OFFICIAL NOTICE VILLAGE OF FOX POINT ADVERTISEMENT FOR QUOTES
|
|
- John Hines
- 5 years ago
- Views:
Transcription
1 OFFICIAL NOTICE VILLAGE OF FOX POINT ADVERTISEMENT FOR QUOTES The Village of Fox Point will accept Sealed Quotes until 1:00 PM, Thursday March 21, 2019, at the office of the Assistant Director of Public Works, 7200 N. Santa Monica Boulevard, Village of Fox Point, Wisconsin At that time, Village officials will publicly open and read the Quote for the furnishing and delivery of the items of equipment described below, and as set forth in the Specifications and Contract Documents (S & CD)(all quantities are "One Each"): BACKHOE / LOADER EXTENDABLE STICK, AWD & ATTACHMENTS OPERATING WEIGHT 16,000 18,000 lbs. (ONE EACH) The S & CD are on file and available at the Office of the Village Clerk, address as above, telephone A Quoter may only submit a Quote on the Quotation Form sheets, prepared for that purpose and contained in the S & CD. Envelopes should be marked Quotes for Backhoe / Loader with Extendable Stick, AWD & Attachments. A prospective Quoter shall submit descriptive details of the equipment that they propose to furnish. The Village of Fox Point reserves the right to accept the Quote of the lowest, best, most responsible Quoter; to reject any and all Quotes; and/or to accept any Quote which is most advantageous to the Village. Published by authority of the Village Board of the Village of Fox Point, Milwaukee County, Wisconsin. Dated this 6 th day of March, Kelley Meyer WCMC, Village Clerk/Treasurer WMCA District 5 Co-Director ON-1
2 VILLAGE OF FOX POINT SPECIFICATIONS AND CONTRACT DOCUMENTS FOR PURCHASE OF BACKHOE / LOADER EXTENDABLE STICK, AWD & ATTACHMENTS OPERATING WEIGHT 16,000 18,000 LBS. (One Each) March 2019 VILLAGE OF FOX POINT, WISCONSIN NO.
3 TABLE OF CONTENTS SECTION PAGES OFFICIAL NOTICE QUOTATION FORM INSTRUCTIONS TO QUOTERS/VENDORS SPECIFICATIONS FOR EQUIPMENT PURCHASE ON--1 QF--1-2 IQ--1-2 TS--1-7
4 OFFICIAL NOTICE VILLAGE OF FOX POINT ADVERTISEMENT FOR QUOTES The Village of Fox Point will accept Sealed Quotes until 1:00 PM, Thursday March 21, 2019, at the office of the Assistant Director of Public Works, 7200 N. Santa Monica Boulevard, Village of Fox Point, Wisconsin At that time, Village officials will publicly open and read the Quote for the furnishing and delivery of the items of equipment described below, and as set forth in the Specifications and Contract Documents (S & CD)(all quantities are "One Each"): BACKHOE / LOADER EXTENDABLE STICK, AWD & ATTACHMENTS OPERATING WEIGHT 16,000 18,000 lbs. (ONE EACH) The S & CD are on file and available at the Office of the Village Clerk, address as above, telephone A Quoter may only submit a Quote on the Quotation Form sheets, prepared for that purpose and contained in the S & CD. Envelopes should be marked Quotes for Backhoe / Loader with Extendable Stick, AWD & Attachments. A prospective Quoter shall submit descriptive details of the equipment that they propose to furnish. The Village of Fox Point reserves the right to accept the Quote of the lowest, best, most responsible Quoter; to reject any and all Quotes; and/or to accept any Quote which is most advantageous to the Village. Published by authority of the Village Board of the Village of Fox Point, Milwaukee County, Wisconsin. Dated this 6 th day of March, Kelley Meyer WCMC, Village Clerk/Treasurer WMCA District 5 Co-Director ON-1
5 QUOTATION FORM William S. Wojtanowski Assistant Director of Public Works, Village of Fox Point 7200 N. Santa Monica Boulevard Fox Point, Wisconsin Dear Mr. Wojtanowski: (Firm name and address) March, 2019 I propose and agree, should the Village accept my Quote, to furnish the equipment described in this letter for the price stated below. I submit this Quote in accordance with the Official Notice and the Specifications and Contract Documents. ITEM AMOUNT 1. BASE QUOTE: $ Backhoe / Loader with Extendable Stick, AWD & Attachments as specified. 2. REQUIRED ALTERNATE QUOTE: $ Backhoe / Loader with Extendable Stick, AWD & Attachments as specified. Less the trade-in credit for one 1999 CASE Model# 580L Serial# JJG Backhoe / Loader with Extendable Stick, AWD, Loader Bucket (1.0 cu. Yd.), three Backhoe Buckets, Pallet Forks, Hydraulic Plate Compactor and Auxiliary Hydraulic Systems.. (3,000 total engine hours) (Base Quote Trade-in Value = Required Alternate Quote Amount) I submit the following information, where applicable, regarding the model(s) that I propose to furnish: MODEL NAME/NUMBER: OPERATING WEIGHT ENGINE DESCRIPTION: QF-1
6 In submitting this Quote, I assure you that this equipment is under my control and that I have the ability to furnish it. If I am relying on a subcontractor or another party to furnish all or a portion of this equipment, I assure you that I have obtained the necessary commitments from them to furnish all items for which I have submitted this Quote. I certify that: a. I do not submit this Quote in connection with any other Quoter and that it is in all respects fair and without collusion or fraud; b. I submit this Quote free of any direct or indirect interest of any elected official or employee of the Village of Fox Point; and c. I have read and understand the Specifications and Contract Documents. I can / cannot (circle applicable response) furnish a demonstration unit. I can deliver the unit on and you may use it for days. (DATE) If the Village accepts my Quote, I guarantee a delivery date of this equipment to the Village in days after the receipt of the Village s Letter of Notification of Acceptance of this Quote. I agree to furnish this equipment within this period of time. If I fail to deliver all of the specified equipment and items within this timeframe, I agree to the assessment of a Late Delivery Deduction, from monies due me, in the amount of 1/10th of 1% per day of the total value amount of the undelivered portion of the specified equipment and items, for each day in excess of this date. As required in the INSTRUCTIONS TO QUOTERS, I have attached the completed Paragraph 14 of the SPECIFICATIONS FOR EQUIPMENT PURCHASE, along with a separate sheet listing any variances. I acknowledge receipt of and have reviewed Addenda #s,,,, and. Sincerely, (Signature of Salesperson) (Title) (Signature of Sales Manager) (Name, printed or typed) (Telephone) (Name, printed or typed) Attachments Paragraphs 14, SPECIFICATIONS Printed Equipment Literature QF-2
