FORM OF TENDER 06/2016. Supply and Delivery of UP TO TEN (10) NEW TWO-WHEEL DRIVE THREE-QUARTER TON PICK-UP TRUCKS

Size: px
Start display at page:

Download "FORM OF TENDER 06/2016. Supply and Delivery of UP TO TEN (10) NEW TWO-WHEEL DRIVE THREE-QUARTER TON PICK-UP TRUCKS"

Transcription

1 FORM OF TENDER 06/2016 Supply and Delivery of UP TO TEN (10) NEW TWO-WHEEL DRIVE THREE-QUARTER TON PICK-UP TRUCKS For The Corporation of the City of Thunder Bay -- Fleet Services Section -- Legal Name of Firm Mailing Address City Postal Code Telephone Number Cellular No. Fax Number Name of Contact Person Please Print Name Address Signature of Authorized Official Date This form must be completed, properly signed and received on or before the date and time specified, or your tender will not be considered. Closing Date and Time 12:00 noon, local time Tuesday, March 08, 2016 Tenders are to be Delivered to: City of Thunder Bay Supply Management Division Victoriaville Civic Centre (main floor) 111 Syndicate Avenue South Thunder Bay, ON P7E 6S4 THE LOWEST OR ANY TENDER NOT NECESSARILY ACCEPTED

2 Page 2 of 17 INFORMATION TO BIDDERS Definitions Bidder(s)/Contractor(s): means all persons, partnerships or corporations who respond to this tender and includes their heirs, successors, and permitted assigns. City\Owner: means The Corporation of the City of Thunder Bay. Contract: means the agreement to be entered into between the Successful Bidder and the City with respect to the supply of the Goods and or Services. It shall be based upon this Form of Tender, with any agreed upon amendments, and shall include any plans and specifications and will be held to cover the supply of any and all work, labour, implements and materials that could be reasonably required to properly and satisfactorily supply the Goods or Services. Contract Administrator: means the person, partnership, or Corporation designated by the Owner to be the Owner s representative for the purposes of this contract. Form of Tender: means this Tender document including all schedules, parts and attachments, as issued by the City, including any addenda or amendments made to it after initial issue. May: Used in this document denotes permissive. Must/Shall/Will: Used in this document denotes imperative. Successful Bidder/Contractor/Proponent: means the Proponent/Contractor/Bidder who s tender is/are accepted and who has/have agreed to supply the Goods and/or Services as outlined herein. Document Fee: The City charges a non-refundable fee of $35.00 (inclusive of taxes) for documents, payable by cheque, cash or debit. If downloaded, the fee is to be included in the submission. Submission Bidders are to submit two (2) identical copies of their bid to the City Supply Management Office at 111 S. Syndicate Avenue, Victoriaville Civic Centre (Main floor), Thunder Bay, Ontario, P7E 6S4. One (1) copy should be clearly marked Original. Bids are to be submitted on the tender document provided and are to be sealed in the preprinted tender envelope or with the return label affixed to the outside of the envelope when provided. The bid documents provided are not to be altered by the bidder other than inserting information where requested on the Tender document. Consideration will be given to your tender if received in the Supply Management Office not later than the date and time shown on the front page. Tenders will be opened publicly in the board room of Supply Management Office, Victoriaville Civic Centre at 2:30 p.m. of the same day. Facsimile, , or telephone submissions will not be accepted.

3 Page 3 of 17 Late Submissions Tenders received after the deadline will not be considered. The City will assume no responsibility for submissions that do not arrive in the Supply Management Office by the specified closing date and time. Late submissions will be returned unopened to the bidder. Submissions in English All submissions are to be in English. Any submission received by the City that is not entirely in the English language may be disqualified. Grounds for Disqualification of Submission The City will disqualify or deem submissions non-compliant for the following reasons, unless otherwise noted in this document: Failure to submit documents in accordance with the closing date and time on the cover page or subsequent agenda. Failure to complete and sign tender on the form provided. Failure to comply with any of the mandatory requirements. Unauthorized changes to bid document. Litigation No bid shall be accepted from any Contractor, its principals, directors or any officer of that firm, or another related person (as determined by the Manager Supply Management, in his or her sole and unreviewable discretion), with whom the City is engaged in unresolved litigation. Questions/Inquiries Communications concerning this Form of Tender are to be in writing and directed to; Vicki Gagne-Smith (or designate) Supply Management Phone (807) Fax (807) vgagne-smith@thunderbay.ca Inquiries must not be directed to other City employees or Elected Officials. Directing inquiries to other than those designated may result in your bid being rejected. The deadline for questions/inquiries will be Tuesday, March 01, 2016 at 12:00 noon. All clarification requests are to be sent in writing to the individual mentioned above. No clarification requests will be accepted by telephone.

4 Page 4 of 17 Acknowledgement of Addenda Any and all changes will be issued by Supply Management in the form of a written addendum. If addenda are issued, their receipt is to be acknowledged by the bidder in the appropriate section of the tender document. The City will assume no responsibility for oral instructions or suggestions. Addenda will be provided to all who have registered with the City Supply Management Office as well will be posted on the City s website for download It is the bidder s responsibility to check the website prior to closing for any issued addenda. The City will assume no responsibility for any addendum not received. All bidders are to indicate and confirm the following on the line below: Number of Addenda received: Review of Requirements All bidders should carefully review this solicitation for defects or questionable matter. Comments or the need for clarification must be made in writing. Protests based on any omission or error, or on the content of the solicitation, will be disallowed if these faults have not been brought to the attention of Supply Management as per the terms set out in this tender. Submissions shall be in accordance with City of Thunder Bay Standard Terms and Conditions for Tenders, Proposals, Contracts and Quotations and the City by-law Number For additional information about the City of Thunder Bay and its policies and by-laws visit References The submission of a tender authorizes the City to contact all references provided. Failure to provide references & details of experience may result in this submission not being considered. Qualifications Submissions will be evaluated from firms or individuals that can demonstrate that they have the necessary staffing, facilities, experience, ability and financial resources to perform the work in a satisfactory manner. Proven track record must be demonstrated. The City reserves the right to inspect the bidder s facility and to perform such investigations as may be deemed necessary to insure that competent personnel and management and suitable equipment/material will be used in the performance of this contract. Freedom of Information All submissions to the City become the property of the City, and as such, are subject to the provisions of the Municipal Freedom of Information and Protection of Privacy Act. This will confirm that the City will not use/disclose the information provided, without proper authorization, and will keep the information in a physically secure location to which access is given only to staff requiring access.

