SPECIFICATIONS FOR TRAILER, PORTABLE CAMERA - TRAFFIC CONTROL SCDOT Spec. No /04/2014

Size: px
Start display at page:

Download "SPECIFICATIONS FOR TRAILER, PORTABLE CAMERA - TRAFFIC CONTROL SCDOT Spec. No /04/2014"

Transcription

1 SPECIFICATIONS FOR TRAILER, PORTABLE CAMERA - TRAFFIC CONTROL SCDOT Spec. No /04/ DESCRIPTION: This item shall consist of a trailer mounted closed circuit television camera (CCTV) system with a camera mounting assembly, designed to be towed by a ½ ton and ¾ ton pickup truck and erected in work zones and on roadside right of ways for remote video monitoring and incident management. Units supplied to this specification shall meet or exceed these requirements. 2. GENERAL: Each unit shall be new, and of the latest design of a model in current production or an update of an existing model. Prototype equipment will not be acceptable. Each unit shall be furnished with identical equipment, options and features. It shall be furnished completely assembled, fully serviced, and ready for immediate operation. 3. MANUFACTURER QUALIFICATION: The CCTV trailer manufacturer shall have available for inspection by the Department's engineers and/or staff a minimum of three (3) machines, in current successful use by State Departments of Transportation, of a design similar to that required in these specifications. This requirement is intended to expose the suitability for the Department's use. A list of three (3) users of the CCTV trailer shall be furnished with the bid. 4. TRAILER: The trailer shall be specifically designed to support and secure the camera assembly, power supply and other systems both in a deployed and travel position. It shall be capable of being towed at 55 miles per hour over extensive distances The frame shall be designed, constructed, and rated for the full capacity of the trailer. The frame shall be constructed of steel, adequately braced and reinforced such that connections and structural members shall be sufficiently designed and rated to resist the loads the camera assembly and trailer will receive during normal operations. If counterweights are required, they shall be incorporated as an integral part of the frame The towing tongue or drawbar shall include a 2" ball hitch. The trailer shall tow level when attached to a 2 ball of 18" height Safety chains shall be provided, of adequate length, meeting SAE J-697 Standard, latest edition. Chain shall be a minimum of 5/16", and meet the National Association of Chain Manufacturer s (NACM) welded chain standard rating of Grade 70 with a Working Load Limit of 4700 lbs The trailer shall have a single 2,000 to 3,000 lbs. capacity axle with 14 wheels minimum with radial tires and leaf-spring suspension. Total combined load rating of the tires and wheels shall exceed the GVWR of the unit. Load ratings shall be determined by reference to the current yearbook of the Tire and Rim Association, Inc., or the manufacturer s published load rating. Tire ratings shall be calculated at 65 mph.

2 4.5. Trailer GVWR shall not exceed 3000 lbs. so a trailer braking system shall not be required. The trailer must not require any special towing package, electric brakes or specialized heavy-duty truck to tow The trailer shall include a leveling system to allow for the trailer be in a stable and level position when the camera boom is deployed. The leveling system shall consist of a four point leveling system with one leveling jack with sand shoe base at each of the corners The tongue jack stand will be heavy-duty; swivel mount castor wheel type design with a 1,200 lb. capacity (minimum) Heavy-duty fenders, each capable of supporting 200 lbs., shall be provided. 5. LIGHTS AND MARKINGS: The trailer shall be equipped with lights and reflectors in compliance with applicable South Carolina motor vehicle laws, including turn signals, dual taillights, and brake lights An illuminated license plate holder will be mounted so that a license plate is protected and does not extend past sides of fenders The trailer sides and rear will be marked with continuous red/white striped retroflective tape in a pattern meeting applicable NHTSA (DOT) regulations using certified material manufactured by 3M or Reflexite. The tape must be 50 mm in width, and have a pattern of approximately 280 mm red x 180 mm white (2 inches x 11 inch red x 7 inches white) A standard 6-way plug and receptacle connector, equal to and interchangeable with a Velvac assembly, and a heavy-duty jacketed multi-conductor cable shall be furnished for connecting the truck and trailer wiring system. All wiring shall be properly protected and secured. The receptacle shall be furnished loose, while the cable and plug shall be attached to the trailer in sufficient length to reach a truck-mounted receptacle. The plug shall be connected to the trailer wiring system in accordance with the following drawing: 5.4. POWER SYSTEM. The portable CCTV shall be powered by a photovoltaic system consisting components described below and ancillary equipment and wiring. Under normal conditions, the power system should automatically recharge the CCTV system with no manual intervention. A motorized power supply requiring fossil fuels (i.e. gas, diesel generators, etc) is not acceptable The unit shall satisfactorily operate in all weather conditions between -4 degrees F and +120 degrees F A Maximum Power Point Tracking (MPPT) solar charge controller shall be provided

