SPECIFICATIONS, INSTRUCTIONS TO BIDDERS AND CONTRACT DOCUMENTS FOR PURCHASE OF FIRE TANKER

Size: px
Start display at page:

Download "SPECIFICATIONS, INSTRUCTIONS TO BIDDERS AND CONTRACT DOCUMENTS FOR PURCHASE OF FIRE TANKER"

Transcription

1 Borough of Hopewell Mercer County New Jersey SPECIFICATIONS, INSTRUCTIONS TO BIDDERS AND CONTRACT DOCUMENTS FOR PURCHASE OF FIRE TANKER Bids Due: Wednesday, April 11, 2012 Time: 7:30 p.m. Place: Hopewell Fire Department Meeting Room of the Board of Fire Commissioners 4 Columbia Ave Hopewell, NJ Phone: (609) Fax: (609)

2 Table of Contents: Section 1 Legal Requirements... 3 Section 2 Technical Specifications.. 24 Section 3 Additional Options Section 4 Exhibits, Appendices, and Submissions

3 SECTION 1 LEGAL REQUIREMENTS 3

4 SECTION I SUBMISSION / WITHDRAWAL OF BIDS A. Sealed bids for the manufacture and delivery of a custom fire tanker apparatus will be received by the Board of Fire Commissioners, Hopewell Borough Fire District No. 1, in the County of Mercer, New Jersey (the Board ), in accordance with public advertisement as required by law, a copy of which Notice being attached hereto and made a part of this Invitation for Bids (IFB) and specifications. The Board is the sole contact for all purposes of this IFB. B. Bids will be received, opened and read aloud in the meeting room of the Board at the Hopewell Borough Fire Department firehouse at 4 Columbia Avenue, Hopewell, NJ 08525, on WEDNESDAY, APRIL 11, 2012, at 7:30 p.m. prevailing time, as stated in the Notice to Bidders. C. Each bid shall be submitted in a sealed envelope: (1) addressed to the Board, (2) bearing the name and address of the bidder written on the face of the envelope, (3) clearly marked Bid for Tanker and (4) indicating the date and bid opening time. If the bid is presented in person it shall be submitted and received by the Commissioners at the above address between the hours of 7:15 and 7:30 p.m. prevailing time. No bid will be received after 7:30 p.m. If the bid is submitted by mail, it shall be addressed to the Board of Fire Commissioners, Hopewell Borough Fire District No. 1, 4 Columbia Avenue, P.O. Box 141, Hopewell, NJ D. It is the bidder s responsibility that bids are presented to the Board at the time and at the place designated. The Board disclaims any responsibility for the loss or destruction of any bids mailed (regular or overnight)or delivered (in person or by courier)to the above address prior to the time set for bid opening. Delivery dates imprinted on bid packages and/or postmark dates will not be considered in determining the timeliness of bids. Nor will the Board consider any bids transmitted by electronic means (computer, facsimile or telephone bids, etc.) Bids received after the designated time and date will be returned unopened. 4

5 E. Sealed bids forwarded to the Board before the time of opening of bids may withdrawn, modified, altered or amended only by written request received by the Board prior to the date and time (originally established or as rescheduled) set for bid opening. The Board is not responsible for the loss or destruction of any requests mailed or delivered other than in person to a Board member. Delivery dates or postmark dates imprinted on requests will not be considered in determining their timeliness. The bidder shall be required to produce evidence showing that the individual is or represents the principal or principals involved in the bid. No bid may be withdrawn for any reason whatsoever after the closing time for receipt of bids (7:30 p.m.). After such time a bidder may not withdraw its bid unless the Board fails to accept it within sixty (60) days from the date of bid opening. F. No Pre-Bid Conference is required for this bid. G. Each bidder shall submit one original and two (2) copies of its bid proposal. H. The bidder must submit a complete response to this IFB. Partial bids or those that do not conform to the format specified herein will not be considered. I. Prices and amounts must be printed in ink or preferably machineprinted, in both words and numbers. Bids containing any conditions, omissions, unexplained erasures or alterations, or irregularities of any kind may be rejected by the Board. Any changes, whiteouts, strikeouts, etc. in the bid must be initialed in ink by the person signing the bid. J. It is mandatory, by law, that each bid proposal form give the full business name and address, business phone, fax, if available, the contact person of the bidder, and be signed by an authorized representative as follows: 1. Bids by partnerships must furnish the full name of all partners and must be signed in the partnership name by one of the members of the partnership or by an authorized representative, followed by the signature and designation of the person signing. 5

6 2. Bids by corporations must be signed in the legal name of the corporation, followed by the name of the State in which incorporated, and must contain the signature and designation of the president, secretary or other person authorized to bind the corporation in the matter. 3. Proposals by a sole-proprietorship shall be signed by the proprietor. 4. When requested, satisfactory evidence of the authority of the person signing the proposal shall be furnished. K. Bidders should be aware of the following statutes that represent Truth in Contracting laws: a. NJSA 2C:21-34, et.seq. governs false claims and representations by bidders. It is a serious crime for the bidder to knowingly submit a false claim and/or knowingly make a material misrepresentation. b. NJSA 2C:27-10 provides that a person commits a crime if said person offers a benefit to a public servant for an official act performed or to be performed by a public servant, which is a violation of official duty. c. NJSA 2C:27-11 provides that a bidder commits a crime is said person, directly or indirectly, confers or agrees to confer any benefit not allowed by law to a public servant. d. Bidders should consult the statutes or legal counsel for further information. L. All bids shall be on approved bid forms and in the format prescribed herein. Each bidder shall complete the attached Cover Page (Bid Proposal Page), Bid Documentation Submission Checklist, Stockholder Disclosure Certification, Acknowledgement of Receipt of Changes to Bid Documents Form, and Non-Collusion Affidavit attached to these Specifications, which shall become a vital part of the bid proposal. 6

7 SECTION II BID SECURITY AND BONDING REQUIREMENTS A. Each bid must be accompanied by a Bid Bond, Certified Check or Cashier s Check, payable unconditionally to the Board of Fire Commissioners, Hopewell Borough Fire District No. 1, in the amount of 10% of the total bid price, but not in excess of $20, The Bid Bond shall be accompanied by Power of Attorney for the full amount of the Bid Bond from a surety company authorized to do business in the State of New Jersey and acceptable to the Board. The check or bond of the unsuccessful bidder(s) shall be returned pursuant to NJSA 40A:11-24(a). The check or bond of the bidder to whom the contract is awarded shall be retained until a contract is executed and the required performance bond is submitted. The check or bond of the successful bidder shall be forfeited if the bidder fails to enter into a contract with the Board or submit an acceptable performance bond within the time specified herein. In case of failure to comply within the stated time the bid bond will be forfeited as liquidated damages because of the default. Failure to submit a bid guarantee shall result in rejection of the bid. B. Each bidder shall also submit with its bid a Certificate (Consent of Surety) with Power of Attorney for the full amount of the bid from a surety company authorized to do business in the State of New Jersey and acceptable to the Board stating that it will provide on behalf of the bidder a Performance Bond in the full amount of the bid. Failure to submit this Consent of Surety shall result in rejection of the bid. C. Simultaneously with the delivery of the executed contract bidder shall submit an executed bond in the amount of one hundred percent (100%) of the bid amount as security for the faithful performance of the contract. Failure of the contractor to complete delivery according to the contract and specifications will be cause to begin action for forfeiture of the performance bond. The performance bond shall not be released until final acceptance of the apparatus. The performance bond shall also specifically guarantee compliance and performance with the warranty provisions of the specifications. D. All bonds must be underwritten only by surety companies authorized to do business in the State of New Jersey pursuant to N.J.S.A. 17:31-7

8 5, and only on behalf of the bidder. Bonds on behalf of salesmen, agents, or subcontractors are not acceptable. All surety companies must have a minimum A.M. Best rating of A. The purchaser may review the financial condition of the surety and accept or reject any surety in its discretion. SECTION III INTERPRETATION AND ADDENDA A. The bidder understands and agrees that its bid is submitted on the basis of the specifications prepared by the Board. The bidder accepts the obligation to become familiar with these specifications. B. The submission of a bid shall be considered the bidder s representation that it understands the requirements and conditions of these specifications and the goods to be furnished. The Board will make no allowance or concession for a bidder s failure to examine the bid documents and specifications before submitting a bid. C. No oral interpretation and/or clarification of the meaning of the specifications will be made to any bidder. The Board will not be responsible for oral interpretations or clarifications which anyone presumes to make on its behalf. Any request for interpretation or clarification shall be in writing addressed to Chairman, Board of Fire Commissioners, Hopewell Borough Fire District No. 1, c/o 109 Lambertville-Hopewell Road, Hopewell, New Jersey In order to be given consideration, a written request must be received at least seven (7) business days prior to the date fixed for the opening of the bids. Any questions which in the opinion of the Board require interpretation or clarification and any supplemental instructions will be in the form of written addenda to the specifications, and will be distributed to all prospective bidders (anyone who has submitted a bid or has received a bid package). All addenda so issued shall become part of the specifications and bid documents, and receipt shall be acknowledged by the bidder on the Acknowledgment form located in the appendices. D. These specifications shall, in all cases, govern construction of the apparatus, unless a properly documented Exception is approved. Should any dispute arise respecting the construction and meaning of the 8

