CLINTONVILLE FIRE DEPARTMENT RFQ BRUSH TRUCK SECTION

Size: px
Start display at page:

Download "CLINTONVILLE FIRE DEPARTMENT RFQ BRUSH TRUCK SECTION"

Transcription

1 PROPOSAL FORM The Clintonville Fire Department (CFD) at th St. Clintonville WI has received a FEMA grant for firefighting assistance as well as approval by the governing bodies of the City of Clintonville and serving townships to seek quotations for a 2015 Brush Fire Apparatus. CFD is requesting your proposal and quotation for consideration as follows: Complete specifications (Department s specification and bidders proposed specifications), proposal drawings, references, literature and warranties are to be provided on or before November 28, 2014 Three (3) total copies of these proposals are to be provided. Specifications are to be delivered in a sealed envelope clearly marked BRUSH TRUCK SPECIFICATIONS. The Fire Department will review and request any clarifications in writing. NOTE -No pricing information should be included in this envelope. This information will be evaluated by the apparatus committee and then used to provide a purchasing recommendation prior to the opening of any price information to the Police and Fire Commission board. Pricing documents containing all proposal prices shall be returned in a sealed envelope on or before 3:30PM CT on November 28, Envelope to be marked BRUSH TRUCK PROPOSAL This envelope should contain any and all price information and must include clarifications noted from proposal specification. Pricing information shall be opened following the evaluation of proposals, specifications and proposal drawings as submitted to the Police and Fire Commission. Results may not be immediately available and award of the contract will not take place until the bids have been inspected and compared and approved by governing bodies under City of Clintonville policy and regulations. Faxed proposals aren t acceptable. All proposals are to reflect a 100% performance bonded chassis payment upon receipt of chassis with remainder to be paid on acceptance (not delivery). Failure to submit in this manner shall result in immediate rejection of the proposal. The purchaser reserves the right to negotiate with the successful vendor regarding, prepayment, payment terms and/or financing as well as delivery terms so long as it meets requirements set in support of the FEMA grant. Page 1

2 PROPOSAL SHEET In compliance with the request for proposal, the undersigned offers and agrees, if this proposal is accepted, to furnish and deliver the item or items upon which prices are quoted, at the price set opposite each item, delivery to be affected as ordered. This shall not be provided with the specification submission. 1) One (1) Brush Truck Apparatus per specification. 2) Manufacturer(s) chassis/body: A) Chassis price: B) Body price: C) Contingency: 3) Total price $ (in words) dollars. 4) Guaranteed delivery calendar days from award of contract. (must be delivered no later than or subject to $100 per day late fee penalty) 5) Price firm for: days. (Must be good through at a minimum) 6) Bid Bond included 7) Performance Bond included Certification is made that the materials offered above are in compliance with all specifications, and conditions in this document. Company Name: Address: Signature: Name Typed: Title: Date: Telephone: Fax: Page 2

3 VERIFICATION OF RECEIPT OF ADDENDUMS In the event the Department issues clarifications or addendums to this specification we request you note in the area below to verify your receipt of the changes. Failure to compete this section may result in the proposal being disqualified. If no addendums were issued this page may be ignored. This must be provided with the specification submission. Addendum # Date Received Signature PROPOSALS MAY NOT BE ACCEPTED WITHOUT COMPLETING THE FOLLOWING INFORMATION. FOR YOUR PROTECTION, PLEASE REVIEW YOUR PROPOSAL AND INDICATE BY A CHECK MARK THAT ALL REQUEST INFORMATION HAS BEEN INCLUDED. Page 3

4 EVALUATION OF PROPOSAL Proposals received shall be evaluated by the Department or Police and Fire Commission to include but not be limited to the following criteria: 1) Completeness of the proposal, i.e., the degree to which it responds to all requirements of these specifications. 2) Vendors demonstrated specifications and capabilities including ability to perform warranty work. 3) Design and engineering reliability factors of major structural components, including ease of maintenance of major components. 4) Qualifications and capabilities of the manufacturer to produce a described apparatus. 5) Past history and recommendations of past customers 6) Price The Department reserves the right to waive any informality in the proposals received when such waiver is in the best interest of the Department; and to except any item in the proposal at its discretion. The competency and responsibility of vendors will be considered in making the award. The Department reserves the right to reject any or all proposals when such rejection is in the best interest of the Department, and to reject the proposal of any bidder(s) who, in the judgment of the Department is not in a position to perform the contract. The Department does not obligate itself to accept the lowest, or any proposals. Page 4

5 CONTINGENCY Vendors must provide a 2% contingency fund in their proposal. Fund to be established as outlined. - see verbiage below. For the purchase of all new fire apparatus a change order and equipment fund should be established and included in the Departments specifications and the vendors proposal price. This fund shall be used at the discretion of the Apparatus Purchasing Committee for changes to the apparatus and / or equipment needs encountered during the construction process. The contingency shall be 2% of the total bid price or $10, whichever is less*. Vendors shall provide a separate line item on their proposal page clearly detailing the amount of the funds included in the project for change orders. In the event the specified funds are inadequate for the changes being considered the committee must obtain Fire Commission approval for additional funding outside of the specified fund set aside. Any unused contingency fund dollars prepaid to the vendor shall be returned at delivery, any payments made at delivery shall be reduced by the amount of the unspent contingency fund. PURPOSE Through these specifications it is the intent of the Purchaser to secure an apparatus to withstand the duty encountered in the firefighting and rescue apparatus service. The apparatus shall be constructed with due consideration to the nature and distribution of the load to be sustained, and to the characteristics of the service. All parts not specifically mentioned herein, but which are necessary in order to furnish a complete fire apparatus, shall be furnished and shall conform to the best practices known to the emergency vehicle industry. Where these specifications require specific brand names, model numbers, dimensions or capacities of components, these shall be supplied, as each has been selected carefully for reliability and availability of replacement on a local basis. Due to the importance of public safety associated with fire fighting, and to assure a reasonably trouble free life for the body being purchased, Bidders shall have at least ten (10) years experience manufacturing and field testing for emergency vehicle duty. Bidders of apparatus that have not manufactured and field tested such apparatus for at least ten (10) years are excluded from consideration. The proposals of such Bidders will not be considered. Bidders shall state in the proposal, the number years of experience they have building emergency vehicles used for brush/wildland application. The apparatus and all major components shall be manufactured in the United States with a preference to Wisconsin Manufacturers. Page 5

