TENDER NO TWO (2) 2016 MODEL REFUSE TRANSFER TRAILERS C/W TOP OPENING DOOR AND AUXILIARY GASOLINE ENGINE

Size: px
Start display at page:

Download "TENDER NO TWO (2) 2016 MODEL REFUSE TRANSFER TRAILERS C/W TOP OPENING DOOR AND AUXILIARY GASOLINE ENGINE"

Transcription

1 C/W TOP OPENING DOOR AND AUXILIARY GASOLINE ENGINE Closing: 2:00 p.m. local time, Tuesday August 16, TENDER SUBMITTED BY:

2 2 Page FOR C/W TOP OPENING DOOR AND AUXILIARY GASOLINE ENGINE TENDER OF: ADDRESS: Street City/Town Province/State Postal/Zip Code CONTACT NAME: TELEPHONE: FAX #: CELL #: GST REGISTRATION (BN) #: NS REGISTRY OF JOINT STOCKS #: (as applicable) (as applicable) To supply and deliver two (2) 2016 Model Refuse Transfer Trailers in accordance with Specifications annexed hereto. General Instructions: 1. This form must be used for tabulation purposes. Specification sheets form part of tender and must not be removed. These terms and conditions apply to this tender. In instances where the specifications contradict these terms and conditions the specifications shall take precedence. 2. All tenders must be accompanied by manufacturer s literature describing, in detail, the equipment bid upon. A proposed draft shop drawing including both side and rear elevations and dimensions of major components shall accompany the tender. 3. Spare parts lists, shop drawings, operating instructions and an operations and maintenance manual must be supplied with the equipment and will form part of your offer to supply. 4. ONLY FIRM TENDER PRICES WILL BE CONSIDERED. Prices may be quoted in Canadian or U.S. funds and the tenderer shall specify same on this form.

3 3 Page 5. The HRM intends to only contract with responsible bidders who are in the business of providing the goods and/or services bid upon and can provide proof that they can furnish satisfactory performance based on past work experience with the HRM, other companies, or government agencies, and have the financial, managerial, and resource capabilities for the size of project bid upon. Satisfactory performance includes meeting all of the requirements of the various federal and provincial regulations and agencies for completion of work and making payments to subcontractors in a timely basis. The evaluation process may include reference checks, third party credit checks, site visits, and/or your firm may be asked to allow the HRM to complete personal credit and/or criminal record checks if company information is not available or adequate. Bidders found unacceptable during the evaluation process will not be given further consideration. 6. Delivery: Delivery is of the essence in this tender. 7. Contract Administration: Additional information or clarifications of any of the instructions or information contained herein may be obtained from HRM Procurement. Any explanation, regarding the meaning or interpretation of specifications or other Tender Documents, shall be requested in writing with sufficient allowance of time for receipt of reply, before the time of tender closing (requests shall be received not later than six (6) working days before the closing date). Requests for clarification or explanation of the Specifications or of the technical aspects of the Tender Documents shall be made to: Halifax Regional Municipality, Solid Waste Resources, 40 Alderney Dr., Suite 102, Dartmouth, P. O. Box 1749, Halifax, NS, B3J 3A5, phone: (902) , fax: (902) Individual staff may be contacted: Barry Nickerson, P. Eng., Solid Waste Resources, Phone: or nickerb@halifax.ca or Robert Orr, P. Eng., Program Manager, Engineering & Contract Services, Solid Waste Resources, Phone: or orrr@halifax.ca. All questions concerning the procurement process for the tender shall be directed to Gary Carpentier, Senior Procurement Consultant, Phone: or carpeng@halifax.ca, Monday through Friday, 8:30 a.m. to 4:30 p.m. Upon receipt of such request, if considered necessary, explanation or interpretation shall be made in the form of an addendum to the documents and shall be furnished to all tenderers by HRM Procurement and the tenderers shall acknowledge all addenda with their tenders. Oral explanations and interpretations made prior to the tender opening shall not be valid or binding. Any addenda issued prior to the time set for the closure of the Tenders shall form part of the Tender Documents. HRM will assume no responsibility for oral instructions or suggestions. All official correspondence in regard to the tender should be directed to and will be issued by the Manager of Procurement. HRM may, at any time prior to the closing date and time, issue additional information, clarifications or modifications to the Tender Documents by written addenda issued by the Manager of Procurement or his/her designate only. It is the bidder s sole responsibility to ensure they have received all addenda prior to submitting their tender. Bidders are responsible to ensure that they are aware of and have obtained and complied with any addenda issued for this tender by visiting the Nova Scotia Public Tenders website.