5 Page 5 of 17 Rights Reserved by the City Submission of a tender indicates acceptance by the firm of the conditions contained in this tender, unless clearly and specifically noted in the document and in any contract between the City and the firm(s) selected. The City reserves the right without prejudice to accept or reject any or all submissions and to waive technical defects, irregularities, formalities and omissions at its sole discretion, if in doing so, the best interest of the City will be served. The City may, in its discretion, take any one or more of the following steps, at any time and from time to time, in connection with the review of a tender: independently consider, investigate, research, analyze, request or verify any information of documentation whether or not contained in any tender; conduct reference checks relevant to the tender with any or all of the references cited in a tender, or with any other person not listed in a tender, to verify any and all information regarding a bid, including its directors, officers and Key Individuals; conduct any background investigations that it considers necessary in the course of the competitive bid process; The basis of award is subject to budget availability and or Council approval. The City is not responsible for any costs incurred by the bidders in the preparation of their response to the tender. The City will not accept responsibility for any delays or costs with any reviews or approval process. The City reserves the right to be the sole judge of the acceptability of the equipment offered, and to purchase the equipment which in its opinion most closely meets the operating requirements of the using department. The City, unless it otherwise states, reserves the right to award by item, or part thereof, groups of items or all items of the tender, and to award contracts to one or more bidders submitting identical bids as to price; to reject any and all submissions in whole or in part; to waive technical defects, irregularities and omissions, and to negotiate minor changes, if in so doing, the best interests of the City will be served. The City reserves the right to award this contract in whole or in part without recourse or penalty that which is deemed most advantageous to the City. The City reserves the right to cancel this tender without cause and without incurring any liability whatsoever if deemed in the best interest of the City to do so. The City reserves the right to terminate the contract without notice if due to non-performance and unsatisfactory service and unsatisfactory product performance. The City reserves the right to call in alternate services if the proponent is unable to provide the service when it is requested.

6 Page 6 of 17 Indemnity The successful bidder shall indemnify and hold the City harmless from and against any liability, loss, claims, demands, costs and expenses, including reasonable legal fees, occasioned wholly or in part by any acts or omissions either in negligence or in nuisance whether wilful or otherwise by the bidder, it s agents, officers, employees or other persons for whom the bidder is legally responsible. Insurance The successful proponent shall, at its own expense, obtain and maintain until the termination of the contract, and provide the City with evidence of: Comprehensive general liability insurance on an occurrence basis for an amount not less than Five Million ($5,000,000 dollars) and shall include the City as an additional insured with respect to the City s operations, acts and omissions relating to its obligations under this Agreement, such policy to include non-owned automobile liability, personal injury, broad form property damage, contractual liability, owners' and contractors' protective, products and completed operations, contingent employers liability, cross liability and severability of interest clauses; Automobile liability insurance for an amount not less than Five Million ($5,000,000) dollars on forms meeting statutory requirements covering all vehicles used in any manner in connection with the performance of the terms of this Agreement. The policies shown above will not be cancelled or permitted to lapse unless the insurer notifies the City in writing at least thirty (30) days prior to the effective date of cancellation or expiry. The City reserves the right to request such higher limits of insurance or other types of policies appropriate to the work as the City may reasonably require. The successful proponent shall not commence work until such time as evidence of insurance has been filed with and approved by the Manager Supply Management for the City. The successful Firm shall further provide that evidence of the continuance of said insurance is filed at each policy renewal date for the duration of the contract. Workplace Safety and Insurance Act (From Successful Bidder Only) The Contractor shall also furnish evidence of compliance with all requirements of the Workplace Safety & Insurance Act with a Certificate of Clearance. In Reference To Workplace Safety & Insurance Act (From Successful Bidder Only) The City requires all contractors, exempt contractors and independent operators to have a Status Ruling done from the WSIB prior to any work being carried out for the City. Any contractor deemed to be WSIB exempt, not required by law, an independent operator or ineligible for a clearance certificate must provide an equivalent professional liability insurance policy that includes coverage not limited to loss of earnings benefits and health care coverage. The City may not issue a purchase order until the appropriate requirements have been satisfied. It is also the responsibility of the contractor to ensure that coverage does not lapse for the entire duration of the contract. Upon expiry of a clearance certificate a valid certificate should be forwarded to the City.

7 Page 7 of 17 Certificates Required: (From Successful Bidder Only) Prior to the commencement of any work under this contract the contractor will file with the City, to the attention of the Manager - Supply Management, a Certificate of Insurance and WSIB Clearance. SPECIFICATIONS - In General The City of Thunder Bay, Fleet Services Section, requires the Supply and Delivery of up to Ten (10) New Two- Wheel-Drive Three-Quarter-Ton Pick-Up Trucks. The equipment shall be new and 2016 model or newer model available including the latest modifications available at the time of purchase. Bidders must certify that the models offered meet this specification. The specifications in this request are the basic minimum requirements that are necessary to obtain the desired performance, reliability and low cost of operation and maintenance. Where specific items are specified in regards to manufacture and model, the City will consider approved equivalents, providing the make and model being offered are equal to or exceed the items being asked for in regards to design, quality, material, and performance. For purposes of evaluation the total cost of the base equipment as specified in the tender, excluding options, will be considered, although optional items may be added or deleted as deemed necessary by the City. All equipment specified in this Form of Tender may be subject to Approval by City Council and Budget Funding. Health & Safety The City recognizes and promotes good health and safety in order to prevent injuries and occupational illnesses. Successful bidder(s) must be prepared and will be expected to demonstrate, illustrate and make aware of all applicable features of the equipment being purchased by the City in regards to health and safety concerns. Delivery, Acceptance and Payment The City will not make any payment until all items/terms applicable to this tender have been included/completed to the entire satisfaction of the City. Vendor(s) shall not assume that physical delivery to the City implies full acceptance of the unit. Attachments Standard Terms and Conditions for Tenders, Proposals, Contracts and Quotations Certificate of Insurance Undertaking to Comply

8 Page 8 of 17 SPECIFICATIONS - In Detail Bidders shall fill out confirmation and/or comments of each and every corresponding item as indicated. Failure to complete such confirmation may result in the unacceptability of this tender. Description Compliance/Comment 1.0 G.V.W kg approx. State Actual: 2.0 Payload 2.1 State actual payload weight State Actual: 3.0 Vehicle Curb Weight kg approx. State Actual: 4.0 Vehicle Wheel Base mm approx. State Actual: 5.0 Vehicle Overall Length mm approx. State Actual: 6.0 Cab and Chassis 6.1 All steel construction with conventional cab /20/40 split bench seat for 3 passengers c/w head rests, with ability to adjust seat position. State change in price to supply two manual adjustment bucket seats in lieu of bench seat Add/Deduct $ 6.3 Nominal 8 ft. pick-up box with internal fenders 6.4 Full width hinged removable tailgate 6.5 Wind shield to be tinted 6.6 Four (4) sets of remote keyless remote entry and keys to be supplied for each unit each unit shall have all locks keyed alike 6.7 Upholstery to be cloth, colour black/charcoal preferred 6.8 Washable and sealed water tight base floor coverings - vinyl

