CITY OF TALLADEGA. PURCHASING DEPARTMENT INVITATION TO BID Sanitary Sewer Vacuum / Jetting Combination Truck and Secondary Jetting Truck

Size: px
Start display at page:

Download "CITY OF TALLADEGA. PURCHASING DEPARTMENT INVITATION TO BID Sanitary Sewer Vacuum / Jetting Combination Truck and Secondary Jetting Truck"

Transcription

1 CITY OF TALLADEGA PURCHASING DEPARTMENT INVITATION TO BID Sanitary Sewer Vacuum / Jetting Combination Truck and Secondary Jetting Truck Sealed bids will be received by the Purchasing Department until 2:00 PM, Thursday May 21, 2015 and will be opened and read in the Council Chambers of City Hall, located at 203 South Street West, Talladega, Alabama PART I INFORMATION / SPECIAL CONDITIONS Purpose The is actively seeking bids from qualified bidders, hereinafter referred to as the Vendor, for the supply of one sanitary sewer vacuum / jetting combination truck and one secondary four wheel drive jetting truck. The successful bidder agrees to furnish all necessary labor, tools, equipment, materials, etc. required for the system to perform and work in full accordance with the specifications, terms, and conditions contained in this Invitation to Bid (ITB) Information or Clarification For information concerning procedures for responding to this ITB, contact Purchasing Director, Terry Hanner at (256) Ext For information of a technical nature, contact the Engineer, James Cassidy (InSite Engineering, LLC) at (205) Such contact is to be for clarification purposes only. Changes, if any, to the technical specifications or bidding procedures will only be transmitted by written addendum Questions and Addendum Any questions that bidders wish to have addressed and which might require an addendum must be submitted to the Purchasing Director in writing at least 7 days prior to bid due and open date Site Visit There is no pre-bid conference or mandatory site visit scheduled. However, it is recommended that bidders inquire on any question or clarifications needed prior to the bid. No variation in price or conditions shall be permitted based on a claim of ignorance. Submission of the bid is evidence that the bidder has familiarized himself with the nature and extent of the work and any conditions that may, in any manner, affect the scope of the work and/or materials or system required. 1

2 1.05. Competency of Bidders Bids shall be considered only from firms / vendors that have been continuously engaged in providing services similar to those specified herein for a reasonable period and that are presently engaged in the provision of these services. It may be necessary to produce evidence that they have established a satisfactory record of performance for a reasonable period of time Performance It is the intention of the City to obtain the services as specified herein from a source of supply that will give prompt and convenient service. The awarded bidder must be able to perform as required under the Scope of Services. Any failure of a successful bidder to comply with these conditions may be cause for terminating any resulting contract immediately upon notice by the City. The City reserves the right to obtain these services from other sources, when necessary, should a successful bidder be unable to perform on a timely basis and such delay may cause harm to the using department or city residents. All bidders shall have service department within a 60 mile radius of the City of Talladega town square. Two full days of training shall accompany all bids Contract Term The time shall be 120 calendar days from the date of the official purchase order to delivery. The City reserves the right to extend the contract time for additional periods, providing both parties agrees to the extension; all the terms, conditions and specifications remain the same; and such extension is approved by the City Cost Adjustments The total cost as quoted herein shall remain firm for the term of the contract and delivery. Any and all additional cost request shall be approved prior to any additional items outside the bid being ordered or delivered. The City may, after examination, refuse to accept the adjusted costs if they are not properly documented, increases are considered to be excessive, or decreases are considered to be insufficient. In the event the City does not wish to accept the adjusted costs and the matter cannot be resolved to the satisfaction of the City, the contract can be cancelled by the City upon giving ten (10) days written notice to the Vendor Price Bidder will quote a firm, fixed lump sum cost on the Bid Proposal page. Pricing shall include all costs associated with delivery, such as but not limited to; labor, equipment, materials, management, permitting, etc. Payment will be made only after item is delivered, tested, and approved by the engineer and the City Evaluation/Award Award will be made to the responsible bidder quoting the lowest total cost to the City. The City reserves the right to compare specific items, at its discretion, to determine the low responsible bidder. It is anticipated that an award will be made within 30 days of bid opening. A copy of the bid tabulation will be sent to any vendor who provides a selfaddressed, stamped envelope with their bid. 2

3 GENERAL INFORMATION The reserves the right to waive any informalities or minor defects or reject any and all bids. Any bid may be withdrawn prior to the above scheduled time for the opening of bids. Any bid received after the time and date specified shall not be considered. No bidder will be permitted to withdraw its proposal between the closing time for receipt of proposals and the execution of contract. The will, at its option, in awarding this contract, in compliance with Section , Code of Alabama 1975 will award the bid to a supplier within it City Limits, if the bid is no more than three percent greater than the lowest responsible bidder. The has included in the specifications minimum service times. Should the vendor fail to perform service or delivery within the time allotted in the bid documents, the City may, at its option, exercise its right to deduct from the vendor s billing, five hundred ($500.00) dollars per day for each day the service is late. This amount is fixed and agreed upon by the successful bidder and the City because of the impracticability and extreme difficulty in ascertaining the actual damages the City would sustain in such an event. Signing of the bid sheet by the vendor and subsequent acceptance by the City of Talladega the lowest responsible bid will constitute a binding agreement between the City and the Vendor. The Vendor understands and agrees that no contract payment will be made until the City certifies that all stated specifications have been complied with and the service have been performed in full and approved by the City. Bids will be evaluated and submitted to the City Council for approval as soon as possible after bid opening. All bidders will be notified of results in writing. Upon award of the contract to the successful bidder, the City will send duplicate, complete sets of contract documents, which will include the final agreed upon price. The Vendor will then sign the duplicate sets of Contract Documents and return them for signing by the City. Each party will retain a fully executed set of contracts. Upon execution of the contract with the successful bidder, the in compliance with Ordinance No requires a Purchase Order be issued prior to acquisition of all materials, supplies, equipment, repairs, leases, services and all other transactions which obligate the. The purchase order is the contract between the City and vendor, and is the vendor s authorization to ship materials or perform specified services. Materials shipped or services performed without a Purchase Order is at the Vendor s own risk. Invoicing shall be done on the basis of each order completed. Invoices shall be numbered and shall clearly indicate the location, service date, type of service, verification of service, purchase order number and price. The Vendor agrees to protect, defend, indemnify, and hold harmless the City of Talladega and its officers, employees and agents from and against any and all losses, penalties, damages, settlements, claims, costs, charges for other expenses, or liabilities of every and any kind including attorney fees, in connection with or arising directly or indirectly out of the work agreed to or performed by Vendor under the terms of any agreement that may arise due to the bidding process. Without limiting the foregoing, any 3

