CHAUTAUQUA COUNTY 2015/2016 VEHICLE AWARD PACKAGE

advertisement
CHAUTAUQUA COUNTY
2015/2016 VEHICLE AWARD PACKAGE
PROPSAL NO. E-11-14 PFTH
BID DATE: NOVEMBER 6, 2014
GENERAL CONDITIONS
I.
II.
SCOPE: Chautauqua County is seeking proposals for the purchase of 2015 or newer, class 1 through class 5 model
vehicles.
GENERAL:
a.) Chautauqua County encourages all qualified applicants, including Minority-owned Business Enterprises, Women-owned
Business Enterprises, Small Business Enterprises and Disadvantaged Business Enterprises, to partake in the bidding of
this and all other commodities. The successful Bidder must be an EOE.
b.) Chautauqua County is exempt from all Federal and State taxes.
c.) By submitting a bid, you are asking the county of Chautauqua to accept your offer for the sale of goods or services. It is
important that you READ and UNDERSTAND all terms and conditions herein as well as understand the laws that govern
Municipal Purchasing which can be found at http://public.leginfo.state.ny.us.
d.) The enclosed bid forms must be used and may not be substituted. All bid documents must be submitted for each bid,
and must be signed by an authorized individual. Documents with a place for a notary signature must be notarized.
e.) Questions about or requests for clarification of a bid item must be submitted in writing to stoneb@co.chautauqua.ny.us
Questions must be submitted no fewer than five (5) days prior to the scheduled bid opening date. County responses will
be submitted to all parties in the form of an Addendum to the original bid, receipt of which must be acknowledged with
each bid submittal.
III.
CONTRACT TERM:
a.) This will be a (2) two year contract beginning November 1, 2014 and ending October 31, 2017.
b.) Chautauqua County reserves the right to terminate this contract at any time for any reason in whole or in part upon
written notice to the successful vendor within thirty (30). The County also reserves the right to cancel the contract within
ten (10) days by written notice for non-performance.
IV.
SUBMITTALS:
a.) Bidder must submit upon request, certification of established history of positive performance on the unit offered. History
must be based on units that incorporate the same design criteria as defined in this purchase specification.
V.
DELIVERY:
a.) Prices shown on Bid forms shall be FOB any point in Chautauqua County. Delivery for other eligible municipalities, as
referenced in the extension clause below, shall be negotiated between awarded vendor and any outside eligible entities
participating under this bid.
b.) Vehicles will be anticipated for quick delivery and a short guaranteed delivery can be considered. Upon “Request For
Purchase”, vendor shall provide written acknowledgement of order placement and supply copy of build sheet and
guaranteed delivery date of completed unit. Understanding that build date may be influenced by outside forces, slight
delay in delivery can be overlooked. 30 day or longer delay may cause cancelation of order at ordering departments'
discretion or penalty.
VI.
EXTENSION OF BID TO ADDITIONAL PARTIES:
a.) With Contractor concurrence, the County may allow any county agency, department or municipality, or any other
organization eligible pursuant to NYS General Municipal, to utilize the terms of an awarded bid. County will not be a
party to any such third party agreements and is not in any way bound by or liable for any such agreements or any
performance thereunder. Contractor shall provide information to County about such third party agreements upon
request.
VII.
ALTERNATE SOURCE
a.) Where a New York State bid or a bid from another municipality results in an award for an item herein at a total price which
is more favorable than that of the bidder(s) to whom an award is made herein, and such price is available to County,
County reserves the right to purchase from the State bid or from such other, alternate bid, notwithstanding its award to the
lowest responsible bidder herein, after offering the County bid awardee an opportunity to meet or better the item price.
VIII.
a.)
b.)
c.)
d.)
e.)
VEHICLE TRADE –IN:
Trade units if offered, will be on a one to one basis for purpose of purchase only.
Chautauqua County Agencies offering trades will not be obligated to trade or purchase from this bid.
Chautauqua County & others eligible entity participating under this proposal, reserve the right to trade or not.
Unlisted Trades offered during contract period of this bid will be on a one to one basis and only viable if a minimum of
three participating vendors are willing to accept request and offer a trade value for requesting agency. Trade value, if
chosen, will be used to determine low bidder for award.
The amount offered for a given trade-in applies only against the purchase of a new vehicle. Trade-ins will be made on a
one to one basis only.
•
IX.
X.
View Trade-In Offered Vehicles Thursday, October 16, 2014 From 10:00 AM to 11:00 AM at 454 North Work Street,
Falconer NY,14733 And from 1:00 PM to 2:00 PM at The Lower County Parking Lot on Vista Drive in Mayville NY,
14757. To appraise all trade-in vehicles, dealers should visit both locations. A trade-in vehicle will be
available in Mayville or Falconer, but not both.
PRICE:
a.) Pricing must be held firm for the first year of the contract.
b.) The county may allow bidders to hold their price for the second year or bidders may make a small increase to the base
price of their original bid for the new 2016 or newer fleet. This increase may not exceed more than 2% of said original bid
price.
c.) Bidder must present documentation to ensure that the year newer model meets the same specifications as model bid
that has been built out.
d.) Newer model proposed to be replaced must be presented to the County and/or municipality for approval prior to taking
effect.
AWARD:
a.) Chautauqua County reserves the right to accept or reject any or all bids, to waive bid inconsistencies, and to accept the
bids deemed most advantageous to the County in accordance with General Municipal Law. Explanations of County
decisions shall not be required except as otherwise provided for by law.
b.) Award will be made to the lowest responsible bidder(s) meeting specifications for the proposal requested based upon;
Total Net Delivered Price taking into consideration the reliability of the bidder, the quality of the materials, services,
equipment, or supplies to be furnished, their conformity with the specifications, the purposes for which required, and the
terms of delivery.
c.) Trade in value and listed options, if applicable will also be used to determine lowest Bid proposal.
d.) Chautauqua County will "Give priority consideration to clean, energy-efficient, electric, hybrid or clean alternative &
renewable fuel vehicles when purchasing new County vehicles"; Therefore Hybrids, Partial Zero Emission Vehicles,
Alternate and Flex Fuel Vehicles offered in this Bid, may be purchased as an option to a lower priced standard base
model proposed.
e.) Multiple awards are possible when Bid Proposal Page is broken into different categories/groups.
f.) The County guarantees no minimum or maximum purchases or contracts as a result of award of this bid proposal.
h.) If two or more bidders submit identical priced bids, it is the decision of the Fleet Manager or eligible participating entities
to award the bid to one of the identical bidders and this decision shall be final.
XI.
LIQUIDATED DAMAGES:
a.) Delivery shall be expedited and within non-exaggerated guaranteed days as stated on bid form.
b.) Understanding that build date may be influenced by outside forces, slight delay in delivery can be overlooked with notification
and acceptance of such. A 30 day or longer or determined negligent delay by Vendor may cause cancelation of order at
ordering departments' discretion or liquidated damages may be imposed. After delivery due date, the following take effect
upon ordering entity’s discretion: The use of a similar model bid at no charge until delivery of new will be mandated or a
liquidated damage fee of $50.00/day for added expense & burden caused upon ordering entity by vendor's unexplained and
or unacceptable delay. Notwithstanding, integrity and due diligence is requested.
XII.
PAYMENT:
a.) Payment will be in the form of a purchase order after inspection and acceptance of completed delivered unit meeting
specifications and terms herein, including all options and accessories as ordered and deemed as meeting such by
Chautauqua County personnel or other(s) so designated. Payment will be made to vehicle dealer for complete unit as bid
herein. Vehicle dealer will make delivery of completed unit within specified period as stated on bid form.
b.) All delivered vehicles must have set of two keys and Fobs if applicable, owner/operator manual for vehicle and NY State
inspection. Optional equipment must have owner/operator & parts manual.
c.) Finished cab/chassis units must be certified as complete, have proper vehicle sticker in place and include completed
weigh slip for registering.
d.) Partial payment can be withheld for items missing or not to specifications until such time as those conditions are met.
XIII.
PRODUCT REFERENCES “Or Equal”:
a.) Meaning: alike in amount, rank, value, size, and same in operation or effect. In all Specifications the words “or equal” are
understood to apply where a copyrighted, brand name, trade name, catalog reference, or patented Product is referenced.
References to such specific Product are intended as descriptive, not restrictive, unless otherwise stated. Comparable
Product will be considered if proof of compatibility is provided, including appropriate catalog excerpts, descriptive
literature, specifications and test data, etc. The Purchasing Agents decision as to acceptance of the Product as equal
shall be final.
b.) Whenever a particular brand or make of material, equipment, or other item is specified, another brand or make which, in
the opinion of Chautauqua County, is equivalent in quality, value, performance and suitability to that specified or
indicated may be offered only if the particular brand or make of material, equipment cannot be offered by the bidder.
c.) The County shall be the sole judge as to whether a proposed equivalent or substitution is to be approved and the bidder
shall have the burden of proving same, at his own expense, to the satisfaction of the County. Any deviations shall be
noted with explanations of change including equipment name brand, etc. Deviations shall be equal or better and so
noted throughout specifications.
ADDITIONAL INFORMATION TO BIDDERS AND BID INSTRUCTIONS
ALTERNATIVE FUEL VEHICLES
Pursuant to County Resolution 88.04 this bid is an attempt to "Give priority consideration to clean, energyefficient, electric, hybrid or clean, renewable fuel vehicles when purchasing new County vehicles"; Therefore Hybrids,
Partial Zero Emission Vehicles, Alternate and Flex Fuel Vehicles offered in this Bid, may be purchased as an option to a
lower priced standard model proposed.
For the 2015 model year Chautauqua County will again be requesting more fuel efficient vehicles and where
possible, a model exists that meets the specifications, please offer an Alternative Fueled model, in addition to or in option
of the regular models. Future refueling sites are planned in and around this area of various types, so at this time, ALL
ALTERNATIVE FUELS LISTED BELOW, would a good choice for bidding, in addition to the gasoline, E-85
models. Listed below are the some common types of alternate fuels and some of the nearest NY public refueling stations.
The search was conducted via US Department of Energy , EERE, AFDC, using a New York 50 mile radius of Falconer in
2014, check your local areas. http://www.eere.energy.gov/topics/vehicles.html Vendor should supply contact for
purchase/installation information of Overnight charging stations for Alternative fueled vehicles bid as applicable.
Hybrid – Runs on electric motor/batteries with assistance from, and/or on gasoline engine. Recharging is done through
the gasoline engine and regenerative braking.
Electric- Rechargeable batteries. Via; Plug-in and regenerative braking, 50 mile per charge minimum.
Shults Nissan, 311 Fluvanna Avenue, Jamestown NY 14701, Level 2 Ph. 716-484-2780
National Grid, 6-Locations Level 2:1-Fredonia, 2-Dunkirk, 1-Ellicottville, 1-Olean, 1-Hamburg Ph. 888-758-4389
JATC LU41- Level 2, 3546 California Rd. Orchard Park, NY 14127 Ph.716-758-4389
West-Herr Nissan, 3580 Southwestern Blvd. Orchard Park, NY 14127
Ethanol E-85 /Flex Fuel - (85% Ethanol and 15% Gasoline, or any mix of E-85 and regular Gasoline),
Crosby Mart, 44E.Main, Fredonia, NY 14063, 22 mi. Ph. 716-672-4707 Public-see hours
Mobil Express Mart, 56 Hamburg St. East Aurora, NY 14052 Ph. 716-655-4735
Excell Fuels, 23368 Hamburg Tpk. Lackawanna, NY 14218 Ph. 716-822-6230
PZEV – Partial zero emission vehicle
L.P.G. - Liquefied Petroleum Gas/Propane –
Ameri Gas, 222 Pine St.,South Dayton NY 14138, Ph. 716-988-3671
NORCO Propane Energy Services, 1770 Mile Strip rd. North Collins, NY 14111, Ph. 716-337-3133
NORCO Propane Energy Services, 10440 Rt. 219, Springville, NY 14141, Ph 716-592-0322
Ameri Gas, 11630 Rt. 16, Delevan, NY 14042, Ph. 716-492-1550
C.N.G. - Compressed Natural Gas – N.Y. DOT Mayville, Salamanca, Hamburg; Government only.
Cotton CNG 11363 Center Rd., Sheridan NY 14135 Ph. 716-672-2788
HPW Energy Inc. 8246 Route 5 Westfield NY 14787, Ph: 753-6565
L.N.G. – Liquid Natural Gas – NO LOCATIONS found at this time
Bio-Diesel – NO LOCATIONS found at this time
Hydrogen/Fuel Cell – NO LOCATIONS found at this time
BID FORM INSTRUCTIONS:
Specifications listed are minimum value for model and unit bid shall include meet or exceed.
•
All items listed as standard equipment which are normally provided by the manufacture, for each model and trim
specified, shall be furnished unless such items are expressly deleted or specified to be other than standard. When
optional equipment is specified, all components listed in the manufacturer's data book as being included with the
option shall be furnished.
TRIM LEVELS: Due many different manufacturer model identification codes, please use following as a guide;
if vehicle only has two trim levels or less, please fill in appropriate Trim level space.
BASE, is intended to represent minimal trim level with MFR. options as needed to meet specifications @
minimum; i.e. S, LS, WT, XL, FL, etc. or approved equal.
MID, is intended to represent middle trim level meeting detailed specifications, base and include added extra
features included with next upper level trim package; i.e. SE, LT, STX, etc. or approved equal.
HIGH, is intended to represent premium trim level meeting detailed specifications, MID trim and include added
extra features included with next upper level trim package; i.e. SEL, LTZ, XLT, LT1, etc. or approved equal.
These are Fleet vehicles; Please delete "On-Star", "Sirius" or "Sync" radios and similar from base bid proposals. If
required at time of order by a department, they will be added at option cost less discount % shown for model. Additional
Discounts are acceptable, must be shown and can be used for low bid determination.
Data Sheets, Brochures, and Capacity Reports for each vehicle proposed shall be supplied upon request.
PROPOSED BUILD SHEETS must be included for all proposed vehicle bids to show specifications are met for award
purposes.
TOW PACKAGES WHEN LISTED SHALL BE SPECIFIED FOR HEAVY TOWING & INCLUDE ALL
ADDITIONAL ITEMS AS NECESSARY & SPELLED OUT IN BUILD SHEET FOR SAME.
All vehicles shall come with MFR standard spare tire as spelled out in vehicle brochure, unless specified as other size.
NOTICE OF AWARDS
CHAUTAUQUA COUNTY DEPARTMENT OF PUBLIC FACILITIES
VINCENT W. HORRIGAN
County Executive
George P. Spanos
Director of Public Facilities
NOTICE OF AWARD
November 25, 2014
Joe Marchese
Van Bortel Ford, Inc.
71 Marsh Road
East Rochester, NY 14445
Re: Bid Results for Proposal No. E-11-14 PFTH
2015 or Newer Fleet, Alternative and Regular Fuel
Pickup & Light Vehicles
Mr. Marchese:
Your company has been awarded the opportunity to provide the vehicles that you proposed to
Chautauqua County and other eligible Municipalities based on the terms and conditions as
specified in the bid under the Award Section X, except for the following items.
•
Group No. 4, Item No. 1, Vehicle No. 1 – Escape S (FWD) does not meet specifications.
•
Group No. 4, Item No. 6, Vehicle No. 1 – Flex SE (FWD) does not meet specifications.
I have attached the bid tabulations for your reference. Please verify your numbers, models and
options to make sure they are correct. If you find any discrepancies please email me at
francet@co.chautauqua.ny.us so that they may be corrected.
Thank you,
Tracy France
Purchasing Manager
Chautauqua County DPF
cc: Bruce Stone
Fleet Manager
454 NORTH WORK STREET, FALCONER, NEW YORK 14733, (716) 661-8400, FAX (716) 661-8451
CHAUTAUQUA COUNTY DEPARTMENT OF PUBLIC FACILITIES
VINCENT W. HORRIGAN
County Executive
George P. Spanos
Director of Public Facilities
NOTICE OF AWARD
November 25, 2014
Marie Jeffers
Van Bortel Chevrolet
1338 W. Main St.
Macedon, NY 14502
Re: Bid Results for Proposal No. E-11-14 PFTH
2015 or Newer Fleet, Alternative and Regular Fuel
Pickup & Light Vehicles
Ms. Jeffers:
Your company has been awarded the opportunity to provide the vehicles that you proposed to
Chautauqua County and other eligible Municipalities based on the terms and conditions as
specified in the bid under the Award Section X, except for the item listed below.
•
Group No. 1, Item No. 2, Alternate Fuel Vehicle – did not meet specifications. Is not a
mid-size vehicle.
I have attached the bid tabulations for your reference. Please verify your numbers, models and
options to make sure they are correct. If you find any discrepancies please email me at
francet@co.chautauqua.ny.us so that they may be corrected.
Thank you,
Tracy France
Purchasing Agent
Chautauqua County DPF
cc: Bruce Stone
Fleet Manager
454 NORTH WORK STREET, FALCONER, NEW YORK 14733, (716) 661-8400, FAX (716) 661-8451
CHAUTAUQUA COUNTY DEPARTMENT OF PUBLIC FACILITIES
VINCENT W. HORRIGAN
County Executive
George P. Spanos
Director of Public Facilities
NOTICE OF AWARD
November 25, 2014
Jeremy Swanson
Dave Warren Chrysler, Dodge, Jeep & Ram
1001 Washington Street
Jamestown, NY 14701
Re: Bid Results for Proposal No. E-11-14 PFTH
2015 or Newer Fleet, Alternative and Regular Fuel
Pickup & Light Vehicles
Mr. Swanson:
Your company has been awarded the opportunity to provide the vehicles that you
proposed to Chautauqua County and other eligible Municipalities based on the terms and
conditions as specified in the bid under the Award Section X, except for the followings
items.
•
•
Please submit your build sheets as soon as possible to Bruce Stone, Fleet
Manager.
Group 1, Item No. 1, Vehicle 1 – Mid offered in High trim level is not accepted.
I have attached the bid tabulations for your reference. Please verify your numbers, models
and options to make sure they are correct. If you find any discrepancies please email me
at francet@co.chautauqua.ny.us so that they may be corrected.
Thank you,
Tracy France
Purchasing Agent
Chautauqua County DPF
cc: Bruce Stone
Fleet Manager
454 NORTH WORK STREET, FALCONER, NEW YORK 14733, (716) 661-8400, FAX (716) 661-8451
CHAUTAUQUA COUNTY DEPARTMENT OF PUBLIC FACILITIES
VINCENT W. HORRIGAN
County Executive
George P. Spanos
Director of Public Facilities
NOTICE OF AWARD
November 24, 2014
Jim Henderson
Ed Shults Chevrolet
2257 Washington Street
Jamestown, NY 14701
Re: Bid Results for Proposal No. E-11-14 PFTH
2015 or Newer Fleet, Alternative and Regular Fuel
Pickup & Light Vehicles
Mr. Henderson:
Your company has been awarded the opportunity to provide the vehicles that you proposed to
Chautauqua County and other eligible Municipalities based on the terms and conditions as
specified in the bid under the Award Section X, however we do need you to submit your build
sheets to Bruce Stone, Fleet Manager as soon as possible.
I have attached the bid tabulations for your reference. Please verify your numbers, models and
options to make sure they are correct. If you find any discrepancies please email me at
francet@co.chautauqua.ny.us so that they may be corrected.
Thank you,
Tracy France
Purchasing Agent
Chautauqua County DPF
cc: Bruce Stone
Fleet Manager
454 NORTH WORK STREET, FALCONER, NEW YORK 14733, (716) 661-8400, FAX (716) 661-8451
CHAUTAUQUA COUNTY DEPARTMENT OF PUBLIC FACILITIES
VINCENT W. HORRIGAN
County Executive
George P. Spanos
Director of Public Facilities
NOTICE OF AWARD
November 25, 2014
Kevin Joerg
Emerling Chevrolet
900 Boston State Rd.
Boston, NY 14025
Re: Bid Results for Proposal No. E-11-14 PFTH
2015 or Newer Fleet, Alternative and Regular Fuel
Pickup & Light Vehicles
Mr. Jeorg:
Your company has been awarded the opportunity to provide the vehicles that you proposed to
Chautauqua County and other eligible Municipalities based on the terms and conditions as
specified in the bid under the Award Section X, except for the following:
•
•
•
•
•
Group I, Item No. 1, Vehicle No. 1A, Eco Alternate Fuel that you proposed did not meet
specifications.
Group I, Item No. 3, Vehicle No. 2, did not meet the specifications a six passenger vehicle
was specified.
Group V, Item No. 1, Vehicle No. 1&2 Option No. 2 not accepted.
Group VI, Item No. 1, Vehicle No. 1&3, where indicated “body dependent” and various
38% have been rejected.
Group VI, Item No. 4, Vehicle No. 1&2, where indicated “body dependent” and various
38% have been rejected.
I have attached the bid tabulations for your reference. Please check your numbers, models and
options to make sure they are correct. If you find any discrepancies please email me at
francet@co.chautauqua.ny.us so that they may be corrected.
Thank you,
Tracy France
Purchasing Manager
Chautauqua County DPF
cc: Bruce Stone
Fleet Manager
454 NORTH WORK STREET, FALCONER, NEW YORK 14733, (716) 661-8400, FAX (716) 661-8451
CHAUTAUQUA COUNTY DEPARTMENT OF PUBLIC FACILITIES
VINCENT W. HORRIGAN
County Executive
George P. Spanos
Director of Public Facilities
NOTICE OF AWARD
November 25, 2014
Mike Bonanducci
Joe Basil Chevrolet
5111 Transit Road
Depew, NY 14043
Re: Bid Results for Proposal No. E-11-14 PFTH
2015 or Newer Fleet, Alternative and Regular Fuel
Pickup & Light Vehicles
Mr. Bonanducci:
Your company has been awarded the opportunity to provide the vehicles that you
proposed to Chautauqua County and other eligible Municipalities based on the terms and
conditions as specified in the bid under the Award Section X, except the following:
•
•
•
Group No. 1, Item No. 2, Option No. 3 – Factory Option does not meet
specifications. This needed to be a number.
Group No. 1, Item No. 3, Option No. 2, Vehicles 1&2 – Factory Options did not
meet specifications.
