l-åi iiî # ä i,"#i:lä:9å'fl:it i ;: : ffij? April 11,2018

Size: px
Start display at page:

Download "l-åi iiî # ä i,"#i:lä:9å'fl:it i ;: : ffij? April 11,2018"

Transcription

1 DEPARTMENT OF PROCUREMENT SERV CES - CITY OF CHICAGO April 11,2018 This document contains: ADDENDUM NO. 3 FOR 3 & 4 Wheel Street Sweepers Specification No Revisions To The Specification Questions Submitted for Clarification of the Specification. Addendum Receipt Acknowledgment For which Bids are scheduled to be received no later than 11:00 a.m., Central Time on April 23, 2018, in the Department of Procurement Services, Bid & Bond, Room 103, City Hall. Required for use by: City of Chicago Department of Fleet and Facility Management This Addendum is distributed by: C TY OF CHICAGO Department of Procu rement Services Bidder must acknowledge receipt of this Addendum No. 3 on the Bid Execution Page (Article I l) and should complete and return the attached Acknowledgment l-åi iiî # ä i,"#i:lä:9å'fl:it i ;: : ffij? ( The information contained in this Addendum No. 3 is incorporated by reference into the original Specification issued on February 13, RAHM I. EMANUEL MAYOR JAMIE L. RHEE CHIEF PROCUREMENT OFFICER Page I

2 April 11,2018 ADDENDUM NO. 3 TO 3 & 4 WHEEL STREET SWEEPERS For Specification No FOR WHICH BIDS ARE SCHEDULED TO BE OPENED IN THE BID & BOND, ROOM 103, CITY HALL, CHICAGO, ILLINOIS BY 11 :00 a.m., CENTRAL TIME ON APRIL 23,2018. Bidder must acknowledqe receipt of this Addendum No. on the Bid Execution paqe (Article ll) and should complete and return the attached Acknowledgement bv to humberto.m ovat6dc ifu ofch icaoo.oro. SECTION l: REVISIONS TO THE SPECIFICATION Revision # Description 1) Article 5, TERMS FOR VEHICLE AND EQUIPMENT MAINTENANCE CONTRACTS, Section 5.3. Shop Facilities paragraph one, the address is revised as follows : The Contractor must have, or must provide a Subcontractor which has, factory trained mechanics and personnel, and adequate shop facilities, tools, parts and service facilities in the Chicago Metropolitan area (defined as being no more than 40 road miles from 210 W. 69th Street, Ghicago ll 60621) to service the equipment under this contract in its own shop. Upon request, the shop facility will be open to inspection by any City representatives. 2) Article 6, SCOPE OF WORK AND DETAILED SPECIFICATIONS, Section Delivery, the address and contact information is revised as follows: The Contractor must deliver the specified vehicles or equipment, complete with all attachments and ready for use. Delivery must be made between the hours of 8:00 a.m. and 2:30 p.m., Monday through Friday, excluding Holidays. Vehicles must be delivered F.O.B. Destination (City of Chicago), ll at the following address: Page 2

3 Department of Fleet and Facility Management 210 W. 69th Street Ghicago ll Attn: Kevin Campbell, Phone #: ( ) Article 6, SCOPE OF WORK AND DETAILED SPEÇIFICATIONS, Section MEETINGS & INSPECTIONS is revised to add the following paragraph as follows: A pre-delivery inspection must be performed at the manufacturing facility prior to each unit being completed and shipped. Two representatives from the using department and two representatives from the Department of Fleet and Facility Management (2FM) will attend this inspection. The expense of appropriate travel, lodging and meals for this inspection must borne by the Contractor. 4) Article 6, SCOPE OF WORK AND DETAILED SPECIFICATIONS, Section Training/Technical Assistance, paragraph three is revised as follows ln addition, for each unit delivered, the Contractor must provide an eight (8) hour training program for City trades technicians. These technicians must be trained in diagnostic and preventive maintenance procedures, general maintenance and repair along with systems reconditioning for the unit and any auxiliary items. This training will be conducted by knowledgeable, experienced personnel, at the facility of the Department of Fleet and Facility Management. The Contractor must furnish vehicletraining manuals and other multimedia training aids. 5) Article 6, SCOPE OF WORK AND DETAILED SPECIFICAT ONS, Section Electrical System (ltem C), is revised as follows: C. Unit must be equipped with a minimum capacity alternator of 95 RPM. Alternator output must exceed the electrical draw requirements of the sweeper and all specified aftermarket attachments. 6) Article 6, SCOPE OF WORK AND DETAILED SPECIFICATIONS, Section Lighting (ltem E), is revised as follows: E. A total of 2 LED amber flashing lights must be installed on the sweeper, mounted at the rear of the unit. 7) Article 6, SCOPE OF WORK AND DETAILED SPECIFICATIONS, Section Hydrostatic Drive (ltem B), is revised as follows: Page 3

4 B. The drive system must consist of hydrostatic variable displacement piston pumps and separate variable displacement wheel motors equipped with pressure override relief valves. 8) Article 6, SCOPE OF WORK AND DETAILED SPECIFICATIONS, Section Brakes (ltem G), is revised as follows: C. Brake lines must be stainless steel or rubber hose. 9) Article 6, SCOPE OF WORK AND DETAILED SPECIFICATIONS, Section Gab (ltem l), is revised as follows: l. Cab interior must be equipped with the following items: - Dual l6" diameter (approx.) steering wheels; - Dual sun visors; - Switch activated dome lights; - llluminated dash gauges, including fuel gauge, ammeter, speedometer, tachometer, engine temperature, oil pressure, hydraulic fluid temperature, and hour meter (5 digits + tenths); and - Permanent tags / labels identifying all cab controls. 10) Article 6, SCOPE OF WORK AND DETAILED SPECIFICATIONS, Section Water Spray System (ltem G), is revised as follows: G. The water spray system must utilize a diaphragm pump with run dry capability. The pump must be rated at a minimum 5 GPM at 40 PSl. 1l) Article 6, SCOPE OF WORK AND DETAILED SPECIFICATIONS, Section Painting / Rustproofing (ltem B), is revised as follows: B, All metal surfaces of cab and chassis must be primed with sufficient coats of DuPont # light gray "non-sanding" spray primer, or zinc rich primer. 12) Article 6, SCOPE OF WORK AND DETAILED SPECIFICATIONS, Section Bid Line #2: Compressed Natural Gas Engine (ltem B), is revised as follows: B. CNG engine must produce a minimum of RPM. l3) Article 6, SCOPE OF WORK AND DETAILED SPECIFICATIONS, Section Page 4

