Enclosed please find the Request for Proposal bid documents. Manufacturers wishing to submit a proposal should submit eight (8) written copies to:

Size: px
Start display at page:

Download "Enclosed please find the Request for Proposal bid documents. Manufacturers wishing to submit a proposal should submit eight (8) written copies to:"

Transcription

1 FAX (810) TELEPHONE: (810) P.O. Box Merrill Road Hamburg, MI March 2 nd, 2012 To: Re: All Interested Parties Request for Proposal Pumper Fire Apparatus The Hamburg Township Fire Department is requesting bids for the furnishing of all necessary labor, equipment, and material from one (1) motorized Pumper Fire Apparatus and associated equipment. Enclosed please find the Request for Proposal bid documents. Manufacturers wishing to submit a proposal should submit eight (8) written copies to: Brittany K. Campbell Hamburg Township Purchasing Agent Merrill Road, P.O. Box 157 Hamburg, MI The Township must receive all proposals no later than 3:00 PM on Monday, March 12, Please review the RFP for specific submittal details and requirements. All questions regarding the Pumper Fire Apparatus specifications should be directed to the Hamburg Township Fire Chief, Mark Hogrebe, or the Deputy Fire Chief, Nick Miller, at (810) or via at mhogrebe@hamburg.mi.us or nmiller@hamburg.mi.us. Sincerely, Brittany K. Campbell Hamburg Twp. Purchasing Agent

2 FAX: (810) TELEPHONE: (810) P.O. Box Merrill Road Hamburg, MI HAMBURG TOWNSHIP FIRE DEPARTMENT APPARATUS BID SPECIFICATIONS & REQUEST FOR PROPOSAL 2012 Issue Date: March 2, 2012 Proposal Deadline: March 12, 2012, at 3:00 p.m., Eastern Time Hamburg Township Purchasing Agent Merrill Road, P.O. Box 157 Hamburg, MI 48139

3 APPARATUS SPECIFICATIONS AND INSTRUCTIONS TO BIDDERS GENERAL BID REQUIREMENTS The Hamburg Township Fire Department (PURCHASER) is accepting sealed bids for the furnishing of all necessary labor, equipment, and material for one (1) motorized Pumper Fire Apparatus and associated equipment, as defined by the National Fire Protection Association (NFPA) 1901 Standard for Automotive Fire Apparatus, 2010 Edition and outlined in these specifications. Bids shall be addressed and submitted in accordance with the instructions provided. All bids shall be clearly marked FIRE APPARATUS BID with the time and date of the bid opening stated on the outside of the bid envelope. It is the Bidder s responsibility to see that their proposals arrive on time. Late proposals, telegrams, facsimile or telephone bids WILL NOT be considered. SUBMISSIONS Those wishing to be considered for this contract shall submit eight (8) written copies of their bid. Sealed bids must be received at the following location no later than 3:00 p.m. EST on Monday, March 12th, 2012: Physical Address: Hamburg Township Hall C/O Brittany K. Campbell, Hamburg Twp. Purchasing Agent Merrill Road Whitmore Lake, Michigan Telephone: (810) Ext. 210 Direct Line: (810) Fax: (810) bcampbell@hamburg.mi.us Mailing Address: P.O. Box 157 Hamburg, Michigan Bids must be submitted in sealed envelopes or packages with the following information clearly printed on the outside: 1. Name and address of primary contact 2. Due date and time 3. Envelope contents (cost proposal) 4. Project name Questions regarding the Pumper Fire Apparatus specifications should be directed to the Hamburg Township Fire Chief, Mark Hogrebe, or the Deputy Fire Chief, Nick Miller, at: Telephone: (810) mhogrebe@hamburg.mi.us nmiller@hamburg.mi.us Page 2

4 Bids will be opened and compiled at 3:30 p.m. on the above date at the Hamburg Township Hall, Merrill Road, Whitmore Lake, MI It is the bidders responsibility to insure that bids are received on time. LATE BIDS WILL NOT BE ACCEPTED OR CONSIDERED. The bid recommendation shall be forwarded to the Hamburg Township Board of Trustees for review and award of the contract on Tuesday, March 20, Incomplete bids will be rejected and not eligible for further consideration. Complete bids shall include all requirements of this document, titled HAMBURG TOWNSHIP FIRE DEPARTMENT PUMPER SPECIFICATIONS. For the simplicity of bid evaluation, all bids must include the BIDDER COMPLIANCE FORM as provided in this document. Bids received without this prescribed form shall be rejected and not eligible for further consideration. Bidders taking exceptions to specifications must follow instructions included in BID COMPLIANCE FORM. Bids that take complete exception to specifications will be rejected and not eligible for further consideration. The Hamburg Township Fire Department reserves the right, without explanation, to accept or reject any or all exceptions taken. The purchaser reserves the right to accept or reject any or all bids on such basis as the purchaser deems to be in its best interest. All bidders shall be advised that the purchaser is not bound in any manner to automatically accept the lowest bid. PROPOSAL SEQUENCE Bid specifications shall be submitted in the same sequence as these specifications for ease of checking compliance. There shall be no exceptions allowed to this requirement. The apparatus committee intends to be thorough during the evaluation of bids process. In order to maximize efficiency and minimize the time it takes to thoroughly evaluate all received bids this requirement must be strictly adhered to. 1. INTENT OF SPECIFICATIONS 1.1. It shall be the intent of these specifications to provide a complete apparatus equipped as hereinafter specified. With a view to obtaining the best results and the most acceptable apparatus for service in the Department, these specifications cover only the general requirements as to the type of construction and tests to which the apparatus must conform, together with certain details as to finish, equipment and appliances with which the successful bidder must conform. Minor details of construction and materials where not otherwise specified are left to the discretion of the contractor, who shall be solely responsible for the design and construction for all features. The National Fire Protection association Standard 1901, current edition, unless otherwise specified in these specifications, shall prevail The apparatus must meet all NFPA, DOT, ICC, SAE, TRA, FMVSS and local State Motor Vehicle Regulations It is required that the apparatus be manufactured to current NFPA edition standards, all NFPA equipment (LOOSE EQUIPMENT) not specified in the specifications will not be provided by contractor. Page 3

5 1.4. Each bidder shall state the location of the factory where the apparatus is to be built Each bidder shall have a dealership with a service facility located in the state of Michigan. The service facility shall be capable of performing work within the facility on apparatus as large as aerial platforms. The service facility must have a minimum of one (1) mobile service unit, to perform service work in the field. The service facility shall have EVT and ASE certified mechanics employed, no exception Each bid shall be accompanied by a set of "Contractor's Specifications" consisting of a detailed description of the apparatus being furnished under this contract which conform. Computer runoff sheets are not acceptable as "Contractor's Specifications". Note: Each bidder shall submit their bid in the same sequence as these specifications to allow the department to easily compare bid. There shall be no exception to this requirement These specifications shall indicate size, type, model and make of all component parts and equipment. Page 4

