HORRY COUNTY SOLID WASTE AUTHORITY, INC.
|
|
- Gabriella Perry
- 6 years ago
- Views:
Transcription
1 HORRY COUNTY SOLID WASTE AUTHORITY, INC. The Horry County Solid Waste Authority, Inc. is requesting sealed proposals for a Front Load Garbage Truck. All interested parties can obtain the RFP at Specifications are available at the Administrative Offices of the Solid Waste Authority located at 1886 Highway 90, Conway, South Carolina, or by calling (843) Proposals will be received at the Administrative Offices until 3:00 P.M., November 22, Any proposal received later than the specified time will NOT be accepted/ considered. All proposers are responsible for monitoring the website for any changes or addendums. The Solid Waste Authority reserves the right to accept or reject any and all proposals or any one item in a proposal. All proposals must be sealed and properly identified as: # Front Load Garbage Truck - Solid Waste Authority - and mailed/delivered to: Horry County Solid Waste Authority, Inc Highway 90 P.O. Box 1664 Conway, South Carolina Attn: Jan S. Bitting #
2 HORRY COUNTY SOLID WASTE AUTHORITY INSTRUCTIONS TO PROPOSERS 1. This request for proposal includes the following: A. Instructions To Proposers B. Specifications C. Proposal Form (s) 2. Proposal (s) will be examined promptly after opening; immediately thereafter, all proposals will be tabulated with said tabulation being made available to all participating. It is not a practice to award any proposal until the Authority has had ample time to review each Proposal. Award will be made however, at the earliest possible date. If the mail is delayed beyond the date and hour set for the proposal opening, Proposal (s) thus delayed, will NOT be considered. Any proposal not present at appointed time will not be opened. Facsimiles will not be accepted. The proposal number must be clearly visible on the outside envelope. 3. TAXES - The Authority pays South Carolina State Sales Tax. The Authority is exempt from Federal Excise Tax and will issue exemption certificates as requested. 4. AWARD OF PROPOSAL - Award of Proposal shall be made to the lowest responsible proposer meeting the Specifications, taking into consideration the following: A. Superior Quality B. Adequate Maintenance and Service C. Past Experience with Company's Equipment D. Company's Reputation E. Known as Technically Good and Innovative Company F. Delivery Date G. Guarantees/Warranties H. Performance of Proposer s equipment in hands of other agencies, plants, and firms. 5. Each proposer must submit a proposal (s) on the blank form attached. The Proposer shall sign his proposal form correctly and proposal (s) may be rejected if there are any omissions, alterations of form, additions not called for, conditional proposal or any irregularities of any kind. 6. DEVIATIONS - Any deviations from these Specifications MUST be noted in detail and submitted in writing with this PROPOSAL. The absence of this Specification deviation will hold the Proposer strictly accountable to the Specifications as written herein. Failure to submit this document of Specification deviation, if applicable, shall be grounds for rejection of the item (s) when offered for delivery.
3 7. CHANGES - Any changes in Specifications after the Purchase Order/Contract has been awarded, must be with the written consent of the Authority; otherwise, the responsibility for such changes shall be with the Vendor. 8. DELIVERY- Complete unit (s) shall be delivered to the Horry County Solid Waste Authority, 1886 Highway 90, Conway, South Carolina. 9. PAYMENT- The Solid Waste Authority will be invoiced after delivery of equipment or completion of project, the payment terms for this invoice shall be Net INFORMATION All questions must be submitted, in writing to Ms. Jan Bitting, Director of Finance and Administration, Fax number (843) Proper reference To this proposal is required. Deadline for questions is seven- (7) calendar days prior to proposal opening date. All questions will be answered and posted as an addendum on our website. All changes in specifications will also posted on our website. All proposers are responsible for monitoring the website for any changes or addendums. Verbal information obtained otherwise, will NOT be considered in awarding of proposal. 12. BUSINESS LICENSE - The successful Proposer must provide a copy of their current Horry County Business License. 13. BID BOND Intentionally Left Blank. 14. PERFORMANCE BOND Intentionally Left Blank. 15. RETURN OF CHECKS Intentionally Left Blank. 16. The Authority reserves the right to reject any or all Proposals. It further reserves the right to waive technicalities and formalities in proposals as well as to accept in whole or in part such proposals or proposals where it deems it advisable in protection of the best interests of the Authority. 17. Insurance in the amount of One Million Dollars ($1,000,000.) and maintain Workman s Compensation Insurance. The contractor shall be required to submit a copy of proof of insurance prior to commencement of work. 18. Any material included with the proposal becomes the property of the Authority and are not returnable. 19. Any Proposer aggrieved in connection with the solicitation or award of a contract may protest to the Executive Director in writing within 7 days after such person knows or should have known of the facts giving rise to the grievance.
