SAN ANTONIO WATER SYSTEM BEST VALUE BID for FOR GLOBAL POSITIONING SYSTEM (GPS) TRACKING SYSTEM ADDENDUM NO. 1

Similar documents
SAN ANTONIO WATER SYSTEM PURCHASING DEPARTMENT

SAN ANTONIO WATER SYSTEM PURCHASING DEPARTMENT

List of Eligible County Vehicles for Fleet Vehicle Maintenance and Repair Bid

ADDENDUM NO. 1 INVITATION FOR BID FOR BUS ENGINE SUPPLY. IFB NO: 2018-FP-08 Date Issued: August 6, 2018

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

REQUEST FOR BIDS VEHICLE GPS TRACKING SYSTEM. Bids Due: July 21, 2017 at 10:00 A.M.

INVITATION TO BID. January 10, 2018

St. Tammany Parish Government Department of Procurement P. O. Box 628 Covington, LA Phone: (985) Fax: (985)

blueprint Link Module

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

Invitation to Bid NEW FOUR WHEEL DRIVE EXTENDED CAB PICKUP TRUCK

INVITATION TO BID Fort Morgan Golf Course Golf Carts

MONTEREY PENINSULA REGIONAL PARK DISTRICT BOARD OF DIRECTORS MEETING

City of Lewiston Finance Department Allen Ward, Purchasing Agent

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

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

TENDER HALF TON PICKUP TRUCK, 4x4

Grille Guards. Kits (Guard, Brackets and Light Bar) Guard and Brackets Only Guard and Brackets. Textured Black# Textured Black# Polished Stainless#

ft.l'ffu;des"-castr'6 Ram irez

INVITATION TO BID FUEL PRODUCTS

SAN ANTONIO WATER SYSTEM PURCHASING DEPARTMENT

BULL BAR LICENSE PLATE FRAME

CITY OF TACOMA ENVIRONMENTAL SERVICES DEPARTMENT

Department of General Services Fleet Management Auction July 8, 0900 Hours

ADDENDUM NO. 1. DATE: September 19, 2017 M Wireless Vehicle Tracking System DATED: September 15, 2017, 2017

Fleet and Asset Management Auction --- January 10, 2018

1. Do the two Gillig 40 (2401H & 2402H) Hybrid have batteries, if so, what type? IPTC Response: Yes, I believe phosphate.

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

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

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

Department of Finance Purchasing Department INVITATION TO BID

SYSTEM SAFETY, SECURITY AND OPERATIONS COMMITTEE JULY 17, 2014 PURCHASE OF HYBRID SEDANS APPROVE CONTRACT AWARD ACTION: RECOMMENDATION

ANNE ARUNDEL COUNTY, MARYLAND Annapolis, Maryland ADDENDUM NO. 4 June 8, 2017

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

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

Destin Beach Safety ATVs, UTV, and Waverunner

Chevy and GMC Trucks and SUV Year Bolt Pattern Lug Style Center Bore 1/2 Ton Blazer, Jimmy, Suburban (2WD) '71-'91 5 x 5" Nut 78.1mm 1/2 Ton Blazer,

PURCHASING MEMORANDUM

Town of South Windsor, Connecticut. Police Department

ABS/SRS Code Reader Global OBD II Scan Tool. Vehicle Coverage Guide

The Director, Purchasing and Materials Management recommends that the Bid Award Panel grant authority to award the following contract:

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

CITY OF KYLE, TEXAS INVITATION FOR BID (IFB) NO: PM

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

PURCHASING MEMORANDUM

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

2018 Golf Cart Lease Sunset Valley Golf Club

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

ADDENDUM NO. 2 DATE: March 3, BID TITLE: Replacement of Two (2) Twenty Ton Overhead Crane Hoists, Trolley Packages, and Associated Equipment

ADDENDUM No. 2. Bid #: 13-B-016 Purchase of Solid Waste Trucks

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

Vehicle Compatibility Chart

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

DELETE first sentence of first paragraph that reads: REPLACE with the following:

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

Appendix A Technical Specifications Class I, II, III, IV Sewage Pumping Lift Station Wet Well Cleaning and Hauling

Request for Proposal. Rear Load Refuse Truck

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

Umatilla Electric Cooperative Net Metering Rules

Request for Proposal. Articulated Loader

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

(ADDENDUM COVER SHEET)

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

PURCHASING MEMORANDUM

Buick Vehicle Year & Model Part Number List Price. Rainer Cadillac Vehicle Year & Model Part Number List Price. Escalade. Blazer

