Start your 7-day free trial — unlock full access instantly.
← Back to Search
AI-Powered Lead Insights
Executive Summary
The Cranford Police Cooperative Pricing System (ID# 47CPCPS) is offering contracts for model year 2026 police and administrative vehicles. The system, established in 1993 and registered with the Division of Local Government Services, includes counties, municipalities, local authorities, and other contracting units. Member agencies can purchase or lease vehicles under this system. The contract award will expire on September 30, 2026.
Web Content
It holds great appeal insofar as lower bids may be expected when higher quantities can be aggregated. --- Detail Page --- Cranford Police Cooperative Pricing System | Cranford, NJ Skip to Main Content Create a Website Account - Manage notification subscriptions, save form progress and more. Website Sign In Donate To Plant A Tree How Do I...? Government Departments Boards Community Newsletter Search About The Department Animal Cruelty Annual Report Auto Theft Body-Worn Cameras Chief's Message - Matthew R. Nazzaro Collector’s Info Community Outreach Program Tips Cranford Police Cooperative Pricing System Detective Bureau Domestic Violence Employment Filming Within the Township Firearms Application / Permits To Carry / Retired Police Officer (RPO) Info Forms and Documents Holiday Safety Tips Home Repair Scams Home Security Identity Theft In Memoriam Internal Affairs Unit Juvenile Bureau/Community Outreach Family Resource Guide Juvenile Bureau and School Resource Officer (SRO) Program Police Athletic League Project Alert Parking Patrol Division Police Auxiliary Project Medicine Drop Public Information Officer Professional Standards and Support Services Division Recruitment Program for Sworn Positions Traffic Division Bicycle Registration Bike Safety 101 Call Before You Dig Cell Phone Use Primary Offense Child Safety Seats Crash Report Information HERO Campaign Keep Kids Alive Drive 25® Motorcycle Safety Move Over Law NJ Graduated Driver’s License Program Pedestrian Safety Rectangular Rapid Flashing Beacon (RRFB) Program Safe Routes To Schools and School Crossing Guards Share The Keys® New Jersey Parent /Teen Safe Driving Orientation Traffic Enforcement Traffic Studies WHALE Program Work Zone Safety U and T Visa Certifications Unwanted Marketing Home Departments Police Department Cranford Police Cooperative Pricing System Cranford Police Cooperative Pricing System The Cranford Police Cooperative Pricing System (ID# 47CPCPS) was established in December 1993 and is registered with the Division of Local Government Services. Included among our membership are counties, municipalities, local authorities and other contracting units. Cooperative Purchasing has demonstrated a strong ability to serve as an effective tool to assist local officials save taxpayer dollars. Our system represents a viable alternative to the conventional "go-it-alone" bidding process. It holds great appeal insofar as lower bids may be expected when higher quantities can be aggregated. "Cooperative Pricing" can be defined as a purchasing system in which a Lead Agency advertises for bids; awards a master contract to the vendor providing for its own needs and for the prices to be extended to registered members; and notifies the members of the contract awarded. The registered members then contract directly with the vendor for their own needs, subject to the specifications in the master contract. If you are interested in becoming a member of our cooperative pricing system please click here. Membership Documents Resolution Template Inter-Local Agreement Template Active Members Active Contracts 2026 Police/Admin Vehicles Contact Info Detective Sergeant Steven D'Ambola Cranford Police Department Traffic Bureau Supervisor 8 Springfield Avenue Cranford, NJ 07016 908-709-7335 s-dambola@cranfordnj.org Legal Notices Downtown Online Payments Redevelopment Storm Management TV 35 Livestream Cranford Township Municipal Building 8 Springfield Avenue Cranford, NJ 07016 Phone: 908-709-7200 | Fax: 908- 276-7664 | Email Municipal Building Hours: Mon - Fri 8:30 a.m. to 4:30 p.m. Home Site Map Accessibility Copyright Notices Privacy Policy /QuickLinks.aspx Government Websites by CivicPlus® Loading Loading Do Not Show Again Close Arrow Left Arrow Right [] Slideshow Left Arrow Slideshow Right Arrow
Document Text
--- Document: Firearms Application / Permits To Carry / Retired Police Officer (RPO) Info ---
Cranford Police Department
Chief Matthew R. Nazzaro
8 Springfield Avenue, Cranford, New Jersey 07016
908-272-2222
www.cranfordnj.org/police-department
police@cranfordnj.org
Application Process for Firearms Purchaser Identification Card and/or Handgun Purchase Permit
Firearms Application & Registration System (FARS) Application Procedures for Applicants:
Step 1: visit this website. You MUST enter the site address as follows: www.njportal.com/NJSP/fars
Step 2: Cranford Police Department ORI # is NJ0200300
(You WILL NOT be able to complete the FARS online application WITHOUT THE PROPER ORI#)
Step 3: Complete the online application. You may complete the application using a smartphone,
mobile device, laptop, or desktop computer. When completing the application, you will need the
email addresses of 2 reputable references. Your references can be family members.
Step 4: You MUST appear at your Police Department to PAY for your INITIAL FID Card and/or Pistol
Purchase Permits. Your application WILL NOT be processed until you have PAID for the FID
Card/Pistol Permits. Non-refundable payment is required to be made prior to the completion of the
background as per NJAC 13:54-1.4.
* You will be receiving automated email updates throughout this process.
* Once your application is complete, the FARS system will email you the approved electronic FID card
that you must print or screen shot. If you have been approved for pistol purchase permit you will
receive a verification email from the FARS system. The permits are accessible through a licensed
firearms dealer only (these permits are no longer issued in paper form).
* Please advise your references that the FARS system will email them the reference questions to be
answered. Your references can complete the questions using a smartphone, mobile device, laptop, or
desktop computer. Please advise them to complete the questions immediately to progress your
background investigation.
* The on-line application is applicant driven. Please ensure that you have entered the best phone
numbers for yourself and references as well as the best email addresses for yourself and references.
@CranfordPD
@CranfordPolice
@CranfordPoliceDepartment
MyPD App for Apple or Android
Nixle Alerts: Text 07016 to 888777
Cranford Police Department
Chief Matthew R. Nazzaro
8 Springfield Avenue, Cranford, New Jersey 07016
908-272-2222
www.cranfordnj.org/police-department
police@cranfordnj.org
Application for a Permit to Carry a Handgun*
*You MUST have a firearms ID card PRIOR TO APPLYING for a Permit to Carry.
To apply for a Permit to Carry:
Step 1: Visit the website www.njportal.com/NJSP/ConcealedCarry (opens in a new tab)
Step 2: When you log on, you must enter the Cranford Police Department ORI# NJ0200300
Step 3: Complete the online application. You must complete the application using a smartphone,
mobile device, laptop, or desktop computer.
If you have any questions, please visit the the NJSP Concealed Carry Permits Help website
at https://appengine.egov.com/apps/nj/njsp/concealedcarryhelp.
** A NEW JERSEY PERMIT TO CARRY IS VALID FOR TWO (2) YEARS FROM TIME OF APPROVAL.
The New Jersey State Police website provides information on the New Jersey firearms laws,
transportation of firearms, and frequently asked questions. The site can be found by following this
link: www.njsp.org/firearms
** THE REQUIRED WRITTEN FIREARMS QUALIFICATION, IN ACCORDANCE WITH N.J.A.C. 13:54-2.4(B),
CAN BE OBTAINED AT MOST FIREARM RANGES THROUGH OUT THE STATE.
Permit To Carry Training Guidelines and Regulations:
•
Use of Force Interim Training for Private Citizen Concealed Carry
•
CCARE Protocol (Civilian Carry Assessment and Range Evaluation)
The United States Bureau of Alcohol, tobacco, and Explosives provides additional information on
Federal Firearms and explosive laws via the following link: www.atf.gov/questions-and-answers
Retired Law Enforcement Officer Program (RPO):
•
Click here for NJSP information on the RPO Program.
@CranfordPD
@CranfordPolice
@CranfordPoliceDepartment
MyPD App for Apple or Android
Nixle Alerts: Text 07016 to 888777
--- Document: Family Resource Guide ---
PREVENTION
LINKS
Foster, Empower,
Sustain...
Family Resource Guide
Addiction Information
Crisis Intervention
Addictions Hotline of NJ*++
1-844-276-2777 Caring Contact*
908-232-2880
Prevention Links
732-381-4100 Family Crisis Intervention (Adolescent)*
908-298-7800
Gambling*
1-800-GAMBLER Morristown Memorial Hospital Crisis
973-540-0100
NJ MADD
1-877-MADD-HELP Intervention Services
(Mothers Against Drunk Driving)
National Suicide Prevention Lifeline*
1-800-273-TALK
Trinitas Regional Medical Center
908-994-7000 NJ Mental HealthCares*
1-866-202-HELP
Domestic Violence
Trinitas Regional Medical Center Crisis
908-994-7131
Domestic Violence Hotline*
Child Abuse (DCP&P)
908-355-HELP Intervention - Elizabeth
1-877-NJ-ABUSE Family Support Services
NJ Domestic Violence Hotline
National Child Abuse Hotline
1-800-572-SAFE Bayway Family Success Center
908-289-0136
1-800-4-A-CHILD Liberty Family Success Center
201-622-2210
Family Helpline
1-800-THE-KIDS Roselle Family Success Center***
732-381-4100
Tobacco Cessation
NJ Quitline
NJ Quitnet
Runaway Services
Elizabeth Port Community Center
732-381-4100
1-866-NJ-STOPS (Prevention Links)
www.nj.quitnet.com Other
American Social Health Association
UC Runaway & Homeless Shelter
Runaway Hotline
908-289-0136 (STD Hotline)
1-800-RUNAWAY National Eating Disorders Association
1-800-227-8922
1-800-931-2237
*24 Hours
908-354-4340
++Languages Line Available
***By Appointment Only
NJ Addiction Services Hotline
Need Help with a Drug or Alcohol Problem?
For assistance and referral to treatment.
CALL TOLL-FREE
Central Jersey Legal Services
NJ AIDS/STD Hotline*
1-800-624-2377
Planned Parenthood of Elizabeth
908-351-5384
2nd Floor Youth Helpline*
National Poison Control*
1-888-222-2228
1-800-222-1222
The Family Health Line*
1-800-328-3838
Union County Rape Crisis Center*
908-233-RAPE
Union County Division of Social Services
908-965-2700
Women's Referral Center*
1-800-322-8092
1-844-276-2777
24 hours a day / 7 days a week
A service of
RUTGERS
University Behavioral
Health Care
PLEASE VISIT US ONLINE AT
WWW.PREVENTIONLINKS.ORG
f
LIKE PREVENTION LINKS ON
FACEBOOK!