9 Page 9 of Moulded driver and passenger rubber floor mats over base floor 6.10 Dual sun visors 6.11 Cab dome light with door & manual switch 6.12 Dual intermittent windshield wipers 6.13 All manufacturers standard accessories shall be supplied 6.14 Manufacturers standard AM/FM/CD radio with standard speaker system 6.15 Supply and install a separate lead (12 volt) for 2-way radio connection. A cigar/cigarette lighter is not an approved power source. Provide one positive and one negative wire minimum 14ga with enough length to reach from one side of cab to another. Wire into the truck ignition to allow on/off action with the ignition and accessory positions and fuse the connection separately from other electrical components Supply and install revolving light Star Warning Systems Model LED programmed to slow rotate. Wire into separate on/off pilot lighted switch on dash neatly installed on upper part of dash cluster. Not to be powered through the ignition key switch. Power supply to be fused separately. Mount light onto back rack mounting plate Supply and install back up alarm - Grote 97 db part Supply and install superior quality drop in box liner. Box liner shall extend over top of box rails. Provide details and brochures of product specified. State Model and Type: 6.19 Supply and install standard Back Rack/Head rack or similar with tool box brackets and light bracket driver side black in colour. State Product included: 6.20 Supply and install deluxe quality rubber mud flaps front and rear (black) 6.21 Interior adjustable mirror- day & night 6.22 Exterior - two (2) manual, retractable mirrors 6.23 Provide Option for power windows and door locks Price: 6.24 Cab heater and cab air conditioning- high output type with re circulating heat, defrost and cooling controls Supply and install Side step bars for Driver and Passenger doors Black Aluminum, Cab Length Tubular Side Steps for Regular Cab, 5 Oval with one full length black composite step pad State Product included

10 Page 10 of Bumpers 7.1 Front - manufacturer's standard 7.2 Rear - heavy duty step max. gross trailer weight 2300kg minimum State: 7.3 Bumper vertical tongue capacity State: 7.4 Install Class III Receiver hitch complete with trailer wiring. Acceptable Wiring plug COLE HERSEE Six wire plug in 8.0 Engine 8.1 Gasoline 8.2 Displacement 5.4 litre V8 approx 8.3 Specify published fuel economy rating State: LITRES/100 KM CITY DRIVING: LITRES/100 KM HIGHWAY DRIVING: 8.4 Standard single element engine block heater, 115 volt, 400 Watts with plug in chord easily accessible from the front bumper area of the vehicle. 8.5 Maximum capacity radiator with permanent antifreeze protection to -40 degree 8.6 Heavy duty, dry type, air cleaner 8.7 Alternator 120 amp. State AMP Capacity: 8.8 One maintenance free heavy duty battery State CCA: 9.0 Transmission 9.1 Five (5) speed automatic or better State speed: 9.2 Limited slip rear differential and traction control 9.3 Provide trailer towing capacity 10.0 Brakes 10.1 Power disc front & drum rear brakes, with mechanical parking brake wheel ABS 11.0 Steering

11 Page 11 of Power assist 11.2 Tilt and adjustable steering wheel 12.0 Suspension and Axles Model supplied must have maximum amount of ground clearance Front 1500kg combined spring (capacity at ground) approx. State: 12.2 Rear kg combined spring (capacity at ground) approx. State: 12.3 Front Axle 2000kg (load carrying capacity of axle) approx. State: 12.4 Rear Axle kg (load carrying capacity of axle) approx. State: 12.5 Heavy duty shock absorbers front & rear 12.6 Axle ratio State: 12.7 Sway bar State: 12.8 Skid plates 13.0 Wheels and Tires 13.1 Four (4) LT 245/70R17 or better first line black wall manufacturer s mud and snow P TIRES NOT ACCEPTABLE Provide options for snow tires available from factory or dealer for this vehicle showing optional pricing and product details 13.2 painted steel wheels to suit tires supplied State: 14.0 Tools 14.1 Standard tools included with new vehicles to be supplied 15.0 Fuel Tank 15.1 Manufacturer s standard. State Capacity: 15.2 Vehicles to be delivered with a full tank of fuel 16.0 Vehicle Exterior Paint 16.1 Manufacturer s standard Regular Production White Licence Plates (included in Base price)

12 Page 12 of The vendor will handle the purchase and installation of plates. The owner will upon acceptance of the vehicle provide the information required for the vendor to obtain the necessary licence plate. Vehicle shall be registered for the maximum GVW allowable. Plates to be valid to December 31, Asphalt Base Undercoating (to be included in base price) 18.1 Vendor to arrange and install after-market asphalt-type undercoating State Product: 19.0 Service 19.1 Parts /Labour - fleet price or discount? State: 20.0 Warranty 20.1 The performance and material warranty should be fully stated and attached to the tender Dealer shall supply a full description of all extended warranties available including additional costs Demonstration 21.1 Successful bidder must provide a demonstration and training session in Thunder Bay of the unit being offered without charged to the City Operator Training 22.1 Vendors shall include at no additional cost orientation training of safety devices included in the vehicle and OEM recommended operation of the vehicle controls to City of Thunder Bay staff (one session upon delivery) 23.0 Manuals 23.1 The City reserves the right to withhold $ from the quoted price until all the manuals have been delivered 23.2 One (1) Operator s manual to be supplied for each unit supplied in base bid. All applicable manuals and maintenance lists are to accompany the unit upon delivery to be considered complete Line or Chassis Card 24.1 To be supplied - if not available, dealer will supply list of applicable maintenance filters 24.2 Capacity, make, serial numbers of major components such as engine, transmission, differential, springs and housings

13 Page 13 of List of service parts, type/part no. i.e. plugs, filters, belts, etc., to accompany manuals. This tender shall not be considered complete until the line cards and manuals have been delivered Supply copy of the OEM window information sheet showing components used in the vehicle assembly as delivered Brochures 25.1 The manufacturer's standard descriptive specification literature should accompany tender form, including pictures of the actual vehicle and important features clearly marked Safety Features 26.1 Vehicles supplied must meet the provisions of the Canada Motor Vehicle Safety Act and Regulations made there under which are in effect on the date of manufacture of each vehicle Must meet all Regulations, both Provincial and Federal in effect at time of manufacture Vehicle air bags, driver and passenger.

14 Page 14 of 17 Specifications for Option 6 (Page 16) Supply and Install Snow Plow Note Plow frame to have maximum amount of ground clearance and option 5 above 4WD pickup option OPT6 Opt 6.1 Opt 6.2 Opt 6.3 Opt 6.4 Opt 6.5 Opt 6.6 Opt 6.7 Opt 6.8 Opt 6.9 Opt 6.10 Opt 6.11 Opt 6.12 Opt 6.13 Opt 6.14 Opt 6.15 Include required truck chassis snow plow prep package Snow plow shall include hydraulic lift and angle Snow plow shall include detachable front frame, mounted type Snow plow shall include blade width 2.3m approx Snow plow shall include minimum plowing width 2m approx Snow plow shall include angle minimum 30 degrees both directions Snow plow shall include blade height 600mm minimum with full 150 mm detachable carbon steel cutting edge c/w rubber belting mounted full length at the top of plow to prevent snow spillage. Snow plow shall include heavy duty hydraulic cylinders and harness for attachment of plow to the vehicle, trip springs, shock proof Halogen plow lamps and auxiliary turn signals c/w brackets Snow plow shall include heavy duty hydraulic cylinders and harness for attachment of plow to the vehicle, trip springs, shock proof Halogen plow lamps and lamps and auxiliary turn signals c/w brackets Snow plow shall include controls for power lifting, angling and lights mounted in cab and easily accessible by driver in seated position. Care should be taken to not cut any wiring or splice to the truck electrical harness. Where connection plugs are utilized connections must be firm and utilize Dielectric grease. Snow plow shall include must remain clear of vehicle tires and body during all modes of operation Plowing width at maximum angle must be wider than vehicle Plow blade shall have connect feature enabling removal of replacement to be performed by one person. Electro hydraulic power pack to be supplied and fully installed ready for operation. Snow plow shall have flexible corner marker antennae visible to the driver at all times Vendor shall be fully responsible for all plow hardware installation and wiring fitted to chassis structure and electrical system for the warranty period of the truck chassis.

