METRO,...,. AMENDMENT- INVITATION FOR BID (IFB) Project No. Date Amendment Issued. Issued By

Size: px
Start display at page:

Download "METRO,...,. AMENDMENT- INVITATION FOR BID (IFB) Project No. Date Amendment Issued. Issued By"

Transcription

1 Rev METRO,...,. AMENDMENT- INVITATION FOR BID (IFB) Amendment No. 1 IFB No Project No. Date Amendment Issued COMPANY NAME AND ADDRESS (To be completed by Bidder) The hour and date specified for receipt of Bids is: [ x ] Not extended [ ] Extended to at _ Date Time The IFB is amended as follows: Issued By 3/8/18 METROPOLITAN TRANSIT AUTHORITY Procurement Division 1900 Main Street Houston, Texas P. O. Box Houston, Texas THIS AMENDMENT: 1. Updates specifications for the MEDIUM DUîY ENCLOSED CARGO TRUCK - Exhibit A (updates are bolded and italicized) 2. Separates out POLICE MOTORCYCLE LIGHTING SPECIFICATION from the Police Motorcycles specification in Exhibit A (4) Except as provided herein, all instructions and provisions of the IFB, as heretofore changed, remain unchanged and in full force and effect. Bidders must acknowledge receipt of this amendment prior to the hour and date specified for bid opening, by one of the following methods: (1) By acknowledging receipt of this amendment on the Bid Form; (2) By signing and returning one [1] copy of this amendment with your Bid; or (3) By separate letter or fax which includes a reference to the IFB and amendment number(s). FAILURE OF YOUR ACKNOWLEDGEMENT TO BE RECEIVED AT THE PROCUREMENT OFFICE PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR BID. If, by virtue of this amendment you desire to change your bid already submitted, such change may be made by fax or letter, provided such fax or letter makes reference to the IFB and this amendment, and is received prior to the opening hour and date specified. BY NAME: SIGNATURE: TITLE: BIDDER (Authorized Representative) _ BY NAME: METROPOLITAN TRANSIT AUTHORITY (Authorized Representative) DATE: _ TITLE: _Senior Contract Administrator

2 Amendment 1 IFS SPECIFICATION MEDIUM DUTY ENCLOSED CARGO TRUCK 1.0 GENERAL: This Specification covers the requirements for a new and ready for service 2018 Medium Duty Enclosed Cargo Truck to be used by the Metropolitan Transit Authority of Harris County Texas (METRO), in its Support Vehicle Fleet. 1.1 The vehicle shall be equipped with all Original Equipment Manufacturer's (OEM) published standard and safety items not specifically deleted or replaced by options in this specification. 1.2 The contractor shall furnish METRO confirmation of acceptance of the order by the OEM within thirty (30) calendar days from the date of receipt of executed contract or notice of award. The confirmation shall include the basic vehicle ordered and all components required in this specification plus projected build and delivery dates. 1.3 All components required in this specification must be installed by the vehicle OEM at the point of origin (factory) unless approved by METRO prior to order being placed with the OEM by the contractor. 2.0 REQUIREMENTS: This specification details the specific requirements for a medium duty enclosed bed truck, with a minimum total cargo capacity of 15,000 LBS (pounds). The overall GVWR of the vehicle will be determined by the chassis manufacturer. 2.1 Air Conditioning: The vehicle shall be air conditioned by the original equipment manufacturer and shall be delivered with R 134a refrigerant. 2.2 Engine: The vehicle shall be powered by a six (6) cylinder diesel engine (minimum) with turbocharger and heavy-duty oil cooler. The vehicle shall also be equipped with a heavy-duty dry type air cleaner Cooling system - the vehicle shall have the OEMs maximum capacity cooling system and coolant recovery tank that is designed to operate with the engine, transmission, and air conditioning system supplied with the vehicle An electronic engine shutdown device and alarm with automatic override shall monitor oil pressure, water level, water temperature, transmission fluid level and transmission oil temperature. The device shall provide audible and visual alarms when low oil pressure, high coolant temperature or low coolant level conditions become harmful to the engine or it's components, and shall provide engine shutdown in the event these conditions become critical. The shutdown system shall also provide the same protection to the transmission by monitoring the fluid temperature and level and shutting the

3 engine down when conditions become harmful to the transmission. An automatic override feature shall be included to allow the engine to be restarted immediately and run for seconds after shutdown has occurred. instrument panel. The visual and audible components of the device shall be installed in the 2.3 Electrical: Required electrical components are as follows: Alternator - 12 volt alternator shall be rated at 130 amps with integral electronic voltage regulator Batteries - shall be two (2) batteries, with each battery rated at 625 cold cranking amp (CCA), minimum, connected in parallel for 12-volt operation. 2.4 Transmission: The vehicle shall be equipped with a five speed automatic transmission or METRO approved equivalent. The transmission shall be matched to the diesel engine by the OEM. The vehicle shall be capable of maintaining 70-MPH highway speed when empty. 2.5 Cab Interior: All wiring and looms shall be anchored with clamps. The cab interior shall include, but not be limited to, the following Lights - the vehicle shall have courtesy lights mounted under the dash to illuminate the entire open floor area when the doors are opened. The vehicle shall also be equipped with a dome light, map reading lights and engine compartment light Gauges and warning lights - oil pressure, voltmeter or ammeter, coolant temperature, fuel, air pressure and speedometer gauges shall be installed in the instrument panel of the vehicle. All gauges shall be backlit. The vehicle shall also be equipped with warning lights to monitor high engine temperature, low engine oil pressure, parking brake and low air pressure. The low air pressure light shall come with a buzzer or bell set to annunciate when air pressure falls below 60 PSI Windshield wiper - two (2) speed electric with washer and intermittent feature Radio - AM-FM with clock Floors - floor covering shall be fully insulated durable rubber. The vehicle shall also include rubber floor mats, color matched to the floor covering Color - the interior shall be OEM standard Seat - heavy-duty vinyl bench, seat color matched to vehicle interior Horn - dual electric.

