INSTRUCTIONS TO BIDDERS. SINGLE AXLE DUMP TRUCK 39,000 GVW with ATTACHMENTS Model Year 2017 or Newer. Bids Due: Monday, May 15, 2017 at 3:00 PM CT
|
|
- Ernest Pope
- 5 years ago
- Views:
Transcription
1 INSTRUCTIONS TO BIDDERS SINGLE AXLE DUMP TRUCK 39,000 GVW with ATTACHMENTS Model Year 2017 or Newer Bids Due: Monday, May 15, 2017 at 3:00 PM CT NOTE: DELIVERY AND INVOICING MUST BE MADE AFTER JULY 1, 2017 AND ON OR BEFORE DECEMBER 1, Specifications Applicable Black Hawk County is looking to purchase one (1) 2017 preferred Model or Newer Single Axle Dump Truck 39,000 GVW. Please see Appendix B Requirements of Bidders Firms submitting Bids must be an "Equal Opportunity Employer" as defined in the "Civil Rights Act of 1964" and in "Iowa Executive Order Number Thirty-four". Preparation of Proposals Only signed proposals, submitted on forms furnished by Black Hawk County or printed from its website will be considered. It will be assumed the bidder is familiar with the requirements of any and all specifications. Any unauthorized changes in or additions to the proposal form, including any reservations, will be considered sufficient grounds for rejection. Taxes Prices quoted shall not include state or federal taxes from which the County is exempt. The necessary exemption certificate will be furnished by Black Hawk County upon request by the contractor/vendor. Freight Charges All delivery charges shall be included in the bid price and paid by the contractor/vendor. By signing a contract, the contractor warrants he has notified the freight company that all freight and delivery charges are to be prepaid by the contractor or vendor. Black Hawk County will not be liable for any freight claims or unpaid freight bills arising from this contract. Compliance with Proposal Any exceptions or deviations to the instructions, specifications, or terms of this proposal need to be received within adequate time to evaluate and respond with appropriate action. Fair treatment to all vendors shall be the primary concern in evaluation of exceptions of deviations submitted just prior to bid opening. Black Hawk County reserves the right to waive compliance on minor technicalities of the specification, to reject any or all bids, and to accept the proposal(s) which appear to be in the best interest of Black Hawk County. Separate Bids If the bidder wishes to quote prices on more than one model, he may submit these prices for each model in the same envelope. Filing the Proposal Sealed bids for this item will be received until 3:00 PM CT, Monday, May 15, 2017 at the Black Hawk County Engineer s Office, Suite 211, 316 East Fifth Street, Waterloo, IA (319) Bids must be submitted on the form provided and may be mailed or hand delivered. The envelope must be clearly marked Single Axle Truck. The public hearing/bid opening will take place at the regular Board of Supervisors meeting at 9:05 AM CT on Tuesday, May 16, Page 1 of 8
2 Communications by An is available to speed communications between your company and the County. This may be used to communicate clarifications in specifications and/or bidder instructions for the proposal before or after the bid opening. The cannot be used for the submission of bids. Ties and Reservations No ties or reservations by the bidder are permitted. Catalogs and Specifications A Build Specification List, on complete set of catalogs and other specifications sheets or literature giving detailed information on the item shall be included with the bid. Discounts Quantity discounts or discounts for early payment are not permitted. Bid Price Bid price shall be on units that fully conform to the specifications. Optional extras may be bid as additions, and submitted on a separate sheet attached to the proposal. Infringement Contractor warrants the goods to be sold shall be delivered free of the rightful claim of any third party by way of infringement. Bid Award Award will be made for the item and any item or combination of items listed on the Proposal. Any protest of award shall be made in accordance with administrative rules. Bidder qualifications - No Bid shall be accepted from, and no contract will be awarded to, any person, firm or corporation that is in arrears to the County upon debt or contract, that is a defaulter, as surety or otherwise, upon any obligation to the County, or that is deemed irresponsible or unreliable by the County. If requested, Bidders shall be required to submit satisfactory evidence that they have a practical knowledge of the particular supply/service bid and that they have the necessary financial resources to provide the proposed