4 20. The Proposer must include the following items or their proposal may be deemed nonresponsive: Signed Certification of Proposal Submittal Form and a signed and notarized Non-collusion Affidavit.
5 SPECIFICATIONS FOR ONE (1) FRONT LOAD GARBAGE TRUCK November 2016 HORRY COUNTY SOLID WASTE AUTHORITY PO BOX 1664 CONWAY, SOUTH CAROLINA 29528
6 FRONT LOAD GARBAGE TRUCKS SPECIFICATIONS GENERAL: This specification is intended to describe a 40 yard front load full eject garbage truck to be used to service 2 yard, 4 yard, 6 yard and 8 yard front load dumpsters. Except as noted, only proposals meeting or exceeding ALL of the stated specifications will be considered. Cab & Chassis with body shall be delivered to the Horry County Solid Waste Authority (HCSWA), 1886 Highway 90, Conway, South Carolina fully operational with parts and equipment operations manuals on board. Exact specifications: Must be filled out by Proposes to qualify. If Proposer has an exception or item, the Proposer MUST give a detail explanation on the exception or how it exceeds on a separate page. Any deviations on this detail can cause for immediate rejection of Bid. CHASSIS IDENTITY: MAKE: MODEL: YEAR: 2017 CAB & CHASSIS: Configuration: GCW: Front Axle: 2017 Cab Over-Tilt 66,000 pounds 20,000 pound Front axle Rear Axle: Gear Road Speed: Brakes: 46,000 pound Rear axle/suspension 4:19 Ratio (with synthetic oil) Minimum 65mph Full air brake system with automatic slack adjuster,
7 Brake Drum: Front and Rear-Cast Outboard Mounted Air Brakes: Slack Adjuster: Air Dryer-Bendix System Guard AD-9 Heated or Equal Front & Rear-Haldex Wheels: Rear tandem hole hub piloted steel disc HD (2 hand hole) Front 22.5x12.25 polished aluminum All wheels to have high visibility loose wheel indicators. Tires: Front-385/80R 22.5 Michelin (tires have to rate 18,000 lbs.) Rear-11R 22.5 Michelin Waste Haul Lug Steering: Exhaust: Skid Plate Drive line Fuel Tank: Batteries: Sheppard 592S integral hydraulic power steering or equal Vertical mounted Mounted under Front Bumper and Radiator 18MXL Xtended Lube 70 gallon RH (Passenger side) 3 Minimum 1950 CCA Battery Disconnect Switch: Mounted on drivers side Alternator: 12 volt 160 AMP
8 Starter: 12 volt electric Gauges: Horn: Engine Alarm System: Speedometer (w/trip), tachometer (w/hour meter) oil pressure, fuel, water temperature Single air horn (mounted under Cab) Engine alarm system with lights and buzzer Seats: Driver s - Bostrom Talladega 910 high back (no exceptions) Color - black Passenger s fixed Color - black Back UP Alarm Air Condition & Heater: Windshield Wipers: Radio: Mirrors: Lights: Towing Device: Heavy Duty Smart Alarm (Grote) Integral air/with heatfactory installed (No Add Ons) 2 speed electric with delay AM/FM CD/Radio with BLUETOOTH and two speakers mounted at upper front top panel corners West coast mirrors-bright finish RH & LH 8 Convex mirrors mounted to west coast mirrors RH & LH (HEATED) LED Lights: that meet all applicable State & Federal Regulations Front Mount-Pin Rear Mount-Hooks FRAME MOUNTED
9 Transmission: Engine: 6 speed with Oil Life Monitor, automatic Allison with synthetic oil 4500RDS-6 Speed (Oil level sensor & oil temperature gauge required) Minimum (Peak) 1280 lbs Max RPM (Must Meet all the emissions standards). Engine Brake: Two Speed Diesel Particulate Filter: Diesel Exhaust Fluid Tank: Vertical RH Side, Back of CAB 6.6 Gallons Windshield Protector: Wheelbase: Paint Color: Cab Roof Paint Manuals: Cab front and anti-skid roof surface To Conform to Bodybuilder Specs Cab: White Chassis: Black Must have Cab Roof Painted Body Green Two (2) DVD Complete Custom sets of Mechanic Service Manuals and Parts Manuals for mechanical use: (made specifically for the truck & body being sold to HCSWA (NO EXCEPTIONS) (DVD). _ Two (2) DVDComplete custom sets of wiring diagrams for all Electrical switches, Solenoids, Lights etc. (made specifically for the truck & body being sold to HCSWA (NO EXCEPTIONS) (DVD). Automatic Radio Shutoff in Reverse:
10 WARRANTY All Warranty items Prices must be included in the BASE PRICE (No Exception) Engine: Transmission: Full 72 month or 250,000 miles (Unlimited hours) Full Engine coverage MACK PLAN 2. Full 60 months unlimited miles (Unlimited hours). Exhaust After-Treatment System: Full 72 months or 250,000 miles (Unlimited hours). Rear End Carrier: Full 60 months or 500,000 miles (Unlimited hours). Location of Dealership/ Warranty Work/ Parts: a. Dealer Location for Truck (Must be within 125 miles with Service Facility). Give Physical address for Dealership b. Shuttle Services (within 24hrs.) for Warranty and Non Warranty Services from Conway to Service Facility. YES NO c. Give Address for Parts d. Can Parts be dropped shipped from Manuf. To HCSWA at no extra charge? YES NO
11 e. Where will any warranty work be performed if not at the HCSWA? (Provide address if different from above a. or b.) BODY: Configuration: f. State how many Service Technicians are available for Service Calls. Front load garbage truck - 40 yard capacity With a full eject body Exact specifications: Must be filled out by Proposes to qualify Equipment Identity: Make: Model: Year: 2017 Construction: Body shall be formed using continuous welds with lapped Panel construction Side panels to be a of 1/8 AR ,000 PSI steel Rear section of floor shall be a of 3/16 abrasion resistant steel AR400 Front floor section shall be a of ¼ abrasion resistant steel with a minimum tensile rating of 180,000 psi Hopper: Front loading hopper shall be a minimum size of 12 cubic yard
12 Hopper opening shall be of such size to accommodate standard 1-10 yard containers Side and rear baffles shall be provided to prevent spillage. (Rear baffle should be reinforced to prevent damage from dumping containers) A sliding hydraulic actuated top door shall be provided to prevent refuse from blowing out of the hopper (Controls located in Cab) Hopper side access door must have ladder mounted on drivers side of truck for easy access Tailgate: A rounded bubble type tailgate shall be provided with a water tight seal that meets all EPA standards Tailgate shall be secured by a hydraulic operated Mechanical 8 point lock system w/controls in Cab Sides and end shall be constructed using 1/8 AR ,000 PSI steel Arms: Lift arms to be bolt-on one piece full welded steel box construction with a DOM 4 1/2 OD torque tube, dump cycle under 16 seconds Arms Torque Tube will have minimum of three split bearing (Torque tube to have grease fittings) Arms shall have a minimum rated lifting capacity of 10,000 lbs. PLUS (NO EXCEPTION)
13 Arms shall be designed to operate clear of the truck cab doors at all times, permitting opening of cab doors at any time during the dumping cycle Arms shall be a minimum of 1/4 A-36 steel Forks: Forks shall be a minimum 1 1/2 A-36 steel with a length of Minimum 56 from cross bar to tip of forks with a 3 ½ OD DOM ¾ WALL Packing & Ejection Plate: Body shall have a hydraulically actuated packer blade (Full Eject))which will travel the entire length of the body and hydraulically return to the front of the body. Minimum packing force 113,400 lbs. Shoe Assembly: Packing panel will travel using steel guide shoes in a steel track 2 ½ x 2 ¾ x ¼ 46inch A500 GRD B Tubing with one piece bolt on chromium carbon-manganese steel wear shoes (NO EXCEPTION) Floor Track: 3/8 GRD 50 high strength steel with ¼ AR ,000 psi tract wear strips. Upper plate shall be a minimum of 3/16 abrasion resistant AR200 90,00 psi tensile steel rating Lower plate shall be a minimum of 5/16 abrasion resistant AR200 90,00 psi tensile steel rating Hydraulic System: Working hydraulic pressure must be provided by a front mounted pump driven by the engine crankshaft (Front Mount PTO) Minimum requirements: Commercial Intertech P365
14 Wet valve gear pump with flow control overspeed Protection RPM Must be able to PACK ON the RUN (While truck is moving) Minimum operating pressure is 2250 PSI Commercial Intertech Model VA35 capacity minimum 50 gallons to include shut off gate valve (1 Drain Valve in Tank) and return filter and in tank filter Hoses: All hoses shall be Aeroquip Any hose under 1 shall be a 2 braid hose Any hose over 1 shall be a 4 braid hose Filters: Hydraulic Filter - Parker Filter Assembly Filters shall be exterior mounted, spin on type for ease of maintenance. Filters shall not be mounted under truck. Cylinders: All cylinders shall be manufactured with hard chrome plated rods, hardened steel bushings, (No clamps,blocks,etc.) and buttress threads Packer/eject - two 3 stage double acting telescopic cylinders 6 1/4 diameter with (1) all tubes and gland nuts, and pistons shall be salt bath. (2) All gland nuts shall incorporate the use of a M2 tool steel scraper to remove debris from tubes as cylinder retracts. This prevents contaminates from entering the hydraulic oil system (NO EXCEPTION)