15 Page 15 of 17 Parts & Service A Parts and Service Depot for all components should be located and maintained in the Thunder Bay area. State Name & Address of Thunder Bay Warranty Service Depot: List similar equipment in Thunder Bay and elsewhere where vendor equipment is currently used complete with contact information: All Technical Service Bulletins (TSB s) applicable to unit offered are to be supplied and forwarded as they are issued to: City of Thunder Bay Fleet Services Section 155 Front Street (PO Box 800) Thunder Bay, Ontario P7A 7W7 Attention: Jim Suffak Manager Fleet Services Phone: (807) , Fax: (807)

16 Page 16 of 17 SCHEDULE OF PRICING SUPPLY & DELIVER UP TO TEN (10) NEW TWO-WHEEL-DRIVE THREE-QUARTER-TON PICK-UP TRUCKS For the City of Thunder Bay Fleet Services Section -- I/We, the undersigned, do hereby tender and offer to enter into contract with the City of Thunder Bay for the Supply and Delivery of up to Ten (10) New Two-Wheel Drive Three-Quarter-Ton Pick-Up Trucks in accordance with the attached "City Standard Terms and Conditions for Tenders, Proposals, Contracts and Quotations" and all the specifications and terms of the City s tender which are set forth below and attached at the prices indicated in the space provided for that purpose, all to the entire satisfaction of the Manager - Supply Management or his appointed agent. The price(s) quoted Include all duty, taxes (other than HST), customs, clearances, cartage, freight and all other charges now or hereafter imposed or in force and is a Total Firm Price. Harmonized Sales Tax (HST) to be Extra and must be shown separately on invoicing. All pricing is to be in Canadian Funds. A CASH DISCOUNT of % will be allowed if accounts are paid within 20 (twenty) days after the receipt of the invoice in Accounts Payable (address as shown on the purchase order) for goods or services that are acceptable. Terms of Payment (cash discount) will be taken into consideration as part of the award and the City will not consider cash discounts for payment periods less than 20 days. I/We agree that the City has the right to purchase that equipment which in its opinion most closely conforms to operating conditions. I/We guarantee delivery of the following described vehicles to the Thunder Bay Mountdale Facility, 410 Mountdale Avenue, Thunder Bay, Ontario, within days after notification of the award of tender. I/We offer up to Ten (10) NEW TWO WHEEL DRIVE ¾ TON PICKUP TRUCKS: (MAKE) (MODEL) (YEAR) FOR A FIRM PRICE OF: $ / EACH Regarding Pricing BPS VOR Program "The Corporation of The City of Thunder Bay is part of the Broader Public Service of the Province of Ontario and as such may be eligible for concessions (discounts) on vehicles included in the Ministry of Government Services Vendor of Record arrangement OSS " The dealer who has picked up the tender will contact their respective National Fleet office who will supply the appropriate concession, if available. Indicate if the National Fleet office was contacted: Advise the discount amount or percentage if applicable.

17 Page 17 of 17 OPTIONS AT EXTRA COST SCHEDULE OF PRICING - continued Specify availability and additional costs where applicable. 1 Cylinder deactivation system / Displacement on Demand where number of cylinders operating simultaneously is variable by demand Available? yes/no If yes, attach technical details and pricing options STATE OPTION COST (ADD/DEDUCT) HST EXTRA 2 Dual Fuel Gas/Propane Fuelled Engine - show any change to base bid pricing Supply duel fuel gasoline/propane fuel engine options include additional storage tanks and or electrical components as required. Available? Yes/No If yes, attach technical details and pricing options STATE OPTION COST (ADD/DEDUCT) HST EXTRA Other Fuel Efficient Smaller Engine Options Provide details and cost differences for optional engine available with the chassis offered. Available? yes/no If yes, attach technical details and pricing options STATE OPTION COST (ADD/DEDUCT) Add Four Wheel Drive option include two speed transfer case for part time 4wd and include automatic locking hubs including any engine upgrades Provide details and cost differences for available 4wd regular cab chassis. Available? yes/no If yes, attach technical details and pricing options Change to 4WD full crew cab short box (1.98m) chassis. STATE OPTION COST (ADD/DEDUCT) Provide details and cost differences for available 4X4 full crew cab short box (1.98m) chassis, including any engine upgrade. (includes 4 hinged doors) Available? yes/no If yes, attach technical details and pricing options STATE OPTION COST (ADD/DEDUCT) SUPPLY & INSTALL SNOW PLOW (Specifications on page 13) (MAKE) (MODEL) (YEAR) STATE OPTION COST (addition to base pickup price Page 14) HST EXTRA HST EXTRA HST EXTRA HST EXTRA 7 Supply and install Bluetooth option via truck radio/entertainment system HST EXTRA

18

19

20 From: Ph: City of Thunder Bay Supply Management Division Victoriaville Civic Centre 111 Syndicate Ave S (main floor) THUNDER BAY ON P7E 6S4 CLOSING DATE TENDER # When Downloading Tender Documents, cut or fold this page in half and Affix this ADDRESS LABEL to your tender submission envelope. Please indicate the Tender #. Also include your firm s name in the top left corner.

FORM OF TENDER 4/2015. Supply and Delivery of UP TO Ten (10) NEW TWO-WHEEL DRIVE THREE-QUARTER TON PICK-UP TRUCKS

FORM OF TENDER 4/2015. Supply and Delivery of UP TO Ten (10) NEW TWO-WHEEL DRIVE THREE-QUARTER TON PICK-UP TRUCKS FORM OF TENDER 4/2015 Supply and Delivery of UP TO Ten (10) NEW TWO-WHEEL DRIVE THREE-QUARTER TON PICK-UP TRUCKS For The Corporation of the City of Thunder Bay -- Fleet Services Section -- Legal Name of

More information

FORM OF TENDER 16/2015 SUPPLY AND DELIVER UP TO TWO (2) NEW CREW CAB CHASSIS TRUCKS C/W UTILITY BODY. Mailing Address City Postal Code

FORM OF TENDER 16/2015 SUPPLY AND DELIVER UP TO TWO (2) NEW CREW CAB CHASSIS TRUCKS C/W UTILITY BODY. Mailing Address City Postal Code FORM OF TENDER 16/2015 SUPPLY AND DELIVER UP TO TWO (2) NEW CREW CAB CHASSIS TRUCKS C/W UTILITY BODY For The Corporation of the City of Thunder Bay --Community Services Department, Asset Management Division,

More information

RFQ Fleet Vehicles. The City of Dawson Creek is requesting quotations for the supply and delivery of:

RFQ Fleet Vehicles. The City of Dawson Creek is requesting quotations for the supply and delivery of: RFQ 2016-23 Fleet Vehicles The City of Dawson Creek is requesting quotations for the supply and delivery of: One (1) 2016 Minimum GVW 4300kg, 4 Wheel Drive, Regular Cab, Long Box Truck. One (1) 2016 Minimum

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

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

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

Town of Digby. Tender Equipment Purchase 4 WD One Ton Truck CONTENTS

Town of Digby. Tender Equipment Purchase 4 WD One Ton Truck CONTENTS Town of Digby Tender Equipment Purchase 4 WD One Ton Truck CONTENTS Tender Call 2 General Instructions. 3/4 General Requirements 5 Specifications 1) One Ton Truck Chassis.. 6/7/8 2) Lift & Dump Gate..

