1 - GENERAL EQUIPMENT SPECIFICATIONS:

Size: px
Start display at page:

Download "1 - GENERAL EQUIPMENT SPECIFICATIONS:"

Transcription

1 GENERAL EQUIPMENT SPECIFICATIONS: SPECIFICATION OUTLINE: The following specifications for an 8,550 LBS GVWR hostage, 4high roof cargo negotiation van is divided into four complete sections. The first section outlines 5 the overall specification requirement. The second details the chassis portion of the van. 6 The third section refers mostly to the non-standard options required. The fourth outlines the general 7 package to be mounted inside the van. The truck shall be delivered complete with 8all equipment and accessories necessary for safe and efficient operation, ready for immediate job 9 site operation within the City and County of San Francisco. The van shall comply with the manufacturer s 10 current model, with additions and deletions as contained herein. MANUFACTURING, MATERIAL AND DESIGN PRACTICES: It is intended that the manufacturer, in the selection of components, 14 will use material and design practices that are the best available in the industry for the type15 of operating conditions to which the unit(s) will be subjected. Engine, suspension, wheels, tires, 16 and other component parts shall be selected to address the performance requirements of this specification. 17 All parts, equipment and accessories shall conform in strength, quality of material18 and workmanship to recognized industry standards. HEAVY DUTY TERMINOLOGY DEFINED: The term heavy duty as used in these specifications shall mean 22 that the item to which the term is applied shall exceed the usual quantity, quality or capacity supplied 23 with standard production unit(s) and it shall be able to withstand unusual strain, exposure, 24 temperature, wear, and use. ALTERNATES: When the name of a manufacturer, brand or make, with or without 27 model number, is used in describing any item in this specification, bids for similar articles28 will be considered unless otherwise stated. Bidders may also propose items of equivalent 29features or manufacturer s updated part or part number. Purchasing shall be the sole judge 30 as to whether such alternate articles are acceptable. Unless bidder states to the contrary, articles 31 offered will be assumed to be the specific article named in this specification. If not offering 32 the specific article named, bidder should enclose full information, specifications and descriptive 33 data on items offered with its bid. Purchasing reserves the right to permit deviations from34 the specifications if any article offered is substantially in accord with Purchasing s specifications 35 and is deemed by Purchasing to be of as good quality and as fully satisfactory for 36its intended use. Bidder is responsible for identifying any deviations from Purchasing s specifications. 37 Bidders should not assume an alternate offered is an approved equal. The City will 38evaluate the alternate and inform the bidder if the alternate is acceptable. Purchasing must approve all alternates. Page 1 of 16

2 CONDITIONAL MODIFICATIONS: Potential variances of a specific manufacturer may require variances 41 in the design to some degree. Therefore, bidders shall clearly and completely 42 outline all areas needing such modifications. GENERALITIES: To allow for manufacturer s specific designs, and insure a level 46 of competitiveness, we have left certain areas of our specifications general by design. In such cases, 47 the items being referred to may be general but adherence to the requested end product and/or 48 result must be met. This is especially important in areas where critical dimensions, capacities, 49 grades of steel, etc. are specified. In the cases where the word SHALL is used, no substitution 50 will be allowed. IMPORTANT: PRE-BID CONFERENCE Because of variances in the van chassis that may be bid, it may 53be necessary to vary the dimensions and design to some degree. A Pre-Bid Conference will be held as follows: DATE: Wednesday, February 11, 2015 TIME: 9:30 AM PLACE: City & County of San Francisco Central Shops 1800 Jerrold Avenue San Francisco, CA Though not mandatory, attendance at the conference is strongly 65 urged for all prospective bidders on this contract. It is requested that bidder s questions concerning this contract 68 proposal be submitted by or fax at least 72 hours prior to the date 69 and time of the Pre-bid Conference and directed to: Maria Sio, Purchaser maria.sio@sfgov.org 72 Department: OCA Phone: (415) Purchasing Division FAX: (415) Dr. Carlton B. Goodlett Place San Francisco, CA Please reference Bid Proposal No. ITSF /CD The Pre-bid Conference will begin at the time specified and company representatives are urged to arrive on time. Topics already covered will not be repeated for the benefit Page 2 of 16