3 5.7. Solar charging circuitry shall include voltage regulators and automatic battery temperature compensation control circuitry components to prevent battery overcharging Battery capacity shall be adequate to operate the CCTV camera continuously for at least 10 days with no sunlight The power system shall be mounted onto the trailer and shall not exceed the dimensions of the trailer or cause the trailer GVWR to be exceeded The photovoltaic panels shall be mounted to the trailer using a rigid steel frame. The panels shall be attached using anti-theft fasteners. Panels must have tempered-glass faces and be sealed. The bidder must provide solar panel specifications including dimensions, voltage, wattage and the number of panels and cells to be used The bidder must provide load calculations for the photovoltaic power system and for components of the CCTV system. Loads for SCDOT furnished equipment are shown below. The solar and load calculations shall be performed and certified by a certified NABCEP Solar PV Installation Professional. The bidder must specify the power requirements for each component of the system including the camera, digital cellular modem and any other electrical loads present during normal operation. Alternative power sources such as a generator or AC power shall be not be utilized The trailer shall include a NEMA 4 or 4X hinged, lockable enclosure to contain the power system control components necessary to operate the CCTV system, unless these components are located in a separate compartment within the battery compartment A separate 12 x 12 x 6 (minimum) NEMA 4 or 4X hinged, lockable enclosure shall be provided to install switch, communications, and control equipment The battery enclosure shall be lockable to prevent unauthorized access to the battery(s) and control components. 6. CAMERA MOUNT: The camera shall be mounted on a self-supporting mast allowing one camera be raised a height of 30 feet. The mast shall be made from galvanized steel and shall allow for telescoping action The unit shall satisfactorily operate in all weather conditions and wind speeds up to 80 mph The mast may be raised and lowered by a single individual using a manual winch The camera shall be capable of being rotated 360 degrees in the raised position. It is permissible for the mast to be rotated 360 degrees to meet this requirement The mast shall mechanically lock in the raised position Once lowered, the mast may rotate down to be secured for transport. The mast shall mechanically lock in the lowered position for transport without removing the installed camera The bidder must provide a drawing that shows camera mounting provisions provided. Camera wiring shall spiral around the mast to allow mast to raise and lower. A 2 diameter minimum (or acceptable equivalent) grommeted entrance way shall be provided to feed wiring through mount into camera.

4 7. EQUIPMENT: The unit shall be complete with all standard equipment and accessories normally furnished. In addition, equipment shall be furnished as follows: 7.1. Unit must meet all applicable OSHA requirements Locks shall be provided for the trailer hitch, enclosure(s), and battery enclosure. All locks keyed alike A High Power over Ethernet switch shall be provided, meeting the requirements of IEEE 802.3at Type 1 and 2, and compatible with 10/100 Base-T, HTTP, TCP, UDP, SMTP, FTP, DCHP 8. SCDOT FURNISHED EQUIPMENT 8.1. Camera, Axis Q-6032e. To be provided and installed by SCDOT Camera weight 7.7 lbs Pendant mount arm 3.2 lbs VDC 8.2. Cellular and LAN Communications. To be provided by SCDOT Sierra Wireless GX440 4G modem Transmit/Receive (Typical/Max) 230 VDC Idle VDC 9. TRAINING: A minimum one day of on-site training shall be conducted at the time of delivery or at a time as approved by the Engineer for representatives of the manufacturer s technical service personnel or factory trained authorized representative. 10. TRAINING MATERIALS: In conjunction with the delivery of each unit, contractor shall supply one complete set of video operator training materials (DVD format preferred). This material shall adequately cover the safe and correct operation of the equipment. 11. PILOT MODEL: A pilot model unit may be requested to be delivered. If a pilot model is required, SCDOT will advise the vendor in writing subsequent to award of the order. The pilot model unit, if requested, will be inspected and performance tested, and the vendor notified of any discrepancies by phone which will be confirmed by a letter. The pilot model unit, if acceptable, will be received as fulfilling part of the purchase order requirements. All subsequent deliveries of equipment will be required to be the same as the accepted pilot model unit delivered except for optional equipment where specified. 12. SERIAL NUMBER: Each unit shall be provided with a manufacturer's serial number, unique to each unit, permanently attached by plate or engraving, and easily identified. The serial number shall be used by the Department and the manufacturer to identify units for recall, to aid in the recovery of stolen units, to establish ownership, and for other similar reasons. For trailers, vehicles, and trucks, serial number shall contain 17 characters and shall conform to Federal vehicle identification numbering standards (49 CFR 565).

5 13. DATA PLATE: A data plate shall be attached to each unit indicating serial number and model using block lettering. Permanent plaques mechanically attached are preferred to decals. 14. MCO AND FORM 400: A "Manufacturer's Certificate of Origin" and a completed, typed, South Carolina Department of Public Safety Form 400 shall be furnished with each unit. The forms shall be completed as follows: S.C. Dept. of Transportation P.O. Box 191 Columbia, South Carolina SAFETY PLAQUES OR DECALS: Product safety plaques or decals shall be furnished and affixed at the operator's station and at any hazardous area. The safety plaques or decals shall describe the nature of the hazard, level of hazard seriousness, how to avoid the hazard, and the consequence of human interaction with the hazard. Permanent plaques mechanically attached are preferred to decals. Type, size and location of product safety plaques or decals shall be in accordance with current ANSI Z535.4, or latest revision thereto. 16. COLOR: The majority of areas to be painted or powder coated shall be cleaned and primed prior to application of the finish paint. Paint and primers used shall be leadfree Serial and data plates shall be protected from being painted over. All manufacturers standard warning, safety, instructional, and identification decals shall be provided, however, there will be no vendor or dealer identification or advertising decals allowed Each unit shall be thoroughly cleaned and prime coated with a rust preventative and painted or powder coated Orange No per the Federal Standard 595, latest edition. Finish coat shall be first quality. 17. WARRANTY: The unit shall be warranted against defects in materials and workmanship for a period of not less than twelve (12) months. The warranty start date shall be based on the unit's in-service date as established by its issue from the Department's Equipment Depot to the using field custodian, and the vendor shall perform all the administrative work necessary to accomplish this following notification by the Department In the event there is not an authorized parts and service dealership within a 2- hour driving distance of the unit's place of assignment, there shall be a procedure for the Department to make a claim for recovering the cost of parts, labor, and shipping/transport charges incurred in performing repairs that otherwise would have been covered by the warranty. Instructions and forms needed for warranty claims should be attached to the bid The unit shall be furnished with a copy of the warranty statement and any necessary cards, booklets, or certificates needed to receive warranty repairs at a dealership.

