REQUEST FOR QUOTE (RFQ) # FOR: (2) 2018 TRI-AXLE CAB & CHASSIS WITH TRADE IN OPTIONS POSTING DATE: DECEMBER 27, 2017
|
|
- Clare Burns
- 5 years ago
- Views:
Transcription
1 REQUEST FOR QUOTE (RFQ) # FOR: (2) 2018 TRI-AXLE CAB & CHASSIS WITH TRADE IN OPTIONS POSTING DATE: DECEMBER 27, 2017 RESPONSE DEADLINE: FEBRUARY 7, :00 A.M. CENTRAL STANDARD TIME (CDT) TO: DAVE FRISQUE MARINETTE COUNTY HIGHWAY DEPARTMENT 501 PINE STREET PESHTIGO WI 54157
2 Table of Contents I. BACKGROUND... 3 II. TENTATIVE TIMELINE... 3 III. RFQ DUE DATE... 3 IV. ON-SITE VISITS... 4 V. RFQ QUESTIONS... 4 VI. RFQ SUBMISSION REQUIREMENTS... 5 VII. VENDOR SELECTION... 5 VIII. CONTRACT TERMS... 5 IX. FINANCIAL VERIFICATION... 5 X. OTHER... 5 XI. PROJECT CHANGES... 6 XII. ATTACHMENTS... 6 ATTACHMENT A... 7 ATTACHMENT B ATTACHMENT C ATTACHMENT D Page 2 of 24
3 I. BACKGROUND The Marinette County Highway Department is requesting sealed quotes for two (2) new 2018 Tri-Axle Cab and Chassis with trade in options. Equipment shall be delivered to the body dealer not later than 60 days from the delivery date indicated on the response. In the event equipment is not delivered to the body shop within 60 days from the delivery date indicated on the response, vendor shall be liable for and shall pay to Marinette County the sum of $ for each calendar day of delay for the 2018 tri-axle cab and chassis not delivered until the equipment is delivered to the body dealer and accepted by Marinette County. Any modification to this Penalty shall be mutually agreed to by the parties in writing. The quote must be submitted on Attachment A, Tabulation Sheet, and Attachment B, Bid Specifications. Multiple quotes may be submitted. All quotes shall be firm for at least 60 calendar days from the quote due date. Notwithstanding any other provisions of the RFQ, Marinette County reserves the right to reject any or all quotes, to waive any irregularity or informality in a quote, and to accept or reject any item or a combination of items when doing so would be to the advantage of Marinette County or its taxpayers. It is further within the right of Marinette County to reject quotes that do not contain all elements and information requested in this document. Marinette County shall not be liable for any losses incurred by the contractor making the quote throughout this process. The cost of preparing a response to this RFQ is not reimbursable in part or in whole to the contractor. Any quote received will become the property of Marinette County and a matter of public record. Any proprietary material or information should be marked and submitted as a supplement to the quote to allow the County to protect the information as warranted. II. III. TENTATIVE TIMELINE RFQ posted by 4:30 p.m. CDT December 27, 2017 On-site Visits Week of January 8, 2018 RFQ questions due by 11:00 a.m. CDT January 26, 2018 RFQ answers to questions posted by 4:30 p.m. CDT January 30, 2018 RFQ responses due by 11:00 a.m. February 7, 2018 RFQ DUE DATE Original quotes must be submitted by no later than 11:00 a.m. CDT on February 7, Quotes received after the due date/time will not be accepted. Marinette County reserves the right to reject any or all quotes. Page 3 of 24
4 IV. ON-SITE VISITS Interested vendors may schedule an appointment the week of January 8, 2018 to display the prospective truck to Marinette County. Appointments must be scheduled in advance by contacting Dave Frisque at (715) V. RFQ QUESTIONS All questions related to this RFQ must be submitted not later than 11:00 a.m. CDT, January 26, 2018, via to Clearly mark the Questions for RFQ# (2) 2018 Tri-Axle Cab Chassis. Phone call or faxed questions will not be accepted. Answers to questions will be posted in the form of an addendum to the RFQ and placed on the Marinette County website on January 30, 2018, not later than 4:30 p.m. CDT. It is the responsibility of all interested vendors to access the website for this information. Calls for assistance with the website may be made to (715) V. BID BOND A bid bond check in the amount of 5% of the bid made payable to the Marinette County Highway Department must accompany all bids. Acceptable forms of bid bonds are: Bid Bond signed by a surety company authorized to do business in the State of Wisconsin Cashier s check Certified check Letter of credit drawn on a responsible financial institution U.S. Postal money order The County will issue a purchase order to the selected vendor. When the accepted units are delivered F.O.B. to the equipment/body dealer, a progress payment equal to 100% of the Net Bid Price shall be made to the cab & chassis bidder upon receipt of an invoice subsequently approved at the monthly county board and highway committee meetings. The 5% bid bond shall be held to assure cooperation between the cab & chassis dealer and the body dealer to address any discrepancies. The 5% bid bond shall be returned to the chassis vendor upon delivery and acceptance of the completed units F.O.B. at Peshtigo. This is typically 2-3 months from delivery of cab & chassis to body dealer. A release, signed by both the body dealer and chassis vendor, stating that all associated retrofit costs incurred at the body dealer are mitigated and are nonchargeable to the Marinette County Highway Department must be provided prior to the release of the 5% bid bond. All required parts, maintenance & service manuals must be delivered to the Highway Department before final release of the surety amount. All supplies or equipment sold to the Marinette County Highway Department shall be sold at the risk of the bidder until accepted by the Highway Committee. Page 4 of 24
5 VI. RFQ SUBMISSION REQUIREMENTS Original quote and one copy must be mailed or hand delivered. Quotes shall be clearly labeled RFQ# (2) 2018 Tri-Axle Cab Chassis and submitted to the address listed below: Dave Frisque Marinette County Highway Department 501 Pine Street Peshtigo, WI The quote must include: Attachment A Bid Tabulation Sheet Attachment B Statement of Understanding Attachment C - Addendum Sheet, if applicable 5% Bid Bond Upon award of the contract, the selected vendor will be required to submit a federal W-9 Form and payment address to Marinette County. Vendors previously established with the county may have this requirement waived. The quote shall be prepared with a straightforward, concise delineation of the vendor s capabilities to satisfy the requirements of this RFQ. A vendor may withdraw or modify its quote prior to the quote due date. Any changes or withdrawals must be made in writing prior to the quote due date. VII. VIII. IX. VENDOR SELECTION The factors to be used by Marinette County in evaluating the quotes will include, but are not limited to, the following: Vendor history with Marinette County Additional benefits and services such as warranty/maintenance record Proposed fee Time of delivery of completed units FOB body dealer CONTRACT TERMS The vendor may provide a contract to be approved by Marinette County Corporation Counsel. If the vendor does not provide a contract, the vendor shall be required to sign a contract similar to Attachment D. FINANCIAL VERIFICATION Vendor s financial solvency may be verified through financial background checks via Dun & Bradstreet or other means prior to contract award. Marinette County reserves the right to reject Quotes based on information obtained through these background checks. X. OTHER All work shall conform to all applicable industry standards, federal, state and local laws, codes and ordinances. Page 5 of 24
6 No vendor will be provided with financial and/or competitive vendor information on this Quote until after the award of contract has been made. At that time, all Quotes will be available for review in accordance with the Wisconsin Open Records Law. Marinette County shall not be held liable for any claims arising from disclosure required under the Wisconsin Open Records Law. Marinette County and its departments are exempt from payment of all federal, state and local taxes on its purchases except Wisconsin excise taxes. Any contract between vendor and Marinette County shall be subject to the laws of the State of Wisconsin. In connection with the performance of work under such contract, the vendor agrees not to discriminate against any employee or applicant for employment because of age, race, religion, color, handicap, sex, physical condition, developmental disability, sexual orientation, or national origin. By responding to this Quote, prospective vendors acknowledge and accept the attachments, including insurance requirements and service template contract sample attached. XI. PROJECT CHANGES Marinette County reserves the right to make changes to the project. Any changes in the scope of services shall be mutually agreed upon in writing by the Vendor and the County. XII. ATTACHMENTS Attachment A Tabulation Sheet Attachment B Statement of Understanding of Quote Attachment C Addendum Sheet Page 6 of 24
