INTRODUCTION GENERAL INSTRUCTIONS TO RESPONDENTS (PUR1001) GENERAL CONTRACT CONDITIONS (PUR 1000) MANDATORY REQUIREMENT

Size: px
Start display at page:

Download "INTRODUCTION GENERAL INSTRUCTIONS TO RESPONDENTS (PUR1001) GENERAL CONTRACT CONDITIONS (PUR 1000) MANDATORY REQUIREMENT"

Transcription

1 Page 1 of 19 ITB 1184 INTRODUCTION The State of Florida's Department of Law Enforcement, hereinafter called the FDLE, State, or Department, Customer, Purchaser intends to obtain competitive sealed bids for Two (2) Each, Used 2006 or Later Model Year Trucks with Representative Model Altec Model #AT37-G or Approved Equivalent Truck Mounted, Insulated, Articulating, Telescoping, Rotating, Vertical Lift Platform System and Service Body Specified for Electrical Applications. Equipment provided must meet the electrical platform requirements of ANSI/SIA A92.2 Vehicle Mounted Elevating and Rotating Aerial Device Standard. GENERAL INSTRUCTIONS TO RESPONDENTS (PUR1001) This section explains the General Instructions to Respondents (PUR 1001) of the solicitation process. Attachment: This is a downloadable document. Please download and save this document to your computer for further review. There is no need to return this document back to the Department of Law Enforcement. GENERAL CONTRACT CONDITIONS (PUR 1000) This section explains the General Contract Conditions (PUR 1000) of the solicitation process. Attachment: This is a downloadable document. Please download and save this document to your computer for further review. There is no need to return this document back to the Department of Law Enforcement. MANDATORY REQUIREMENT The State has established certain requirements with respect to bids to be submitted by bidders. The use of "shall", "must" or "will" (except to indicate simple futurity) in this invitation to bid (ITB) indicates a requirement or condition from which a material deviation may not be waived by the State. A deviation is material if, in the State's sole discretion, the deficient response is not in substantial accord with the ITB requirements, provides an advantage to one bidder over other bidders, has a potentially significant effect on the quantity or quality of items bid, or on the cost to the State. Material deviations cannot be waived. The words "should" or "may" in this ITB indicate desirable attributes or conditions, but are permissive in nature. Deviation from, or omission of, such a desirable feature, will not in itself cause rejection of a bid. MYFLORIDAMARKETPLACE REGISTRATION MyFloridaMarketPlace - Unless exempted under Rule 60A , each vendor doing business with the State of Florida shall submit reports and be assessed a Transaction Fee of one percent (1.0%), on its payments under a Contract, which must be remitted within 40 days after receipt of payment for which such fees are due or the vendor shall pay interest at the rate established under Sec (1), Florida Statutes, on the unpaid balance from the expiration of the 40-day period until the fees are remitted. ADDITIONAL REQUIREMENTS The State of Florida General Terms and Conditions (PUR 1000) and the General Instructions (PUR 1001) are hereby attached and incorporated in their entirety into this ITB. FDLE's Specific Instructions to Respondents modifies and shall take precedence over the State of Florida Form PUR 1001, General Instructions to Respondents.

2 Page 2 of 19 ITB 1184 The Florida Department of Law Enforcement currently does not utilize the State of Florida's MyFloridaMarketPlace (MFMP) e-procurement system for competitive solicitations such as this ITB. Bidders are to manually submit their responses to this ITB to FDLE. Specific references to MFMP usage for this ITB stated in paragraphs 3 and 5 of the State of Florida Form PUR1001, General Instructions to Respondents, are not applicable. The successful Bidder in this ITB process, if not already registered in MFMP, will be required to do so prior to the issuance of the purchase order resulting from this ITB award. SUBMISSION OF MANDATORY FORMS The Cost Proposal Sheet (Attachment A) shall be completed, signed by a representative who is authorized to contractually bind the Bidder, and returned in a separate envelope from the required documentation for vendor qualification. FDLE has provided an ITB CHECKLIST (Attachment C) which provides guidance to the Bidder in assuring that all mandatory information and documents are included. This checklist is to be filled out by the Bidder and returned to FDLE along the required documentation for vendor qualification and the Drug Free Workplace Certificate (Attachment B). Any addenda supplied by the State to participating Bidders shall include an Addenda Acknowledgment Form. This form shall be signed by an authorized representative, dated, and returned with the Cost Proposal Sheet (Attachment A) with this ITB. NOTICE TO CONTRACTOR A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a proposal on a contract to provide any goods or services to a public entity, may not submit a proposal on a contract with a public entity for the construction or repair of a public building or public work, may not submit proposals on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section , Florida Statutes, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list. The State of Florida does not award publicly funded contracts to those who knowingly employ unauthorized alien workers. The Department shall consider this a violation of Section 274A (e) of the Immigration and Nationality Act. Such violation shall be cause for unilateral cancellation of this contract. As required by Section , Florida Statutes (2000) [Chapter , Section 6, Laws of Florida], an entity or affiliate which has been placed on the discriminatory vendor list may not submit a bid or proposal on a contract to provide any goods or services to a public entity, may not submit a bid or proposal on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under contract with any public entity, and may not transact business with any public entity. DISCUSSIONS No negotiations, decisions or actions shall be initiated or executed by the bidder as a result of any discussions with any state employee prior to opening of bids. Prior to opening of bids, bidders are not to divulge bid costs to any employee or representative of the State. Further, bids/proposals submitted to the Department will remain unopened until the time for opening bid/proposal at the Department s Office of General Services. During this period, any discussion by the bidder with any employee or authorized representative of the Department involving cost information will result in rejection of said bidder s

3 Page 3 of 19 ITB 1184 response. Only those communications, which are in writing or electronically submitted from the FDLE s Office of General Services Office, may be considered as a duly authorized expression on behalf of the FDLE. Also, only communications from bidders, which are in writing and signed or electronically submitted, will be recognized by the FDLE as duly authorized expressions on behalf of the bidder. CONTRACTUAL MANDATORY A Bidder s response to this ITB shall be considered as the Bidder s formal offer. The issuance of Purchase Order(s) and/or Contract(s) for the purchase of the commodities and/or services shall constitute the Department's written acceptance of the successful bid and the signed Purchase Order(s) and/or Contract(s) will be forwarded to the successful Bidder. ALTERNATE CONTRACT SOURCES OF COMMODITIES AND SERVICES As provided in Section (16)(a), F.S., other state agencies may purchase from the resulting contract, provided that the Department of Management Services has determined that the contract s use is costeffective and in the best interest of the State. Upon such approval, the Contractor may, at its discretion, sell these commodities or services to additional agencies, upon the terms and conditions contained herein. ADDENDA The FDLE reserves the right to modify this ITB. All addenda to this ITB will be in writing with content and number of pages described to all Bidders. Any addenda or answers to written questions supplied by the FDLE to participating Bidders shall include an Addenda Acknowledgement Form. This form shall be signed by an authorized representative of the Bidder, dated, and returned with the Bidder s response to this ITB. All addenda will be provided via the State Department of Management Services Vendor Bid System (VBS) at website: It is the sole responsibility of the Bidder to monitor the VBS for any addenda issued in reference to this ITB. BID INFORMATION At this time, all questions pertaining to these bid procedures should be addressed to Keith Milton, address, KeithMilton@fdle.state.fl.us. It shall be the responsibility of each bidder to raise any questions prior to bid opening concerning the specifications or bid procedures as written. The written interpretation of the appropriate representative of the Florida Department of Law Enforcement shall prevail. ALL RESPONSES MUST CLEARLY IDENTIFY THE BID NUMBER, TITLE AND OPENING DATE/ OR NO BID ON THE OUTSIDE OF THE RETURNED ENVELOPE BIDS TRANSMITTED BY FACSIMILE WILL NOT BE CONSIDERED. POSTING OF TABULATIONS Bid tabulations will be posted electronically as Agency Decisions on the Department of Management Services Vendor Bid System (see above for website address) as a Public Notice.