15 Arms - two double acting Cylinders 4 1/2 x 2 ½ minimum Forks - two double acting cylinders 3 1/2 x 2 minimum Top Door - one double acting cylinder - 2 minimum Diameter Tailgate - two double acting cylinders 3 1/4 x 2 minimum Diameter Controls: All of the controls shall be air over electric operated and located inside of cab mounted to the right of the operator Boom and fork controls to be joy stick with arm rest Cable controls will not be accepted Interior control box wires shall be numbered and color coded to corresponded to owners manual for ease of service All controls shall be clearly marked for each specific operation Must have Body Diagnostic Capability Lights (ALL LED LIGHTS): The body shall be equipped with all lights (LED) necessary To meet all state and federal regulations and shall be recessed and waterproof, shock mounted type Lights (LED)on tailgate shall be recessed and sealed for maximum protection through normal operation
16 Strobe light to be installed - Whelen model 800 C and wired to the ignition. (Light works as truck is running) Peterson Rear Warning Strobe Light Safety System or equal). If not Peterson state manufacturer Hopper Service Light (LED) - Three (3) One (1) mounted behind cab underneath overhead canopy on driver s side. Two (2) mounted on top of canopy on each side, control switches to be located inside the cab to be clearly marked Two (2) Work Lights (LED) mounted on back rear of truck-one on each Side - control switch mounted inside the cab to be clearly marked. Lights to come on when truck goes into reverse.(lights to be protected by Steel Mesh.) (Lights to work on separate relay from other lights.) Two (2) Work Lights (LED)-Trapezoidal lights mounted on rear side behind back axle. Lights to come on when truck goes into reverse (Lights to work on separate relay from other lights.) Lights-All LED Miscellaneous Requirements: Body shall be mounted on the cab/chassis which shall be compatible with the body in terms of proper length, frame clearance, and proper weight distribution allowed on front and rear axles. Frame shall not be altered in any manner other than that approved by the cab and chassis An electronic back up warning system to meet OSHA standards shall be provided A side body ladder shall be mounted on the curb side for access to the top of the body (Fold down style)
17 The completed unit, cab/chassis and packer body must comply with the latest federal anti-noise requirements _ Packer body to come with a 1 year warranty Pivot pins shall be provided to raise body for ease of service Hydraulic Pump and valves to come with a 1 year warranty A full round canopy over the cab is to be provided, canopy to come to edge of windshield - no half cab canopy Body to be equipped with a hydraulic lift kit, or service lift (no exceptions) All body parts to be shot-blasted and primed prior to assembly for greater protection Tool Box: Two (2) Water Tight mounted on Chassis Mounted on each side (Maximum Size Allowed) (State Size of Tool Box) Mud flaps mounted behind front steer axle, and mud flaps mounted in front of front rear axle and behind 2 nd rear axle Fire extinguisher Two (2) 10 lb ABC w/bracket and cover mounted on each side of packer body. Reflective tape for safety along back and side of truck and body (reflective tape red and white as used for D.O.T. NHTSA) Reflective Triangle Breakdown Kit Included
18 NOTE: Manuals: Two (2) (DVD) complete custom sets of Mechanic Service Manuals and Parts Manuals for the body mounted on truck for mechanical use (made specifically for truck and body being sold to HCSWA) NO EXCEPTIONS Two (2) (DVD)complete custom sets of SCHEMATICS for all Electrical lines, Hydraulic lines, and Air lines (made specifically for truck and body being sold to HCSWA) NO EXCEPTIONS Back Up Camera System: Rear View Safety Vision camera system or equal with monitor in cab Black/White System (WATER TIGHT)(Min. 9 inch) (Latest Version Camera System) NO EXCEPTIONS MFG. Body Service: Must have available road services by factory trained and factory employed technicians, who can travel to HCSWA to handle repairs w/warranty work and other repair items NO EXCEPTIONS. (Please list how many service technicians are known covering Eastern S.C. Coastal Area ) Paint: Body-Teal Green HCSWA Color Option Camera: A.) In Cab Camera System: (Drive Cam or SSV10 or equal) B.) Tailgate Side Cameras for alley backing:
19 INSPECTION, TRAINING, PERFORMANCE TEST AND ACCEPTANCE: Upon delivery, the equipment will be subject to inspection to verify conformance with specifications by the staff of the HCSWA. Upon completion of the initial inspection and prior to performance testing by HCSWA, the vendor will be required to conduct on-site technical training of HCSWA personnel in operation and maintenance procedures. Vendor must include in their proposal any and all cost associated with providing this on site training. Upon completion of on-site training, the equipment will be required to undergo a minimum of 10 working days on route testing prior to acceptance. Performance testing will be performed by HCSWA personnel during regular schedule work days. Performance testing will include at minimum: compaction, turning radius, cycle time and axel weight distribution. Any defects or failure of equipment to perform or comply with any requirements of the HCSWA specifications must be immediately remedied by the vendor at the vendor s own expense prior to acceptance by the HCSWA. THE SUCCESSFUL PROPOSER MUST PROVIDE TWO SETS OF PARTS AND SERVICE MANUALS (DVD) FOR THE CHASSIS AND BODY, AND A TRAINING VIDEO AT TIME OF DELIVERY. VEHICLE WILL NOT BE ACCEPTED WITHOUT THESE ITEMS. LIST AND DESCRIBE ALL AREAS IN WHICH VEHICLE EXCEEDS SPECIFICATIONS. DEVIATIONS FROM SPECIFICATIONS-RESPOND AS REQUIRED UNDER ITEM 6 IN THE INSTRUCTIONS TO PROPOSERS. Exact specifications: Must be filled out by Proposes to qualify. If Proposer has and exception or exceed an item, the Proposer MUST give a detail explanation on the exception or how it exceeds on a separate page. Any deviations on this detail can cause for immediate rejection of Bid.
20 FRONT LOAD GARBAGE TRUCK PROPOSAL SUBMITTAL FORM 1. PROPOSAL PRICE: One unit as herein Described, cab: white, body: teal green, Complete, delivered to 1886 Highway 90, Conway, South Carolina Make: Model: Unit Price One Truck 1A.) Option Cameras: In Cab Camera: Tailgate Side View Cameras: Sales Tax Total 2. Attach all warranty information. 3. Provide number of WORKING DAYS required for delivery of the Front Load Garbage truck complete and fully operational to the Authority's facility after award of proposal. WORKING DAYS 4. Provide Proposer's information: Business Name: Address: Phone: Contact Person: 5. CERTIFICATION: The undersigned hereby certifies that this proposal will be in effect for a period of 90 days following the proposal date. Proposer further acknowledges that the Authority will not necessarily award proposal on proposal price only, but will compare individual units and all proposal information to determine the choice for meeting the overall objectives of the Authority. Proposers shall understand that all information requested in this specification package will be evaluated and contribute to the selection process. Authorized Representative Date
21 Required Form FORM OF NONCOLLUSION AFFIDAVIT (This Affidavit is Part of the Bid Proposal) STATE OF ) ) COUNTY OF ) being first duly sworn, deposes and says that he/she is (Sole owner, a partner, president, secretary, etc.) of the party making the foregoing Bid Proposal that such Bid Proposal is genuine and not collusive or sham; that said Bidder has not colluded, conspired, connived, or agreed directly or indirectly, with any Bidder or person to put in a sham Bid Proposal, or that such other person shall refrain from offering and has not in any manner, directly or indirectly sought by agreement or collusion, or communication of conference, with any person, to fix the bid proposal price of affiant or any other Bidder, or to fix any overhead, profit or cost element of said bid proposal price, or that of any other Bidder to secure any advantage against OWNER any person interested in the proposed Contract; and that all statements in said Bid Proposal are true; and further, that such Bidder has not, directly or indirectly submitted this bid proposal, or the contents thereof, or divulged information or date relative thereto to any association or to any member or agent thereof. (Bidder) Sworn to and subscribed before me this day of, 20. State County Notary Public in and for My commission expires, 20
HORRY COUNTY SOLID WASTE AUTHORITY, INC.