9 specifications, or any addenda thereto, it shall be decided by the Board of Fire Commissioners, whose decision the bidder agrees shall be final. Any bid indicating that the manufacturer s proposal shall supersede the specifications will be considered a complete substitute specification and immediately rejected. E. If there is a discrepancy in the bid between the dollar or quantity amount shown in words and its equivalent in figures, the written words shall be binding. SECTION IV - INSURANCE AND INDEMNIFICATION A. Each bidder shall submit with its bid evidence of insurance acceptable to the Board for general and automotive liability, property damage, and product-completed operations liability coverage in an amount acceptable to the Board. In addition, evidence of excess (umbrella) liability insurance in an amount acceptable to the Board shall also be provided. All coverage shall be with an insurance company authorized to do business in the State of New Jersey. Failure to provide this documentation may render the proposal non-responsive and the bid may be rejected. B. The successful bidder will be required to submit with the contract a Certificate of Insurance, naming and protecting the Board of Fire Commissioners and Hopewell Borough Fire District No. 1 as additional insured s, in the same amounts specified in the proposal during the term of the contract. This certificate shall be from the prime builder only certificates submitted from various subcontractors in order to reach the stated amount of insurance will not be acceptable. The Certificate must be an original. Submission of a photocopy or a Certificate that does not properly name the additional insured s will not meet the requirements of these specifications. C. The successful bidder also will be required to submit evidence of Workers Compensation Insurance at the time of contracting with the Board, covering all employees engaged in the performance of the contract, pursuant to N.J.S.A. 34:15-12(a) and N.J.A.C. 12: , which insurance the bidder warrants shall remain in effect throughout the life of the contract. 9

10 D. The successful bidder shall defend and hold harmless the Board for any and all suits and assume all liability for the use and performance of any patented process, device, or article forming a part of the apparatus or any appliance furnished under the contract. E. The successful bidder shall indemnify and hold harmless the Board from all claims, suits or actions, and from liability, damages or costs of every name and description to which the Board may be subjected by reason of injury to the person or property of another, or the property of the purchaser, resulting from acts or omissions on the part of the bidder, the bidder s servants, agents, or subcontractors in the performance of work under the contract, as well as from any improper or defective materials or machinery, implements or appliances used in the performance of the contract. F. The bidder shall indemnify and hold the purchaser harmless from any liability to its employees and subcontractors/suppliers concerning workers compensation claims, and/or for payment for work performed or materials supplied arising out of the performance of the contract. SECTION V PRICING INFORMATION FOR PREPARATION OF BIDS A. The Board is an exempt organization within the terms of the New Jersey State Sales and Use Tax Act. It is exempt from any local, state or federal sales, use or excise tax. B. The bidder shall be responsible for obtaining any applicable permits or licenses from any government entity that has jurisdiction to require same. All bids submitted shall have included this cost. C. The total price set forth on the Bid Proposal Page for the manufacture and delivery of the apparatus must include all items set forth in these specifications. Listing any item or items contained in these specifications, except the Additional Options enumerated at the end of the technical specifications, as an extra cost will be cause for rejection of the bid. 10

11 The individual prices for the Additional Options shall be set forth separately on a page entitled Additional Options and attached to the bid proposal. D. Payment terms, including any required prepayments or progress payments, must be explained in detail and clearly indicated on the Bid Proposal Page. E. The bidder should include with its bid a statement of all discounts available. This may include, but not be limited to discounts for prepayment or progress payments during manufacture, and cash discounts. SECTION VI LEASE-PURCHASE A. The bidder must include with its bid a copy of its current lease-purchase plan. B. The lease-purchase program must provide options for lease terms of five, seven, and ten years; provide an option to purchase and provide that lease payments may be credited towards the purchase price if the Board, at its sole option, decides to purchase the apparatus; provide that any lease shall contain a clause making it subject to the availability and appropriation annually of sufficient funds as may be required to meet the Board s extended obligation, or shall contain an annual cancellation clause. C. The bidder must state whether there is a pre-payment or early payoff penalty involved with the lease-purchase plan. SECTION VII - STATUTORY AND OTHER REQUIREMENTS A. MANDATORY AFFIRMATIVE ACTION CERTIFICATION No firm may be issued a contract unless it complies with the affirmative action provisions of the New Jersey Department of Treasury Equal Employment Opportunities and Affirmative Action Regulations (NJSA 10:5-31 and NJAC 17:27-1 et seq., as amended supplemented or updated, and Federal employment and discrimination laws as the same may be applicable to the bidder. 11

12 Bidder shall review Exhibit A hereto attached, the full required regulatory text, and shall submit to the Board, after notification of award but prior to execution of any contract, one of the following three documents as forms of evidence of compliance: 1. A photocopy of a valid letter that the bidder is operating under an existing Federally approved or sanctioned affirmative action program (good for one year from the date of the letter); or 2. A photocopy of a Certificate of Employee Information Report approval, issued in accordance with NJAC 17:27-4; or 3. A photocopy of an Employee Information Report -Form AA302- completed in accordance with NJAC 17:27-4(form can be downloaded at A bid shall automatically be rejected as non-responsive if the contractor fails to comply with the requirements of NJSA 10:5-31 and NJAC 17:27. B. AMERICANS WITH DISABILITIES ACT OF 1990 Discrimination on the basis of disability is prohibited. Bidder shall read the Americans With Disabilities language attached hereto as Exhibit B and agrees that the provisions of Title II of the Act will be made a part of any contract awarded in response to this request for proposals. Each bidder shall be obligated to comply with the Act and agrees to hold the Board harmless for any claims arising thereunder. C. STOCKHOLDER DISCLOSURE (NJSA 52: ) (Forms in appendix) No corporation or partnership shall be awarded any contract for the performance of any work or the furnishing of any goods and services, unless, prior to the receipt of the bid or accompanying the bid of said corporation or partnership, bidders shall submit a statement setting forth the names and addresses of all stockholders in the corporation or partnership who own ten percent or more of its stock of any class, or of all individual partners in the partnership who own a ten percent or greater interest therein. This disclosure shall be completed and attached 12

13 to the bid proposal. This requirement applies to all forms of corporations and partnerships, including, but not limited to, limited partnerships, limited liability corporations, limited liability partnerships and Subchapter S corporations. Failure to submit a stockholder disclosure document shall result in rejection of the bid. D. PROOF OF BUSINESS REGISTRATION (NJSA 52:32-44) Each business entity must submit with its bid proposal proof of business registration, that is, a copy of a BUSINESS REGISTRATION CERTIFICATE (BRC) issued by the New Jersey Division of Revenue. Failure to submit will, by law, result in immediate rejection of the bid proposal. Information on how to obtain a certificate is available at or by phone at (609) NJSA 52:32-44 imposes the following requirements on contractors and all subcontractors that knowingly provide goods or perform services for a contractor fulfilling this contract: 1) The contractor shall provide written notice to its subcontractors and suppliers of their responsibility to submit proof of business registration to the contractor. 2) Before final payment on the contract is made, the contractor shall submit to the contracting agency an accurate list of all subcontractors or supplier used in the fulfillment of the contract, or shall attest that no subcontractors were used. 3) During the term of the contract, the contractor and each of its affiliates shall collect and remit, and shall notify all subcontractors and each of their affiliates that they must collect and remit to the Director, New Jersey Division of Taxation, the use tax due pursuant to the Sales and Use Tax Act (NJSA 54:32B-1 et seq.) on all sales of tangible personal property delivered into this State, regardless of whether the tangible personal property is intended for a contract with a contracting agency. A contractor, subcontractor or supplier that fails to provide proof of business registration or provides false business registration information 13

14 shall be liable for a penalty of $25 for each day of violation, not to exceed $50,000 for each business registration not properly provided or maintained under a contract with a contracting agency. Information on the law and its requirements is available by calling (609) E. NON-COLLUSION AFFIDAVIT A Non-Collusion Affidavit, included in the appendix, shall be properly executed and submitted with the bid proposal. F. PAY TO PLAY Starting in January, 2007, business entities are advised of their responsibility to file an annual disclosure statement of political contributions with the New Jersey Election Law Enforcement Commission (ELEC) pursuant to NJSA 19:44A if they receive contracts in excess of $50,000 from public entities in a calendar year. Business entities are responsible for determining if filing is necessary. Additional information on this requirement is available from ELEC by phone at or at F. CONFLICT OF INTEREST Each bidder must comply with the New Jersey Conflict of Interest Law, NJSA 52:13D-12, et seq. If the low or successful bidder is a member of the Legislature, or a State, County or Municipal employee, or if the bidder is a business entity of which more than ten percent (10%) is owned or controlled by a member of the Legislature or a State, County or Municipal officer or employee, approval of the Joint Legislative Committee on Ethical Standards or the Executive Committee on Ethical Standards, as the case may be, must be received by the Board within ten (10) days of notice to the bidder that its bid was the low or successful bid. Failure to comply with the above or any provision of the New Jersey Conflict of Interest Law will result in disqualification of the bid. The bidder is to detail this information on the Stockholder Disclosure Form located in the Appendices hereof. 14