4 2.5.9 Mirror - windshield mounted day/night (day/night mirror may be installed locally by the Contractor) Vehicle Exterior: The vehicle shall have four (4) sets of keys for all locks and the ignition. The vendor shall provide a written summary of ignition and door key codes when the vehicle is delivered Paint - The exterior cab of the vehicle shall be covered with OEM White. The body shall be covered with black high gloss or METRO approved equivalent. The paint shall be applied smoothly and evenly with the finished surface free of dirt, imperfections. runs, orange peel, and other Fuel tank shall be either single or double tank with a minimum ca pacity of forty five (45) gallons Glass shall be single density, all windows tinted Mirrors shall be adjustable "west coast" type on both sides Backup alarm - an electrica l/mechanica l audible backup alarm shall be mounted on the rear axle of the vehicle. The alarm shall have a sound loud enough to be heard over the normal operating noises of the vehicle. The alarm shall sound any time the gearshift lever is placed in the reverse position Grab handles shall be located on both sides of the cab Chassis: The truck shall be equipped w ith the following chassis and suspension items: Brakes shall be full air, front and rear disc. All brake system components must comply with FMVSS Air dryer shall have an integral moisture ejector and shall be installed by the O.E. M The vehicle shall have a rear spring type suspension Shock absorbers shall be heavy duty, front and rear W heelbase shall be 200 inches (m inimum), with a 130 inch Cab to Ax le (CA), minimum. The final dimensions of the wheelbase and the ca b to axle shall be determined by the body component installers and approved by the Project Manager Total cargo capacity of 15,000 LBS (pounds). The overall GVWR of the vehicle will be determined by the chassis manufacturer Tires - the vehicle shall have seven (7) tires including the spare. They shall be rated at 11 X (minimum).

5 2.7.8 Wheels/Rims - the truck shall have seven (7) wheels with ten (1 O) hole disc rims and 22.5 inch wheels supplied with the vehicle. The spare tire and wheel shall be mounted and stored in an area of the vehicle designated by the OEM. The vehicle shall have dual rear wheels and they shall be interchangeable with the front. 3.0 Fully Enclosed Cargo Body The overall dimensions of the Enclosed Cargo Body of the truck shall be 240 inches long, 102 inches wide and 96 inches high. The floor shall be minimum 1/4" steel treadplate 3.1 Cargo Body Door - the cargo body door shall be an roll up overhead door with securing latches and hasps for pad locks. 3.2 Cargo Body Lighting - the interior of the body shall have LED strip type lighting mounted to the cargo area celling centerline of the vehicle. The cargo body interior light circuit shall be activated by a relay powered from the accessory terminal of the ignition switch. The light switch shall be mounted on the curb side wall four inches inside the back door in an area accessible from the ground. Cargo Restraint System - the cargo body shall have two (2) rows of horizontal E-tract cargo restraint devices mounted on the interior walls. The devices shall be spaced so that the cargo can be secured in two (2) positions. The cargo restraint system shall come with three (3) aluminum shoring beams designed for a 102" cargo body bars that may be fastened to the E-tracts on both side walls and prevent the forward and rearward movement of the mobile safes while the vehicle is in motion. The system shall also be supplied with ten (1 O) 2 inch wide ratchet straps that are 12 feet long with E-track connectors for securing cargo in the body of the vehicle. 3.3 Rail Lift - the vehicle shall come equipped with a 72" x 80" platform and a 15" extension ramp or METRO approved equivalent. The lift shall be designed for a 102" wide cargo body and shall come equipped with an auxiliary hand pump for moving the lift in the event of an electrical failure. The lift shall also be designed with dual/split cart stops to prevent the cargo from falling from the device while loading. Bottom stops shall be supplied with the unit to prevent damage while the lift is lowered for docking during the loading and unloading operation. The lift shall have a minimum lifting capacity of 3,000 LBS (pounds).

6 4.0 DOCUMENTATION: The contractor shall furnish four (4) complete sets of service manuals for the vehicle. Each set shall include operations manuals, maintenance manuals, component repair manuals, parts manuals and electrica l schematics. The package shall also include four (4) emission manuals and all other manuals or documents not mentioned but specifically related to the maintenance, upkeep and servicinq of the vehicle. 5.0 WARRANTY : 5.1 The vehicle shall be covered with the manufacturer's minimum warranty for three (3) years or 36,000 miles. The warranty shall be bumper to bumper with no deductible ACCEPTANCE: The vehicle shall be ready for service when delivered to METRO. (MSO) shall be delivered with the vehicle. The Manufacturer's Statement of Origin 6.2 The METRO Superintendent of Support Vehicle Maintenance or his designated representative shall perform initial inspection and acceptance. Inspections shall be performed at the Contractor's facility if it is within Harris County, Texas. Contractors without facilities located within Harris County, Texas shall designate and notify METRO in writing upon Contract award of an authorized OEM inspection facility that is located within Harris County, Texas. 6.3 Final acceptance of the vehicles will be by the METRO Project Manager after all terms and conditions of the contract have been met.