supply/service as described in the attached Technical Proposal specifications. Collusive bidding - The Bidder certifies that the bid submitted by said Bidder is done so without any previous understanding, agreement or connection with any person, firm, or corporation making a bid for the same contract, without prior knowledge of competitive prices, and it is, in all respects, fair, without outside control, collusion, fraud or otherwise illegal action. Bid Changes - Bids amendments thereto or withdrawal requests received after the time advertised for Bid Opening will be void regardless of when they were mailed. Purchase Order After a proposal has been selected, a Purchase Order will be issued to cover quantities, delivery dates, and destinations per the bid. Payment and Receiving of Items Payment for items purchased by Black Hawk County will be made promptly after the items have been received and accepted by the County. Invoicing will be appropriate for quantities delivered. All items must be delivered to the Black Hawk County Secondary Roads Department, 1329 Longfellow Avenue, Waterloo, Iowa If items are not delivered to this location, payment will be delayed. Receiving and Inspection by Black Hawk County Page 2 of 8
3 Unit(s) must be delivered in accordance to the governing specification. All units will be inspected by the County after delivery. If the units are rejected because of deficiencies, it shall be the vendor's responsibility to Pick up the unit(s), make the necessary correction(s) and redeliver the unit(s) for re-inspection. The vendor must arrange to have the necessary work done on an approved schedule set within 96 hours (exclusive of Saturdays, Sundays and holidays) after receipt of written notification from the County. Otherwise, the County may make the corrections at the vendor's expense. A copy of the vendor's standard pre-delivery service checklist shall be completed for each unit, signed by a representative of the organization performing the service inspection and delivered with the unit. Payment will not be processed on units delivered to the County that still require servicing by the vendor. The County may withhold the full amount of the contract price if, in its opinion, the unit contains major deviations from specification. Remedies Upon Default In any case where the supplier has failed to deliver, or has delivered nonconforming goods or services, Black Hawk County shall provide a Cure Notice. If after notice the supplier continues to be in default, Purchasing may procure goods or services and substitution from another source and charge the difference between the contract price and the market price to the defaulting supplier. If necessary the County Attorney shall be requested to make collection from the defaulting supplier. Disclosure of Bid Content The laws of the State of Iowa require that at the conclusion of the selection process, the contents of all proposals will be placed in the public domain and be open to inspection by interested parties. Trade secrets or proprietary information that are recognized as such and are protected by law may be withheld if clearly identified as such in the proposal. Hold Harmless Agreement The outside party shall indemnify and hold harmless Black Hawk County, its agents and employees, from and against all claims, damages, losses and expenses including attorneys fees arising out of or resulting from the performance of the work, provided that any such claim, damage, loss or expense: a. is attributable to bodily injury, sickness, disease or death, or to the damage to or destruction of tangible property (other than the work itself) including the loss of use resulting therefrom, and b. is caused in whole or in part by any negligent act or omission of the outside party or its subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, regardless of whether or not it is caused in part by a party indemnified hereunder. c. Each contract/agreement shall contain the following language (when applicable): d. Contractor/Permitee/Licensee agrees that for all work done in the county road right of ways, easements and county property, it shall be solely responsible for work zone safety and shall hold the County harmless and agree to indemnify the County for all claims that arise from its work in the right of way, and further, it agrees that it will adhere to the Manual on Uniform Traffic Control Devices during the project. Page 3 of 8