4 and all such claims, suits, or other actions relating to personal injury, death, damage to property, defects in materials or workmanship, actual or alleged violations of any applicable statute, ordinance administrative order, rule or regulation, or decree of any court shall be included in the indemnity hereunder. COMPLIANCE WITH SPECIFICATIONS: The materials must be in accordance with the specifications. Any variation proposed by the successful bidder must be approved in writing by the City prior to the change. Such variations, regardless of whether there is any adjustment in the contract amount, must be confirmed by a fully-signed change order. Failure to follow this procedure can result in non-acceptance of the materials by the City. Failure on the vendor s part to comply with any specification herein, once the bid is accepted by the City, will be grounds for disqualification of the bid and termination of the contract. All items called for in the specifications, including but not limited to the materials, constructed as specified, and the necessary manuals must be complied with before the final payment can be processed. Where the description of an item includes specifications and a brand name and number, the specifications shall govern in case of conflict. Brand name and number are for reference as to the type and quality required and do not preclude offers of a comparable or better product, provided full specifications and descriptive literature accompany the offer. Failure to include full specifications may be cause to reject the offer. Please note any exceptions. The term approved equal shall mean the quality of materials must be equal to the named reference and receive the approval of the City. The City shall be sole arbiter in the determination of equality, and reserves the right to reject any and all bids, to accept the bid or bids which in its sole and absolute judgment will under all circumstances; best serve the interest of the City. INSURANCE AND LICENSE REQUIREMENTS Insurance Any firm / vendor performing work or service on behalf of the must provide proof of Worker s Compensation insurance. A. Commercial General Liability Insurance This coverage shall be written on an occurrence basis including Premises- Operations, Products and Completed Operations, Broad Form Property Damage, and Contractual Liability with all aggregates on a per job basis in the following amounts: a. General Aggregate: $2,000, b. Products & Completed Operations Aggregate: $2,000, c. Personal & Advertising Injury: $1,000, d. Each Occurrence: $1,000, e. Damage to Rented Premises: $100, f. Medical Expense per Person: $5,

5 B. Automobile Liability Insurance Business Auto Liability Written on a symbol 1 basis covering any auto and including hired and non-owned vehicles : a. Combined Single Limit: $1,000, C. Workers Compensation Insurance 1.1 Employer s Liability Insurance Part Two: a. Bodily Injury by Accident $1,000, each accident b. Bodily Injury by Disease $1,000, policy limit c. Bodily Injury by Disease $1,000, each employee Vendor shall furnish to the City Manager or the City Manager s designee a Certificate of Insurance prior to the commencement of any work as described in Section 1.11 (A) evidencing said policy or policies of insurance for each insurance company providing coverage to Vendor showing the required insurance to be in force and certifying that said insurance will not be cancelled, non-renewed or materially changed without first giving the City thirty (30) days advance written notice of any such cancellation, nonrenewal or material change; and deleting from the Cancellation Clause of the Certificate of Insurance any language that the required notice will endeavor to be given and but failure to do so shall impose no obligation or liability of any kind upon the insurer, its agents or representatives. In the event of any cancellation, nonrenewal or material change in the insurance coverage about which the City receives notice, the City shall have the option of cancelling the contract immediately. The City shall be named as an additional insured on the above named policies, excluding Workers Compensation. PART II TECHNICAL SPECIFICATIONS / SCOPE OF SERVICE General The wishes to purchase one sanitary sewer vacuum / jetting combination truck and one secondary four wheel drive jetting truck. The following document contains specifications and the scope of work requested. All material shall be new, free from defects, and of the quality specified. Each type of material shall be of the same manufacturer throughout the project. All material shall be the product of established, reputable manufacturers normally engaged in the production of the equipment specified. All products shall be fully painted and tested. Care shall be exercised in the installation, delivery, use, and training of all equipment to avoid damage to said equipment or surrounding structures and equipment. Vendor shall provide operator manuals and fully instruct personnel in all details of operation and maintenance of equipment installed under this project Equipment Specifications Sanitary Sewer Vacuum / Jetting Combination Truck and Secondary Four Wheel Drive Jetting Truck 5

6 (See Attached Specifications) Vendor Responsibilities The Vendor shall be responsible for the Safety of the Training Job Site. The Vendor shall keep the premises free from an accumulation of waste material or rubbish caused by his training operations. At the completion of the work, the Vendor shall remove all waste materials and rubbish from the work areas as well as all tools, equipment, machinery and surplus materials and provide a final cleaning. The Vendor shall notify the City at least 5 calendar days prior to commencing training. The Vendor shall schedule the training meeting with the City at least 5 days prior to commencing work at the training site. This requirement will be strictly adhered to. The Vendor shall have (30) calendar days after delivery to complete and train all personal specified in the specifications. The must approve any changes to this schedule in writing. The Vendor shall comply with applicable requirements of the Occupational Safety and Health Act of Exercise every precaution at all times for the prevention of accidents and the protection of persons (including employees) and property. Any loss of materials and/or equipment due to theft, vandals, etc., prior to delivery shall be the total responsibility of the Vendor. Quality Control / Liability Vendor shall notify the Purchasing Director or Engineer when equipment is delivered and prior to the time of start up is planned so that final inspections can be made. Vendor shall assume all liability for any damage or injury to persons or property resulting directly or indirectly from improper training during the training period. Responsibility is assumed as soon as Vendor has written notification to proceed. Vendor shall guarantee materials and equipment for a period of 1 year from date of acceptance Permits The Vendor must apply, pay for and obtain any and all permits required for the above work. Additional fees or fines due to violation of the rules of the permitting authority (ies) shall be the responsibility of the Vendor. All work shall be performed in accordance with the requirements of the agency or agencies having jurisdiction over such work. All work shall be performed at no additional cost to the City. All vendors, contractors, etc. shall have a business license Bid Bond A cashier s check or bid bond payable to the shall be required with all bid proposals, in an amount not less than five (5%) percent of the amount of the bid, but in no event more than $10, The payee of such bond shall be THE CITY OF TALLADEGA, ALABAMA. The Bid Bond shall bear the same date as set for the receipt of Bids. Bid Bond shall be signed by an agent authorized to do business in the State of Alabama. 6

7 2.06. Laws / Ordinances The Vendor shall observe and comply with all Federal, state, local and municipal laws, ordinances rules and regulations that would apply to this contract. The proposer understands that the information contained in these proposal pages is to be relied upon by the City in awarding the proposed contract, and such information is warranted by the proposer to be true. The proposer agrees to furnish such additional information, prior to acceptance of any proposal relating to the qualifications of the proposer, as may be required by the City. Pollution abatement / tax deductions may apply. The vendor shall include all required completed paperwork if requesting to use this deduction. E-Verify Requirements Pursuant to the requirements of the Beason-Hammon Alabama Taxpayer and Citizen Protection Act ( the Act ), as a condition for the award of any contract, grant, or incentive by the state, any political subdivision thereof, or any state-funded entity to a business entity or employer that employs one or more employees, the business entity or employer shall provide documentation establishing that the business entity or employer is enrolled in the E-Verify program. During the performance of the contract, the business entity or employer shall participate in the E-Verify program and shall verify every employee that is required to be verified according to the applicable federal rules and regulations. The Act also provides that no subvendor on a project paid for by contract, grant, or incentive by the state, any political subdivision thereof, or any state-funded entity shall knowingly employ, hire for employment, or continue to employ an unauthorized alien and shall attest to such by sworn affidavit signed before a notary. The subvendor shall also enroll in the E-Verify program prior to performing any work on the project and shall attach to the sworn affidavit documentation establishing that the subvendor is enrolled in the E- Verify program. The successful company will be required to have a current business license, State of Alabama General Vendor s License (If applicable) and supply proof of insurance. How to Submit Bids/Proposals: It will be the sole responsibility of the Bidder to ensure that his bid reaches the at 203 South Street West Talladega, Alabama prior to the bid opening date and time listed. Do not submit by facsimile. Facsimile bids will not be accepted. All quotes shall be submitted in writing in a sealed envelope to The Purchasing Department on or before 2:00 PM at 203 South Street West, Talladega Alabama All bids shall be directed to the attention of the Purchasing Director. All bids shall be sealed and clearly marked on the lower left hand corner; Price Bid / Sanitary Sewer Vacuum / Jetting Combination truck and Secondary Jetting Truck Terry Hanner, Purchasing Director purchasing@talladega.com Base Bid Proposal 7

