ATTACHMENT A ITEM# 5

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

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

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

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

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

TENDER HALF TON PICKUP TRUCK, 4x4

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

REQUEST FOR QUOTATIONS

2014 Chevrolet Express Cargo Van 2500 RWD 135 or Equivalent Model. Bids Due MAY 19, :00PM

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.

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

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

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

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

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

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

REQUEST FOR BID For Trucks. Bid Notice

FLORIDA SHERIFFS ASSOCIATION & FLORIDA ASSOCIATION OF COUNTIES

REQUEST FOR BID For Trucks. Bid Notice

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

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

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

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

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

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

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

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

CLEVELAND COUNTY NORTH CAROLINA REQUEST FOR BID NEW 2012 EXCAVATOR

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

INVITATION TO BID SPECIFICATIONS & INSTRUCTIONS FOR:

GALLATIN PUBLIC UTILITIES

ALLEGAN COUNTY ROAD COMMISSION PROPOSAL FOR WESTERN STAR TANDEM REAR AXLE DUMP TRUCKS (CAB & CHASSIS) MINIMUM 64000# GVWR

METRO,...,. AMENDMENT- INVITATION FOR BID (IFB) Project No. Date Amendment Issued. Issued By

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

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

City of Storm Lake Fire Department Heavy Rescue Specifications

CITY OF ALHAMBRA NOTICE INVITING BIDS NO. N2M16-144

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

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

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

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

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

CREATIVE BUS SALES, INC. REPRESENTING MOBILITY VENTURES, LLC

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

CONTRACT AWARD NOTIFICATION

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

REQUEST FOR TRANSIT VEHICLE PRICE QUOTE (RFQ)

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

PART A TENDER SUBMISSION

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

REQUEST FOR SEALED BID CAB/CHASSIS FOR MEDIUM DUMP TRUCK WITH SALT SPREADER NOVEMBER 18, 2015

THE TOWN OF CLARENVILLE PUBLIC WORKS DEPARTMENT. Tender Specification # For Purchase of One (1), New Wheel Loader with Snow Blades

Invitation for Bid # Tandem Axle Dump Truck

NOTICE TO BIDDERS. ONE (1) NEW TANDEM AXLE TRUCK (cab & chassis)

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

Equipment Listing 3C6TD4HT4CG STANDARD EQUIPMENT. Monotone Paint. 160 Amp Alternator. 730 Amp Maintenance Free Battery

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

Vehicle Information SELECTED MODEL

Everything You Need! Phone , Ext. 229

(ADDENDUM COVER SHEET)

REQUEST FOR QUOTATION

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

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

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

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

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

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

145 HP, FRONT WHEEL ASSIST TRACTOR 3/17/15 Page 1. Mountrail County Road and Bridge SPECIFICATIONS FOR

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

City Business Registration Number Signature Title

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

INVITATION FOR BID BID NO FOR: 2014/15 LIGHT DUTY TRUCKS AND VANS COMMODITY CODE:

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

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

PARISH OF JEFFERSON CONTRACT #

THREE (3) NEW 2018 SIX WHEEL DRIVE MOTOR GRADER WITH LIFT GROUP, REAR-RIPPER/SCARIFIER, AND SNOW WING.

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

PARISH OF JEFFERSON CONTRACT #

INVITATION TO BID (ITB)

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

CITY OF BARTLETT 6400 STAGE ROAD BARTLETT, TENNESSEE 38134

Bartlesville Police Department CITY OF BARTLESVILLE, OKLAHOMA BID SPECIFICATIONS FOR Full-Size Police Pursuit Vehicle Bid#

Town of South Windsor, Connecticut. Police Department

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

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

BID SPECIFICATIONS PURCHASE 4-WHEEL DRIVE PICKUP TRUCK WITH PLOW

USPS: Preventative Maintenance (PMI) Directive Last Revision: December 1, 2016

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

Department of Finance Purchasing Department INVITATION TO BID

ISUZU NPR-HD REG CAB CAB & CHASSIS SPECS 14,500# GVWR DSL

Request for Proposal. Articulated Loader

FLAT BED STAKE BODY TRUCK

The Rock Island County Forest Preserve Commission is requesting bids for the following equipment for use at Indian Bluff Golf Course, Milan, IL:

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

The following pricing is for items completed and installed (except as noted) at the factory as a part of new vehicle purchases only.