FOLLOW @PREVENTIONLINKS ON
TWITTER!
PREVENTION
LINKS
Foster, Empower,
Sustain...
--- Document: Project Medicine Drop ---
What do I do with my unused medications?
Drop it off!
Bring your unused medications to the Cranford Police Department.
Our drop box is available 24 hours a day - 365 days a year, no questions asked.
We accept prescription and over the counter pills, capsules, patches, & pet meds.
We DO NOT accept syringes and liquids.
BRITY COMM
E
CRANFORD
POLICE
*HONOR
For more information visit:
NJConsumer Affairs.gov/meddrop
PROJECT
MEDICINE
DROP
--- Document: Bike Safety 101 ---
Bike Safety 101
Troop 80 Eagle Scout Project 2022
Troop 80 Eagle Scout Project 2022
--- Document: click here. ---
Cranford Police Department
Chief Matthew R. Nazzaro
8 Springfield Avenue, Cranford, New Jersey 07016
908-272-2222
www.cranfordnj.org/police-department
police@cranfordnj.org
Prospective Coop Member,
Thank you for your interest in joining the Cranford Police Cooperative Pricing System. In order to
become a registered member in our cooperative we will need the following documents from you:
1. Two (2) original copies of a resolution from your governing body authorizing your
membership into the cooperative.
2. Two (2) original inter-local agreements between your municipality/contracting unit and the
Township of Cranford.
Once we have received your original documents, we will complete a membership application and
forward it along to the New Jersey Division of Local Government Services. We will return one (1)
executed copy of your inter-local agreement to your municipality/contracting unit. Once your
municipality/contracting unit has been granted approval from the State of New Jersey your membership
is valid and does not have an expiration date, so long as our cooperative registration remains valid.
There are also currently no fees associated with becoming a member of the Cranford Police Cooperative
Pricing System. We generally receive approvals back from the state within three weeks.
Templates for both the resolution and inter-local agreement can be found on our website. Please feel
free to insert your municipality/contracting unit in the appropriate fields for your convenience.
If you have any further questions please do not hesitate to contact me for additional information.
Thank you,
Sergeant Steven D’Ambola
Patrol Division
Cranford Police Department
(908) 272-2222
@CranfordPD
@CranfordPolice
@CranfordPoliceDepartment
MyPD App for Apple or Android
Nixle Alerts: Text 07016 to 888777
--- Document: Resolution Template ---
RESOLUTION FOR MEMBER PARTICIPATION
IN A COOPERATIVE PRICING SYSTEM:
A RESOLUTION AUTHORIZING THE (CONTRACTING UNIT) TO ENTER INTO A
COOPERATIVE PRICING AGREEMENT
RESOLUTION NUMBER:____________
WHEREAS, N.J.S.A. 40A:11-11(5) authorizes contracting units to establish a
Cooperative Pricing System and to enter into Cooperative Pricing Agreements for its
administration; and
WHEREAS, the Cranford Police Cooperative Pricing System (ID # 47-CPCPS),
hereinafter referred to as the "Lead Agency” has offered voluntary participation in a Cooperative
Pricing System for the purchase of goods and services;
WHEREAS, on (DATE OF ACTION) the governing body of the (CONTRACTING
UNIT), County of (COUNTY OF LOCATION) , State of New Jersey duly considered
participation in a Cooperative Pricing System for the provision and performance of goods and
services;
NOW, THEREFORE BE IT RESOLVED as follows:
TITLE
This RESOLUTION shall be known and may be cited as the Cooperative Pricing
Resolution of the (CONTRACTING UNIT)
AUTHORITY
Pursuant to the provisions of N. J.S.A. 40A:11-11(5), the (CHIEF EXECUTIVE
OFFICER) (**Must have signature of CEO on resolution**) is hereby authorized to enter into
a Cooperative Pricing Agreement with the Lead Agency.
CONTRACTING UNIT
The Lead Agency shall be responsible for complying with the provisions of the,. Local
Public Contracts Law (N.J.S.A. 40A:11-1 et seq.) and all other provisions of the revised statutes
of the State of New Jersey.
EFFECTIVE DATE
This resolution shall take effect immediately upon passage.
CERTIFICATION
--- Document: Inter-Local Agreement Template ---
COOPERATIVE PRICING SYSTEM AGREEMENT
CRANFORD POLICE COOPERATIVE PRICING SYSTEM
AGREEMENT FOR A COOPERATIVE PRICING SYSTEM
This Agreement made and entered into this ____ day of ___________, _____, by and between
the Township of Cranford and the __________, who desire to participate in the Cranford Police
Cooperative Pricing System.
WITNESSETH
WHEREAS, N.J. S.A 40A:11-11(5), specifically authorizes two or more contracting units to
establish a Cooperative Pricing System for the provision and performance of goods and services
and enter into a Cooperative Pricing Agreement for its administration; and
WHEREAS, the Township of Cranford is conducting a voluntary Cooperative Pricing System
with other contracting units; and
WHEREAS, this Cooperative Pricing System is to effect substantial economies in the provision
and performance of goods and services; and
WHEREAS, all parties hereto have approved the within Agreement by Resolution in accordance
with the aforesaid statute; and
WHEREAS, it is the desire of all parties to enter into such Agreement for said purposes;
NOW, THEREFORE, IN CONSIDERATION OF the promises and of the covenants, terms and
conditions hereinafter set forth, it is mutually agreed as follows:
1.
The goods or services to be priced cooperatively may include police/admin vehicles and
such other items as two or more participating contracting units in the system agree can be
purchased on a cooperative basis.
2.
The items and classes of items which may be designated by the participating contracting
units hereto may be purchased cooperatively for the period commencing with the
execution of this Agreement and continuing until terminated as hereinafter provided.
3.
The Lead Agency, on behalf of all participating contracting units, shall upon approval of
the registration of the System and annually thereafter on the anniversary of the
registration of the system publish a legal ad in such format as required by N.J.A.C. 5:34-
7.9(a) in its official newspaper normally used for such purposes by it to include such
information as:
(A) The name of Lead Agency soliciting competitive bids or informal quotations.
(B) The address and telephone number of Lead Agency.
(C) The names of the participating contracting units.
(D) The State Identification Code assigned to the Cooperative Pricing System.
(E) The expiration date of the Cooperative Pricing System.
4.
Each of the participating contracting units shall designate, in writing, to the Lead Agency,
the items to be purchased and indicate therein the approximate quantities desired, the
location for delivery and other requirements, to permit the preparation of specifications as
provided by law.
5.
The specifications shall be prepared and approved by the Lead Agency and no changes
shall be made thereafter except as permitted by law. Nothing herein shall be deemed to
prevent changes in specifications for subsequent purchases.
6.
A single advertisement for bids or the solicitation of informal quotations for the goods or
services to be purchased shall be prepared by the Lead Agency on behalf of all of the
participating contracting units desiring to purchase any item.
7.
The Lead Agency when advertising for bids or soliciting informal quotations shall
receive bids or quotations on behalf of all participating contracting units. Following the
receipt of bids, the Lead Agency shall review said bids and on behalf of all participating
contacting units, either reject all or certain of the bids or make one award to the lowest
responsible bidder or bidders for each separate item. This award shall result in the Lead
Agency entering into a Master Contract with the successful bidder(s) providing for two
categories of purchases:
(A) The quantities ordered for the Lead Agency’s own needs, and
(B) The estimated aggregate quantities to be ordered by other participating contracting
units by separate contracts, subject to the specifications and prices set forth in the Lead
Agency’s Master Contract.
8.
The Lead Agency shall enter into a formal written contract(s) directly with the successful
bidder(s) only after it has certified the funds available for its own needs.
9.
Each participating contracting unit shall also certify the funds available only for its own
needs ordered; enter into a formal written contract, when required by law, directly with
the successful bidder(s); issue purchase orders in its own name directly to successful
vendor(s) against said contract; accept its own deliveries; be invoiced by and receive
statements from the successful vendor(s); make payment directly to the successful
vendor(s) and be responsible for any tax liability.
10.
No participating contracting unit in the Cooperative Pricing System shall be responsible
for payment for any items ordered or for performance generally, by any other
participating contracting unit. Each participating contracting unit shall accordingly be
liable only for its own performance and for items ordered and received by it and none
assumes any additional responsibility or liability.
11.
The provisions of Paragraphs 7, 8, 9, and 10 above shall be quoted or referred to and
sufficiently described in all specifications so that each bidder shall be on notice as to the
respective responsibilities and liabilities of the participating contracting units.
12.
No participating contracting unit in the Cooperative Pricing System shall issue a purchase
order or contract for a price which exceeds any other price available to it from any other
such system in which it is authorized to participate or from bids or quotations which it
has itself received.
13.
The Lead Agency reserves the right to exclude from consideration any good or service if,
in its opinion, the pooling of purchasing requirements or needs of the participating
contracting units is either not beneficial or not workable.
14.
The Lead Agency shall appropriate sufficient funds to enable it to perform the
administrative responsibilities assumed pursuant to this Agreement.
15.
It is agreed that each participating contracting unit shall pay the Lead Agency an annual
fee of $0 as its estimated prorated share of the administrative costs incurred by the Lead
Agency. In the event this estimated prorated share should prove insufficient, each party
agrees to pay an additional prorated sum to be determined by all of the participating
contracting units.
16.
This Agreement shall become effective immediately upon the review and approval of the
Director of the Division of Local Government Services and shall continue in effect until
any party to this Agreement shall give written notice of its intention to terminate its
participation.
17.
Additional local contracting units may from time to time, execute this Agreement by
means of a Rider annexed hereto, which addition shall not invalidate this agreement with
respect to other signatories. The Lead Agency is authorized to execute the Rider on
behalf of the members of the System.
18.
All records and documents maintained or utilized pursuant to terms of this Agreement
shall be identified by the System Identifier assigned by the Director, Division of Local
Government Services, and such other numbers as are assigned by the Lead Agency for
purposes of identifying each contract and item awarded.
19.
This Agreement shall be binding upon and ensure to the benefit of the successors and
assigns of the respective parties hereto.
IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be signed and
executed by their authorized corporate officers and their respective seals to be hereto affixed the
day and year above written.
FOR THE TOWNSHIP OF CRANFORD
BY:________________________________
ATTEST BY:________________________
Township Administrator
FOR THE ___________________________
BY:_________________________________
ATTEST BY:________________________
--- Document: Active Members ---
Cranford Police Department
8 Springfield Avenue, Cranford, New Jersey 07016
Chief Matthew R. Nazzaro
908-272-2222
https://www.cranfordnj.org/cranford-police-department
email: police@cranfordnj.org
Active Cranford Police Cooperative Pricing System (ID #47CPCPS) Members as of July 6, 2025.
Boroughs:
Allendale
Florham Park
Merchantville
Rockaway
Allenhurst
Fort Lee
Metuchen
Roselle
Alpine
Franklin Lakes
Middlesex
Roselle Park
Atlantic Highlands
Garwood
Midland Park
Rumson
Audubon
Gibbsboro
Milltown
Runnemede
Barrington
Glen Rock
Morris Plains
Rutherford
Beachwood
Haddonfield
Moonachie
Saddle River
Belmar
Haddon Heights
Mountain Lakes
Sayreville
Bellmawr
Haledon
Mount Ephraim
Sea Bright
Bergenfield
Harvey Cedars
Neptune
Sea Girt
Berlin
Hasbrouck Heights
Neptune City
Seaside Heights
Bernardsville
Hawthorne
Netcong
Seaside Park
Bloomingdale
High Bridge
New Milford
Ship Bottom
Bogota
Highland Park
New Providence
Somerville
Bound Brook
Highlands
North Caldwell
South Plainfield
Bradley Beach
Hillsdale
Norwood
South River
Brielle
Ho-Ho-Kus
Oakland
Spotswood
Butler
Keansburg
Ocean Gate
Spring Lake
Caldwell
Kenilworth
Oceanport
Stanhope
Chatham
Keyport
Old Tappan
Stone Harbor
Chester
Kinnelon
Palisades Park
Tenafly
Cliffside Park
Lake Como
Palmyra
Tinton Falls
Closter
Lavallette
Paramus
Tuckerton
Collingswood
Laurel Springs
Park Ridge
Union Beach
Deal
Leonia
Peapack & Gladstone
Upper Saddle River
Dunellen
Lincoln Park
Pemberton
Waldwick
East Newark
Lodi
Pine Beach
Wallington
East Rutherford
Longport
Pine Hill
Washington
Eatontown
Madison
Point Pleasant
Watchung
Edgewater
Magnolia
Point Pleasant Beach
Westwood
Elmwood Park
Manville
Prospect Park
Westville
Emerson
Matawan
Ramsey
Wharton
Fair Lawn
Manasquan
Raritan
Wildwood Crest
Fanwood
Mantoloking
Red Bank
Woodbury Heights
Far Hills
Maywood
Ridgefield
Woodcliff Lake
Flemington
Mendham
River Edge
Woodland Park
Cities:
Absecon
Englewood
Northfield
South Amboy
Asbury Park
Gloucester City
Ocean City
Summit
Atlantic City
Hackensack
Orange
Trenton
Bayonne
Hoboken
Passaic
Union City
Bridgeton
Lambertville
Paterson
Ventnor
Brigantine
Linden
Pleasantville
Vineland
Burlington
Long Branch
Perth Amboy
Wildwood
Camden
Millville
Rahway
East Orange
New Brunswick
Salem
Elizabeth
North Wildwood
Sea Isle City
Townships:
Aberdeen
Egg Harbor
Lower Alloways Creek
Randolph
Barnegat
Elk
Lumberton
Raritan
Bedminster
Evesham
Mahwah
Readington
Belleville
Ewing
Manalapan
River Vale
Berkeley
Fairfield
Manchester
Roxbury
Berkeley Heights
Florence
Mansfield (Burlington)
Scotch Plains
Berlin
Franklin (Somerset)
Mansfield (Warren)
Secaucus
Bernards
Freehold
Maplewood
South Harrison
Bloomfield
Galloway
Marlboro
Springfield (Union)
Boonton
Gloucester
Medford
Springfield (Burlington)
Boonton (Town)
Green Brook
Mendham
Stafford
Bordentown
Greenwich
Middletown
Tewksbury
Branchburg
Guttenberg
Millburn
Toms River
Brick
Hackettstown
Monroe
Union
Bridgewater
Hamilton (Atlantic County) Montclair
Upper
Burlington
Hanover
Montgomery
Verona
Byram
Harding
Montville
Voorhees
Chatham
Harrison
Morris
Wall
Cherry Hill
Hazlet
Morristown
Warren
Chesterfield
Hillsborough
Mount Laurel
Washington (Bergen)
Cinnaminson
Holmdel
Mullica
Washington (Gloucester)
Clark
Hopewell
Neptune
Washington (Warren)
Clinton
Howell
Newton
Wayne
Colts Neck
Jackson
North Bergen
Weehawken
Cranbury
Jefferson
North Brunswick
Westampton
Cranford
Kearny
Nutley
Westfield
Delaware
Lacey
Ocean (Monmouth)
West Deptford
Delanco
Lakewood
Ocean (Ocean)
West Milford
Dennis
Little Egg Harbor
Old Bridge
West New York
Denville
Little Falls
Pemberton
West Orange
Deptford
Livingston
Pennsauken
Willingboro
East Brunswick
Logan
Pennsville
Winfield Park
East Greenwich
Long Beach
Phillipsburg
Winslow
East Hanover
Long Hill
Piscataway
Woodbridge
Edison
Lopatcong
Plumsted
Wyckoff
Edgewater Park
Lower
Princeton
Villages:
Ridgefield Park
Ridgewood
County:
Bergen
Middlesex
Burlington Bridge Commission
Monmouth
Camden
Monmouth County Regional Health Commission
Camden County Municipal Utilities Authority
Western Monmouth Utilities Authority
Cape May
Morris
Cumberland
Morris County Parks Commission
Cumberland County BOVE
Passaic
Cumberland County Improvement Authority
Salem
Essex
Somerset
Gloucester
Sussex
Gloucester County Improvement Authority
Union
Mercer
Warren
Mercer County Park Commission
Parking Authorities:
Camden (City of)
New Brunswick
Toms River
Westwood
Dunellen
North Bergen
Union City
Elizabeth
Rahway
Weehawken
Jersey City
South Orange Village
West New York
Fire Districts:
Brick Fire District No. 1
Howell Township Fire District No. 3
Brick Fire District No. 2
Jackson Fire District No. 4
Brick Joint Board of Fire Commissioners
Lower Township Fire District No. 3
Cherry Hill Fire District No. 13
Manasquan Fire District No. 1
Deptford Fire District No. 1
Marlboro Twp Fire District No. 3
East Brunswick District No. 1
Maurice River Fire District No. 4
East Brunswick District No. 2
Millstone Township Fire Department
East Brunswick District No. 3
Montgomery Fire District No. 1
East Newark Fire District No. 1
Moorestown Fire District No. 2
Franklin Township Fire District No. 1
North Hudson Regional Fire and Rescue
Freehold Township Fire District No. 1
Piscataway Fire District No. 2
Gloucester Township Fire District No. 1
Pt. Pleasant Emergency and Rescue Squad
Hillsborough Fire District
Tinton Falls Fire District No. 1
Hopewell Fire District 1
Toms River Township Fire District No. 1
Howell Township Fire District No. 1
Wall Fire District No. 3
Pennsville Sewerage Authority
Union City Housing Authority
Total Members: 396
Miscellaneous Authorities:
--- Document: 2026 Police/Admin Vehicles ---
.
Cranford Police Department
Chief Matthew R. Nazzaro
8 Springfield Avenue, Cranford, New Jersey 07016
908-272-2222
www.cranfordnj.org/police-department
police@cranfordnj.org
October 22, 2025
Cranford Police Cooperative Pricing System Members,
We are excited to announce that the Cranford Police Cooperative Pricing System has awarded contracts
for model year 2026 vehicles, by our Township Committee, at their October 21st meeting.
Your member agency is eligible under the present Cranford Police Cooperative Pricing System (Identifier
#47-CPCPS) to take full advantage towards the purchase or lease of these vehicles whether or not you
responded to our initial request earlier this year for approximate needs.
Attached is a listing of the thirteen various vehicle models offered, their respective pricing and contact
information for each of the assigned vendors. Please ensure to read the specifications for each vehicle
carefully. It is up to your agency to make sure the vendors adhere to the prices reflected in the award.
Lastly, all orders should go directly through the awarded dealership. This contract award will expire on
September 30, 2026. If you have any questions, please feel free to contact me at (908) 709-7335.
Sincerely,
Steven D’Ambola
Detective Sergeant of Police
Cranford Police Department
encl.
@CranfordPD
@CranfordPolice
@CranfordPoliceDepartment
MyPD App for Apple or Android
Nixle Alerts: Text 07016 to 888777
CRANFORD POLICE COOPERATIVE PRICING SYSTEM
8 Springfield Avenue, Cranford, New Jersey 07016
System Identifier 47-CPCPS
NOTIFICATION OF AWARD
CONTRACT # 25-01: POLICE & ADMINISTRATIVE VEHICLES (2026 Model Year)
Contract Period: October 22, 2025 through September 30, 2026
VENDOR INFORMATION
Vendor: Gentilini Ford
Address: 555 John S Penn Boulevard, Woodbine, New Jersey 08270
Telephone #:
609-484-0555 ext. 205
Fax #: 856-649-0395
Contact Person: Len Polistina
Title: Government Sales Manager
E-Mail Address: orders@upfitme.com
Vendor: Gentilini Chevrolet
Address: 500 John S Penn Boulevard, Woodbine, New Jersey 08270
Telephone #: 609-484-0555
Fax #: 856-649-0395
Contact Person: Len Polistina
Title: Government Sales Manager
E-Mail Address: orders@upfitme.com
Vendor: Axis Chevrolet & Axis Chrysler Dodge Jeep Ram
Address: 682 Garfield Avenue, Jersey City, NJ 07305
Telephone #: 201-433-9500
Fax #: 201-885-2697
Contact Person: George D. Georgeadis
Title: Operating Partner
E-Mail Address: george@axischevrolet.com
Vendor: Nielsen of Morristown, Inc.