More information

THE MUNICIPALITY OF WEST ELGIN. QUOTE FOR THE SUPPLY OF ONE - 1/2 Ton Pickup Truck INSTRUCTIONS TO BIDDERS

THE MUNICIPALITY OF WEST ELGIN. QUOTE FOR THE SUPPLY OF ONE - 1/2 Ton Pickup Truck INSTRUCTIONS TO BIDDERS THE MUNICIPALITY OF WEST ELGIN QUOTE FOR THE SUPPLY OF ONE - 1/2 Ton Pickup Truck INSTRUCTIONS TO BIDDERS 1. GENERAL: This Quote is for the supply of ONE (1) NEW 2018 Pickup Truck. As follows: 1-1/2 Ton

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

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

THE CORPORATON OF THE TOWN OF MIDLAND VEHICLE TOWING AND POUND SERVICES 2018/2019 TENDER L

THE CORPORATON OF THE TOWN OF MIDLAND VEHICLE TOWING AND POUND SERVICES 2018/2019 TENDER L THE CORPORATON OF THE TOWN OF MIDLAND VEHICLE TOWING AND POUND SERVICES 2018/2019 TENDER L04-54474 MAY, 2018 TOWN OF MIDLAND TENDER VEHICLE TOWING AND POUND SERVICES SEALED TENDERS will be received until

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

TENDER NO. RFT REQUEST FOR TENDER: PW 2018 OR 2019 FULL SIZE 4X4 CREW CAB 4 DOOR 3/4 TON PICKUP TRUCK. THURSDAY, JULY 5, 2018 at 1:00 p.m.

TENDER NO. RFT REQUEST FOR TENDER: PW 2018 OR 2019 FULL SIZE 4X4 CREW CAB 4 DOOR 3/4 TON PICKUP TRUCK. THURSDAY, JULY 5, 2018 at 1:00 p.m. TOWNSHIP OF MAPLETON 7275 Sideroad 16, P.O. Box 160, Drayton, N0G 1P0 Tel: (519) 638-3313 or Toll Free: 1 800-385-7248 Fax: (519) 638-5113 www.mapleton.ca REQUEST FOR TENDER: PW 2018 OR 2019 FULL SIZE

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

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

Town of Marystown. Tender For. One New 4x4 Two (2) Door Cab Chassis (19,500 KG GVWR) With 12Ft Flat Deck

Town of Marystown. Tender For. One New 4x4 Two (2) Door Cab Chassis (19,500 KG GVWR) With 12Ft Flat Deck Town of Marystown Tender For One New 4x4 Two (2) Door Cab Chassis (19,500 KG GVWR) With 12Ft Flat Deck GENERAL SPECIFICATIONS Tenders are invited for the supply and delivery of One New 4x4 Two (2) Door

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

A summary of the vehicle to be purchased: Department Type of Vehicle Quantity Stormwater Department One Ton Dual Rear Wheel Dump Truck w/ Bed 1

A summary of the vehicle to be purchased: Department Type of Vehicle Quantity Stormwater Department One Ton Dual Rear Wheel Dump Truck w/ Bed 1 City of Cartersville P.O. Box 1390 1 North Erwin Street Cartersville, GA 30120 DATE: January 24, 2018 TO: FROM: RE: Automobile Dealers Fleet Sales Personnel Tom Rhinehart, Finance Director Vehicle Bids

More information

SOMERSET BOROUGH TECHNICAL SPECIFICATIONS FOR A USED 1-TON STYLE DUMP BODY TRUCK

SOMERSET BOROUGH TECHNICAL SPECIFICATIONS FOR A USED 1-TON STYLE DUMP BODY TRUCK SOMERSET BOROUGH TECHNICAL SPECIFICATIONS FOR A USED 1-TON STYLE DUMP BODY TRUCK 1.0 INTENT: The Borough of Somerset is requesting bids for a 1 Ton dump style truck with a dump style body. This specification

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

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

Town of South Windsor, Connecticut. Police Department

Town of South Windsor, Connecticut. Police Department Town of South Windsor, Connecticut Police Department May 2018 Bid Documents for Automobile Lease Unmarked Police Vehicles Up to Nine (9) - Four (4) Door, Mid-Size, All Wheel Drive SUV type vehicles TOWN

More information

EQUIPMENT PURCHASE PUBLIC WORKS VEHICLE TENDER CONTENTS. Tender Call General Instructions General Requirements Specifications...

EQUIPMENT PURCHASE PUBLIC WORKS VEHICLE TENDER CONTENTS. Tender Call General Instructions General Requirements Specifications... TENDER MOCR03072014 EQUIPMENT PURCHASE PUBLIC WORKS VEHICLE TENDER CONTENTS Tender Call...... 2 General Instructions... 3 General Requirements...... 4 Specifications... 5 Form of Tender... 6 TENDER MOCR03072014

More information

Everything You Need! Phone , Ext. 229

Everything You Need! Phone , Ext. 229 Public Works Operations Manager 401 E Third St Kewanee, IL 61443 Everything You Need! Phone 309-852-2611, Ext. 229 Fax 309-856-6001 November 13, 2017 The City of Kewanee is requesting proposals in conformance

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

City of Portsmouth Portsmouth, New Hampshire Department of Public Works. Bid# Five (5) 2018 Ford Trucks INVITATION TO BID

City of Portsmouth Portsmouth, New Hampshire Department of Public Works. Bid# Five (5) 2018 Ford Trucks INVITATION TO BID City of Portsmouth Portsmouth, New Hampshire Department of Public Works Bid#52-18 Five (5) 2018 Ford Trucks INVITATION TO BID Sealed bid proposals, plainly marked Bid#52-18 Five (5) 2018 Ford Trucks on

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

BID FOR ONE (1) 1 TON CREW CAB TRUCK WITH SERVICE BODY OPENING APRIL 11, 2019 AT 10:00 A.M.

BID FOR ONE (1) 1 TON CREW CAB TRUCK WITH SERVICE BODY OPENING APRIL 11, 2019 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 ONE (1) 1 TON CREW CAB TRUCK WITH SERVICE BODY OPENING

More information

CITY OF PORTSMOUTH PURCHASING DEPARTMENT PORTSMOUTH, NEW HAMPSHIRE. Annual Fuel Bid - #01-18 INVITATION TO BID

CITY OF PORTSMOUTH PURCHASING DEPARTMENT PORTSMOUTH, NEW HAMPSHIRE. Annual Fuel Bid - #01-18 INVITATION TO BID CITY OF PORTSMOUTH PURCHASING DEPARTMENT PORTSMOUTH, NEW HAMPSHIRE Annual Fuel Bid - #01-18 INVITATION TO BID The City of Portsmouth is soliciting bids for our primary supply and emergency supply of fuel.

