Download 12 various trucks and one transit van

Transcript
GLYNN COUNTY GEORGIA
November 4, 2013
12 VARIOUS TRUCKS AND ONE TRANSIT VAN
INVITATION
FOR
BID
No. 00892
INVITATION FOR BID
NO. 00892
2 | Page
12 VARIOUS TRUCKS AND ONE TRANSIT VAN
General Information
This is an invitation to submit a bid to supply the Glynn County, Georgia Board of Commissioners, with
12 various trucks and one transit van as delineated herein. Sealed bids will be received at the office of
the Purchasing Agent, 1725 Reynolds St., Suite 300 (W. Harold Pate Building), until 2:00 P.M.
Tuesday, December 10, 2013 at which time they will be opened and publicly read.
Instructions for preparation and submission of a bid-proposal are contained in this packet. Bids must
be typed or printed in ink. Bids submitted as a result of this invitation must include the "Bidders
Response Schedule" and be returned in a sealed envelope or container marked, "SEALED BID" with the
applicable "BID NUMBER" on the outside. No bid can be considered unless so received. If you do
not bid, please return a signed bid invitation sheet and state reason. Otherwise, your name may be
removed from our vendors list.
PLEASE SUBMIT 1 ORIGINAL (MARKED ORIGINAL) AND 1 COPY OF YOUR BID.
There will not be a pre-bid conference. Any questions and/or misunderstandings that may arise from
this invitation should be submitted, in writing and forwarded, to the Purchasing Agent at the above
address, no later than close of business November 18, 2013. Answers will be posted no later than
close of business on November 22, 2013.
Answers to questions submitted that materially change the conditions and specifications of this
invitation for bid will be promulgated to all addressees as an addendum. Any discussions or documents
will be considered non-binding unless incorporated and promulgated in an addendum. Generally, when
addenda are required, the bid opening date is extended.
Glynn County provides equal opportunity for all businesses and does not discriminate against any
person or business because of race, color, religion, sex, national origin, handicap or veterans status.
This policy ensures all segments of the business community have access to supplying the goods and
services needed by Glynn County.
The Board of Commissioners, Glynn County, Georgia, reserves the right to reject any or all bids,
waive technicalities and make the award in the best interest of Glynn County.
Glynn County, Georgia
Board of Commissioners
Melissa Messer
Melissa Messer
Purchasing Agent
3 | Page
INVITATION FOR BID
NO. 00892
12 VARIOUS TRUCKS AND ONE TRANSIT VAN
Instructions to Bidders
1.0 INTENT
It is intended that the General Information, Instructions to Bidders, and Detailed Specifications shall
define and describe the complete requirements to which they relate.
2.0 DETERMINATION OF SUCCESSFUL BIDDER
A contract and purchase order will be issued, if awarded, by the Glynn County Board of Commissioners
(hereafter referred to as BOC), to the lowest responsive and responsible Bidder whose bid, conforming
to this Invitation For Bid (IFB) will be most advantageous to the BOC; price and other factors
considered. The BOC reserves the right to reject any or all bids and to waive informalities and minor
irregularities in all bids received. A written award, mailed (or otherwise furnished) to a successful Bidder
within sixty (60) days from date of bid opening shall be deemed to result in a binding contract without
further action by either party.
3.0 SUBMISSION OF BIDS
Bids shall be submitted before the time and at the place indicated in the Invitation. Glynn County will
not accept late bids. Bidders are reminded that documents and information in the possession of Glynn
County will be treated as confidential/proprietary information only to the extent permitted by the Georgia
Open Records Act, and will be exempt from disclosure to a third party only to the extent permitted by
the Georgia Open Records Act. Any trade secrets in your bid must be clearly identified and marked as
such. On the outside of the envelope containing the bid shall be noted the following:
PLEASE SUBMIT 1 ORIGINAL (MARKED ORIGINAL) AND 1 COPY OF YOUR BID.