7 SPECIFICATION POLICE MOTORCYCLE LIGHTING GENERAL This specification covers the minimum requirements for the Contractor to supply, deliver and install, new and ready for service, Police Lighting. POLICE LIGHTING REQUIREMENTS The Motorcycle police patrol units shall have the following special police emergency light equipment installed: SPECIAL EMENGENCY LIGHTING EQUIPMENT ALL LEDS, LIGHT HEADS AND LIGHT BARS WILL BE TOP TIER OF THE LATEST AND BRIGHTEST LIGHT OUTPUT AVALIBLE AS OF THE TIME OF APPLICTION TO THE MOTORCYCLE. Lights will be operated by 3 switches located on the brake reservoir cap on the front brake. The Headlight wig/wag will be on the switch to the far outside right of the switch bank. All front and front side emergency lights (except the headlight wig/wag) will be on one switch located in the middle of the three switches. All rear and rear side lights will be operated by the far inside left switch. ON FRONT HEADLIGHT: Headlights will have an alternating flash (wig/wag) of the high beam light for emergency use. Headlights will also have an independent low beam cut off switch (this switch can be mounted on the fairing itself.) CENTER BEHIND THE WINDSHIELD: 1 dual light head led light with minimum 6 leds per light head 6 Red 6 Blue light to alternate flashing all red and all blue. UNDER MIRROR: One led light head per side with minimum 2 rows of 6 led lights per side. All red on the left side and all blue on the right side. All leds per side will flash at the same time and alternate with other side. UNDER FAIRING: One led light head per side with minimum 1 row of 6 led lights per side. All red on the left side and all blue on the right side. All leds per side will flash at the same time and alternate with the other side

8 ON THE SIDE: FRONT OF THE OPERATOR: 2 led light heads per side with minimum 1 row of 6 led lights per light head. All red on one led head and all blue on the other. All leds per light head will flash at the same time and alternate with the other light head on the same side next to or above each other. REAR OF THE OPERATOR: Minimum 1 led light head per side with minimum 1 row of 6 led lights per light head. All leds per light head will be red and will flash at the same time and alternate with the other light head on other side behind the operator. TO THE REAR: On top of the highest rear part of the trunk (on the luggage rack) a mini LED light bar with All red on the left side and All blue on the right side. All leds per side will flash at the same time and alternate with the other side. Minimum of 6 leds per side directing light toward the rear. Minimum of 6 leds per side directing light toward the side. Minimum of 6 leds per side directing light toward the front. On the mid level of the rear (below the trunk) facing rear. 1 led light head per side facing to the rear with minimum I row of 6 led light per side. All red on the left side and All blue on the right side. All leds per side will flash at the same time and alternate with the other side facing the rear. On the Lower level of the rear (at or below the rear tail lights). 1 led light head per side facing to the rear with minimum 1 row of 6 led lights per side. All white on the left side and All yellow on the right side. All Leds per side will flash at the same time and alternate with the other side facing the rear. These should be set at a rate that is not the same as the lights above them so there will be a constantly changing pattern of lights to the rear. 3.0 EMERGENCY SIREN SPECIFICATIONS 2014 MOTORCYCLES SIREN: One 100-watt siren driver and 100-watt speaker. Siren Speaker will be mounted, on the right side of the Motorcycle off the crash bar. Mounts will be secure and in a manner that will protect the speaker and bell from damage, in a minor tip over of the motorcycle. Siren will be operated by three (3) switches located on the Clutch reservoir cap. A Switch will be designated for each siren function as follows, first switch Yelp, second switch Wail, third switch Phaser. Additional thumb press button (Momentary) will be installed on left handle bar to be operated by left thumb, which will activate the Yelp this will allow the operator to bump the siren without releasing their grip on the handle bar. NOTE: A Siren horn override will be connected to the factory horn button and will operated regardless if the siren function is in

9 Amendment 1 IFB operation. To reduce the amount of connections located on the battery a heavy gauge wire should be run from the battery to a distribution center located in the trunk of the motorcycle with an emergency cut off switch or battery buddy style cut off to save the battery from electrical drain during storage. All lights and sirens and extra equipment shall be connected at this point, extra mount points will be available for radar hook up and for personal equipment such as heated clothing for the riders. Accessory Plug kit to run radars unit, and Pulsating brake light controller. The contractor will be required to remove all radio and communications equipment from motorcycles that will be retired and will install the same equipment on the new motorcycle. 4.0 SERVICE PARTS 4.1 The contractor shall maintain an OEM recognized and authorized full-service facility with adequate stock of all regular and special parts in the Houston area. 5.0 DOCUMENTATION 5.1 The Contractor shall furnish two (1) complete sets of service manuals for the motorcycles. The service manual shall be in CD/DVD format. Each set shall include operations manuals, maintenance manuals, component repair manuals, parts manuals, and electrical schematics. The package shall also include a recommended spare parts list and all other manuals or documents not mentioned but specifically related to the maintenance, up keep and service of the motorcycles INSPECTION METRO shall inspect the vehicles for completeness, condition and conformity with the Contractor. The Contractor may have a representative present during inspections. METRO shall have sole authority to determine the completeness, condition, and conformity of the vehicles. 6.2 If any vehicle is found to be inferior to the quality called for in the Contract or deficient in measurements, workmanship, or otherwise, the METRO Project Manager or his duly authorized representative shall have the right to reject the police motorcycle. The rejected motorcycle shall be immediately corrected to conform to the specifications in the Contract. The right of METRO to reject nonconforming vehicles shall be cumulative of METRO's other remedies. 6.3 Inspection will be performed by METRO's Project Manager at Contractor's facility prior to delivery of the vehicle. 7.0 WARRANTY The Contractor shall provide METRO with a minimum of a three (3) year 60,000-mile factory warranty for the police motorcycles.

