INVITATION TO BID. Purchase of one (1) Truck Mounted Pothole Patching Machine.

Size: px
Start display at page:

Download "INVITATION TO BID. Purchase of one (1) Truck Mounted Pothole Patching Machine."

Transcription

1 INVITATION TO BID Notice is hereby given that sealed bids will be received at the City Clerk's Office, City Hall, 435 Ryman Street, Missoula, MT until 3:00 p.m., April 8th, 2014 and will be opened and publicly read in the Mayor s Conference Room, City Hall at that time. As soon thereafter as is possible, a contract will be made for the following: Purchase of one (1) Truck Mounted Pothole Patching Machine. Bidders shall bid by City bid proposal forms, addressed to the City Clerk's Office, City of Missoula, enclosed in separate, sealed envelopes marked plainly on the outside, "Bid for a Truck Mounted Pothole Patcher, Closing 3:00 p.m., April 8 th, 2014". Pursuant to Section Montana Code Annotated, the City is required to provide purchasing preferences to resident Montana vendors and/or for products made in Montana equal to the preference provided in the state of the competitor. Each and every bid must be accompanied by cash, a certified check, bid bond, cashier s check, bank money order or bank draft payable to the City Treasurer, Missoula, Montana, and drawn and issued by a national banking association located in the state of Montana or by any banking corporation incorporated under the laws of the state of Montana for an amount which shall not be less than ten percent (10%) of the bid, as a good faith deposit. The bid security shall identify the same firm as is noted on the bid proposal forms. No bid will be considered which includes Federal excise tax, since the City is exempt there from and will furnish to the successful bidder certificates of exemption. The City reserves the right to determine the significance of all exceptions to bid specifications. Products or services that do not meet bid specifications must be clearly marked as an exception to the specifications. Vendors requesting inclusion or pre-approved alternatives to any of these bid specifications must receive written authorization from the Vehicle Maintenance Superintendent a minimum of five (5) working days prior to the bid closing. The City reserves the right to reject any and all bids and if all bids are rejected, to re-advertise under the same or new specifications, or to make such an award as in the judgment of its officials that best meets the City's requirements. The City reserves the right to waive any technicality in the bidding which is not of substantial nature. Any objections to published specifications must be filed in written form with the City Clerk prior to bid opening at 3:00 p.m., April 8 th, Bidders may obtain further information and specifications from the City Vehicle Maintenance Division at (406) Bid announcements and bid results are posted on the City's website at Publish: March 2 nd, 2014 March 16 th, 2014 Martha L. Rehbein City Clerk

2 CITY OF MISSOULA, MONTANA SPECIFICATIONS FOR ONE (1) TRUCK MOUNTED ASPHALT POTHOLE PATCHING MACHINE Meets Specs Does Not Meet Specs GENERAL EQUIPMENT DESCRIPTION AND MANDATORY FUNCTIONS: The purpose of these bid specifications is to purchase a safe and efficient pothole patching machine. This unit is being bid and purchased through a truck dealership. It is the truck vendor s responsibility to work with the pothole patching machine vendor to purchase, mount and supply a pothole patching machine that meets or exceeds these bid specifications. This pothole patcher will be used in Missoula, Montana and must be capable of efficient operation in extreme weather and climate fluctuations; from extreme wet and cold to extreme dry and hot working conditions. Unit will be truck mounted and capable of patching potholes in asphalt streets. This patch machine will be a rear chute discharge style that is capable of distributing the asphalt made by the City of Missoula s asphalt recycling machine. This unit must function efficiently in and on steep winding streets and bicycle paths. This unit must safely enable Street Division staff to perform all operations expected of an asphalt pothole patching machine. VENDOR S SERVICE LEVEL: This should be considered one complete "Turn Key" unit ready for immediate use upon delivery. All items that Vendor has selected "Meets Specs" shall be provided prior to processing documentation for payment. DATE OF MANUFACTURE: Unit shall be a complete new unit with only testing and delivery mileage and hours.

3 BASIC REQUIREMENTS: Meets Does Not 24 hour delivery of maintenance related parts and equipment. Repair oriented parts shall have a 24 hour shipping availability. All required lubricants shall be available from Montana lubrication suppliers other than OEM dealers. Only standard (SAE) or metric bolts, nuts, etc. will be allowed. APPLICABLE STANDARDS: (All standards referenced shall be of the most current revisions.) Must meet the following standards: GOVERNMENTAL: Unit shall meet or exceed all relevant Federal Motor Vehicle Safety Standards (FMVSS). Environmental Protection Agency (EPA) standards. State of Montana Motor Vehicle Code standards. OSHA standards. Society of Automotive Engineers (SAE) standards. INDUSTRIAL: SAFETY: All lighting must be located in such a fashion as to enable the operator to be visible in high traffic situations during both daytime and nighttime operation. All belts, drive shafts, chains, and pinch points must be clearly marked and protective guards in place to prevent operator injury. All steps, landings, walkways, and footholds must be covered with or made of non-slip materials. Any access points on the truck or patch machine must be accessed by a 3-point entry and egress system which includes both hands and one foot or both feet and one hand in contact and supporting the operator at all times while entering and exiting the operator s station. Railings must be provided around any work areas or decks.

4 All hazardous areas or operations should be clearly labeled in such a fashion to make the operators aware of potential danger. Wherever possible, hydraulic driven equipment is used in place of chains, belts, or shaft driven systems. Unit must have turn signals, brake lights, tail lights, front lights and work lights as required by law and to promote safe operation in both rural and high traffic environments for day and nighttime patch applications. All lighting shall meet or exceed Federal and State Uniform Traffic Codes. All exposed exhaust must be shielded to protect operators from burns. A 10 pound fire extinguisher shall be provided and mounted in an easy to reach location. To provide for operator safety, the insulation and overall design must allow the sides and top of the outer skin to be touched without the risk of personal injury after 2 hours of operation. One Sound Off Signal: part number EL3MBP+AC, clear dome amber mini bar with a permanent mount, will be located on the top of the cab. Reflective tape and/or reflectors that allow night visibility of no less than 500 feet. Each rear corner of the pothole patcher will have one LED amber flashing strobe light that is visible for at least 500 feet from both sides and the rear of the machine. A rear backup camera will be provided that enables the operator to see what is behind the vehicle when it is put in reverse gear. This shall be visible via a dash mounted display screen that is clear and easy to see under all light conditions. Unit must include an internal or external safety design that will protect the operator and not allow the screw conveyor or asphalt agitator to operate when the hopper doors are open. Unit will be delivered F.O.B. to: Jack Stucky City of Missoula V. M. Superintendent 1305 B Scott Street Missoula, Montana DELIVERY:

5 All delivery, transportation, and shipping charges are included in the total bid price. Meets Does Not All services will be performed prior to delivery and unit(s) will be completely assembled, clean and free of defects. Manufacturer's Statement of Origin (MSO) and Title Application must be prepared and available at delivery. Delivery to be within 30 days of purchase award. Unit is complete and no assembly will be required at time of delivery. MANUALS: The following list of manuals will apply to both the truck and the patch machine so one (1) means one each for the truck and one for the patch machine, where applicable. Parts manual supplied: one (1). Service manual supplied: one (1). Operator's manual supplied: two (2). Diesel engine service and parts manual supplied: (1). Electrical schematic supplied: one (1). Hydraulic schematic supplied: one (1). Pneumatics schematic supplied: one (1). Truck transmission service and parts manual supplied: one each (1). Propane burner and heating system parts and operator s: (1). Preventative Maintenance scheduled timetable information provided. TRAINING: At no additional cost, Vendor shall agree to provide a qualified factory authorized service representative(s) for the following training: All of the training costs included in these specifications shall be included in the bid price, no additional charges or costs for training are acceptable. A factory-trained person will be available for initial start up and training. Four (4) hours of mechanical training specific to the patch machine shall be provided by a qualified representative of the chassis manufacturer. Minimum of four (4) hours of operator training/operator certification class. Video operation guides.

6 All training will take place within 15 days of delivery. A Preventative Maintenance schedule of maintenance required at specific time intervals will be supplied. Operator and Mechanical training shall be two separate classes. Pre-approved video training may be used in place of actual instructors if the videos are considered part of the purchase to become the property of the City of Missoula. VENDOR LOCATION: No vendor location is set for this purchase. Consideration will be given for parts and service availability. COLOR: Truck cab will be painted white, moderate striping is acceptable. Box will be painted white. All portions of the truck and patch unit must be painted. Pothole patch unit may be black, white, or manufacturer s standard color. TRUCK This truck must meet or exceed the pothole patch machine manufacturer s specifications. The unit must accommodate the selected pothole patch machine. Conventional style cab that is easy to enter and exit, operators will be climbing in and out of this unit many times in a work shift. Cab exit and entry (egress) must be ergonomic with three points of stability (one hand and two feet or two feet and one hand contact) for the operator at all times. Exhaust shall be stack style on the right side (passenger side) mounted with a protective shield and grab handle to prevent the operator from burns. All windows shall be tinted safety glass. Seats shall be factory installed. Driver s seat shall be 8 way adjustment and covered with heavy cloth.