4 4 Page 8. Instructions and Forms: Instructions and forms may also be obtained in person or by mail from, Halifax Regional Municipality Procurement Section Suite 103, 1 st Floor, 40 Alderney Dr. (Alderney Gate), Dartmouth Nova Scotia B2Y 2N5 All tenders are to be submitted in sealed, clearly identified plainly marked envelopes. 9. Closing Date: Tenders must be in the Halifax Regional Municipality Customer Service Center, 1 st Floor, 40 Alderney Dr. (Alderney Gate), Dartmouth Nova Scotia B2Y 2N5 before 2:00 p.m. local time, Tuesday August 16, Tenderers must submit their completed tender documents including completed Form of Tender and Specifications and all supporting documentation delivered by hand in sealed envelopes marked Tender #T TWO (2) 2016 Model Refuse Transfer Trailers C/W Top Opening Door And Auxiliary Gasoline Engine. 10. Public Opening of Tenders will be held immediately following the closing of the tendering period, as defined above, in Halifax Regional Municipality Procurement Section Suite 103, 1 st Floor, 40 Alderney Dr. (Alderney Gate), Dartmouth Nova Scotia B2Y 2N Questions: Any questions concerning this Tender will be directed to HRM staff as identified in this document. 12. Inspection: All products supplied as a result of this tender must be of premium quality. The Halifax Regional Municipality reserves the right to inspect any equipment supplied as a result of this tender, either during or after manufacture and delivery, and shall be the sole judge as to whether equipment supplied meets its requirements and Specifications. 13. Rejection of bids: The Halifax Regional Municipality reserves the right to reject any or all bids, or accept any bid or portion thereof. The HRM reserves the right to cancel this quotation in its entirety and shall not be responsible, in any manner for expenses incurred by the contractor for preparing a submission. The HRM may award all or a portion of the work to one or more contractors. Without limiting the generality of any other provision hereof, the HRM reserves the right to reject any bid: i. That contains any irregularity or informality; ii. That is not accompanied by the supporting documents required; iii. That is not properly signed by or on behalf of the bidder; iv. That contains an alteration in the tendered price that is not initialed by or on behalf of the tenderer; v. That is incomplete or ambiguous; or vi. That does not strictly comply with the requirements contained in these instructions. vii. That is missing any pricing of components. viii. Notwithstanding the foregoing, the Halifax Regional Municipality shall be entitled, in its sole discretion, to waive any irregularity, informality, or non-conformance with these instructions in any bid received by HRM. ix. In the event that a number of suppliers submit bids in substantially the same amount, the Owner may, at its discretion, call upon those Tenderers to submit further bids. x. No term or condition shall be implied, based upon any industry or trade practice or custom, any practice or policy of the Owner or otherwise, which are inconsistent or conflicts with the provisions contained in these conditions.

5 5 Page xi. HRM may, in its absolute discretion, reject a Tender submitted by a Tenderer if: i) the Tenderer, or any officer or director of the Tenderer; ii) any related company of the Tenderer through common ownership, control or otherwise; or iii) any intended sub-contractor of the Tenderer, is or has been engaged, either directly or indirectly through another corporation, in a legal action (including arbitration or the service on HRM of formal notice of intent to commence a legal action) against HRM, its elected or appointed officers and employees in relation to: i) any other contract with HRM; or ii) any matter arising from HRM s exercise of its powers, duties, or functions under the Halifax Regional Municipality Charter or another enactment within five years of the date of this Call for Tenders. In determining whether to reject a tender under this clause, HRM will consider whether the litigation is likely to affect the Tenderer's ability to work with HRM, its consultants and representatives and whether HRM s experience with the Tenderer (or any of the individuals or entities referenced above) indicates that HRM is likely to incur increased staff and legal costs in the administration of this contract if it is awarded to the Tenderer. 14. Grounds For Disqualification - The proponent shall direct all questions regarding this tender or the Project to the individuals identified in Clause 7 of this document. Any attempt on the part of the Proponent or any of its employees, agent, contractors or representatives to contact any of the following persons with respect to this tender or the Project may lead to disqualification: (a) Any member of Council; and (b) Any member of HRM staff not mentioned in this document 15. Irrevocable offer: Any tender represents an irrevocable offer and shall be valid for a period of 90 days following closing date for submissions. 16. Canadian funds: Unless otherwise requested by HRM and noted on the tender, prices are to be listed in Canadian dollars. 17. Permits and Taxes: It is the responsibility of the bidder to ensure that tenders, all taxes, permits and other charges required to supply the goods and services are administered. The successful bidder is to comply with all codes, regulations and by-laws and all government and applicable standards pertaining to the work and job site including and not limited to the Nova Scotia Occupational Health and Safety Act and Regulations.

6 6 Page 18. Payment: HRM normal payment terms are thirty (30) days from acceptance that the goods and/or services meet the specifications. Alternative payment schedules may be proposed and are to be shown as an option and list the additional discount to HRM. 19. Patent right and royalties: The successful bidder shall pay all royalties and patent license fees required for the performance of the work. The successful bidder shall hold the HRM harmless from and against claims, demands, losses, costs, damages, action suits or proceedings arising out of the successful bidder s performance on the Contract which are attributable to an infringement or an alleged infringement of a patent of invention by the successful bidder or anyone for whose acts the successful bidder may be liable. 20. Assignment: The successful bidder shall not assign the Contract or portion thereof without the written consent of the owner, which consent shall not be unreasonably withheld. 21. Existing Conditions: Bidders will be deemed to have familiarized themselves with the existing conditions, which may affect the performance of required goods and/or service. No plea of ignorance of such conditions as a result of failure to make all necessary examinations will be accepted as a basis for any claims for extra compensation or an extension of time. Bidders are to ensure that they understand the expected use for the requested product or service and submit their bid accordingly. 22. Substitute: If the supplier is offering an equivalent or substitute product to those specified, the supplier must clearly identify this substitution and supply the manufacturer s name, product number and provide any technical information required so that the Halifax Regional Municipality can judge the acceptability of the substitute. HRM shall be the sole judge of the acceptability of any substitute or proposed equivalent. 23. WHIMS: All controlled products supplied to HRM must have approved WHIMS supplier labels. Material Safety Data Sheets must also be supplied. Failure to comply with this requirement will result in rejection of any shipment, and may result in cancellation of the order and then return of goods to the supplier at the supplier s expense. 24. Verbal Instructions: Any changes to this tender, specifications, terms and conditions shall be stated in writing. Verbal statements made by employees or representatives of HRM, whether or not they appear to have the proper authority shall not be binding on HRM. 25. Invoices: All invoices are to be submitted quoting the Purchase Order number. A purchase order number is required to obtain payment. The HST number (as applicable) must be shown on each invoice. Invoices must include a description of the goods and service provided with corresponding HRM material numbers. Invoices must also clearly indicate list price, discount offered and net price, if applicable. All invoices are to be forwarded to: HALIFAX REGIONAL MUNICIPALITY PO Box 1749 Halifax, NS B3J 3A5 Attn: Accounts Payable

7 7 Page 26. Right to offset: The successful bidder agrees that HRM may apply payments for work completed, services supplied and/or goods supplied, for any amount owing to HRM by the contractor or supplier including any related administration fees. 27. Trade Agreements: One or more of the following trade agreements may apply to this solicitation: 1. Domestic Atlantic Canada Procurement Agreement Agreement on Internal Trade 2. International Canada-U.S. Agreement on Government Procurement Trade Agreements can be viewed on the Province of Nova Scotia Public Tenders website at Performance: The successful bidder agrees that HRM may return the equipment or change components if the equipment cannot meet the project requirements and in part, the proposed materials must meet the expectations as defined in the attached specifications. HRM will be the sole judge of acceptability of performance. 29. Mandatory Requirements: All Prices must be PPD, FOB Destination and exclusive of applicable taxes.