USCAR Custom Wiring Make / Model Style Years Audi Q7 ALL Buick Enclave ALL Enclave Avenir Enclave Base Enclave Essence 18-19

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

St. Lucie Public Schools Purchasing Department 4204 Okeechobee Road Fort Pierce, Florida Voice (772) Fax (772)

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

KAUAI ISLAND UTILITY COOPERATIVE KIUC Tariff No. 1 RULE NO. 17 NET ENERGY METERING

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

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

REQUEST FOR QUOTES Invitation to Bid. Purchase of Two (2) Class 8A Tandem Axle Tractors

Vehicle Coverage Guide

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

Q10. What are the payment terms? A10. Payment terms vary per participating agency. Refer to Page 16 of bid document.

CITY OF CORALVILLE th Street, Coralville, IA

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

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

COUNTY OF ROCKLAND Department of General Services Purchasing Division

REQUEST FOR BID For Trucks. Bid Notice

Page 1 of 6 ADDENDUM NO. 1. January 11, Shuttle Bus Service RFP # H General

MOTOR VEHICLE EVENT DATA RECORDERS

INVITATION FOR BID NO Addendum #2 Fleets for the Future - Alternative Fuel Vehicles

CITY OF BARTLETT 6400 STAGE ROAD BARTLETT, TENNESSEE 38134

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

8 & 10 Lug Medium Duty Select and Standard Wheel Charts

NEW PRODUCTS! 2015/16 catalogue

PROPOSAL FOR. BID OPENING: Thursday, October 27, 2016 at 10:00 a.m. BOARD OF COUNTY ROAD COMMISSIONERS OF THE COUNTY OF MONROE

REQUEST FOR QUOTES Invitation to Bid

ADDENDUM 02. To All Bidders:

Appendix A - Technical Specifications RFQ Emergency WasteWater Cleanup Services

ALL ITEMS ARE OFFERED FOR SALE ON AS IS, WHERE IS; WITH ALL FAULTS BASIS.

Purchasing Services 4202 East Fowler Avenue, SVC 1073 Tampa, Florida (813) Addendum No. 1

ADDENDUM NO. 3. Kansas City Area Transportation Authority (KCATA) 1350 E. 17 th Street Kansas City, Missouri 64108

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

Dodge. Grill Insert Ram w/o Hood Cap with optional bumper insert. Grill Insert 09-C Ram 1500 w/o Hood Cap Pictures shown

ADDENDUM NO. 1 INVITATION FOR BIDS FOR LUBRICANT AND FLUID SUPPLY. RFP NO.: 2018-SP-03 Date Issued: March 13, 2018

H OUSTON COUNTY BOARD OF COM M I SSI ONERS

CITY OF SIMI VALLEY MEMORANDUM

Transcription:

Revised 9/18/10 SAN ANTONIO WATER SYSTEM SAN ANTONIO, TEXAS Page No. 1 No. Pages 4 Date July 22, 2011 FORMAL INVITATION, BID Sealed bids addressed to the Purchasing Director, San Antonio Water System, 2800 U.S. Hwy 281 North, San Antonio, TX 78212 will be received until 3:00 p.m., July 28, 2011 and then publicly opened and read aloud for furnishing materials or services as described received herein below, In estimated quantities indicated below. For period beginning Date of Award and ending September 30, 2013. Bid Bond is required Bid Bond is not required. Performance Bond is required. Performance Bond is not required. Price quoted shall be firm and non-escalating during the contract period Item No. Estimated Quantity Description Unit Price Total Amount SAN ANTONIO WATER SYSTEM BEST VALUE BID for FOR GLOBAL POSITIONING SYSTEM (GPS) TRACKING SYSTEM ADDENDUM NO. 1 Addendum No. 1 provides a list of the questions asked and provides SAWS responses. IT IS NOT NECESSARY TO RETURN THIS ADDENDUM WITH YOUR BID c:;rb;bestvalue/gps system Bid No. 11-1137 NOTICE TO BIDDERS: The San Antonio Water System Purchasing Division is willing to assist any bidder(s) in the interpretation of bid provisions or explanation of how bid forms are to be completed. Assistance can be received by visiting the Purchasing Division located at 2800 U.S. 281 Hwy North, or by calling (210) 233-38. Purchasing Division Purchasing Division MAIL TO: San Antonio Water System DELIVER TO: San Antonio Water System IMPORTANT MAILING P. O. Box 2449 2800 U.S. 281 Hwy North INSTRUCTIONS: San Antonio, Texas 78298-2449 San Antonio, Texas 78212 Please check the following blanks which apply to your company: Ownership of firm (51% or more): Non-minority Hispanic African-American Other Minority (specify) Female Owned Handicapped Owned Small Business (less than $1 million annual receipts or 100 employees) The undersigned offers and agrees to furnish any or all the items or services enumerated and upon which prices are quoted at the unit price se t opposite each item, delivered at the designated point(s) within the time specified. Bidder hereby makes this bid and offer subject to the Terms and Conditions on the reverse hereof and subject further to the terms and conditions of this Invitation for Bid, the accompanying schedule and such other contract provisions, specifications, drawings or other data as are attached or incorporated by reference in the schedule; and upon acceptance of this bid and offer, bidder agrees to comply with all such Terms and Conditions, as well as contract provisions, specifications, drawings or other data. BIDDER MUST COMPLETE THE FOLLOWING: Discount Terms: % 20 days. (Net 30 days if left blank) Date of Bid Delivery will be completed within calendar days after receipt of order. (if applicable) Name of Bidder (Company) (print or type) Signature of person authorized to sign bid: Address Print or Type Name of Authorized person City, State and Zip Code Phone No. Fax No. E-mail Address