15 SECTION VIII PROTEST AGAINST AWARD A. The Board will notify all bidders in writing of the most responsive bid. Any objection to the decision of the Board must be submitted in writing to the Board within five (5) days of receipt of said notification. Any objection filed must set forth specific grounds for challenging the award. SECTION IX - CONTRACT INFORMATION A. The successful bidder (vendor) shall assume sole responsibility for the vehicle offered in the bid. The Board will consider the selected vendor to be the sole point of contact with regard to all matters associated with the specifications and contract. B. All bids shall remain firm for a period of sixty (60) days from the date of the bid opening. The Board reserves the right to reject any or all bids, in whole or in part, within sixty (60) days after the opening thereof. C. The successful bidder shall enter into a contract with the Board for the services, material or equipment to be furnished not later than twenty-one (21)days, Sundays and holidays excepted, or as otherwise agreed upon by the parties, after the Board notifies the successful bidder of the bid award. D. The contents of this Invitation for Bids and Specifications and any Addenda thereto, together with the successful bidder s Proposal as accepted by the Board, will become part of any contract awarded. Terms of the specifications/bid package prevail. Bid exceptions must be formally accepted by the Board. E. Pursuant to requirements of N.J.A.C. 5:30-5.1, et seq., any contract resulting from this bid shall be subject to the availability and appropriation of sufficient funds annually. Additionally, any contract resulting from this bid will be contingent on approval of a financing package to be proposed by the purchaser by the Local Finance Board of the State of New Jersey. 15

16 F. The Board reserves the right to waive minor defects, to cancel or terminate the contract at any time if this IFB and specifications or the terms of the contract are not complied with, or for any other good and sufficient reason if deemed in the best interests of the Board to do so. The Board shall incur no financial liability for cancellation or termination, and in such event the Board shall be relieved of any obligation to the bidder or its agents for any sum or sums set forth in the contract. G. Any contract may be modified or amended only by a written instrument executed by both the Board and the vendor. H. Board vouchers must have "Claimant's Certification and Declaration" properly executed and must be forwarded with invoice copies to the Board of Fire Commissioners, Hopewell Borough Fire District No. 1, P.O. Box 141, Hopewell, NJ 08525, prior to any payment being made by the Board of Fire Commissioners. Bidders shall be aware that it can take up to thirty (30) days to process payment. I. Bidders are hereby put on notice that prequalification with the State of New Jersey, or any agency or subdivision thereof, may or may not serve as a basis to qualify a bidder for the award of services herein. Bidders should not generally rely on the prequalification received from another agency for evidence of qualifications required within. SECTION X - BRAND NAMES, STANDARDS OF QUALITY AND PERFORMANCE A. Whenever a brand or manufacturer s name is used in these specifications it is included for descriptive purposes and to establish a level of quality. B. Should the bidder offer an item or design element other than that specified it is the responsibility of the bidder to document and/or demonstrate the equivalency of the goods and services offered, the final determination of which bidder agrees shall be made by the Board. Full supporting evidence of substitutions must be furnished. Simply providing manufacturer literature will not be considered justification for the substitution. 16

17 C. All substitutions must be listed as Exceptions for evaluation. D. As set forth in NJSA 40A:11-18, only manufactured materials and products of the United States, wherever available, shall be furnished. Further, preference will be given to bids of companies organized and/or incorporated in the United States of America. The entire apparatus shall be assembled within the borders of the Continental United States. E. The bidder and each subcontractor (if any) shall warrant its adherence to all requirements of applicable local, state and federal laws, regulations and safety standards relating to the construction of commercial vehicles as well as of fire apparatus in effect at the time of the bid. Should these specifications be inconsistent in any way with these laws, regulations or standards as in existence now, or at any time during the bidding process, the bidder shall specifically set forth each inconsistency in its bid proposal. Further, the successful bidder agrees to notify the purchaser in writing of any change or amendment to these laws, regulations or standards which render the specifications inconsistent therewith during the manufacturing process. SECTION XI RELIABILITY OF THE BIDDER A. The manufacturer must be satisfactory to the Board from the standpoint of experience, reliability, and demonstrated ability to manufacture equipment comparable as to size and type as that specified. The Board may make such investigations as it deems necessary to determine the ability, experience and reliability of the bidder/manufacturer. The bidder shall furnish the Board with all such additional information and data as the Board may request. B. The solvency of the manufacturer is a prime concern. Bidder s/manufacturer s most current financial statement from Dun and Bradstreet or another nationally recognized accounting firm and annual report should be provided with each proposal to enable the purchaser to evaluate the financial ability of each manufacturer to perform the work called for in these specifications. 17

18 C. The bidder shall state how long it or its manufacturer has been manufacturing fire apparatus of the sort called for in these specifications, and state how long the bidder has been selling and servicing fire apparatus. D. The bidder shall provide with its proposal a list of fire departments, located in the States of New Jersey, New York or Pennsylvania, that have purchased the same type of apparatus from the bidder over the past five (5) years, including address, phone number and contact person at the fire company. No prototype or experimental apparatus will be accepted. E. Preferably the entire job shall be done without any subcontracting. No work on this vehicle shall be subcontracted unless specifically identified in the bid proposal. If any part of the job is proposed to be performed by subcontracting, each specific element to be subcontracted, and the name, address and contact person at the subcontractor s facility shall submitted with the bid. SECTION XII - ABILITY TO PROVIDE SERVICE A. The experience and reliability of the factory authorized service center is of major concern. Each bidder shall supply with its proposal, detailed information on the bidder s ability to provide routine and emergency service on the apparatus after delivery. The service facility must comply with the following criteria to be considered, and must state in their Exceptions to Specifications each element with which they don t comply: 1. Bidder or its representative is the authorized warranty and service outlet for the apparatus being bid, and employs factorytrained and EVT-certified technicians. State number of employees meeting this criteria. State the number of years experience in repairing and maintaining fire apparatus of the make and type apparatus being bid. 2. Factory Authorized Service, as well as normal maintenance and repairs, and warranty work will be available in the 18

19 purchaser's fire station. Bidder or its representative has mobile service vans for this purpose. State the number of mobile service vans available to provide such service and maintenance. Bidders should include photos of the interior of their service vans. 3. Bidder or its representative maintains a fully-staffed, fixed service base, capable of providing all maintenance and service required of the apparatus, within a reasonable distance of purchaser's fire station. This facility provides heated, protected, indoor storage for the apparatus while service is being performed. State the name and location of this service base with the bid, the number of miles it is from Hopewell, New Jersey, and recent interior and exterior photos of the authorized New Jersey service facility. 4. Bidder or its representative is capable of providing 24-hour emergency service with EVT certified technicians, and responding to all "out of service" calls within twenty-four (24) hours of notification by purchaser. 5. Bidder has a stock of routine repair parts at the service center location cited in XII(3) above. The Board reserves the right to reject bids of vendors who, in the Board s sole opinion, cannot produce satisfactory evidence that this inventory is available and that they can furnish promptly all other parts needed for service or repair of the apparatus. The Board reserves the right to visit the bidder s facility for purposes of evaluation. SECTION XIII WARRANTY A. Each bidder must clearly state and furnish with the bid proposal the warranty terms and conditions under which this proposal is being offered, the minimum acceptable durations of which are set forth within. B. All major components purchased by the manufacturer for this apparatus shall be identified and their respective warranties listed as part of the bid proposal together with a clear indication of service and labor costs, if any, to replace defective purchased parts. 19

20 C. Upon delivery, the bidder shall supply a full manufacturer s warranty for the vehicle and all component parts, as well as a warranty for the bidder s and all subcontractors work, effective from the date of delivery of the vehicle. The warranty paperwork shall be delivered directly to the Hopewell Borough Board of Fire Commissioners. Failure to supply all warranties may delay processing of the vendor s invoice and voucher for payment. Bidder agrees that it will be the sole source and contact to resolve any and all warranty claims regarding the vehicle, the component parts and the assembly of same. The Board shall be able to look only to the bidder for satisfaction of all warranties. D. The bidder should note if extended warranties are available. SECTION XIV -CONSTRUCTION SAMPLE AND PARTS/TOOLS A. Prior to the award of a bid, or at any time thereafter, each bidder may be required to present to the Purchaser for inspection, at the Hopewell Borough Fire Department firehouse, apparatus built to the same or similar construction specifications proposed by the bidder. B. As herein set forth in more detail, successful bidders must furnish complete parts lists and operating, care and maintenance instructions on all equipment to facilitate obtaining parts, kits, etc. C. Where special tools which are not normally used or available are required to service any components of the apparatus, such tools shall be provided with the apparatus. SECTION XV - PRE-DELIVERY SERVICE A. Upon completion of the unit and its delivery to the New Jersey service center, but prior to delivery to the customer, the apparatus shall undergo a complete service with respect to changing the engine transmission oils and filter, and fuel filters. All other fluid levels shall be checked and brought to their proper levels. All chassis components shall be re-torqued as required by the manufacturer's pre-delivery inspection sheet and service bulletins. The apparatus is not to be delivered to the fire station to begin training until this service is performed. Proof of compliance with this paragraph shall be presented at the time the apparatus is delivered to the fire station. 20