SEALED BID:
12 VARIOUS TRUCKS AND ONE TRANSIT VAN
#00892
4.0 GRATUITIES
Glynn County acknowledges that, particularly during the holiday season, it may be customary to
provide gifts to employees or departments. However, the Glynn County Personnel Policy prevents the
acceptance of such gifts. Your cooperation in respecting the policy is appreciated.
4 | Page
5.0 GEORGIA OPEN RECORDS ACT
Bidders are reminded that documents and information in the possession of Glynn County will be
treated as confidential/proprietary information only to the extent permitted by the Georgia Open
Records Act, and will be exempt from disclosure to a third party only to the extent permitted by the
Georgia Open Records Act. Any trade secrets in your proposal must be clearly identified and marked
as such. Marked at a minimum by a cover letter explain exactly where such information is, by a cover
page prior to any such information, and otherwise marked, highlighted, etc. so as to be plainly visible
6.0 GLYNN COUNTY LOCAL PREFERENCE
This project/solicitation may qualify for local preference in Glynn County, Ga.
Glynn County shall give Local Preference in the awarding of contracts for sealed solicitations
and requests for proposal (hereinafter called “bids”) whenever the application of such a
preference meets the criteria established in the County Ordinance. In order for Local Preference
to be used in the evaluation of bids/proposals, all documentation as required in the Local
Bidding Preference Policy must be submitted with the bid. This Local Preference privilege shall
not apply where prohibited by law.
Definitions:
Local Vendor: shall mean that the vendor meets each of the following requirements.
The principal place of business must be with the geographical boundaries of Glynn County.
“Principal Place of Business” means a physical structure, office, or suite, but does not include a
post office box, a temporary job site, or project location. Further, “Principal Place of Business
means that if a vendor is a corporation their corporate office must meet the criteria established
above.
Must have a current occupational tax certificate from Glynn County or the City of Brunswick.
Must have paid all real and personal property taxes owed to Glynn County
Eligibility
In order to be eligible for the Local Preference, the vendor must, if incorporated, provide proof
from the Georgia Secretary of State that the corporate office is within Glynn County, Georgia.
Vendors must provide a copy of their current Glynn County Occupation Tax Certificate, and
shall state that all real and personal property taxes due and owing to Glynn County are paid.
These items must accompany the bid or the vendor will not be subject to award based on Local
Preference.
Application of Local Preference for Sealed Bids
Local vendors complying with the above requirements shall be afforded the opportunity, within a
time frame specified by the County, to match the bid amount of the lowest responsible,
responsive bid if: (1) the lowest responsive and responsible bidder is not a local vendor (2) the
local vendor is the second lowest responsive and responsible bidder; and (3) the local vendor’s
bid is within two (2%) or $10,000.00 whichever is less, of the lowest bid. Local preference shall
5 | Page
not apply to Public Works Construction projects of $100,000 or more nor to public road
construction projects of $20,000.00 or more.
Application of Local Preference for Requests for Proposal
Local vendors complying with the above requirements shall be given two percent (2%) of the
total points available within the evaluation criteria.
-Application to Follow-
6 | Page
REQUEST FOR LOCAL PREFERENCE CONSIDERATON
Please note that while it is your responsibility to provide all required documents, the check list
below is to assist you with the inclusion of documents required for consideration of local reference.
We request local preference consideration for the following:
PROJECT TITLE:______________________________________
COMPANY NAME, ADDRESS, PHONE #, E-MAIL, CONTACT NAME:
________________________________________________________________
________________________________________________________________
Your bid must include the following documentation.
If incorporated, proof from the Georgia Secretary of State that the principal place of business is in
Glynn County, Ga.
If not incorporated, proof that the principal place of business is in Glynn County, Ga.-Usually the
occupation tax certificate will serve this purpose.
A copy of current Glynn County or City of Brunswick Occupation Tax Certificate
You must have paid all real and personal property taxes owed to Glynn County for the current year.
