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