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

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

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

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

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

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

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

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

REQUEST FOR BID For Trucks. Bid Notice

Invitation to Bid NEW FOUR WHEEL DRIVE EXTENDED CAB PICKUP TRUCK

REQUEST FOR BID For Trucks. Bid Notice

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

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

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

TENDER HALF TON PICKUP TRUCK, 4x4

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.

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

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

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

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

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

City of Lewiston Finance Department Allen Ward, Purchasing Agent

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

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

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

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

Everything You Need! Phone , Ext. 229

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

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

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

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

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

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

INVITATION TO BID Fort Morgan Golf Course Golf Carts

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

PART A TENDER SUBMISSION

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

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

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

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

CITY OF ALHAMBRA NOTICE INVITING BIDS NO. N2M16-144

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

CITY OF CORALVILLE th Street, Coralville, IA

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

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


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

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

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

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

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

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

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

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

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

Guelph/Eramosa Township

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

BID SPECIFICATIONS PURCHASE 4-WHEEL DRIVE PICKUP TRUCK WITH PLOW

CLEVELAND COUNTY NORTH CAROLINA REQUEST FOR BID NEW 2012 EXCAVATOR

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.

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

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

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

INVITATION TO BID. City of Fort Oglethorpe FIRE DEPARTMENT 201 Forrest Road Fort Oglethorpe, Georgia Phone: Fax:

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

BID PACKAGE (2)NEW 2018 SELF-PROPELLED BROOMS

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

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

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

1. SCOPE 2. MODEL: 3. CHASSIS. 3.1 Base Curb Weight: not to exceed 5,500 lbs. 3.3 WB: All Units Short Wheel Base. 3.5 Height: Not to exceed 76.

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

PRESSURE WASHER SYSTEM AND TRAILER, COMMERCIAL DUTY

City Business Registration Number Signature Title

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

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

City of Storm Lake Fire Department Heavy Rescue Specifications

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

MONTEREY PENINSULA REGIONAL PARK DISTRICT BOARD OF DIRECTORS MEETING

No bid will be allowed to be modified in any way after the deadline for the opening.

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

REQUEST FOR QUOTATION

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

CITY OF SIMI VALLEY MEMORANDUM

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

Request for Proposal. Articulated Loader

UN-Priced Offers Due: Wednesday, April 25, 2018 at 10:00 a.m. Reverse Auction/Bid: Wednesday, May 9, 2018 starting at 11:00 a.m.

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

RFP Agricultural Tractors (AG tractor) SCOPE OF THE PROPOSAL

Request For Quotations Fleet Vehicle

CITY OF CHARLEVOIX REQUEST FOR BIDS WESTENBROEK SUBSTATION 48VDC BATTERY BANK

CREATIVE BUS SALES, INC. REPRESENTING MOBILITY VENTURES, LLC

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

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

INVITATION TO BID FUEL PRODUCTS

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

Request for Quote # Armored Vehicle for Hammond Police Swat Team

The bid from Modern Chevrolet was the lowest responsive, responsible bidder with a bid of $37, Attachments: Proposal/bid tab sheet RFP

MONTGOMERY COUNTY PUBLIC WORKS DEPARTMENT P. O. BOX 663 INDEPENDENCE, KANSAS PH FAX

Barrow County Board of Commissioners

INVITATION TO BID (ITB)

FLORIDA SHERIFFS ASSOCIATION & FLORIDA ASSOCIATION OF COUNTIES

Transcription:

Typed by: DATE Mailing Address: P. 0. Box 1948 Mobile, Alabama 36633 (251) 208-7 434 brm Buyer: CITY OF MOBILE Purchasing Department and Package Delivery: Government Plaza 4th Floor, Room S-408 205 Government St Mobile, Alabama 36644 002 Please quote the lowest price at which you will furnish the articles listed below BID SHEET This is Not an Order READ TERMS AND CONDITIONS ON REVERSE SIDE OF THIS PAGE BEFORE BIDDING BID NO. DEPARTMENT Commodities to be delivered F.O.B. Mobile to: 4/18/2018 5148 Motor Pool To Be Specified This bid must be received and stamped by the Purchasing office not later than:u:oo A.M., Friday, May 11, 2018 Bid on this form ONLY. Make no changes on this form. Attach UNIT PRICE EXTENSION QUANTITY ARTICLES any additional information required to this form. UNIT Dollars Cents Dollars Cents 3/4 and 1 Ton Trucks Appx 2018 or newer 1 Ton Crew Cab 4x4 Truck with 8' bed as per 1 to 5 specification' A' Make Model Appx 2018 or newer 3/4 Ton Crew Cab 4x4 Truck with 6.5 foot bed as per 1 to 5 specification 'B'. Must be Chevrolet 2500 as the body insert will only fit Chevrolet body. Make Model Appx 2018 or newer 3/4 Ton Crew Cab 4x4 with 6 1/2 foot bed with 1 to 5 1300 lb. capacity liftgate as per specification 'C' Make Model The city will purchase a minimum of one ( 1) each of the trucks upon award of this bid. Page 1 of 4 TOTAL RETURN ONE SIGNED COPY OF THIS BID IN ENCLOSED ENVELOPE State delivery time within days of receipt of P.O. Firm Name----- -------------- We will allow a discount % 20 days from date of receipt of goods and correct invoice of completed order. Typed Signature By--------------------

1. All quotations must be signed with the firm name and by an authorized officer or employee. 2. Verify your bid before submission as it cannot be withdrawn or corrected after being opened. In case of error in extension of prices, the unit price will govern. 3. If you do not bid, return this sheet and state reason. Otherwise, your name may be removed from our mailing list. 4. The right is reserved to reject any, or all quotations, or any portions thereof, and to waive technicalities if deemed to be in the interest of the City of Mobile. 5. This bid shall not be reassignable except by written approval of the Purchasing Agent of the City of Mobile. 6. State brand and model number of each item. All items bid must be new and latest model unless otherwise specified. 7. If bid results are desired, enclose a self-addressed and stamped envelope with your bid. (All or None bids only) 8. Do not include Federal Excise Tax as exemption certificate will be issued in lieu of same. The City is exempt from the Alabama and City sales taxes. 9. PRICES ARE TO BE FIRM AND F.O.B. DESTINATION UNLESS OTHERWISE REQUESTED. 10. BID WILL BE AWARDED ON ALL OR NONE BASIS UNLESS OTHERWISE STATED. 11. Bids received after specified time will be returned un-opened. 12. Failure to observe stated instructions and conditions will constitute grounds for rejection of your bid. 13. Furnish literature, specifications, drawings, photographs, etc., as applicable with the items bid. 14. Vendor May be required to obtain City of Mobile Business License as applicable to City of Mobile Municipal Code Section 34-50. For Business License inquiry contact the Revenue Department at (251) 208-7461 or cityofmobile.org/taxes.php. 15. If a bid bond is required in the published specifications, see below: Each Bid Shall be Accompanied By A Cashier's Check, Certified Check, Bank Draft Or Bid Bond For the Sum Of Five (5) Percent Of The Amount Bid, Made Payable To The City Of Mobile And Certified By A Reputable Banking Institution. All Checks Shall Be Returned Promptly, Except The Check Of The Successful Bidder, Which Shall Be Returned After Fulfilling The Bid. 16. Contracts in excess of $50,000 require that the successful bidder make every possible effort to have at least fifteen (15) percent of the total value of the contract performed by socially and economically disadvantaged individuals. 17. All bids/bid envelopes must have the bid number noted on the front. Bids that arrive unmarked and are opened in error shall be returned to vendor as an unacceptable bid. 18. If successful vendor's principal place of business is out-of-state, vendor may be required to have a Certificate of Authority to do business in the State of Alabama from the Alabama Secretary of State prior to issuance of a Purchase Order. Vendors are solely responsible for consulting with the Secretary of State to determine whether a Certificate is required. See www.sos.alabama.gov/businessservices/foreigncorps.aspx. Please note that the time between application for and issuance of a Certificate of Authority may be several weeks. 19. Vendors do not need a City of Mobile Business License or Certificate of Authority from the Alabama Secretary of State to submit a bid, but will need to obtain the Business License and Certificate of Authority, if applicable, prior to issuance of a Purchase Order.