7 ATTACHMENT A RFQ# TWO (2) 2018 TRI-AXLE CAB & CHASSIS WITH TRADE IN OPTIONS BID TABULATION SHEET MAKE: MODEL: YEAR: DELIVERY DATE F.O.B. TO BODY DEALER The earliest delivery date is a deciding factor as to successful proposer. Note: Proposer is responsible for delivery of cab & chassis to Body Dealer. 1. ENGINES: 12-15L, min 300hp, RPM w/front PTO set up, Cummins preferred Note: Standard warranties to be the same as found on pages of quote package MAKE MODEL: RATED RPM & TORQUE 2. OEM AIR SUSPENSION SYSTEM: (all axle specifications to be the same as on page 9): Capacity at ground: 46,000 lb. minimum Capacity Make Model Describe Air Suspension System: CAB & CHASSIS SPECIFICATIONS: The following aluminum, galvanized or steel cab and chassis series are acceptable for quote: Specify: Aluminum Galvanized Other (specify) Specify Cab and Chassis Model: All components shall have a minimum of 20" ground clearance and shall be located so as not to interfere with the placement of an under body scraper. COMPLIES MINIMUM CAB SPECIFICATIONS: YES NO 1. Fully insulated cab. 2. Fully insulated headliner. 3. Fully insulated floor. Page 7 of 24
8 4. One piece molded rubber floor mat 5. Air ride cab suspension (CABMATE or Other specify ) 6. Stainless steel heated mirrors with heavy-duty hardware (Remote on both sides) + heated convex mirrors 7. Tinted glass, safety type 8. Tinted windshield, safety type. 9. Headliner, center mounted defroster circulation fan. 10. Power windows-driver & Passenger side control (O.E.M.only) 11. Dual air horns (Grover round 15 1/2" X 4" or approved equal) 12. Stainless steel dual outside grab handles. 13. AM/FM radio w/cd 14. Power port w/additional accessory port 15. Dual arm rests 16. Dome light activated by door switches 17. Dual interior sun visors. 18. Outside sun visor painted to match truck 19. Tilt / telescopic steering Padded steering wheel 21. Oversize rear cab window 22. Exterior air temperature gauge (in-cab) 23. Daylight window in passenger door 24. Proper clearance for tire chains front and rear tires, not cables ADDITIONAL SPECIFICATIONS: 1. Rust protections/undercoating 2. Heated windshield Please list price associated with addition options if applicable: GENERAL: 66,000 Lb. G.V.W.R. Tandem-Axle MAKE: MODEL: HUB RATED CAPACITY: G.V.W.R. - 66,000 Lb. minimum G.A.W.R. - Front 27,000 Lb. minimum G.A.W.R. - Front G.A.W.R. - Rear 46,000 Lb. minimum G.A.W.R. - Rear TRAILER PROVISIONS: Chassis must be set up with air brake piping assembly & fittings to rear of truck for trailer provisions with in-cab controls. Yes No Comment AXLE DIMENSIONS: Approximately " Cab to Axle Wheelbase: 220" - 226" Page 8 of 24
9 Please explain deviations Cab - to center of trunnion: In. Wheelbase: In. Turning Radius - Left: Ft. Right: Ft. BA dimension inches Cab - to center of trunnion: In. Wheelbase: In. Turning Radius - Left: Ft. Right: Ft. BA dimension inches Confirm with body mfg. for right measurements of cab to axel. FRAME: Type required: Single full length heavy duty frame (127,000 PSI) State Section Modulus: full = per rail Resistance to Bending Moment: for entire length of frame Frame size: Reinforced: One piece extended 24" in front of grill. After frame length required = 60". Provide shop drawings for any frame extension reinforcement. Y N N/A FRONT AXLE & FRONT SUSPENSION: Steering: Sheppard integral power steering w/dual steer gears. Model: Front axle: M100/M80 Single I beam, Standard track configuration with zerk fitting on the rod ends, king-pins, drag link, and ball joints. Set-back axle configuration. Capacity at ground: Front Suspension: Total capacity at ground: 27,000 Lbs. Semi elliptic springs - leaf type 27,000 Lb. Minimum Capacity lbs. Maximum available degree of wheel cut: Degrees BRAKES: Type: S-Cam brakes required front & rear. Heavy duty, full air with sufficient reserve tanks, as per FMVSS. Dust shields front/rear, inverted brake cans for asphalt dump clearance. Effective lining area: As required for G.V.W.R. & G.A.W.R. ratings. Shoe size front Chamber size inches Shoe size rear Chamber size inches Compressor to reservoir lines: Must be flexible type with flexible or rigid connections. Page 9 of 24
10 Antilock brake system: 4 Channel with air traction control & in cab switch (Prefer Bendix) Specify Brand Brake lines: Color coded nylon braided lines AIR COMPRESSOR: Shall be a Cummins 18.7 C.F.M. or approved equal CAPACITY C.F.M. COMPONENT: MAKE MODEL AUTOMATIC SLACK ADJUSTER: Meritor A.S.A. front & rear or approved equal. MAKE MODEL AIR DRYER: Bendix AD-IS EP w/heater (or approved replacement) to be located on outboard left side of frame behind the battery box. 20" ground clearance is necessary for under body scraper. EMERGENCY BRAKE: Type: Air operated with cab control emergency air supply valve and remote air reservoir EXHAUST SYSTEM: Supply an exhaust system with configuration so as not to interfere with mounting of the dump box, combination oil-fuel tank and under body scraper. System shall have a minimum of 20" ground clearance. All flex tubing must be stainless steel & 90 top of vertical stack. ELECTRICAL SYSTEM: Type: 12 volt, negative ground with eight (8) O.E.M. spare circuits/switches/wiring for cab-mounted strobes, rear box strobes, forward cab guard strobes, and additional cab-mounted plow lights. Page 10 of 24
11 The following identification O.E.M. labels should be marked on the spare switches: Plow Lights, Roof Lights, Main Strobe, Scraper Lights, Wing Strobes & Top Strobes ALTERNATOR: Heavy duty, low speed cut-in w/ transistorized voltage regulator Delco Model # 24SI or Approved equal rated at 160 Ampere minimum. Yes No Comment BATTERY BOX: O.E.M. sealed aluminum battery box with non-slip step on driver s side for batteries + additional O.E.M. step assembly on passenger side. Battery cables (00) or larger 3 - Heavy duty, threaded stud type, long life, maintenance free. S.A.E. cold cranking ampere (2075 minimum total zero degrees) 20" ground clearance is necessary for under body scraper. Optional sealed aluminum battery box (empty)/step on passenger side Add $ ELECTRICAL CIRCUIT PROTECTION: Automatic reset circuit breakers shall be used in place of fuses whenever possible. Rating - as required for adequate electrical protection. ELECTRONIC SUPPRESSION: Truck electrical systems shall be suppressed and not affect agency radio equipment. COMPLIES: Yes No Comment ENGINE ACCESSORIES: Oil Pan: Compression Brake: Air filter: Oil filter: Fuel filter: Electrical connectors: Winter summer control: Nickle-plated to prevent premature corrosion Jacobs with in-cab three position control Dry type w/ in cab filter minder Full flow "spin-on" type, mounted on the engine block. Fuel Pro 380 w/ electric heater Weather pack silicone sealed chassis connectors required. In cab control to provide air flow from outside the truck under Page 11 of 24
12 Cooling fan: Engine heater the hood as selected by the operator. The control shall be labeled for winter or summer uses with the outside air cleaner to be located on driver s side of unit. Must be 2 speed fan clutch for frequent start/stops. Must be factory installed Yes No Comment COOLING SYSTEM: Construction: Bolt on tank construction preferred with composite construction requiring approval of the MCH. Radiator protection screen behind grille and silicone heater/coolant hoses required. Capacity: As needed for continuous low gear operations with loads of rated capacity with water/oil heat exchanger isolated from radiator for cooling of transmission. Variable speed required. Yes No Comment CONSTRUCTION: Bolt on tanks Composite CAPACITY: square inches TRANSMISSION: Allison World HD RDS Speed Wide Ratio Automatic (Torque capability to meet or exceed engine torque) MAKE: MODEL: Shift and indicator mounting: Prefer dash mounted location with push button control. Floor mounting must be approved by Marinette County. Column mountings will not be acceptable. Describe mounting location: COMPLIES: YES NO Selector: Control w/lighted position indicator. Indicator must clearly designate all ranges. Transmission oil filter: Shall be an internal element style. Transmission instruction plate: Dash board or left door in clear view of the driver. Transmission equipped w/port for connecting ground speed control sensing equipment. Page 12 of 24
13 Automatic transmission oil cooler located so as not to interfere w/body installation Filler Tube with dip stick to be accessible from the engine compartment ecm to be relocated into the cab behind the passenger seat or other approved location PTO port available for transmission-mounted hydraulic pump REAR AXLE & REAR SUSPENSION: EATON DS461P single speed with power divider lock & lube oil pump w/ 18" ring gear Capacity at ground: 46,000 lb. minimum CAPACITY: Axle gear ratio: Axle gear ratio: To be determined following award, must meet a road speed of 65 mph, and must be approved by Marinette County. Rear suspension: Differential lock: indicator light. Gear lubricant: Hendrickson HMS w/shock absorbers. Driver controlled in both front & rear axles of tandem assembly with in-cab Synthetic gear lube required MAKE MODEL CAPACITY: FUEL TANKS & FRONT BUMPER: The fuel tank is to be sufficient for transportation only. The front bumper shall be a frame mounted bolt-on type sufficient for use during non-winter related operations and is capable of meeting FMVSS. Separately mounted DEF tank mounted on left side to be included (state size/location). SEATS & SEAT BELTS: Driver's seat: NATIONAL, high back, air suspension, cloth fabric. MAKE MODEL Page 13 of 24