4 Page 4 of 19 ITB 1184 The Agency Decisions may be viewed and will remain posted for a period of 72 hours. Failure to file a protest within the time prescribed in Section (3) (b), Florida Statutes, shall constitute a waiver of proceedings under Chapter 120, Florida Statutes. BASIS OF AWARD The award shall be made to the responsive and responsible bidder meeting all of the requirements as specified in this Invitation to Bid at the lowest grand total price for 2006 or later model, less than 65,000 miles and in good condition. To determine the condition of the equipment, Bidder must provide, along with the bid response a written statement documenting that an equipment evaluation has been performed by a representative trained technician or from an independent vendor who has been in business for a minimum of five (5) years, detailing the current used mobile equipment condition, warranty and needed repairs. Failure to report needed repairs on the used mobile equipment evaluation may result in your bid being rejected. Upon request, vendor (must provide documentation of proof) and the work experience credentials of the representative trained technician, performing the used mobile equipment evaluation. Bidder must also provide a recent inspection certifying equipment is in compliance and meets the requirements of the ANSI/SIA A92.2 Vehicle Mounted Elevating and Rotating Aerial Devices Standard. Bids will remain firm for a period of 180 days after bid opening. CERTIFICATION OF A DRUG-FREE WORKPLACE In the event of a tie bid, preference must be given to Bidders submitting a certification with their response to this ITB certifying they have a drug-free workplace in accordance with Section , Florida Statutes. (See Attachment B) SPECIAL ACCOMMODATIONS Any person with a qualified disability shall not be denied equal access and effective communication regarding any ITB documents or the attendance at any related meeting or ITB opening. If accommodations are needed because of a disability, please contact the FDLE Purchasing Office at (850) ITB TIMELINE Listed below are the important ITB events and dates that each event will take place or must be completed by. FDLE may make changes to any of these events and/or dates, with Bidders being notified by written addendum. DATE April 19, 2010 May 4, 2010 EVENT Release ITB via State/DMS Vendor Bid System (VBS) Mandatory Advertisement Period Bidders have 72 business hours from release of this ITB to protest and/or request changes to the solicitation documents by 5:00 pm, Eastern Standard time (EST) on April 22, 2010 Bidders responses to ITB due to FDLE Public opening and reading of cost from Bidders who have submitted bids. Time/Location: 2:30 pm, FDLE s Headquarters Building, 2331 Phillips Road,

5 Page 5 of 19 ITB 1184 May 11, 2010 On or about May 14, 2010 Tallahassee, Florida AWARD POSTING: FDLE s intended ITB award to selected Bidder. Award posting to be on State/DMS Vendor Bid System for a mandatory 72 business hours beginning at 2:30 pm, EST Issue Purchase Order to Awarded Bidder(s) COST PROPOSAL SHEET ATTACHMENT A Any discussion by the Bidder with any employee or representative of the Department involving cost information will result in rejection of said bidder s proposal. Cost Proposals shall be submitted in the format specified in Attachment A. FORMAT AND NUMBER OF COPIES Bids shall be submitted in two (2) printed copies, one of which must be marked as the Master, and contain an original signature of a company representative with the authority to contractually bind the Vendor. ITB PACKAGING AND MAILING/SUBMISSION REQUIREMENTS Bidders shall submit hard copy written bids that address each of the requirements specified in this ITB. Bidder shall provide sufficient information to enable FDLE to make a fully informed decision. The ITB package must be clearly marked as follows: ITB 1184 and addressed to: Keith Milton, Purchasing Analyst FDLE/Office of General Services 2331 Phillips Road Tallahassee, FL Phone # Fax # Keithmilton@fdle.state.fl.us. Note: If ITB package is not addressed as required above, FDLE cannot assure its timely delivery. FAILURE TO INCLUDE ANY INFORMATION OR DOCUMENTATION REQUESTED WITHIN THIS ITB MAY LEAD TO REJECTION OF THE ITB FOR NON-RESPONSIVENESS. IF YOU ARE UNSURE OF THE REQUIRED INFORMATION OR DOCUMENTATION, ASK FDLE. DO NOT MAKE ASSUMPTIONS.

6 Page 6 of 19 ITB 1184 PURPOSE SPECIFICATIONS AND SCOPE OF WORK The Florida Department of Law Enforcement is interested in obtaining competitive sealed bids from qualified vendors for the purchase of Two (2) Each, Used 2006 or Later Model Year Trucks with Representative Model Altec Model #AT37-G or approved equivalent Truck Mounted, Insulated, Articulating, Telescoping, Rotating, Vertical Lift Platform System and Service Body Specified for Electrical Applications. Equipment provided must meet the electrical platform requirements of ANSI/SIA A92.2 Vehicle Mounted Elevating and Rotating Aerial Device Standard and must be equipped with the minimum base equipment specifications listed below. Awarded vendor will allow qualified FDLE technical representative, or outside vendor perform and document an equipment evaluation detailing equipment condition and needed repairs as per Department of Management Services, Policy Number, Bureau of Motor Vehicles & Watercraft Management prior to acceptance and payment of used mobile equipment. Current service records documenting mileage readings will be made available upon request from purchaser. SPECIFICATIONS FOR TWO (2) USED 2006 OR LATER MODEL YEAR TRUCKS WITH REPRESENTATIVE MODEL ALTEC MODEL #AT37-G OR APPROVED EQUIVALENT TRUCK MOUNTED, INSULATED, ARTICULATING, TELECOPING, ROTATING, VERTICAL LIFT PLATFORM SYSTEM AND SERVICE BODY SPECIFIED FOR ELECTRICAL APPLICATIONS This specification is to set forth the specific requirements for a (35/37) foot to bottom of platform, hydraulic operated, telescopic aerial device equipped with single platform and with a steel line service body mounted on an appropriate chassis/cab. These insulating aerial device requirements shall also include an insulating lower arm insert, insulating telescopic upper boom and a dielectrically tested insulating control handle, with upper control isolation system at the boom tip, offering an additional layer of secondary dielectric protection for the operator. GENERAL SPECIFICATIONS: 1. Thirty-seven (37)-foot telescopic articulating aerial device with an insulating lower arm, insulating telescopic upper boom and a dielectrically tested insulating control handle, with upper control isolation system at the boom tip, for installation behind chassis cab, built in accordance to these standard specifications and to include the following features: A. Ground to Bottom of Platform Height: 37.5 feet at 11.3 feet from centerline of rotation (11.4 m at 3.4 m) B. Working Height 42.5 feet (13.0 m) C. Maximum Reach to Edge of Platform: 28.3 feet at 14.4 foot platform height (8.6 m at 4.3 m ) D. Pedestal: Post type pedestal design with large service openings. Pedestal consists of fixture welded steel tubing inch (273 mm) diameter. The 1.0 inch (25.4 mm) top plate of the pedestal is machined after welding to provide a rigid, flat mounting surface for the rotation bearing. This extends the life of the bearing and reduces life cycle cost. The pedestal is bolted to a quick mount interface frame which is attached to the chassis frame utilizing a bolt-on technique. E. Rotation: 370 noncontinuous rotation is provided by worm gear drive, equipped with