8 8 Page Form of Tender C/W TOP OPENING DOOR AND AUXILIARY GASOLINE ENGINE TENDER OF: ADDRESS: Street City/Town Province/State Postal/Zip Code CONTACT NAME: TELEPHONE: FAX #: CELL #: GST REGISTRATION (BN) #: NS REGISTRY OF JOINT STOCKS #: (as applicable) (as applicable) To supply and deliver two (2) 2016 Model Refuse Transfer Trailers in accordance with Specifications annexed hereto. The Bidder Declares: 1. That this tender was made without collusion or fraud. 2. That the Bid Documents and Addenda No. to inclusive were carefully examined, signed where indicated and have been enclosed with this tender submission. 3. That all the above were taken into consideration in preparation of this Tender.

9 9 Page 4. That the Tenderer has read and agrees to all applicable Standard Terms and Conditions for Goods, Services and Standing Offers as published on the Halifax.ca website. ( The undersigned tenderer has carefully examined the Form of Tender and the Halifax Regional Municipality s Specifications to supply and deliver the equipment listed below and described in the annexed Specifications and will accept, in full payment, the following price upon acceptance of the equipment: Supply of Two (2) 2016 Model Refuse Transfer Trailers c/w Opening Door and Auxiliary Gasoline Engine Note: The Municipality is requesting supply of two (2) trailers with schedule approximately four (4) months apart. A B Total no. item Unit Qty Unit Price-Total before Taxes HST/GST (Indicate): A+B 1 Trailer #1 each 1 2 Trailer #2 each 1 $ $ $ $ $ $ Total of A (two trailers before taxes) 2 $ Total Tender Price (Total of A) $ (Specify Canadian or U.S. funds) MAKE: MODEL: DELIVERY DATE: (Number of calendar days for delivery of the first trailer unit following receipt of the purchase order; the second trailer unit will have delivery approximately four (4) months later.)

10 10 Page This page must be completed, signed and attached to the tender, or your tender will be rejected. Signature: Name/Title: Date: End of Form of Tender

11 11 Page Supplementary General Conditions 1. Your tender submission must be accompanied by a bid/performance security in the amount of $2,000 (certified cheque only) made payable to the Halifax Regional Municipality. The $2,000 certified cheque will be held until the initial refuse trailer is delivered to HRM and accepted by HRM s Solid Waste Resources staff. The certified cheque of all unsuccessful bidders will be returned within ten (10) working days from award of tender. 2. Delivery: Delivery is of the essence in this tender. A delivery date must be guaranteed from date of award (receipt of purchase order). Tenders must include handling, freight, duty, taxes, delivery, rates and charges which are applicable at time tender is awarded. It is the responsibility of the tenderer to find out from the appropriate authorities what freight, duty, taxes, delivery, rates and charges are applicable to the equipment described in this tender. The Halifax Regional Municipality (HRM) reserves the right to cancel this order without penalty if the guaranteed delivery date is not achieved. Sales taxes are to be shown separately on the form where indicated. 3. Tender price shall be F.O.B. 11 Turner Drive, Dartmouth, Nova Scotia, Canada. 4. Insurance is the responsibility of the tenderer/manufacturer until delivery of the trailers to the delivery location (11 Turner Drive, Dartmouth, NS). 5. The tenderer shall provide for temporary permit or licence sufficient for transport and/or delivery of the trailers to the delivery location. The tenderer shall also provide all appropriate documents (such as New Vehicle Information Slip, bill of lading, invoice with make/model/year/serial #, Transport Canada Vehicle Import Form, NAFTA form Certificate of Origin, B3 Canada Customs Coding Form, as applicable) sufficient for HRM licencing. 6. Tenderers are responsible for adherence to all Canada Customs and NAFTA rules and regulations. Any and all errors and/or omissions which become apparent which result in penalties to HRM will result in the deduction of the value of those penalties from the tenderers invoice(s), so as the Halifax Regional Municipality may recover such losses. 7. Tenderers must indicate the sales tax - Harmonized Sales Tax (HST) or Goods and Services Tax (GST) as separate components of the Tender Price, as applicable. 8. Any variation from the Specifications shall be noted on this form. 9. The contractor may be required to provide supporting documentation that support personnel are certified. This includes bonded or security clearance of personnel working within the HRM facilities (on-site or remotely) to perform the required services of maintenance and support. 10. Permits and Taxes, Codes and Regulations: The work and manufacture of equipment for this tender shall be performed in accordance with all applicable national, provincial, state, municipal or local codes and regulations. The tenderer shall accept liability for any work required to complete the job or rectify deficiencies in accordance with such codes or regulations and indemnify HRM in

12 12 Page the event of any injury, damage, claim or action, arising from the tenderers failure to comply with such codes and regulations.

