Notice for Bids Fire Engine and Equipment

Size: px
Start display at page:

Download "Notice for Bids Fire Engine and Equipment"

Transcription

1 Notice for Bids Fire Engine and Equipment Sealed bids will be accepted for furnishing Kittitas County Fire District No. 2 (d.b.a. Kittitas Valley Fire & Rescue), hereinafter referred to as the District, one (1) or more fire apparatus and equipment in accordance with the plans and specifications on file with the District. Bids will be received at the headquarters fire station located at 400 E. Mountain View Ave., Ellensburg, WA until 3:00 p.m. on the 1 st day of June 2017, at which time and place all submitted bids will be opened and considered. Bids must be accompanied by a Bidders Bond or a Check in an amount at least 10 percent of the amount bid and made payable in favor of the District as liquidated damages in the event the bidder fails to enter into a Contract for the equipment and bid as accepted. The surety company must be listed in United States Treasury Department Circular #570 and licensed in the State of Washington. The outside of the sealed envelope must be properly marked and identified by: "Bid on Fire Apparatus & Equipment" Bids are to be on the basis of cash upon the final delivery and acceptance in accordance with the specifications for this equipment. No bid may be withdrawn for a period of thirty (30) days after bid closing date. The District reserves the right to reject any and all bids and to accept the bid it feels is in the best interest of the District. Special Note: Only bidders and apparatus manufacturers which conduct business inside the United States shall be considered. The definition of a United States bidder and manufacturer is: "The Company who resides, pays taxes, and manufacturers inside the United States of America. There will be no exceptions to this requirement. Any questions concerning this bid specifications shall be in writing and must be approved by the Fire District. Questions should be directed to: Rich Elliott, Deputy Chief elliottr@kvfr.org (phone) (fax) By: John Sinclair, Fire Chief Page 1 of 105

2 Table of Contents FIRE APPARATUS SPECIFICATIONS WASHINGTON STATE BUSINESS LICENSE INTERLOCAL GOVERNMENT PURCHASING SPECIAL CONDITIONS GENERAL REQUIREMENTS UNDERWRITERS LABORATORIES TESTING SUBMISSION OF PROPOSALS PROPOSAL GUARANTEE: RELIABILITY OF CONTRACTOR LOCAL SERVICE CENTER & INSURANCE REQUIREMENTS MANUFACTURER INSURANCE REQUIREMENTS DELIVERY AND OPENING OF PROPOSAL DRAWINGS REJECTION OF PROPOSALS COMPLETION DATE PERFORMANCE BOND CARRYING CAPACITY ENGINEERED APPARATUS CENTER OF GRAVITY TILT TESTING FACILITIES AND REQUIREMENTS ROLL STABILITY CONTROL DESIGN REQUIREMENTS CONTRACT AWARD APPARATUS AND EQUIPMENT FAILURE TO MEET TESTS PAYMENT PRE-CONSTRUCTION CONFERENCE AT THE FIRE DISTRICT INSPECTION TRIPS DOCUMENTATION TRAINING DELIVERY SPECIAL INSTRUCTIONS TO BIDDERS QUALIFICATIONS OF THE BIDDERS EXCEPTIONS TO SPECIFICATIONS AUTHORIZED REPAIR FACILITY Page 2 of 105

3 AUTHORIZED REPAIR PERSONNEL CONTRACT AWARD INTERNATIONAL CHASSIS OVERALL HEIGHT OVERALL LENGTH OVERALL WIDTH WHEELBASE ANGLE OF APPROACH ANGLE OF DEPARTURE FINANCIAL STABILITY SPECIFICATIONS CENTER OF GRAVITY ENGINEERING BLUEPRINTS DELIVERY BUMPER TO BUMPER WARRANTY ALUMINUM BODY WARRANTY - FIVE YEAR GALVANIZED SUBFRAME WARRANTY PAINT WARRANTY FIVE YEAR FIRE PUMP WARRANTY STAINLESS STEEL PLUMBING WARRANTY COMPLETE PRINTED MANUAL "ON-LINE" SERVICE MANUAL SUPPORT IN PROCESS PHOTOS OPERATION AND FAMILIARIZATION MANUAL LOW VOLTAGE ELECTRICAL SYSTEM SPECIFICATIONS NFPA REQUIRED TESTING OF ELECTRICAL SYSTEM WEATHER RESISTANT ELECTRICAL JUNCTION BOX LOAD MANAGER DASH MOUNTED EMERGENCY ELECTRICAL SWITCH PANEL AIR HORNS AIR HORN SWITCH ELECTRIC TRAFFIC HORN AND AIR HORN SELECTOR SWITCH ENGINE COMPARTMENT LIGHT PUMP ENCLOSURE LIGHTS LIGHT MOUNTING LOCATION SCENE LIGHT Page 3 of 105

4 LIGHT SWITCH ON LAMPHEAD BACK-UP ALARM HEADLIGHT FLASHER PORTABLE LANTERN HANDLIGHT INSTALLATION RADIO ANTENNA BASE SEAT BELT WARNING / VDR SYSTEM MARKER LIGHTS LICENSE PLATE BRACKET TAIL LIGHTS TURN SIGNALS BACKUP LIGHTS FOUR LIGHT HOUSING MID BODY LED TURN SIGNALS CAB GROUND LIGHTS PUMP PANEL GROUND LIGHTS REAR STEP GROUND LIGHTS REAR TAILBOARD LIGHTS DECK LIGHTS - REAR DOOR OPEN/HAZARD WARNING LIGHT ELECTRIC SIREN SPEAKER SPEAKER SPEAKER LOCATION LIGHTBAR TRAFFIC LIGHT CONTROL LIGHTBAR ACTIVATION UPPER REAR WARNING LIGHTS REAR WARNING LIGHT MOUNTING LOWER FRONT WARNING LIGHTS INTERSECTION WARNING LIGHTS LOWER MID-BODY WARNING LIGHTS LOWER REAR SIDE WARNING LIGHTS LOWER REAR WARNING LIGHTS TRAFFIC ARROW LIGHT Page 4 of 105

5 FLUID DATA PLAQUE DATA & WARNING LABELS REAR TOWING PROVISIONS BUMPER EXTENSION FRONT BUMPER GRAVELSHIELD TIRE PRESSURE INDICATOR REAR MUD FLAPS ON-SPOT TIRE CHAINS DARLEY LDM SINGLE STAGE PUMP GPM FIRE PUMP SPECIFICATIONS LEFT SIDE -- 6" UNGATED INTAKE RIGHT SIDE -- 6" UNGATED INTAKE MECHANICAL SEAL SPECIFICATIONS PNEUMATIC PUMP SHIFT ELECTRIC PRIMER SPECIFICATIONS DISCHARGE MANIFOLD CHECK VALVE ENGINE/PUMP GOVERNOR PUMP ANODES PUMP PLUMBING SYSTEM FIRE PUMP MASTER DRAIN ADDITIONAL LOW POINT DRAINS FIRE PUMP & PLUMBING SYSTEM PAINTING HOSE THREADS WATER TANK TO PUMP LINE FIRE PUMP TO WATER TANK FILL LINE FIRE PUMP SPLIT SHAFT DRIVESHAFTS AND INSTALLATION INTAKE RELIEF/DUMP VALVE FIRE PUMP COOLING FIRE PUMP COOLING CHASSIS ENGINE HEAT EXCHANGER COOLING SYSTEM UNDERWRITERS LABORATORIES FIRE PUMP TEST FIRE PUMP TEST LABEL HIGH ALTITUDE FIRE PUMP TEST FRONT BUMPER RIGHT SIDE -- 3" GATED INTAKE LEFT SIDE /2" GATED INTAKE Page 5 of 105