7 Page 7 of 19 ITB 1184 extended shaft for manual rotation, driving a shear ball bearing rotation gear. Continuous rotation required. The fully adjustable rotation drive assembly includes an external eccentric ring adjustment of the gearbox pinion gear to the main rotation bearing, permitting the ability to easily adjust backlash, reduce boom side play and ensure proper tooth contact over the life of the unit. This reduces life cycle cost. F. Turntable: Steel fixture-welded structure with a 1.0 inch (25.4 mm) steel bottom plate. The bottom plate of the turntable is machined after welding to ensure a flat mounting surface for the rotation bearing. A steel ring is welded to the bottom plate to stiffen the plate and to protect the rotation bearing. For ease of maintenance, hydraulic valving is located on the side of the turntable and protected by a metal guard. G. Articulating Arm: Tubular steel structure with insulating fiberglass insert. The articulating arm is designed so that the articulating arm and telescopic boom are compensating. By raising the articulating arm only, the arm and telescopic boom maintain the same relative angle with the ground. By raising the articulating arm in conjunction with the telescopic boom the operator is able to position himself more quickly and easily into the work area. H. Lift Cylinders: The rod eye is welded to the rod while the blind end of the cylinder is of cast steel, one piece design, which utilizes cartridge-type, bi-directional counter-balance holding valves. Non-lubricated type bushings are used at each end of the cylinder. I. Telescopic Boom: Fabricated, reinforced steel with a round centrifugally cast, high density fiberglass insulator. Insulator provides 12 inches (305 mm) of isolation in the lower boom section. The inner surface of the fiberglass insulator has a wax coating molded in during manufacture to provide a dry, smooth inner surface which will cause moisture to bead. The outer surface has a smooth gel coat finish. J. Telescopic Upper Boom Section: Rectangular filament wound fiberglass, providing a minimum of 8.0 in (203 mm) of isolation when retracted and 35 inches (889 mm) when extended. The inner surface of the fiberglass boom has acrylic polyurethane applied to provide a dry, smooth inner surface which will cause moisture to bead. The outer surface has a smooth gel coat finish. K. Telescopic Boom Articulation: -25 degrees to +75 degrees. This is important because it allows the platform to be placed below grade when the boom is extended. This allows the operator to access the platform from the ground very close to the side of the body or access the platform from the ground even on uneven terrain such as off the side of a roadbed. L. Telescopic Boom Pivot Pin: high strength chrome plated steel with self-lubricating, replaceable, non-metallic bearings. M. Telescopic Upper Boom Extension: The upper boom section is extended and retracted by a double acting hydraulic cylinder installed within the booms. The boom extends and retracts over slide bearings located in the end of the lower boom section. N. Platform Leveling System: The platform is leveled by hydraulic leveling means, contained within the telescopic boom and designed to maintain the dielectric integrity of the aerial device. Controls for leveling and tilting the platform are located at the platform. Leveling for the platform includes two double acting cylinders incorporating counterbalance load holding valves to lock the platform in the event of hydraulic line failure. Cylinders are located at the platform and at the riser structure between the articulating arm and telescopic boom. The master-slave action of the cylinders maintains a level platform throughout the full range of boom articulation. O. Platform: Totally enclosed, fiberglass.

8 Page 8 of 19 ITB 1184 P. The dielectrically tested, insulating upper control system includes the following boom tip components that can provide an additional layer of secondary electrical contact protection. 1. Control Handle: A single handle controller incorporating high electrical resistance components that is dielectrically tested to 40 kv AC with no more than 400 microamperes of leakage. The control handle is green in color to differentiate it from other non-tested controllers. The handle also includes an interlock guard that reduces the potential for inadvertent boom operation. 2. Auxiliary Control Covers: Non-tested blue silicon covers for auxiliary controls. 3. Control Console: Non-tested non-metallic control console plate. 4. Boom Tip Covers: Non-tested non-metallic boom tip covers. The covers are not dielectrically tested, but they may provide some protection against electrical hazards. Q. Controls: The Control System for all models is a full pressure type, operating at 2,400 psi (166 bars) maximum. The upper control, located at the platform, consists of a single handle control of the tiller type. The single handle control, through an insulating linkage, actuates valves in the control head to actuate the boom. The controls provide fine metering capability and allow the operator to make simultaneous multiple boom movements. The single handle control activates Lower Boom--Up and Down, Upper Boom Extend/Retract, and Rotation-- Clockwise/Counter-clockwise. Unit rotation is accomplished by moving the control from side to side similar to a tiller. An additional separate control activates the Articulating Arm Up/Down. The articulating arm control is mechanically locked to prevent accidental actuation and does not require the actuation of the trigger on the single handle control. Conventional multiple lever ground controls located on the turntable include an upper control override. R. Manual Lowering Valve: A valve located at the boom tip, easily accessible by the operator without having to remove any covers allows the lower boom to be lowered in the case of engine or hydraulic system failure. S. Hydraulic Tool Circuit: Control easily accessible to the operator activates the tool circuit which provides 5.0 gpm (18.9 lpm) at 2,000 psi (138 bar) One set of HTMA quick disconnect couplings is located in a protected location inside the control cover at the platform. T. Back-up Alarm, installed. U. Diagnostic Pressure Test Quick Disconnect Couplings: are located at the turntable to allow a mobile service technician to quickly and easily attach a test gauge to verify system and tool circuit pressure. This reduces life cycle cost. V. ISO 9001: This aerial device is designed in a facility that is certified to meet ISO 9001 requirements. W. ANSI Category C, 46 kv and below dielectric rating. X. Manuals: Two (2) Operator s and two (2) Maintenance/ Parts manuals containing instructional markings indicating hazards inherent in the operation of an aerial device. Y. Paint: Painted white with a Powder Coat Paint Process which provides a finish-painted surface that is highly resistant to chipping, scratching, abrasion and corrosion. Paint is electrostatically applied to the inside as well as outside of fabricated parts then high temperature cured prior to assembly ensuring maximum coverage and protection UNIT 2. Thirty-seven (37)-foot Aerial Device with insulating articulating arm and continuous rotation. Articulating arm includes a rectangular filament wound fiberglass insulator. The insulator

9 Page 9 of 19 ITB 1184 provides 12.0 inches (305 mm) of isolation in the articulating arm. The inner surface of the filament wound fiberglass insulator has acrylic polyurethane applied to provide a dry, smooth inner surface which will cause moisture to bead. The outer surface has a smooth gel coat finish. The compensating link is centrifugally cast round fiberglass construction which has a smooth gel coat outer surface. PEDESTAL 3. Post type pedestal design with large service openings. Pedestal consists of fixture welded steel tubing inch (273 mm) diameter. The 1.0 inch (25.4 mm) top plate of the pedestal is machined after welding to provide a rigid, flat mounting surface for the rotation bearing. RESERVOIR 4.1 Reservoir, 7 gallon (26.5 L) capacity, located at the right front of the cargo area and installed on the pedestal. PLATFORM 5. Single one man side-mounted platform. Platform is 24 x 30 x 42 inches high (610 x 762 x 1067 mm), rated at 350 pounds (159 kg) capacity, and rotates hydraulically 90 from the side to the end of the boom. PLATFORM COVER 6. Soft platform cover for one man platform, 24 x 30 inches (610 x 762 mm) PLATFORM LINER 7. Polyethylene platform liner for one man platform, 24 x 30 inches (610 x 762 mm), 50 kv rating (minimum) INCREASED PLATFORM CAPACITY 8. Increased platform capacity, increases the platform capacity by 50 pounds (23 kg) CONTROLS 9. Platform Leveling Control at lower controls START/STOP AND SECONDARY STOWAGE SYSTEM 10.1 Secondary Stowage System, 12 VDC electric powered. Includes pump and motor, operates from chassis battery. Control is captive air operated from the platform and toggle switch operated from the lower controls. This option allows the operator to completely stow the booms and platform in a situation wherein the primary hydraulic source fails Engine Start/Stop. Control is captive air operated from the platform and toggle switch operated from the lower controls Engine start/stop with emergency operating system, 12 VDC electric powered. Includes pump and motor, operates from chassis battery. Control is captive air operated from the platform and toggle switch operated from the lower controls. This option allows the operator to completely stow the booms and platform in a situation wherein the primary hydraulic source fails.