7 To include both driver and passenger side seats. Retractable shoulder and lap safety belts for the driver and passenger. Heavy duty high output heater and air conditioner equipped with multi-speed fan and manual temperature controls. Arm rests on each door. Dual sun visors. Two heavy duty windshield wipers and windshield washers, wipers shall be variable speed with intermittent setting. Heated lower windshield or similar system to prevent or reduce ice from building up in the windshield wiper valley. Interior dome light. Unit must have an air horn; if it is exterior, it must have a snow shield. Include an electrical or electronic horn. One West Coast style heated mirror on each side not less than 6"x16" in size. Both mirrors must fold when struck. Both mirrors must be fully adjustable and have a separate 8" round convex mirror attached to the bottom of the main mirror support rods. Similar pre-approved alternatives may be acceptable provide they enable the operator to see clearly down both sides of the vehicle and eliminate any blind spots. Hand grab rails, not less than 6 inches long, must be mounted vertically behind each door. Common key for doors and ignition; a minimum of 4 sets of keys will be supplied. Full front steel bumper shall be provided, partial or plastic bumper sections are not acceptable. Full length heavy duty floor covering made of washable rubber with removable floor mats for each side. All steps shall be non-slip with adequate toe room to promote safe exit, entry and repair access. Front radiator particulate protection mesh grill.

8 Adequate sound insulation to meet OSHA hearing protection requirements. Unit shall include splash guards and mud flaps. COMMUNICATIONS: Installation port (location) for an additional CB style radio to be installed later. Unit shall include an AM/FM radio. INSTRUMENT PANEL: Adequately lighted to make all gauges visible under extreme bright and extreme low light conditions. Instrument grouping shall be grouped in clear view of the operator s position. Fuel gauge. Amp or Voltmeter. Air brake pressure gauge with low pressure audio warning. Oil pressure gauge with low pressure audio buzzer. Water temperature gauge with high temperature audio buzzer. Tachometer, speedometer, and engine hour meter. Instrument panel shall include patch machine indicator lights. Two additional lighted (blank) toggle switches. Filter air restriction indicators (may be located elsewhere). Electronic backup alarm. PTO status light. Digital outside temperature gauge. A rear platform down indicator light. FRAME AND DIMENTIONS: Frame must allow installation of a frame mounted debris box and a pothole patch machine. The frame length and axle location shall accommodate the selected pothole patch machine in compliance with all weight regulations and restrictions, both State and Federal. The dimensions below are designed to be guidelines and may need to change by the truck vendor in collaboration with the manufacturer of the pothole patch machine to meet the physical and legal requirements of each specific pothole patch machine. Overall length approximately 327.

9 Cab to axle approximately 146. Center of front axle to center of rear axle approximately 212. Rear frame overhang should be approximately 74. The truck size and frame length shall be as short as possible to promote a small turning radius. Frame must be Full Channel reinforced with no sections. TIRES: Front tires minimum 11R22.5X ply Michelin or preapproved equivalent. Rear tires minimum of 11:00 R ply. Spare to match front tires. Traction rear and highway tread on front tires. Ten hole steel solid hub piloted rims. Rim color white. Brakes shall be air brake system. RIMS: BRAKE SYSTEM: Brake system shall meet or exceed DOT regulations: , , , and minimally. A parking brake shall be provided with an audio/visual warning device on the instrument panel to indicate when the parking or hand brake is applied when the engine is running. Brake system shall be slack adjuster s-cam style brakes with self-adjusting automatic slack adjusters on every wheel. Air reservoirs will be equipped with a drain cock easily accessible to the operator. The drain cock will point downward and away from the operator. A valve stem air recharge port will be installed so the air brakes can be released with an external source. Rear brakes must have parking brake canisters or air chambers. Parking

10 brakes must and will be required to hold the fully loaded unit on a 45 degree slope minimally. Brakes and brake system must meet or exceed all applicable local, state, and federal brake regulations. Parking brake with dash mounted quick release valve provided. Parking brake spring type air release maxi cans. Air compressor to be minimum of 14 CFM. Units must include spin on style heated air dryers. Air dryer must be installed in a location where it can be easily serviced. FUEL TANKS: Minimum of 50 gallon fuel capacity located right or left side under the cab step. SHOCK ABSORBERS: Heavy duty front shocks, rear shocks are not required. ENGINE: Turbo charged diesel engine, minimally 6.7 liter rpm with 660 ft lb torque at 1600 rpm. Block heater must be 1000W 110V with a weather protected electrical outlet. Batteries must be maintenance free, 12 volt, group 31, stud type post with a minimum cold cranking amperage of 1.5 X the cubic inch engine displacement at zero degrees. Battery box to be frame mounted. Cooling system to provide cold weather protection to -40 and warm weather overheat protection to +110 degrees. Cooling system will provide overheat protection with prolonged periods of high temperature operation at low engine rpm speeds (idle). COOLANT AND WEATHER PACK SYSTEM: This unit must include a cold weather start package with hot air intake injection system or an equivalent cold start package.

11 Permanent type coolant/anti-freeze with a 50/50 mix to a minimum of 30 degrees below zero and at least 110 degrees above zero and the proper PH to minimize electrolysis. Cooling system must include a spin on style water filter conditioner. EXHAUST SYSTEM: Weather protection shall be provided for exhaust stack system. System will include a vertical or horizontal muffler with vertical pipe dumping exhaust fumes out the right or passenger side of the vehicle. Exhaust shall dump out and above the passenger side of the cab in such a manner to prevent the operators from breathing exhaust fumes while operating all functions. Please note: there may be some pre-approved alternatives for emissions systems. Exhaust system must reduce engine emissions to OSHA and SAE applicable standards. The exhaust stack (single) shall be a minimum of 10 feet 0 inches and made of aluminized or stainless steel, rust resistant with a turned out exhaust extension. Aluminized or stainless steel shield must be included to protect the paint, body, hoses, wires, and operator contact with hot exhaust piping. Unit shall have set back front axle. FRONT AXLE/FRONT SUSPENSION: 12,000 lb. minimum front suspension capacity or adequate for patcher unit specifications, whichever is greater. 12,000 lb. minimum front axle capacity. Multi-leaf front springs, 12,000 lb. rated front suspension. Gross vehicle weight capacity shall minimally be 33,000 lbs. 21,000 lb. rated rear axle minimum. SINGLE REAR AXLE: The nature of these operations will be start/stop low end performance. Rear axle/differential must be geared to promote slow stop/start operations.

12 Suspension to be rated at 21,000 lb. minimum. REAR SUSPENSION: Multi-leaf spring style suspension with overload protection. TRANSMISSION AND PTO: Allison 3500 RDS electronic controlled transmission minimally. Truck must include a Chelsea 277 series PTO or alternative approved by the manufacturer of the pothole patch machine. Magnetic plugs for transmission drain. Heavy duty transmission oil cooler. Transmission fluid shall be synthetic. Deep reduction low gears in both forward and reverse. Shift lever style electric transmission control console, push buttons are not acceptable. ELECTRICAL AND LIGHTING: 12 volt system with minimum battery cold cranking amperage rated no less than 1.5 times the engine s cubic inch displacement at 0 degrees F. Alternator shall be capable of maintaining the electrical system minimally at an idle for extended periods of time with a full electrical load. Taillights shall be LED; LED lighting shall be used in all applicable locations. Unit shall include marker and license plate lights (LED preferred). All lighting shall meet Montana state and Federal regulations for on and off road operation and usage. Unit must include a work light kit for safety in low light applications. The work lights must be strategically mounted and adjustable so as to light up the work area. Taillights shall be adequately guarded and shielded.

13 A lighted license plate bracket will be attached to the fender. The wiring will all be mounted inside loom with weather proof connectors providing protection from heat and wear. 12 Volt system. 120 amp minimum solid state alternator. All lighting DOT approved and in compliance with Federal Motor Carrier Regulations. All of the truck and sander lights shall be LED where LED is applicable. Protective wiring cover at wear points. All after manufacture wire connections for lighting and all other components must be soldered and covered with water resistant shrink tube. HYDRAULICS: Hydraulic PTO system shall be driven off the Allison transmission. PTO will be air operated/air controlled. Provide 25 gallon minimum side mount hydraulic tank with site glass and temperature gauge. Hydraulic tank baffled to prevent cavitations, with a sump strainer and a ventilated cap. Hydraulic system must include a return line filter with a minimum 1 inch valve to close off hydraulic lines when servicing the filter and making repairs to the system. The hydraulic pump is gear type variable speed at 12 GPM and has an operating pressure of 2000 PSI at 900 RPM or pre-approved equivalents. A 12 volt thermostatically controlled hydraulic cooler must be provided to keep hydraulic fluid at or below 115 degrees F. All high pressure hoses and crimped fittings must have a minimum of 9,600 psi burst pressure. ASPHALT PATCHING MACHINE SPECIFICATIONS: The machine must be capable of starting at ambient temperature, maintaining and/or heating material until it can be applied to the street as patch material.

