TEXAS DEPARTMENT OF TRANSPORTATION DIVISION OF EQUIPMENT AND PROCUREMENT

Size: px
Start display at page:

Download "TEXAS DEPARTMENT OF TRANSPORTATION DIVISION OF EQUIPMENT AND PROCUREMENT"

Transcription

1 TEXAS DEPARTMENT OF TRANSPORTATION DIVISION OF EQUIPMENT AND PROCUREMENT SPECIFICATION NO. TxDOT * TRAILER, TILT-BED,TANDEM AXLE, FIXED GOOSENECK 40,000-LB. NET CARRYING CAPACITY AT 50 MPH PART I GENERAL CLAUSES AND CONDITIONS 1.0 The equipment furnished under this specification shall be the latest improved model in current production, as offered to commercial trade, and shall be of quality workmanship and material. The bidder represents that all equipment offered under this specification shall be new. USED, SHOPWORN, DEMONSTRATOR, PROTOTYPE, OR DISCONTINUED MODELS ARE NOT ACCEPTABLE. 2.0 Bidder should submit with the bid, or have on file with the Texas Department of Transportation, Austin, Texas, the latest printed literature and detailed specifications on equipment the bidder proposes to furnish. This literature is for informational purposes only. 3.0 The unit(s) shall be completely assembled, adjusted, and all equipment including standard and supplemental equipment be installed and the unit made ready for continuous operation. 4.0 All parts not specifically mentioned which are necessary for the unit to be complete and ready for operation or which are normally furnished as standard equipment shall be furnished by the successful bidder. All parts shall conform in strength, quality and workmanship to the accepted standards of the industry. 5.0 The unit(s) provided shall meet or exceed all Federal and State of Texas safety, health, lighting and noise regulations and standards in effect and applicable to equipment furnished st the time of manufacture. 6.0 It is the intent of this department to purchase goods and equipment having the least adverse environmental impact, within the constraints of statutory purchasing requirements, departmental need, availability, and sound economical considerations. Suggested changes and environmental enhancements for possible inclusion in future revisions of this specification are encouraged. PART II SPECIFICATIONS 1.0 SCOPE: This specification describes a heavy-duty dual-wheel tandem-axle over-the-wheel fixed gooseneck tilt-bed trailer having a gross vehicle weight rating (GVWR) of approximately 49,000 pounds. Trailers furnished to this specification shall be legally and structurally capable of transporting up to 40,000 pounds of payload on highway at road speeds of up to 50 MPH, and off highway under conditions imposing more severe frame stresses. The completed unit when fully loaded shall distribute the tongue weight and tandem-axle weight over the frame in such a manner as to ensure structural integrity and without the trailer experiencing failure or permanent sets in the trailer frame or of any component of the unit. The completed unit, when empty and/or loaded at all weights up to the maximum net carrying (payload) capacity, shall tow in a safe and stable manner at speeds up to 50 MPH. Units exhibiting fishtailing or other anomalies when towed empty or properly loaded will be rejected. The trailer shall be designed so that the weight of one person weighing approximately 170 pounds can open or close the deck. The trailer shall also be designed so that when both the towing vehicle parking brakes and the trailer parking brakes are simultaneously supplied through the use of a single dashmounted parking brake activation valve, the approximately 170-pound person mentioned above may open and close the trailer deck without releasing either the truck or trailer brakes. Units furnished to this specification shall meet or exceed all requirements herein. 2.0 EXAMPLES: Interstate Model G44TDT Eager Beaver G20TXT Kalyn Model KTD-40 *Supersedes Specification, June,

2 NOTICE TO BIDDERS: Any example shown is listed to show type and class of equipment desired. Bidders are cautioned to read the specifications carefully, as there may be special requirements not commonly offered by the equipment manufacturer. Do not assume your standard equipment meets all detailed specifications merely because it is listed as an example. Bidders are cautioned that units delivered to the FOB points which do not meet specifications in every aspect will not be accepted. 3.0 CAPACITY: The trailer shall meet the following ratings while being towed fully loaded with 35 to 40 percent of the gross weight being transferred to the towing vehicle. 3.1 The trailer shall have the net carrying (payload) capacity of not less than 40,000 pounds at 50 miles per hour. 4.0 FRAME: 4.1 The tilt-bed frame construction shall be of heavy-duty high strength steel channel, I-beam or rectangular tubing and shall be all electrically welded inside and outside wherever steel meets steel. 4.2 Hydraulic cushioning device(s) shall be provided between the tilt-bed frame and the tongue. Minimum hydraulic cylinder bore shall be 2-1/2 inches if two devices are used and a 3 inch bore if one device is used. 5.0 PLATFORM (DECK): 5.1 The platform shall be flat the full length of the deck (no beaver tail). 5.2 Length - 28 feet minimum, including a four foot stationary platform at the rear of the gooseneck. 5.3 Tilting platform length shall be a minimum 24 feet. 5.4 Tilting platform climb angle shall not exceed 13 degrees. 5.5 Width - not less than 96 inches and not more than 102 inches. 5.6 Deck height shall not exceed 38 inches. This measurement will be taken without a load. 5.7 Front, rear, and side rails shall be high-strength steel channel or I-beam. 5.8 Cross members for platform as required for carrying capacity of the trailer. 5.9 Positive type platform locks, adjustable Lashing rings shall be provided, minimum three on each side, two on the front, and two on the rear. Total of ten shall be furnished. The rings shall be of sufficient strength to secure equipment having the weight of the maximum payload. Any deckmounted lashing rings shall be recessed so as not to interfere with the loading of flat-wheeled equipment. Space between lashing rings shall not exceed 10 linear feet Flooring shall be a nominal 2-inch oak bolted in place lengthwise with carriage bolts, lock washers and nuts. Screw-on selftaping bolts are not acceptable Cover plates shall be provided for each wheel, constructed of not less than 1/4 inch safety tread plate steel and securely welded in place. Covers shall allow full oscillation of the under carriage Rear of the platform shall be tapered upward toward the rear and shall have a thickness of not more than three inches at the rear. The angle of taper shall be such that the loading area can rest flat on the ground and there will be no more than a three inch rise from the ground to the top of the platform. 6.0 UNDER RIDE PROTECTION: The assembled unit shall meet the Texas Motor Carrier Safety Regulation No under ride protection requirements as adopted into the Texas Traffic Laws or the latest revision thereto. The bidder shall submit certification of compliance with their bid or have this certification on file with the Texas Department of Transportation (TxDOT). 2-8