13 13 Page SPECIFICATIONS FOR C/W TOP OPENING DOOR AND AUXILIARY GASOLINE ENGINE GENERAL REQUIREMENTS The Halifax Regional Municipality invites tenders for the supply and delivery of two (2) refuse transfer trailers complete with top opening door and auxiliary gasoline engine and all the requirements as defined herein. The equipment offered under this proposal shall be of North American manufacture or assembly and equipment other than new and current year models will not be considered responsive to these Specifications. Equipment sold and serviced by Canadian companies or distributors will be deemed acceptable. The tenderer must be either a manufacturer, a factory branch, or an agent engaged in the business of selling, dealing in and servicing the equipment bid upon and must maintain a full stock of parts and provide service. Proposals will be considered on units other than North American manufacture provided service and parts are available in the local area. Tenderers shall provide the names, addresses and telephone numbers (as references) of three or more companies or agencies using refuse transfer trailer equipment the same or similar to that tendered. Refuse transfer trailer equipment offered for tender or similar refuse transfer trailer equipment shall have been on the market and in service for a period of at least three years. The Halifax Regional Municipality will be the sole judge as to the acceptability of the equipment. Final shop drawings showing details of the trailer design including dimensions and confirmation of component locations will be required of the successful tenderer. The tenderer shall confirm all important dimensions with HRM Solid Waste Resources staff. ALL EQUIPMENT SUPPLIED AGAINST THIS TENDER IS SUBJECT TO INSPECTION AND TESTING UPON RECEIPT AND WILL BE REJECTED AND RETURNED IF REQUIREMENTS AND SPECIFICATIONS ARE NOT MET COMPLETELY. COMPATIBILITY WITH EXISTING EQUIPMENT The equipment tendered shall be compatible with existing equipment of HRM. It shall be capable of connecting to and being operated by the hydraulic system on the HRM s or its contractors highway tractors and shall be capable of connecting to and being loaded by the HRM s transfer packers.

14 14 Page It shall be the responsibility of the tenderer to familiarize himself with the HRM s solid waste operation and its existing equipment. ANY DEVIATIONS FROM SPECIFICATIONS MUST BE NOTED BELOW AND SPECIFIED IN EACH SECTION If no deviations are shown, it will be considered that equipment bid upon meets or exceeds Specifications called for. Any equipment supplied against this tender is subject to inspection and testing upon receipt and will be rejected and returned if Specifications are not met completely. The Specify section is to be completed for all items. GENERAL The trailer shall be complete with all lights, reflectors, mud flaps and appurtenances necessary to meet all highway regulations. The trailer shall have an effective payload capacity of 75 cubic yards. BODY AND DOOR CONSTRUCTION The trailer shall have a hydraulically powered top loading door near the front of the unit. The top opening shall be a minimum of 107 inches long and 85 inches wide. The ejection plate shall be used for packing the load. The tender shall include details of the top loading door. The trailer shall be designed primarily for top loading and rear discharging of refuse. Alternately the unit may occasionally be used for both loading and discharging of refuse from the rear. The trailer shall accommodate loading from a stationary compactor with a packer latch and grab pocket arrangement below the trailer floor. The trailer body shall be of all steel construction. The body shall be reinforced or braced to render it rigid enough to withstand the forces exerted upon it during loading and unloading without the body bowing or bulging. The body shall be constructed from HT100 high tensile steel. The roof and sidewalls shall be minimum #12 gauge and the floor shall be 1/4 inch HT100 plate. The rear 18 feet of the trailer shall have channel reinforcing members at 16 inches center to center as a maximum and be of structurally sound construction. All other rib spacing to be a maximum of 24 inch centres. The floor shall be constructed without a sump or drain.

15 15 Page In its design, consideration should be given to the empty weight of the trailer as maximizing the available load weight is important to HRM. The front of the trailer shall be completely closed in and shall have the necessary mountings for the hydraulic system and auxiliary engine. The hydraulic lines for the top loading door shall be located such that they run along the top of the trailer as much as possible to minimize damage to the lines from roadway salt and debris. The hydraulic lines and system shall be adequately protected from damage through the use of rigid guards or equivalent. An access door shall be provided to allow access to the area between the front of the trailer and the ejector plate. The door shall be of sufficient size to enable easy removal of the hydraulic cylinder and large enough for a person to access to clean the area at the front of the trailer. Also, the trailer shall have a 2 foot by 2 foot access door on the passenger side at the front to allow cleaning behind the ejector plate. The tailgate shall consist of one door hinged on the left side with a minimum of three heavy duty hinges and a minimum three point closure mechanism (latching in three locations) with a heavy duty locking mechanism that will not vibrate open. The handle for the locking mechanism shall be safely and easily operable without pressure causing it to spring open during operation due to the load of the trailer. A safety chain shall also be provided. The door and locking mechanism shall be capable of withstanding all forces acting on it during compaction and transportation of refuse. The door shall be framed with a minimum of 1/4 inch rectangular tubing with panels of #10 gauge steel. The doors shall have neoprene rubber seals. There shall be a ladder on the passenger s side to provide access to the roof of the trailer. The ladder shall be located toward the rear of the trailer and shall be accessible when the doors are open. EJECTOR PLATE The ejector plate face shall be of high tensile steel. The ejector plate shall be capable of withstanding all forces acting on it during the loading and emptying of the trailer. The plate is to be designed so that it will completely empty the trailer of refuse. The plate shall have a continuously smooth surface to minimize the buildup of any refuse on the plate and to allow release of the load when ejected. The plate is to be guided over the full travel distance by a centre rail so that it remains at right angles to the centreline of the trailer

