COLQUITT COUNTY BOARD OF COMMISSIONERS

Size: px
Start display at page:

Download "COLQUITT COUNTY BOARD OF COMMISSIONERS"

Transcription

1 COLQUITT COUNTY BOARD OF COMMISSIONERS 101 East Central Avenue TERRY R. CLARK Chairman BARBARA JELKS District 1 Commissioner CHRIS HUNNICUTT District 2 Commissioner MARC DEMOTT District 3 Commissioner AL WHITTINGTON District 4 Commissioner PAUL NAGY District 5 Commissioner JOHNNY HARDIN District 6 Commissioner Post Office Box 517 Moultrie, Georgia Phone Facsimile CHARLES H. CANNON, IV County Administrator MELISSA E. LAWSON County Clerk LESTER CASTELLOW County Attorney Post Office Box 190 Moultrie, Georgia November 30, 2018 INVITATION TO BID RE: NEW 66,000 GVWR TRUCK CHASSIS Colquitt County is accepting sealed bids on one New 66,000 GVW Rear Loading Trash Truck to be used by Colquitt County Solid Waste Department, specifications are attached. We are requesting an option for buyback program to be provided with complete contract details where available. The bid packet is available on Colquitt County s web site. Please visit and refer to the Bid and RFP List to download this packet. Sealed bids will be accepted in the office of the County Purchasing Agent, 101 East Central Ave., Room 206, Moultrie, GA or P. O. Box 517, Moultrie, Georgia ), until Thursday, December 20, 2018, at 2:30 P.M. at which time they will be publicly opened and read aloud. Bids must be in a sealed envelope plainly marked in the lower left hand corner REAR LOADING GARBAGE TRUCK. It is the bidder s responsibility to have all bids turned in by the called time. No bids will be accepted after the called time. No bids may be withdrawn for a period of thirty (30) days after the called time. The Colquitt County Board of Commissioners reserves the right to accept or reject any or all bids and to waive any and all formalities. Any and all questions are to be directed to: Judy Bales, Purchasing Agent, , jbales@ccboc.com Stacy Griffin, Solid Waste Director, , stacygriffin@ccboc.com Mac Lawson, Maintenance Superintendent, , wlawson@ccboc.com Thank you for your interest in bidding. Sincerely, Judy Bales Purchasing Agent

2 32 Yard Rear Loading Refuse Collection Truck Body Colquitt County Board of Commissioners Body Bid Specifications SCOPE: It is the intent of this specification to describe a hydraulically actuated packer body of the rear loading type with the following minimum specifications considered necessary to perform the work assigned. The body shall be capable of compacting and transporting refuse to a landfill or transfer station and dispensing the load by means of hydraulic ejection. The body shall not be required to be tilted, lifted, or otherwise displaced from the chassis in order to eject the load. Bidder must provide authorized body warranty & service center within 50 miles of Colquitt County maintenance facility. Bidder must provide a minimum of 5 references (Contact name and phone number) in the state of Georgia. Bidder shall have a minimum of 50 units that have been in operation in Georgia for at least 5 years. GENERAL: All equipment furnished under this contract shall be new and unused, and the same as the manufacturers current production model. Manufacturer s body must have been in production for at least 8 years. A users list is to be included in bid package. Accessories not specifically mentioned, but necessary to furnish a complete unit ready for use shall also be included. The equipment furnished shall conform to all ANSI Safety Standards Z A. CAPACITY 1. The body shall have a minimum capacity of: SUGGESTED BID SPECIFICATIONS Bidder Shall Complete the Following If No, State Specifically the Item being Offered YES NO OFFERED a. 32 Cubic Yards 2. The body shall have an average compaction rate of 1,100 pounds per cubic yard B. BODY DIMENSIONS 1. Maximum overall body width not to exceed Maximum overall length and height (with tailgate in locked position) above the chassis frame not to exceed: Capacity Length Height CT a. 32 Cu. /Yd

3 (Continued) YES NO OFFERED 3. Body weight (exclusive of options) shall be a minimum of: Capacity Weight a. 32 Cu. /Yd. 19,200 pounds C. BODY CONSTRUCTION 1. The body shall be constructed entirely of 10 gauge 80,000 PSI steel. 2. Body sides, roof shall be curve shell design without the need of side bracing. Continuous operation at maximum loads without harmful deformation or wear. Brake formed body sides will not be accepted. 3. The roof shall be constructed of 10 gauge 80,000 PSI steel. 4. The body sides shall be constructed of 10 gauge, 80,000 PSI steel. Sides shall be braced along the bottom 3 1/2" x 12" from tailgate tapered to a point at the front of the body. Longitudinal braces shall be interconnected with floor gussets and continuously welded. 5. The body floor shall be ¼ 100,000 PSI steel with 7 gauge support gussets. (Trough floors not acceptable) 6. Side access door shall be located on the street side of the body side wall. The door shall be securely fastened to the body side wall by removable hinges. (30 x 30) 7. Side access door shall be equipped with a safety interlock to Disengage the hydraulic system when open. Include Step access. D. TAILGATE DIMENSIONS 1. Hopper opening width shall not be less than 80 wide and 50" high. 2. Hopper capacity shall not be less than 3.55 cubic yards per Wastec Recommended Practice (DWRP03 N01) and without the use of Hopper extensions. Welded or bolted on. Two piece tailgate designs will not be accepted. 2