3 7.0 GOOSENECK: 7.1 Gooseneck height shall provide a level deck when loaded on a truck tractor having dimensions as stated on the invitation for bids. 7.2 Length of the gooseneck shall be not less than 96 inches. 7.3 Gooseneck width not less than 40 inches. 7.4 King pin setting shall provide proper clearances from the bed of the truck tractor and other equipment as described on the invitation for bids. 7.5 Swing clearance shall be 85 inches or greater if necessary to provide proper swing clearance with the truck tractor and other equipment identified on the invitation for bids. 8.0 SUSPENSION: A spring type suspension shall be provided and shall be tandem-axle, dual-wheel design, capable of allowing each dual wheel to maintain contact with the ground while being towed over uneven terrain. 8.1 A spring type suspension shall be provided and shall be leaf-spring type. Suspension shall have the capability of realigning the axles by use of a torque rod or comparable means. System shall be equipped with heavy-duty bushings which require no lubrication. Axle bearings shall run in a liquid lubricant. SUSPENSION EXAMPLES: Hutch H-9700 with three heavy-duty leaf springs, Neway USR-436, or equal. 8.2 Axle shall be heavy-duty with individual capacities as recommended for trailer but not less than 20,000 pounds each. 8.3 Wheel hubs furnished shall be oil lubricated type with an oil level sight gauge, oil seals and an air seep plug. 9.0 LANDING GEAR: EXAMPLES: Pro-Par, Stemco, or equal axle seals. 9.1 Vertical type, two speed, side crank, landing gear assembly. Shall be of adequate capacity to support the trailer when fully loaded, static load capacity not less than 40,000. Shall be equipped with telescopic legs and steel foot pads approximately eight inches by ten inches TIRES AND WHEELS: EXAMPLE: Holland Model LG-6000, or approved equal Tires, 8 each, shall be 215/75R x 17.5 (16 ply, load range H) steel-belted radial, highway tread type, mounted on 10 bolt steel disc wheels The total combined load rating of the tires and wheels shall exceed the weight of the trailer, plus payload, less weight transferred to the towing vehicle. Load ratings shall be determined at a maximum rating of 125 PSI and by reference to the current yearbook of the Tire and Rim Association, Inc. or the tire manufacturer's published load rating. Tire ratings shall be calculated at 50 MPH Spare wheel and tire of matching size, tread type and make BRAKES: 11.1 The trailer shall be equipped with air brakes having a minimum capacity of 40,000 pounds at 50 MPH All hoses, lines, connectors, etc., necessary for connecting to the towing vehicle shall be provided. Hoses shall be coiled type and long enough to prevent the brake system from engaging until the safety chains break loose Brake size shall be minimum 12-1/4 inches by 7-1/2 inches. 3-8

4 11.4 The trailer shall be equipped with an emergency breakaway feature that will automatically apply the trailer brakes upon disconnection of the towing vehicle. The trailer brakes shall remain applied for at least fifteen (15) minutes upon breakaway from the towing vehicle Shall be equipped with automatic slack adjusters on all brakes. NOTE: Trailer air service and emergency hose length shall exceed the full length the safety chains to ensure that emergency brakes are not actuated by the breakaway feature in the event the trailer is uncoupled from the towing vehicle at the hitch and the safety chains continue to hold the trailer in tow Shall be equipped with spring-type parking brakes A manual air tank drain valve with a release cable extending to the outer edge of the trailer shall be provided for each air reservoir LIGHTING: The rear of the trailer shall be equipped with a red tail lamp, a red stop lamp, a turn indicator and a red reflector on each side. The lamps and/or reflectors may be incorporated and shall be screw or bolt mounted at the same level and as widely spaced laterally as practicable. The lamps shall be located at a height of not less than 15 inches nor more than 72 inches above the ground. These lamps may be mounted either at the rear or under the platform bed, and shall be protected from damage while loading or unloading equipment The front of the trailer shall be equipped with two amber clearance lamps and the rear of the trailer shall be equipped with two red clearance lamps. The clearance lamps shall, so far as practicable, be mounted on the permanent structure of the trailer in such a manner as to indicate the extreme height and width of the trailer Each side of the trailer shall be equipped with an amber side marker lamp mounted at the front and a red side marker lamp mounted at the rear. Side marker lamps shall be mounted so as to indicate the extreme height and length of the trailer Clearance and side marker lamps may be mounted in combination Each side of the trailer shall be equipped with an amber reflector at the front and a red reflector at the rear. The reflectors shall be mounted at the lower portion of each side but not less than 24 inches nor more than 60 inches above the ground A license plate holder with a white lamp or lamps for illuminating the license plate shall be provided at the center or left side of the rear of the trailer A wiring harness less connector shall be provided for connection of the trailer lighting to the lighting system of the towing vehicle. The tail lamps, license plate lamp(s), clearance lamps and side marker lamps shall be so wired as to be lighted whenever the headlamps or auxiliary driving lamps of the towing vehicle are lighted. Each wire shall be labeled as to its function All reflectors must be housed type with screw or bolt type mounting. The stick-on type is not acceptable Clearance and side marker lamps shall be armored type. Snap-in type lens is not acceptable. Sealed beam, recessed, rubber-mounted lamps are also acceptable if used in conjunction with a modular wiring harness All electrical wiring shall be insulated and enclosed in a fibrous loom, plastic loom or flexible conduit for protection from external damage and short circuits. Wiring shall be securely fastened at sufficient intervals to prevent sagging and ensure clearance of mechanical parts. Routing of the wiring through the subframe, body, deck or the like shall be in such a manner as not to interfere with the normal operation and use or present a safety hazard. A sealed, splice-free modular wiring harness is acceptable. Rubber grommets shall be used wherever wires or harness pass through metal SAFETY EQUIPMENT: 13.1 Each trailer electrical circuit shall be equipped with an automatic circuit breaker for protection against overloads. 4-8

5 13.2 Mud flaps, anti-sail type. NOTE: No advertisements are permitted on the mud flaps CERTIFICATION LABEL: 14.1 A certification label shall be affixed to the front left portion of the trailer as required by the Code of Federal Regulations Title 49 part number 567, and shall include the maximum allowable gross axle weight rating (GAWR) and the maximum allowable gross vehicle weight rating (GVWR). All GAWR and GVWR shall be rated at a speed of 50 MPH and so indicated on the label SAFETY INSPECTION READY: The unit shall be in compliance with Texas Traffic Laws upon delivery, ready for inspection and certification by a licensed inspection station SAFETY PLAQUES OR DECALS: Safety plaques or decals shall be furnished and shall be affixed at any hazardous area. The plaques or decals shall include necessary warnings and precautions. Permanent plaques are preferred to decals OPTIMUM LOAD POINT: The deck of each side of the trailer shall be permanently marked, indicating the range of which the center of gravity of a load would properly be positioned in order to obtain a weight transfer to the towing vehicle of 35 to 40 percent. The indicated area shall be painted green and shall be painted across the deck and down each side of the trailer PAINTING: The unit shall be painted an approved manufacturer's primer and two coats of standard white acrylic enamel, except for glass, rubber and those metallic accessories or fixtures constructed of rust-resistant or plated material not normally painted. Lead paint will not be accepted. Examples of paints meeting this requirement are: Du Pont No Ditzler No. Dar 2185 Sherwin Williams No. F8W SURFACE PREPARATION: All surfaces of each trailer, including cross members, stake racks and long sills, shall be thoroughly cleaned to remove all dirt, oil, grease, rust, slag, scale, and other foreign matter prior to priming. All welds shall be ground to a smooth finish. The cleaned and prepared surfaces shall be given a shop coat of primer and then thoroughly dried. The primer used shall be compatible with the finish coat in order to ensure proper adhesion of the finish coat. The finish coat shall be first quality air drying paint. The minimum dry film thickness of the finish coat shall be 4 mil. The final color shall be as specified above MANUALS: One copy each of an illustrated parts book, operator's manual and service manual shall be delivered with each unit. These shall include, at minimum, all appropriate manuals for the brakes, hydraulic system, controls, electrical system and trailer Additionally, one set of complete wiring and hydraulic schematics shall be delivered with each unit. All schematics shall be clear, legible and indicate the location of each component. Hydraulic schematics shall include the diameter and length of each hose and the manufacturer and part number of each fitting The manuals and schematics supplied shall provide complete and comprehensive information on all equipment, equipment components and accessories, as supplied to comply with this specification. If changes, modifications, additions or alterations of any kind are made on the equipment, the vendor shall provide blueprints, line drawings and descriptive text sufficient to allow one of average skill in general mechanics to diagnose, repair and maintain the equipment and all components On equipment assembled from manufactured components, parts manuals shall show the manufacturer of each part and all cross-referencing between the vendor and the manufacturers The operator's manual shall include detailed instructions on the proper method of operation of the unit. Necessary warnings and safety precautions shall be included The following additional information shall be provided by the vendor at time of delivery if it is not included in the manuals required above Manufacturer's recommended service/preventive maintenance intervals. 5-8

