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

Similar documents
REQUEST FOR BID For Trucks. Bid Notice

REQUEST FOR BID For Trucks. Bid Notice

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

CITY OF BARTLETT 6400 STAGE ROAD BARTLETT, TENNESSEE 38134

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

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

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

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

Invitation to Bid NEW FOUR WHEEL DRIVE EXTENDED CAB PICKUP TRUCK

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

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

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.

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

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

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

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

TENDER. 2017, THREE QUARTER (3/4) 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

TENDER HALF TON PICKUP TRUCK, 4x4

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

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

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

BID SPECIFICATIONS PURCHASE 4-WHEEL DRIVE PICKUP TRUCK WITH PLOW

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

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

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

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

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

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

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

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

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

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

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

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

Town of South Windsor, Connecticut. Police Department

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

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

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

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

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

Community Unit School District # Church St Loami, IL

Town of Digby. Tender Equipment Purchase Fire Truck Pumper/Tanker

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

INVITATION TO BID Fort Morgan Golf Course Golf Carts

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

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

INVITATION TO BID. If you have any questions concerning this bid, you may call Elizabeth Hope at (912)

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

CITY OF ALHAMBRA NOTICE INVITING BIDS NO. N2M16-144

City of Lewiston Finance Department Allen Ward, Purchasing Agent

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

PART A TENDER SUBMISSION

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

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

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

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

CITY OF SIMI VALLEY MEMORANDUM

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

MONTEREY PENINSULA REGIONAL PARK DISTRICT BOARD OF DIRECTORS MEETING

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

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

INVITATION TO BID. January 10, 2018

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

Request for Bids. Elko County. Solid Waste Refuse Hauling and Disposal in the Salmon Falls Solid Waste Management District

Department of Finance Purchasing Department INVITATION TO BID

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

Request for Quote # Armored Vehicle for Hammond Police Swat Team

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.

Destin Beach Safety ATVs, UTV, and Waverunner

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

Houston County Purchasing Department

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

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

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

Invitation for Bid # Tandem Axle Dump Truck

INVITATION TO BID FUEL PRODUCTS

Request for Proposal. Articulated Loader

The Regional District of Nanaimo (RDN) is seeking responses to the following tender:

INVITATION TO BID 14 PASSENGER MULTI-FUNCTION BUS ITB

BID PACKAGE (2)NEW 2018 SELF-PROPELLED BROOMS

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

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

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

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

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.

H OUSTON COUNTY BOARD OF COM M I SSI ONERS

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

INVITATION TO BID (ITB)

PURCHASING SPECIFICATION

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

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

H OUSTON COUNTY BOARD OF COM M I SSI ONERS

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

Barrow County Board of Commissioners

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

CITY OF ALLIANCE, OHIO 2016 CHEMICAL SUPPLIES SPECIFICATIONS FOR

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

Transcription:

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 clearly marked bids for Bid No. GF-2019-06, Purchase of three new Vehicles on January 7, 2019 at 9:00 AM, Eastern Standard Time. If you are interested in submitting a bid, please follow the bid instructions below: There is not a mandatory pre-bid meeting for this bid. Sealed bids are to be delivered to the Phenix City Board of Education at 1212 Ninth Avenue, Phenix City, AL, 36867 or mailed to the Phenix City Board of Education at P.O. Box 460, Phenix City, AL, 36868-0460. All bids will be date and time stamped as they arrive in the Board Office and will be publicly opened and read aloud on January 7, 2019 at 9:00 AM, Eastern Standard Time. Bids must arrive prior to the bid opening to be considered. The envelope must be marked Bid No. GF-2019-06 / Bid for Purchase of Three New Vehicles on the front and SEALED BID DO NOT OPEN on the seal. Whether mailed or hand delivered, address to the Attention: David Gibson at the address listed above. Late bids will not be opened. Information and specifications for above named bid may be obtained at the Phenix City Board of Education. The information may also be downloaded via the link provided at www.pcboe.net under the Department of Operations & Administrations (see District Bids ). Both options are free of charge. The Phenix City Board of Education reserves the right to accept or reject any or all bids. Vendors with questions regarding bid specifications must submit their questions in writing to David Gibson at dgibson@pcboe.net or mail to the Phenix City Board of Education, Attn: David Gibson, P.O. Box 460, Phenix City, AL, 36868-0460, no later than December 31, 2018. Questions received in any other manner will not be accepted. All questions and responses will be posted to the district website for information purposes only. Any changes, additions, or modifications to the bid request and any questions and answers related to this solicitation will be posted to the Phenix City Schools website at www.pcboe.net under the Department of Operations & Administrations (see District Bids ). Posted: December 17, 2018 Nathan Walters Director of Operations Phenix City Schools