6 HAMBURG TOWNSHIP BID SPECIFICATIONS SECTION AND ITEM GENERAL 1. BID BOND A bid bond shall not be required for any pumper fire apparatus constructed as a demo unit prior to this request for bid. Any bid submitted for a unit to be newly constructed as a result of this contract shall be required to be accompanied by a Surety Bond in the amount of ten per cent (10%) of the bid amount payable to the purchaser and shall be provided by the Manufacturer of the apparatus. (Bonds submitted by the Agent or Dealer will not be accepted). 2. CONTRACT The purchase contract/agreement after being awarded to the successful bidder shall be returned to the purchaser with-in 30 days of the award. Failure to do so will result in the contract/agreement being deemed no response and the awarded contractor shall have no interest remaining in the pursuit of fulfilling the contract/agreement. The purchaser reserves the right at this time to pursue the bid bond amount, required at the time of bid. 3. EXCEPTIONS TO SPECIFICATIONS The following Chassis, Pump and Body specifications shall be strictly adhered to. Exceptions shall be allowed if they are equal to or superior to that specified and provided they are listed and fully explained on a separate page entitled "Exceptions to Specifications". Exceptions list to refer to specification item number. 4. TWENTY (20) YEAR PARTS SERVICE SUPPORT The manufacture shall make apparatus and accessory service parts, with technical assistance available, for a period of no less than twenty (20) years after date of manufacture, of the apparatus. 5. BID DRAWINGS Drawings of the actual unit proposed, shall be furnished with the proposal. 6. CHASSIS REQUIRED LABELING There shall be a lubrication plate mounted inside cab listing the type, volume and grade of lubrication used in the following areas on the apparatus and chassis: Engine oil Engine Coolant Transmission Fluid Pump Transmission Lubrication Fluid Drive Axle Lubrication Fluid Generator Lubrication Fluid (if applicable) Tire Pressures (Operating pressures label located on each wheel well) Page 5

7 7. VEHICLE INFORMATION LABEL There shall be a travel clearance warning label located in the chassis cab. The travel clearance warning label shall be located in easy view of the driver. The travel clearance warning label to include the following information: Overall travel clearance height in feet and inches. Overall travel clearance length in feet and inches. Overall travel clearance width in feet and inches. Operating weight TESTING AND CERTIFICATIONS 8. CAB TEST REQUIREMENTS To ensure the safety of the cab occupants and cab integrity, proof of third party testing shall be provided. The cab shall be certified for SAEJ2422 side impact, SAEJ2420 with ECER29 cab front impact, and ECER29 cab roof strength. WARRANTIES 9. GENERAL WARRANTY A warranty shall be offered for each new fire apparatus manufactured for a period of one (1) year from the date of delivery. 10. STRUCTURAL WARRANTY A structural warranty will be provided by the apparatus manufacturer for products of its manufacture to be free from defects in material and workmanship, under normal use and service, for a period of twenty (20) years. 11. PAINT WARRANTY A Seven (7) year Paint Warranty will be included with the apparatus. 12. PUMP WARRANTY A pump warranty shall be provided for products of its manufacture to be free from defects in material and workmanship, under normal use and service, for a period of five (5) years. 13. PLUMBING WARRANTY The stainless steel plumbing shall have a ten (10) year warranty. 14. TANK WARRANTY A lifetime tank warranty shall be provided by the tank manufacturer. 15. MULTI-PLEXED ELECTRICAL WARRANTY A multi-plexed electrical warranty will be provided by the apparatus manufacturer under normal use and service, for a period of four (4) years parts and labor. 16. ONE YEAR CHASSIS WARRANTY The chassis manufacturer shall warrant to the original purchaser the custom fire truck chassis for a period to reflect warranty schedule as indicated above with the exception of the actual fire apparatus chassis frame which carries a lifetime warranty. The warranty period shall begin on the date the vehicle is delivered to the original purchaser. The warranty may include conditional items, which shall be listed in the detailed warranty document that shall be provided upon request. Page 6

8 17. ENGINE WARRANTY The engine shall be warranted for a period of five (5) years or 100,000 miles, whichever occurs first. 18. TRANSMISSION WARRANTY The Allison 3000 EVS series transmission shall be warranted for a period of five (5) years with unlimited mileage. Parts and labor shall be included in the warranty. CAB AND CHASSIS 19. CUSTOM RAISED ROOF TILT CAB The cab shall be a custom built raised roof, aluminum tilt cab, capable of seating four (4) firefighters. 20. CENTER CONSOLE A Tunnel mounted unit equipped with several storage areas and features shall be installed for access from front seating positions. The console shall include: Two (2) 12 volt power point outlets One (1) large storage compartment with lid. Two (2) cup holders Two (2) pockets, one (1) large and one (1) small pocket ideal for cell phones, two-way radios and other miscellaneous items. 21. MOBILE DATA TERMINAL A Mobile Data Terminal (MDT) provision shall be provided above the glove compartment. A metal slide tray shall be installed allowing the tray to slide toward the officer and lock into place and include a dock for a Panasonic Toughbook Model CF-31. A 20 amp 12AWG clean power and ground circuit will be provided to the MDT area. 22. AM/FM RADIO An AM/FM Stereo player shall be provided and mounted in the center console. A power cutout switch shall be provided on the switch panel accessible from the driver s seat. 23. REAR VIEW CAMERA A rear and side view camera system shall be installed and shall automatically engage the display when shifted into reverse. 24. EMS STORAGE CABINET The cab shall include a compartment(s) located in the rear of the cab with a minimum of 22 cubic feet of storage. The compartment shall be accessible from the interior of the cab through a ROM roll up style door. The compartment shall include Unistrut supports and two shelves. There shall be LED strip lights installed to illuminate the interior compartment(s). There shall be two (2) 12 volt outlets provided for charging of gas monitor and suction unit along with one additional 120 volt outlet. Page 7