6 REGULATION COMPLIANCE Where applicable, Bidder's specifications must fully comply with requirements of the respective N.F.P.A. recommendations, State Inspection-Insurance Board, and all State and Federal Department of Transportation vehicle regulations at contract signing. In the event the apparatus fails to meet a required 3 rd party test on the first trial, a second trial may be made at the option of the Bidder within thirty (30) days of the date of the first trial. The second trial shall be final or conclusive, and failure to comply with these requirements shall be cause for rejection. Permission to keep or store apparatus, in any building owned or occupied by the City of Clintonville, during the above specified period with the permission of the Bidder, shall not constitute acceptance of the same. ROAD REQUIREMENTS Road tests shall be conducted by Manufacturer with the apparatus fully loaded, and a continuous run of ten (10) miles will be made under typical driving conditions, during which time the apparatus shall show no loss of power or overheating. The transmission, drive shafts, front and rear axles, etc. shall run quietly and be free from abnormal vibration or noise throughout the operating range of the apparatus. REQUIRED BONDING Each bid must be accompanied by a bid bond in the amount of ten (10%) percent of the maximum amount of the bid, to assure the Purchaser of the adherence of the Bidder to his bid, the execution of the Contract, and the ability of the Bidder to furnish a 100% performance bond, if his bid is accepted. A 100% performance bond shall be furnished to the Purchaser within two weeks following entry into a contract between the Bidder and the Purchaser for any pre-paid values such as a chassis payment. The performance bond shall guarantee the contract was entered into in good faith and the apparatus will be built and delivered within the specifications and terms agreed upon. If the Bidder to whom the Contract is awarded refuses or neglects to execute, or fails to furnish the required 100% performance bond within two (2) after notice to him of the award, the amount of deposit may be forfeited and shall be retained by the Purchaser as liquidated damages. Inability to deliver a completed vehicle in the guaranteed delivery time resulting in any loss of FEMA funds shall also be deemed reason for execution of the bond. FORM AND DOCUMENT REQUIREMENTS The Bidder shall submit certified weight distribution diagram with their bid that includes stating the payload capacity (G.V.W. less empty weight of apparatus). Color photographs of similar apparatus and features manufactured by the Bidder shall be submitted with the proposal. A statement that guarantees replacement parts for all components manufactured by the body builder will be available for a period not less than 20 years. The statement shall be signed by an officer of the company. An estimated Amp draw analysis of the proposed apparatus 12 volt electrical system shall be provided with the Bidders proposal. The analysis shall show estimated Amp draw of the apparatus responding to the scene and of the apparatus at the scene. Page 6

7 INSURANCE The Bidder shall provide with his bid a Certificate of Insurance listing the amount of his company's Product Liability insurance coverage. This insurance shall not be less than $5,000,000 total aggregate coverage. The Bidder shall maintain full casualty insurance coverage on the cab and chassis from the time of first possession until title to apparatus is accepted by Purchaser. The Purchaser reserves the right to require proof of insurance from the Bidder's insurance carrier prior to entering into contract with the Bidder. APPARATUS DRAWINGS The Bidder shall submit, with the proposal, scaled apparatus drawings done exactly to these specifications. Said drawings shall be submitted with the bid proposal in order for Clintonville Fire Department to permit evaluation of the scope of the work being proposed by the Bidder and its conformance to the specifications. The drawings shall show left side exterior, right side exterior, rear exterior, body top view, and chassis interior floor plan. Dimensions such as wheel base, length, width, and height must be provided on the drawing. COMPLETION The Bidder shall specify the estimated number of calendar days that the apparatus will be completed after award of contract. WITHDRAWAL OF BIDS Bids may be withdrawn by Bidders certified mail prior to the time and date fixed for opening. Negligence on the part of the Bidder in preparing the bid confers no right of the withdrawal of the bid after it has been opened. No Bidder may withdraw his bid after 3:30PM CT on November 7, 2014 WARRANTY The Successful bidder shall warrant the apparatus to be free from defects in material and workmanship for a period of one (1) year. Component parts, if found to be defective, shall be repaired or replaced without cost to purchaser. This warranty shall be exclusive of the fire pump, and other trade accessories, which is normally warranted by their respective manufacturers. In addition to the one year base warranty, the following extended warranties with no pro-ration shall be furnished at minimum: - A 20 (20) year structural warranty. - A ten (10) year paint warranty. - A five (5) year electrical warranty. - A ten (10) year stainless steel plumbing warranty. The Bidder shall include a certified copy of warranty with the bid proposal. Page 7

8 CONFLICT TO SPECIFICATIONS To be considered, all proposals must be made in accordance with these "Instructions to Bidders". Should any Bidder find, during examination of specifications, any discrepancies, omissions, ambiguities or conflicts, or be in doubt as to their meaning, he shall request from the Purchaser, in writing, an interpretation or correction thereof not later than three (3) days before the date of the specification opening. The Purchaser will review the question, and where the information sought is not clearly indicated or specified, in his opinion, he will issue a clarifying or correcting addendum bulletin. Proper interpretation or the making of any necessary inquiry will be the Bidders responsibility as well as signing the addendum sheet when returned for consideration. All specifications herein contained are considered as minimum. No exceptions to these minimum standards shall be allowed relating to gauge of metal, size of components, and overall design. CONSTRUCTION MEETING/INSPECTIONS A pre-construction meeting shall be held prior to any construction processes at the Bidder's manufacturing facility. Authorized representatives of both the Purchaser and the Manufacturer shall be present (a dealer of the Manufacturer is not acceptable). Prior to and during the meeting the Manufacturer shall supply complete apparatus drawings and specifications for review and Clintonville Fire Department approval. A final inspection meeting shall be held prior to any customer acceptance at the Bidder s manufacturing facility. Authorized representatives of both the Purchaser and the Manufacturer shall be present (a dealer of the Manufacturer is not acceptable) Any cost associated with travel, lodging, meals for vendors more than 30 miles from City of Clintonville shall be the responsibility for the Bidder and shall include up to 5 members of Clintonville Fire Department. APPROVAL DRAWINGS Three (3) sets of engineering blueprints, CAD drawn to scale specifically for this apparatus, shall be provided. The Fire Department shall review and approve these drawings prior to actual construction of the apparatus. Both left and right side views, a rear view and a top view shall be provided. The blueprints shall also show the overall dimensions of the apparatus, proposed compartment sizes and features, booster tank position, and the location of all emergency warning and work lights that are to be provided by the body builder. BIDDER COMPLIANCE The following pages shall contain a YES or NO compliance to assure the bidder has reviewed and meets the expectations set by the specification beginning on page 9. All proposals must acknowledge in the column meeting compliance or express on one page a list of clarifications or exceptions for consideration. Page 8