BID CONTINUATION SHEET Page of QUANTITY ART ICLES Bid on this form ONLY. Make no changes on this form. Additional in UNIT PRICE EXTENSION formation to be submitted on separate sheet and attached hereto. UNIT Dollars Cents Doll rs Cenu Page 2 of 4 Appx 2018 or newer 1 Ton Crew Cab 4x4 with 6.5 foot bed as per 1 to 5 specification ' C'except the following are to be added 12,000 lb. Warn winch with brush guard and hide away Gooseneck hitch and gooseneck prep. Make Model Appx 2018 or newer 3/4 Ton Crew Cab 4x2 Cab and Chassis. 3 to 10 No bed or bed delete with CA of 56" as per specification 'D'. City will remount Animal Control Body to the chassis. Frame of chassis must match body frame rails. To view existing vehicles and to measure frame rails of body contact Ellen Lursen at (251) 208-2829 or Jackie Wells at (251 ) 208-2806 to arrange to have a vehicle available to view. Make Model Upon award the city will purchase a minimum of three (3) chassis for the Animal Control Bodies. All vehicles are to be provided with a service plan to provide all manufacturer recommended services in the vehicles owner's manual to be performed during 5 year/1 00,000 miles as per the attached vehicles specifications. Service Plans shall be manufacturer based allowing service to be performed at any dealer of the manufacturer. A service plan that restricts service to one specific dealer is notacceptable and will be rejected. TOTAL RETURN ONE SIGNED COPY OF THIS QUOTATION IN ENCLOSED ENVELOPE READ ABOVE INSTRUCTIONS BEFORE QUOTING Firm Name By _ We will allow a d iscount % 20 day s f rom date of receipt of goods and correct invo ice of completed order.

BID CONTINUATION SHEET Page of QUANTITY ARTICLES Bid on this form ONLY. Make no changes on this form. Additional in UNIT PRICE EXTENSION formation to be submitted on separate sheet and attached hereto. UNIT Dollars Cents Doll rs Cents Page 3 of 4 Bidder shall provide a copy of the plan, as well as, printed copy ofthe manufacturers service recommendations in the Owner's Manual with your bid response on the vehicle bid. Vehicle color shall be all standard colors for the brand vehicle. Initial colors will be black or white. Other standard colors may be ordered as needed. As the upfit process may take some time, City of Mobile will pay for vehicles once they have been upfitted and delivered to the City of Mobile Motor Pool. City of Mobile will make no early or partial payment for vehicles prior to the vehicles being delivered. Experience has shown that upfitters are able to do one (1) vehicle per day. Vendor shall be responsible to provide the vehicle Equipped and Upfitted to the City of Mobile. Vendor shall not substitute the make and models of the Items to be added or upfitted to the vehicle bid. The City has set a standard that shall be followed. As the upfit process may take some time, City of Mobile will pay for vehicles once they have been upfitted and delivered to The City of Mobile Motor Pool. City of Mobile Business License required. All vendors will be required to provide verification of enrollment in thee-verify program. Additional information may be found at http://immigration.alabama.gov/ TOTAL RETURN ONE SIGNED COPY OF THIS QUOTATION IN ENCLOSED ENVELOPE We will allow a discount % 20 days from date of receipt of goods and correct invoice of completed order. READ ABOVE INSTRUCTIONS BEFORE QUOTING Firm Name.:.. BY---------------------