14 Passenger seat: NATIONAL, high back, non-suspension. Note: Seat belts with shoulder harness and retractors shall be provided for the driver and passenger locations. All metal to metal fasteners shall meet Federal Motor Vehicle Safety Standards. Dual arm rests required on both driver & passenger seats. FRONT WHEELS & FRONT TIRES: Hub piloted wheels: Single, disc style. (8,000# & 120 psi heavy duty rim) Rim size: Wheel seals: Front tires: Size: 12:00-10 hole hub (Inset Rim) National Federal-Mogul Teflon oil bath seals Tubeless radial, over the road tire. Michelin XZY or Bridgestone M844F TL 425 / 65 R 22.5 Load range: L (20 ply) or approved equal by Marinette Co. TIRE: BRAND: TREAD: SIZE: REAR WHEELS & REAR TIRES: Hub piloted wheels: Dual, disc style (8,000# & 120 psi heavy duty rim) Rim size: 8:25-10 hole hub. Dual spacing for use of tire chains. Rear Tires: Size: Load range: Tubeless, radial non-directional, mud and snow drive tire. Continental HDL 11 R22.5 or approved equal by Marinette Co. H (16 ply) or equal. TIRE: BRAND: TREAD: SIZE: FRONT FENDERS & HOOD ASSEMBLY: Page 14 of 24
15 Construction: Fiberglass MATERIAL: Type: Manufacturer's standard assembly. Forward tilting with stationary grille. Tilting hood shall be provided for routine maintenance without removal of the hood assembly or the snowplow push frame. Must have proper clearance for tire chains not cables. DESCRIBE HOOD ACCESS: FENDER FLARES Fender flares of size recommended by the Manufacturer for chassis and completed truck. INNER FENDER MOTOR SPLASH GUARDS: Splash guards of size and type by Manufacturer for chassis and completed truck. To be hood mounted with sufficient bolt-on bracing for the heavy duty application and proper clearance for tire chains. COMPONENT: MAKE: MODEL: REAR VIEW MIRRORS: Type: Dual, electrically heated (control from in Cab), outside rear vision. Glass mounted in stainless steel frame, rubber or plastic not acceptable. Mounted with heavy duty hardware. Remote control on both sides + heated convex mirrors. Size: Approximately 16" X 7" w / 8" heated convex mirror (both sides) bottom mount. INSTRUMENT AND WARNING SYSTEM: The following instrument and warning systems shall be furnished. 1. Speedometer 2. Odometer 3. Tachometer 4. Fuel gauge 5. Hour meter: Prefer oil pressure activated or may be electric model activated by engine rpm. Type: 6. Engine coolant temperature gauge with high recommended temperature warning light & buzzer 7. Air pressure gauge with warning low-pressure warning light and buzzer. 8. Engine oil pressure gauge with low-pressure warning light and buzzer. 9. Transmission temperature gauge. 10. Manifold pressure gauge. 11. Engine air filter restriction gauge-in-dash mounted filter minder. Page 15 of 24
16 12. Voltmeter 13. Interior / exterior air temperature gauge 14. Air brake application pressure gauge 15. DEF gauge COMPLIES: Yes No If No, Describe HEATER & DEFROSTER & AIR CONDITIONER: Heavy duty, hot water, fresh air, type with all controls for effective heating and/or defrosting under cold weather conditions with removable intake filter for winter use. Supply O.E.M. air conditioning unit. COMPLIES: Yes No BTU s WINDSHIELD WIPERS: Type: Dual, heavy duty, electric two-speed windshield wiper with intermittent speed control and electric washer. Blades: Rubber covered components similar to TRICO AR-11-1 blades. COMPLIES: YES NO CONTROL LOCATION STANDARD LIGHTS: Headlights with high/low beams: Type: Sealed beam, 2 or 4 elements. Halogen Location: Standard production location. Lens color: Clear Control: Combination light control switch with turn signal mounted dimmer switch. COMPLIES: YES NO FRONT TURN SIGNAL AND PARKING LIGHTS: Location: Front fender Lens color: Front amber Parking light control: Combination light control switch. Turn signal control: Turn signal control switch and 4-way hazard warning switch. COMPLIES: Yes No Comments CAB CLEARANCE LIGHTS: Location: Outer front edge of cab top. Lens color: Amber Control: Combination light control switch Page 16 of 24
17 COMPLIES: Yes No Comments REFLECTORS: As required by Wisconsin state law. COMPLIES: Yes No Comments 4 - WAY HAZARD SWITCH: Type: As required to operate all turn signal lights simultaneously in a flashing mode, with heavy duty flasher. COMPLIES: Yes No Comments PAINT: Color: Bright Orange, comply w/ Dupont Imron 498H or Sikkens Navo 323 Areas: Cab shall be painted orange. The dealer shall provide all necessary information regarding lot # & paint codes to the body dealer for matching. Frame and running gear shall be painted manufacturer's black. COMPLIES: Yes No Comments PAINT SPEC. # STANDARD MANUFACTURER'S WARRANTY: Coverage: All defective parts and workmanship from delivery date & acceptance from the body dealer. Warranty on Chassis will start when we receive completed truck from body builder. Warranty Service: All defects shall be promptly corrected on-site at no cost to the Marinette County Highway Department. STATE STANDARD MANUFACTURER S WARRANTY STATE ADDITIONAL WARRANTIES, INCLUDE ADDITIONAL COSTS LITERATURE: Page 17 of 24
18 Proposer shall submit two sets of literature describing the make and model of the truck that they propose to furnish. COMPLIES: Yes No Comments Proposer shall give access to all online parts (for life of truck) and engine diagnosis programs for a minimum of 1 year at no cost. SUMMARY SHEET: A summary sheet of the manufactures truck components is to be supplied with the quote. SAFETY COMPONENTS: The truck shall be furnished complete with all safety components that are required by the current Federal Safety Standards for the size of truck proposed to be furnished. COMPLIES: Yes No Comments NEW TRUCK INSPECTION: It will be the responsibility of the successful proposer to deliver the units F.O.B. Body Dealer. Before the trucks are delivered to the Dealer, the vendor shall make a complete inspection of the units to ensure operation of the trucks and that all parts are properly lubricated. The vendor shall correct any defects before delivery. COMPLIES: Yes No Comments F.O.B. BODY LOCATIONS: Monroe Truck Equipment, DePere Olson Trailer & Body, Green Bay Casper Truck Equipment, Little Chute Truck Equipment, Green Bay OPERATOR'S BOOKS: The successful proposer shall furnish at least one additional operator's instruction and maintenance manual to the destination to which units are delivered, in addition to the books which shall be in each truck. EXTRA KEYS: The dealer is to supply 4 extra keys for doors and ignition for the truck with no extra cost to Marinette County Highway Department. SERVICE MANUALS: Successful proposers shall have their District Manager or Fleet Service Manager contact Marinette County about warranty, service manuals, and service bulletins prior to vehicle delivery to the destinations. Two (2) sets of each manual or a adigital copy of the manuals listed below is required with no charge to Marinette County. Parts Manual - Custom illustrated * Service Manual * Line Sheet Page 18 of 24
19 Service Bulletin Updates as required. * Includes Engine, Transmission, and ABS brake system. COMPLIES: YES NO Manuals: Operators manual shall accompany each unit at time of receipt. The Marinette County Highway Department reserves the right to accept or reject any and all quotes, to waive any irregularities in quotes and to make the award of the quote in the best interest of the county. Special consideration will be given to a proposer based on past performance with regard to ability to stock & supply parts and components. The speed in which parts & components are received from suppliers, location of the facility to ship and deliver is very important. DELIVERY: It will be the responsibility of the successful truck vendor to guarantee delivery of the chassis within the quoted time to the body dealer. The chassis proposer is not responsible for delays created by the body installation dealer. The chassis dealer is responsible for prompt F.O.B. delivery to the Marinette County Highway Department in Peshtigo upon completion of the body package installation. TRAINING: The successful proposer shall provide reasonably available literature/videos for the training of mechanics and operators. COMPLIES: Yes No Comments PRICING: Year Make Model Price $ Each TRADE-IN UNITS The units listed below may be used as trade in with the purchase of the (2) 2018 Tri-Axle Cab and Chassis. # International X2 Truck with dump box with snow removal equipment, mileage not known. $ # International 2674 Truck with dump box with snow removal equipment, mileage not known. $ Page 19 of 24
