Official Software
Get notified when we add a new ChevroletSilverado Manual

We cover 60 Chevrolet vehicles, were you looking for one of these?

Chevrolet Aveo 2007-2010 Factory Repair Manual PDF
Chevrolet Suburban 2000-2006 FACTORY Service Repair Manual PDF
Malibu L4-2.4L (2010)
Chevrolet Cruze Workshop Manual (L4-1.4L Turbo (2011))
Chevrolet Impala Workshop Manual (V6-3.5L (2008))
TrailBlazer 4WD L6-4.2L VIN S (2002)
Chevrolet Blazer 4wd Workshop Manual (V6-4.3L VIN X (2005))
Chevrolet Equinox Awd Workshop Manual (V6-3.4L VIN F (2006))
Chevrolet Traverse Awd Workshop Manual (V6-3.6L (2011))
Chevrolet Impala Workshop Manual (V6-3.8L VIN K (2004))
Chevrolet Malibu Workshop Manual (V6-3.5L VIN 8 (2004))
Chevrolet - Epica - Workshop Manual - 2008 - 2008
Chevrolet - Malibu - Workshop Manual - 2007 - 2009
Chevrolet - S-10 - Workshop Manual - (2001)
Chevrolet Astro Van 2wd Workshop Manual (V6-4.3L VIN X (2002))
Chevrolet - Tahoe - Workshop Manual - 2001 - 2002
Chevrolet - Spark - Workshop Manual - 2011 - 2011
Chevrolet Cavalier Workshop Manual (Cavalier-Z24 L4-134 2.2L (1991))
TrailBlazer 2WD L6-4.2L VIN S (2003)
Chevrolet Avalanche 1500 4wd Workshop Manual (V8-5.3L VIN T (2003))
Chevrolet Express 4500 Workshop Manual (V8-6.0L (2010))
Chevrolet Camaro Workshop Manual (V8-350 5.7L (1989))
Chevrolet Astro Van Awd Workshop Manual (V6-4.3L VIN X (2003))
Chevrolet Caprice Workshop Manual (V8-305 5.0L VIN E TBI (1991))
Chevrolet Equinox Awd Workshop Manual (V6-3.4L (2008))
Chevrolet Chevette Workshop Manual (L4-98 1.6L (1982))
Chevrolet Colorado 2wd Workshop Manual (L4-2.8L VIN 8 (2004))
Uplander FWD V6-3.5L VIN L (2006)
Chevrolet - Monte Carlo - Workshop Manual - (2004)
Chevrolet Equinox Fwd Workshop Manual (V6-3.4L VIN F (2005))
Chevrolet - Cruze - Workshop Manual - 2011 - 2015
Chevrolet S10 Workshop Manual (S10-T10 Blazer 4WD V6-262 4.3L VIN Z (1994))
Chevrolet Camaro Workshop Manual (V8-6.2L (2010))
2010 Chevrolet Cruze Body Repair Manual
Chevrolet K Tahoe 4wd Workshop Manual (V8-5.7L VIN R (1996))
Tahoe 4WD V8-5.3L VIN T (2004)
Chevrolet Chevelle Workshop Manual (Chevelle-Malibu V8-305 5.0L (1983))
Chevrolet G 30 Van Workshop Manual (V8-379 6.2L DSL (1987))
Chevrolet Cavalier Workshop Manual (L4-2.2L VIN F (2004))
2001-2005--Chevrolet--Impala--6 Cylinders K 3.8L FI OHV--32849802
Chevrolet K 1500 Suburban 4wd Workshop Manual (V8-454 7.4L VIN N TBI (1995))
Chevrolet Equinox Fwd Workshop Manual (V6-3.0L (2010))
Chevrolet Express 1500 Awd Workshop Manual (V8-5.3L (2008))
Chevrolet - Express - Wiring Diagram - 2019 - 2019
Chevrolet Caprice Classic Workshop Manual (V8-305 5.0L VIN E TBI (1991))
Chevrolet Malibu Workshop Manual (V6-191 3.1L VIN M SFI (1997))
Chevrolet S10 Workshop Manual (S10-T10 Blazer 4WD V6-262 4.3L VIN W CPI (1992))
Malibu L4-2.2L VIN F (2005)
Chevrolet Hhr Workshop Manual (L4-2.2L (2007))
Lumina V6-204 3.4L DOHC VIN X SFI (1996)
Chevrolet Impala Workshop Manual (V6-3.4L VIN E (2000))
Chevrolet Tahoe 4wd Workshop Manual (V8-5.3L (2007))
S10-T10 Blazer 2WD V6-262 4.3L VIN W CPI (1992)
Chevrolet - S-10 - Workshop Manual - (1997)
Chevrolet S10 Workshop Manual (S10-T10 P-U 2WD L4-151 2.5L (1988))
Chevrolet Chevrolet K1500 Chevrolet C K Pick Up Truck 1999 Workshop Manual
Chevrolet Chevrolet Cruze Chevrolet Cruze 2012 Workshop Manual
Tracker 4WD L4-2.0L VIN C (1999)
Chevrolet K 2500 Truck 4wd Workshop Manual (V8-393 6.5L DSL Turbo (1993))
Chevrolet Impala Workshop Manual (V6-3.5L VIN N (2006))
Summary of Content