5 '1. Overall Design-Chassis (ltem C), is deleted in its entirety 14) Article 6, SCOPE OF WORKAND DETAILED SPECIFICATIONS, Section Overall Design-Chassis (ltem D), is revised as follows: D. Wheelbase must be a minimum of 136". 15) Article 6, SCOPE OF WORKAND DETAILED SPECIFICATIONS, Section Frame (ltem D), is deleted in its entirety. l6) Article 6, SCOPE OF WORKAND DETAILED SPECIFICATIONS, Section Cooling System (ltem D), is revised as follows: D. Premium or silicone radiator and heater hoses must be furnished Hose clamps must be reusable type. 17) Article 6, SCOPE OF WORK AND DETAILED SPECIFICATIONS, Section Cooling System (ltem E), is deleted in its entirety. 18) Article 6, SCOPE OF WORKAND DETAILED SPECIFICATIONS, Section Exhaust System (ltem B), is revised as follows: B. The vehicle must be equipped with a muffler and exhaust with an after-treatment system. lf vertical, stack must be equipped with a 90" elbow or rain cap. l9) Article 6, SCOPE OF WORK AND DETAILED SPECIFICATIONS, Section Lighting/Alarms (ltem H), is revised as follows: H. The vehicle must be equipped with a 36" LED roof mounted amber beacon light. Beacon must be installed on a stainless steel or aluminum gutter-mount roof bar. (Mounting method and location are subject to approval by 2FM prior to installation). 20) Article 6, SCOPE OF WORK AND DETAILED SPECIFICATIONS, Section Transmission (ltem C), is revised as follows: C. An external transmission oil filter must be plumbed "downstream" of the transmission oil cooler, and mounted in a readily accessible location, if recommended by the transmission manufacturer. Page 5

6 2l) Article 6, SCOPE OF WORK AND DETAILED SPECIFICATIONS, Section Axles (ltem A), is revised as follows: A. Front axle must be 10,000 lbs minimum rated capacity. Axle must be equipped with oil hubs. 22) Article 6, SCOPE OF WORK AND DETAILED SPECIFICATIONS, Section Steering/Suspension (ltem D), is revised as follows: D. Rear suspension must be either an air bag or rubber type; fully sprung during transport, and solid during dumping. 23) Article 6, SCOPE OF WORK AND DETAILED'SPECIFICATIONS, Section Cab, first paragraph is revised as follows: The cab must be metal construction except for the hood if applicable, with tinted safety glass throughout, and constructed as described below and equipped with the following instrumentation and accessories: 24) Article 6, SCOPE OF WORK AND DETAILED SPECIFICATIONS, Section Cab (ltem D), is revised as follows: D. Two individual operator's seats. Seats must be air suspension type, with heavy duty upholstery, high backrests and foam cushions. Three point seat belts must be provided for each seat; 25) Article 6, SCOPE OF WORK AND DETAILED SPECIFICATIONS, Section Gab (ltem l), is revised as follows: L Outside rear view mirrors, West Coast with a minimum 6-112" x 14" retractable extension arm type, right and left, hinge mounted with heavyduty bracing; adjustable right, left, fore and aft; separate 8" diameter convex mirrors. To maximize operator visibility of the curb and sweeping gear; 26) Article 6, SCOPE OF WORK AND DETAILED SPECIFICATIONS, Section Cab (ltem M), is revised as follows: M. Metal traction type access steps installed below each door; 27) Article 6, SCOPE OF WORKAND DETAILED SPECIFICATIONS, Section Gab (ltem V), is revised as follows: Page 6

7 V. Cab must be cab-over style or conventional style, with the cab or hood folding fonryard to provide access to the engine. 28) Article 6, SCOPE OF WORK AND DETAILED SPECIFICATIONS, Section Water Spray System (ltem D), is revised as follows: D. Rear or main spray bars must be constructed of non-ferrous components to prevent contamination and should be removable without the use of tools. 29) Article 6, SCOPE OF WORK AND DETAILED SPECIFICATIONS, Section Water Spray System (ltem H), is revised as follows: H. The system plumbing must incorporate a fill port and a drain valve, and allow drain water to be diverted prior to the pump. 30) Article 6, SCOPE OF WORK AND DETAILED SPECIFICATIONS, Section Main Broom (ltem J), is revised as follows: J. Main broom must be shielded by a broom hood. 3l) Article 6, SCOPE OF WORK AND DETAILED SPECIFICATIONS, Section Hopper (ltem E), is revised as follows: E. Lift capacity must be not less than 11,000 lbs. 32) Article 6, SCOPE OF WORK AND DETAILED SPECIFICATIONS, Section Painting/Rustproofing (ltem A), is revised as follows: A. All metal surfaces must be sanded, etched or shot-blasted prior to painting to ensure removal of any/all surface rust, welding slag, soot, dirt, grease and wax. 33) Article 6, SCOPE OF WORK AND DETAILED SPECIFICATIONS, Section Safety Enhancing Requirements, is added as follows: Safety Enhancing Requirements All trucks ordered under this contract must comply with MCC 2'92'597. Gontractor and any Subcontractor must retrofit large vehicles built in the performance of the contract with: A. Lateral protective devices. This requirementshall be considered Page 7

8 satisfied if: (i) the vehicle is equipped with vehicle side guards in accordance with the requirements of the Volpe side guard standard; or (ii) the vehicle is so designed or equipped at the side that, by virtue of its shape and characteristics, ts component parts can be regarded as replacing orfunctioning as vehicle side guards in accordançe with the Volpe side guard standard; or (iii) the vehicle cannot be retrofitted with lateral protective devices as attested by the Gontractor or the Subcontractor in a statement accompanied by certification from hryo manufacturers of such devices; B. Left and right side convex mirrors; and C. At least one crossover mirror on the passenger side of each conventional cab provided under this contract. D. A certification must be provided that the Gontractor and any Subcontractor in the contract have met the requirements MCC and the terms of the contract specified pursuant to that section. 34) Article 6, SCOPE OF WORK AND DETAILED SPECIFICAT ONS, Section Costs, is added as follows: Costs AII costs that the Contractor or any Subcontractor may incur to comply with contract requirements imposed pursuant to this section are incidentalto the overallcontract. No additionaltime or monies shall be granted to the Contractor for compliance with these requirements. The Gommissioner or authorized representative of 2FM is authorized to inspect or to have inspected any large vehicle constructed under this Gontract in order to ensure compliance with Safety Enhancing Equipment requirements and MCC Page 8

9 SEGTION ll: QUESTIONS SUBMITTED FOR CLARIFIGATION OF THE SPECIFICATION 1. Question: Section Electrical System: ltem C: Current: Unit must be equipped with a minimum capacity alternator of RPM. Alternator output must exceed the eleótrical draw requirements of the sweeper and all specified aftermarket attach ments. a. Request: Unit must be equipped with a minimum capacity alternator of 95 amperes. Alternator output must exceed the electrical draw requirements of the sweeper and all specified aftermarket attachments. Answer: See Revision# 5 in this Addendum. 2. Question: Section Lighting: ltem E: Current:Atotalof 2 LED amberflashing lights must be installed on the sweeper, mounted at the rear of the unit on the side panels. a. Request: A total of 2 LED amber flashing lights must be installed on the sweeper, mounted at the rear of the unit. Answer: See Revision# 6 in this Addendum. 3. Question: Section Hydrostatic Drive: ltem B: Current: The drive system must consist of hydrostatic variable displacement piston pumps and separate variable displacement wheel motors equipped with pressure override relief valves. Wheel motors must have protective shields. a. Request: Remove protective shields. 2 Answer: See Reviston#7 in this Addendum. 4. Question: Section Brakes: ltem C: Current: Brake lines must be stainless steel. a. Request: Brake lines must be rubber hose. Stainless steel is not recommended in this application due to its brittle nature. Answer: See Revision# 8 in this Addendum. 5. Question: Section Cab: ltem E: Current: The cab must be equipped with I front window on each side that will open. Page 9