4 APPENDIX A TITLE VI ASSURANCES During the performance of this contract, the contractor, for itself, its assignees and successors in interest (hereinafter referred to as the contractor ) agrees as follows: 1. Compliance with Regulations: The contractor shall comply with the Regulations relative to nondiscrimination in Federally-assisted programs of the Department of Transportation (hereinafter, DOT ) Title 49, Code of Federal Regulations, Part 21, as they may be amended from time to time, (hereinafter referred to as the Regulations), which are herein incorporated by reference and made a part of this contract. 2. Non-Discrimination: The contractor, with regard to the work performed by it during the contract, shall not discriminate on the grounds of race, color, national origin, sex, age, or disability in the selection and retention of subcontractors, including procurement of materials and leases of equipment. The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations, including employment practices when the contract covers a program set forth in Appendix B of the Regulations. 3. Solicitations for Subcontracts. Including Procurement of Materials and Equipment: In all solicitations either by competitive bidding or negotiation made by the contractor for work to be performed under a subcontract, including procurement of materials or leases of equipment, each potential subcontractor or supplier shall be notified by the contractor of the contractor s obligations under this contract and the Regulations relative to nondiscrimination on the grounds of race, color, national origin, sex, age, or disability. 4. Information and Reports: The contractor shall provide all information and reports required by the Regulations or directives issued pursuant there to, and shall permit access to its books, records, accounts, other sources of information, and its facilities as may be determined by the County, the Iowa Department of Transportation or Federal Highway Administration to be pertinent to ascertain compliance with such Regulations, orders and instructions. Where any information required of a contractor is in the exclusive possession of another who fails or refuses to furnish this information the contractor shall so certify to the County, the Iowa Department of Transportation or the Federal Highway Administration as appropriate, and shall set forth what efforts it has made to obtain the information. 5. Sanctions for Non-Compliance: In the event of the contractor s noncompliance with the non-discrimination provisions of this contract, the County shall impose such contract sanctions as it, the Iowa Department of Transportation or the Federal Highway Administration may determine to be appropriate, including, but not limited to: a. withholding of payments to the contractor under the contract until the contractor complies, and/or b. cancellation, termination, or suspension of the contract, in whole or in part. 6. Incorporation of Provisions: The contractor shall include the provisions of paragraphs (1) through (6) in every subcontract, including procurement of materials and leases of equipment, unless exempt by the Regulations, or directives issued pursuant thereto. The contractor shall take such action with respect to any subcontract or procurement as the County, the Iowa Department of Transportation or the Federal Highway Administration may direct as a means of enforcing such provisions including sanctions for non-compliance: Provided, however, that, in the event a contractor becomes involved in, or is threatened with, litigation with a subcontractor or supplier as a result of such direction, the contractor may request the County or the Iowa Department of Transportation to enter into such litigation to protect the interests of the County or the Iowa Department of Transportation; and, in addition, the contractor may request the United States to enter into such litigation to protect the interests of the United States. Page 4 of 8
5 Appendix B SINGLE AXLE DUMP TRUCK SPECIFICATIONS (39,000 GVW) BLACK HAWK COUNTY ENGINE: EXHAUST BODY: CAB WHEELBASE: COLOR: TRANSMISSION: AXLES: SPRINGS: FRAME: BRAKES: AIR SYSTEM: STEERING: TIRES: WHEELS: ALTERNATOR: ELECTRICAL AIR CLEANER: Cummins L hp min 860 FTLBS torque at 1300rpm. with current Tier 4 final Emissions Horizontal ATD Right side under step mount with vertical stack. Exhaust stack to be floating mount to allow for air ride cab movement Tilt style hood assembly with butterfly openings. For ease of daily service checks with snow equipment mounted. Dual air bag with shock absorber, All steel cab. Oil fill and check located for ease of service. 