HORRY COUNTY SOLID WASTE AUTHORITY, INC. The Horry County Solid Waste Authority, Inc. is requesting sealed proposals for a Rear Load Garbage Truck. All interested parties can obtain the RFP at www.solidwasteauthority.org.
More informationHORRY COUNTY SOLID WASTE AUTHORITY, INC.
HORRY COUNTY SOLID WASTE AUTHORITY, INC. The Horry County Solid Waste Authority, Inc. is requesting sealed proposals from qualified firms to provide a turnkey service for the collection of household hazardous
More informationNELSON COUNTY FISCAL COURT
NELSON COUNTY FISCAL COURT Specifications/Bid Forms FOR 25 CUBIC YARD REAR PACKER,REAR EJECTION, GARBAGE TRUCK DATE: 08/2017 ADVERTISEMENT FOR BIDS The Nelson County Fiscal Court will accept sealed bids
More 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 informationINSTRUCTIONS TO BIDDERS AND SPECIFICATIONS FOR A 7-8 CUBIC YARD DUMP TRUCK
INSTRUCTIONS TO BIDDERS AND SPECIFICATIONS FOR A 7-8 CUBIC YARD CITY OF FOREST 120, SOUTH DAVIS ST P.O. BOX 298 FOREST, MS. 39074 RE: One or More New Dump Truck, Purchase And / Or Lease Purchase Financing.
More 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 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 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 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 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 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 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 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 informationInvitation 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 informationALLEGAN COUNTY ROAD COMMISSION PROPOSAL FOR WESTERN STAR TANDEM REAR AXLE DUMP TRUCKS (CAB & CHASSIS) MINIMUM 64000# GVWR
ALLEGAN COUNTY ROAD COMMISSION PROPOSAL FOR WESTERN STAR TANDEM REAR AXLE DUMP TRUCKS (CAB & CHASSIS) MINIMUM 64000# GVWR Board of County Road Commissioners of the County of Allegan 1308 Lincoln Road Allegan,
More informationTENDER 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 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 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 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 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 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 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 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 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 information(ADDENDUM COVER SHEET)
(ADDENDUM COVER SHEET) TO ALL PROSPECTIVE BIDDERS: PLEASE NOTE THE FOLLOWING CHANGES: PURCHASING DIVISION BOARD OF COUNTY COMMISSIONERS BROWARD COUNTY, FLORIDA A D D E N D U M NO. 1 DUMP TRUCK (NON-SHELTERED
More informationRequest for Proposal
Request for Proposal The City of Conway is soliciting Bids/Proposals for the following listed below: (Please note when a specific item is requested there can be no substitutions without the full knowledge
More informationCity 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 informationOne (1) Current Model Year Cab/Chassis with Chipper Body and Articulating Crane Mounted Bid No Notice to Bidders
CITY OF SAN LEANDRO INVITATION FOR BIDS SUBMIT BID TO: City of San Leandro Purchasing Department 835 East 14th Street San Leandro, CA 94577 FOR FURTHER INFORMATION CONTACT: Julie Jenkins Purchasing Agent
More informationREQUEST 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 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 informationCity of Fargo Request for Proposal
Request for Proposal Dual ASL Refuse Truck December 29, 2015 1 City of Fargo Request for Proposal The City of Fargo is requesting proposals for one (1) Dual Arm ASL Refuse Truck. Sealed proposals will
More 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 informationFLORIDA 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 informationSALT TRUCK - SHORT TANDEM
Town of Antigonish c: 902 863-3237 274 Main Street c: 902 863-9201 Antigonish, Nova Scotia Canada B2G 2C4 www.townofantigonish.ca TENDER DOCUMENT SALT TRUCK - SHORT TANDEM Set No. September 2017 INFORMATION
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 informationQUOTE For a 2017 Fire Department Conventional Truck Chassis-Water Tender With PTO Pump
Town of Wascott PO Box 159,Wascott, WI 54890 Phone: 715/466-4252 Email: wascott@centurytel.net QUOTE For a 2017 Fire Department Conventional Truck Chassis-Water Tender With PTO Pump Note: Bidders must
