR MATERIALS 1. Proposals Proposals must be made upon the forms provided, therefore, with the Bid amount both written and shown in figures, and all other data required submitted. The Proposal, bound together with all Proposal Documents, must be enclosed in a sealed envelope marked as specified in the Notice to Bidders for such Bid and clearly indicating the name and address of the Bidder and must be received by the City Clerk, City Hall, 320 West Broadway Street, Mt. Pleasant, Michigan 48858, no later than the time and date specified in the Notice to Bidders. At such specified time, Proposals shall be publicly opened and read aloud. 2. Basis of Proposals Proposals are solicited on the basis of unit price(s) and/or lump sum(s), as specified on the Proposal form. The City of Mt. Pleasant, (also referred to as "Owner"), reserves the right to accept any Bid, to reject any or all Bids, and to waive any irregularities in the Bids, and to select the Bid considered most advantageous to the city. 3. Comparison of Bids In comparing Bids, consideration shall be given to the time proposed for completion of the Contract, qualifications of Bidder, price differentials, alternate Proposals for the alternate items listed in the Proposal (if applicable), and any other pertinent factors. The City of Mt. Pleasant grants a preference to businesses located within the Mt. Pleasant City Limits. The preference given is a differential above the low bid if the low bid is not from a City of Mt. Pleasant bidder. The differential allowed is 3% of the total for bids between $5,000 and $9,999 and 2% of the total for bids over $10,000. The maximum credit allowed is $1500.00. The Owner reserves the right to make an award to the Bidder whose Proposal is deemed to be in the best interest of the Owner. 4. Time Time is of the essence in the performance of the Contract, and each Bidder, by submitting a Proposal, certifies his/her acceptance of the time allowed by the Contract for the completion of the work specified. 5. Indemnification The Contractor shall save and hold harmless the city and its employees from and against all claims, damages, losses, or expenses, including attorney s fees, arising out of or resulting from the performance of the work; provided that any such claim, damage, loss or expense is caused in whole or in part by any negligent or willful act of omission of the contractor, subcontractor, employee, or anyone under their direction. The Contractor shall at his/her own expense, defend any and all such actions and shall pay all attorney s fees, costs, and expenses pertaining thereto.

6. Interpretation of Documents If any Bidder is in doubt as to the true meaning of any part of the Plans, Specifications or any Contract Document, he/she may submit to the Owner a written request for an interpretation thereof. Any interpretation made in response to such query shall be made only by Addendum, duly issued, and a copy of such Addendum shall be mailed or duly delivered to each prospective Bidder. The Owner shall not be responsible for any other explanation or interpretation of the Contract Documents. 7. Execution of Bid Proposal A Bid Proposal which is not signed by the individual making it should have attached thereto a Power of Attorney evidencing authority to sign the Bid Proposal in the name of the person for whom it is signed. A Bid Proposal, which is signed by a partnership, shall be signed by all of the partners or by an Attorney-in-Fact. If signed by an Attorney-in-Fact, there should be attached to the Bid, a Power of Attorney evidencing authority to sign the Bid Proposal in the name of the partnership and such Power of Attorney shall be signed by all partners of the partnership. A Bid Proposal, which is signed for a corporation should have the correct corporate name thereof and the signature of the President, or other authorized officer(s) of the corporation, manually written below the corporate name and on the line indicating "By:." If such Bid Proposal is manually signed by an officer other than the president of the corporation, a certified copy of the Resolution of the Board of Directors evidencing the authority of such officer(s) to sign the Bid Proposal should be attached thereto. Such Bid Proposal should also bear the attested signature of the Secretary of the corporation and an impression of the corporate seal. 8. Delivery The successful Bidder shall deliver equipment and/or materials as specified to the City of Mt. Pleasant, Division of Public Works, 1303 N. Franklin Street, Mt. Pleasant, Michigan, 48858, or as specified in the proposal. The proposal amount should include delivery F.O.B. Mt. Pleasant. All equipment, literature, manuals, warranty papers, and any other items listed in the specifications of the equipment or materials, must be delivered before payment in accordance with this contract. March 23, 2012