10 ft. long dump box, 84 in. Clear cab to axle minimum. Dark red, equipment paint with clear coat. Automatic, 6 speed, Allision, 3500 RDS, With PTO provision. Dash controlled with diagnostic screen. Front - 16,000#. National seals or equivalent control, front axle shocks, Rear - 23,000#. Driver Diff lock, Axle Ratio to maintain best plow speed, torque and. 65 mph govern max speed. Front - To match above axle design; 16,000# rating minimum. Multi- Leaf Front right side Timbren support for wing Rear - To match above axle design, 23,000# rating minimum. Auxiliary springs to match axle design. Heavy-duty frame with integral front 18" Frame Extension to accommodate front plow and wing mount section module minimum resist bending motion. 11,000 PSI Air brakes, cam type. Parking brake. Brakes to meet current Federal regulations. Haldex auto slack adjusters. Brake dust shields. Adequate to meet demands of brake system. Air compressor 18.7 CFM minimum. Air tanks to have drain petcocks easily accessible from side of truck for daily maintenance. Wabco Air Dryer with heater frame mounted spin on filter. Power Steering TAS-85 gear box Min. With Tilt steering wheel Front - 315//80R x 22.5, 20 ply, Michelin Rear - 11R/ ply M&S or equivalent tubeless, Michelin 22.5, 10-hole ISO Disc. White powder coat 160 Amp Point to Point wiring, All Switches Marine grade Dry element filter assembly with dash mounted restriction gauge. FUEL TANK: DEF TANK Minimum 60 gal. capacity aluminum, with steps 13 gal. min. left side mounting Page 5 of 8
6 SAFETY RADIATOR ACCESSORIES HYDRAULIC PUMP AND PTO Must comply with OSHA and Federal regulation and be DOT compliant Heavy duty. Largest available, standard for chassis and engine. Long life antifreeze. Snow shield for cab Air intake. Bright Grille Surround Tinted windshield Driver controlled electric power windows, Cruise control 1,000 watt block heater - Receptacle mounted under left hand door Tachometer, and speedometer and standard monitor pkg. AM-FM Radio/Clock - Weather Band - CD Electric intermittent wipers and washer. Seat to be Air ride driver seat with arm rests with air lumbar passenger standard suspension seat. Cloth covered Front and rear tow hooks A/C and Heater with defroster best available with engine shut off valves All lights to be LED, Headlights to be standard Haledon or better. Gauges - Voltmeter, water temperature, oil pressure, air pressure, fuel level and air restriction. All gauges to be mounted neat and clean in appearance and easily viewed and ready by the operator. 12 volt Aux plug in dash Heated rearview outside mirrors, lower convex mirror right and left side right hand hood mounted mirror for wing and above door right hand side mirror. Grab handles on both sides of cab Hi-level interior trim, With Premium Insulation Package Inside/outside air intake - cab controlled Rubber type floor mats Flag or reflector kit as required by ICC - Fire extinguisher Battery - Minimum 2-93 amp hr. 625 CCA batteries in same box One parts book, one service and repair manual and service wiring book. If Not Available at no charge online dealer set up at time of delivery Electric back-up alarm installed Mud flaps - Front and Rear axle - Full poly fender over rear wheel dual Air horn Aux factory dash mounted switch min 4, for spreader lights top, and rear strobes. Wiring and switch for snowplow lights - Hood mounted snowplow lights, Dealer to provide service training for mechanics as required, availability of online service and parts to set up at time of delivery Pump to be 6.0 CID min. Load Sensing type. PTO to be Hot Shift PTO with extended shaft for Allison 3500 RD Transmission Page 6 of 8
7 HYDRAULIC SYSTEM DUMP BOX SNOWPLOW: SANDER: WING: MUNCIE ADVANTAGE PLUS Hydraulic system or equal, Valve Body, Cartridge type valve Front plow double acting with float, plow angle double acting Front wing toe to be double acting and rear wing heel double acting Sand Spreader auger and spinner Valves with adjustable speed control and ground speed compatible. AUX VALVE for front broom with dual drive valve must be capable 25 GPM and plumbed to front plow frame with 1" wing lock connectors. Relief Valves to have electronic adjustable settings. Valve/Tank Enclose 35gal min cap. Stainless steel, Built in 10 micron hydraulic filter, sight temp and oil level gauge, Hydraulic valve direct mount to tank all hoses to be direct ORB to manifold valve. Prefer all hoses to be JIC ends or ORS. In Cab Control System Muncie Advantage Plus or Equal. 10'x84" wide inside, 30" tall sides. 201, Stainless Steel. Comparable to a 10' Henderson Mark II, with uni-body, With under body Hoist Box to be 10 Gauge stainless steel side and head sheet. Single full weld on side brace. 