8 Base Bid: Total Bid Price: $ Base Bid Item Notes: Combination Truck Vendor: Combination Truck Warranty Pump Type: Pump Warranty: Vacuum Type: Vacuum Warranty: Secondary Truck Vendor: Secondary Truck Warranty Pump Type: Pump Warranty: (Years) (Years) (Years) (Years) (Years) Notes: Optional Equipment Cost (FOR EACH $) Wireless Control $ Root Saw $ Cold Weather Recirculation System $ Additional 2 Year Warranty on Pump $ Additional 2 Year Warranty of Vacuum / Blower $ Vendor Certification: I, the below signed hereby agree to furnish the required article(s) or service(s), at the price(s) and terms stated subject to all instructions, conditions, specifications, and all attachments hereto. I have read all attachments and fully understand what is required. By submitting this bid, I certify that I will accept a contract if approved by the City and such acceptance covers all terms, conditions, and specifications contained in this bid. I certify that I have not divulged to, discussed with, or compared this bid with any other bidder(s) and have not colluded with any other bidder(s) or parties to this bid. I certify I am authorized to contractually bind the bidding firm. COMPANY NAME AUTHORIZED REPRESENTATIVE Address City Telephone State Fax This Bid Sheet must be signed and submitted as your Bid. 8

9 Alternate Bid Proposal (Proposal for Alternate Vacuum and Pump Types) Alternate Bid: Total Bid Price: $ Alternate Bid Item Notes: Combination Truck Vendor: Combination Truck Warranty Pump Type: Pump Warranty: Vacuum Type: Vacuum Warranty: Secondary Truck Vendor: Secondary Truck Warranty Pump Type: Pump Warranty: (Years) (Years) (Years) (Years) (Years) Notes: Optional Equipment Cost (FOR EACH $) Wireless Control $ Root Saw $ Cold Weather Recirculation System $ Additional 2 Year Warranty on Pump $ Additional 2 Year Warranty of Vacuum / Blower $ Vendor Certification: I, the below signed hereby agree to furnish the required article(s) or service(s), at the price(s) and terms stated subject to all instructions, conditions, specifications, and all attachments hereto. I have read all attachments and fully understand what is required. By submitting this bid, I certify that I will accept a contract if approved by the City and such acceptance covers all terms, conditions, and specifications contained in this bid. I certify that I have not divulged to, discussed with, or compared this bid with any other bidder(s) and have not colluded with any other bidder(s) or parties to this bid. I certify I am authorized to contractually bind the bidding firm. COMPANY NAME AUTHORIZED REPRESENTATIVE Address City Telephone State Fax This Bid Sheet must be signed and submitted as your Alternate Bid. 9

10 Questionnaire Please print or type 1. Provide three references for which you have performed similar services. Company Name: Address: Contact Name: Telephone: Company Name: Address: Contact Name: Telephone: Company Name: Address: Contact Name: Telephone: 2. Number of years experience the proposer has had in providing similar services: Years 3. Have you ever failed to complete work awarded to you? If so, where and why? The proposer understands that the information contained in these proposal pages is to be relied upon by the City in awarding the proposed contract, and such information is warranted by the proposer to be true. The proposer agrees to furnish such additional information, prior to acceptance of any proposal relating to the qualifications of the proposer, as may be required by the City. Please review the questionnaire to make sure all questions have been answered. Attach additional sheets if necessary. Failure to answer each question could result in the disqualification of your bid. 10

11 Equipment Specifications Sanitary Sewer Vacuum / Jetting Combination Truck Secondary Four Wheel Drive Jetting Truck COMBINATION JETTING / VACCUM TRUCK (CDL CLASS B REQUIRED SETUP) GENERAL The specification herein states the minimum requirements of Talladega Water and Sewer. All bids must be regular in every respect. Unauthorized conditions, limitations, or provisions shall be cause for rejection. Any bid not prepared and submitted in accordance with the bid document and specification, or any bid lacking sufficient technical literature to enable the to make a reasonable determination of compliance to the specification will be considered "non-responsive" and grounds for rejection. The base bid shall include a single stroke water pump set up with a positive displacement rotary lobe type blower and all other items by the required specifications. The alternate bid has been listed for an evaluation of an alternate pump and vacuum technology. The model shall be a Vactor 2110 or equivalent. The base bid and the alternate bid shall have adequate information, handouts, paperwork, as well as references of each style of bid proposed. LAYOUT AND SPECIFICATIONS: SUBFRAME The equipment shall be of modular design consisting of vacuum system, water tanks system, debris body and drive system. A sub frame shall be fabricated to the exact dimensions of the truck chassis for mounting of modular components. All components of the module shall attach to the sub frame and not directly to the chassis. Each piece shall be able to be removed and repaired if necessary. Sub frame shall be designed to ASME standards for maximum applied loads; chassis frame movement and even distribution of weight to the chassis and suspension. Sub frame shall be continuous and uninterrupted from back of cab to end of frame. DEBRIS BODY Efficiency of air movement through debris body will be measured for minimal restriction as measured by vacuum pressure gauge while operating blower at full speed. 11

12 The body shall be cylindrical having a minimum usable capacity of 1800 gallons minimum. The body shall be capable of a minimum 48" dump height. The debris storage body shall be constructed with a minimum 3/16" corrosion and abrasion resistant steel. The debris storage body shall have a minimum yield point of 50,000 PSI and a minimum tensile strength of 70,000 PSI. Body shall have a rear door that is hinged at the top and is equipped with a replaceable neoprene type seal. Adjustable for periodic compensation of door seal wear. Dual outward mounted rear door props shall be included as standard to prevent operator from entering door swing path when engaging rear door prop. For optimal particulate separation, vacuum shall be drawn from separate ports in the top of the debris body. Body shall be dumped by raising the body to a 50 degree angle utilizing a forward mounted, double acting hydraulic dump cylinder. Dump controls, accessory controls, e-stop control shall be provided at a central curb side location directly behind the cab of the truck. For stability and safety, dumping must be accomplished while the pivot point of the body remains fixed to the subframe. Industrial style rear debris body door shall be flat, and shall open and close hydraulically by cylinders mounted at the top of the body. Door shall open 50 degrees from the fully closed position. Door shall be unlocked, opened, closed, and locked by a failsafe hydraulically activated sequential positive locking system, cam operated by a single hydraulic cylinder, with all controls located behind truck cab, forward of the debris body, so operator is not subject to sewage when dumping. Debris body shall have a body flush out system with a fan-type spray nozzle located in the front wall of the debris body to aid in the flushing of heavy debris. The nozzle shall also utilize minimum of (2) spray nozzles to flush the front most area of the debris body. System must produce a flow of 80GPM. Control valve shall be on the curb side of the unit. Body shall have a float type automatic shut-off system or an automatic vacuum breaker system protecting the Positive Displacement Blower with (2) 10" stainless steel shut-off balls located in the debris body. Each float ball housing shall be within a non-corrosive slide-out screen assembly and be accessed without the use of tools. The debris body shall be equipped with a rear door drain to drain off excess liquids while retaining solids and shall include a manually operated 6" butterfly valve with 10' of lay flat hose. 12