10 Page 10 of 19 ITB 1184 UNIT AND HYDRAULIC ACCESSORIES 11.1 Scuff pad for 24 x 30 inch (610 x 762 mm) platform liner to protect liner floor 11.2 Hydraulic oil and lubricants 11.3 Engine belt driven hydraulic pump with switch located on chassis dash includes indicator light 11.4 Vane or gear type hydraulic pump installed in conjunction with power takeoff 11.5 Power Distribution Module is a compact self-contained electronic system that provides a standardized interface with the chassis electrical system. The Power Distribution Module (PDM) is composed of a main board, approximately 12.0 x 13.0 inches (305 x 330 mm), designed to be mounted behind the driver s seat, inside the cab. Additional modules plug in to accommodate various options such as engine start/stop, variable throttle control, power take off, interface with Allison World transmission, and engine speed control module for specific engines and chassis. In addition to the above potential options, the PDM also provides up to 16 accessory circuits to be used for controlling other customer specified electrical components. The PDM includes built in test capabilities and diagnostic input, output and status LED s to quickly assess the PDM s performance. All components are circuit board mounted to facilitate replacement and reduce repair time should it be required Power take-off installed in conjunction with transmission 11.7 Torsion bar stabilizer installed on rear axle and front axles BODY AND ACCESSORIES A. Body: Fabricated from A40 grade 100% zinc alloy coated steel with the following minimum gauge thickness: 16 gauge outside panels 16 gauge top panels 14 gauge end panels 20 gauge inner door panels 18 gauge outer door panels 18 gauge shelving, spangled steel 14 gauge wheel panels 12 gauge steel floor, formed checker plate Structural channel cross members B. Body Dimensions: 94 inch outside width 18 inch compartment depth 58 inch floor width C. Compartmentation Curb side: First Vertical Six (6) adjustable locking swivel material hooks. Horizontal Vacant with exception of through shelf. Rear Vertical - Two (2) adjustable shelves with removable dividers on 4 inch centers Through Shelf full length with two (2) hot stick brackets and rear access door D. Compartmentation - Street side:

11 Page 11 of 19 ITB 1184 First Vertical - Two (2) adjustable shelves with removable dividers on four (4)-inch centers Horizontal - One (1) removable shelf with removable dividers on eight (8)-inch centers Rear Vertical - Six (6) adjustable locking swivel material hooks. E. Body: Fabricated from A40 grade 100% zinc alloy coated steel with the following minimum gauge thickness: 16 gauge outside panels 16 gauge top panels 14 gauge end panels 20 gauge inner door panels 18 gauge outer door panels 18 gauge shelving, spangled steel 14 gauge wheel panels 12 gauge steel floor, formed checker plate Structural channel cross members F. Compartmentation Curb side: First Vertical Six (6) adjustable locking swivel material hooks Second Vertical Six (6) adjustable locking swivel material hooks Horizontal One (1) adjustable shelf with removable dividers on eight (8)-inch centers Rear Vertical - Two (2) adjustable shelves with removable dividers on four (4)-inch centers Through Shelf full length with two (2) hot stick brackets and rear access door D. Compartmentation - Street side: First Vertical Two (2) adjustable shelves with removable dividers on four (4)-inch centers Second Vertical Two (2) adjustable shelves with removable dividers on four (4)-inch centers Horizontal One (1) adjustable shelf with removable dividers on eight (8)-inch centers Rear Vertical Six (6) adjustable locking swivel material hooks. E. Standard Features: Basic body fabricated from A40 grade 100% zinc alloy coated steel. All doors are full, double paneled, self-sealed with built-in drainage. Electro-zinc plated, steel hinge rods extend full length of door. Door hinges are zinc alloy material attached with rivets. All doors contain zinc plated flush type, single point paddle type locks with recessed handles, including keyed locks and adjustable two-stage strikers. Door handles are riveted to the outer door panel. Back panel has opening for easy access. Heavy-gauge welded steel base construction with safety tread floor. Door header drip rail at top for maximum weather protection. Metal formed painted Automotive under seal applied to entire understructure.

12 Page 12 of 19 ITB 1184 Prime painted Automotive type non-porous door seals mechanically fastened to the door facing. Wheel chock holders installed one (1) each side of body in fender panel Drop-in 2x6-inch pressure treated wooden tailboard Master body security locking system Gas Cylinders for all vertical doors Rotary Paddle Latches on all doors Chains on Horizontal doors Latch cover on Horizontal door F. Body Accessories: Twenty-nine (29)-inch tail shelf with wheel chock holders, one each side. Grab handles, installed one on curbside rear corner of tail shelf and one on rear vertical curbside corner of the body. Cable step installed at curbside rear corner of tail shelf. Boom storage support installed at street side rear of cargo area. Installed as close to street side cargo area wall as feasible to maximize access to cargo area. Platform rest, rubber tube type. Installed directly on tail shelf, bolted and positioned under platform for support of platform during transit. Splash aprons (mud flaps) installed behind rear tires. One each side of body. Torsion bar installed in conjunction with rear axle. Torsion bar installed in conjunction with front axle. Triangular reflector kit. Five (5)-pound fire extinguisher with mounting bracket, shipped loose Pintle hook installed on the frame extension. To also include two (2) safety chain eyes installed one each side of pintle hook. G. Electrical Lights and reflectors in accordance with FMVSS lighting package, installed Wire compartment lights to dash mounted switch. Trailer Receptacle, installed at rear

13 Page 13 of 19 ITB 1184 Amber strobe light installed on post at left front of cargo area with master switch and indicator light installed in cab. Strobe light is to be visible from the front and rear of the vehicle. Spotlight installed on driver s side A pillar Outrigger Motion Alarm: Provides audible alarm when any of the outriggers are in motion. Backup alarm, installed at rear. Hour meter installed to record PTO operating hours CHASSIS 2006 Model Year or Later, Ford Super Duty F-550 Cab and Chassis, single rear axle or approved equivalent Required Features: Wheelbase: inches with 60 CA Chassis Frame: 36,000 psi steel, single channel with 10.1 SM Front Axle Rating: 6,000 pounds, minimum Rear Axle Rating: GVWR (Gross Vehicle Weight Rating): 15,000 pounds, minimum Front Axle: Dana 50 with 6,000 pound capacity or approved equivalent, minimum Front suspension: 6,000 pounds capacity Rear Axle: Dana 80 with 11,000 pounds capacity or approved equivalent, minimum Rear suspension: 11,000 pounds capacity Brakes: Hydraulic Engine: 6.0 L diesel, minimum Transmission: Ford 4R100 4 speed automatic with PTO opening or approved equivalent Alternator: 110 amp Paint: cab-white; frame-black enamel; wheels-white Mounting Aerial Device, Brace for Stowage of Boom Painting Aerial Device white with a Powder Coat Paint Process which provides a finishpainted surface that is highly resistant to chipping, scratching, abrasion and corrosion. Paint is electro-statically applied to the inside as well as outside of fabricated parts then high temperature cured prior to assembly ensuring maximum coverage and protection Painting body and accessories white with urethane enamel Safety and Instructional Signs, installed DOT certification of completed vehicle

14 Page 14 of 19 ITB 1184 WARRANTY The vendor shall warrant all components of its manufacture and design for a minimum of six (6) months following the date of acceptance and will replace to the FDLE any part to be faulty in manufacturer, design or workmanship. The warranty shall include parts and labor performed at a qualified service location in Florida. Warranty on structural integrity on the following major components is to be warranted for so long as the initial purchaser owns the product: Booms, boom articulation links, hydraulic cylinder structures, outrigger weldments, pedestals, sub bases and turntables. MANUALS Awarded vendor will provide a copy of the manufacturer s operator, lubrication/maintenance, safety and repair/parts manuals for each unit. PREPARATION FOR PICK-UP AND ACCEPTANCE Both units shall be properly serviced, clean and in first class operating condition upon pick-up from the awarded vendor s location. Pre-delivery service shall include, at a minimum, the following: 1. Change engine oil & filter. 2. Replace air cleaner, water separator & fuel filters. 3. Change hydraulic, transmission fluid and filters as per manufacturer s recommended service interval based on machine hours of operation and work environment (if applicable). 4. Drain and refill rear differential per manufacturer s recommended service interval based on machine hours of operation and work environment. 5. Inspect brake system and repair as needed to ensure safe operation of equipment during transit on highways. 6. Service cooling system with proper ratio of permanent antifreeze, rust inhibitor additive & water for season and area of operation, to include replacement of engine temperature thermostat. Inspect and replace engine cooling and heater hoses per manufacturers recommendations. 7. Inspect and replace engine and accessory drive belts per manufacturers recommendations. 8. Complete lubrication to include inspection of driveline. 9. Check all fluid levels to assure proper fill. 10. Inspect and replace windshield wiper blade assemblies as needed. 11. Adjustment of engine to proper operating conditions. Example: Fuel injector pump timing, etc. 12. Inspect and inflate tires to proper air pressure. Note: Tires with excessive wear, sidewall cracks or defects shall be replaced prior to delivery of equipment by awarded vendor. 13. Check to ensure proper operation of all accessories, gauges, lights, and mechanical features. 14. Cleaning of equipment. 15. Damaged or leaking hydraulic hoses will be replaced prior to delivery of equipment by awarded vendor. 16. Inspection and replacement of damaged or missing manufacturer maintenance service, safety and machine identification decals. 17. Axle alignment: Trucks shall be aligned in accordance with the chassis manufacturer s recommended specifications for the caster, camber, toe-in and