Address: 172 Ridgedale Avenue, Morristown, NJ 07960
Telephone #: 973-267-8300
Fax #: 973-884-2650
Contact Person: Brooks Buxton
Title: CFO
E-Mail Address: brooks@nielsenfleet.com
Vendor: Nielsen Rt 46 Inc. DBA Nielsen Chevrolet
Address: 1 US Highway 46, Dover, NJ 07801-3825
Telephone #: 973-366-1243
Fax #: 973-884-2650
Contact Person: Brooks Buxton
Title: CFO
E-Mail Address: bbuxton@nielsenfleet.com
CRANFORD COOPERATIVE PRICING SYSTEM – 2026 Vehicles
Notification of Award: Page 2 of 11
Vendor: Able Ford of New Jersey, Inc. DBA All American Ford, Subaru, & Isuzu
Address: 3698 U.S. Highway 9, Old Bridge, NJ 08857
Telephone #: 732-672-1917
Fax #: 732-591-2018
Contact Person: Dave Nault
Title: Fleet Manager
E-Mail Address: dnault@aafordnj.com
Vendor: Carman Dodge
Address: 196 S. DuPont Hwy, New Castle, DE 19720
Telephone #: 443-207-1984
Fax #: 856-488-1915
Contact Person: Rich Coyle
Title: Fleet Manager
E-Mail Address: rcoyle@carmangroup.com
Vendor: Winner Ford
Address: 250 Berlin Rd, Cherry Hill, NJ 08034
Telephone #: 856-214-0755
Fax #: 856-488-1915
Contact Person: Michael Drahuschak
Title: Account Manager
E-Mail Address: mdrahuschak@winnerford.com
CRANFORD COOPERATIVE PRICING SYSTEM – 2026 Vehicles
Notification of Award: Page 3 of 11
OVERVIEW OF ITEMS AWARDED
ITEM AND DESCRIPTION
VENDOR
Item #1: Ford Utility Police Interceptor
Gentilini Ford
Item #1A: Ford Utility Police Interceptor (Lease/purchase)
Gentilini Ford
Items #2: Ford F-150 Police Responder
Winner Ford
Item #2A: Ford F-150 Police Responder (Lease/purchase)
Winner Ford
Item #3: Ford F-250
All American Ford
Item #3A: Ford F-250 (Lease/purchase)
Gentilini Ford
Item #4: Dodge Durango Pursuit
Nielsen of Morristown
Item #4A: Dodge Durango Pursuit (Lease/purchase)
Carman Dodge
Item #5: Chevy Tahoe PPV
Axis Chevrolet
Item #5A: Chevy Tahoe PPV (Lease/purchase)
Gentilini Chevrolet
Item #6: Chevy Blazer EV PPV
Nielsen Chevrolet
Item #6A: Chevy Blazer EV PPV (Lease/purchase)
Gentilini Chevrolet
Item #7: Chevy Silverado Police Pursuit Package (9C1) PPV
Gentilini Chevrolet
Item #7A: Chevy Silverado Police Pursuit Package (9C1) PPV (Lease/purchase)
Gentilini Chevrolet
Item #8: Jeep Wagoneer (COV)
Nielsen of Morristown
Item #8A: Jeep Wagoneer (COV) (Lease/purchase)
Nielsen of Morristown
Individual Items and Pricing Begin on Next Page.
TOWNSHIP OF CRANFORD
Bid Proposal Form: Page 4 of 11
Item #1: Purchase of Ford UPI PPV, 4 door SUV or equivalent, new, unused, 2026 model or newer.
Make: Ford
Model: UPI
Year: 2026
Unit Price:
$ 42,318.00
Optional Equipment for Item #1 and 1A
Unit Price
1. (a) 3.3L V6 Direct-Inject Hybrid Engine System -inc. (99W)
$ STD
(b) 3.3L V6 Direct-Injection -inc. (99B)
$ STD
2. 3.0L V6 EcoBoost w/ 10-Speed Automatic Transmission (99C)
$ 3,679.00
3. Police Upgrade Package (65U)
$ 998.00
4. 1st & 2nd Row Carpet Floor Covering (16C)
$ 1,049.00
5. Keyed Alike Code 1435x
$ 199.00
6. 18” Full Face Wheel Covers (65L)
$ 899.00
7. Delete Driver Side Spotlight Installation
$ -26.00
8. Ballistic Door Panels (Level III+) – Driver Front Door Only (90D)
$ 1,595.00
9. Ballistic Door Panels (Level III+) – Driver & Passenger Front Doors (90E)
$ 3,179.00
10. Ballistic Door-Panels (Level IV+) – Driver Front-Door Only (90F)
$ 2,379.00
11. Ballistic Door-Panels (Level IV+) – Driver & Pass Front-Doors (90G)
$ 4,750.00
12. Hidden Door Lock Plunger and Rear Door Handle Inoperable (52P)
$ 499.00
13. Rear Window Power Delete, Operable from Front Driver Switch
$ 299.00
14. Ready for the Road Package (67H)
$ 4,295.00
15. Ultimate Wiring Package (67U)
$ 1,798.00
16. Front Warning Auxiliary LED Lights (Requires 60A) (21L)
$ 1,995.00
17. 12.1” Integrated Computer Screen (47E)
$ 3,895.00
Item #1A: Lease with an option to purchase of Ford UPI PPV, 4 door SUV or equivalent, new, unused, 2026
model or newer. Specifications for Item #1A are identical to specifications for Item #1.
Make: Ford
Model: UPI
Year: 2026
A. 2 Year Lease with an option to purchase
1. First year annual payment
$ 21,899.00 /vehicle
2. Second year annual payment
$ 21,899.00 /vehicle
3. Lease buyout payment
$ 1.00 /vehicle
4. Total Payments to Purchase Outright After 2 Years
$ 43,799.00 /vehicle
B. 3 Year Lease with an option to purchase
1. First year annual payment
$ 14,950.00 /vehicle
2. Second year annual payment
$ 14,950.00 /vehicle
3. Third year annual payment
$ 14,950.00 /vehicle
4. Lease buyout payment
$ 1.00 /vehicle
5. Total Payments to Purchase Outright After 3 Years
$ 44,851.00 /vehicle
TOWNSHIP OF CRANFORD
Bid Proposal Form: Page 5 of 11
Item #2: Purchase of Ford F-150, Police Responder XL 4WD Supercrew, 5.5’ box, new, unused, 2026 model or
newer.
Make: Ford
Model: F-150 Responder
Year: 2026
Unit Price:
$ 45,100.00
Optional Equipment for Item #2 and 2A
Unit Price
1. Backup Alarm System (85H)
$ 220.00
2. Badge Delete – Remove Rear Police Responder Bade (41A)
$ NC
3. Black Platform Running Boards (18B)
$ 255.00
4. Fog Lamps ((595)
$ 145.00
5. Floor Liner – Tray Style (47R)
$ 200.00
6. Keyed Alike
$ 50.00
7. Integrated Trailer Brake Controller (67T)
$ 280.00
8. Interior Upgrade Package – Floor console w/o shifter… (19A)
$ 610.00
9. Remote Keyless – Entry Key Fob (67P)
$ 350.00
10. Spot Lamp Prep Kit, Driver Only (59C)
$ 145.00
Item #2A: Lease with option to purchase of Ford F-150, Police Responder XL 4WD, Supercrew, 5.5’ box, new,
unused, 2026 model or newer. Specifications for Item #2A are identical to specifications for Item #2.
Make: Ford
Model: F-150 Responder
Year: 2026
A. 2 Year Lease with an option to purchase
1. First year annual payment
$ 23,290.54 /vehicle
2. Second year annual payment
$ 23,290.54 /vehicle
3. Lease buyout payment
$ 1.00 /vehicle
4. Total Payments to Purchase Outright After 2 Years
$ 46,582.08 /vehicle
B. 3 Year Lease with an option to purchase
1. First year annual payment
$ 16,031.25 /vehicle
2. Second year annual payment
$ 16,031.25 /vehicle
3. Third year annual payment
$ 16,031.25 /vehicle
4. Lease buyout payment
$ 1.00 /vehicle
5. Total Payments to Purchase Outright After 3 Years
$ 48,094.75 /vehicle
TOWNSHIP OF CRANFORD
Bid Proposal Form: Page 6 of 11
Item #3: Purchase of Ford Super Duty F-250 XL 4WD, Reg Cab 8’ Box, new, unused, 2026 model or newer.
Make: Ford
Model: F-250
Year: 2026
Unit Price:
$ 41,615.00
Optional Equipment for Item #3 and 3A
Unit Price
1. 7.3L 2V DEVCT NA PFI V8 Gas/TorqShift (99A)
$ 1,995.00
2. 6.7L 4 Valve OHV Power Stroke V8 Turbo Diesel B20 (99T)
$ 10,995.00
3. 6.7L High Output Power Stroke V8 Turbo Diesel B20 (99M)
$ 13,495.00
4. Medium Dark Slate, Cloth 40/20/40 Split Bench Seat (1S)
$ 444.00
5. Tires LT245/75Rx17E BSW A/T (TBM)
$ 340.00
6. Snow Plow Prep Package (473)
$ 489.00
7. LED Box Lighting (66L)
$ 497.00
8. Platform Running Boards (18B)
$ 684.00
9. Tough Bed (spray-in bedliner; includes tailgate-Guard) (85S)
$ 895.00
10. 120V/400W Outlet (43C)
$ 295.00
11. Bed Hooks – Black, Retractable by Bull Accessories
$ 169.00
12. Tailgate Lock by McGard
$ 179.00
13. Exterior Backup Alarm (76C)
$ 230.00
Item #3A: Lease with an option to purchase of Ford Super Duty F-250 XL 4WD, Reg Cab 8’ Box, new, unused,
2026 model or newer. Specifications for Item #3A are identical to specifications for Item #3.
Make: Ford
Model: F-250
Year: 2026
A. 2 Year Lease with an option to purchase
1. First year annual payment
$ 21,680.00 /vehicle
2. Second year annual payment
$ 21,680.00 /vehicle
3. Lease buyout payment
$ 1.00 /vehicle
4. Total Payments to Purchase Outright After 2 Years
$ 43,361.00 /vehicle
B. 3 Year Lease with an option to purchase
1. First year annual payment
$ 14,999.00 /vehicle
2. Second year annual payment
$ 14,999.00 /vehicle
3. Third year annual payment
$ 14,999.00 /vehicle
4. Lease buyout payment
$ 1.00 /vehicle
5. Total Payments to Purchase Outright After 3 Years
$ 44,998.00 /vehicle
TOWNSHIP OF CRANFORD
Bid Proposal Form: Page 7 of 11
Item #4: Purchase of Dodge Durango Pursuit, Sport Utility Vehicle, 4 door or equivalent, All Wheel Drive, 6
cylinder, new, unused, 2026 model or newer.