6 17.3. Each bidder shall attach to their bid a list of factory-authorized parts, service, and warranty locations available within South Carolina. The bidder shall also be a factory-authorized part, service and warranty facility; although the bidder is not necessarily required to be within South Carolina. 18. TRAILER DELIVERY: The primary ordering agency is the South Carolina Department of Transportation, and all deliveries to this agency must be made to the Equipment Depot, 1500 Shop Road, Columbia, S.C SCDOT reserved the right to require the vendor and/or shipper to assist unloading shipments. This especially applies to shipments in enclosed semi-trailers or trucks where a yard-type forklift cannot access the load from three sides of the semi-trailer or truck Deliveries on flat bed semi-trailers, drop deck semi-trailers, or flatbed trucks are preferred over deliveries in enclosed trucks or trailers. Units shall be delivered complete with no additional assembly required Units may be delivered either individually or stacked on a trailer. No more than 3 trailers (1 new plus 2 more new stacked on the new trailer), or 2 trailers (flatbed trailer with 2 new trailers stacked on the flatbed trailer) may be delivered together in one load (this is for safe unloading of trailers at the receiving site). This is restriction shall not restrict multiple loads being delivered in one shipment. 19. ACCEPTANCE INSPECTION: All equipment ordered will be subject to acceptance inspection and performance testing upon receipt. Performance testing may not occur until the after the equipment is issued from the Equipment Depot to the using field custodian and placed in-service (coincides with the warranty start date). The vendor will be notified of any units not delivered in full compliance with the purchase order specifications. 20. SERVICE POINT ACCESSIBILITY: All lubrication and frequent service items shall be readily and easily accessible to the operator/technician. 21. SERVICE LITERATURE: Service literature shall include (as one set) an operator's instruction manual, illustrated repair parts manual, and shop overhaul manual. CD format is preferred (documents in.pdf format) and should be furnished when available, except for the equipment operator manual that stays with the equipment. This service literature shall be complete and cover the entire unit, to include engines and transmissions. The right is reserved to require a bidder to furnish one complete set of service literature to be used for bid evaluation. Service literature which is considered inadequate by the Department's engineers and/or staff may be cause for the rejection of a bid Performance in this contract requires in conjunction with the delivery of the first unit, two (2) complete sets of service literature in addition to the equipment operator manual concurrently with delivery of each unit Performance in this contract requires in conjunction with the delivery of each subsequent unit one (1) complete set of service literature in addition to the equipment operator manual concurrently with delivery of each unit.

7 22. SALES LITERATURE, SPECIFICATIONS, AND It is the bidder s responsibility to ensure that sales literature, specifications, and deviations (if any) submitted with the bid are accurate, complete and sufficiently clear as these will be used to evaluate the bid Each bidder shall attach to his bid illustrated catalog data sheets with manufacturer's complete printed specifications covering the class or type of equipment covered by the bid. This material shall show reasonable evidence of having been printed and publically available over the internet before publication of the bid notice and shall be sufficiently detailed to permit the Department's engineers and/or staff to properly evaluate the bid Any deviation from these specifications must be clearly pointed out; otherwise it will be considered that items offered are in strict compliance with these specifications, and the successful bidder will be held responsible therefore. Deviations must be explained in detail on separate attached sheet(s).

Flashing Arrow Panel - 615/815 T/Y

Flashing Arrow Panel - 615/815 T/Y Flashing Arrow Panel - 615/815 T/Y All LED 15-Lamp Portable Flashing Arrow Panel Product Specifications American Signal Company FAP X 15 Page 1 of 8 6/11/17 2755 Bankers Industrial Drive Atlanta, GA 30360

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

A. Three-phase, oil filled self-cooled, padmounted transformers are installed outdoors on pads in the EWEB distribution system.

A. Three-phase, oil filled self-cooled, padmounted transformers are installed outdoors on pads in the EWEB distribution system. 1. APPLICATION A. Three-phase, oil filled self-cooled, padmounted transformers are installed outdoors on pads in the EWEB distribution system. 2. REFERENCE STANDARDS A. The transformers supplied shall

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

Air-Pin Detachable Gooseneck Operations Supplement

Air-Pin Detachable Gooseneck Operations Supplement Air-Pin Detachable Gooseneck Operations Supplement TOWMASTER WARRANTY SUMMARY This warranty effective on trailers manufactured after 01/01/2009. Towmaster, Inc. (herein referred to as Towmaster) offers

More information

6,000 Watt Generator - Water Cooled Diesel Engine - 25' Telescoping Tower - (4) 500W LED Fixtures

6,000 Watt Generator - Water Cooled Diesel Engine - 25' Telescoping Tower - (4) 500W LED Fixtures 6,000 Watt Generator - Water Cooled Diesel Engine - 25' Telescoping Tower - (4) 500W LED Fixtures Part #: WCDE-4-4X400LTL-LED Page: 1 Made in Texas The WCDE-4-MHL mobile light tower from Larson Electronics

More information

SPECIAL SPECIFICATION 8676 Solar Panel Power Supply System

SPECIAL SPECIFICATION 8676 Solar Panel Power Supply System 2004 Specifications CSJ 2552-01-033 SPECIAL SPECIFICATION 8676 Solar Panel Power Supply System 1. Description. This work shall consist of furnishing and installing an integrated Solar Panel Power Supply