4 (Continued) YES NO OFFERED 3. Hopper cycle time with the standard PTO and pump shall not exceed an average of seconds. 4. The entire hopper floor shall be a minimum of 1/2" 50,000 PSI steel adequately braced to withstand maximum loading pressures. 5. The hopper sides shall be constructed of 1/4" 100,000 PSI steel. 6. The hopper wall braces shall be 10 gauge 80,000 PSI high strength steel. 7. The hopper channels are to be 8.5" X 3.5" X 1/4" 50,000 PSI steel and the track rails are to be 1/2" X 3". E. TAILGATE CONSTRUCTION 1. Tailgate is to be attached by (2), 1 1/2" thick plate hinges. 2. The tailgate shall have a water tight sealing height of 54". 3. The slide panel guide track shall be constructed of 1/2 x 3 36,000 PSI yield steel.(free floating design is not acceptable). 4.The tailgate shall be held in the closed position with auto tailgate locks, with linkage style actuation. 5. The tailgate shall be raised by two 3 1/2 x 42 double acting cylinders equipped with restrictors to prevent precipitous tailgate decent in the event of a broken hydraulic line. 6. The tailgate perimeter edge shall be reinforced by 3 x 2 x 1/4" wall structural tube steel. 7. Tailgate shall be equipped with a chemically inert seal to provide a watertight seal. 3

5 (Continued) YES NO OFFERED 8. Hopper floor shall remain stationary during the packing cycle and shall be equipped with a 1 1/2 NPT drain plug. 9. The hopper load sill shall be constructed from a 3/8 plate welded to a 1/4" wall formed structure and be 3" below the chassis frame height. 10. Self cleaning grip strut steps and grab handles shall be required on both sides of the tailgate. The steps shall be bolted on for easy repair or removal. F. PACKING MECHANISM CONSTRUCTION 1. The sweep panel shall be of the backhoe packing type, and designed to have a minimum clearance too thoroughly clean the hopper bottom during cycling. 2. The sweep panel face plate shall be constructed of 1/4 100,000 PSI steel and shall be reinforced with internal braces constructed of 3/8 thick steel. It shall be equipped with 3/4" thick high strength cylinder supports, 3/8" 50,000 PSI steel braces and 1/4" 50,000 PSI gussets. 3. The sweep panel shall be powered by two 5 x 25 5/8" double acting cushioned cylinders equipped with replaceable bushings. Cylinders must be interchangeable with the County s last 2 units. 4. The sweep pivot bearings are to be 4 1/2" ID x 5" OD bronze bushings. 5. The sweep panel cutting edge is to be 5/8" AR200 steel. 6. The slide panel face plate shall be constructed of¼ 100,000 PSI steel with 3/4" 50,000 PSI steel side frames and 3/16" 80,000 PSI steel center support braces. 7. The slide panel shall be powered by two 5 1/2 x 38 5/8" stroke cushioned double acting cylinders. Cylinders must be interchangeable with County s last two units. 8. The linear slide movement of the panel shall be accomplished on two high strength rectangular tubing with each having an upper and lower UHMW pad that measures 4" x 14" 4

6 (Continued) YES NO OFFERED 9. All packing cylinder must be mounted inside the Structure of the tailgate 10. The pivotal rotation of the sweep panel shall be accomplished through the sweep panel cylinder pivot which shall consist of two 2" diameter stress proof pivot pins. 11. The slide, sweep and option cycles will be positive and automatic and be operated from the right hand side of the tailgate at the rear; all levers to be clearly identified that allow the operator to start, stop and reverse the direction of any function, at any time throughout the packing cycle. 12. UHMW slide pads shall be easily replaced without removing the slide panel or slide shoes through easy external ports. G. EJECTION PANEL CONSTRUCTION 1. Ejection panel shall form the front of the body and be hydraulically operated and designed to have a minimum clearance to thoroughly clean the body during cycling. 2. The load shall be discharged by means of a center mounted positive ejection system. A double acting, 7.5" bore telescopic cylinder shall extend and retract the full length of the body. 3. The ejection panel face plate shall be constructed of¼ 100,000 PSI sheet steel and reinforced with trapezoidal cross members of 3 x 3 and 4 x 4 1/4" wall structural tube. 4. The ejection panel shall slide on four 1" x 4" x 48 UHMW high density slide bearing blocks. 5. The ejection panel shall extend and retract without the assistance of clamp bars. 6. The ejection panel will be automatically retracted during the packing mode by a pilot activated pressure relief system for optimum load density. 5

7 (Continued) YES NO OFFERED 1. The ejector panel and tailgate raise controls to be positive type, manually activated and shall be mounted outside at the front of the body on the front left-hand side of the body. 2. The telescopic cylinder shall not lay in a horizontal position on the floor of the packer. It shall be mounted at an angle so as to prevent trash at the floor level accumulating on it. 3. Ejection cylinder must be mounted to floor not body roof H. CONTROLS 1. The packing mechanism controls shall be located curbside and incorporate direct linkage to the valve spool. The valve sections will be located within the side frame of the tailgate and be easily accessible. The speed up sensor for the packing mechanism shall be a proximity style switch adequately protected from limbs and debris. 2. An electrical device shall be supplied to automatically raise the engine speed to the proper RPM during the packing cycle. 3. An additional throttle advance switch shall be mounted at the front left hand side of the body near the tailgate raise control handle and at the rear right hand side near the packing panel control. 4. A Back Pack Valve shall be required to automatically retract the ejection panel when packing against it by sensing the packing pressure at the rear valve. 5. The packing panel control shall be designed to accomplish the normal packing cycle in two steps and shall be reversible or stopped at any time during the cycle. 6. The packing panel control shall be a two handle design and located at the rear of the tailgate on the curbside. 6

8 (Continued) I. HYDRAULIC SYSTEM YES NO OFFERED 1. A power takeoff/pump combination shall be used to power the hydraulic system or front mount pump w EOS. 2. All hydraulic valve shall be mechanically operated and use direct link controls. 3. Front valve shall not be mounted under the body to protect from road debris and damage. 4. The hydraulic pump shall provide a delivery of 36 GPM at RPM. 4. Normal maximum operating pressures shall not exceed 2450 PSI. 5. The hydraulic system shall incorporate a relief valve and a hydraulic pressure gauge to protect all components from excess pressures. 6. All hydraulic hoses shall conform to S.A.E. Standards. No flat spots in hoses will be acceptable. 7. Hydraulic tank shall not be less than 60 gallons and must be equipped with a sight and temperature gauge. The tank shall be frame mounted. 8. A replaceable 10 micron external filter with by-pass valve and visual indicator shall be furnished in the return line of the hydraulic system. 9. A shut-off valve shall be mounted on the suction line near the oil tank. 10. All cylinder rods shall be chrome plated. 11. Sweep and slide cylinder rods induction hardened. 12. All cylinders shall incorporate nylon wear rings on the piston and rods to prevent metal to metal contact, and an O ring is to be used to pre-load the seal. 13. All cylinder rod end pin lugs shall be welded to the cylinder rod. 14. Steel hydraulic tubing shall be zinc plated. 7