6 Recommended fluids, lubricants and their SAE equivalents DATA SHEET: The attached data sheet should be completed and submitted in duplicate for informational purposes only. PART III DELIVERY, ACCEPTANCE AND PAYMENT 1.0 DELIVERY REQUIREMENTS: Delivery of all equipment on this order shall be completed within the number of days bid, as shown on the purchase order. Any units not delivered within this time frame may be canceled from the purchase order or, at the state's option, an extension may be granted, whichever is in the state's best interest. 1.1 If any units are canceled for non-delivery, the needed equipment will be purchased elsewhere and the vendor may be charged full increase, if any, in cost and handling. 1.2 Unless a delivery extension is granted for acceptable reasons due to circumstances beyond the vendor's control, liquidated damages of $20.00 per unit will be deducted from the invoice for every working day after the expiration of the number of days shown on the purchase order until the units are delivered. This provision is not intended as a penalty but as liquidated damages. 2.0 STATEMENT OF INTENT: It is the intent of this department that equipment be delivered in full compliance with the specifications. 3.0 PILOT MODEL: A pilot model unit may be requested to be delivered to a district FOB point. In the event of a split award, the State reserves the right to request a pilot model from each vendor, delivered to one of the district FOB points for which the award was made. If a pilot model is required, the department will advise the vendor in writing subsequent to award of the order. 3.1 The pilot model unit, if requested, will be inspected and performance tested within five working days after delivery, weather permitting, and the vendor notified of any discrepancies by phone which will be confirmed by a letter. The pilot model unit, if acceptable, will be received as fulfilling part of the purchase order requirements. All subsequent deliveries of equipment will be required to be the same as the accepted pilot model unit delivered except for optional equipment where specified. ACCEPTANCE INSPECTION AND PERFORMANCE TESTING OF THE PILOT MODEL UNIT SHALL IN NO WAY AFFECT THE OVERALL DELIVERY REQUIREMENTS OUTLINED ABOVE. 3.2 Should the pilot model fail, the vendor will be verbally notified within the five working days provided for acceptance inspection described below. 4.0 ACCEPTANCE INSPECTION: All equipment ordered with this request will be subject to acceptance inspection and performance testing upon receipt. Acceptance inspection and performance testing will not take more than five working days weather permitting. The vendor will be notified within this time frame of any units not delivered in full compliance with the purchase order specifications. If any units are canceled for non-acceptance, the needed equipment may be purchased elsewhere and the vendor may be charged full increase, if any, in cost and handling. 5.0 PAYMENT: Payment will be made within 30 days after the acceptance inspection has been completed and the ordering agency determines that the equipment delivered meets specification or the day on which a correct invoice for the goods or materials was received, whichever is later. 6.0 WORKING DAY: A working day is defined as a calendar day, not including Saturdays, Sundays, or regularly observed state and federal holidays. PART IV WARRANTY 1.0 WARRANTY: The unit of equipment shall be warranted against all defects in material and workmanship for a period of not less than 12 months, and shall cover 100% parts and labor for the unit. If manufacturer's standard warranty period exceeds 12 months, then the standard warranty period shall be in effect. 1.1 INTENT: During the warranty period the vendor will be responsible for labor, materials, and other costs as outlined below associated with required warranty repair. It is the intent of this warranty that the vendor perform warranty repair work. At the state's option, the state may perform minor warranty repairs to the unit at the vendor's expense. 6-8

7 1.2 EXCLUSIONS: The state will assume the expense for replacement tires and tubes, tire repairs, lubricating oils, hydraulic fluids, greases, lights, hoses, cleaning and painting and other minor items normally consumed in day-to-day operations. The State will assume responsibility for cost of repairs resulting from collision, theft, vandalism, operator negligence and/or acts of God. 1.3 EQUIPMENT MAINTENANCE: It is the department's policy to maintain the equipment in accordance with the manufacturer's published recommendations. 1.4 MINOR WARRANTY REPAIRS: It is the intent of this warranty that the vendor perform minor warranty repairs; however, at the state's option, warranty repairs deemed by the state to be minor in nature may be performed by the state at the vendor's expense. Parts required for repairs which are to be made by the state will be OEM parts and obtained from the vendor at no cost to the state, or from any commercial source. Only the actual time required for repairs will be reimbursed. Mechanic's travel time, diagnosis time, etc., will not be included. Reimbursement by the vendor to the state for the cost of warranty repairs will be computed as follows: Labor: Labor for warranty repairs will be calculated at the composite rate for the mechanic in effect at the time of the warranty repairs. Labor rate will not exceed $40.00 per hour. The time allowed for each repair will be determined by the manufacturer's standard time schedule. Manufacturer's time schedule shall be furnished to the receiving district with the unit at the time of delivery (if available). If a manufacturer's time schedule is not available, the actual time for repairs, as noted above, will be used Warranty Repair Claims: Warranty repairs will be accumulated on state repair orders (TxDOT Form No. 1614) and will be billed from same, unless the vendor prefers to have claims processed on their standard forms Parts: Replaced parts will be held 30 calendar days and will be available for inspection by the vendor or authorized representative. Copies of invoices for all parts will be provided to the vendor. The cost of parts other than those furnished to the state at no cost by the vendor will be billed at actual cost Billing and Payment for Warranty Repair Expenses: Costs for minor warranty repairs will be accumulated, including labor, and replacement parts (if not provided). Reimbursement payment must be made within 30 calendar days of the billing date. 1.5 MAJOR WARRANTY REPAIRS: When major warranty repairs are required, the state will notify a representative of the vendor's Texas dealer by telephone at the location and telephone number designated by the vendor on the data sheet as the point of contact. Major warranty repair work for the purpose of this specification means major repairs to the hydraulic and electrical system and major repairs to any other component(s) of the unit. Diagnosis of the actual repairs required will be the responsibility of the vendor. The unit will be made available at a department facility within a 100-mile radius of the FOB point shown on the purchase order. The repair work may be performed by the vendor or an authorized representative At the vendor's option, the unit may be taken by the vendor to a commercial repair facility. If so, the vendor will be responsible for the cost of the round trip transportation of the unit to and from that location If mutually agreed upon between the vendor and the state, the state may transport the unit to the vendor's location or authorized repair facility (within the boundaries of the State of Texas). The cost of equipment and manpower necessary to haul the unit for the round trip will be billed back to the vendor at the rental rate of the equipment and composite hourly rate for the driver in effect at the time for the equipment required. The composite hourly rate for the driver will not exceed $20.00 per hour. Rental rate for the truck and trailer will not exceed $0.50 per mile for the truck and $6.00 per hour for the trailer Response Time: Warranty repair action shall begin within two working days after notification is made to the vendor for need of warranty repairs. A representative of the vendor's Texas dealer will be notified by telephone at the location and telephone number designated by the vendor on the data sheet as the point of contact. The vendor shall notify the state immediately of any changes in this location and/or telephone number. The warranty repairs should be completed and the unit returned (or picked up by the state at the vendor's expense as outlined above) to the state within a reasonable period of time. For the purpose of this specification eight working days is defined as a reasonable period of time. Excessive delays incurred for the performance of warranty repairs by the vendor may adversely affect the vendor's status as a qualified bidder Billing and Payment for Warranty Repair Expenses: Costs will be accumulated for transportation of the unit by the state to the vendor's location or authorized repair facility. Payment for transportation costs as provided for in this section must be made within 30 calendar days of the billing date. 7-8