9 APPARATUS TYPE The apparatus shall be a brush truck vehicle designed for emergency on/off road service use which shall be equipped with both a low and high pressure pump. The apparatus shall include a water tank with a minimum capacity of 200 gallons and storage body whose primary purpose is to combat wildland and associated fires. CHASSIS SPECIFICATIONS Model: 2015 Ford F-350 Super Duty XL DRW, 4x4, Chassis/Cab or equivelant Cab Type: Extended Cab Wheelbase: 162" Cab to Axle: 60" GVWR: 14,000 lbs. (Pay-Load Plus Package) Engine: Gas Transmission: Six speed automatic with overdrive w/pto provisions Transfer Case: 2-Speed manual floor shift, manual front hubs Fuel Capacity: 40 gallons Batteries: Two (2), heavy-duty 750 CCA Alternators: Dual HD - (357 Amp Combined) Brakes: 4-wheel ABS disc Axles: Front lb rating Rear lb, 4.10 ratio limited slip Steering: Power steering with tilt wheel Radio: AM/FM stereo and digital clock Driver's Seat: buckets with open center - Vinyl Crew Seat: Folding vinyl bench Other options: - XL trim package - Front bumper with jewel headlamps - Black grille - Rear stabilizer bar - Dual electric horns - Driver and passenger side air bags - Power windows w/ tinted safety glass - Telescoping mirrors, day/night mirrors - Power door locks - Trailer tow package - Black vinyl floor mat Page 9

10 CLINTONVILLE FIRE DEPARTMENT 2015 BRUSH TRUCK SPECIFICATION Bidder Complies Yes No FRONT BUMPER A Buckstop Outback bumper kit shall be installed at the front of the apparatus, in place of the original chassis bumper. The bumper kit shall have the following features: Grille/brush guard Fully enclosed winch area Winch access cover door Frenched light buckets 2" trailer receiver OEM tow hook mounts License plate bracket The bumper kit shall be powder coated buck-stop black textured finish. The powder coat shall be UV-resistant. BUMPER TURRET (ULTRA-HIGH PRESSURE) One (1), TFT Tornado, 2.5 Radio Controlled bumper turret shall be provided. The bumper turret shall be capable of providing 16 GPM with a minimum throw distance of 65 feet. The bumper turret shall have manual controls in case of power loss. The cab console shall control the pressure, foam, and include an on/off by electric valve operation. WINCH POWER SUPPLY Power and ground connections shall be provided at the front and rear hitch receiver. The connection shall be wired to the battery switch. EXHAUST EXTENSION The exhaust tail pipe shall be extended to the edge of the body as well as protection from the underside. CAB CONSOLE A console shall be provided between the driver and officer seats of the chassis cab for the mounting of emergency switches, siren head and Kenwood radio provided by CFD. The console shall be powder coated black textured finish. 12-VOLT POWER LEADS One (1),set of 12-volt power leads shall terminate inside the cab center console. The power shall be fused for 30 amps. FUEL FILL A fuel fill cover and flange shall be located on the rear section of the driver s side rear fender panel. MASTER BATTERY SWITCH An electronic master battery switch shall be provided in the center console switch panel within easy reach of the driver. The master battery switch shall provide power to all body components. KUSSMAUL AUTO CHARGE 1000 SUPER KIT A Kussmaul Auto Charge amp, 12 volt automatic battery charging system shall be provided to maintain charge in the apparatus battery system. The charger shall be powered by the 120v shoreline. AUTO EJECT FOR SHORELINE One (1) shoreline receptacle shall be provided with a NEMA 5-20, 120 volt, 20 Amp, straight blade Kussmaul Super Auto Eject plug with a yellow weatherproof cover. The shoreline shall be located on the forward section of the driver's side rear wheel well. Page 10

11 CLINTONVILLE FIRE DEPARTMENT 2015 BRUSH TRUCK SPECIFICATION Bidder Complies Yes No SINGLE AXLE WHEELS & TIRES A Super Single rear wheel and tire kit shall be provided on the apparatus in place of the factory provided wheels/tires. All wheels shall be constructed from steel and powder coated black. The front and rear wheels shall be 19.5" x 7.5". The tires shall be Toyo M608Z 265/70R19.5. The tires shall be Mud / Snow rated. REAR RECEIVER HITCH A Class IV receiver hitch shall be installed at the rear of the apparatus. TRAILER RECEPTACLE One (1), 7-prong trailer wiring receptacle with a weatherproof cover shall be installed at the rear of the apparatus near the receiver hitch. REAR MUD FLAPS Two (2), black hard rubber mud flaps shall be installed behind the rear wheels, one each side. BACK-UP ALARM An electronic 97db back-up alarm shall be provided at the rear of the apparatus. ANTENNA INSTALLATION One (1) radio antenna shall be installed on the chassis roof for use with the CFD supplied Kenwood radio. The cable shall terminate in the cab center console. BOOSTER AND FOAM TANKS The tank shall have a capacity of 200 Water / 15 Foam U.S. gallons and shall be constructed of polypropylene material. BODY CONSTRUCTION The apparatus body shall be constructed of formed or extruded aluminum to reduce weight and corrosion. SIDE COMPARTMENT Forward of axle: 29.0"W x 56.00"H x 20 deep (forward area transverse for small hand tools) Over rear wheel: 46.0"W x 33.00"H x 20 deep Rear of axle: 29.0"W x 50.00"H x 20 deep (raised up to increase departure angle) REAR COMPARTMENT 48.00"W x 40.50"H x depth required for water tank and pump enclosure. REAR BUMPER A bumper shall be installed at the rear of the apparatus. The bumper shall be bolted directly to the chassis frame. The bumper shall include two (2), stainless steel tow eyes. REAR KICK PLATE / ROLL-PAN A kick plate / roll-pan shall be installed on the rear of the apparatus above the rear bumper to cover the entire width of the body. COMPARTMENT VENTS All body compartments shall be equipped with proper ventilation inside of the compartment. ADJUSTABLE SHELVING Adjustable shelving shall be installed. Shelf position shall be easily adjusted using common hand tools. Each shelf shall be rated for a 250 lb. load located in the wheel well and rear compartment each side. Page 11