3 of late arrivals. Failure to attend the Pre-Bid Conference shall not excuse the successful bidder from any obligations of the contract. Any change or addition to the requirements contained in this contract proposal as a result of the Pre-Bid Conference will be executed by written Bid Addendum. MANUFACTURER'S SPECIFICATION: Complete manufacturer s specification, published literature and 88 photos or illustrations of unit proposed should be furnished with bid. Only new models 89 in current production which are catalogued by the manufacturer and for which printed literature90 and specifications are available will be accepted. Bidders should prepare and submit their 91 own proposals addressing each section, item or component of the specifications if they differ 92 from the specifications. Bidders shall indicate full compliance without exception or explain in detail 93 any exception, deviation or non-compliance. Bidders should not simply submit a copy of94 these specifications if they differ from these specifications nor should they submit copies of manufacturer 95 or third party quotations as a response to the City s bid solicitation. An MSDS (Material 96 Safety Data Sheet) shall be supplied for all fluids used. MANUFACTURER'S STANDARD EQUIPMENT: All equipment and components listed as standard by the manufacturer 100 for model quoted shall be furnished whether or not such items are detailed herein, e.g., 101special wrenches, tool kits, etc. Optional equipment as necessary to meet the following requirements 102 of this specification shall also be supplied. Should the requirements as specified not comply, 103 the manufacturer is required to re-figure and revise the specifications to meet all laws, rules 104 and regulations where it applies to items such as the ratings of axles, tires, rims, brakes, batteries, 105 cooling capacity, etc. and the City and County of San Francisco is to be notified thereof. APPLICABLE DOCUMENTS AND CERTIFICATIONS: Specifications on the following pages are written with the intent 109 to comply with all applicable documents and certifications, but the final responsibility to comply 110 shall rest with the vendor and not the City and County of San Francisco. The successful bidder 111 shall adhere to the standards set forth by the following agencies: Federal Motor Vehicles Safety Standard, Department of 114 Transportation State of California Motor Vehicle Code State of California General Industrial Safety Orders State of California Health and Safety Code, Motor Vehicle 117 Pollution Control California Occupational Safety and Health Act (OSHA) 118 and the Environmental Protection Agency (EPA) Society of Automotive Engineering Standards American Society of Mechanical Engineers (ASME) American National Safety Institute (ANSI) Page 3 of 16

4 A MSDS (Material Safety Data Sheet) for all fluids used123 shall be included with the delivery of the equipment. Any emergency warning light provided and/or installed 125for the City and County of San Francisco shall meet the State vehicle code, Title 13 for 126 the appropriate application. The vendor shall provide a copy of the manufacturer's127 certification of the California Code of Regulations, Title 13, "Motor Vehicles" rules and regulations 128 if requested by the City and County of San Francisco. Underwriters Laboratories (UL) DEMONSTRATIONS: The City reserves the option to request, and the bidder shall 133 agree to provide, an on the job demonstration and evaluation for the City s Fleet Management 134personnel before acceptance of contract in the event the City is not familiar with the performance 135of the unit offered. If requested by the City, a demonstrator unit shall be made available prior 136 to award and provided at no additional cost to the City. Time required for such evaluation shall 137 be as determined by the City. OPERATIONAL NOISE STANDARD: Noise level shall be in conformance with standards established 140 by Local, State, and Federal Agencies. City personnel for noise requirements may test each 141unit delivered before the unit is accepted. HOSE AND WIRE ROUTING, HARDWARE REQUIREMENTS: All hoses and wires shall have adequate protective covers145 wherever there is a possibility of contact with any other components. Separators shall be used 146where applicable. No tape or adhesive fasteners will be accepted. All hoses, wires, and pipes 147 shall be routed to be clear of all heat sources and shall be protected from any present or potential 148 source of snags, abrasions or sharp edges. If any wiring is routed through any tool compartment 149 or canopy, these wires shall be protected by a metal covering. All fasteners (nut, bolts, 150rivets, etc.) shall be grade 5 or better with a rust-inhibiting coating. Several applications must 151 have grade 8 fasteners. WELDING: All welding shall be continuous where applicable. All welding154 shall be performed in accordance with the applicable requirements of the latest codes, rules, 155 or specifications of the American Welding Society (AWS). Requirements of these specifications 156and special provisions shall be subject to the test and examinations therein specified. SWITCHES, LABELS: All external toggle and push button switches shall be marine160 type with additional rubber boots. All controls, warning gauges and valves shall be marked as to161 function with stamped or engraved stainless steel, aluminum, and/or UV and weather-resistant acrylic 162 plastic labels. These labels shall be attached by aluminum and/or stainless steel rivets. Page 4 of 16