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

Municipality of the District of West Hants Request for Proposal (RFP) PW Supply of one (1) new ½ Ton 4x4 Truck

Municipality of the District of West Hants Request for Proposal (RFP) PW Supply of one (1) new ½ Ton 4x4 Truck 1.0 INSTRUCTIONS TO BIDDERS 1.1 Complete the Bid Sheet and attach other required information and send in a sealed envelope by mail or delivery to; To: Municipality of the District of West Hants RFP # PW

More information

RFP Agricultural Tractors (AG tractor) SCOPE OF THE PROPOSAL

RFP Agricultural Tractors (AG tractor) SCOPE OF THE PROPOSAL Request for Proposal RFP Agricultural Tractors (AG tractor) 1. Introduction SCOPE OF THE PROPOSAL 1.1 The Ontario Federation of Snowmobile Clubs (OFSC) is accepting proposals for the purchase of Agricultural

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

Guelph/Eramosa Township

Guelph/Eramosa Township Guelph/Eramosa Township Request for Quotes PW-2016-05 Quote to Supply and Deliver One (1) 4 x 2 Super Cab truck Closing Date: Friday August 12, 2016 Time: 12:00 p.m. Contact: Harry Niemi, Director of Public

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

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

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

CONTRACT DOCUMENTS TOWING SERVICES BOROUGH OF CARLISLE 53 W. SOUTH STREET CARLISLE, PENNSYLVANIA (717)

CONTRACT DOCUMENTS TOWING SERVICES BOROUGH OF CARLISLE 53 W. SOUTH STREET CARLISLE, PENNSYLVANIA (717) CONTRACT DOCUMENTS TOWING SERVICES BOROUGH OF CARLISLE 53 W. SOUTH STREET CARLISLE, PENNSYLVANIA 17013 (717) 249-4422 BOROUGH OF CARLISLE BID DOCUMENTS TABLE OF CONTENTS Section 1 INFORMATION FOR BIDDERS

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

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

REQUEST FOR BIDS (RFB) # (1) NEW X4-3/4 TON EXTENDED CAB PICKUP TRUCK WITH LIFT GATE POSTING DATE: MARCH 7, 2018

REQUEST FOR BIDS (RFB) # (1) NEW X4-3/4 TON EXTENDED CAB PICKUP TRUCK WITH LIFT GATE POSTING DATE: MARCH 7, 2018 REQUEST FOR BIDS (RFB) #18-022-25 (1) NEW 2018 4X4-3/4 TON EXTENDED CAB PICKUP TRUCK WITH LIFT GATE POSTING DATE: MARCH 7, 2018 RESPONSE DEADLINE: MARCH 27, 2018 11:00 A.M. CENTRAL STANDARD TIME (CST)

More information

HALIFAX REGIONAL MUNICIPALITY (HRM) One (1) Loader Mounted Snow Blower TENDER # T Page 1

HALIFAX REGIONAL MUNICIPALITY (HRM) One (1) Loader Mounted Snow Blower TENDER # T Page 1 Page 1 TENDER OF: ADDRESS: CONTACT NAME: TELEPHONE: FAX #: GST REGISTRATION #: To furnish and deliver equipment in accordance with specifications annexed hereto. The undersigned bidder has carefully examined

More information

Department of Finance Purchasing Department INVITATION TO BID

Department of Finance Purchasing Department INVITATION TO BID January 24, 2017 Department of Finance Purchasing Department INVITATION TO BID The City of Norwalk is soliciting bids for one (1) 2016 Ford F-550 Chassis XLT Dump Truck for the Recreation & Parks Department.

More information

July 9, Re: Tender 4 X 4 Regular Cab ¾ Ton Work Trucks. Dear Sir:

July 9, Re: Tender 4 X 4 Regular Cab ¾ Ton Work Trucks. Dear Sir: July 9, 2015 Re: Tender 4 X 4 Regular Cab ¾ Ton Work Trucks. Dear Sir: We are re-tendering for two new 2015 or current model year regular cab, ¾ ton work trucks for the Operational Services Department

More information

REQUEST FOR QUOTATION

REQUEST FOR QUOTATION REQUEST FOR QUOTATION Sealed quotations will be received by the CAO/Clerk until: Wednesday, July 6, 2016-11:00 am QUOTATION FOR: PICK-UP TRUCK All items must be submitted on Quotation Forms, in sealed

More information

REQUEST FOR PROPOSAL 24/2010. Supply and Deliver One (1) New Four Wheel Drive (4WD) RUBBER TIRED BACKHOE LOADER

REQUEST FOR PROPOSAL 24/2010. Supply and Deliver One (1) New Four Wheel Drive (4WD) RUBBER TIRED BACKHOE LOADER REQUEST FOR PROPOSAL 24/2010 Supply and Deliver One (1) New Four Wheel Drive (4WD) RUBBER TIRED BACKHOE LOADER -- For The Corporation of the City of Thunder Bay, Facilities and Fleet Department Page 1

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

Phenix City Schools BID NO. GF Purchase of Three New Vehicles. Bid Opening Date & Time: January 7, 2019 at 9:00 AM EST

Phenix City Schools BID NO. GF Purchase of Three New Vehicles. Bid Opening Date & Time: January 7, 2019 at 9:00 AM EST Phenix City Schools BID NO. GF-2019-06 Purchase of Three New Vehicles Bid Opening Date & Time: January 7, 2019 at 9:00 AM EST The Phenix City Board of Education will receive and publicly open sealed and

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

CITY OF HAMILTON BY-LAW NO

CITY OF HAMILTON BY-LAW NO Authority: Item 8, General Issues Committee Report 17-001 (PED16099(a)) CM: January 25, 2017 Bill No. 013 CITY OF HAMILTON BY-LAW NO. 17-013 To Amend By-law No. 07-170, a By-law to License and Regulate

More information

INVITATION TO BID Fort Morgan Golf Course Golf Carts

INVITATION TO BID Fort Morgan Golf Course Golf Carts INVITATION TO BID The is accepting sealed bids to Lease or Lease-purchase 45 until 4:00 p.m. (our clock) on September 2, 2011 at City Hall located at 110 Main Street, Fort Morgan, Colorado 80701 at which

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

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

Dubuque Community School District SPECIFICATIONS BID FORM AND TIME AND PLACE OF FILING

Dubuque Community School District SPECIFICATIONS BID FORM AND TIME AND PLACE OF FILING Dubuque Community School District SPECIFICATIONS BID FORM AND TIME AND PLACE OF FILING All bids are to be executed on the forms provided herewith and only proposals submitted on these forms will be considered.