6 RIGHT SIDE /2" GATED INTAKE /2" CROSSLAY DISCHARGES OVER FRONT TRANSVERSE COMP'T CROSSLAY HINGED COVER WITH END FLAPS CROSSLAY HOSE BED TRIM LEFT SIDE PUMP PANEL /2" DISCHARGE RIGHT SIDE PUMP PANEL /2" DISCHARGE REAR RIGHT SIDE /2" DISCHARGE ELECTRIC REWIND HOSE REEL VERTICAL HOSE ROLLER FOAM PRO FOAM SYSTEM CONTROL CONNECTION CABLE -- FOAM SYSTEM PUMP PANEL CONTROL -- FOAM SYSTEM FLOWMETER AND TEE -- FOAM SYSTEM LOW-LEVEL TANK SENSOR FOAM TANK MAIN WATERWAY CHECK VALVE -- FOAM SYSTEM FOAM SYSTEM -- INJECTOR FITTING INSTRUCTION AND RATING LABEL -- FOAM SYSTEM SCHEMATIC LABEL -- FOAM SYSTEM " FOAM TANK CONTROL -- CLASS A INTEGRAL CLASS A FOAM TANK GALLON FOAM TANK DRAIN -- UNDER TANK FOAM SYSTEM DESIGN AND PERFORMANCE REQUIREMENTS SIDE MOUNT PUMP ENCLOSURE COMPARTMENTS AND CROSSLAYS -- AHEAD OF PUMP ENCLOSURE BACKBOARD VERTICAL SLIDE-IN MOUNTING ENCLOSED DUNNAGE COMPARTMENT OVER PUMP ENCLOSURE LEFT SIDE RUNNING BOARD -- SIDE MOUNT PANEL PUMP SLIDE OUT STEP -- LEFT SIDE RIGHT SIDE RUNNING BOARD -- SIDE MOUNT PANEL PUMP SLIDE OUT STEP -- RIGHT SIDE PUMP ENCLOSURE ACCESS DOOR -- RIGHT SIDE UPPER PUMP PANELS -- SIDE MOUNT LEFT SIDE PUMP PANEL -- BOLTED HINGED PUMP PANEL -- RIGHT SIDE PUMP COMPARTMENT HEATER SYSTEM Page 6 of 105

7 PUMP ENCLOSURE HEAT PAN LABELS COLOR CODED PUMP PANEL LABELING AND NAMEPLATES MIDSHIP PUMP PANEL LIGHTS -- LEFT SIDE MIDSHIP PUMP PANEL LIGHTS -- RIGHT SIDE PUMP ENGAGED LIGHT MASTER DISCHARGE AND INTAKE GAUGES TEST TAPS WATER/FOAM TANK LEVEL GAUGE - PUMP PANEL WATER TANK LEVEL GAUGE - REAR WATER TANK GALLON WATER TANK WATER TANK FILL TOWER WATER TANK WARRANTY HOSEBED SINGLE AXLE HOSE BED STORAGE CAPACITY ALUMINUM HOSEBED DIVIDER VINYL HOSEBED COVER /8" ALUMINUM BODY ELECTROLYSIS CORROSION CONTROL COMPARTMENT FLOORS GALVANIZED SUB-FRAME BODY CONFIGURATION SINGLE AXLE WHEEL AREA FENDERETTES BODY WIDTH COMPARTMENT DEPTH HOSEBED WIDTH COMPARTMENT HEIGHT COMPARTMENT HEIGHT HINGED COMPARTMENT FLUSH DOOR CONSTRUCTION EXTERIOR DOOR HANDLES LEFT FRONT COMPARTMENT LEFT OVERWHEEL COMPARTMENT SCBA MOUNTING BRACKET Page 7 of 105

8 LEFT REAR COMPARTMENT SCBA MOUNTING BRACKET RIGHT FRONT COMPARTMENT RIGHT REAR COMPARTMENT REAR BODY CONFIGURATION REAR CENTER COMPARTMENT REAR UPPER COMPARTMENT REAR STEP - 18 BOLT-ON EXTERIOR LADDER MOUNTING LADDER MOUNT LOCATION EXTERIOR FOLDING ATTIC LADDER MOUNTING LADDER SOURCE PIKE POLE MOUNTING BRACKET HARD SUCTION MOUNTING HARD SUCTION MOUNTING SUCTION HOSE SOURCE FOLDING STEPS LEFT SIDE FRONT FOLDING STEPS RIGHT SIDE FRONT FRONT BODY PROTECTION PANELS REAR BODY PROTECTION PANELS POLISHED COMPARTMENT TOP WELDS FOLDING STEPS LEFT SIDE REAR FOLDING STEPS RIGHT SIDE REAR REAR INTERMEDIATE STEP HANDRAIL REAR STEP HANDRAIL BELOW HOSEBED HANDRAIL ABOVE HOSEBED HANDRAIL TOP OF BODY SIDES HANDRAIL SIDE PUMP PANEL EXTRUDED ALUMINUM RUB RAILS NYLON SPACERS FOR RUB RAILS WHEEL WELL PROVISION LOCATION WHEEL WELL PROVISION LOCATION WHEEL WELL PROVISION LOCATION WHEEL WELL PROVISION LOCATION Page 8 of 105

9 CHASSIS CREW AREA SHORELINE RECEPTACLES V ELECTRIC RECEPTACLE -- STRAIGHT BLADE BODY PAINT PROCESS APPARATUS COLOR INTERIOR COMPARTMENT FINISH WHEEL PAINTING TOUCH-UP PAINT UNDERCOATING SIMULATED GOLD LEAF LETTERING REFLECTIVE STRIPING COLOR OF STRIPING MATERIAL CHEVRON STRIPING WHEEL CHOCKS WITH MOUNTS ROOF LADDER EXTENSION LADDER FOLDING LADDER PIKE POLE PIKE POLE SUCTION HOSE HOSE COUPLINGS SUCTION HOSE HOSE COUPLINGS STRAINER DEALER SUPPLIED EQUIPMENT Page 9 of 105

10 FIRE APPARATUS SPECIFICATIONS Information for Contractor: Sealed proposals are desired from reputable makers of automobile fire apparatus in accordance with these specifications and with the advertisement, a copy of which is attached, for the piece of apparatus listed as follows: WASHINGTON STATE BUSINESS LICENSE Y N The Manufacturer s authorized sales and service center shall be a licensed and bonded vehicle dealer for the State of Washington per Washington State R.C.W. codes. A Washington State Unified Business License (UBI) and Contractors license shall be supplied with the bidder's proposal. Bidder shall include proof of such certificates in their bid proposal. If the bidder is manufacturer bidding direct and not through a dealer or distributor, then they shall submit a copy of the appropriate dealer s license. Bids received from bidders and/or manufacturers not licensed as a vehicle dealer within the State of Washington shall be rejected, as they are illegal bids. INTERLOCAL GOVERNMENT PURCHASING Y N It is the purpose of the Interlocal Cooperation Act to allow local governmental units to cooperate with other governmental units in order to procure certain products and services under the same terms, conditions and pricing as each other. This process can be used to increase the purchasing power of government entities, to simplify their purchasing, and to improve efficiency and effectiveness. With this agreement each party agrees to extend to the other party the right to purchase supplies, materials, equipment, and services from its contracts with vendors, suppliers, providers, and contractors for such supplies, materials, equipment, and services to the full extent permitted by law. Other contracting agencies are allowed to establish contracts or price agreements under the terms, conditions, and prices of any contract resulting from the Request for Bid or Request for Proposal. Proposers shall agree to extend terms, and conditions offered pursuant to this Request for Bids/Proposal to other contracting agencies, if awarded the contract, for a period as agreed upon by all parties. Pricing over this time period may be adjusted only on documented manufacturer price increases, chassis drivetrain upgrades, and changes required by NFPA, DOT, EPA and other federal regulatory agencies. Chapter RCW allows cooperative purchasing between public agencies (political subdivisions). For the purposes of this chapter, the term "public agency" means any agency, political subdivision, or unit of local government of this state including, but not limited to, municipal corporations, quasi municipal corporations, special purpose districts, and local service districts; any agency of the state government; any agency of the United States; any Indian tribe recognized as such by the federal government; and any political subdivision of another state. Public agencies which have filed an Intergovernmental Cooperative Purchasing Agreement (ICPA) with the each other may make purchases from each other s contract awards if the Vendor has agreed to such participation. The awarding agency does not accept any responsibility for orders placed by other public agencies. A public agency purchasing under another agency's contract accepts responsibility for compliance with statutes (including bid limits) governing purchase by or on behalf of itself. Other agencies interested in purchasing through a cooperative procurement shall submit inquires to the District and comply in all respects with other notice and contracting requirements as set forth in Title 39 RCW of the State of Washington Statutes, Chapter RCW Interlocal Cooperation Act. SPECIAL CONDITIONS Y N The manufacturer, or manufacturer s authorized dealer, shall be a licensed and bonded vehicle dealer for the State of Washington per Washington State R.C.W A Washington State Unified Business License (UBI) shall not be considered acceptable. Bidder shall include proof of such certificates in their bid proposal. If the bidder is manufacturer bidding direct and not through a dealer or distributor, then they shall submit a copy of the appropriate dealer s license. Bids received from bidders and/or manufacturers not licensed as a vehicle dealer within the State of Washington shall be rejected. Page 10 of 105