More information

PROCUREMENT SPECIFICATIONS DELTA MODEL DSC 1500 PORTABLE BEAM - CRASH CERTIFIED BARRIER SYSTEM

PROCUREMENT SPECIFICATIONS DELTA MODEL DSC 1500 PORTABLE BEAM - CRASH CERTIFIED BARRIER SYSTEM PROCUREMENT SPECIFICATIONS DELTA MODEL DSC 1500 PORTABLE BEAM - CRASH CERTIFIED BARRIER SYSTEM Copyright 2019 Delta Scientific Corporation Page 1 of 8 SYNOPSIS This Procurement Specification defines a

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

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

-1- SPECIFICATIONS PERMANENTLY MOUNTED CONE SETTER PLATFORM ATTACHMENT INDEX

-1- SPECIFICATIONS PERMANENTLY MOUNTED CONE SETTER PLATFORM ATTACHMENT INDEX -1-002086 PERMANENTLY MOUNTED CONE SETTER PLATFORM ATTACHMENT INDEX I. GENERAL EQUIPMENT : A. Intent Statement B. Cone Setter Platform II. III. 1. General Specifications 2. Mounting Components 3. Close

More information

1 SPECFICATIONS TRUCK MOUNTED, HIGHWAY, LARGE DEBRIS REMOVER INDEX

1 SPECFICATIONS TRUCK MOUNTED, HIGHWAY, LARGE DEBRIS REMOVER INDEX 1 INDEX I. GENERAL EQUIPMENT SPECIFICATIONS: A. Intent Statement B. Truck Mounted Road Debris Remover 1. General Specifications 2. Drum 3. Hitch Mounting Components 4. Paint 5. Safety II. Drawings III.

More information

SPECIFICATION FOR THREE-PHASE PAD MOUNT TRANSFORMERS. D. Dead Front, loop feed design shall be employed.

SPECIFICATION FOR THREE-PHASE PAD MOUNT TRANSFORMERS. D. Dead Front, loop feed design shall be employed. City of Cartersville Electric System P.O. Box 1390 320 S. Erwin St. Cartersville, GA 30120 770-387-5631 March 2006 SPECIFICATION FOR THREE-PHASE PAD MOUNT TRANSFORMERS This specification provides standardization

More information

REQUEST FOR QUOTATION

REQUEST FOR QUOTATION REQUEST FOR QUOTATION PORTABLE GENERATOR RESPONSE DUE: Thursday, April 18, 2019, at 4:00 pm Request for Quotation SCOPE AND OBJECTIVES: The ( District ) will be accepting quotes from authorized Multiquip

More information

Specification Trailer, Flatbed, 6-Ton, MTS MI048Al NSN

Specification Trailer, Flatbed, 6-Ton, MTS MI048Al NSN Specification Trailer, Flatbed, 6-Ton, MTS MI048Al NSN 2330-01-406-2090 The Specification contained herein establishes the performance, design and production for the M1048Al Trailer, hereafter referred

More information

SPECIAL SPECIFICATION 6576 Solar Panel Power Supply System

SPECIAL SPECIFICATION 6576 Solar Panel Power Supply System 2004 Specifications CSJ 1068-04-126, 0197-02-108 SPECIAL SPECIFICATION 6576 Solar Panel Power Supply System 1. Description. This work shall consist of furnishing and installing an integrated solar Panel

More information

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

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

More information

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

Portable Solar Light Tower - 30' Mast - 7.5' Trailer Rotation - (1) Junction Box

Portable Solar Light Tower - 30' Mast - 7.5' Trailer Rotation - (1) Junction Box Portable Solar Light Tower - 30' Mast - 7.5' Trailer - 360 Rotation - (1) Junction Box Part #: SPLT-.53K-LM30-2XN3B-NB-PW-TLR7 Page: 1 Made in the USA The Larson Electronics SPLT-.53K-LM30-2XN3B-NB-PW-TLR7

More information

TEXAS DEPARTMENT OF TRANSPORTATION GENERAL SERVICES DIVISION

TEXAS DEPARTMENT OF TRANSPORTATION GENERAL SERVICES DIVISION TEXAS DEPARTMENT OF TRANSPORTATION GENERAL SERVICES DIVISION SPECIFICATION NO. AMENDED: NOVEMBER 2004** WARNING LIGHT SYSTEM, INCANDESCENT, LIGHTBAR PUBLICATION This specification is a product of the Texas

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

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

1.0 DESCRIPTION. This specification covers the system of the Portable Sign Stands, Roll-up Signs, and Flags.

1.0 DESCRIPTION. This specification covers the system of the Portable Sign Stands, Roll-up Signs, and Flags. PORTABLE SIGN STANDS AND ROLL-UP SIGNS (MGS-04-02C) 1.0 DESCRIPTION. This specification covers the system of the Portable Sign Stands, Roll-up Signs, and Flags. 2.0 PORTABLE SIGN STAND GENERAL. Portable

More information

Failure to comply with any of the instructions may be cause for the County to reject that bid.