City of Mt. Pleasant, Michigan PICKUP TRUCKS PROPOSAL TO: Office of the City Clerk BID DATE: August 19, 2014 City Hall TIME: 1:30 p.m. 320 West Broadway St. Mt. Pleasant, MI 48858 In accordance with the specifications and other bid requirements heretofore provided, the undersigned agrees to provide the below listed bid items at the price(s) set forth below. This is a firm bid and not subject to withdrawal or change for a period of sixty (60) days. City Unit Bid Item Qty Unit Price (EA) Total Price 414 Half-Ton Pickup, 4-wheel drive, per bid specs 1 EA $ $ 403 406 416 390 Half-Ton Pickup, 2-wheel drive, per bid specs 3 EA $ $ One-Ton Pickup, 4-wheel drive, per bid specs, 1 EA delivered to Scientific Brake- Mt. Pleasant $ $ Total Bid (written) and /100 Dollars. Estimated delivery date to City of Mt. Pleasant: Respectfully Submitted, COMPANY: DATE ADDRESS: CITY STATE ZIP+4 TELEPHONE FAX AUTHORIZED SIGNATURE PRINT OR TYPE NAME & TITLE EMAIL

414 City of Mt. Pleasant Michigan Half-Ton 4-Wheel Drive Pickup SPECIFICATIONS Bidders are required to complete this section of the bid by indicating in the provided space if the unit complies with the listed specifications. Explanations for noncompliance must be provided on a separate sheet and included with the bid proposal. This specifications section must be completed and returned with the bid proposal. Failure to do so will deem the proposal incomplete and will not be considered. Questions regarding these specifications may be directed to Robert Murphy, Street Department Superintendent, at (989) 779-5409 or 779-5401, or via email to bmurphy@mt-pleasant.org. General Description: This vehicle will be a half-ton 4-wheel drive, extended cab, previously untitled pickup. The approved bidder shall deliver the truck to the City of Mt. Pleasant s Public Works yard, located at 1303 North Franklin Avenue, Mt. Pleasant, between the hours of 8:00 a.m. and 3:00 p.m., Monday through Friday. Truck price must be all-inclusive. No fuel surcharges or additional delivery fees will be allowed. STANDARD EQUIPMENT COMPLY YES NO 2014 model year Base chassis extended cab with 8 box 5.0L V-8 Gas or gas/flex fuel engine TorqShift 6-speed automatic with overdrive Power steering, brakes, door locks, windows Cruise control 4-wheel ABS Traction control Battery with run down protection Advance Trac w/roll Stability Control Air conditioning AM/FM stereo/single CD/MP3 player with clock Hour meter Variable intermittent wipers Dual front airbags w/passenger cancel Driver and front passenger seat mounted side airbags Rear differential 3:73 Shocks, heavy duty gas SecuriLock immobilizer Tachometer 40-20-40 split-bench cloth seat Tilt steering wheel

Half-Ton Four-Wheel Drive Specs / Page 2 Vinyl flooring Aluminum wheels Tinted glass Chrome bumper Headlights, halogen Cab steps (factory) Manufacturer trailer towing package, Class IV Trailer wiring, 7-way connector w/loomed wiring Mirrors, trailer towing Auxiliary power point, 120 volt power converter Sync voice-activated phone system Front springs, 4050 Rear springs, 3850 Interior color dark gray Exterior color denim or dark blue 4x4 Electric shift on the fly Trailer brake controller Four (4) in-dash acc switches wired and fused for additional equipment GVWR 7,450 pound payload package Back-up camera Spray-in bed liner WARRANTY Basic: 36 month/36,000 miles Powertrain: 60 month/60,000 miles Corrosion: 30 month/unlimited mileage Roadside: 60 month/60,000 miles

403,406, 416 City of Mt. Pleasant Michigan Half-Ton 2-Wheel Drive Pickup SPECIFICATIONS Bidders are required to complete this section of the bid by indicating in the provided space if the units comply with the listed specifications. Explanations for noncompliance must be provided on a separate sheet and included with the bid proposal. This specifications section must be completed and returned with the bid proposal. Failure to do so will deem the proposal incomplete and will not be considered. Questions regarding these specifications may be directed to Robert Murphy, Street Department Superintendent, at (989) 779-5409 or 779-5401, or via email to bmurphy@mt-pleasant.org. General Description: Three vehicles will be half-ton 2-wheel drive, regular cab, previously untitled pickups. The approved bidder shall deliver the trucks to the City of Mt. Pleasant s Public Works yard, located at 1303 North Franklin Avenue, Mt. Pleasant, between the hours of 8:00 a.m. and 3:00 p.m., Monday through Friday. Truck pricing must be all-inclusive. No fuel surcharges or additional delivery fees will be allowed. STANDARD EQUIPMENT COMPLY YES NO 2014 model year Base chassis regular cab with 8 box 5.0L V-8 Gas or gas/flex fuel engine TorqShift 6-speed automatic with overdrive Power steering, brakes, door locks, windows Cruise control 4-wheel ABS Traction control Battery with run down protection Advance Trac w/roll Stability Control Air conditioning AM/FM stereo/single CD/MP3 player with clock Hour meter Variable intermittent wipers Dual front airbags w/passenger cancel Driver and front passenger seat mounted side airbags Rear differential 3:55 Shocks, heavy duty gas SecuriLock immobilizer Tachometer 40-20-40 split-bench cloth seat Vinyl Flooring