9 SEATS 25. DRIVER SEAT The driver's seat shall be a H.O. Bostrom EX 8, high back bucket ABTS seat. The seat shall be equipped with an adjustable lumbar support and adjustable titling seatback. The seat shall be equipped with a red three-point shoulder harness with lap belt and an automatic retractor attached to the cab. 26. OFFICER SEAT The officer's seat shall be a H.O. Bostrom Tanker 450 ATBS. The seat shall be equipped with each seat shall have H.O. Bostrom Secure All SCBA Locking System. The seat shall be equipped with a red three-point shoulder harness with lap belt and an automatic retractor attached to the cab. 27. REAR SEATS Two (2) crew area H.O. Bostrom Tanker 450 ATBS seats. Each Seat shall have H.O. Bostrom Secure All SCBA Locking System. The seats shall be an ABTS (All Belts to Seat) type integrated red three-point shoulder harness with lap belt and an automatic retractor built into the seat assembly. 28. CUSTOMER SUPPLIED RADIO AND ANTENNA'S The manufacture shall install the customer supplied radios and three (3) antenna's. The locations shall be decided at pre-construction. CHASSIS AND RELATED COMPONENTS 29. FRONT BUMPER Extended front bumper, min 18. Front bumper shall include a covered hose well to include storage for 150 of 1 ¾ DJ hose with nozzle and plumbed for a 2 ½ hose line. The hose well shall be provided with a hinged door and a latching mechanism. The bottom of the hose well shall be designed to allow for drainage but to minimize entry of dirt. The hinged door shall have at least One (1) gas cylinder on it to keep it in the open position when it is opened. 30. FRONT WHEELS ALCOA ALUMINUM The front wheels shall be Alcoa hub piloted aluminum wheels. 31. REAR WHEELS ALCOA ALUMINUM The single rear axle wheels shall be Alcoa hub piloted aluminum wheels. 32. STAINLESS STEEL WHEEL TRIM KIT The front and rear wheels shall have stainless steel lug nut covers. The front axles shall be covered with stainless steel baby moons with cutout for oil seal viewing (no cutout on front drive or IFS axles). The rear axles shall be covered with band mounted spring clip stainless steel high hats. Page 8

10 ENGINE 33. MAKE AND MODEL A Cummins IS Series, turbocharged, charge air cooled engine shall be provided. Minimum 330 hp. 34. POWER AND GROUND STUDS - BATTERY DIRECT Power and grounding studs shall be provided and installed behind the electrical center cover with a breaker. The studs shall be #10 and capable of carrying up to a 40 amp battery direct load. 35. BATTERY CONDITIONER AND PUMP The vehicle shall have an onboard battery conditioner as well as an onboard chassis compressor with auto-eject plug. VEHICLE LIGHTING 36. SCENE LIGHTING There shall be four (4) 20,000 Lumens (minimum) scene lights installed to illuminate both the driver s and officer s side work areas. Lights shall be switched from pump panel and drivers compartment. 37. ADDITIONAL BODY MOUNTED LIGHTING (LED) The apparatus shall include three (3) body mounted scene lights capable of producing a minimum of 4,600 Lumens and mounted on the driver s side, officer s and rear of the vehicle. Lights shall be switched from pump panel and drivers compartment as well as switched all on when shifted into reverse. 38. COMPARTMENT LIGHTING LED compartment lighting system mounted on the front of the compartment just behind door hinges. Lights shall illuminate entire storage compartment and illuminate only when compartment is open. EMERGENCY WARNING EQUIPMENT 39. WARNING LIGHT PACKAGE The following upper warning light package will be supplied and installed to comply with the current minimum NFPA recommendations for the apparatus. 40. MECHANICAL SIREN There shall be one (1) motor driven, streamlined, rotary siren with chrome plated grill and housing pedestal furnished and installed. The siren shall be properly wired with heavy copper cable for minimum voltage drop. The siren shall be manufactured by Federal Signal and be model # Q2B. Pedestal mounted on top of bumper. The siren shall only be live when the "RED" master warning light switch is activated. A siren brake activated by a rocker switch located in the control panel shall be installed for the mechanical siren on both drivers panel and officers switch panel. Page 9

11 The siren shall be actuated by floor mounted foot switches, one (1) on the driver's side and one (1) on the passenger's side of the chassis cab. PAINT AND FINISHES 41. BODY PAINT COLOR Color scheme shall be white over red to match current Tanker REFLECTIVE STRIPING There shall be 1" X 4" X 1" inch reflective "Scotch-lite" stripe applied to the outside perimeter of the chassis and apparatus. Must match current Tanker 12 style and materials. 43. GOLD REFLECTIVE LETTERING Gold reflective letters shall be provided and applied to the apparatus with black shading and borders, per the Fire Departments direction. Maximum One Hundred Eighty (180) letters. FIRE PUMP 44. MID-SHIP PUMP The pump shall have a capacity of 1500 gallons per minute, measured in U.S. gallons. There shall be two (2) electric MIV on the driver s and officer s side steamer connection. 45. PUMP COMPARTMENT HEATER A hot water type heater shall be furnished and installed inside the pump compartment. The heater shall be connected to the engine cooling system with gate valves located inside the engine compartment. A 12 volt electric fan is to be furnished with an indicator light and label on the operator panel. It should be clustered with the other electrical switches. The heater shall be controlled by a weatherproof switch and relay located and labeled on the operators pump panel. 46. APPARATUS LABELING The apparatus shall be descriptively tagged with color coded metal labels. The labels shall be applied near Apparatus features that require a user function description. Wherever necessary, the labels shall be color coded to differentiate controls and their respective functions to simplify and clarify complex configurations. 47. PUMP ANODES Two (2) anodes shall be included in plumbing system of the apparatus to protect the components that come in contact with the water system from corrosion and deterioration. 48. STAINLESS STEEL PLUMBING All auxiliary suction and discharge plumbing related fittings, waterways, and manifolds shall be fabricated with stainless steel pipe; brass or high pressure flexible piping with stainless steel couplings. Where waterway transitions are critical (elbows, tees, etc), no threaded fittings shall be allowed to promote the smooth transition of water flow to minimize friction loss and turbulence. All piping components and valving shall be non- Page 10

12 painted. All piping welds shall be wire brushed and cleaned for inspection and appearance. The high pressure flexible piping shall be black SBR synthetic rubber hose with 300 PSI working pressure and 1200 PSI burst pressure for flexible piping sizes 1.5" through 4". Sizes 3/4", 1" and 5" are rated at 250 PSI working pressure and 1000 PSI burst pressure. All sizes are rated at 30 in HG vacuum. Reinforcement consists of two plies of high tensile strength tire cord for all sizes and helix wire installed in sizes 1" through 5" for maximum performance in tight bend applications. The material has a temperature rating of -40 F to +210 F. The stainless steel full flow couplings are precision machined from high tensile strength stainless steel. All female couplings are brass. Mechanical grooved and male 3/4" and 1" couplings are brass. A high tensile strength stainless steel ferrule with serrations on the I. D. is utilized to assure maximum holding power when fastening couplings to hose. Galvanized components and/or iron pipe shall NOT be accepted to ensure long life of the plumbing system without corrosion or deterioration of the waterway system. NO EXCEPTIONS. 49. PRESSURE GOVERNOR An electronic pressure governor shall be installed on the pump panel. COMPARTMENT STORAGE 50. COMPARTMENT FLOOR MOUNTED, ROLL OUT TRAYS There shall be Three (3) roll out trays furnished and installed. 51. TOOL BOARDS Four (4) vertical, pull out tool board(s) shall be provided. A gas shock shall be used to secure the tool board in the stored and deployed position. The tool board will be attached to tracking to allow horizontal adjustment of the tool board. 52. SCBA BOTTLE COMPARTMENTS There shall be storage for a minimum of Six (6) SCBA bottles. BOOSTER TANK 53. TANK CAPACITY A polypropylene tank with lifetime warranty and minimum of 750 gallons shall be supplied. 54. ADDITIONAL TANK LEVEL GAUGES There shall be three (3) tank level gauge(s) mounted on the apparatus. The tank level gauge(s) shall utilize a pressure transducer and driver to provide an accurate reading of the water tank level. The three (3) additional tank level gauge(s) shall be manufactured by Whelen and be model PSTANK and shall be installed on the apparatus. The PSTANK level gauge shall incorporate series 96 LED's steady burn light fixtures and shall be used to indicate the water level in the water tank. The light colors shall be from top to bottom, Green, Blue, Yellow, and Red. These lights will automatically turn off to indicate the water level in the booster tank in 1/4 increments. Page 11