9 (Continued) YES NO OFFERED 15. All hydraulic tubes shall be securely clamped to prevent abrasion and excessive noise. 16. All hydraulic hoses and pipes, wherever they are exposed to limb, ground obstructions, or debris damage, shall be properly shielded or guarded. 17. All pressure and return hydraulic hoses shall have a 4:1 burst safety factor and use hose ends of 37-degrees JIC fittings wherever possible. J. ELECTRICAL 1 All body wiring shall be loomed and/or in conduit with heat shrunk connectors. Wiring shall be color coded & labeled. 2 The body shall be equipped with approved LED clearance, warning, tail, license, stop and turn signals in compliance with the national safety standards. 3 The body shall be equipped with an external audio back up alarm activated when the chassis is in reverse. 4 Driver alert buzzer shall be installed at the rear of the tailgate located by the packing controls. PTO kill switch must also be provided next to the driver alert button. 5 A light shall illuminate in the cab when the tailgate is open and an audible alarm will sound when the tailgate is open. 6 A light bar shall be mounted on the upper section of the tailgate and consist of (4) 4" stop, turn and three clearance lights, in accordance to the national safety standards. 7. A color rear vision camera shall be installed with a 7 monitor mounted in the cab. 8

10 (Continued) YES NO OFFERED K. PAINT 1. The body shall be properly cleaned with a chemical etching solution to remove all dirt, oil, and prepare surface for good paint adhesion. All surfaces shall be clean of welding slag. Gray DuPont, lead-free epoxy primer with rust inhibitors shall be applied. 2. DuPont Elite paint shall be applied. Colquitt County Green: L.MOUNTING 1. Body shall be mounted in accordance to industry standards. No welding shall be performed on the chassis frame in the mounting process. M.SAFETY 1. Access door to body to be equipped with an interlock switch to disable the hydraulic system when the door is open. 2. Safety Shut Down switch to be provided on the right side of the tailgate. 3. Driver alert switch to be provided at the right rear of the truck lb. Fire extinguisher mounted on body or truck frame. 5. Triangle reflector kit located in cab. N.WARRANTY 1. Manufacturer s limited warranty shall apply for a period of one year after date of acceptance of the unit. Bidder must submit detailed MFG warranty policy and procedures. 2. Hydraulic cylinders shall have a limited warranty for a period of two year after date of acceptance of the unit. 9

11 (Continued) YES NO OFFERED O. OPTIONAL EQUIPMENT 1. Hopper Lights Two halogen white lamps shall be mounted on the upper half of the tailgate. The lights shall be capable of illuminating the hopper of the tailgate. The lights will be activated by a switch in the cab of the chassis. 2. Strobe Lights A strobe light shall be mounted on the upper half of the tailgate. The light shall be activated by a switch located inside the cab of the chassis. LED Smarts Strobes shall included on Upper TG cluster, Lower TG cluster, and 2 on the Upper front corners of the body. 3. Tippers Tipper handles shall be direct linkage through the rear control valve. No diverter valves are to be used to control tipper function. The tipper control handles shall extend all the way to the hopper side edge so that the operator can tip cart and see inside hopper. Dual Bayne MBTL or Barker HB15-45 shall be installed and ready to operate. 10

12 Bidder must also include 4 spare hydraulic filters, 4 spare proximity switches, and one spare tipper. Bidder is to provide qualified references and include name, phone number, and organization. References less than 1 year old are not considered qualified references. Body dealer must have minimum 5 years representing the manufacture of the body bid. Bidder must also provide proof of stocking parts at the dealer s facility in Georgia. Dealer must provide a complete list of body stocking parts in their Georgia location. Manufacture of body is required to have a minimum of 5 years of full production (R&D time is not to be included) of model bid. These specifications are performance based and to the County s knowledge there are no legal patents preventing any qualified manufacture from producing these minimum performance measures. EXCEPTIONS TO BODY SPECIFICATIONS: Line # Explanation _ 11

13 SPECIFICATIONS ON CHASSIS FOR 32 YARD REAR LOADER YES or NO CHASSIS 1. G.V.W. TO BE 66,000# FACTORY CERTIFIED. 2. WHEELBASE TO MEET BODY REQUIREMENTS. 3. FRONT AXLE TO BE 20,000# MINIMUM. OIL LUBRICATED WHEEL BEARINGS. 4. REAR AXLE TO BE 46,000# MINIMUM WITH DRIVER CONTROLLED AIR OPERATED POWER DIVIDER LOCKOUT, AND PRESSURE LUBE SYSTEM IN POWER DIVIDER IF NEEDED. 5. ENGINE TO BE MINIMUM 11 LITER DIESEL MINIMUM RPM.MINIMUM 1200 LB. FT RPM. SINGLE STAGE AIR CLEANER.CURRENT EMISSIONS. 10 GALLONS OF DEF TO BE INCLUDED AT DELIVERY. 6. ENGINE BRAKE WITH ROCKER SWITCH IN DASH 7. VERTICLE EXHAUST SYSTEM WITH CURVED STANDPIPE. 8. BELLY PAN. 9. TWO-WAY SHUTDOWN FOR LOW OIL PRESSURE AND HIGH WATER TEMPERATURE. 10. HORTON FAN CLUTCH OR EQUAL 11. TRANSMISSION TO BE ALLISON 4500RDS-P 6 SPEED. DASH MOUNTED OIL TEMPERATURE GAUGE. REMOTE MOUNTED OIL FILTER. TRANSMISSION REAR SUPPORT. WATER/OIL HEAT EXCHANGE. TRANSMISSION SHALL BE PROGRAMMED TO UTILIZE ALL 6 SPEEDS FROM EITHER SIDE H.D. DRIVELINE WITH MIDSHIP BEARING. 13. ALLISON HD AUTO NEUTRAL AK FUNCTION IF NEEDED BY BODY MFG AMP ALTERNATOR. 2,280 CCA MAINTENANCE FREE BATTERIES. 15. BATTERY DISCONNECT SWITCH MOUNTED ON BATTERY BOX ,200 SQ. IN. RADIATOR MINIMUM OR EQUAL FRAME TO HAVE 3/8 INCH MAIN RAILS WITH FULL LENGTH INNER CHANNEL LINER. 18. MINIMUM R.B.M. RATING 2,800,000 IN. LBS. PER RAIL. 19. FRONT TOW HOOK(S). 20. FRONT P.T.O. PROVISIONS, INCLUDING ACCESS TO FRONT OF ENGINE CRANKSHAFT. 21. EXTENDED FRONT BUMPER AND ADAPTER PLATE ON FRONT OF ENGINE CRANKSHAFT. 12