20 Proposed Tri-Axles Year Make Model Price Less Trade-In Total Cost $ $ $ The Marinette County Highway Department reserves the right to accept bids from the public for comparison of trade in unit quote from successful bidder prior to anticipated delivery date of new vehicles. I have full authority to make such statements and to submit this quote as the duly recognized representative of the Proposer. Signature of Duly Authorized Individual Date Printed Name: Title: Business Name: Address: Phone Number: Address: Page 20 of 24
21 Vendor name Vendor s address City State Zip code Contact person s name & position ATTACHMENT B RFQ# TWO (2) 2018 TRI-AXLE CAB & CHASSIS WITH TRADE IN OPTIONS STATEMENT OF UNDERSTANDING OF QUOTE Vendor s Phone number Vendor s Fax Number We have read the County s Request for Quotes (RFQ) # for Two (2) New Tri-Axle Cab & Chassis including Trade In Options and fully understand its intent. We certify that we have adequate personnel, equipment, and license to perform said services. We understand our ability and fitness to perform shall be judged solely by Marinette County. In addition, we certify that: (a) Our quote is not made in the interest or on behalf of any person not named therein; (b) We have not directly or indirectly induced or solicited any person to submit a false or misleading quote or to refrain from proposing; (c) We have not in any manner sought by collusion to secure an advantage over any other vendor; (d) We have thoroughly examined the RFQ requirements, and our proposed fees cover all costs for service/equipment we have proposed; (e) We acknowledge and accept all the terms and conditions included in the RFQ; and (f) I have full authority to make such statements and to submit this quote as the duly recognized representative of the Proposer. Signature of Duly Authorized Individual Date Page 21 of 24
22 ATTACHMENT C RFQ# TWO (2) 2018 TRI-AXLE CAB & CHASSIS WITH TRADE IN OPTIONS ADDENDUM SHEET (If Addendums exist for this project, please sign, date, and submit with Quote.) The undersigned acknowledges receipt of the following addenda: Addendum #1 Addendum #2 Addendum #3 Addendum #4 Addendum #5 The undersigned agrees with the following statement: Initials Initials Initials Initials Initials I have examined and carefully prepared the response to quote from the plans and specifications and have checked the same in detail before submitting to Marinette County. Name Signature Date All vendors are responsible to check for addenda, posted on the county website at for this project prior to the due date. No notification will be sent if addenda are posted unless there is an addendum within three (3) business days of RFQ due date. All vendors receiving initial notification of project will be notified by Marinette County of all addenda issued within three (3) business days prior to due date. If a RFQ has already been submitted, vendor is required to acknowledge receipt of addendum via fax or prior to due date. A new RFQ response must be submitted by vendor if addendum affects costs. Vendors that do not have internet access are responsible to contact Marinette County at to ensure receipt of addenda issued. RFQs that do not acknowledge addendums may be rejected. All RFQs submitted shall be sealed. Envelopes are to be clearly marked with required information. Sealed RFQs that are opened by mistake due to inadequate markings on the outside may be rejected and returned to the vendor. Page 22 of 24
23 ATTACHMENT D MARINETTE COUNTY SAMPLE AGREEMENT THIS AGREEMENT is made by and between Marinette County, a municipality, hereinafter referred to as COUNTY, and, hereinafter referred to as VENDOR, for the purpose of. The parties agree as follows: 1. Contact Persons and Contract Administrators: COUNTY s agent and contact person is: Whose principal business address is: Name Department Address Marinette WI VENDOR agent and contact person is: Name: Title: Company: Address: City, State: Telephone: 2. VENDOR agrees the following services, as set forth in the response to the Request for Quote (RFQ) dated will be provided to Marinette County. 3. VENDOR agrees to present manufacturer s literature regarding materials & warranty. 4. Start/Completion dates to be determined. 5. COUNTY agrees to the following: Payment Terms COUNTY will pay the VENDOR within 30 days of receipt of an invoice. 6. Both parties agree that the relationship between the parties shall be that of an independent VENDOR and shall not be construed to be an Employer-Employee relationship; specifically the parties agree that: VENDOR will be responsible to pay all Federal, State and social security taxes on any income received under this Agreement. COUNTY will pay no fringe benefits or other compensation to VENDOR. Page 23 of 24
24 7. VENDOR will provide and maintain certificates of insurance with minimum limits as follows: General liability, each occurrence $1,000,000 Auto liability, each occurrence $ 300,000 Workers Compensation Statutory Requirements Certificates of insurance indicating COUNTY as additional insured must be presented to COUNTY s agent with a signed copy of this agreement prior to commencing work. Additionally, all policies shall contain endorsements by respective insurance companies waiving all rights of subrogation, if any, against COUNTY and shall further provide that policies are not cancelable except upon thirty days written notice to COUNTY. 8. VENDOR hereby agrees to release, indemnify, defend and hold harmless Marinette County, its officials, officers, employees and agents from and against all judgments, damages, penalties, losses, costs, claims, expenses, suits, demands, debts, actions and/or causes of action of any type or nature whatsoever, including actual and reasonable attorney fees, which may be sustained or to which they may be exposed, directly or indirectly, by reason of personal injury, death, property damage, or other liability, alleged or proven, resulting from or arising out of the performance under this agreement by vendor, its officers, officials, employees, agent or assigns. Marinette County does not waive, and specifically reserves, its right to assert any and all affirmative defenses and limitations of liability as specifically set forth in Wisconsin Statutes, Chapter 893 and related statutes. 9. This contract may be amended in writing by mutual agreement of both parties at any time. 10. This agreement shall be governed by the laws of the State of Wisconsin. 11. COUNTY may terminate this agreement in the event VENDOR breaches any of the terms of the agreement or for unsatisfactory performance by VENDOR. Termination shall be immediate upon written notification by the COUNTY. VENDOR Date Kathy Brandt, County Clerk Date Page 24 of 24
ADDENDUM #1, POSTED 12/27/17 RFQ# X4 ONE TON CHASSIS CAB DUALLY
ADDENDUM #1, POSTED 12/27/17 RFQ#18-003-30 2018 2X4 ONE TON CHASSIS CAB DUALLY The current RFP states the following: The Marinette County Highway Department is requesting sealed quotes for one 2018 2x4
More informationRequest for Proposal (RFP) For 2013 Tri Axle Cab and Chassis
Request for Proposal (RFP) For 2013 Tri Axle Cab and Chassis Posting Date: January 24, 2013 Response Deadline: February 19, 2013 3:00 p.m. Central Standard Time (CST) To: Don Duddek Marinette County Highway
More informationREQUEST FOR BID (RFB) # B X4 ONE TON CHASSIS CAB DUALLY POSTING DATE: MARCH 7, 2018
REQUEST FOR BID (RFB) #18-001-30B 2018 2X4 ONE TON CHASSIS CAB DUALLY POSTING DATE: MARCH 7, 2018 RESPONSE DEADLINE: APRIL 4, 2018 11:00 A.M. CENTRAL DAYLIGHT TIME (CDT) TO: DAVE FRISQUE MARINETTE COUNTY
More informationREQUEST FOR BIDS (RFB) # (1) NEW X4-3/4 TON EXTENDED CAB PICKUP TRUCK WITH LIFT GATE POSTING DATE: MARCH 7, 2018
REQUEST FOR BIDS (RFB) #18-022-25 (1) NEW 2018 4X4-3/4 TON EXTENDED CAB PICKUP TRUCK WITH LIFT GATE POSTING DATE: MARCH 7, 2018 RESPONSE DEADLINE: MARCH 27, 2018 11:00 A.M. CENTRAL STANDARD TIME (CST)
More informationALLEGAN COUNTY ROAD COMMISSION PROPOSAL FOR WESTERN STAR TANDEM REAR AXLE DUMP TRUCKS (CAB & CHASSIS) MINIMUM 64000# GVWR
ALLEGAN COUNTY ROAD COMMISSION PROPOSAL FOR WESTERN STAR TANDEM REAR AXLE DUMP TRUCKS (CAB & CHASSIS) MINIMUM 64000# GVWR Board of County Road Commissioners of the County of Allegan 1308 Lincoln Road Allegan,
More informationNOTICE TO BIDDERS. ONE (1) NEW TANDEM AXLE TRUCK (cab & chassis)
NOTICE TO BIDDERS The Roscommon County Road Commission will receive sealed bids until 2:00 p.m. on Thursday, March 22. 2012. (Bids will be opened at 2:00 p.m. for tabulation and review. Bid results and
More informationGALLATIN PUBLIC UTILITIES
GALLATIN PUBLIC UTILITIES Bid Proposal Item: Single Axle Dump Truck Bid Date: Company Address: Phone Number: Manufacturer: Bid Information (1) Prices F.O.B., 249 Hancock Street, Gallatin, Tennessee 37066.