INVITATION TO BID Fort Morgan Golf Course Golf Carts

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

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

Transcription:

ATTACHMENT A ITEM# 5 Specification No: 370763-E Fund/Agency: 405/405 Organization: 9303 (10) Units For: OC Parks VENDOR S NAME: Specifications for: 2012 OR NEWER MODELS(ONLY), ELECTRIC VEHICLES These specifications are provided in accordance with the policies of the County of Orange, to obtain equipment suitable for the service demands of the Agency or Department involved. All installations shall be made in a neat and professional manner. All equipment furnished shall be of standard manufacture. All work and material furnished shall be subject to inspection and approval through the Manager, OC Public Works/OC Fleet. The manufacturer furnishing this equipment shall be experienced in the design and construction of such equipment and shall furnish evidence of having supplied similar equipment which has been in successful operation for a period of not less than one year. This equipment and all its components shall be of the latest model and shall not have been used in demonstration or other service. Where specifications for specific items are not included, manufacturer's standard specifications are satisfactory or they are not applicable to this equipment. All equipment and accessories shall be installed and comply with the requirements of applicable California Vehicle Codes and Federal Safety Regulations currently in force. Quality, construction details, materials, performance characteristics and price quotations will be analyzed by competent County authorities and the equipment which, in their opinion, best serves the interest of the County will be purchased. The County specifically reserves the right to reject any or all quotations. The County shall not be required to make a statement of the reason for rejection. Deviations from these specifications which exceed specified dimensions, capacity, quality performance, may be considered unless specific or maximum requirements are set, provided that the manufacturer submits full description and explanation of and justification for proposed deviation based on acceptable engineering practices. No quotations will be considered which in any manner decrease the quality, or work performance of the equipment described in these specifications.

Spec# 370763-E Page 2 of 7 State in each of the blank spaces in the right column the information as to unit or equipment offered corresponding to the specification set forth in the left column. No exceptions to or deviations from this specification will be considered unless each exception or deviation is specifically stated by the bidder as an exception with a detail statement completely defining the exception(s). FAILURE TO COMPLETE ALL BLANK SPACES MAY INVALIDATE BID Ten (10) Summit Utility Vehicles Model ONLY 2012 or newer model, Electric vehicles Reference: Summit Utility Vehicle (2 Seat) w/flat Bed or (approved equivalent). Vehicle shall be equipped with all the Manufacturers Standard Features/Equipment for the make and model year being bid. Performance GVWR: 2,338 lbs. (Min) State GVW supplied. Top Speed 25mph,(High Mode) Top Speed 19mph (Low Mode) State Method of Control Range: Up to 40mi (MIN) Frame Dimensions & Weight 10 Gauge (Min) Steel Frame Powder Coated Black Wheelbase 76 inches approximately. State wheelbase supplied. LxWxH: 107 x 48 x 72 (Min) Flat Bed Area(usable space LxW) 60 x 48 (Min) Cargo Capacity 1,100 Lb. (Min) Turning Radius: 22 ft. (Min) Power System Drive System Motor: 17.3 HP (Min) DC motor - State HP. Batteries: (Eight) 6-volt AGM Maintenance Free 48-volt system w/onboard charger. Battery Charger: 48V DC using Dual Voltage 110/240 AC Input Direct Drive with Automotive Differential Helical gears in oil bath.

Spec# 370763-E Page 3 of 7 UNIT REQUIREMENTS MANUFACTURER'S SPECS Steering Suspension / Front Suspension / Rear Rack-and-pinion Steering Steering Wheel Lock Transverse, 4-leaf spring w/a-arm, dual shock absorbers, adjustable camber. Swing arm mounted live differential w/dual coil springs and shock absorbers. Tires (5) Wheels (5) Brakes Seating Doors 13 (Min) Aluminum wheels w/dot rated radials, Dealer/manufacture to ensure motor control setting is set to accommodate wheel and tire package. All five tires shall be same size and load ranges. Shall comply with GVWR. Four wheel hydraulic front disc/rear drum. Hand lever parking brake. Seats Black color w/3-point-safety belts Adjustable bucket seats w/arm rest Max 2-passenger vendor shall state color being supplied if different from black or gray. State seating capacity. Upholstery shall be Vinyl (or approved equivalent) Removable Hard sided doors w/windows Accessories (Factory- Installed) Front powder-coated 10 gauge steel bumper Standard rear steel bumper Factory Tinted Auto-Glass Windshield Windshield Washer Windshield Wipers Dash-Mounted Fans, Dual Rear Window Insert Day/Night Mirror Heater/Defogger Fast-Charger Receptacle Mud Flaps (set) Scuff Guards (set) Utility Tie-Downs, set of (4) Grab Handles (set) Automotive Horn