11 GENERAL REQUIREMENTS Y N Each bid must be accompanied by the bidder s accurate and District specific written specifications covering the apparatus and equipment which it is proposing to furnish and to which the apparatus furnished under the contract must conform. It is the intent of these specifications to cover the furnishing and delivery to the District complete apparatus equipped as specified. All specifications contained herein are considered as minimum. Some items have been specified by brand name or model number. These have been carefully selected because of their reliability, compatibility with present equipment, and local availability of parts. No exceptions will be allowed relating to the make and model of fire pump, valves and plumbing, gauge and types of materials, size of compartments, methods of construction, and overall design features of the apparatus. Exceptions taken in areas other than listed above must be listed on a separate page and marked "Exceptions to Specifications." Every exception taken shall be listed as to page number and paragraph. Failure to provide the required exception list with the bid proposal will be cause for rejection of that proposal. This requirement shall allow the District to easily compare bidder's specifications and proposals. Where questions arise during construction between these specifications and the bidder s proposal, the District s specifications shall prevail. Such details and other construction features not specifically covered herein shall conform to all State and Federal requirements, and the NFPA Pamphlet No "Standard for Automotive Fire Apparatus" in effect at the time the contract is signed. UNDERWRITERS LABORATORIES TESTING Y N Any test equipment required or expense incurred for the ULI pump test shall be borne by the contractor supplying this equipment. Any statements of "Third Party Tested" will not be acceptable. Underwriter Laboratories will be the only testing authority approved by the District. The original and notarized copy of the test report shall be delivered to the District upon completion of the test. There will be no exceptions to this requirement due to legal requirements of the District. SUBMISSION OF PROPOSALS Y N Each proposal shall be submitted in sequence with the attached specifications for ease of checking compliance of bids with bidder's specifications. All proposals shall be submitted on manufacturer's letterhead, and not a reproduction of these specifications. Each bid proposal shall be signed by an Officer of the manufacturing company being bid. PROPOSAL GUARANTEE: Y N Each proposal must be accompanied by a Bidder's Bond or Cash in the amount of 10 percent of the bid submitted. It is agreed by the contractor that the proposal guarantee will be forfeited in the event this proposal is accepted and the contract is not executed. The bid bond shall be signed by an Officer of the manufacturing company being bid. Personal or company checks are not acceptable as a Bonding medium. All bidders must have the ability to provide the requested Bidder's Bond and Performance Bonds when called for in these specifications. Companies who are only able to provide Supply Bonds in lieu of Performance Bonds will not be considered. The bid bonds shall be provided only by the fire apparatus manufacturer; and not by a local supplier or chassis company. Page 11 of 105

12 RELIABILITY OF CONTRACTOR Y N Contractor shall furnish satisfactory evidence that he has the ability to construct the apparatus specified, and shall state in the bid proposal the location of the factory where the apparatus is to be built, and also where future service work will be performed. Proposals will only be considered which are submitted by full-time fire apparatus manufacturers who are current members of the Fire Apparatus Manufacturers Association (FAMA). FAMA is a non-profit organization designed to keep fire truck manufacturers abreast with latest technologies and governing standards, and to act as a liaison to the IAFC and NFPA. All bidders shall provide with their proposal pictures of similar apparatus as that being specified, and the names, telephone numbers, and contact persons of twenty completed deliveries where similar apparatus has been furnished and in service. Bidders shall provide the name and telephone number of a contact person for each department listed. Failure to provide pictures and required users list with the bid proposal will be cause for rejection of that proposal. The local representatives shall state the number of years they have been representing the manufacturer, the location of their main office, any local offices, main service center, and any local service centers authorized to repair this particular fire apparatus. A signed and notarized letter from the manufacturing company shall be included in the bidder's proposal to verify this requirement. The local service center shall provide with their proposal pictures of, and the names, telephone number, and contact persons, where the company has been in service for a minimum of 40 years. Bidders shall provide the name and telephone number of a contact person. Failure to provide this with the bid proposal will be cause for rejection of that proposal. LOCAL SERVICE CENTER & INSURANCE REQUIREMENTS Y N The local warranty service center and dealer must submit their company s Certificate of Insurance listing their insurance coverage with their bid proposal. The insurance shall be a minimum amount of one million dollars ($1,000,000) with coverage attained with a minimum of $1,000,000 underlying insurance. Submitted certificate shall name the bidding company, insurance company, policy number, and effective dates of the insurance policy. Bids submitted without the required Certificate, or for Certificates listing less than one million dollars ($1,000,000) of underlying coverage, will be considered non-responsive and automatically rejected. No exceptions are allowed to the minimum insurance coverage requirement. This protects the interest of the District and equipment. MANUFACTURER INSURANCE REQUIREMENTS Y N Each bidder must submit with their bid proposal a Certificate of Insurance listing the proposed manufacturer's product liability insurance coverage. The insurance certificate must be made with the District s legal name and full description. Liability insurance shall be a minimum amount of fifteen million dollars ($15,000,000). Submitted Certificate shall name the apparatus manufacturer, insurance company, policy number, and effective dates of the insurance policy. Bids submitted without the required Certificate, or for Certificates listing less than the amount specified, will be considered non-responsive and automatically rejected. No exceptions are allowed to the minimum insurance coverage requirement. The manufacturer shall maintain full insurance coverage on the District's cab and chassis from time of first possession by the manufacturer until the apparatus is delivered to the District. There will be no exceptions to this requirement. The District reserves the right to require proof of insurance from the manufacturer's insurance carrier prior to entering into a contract for the apparatus. Page 12 of 105

13 DELIVERY AND OPENING OF PROPOSAL Y N Each proposal and all papers bound and attached thereto, together with the proposal guarantee, shall be placed in an envelope and securely sealed therein. Proposals will be received at, or prior to, the time set for the opening of bids. Proposals received after the "bid deadline" will be returned unopened. The bids will be opened publicly and read aloud at the time and date stated on the advertisement for bids. DRAWINGS Y N A CAD program produced line drawing of the exact apparatus being proposed, according to the District specifications, must be furnished with the bid. Since the blueprint drawing is required of all bidders, any bid submitted without a drawing as specified will be considered non-responsive and automatically rejected. Drawing must include the left side with chassis cab, right, and rear views of the vehicle, and is to fully detail all compartment sizes, door openings, crew cab layout, pump panels, and hose bed arrangement. Drawing must be a large size, at least "C" 18" x 24", and shall be a drawing of the exact apparatus as proposed, not a drawing of another similar unit. All submitted drawings will become a part of the bid proposal. A drawing of production model units will not be acceptable. REJECTION OF PROPOSALS Y N The right is reserved to reject any or all proposals, or to accept such proposal as is in the best interest of the District. All bid requirements and specifications as written are considered minimum. Bids which substitute less substantial materials and/or methods of body construction than those specified will be rejected. Since all manufacturers have the ability to purchase the materials described, as well as to shear, fabricate and assemble body panels as specified, these areas are considered a strict requirement of the specification. Bidders taking "total exception" to these specifications, providing specifications not in this order, or sub-standard offers for in-stock apparatus are hereby advised that any such offer will result in immediate rejection of the bid proposal. The District does not, in any way, obligate itself to accept the lowest bid. Proposals may be rejected for any alteration, erasures, or penciled entries. No bidder may withdraw his proposal for at least 30 days after the scheduled closing time for the receipt of bids. COMPLETION DATE Y N Bidders shall indicate in their proposals the number of working days for delivery of the completed apparatus, from the date of bid acceptance and signed production specifications by the District. Any bidder who "exaggerates or submits false statements of delivery" shall be held liable to the District. PERFORMANCE BOND Y N A 100 percent Performance Bond, which guarantees delivery AND performance must be supplied by the successful bidder at the time of award of contract. Supply Bonds will not be accepted in place of the requested Performance Bond. Bond must be supplied by the manufacturer of the apparatus. Bonds furnished by salesman or other agents will not be accepted. BIDDER SHALL INDICATE INTENTION TO PROVIDE THE REQUIRED PERFORMANCE BOND IN THE PROPOSAL PACKET. The Performance Bond shall be supplied by the apparatus body builder and not by the dealer or any other sub-contractor. The surety company must be listed in United States Treasury Department Circular #570 and licensed in the State of Washington. Page 13 of 105