More 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 informationOne (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 informationINVITATION TO BID. City of Fort Oglethorpe FIRE DEPARTMENT 201 Forrest Road Fort Oglethorpe, Georgia Phone: Fax:
INVITATION TO BID City of Fort Oglethorpe FIRE DEPARTMENT 201 Forrest Road Fort Oglethorpe, Georgia 30742 Phone: 706-861-4194 Fax: 706-861-1041 005-18 and 006-18 FIRE DEPARTMENT - VEHICLES The City of
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 informationADDENDUM No. 2. Bid #: 13-B-016 Purchase of Solid Waste Trucks
City of Titusville Purchasing & Contracting Administration 555 S. Washington Avenue Titusville, FL 32796 Phone 321.383.5767 Facsimile 321.383.5628 ADDENDUM No. 2 May 15, 2013 Bid #: 13-B-016 To All Bidders:
More 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 informationDEPARTMENT 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 informationEverything 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 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 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 informationMONTVILLE PUBLIC SCHOOLS MONTVILLE CONNECTICUT FEBRUARY 20, 2015 BID # BUS
MONTVILLE PUBLIC SCHOOLS MONTVILLE CONNECTICUT INVITATION TO BID FOR PURCHASE OF SCHOOL BUSES 71, 77 AND 47 PASSENGER SCHOOL BUSES FEBRUARY 20, 2015 BID #14-15-1-BUS LEGAL NOTICE MONTVILLE PUBLIC SCHOOLS
More informationCURBSIDE RECYCLING TRUCK
City of Mt. Pleasant, Michigan CONTRACT DOCUMENTS For CURBSIDE RECYCLING TRUCK KATHLEEN L. LING Mayor KATHIE GRINZINGER City Manager Prepared By: Division of Public Works JOHN ZANG DPW Director November
More informationBarrow 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 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 informationPhenix 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 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 informationDepartment 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 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 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 informationCITY OF DIXON, CALIFORNIA CITY ENGINEER / PUBLIC WORKS DEPARTMENT, WASTEWATER DIVISION SOLANO COUNTY, CALIFORNIA BID SPECIFICATIONS
CITY OF DIXON, CALIFORNIA CITY ENGINEER / PUBLIC WORKS DEPARTMENT, WASTEWATER DIVISION SOLANO COUNTY, CALIFORNIA BID SPECIFICATIONS FOR THE PURCHASE OF ONE (1) NEW 2016, 5,000 LB. CAPACITY LPG PNEUMATIC
More informationRequest for Proposal. Rear Load Refuse Truck
Request for Proposal Rear Load Refuse Truck December 29, 2015 RFP Bidding Specifications 1.0 INTENT It is the intent of this specification to provide for the purchase of two (2) new and unused Rear Load
More informationTown 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 informationRFP 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 informationBOCC MEETING TRANSMITTAL. #4 - Effective and Responsive Government. Consent. Ongoing
BOCC MEETING
More informationFLORIDA 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 informationCITY 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 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 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 informationThree (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 informationSOMERSET 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 informationREQUEST FOR PROPOSALS FIRE HYDRANT MAINTENANCE SERVICES
REQUEST FOR PROPOSALS FIRE HYDRANT MAINTENANCE SERVICES The City of Abbeville, South Carolina is soliciting sealed proposals for Fire Hydrant Maintenance Services. All proposals must be in writing and
More informationFLORIDA 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 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 informationOne (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 informationHALIFAX 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 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 informationRHODE ISLAND TURNPIKE & BRIDGE AUTHORITY
THE RHODE ISLAND TURNPIKE & BRIDGE AUTHORITY SPECIFICATIONS FOR STREET AIR SWEEPER CONTRACT NO. 14-13 OCTOBER 2014 Office of the Director P.O. Box 437 1 East Shore Road Jamestown, Rhode Island 02835 Telephone
More informationTOWN OF FARRAGUT. Bid Specifications For 2017 Dump Truck. William McKelvey Public Works Director Municipal Center Drive Farragut, TN 37934
TOWN OF FARRAGUT Bid Specifications For 2017 Dump Truck William McKelvey Public Works Director TOWN OF FARRAGUT 11408 Municipal Center Drive Farragut, TN 37934 (865) 966-7057 BID SPECIFICATIONS for 2017
More informationOFFICE OF SUPERINTENDENT DELAWARE COMMUNITY SCHOOL CORPORATION 9750 N CR 200 East Muncie, IN Phone: Fax:
OFFICE OF SUPERINTENDENT DELAWARE COMMUNITY SCHOOL CORPORATION 9750 N CR 200 East Muncie, IN 47303 Phone: 765-284-5074 Fax: 765-284-5259 Board of Education Trent Fox, President John Adams, Vice-President
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 informationCITY 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 informationRequest for Proposal
Request for Proposal The City of Conway is soliciting Bids/Proposals for the following listed below: (Please note when a specific item is requested there can be no substitutions without the full knowledge
More 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 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 MARSHALL, MINNESOTA
CITY OF MARSHALL, MINNESOTA SPECIFICATION AND BIDDING DOCUMENTS FOR FURNISH ONE (1) NEW 3-WHEEL MECHANICAL STREET SWEEPER FOR THE MARSHALL STREET DEPARTMENT PURCHASE / TRADE-IN ONE (1) 2008 ELGIN PELICAN
More informationREQUEST FOR SEALED BID CAB/CHASSIS FOR MEDIUM DUMP TRUCK WITH SALT SPREADER NOVEMBER 18, 2015
REQUEST FOR SEALED BID CAB/CHASSIS FOR MEDIUM DUMP TRUCK WITH SALT SPREADER NOVEMBER 18, 2015 Sealed bids will be received until 2:00 p.m. on Monday, December 7, 2015, by the City of Martinsville, to contract
More informationMONTGOMERY 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 informationCITY 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 informationPurchasing 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 informationAUTOMATED REFUSE TRUCK RIGHTHAND OPERATING, DIESEL POWERED
AUTOMATED REFUSE TRUCK RIGHTHAND OPERATING, DIESEL POWERED The unit(s) to be furnished under this proposal shall be a diesel powered, Low Entry, Tilt Cab with Cab over chassis, Color White, automatic transmission,
More informationMunicipality 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 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 informationMANISTEE COUNTY ROAD COMMISSION 2019 TANDEM AXLE TRUCK SPECIFICATIONS AND BID REQUIREMENTS (ALTERNATE BID) January 4, 2018
GENERAL 1. The following minimum specifications are for a tandem axle truck (conventional cab and chassis with an engine and transmission). 2. The truck shall be the manufacturer s current model under
More informationAPPENDIX A TECHNCIAL SPECIFICATIONS
1. SCOPE The purpose of this Invitation to Negotiate (the "ITN") is to solicit pricing and select a vendor for the purchase of four (4) five ton 6X4, 14 to 16 cubic yard dump trucks, all new current model
More informationBULLOCH COUNTY BOARD OF COMMISSIONERS 115 NORTH MAIN STREET P. O. BOX 347 STATESBORO, GEORGIA INVITATION TO BID
BULLOCH COUNTY BOARD OF COMMISSIONERS 115 NORTH MAIN STREET P. O. BOX 347 STATESBORO, GEORGIA 30459 INVITATION TO BID The Bulloch County Board of Commissioners (herein after referred to as Bulloch County
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 REQUEST
More informationRequest for Proposal Snow Blower October 12, 2015
Request for Proposal Snow Blower October 12, 2015 1 City of Fargo Request for Proposal The City of Fargo is requesting proposals for one (1) Loader Mounted Snow blower. Sealed proposals will be received
More informationBID 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 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 Administrative Officer Dick Phebus, Finance Director Shan Criswell, Parks and Recreation Director REQUEST
More informationMantis Rerailer General Specifications
2008 General Specifications 1. Typical Operating Parameters 2. General 1.1 Operating temperatures will typically be between 20 F (7 C) to 110 F (43 C). 1.2 Relative humidity ranges between 20% and 100%.
More informationCity of Lewiston. Finance Department Allen Ward, Purchasing Agent
City of Lewiston Finance Department Allen Ward, Purchasing Agent 2018-008 Compact Sidewalk Sweeper December 21, 2017 Sir/Madam: Sealed Proposals will be received in the office of the Purchasing Agent,
More 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 informationBartlesville Police Department CITY OF BARTLESVILLE, OKLAHOMA BID SPECIFICATIONS FOR Police Pursuit SUV Bid#
Bartlesville Police Department CITY OF BARTLESVILLE, OKLAHOMA BID SPECIFICATIONS FOR Police Pursuit SUV Bid# 2018-2019-010 GENERAL: The City of Bartlesville will purchase up to four (4), new, police pursuit
More informationRequest For Bids. Sewer Cleaning Truck
Release: Thursday 22 September 2006 Closes: Friday 6 October 2006 CITY OF BISHOP 377 West Line Street - Bishop, California 93514 Post Office Box 1236 - Bishop, California 93515 760-873-8458 publicworks@ca-bishop.us
More information