12 CLINTONVILLE FIRE DEPARTMENT 2015 BRUSH TRUCK SPECIFICATION Bidder Complies Yes No VERTICAL DIVIDER One (1), vertical partition shall be installed in the transverse compartment, approx. 10" to the rear of the front bulkhead. The water tank shall be mounted as far forward as possible, just behind this partition. SCBA MOUNTING BRACKET One (1), Zico Walkaway SCBA mounting bracket shall be installed. A custom fabricated floor mounting flange shall be provided to mount the SCBA bracket. The custom fabricated flange shall be mounted to the floor IPO the rear bench seat 40% section. The flange shall be positioned so the face of the SCBA bracket faces the door opening. ROLL-UP DOORS Amdor brand roll-up doors with anodized finish shall be provided for all body compartments to match the department fleet. ROOF The body roof, including the tops of all compartments, shall be covered with diamond plate. A small bolted down cover shall be provided above the water and foam fill towers for fill tower access. FENDERETTES Bright anodized aluminum fenderettes shall be installed in the wheel wells of the apparatus body. FENDER LINERS Fender liners shall be installed in the body wheel wells and attached with stainless steel fasteners. STONE GUARDS Two (2), stone guards shall be installed on the front corners of the body. PLUMBING CONSTRUCTION All piping attached to the fire pump shall consist of stainless steel fittings and manifolds. Flexible discharge lines shall be constructed of reinforced high pressure hose with crimped stainless steel or brass hose ends. All piping shall be pressure tested after installation on the apparatus. WATER PUMP - (HIGH VOLUME) A single stage psi pump shall be provided. The pump shall be installed in the rear compartment of the apparatus. The following connections shall be made on the rear pump panel: One (1) 1.5" NPT Discharge One (1) 2.5" Suction One (1) 1.5 Tank to Pump ULTRA-HIGH PRESSURE PUMP A high pressure pump shall be provided. The pump shall provide 16 gallons per minute at approximately 1500 PSI plumbed to the following: Two (2), ultra-high pressure electric rewind hose reels shall be provided with 150 of hose. One (1), each in the driver's and passenger's rear side body compartments, compartment floor mounted with nozzles. One (1) 2.5" tank to pump line One (1) 2.5 auxillary intake. FOAM PROPORTIONER - (ULTRA-HIGH PRESSURE) Page 12

13 CLINTONVILLE FIRE DEPARTMENT 2015 BRUSH TRUCK SPECIFICATION Bidder Complies Yes No An automatic foam proportioning system shall be installed. The system shall be capable of injecting foam concentrate into the water stream at a 3% ratio. PUMP PANEL - (ULTRA-HIGH PRESSURE / HIGH VOLUME) One (1), pump panel shall be provided at the rear of the apparatus body located near the door opening. MASTER GAUGES Two (2), 2.5" liquid filled master gauges shall be installed on the upper portion of the pump panel. The gauges shall have a white faces with black lettering. IN-CAB ENGINE CONTROLS In-cab engine controls shall enable the pump operator to start, monitor and run the high pressure engine from the cab. FOAM REFILL SYSTEM A foam re-fill system shall be provided. The re-fill system shall be operated from ground level at the pump panel. The system will be capable of re-filling the on-board foam cell from an outside source. 12 VOLT SYSTEM SPECIFICATIONS The electrical equipment installed by the apparatus manufacturer shall conform to current automotive electrical system standards, the latest federal DOT standards, and the requirements of NFPA 1901 or 1906 (as applicable). WIRING DIAGRAMS Electrical wiring diagrams shall be furnished with the completed apparatus. ALTERNATOR NFPA TESTING The apparatus low voltage electrical system shall be tested and certified to NFPA standard. SWITCH PANEL A switch panel shall be installed in the chassis cab to control the emergency lighting package. All switches shall be appropriately identified by a back-lit indicator. STOP/TAIL/TURN/BACK-UP LIGHTING Whelen M6 LED lighting with clear lens shall be provided in a cast bezel for all rear stop, tail/turn, and reverse circuits. LED CLEARANCE LIGHTS All DOT required clearance lights shall be provided in LED. Lights shall have clear lenses with colored LED. LICENSE PLATE BRACKET A RiTar LED light and rear license bracket shall be provided to match CFD fleet. NFPA LIGHTING The following warning light package includes all of the minimum warning light and actuation requirements for the current version of the NFPA 1901 Fire Apparatus Standard. Whelen lighting is preferred to meet department fleet. LIGHT BAR One (1), Whelen NFPA, 56 LED Justice light bar. The light bar shall consist of the following elements: Four (4), forward facing RED CON3 LED's. Two (2), forward facing WHITE CON3 LED's. Two (2), 45 forward facing RED LINZ6 LED's. Two (2), 45 rearward facing RED LINZ6 RED LED's. Page 13

14 CLINTONVILLE FIRE DEPARTMENT 2015 BRUSH TRUCK SPECIFICATION Bidder Complies Yes No Two (2), LR11 alley lights. One (1), Rearward facing traffic advisor AMBER CON3 LED's. FRONT LOWER WARNING LIGHTS Four (4), Whelen M2 series Super LED warning lights shall be installed on the front grille of the chassis. The lens color shall be clear with red LED's. FRONT LOWER WARNING LIGHTS Two (2), Whelen M2 Super LED warning lights shall be installed. The lens color shall be clear with red LED's. The lights shall be installed on the front fenders of the chassis, one each side. SIDE UPPER WARNING LIGHTS Four (4), Whelen M2 Super LED warning lights shall be installed. Two (2), of the lights shall be installed on the upper portion of the side of the body, toward the rear of the apparatus, one each side. Two (2), of the lights shall be installed on the upper portion of the side of the body, toward the front of the apparatus, one each side. The lights shall have clear lenses and red LED's. SIDE LOWER WARNING LIGHTS Two (2), Whelen M4 Super LED red warning lights shall be installed. Each light shall be mounted in a chrome bezel. The lights shall be installed near the rear wheel wells. The lens color shall be clear with red LED's. REAR UPPER ZONE WARNING Two (2) Whelen M6 series Super LED lights shall be installed on the upper rear corners of the body. Each light shall be mounted in a chrome flange. The lens color shall be clear with red LED's. REAR LOWER ZONE WARNING Two (2), Whelen M6 series Super LED lights shall be installed on the lower rear of the body. Each light shall be mounted in the lowest slot of the DOT cluster. The lens color shall be clear with red LED's. SIREN A Whelen model 295SLSA1 200-watt output electronic siren shall be installed in the cab. The siren shall be controlled by the "Horn Button" and have "Hands Free" (NFPA) operation as well as manual. SIREN SPEAKERS Two (2), Whelen Model SA315EKT 100-watt siren speaker kits shall be installed behind the chassis bumper, one each side. "DO NOT MOVE APPARATUS" INDICATOR A Whelen LED flashing red indicator light shall be provided in the chassis cab. The light shall be automatically illuminated per NFPA requirements. LED TELESCOPIC FLOOD LIGHTS Two (2), Whelen PFP1 Pioneer Plus LED side mount push up telescopic lights shall be installed. The floodlights shall be installed on the rear of the body, one each side controlled by a switch on the pump control panel. COMPARTMENT LIGHTING There shall be two (2) Amdor track mounted LED light strips per compartment, mounted vertically on either side of the door opening. GROUND LIGHTING Six (6), 4" LED perimeter lights shall be provided below the body and chassis. Each light shall have a clear lens. Page 14