7 INSTRUCTIONS TO QUOTERS/VENDORS For purposes of these Instructions, the term "Vendor" shall mean the individual submitting a Quote. 1. How To Quote A Vendor must submit a Quote, with original signatures (photocopies are not acceptable), on the Quotation Form sheets, which are a part of these Specifications and Contract Documents (S & CD). An officer or employee authorized to sign Quotes must sign the Quote manually and affix the firm name. The Vendor s Sales Manager must also sign the Quotation Form. The Village may reject Quotes without the Sales Manager's signature. The Quoted Price is to include the cost of all transportation (to the Fox Point Department of Public Works yard or to another designated location in the Milwaukee County area) and dealer preparation charges; all publications and operator and mechanic training, both as stated in the S & CD; and all other incidental costs. If the Quotation Form sheets do not provide enough space, a Vendor may attach sheets with additional information. The Vendor must sign these sheets in the manner similar to the Quotation Form, for purposes of proper identification. The Village will not consider a Quote which is not properly completed. The Vendor is to complete the left-most column of paragraph 14 of the SPECIFICATIONS FOR EQUIPMENT PURCHASE and submit it as an attachment to the QUOTATION FORM. Where the equipment unit submitted for Quote does not meet a particular specification, the Vendor will list the details of the specification variance, properly referenced, on a separate sheet and submit it with the QUOTATION FORM. 2. Acceptance The Village Board will accept the Quote of the lowest, best, and most responsible Vendor. The Board reserves the right to reject any and/or all Quotes or to accept any Quote which may be most advantageous to the Village. 3. Changes in Specifications Not Permitted A Vendor is not to change any of the terms of the S & CD. Such changes would constitute a counter offer. The Village will reject any Quote received with such a change. The Village may change the S & CD by issuing an Addendum. 4. Amendment of a Quotation A Vendor may amend their Quote, once submitted, before the time of the Quote Opening. The Vendor must fully identify the amendment that is filed through reference to the original Quote by number, commodity, and opening date. All conditions of the S & CD will apply to amendments. The amendment should state, for example: "This document amends the Quote which I submitted prior to this date. I am changing the price of Item # 2 from $10.00 to $10.50." IQ-1
8 5. Delivery Date The successful Vendor agrees to furnish this equipment by the guaranteed delivery date, as stated on their QUOTATION FORM. If the Vendor fails to deliver all of the specified equipment and items within that timeframe, they will agree to the assessment of a Late Delivery Deduction, from monies due them, in the amount of 1/10th of 1% per day of the total value amount of the undelivered portion of the specified equipment and items for each day in excess of this date. 6. Delay in Delivery The Village will recognize delay in delivery caused by bona fide strike, government priority or requisition, riot, fire, sabotage, act of God, or any other delay deemed to be clearly and unequivocally beyond the Vendor s control. The Village will relieve the Vendor of the responsibility of meeting the delivery time, as stipulated in the S & CD, upon the Vendor filing with the Village a notarized, just, and true statement, requesting an extension of the delivery date. A responsible official of the Quoting firm must sign the statement and must present, in detail, all of the pertinent circumstances which would justify the granting of an extension. 7. Fair Employment Practices All Quotes are subject to the state and Federal regulations relating to prohibition of discrimination in employment. These provisions are applicable to and incorporated into any Contract or Quotation award. 8. Excise and Sales Tax Exemption A Vendor must submit their Quote free of Federal excise and/or Wisconsin State/County sales taxes, as the Village is exempt from these taxes. 9. Vendor Questions Vendors should contact the Assistant Director of Public Works with any questions of a technical nature or for information about the Quotation or award process. bwojtanowski@villageoffoxpoint.com or call Trade-In Equipment A Vendor may inspect any item(s) identified to be traded-in by scheduling an appointment with the Assistant Director of Public Works. The Village will release the trade-in unit to the successful Vendor when it receives the new, completed unit and has prepared it for its intended use. 11. Optional Quote Please quote all optional equipment separate from the base quote and required alternate quote. IQ-2