5 FASTENERS: All fasteners shall be grade 5 or better and in some cases grade must be used. Fasteners shall be corrosion resistant and shall utilize a locking nut washer 166 or thread locker wherever possible. Fasteners that are susceptible to corrosion shall be167 coated with an anti-corrosion compound. DELIVERY REQUIREMENTS: Due to the fabrication design required on this unit, we understand 171 the potential for manufacturing company build schedule delays. For this unit we are setting 172 the delivery schedule at 180 calendar days. This unit should be delivered and be ready173 for service within the stated time range. If a unit being bid meets all other requirements of the174 specification, but cannot meet the specified time allotted for delivery, this discrepancy shall be stated. 175 PRE-CONSTRUCTION REQUIREMENT: The successful bidder shall be required to attend a pre-construction 178 meeting with the initiators of these specifications and/or designated City representative(s) 179within 30 calendar days prior to the start of any construction. Weekly update photographs (digital 180 format) may be required of the vendor if requested. The purpose is to ensure the proper 181 interpretation of the City s written specifications. If necessary, the vendor may also be required 182 to coordinate any additional meetings prior to the installation of equipment, painting, etc. 183The location of these meetings should be at 1800 Jerrold Ave., San Francisco, California Vendor may contact Jose Castellanos at for information and instructions.185 CONTRACT AMENDMENT: Any changes made to the specifications after the order is 188 issued shall be approved by the Purchaser prior to the incorporation of the changes. Any work 189 performed prior to the City s issuance of a written amendment to the order will be done 190 at the risk of the vendor with the possibility of delayed acceptance and payment of the unit. BIDDER S COMPLIANCE AND EXCEPTIONS: All exceptions shall be stated no matter how seemingly minor. Bidders shall indicate compliance with each section and line item specifications as required in the line spaces provided by marking with a Y for yes. If the bidder is offering an alternate of equal or superior status to the line item specification, bidder will indicate by marking with an E for exception on each line item. The bidder must then reference each item exception and explain the exception taken and the proposed alternate on the Bid Exception Sheets. **Bids which do not include confirmation of each section and line item as required, will be deemed to take exception to such bid requirements, which may result in the bid being deemed non-responsive. If exceptions are taken, the Bid Exception Sheets must be returned with the submitted bids. Page 5 of 16

6 IMPORTANT: If a single vendor is submitting multiple bids, the vendor shall submit a completed set of specs for each individual bid. Multiple bids that are submitted as one bid package will not be acceptable. DELIVERY SCHEDULE REQUIREMENTS AND LIQUIDATED DAMAGES: San Francisco Police Department has received United210 States Department of Homeland Security grant funding for the purchase of this vehicle211 and therefore requires the City to receive the completed unit and be invoiced no later than 212the grant end date. Therefore, the City is requiring that delivery, acceptance, and invoicing 213 of this unit shall be no later than 10/1/2015. To guarantee delivery within this time214 frame, a performance bond of the awarded bidder shall be required. This unit shall be delivered 215 and be ready for service within the stated time range. Liquidated damages for late 216 delivery shall apply. Liquidated damages will be assessed in the amount 218 of $ per calendar day, per vehicle, for every calendar day during which delivery219 is delayed beyond the required timeline. By entering into this contract, contractor agrees 220that in the event the delivery of the van, including all equipment and accessories, purchased 221 as a result of this contract is delayed beyond the required timeline, the City will 222 suffer actual damages that will be impracticable or extremely difficult to determine; further, 223Contractor agrees that the sum of $ per calendar day, per vehicle, for each calendar 224 day of delay beyond the required timeline is not a penalty, but is a reasonable225 estimate of the loss that the City would incur based on the delay, established in light of226 the circumstances existing at the time the contract is awarded. City may deduct a sum227 representing liquidated damages from any money due to Contractor. Such deductions 228 shall not be considered a penalty, but rather agreed monetary damages sustained by the229 City because of failure to deliver to the City within the time fixed or such extensions of time 230 permitted by the Purchaser. LIQUIDATED DAMAGES FOR NON-PERFORMANCE Delivery of the high roof cargo van including all parts and 233accessories which do not meet the requirements of these specifications and contractor s 234bid, shall be cause for rejection. Liquidated damages in the amount of $200 per calendar 235day, per vehicle, from the date of the written rejection shall be deducted from final payment 236 from the date of rejection until deficiencies are corrected or acceptable equipment 237is delivered and installed. PERFORMANCE BOND: The successful bidder will be required to furnish within business days of the receipt of the Notice of Tentative Award, a corporate surety bond241 the form furnished by the City in the amount of 100% of the contract to guarantee the faithful performance of the contract. The bond must be approved as to form by the City Attorney, 244 and approved as to sufficiency and qualification of the surety by the City Controller. 245 Page 6 of 16

7 If such bidder fails or refuses to furnish the bond within246 the time specified, Purchasing may, at its option, determine that this bidder has abandoned 247 its bid. There upon the tentative award of said contract to this bidder shall be 248 null and void. SECTION 2 CHASSIS SPECIFICATIONS: The cargo van to be furnished under these specifications shall 251 be a basic fleet model and be listed as the manufacturer s current model. The van must comply 252 with standard specifications for the model offered with exceptions and additions as contained 253 herein. 2014/15 Freightliner Sprinter 3500 Chassis High Roof255 cargo van, Model F2CA170 or City approved equal Exterior Color: Artic White Interior Color: Tunja Black GVWR: 8550 LBS. 3.0-LV6 turbo diesel engine 5-speed automatic transmission Heavy-duty auxiliary transmission cooler Wheel Base: inches extended SCR emissions with 4.75 gallon DEF tank Rear axle ratio: 3.92 Body builder electrical connector under driver s seat STANDARD EQUIPMENT, FACTORY OPTIONS: Tires: Four (4), LT245/75 R16E All Season BSW Four (4) 16 x 6.5 steel wheels with center hubcaps One (1) full size spare tire and wheel, same rating and272 type; mounted below frame Tire pressure monitor system (TPMS) 14V 220 amp alternator Four (4) sets of keys Three (3) remote key FOBs 315 MHZ Gauge-full set including fuel, water temperature, oil pressure, 277 and alternator volt gauge, and tachometer Hill start assist Shelf above windshield Exterior power/heated mirrors Lockable glove box Power steering Electronic stability program Maintenance-free 100 AMP/12V battery Full-floating rear axle Heavy-duty suspension package- includes front rear stabilizer 287 bar and HD front/rear Page 7 of 16