15 CLINTONVILLE FIRE DEPARTMENT 2015 BRUSH TRUCK SPECIFICATION Bidder Complies Yes No HAND LIGHTS Two (2) orange Streamlight Vulcan portable lights shall be provided in 12 volt charger bases. MAP LIGHT One (1), map light shall be installed in the chassis cab. The light shall be activated by a switch integral to the light. The light shall be installed on the cab console. PAINT The body of the apparatus shall be painted Ford OEM F1 Red to match the chassis. The body shall be wet sanded, buffed and polished. The painting process shall include a black finish applied to the underside of the apparatus body before it is mounted to the chassis frame.. COMPARTMENT INTERIOR FINISH The interior of all body compartments shall be a light colored spatter painted interior. BODY UNDERCOATING The underside of the apparatus body shall be sprayed with a black finish undercoating. REFLECTIVE STRIPE A 1"- 4" - 1" gold, white, gold Scotchlite reflective stripe shall be applied to the exterior of the apparatus in accordance with NFPA 1901 requirements and to meet CFD fleet. Stripe shall shadow and S curve. CHEVRON STRIPING Chevron 3M Diamond Grade reflective striping shall be applied to the rear surface of the apparatus to match department fleet color. CAB DOOR STRIPING A reflective stripe shall be applied to the lower interior surface of each chassis door to provide visibility when the door is in the open position. APPARATUS LETTERING Each side of the apparatus shall state Fire/Rescue along with B-972 in gold reflective lettering with black drop shadow to match fleet. Each side shall feature white/black background lettering Emergency 911 to match fleet. DEPARTMENT LOGOS The logo of the fire department shall be applied to both cab doors. A scotchlite rear logo to match the department fleet shall be applied WHEEL CHOCKS A set of non folding wheel chocks will be provided near the rear wheels. The wheel chocks shall be mounted during final inspection. MANUALS A complete set of manufacturer's operation and maintenance manuals shall be included. TRAINING Training of the vehicle will be performed at the factory at the time of final acceptance and pick-up. Page 15

REQUEST FOR BID For Trucks. Bid Notice

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

More information

REQUEST FOR BID For Trucks. Bid Notice

REQUEST FOR BID For Trucks. Bid Notice REQUEST FOR BID For Trucks Bid Notice Bell County Water Control & Improvement District No. 1 (District) is soliciting a Request for Bid for three (3) trucks to be used in its water and wastewater operations.

More information

1500 GPM CAFS WASP Sheldon Fire & Rescue Houston, TX ESD 60 ESD 60. Darley September 25, 2015 PART NO DESCRIPTION QTY

1500 GPM CAFS WASP Sheldon Fire & Rescue Houston, TX ESD 60 ESD 60. Darley September 25, 2015 PART NO DESCRIPTION QTY 1500 GPM CAFS WASP Sheldon Fire & Rescue Houston, TX 77044 ESD 60 ESD 60 Darley 3248 September 25, 2015 PART NO DESCRIPTION QTY 00-00-4100 Cover Page 1 00-00-6000 General Info 1 00-01-0000 ---ADMINISTRATION

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

City of Storm Lake Fire Department Heavy Rescue Specifications

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

More information

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

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

More information

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

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 #09 75 REAR MOUNTED AERIAL APPARATUS ALL ITEMS FACTORY INSTALLED UNLESS OTHERWISE INDICATED

More information

1500 GPM Vision WASP W. S. Darley & Co

1500 GPM Vision WASP W. S. Darley & Co QUOTATION 1500 GPM Vision WASP W. S. Darley & Co Darley 3204 Neal E. Brooks Gilman Fire Protection District National Sales Manager Gilman, IL 60938 Itasca, IL 60143 815-383-7694 815-739-9822 Chief Steve

More information

CITY OF CORALVILLE th Street, Coralville, IA

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

More information

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

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 FOR ONE (1) 1 TON CREW CAB TRUCK WITH SERVICE BODY OPENING APRIL 11, 2019 AT 10:00 A.M.

BID FOR ONE (1) 1 TON CREW CAB TRUCK WITH SERVICE BODY OPENING APRIL 11, 2019 AT 10:00 A.M. P. O. B o x 1 5 4 0 T h o m a s v i l l e, G A 3 1 7 9 9 2 2 9-2 2 7-7 0 0 0 F A X 2 2 9-2 2 7-3 2 4 3 w w w. t h o m a s v i l l e. o r g BID FOR ONE (1) 1 TON CREW CAB TRUCK WITH SERVICE BODY OPENING

More information

NOTICE INVITING BIDS 2018 DEPARTMENT OF PUBLIC WORKS VEHICLE CITY OF BEAVER DAM, WISCONSIN

NOTICE INVITING BIDS 2018 DEPARTMENT OF PUBLIC WORKS VEHICLE CITY OF BEAVER DAM, WISCONSIN NOTICE INVITING BIDS 2018 DEPARTMENT OF PUBLIC WORKS VEHICLE CITY OF BEAVER DAM, WISCONSIN Sealed volumes, containing proposals, will be received at the City Clerk s Office of the City of Beaver Dam, Wisconsin,

More information

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

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

City of Lewiston Finance Department Allen Ward, Purchasing Agent

City of Lewiston Finance Department Allen Ward, Purchasing Agent City of Lewiston Finance Department Allen Ward, Purchasing Agent 2017-067 Two (2) 1 Ton 4X4 Dump Trucks with Plows for Public Works August 10, 2017 Sir/Madam: Sealed bids will be received in the office

More information

Dubuque Community School District SPECIFICATIONS BID FORM AND TIME AND PLACE OF FILING

Dubuque Community School District SPECIFICATIONS BID FORM AND TIME AND PLACE OF FILING Dubuque Community School District SPECIFICATIONS BID FORM AND TIME AND PLACE OF FILING All bids are to be executed on the forms provided herewith and only proposals submitted on these forms will be considered.