List your local business address below:
______________________________________________________________________
Failure to include this information with your bid will result in non-consideration for local
preference.
By my signature I acknowledge that I have read and understand all documents included in the bid
package and that this firm does qualify for local preference status.
Name (Please print)__________________________
Signature:__________________________________
Date__________________________
Subscribed and sworn to before me the
of
, 2011
My commission expires on the
of
day
, 2011.
__________________________________
NOTARY PUBLIC
(Notary Seal)
day
7 | Page
BIDDERS RESPONSE SCHEDULE
(To Be Completed By the Bidder)
12 VARIOUS TRUCKS AND ONE TRANSIT VAN
IFB #00892
1. The undersigned agrees, if this bid is awarded, that all vehicles bid on meet the minimum
specifications contained herein or all specification variances are detailed and provided with this bid. All
prices quoted below must include drop shipment costs to our Fleet Department in Brunswick,
Georgia.
Note: While it is your responsibility to include all required documents you are reminded
that you must attach the following documents to this bid form and you must
acknowledge the following:

Bid Form

Representation
Oath
Acknowledge Addendum/Amendments
Local Preference Request



Bidders are advised that it is their responsibility to verify that any and all amendments
have been received prior to submission of the bid. In case any bidder fails to
acknowledge receipts of any such amendments in the space provided on the bid form,
the bid will nevertheless be construed as though the amendment have been received
and acknowledged, and the submission of the bid will constitute acknowledgement of
the receipt of amendments.
BIDDER ACKNOWLEDGES RECEIPT OF THE FOLLOWING ADDENDA/AMENDMENTS:
No.
Item
1
2
3
4
_____
Date: _____
Description
Ford 150 4x2 XL - ½ Ton
Extended Cab Short Bed
Ford Transit Connect XL Van
F350 4X2 Dual - 1 Ton
Standard Cab Full Size Bed
Ford F450 XL 4X2 Standard
Cab – 1 1/2 Ton
No.
Quantity
Date:
Unit Price
Total Price
10
1
1
1
2. Comments:_______________________________________________________________
3. Delivery Schedule (Number of days After Receipt of Order)**: _______________
8 | Page
** Note: The successful bidder shall provide the Glynn County Fleet Department with written confirmation
that the vehicles have been ordered. The confirmation shall include the date ordered and the anticipated
delivery date. Successful bidder shall provide, with invoice, a copy listing the Ford order codes for the
vehicle.
Company Name: (Please Type or Print)
Name: _____________________________
Person Authorized to Sign:
Name: _______________________________
Title: ________________________________
Signature: ____________________________
Telephone No. : (
Fax. No.: (
) __________________
) _____________________
E-Mail: ___________________________
-End of This Page-
9 | Page
REPRESENTATION
(To Be Submitted with Bid)
I certify that this bid is made without prior understanding, agreement, or connection with any
corporation, firm or person submitting a bid for the same, and is in all respects fair and without collusion
or fraud. I understand that collusive bidding is a violation of state and federal law and can result in
fines, prison sentences, and civil damage awards. I agree to abide by all conditions of this IFB #00889
and certify that I am authorized to sign this bid for the bidder.
This ______________________ Day of ____________________ 2013
Company Name: (Please Type or Print)
Person Authorized to Sign:
Name: _____________________________
Name: _______________________________
Street: ___________________________
Title: ________________________________
City: ____________________________
Signature: ____________________________
State: _______________ Zip: ___________
Telephone No. : (
Fax. No.: (
E-Mail: ___________________________
) _____________________
-End of This Form-
) __________________
OATH
10 | P a g e
(To Be submitted with bid)
State of Georgia
County of Glynn
I,
(name of individual), solemnly swear that in
the procurement of the contract for 12 VARIOUS TRUCKS AND ONE TRANSIT VAN, #00892, that I,
nor any other person associated with me or my business, corporation or partnership, has prevented or
attempted to prevent competition in the bidding or proposals of said project or from submitting a bid or
proposal for this project by any means whatever.