13 A PSTANK level gauge shall be installed on each side of the pump dunnage area and rear. The lights shall be illuminated at all times. LADDER STORAGE 55. LADDER STORAGE CONFIGURATION The ladder storage shall accommodate one (1) 14' aluminum roof ladder and one (1) 24 aluminum extension ladder and one (1) 10 folding ladder. AUXILIARY GENERATOR AND COMPONENTS 56. GENERATOR MAKE AND MODEL An integrated 8 Kw (minimum) generator shall be installed and furnished. 57. GENERATOR AND SHORELINE POWERED OUTLETS The following outlets shall be supplied on the apparatus and be live either when the generator is running or when shoreline power is provided; There shall be Two (2) outlets installed. The outlets shall be 120 vac/15 amp (NEMA 5-15), duplex receptacle. Outlets shall be located inside the chassis cab and labeled shoreline/generator 120V. 58. ELECTRICAL CORD REEL There shall be one (1) electric rewind cord reel furnished and installed on the apparatus. There shall be a four-way roller assembly mounted on the reel to guide the cord on and off of the spool. There shall also be a cord stop supplied. The reel shall come equipped with 200 feet of yellow 10-3 electrical cord. A push button switch to activate the rewind shall be located proximal to the reel in the compartment. The switch shall be labeled "Cord Reel Rewind" The cord shall be hardwired to a Circle D remote power distribution box with (4) four NEMA L5-15 single receptacles. The distribution box shall be stored in a mounting bracket when not in use in the cord reel compartment. The box shall be equipped with a light to indicate when distribution box is energized VOLT BROW MOUNTED SCENE LIGHT There shall be one (1) Fire Research Spectra LED Scene Light model SPA830-Q20 roof mount light shall be installed. EQUIPMENT SUPPLIED 60. PIKE POLES The following equipment shall be provided by purchaser and mounted by manufacturer: One (1) 6' pike pole with fiberglass oval handle One (1) 8' pike pole with fiberglass oval handle One (1) 10' pike pole with fiberglass oval handle One (1) 12' pike pole with fiberglass oval handle Page 12

14 61. RECHARGEABLE FLASHLIGHTS There shall be Four (4) hand held Pelican LED 9410 with 12 volt chargers provided by purchaser and installed by manufacturer in the vehicle cab, wired directly to the batteries. Location to be determined prior to delivery of apparatus. OPTIONAL PRICING 62. TASK FORCE TIPS, INC, HURRICANE REMOTE CONTROLLED ELECTRIC MONITOR One (1) TFT Model: Y3C-52 HURRICANE RC MONITOR AND EXTEND-A-GUN RC3 COMBINATION PACKAGE shall be priced as an optional purchase. 63. REAR 4 DIRECT TO PUMP INTAKE 64. ON-LINE CUSTOMER INTERACTION The manufacturer shall provide the capability for online access through the manufacturer's web site. There shall be a dedicated section of the web site for customers to access the status of their apparatus during the construction phases. In this secured area customers will be able view specified digital photos of their apparatus during the construction phases. The following photos will be provided with this service: Chassis (front, street and curb side) Body, pre-paint (front, rear, street and curb side) Body painted and pump module mounted (front, rear, street and curb side) Assembly (front, rear, street and curb side) FINAL CONSTRUCTION 65. CONTRACTOR PROVIDED CONFERENCES The contractor awarded the bid, shall provide the following conferences. 66. PRE-CONSTRUCTION CONFERENCE There shall be a pre-construction conference held, prior to manufacturing. 67. FINAL INSPECTION CONFERENCE There shall be a final-construction conference held, prior to delivery of the completed apparatus. Four (4) individuals from the Fire Department shall be provided by the contractor awarded the bid, transportation, lodging, meals and commercial air travel to the Manufacture's facility. Commercial air travel shall be required, at a distance over 300 miles from the Fire Department, to the manufacturing facility. 68. DELIVERY The completed Apparatus, to insure proper break-in of all components while still under warranty, shall be delivered under its own power, to the Hamburg Township Fire Department located at Veterans Memorial Drive, Hamburg, MI No later than June 1 st, Page 13

15 The unit will remain insured by the apparatus manufacturer until the department accepts the unit. 69. TRAINING The contractor awarded the bid, shall have a qualified delivery engineer representing the contractor to instruct the Fire Department Personnel in the proper operation, care and maintenance of the Chassis, Body, Pump and equipment delivered. The firefighter/operator training shall be conducted after the vehicle is delivered and accepted by the department, at a time mutually agreed on by both the "Department" and the "Contractor", for one (1) day of training. 70. APPARATUS PRE-DELIVERY INSPECTION The contractor awarded the bid shall have the following performed at the contractor s service center, before the apparatus is delivered to the fire department: Chassis: All fluid levels shall be checked and filled.(if needed) The drive train shall be completely lubed. All belts and brakes shall be check for proper adjustment. The batteries, electrical system and components shall be completely checked. Secondary braking system. The warning light/siren/air horn systems shall be completely checked. All shoreline receptacles and all components energized by the shoreline. Chassis door adjustments. The tires checked for proper pressure. Pump: All fluid levels shall be checked and filled.(if needed) Pump engagement and operation of all components, including foam system. All gated valves and linkages shall be completely lubed. Water shall be flowed thru all discharges. All gated valves shall be checked for leaks and rod adjustments. Page 14

16 Body: The warning light system shall be completely checked. The electrical system shall be completely checked. All shoreline receptacles and all components energized by the shoreline. Body door adjustments. Generator: All fluid levels shall be checked and filled.(if needed) The 120/240volt generator system shall be checked. All components energized by the generator shall be checked. Final: The unit shall be road tested. The unit shall be completely cleaned, inside and outside. The unit shall be filled with fuel. Page 15