Group No. 5, Item No. 1, Vehicles 1&2 – TBA and By Model did not meet
specifications.
I have attached the bid tabulations for your reference. Please verify your numbers, models
and options to make sure they are correct. If you find any discrepancies please email me
at francet@co.chautauqua.ny.us so that they may be corrected.
Thank you,
Tracy France
Purchasing Agent
Chautauqua County DPF
cc: Bruce Stone
Fleet Manager
454 NORTH WORK STREET, FALCONER, NEW YORK 14733, (716) 661-8400, FAX (716) 661-8451
CHAUTAUQUA COUNTY DEPARTMENT OF PUBLIC FACILITIES
VINCENT W. HORRIGAN
County Executive
George P. Spanos
Director of Public Facilities
NOTICE OF AWARD
November 25, 2014
Kain Kolstee
Ed Shults Ford Lincoln
2257 Washington Street
Jamestown, NY 14701
Re: Bid Results for Proposal No. E-11-14 PFTH
2015 or Newer Fleet, Alternative and Regular Fuel
Pickup & Light Vehicles
Mr. Kolstee:
Your company has been awarded the opportunity to provide the vehicles that you proposed to
Chautauqua County and other eligible Municipalities based on the terms and conditions as
specified in the bid under the Award Section X, with the except ion of the following vehicles and
receipt of your build sheets.
•
Group No. 3, Item No. 2 Vehicle No. 2 - Did not meet specifications you offered a 10
passenger vehicle and the minimum specification was for an 11 passenger.
•
Group No. 4, Item No. 1, Vehicle No. 1 – Base Model Escape S (FWD) did not meet
specifications.
I have attached the bid tabulations for your reference. Please verify your numbers, models and
options to make sure they are correct. If you find any discrepancies please email me at
francet@co.chautauqua.ny.us so that they may be corrected.
Thank you,
Tracy France
Purchasing Manger
Chautauqua County DPF
cc: Bruce Stone
Fleet Manager
454 NORTH WORK STREET, FALCONER, NEW YORK 14733, (716) 661-8400, FAX (716) 661-8451
BID TABULATIONS
GROUP I – SEDANS
ITEM 1: COMPACT SEDAN – 5 PASSENGER CAPACITY
ITEM 2: MID-SIZED SEDAN - 5 PASSENGER CAPACITY
ITEM 3: FULL-SIZED SEDAN – 5/6 PASSENGER CAPACITY
E–11–14 PFTH NEW 2015 or NEWER FLEET, ALTERNATIVE AND REGULAR FUEL PICK UP & LIGHT VEHICLES
GROUP 1 - COMPACT, MID-SIZED AND FULL SIZE 4 DOOR SEDANS
BID DATE: NOVEMBER 6, 2014
GROUP I - ITEM 1: 2015 OR NEWER COMPACT 4 DOOR SEDANS - VEHICLE 1: Specifications: 104" W.B. 5-passenger, 4-cylinder Engine, Automatic
Transmission, Air Conditioning, 4-wheel ABS braking, Power Steering, P/W, P/L, Carpeted Flooring, Floor mats, Mud flaps, Rear Window Defroster, Spare.
BIDDERS
Year
Make
Model
BASE LEVEL Trim Price FOB
MID LEVEL Trim Price FOB
HIGH LEVEL Trim Price FOB
Del. ARO
Warranty
Factory Options-MSRP less
Option #1 Vinyl Rear seating
Option #2- All Wheel Drive
Option #3 - Eng Prep Package
BIDDERS
Year
Make
Model
DAVE WARREN
DODGE
716-484-7125
2015
DODGE
DART
$17,240.00
$17,988.00
60-90
3/36,5/100K
8%
N/A
N/A
N/A
DAVE WARREN
DODGE
716-484-7125
ED SHULTS
JOE BASIL
CHEVROLET
CHEVROLET
716-206-1734
716-664-0103
2015
2015
2015
2015
CHEVROLET
FORD
CHEVROLET
CHEVROLET
CRUZE LS,LT,LTZ
FOCUS S,SE,Titanium
CRUZE LS,LT,LTZ
CRUZE LS
$16,827.70
$15,999.00
$16,789.00
$15,833.00
$17,859.86
$16,999.00
$18,046.00
$21,634.00
$20,299.00
$21,808.00
90-120
120
60-120
ASAP
3/36 5/100
3/36 5/60
3/36 5/100
3/36 5/100
10%
8%
10%
3%
N/A
$275.00
N/A
$499.00
N/A
N/A
N/A
_
N/A
N/A
N/A
GROUP I - ITEM 1:OPTIONAL VEHICLE: ALTERNATIVE FUEL
ED SHULTS
JOE BASIL
EMERLING CHEVROLET
ED SHULTS FORD
CHEVROLET
CHEVROLET
716-941-5255
716-664-0220
716-206-1734
716-664-0103
2015
CHEVROLET
EMERLING CHEVROLET
716-941-5255
ED SHULTS FORD
716-664-0220
VOLT
CRUZE 1SL
Fuel Type/Trim Price FOB
Fuel Type/Trim Price FOB
Fuel Type/Trim Price FOB
Del. ARO
Warranty
Factory Options-MSRP less
Option #1 Vinyl Rear seating
VAN BORTEL FORD
585-586-7705
VAN BORTEL CHEVY
585-586-7705
2015
FORD
FOCUS-S,SE,Titanium
$15,180.00
$16,461.00
$19,991.00
60-120
3/36 5/60
8%
$750.00
N/A
N/A
2015
CHEVROLET
CRUZE-LS,LT,LTZ
$17,141.00
$18,237.00
$22,024.00
60-120
3/36 5/100
8%
$750.00
N/A
N/A
VAN BORTEL FORD
585-586-7705
VAN BORTEL CHEVY
585-586-7705
2015
FORD
2015
CHEVROLET
C-MAX
SPARK-EV,*
VOLT,**
CRUZE 1SL
Plugin-Hybrid $28,525.00
Electric/gas $32,202.50
DIESEL $23,035.30
90-120
3/36 5/100
10%
N/A
60-120
3/36 5/60
8%
$750.00
Page 1 of 49
Electric-$27,060.00*
Hybrid $32,825.00**
Diesel $24,213.00
60-120, 60-210*, 60150**
3/36 5/100
8%
$750.00
GROUP I - ITEM 2: 2015 OR NEWER MID-SIZED 4 DOOR SEDANS: Specifications: 108" W.B. 5-passenger, 4-cylinder Engine, Automatic Transmission, Air Conditioning, 4-wheel
ABS braking, Power Steering, P/W, P/L,AM/FM, CD MP3, Carpeted Flooring, Floor mats, Mud flaps, Rear Window Defroster, Spare.
BIDDERS
Year
Make
Model
BASE LEVEL Trim Price FOB
MID LEVEL Trim Price FOB
HIGH LEVEL Trim Price FOB
Del. ARO
Warranty
Factory Options-MSRP less
Option #1 Vinyl Rear seating
Option #2- All Wheel Drive
Option #3- Leather Seating* .
Option #4- Eng Prep Package
BIDDERS
Year
Make
Model
Fuel Type/Trim Price FOB
Fuel Type/Trim Price FOB
Fuel Type/Trim Price FOB
Del. ARO
Warranty
Factory Options-MSRP less
Option #1 Vinyl Rear seating
Option #2- All Wheel Drive
Option #3- Leather Seating*-inc.
DAVE WARREN
DODGE
716-484-7125
2015
CHRYSLER
200LX,LTD*,S*
$18,979.00
$19,454.00
$19,958.00
60-90
3/36 5/100K
8%
N/A
S-$3,738.00
$995.00
N/A
EMERLING CHEVROLET
716-941-5255
ED SHULTS FORD
716-664-0220
2015
CHEVROLET
MALIBU LS,LT,LTZ*
$18,532.15
$19,483.50
$23,442.68
90-120
3/36 5/100
10%
N/A
2015
FORD
FUSION,S,SE,Titanium*
$17,388.00
$19,699.00
$25,499.00
120
3/36 5/60
8%
$275.00
JOE BASIL
CHEVROLET
716-206-1734
2015
CHEVROLET
MALIBU-LS,LT,LTZ
$18,649.00
$19,790.00
$23,621.00
60-120
3/36 5/100
10%
N/A
N/A
LTZ-inc
$3,702.00-SE
N/A
STD*
N/A
N/A
GROUP I - ITEM 2: Optional Vehicle Alternative. FUEL
ED SHULTS FORD
716-664-0220
2015
FORD
FUSION,S,SE,Titanium*
HYBRID/$24,174.00
HYBRID/$24,559.00
HYBRID/$29,552.00
120
3/36 5/60
8%
$275.00
N/A
STD*
Page 2 of 49
ED SHULTS
CHEVROLET
716-664-0103
2015
CHEVROLET
MALIBU LS
$19,010.00
ASAP
3/36 5/100
3%
$499.00
VAN BORTEL FORD
585-586-7705
VAN BORTEL CHEVY
585-586-7705
2015
FORD
Fusion-S,SE,Titanium*
$17,558.00
$18,681.00
$24,742.00
60-120
3/36 5/60
8%
$750.00
$4,750.00-SE
$1,790Titan
$2,098.00-SE
N/A
2015
CHEVROLET
MALIBU-LS,LT,LTZ*
$18,981.00
$19,922.00
$23,802.00
60-120
3/36 5/100
8%
$750.00
VAN BORTEL FORD
585-586-7705
2015
FORD
FUSION,S,SE,Titanium*
Hybrid/$23,694.00
Hybrid/$24,160.00
Hybrid/$28,474.00
60-120
3/36 5/60
8%
$750.00
$2,098.00-SE
N/A
included.-LTZ*
N/A
GROUP I - ITEM 3: 2015 OR NEWER FULL SIZE 4 DOOR SEDANS: Specifications: 111" W.B., 5 PASSENGER, 6 cylinder Engine, Automatic Transmission, Air Conditioning, 4wheel ABS braking, Power Steering, P/W, P/L, AM/FM CD MP3, Carpeted Flooring, Floor mats, Mud flaps, Spare.
BIDDERS
Year
Make
Model
BASE LEVEL Trim Price FOB
MID LEVEL Trim Price FOB
HIGH LEVEL Trim Price FOB
Del. ARO
Warranty
Factory Options-MSRP less
Option #1- All Wheel Drive
Option #2 - Leather Seating
Option #3 - Eng Prep Package
DAVE WARREN
DODGE
716-484-7125
2015
FORD
TAURUS SE,SEL*
JOE BASIL
CHEVROLET
716-206-1734
2015
CHEVROLET
ED SHULTS
CHEVROLET
716-664-0103
2015
CHEVROLET
IMPALA LTD/LS,LT,LTZ
IMPALA-LTD- LS
$17,896.00
$19,060.00
$22,497.00
60-120
3/36 5/100
10%
N/A
$18,570.00
$22,078.00-SE
$24,019.00-SEL
120
3/36 5/60
8%
$1,609.00*
N/A
N/A
EMERLING CHEVROLET
716-941-5255
ED SHULTS FORD
716-664-0220
2015
CHEVROLET
IMPALA LTD/LS,LT,LTZ
$17,730.90
$18,657.70
$22,531.81
90-120
3/36 5/100
10%
N/A
LTZ
N/A
ASAP
3/36 5/100
4%
VAN BORTEL FORD
585-586-7705
VAN BORTEL CHEVY
585-586-7705
2015
FORD
TAURUS-SE,SEL*,LTD*
2015
CHEVROLET
IMPALA-1FL,1LT,LTZ*
$20,939.00-SE
$23,632.00-SEL
$27,927.00-LTD
60-120
3/36 5/60
8%
$1,790.00*
$1,335.00-SE,inc-LTD
N/A
$22,981.00
$24,842.00
$29,360.00
60-120
3/36 5/100
8%
N/A
included.-LTZ*
N/A
VAN BORTEL FORD
585-586-7705
VAN BORTEL CHEVY
585-586-7705
LTD-limited
BIDDERS
Year
DAVE WARREN
DODGE
716-484-7125
GROUP I - ITEM 3: OPTIONAL VEHICLE #1: ALT. FUEL
ED SHULTS
JOE BASIL
EMERLING CHEVROLET
ED SHULTS FORD
CHEVROLET
CHEVROLET
716-941-5255
716-664-0220
716-206-1734
716-664-0103
2015
2015
Make
CHEVROLET
CHEVROLET
Model
IMPALA
Bi-CNG/GAS
2FL/$32,699.00
Bi-CNG/GAS
3LT/$35,214.00
IMPALA-2FL-S
Bi-CNG/GAS
2FL/$32,975.00
Del. ARO
60-120
60-120
Warranty
3/36 5/100
3/36 5/100
10%
8%
Fuel Type/Trim Price FOB
Fuel Type/Trim Price FOB
Factory Options-MSRP less
Option #1- All Wheel Drive
N/A
Option #2- Leather Seating
N/A
Page 3 of 49
GROUP I - ITEM 3: OPTIONAL VEHICLE #2: FULL SIZE 6-PASSENGER* CAPACITY: Specifications: 111"W.B. 6 cylinder Engine, Automatic Transmission, Air Conditioning, 4wheel ABS braking, Power Steering, P/W, P/L, Front 40/60 Split or 40/20/40, Carpeted Flooring, Floor mats, Mud flaps, Rear Window Defroster
BIDDERS
Year
Make
Model
BASE LEVEL Trim Price FOB
MID LEVEL Trim Price FOB
HIGH LEVEL Trim Price FOB
Del. ARO
Warranty
Factory Options-MSRP less
Option #1- All Wheel Drive
DAVE WARREN
DODGE
716-484-7125
EMERLING CHEVROLET
716-941-5255
DNM
Year
Make
Model
Fuel Type/Trim Price FOB
Fuel Type/Trim Price FOB
Fuel Type/Trim Price FOB
Del. ARO
Warranty
Factory Options-MSRP less
Option #1- All Wheel Drive
Option #2- Leather Seating
JOE BASIL
CHEVROLET
716-206-1734
2015
CHEVROLET
IMPALA LTD-LS,LT
$18,062.00
$18,999.00
60-120
3/36 5/100
10%
N/A
FACTORY OPT.
N/A
Option #2 - Leather Seating
Option #3- Eng Prep Package
BIDDERS
ED SHULTS FORD
716-664-0220
DAVE WARREN
DODGE
716-484-7125
ED SHULTS
CHEVROLET
716-664-0103
2015
CHEVROLET
IMPALA LTD-LS
$18,736.00
CNG / $32,576.6
CNG / $34,283.86
120-180
3/36 5/100
10
N/A
LTZ
Page 4 of 49
VAN BORTEL CHEVY
585-586-7705
2015
CHEVROLET
IMPALA LTD-LS,LT
$18,381.00
$19,356.00
60-120
3/36 5/100
8%
N/A
N/A
N/A
3/36 5/100
GROUP I - ITEM 3: OPTIONAL VEHICLE #2: ALT. FUEL
ED SHULTS
JOE BASIL
EMERLING CHEVROLET
ED SHULTS FORD
CHEVROLET
CHEVROLET
716-941-5255
716-664-0220
716-206-1734
716-664-0103
2015
CHEVROLET
IMPALA LT,LTZ
VAN BORTEL FORD
585-586-7705
VAN BORTEL FORD
585-586-7705
VAN BORTEL CHEVY
585-586-7705
ABOVE E-85
GROUP II - POLICE VEHICLES
ITEM 1: IMPALA INTERCEPTOR, or equal
ITEM 2: CAPRICE INTERCEPTOR, or equal
ITEM 3: FORD SEDAN INTERCEPTOR, or equal
ITEM 4: CHARGER INTERCEPTOR, or equal
ITEM 5: POLICE/SPECIAL SERVICE UTILITY VEHICLE
E–11–14 PFTH NEW 2015 or NEWER FLEET, ALTERNATIVE AND REGULAR FUEL PICK UP & LIGHT VEHICLESGROUP 2 - POLICE AND SPECIAL SERVICES VEHICLES 11/6/14
GROUP II- ITEM 1: NEW 2015 OR NEWER IMPALA INTERCEPTOR (OR) EQUAL;
Wheelbase - 110.0" Minimum, Length - 200.0" Minimum, Engine - 3.6 Liter NE1 emissions, V6, 300 HP Minimum.Transmission- 6-speedHeavy Duty Electronic Automatic With Overdrive, W/ Cooler Front
Wheel Drive. 170 amp Alternator, 720 CCA Battery Minimum. Cloth Buckets W/Power Driver(Front), Vinyl Bench (Rear) Air Conditioning, intermittent Wipers, Rear Window Defroster, AM-FM-CD Stereo
Radio, Digital Clock And Radio Suppression Package, Dual Stage Airbags, Analog Certified Speedometer, P/ Windows, P/Locks, Power Mirrors 6N5,6N6, Tilt Wheel, Courtesy /Dome 7Y6 & daytime Lamp
9G8 Disable, Trunk Release on IP A98. Floor Covering - Heavy Duty Vinyl 6A3, License Plate Bracket, Spot Lamp on Drivers Side, 7X6, Brakes - Power, 4 Wheel Disc ABS, Tires-P235/55R17 BSW AllSeason, W-Speed rated. Compact Spare, Interior & Exterior Color - Manufacturers Standard (Chosen At The Time Of Order), Heavy Duty 17” Steel Wheels W/Small Center bolt-on metal Hub Cap, 3-Keys
Each Car Ordered, Fleet Keyed - All Vehicles Ordered Shall Be Keyed Alike, Ign./Door Key, 6E8/ Code provided at time of order, as applicable.100 amp Front & 100 amp rear Auxiliary Power Distribution.
Option 1: Dealer Installed Full Frontal Brush Guard Setina PB-400 or approved equal. Option 2: Dealer Installed Setina Metal Frame Cage W/locking, Sliding Plexiglas Divide and full lower kick panels. 10VS Or approved Equal. Option 3: Head/Tail flash system 6J7, Grille lamp speaker 6J3, Horn/Siren circuit wiring 6J4; Option4: Nite vision KNVL55, or equal.
BIDDERS
Year
Make
Model
MARKED Patrol Price FOB
Warranty
Factory Options-MSRP less
Del. ARO
Option #1 Frt. Brush Guard
Option #2- Setina Cage
Option #3- 6J7,6J3,6J4
Option #4-Nite Vision KNVL55
EMERLING CHEVY
716-941-5255
2015
CHEVROLET
IMPALA
$19,465.95
3/36 5/100
10%
120-180
$538.20
$1,125.00
$450.00
$174.60
JOE BASIL CHEVY
716-206-1734
2015
CHEVROLET
IMPALA
$19,599.00
3/36 5/100
10%
90-180
$1,087.00
$956.00
$425.00
ED SHULTS CHEVY
716-664-0103
VAN BORTEL CHEVY
585-586-7705
2015
CHEVROLET
IMPALA
$20,020.00
3/36 5/100
4%
ASAP
$478.00
$853.00
$498.00
$155.00
2015
CHEVROLET
IMPALA
$19,725.00
3/36 5/100
8%
60-210
$800.00
$1,250.00
$450.00
$167.40
Page 5 of 49
GROUP II - ITEM 1: NEW 2015 OR NEWER IMPALA UNDERCOVER (OR) EQUAL;
GROUP 2 - ITEM 1: NEW 2014 OR NEWER IMPALA UNDERCOVER , or equal, Specifications; Wheelbase - 110.0" Minimum, Length - 200.0" Minimum, Engine - 3.6 Liter NE1 emissions, V6, 300 HP
Minimum. Transmission- 6-speedHeavy Duty Electronic Automatic With Overdrive, W/ Cooler Front Wheel Drive. 170 amp Alternator, 720 CCA Battery Minimum. 60/40 Split Cloth W/Power Driver(Front),
Cloth Bench (Rear),Air Conditioning, Intermittent Wipers, Rear Window Defroster, AM-FM-CD Stereo Radio, Digital Clock And Radio Suppression Package, Dual Stage Airbags, Analog Certified
Speedometer, P/ Windows, P/Locks, Power Mirrors, Tilt Wheel, Courtesy /Dome 7Y6 & daytime Lamp 9G8 Disable, Trunk Release on IP, A98., Floor Theft Deterrant UA^ & APS Remote start, Covering Heavy Duty Vinyl 6A3, License Plate Bracket, Spot Lamp on Drivers Side, 7X6. Brakes - Power, 4 Wheel Disc ABS, Tires-P235/55R17 BSW All-Season, W-Speed rated. Compact Spare, Interior & Exterior
Color - Manufacturers Standard (Chosen At The Time Of Order), Heavy Duty 17” Steel Wheels W/Full Size Bolt On Hubcap, 3-Keys Each Car Ordered, Fleet Keyed - All Vehicles Ordered Shall Be Keyed
Alike, Ign./Door Key, 6E8/ Code provided at time of order, as applicable. 100 amp Front & 100 amp rear Auxiliary Power Distribution.
Option 1: Dealer Installed Full Frontal Brush Guard Setina PB-400 or approved equal. Option 2: Dealer Installed Setina Metal Frame Cage W/locking, Sliding Plexiglas Divide and full lower kick panels. 10VS Or approved Equal. Option 3: Head/Tail flash system 6J7, Grille lamp speaker 6J3, Horn/Siren circuit wiring 6J4; Option4: Nite vision KNVL55, or equal.