10 a. Request: Non opening windows Answer: No change, must have a vent window that opens. 6. Question: Section Cab: ltem l: Current: Dual 18" diameter (approx.) steering wheels. a. Request: Dual 16" diameter (approx.) steering wheels Answer: See Revision# 9 in this Addendum. 7. Question: Section Conveyor: ltem C: Current: To provide proper clearance, the lower portion of the conveyor must be capable of raising 9" while sweeping. a. Request: To provide proper clearance, the lower portion of the conveyor must be capable of raising 9", excluding the chevron cleats, while sweeping. Answer: No change needed, Measurement is from the conveyor only, nothing specified about the chevron cleats. This will meet the specification. 8. Question: Section Water Spray System: ltem F: Current: The system plumbing must incorporate a fill port, a drain valve and a "Y" type fitting to allow drain water to be diverted prior to the pump. A petcock fitting must be installed at the lowest point of the water spray system. a. Reqgest: A petcock fitting must be installed at the lowest point of the water spray system. Answer: The petcock drain valve would meet the specification. No change needed. 9. Question: Section Water Spray System: ltem G: Current: The water spray system must utilize a twin diaphragm pump with run dry capability. The pump must be rated at a minimum 5 GPM at 40 PSl. a. Request: The water spray system must utilize a diaphragm pump with run dry capability. The pump must be rated at a minimum 5 GPM at 40 PSl, Answer: See Revision# l0 in this Addendum. Page 10

11 l0.question: Section Painting / Rustproofing: ltem A: Current: All metal surfaces must be shot-blasted prior to painting to ensure removal of any/all surface rust, welding slag, soot, dirt, grease and wax. a. Request: All metal surfaces must be shot-blasted or e-coated prior to painting to ensure removal of any/all surface rust, welding slag, soot, dirt, grease and wax. Answer: E-coating is similar to powder coating and is a metal finishing process. Shot-blasted prior to painting must be done before finishing coats. No change. ll.question: Section Painting / Rustproofing: ltem B: Current: All metal surfaces of cab and chassis must be primed with sufficient coats of DuPont# light gray "non-sanding" spray primer. a. Request: All metal surfaces of cab and chassis must be primed with sutficient coats of DuPont# light gray "non-sanding" spray primer, or zinc rich primer. Answer: See Revision# 11 in this Addendum. l2.question: Section 6.14 Bid Line#2: Compressed Natural Gas Engine: ltem B Current: CNG engine must produce 195 RPM. a. Request: CNG engine must produce RPM Answer: See Revision# 12 in this Addendum l3.question: Section Overall Design - Chassis: ltem C: Current: Bumperto back of cab (BBC) must be a maximum of 90", after allowance for vertical exhaust. a. Request: Bumper to back of cab (BBC) must be a maximum of 90", before allowance for vertical exhaust. Cab shall be a cab-over-engine (COE) type for enhanced visibility and turning radius. Answer: See Revision# l3 in this Addendum. 14. Question: Section Overall Design - must be a Maximum of 146". Chassis: ltem D: Current: Wheelbase a. Request: Wheelbase must be a maximum of 136" Page l1

12 Answer: See Revision# 14 in this Addendum. ls.question: Section Frame: ltem D: Current: Extra heavy duty steel tow hooks (Cleveland Hardware and Forging Company Model 2801-A) must be mounted to the chassis frame rails (front) in accessible locations. a. Request: Delete , tem D. Duplicate of , ltem K Answer: See Revision# 15 in this Addendum. 'l6.question: Section Cooling System: ltem E: Current: System must be equipped with a by-pass thermostat that is rated per the manufacturer's specifications. a. Request: Delete ,1tem E Answer: See Revision# 17 in this Addendum. 17. Question: Section Exhaust System: ltem B: Current: The vehicle must be equipped with a horizontal muffler and a verticalexhaust stack, and may be located on either the left or right-hand side. Stack must be equipped with a 90" elbow. a. Request: The vehicle must be equipped with a single module verticalexhaust and after-treatment system located on the left-hand side. Stack must be equipped with a rain cap and resonator". Answer: See Revision# 18 in this Addendum. ls.question: Section Fuel System: ltem A: Current: The hopper must be constructed of welded steel plate. a. Request: The hopper must be constructed of welded steel plate. The interior of the hopper must be coated with "Life Liner" epoxy liner to maximize corrosion resistance. Answer: No change. 19. Question: Section Lighting /Alarms: ltem H: Current: The vehicle must be equipped with a 36" LED roof mounted amber beacon light. Beacon must be installed on a stainless steel gutter-mount roof bar. (Mounting method and location are subject to approval by 2FM prior to installation). Page 12

13 a. Request: The vehicle must be equipped with a 36" LED roof mounted amber beacon light. Beacon must be installed on a stainless steel or aluminum gutter-mount roof bar. (Mounting method and location are subject to approval by 2FM prior to installation). Answer: See Revision# l9 in this Addendum. 20. Question: Section ,9 Transmission: ltem C: Current: An external transmission oilfilter must be plumbed "downstream" of the transmission oilcooler, and mounted in a readily accessible location. a Request: The transmission must be equipped with 2 internal oil filters. Answer: See Revision# 20 in this Addendum. 21. Question: Section Axles: ltem A: Current: Front axle must be 10,000 lbs minimum rated capacity. Axle must be equipped with oil hubs, with transparent caps. a. Request: Front axle must be 10,000 lbs minimum rated capacity. Axle must be equipped with oil hubs. Answer: See Reviston# 21 in this Addendum. 22.Question Section Steering / Suspension: ltem D: Current: Rear suspension must be either an air bag or rubber type; fully sprung during transport, and solid during sweeping. a. Request: Rear suspension must be either an air bag or rubber type; fully sprung during transport, and solid during dumping. Answer: See Revision# 22 in this Addendum 23. Question: Section Cab: Current: The cab must be metal construction with tinted safety glass throughout, and constructed as described below and equipped with the following instrumentation and accessories. a. Request: The cab must be steel construction with tinted safety glass throughout, and constructed as described below and equipped with the following instrumentation and accessories. Answer: See Revision# 23 in this Addendum. Page 13

14 24. Question: Section Cab: ltem D: Current: Two individual operator's seats. Seats must be air suspension type, with heavy duty upholstery, high backrests and foam cushions, and without armrests. Three point seat belts must be provided for each seat. a. Request: Current: Two individual operator's seats. Seats must be air suspension type, with heavy duty upholstery, high backrests and foam cushions, and armrests. Three point seat belts must be provided for each seat. Answer: See Revision#24 in this Addendum. 25. Question: Section Cab: ltem l: Current: Outside rear view mirrors, West Coast 6-112" x 16" retractable extension arm type, right and left, hinge mounted with heavy-duty bracing; adjustable right, left, fore and aft; separate 8" diameter convex mirrors; all stainless steel or anodized. To maximize operator visibility of the curb and sweeping gear, a. Request: Outside rear view mirrors shall west coast retractable extension arm type, right and left, hinge mounted with heavy-duty bracing; adjustable right, left, fore and aft; west coast mirrors shall be consist of a two-piece mirror assembly in each side, with black poly outer housings. The upper mirrorshallmeasure a minimum of 7" x14.5" and lowermirrorshallmeasure a minimum of 6" x 8". An 8" convex mirror shall be mounted below the two piece west coast mirrors on each side. See Appendix 3 for images of the mirror configuration described above. 5 Answer: See Revision# 25 in this Addendum. 26.Question: Section6.2l.3.lTWaterSpraySystem: ltem D: Current: Rearspraybars must be constructed of non-ferrous components to prevent contamination and should be removable without the use of tools. a. Request: Main broom spray nozzles must be constructed of non-ferrous components to prevent contamination and should be removable without the use of tools. Answer: See Revision# 28 in this Addendum. 2T.Question: Section 6.21,3.17 Water Spray System: ltem H: Current: The system plumbing must incorporate a fill port, a drain valve and a "Y" type fitting to allow drain water to be diverted prior to the pump. Page 14