8 1.6 PARTS AND SERVICE: The manufacturer of the equipment furnished shall have an authorized dealer within the state of Texas. The authorized dealer shall have factory-trained personnel available for warranty repairs and the performance of service. The dealer shall also maintain an inventory of high-usage parts and a quick source for low-usage parts. PART V OPTIONAL EQUIPMENT Optional equipment must be identified on the invitation for bid to be required. 1.0 OPTION NO. 1: FULL-WIDTH GOOSENECK - In lieu of the gooseneck requirements in paragraph 7.3, the gooseneck and riser shall be full width (same as platform). Decking to be nominal 2-inch oak. Length of gooseneck riser (horizontal measurement) shall be minimum 44 inches. 2.0 OPTION NO. 2: SAFETY RAILS - Rails shall be provided across front of platform (front rails not required when Option No. 1 is specified) and full length on both sides of trailer. Construction shall be steel channel, or I-beam securely welded into position. Height of safety rails shall be minimum of 3 inches high measured from top of platform bed. 3.0 OPTION NO. 3: RIBBED TRACTION WHEEL PATHS - Deck shall be equipped with ribbed traction wheel paths. Construction shall be heavy-angle iron, minimum 2 inches by 3 inches by 3/8 inch, 26 inches wide and spaced not less than 6 inches apart with reinforcements as required. Wheel paths to extend not less than five (5) feet forward from rear of trailer. Center area between the two wheel paths shall be covered with nominal 2-inch hardwood as required on main deck and raised slightly above the highest point on the angle iron traction paths to allow loading of portable steel wheel rollers without touching angles during loading. 8-8

9 REVISED: APRIL 1993 TRAILER, TILT-BED, TANDEM AXLE, FIXED GOOSENECK 40,000-LB. NET CARRYING CAPACITY AT 50 MPH DATA SHEET Bidder should insert the requested information and return two copies for informational purposes only. Requisition No. Opening Date TRAILER DATA Trailer: Make Model Gross Trailer Weight Including Option(s) lbs. Payload lbs. Total lbs. Less Weight Transfer % lbs. Gross Weight on Tires lbs. Total Tire Capacity lbs. Type and Size of Wheels Tire Make Type and Size of Tires Ply Rating Number of Hydraulic Cylinders Bore Size Deck Length Width Unloaded Height Stationary Platform Length Climb Angle (degrees) Number of Lashing Rings Floor Thickness 1-2

10 REVISED: APRIL 1993 Suspension Make Model Gross Axle Weight Rating Capacity of Axles King Pin Setting Inches Fifth Wheel Height Inches Swing Clearance Inches Gross Vehicle Weight Rating at 50 MPH Adjustable Height Hitch is From To _ Jack Stand Make Model Capacity Paint Color Thickness Type Warranty Period month Name and address of firm nearest the FOB point that will provide warranty service and repair parts. Firm Name Address Telephone Individual to Contact If servicing dealer furnishes parts for minor repairs by department personnel, will this affect the warranty?. If answer is "yes" please attach explanation. Name of Firm Bidder's Telephone No. Bidder's Signature Print or Type Bidder's Name NOTE: DATA SHEETS SHOULD BE RETURNED FOR INFORMATIONAL PURPOSES ONLY. 2-2

11 REVISED: APRIL 1993 PREFACE TEXAS DEPARTMENT OF TRANSPORTATION DIVISION OF EQUIPMENT AND PROCUREMENT SPECIFICATION NO. TRAILER, TILT-BED, TANDEM AXLE, FIXED GOOSENECK 40,000-POUND NET CARRYING CAPACITY AT 50 MPH SCOPE: This specification describes an Trailer, Tilt-Bed, Tandem Axle, Fixed Gooseneck used by the department in maintenance of the highway system. This specification is organized as follows: PREFACE PART I PART II PART III PART IV PART V DATA SHEET(S) GENERAL INSTRUCTIONS AND ORDER FORM GENERAL CLAUSES AND CONDITIONS SPECIFICATIONS DELIVERY, ACCEPTANCE AND PAYMENT WARRANTY OPTIONAL EQUIPMENT GENERAL INSTRUCTIONS: Districts desiring to purchase the equipment described in this specification should thoroughly review all parts contained herein prior to submission of the request. The order form on the following page shall be reproduced, completed by the originator, attached to the request and forwarded to the Division of Equipment and Procurement. It is not necessary to attach a copy of the specification to the request. Completion of the order form will provide the Division of Equipment and Procurement with the data required for preparation of the requisition. Districts desiring additional equipment, accessories, or non-standard configurations not contained in this specification must thoroughly define the item, accessory or configuration desired in the additional information section of the order form. A data sheet completed by the vendor will be provided to the district with a copy of the purchase order for use in checking the equipment for compliance to specifications. If the data sheet is misplaced or not with the purchase order, districts should contact the Division of Equipment and Procurement for an additional copy. i

12 REVISED: APRIL 1993 DISTRICT ORDER FORM FOR REQUESTING TRAILER, TILT-BED, TANDEM AXLE, FIXED GOOSENECK 40,000-LB. NET CARRYING CAPACITY AT 50 MPH This order form shall be reproduced, completed and forwarded with the request by the originating district. 1. Number of Units Requested each 2. Size of Unit Requested 3. Optional Equipment (for each option enter yes or no) OPTION NO. 1: FULL WIDTH GOOSENECK OPTION NO. 2: SAFETY RAILS OPTION NO. 3: RIBBED TRACTION WHEEL PATHS 4. If more than two sets of manuals are needed, indicate the total manual requirement. The total manual requirement for this order is each Operator's Manuals, each Shop Manuals and each Parts Manuals. 5. Additional information, equipment, accessories, configuration, etc. requested: ii

TEXAS DEPARTMENT OF TRANSPORTATION GENERAL SERVICES DIVISION

TEXAS DEPARTMENT OF TRANSPORTATION GENERAL SERVICES DIVISION TEXAS DEPARTMENT OF TRANSPORTATION GENERAL SERVICES DIVISION SPECIFICATION NO. AMENDED: NOVEMBER 2004** WARNING LIGHT SYSTEM, INCANDESCENT, LIGHTBAR PUBLICATION This specification is a product of the Texas

More information

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

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

More information

MINIMUM SPECIFICATIONS FOR SOLID WASTE TRANSFER TRAILER(S)

MINIMUM SPECIFICATIONS FOR SOLID WASTE TRANSFER TRAILER(S) MINIMUM SPECIFICATIONS FOR SOLID WASTE TRANSFER TRAILER(S) MINIMUM TECHNICAL REQUIREMENTS FOR AN ALUMINUM COMPOSITE OPEN TOP TRANSFER TRAILER Bidder shall complete each item with either a check mark "