21 SECTION XVI DELIVERY AND LIQUIDATED DAMAGES A. The bidder must state a firm delivery time (number of calendar days from the date of contract to the date of delivery) of the completed unit on the Bid Proposal Page. Quoting a number of days after receipt of components is unacceptable. B. The apparatus shall be completely equipped as per these specifications upon arrival and on completion of the required tests shall be ready for immediate service in the fire department of the purchaser. Any and all alterations required at the scene of delivery to comply with these specifications must be done at the contractor s expense. C. The successful bidder shall be responsible for delivery of the apparatus from its facility to the Hopewell Borough Fire Department firehouse at no expense to purchaser. The apparatus shall be DELIVERED UNDER ITS OWN POWER; rail or truck freight is not acceptable. A qualified delivery engineer representing the manufacturer shall deliver the apparatus and remain in the municipality of the purchaser for a sufficient length of time to instruct personnel in the proper operation, care and maintenance of the equipment delivered. D. The apparatus must fit inside the Hopewell Borough fire station at the time of delivery or it will not be accepted. E. The completed apparatus shall be delivered within the time stated by the bidder on its Bid Proposal Page. Delays beyond this time will be considered unsatisfactory performance and the bidder will be responsible for damages to the Board for late delivery. As the assessment of actual damages may be problematic, the vendor agrees to pay liquidated damages, which will be deducted from the contract price of the apparatus, in the amount of Two Hundred Dollars ($200.00) per day for each day over and above the quoted delivery date. Should the Board grant an extension of the time for delivery in writing, a failure to deliver the vehicle beyond the time of any extension(s) shall result in similar deductions being made. The liquidated damages for delay will also apply if the unit is delivered and rejected until the unit is brought into full compliance with the specifications. Any deductions allowed under this section 21

22 shall be in addition to any other claim or remedy the Board may have against a successful bidder for a failure to comply with these specifications. SECTION XVII - REJECTION AND TERMINATION OF CONTRACT A. Failure of the apparatus to meet the test requirements of these specifications shall be cause for rejection. B. The apparatus will be inspected upon delivery for compliance with these specifications. Deviations will not be tolerated unless they were originally listed in the bidder s proposal. Purchaser shall have thirty (30) days from the date of delivery or from the date the apparatus is put into service, whichever is later, to inspect the vehicle for compliance. In the event that the completed apparatus fails to comply in full with these specifications, and unless within thirty (30) days of receipt of notice from the purchaser as to the failure of the apparatus to meet the specifications the bidder conforms the apparatus to the specifications in such manner as is acceptable to the purchaser, the purchaser shall have the right to reject the apparatus and incur no liability for same. Rejection shall be at the sole expense of the bidder. The fact that the purchaser keeps or stores the apparatus in its facility, or uses the apparatus during the above-specified period, shall not constitute acceptance. Insurance covering loss, theft and liability shall remain the responsibility of the bidder until formal acceptance of the apparatus is completed. C. The Board shall not be held responsible or liable for any costs incurred by bidder in any respect for the rejection of the apparatus, and shall be relieved of all obligations to the bidder, financial or otherwise. Upon rejection, any sums paid by the purchaser to the bidder prior to rejection shall be reimbursed to purchaser in full, with interest earned, and no set-off. D. Notwithstanding the foregoing, the bidder shall not be relieved of liability to the purchaser for damages sustained by the purchaser by virtue of rejection of the apparatus pursuant to this Section XVII, or by virtue of any breach of the contract, noncompliance with the specifications, or any other default by the bidder or its agents or representatives. E. In the case of default by the vendor the purchaser may procure the manufacture of the apparatus specified herein from another source and the bidder shall be responsible for any excess cost incurred by the purchaser above that set forth in the bidder s Bid Proposal. 22

23 SECTION XVIII - ASSIGNMENT/APPLICABLE LAW A. The bidder shall not assign or transfer any interest in the contract without the prior written consent of the purchaser. B. If, during the life of the contract, the vendor disposes of its business by acquisition, merger, sale and/or transfer or by any means convey its interest to another party, all obligations are transferred to that new party. In this event, the new owner(s) will be required to submit all documentation/legal instruments that were required in the original bid/contract. Any change shall first be approved by the purchaser. If the purchaser does not approve, for any reason, the contract shall be deemed breached by the vendor and shall become null and void, with no liability on the part of the purchaser. C. These specifications and any contract arising herefrom shall be construed according to the laws of the State of New Jersey and the successful bidder agrees to submit to the jurisdiction of the courts of New Jersey should any issue arise hereunder. ***Technical Specifications and Additional Options Follow*** 23

24 SECTION 2 TECHNICAL SPECIFICATIONS 24

25 INTENT OF SPECIFICATIONS It is the intent of these specifications to cover the furnishing and delivery to the purchaser a complete apparatus equipped as hereinafter specified. With a view of obtaining the best results and the most acceptable apparatus for service in the fire district, these specifications cover the general requirements as to the type of construction and tests to which the apparatus must conform, together with certain details as to finish, equipment and appliances with which the successful bidder must conform. Minor details of construction and materials where not otherwise specified are left to the discretion of the contractor, who shall be solely responsible for the design and construction of all features. The apparatus shall conform to the requirements of the current (at the time of bid) National Fire Protection Association Pamphlet #1901 for Motor Fire Apparatus unless otherwise specified in these specifications. Some items in the specification may exceed NFPA standards and will be considered minimum for compliance. STATEMENT OF EXCEPTIONS TO NFPA 1901 If, at the time of delivery, the apparatus manufacturer is not in compliance, a statement of exceptions must be provided as follows: The specific standard affected. A statement describing why the manufacturer is not in compliance. A description of the remedy, and who the responsible party is. The document must be signed by an officer of the company, and an authorized agent of the purchaser. NO EXCEPTIONS GENERAL CONSTRUCTION The apparatus shall be designed and the equipment mounted with due consideration to distribution of load between the front and rear axles so that all specified equipment, including filled water tank, a full complement of personnel and fire hose shall be carried without injury to the apparatus. 25

26 Weight balance and distribution shall be in accordance with the recommendations of the International Association of Fire Chiefs and National Fire Association (or American Insurance Association). Certified Laboratories certificate shall be submitted by the manufacturer. Weight of apparatus shall meet all federal axle load laws. FAMA COMPLIANCE Manufacturer must be a current member of the Fire Apparatus Manufacturer's Association. QUALITY AND WORKMANSHIP The design of the apparatus must embody the latest approved automotive engineering practices. The workmanship must be the highest quality in its respective field. Special consideration shall be given to the following points: Accessibility to various areas requiring periodic maintenance, ease of operation (including both pumping and driving) and symmetrical proportions. Construction must be rugged and ample safety factors must be provided to carry loads as specified and to meet both on and off road requirements and speed as set forth under "Performance Test and Requirements." PERFORMANCE TESTS AND REQUIREMENTS A road test shall be documented with the apparatus fully loaded and a continuous run of ten (10) miles or more shall be made under all driving conditions, during which time the apparatus shall show no loss of power or overheating. The transmission drive shaft or shafts, and rear axles shall run quietly and free from abnormal vibration or noise throughout the operating range of the apparatus. The apparatus, when loaded, shall be approximately 66% on the rear axle. The successful bidder shall furnish a weight certification showing weight on the front and rear axle, and the total weight of the completed apparatus at the time of delivery. 26

27 A. The apparatus must be capable of accelerating to 30 MPH from a standing start within 25 seconds on a level concrete highway without exceeding the maximum governed engine RPM. B. The service brakes shall be capable of stopping the fully loaded vehicle within 35 feet from a speed of 25 MPH on a level asphalt highway. C. The apparatus, fully loaded, shall be capable of obtaining a speed of 50 MPH on a level highway with the engine not exceeding 95% of its governed RPM (full load). D. The apparatus shall be tested and approved by a qualified testing agency in accordance with their standard practices for pumping engines. E. The contractor shall furnish copies of the Pump Manufacturer's Certification of Hydrostatic Test (if applicable), the Engine Manufacturer's current Certified Brake Horsepower Curve and the Manufacturer's Record of Construction Details. FAILURE TO MEET TESTS In the event the apparatus fails to meet the test requirements of these specifications on the first trial, a second trial may be made at the option of the bidder within thirty (30) days of the date of the first trials. Such trials shall be final and conclusive and failure to comply with these requirements shall be cause for rejection. Permission to keep and/or store the apparatus in any building owned or occupied by the purchaser shall not constitute acceptance of same. EXCEPTIONS TO SPECIFICATIONS The following specifications shall be strictly adhered to. Exceptions shall be considered if they are deemed equal to or superior to the specifications, 27

28 provided they are fully explained on a separate page entitled EXCEPTIONS TO SPECIFICATIONS." Exceptions shall be listed by page and paragraph. Failure to denote exceptions in the above manner shall result in immediate rejection of the proposal. In addition a general statement taking "TOTAL EXCEPTION" to the specifications shall result in immediate rejection of bid. CONTRACTOR SPECIFICATIONS Each bid shall be accompanied by a set of "Contractor's Specifications" consisting of a detailed description of the apparatus and equipment proposed and to which the apparatus furnished under contract must conform. Computer run-off sheets are not acceptable as descriptive literature. The specifications shall indicate size, type, model and make of all component parts and equipment. PROPOSAL DRAWING A general layout drawing depicting the apparatus layout and appearance shall be provided with the bid. The drawing shall consist of left side, right side, frontal and rear elevation views. Apparatus equipped with a fire pump, shall have a general layout view of the pump operators panel scaled the same as the elevation views. The drawing shall be a depiction of the actual apparatus proposed and not of a generic similar product. APPROVAL DRAWING After the award of bid and pre-construction conference, a detailed layout drawing depicting the apparatus layout and appearance including any changes agreed upon shall be provided for customer review and signature. The drawing shall become part of the contract documents. The drawing shall consist of left side, right side, frontal and rear elevation views. Apparatus 28