14 Unit must have top hopper doors that open completely to allow front end loaders to dump hot asphalt into the machine. Easy operator access shall be provided for daily maintenance and operation use. RELEASING AGENT STORAGE TANK: Pothole patch machine must include a releasing agent tank and wands to wash the unit down. Release agent tanks shall be an 18 gallon minimum capacity tank, equipped with a psi 12 volt DC pump and a hand sprayer for cleaning tools and the unit. There shall be a connector valve for flushing road oil pump and lines including a 1 drain. A front mounted spray wand no less than 3 feet long shall be provided to spray down the hopper before loading. LIQUID ASPHALT (EMULTION) SYSTEM: Unit shall include a liquid asphalt hand spray wand. The wand shall be at least 5 feet long with a Dead Man Style control valve. The spray hose must be a minimum of 15 feet long, ½ hose with a reversible pump and a diesel flush system. The emulsion pump shall be a hydraulically driven, 1 1/2 self priming, variable speed, reversible, rotary gear pump with relief valve, capable of operating at 20 GPM at 1200 RPM and 100 PSI. The emulsion pump will circulate the product to prevent clogging and plugging up the spray tip. The emulsion hose, pump, and all oil lines must be heated or in a heated area or both to prevent freezing. Air injection is unacceptable. DIESEL FUEL HOSE REEL: A 20 foot long (minimum) diesel fuel/release agent spray wand hose shall be included with a spring loaded retractable hose reel assembly. JACK HAMMER/PAVEMENT BREAKER: A jack hammer/pavement breaker complete with quick couplers, asphalt cutter, tamper and detachable shank with lockable transporting

15 bracket shall be provided. This should be equivalent to a Stanley BR feet of 3000 psi hydraulic lines for operation of the pavement breaker will be provided. This line will be mounted on a spring loaded automatic reel assembly. VIBRATORY (PLATE WACKER) COMPACTOR PLATFORM: The City of Missoula will provide the vibratory plate compactor. The rear of the unit must include a storage location and hydraulic elevator to fit a standard plate wacker. The patch truck must come equipped with a hydraulically operated lift platform for loading or unloading the compactor plate. The platform must have a safety latch in the up position, including an inthe-cab platform down indicator light with compactor hold down brackets and a pavement breaker/jack hammer mount. All controls for platform are at the rear of the unit. HYDRAULIC CONTROL VALVE: A variable flow spool valve with a 2200 psi relief valve shall control the hydraulic screw conveyor, hydraulic doors, asphalt agitator, liquid asphalt pump and tool circuit. The valve must include an internal or external safety design that will protect the operator and not allow the screw conveyor or asphalt agitator to operate when the doors are open. This valve shall be open center style hydraulics returning fluid to the tank. The valve is operated from the rear of the machine by remote levers. AGITATOR, DELIVERY PORT AND SCREW CONVEYOR: Patch material will be moved to the rear chute by means of a screw conveyor. This conveyor must run the distance of the bottom of the hopper a minimum of at least 10 feet long with a diameter of at least 6 inches. The conveyor must be bearing mounted and be driven by a variable speed hydraulic motor with forward and reverse speeds. The rear of the conveyor shall dump into a delivery chute that is capable of pivoting at least 120 degrees.

16 Lube system shall be set up so all bearings can be greased via a feeder line mounted outside the unit from ground level. A secondary hydraulic 9200 in. lb. torque, variable speed booster motor must be installed at rear of auger to assist in dispensing variant, bad or stiff asphalt mix. The pothole patch machine must be equipped with a hydraulic driven agitator shaft. This shaft must be built into the hopper and effectively break up and prevent asphalt material from bridging in the hopper. The shaft must be heavy duty and run the full length of the hopper. It shall have at least 12 spikes or paddles to break up asphalt. The agitator shaft shall be driven by a variable speed hydraulic motor with forward and reverse. All agitator bearings must have remote grease feeder lines mounted outside the unit at ground level. An 18 (minimum) work deck shall be provided to promote easy and safe access to the oil emulsion tank and the asphalt hopper. The deck shall be mounted between hopper and truck cab. The deck shall be constructed of ¼ angle iron and 3/16 (minimally) expanded metal Including expanded metal steps with assist hand rails. A 50 Gallon frame mounted LP gas bottle with quick fill connector, a 10 psi regulator and fuel sight gauge will be included. ELECTRONIC THROTTLE CONTROL: A rear mounted remote throttle control shall be provided to allow control of speed and pressure while using the patch machine. This remote control must have a safety feature: the switch must not function unless the park brake is set on the vehicle. OPTIONS: Two shovel holders and two lute holders shall be provided, one of each mounted on both sides of the pothole patch truck. An eight (8) gallon (minimal) drip pan for waste oil combination, flushing pump, spray wand, and lines shall be provided including a valve for draining.

17 The asphalt aggregate hopper and liquid asphalt oil tank shall have the option of being heated by a 220 volt, 62 kw dry well electric heater, thermostat controlled with 25 of cord with dual in-line 30 amp fuses with MOV 220 vac surge absorber. The heating system is capable of maintaining heated material up to 300 F. The unit shall have a minimum of two stainless steel temperature gauges that constantly monitor the temperature of the asphalt hopper and road oil tank. WARRANTY: All warranty must be Original Equipment Manufacturers with a minimum coverage period of one year. Warranty documentation shall be included in the bid package. BID PRICE SHEET The prices listed in this price sheet shall be totally inclusive of all freight, shipping, dealer preparation, or assembly charges. All prices listed will include delivery to Jack Stucky, Vehicle Maintenance Division, 1305 B Scott Street, Missoula, Montana Purchase of one (1) Asphalt Pothole Patch Machine that meets or exceeds the specifications included in this document. Description of Pothole Patch Machine being provided: Model Year: Name of Manufacturer: Description: Total bid price for one (1) Street Division Pothole Patch Machine: $ Net bid price of one (1) Pothole Patch Machine that meets or exceeds the above bid specifications after trade-in credit: $ Delivery date of this equipment is: Month Day Year. OTHER INFORMATION Does the unit meet specifications? If not, attach a separate sheet with explanations. * City of Missoula reserves the right to award purchases with or without any or all of the

18 alternatives and to award purchases based on life cycle cost to the City, not just lowest initial purchase price. ** Bidders shall promptly notify the City of any ambiguity, inconsistency, or error in the bidding documents, and if a clarification or interpretation is desired, bidders shall request the same from the City in writing, at least five (5) calendar days prior to the bidding deadline. Any objections to published specifications must be filed in written form with the City Clerk prior to bid opening at 3:00 p.m., April 8 th, Bidders may obtain further information, bid proposal forms, and specifications from the Vehicle Maintenance Division (406) The City reserves the right to reject any and all bids and if all bids are rejected, to re-advertise under the same or new specifications, or to make such an award as in the judgment of its officials best meets the City's requirements. The City reserves the right to waive any technicality in bidding, which is not of a substantial nature. *** The City reserves the right to determine the significance of all exceptions to bid specifications. Products or services that do not meet bid specifications must be clearly marked as an exception to the specifications. Vendors requesting inclusion or pre-approved alternatives to any of these bid specifications must receive written authorization from the Vehicle Maintenance Superintendent a minimum of five (5) working days prior to the bid closing. Bid Security of 10% of bid (%of dollars - company or personal checks not acceptable security) is hereby enclosed, as our bid for selling the City of Missoula, one Truck Mounted Asphalt Patch Machine, bid security will be increased to include equipment options or additional options available in these specifications. The bid security shall identify the same firm as is noted on the bid proposal forms. We understand that a penalty of $25.00 per day and/or forfeiture of bid security may result from exceeding the delivery date bid by Vendor. Submitted by: Company: Authorized Signature: Name and Title: Date:

GALLATIN PUBLIC UTILITIES

GALLATIN PUBLIC UTILITIES GALLATIN PUBLIC UTILITIES Bid Proposal Item: Single Axle Dump Truck Bid Date: Company Address: Phone Number: Manufacturer: Bid Information (1) Prices F.O.B., 249 Hancock Street, Gallatin, Tennessee 37066.

More information

ONE (1) EACH SELF-CONTAINED PATCH TRUCK

ONE (1) EACH SELF-CONTAINED PATCH TRUCK CITY OF SAN LEANDRO REQUEST FOR QUOTATION SUBMIT BID TO: City of San Leandro Purchasing Department 835 East 14th Street San Leandro, CA 94577 FOR FURTHER INFORMATION CALL: Darryl Sweet Purchasing Supervisor

More information

Request for Bids INFORMATION FOR BIDDERS. FURNISH THE CITY OF DERBY, KANSAS, ONE (1)2014 or NEWER TANDEM AXLE 10 YARD DUMP TRUCK w/ PLOW

Request for Bids INFORMATION FOR BIDDERS. FURNISH THE CITY OF DERBY, KANSAS, ONE (1)2014 or NEWER TANDEM AXLE 10 YARD DUMP TRUCK w/ PLOW Request for Bids City of Derby Public Works 2015-027 INFORMATION FOR BIDDERS FURNISH THE CITY OF DERBY, KANSAS, ONE (1)2014 or NEWER TANDEM AXLE 10 YARD DUMP TRUCK w/ PLOW 1. Sealed bids, on the attached

More information

THREE (3) NEW 2018 SIX WHEEL DRIVE MOTOR GRADER WITH LIFT GROUP, REAR-RIPPER/SCARIFIER, AND SNOW WING.