Spec# 370763-E Page 4 of 7 Accessories Factory - Installed (Continued) Lighting 12V Accessory Outlet Standard Rubber Floor Mat permanently mounted to floor covers entire floor Heavy Duty ABS plastic Side Mirrors GFCI Cord with Bag Locking glove boxes Reverse warning alarm PA System High-low beam headlamps LED Light Bar - Amber LED Brake lights Turn Signals LED Reverse Light Emergency Hazard Lights Rear License Plate Light Dome Interior Light Side Reflectors Vehicle shall be equipped with all the Manufacturers Standard Features/Equipment for the make and model year being bid. Instruments Option (s) Factory installed analog gauges within instrument panel including but not necessarily limited to: Speedometer, Clock, Hour Meter, Gear position selector. Vendor shall quote separate pricing to provide unit with: 1. Four (4) sets of keys 2. Utility Box mounted behind cab 1) $ 2) $ Painting Unit shall be painted with Clear coat finish. Color: Standard production White

Spec# 370763-E Page 5 of 7 DMV Vendor shall register vehicle prior to delivery, provide Calif. License plates and DMV registration card upon delivery of vehicle(s). Vehicle(s) shall be registered to: County of Orange, 445 Civic Center West, Santa Ana, CA 92701-4550 (Exempt fee license) Warranty Manufacturer shall state standard warranty coverage. Manufacturer's written warranty shall accompany the vehicle together with all the necessary information required by manufacturer provided on the warranty form. The selling dealer shall be required to handle all repair or replacement of parts that come within the factory warranty. Special Conditions Upon placement of manufacturer order, vendor shall confirm, in writing: factory order number, factory assembly date, estimated delivery date Delivery within sixty (60) days of award of contract. Send information to: OC Parks/Purchasing & Contract Services 13042 Old Myford Road Irvine, CA 92602-2304 Attn: Frank Prado, DPA The manufacturer or vendor delivering vehicles against this specification shall guarantee that minimum requirements are met. If vehicles do not meet minimums specified, the manufacturer shall be required to make necessary corrections at their expense. Each unit shall include all necessary equipment and accessories properly installed, as required by applicable California Vehicle Code.

Spec# 370763-E Page 6 of 7 Special Conditions (continued) Prior to delivery, new vehicles shall be completely serviced in accordance with standard new vehicle "make ready" and the manufacturer's recommendations. Due to the number of vehicles purchased and delivered at the same time the county will require five (5) working days to inspect the equipment and verify specification requirements prior to acceptance. Unit(s) delivered to the Division shall contain a pre-delivery check sheet. Decals and Insignias In keeping with County policy, DECALS, INSIGNIAS OR LICENSE FRAMES for advertising purposes shall not be installed on unit(s), and shall not be accepted. Invoice Invoices must be dated the same date of vehicles delivered. The responsibility for acceptable invoices to the County for payment rests with vendor. Incomplete or incorrect invoice(s) are not acceptable and shall be returned to vendor for correction. Invoice(s) and all supporting documentation shall be forwarded to the following address for payment processing: Attn: Accounts Payable 1300 S. Grand, Bldg. B, 2nd floor Santa Ana, CA 92705 Vendor shall provide (1) copy each of parts & repair manuals. Vendor shall provide a list of OEM part numbers for the following items: 1. Accessories or options that came with unit. 2. Electrical Wire part numbers. 3. Battery part number. 4. Engine model & serial number. 5. Vehicle key numbers. 6. Vehicle tire size, load & brand. 7. Shocks part number.

Spec# 370763-E Page 7 of 7 Delivery NOTIFICATION: The vendor will notify Juan Ochoa at least five business days prior to the actual delivery of vehicle(s) to insure someone will be available to accept the vehicle. Delivery shall be made to: County of Orange, OCPW/OC Fleet 1102 E. Fruit Street, Santa Ana, CA 92701 Attn: Specialty Shop Jim McAnally Phone:714-955-0388 Michael Deutsch Phone:714-955-0283 These Specifications prepared by: County of Orange /OC Parks Purchasing & Contract Services Attn: Frank Prado, DPA Approved by: John Gannaway, OC Parks Manager Concurred by: Date Approved by e-mail 8/23/12 Juan Ochoa, OCPW/Transportation Fleet