15 a. Request: The system plumbing must incorporate a fill port and a drain valve, and allow drain water to be diverted prior to the pump. Answer: See Revision# 29 in this Addendum. 23.Question: Section Main Broom: ltem H: Current: To provide flexibility for varying sweeping conditions, main broom speed must be variable by operatorfrom cab while moving. a. Request: To provide flexibility for varying sweeping conditions, main broom speed must be matched to conveyor speed for optimal collection and conveyance of debris. Answer: No change. 2g.Question: Section Hopper: ltem E: Current: Lift capacity must be not less than 12,000 lbs. a. Request: Lift capacity must be not less than 11,000 lbs Answer: See Revision# 31 in this Addendum. 30.Question: Section Hopper: ltem F: Current: Hopper must dump at varying heights ranging from 36 inches through a height of 127 inches as measured at the lowest point under the open hopper chute. a. Request: Current: Hopper must dump at varying heights ranging from 36 inches through a height of 127 inches as measured at the lowest point under the open hopper chute. Hopper shall have a minimum 11" side shift for maximum dumping efficiency. Minimum clearance between sweeper and container in which debris is being dumped into shall be a minimum of 28". Answer: No change, meets specification. 31. Question: Overall Design - Chassis: ltem C: Specification states: Bumper to bumper of cab (BBC) must be a maximum of 90", after allowance for vertical exhaust. a. Chanqe request: Per the chassis manufacturer we request this line item be changed to: Bumper to bumper of cab (BBC) must be a maximum of 104", after allowance for vertical exhaust. Answer: See Revision# 13 in this Addendum. Page 15

16 32. Question: Cooling System: ltem D: Specification states: Premium radiator and heater hoses must be furnished. Hose clamps must be reusable type. a. Change request: Per the Chassis manufacturer we request this line item be changed to: Premium or silicone radiator and heater hoses. Hose clamps must be reusable type. Answer: See Revision# 16 in this Addendum. 33, Question: Exhaust System: ltem B. Specification states: The vehicle must be equipped with a horizontal mutfler and a vertical exhaust stack, and may be located on either the left or right-hard side. Stack muffler must be equipped with a 90 elbow. a. Change request: Per the Chassis manufacturer we request this line item be changed to: The vehicle must be equipped with a horizontal muffler and a vertical exhaust stack or vertical one piece DPF, SCR and DEF System. Either design is acceptable. Answer: See Revision# 18 in this Addendum. 34.Question: Transmission: ltem C. Specification states: An external Transmission oilfilter must be plumbed "downstream" of the transmission oilcooler, and mounted in a readily accessible location. a. Chanqe request: Per chassis manufacturer, externaltransmission filter is not available. Therefore, we ask that this line item be removed from the specification. Answer: See Revision# 20 in this Addendum. 35. Question: Axles: ltem A. Specification states: Front Axle must be 10,000 lbs minimum capacity. Axle must be equipped with oil hubs, with transparent caps. a Chanqe request: Per chassis manufacturer, tra nsparent caps are not available. Therefore, we ask that transparent caps be removed from the specification. Answer: See Revision# 21 in this Addendum. Page ló

17 36.Question: Steering/Suspension: ltem D. Specification states: Rear suspension must be either an air bag or rubber type; fully sprung during transport, and solid during sweeping. a. Change request: Per the manufacturer they utilize a live air suspension during sweeping and transport. This makes for a much smoother ride forthe operator. The air suspension automatically deflates when the dump switch is activated and also re-inflated upon the hopper being returned to storage/sweeping position. We request this line item be changed to: Rear suspension must be either an air bag or rubber type; fully sprung during transport, and solid during dumping". Answer: See Revision#22 in this Addendum. 37. Question: Cab: ltem D. Specification states: Two individual operator's seats. Seats must be air suspension type, with heavy duty upholstery high backrests and foam cushions, and without armrest. Three point seat belts must be provided for each seat. a. Chanqe request: Per the chassís manufacturer, the seats comes standard with an arm rest toward center of cab on each seat. We request this line item to be changed to: Two individual operator's seats. Seats must be air suspension type, with heavy duty upholstery high backrests and foam cushions, with or without armrest. Three point seat belts must be provided for each seat. Answer: See Revision# 24 in this Addendum. 33.Question: Cab: ltem l. Specification states: Outside rear view mirrors, West Coast 6- f2" x 16" retractable extension arm type, right and left, hinge mounted with heavy-duty bracing; adjustable right, left, fore and aft; separate 8" diameter convex mirrors; all stainless steel or anodized. To maximize operator visibility of the curb and sweeping gear; a. Chanq e reouest: Per the manufacturer the 8" diameter parabolic mirrors are constructed of black carbonate. We request this line item to be change to: Outside rear view mirrors, West Coast 6-.f2" x 16" retractable extension arm type, right and left, hinge mounted with heavy-duty bracing; adjustable right, left, fore and aft; separate 8" diameter convex mirrors, stainless steel, anodized or black carbonate mirrors to be acceptable. To maximize operator visibility of the curb and sweeping gear; Answer: See Revision# 25 in this Addendum. Page 17

18 39. Question: Section Cab: ltem M. Specification states: Steel traction type access steps installed below each door. a. Chanqe request: We request the word "steel" be changed to "metal". We request line item to be change to: metal traction type access steps installed below each door. Answer: See Revision# 26 in this Addendum. 40.Question: Section Main Broom: ltem J. Specification states: Main broom must be shielded by a broom hood. Plastic hoods are not acceptable. a. Chanqe request: Perthe manufacturerthey utilize a plastic broom hood. We request the words "Plastic hoods are not acceptable" be removed from the specification. We request this line item be changed to: Main broom must be shielded by a broom hood. Answer: See Revision# 30 in this Addendum. 41. Question: Section Painting/Rustproofing,: ltem A. Specification states: All metal surfaces must be shot-blasted prior to painting to ensure removal of any/all surface rust, welding slag, soot, dirt, grease and wax a. Chanq e reouest: Per the manufacturer they hand sand each unit. We request this line item be changed to: All metal surfaces must be shot-blasted or hand sanded prior to painting to ensure removal of any/all surface rust, welding slag, soot, dirt, grease and wax. Answer: See Revision# 32 in this Addendum 42.Question: Section Cab: Specification states: The cab must be metal construction with tinted safety glass throughout, and constructed as described below and equipped with the following instrumentation and accessories: a. Change request: Per the Conventional chassis manufacturer they would need this line item changed to: The cab must be metal construction with tinted safety glass throughout, and constructed as described below and equipped with the following instrumentation and accessories. lf applicable fiberglass tilting hood to provide access to the engine. Answer: See Revision# 23 in this Addendum Page 18