Failure to comply with any of the instructions may be cause for the County to reject that bid. Instructions to Bidders It is the purpose of this document to solicit bids for the County of Ashtabula, Ohio (herein referred to as the County) from vendors interested in providing a new steel compactor

More information

STATE OF MINNESOTA EQUIPMENT SPECIFICATION. 1.0 SCOPE Page 1 of 2 CUSTOM TRAILER, SINGLE AXLE UTILITY FOR COLLAPSIBLE ROAD SIGNS

STATE OF MINNESOTA EQUIPMENT SPECIFICATION. 1.0 SCOPE Page 1 of 2 CUSTOM TRAILER, SINGLE AXLE UTILITY FOR COLLAPSIBLE ROAD SIGNS STATE OF MINNESOTA EQUIPMENT SPECIFICATION Spring, 2017 1.0 SCOPE Page 1 of 2 CUSTOM TRAILER, SINGLE AXLE UTILITY FOR COLLAPSIBLE ROAD SIGNS The Contract Vendor shall provide custom built, single axle

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

Safety Sentry Electronic Breakaway Switch

Safety Sentry Electronic Breakaway Switch Safety Sentry Electronic Breakaway Switch P-616-WE 819-0454 Installation Instructions An Altra Industrial Motion Company Parts List Mounting hardware included with the Safety Sentry Breakaway Switch kit:

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

30' Three Stage Light Mast on 10' Single Axle Trailer ' to 30' - 4-Corner Pickeyes

30' Three Stage Light Mast on 10' Single Axle Trailer ' to 30' - 4-Corner Pickeyes 30' Three Stage Light Mast on 10' Single Axle Trailer - 11.5' to 30' - 4-Corner Pickeyes Part #: LM-30-3S-10TLR Made in the USA The Larson Electronics LM-30-3S-10TLR trailer mounted fold over 3-stage light

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 150KW MOBILE GENERATOR PACKAGE (Specification #72) Base Unit Price Zabatt Power Systems 2018 AKSA

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 7' X 16' ENCLOSED CARGO TRAILER 7,000 LB GVWR (Specification #56) Base Unit Price Federal Contracts

More information

INDIANA STATE POLICE DISTRICT TOW ROTATION APPLICATION

INDIANA STATE POLICE DISTRICT TOW ROTATION APPLICATION INDIANA STATE POLICE DISTRICT TOW ROTATION APPLICATION *A SEPARATE APPLICATION SHALL BE SUBMITTED FOR EACH COMPANY/BUSINESS (D.B.A.) OWNER (S) NAME DRIVER S LICENSE # HOME PHONE # CELL PHONE # BUSINESS

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

Fifth Wheel Power Hitch Operations Manual

Fifth Wheel Power Hitch Operations Manual Fifth Wheel Power Hitch Operations Manual ITD1253 Fifth Wheel Power Hitch 208 587 7960 www.intheditch.com This page is intentionally left blank. Operations Manual 1 TABLE OF CONTENTS TABLE OF CONTENTS...

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

ADDENDUM NO. 1 FOR SPECIFICATION NO.: RFQ NO.: 3358 FOR DIESEL-POWERED SALT CONVEYOR

ADDENDUM NO. 1 FOR SPECIFICATION NO.: RFQ NO.: 3358 FOR DIESEL-POWERED SALT CONVEYOR ADDENDUM NO. 1 FOR SPECIFICATION NO.: 77818 RFQ NO.: 3358 FOR DIESEL-POWERED SALT CONVEYOR For which bids were scheduled to open in the Bid and Bond Room, City Hall, 121 North La Salle Street, Room 301,

More information

Request for Proposal Snow Blower October 12, 2015

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

More information

Section 12: Record Keeping Requirements. Minnesota Trucking Regulations

Section 12: Record Keeping Requirements. Minnesota Trucking Regulations Section 12: Record Keeping Requirements Minnesota Trucking Regulations 89 Section 12 Record Keeping Requirements 49 CFR Part 390 Motor carriers who are subject to the Federal Motor Carrier Safety Regulations

More information

City of New Haven. 101 FRONT STREET PO BOX 236 NEW HAVEN, MO Phone * * Fax

City of New Haven. 101 FRONT STREET PO BOX 236 NEW HAVEN, MO Phone *  * Fax City of New Haven 101 FRONT STREET PO BOX 236 NEW HAVEN, MO 63068 Phone 573-237-2349 * www.newhavenmo.org * Fax 573-237-4696 August 20, 2014 Request for Bids, Medium Duty Truck City of New Haven The City

More information

INVITATION TO BID PURCHASING DEPARTMENT P.O. BOX NORTH ASHLEY ST. VALDOSTA, GEORGIA #LC

INVITATION TO BID PURCHASING DEPARTMENT P.O. BOX NORTH ASHLEY ST. VALDOSTA, GEORGIA #LC INVITATION TO BID PURCHASING DEPARTMENT P.O. BOX 1349 327 NORTH ASHLEY ST. VALDOSTA, GEORGIA 31601 #LC-2019-7001 FOR: New Motor Grader w/rome Sloper for the Public Work s Department OPENING DATE: September

More information

Vehicle Care and Maintenance

Vehicle Care and Maintenance Because the following regulations change frequently, you are encouraged to check the following website for the most current information. www.fmcsa.dot.gov/documents/08-cargotankbulkpkg.pdf. Vehicle Care

More information

(978) TRAILER BROCHURE

(978) TRAILER BROCHURE BROCHURE www.allaccessequipment.com info@allaccessequipment.com (978) 712-4950 Steel Tow Bandit Trailer // Dual Axle Steel Tow Bandit Trailer // Dual Axle TECHNICAL SPECIFICATIONS Two 6,000 lbs capacity