17 HAMBURG TOWNSHIP APPARATUS BID FORM PUMPER $ OPTIONAL PRICING $ I hereby certify that the Bid contained herein, fully and exactly complies with the INSTRUCTION TO BIDDERS and Specifications as it appeared in the Bid Package. I hereby further certify that I am the officer authorized by the Board of Directors or Corporate Officers of the Corporation to sign bids and proposals in the name of the Corporation listed below. In submitting this bid, it is understood that the right is reserved by the OWNER to accept any bid, to reject any or all bids, and to waive irregularities in bidding in the interest of the OWNER. Dated and signed this the day of, MANUFACTURER ADDRESS MANUFACTURER NAME By Telephone Title Bid Accepted and Contract Award given: By: Date: Patrick J. Hohl, Supervisor, Hamburg Township Page 16

18 HAMBURG TOWNSHIP BID COMPLIANCE FORM APPARATUS SPECIFICATIONS AND INSTRUCTIONS TO BIDDERS Bidders must check yes or no to each section of the specification. A yes answer indicates that the bidder is in full compliance with all aspects of the specified item. A no answer must be completely explained on a separate sheet(s), in bid order, citing the page number and section the exception is referencing. SECTION AND ITEM Yes No GENERAL 1. BID BOND, if required a. Demo units will not require a BID BOND. 2. CONTRACT 3. EXCEPTIONS TO SPECIFICATIONS 4. TWENTY (20) YEAR PARTS SERVICE SUPPORT 5. BID DRAWINGS 6. CHASSIS REQUIRED LABELING 7. VEHICLE INFORMATION LABEL TESTING AND CERTIFICATIONS 8. CAB TEST REQUIREMENTS WARRANTIES 9. GENERAL WARRANTY 10. STRUCTURAL WARRANTY 11. PAINT WARRANTY 12. PUMP WARRANTY 13. PLUMBING WARRANTY 14. TANK WARRANTY 15. MULTI-PLEXED ELECTRICAL WARRANTY 16. ONE YEAR CHASSIS WARRANTY 17. ENGINE WARRANTY 18. TRANSMISSION WARRANTY Page 17

19 CAB AND CHASSIS 19. CUSTOM RAISED ROOF TILT CAB 20. CENTER CONSOLE 21. MOBILE DATA TERMINAL 22. AM/FM RADIO 23. REAR VIEW CAMERA 24. EMS STORAGE CABINET SEATS 25. DRIVER SEAT 26. OFFICER SEAT 27. REAR SEATS 28. CUSTOMER SUPPLIED RADIO AND ANTENNA'S CHASSIS AND RELATED COMPONENTS 29. FRONT BUMPER 30. FRONT WHEELS ALCOA ALUMINUM 31. REAR WHEELS ALCOA ALUMINUM 32. STAINLESS STEEL WHEEL TRIM KIT ENGINE 33. MAKE AND MODEL 34. POWER AND GROUND STUDS - BATTERY DIRECT 35. BATTERY CONDITIONER AND PUMP VEHICLE LIGHTING 36. SCENE LIGHTING 37. ADDITIONAL BODY MOUNTED LIGHTING 38. COMPARTMENT LIGHTING EMERGENCY WARNING EQUIPMENT 39. WARNING LIGHT PACKAGE 40. MECHANICAL SIREN Page 18

20 PAINT AND FINISHES 41. BODY PAINT COLOR 42. REFLECTIVE STRIPING 43. GOLD REFLECTIVE LETTERING FIRE PUMP 44. MID-SHIP PUMP 45. PUMP COMPARTMENT HEATER 46. APPARATUS LABELING 47. PUMP ANODES 48. STAINLESS STEEL PLUMBING 49. PRESSURE GOVERNOR COMPARTMENT STORAGE 50. COMPARTMENT FLOOR MOUNTED, ROLL OUT TRAYS 51. TOOL BOARDS 52. SCBA BOTTLE COMPARTMENTS BOOSTER TANK 53. TANK CAPACITY 54. ADDITIONAL TANK LEVEL GAUGES LADDER STORAGE 55. LADDER STORAGE CONFIGURATION AUXILIARY GENERATOR AND COMPONENTS 56. GENERATOR MAKE AND MODEL 57. GENERATOR AND SHORELINE POWERED OUTLETS 58. ELECTRICAL CORD REEL VOLT BROW MOUNTED SCENE LIGHT EQUIPMENT SUPPLIED 60. PIKE POLES 61. RECHARGEABLE FLASHLIGHTS Page 19

21 OPTIONAL PRICING 62. TASK FORCE TIPS, INC, HURRICANE REMOTE CONTROLLED ELECTRIC MONITOR 63. REAR 4 DIRECT TO PUMP INTAKE 64. ON-LINE CUSTOMER INTERACTION FINAL CONSTRUCTION 65. CONTRACTOR PROVIDED CONFERENCES 66. PRE-CONSTRUCTION CONFERENCE 67. FINAL INSPECTION CONFERENCE 68. DELIVERY 69. TRAINING 70. APPARATUS PRE-DELIVERY INSPECTION Page 20

City of Storm Lake Fire Department Heavy Rescue Specifications

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

More information

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

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

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

FLORIDA SHERIFFS ASSOCIATION, FLORIDA FIRE CHIEFS ASSOCIATION, & FLORIDA ASSOCIATION OF COUNTIES FLORIDA SHERIFFS ASSOCIATION, FLORIDA FIRE CHIEFS ASSOCIATION, & FLORIDA ASSOCIATION OF COUNTIES SPECIFICATION #09 75 REAR MOUNTED AERIAL APPARATUS ALL ITEMS FACTORY INSTALLED UNLESS OTHERWISE INDICATED

More information

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

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

More information

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

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

More information

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

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

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

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

More information

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

FLORIDA SHERIFFS ASSOCIATION, FLORIDA FIRE CHIEFS ASSOCIATION, & FLORIDA ASSOCIATION OF COUNTIES FLORIDA SHERIFFS ASSOCIATION, FLORIDA FIRE CHIEFS ASSOCIATION, & FLORIDA ASSOCIATION OF COUNTIES SPECIFICATION #09 75 REAR MOUNTED AERIAL APPARATUS ALL ITEMS FACTORY INSTALLED UNLESS OTHERWISE INDICATED

More information

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

FLORIDA SHERIFFS ASSOCIATION, FLORIDA FIRE CHIEFS ASSOCIATION, & FLORIDA ASSOCIATION OF COUNTIES FLORIDA SHERIFFS ASSOCIATION, FLORIDA FIRE CHIEFS ASSOCIATION, & FLORIDA ASSOCIATION OF COUNTIES SPECIFICATION #09 75 REAR MOUNTED AERIAL APPARATUS ALL ITEMS FACTORY INSTALLED UNLESS OTHERWISE INDICATED

More information

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

VILLAGE OF WILLIAMSVILLE 5565 Main St. Williamsville, NY 14221

VILLAGE OF WILLIAMSVILLE 5565 Main St. Williamsville, NY 14221 VILLAGE OF WILLIAMSVILLE 5565 Main St. Williamsville, NY 14221 SURPLUS EQUPMENT SALE BID PACKET FOR: 1997 Simon Duplex/Saulsbury Heavy Rescue Vehicle by the Williamsville Fire Dept. 1) Bid Opening: Wednesday,