Half-Ton Two-Wheel Drive Specs / Page 2 Tilt steering wheel Aluminum wheels Tinted glass Chrome bumpers Headlights, halogen Manufacturer trailer towing package, Class IV Trailer wiring, 7-way connector w/loomed wiring Mirrors - trailer towing Auxiliary power point, 120 volt power converter Sync voice-activated phone system Front springs, 3450 lb Rear springs, 3800 lb Interior color dark gray Exterior color denim or dark blue Trailer brake controller Four (4) in-dash acc switches wired and fused for additional equipment GVWR 6,750 pound payload package WARRANTY Basic: 36 month/36,000 miles Powertrain: 60 month/60,000 miles Corrosion: 30 month/unlimited mileage Roadside: 60 month/60,000 miles

390 City of Mt. Pleasant Michigan One-Ton 4-Wheel Drive Pickup SPECIFICATIONS Bidders are required to complete this section of the bid by indicating in the provided space if the unit complies with the listed specifications. Explanations for noncompliance must be provided on a separate sheet and included with the bid proposal. This specifications section must be completed and returned with the bid proposal. Failure to do so will deem the proposal incomplete and will not be considered. Questions regarding these specifications may be directed to Robert Murphy, Street Department Superintendent, at (989) 779-5409 or 779-5401, or via email to bmurphy@mt-pleasant.org. General Description: This vehicle will be a one-ton, 4-wheel drive, regular cab, previously untitled pickup. This vehicle will be outfitted with a snow plow from a separate vendor. You will not be bidding on the installation of the plow. The approved bidder shall deliver this one-ton truck (and this truck only) to: Scientific Brake & Equipment Company 560 West Pickard Street Mt. Pleasant, MI 48858 (989) 817-4200 All other trucks included in this bid shall be delivered to the City of Mt. Pleasant s Public Works yard, located at 1303 North Franklin Avenue, Mt. Pleasant, between the hours of 8:00 a.m. and 3:00 p.m., Monday through Friday. Truck pricing must be allinclusive. No fuel surcharges or additional delivery fees will be allowed. STANDARD EQUIPMENT COMPLY YES NO 2014 model year Base chassis regular cab with 8 box 6.0L V-8 Gas or gas/flex fuel engine TorqShift 6-speed automatic with overdrive Power steering, brakes, door locks, windows Cruise control 4-wheel ABS 4x4 Electric shift on the fly Traction control Battery with run down protection Advance Trac w/roll Stability Control Air conditioning AM/FM stereo/single CD/MP3 player with clock Hour meter Variable intermittent wipers

One-Ton Four-Wheel Drive Specs / Page 2 Dual front airbags w/passenger cancel Driver and front passenger seat mounted side airbags Alternator 157 AMP Rear differential 3:73 Brakes, power, 4-wheel ABS Shocks, heavy duty gas SecuriLock immobilizer Tachometer Full bench cloth seats Vinyl Flooring Tilt steering wheel Aluminum wheels Tinted glass Standard front and rear bumpers (not chrome) Cab steps, factory Headlights, halogen Manufacturer trailer towing package, Class IV Trailer wiring, 7-way connector w/loomed wiring Mirrors - trailer towing Auxiliary power point, 120 volt power converter Sync voice-activated phone system Front springs, 3450 lb Rear springs, 3800 lb Interior color dark gray Exterior color denim or dark blue Trailer brake controller Four (4) in-dash upfitter switches wired and fused for additional equipment GVWR 6,750 pound payload (min.) package WARRANTY Basic: 36 month/36,000 miles Powertrain: 60 month/60,000 miles Corrosion: 30 month/unlimited mileage Roadside: 60 month/60,000 miles

ADDITIONAL BID SPECIFICATIONS ALL VEHICLES Operating and Maintenance Instructions: One (1) complete set of operating and maintenance/repair manuals and parts lists per truck shall be furnished at or before the time of delivery. Warranty: The manufacturer s warranty for the complete unit shall be submitted in writing with the bid. The warranty shall provide for the replacement of all defective parts during the warranty period. Such replacement shall be performed at no cost to the City. Penalty: The delivery date shall be agreed upon by both the Bidder and the City of Mt. Pleasant. The bidder shall compensate the City of Mt. Pleasant for any delay in delivery, at $100 / day for each calendar day the contracted delivery date is exceeded. Title: Unit being bid shall be a previously untitled unit and title shall be provided to the City at time of delivery.