9 SPECIFICATIONS FOR EQUIPMENT PURCHASE For purposes of these specifications, the term "Vendor" shall mean the "selected/successful Quoter". 1. General: The intent of the specifications is to describe the minimum requirements for the equipment which the Village intends to purchase. The Vendor is to furnish, at the Quoted Price, any/all items/features not specifically mentioned, but which are necessary or which an equipment vendor would normally furnish in order to provide a complete unit. The equipment shall conform in strength and in quality of material and workmanship to that normally provided by the engineering practice indicated in these specifications. 2. Award Authority: In the process of selecting the Vendor, the Village of Fox Point will be the sole judge of the quality, construction, and suitability (for the work to be performed) of the equipment offered. 3. Award: In order to determine the successful Vendor, the Village may conduct "Interview Sessions" with selected Vendors. The purpose of these sessions is to insure, to the extent possible, that Village officials understand the exact features of the offered equipment, prior to providing a Recommendation for Award to the Village Board. The Village will select the Quote of the lowest, best, and most responsible Vendor. The Village Board reserves the right to reject any/all Quotes or to accept any Quote which may be most advantageous to the Village. 4. Description of Equipment: A Vendor must provide, with their Quote, printed literature, describing the particular equipment, to include make, model, and manufacturer's rating. The Village will use this literature to determine compliance with the specifications. The Village will only accept a Quote from a Vendor who shows that they are Quoting on regularly manufactured equipment, tried, proven, and in current use. The Vendor must provide equipment which has parts which are interchangeable with similar equipment purchased under the same contract. The equipment furnished must comply with all applicable safety and health codes. 5. Warranty: Since the Village purchases equipment which must provide a long service life, the Vendor is to furnish a warranty, certifying that the equipment which he will provide is suitable for the service intended, in accordance with the Specifications. The warranty period is to begin at the time the equipment is delivered to the Village, completely prepared for its ultimate use. The warranty "start time" is to begin after the completion of any work done to the equipment by any other Vendor. 6. Service Facilities: For the equipment specified, the Vendor must have a fully operable service facility in Milwaukee County or a nearby, surrounding county, complete with a reasonable stock of repair parts. 7. Latest Model: The Vendor agrees to furnish the most recent model of equipment for the manufacturer which he represents. Equipment must be new and unused, not rebuilt. TS-1
10 8. Demonstration: The Village encourages Vendors to furnish equipment, upon request, of the type for which they will be Quoting, for demonstration prior to the date of award. 9. Technical Requirements: The Vendor shall furnish equipment which incorporates all of the features set forth in these specifications. 10. Brand Names: For the purpose of this clause, references to "Brand Names" shall mean brand name and/or make or model number. If the specifications have identified articles by a "brand name or equal" description, the Village intends such reference to be descriptive, not restrictive, and it is for the sole purpose of indicating to Vendors a description of articles that will be satisfactory. 11. Patent Protection: The Vendor shall protect and save harmless the Village from any patent infringements of mechanical devices or process for which the Village will use the equipment and shall furnish the Village with an agreement embodying the foregoing provision. 12. Servicing: The Vendor shall wash, service, and perform all dealer preparation tasks prior to delivery of the equipment. 13. Documentation/Miscellaneous: A. Operating Instructions: The Vendor shall arrange for instruction and training of Department of Public Works personnel in the operation of the equipment by properly trained personnel as set forth in these specifications. B. Delivery Documents: The Vendor shall furnish the Village duplicate delivery invoices/slips. The Village will return the original to the Vendor and will retain the copy. The Vendor will also furnish the Certificate of Title and a Registration Application form, where applicable. C. Part Lists and Manuals: The Vendor shall furnish these documents in the type and amount set forth in these specifications. D. Compatibility: The Quoting Vendor is responsible to insure that all accessories and auxiliary equipment are compatible with the quoted unit in terms of hydraulic, electrical and mounting requirements without the need for exctensive modifications. TS-2
11 14. Detailed Technical Specifications: BACKHOE / LOADER AWD with EXTENDABLE STICK And ATTACHMENTS OPERATING WEIGHT 16,000 18,000 lbs. YES/NO ITEM # DESCRIPTION TABLE OF CONTENTS 1.00A GENERAL 2.00A ENGINE 3.00A TRANSMISSION / DRIVE SYSTEM 4.00A BRAKES, WHEELS & TIRES 5.00A OPERATOR S STATION & ACCESSORIES 6.00A ELECTRICAL & LIGHTING 7.00A FRONT LOADER & FRONT ATTACHMENTS 8.00A BACKHOE, EXTENDABLE STICK & REAR ATTACHMENTS 9.00A HYDRAULIC SYSTEM & CONTROLS 10.00A MISCELLANEOUS 11.00A PARTS & SERVICE 12.00A WARRANTIES 13.00A REFERENCES 14.00A QUESTIONNAIRE Item # Description 1.00A GENERAL 1.01A Current model, Backhoe / Loader: 14 Class including AWD, Extendable Backhoe Dipper Stick and Attachments. 1.02A F.O.B. Village of Fox Point, WI 1.03A Operating Weight: Approximately 16,000 18,000 lbs. 1.04A NET Peak Power (ISO-9249): HP. 1.05A All wheel drive. 1.06A Extendable Dipper Stick. 1.07A Provide complete product literature. TS-3