More information

Trailer Assembly Guide Model MMT5X GVWR All Steel Trailer

Trailer Assembly Guide Model MMT5X GVWR All Steel Trailer DETAIL K2 INC. 1080 Clay Ave., Unit #2 Burlington Ont. L7L 0A1 1-888-277-6960 Trailer Assembly Guide Model MMT5X7 2050 GVWR All Steel Trailer 7.5 ft. (229 cm) Utility Trailer MMT5X7 man v.160328 STEP 1

More information

ADDENDUM 3 - APPENDIX A - TECHNICAL SPECIFICATIONS ONE (1) 3 TON 4X2 CARGO REEL CAB/CHASSIS

ADDENDUM 3 - APPENDIX A - TECHNICAL SPECIFICATIONS ONE (1) 3 TON 4X2 CARGO REEL CAB/CHASSIS 1. SCOPE It is the intent of the JEA to purchase ONE (1) 3T 4X2 CARGO REEL REGULAR CAB/CHASSIS (Chassis Only). Truck Chassis must be tested and delivered to JEA Fleet Facility (5717 New Kings Road Jacksonville,

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

Read the owner s manual completely before you use the trailer.

Read the owner s manual completely before you use the trailer. OWNER S MANUAL Read the owner s manual completely before you use the trailer. MODEL MPT-UM6096 IMPORTANT SAFETY CHECK LIST PLEASE NOTE: Trailers are not generally used every day. A trailer may sit for

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 LOMPOC UTILITIES DEPARTMENT ELECTRICAL DIVISION SPECIFICATION NO. ELE-115

CITY OF LOMPOC UTILITIES DEPARTMENT ELECTRICAL DIVISION SPECIFICATION NO. ELE-115 CITY OF LOMPOC UTILITIES DEPARTMENT ELECTRICAL DIVISION SPECIFICATION NO. ELE-115 PADMOUNTED TRANSFORMERS 12kV AND DUAL VOLTAGE, RADIAL FEED STAINLESS STEEL NOVEMBER 2011 Specification:ELE_115_R1 Page

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

H OUSTON COUNTY BOARD OF COM M I SSI ONERS

H OUSTON COUNTY BOARD OF COM M I SSI ONERS H OUSTON COUNTY BOARD OF COM M I SSI ONERS 2020 KI N GS CH A PEL ROAD TELEPH ON E (478) 218-4800 PERRY, GA 31069-2828 FACSIMILE (478) 218-4805 M ARK E. BAKER PURCHASING A GEN T August 14, 2018 Dear Vendor:

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

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

APPENDIX A TECHNCIAL SPECIFICATIONS

APPENDIX A TECHNCIAL SPECIFICATIONS 1. SCOPE The purpose of this Invitation to Negotiate (the "ITN") is to solicit pricing and select a vendor for the purchase of four (4) five ton 6X4, 14 to 16 cubic yard dump trucks, all new current model

More information

TEXAS DEPARTMENT OF TRANSPORTATION DIVISION OF EQUIPMENT AND PROCUREMENT

TEXAS DEPARTMENT OF TRANSPORTATION DIVISION OF EQUIPMENT AND PROCUREMENT TEXAS DEPARTMENT OF TRANSPORTATION DIVISION OF EQUIPMENT AND PROCUREMENT SPECIFICATION NO. TxDOT-070-81-03* TRAILER, TILT-BED,TANDEM AXLE, FIXED GOOSENECK 40,000-LB. NET CARRYING CAPACITY AT 50 MPH PART

More information

FRONT LOADER REFUSE CONTAINER BID SPECIFICATIONS

FRONT LOADER REFUSE CONTAINER BID SPECIFICATIONS FRONT LOADER REFUSE CONTAINER BID SPECIFICATIONS GENERAL The perspective bidder shall submit a bid for new refuse containers by way of three options. Option number one shall be interpreted as the standard,

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

BID PACKAGE (2)NEW 2018 SELF-PROPELLED BROOMS

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

More information

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

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

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

More information

MATERIAL SPECIFICATION ELECTRIC OPERATIONS ORGANIZATION. M3902 ****Supercedes BECo Standard E and ComElectric Spec ****

MATERIAL SPECIFICATION ELECTRIC OPERATIONS ORGANIZATION. M3902 ****Supercedes BECo Standard E and ComElectric Spec **** Page 1 of 8 ****Supercedes BECo Standard E2.12-2.12 and ComElectric Spec 6-0895**** 1.0 General Requirements SINGLE PHASE PAD-MOUNTED DISTRIBUTION TRANSFORMERS 1.1 These specifications cover single-phase

More information

Fifth Wheel Power Hitch ITD1253 OPERATIONS MANUAL

Fifth Wheel Power Hitch ITD1253 OPERATIONS MANUAL Fifth Wheel Power Hitch ITD1253 OPERATIONS MANUAL TM 208-587-7960 www.intheditch.com For the most up to date information please visit our website at: www.intheditch.com Like us on Facebook www.facebook.com/intheditch

More information

ITEM 1 - FORKLIFT, 6000-LBS, LP, DUAL FRONT DRIVE WHEELS (1 each)

ITEM 1 - FORKLIFT, 6000-LBS, LP, DUAL FRONT DRIVE WHEELS (1 each) ITEM 1 - FORKLIFT, 6000-LBS, LP, DUAL FRONT DRIVE WHEELS (1 each) GENERAL: It is the intent of these specifications to describe a Forklift, 6000-lbs., LP, Dual Front Drive Wheels. Unit shall be used in