13 (4) Dual vertical (cyclone) centrifugal separators shall be installed in-line between the debris body and the air mover, (2) per side for each debris body discharge port. Each dual separator shall include large fallout chamber cleanout door for Positive Displacement Blowers. All pipe storage shall be accessible from ground level and have adequate storage space for a minimum of six pipes and shall be constructed of steel tubing and spring assisted. Shall include quick release retainer handles (no bungees or clamps). A stainless steel micro-strainer (to 30 microns) shall be provided prior to the blower inlet, with (3) removable cartridge style screens and bottom drain port. A splash shield shall be mounted around the lower 60% of door opening to direct liquid and debris away from the chassis. Shield shall be minimum 10" deep bolted assembly with no openings. A lubrication manifold system shall be provided to allow ground level greasing of boom lift and swing cylinders, float level indicator, top rear door hinges and debris body hoist cylinder pins. A 6" valve with 3" vent to atmosphere, electrically activated, air operated valve debris body vacuum relief system shall be located in the inlet of the vacuum system to allow the venting of the tank and relieve vacuum at the debris intake hose.(2) Kunkel relief valves shall be included. A debris inlet deflector distributing load evenly in debris body shall be included. WATER TANKS The water tanks shall be manufactured from a non-corrosive material to prevent rust yet still provide for maximum strength. The water tank material shall require no internal coating and shall be repairable if patching is required. The water tanks shall be easily removed from the subframe to provide complete access to the truck chassis for maintenance purposes. The water tanks shall be adequately vented and connected to provide complete filling. The water tanks shall be totally separate from the debris tanks and provide no structural support. The water tanks shall share no common walls with the debris tanks to prevent corrosion. The water tanks shall come equipped with an anti-siphon device and 25' of hydrant fill hose and fittings. The water tanks shall carry a 10 year warranty against corrosion or cracking. 13

14 All water tanks shall be fully baffled to form a maximum compartment storage of between 200 gallons for each compartment. The water tank shall be located for the lowest possible center of gravity while providing the pump manufactures requirements for gravity flooded intakes to water pump. Fresh water shall enter the tanks through an in line 6" air gap, all aluminum covered antisiphon device. Water level sight tubes of non-yellowing plastic shall be installed on both tanks. The sides of these water tanks shall not extend more than 48" out from the centerline of the truck chassis. A fresh water drain system shall be provided to completely drain the fresh water system from one location. A connection shall be provided between the tanks of adequate size to allow for even tank fluctuation. For stability safety, the water tanks shall not elevate with debris body during dump cycle. A low water alarm with light at the operator station shall alert operator when water storage has 150 gallons remaining. An air purge system utilizing the chassis air system shall be provided to assist displacing of residual water out of the high-pressure water system. System shall utilize the truck chassis air compressor to fill a 30-gallon auxiliary air storage chamber with pressure gauge and pressure protection valves to isolate the holding tank from the chassis compressor. System shall be equipped with ball valve and all necessary high pressure piping hoses, couplings and controls. 2" Y-Strainer With 25' Fill Hose shall be provided. An in-line "Y" trap stainless steel strainer shall be located between the water cells and water pump. An isolation Valve shall be provided at water pump. Water tank must be a certified metered capacity of 1000 gallons. Certification shall be necessary upon delivery. Water tanks shall not be constructed of metal or any material that will rust or flake. Liquid Float Level Indicator shall be provided. A water pump flow indicator is to be provided. 14

15 VACUUM/VACUUM DRIVE SYSTEM Vacuum shall be provided by a positive displacement rotary lobe type blower driven via chassis engine and heavy duty split transfer case operating the blower. Interlock safety system shall prevent drive axle from engaging. A horizontal silencer with rain cap shall exhaust above the cab. A blower tachometer / hour meter shall be provided. For most efficient use of horsepower and fuel consumption, full vacuum and/or combination operation shall be approximately 1800 RPM or less of chassis drive engine. Blower shall be driven by the chassis engine and shall produce inlet volume of " 2250 rpm, and " 2250 rpm vacuum (Roots 824RCS 16 or equal). For added protection, the vacuum system shall have two (2) relief valves set at 16" hg, heavy duty horizontal mounted noise muffler, removable and cleanable stainless steel filter screen, and shall be enclosed with a steel cage guard for safety. For a direct drive positive displacement blower a Vulcan style coupler is to be supplied between the transfer case and the positive displacement blower. The Transfer case shall be activated via air shift controls in the truck cab to engage work / road mode or equivalent operation mode. A hot shift blower drive system shall be provided, including transfer case, air shift control, vacuum relief, and front control for blower engagement. The blower drive mechanism shall be engaged and disengaged via an electrical switch located at the operator's station on the front mounted hose reel. This feature shall reduce blower runtime and extend the blower service life. Blower shall be provided with a silencer with exhaust above the cab. If rain interference is possible a rain cap protecting the silencer from rain water shall be supplied. Blower shall draw air from two (2) separate ports in the debris body. Hydraulic shut off valves shall be provided at the suction, return and filter lines to permit servicing of the hydraulic system. The unit shall utilize a high temperature monitoring safety device to automatically open the vacuum relief when the outlet temperature of the positive displacement blower reaches a high temperature limit. VACUUM BOOM SYSTEM Vacuum hose shall be designed for front operation with hose mounted and stored at front mounted work station. Front mounted location is required for ease of positioning 15

16 vacuum hose as well as minimizing need for operator to swing hose into traffic. Boom shall be able to extend a minimum of 5 past the front hose reel. All connections between debris body and vacuum system will be of the self-adjusting pressure fitting type. Vacuum hose will remain stationary and not rise with debris body. Upper debris tube shall consist of an anchored steel tube and elbow. A sub-frame mounted cab guard shall be mounted behind cab with boom rest cradle with adequate support and safety for transfer. All vacuum pipes shall be connected to vacuum pick up tube and extension pipes by adjustable over-center quick clamps to join the aluminum flanges on pipes. One (1) quick clamp for each pipe supplied shall be provided. Boom pedestal shall be directly mounted to module sub frame. Boom support used for travel mode shall not interfere with access or require removal to tilt hood forward. A control station shall be equipped with control switches for all directions as well as a safety emergency shut-down button, which shall automatically eliminate power to boom. The vacuum boom shall have a heavy-duty flexible hose assembly joining the transition pipe to the debris body. Boom shall rotate a minimum of 180 degrees and shall be operated by an electric over hydraulic system. Lift and swing movements shall be actuated by hydraulic cylinders. The horizontal inner steel vacuum tube and inner box beam boom section shall telescope (tube within tube, box beam within box beam) and retract a minimum of 10' without affecting the vertical position of the pick-up tubes, and shall be located at the front work station in its retracted position, providing 277" minimum reach off the longitudinal axis of unit. Boom shall be fully controlled by a remote push button pendant control station with 25 ft. cable. Controls to include up / down, left / right, in / out boom functions, vacuum relief, e- stop and main power switch. A joystick for hydraulic control of the boom shall be installed on hose reel front panel. A detailed engineering drawing must be supplied showing the relationship of the hose reel in relation with the vacuum boom range of motion. Drawing shall show module mounted on chassis, full arc of vacuum hose both retracted and extended, full rotation of arc for hose reel in the extended position and dimension all arc lengths of vacuum boom retracted and extended. Drawing shall highlight intersection areas whereby combination cleaning is possible (within full arc on telescoping boom system). 16