29 equipped with a fire pump, shall have a general layout view of the pump operators panel scaled the same as the elevation views. PRE-CONSTRUCTION CONFERENCE After award of the contract, and prior to construction of the apparatus, a preconstruction conference shall be held at the facility of the manufacturer. A provision shall be provided in the bid price for all travel, food and lodging to accommodate four (4) Fire Department personnel. INSPECTION TRIPS An inspection trip at the manufacturers facility prior to delivery of the completed apparatus shall be provided. Accommodations for four (4) Fire Department personnel to include all transportation, food and lodging shall be included in the bid price. OVERALL LENGTH Completed apparatus must not exceed 31' in overall length. NO EXCEPTIONS Bidder Proposal: OVERALL HEIGHT Completed apparatus must not exceed 11' in height (including the plymovent adapter on the exhaust pipe.) NO EXCEPTIONS Bidder Proposal: CHASSIS A Kenworth T800 2 door chassis shall be provided with a tandem rear axle. The chassis shall be designed and manufactured for heavy-duty service with adequate strength and capacity of all components for the intended load to be sustained and the type of service required. A manufacturer's specification sheet is labeled and attached at the end of these 'technical specifications'. The elements contained therein are 29

30 incorporated into these specifications and are to be considered essential to the chassis construction, except insofar as they may be specifically contradicted in paragraphs below. CAB The cab shall be a two-door 2-person cab. FRAME RAILS The main chassis frame rails shall consist of 120,000 PSI Yield heat-treated alloy steel " x 3.50" x 0.375". There shall be a full steel insert provided. TOW HOOK, FRONT Two (2) painted tow hooks shall be mounted inside the chassis frame rail. CHASSIS PREPARATION The commercial chassis shall be specifically converted for Fire/Rescue applications and shall meet the most current NFPA standards at time of bid. POWER DOOR WINDOWS & LOCKS Both cab entry doors shall have power windows and power door locks. Each door shall be individually operated and the driver s position shall have master control. AIR HORNS Two (2), Grover Stuttertone chrome plated air horns, shall be mounted on each side of the hood. The air horns shall be controlled by the horn ring and an officer's side foot switch. A switch on the dash shall be provided to choose between the electric horn and the air horns. 30

31 A push button switch shall be provided on pump operator s panel to activate the air horns. A pressure protection valve shall be placed in-line to prevent the chassis air supply from being depleted. ALTERNATOR A 270 amp Prestolite/Leece Neville alternator shall be provided with serpentine belt. A low voltage alarm, audible and visual, shall be provided. FRONT AXLE & SUSPENSION The front axle and suspension shall be rated at 20,000 lbs. REAR AXLE & SUSPENSION The tandem rear axle and suspension shall be rated at 52,000 pounds. LOCKING REAR DIFFERENTIALS The rear axles shall have full (100%) locking differentials capabilities. BATTERIES The battery system shall be a single system consisting of three negative ground, 12 volt Group 31 MHD batteries, cranking performance of 925 CCA each. The batteries shall be installed in a vented battery box under the passenger cab seat. The batteries shall be wired directly to starter motor and alternator. 31

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

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

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

Dealer Registration. Please provide the following:

Dealer Registration. Please provide the following: Dealer Registration Please provide the following: A copy of your Dealer s License A copy of your Sales Tax Certificate A copy of the Driver s License for all representatives A copy of your Master Tag Receipt

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

May 11, 2018 On or before 2:00pm

May 11, 2018 On or before 2:00pm REQUEST FOR PROPOSAL No. 18-0004 DIGITAL NETWORKED COPIER LEASE April 17, 2018 PROPOSALS DUE: May 11, 2018 On or before 2:00pm SUBMIT PROPOSAL TO: County of Imperial Purchasing Department 1125 Main Street

More information

City of Hammond Purchasing Department RFP # General Maintenance and Repair Service Contract City Generators

City of Hammond Purchasing Department RFP # General Maintenance and Repair Service Contract City Generators 1 City of Hammond Purchasing Department RFP # 15-33 General Maintenance and Repair Service Contract City Generators Proposals Shall Be Received by the Purchasing Department, City of Hammond 310 East Charles

More information

SGS Galson Laboratories, Inc. Equipment Rental, FreePumpLoan & FreeSamplingBadges (3-in-1) Agreement

SGS Galson Laboratories, Inc. Equipment Rental, FreePumpLoan & FreeSamplingBadges (3-in-1) Agreement SGS Galson Laboratories, Inc. Equipment Rental, FreePumpLoan & FreeSamplingBadges (3-in-1) Agreement This Equipment Rental, FreePumpLoan & FreeSamplingBadges (3-in-1) Agreement (the Agreement ) is entered

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

TOWNSHIP OF RARITAN COUNTY OF HUNTERDON, NEW JERSEY ORDINANCE #16-06 REVISED

TOWNSHIP OF RARITAN COUNTY OF HUNTERDON, NEW JERSEY ORDINANCE #16-06 REVISED TOWNSHIP OF RARITAN COUNTY OF HUNTERDON, NEW JERSEY ORDINANCE #16-06 REVISED AN ORDINANCE AMENDING CHAPTER 2.56 ENTITLED POLICE DEPARTMENT OF TITLE 2 ENTITLED ADMINISTRATION AND PERSONNEL OF THE REVISED

More information

PROPOSAL FORM 2014 FUEL BID

PROPOSAL FORM 2014 FUEL BID PROPOSAL FORM 2014 FUEL BID COUNTY OF SIBLEY, MINNESOTA BIDS CLOSE: NOVEMBER 22, 2013 AT 4:30 P.M. PROPOSAL TO: SIBLEY COUNTY PUBLIC WORKS TIMOTHY BECKER PUBLIC WORKS DIRECTOR 111 8 TH STREET PO BOX 897

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

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

SANDAG Vanpool Program Guidelines as of February 2018

SANDAG Vanpool Program Guidelines as of February 2018 SANDAG Vanpool Program Guidelines as of February 2018 The San Diego Association of Governments (SANDAG) administers the SANDAG Vanpool Program to provide alternative transportation choices to commuters,

More information

SPECIFICATIONS FOR 95 MID-MOUNT AERIAL PLATFORM FIRE TRUCK WITH 2000 GPM PUMP. June 2012

SPECIFICATIONS FOR 95 MID-MOUNT AERIAL PLATFORM FIRE TRUCK WITH 2000 GPM PUMP. June 2012 SPECIFICATIONS FOR 95 MID-MOUNT AERIAL PLATFORM FIRE TRUCK WITH 2000 GPM PUMP June 2012 City of Woodbury 33 Delaware Street Woodbury, NJ 08096 Prepared by: Chief William Volk, Fire Department Robert Law,

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

CHAPTER 12 TOW TRUCKS

CHAPTER 12 TOW TRUCKS CHAPTER 12 TOW TRUCKS SOURCE: Chapter 12 added by P.L. 23-144:3 (Jan. 2, 1997). 12101 Definitions. 12102. Business Requirements. 12103. Department of Revenue and Taxation Duties. 12104. Notice Requirements.

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

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 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

TITLE 16. TRANSPORTATION CHAPTER 27. TRAFFIC REGULATIONS AND TRAFFIC CONTROL DEVICES

TITLE 16. TRANSPORTATION CHAPTER 27. TRAFFIC REGULATIONS AND TRAFFIC CONTROL DEVICES NOTE: This is a courtesy copy of this rule. The official version can be found in the New Jersey Administrative Code. Should there be any discrepancies between this text and the official version, the official

More information

CITY OF SHARON 155 W. CONNELLY BLVD SHARON, PENNSYLVANIA SPECIFICATIONS and FORM OF PROPOSAL

CITY OF SHARON 155 W. CONNELLY BLVD SHARON, PENNSYLVANIA SPECIFICATIONS and FORM OF PROPOSAL CITY OF SHARON 155 W. CONNELLY BLVD SHARON, PENNSYLVANIA 16146 SPECIFICATIONS and FORM OF PROPOSAL RENTAL OF CHIPSEAL EQUIPMENT WITH OPERATORS AND LABORERS 2014 CITY OF SHARON Notice to Bidders RENTAL

More information

NATIONAL COUNCIL OF INSURANCE LEGISLATORS (NCOIL)

NATIONAL COUNCIL OF INSURANCE LEGISLATORS (NCOIL) NATIONAL COUNCIL OF INSURANCE LEGISLATORS (NCOIL) Consumer Protection Towing Model Act To be Considered by The NCOIL Property & Casualty Committee on March 2, 2018 Sponsored by Rep. Matt Lehman (IN) Table

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

MAINE LEMON LAW SUMMARY

MAINE LEMON LAW SUMMARY MAINE LEMON LAW SUMMARY EXECUTIVE SUMMARY TIME PERIOD FOR FILING CLAIMS ELIGIBLE VEHICLE Earlier of (1) three years from original delivery to the consumer, or (2) the term of the express warranties. Any

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

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

Chapter 56 POLICE DEPARTMENT

Chapter 56 POLICE DEPARTMENT Chapter 56 POLICE DEPARTMENT ARTICLE I 56-1. Establishment and duties. 56-2. Appropriate authority. 56-3. Chief of Police. 56-4. Appointments. 56-5. Special Police Officers. 56-6. Police Department appointments.