Phenix City Public Schools PO Box 460 Phenix City, Alabama 36868-0460 334-298-0534 Bid No. GF-2019-06 December 17, 2018 Business Office Bid Type: Purchase of Three New Vehicles TO: Whom It May Concern Sealed bids will be received by the Phenix City Board of Education at the Educational Services Center, 1212 Ninth Avenue, Phenix City, Alabama, 36867 for furnishing items as listed on the attached sheet(s). Bids will be received on the following date and envelopes containing bids should be sealed and marked on the outside. This bid is due on: 9:00 AM January 7, 2019 Time (EDST) Month Day Year Attention: David Gibson at which time they will be publicly opened and read. The Phenix City Board of Education is in compliance with Equal Employment Opportunity regulations, the Clean Air Act, the Clean Water Act, and Environmental Protection Agency regulations. The Phenix City Board of Education reserves the right to reject any and/or all bids, to make awards for individual items as they may appear advantageous, and to waive all informalities in bidding. The specifications and/or model numbers herein specified are for the purpose of establishing type and quality of items desired. It is not the intention of this Board to exclude any company capable of furnishing equal purchase on the basis of low price alone. Quality and suitability to purpose will be a controlling factor. It is our policy that judgment to select is our right, and judgment shall be determined by whatever means we feel is necessary. If you are unable to bid, please let it be known in writing; otherwise, we shall consider you as an uninterested bidder and remove your name from our bid list. Each bidder should clearly indicate the earliest delivery date. Each bid should be accompanied by complete information and specifications as to what is being bid. Samples may be requested, and bidder should be prepared to furnish these samples upon request. Where it is called for, bidder shall include complete installation. All prices should include cost of transportation to the place designated on the order. Each bidder shall be responsible for the removal of all debris connected with installation. All bids should be good for at least 30 days from date of opening. *NOTE: Eastern Standard Time Nathan Walters, Director of Operations

IMPORTANT INFORMATION FOR BIDDERS: Alabama laws require that, as a condition for the award of a contract by a school board to a business entity or employer with one or more employees working in Alabama, the business entity or employer must provide documentation of enrollment in the E-Verify program. During the performance of the contract, the business entity or employer shall participate in the E-Verify program and shall verify every employee that is required to be verified according to the applicable federal rules and regulations. The contractor s E-Verify Memorandum of Understanding must be included with the bid. If you do not believe these requirements are applicable to your entity, include an explanation justifying such exemption. An entity can obtain the E-Verify Memorandum of Understanding upon explanation justifying such exemption. An entity can obtain the E-Verify of Understanding upon completion in the E-Verify enrollment process located at the federal web site www.uscis.gov/everify. The Alabama Department of Homeland Security (http://immigration.alabama.gov) has also established an E-Verify employer agent account for any business entity or employer with the required documentation of enrollment in the E-Verify program. An Employer Identification Number (EIN), also known as a Federal Tax Identification Number, is required to enroll in E-Verify or to establish an E-Verify employer agent account. NAME OF COMPANY: COMPANY REPRESENTATIVE:

Phenix City Board of Education Office of Superintendent PO Box 460 Phenix City, Alabama 36868-0460 BID NO: GF-2019-06 Purchase of Three New Vehicles DATE BID TO BE RECEIVED: January 7, 2019 TIME: 9:00 AM EDST Sealed bids will be received by the Phenix City Board of Education, 1212 Ninth Avenue, Phenix City, Alabama, until the above date, and then opened as soon thereafter as practicable. Phenix City, Alabama David Gibson Transportation Supervisor F.O.B. Purchase of Three New Vehicles If you are unable to furnish an item as specified and desire to offer a substitute, give full description of the item. No errors will be corrected after bids are opened. No prices shall include State or Federal Excise Taxes. Letter of tax exemption status will be furnished upon request. Board of Education reserves the right to accept or reject all bids or any portion thereof. BIDS MADE OUT IN PENCIL WILL NOT BE ACCEPTED. All bidders must use our bid form and show on envelope the bid number. TO BE COMPLETED BY VENDOR: We are in position to furnish the above at the prices shown and can make shipment within order. Any attachment hereto is made and becomes a part of this inquiry. days after receipt of I hereby affirm I have not been in any agreement or collusion among bidders or prospective bidders in restraint of freedom of competition, by agreement to bid at a fixed price or to refrain from bidding, or otherwise. FIRM: BY: Signature Must Be in Ink (Please Print/Type Name) ADDRESS: Street City State Zip Code Telephone Number Fax Number Date