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

INVITATION AND NOTICE FOR BIDS ONE 2009 OR NEWER HYDRAULIC DETACHABLE GOOSENECK TRAILER-(aka LOW BOY) w/trade-in

INVITATION AND NOTICE FOR BIDS ONE 2009 OR NEWER HYDRAULIC DETACHABLE GOOSENECK TRAILER-(aka LOW BOY) w/trade-in INVITATION AND NOTICE FOR BIDS ONE 2009 OR NEWER HYDRAULIC DETACHABLE GOOSENECK TRAILER-(aka LOW BOY) w/trade-in You are herewith notified that it is the intent of the Nampa & Meridian Irrigation District

More information

PT-200-S Cell on Wheels (COW)

PT-200-S Cell on Wheels (COW) PT-200-S Cell on Wheels (COW) Description The PT-200-S portable Cell on Wheels (COW) tower is configured specifically to address the communications needs of special events, emergencies, highly mobile operations

More information

BID FORM TRAILER-MOUNTED CONTINUOUS SEWER RODDER

BID FORM TRAILER-MOUNTED CONTINUOUS SEWER RODDER BID FORM TRAILER-MOUNTED CONTINUOUS SEWER RODDER Bidder: Address: Contact: Telephone: Email: TOTAL BID*: $ *includes all applicable state and local taxes, and delivery to PBCSD Delivery Schedule: Days

More information

Owner s Manual Enclosed Cargo

Owner s Manual Enclosed Cargo Owner s Manual Enclosed Cargo 1 This manual contains safety information and instructions for your trailer. You must read this manual before loading or towing your trailer. You must follow all safety precautions

More information

SELF-CERTIFICATION/MEDICAL EXAMINER S CERTIFICATION FACT SHEET

SELF-CERTIFICATION/MEDICAL EXAMINER S CERTIFICATION FACT SHEET April 2017 SELF-CERTIFICATION/MEDICAL EXAMINER S CERTIFICATION FACT SHEET As part of the Motor Carrier Safety Improvement Act, the Federal Motor Carrier Safety Administration (FMCSA) amended the Federal

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

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

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

More information

CITY OF LOMPOC UTILITIES DEPARTMENT ELECTRICAL DIVISION SPECIFICATION NO. ELE-112 SUBSTATION CLASS VACUUM CIRCUIT BREAKERS OCTOBER 2008

CITY OF LOMPOC UTILITIES DEPARTMENT ELECTRICAL DIVISION SPECIFICATION NO. ELE-112 SUBSTATION CLASS VACUUM CIRCUIT BREAKERS OCTOBER 2008 CITY OF LOMPOC UTILITIES DEPARTMENT ELECTRICAL DIVISION SPECIFICATION NO. ELE-112 SUBSTATION CLASS VACUUM CIRCUIT BREAKERS OCTOBER 2008 SPECIFICATION NO: ELE_112_R1.doc Page 1 of 3 Rev. 10/28/2008 SPECIFICATION

More information

DIVISION 14 CONVEYING EQUIPMENT

DIVISION 14 CONVEYING EQUIPMENT DIVISION 14 CONVEYING EQUIPMENT Page 1 of 4 Part 1 General 1.1 SCOPE OF WORK.1 Supply and install one (1) complete overhead (push trolley electric chain hoist) under running monorail crane systems as mentioned

More information

MINIMUM REQUIREMENTS FOR PLACEMENT ON ROTATION

MINIMUM REQUIREMENTS FOR PLACEMENT ON ROTATION MANAGEMENT DIRECTIVE TOWING ROTATION LIST RULES Promulgated Pursuant to the Administrative Procedures Act Authority - Ark. Code Ann. 12-8-106(a)(2) Effective date - June 6, 2005 RULE 1: OWNER S PREFERENCE

More information

SECTION 12 - CONSTRUCTION AREA TRAFFIC CONTROL TABLE OF CONTENTS

SECTION 12 - CONSTRUCTION AREA TRAFFIC CONTROL TABLE OF CONTENTS SECTION 12 - CONSTRUCTION AREA TRAFFIC CONTROL TABLE OF CONTENTS Section Page 12-1 GENERAL...12.1 12-2 FLAGGING...12.1 12-2.01 Flaggers...12.1 12-2.02 Flagging Costs...12.1 12-3 TRAFFIC-HANDLING EQUIPMENT

More information

6000W Generator - Water Cooled Diesel Engine - 25' Telescoping Tower - (4) 240W LED Fixtures - 129,6

6000W Generator - Water Cooled Diesel Engine - 25' Telescoping Tower - (4) 240W LED Fixtures - 129,6 6000W Generator - Water Cooled Diesel Engine - 25' Telescoping Tower - (4) 240W LED Fixtures - 129,6 Part #: WCDE-4-4X250LTL-LED Page: 1 Made in the USA The WCDE-4-4X250LTL-LED mobile light tower from

More information

Log Compliance Information

Log Compliance Information Log Compliance Information The following information is being provided to assure you understand that the Hours of Service and Log Compliance rules are required for all interstate drivers according to the

More information

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

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

More information

COMPACT LIGHT TOWERS MODEL WLTT PRODUCT SPECIFICATIONS JANUARY 2019 WSD

COMPACT LIGHT TOWERS MODEL WLTT PRODUCT SPECIFICATIONS JANUARY 2019 WSD WSD-1028 1 2019 COMPACT LIGHT TOWERS MODEL WLTT PRODUCT SPECIFICATIONS JANUARY 2019 Compact Light Towers Page 2 of 13 1. SYSTEM 1.1. Description Wanco Compact Light Towers provide wide-area lighting on

More information

SPECIFICATIONS FOR TRUCK EQUIPPED WITH AERIAL LIFT AND SERVICE BODY Pennsylvania Department of Military and Veteran Affairs