16 16 Page during the ejection-retraction cycle. The plate is to be sufficiently tight to the floor, sides and roof so as to minimize the problem of refuse by-passing the ejector, however, sufficient clearance is to be provided to prevent binding. HYDRAULIC SYSTEM INCLUDING ENGINE The trailer shall be equipped with an 8-½" bore, 5 stage heavy duty double acting hydraulic cylinder capable of developing a minimum force of 85,000 pounds (the tenderer is to provide complete details of the hydraulic cylinder including cylinder diameters and wall thicknesses). The cylinder shall be adequately supported to prevent excessive sag or strain when it is fully extended. The unit shall be equipped with a six (6) cylinder gasoline engine Chrysler Model H225 (OHV) or HRM approved equivalent, and hydraulic pumping equipment to power the trailer hydraulics. The engine shall be mounted at the front of the trailer with a muffler mounted horizontally or protected from precipitation by some other means. The engine shall be equipped with lockable, heavy duty, removable security panels and shall be protected from precipitation. The unit shall be complete with all necessary fuel storage tanks, electrical systems, battery, hydraulic pumps and hoses, hydraulic storage tanks and all else necessary to make a complete operating system. The fuel fill point and tank shall be located low enough to allow for filling of the fuel tank without the aid of a ladder. The hydraulic storage tanks shall be vented so as not to lose fluid while travelling over rough terrain. The entire system shall be equipped with a lockable vandal kit on all accessible items. The battery shall be equipped with cable clips for easy removal and replacement for maintenance and security reasons. The trailer shall also be equipped with the appropriate quick connects (Parker brand) including valves, hoses, etc. to allow the tractor to also power the trailer hydraulics including the cylinder (as a contingency to the auxiliary gasoline engine). The controls for the gasoline engine shall be mounted at the front of the trailer adjacent to the hydraulic controls. The ignition panel is to be enclosed, easily accessible and watertight. The tenderer shall include details of the engine, hydraulic pump and controls. The manually operated hydraulic control valve is to be located at the front of the trailer on the left hand side. The valve assembly shall be designed for a minimum flow of 50 Imperial Gallons per minute.

17 17 Page The hydraulic system shall be fitted with a pressure relief valve capable of being set from 1500 psi up to 2000 psi maximum. All hydraulic lines in locations where road debris could come in contact with them shall be protected by painted metal channel. All hoses shall have a minimum pressure rating of 2500 psi. LANDING GEAR The landing gear shall be two speed. It shall be capable of supporting a static load of 180,000 pounds with a lifting capability of 55,000 pounds with an input torque of 100 foot-pounds. Pads are to be oscillating. The operating handle is to be on the passenger s (i.e. right) side. KING PIN The king pin shall be standard 2-7/8 inch diameter and shall be located so as to distribute the load equally between the tractor and the trailer. The king pin shall also be located such that there will not be a conflict between the truck frame and the landing gear.

18 18 Page SUSPENSION The trailer shall be equipped with a tridem equivalent axle arrangement meaning an axle group of 3 consecutive, equally spaced axles that has a lowered lift axle in the front, the same number and size of tires on each axle and each of its axles attached to the vehicle by identical pneumatic suspensions. The spread shall be 144 inches. Each axle shall be minimum of 25,000 pounds. The suspension shall be rated at 50,600 pounds (23,000 kg) and shall be of an air ride arrangement, either New Way or Hendrickson/Turner of sufficient design to withstand the loading. The axles and suspension shall meet the requirements of the Nova Scotia Department of Transportation and Infrastructure Renewal, as applicable. BRAKES Brakes are to be heavy duty, air operated and are to be on all three axles. Slack adjusters are to be automatic. Air lines installed under the trailer are to be protected from material flying off the tractor and wheels. HUBS AND RIMS Hubs shall be of the steel hub pilot wheel type. Rims shall be the tubeless type.

19 19 Page TIRES Tires shall be 16 ply 11R22.5 tubeless radial with a rib thread pattern of cut resistant rubber compound, Michelin XZY or equal (if considered equal, name the brand and specifications). LIGHTS, REFLECTORS AND AIR Lights and reflectors shall conform to Nova Scotia Department of Transportation and Infrastructure Renewal standards. The trailer shall be equipped with stop lights, tail lights and signal lights. All lighting shall be of the LED variety. All lights shall be recessed for protection and include anti-theft rings. All light and air hook-ups are to be located on the driver s side. ELECTRICAL WIRING Electrical wiring is to be run in rigid protective conduits. All junction boxes are to be water tight and accessible. The electrical system is to be compatible with the electrical system of the HRM s tractors. The electrical connects shall include integral circuit breakers.

20 20 Page PAINTING The trailer is to be thoroughly cleaned to remove all dirt, rust, oil, foreign matter and weld slag before painting. One coat of red oxide primer is to be applied before the primary and finished coat. The tenderer shall apply two coats of high quality automotive alkyd enamel (a primary and finished coat). The high quality automotive alkyd enamel and is to be mid grey, neutral or similar in color (as approved by HRM). UNDERCOATING The trailer shall be undercoated to prevent corrosion (the tenderer is to provide complete details of the type of undercoating and its successful use in similar applications). The trailer is to be thoroughly cleaned to remove all dirt, rust, oil, foreign matter and weld slag before undercoating. WARRANTY A warranty of two (2) years parts and labor shall be provided on the ejector assembly, the hydraulic cylinder and all hydraulic components including the hydraulic pump. The engine shall have Chrysler Corporation s standard warranty for the H225 engine (or approved equal). All other components shall carry a one (1) year parts and labor warranty against defects in materials and workmanship.

21 21 Page End of Tender No

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

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

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

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

HALIFAX REGIONAL MUNICIPALITY (HRM) Three (3) Urban Light Duty Vacuum Sweepers TENDER # T Page 1

HALIFAX REGIONAL MUNICIPALITY (HRM) Three (3) Urban Light Duty Vacuum Sweepers 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

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

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

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

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

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

RFP Agricultural Tractors (AG tractor) SCOPE OF THE PROPOSAL

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

More information

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

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

REQUEST FOR QUOTATION

REQUEST FOR QUOTATION REQUEST FOR QUOTATION RFQ number/date RFQ Collective Number Q15P299 Procurement Contact person: Pat Keohan/902 490-6307 This number must appear on all invoices lading bills, containers and correspondence.