15 Page 15 of 19 ITB 1184 tracking. The alignment shall include allowances for payload. 18. Awarded vendor to provide purchaser completed service document identifying vendor and service date. 19. Provide current copy of electrical certification inspection in compliance with ANSI/SIA A92.2 Vehicle Mounted Elevating and Rotating Aerial Devices Standard 20. Equipment must be operated and performance tested to ensure needed repairs have been satisfactorily completed prior to delivery of equipment by awarded vendor. A written statement detailing used vehicle condition, warranty and needed repairs must accompany bid response. At the time of pick-up, the equipment will be thoroughly inspected for compliance with the enclosed specifications. Items found non-compliant will be corrected by supplier and brought into compliance before final acceptance. STANDARDS The equipment shall comply with all Motor Vehicle Safety Standards as established by the U.S. Department of Transportation, all safety requirements of the latest issues of ANSI Standards and OSHA Standards, and all other Federal and State of Florida legal requirements and safety standards. PERSONNEL TRAINING Bidder is to a supply on-site training program. The services of a factory technician or technicians, thoroughly trained in the use and operation of the equipment, shall be furnished for a period of not less than two (2) days, to instruct personnel in the use, operation and maintenance, as required by ANSI/SIA 8.12, after the machine has been delivered, ready for operation but prior to payment. The electrical safety instruction shall include, but not be limited to, proper grounding procedures for the vehicle. Instruction shall identify potentially hazardous situations that can occur when working in the vicinity of high voltage lines, and how these situations can be prevented or reduced. This is to be performed at the delivery location on the Purchase Order..

16 Page 16 of 19 ITB 1184 BASIS OF AWARD COST PROPOSAL SHEET ATTACHMENT A The award shall be made to the responsive and responsible bidder meeting all of the requirements as specified in this Invitation to Bid at the lowest grand total price for 2006 or later model, less than 65,000 miles and in good condition. To determine the condition of the equipment, Bidder must provide, along with the bid response a written statement documenting that an equipment evaluation has been performed by a representative trained technician or from an independent vendor who has been in business for a minimum of five (5) years, detailing the current used mobile equipment condition, warranty and needed repairs. Failure to report needed repairs on the used mobile equipment evaluation may result in your bid being rejected. Upon request, vendor (must provide documentation of proof) and the work experience credentials of the representative trained technician, performing the used mobile equipment evaluation. Bidder must also provide a recent inspection certifying equipment is in compliance and meets the requirements of the ANSI/SIA A92.2 Vehicle Mounted Elevating and Rotating Aerial Devices Standard.. Two (2) Each, Used 2006 or Later Model Year Trucks with Representative Model Altec #AT37-G or Approved Equivalent Truck Mounted, Insulated, Articulating, Telescoping, Rotating, Vertical Lift Platform System and Service Body Specified for Electrical Applications $ Each Grand Total $ BY AFFIXING MY SIGNATURE ON THIS ITB, I HEREBY STATE THAT I HAVE READ ALL BID TERMS, CONDITIONS AND SPECIFICATIONS AND AGREE TO ALL TERMS, AND CONDITIONS, PROVISIONS, AND SPECIFICATIONS; AND I CERTIFY THAT I WILL PROVIDE, AND DELIVER TO THE LOCATIONS SPECIFIED IN THE PROPOSAL. AUTHORIZED REPRESENTATIVE: NAME AND TITLE: (Signature) (Print or Type) COMPANY: ADDRESS: CITY, STATE AND ZIP: PHONE:

17 Page 17 of 19 ITB 1184 FAX: ADDRESS: FEDERAL EMPLOYER IDENTIFICATION NUMBER:

18 Page 18 of 19 ITB 1184 ATTACHMENT B DRUG FREE WORKPLACE CERTIFICATE IDENTICAL TIE PROPOSALS - Preference shall be given to businesses with drug free workplace programs. Whenever two or more proposals which are equal with respect to price, quality, and services are received by the State or by any political subdivision for the procurement of commodities or contractual services, a proposal received from a business that certifies that it has implemented a drug-free workplace program shall be given preference in the award process. Established procedures for processing tie proposals will be followed if none of the tied vendors have a drug-free workplace program. In order to have a drug-free workplace program, a business shall: 1) Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. 2) Inform employees about the dangers of drug abuse in the workplace, business s policy of maintaining a drug-free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties, that may be imposed upon employees for drug abuse violations. 3) Give each employee engaged in providing the commodities or contractual services that are under proposal a copy of the statement specified in subsection (1). 4) In the statement specified in subsection (1), notify the employees that, as a condition of working on the commodities or contractual services that are under proposal, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to, any violation of Chapter 893, Florida Statutes or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later that (5) five days after such conviction. 5) Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee s community, by any employee who is so convicted. 6) Make a good faith effort to continue to maintain a drug-free workplace through implementation of this section. As the person authorized to sign the statement, I certify that this firm complies fully with the above requirements. VENDOR S SIGNATURE

19 Page 19 of 19 ITB 1184 CHECKLIST ATTACHMENT C For your convenience, we offer the following checklist of items that must be returned by the response deadline listed in the ITB timeline. FAILURE TO INCLUDE ANY INFORMATION OR DOCUMENTATION REQUESTED WITHIN THIS CHECKLIST MAY LEAD TO REJECTION OF THE BID FOR NON- RESPONSIVENESS. 1. Attachment A Cost Proposal Sheet. 2. Attachment B - Certification of a Drug Free Workplace/Tie Proposal. 3. Addendum Acknowledgment form(s), signed (if applicable). 4. Any other applicable information. 5. Written statement documenting that an equipment evaluation has been performed by a representative trained technician or from an independent vendor who has been in business for a minimum of five (5) years, detailing the current used mobile equipment condition, warranty and needed repairs must accompany bid response to determine condition of equipment. PLEASE INCLUDE ANY APPLICABLE ADDENDUM ACKNOWLEDGMENTS

Office of Attorney General February 12, 2014

Office of Attorney General February 12, 2014 Office of Attorney General February 12, 2014 SPECIFICATIONS FOR A (40) FOOT INSULATED TELESCOPIC/ARTICULATING AERIAL DEVICE MODEL YEAR 2010 OR NEWER WITH LESS THAN 50,000 MILES This specification is to

More information

SPECIFICATIONS FOR A 37 FOOT HYDRAULIC TELESCOPIC AERIAL DEVICE

SPECIFICATIONS FOR A 37 FOOT HYDRAULIC TELESCOPIC AERIAL DEVICE SPECIFICATIONS FOR A 37 FOOT HYDRAULIC TELESCOPIC AERIAL DEVICE This specification is to set forth the specific requirements for a 37 foot to bottom of platform, hydraulic operated, telescopic aerial device

More information

SPECIFICATIONS FOR TRUCK EQUIPPED WITH AERIAL LIFT AND SERVICE BODY Pennsylvania Department of Military and Veteran Affairs

SPECIFICATIONS FOR TRUCK EQUIPPED WITH AERIAL LIFT AND SERVICE BODY Pennsylvania Department of Military and Veteran Affairs Page 1 of 5 SPECIFICATIONS FOR TRUCK EQUIPPED WITH AERIAL LIFT AND SERVICE BODY Pennsylvania Department of Military and Veteran Affairs Insulated Telescopic Articulating type aerial lift with the following

More information

CITY OF ELKO, NEVADA REQUIREMENTS, SPECIFICATIONS AND CONTRACT DOCUMENTS TO FURNISH

CITY OF ELKO, NEVADA REQUIREMENTS, SPECIFICATIONS AND CONTRACT DOCUMENTS TO FURNISH CITY OF ELKO, NEVADA REQUIREMENTS, SPECIFICATIONS AND CONTRACT DOCUMENTS TO FURNISH July 2016 CITY OF ELKO FACILITIES DEPARTMENT SET NO.. TABLE OF CONTENTS Invitation to Bid... 1 Bidding Information...