14 CARRYING CAPACITY Y N The GAWR and GCWR or GVWR of the chassis shall be adequate to carry the fully equipped apparatus including full water and other tanks, the specified hose load, unequipped personnel weight, ground ladders, and a miscellaneous equipment allowance according to NFPA recommendations. A permanent placard shall be affixed and visible to the driver which states the maximum number of personnel the vehicle is designed to carry. The height of the fully loaded vehicle's center of gravity shall not exceed the chassis manufacturer's maximum limit. A CAD produced line chart of the exact apparatus being proposed must be furnished with the bid. Since the weight chart is required of all bidders, any bid submitted without a drawing as specified will be considered non-responsive and automatically rejected. The weight chart must be a large size, 8 ½ x 11 minimum, and shall be of the exact apparatus as proposed, not a chart of another similar unit. All submitted charts will become a part of the bid proposal. ENGINEERED APPARATUS Y N The apparatus shall be designed and the equipment mounted with due consideration to distribution of load between the front and rear axles, so that all specified equipment, including filled water tank, a full complement of personnel, and equipment will be carried without injury to the apparatus. Weight balance and distribution shall be in accordance with the National Fire Protection Association and the Society of Automotive Engineers. Special consideration will be given to accessibility of various components that require periodic maintenance, ease of operations, and symmetrical proportions. A detailed accurate weights and balance chart will be submitted with the proposal for the proposed apparatus. The completed apparatus shall be designed for all vehicles weight laws in the state of operation by the District. CENTER OF GRAVITY Y N The center of gravity (CG) is defined as the center of an object's weight distribution, where the force of gravity can be considered to act. It is the point in any object about which it is in perfect balance no matter how it is turned or rotated around that point. A calculated center of gravity chart and documentation shall be provided in the bidder's proposal. The calculated or measured center of gravity (CG) shall be no higher that 80-percent of the rear axle track width. The apparatus, prior to acceptance, will be required to meet the vehicle stability of the applicable NFPA Automotive Fire Apparatus Standard. The vehicle shall be designed and the equipment mounted with due consideration to distribution of load between the front and rear axles so that all specified equipment, including a full complement of personnel shall be carried safely without injury to the vehicle. The complete vehicle must comply with the requirements of the Revised Code of Washington (RCW) TILT TESTING FACILITIES AND REQUIREMENTS Y N The apparatus, prior to acceptance, will be required to also meet the stability test of the NFPA Automotive Fire Apparatus Standard. The final and completed vehicle shall be tilt-tested to the standards and photographed to ensure that this procedure and certification can be verified. Each bidder shall have the facilities to perform these tests at the manufacturing site. The bidder shall own the facilities to perform the above test, and shall not contract with an outside agency to have these tests performed on this apparatus. Included in the bidder s proposal shall be a copy of a very similar type of fire apparatus being purchased. Please refer to NFPA for the definition of a comparable apparatus as an example of a delivered and certified fire apparatus. Page 14 of 105

15 ROLL STABILITY CONTROL Y N Even if the chassis is supplied with Roll Stability Control, a separate calculated center of gravity chart, and photos of the certified documentation of a tilt table test shall also be supplied with the bidder's proposal. DESIGN REQUIREMENTS Y N Specified design features of the apparatus have been carefully selected because of their safety, integrity and consistency with existing apparatus. It is expected that all bidders will adhere to the compartmentation layout, etc., since these features can be produced by all fire apparatus manufacturers. All aspects of the vehicle shall be properly engineered with priority given to firefighter safety, as well as ease of operation and maintenance of the apparatus. The vehicle shall be free from hazardous protrusions, angles or sharp corners which might bring injury to a firefighter or equipment. Previously delivered units will be judged for compliance to these factors. All water, air, fuel, hydraulic and/or oil lines on the chassis and apparatus shall be properly located, and securely tie wrapped to prevent scuffing or abrasion. Durable type grommets or loom material shall be used to protect the lines wherever a line passes through the apparatus body or frame rail sections. All grease fittings, bleeders, filler plugs, drains and check points shall be located so as to be easily accessible. No special tools shall be required to access these components for normal service or maintenance of the vehicle. All parts and components on the vehicle shall be positioned for ease of inspection, and recognition of wear or failure. Easily removable access or cover plates shall be provided for all items requiring periodic service or adjustment. Access panels shall be of the hinged or quick disconnect design allowing ease of access. Design of the apparatus shall be such that no disassembly of the body or any of its parts is required for normal maintenance. All components of the chassis and apparatus shall be protected against rain, snow or other adverse weather conditions. CONTRACT AWARD Y N Contract will be awarded to the most "responsible bidder" provided that bid is in the best interest of the District. When analyzing the bid proposals, and in recommending a successful bidder, superior design, workmanship, materials, operating costs, location of factory, past experience, length of incorporation, and compliance to specifications will be taken into consideration. A Dun & Bradstreet financial rating will be used, at the discretion of the District, as a determining factor of the financial strength and stability of the manufacturing company being bid, and could be considered when the final decision has been made to the successful bidder. The bidder shall include in their bid proposal the Dun & Bradstreet number and contact person at the financial banking company of the body builder. This documentation shall demonstrate to the District the financial stability of the manufacturing company and display an example of future service and customer support. These specifications, together with any other documents required herein, shall be included in the contract executed by the District and the successful bidder. Each bidder shall submit a copy of the proposed contract form. If there is any deviation or misunderstanding of the published specification, the District's published specifications will override the vendor's specification in all cases. The District reserves the right to waive any formality in the bids received once such waiver is in the best interest of the District and, also, to accept any item in the Bid found to be of superior quality or otherwise preferred by the District. In no way will the District assume any liability for the contractor's negligence Page 15 of 105

16 APPARATUS AND EQUIPMENT Y N Responsibility for the apparatus and all equipment shall remain with the contractor until the apparatus and equipment is delivered to the District. The District will be responsible to provide all equipment items required by NFPA that are not otherwise addressed in these specifications. The items shall be installed by the District. FAILURE TO MEET TESTS Y N In the event the apparatus fails to meet the test requirements on first trial, a second trial may be made at the option of the Contractor within thirty (30) days of the date of the first trial. Such trials shall be final and conclusive and failure to comply with these requirements shall be cause for rejection. Failure to make such changes as the Chief of the District and/or the District may consider necessary to conform to any clause of the specifications within thirty (30) days after notice is given to the Contractor to make such changes shall also be cause for rejection of the apparatus. PAYMENT Y N Final payment amount as per the proposal contract of the completed fire apparatus will be due at the time of the physical possession of the completed apparatus. Due to insurance liability, the apparatus will not be left at the District s location without full acceptance and payment or prior agreement between the District and Bidder. Final delivery price shall not include any Local, State or Federal taxes. The Bidder shall not be liable for any State or Federal mandated tax or program after sale or delivery of the apparatus. PRE-CONSTRUCTION CONFERENCE AT THE FIRE DISTRICT Y N A pre-construction conference shall be conducted at the Fire District Headquarters, at which time all final designs and equipment mounting locations will be approved, prior to any sheet metal being cut. A factory trained dealer shall be present during the pre-construction conference to answer any design questions relating to the layout of the apparatus. All expenses for travel, meals, and lodging shall be included. BIDDER SHALL INDICATE INTENTION TO PROVIDE THE REQUIRED PRE-CONSTRUCTION CONFERENCE IN THE PROPOSAL PACKET. INSPECTION TRIPS Y N Inspection trip for District personnel shall be made to the facility during the course of construction of the apparatus. Successful bidder shall consult with District committee chairperson as to the proper timing of the inspection trip. Air travel (for distances over 250 miles), meals, and lodging expenses shall be included. BIDDER SHALL INDICATE INTENTION TO PROVIDE THE REQUIRED INSPECTION TRIP IN THE PROPOSAL PACKET. DOCUMENTATION The manufacturer must supply at time of delivery, at least one copy of: Y N 1. Engine manufacturer's certified brake horsepower curve showing the maximum no load governed speed. 2. Manufacturer's record of pumper construction details. 3. Pump manufacturer s certification of suction capability. 4. Pump manufacturer s certification of hydrostatic test. 5. Certification of inspection and testing by Underwriter's Laboratories Incorporated. 6. A copy of the apparatus manufacturer's approval for stationary pumping applications. 7. Weight documents from a certified scale showing actual loading on the front axle, rear axle, and overall vehicle. 8. The operation manual covering the fire apparatus as delivered. 9. A copy of the installed driveline angle worksheet. A test data plate shall be provided at the pump operator's position which gives the rated discharges and pressures together with the speed of the engine as determined by the manufacturer's test for this unit. Plate must comply with requirements of NFPA #1901. A permanent data plate shall be affixed in the driver s compartment specifying the quantity and type of the following fluids used in the vehicle. Permanent placards shall be affixed and visible to all seated occupants instructing the occupants Page 16 of 105