CITY OF LAKEWOOD NOTICE OF INVITING BIDS BID PUR02-21 NOTICE IS HEREBY GIVEN THAT THE Purchasing Officer of the City of Lakewood will receive sealed bids for the purchase of: One 2022 Chevrolet Silverado C3500 Regular Cab with Dump Body together with all incidental and appurtenant equipment and services necessary thereto, and in accordance with the provisions or the plans, sketches, and specifications therefore which are available at the Office of the Purchasing Officer of the City of Lakewood, 6929 Nixon Street, Lakewood, CA 90713. Each bid must be submitted to: City of Lakewood City Clerk’s Office 5050 Clark Avenue Lakewood, Ca 90712 Attention: Purchasing Officer in a SEALED ENVELOPE, no later than 2 PM, on August 10, 2021, and will be opened by the Purchasing Officer in a room as designated by the City Clerk at the time of bid opening. The Purchasing Officer’s evaluation of bids will be reported to the Lakewood City Council at 7:30 p.m. tentatively on August 24. 2021, at which time the City Council, at its discretion, will make the award of contract or will reject all bids. In determining the lowest responsible bidder, consideration may be given to taxes, if any that will be returned to the City of Lakewood. The City of Lakewood reserves the right to either award all items to the lowest overall bidder, or to award individual items to the separate bidders, depending on the quantities involved and any additional overhead costs which would be incurred in dealing with separate suppliers. It is the policy of the City of Lakewood to receive, but not to open, any bid which is received late. Such bids are rejected and returned to the bidder unopened. DATED THIS 19TH DAY OF JULY, 2021. Wilfred Cochico Wilfred Cochico Purchasing Officer City of Lakewood 1 BID PUR02-21 INSTRUCTIONS TO BIDDER The following instructions and conditions apply to the aforementioned bid and the bidder acknowledges acceptance thereof by signing and filing said bid. 1. Each bidder shall state whether he is an individual, firm or corporation; if a firm, give name of each member; if a corporation, give names of President, Secretary, Treasurer, and Manager. 2. Bidders are requested to bid upon conditions as specified. Any bidder designating a substitution does so at the risk that said substitution may not be deemed equal to the brand specified in the specifications. 3. Items of foreign origin must be so indicated on the bid proposal. Your signature on this bid will be taken as your certification that all manufactured articles, materials, and supplies so indicated have been made or produced in the United States or if insular possessions from articles, materials or supplies mined, produced or manufactured as the case may be in that area. “Except as otherwise provided in the Treaties and General Trade Agreements of the United States.” 4. Preference may be given to items produced wholly or partially within California, when such origin is stated by bidder. 5. All charges, e.g., delivery, installation, and taxes, must be included in the bid. No additional charges will be allowed unless specified in the bid. Any proposal which does not clearly and fully indicate the amount of the bid for each item thereof will be rejected. 6. The City is subject to 10.25% Los Angeles County and California Sales Tax, and the total amount bid must include said taxes. Do not include Federal Excise Tax since the City is not subject to the same. An exemption certificate will be provided to the successful bidder. 7. Prior to the bid award, City reserves the right to request clarification of any bid. 8. Changes or modifications to specifications or conditions to this Request shall only be made in issuance of a written amendment by the City’s Purchasing Officer. No other change or modification, regardless of source, shall be binding. Bidders are advised to bid only as set forth in this request. 