More information

CITY AND COUNTY OF SAN FRANCISCO. SPECIFICATION FOR Copier Lease Agreement Last revision 03/03/2016

CITY AND COUNTY OF SAN FRANCISCO. SPECIFICATION FOR Copier Lease Agreement Last revision 03/03/2016 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 SECTION 1 GENERAL EQUIPMENT SPECIFICATIONS: SPECIFICATION OUTLINE: SFMTA is

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

INVITATION TO BID SPECIFICATIONS & INSTRUCTIONS FOR:

INVITATION TO BID SPECIFICATIONS & INSTRUCTIONS FOR: INVITATION TO BID SPECIFICATIONS & INSTRUCTIONS FOR: HOMEWOOD-FLOSSMOOR PARK DISTRICT Golf Car Lease/Purchase Coyote Run Golf Course Flossmoor, IL 60422 BID OPENING ON: Thursday, October 25, 2018 TIME:

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

RULES AND REGULATIONS

RULES AND REGULATIONS RULES AND REGULATIONS I. Overweight and Overdimensional Permits 1. The Highway Director or the official of the Highway Department designated by the director may, in his discretion, upon application and

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

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

SANTA CLARA CITY RENEWABLE NET METERING & INTERCONNECTION AGREEMENT

SANTA CLARA CITY RENEWABLE NET METERING & INTERCONNECTION AGREEMENT SANTA CLARA CITY RENEWABLE NET METERING & INTERCONNECTION AGREEMENT This Net Metering and Interconnection Agreement ( Agreement ) is made and entered into as of this day of, 2018, by the City of Santa

More information

COUNTY ROAD COMMISSION RULES FOR THE MOVEMENT OF OVERSIZE OR OVERWEIGHT VEHICLES AND LOADS

COUNTY ROAD COMMISSION RULES FOR THE MOVEMENT OF OVERSIZE OR OVERWEIGHT VEHICLES AND LOADS COUNTY ROAD COMMISSION RULES FOR THE MOVEMENT OF OVERSIZE OR OVERWEIGHT VEHICLES AND LOADS General instructions, information and rules governing the issuance of special permits for the movement of oversize

More information

OFFICE OF SUPERINTENDENT DELAWARE COMMUNITY SCHOOL CORPORATION 9750 N CR 200 East Muncie, IN Phone: Fax:

OFFICE OF SUPERINTENDENT DELAWARE COMMUNITY SCHOOL CORPORATION 9750 N CR 200 East Muncie, IN Phone: Fax: OFFICE OF SUPERINTENDENT DELAWARE COMMUNITY SCHOOL CORPORATION 9750 N CR 200 East Muncie, IN 47303 Phone: 765-284-5074 Fax: 765-284-5259 Board of Education Trent Fox, President John Adams, Vice-President

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

Noble County Rural Electric Membership Corporation

Noble County Rural Electric Membership Corporation Albion, Indiana Page 1 of 5 SCHEDULE NB-1 RESIDENTIAL NET BILLING I. AVAILABILITY This Net Billing Rate is available to any residential member in good standing of Noble REMC (Noble) who owns and operates

More information

DEALER REGISTRATION PACKAGE

DEALER REGISTRATION PACKAGE DEALER REGISTRATION PACKAGE. Please return this completed paperwork by mail, fax or email: Sunflower Auto Auction P.O. Box 19087 Topeka, Kansas 66619 PHONE 785-862-2900 FAX 785-862-2902 Email:info@SunflowerautoAuction.com

More information

SRP BUSINESS SOLUTIONS

SRP BUSINESS SOLUTIONS FY19 ELECTRIC VEHICLE CHARGER PORT REBATE REQUEST ELECTRIC VEHICLE CHARGER REBATE PROGRAM OVERVIEW As an SRP business customer, you can earn up to $500 for each Level 2 electric vehicle (EV) charging port

More information

THREE-PARTY VANPOOL INCENTIVE PROGRAM AGREEMENT

THREE-PARTY VANPOOL INCENTIVE PROGRAM AGREEMENT THREE-PARTY VANPOOL INCENTIVE PROGRAM AGREEMENT This agreement is between a vanpool primary driver ( driver ) of a qualifying vanpool, an authorized vanpool vendor ( vendor ), and the Sacramento Area Council

More information

City of, Kansas Electric Department. Net Metering Policy & Procedures for Customer-Owned Renewable Energy Resources

City of, Kansas Electric Department. Net Metering Policy & Procedures for Customer-Owned Renewable Energy Resources Ordinance No. Exhibit A ----------------------------------------- City of, Kansas Electric Department Net Metering Policy & Procedures for Customer-Owned Renewable Energy Resources -------------------------------------

More information

West Virginia Motor Vehicle Laws

West Virginia Motor Vehicle Laws West Virginia Motor Vehicle Laws CHAPTER 17C TRAFFIC REGULATIONS AND LAWS OF THE ROAD. ARTICLE 16 INSPECTION OF VEHILES. 17C-16-1. Vehicles not to operate without required equipment or in unsafe condition.

More information

PETROLEUM TRADERS CORPORATION RIGGINS, INC.

PETROLEUM TRADERS CORPORATION RIGGINS, INC. BID RESULTS CK09MERCER2015-10 DIESEL FUEL AND WINTER MIX FOR THE COUNTY OF MERCER AND THE MERCER COUNTY COOPERATIVE MEMBERS BID OPENING DATE: JUNE 30, 2015 AWARD FOR A PERIOD OF TWO (2) YEARS; BASED UPON

More information

Request for Quote # Armored Vehicle for Hammond Police Swat Team

Request for Quote # Armored Vehicle for Hammond Police Swat Team City Of Hammond Purchasing Department Request for Quote # 15-36 Armored Vehicle for Hammond Police Swat Team Proposals shall be faxed/delivered to the City Of Hammond, Purchasing Department No later than

More information

Public Access Electric Vehicle Charging Station Rebate Program Agreement

Public Access Electric Vehicle Charging Station Rebate Program Agreement Public Access Electric Vehicle Charging Station Rebate Program Agreement The City of Anaheim (City) is offering rebates to commercial, industrial, institutional, and municipal customers who install Level

More information

Telhio Credit Union Account to Account (A2A) Transfer Service User Agreement

Telhio Credit Union Account to Account (A2A) Transfer Service User Agreement Telhio Credit Union Account to Account (A2A) Transfer Service User Agreement IMPORTANT: TO ENROLL IN THE A2A TRANSFER SERVICE YOU MUST CONSENT TO RECEIVE NOTICES AND INFORMATION ABOUT THE SERVICE ELECTRONICALLY.

More information

The material incorporated by reference may be examined also at any state publications library.

The material incorporated by reference may be examined also at any state publications library. BASIS, PURPOSE AND STATUTORY AUTHORITY The basis and purpose of these rules is to provide minimum requirements for the regulation of motor vehicle safety, hours of service of drivers, and qualification

More information

New Jersey Motor Vehicle Commission

New Jersey Motor Vehicle Commission New Jersey Motor Vehicle Commission STATE OF NEW JERSEY Transportation Network Company Safety and Regulatory Act ( Act ) Frequently Asked Questions ( FAQs ) Transportation Network Companies What is a TNC?

More information

Chapter 385 LICENSING REQUIREMENTS. ARTICLE I Operator's Licenses Section Driving While License Suspended or Revoked.

Chapter 385 LICENSING REQUIREMENTS. ARTICLE I Operator's Licenses Section Driving While License Suspended or Revoked. Chapter 385 LICENSING REQUIREMENTS ARTICLE I Operator's Licenses Section 385.010. Driving While License Suspended or Revoked. A person commits the offense of driving while revoked if such person operates

More information

SYNOPSIS OF PROPOSED GEORGIA DEPARTMENT OF PUBLIC SAFETY RULES CHAPTER TRANSPORTATION NETWORK COMPANIES AND TAXI SERVICES

SYNOPSIS OF PROPOSED GEORGIA DEPARTMENT OF PUBLIC SAFETY RULES CHAPTER TRANSPORTATION NETWORK COMPANIES AND TAXI SERVICES SYNOPSIS OF PROPOSED GEORGIA DEPARTMENT OF PUBLIC SAFETY RULES CHAPTER 570-35 TRANSPORTATION NETWORK COMPANIES AND TAXI SERVICES Purpose: The rules provide for the registration and regulation of transportation

More information

RULES OF THE DEPARTMENT OF PUBLIC SAFETY. Chapter Non-Consensual Towing

RULES OF THE DEPARTMENT OF PUBLIC SAFETY. Chapter Non-Consensual Towing Table of Contents RULES OF THE DEPARTMENT OF PUBLIC SAFETY Chapter 570-36 Non-Consensual Towing 570-36-.01 Definitions 570-36-.02 Procedures 570-36-.03 Fees Charged for Nonconsensual Towing 570-36-.04

More information

Northeastern Rural Electric Membership Corporation Schedule DG-2 Columbia City, Indiana Page 1 of 5