17 to wear their seat belts. A permanent placard shall be affixed to the rear step area to instruct that riding on the rear step is prohibited. TRAINING Y N District personnel shall be properly instructed as to the proper use of the apparatus including, but not limited to, chassis, fire pump system, the apparatus and all equipment. Training shall be made by a factory trained specialist who shall be responsible for complete instruction as to operation and maintenance of the chassis, and the completed vehicle. Training specialist shall remain at the District for a sufficient amount of time to provide thorough training of all personnel, or as instructed by Chief of the Department. All meals, motel and travel costs shall be the responsibility of the successful bidder. DELIVERY Y N The apparatus shall be delivered complete and ready for operation. The apparatus, to insure proper break-in of all components, shall be delivered under its own power - rail or truck freight is not acceptable. Final Delivery shall be at a location specified by the District upon signing of the contract. SPECIAL INSTRUCTIONS TO BIDDERS Y N Bidders are requested to read the complete bid invitation carefully and submit their proposals in strict accordance with the requirements set forth. Any questions regarding this specification must be submitted in writing and be received by the Deputy Chief a minimum of five (5) business days prior to the bid opening date. Clarifications, corrections and/or changes will be sent out in writing via fax to all prospective bidders. The District reserves the right to reject any or all bids, or except any bid presented which meet or exceed these specifications and which the District may deem and shall be in the best interest of the Department regardless of the amount proposed. The complete apparatus body shall be manufactured and assembled within the United States. Apparatus that are manufactured and assembled outside of the continental USA will not be considered. (NO EXCEPTIONS) QUALIFICATIONS OF THE BIDDERS Y N Bids will only be considered from manufacturers with an established reputation in the field of fire apparatus construction of twenty (20) or more years. Each bidder shall furnish satisfactory evidence of continuous legal corporate entity for a minimum of 20 years. The manufacturer shall be able supply the following information: the location of the factory where the apparatus is to be built, a list of a minimum 20 U/L certified fire apparatus a year for at least the last 7 years and in addition a list of regional users with a contact person's phone number and name. (NO EXCEPTIONS) EXCEPTIONS TO SPECIFICATIONS Y N Each bidder shall indicate compliance with these specifications by checking the bidder compliance question within each section of the specifications. Checking "YES" to that section shall mean exact and full compliance with all portions of that paragraph, checking "NO" shall mean an exception or clarification of any sort is being taken to all or part of that paragraph. All clarifications and/or exceptions to this written specification shall be underlined in RED ink in order to call attention to the variance. Where it is specifically stated "No Exceptions", none shall be tolerated and may be cause for immediate rejection of bid. The information requested within this bid must be furnished in full. Any bidder not completing this proposal or not furnishing any required information shall not be considered. If a bidder shall not furnish a material or fabrication process exactly as described in this specification, then that difference must be designated in the list of exceptions. If a substitution is being proposed, then the bidder must note the section to which the alternative is being proposed and provide technical data, approved by a registered engineer, supporting the fact that the substitute is equal to or better than the item as specified. If this data is not submitted with the bid, then the bid shall be rejected as being non-compliant. Bidder added narrative describing a substitution as being a clarification, exceeding, being equal to, etc. shall not be accepted. Statements such as these, with or without the technical data described in this section, shall cause the bid to be rejected as Page 17 of 105

18 being non-compliant. The District reserves the right to require samples of any deviating material to be provided for evaluation. The District shall be the sole judge as to the acceptability of any of the items listed as exceptions, and the decision of the District shall be final. Any bidder who takes few or no exceptions with the intent of requesting substantial changes in material or design features shall be subject to prosecution for Bait and Switch Fraud to the fullest extent of applicable Washington State and Federal law. AUTHORIZED REPAIR FACILITY Y N All bidders must specify in their bid proposal the location of the closest to the bidders authorized Warranty and Repair Facility. Enclosed in the bid packet will be the Name of the Company, person or persons of contact to authorize the repairs, the complete address with City, State and Zip Code as well as the phone number listing the area code. There shall be an Insurance Certificate listing the coverage that will be made available to the District to protect the interest of the new fire apparatus while under possible repairs at the bidder s facility. In no way will the District assume any liability for the contractor's service facility negligence. The District reserves the right to inspect the facilities that will be made available to them for possible repairs. To insure full dealer support for service after the sale, the selling dealer shall be capable of providing full factory service when required for the cab and chassis, pump, tank and miscellaneous body components. Selling dealer shall provide detailed information on what services and repairs they are authorized to perform on behalf of component manufacturers. Each bidder must be able to display that they are actively in the fire apparatus service business. The successful bidder shall maintain an established service center and parts depot capable of satisfying the warranty service purchased for both the cab and chassis, and the body. The bidder must state the location of its authorized service center(s). Service centers must have a staff of factory-trained EVT Certified mechanics available, well versed in all aspects of service for all major components of the apparatus. It is required that the listed service centers be within 200 driving miles from the District s location. In addition, the successful bidder must maintain a separate service facility at the manufacturing site, in order to satisfy the need for possible major emergency service work. Bidders shall enclose a photograph of their Service Center. Bidders that do not utilize a manufacturer s owned service facility shall provide a current certificate of insurance for the facility in which they intend to utilize. The certificate of insurance shall be in the legal business name of the facility in which work shall take place, and not the original body builder. Product liability coverage shall be not less than $2,000,000. The Final Stage Manufacturer or appropriate party shall provide authorization to the District to perform necessary warranty repairs on a case by case basis, if deemed in the best interest of the District. Under no circumstances shall this preclude any bidder from compliance of the above items. The manufacturer shall provide any parts or special or proprietary tools necessary to complete the specific job. AUTHORIZED REPAIR PERSONNEL Y N All bidders shall show that they are in a position to render prompt service and to furnish replacement parts throughout the useful life of the apparatus. All repair personnel shall be professionally trained on all components on the completed apparatus. The factory trained personnel shall provide and serve in the best interests of the District. The District reserves the right to make the final determination as to the bidder s ability. DRIVELINE ANGLE WORKSHEET Before final delivery an approved driveline installation angle worksheet shall be supplied to the District. Y N Page 18 of 105