One or more 12 Passenger Van Medium Roof Height Vehicle must meet all Federal and State regulations in effect at time of bid award. NOTICE OF INSTRUCTIONS TO BIDDERS SCOPE: All bidders must complete the attached specifications. In the event that the specifications proposed by the bidder are exactly and unequivocally identical to the specifications established by the Board of Education, including brand name, the bidder may respond with the phrase NO EXCEPTIONS. In all other cases, and for all brand name items, the bidder is required to provide written specifications. Please note that bidders with exceptions will always be considered. This format allows the Board of Education the flexibility to make an informed apples to apples comparison from manufacturer to manufacturer in order to make a qualified decision. Please list all exceptions at the bottom of each category. The terms, No structural differences or We are equal to your proposed specifications will not be permitted. It is the responsibility of the Board of Education and their representatives to determine if a substitution is Equal or not. It is not the bidder s prerogative to declare that what they are substituting is Equal. Failure to comply will render the bid invalid for material non-compliance to our proposed specifications. Phenix City Schools reserves the right to award bid based on factors other than price. Award criteria will include but will not be limited to previous performance, past quality, parts availability, etc. Delivery will be made within 90 days of receipt of purchase order. Chassis: Axle: Manufacture recommended gear ratio Exception: Engine: V-6 Gas 3.7 Liter. Transmission: Must be automatic with overdrive. Tires: Tires must be 17 inch or larger. Spare tire must be full sized. Wheels: Painted with center caps. Prefer wheels to be painted gray 1

One or more 12 Passenger Van Medium Roof Height Exterior: Body: Side and rear doors to be outward opening. Roof height to be medium height. Please list the interior height of the proposed vehicle. Lights: Headlamps to include auto function with daytime running lights capability. Vehicle to be equipped with fog lamps. Ambient lighting is preferred in the passenger compartment. Paint: Vehicle color is white. No Exception. Mirrors: Must be equipped with power fold, extend and adjust tow mirrors. Towing: Vehicle to be equipped with max tow package to include and integrated trailer brake controller. No Exception. Windows: Passenger and rear windows to be privacy glass Interior: Air Conditioned: Must be equipped with front and rear HVAC Color: Interior color to be dark gray or black. Flooring: To be vinyl. Carpet is not acceptable Interior equipment options: Must be equipped with AM/FM Radio with steering wheel mounted controls, backup camera with rear proximity sensors, blue-tooth, auxiliary switches, cruise control,12v power outlet, 110V A/C outlet, power windows/door locks, keyless entry, tilt and telescoping steering wheel. Gauges to be manufacture standard. Seats: Must be equipped with bucket type cloth seats with seating for 12 passengers, 40/console/40 front, with floor mounted locking center console. Preferred colors are gray or black. All seat positions must be equipped with seat belts. Rear passenger seats to be quick detach for easy removal when not in use. Exception: Additional Options: Vehicle is to be equipped with passenger/driver running boards to aide entry. 2

One or more ½ Ton Crew Cab 4x2 Pick-Up Vehicle must meet all Federal and State regulations in effect at time of bid award. NOTICE OF INSTRUCTIONS TO BIDDERS SCOPE: All bidders must complete the attached specifications. In the event that the specifications proposed by the bidder are exactly and unequivocally identical to the specifications established by the Board of Education, including brand name, the bidder may respond with the phrase NO EXCEPTIONS. In all other cases, and for all brand name items, the bidder is required to provide written specifications. Please note that bidders with exceptions will always be considered. This format allows the Board of Education the flexibility to make an informed apples to apples comparison from manufacturer to manufacturer in order to make a qualified decision. Please list all exceptions at the bottom of each category. The terms, No structural differences or We are equal to your proposed specifications will not be permitted. It is the responsibility of the Board of Education and their representatives to determine if a substitution is Equal or not. It is not the bidder s prerogative to declare that what they are substituting is Equal. Failure to comply will render the bid invalid for material non-compliance to our proposed specifications. Phenix City Schools reserves the right to award bid based on factors other than price. Award criteria will include but will not be limited to previous performance, past quality, parts availability, etc. Delivery will be made within 90 days of receipt of purchase order. Chassis: Axle: Rear axle ratio to be 3.55. Axle maybe limited slip type. Engine: V-6 Gas 3.5 Liter. Turbo equipped is preferred. Transmission: Must be full automatic with overdrive. 10 speed is preferred Tires: Tires must be 17 inch or larger. Spare tire must be full sized. Wheels: Painted with center caps. Prefer wheels to be painted gray 1