More information

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

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

More information

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

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

More information

REQUEST FOR BID (RFB) # B X4 ONE TON CHASSIS CAB DUALLY POSTING DATE: MARCH 7, 2018

REQUEST FOR BID (RFB) # B X4 ONE TON CHASSIS CAB DUALLY POSTING DATE: MARCH 7, 2018 REQUEST FOR BID (RFB) #18-001-30B 2018 2X4 ONE TON CHASSIS CAB DUALLY POSTING DATE: MARCH 7, 2018 RESPONSE DEADLINE: APRIL 4, 2018 11:00 A.M. CENTRAL DAYLIGHT TIME (CDT) TO: DAVE FRISQUE MARINETTE COUNTY

More information

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

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

INVITATION TO BID PURCHASING DEPARTMENT P. O. BOX E. CENTRAL AVENUE THIRD FLOOR VALDOSTA, GEORGIA 31601 INVITATION TO BID PURCHASING DEPARTMENT P. O. BOX 1125 216 E. CENTRAL AVENUE THIRD FLOOR VALDOSTA, GEORGIA 31601 BID # 21-17-18 FOR: (1) One Ton Super Duty Crew Cab Truck with 8 Bed (F-350) OPENING DATE:

More information

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

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

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

More information

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

Everything You Need! Phone , Ext. 229

Everything You Need! Phone , Ext. 229 Public Works Operations Manager 401 E Third St Kewanee, IL 61443 Everything You Need! Phone 309-852-2611, Ext. 229 Fax 309-856-6001 November 13, 2017 The City of Kewanee is requesting proposals in conformance

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

Invitation to Bid NEW FOUR WHEEL DRIVE EXTENDED CAB PICKUP TRUCK

Invitation to Bid NEW FOUR WHEEL DRIVE EXTENDED CAB PICKUP TRUCK FINANCE DEPARTMENT GREGORY N. L HEUREUX Finance Director KRISTIE BRADBURY Deputy Finance Director Invitation to Bid COLLEEN C. SELBERG Purchasing Agent NEW FOUR WHEEL DRIVE EXTENDED CAB PICKUP TRUCK Sealed

More information

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

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 #09 75 REAR MOUNTED AERIAL APPARATUS ALL ITEMS FACTORY INSTALLED UNLESS OTHERWISE INDICATED

More information

INVITATION TO BID ONE (1) 10-FOOT DUMPBODY DUMP TRUCK WITH DIESEL / CNG OPTIONS

INVITATION TO BID ONE (1) 10-FOOT DUMPBODY DUMP TRUCK WITH DIESEL / CNG OPTIONS P. O. B o x 1 5 4 0 T h o m a s v i l l e, G A 3 1 7 9 9 2 2 9-227- 7 0 0 0 F A X 2 2 9-227- 3 2 4 3 w w w. t h o m a s v i l l e. o r g INVITATION TO BID ONE (1) 10-FOOT DUMPBODY DUMP TRUCK WITH DIESEL

More information

City of Portsmouth Portsmouth, New Hampshire Department of Public Works. Bid# Five (5) 2018 Ford Trucks INVITATION TO BID

City of Portsmouth Portsmouth, New Hampshire Department of Public Works. Bid# Five (5) 2018 Ford Trucks INVITATION TO BID City of Portsmouth Portsmouth, New Hampshire Department of Public Works Bid#52-18 Five (5) 2018 Ford Trucks INVITATION TO BID Sealed bid proposals, plainly marked Bid#52-18 Five (5) 2018 Ford Trucks on

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

SOMERSET BOROUGH TECHNICAL SPECIFICATIONS FOR A USED 1-TON STYLE DUMP BODY TRUCK

SOMERSET BOROUGH TECHNICAL SPECIFICATIONS FOR A USED 1-TON STYLE DUMP BODY TRUCK SOMERSET BOROUGH TECHNICAL SPECIFICATIONS FOR A USED 1-TON STYLE DUMP BODY TRUCK 1.0 INTENT: The Borough of Somerset is requesting bids for a 1 Ton dump style truck with a dump style body. This specification

More information

Albemarle County Virginia Brush Fire Truck Specification

Albemarle County Virginia Brush Fire Truck Specification Albemarle County Virginia Brush Fire Truck Specification Purpose: This specification is intended to be used for the procurement of Brush Fire Suppression Apparatus for the Fire Departments & Companies

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

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

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 #09 75 REAR MOUNTED AERIAL APPARATUS ALL ITEMS FACTORY INSTALLED UNLESS OTHERWISE INDICATED

More information

INVITATION TO BID Fort Morgan Golf Course Golf Carts

INVITATION TO BID Fort Morgan Golf Course Golf Carts INVITATION TO BID The is accepting sealed bids to Lease or Lease-purchase 45 until 4:00 p.m. (our clock) on September 2, 2011 at City Hall located at 110 Main Street, Fort Morgan, Colorado 80701 at which

More information

Department of Finance Purchasing Department INVITATION TO BID

Department of Finance Purchasing Department INVITATION TO BID January 24, 2017 Department of Finance Purchasing Department INVITATION TO BID The City of Norwalk is soliciting bids for one (1) 2016 Ford F-550 Chassis XLT Dump Truck for the Recreation & Parks Department.

More information

ADDENDUM No. 1. BID No /15 Chevrolet Silverado Work Trucks

ADDENDUM No. 1. BID No /15 Chevrolet Silverado Work Trucks Purchasing Department 530 Water Street Oakland, CA 94607 Date: November 17, 2017 ADDENDUM No. 1 BID No. 17-18/15 Chevrolet Silverado Work Trucks This Addendum modifies the original BID Documents for the

More information

PART A TENDER SUBMISSION

PART A TENDER SUBMISSION PART A TENDER SUBMISSION Page 1 of 24 FORM A: TENDER (SEE B7) 1. Project Title SUPPLY AND DELIVERY OF REGULAR CAB CHASSIS TRUCKS 2. Bidder Name of Bidder Street City Province Postal Code (Mailing address

More information

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

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

GALLATIN PUBLIC UTILITIES

GALLATIN PUBLIC UTILITIES GALLATIN PUBLIC UTILITIES Bid Proposal Item: Single Axle Dump Truck Bid Date: Company Address: Phone Number: Manufacturer: Bid Information (1) Prices F.O.B., 249 Hancock Street, Gallatin, Tennessee 37066.