Lastly,
I swear that neither 1, nor any other person associated with me or my business, corporation or
partnership has caused or induced any other bidder or proposer to withdraw his/her bid or proposal
from consideration for this project. Said oath is filed in accordance with the requirements set forth in
O.C.G.A. § 36-91-21 (e).
This
day of
Corporate or Partnership Name
______________________________
Signature
______________________________
Sworn to and subscribed
before me this
day of 2013
NOTARY PUBLIC
My Commission Expires:
(SEAL)
, 2013
11 | P a g e
EQUAL EMPLOYMENT OPPORTUNITY (EEO) PRACTICE
EEO Plan: The successful Proposer will develop and implement an EEO policy that, as a
minimum, will recruit, hire, train, and promote, at all levels, without regard to race, color, religion,
national origin, sex, or age, except where sex or age is a bona fide occupational qualification.
EEO For Veterans/Handicapped: The successful Proposer will also provide equal employment
opportunities for qualified disabled veterans, handicapped persons and veterans of the Vietnam
Era.
EEO For Successful Proposer Programs: The successful Proposer, will ensure equal
employment opportunity applies to all terms and conditions of employment, personnel actions,
and successful Proposer-sponsored programs. Every effort shall be made to ensure that
employment decisions, programs and personnel actions are non-discriminatory. That these
decisions are administered on the basis of an evaluation of an employee's eligibility,
performance, ability, skill and experience.
EEO Acquisitions: The successful Proposer will develop and implement a policy that will give
equal opportunity to the purchase of various goods and services from small businesses and
minority-owned businesses.
Does the Proposer have the above EEO policy in place?
Y
If the answer to the above is no, will the Proposer have such a policy in place prior to commencing
work on this project:
N
Y
N
Statement of Assurance: The Proposer herein assures the County that it is in compliance with
Title VI & VII of the 1964 Civil Rights Act, as amended, in that it does not on the grounds of race,
color, national origin, sex, age, handicap, or veteran status, discriminate in any form or manner
against employees or employers or applicants for employment and is in full compliance A.D.A.
________________________________________________________
(Firm's Name)
________________________________________________________
(Authorized Signature)
___________________________________/_____________________
(Title)
(Date)
LEGAL AND CHARACTER QUALIFICATIONS
12 | P a g e
Convictions: Has the Proposer (including parent corporation, if applicable) or any principal ever
been convicted in a criminal proceeding (felonies or misdemeanors) in which any of the following
offenses were charged?
Y
a
b
c
d
e
f
g
h
i
j
k
N
Fraud
Embezzlement
Tax Evasion
Bribery
Extortion
Jury Tampering
Anti-Trust Violations
Obstruction of justice (or any other misconduct affecting public or judicial officers’
performance of their official duties
False/misleading advertising
Perjury
Conspiracy to commit any of the foregoing offenses
Civil Proceedings: Has the Proposer or any principal ever been a party, or is now a party, to
civil proceeding in which it was held liable for any of the following?
a
b
c
d
e
Y
N
Y
N
Unfair/anti-competitive business practices
Consumer fraud/misrepresentation
Violations of securities laws (state and federal)
False/misleading advertising
Violation of local government ordinance
License Revocation:
Has the proposer or any principal ever had a business license revoked, suspended, or the
renewal thereof denied, or is a party to such a proceeding that may result in same?
Responses: If "yes" is the response to any of the foregoing, provide Information such as date,
court, sentence, fine, location, and all other specifics for each "yes" response.
__________________________________________________________________________
___________________________________________________________________________
Principals: The full names and addresses of persons or parties interested in the foregoing bid,
as principals, are as follows:
NAME
ADDRESS
___________________________________________________________________________
13 | P a g e
___________________________________________________________________________
___________________________________________________________________________
___________________________________________________________________________
___________________________________________________________________________
References: The Bidder lists below work he has done of similar nature as this solicitation, as
references that will afford the County opportunity to judge as to experience, skill, business
standing, and financial ability.