More informationINSTRUCTIONS TO BIDDERS AND SPECIFICATIONS FOR A 7-8 CUBIC YARD DUMP TRUCK
INSTRUCTIONS TO BIDDERS AND SPECIFICATIONS FOR A 7-8 CUBIC YARD CITY OF FOREST 120, SOUTH DAVIS ST P.O. BOX 298 FOREST, MS. 39074 RE: One or More New Dump Truck, Purchase And / Or Lease Purchase Financing.
More informationBOCC MEETING TRANSMITTAL. #4 - Effective and Responsive Government. Consent. Ongoing
BOCC MEETING
More informationCITY 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 informationSTATE OF MINNESOTA EQUIPMENT SPECIFICATION. SPECIFICATION: September 2012 Page 1 SINGLE AXLE CAB & CHASSIS
STATE OF MINNESOTA EQUIPMENT SPECIFICATION SPECIFICATION: 330-912 September 2012 Page 1 1.0 SCOPE SINGLE AXLE CAB & CHASSIS This unit shall be a currently advertised production model as modified per specifications
More informationTENDER. 2017, THREE QUARTER (3/4) TON PICKUP TRUCK, 4x4
Municipality of the County of Colchester Public Works Department 1 Church Street, Truro, NS B2N 3Z5 Telephone: (902) 897-3175 TENDER 2017, THREE QUARTER (3/4) TON PICKUP TRUCK, 4x4 Sealed Tenders for Tender
More informationMANISTEE COUNTY ROAD COMMISSION 2019 TANDEM AXLE TRUCK SPECIFICATIONS AND BID REQUIREMENTS (ALTERNATE BID) January 4, 2018
GENERAL 1. The following minimum specifications are for a tandem axle truck (conventional cab and chassis with an engine and transmission). 2. The truck shall be the manufacturer s current model under
More informationQUOTE For a 2017 Fire Department Conventional Truck Chassis-Water Tender With PTO Pump
Town of Wascott PO Box 159,Wascott, WI 54890 Phone: 715/466-4252 Email: wascott@centurytel.net QUOTE For a 2017 Fire Department Conventional Truck Chassis-Water Tender With PTO Pump Note: Bidders must
More informationTENDER 2019 OR 2020, ONE AND A HALF TON EXTENDED DOUBLE CAB/CHASSIS, 4X4, DUMP BODY TRUCK
Municipality of the County of Colchester Recreation Department 1 Church Street, Truro, NS B2N 3Z5 Telephone: (902) 897-3185 TENDER 2019 OR 2020, ONE AND A HALF TON EXTENDED DOUBLE CAB/CHASSIS, 4X4, DUMP
More informationTENDER. 2017/2018 HALF TON PICKUP TRUCK, EXTENDED CAB, 4x4
Municipality of the County of Colchester Public Works Department 1 Church Street, Truro, NS B2N 3Z5 Telephone: (902) 897-3175 TENDER 2017/2018 HALF TON PICKUP TRUCK, EXTENDED CAB, 4x4 Sealed Tender Forms
More informationTENDER HALF TON PICKUP TRUCK, 4x4
Municipality of the County of Colchester Public Works Department 1 Church Street, Truro, NS B2N 3Z5 Telephone: (902) 897-3175 TENDER 2018 HALF TON PICKUP TRUCK, 4x4 Sealed Tender Forms for Tender for 2018
More informationREQUEST FOR QUOTATIONS
Public Works Department REQUEST FOR QUOTATIONS 12 14 YARD DUMP TRUCK PURCHASE Due: Thursday, July 27, 2017 No later than 2:00 P.M. Submit to: City of Arroyo Grande Attn: Public Works Department 1375 Ash
More informationA summary of the vehicle to be purchased: Department Type of Vehicle Quantity Stormwater Department One Ton Dual Rear Wheel Dump Truck w/ Bed 1
City of Cartersville P.O. Box 1390 1 North Erwin Street Cartersville, GA 30120 DATE: January 24, 2018 TO: FROM: RE: Automobile Dealers Fleet Sales Personnel Tom Rhinehart, Finance Director Vehicle Bids
More informationSPECIFICATIONS AND BID FORM FOR ONE NEW SIX WHEEL DRIVE ARTICULATED MOTOR GRADER WITH SNOW GATE. Street Department
SOUTH DAKOTA CITY OF WATERTOWN SPECIFICATIONS AND BID FORM FOR ONE NEW 201 6 SIX WHEEL DRIVE ARTICULATED MOTOR GRADER WITH SNOW GATE Street Department CITY OF WATERTOWN, OWNER P.O. BOX 910 WATERTOWN SOUTH
More informationREQUEST FOR BID For Trucks. Bid Notice
REQUEST FOR BID For Trucks Bid Notice Bell County Water Control & Improvement District No. 1 (District) is soliciting a Request for Bid for two (2) trucks to be used in its water operations. Sealed Bids
More informationTENDER 2018 OR 2019, ONE AND A HALF TON CAB/CHASSIS, 4X4, DUMP BODY TRUCK
Municipality of the County of Colchester Public Works Department 1 Church Street, Truro, NS B2N 3Z5 Telephone: (902) 897-3175 TENDER 2018 OR 2019, ONE AND A HALF TON CAB/CHASSIS, 4X4, DUMP BODY TRUCK Sealed
More informationRequest for Bids INFORMATION FOR BIDDERS. FURNISH THE CITY OF DERBY, KANSAS, ONE (1)2014 or NEWER TANDEM AXLE 10 YARD DUMP TRUCK w/ PLOW
Request for Bids City of Derby Public Works 2015-027 INFORMATION FOR BIDDERS FURNISH THE CITY OF DERBY, KANSAS, ONE (1)2014 or NEWER TANDEM AXLE 10 YARD DUMP TRUCK w/ PLOW 1. Sealed bids, on the attached
More informationJuly 15, 2016 NOTICE INVITING BIDS NOTICE TO SUPPLIERS FOR FURNISHING MOTOR VEHICLES
July 15, 2016 NOTICE INVITING BIDS NOTICE TO SUPPLIERS FOR FURNISHING MOTOR VEHICLES 1. Sealed bids will be received by Carmichael Water District (District) for furnishing motor vehicles as set forth in
More informationDEPARTMENT OF PUBLIC WORKS WHITMAN COUNTY COLFAX, WASHINGTON Bid for One (1) New Diesel Powered Articulated Four Wheel Drive Loader & Trade
DEPARTMENT OF PUBLIC WORKS WHITMAN COUNTY COLFAX, WASHINGTON 99111 Bid for One (1) New Diesel Powered Articulated Four Wheel Drive Loader & Trade NOTICE TO ALL BIDDERS: Please contact Whitman County Operations
More informationREQUEST FOR BID For Trucks. Bid Notice
REQUEST FOR BID For Trucks Bid Notice Bell County Water Control & Improvement District No. 1 (District) is soliciting a Request for Bid for three (3) trucks to be used in its water and wastewater operations.