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

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

1500 GPM Vision WASP W. S. Darley & Co

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

More information

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

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

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

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

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

City of Lewiston. Finance Department Allen Ward, Purchasing Agent

City of Lewiston. Finance Department Allen Ward, Purchasing Agent City of Lewiston Finance Department Allen Ward, Purchasing Agent 2018-008 Compact Sidewalk Sweeper December 21, 2017 Sir/Madam: Sealed Proposals will be received in the office of the Purchasing Agent,

More information

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

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

More information

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

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

More information

NOTICE TO BIDDERS. ONE (1) NEW TANDEM AXLE TRUCK (cab & chassis)

NOTICE TO BIDDERS. ONE (1) NEW TANDEM AXLE TRUCK (cab & chassis) NOTICE TO BIDDERS The Roscommon County Road Commission will receive sealed bids until 2:00 p.m. on Thursday, March 22. 2012. (Bids will be opened at 2:00 p.m. for tabulation and review. Bid results and

More information

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

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

HEAVY RESCUE. Model DF0976. PUMPKIN CENTER FIRE DEPARTMENT - Jacksonville, NC

HEAVY RESCUE. Model DF0976. PUMPKIN CENTER FIRE DEPARTMENT - Jacksonville, NC PUMPKIN CENTER FIRE DEPARTMENT - Jacksonville, NC Pumpkin Center is a district adjoining the City of Jacksonville on the northeast. Jacksonville is home to Camp Lejeune Marine Corp Base and Expeditionary

More information

THREE (3) NEW 2018 SIX WHEEL DRIVE MOTOR GRADER WITH LIFT GROUP, REAR-RIPPER/SCARIFIER, AND SNOW WING.

THREE (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 information

Line Body Canopy and Accessories:

Line Body Canopy and Accessories: ATTACHMENT A Heavy Crew Truck Line Body and Accessories Installation. TMWA provided cab & chassis specifications are provided on last page The Cab & Chassis will be a Freightliner (All Other Items Referenced

More information

PART A TENDER SUBMISSION

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

More information

City of Lewiston Finance Department Allen Ward, Purchasing Agent

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

More information

CITY AND COUNTY OF SAN FRANCISCO. SPECIFICATION FOR Copier Lease Agreement Last revision 03/03/2016

CITY AND COUNTY OF SAN FRANCISCO. SPECIFICATION FOR Copier Lease Agreement Last revision 03/03/2016 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 SECTION 1 GENERAL EQUIPMENT SPECIFICATIONS: SPECIFICATION OUTLINE: SFMTA is

More information

Worcester Public Schools Student Transportation Contract Proposed Bid Specification Change Summary Sheet

Worcester Public Schools Student Transportation Contract Proposed Bid Specification Change Summary Sheet Worcester Public Schools 2020-2022 Student Transportation Contract Proposed Bid Specification Change Summary Sheet 1 for a five-year period beginning the First Day of Summer School 2015 and ending on the

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

CLEVELAND COUNTY NORTH CAROLINA REQUEST FOR BID NEW 2012 EXCAVATOR

CLEVELAND 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 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

CITY OF DERBY Bid No REQUEST FOR BIDS

CITY OF DERBY Bid No REQUEST FOR BIDS CITY OF DERBY Bid No. 2014-030 REQUEST FOR BIDS Sealed bid for One (1) 2015 4wd Ford F550 Fire Squad Refurbishment will be received by the City of Derby, Kansas at City Hall, 611 Mulberry, Derby, Kansas

More information

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

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

More information

QUOTE For a 2017 Fire Department Conventional Truck Chassis-Water Tender With PTO Pump

QUOTE For a 2017 Fire Department Conventional Truck Chassis-Water Tender With PTO Pump Town of Wascott PO Box 159,Wascott, WI 54890 Phone: 715/466-4252 Email: wascott@centurytel.net QUOTE For a 2017 Fire Department Conventional Truck Chassis-Water Tender With PTO Pump Note: Bidders must

More information

PUMPERS. up to 2000 gpm pumps. up to 1530 gallon tanks. wheelbase as low as 170. up to 600

PUMPERS. up to 2000 gpm pumps. up to 1530 gallon tanks. wheelbase as low as 170. up to 600 PUMPERS up to 1530 gallon tanks up to 600 hp engine wheelbase as low as 170 up to 2000 gpm pumps E-ONE pumpers are the most versatile, durable pumpers on the market. Offering both 3/16 extruded aluminum

More information

HEAVY RESCUE. Model DFC1173R24. LAFAYETTE TOWNSHIP FIRE PROTECTION DISTRICT Floyds Knob, IN

HEAVY RESCUE. Model DFC1173R24. LAFAYETTE TOWNSHIP FIRE PROTECTION DISTRICT Floyds Knob, IN LAFAYETTE TOWNSHIP FIRE PROTECTION DISTRICT Floyds Knob, IN Lafayette protects an area northwest of Louisville along the I-265 northern loop. This rescue replaces a rescue manufactured by Hackney that

More information

Driver Operator Aerials: Maintenance and Testing. 4 Skills Total. NFPA 1002, Standard for Driver Operator Professional Qualifications, 2014 Edition

Driver Operator Aerials: Maintenance and Testing. 4 Skills Total. NFPA 1002, Standard for Driver Operator Professional Qualifications, 2014 Edition Driver Operator Aerials: Maintenance and Testing 4 Skills Total NFPA 1002, Standard for Driver Operator Professional Qualifications, 2014 Edition Driver Operator Aerials Maintenance & Testing Skills Book

More information

NELSON COUNTY FISCAL COURT

NELSON 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 information

Reques. let Date:

Reques. let Date: Last Alarm Apparatus Project Reques st for Proposal Restoration of Fire Engine 132 1950 Chevro let 64000 Prepared By: Sharon Township Firefighters Association, Inc. Document Version: 1.2 Date: May, 2013

More information

CITY OF NIAGARA FALLS, NEW YORK

CITY OF NIAGARA FALLS, NEW YORK CITY OF NIAGARA FALLS, NEW YORK REQUEST FOR BIDS BID #22-09 Bids on items as specified herein will be accepted at City Hall until 11:00 A.M., and opened at 11:00 A.M. on May 8, 2009. Bidders must state

More information

Tractor/Trailer Lease Bid No. PR-08-P1A

Tractor/Trailer Lease Bid No. PR-08-P1A Illinois Valley Community College Request for Proposals Tractor/Trailer Lease - No. PR-08-P1A Illinois Valley Community College (IVCC) is accepting proposals for a 36 month lease for two (2) tractors and