Northeastern Rural Electric Membership Corporation Schedule DG-2 Columbia City, Indiana Page 1 of 5 Columbia City, Indiana Page 1 of 5 SCHEDULE DG-2 LARGE POWER DISTRIBUTED GENERATION I. AVAILABILITY This Distributed Generation Rate is available to any member in good standing of Northeastern REMC (Northeastern)

More information

CHAPTER 20.1 WASTEWATER HAULING. Section Definitions. For the purposes of this article, the following definitions shall apply:

CHAPTER 20.1 WASTEWATER HAULING. Section Definitions. For the purposes of this article, the following definitions shall apply: CHAPTER 20.1 WASTEWATER HAULING Section 20.1-1. Definitions. For the purposes of this article, the following definitions shall apply: Commercial wastewater shall mean the liquid or liquid-borne wastes

More information

California Independent System Operator Corporation Fifth Replacement Electronic Tariff

California Independent System Operator Corporation Fifth Replacement Electronic Tariff Table of Contents 41. Procurement Of RMR Generation... 2 41.1 Procurement Of Reliability Must-Run Generation By The CAISO... 2 41.2 Designation Of Generating Unit As Reliability Must-Run Unit... 2 41.3

More information

CITY OF NIAGARA FALLS, NEW YORK

CITY OF NIAGARA FALLS, NEW YORK CITY OF NIAGARA FALLS, NEW YORK REQUEST FOR BIDS BID #22-09 Bids on items as specified herein will be accepted at City Hall until 11:00 A.M., and opened at 11:00 A.M. on May 8, 2009. Bidders must state

More information

As Introduced. 132nd General Assembly Regular Session S. B. No

As Introduced. 132nd General Assembly Regular Session S. B. No 132nd General Assembly Regular Session S. B. No. 194 2017-2018 Senator Terhar Cosponsor: Senator Wilson A B I L L To amend sections 4505.101, 4513.601, and 4513.611 of the Revised Code to require only

More information

CITY OF SALEM, ILLINOIS ALTERNATIVE TRANSPORTATION APPLICATION AND INSPECTION REPORT (GOLF CARS) Applicant Name:

CITY OF SALEM, ILLINOIS ALTERNATIVE TRANSPORTATION APPLICATION AND INSPECTION REPORT (GOLF CARS) Applicant Name: CITY OF SALEM, ILLINOIS ALTERNATIVE TRANSPORTATION APPLICATION AND INSPECTION REPORT (GOLF CARS) Applicant Name: Address: Phone # (Street) (City) (State) (Zip) Serial Number: _ Make/Model: Vehicle Description

More information

CITY OF MOBILE. Purchasing Department and Package Delivery: Government Plaza 4th Floor, Room S Government St Mobile, Alabama 36644

CITY OF MOBILE. Purchasing Department and Package Delivery: Government Plaza 4th Floor, Room S Government St Mobile, Alabama 36644 Mailing Address: P. 0. Box 1948 Mobile, Alabama 36633 (251) 208-7 434 CITY OF MOBILE Purchasing Department and Package Delivery: Government Plaza 4th Floor, Room S-408 205 Government St Mobile, Alabama

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

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

Worcester Public Schools Student Transportation Contract Proposed Bid Specification Change Summary Sheet

Worcester Public Schools Student Transportation Contract Proposed Bid Specification Change Summary Sheet Worcester Public Schools 2020-2022 Student Transportation Contract Proposed Bid Specification Change Summary Sheet 1 for a five-year period beginning the First Day of Summer School 2015 and ending on the

More information

CITY OF UNION CITY. County of Hudson State of New Jersey CORPORATION APPLICATION FOR LICENSE FOR BUSINESS OR OCCUPATION TOWING

CITY OF UNION CITY. County of Hudson State of New Jersey CORPORATION APPLICATION FOR LICENSE FOR BUSINESS OR OCCUPATION TOWING CITY OF UNION CITY County of Hudson State of New Jersey CORPORATION APPLICATION FOR LICENSE FOR BUSINESS OR OCCUPATION TOWING To the Honorable Board of Commissioners of the City of Union City: Pursuant

More information

Chapter 390 LICENSING REQUIREMENTS. ARTICLE I Operator's Licenses Section Driving While License Suspended or Revoked.

Chapter 390 LICENSING REQUIREMENTS. ARTICLE I Operator's Licenses Section Driving While License Suspended or Revoked. Chapter 390 LICENSING REQUIREMENTS ARTICLE I Operator's Licenses Section 390.010. Driving While License Suspended or Revoked. A person commits the offense of driving while revoked if he/she operates a

More information

BID SPECIFICATIONS & INFORMATION FOR ONE (1) OR MORE TYPE 3 AMBULANCE & EQUIPMENT FOR

BID SPECIFICATIONS & INFORMATION FOR ONE (1) OR MORE TYPE 3 AMBULANCE & EQUIPMENT FOR BID SPECIFICATIONS & INFORMATION FOR ONE (1) OR MORE TYPE 3 AMBULANCE & EQUIPMENT FOR MARYSVILLE FIRE DISTRICT 1094 CEDAR AVENUE MARYSVILLE, WASHINGTON 98270 FIRE CHIEF: Martin McFalls PROJECT MANAGER:

More information

CITY OF DIXON, CALIFORNIA CITY ENGINEER / PUBLIC WORKS DEPARTMENT, WASTEWATER DIVISION SOLANO COUNTY, CALIFORNIA BID SPECIFICATIONS

CITY OF DIXON, CALIFORNIA CITY ENGINEER / PUBLIC WORKS DEPARTMENT, WASTEWATER DIVISION SOLANO COUNTY, CALIFORNIA BID SPECIFICATIONS CITY OF DIXON, CALIFORNIA CITY ENGINEER / PUBLIC WORKS DEPARTMENT, WASTEWATER DIVISION SOLANO COUNTY, CALIFORNIA BID SPECIFICATIONS FOR THE PURCHASE OF ONE (1) NEW 2016 FORD C-MAX SEL ENERGI-BASE MODEL

More information

City of Washington, Kansas Electric Department. Net Metering Policy & Procedure For Customer-Owned Renewable Energy Resources

City of Washington, Kansas Electric Department. Net Metering Policy & Procedure For Customer-Owned Renewable Energy Resources Ordinance No. 743 Exhibit A City of Washington, Kansas Electric Department Net Metering Policy & Procedure For Customer-Owned Renewable Energy Resources Page 1 of 7 1. INTRODUCTION The provisions of this

More information

Regulation of Commercial Waste Originators, Pumpers, Transporters, Processors, and Disposal Facilities

Regulation of Commercial Waste Originators, Pumpers, Transporters, Processors, and Disposal Facilities 391-3-6-.24 Regulation of Commercial Waste Originators, Pumpers, Transporters, Processors, and Disposal Facilities 1) Purpose. The purpose of Paragraph 391-3-6-.24 is to provide minimum uniform statewide

More information

COUNTY OF BERKS Purchasing Department Berks County Services Center, 633 Court Street, Reading, PA Tel: Fax:

COUNTY OF BERKS Purchasing Department Berks County Services Center, 633 Court Street, Reading, PA Tel: Fax: COUNTY OF BERKS Purchasing Department Berks County Services Center, 633 Court Street, Reading, PA 19601 Tel: 610-478-6168 Fax: 610-478-6206 Kelly A. Laubach, Purchasing Manager NOTICE TO BIDDERS Amendment

More information

USAACE & Fort Rucker Preventative Law Program. Alabama Lemon Law

USAACE & Fort Rucker Preventative Law Program. Alabama Lemon Law USAACE & Fort Rucker Preventative Law Program Alabama Lemon Law THIS PAMPHLET contains basic information on this particular legal topic for your general information. If you have specific questions, contact

More information

P.L. 2007, c.348 Approved January 13, 2008

P.L. 2007, c.348 Approved January 13, 2008 P.L. 2007, c.348 Approved January 13, 2008 INTRODUCED JUNE 11, 2007 ASSEMBLY, No. 4314 STATE OF NEW JERSEY 212th LEGISLATURE Sponsored by: Assemblyman JOHN S. WISNIEWSKI District 19 (Middlesex) Assemblyman

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

DAVIS POLICE DEPARTMENT

DAVIS POLICE DEPARTMENT DAVIS POLICE DEPARTMENT EXTRA-DUTY AND OFF-DUTY EMPLOYMENT Policy and Procedure 1.05-A DEPARTMENT MANUAL Index as: Employment, extra duty Employment, off-duty Extra-duty employment Off-duty employment

More information

Maryland Lemon Law Statute. For Free Maryland Lemon Law Help Click Here

Maryland Lemon Law Statute. For Free Maryland Lemon Law Help Click Here Maryland Lemon Law Statute For Free Maryland Lemon Law Help Click Here Sections 14-1501 14-1504 of the Commercial Law Articles 14-1501. Definitions In general. -- In this subtitle the following words have

More information

Noble County Rural Electric Membership Corporation

Noble County Rural Electric Membership Corporation Albion, Indiana Page 1 of 7 SCHEDULE LPDG-1 LARGE POWER AND COMMERCIAL MEMBER-OWNED GENERATION I. AVAILABILITY This Generation rate is available to any member in good standing of Noble REMC (Noble) who

More information

ARLINGTON COUNTY CODE. Chapter 14.3 IMMOBILIZATION, REMOVAL, TOWING AND STORAGE OF VEHICLES FROM PRIVATE PROPERTY*

ARLINGTON COUNTY CODE. Chapter 14.3 IMMOBILIZATION, REMOVAL, TOWING AND STORAGE OF VEHICLES FROM PRIVATE PROPERTY* Chapter 14.3 IMMOBILIZATION, REMOVAL, TOWING AND STORAGE OF VEHICLES FROM PRIVATE PROPERTY* 14.3-1. Findings and Purpose. 14.3-2. Definitions. 14.3-3. Applicability. 14.3-4. Requirements For Property From

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

ENROLLED ACT NO. 56, HOUSE OF REPRESENTATIVES SIXTY-FOURTH LEGISLATURE OF THE STATE OF WYOMING 2018 BUDGET SESSION

ENROLLED ACT NO. 56, HOUSE OF REPRESENTATIVES SIXTY-FOURTH LEGISLATURE OF THE STATE OF WYOMING 2018 BUDGET SESSION AN ACT relating to regulation of traffic on highways; amending and reorganizing provisions relating to fines and fees for speeding violations; imposing a police officer continuing education and training

More information

Assembly Bill No CHAPTER 309. An act to amend Section of, and to add Section to, the Vehicle Code, relating to vehicles.