8 shock absorbers Power 4-wheel, anti-lock disc brakes 26.4 gallon fuel tank Driver and front passenger second generation airbags High clearance sliding cargo door with no window Two (2) rear-hinged doors with no windows Delete side door glass and rear door windows Dual bucket seats covered with heavy-duty vinyl, in Tunja 295black color. No cloth seat cover shall be acceptable. Medium flint color safety belts with height-adjustable D-ring 297 Inboard armrest on left and right front seats Tilt-steering column Front factory air conditioning AM/FM stereo radio with digital display, clock, and two 301 (2) speakers 12-volt power point in instrument panel Front vinyl headliner Medium flint color trimmed vinyl sun visors Front, center, and rear cargo dome lights Courtesy light switches on all doors Delete cargo partition Fog lamps Front area vinyl flooring with insulation Painted front bumper Painted rear bumper shall be a step style bumper Front license plate bracket Front and rear mud flaps Sealed-beam halogen headlights Daytime running lights Solar-tinted front door glass and windshield Trailer tow group includes seven pin trailer plug, 2-inch317 hitch receiver OPTIONAL EQUIPMENT: Back-up alarm, Preco model # 1040 or City approved 321 equal Back-up camera Pro-Vision VLI Camera night vision system 322 with the 28 Infra Red or City approved equal LED, 7-inch color monitor, online color flat screen with324 a pedestal mounting bracket, dual-locking ball and socket joint. Five (5) year 325warranty. Starter battery disconnect switch mounted under driver 326 seat 12V power outlet at driver seat base Electric sliding step mounted under right side, slide open 328door Rear tow hooks Page 8 of 16

9 I/P hinged lid center stack bin REAR BODY INTERIOR CONSTRUCTION: Provide and install one (1) Onan Remote Control with 334 analog hour meter, Onan part # or City approved equal, with wiring adapter 335 kit # or City approved equal on the panel next to the fuel gauge in 336 the rear body Provide and install a 2-1/16 auxiliary fuel gauge, black337 bezel and black face, mounted on a panel near the generator in the rear body Provide and install an auxiliary 13,500 BTU low profile339 heater/air conditioning unit mounted on the roof of the rear body HVAC Provide and install one (1) HDKAH1044 Onan 6.0 Quiet 341Diesel Series commercial generator or City approved equal, mounted behind the342 driver seat area Generator shall be the GX630 option with EPA Tier4i equipment 343 rating Fabricate in accordance to drawings a compartment to344 cover the generator mounted behind the front seat in the cargo bay Install a louver-vented, insulated, outside door hatch, hinged 346 from the top, on the body in front of the generator compartment hatch for service347 and to provide cooling and ventilation for the extended running of the generator The generator compartment shall be fabricated from 5/8 349formaldehyde-free, A-grade plywood covered in white FRP. The compartment shall 350 have an inside door for easy access for removal, repair, and maintenance of the generator 351 and be well insulated from heat, noise, and fumes entering the cargo compartment 352 The generator exhaust shall be routed under the vehicle 353and exit in front of the left rear wheel Plumb generator to vehicle fuel tank Install 1/2 formaldehyde-free, A-Grade plywood flooring 356in rear body Floor covering shall be Loncoin Flooring or City approved 357 equal Cover walls and ceiling with sound and heat insulating358 foam spray 1-1/2 thick Cover walls and ceiling with 1/2" formaldehyde-free, 1/2" 359A-Grade plywood Cover walls with white FRP and marker board Cover ceiling with commercial grade carpet in grey/black 361tweed color Fabricate and install a ¾ formaldehyde- free A Grade362 plywood bulkhead covered in FRP. The bulkhead shall encompass the back of the driver 363 and passenger seat area yet still allow for a comfortable walk-thru area between364 the seats Fabricate and install a black-out curtain behind the front 365 seats to the rear body Supply and install a passenger seat swivel base Fabricate and install per supplied drawings a driver side 367work area with overhead storage cabinets with dry erase marker board fronts. Provide 368 a storage tray for dry erase marker and eraser Provide and install one (1) commercial grade quality, electrical storage/mounting rack in the driver side front Page 9 of 16