Page No. 2 No. Pages 4 SAN ANTONIO WATER SYSTEM, SAN ANTONIO, TEXAS FORMAL INVITATION, BID (continued) Item Estimated Unit Total No. Quantity Description Price Amount 1) Will SAWS provide a Year-Make-Model-Engine list of vehicles included in the first 100 vehicles? Are any vehicles older than model year 2000? Response: SAWS is unable to provide a list of vehicles included in the first 100. However attached is a list of all of the types of vehicles in our fleet with Year, Make, Model information that would potentially make up the first 100. We are unable to provide the Engine type. Currently there are 16 vehicles in our fleet that are older than model year 2000. As specified in the proposal Units should be compatible with a 9 pin Deutsch Connector, and 6 Pin ODBII connector, to support ease of installation and diagnostic information. 2) Can SAWS supply us with a vehicle list including make, model and VIN? Response: See question 1. Since SAWS does not have an exact list of what will be included in the first 100, we have not provided the vin s. The attachment does provide all years, makes, and model of equipment that is in our fleet. Section IV, System Requirements/Software states, "Describe how vehicle information and reporting information can be transferred from the system to a MS SQL server based data warehouse for advanced reporting and analytics." 3) Does SAWS host the MS SQL server referenced? Response: Yes 4) What kind of advanced reporting and analytics are you referring to in this statement? Response: Describe how data from your system would be able to be transferred to a MS SQL Server so that we may run queries against the server to provide advanced reporting and analytics. Section IV, System Requirements/Installation states, "Hardware connected to the ODB connector must allow for continued function of the Fuel system transceiver as well as allow for scan tool connection." 6) What fuel system do you currently use? Response: EJ Ward 7) Please describe in detail (vendor, part number, product name, etc.) any hardware including but not limited to your fuel system that is connected to the OBD or JBus ports of your vehicles. Please specify which vehicles have this hardware installed. Response: Ward CANceiver from EJ Ward on vehicles that have OBDII, and VIT from EJ Ward on vehicle on construction equipment. Our fleet utilizes the below diagnostic interfaces. Name of Bidder (Company) (print or type) Signature of person authorized to sign bid:

Page No. 3 No. Pages 4 SAN ANTONIO WATER SYSTEM, SAN ANTONIO, TEXAS FORMAL INVITATION, BID (continued) Item Estimated Unit Total No. Quantity Description Price Amount Section IV, System Requirements/Tracking System/Features states, "system has an emergency capability to send alarm or distress of operator needing assistance (officer down button)." 8) Is this button to be operational only inside the vehicle or is there a requirement to provide the capability outside the vehicle as well? Response: Inside the vehicle. Section IV, System Requirements/Tracking System/Maintenance states, "Vendor must be able to respond to required service within 4 hours if the vehicle is deemed to be out of service due to GPS unit." 9) Does that mean onsite response or a phone/electronic response within 4 hours? Response: Onsite Section VIII, Required documents, Item 3 states, "Provide references with supporting documentation..." 10) References are listed on Required Documents Item 2. Does the term "references" in Item 3 mean something different? Response: Same meaning, providing your company s product experience, expertise, and reliability. The Bid states: The preferred hardware will be simple to install by plugging in unit and antennae. All connections are to be soldered and sealed to prevent moisture from entering the connection. No connections are to be made with devices that pierce the insulation of the wire to make electrical contact. No fuse taps are to be used that slide over one leg of the fuse to supply power to another circuit. No connections are to be made directly to the battery 11) Our system is installed in the vehicle using a standard 3 wire installation (power, ground, ignition/aux). It references connections being made straight to the battery. Does this mean no wires are to be connected to the 12 volt system in general or just directly to the battery? Response: Nothing can be connected directly to the battery, but can go to the power module. Name of Bidder (Company) (print or type) Signature of person authorized to sign bid:

Page No. 4 No. Pages 4 SAN ANTONIO WATER SYSTEM, SAN ANTONIO, TEXAS FORMAL INVITATION, BID (continued) Item Estimated Unit Total No. Quantity Description Price Amount 12) It states you re looking for 9 or 6 pin connectivity for diagnostic information. Are you requiring On Board Diagnostic reporting as part of the GPS solution? Or do you simply want the ability to have OBD if you choose? Response: Ability and ease of installation. Do you have a vehicle list and can you determine how many of those vehicles (with make/model) will require OBD or JBus connectivity? Response: Attached you will find a list of all of the makes and models in our fleet. We utilize EJ Ward as our fuel system that is plugged into the ODB using the below type of cables, based on the type of vehicle. That cable has a pig tail allowing you to plug for the 9 or 6 pin connectivity. EJ Ward Cable Info is below. 13) Does SAWS require an independent agency certification to validate a bidder s small minority and veteran owned business status? If so, which agency certifications do you recognize? Response: SAWS would prefer that the bidders be certified by the South Central Texas Regional Certification Agency (SCTRCA); however, SAWS will accept certifications from the Texas State Comptroller for Historical Underutilized Businesses (HUB) or the Small Business Administration as long as the Small, Minority or Woman-owned business designation is not through self-certification process. SAWS will award evaluation points for certified Small, Minority or Woman-owned business designations but does not award any evaluation points for veteran owned business enterprises. The South Central Texas Regional Certification Agency (SCTRCA) can be reached at www.sctrca.org or at 210-227-4722. For further clarifications or additional information regarding SAWS Small, Minority or Woman-owned Business program, please contact Marisol V. Robles at 210-233-3420. 14) Does registration with Dun and Bradstreet and on the Central Contractor Registration through the Small Business Administration as a Minority and Veteran Owned Small Business qualify? SAWS will not accept the registration with Dun and Bradstreet. SAWS will recognize Small, Minority or Woman-owned business designations from the Small Business Administration; however, not through a self-certification process. Name of Bidder (Company) (print or type) Signature of person authorized to sign bid:

SAWS Vehicle Listing YEAR_EQUIP MFG MODEL 1997 CHEVROLET V2500 1998 CHEVROLET CHEYENNE 2500 1998 CHEVROLET CHEYENNE 3500 HD 1999 CHEVROLET 1500 SILVERADO 1999 CHEVROLET CHEYENNE 2500 2000 CHEVROLET 2500 2000 CHEVROLET G2500 2000 CHEVROLET WORKHORSE 2003 CHEVROLET 1500 SILVERADO 2003 CHEVROLET BLAZER 2003 CHEVROLET EXPRESS 2003 CHEVROLET G2500 2003 CHEVROLET S10 2003 CHEVROLET SUBURBAN 2003 CHEVROLET SUBURBAN 2500 2004 CHEVROLET BLAZER 2004 CHEVROLET C1500 2004 CHEVROLET C8500 2004 CHEVROLET EXPRESS 2004 CHEVROLET K1500 2004 CHEVROLET KODIAK C7500 2004 CHEVROLET SILVERADO 2005 CHEVROLET EXPRESS CARGO 2500 2006 CHEVROLET C8500 2007 CHEVROLET 1500 SILVERADO 2007 CHEVROLET 1500 SILVERADO 2008 CHEVROLET 1500 SILVERADO 2008 CHEVROLET 2500 SILVERADO HD 2008 CHEVROLET 3500 SILVERADO 2008 CHEVROLET EXPRESS CARGO 2500 2008 CHEVROLET TRAILBLAZER 2009 CHEVROLET 1500 SILVERADO 2009 CHEVROLET HYBRID TAHOE 2009 CHEVROLET SILVERADO 2500 HD 2010 CHEVROLET SUBURBAN 2011 CHEVROLET 1500 SILVERADO / HYBRID 2009 CHEVROLET EXPRESS CARGO 2500 2009 CHEVROLET SILVERADO 3500 2004 DODGE 1500 2004 DODGE 2500 2004 DODGE 1500 DURANGO 2004 DODGE RAM 1500 2004 DODGE RAM 2500 1