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

ALLEGANY COUNTY COMMISSIONERS ALLEGANY COUNTY DEPARTMENT OF PUBLIC WORKS. June 2018 BIDDING SPECIFICATIONS FOR NEW ONE-HALF TON PICKUP TRUCKS

ALLEGANY COUNTY COMMISSIONERS ALLEGANY COUNTY DEPARTMENT OF PUBLIC WORKS. June 2018 BIDDING SPECIFICATIONS FOR NEW ONE-HALF TON PICKUP TRUCKS ALLEGANY COUNTY COMMISSIONERS ALLEGANY COUNTY DEPARTMENT OF PUBLIC WORKS June 2018 BIDDING SPECIFICATIONS FOR NEW ONE-HALF TON PICKUP TRUCKS 1. 4 x 4: 4-wheel drive option with high and low range transfer

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

REQUEST FOR PROPOSAL TRUCK DRIVER TRAINING TRACTOR AND TRAILER LEASING FOR ILLINOIS VALLEY COMMUNITY COLLEGE PROPOSAL # RFP2016-P02

REQUEST FOR PROPOSAL TRUCK DRIVER TRAINING TRACTOR AND TRAILER LEASING FOR ILLINOIS VALLEY COMMUNITY COLLEGE PROPOSAL # RFP2016-P02 REQUEST FOR PROPOSAL TRUCK DRIVER TRAINING TRACTOR AND TRAILER LEASING FOR ILLINOIS VALLEY COMMUNITY COLLEGE PROPOSAL # RFP2016-P02 The Board of Trustees of Illinois Valley Community College (IVCC) District

More information

INVITATION TO BID FUEL PRODUCTS

INVITATION TO BID FUEL PRODUCTS INVITATION TO BID FUEL PRODUCTS Notice is hereby given that the Aberdeen School District is accepting fuel bids and propane bids for the following: 1. Regular, unleaded and diesel fuels for district buses

More information

City of Mt. Pleasant, Michigan CONTRACT DOCUMENTS. For HEAVY DUTY TRUCKS. SHARON TILMANN Mayor. NANCY RIDLEY City Manager

City of Mt. Pleasant, Michigan CONTRACT DOCUMENTS. For HEAVY DUTY TRUCKS. SHARON TILMANN Mayor. NANCY RIDLEY City Manager City of Mt. Pleasant, Michigan CONTRACT DOCUMENTS For HEAVY DUTY TRUCKS SHARON TILMANN Mayor NANCY RIDLEY City Manager Prepared By: Division of Public Works JOHN ZANG DPW Director SEPTEMBER 2014 City of

More information

ADDENDUM NO. 1. April 6, Project: Gas and Diesel Bid for School System Stations

ADDENDUM NO. 1. April 6, Project: Gas and Diesel Bid for School System Stations Livingston Parish Public Schools Excellence in Education! 13909 Florida Boulevard P.O. Box 1130 Livingston, Louisiana 70754-1130 Phone: (225) 686-7044 Fax: (225) 686-3052 Website: www.lpsb.org John Watson

More information

City of Mt. Pleasant, Michigan CONTRACT DOCUMENTS. For PICKUP TRUCKS. SHARON TILMANN Mayor. NANCY RIDLEY City Manager

City of Mt. Pleasant, Michigan CONTRACT DOCUMENTS. For PICKUP TRUCKS. SHARON TILMANN Mayor. NANCY RIDLEY City Manager City of Mt. Pleasant, Michigan CONTRACT DOCUMENTS For PICKUP TRUCKS SHARON TILMANN Mayor NANCY RIDLEY City Manager Prepared By: Division of Public Works JOHN ZANG DPW Director AUGUST 2014 City of Mt. Pleasant,

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

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

INVITATION FOR BID BID NO FOR: 2014/15 LIGHT DUTY TRUCKS AND VANS COMMODITY CODE:

INVITATION FOR BID BID NO FOR: 2014/15 LIGHT DUTY TRUCKS AND VANS COMMODITY CODE: Mark A. Cowart Chief Information Officer 2222 M Street Merced, CA 95340 (209) 385-7331 (209) 725-3535 Fax www.co.merced.ca.us Equal Opportunity Employer Issue Date: April 16, 2014 THE COUNTY OF MERCED

More information

Town of Digby. Tender Equipment Purchase Fire Truck Pumper/Tanker

Town of Digby. Tender Equipment Purchase Fire Truck Pumper/Tanker Town of Digby Tender Equipment Purchase Fire Truck Pumper/Tanker CONTENTS Tender Call...2 General Instructions. 3 General Requirements.4 Specifications: Tender Form.. 8 Page 1 of 8 TENDER CALL Equipment

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

Request for Proposal Motor Grader January 26, 2015

Request for Proposal Motor Grader January 26, 2015 Request for Proposal Motor Grader January 26, 2015 1 City of Fargo Request for Proposal The City of Fargo is requesting proposals for one (1) Motor Grader. Sealed proposals will be received by the City

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

Tractor/Trailer Lease Bid No. PR-08-P1A

Tractor/Trailer Lease Bid No. PR-08-P1A Illinois Valley Community College Request for Proposals Tractor/Trailer Lease - No. PR-08-P1A Illinois Valley Community College (IVCC) is accepting proposals for a 36 month lease for two (2) tractors and

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

ADDENDUM No. 1. BID No /15 Chevrolet Silverado Work Trucks

ADDENDUM No. 1. BID No /15 Chevrolet Silverado Work Trucks Purchasing Department 530 Water Street Oakland, CA 94607 Date: November 17, 2017 ADDENDUM No. 1 BID No. 17-18/15 Chevrolet Silverado Work Trucks This Addendum modifies the original BID Documents for the

More information

INVITATION TO BID. January 10, 2018

INVITATION TO BID. January 10, 2018 INVITATION TO BID January 10, 2018 The City of Bainbridge will receive sealed bids for ONE NEW PORTABLE TANDEM STATIC ROLLER to be LEASED FOR PURCHASE, as described in the attached specifications until

More information

MONTEREY PENINSULA REGIONAL PARK DISTRICT BOARD OF DIRECTORS MEETING

MONTEREY PENINSULA REGIONAL PARK DISTRICT BOARD OF DIRECTORS MEETING AGENDA ITEM NO. 10-D MONTEREY PENINSULA REGIONAL PARK DISTRICT BOARD OF DIRECTORS MEETING DATE: February 7, 2018 TO: Board of Directors FROM: Caine Camarillo, Supervising Ranger REVIEWED BY: Rafael Payan,

More information

INDUSTRIAL HAUL AGREEMENT

INDUSTRIAL HAUL AGREEMENT INDUSTRIAL HAUL AGREEMENT PUBLIC WORKS MEMORANDUM OF AGREEMENT entered into this day of, A.D., 20(yr). BETWEEN: PARKLAND COUNTY a County incorporated under the laws of the Province of Alberta, (hereinafter

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

Request For Quotations Fleet Vehicle

Request For Quotations Fleet Vehicle Request For Quotations 2017-26 Fleet Vehicle The City of Dawson Creek is requesting quotations for: - Two (2) 2017 Motor Graders with Snow Wings and Snow Gates This is a Request for Quotations only. By