CONTACT
PERSON
PHONE
TITLE
NUMBER/EMAIL
__________________________ __________________________ ______________________
__________________________ __________________________ ______________________
__________________________ __________________________ ______________________
__________________________ __________________________ ______________________
__________________________ __________________________ ______________________
__________________________ __________________________ ______________________
__________________________ __________________________ ______________________
-End of This Form-
14 | P a g e
GENERAL CONDITIONS
1.0 DELIVERY
The successful Bidder shall, upon receipt an order, deliver the vehicles to the following address:
Mr. Joe Breitenbach, Glynn County Fleet Manager.
4145 Norwich St. Ext.
Brunswick, Georgia 31520
Phone: (912) 554.7727; Email: [email protected]
1.1 Schedule: Due to the nature of this material it is vital that all material arrive on or before the
proposed number of delivery days stated in the ABidders Response Schedule@. Time is of the
essence and is an essential element of this IFB.
1.2 Transportation: All vehicles and equipment will be delivered so as to arrive in good condition.
All prices quoted in the "Bidders Response Schedule" will be FOB Destination.
1.3
Transportation Damage: Glynn County or its employees will not be culpable for damaged
vehicles or equipment resulting from handling, or transportation.
2.0 PAYMENT
The amount due shall be paid within thirty (30) days after equipment is accepted and a correct invoice
is receipted. An invoice will be considered correct when it contains the purchase order number,
contracted firm fixed price, and the accepting authority's signature. This payment schedule will remain
in force unless a shorter time is stated in the bid and is accepted by the BOC.
2.1
Invoice Address: Invoices containing the aforementioned information will be mailed or
otherwise delivered to the address provided in section 1.0 above.
2.2
Discounts: Prompt payment discounts offered for a period of less than fifteen (15) days will
not be considered in determining low Bidder. However, such discounts, when offered, will be
taken provided payment is made within the time specified. Time, in connection with
discounts for prompt payment, will be computed from the date of final acceptance of all
goods for which payment is claimed, or the date a correct invoice is received by the County;
whichever is later.
2.3
Failure of Payments: It is expressly agreed that if the County should fail to pay the successful
Bidder, through no fault of the Bidder, within thirty (30) days after the receipt of an acceptable
invoice, the Bidder shall receive interest on the balance due. The rate of interest will be one
percent (1%) per month not to exceed three (3) months (3%).
2.4
Georgia Prompt Pay Act Exclusion: All parties expressly agree that the provisions of the
Georgia Prompt Pay Act, Title 13, Chapter 11, of the Official Code of Georgia Annotated, are
superseded by the terms and condition of this solicitation.
15 | P a g e
3.0 NON-EXCLUSIVE
The County, when entering into an obligation through issuance of a purchase order for receiving
supplies under this bid, reserves the right to select a single option, multiple options, a single item or
group of items, or solicit for bids separately from this invitation for bid should it be deemed
advantageous for the County.
4.0 COMMODITY STATUS
4.1
Product Condition: It is understood and agreed that any item purchased shall be new and in
first class condition unless otherwise stated in the "Bidders Response Schedule". Substitute
supplies, or equipment are not acceptable unless previously approved by the Contract
Administrator; in writing.
4.2
Product Verification: The BOC reserves the right to inspect the equipment, upon arrival, by a
highly skilled technician. This inspection may require the removal of a case(s) to gain visible
access, but will in no way disturb the integrity of the equipment. This inspection shall not
impact nor negate the warranty.
5.0 TERMINATION OF ORDER
A contract or purchase order may be terminated upon written notice by either party for non-compliance
of terms and conditions of the contract. If aggrieved party's complaint(s) can be corrected within five
(5) days, the contract or purchase order may be continued with written consent of both parties;
otherwise, the contract or purchase order will be terminated at the end of the five (5) days.