Make: Dodge
Model: Durango Pursuit
Year: 2026
Unit Price:
$ 38,053.00
Optional Equipment for Item #4 and 4A
Unit Price
1. 5.7L V8 HEMI MDS VVT Engine (22Z)
$ 3,415.00
2. Full Carpet Floor Covering-inc: Front and Rear Floor Mats (CKD)
$ 170.00
3. Delete Liftgate Badge (MT8)
$ 0.00
4. Power Lift Gate (JRC)
$ 482.00
5. Technology Group (ADG)
$ 2,869.00
6. Full Length Floor Console (CUF)
$ 433.00
7. Skid Plate Group (ADL)
$ 483.00
8. Security Alarm (LSA)
$ 321.00
9. Black Left LED Spot Lamp (LNF)
$ 776.00
10. Black Right LED Spot Lamp (LNA)
$ 776.00
Item #4A: Lease with an option to purchase of Dodge Durango Pursuit, Sport Utility Vehicle, 4 door or
equivalent, All Wheel Drive, 6 cylinder, new, unused, 2026 model or newer. Specifications for Item #4A are
identical to specifications for Item #4.
Make: Dodge
Model: Durango Pursuit
Year: 2026
A. 2 Year Lease with an option to purchase
1. First year annual payment
$ 20,037.10 /vehicle
2. Second year annual payment
$ 20,037.10 /vehicle
3. Lease buyout payment
$ 1.00 /vehicle
4. Total Payments to Purchase Outright After 2 Years
$ 40,075.20 /vehicle
B. 3 Year Lease with an option to purchase
1. First year annual payment
$ 13,791.85 /vehicle
2. Second year annual payment
$ 13,791.85 /vehicle
3. Third year annual payment
$ 13,791.85 /vehicle
4. Lease buyout payment
$ 1.00 /vehicle
5. Total Payments to Purchase Outright After 3 Years
$ 41,376.55 /vehicle
TOWNSHIP OF CRANFORD
Bid Proposal Form: Page 8 of 11
Item #5: Purchase of Chevy Tahoe PPV 4WD Police Package, new, unused, 2026 model or newer.
Make: Chevy
Model: Tahoe PPV
Year: 2026
Unit Price:
$ 49,875.00
Optional Equipment for Item #5 and 5A
Unit Price
1. Spotlamp left hand, pillar-mounted unity, 6-inch w/ LED lamps (7X3)
$ 285.00
2. Spotlamps left/right hand, pillar-mounted unity, 6-inch w/ LED lamps (7X2)
$ 525.00
3. Liftgate warning red & blue lamps (T53)
$ N/A
4. Auxiliary dome lamp (6C7)
$ 65.00
5. Switches – Rear Window Inoperative (6N5)
$ 75.00
6. Radio Suppression Ground Straps (UN9)
$ STD
7. Rear Door Locks and Handle Inoperative (6N6)
$ 95.00
8. Wiring Provisions for Vehicle Grille Lamps and Speaker/Siren (6J3)
$ 150.00
9. Wiring Provisions for Front Speakers (WX7)
$ 75.00
10. Wiring Provisions for Horn Siren Circuit (6J4)
$ 75.00
11. Carpeted Floor Covering (B30)
$ STD
12. Floor Mats (B58)
$ STD
13. Unique Key (AX2)
$ 50.00
14. Remote Vehicle Start (AMF)
$ 225.00
15. Safety Package (PQA)
$ 895.00
16. Special Service Vehicle (5W4)
$ N/A
Item #5A: Lease with option to purchase of Chevy Tahoe PPV 4WD Police Package, new, unused, 2026 model
or newer. Specifications for Item #5A are identical to specifications for Item #5.
Make: Chevy
Model: Tahoe PPV
Year: 2026
A. 2 Year Lease with an option to purchase
1. First year annual payment
$ 26,954.00 /vehicle
2. Second year annual payment
$ 26,954.00 /vehicle
3. Lease buyout payment
$ 1.00 /vehicle
4. Total Payments to Purchase Outright After 2 Years
$ 53,909.00 /vehicle
B. 3 Year Lease with an option to purchase
1. First year annual payment
$ 18,632.00 /vehicle
2. Second year annual payment
$ 18,632.00 /vehicle
3. Third year annual payment
$ 18,632.00 /vehicle
4. Lease buyout payment
$ 1.00 /vehicle
5. Total Payments to Purchase Outright After 3 Years
$ 55,897.00 /vehicle
TOWNSHIP OF CRANFORD
Bid Proposal Form: Page 9 of 11
Item #6: Purchase of Chevy Blazer EV PPV, AWD, SUV, new, unused, 2026 model or newer.
Make: Chevy
Model: Blazer EV PPV
Year: 2026
Unit Price:
$ 42,760.00
Optional Equipment for Item #6 and 6A
Unit Price
1. Identifier for Marked PPV includes front console delete/vinyl floor (9C1)
$ 600.00
2. Identifier for Detective PPV include retail floor console et al (9C3)
$ 600.00
3. Dual Level Charge Cord, dual-mode, portable 120-volt (PSC)
$ 485.00
4. 2FL Preferred Equipment Group includes standard equipment (2FL)
$ 0.00
5. Special Service Package – removes pursuit rating, requires 9C3 (5W4)
$ 1,808.00
6. Trailering provisions, wiring includes Hitch Guidance and Hitch View (V92)
$ 223.00
7. Hitch Guidance (CTT)
$ 248.00
8. Hitch View (PZ8)
$ 248.00
9. Wiring, grille lamps and siren speaker circuit (6J3)
$ 287.00
10. Wiring, horn and siren circuit (6J4)
$ 223.00
11. Spotlamp, left-handed, LED (7X3)
$ 949.00
12. Console, floor, with armrest, retail (requires 9C3) (D06)
$ 0.00
13. Console, front delete (requires 9C1) (DLE)
$ 0.00
14. Key common, fleet (AU7)
$ 195.00
15. Remove Keyless Entry Package (AMF)
$ 163.00
16. Door locks and handles, inside rear doors inoperative (6N6)
$ 163.00
17. Switches, rear window inoperative (6N5)
$ 153.00
18. Red/white LED auxiliary dome lamps (6C7)
$ 235.00
Item #6A: Lease with an option to purchase of Chevy Blazer EV PPV, AWD, SUV, new, unused, 2026 model or
newer. Specifications for Item #6A are identical to specifications for Item #6.
Make: Chevy
Model: Blazer EV PPV
Year: 2026
A. 2 Year Lease with an option to purchase
1. First year annual payment
$ 22,278.00 /vehicle
2. Second year annual payment
$ 22,278.00 /vehicle
3. Lease buyout payment
$ 1.00 /vehicle
4. Total Payments to Purchase Outright After 2 Years
$ 44,557.00 /vehicle
B. 3 Year Lease with an option to purchase
1. First year annual payment
$ 15,359.00 /vehicle
2. Second year annual payment
$ 15,359.00 /vehicle
3. Third year annual payment
$ 15,359.00 /vehicle
4. Lease buyout payment
$ 1.00 /vehicle
5. Total Payments to Purchase Outright After 3 Years
$ 46,078.00 /vehicle
TOWNSHIP OF CRANFORD
Bid Proposal Form: Page 10 of 11
Item #7: Purchase of Chevy Silverado PPV, 1500 series crew cab, 5’8” box, new, unused, 2026 model or newer.
Make: Chevy
Model: Silverado PPV
Year: 2026
Unit Price:
$ 45,159.00
Optional Equipment for Item #7 and 7A
Unit Price
1. Work Truck Preferred Equipment Group (1WT)
$ 549.00
2. Defogger, rear-window electric (C49)
$ STD
3. Trailering Package (Z82)
$ 955.00
4. Snow Plow Prep Package (VYU)
$ 867.50
5. Chevytec spray-on bedliner (CGN)
$ 862.20
6. LED Cargo Area Lighting (UF2)
$ 198.00
7. Spotlamp Left and right-hand mounted, LED (7X2)
$ 2,788.00
8. Spotlamp Left-hand pillar mounted, LED (7X3)
$ 1,528.00
9. Spotlamp Left-hand pillar mounted, Halogen (7X6)
$ 1,188.00
10. Spotlamps Left and right-hand pillar mounted, Halogen (7X7)
$ 2,026.00
11. Wiring Provisions for grille lamps and siren speakers (6J3)
$ 327.00
12. Wiring Horn and siren circuit (6J4)
$ 231.00
13. Floor covering – delete rubberized vinyl
$ 531.00
14. Door locks and handles inside rear doors inoperative (6N6)
$ 149.00
15. Inoperative rear windows (6N5)
$ 149.00
16. Back-up alarm 97 decibels (8S3)
$ 217.00
Item #7A: Lease with an option to purchase of Chevy Silverado PPV, 1500 series crew cab, 5’8” box, new,
unused, 2026 model or newer. Specifications for Item #7A are identical to specifications for Item #7.
Make: Chevy
Model: Silverado PPV
Year: 2026
A. 2 Year Lease with an option to purchase
1. First year annual payment
$ 23,477.00 /vehicle
2. Second year annual payment
$ 23,477.00 /vehicle
3. Lease buyout payment
$ 1.00 /vehicle
4. Total Payments to Purchase Outright After 2 Years
$ 46,955.00 /vehicle
B. 3 Year Lease with an option to purchase
1. First year annual payment
$ 16,229.00 /vehicle
2. Second year annual payment
$ 16,229.00 /vehicle
3. Third year annual payment
$ 16,229.00 /vehicle
4. Lease buyout payment
$ 1.00 /vehicle
5. Total Payments to Purchase Outright After 3 Years
$ 48,688.00 /vehicle
TOWNSHIP OF CRANFORD
Bid Proposal Form: Page 11 of 11
Item #8: Purchase of Jeep Wagoneer Command Operations Vehicle (COV), new, unused, 2026 model or
newer.