THREE (3) NEW 2018 SIX WHEEL DRIVE MOTOR GRADER WITH LIFT GROUP, REAR-RIPPER/SCARIFIER, AND SNOW WING. Call for Bids Notice is hereby given that sealed bids will be received by the Board of Mountrail County Commissioners for the purchase of THREE (3) NEW 2018 SIX WHEEL DRIVE MOTOR GRADER WITH LIFT GROUP,

More information

ONE (1) CURRENT MODEL YEAR REGENERATIVE AIR TYPE STREET SWEEPER MOUNTED ON CONVENTIONAL CAB BID NO

ONE (1) CURRENT MODEL YEAR REGENERATIVE AIR TYPE STREET SWEEPER MOUNTED ON CONVENTIONAL CAB BID NO CITY OF SAN LEANDRO INVITATION FOR BIDS SUBMIT BID TO: City of San Leandro Purchasing Department 835 East 14th Street San Leandro, CA 94577 FOR FURTHER INFORMATION CONTACT: Julie Jenkins Purchasing Agent

More information

THE TOWN OF CLARENVILLE PUBLIC WORKS DEPARTMENT. Tender Specification # For Purchase of One (1), New Wheel Loader with Snow Blades

THE TOWN OF CLARENVILLE PUBLIC WORKS DEPARTMENT. Tender Specification # For Purchase of One (1), New Wheel Loader with Snow Blades THE TOWN OF CLARENVILLE PUBLIC WORKS DEPARTMENT Tender Specification # 03-2015 For Purchase of One (1), New Wheel Loader with Snow Blades GENERAL SPECIFICATIONS Tenders are invited for the supply and delivery

More information

INSTRUCTIONS TO BIDDERS AND SPECIFICATIONS FOR A 7-8 CUBIC YARD DUMP TRUCK

INSTRUCTIONS TO BIDDERS AND SPECIFICATIONS FOR A 7-8 CUBIC YARD DUMP TRUCK INSTRUCTIONS TO BIDDERS AND SPECIFICATIONS FOR A 7-8 CUBIC YARD CITY OF FOREST 120, SOUTH DAVIS ST P.O. BOX 298 FOREST, MS. 39074 RE: One or More New Dump Truck, Purchase And / Or Lease Purchase Financing.

More information

QUOTE For a 2017 Fire Department Conventional Truck Chassis-Water Tender With PTO Pump

QUOTE For a 2017 Fire Department Conventional Truck Chassis-Water Tender With PTO Pump Town of Wascott PO Box 159,Wascott, WI 54890 Phone: 715/466-4252 Email: wascott@centurytel.net QUOTE For a 2017 Fire Department Conventional Truck Chassis-Water Tender With PTO Pump Note: Bidders must

More information

ALLEGAN COUNTY ROAD COMMISSION PROPOSAL FOR WESTERN STAR TANDEM REAR AXLE DUMP TRUCKS (CAB & CHASSIS) MINIMUM 64000# GVWR

ALLEGAN COUNTY ROAD COMMISSION PROPOSAL FOR WESTERN STAR TANDEM REAR AXLE DUMP TRUCKS (CAB & CHASSIS) MINIMUM 64000# GVWR ALLEGAN COUNTY ROAD COMMISSION PROPOSAL FOR WESTERN STAR TANDEM REAR AXLE DUMP TRUCKS (CAB & CHASSIS) MINIMUM 64000# GVWR Board of County Road Commissioners of the County of Allegan 1308 Lincoln Road Allegan,

More information

SPECIFICATIONS AND BID FORM FOR ONE NEW SIX WHEEL DRIVE ARTICULATED MOTOR GRADER WITH SNOW GATE. Street Department

SPECIFICATIONS AND BID FORM FOR ONE NEW SIX WHEEL DRIVE ARTICULATED MOTOR GRADER WITH SNOW GATE. Street Department SOUTH DAKOTA CITY OF WATERTOWN SPECIFICATIONS AND BID FORM FOR ONE NEW 201 6 SIX WHEEL DRIVE ARTICULATED MOTOR GRADER WITH SNOW GATE Street Department CITY OF WATERTOWN, OWNER P.O. BOX 910 WATERTOWN SOUTH

More information

TOWN OF FARRAGUT. Bid Specifications For 2017 Dump Truck. William McKelvey Public Works Director Municipal Center Drive Farragut, TN 37934

TOWN OF FARRAGUT. Bid Specifications For 2017 Dump Truck. William McKelvey Public Works Director Municipal Center Drive Farragut, TN 37934 TOWN OF FARRAGUT Bid Specifications For 2017 Dump Truck William McKelvey Public Works Director TOWN OF FARRAGUT 11408 Municipal Center Drive Farragut, TN 37934 (865) 966-7057 BID SPECIFICATIONS for 2017

More information

The bidder shall furnish a complete set of Operator, Service, and Parts Manuals with each body sold.

The bidder shall furnish a complete set of Operator, Service, and Parts Manuals with each body sold. 2013 Model or current production year 34,000 G.V.W.R. Cab and Chassis INTENT: These specifications describe a Dump Truck. GENERAL TERMS: All equipment furnished under this contract shall be new, unused,

More information

REQUEST FOR QUOTATIONS

REQUEST FOR QUOTATIONS Public Works Department REQUEST FOR QUOTATIONS 12 14 YARD DUMP TRUCK PURCHASE Due: Thursday, July 27, 2017 No later than 2:00 P.M. Submit to: City of Arroyo Grande Attn: Public Works Department 1375 Ash

More information

One (1) Current Model Year Cab/Chassis with Chipper Body and Articulating Crane Mounted Bid No Notice to Bidders

One (1) Current Model Year Cab/Chassis with Chipper Body and Articulating Crane Mounted Bid No Notice to Bidders CITY OF SAN LEANDRO INVITATION FOR BIDS SUBMIT BID TO: City of San Leandro Purchasing Department 835 East 14th Street San Leandro, CA 94577 FOR FURTHER INFORMATION CONTACT: Julie Jenkins Purchasing Agent

More information

CITY OF ALHAMBRA NOTICE INVITING BIDS NO. N2M16-144

CITY OF ALHAMBRA NOTICE INVITING BIDS NO. N2M16-144 CITY OF ALHAMBRA NOTICE INVITING BIDS NO. N2M16-144 PUBLIC NOTICE IS HEREBY GIVEN that the City of Alhambra will receive sealed bids on or before the hour of 10:30 AM on Thursday, October 27 2016, at the

More information

STATE OF MINNESOTA EQUIPMENT SPECIFICATION. SPECIFICATION: September 2012 Page 1 SINGLE AXLE CAB & CHASSIS

STATE OF MINNESOTA EQUIPMENT SPECIFICATION. SPECIFICATION: September 2012 Page 1 SINGLE AXLE CAB & CHASSIS STATE OF MINNESOTA EQUIPMENT SPECIFICATION SPECIFICATION: 330-912 September 2012 Page 1 1.0 SCOPE SINGLE AXLE CAB & CHASSIS This unit shall be a currently advertised production model as modified per specifications

More information

Tender Town of Yarmouth Equipment Purchase 5 Ton Single Axle Truck Complete with dump box, slide-in spreader, pre-wet system, and spreader controls.

Tender Town of Yarmouth Equipment Purchase 5 Ton Single Axle Truck Complete with dump box, slide-in spreader, pre-wet system, and spreader controls. Tender Town of Yarmouth Equipment Purchase 5 Ton Single Axle Truck Complete with dump box, slide-in spreader, pre-wet system, and spreader controls. General Instructions: 1. All bids must be submitted

More information

NELSON COUNTY FISCAL COURT

NELSON COUNTY FISCAL COURT NELSON COUNTY FISCAL COURT Specifications/Bid Forms FOR 25 CUBIC YARD REAR PACKER,REAR EJECTION, GARBAGE TRUCK DATE: 08/2017 ADVERTISEMENT FOR BIDS The Nelson County Fiscal Court will accept sealed bids

More information

City of Glasgow Department of Public Works Purchase of (1) 2013 White Rear Load Garbage Truck

City of Glasgow Department of Public Works Purchase of (1) 2013 White Rear Load Garbage Truck City of Glasgow Department of Public Works Purchase of (1) 2013 White Rear Load Garbage Truck To: All Interested Bidders Subject: 2013 (1) White Rear Load Garbage Truck Attached are specifications for

More information

NOTICE TO BIDDERS. ONE (1) NEW TANDEM AXLE TRUCK (cab & chassis)

NOTICE TO BIDDERS. ONE (1) NEW TANDEM AXLE TRUCK (cab & chassis) NOTICE TO BIDDERS The Roscommon County Road Commission will receive sealed bids until 2:00 p.m. on Thursday, March 22. 2012. (Bids will be opened at 2:00 p.m. for tabulation and review. Bid results and

More information

TENDER 2019 OR 2020, ONE AND A HALF TON EXTENDED DOUBLE CAB/CHASSIS, 4X4, DUMP BODY TRUCK

TENDER 2019 OR 2020, ONE AND A HALF TON EXTENDED DOUBLE CAB/CHASSIS, 4X4, DUMP BODY TRUCK Municipality of the County of Colchester Recreation Department 1 Church Street, Truro, NS B2N 3Z5 Telephone: (902) 897-3185 TENDER 2019 OR 2020, ONE AND A HALF TON EXTENDED DOUBLE CAB/CHASSIS, 4X4, DUMP

More information

BID SPECIFICATIONS FOR HEAVY DUTY DUMP TRUCK CHASSIS - OPTION A 2015 MACK GU 713 $110, (INCLUDING OPTION) TIER 3

BID SPECIFICATIONS FOR HEAVY DUTY DUMP TRUCK CHASSIS - OPTION A 2015 MACK GU 713 $110, (INCLUDING OPTION) TIER 3 BID SPECIFICATIONS FOR HEAVY DUTY DUMP TRUCK CHASSIS - OPTION A 2015 MACK GU 713 $110,599.00 (INCLUDING OPTION) TIER 3 GENERAL These specifications shall be construed as the minimum acceptable standards