19 BID PRICES / PAYMENT Y N The total price on the specified apparatus & equipment shall include all items and components listed in these specifications. The District shall consider any progressive pre-payments offered by the bidder. All discounts shall be itemized and listed separately, with a detailed explanation in the bid. Bids requiring progress payments or any payment prior to acceptance will not be considered unless the bidder gives pre-payment discount. Any progressive pre-payments shall NOT be included in the base bid price; they shall be listed as a separate pricing item. Final payment amount as per our proposal contract of the completed fire apparatus will be due at the time of the physical possession of the completed apparatus. CONTRACT AWARD Y N The District reserves the right to reject any or all bids deemed by the District to be unresponsive. Bids received shall be evaluated by the District using the following criteria: (A) Completeness of the proposal [i.e., the degree to which it responds to all requirements of these specifications]. (B) Vendors demonstrated qualifications and capabilities including ability to perform warranty work. (C) Design and engineering reliability of major structural components, including ease of maintenance. (D) Qualifications and capabilities of the manufacturer to produce the described apparatus. (E) Reasonableness of cost (F) These specifications, together with any other documents required herein, shall be included in the final contract. (G) Each bidder shall submit a copy of their standard purchase agreement form. The District reserves the right to reject a bid based on unacceptable provisions of a bidder s contract. (H) The District also reserves the right to waive any informalities, irregularities and technicalities in procedure. The District is not bound to accept the low bid. Bidders shall submit manufacturers standard purchase contract with bid proposal, for the review of the District. Complete details of the manufacturer s warranties shall be provided with the bid proposal. All standard and available warranties shall be transferred to the District with the assistance of the manufacturer. The complete vehicle shall comply with the requirements of the current applicable State statutes and regulations of the Department of Labor and Industries, the Department of Transportation, the Department of Public Safety, and all other applicable state regulatory agencies. In the event the specifications cannot be complied with without violating such requirements, the Bidder shall so state, or if not discovered until after the contact has been executed, the manufacturer shall advise the District prior to construction of the vehicle(s). Page 19 of 105

20 Each bidder shall check box either Yes or No for the full compliance of the paragraph. This allows the District to easily compare each bid specification. Review of Special Instructions to Bidders: Bidder Complies: Bidder Complies: Bidder Complies: Bidder Complies: Bidder Complies: Bidder Complies: Bidder Complies: Y N Body Builder Supplied 10 percent Bid Bond Y N Body Builder Supplied 100 percent Performance Bond Y N Detailed scaled drawing of the proposed and competed apparatus Y N Weight distribution chart of the proposed and completed apparatus. Y N Local Dealer Insurance Certificate for Warranty Repair Facility. Y N Warranty descriptions written out in full directly into the bidder specifications. Y N Manufacturer shall have operated at a profit for each of the past 20 years; Refer to CONTRACT SECTION for each bidder's copies of financial statements. (Please provide with proposal.) BID PRICE FORM DELIVERY WILL BE CALENDAR DAYS FROM CONTRACT AWARD. APPARATUS BODY PRICE AS PROPOSED: CHASSIS PRICE AS PROPOSED: $ $ TOTAL COST OF COMPLETE FIRE APPARATUS: $ INSPECTION TRIP(S): 2-PERSON(S): CHASSIS PREPAYMENT: DELIVERY CHARGES: MISC. EQUIPMENT PACKAGE: INCLUDED NOT INCLUDED COST $ INCLUDED NOT INCLUDED COST $ INCLUDED NOT INCLUDED COST $ INCLUDED NOT INCLUDED COST $ 100% PERFORMANCE BOND: INCLUDED NOT INCLUDED COST $ PRODUCTS LIABILITY INSURANCE: INCLUDED NOT INCLUDED Page 20 of 105

21 INTERNATIONAL CHASSIS An International Model 4400 SBA 4X2 chassis shall be supplied with the following: TOW HOOK, FRONT (2) Frame Mounted FRAME RAILS Heat Treated Alloy Steel (120,000 PSI Yield); "" x 3.610"" x 0.375"" (260.4mm x 91.7mm x 9.5mm); 456.0"" (11582mm) Maximum OAL BUMPER, FRONT Full Width, Aerodynamic, Chrome Plated Steel; 0.142"" Material Thickness WHEELBASE RANGE 256" Through and Including 311" AXLE, FRONT NON-DRIVING {Meritor MFS A} Wide Track, l-beam Type, 14,000-lb Capacity SUSPENSION, FRONT, SPRING Parabolic, Taper Leaf; 14,000-lb Capacity; With Shock Absorbers SPRING PINS Rubber Bushings, Maintenance-Free BRAKE SYSTEM, AIR Dual System for Straight Truck Applications BRAKE LINES Color and Size Coded Nylon DRAIN VALVE Twist-Type GAUGE, AIR PRESSURE (2) Air 1 and Air 2 Gauges; Located in Instrument Cluster PARKING BRAKE CONTROL Yellow Knob, Located on Instrument Panel PARKING BRAKE VALVE for Truck QUICK RELEASE VALVE on Rear Axle for Spring Brake Release: 1 for 4x2, 2 for 6x4 SLACK ADJUSTERS, FRONT Automatic SLACK ADJUSTERS, REAR Automatic SPRING BRAKE MODULATOR VALVE R-7 for 4x2, SR-7 with relay valve for 6x4 Front and Rear Dust Shields not included Rear Axle is Limited to 19,000-LB GAWR with Code BRAKE SYSTEM, AIR and Code 04NDC BRAKES, REAR, AIR CAM Regardless of Axle/Suspension Ordered Rear Axle is Limited to 20,000-LB GAWR with Code BRAKE SYSTEM, AIR and Code 04NCW BRAKES, REAR, AIR CAM Regardless of Axle/Suspension Ordered Rear Axle is Limited to 23,000-lb GAWR with Code BRAKE SYSTEM, AIR and Standard Rear Air Cam Brakes Regardless of Axle/Suspension Ordered DRAIN VALVE {Bendix DV-2} Automatic; with Heater; for Air Tank DRAIN VALVE Mounted in Wet Tank BRAKE SHOES, REAR Cast Provides Rear Axle GAWR Up to 26,000-Lb. AIR BRAKE ABS {Bendix Antilock Brake System} Full Vehicle Wheel Control System (4-Channel) AIR DRYER {Bendix AD-IP} With Heater AIR DRYER LOCATION Inside Left Rail, Back of Cab BRAKE CHAMBERS, FRONT AXLE {Bendix} 20 Sqln BRAKE CHAMBERS, REAR AXLE {Bendix EverSure} 30/30 Spring Brake BRAKES, FRONT, AIR CAM S-Cam; 16.5" x 5.0"; Includes 20 Sq. In. Long Stroke Brake Chambers Front Axle with 14,000-lb GAWR is Limited to 13,200-lb GAWR when used in Conjunction with 15" BRAKES, FRONT, AIR CAM. Page 21 of 105

City of Storm Lake Fire Department Heavy Rescue Specifications

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

More information

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

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

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

FLORIDA SHERIFFS ASSOCIATION, FLORIDA FIRE CHIEFS ASSOCIATION, & FLORIDA ASSOCIATION OF COUNTIES FLORIDA SHERIFFS ASSOCIATION, FLORIDA FIRE CHIEFS ASSOCIATION, & FLORIDA ASSOCIATION OF COUNTIES SPECIFICATION #23 TRACTOR-DRAWN AERIAL APPARATUS ALL ITEMS FACTORY INSTALLED UNLESS OTHERWISE INDICATED

More information

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

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

More information

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

BID SPECIFICATIONS & INFORMATION FOR A TRACTOR-DRAWN AERIAL QUINT FOR SEASIDE FIRE & RESCUE 150 SOUTH LINCOLN SEASIDE, OR

BID SPECIFICATIONS & INFORMATION FOR A TRACTOR-DRAWN AERIAL QUINT FOR SEASIDE FIRE & RESCUE 150 SOUTH LINCOLN SEASIDE, OR BID SPECIFICATIONS & INFORMATION FOR A TRACTOR-DRAWN AERIAL QUINT FOR 150 SOUTH LINCOLN SEASIDE, OR. 97138 FIRE CHIEF: JOEY DANIELS 1 FIRE APPARATUS SPECIFICATIONS Information for Contractor: Sealed proposals

More information

Augusta Twp. Fire Dept. Commercial Tanker Specifications

Augusta Twp. Fire Dept. Commercial Tanker Specifications NOTICE FOR BIDS... 6 FINANCIAL STABILITY SPECIFICATIONS... 7 FIRE APPARATUS SPECIFICATIONS... 8 GENERAL REQUIREMENTS... 8 RELIABILITY OF CONTRACTOR... 9 SUBMISSION OF PROPOSALS... 9 PROPOSAL GUARANTEE...