19 43, Question: Section Cab: ltem V. Specification states: Cab must be cabover style, with the cab folding fonrvard to provide access to the chassis a. Change request: Per the conventional chassis manufacturer, this line item to be changed to: Cab must be cab-over or Conventional style, with the cab or hood folding forward to provide access to the engine. Answer: See Revision# 27 in this Addendum. CITY OF CH CAGO - DEPARTMENT OF PROCUREMENT SERVICES JAMIE L. RHEE CHIEF PROCUREMENT OFF CER Page 19

20 DEPARTMENT OF PROCUREMENT SERVICES - CITY OF CHICAGO April 11,2018 Addendum No.3 SPEC F CAT ON NO FOR City of Chicago Department of Fleet and Facility Management Required by: CITY OF CHICAGO Department of Finance Consisting of Sections l, ll, and lll including this Acknowledgment. SECTION III. ADDENDUM RECEIPT ACKNOWLEDGMENT I hereby acknowledge receipt of Addendum No. 3 to the Specification named above and further state that I am authorized to execute this Acknowledgment on behalf of the company listed below. Signature of Authorized lndividual Title Name of Authorized lndividual (Type or Print) Company Name Business Telephone Number Complete and Return this Acknowledgment by to: H u m berto. Mova@c itvofch icaqo.orq Attn: Humberto Moya, Procurement Specialist Page 20

DEPARTMENT OF PROCUREMENT SERVICES CITY OF CHICAGO NOVEMBER 15, 2017 ADDENDUM NO. 3 FOR

DEPARTMENT OF PROCUREMENT SERVICES CITY OF CHICAGO NOVEMBER 15, 2017 ADDENDUM NO. 3 FOR DEPARTMENT OF PROCUREMENT SERVICES CITY OF CHICAGO NOVEMBER 15, 2017 ADDENDUM NO. 3 FOR 6 X 4 DIESEL POWERED CONVENTIONAL CAB/CHASSIS WITH DUMP BODIES, PREWET SYSTEMS, SNOW PLOW HITCHES, AND SNOW PLOWS

More information

ONE (1) CURRENT MODEL YEAR REGENERATIVE AIR TYPE STREET SWEEPER MOUNTED ON CONVENTIONAL CAB BID NO

ONE (1) CURRENT MODEL YEAR REGENERATIVE AIR TYPE STREET SWEEPER MOUNTED ON CONVENTIONAL CAB BID NO CITY OF SAN LEANDRO INVITATION FOR BIDS SUBMIT BID TO: City of San Leandro Purchasing Department 835 East 14th Street San Leandro, CA 94577 FOR FURTHER INFORMATION CONTACT: Julie Jenkins Purchasing Agent

More information

Memphis-Shelby County Airport Authority ( Authority ) Addendum No. 1 To Request for Bids For Sweeper with Snow Plow

Memphis-Shelby County Airport Authority ( Authority ) Addendum No. 1 To Request for Bids For Sweeper with Snow Plow ( Authority ) Addendum No. 1 To Request for Bids 16-0007 For Sweeper with Snow Plow Issue Date: November 20, 2015 RECITALS WHEREAS, The Authority issued a certain Request for Bids Number 16-0007, Sweeper

More information

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

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

More information

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

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

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

More information

Town of Digby. Tender Equipment Purchase 4 WD One Ton Truck CONTENTS

Town 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 information

Waterless Eagle (Patented Dust Control System PM10/2.5)

Waterless Eagle (Patented Dust Control System PM10/2.5) Waterless Eagle (Patented Dust Control System PM10/2.5) A powerful vacuum fan on the sweeper creates an air stream through the debris hopper, conveyor and skirted areas. The inward rushing air carries

More information

CITY OF MARSHALL, MINNESOTA

CITY OF MARSHALL, MINNESOTA CITY OF MARSHALL, MINNESOTA SPECIFICATION AND BIDDING DOCUMENTS FOR FURNISH ONE (1) NEW 3-WHEEL MECHANICAL STREET SWEEPER FOR THE MARSHALL STREET DEPARTMENT PURCHASE / TRADE-IN ONE (1) 2008 ELGIN PELICAN

More information

City of Lewiston. Finance Department Allen Ward, Purchasing Agent

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

More information

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

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

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

POWERFUL, PROVEN, SINGLE ENGINE MECHANICAL SWEEPER

POWERFUL, PROVEN, SINGLE ENGINE MECHANICAL SWEEPER Broom Bear ELGIN BROOM BEAR POWERFUL, PROVEN, SINGLE ENGINE MECHANICAL SWEEPER When contractors and municipalities need a durable sweeper that s easy and comfortable to operate, the Elgin Broom Bear is

More information

COMPANY SWIFT VENDOR COMPANY PHONE CONTACT NAME & LOCATION NO. STREET ADDRESS STATE NUMBER NAME

COMPANY SWIFT VENDOR COMPANY PHONE CONTACT NAME & LOCATION NO. STREET ADDRESS STATE NUMBER NAME RESPONDER'S NAME: Karen Montour SWIFT EVENT NUMBER: G0210-2000004717 Following is a list of all distributors that are authorized to sell the equipment listed above. All distributors will provide the required

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

RHODE ISLAND TURNPIKE & BRIDGE AUTHORITY

RHODE 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 information

Eagle with Waterless Dust Control

Eagle with Waterless Dust Control Eagle with Waterless Dust Control ELGIN EAGLE with Waterless Dust Control WATERLESS ADVANTAGE. ELGIN PERFORMANCE. YEAR ROUND SWEEPING. The Elgin Eagle, with waterless dust control, combines maneuverability,

More information

Municipality of the District of West Hants Request for Proposal (RFP) PW Supply of one (1) new ½ Ton 4x4 Truck

Municipality of the District of West Hants Request for Proposal (RFP) PW Supply of one (1) new ½ Ton 4x4 Truck 1.0 INSTRUCTIONS TO BIDDERS 1.1 Complete the Bid Sheet and attach other required information and send in a sealed envelope by mail or delivery to; To: Municipality of the District of West Hants RFP # PW

More information

Request For Bids. Sewer Cleaning Truck

Request For Bids. Sewer Cleaning Truck Release: Thursday 22 September 2006 Closes: Friday 6 October 2006 CITY OF BISHOP 377 West Line Street - Bishop, California 93514 Post Office Box 1236 - Bishop, California 93515 760-873-8458 publicworks@ca-bishop.us

More information

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

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

More information

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

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

More information

BID FOR A ONE (1) ONE-TON AND A HALF (5500 SERIES) CREWCAB TRUCK WITH DUMP BED. BID OPENING February 15, 2017 AT 10:00 A.M.