SPECIFICATIONS FOR TRUCK EQUIPPED WITH AERIAL LIFT AND SERVICE BODY Pennsylvania Department of Military and Veteran Affairs Page 1 of 5 SPECIFICATIONS FOR TRUCK EQUIPPED WITH AERIAL LIFT AND SERVICE BODY Pennsylvania Department of Military and Veteran Affairs Insulated Telescopic Articulating type aerial lift with the following

More information

SPECIFICATION, JEA CLASS 421: TRAILER MOUNTED BULL WHEEL TENSIONER UPDATED APRIL 25, 2018

SPECIFICATION, JEA CLASS 421: TRAILER MOUNTED BULL WHEEL TENSIONER UPDATED APRIL 25, 2018 1. SCOPE It is the intent of the JEA to purchase One (1) Bull Wheel Tensioner (Full Hydraulic) with On-Board Operator Station (TURN KEY / COMPLETE / OPERATIONAL). Purpose: Fiber Optic Cable (CAIFO144,

More information

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

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

More information

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

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

SPECIFICATION, JEA CLASS 133+ UP-FITS, DESIGN/BUILD: FLATBED/CAB GUARDS, REEL ATTACHMENTS, FABRICATION / ASSEMBLY ETC. UPDATED July 05, 2018

SPECIFICATION, JEA CLASS 133+ UP-FITS, DESIGN/BUILD: FLATBED/CAB GUARDS, REEL ATTACHMENTS, FABRICATION / ASSEMBLY ETC. UPDATED July 05, 2018 1. SCOPE It is the intent of the JEA to award a contract to DESIGN/BUILD/INSTALL Flatbeds with Cab Guards, Three Independently Removable Reel Stands with Complete Tow Package/Off-Road Hitch Assembly s

More information

LMS 106 CR MODEL MOBILE TOWER

LMS 106 CR MODEL MOBILE TOWER LMS 106 CR MODEL MOBILE TOWER 106 TALL, 6 EA SECTIONS LEGS ASTM A500-07, A53-12, GRADE B, US CARBON STEEL Lifetime Warranty TILT BASE ASSEMBLY INTEGRATED INTO TRAILER. Lifetime Warranty 3 SECTOR ANTENNA

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

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

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

More information

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

1.06 kw Solar Light Tower - 30' Light Tower - 7.5' Trailer - (4) 60W LED Lamps - (4) 250aH Batteries

1.06 kw Solar Light Tower - 30' Light Tower - 7.5' Trailer - (4) 60W LED Lamps - (4) 250aH Batteries 1.06 kw Solar Light Tower - 30' Light Tower - 7.5' Trailer - (4) 60W LED Lamps - (4) 250aH Batteries Part #: SPLT-1.06K-LM30-4XWP600E-AT-BC Page: 1 Made in the USA The Larson Electronics SPLT-1.06K-LM30-4XWP600E-AT-BC

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

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

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

BID SPECIFICATIONS FOR 16 STEEL DUMP BODY OPTION B (MANUAL TRANSMISSION) OX BODIES/16 STAMPEDE $24, (INCLUDING OPTIONS)

BID SPECIFICATIONS FOR 16 STEEL DUMP BODY OPTION B (MANUAL TRANSMISSION) OX BODIES/16 STAMPEDE $24, (INCLUDING OPTIONS) BID SPECIFICATIONS FOR 16 STEEL DUMP BODY OPTION B (MANUAL TRANSMISSION) OX BODIES/16 STAMPEDE $24,712.00 (INCLUDING OPTIONS) GENERAL These specifications shall be construed as the minimum acceptable standards

More information

FLORIDA SHERIFFS ASSOCIATION & FLORIDA ASSOCIATION OF COUNTIES

FLORIDA SHERIFFS ASSOCIATION & FLORIDA ASSOCIATION OF COUNTIES FLORIDA SHERIFFS ASSOCIATION Name of Dealership Type of Vehicle Zone TRAILER MOUNTED SEWER CLEANER (Specification #48) Base Unit Price Pat's Pump & Blower 2018 Obrien 7018-SC Western $64,645.00 2018 Obrien

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

Central Florida Regional Transportation Authority d.b.a.

Central Florida Regional Transportation Authority d.b.a. Central Florida Regional Transportation Authority d.b.a. 455 N. Garland Avenue Orlando, FL 32801 AMENDMENT OF SOLICITATION 1. AMENDMENT NO: 2. SOLICITATION NO: 3. SOLICITATION DATE: 4. EFFECTIVE DATE:

More information

LIGHTNING PROTECTION UNIT (LPU)

LIGHTNING PROTECTION UNIT (LPU) LIGHTNING PROTECTION UNIT (LPU) Photovoltaic Lightning Protection Device Installation and Operation Manual SPECIALTY CONCEPTS, INC. 8954 Mason Ave. Chatsworth, CA 91311 USA MODELS COVERED: LPU-50, LPU-150,

More information

6000W Generator - Water Cooled Diesel Engine - 25' Telescoping Tower - (4) 240W LED Fixtures

6000W Generator - Water Cooled Diesel Engine - 25' Telescoping Tower - (4) 240W LED Fixtures 6000W Generator - Water Cooled Diesel Engine - 25' Telescoping Tower - (4) 240W LED Fixtures Part #: WCDE-4-4X250LTL-LED-MOD4 Page: 1 Made in the USA The WCDE-4-4X250LTL-LED-MOD4 mobile light tower from

More information

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

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

More information

CITY OF 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