Loading...
HomeMy WebLinkAboutRESPONSE - BID - 6015 1.5 TON CAB CHASSIS 28660 (2)s V i l r i r l uvL L I IYS, runumhb L Hx NU. a (u 2216 (u ( 0" JLZ /e_ SID S016 1.6 Ton Cab -Chassis P, 08/08 No. 6.2 Item Quantity Description -Three (3) Meets Spec? 6.3 GVWR -17,000 to 18,000 lbs., plate certified Yes No 6A Cab to Axle -84 inches es Measurement (CA) ILL r' W is T y`. /% 0 6.6 Cab - Regular cab style, all steel -Tilt hood "" - Full -width cloth seat - Heavy duty vinyl floor mats t/ Yes - Cab controlled Cargo light ✓ No - Tinted glass all around 0" - Intermittent windshield wipers with washers v - Jack and tire tool Aux. power outlet - AM/FM radio with clock - Inside dayJnight mirror -Below the eye -line trailer tow mirrors ►r 6.6 Engine - 6.8 to 8.1 liter engine 6-V 4 V.-Iv pos -Anti-freeze to — 34degf= -Block heater with cord 6,7 Electrical - 12 volt system /35 Yes No -Alternator, 150 amp -Battery, 750 CCA, 75-80 AH 75d, 7 %,41J 6.8 Transmission and - Five speed automatic with heavy duty oil cooler -'' Yes Differential - 4.88 rear axle No 6.9 Brakes - Four wheel disc brakes with ABS " Yes No 6.10 Steering - Power Yes No 6.11 Fuel tank One 40 gallon minimum Yes " - Mounted aft of rear axle No 6.12 Springs & - Front, leaf, to meet required GVW Yes y'" Suspension - Rear, leaf, to meet required GM No -.Auxiliary leaf, heaviest available - Front & rear stabilizer bars 6.13 Tires - Seven (7), including spare wlth wheel in carrier. ' . Front -two (2) tubeless, steel belted radials, highway tread. Ply rating antl size compatible with vehicle GWJR Yes ' Rear -four (4) tubeless, steel belted radials, mud and snow tread. No Ply rating and size compatible with vehicle GVWR " Spare tiee same as front tires. 5 1701d T88£ £99 02,6 a8Od 30HlI891­1 TS:60 900i;-6T-33Q yb'd It'lUl > Nov-20-oo noN 04:30 PM i i . M. is 4 3. CITY/FT COLLINS, PURCHAS FAX N0, 970 2216707 8106015 �z✓� �"�� 1.6 Ton Cats -Chassis P. 07a08 No. Item Description Meets Spec? Yes G--, 6A4 Wheels - Steel disc No 6.15 Gauges - Fuel, ammeter or voltmeter, engine water temp, engine oil pressure, air filter restriction gauge, and hour meter Yes - Warning lights in lieu of gauges are not acceptable No 6.16 Tow Hooks - Frame mounted on front Yes No 6.17 Front Bumper - Painted black or gray Yes /s/Pe No 6.18 Color - White exterior es - Gray interior No 6.19 Manuals & Keys -. Each vehicle must be delivered with an operators manual and two Yes (2) sets of keys. No Options Price options on attached bid proposal: 7e1i A - Alr conditioning Ioy B - Rear siiding_window •,14 G - Powsr heated exterior mirrors with in=rated clearance fights fp s' 0 - Additional fuel tank ova Q E - Dual 8ittery system A1. 0 F Five or six speed manual transmission in lieu of a om tic transmission G - Trailer towing Package [wirina only) /x 4 H - )ntegrated trailer brake controller l - Heavy duty front suspension oaokaae (for vehicles with from#- /oN mounted winch) *X J - Power -,locks & wlEgo. 0 K - Electronic traction control / 3 6 L - Locking differential -a a 0 . M- SJAaxigreio Sail N 4-Whesl drive in lieu of 2 wheel: 2-speed trigiosfer case with skid plate protection Automatic front hub lock -in shift or electrio /? controlled f=ree-wheeling in 2 Wa o -Lased iyo GVWR Tv P rS P - Parts manual /00 r, per Ys7 Q - Shop repair manual ZOO Asir .r !rL powe'e frrllr " WI nd#W$ mippvoily �As�„paoer'/iut rr«: i- f row, m No's fr/riwr�//ysrr+s+l '/vs s ~NSd ;KVwr dil.� do7"N re pe,7 W;/roig 90'd T88£ £99 0L6 QaOd 3�JC1I213H ZS:60 900Z-6i-93Q 1 1i Wt l UULLINd, NKUhIJ6 I'M NU. &(U ZG1b/U( 7.0 BID PROPOSAL 7"1 UNIT DESCRIPTION Make 7.2 a. BASE PRICE, as BID 605 ayJ e 1.s Ton Cab -Chassis Bid # 601 S.1-112 ton Cab/Chassis Model f,0 S j6 1 Year per unit ` $ /Zy sO Sir r 7.3 OPTIONS per list on previous page A $'OV B$ !0I/ G $5a s D S E$ W Fly G S /d 9 H$ /.Cl / 1 $ J$ yo Ic s �3 �J L $ 3sS "" y5 N $2 0o bs a $ vs P fr a a r" Ud/Ud 8.0 FREIGHT TERMS FOS destination, freight prepaid. All freight charges must be included in bid pricing. 9.0 DELIVERY Delivery will occurl,O days after proper notil"ication of bid award. 