10 SPECIFICATION MEDIUM DUTY ENCLOSED CARGO TRUCK 1.0 GENERAL: This Specification covers the requirements for a new and ready for service 2018 Medium Duty Enclosed Cargo Truck to be used by the Metropolitan Transit Authority of Harris County Texas (METRO), in its Support Vehicle Fleet. 1.1 The vehicle shall be equipped with all Original Equipment Manufacturer's (OEM) published standard and safety items not specifically deleted or replaced by options in this specification. 1.2 The contractor shall furnish METRO confirmation of acceptance of the order by the OEM within thirty (30) calendar days from the date of receipt of executed contract or notice of award. The confirmation shall include the basic vehicle ordered and all components required in this specification plus projected build and delivery dates. 1.3 All components required in this specification must be installed by the vehicle OEM at the point of origin (factory) unless approved by METRO prior to order being placed with the OEM by the contractor. 2.0 REQUIREMENTS: This specification details the specific requirements for a medium duty enclosed bed truck, with a minimum total cargo capacity of 15,000 LBS (pounds). The overall GVWR of the vehicle will be determined by the chassis manufacturer. 2.1 Air Conditioning: The vehicle shall be air conditioned by the original equipment manufacturer and shall be delivered with R 134a refrigerant. 2.2 Engine: The vehicle shall be powered by a six (6) cylinder diesel engine (minimum) with turbocharger and heavy-duty oil cooler. The vehicle shall also be equipped with a heavy-duty dry type air cleaner Cooling system - the vehicle shall have the OEMs maximum capacity cooling system and coolant recovery tank that is designed to operate with the engine, transmission, and air conditioning system supplied with the vehicle An electronic engine shutdown device and alarm with automatic override shall monitor oil pressure, water level, water temperature, transmission fluid level and transmission oil temperature. The device shall provide audible and visual alarms when low oil pressure, high coolant temperature or low coolant level conditions become harmful to the engine or it's components, and shall provide engine shutdown in the event these conditions become critical. The shutdown system shall also provide the same protection to the transmission by monitoring the fluid temperature and level and shutting the

11 engine down when conditions become harmful to the transmission. An automatic override feature shall be included to allow the engine to be restarted immediately and run for seconds after shutdown has occurred. The visual and audible components of the device shall be installed in the instrument panel. 2.3 Electrica l: Required electrica l components are as follows: Alternator - 12 volt alternator shall be rated at 130 amps with integral electronic voltage regulator Batteries - shall be two (2) batteries, with each battery rated at 625 cold cranking amp (CCA), minimum, connected in parallel for 12-volt operation. 2.4 Transmission: The vehicle shall be equipped with a five speed automatic transmission or METRO approved equivalent. The transmission shall be matched to the diesel engine by the OEM. The vehicle shall be capable of maintaining 70-MPH highway speed when empty. 2.5 Cab Interior: All wiring and looms shall be anchored with clamps. The cab interior shall include, but not be limited to, the following Lights - the vehicle shall have courtesy lights mounted under the dash to illuminate the entire open floor area when the doors are opened. The vehicle shall also be equipped with a dome light, map reading lights and engine compartment light Gauges and warning lights - oil pressure, voltmeter or ammeter, coolant temperature, fuel, air pressure and speedometer gauges shall be installed in the instrument panel of the vehicle. All gauges shall be backlit. The vehicle shall also be equipped with warning lights to monitor high engine temperature, low engine oil pressure, parking brake and low air pressure. The low air pressure light shall come with a buzzer or bell set to annunciate when air pressure falls below 60 PSI Windshield wiper - two (2) speed electric w ith washer and intermittent feature Radio - AM-FM with clock Floors - floor covering shall be fully insulated durable rubber. The vehicle shall also include rubber floor mats, color matched to the floor covering Color - the interior shall be OEM standard Seat- heavy-duty vinyl bench, seat color matched to vehicle interior Horn - dual electric.