More information

INSULATED TELESCOPING AERIAL DEVICE SPECIFICATIONS Van Mounted 31July2002

INSULATED TELESCOPING AERIAL DEVICE SPECIFICATIONS Van Mounted 31July2002 INSULATED TELESCOPING AERIAL DEVICE SPECIFICATIONS Van Mounted 31July2002 It is the intent of the following specifications to set minimum requirements for an INSULATED 29 foot bottom of platform, 34 foot

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

Rochelle Municipal Utilities Specifications for a Hydraulically Actuated Digger Derrick

Rochelle Municipal Utilities Specifications for a Hydraulically Actuated Digger Derrick November 5, 2012 Rochelle Municipal Utilities Specifications for a Hydraulically Actuated Digger Derrick This specification is to set forth the specific requirements for a new Hydraulically Actuated Rotating

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

Item Description Qty Price. Unit

Item Description Qty Price. Unit Quote Number: 42260-4 August 2, 20 Our 82nd Year Bill To: CITY OF GEORGETOWN (TX) PO BOX 409 GEORGETOWN, TX 78627-0409 US CITY OF GEORGETOWN (TX) PO BOX 409 GEORGETOWN, TX 78627-0409 United States Altec

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

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

DEKALB COUNTY HIGHWAY DEPARTMENT AERIAL LIFT TRUCK

DEKALB COUNTY HIGHWAY DEPARTMENT AERIAL LIFT TRUCK DEKALB COUNTY HIGHWAY DEPARTMENT AERIAL LIFT TRUCK Sealed proposals for the purchase of One (1) New Aerial Lift Truck will be received by the Highway Committee of the DeKalb County Board until 10:00 AM

More information

ADDENDUM NO. 2 DATE: March 3, BID TITLE: Replacement of Two (2) Twenty Ton Overhead Crane Hoists, Trolley Packages, and Associated Equipment

ADDENDUM NO. 2 DATE: March 3, BID TITLE: Replacement of Two (2) Twenty Ton Overhead Crane Hoists, Trolley Packages, and Associated Equipment FLORIDA DEPARTMENT OF TRANSPORTATION Procurement Office 605 Suwannee Street, MS 20 Tallahassee, Florida 32399-0450 Phone: (850) 414-4381 Fax: (850) 414-4951 ADDENDUM NO. 2 DATE: March 3, 2016 RE: BID #:

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

Request for Proposal. Articulated Loader

Request for Proposal. Articulated Loader Request for Proposal Articulated Loader April 17, 2017 1 City of Fargo Request for Proposal The City of Fargo is requesting proposals for (2) Articulated Loaders. Sealed proposals will be received by the

More information

BID 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

AT37G 37 FT AT41M 41 FT TA50 50 FT AN55E- OC 55 FT LR FT Options

AT37G 37 FT AT41M 41 FT TA50 50 FT AN55E- OC 55 FT LR FT Options AT37G AT41M TA50 AN55E- OC LR7-60 Options 37 FT 41 FT 50 FT 55 FT 60 FT PRICING PAGE Aerial Units Contract end Date 11-30-17 Vendor Name: Altec Industries Inc. Contact Person: Clint Bitting Street Address:

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

3.2 UTLI41A AND UTLI46A GENERAL SPECIFICATIONS

3.2 UTLI41A AND UTLI46A GENERAL SPECIFICATIONS 3.2 UTLI41A AND UTLI46A GENERAL SPECIFICATIONS The UTEM SkyTel UTLI41A or UTLI46A is an insulated telescoping aerial lift available with either a side mounted single man platform or an end mounted single

More information

ADDENDUM NO. 1. April 6, Project: Gas and Diesel Bid for School System Stations

ADDENDUM NO. 1. April 6, Project: Gas and Diesel Bid for School System Stations Livingston Parish Public Schools Excellence in Education! 13909 Florida Boulevard P.O. Box 1130 Livingston, Louisiana 70754-1130 Phone: (225) 686-7044 Fax: (225) 686-3052 Website: www.lpsb.org John Watson

More information

Purchasing Department Finance Group INVITATION TO BID

Purchasing Department Finance Group INVITATION TO BID Purchasing Department Finance Group September 30, 2013 INVITATION TO BID The City of Norwalk is soliciting bids for the purchase of one (1) Aerial Lift Truck for the Department of Public Works. Below is

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

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 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

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

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

STATE OF MINNESOTA EQUIPMENT SPECIFICATION. SPECIFICATION: September 2012 Page 1 SINGLE AXLE CAB & CHASSIS

STATE OF MINNESOTA EQUIPMENT SPECIFICATION. SPECIFICATION: September 2012 Page 1 SINGLE AXLE CAB & CHASSIS STATE OF MINNESOTA EQUIPMENT SPECIFICATION SPECIFICATION: 330-912 September 2012 Page 1 1.0 SCOPE SINGLE AXLE CAB & CHASSIS This unit shall be a currently advertised production model as modified per specifications

More information

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

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 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

Notice is hereby given of the following changes and questions and answers to the above referenced Bid:

Notice is hereby given of the following changes and questions and answers to the above referenced Bid: FLORIDA DEPARTMENT OF TRANSPORTATION Procurement Office Joyce Plummer Joyce.plummer@dot.state.fl.us 605 Suwannee Street, MS 20 Tallahassee, Florida 32399-0450 Phone: (850) 414-4568 ADDENDUM NO. 3 DATE:

More information

Aerial Units. Contract end Date

Aerial Units. Contract end Date Aerial Units Contract end Date 09-30-18 Vendor Name: Altec Industries Inc. Contact Person: Clint Bitting Street Address: 1255 Port Terminal Drive P.O. Box: NA City, State, Zip Duluth, MN 55408 Phone #:

More information

~TEREX Utilities 200 Edenway. White House, TN, Phone: Fax:

~TEREX Utilities 200 Edenway. White House, TN, Phone: Fax: ~TEREX Utilities 200 Edenway. White House, TN, 37188 Phone: 800-672 4911 Fax: 615-672-0733 Tallahassee Electric Operation 2602 Jackson Bluff Rd Tallahassee FL 32301 Phone: 850-891-5531 Fax: 850-891-5162

More information

INSTRUCTIONS TO BIDDERS AND SPECIFICATIONS FOR A 7-8 CUBIC YARD DUMP TRUCK

INSTRUCTIONS TO BIDDERS AND SPECIFICATIONS FOR A 7-8 CUBIC YARD DUMP TRUCK INSTRUCTIONS TO BIDDERS AND SPECIFICATIONS FOR A 7-8 CUBIC YARD CITY OF FOREST 120, SOUTH DAVIS ST P.O. BOX 298 FOREST, MS. 39074 RE: One or More New Dump Truck, Purchase And / Or Lease Purchase Financing.