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

TEXAS DEPARTMENT OF TRANSPORTATION

TEXAS DEPARTMENT OF TRANSPORTATION TEXAS DEPARTMENT OF TRANSPORTATION SPREADER, AGGREGATE, SELF-PROPELLED PUBLICATION This specification is a product of the Texas Department of Transportation (TxDOT). This specification may not be sold

More information

BID SPECIFICATIONS FOR 35-TON LOWBOY TRAILER LB35-33CS PITTS $32, (INCLUDING OPTIONS)

BID SPECIFICATIONS FOR 35-TON LOWBOY TRAILER LB35-33CS PITTS $32, (INCLUDING OPTIONS) BID SPECIFICATIONS FOR 35-TON LOWBOY TRAILER LB35-33CS PITTS $32,695.00 (INCLUDING OPTIONS) GENERAL These specifications shall be construed as the minimum acceptable standards for a 35-Ton Lowboy Trailer

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

TEXAS DEPARTMENT OF TRANSPORTATION GENERAL SERVICES DIVISION

TEXAS DEPARTMENT OF TRANSPORTATION GENERAL SERVICES DIVISION TEXAS DEPARTMENT OF TRANSPORTATION GENERAL SERVICES DIVISION PREPARED BY: Gary L. Baisden, CPPB SPECIFICATION NO. E-MAIL: gbaisden@dot.state.tx.us FAX NO.: (512) 416-2153 CERTIFIED RELIFE PROGRAM ON CONSTRUCTION

More information

July 15, 2016 NOTICE INVITING BIDS NOTICE TO SUPPLIERS FOR FURNISHING MOTOR VEHICLES

July 15, 2016 NOTICE INVITING BIDS NOTICE TO SUPPLIERS FOR FURNISHING MOTOR VEHICLES July 15, 2016 NOTICE INVITING BIDS NOTICE TO SUPPLIERS FOR FURNISHING MOTOR VEHICLES 1. Sealed bids will be received by Carmichael Water District (District) for furnishing motor vehicles as set forth in

More information

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

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

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

More information

Owner s Manual TC-515 with Reversed Hoist, Sub-Frame, Deck, & Hitch Mount

Owner s Manual TC-515 with Reversed Hoist, Sub-Frame, Deck, & Hitch Mount Proudly built in the USA Owner s Manual TC-55 with Reversed Hoist, Sub-Frame, Deck, & Hitch Mount TruckCraft Corporation Chambersburg, PA -800-755-87 Copyright c 0 www.truckcraft.com TruckCraft Corporation

More information

BID SPECIFICATIONS FOR 35-TON LOWBOY TRAILER LB 35-38CS

BID SPECIFICATIONS FOR 35-TON LOWBOY TRAILER LB 35-38CS BID SPECIFICATIONS FOR 35-TON LOWBOY TRAILER LB 35-38CS GENERAL These specifications shall be construed as the minimum acceptable standards for a 35-Ton Lowboy Trailer for equipment hauling. Should the

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. 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

Instruction Manual 30K - Fifth Wheel Hitch Part Number 30054

Instruction Manual 30K - Fifth Wheel Hitch Part Number 30054 You can take it with you. ELKHART, IN., OAKVILLE, ONT. Instruction Manual 30K - Fifth Wheel Hitch Part Number 30054 DEALER/INSTALLER: (1) Provide this Manual to end user. (2) Physically demonstrate hitching

More information

Air-Pin Detachable Gooseneck Operations Supplement

Air-Pin Detachable Gooseneck Operations Supplement Air-Pin Detachable Gooseneck Operations Supplement TOWMASTER WARRANTY SUMMARY This warranty effective on trailers manufactured after 01/01/2009. Towmaster, Inc. (herein referred to as Towmaster) offers

More information

Model ET 5000W Operation and Service Manual

Model ET 5000W Operation and Service Manual Model ET 5000W Operation and Service Manual Patented 5/16 BALL Load Capacity: 5000 lbs The ET 5000W ESCALATE TRAILER offers ground level roll-on loading and roll-off unloading of equipment with non-tilting

More information

-1- SPECIFICATION M-19-BU-N-ZZ FORKLIFT - TRUCK MOUNTED (ON 24 INCH LOAD CENTER) - 5,500 LB INDEX

-1- SPECIFICATION M-19-BU-N-ZZ FORKLIFT - TRUCK MOUNTED (ON 24 INCH LOAD CENTER) - 5,500 LB INDEX -1-006900 FORKLIFT - TRUCK MOUNTED (ON 24 INCH LOAD CENTER) - 5,500 LB I. GENERAL FORK LIFT S: A. Intent Statement B. Truck Chassis Information C. Capacity D. Forklift Component E. Engine & Drive Train

More information

TENDER 2019 OR 2020, ONE AND A HALF TON EXTENDED DOUBLE CAB/CHASSIS, 4X4, DUMP BODY TRUCK

TENDER 2019 OR 2020, ONE AND A HALF TON EXTENDED DOUBLE CAB/CHASSIS, 4X4, DUMP BODY TRUCK Municipality of the County of Colchester Recreation Department 1 Church Street, Truro, NS B2N 3Z5 Telephone: (902) 897-3185 TENDER 2019 OR 2020, ONE AND A HALF TON EXTENDED DOUBLE CAB/CHASSIS, 4X4, DUMP

More information

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

Read the owner s manual completely before you use the trailer.

Read the owner s manual completely before you use the trailer. OWNER S MANUAL Read the owner s manual completely before you use the trailer. MODEL MPT-UM6096 IMPORTANT SAFETY CHECK LIST PLEASE NOTE: Trailers are not generally used every day. A trailer may sit for

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

Instruction Manual 15K - Fifth Wheel Hitch Part Number 6030 & 6031

Instruction Manual 15K - Fifth Wheel Hitch Part Number 6030 & 6031 DEALER/INSTALLER: (1) Provide this Manual to end user. (2) Physically demonstrate hitching and unhitching procedures in this Manual to end user. (3) Have end user demonstrate that he/she understands procedures.

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

MINIMUM SPECIFICATIONS FOR NEW CURRENT IN PRODUCTION SOLID WASTE TRANSFER TRAILER FOR THE SANITATION DIVISION

MINIMUM SPECIFICATIONS FOR NEW CURRENT IN PRODUCTION SOLID WASTE TRANSFER TRAILER FOR THE SANITATION DIVISION Application: Code: Model: MINIMUM SPECIFICATIONS FOR NEW CURRENT IN PRODUCTION 2018-2019 SOLID WASTE TRANSFER TRAILER FOR THE SANITATION DIVISION Trailer shall be used in refuse disposal operations. The

More information

BID FORM TRAILER-MOUNTED CONTINUOUS SEWER RODDER

BID FORM TRAILER-MOUNTED CONTINUOUS SEWER RODDER BID FORM TRAILER-MOUNTED CONTINUOUS SEWER RODDER Bidder: Address: Contact: Telephone: Email: TOTAL BID*: $ *includes all applicable state and local taxes, and delivery to PBCSD Delivery Schedule: Days

More information

STATE OF MINNESOTA PRICING Page % DISCOUNT

STATE OF MINNESOTA PRICING Page % DISCOUNT TRAILERS: DUMP BODY, LOWBOYS, FLATBED, TAG, SLIDE AXLE, UTILITY, GOOSENECK, ENCLOSED, ETC. Vendor Name: Truck Utilities Inc Contact Person: Paul Warner Street Address: 2370 English Street P.O. Box: City,