10.0 CONTRACTOR'S STATEMENT I have read and fully understand all the conditions, specifications, and special Instructions herein set forth above in paragraphs 7.0 through g.0. I hereby agree to comply with all said conditions, special instructions, and specifications as stated or implied. Signature: Tide: Print Name: d/w �O�stG m Com ny Name: Date: Sweet f'�!irSOFw k/sr • / Phone#: 404C i $ •� 3p CitylstateiZip:�//�•w,�•••d !:P >sr3,7 Fax0. 3 &,s S0'd T88£ £99 0L6 7 aNOd BOUiIa3H TS:60 90W-6T-03Q HERITAGE T-'CFfZ]D M E EISCM-10WER I.It-VI) LOVELANID CO. 80517 Plimic Number 970 667 22N. ME1110.303 325 24"m Fax Number 970 C363 HIM FAX T MAIKMITTAL FaRM I To: I-rom .101IN I NOOK Dale ";(!(]I: d pil 4pr Ntimbuf of Paqvs: ;1A 70 7 TO*Cj TeeE z99 mG a60=1 391diI83H 05:60 900Z-6T—D3G unwimo rnA jiu. otu e -410 (ij j F. UI/Ud Administrative Sex -vices Purchasing Division FAX COVER SHEET DATE: November 20, 2006 is TO: John Hybiak Heritage Ford Fax Number, 063-3889 FROM: Jim Hume City of Fort Collins Purchasing Division 970 221.6775 REGARDING: Bid 6015 1.5 Ton Cab -Chassis TOTAL NUMBER OF PAGES 8 INCLUDING COVER LIMER. Thankyou Return Fax # 970 221.6707 215 Nlorth lvl2son Street - 2Tid Floor - PO. Box 580 - Fort Collins, CO 80522-CG80 - (Ir/0' 221.6775 6 FAX (970) 221.67(7 Z0,C] TeeF 299 OLG GHOA 3OHiI83H TS:60 900Z-6T-03C wvv-cu-uo HUN u4.cIj ru WIT/ri GULL1Nb, rUhUhHb ?HX NU. VU 2216/Ul P.05/08 3.4 All units to be new and of the manufacturer's latest model in production at the time of delivery and standard equipped, unless otherwise specified. Time is of the essence. The City shall be kept advised of any anticipated delay in delivery. in the event the successful bidder, hereinafter referred to as the Contractor, fails to properly perform delivery as specified above, within the specified time limit set forth by the Contractor in his bid proposal, the City shall sustain damages in an a mount difficult to ascertain. Accordingly, after due allowance for any time extensions which are agreed by the City to be due to conditions beyond the Bidder's control, the Contractor shall be liable to the City, in the amount of Twenty-five ($25) dollars as liquidated damages, and not as a penalty, for each and every calendar day that delivery is delayed. Additionally, no payment shall be made by the City for any delivery of specified equipment until all aspects of the contract have been fulfilled, unless pre -arranged and approved jointly by the Director of Purchasing and Risk Management and the Director of Fleet Services. 4.0 WARRANTY 4A The manufacturer shall unconditionally warrant the entire vehicle and all component parts, but not accessory equipment, for a warranty period of specified usage that is currently being offered in open trade for that vehicle at the time of delivery. Additionally, the Contractor shall furnish the City a fully priced copy (parts and labor) of any warranty or commercial cost repair order which originates in his repair facility, subsequent to delivery, during the warranty period. No charge for service calls, travel time, travel expenses, mileage, or per diem will be allowed by the City in connection with the performance of any warranty repairs. 5.0 DEALER IDENTIFICATION 6.1 No dealer identification will be allowed on any vehicle sold to the Cily of Fort Collins. 6.0 SPECIFICATIONS 61 Equipment bid on this proposal must meet or exceed the following minimum requirements. Any exceptions must be noted and listed on a separate sheet. 1-1/2 TON CAWCHASSIS General: The following specifications describe a one and one-half ton cab/chassis that will have a body mounted separately. Successful bidder will be responsible for delivery of cab/chassis to body supplier Name and address of successful body bidder will be supplied by the City prior to shipment of cabtchassis. All specifications shall be considered minimum, unless otherwise noted. A complete and up-to-date manufacturer's specification must accompany bid, 4 £0•d T88£ £99 0L6 G803 39U1IJ3H TS:60 900Z-6T-03Q