More information

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

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

More information

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

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

More information

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

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

More information

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

INVITATION TO BID Fort Morgan Golf Course Golf Carts

INVITATION TO BID Fort Morgan Golf Course Golf Carts INVITATION TO BID The is accepting sealed bids to Lease or Lease-purchase 45 until 4:00 p.m. (our clock) on September 2, 2011 at City Hall located at 110 Main Street, Fort Morgan, Colorado 80701 at which

More information

CITY 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 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 information

Hamilton Fire Bid Proposal HAMILTON COMMAND APPARATUS

Hamilton Fire Bid Proposal HAMILTON COMMAND APPARATUS HAMILTON COMMAND APPARATUS NOTICE FOR BIDS Sealed bids will be accepted for furnishing F.o.b. City of Hamilton Fire Department, One (1) Fire Command Apparatus and equipment in accordance with the plans

More information

City of Hammond Purchasing Department RFP # General Maintenance and Repair Service Contract City Generators

City of Hammond Purchasing Department RFP # General Maintenance and Repair Service Contract City Generators 1 City of Hammond Purchasing Department RFP # 15-33 General Maintenance and Repair Service Contract City Generators Proposals Shall Be Received by the Purchasing Department, City of Hammond 310 East Charles

More information

INTERCONNECTION STANDARDS FOR CUSTOMER-OWNED GENERATING FACILITIES 25 kw OR LESS PUBLIC UTILITY DISTRICT NO. 1 OF CHELAN COUNTY

INTERCONNECTION STANDARDS FOR CUSTOMER-OWNED GENERATING FACILITIES 25 kw OR LESS PUBLIC UTILITY DISTRICT NO. 1 OF CHELAN COUNTY INTERCONNECTION STANDARDS FOR CUSTOMER-OWNED GENERATING FACILITIES 25 kw OR LESS PUBLIC UTILITY DISTRICT NO. 1 OF CHELAN COUNTY Table of Contents Chapter 1. Purpose and scope. Pg 3 Chapter 2. Application

More information

A summary of the vehicle to be purchased: Department Type of Vehicle Quantity Stormwater Department One Ton Dual Rear Wheel Dump Truck w/ Bed 1

A 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 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

CONTRACT 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 (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 information

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

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

More information

1500 GPM Vision WASP W. S. Darley & Co

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

More information

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

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

More information

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

INVITATION TO BID PURCHASING DEPARTMENT P. O. BOX E. CENTRAL AVENUE THIRD FLOOR VALDOSTA, GEORGIA 31601 INVITATION TO BID PURCHASING DEPARTMENT P. O. BOX 1125 216 E. CENTRAL AVENUE THIRD FLOOR VALDOSTA, GEORGIA 31601 BID # 24-17-18 FOR: (1) Ford T-250 Transit Van or comparable OPENING DATE: March 13, 2018

More information

ADDENDUM No. 1. BID No /15 Chevrolet Silverado Work Trucks

ADDENDUM No. 1. BID No /15 Chevrolet Silverado Work Trucks Purchasing Department 530 Water Street Oakland, CA 94607 Date: November 17, 2017 ADDENDUM No. 1 BID No. 17-18/15 Chevrolet Silverado Work Trucks This Addendum modifies the original BID Documents for the

More information

INVITATION TO BID. January 10, 2018

INVITATION TO BID. January 10, 2018 INVITATION TO BID January 10, 2018 The City of Bainbridge will receive sealed bids for ONE NEW PORTABLE TANDEM STATIC ROLLER to be LEASED FOR PURCHASE, as described in the attached specifications until

More information

City of Lewiston Finance Department Allen Ward, Purchasing Agent

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

More information

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

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

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

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

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

More information

UN-Priced Offers Due: Wednesday, April 25, 2018 at 10:00 a.m. Reverse Auction/Bid: Wednesday, May 9, 2018 starting at 11:00 a.m.

UN-Priced Offers Due: Wednesday, April 25, 2018 at 10:00 a.m. Reverse Auction/Bid: Wednesday, May 9, 2018 starting at 11:00 a.m. LAUDERDALE COUNTY BOARD OF SUPERVISERS 410 Constitution Ave, 11 th Floor Meridian, Mississippi 39301 601-482-9746 Main 601-482-9744 Fax BIDDERS INFORMATION PACKET BID NO: 3809 One (1) or more Single Axle

More information

May 11, 2018 On or before 2:00pm

May 11, 2018 On or before 2:00pm REQUEST FOR PROPOSAL No. 18-0004 DIGITAL NETWORKED COPIER LEASE April 17, 2018 PROPOSALS DUE: May 11, 2018 On or before 2:00pm SUBMIT PROPOSAL TO: County of Imperial Purchasing Department 1125 Main Street

More information

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

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

More information

INVITATION TO BID FUEL PRODUCTS

INVITATION TO BID FUEL PRODUCTS INVITATION TO BID FUEL PRODUCTS Notice is hereby given that the Aberdeen School District is accepting fuel bids and propane bids for the following: 1. Regular, unleaded and diesel fuels for district buses

More information

Request for Proposal. Articulated Loader

Request for Proposal. Articulated Loader Request for Proposal Articulated Loader April 17, 2017 1 City of Fargo Request for Proposal The City of Fargo is requesting proposals for (2) Articulated Loaders. Sealed proposals will be received by the

More information

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

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

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

More information

REQUEST FOR QUOTATION

REQUEST FOR QUOTATION REQUEST FOR QUOTATION PORTABLE GENERATOR RESPONSE DUE: Thursday, April 18, 2019, at 4:00 pm Request for Quotation SCOPE AND OBJECTIVES: The ( District ) will be accepting quotes from authorized Multiquip

More information

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

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

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

More information

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

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

GALLATIN PUBLIC UTILITIES

GALLATIN PUBLIC UTILITIES GALLATIN PUBLIC UTILITIES Bid Proposal Item: Single Axle Dump Truck Bid Date: Company Address: Phone Number: Manufacturer: Bid Information (1) Prices F.O.B., 249 Hancock Street, Gallatin, Tennessee 37066.

More information

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

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

More information

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

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

More information

Request for Proposal Snow Blower October 12, 2015

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

More information

Phenix City Schools BID NO. GF Purchase of Three New Vehicles. Bid Opening Date & Time: January 7, 2019 at 9:00 AM EST

Phenix City Schools BID NO. GF Purchase of Three New Vehicles. Bid Opening Date & Time: January 7, 2019 at 9:00 AM EST Phenix City Schools BID NO. GF-2019-06 Purchase of Three New Vehicles Bid Opening Date & Time: January 7, 2019 at 9:00 AM EST The Phenix City Board of Education will receive and publicly open sealed and

More information

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

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

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

More information

New Ulm Public Utilities. Interconnection Process and Requirements For Qualifying Facilities (0-40 kw) New Ulm Public Utilities

New Ulm Public Utilities. Interconnection Process and Requirements For Qualifying Facilities (0-40 kw) New Ulm Public Utilities New Ulm Public Utilities Interconnection Process and Requirements For Qualifying Facilities (0-40 kw) New Ulm Public Utilities INDEX Document Review and History... 2 Definitions... 3 Overview... 3 Application

More information

INVITATION TO BID PURCHASING DEPARTMENT P.O. BOX NORTH ASHLEY ST. VALDOSTA, GEORGIA #LC

INVITATION TO BID PURCHASING DEPARTMENT P.O. BOX NORTH ASHLEY ST. VALDOSTA, GEORGIA #LC INVITATION TO BID PURCHASING DEPARTMENT P.O. BOX 1349 327 NORTH ASHLEY ST. VALDOSTA, GEORGIA 31601 #LC-2019-7001 FOR: New Motor Grader w/rome Sloper for the Public Work s Department OPENING DATE: September

More information

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

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

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

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

More information

Invitation to Bid NEW FOUR WHEEL DRIVE EXTENDED CAB PICKUP TRUCK

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

More information

Request for Quote # Armored Vehicle for Hammond Police Swat Team

Request 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 information

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

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

More information

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

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

More information

CITY OF NIAGARA FALLS, NEW YORK

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

More information

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

Town of South Windsor, Connecticut. Police Department

Town 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 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

A member-consumer with a QF facility shall not participate in the Cooperative s electric heat rate program.