7 gauge rear posts. Floor to be 3/16 AR 400 steel min. 8" cylinder class 50 equivalent 16"x78' cab shield mounted to front of box. Factory sloping side boards stainless steel stich welded. 16 to 8 slope. Sloped side boards, All 10 gauge steel construction Tailgate shall be a standard removable hinged type. 7 Gauge with 2 welded in Horizontal Braces. Oval style tail/turn lights to be mounted in rear box posts, with oval back up light above strobes. LED LIGHT PACKAGE. Oval strobes 4 corner cab protector mounted. Forward and side facing. Backup lights installed with oval lights in rear corner posts Air trip tailgate with console or box control mount. Front Left side of box stainless flips down ladder with one inside box step. Stainless steel pivot pins MUST HAVE grease zerks. Henderson or equivalent 36R11 power reversible plow With integral shield and front rubber shield. With Power tilt Hitch, with level lift system, 30.5" Universal quick hitch, No plow shoes or adjusters. Carbide cutting edges Adjustable spring tension trip. Plow edge markers. Henderson TGS II 201 stainless steel design or equivalent, 9" auger, Direct drive auger motor, poly spinner left or right discharge. Hydraulic hook ups, spinner quick couplers left side outside edge of truck box auger to be JIC hook up under truck. One parts and service book. Henderson HD Patrol Wing custom power tilt hitch 8 ft. HPW-8 or Equal 54" front post with 18" front lift at toe. 4x10 wing cylinder with lock valve to prevent drift. Hydraulic connections to be JIC bulkhead hoses JIC with caps and plugs. Moldboard to be equipped with carbide cutting edges. Non trip Single push arm design front lift cylinder. Parts and service books included. Paint to match truck. Page 7 of 8
8 TRUCK MOUNTED FRONT HYDRAULIC BROOM WARRANTY COVERAGE MB BRAND or equal MODEL TKH-TR 9' Dual High torque low speed motors 18.0 CID Direct drive with recessed motors, average broom head speed 250 RPM, Hydraulic angle 30deg. Right or left. Storage stands. Broom 32" wafer style 10" center removable without hydraulic disconnect. Threaded turnbuckle for adjustment. Broom hood to have front rubber deflector. Gauge wheels Caster style with grease able pivots and sealed wheel bearings, 16.5" x8' x 8 ply tires. Standard paint color. Hook up to be Henderson quick hitch coupling, parts and service books included. 1 year warranty. 1 extra center arbor for refilling. Engine to have 5 year 200,000 mile. cooling to be 5 year 200,000 mile Transmission -5 year Tow insurance - 2yr Base truck standard 1yr or better Page 8 of 8
INSTRUCTIONS TO BIDDERS
INSTRUCTIONS TO BIDDERS One (1) 2018 preferred Model or Newer John Deere 772 GP AWD, Cat 12M3 VHP AWD, or Equivalent or equivalent Bids Due: Friday May 25, 2018 at 4:00 PM CT A mandatory pre-build meeting
More informationINSTRUCTIONS TO BIDDERS
INSTRUCTIONS TO BIDDERS TANDEM AXLE DUMP TRUCK WITH SNOWPLOW, WING & SAND SPREADER Model Year 2018 or Newer Freightliner114SD, Mack Granite GU713, or Equivalent Bids Due: Monday, May 21, 2018 at 4:00 PM
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 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 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 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 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 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 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 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 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 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 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 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 informationINVITATION 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 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 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 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 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. 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 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 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 informationRequest for Proposal. Articulated Loader
Request for Proposal Articulated Loader April 17, 2017 1 City of Fargo Request for Proposal The City of Fargo is requesting proposals for (2) Articulated Loaders. Sealed proposals will be received by the
More informationCity of 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 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 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 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 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 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 informationTown of South Windsor, Connecticut. Police Department