More information

Pennsylvania State Police Tactical Mounted Unit. 25,500# GVWR Crew Cab Tractor

Pennsylvania State Police Tactical Mounted Unit. 25,500# GVWR Crew Cab Tractor Pennsylvania State Police Tactical Mounted Unit 25,500# GVWR Crew Cab Tractor The following pages specify the design and component requirements for a crew cab truck tractor. In addition to the vehicle

More information

INSTRUCTION MANUAL TITAN 16K - Fifth Wheel Hitch Plymouth MI

INSTRUCTION MANUAL TITAN 16K - Fifth Wheel Hitch Plymouth MI You can take it with you. INSTRUCTION MANUAL TITAN 16K - Fifth Wheel Hitch Plymouth MI Product No. 30866 DEALER/INSTALLER: END USER: (1) Provide this Manual to end user. (2) Physically demonstrate hitching

More information

TENDER 2018 OR 2019, ONE AND A HALF TON CAB/CHASSIS, 4X4, DUMP BODY TRUCK

TENDER 2018 OR 2019, ONE AND A HALF TON CAB/CHASSIS, 4X4, DUMP BODY TRUCK Municipality of the County of Colchester Public Works Department 1 Church Street, Truro, NS B2N 3Z5 Telephone: (902) 897-3175 TENDER 2018 OR 2019, ONE AND A HALF TON CAB/CHASSIS, 4X4, DUMP BODY TRUCK Sealed

More information

INSTRUCTION MANUAL 22K - Fifth Wheel Hitch

INSTRUCTION MANUAL 22K - Fifth Wheel Hitch You can take it with you. INSTRUCTION MANUAL 22K - Fifth Wheel Hitch Product No. 30033 DEALER/INSTALLER: (1) Provide this Manual to end user. (2) Physically demonstrate hitching and unhitching procedures

More information

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

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

More information

-1- SPECIFICATIONS PERMANENTLY MOUNTED CONE SETTER PLATFORM ATTACHMENT INDEX

-1- SPECIFICATIONS PERMANENTLY MOUNTED CONE SETTER PLATFORM ATTACHMENT INDEX -1-002086 PERMANENTLY MOUNTED CONE SETTER PLATFORM ATTACHMENT INDEX I. GENERAL EQUIPMENT : A. Intent Statement B. Cone Setter Platform II. III. 1. General Specifications 2. Mounting Components 3. Close

More information

Failure to comply with any of the instructions may be cause for the County to reject that bid.

Failure to comply with any of the instructions may be cause for the County to reject that bid. Instructions to Bidders It is the purpose of this document to solicit bids for the County of Ashtabula, Ohio (herein referred to as the County) from vendors interested in providing a new steel compactor

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

Houston County Purchasing Department

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

More information

STATE OF MINNESOTA PRICING Page

STATE OF MINNESOTA PRICING Page STATE OF MINNESOTA PRICING Page TRAILERS: DUMP BODY, LOWBOYS, FLATBED, TAG, SLIDE AXLE, UTILITY, GOOSENECK, ENCLOSED, ETC. Vendor Name: Ziegler Inc. Contact Person: Mark Phillippi, Tim Hoeft Street Address:

More information

R20 - Fifth Wheel Hitch

R20 - Fifth Wheel Hitch You can take it with you. INSTRUCTION MANUAL R20 - Fifth Wheel Hitch Plymouth MI Product No. 30867 DEALER/INSTALLER: END USER: (1) Provide this Manual to end user. (2) Physically demonstrate hitching and

More information

Trailer Assembly Guide Model MMT5X GVWR All Steel Trailer

Trailer Assembly Guide Model MMT5X GVWR All Steel Trailer DETAIL K2 INC. 1080 Clay Ave., Unit #2 Burlington Ont. L7L 0A1 1-888-277-6960 Trailer Assembly Guide Model MMT5X7 2050 GVWR All Steel Trailer 7.5 ft. (229 cm) Utility Trailer MMT5X7 man v.160328 STEP 1

More information

BID SPECIFICATIONS FOR 55-TON LOWBOY TRAILER LB55-24D PITTS $51, (INCLUDING OPTIONS)

BID SPECIFICATIONS FOR 55-TON LOWBOY TRAILER LB55-24D PITTS $51, (INCLUDING OPTIONS) BID SPECIFICATIONS FOR 55-TON LOWBOY TRAILER LB55-24D PITTS $51,545.00 (INCLUDING OPTIONS) GENERAL These specifications shall be construed as the minimum acceptable standards for a 55-Ton Non Ground Bearing

More information

1 SPECFICATIONS TRUCK MOUNTED, HIGHWAY, LARGE DEBRIS REMOVER INDEX

1 SPECFICATIONS TRUCK MOUNTED, HIGHWAY, LARGE DEBRIS REMOVER INDEX 1 INDEX I. GENERAL EQUIPMENT SPECIFICATIONS: A. Intent Statement B. Truck Mounted Road Debris Remover 1. General Specifications 2. Drum 3. Hitch Mounting Components 4. Paint 5. Safety II. Drawings III.

More information

New 53ft Refuse Trailer Bidding Requirements

New 53ft Refuse Trailer Bidding Requirements New 53ft Refuse Trailer Bidding Requirements General: Units bid f this purchase must be new (unused), current production models. Units may be sold, prepared, and delivered to Columbia County Public Wks

More information

SPECIFICATIONS FOR TRAILER, PORTABLE CAMERA - TRAFFIC CONTROL SCDOT Spec. No /04/2014

SPECIFICATIONS FOR TRAILER, PORTABLE CAMERA - TRAFFIC CONTROL SCDOT Spec. No /04/2014 SPECIFICATIONS FOR TRAILER, PORTABLE CAMERA - TRAFFIC CONTROL SCDOT Spec. No. 00245.01-03/04/2014 1. DESCRIPTION: This item shall consist of a trailer mounted closed circuit television camera (CCTV) system

More information

"Semitrailer." A trailer so constructed that some part of its weight rests upon or is carried by the towing vehicle.

Semitrailer. A trailer so constructed that some part of its weight rests upon or is carried by the towing vehicle. Pennsylvania: 102. Definitions. Subject to additional definitions contained in subsequent provisions of this title which are applicable to specific provisions of this title, the following words and phrases

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

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

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

More information

BID SPECIFICATIONS FOR 16 STEEL DUMP BODY OPTION B (MANUAL TRANSMISSION) OX BODIES/16 STAMPEDE $24, (INCLUDING OPTIONS)

BID SPECIFICATIONS FOR 16 STEEL DUMP BODY OPTION B (MANUAL TRANSMISSION) OX BODIES/16 STAMPEDE $24, (INCLUDING OPTIONS) BID SPECIFICATIONS FOR 16 STEEL DUMP BODY OPTION B (MANUAL TRANSMISSION) OX BODIES/16 STAMPEDE $24,712.00 (INCLUDING OPTIONS) GENERAL These specifications shall be construed as the minimum acceptable standards

More information

BID SPECIFICATIONS FOR 3 CY WHEEL LOADER JD 544K $148, (INCLUDING OPTIONS) TIER 4

BID SPECIFICATIONS FOR 3 CY WHEEL LOADER JD 544K $148, (INCLUDING OPTIONS) TIER 4 BID SPECIFICATIONS FOR 3 CY WHEEL LOADER JD 544K $148,951.00 (INCLUDING OPTIONS) TIER 4 GENERAL These specifications shall be construed as the minimum acceptable standards for a 3-yard wheel loader. Should