17 A wireless remote that includes the following controls is to be included: o Pump Control o Throttle Control o Boom Control o Flow Control o Vacuum Control WATER PUMP AND DRIVE For most efficient use of horsepower and reduced fuel consumption, high pressure rodder pump shall be hydraulically driven via (1) load sensing utility pump, (1) variable displacement pump and (1) fixed displacement pump or equivalent. High pressure water pump shall be rated capable of continuous delivery of min of 80 GPM at minimum of 2000 PSI (submit manufacturer support documentation). High-pressure water (rodder) pump system shall allow front-mounted controls for operation of three modes: (1) Low flow range 0-22 GPM; (2) medium-flow range, GPM / 2500 psi; and (3) High-flow range: 60 up to 100 GPM / 2500 psi. Digital flow meter shall be displayed in front LCD display. Flow meter shall be capable of displaying system flow in all pump operating modes. In addition, a low water alarm shall be provided. This hydraulic drive system shall allow variation of water pump speed independent of required vacuum drive speed within maximum drive engine speed of 1760 RPM. Variable flow systems routing water back-to-tank are not considered equal due to additional wear, horsepower and fuel consumption. Any deviation from this drive requirement should have full explanation of horsepower consumption. Water (rodder) pump shall include smooth and pulsation operation mode feature. When required to assist nozzle breaking through obstructions, water pump "pulsation mode" shall provide a forward-acting nozzle surge. Pulsation surge wave shall allow nozzle to punch forward 2" to 18" depending on flow dynamics and length of hose in sewer pipe. Explanation of forward-acting pulsation method shall be submitted with bid or explained below: Water pump location shall provide a flooded gravity suction inlet to eliminate potential cavitation damage. An oil to water heat exchanger will be provided in the water system to cool all hydraulic fluids on the unit. State horsepower requirement to operate hydraulics at full speed: The water pump shall provide precise 0-80 GPM controlled flow at variable pressure up to 2000 PSI. 17

18 An extreme cold weather recirculation system - minimum 25 GPM via transmission PTO at chassis engine idle speed. A rodder style pump set up shall be accompanied by a hydro-pneumatic nitrogen charged accumulator system shall be provided with all control valves, piping and hoses for either continuous flow or jackhammer rodding. Accumulator shall be a 2.5 gallon capacity and 1400 to 2500 PSI pressure rating. Two (2) 1/2" high pressure ball valves shall be provided for draining the water pump and flushing sediment from the bottom of the pump. A nozzle rack accommodating (3) nozzles shall be provided in curbside toolbox. The nozzles shall be labeled on storage rack for pipe size/flow and application. System shall be relieved to protect operator. Handgun shall be supplied that allows for changing of flow pattern from a fine mist to a steady stream. Handgun shall come equipped with quick connect couplers. An additional 1" water relief valve shall be provided. A mid-ship quick disconnect handgun couplers shall be provided. Hydro-Excavation Package / Retractable Reel with 50' x 3/8" Hose, Hydroexcavation Handgun and Plumbing. Water system shall allow precise variable flow control range of 0-22 GPM at 2500 PSI with digital flow meter in clear view of adjustment control. A water pump hour meter shall be provided. HOSE REEL Hose reel assembly shall be mounted stable to the front of the truck to prevent sagging and wear. Hose reel assembly shall be mounted in such that maintenance and repairs can be made without decommission of the entire front end of the truck. Reel will be manufactured out of 1/4" spun steel for added structural strength and shall require no internal or external reinforcements that could damage rodder hose. Hose reel shall be driven by adjustable gear reduction chain and sprocket assembly. Hose reel shall operate at full rotational speed while chassis engine is at idle. Hydraulic Telescoping Rotating Hose Reel - 800' capacity of 1" hose shall be provided. The front mounted hose reel shall telescope or articulate a minimum of 15" forward down centerline of truck. 18

19 Entire reel assembly shall rotate 270 degrees on a large diameter ball bearing. Hose reel shall include a locking device to positively lock reel as required. The hose reel shall rotate or articulate safely in front of the truck. A reel coverage diagram shall be submitted with bid. Controls shall accessible on the hose reel allowing operator to work safely in the work space. A minimum of 700' x 1" Piranha Sewer Hose / 2500 Psi shall be provided. An automatic hose level wind scroll device shall be supplied. An air-cylinder actuated pinch-roller shall exert downward pressure across full width of reel to retain hose on reel when encountering nozzle blockages. An air-cylinder actuated pinch-roller shall exert downward pressure across full width of reel to retain hose on reel when encountering nozzle blockages. A mechanical hose footage counter shall be supplied to indicate the amount of hose travel within pipe. Digital footage counter displaying absolute and relative footage values shall be provided. System must be capable of resetting relative value to ensure operator safety. Accuracy To Within One Percent Of Actual Distance, Large Easy To Read Lcd Screen, Large Keypad With Sealed Membrane Switches That Are Easily Activated,Nema-4 Moisture Sealed Enclosure, Solid State Circuitry, Rough Dimensions: 5 5/8 X 3 3/8 X 3/16,LCD Display Area: 3.0 X 2.2 WASHDOWN EQUIPMENT A handgun with 1/2" x 50 hose shall be provided at mid-point of the unit on a spring retractable hose reel that allows the operator to deliver water to area served by pick up hose and to the inside of the debris body for clean out. Hand sprayer with adjustable spray-pattern to be provided with trigger-style gun. FRONT OPERATING STATION AND CONTROLS Primary operator station will be located at front of truck on right curb side of hose reel. Station shall include truck engine throttle, water pump (on/off), water pump mode, water pump flow meter, hose reel control valve (forward / reverse), adjustable hose reel speed control, oil dampened water pressure gauge, boom controls, digital water pump flow meter, and low water warning light. Tachometer and hour meter for chassis engine provided at control station shall be provided. Tachometer and hour meter for blower provided at control station shall be provided. 19

20 All Hydraulic Functions - Color Coded, Sealed Electric/Hydraulic NEMA 4 switches shall be provided. Blower Engagement/Vacuum Relief - Sealed Electric/Air NEMA 4 Switch shall be provided. Water pump hour meter shall be provided. PTO hour meter shall be provided. ELECTRICAL & SAFETY LIGHTING The entire system shall be vapor sealed to eliminate moisture damage, "Nema-4" type or equal. Electronic Package: Chassis Tachometer, Blower Tachometer, Operating Mode, PTO Mode, Hydraulic Oil Temperature shutdown, and E-Stop shall be included. E-Stop activation must turn off rodder pump, shutdown PTO A & B, set chassis throttle to idle, & open vacuum relief. E-stop must be located at the operator interface; including front/rear hose reel controls, pendant control, & dump control location. Basic machine functions and both chassis and module diagnostics shall be provided. All electrical connections shall be void of exposed wires or terminals nor should they be painted. Paint process shall be completed prior to installation of wiring. All wiring shall be color-coded and encased in conduit to scaled terminal boxes with circuit breakers. All light bulbs shall be shock mounted to eliminate bulb failure. All other lights required by State and Federal Laws. Split-arrow (29" per side) directional 10-light arrow board shall be mounted on rear door of debris body, with controls mounted in cab. A pistol grip hand light with bumper plug and 25' coiled cord shall be provided. Operator station work lights shall be provided. Hose reel manhole work lights shall be provided. (1) L.E.D body light shall be provided on each side of the vehicle and operated by separate switches. (2) L.E.D. Boom worklights shall be provided. (2) LED Strobe Lights shall be mounted to the rear and front bumper. L.E.D. Lights, Clearance, Back-Up, Stop, Tail & Turn shall be provided. 20