Town of South Windsor, Connecticut Police Department May 2018 Bid Documents for Automobile Lease Unmarked Police Vehicles Up to Nine (9) - Four (4) Door, Mid-Size, All Wheel Drive SUV type vehicles TOWN
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 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 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 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 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 informationCUBA-RUSHFORD CENTRAL SCHOOL DISTRICT 5476 ROUTE 305 CUBA, NEW YORK ******** BID FORM FOR. Truck 2018 or Newer ********
CUBA-RUSHFORD CENTRAL SCHOOL DISTRICT 5476 ROUTE 305 CUBA, NEW YORK 14727 ******** BID FORM FOR Truck 2018 or Newer ******** In accordance with the provisions of Section 103 of the General Municipal Law,
More informationEverything You Need! Phone , Ext. 229
Public Works Operations Manager 401 E Third St Kewanee, IL 61443 Everything You Need! Phone 309-852-2611, Ext. 229 Fax 309-856-6001 November 13, 2017 The City of Kewanee is requesting proposals in conformance
More informationNOTICE OF INVITATION FOR COMPETITIVE SEALED BIDS FOR MOTOR GRADERS (Guadalupe County IFB No )
NOTICE OF INVITATION FOR COMPETITIVE SEALED BIDS FOR MOTOR GRADERS (Guadalupe County IFB No. 2017-12) Guadalupe County, New Mexico, invites competitive sealed bids for the procurement described below,
More 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 informationBID PACKAGE (2)NEW 2018 SELF-PROPELLED BROOMS
Bannock County Public Works 5500 south fifth Pocatello, Idaho 83204 Ph. (208) 233-9591 BID PACKAGE (2)NEW 2018 SELF-PROPELLED BROOMS The undersigned hereby agrees and proposes to furnish two (2) new 2018
More 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 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 informationCONTRACT DOCUMENTS TOWING SERVICES BOROUGH OF CARLISLE 53 W. SOUTH STREET CARLISLE, PENNSYLVANIA (717)
CONTRACT DOCUMENTS TOWING SERVICES BOROUGH OF CARLISLE 53 W. SOUTH STREET CARLISLE, PENNSYLVANIA 17013 (717) 249-4422 BOROUGH OF CARLISLE BID DOCUMENTS TABLE OF CONTENTS Section 1 INFORMATION FOR BIDDERS
More informationNOTICE OF LETTING PATROL TRUCK ACCESSORY EQUIPMENT
NOTICE OF LETTING PATROL TRUCK ACCESSORY EQUIPMENT Quotes close at 10:00 A.M., February 18, 2015. The Columbia County Highway Committee will meet in the conference room on the second floor of the Highway
More informationRHODE ISLAND TURNPIKE & BRIDGE AUTHORITY
THE RHODE ISLAND TURNPIKE & BRIDGE AUTHORITY SPECIFICATIONS FOR STREET AIR SWEEPER CONTRACT NO. 14-13 OCTOBER 2014 Office of the Director P.O. Box 437 1 East Shore Road Jamestown, Rhode Island 02835 Telephone
More 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 informationALLEGAN COUNTY ROAD COMMISSION SPECIFICATION FOR BIDS
ALLEGAN COUNTY ROAD COMMISSION SPECIFICATION FOR BIDS PROPOSAL FOR DUMP BOX BODIES, V BOX SPREADERS, UNDER BODY SCRAPERS, PLOW WINGS, FABRICATION AND ASSEMBLY OF COUNTY DUMP TRUCKS Board of County Road
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 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 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 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 informationREQUEST FOR SEALED BID CAB/CHASSIS FOR MEDIUM DUMP TRUCK WITH SALT SPREADER NOVEMBER 18, 2015
REQUEST FOR SEALED BID CAB/CHASSIS FOR MEDIUM DUMP TRUCK WITH SALT SPREADER NOVEMBER 18, 2015 Sealed bids will be received until 2:00 p.m. on Monday, December 7, 2015, by the City of Martinsville, to contract
More 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 informationCity of Glasgow Department of Public Works Purchase of (1) 2013 White Rear Load Garbage Truck
City of Glasgow Department of Public Works Purchase of (1) 2013 White Rear Load Garbage Truck To: All Interested Bidders Subject: 2013 (1) White Rear Load Garbage Truck Attached are specifications for
More informationRequest for 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 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 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 informationBOCC MEETING TRANSMITTAL. #4 - Effective and Responsive Government. Consent. Ongoing
BOCC MEETING
More informationCity of Storm Lake Fire Department Heavy Rescue Specifications
INTENT OF SPECIFICATIONS City of Storm Lake Fire Department Heavy Rescue Specifications It shall be the intent of these specifications to provide a complete apparatus equipped as hereinafter specified.