More information

HALIFAX REGIONAL MUNICIPALITY (HRM) One (1) Loader Mounted Snow Blower TENDER # T Page 1

HALIFAX REGIONAL MUNICIPALITY (HRM) One (1) Loader Mounted Snow Blower TENDER # T Page 1 Page 1 TENDER OF: ADDRESS: CONTACT NAME: TELEPHONE: FAX #: GST REGISTRATION #: To furnish and deliver equipment in accordance with specifications annexed hereto. The undersigned bidder has carefully examined

More information

REQUEST FOR 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

STATE OF MINNESOTA PRICING Page % DISCOUNT

STATE OF MINNESOTA PRICING Page % DISCOUNT Vendor Name: NUSS TRUCK & EQUIPMENT Contact Person: BOB PROW Street Address: 2195 WEST COUNTY ROAD C2 P.O. Box: City, State, Zip ROSEVILLE, MN 55113 Phone #: 6516334810 Toll Free #: 8007040935 Fax #: 6516350928

More information

MX Series. MX-L (Low) & MX-H (High)

MX Series. MX-L (Low) & MX-H (High) MX Series MX-L (Low) & MX-H (High) This model line is ideal for carrying the heavy loads from the shop to the construction site. Each trailer is configured to meet your hauling needs. With a large array

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

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

Installation Instructions

Installation Instructions Part Numbers: ALL 5AB-XXXX DEALER/INSTALLER: (1) Provide this Manual to end user END USER: (1) Read and follow this Manual every time you use this product. PIN BOX SHOWN ASSEMBLED Equipment Required: Wrenches:

More information

Fontaine Custom Duty Instructions

Fontaine Custom Duty Instructions Fontaine Custom Duty Instructions Fifth Wheel Installation instructions Pre-service procedures Operating instructions Inspection & maintenance procedures Warranty FOR YOUR SAFETY USE ONLY GENUINE FONTAINE

More information

Read the owner s manual completely before you use the trailer.

Read the owner s manual completely before you use the trailer. OWNER S MANUAL Read the owner s manual completely before you use the trailer. MODEL MPT-581ATV IMPORTANT SAFETY CHECK LIST PLEASE NOTE: Trailers are not generally used every day. A trailer may sit for

More information

Request for Bids INFORMATION FOR BIDDERS. FURNISH THE CITY OF DERBY, KANSAS, ONE (1)2014 or NEWER TANDEM AXLE 10 YARD DUMP TRUCK w/ PLOW

Request for Bids INFORMATION FOR BIDDERS. FURNISH THE CITY OF DERBY, KANSAS, ONE (1)2014 or NEWER TANDEM AXLE 10 YARD DUMP TRUCK w/ PLOW Request for Bids City of Derby Public Works 2015-027 INFORMATION FOR BIDDERS FURNISH THE CITY OF DERBY, KANSAS, ONE (1)2014 or NEWER TANDEM AXLE 10 YARD DUMP TRUCK w/ PLOW 1. Sealed bids, on the attached

More information

RFP Agricultural Tractors (AG tractor) SCOPE OF THE PROPOSAL

RFP Agricultural Tractors (AG tractor) SCOPE OF THE PROPOSAL Request for Proposal RFP Agricultural Tractors (AG tractor) 1. Introduction SCOPE OF THE PROPOSAL 1.1 The Ontario Federation of Snowmobile Clubs (OFSC) is accepting proposals for the purchase of Agricultural

More information

REQUEST FOR 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

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

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

SECTION 12 - CONSTRUCTION AREA TRAFFIC CONTROL TABLE OF CONTENTS

SECTION 12 - CONSTRUCTION AREA TRAFFIC CONTROL TABLE OF CONTENTS SECTION 12 - CONSTRUCTION AREA TRAFFIC CONTROL TABLE OF CONTENTS Section Page 12-1 GENERAL...12.1 12-2 FLAGGING...12.1 12-2.01 Flaggers...12.1 12-2.02 Flagging Costs...12.1 12-3 TRAFFIC-HANDLING EQUIPMENT

More information

INSTRUCTION MANUAL 16K - Fifth Wheel Hitch

INSTRUCTION MANUAL 16K - Fifth Wheel Hitch You can take it with you. INSTRUCTION MANUAL 16K - Fifth Wheel Hitch Product No. 30047 DEALER/INSTALLER: END USER: (1) Provide this Manual to end user. (2) Physically demonstrate hitching and unhitching

More information

ALUMINUM & STEEL CAR CARRIERS

ALUMINUM & STEEL CAR CARRIERS OWNER'S MANUAL ALUMINUM & STEEL CAR CARRIERS INSTALLATION, OPERATION, MAINTENANCE & PARTS NOTE: MANUAL including SPECIFICATIONS, subject to change without notice All ratings specified are based on structural

More information

540 CMR: REGISTRY OF MOTOR VEHICLES 540 CMR 22.00: MISCELLANEOUS MOTOR VEHICLE AND TRAILER EQUIPMENT AND OPERATIONS REQUIREMENTS

540 CMR: REGISTRY OF MOTOR VEHICLES 540 CMR 22.00: MISCELLANEOUS MOTOR VEHICLE AND TRAILER EQUIPMENT AND OPERATIONS REQUIREMENTS 540 CMR 22.00: MISCELLANEOUS MOTOR VEHICLE AND TRAILER EQUIPMENT AND OPERATIONS REQUIREMENTS Section 22.01: Scope and Purpose 22.02: Display of Reflectorized License Plates 22.03: Minimum Standards for

More information

Department of Finance Purchasing Department INVITATION TO BID

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

More information

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

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

More information

Frontal Area Considerations. Frontal Area Limitations/ Vehicle Considerations With. Hitch Receiver Weight Capacity

Frontal Area Considerations. Frontal Area Limitations/ Vehicle Considerations With. Hitch Receiver Weight Capacity 2019 LINCOLN MKC LINCOLN MKC (1) Final Drive GCWR (lbs.) Maximum Loaded Trailer Weight (lbs.) Engine Ratio FWD AWD Automatic Transmission Turbocharged 2.0L I4 3.36 7,220 3,000(2) 3.51 7,400 3,000(2) Turbocharged

More information

INSTRUCTION MANUAL L WIND CONE

INSTRUCTION MANUAL L WIND CONE Cooper Industries DOCUMENT September 29, 2009 Revision B Crouse-Hinds Division Crouse-Hinds Airport Lighting Products 1200 Kennedy Road Windsor, CT 06095 860 683-4300 Fax 860 683-4354 Title: INSTRUCTION

More information

ATTACHMENT A ITEM# 5

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

More information

Hi-Rise 18K 5TH WHEEL CONVERSION HITCH

Hi-Rise 18K 5TH WHEEL CONVERSION HITCH ASSEMBLY INSTRUCTIONS Hi-Rise 18K 5TH WHEEL CONVERSION HITCH DEALER/INSTALLER: (1) Provide this Manual to end user. END USER: (1) Read and follow this Manual every time you use Hitch. (2) Save this Manual

More information

Installation Instructions and Service Manual

Installation Instructions and Service Manual Installation Instructions and Service Manual Model 80 Actuator* for Trailer Brakes 8,00 lbs Capacity Drum Brake Ready Disc Brake Ready US Patents: 6,37,2 and 8,342,9 *Model 80 - Manufactured after March