More information

CLINTON COUNTY SOIL & WATER CONSERVATION DISTRICT 6064 Route 22, Suite 1 Plattsburgh, NY (518) x3

CLINTON COUNTY SOIL & WATER CONSERVATION DISTRICT 6064 Route 22, Suite 1 Plattsburgh, NY (518) x3 CLINTON COUNTY SOIL & WATER CONSERVATION DISTRICT 6064 Route 22, Suite 1 Plattsburgh, NY 12901 (518) 561-4616 x3 Advertisement: The Clinton County Soil & Water Conservation District is accepting sealed

More information

Request for Proposals: (1) 2018 FORD TAURUS SEDAN SE (1) 2018 Ford F-150 XL Regular cab 4x4 (2) 2018 Ford F-150 XL 4x4 Crew Cab 4x4

Request for Proposals: (1) 2018 FORD TAURUS SEDAN SE (1) 2018 Ford F-150 XL Regular cab 4x4 (2) 2018 Ford F-150 XL 4x4 Crew Cab 4x4 Request for Proposals: (1) 2018 FORD TAURUS SEDAN SE (1) 2018 Ford F-150 XL Regular cab 4x4 (2) 2018 Ford F-150 XL 4x4 Crew Cab 4x4 Greenville-Spartanburg Airport District Proposals Due: Friday July 20,

More information

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

INVITATION TO BID (ITB)

INVITATION TO BID (ITB) INVITATION TO BID (ITB) WHITFIELD COUNTY, GEORGIA ITB# PW-100-4-200-TSS-2019 73 HP TRACK SKID STEER Date: JANUARY 31st 2019 Time: 2:00 PM BRIAN MCBRAYER STAFF ACCOUNTANT (706) 275-7504 / (706) 275-7501

More information

Rig Master Power by Mobile Thermo Systems Inc.

Rig Master Power by Mobile Thermo Systems Inc. RigMaster Power Dealer Warranty Policy The Limited Warranty This limited warranty applies to the RigMaster Auxiliary Power Unit (RigMaster APU) which consists of the following components: 1. The generator

More information

Request for Proposal Snow Blower October 12, 2015

Request for Proposal Snow Blower October 12, 2015 Request for Proposal Snow Blower October 12, 2015 1 City of Fargo Request for Proposal The City of Fargo is requesting proposals for one (1) Loader Mounted Snow blower. Sealed proposals will be received

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

Three (3) New Ford Fusion Sedans Bid No Notice to Bidders

Three (3) New Ford Fusion Sedans 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

New Ulm Public Utilities. Interconnection Process and Requirements For Qualifying Facilities (0-40 kw) New Ulm Public Utilities

New Ulm Public Utilities. Interconnection Process and Requirements For Qualifying Facilities (0-40 kw) New Ulm Public Utilities New Ulm Public Utilities Interconnection Process and Requirements For Qualifying Facilities (0-40 kw) New Ulm Public Utilities INDEX Document Review and History... 2 Definitions... 3 Overview... 3 Application

More information

BID SPECIFICATIONS PURCHASE 4-WHEEL DRIVE PICKUP TRUCK WITH PLOW

BID SPECIFICATIONS PURCHASE 4-WHEEL DRIVE PICKUP TRUCK WITH PLOW BID SPECIFICATIONS PURCHASE 4-WHEEL DRIVE PICKUP TRUCK WITH PLOW The County of Hancock, Maine is seeking bids for the purchase of one (1) 2019 model year 3/4 ton regular Cab with 8 utility body, 4-wheel

More information

The Regional District of Nanaimo (RDN) is seeking responses to the following tender:

The Regional District of Nanaimo (RDN) is seeking responses to the following tender: NOTICE OF TENDER The (RDN) is seeking responses to the following tender: This tender is for the supply of one (1) new Compact Track Loader (Skid Steer) including a General Purpose (GP) bucket, Digging

More information

Request for Proposal Used Motor Grader May 12, 2017

Request for Proposal Used Motor Grader May 12, 2017 Request for Proposal Used Motor Grader May 12, 2017 1 City of Fargo Request for Proposal The City of Fargo is requesting proposals for one (1) Used Motor Grader with wing. Sealed proposals will be received

More information

2018 Golf Cart Lease Sunset Valley Golf Club

2018 Golf Cart Lease Sunset Valley Golf Club Invitation for Bid Sunset Valley Golf Club February 5, 2018 Sunset Valley Golf Club Bid Opening: Friday, February 16, 2018 at 1:00 PM at West Ridge Center, 636 Ridge Road, Highland Park, IL 60035 Ryan

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

CITY OF BARTLETT 6400 STAGE ROAD BARTLETT, TENNESSEE 38134

CITY OF BARTLETT 6400 STAGE ROAD BARTLETT, TENNESSEE 38134 CITY OF BARTLETT 6400 STAGE ROAD BARTLETT, TENNESSEE 38134 A. Keith McDonald, Mayor Mark Brown, Chief Administrator Officer Dick Phebus, Finance Director Bill Yearwood, Director of Public Works INVITATION

More information

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL Palabora Copper REQUEST FOR PROPOSAL SUPPLY AND DELIVERY OF PIPES, FITTINGS AND FLANGES TO PALABORA COPPER TENDER NUMBER: RFP.PC.2015/144 PART 1 PROPOSAL INFORMATION AND CONDITIONS Page 1 Supply and Delivery

More information

City of Storm Lake Fire Department Heavy Rescue Specifications

City of Storm Lake Fire Department Heavy Rescue Specifications INTENT OF SPECIFICATIONS City of Storm Lake Fire Department Heavy Rescue Specifications It shall be the intent of these specifications to provide a complete apparatus equipped as hereinafter specified.

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

FLEET SERVICES. Road Grader Tender. Competition #FLE Company

FLEET SERVICES. Road Grader Tender. Competition #FLE Company FLEET SERVICES 2018 Competition #FLE-2018-02 Company 1. INSTRUCTION TO BIDDERS 1.1 Date and place of submission Sealed tenders CLEARLY MARKED AS TO CONTENT will be received by the office of the City Clerk,

More information

CUBA-RUSHFORD CENTRAL SCHOOL DISTRICT 5476 ROUTE 305 CUBA, NEW YORK ******** BID FORM FOR. Truck 2018 or Newer ********

CUBA-RUSHFORD CENTRAL SCHOOL DISTRICT 5476 ROUTE 305 CUBA, NEW YORK ******** BID FORM FOR. Truck 2018 or Newer ******** CUBA-RUSHFORD CENTRAL SCHOOL DISTRICT 5476 ROUTE 305 CUBA, NEW YORK 14727 ******** BID FORM FOR Truck 2018 or Newer ******** In accordance with the provisions of Section 103 of the General Municipal Law,

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

KENDALL COUNTY HIGHWAY DEPARTMENT

KENDALL COUNTY HIGHWAY DEPARTMENT KENDALL COUNTY HIGHWAY DEPARTMENT NOTICE TO BIDDERS INSTRUCTIONS TO BIDDERS SPECIFICATIONS BID FORM For BULK FUEL November 4, 2016 10:00 A.M NOTICE TO BIDDERS Kendall County Highway Department will accept

More information