14 YES NO 22. SUSPENSION TO BE 20,000# FRONT SPRINGS MINIMUM ,000# HENDRICKSON HALLMAAX REAR SUSPENSION OR EQUAL. 24. BRAKES: 16.5 X 6 FRONT & 16.5 x 8 REAR. MINIMUM 25. BENDIX SERVICE REFUSE BRAKES, FRONT AND REAR OR EQUAL CFM COMPRESSOR. 27. HEATED AIR DRYER. 28. BERG PULL CORD DRAIN VALVE AND CENTRAL DRAIN STATION. 29. SCHRADER AIR SYSTEM CHARGE VALVE ON FRONT BUMPER. 30. SEVEN WIRE HARNESS WITH JUNCTION BOX FOR BODY LIGHTS AND ADDITIONAL 5 WIRE HARNESS WITH CIRCUIT BREAKERS AND JUNCTION BOX COILED BEHIND CAB FOR PERMANENT BODY MOUNTING WITH 5 FEET HARNESS LENGTH. 31. DUST SHIELDS FRONT AND REAR. 32. AIR TANKS MOUNTED INSIDE FRAME RAILS. 33. TIRES TO BE 315/80R PLY FRONT TIRES. 315/80R PLY REAR TIRES WITH TRACTIONTREAD OR ALL POSITION. 34. WHEELS TO BE STEEL DISC FRONT AND REAR X 9.0 FRONT WHEELS X 9.0 REAR WHEELS. 35. FUEL TANK TO BE MINIMUM 80 GALLONS ALUMINUM. CAB A. 53 INCH (APPROX) BBC. B. LOW TILT CAB FORWARD WITH HYDRAULIC TILT. AIR OR ELECTRIC MOTOR CONTROLLED TO BE INCLUDED. C. CAB CONSTRUCTION OF ALUMINUM, FIBERGLASS OR STAINLESS STEEL TO PROHIBIT RUST. D. AIR-RIDE LEFT HAND DRIVER SEAT. E. RIGHT HAND STAND UP WITH FOLD DOWN PASSENGER SEAT. F. 4.5 RUBBER FENDERS ON WHEEL WELLS AND CAB FENDERS. G. 24 SPLASH GUARDS ON FRONT FENDERS WITH BRACKETS. H. SHOULDER HARNESS FOR DRIVER AND PASSENGER. I. FACTORY TINTED GLASS ALL WINDOWS. J. FACTORY INSTALLED AIR CONDITIONING. K. HEATER/WATER SHUTOFF VALVES. L. DUAL 7 X 16 MIRRORS WITH STAINLESS STEEL BRACKETS. M. HEATED & POWERED MIRROR HEADS. N. DUAL 8 7/8 HEATED CONVEX MIRRORS. O. ROLL UP OR POWER UP / DOWN WINDOWS RH & LH. 13

15 P. AM/FM WEATHERBAND RADIO WITH ELECTRONIC TUNING. Q. AUXILIARY RADIO TERMINALS AND ANTENNEA LEADS. R. AM/FM WEATHERBAND RADIO WITH ELECTRONIC TUNING YES NO S. 5# LB. FIRE EXTINGUISHER. T. DASH MOUNTED AIR CLEANER RESTRICTION GAUGE. U. TRIANGLE SAFETY KIT (KYLOR SOLID STATE HD FLASHER). V. WARNING LIGHTS AND BUZZERS FOR AIR, OIL, AND WATER IN ADDITION TO DIRECT READING GAUGES. W. PARKING BRAKE WARNING LIGHT. X. 2 SPARE TOGGLE SWITCH. Y. BACK-UP ALARM WIRING TO END OF FRAME. Z. AIR HORN & REMOTE AIR VALVE IN CAB W QUICK DISCONNECT AND AIR GUN WITH HOSE SO THAT THE INSIDE OF CAB CAN BE BLOWN OUT. AA. FULL SET OF GAUGES ON DASH: MUST INCLUDE SPEEDOMETER, TACHOMETER, VOLTMETER, PRIMARY & SECONDARY AIR PRESSURE GAUGES, ENGINE OIL PRESSURE, AND FUEL GAUGE. BB. WARNING LIGHTS WITH AUDIBLE ALARM FOR HIGH COOLANT TEMPERATURE, PARKING BRAKE, POWER DIVIDER LOCKOUT (FOR TANDEM AXLES), LOW OIL PRESSURE, AND LOW AIR PRESSURE. CC. WARNING INDICATORS: LOW AIR PRESSURE, LOW OIL PRESSURE, AND HIGH COOLANT TEMERATURES. DD. CRUISE CONTROL. EE. PARKING BRAKE CONTROL VALVE. FF. WIPER / WASHER CONTROLS. GG. HEAD LIGHTS, CLEARANCE LIGHTS, SMART MESSAGE CENTER (SMC), RESET SWITCH, FAN CLUTCH OVERRIDE SWITCH AND DIMMER SWITCH. HH. POWER STEERING. II. DUAL STEERING JJ. IMRON PAINT OR EQUAL. 14