Assembly Bill No CHAPTER 309. An act to amend Section of, and to add Section to, the Vehicle Code, relating to vehicles. Assembly Bill No. 1222 CHAPTER 309 An act to amend Section 22513 of, and to add Section 22513.1 to, the Vehicle Code, relating to vehicles. [Approved by Governor September 21, 2015. Filed with Secretary

More information

Prospector Square Property Owners Association Parking Rules & Regulations SECTION 1- GENERAL

Prospector Square Property Owners Association Parking Rules & Regulations SECTION 1- GENERAL Prospector Square Property Owners Association Parking Rules & Regulations SECTION 1- GENERAL 1-1 CITATION. By this instrument the parking policies of the Prospector Square Property Owners Association,

More information

SENATE, No STATE OF NEW JERSEY. 218th LEGISLATURE INTRODUCED APRIL 5, 2018

SENATE, No STATE OF NEW JERSEY. 218th LEGISLATURE INTRODUCED APRIL 5, 2018 SENATE, No. STATE OF NEW JERSEY th LEGISLATURE INTRODUCED APRIL, 0 Sponsored by: Senator BOB SMITH District (Middlesex and Somerset) Senator CHRISTOPHER "KIP" BATEMAN District (Hunterdon, Mercer, Middlesex

More information

THE BOARD OF SUPERVISORS OF THE COUNTY OF STANISLAUS ~- _,_; ACTION AGENDA SUMMARY DEP~lic Works BOARD AGENDA #_*C_-_4 Urgent 0 Routine [!:] AGENDA DATE March 3, 2015 CEO Concurs with Recommendation YES

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

New Jersey Motor Vehicle Commission

New Jersey Motor Vehicle Commission P.O. Box 170 Trenton, New Jersey 08666-0170 (609) 292-6500 ext. 5014 Chris Christie Governor Kim Guadagno Lt. Governor Raymond P. Martinez Chairman and Chief Administrator Announcement All Initial Business

More information

GORE TRAILER MANUFACTURING INCORPORATED 305 Gore Trailer Road Whiteville, North Carolina 28472

GORE TRAILER MANUFACTURING INCORPORATED 305 Gore Trailer Road Whiteville, North Carolina 28472 (Revised September, 2005) GORE TRAILER MANUFACTURING INCORPORATED 305 Gore Trailer Road Whiteville, North Carolina 28472 WARRANTY TEN YEAR WARRANTY Subject to the requirements, exclusions and limitations

More information

Hancock County Public Schools 83 STATE ROUTE 3543 HAWESVILLE, KENTUCKY PHONE (270) FAX (270)

Hancock County Public Schools 83 STATE ROUTE 3543 HAWESVILLE, KENTUCKY PHONE (270) FAX (270) Superintendent KYLE ESTES Hancock County Public Schools 83 STATE ROUTE 3543 HAWESVILLE, KENTUCKY 42348 PHONE (270) 927-6914 FAX (270) 927-6916 INVITATION TO BID GASOLINE / DIESEL FUEL 2016-2017 Board of

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

Northeastern Rural Electric Membership Corporation Columbia City, Indiana

Northeastern Rural Electric Membership Corporation Columbia City, Indiana Page 1 of 5 SCHEDULE ADG - 1 AGGREGATED DISTRIBUTED GENERATION SERVICE I. AVAILABILITY This Aggregated Distributed Generation Schedule is available to any member in good standing of Northeastern REMC (Northeastern),

More information

DELETE first sentence of first paragraph that reads: REPLACE with the following:

DELETE first sentence of first paragraph that reads: REPLACE with the following: To Bidder of Record: SAN ANTONIO WATER SYSTEM Addendum 2 To Construction Documents For 2012 WATER & SEWER CONSTRUCTION CONTRACT, PACKAGE I SAWS WATER JOB NO. 12-5001 SAWS SEWER JOB NO. 12-5501 Solicitation

More information

REVISED REQUEST FOR QUOTATIONS FOR PRINTING SERVICES Food and Nutrition Technical Assistance Project III (FANTA)

REVISED REQUEST FOR QUOTATIONS FOR PRINTING SERVICES Food and Nutrition Technical Assistance Project III (FANTA) November 02, 2017 REVISED REQUEST FOR QUOTATIONS FOR PRINTING SERVICES Food and Nutrition Technical Assistance Project III (FANTA) Issue date: Nov 2, 2017 Submit Questions by: Submission Deadline: Contact

More information

Vista Municipal Code

Vista Municipal Code Section 16.57.050 Private streets prohibited in certain zones. No lots zoned for multi-family, commercial, or industrial uses may be created using private street easements for access, except as provided

More information

Forensic Sciences Chapter ALABAMA DEPARTMENT OF FORENSIC SCIENCES ADMINISTRATIVE CODE CHAPTER IGNITION INTERLOCK RULES

Forensic Sciences Chapter ALABAMA DEPARTMENT OF FORENSIC SCIENCES ADMINISTRATIVE CODE CHAPTER IGNITION INTERLOCK RULES Forensic Sciences Chapter 370-3-1 ALABAMA DEPARTMENT OF FORENSIC SCIENCES ADMINISTRATIVE CODE CHAPTER 370-3-1 IGNITION INTERLOCK RULES TABLE OF CONTENTS 370-3-1-.01 Ignition Interlock Rules 370-3-1-.01

More information

REVISED 8/1/2018 SOLAR PHOTOVOLTAIC DISTRIBUTED GENERATION CUSTOMER GUIDELINES, APPLICATION & WGC INTERCONNECTION AGREEMENT

REVISED 8/1/2018 SOLAR PHOTOVOLTAIC DISTRIBUTED GENERATION CUSTOMER GUIDELINES, APPLICATION & WGC INTERCONNECTION AGREEMENT REVISED 8/1/2018 SOLAR PHOTOVOLTAIC DISTRIBUTED GENERATION CUSTOMER GUIDELINES, APPLICATION & WGC INTERCONNECTION AGREEMENT INTRODUCTION Lathrop Irrigation District has created a policy to allow safe connection

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

To complete the process for a net metering interconnection, please follow the steps below:

To complete the process for a net metering interconnection, please follow the steps below: We appreciate your interest in Pacific Power s net metering program. Before purchasing any net metering equipment, we recommend you review the requirements for interconnecting a net metering system to

More information

Town of Springdale Wrecker and Towing Services Agreement

Town of Springdale Wrecker and Towing Services Agreement Company Name: Vehicle Storage Location: Note: Storage location must be within 10 miles of Springdale town limits Town of Springdale Wrecker and Towing Services Agreement The undersigned towing and wrecker

More information

BID SPECIFICATIONS FOR MOTOR VEHICLES: NEW SUV S, INTERCEPTORS, PICKUPS AND WAGONS. Bid Category: Automotive Products, Vehicles, and Services - 04

BID SPECIFICATIONS FOR MOTOR VEHICLES: NEW SUV S, INTERCEPTORS, PICKUPS AND WAGONS. Bid Category: Automotive Products, Vehicles, and Services - 04 Joseph H. Vicari, Freeholder Director Gerry P. Little, Freeholder Deputy Director John C. Bartlett, Jr., Freeholder Virginia E. Haines, Freeholder John P. Kelly, Freeholder Michael J. Fiure, Director,

More information

Palabora Copper REQUEST FOR PROPOSAL SUPPLY AND DELIVERY OF BEARINGS AND ACCESSORIES RFP.PC.2017/18 PART 1 PROPOSAL INFORMATION AND CONDITIONS

Palabora Copper REQUEST FOR PROPOSAL SUPPLY AND DELIVERY OF BEARINGS AND ACCESSORIES RFP.PC.2017/18 PART 1 PROPOSAL INFORMATION AND CONDITIONS Palabora Copper REQUEST FOR PROPOSAL SUPPLY AND DELIVERY OF BEARINGS AND ACCESSORIES RFP.PC.2017/18 PART 1 PROPOSAL INFORMATION AND CONDITIONS THIS CONTRACTS IS FOR BIDDERS THAT ARE MORE THAN 26% BLACK

More information