12 2.5.9 Mirror - windshield mounted day/night (day/night mirror may be installed loca lly by the Contractor) Vehicle Exterior: The vehicle shall have four (4) sets of keys for all locks and the ignition. The vendor shall provide a written summary of ignition and door key codes when the vehicle is delivered Paint - The exterior cab of the vehicle shall be covered with OEM White. The body shall be covered with black high gloss or METRO approved equivalent. The paint shall be applied smoothly and evenly with the finished surface free of dirt, imperfections. runs, orange peel, and other Fuel tank shall be either single or double tank with a minimum capacity of forty five (45) gallons Glass shall be single density, all windows tinted Mirrors shall be adjustable "west coast" type on both sides Backup alarm - an electrica l/mechanica l audible backup alarm shall be mounted on the rear axle of the vehicle. The alarm shall have a sound loud enough to be heard over the normal operating noises of the vehicle. The alarm shall sound any time the gearshift lever is placed in the reverse position Grab handles shall be located on both sides of the cab. 2.7 Chassis: The truck shall be equipped with the following chassis and suspension items: Brakes shall be full air, front and rear disc. All brake system components must comply with FMVSS Air dryer shall have an integral moisture ejector and shall be installed by the O.E. M The vehicle shall have a rear spring type suspension Shock absorbers shall be heavy duty, front and rear W heelbase shall be 200 inches (m inimum), with a 130 inch Cab to Ax le (CA), minimum. The final dimensions of the wheelbase and the ca b to axle shall be determined by the body component installers and approved by the Project Manager Total cargo capacity of 15,000 LBS (pounds). The overall GVWR of the vehicle will be determined by the chassis manufacturer Tires - the vehicle shall have seven (7) tires including the spare. They shall be rated at 11 X (minimum).

13 Amendment 1 IFB Wheels/Rims - the truck shall have seven (7) wheels with ten (1 O) hole disc rims and 22.5 inch wheels supplied with the vehicle. The spare tire and wheel shall be mounted and stored in an area of the vehicle designated by the OEM. The vehicle shall have dual rear wheels and they shall be interchangeable with the front. 3.0 Fully Enclosed Cargo Body The overall dimensions of the Enclosed Cargo Body of the truck shall be 240 inches long, 102 inches wide and 96 inches high. The floor shall be minimum 1 /4" steel treadplate 3.1 Cargo Body Door - the cargo body door shall be an roll up overhead door with securing latches and hasps for pad locks. 3.2 Cargo Body Lighting - the interior of the body shall have LED strip type lighting mounted to the cargo area celling centerline of the vehicle. The cargo body interior light circuit shall be activated by a relay powered from the accessory terminal of the ignition switch. The light switch shall be mounted on the curb side wall four inches inside the back door in an area accessible from the ground. Cargo Restraint System - the cargo body shall have two (2) rows of horizontal E-tract cargo restraint devices mounted on the interior walls. The devices shall be spaced so that the cargo can be secured in two (2) positions. The cargo restraint system shall come with three (3) aluminum shoring beams designed for a 102" cargo body bars that may be fastened to the E-tracts on both side walls and prevent the forward and rearward movement of the mobile safes while the vehicle is in motion. The system shall also be supplied with ten (10) 2 inch wide ratchet straps that are 12 feet long with E-track connectors for securing cargo in the body of the vehicle. 3.3 Rail Lift - the vehicle shall come equipped with a 72" x 80" platform and a 15" extension ramp or METRO approved equivalent. The lift shall be designed for a 102" wide cargo body and shall come equipped with an auxiliary hand pump for moving the lift in the event of an electrical failure. The lift shall a/so be designed with dual/split cart stops to prevent the cargo from falling from the device while loading. Bottom stops shall be supplied with the unit to prevent damage while the lift is lowered for docking during the loading and unloading operation. The lift shall have a minimum lifting capacity of 3,000 LBS (pounds).

14 4.0 DOCUMENTATION: The contractor shall furnish four (4) complete sets of service manuals for the vehicle. Each set shall include operations manuals, maintenance manuals, component repair manuals, parts manuals and electrical schematics. The package shall also include four (4) emission manuals and all other manuals or documents not mentioned but specifically related to the maintenance, upkeep and servicing of the vehicle. 5.0 WARRANTY: 5.1 The vehicle shall be covered with the manufacturer's minimum warranty for three (3) years or 36,000 miles. The warranty shall be bumper to bumper with no deductible ACCEPTANCE: The vehicle shall be ready for service when delivered to METRO. The Manufacturer's Statement of Origin (MSO) shall be delivered with the vehicle. 6.2 The METRO Superintendent of Support Vehicle Maintenance or his designated representative shall perform initial inspection and acceptance. Inspections shall be performed at the Contractor's facility if it is within Harris County, Texas. Contractors without facilities located within Harris County, Texas shall designate and notify METRO in writing upon Contract award of an authorized OEM inspection facility that is located within Harris County, Texas. 6.3 Final acceptance of the vehicles will be by the METRO Project Manager after all terms and conditions of the contract have been met.

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

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

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

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

More information

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

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

More information

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

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

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

TECHNICAL SPECIFICATIONS

TECHNICAL SPECIFICATIONS TECHNICAL SPECIFICATIONS GENERAL PURPOSE: The purpose of these specifications is to describe for purchase, a 2018 or newer 10-14 passenger airport shuttle bus with rear mounted handicap lift. This bus

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

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

COUNTY OF MARQUETTE SHERIFF S OFFICE SPECIFICATION # SSV

COUNTY OF MARQUETTE SHERIFF S OFFICE SPECIFICATION # SSV COUNTY OF MARQUETTE SHERIFF S OFFICE SPECIFICATION #2018-11-SSV Specifications for: (1) Chevrolet Tahoe Police (SSV) 5W4, four-door, four wheel drive, full size SUV 2018 CURRENT NEW - STANDARD FACTORY

More information

VEHICLE SPECIFICATIONS Mid-Sized 4 X 4 Sport Utility Vehicle REV 05/16

VEHICLE SPECIFICATIONS Mid-Sized 4 X 4 Sport Utility Vehicle REV 05/16 NOTE: Accepting options to purchase Mid-Size 4 X 4 Sport Utility Vehicle (SUV) with seating arrangements for 7 Ambulatory Passengers. DESCRIPTION: These specifications describe a new Mid-Sized 4 X 4 Sport