Make: Jeep
Model: Wagoneer COV
Year: 2026
Unit Price:
$ 56,734.00
Optional Equipment for Item #8 and 8A
Unit Price
1. Special Services Prep Group (AH6)
$ 500.00
2. HD Trailer Tow Package (ABR)
$ STD
3. Convenience Group I (AAC)
$ 8,789.00
Item #8A: Lease with an option to purchase of Jeep Wagoneer Command Operations Vehicle (COV), new,
unused, 2026 model or newer. Specifications for Item #8A are identical to specifications for Item #8.
Make: Jeep
Model: Wagoneer COV
Year: 2026
A. 2 Year Lease with an option to purchase
1. First year annual payment
$ 30,546.75 /vehicle
2. Second year annual payment
$ 30,546.75 /vehicle
3. Lease buyout payment
$ 1.00 /vehicle
4. Total Payments to Purchase Outright After 2 Years
$ 61,093.50 /vehicle
B. 3 Year Lease with an option to purchase
1. First year annual payment
$ 21,066.30 /vehicle
2. Second year annual payment
$ 21,066.30 /vehicle
3. Third year annual payment
$ 21,066.30 /vehicle
4. Lease buyout payment
$ 1.00 /vehicle
5. Total Payments to Purchase Outright After 3 Years
$ 63,198.90 /vehicle
TOWNSHIP OF CRANFORD BID SPECIFICATIONS
THE FOLLOWING ARE MINIMUM SPECIFICATIONS WHICH MUST BE MET OR EXCEEDED.
The following specifications are the basic features required on all vehicles for which bids are being submitted
with additional features as required for the specific vehicle types and optional equipment for all vehicles as set
forth and as available for each vehicle.
Item #1 and #1A: Ford Utility Police Interceptor, police pursuit vehicle, mid-size, 4 door SUV or equivalent, new,
unused, 2026 model or newer.
Item #2 and #2A: Ford F-150, Police Responder Supercrew Pickup, new, unused, 2026 model or newer.
Item #3 and #3A: Ford Super Duty F-250 XL 4WD, Reg Cab, 8’ Box, new, unused, 2026 model or newer.
Item #4 and #4A: Dodge Durango Pursuit, SUV, 4 door or equivalent, AWD, 6 cylinder, new, unused, 2026 model
or newer.
Item #5 and #5A: Chevy Tahoe PPV 4WD, Police Package, new, unused, 2026 model or newer.
Item #6 and #6A: Chevy Blazer EV PPV, AWD, SUV, new, unused, 2026 model or newer.
Item #7 and #7A: Chevy Silverado Police Pursuit Package (9C1) PPV, 1500 series crew cab, 5’8” box, new,
unused, 2026 model or newer.
Item #8 and #8A: Jeep Wagoneer Command Operations Vehicle (COV), new, unused 2026 model or newer.
Cut-Off Dates for 2026 Model Year: The successful bidder shall notify the Cranford Police Department, c/o
Detective Sergeant Steven D’Ambola, 8 Springfield Avenue, Cranford, NJ 07016 in writing, fax (908-709-7335),
or email (s-dambola@cranfordnj.org) no less than 30 days prior to the factory cut-off date for any vehicle under
contract. If the factory cut-off date occurs prior to the bid opening, the bidder shall note this in their bid packet
under “EXCEPTION(S) TO BID SPECIFICATIONS.”
TOWNSHIP OF CRANFORD
Bid Specifications: Page 2 of 17
ITEM #1 AND #1A
Item #1: Purchase of Ford Utility Police Interceptor, police pursuit vehicle, mid-size, 4 door SUV or equivalent,
new, unused, 2026 model or newer.
Item #1A: Lease with an option to purchase of Ford Utility Police Interceptor, police pursuit vehicle, mid-size,
4 door SUV or equivalent, new, unused, 2026 model or newer. Vehicles bid under Item #1A must comply with
the same specifications as Item #1.
GENERAL SPECIFICATIONS FOR ITEM #1 AND #1A
Air Bags
Dual-Stage Driver & Front Passenger, Curtain 1st and 2nd Row Airbags
Air Conditioning
Dual-Zone Front Automatic Air Conditioning
Alternator
Hybrid Electric Motor 220 Amp
Audio
AM/FM/MP3 Capable, Clock, 4-speakers, 1 USB port, 8” color LCD screen
Axle
3.73 (AWD)
Battery
92-Amp/Hr 850 CCA Maintenance-Free
Brakes
4-Wheel Disc Brakes w/4-Wheel ABS, Front and Rear Vented Discs
Engine
3.3L V6 Direct-Injection Hybrid System
Flooring
Full Vinyl/Rubber Floor Covering
Fuel Tank
19 Gallons
Liftgate
Rear Cargo Access, Lock Included w/Power Door Locks
Lights
LED Brake lights
Locks
Power, Remote Keyless Entry
Mirror
Day-Night Rear view
Mirrors
Black Power Side Mirrors w/Convex Spotter and Manual Folding
Privacy Glass
2nd Row, Rear Quarter and Liftgate
Safety
BLIS – Blind Spot Information System
Safety
Electronic Stability Control (ESC) And Roll Stability Control (RSC)
Seats
35/30/35 Folding Split-Bench Front Facing Fold Forward Seatback Rear Seat
Shifter
Column Mounted
Speedometer
Redundant Digital
Steering
Electronic Power-Assist Steering
Suspension
Strut Front Suspension w/ Coil Springs, Multi-Link Rear Suspension w/Coil Springs
Tires
P255/60R18 A/S BSW with Full Size 18” Spare
Tire Pressure
Individual Tire Pressure Monitoring System (TPMS)
Transmission
10-Speed Automatic AWD
Wheels
18” x 8.0” Painted Black Steel w/ Polished Stainless-Steel Hub Cover
Windows
Power, 1-Touch Up/Down Driver & Passenger
Wipers
Speed-Sensitive Variable Intermittent
TOWNSHIP OF CRANFORD
Bid Specifications: Page 3 of 17
ADDITIONAL STANDARD FEATURE SPECIFICATIONS FOR ITEM #1 AND #1A
Ground Straps
Installed
Paint
Factory Paint Colors
Rear View Camera
8” Rear Camera Image -inc: In upper lefthand quadrant of display
Safety
Pre-Collision Assist w/ Pedestrian Detection
Security
Perimeter Alarm
Spot Lamp
Driver Side LED (Whelen)
Towing
Class III Towing Equipment -inc: Hitch
OPTIONAL EQUIPMENT FOR ITEM #1 AND #1A
Options will be selected by the members of the Cranford Police Cooperative Pricing System at the time the order
is placed. Please use the following general items on the Bid Proposal Form to describe certain information
concerning options for vehicles in this bid:
N/A – means item not available
STD – means the item is standard or not an extra charge
1. 3.3L V6 Direct-Injection Hybrid Engine System w/ 10-Speed Automatic Transmission 99B
2. 3.0L V6 EcoBoost w/ 10-Speed Automatic Transmission 99C
3. Police Upgrade Package (65U)
4. 1st & 2nd Row Carpet Floor Covering (16C)
5. Keyed Alike Code (59)
6. 18” Full Face Wheel Covers (65L)
7. Delete Driver Side Spotlight Installation
8. Ballistic Door Panels (Level III+) – Driver Front Door Only (90D)
9. Ballistic Door Panels (Level III+) – Driver & Passenger Front Doors (90E)
10. Ballistic Door-Panels (Level IV+) – Driver Front-Door Only (90F)
11. Ballistic Door-Panels (Level IV+) – Driver & Pass Front-Doors (90G)
12. Hidden Door Lock Plunger w/ Rear Door controls Inoperable (52P)
13. Rear Window Power Delete, Operable from Front Driver Switch
14. Ready for the Road Package (67H)
15. Ultimate Wiring Package (67U)
16. Front Warning Auxiliary LED Lights (21L)
17. 12.1” Integrated Computer Screen (47E)
TOWNSHIP OF CRANFORD
Bid Specifications: Page 4 of 17
ITEM #2 AND #2A
Item #2: Purchase of Ford F-150, Police Responder XL 4WD Supercrew 5.5’ Box, new, unused, 2026 model or
newer.
Item #2A: Lease with an option to purchase of Ford F-150, Police Responder XL 4WD Supercrew 5.5’ Box, new,
unused, 2026 model or newer. Vehicles bid under Item #5A must comply with the same specifications as Item
#2.
GENERAL SPECIFICATIONS FOR ITEM #2 AND #2A
AdvanceTrac
Roll Stability Control Electronic Stability Control
Airbags
Dual Stage Driver and Passenger Seat-Mounted Side Airbags
Air Conditioning
Manual, Single Zone
Alternator
HD 240 Amp
Audio
AM/FM Stereo with 6 speakers, 12” LCD capacitive touchscreen
Axle Ratio
3.31
Battery
80-Amp/Hr 800CCA Maintenance-Free Battery w/Run Down Protection
Brakes
4-Wheel Disc
Dome Lamp
Fade-to-Off Interior Lighting
Engine
3.5L V6 EcoBoost
Flooring
Full Vinyl/Rubber Floor Covering5
Hour Meter
Engine Hour Meter
Locks
Power Door Locks w/Autolock Feature
Mirrors
Black Power Side Mirrors w/Manual Folding
Safety
Blind Spot Monitoring System BLIS w/ Trailer Tow Coverage Blind Spot
Seats
Police-grade heavy-duty cloth
Suspension
Double Wishbone Front, Solid Axle Rear
Speedometer
Redundant Digital
Steering
Electric Power-Assist Speed-Sensing
Steering Column
Manual Tilt/Telescoping
Tailgate
Rear Cargo Access, Lock Included w/Power Door Locks
Tires
LT265/70R18 BSW all-terrain
Tire Pressure
Tire Specific Low Tire Pressure Warning
Tow
Class IV Towing Equipment -inc: Hitch and Trailer Sway Control
Transmission
10-speed SelectShift automatic transmission
Wheels
18” steel
Windows
Power windows
Windshield Wipers Variable Intermittent speed
TOWNSHIP OF CRANFORD
Bid Specifications: Page 5 of 17
ADDITIONAL FEATURE SPECIFICATIONS FOR ITEM #2 AND #2A
Rear Camera
Ford Co-Pilot360 – Reverse Camera Back-Up Camera
Paint
Factory Paint Colors
OPTIONAL EQUIPMENT FOR ITEM #2 AND #2A
Options will be selected by the members of the Cranford Police Cooperative Pricing System at the time the order
is placed. Please use the following general items on the Bid Proposal Form to describe certain information
concerning options for vehicles in this bid:
N/A – means item not available
STD – means the item is standard or not an extra charge
1. Backup Alarm System Code (85H)
2. Badge Delete – Remove Rear Police Responder Badge Code (41A)
3. Black Platform Running Boards Code (18B)
4. Fog Lamps Code (595)
5. Floor Liner – Tray Style (req. either Interior Upgrade Package or Color-coordinated carpet) Code (47R)
6. Keyed Alike
7. Integrated Trailer Brake Controller (67T)
8. Interior Upgrade Package – Floor console w/o shifter, cloth seats, front console plate delete (19A)
9. Remote Keyless-Entry Key Fob (67P)
10. Spot Lamp Prep Kit, Driver Only (59C)
TOWNSHIP OF CRANFORD
Bid Specifications: Page 6 of 17
ITEM #3 AND #3A
Item #3: Purchase of Ford Super Duty F-250 XL 4WD Reg Cab 8’ Box, new, unused, 2026 model or newer.