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

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

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

INVITATION TO BID. Should you need clarification on any item, please contact Berley Mears, Public Works Director at

INVITATION TO BID. Should you need clarification on any item, please contact Berley Mears, Public Works Director at INVITATION TO BID July 28, 2017 Dear Vendor, Enclosed you will find a bid package for a 2017 One-Ton 4 X 4 Dump Truck and Snow Plow for the City of Seaford. All pertinent information is contained within.

More information

TENDER 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

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

TOWN OF GRAND FALLS-WINDSOR

TOWN OF GRAND FALLS-WINDSOR TOWN OF GRAND FALLS-WINDSOR TENDER FOR ONE NEW 2018 ZERO TURN 25 HP INDUSTRIAL LAWN MOWER TENDER #18032805 General Conditions 1. All taxes must be included. 2. Unit shall not be a prototype, must be in

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

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

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

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

Destin Beach Safety ATVs, UTV, and Waverunner

Destin Beach Safety ATVs, UTV, and Waverunner DESTIN FIRE CONTROL DISTRICT Request for Proposals: Destin Beach Safety ATVs, UTV, and Waverunner December 12, 2018 Specifications for Destin Beach Safety ATVs, UTV, and Waverunner 1.0 INTENT It is the

More information

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

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

More information

THE CORPORATON OF THE TOWN OF MIDLAND VEHICLE TOWING AND POUND SERVICES 2018/2019 TENDER L

THE CORPORATON OF THE TOWN OF MIDLAND VEHICLE TOWING AND POUND SERVICES 2018/2019 TENDER L THE CORPORATON OF THE TOWN OF MIDLAND VEHICLE TOWING AND POUND SERVICES 2018/2019 TENDER L04-54474 MAY, 2018 TOWN OF MIDLAND TENDER VEHICLE TOWING AND POUND SERVICES SEALED TENDERS will be received until

More information

SOLAR PHOTOVOLTAIC DISTRIBUTED GENERATION CUSTOMER GUIDELINES, APPLICATION & INTERCONNECTION AGREEMENT

SOLAR PHOTOVOLTAIC DISTRIBUTED GENERATION CUSTOMER GUIDELINES, APPLICATION & INTERCONNECTION AGREEMENT SOLAR PHOTOVOLTAIC DISTRIBUTED GENERATION CUSTOMER GUIDELINES, APPLICATION & INTERCONNECTION AGREEMENT INTERCONNECTION AGREEMENT FOR SOLAR PHOTOVOLTAIC DISTRIBUTED GENERATION THIS AGREEMENT MUST ACCOMPANY

More information

SAN ANTONIO WATER SYSTEM PURCHASING DEPARTMENT

SAN ANTONIO WATER SYSTEM PURCHASING DEPARTMENT SAN ANTONIO WATER SYSTEM PURCHASING DEPARTMENT Issued By: Joseph Ramon Date Issued: July 29, 2014 BID NO.: 14-5053 FORMAL INVITATION FOR BIDS ANNUAL CONTRACT FOR PUMP REPAIRS SUBMERSIBLE TRAINS AND CENTRIFUGAL

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

SALT TRUCK - SHORT TANDEM

SALT TRUCK - SHORT TANDEM Town of Antigonish c: 902 863-3237 274 Main Street c: 902 863-9201 Antigonish, Nova Scotia Canada B2G 2C4 www.townofantigonish.ca TENDER DOCUMENT SALT TRUCK - SHORT TANDEM Set No. September 2017 INFORMATION

More information

CITY OF ALHAMBRA NOTICE INVITING BIDS NO. N2M16-144

CITY OF ALHAMBRA NOTICE INVITING BIDS NO. N2M16-144 CITY OF ALHAMBRA NOTICE INVITING BIDS NO. N2M16-144 PUBLIC NOTICE IS HEREBY GIVEN that the City of Alhambra will receive sealed bids on or before the hour of 10:30 AM on Thursday, October 27 2016, at the

More information

Invitation 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

Hancock County Public Schools 83 STATE ROUTE 3543 HAWESVILLE, KENTUCKY PHONE (270) FAX (270)

Hancock County Public Schools 83 STATE ROUTE 3543 HAWESVILLE, KENTUCKY PHONE (270) FAX (270) Superintendent KYLE ESTES Hancock County Public Schools 83 STATE ROUTE 3543 HAWESVILLE, KENTUCKY 42348 PHONE (270) 927-6914 FAX (270) 927-6916 INVITATION TO BID GASOLINE / DIESEL FUEL 2016-2017 Board of

More information

Guelph/Eramosa Township

Guelph/Eramosa Township Guelph/Eramosa Township Request for Quotes PW-2016-05 Quote to Supply and Deliver One (1) 4 x 2 Super Cab truck Closing Date: Friday August 12, 2016 Time: 12:00 p.m. Contact: Harry Niemi, Director of Public

More information

Heber Light & Power Electric Service Rule No. 14 NET METERING SERVICE

Heber Light & Power Electric Service Rule No. 14 NET METERING SERVICE Heber Light & Power Electric Service Rule No. 14 NET METERING SERVICE 1. Overview The Company offers Residential and Small General Service Customers net metering service that allows the Customer to use

More information

Columbia Water & Light Interconnection & Net Metering Agreement Electrical Facility

Columbia Water & Light Interconnection & Net Metering Agreement Electrical Facility Processed Date Columbia Water & Light Interconnection & Net Metering Agreement Electrical Facility Customer s Printed Name Installation Street Address Account Number Please note: Columbia Water & Light