16 WARRANTIES YES OR NO I. FIVE YEAR OR 300,000 MILE WARRANTY MINIMUM ON ENGINE, TURBO, WATER PUMP, INJECTORS, AND AFTER TREATMENT SYSTEM. II. FIVE YEAR / UNLIMITED MILES WARRANTY ON TRANSMISSION. III. THREE YEAR WARRANTY ON AIR CONDITIONING AND HEATER. IV. FIVE YEAR WARRANTY ON TRUCK FRAME. V. FIVE YEAR WARRANTY ON CAB & 3 YEAR TOWING MANUALS COMPLETE AND ACCURATE COPIES (PAPER&CD) OF THE FOLLOWING ITEMS FOR THE CAB AND CHASSIS AND COMPACTION BODY SHALL BE FURNISHED AT THE TIME OF DELIVERY OF THE UNIT, AT NO ADDITIONAL COST TO COLQUITT COUNTY. ALL INFORMATION IS TO BE DELIVERED WITH TRUCK. DESCRIPTION AND TOTAL COPIES ARE AS FOLLOWS: i. OPERATORS INSTRUCTION MANUAL 1 COPY ii. LUBRICATION INSTRUCTIONS 1 COPY iii. SHOP MAINTENANCE MANUALS 1 COPY iv. ILLUSTRATED PARTS MANUALS 1 COPY v. AIR PIPING DIAGRAMS AS FURNISHED - 1 COPY vi. HYDRAULIC DIAGRAMS AS FURNISHED 1COPY vii. CHASSIS LINE ITEMS SHEET 1 COPY viii. ELECTRICAL SCHEMATICS & SINGLE LINE DRAWINGS 1 COPY ix. TROUBLE SHOOTING CD FOR DIAGNOSTICS 1 COPY x. COMPLETE 1 ST SERVICE KIT: OIL, AIR, FUEL FILTERS INCLUDED TRAINING VENDOR SHALL PROVIDE, AT NO ADDITIONAL COST, A QUALIFIED INSTRUCTOR(s) TO CONDUCT TRAINING CLASSES FOR UP TO (4) HOURS OF INSTRUCTION ON THE BODY AND CHASISS FOR THE FLEET MAINTENANCE & SANITATION OPERATORS. SUCH TRAINING SHALL BE CONDUCTED AT THE COUNTY SHOP AND ON THE COUNTY ROUTES. 15

17 16 Exceptions To Chassis Specifications Line # Explanation _

18 COLQUITT COUNTY BOARD OF COMMISSIONERS NEW 66,000 GVWR TRUCK CHASSIS BID SHEET 1. NEW GARBAGE TRUCK CHASSIS $ 2. LESS: DISCOUNTS DUE COUNTY GOVERNMENTS $ 3. TOTAL AMOUNT $ 4. LESS: GUARANTEED BUY BACK AT 2 years $ 5. TOTAL COST AFTER BUY BACK PROGRAM $ COLQUITT COUNTY WILL PAY ONLY THE AMOUNT SHOWN ON LINE THREE (3). LIST OTHER STANDARD EQUIPMENT TO BE INCLUDED IN BID PRICE: STATE AND EXPLAIN WARRANTY TO BE INCLUDED IN BID PRICE: STATE IDENTITY OF EQUIPMENT ON WHICH BID IS SUBMITTED: APPROXIMATE DELIVERY DATE DATE AUTHORIZED PERSON (PRINT OR TYPE) SIGNATURE COMPANY NAME ADDRESS TELEPHONE NUMBER AND ADDRESS 17

COLQUITT COUNTY BOARD OF COMMISSIONERS

COLQUITT COUNTY BOARD OF COMMISSIONERS COLQUITT COUNTY BOARD OF COMMISSIONERS 101 East Central Avenue TERRY R. CLARK Chairman BARBARA JELKS District 1 Commissioner CHRIS HUNNICUTT District 2 Commissioner MARC DEMOTT District 3 Commissioner

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

1- Body capacity The minimum capacity of the body, excluding hopper area is:

1- Body capacity The minimum capacity of the body, excluding hopper area is: 1- Body capacity The minimum capacity of the body, excluding hopper area is: 10.5 cu.yd. 2- Body dimensions The body is rounded to permit maximum capacity. Inside body width is: Outside body width is:

More information

NELSON COUNTY FISCAL COURT

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

More information

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

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

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

More information

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

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

More information

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 REQUEST

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

I N V I T A T I O N F O R B I D S NOTICE TO BIDDERS

I N V I T A T I O N F O R B I D S NOTICE TO BIDDERS I N V I T A T I O N F O R B I D S NOTICE TO BIDDERS The City of Alamosa Department of Public Works, 300 Hunt Avenue, Alamosa, CO will be accepting bids until 1:30 p.m., December 19, 2016, for a 2016 Automated

More information

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

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

More information

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

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

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

AUTOMATED REFUSE TRUCK RIGHTHAND OPERATING, DIESEL POWERED

AUTOMATED REFUSE TRUCK RIGHTHAND OPERATING, DIESEL POWERED AUTOMATED REFUSE TRUCK RIGHTHAND OPERATING, DIESEL POWERED The unit(s) to be furnished under this proposal shall be a diesel powered, Low Entry, Tilt Cab with Cab over chassis, Color White, automatic transmission,

More information

RAC EXPORT TRADING Germany Tel

RAC EXPORT TRADING Germany   Tel Technical Specification Kenworth 963S oilfield truck, new GAWR RATINGS Front Axle Weight Rating 40.000 Lb. 18.140 kg Rear Axle Weight Rating 150.000 Lb 68.030 kg Gross Vehicle Weight Rating 190.000 Lb.