More information

TENDER FOR SUPPLY AND DELIVERY OF ONE (1) NEW 2019 or LATER MODEL MINI CARGO VAN (GVW MINIMUM 4700, MAXIMUM 5500)

TENDER FOR SUPPLY AND DELIVERY OF ONE (1) NEW 2019 or LATER MODEL MINI CARGO VAN (GVW MINIMUM 4700, MAXIMUM 5500) TENDER FOR SUPPLY AND DELIVERY OF ONE (1) NEW 2019 or LATER MODEL MINI CARGO VAN (GVW MINIMUM 4700, MAXIMUM 5500) DUE DATE: Friday, March 15, 2019 2:00 p.m. Local Time P a g e 1 Geoff Holman, Director

More 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

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

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

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

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

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

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

COLLEGE COMMUNITY SCHOOL DISTRICT BID SHEET. THREE (3) 78 PASSENGER TRANSIT STYLE SCHOOL BUSES and ONE (1) 65 PASSENGER LIFT BUS

COLLEGE COMMUNITY SCHOOL DISTRICT BID SHEET. THREE (3) 78 PASSENGER TRANSIT STYLE SCHOOL BUSES and ONE (1) 65 PASSENGER LIFT BUS COLLEGE COMMUNITY SCHOOL DISTRICT BID SHEET THREE (3) 78 PASSENGER TRANSIT STYLE SCHOOL BUSES and ONE (1) 65 PASSENGER LIFT BUS Bid #1 Three (3) 2010 (78) Passenger Transit Style School Buses and One (1)

More 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

Paratransit Side Entry Mini Van PCID NO COMMONWEALTH OF PENNSYLVANIA PENNSYLVANIA COMMERCIAL ITEM DESCRIPTION (PCID)

Paratransit Side Entry Mini Van PCID NO COMMONWEALTH OF PENNSYLVANIA PENNSYLVANIA COMMERCIAL ITEM DESCRIPTION (PCID) COMMONWEALTH OF PENNSYLVANIA PENNSYLVANIA COMMERCIAL ITEM DESCRIPTION (PCID) PCID NO. 1144 Eff. December 13, 2016 Paratransit Side Entry Mini Van (Converted Van Type Passenger Vehicle) (Supersedes PCID

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

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

Paratransit Van PCID NO COMMONWEALTH OF PENNSYLVANIA PENNSYLVANIA COMMERCIAL ITEM DESCRIPTION (PCID)

Paratransit Van PCID NO COMMONWEALTH OF PENNSYLVANIA PENNSYLVANIA COMMERCIAL ITEM DESCRIPTION (PCID) COMMONWEALTH OF PENNSYLVANIA PENNSYLVANIA COMMERCIAL ITEM DESCRIPTION (PCID) PCID NO. 1154 Eff. June 8, 2015 Paratransit Van (Converted Van Type Passenger Vehicle) (Supersedes PCID 1154. eff. 19 May 2015)

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

145 HP, FRONT WHEEL ASSIST TRACTOR 3/17/15 Page 1. Mountrail County Road and Bridge SPECIFICATIONS FOR

145 HP, FRONT WHEEL ASSIST TRACTOR 3/17/15 Page 1. Mountrail County Road and Bridge SPECIFICATIONS FOR Page 1 Mountrail County Road and Bridge S FOR Bidder's Instructions: Indicate compliance to the specifications on the YES/NO line by each specification. Indicate any deviations from the specifications

More information

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

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

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

Type 3 Fire Engine Model 346

Type 3 Fire Engine Model 346 Type 3 Fire Engine Model 346 Issue Date: February 2016 Supersedes: February 2014 Type 3 Fire Engine, Model 346 Supersedes February 2014 Page 1 Table of Contents Record of Revisions 3 1 General 4 1.1 General

More 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

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 #01 TYPE I AMBULANCE 2 WHEEL DRIVE 4 WHEEL DRIVE OPTIONAL (DIESEL ENGINE, DUAL REAR WHEEL,

More information

Invitation to Tender. District of Taylor MOTOR GRADER

Invitation to Tender. District of Taylor MOTOR GRADER Invitation to Tender District of Taylor MOTOR GRADER Sealed tenders clearly marked Motor Grader will be received by the District of Taylor up to 2:00 pm, local time Wednesday, September 17, 2014 at Council

More 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

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

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

INVITATION FOR BID BID NO FOR: 2014/15 LIGHT DUTY TRUCKS AND VANS COMMODITY CODE:

INVITATION FOR BID BID NO FOR: 2014/15 LIGHT DUTY TRUCKS AND VANS COMMODITY CODE: Mark A. Cowart Chief Information Officer 2222 M Street Merced, CA 95340 (209) 385-7331 (209) 725-3535 Fax www.co.merced.ca.us Equal Opportunity Employer Issue Date: April 16, 2014 THE COUNTY OF MERCED

More information

2018 Chevrolet Tahoe Police Patrol Package Contract #147

2018 Chevrolet Tahoe Police Patrol Package Contract #147 2018 Chevrolet Tahoe Police Patrol Package Contract #147 Currie Motors Fleet Nice People to Do Business With Your Full-Line Municipal Dealer www.curriefleet.com ORDER CUTOFF: March 2018 Currie Motors Chevrolet