EMERLING CHEVY
JOE BASIL CHEVY
ED SHULTS CHEVY
VAN BORTEL CHEVY
BIDDERS
716-941-5255
716-206-1734
716-664-0103
585-586-7705
Year
2015
2015
2015
2015
Make
CHEVROLET
CHEVROLET
CHEVROLET
CHEVROLET
Model
IMPALA
IMPALA
IMPALA
IMPALA
Under Cover Price FOB
$19,810.20
$19,892.00
$20,365.00
$20,069.00
Warranty
3/36 5/100
3/36 5/100
3/36 5/100
3/36 5/100
Factory Options-MSRP less
10%
10%
4%
8%
Del. ARO
120-180
90-180
ASAP
60-210
Option #1 Frt. Brush Guard
$538.20
$1,087.00
$478.00
$800.00
Option #2- Setina Cage
$1,125.00
$956.00
$853.00
$1,250.00
Option #3- 6J7,6J3,6J4,KNVL55
$450.00
$425.00
$498.00
$450.00
Option #4-Nite Vision KNVL55
$174.60
$155.00
$167.40
Page 6 of 49
GROUP II - ITEM 2: NEW 2015 OR NEWER CAPRICE INTERCEPTOR, (OR) EQUAL
SPECIFICATIONS: Wheelbase - 118.0" Minimum Length - 204.0" Minimum,Engine – 6.0 Liter V8, 355 HP Minimum, NE1 Emissions,Transmission – 6 Speed Electronic Automatic W/ Cooler, Rear Wheel
Drive 2.92 Ratio axle W/ limited Slip G80. 170 amp Alternator, 700 CCA Battery Minimum., Cloth Buckets W/Power Driver(Front), Vinyl Bench (Rear)HCQ, A/C, Intermittent wipers, AM-FM Stereo Radio
W\CD Player, Digital Clock & Radio Suppression Package, Power Windows, Power Locks, Power, Mirrors. Analog Certified Gauge, w/Trap Speed, Tilt Wheel, Courtesy Lamp Disable, Trunk Release IP &
Keylock @ Trunk, Floor Covering - Heavy Duty Rubber 6A3, Frt. License Plate Bracket, Driver controlled Spot Lamp on L/Side 7X6.,Brakes - Power, 4 Wheel Disc W/ 4 Wheel Anti-Lock,Tires P235/50R18 W speed rated, BSW All-Season, W/Compact Spare, Color - MFG'S Standard (Chosen At The Time Of Order),Heavy Duty 18” Steel Wheels W/Small Center Hub Cap, Fleet Keyed 6E3/6E4, All Vehicles Ordered Shall Be Keyed Alike, Ign/Door Key, With 3 Keys Per Vehicle Ordered. Auxiliary Power; 110- front, 1-50Amp battery & 2-30 amp relay, 120-amp in Trunk w/ground Stud
Option 1: Dealer Installed Full Frontal Brush Guard Setina PB-400 or approved equal.
Option 2: Dealer Installed Setina Metal Frame Cage W/locking, Sliding Plexiglas Divide and full lower kick panels. - 10-VS Or approved Equal
EMERLING CHEVY
JOE BASIL CHEVY
VAN BORTEL CHEVY
716-941-5255
716-206-1734
BIDDERS
585-586-7705
Year
2015
2015
2015
Make
CHEVROLET
CHEVROLET
CHEVROLET
Model
CAPRICE
CAPRICE
CAPRICE
MARKED Patrol Price FOB
$26,515.25
$26,636.00
$26,725.00
Del. ARO
120-180
180-240
180-240
Warranty
3/36 5/100
3/36 5/100
3/36 5/100
Factory Options-MSRP less
10%
10%
8%
Option #1 Frt. Brush Guard
$630.00
$1,087.00
$800.00
Option #2- Setina Cage
$936.00
$956.00
$1,250.00
Page 7 of 49
GROUP II - ITEM 2: NEW 2015 OR NEWER CAPRICE DETETIVE, (OR) EQUAL
SPECIFICATIONS: Wheelbase - 118.0" Min. Length - 204.0" Min., Engine – 6.0 Liter V8, 355 HP Minimum, NE1 Emissions, Transmission – 6 Speed Electronic Automatic W/ Cooler, Rear Wheel Drive 2.92 Ratio axle W/ limited
Slip G80. 170 amp Alternator, 700 CCA Battery Minimum.Cloth Buckets W/Power Driver(Front), Cloth Bench (Rear), A/C, Intermittent wipers, AM-FM Stereo Radio W\CD Player, Digital Clock & Radio Suppression Package,
Power Windows, Power Locks, Power Mirrors. Analog Certified Gauge, w/Trap Speed, Tilt Wheel, Courtesy Lamp , Disable, Trunk Release IP & Keylock @ Trunk, Floor Covering – Carpet W/Mats B34, Frt. License Plate
Bracket, Driver controlled Spot Lamp on L/Side 7X6. Brakes - Power, 4 Wheel Disc W/ 4 Wheel Anti-Lock, Tires - P235/50R18 W speed rated, BSW All-Season, W/Compact Spare Color - Manufacturers Standard (Chosen At
The Time Of Order) Heavy Duty 18” Steel Wheels W/Full Wheel Covers, Fleet Keyed - 6E3/6E4, All Vehicles Ordered Shall Be Keyed Alike, Ign/Door Key, With 3 Keys Per Vehicle Ordered. Auxiliary Power; 110- front, 1-50Amp
battery & 2-30 amp relay, 120-amp in Trunk w/ground Stud
Option 1: Dealer Installed Full Frontal Brush Guard Setina PB-400 or approved equal.
Option 2: Dealer Installed Setina Metal Frame Cage W/locking, Sliding Plexiglas Divide and full lower kick panels. - 10-VS Or approved Equal
BIDDERS
VAN BORTEL CHEVY
585-586-7705
EMERLING CHEVROLET JOE BASIL CHEVROLET
716-941-5255
716-206-1734
Year
2015
2015
2015
Make
CHEVROLET
CHEVROLET
CHEVROLET
Model
CAPRICE
CAPRICE
CAPRICE
Price FOB
$26,489.75
$26,610.00
$26,762.00
Del. ARO
120-180
180-240
180-240
Warranty
3/36 5/100
3/36 5/100
3/36 5/100
Factory Options-MSRP less
10%
10%
8%
Option #1 Frt. Brush Guard
Option #2- Setina Cage
$630.00
$1,087.00
$800.00
$936.00
$956.00
$1,250.00
Page 8 of 49
GROUP II- ITEM 3: NEW 2015 OR NEWER FORD SEDAN INTERCEPTOR, (OR) EQUAL
AWD POLICE INTERCEPTOR VEHICLE, Specifications; Wheelbase - 112.0" Minimum, Length - 202.0" Minimum, Engine - 3.5 Liter V6, 365 HP Minimum. 99T, Transmission- 6-speed Electronic
Automatic With Overdrive, 220 amp Alternator, 750 CCA Battery Minimum. Cloth Buckets W/Power Driver(Front), Vinyl Bench (Rear). Cloth Buckets W/Power Driver (Front), Cloth Bench (Rear), Air
Conditioning, Intermittent Wipers, Rear Window Defroster, AM-FM-CD Stereo Radio, Digital Clock And Radio Suppression 20P Package, Airbags, Roll Stability Control, Analog Certified Speedometer,
Power Windows, Power Locks, Power Mirrors, Tilt/Telescoping Steering Wheel, Trunk Release on IP, Floor Covering - Heavy Duty Vinyl, License Plate Bracket. Brakes - Power, 4 Wheel Disc ABS, TiresP245/55R18 BSW All-Season, Speed rated. Full Size Spare, Interior and Exterior Color - Manufacturers Standard (Chosen At The Time Of Order) Heavy Duty 18” Steel Wheels W/Small Center Hub Cap,
3-Keys Each Car Ordered,Front & Rear Auxiliary Power Distribution.
Option 1: Dealer Installed Full Frontal Brush Guard Setina PB-400 or approved equal.
Option 2: Dealer Installed Setina Metal Frame Cage W/locking, Sliding Plexiglas Divide and full lower kick panels. 10-VS Or approved Equal
VAN BORTEL FORD
585-586-7705
BIDDERS
Year
2015
Make
FORD
Model
PI-SEDAN
MARKED Patrol Price FOB
$26,446.00
Del. ARO
60-120
Warranty
3/36 5/100
Factory Options-MSRP less
8%
Option #1 Frt. Brush Guard PB-400
Option #2- Setina Cage
$800.00
$1,250.00
Page 9 of 49
GROUP 11- ITEM 3: NEW 2015 OR NEWER FORD SEDAN INTERCEPTOR UNMARKED, (OR) EQUAL
AWD POLICE INTERCEPTOR VEHICLE, Specifications; Wheelbase - 112.0" Minimum, Length - 202.0" Minimum, Engine - 3.5 Liter V6, 365 HP Minimum. 99T, Transmission- 6-speed Electronic
Automatic With Overdrive, 220 amp Alternator, 750 CCA Battery Minimum. Cloth Buckets W/Power Driver(Front), Cloth Bench (Rear) Air Conditioning, Intermittent Wipers, Rear Window Defroster, AM-FMCD Stereo Radio, Digital Clock And Radio Suppression 20P Package, Airbags, Roll Stability Control, Analog Certified Speedometer, Power Windows, Power Locks, Power Mirrors, Tilt/Telescoping
Steering Wheel, Trunk Release on IP, Floor Covering - Heavy Duty Vinyl, License Plate Bracket. Brakes - Power, 4 Wheel Disc ABS, Tires-P245/55R18 BSW All-Season, Speed rated. Full Size Spare,
Interior and Exterior Color - Manufacturers Standard (Chosen At The Time Of Order) Heavy Duty 18” Steel Wheels W/Full size cover 64L, 3-Keys Each Car Ordered,Front & Rear Auxiliary Power
Distribution.
Option 1: Dealer Installed Full Frontal Brush Guard Setina PB-400 or approved equal.
Option 2: Dealer Installed Setina Metal Frame Cage W/locking, Sliding Plexiglas Divide and full lower kick panels. 10-VS Or approved Equal
VAN BORTEL FORD
BIDDERS
585-586-7705
Year
2015
Make
FORD
Model
PI-SEDAN
Price FOB
$26,556.00
Del. ARO
60-120
Warranty
3/36 5/100
Factory Options-MSRP less
8%
Option #1 Frt. Brush Guard
Option #2- Setina Cage
$800.00
$1,250.00
Page 10 of 49
GROUP 11- ITEM 4: NEW 2015 OR NEWER CHARGER INTERCEPTOR MARKED, (OR) EQUAL
RWD POLICE INTERCEPTOR VEHICLE, Specifications; Wheelbase - 120.0" Minimum, Length - 199.0" Minimum, Engine – 5.7 Liter V8, 370 HP Minimum.Transmission- 5-speed Electronic Automatic With
Overdrive, 220 amp Alternator, 800 CCA Battery Minimum. Cloth Buckets W/Power Driver(Front), Vinyl Bench (Rear)-X5, Air Conditioning, Intermittent Wipers, Rear Window Defroster, AM-FM-CD Stereo
Radio, Digital Clock, W/Radio Suppression, multi stage Airbags, Analog Certified Speedometer, Power Windows, Power Locks, Power Mirrors, Tilt/Telescoping , Steering Wheel, Trunk Release -JPC, Floor
Covering - Heavy Duty Vinyl - CKJ , License Plate Bracket. Brakes - Power, 4 Wheel Disc ABS Electronic Stability Control, Tires-P225/60R18 BSW All-Season, W-Speed rated. Compact Size Spare TBC,Interior and Exterior Color - Manufacturers Standard (Chosen At The Time Of Order) Heavy Duty 18” Steel Wheels W/Small Center Hub Cap, Driver side Spotlight-LNF 3-Keys Each Car Ordered,
Front & Rear Auxiliary Power Distribution.
BIDDERS
DAVE WARREN DODGE
716-484-7125
Year
2015
Make
DODGE
Model
CHARGER
MARKED Patrol Price FOB
$25,599.00
Del. ARO
Warranty
3/36 5/100K
Factory Options-MSRP less
Option #1 Frt. Brush Guard
Option #2- Setina Cage
Option #3- All Wheel Drive
$1,200.00
Page 11 of 49
GROUP II - ITEM 4: NEW 2015 OR NEWER CHARGER INTERCEPTOR -STREET (OR) EQUAL
RWD POLICE INTERCEPTOR VEHICLE, Specifications; Wheelbase - 120.0" Minimum, Length - 199.0" Minimum, Engine – 5.7 Liter V8, 370 HP Minimum.Transmission- 5-speed Electronic Automatic With
Overdrive, 220 amp Alternator, 800 CCA Battery Minimum. Cloth Buckets W/Power Driver(Front), Cloth Bentch (Rear)- C8, Air Conditioning, Intermittent Wipers, Rear Window Defroster, AM-FM-CD Stereo
Radio, Digital Clock, W/Radio Suppression, multi stage Airbags, Analog Certified Speedometer, Power Windows, Power Locks, Power Mirrors, Tilt/Telescoping , Steering Wheel, Trunk Release -JPC, Floor
Covering - Heavy Duty Vinyl - CKJ , License Plate Bracket. Brakes - Power, 4 Wheel Disc ABS Electronic Stability Control, Tires-P225/60R18 BSW All-Season, W-Speed rated. Compact Size Spare TBC,Interior and Exterior Color - Manufacturers Standard (Chosen At The Time Of Order) Heavy Duty 18” Steel Wheels W/Small Center Hub Cap-W8A, Driver Side Spotlight-LNF, 3-Keys Each Car
Ordered, Front & Rear Auxiliary Power Distribution.
BIDDERS
DAVE WARREN DODGE
716-484-7125
Year
2015
Make
DODGE
Model
CHARGER
Price FOB
$25,799.00
Del. ARO
Warranty
3/36 5/100K
Factory Options-MSRP less
Option #1 Frt. Brush Guard
Option #2- Setina Cage
Option #3- All Wheel Drive
$1,200.00
Page 12 of 49
GROUP II, ITEM 5: NEW 2015 or NEWER POLICE/SPECIAL SERVICE UTILITY VEHICLE
Specifications: 5-passenger, 6 or 8-cylinder Engine, HD Automatic Transmission, A/C, 4-wheel ABS braking, Traction Control, Roll Over Stability Control, *Auxiliary wiring & supply, *4-upfitter switches, P/S,
P/W, P/L, Cloth Buckets W/Power Driver, *Vinyl Bench, *Vinyl Flooring, Full size Spare. All items listed as standard equipment wich are normally provided by the manufacture, for each model specified,
shall be furnished unless such items are expressly deleted or specified to be other than standard. When optional equipment is specified, all components listed in the manufacturer's data book as being
included with the option shall be furnished. Include proposed build sheet for items bid.
GROUP II, ITEM 5: VEHICLE #1: 2WD POLICE/SPECIAL SERVICE UTILITY VEHICLE
DAVE WARREN DODGE
716-484-7125
EMERLING CHEVY
716-941-5255
JOE BASIL CHEVY
716-206-1734
ED SHULTS CHEVY
716-664-0103
VAN BORTEL FORD
585-586-7705
VAN BORTEL CHEVY
585-586-7705*
Year
2015
2015
2015
2015
2015
2015
Make
DODGE
CHEVROLET
CHEVROLET
CHEVROLET
FORD
CHEVROLET
Model
DURANGO
TAHOE 9C1
TAHOE
TAHOE
EXPEDITION
TAHOE 1FL-9C1
$30,112.25
$29,264.00
$29,990.00
Bidders
POLICE Price FOB
SSV Price FOB
Factory Options-MSRP less
Del. ARO
Warranty; B-B, PT
Option #1-TrailerTow PKG w/con'r
Option #2- Setina Cage VS10
Option #3- Frt. Brush Guard
$26,169.00
$28,869.70
$26,862.00
8%
10%
10%
5%
8%
8%
60-90
120-180
90-120
ASAP
60-120
90-210
3/36 5/100
3/36 5/100
3/36 5/100
3/36 5/100
3/36 5/60
3/36 5/100
$755.00
N/A
N/A
$650.00
$489.00
$275.00
$981.00
$859.00
$949.00
$1,250.00
$800.00
$427.50
$1,098.00
$726.00
$800.00
$1,250.00
Page 13 of 49
GROUP II, ITEM 5: VEHICLE #2: AWD POLICE/SPECIAL SERVICE UTILITY VEHICLE
DAVE WARREN DODGE
716-484-7125
EMERLING CHEVY
716-941-5255
JOE BASIL CHEVY
716-206-1734
Year
2015
2015
Make
DODGE
Model
*DURANGO
Bidders
POLICE Price FOB
SSV Price FOB
Factory Options-MSRP less
Del. ARO
Warranty; B-B, PT
Option #1-TrailerTow PKG w/con'r
Option #2- Setina Cage VS10
Option #3- Frt. Brush Guard
2015
ED SHULTS CHEVY
716-664-0103
2015
VAN BORTEL FORD
585-586-7705
2015
VAN BORTEL CHEVY
585-586-7705
2015
CHEVROLET
CHEVROLET
CHEVROLET
FORD
CHEVROLET
TAHOE 5W4, 9C1
TAHOE
TAHOE
*PI-Utility/Expedition
TAHOE 1FL-5W4
$32,962.00
$25,552.00
$32,302.25
$27,519.00
$32,897.25
$31,527.00
$32,367.00
$29,392.00
$30,903.00
8%
10%
10%
5%
8%
8%
60-90
120-180
90-120
ASAP
60-120
90-210
3/36 5/100
3/36 5/100
3/36 5/100
3/36 5/100
*3/36 5/100 3/36 5/60
3/36 5/100
$755.00
$405.00
$981.00
$859.00
$650.00
$949.00
$489.00-SSV only
$1,250.00
$975.00
$800.00
$427.50
$1,098.00
$726.00
$800.00
$1,250.00
GROUP II, ITEM 5: VEHICLE #3: AWD POLICE INTERCEPTOR UTILITY VEHICLE
Bidders
JOE BASIL CHEVY
716-206-1734
ED SHULTS CHEVY
716-664-0103
VAN BORTEL FORD
585-586-7705
VAN BORTEL CHEVY
585-586-7705
Year
2015
2015
2015
2015
Make
CHEVROLET
CHEVROLET
FORD
CHEVROLET
Model
TAHOE
TAHOE
PI-UTILITY
TAHOE 1FL-9C1-4WD
$32,049.00
$32,962.00
$25,552.00
$31,403.00
8%
8%
POLICE Price FOB
SSV Price FOB
Factory Options-MSRP less
Del. ARO
Warranty; B-B, PT
Option #1- Setina Cage VS10
Option #2- Frt. Brush Guard
$32,367.00
10%
5%
90-120
ASAP
60-120
90-210
3/36 5/100
3/36 5/100
3/36 5/100
3/36 5/100
$859.00
$949.00
$1,250.00
$800.00
$1,098.00
$726.00
$800.00
$1,250.00
*upfitter switch +$275
Page 14 of 49
GROUP III - VANS
ITEM 1:
ITEM 2:
ITEM 3:
ITEM 4:
PASSENGER & CARGO "MINI" VAN
FULL SIZE PASSENGER VAN
FULL SIZE CARGO VANS
FULL SIZE HIGH TOP CARGO VANS
E–11–14 PFTH NEW 2015 or NEWER FLEET, ALTERNATIVE AND REGULAR FUEL PICK UP & LIGHT VEHICLES
GROUP III - VANS
BID DATE: NOVEMBER 6, 2014
GROUP III, ITEM 1: NEW 2015 OR NEWER FWD 7-PASSENGER; Specification: 7-Passenger, V-6, Automatic Trans., Sliding side door (Both Sides), A/C & heat front and rear,
Radio AM/FM/CD, PW, PL, PS, ABS, Stability Control, Carpet with mats, Cloth seats, Cruise, mudflaps, Spare Tire. State trim level &/or OEM code # in model column. Include
proposed build sheet for items bid.
Bidders
DAVE WARREN
716-484-7125
Year
2015
Make
DODGE
Model
GRAND CARAVAN
BASE LEVEL Trim Price FOB
$21,496.00
MID LEVEL Trim Price FOB
$23,952.00
HIGH LEVEL Trim Price FOB
$26,338.00
Factory Options-MSRP less
8%
Delivery ARO
Warranty
GROUP III, ITEM1: VEHICLE #1 FWD 7-PASSENGER
60-90
3/36 5/100
Option #1- All Wheel Drive
Option #2-8-Passenger
Option #3 - Vinyl Flooring
Option #4-Eng Prep PKG.CNG/LPG
Bidders
Year
Make
Model
BASE
LEVELTrim
TrimPrice
PriceFOB
FOB
MID
LEVEL
HIGH
LEVEL
Trim
Price
FOB
Factory
Options-MSRP
less
Delivery
ARO
Warranty
Option #1All
Wheel
Drive
#3 Vinyl Flooring
GROUP III, ITEM1: VEHICLE #1A: ALTERNATIVE FUEL
NO BIDS
GROUP III, ITEM1:VEHICLE #2 NEW 2015 OR NEWER FWD CARGO; 120" w.b., 140 CU. Ft. cargo area, V-6 Automatic Trans., ABS, Sliding side doors, A/C & heat front, Radio AM/FM/CD, PW, PL,
PS, Front Cloth seats, Vinyl Flooring front & back, cruise, mudflaps, spare tire.
BIDDERS
Make
Model
BASE LEVEL
Trim
Price
FOB
Alternative
Fuel
Price
FOB
Factory
Options-MSRP
less
Delivery
ARO
Warranty
Option #1Cargo Bulkhead
GROUP III, ITEM1: VEHICLE #2 FWD CARGO
NO BIDS
Page 15 of 49
GROUP III, ITEM 1: VEHICLE #3: NEW 2015 OR NEWER 5-PASSENGER TRANSIT TYPE VAN; 104" W.B,
SPECIFICATIONS; 5-Passenger, 4 cylinder, W/Automatic, Sliding Side, rear Swing Doors, Vinyl seats, H. D. Vinyl Floor, A/C & heat front and rear, Cruise, Radio
AM/FM/CD, PW, PL, PS, ABS, Stability Control, Front & rear power outlets, Mudflaps and spare tire.
GROUP III, ITEM 1: VEHICLE #3:SMALL 5-PASSENGER TRANSIT TYPE VAN 104" W.B.
VAN BORTEL FORD
585-586-7705
2015
BIDDERS
Year
Make
FORD
Model
TRANSIT-Connect XL,XLT
BASE LEVEL Trim Price FOB
$22,722.00
MID LEVEL Trim Price FOB
$21,990.00
Alternative Fuel Price FOB
N/A
Factory Options-MSRP less
8%
60-120
Delivery ARO
Warranty
3/36 5/60
Option #1 - 7-Passenger
$1,860.00
Option #2 - Carpet & Cloth interior
Inc-XLT
Option #2-Eng Prep PKG.CNG/LPG
$290.00
GROUP III, ITEM 1:VEHICLE # 4: NEW 2015 OR NEWER SMALL CARGO TRANSIT TYPE VAN; 104" W.B.,
SPECIFICATIONS: 129 cu. Ft. Cargo area, 4 cylinder, W/Automatic, Sliding Side, rear Swing Doors, Vinyl seats, H. D. Vinyl Floor, A/C & heat front, Cruise, Radio
AM/FM/CD, PW, PL, PS, ABS, Stability Control, Front & rear power outlets, Mudflaps and Spare tire.