9. The vendor shall hold the City of Lakewood and the County of Los Angeles, its officers, agents, servants, consultants and employees harmless from liability of any nature or kind on account of use of any copyrighted or uncopyrighted composition, secret process, patented or unpatented invention, article of appliance furnished or used under this bid. 2 10. This Request is a solicitation only, and is not intended or to be construed as an offer to purchase or to enter into any contract or other agreement. No acquisition can be made without a purchase order. 11. This Request for bid may or may not lead to the eventual purchase of products and/or services. The City of Lakewood may, at its sole option, select a vendor, solicit other vendors or approaches, or develop and implement the application using its own internal staff. The City of Lakewood may, at its sole option, purchase hardware or equipment from the selected vendor or from any other source. The City of Lakewood may, at its sole option, postpone or terminate this process prior to executing a contract. In any event, the City will not be responsible for any costs incurred by the vendors by the generation and submission of proposals, site visits, presentations, documentation, or marketing literature. All proposals and accompanying documentation will become the property of the City of Lakewood and will not be returned. 12. Payment terms is Net 30. 13. On page 9, please state number of calendar days from award to delivery of truck. The City will select vendor with best combination of price and delivery lead time. 14. Please complete and submit pages 4 to 10 of these bid documents. If you have technical questions, please contact Harold Marlar, Fleet Manager, at (562) 8669771, ext. 2543. For general questions pertaining to this bid package and the City’s procurement procedures, contact the City of Lakewood’s Purchasing Officer at (562) 866-9771, ext. 2640. 3 BID PUR02-21 CITY OF LAKEWOOD SPECIFICATIONS Bid PUR02-21 Supply of one 2022 Chevrolet Silverado C3500 Reg. Cab with Dump Body (City of Lakewood Use Only) Specifications Prepared by: Harold Marlar, Fleet Manager, City of Lakewood Bid Package Prepared by: Wilfred Cochico, Purchasing Officer, City of Lakewood ______________________________________________________________________________ Bidder, in the right hand column opposite each set of specifications, please indicate with the words “AS SPECIFIED” if you propose to furnish the items exactly as specified. If you propose changes, including any exceptions or substitutions, please describe in detail. INTRODUCTION The following specifications pertain to one 2022 Chevrolet C3500 Reg. Cab with Dump Body. Qty. 1 Engine, 6.6L V8 with Direct Injection and Variable Valve Timing, gasoline, (401 hp [299 kW] @ 5200 rpm, 464 lb -ft of torque [629 N-m] @ 4000 rpm) (STD) Transmission, 6-speed automatic, heavy-duty (STD) (Requires (L8T) 6.6L V8 gas engine.) Rear axle, 3.73 ratio (Requires (L8T) 6.6L V8 gas engine. Auto-locking rear differential Air filter, heavy-duty Air filtration monitoring Rear wheel drive Cooling, external engine oil cooler Cooling, auxiliary external transmission oil cooler Battery, heavy-duty 720 cold-cranking amps/80 Amp-hr, maintenance-free with rundown protection and retained accessory power (Included and only available with (L8T) 6.6L V8 gas engine.) Alternator, 170 amps (Requires (L8T) 6.6L V8 gas engine.) Recovery hooks, front, frame-mounted, Black Body, Chassis Cab Frame, fully-boxed, hydro formed front section and an open "C" rear section GVWR, 14,000 lbs. (6350 kg) Suspension Package Steering, Recirculating Ball with smart flow power steering system Brakes, 4-wheel antilock, 4-wheel disc with DURALIFE rotors Fuel tank, front and rear, 63.5 gallon Capped Fuel Fill 4 BIDDER’S RESPONSE Tires, LT235/80R17E all-season highway, blackwall (STD) Add spare tire to match (shipped loose). Wheels, 17" (43.2 cm) painted steel Dual Rear Wheels Wheel trim, painted center caps Bumpers, front, Black Moldings, beltline, Black Grille (Front grille bar with "CHEVROLET" molded in Black, includes Black mesh inserts with small Gold bowtie emblem.) Headlamps, halogen reflector with halogen Daytime Running Lamps Lamps, Smoked Amber roof marker, (LED) Lamps, cargo area, cab mounted integrated with center high mount stop lamp with switch in bank on left side of steering wheel Mirrors, outside high-visibility vertical trailering lower convex mirrors, manual-folding/extending (extends 3.31" [84.25mm]), molded in Black Mirror caps, Black Glass, solar absorbing, tinted Door handles, Black grained Audio system, Chevrolet Infotainment 3 system, 7" diagonal color touchscreen, AM/FM stereo. Additional features for compatible phones include: Bluetooth audio streaming for 2 active devices, voice command passthrough to phone, wired Apple CarPlay and Android Auto capable. (STD) Audio system feature, 2-speakers (Requires Regular Cab model.) Bluetooth for phone, connectivity to vehicle infotainment system Seats, front 40/20/40 split-bench with upper covered armrest storage (STD) Seat adjuster, driver 4-way manual Seat adjuster, passenger 4-way manual Vinyl seat trim Floor covering, rubberized-vinyl Steering column, Tilt-Wheel, manual with wheel locking security feature Steering wheel, urethane Instrument cluster 6-gauge cluster featuring speedometer, fuel level, engine temperature, tachometer, voltage and oil pressure Driver Information Center, 3.5" diagonal monochromatic display Exterior Temperature Display located in radio display 5 Brake lining wear indicator Windows, manual (Requires Regular Cab model.) Door locks, manual (Requires Regular Cab model.) Power outlet, front auxiliary, 12-volt USB ports, 2 (first row) located on instrument panel Air conditioning, single-zone Mirror, inside rearview, manual tilt Assist handles front A-pillar mounted for driver and passenger, rear B-pillar mounted Back-up alarm calibration. This calibration will allow installation of an aftermarket back-up alarm by disabling rear perimeter lighting. StabiliTrak, stability control system with Proactive Roll Avoidance and traction control, includes electronic trailer sway control and hill start assist Daytime Running Lamps with automatic exterior lamp control Airbags Dual-stage frontal airbags for driver and front outboard passenger; Seat-mounted side-impact airbags for driver and front outboard passenger; Head-curtain airbags for front and rear outboard seating positions; Includes front outboard Passenger Sensing System for frontal outboard passenger airbag (Always use seat belts and child restraints. Children are safer when properly secured in a rear seat in the appropriate child restraint. See the Owner's Manual for more information.) Tire Pressure Monitoring System with Tire Fill Alert (does not apply to spare tire) Teen Driver a configurable feature that lets you activate customizable vehicle settings associated with a key fob, to help encourage safe driving behavior. It can limit certain available vehicle features, and it prevents certain safety systems from being turned off. An in-vehicle report card gives you information on driving habits and helps you to continue to coach your new driver CA exempt plates Warranty Note: <<< Preliminary 2021 Warranty >>> Basic Years: 3 Basic Miles/km: 36,000 Drivetrain Years: 5 Drivetrain Miles/km: 60,000 Qualified Fleet Purchases: 5 Years/100,000 Miles Corrosion Years (Rust-Through): 6 6 Corrosion Years: 3 Corrosion Miles/km (Rust-Through): 100,000 Corrosion Miles/km: 36,000 Roadside Assistance Years: 5 Roadside