Item #3A: Lease with an option to purchase of Ford Super Duty F-250 XL 4WD Reg Cab 8’ Box, new, unused,
2026 model or newer. Vehicles bid under Item #4A must comply with the same specifications as Item #3.
GENERAL SPECIFICATIONS FOR ITEM #3 AND #3A
AdvanceTrac
With RSC (Roll Stability Control)
Airbags
Dual Stage Driver and Passenger Seat-Mounted Side Airbags, Safety Canopy System
Air Conditioning
Manual Air Conditioning
Alternator
160 Amp
Audio
AM/FM Stereo w/MP3 Player, 4 speakers
Axle Ratio
3.73
Battery
65-Amp/Hr 750CCA Maintenance-Free Battery w/ Run Down Protection
Brakes
4-Wheel Disc Brakes w/ 4-Wheel ABS, Front and Rear Vented Discs
Engine
6.8L 2V DEVCT NA PFI V8 Gas
Floor Covering
Full Vinyl/rubber Floor Covering
Fog Lamps
Halogen
Headlamps
Auto On/Off Reflector Halogen Daytime Running Lights
Locks
Power Door Locks w/ Autolock Feature
Mirrors
Day-Night Rearview Mirror
Remote Start
Smart Device Remote Engine Start
Seats
HD vinyl, 40/20/40 split bench w/ center armrest
Suspension
Front Suspension w/ Coil Springs, Solid Axle Rear Suspension
Steering
Hydraulic Power-Assist Steering
Towing
Class V Towing Equipment -inc: Hitch and Trailer Sway Control, Trailer Wiring Harness
Tires
LT245/75Rx17E BSW A/S
Tire Pressure
Tire Specific Low Tire Pressure Warning
Transmission
TorqShift-G 10-Speed Automatic
Wheels
17” Argent Painted Steel w/ Steel Spare Wheel
Windows
Fixed Rear Window
Windshield Wipers Variable Intermittent
TOWNSHIP OF CRANFORD
Bid Specifications: Page 7 of 17
OPTIONAL EQUIPMENT FOR ITEM #3 AND #3A
Options will be selected by the members of the Cranford Police Cooperative Pricing System at the time the order
is placed. Please use the following general items on the Bid Proposal Form to describe certain information
concerning options for vehicles in this bid:
N/A – means item not available
STD – means the item is standard or not an extra charge
1. 7.3L 2V DEVCT NA PFI V8 Gas/TorqShift (99A)
2. 6.7L 4 Valve OHV Power Stroke V8 Turbo Diesel B20 (99T)
3. 6.7L High Output Power Stroke V8 Turbo Diesel B20 (99M)
4. Medium Dark Slate, Cloth 40/20/40 Split Bench Seat (1S)
5. Tires LT245/75Rx17E BSW A/T (TBM)
6. Snow Plow Prep Package (473)
7. LED Box Lighting (Incl. LED Center High-Mounted Stop Lamp) (66L)
8. Platform Running Boards (18B)
9. Tough Bed (spray-in bedliner; includes tailgate-Guard) (85S)
10. 120V/400W Outlet (43C)
11. Bed Hooks – Black, Retractable by Bull Accessories
12. Tailgate Lock by McGard
13. Exterior Backup Alarm (76C)
TOWNSHIP OF CRANFORD
Bid Specifications: Page 8 of 17
ITEM #4 AND #4A
Item #4: Purchase of Dodge Durango Pursuit, Sport Utility Vehicle, 4 door or equivalent, All Wheel Drive, 6
cylinder, new, unused, 2026 model or newer.
Item #4A: Lease with an option to purchase of Dodge Durango Pursuit, Sport Utility Vehicle, 4 door or
equivalent, All Wheel Drive, 6 cylinder, new, unused, 2026 model or newer. Vehicles bid under Item #3A must
comply with the same specifications as Item #3.
GENERAL SPECIFICATIONS FOR ITEM #4 AND #4A
Air Bags
Advanced Multi-Stage Front Air Bags, Side Curtain All Rows
Alternator
220-Amp
Audio
U-Connect 5 w/ 10.1” Display, Bluetooth, 6 Speakers
Axle
3.45 Axle Ratio
Battery
650 AMP AGM Battery
Brakes
Police ABS 4-Wheel HD Disc Brakes
Climate Control
ATC W/3 Zone Temp Control, Air Filtering
Console
Mini w/ Media Hub (2USB, AUX) and Equipment Mounting Bracket
Engine
3.6L V6 24V VVT Engine UPG I W/ESS
Floor
Black Vinyl
Fuel Tank
24.6 gallon, Capless Fuel Filter
Headlamps
LED
Locks
Remote Keyless Entry
Mirrors
Body-Colored Power Heated Side Mirrors w/ Manual Folding
Seats
Cloth bucket w/ Shift Insert
Stability Control
Electronic w/ ABS and Traction Control
Steering
Electric Power Steering
Suspension
Police Tuned Suspension, Rear Load Leveling Suspension
Tires 255/60R18 BSW On/Off Road, Full Size Matching Spare
Transmission
8 Speed Automatic 850RE Trans
Wheels
18x8.0 Black Steel
Windows
Power 1st Row Windows w/ Drive and Passenger 1-Touch
Wipers
Variable Intermittent
Paint
Monotone Paint
Rear Camera
Parkview Rear Back-Up Camera w/ Parksense
TOWNSHIP OF CRANFORD
Bid Specifications: Page 9 of 17
OPTIONAL EQUIPMENT FOR ITEM #4 AND #4A
Options will be selected by the members of the Cranford Police Cooperative Pricing System at the time the order
is placed. Please use the following general items on the Bid Proposal Form to describe certain information
concerning options for vehicles in this bid:
N/A – means item not available
STD – means the item is standard or not an extra charge
1. 5.7L V8 HEMI MDS VVT Engine (22Z)
2. Full Carpet Floor Covering –inc: Carpet Front and Rear Floor Mats (CKD)
3. Delete Liftgate Badge (MT8)
4. Power Lift Gate (JRC)
5. Technology Group (ADG)
6. Full Length Floor Console (CUF)
7. Skid Plate Group (ADL)
8. Security Alarm (LSA)
9. Black Left LED Spot Lamp (LNF)
10. Black Right LED Spot Lamp (LNA)
TOWNSHIP OF CRANFORD
Bid Specifications: Page 10 of 17
ITEM #5 AND #5A
Item #5: Purchase of Chevy Tahoe PPV 4WD, Police Package, new, unused, 2026 model or newer.
Item #5A: Lease with an option to purchase of Chevy Tahoe PPV 4WD, Police Package, new, unused, 2026
model or newer. Vehicles bid under Item #5A must comply with the same specifications as Item #5.
GENERAL SPECIFICATIONS FOR ITEM #5 AND #5A
Airbags
Frontal, seat-mounted side-impact, head-curtain for all rows
Air Conditioning
Tri-zone automatic climate control w/ individual climate settings
Alternator
220 amps
Audio
17.7” diagonal advanced color LCD display, 6-speaker system
Axle Ratio
3.23
Battery
760 cold-cranking amps with 80 amp hour rating
Brakes
4-wheel antilock, 4-wheel disc with DURALIFE rotors
Cooling System
External engine oil cooler, heavy-duty air-to-oil integral driver side of radiator
Dome Lamp
Interior, door handle or Remote Keyless Entry-activated illuminated entry and map
Engine
5.3L EcoTec3 V8 with Dynamic Fuel Management
Hour Meter
Engine hour meter
Locks
Keyless Open includes extended range Remote Keyless Entry
Mirrors
Rearview, manual day/night
Rear Liftgate
Liftgate, rear manual
Seats
Front 40/20/40 split-bench, second row 60/40, third row 60/40
Suspension
Premium Smooth Ride, Front – Independent, Rear Multi-Link
Speedometer
Certified
Steering
Power
Steering Column
Manual tilt and telescopic
Tires
265/65R18SL all-season, blackwall
Tire Pressure
Tire Pressure Monitoring System
Transmission
10-speed automatic
Trailer
Sway control, 7-wire harness w/ independent fused trailering circuits
Wheels
18” x 8.5” bright silver painted aluminum
Windows
Deep-tinted, all windows, except light-tinted glass on windshield/front driver/passenger
Windshield Wipers Intermittent w/ Rainsense
TOWNSHIP OF CRANFORD
Bid Specifications: Page 11 of 17
ADDITIONAL FEATURE SPECIFICATIONS FOR ITEM #5 AND #5A
Flooring
Black rubberized vinyl. Deleted when (B30) floor coving is ordered
Rear Camera
HD Rear Vision Camera w/ washer
Paint
Factory Colors
OPTIONAL EQUIPMENT FOR ITEM #5 AND #5A
Options will be selected by the members of the Cranford Police Cooperative Pricing System at the time the order
is placed. Please use the following general items on the Bid Proposal Form to describe certain information
concerning options for vehicles in this bid:
N/A – means item not available
STD – means the item is standard or not an extra charge
1. Spotlamp left hand, pillar-mounted unity, 6-inch w/ LED lamps (7X3)
2. Spotlamps left and right hand, pillar-mounted unity, 6-inch with LED lamps (7X2)
3. Liftgate warning red & blue lamps (T53)
4. Auxiliary dome lamp (6C7)
5. Switches – Rear Window Inoperative (6N5)
6. Radio Suppression Ground Straps (UN9)
7. Rear Door Locks and Handle Inoperative (6N6)
8. Wiring Provisions for Vehicle Grille Lamps and Speaker/Siren (6J3)
9. Wiring Provision for Front Speakers (WX7)
10. Wiring Provision for Horn Siren Circuit (6J4)
11. Carpeted Floor Covering (B30)
12. Floor Mats (B58)
13. Unique Key (AX2)
14. Remote Vehicle Start – (AMF)
15. Safety Package – Forward Collision Alert, Enhanced Lane Keep Assist, Auto Emergency Braking (PQA)
16. Special Service Vehicle – (5W4)
TOWNSHIP OF CRANFORD
Bid Specifications: Page 12 of 17
ITEM #6 AND #6A
Item #6: Purchase of Chevy Blazer EV PPV, AWC, SUV, new, unused, 2026 model or newer.