21 SAFETY E-stop shall be located at each operator interface location. Standard locations to include: front hose reel, mid-ship curbside dump controls, & wireless controller (if equipped). Electrical system must enable self-check to ensure all switches are in home position prior to critical function enablement. System must "lock out" controls when switch is not in home position. (1) Emergency Flare Kit. (2) 5# Fire Extinguisher. If required, Isolation shall be supplied for the hydraulic system. A safety prop shall be provided for when the body is raised. A safety prop shall be supplied for the rear door. The prop shall not be mounted to the rear door for safety purposes. The positive displacement blower shall have a safety shutdown system that activates the vacuum relief system when the blower begins to overheat. This shall allow the blower to cool down prior to turning the blower off or returning to the work mode. The hose reel pay-in; pay-out knob shall have a safety installed to prevent accidental discharge or retraction of sewer hose. Logo Shall be installed on Both Doors. SEWER TOOLS AND ACCESSORIES (1) 30 deg. Sand Nozzle (1) 30 deg. Sanitary Nozzle (1) 15 deg. Penetrator Nozzle (1) Wart Hog Style Nozzle (1) Chisel Nozzle (1) 1" Small finned nozzle pipe skid (1) Medium finned nozzle pipe skit (1) Root Saw with minimum 5 extra blades 15 Leader Hose VACUUM TOOLS AND ACCESSORIES The basic vacuum tube package shall include the following: (1) 8" x 3' aluminum pipe (2) 8" x 5' aluminum pipe (1) 8" x 6'6" catch basin tube (4) 8" quick clamps 21

22 CHASSIS EQUIPMENT AND STORAGE Two (2) front tow hooks shall be provided. Two (2) rear tow hooks shall be provided. Full Width 16 x 30 x 96 Aluminum Toolbox - Behind Cab (1) 18" x 24" x 24" Aluminum Toolbox Mounted street side shall be provided. (2) 18 x 16 x 12 Aluminum Toolbox - Front Bumper shall be provided. MODULE FINISH The unit shall be shot blasted to near white finish. All imperfections shall be filled and sanded prior to a phosphate etching process shall pre-clean the metal. The unit will air dry and cleaned prior to the priming process. The unit is to be primed and painted white with an IMRON Polyurethane five mil coat. All parts and assemblies shall be painted prior to assembly. No Exceptions CHASSIS Shall be NEW and CURRENT MODEL YEAR Conventional Cab Chassis GVWR 46,000 lbs. Cummins ISL Min RPM, RPM or Equivalent for Optimal Operation 160 AMP alternator (2) 2250 CCA Batteries Minimum 10 Gallon DEF tank 2-speed drive fan RH outboard understep aftertreatment system Allison 3000 RDS Automatic Transmission 1000 watt/115 volt block heater 20,000 lb. front axle 20,000 lb. flat leaf front suspension 16.5 x 6 Q+ brakes 26,000 lb. rear axle Meritor extended lube main driveline with half round yokes Automatic rear slack adjusters 30,000 lbs. rear suspension Steel air brake reservoirs mounted perpendicular RH under cab and aft as possible Metallic air manifold mounted to back of cab cross member with 70 psi protection valve 7/16 x 3 9/16 x 11 1/8 steel frame 120 KSI ¼ C channel inner frame reinforcement 24 integral front frame extension Front tires 425/65R ply Rear tires 11R ply 22.5 x hub pilot 4.75 inset 5 hand steel front wheels 114 BBC Flat Roof Aluminum Conventional Cab Air horn 22

23 A/C, heater and defrost Air ride driver s seat High back non suspension passenger s seat Tilt steering AM/FM/WB Radio with AUX Port ADDITIONAL REQUIRED ACCESSORIES 40 feet of lay flat hose and connector Minimum 400 GPM auxiliary pump system SECONDARY JETTING TRUCK (To Be Included in the Base Bid and Alternate Bid) 1 USJ or Equivalent Truck Mounted Sewer Equipment 4-Cylinder Diesel, (Aluminum Component Package), Dual Power Pull-4-Cylinder Diesel, 40 GPM Maximum Output RUN-DRY Triplex Pump; Non-Silent Air Cooled Diesel Engine; Key Box With Key Start Ignition; Analog Pressure Gauge; Engine Oil & Temperature Safety Shutdown Systems; Enclosed Battery; Powder Coated 2" By 4" Tubular Steel Frame; Tank(s) Shall Contain a Minimum of 500 Gallons of water either in a single tank or dual 375 Gallon Water Tanks; 500 Feet Of 3/4" Hose; Second Reel With 500 Ft. of 1/2" Hose; Dual 7 Position Swivel Hose Reels; Locking- Free Spin Hydraulic Hose Reel Valve; Capable of Constant or Jump Jet Pulsation System; Water Flow Bypass Valve; Pressure Relief Rupture Disk System; Self-Contained Anti-Freeze System With Recovery - Storage Tank; 6 Rupture Disks; Owner / Operator Manual; Dual RPD Penetrator; Dual RPD Flusher; Drain Jet Extension; 3" Tiger Tail; Truck shall contain fixed Rotating Beacon Lights on Top of Cab, White Strobe Lights front and Rear; Fixed work lights on each side and rear of the Truck, Dual Magnetic Work Lights; 7500psi Safety Protection Gloves. CHASSIS NEW and CURRENT MODEL Year White Ford F550 Regular Cab or Equivalent with Logo, 4WD, V-8 Diesel Engine, with Six Speed Automatic Transmission, All Terrain Tires, A/C, Heat, AM/FM Stereo, Vinyl Seats, Rubber Floor Boards, Automatic Windows and Door Locks. Dual Storage Boxes shall be capable of holding the dual magnetic work lights, gloves, and jetting nozzles. All boxes, frames, etc. shall be painted in accordance with Factory Specifications. ADDITIONAL REQUIRED ACCESSORIES Front and Rear Tow Hooks. Front 12,000 lb. Winch with Cable and Winch Bumper. (2) Nozzle Kits ¾ kit containing (Penetrator, Chisel, Sanitary, and Sand) & ½ kit containing lateral nozzles (Penetrator, Chisel, Sanitary, and Sand). 23

Request For Bids. Sewer Cleaning Truck

Request For Bids. Sewer Cleaning Truck Release: Thursday 22 September 2006 Closes: Friday 6 October 2006 CITY OF BISHOP 377 West Line Street - Bishop, California 93514 Post Office Box 1236 - Bishop, California 93515 760-873-8458 publicworks@ca-bishop.us

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

Request For Bids. Sewer Cleaner Truck

Request For Bids. Sewer Cleaner Truck Release: Tuesday 14 November 2006 Closes: Friday 1 December 2006 CITY OF BISHOP 377 West Line Street - Bishop, California 93514 Post Office Box 1236 - Bishop, California 93515 760-873-8458 publicworks@ca-bishop.us

More information

INVITATION TO BID. Should you need clarification on any item, please contact Berley Mears, Public Works Director at

INVITATION TO BID. Should you need clarification on any item, please contact Berley Mears, Public Works Director at INVITATION TO BID July 28, 2017 Dear Vendor, Enclosed you will find a bid package for a 2017 One-Ton 4 X 4 Dump Truck and Snow Plow for the City of Seaford. All pertinent information is contained within.