More information

Request for Proposal. Articulated Loader

Request for Proposal. Articulated Loader Request for Proposal Articulated Loader April 17, 2017 1 City of Fargo Request for Proposal The City of Fargo is requesting proposals for (2) Articulated Loaders. Sealed proposals will be received by the

More information

DEPARTMENT OF PUBLIC WORKS WHITMAN COUNTY COLFAX, WASHINGTON Bid for One (1) New Diesel Powered Articulated Four Wheel Drive Loader & Trade

DEPARTMENT OF PUBLIC WORKS WHITMAN COUNTY COLFAX, WASHINGTON Bid for One (1) New Diesel Powered Articulated Four Wheel Drive Loader & Trade DEPARTMENT OF PUBLIC WORKS WHITMAN COUNTY COLFAX, WASHINGTON 99111 Bid for One (1) New Diesel Powered Articulated Four Wheel Drive Loader & Trade NOTICE TO ALL BIDDERS: Please contact Whitman County Operations

More information

BID SPECIFICATIONS FOR HEAVY DUTY DUMP TRUCK CHASSIS - OPTION A 2013 Mack GU 713 $109, (INCLUDING OPTIONS)

BID SPECIFICATIONS FOR HEAVY DUTY DUMP TRUCK CHASSIS - OPTION A 2013 Mack GU 713 $109, (INCLUDING OPTIONS) BID SPECIFICATIONS FOR HEAVY DUTY DUMP TRUCK CHASSIS - OPTION A 2013 Mack GU 713 $109,599.00 (INCLUDING OPTIONS) GENERAL These specifications shall be construed as the minimum acceptable standards for

More information

COLLEGE COMMUNITY SCHOOL DISTRICT BID SHEET. THREE (3) 78 PASSENGER TRANSIT STYLE SCHOOL BUSES and ONE (1) 65 PASSENGER LIFT BUS

COLLEGE COMMUNITY SCHOOL DISTRICT BID SHEET. THREE (3) 78 PASSENGER TRANSIT STYLE SCHOOL BUSES and ONE (1) 65 PASSENGER LIFT BUS COLLEGE COMMUNITY SCHOOL DISTRICT BID SHEET THREE (3) 78 PASSENGER TRANSIT STYLE SCHOOL BUSES and ONE (1) 65 PASSENGER LIFT BUS Bid #1 Three (3) 2010 (78) Passenger Transit Style School Buses and One (1)

More information

SPECIFICATIONS FOR 4X4 SINGLE AXEL PLOW TRUCK. City of Negaunee

SPECIFICATIONS FOR 4X4 SINGLE AXEL PLOW TRUCK. City of Negaunee SPECIFICATIONS FOR 4X4 SINGLE AXEL PLOW TRUCK City of Negaunee The following specification describes the minimum requirements for a 4x4 single axel plow truck for the City of Negaunee. The equipment bid

More information

Mantis Rerailer General Specifications

Mantis Rerailer General Specifications 2008 General Specifications 1. Typical Operating Parameters 2. General 1.1 Operating temperatures will typically be between 20 F (7 C) to 110 F (43 C). 1.2 Relative humidity ranges between 20% and 100%.

More information

145 HP, FRONT WHEEL ASSIST TRACTOR 3/17/15 Page 1. Mountrail County Road and Bridge SPECIFICATIONS FOR

145 HP, FRONT WHEEL ASSIST TRACTOR 3/17/15 Page 1. Mountrail County Road and Bridge SPECIFICATIONS FOR Page 1 Mountrail County Road and Bridge S FOR Bidder's Instructions: Indicate compliance to the specifications on the YES/NO line by each specification. Indicate any deviations from the specifications

More information

CITY OF CORALVILLE th Street, Coralville, IA

CITY OF CORALVILLE th Street, Coralville, IA CITY OF CORALVILLE 1512 7 th Street, Coralville, IA 52241 319-248-1740 REQUEST FOR BID THIS IS NOT AN ORDER STATE BELOW THE PRICE AND DELIVERY FOR ITEMS DESCRIBED HEREIN, BASED ON THE SPECIFICATIONS, TERMS

More information

FLAT BED STAKE BODY TRUCK

FLAT BED STAKE BODY TRUCK Group 1 Contract Attachment 4 Price Sheet: Dump Trucks Please see Attachment D: Instruction and General Information for Instructions, Color Key, and Reference Key. GVWR* Code 2 Base Vehicle Description3

More information

MANISTEE COUNTY ROAD COMMISSION 2019 TANDEM AXLE TRUCK SPECIFICATIONS AND BID REQUIREMENTS (ALTERNATE BID) January 4, 2018

MANISTEE COUNTY ROAD COMMISSION 2019 TANDEM AXLE TRUCK SPECIFICATIONS AND BID REQUIREMENTS (ALTERNATE BID) January 4, 2018 GENERAL 1. The following minimum specifications are for a tandem axle truck (conventional cab and chassis with an engine and transmission). 2. The truck shall be the manufacturer s current model under

More information

SALT TRUCK - SHORT TANDEM

SALT TRUCK - SHORT TANDEM Town of Antigonish c: 902 863-3237 274 Main Street c: 902 863-9201 Antigonish, Nova Scotia Canada B2G 2C4 www.townofantigonish.ca TENDER DOCUMENT SALT TRUCK - SHORT TANDEM Set No. September 2017 INFORMATION

More information

REQUEST FOR BID For Trucks. Bid Notice

REQUEST FOR BID For Trucks. Bid Notice REQUEST FOR BID For Trucks Bid Notice Bell County Water Control & Improvement District No. 1 (District) is soliciting a Request for Bid for two (2) trucks to be used in its water operations. Sealed Bids

More information

BID SPECIFICATIONS FOR HEAVY DUTY DUMP TRUCK CHASSIS - OPTION D CT660S $129, (INCLUDING OPTION)

BID SPECIFICATIONS FOR HEAVY DUTY DUMP TRUCK CHASSIS - OPTION D CT660S $129, (INCLUDING OPTION) BID SPECIFICATIONS FOR HEAVY DUTY DUMP TRUCK CHASSIS - OPTION D CT660S $129,914.00 (INCLUDING OPTION) GENERAL These specifications shall be construed as the minimum acceptable standards for a heavy duty

More information

TENDER. 2017, THREE QUARTER (3/4) TON PICKUP TRUCK, 4x4

TENDER. 2017, THREE QUARTER (3/4) TON PICKUP TRUCK, 4x4 Municipality of the County of Colchester Public Works Department 1 Church Street, Truro, NS B2N 3Z5 Telephone: (902) 897-3175 TENDER 2017, THREE QUARTER (3/4) TON PICKUP TRUCK, 4x4 Sealed Tenders for Tender

More information

July 15, 2016 NOTICE INVITING BIDS NOTICE TO SUPPLIERS FOR FURNISHING MOTOR VEHICLES

July 15, 2016 NOTICE INVITING BIDS NOTICE TO SUPPLIERS FOR FURNISHING MOTOR VEHICLES July 15, 2016 NOTICE INVITING BIDS NOTICE TO SUPPLIERS FOR FURNISHING MOTOR VEHICLES 1. Sealed bids will be received by Carmichael Water District (District) for furnishing motor vehicles as set forth in

More information

CLEVELAND COUNTY NORTH CAROLINA REQUEST FOR BID NEW 2012 EXCAVATOR

CLEVELAND COUNTY NORTH CAROLINA REQUEST FOR BID NEW 2012 EXCAVATOR CLEVELAND COUNTY NORTH CAROLINA REQUEST FOR BID NEW 2012 EXCAVATOR August 3, 2012 BIDS ARE DUE NO LATER THAN 10:00 AM WEDNESDAY, SEPTEMBER 5, 2012 INSTRUCTIONS TO BIDDERS CLEVELAND COUNTY NEW 2012 EXCAVATOR

More information

BANNOCK COUNTY SOLID WASTE

BANNOCK COUNTY SOLID WASTE BANNOCK COUNTY SOLID WASTE 1500 N. Fort Hall Mine Road Pocatello, Idaho 83204 Ph. (208) 236-0607 NEW 2018 ROLL-OFF BID PACKAGE The undersigned hereby agrees and proposes to furnish one (1) new 2018 (make)

More information

CITY OF TACOMA Environmental Services Department - Solid Waste Management

CITY OF TACOMA Environmental Services Department - Solid Waste Management CITY OF TACOMA Environmental Services Department - Solid Waste Management ADDENDUM NO. 2 DATE: September 11, 2018 REVISIONS TO: Request for Bids Specification No. ES18-0279F Solid Waste Yard Tractors NOTICE

More information

MONTGOMERY COUNTY PUBLIC WORKS DEPARTMENT P. O. BOX 663 INDEPENDENCE, KANSAS PH FAX

MONTGOMERY COUNTY PUBLIC WORKS DEPARTMENT P. O. BOX 663 INDEPENDENCE, KANSAS PH FAX MONTGOMERY COUNTY PUBLIC WORKS DEPARTMENT P. O. BOX 663 PH. 620-330-1170 - FAX 620-330-1177 MEMO To: From: Dump Truck Bidders Jim Wright Asst. Public Works Coordinator Date: February 23 rd 2016 Subject:

More information

REQUEST FOR BID For Trucks. Bid Notice

REQUEST FOR BID For Trucks. Bid Notice REQUEST FOR BID For Trucks Bid Notice Bell County Water Control & Improvement District No. 1 (District) is soliciting a Request for Bid for three (3) trucks to be used in its water and wastewater operations.