More information

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

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

More information

Automated Side Loader Refuse Compactor January 2012

Automated Side Loader Refuse Compactor January 2012 W:\Automizer\AUTOMIZER BID SPECIFICATIONS Automated Side Loader Refuse Compactor January 2012 General Conditions The City of Burley invites all interested parties to bid on providing a side loading refuse

More information

Type 3 Fire Engine Model 346

Type 3 Fire Engine Model 346 Type 3 Fire Engine Model 346 Issue Date: February 2016 Supersedes: February 2014 Type 3 Fire Engine, Model 346 Supersedes February 2014 Page 1 Table of Contents Record of Revisions 3 1 General 4 1.1 General

More information

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

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

More information

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

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

BANNOCK COUNTY SOLID WASTE

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

More information

F120HE Drop Frame Manual Side Loader

F120HE Drop Frame Manual Side Loader The Fanotech F120HE is a compact manual side loader designed for areas not practical for larger machines where easy maneuverability is important, or for smaller routes were high volume is not required.

More information

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

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

More information

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 2018-008 Compact Sidewalk Sweeper December 21, 2017 Sir/Madam: Sealed Proposals will be received in the office of the Purchasing Agent,

More information

NORTH CAROLINA SHERIFFS ASSOCIATION

NORTH CAROLINA SHERIFFS ASSOCIATION NORTH CAROLINA SHERIFFS ASSOCIATION Name of Dealership Type of Vehicle Zone LOADMASTER EXCEL "S" REAR LOADER - 31 YARD (Specification #76) Base Unit Price 2016 Loadmaster Excel "S" Rear Loader - 31 Yard

More information

NORTH CAROLINA SHERIFFS ASSOCIATION

NORTH CAROLINA SHERIFFS ASSOCIATION NORTH CAROLINA SHERIFFS ASSOCIATION Name of Dealership Type of Vehicle Zone LOADMASTER EXCEL "S" REAR LOADER - 20 YARD (Specification #73) Base Unit Price 2016 Loadmaster Excel "S" Rear Loader - 20 Yard

More information

Minimum Specifications for One New Yard Roll-Off Truck

Minimum Specifications for One New Yard Roll-Off Truck Minimum Specifications for One New 2018-2019 30 Yard Roll-Off Truck Any equipment ordinarily listed as standard equipment will not be removed from new unit unless being replaced by other equipment to meet

More information

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

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

More information

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

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

More information

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

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 Administrative Officer Dick Phebus, Finance Director Shan Criswell, Parks and Recreation Director REQUEST

More information

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

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

More information

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

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

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

More information

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

534E LA LANDFILL COMPACTOR. Operating Weight - w/ blade kg (50,485 lb) - w/ bucket kg (53,351 lb) Net Horsepower 169 kw (227 hp)

534E LA LANDFILL COMPACTOR. Operating Weight - w/ blade kg (50,485 lb) - w/ bucket kg (53,351 lb) Net Horsepower 169 kw (227 hp) 534E LA LANDFILL COMPACTOR Net Horsepower 169 kw (227 hp) Compaction ratio 1 : 3.5 Operating Weight - w/ blade 22 900 kg (50,485 lb) - w/ bucket 24 200 kg (53,351 lb) The best in the business for productivity

More information

FLAT BED STAKE BODY TRUCK

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

More information

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

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

More information

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

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

Request for Proposal. Rear Load Refuse Truck

Request for Proposal. Rear Load Refuse Truck Request for Proposal Rear Load Refuse Truck December 29, 2015 RFP Bidding Specifications 1.0 INTENT It is the intent of this specification to provide for the purchase of two (2) new and unused Rear Load

More information

TMS x 4 & 6 x 6

TMS x 4 & 6 x 6 TMS5 6 x 4 & 6 x 6 Dimensions 8' (2438) TAILSWING 11' 1" (3383) 7' 8" (2337) RET 13' 9-3/4" (4210) MID EXT ' (96) EXT Note: ( ) Reference dimensions in mm 16-3/4" (425) 43' 4" (13 8) OVERALL 10' 10" (32)

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

S STATE OF MINNESOTA PRICE PAGES S-843(5)

S STATE OF MINNESOTA PRICE PAGES S-843(5) Vendor Name: MacQueen Equipment, Inc. Contact Person: Dan Gage Street Address: 595 Aldine Street P.O. Box: City, State, Zip St. Paul, MN 55104 Phone #: 651.645.5726 Toll Free #: 800.832.6417 Fax #: 651.645.6668

More information

NOTICE OF BID. The City of Pigeon Forge is receiving bids on four trucks for the Public Works Department.

NOTICE OF BID. The City of Pigeon Forge is receiving bids on four trucks for the Public Works Department. NOTICE OF BID The City of Pigeon Forge is receiving bids on four trucks for the Public Works Department. Specifications may be obtained from the Public Works Department in City Hall between the hours of

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

534E WHEEL LOADER. Bucket Capacity 2.6 m 3 to 5.7 m 3 (3.4 yd 3 to 7.5 yd 3 ) Net Horsepower 169 kw (227 hp) Operating Weight kg (45,917 lb)

534E WHEEL LOADER. Bucket Capacity 2.6 m 3 to 5.7 m 3 (3.4 yd 3 to 7.5 yd 3 ) Net Horsepower 169 kw (227 hp) Operating Weight kg (45,917 lb) 534E WHEEL LOADER Net Horsepower 169 kw (227 hp) Capacity 2.6 m 3 to 5.7 m 3 (3.4 yd 3 to 7.5 yd 3 ) Operating Weight 20828 kg (45,917 lb) The best in the business for productivi features and a wide choice

More information

The American Road Machinery Company 17, 25, 30 CUBIC YARD CHASSIS OR ROLLOFF MOUNT LEAF COLLECTOR June 2015

The American Road Machinery Company 17, 25, 30 CUBIC YARD CHASSIS OR ROLLOFF MOUNT LEAF COLLECTOR June 2015 GENERAL: This specification describes a self-contained engine-driven vacuum leaf-collecting machine. The leaf collector is chassis or roll off mounted, designed for one-person operation, and capable of

More information

Request for Proposal

Request for Proposal Request for Proposal The City of Conway is soliciting Bids/Proposals for the following listed below: (Please note when a specific item is requested there can be no substitutions without the full knowledge

More information

NOTICE OF BID. The City of Pigeon Forge is receiving bids on three trucks for the Public Works Department.