BID CONTINUATION SHEET Page of QUANTITY ARTICLES Bid on this form ONLY. Make no changes on this form. Additional in- UNIT PRICE EXTENSION formation to be submitted on separate sheet and attached hereto. UNIT Dollars Cents Doll rs Cents Page 4 of 4 Ifthe successful vendor's principal place of business is out-of-state, vendor may be required to have a Certificate of Authority to do business in the State of Alabama from the Secretary of State prior to issuance of a Purchase Order. Vendors are solely responsible for consulting with the Secretary of State to determine whether a Certificate is required. See: www.sos.alabama.gov/businessservices/foreigncoq2s.asqx. Please note that the time between application for the issuance of a Certificate of Authority may be several weeks. Upon notification, vendor will have 10 business days to provide the Certificate of Authority and the E-Verify numbers to the Purchasing Department before award can be completed. (Vendors will possibly need to pay the expedite fee to meet this requirement because application is not sufficient We must have a copy of the certificate with your Company ID number). Vendors do not need a City of Mobile Business License or Certificate of Authority from the Alabama Secretary of State, nor the E-Verify for certification to submit a bid, but will need to obtain the Business License and Certificate of Authority verification and/or provide the E-Verify Certification, if applicable, prior to issuance of a Purchase Order. State of Alabama Local Vendor Preference Law 41-16-50 (a) and (d) will apply to this purchase. Pricing shall be good for model year bid. At the option of the City of Mobile and the Successful Vendor, the award of this bid may be extended for two (2) additional model years. TO BE AWARDED ON A PER ITEM BASIS. TOTAL RETURN ONE SIGNED COPY OF THIS QUOTATION IN ENCLOSED ENVELOPE We will allow a discount % 20 days from date of receipt of goods and correct invoice of completed order. READ ABOVE INSTRUCTIONS BEFORE QUOTING Firm Name BY------------------------

SPECIFICATION A 2018 or Newer 1 TON CREW CAB 4X4 TRUCK Single Rear Wheel White in Color To include the following options : Turbo Diesel Engine, Air Conditioning, AM/FM, Tow Package w/ 7/4 plug, PWR Tow Mirrors w/ Spot Mirrors, Trailer Sway Control, Vinyl Flooring, Tilt Wheel, Pwr Windows/Locks, Rubber Floor Mats Front and Rear, Backup Camera, Factory Upfitter Switches The following products shall be provided by vendor and installed on the above vehicles 1 Ea. Able2Products Compact Siren Controller- Sho-Me PIN 30.2109 1 Ea. Whelen 100 watt Siren Speaker with bracket for 2018 Ford F350 PIN SA315P No Substitutions 2 Ea. LED Dash Light BLUE - Sound-Off Signal PIN ENFSWS3B With Sound-Off Signal Bracket PIN PNFSLDGSB 1 Ea. Sound-Off Signal Blue Dual side-by-side Deck mount Light- PIN ENFDGSBB (9 LED Solid Color) 1 Ea. 15,000lbs Warn Winch w/ remote and Brush Guard 1 Ea. Driver's Side Post Mount H3 100 watt halogen Spotlight 1 Ea. Hide Away Gooseneck Hitch and Gooseneck Prep 1 Ea. Spray-in Liner 1 Ea. Draw-Tite Brake Controller 1 Ea. 220 AMP Alternator 1 Ea. Cab Steps 1 Ea. Bed mount aluminum tool box 1 Ea. 100 gallon aluminum bed mount L-shape auxiliary fuel tank with metered transfer pump with hose and reel 1 Ea. 4 Corner Strobes 1 Ea. Brass~ Hole Permanent Mount, 17ft RG58 MaxRad PIN NM058U-NC or equal 1 Ea. Mini UHF RG58 Connector- Motorola #2880376E84 No Substitutions 1 Ea. A TM Mini Fuse Block Panel 4 or 6 Gang 12 Volt Blade 1.) All above equipment to be installed prior to delivery 2.) Install shall include a Harris radio wiring harness that shall be provided to contractor by the city. All installations must be professional and neat in appearance and performed by one organization. All manners of installation and wiring must be uniform and appropriate for the equipment being used Item #1- Sound Off dash/deck lights - will be installed as per manufacturer's specifications using factory supplied mounting brackets. All cable will be routed behind trim and floor covering and positioned as to not interfere with other components. Item #2- Rear LED lights with mounting brackets- will be installed as per manufacturer's specifications using factory supplied mounting brackets. All cable will be routed behind trim and floor covering and positioned as to not interfere with other components. Item #3 - Factory Upfitter Switch Switch 1: Switch 2: Controls front LED Light Bar and factory flashers. Controls Rear LED spoiler lights.