10 Provide and install audio and electrical connections to372 the work area and electrical mounting rack area Provide and install a weather-proof exterior access hatch 374behind the 19 electrical rack Provide and install driver and passenger side fold-down 375 bench seats, one (1) over each rear wheel well. Benches shall be padded and covered376 with dark grey vinyl material. Provide and install one (1) removable floor-mounted table-top 377 bench between the two bench seats. Size to be determined at the pre-construction 378 meeting. Provide and install one (1) 12 ceiling-mounted ventilation 379 fan Provide and install an auxiliary battery system utilizing380 two (2) group 27 deep cycle 12V marine-type batteries. The auxiliary batteries are to be381 able to be charged from the generator or the vehicle alternator. The auxiliary batteries 382 are to be capable of operating all the 12V systems in the rear body including 383 starting the generator. Battery storage mounting area to be determined at pre-construction 384 meeting. Install a solid, full length bulkhead at the rear of the vehicle 385 accessed through the rear doors. The bulkhead should be fabricated out of ¾ A 386 grade plywood reinforced with stringers and capable of supporting a 32 flat-screen TV 387monitor on one side and shelves with tool mounting brackets on the other side. Provide storage mounts, shelves, and a tie-down rack389 for the rear compartment The interior side of the bulkhead shall be covered in FRP 390 The rear of the bulkhead and the compartment area shall 391be coated in a rhino lining type material to reduce damage to the compartment from 392equipment Compartment shall be grey in color and provided with 393 two (2) LED dome lights controlled from a contact switch on the rear doors. Size 394of compartment to be determined at pre-construction meeting. Provide one (1) 32 LCD television monitor with satellite 396 feed Provide a Wiengaurd in-motion dish system with receiver 397or City approved equal Provide twelve (12) months of Satellite DISH Commercial 398 service or City approved equal Provide a weatherproof 110V shore line power plug with V/12V power inverter and breaker panel. Mounting to be determined at pre-construction 401 Provide a weather proof 50 power cord for shore line use 402 Provide and install a DO NOT DISTURB light and placard. 403 Placement to be determined at the pre-construction meeting. Provide and install a placard mounted in the rear control 405area to be worded: NO REAR OCCUPANTS ALLOWED WHILE VEHICLE IS IN MOTION PAINT: The body color shall be OEM color Artic White Entire undercarriage shall be undersealed with heavy-duty 411 undersealer Before painting, all surfaces must be cleaned of rust, oil, 412grease, dirt, mill-scale, and other foreign material. Wheels shall be painted OEM color 413 Artic White Page 10 of 16

11 WARRANTY AND MANUALS: Vehicle shall be warranted for a period of (3) years or ,000 miles, parts and labor bumper to bumper with no deductible. Five (5) year/100,000 miles diesel engine warranty Five (5) year/100,000 miles limited outer body, anti-corrosion 419 warranty Two (2) complete sets of operator s manuals All warranties shall commence when the City accepts the vehicle. Delivering the vehicle does not constitute acceptance by the City. SECTION 3-VAN EQUIPMENT: Furnish and install (2) two 360º Super LED Beacon, Whelen 427 model # L31HAF or City approved equal with brush guard Whelen model # L360BGB 428 or City approved equal. One shall be roof-mounted, front center and visible from 429front, rear, left, and right side of cargo van. The second beacon shall be mounted at the 430rear center roof, visible from front, rear, left, and right side of cargo van. Beacon shall be controlled by a single toggle switch clearly 432 marked Beacon Light, with a pilot light that illuminates when the beacons are433 activated. The switch shall be easily accessible by the driver/operator of the vehicle. This beacon shall be protected through a 20 amp circuit 435 breaker All wiring for any auxiliary system shall be loomed, secured, 436 and all connections and ends shall be weatherproof Page 11 of 16

12 BID EXCEPTION SHEETS Return with Bid if any exceptions are taken Please Note: All exceptions to the City s bid requirements must be listed on the sheets provided. Only those exceptions that are listed on the sheets provided will be evaluated. Any material exceptions may result in the rejection of the bid and the bidder will not receive further consideration Description Page 12 of 16

13 Page 13 of 16

14 Page 14 of 16

15 Page 15 of 16

16 Page 16 of 16

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

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

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

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

More information

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

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

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

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

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

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

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

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

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

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

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

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

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

More information

BID 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

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

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

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

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

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

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

GROTON UTILITIES. INVITATION TO BID ONE (1) x4 SUPER CAB PICKUP TRUCK MARCH 14, :00 P.M. BID PROPOSAL GU 18-Q3

GROTON UTILITIES. INVITATION TO BID ONE (1) x4 SUPER CAB PICKUP TRUCK MARCH 14, :00 P.M. BID PROPOSAL GU 18-Q3 INVITATION TO BID Groton Utilities will receive sealed bids at the Office of the Operations Complex Conference Room, 1240 Poquonnock Road, Groton, Connecticut 06340, until 2:00 P.M. prevailing time on

More information

TECHNICAL SPECIFICATIONS

TECHNICAL SPECIFICATIONS TECHNICAL SPECIFICATIONS GENERAL PURPOSE: The purpose of these specifications is to describe for purchase, a 2018 or newer 10-14 passenger airport shuttle bus with rear mounted handicap lift. This bus