More informationNELSON COUNTY FISCAL COURT
NELSON COUNTY FISCAL COURT Specifications/Bid Forms FOR 25 CUBIC YARD REAR PACKER,REAR EJECTION, GARBAGE TRUCK DATE: 08/2017 ADVERTISEMENT FOR BIDS The Nelson County Fiscal Court will accept sealed bids
More informationRFQ Fleet Vehicles. The City of Dawson Creek is requesting quotations for the supply and delivery of:
RFQ 2016-23 Fleet Vehicles The City of Dawson Creek is requesting quotations for the supply and delivery of: One (1) 2016 Minimum GVW 4300kg, 4 Wheel Drive, Regular Cab, Long Box Truck. One (1) 2016 Minimum
More informationRequest 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 informationNOTICE INVITING BIDS 2018 DEPARTMENT OF PUBLIC WORKS VEHICLE CITY OF BEAVER DAM, WISCONSIN
NOTICE INVITING BIDS 2018 DEPARTMENT OF PUBLIC WORKS VEHICLE CITY OF BEAVER DAM, WISCONSIN Sealed volumes, containing proposals, will be received at the City Clerk s Office of the City of Beaver Dam, Wisconsin,
More informationBarrow County Board of Education 179 W. Athens Street Winder, Georgia 30680
Barrow County Board of Education 179 W. Athens Street Winder, Georgia 30680 Judy Roberts Telephone: 770-867-4527 x100214 Business Services Fax: 770-867-4540 E-Mail: jroberts@barrow.k12.ga.us Barrow County
More informationRequest for 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 informationRequest 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 informationInvitation for Bid # Tandem Axle Dump Truck
Invitation for Bid # 2017-009 Tandem Axle Dump Truck Due Date: September 15, 2016 Time: 2:00pm Receipt Location: Government Center, 500 N. Main Street, 7 th Floor, Room #709, Monroe, NC 28112 Procurement
More informationRequest for Proposal Motor Grader January 26, 2015
Request for Proposal Motor Grader January 26, 2015 1 City of Fargo Request for Proposal The City of Fargo is requesting proposals for one (1) Motor Grader. Sealed proposals will be received by the City
More informationType 3 Fire Engine Model 346
Type 3 Fire Engine Model 346 Issue Date: February 2016 Supersedes: February 2014 Type 3 Fire Engine, Model 346 Supersedes February 2014 Page 1 Table of Contents Record of Revisions 3 1 General 4 1.1 General
More informationONE (1) CURRENT MODEL YEAR REGENERATIVE AIR TYPE STREET SWEEPER MOUNTED ON CONVENTIONAL CAB BID NO
CITY OF SAN LEANDRO INVITATION FOR BIDS SUBMIT BID TO: City of San Leandro Purchasing Department 835 East 14th Street San Leandro, CA 94577 FOR FURTHER INFORMATION CONTACT: Julie Jenkins Purchasing Agent
More informationMONTGOMERY COUNTY PUBLIC WORKS DEPARTMENT P. O. BOX 663 INDEPENDENCE, KANSAS PH FAX
MONTGOMERY COUNTY PUBLIC WORKS DEPARTMENT P. O. BOX 663 PH. 620-330-1170 - FAX 620-330-1177 MEMO To: From: Dump Truck Bidders Jim Wright Asst. Public Works Coordinator Date: February 23 rd 2016 Subject:
More informationINVITATION TO BID PURCHASING DEPARTMENT P.O. BOX NORTH ASHLEY ST. VALDOSTA, GEORGIA #LC
INVITATION TO BID PURCHASING DEPARTMENT P.O. BOX 1349 327 NORTH ASHLEY ST. VALDOSTA, GEORGIA 31601 #LC-2019-7001 FOR: New Motor Grader w/rome Sloper for the Public Work s Department OPENING DATE: September
More informationStandard features. Standard features of the Unimog U500 NA 2005 model
of the Unimog U500 NA 2005 model Engine: - MB 906 diesel engine; 260 hp at 2,200 rpm, torque 700 ft-lbs, max. rpm: 2,500 - Mercedes-Benz 6-cylinder diesel engine water cooled, turbo charger and intercooler
More informationCITY OF CORALVILLE th Street, Coralville, IA
CITY OF CORALVILLE 1512 7 th Street, Coralville, IA 52241 319-248-1740 REQUEST FOR BID THIS IS NOT AN ORDER STATE BELOW THE PRICE AND DELIVERY FOR ITEMS DESCRIBED HEREIN, BASED ON THE SPECIFICATIONS, TERMS
More informationDepartment of Finance Purchasing Department INVITATION TO BID
January 24, 2017 Department of Finance Purchasing Department INVITATION TO BID The City of Norwalk is soliciting bids for one (1) 2016 Ford F-550 Chassis XLT Dump Truck for the Recreation & Parks Department.
More informationThe bidder shall furnish a complete set of Operator, Service, and Parts Manuals with each body sold.
2013 Model or current production year 34,000 G.V.W.R. Cab and Chassis INTENT: These specifications describe a Dump Truck. GENERAL TERMS: All equipment furnished under this contract shall be new, unused,
More informationCity of Glasgow Department of Public Works Purchase of (1) 2013 White Rear Load Garbage Truck
City of Glasgow Department of Public Works Purchase of (1) 2013 White Rear Load Garbage Truck To: All Interested Bidders Subject: 2013 (1) White Rear Load Garbage Truck Attached are specifications for
More informationRFP Agricultural Tractors (AG tractor) SCOPE OF THE PROPOSAL
Request for Proposal RFP Agricultural Tractors (AG tractor) 1. Introduction SCOPE OF THE PROPOSAL 1.1 The Ontario Federation of Snowmobile Clubs (OFSC) is accepting proposals for the purchase of Agricultural
More informationCity 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 informationOne (1) New Ford F-150 Regular Cab XL Bid No Notice to Bidders
CITY OF SAN LEANDRO INVITATION FOR BIDS SUBMIT BID TO: City of San Leandro Purchasing Department 835 East 14th Street San Leandro, CA 94577 FOR FURTHER INFORMATION CONTACT: Julie Jenkins Purchasing Agent
More informationPROPOSAL FOR THREE (3) 2019 TANDEM AXLE TRUCKS
840 S. Telegraph Road Monroe, Michigan 48161 Phone: (734) 240-5102 Fax: (734) 240-5101 PROPOSAL FOR THREE (3) 2019 TANDEM AXLE TRUCKS BID OPENING: Wednesday, November 14, 2018 at 10:00 a.m. BOARD OF COUNTY
More informationBID SPECIFICATIONS FOR HEAVY DUTY DUMP TRUCK CHASSIS - OPTION D CT660S $129, (INCLUDING OPTION)
BID SPECIFICATIONS FOR HEAVY DUTY DUMP TRUCK CHASSIS - OPTION D CT660S $129,914.00 (INCLUDING OPTION) GENERAL These specifications shall be construed as the minimum acceptable standards for a heavy duty
More informationBID SPECIFICATIONS FOR HEAVY DUTY DUMP TRUCK CHASSIS - OPTION A 2015 MACK GU 713 $110, (INCLUDING OPTION) TIER 3
BID SPECIFICATIONS FOR HEAVY DUTY DUMP TRUCK CHASSIS - OPTION A 2015 MACK GU 713 $110,599.00 (INCLUDING OPTION) TIER 3 GENERAL These specifications shall be construed as the minimum acceptable standards
More informationHALIFAX REGIONAL MUNICIPALITY (HRM) One (1) Loader Mounted Snow Blower TENDER # T Page 1
Page 1 TENDER OF: ADDRESS: CONTACT NAME: TELEPHONE: FAX #: GST REGISTRATION #: To furnish and deliver equipment in accordance with specifications annexed hereto. The undersigned bidder has carefully examined
More informationTown of Marystown. Tender For. One New 4x4 Two (2) Door Cab Chassis (19,500 KG GVWR) With 12Ft Flat Deck
Town of Marystown Tender For One New 4x4 Two (2) Door Cab Chassis (19,500 KG GVWR) With 12Ft Flat Deck GENERAL SPECIFICATIONS Tenders are invited for the supply and delivery of One New 4x4 Two (2) Door
More informationSALT TRUCK - SHORT TANDEM
Town of Antigonish c: 902 863-3237 274 Main Street c: 902 863-9201 Antigonish, Nova Scotia Canada B2G 2C4 www.townofantigonish.ca TENDER DOCUMENT SALT TRUCK - SHORT TANDEM Set No. September 2017 INFORMATION
More informationPART 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 informationBID REQUEST FOR Four (4) SCHOOL BUSES
College Community School District 401 76 th Ave. SW Cedar Rapids, Iowa 52404 BID REQUEST FOR Four (4) SCHOOL BUSES The College Community School District requests your bid on Four (4) 2018 78 passenger
More informationBID SPECIFICATIONS FOR HEAVY DUTY DUMP TRUCK CHASSIS - OPTION A 2013 Mack GU 713 $109, (INCLUDING OPTIONS)
BID SPECIFICATIONS FOR HEAVY DUTY DUMP TRUCK CHASSIS - OPTION A 2013 Mack GU 713 $109,599.00 (INCLUDING OPTIONS) GENERAL These specifications shall be construed as the minimum acceptable standards for
More informationInvitation to Bid NEW FOUR WHEEL DRIVE EXTENDED CAB PICKUP TRUCK
FINANCE DEPARTMENT GREGORY N. L HEUREUX Finance Director KRISTIE BRADBURY Deputy Finance Director Invitation to Bid COLLEEN C. SELBERG Purchasing Agent NEW FOUR WHEEL DRIVE EXTENDED CAB PICKUP TRUCK Sealed
More informationREQUEST FOR PROPOSAL TRUCK DRIVER TRAINING TRACTOR AND TRAILER LEASING FOR ILLINOIS VALLEY COMMUNITY COLLEGE PROPOSAL # RFP2016-P02
REQUEST FOR PROPOSAL TRUCK DRIVER TRAINING TRACTOR AND TRAILER LEASING FOR ILLINOIS VALLEY COMMUNITY COLLEGE PROPOSAL # RFP2016-P02 The Board of Trustees of Illinois Valley Community College (IVCC) District
More informationCITY OF ALHAMBRA NOTICE INVITING BIDS NO. N2M16-144
CITY OF ALHAMBRA NOTICE INVITING BIDS NO. N2M16-144 PUBLIC NOTICE IS HEREBY GIVEN that the City of Alhambra will receive sealed bids on or before the hour of 10:30 AM on Thursday, October 27 2016, at the
More informationTHREE (3) NEW 2018 SIX WHEEL DRIVE MOTOR GRADER WITH LIFT GROUP, REAR-RIPPER/SCARIFIER, AND SNOW WING.