YEAR_EQUIP MFG MODEL 2004 DODGE RAM 3500 2005 DODGE 2500 2005 DODGE 3500 ST 2005 DODGE DAKOTA 2005 DODGE RAM 2500 2006 DODGE RAM 3500 2007 DODGE RAM 1500 2008 DODGE NITRO 2009 DODGE RAM 2500 2009 DODGE RAM 3500 1996 FORD F150 1997 FORD F150 1997 FORD F250 SUPER DUTY 1998 FORD RANGER 1999 FORD E250 2000 FORD F150 2001 FORD E250 2001 FORD F150 2001 FORD F350 SUPER DUTY 2002 FORD EXPLORER 2002 FORD F150 2003 FORD F150 2003 FORD F350 SUPER DUTY 2003 FORD F450 2003 FORD SPORT TRAC 2004 FORD E250 2004 FORD E350 2004 FORD F150 2004 FORD F250 2004 FORD F250 SUPER DUTY 2004 FORD F350 SUPER DUTY 2004 FORD F450 2004 FORD F550 2004 FORD F750 2005 FORD E250 2005 FORD EXCURSION 2005 FORD F150 2005 FORD F350 SUPER DUTY 2005 FORD F450 2005 FORD F550 2006 FORD F250 SUPER DUTY 2006 FORD F450 2006 FORD F750 2007 FORD F150 2007 FORD F550 2007 FORD F550 SUPER DUTY 2

YEAR_EQUIP MFG MODEL 2008 FORD ESCAPE 2008 FORD EXPEDITION XLT EL 2008 FORD EXPLORER 2008 FORD F150 2008 FORD F250 SUPER DUTY 2008 FORD F350 SUPER DUTY 2008 FORD F450 2008 FORD F550 SUPER DUTY 2008 FORD F550 SUPER DUTY 2009 FORD E450 2009 FORD F250 SUPER DUTY 2009 FORD F350 SUPER DUTY 2009 FORD F550 SUPER DUTY 2009 FORD F550 SUPER DUTY 2009 FORD F750 2010 FORD E250 2010 FORD ESCAPE HYBRID 2010 FORD EXPLORER 2010 FORD F150 2010 FORD F250 SUPER DUTY 2010 FORD F350 SUPER DUTY 2010 FORD F550 SUPER DUTY 2010 FORD F750 2010 FORD RANGER 2011 FORD E250 2011 FORD E350 2011 FORD ESCAPE HYBRID 2011 FORD F150 2011 FORD F250 2011 FORD F250 SUPER DUTY 2011 FORD F550 2011 FORD F550 SUPER DUTY 2011 FORD F750 2011 FORD RANGER 2008 FORD F550 SUPER DUTY 2009 FORD E250 2009 FORD E350 2009 FORD EXPLORER 2009 FORD F250 SUPER DUTY 2009 FORD F550 SUPER DUTY 2009 FORD F750 2000 FREIGHTLINER FL70 2001 FREIGHTLINER FL60 2002 FREIGHTLINER FL60 2004 FREIGHTLINER FL70 2004 FREIGHTLINER FL80 3

YEAR_EQUIP MFG MODEL 2004 FREIGHTLINER M2 106 2009 FREIGHTLINER M2 106 2010 FREIGHTLINER M2 112V 2009 FREIGHTLINER M2 106 2001 GMC SAVANA 3500 2002 GMC SAVANA 3500 1987 GMC C30 2000 INTERNATIONAL 4600 2000 INTERNATIONAL 4700 2001 INTERNATIONAL 4600 2005 INTERNATIONAL 7500 2005 INTERNATIONAL 7600 2006 INTERNATIONAL 7400 SBA 2007 INTERNATIONAL 4400 SBA 2008 INTERNATIONAL 4400 SBA 2008 INTERNATIONAL 7600 2009 INTERNATIONAL 7600 2010 INTERNATIONAL 7400 SBA 2011 INTERNATIONAL 7400 SBA 2007 JEEP LIBERTY SPORT 2008 KENWORTH T800 2003 MACK GRANITE 2011 MACK GU813 2010 PETERBUILT 367 2001 STERLING ACTERRA 2004 STERLING LT9500 2006 STERLING LT9500 2008 STERLING LT7500 2008 STERLING LT9500 2009 STERLING M8500 2009 STERLING ACTERRA PRL-32K 2009 STERLING LT9500 2010 WESTERN STAR 4900FA 4