BID FOR A ONE (1) ONE-TON AND A HALF (5500 SERIES) CREWCAB TRUCK WITH DUMP BED. BID OPENING February 15, 2017 AT 10:00 A.M. P. O. B o x 1 5 4 0 T h o m a s v i l l e, G A 3 1 7 9 9 2 2 9-2 2 7-7 0 0 0 F A X 2 2 9-2 2 7-3 2 4 3 w w w. t h o m a s v i l l e. o r g BID FOR A ONE (1) ONE-TON AND A HALF (5500 SERIES) CREWCAB TRUCK

More information

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

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

More information

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

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

More information

Request for New Heavy Duty 3/4 ton Pickup Truck for Lee County Emergency Management

Request for New Heavy Duty 3/4 ton Pickup Truck for Lee County Emergency Management General: The attached specification is to aid in the purchase of an efficient and dependable 4-wheel drive pickup truck for the Office of Lee County Emergency Management. Bids must be submitted to Lee

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

Invitation for Bid # Tandem Axle Dump Truck

Invitation for Bid # Tandem Axle Dump Truck Invitation for Bid # 2017-009 Tandem Axle Dump Truck Due Date: September 15, 2016 Time: 2:00pm Receipt Location: Government Center, 500 N. Main Street, 7 th Floor, Room #709, Monroe, NC 28112 Procurement

More information

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

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

More information

FLORIDA SHERIFFS ASSOCIATION & FLORIDA ASSOCIATION OF COUNTIES

FLORIDA SHERIFFS ASSOCIATION & FLORIDA ASSOCIATION OF COUNTIES FLORIDA SHERIFFS ASSOCIATION & FLORIDA ASSOCIATION OF COUNTIES Name of Dealership Type of Vehicle Zone REGENERATIVE AIR STREET SWEEPER (Specification #54) Base Unit Price Environmental Products Group,

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

ADDENDUM NO. ONE (1) ACQUIRE SNOW REMOVAL EQUIPMENT NORFOLK INTERNATIONAL AIRPORT, VIRGINIA. May 18, 2016

ADDENDUM NO. ONE (1) ACQUIRE SNOW REMOVAL EQUIPMENT NORFOLK INTERNATIONAL AIRPORT, VIRGINIA. May 18, 2016 From: The Norfolk Airport Authority ADDENDUM NO. ONE (1) NORFOLK INTERNATIONAL AIRPORT, VIRGINIA May 18, 2016 To: All Bidders of Record This Addendum is hereby made a part of the contract documents and

More information

BANNOCK COUNTY SOLID WASTE

BANNOCK COUNTY SOLID WASTE BANNOCK COUNTY SOLID WASTE 1500 N. Fort Hall Mine Road Pocatello, Idaho 83204 Ph. (208) 236-0607 NEW 2018 ROLL-OFF BID PACKAGE The undersigned hereby agrees and proposes to furnish one (1) new 2018 (make)

More information

REQUEST FOR QUOTATIONS

REQUEST 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 information

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

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

More information

MANISTEE COUNTY ROAD COMMISSION 2019 TANDEM AXLE TRUCK SPECIFICATIONS AND BID REQUIREMENTS (ALTERNATE BID) January 4, 2018

MANISTEE 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 information

ADDENDUM No. 2. Bid #: 13-B-016 Purchase of Solid Waste Trucks

ADDENDUM No. 2. Bid #: 13-B-016 Purchase of Solid Waste Trucks City of Titusville Purchasing & Contracting Administration 555 S. Washington Avenue Titusville, FL 32796 Phone 321.383.5767 Facsimile 321.383.5628 ADDENDUM No. 2 May 15, 2013 Bid #: 13-B-016 To All Bidders:

More information

Request For Bids. Sewer Cleaner Truck

Request For Bids. Sewer Cleaner Truck Release: Tuesday 14 November 2006 Closes: Friday 1 December 2006 CITY OF BISHOP 377 West Line Street - Bishop, California 93514 Post Office Box 1236 - Bishop, California 93515 760-873-8458 publicworks@ca-bishop.us

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

The bidder shall furnish a complete set of Operator, Service, and Parts Manuals with each body sold.

The 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 information

FRESIA F2000 MULTI-FUNCTION SNOW SWEEPER

FRESIA F2000 MULTI-FUNCTION SNOW SWEEPER FRESIA F2000 MULTI-FUNCTION SNOW SWEEPER Technical Description Fresia F2000 Main Features - Compact design with increased maneuverability and safety compared to standard tow behind sweeper and front-mounted

More information

THE BROOM BADGER FROM ELGIN SWEEPER COMPANY

THE BROOM BADGER FROM ELGIN SWEEPER COMPANY Broom Badger THE BROOM BADGER FROM ELGIN SWEEPER COMPANY Looking for a maneuverable, powerful, compact mechanical sweeper? Consider the Broom Badger from Elgin Sweeper. This compact dual-engine sweeper

More information

REQUEST 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 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 information

Barrow County Board of Education 179 W. Athens Street Winder, Georgia 30680

Barrow County Board of Education 179 W. Athens Street Winder, Georgia 30680 Barrow County Board of Education 179 W. Athens Street Winder, Georgia 30680 Judy Roberts Telephone: 770-867-4527 x100214 Business Services Fax: 770-867-4540 E-Mail: jroberts@barrow.k12.ga.us Barrow County

More information

FLAT BED STAKE BODY TRUCK

FLAT 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 information

CITY OF BRUNSWICK, GEORGIA April Regenerative Air Street Sweeper REQUEST FOR PROPOSALS

CITY OF BRUNSWICK, GEORGIA April Regenerative Air Street Sweeper REQUEST FOR PROPOSALS CITY OF BRUNSWICK, GEORGIA April 2019 Regenerative Air Street Sweeper REQUEST FOR PROPOSALS Page 1 Regenerative Air Street Sweeper 1. Invitation to Equipment/Service Providers: The City of Brunswick, Georgia

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

Tender 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. Tender Town of Yarmouth Equipment Purchase 5 Ton Single Axle Truck Complete with dump box, slide-in spreader, pre-wet system, and spreader controls. General Instructions: 1. All bids must be submitted

More information

-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

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

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

More information

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

(ADDENDUM COVER SHEET)

(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 information

TENDER. 2017, THREE QUARTER (3/4) TON PICKUP TRUCK, 4x4

TENDER. 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 information

VEHICLE SPECIFICATIONS 12 PASSENGER OFF CENTER AISLE VAN REV 02/19

VEHICLE SPECIFICATIONS 12 PASSENGER OFF CENTER AISLE VAN REV 02/19 NOTE: Accepting options to purchase 12 Passenger Off Center Aisle Vehicle with seating arrangements for 12 Ambulatory Passengers. DESCRIPTION: These specifications describe a new 12 Passenger Off Center

More information

HIGH-CAPACITY ADJUSTABLE WHEELBASE

HIGH-CAPACITY ADJUSTABLE WHEELBASE HIGH-CAPACITY ADJUSTABLE WHEELBASE 15000 80000 LBS. SPECIFICATIONS T HDA15/25 T HDA25/35 T HDA40/60 T HDA60/80 CLASS 4 INTERNAL COMBUSTION ENGINE CUSHION TIRE ToyotaForklift.com HIGH-CAPACITY ADJUSTABLE

More information

Questions and Answers

Questions and Answers ADDENDUM # 1 IFB NO.V-1711 Paratransit Cutaway Bus May 24, 2017 Dear Prospective Bidders: The purpose of this addendum is to answer questions for and make revisions in the above referenced Invitation for

More information

SOMERSET BOROUGH TECHNICAL SPECIFICATIONS FOR A USED 1-TON STYLE DUMP BODY TRUCK

SOMERSET BOROUGH TECHNICAL SPECIFICATIONS FOR A USED 1-TON STYLE DUMP BODY TRUCK SOMERSET BOROUGH TECHNICAL SPECIFICATIONS FOR A USED 1-TON STYLE DUMP BODY TRUCK 1.0 INTENT: The Borough of Somerset is requesting bids for a 1 Ton dump style truck with a dump style body. This specification