A member-consumer with a QF facility shall not participate in the Cooperative s electric heat rate program. Electric Tariff _2nd Revised Sheet No. 72 Filed with Iowa Utilities Board Cancels _1st Sheet No. _72 Cooperative is a member of Central Iowa Power Cooperative (CIPCO), a generation and transmission cooperative

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

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 SALEM, ILLINOIS ALTERNATIVE TRANSPORTATION APPLICATION AND INSPECTION REPORT (GOLF CARS) Applicant Name:

CITY OF SALEM, ILLINOIS ALTERNATIVE TRANSPORTATION APPLICATION AND INSPECTION REPORT (GOLF CARS) Applicant Name: CITY OF SALEM, ILLINOIS ALTERNATIVE TRANSPORTATION APPLICATION AND INSPECTION REPORT (GOLF CARS) Applicant Name: Address: Phone # (Street) (City) (State) (Zip) Serial Number: _ Make/Model: Vehicle Description

More information

SPECIFICATIONS AND BID FORM FOR ONE NEW SIX WHEEL DRIVE ARTICULATED MOTOR GRADER WITH SNOW GATE. Street Department

SPECIFICATIONS 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 information

Houston County Purchasing Department

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

More information

ADDENDUM NO. 1. April 6, Project: Gas and Diesel Bid for School System Stations

ADDENDUM NO. 1. April 6, Project: Gas and Diesel Bid for School System Stations Livingston Parish Public Schools Excellence in Education! 13909 Florida Boulevard P.O. Box 1130 Livingston, Louisiana 70754-1130 Phone: (225) 686-7044 Fax: (225) 686-3052 Website: www.lpsb.org John Watson

More information

Net Metering Program

Net Metering Program Net Metering Program Chapter 1 Purpose and Scope. The purpose of this chapter is to establish rules for determining the terms and conditions governing the interconnection of electric generation facilities

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

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

TENDER HALF TON PICKUP TRUCK, 4x4

TENDER 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 information

SKAGIT COUNTY MOUNT VERNON, WASHINGTON. Purchase of New Equipment ONE (1) NEW LATEST MECHANICS SERVICE TRUCK

SKAGIT COUNTY MOUNT VERNON, WASHINGTON. Purchase of New Equipment ONE (1) NEW LATEST MECHANICS SERVICE TRUCK SKAGIT COUNTY MOUNT VERNON, WASHINGTON Purchase of New Equipment Skagit County is an Equal Opportunity Employer SEALED BIDS will be received and publicly opened in the Commissioners' Hearing Room, Skagit

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

CITY OF SHARON 155 W. CONNELLY BLVD SHARON, PENNSYLVANIA SPECIFICATIONS and FORM OF PROPOSAL

CITY OF SHARON 155 W. CONNELLY BLVD SHARON, PENNSYLVANIA SPECIFICATIONS and FORM OF PROPOSAL CITY OF SHARON 155 W. CONNELLY BLVD SHARON, PENNSYLVANIA 16146 SPECIFICATIONS and FORM OF PROPOSAL RENTAL OF CHIPSEAL EQUIPMENT WITH OPERATORS AND LABORERS 2014 CITY OF SHARON Notice to Bidders RENTAL

More information

New 53ft Refuse Trailer Bidding Requirements

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

More information

City of Fargo Request for Proposal

City of Fargo Request for Proposal Request for Proposal Dual ASL Refuse Truck December 29, 2015 1 City of Fargo Request for Proposal The City of Fargo is requesting proposals for one (1) Dual Arm ASL Refuse Truck. Sealed proposals will

More information

NOTICE 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 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 information

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

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

More information

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

PETROLEUM TRADERS CORPORATION RIGGINS, INC.

PETROLEUM TRADERS CORPORATION RIGGINS, INC. BID RESULTS CK09MERCER2015-10 DIESEL FUEL AND WINTER MIX FOR THE COUNTY OF MERCER AND THE MERCER COUNTY COOPERATIVE MEMBERS BID OPENING DATE: JUNE 30, 2015 AWARD FOR A PERIOD OF TWO (2) YEARS; BASED UPON

More information

INVITATION TO BID Fort Morgan Fire Department Pumper Fire Truck

INVITATION TO BID Fort Morgan Fire Department Pumper Fire Truck INVITATION TO BID The is accepting sealed bids for the purchase of a until 2:45 p.m. (our clock) on February 25, 2014 at City Hall located at 110 Main Street, Fort Morgan, Colorado 80701 at which time

More information

INVITATION TO BID (ITB)

INVITATION TO BID (ITB) INVITATION TO BID (ITB) WHITFIELD COUNTY, GEORGIA ITB# PW-100-4-200-TSS-2019 73 HP TRACK SKID STEER Date: JANUARY 31st 2019 Time: 2:00 PM BRIAN MCBRAYER STAFF ACCOUNTANT (706) 275-7504 / (706) 275-7501

More information

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

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

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

More information

CITY OF CORALVILLE th Street, Coralville, IA

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

More information

CITY OF MOBILE. Purchasing Department and Package Delivery: Government Plaza 4th Floor, Room S Government St Mobile, Alabama 36644

CITY OF MOBILE. Purchasing Department and Package Delivery: Government Plaza 4th Floor, Room S Government St Mobile, Alabama 36644 Mailing Address: P. 0. Box 1948 Mobile, Alabama 36633 (251) 208-7 434 CITY OF MOBILE Purchasing Department and Package Delivery: Government Plaza 4th Floor, Room S-408 205 Government St Mobile, Alabama

More information

Forensic Sciences Chapter ALABAMA DEPARTMENT OF FORENSIC SCIENCES ADMINISTRATIVE CODE CHAPTER IGNITION INTERLOCK RULES

Forensic Sciences Chapter ALABAMA DEPARTMENT OF FORENSIC SCIENCES ADMINISTRATIVE CODE CHAPTER IGNITION INTERLOCK RULES Forensic Sciences Chapter 370-3-1 ALABAMA DEPARTMENT OF FORENSIC SCIENCES ADMINISTRATIVE CODE CHAPTER 370-3-1 IGNITION INTERLOCK RULES TABLE OF CONTENTS 370-3-1-.01 Ignition Interlock Rules 370-3-1-.01

More information

ADDENDUM 02. To All Bidders:

ADDENDUM 02. To All Bidders: ADDENDUM 02 Project: 2017 Water Truck Request for Tender Addendum: A-02 Location: 117 7 Avenue SE, Drumheller, Alberta Date: October 11, 2017 To All Bidders: 1. General 1.1. This addendum shall be read

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

CITY OF DIXON, CALIFORNIA CITY ENGINEER / PUBLIC WORKS DEPARTMENT, WASTEWATER DIVISION SOLANO COUNTY, CALIFORNIA BID SPECIFICATIONS

CITY OF DIXON, CALIFORNIA CITY ENGINEER / PUBLIC WORKS DEPARTMENT, WASTEWATER DIVISION SOLANO COUNTY, CALIFORNIA BID SPECIFICATIONS CITY OF DIXON, CALIFORNIA CITY ENGINEER / PUBLIC WORKS DEPARTMENT, WASTEWATER DIVISION SOLANO COUNTY, CALIFORNIA BID SPECIFICATIONS FOR THE PURCHASE OF ONE (1) NEW 2016, 5,000 LB. CAPACITY LPG PNEUMATIC

More information

City of Pigeon Forge Fire Department Tony L. Watson, Chief

City of Pigeon Forge Fire Department Tony L. Watson, Chief Notice of Bid The City of Pigeon Forge is requesting bids from qualified vendors on a Heavy Vehicle Rescue Strut System for the City of Pigeon Forge. Bid specifications are enclosed or may be obtained

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

THE 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 # 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 information

INDUSTRIAL HAUL AGREEMENT

INDUSTRIAL HAUL AGREEMENT INDUSTRIAL HAUL AGREEMENT PUBLIC WORKS MEMORANDUM OF AGREEMENT entered into this day of, A.D., 20(yr). BETWEEN: PARKLAND COUNTY a County incorporated under the laws of the Province of Alberta, (hereinafter

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

DEPARTMENT 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 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 information

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

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

More information

SANTA CLARA CITY RENEWABLE NET METERING & INTERCONNECTION AGREEMENT

SANTA CLARA CITY RENEWABLE NET METERING & INTERCONNECTION AGREEMENT SANTA CLARA CITY RENEWABLE NET METERING & INTERCONNECTION AGREEMENT This Net Metering and Interconnection Agreement ( Agreement ) is made and entered into as of this day of, 2018, by the City of Santa

More information