More information

TENDER HALF TON PICKUP TRUCK, 4x4

TENDER HALF TON PICKUP TRUCK, 4x4 Municipality of the County of Colchester Public Works Department 1 Church Street, Truro, NS B2N 3Z5 Telephone: (902) 897-3175 TENDER 2018 HALF TON PICKUP TRUCK, 4x4 Sealed Tender Forms for Tender for 2018

More information

TENDER. 2017/2018 HALF TON PICKUP TRUCK, EXTENDED CAB, 4x4

TENDER. 2017/2018 HALF TON PICKUP TRUCK, EXTENDED CAB, 4x4 Municipality of the County of Colchester Public Works Department 1 Church Street, Truro, NS B2N 3Z5 Telephone: (902) 897-3175 TENDER 2017/2018 HALF TON PICKUP TRUCK, EXTENDED CAB, 4x4 Sealed Tender Forms

More information

(1) 2018 New Trailer Mounted Spray Injection Road Repair Machine

(1) 2018 New Trailer Mounted Spray Injection Road Repair Machine The Roscommon County Road Commission will receive sealed bids until 2:00 p.m. on Wednesday, July 11th, 2018. (Bids will be opened at 2:00 p.m. for tabulation and review. Bid results and staff recommendations

More information

CITY OF MARSHALL, MINNESOTA

CITY OF MARSHALL, MINNESOTA CITY OF MARSHALL, MINNESOTA SPECIFICATION AND BIDDING DOCUMENTS FOR FURNISH ONE (1) NEW 3-WHEEL MECHANICAL STREET SWEEPER FOR THE MARSHALL STREET DEPARTMENT PURCHASE / TRADE-IN ONE (1) 2008 ELGIN PELICAN

More information

An ISO 9001:2000 Certified Company Autocar MY x DOT/EPA Compliant Terminal Tractor Standard Specifications

An ISO 9001:2000 Certified Company Autocar MY x DOT/EPA Compliant Terminal Tractor Standard Specifications An ISO 9001:2000 Certified Company Autocar MY 2015 4x2 2013 DOT/EPA Compliant Terminal Tractor Standard Specifications Engine and Equipment Standard Optional Engine model Exhaust Air cleaner Radiator Fan

More information

TENDER FOR SUPPLY AND DELIVERY OF ONE (1) NEW 2019 or LATER MODEL MINI CARGO VAN (GVW MINIMUM 4700, MAXIMUM 5500)

TENDER FOR SUPPLY AND DELIVERY OF ONE (1) NEW 2019 or LATER MODEL MINI CARGO VAN (GVW MINIMUM 4700, MAXIMUM 5500) TENDER FOR SUPPLY AND DELIVERY OF ONE (1) NEW 2019 or LATER MODEL MINI CARGO VAN (GVW MINIMUM 4700, MAXIMUM 5500) DUE DATE: Friday, March 15, 2019 2:00 p.m. Local Time P a g e 1 Geoff Holman, Director

More information

Request for New Heavy Duty 3/4 ton Pickup Truck for Lee County Emergency Management

Request for New Heavy Duty 3/4 ton Pickup Truck for Lee County Emergency Management General: The attached specification is to aid in the purchase of an efficient and dependable 4-wheel drive pickup truck for the Office of Lee County Emergency Management. Bids must be submitted to Lee

More information

BID PACKAGE (2)NEW 2018 SELF-PROPELLED BROOMS

BID PACKAGE (2)NEW 2018 SELF-PROPELLED BROOMS Bannock County Public Works 5500 south fifth Pocatello, Idaho 83204 Ph. (208) 233-9591 BID PACKAGE (2)NEW 2018 SELF-PROPELLED BROOMS The undersigned hereby agrees and proposes to furnish two (2) new 2018

More information

NOTICE INVITING BIDS 2018 DEPARTMENT OF PUBLIC WORKS VEHICLE CITY OF BEAVER DAM, WISCONSIN

NOTICE INVITING BIDS 2018 DEPARTMENT OF PUBLIC WORKS VEHICLE CITY OF BEAVER DAM, WISCONSIN NOTICE INVITING BIDS 2018 DEPARTMENT OF PUBLIC WORKS VEHICLE CITY OF BEAVER DAM, WISCONSIN Sealed volumes, containing proposals, will be received at the City Clerk s Office of the City of Beaver Dam, Wisconsin,

More information

TENDER 2018 OR 2019, ONE AND A HALF TON CAB/CHASSIS, 4X4, DUMP BODY TRUCK

TENDER 2018 OR 2019, ONE AND A HALF TON CAB/CHASSIS, 4X4, DUMP BODY TRUCK Municipality of the County of Colchester Public Works Department 1 Church Street, Truro, NS B2N 3Z5 Telephone: (902) 897-3175 TENDER 2018 OR 2019, ONE AND A HALF TON CAB/CHASSIS, 4X4, DUMP BODY TRUCK Sealed

More information

CITY OF DOUGLAS BID PACKAGE NEW SPECIFIED 2019 HALF-TON 4X4 PICKUP TRUCK

CITY OF DOUGLAS BID PACKAGE NEW SPECIFIED 2019 HALF-TON 4X4 PICKUP TRUCK CITY OF DOUGLAS BID PACKAGE NEW SPECIFIED 2019 HALF-TON 4X4 PICKUP TRUCK PUBLIC WORKS DEPARTMENT 420 West Grant Street DOUGLAS, WY 82633 Page 1 of 11 City of Douglas Call for Bids- Vehicle Sealed bids

More information

Asphalt Distributors, Levelers, Mixers, Crack Sealing Equip., etc. (See for Tools)

Asphalt Distributors, Levelers, Mixers, Crack Sealing Equip., etc. (See for Tools) 144 Asphalt Distributors, Levelers, Mixers, Crack Sealing Equip., etc. (See 75540 for Tools) 75510 PATCH TRUCK Part # ITEM DESCRIPTION Quantity Price Each Price Extended TCM 42580DHE Patcher model TCM

More information

VEHICLE SPECIFICATIONS Mid-Sized 4 X 4 Sport Utility Vehicle REV 05/16

VEHICLE SPECIFICATIONS Mid-Sized 4 X 4 Sport Utility Vehicle REV 05/16 NOTE: Accepting options to purchase Mid-Size 4 X 4 Sport Utility Vehicle (SUV) with seating arrangements for 7 Ambulatory Passengers. DESCRIPTION: These specifications describe a new Mid-Sized 4 X 4 Sport

More information

ADDENDUM No. 2. Bid #: 13-B-016 Purchase of Solid Waste Trucks

ADDENDUM No. 2. Bid #: 13-B-016 Purchase of Solid Waste Trucks City of Titusville Purchasing & Contracting Administration 555 S. Washington Avenue Titusville, FL 32796 Phone 321.383.5767 Facsimile 321.383.5628 ADDENDUM No. 2 May 15, 2013 Bid #: 13-B-016 To All Bidders:

More information

MONTVILLE PUBLIC SCHOOLS MONTVILLE CONNECTICUT FEBRUARY 20, 2015 BID # BUS

MONTVILLE PUBLIC SCHOOLS MONTVILLE CONNECTICUT FEBRUARY 20, 2015 BID # BUS MONTVILLE PUBLIC SCHOOLS MONTVILLE CONNECTICUT INVITATION TO BID FOR PURCHASE OF SCHOOL BUSES 71, 77 AND 47 PASSENGER SCHOOL BUSES FEBRUARY 20, 2015 BID #14-15-1-BUS LEGAL NOTICE MONTVILLE PUBLIC SCHOOLS

More information

INVITATION TO BID PURCHASING DEPARTMENT P. O. BOX E. CENTRAL AVENUE THIRD FLOOR VALDOSTA, GEORGIA 31601

INVITATION TO BID PURCHASING DEPARTMENT P. O. BOX E. CENTRAL AVENUE THIRD FLOOR VALDOSTA, GEORGIA 31601 INVITATION TO BID PURCHASING DEPARTMENT P. O. BOX 1125 216 E. CENTRAL AVENUE THIRD FLOOR VALDOSTA, GEORGIA 31601 BID # 24-17-18 FOR: (1) Ford T-250 Transit Van or comparable OPENING DATE: March 13, 2018

More information

CITY OF CORALVILLE th Street, Coralville, IA

CITY OF CORALVILLE th Street, Coralville, IA CITY OF CORALVILLE 1512 7 th Street, Coralville, IA 52241 319-248-1740 REQUEST FOR BID THIS IS NOT AN ORDER STATE BELOW THE PRICE AND DELIVERY FOR ITEMS DESCRIBED HEREIN, BASED ON THE SPECIFICATIONS, TERMS

More information

BID REQUEST FOR Four (4) SCHOOL BUSES

BID REQUEST FOR Four (4) SCHOOL BUSES College Community School District 401 76 th Ave. SW Cedar Rapids, Iowa 52404 BID REQUEST FOR Four (4) SCHOOL BUSES The College Community School District requests your bid on Four (4) 2018 78 passenger

More information

Invitation for Bid # Tandem Axle Dump Truck

Invitation for Bid # Tandem Axle Dump Truck Invitation for Bid # 2017-009 Tandem Axle Dump Truck Due Date: September 15, 2016 Time: 2:00pm Receipt Location: Government Center, 500 N. Main Street, 7 th Floor, Room #709, Monroe, NC 28112 Procurement