12 2.00A ENGINE 2.01A Diesel: 4 stroke cycle, (NET Horsepower / ISO 9249) 2.02A Liquid-Cooled with Heavy-Duty cooling system and radiator. 2.03A Engine oil cooler. 2.04A Cold weather starting aid. (Intake heater or glow plugs) 2.05A Air filter: Dry type with pre-cleaner and restriction indicator. 2.06A Engine control system: Programmable automatic idle & shut-down system. 2.07A Fuel Tank: 35 Gallon minimum capacity with a drain plug. 2.08A SCR / After-treatment System: Please provide specific information on the type of after-treatment system and how it regenerates. 3.00A TRANSMISSION / DRIVE SYSTEM 3.01A Transmission: Torque Converter Drive, fully synchronized. (SEE 10.07A) 3.02A (4 or 5) speeds forward and reverse. 3.03A Clutch disconnect switch located on the shift lever. 3.04A Travel speed in high range: M.P.H. 3.05A All wheel drive. 3.06A Oscillating steering axle. 3.07A Locking differential. 3.08A Audible and visual alarms to warn the operator in the event that an outrigger is unsecured or not fully retracted when selecting a travel mode. 4.00A BRAKES / WHEELS & TIRES 4.01A Brakes: Hydraulic, inboard, wet, multi-disc type for the service, emergency and parking brake systems. 4.02A Rear Tires: Pneumatic loader or off-road radial lug tires. (12-Ply minimum) 4.03A Front Tires: Heavy-duty, pneumatic, closed-tread, skid tires. (12-ply min.) 4.04A Valve stem protectors on all four wheels. 5.00A OPERATOR S STATION & ACCESSORIES 5.01A Fully enclosed ROPS / FOPS cab with dual doors and tinted safety glass. 5.02A Visibility enhancements to include heated outside rearview mirrors. 5.03A AM/FM Radio. 5.04A Operator s seat: Mechanical, fully adjustable, deluxe, cloth suspension seat. 5.05A Pressurized cab: Heavy-duty heater, defroster, air conditioning and fresh air ventilation system with replaceable cabin air filters. 5.06A Windshield wipers: Front & Rear with washers and intermittent speeds. 5.07A Adjustable steering column. 5.08A Interior cab lighting. 5.09A In-cab storage tray and storage compartment for small items and gloves. 5.10A Heavy-duty, molded rubber floor mat. TS-4
13 5.11A Fire extinguisher: 3 or 5-lbs., ABC, securely mounted inside the cab or inside of an enclosed and weather sealed compartment outside of the cab. 5.12A Full instrumentation to include gauges, warning lights and audible alarms for all critical systems. 5.13A Engine hour meter. 6.00A ELECTRICAL & LIGHTING 6.01A 12 volt electrical system. 6.02A Batteries: Dual, maintenance free with a total of 1,600 CCA minimum. 6.03A Heavy-Duty starter and alternator. (150 AMP Alternator minimum) 6.04A LED Strobe: Cab-mounted electronic strobe. (Amber) 6.05A Road lights LED: Front headlights, rear taillights, turn signals, marker lights and flashers. 6.06A Work lights, LED (8) Cab-mounted lights (4-Front & 4-Rear) 6.07A Motion or travel alarm with cancel switch. 6.08A Provide a 12-volt wiring circuit inside of the cab for a 2-way radio. 6.09A Provide a 12 volt power-point outlet. 7.00A FRONT LOADER & FRONT ATTACHMENTS 7.01A Hydraulic, front-loader quick-coupler with in-cab control. 7.02A Heavy duty, general purpose bucket with bolt-on, reversible cutting edge, skid plates and quick coupler adaptor. (SAE Rating Heaped: 1.25 cu. yd.) 7.03A Pallet forks with quick coupler adaptor. 7.04A Bucket position indicator. 7.05A Automatic return-to-dig. 7.06A Dump Clearance: degrees. 7.07A Single lever loader control with transmission disconnect switch and bucket float. 7.08A Include the maximum amount of counterweight on the front of the unit. 7.09A Front Grille Bumpers. 7.10A Front loader ride control. (With Automatic & Manual Mode Switch) 8.00A BACKHOE, EXTENDABLE STICK & REAR ATTACHMENTS 8.01A Backhoe mounting shall be an integral part of the main frame. 8.02A The backhoe shall be extendable with a digging depth range of approximately 14 retracted to approximately 18 extended. 8.03A Include the maximum amount of counterweight on the front of the unit. 8.04A Stabilizers with anti-drift valves. 8.05A Hydraulically-operated, backhoe quick-coupler with in-cab control. 8.06A 24, general purpose, bucket with standard teeth and lifting eye. 8.07A 12, general purpose, bucket with standard teeth and lifting eye. TS-5
14 8.08A Install a bi-directional auger which is to be provided by the Village of Fox Point. (McMILLEN Model# X 2450 H2) Provide and install the quickcoupler adaptor, hydraulic circuit, controls and hoses to the backhoe stick. 8.09A Backhoe Boom Protection Plate. 9.00A HYDRAULIC SYSTEM & CONTROLS 9.01A Pilot-operated controls: Standard, SAE 2, Excavator Pattern. (Right lever = boom & bucket, left lever = stick & swing)(single-lever loader control) 9.02A Multiple hydraulic system operating modes to include settings for light to heavy operation. 9.03A Lift or Boost mode for heavy lifting. 9.04A Work Tool Hydraulic Circuit: Complete auxiliary hydraulic system with stick-mounted coupler for operation of a bi-directional auger. (The auger will be provided by the Village of Fox Point) (Auger requires bi-directional, proportional controls with a flow range of 20 GPM minimum 35 GPM maximum and a maximum PSI of 3000) 9.05A Hydraulic oil: Ambient temperature range of -25 to +100 degrees Fahrenheit. 9.06A Hydraulic oil cooler. 9.07A Hydraulic oil level sight gauge. 9.08A Hydraulic system warning alarms for low oil level and high oil temperature. 9.09A Provide and install all of the equipment necessary to operate the hydraulic attachments. (Hydraulic lines, hoses, fittings, electrical components, switches, controls, valves, etc.) 10.00A MISCELLANEOUS 10.01A Provide one complete set of extra filters to include engine oil, air, fuel, fuel/water separator, hydraulic oil, cabin air, and all other replaceable filters. Provide a list of all filter numbers for this specific unit A Provide one complete set of manuals to include shop service, parts and operator s manual A Provide one additional operator s manual mounted inside the cab A Provide grouped and/or extended grease points for greasable items that are not easily or safely accessible at ground-level for lubrication A Maintenance items and filters shall be easily accessible for maintenance A All heat exchangers shall be accessible for cleaning to include hinged mountings if necessary A Please quote Auto-Shift Transmission as an option. $ 11.00A PARTS & SERVICE 11.01A A service facility must be located within a (50) mile radius of Fox Point A Provide information on the closest service facility. TS-6