More information

CITY OF CORALVILLE th Street, Coralville, IA

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

More information

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

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

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

More information

TENDER HALF TON PICKUP TRUCK, 4x4

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

More information

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

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

More information

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

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

More information

ATTACHMENT A ITEM# 5

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

More information

Request for 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

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

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

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

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

More information

2019 Ford Explorer XLT Sport Utility $38,510 $35,510. Our Price. Fuel Efficiency Rating

2019 Ford Explorer XLT Sport Utility $38,510 $35,510. Our Price. Fuel Efficiency Rating 2019 Ford Explorer XLT Sport Utility $38,510 MSRP $35,510 Our Price Fuel Efficiency Rating City MPG 16 Highway MPG 23 Actual rating will vary with options, driving conditions, habits and vehicle condition.

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

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

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

More information

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

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

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

More information

REQUEST FOR QUOTATIONS

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

More information

2014 Chevrolet Express Cargo Van 2500 RWD 135 or Equivalent Model. Bids Due MAY 19, :00PM

2014 Chevrolet Express Cargo Van 2500 RWD 135 or Equivalent Model. Bids Due MAY 19, :00PM 2014 Chevrolet Express Cargo Van 2500 RWD 135 or Equivalent Model Bids Due MAY 19, 2014 2:00PM DOWNINGTOWN AREA SCHOOL DISTRICT GENERAL INSTRUCTIONS AND CONDITIONS BID PREPARATION Bids will be received

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

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

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

CITY OF ELKO, NEVADA REQUIREMENTS, SPECIFICATIONS AND CONTRACT DOCUMENTS TO FURNISH

CITY OF ELKO, NEVADA REQUIREMENTS, SPECIFICATIONS AND CONTRACT DOCUMENTS TO FURNISH CITY OF ELKO, NEVADA REQUIREMENTS, SPECIFICATIONS AND CONTRACT DOCUMENTS TO FURNISH July 2016 CITY OF ELKO FACILITIES DEPARTMENT SET NO.. TABLE OF CONTENTS Invitation to Bid... 1 Bidding Information...

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

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

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

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

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, 5,000 LB. CAPACITY LPG PNEUMATIC

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

NOTICE OF REQUEST FOR QUOTATIONS FOR A NEW 10,000 LB GVW REGULAR CAB SINGLE REAR WHEEL TRUCK WITH CTEC 9 LONG GENERAL PURPOSE DUMP STAKE BODY

NOTICE OF REQUEST FOR QUOTATIONS FOR A NEW 10,000 LB GVW REGULAR CAB SINGLE REAR WHEEL TRUCK WITH CTEC 9 LONG GENERAL PURPOSE DUMP STAKE BODY NOTICE OF REQUEST FOR QUOTATIONS FOR A NEW 10,000 LB GVW REGULAR CAB SINGLE REAR WHEEL TRUCK WITH CTEC 9 LONG GENERAL PURPOSE DUMP STAKE BODY NOTICE IS HEREBY GIVEN that the City of Bellflower will receive

More information

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

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

More information

FLORIDA SHERIFFS ASSOCIATION & FLORIDA ASSOCIATION OF COUNTIES

FLORIDA SHERIFFS ASSOCIATION & FLORIDA ASSOCIATION OF COUNTIES FLORIDA SHERIFFS ASSOCIATION & FLORIDA ASSOCIATION OF COUNTIES Name of Dealership Type of Vehicle Zone 12 PASSENGER VAN (Specification #37) Base Unit Price 2018 Chevrolet Express 2500 (CG23406) Western

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

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

City Business Registration Number Signature Title

City Business Registration Number Signature Title INVITATION TO BID BID FORM Two (2) Mid-Size, 4 Door, SUV BID NO. 2014-04 City of Carlsbad 101 N. Halagueno Carlsbad, New Mexico 88220 Or PO Box 1569 Carlsbad, New Mexico 88221 BID DUE DATE: Please submit

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

VEHICLE REPORT Dodge Ram 1500 SELECTED MODEL. Description SELECTED VEHICLE COLORS SELECTED OPTIONS. Interior: No color has been selected.

VEHICLE REPORT Dodge Ram 1500 SELECTED MODEL. Description SELECTED VEHICLE COLORS SELECTED OPTIONS. Interior: No color has been selected. SELECTED MODEL DS6L41 2009 Dodge Ram 1500 4WD Quad Cab 140.5" ST SELECTED VEHICLE COLORS - - - Interior: No color has been selected. Exterior 1: No color has been selected. Exterior 2: No color has been

More information

2018 Jeep Renegade ALTITUDE Sport Utility $28,700 $2,950. Savings $25,750. Our Price. Fuel Efficiency Rating

2018 Jeep Renegade ALTITUDE Sport Utility $28,700 $2,950. Savings $25,750. Our Price. Fuel Efficiency Rating 2018 Jeep Renegade ALTITUDE Sport Utility $28,700 MSRP $2,950 Savings $25,750 Our Price Fuel Efficiency Rating City MPG 24 Highway MPG 31 Actual rating will vary with options, driving conditions, habits

More information

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

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

More information

VEHICLE REPORT Ford Ranger SELECTED MODEL. Description SELECTED VEHICLE COLORS SELECTED OPTIONS. Interior: No color has been selected.