Item #4- Sho-me 100 Watt Siren control box- Will be installed in dash or console (to be determined based on space requirements). Wiring connections for this item will be connected as follows: Power: Front Power Distribution Connector. Ground: attached to vehicles factory supplied ground lug. Speaker: attached to factory wiring harness that is connected to siren speaker. Control switches: connected to the siren controller and mounted at location to be specified. Item #5- Whelen SA315P, 100 Watt Siren Speaker with Whelen Bracket- will be installed behind the grill utilizing the supplied bracket with manufacturer' s factory supplied hardware. Item #6 - Mobile Radio Wiring - wiring harness for this item will be connected as follows : (to also include Antenna Cable) Power: Ignition: Ground: connected to Power Distribution Connector. connected to Power Distribution Connector. connected to ground lug. There are 2 power wiring harnesses, 1 for the radio head unit and 1 for the MRU trunk unit which will be mounted in the trunk. A 3pin data cable will run between these 2 units. A coaxial antenna cable will be roof mounted and terminated with a TNC connector. A radio speaker will be mounted with the supplied mounting bracket and hardware to a location to be specified.

SPECIFICATION B 2018 Chevrolet 2500 CREW CAB 4X4 TRUCK for use with existing equipment w/ 6-112 foot bed White in Color. Vehicle must accept existing drop in body currently mounted on Chevrolet chassis City will transfer body insert to new chassis. To include the following options : Gas VS Engine, Air Conditioning, AM/FM, Tow Package w/ 7/4 plug, Pwr Tow Mirrors w/ Spot Mirrors, Trailer Sway Control, Backup Camera, Vinyl Flooring with Weather Mats, Tilt Wheel, Pwr Windows and Locks with Remote The following products shall be provided by vendor and installed on the above vehicles 1 Ea. Able2Products Compact Siren Controller- Sho-Me PIN 30.2109 1 Ea. Whelen 100 watt Siren Speaker with bracket for Chevrolet o/4 ton PIN SA315P No Substitutions 2 Ea. LED Dash Light BLUE - Sound Off Signal PIN ENFSWS3B With Sound Off Signal Bracket PIN PNFSLDGSB 1 Ea. 12K Warn Winch w/ remote and Brush Guard 1 Ea. Driver's Side Post Mount H3 100 watt halogen Spotlight 1 Ea. DrawTite Brake Controller 1 Ea. Heavy Duty Suspension 1 Ea. 200 AMP Alternator 1 Ea. Black Cab Steps 1 Ea. 4 Corner Strobes 1 Ea. Brass o/4 Hole Permanent Mount, 17ft RGSS MaxRad PIN NMOSSU-NC or equal 1 Ea. Mini UHF RGSS Connector- Motorola #2880376E84 No Substitutions 1 Ea. ATM Mini Fuse Block Panel4 or 6 Gang 12 Volt Blade 1.) All above equipment to be installed prior to delivery 2.) Install shall include a Harris radio wiring harness that shall be provided to contractor by the city. All installations must be professional and neat in appearance and performed by one organization. All manner of installation and wiring must be uniform and appropriate for the equipment being used Item #1- Sound Off dash/deck lights - will be installed as per manufacturer's specifications using factory supplied mounting brackets. All cable will be routed behind trim and floor covering and positioned as to not interfere with other components. Item #2- Rear LED lights with mounting brackets- will be installed as per manufacturer's specifications using factory supplied mounting brackets. All cable will be routed behind trim and floor covering and positioned as to not interfere with other components. Item #3 -Lighted rocker switches X2 - Dash mounted location to be specified. Switch 1: Switch 2: Controls front LED Light Bar and factory flashers. Controls Rear LED spoiler lights. Item #4- Sho-me 100 Watt Siren control box- Will be installed in dash or console (to be determined based on space requirements). Wiring connections for this item will be connected as follows :