Item #6A: Lease with an option to purchase of Chevy Blazer EV PPV, AWC, SUV, new, unused, 2026 model or
newer. Vehicles bid under Item #12A must comply with the same specifications as Item #6.
GENERAL SPECIFICATIONS FOR ITEM #6 AND #6A
Airbags
Frontal knee & seat-mounted side-impact for front row, roof-rail mounted head-curtain
Air Conditioning
Dual-zone automatic climate control
Audio
17.7” diagonal advanced color LCD display w/ Google built-in compatibility
Battery
Propulsion, 102 kWh Battery Rated Energy, 190kW DC fast charging capable
Brakes
Front Brembo, 4-wheel antilock disc
Camera
Rear Camera Mirror inside rearview auto-dimming, rear camera washer
Doors
Handles body-color, power locks
Engine
None, Electric Drive Unit
Emission
Zero Emission Vehicle
Flooring
Black rubberized vinyl
Locks
Door locks, power; Keyless Open includes extended range Remote Keyless Entry
Mirrors
Outside heated, power adjustable, power-folding, diver-side auto dimming
Safety
Traction control, electronic; StabiliTrak, stability control system
Seats
Front Bucket
Suspension
Performance
Steering
Power, non-variable ratio, electric
Steering Column
Tilt and telescopic
Tires
265/50R20, all-season Firestone Firehawk Pursuit blackwall
Tire Pressure
Tire Pressure Monitor System, auto learn
Transmission
None, Electric Drive Unit
Trunk Release
Liftgate, manual
Wheels
20” steel
Windows
Power, express up and down
TOWNSHIP OF CRANFORD
Bid Specifications: Page 13 of 17
OPTIONAL EQUIPMENT FOR ITEM #6 AND #6A
Options will be selected by the members of the Cranford Police Cooperative Pricing System at the time the order
is placed. Please use the following general items on the Bid Proposal Form to describe certain information
concerning options for vehicles in this bid:
N/A – means item not available
STD – means the item is standard or not an extra charge
1. Identifier for Marked PPV includes front console delete, vinyl floor cover (9C1)
2. Identifier for Detective PPV includes retail floor console w/ armrest, color-keyed carpeting (9C3)
3. Dual Level Charge Cord, dual-mode, portable 120-volt and 240-volt capable (PSC)
4. 2FL Preferred Equipment Group includes standard equipment (2FL)
5. Special Service Package – removes pursuit rating, requires 9C3 (5W4)
6. Trailering provisions, wiring includes Hitch Guidance and Hitch View (V92)
7. Hitch Guidance (CTT)
8. Hitch View (PZ8)
9. Wiring, grille lamps and siren speaker circuit (6J3)
10. Wiring, horn and siren circuit (6J4)
11. Spotlamp, left-handed, LED (7X3)
12. Console, floor, with armrest, retail (requires 9C3) (D06)
13. Console, front delete (requires 9C1) (DLE)
14. Key common, fleet (AU7)
15. Remote Keyless Entry Package (AMF)
16. Door locks and handles, inside rear doors inoperative (6N6)
17. Switches, rear window inoperative (6N5)
18. Red/white LED auxiliary dome lamp (6C7)
TOWNSHIP OF CRANFORD
Bid Specifications: Page 14 of 17
ITEM #7 AND #7A
Item #7: Purchase of Chevy Silverado Police Pursuit Package (9C1) PPV, 1500 series crew cab 5’8” box, new,
unused, 2026 model or newer.
Item #7A: Lease with an option to purchase of Chevy Silverado Police Pursuit Package (9C1) PPV, 1500 series
crew cab 5’8” box, new, unused, 2026 model or newer. Vehicles bid under Item #7A must comply with the same
specifications as Item #7.
GENERAL SPECIFICATIONS FOR ITEM #7 AND #7A
Airbags
Dual-stage frontal airbags for driver/outboard passenger, seat-mounted side-impact,
head-curtain airbags for front and rear outboard seating positions
Air Filter
High-capacity
Air Conditioning
Single-zone manual
Alternator
220-amp
Audio
Audio system, 7” diagonal HD color touchscreen, AM/FM, Bluetooth
Axle Ratio
3.42 ratio
Brakes
Heavy Duty Brakes
Dome Lamp
Cargo area, cab mounted integrated with center high mount stop lamp
Doors
Keyless remote panic button exterior lights/horn disable (5J1)
Engine
TurboMax
Exterior
Skid plates
Floor Covering
Rubberized-vinyl front and rear
Glass
Solar absorbing, tinted
Locks
Power
Mirrors
Manual, Black
Outlet
120-volt power outlet, 120-volt bed-mounted power outlet
Safety
Hill Descent Control
Seats
40/20/40 split-bench
Speedometer
Calibrated
Suspension
Off-Road Package or Suspension Package
Steering
Urethane
Steering Column
Tilt-Wheel, manual with wheel locking security feature
Tires
255/70R17, all-season, blackwall spare tire
Tire Pressure
Tire Pressure Monitoring System, auto learn includes Tire Fill Alert (n/a spare tire)
Transmission
8-speed automatic, electronically controlled w/ overdrive and tow/haul mode
Wheels
17” x 8” Ultra Silver painted steel
Windows
Power front driver express up/down, passenger express down
TOWNSHIP OF CRANFORD
Bid Specifications: Page 15 of 17
OPTIONAL EQUIPMENT FOR ITEM #7 AND #7A
Options will be selected by the members of the Cranford Police Cooperative Pricing System at the time the order
is placed. Please use the following general items on the Bid Proposal Form to describe certain information
concerning options for vehicles in this bid:
N/A – means item not available
STD – means the item is standard or not an extra charge
1. Work Truck Preferred Equipment Group (1WT)
2. Defogger, rear-window electric (C49)
3. Trailering Package (Z82)
4. Snow Plow Prep Package (VYU)
5. Chevytec spray-on bedliner (CGN)
6. LED Cargo Area Lighting (UF2)
7. Spotlamp Left and right-hand mounted, LED (7X2)
8. Spotlamp Left-hand pillar mounted, LED (7X3)
9. Spotlamp Left-hand pillar mounted, Halogen (7X6)
10. Spotlamps Left and right-hand pillar mounted Halogen (7X7)
11. Wiring Provisions for grille lamps and siren speakers (6J3)
12. Wiring Horn and siren circuit (6J4)
13. Floor covering – delete rubberized vinyl
14. Door locks and handles Inside rear doors inoperative (6N6)
15. Inoperative rear windows (6N5)
16. Back-up alarm 97 decibels (8S3)
TOWNSHIP OF CRANFORD
Bid Specifications: Page 16 of 17
ITEM #8 AND #8A
Item #8: Purchase of Jeep Wagoneer Command Operations Vehicle (COV), new, unused, 2026 model or newer.
Item #8A: Lease with an option to purchase of Jeep Wagoneer Command Operations Vehicle (COV), new,
unused, 2026 model or newer. Vehicles bid under Item #8A must comply with the same specifications as Item
#8.
GENERAL SPECIFICATIONS FOR ITEM #8 AND #8A
Airbags
Dual Stage Driver and Passenger Seat-Mounted Side Airbags
Air Conditioning
Voice Activated Dual Zone Front and Rear Automatic
Audio
Uconnect 5 Nav w/ 10.1” Display
Axle Ratio
3.55 rear axle ratio
Battery
700CCA Maintenance-Free Battery w/Run Down Protection
Brakes
4-Wheel Disc Brakes w/4-Wheel ABS
Camera
ParkView Back-Up Camera w/Washer
Dome Lamp
Front and Rear Map Lights
Doors
Remote Keyless Entry w/Integrated Key Transmitter
Engine
3.0L I6 Hurricane SO Twin Turbo ESS
Fuel Tank
26.5 Gallon
Glass
Deep Tint Glass
Locks
Power Door Locks w/Autolock Feature
Mirrors
Manual Folding Exterior Mirrors w/ Heating Element
Seats
40/20/40 Folding Split Bench Seat
Steering
Electric Power-Assist Speed-Sensing Steering
Steering Column
Power Tilt/Telescope Steering Column
Tires
275/55R20 BSW All Season
Tire Pressure
Tire Specific Low Tire Pressure Warning
Tow
Class IV Towing Equipment -inc: Hitch and Trailer Sway Control
Transmission
8-Speed Automatic
Wheels
20” x 9.0” Premium 2 Aluminum
Windows
Power Rear Windows and Fixed 3rd Row Windows
TOWNSHIP OF CRANFORD
Bid Specifications: Page 17 of 17
OPTIONAL EQUIPMENT FOR ITEM #8 AND #8A
Options will be selected by the members of the Cranford Police Cooperative Pricing System at the time the order
is placed. Please use the following general items on the Bid Proposal Form to describe certain information
concerning options for vehicles in this bid:
N/A – means item not available
STD – means the item is standard or not an extra charge
1. Special Services Prep Group (AH6)
2. HD Trailer Tow Package (ABR)
3. Convenience Group I (AAC)
Protected Document Content
Start your free trial to view the raw municipal bid documents and web text.
Unlock Full AccessDetailed Risk Breakdown
local preference
No Flags Found
performance bond
No Flags Found
liquidated damages
No Flags Found
Quick Actions
Contacts
Steven D’Ambola
Detective Sergeant of Police · Cranford Police Department
hidden@email.com
Unlock(***) ***-****
Unlock(***) ***-****
UnlockExplore More
Timeline
First Discovered
Mar 19, 2026
Last Info Update
May 13, 2026
Start your 7-day free trial
Get instant notifications and full bid analysis. Existing users will be logged in automatically.
Start Free Trial