15 11.03A Provide the estimated parts inventory value for the model quoted that is currently in stock at the service facility closest to the Village of Fox Point. Estimated Parts Inventory Value: $ 11.04A Do you offer a written 24-hour parts guaranty? YES/NO 12.00A WARRANTIES (WRITTEN FACTORY WARRANTIES) 12.01A The backhoe/loader factory warranty shall include coverage for no less than 12 months from the date the completed unit is put into service by the Village of Fox Point A The factory warranty shall include 100% coverage of parts, labor, travel, service calls and transportation of the unit when necessary A Provide separate written warranties for any components, auxiliary equipment and accessories that are not specifically covered under the Backhoe / Loader manufacturer s factory warranty A Please provide one year s worth of fluid sampling kits if fluid sampling is required as a condition of warranty A Submit a list of all optional, extended warranties with prices A All warranties shall go into effect on the date that the completed unit is put into service by the Village of Fox Point. (Completed unit means that all components, attachments and accessories have been properly installed and the unit is ready to be put into service) 13.00A REFERENCES 13.01A Provide a list of references, within the vicinity of Fox Point, currently using backhoe loader/s of the model and type quoted. (Please include contact person s name and phone number) 14.00A QUESTIONNAIRE (Please fill in the blanks) OPERATING WEIGHT COUNTERWEIGHT LBS. OVERALL LENGTH OVERALL HEIGHT OVERALL WIDTH WITH STANDARD LOADER BUCKET ENGINE MAKE MODEL NET H.P. / SAE 9249 IS AFTER-TREATMENT REGENERATION REQUIRED? YES? / NO? IS AFTER-TREATMENT REGENERATION AUTOMATIC? YES? / NO? BACKHOE DIGGING DEPTH RETRACTED EXTENDED TRANSMISSION TYPE / NUMBER OF SPEEDS / MAXIMUM TRAVEL SPEED FORWARD BATTERY/S TOTAL CCA ALTERNATOR AMPS TS-7
DEPARTMENT OF PUBLIC WORKS WHITMAN COUNTY COLFAX, WASHINGTON Bid for One (1) New Diesel Powered Articulated Four Wheel Drive Loader & Trade
DEPARTMENT OF PUBLIC WORKS WHITMAN COUNTY COLFAX, WASHINGTON 99111 Bid for One (1) New Diesel Powered Articulated Four Wheel Drive Loader & Trade NOTICE TO ALL BIDDERS: Please contact Whitman County Operations
More informationRequest 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 informationCLEVELAND 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 informationSPECIFICATIONS 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 information145 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 informationLX80. Note: General purpose bucket with bolt on cutting edges. I J K. Unit : mm
S P E C I F I C A T I O N S LX80 W H E E L L O A D E R n Engine Rated Power : 80.9 kw (110 PS) n Operating Weight : Canopy / (Rops / Fops) Cab 8 120 kg / 8 610 kg n Backhoe Bucket : ISO Heaped - 1.9 40
More informationTHE TOWN OF CLARENVILLE PUBLIC WORKS DEPARTMENT. Tender Specification # For Purchase of One (1), New Wheel Loader with Snow Blades
THE TOWN OF CLARENVILLE PUBLIC WORKS DEPARTMENT Tender Specification # 03-2015 For Purchase of One (1), New Wheel Loader with Snow Blades GENERAL SPECIFICATIONS Tenders are invited for the supply and delivery
More informationS 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 informationThe Regional District of Nanaimo (RDN) is seeking responses to the following tender:
NOTICE OF TENDER The (RDN) is seeking responses to the following tender: This tender is for the supply of one (1) new Compact Track Loader (Skid Steer) including a General Purpose (GP) bucket, Digging
More informationINVITATION 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 informationINVITATION 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 informationREQUEST FOR BIDS (RFB) # (1) NEW X4-3/4 TON EXTENDED CAB PICKUP TRUCK WITH LIFT GATE POSTING DATE: MARCH 7, 2018
REQUEST FOR BIDS (RFB) #18-022-25 (1) NEW 2018 4X4-3/4 TON EXTENDED CAB PICKUP TRUCK WITH LIFT GATE POSTING DATE: MARCH 7, 2018 RESPONSE DEADLINE: MARCH 27, 2018 11:00 A.M. CENTRAL STANDARD TIME (CST)
More informationBID 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 informationBACKHOE PRICING INFO
Price quote for: VENDOR NAME BACKHOE PRICING INFO Ziegler Cat MAKE AND MODEL Caterpillar 416F2 Spec # Description Price 1.0 Price for base unit: $ 62,460.00 2.0 OPERATOR ENVIRONMENT Use this section to
More informationINVITATION 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 informationNOTICE OF INVITATION FOR COMPETITIVE SEALED BIDS FOR MOTOR GRADERS (Guadalupe County IFB No )
NOTICE OF INVITATION FOR COMPETITIVE SEALED BIDS FOR MOTOR GRADERS (Guadalupe County IFB No. 2017-12) Guadalupe County, New Mexico, invites competitive sealed bids for the procurement described below,
More informationWHEEL LOADER WHEEL LOADER. ZW series Parallel linkage tool carrier version
ZW series Parallel linkage tool carrier version WHEEL LOADER WHEEL LOADER Model Code: ZW140PL / ZW150PL / ZW1PL Operating Weight: ZW140PL: 11 950-12 010 ZW150PL: 13 370-13 400 ZW1PL: 15 240-15 430 Bucket
More informationDubuque 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 informationPressure system with spin-on filter & cooler Dual-stage dry type with safety element and evacuator valve
Engine Manufacture and Model Non-Road Emission Standards Displacement Net Peak Power (ISO 9249) Net Peak Torque (ISO 9249) John Deere PowerTechTM4045T turbocharged, standard EPA Tier 2 / EU Stage II emissions
More informationREQUEST FOR BID (RFB) # B X4 ONE TON CHASSIS CAB DUALLY POSTING DATE: MARCH 7, 2018
REQUEST FOR BID (RFB) #18-001-30B 2018 2X4 ONE TON CHASSIS CAB DUALLY POSTING DATE: MARCH 7, 2018 RESPONSE DEADLINE: APRIL 4, 2018 11:00 A.M. CENTRAL DAYLIGHT TIME (CDT) TO: DAVE FRISQUE MARINETTE COUNTY
More informationTown 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 informationCity 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 informationREQUEST 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 informationINVITATION TO BID PURCHASING DEPARTMENT P. O. BOX E. CENTRAL AVENUE THIRD FLOOR VALDOSTA, GEORGIA 31601
INVITATION TO BID PURCHASING DEPARTMENT P. O. BOX 1125 216 E. CENTRAL AVENUE THIRD FLOOR VALDOSTA, GEORGIA 31601 BID # 21-17-18 FOR: (1) One Ton Super Duty Crew Cab Truck with 8 Bed (F-350) OPENING DATE:
More informationCat BACKHOE LOADER. breakout forces and aggressiveness in hard bank applications. to the operator while roading.