More information

2019 Chevrolet Tahoe Police Patrol Package Contract #185

2019 Chevrolet Tahoe Police Patrol Package Contract #185 2019 Chevrolet Tahoe Police Patrol Package Contract #185 Currie Motors Chevrolet Nice People to Do Business With Your Full-Line Municipal Dealer ORDER CUTOFF: March 2019 Currie Motors Chevrolet SPC Contract

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

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

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

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

BID SPECIFICATIONS FOR HEAVY DUTY DUMP TRUCK CHASSIS - OPTION A 2015 MACK GU 713 $110, (INCLUDING OPTION) TIER 3

BID SPECIFICATIONS FOR HEAVY DUTY DUMP TRUCK CHASSIS - OPTION A 2015 MACK GU 713 $110, (INCLUDING OPTION) TIER 3 BID SPECIFICATIONS FOR HEAVY DUTY DUMP TRUCK CHASSIS - OPTION A 2015 MACK GU 713 $110,599.00 (INCLUDING OPTION) TIER 3 GENERAL These specifications shall be construed as the minimum acceptable standards

More 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

The self-propelled Chipspreader shall be designed and constructed to apply a uniformly distributed application of cover and seal coat aggregates.

The self-propelled Chipspreader shall be designed and constructed to apply a uniformly distributed application of cover and seal coat aggregates. SCH-202-13 SPECIFICATIONS for Hydrostatically Driven Front Wheel Drive Self-Propelled ChipSpreader It is the intent of these specifications to describe a hydrostatically driven, self-propelled Chipspreader

More information

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

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

More information

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

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

BID SPECIFICATIONS FOR 16 STEEL DUMP BODY OPTION C (AUTOMATIC TRANSMISSION) WARREN WXL-16 $17, (INCLUDING OPTIONS)

BID SPECIFICATIONS FOR 16 STEEL DUMP BODY OPTION C (AUTOMATIC TRANSMISSION) WARREN WXL-16 $17, (INCLUDING OPTIONS) BID SPECIFICATIONS FOR 16 STEEL DUMP BODY OPTION C (AUTOMATIC TRANSMISSION) WARREN WXL-16 $17,836.00 (INCLUDING OPTIONS) GENERAL These specifications shall be construed as the minimum acceptable standards

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

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

BID PACKAGE (2)NEW 2018 SELF-PROPELLED BROOMS

BID PACKAGE (2)NEW 2018 SELF-PROPELLED BROOMS Bannock County Public Works 5500 south fifth Pocatello, Idaho 83204 Ph. (208) 233-9591 BID PACKAGE (2)NEW 2018 SELF-PROPELLED BROOMS The undersigned hereby agrees and proposes to furnish two (2) new 2018

More information

One (1) Current Model Year Cab/Chassis with Chipper Body and Articulating Crane Mounted Bid No Notice to Bidders

One (1) Current Model Year Cab/Chassis with Chipper Body and Articulating Crane Mounted Bid No Notice to Bidders CITY OF SAN LEANDRO INVITATION FOR BIDS SUBMIT BID TO: City of San Leandro Purchasing Department 835 East 14th Street San Leandro, CA 94577 FOR FURTHER INFORMATION CONTACT: Julie Jenkins Purchasing Agent

More 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

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

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

Vehicle Information SELECTED MODEL

Vehicle Information SELECTED MODEL Vehicle Information SELECTED MODEL Code Description SELECTED VEHICLE COLORS SELECTED OPTIONS Code Description OEM's standard equipment, options, components, and features for delivery and use within the

More information

Bartlesville Police Department CITY OF BARTLESVILLE, OKLAHOMA BID SPECIFICATIONS FOR Police Pursuit SUV Bid#

Bartlesville Police Department CITY OF BARTLESVILLE, OKLAHOMA BID SPECIFICATIONS FOR Police Pursuit SUV Bid# Bartlesville Police Department CITY OF BARTLESVILLE, OKLAHOMA BID SPECIFICATIONS FOR Police Pursuit SUV Bid# 2018-2019-010 GENERAL: The City of Bartlesville will purchase up to four (4), new, police pursuit

More 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

NELSON COUNTY FISCAL COURT

NELSON COUNTY FISCAL COURT NELSON COUNTY FISCAL COURT Specifications/Bid Forms FOR 25 CUBIC YARD REAR PACKER,REAR EJECTION, GARBAGE TRUCK DATE: 08/2017 ADVERTISEMENT FOR BIDS The Nelson County Fiscal Court will accept sealed bids

More 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

ISUZU N-SERIES (REG CAB) DIESEL CAB/CHASSIS SPECS NPR-HD (14,500# GVWR)

ISUZU N-SERIES (REG CAB) DIESEL CAB/CHASSIS SPECS NPR-HD (14,500# GVWR) MODEL YEAR 2017 MANUFACTURER ISUZU MODEL NPR-HD (diesel) GVWR 14,500# *Optional Wheelbases WHEELBASE 109.0 132.5 * 150.0 * 176.0 * CA DIMENSION 86.5 110.0 127.5 153.5 BOC DIMENSION 7.7 7.7 10.2 10.2 USABLE

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

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

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

INVITATION TO BID 14 PASSENGER MULTI-FUNCTION BUS ITB

INVITATION TO BID 14 PASSENGER MULTI-FUNCTION BUS ITB INVITATION TO BID 14 PASSENGER MULTI-FUNCTION BUS ITB 18-030 Metro Technology Centers (MTC), District 22 of Oklahoma County, OK, dba Metro Tech, will be accepting sealed bids until, in the Purchasing Department