NOTICE OF BID. The City of Pigeon Forge is receiving bids on three trucks for the Public Works Department. NOTICE OF BID The City of Pigeon Forge is receiving bids on three trucks for the Public Works Department. Specifications may be obtained from the Public Works Department in City Hall between the hours

More information

POWER UNIT: (Deere 4045T Tier 4 74HP) In-Line 4 cylinder, 4-cycle, Turbo Diesel. 74 HP (55 KW) Intermittent at 2400 RPM.

POWER UNIT: (Deere 4045T Tier 4 74HP) In-Line 4 cylinder, 4-cycle, Turbo Diesel. 74 HP (55 KW) Intermittent at 2400 RPM. GENERAL: This specification describes a self-contained engine-driven vacuum leaf collecting machine. The leaf collector is trailer mounted, designed for one-person operation, and capable of picking up

More information

Invitation No: Additional available options:

Invitation No: Additional available options: Invitation No: 044-14 Additional available options: The choice of any of these options, is in lieu of, or in addition to the base bid for the State of Ohio and subject to final engineering approval. Some

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

POWER UNIT: (Deere 4045T Tier 4 74HP) In-Line 4 cylinder, 4-cycle, Turbo Diesel. 74 HP (55 KW) Intermittent at 2400 RPM.

POWER UNIT: (Deere 4045T Tier 4 74HP) In-Line 4 cylinder, 4-cycle, Turbo Diesel. 74 HP (55 KW) Intermittent at 2400 RPM. GENERAL: This specification describes a self-contained engine-driven vacuum leaf collecting machine. The leaf collector is trailer mounted, designed for one-person operation, and capable of picking up

More information

Multi-Service Vehicle Engine Specifications

Multi-Service Vehicle Engine Specifications This specification describes a high performance, articulated side walk tractor that shall support a variety of attachments. The versatility is required to allow operation in all four seasons of the year.

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

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

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

HEAVY DUTY TRUCKS. Business Rack Clock Digital $

HEAVY DUTY TRUCKS. Business Rack Clock Digital $ IFB No. 2016-002 for 2017 Vehicles Group I Dealer Name: Date: Minimum Specifications for ALL Heavy Duty Trucks are as Follows: Driver Air bag, Arm Rests - All Doors, Factory Air Conditioning, Factory Auxiliary

More information

DL250TC TECHNICAL DATA

DL250TC TECHNICAL DATA DL250TC TECHNICAL DATA GENERAL SPECIFICATIONS ITEMS UNIT STANDARD MODEL ea. Doosan DL06 NUMBER OF CYLINDERS ea. 6 RATED FLYWHEEL POWER hp / rpm 163 / 2,100 (GROSS) (SAE J1995) kw / rpm 121 / 2,100 RATED

More information

Warranty - Standard Equipment & Specs

Warranty - Standard Equipment & Specs Warranty - Standard Equipment & Specs Warranty Basic Distance Unlimited miles Months 24 months Powertrain Distance Unlimited miles Months 24 months Corrosion Perforation Distance Unlimited miles Months

More information

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

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

More information

The American Road Machinery Company 25 CUBIC YARD CHASSIS OR ROLLOFF MOUNT LEAF COLLECTOR March 2013

The American Road Machinery Company 25 CUBIC YARD CHASSIS OR ROLLOFF MOUNT LEAF COLLECTOR March 2013 GENERAL: This specification describes a self-contained engine-driven vacuum leaf collecting machine. The leaf collector is trailer mounted, designed for one-person operation, and capable of picking up

More information

Doosan Infracore DL220 TECHNICAL DATA

Doosan Infracore DL220 TECHNICAL DATA Doosan Infracore Construction Equipment DL220 TECHNICAL DATA GENERAL SPECIFICATIONS ITEMS UNIT STANDARD MODEL ea. Doosan DL06 NUMBER OF CYLINDERS ea. 6 RATED FLYWHEEL POWER hp / rpm 148 / 2,200 (GROSS)

More information

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

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

More information

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

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

More information

INVITATION FOR BID Bid # 2013-RD102. Tandem Axle Dump Truck

INVITATION FOR BID Bid # 2013-RD102. Tandem Axle Dump Truck INVITATION FOR BID Bid # 2013-RD102 Tandem Axle Dump Truck TECHNICAL SPECIFICATIONS Bid # 2013-RD102 Tandem Axle Dump Truck List Model Bid: MINIMUM SPECIFICATIONS EXCEPTIONS 1. TYPE a. Tandem Axle Truck-Current

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

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

SPECIFICATIONS CENTURY MODEL 925 HYDRAULIC WRECKER

SPECIFICATIONS CENTURY MODEL 925 HYDRAULIC WRECKER SPECIFICATIONS CENTURY MODEL 925 HYDRAULIC WRECKER 1.0 GENERAL DESCRIPTION The wrecker shall consist of a recovery boom, wrecker frame, modular type body, and a subframe for mounting to chassis. 1.1 The

More information

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

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

More information

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 MARSHALL, MINNESOTA

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

More information

Maximum Payload 36.3 m tons (40.0 U.S. tons) Maximum Payload with Standard Liners 34.2 m tons (37.7 U.S. tons) Maximum GMW kg ( lb)

Maximum Payload 36.3 m tons (40.0 U.S. tons) Maximum Payload with Standard Liners 34.2 m tons (37.7 U.S. tons) Maximum GMW kg ( lb) Maximum Payload 36.3 m tons (. U.S. tons) Maximum Payload with Standard Liners 34.2 m tons (37.7 U.S. tons) Maximum GMW 62 6 kg (137 919 lb) Engine Volvo TD 164 KAE Rated Power 37 kw (496 hp) Specifications:

More information

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

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

More information

APPENDIX A TECHNICAL SPECIFICATIONS Purchase of all New 2018 Model Year, Two (2) Vacuum Jet Trucks UPDATED November 20, 2017

APPENDIX A TECHNICAL SPECIFICATIONS Purchase of all New 2018 Model Year, Two (2) Vacuum Jet Trucks UPDATED November 20, 2017 1. SCOPE The purpose of this Invitation to Negotiate (the "ITN") is to solicit pricing and select a vendor for the purchase of two (2) vacuum jet trucks, all new 2018 model year. All new 2018 model year,

More information

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

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

More information

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 REGENERATIVE AIR STREET SWEEPER (Specification #54) Base Unit Price Environmental Products Group,

More information

ALLEGAN COUNTY ROAD COMMISSION SPECIFICATION FOR BIDS

ALLEGAN COUNTY ROAD COMMISSION SPECIFICATION FOR BIDS ALLEGAN COUNTY ROAD COMMISSION SPECIFICATION FOR BIDS PROPOSAL FOR DUMP BOX BODIES, V BOX SPREADERS, UNDER BODY SCRAPERS, PLOW WINGS, FABRICATION AND ASSEMBLY OF COUNTY DUMP TRUCKS Board of County Road

More information

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

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

More information

2018 Kenworth T880 Roll-off Trucks

2018 Kenworth T880 Roll-off Trucks 2018 Kenworth T880 Roll-off Trucks Pioneer Tarper Included Only $174,900 Plus F.E.T. 2018 KENWORTH WITH PIONEER RACK N PINION TARP Engine Information ISX Cummins 425 H.P. @ 1800 RPM Paccar MX-13 430 H.P.

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

S STATE OF MINNESOTA PRICE PAGES S-843(5)

S STATE OF MINNESOTA PRICE PAGES S-843(5) Vendor Name: MacQueen Equipment, Inc. Contact Person: Dan Gage Street Address: 595 Aldine Street P.O. Box: City, State, Zip St. Paul, MN 55104 Phone #: 651.645.5726 Toll Free #: 800.832.6417 Fax #: 651.645.6668

More information

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

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

More information

50105R TECHNICAL SPECIFICATIONS 50105R SIDE VIEW DIAGRAM. Powered Boom Sections 4 Overall Height

50105R TECHNICAL SPECIFICATIONS 50105R SIDE VIEW DIAGRAM. Powered Boom Sections 4 Overall Height 50105R 50105R SIDE VIEW DIAGRAM Maximum Vertical Reach Working Area Lifting Capacity Boom Length Crane Weight (Standard) Jib Lengths Winch Bare Drum Pull 164'/50 m 360 Degrees 100,000 lbs/45,359 kg 105

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

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

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

More information

CITY OF TACOMA Environmental Services Department - Solid Waste Management

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

More information

WHEEL LOADER 938H WHEEL LOADER 938H. Power Generation - Bulk Materials Standards I. GENERAL: DESCRIPTIONS FOR CATERPILLAR MODEL 938H WHEEL LOADER:

WHEEL LOADER 938H WHEEL LOADER 938H. Power Generation - Bulk Materials Standards I. GENERAL: DESCRIPTIONS FOR CATERPILLAR MODEL 938H WHEEL LOADER: Power Generation - Bulk Materials Standards I. GENERAL: This standard is intended to provide specifications for the procurement of Caterpillar Model 938H Wheel Loaders that meet specific area operational

More information

S P E C I F I C A T I O N S

S P E C I F I C A T I O N S S P E C I F I C A T I O N S LX50 W H E E L L O A D E R Engine Rated Power : 44.1 kw (60 PS) Operating Weight : Canopy / Cab 4 695 kg (10 350 lb) / 4 845 kg (10 680 lb) Backhoe Bucket : ISO Heaped 0.6 m

More information

ISUZU N-SERIES (REG CAB) DIESEL CAB/CHASSIS SPECS NPR-HD (14,500# GVWR)

ISUZU N-SERIES (REG CAB) DIESEL CAB/CHASSIS SPECS NPR-HD (14,500# GVWR) MODEL YEAR 2017 MANUFACTURER ISUZU MODEL NPR-HD (diesel) GVWR 14,500# *Optional Wheelbases WHEELBASE 109.0 132.5 * 150.0 * 176.0 * CA DIMENSION 86.5 110.0 127.5 153.5 BOC DIMENSION 7.7 7.7 10.2 10.2 USABLE

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

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

ISUZU NPR-HD REG CAB CAB & CHASSIS SPECS 14,500# GVWR DSL

ISUZU NPR-HD REG CAB CAB & CHASSIS SPECS 14,500# GVWR DSL MODEL YEAR 2014 MANUFACTURER ISUZU MODEL NPR-HD DSL GVWR 14,500# *Optional Wheelbases WHEELBASE 109.0 132.5 * 150.0 * 176.0 * CA DIMENSION 86.5 110.0 127.5 153.5 BOC DIMENSION 7.7 7.7 10.2 10.2 USABLE

More information

CLEVELAND COUNTY NORTH CAROLINA REQUEST FOR BID NEW 2012 EXCAVATOR

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

More information

555C WHEEL LOADER. Bucket Capacity 4.2 m 3 to 8.4 m 3 (5.5 yd 3 to 11.0 yd 3 ) Net Horsepower 238 kw (319 hp) Operating Weight kg (63,753 lb)

555C WHEEL LOADER. Bucket Capacity 4.2 m 3 to 8.4 m 3 (5.5 yd 3 to 11.0 yd 3 ) Net Horsepower 238 kw (319 hp) Operating Weight kg (63,753 lb) 555C WHEEL LOADER Net Horsepower 238 kw (319 hp) Bucket Capacity 4.2 m 3 to 8.4 m 3 (5.5 yd 3 to 11.0 yd 3 ) Operating Weight 28918 kg (63,753 lb) World class loader meeting high production requirements

More information

ONE (1) EACH SELF-CONTAINED PATCH TRUCK

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

More information

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