More information

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

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

More information

City of Georgetown Industrial Ave, Georgetown, Texas,

City of Georgetown Industrial Ave, Georgetown, Texas, Presents a Proposal Summary of the 2100 Plus Combination Single Engine Sewer Cleaner with Hydrostatic Driven Vacuum System Mounted on a Heavy Duty Truck Chassis for City of Georgetown 300-1 Industrial

More information

Corporate Office Building One Service Road Executive Director FAX

Corporate Office Building One Service Road Executive Director FAX The Narragansett Bay Commission Vincent J. Mesolella Corporate Office Building Chairman One Service Road Providence, RI 02905 Raymond J. Marshall, P.E. 401-461-8848 Executive Director 401-461 6540 FAX

More information

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

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

More information

REPORT TO MAYOR AND COUNCIL

REPORT TO MAYOR AND COUNCIL AGENDA ITEM NO. 3.b REPORT TO MAYOR AND COUNCIL TO THE HONORABLE MAYOR AND COUNCIL: DATE: July 28, 2015 SUBJECT: AWARD OF CONTRACT TO OWEN EQUIPMENT OF SACRAMENTO IN THE AMOUNT OF $401,374 FOR A 2015 VACTOR

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

City of Storm Lake Fire Department Heavy Rescue Specifications

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

More information

INVITATION 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

RHODE ISLAND TURNPIKE & BRIDGE AUTHORITY

RHODE ISLAND TURNPIKE & BRIDGE AUTHORITY THE RHODE ISLAND TURNPIKE & BRIDGE AUTHORITY SPECIFICATIONS FOR STREET AIR SWEEPER CONTRACT NO. 14-13 OCTOBER 2014 Office of the Director P.O. Box 437 1 East Shore Road Jamestown, Rhode Island 02835 Telephone

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

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

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

CITY OF LOS BANOS PUBLIC WORKS DEPARTMENT INVITATION FOR SEALED BIDS

CITY OF LOS BANOS PUBLIC WORKS DEPARTMENT INVITATION FOR SEALED BIDS CITY OF LOS BANOS PUBLIC WORKS DEPARTMENT INVITATION FOR SEALED BIDS PROPOSAL FOR THE PURCHASE OF ONE NEW 2018/2019 MODEL HEAVY DUTY COMBINATION SEWER CLEANER TRUCK City of Los Banos Public Works Department

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

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

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

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

ATTACHMENT 3: SPECIFICATION FOR SEWER CLEANING

ATTACHMENT 3: SPECIFICATION FOR SEWER CLEANING ATTACHMENT 3: SPECIFICATION FOR SEWER CLEANING 1.0 General 1.1 The work covered by this section consists of providing all labor, equipment, material and supplies, insurance, accessories, tools, transportation,

More information

Technical Specifications CAMEL 900 Truck Mounted Combination High Pressure Jet / Vacuum Machine 9 CUBIC YARD / 1000 GALLON DUMP TYPE DEBRIS BODY

Technical Specifications CAMEL 900 Truck Mounted Combination High Pressure Jet / Vacuum Machine 9 CUBIC YARD / 1000 GALLON DUMP TYPE DEBRIS BODY Technical Specifications CAMEL 900 Truck Mounted Combination High Pressure Jet / Vacuum Machine 9 CUBIC YARD / 1000 GALLON DUMP TYPE DEBRIS BODY Instructions The bidder shall indicate compliance to each

More information

CAMEL 1200 CAMEL 200 UNIT COMPARISON

CAMEL 1200 CAMEL 200 UNIT COMPARISON CAMEL 1200 CAMEL 200 UNIT COMPARISON 800.837.9711 www.superproductsllc.com CAMEL 1200 QUICK HIT ADVANTAGES / TOC 4 OVERALL UNIT HEIGHT 16 6 8 10 12 14 Unit features an overall height of just 11' 6". SINGLE

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 10 CU YD COMBINATION SEWER CLEANING/VACUUMING MACHINE (Specification #50) Base Unit Price Pat's Pump

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

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

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

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

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

REPORT TO MAYOR AND COUNCIL

REPORT TO MAYOR AND COUNCIL AGENDA ITEM NO. 3.d REPORT TO MAYOR AND COUNCIL TO THE HONORABLE MAYOR AND COUNCIL: DATE: June 11, 2013 SUBJECT: AWARD OF CONTRACT TO OWEN EQUIPMENT OF SACRAMENTO IN THE AMOUNT OF $408,754 FOR A 2013 VACTOR

More information

Memphis-Shelby County Airport Authority ( Authority ) Addendum No. 1 To Request for Bids For Sweeper with Snow Plow

Memphis-Shelby County Airport Authority ( Authority ) Addendum No. 1 To Request for Bids For Sweeper with Snow Plow ( Authority ) Addendum No. 1 To Request for Bids 16-0007 For Sweeper with Snow Plow Issue Date: November 20, 2015 RECITALS WHEREAS, The Authority issued a certain Request for Bids Number 16-0007, Sweeper

More information

Town of Springdale Wrecker and Towing Services Agreement

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

More information

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

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

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

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

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

More information

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

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

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

More information

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 TO BID (ITB)

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

More information

TENDER. 2017, THREE QUARTER (3/4) TON PICKUP TRUCK, 4x4

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

More information

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

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

More information

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

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

More information

TENDER HALF TON PICKUP TRUCK, 4x4

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

More information

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

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

More information

BID SPECIFICATIONS FOR 3 CY WHEEL LOADER JD 544K $148, (INCLUDING OPTIONS) TIER 4

BID SPECIFICATIONS FOR 3 CY WHEEL LOADER JD 544K $148, (INCLUDING OPTIONS) TIER 4 BID SPECIFICATIONS FOR 3 CY WHEEL LOADER JD 544K $148,951.00 (INCLUDING OPTIONS) TIER 4 GENERAL These specifications shall be construed as the minimum acceptable standards for a 3-yard wheel loader. Should

More information

(1) 2018 New Trailer Mounted Spray Injection Road Repair Machine

(1) 2018 New Trailer Mounted Spray Injection Road Repair Machine The Roscommon County Road Commission will receive sealed bids until 2:00 p.m. on Wednesday, July 11th, 2018. (Bids will be opened at 2:00 p.m. for tabulation and review. Bid results and staff recommendations

More information

3.5 YARD 5 YARD 9 YARD 11 YARD 12 YARD 16 YARD COMBINATION MACHINE SERIES

3.5 YARD 5 YARD 9 YARD 11 YARD 12 YARD 16 YARD COMBINATION MACHINE SERIES 3.5 YARD 5 YARD 9 YARD 11 YARD 12 YARD 16 YARD COMBINATION MACHINE SERIES VAC-CON EMPOWERS YOU TO DO MORE Vac-Con delivers more power and value than the competition Only a Vac-Con comes fully loaded with

More information

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

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

More information

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

CAMEL YARD SEWER AND CATCH BASIN CLEANER NEW superproductsllc.com

CAMEL YARD SEWER AND CATCH BASIN CLEANER NEW superproductsllc.com CAMEL 1200 12 YARD SEWER AND CATCH BASIN CLEANER NEW 800.837.9711 superproductsllc.com CAMEL 1200 C 12 YARD SEWER CLEANER A FRONT-MOUNTED HOSE REEL 180 manual rotation facilitates manhole entry and reduces

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

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

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

More information

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

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

More information

GENERAL SPECIFICATIONS 700 GALLON TRAILER MOUNTED SEWER CLEANER WITH PIVOTING REEL 2000 Gm PSI 1.0 GENERAL INFORMATION

GENERAL SPECIFICATIONS 700 GALLON TRAILER MOUNTED SEWER CLEANER WITH PIVOTING REEL 2000 Gm PSI 1.0 GENERAL INFORMATION GENERAL SPECIFICATIONS 700 GALLON TRAILER MOUNTED SEWER CLEANER WITH PIVOTING REEL 40 @ 2000 Gm PSI 1.0 GENERAL INFORMATION 1.0 It is the intent of these specifications to describe the minimum requirements