GROUP III, ITEM 1: VEHICLE # 4:SMALL CARGO TRANSIT TYPE VAN 104" W.B.
EMERLING CHEVROLET
716-941-5255
JOE BASIL CHEVY
716-206-1734
VAN BORTEL FORD
585-586-7705
VAN BORTEL CHEVY
585-586-7705
Year
2015
2015
2015
2015
Make
CHEVROLET
CHEVROLET
FORD
CHEVROLET
Model
CITY EXPRESS
CITY EXPRESS*
TRANSIT-Connect XL
CITY EXPRESS 1LS,1LT
$20,214.60
$20,183.00
$20,140.00
$20,424.00
10%
10%
8%
8%
Del. ARO
120-180
60-120
60-120
180-240
Warranty
3/36 5/100
3/36 5/100
3/36 5/60
3/36 5/100
BIDDERS
BASE LEVEL Trim Price FOB
← 115.2" W.B.→
$20,995.00
Alternative Fuel Price FOB
Factory Options-MSRP less
Option #1 - Long 120" W.B.
N/A
$995.00
N/A
Option #2-Eng Prep PKG.CNG/LPG
N/A
$290.00
N/A
Page 16 of 49
GROUP III, ITEM 2: NEW 2015 OR NEWER FULL SIZE PASSENGER VAN;
Specifications are the minimum: Passenger, V-6, Automatic Trans., Swing out doors, A/C & heat front and rear, Radio AM/FM/CD, PW, PL, PS, ABS, Stability Control, Vinyl
Seats & Flooring, Cruise, mudflaps and Spare tire.
GROUP III, ITEM 2:VEHICLE # 1: 7- PASSENGER;
BIDDERS
EMERLING CHEVROLET ED SHULTS FORD 716664-0220
716-941-5255
JOE BASIL CHEVY
716-206-1734
VAN BORTEL FORD
585-586-7705
VAN BORTEL CHEVY
585-586-7705
Year
2015
2015
2015
2015
2015
Make
CHEVROLET
FORD
CHEVROLET
FORD
CHEVROLET
Model
EXPRESS, LS, LT
Transit Wagon XL,XLT
EXPRESS
Transit Wagon K12 XLT,XLT
EXPRESS-LS,LT
BASE LEVEL Trim Price FOB
$23,159.75
$25,213.00
$24,401.00
$24,084.00
$24,282.00
MID LEVEL Trim Price FOB
$24,375.25
$24,678.00
$24,242.00
HIGH LEVEL Trim Price FOB
Factory Options-MSRP less
Delivery ARO
$26,146.00
10%
$24,242.00
$24,724.00
10%
8%
8%
90-120
120
60-180
60-120
60-120
3/36 5/100
3/36 5/60
3/36 5/100
3/36 5/60
3/36 5/100
STD
STD
INC.
N/C
INC.
Option #2:Tow Pkg. w/contr'.
$450.00
$639.00
$440.00
$625.00
$825.00
Option #3-Carpet w/mats &Cloth Seats
STD-LT
$320.00
$450.00
Warranty
Option #1-8-Passenger
Option #4-Eng Prep PKG.CNG/LPG
N/A
$289.00
$239.00
N/A
GROUP III, ITEM 2: VEHICLE #1A: ALTERNATIVE FUEL
EMERLING CHEVROLET
716-941-5255
JOE BASIL CHEVY
716-206-1734
VAN BORTEL CHEVY
585-586-7705
Year
2015
2015
2015
Make
CHEVROLET
CHEVROLET
CHEVROLET
Model
EXPRESS LS, LT
EXPRESS
EXPRESS-LS,LS
DIESEL
CNG
FLEX, CNG*
TRIM/ PRICE FOB
LS $36,136.50
$35,243.00
E-85-$25,116.00
TRIM/ PRICE FOB
LT $37,352 .00
BIDDERS
FUEL TYPE
Factory Options-MSRP less
CNG-$34,956.00
10%
10%
8%
90-120
60-180
60-120
3/36 5/100
3/36 5/100
3/36 5/100
STD
INC.
INC.
Option #2:Tow Pkg. w/contr'.
$450.00
$440.00
$825.00
Option #3-Carpet w/mats &Cloth Seats
STD-LT
$320.00
Delivery ARO
Warranty
Option #1-8-Passenger
Option #4-Eng Prep PKG.CNG/LPG
N/A
N/A
Page 17 of 49
GROUP III, ITEM 2: VEHICLE # 2: NEW 2015 OR NEWER 11 - PASSENGER
EMERLING CHEVROLET
716-941-5255
JOE BASIL CHEVY
716-206-1734
VAN BORTEL FORD
585-586-7705
VAN BORTEL CHEVY
585-586-7705
Year
2015
2015
2015
2015
Make
CHEVROLET
CHEVROLET
FORD
CHEVROLET
Model
EXPRESS, LS, LT
EXPRESS
TRANSIT-K12,XL,XLT
EXPRESS 2500-LS,LT
BASE LEVEL Trim Price FOB
$23,159.75
$24,401.00
$24,642.00
$24,282.00
MID LEVEL Trim Price FOB
$24,375.25
$24,678.00
$26,550.00
BIDDERS
HIGH LEVEL Trim Price FOB
$24,800.00
$24,724.00
10%
10%
8%
8%
90-120
60-180
60-120
60-120
3/36 5/100
3/36 5/100
3/36 5/60
3/36 5/100
Option #1 12-Passenger
STD
INC.
N/C
INC.
Option #2 15-Passenger
$427.50
$2,890.00
$800.00-XL
Option #3 -Tow Pkg. w/contr'.
Option #4- Diesel Engine
$450.00
$440.00
$625.00
$825.00
SEE BELOW
$13,300.00
$4,950.00-XL
N/A
STD-LT
$320.00
$450.00
Factory Options-MSRP less
Delivery ARO
Warranty
Option #5-Carpet w/mats &Cloth Seats
Option # 6-Eng Prep Package
N/A
$239.00
GROUP III, ITEM 2: VEHICLE #2A: ALTERNATIVE FUEL
BIDDERS
EMERLING CHEVROLET
716-941-5255
JOE BASIL CHEVY
716-206-1734
2015
Make
CHEVROLET
2015
CHEVROLET
Model
EXPRESS
EXPRESS-LS,LS
DIESEL
CHEVROLET
CNG
TRIM/ PRICE FOB
LS $38,222.25
$35,243.00
FLEX-$25,116.00
TRIM/ PRICE FOB
LT $38,515.50
FUEL TYPE
Factory Options-MSRP less
FLEX, CNG*
CNG-$34,956.00
10%
10%
8%
90-120
60-180
60-120
3/36 5/100
3/36 5/100
3/36 5/100
Option #1 12-Passenger
STD
INC.
INC.
Option #2 15-Passenger
$427.50
$2,890.00
Option #3 -Tow Pkg. w/contr'.
$450.00
$440.00
Option #5-Carpet w/mats &Cloth Seats
STD-LT
$320.00
Delivery ARO
Warranty
Page 18 of 49
$825.00
GROUP III, ITEM 3: NEW 2015 OR NEWER FULL SIZE CARGO VAN; Specs are Minimum. State trim level &/or OEM code # in model column. Include
proposed build sheet foritems bid. Cargo, V-6, Automatic Trans., Swing out doors, A/C & heat front, Radio AM/FM/CD, PW, PL, PS, ABS, Stability Control,
Vinyl/Rubber Flooring, Vinyl Seats, Cruise, Side & Rear Door Glass, Step Bumper, mudflaps and spare tire.
GROUP III, ITEM 3:VEHICLE # 1: NEW 2015 OR NEWER 1/2 TON CARGO VAN 6,500lbs. GVWR
ED SHULTS FORD 716664-0220
VAN BORTEL FORD
585-586-7705
Year
2015
2015
Make
FORD
FORD
Model
TRANSIT XL
TRANSIT XL
$21,493.00
$21,212.00
Factory Options-MSRP less
8%
8%
Delivery ARO
120
60-120
3/36 5/60
3/36 5/60
BIDDERS
BASE LEVEL Trim Price FOB
Warranty
Option #1-Bulkhead
$650.00
Option #2 Tow Pkg. w/contr'.
$639.00
Option #3 Crew Seat Pkg.-3
Option # 4 Eng Prep Package
$625.00
N/A
$289.00
$239.00
GROUP III, ITEM 3: VEHICLE #1A: ALTERNATIVE FUEL 6,500lbs. GVWR List fuel & Vehicle Type
BIDDERS
Year
Make
Model
Price FOB
Factory Options-MSRP less
Delivery ARO
Warranty
Option #1-Bulkhead
Option #2 Tow Pkg. w/contr'.
Option #3 Crew Seat Pkg.-3
Page 19 of 49
GROUP III, ITEM 3: VEHICLE # 2: NEW 2015 OR NEWER 3/4 TON CARGO VAN 7,200lbs. GVWR
BIDDERS
Year
Make
Model
BASE LEVEL Trim Price FOB
Factory Options-MSRP less
Delivery ARO
Warranty
Option #1-Bulkhead
Option #2 Tow Pkg. w/contr'.
Option #3 Crew Seat Pkg.-3
Option #4 Diesel Engine
Option#5- CNG/LPG Eng Prep PKG.
EMERLING CHEVROLET ED SHULTS FORD 716716-941-5255
664-0220
2015
CHEVROLET
EXPRESS WT
$21,026.25
10%
90-120
3/36 5/100
$517.50
$450.00
$1,161.00
SEE BELOW
SEE BELOW
2015
FORD
TRANSIT XL
$24,118.00
8%
120
3/36 5/60
$639.00
$5,515.00
$289.00
JOE BASIL CHEVY
716-206-1734
VAN BORTEL FORD
585-586-7705
VAN BORTEL CHEVY
585-586-7705
2015
CHEVROLET
EXPRESS
$21,286.00
10%
60-180
3/36 5/100
$525.00
$440.00
$1,150.00
$11,000.00
2015
FORD
TRANSIT R12 XL
$22,022.00
8%
60-120
3/36 5/60
$650.00
$625.00
N/A
$4,950.00
$239.00
2015
CHEVROLET
EXPRESS 2500-1WT
$21,194.00
8%
60-120
3/36 5/100
$650.00
$525.00
$1,300.00
$11,500.00
N/A
GROUP III, ITEM 3: VEHICLE #2A: ALTERNATIVE FUEL 7,200lbs.GVWR EMERLING CHEVROLET
716-941-5255
JOE BASIL CHEVY
716-206-1734
VAN BORTEL CHEVY
585-586-7705
Year
2015
2015
2015
Make
CHEVROLET
CHEVROLET
CHEVROLET
MODEL TRIM
EXPRESS WT
EXPRESS
EXPRESS 2500-1WT
BIDDERS
FUEL TYPE/PRICE FOB
Diesel $31,776.75
FUEL TYPE/PRICE FOB
CNG $32,468.50
CNG/$31,978.00
CNG-$31,837.00
10%
10%
8%
120-180
60-180
60-120
3/36 5/100
3/36 5/100
3/36 5/100
Option #1-Bulkhead
$517.50
$525.00
650
Option #2 Tow Pkg. w/contr'.
$450.00
$440.00
$525.00
Option #3 Crew Seat Pkg.-3
$1,161.00
$1,150.00
$1,300.00
Factory Options-MSRP less
Delivery ARO
Warranty
FLEX $22,040.00
Page 20 of 49
GROUP III, ITEM 3: VEHICLE # 3: NEW 2015 OR NEWER 1 TON CARGO VAN 9,400lbs. GVWR
BIDDERS
Year
Make
Model
BASE LEVEL Trim Price FOB
Factory Options-MSRP less
Delivery ARO
Warranty
Option #1-Bulkhead
Option #2 Tow Pkg. w/contr'.
Option #3 Crew Seat Pkg.-3
Option #4 Diesel Engine
Option#5- Eng Prep Package
EMERLING CHEVROLET ED SHULTS FORD 716716-941-5255
664-0220
2015
CHEVROLET
EXPRESS WT
$23,614.25
10%
90-120
3/36 5/100
$517.50
$450.00
$1,161.00
SEE BELOW
SEE BELOW
2015
FORD
TRANSIT XL
$24,945.00
8%
120
3/36 5/60
$639.00
$5,515.00
$289.00
JOE BASIL CHEVY
716-206-1734
2015
CHEVROLET
EXPRESS
$23,874.00
10%
60-180
3/36 5/100
$525.00
$440.00
$1,150.00
$11,000.00
VAN BORTEL FORD
585-586-7705
2015
FORD
TRANSIT W22-XL
$24,642.00
8%
60-120
3/36 5/60
$650.00
$625.00
N/A
N/A
$239.00
VAN BORTEL CHEVY
585-586-7705
2015
CHEVROLET
EXPRESS 3500-1WT
$23,832.00
8%
60-120
3/36 5/100
$650.00
$525.00
$1,300.00
$11,500.00
N/A
GROUP III, ITEM 3: VEHICLE #3A: ALTERNATIVE FUEL 9,400lbs.GVWR
EMERLING CHEVROLET
716-941-5255
JOE BASIL CHEVY
716-206-1734
VAN BORTEL CHEVY
585-586-7705
Year
2015
2015
2015
Make
CHEVROLET
CHEVROLET
CHEVROLET
MODEL TRIM
EXPRESS WT
EXPRESS
EXPRESS 3500-1WT
BIDDERS
FUEL TYPE/PRICE FOB
Diesel $34,407.50
FUEL TYPE/PRICE FOB
CNG $34,720.75
CNG/ $34,566.00
CNG-$34,443.00
10%
10%
8%
120-180
60-180
60-120
3/36 5/100
3/36 5/100
3/36 5/100
Option #1-Bulkhead
$517.50
$525.00
$650.00
Option #2 Tow Pkg. w/contr'.
$450.00
$440.00
$525.00
Option #3 Crew Seat Pkg.-3
$1,161.00
$1,150.00
$1,300.00
Factory Options-MSRP less
Delivery ARO
Warranty
FLEX-$24,678.00
Page 21 of 49
GROUP III, ITEM 4: NEW 2015 OR NEWER FULL SIZE HIGH-TOP CARGO VAN
Specification: Cargo,
V-6, Automatic, Swing out rear & slide side doors, A/C & heat front, Radio AM/FM/CD, PW, PL, PS, ABS, Stability Control, Rubber Floor, Front Cloth Seats, Cruise, Rear
Door Glass, Step Bumper, mudflaps, Spare.
GROUP III, ITEM 4: VEHICLE #1: 3/4 TON HIGH-TOP CARGO VAN 9,000lbs.GVWR
BIDDERS
Year
ED SHULTS FORD 716664-0220
2015
VAN BORTEL FORD
585-586-7705
2015
Make
FORD
FORD
Model
TRANSIT XL
TRANSIT HR 250 R2X
BASE LEVEL Trim Price FOB
$28,256.00
$26,326.00
Factory Options-MSRP less
8%
8%
Delivery ARO
120
60-120
3/36 5/60
3/36 5/60
Warranty
Option #1-Bulkhead
Option #2 Tow Pkg. w/contr'.
Option #3 Crew Seat Pkg.-3
Option #4 Diesel Engine
Option#5- Eng Prep Package
$750.00
$639.00
$625.00
N/A
$5,515.00
$4,950.00
$289.00
$239.00
GROUP III, ITEM 4: VEHICLE #1A: ALTERNATIVE FUEL 9,000lbs.GVWR
BIDDERS
Year
Make
Model/FUEL TYPE/PRICE FOB
Model/FUEL TYPE/PRICE FOB
Factory Options-MSRP less
Delivery ARO
Warranty
Option #1-Bulkhead
Option #2 Tow Pkg. w/contr'.
Option #3 Crew Seat Pkg.
Page 22 of 49
GROUP III, ITEM 4: VEHICLE # 2: 1 TON HIGH-TOP CARGO VAN 9,500lbs. GVWR
ED SHULTS FORD 716664-0220
VAN BORTEL FORD
585-586-7705
2015
2015
Make
FORD
FORD
Model
TRANSIT XL
TRANSIT HR 350 W2X
BASE LEVEL Trim Price FOB
$29,443.00
$27,404.00
Factory Options-MSRP less
8%
8%
Delivery ARO
120
60-120
3/36 5/60
3/36 5/60
BIDDERS
Year
Warranty
Option #1-Bulkhead
Option #2 Tow Pkg. w/contr'.
Option #3 Crew Seat Pkg.-3
Option #4 Diesel Engine
Option#5- Eng Prep Package
$750.00
$639.00
$625.00
N/A
$5,515.00
N/A
$289.00
$239.00
GROUP III, ITEM 4: VEHICLE #2A: ALTERNATIVE FUEL 9,500lbs.GVWR
BIDDERS
Year
Make
Model/FUEL TYPE/PRICE FOB
Model/FUEL TYPE/PRICE FOB
Factory Options-MSRP less
Delivery ARO
Warranty
Option #1-Bulkhead
Option #2- Crew Seat Pkg.-3
Page 23 of 49
GROUP IV – CROSSOVER & SUV
ITEM 1: 4WD SMALL SIZE SPORT UTILITY VEHICLE
ITEM 2: 4WD MIDSIZE SPORT UTILITY VEHICLE
ITEM 3: 4WD FULL SIZE SPORT UTILITY VEHICLE
ITEM 4: 4WD FULL SIZE EXTENDED LENGTH SPORT UTILITY VEHICLE
ITEM 5: 4WD 5-PASSENGER CROSSOVER UTILITY VEHICLE
ITEM 6: 4WD 7-PASSENGER CROSSOVER UTILITY VEHICLE
E–11–14 PFTH NEW 2015 or NEWER FLEET, ALTERNATIVE AND REGULAR FUEL PICK UP & LIGHT VEHICLES; NOVEMBER 6,2014
GROUP IV - SMALL, MID, LARGE SUV'S AND CROSSOVERS
GROUP IV, ITEM 1: NEW 2015 OR NEWER AWD SMALL SPORT UTILITY VEHICLE 103" W.B.: Specifications: 5-Passenger, 4-Cylinder, Auto Trans., 4 door, A/C, Radio AM/FM/CD, PW, PL, PS,
ABS, Stability Control, Carpet with mats, Cloth Seats, Cruise, mudflaps, spare.
GROUP IV - ITEM 1: VEHICLE #1 NEW 2015 OR NEWER AWD SMALL SUV
BIDDERS
Year
Make
Model
BASE LEVEL Trim Price FOB
MID LEVEL Trim Price FOB
HIGH LEVEL Trim Price FOB
Factory Options-MSRP less
Delivery ARO
Warranty
Option #1- 2-Wheel Drive
Option #2 2,000lb Tow Pkg.
Option #3 Upfitter Switches 3-4
Option #4 3,500 Tow pkg/ctrlr
Option#5-Eng prep package
BIDDERS
DAVE WARREN
716-484-7125
2015
JEEP
PATRIOT-SP,LAT,LIM
$19,843.00
$20,864.00
$23,000.00
8%
60-90
3/36 5/100
-$1,400.00
$885.00
ED SHULTS FORD
716-664-0220
2015
FORD
ESCAPE -SE
JOE BASIL CHEVY
716-206-1734
2015
CHEVROLET
$23,329.00
8%
120
3/36 5/60
SE-$1,430.00
$400.00
N/A
$1,400.00-SE
TRAX-LS,LT,LTZ
$19,566.00
$21,662.00
$24,066.00
10%
60-120
3/36 5/100
N/A
N/A
GROUP IV - ITEM 1: VEHICLE #1A: ALTERNATIVE FUEL
Year
Make
Model
TRIM/FUEL TYPE
BASE LEVEL Trim Price FOB
MID LEVEL Trim Price FOB
HIGH LEVEL Trim Price FOB
Factory Options-MSRP less
Delivery ARO
Warranty
Option #1- 2-Wheel Drive
Option #2 Tow Package
Option #3 Upfitter Switches
Page 24 of 49
VAN BORTEL FORD
585-586-7705
VAN BORTEL CHEVY
585-586-7705
2015
FORD
Escape-SE,Titanium
2015
CHEVROLET
TRAX-1FL,LT,LTZ
$22,544.00
$26,475.00
8%
60-120
3/36 5/60
-$1,100-SE&T
19803
21888
24331
8%
60-210
3/36 5/100
-1250
$1,350-SE&T
$275.00
N/A
N/A
N/A
275
N/A
N/A
GROUP IV, ITEM 2: NEW 2015 OR NEWER AWD MIDSIZE SPORT UTILITY VEHICLE 112" W.B. Specification: 5-Passenger, 6-Cylinder, Auto Trans., 4 door, A/C, Rear A/C & Heat, Radio
AM/FM/CD, PW, PL, PS, ABS, Stability Control, Carpet with mats, Cloth Seats, Cruise, mudflaps, Spare.