6.0 QUANTITIES
The quantities listed in the "Bidders Response Schedule" are provided as our current requirement at the
time of this invitation. The County however, will not be obligated to purchase equipment beyond actual
needs. Consequently, at the time of award, equipment acquisitions may exceed or be less then those
quantities listed.
7.0 BID RESULTS
Tabulations of bids received
www.glynncounty.org/purchasing
may
be
viewed
on
-End of This Section-
the
Glynn
County
web-site
at
16 | P a g e
SPECIFICATIONS FOR 12 VARIOUS TRUCKS AND ONE TRANSIT VAN
Glynn County will accept bids on 12 Various Trucks and one transit van under the following
conditions and specifications. These specifications are not intended to be restrictive. Any specific
dimensional or other details suggesting a particular manufacturer are given to establish quality and
performance standards of comparison and for no other reason. Any bid meeting the significant
performance and quality requirements will receive full consideration for an award.
If it is necessary to bid alternate equipment or to take exceptions to the specifications as set forth, this
must be so stated in your bid. For each item, please place an "X" in the appropriate space (Yes___ /
No____) to signify whether or not you are in complete compliance with the specification. Failure to
follow the format or answer the specification may cause your bid to be disqualified. If you need extra
space to describe your product, please feel free to attach extra sheets. When doing this, be sure your
description references the appropriate question number.
Units offered under this solicitation shall be new, standard productions models of the latest design in
current production.
-
End of Page –
17 | P a g e
1
10 – Ford 150 4x2 XL - ½ Ton Extended Cab Short Bed
Minimum Requirements
Ford F150 Extended Cab
6.5’ Bed
145” Wheel Base
V6 3.7L Engine
6 Speed Automatic Transmission With Over Drive
3.73 Axel Ratio
6700 LBs GVRW
Power Steering / Brakes
Steel Gray Vinyl Interior
Tinted Windows
Factory Install Air Conditioning
Color-White
Class Three Tow Package with 2 5/16 Ball and Receiver
Spray In Bed Liner
Full Size Low Profile Aluminum Tool Box with One Piece Flip Up Lid and Locks.
One Service Manual, One Parts Manual and One Operator Manual (English) with this Vehicle.
2
1 - Ford Transit Connect XL Van
Minimum Requirements
A
Van Specifications
Yes
No
18 | P a g e
Ford Transit Connect XL Van
2.0L Engine
4 Speed Automatic Transmission With Over Drive
Power Steering / Brakes
Steel Gray Vinyl Interior
Tinted Windows
Factory Install Air Conditioning
Color-White
2-Factory Keys Plus 1-Spare Key
Rear View Camera System
Rear Door Privacy Glass No Side Door Glass
One Service Manual, One Parts Manual and One Operator Manual (English) with this Vehicle.
B
Rear Cargo Area Specifications
Rear Cargo Area Design Reference is show below. The references are from Transit Van
Equipment.Com and are intended for reference use for layout and design style requirements.