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

Darley UHP-HV Diesel Specification 1

Darley UHP-HV Diesel Specification 1 Darley UHP-HV Diesel Specification 1 This dual pump is designed for either a powerhead type unit or a full module. The module provides a self-contained diesel powered slide-in type ultra high pressure

More information

Smeal 93 w/ltc MMP Demo #S4486

Smeal 93 w/ltc MMP Demo #S4486 Spec Text NFPA 1901-2009 The National Fire Protection Association "Standard for Automotive Fire Apparatus", 2009 edition, is hereby adopted and made a part of these specifications, the same as if it were

More information

HEAVY RESCUE. Model CRS0862. Bentleyville Fire Department Bentleyville, PA

HEAVY RESCUE. Model CRS0862. Bentleyville Fire Department Bentleyville, PA HEAVY RESCUE Model CRS0862 Bentleyville Fire Department Bentleyville, PA Bentleyville is located in the southwestern corner of Pennsylvania, straddling the busy I-70 corridor. After much research they

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

Plumbing. Controls, Drains, Piping, Flanges, Couplings, Caps and Plugs

Plumbing. Controls, Drains, Piping, Flanges, Couplings, Caps and Plugs Plumbing Hale offers a wide variety of plumbing components to make the pump installation and operation easier for the OEM and End User. Hale controls allow for a clean and compact pump panel. Controls

More information

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

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

More information

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

MEDIUM RESCUE. Model DF0964-R24. Washington Fire Department, North Carolina

MEDIUM RESCUE. Model DF0964-R24. Washington Fire Department, North Carolina MEDIUM RESCUE Model DF0964-R24 Washington Fire Department, North Carolina The City of Washington received an Assistance to Firefighters grant awarded by the Department of Homeland Security and FEMA for

More information

RFQ Fleet Vehicles. The City of Dawson Creek is requesting quotations for the supply and delivery of:

RFQ Fleet Vehicles. The City of Dawson Creek is requesting quotations for the supply and delivery of: RFQ 2016-23 Fleet Vehicles The City of Dawson Creek is requesting quotations for the supply and delivery of: One (1) 2016 Minimum GVW 4300kg, 4 Wheel Drive, Regular Cab, Long Box Truck. One (1) 2016 Minimum

More information

REQUEST FOR 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

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

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

More information

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

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

More information

Superior Performance

Superior Performance QMAX MIDSHIP PUMP Superior Performance QMAX Superior Performance The Qmax single stage mid-ship pump generates NFPA 1901 rated flows up to 2,250 GPM (8,515 LPM) from draft True 2,000 GPM rated pump body

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

CITY OF MARYVILLE ELECRIC DEPARTMENT Maryville, Tennessee SPECIFICATIONS FOR 15KV POWER CIRCUIT BREAKERS. September 2018

CITY OF MARYVILLE ELECRIC DEPARTMENT Maryville, Tennessee SPECIFICATIONS FOR 15KV POWER CIRCUIT BREAKERS. September 2018 CITY OF MARYVILLE ELECRIC DEPARTMENT Maryville, Tennessee SPECIFICATIONS FOR 15KV POWER CIRCUIT BREAKERS September 2018 Myrick Clinton Cannon TN P.E. #112337 Patterson & Dewar Engineers, Inc. P. O. Box

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

REQUEST FOR PROPOSAL FOR CITY OF PARSONS 2018 CLEAN TENNESSEE ENERGY GRANT FIVE (5) CNG FUELED VEHCILES FORM OF BID A

REQUEST FOR PROPOSAL FOR CITY OF PARSONS 2018 CLEAN TENNESSEE ENERGY GRANT FIVE (5) CNG FUELED VEHCILES FORM OF BID A REQUEST FOR PROPOSAL FOR CITY OF PARSONS 2018 CLEAN TENNESSEE ENERGY GRANT FIVE (5) CNG FUELED VEHCILES FORM OF BID A RESPONSE DEADLINE Monday, November 26, 2018 12 O clock Noon BIDS MUST BE MAILED OR

More information

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

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

More information

BID SPECIFICATIONS 2018 TERMINAL BUILDING STANDBY GENERATOR PROJECT

BID SPECIFICATIONS 2018 TERMINAL BUILDING STANDBY GENERATOR PROJECT BID SPECIFICATIONS 2018 TERMINAL BUILDING STANDBY GENERATOR PROJECT The County of Hancock, Maine is seeking bids from qualified firms for the purchase and installation of at least a 20KW backup generator

More information

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

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

More information

SPECIFICATIONS FOR CENTRAL PIERCE FIRE AND RESCUE 1500 GPM/500 GALLON TYPE I ENGINE

SPECIFICATIONS FOR CENTRAL PIERCE FIRE AND RESCUE 1500 GPM/500 GALLON TYPE I ENGINE SPECIFICATIONS FOR CENTRAL PIERCE FIRE AND RESCUE 1500 GPM/500 GALLON TYPE I ENGINE BID SHEET Re: Type 1 Pumper We hereby propose to furnish to you, One (1) to Five (5), current production model year,

More information

QUARTERLY / ANNUAL MOBILE FIRE APPARATUS INSPECTION REPORT. Manufacturer. Serial no. Legend:

QUARTERLY / ANNUAL MOBILE FIRE APPARATUS INSPECTION REPORT. Manufacturer. Serial no. Legend: QUARTERLY / ANNUAL MOBILE FIRE APPARATUS INSPECTION REPORT Inspection date Fire department Apparatus no. Apparatus Manufacturer Model Serial no. Hourmeter _ Chassis Make _ Model VIN Odometer Legend: X

More information

Any manufacturer submitting a proposal or bid, to these specifications; shall meet the following conditions.

Any manufacturer submitting a proposal or bid, to these specifications; shall meet the following conditions. PREREQUISITE BIDDING REQUIREMENTS Any manufacturer submitting a proposal or bid, to these specifications; shall meet the following conditions. The manufacturer of the apparatus herein specified; shall

More information

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

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

More information

Request for Proposal Crime Scene Investigation Truck August 23, 2012

Request for Proposal Crime Scene Investigation Truck August 23, 2012 Request for Proposal Crime Scene Investigation Truck August 23, 2012 1 City of Fargo Request for Proposal The City of Fargo is requesting proposals for (1) Crime Scene Investigation Truck. Sealed proposals

More information

CBRNE HAZMAT. Model HM0875R YONKERS POLICE DEPARTMENT YONKERS, NY

CBRNE HAZMAT. Model HM0875R YONKERS POLICE DEPARTMENT YONKERS, NY CBRNE HAZMAT Model HM0875R YONKERS POLICE DEPARTMENT YONKERS, NY Yonkers PD has placed another Hackney Special Services body into their fleet. This one is designated as a CBRNE (Chemical, Biological, Radiological,