Call for Bids Notice is hereby given that sealed bids will be received by the Board of Mountrail County Commissioners for the purchase of THREE (3) NEW 2018 SIX WHEEL DRIVE MOTOR GRADER WITH LIFT GROUP,
More informationCOLLEGE COMMUNITY SCHOOL DISTRICT BID SHEET. THREE (3) 78 PASSENGER TRANSIT STYLE SCHOOL BUSES and ONE (1) 65 PASSENGER LIFT BUS
COLLEGE COMMUNITY SCHOOL DISTRICT BID SHEET THREE (3) 78 PASSENGER TRANSIT STYLE SCHOOL BUSES and ONE (1) 65 PASSENGER LIFT BUS Bid #1 Three (3) 2010 (78) Passenger Transit Style School Buses and One (1)
More informationTOWN OF FARRAGUT. Bid Specifications For 2017 Dump Truck. William McKelvey Public Works Director Municipal Center Drive Farragut, TN 37934
TOWN OF FARRAGUT Bid Specifications For 2017 Dump Truck William McKelvey Public Works Director TOWN OF FARRAGUT 11408 Municipal Center Drive Farragut, TN 37934 (865) 966-7057 BID SPECIFICATIONS for 2017
More informationHouston 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 informationDubuque Community School District SPECIFICATIONS BID FORM AND TIME AND PLACE OF FILING
Dubuque Community School District SPECIFICATIONS BID FORM AND TIME AND PLACE OF FILING All bids are to be executed on the forms provided herewith and only proposals submitted on these forms will be considered.
More informationPurchasing Department Finance Group INVITATION TO BID
Purchasing Department Finance Group July 27, 2010 INVITATION TO BID The City of Norwalk is soliciting bids for a 2011 Ford F-550 4x2. Your firm has expressed interest in providing these services. Below
More informationAn ISO 9001:2000 Certified Company Autocar MY x DOT/EPA Compliant Terminal Tractor Standard Specifications
An ISO 9001:2000 Certified Company Autocar MY 2015 4x2 2013 DOT/EPA Compliant Terminal Tractor Standard Specifications Engine and Equipment Standard Optional Engine model Exhaust Air cleaner Radiator Fan
More informationBID FOR A ONE (1) ONE-TON AND A HALF (5500 SERIES) CREWCAB TRUCK WITH DUMP BED. BID OPENING February 15, 2017 AT 10:00 A.M.
P. O. B o x 1 5 4 0 T h o m a s v i l l e, G A 3 1 7 9 9 2 2 9-2 2 7-7 0 0 0 F A X 2 2 9-2 2 7-3 2 4 3 w w w. t h o m a s v i l l e. o r g BID FOR A ONE (1) ONE-TON AND A HALF (5500 SERIES) CREWCAB TRUCK
More informationCURBSIDE RECYCLING TRUCK
City of Mt. Pleasant, Michigan CONTRACT DOCUMENTS For CURBSIDE RECYCLING TRUCK KATHLEEN L. LING Mayor KATHIE GRINZINGER City Manager Prepared By: Division of Public Works JOHN ZANG DPW Director November
More information(ADDENDUM COVER SHEET)
(ADDENDUM COVER SHEET) TO ALL PROSPECTIVE BIDDERS: PLEASE NOTE THE FOLLOWING CHANGES: PURCHASING DIVISION BOARD OF COUNTY COMMISSIONERS BROWARD COUNTY, FLORIDA A D D E N D U M NO. 1 DUMP TRUCK (NON-SHELTERED
More informationMONTVILLE PUBLIC SCHOOLS MONTVILLE CONNECTICUT FEBRUARY 20, 2015 BID # BUS
MONTVILLE PUBLIC SCHOOLS MONTVILLE CONNECTICUT INVITATION TO BID FOR PURCHASE OF SCHOOL BUSES 71, 77 AND 47 PASSENGER SCHOOL BUSES FEBRUARY 20, 2015 BID #14-15-1-BUS LEGAL NOTICE MONTVILLE PUBLIC SCHOOLS
More informationTown of Digby. Tender Equipment Purchase 4 WD One Ton Truck CONTENTS
Town of Digby Tender Equipment Purchase 4 WD One Ton Truck CONTENTS Tender Call 2 General Instructions. 3/4 General Requirements 5 Specifications 1) One Ton Truck Chassis.. 6/7/8 2) Lift & Dump Gate..
More informationRAC EXPORT TRADING Germany Tel
Technical Specification Kenworth 963S oilfield truck, new GAWR RATINGS Front Axle Weight Rating 40.000 Lb. 18.140 kg Rear Axle Weight Rating 150.000 Lb 68.030 kg Gross Vehicle Weight Rating 190.000 Lb.