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

Request for Proposal. Rear Load Refuse Truck

Request for Proposal. Rear Load Refuse Truck Request for Proposal Rear Load Refuse Truck December 29, 2015 RFP Bidding Specifications 1.0 INTENT It is the intent of this specification to provide for the purchase of two (2) new and unused Rear Load

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

KAUAI ISLAND UTILITY COOPERATIVE KIUC Tariff No. 1 RULE NO. 17 NET ENERGY METERING

KAUAI ISLAND UTILITY COOPERATIVE KIUC Tariff No. 1 RULE NO. 17 NET ENERGY METERING Third Revised Sheet 55a Cancels Second Revised Sheet 55a A. ELIGIBLE CUSTOMER-GENERATOR RULE NO. 17 NET ENERGY METERING Net energy metering is available to eligible customer-generators, defined as, permanent

More information

REQUEST FOR BIDS (RFB) # (1) NEW X4-3/4 TON EXTENDED CAB PICKUP TRUCK WITH LIFT GATE POSTING DATE: MARCH 7, 2018

REQUEST FOR BIDS (RFB) # (1) NEW X4-3/4 TON EXTENDED CAB PICKUP TRUCK WITH LIFT GATE POSTING DATE: MARCH 7, 2018 REQUEST FOR BIDS (RFB) #18-022-25 (1) NEW 2018 4X4-3/4 TON EXTENDED CAB PICKUP TRUCK WITH LIFT GATE POSTING DATE: MARCH 7, 2018 RESPONSE DEADLINE: MARCH 27, 2018 11:00 A.M. CENTRAL STANDARD TIME (CST)

More information

Purchasing Services 4202 East Fowler Avenue, SVC 1073 Tampa, Florida (813) Addendum No. 1

Purchasing Services 4202 East Fowler Avenue, SVC 1073 Tampa, Florida (813) Addendum No. 1 Purchasing Services 4202 East Fowler Avenue, SVC 1073 Tampa, Florida 33620 (813) 974-2481 Invitation to Bid No.: 18-12-YH Entitled: Opening Date: Bulk Fuel Delivery (PATS) November 14, 2017 at 3:00 p.m.

More information

(ADDENDUM COVER SHEET)

(ADDENDUM COVER SHEET) (ADDENDUM COVER SHEET) TO ALL PROSPECTIVE BIDDERS: PLEASE NOTE THE FOLLOWING CHANGES: PURCHASING DIVISION BOARD OF COUNTY COMMISSIONERS BROWARD COUNTY, FLORIDA A D D E N D U M NO. 1 DUMP TRUCK (NON-SHELTERED

More information

Town of Springdale Wrecker and Towing Services Agreement

Town of Springdale Wrecker and Towing Services Agreement Company Name: Vehicle Storage Location: Note: Storage location must be within 10 miles of Springdale town limits Town of Springdale Wrecker and Towing Services Agreement The undersigned towing and wrecker

More 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

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

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

More information

REQUEST FOR 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

Rig Master Power by Mobile Thermo Systems Inc.

Rig Master Power by Mobile Thermo Systems Inc. RigMaster Power Dealer Warranty Policy The Limited Warranty This limited warranty applies to the RigMaster Auxiliary Power Unit (RigMaster APU) which consists of the following components: 1. The generator

More information

RSPO PalmTrace - Book and Claim Terms and Conditions

RSPO PalmTrace - Book and Claim Terms and Conditions 1. Introduction 1.1 The Roundtable on Sustainable Palm Oil ( RSPO ), a non-profit association registered in Switzerland under Swiss law, supports the following supply chain models for the uptake of certified

More information

Public Access Electric Vehicle Charging Station Rebate Program Agreement

Public Access Electric Vehicle Charging Station Rebate Program Agreement Public Access Electric Vehicle Charging Station Rebate Program Agreement The City of Anaheim (City) is offering rebates to commercial, industrial, institutional, and municipal customers who install Level

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

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

REQUEST FOR PROPOSAL TRUCK DRIVER TRAINING TRACTOR AND TRAILER LEASING FOR ILLINOIS VALLEY COMMUNITY COLLEGE PROPOSAL # RFP2016-P02

REQUEST FOR PROPOSAL TRUCK DRIVER TRAINING TRACTOR AND TRAILER LEASING FOR ILLINOIS VALLEY COMMUNITY COLLEGE PROPOSAL # RFP2016-P02 REQUEST FOR PROPOSAL TRUCK DRIVER TRAINING TRACTOR AND TRAILER LEASING FOR ILLINOIS VALLEY COMMUNITY COLLEGE PROPOSAL # RFP2016-P02 The Board of Trustees of Illinois Valley Community College (IVCC) District

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

THE ORIENTAL INSURANCE CO.LTD. REGIONAL OFFICE: IDA Building 4 th Floor, 7,Race Course Road, Indore (M.P.) REQUIREMENT

THE ORIENTAL INSURANCE CO.LTD. REGIONAL OFFICE: IDA Building 4 th Floor, 7,Race Course Road, Indore (M.P.) REQUIREMENT THE ORIENTAL INSURANCE CO.LTD. REGIONAL OFFICE: IDA Building 4 th Floor, 7,Race Course Road, Indore -452003 (M.P.) ANNEXURE -III REQUIREMENT OICL intends to procure reputed brand Exide or Amara Raja or

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

Electric Vehicle Charging Incentive Program (EVCIP) Application Form

Electric Vehicle Charging Incentive Program (EVCIP) Application Form Ministry of Transportation Electric Vehicle Charging Incentive Program (EVCIP) Application Form Instructions Submit all required documentation with your application. Incomplete applications that do not

More information

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL Palabora Copper REQUEST FOR PROPOSAL SUPPLY AND DELIVERY OF PIPES, FITTINGS AND FLANGES TO PALABORA COPPER TENDER NUMBER: RFP.PC.2015/144 PART 1 PROPOSAL INFORMATION AND CONDITIONS Page 1 Supply and Delivery