More information

INVITATION TO BID. 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 BARTLETT 6400 STAGE ROAD BARTLETT, TENNESSEE 38134

CITY OF BARTLETT 6400 STAGE ROAD BARTLETT, TENNESSEE 38134 CITY OF BARTLETT 6400 STAGE ROAD BARTLETT, TENNESSEE 38134 A. Keith McDonald, Mayor Mark Brown, Chief Administrator Officer Dick Phebus, Finance Director Bill Yearwood, Director of Public Works INVITATION

More information

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

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

CITY OF DOUGLAS BID PACKAGE NEW SPECIFIED 2019 HALF-TON 4X4 PICKUP TRUCK

CITY OF DOUGLAS BID PACKAGE NEW SPECIFIED 2019 HALF-TON 4X4 PICKUP TRUCK CITY OF DOUGLAS BID PACKAGE NEW SPECIFIED 2019 HALF-TON 4X4 PICKUP TRUCK PUBLIC WORKS DEPARTMENT 420 West Grant Street DOUGLAS, WY 82633 Page 1 of 11 City of Douglas Call for Bids- Vehicle Sealed bids

More information

Remount Proposal. Everest Emergency Vehicles 1133 Rankin Street St Paul, MN Eric Olson

Remount Proposal. Everest Emergency Vehicles 1133 Rankin Street St Paul, MN Eric Olson Remount Proposal Customer Dealer Everest Emergency Vehicles 1133 Rankin Street St Paul, MN 55116 651-236-8943 Eric Olson Module: INFORMATION 0.1.60 ****** Ambulance Re-chassis / Refurbish ****** * * Old

More information

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

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

More information

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

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

More information

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

FLORIDA SHERIFFS ASSOCIATION, FLORIDA FIRE CHIEFS ASSOCIATION, & FLORIDA ASSOCIATION OF COUNTIES FLORIDA SHERIFFS ASSOCIATION, FLORIDA FIRE CHIEFS ASSOCIATION, & FLORIDA ASSOCIATION OF COUNTIES SPECIFICATION #01 TYPE I AMBULANCE 2 WHEEL DRIVE 4 WHEEL DRIVE OPTIONAL (DIESEL ENGINE, DUAL REAR WHEEL,

More information

Town of Digby. Tender Equipment Purchase Fire Truck Pumper/Tanker

Town of Digby. Tender Equipment Purchase Fire Truck Pumper/Tanker Town of Digby Tender Equipment Purchase Fire Truck Pumper/Tanker CONTENTS Tender Call...2 General Instructions. 3 General Requirements.4 Specifications: Tender Form.. 8 Page 1 of 8 TENDER CALL Equipment

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

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

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

Commercial Traditional Engine 1250 GPM Side Mount Pump Rating 1200 Gallon - Stainless Body

Commercial Traditional Engine 1250 GPM Side Mount Pump Rating 1200 Gallon - Stainless Body 8/3/2011 Chassis International 4400 Chrome Bumper 35,000# GVWR 12K front 23K rear ABS / ATC / ESC Painted Wheels 330 Horsepower / 3000EVS 5-speed 220 Amp Alternator 50 Gallon Fuel Tank 2-door conventional

More information

BID SPECIFICATIONS PURCHASE 4-WHEEL DRIVE PICKUP TRUCK WITH PLOW

BID SPECIFICATIONS PURCHASE 4-WHEEL DRIVE PICKUP TRUCK WITH PLOW BID SPECIFICATIONS PURCHASE 4-WHEEL DRIVE PICKUP TRUCK WITH PLOW The County of Hancock, Maine is seeking bids for the purchase of one (1) 2019 model year 3/4 ton regular Cab with 8 utility body, 4-wheel

More information

Town of Marystown. Tender For. One New 4x4 Two (2) Door Cab Chassis (19,500 KG GVWR) With 12Ft Flat Deck

Town of Marystown. Tender For. One New 4x4 Two (2) Door Cab Chassis (19,500 KG GVWR) With 12Ft Flat Deck Town of Marystown Tender For One New 4x4 Two (2) Door Cab Chassis (19,500 KG GVWR) With 12Ft Flat Deck GENERAL SPECIFICATIONS Tenders are invited for the supply and delivery of One New 4x4 Two (2) Door

More information

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

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

More information

Request for Proposal Sign Truck & Crane August 11, 2014

Request for Proposal Sign Truck & Crane August 11, 2014 Request for Proposal Sign Truck & Crane August 11, 2014 1 City of Fargo Request for Proposal The City of Fargo is requesting proposals for one (1) Sign Truck and Crane Body. Sealed proposals will be received

More information

July 9, Re: Tender 4 X 4 Regular Cab ¾ Ton Work Trucks. Dear Sir:

July 9, Re: Tender 4 X 4 Regular Cab ¾ Ton Work Trucks. Dear Sir: July 9, 2015 Re: Tender 4 X 4 Regular Cab ¾ Ton Work Trucks. Dear Sir: We are re-tendering for two new 2015 or current model year regular cab, ¾ ton work trucks for the Operational Services Department

More information

Phenix City Schools BID NO. GF Purchase of Three New Vehicles. Bid Opening Date & Time: January 7, 2019 at 9:00 AM EST

Phenix City Schools BID NO. GF Purchase of Three New Vehicles. Bid Opening Date & Time: January 7, 2019 at 9:00 AM EST Phenix City Schools BID NO. GF-2019-06 Purchase of Three New Vehicles Bid Opening Date & Time: January 7, 2019 at 9:00 AM EST The Phenix City Board of Education will receive and publicly open sealed and

More information

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

REQUEST FOR BIDS (RFB) # (1) NEW X4-3/4 TON EXTENDED CAB PICKUP TRUCK WITH LIFT GATE POSTING DATE: MARCH 7, 2018

REQUEST FOR BIDS (RFB) # (1) NEW X4-3/4 TON EXTENDED CAB PICKUP TRUCK WITH LIFT GATE POSTING DATE: MARCH 7, 2018 REQUEST FOR BIDS (RFB) #18-022-25 (1) NEW 2018 4X4-3/4 TON EXTENDED CAB PICKUP TRUCK WITH LIFT GATE POSTING DATE: MARCH 7, 2018 RESPONSE DEADLINE: MARCH 27, 2018 11:00 A.M. CENTRAL STANDARD TIME (CST)

More information

ATTACHMENT A ITEM# 5

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

More information

Purchasing Department Finance Group INVITATION TO BID

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

More information

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

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

City of Glasgow Police Patrol Vehicle Lease/Purchase

City of Glasgow Police Patrol Vehicle Lease/Purchase City of Glasgow Police Patrol Vehicle Lease/Purchase To: All Interested Bidders Subject: Police Patrol Vehicles Attached are specifications for a V-6 Model Police Patrol Vehicle. Please be aware that City

More information

INVITATION TO BID. If you have any questions concerning this bid, you may call Elizabeth Hope at (912)

INVITATION 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 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

REQUEST FOR QUOTATION

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

More information

Request for Quote # Armored Vehicle for Hammond Police Swat Team

Request for Quote # Armored Vehicle for Hammond Police Swat Team City Of Hammond Purchasing Department Request for Quote # 15-36 Armored Vehicle for Hammond Police Swat Team Proposals shall be faxed/delivered to the City Of Hammond, Purchasing Department No later than

More information

EQUIPMENT PURCHASE PUBLIC WORKS VEHICLE TENDER CONTENTS. Tender Call General Instructions General Requirements Specifications...