More information

By: 1 By:!/. Ja/JM) Silfl/ejmrjy

By: 1 By:!/. Ja/JM) Silfl/ejmrjy CALL FOR BIDS CITY OF HARDIN, MONTANA Hardin Volunteer Fire Department NOTICE IS HEREBY GIVEN, that the City of Hardin, Montana, will receive bids to furnish the Hardin Volunteer Fire Department with one

More information

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

INVITATION TO BID. If you have any questions concerning this bid, you may call Elizabeth Hope at (912) INVITATION TO BID The Ware County Board of Commissioners is now accepting sealed bids for the purchase of one (1) Four Wheel Drive, All Purpose Tractor with Front End Loader Attachment for use by the Ware

More information

CITY OF DERBY Bid No REQUEST FOR BIDS

CITY OF DERBY Bid No REQUEST FOR BIDS CITY OF DERBY Bid No. 2014-031 REQUEST FOR BIDS Sealed bid for One (1) 2015 4wd Ford F550 Fire Squad will be received by the City of Derby, Kansas at City Hall, 611 Mulberry, Derby, Kansas 67037 until

More information

CITY OF JOPLIN, MISSOURI

CITY OF JOPLIN, MISSOURI CITY OF JOPLIN, MISSOURI BID PACKAGE #2017-03 for EXHAUST REMOVAL SYSTEM FOR JOPLIN FIRE DEPARTMENT STATION #1 JOPLIN FIRE DEPARTMENT 303 E. THIRD ST. JOPLIN, MO 64801 NOTICE TO BIDDERS The City of Joplin,

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

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

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

More information

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

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

More information

Ref: Stock 105 Aerial Specifications. Date: 3/19/09

Ref: Stock 105 Aerial Specifications. Date: 3/19/09 Ref: Stock 105 Aerial Specifications Date: 3/19/09 The specifications within are for a 105 Heavy Duty Aerial mounted on a Smeal Sirius custom chassis. These specifications have been engineered so the end

More information

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

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

More information

Apparatus Replacement Policy

Apparatus Replacement Policy WASHINGTON COUNTY FIRE & EMS OVERSIGHT COMMITTEE Apparatus Replacement Policy Page 1 of 10 Purpose: The purpose of this policy is to outline the apparatus replacement guidelines for fire, rescue, & EMS

More information

Smeal 50 Telesqurt Demo #S4389

Smeal 50 Telesqurt Demo #S4389 Spec Text NFPA 1901-2009 The National Fire Protection Association "Standard for Automotive Fire Apparatus", 2009 edition, is hereby adopted and made a part of these specifications, the same as if it were

More information

ALLEGAN COUNTY ROAD COMMISSION PROPOSAL FOR WESTERN STAR TANDEM REAR AXLE DUMP TRUCKS (CAB & CHASSIS) MINIMUM 64000# GVWR

ALLEGAN COUNTY ROAD COMMISSION PROPOSAL FOR WESTERN STAR TANDEM REAR AXLE DUMP TRUCKS (CAB & CHASSIS) MINIMUM 64000# GVWR ALLEGAN COUNTY ROAD COMMISSION PROPOSAL FOR WESTERN STAR TANDEM REAR AXLE DUMP TRUCKS (CAB & CHASSIS) MINIMUM 64000# GVWR Board of County Road Commissioners of the County of Allegan 1308 Lincoln Road Allegan,

More information

Otsego County Road Commission

Otsego County Road Commission Otsego County Road Commission William T. Holewinski, Jr., Commissioner Troy W. Huff, Commissioner David C. Matelski, Commissioner Jason T. Melancon, Manager Thomas A. Deans, Engineer Rebecca L. Jerry,

More information

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

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

More information

Invitation to Bid NEW FOUR WHEEL DRIVE EXTENDED CAB PICKUP TRUCK

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

More information

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

ACCEPT ONLY THE BEST

ACCEPT ONLY THE BEST ACCEPT ONLY THE BEST Cab & Chassis The truck shall be supplied by the customer. CET Fire Truck Glider kit #7 Revised January 10 th 2018 The glider kit is made for dual rear wheels truck with a «back-of-cab-to

More information

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

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

More information

CLINTONVILLE FIRE DEPARTMENT RFQ BRUSH TRUCK SECTION

CLINTONVILLE FIRE DEPARTMENT RFQ BRUSH TRUCK SECTION PROPOSAL FORM The Clintonville Fire Department (CFD) at 50 10 th St. Clintonville WI 54929 has received a FEMA grant for firefighting assistance as well as approval by the governing bodies of the City

More information

Smeal 100 MMP Demo #S4424

Smeal 100 MMP Demo #S4424 Spec Text NFPA 1901-2009 The National Fire Protection Association "Standard for Automotive Fire Apparatus", 2009 edition, is hereby adopted and made a part of these specifications, the same as if it were

More information

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

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

More information

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

Request for Proposal Snow Blower October 12, 2015

Request for Proposal Snow Blower October 12, 2015 Request for Proposal Snow Blower October 12, 2015 1 City of Fargo Request for Proposal The City of Fargo is requesting proposals for one (1) Loader Mounted Snow blower. Sealed proposals will be received

More information

BID SPECIFICATIONS & INFORMATION FOR ONE (1) OR MORE TYPE 3 AMBULANCE & EQUIPMENT FOR

BID SPECIFICATIONS & INFORMATION FOR ONE (1) OR MORE TYPE 3 AMBULANCE & EQUIPMENT FOR BID SPECIFICATIONS & INFORMATION FOR ONE (1) OR MORE TYPE 3 AMBULANCE & EQUIPMENT FOR MARYSVILLE FIRE DISTRICT 1094 CEDAR AVENUE MARYSVILLE, WASHINGTON 98270 FIRE CHIEF: Martin McFalls PROJECT MANAGER:

More information

36CSR27 TITLE 36 LEGISLATIVE RULE BOARD OF COAL MINE HEALTH AND SAFETY SERIES 27 RULES AND REGULATIONS GOVERNING SURFACE AREAS

36CSR27 TITLE 36 LEGISLATIVE RULE BOARD OF COAL MINE HEALTH AND SAFETY SERIES 27 RULES AND REGULATIONS GOVERNING SURFACE AREAS TITLE 36 LEGISLATIVE RULE BOARD OF COAL MINE HEALTH AND SAFETY SERIES 27 RULES AND REGULATIONS GOVERNING SURFACE AREAS 36-27-1. General. 1.1. Scope. -- Rules and Regulations Governing Surface Areas. 1.2.

More information

MOBILE AIR & LIGHT. Model HM0678 NANCY RUN FIRE COMPANY BETHLEHEM, PA

MOBILE AIR & LIGHT. Model HM0678 NANCY RUN FIRE COMPANY BETHLEHEM, PA MOBILE AIR & LIGHT Model HM0678 NANCY RUN FIRE COMPANY BETHLEHEM, PA Nancy Run Fire Company provides breathing air and scene lighting mutual aid responses for the Allentown and Bethlehem, Pennsylvania

More information