More informationATTACHMENT 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 informationBANNOCK COUNTY SOLID WASTE
BANNOCK COUNTY SOLID WASTE 1500 N. Fort Hall Mine Road Pocatello, Idaho 83204 Ph. (208) 236-0607 NEW 2018 ROLL-OFF BID PACKAGE The undersigned hereby agrees and proposes to furnish one (1) new 2018 (make)
More informationSPECIFICATIONS FOR 4X4 SINGLE AXEL PLOW TRUCK. City of Negaunee
SPECIFICATIONS FOR 4X4 SINGLE AXEL PLOW TRUCK City of Negaunee The following specification describes the minimum requirements for a 4x4 single axel plow truck for the City of Negaunee. The equipment bid
More informationFLAT BED STAKE BODY TRUCK
Group 1 Contract Attachment 4 Price Sheet: Dump Trucks Please see Attachment D: Instruction and General Information for Instructions, Color Key, and Reference Key. GVWR* Code 2 Base Vehicle Description3
More informationADDENDUM No. 1. BID No /15 Chevrolet Silverado Work Trucks
Purchasing Department 530 Water Street Oakland, CA 94607 Date: November 17, 2017 ADDENDUM No. 1 BID No. 17-18/15 Chevrolet Silverado Work Trucks This Addendum modifies the original BID Documents for the
More informationTHE TOWN OF CLARENVILLE PUBLIC WORKS DEPARTMENT. Tender Specification # For Purchase of One (1), New Wheel Loader with Snow Blades
THE TOWN OF CLARENVILLE PUBLIC WORKS DEPARTMENT Tender Specification # 03-2015 For Purchase of One (1), New Wheel Loader with Snow Blades GENERAL SPECIFICATIONS Tenders are invited for the supply and delivery
More informationBartlesville Police Department CITY OF BARTLESVILLE, OKLAHOMA BID SPECIFICATIONS FOR Police Pursuit SUV Bid#
Bartlesville Police Department CITY OF BARTLESVILLE, OKLAHOMA BID SPECIFICATIONS FOR Police Pursuit SUV Bid# 2018-2019-010 GENERAL: The City of Bartlesville will purchase up to four (4), new, police pursuit
More informationCity of Lewiston Finance Department Allen Ward, Purchasing Agent
City of Lewiston Finance Department Allen Ward, Purchasing Agent 2017-067 Two (2) 1 Ton 4X4 Dump Trucks with Plows for Public Works August 10, 2017 Sir/Madam: Sealed bids will be received in the office
More informationINVITATION TO BID PURCHASING DEPARTMENT P. O. BOX E. CENTRAL AVENUE THIRD FLOOR VALDOSTA, GEORGIA 31601
INVITATION TO BID PURCHASING DEPARTMENT P. O. BOX 1125 216 E. CENTRAL AVENUE THIRD FLOOR VALDOSTA, GEORGIA 31601 BID # 24-17-18 FOR: (1) Ford T-250 Transit Van or comparable OPENING DATE: March 13, 2018
More informationINVITATION 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 informationRequest for Proposal Snow Blower October 12, 2015
Request for Proposal Snow Blower October 12, 2015 1 City of Fargo Request for Proposal The City of Fargo is requesting proposals for one (1) Loader Mounted Snow blower. Sealed proposals will be received
More informationTENDER FOR SUPPLY AND DELIVERY OF ONE (1) NEW 2019 or LATER MODEL MINI CARGO VAN (GVW MINIMUM 4700, MAXIMUM 5500)
TENDER FOR SUPPLY AND DELIVERY OF ONE (1) NEW 2019 or LATER MODEL MINI CARGO VAN (GVW MINIMUM 4700, MAXIMUM 5500) DUE DATE: Friday, March 15, 2019 2:00 p.m. Local Time P a g e 1 Geoff Holman, Director
More informationMunicipality of the District of West Hants Request for Proposal (RFP) PW Supply of one (1) new ½ Ton 4x4 Truck
1.0 INSTRUCTIONS TO BIDDERS 1.1 Complete the Bid Sheet and attach other required information and send in a sealed envelope by mail or delivery to; To: Municipality of the District of West Hants RFP # PW
More informationCITY OF CORALVILLE th Street, Coralville, IA
CITY OF CORALVILLE 1512 7 th Street, Coralville, IA 52241 319-248-1740 REQUEST FOR BID THIS IS NOT AN ORDER STATE BELOW THE PRICE AND DELIVERY FOR ITEMS DESCRIBED HEREIN, BASED ON THE SPECIFICATIONS, TERMS
More informationCity of Hammond Purchasing Department RFP # General Maintenance and Repair Service Contract City Generators
1 City of Hammond Purchasing Department RFP # 15-33 General Maintenance and Repair Service Contract City Generators Proposals Shall Be Received by the Purchasing Department, City of Hammond 310 East Charles
More informationCITY OF 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 informationINVITATION TO BID ONE (1) 10-FOOT DUMPBODY DUMP TRUCK WITH DIESEL / CNG OPTIONS
P. O. B o x 1 5 4 0 T h o m a s v i l l e, G A 3 1 7 9 9 2 2 9-227- 7 0 0 0 F A X 2 2 9-227- 3 2 4 3 w w w. t h o m a s v i l l e. o r g INVITATION TO BID ONE (1) 10-FOOT DUMPBODY DUMP TRUCK WITH DIESEL
More informationInvitation to Tender. District of Taylor MOTOR GRADER
Invitation to Tender District of Taylor MOTOR GRADER Sealed tenders clearly marked Motor Grader will be received by the District of Taylor up to 2:00 pm, local time Wednesday, September 17, 2014 at Council
More informationCLEVELAND COUNTY NORTH CAROLINA REQUEST FOR BID NEW 2012 EXCAVATOR
CLEVELAND COUNTY NORTH CAROLINA REQUEST FOR BID NEW 2012 EXCAVATOR August 3, 2012 BIDS ARE DUE NO LATER THAN 10:00 AM WEDNESDAY, SEPTEMBER 5, 2012 INSTRUCTIONS TO BIDDERS CLEVELAND COUNTY NEW 2012 EXCAVATOR
More informationFLORIDA SHERIFFS ASSOCIATION, FLORIDA FIRE CHIEFS ASSOCIATION, & FLORIDA ASSOCIATION OF COUNTIES
FLORIDA SHERIFFS ASSOCIATION, FLORIDA FIRE CHIEFS ASSOCIATION, & FLORIDA ASSOCIATION OF COUNTIES SPECIFICATION #01 TYPE I AMBULANCE 2 WHEEL DRIVE 4 WHEEL DRIVE OPTIONAL (DIESEL ENGINE, DUAL REAR WHEEL,
More information145 HP, FRONT WHEEL ASSIST TRACTOR 3/17/15 Page 1. Mountrail County Road and Bridge SPECIFICATIONS FOR
Page 1 Mountrail County Road and Bridge S FOR Bidder's Instructions: Indicate compliance to the specifications on the YES/NO line by each specification. Indicate any deviations from the specifications
More informationCITY OF BARTLETT 6400 STAGE ROAD BARTLETT, TENNESSEE 38134
CITY OF BARTLETT 6400 STAGE ROAD BARTLETT, TENNESSEE 38134 A. Keith McDonald, Mayor Mark Brown, Chief Administrator Officer Dick Phebus, Finance Director Bill Yearwood, Director of Public Works INVITATION
More informationNOTICE TO BIDDERS REQUEST FOR BIDS ONE (1) USED MOTOR GRADER
NOTICE TO BIDDERS Sealed bids will be received by the City of Escanaba at the office of the City Clerk, on or before 2:00 p.m. eastern standard time - on Monday August 6, 2018 REQUEST FOR BIDS ONE (1)
More informationH OUSTON COUNTY BOARD OF COM M I SSI ONERS
H OUSTON COUNTY BOARD OF COM M I SSI ONERS 2020 KI N GS CH A PEL ROAD TELEPH ON E (478) 218-4800 PERRY, GA 31069-2828 FACSIMILE (478) 218-4805 M ARK E. BAKER PURCHASING A GEN T September 17, 2018 Dear
More informationINVITATION TO BID PURCHASING DEPARTMENT P. O. BOX E. CENTRAL AVENUE THIRD FLOOR VALDOSTA, GEORGIA 31601
INVITATION TO BID PURCHASING DEPARTMENT P. O. BOX 1125 216 E. CENTRAL AVENUE THIRD FLOOR VALDOSTA, GEORGIA 31601 BID # 21-17-18 FOR: (1) One Ton Super Duty Crew Cab Truck with 8 Bed (F-350) OPENING DATE:
More informationOne (1) New Ford E-450 Commercial Cutaway Van with Knapheide KUV High Roof Body Bid No Notice to Bidders
CITY OF SAN LEANDRO INVITATION FOR BIDS SUBMIT BID TO: City of San Leandro Purchasing Department 835 East 14th Street San Leandro, CA 94577 FOR FURTHER INFORMATION CONTACT: Julie Jenkins Purchasing Agent
More informationHORRY COUNTY SOLID WASTE AUTHORITY, INC.
HORRY COUNTY SOLID WASTE AUTHORITY, INC. The Horry County Solid Waste Authority, Inc. is requesting sealed proposals for a Rear Load Garbage Truck. All interested parties can obtain the RFP at www.solidwasteauthority.org.
More informationTender Town of Yarmouth Equipment Purchase 5 Ton Single Axle Truck Complete with dump box, slide-in spreader, pre-wet system, and spreader controls.
Tender Town of Yarmouth Equipment Purchase 5 Ton Single Axle Truck Complete with dump box, slide-in spreader, pre-wet system, and spreader controls. General Instructions: 1. All bids must be submitted
More information