More information

ALLEGAN COUNTY ROAD COMMISSION SPECIFICATION FOR BIDS

ALLEGAN 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 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

DIRECTIONAL ROAD SWEEPER

DIRECTIONAL ROAD SWEEPER Price quote for: DIRECTIONAL ROAD SWEEPER Vendor Name: Contact Person: Street Address: P.O. Box: City, State, Zip Phone #: Toll Free #: Fax #: Road Machinery & Supplies Co. Andy Schwandt 5633 West Hwy

More information

Purchasing Department Finance Group INVITATION TO BID

Purchasing Department Finance Group INVITATION TO BID Purchasing Department Finance Group July 27, 2010 INVITATION TO BID The City of Norwalk is soliciting bids for a 2011 Ford F-550 4x2. Your firm has expressed interest in providing these services. Below

More 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

INVITATION TO BID ONE (1) 10-FOOT DUMPBODY DUMP TRUCK WITH DIESEL / CNG OPTIONS

INVITATION TO BID ONE (1) 10-FOOT DUMPBODY DUMP TRUCK WITH DIESEL / CNG OPTIONS P. O. B o x 1 5 4 0 T h o m a s v i l l e, G A 3 1 7 9 9 2 2 9-227- 7 0 0 0 F A X 2 2 9-227- 3 2 4 3 w w w. t h o m a s v i l l e. o r g INVITATION TO BID ONE (1) 10-FOOT DUMPBODY DUMP TRUCK WITH DIESEL

More information

BID SPECIFICATIONS FOR HEAVY DUTY DUMP TRUCK CHASSIS - OPTION D CT660S $129, (INCLUDING OPTION)

BID SPECIFICATIONS FOR HEAVY DUTY DUMP TRUCK CHASSIS - OPTION D CT660S $129, (INCLUDING OPTION) BID SPECIFICATIONS FOR HEAVY DUTY DUMP TRUCK CHASSIS - OPTION D CT660S $129,914.00 (INCLUDING OPTION) GENERAL These specifications shall be construed as the minimum acceptable standards for a heavy duty

More information

534E WHEEL LOADER. Bucket Capacity 2.6 m 3 to 5.7 m 3 (3.4 yd 3 to 7.5 yd 3 ) Net Horsepower 169 kw (227 hp) Operating Weight kg (45,917 lb)

534E WHEEL LOADER. Bucket Capacity 2.6 m 3 to 5.7 m 3 (3.4 yd 3 to 7.5 yd 3 ) Net Horsepower 169 kw (227 hp) Operating Weight kg (45,917 lb) 534E WHEEL LOADER Net Horsepower 169 kw (227 hp) Capacity 2.6 m 3 to 5.7 m 3 (3.4 yd 3 to 7.5 yd 3 ) Operating Weight 20828 kg (45,917 lb) The best in the business for productivi features and a wide choice

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

City 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 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 information

JLG UTILITY VEHICLES

JLG UTILITY VEHICLES JLG UTILITY VEHICLES 1 MORE MATERIALS. MORE PEOPLE. ONLY IN YOUR JLG UTV. With a rugged design, heavy-duty drive system and class-leading cargo capacity, JLG utility vehicles outlast the competition and

More information

ADDENDUM NO. 1 INVITATION FOR BIDS FOR LUBRICANT AND FLUID SUPPLY. RFP NO.: 2018-SP-03 Date Issued: March 13, 2018

ADDENDUM NO. 1 INVITATION FOR BIDS FOR LUBRICANT AND FLUID SUPPLY. RFP NO.: 2018-SP-03 Date Issued: March 13, 2018 ADDENDUM NO. 1 INVITATION FOR BIDS FOR LUBRICANT AND FLUID SUPPLY RFP NO.: 2018-SP-03 Date Issued: March 13, 2018 INSTRUCTIONS: (1) BIDDER is required to comply with this Addendum No. 1. (2) This Addendum

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

STREET SWEEPER : 4-WHEEL SWEEPER UNITS BASE UNIT REQUIREMENTS SPECIFICATION NO. 3.1 EVENT NO. 8956

STREET SWEEPER : 4-WHEEL SWEEPER UNITS BASE UNIT REQUIREMENTS SPECIFICATION NO. 3.1 EVENT NO. 8956 Page 1 of 14 STREET SWEEPER : 4WHEEL SWEEPER UNITS BASE UNIT REQUIREMENTS SPECIFICATION NO. 3.1 Vendor Name: Contact Person: Street Address: PO Box: City, State, Zip Phone #: Toll Free #: Fax #: Email

More information

ELGIN SWEEPER IS YOUR PARTNER... Road Wizard

ELGIN SWEEPER IS YOUR PARTNER... Road Wizard Road Wizard ROAD WIZARD BUILT FOR THE MOST DEMANDING JOBS, DESIGNED TO BE THE LEAST DEMANDING TO OPERATE. The Elgin Road Wizard has been redesigned and improved, retaining all of the features that made

More information

BID SPECIFICATIONS FOR HEAVY DUTY DUMP TRUCK CHASSIS - OPTION A 2013 Mack GU 713 $109, (INCLUDING OPTIONS)

BID SPECIFICATIONS FOR HEAVY DUTY DUMP TRUCK CHASSIS - OPTION A 2013 Mack GU 713 $109, (INCLUDING OPTIONS) BID SPECIFICATIONS FOR HEAVY DUTY DUMP TRUCK CHASSIS - OPTION A 2013 Mack GU 713 $109,599.00 (INCLUDING OPTIONS) GENERAL These specifications shall be construed as the minimum acceptable standards for

More information

2017 Single Axle 5 CU.YD. Dump Truck Specifications. Minimum Specifications 33,000 lb

2017 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 information

FLORIDA SHERIFFS ASSOCIATION & FLORIDA ASSOCIATION OF COUNTIES

FLORIDA SHERIFFS ASSOCIATION & FLORIDA ASSOCIATION OF COUNTIES FLORIDA SHERIFFS ASSOCIATION & FLORIDA ASSOCIATION OF COUNTIES Name of Dealership Type of Vehicle Zone REGENERATIVE AIR STREET SWEEPER (Specification #54) Base Unit Price 2018 Elgin Crosswind (J Plus)

More information

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

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

More information

REQUEST FOR QUOTE. Half Ton Trucks CONTRACT NO ADDENDUM NO.2

REQUEST FOR QUOTE. Half Ton Trucks CONTRACT NO ADDENDUM NO.2 REQUEST FOR QUOTE Half Ton Trucks CONTRACT NO. 19-130080-01 ADDENDUM NO.2 ISSUE DATE: March 15, 2019 1.0 GENERAL This addendum forms part of the contract documents and is to be read, interpreted and coordinated

More information

SECTION FIRE HYDRANTS WITH HYDRANT LOCKS

SECTION FIRE HYDRANTS WITH HYDRANT LOCKS SECTION 33 12 19 FIRE HYDRANTS WITH HYDRANT LOCKS PART 1: GENERAL 1.01 SCOPE A. Fire hydrants. B. Adjustment of fire hydrants and gate valves. 1.02 SUBMITTALS A. Conform to requirements of Section 01 33