One or more ½ Ton Crew Cab 4x2 Pick-Up Exterior: Glass: Rear glass to be privacy. Lights: Headlamps to include auto function with daytime running lights capability. Vehicle to be equipped with fog lamps. Paint: Vehicle color is white. No Exception. Mirrors: Must be equipped with power fold and adjust tow mirrors. Towing: Vehicle to be equipped with max tow package to include and integrated trailer brake controller. No Exception. Truck Bed Length: 6 ¾ ft. length. Interior: Color: Interior color to be dark gray or black. Flooring: To be vinyl. Carpet is not acceptable Interior options: Must be equipped with air- conditioning, AM/FM Radio with steering wheel mounted controls, back-up camera with rear proximity sensors, bluetooth, auxiliary switches, cruise control,12v power outlet, 110V A/C outlet, power windows, keyless entry, tilt and telescoping steering wheel. Gauges to be manufacture standard. Seats: Must be equipped with bucket type cloth seats, 40/console/40, with floor mounted locking center console. Rear seat to be 60/40, folding, with under seat locking storage. Preferred colors are gray or black. Exception: Additional Options: Vehicle to be equipped with running boards for easy entry. 2

One or more 1 Ton, Dual Rear Wheel, Regular Cab 4x2 Pick-Up Vehicle must meet all Federal and State regulations in effect at time of bid award. NOTICE OF INSTRUCTIONS TO BIDDERS SCOPE: All bidders must complete the attached specifications. In the event that the specifications proposed by the bidder are exactly and unequivocally identical to the specifications established by the Board of Education, including brand name, the bidder may respond with the phrase NO EXCEPTIONS. In all other cases, and for all brand name items, the bidder is required to provide written specifications. Please note that bidders with exceptions will always be considered. This format allows the Board of Education the flexibility to make an informed apples to apples comparison from manufacturer to manufacturer in order to make a qualified decision. Please list all exceptions at the bottom of each category. The terms, No structural differences or We are equal to your proposed specifications will not be permitted. It is the responsibility of the Board of Education and their representatives to determine if a substitution is Equal or not. It is not the bidder s prerogative to declare that what they are substituting is Equal. Failure to comply will render the bid invalid for material non-compliance to our proposed specifications. Phenix City Schools reserves the right to award bid based on factors other than price. Award criteria will include but will not be limited to previous performance, past quality, parts availability, etc. Delivery will be made within 90 days of receipt of purchase order. Chassis: Axle: Rear axle ratio to be 3.73. Axle maybe limited slip type. Engine: V-8 Gas 6.2 Liter. Transmission: Must be full automatic with overdrive. 6 speed is preferred Tires: Tires must be 17 inch or larger. Spare tire must be full sized. Wheels: Painted with center caps. Prefer wheels to be painted gray 1

One or more 1 Ton, Dual Rear Wheel, Regular Cab 4x2 Pick-Up Exterior: Lights: Headlamps to include auto function with daytime running lights capability. Vehicle to be equipped with fog lamps. Must be equipped with cab marker lights. Paint: Vehicle color is white. No Exception. Mirrors: Must be equipped with power fold, extend and adjust tow mirrors. Towing: Vehicle to be equipped with max tow package to include and integrated trailer brake controller. No Exception. Truck Bed Length: 8 ft. service bed with maximum bin space. Each bin is to be locking and equipped with adjustable shelving. Interior: Color: Interior color to be dark gray or black. Flooring: To be vinyl. Carpet is not acceptable Interior options: Must be equipped with air- conditioning, AM/FM Radio with steering wheel mounted controls, back-up camera with rear proximity sensors, blue-tooth, auxiliary switches, cruise control,12v power outlet, 110V A/C outlet, power windows/door locks, keyless entry, tilt and telescoping steering wheel. Gauges to be manufacture standard. Seats: Must be equipped with bucket type cloth seats, 40/console/40, with floor mounted locking center console. Preferred colors are gray or black. Exception: Additional Options: Ladder/pipe rack. The ladder rack should extend over but not beyond the cab of the truck. 2