Power: Front Power Distribution Connector. Ground: attached to vehicles factory supplied ground lug. Speaker: attached to factory wiring harness that is connected to siren speaker. Control switches: connected to the siren controller and mounted at location to be specified. Item #5- Whelen SA315P, 100 Watt Siren Speaker with Whelen Bracket- will be installed behind the grill utilizing the supplied bracket with manufacturer's factory supplied hardware. Item #6 -Mobile Radio Wiring- wiring harness for this item will be connected as follows: (to also include Antenna Cable) Power: Ignition: Ground: connected to Power Distribution Connector. connected to Power Distribution Connector. connected to ground lug. There are 2 power wiring harnesses, 1 for the radio head unit and 1 for the MRU trunk unit which will be mounted in the trunk. A 3pin data cable will run between these 2 units. A coaxial antenna cable will be roof mounted and terminated with a TNC connector. A radio speaker will be mounted with the supplied mounting bracket and hardware to a location to be specified.

SPECIFICATION C 2018 or Newer ~ TON CREW CAB 2X4 TRUCK White in Color To include the following options: Gas V8 Engine, Air Conditioning, AM/FM, Tow Package w/ 7/4 plug, Pwr Tow Mirrors w/ Spot Mirrors, Trailer Sway Control, Vinyl Flooring, Tilt Wheel, Pwr Windows and Locks, Factory Upfitter Switches, Weather Mats To have 1300 lb. capacity liftgate The following products shall be provided by vendor and installed on the above vehicles 1 Ea. Able2Products Compact Siren Controller- Sho-Me PIN 30.2109 1 Ea. Whelen 100 watt Siren Speaker with bracket for 2018 Ford F250 PIN SA315P No Substitutions 2 Ea. LED Dash Light BLUE - Sound-Off Signal PIN ENFSWS3B With Sound-Off Signal Bracket PIN PNFSLDGSB 1 Ea. Sound-Off Signal Blue Dual side-by-side Deck mount Light- PIN ENFDGSBB (9 LED Solid Color) 1 Ea. Driver's Side Post Mount H3 100 watt halogen Spotlight 1 Ea. Spray-in Liner 1 Ea. Draw-Tite Brake Controller 1 Ea. Heavy Duty Suspension 1 Ea. 200 AMP Alternator 1 Ea. Cab Steps 1 Ea. 4 Corner Strobes 1 Ea. Brass ~Hole Permanent Mount, 17ft RG58 MaxRad PIN NM058U-NC or equal 1 Ea. Mini UHF RG58 Connector- Motorola #2880376E84 No Substitutions 1 Ea. A TM Mini Fuse Block Panel 4 or 6 Gang 12 Volt Blade 1.) All above equipment to be installed prior to delivery 2.) Install shall include a Harris radio wiring harness that shall be provided to contractor by the city. All installations must be professional and neat in appearance and performed by one organization. All manners of installation and wiring must be uniform and appropriate for the equipment being used Item #1- Sound Off dash/deck lights - will be installed as per manufacturer' s specifications using factory supplied mounting brackets. All cable will be routed behind trim and floor covering and positioned as to not interfere with other components. Item #2- Rear LED lights with mounting brackets- will be installed as per manufacturer's specifications using factory supplied mounting brackets. All cable will be routed behind trim and floor covering and positioned as to not interfere with other components. Item #3 -Factory Upfitter Switch Switch 1: Switch 2: Controls front LED Light Bar and factory flashers. Controls Rear LED spoiler lights. Item #4- Sho-me 100 Watt Siren control box- Will be installed in dash or console (to be determined based on space requirements). Wiring connections for this item will be connected as follows:

Power: Front Power Distribution Connector. Ground: attached to vehicles factory supplied ground lug. Speaker: attached to factory wiring harness that is connected to siren speaker. Control switches: connected to the siren controller and mounted at location to be specified. Item #5- Whelen SA315P, 100 Watt Siren Speaker with Whelen Bracket- will be installed behind the grill utilizing the supplied bracket with manufacturer's factory supplied hardware. Item #6 -Mobile Radio Wiring- wiring harness for this item will be connected as follows: (to also include Antenna Cable) Power: Ignition: Ground: connected to Power Distribution Connector. connected to Power Distribution Connector. connected to ground lug. There are 2 power wiring harnesses, 1 for the radio head unit and 1 for the MRU trunk unit which will be mounted in the trunk. A 3pin data cable will run between these 2 units. A coaxial antenna cable will be roof mounted and terminated with a TNC connector. A radio speaker will be mounted with the supplied mounting bracket and hardware to a location to be specified.

SPECIFICATION D 2018 or newer ~ ton CREW CAB 2X4 TRUCK- Bed Delete, no bed To include the following options: Gas V8 Engine, Air Conditioning, AMIFM, Tow Package w/ 7/4 plug, Pwr Tow Mirrors w/ Spot Mirrors, Trailer Sway Control, Vinyl Flooring with front mats, Tilt Wheel, Backup Camera, Pwr Windows and Locks Cab to Axle (CA) is 56" on the existing chassis as well as the body. Chassis frame rails must match frame rails of existing bodies White in Color The following products shall be provided and installed on the above vehicles 1 Ea. Upfitter Switches 1 Ea. 200 AMP Alternator 1 Ea. Cab Steps 1 Ea. Brass~ Hole Permanent Mount, 17ft RG58 MaxRad PIN NM058U-NC or equal 1 Ea. Mini UHF RG58 Connector- Motorola #2880376E84 No Substitutions 1 Ea. ATM Mini Fuse Block Panel4 or 6 Gang 12 Volt Blade *All above equipment to be installed prior to delivery All installations must be professional and neat in appearance and performed by one organization. All manners of installation and wiring must be uniform and appropriate for the equipment being used

PURCHASING DEPARTMENT MOBILE ALABAMA Potential bidders are responsible to check this site for any ADDENDUMS that are issued. It is the responsibility of the BIDDER to check for, download, and include with their BID RESPONSE any and all ADDENDUMS that are issued for a specific BID published by the City of Mobile. Failure to download and include ADDENDUMS in your BID RESPONSE may cause your bid to be rejected. This is a sealed bid. Any responses faxed ore-mailed will be rejected. This is a sealed bid. Any response must be submitted in a sealed envelope with the bid number and bid opening date on the outside of the envelope. Any response that arrives improperly marked or with no bid number and opening date on the outside of the delivery or express package and opened in error will be rejected and not considered. It is the responsibility of the bidder to insure that their bid response is delivered to and received in the Purchasing Department before the date and time of the bid opening. Be sure to read the Terms and Conditions. All bids are F.O.B. Destination unless otherwise stated. Be sure to sign your bid! Package/Bid Delivery Address: Purchasing Department 205 Government St. Room S408 Mobile, AL 36644 (Request First Delivery) City of Mobile I Post Office Box 1827 Mobile, Alabama 36633-1827