GROUP IV - ITEM 2: VEHICLE #1 NEW 2015 OR NEWER AWD MIDSIZE SUV
JOE BASIL CHEVY
716-206-1734
ED SHULTS CHEVY
716-664-0103
VAN BORTEL FORD
585-586-7705
VAN BORTEL CHEVY
585-586-7705
Year
DAVE WARREN
716-484-7125
2015
2015
2015
2015
2015
Make
JEEP
CHEVROLET
CHEVROLET
FORD
CHEVROLET
Model
GRAND CHEROKEE
EQUINOX-LS,LT,LTZ
EQUINOX-LS
BASE LEVEL Trim Price FOB
$27,653.00
$21,000.00
$21,422.00
MID LEVEL Trim Price FOB
$33,476.00
$24,336.00
$36,299.00
$24,540.00
HIGH LEVEL Trim Price FOB
$40,252.00
$29,365.00
$28,882.00
$28,319.00
Factory Options-MSRP less
8%
10%
5%
8%
8%
60-90
60-120
ASAP
60-120
60-120
3/36 5/100
B.-$1,800.00
M. -$1,760.00
H. -$2,640.00
$885.00
3/36 5/100
3/36 5/100
3/36 5/60
3/36 5/100
$19,969.00
-$1,600.00
$365.00
$775.00
$625.00
$400.00
N/A
$275.00
$275.00
N/A
BIDDERS
Delivery ARO
Warranty
Option #1- 2-Wheel Drive
Option #2-Tow Package w/con't
Option #3 Upfitter Switches
Option#4- Eng Prep Package
GROUP IV - ITEM 2: VEHICLE #1A- ALTERNATIVE FUEL
Year
DAVE WARREN
716-484-7125
2015
Make
JEEP
Model
GRAND CHEROKEE
BIDDERS
TRIM/FUEL TYPE
BASE LEVEL Trim Price FOB
MID LEVEL Trim Price FOB
HIGH LEVEL Trim Price FOB
Factory Options-MSRP less
Delivery ARO
Warranty
$530.00
LIMITED-DIESEL
$42,580.00
8%
60-90
3/36 5/100
Option #1- 2-Wheel Drive
Option #2 Tow Pkg.
Option #3 Upfitter Switches
$885.00
Page 25 of 49
Explorer-base-sport XLT EQUINOX-LS,LT,LTZ
$27,333.00
N/A
$21,326.00
($1,450.00)
GROUP IV, ITEM 3: NEW 2015 OR NEWER 4WD FULL SIZE SPORT UTILITY VEHICLE; Specification: 116"W.B. 5-Passenger, 6-Cylinder, Auto Trans., 4 door, A/C, Rear A/C & Heat,
Radio AM/FM/CD*, PW, PL, PS, ABS, Stability Control, Rubber/Vinyl Flooring & seats, Cruise, Front & Rear Power points, Mudflaps, spare.
GROUP IV - ITEM 3: VEHICLE #1: NEW 2015 OR NEWER FULL SIZE SUV 116"W.B.
BIDDERS
Year
DAVE WARREN
716-484-7125
2015
EMERLING CHEVY
716-941-5255
2015
JOE BASIL CHEVY
716-206-1734
2015
VAN BORTEL FORD
585-586-7705
2015
VAN BORTEL CHEVY
585-586-7705
2015
Make
DODGE
Model
DURANGO SXT*,LTD, CIT
CHEVROLET
TAHOE LS,LT,LTZ
CHEVROLET
TAHOE-FL,LT,LTZ
FORD
Expedition-XL,XLT,XLT
CHEVROLET
TAHOE-FL-LS,LT
BASE LEVEL Trim Price FOB
$28,199.00
$35,740.50
$35,168.00
$31,013.00
$34,543.00
MID LEVEL Trim Price FOB
$33,249.00
$41,338.00
$40,928.00
$35,985.00
$34,934.00
HIGH LEVEL Trim Price FOB
$37,257.00
$50,095.00
$49,550.00
$35,985.00
$40,604.00
Factory Options-MSRP less
Delivery ARO
8%
10%
10%
8%
8%
60-90
90-120
60-120
60-120
60-120
Warranty
3/36 5/100
3/36 5/100
3/36 5/100
3/36 5/60
3/36 5/100
Option #1- 2-Wheel Drive
-$1,700.00
-$2,600.00
-$2,100.00
-$2,400.00
-$2,550.00
Option #2 Tow Pkg.
Option #3 Upfitter Switches
$1,255.00
$211.50
$775.00-XLT
$275.00
$500.00
$170.00
N/A
$275.00
$275.00
Option #4 Third row seating
INC
STD
INC
$1,050.00
$450.00FL, inc-LS,LT
N/A
N/A
Option #5-Eng prep Package
N/A
*CD-N/A
GROUP IV - ITEM 3: VEHICLE #1A: ALTERNATIVE FUEL
VAN BORTEL CHEVY
585-586-7705
2015
CHEVROLET
BIDDERS
Year
Make
Model/FUEL TYPE
TRIM/Price FOB
TRIM/Price FOB
TRIM/Price FOB
Factory Options-MSRP less
Delivery ARO
Warranty
Option #1- 2-Wheel Drive
TAHOE-FL-LS,LT-FLEX
$34,543.00
$34,934.00
$40,604.00
8%
60-120
3/36 5/100
-$2,550.00
$275.00
$275.00
$450.00FL, inc-LS,LT
Option #2 Tow Pkg.
Option #3 Upfitter Switches
Option #4 Third row seating
Page 26 of 49
GROUP IV, ITEM 4: NEW 2015 OR NEWER AWD FULL SIZE E.L. SPORT UTILITY VEHICLE: Specification: 5-Passenger, 8-Cylinder, Auto Trans., 4 door, A/C, Rear A/C & Heat, Radio AM/FM/CD, PW, PL, PS,
ABS, Stability Control, Rubber/Vinyl flooring & seats, Cruise, Front & Rear Power points, Mudflaps, spare.
GROUP IV - ITEM 4: VEHICLE #1: NEW 2015 OR NEWER FULL SIZE EL SUV 130"W.B.
BIDDERS
Year
EMERLING CHEVY
716-941-5255
JOE BASIL CHEVY
716-206-1734
VAN BORTEL FORD
585-586-7705
VAN BORTEL CHEVY
585-586-7705
2015
2015
2015
2015
Make
CHEVROLET
CHEVROLET
FORD
CHEVROLET
Model
SUBURBAN LS,LT,LTZ
SUBURBAN- -LST,LTZ
Expedition EL-XL,XLT,XLT
SUBURBAN-FL,LS,LT
BASE LEVEL Trim Price FOB
$37,285.00
$37,712.00
$34,688.00
$37,328.00
MID LEVEL Trim Price FOB
$42,755.00
$43,345.00
$38,822.00
$38,315.00
HIGH LEVEL Trim Price FOB
$51,512.00
$51,967.00
$38,822.00
$42,990.00
Factory Options-MSRP less
10%
10%
8%
8%
90-120
60-120
60-120
60-120
Warranty
33/36 5/100
3/36 5/100
3/36 5/60
3/36 5/100
Option #1- 2-Wheel Drive
-$2,600.00
-$2,100.00
-$2,400.00
-$2,550.00
Delivery ARO
Option #2 Tow Pkg. w/controller
Option #3 Upfitter Switches
Option #4 Third row seating
$775.00-XLT
$275.00
$170.00
$211.50
N/A
$275.00
$275.00
STD
INC
STD
N/A
INC.-ALL
N/A
Option #5-Eng prep Package
GROUP IV - ITEM 4: VEHICLE #1A: ALTERNATIVE FUEL
VAN BORTEL CHEVY
585-586-7705
2015
CHEVROLET
SUBURBAN-FLEX
FL-$37,328.00
LS-$38,315.00
LT-$42,990.00
8%
60-120
3/36 5/100
-$2,550.00
$275.00
$275.00
INC.-ALL
BIDDERS
Year
Make
Model/FUEL
TRIM/Price FOB
TRIM/Price FOB
TRIM/Price FOB
Factory Options-MSRP less
Delivery ARO
Warranty
Option #1- 2-Wheel Drive
Option #2 Tow Pkg.
Option #3 Upfitter Switches
Option #4 Third row seating
Page 27 of 49
GROUP IV, ITEM 5: NEW 2015 OR NEWER AWD 5-PASS. CROSSOVER UTILITY VEHICLE: Specification: 109"W.B. 5-Passenger, 4-Cylinder, Auto Trans., 4 door, A/C, Radio
AM/FM/CD, PW, PL, PS, ABS, Stability Control, Carpet with mats, Cloth Seats, Cruise, Front & Rear Power points, Mudflaps, Spare.
GROUP IV - ITEM 5: VEHICLE #1: NEW 2015 OR NEWER CROSSOVER UTILITY VEHICLE 109"W.B.
DAVE WARREN
JOE BASIL CHEVY
ED SHULTS CHEVY
EMERLING CHEVY
VAN BORTEL FORD
BIDDERS
716-206-1734
716-484-7125
716-664-0103
716-941-5255
585-586-7706
Year
2015
2015
2015
2015
Make
JEEP
CHEVROLET
CHEVROLET
FORD
EQUINOX-LS
Model
CHEROKEE SP,LAT,LIM EQUINOX LS,LT, LTZ
EQUINOX LS,LT, LTZ
EDGE-SE,SPORT,SEL
$21,422.00
BASE LEVEL Trim Price FOB
$22,238.00
$21,028.90
$20,988.00
$26,503.00
MID LEVEL Trim Price FOB
$24,913.00
$22,546.90
$22,529.00
$35,202.00
HIGH LEVEL Trim Price FOB
$26,616.00
$27,836.90
$28,071.00
$29,292.00
Factory Options-MSRP less
8%-SP& LAT
10%
10%
5%
8%
Delivery ARO
60-90
90-120
60-120
ASAP
60-120
Warranty
3/36 5/100
3/36 5/100
3/36 5/100
3/36 5/100
3/36 5/60
$19,969.00
Option #1- 2-Wheel Drive
-$1,500.00
-$1,500.00
-$1,600.00
$365.00
Option # 2:Tow Pkg.
$495.00
$328.50
$400.00-SEL
Option #3: Upfitter Switches
$170.00
N/A
$275.00
N/A
N/A
Option #4- Eng Prep Package
GROUP IV - ITEM 5: VEHICLE #1A: ALTERNATIVE FUEL
Year
NO BIDS
GROUP IV, ITEM 6: NEW 2015 OR NEWER 4WD 7-PASS. CROSSOVER UTILITY VEHICLE: Specification: 114"W.B. 7-Passenger, 4-Cylinder, Auto Trans., 4 door, A/C, Radio
AM/FM/CD, PW, PL, PS, ABS, Stability Control, Carpet with mats, Cloth Seats, Cruise, Front & Rear Power points, Mudflaps, Spare.
BIDDERS
Year
Make
Model
BASE LEVEL Trim Price FOB
MID LEVEL Trim Price FOB
HIGH LEVEL Trim Price FOB
Factory Options-MSRP less
Delivery ARO
Warranty
Option #1- 2-Wheel Drive
GROUP IV - ITEM 6: VEHICLE #1: NEW 2015 OR NEWER CROSSOVER UTILITY VEHICLE 114"W.B.
ED SHULTS CHEVY
EMERLING CHEVY
VAN BORTEL FORD
JOE BASIL CHEVY
716-664-0103
716-941-5255
585-586-7705
716-206-1734
DAVE WARREN
716-484-7125
2015
DODGE
JOURNEY SE,SXT,LIM
$22,616.00
$23,314.00
$26,740.00
8%
60-90
3/36 5/100
Option# 2:Tow Pkg w/controller
Option # 3: Upfitter Switches
Option#4- Eng Prep Package
Year
NO BIDS
2015
CHEVROLET
TRAVERSE LS,LT,LTZ
2015
CHEVROLET
TRAVERSE LS,LT,LTZ
2015
CHEVROLET
TRAVERSE-LS
$25,696.85
$25,375.00
$25,775.00
$27,931.90
$28,030.00
$34,983.10
$35,185.00
10%
10%
3%
90-120
60-120
ASAP
3/36 5/100
3/36 5/100
3/36 5/100
-$1,700.00
-$1,600.00
$23,915.00
$729.00
$720.00
$775.00
$170.00
N/A
N/A
GROUP IV - ITEM 6: VEHICLE #1A: ALTERNATIVE FUEL
Page 28 of 49
2015
FORD
FLEX-SEL,LTD
$29,532.00
$34,460.00
8%
60-120
3/36 5/60
-$1,600.00
$775.00-SEL,LTD
VAN BORTEL CHEVY
585-586-7705
2015
CHEVROLET
TRAVERSE-LS,LT,1LZ
$25,880.00
$28,646.00
$35,323.00
8%
60-120
3/36 5/100
-$1,700.00
$825.00
$275.00
NO BID
GROUP V – PICK UPS
ITEM 1:
ITEM 2:
ITEM 3:
ITEM 4:
4X4 MID SIZE PICKUP
1/2 4X4 TON PICKUP
3/4 4X4 TON PICKUP
1 4X4 TON PICKUP
E–11–14 PFTH NEW 2015 or NEWER FLEET, ALTERNATIVE AND REGULAR FUEL PICK UP & LIGHT VEHICLES
GROUP V - PICK UPS REGULAR,EXTENDED, AND CREW CAB
BID DATE: NOVEMBER 6, 2014
GROUP V, ITEM 1: NEW 2015 OR NEWER COMPACT, 4X4 EXTENDED CAB PICKUP; Specification: 126"W.B. 4-Cylinder, Auto Trans., A/C, Radio AM/FM/AUX, PW, PL, PS, ABS, Shift on Fly, Mats, Split Bench &
Rear Vinyl Seats, Cruise, Front & Rear Power points, Mudflaps, 5'Box.
GROUP V ITEM 1: VEHICLE # 1: NEW 2015 OR NEWER MID SIZE 4X4 EXTENDED CAB PICKUP
BIDDERS
Year
Make
ModelBASE LEVEL Trim Price FOB
MID LEVEL Trim Price FOB
HIGH LEVEL Trim Price FOB
Factory Options-MSRP less
Delivery ARO
Warranty
Option 1: 2-Wheel Drive
EMERLING CHEVY
716-941-5255
2015
CHEVROLET
1WT,1LT, Z71
JOE BASIL CHEVY
716-206-1734
2015
CHEVROLET
COLORADO-WT,LT
ED SHULTS
716664-0103
2015
CHEVROLET
COLORADO-WT,LT
VAN BORTEL
585586-7705
2015
CHEVROLET
$24,407.81
$24,857.90
$27,018.86
10%
90-120
3/36 5/100
-$3,500.00
$24,000.00
$24,909.00
$24,822.00
$25,170.00
10%
60-120
3/36 5/100
4%
ASAP
3/36 5/100
-$3,726.00
$650.00
ARE / 5%
N/A
LEER/ 10%
$24,565.00
$25,135.00
$27,427.00
8%
60-120
3/36 5/100
-$3,550.00
$525.00 4Z7-ONLY
VARIOUS-8%
N/A
Option 2: Tow Pkg w/cont'r *
Option 4: Acc's,i.e Cap, Make/% off MSRP
Option 5: Eng CNG/LPG prep Package
BIDDERS
BIDDERS
Year
Make
ModelBASE LEVEL Trim Price FOB
MID LEVEL Trim Price FOB
HIGH LEVEL Trim Price FOB
Factory Options-MSRP less
Delivery ARO
Warranty
Option 1: 2-Wheel Drive
Option 2: Tow Pkg w/cont'r *
Option 3: 6' Box
Option 4: Acc's,i.e Cap, Make/% off MSRP
Option 5: Eng CNG/LPG prep Package
BIDDERS
COLORADO-WT,LT,Z7
GROUP V ITEM 1: VEHICLE # 1A:ALTERNATIVE FUEL MID SIZE 4X4 CREW CAB PICKUP
NO BIDS
GROUP V ITEM 1: VEHICLE # 2: NEW 2015 OR NEWER MID SIZE 4X4 CREW CAB PICKUP
EMERLING CHEVY
716-941-5255
2015
CHEVROLET
1WT,1LT, Z71
JOE BASIL CHEVY
716-206-1734
2015
CHEVROLET
COLORADO-
ED SHULTS CHEVY
716-664-0103
2015
CHEVROLET
COLORADO-WT,LT
VAN BORTEL
585586-7705
2015
CHEVROLET
$25,720.61
$27,506.46
$29,374.06
10%
90-120
3/36 5/100
-$4,100.00
$25,361.00
$27,584.00
$26,032.00
$27,805.00
10%
60-120
3/36 5/100
$350.00
ARE / 5%
N/A
$450.00
LEER/ 10%
5%
ASAP
3/36 5/100
-$4,477.00
$650.00
$1,500.00
$25,888.00
$27,769.00
$29,792.00
8%
60-120
3/36 5/100
-$3,550.00
$525.00 4Z7-ONLY
$1,400.00
VARIOUS-8%
N/A
N/A
GROUP V ITEM 1: VEHICLE # 2A:ALTERNATIVE FUEL MID SIZE 4X4 CREW CAB PICKUP
NO BIDS
Page 29 of 49
COLORADO-WT,LT,Z7
GROUP V, ITEM 2: NEW 2015 OR NEWER 1/2 TON 4X4 PICKUP ; Specification: 6-Cylinder, Auto Trans., A/C, P/W Tinted Glass, AM/FM/CD, PS, ABS, Shift on Fly, Floor Mats, Split Bench Vinyl Seat, Cruise, Power
points, Mudflaps, spare.
Option 6 Description: Furnish and install, 4-way Snow Plow (angle l/r, up/down). The unit shall be heavy duty unit, with electric over hydraulic power unit, dash mounted joystick control. Quick attach plow frame, ½” X 6” bolt on
steel cutting edge, mushroom style adjustable shoes. Forward electrical harnesses W/protective caps. Standard plow light package w/sealed harness and switches for unit bid. The price shall also include related additional
"Snow Plow Package" items to the truck specification. Addition of this option shall in no way affect the factory warranty on vehicle offered.
GROUP V ITEM 2: VEHICLE #1: NEW 2015 OR NEWER 1/2 TON 4X4 REGULAR CAB PICKUP;133' W.B., 8' BOX
BIDDERS
Year
Make
ModelBASE LEVEL Trim Price FOB
MID LEVEL Trim Price FOB
HIGH LEVEL Trim Price FOB
Factory Options-MSRP less
Delivery ARO
Warranty
Option 1: 2-Wheel Drive
Option 2: Tow Pkg w/cont'r
Option3: Upfitter Switches
Option 4: Acc's,i.e Cap, Make/% off MSRP
Option 5: 6.5' Bed
Option 6: Full or Edge Trip Make/ Model
/Size/$/% off MSRP options
Option 7: Eng CNG/LPG prep Package
BIDDERS
Year
Make
Model/FUEL TYPE
Price FOB
Price FOB
Price FOB
Factory Options-MSRP less
Delivery ARO
Warranty
Option 1: 2-Wheel Drive
Option 2: Tow Pkg w/cont'r
Option3: Upfitter Switches
DAVE WARREN
716-484-7125
2015
RAM
1500 TRD,SLT
$22,727.00
$26,872.00
8%-TRD
60-90
3/36 5/100
$230.00
$525.00
-$254.00
Western/HTS/7.5-8
$4,030.00
DAVE WARREN
716-484-7125
2015
RAM
EMERLING CHEVY
716-941-5255
2015
CHEVROLET
SILVERADO
1WT,1LS,1LT
$22,496.85
$23,978.35
$25,491.50
10%
90-120
3/36 5/100
-$2,500.00
$544.50
$170.00
ARE / 5%
-$200.00
Western/ 7.5/
$3,600.00/38%
N/A
ED SHULTS
716664-0220
2015
FORD
JOE BASIL CHEVY
716-206-1734
2015
CHEVROLET
ED SHULTS
716664-0103
2015
CHEVROLET
VAN BORTEL
585-586-7705
2015
FORD
F-150 XL,XLT
$24,971.00
SILVERADO 1500
$22,711.00
$22,120.00
1500 WT, LT
$23,082.00
$26,048.00
F-150, XL,XLT
$21,972.00
$23,794.00
10%
60-120
3/36 5/100
4%
ASAP
3/36 5/100
-$3,510.00
$610.00
$125.00
LEER/ARE/3%
-$300.00
FISHER/SD/7.5'
$4,070.00
8%
60-120
3/36 5/60
-$1,500.00
$750.00
$275.00
VARIOUS-8%
-$250.00
Western/HTS/7.5-8'/
$5,300.00/ 8%
N/A
$25,743.00
8%
120
3/36 5/60
-$4,108.00
$709.00
N/A
Fisher/SD/7.58'/$3,985.00/8%
$725.00
N/A
LEER/ 10%
-$250.00
Western/HTS/7.5-8'/
$3,908.00/ 40%
GROUP V - ITEM 2: VEHICLE #1A ALTERNATE FUEL BID
1500/DIESEL
$30,817.00
8%
60-90
3/36 5/100
$230.00
$525.00
Option 4: Acc's,i.e Cap, Make/% off MSRP
Option 5: 6.5' Bed
Option 6: Full or Edge Trip Make/ Model
/Size/$/% off MSRP options
Page 30 of 49
VAN BORTEL
585586-7705
2015
CHEVROLET
SILVERADO
1WT,1LS,1LT
$23,174.00
$24,502.00
$25,988.00
8%
60-120
3/36 5/100
-$2,425.00
$544.50
$275.00
VARIOUS-8%
N/A
Western/HTS/7.5-8'/
$4,300.00/ 8%
N/A
VAN BORTEL
585586-7705
2015
CHEVROLET
Silverado-FLEX
1WT,1LS,1LT
$23,174.00
$24,502.00
$25,988.00
8%
60-120
3/36 5/100
-$2,425.00
$544.50
$275.00
VARIOUS-8%
N/A
Western/HTS/7.5-8'/
$4,300.00/ 8%
GROUP V - ITEM 2: VEHICLE #2 NEW 2015 OR NEWER 1/2 TON 4X4 EXTENEDED CAB PICKUP 6.5' BOX
BIDDERS
Year
Make
ModelBASE LEVEL Trim Price FOB
MID LEVEL Trim Price FOB
HIGH LEVEL Trim Price FOB
Factory Options-MSRP less
Delivery ARO
Warranty
Option 1: 2-Wheel Drive
Option 2: Tow Pkg w/cont'r
Option3: Upfitter Switches
Option 4: Acc's,i.e Cap, Make/% off MSRP
Option 5: 8' BOX
Option 6: Full or Edge Trip Make/ Model
/Size/$/% off MSRP options
Option 7: Eng CNG/LPG prep Package
BIDDERS
EMERLING CHEVY ED SHULTS
JOE BASIL CHEVY
716716-941-5255
716-206-1734
664-0220
2015
2015
2015
CHEVROLET
FORD
CHEVROLET
1WT,1LS,1LT
F-150 XL, XLT
SILVERADO 1500
$24,794.70
$26,354.00
$24,493.00
$26,034.90
$26,683.00
$26,745.50
$27,854.00
$31,129.00
10%
8%
10%
90-120
120
60-120
3/36 5/100
3/36 5/60
3/36 5/100
-$2,300.00
-$4,108.00
$544.50
$709.00
$725.00
$170.00
N/A
N/A
ARE / 5%
LEER/ 10%
n/a
N/A
Western/ 7.5/
Fisher/SD/7.5$3,600.00/38%
8'/$3,985.00/8%
N/A
GROUP V - ITEM 2: VEHICLE #2A: ALTERNATIVE FUEL
Page 31 of 49
ED SHULTS
716664-0103
2015
CHEVROLET
1500-WT,LT
$24,846.00
$26,958.00
VAN BORTEL
585-586-7705
2015
FORD
F-150-XL,XLT
$24,355.00
$25,952.00
4%
ASAP
3/36 5/100
-$3,510.00
$610.00
$125.00
LEER/ARE/ 3%
N/A
8%
60-120
3/36 5/60
-$2,900.00
$750.00
$275.00
VARIOUS-8%
$1,700.00
Western/HTS/7.5-8'/
$5,300.00/ 8%
N/A
VAN BORTEL
585586-7705
2015
CHEVROLET
1WT,1LS,1LT
$24,942.00
$26,526.00
$27,157.00
8%
60-120
3/36 5/100
-$2,250.00
$544.50
$275.00
VARIOUS-8%
N/A
N/A
N/A
ABOVE-FLEX AVAIL.