VEHICLE REPORT Ford Ranger SELECTED MODEL. Description SELECTED VEHICLE COLORS SELECTED OPTIONS. Interior: No color has been selected. 2009 Ford Ranger R10 2WD Reg Cab 112" LT SELECTED MODEL R10 2009 Ford Ranger 2WD Reg Cab 112" LT SELECTED VEHICLE COLORS - - - Interior: No color has been selected. Exterior 1: No color has been selected.

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

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

2018 Kia Sportage EX Sport Utility $30,110 $2,500. Kia Rebates $27,610. Sale Price. Fuel Efficiency Rating

2018 Kia Sportage EX Sport Utility $30,110 $2,500. Kia Rebates $27,610. Sale Price. Fuel Efficiency Rating 2018 Kia Sportage EX Sport Utility $30,110 MSRP $2,500 Kia Rebates $27,610 Sale Price Fuel Efficiency Rating City MPG 21 Highway MPG 25 Actual rating will vary with options, driving conditions, habits

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

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

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

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

Mercedes-Benz of Orland Park 8430 W. 159th Street, Orland Park, IL Orland Park, IL

Mercedes-Benz of Orland Park 8430 W. 159th Street, Orland Park, IL Orland Park, IL Mercedes-Benz of Orland Park 8430 W. 159th Street, Orland Park, IL 60462 Orland Park, IL 60462 https://www.orlandpark.mercedesdealer.com Sales: 844-836-6648 Service: 855-206-6442 2019 Mercedes-Benz Sprinter

More information

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

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

More information

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

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

More information

2016 Kia Sportage LX Sport Utility $17,095. Savings $16,250. Fuel Efficiency Rating

2016 Kia Sportage LX Sport Utility $17,095. Savings $16,250. Fuel Efficiency Rating 2016 Kia Sportage LX Sport Utility $17,095 WAS $845 Savings $16,250 NOW Fuel Efficiency Rating City MPG 19 Highway MPG 26 Actual rating will vary with options, driving conditions, habits and vehicle condition.

More information

Request for Proposal (RFP) For New 2014 Full Size 4-Door Crew Cab Pickup Truck

Request for Proposal (RFP) For New 2014 Full Size 4-Door Crew Cab Pickup Truck Request for Proposal (RFP) For New 2014 Full Size 4-Door Crew Cab Pickup Truck Posting Date: November 12, 2013 Response Deadline: November 22, 2013 3:00 p.m. Central Standard Time (CST) To: Lieutenant

More information

Purchasing Department Finance Group INVITATION TO BID

Purchasing Department Finance Group INVITATION TO BID Purchasing Department Finance Group July 27, 2010 INVITATION TO BID The City of Norwalk is soliciting bids for a 2011 Ford F-550 4x2. Your firm has expressed interest in providing these services. Below

More information

Paratransit Side Entry Mini Van PCID NO COMMONWEALTH OF PENNSYLVANIA PENNSYLVANIA COMMERCIAL ITEM DESCRIPTION (PCID)

Paratransit Side Entry Mini Van PCID NO COMMONWEALTH OF PENNSYLVANIA PENNSYLVANIA COMMERCIAL ITEM DESCRIPTION (PCID) COMMONWEALTH OF PENNSYLVANIA PENNSYLVANIA COMMERCIAL ITEM DESCRIPTION (PCID) PCID NO. 1144 Eff. December 13, 2016 Paratransit Side Entry Mini Van (Converted Van Type Passenger Vehicle) (Supersedes PCID

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

2014 Chevrolet Silverado 1500 LTZ Standard Bed $28,000 $26,995. Fuel Efficiency Rating

2014 Chevrolet Silverado 1500 LTZ Standard Bed $28,000 $26,995. Fuel Efficiency Rating 2014 Chevrolet Silverado 1500 LTZ Standard Bed $28,000 WAS $26,995 NOW Fuel Efficiency Rating City MPG 16 Highway MPG 22 Actual rating will vary with options, driving conditions, habits and vehicle condition.

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

1. Additional Information. Yes Yes Yes. Yes Yes Yes. Yes Yes Yes

1. Additional Information. Yes Yes Yes. Yes Yes Yes. Yes Yes Yes Bus Unit Price Type A2 Over 6350kg GVW Chassis. All units and components must meet Federal and Provincial regulations and $63,445.00 $65,317.00 $62,785.00 requirements and current D250 Type A2 Under 6350kg

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

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

UN-Priced Offers Due: Wednesday, April 25, 2018 at 10:00 a.m. Reverse Auction/Bid: Wednesday, May 9, 2018 starting at 11:00 a.m.