More information

Standard features. Standard features of the Unimog U500 NA 2005 model

Standard features. Standard features of the Unimog U500 NA 2005 model of the Unimog U500 NA 2005 model Engine: - MB 906 diesel engine; 260 hp at 2,200 rpm, torque 700 ft-lbs, max. rpm: 2,500 - Mercedes-Benz 6-cylinder diesel engine water cooled, turbo charger and intercooler

More information

INVITATION TO BID ONE (1) 10-FOOT DUMPBODY DUMP TRUCK WITH DIESEL / CNG OPTIONS

INVITATION TO BID ONE (1) 10-FOOT DUMPBODY DUMP TRUCK WITH DIESEL / CNG OPTIONS P. O. B o x 1 5 4 0 T h o m a s v i l l e, G A 3 1 7 9 9 2 2 9-227- 7 0 0 0 F A X 2 2 9-227- 3 2 4 3 w w w. t h o m a s v i l l e. o r g INVITATION TO BID ONE (1) 10-FOOT DUMPBODY DUMP TRUCK WITH DIESEL

More information

INVITATION TO BID PURCHASING DEPARTMENT P. O. BOX E. CENTRAL AVENUE THIRD FLOOR VALDOSTA, GEORGIA 31601

INVITATION TO BID PURCHASING DEPARTMENT P. O. BOX E. CENTRAL AVENUE THIRD FLOOR VALDOSTA, GEORGIA 31601 INVITATION TO BID PURCHASING DEPARTMENT P. O. BOX 1125 216 E. CENTRAL AVENUE THIRD FLOOR VALDOSTA, GEORGIA 31601 BID # 21-17-18 FOR: (1) One Ton Super Duty Crew Cab Truck with 8 Bed (F-350) OPENING DATE:

More information

Mantis Rerailer. General Specifications

Mantis Rerailer. General Specifications General Specifications 1. Typical Operating Parameters 2. General 1.1 Operating temperatures will typically be between -4 F (-20 C) to 122 F (50 C). 1.2 Relative humidity ranges between 20% and 100%. 1.3

More information

VEHICLE SPECIFICATIONS 12 PASSENGER OFF CENTER AISLE VAN REV 02/19

VEHICLE SPECIFICATIONS 12 PASSENGER OFF CENTER AISLE VAN REV 02/19 NOTE: Accepting options to purchase 12 Passenger Off Center Aisle Vehicle with seating arrangements for 12 Ambulatory Passengers. DESCRIPTION: These specifications describe a new 12 Passenger Off Center

More information

Houston County Purchasing Department

Houston County Purchasing Department Houston County Purchasing Department 2020 Kings Chapel Road (478) 218-4800 Perry, GA 31069-2828 FAX (478) 218-4805 Mark Baker Purchasing Agent January 9, 2019 Dear Vendor: The Houston County Board of Commissioners

More information

-1- SPECIFICATION M-19-BU-N-ZZ FORKLIFT - TRUCK MOUNTED (ON 24 INCH LOAD CENTER) - 5,500 LB INDEX

-1- SPECIFICATION M-19-BU-N-ZZ FORKLIFT - TRUCK MOUNTED (ON 24 INCH LOAD CENTER) - 5,500 LB INDEX -1-006900 FORKLIFT - TRUCK MOUNTED (ON 24 INCH LOAD CENTER) - 5,500 LB I. GENERAL FORK LIFT S: A. Intent Statement B. Truck Chassis Information C. Capacity D. Forklift Component E. Engine & Drive Train

More information

One (1) New Ford F-150 Regular Cab XL Bid No Notice to Bidders

One (1) New Ford F-150 Regular Cab XL Bid No Notice to Bidders CITY OF SAN LEANDRO INVITATION FOR BIDS SUBMIT BID TO: City of San Leandro Purchasing Department 835 East 14th Street San Leandro, CA 94577 FOR FURTHER INFORMATION CONTACT: Julie Jenkins Purchasing Agent

More information

Truck Specs. Sabre 9 Off-Highway GCWR: 242,000. CapacityTrucks.com

Truck Specs. Sabre 9 Off-Highway GCWR: 242,000. CapacityTrucks.com Truck Specs Sabre 9 Off-Highway GCWR: 242,000 CapacityTrucks.com Sabre 9 / Off-Highway - Base Model Base Model Sabre 9 / Off-Highway Basic Overview GCWR: 242,000 Basic Overview Axle: 4x2 Basic Overview

More information

ADDENDUM 2. The following clarifications, changes, additions, and/or deletions are hereby made to the RFB:

ADDENDUM 2. The following clarifications, changes, additions, and/or deletions are hereby made to the RFB: Date: January 2, 2018 ADDENDUM 2 RFB No: FS-07-18 / Haul Truck Bid Date: January 11, 2018/2:00 PM Local Time The following clarifications, changes, additions, and/or deletions are hereby made to the RFB:

More information

CITY OF DUBUQUE VEHICLE BID BID DATE: 08/26/2016 BID DUE DATE: 09/12/2016 PURCHASING COORDINATOR'S OFFICE FINANCE DEPARTMENT 50 WEST 13TH STREET

CITY OF DUBUQUE VEHICLE BID BID DATE: 08/26/2016 BID DUE DATE: 09/12/2016 PURCHASING COORDINATOR'S OFFICE FINANCE DEPARTMENT 50 WEST 13TH STREET CITY OF DUBUQUE VEHICLE BID FOR: Two (2) 2016 or 2017 Crew Cab, Short Box Pickup Trucks, With Four Wheel Drive Minimum 9000 pound GVW BID DATE: 08/26/2016 BID DUE DATE: 09/12/2016 PURCHASING COORDINATOR'S

More information

BID DOCUMENT FOR PURCHASE OF STATION WAGONS

BID DOCUMENT FOR PURCHASE OF STATION WAGONS IGAD-Office of Special Envoys for South Sudan BID DOCUMENT FOR PURCHASE OF STATION WAGONS DATE 21/07/2014 Addis Ababa, Ethiopia 1 IGAD-OFFICE OF THE SPECIAL ENVOYS FOR SOUTH SUDAN (OSESS) ETHIOPIA, ADDIS

More information

PART A TENDER SUBMISSION

PART A TENDER SUBMISSION PART A TENDER SUBMISSION Page 1 of 24 FORM A: TENDER (SEE B7) 1. Project Title SUPPLY AND DELIVERY OF REGULAR CAB CHASSIS TRUCKS 2. Bidder Name of Bidder Street City Province Postal Code (Mailing address

More information

One (1) New Ford E-450 Commercial Cutaway Van with Knapheide KUV High Roof Body Bid No Notice to Bidders

One (1) New Ford E-450 Commercial Cutaway Van with Knapheide KUV High Roof Body Bid No Notice to Bidders CITY OF SAN LEANDRO INVITATION FOR BIDS SUBMIT BID TO: City of San Leandro Purchasing Department 835 East 14th Street San Leandro, CA 94577 FOR FURTHER INFORMATION CONTACT: Julie Jenkins Purchasing Agent

More information

Pennsylvania State Police Tactical Mounted Unit. 25,500# GVWR Crew Cab Tractor

Pennsylvania State Police Tactical Mounted Unit. 25,500# GVWR Crew Cab Tractor Pennsylvania State Police Tactical Mounted Unit 25,500# GVWR Crew Cab Tractor The following pages specify the design and component requirements for a crew cab truck tractor. In addition to the vehicle

More information

Barrow County Board of Education 179 W. Athens Street Winder, Georgia 30680

Barrow County Board of Education 179 W. Athens Street Winder, Georgia 30680 Barrow County Board of Education 179 W. Athens Street Winder, Georgia 30680 Judy Roberts Telephone: 770-867-4527 x100214 Business Services Fax: 770-867-4540 E-Mail: jroberts@barrow.k12.ga.us Barrow County

More information

Invitation to Bid NEW FOUR WHEEL DRIVE EXTENDED CAB PICKUP TRUCK

Invitation to Bid NEW FOUR WHEEL DRIVE EXTENDED CAB PICKUP TRUCK FINANCE DEPARTMENT GREGORY N. L HEUREUX Finance Director KRISTIE BRADBURY Deputy Finance Director Invitation to Bid COLLEEN C. SELBERG Purchasing Agent NEW FOUR WHEEL DRIVE EXTENDED CAB PICKUP TRUCK Sealed

More information

Please note the following in regards for the Tractor and Tractor Mount Runway Broom and Blower bid:

Please note the following in regards for the Tractor and Tractor Mount Runway Broom and Blower bid: 6700 McKennon Blvd., Suite 200 Fort Smith, AR 72903 479.452.7000 x50 479.452.7008 fax www.fortsmithairport.com April 9, 2018 ATTENTION ALL BIDDERS: It is the responsibility of the bidder to email Richard

More information

REQUEST FOR SEALED BID CAB/CHASSIS FOR MEDIUM DUMP TRUCK WITH SALT SPREADER NOVEMBER 18, 2015

REQUEST FOR SEALED BID CAB/CHASSIS FOR MEDIUM DUMP TRUCK WITH SALT SPREADER NOVEMBER 18, 2015 REQUEST FOR SEALED BID CAB/CHASSIS FOR MEDIUM DUMP TRUCK WITH SALT SPREADER NOVEMBER 18, 2015 Sealed bids will be received until 2:00 p.m. on Monday, December 7, 2015, by the City of Martinsville, to contract

More information

City of Fargo Request for Proposal

City of Fargo Request for Proposal Request for Proposal Dual ASL Refuse Truck December 29, 2015 1 City of Fargo Request for Proposal The City of Fargo is requesting proposals for one (1) Dual Arm ASL Refuse Truck. Sealed proposals will

More information

NOTICE OF BID. The City of Pigeon Forge is receiving bids on one knuckle boom trash loader for the sanitation department.