More informationAdministered by UNIVERSITY OF MAINE SYSTEM Office of Strategic Procurement REQUEST FOR BIDS. TANDEM AXLE DUMP TRUCK WITH PLOW University of Maine
Administered by UNIVERSITY OF MAINE SYSTEM Office of Strategic Procurement REQUEST FOR BIDS TANDEM AXLE DUMP TRUCK WITH PLOW University of Maine RFB # 20-10 ISSUE DATE: February 25, 2010 BIDS MUST BE RECEIVED
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 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 informationINVITATION TO BID (ITB)
INVITATION TO BID (ITB) WHITFIELD COUNTY, GEORGIA ITB# PW-100-4-200-SPB-2019 Self- Propelled Broom front mounted Date: JANUARY 31st 2019 Time: 2:00 PM BRIAN MCBRAYER STAFF ACCOUNTANT (706) 275-7504 / (706)
More informationOne (1) Current Model Year Cab/Chassis with Chipper Body and Articulating Crane Mounted Bid No Notice to Bidders
CITY OF SAN LEANDRO INVITATION FOR BIDS SUBMIT BID TO: City of San Leandro Purchasing Department 835 East 14th Street San Leandro, CA 94577 FOR FURTHER INFORMATION CONTACT: Julie Jenkins Purchasing Agent
More informationINVITATION TO BID (ITB)
INVITATION TO BID (ITB) WHITFIELD COUNTY, GEORGIA ITB# PW-100-4-200-TSS-2019 73 HP TRACK SKID STEER Date: JANUARY 31st 2019 Time: 2:00 PM BRIAN MCBRAYER STAFF ACCOUNTANT (706) 275-7504 / (706) 275-7501
More 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 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 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 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 informationNOTICE OF REQUEST FOR QUOTATIONS FOR A NEW 10,000 LB GVW REGULAR CAB SINGLE REAR WHEEL TRUCK WITH CTEC 9 LONG GENERAL PURPOSE DUMP STAKE BODY
NOTICE OF REQUEST FOR QUOTATIONS FOR A NEW 10,000 LB GVW REGULAR CAB SINGLE REAR WHEEL TRUCK WITH CTEC 9 LONG GENERAL PURPOSE DUMP STAKE BODY NOTICE IS HEREBY GIVEN that the City of Bellflower will receive
More informationUN-Priced Offers Due: Wednesday, April 25, 2018 at 10:00 a.m. Reverse Auction/Bid: Wednesday, May 9, 2018 starting at 11:00 a.m.
LAUDERDALE COUNTY BOARD OF SUPERVISERS 410 Constitution Ave, 11 th Floor Meridian, Mississippi 39301 601-482-9746 Main 601-482-9744 Fax BIDDERS INFORMATION PACKET BID NO: 3809 One (1) or more Single Axle
More 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 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 information2017 Single Axle 5 CU.YD. Dump Truck Specifications. Minimum Specifications 33,000 lb
2017 Single Axle 5 CU.YD. Dump Truck Specifications Item GVW Wheelbase Cab to Axle Minimum Specifications 33,000 lb 158 inches 84 inches Tires 11R x 22.5, Tubeless, 14 ply, All weather mud and snow tread
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 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 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 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 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 informationINVITATION TO BID. January 10, 2018
INVITATION TO BID January 10, 2018 The City of Bainbridge will receive sealed bids for ONE NEW PORTABLE TANDEM STATIC ROLLER to be LEASED FOR PURCHASE, as described in the attached specifications until
More informationINVITATION TO BID Fort Morgan Golf Course Golf Carts
INVITATION TO BID The is accepting sealed bids to Lease or Lease-purchase 45 until 4:00 p.m. (our clock) on September 2, 2011 at City Hall located at 110 Main Street, Fort Morgan, Colorado 80701 at which
More informationSANDAG Vanpool Program Guidelines as of February 2018
SANDAG Vanpool Program Guidelines as of February 2018 The San Diego Association of Governments (SANDAG) administers the SANDAG Vanpool Program to provide alternative transportation choices to commuters,
More informationInvitation No: Additional available options:
Invitation No: 044-14 Additional available options: The choice of any of these options, is in lieu of, or in addition to the base bid for the State of Ohio and subject to final engineering approval. Some
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 informationCity of Lewiston. Finance Department Allen Ward, Purchasing Agent
City of Lewiston Finance Department Allen Ward, Purchasing Agent 2018-008 Compact Sidewalk Sweeper December 21, 2017 Sir/Madam: Sealed Proposals will be received in the office of the Purchasing Agent,
More informationCommunity Unit School District # Church St Loami, IL
Community Unit School District #16 212 Church St Loami, IL 62661 217-624-2541 71-Passenger Conventional School Bus Bid Proposal Sheet Bid Submission Deadline February 13, 2012 10:00am Chassis Manufacturer
More 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 informationCOUNTY ROAD COMMISSION RULES FOR THE MOVEMENT OF OVERSIZE OR OVERWEIGHT VEHICLES AND LOADS
COUNTY ROAD COMMISSION RULES FOR THE MOVEMENT OF OVERSIZE OR OVERWEIGHT VEHICLES AND LOADS General instructions, information and rules governing the issuance of special permits for the movement of oversize
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 informationBID FOR ONE (1) 1 TON CREW CAB TRUCK WITH SERVICE BODY OPENING APRIL 11, 2019 AT 10:00 A.M.