GROUP V, ITEM 2, VEHILCE #3: NEW 2015 OR NEWER 1/2 TON 4X4 CREW CAB PICKUP 6.5' Box; Specification: 6-Cylinder, Auto Trans., A/C, P/W Tinted Glass, AM/FM/CD, PS, ABS, Shift on
Fly, Floor Mats, Split Bench Vinyl Seat, Cruise, Power points, Mudflaps,Spare.
GROUP V - ITEM 2: VEHICLE #3 NEW 2015 OR NEWER 1/2 TON 4X4 CREW CAB PICKUP 6.5' BOX
BIDDERS
Year
Make
Model
BASE LEVEL Trim Price FOB
MID LEVEL Trim Price FOB
HIGH LEVEL Trim Price FOB
¹Special Service Vehicle-5'7" Bed
Factory Options-MSRP less
Delivery ARO
Warranty
Option 1: 2-Wheel Drive
Option 2: Tow Pkg w/cont'r
Option3: Upfitter Switches
DAVE WARREN
716-484-7125
2015
RAM
1500 TRD,SLT,LAR
$26,000.00
$30,265.00
$34,668.00
8%
60-90
3/36 5/100
$230.00
$525.00
Option 4: Acc's,i.e Cap, Make/% off MSRP
Option 5: 8' Bed
Option 6: Full or Edge Trip Make/ Model
/Size/$/% off MSRP options
Option 7: Eng CNG/LPG prep Package
Year
Make
Model/FUEL TYPE
Price FOB
Factory Options-MSRP less
Delivery ARO
Warranty
Option 1: 2-Wheel Drive
Option 2: Tow Pkg w/cont'r
Option3: Manual Trans.
N/A
EMERLING CHEVY
716-941-5255
2015
CHEVROLET
SILVERADO
1WT,1LS,1LT
$26,979.10
$28,265.30
$28,246.50
ED SHULTS
716664-0220
2015
FORD
JOE BASIL CHEVY
716-206-1734
2015
CHEVROLET
ED SHULTS
716664-0103
2015
CHEVROLET
VAN BORTEL
585-586-7705
2015
FORD
F-150 XL, XLT
$30,436.00
SILVERADO 1500
$26,726.00
$28,223.00
$32,660.00
1500-WT,LT
$26,988.00
$28,459.00
F-150-XL,XLT-SSV
$28,117.00
$29,592.00
$31,773.00
10%
8%
10%
90-120
120
60-120
3/36 5/100
3/36 5/60
3/36 5/100
-$1,900.00
-$4,108.00
$544.50
$709.00
$725.00
$170.00
N/A
N/A
ARE / 5%
LEER/ 10%
N/A
Western/ 7.5/
Fisher/SD/7.5$3,600.00/38%
8'/$3,985.00/8%
N/A
GROUP V - ITEM 2: VEHICLE #3A: ALTERNATIVE FUEL
2015
RAM
1500/DIESEL
$32,938.00
8%
60-90
3/36 5/100
$230.00
Option 4: Acc's,i.e Cap, Make/% off MSRP
Option 5: 6.5' Bed
Option 6: Full or Edge Trip Make/ Model
/Size/$/% off MSRP options
Page 32 of 49
4%
ASAP
3/36 5/100
-$3,510.00
$610.00
$125.00
ARE/LEER/ 3%
N/A
$28,113.00
8%
60-120
3/36 5/60
-$2,900.00
$750.00
$275.00
VARIOUS-8%
N/A
Western/HTS/7.5-8'/
$5,300.00/ 8%
N/A
VAN BORTEL
585586-7705
2015
CHEVROLET
SILVERADO
1WT,1LS,1LT-1WT*
$26,862.00
$28,480.00
$28,388.00
$29,292.00
8%
60-120/60-210-SSV
3/36 5/100
-$2,100.00
$544.50
$275.00
VARIOUS-8%
$350.00
N/A
N/A
ABOVE-FLEX AVAIL.
GROUP V, ITEM 3: NEW 2015 OR NEWER 3/4 TON 4X4 PICKUP; Specification: 8-Cylinder, Auto Trans., A/C, P/W Tinted Glass, AM/FM/CD, PS, ABS, Shift on Fly, Floor Mats, Split Bench Seat,
Cruise, Power points, Upfitter switches, Running Boards, Snow Plow Package, Mudflaps,Trailer Hitch, Spare tire.
Option 6 Description: Furnish and install, 4-way Snow Plow (angle l/r, up/down). The unit shall be heavy duty unit, with electric over hydraulic power unit, dash mounted joystick control. Quick attach plow frame, ½” X 6” bolt on
steel cutting edge, mushroom style adjustable shoes. Forward electrical harnesses W/protective caps. Standard plow light package w/sealed harness and switches for unit bid. The price shall also include related additional
required items to the truck specification. Addition of this option shall in no way affect the factory warranty on vehicle offered.
GROUP V ITEM #3: VEHICLE #1: NEW 2015 OR NEWER 3/4 TON 4X4 REGULAR CAB PICKUP 8' BOX
BIDDERS
Year
Make
Model
BASE LEVEL Trim Price FOB
MID LEVEL Trim Price FOB
HIGH LEVEL Trim Price FOB
Factory Options-MSRP less
Delivery ARO
Warranty
Option 1: 2-Wheel Drive
DAVE WARREN
716-484-7125
2015
RAM
2500 , SLT,
$26,287.00
$28,328.00
8%
60-90
3/36 5/100
Option 2: Tow Pkg w/cont'r
Option3: Diesel
Option 4: Acc's,i.e Cap, Make/% off MSRP
Option 5: 6.5' Box
Option 6A: Western MoldboardTrip plow
Make/Model/Size/$/% off MSRP-options
Option 6B: Fisher EdgeTrip plow
Make/Model/Size/$/%off MSRP options
Option 6B: Boss Moldboard Trip plow
Make/Model/Size/$/%off MSRP options
Option#7-Eng CNG/LPG Prep Package
PRO/8'/$4,691.00
PRO/9'/$5,123.00
Fisher/HD/8'/$4,650.00
Fisher/HD/9'/$4,900.00
716EMERLING CHEVY ED SHULTS
664-0220
716-941-5255
2015
2015
CHEVROLET
FORD
SILVERADO 1WT 1LT
F-250 XL, XLT
$26,420.70
$23,720.00
$29,813.75
$25,872.00
10%
8%
90-120
120
3/36 5/100
3/36 5/60
-$2,300.00
-$2,664.00
$207.00
$592.00
$7,555.50
$7,801.00
ARE / 5%
N/A
PRO/ 8'/ $4096.00/ 38%
PRO+/ 9'/ $4592.00/ 38%
HD/8'/$4,475.00/ 8%
HD/9'/$4,750.00/ 8%
JOE BASIL CHEVY
716-206-1734
2015
CHEVROLET
SILVERADO 2500
$27,293.00
$29,824.00
ED SHULTS
716664-0103
VAN BORTEL
585-586-7705
2015
CHEVROLET
K2500-WT,LT
$27,350.00
$29,648.00
2015
FORD
F250-XL,XLT
$24,842.00
$26,868.00
10%
60-120
3/36 5/100
-$2,000.00
$210.00
$7,600.00
LEER/ 10%
N/A
PRO+/8'/$4,273.00/40%
PRO+/9'/$4,452.00/40%
HD/8'/$4,200.00
HD/9'/$4,425.00
5%
ASAP
3/36 5/100
-$2,200.00
$510.00
$8,395.00
ARE/LEER/ 3%
N/A
8%
60-120
3/36 5/60
-$2,300.00
$249.00
$7,000.00
VARIOUS-8%
N/A
PRO+/8'/$4,725.00/8%
PRO+/9'/$4,900.00/8%
HD/8'/$4,525.00/ 8%
HD/9'/$4,725.00/ 8%
RT3-S/8'/$4,525.00/8%
RT3-S/9'/$4,850.00/8%
$235.00
$8,550.00
HD/8'/$4,100.00
HD/9'/$4,325.00
$9,500.00
Page 33 of 49
VAN BORTEL
586-7705
585-
2015
CHEVROLET
SILVERADO-1WT,1LT
$27,537.00
$29,900.00
8%
60-120
3/36 5/100
-$1,950.00
$210.00
$7,550.00
VARIOUS-8%
N/A
PRO+/8'/$4,725.00/8%
PRO+/9'/$4,900.00/8%
HD/8'/$4,525.00/ 8%
HD/9'/$4,725.00/ 8%
RT3-S/8'/$4,525.00/8%
RT3-S/9'/$4,850.00/8%
$8,550.00
GROUP V - ITEM #3: VEHICLE #2 NEW 2015 OR NEWER 3/4 TON 4X4 EXTENEDED CAB PICKUP 8' BOX
BIDDERS
Year
Make
Model
BASE LEVEL Trim Price FOB
MID LEVEL Trim Price FOB
HIGH LEVEL Trim Price FOB
Factory Options-MSRP less
Delivery ARO
Warranty
Option 1: 2-Wheel Drive
Option 2: Tow Pkg w/cont'r
Option3: Diesel
Option 4: Accessories MFG/ % off MSRP
Option 5: 6.5' Box
Option 6A: Western MoldboardTrip plow
Make/Model/Size/$/% off MSRP-options
Option 6B: Fisher EdgeTrip plow
Make/Model/Size/$/%off MSRP options
Option 6B: Boss Moldboard Trip plow
Make/Model/Size/$/%off MSRP options
Option#7-Eng CNG/LPG Prep Package
DAVE WARREN
716-484-7125
EMERLING CHEVY
716-941-5255
2015
CHEVROLET
1WT,1LT,LTZ
$28,404.45
$32,301.75
$35,929.50
10%
90-120
3/36 5/100
-$2,300.00
$207.00
$7,555.50
ARE / 5%
$100.00
ED SHULTS
716664-0220
2015
FORD
F-250 XL, XLT
$26,220.00
$28,633.00
8%
120
3/36 5/60
-$2,664.00
$592.00
$7,801.00
PRO/ 8'/ $4096.00/ 38%
PRO+/ 9'/ $4592.00/ 38%
JOE BASIL CHEVY
716-206-1734
2015
CHEVROLET
SILVERADO 2500
$28,746.00
$32,342.00
$36,370.00
10%
60-120
3/36 5/100
-$2,000.00
$210.00
$7,600.00
LEER/ 10%
-$175.00
PRO+/8'/$4,273.00/40%
PRO+/9'/$4,452.00/40%
ED SHULTS
716664-0103
VAN BORTEL
585-586-7705
2015
CHEVROLET
2500-WT,LT
$28,884.00
$32,477.00
2015
FORD
F-250-XL,XLT
$26,754.00
$29,092.00
$29,092.00
8%
60-120
3/36 5/60
-$2,300.00
$249.00
$7,000.00
VARIOUS-8%
-$175.00
PRO+/8'/$4,725.00
PRO+/9'/$4,900.00
HD/8'/$4,200.00
HD/9'/$4,425.00
HD/8'/$4,100.00
HD/9'/$4,325.00
HD/8'/$4,475.00/ 8%
HD/9'/$4,750.00/ 8%
$8,550.00
5%
ASAP
3/36 5/100
-$2,200.00
$510.00
$8,395.00
ARE/LEER/ 3%
-$200.00
$9,500.00
Page 34 of 49
VAN BORTEL
586-7705
585-
2015
CHEVROLET
1WT,1LT,1LZ
$28,764.00
$32,226.00
$36,199.00
8%
60-120
3/36 5/100
-$1,950.00
$210.00
$7,550.00
VARIOUS-8%
-$130.00
PRO+/8'/$4,725.00/8%
PRO+/9'/$4,900.00/8%
HD/8'/$4,525.00
HD/8'/$4,525.00/ 8%
HD/9'/$4,725.00
HD/9'/$4,725.00/ 8%
RT3-S/8'/$4,525.00 RT3- RT3-S/8'/$4,525.00/8%
S/9'/$4,850.00
RT3-S/9'/$4,850.00/8%
$235.00
$8,550.00
GROUP V - ITEM 3: VEHICLE #3 NEW 2015 OR NEWER 3/4 TON 4X4 CREW CAB PICKUP 8' BOX
BIDDERS
Year
Make
Model
BASE LEVEL Trim Price FOB
MID LEVEL Trim Price FOB
HIGH LEVEL Trim Price FOB
Factory Options-MSRP less
Delivery ARO
Warranty
Option 1: 2-Wheel Drive
Option 2: Tow Pkg w/cont'r
Option3: Diesel
Option 4: Accessories MFG/ % off MSRP
Option 5: 6.5' Bed
Option 6A: Western MoldboardTrip plow
Make/Model/Size/$/% off MSRP-options
Option 6B: Fisher EdgeTrip plow
Make/Model/Size/$/%off MSRP options
Option 6B: Boss Moldboard Trip plow
Make/Model/Size/$/%off MSRP options
Option#7-Eng CNG/LPG Prep Package
CNG TRUCK BASE TRIM
CNG TRUCK MID TRIM
DAVE WARREN
716-484-7125
2015
RAM
2500 TRD, SLT, LAR
$27,890.00
$31,436.00
$36,985.00
8%
60-90
3/36 5/100
$10,800.00
-$300.00
PRO/8'/$4,691.00
PRO/9'/$5,223.00
Fisher/HD/8'/$4,650.00
Fisher/HD/9'/$4,900.00
EMERLING CHEVY
716-941-5255
2015
CHEVROLET
1WT,1LT,1LZ
$29,665.00
$33,717.25
$37,750.00
10%
90-120
3/36 5/100
-$2,300.00
$207.00
$7,555.50
ARE / 5%
-$100.00
ED SHULTS
716664-0220
2015
FORD
F-250 XL, XLT
$27,542.00
$30,218.00
8%
120
3/36 5/60
-$2,664.00
$592.00
$7,801.00
PRO/ 8'/ $4096.00/ 38%
PRO+/ 9'/ $4592.00/ 38%
HD/8'/$4,475.00/ 8%
HD/9'/$4,750.00/ 8%
JOE BASIL CHEVY
716-206-1734
2015
CHEVROLET
SILVERADO 2500
$28,746.00
$32,342.00
$36,370.00
10%
60-120
3/36 5/100
-$2,000.00
$210.00
$7,600.00
LEER/ 10%
-$175.00
PRO+/8'/$4,273.00/40%
PRO+/9'/$4,452.00/40%
HD/8'/$4,200.00
HD/9'/$4,425.00
$8,550.00
ED SHULTS
716664-0103
2015
CHEVROLET
K2500-WT,LT
$30,039.00
$33,540.00
5%
ASAP
3/36 5/100
-$2,200.00
$510.00
$8,395.00
ARE/LEER/ 3%
-$200.00
HD/8'/$4,100.00
HD/9'/$4,325.00
$9,500.00
$32,623.00
$35,656.00
Page 35 of 49
VAN BORTEL
VAN BORTEL
585585-586-7705
586-7705
2015
2015
FORD
CHEVROLET
1WT,1LT,1LZ
F-250-XL,XLT
$28,430.00
$30,075.00
$31,120.00
$33,642.00
$31,120.00
$38,070.00
8%
8%
60-120
60-120
3/36 5/60
3/36 5/100
-$2,300.00
-$1,950.00
$249.00
$210.00
$7,000.00
$7,550.00
VARIOUS-8%
VARIOUS-8%
-$175.00
-$130.00
PRO+/8'/$4,725.00
PRO+/8'/$4,725.00/8%
PRO+/9'/$4,900.00
PRO+/9'/$4,900.00/8%
HD/8'/$4,525.00
HD/8'/$4,525.00/ 8%
HD/9'/$4,725.00
HD/9'/$4,725.00/ 8%
RT3-S/8'/$4,525.00 RT3- RT3-S/8'/$4,525.00/8%
S/9'/$4,850.00
RT3-S/9'/$4,725.00/8%
$235.00
$8,550.00
GROUP V, ITEM 4: NEW 2015 OR NEWER 1 TON 4X4 PICKUP; Specification: 8-Cylinder, Auto Trans., A/C, P/W Tinted Glass, AM/FM/CD, PS, ABS, Shift on Fly, Floor Mats, Split Bench Seat,
Cruise, Power points, Upfitter switches, Running Boards,Snow Plow Package, Mudflaps, Trailer Hitch, Spare Tire.
Option 6 Description: Furnish and install, 4-way Snow Plow (angle l/r, up/down). The unit shall be heavy duty unit, with electric over hydraulic power unit, dash mounted joystick control. Quick attach plow frame, ½” X 6” bolt on
steel cutting edge, mushroom style adjustable shoes. Forward electrical harnesses W/protective caps. Standard plow light package w/sealed harness and switches for unit bid. The price shall also include related additional
required items to the truck specification. Addition of this option shall in no way affect the factory warranty on vehicle offered.