More information

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

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

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

More information

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

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

More information

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

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

THE CORPORATON OF THE TOWN OF MIDLAND VEHICLE TOWING AND POUND SERVICES 2018/2019 TENDER L

THE CORPORATON OF THE TOWN OF MIDLAND VEHICLE TOWING AND POUND SERVICES 2018/2019 TENDER L THE CORPORATON OF THE TOWN OF MIDLAND VEHICLE TOWING AND POUND SERVICES 2018/2019 TENDER L04-54474 MAY, 2018 TOWN OF MIDLAND TENDER VEHICLE TOWING AND POUND SERVICES SEALED TENDERS will be received until

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

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

Community Unit School District # Church St Loami, IL

Community Unit School District # Church St Loami, IL Community Unit School District #16 212 Church St Loami, IL 62661 217-624-2541 71-Passenger Conventional School Bus Bid Proposal Sheet Bid Submission Deadline February 13, 2012 10:00am Chassis Manufacturer

More information

REQUEST FOR BID For Trucks. Bid Notice

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

More information

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

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

REQUEST FOR PROPOSAL. Specifications and Proposal Documents For A x 2 Bucket Truck

REQUEST FOR PROPOSAL. Specifications and Proposal Documents For A x 2 Bucket Truck SEPTEMBER 22, 2015 REQUEST FOR PROPOSAL Specifications and Proposal Documents For A 2016 4 x 2 Bucket Truck RFP Schedule RFP Due October 15, 2015 @ 2:30 pm(local time) Present For Board Approval October

More information

May 11, 2018 On or before 2:00pm

May 11, 2018 On or before 2:00pm REQUEST FOR PROPOSAL No. 18-0004 DIGITAL NETWORKED COPIER LEASE April 17, 2018 PROPOSALS DUE: May 11, 2018 On or before 2:00pm SUBMIT PROPOSAL TO: County of Imperial Purchasing Department 1125 Main Street

More information

NOTICE OF INVITATION FOR COMPETITIVE SEALED BIDS FOR MOTOR GRADERS (Guadalupe County IFB No )

NOTICE OF INVITATION FOR COMPETITIVE SEALED BIDS FOR MOTOR GRADERS (Guadalupe County IFB No ) NOTICE OF INVITATION FOR COMPETITIVE SEALED BIDS FOR MOTOR GRADERS (Guadalupe County IFB No. 2017-12) Guadalupe County, New Mexico, invites competitive sealed bids for the procurement described below,

More 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

City of Lompoc. ITB No 2846 ADDENDUM NO. 1 Digger Derrick. THE DATE TODAY IS: Thursday, March 09, 2017

City of Lompoc. ITB No 2846 ADDENDUM NO. 1 Digger Derrick. THE DATE TODAY IS: Thursday, March 09, 2017 ITB No 2846 ADDENDUM NO. 1 Digger Derrick THE DATE TODAY IS: Thursday, March 09, 2017 Please note the following changes, additions and/or deletions to this procurement named above. This solicitation is

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

INVITATION TO BID PURCHASING DEPARTMENT P.O. BOX NORTH ASHLEY ST. VALDOSTA, GEORGIA #LC

INVITATION TO BID PURCHASING DEPARTMENT P.O. BOX NORTH ASHLEY ST. VALDOSTA, GEORGIA #LC INVITATION TO BID PURCHASING DEPARTMENT P.O. BOX 1349 327 NORTH ASHLEY ST. VALDOSTA, GEORGIA 31601 #LC-2019-7001 FOR: New Motor Grader w/rome Sloper for the Public Work s Department OPENING DATE: September

More information

INVITATION AND NOTICE FOR BIDS ONE 2009 OR NEWER HYDRAULIC DETACHABLE GOOSENECK TRAILER-(aka LOW BOY) w/trade-in

INVITATION AND NOTICE FOR BIDS ONE 2009 OR NEWER HYDRAULIC DETACHABLE GOOSENECK TRAILER-(aka LOW BOY) w/trade-in INVITATION AND NOTICE FOR BIDS ONE 2009 OR NEWER HYDRAULIC DETACHABLE GOOSENECK TRAILER-(aka LOW BOY) w/trade-in You are herewith notified that it is the intent of the Nampa & Meridian Irrigation District

More information

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

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

Community Unit School District # N Cedar St New Berlin, IL

Community Unit School District # N Cedar St New Berlin, IL Community Unit School District #16 600 N Cedar St New Berlin, IL 62670 217-488-2040 71-Passenger Conventional School Bus Bid Proposal Sheet Bid Submission Deadline January 10th, 2019 9:00am Chassis Manufacturer

More information

INVITATION TO BID (ITB)

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

More information

1500 Series Roll Off Hoist. Owner s Manual (5-06)

1500 Series Roll Off Hoist. Owner s Manual (5-06) 1500 Series Roll Off Hoist Owner s Manual (5-06) Section 1: General Information Introduction Safety Information Warranty Information Table of Contents Section 2: Operation Operating the P.T.O. Operating

More information

BID SPECIFICATIONS FOR (1) EA HEAVY DUTY DIESEL TRUCK w/dump BODY BID #: WS BID OPENS: FEBRUARY 14, 3:00 P.M.

BID SPECIFICATIONS FOR (1) EA HEAVY DUTY DIESEL TRUCK w/dump BODY BID #: WS BID OPENS: FEBRUARY 14, 3:00 P.M. BID SPECIFICATIONS FOR (1) EA HEAVY DUTY DIESEL TRUCK w/dump BODY BID #: WS 12-13 BID OPENS: FEBRUARY 14, 2013 @ 3:00 P.M. NOTICE TO BIDDERS Notice is hereby given that the Board of County Commissioners

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

2018 Golf Cart Lease Sunset Valley Golf Club

2018 Golf Cart Lease Sunset Valley Golf Club Invitation for Bid Sunset Valley Golf Club February 5, 2018 Sunset Valley Golf Club Bid Opening: Friday, February 16, 2018 at 1:00 PM at West Ridge Center, 636 Ridge Road, Highland Park, IL 60035 Ryan

More information

Section 11: Vehicle Inspection, Repair and Maintenance

Section 11: Vehicle Inspection, Repair and Maintenance Section 11: Vehicle Inspection, Repair and Maintenance Minnesota Trucking Regulations 79 Section 11 Vehicle Inspection, Repair, and Maintenance 49 CFR Part 396 Vehicle inspection, repair and maintenance

More information

ALLEGANY COUNTY COMMISSIONERS ALLEGANY COUNTY DEPARTMENT OF PUBLIC WORKS. June 2018 BIDDING SPECIFICATIONS FOR NEW ONE-HALF TON PICKUP TRUCKS

ALLEGANY COUNTY COMMISSIONERS ALLEGANY COUNTY DEPARTMENT OF PUBLIC WORKS. June 2018 BIDDING SPECIFICATIONS FOR NEW ONE-HALF TON PICKUP TRUCKS ALLEGANY COUNTY COMMISSIONERS ALLEGANY COUNTY DEPARTMENT OF PUBLIC WORKS June 2018 BIDDING SPECIFICATIONS FOR NEW ONE-HALF TON PICKUP TRUCKS 1. 4 x 4: 4-wheel drive option with high and low range transfer

More information

Inspections of Aerial Equipment

Inspections of Aerial Equipment I Inspections of Aerial Equipment Milton J. Luttrell, III Aspen Aerials, Inc. nspections of aerial equipment are a requirement as set forth by the American Nations Standards Institute (ANSI). Owners of

More information

Part Inspection, Repair, and Maintenance

Part Inspection, Repair, and Maintenance Part 396 - Inspection, Repair, and Maintenance General Requirements (396.3(a)) Every carrier shall systematically inspect, repair, and maintain all commercial motor vehicles under its control. Record Keeping

More information

REQUEST FOR QUOTATION (RFQ) REFERENCE: RFQ/KRT/09/004 DATE: 18/01/2009

REQUEST FOR QUOTATION (RFQ) REFERENCE: RFQ/KRT/09/004 DATE: 18/01/2009 REQUEST FOR QUOTATION (RFQ) REFERENCE: RFQ/KRT/09/004 DATE: 18/01/2009 Dear Sir / Madam: You are kindly requested to submit your quotation for the following services by 8 February 2009 12:00 hours (local