P. O. B o x 1 5 4 0 T h o m a s v i l l e, G A 3 1 7 9 9 2 2 9-2 2 7-7 0 0 0 F A X 2 2 9-2 2 7-3 2 4 3 w w w. t h o m a s v i l l e. o r g BID FOR ONE (1) 1 TON CREW CAB TRUCK WITH SERVICE BODY OPENING
More informationSNOW PLOW, FRAME, HYDRAULIC SYSTEM, DUMP BODY, WING, SPREADER AND PRE-WET TANK SYSTEM
DEKALB COUNTY HIGHWAY DEPARTMENT SNOW PLOW, FRAME, HYDRAULIC SYSTEM, DUMP BODY, WING, SPREADER AND PRE-WET TANK SYSTEM Sealed proposal for the furnishing and installing of snow plow, frame, hydraulic system,
More informationFLORIDA SHERIFFS ASSOCIATION, FLORIDA FIRE CHIEFS ASSOCIATION, & FLORIDA ASSOCIATION OF COUNTIES
FLORIDA SHERIFFS ASSOCIATION, FLORIDA FIRE CHIEFS ASSOCIATION, & FLORIDA ASSOCIATION OF COUNTIES SPECIFICATION #23 TRACTOR-DRAWN AERIAL APPARATUS ALL ITEMS FACTORY INSTALLED UNLESS OTHERWISE INDICATED
More informationTown of Springdale Wrecker and Towing Services Agreement
Company Name: Vehicle Storage Location: Note: Storage location must be within 10 miles of Springdale town limits Town of Springdale Wrecker and Towing Services Agreement The undersigned towing and wrecker
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 informationCity of Mt. Pleasant, Michigan CONTRACT DOCUMENTS. For HEAVY DUTY TRUCKS. SHARON TILMANN Mayor. NANCY RIDLEY City Manager
City of Mt. Pleasant, Michigan CONTRACT DOCUMENTS For HEAVY DUTY TRUCKS SHARON TILMANN Mayor NANCY RIDLEY City Manager Prepared By: Division of Public Works JOHN ZANG DPW Director SEPTEMBER 2014 City of
More informationThree (3) New Ford Fusion Sedans Bid No Notice to Bidders
CITY OF SAN LEANDRO INVITATION FOR BIDS SUBMIT BID TO: City of San Leandro Purchasing Department 835 East 14th Street San Leandro, CA 94577 FOR FURTHER INFORMATION CONTACT: Julie Jenkins Purchasing Agent
More informationPlease note the following in regards for the Tractor and Tractor Mount Runway Broom and Blower bid:
6700 McKennon Blvd., Suite 200 Fort Smith, AR 72903 479.452.7000 x50 479.452.7008 fax www.fortsmithairport.com April 9, 2018 ATTENTION ALL BIDDERS: It is the responsibility of the bidder to email Richard
More informationCity of Mt. Pleasant, Michigan CONTRACT DOCUMENTS. For PICKUP TRUCKS. SHARON TILMANN Mayor. NANCY RIDLEY City Manager
City of Mt. Pleasant, Michigan CONTRACT DOCUMENTS For PICKUP TRUCKS SHARON TILMANN Mayor NANCY RIDLEY City Manager Prepared By: Division of Public Works JOHN ZANG DPW Director AUGUST 2014 City of Mt. Pleasant,
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 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 information