More information

Installation Instructions READ THOROUGHLY BEFORE BEGINNING Signature Series Rail Kit Dodge Ram Trucks-all, including Mega-cabs

Installation Instructions READ THOROUGHLY BEFORE BEGINNING Signature Series Rail Kit Dodge Ram Trucks-all, including Mega-cabs INDEX Failure to follow all of these instructions may result in death or serious injury!. GUIDELINES FOR MATCHING TOW VEHICLE AND TRAILER. Pages -. DRILLED AND BOLTED INSTALLATION FIGURE. Page 4. NO-DRILL,

More information

CITY OF CORALVILLE th Street, Coralville, IA

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

More information

CITY OF ROCK ISLAND S P E C I F I C A T I O N S

CITY OF ROCK ISLAND S P E C I F I C A T I O N S CITY OF ROCK ISLAND S P E C I F I C A T I O N S It is the intent of the City of Rock Island to receive bids on fourteen (14) snow plows. The proposed plows will be used by the Public Works Departments

More information

INSTALLATION INSTRUCTIONS MOUNTING KIT Toyota Tundra 8 BEDS

INSTALLATION INSTRUCTIONS MOUNTING KIT Toyota Tundra 8 BEDS DEALER/INSTALLER: INSTALLATION INSTRUCTIONS MOUNTING KIT Toyota Tundra 8 BEDS (1) Provide this Manual to end user. (2) Physically demonstrate procedures in this Manual to end user. (3) Have end user demonstrate

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

SECTION 11 INTERMODAL EQUIPMENT

SECTION 11 INTERMODAL EQUIPMENT SECTION 11 INTERMODAL EQUIPMENT ROA MANUAL SCHEDULE OF AMENDMENTS SECTION 11 AMENDMENT NUMBER PAGES AMENDED AMENDMENT SUMMARY DATE ISSUED TABLE OF CONTENTS Section Description Page No. 11.1 SCOPE... 11-1

More information

Creative Bus Dba Getaway Bus REPRESENTING New England Wheels

Creative Bus Dba Getaway Bus REPRESENTING New England Wheels Creative Bus Dba Getaway Bus REPRESENTING New England Wheels ORDER PACKET Contract #TRIPS-15-MB-GB MiniBus with ADA Option CONTRACT # TRIPS-15-MB-GB ORDER PACKET FOR MiniBus with ADA Option Creative Bus

More information

INSTALLATION INSTRUCTIONS MOUNTING KIT COMMERCIAL TRUCK FOR 34 OUTSIDE FRAME WIDTH ONLY. Front of vehicle

INSTALLATION INSTRUCTIONS MOUNTING KIT COMMERCIAL TRUCK FOR 34 OUTSIDE FRAME WIDTH ONLY. Front of vehicle INSTALLATION INSTRUCTIONS MOUNTING KIT COMMERCIAL TRUCK FOR 34 OUTSIDE FRAME WIDTH ONLY DEALER/INSTALLER: (1) Provide this Manual to end user. END USER: (1) Save this Manual for future reference. (2) Pass

More information

Owner s Manual Enclosed Cargo

Owner s Manual Enclosed Cargo Owner s Manual Enclosed Cargo 1 This manual contains safety information and instructions for your trailer. You must read this manual before loading or towing your trailer. You must follow all safety precautions

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

sure-trac.com

sure-trac.com We believe in excellence. Professional Open and Enclosed Trailers Construction, Landscape, Homeowner, Racing, and Recreation. 800 372 1755 sure-trac.com Implement Shown with optional 7K set back bolt-on

More information

2013 Trail King. TK110HDG / Unit#

2013 Trail King. TK110HDG / Unit# 2013 Trail King TK110HDG / Unit# 532452 110,000 capacity in 12 102 overall deck width Arched Gooseneck Design 31 front loading ramps 5 posi on Gooseneck Door Adjustment Manual ride height control 110 Swing

More information

Utility Jack Model Number: HD HD HD

Utility Jack Model Number: HD HD HD Utility Jack Model Number: 74407 74407HD 74410 74410HD 74413 74413HD 74412 74415 70429 Rolled Acme Thread and Anti-Friction thrust Bearings High Strength Tubing This Instruction Sheet contains IMPORTANT

More information

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

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

More information

Installation / Owners Manual

Installation / Owners Manual DEALER/INSTALLER: (1) Provide this Manual to end user END USER: Part Number: 94621 94622* *Packaged for Individual sale. (1) Read and follow this Manual for Reese Installation. (2) Save this Manual for

More information

DELINTE LIMITED TIRE WARRANTY DH2 D7 D8, D8+ DH7 DX9, DX10, DX11, DV2

DELINTE LIMITED TIRE WARRANTY DH2 D7 D8, D8+ DH7 DX9, DX10, DX11, DV2 DELINTE LIMITED TIRE WARRANTY DH2 D7 D8, D8+ DH7 DX9, DX10, DX11, DV2 The limited warranty applies to tires purchased after March 1, 2016. The limited warranty applies to tires purchased after October

More information

#2018-RFP-06. Utility Work Carts

#2018-RFP-06. Utility Work Carts CITY OF JOPLIN, MISSOURI BID PACKAGE #2018-RFP-06 For Utility Work Carts JOPLIN PARKS DEPARTMENT 3301 WEST 1 st STREET JOPLIN, MO 64801 (417) 627-8879 (VOICE) (417) 625-4756 (FAX) NOTICE TO BIDDERS The

More information

TABLE OF CONTENTS TRAILER INFORMATION... 3 COUPLING TO THE TOW VEHICLE... 4 LOADING THE TRAILER... 9 CHECKING THE TRAILER... 10

TABLE OF CONTENTS TRAILER INFORMATION... 3 COUPLING TO THE TOW VEHICLE... 4 LOADING THE TRAILER... 9 CHECKING THE TRAILER... 10 TABLE OF CONTENTS TRAILER INFORMATION... 3 COUPLING TO THE TOW VEHICLE... 4 COUPLING AND UNCOUPLING THE TRAILER FROM THE TOW VEHICLE... 4 BALL-HITCH COUPLER... 4 INSTRUCTIONS ON COUPLING TO THE TOWING

More information

20K - Fifth Wheel Hitch

20K - Fifth Wheel Hitch You can take it with you. INSTRUCTION & OPERATION MANUAL 20K - Fifth Wheel Hitch DEALER/INSTALLER: (1) Provide this Manual to end user. (2) Physically demonstrate hitching and unhitching procedures in

More information

Installation Instructions

Installation Instructions 85-4341 rev. 04 10-15 Installation Instructions Thank you for purchasing this antisway bar kit. Please read through these instructions before installation. Rear Anti-Sway Bar Kit for Chevy 2500/3500/4500

More information

Installation Instructions

Installation Instructions 85-3511 rev. 04 11-15 Installation Instructions Polyurethane Bushing Kit for Ford F-53 (Front) (replaces OE bushings and brackets) part #4139-127 1-5/8 diameter INTRODUCTION Thank you for purchasing this

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

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

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

More information

Request for 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

INSTRUCTION MANUAL 16K - Fifth Wheel Hitch

INSTRUCTION MANUAL 16K - Fifth Wheel Hitch You can take it with you. INSTRUCTION MANUAL 16K - Fifth Wheel Hitch Product No. 30047 DEALER/INSTALLER: END USER: (1) Provide this Manual to end user. (2) Physically demonstrate hitching and unhitching

More information