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

DRIVER QUALIFICATION FILE CHECKLIST

DRIVER QUALIFICATION FILE CHECKLIST DRIVER QUALIFICATION FILE CHECKLIST 1. DRIVER APPLICATION FOR EMPLOYMENT 391.21 2. INQUIRY TO PREVIOUS EMPLOYERS (3 YEARS) 391.23(a)(2) & (c) 3. INQUIRY TO STATE AGENCIES 391.23(a)(1) & (b) 4. MEDICAL

More information

ADDENDUM 3 - APPENDIX A - TECHNICAL SPECIFICATIONS ONE (1) 3 TON 4X2 CARGO REEL CAB/CHASSIS

ADDENDUM 3 - APPENDIX A - TECHNICAL SPECIFICATIONS ONE (1) 3 TON 4X2 CARGO REEL CAB/CHASSIS 1. SCOPE It is the intent of the JEA to purchase ONE (1) 3T 4X2 CARGO REEL REGULAR CAB/CHASSIS (Chassis Only). Truck Chassis must be tested and delivered to JEA Fleet Facility (5717 New Kings Road Jacksonville,

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

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

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

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

More information

62 Leversee Road, Troy, NY Phone: Fax: PLEASE READ CAREFULLY

62 Leversee Road, Troy, NY Phone: Fax: PLEASE READ CAREFULLY 62 Leversee Road, Troy, NY 12182 Phone: 518-235-5531 Fax: 518-235-1064 PLEASE READ CAREFULLY Warren W. Fane, Inc. is an equal opportunity employer that provides its employees with competitive wages and

More information

City of New Haven. 101 FRONT STREET PO BOX 236 NEW HAVEN, MO Phone * * Fax

City of New Haven. 101 FRONT STREET PO BOX 236 NEW HAVEN, MO Phone *  * Fax City of New Haven 101 FRONT STREET PO BOX 236 NEW HAVEN, MO 63068 Phone 573-237-2349 * www.newhavenmo.org * Fax 573-237-4696 August 20, 2014 Request for Bids, Medium Duty Truck City of New Haven The City

More information

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

APPLICATION FOR EMPLOYMENT

APPLICATION FOR EMPLOYMENT APPLICATION FOR EMPLOYMENT Applicant Name (Print) Date of Application Company Delco Transport Inc. / The DeLong Co., Inc. Address P. O. Box 552 City Clinton State WI Zip 53525 In compliance with Federal

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

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

ATTACHMENT A - STATEMENT OF WORK INVITATION TO BID FOR CHILLER INSPECTION SERVICES ITB NO.: DMS-13/14-035

ATTACHMENT A - STATEMENT OF WORK INVITATION TO BID FOR CHILLER INSPECTION SERVICES ITB NO.: DMS-13/14-035 4050 Esplanade Way Tallahassee, Florida 32399-0950 Tel: 850.488.2786 Fax: 850. 922.6149 Rick Scott, Governor Craig J. Nichols, Agency Secretary ATTACHMENT A - STATEMENT OF WORK INVITATION TO BID FOR CHILLER

More information

Invitation to Bid BOE. Ground Maintenance Equipment

Invitation to Bid BOE. Ground Maintenance Equipment Invitation to Bid 20170123-BOE Ground Maintenance Equipment Responses to an Invitation to Bid will be received by the Purchasing Supervisor, Sumner County Board of Education, 1500 Airport Road, Gallatin,

More information

SYNOPSIS OF PROPOSED GEORGIA DEPARTMENT OF PUBLIC SAFETY RULES CHAPTER TRANSPORTATION NETWORK COMPANIES AND TAXI SERVICES

SYNOPSIS OF PROPOSED GEORGIA DEPARTMENT OF PUBLIC SAFETY RULES CHAPTER TRANSPORTATION NETWORK COMPANIES AND TAXI SERVICES SYNOPSIS OF PROPOSED GEORGIA DEPARTMENT OF PUBLIC SAFETY RULES CHAPTER 570-35 TRANSPORTATION NETWORK COMPANIES AND TAXI SERVICES Purpose: The rules provide for the registration and regulation of transportation

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

RULES OF THE DEPARTMENT OF PUBLIC SAFETY. Chapter Non-Consensual Towing

RULES OF THE DEPARTMENT OF PUBLIC SAFETY. Chapter Non-Consensual Towing Table of Contents RULES OF THE DEPARTMENT OF PUBLIC SAFETY Chapter 570-36 Non-Consensual Towing 570-36-.01 Definitions 570-36-.02 Procedures 570-36-.03 Fees Charged for Nonconsensual Towing 570-36-.04

More information

INVITATION TO BID FUEL PRODUCTS

INVITATION TO BID FUEL PRODUCTS INVITATION TO BID FUEL PRODUCTS Notice is hereby given that the Aberdeen School District is accepting fuel bids and propane bids for the following: 1. Regular, unleaded and diesel fuels for district buses

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

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

CREATIVE BUS SALES, INC. REPRESENTING MOBILITY VENTURES, LLC

CREATIVE BUS SALES, INC. REPRESENTING MOBILITY VENTURES, LLC CREATIVE BUS SALES, INC. REPRESENTING MOBILITY VENTURES, LLC ORDER PACKET Contract #TRIPS-12-SNV-CBS Special Needs Type Vehicles TRIPS-12-SNV-CBS - 1 - October 2012 CONTRACT # TRIPS-12-SNV-CBS ORDER PACKET

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

CITY OF ELBERTON, GEORGIA REQUEST FOR PROPOSAL. IMPORTANT NOTE: Indicate company name and RFP Title on the front of the sealed bid envelope.

CITY OF ELBERTON, GEORGIA REQUEST FOR PROPOSAL. IMPORTANT NOTE: Indicate company name and RFP Title on the front of the sealed bid envelope. CITY OF ELBERTON, GEORGIA REQUEST FOR PROPOSAL RFP TITLE Ride-on RTX 750 Quad Track Tractor ISSUE DATE November 12, 2018 DUE DATE November 26, 2018 2:00 p.m. IMPORTANT NOTE: Indicate company name and RFP

More information

ADDENDUM NO. 1 FOR SPECIFICATION NO.: RFQ NO.: 3358 FOR DIESEL-POWERED SALT CONVEYOR

ADDENDUM NO. 1 FOR SPECIFICATION NO.: RFQ NO.: 3358 FOR DIESEL-POWERED SALT CONVEYOR ADDENDUM NO. 1 FOR SPECIFICATION NO.: 77818 RFQ NO.: 3358 FOR DIESEL-POWERED SALT CONVEYOR For which bids were scheduled to open in the Bid and Bond Room, City Hall, 121 North La Salle Street, Room 301,

More information

Florida Department of Education Bureau of Contracts, Grants and Procurement Management Services 325 West Gaines Street, Room 332 Tallahassee, Florida 32399-0400 BID REGISTRATION *******************************************************************************************************************************************

More information

Houston County Purchasing Department

Houston County Purchasing Department Houston County Purchasing Department 2020 Kings Chapel Road (478) 218-4800 Perry, GA 31069-2828 FAX (478) 218-4805 Mark Baker Purchasing Agent January 9, 2019 Dear Vendor: The Houston County Board of Commissioners

More information

Purchasing Services 4202 East Fowler Avenue, SVC 1073 Tampa, Florida (813) Addendum No. 1

Purchasing Services 4202 East Fowler Avenue, SVC 1073 Tampa, Florida (813) Addendum No. 1 Purchasing Services 4202 East Fowler Avenue, SVC 1073 Tampa, Florida 33620 (813) 974-2481 Invitation to Bid No.: 18-12-YH Entitled: Opening Date: Bulk Fuel Delivery (PATS) November 14, 2017 at 3:00 p.m.

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

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

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