More information

Louisville Gas and Electric Company

Louisville Gas and Electric Company P.S.C. Electric No. 11, Original Sheet No. 57 APPLICABLE In all territory served. AVAILABILITY OF SERVICE Available to any customer-generator who owns and operates a generating facility located on Customer

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

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

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

More information

REQUEST FOR PROPOSALS FIRE HYDRANT MAINTENANCE SERVICES

REQUEST FOR PROPOSALS FIRE HYDRANT MAINTENANCE SERVICES REQUEST FOR PROPOSALS FIRE HYDRANT MAINTENANCE SERVICES The City of Abbeville, South Carolina is soliciting sealed proposals for Fire Hydrant Maintenance Services. All proposals must be in writing and

More information

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

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

More information

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

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

More information

Please note the following in regards for the Tractor and Tractor Mount Runway Broom and Blower bid:

Please note the following in regards for the Tractor and Tractor Mount Runway Broom and Blower bid: 6700 McKennon Blvd., Suite 200 Fort Smith, AR 72903 479.452.7000 x50 479.452.7008 fax www.fortsmithairport.com April 9, 2018 ATTENTION ALL BIDDERS: It is the responsibility of the bidder to email Richard

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

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

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

More information

City of Colville Municipal Services 170 S. Oak, Colville, WA 99114

City of Colville Municipal Services 170 S. Oak, Colville, WA 99114 Meeting Date: September 29, 205 City of Colville Municipal Services 70 S. Oak, Colville, WA 994 COLVILLE CITY COUNCIL AGENDA ITEM BRIEFING SHEET Contact: Eric Durpos, Municipal Services Administrator Jeff

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

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

PENBERTHY MODELS GL AND GH GAS OPERATED JET PUMPS INSTALLATION, OPERATION AND MAINTENANCE INSTRUCTIONS

PENBERTHY MODELS GL AND GH GAS OPERATED JET PUMPS INSTALLATION, OPERATION AND MAINTENANCE INSTRUCTIONS Before installation, these instructions must be read carefully and understood. PRODUCT WARRANTY Emerson warrants its Penberthy products as designed and manufactured to be free of defects in the material

More information

RFP Agricultural Tractors (AG tractor) SCOPE OF THE PROPOSAL

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

More information

HALIFAX REGIONAL MUNICIPALITY (HRM) Three (3) Urban Light Duty Vacuum Sweepers TENDER # T Page 1

HALIFAX REGIONAL MUNICIPALITY (HRM) Three (3) Urban Light Duty Vacuum Sweepers 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 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 # 29-17-18 FOR: One Standby Diesel Pump for Lift Station OPENING DATE: May 22, 2018

More information

Mantis Rerailer General Specifications

Mantis Rerailer General Specifications 2008 General Specifications 1. Typical Operating Parameters 2. General 1.1 Operating temperatures will typically be between 20 F (7 C) to 110 F (43 C). 1.2 Relative humidity ranges between 20% and 100%.

More information

One (1) New Ford F-150 Regular Cab XL Bid No Notice to Bidders

One (1) New Ford F-150 Regular Cab XL Bid No Notice to Bidders CITY OF SAN LEANDRO INVITATION FOR BIDS SUBMIT BID TO: City of San Leandro Purchasing Department 835 East 14th Street San Leandro, CA 94577 FOR FURTHER INFORMATION CONTACT: Julie Jenkins Purchasing Agent

More information

INVITATION TO BID 61 ZERO TURN RADIUS MOWER

INVITATION TO BID 61 ZERO TURN RADIUS MOWER INVITATION TO BID 61 ZERO TURN RADIUS MOWER The City of Des Peres is soliciting bids for a new 2010 61 Zero Turn Radius Mower. Sealed bids will be accepted until 2:00 p.m. on Wednesday, February 17, 2010,

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

this equipment. Does Not

this equipment. Does Not SPECIFICATIONS FOR THE SUPER SEALCOATER 550 TRAILER MOUNTED SEALCOAT APPLICATOR 420 N. Roosevelt Ave. Chandler AZ 85226 +1 800 528 8242 +1 602 276 0406 FAX +1 480 961 0513 www.crafco.com MARCH 2014 The

More information

Town of South Windsor, Connecticut. Police Department

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

More information

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

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

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

More information

INDUSTRIAL HAUL AGREEMENT

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

More information

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

Public Access Electric Vehicle Charging Station Rebate Program Agreement

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

More information

BID OPENING: Tuesday May 3, Bell Equipment 78 Northpointe Dr. Lake Orion, MI 48359

BID OPENING: Tuesday May 3, Bell Equipment 78 Northpointe Dr. Lake Orion, MI 48359 BID: ONE (1) NEW TRAILER MOUNTED PULL BEHIND BELT-DRIVEN, CURB-SIDE LEAF VACUUM COLLECTOR BID OPENING: Tuesday May 3, 2011 TO BIDDERS: Friday April 15, 2011 ADVERTISED: Week of April 17, 2011 INVITATIONS

More information

Air Curtain. Installation, Operating and Maintenance Instructions

Air Curtain. Installation, Operating and Maintenance Instructions Installation, Operating and Maintenance Instructions Save this manual for future reference. Air Curtain Model Numbers: ES026, ES036, ES042, ES048, ES060, ES072 READ THIS OWNER S MANUAL CAREFULLY BEFORE

More information

SANTA CLARA CITY RENEWABLE NET METERING & INTERCONNECTION AGREEMENT

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

More information

CITY OF BURLEY, IDAHO. Golf Course Maintenance Equipment. Terry Greenman

CITY OF BURLEY, IDAHO. Golf Course Maintenance Equipment. Terry Greenman 2012 CITY OF BURLEY, IDAHO Golf Course Maintenance Equipment MAYOR Terry Greenman Casey Anderson John Craner Gordon Hansen Randy Hawkins Russ Mallory Steve McGill BY Brent Winn Golf/Parks Superintendent

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

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

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

REQUEST FOR BID For Trucks. Bid Notice

REQUEST FOR BID For Trucks. Bid Notice REQUEST FOR BID For Trucks Bid Notice Bell County Water Control & Improvement District No. 1 (District) is soliciting a Request for Bid for two (2) trucks to be used in its water operations. Sealed Bids

More information

Appendix A Technical Specifications Class I, II, III, IV Sewage Pumping Lift Station Wet Well Cleaning and Hauling

Appendix A Technical Specifications Class I, II, III, IV Sewage Pumping Lift Station Wet Well Cleaning and Hauling Appendix A 075-18 Technical Specifications Class I, II, III, IV Sewage Pumping Lift Station Wet Well Cleaning and Hauling INTENT JEA is soliciting proposals for industrial services to remove & dispose

More information

SPECIAL SPECIFICATION 7506 High Pressure Waterblasting System

SPECIAL SPECIFICATION 7506 High Pressure Waterblasting System 2004 Specifications CSJ 6199-06-001 SPECIAL SPECIFICATION 7506 High Pressure Waterblasting System 1. Description of Work. Furnish a high pressure waterblasting system for removing paint, thermoplastic,

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

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

SANDAG Vanpool Program Guidelines as of February 2018

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

More information

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

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

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