Yes
General Service Package for Ford Transit
No
19 | P a g e
Qty Part #
Description
Steel Partition - Recessed design for maximum adjustability of
driver and passenger seats, and perforated window for full visibility
of your cargo area and rear windows
1
P2TCS
1
WKTC
2
FPKTC
Floor Plate Kit
2
AD32TC
32" ADseries Shelf Unit, easily added and adjusted on the
ADseries Rail System
1
HD26TC
Wing Kit - extends the amount of cab space
46H X 26W X 12D KD Shelving - Heavy duty shelving
919
#919 3-DRAWER COMBO Lock 'n Latch System, 12"H, 18"W,
12"D overall with (2) 2-1/2"D drawers and (1) 5"D drawer
1
DC12
Base 3-drawer model, 12"W x 12"H x 12"D, high-impact polymer
construction with drawer retention stops
1
DK3008
1
BRK14EPS
ACC BRKT KIT, END PANEL
1
TA1
FOUR HOOK BAR
1
PD-VRRTC01
Prime Design Aluminum Double Drop Down Ladder Rack
1
8" Door Kit for locking contents of an ADseries shelf
20 | P a g e
3
1 – F350 4X2 Dual - 1 Ton Standard Cab Full Size Bed
Minimum Requirements
Ford F350 Dual Standard Cab
137” Wheel Base
8’ Bed
6.7L Diesel V8 Engine
6 Speed Automatic Transmission With Over Drive
3.73 Non-Limited Slip Axel Ratio With Dual Rear Wheels
Heavy Service Front Suspension Package
Tires – LT245/75Rx17E BSW A/T
Power Steering / Brakes
Yes
No
21 | P a g e
Heavy Duty 200 Amp Alternator
Steel Gray Vinyl Interior
Tinted Windows
Factory Install Air Conditioning
Color-White
Exterior Back Up Alarm
Trailer Brake Controller
Class Three Tow Package with Combination Pintle Hook and 2-5/16 Ball attached to a Solid
Shank Pintle Hook Mounting Receiver
Ford 5th Wheel Gooseneck Hitch Prep Package with 4 Pin Flat and 7 Pin Round Combo Pugs
installed Under Rear of bed and One combo Plug Installed on Drivers Side Pick Up Bed Wall
and 5 Pick Up Bed Attachment Points with Plugs
Gooseneck Hitch Kit Installed
2 Front Tow Hooks Painted Black
Tough Bed Spray In Bed Liner
One Service Manual, One Parts Manual and One Operator Manual (English) with this Vehicle
4
1 – Ford F450 XL 4X2 Standard Cab – 1 1/2 Ton
Minimum Requirements
A
All cab and chassis specs shall be compatible with the flatbed truck body specs attached to
this bid.
Truck Specifications
Ford F450 Standard Cab
165” Wheel Base
6.7L Diesel V8 Engine
6 Speed Automatic Transmission With Over Drive
Yes
No
22 | P a g e
Extra Heavy Duty Alternator
4.10 Limited Slip Axel Ratio With Dual Rear Wheels
16,000 LB GVRW
Power Steering / Brakes
Steel Gray Vinyl Interior
Tinted Windows
Factory Install Air Conditioning
Color-White
Trailer Brake Controller
Exterior Back Up Alarm
Spare Tire and Wheel
B
Bed Specifications
Fabricated 10’ Flat Bed with 3/16 diamond Plated Floor Extra Support and Painted Black
Full Head Board with Expanded Metal Load Viewing Window in Center of Head Board.
Painted to Match Bed.
Removable (lift out) 3 Rung Stake Sides made of Galvanized Metal. Painted to Match Bed.
Inner locking Heavy Duty Section Latches attached to stake sides sections to secure them
together from front of truck to rear of truck.
Install 2 One Piece Constructed (12 Gauge Steel) Under Body Curb Side and Drivers Side
Boxes with the Size of 36”L X 18.75”W X 18”H. Doors Shall Flip Down for Easy Access and
Shall have 2 Cable Supports for Doors When in the Open Position. When Closed Doors Shall
have a Water Tight Seal and a Locking Paddle Handle with Two Keys for Each Box.
Mount a 2500 lb. Rail Lift Gate With All Additional Supports and hardware to Mount Rail Gate.
(Inter-Lift Model ILM, Platform 42 X 88X 6 or equivalent).
Lift Gate Shall have Chevron Striping for Safety Installed on the Back (Under Side) of Lift
Gate when In the Up Right (transport) Position.
Dual Purpose Plug- 4 Way Flat / 7 Way Round
Full plate docking bumper and LED tail lights for greater visibility and Safety.
23 | P a g e
Class 5, 2 inch Square Receiver Tube Opening.
2 Inch Solid Shank Pintle Mount Receiver
Combination Pintle Hook with a 2 5/16 Ball
ADDITIONAL REQUIREMENTS
C One Service Manual, One Parts Manual and One Operator Manual (English) with this Vehicle.