Cat F BACKHOE LOADER The Cat F Backhoe Loader delivers performance, increased fuel efficiency, superior hydraulic system and an all new operator station. The F features the following: Ergonomic Operator
More informationDoosan 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 informationCity 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 informationZAXIS DASH-5 Ultrashort-CLASS EXCAVATORS ZX245LC kw (159 hp)
ZAXIS DASH-5 Ultrashort-CLASS EXCAVATORS ZX245LC-5 119 kw (159 hp) ZX245LC-5 ZAXIS DASH-5 Ultrashort-CLASS EXCAVATORS Engine ZX245LC-5 Manufacturer and Model Isuzu 4HK1 Non-Road Emissions Standard EPA
More informationONE (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 informationINVITATION 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 informationBID 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 informationBID 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 informationGALLATIN 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 informationJuly 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 informationDL250 TECHNICAL DATA
DL250 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 informationREQUEST 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 informationDL350 TECHNICAL DATA
DL350 TECHNICAL DATA GENERAL SPECIFICATIONS ITEMS UNIT STANDARD MODEL ea. Doosan DL08 NUMBER OF CYLINDERS ea. 6 RATED FLYWHEEL POWER (GROSS) hp / rpm 232 / 2,000 (SAE J1995) kw / rpm 172 / 2,000 RATED
More informationNOTICE INVITING BIDS 2018 DEPARTMENT OF PUBLIC WORKS VEHICLE CITY OF BEAVER DAM, WISCONSIN
NOTICE INVITING BIDS 2018 DEPARTMENT OF PUBLIC WORKS VEHICLE CITY OF BEAVER DAM, WISCONSIN Sealed volumes, containing proposals, will be received at the City Clerk s Office of the City of Beaver Dam, Wisconsin,
More informationRequest for Proposal Motor Grader January 26, 2015
Request for Proposal Motor Grader January 26, 2015 1 City of Fargo Request for Proposal The City of Fargo is requesting proposals for one (1) Motor Grader. Sealed proposals will be received by the City
More informationTHREE (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 informationPOWERTRAIN. NOTE: Travel speeds at 2334 engine rpm with 19.5L x 24 rear tires. Speeds decrease with 17.5L x 24 rear tires.
580L Series 2 Loader/Backhoe ENGINE Model... Case 4-390 diesel Type... 4-stroke, naturally aspirated Cylinders... 4 Bore/Stroke... 4.02 x 4.72 (102 x 120 mm) Displacement... 239 in 3 (3.9 L) Fuel injection...
More informationRFQ 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 informationCity 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 information324D/ 324D L. Hydraulic Excavator. Engine Engine Model. ACERT Technology. Net Flywheel Power Weights. Std. Undercarriage. Long Undercarriage
D/ D L Hydraulic Excavator Engine Engine Model Net Flywheel Power Weights Operating Weight Std. Undercarriage Operating Weight Long Undercarriage Cat C with ACERT Technology 0 kw 0 kg 0 kg Engine Engine
More informationCITY OF KENORA SUPPLY AND DELIVERY OF A WHEEL LOADER
City of Kenora Operations Centre 60 Fourteenth Street N Kenora ON P9N 4M9 CITY OF KENORA SUPPLY AND DELIVERY OF A WHEEL LOADER SEALED TENDERS for the Supply and Delivery of a Wheel Loader for the City
More informationInvitation to Bid NEW FOUR WHEEL DRIVE EXTENDED CAB PICKUP TRUCK
FINANCE DEPARTMENT GREGORY N. L HEUREUX Finance Director KRISTIE BRADBURY Deputy Finance Director Invitation to Bid COLLEEN C. SELBERG Purchasing Agent NEW FOUR WHEEL DRIVE EXTENDED CAB PICKUP TRUCK Sealed
More informationDL250TC 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 informationTENDER. 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 informationMSV. Innovating for you
MSV Innovating for you Innovating for you - A new generation of multi-service vehicles CAB SAFETY Operators enclosure is ROPS certified to SAE J 1040C and ISO 3471 at 12,000 lbs. IN CONTROL Sure Grip Controls
More informationTENDER. 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 informationZAXIS DASH-5 UTILITY-CLASS EXCAVATORS ZX180LC kw (121 hp)
ZAXIS DASH-5 UTILITY-CLASS EXCAVATORS ZX180LC-5 90 kw (121 hp) ZX180LC-5 ZAXIS DASH-5 UTILITY-CLASS EXCAVATORS Engine ZX180LC-5 Manufacturer and Model Isuzu 4JJ1 Non-Road Emissions Standards Certified
More information-1- SPECIFICATION M-19-BU-N-ZZ FORKLIFT - TRUCK MOUNTED (ON 24 INCH LOAD CENTER) - 5,500 LB INDEX
-1-006900 FORKLIFT - TRUCK MOUNTED (ON 24 INCH LOAD CENTER) - 5,500 LB I. GENERAL FORK LIFT S: A. Intent Statement B. Truck Chassis Information C. Capacity D. Forklift Component E. Engine & Drive Train
More informationThe 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 informationA 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 informationZAXIS. 210/210LC-5 n 119 kw (159 hp)
n 119 kw (159 hp) EnginE Manufacturer and Model... Isuzu 4HK1 Non-Road Emission Standards... certified to IT4 / Stage IIIB emissions Net Rated Power (ISO 9249)... 119 kw (159 hp) @ 1,900 rpm Cylinders...
More informationZAXIS DASH-5 UTILITY-CLASS EXCAVATORS ZX210/210LC kw (150 hp)
ZAXIS DASH-5 UTILITY-CLASS EXCAVATORS ZX210/210LC-5 119 kw (150 hp) zx210/210lc-5 ZAXIS DASH-5 UTILITY-CLASS EXCAVATORS Engine ZX210-5 / ZX210LC-5 Manufacturer and Model Isuzu 4HK1 Non-Road Emission Standards
More information521F/XT/XR ARTICULATED
521F/XT/XR ARTICULATED WHEEL LOADER TIER 4 INTERIM CERTIFIED PRELIMINARY engine Model CNH CFPXL04.5SCB, F4HFE413J Tier4a/Stage 3b 4-stroke, turbocharged Type Cylinders 4 Bore/Stroke 4.09 in x 5.20 in (104
More informationCat BACKHOE LOADER. Dual Lock Coupler Cat dual lock coupler is available from the factory any engine speed. Variable flow pump matches hydraulic power
Cat 0F/0F IT BACKHOE LOADER The Cat 0F and 0F IT Backhoe Loaders deliver performance, increased fuel efficiency, superior hydraulic system, versatility and an all new operator station. The 0F and 0F IT
More informationOne (1) New CATERPILLAR INC Model: 420F ITC4E Backhoe Loaders with all standard equipment in addition to the additional specifications listed below:
Quote 115990-01 January 28, 2013 CITY OF KELLER PO BOX 770 KELLER TEXAS 76244-0770 Attention: LARRY JONES Dear LARRY JONES, Thank you for this opportunity to quote Caterpillar products for your business
More informationBACKHOE LOADERS CONTENTS
BACKHOE LOADERS CONTENTS Features...............................-1 Specifications...........................-3 416E:......................-6 Lift Capacities.........................-8 420E/420E IT:......................-9
More information590 Super L. Series 2 Loader/Backhoe ENGINE POWERTRAIN HYDRAULICS ENGINE COOLING TIRES ELECTRICAL
590 Super L Series 2 Loader/Backhoe ENGINE Model... Case 4T-390 diesel Type... 4-stroke, turbocharged Cylinders... 4 Bore/Stroke... 4.02 x 4.72 (102 x 120 mm) Displacement... 239 in 3 (3.9 L) Fuel injection...