GROUP V ITEM #4: VEHICLE #1: NEW 2015 OR NEWER 1 TON 4X4 REGULAR CAB PICKUP 8' BOX
BIDDERS
Year
Make
Model
BASE LEVEL Trim Price FOB
MID LEVEL Trim Price FOB
HIGH LEVEL Trim Price FOB
Factory Options-MSRP less
Delivery ARO
Warranty
Option 1: 2-Wheel Drive
Option 2: Tow Pkg w/cont'r
Option3: Diesel
DAVE WARREN
716-484-7125
2015
RAM
3500 TRD,SLT
$27,881.00
$30,579.00
8%
60-90
3/36 5/100
$295.00
Option 4: Accessories MFG/ % off MSRP
Option 5: 6.5' Box
Option 6A: Western MoldboardTrip plow
/Make/Model/Size/$
Option 6B: Fisher EdgeTrip
plow/Make/Model/Size/$
Option 6B: Boss Moldboard Trip
plow/Make/Model/Size/$
Option#7-Eng CNG/LPG Prep Package
PRO/8'/$4,691.00
PRO/9'/$5,223.00
Fisher/HD/8'/$4,650.00
Fisher/HD/9'/$4,900.00
716EMERLING CHEVY ED SHULTS
716-941-5255
664-0220
2015
2015
CHEVROLET
FORD
SILVERADO 1WT, 1LT
F-350 XL, XLT
$27,519.45
$28,141.00
$30,311.50
$30,293.00
10%
8%
90-120
120
3/36 5/100
3/36 5/60
-$2,300.00
-$2,664.00
$207.00
$592.00
$7,555.50
$7,801.00
ARE / 5%
N/A
PRO/ 8'/ $4096.00/ 38%
PRO+/ 9'/ $4592.00/ 38%
HD/8'/$4,475.00/ 8%
HD/9'/$4,750.00/ 8%
$8,550.00
JOE BASIL CHEVY
716-206-1734
2015
CHEVROLET
SILVERADO 3500
$28,649.00
$30,354.00
ED SHULTS
716664-0103
2015
CHEVROLET
3500-WT,LT
$28,151.00
$30,962.00
10%
60-120
3/36 5/100
-$2,000.00
INC
$7,600.00
LEER/ 10%
5%
ASAP
3/36 5/100
-$2,200.00
INC
$8,395.00
LEER/ARE/ 3%
N/A
PRO+/8'/$4,273.00
PRO+/9'/$4,452.00
HD/8'/$4,200.00
HD/9'/$4,425.00
HD/8'/$4,100.00
HD/9'/$4,325.00
$9,500.00
Page 36 of 49
VAN BORTEL
VAN BORTEL
585585-586-7705
586-7705
2015
2015
FORD
CHEVROLET
F-350-XL,XLT
SILVERADO 1WT,1LT
$25,705.00
$28,693.00
$27,821.00
$27,821.00
$30,619.00
8%
8%
60-120
60-120
3/36 5/60
3/36 5/100
-$2,300.00
-$1,950.00
$249.00
$210.00
$7,000.00
$7,550.00
VARIOUS-8%
VARIOUS-8%
N/A
N/A
PRO+/8'/$4,725.00
PRO+/8'/$4,725.00/8%
PRO+/9'/$4,900.00
PRO+/9'/$4,900.00/8%
HD/8'/$4,525.00
HD/8'/$4,525.00/ 8%
HD/9'/$4,725.00
HD/9'/$4,725.00/ 8%
RT3-S/8'/$4,525.00 RT3- RT3-S/8'/$4,525.00/8%
S/9'/$4,850.00
RT3-S/9'/$4,725.00/8%
$235.00
$8,550.00
GROUP V, ITEM 4: VEHICLE #2: NEW 2015 OR NEWER 1 TON 4X4 EXTENDED CAB PICKUP 8' BOX
BIDDERS
Year
Make
Model
BASE LEVEL Trim Price FOB
MID LEVEL Trim Price FOB
HIGH LEVEL Trim Price FOB
Factory Options-MSRP less
Delivery ARO
Warranty
Option 1: 2-Wheel Drive
Option 2: Tow Pkg w/cont'r
Option3: Diesel
Option 4: Accessories MFG/ % off MSRP
Option 5: 6.5' Box
Option 6A: Western MoldboardTrip plow
/Make/Model/Size/$
Option 6B: Fisher EdgeTrip
plow/Make/Model/Size/$
Option 6B: Boss Molboard Trip
plow/Make/Model/Size/$
Option#7-Eng CNG/LPG Prep Package
DAVE WARREN
716-484-7125
EMERLING CHEVY
716-941-5255
2015
CHEVROLET
1WT,1LT,1LZ
$30,367.70
$33,293.00
$37,426.25
10%
90-120
3/36 5/100
-$2,300.00
$207.00
$7,555.50
ARE / 5%
N/A
ED SHULTS
716664-0220
2015
FORD
F-350 XL, XLT
$30,469.00
$32,882.00
8%
120
3/36 5/60
-$2,664.00
$592.00
$7,801.00
JOE BASIL CHEVY
716-206-1734
2015
CHEVROLET
SILVERADO 3500
$30,567.00
$33,736.00
$37,889.00
10%
60-120
3/36 5/100
-$2,000.00
INC
$7,600.00
LEER/ 10%
ED SHULTS
716664-0103
VAN BORTEL
585-586-7705
2015
CHEVROLET
3500-WT,LT
$30,962.00
$33,914.00
2015
FORD
F-350-XL,XLT
$28,142.00
$30,660.00
$30,660.00
8%
60-120
3/36 5/60
-$2,300.00
$249.00
$7,000.00
VARIOUS-8%
-$175.00
PRO+/8'/$4,725.00
PRO+/9'/$4,900.00
5%
ASAP
3/36 5/100
-$2,200.00
INC
$8,395.00
LEER/ARE/ 3%
N/A
PRO+/8'/$4,273.00
PRO+/9'/$4,452.00
PRO/ 8'/ $4096.00/ 38%
PRO+/ 9'/ $4592.00/ 38%
HD/8'/$4,475.00/ 8%
HD/9'/$4,750.00/ 8%
$8,550.00
HD/8'/$4,200.00
HD/9'/$4,425.00
HD/8'/$4,100.00
HD/9'/$4,325.00
$9,500.00
Page 37 of 49
VAN BORTEL
586-7705
585-
2015
CHEVROLET
1WT,1LT,1LZ
$30,996.00
$33,795.00
$37,786.00
8%
60-120
3/36 5/100
-$1,950.00
$210.00
$7,550.00
VARIOUS-8%
N/A
PRO+/8'/$4,725.00/8%
PRO+/9'/$4,900.00/8%
HD/8'/$4,525.00
HD/8'/$4,525.00/ 8%
HD/9'/$4,725.00
HD/9'/$4,725.00/ 8%
RT3-S/8'/$4,525.00 RT3- RT3-S/8'/$4,525.00/8%
S/9'/$4,850.00
RT3-S/9'/$4,725.00/8%
$235.00
$8,550.00
GROUP V, ITEM 4: VEHICLE #3: NEW 2015 OR NEWER 1 TON 4X4 CREW CAB PICKUP 8' BOX
DAVE WARREN
716-484-7125
EMERLING CHEVY
716-941-5255
ED SHULTS
716664-0220
JOE BASIL CHEVY
716-206-1734
ED SHULTS
716664-0103
VAN BORTEL
585-586-7705
Year
2015
2015
2015
2015
2015
2015
2015
Make
RAM
FORD
CHEVROLET
CHEVROLET
FORD
F-350 XL, XLT
SILVERADO 3500
3500-WT,LT
F-350-XL,XLT
CHEVROLET
SILVERADO1WT,1LT.1LZ
$28,369.00
$31,469.00
$31,727.00
$30,169.00
$31,592.00
$34,683.00
$34,895.00
$32,923.00
$34,926.00
$32,923.00
$38,925.00
BIDDERS
3500 TRD,SLT, LAR
CHEVROLET
SILVERADO
1WT,1LT,1LZ
BASE LEVEL Trim Price FOB
$30,953.00
$31,133.25
MID LEVEL Trim Price FOB
$33,472.00
$34,550.00
HIGH LEVEL Trim Price FOB
$38,697.00
$38,605.00
$31,049.00
$39,039.00
Factory Options-MSRP less
8%
10%
8%
10%
Model
Delivery ARO
Warranty
90-120
120
60-120
ASAP
60-120
60-120
3/36 5/100
3/36 5/60
3/36 5/100
3/36 5/100
3/36 5/60
3/36 5/100
-$2,300.00
-$2,664.00
-$2,000.00
-$2,200.00
-$2,300.00
-$1,950.00
$207.00
$592.00
INC
INC
$249.00
$210.00
$7,555.50
$7,801.00
$7,600.00
$8,395.00
$7,000.00
$7,550.00
LEER/ 10%
LEER/ARE/ 3%
VARIOUS-8%
VARIOUS-8%
-$100.00
-$175.00
PRO+/8'/$4,725.00
PRO+/9'/$4,900.00
HD/8'/$4,525.00
HD/9'/$4,725.00
RT3-S/8'/$4,525.00 RT3S/9'/$4,850.00
-$130.00
PRO+/8'/$4,725.00/8%
PRO+/9'/$4,900.00/8%
HD/8'/$4,525.00/ 8%
HD/9'/$4,725.00/ 8%
RT3-S/8'/$4,525.00/8%
RT3-S/9'/$4,725.00/8%
$235.00
$8,550.00
Option 4: Accessories MFG/ % off MSRP
Option 5: 6.5' Bed
Option 6A: Western MoldboardTrip plow
/Make/Model/Size/$
Option 6B: Fisher EdgeTrip
plow/Make/Model/Size/$
Option 6B: Boss Molboard Trip
plow/Make/Model/Size/$
Option#7-Eng CNG/LPG Prep Package
ARE / 5%
-$100.00
PRO/8'/$4,691.00
PRO/9'/$5,223.00
Fisher/HD/8'/$4,650.00
Fisher/HD/9'/$4,900.00
N/A
8%
60-90
TRADE-$9,204.00
SLT-$6,700.00
Option3: Diesel
585-
3/36 5/100
Option 1: 2-Wheel Drive
Option 2: Tow Pkg w/cont'r
5%
VAN BORTEL
586-7705
PRO/ 8'/ $4096.00/ 38%
PRO+/ 9'/ $4592.00/ 38%
HD/8'/$4,475.00/ 8%
HD/9'/$4,750.00/ 8%
PRO+/8'/$4,273.00
PRO+/9'/$4,452.00
HD/8'/$4,200.00
HD/9'/$4,425.00
HD/8'/$4,100.00
HD/9'/$4,325.00
$9,500.00
$8,550.00
Page 38 of 49
GROUP VI – CAB & CHASSIS
ITEM 1: CLASS 3, 4X4 CAB & CHASSIS
ITEM 2: CLASS 4, 4X4 CAB & CHASSIS
ITEM 3: CLASS 5, 4X4 CAB & CHASSIS
ITEM 4: CUTAWAY VAN CAB & CHASSIS
E–11–14 PFTH NEW 2015 or NEWER FLEET, ALTERNATIVE AND REGULAR FUEL PICK UP & LIGHT VEHICLES: BID DATE: 11/6/2014 GROUP VI - CAB & CHASSIS
GROUP VI, ITEM 1: NEW 2015 OR NEWER CLASS 3, 4X4 CAB & CHASSIS; Specification: 8-Cylinder, Auto Trans., A/C, P/W Tinted Glass, AM/FM/CD, PS, ABS, Vinyl Floor, Split Bench Seat, Cruise, Power points, Upfitter
switches, Running Boards, Mudflaps, Spare tire.
Option 4 Description: Furnish and install a 9’ Dump Body. Length - 108”, Width - 84", Capacity 3-4 cubic yards. Body – 10 gauge steel construction min. throughout. Continuously welded box type rear corner posts. Sides – App. 14” shall have 2-vertical
braces min., side board brackets, sloped-dirt shedding horizontal side rails with a greater overall width than the truck tires OAW. Bulkhead - One piece reinforced, with viewing window and cab-shield to cover ¼ of cab min. Tailgate control lever at left frt.
corner w/safety chain and ring. Tailgate - Double-acting, with two vertical boxed braces and sloped rear rail. Heavy-duty offset gate hardware, top and bottom, spreader chains w/banjo style eyelets. Floor -10 ga. hi-tensile steel min., with 2" min. radius sides to
floor. The dump body shall have the manufacturer’s standard longitudinal and cross member design. Sub frame- shall be full length and MFR’S standard for mounting of hoist and body safety props. Lights and Reflectors - To meet all DOT regulations with
one piece sealed wire harness, to include back-up alarm. Body mounted Stone Guards and Mud Flaps. FUELING CAPABILITY WITHOUT RAISING BODY. Paint color same as cab, or standard chosen at NOA.
Hoist – N.T.E.A. approved for maximum cargo capacity of wet product, Single-direct mount double acting hydraulic ram or a scissor hoist. Shall be capable of maintaining Minimum dump angle of 40° under full load and incorporate proper pressure reliefs.
Hydraulic System: Shall have Electric Operated Hydraulic pump system with manufacturers' standard controls for operation of Dump Body bid.
Option 5 Description: Furnish & install PTO driven central hydraulics in lieu of electric over Hydraulic for plow and Dump. Shall have disengagement and low oil level warning. Belt-driven and PTO-driven pumps will be considered - provided engine or
transmission has proper provision for such. Hydraulic System shall be standard for body offered with the following, electronically engaged by a switch with an indicator light in the cab. It shall have a hydraulic tank with internal serviceable filter w/restriction
gauge. It shall have a proportional control valve, that is adjustable to control dump and down speeds, or approved equal. The section valve used shall capable of adding additional valves for other functions i.e. plow, as needed. Location of all levers shall be
easily accessible from the driver’s seat.
Option 6 Description: Furnish and install, 4-way Snow Plow (angle l/r, up/down). The unit shall be heavy duty unit, with electric over hydraulic power unit, dash mounted joystick control. Quick attach plow frame, ½” X 6” bolt on steel cutting edge, mushroom
style adjustable shoes. Forward electrical harnesses W/protective caps. Standard plow light package w/sealed harness and switches for unit bid. The price shall also include related additional "Snow Plow Package" items to the truck specification. Addition of
this option shall in no way affect the factory warranty on vehicle offered.
*Option 7 Description: Reference- SPECIFICATIONS: Proposal No. E-11-14 PFTH III. NON ORIGINAL EQUIPMENT MANUFACTURER ITEMS: Page 7. Manufacturer price book/sheet must be available on line or submitted in print or CD, prices and
percentage must remain same throughout contract. Acceptable body line would be Dump, Stake rack, Van, Utility, etc. $20,000.00 or 50% threshold applies.
GROUP VI ITEM 1: VEHICLE # 1: NEW 2015 OR NEWER CLASS 3 C&C, 4X4, 11,500 GVWR REGULAR CAB 140" W.B. DRW
BIDDERS
Year
Make
Model
Base Trim Price FOB
MID Trim Price FOB
High Trim Price FOB
MFR Options-MSRP less
Delivery ARO
Warranty
Option 1: 2-Wheel Drive
Option 2: Tow Pkg w/cont'r
Option3: Diesel
DAVE WARREN
716-484-7125
2015
RAM
3500TRADE
$27,200.00
EMERLING CHEVY
716-941-5255
2015
CHEVROLET
SILVERADO, 1WT,1LT
$26,788.15
$28,686.00
10%
120-180
3/36 5/100
-$2,300.00
$295.00
$11,500.00
$7,555.50
Option 4: 9' Dump Body MFR/Model/$/% off MSRP
Option 5:PTO Central/Hyd for Opt.4/$/Opts
4&6/$/%off MSRP
$6,223.60/$10,933.25
/38%
Option 6A:Western Full Trip Make/Model/Size/$
PRO/8'/$4691.00
PRO+/9'/$5223.00
Option 6B: Fisher Edge Trip Make/Model/Size/$
HD/8'$4650.00
HD/9'/$4900.00
ED SHULTS FORD
664-0220
716-
2015
FORD
F-350 XL,XLT
$26,285.00
$27,996.00
8%
120
3/36 5/60
-$2,664.00
$592.00
$7,801.00
RUGBY/DU-9-4
$7,649.00/8%
JOE BASIL CHEVY
716-206-1734
ED SHULTS CHEVY
716-664-0103
VAN BORTEL FORD
585-586-7705
VAN BORTEL CHEVY
585-586-7705
2015
CHEVROLET
SILVERADO 3500
$27,801.00
$28,706.00
2015
CHEVROLET
3500-WT,LT
$28,016.00
$28,972.00
2015
FORD
F-350-XL,XLT
$27,327.00
$28,858.00
2015
CHEVROLET
SILVERADO 1WT,1LT
$27,850.00
10%
60-120
3/36 5/100
-$2,000.00
5%
ASAP
3/36 5/100
-$2,200.00
$250.00
$8,395.00
8%
60-120
3/36 5/60
-$2,400.00
$249.00
$7,000.00
$29,128.00
8%
90-180
3/36 5/100
-$1,950.00
$650.00
$7,550.00
Air-Flo /9'/$7,325.00/8%
Air-Flo /9'/$7,325.00/8%
$4,500 - $6,975.00-8%
PRO+/8'/$4,725.00/8%
PRO+/9'/$4,900.00/8%
$4,500 - $6,975.00-8%DIESEL ONLY
PRO+/8'/$4,725.00/8%
PRO+/9'/$4,900.00/8%
HD/8'/$4,525.00/ 8%
HD/9'/$4,725.00/ 8%
MM/8'/$4,525.00/ 8%
MM/9'/$4,725.00/ 8%
RT3-S/8'/$4525.00/8% RT3S/9'/$4,850.00/8%
SD/8'/$4525.00/8%
SD/9'/$4,725.00/8%
RUGBY--33%/ 8%
VARIOUS/-8%/8%
$239.00
N/A
$7,600.00
AIR FLO/3-4 $6,996.00/40% RUGBY/DU-9-4 $7,100.00
$3,350.00 $4,195.00/ 8%
$5,419.00
$8,965.00
PRO+/8'/$4,273.00
PRO+/9'/$4,452.00
HD/8'/$4,475.00/ 8%
HD/9'/$4,750.00/ 8%
HD/8'/$4,200.00
HD/9'/$4,425.00
PRO/8'/$4096.00/38%
PRO+/9'/$4592.00/38%
$2,900.00
$3,795.00
HD/8'/$4,100.00
HD/9'/$4,325.00
Option 6B: Boss Full Trip Make/Model/Size/$
Option 7: Additional Body Line Make/MSPR + or /OPTS/%
Option 8: Eng prep Pack Cng/LPG
VARIOUS/0%/38%
UNICELL/40%/40%
N/A
$8,550.00
Page 39 of 49
GROUP VI ITEM 1: VEHICLE # 2: NEW 2015 OR NEWER CLASS 3, C&C 4X4 11,500 GVWR EXTENDED CAB 156" W.B. DRW
BIDDERS
Year
Make
Model
Base Trim Price FOB
MID Trim Price FOB
High Trim Price FOB
MFR Options-MSRP less
Delivery ARO
Warranty
Option 1: 2-Wheel Drive
Option 2: Tow Pkg w/cont'r
Option3: Diesel
Option 4: 9' Dump Body MFR/Model/$/% off MSRP
Option 5: PTO Central/Hyd for Opt.4/$ /Opts 4&6/$
ED SHULTS FORD
664-0220
716-
2015
FORD
F-350 XL,XLT
$31,326.00
$32,967.00
8%
120
3/36 5/60
-$2,664.00
$592.00
$7,801.00
RUGBY/DU-9-4
$7,649.00/8%
$3,350.00
$4,195.00/
8%
Option 6A:Western Full Trip Make/Model/Size/$
Option 6B: Fisher Edge Trip Make/Model/Size/$
HD/8'/$4,475.00/ 8%
HD/9'/$4,750.00/ 8%
Option 6B: Boss Full Trip Make/Model/Size/$
Option 7: Additional Body Line Make/MSPR + or Option 8: Eng prep Pack Cng/LPG
VAN BORTEL FORD
585-586-7705
2015
FORD
F-350-XL,XLT
$29,544.00
$31,313.00
8%
60-120
3/36 5/60
-$2,400.00
$249.00
$7,000.00
Air-Flo /9'/$7,325.00/8%
$4,500 - $6,975.00-8%
PRO+/8'/$4,725.00/8%
PRO+/9'/$4,900.00/8%
HD/8'/$4,525.00/ 8%
HD/9'/$4,725.00/ 8%
RT3-S/8'/$4525.00/8% RT3S/9'/$4,850.00/8%
RUGBY--33%/ 8%
$239.00
Page 40 of 49
VAN BORTEL CHEVY
585-586-7705
GROUP VI ITEM 1: VEHICLE # 3: NEW 2015 OR NEWER CLASS 3 C&C, 4X4 11,500 GVWR CREW CAB 170" W.B. DRW
BIDDERS
DAVE WARREN
716-484-7125
EMERLING CHEVY
716-941-5255
ED SHULTS FORD
664-0220
716-
JOE BASIL CHEVY
716-206-1734
ED SHULTS CHEVY
716-664-0103
VAN BORTEL FORD
585-586-7705
VAN BORTEL CHEVY
585-586-7705
Year
2015
2015
2015
2015
2015
2015
2015
Make
RAM
CHEVROLET
FORD
CHEVROLET
CHEVROLET
FORD
CHEVROLET
SILVERADO 1WT,1LT
Model
TRADE,SLT
Silverado 1WT,1LT
F-350 XL,XLT
SILVERADO 3500
3500-WT,LT
Base Trim Price FOB
$28,948.00
$29,353.40
$32,274.00
MID Trim Price FOB
$32,841.00
$32,622.50
$29,610.00
$32,643.00
$30,182.00
$32,862.00
F-350-XL,XLT
$30,782.00
$32,987.00
8%
10%
8%
10%
5%
8%
8%
60-90
120-180
120
60-120
ASAP
60-120
90-180
$34,446.00
High Trim Price FOB
MFR Options-MSRP less
Delivery ARO
Warranty
3/36 5/100
Option 1: 2-Wheel Drive
Option 2: Tow Pkg w/cont'r
Option3: Diesel
Option 4: 9' Dump Body MFR/Model/$/% off MSRP
Option 5: PTO Central/Hyd for Opt.4/$ /Opts 4&6/$
Option 6A:Western Full Trip Make/Model/Size/$
Option 6B: Fisher Edge Trip Make/Model/Size/$
PRO/8'/$4691.00
PRO+/9'/$5223.00
HD/8'$4650.00
HD/9'/$4900.00
$33,094.00
3/36 5/100
3/36 5/60
3/36 5/100
3/36 5/100
3/36 5/60
3/36 5/100
-$2,300.00
-$2,664.00
-$2,000.00
-$2,200.00
-$2,400.00
-$1,950.00
$295.00
$11,241.00
$592.00
$250.00
$7,555.50
$7,801.00
$7,600.00
$8,395.00
RUGBY/DU-9-4
$7,649.00/8%
AIR FLO/3-4 $6,996.00/40% RUGBY/DU-9-4 $7,100.00
$6,223.60 - $10,933.25 - $3,350.00
$4,195.00/
38%
8%
$5,419.00
$8,965.00 $2,900.00
$3,795.00
PRO+/8'/$4,273.00
PRO/8'/$4096.00/38%
PRO+/9'/$4592.00/38%
PRO+/9'/$4,452.00
HD/8'/$4,475.00/ 8%
HD/8'/$4,200.00
HD/8'/$4,100.00
HD/9'/$4,750.00/ 8%
HD/9'/$4,425.00
HD/9'/$4,325.00
Option 6B: Boss Full Trip Make/Model/Size/$
Option 7: Additional Body Line Make/MSPR + or Option 8: Eng prep Pack Cng/LPG
$29,759.00
VARIOUS/0%/38%
UNICELL/40%
N/A
$8,550.00
Page 41 of 49
$249.00
$650.00
$7,000.00
$7,550.00
Air-Flo/9'/$7,325.00/8%
$4,500 - $6,975.00-8%
PRO+/8'/$4,725.00/8%
PRO+/9'/$4,900.00/8%
HD/8'/$4,525.00/ 8%
HD/9'/$4,725.00/ 8%
RT3-S/8'/$4525.00/8% RT3S/9'/$4,850.00/8%
Air-Flo /9'/$7,325.00/8%
$4,500 - $6,975.00-8%DIESEL ONLY
PRO+/8'/$4,725.00/8%
PRO+/9'/$4,900.00/8%
MM/8'/$4,525.00/ 8%
MM/9'/$4,725.00/ 8%
SD/8'/$4525.00/8%
SD/9'/$4,725.00/8%
RUGBY--33%/ 8%
VARIOUS/-8%/8%
$239.00
N/A
GROUP VI, ITEM 2: NEW 2015 OR NEWER CLASS 4, 4X4 CAB & CHASSIS; Specification: 8-Cylinder, Auto Trans., A/C, P/W Tinted Glass, AM/FM/CD, PS, ABS, Vinyl Floor, Split Bench Seat, Cruise, Power points, Upfitter
switches, Running Boards, Mudflaps, Spare.
Option 4 Description: Furnish and install a 9’ Dump Body. Length - 108”, Width - 84", Capacity 3-4 cubic yards. Body – 10 gauge steel construction min. throughout. Continuously welded box type rear corner posts. Sides – App. 14” shall have 2-vertical
braces min., side board brackets, sloped-dirt shedding horizontal side rails with a greater overall width than the truck tires OAW. Bulkhead - One piece reinforced, with viewing window and cab-shield to cover ¼ of cab min. Tailgate control lever at left frt.
corner w/safety chain and ring. Tailgate - Double-acting, with two vertical boxed braces and sloped rear rail. Heavy-duty offset gate hardware, top and bottom, spreader chains w/banjo style eyelets. Floor -10 ga. hi-tensile steel min., with 2" min. radius sides to
floor. The dump body shall have the manufacturer’s standard longitudinal and cross member design. Sub frame- shall be full length and MFR’S standard for mounting of hoist and body safety props. Lights and Reflectors - To meet all DOT regulations with
one piece sealed wire harness, to include back-up alarm. Body mounted Stone Guards and Mud Flaps. FUELING CAPABILITY WITHOUT RAISING BODY. Paint color same as cab, or standard chosen at NOA.