UN-Priced Offers Due: Wednesday, April 25, 2018 at 10:00 a.m. Reverse Auction/Bid: Wednesday, May 9, 2018 starting at 11:00 a.m. LAUDERDALE COUNTY BOARD OF SUPERVISERS 410 Constitution Ave, 11 th Floor Meridian, Mississippi 39301 601-482-9746 Main 601-482-9744 Fax BIDDERS INFORMATION PACKET BID NO: 3809 One (1) or more Single Axle

More information

(ADDENDUM COVER SHEET)

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

More information

CITY OF KYLE, TEXAS INVITATION FOR BID (IFB) NO: PM

CITY OF KYLE, TEXAS INVITATION FOR BID (IFB) NO: PM Solicitation For: Solicitation Number: CITY OF KYLE, TEXAS INVITATION FOR BID (IFB) NO: 2014-01-PM Purchase of Three (3) Chevrolet Tahoe SUV Police Pursuit Vehicles as described in the specification section.

More information

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

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

More information

City of Fargo Request for Proposal

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

More information

REQUEST FOR QUOTES Invitation to Bid

REQUEST FOR QUOTES Invitation to Bid REQUEST FOR QUOTES Invitation to Bid Purchase of Three (3) Class 8A Tandem Axle Day Cab Tractors ISSUED: May 10, 2018 BIDS DUE: May 17, 2018 5PM EST PROPOSALS MAY BE SUBMITTED BY Mail or Email Mail to:

More information

Request for Proposal Crime Scene Investigation Truck August 23, 2012

Request for Proposal Crime Scene Investigation Truck August 23, 2012 Request for Proposal Crime Scene Investigation Truck August 23, 2012 1 City of Fargo Request for Proposal The City of Fargo is requesting proposals for (1) Crime Scene Investigation Truck. Sealed proposals

More information

Reclining High-Back Bucket Seats w/inboard Armrests Includes head restraints. BA3:Engine Cover Console w/swing-out Storage Bin

Reclining High-Back Bucket Seats w/inboard Armrests Includes head restraints. BA3:Engine Cover Console w/swing-out Storage Bin ARI QUOTE : 1001-2017 CHEVY EXPRESS 4500 CUTAWAY AVENUE C MODEL: CG33803 AVENUE C SPEC: 1001 PREVIOUS SPEC: 2A1320 CAP COST: $58,884.65 Selected Equipment Type Code Description GAZ (0 P) Summit White 2WT

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

2017 Toyota Sienna LE Mini-van, Passenger $26,871 $1,621. Savings $25,250. Fuel Efficiency Rating

2017 Toyota Sienna LE Mini-van, Passenger $26,871 $1,621. Savings $25,250. Fuel Efficiency Rating 2017 Toyota Sienna LE Mini-van, Passenger $26,871 WAS $1,621 Savings $25,250 NOW Fuel Efficiency Rating City MPG 19 Highway MPG 27 Actual rating will vary with options, driving conditions, habits and vehicle

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

2018 Kia Sedona LX Mini-van, Passenger $34,585 $2,500. Kia Rebates $32,085. Sale Price. Fuel Efficiency Rating

2018 Kia Sedona LX Mini-van, Passenger $34,585 $2,500. Kia Rebates $32,085. Sale Price. Fuel Efficiency Rating 2018 Kia Sedona LX Mini-van, Passenger $34,585 MSRP $2,500 Kia Rebates $32,085 Sale Price Fuel Efficiency Rating City MPG 18 Highway MPG 24 Actual rating will vary with options, driving conditions, habits

More information

Paratransit Van PCID NO COMMONWEALTH OF PENNSYLVANIA PENNSYLVANIA COMMERCIAL ITEM DESCRIPTION (PCID)

Paratransit Van PCID NO COMMONWEALTH OF PENNSYLVANIA PENNSYLVANIA COMMERCIAL ITEM DESCRIPTION (PCID) COMMONWEALTH OF PENNSYLVANIA PENNSYLVANIA COMMERCIAL ITEM DESCRIPTION (PCID) PCID NO. 1154 Eff. June 8, 2015 Paratransit Van (Converted Van Type Passenger Vehicle) (Supersedes PCID 1154. eff. 19 May 2015)

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-SPB-2019 Self- Propelled Broom front mounted Date: JANUARY 31st 2019 Time: 2:00 PM BRIAN MCBRAYER STAFF ACCOUNTANT (706) 275-7504 / (706)

More information

NORTH CAROLINA SHERIFFS ASSOCIATION

NORTH CAROLINA SHERIFFS ASSOCIATION NORTH CAROLINA SHERIFFS ASSOCIATION Name of Dealership Type of Vehicle Zone NISSAN NV PASSENGER 3500S (Specification #396) Base Unit Price 2018 Nissan NV Passenger 3500S Appalachia $28,692.00 2018 Nissan

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