More information416D Backhoe Loader Tires Tubeless, nylon, loader-design tires.
D Backhoe Loader Tires Tubeless, nylon, loader-design tires. Ply Type Size Rating WD Bias Front L x Rear 9. x WD Bias Front./ x Rear 9. x WD Radial Front / x R radial Rear 9. x radial WD Combination Front
More informationCITY 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 information9.50M BACKHOE LOADER. Net Horsepower 70 kw (95 hp) Digging depth, boom retracted 4760 mm (15'7") Digging depth, boom extended 5860 mm (19'3")
9.50M BACKHOE LOADER Net Horsepower 70 kw (95 hp) Operating Weight 8900 kg (19,621 lb) Digging depth, boom retracted 4760 mm (15'7") Digging depth, boom extended 5860 mm (19'3") Safe ROPS/FOPS operator
More informationTENDER 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 information303 CR. Mini Hydraulic Excavator
303 CR Mini Hydraulic Excavator Engine Power Gross 20.2 kw 27.1 hp Net 19.5 kw 26.1 hp Maximum Operating Weight With cab 3420 kg 7524 lb With canopy 3330 kg 7326 lb 303 CR Mini Hydraulic Excavator Designed
More informationINVITATION 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 informationCITY OF DUBUQUE VEHICLE BID BID DATE: 08/26/2016 BID DUE DATE: 09/12/2016 PURCHASING COORDINATOR'S OFFICE FINANCE DEPARTMENT 50 WEST 13TH STREET
CITY OF DUBUQUE VEHICLE BID FOR: Two (2) 2016 or 2017 Crew Cab, Short Box Pickup Trucks, With Four Wheel Drive Minimum 9000 pound GVW BID DATE: 08/26/2016 BID DUE DATE: 09/12/2016 PURCHASING COORDINATOR'S
More informationRequest 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 informationTRACTOR: LOADER-BACKHOE
Price quote for: TRACTOR: LOADER-BACKHOE Vendor Name: Contact Person: Street Address: P.O. Box: City, State, Zip Phone #: Toll Free #: Fax #: Email Address: RDO Equipment Company Jesse Miller 12500 Dupont
More information524K WH / 544K WH. Hydraulically driven, proportionally controlled, fan aft of coolers. Engine Coolant Rating 34 deg. F ( 37 deg.
524K WH / 544K WH Engine 524K WH 544K WH Manufacturer and Model John Deere PowerTech TM 6068H John Deere PowerTech E 6068H Non-Road Emission Standards Certified to EPA Tier 3 emissions Certified to EPA
More informationTENDER 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 informationInvitation to Tender. District of Taylor MOTOR GRADER
Invitation to Tender District of Taylor MOTOR GRADER Sealed tenders clearly marked Motor Grader will be received by the District of Taylor up to 2:00 pm, local time Wednesday, September 17, 2014 at Council
More informationTS80V2 Skid Steer Loader
Those in the know, know Takeuchi TS80V2 Skid Steer Loader TS50R TS50V TS60R TS60V TS80R2 TS80V2 Specifications TOUGH, POWERFUL, RELIABLE Pressure Relieving Coupler Flat Faced Couplers High Flow Hydraulics
More informationCITY OF ELBERTON, GEORGIA REQUEST FOR PROPOSAL. IMPORTANT NOTE: Indicate company name and RFP Title on the front of the sealed bid envelope.
CITY OF ELBERTON, GEORGIA REQUEST FOR PROPOSAL RFP TITLE Ride-on RTX 750 Quad Track Tractor ISSUE DATE November 12, 2018 DUE DATE November 26, 2018 2:00 p.m. IMPORTANT NOTE: Indicate company name and RFP
More informationBACKHOE LOADERS CONTENTS
BACKHOE LOADERS CONTENTS Features...............................-1 Specifications...........................-3 416E:......................-6 Lift Capacities.........................-8 420E/420E IT:.....................-11
More information305 CR. Mini Hydraulic Excavator
305 CR Mini Hydraulic Excavator Engine Power Gross 32 kw 43 hp Net 31.3 kw 42 hp Maximum Operating Weight With cab 4990 kg 11,000 lb With canopy 4940 kg 10,890 lb 305 CR Mini Hydraulic Excavator Designed
More informationHydraulic. Open center, load sensing Main Pumps. 2 variable-displacement axial-piston pumps Maximum Rated Flow 105 L/m (28 gpm) x 2 Pilot Pump
14 Engine Base engine for use in the U.S., U.S. Territories, and Canada Optional engine for use outside the U.S. and U.S. Territories Manufacturer and Model John Deere PowerTech PWX John Deere 4045H Non-Road
More informationSTATE 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 informationWHEEL LOADERS LW170.B. Specifications.