EQUIPMENT PURCHASE PUBLIC WORKS VEHICLE TENDER CONTENTS. Tender Call General Instructions General Requirements Specifications... TENDER MOCR03072014 EQUIPMENT PURCHASE PUBLIC WORKS VEHICLE TENDER CONTENTS Tender Call...... 2 General Instructions... 3 General Requirements...... 4 Specifications... 5 Form of Tender... 6 TENDER MOCR03072014

More information

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

Request for New Heavy Duty 3/4 ton Pickup Truck for Lee County Emergency Management

Request for New Heavy Duty 3/4 ton Pickup Truck for Lee County Emergency Management General: The attached specification is to aid in the purchase of an efficient and dependable 4-wheel drive pickup truck for the Office of Lee County Emergency Management. Bids must be submitted to Lee

More information

City Business Registration Number Signature Title

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

More information

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

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

More information

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

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

More information

City of Mt. Pleasant, Michigan CONTRACT DOCUMENTS. For HEAVY DUTY TRUCKS. SHARON TILMANN Mayor. NANCY RIDLEY City Manager

City of Mt. Pleasant, Michigan CONTRACT DOCUMENTS. For HEAVY DUTY TRUCKS. SHARON TILMANN Mayor. NANCY RIDLEY City Manager City of Mt. Pleasant, Michigan CONTRACT DOCUMENTS For HEAVY DUTY TRUCKS SHARON TILMANN Mayor NANCY RIDLEY City Manager Prepared By: Division of Public Works JOHN ZANG DPW Director SEPTEMBER 2014 City of

More information

Invitation for Bid # Tandem Axle Dump Truck

Invitation for Bid # Tandem Axle Dump Truck Invitation for Bid # 2017-009 Tandem Axle Dump Truck Due Date: September 15, 2016 Time: 2:00pm Receipt Location: Government Center, 500 N. Main Street, 7 th Floor, Room #709, Monroe, NC 28112 Procurement

More information

SKAGIT COUNTY MOUNT VERNON, WASHINGTON. Purchase of New Equipment ONE (1) NEW LATEST MECHANICS SERVICE TRUCK

SKAGIT COUNTY MOUNT VERNON, WASHINGTON. Purchase of New Equipment ONE (1) NEW LATEST MECHANICS SERVICE TRUCK SKAGIT COUNTY MOUNT VERNON, WASHINGTON Purchase of New Equipment Skagit County is an Equal Opportunity Employer SEALED BIDS will be received and publicly opened in the Commissioners' Hearing Room, Skagit

More information

CLINTON COUNTY SOIL & WATER CONSERVATION DISTRICT 6064 Route 22, Suite 1 Plattsburgh, NY (518) x3

CLINTON COUNTY SOIL & WATER CONSERVATION DISTRICT 6064 Route 22, Suite 1 Plattsburgh, NY (518) x3 CLINTON COUNTY SOIL & WATER CONSERVATION DISTRICT 6064 Route 22, Suite 1 Plattsburgh, NY 12901 (518) 561-4616 x3 Advertisement: The Clinton County Soil & Water Conservation District is accepting sealed

More information

CITY OF 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

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

Municipality of the District of West Hants Request for Proposal (RFP) PW Supply of one (1) new ½ Ton 4x4 Truck

Municipality of the District of West Hants Request for Proposal (RFP) PW Supply of one (1) new ½ Ton 4x4 Truck 1.0 INSTRUCTIONS TO BIDDERS 1.1 Complete the Bid Sheet and attach other required information and send in a sealed envelope by mail or delivery to; To: Municipality of the District of West Hants RFP # PW

More information

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

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

More information

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

INSTRUCTIONS TO BIDDERS 3,000-gallon CLASS 5 AIRCRAFT RESCUE AND FIREFIGHTING (ARFF) VEHICLE (LOCALLY FUNDED)

INSTRUCTIONS TO BIDDERS 3,000-gallon CLASS 5 AIRCRAFT RESCUE AND FIREFIGHTING (ARFF) VEHICLE (LOCALLY FUNDED) INSTRUCTIONS TO BIDDERS 3,000-gallon CLASS 5 AIRCRAFT RESCUE AND FIREFIGHTING (ARFF) VEHICLE (LOCALLY FUNDED) The Capital Region Airport Authority (CRAA) hereby invites from persons, firms, or corporations,

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

Three (3) New Ford Fusion Sedans Bid No Notice to Bidders

Three (3) New Ford Fusion Sedans Bid No Notice to Bidders CITY OF SAN LEANDRO INVITATION FOR BIDS SUBMIT BID TO: City of San Leandro Purchasing Department 835 East 14th Street San Leandro, CA 94577 FOR FURTHER INFORMATION CONTACT: Julie Jenkins Purchasing Agent

More information

TENDER FOR SUPPLY AND DELIVERY OF ONE (1) NEW 2019 or LATER MODEL MINI CARGO VAN (GVW MINIMUM 4700, MAXIMUM 5500)

TENDER FOR SUPPLY AND DELIVERY OF ONE (1) NEW 2019 or LATER MODEL MINI CARGO VAN (GVW MINIMUM 4700, MAXIMUM 5500) TENDER FOR SUPPLY AND DELIVERY OF ONE (1) NEW 2019 or LATER MODEL MINI CARGO VAN (GVW MINIMUM 4700, MAXIMUM 5500) DUE DATE: Friday, March 15, 2019 2:00 p.m. Local Time P a g e 1 Geoff Holman, Director

More information

Request for Proposal Motor Grader January 26, 2015

Request for Proposal Motor Grader January 26, 2015 Request for Proposal Motor Grader January 26, 2015 1 City of Fargo Request for Proposal The City of Fargo is requesting proposals for one (1) Motor Grader. Sealed proposals will be received by the City

More information

REQUEST FOR QUOTATION

REQUEST FOR QUOTATION REQUEST FOR QUOTATION Sealed quotations will be received by the CAO/Clerk until: Wednesday, July 6, 2016-11:00 am QUOTATION FOR: PICK-UP TRUCK All items must be submitted on Quotation Forms, in sealed

More information