More information

ADDENDUM NO. 1 INVITATION FOR BID FOR BUS ENGINE SUPPLY. IFB NO: 2018-FP-08 Date Issued: August 6, 2018

ADDENDUM NO. 1 INVITATION FOR BID FOR BUS ENGINE SUPPLY. IFB NO: 2018-FP-08 Date Issued: August 6, 2018 602 N. Staples, Corpus Christi, Texas 78401 p. 361-289-2712 f. 361-903-3578 www.ccrta.org ADDENDUM NO. 1 INVITATION FOR BID FOR BUS ENGINE SUPPLY IFB NO: 2018-FP-08 Date Issued: August 6, 2018 INSTRUCTIONS:

More information

CLEVELAND COUNTY NORTH CAROLINA REQUEST FOR BID NEW 2012 EXCAVATOR

CLEVELAND COUNTY NORTH CAROLINA REQUEST FOR BID NEW 2012 EXCAVATOR CLEVELAND COUNTY NORTH CAROLINA REQUEST FOR BID NEW 2012 EXCAVATOR August 3, 2012 BIDS ARE DUE NO LATER THAN 10:00 AM WEDNESDAY, SEPTEMBER 5, 2012 INSTRUCTIONS TO BIDDERS CLEVELAND COUNTY NEW 2012 EXCAVATOR

More information

RAC EXPORT TRADING Germany Tel

RAC EXPORT TRADING Germany   Tel Technical Specification Kenworth 963S oilfield truck, new GAWR RATINGS Front Axle Weight Rating 40.000 Lb. 18.140 kg Rear Axle Weight Rating 150.000 Lb 68.030 kg Gross Vehicle Weight Rating 190.000 Lb.

More information

Illustrated Parts Manual

Illustrated Parts Manual Illustrated Parts Manual Models 522D LoPro 524D LoPro S/N 0900 P/N - 948-403 Revised July 6, 2007 INTRODUCTION Table of Contents SECTION INTRODUCTION Table of Contents... - thru -4 Alphabetical Index...

More information

June 26, 2018 Addendum No. 02 File Reference Number: RFQ Title: Propane Powered Forklift RE: Clarifications/Questions

June 26, 2018 Addendum No. 02 File Reference Number: RFQ Title: Propane Powered Forklift RE: Clarifications/Questions June 26, 2018 Addendum No. 02 File Reference Number: RFQ 2018 119 040 100 Title: Propane Powered Forklift RE: Clarifications/Questions Please note the following clarifications regarding the above referenced

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

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

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

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

More information

EQUIPMENT PURCHASE PUBLIC WORKS VEHICLE TENDER CONTENTS. Tender Call General Instructions General Requirements Specifications...

EQUIPMENT PURCHASE PUBLIC WORKS VEHICLE TENDER CONTENTS. Tender Call General Instructions General Requirements Specifications... TENDER MOCR03072014 EQUIPMENT PURCHASE PUBLIC WORKS VEHICLE TENDER CONTENTS Tender Call...... 2 General Instructions... 3 General Requirements...... 4 Specifications... 5 Form of Tender... 6 TENDER MOCR03072014

More information

RELIABLE, HEAVY DUTY, VERSATILE MECHANICAL BROOM SWEEPER

RELIABLE, HEAVY DUTY, VERSATILE MECHANICAL BROOM SWEEPER Eagle ELGIN EAGLE RELIABLE, HEAVY DUTY, VERSATILE MECHANICAL BROOM SWEEPER If you need a proven mechanical broom sweeper with reliable heavy duty performance, high dump capability and superior operator

More information

Voyager MDR-235 Four Track Articulated Carrier Specifications

Voyager MDR-235 Four Track Articulated Carrier Specifications DIMENSIONS FOR COMBINED VEHICLE (2 SECTIONS) Overall Length 385" (9.78 m) Overall Width 99" (2.51 m) without mirrors Overall Height 109" (2.77 m) Ground Clearance 18" (45.7 cm) Curb Weight Payload GVWR

More information

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

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

More information

City of Fargo Request for Proposal

City of Fargo Request for Proposal Request for Proposal High Dump Street Sweeper May 12, 2017 1 City of Fargo Request for Proposal The City of Fargo is requesting proposals for one (1) new or low hour used High Dump Street Sweeper. Sealed

More information

BID FOR ONE (1) 1 TON CREW CAB TRUCK WITH SERVICE BODY OPENING APRIL 11, 2019 AT 10:00 A.M.

BID FOR ONE (1) 1 TON CREW CAB TRUCK WITH SERVICE BODY OPENING APRIL 11, 2019 AT 10:00 A.M. P. O. B o x 1 5 4 0 T h o m a s v i l l e, G A 3 1 7 9 9 2 2 9-2 2 7-7 0 0 0 F A X 2 2 9-2 2 7-3 2 4 3 w w w. t h o m a s v i l l e. o r g BID FOR ONE (1) 1 TON CREW CAB TRUCK WITH SERVICE BODY OPENING

More information

APPENDIX A TECHNICAL SPECIFICATIONS Purchase of all New 2018 Model Year, Two (2) Vacuum Jet Trucks UPDATED November 20, 2017

APPENDIX A TECHNICAL SPECIFICATIONS Purchase of all New 2018 Model Year, Two (2) Vacuum Jet Trucks UPDATED November 20, 2017 1. SCOPE The purpose of this Invitation to Negotiate (the "ITN") is to solicit pricing and select a vendor for the purchase of two (2) vacuum jet trucks, all new 2018 model year. All new 2018 model year,

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS 77-PASSENGER, SCHOOL BUS The Washington Community High School Board of Education is requesting sealed bids for 3-year lease agreement for (8) 77-passenger, school bus. All interested

More information

NOTICE OF BID. The City of Pigeon Forge is receiving bids on one knuckle boom trash loader for the sanitation department.

NOTICE OF BID. The City of Pigeon Forge is receiving bids on one knuckle boom trash loader for the sanitation department. NOTICE OF BID The City of Pigeon Forge is receiving bids on one knuckle boom trash loader for the sanitation department. Specifications may be obtained from the Public Works Department at City Hall between

More information

STATE OF MINNESOTA PRICING PAGE - FIXED PRICE (Typed Responses Required)

STATE OF MINNESOTA PRICING PAGE - FIXED PRICE (Typed Responses Required) SEQ # 725-417 Price quote for: (Typed Responses Required) MUNICIPAL UTILITY TRACTOR 1 of 10 Vendor Name: Contact Person: Scott Reierson Street Address: 333 2nd Street NE P.O. Box: City, State, Zip Hopkins,

More information

CITY OF BARTLETT 6400 STAGE ROAD BARTLETT, TENNESSEE 38134

CITY 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 information

TENDER. 2017/2018 HALF TON PICKUP TRUCK, EXTENDED CAB, 4x4

TENDER. 2017/2018 HALF TON PICKUP TRUCK, EXTENDED CAB, 4x4 Municipality of the County of Colchester Public Works Department 1 Church Street, Truro, NS B2N 3Z5 Telephone: (902) 897-3175 TENDER 2017/2018 HALF TON PICKUP TRUCK, EXTENDED CAB, 4x4 Sealed Tender Forms

More information

PART A TENDER SUBMISSION

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

More information