Hoist – N.T.E.A. approved for maximum cargo capacity of wet product, Single-direct mount double acting hydraulic ram or a scissor hoist. Shall be capable of maintaining Minimum dump angle of 40° under full load and incorporate proper pressure reliefs.
Hydraulic System: Shall have Electric Operated Hydraulic pump system with manufacturers' standard controls for operation of Dump Body bid.
Option 5 Description: Furnish & install PTO driven central hydraulics in lieu of electric over Hydraulic for plow and Dump. Shall have disengagement and low oil level warning. Belt-driven and PTO-driven pumps will be considered - provided engine or
transmission has proper provision for such. Hydraulic System shall be standard for body offered with the following, electronically engaged by a switch with an indicator light in the cab. It shall have a hydraulic tank with internal serviceable filter w/restriction
gauge. It shall have a proportional control valve, that is adjustable to control dump and down speeds, or approved equal. The section valve used shall capable of adding additional valves for other functions i.e. plow, as needed. Location of all levers shall be
easily accessible from the driver’s seat.
Option 6 Description: Furnish and install, 4-way Snow Plow (angle l/r, up/down). The unit shall be heavy duty unit, with electric over hydraulic power unit, dash mounted joystick control. Quick attach plow frame, ½” X 6” bolt on steel cutting edge, mushroom
style adjustable shoes. Forward electrical harnesses W/protective caps. Standard plow light package w/sealed harness and switches for unit bid. The price shall also include related additional "Snow Plow Package" items to the truck specification. Addition of
this option shall in no way affect the factory warranty on vehicle offered.
*Option 7 Description: Reference- SPECIFICATIONS: Proposal No. E-11-14 PFTH III. NON ORIGINAL EQUIPMENT MANUFACTURER ITEMS: Page 7. Manufacturer price book/sheet must be available on line or submitted in print or CD, prices and
percentage must remain same throughout contract. Acceptable body line would be Dump, Stake rack, Van, Utility, etc. $20,000.00 or 50% threshold applies.
GROUP VI ITEM 2: VEHICLE # 1: NEW 2015 OR NEWER CLASS 4, C&C, 4X4 14,500 GVWR REGULAR CAB 140" W.B. DRW
BIDDERS
Year
Make
Model
Base Trim Price FOB
MID Trim Price FOB
High Trim Price FOB
MFR Options-MSRP less
Delivery ARO
Warranty
Option 1: 2-Wheel Drive
Option 2: Tow Pkg w/cont'r
Option3: Diesel
Option 4: 9' Dump Body MFR/Model/$/% off MSRP
Option 5: PTO Central/Hyd for Opt.4/$ /Opts 4&6/$
ED SHULTS FORD
716-664-0220
VAN BORTEL FORD
585-586-7705
2015
FORD
F-450 XL, XLT
$33,944.00
2015
FORD
F-450-XL,XLT
$33,033.00
$35,458.00
$34,789.00
8%
120
3/36 5/60
-$2,664.00
$592.00
$7,801.00
RUGBY/DU-9-4
$7,649.00/8%
8%
60-120
3/36 5/60
-$2,400.00
$650.00
$7,000.00
$3,350.00
$4,195.00
Option 6A:Western Full Trip Make/Model/Size/$
Option 6B: Fisher Edge Trip Make/Model/Size/$
HD/8'/$4,475.00
HD/9'/$4,750.00
Option 6B: Boss Full Trip Make/Model/Size/$
Option 7: Additional Body Line Make/MSPR + or -
Air-Flo/9'/$7,325.00/8%
$4,500 - $6,975.00
PRO+/8'/$4,725.00
PRO+/9'/$4,900.00
HD/8'/$4,525.00
HD/9'/$4,725.00
RT3-S/8'/$4525.00 RT3S/9'/$4,850.00
RUGBY--33%/ 8%
Page 42 of 49
GROUP VI ITEM 2: VEHICLE # 2: NEW 2015 OR NEWER CLASS 4, C&C, 4X4 14,500 GVWR EXTENDED CAB 160" W.B. DRW
BIDDERS
ED SHULTS FORD
716-664-0220
VAN BORTEL FORD
585-586-7705
Year
2015
2015
Make
FORD
FORD
Model
F-450 XL, XLT
$36,376.00
F-450-XL,XLT
$35,449.00
$38,108.00
$37,449.00
Base Trim Price FOB
MID Trim Price FOB
High Trim Price FOB
MFR Options-MSRP less
8%
8%
Delivery ARO
120
60-120
Warranty
3/36 5/60
3/36 5/60
Option 1: 2-Wheel Drive
-$2,664.00
-$2,400.00
Option 2: Tow Pkg w/cont'r
Option3: Diesel
Option 4: 9' Dump Body MFR/Model/$/% off MSRP
Option 5: PTO Central/Hyd for Opt.4/$ /Opts 4&6/$
$592.00
$650.00
$7,801.00
RUGBY/DU-9-4
$7,649.00/8%
$7,000.00
$3,350.00
$4,195.00
Option 6A:Western Full Trip Make/Model/Size/$
Option 6B: Fisher Edge Trip Make/Model/Size/$
HD/8'/$4,475.00
HD/9'/$4,750.00
Option 6B: Boss Full Trip Make/Model/Size/$
Option 7: Additional Body Line Make/MSPR + or -
Air-Flo/9'/$7,325.00/8%
$4,500 - $6,975.00
PRO+/8'/$4,725.00
PRO+/9'/$4,900.00
HD/8'/$4,525.00
HD/9'/$4,725.00
RT3-S/8'/$4525.00 RT3S/9'/$4,850.00
RUGBY--33%/ 8%
Page 43 of 49
GROUP VI ITEM 2: VEHICLE # 3: NEW 2015 OR NEWER CLASS 4, C&C, 4X4 14,500 GVWR CREW CAB 176" W.B. DRW
BIDDERS
ED SHULTS FORD
716-664-0220
VAN BORTEL FORD
585-586-7705
Year
2015
2015
Make
FORD
FORD
Model
F-450 XL, XLT
$37,414.00
F-450-XL,XLT
$36,463.00
$39,587.00
$38,883.00
Base Trim Price FOB
MID Trim Price FOB
High Trim Price FOB
MFR Options-MSRP less
8%
8%
Delivery ARO
120
60-120
Warranty
3/36 5/60
3/36 5/60
Option 1: 2-Wheel Drive
Option 2: Tow Pkg w/cont'r
-$2,664.00
-$2,400.00
$592.00
$650.00
Option3: Diesel
$7,801.00
$7,000.00
RUGBY/DU-9-4
$7,649.00/8%
Air-Flo/9'/$7,325.00/8%
Option 4: 9' Dump Body MFR/Model/$/% off MSRP
Option 5: PTO Central/Hyd for Opt.4/$ /Opts 4&6/$
$3,350.00
$4,195.00
Option 6A:Western Full Trip Make/Model/Size/$
Option 6B: Fisher Edge Trip Make/Model/Size/$
$4,500 - $6,975.00
PRO+/8'/$4,725.00
PRO+/9'/$4,900.00
HD/8'/$4,475.00
HD/9'/$4,750.00
HD/8'/$4,525.00
HD/9'/$4,725.00
RT3-S/8'/$4525.00 RT3S/9'/$4,850.00
Option 6B: Boss Full Trip Make/Model/Size/$
Option 7: Additional Body Line Make/MSPR + or -
RUGBY--33%/ 8%
Page 44 of 49
GROUP VI, ITEM 3: NEW 2015 OR NEWER CLASS 5, 4X4 CAB & CHASSIS; Specification: 8-Cylinder, Auto Trans., A/C, P/W Tinted Glass, AM/FM/CD, PS, ABS, Vinyl Floor, Split Bench Seat, Cruise, Power points, Upfitter
switches, Running Boards, Mudflaps.
Option 4 Description: Furnish and install a 9’ Dump Body. Length - 108”, Width - 84", Capacity 3-4 cubic yards. Body – 10 gauge steel construction min. throughout. Continuously welded box type rear corner posts. Sides – App. 14” shall have 2-vertical
braces min., side board brackets, sloped-dirt shedding horizontal side rails with a greater overall width than the truck tires OAW. Bulkhead - One piece reinforced, with viewing window and cab-shield to cover ¼ of cab min. Tailgate control lever at left frt.
corner w/safety chain and ring. Tailgate - Double-acting, with two vertical boxed braces and sloped rear rail. Heavy-duty offset gate hardware, top and bottom, spreader chains w/banjo style eyelets. Floor -10 ga. hi-tensile steel min., with 2" min. radius sides to
floor. The dump body shall have the manufacturer’s standard longitudinal and cross member design. Sub frame- shall be full length and MFR’S standard for mounting of hoist and body safety props. Lights and Reflectors - To meet all DOT regulations with
one piece sealed wire harness, to include back-up alarm. Body mounted Stone Guards and Mud Flaps. FUELING CAPABILITY WITHOUT RAISING BODY. Paint color same as cab, or standard chosen at NOA.
Hoist – N.T.E.A. approved for maximum cargo capacity of wet product, Single-direct mount double acting hydraulic ram or a scissor hoist. Shall be capable of maintaining Minimum dump angle of 40° under full load and incorporate proper pressure reliefs.
Hydraulic System: Shall have Electric Operated Hydraulic pump system with manufacturers' standard controls for operation of Dump Body bid.
Option 5 Description: Furnish & install PTO driven central hydraulics in lieu of electric over Hydraulic for plow and Dump. Shall have disengagement and low oil level warning. Belt-driven and PTO-driven pumps will be considered - provided engine or
transmission has proper provision for such. Hydraulic System shall be standard for body offered with the following, electronically engaged by a switch with an indicator light in the cab. It shall have a hydraulic tank with internal serviceable filter w/restriction
gauge. It shall have a proportional control valve, that is adjustable to control dump and down speeds, or approved equal. The section valve used shall capable of adding additional valves for other functions i.e. plow, as needed. Location of all levers shall be
easily accessible from the driver’s seat.
Option 6 Description: Furnish and install, 4-way Snow Plow (angle l/r, up/down). The unit shall be heavy duty unit, with electric over hydraulic power unit, dash mounted joystick control. Quick attach plow frame, ½” X 6” bolt on steel cutting edge, mushroom
style adjustable shoes. Forward electrical harnesses W/protective caps. Standard plow light package w/sealed harness and switches for unit bid. The price shall also include related additional "Snow Plow Package" items to the truck specification. Addition of
this option shall in no way affect the factory warranty on vehicle offered.
*Option 7 Description: Reference- SPECIFICATIONS: Proposal No. E-11-14 PFTH III. NON ORIGINAL EQUIPMENT MANUFACTURER ITEMS: Page 7. Manufacturer price book/sheet must be available on line or submitted in print or CD, prices and
percentage must remain same throughout contract. Acceptable body line would be Dump, Stake rack, Van, Utility, etc. $20,000.00 or 50% threshold applies.
GROUP VI ITEM 3: VEHICLE # 1: NEW 2015 OR NEWER CLASS 5, C&C, 4X4 17,500 GVWR REGULAR CAB 140" W.B. DRW
BIDDERS
ED SHULTS FORD
716-664-0220
VAN BORTEL FORD
585-586-7705
Year
2015
2015
Make
FORD
FORD
Model
F-550 XL, XLT
$34,901.00
F5H-XL,XLT
$33,974.00
$36,415.00
$35,753.00
Base Trim Price FOB
MID Trim Price FOB
High Trim Price FOB
MFR Options-MSRP less
8%
8%
Delivery ARO
120
60-120
Warranty
3/36 5/60
3/36 5/60
Option 1: 2-Wheel Drive
-$2,664.00
-$2,400.00
Option 2: Tow Pkg w/cont'r
Option3: Diesel
Option 4: 9' Dump Body MFR/Model/$/% off MSRP
Option 5: PTO Central/Hyd for Opt.4/$ /Opts 4&6/$
$592.00
$625.00
$7,801.00
RUGBY/DU-9-4
$7,649.00/8%
$7,000.00
$3,350.00
$4,195.00
Option 6A:Western Full Trip Make/Model/Size/$
Option 6B: Fisher Edge Trip Make/Model/Size/$
HD/8'/$4,475.00
HD/9'/$4,750.00
Option 6B: Boss Full Trip Make/Model/Size/$
Option 7: Additional Body Line Make/MSPR + or -
Air-Flo/9'/$7,325.00/8%
$4,500 - $6,975.00
PRO+/8'/$4,725.00
PRO+/9'/$4,900.00
HD/8'/$4,525.00
HD/9'/$4,725.00
RT3-S/8'/$4525.00 RT3S/9'/$4,850.00
RUGBY--33%/ 8%
Page 45 of 49
GROUP VI ITEM 3: VEHICLE # 2: NEW 2015 OR NEWER CLASS 5, C&C, 4X4 17,500 GVWR EXTENDED CAB 160" W.B. DRW
BIDDERS
ED SHULTS FORD
716-664-0220
VAN BORTEL FORD
585-586-7705
Year
2015
2015
Make
FORD
FORD
Model
F-550 XL, XLT
$32,333.00
X5H-XL,XLT
$36,456.00
$39,065.00
$38,456.00
Base Trim Price FOB
MID Trim Price FOB
High Trim Price FOB
MFR Options-MSRP less
8%
8%
Delivery ARO
120
60-120
Warranty
3/36 5/60
3/36 5/60
Option 1: 2-Wheel Drive
Option 2: Tow Pkg w/cont'r
-$2,664.00
-$2,400.00
Option3: Diesel
Option 4: 9' Dump Body MFR/Model/$/% off MSRP
Option 5: PTO Central/Hyd for Opt.4/$ /Opts 4&6/$
$592.00
$625.00
$7,801.00
RUGBY/DU-9-4
$7,649.00/8%
$7,000.00
$3,350.00
$4,195.00
Option 6A:Western Full Trip Make/Model/Size/$
Option 6B: Fisher Edge Trip Make/Model/Size/$
HD/8'/$4,475.00
HD/9'/$4,750.00
Option 6B: Boss Full Trip Make/Model/Size/$
Option 7: Additional Body Line Make/MSPR + or -
Air-Flo/9'/$7,325.00/8%
$4,500 - $6,975.00
PRO+/8'/$4,725.00
PRO+/9'/$4,900.00
HD/8'/$4,525.00
HD/9'/$4,725.00
RT3-S/8'/$4525.00 RT3S/9'/$4,850.00
RUGBY--33%/ 8%
Page 46 of 49
GROUP VI ITEM 3: VEHICLE # 3: NEW 2015 OR NEWER CLASS 5, C&C, 4X4 17,500 GVWR CREW CAB 176" W.B. DRW
BIDDERS
Year
Make
Model
Base Trim Price FOB
MID Trim Price FOB
High Trim Price FOB
MFR Options-MSRP less
Delivery ARO
Warranty
Option 1: 2-Wheel Drive
Option 2: Tow Pkg w/cont'r
Option3: Diesel
Option 4: 9' Dump Body MFR/Model/$/% off MSRP
Option 5: PTO Central/Hyd for Opt.4/$ /Opts 4&6/$
ED SHULTS FORD
716-664-0220
VAN BORTEL FORD
585-586-7705
2015
FORD
F-550 XL, XLT
$38,371.00
2015
FORD
W5H-XL,XLT
$37,495.00
40544
$39,939.00
8%
120
3/36 5/60
-$2,664.00
$592.00
$7,801.00
RUGBY/DU-9-4
$7,649.00/8%
$3,350.00
$4,195.00
Air-Flo/9'/$7,325.00/8%
$4,500 - $6,975.00
PRO+/8'/$4,725.00
PRO+/9'/$4,900.00
Option 6A:Western Full Trip Make/Model/Size/$
Option 6B: Fisher Edge Trip Make/Model/Size/$
8%
60-120
3/36 5/60
-$2,400.00
$625.00
$7,000.00
HD/8'/$4,475.00
HD/9'/$4,750.00
HD/8'/$4,525.00
HD/9'/$4,725.00
RT3-S/8'/$4525.00 RT3S/9'/$4,850.00
Option 6B: Boss Full Trip Make/Model/Size/$
Option 7: Additional Body Line Make/MSPR + or -
RUGBY--33%/ 8%
Page 47 of 49
GROUP VI, ITEM 4: NEW 2015 OR NEWER CUTAWAY VAN, CAB & CHASSIS; Specification: 8-Cylinder, Auto Trans., A/C, P/W Tinted Glass, AM/FM/CD, PS, ABS, Vinyl Floor, High Back Bucket Seats, Cruise, Power points,
Upfitter switches, Spare tire.
Option 3 Note: Cost of Body option to include installation and additional items as necessary for proper function. *Option 3 Description: Reference- SPECIFICATIONS: Proposal No. E-11-14 PFTH III. NON ORIGINAL EQUIPMENT MANUFACTURER ITEMS:
Page 7. Manufacturer price book/sheet must be available on line or submitted in print or CD, prices and percentage must remain same throughout contract. $20,000.00 or 50% threshold applies.
GROUP VI ITEM 4: VEHICLE #1: 10,000lb. GVWR Cutaway Van Cab & Chassis, DRW. 138" WB, 96" CA,
BIDDERS
Year
Make
Model
BASE LEVEL Trim Price FOB
HIGH LEVEL Trim Price FOB
Factory Options-MSRP less
Delivery ARO
Warranty
Option 1: Trailer Brk Cont'r
Option 2: Diesel Engine
Option3: Van, Utility Bodies MFG/ % off
MSRP/%off -Options
Option 4: CNG/LPG engine prep
Bidder
Make
Model
Fuel Type/Trim Price FOB
Fuel Type/Trim Price FOB
Factory Options-MSRP less
Delivery ARO
Warranty
Option 1: Trailer Brk Cont'r
Option3: Van, Utility Bodies MFG/ % off MSRP
EMERLING CHEVY
716-941-5255
ED SHULTS FORD
716-664-0220
JOE BASIL CHEVY
716-206-1734
ED SHULTS CHEVY
716-664-0103
VAN BORTEL FORD
585-586-7705
VAN BORTEL CHEVY
585-586-7705
2015
2015
2015
2015
2015
2015
CHEVROLET
FORD
CHEVROLET
CHEVROLET
FORD
CHEVROLET
EXPRESS
TRANSIT
EXPRESS Cut Away
CG33503
E3F-XL
EXPRESS COMM 1WT
$21,167.50
$23,683.00
$21,590.00
$22,148.00
$21,292.00
21,618.00
10%
8%
10%
5%
8%
120-180
120
60-120
ASAP
60-120
8%
120-210
3/36 5/100
3/36 5/60
3/36 5/100
3/36 5/100
3/36 5/60
3/36 5/100
Body dependant
$639.00
$850.00
$10,950.00
$5,515.00
$12,703.50
UNICELL/ 8% /8%
$289.00
UNICELL-40%
$11,945.00
N/A
$825.00
$11,250.00
Baybridge/10%/10%
$12,000.00
UNICELL-8% /8%
$269.00
VARIOUS /-8%/8%
$12,000.00
GROUP VI ITEM 4: VEHICLE#1A ALTERNATIVE FUEL:
EMERLING
716-941-5255
CHEVROLET
EXPRESS
Diesel/$32,117.50
CNG/$34,148.00
CNG/$33,871.00
10%
120-180
3/36 5/100
Body dependant
VARIOUS/0%/38%
Page 48 of 49
GROUP VI ITEM 4: VEHICLE #2: 14,200lb. Cutaway Van Cab & Chassis, DRW. 158" WB, 96" CA,
BIDDERS
Year
Make
Model
BASE LEVEL Trim Price FOB
HIGH LEVEL Trim Price FOB
Factory Options-MSRP less
Delivery ARO
Warranty
Option 1: Trailer Brk Cont'r
Option 2: Diesel Engine
EMERLING CHEVY
716-941-5255
ED SHULTS FORD
716-664-0220
BIDDERS
Year
Make
Model
Fuel Type/Trim Price FOB
Fuel Type/Trim Price FOB
Factory Options-MSRP less
Delivery ARO
Warranty
Option 1: Trailer Brk Cont'r
Option3: Van, Utility Bodies MFG/ % off MSRP
ED SHULTS CHEVY
716-664-0103
VAN BORTEL FORD
585-586-7705
VAN BORTEL CHEVY
585-586-7705
2015
2015
2015
2015
2015
CHEVROLET
CHEVROLET
CHEVROLET
FORD
CHEVROLET
EXPRESS
EXPRESS Cut Away
CG33803
E4F-XL
EXPRESS COMM 2WT
$23,198.50
$23,609.00
$24,179.00
$23,872.00
$23,799.00
8%
8%
120-210
3/36 5/100
$825.00
$11,250.00
10%
10%
5%
120-180
60-120
ASAP
3/36 5/100
3/36 5/100
3/36 5/100
Body dependant
3/36 5/60
$850.00
$10,950.00
Option3: Van, Utility Bodies MFG/ % off MSRP
Option 4: CNG/LPG engine prep
JOE BASIL CHEVY
716-206-1734
UNICELL-40%
$12,703.50
GROUP VI ITEM 4: VEHICLE #2A ALTERNATIVE FUEL:
$11,945.00
N/A
Baybridge/10%/10%
$12,000.00
UNICELL-8% /8%
$269.00
VARIOUS /-8%/8%
$12,000.00
EMERLING CHEVY
716-941-5255
JOE BASIL CHEVY
716-206-1734
VAN BORTEL CHEVY
585-586-7705
2015
2015
2015
CHEVROLET
CHEVROLET
CHEVROLET
EXPRESS
EXPRESS Cut Away 4500
EXPRESS COMM 2WT
Diesel/$34,148.50
LPG-$35,321.00
FLEX $23,969.00
8%
120-210
3/36 5/100
$825.00
CNG/$35,902.00
10%
10%
120-180
60-120
3/36 5/100
3/36 5/100
Body dependant
VARIOUS/0%/38%
UNICELL / 40%
Page 49 of 49
VARIOUS /-8%/8%
Download