NOTICE OF BID. The City of Pigeon Forge is receiving bids on one knuckle boom trash loader for the sanitation department. NOTICE OF BID The City of Pigeon Forge is receiving bids on one knuckle boom trash loader for the sanitation department. Specifications may be obtained from the Public Works Department at City Hall between

More information

2017 Single Axle 5 CU.YD. Dump Truck Specifications. Minimum Specifications 33,000 lb

2017 Single Axle 5 CU.YD. Dump Truck Specifications. Minimum Specifications 33,000 lb 2017 Single Axle 5 CU.YD. Dump Truck Specifications Item GVW Wheelbase Cab to Axle Minimum Specifications 33,000 lb 158 inches 84 inches Tires 11R x 22.5, Tubeless, 14 ply, All weather mud and snow tread

More information

9,000 lb. Forklift w/tire Changing Attachment (Propane) Req. 18-GA Georgia Ports Authority. Section 3 - Performance Specs Page 1 of 7

9,000 lb. Forklift w/tire Changing Attachment (Propane) Req. 18-GA Georgia Ports Authority. Section 3 - Performance Specs Page 1 of 7 In this Request For Sealed Bid, the "Required" column means that the bidder must comply with the specifications as indicated, or will be considered non-responsive. The specifications in the "Desired" column

More information

REQUEST FOR BID (RFB) # B X4 ONE TON CHASSIS CAB DUALLY POSTING DATE: MARCH 7, 2018

REQUEST FOR BID (RFB) # B X4 ONE TON CHASSIS CAB DUALLY POSTING DATE: MARCH 7, 2018 REQUEST FOR BID (RFB) #18-001-30B 2018 2X4 ONE TON CHASSIS CAB DUALLY POSTING DATE: MARCH 7, 2018 RESPONSE DEADLINE: APRIL 4, 2018 11:00 A.M. CENTRAL DAYLIGHT TIME (CDT) TO: DAVE FRISQUE MARINETTE COUNTY

More information

FLORIDA SHERIFFS ASSOCIATION, FLORIDA FIRE CHIEFS ASSOCIATION, & FLORIDA ASSOCIATION OF COUNTIES

FLORIDA SHERIFFS ASSOCIATION, FLORIDA FIRE CHIEFS ASSOCIATION, & FLORIDA ASSOCIATION OF COUNTIES P a ge 1 FLORIDA SHERIFFS ASSOCIATION, FLORIDA FIRE CHIEFS ASSOCIATION, & FLORIDA ASSOCIATION OF COUNTIES *Effecitive dates for Bid 15-11-0116 are: February 1, 2015 through March 31, 2016. SPECIFICATION

More information

City of Lewiston Finance Department Allen Ward, Purchasing Agent

City of Lewiston Finance Department Allen Ward, Purchasing Agent City of Lewiston Finance Department Allen Ward, Purchasing Agent 2017-067 Two (2) 1 Ton 4X4 Dump Trucks with Plows for Public Works August 10, 2017 Sir/Madam: Sealed bids will be received in the office

More information

FLORIDA SHERIFFS ASSOCIATION, FLORIDA FIRE CHIEFS ASSOCIATION, & FLORIDA ASSOCIATION OF COUNTIES

FLORIDA SHERIFFS ASSOCIATION, FLORIDA FIRE CHIEFS ASSOCIATION, & FLORIDA ASSOCIATION OF COUNTIES FLORIDA SHERIFFS ASSOCIATION, FLORIDA FIRE CHIEFS ASSOCIATION, & FLORIDA ASSOCIATION OF COUNTIES SPECIFICATION #01 TYPE I AMBULANCE 2 WHEEL DRIVE 4 WHEEL DRIVE OPTIONAL (DIESEL ENGINE, DUAL REAR WHEEL,

More information

Checklist for Preparing Basic Motor Grader (29,000 lbs. class) Specifications

Checklist for Preparing Basic Motor Grader (29,000 lbs. class) Specifications Purdue University Purdue e-pubs Indiana Local Technical Assistance Program (LTAP) Publications Indiana Local Technical Assistance Program (LTAP) 1983 Checklist for Preparing Basic Motor Grader (29,000

More information

ATTACHMENT A ITEM# 5

ATTACHMENT A ITEM# 5 ATTACHMENT A ITEM# 5 Specification No: 370763-E Fund/Agency: 405/405 Organization: 9303 (10) Units For: OC Parks VENDOR S NAME: Specifications for: 2012 OR NEWER MODELS(ONLY), ELECTRIC VEHICLES These specifications

More information

REQUEST FOR QUOTE. Half Ton Trucks CONTRACT NO ADDENDUM NO.2

REQUEST FOR QUOTE. Half Ton Trucks CONTRACT NO ADDENDUM NO.2 REQUEST FOR QUOTE Half Ton Trucks CONTRACT NO. 19-130080-01 ADDENDUM NO.2 ISSUE DATE: March 15, 2019 1.0 GENERAL This addendum forms part of the contract documents and is to be read, interpreted and coordinated

More information

VERSATILE, SAFE, EFFICIENT, DURABLE... IT S A FALCON!

VERSATILE, SAFE, EFFICIENT, DURABLE... IT S A FALCON! IT S A FALCON A Falcon makes fixing potholes, repairing utility cuts and patching asphalt easy -- very easy. When used as a hot box, it keeps asphalt hot all day and holds it overnight to eliminate waste

More information

Community Unit School District # N Cedar St New Berlin, IL

Community Unit School District # N Cedar St New Berlin, IL Community Unit School District #16 600 N Cedar St New Berlin, IL 62670 217-488-2040 71-Passenger Conventional School Bus Bid Proposal Sheet Bid Submission Deadline January 10th, 2019 9:00am Chassis Manufacturer

More information

FLORIDA SHERIFFS ASSOCIATION, FLORIDA FIRE CHIEFS ASSOCIATION, & FLORIDA ASSOCIATION OF COUNTIES

FLORIDA SHERIFFS ASSOCIATION, FLORIDA FIRE CHIEFS ASSOCIATION, & FLORIDA ASSOCIATION OF COUNTIES FLORIDA SHERIFFS ASSOCIATION, FLORIDA FIRE CHIEFS ASSOCIATION, & FLORIDA ASSOCIATION OF COUNTIES SPECIFICATION #23 TRACTOR-DRAWN AERIAL APPARATUS ALL ITEMS FACTORY INSTALLED UNLESS OTHERWISE INDICATED

More information

Invitation to Tender. District of Taylor MOTOR GRADER

Invitation to Tender. District of Taylor MOTOR GRADER Invitation to Tender District of Taylor MOTOR GRADER Sealed tenders clearly marked Motor Grader will be received by the District of Taylor up to 2:00 pm, local time Wednesday, September 17, 2014 at Council

More information

CB334E CB335E. Asphalt Compactor. Combi-Asphalt Compactor

CB334E CB335E. Asphalt Compactor. Combi-Asphalt Compactor Asphalt Compactor Combi-Asphalt Compactor Cat 3024C Diesel Engine Gross Power 34.1 kw (46 hp) 34.1 kw (46 hp) Operating Weight (with ROPS) 3940 kg (8,688 lb) 3670 kg (8,092 lb) Compaction Width 1.3 m (51")

More information

INVITATION TO BID. Should you need clarification on any item, please contact Berley Mears, Public Works Director at

INVITATION TO BID. Should you need clarification on any item, please contact Berley Mears, Public Works Director at INVITATION TO BID July 28, 2017 Dear Vendor, Enclosed you will find a bid package for a 2017 One-Ton 4 X 4 Dump Truck and Snow Plow for the City of Seaford. All pertinent information is contained within.

More information

BID FOR A ONE (1) ONE-TON AND A HALF (5500 SERIES) CREWCAB TRUCK WITH DUMP BED. BID OPENING February 15, 2017 AT 10:00 A.M.

BID FOR A ONE (1) ONE-TON AND A HALF (5500 SERIES) CREWCAB TRUCK WITH DUMP BED. BID OPENING February 15, 2017 AT 10:00 A.M. P. O. B o x 1 5 4 0 T h o m a s v i l l e, G A 3 1 7 9 9 2 2 9-2 2 7-7 0 0 0 F A X 2 2 9-2 2 7-3 2 4 3 w w w. t h o m a s v i l l e. o r g BID FOR A ONE (1) ONE-TON AND A HALF (5500 SERIES) CREWCAB TRUCK

More information

(ADDENDUM COVER SHEET)

(ADDENDUM COVER SHEET) (ADDENDUM COVER SHEET) TO ALL PROSPECTIVE BIDDERS: PLEASE NOTE THE FOLLOWING CHANGES: PURCHASING DIVISION BOARD OF COUNTY COMMISSIONERS BROWARD COUNTY, FLORIDA A D D E N D U M NO. 1 DUMP TRUCK (NON-SHELTERED

More information