Assistance Miles/km: 60,000 Roadside Assistance Note: HD Miles; Qualified Fleet Purchases: 5 Years/100,000 Miles Maintenance Note: 1 Year/1 Visit Body by: Pacific Truck Body 8’W X 11’6”- 12’6”L X 48”T STAKEBED DUMP PAINTED WHITE AND INSTALLED SMOOTH STEEL OVERLAY ON FLOOR 48”H ALUMINUM STAKE GATES WITH SHOVEL/RACK HOLDERS RUGBY SR4016ED DUMP HOIST INSTALLED (2) EA 60” X 18” X 20” UNDERBODY BOXES INSTALLED WALTCO CW20 FLIP AWAY LIFTGATE WITH 36” X 72” PLATFORM (1) EA WHELEN MODEL F4W8AAAA FREEDOM SERIES 49” LIGHTBAR INSTALLED ON HEADBOARD WITH DIRECTIONAL ARROWSTICK AND PCC4W CONTOLLER LEGAL LIGHTS MUD FLAPS 4 CORNER STROBE SYSTEM INSTALLED INSTALL FACTORY SUPPLIED BACKUP CAMERA TO O.E.M. SYSTEM, ADD BACK-UP ALARM FACTORY STYLE MOULDED RUNNING BOARDS UNDERNEATH BOTH DOORS NOTE: APPROX. BED HEIGHT 42” POSSIBLY SPECIAL HEIGHT LONGS 7 CITY OF LAKEWOOD BID PUR02-21 BIDDER’S PROPOSAL FOR SALE OF PERSONAL PROPERTY AND SERVICES AND EQUIPMENT IN ACCORDANCE WITH THE LAKEWOOD PURCHASING POLICY TO THE PURCHASING OFFICER OF THE CITY OF LAKEWOOD The undersigned, as bidder, declares that this proposal is made without collusion with any other person, firm, or corporation and that the only person or parties interested as principals are those named herein; and having carefully examined the notice inviting bid, the specifications and plans, and having informed ourselves fully in regard to the contemplated purchase of equipment and services in connection therewith, proposes and agrees in the event of the acceptance hereof to sell and deliver F.O.B. City of Lakewood and where required to enter into a contract with the City Council of the City of Lakewood to sell and deliver said equipment and services as required by said notice inviting bid and said specifications and plans, as follows for the following stated prices to wit: Item No. 1 Description Qty. 1 2 2022 Chevrolet Silverado C3500 Reg. Cab with Dump Body Sales tax 3 Tire fee and all other charges 1 4 Freight, if any 1 Price $ 1 GRAND TOTAL (Total of Items 1 to 4) $ _________________________________ Bidder’s Signature 8 The undersigned bidder agrees to deliver the equipment specified herein within ______ calendar days from the date of acceptance of said bid by the Purchasing Officer or award of contract by the City Council. The undersigned bidder acknowledges that the City Council reserves the right to reject any and all bids and to waive technical errors and discrepancies, if to do so is in the best interests of the City. The undersigned bidder hereby proposes and agrees to furnish and deliver the equipment and services in connection therewith in accordance with the terms, conditions and specifications and prices herein quoted. Date Signature Print Name & Title Firm Name Address Telephone FAX Number _____________________________________________________ E-Mail Address 9 AFFIDAVIT OF NON-COLLUSION STATE OF CALIFORNIA, County of Los Angeles The undersigned states: That he is the bidder identified herein and that his bid proposal was made without collusion with any other person, firm or corporation and that the only person or parties interested as principals are those named in his bid proposal; that he has not accepted any bid from any subcontractor or materialman through any bid depository, the by-laws, rules or regulations of which prohibit or prevent the contractor from considering any bid from any subcontractor or materialman which is not processed through said bid depository or which prevent any subcontractor or materialman from bidding to any contractor who does not use the facilities of or accept bids from or through said bid depository. Date: I certify (or declare) under penalty of perjury that the foregoing is true and correct. Signature 10