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

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

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

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

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

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

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 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

Standard features. Standard features of the Unimog U500 NA 2005 model

Standard features. Standard features of the Unimog U500 NA 2005 model of the Unimog U500 NA 2005 model Engine: - MB 906 diesel engine; 260 hp at 2,200 rpm, torque 700 ft-lbs, max. rpm: 2,500 - Mercedes-Benz 6-cylinder diesel engine water cooled, turbo charger and intercooler

More 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

Truck Specs. Sabre 9 Off-Highway GCWR: 242,000. CapacityTrucks.com

Truck Specs. Sabre 9 Off-Highway GCWR: 242,000. CapacityTrucks.com Truck Specs Sabre 9 Off-Highway GCWR: 242,000 CapacityTrucks.com Sabre 9 / Off-Highway - Base Model Base Model Sabre 9 / Off-Highway Basic Overview GCWR: 242,000 Basic Overview Axle: 4x2 Basic Overview

More information

ISUZU NPR-HD REG CAB CAB & CHASSIS SPECS 14,500# GVWR DSL

ISUZU NPR-HD REG CAB CAB & CHASSIS SPECS 14,500# GVWR DSL MODEL YEAR 2014 MANUFACTURER ISUZU MODEL NPR-HD DSL GVWR 14,500# *Optional Wheelbases WHEELBASE 109.0 132.5 * 150.0 * 176.0 * CA DIMENSION 86.5 110.0 127.5 153.5 BOC DIMENSION 7.7 7.7 10.2 10.2 USABLE

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

HEAVY DUTY TRUCKS. Business Rack Clock Digital $

HEAVY DUTY TRUCKS. Business Rack Clock Digital $ IFB No. 2016-002 for 2017 Vehicles Group I Dealer Name: Date: Minimum Specifications for ALL Heavy Duty Trucks are as Follows: Driver Air bag, Arm Rests - All Doors, Factory Air Conditioning, Factory Auxiliary

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

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

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

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

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

More information

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

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

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

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

More information

ZAXIS DASH-5 Ultrashort-CLASS EXCAVATORS ZX245LC kw (159 hp)

ZAXIS DASH-5 Ultrashort-CLASS EXCAVATORS ZX245LC kw (159 hp) ZAXIS DASH-5 Ultrashort-CLASS EXCAVATORS ZX245LC-5 119 kw (159 hp) ZX245LC-5 ZAXIS DASH-5 Ultrashort-CLASS EXCAVATORS Engine ZX245LC-5 Manufacturer and Model Isuzu 4HK1 Non-Road Emissions Standard EPA

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

BID SPECIFICATIONS PURCHASE 4-WHEEL DRIVE PICKUP TRUCK WITH PLOW

BID SPECIFICATIONS PURCHASE 4-WHEEL DRIVE PICKUP TRUCK WITH PLOW BID SPECIFICATIONS PURCHASE 4-WHEEL DRIVE PICKUP TRUCK WITH PLOW The County of Hancock, Maine is seeking bids for the purchase of one (1) 2019 model year 3/4 ton regular Cab with 8 utility body, 4-wheel

More information

IC-20-G. Engineering Spec. View thousands of Crane Specifications on FreeCraneSpecs.com. Page 1 of 7 Date: June 2006

IC-20-G. Engineering Spec. View thousands of Crane Specifications on FreeCraneSpecs.com. Page 1 of 7 Date: June 2006 Engineering Spec IC-20-G Page 1 of 7 Replaces: Form BD104G Dated: May 2004 The IC-20-1G is a self-propelled industrial crane designed for in-plant lifting and material handling applications. It is powered

More information

2017 Chevrolet Truck 4500 LCF Gas STANDARD EQUIPMENT

2017 Chevrolet Truck 4500 LCF Gas STANDARD EQUIPMENT 2017 Chevrolet Truck 4500 LCF Gas STANDARD EQUIPMENT S = Standard Equipment A = Available -- (dashes) = Not Available D = ADI Available = Included in Equipment Group = Included in Equipment Group but upgradeable

More information

Operator s Manual. for 85 AERIAL LADDER FIRE FIGHTING TRUCK NSN HEADQUARTERSP DEPARTMENT OF THE ARMY 3 NOVEMBER 1986

Operator s Manual. for 85 AERIAL LADDER FIRE FIGHTING TRUCK NSN HEADQUARTERSP DEPARTMENT OF THE ARMY 3 NOVEMBER 1986 TM 5-4210-227-10 Operator s Manual for 85 AERIAL LADDER FIRE FIGHTING TRUCK NSN 4210-00-965-1254 HEADQUARTERSP DEPARTMENT OF THE ARMY 3 NOVEMBER 1986 TM 5-4210-227-10 COMPLETE MANUAL TABLE OF CONTENTS

More information

COORDINATED GRANT COMPETITION: PROJECT SPONSOR FOLLOW-UP QUESTIONS

COORDINATED GRANT COMPETITION: PROJECT SPONSOR FOLLOW-UP QUESTIONS 2016-2017 COORDINATED GRANT COMPETITION: PROJECT SPONSOR FOLLOW-UP QUESTIONS AGENCY: Senior Services of Snohomish County PROJECT: TAP Capital Vehicle Purchase Question #1: The same package of funding letters

More information