WHEEL LOADERS Specifications LW170.B www.newhollandconstruction.com LW170.B DIMENSIONS 40 45 K L I O J B A N F E C P M D G H A. Height to top of cab...132.8 (3374 mm) B. Height to top of exhaust...114.8
More informationCITY OF BARTLETT 6400 STAGE ROAD BARTLETT, TENNESSEE 38134
CITY OF BARTLETT 6400 STAGE ROAD BARTLETT, TENNESSEE 38134 A. Keith McDonald, Mayor Mark Brown, Chief Administrator Officer Dick Phebus, Finance Director Bill Yearwood, Director of Public Works INVITATION
More information1021F/XR. Transmission: 4F/ 3R Proportional w/ Electronic Control Module torque sensing autoshift /manual shift and modulation
1021F/XR WHEEL LOADER TIER 4 INTERIM CERTIFIED ENGINE Make Case / FPT Model F2CFE614C Tier 4 interim certified Type 4-stroke, turbocharged Cylinders 6-cylinder in-line Bore / Stroke 4.61 in x 5.31 in (177
More informationPOWERTRAIN. NOTE: Travel speeds at 2334 engine rpm with 19.5L x 24 rear tires. Speeds decrease with 17.5L x 24 rear tires.
580M Loader/Backhoe ENGINE Model... Case 4-390 diesel Type... 4-stroke, naturally aspirated Cylinders... 4 Bore/Stroke... 4.02 x 4.72 (102 x 120 mm) Displacement... 239 in 3 (3.9 L) Fuel injection... Direct
More informationZAXIS DASH-5 utility-class EXCAVAtORS. ZX250lC kw (188 hp)
ZAXIS DASH-5 utility-class EXCAVAtORS ZX250lC-5 140 kw (188 hp) ZX250lC-5 ZAXIS DASH-5 utility-class EXCAVAtORS Engine ZX250LC-5 Manufacturer and Model Isuzu 4HKIZXSA-01 Non-Road Emissions Standards EPA
More informationFLORIDA SHERIFFS ASSOCIATION & FLORIDA ASSOCIATION OF COUNTIES
FLORIDA SHERIFFS ASSOCIATION & FLORIDA ASSOCIATION OF COUNTIES Name of Dealership Type of Vehicle Zone 4X4 LOADER BACKHOE WITH CANOPY (STANDARD STICK) (Specification #24) Base Unit Price Trekker Group
More informationDEPARTMENT OF PUBLIC WORKS WHITMAN COUNTY COLFAX, WASHINGTON BID FOR TWO (2) NEW, ALL WHEEL DRIVE ARTICULATED MOTOR GRADER(S) & TRADE IN
DEPARTMENT OF PUBLIC WORKS WHITMAN COUNTY COLFAX, WASHINGTON 99111 BID FOR TWO (2) NEW, ALL WHEEL DRIVE ARTICULATED MOTOR GRADER(S) & TRADE IN NOTICE TO ALL BIDDERS: Please contact Whitman County Operations
More informationWHEEL 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 informationTRACTOR: LOADER-BACKHOE
Price quote for: TRACTOR: LOADER-BACKHOE Vendor Name: Contact Person: Street Address: P.O. Box: City, State, Zip Phone #: Toll Free #: Fax #: Email Address: RDO Equipment Company Jesse Miller 12500 Dupont
More information7. 5 M E T R I C T O N EXCAVATOR C 7 5 C
7. 5 M E T R I C T O N C EXCAVATOR Specifications Engine Type................................... Isuzu CC-4JG1 naturally aspirated direct-injection diesel; certified to EPA Tier 2 emissions Net Peak Power
More informationSTATE OF MINNESOTA PRICING PAGE - METHOD # 1 (Typed Responses Required) PLEASE PURCHASE Excel Export To Multiple PDF Files Software.
PLEASE PURCHASE Excel Export To Multiple PDF Files Software Price quote for: Skid Steers Vendor Name: Ziegler Inc. Contact Person: Brad Sewell Street Address: 901 West 94th Street P.O. Box: City, State,
More informationTown of Marystown. Tender For. One New 4x4 Two (2) Door Cab Chassis (19,500 KG GVWR) With 12Ft Flat Deck
Town of Marystown Tender For One New 4x4 Two (2) Door Cab Chassis (19,500 KG GVWR) With 12Ft Flat Deck GENERAL SPECIFICATIONS Tenders are invited for the supply and delivery of One New 4x4 Two (2) Door
More informationBOCC MEETING TRANSMITTAL. #4 - Effective and Responsive Government. Consent. Ongoing
BOCC MEETING
More informationNOTICE 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 information290G LC. 147 kw (197 hp)
290G LC 147 kw (197 hp) 290G LC Engine 290G LC Base engine for use in U.S., U.S. Territories, and Canada Optional engine for use outside the U.S. and U.S. Territories Optional engine for use outside the
More informationSKID STEER LOADER From World First to World Leader
TS80R2 SKID STEER LOADER From World First to World Leader Product Features & Specifications ENGINE - Four Cylinder Turbocharged Deutz Diesel Engine - U.S. EPA FINAL TIER 4 Emission Compliant - Maintenance
More informationSKID STEER LOADER From World First to World Leader
TS80V2 SKID STEER LOADER From World First to World Leader Product Features & Specifications ENGINE - Four Cylinder Turbocharged Deutz Diesel Engine - U.S EPA Final Tier 4 Emission Compliant - Maintenance
More information121F COMPACT WHEEL LOADER TIER 4 FINAL CERTIFIED
121F COMPACT WHEEL LOADER TIER 4 FINAL CERTIFIED ENGINE Model Emissions Certification Type FPT F5H FL463 C*F001 Tier 4 Final 4-stroke Cylinders 4 Bore/ 3.9 x 4.3 in (99 x 110 mm) Displacement 207 in 3
More information250G LC. 142 kw (191 hp)
250G LC 142 kw (191 hp) 250G LC Engine 250G LC Base engine for use in U.S., U.S. Territories, and Canada Optional engine for use outside the U.S. and U.S. Territories Optional engine for use outside the
More informationINVITATION TO BID. If you have any questions concerning this bid, you may call Elizabeth Hope at (912)
INVITATION TO BID The Ware County Board of Commissioners is now accepting sealed bids for the purchase of one (1) Four Wheel Drive, All Purpose Tractor with Front End Loader Attachment for use by the Ware
More informationBACKHOE PRICING INFO
Price quote for: VENDOR NAME BACKHOE PRICING INFO Ziegler Cat MAKE AND MODEL Caterpillar 420F2 Spec # Description Price 1.0 Price for base unit: $ 71,490.00 2.0 OPERATOR ENVIRONMENT Use this section to
More information