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

Appendix A Technical Specifications Class I, II, III, IV Sewage Pumping Lift Station Wet Well Cleaning and Hauling

Appendix A Technical Specifications Class I, II, III, IV Sewage Pumping Lift Station Wet Well Cleaning and Hauling Appendix A 075-18 Technical Specifications Class I, II, III, IV Sewage Pumping Lift Station Wet Well Cleaning and Hauling INTENT JEA is soliciting proposals for industrial services to remove & dispose

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

The Regional District of Nanaimo (RDN) is seeking responses to the following tender:

The Regional District of Nanaimo (RDN) is seeking responses to the following tender: NOTICE OF TENDER The (RDN) is seeking responses to the following tender: This tender is for the supply of one (1) new Compact Track Loader (Skid Steer) including a General Purpose (GP) bucket, Digging

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

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

PROPOSAL FORM 2014 FUEL BID

PROPOSAL FORM 2014 FUEL BID PROPOSAL FORM 2014 FUEL BID COUNTY OF SIBLEY, MINNESOTA BIDS CLOSE: NOVEMBER 22, 2013 AT 4:30 P.M. PROPOSAL TO: SIBLEY COUNTY PUBLIC WORKS TIMOTHY BECKER PUBLIC WORKS DIRECTOR 111 8 TH STREET PO BOX 897

More information

Dealer Registration. Please provide the following:

Dealer Registration. Please provide the following: Dealer Registration Please provide the following: A copy of your Dealer s License A copy of your Sales Tax Certificate A copy of the Driver s License for all representatives A copy of your Master Tag Receipt

More information

INVITATION to BID. SALE OF SURPLUS VEHICLES Project # MARTHA S VINEYARD TRANSIT AUTHORITY 11 A STREET BUSINESS PARK EDGARTOWN, MA 02539

INVITATION to BID. SALE OF SURPLUS VEHICLES Project # MARTHA S VINEYARD TRANSIT AUTHORITY 11 A STREET BUSINESS PARK EDGARTOWN, MA 02539 INVITATION to BID SALE OF SURPLUS VEHICLES Project # 2018-01 MARTHA S VINEYARD TRANSIT AUTHORITY 11 A STREET BUSINESS PARK EDGARTOWN, MA 02539 (508) 693-9440 Fax (508) 693-9953 www.vineyardtransit.com

More information

INSTRUCTIONS TO BIDDERS 3,000-gallon CLASS 5 AIRCRAFT RESCUE AND FIREFIGHTING (ARFF) VEHICLE (LOCALLY FUNDED)

INSTRUCTIONS TO BIDDERS 3,000-gallon CLASS 5 AIRCRAFT RESCUE AND FIREFIGHTING (ARFF) VEHICLE (LOCALLY FUNDED) INSTRUCTIONS TO BIDDERS 3,000-gallon CLASS 5 AIRCRAFT RESCUE AND FIREFIGHTING (ARFF) VEHICLE (LOCALLY FUNDED) The Capital Region Airport Authority (CRAA) hereby invites from persons, firms, or corporations,

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

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 ryped by: DATE 08/14/2017 Mailing Address: P. 0. Box 1948 Mobile, Alabama 36633 (251) 208-7 434 nm Buyer: 002 CITY OF MOBILE Purchasing Department and Package Delivery: Government Plaza 4th Floor, Room

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

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

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

SANDAG Vanpool Program Guidelines as of February 2018

SANDAG Vanpool Program Guidelines as of February 2018 SANDAG Vanpool Program Guidelines as of February 2018 The San Diego Association of Governments (SANDAG) administers the SANDAG Vanpool Program to provide alternative transportation choices to commuters,

More information

BRITISH COLUMBIA USED OIL MANAGEMENT ASSOCIATION

BRITISH COLUMBIA USED OIL MANAGEMENT ASSOCIATION BRITISH COLUMBIA USED OIL MANAGEMENT ASSOCIATION PROGRAM MANUAL RETURN COLLECTION FACILITY (RCF) OPERATORS January 2017 Page 1 1 DEFINITIONS 1.1 Antifreeze means all automotive antifreeze. 1.2 Antifreeze

More information

Palabora Copper REQUEST FOR PROPOSAL SUPPLY AND DELIVERY OF BEARINGS AND ACCESSORIES RFP.PC.2017/18 PART 1 PROPOSAL INFORMATION AND CONDITIONS

Palabora Copper REQUEST FOR PROPOSAL SUPPLY AND DELIVERY OF BEARINGS AND ACCESSORIES RFP.PC.2017/18 PART 1 PROPOSAL INFORMATION AND CONDITIONS Palabora Copper REQUEST FOR PROPOSAL SUPPLY AND DELIVERY OF BEARINGS AND ACCESSORIES RFP.PC.2017/18 PART 1 PROPOSAL INFORMATION AND CONDITIONS THIS CONTRACTS IS FOR BIDDERS THAT ARE MORE THAN 26% BLACK

More information

City of Mobile. Recycling Equipment Rental & Hauling BID NUMBER: 5024

City of Mobile. Recycling Equipment Rental & Hauling BID NUMBER: 5024 Recycling Equipment Rental & Hauling BID NUMBER: 5024 BID DUE DATE MARCH 31, 2017 NEW BID DUE DATE APRIL 4, 2017 ADDENDUM #1 TO BID 5024 ISSUE DATE 03/28/2017 Notice to Contractors: Sealed bids for the

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

WARRANTY POLICY. Grid-Tied Photovoltaic Inverters. Revision D. 2014, Solectria Renewables, LLC DOCIN

WARRANTY POLICY. Grid-Tied Photovoltaic Inverters. Revision D. 2014, Solectria Renewables, LLC DOCIN WARRANTY POLICY Revision D 2014, Solectria Renewables, LLC DOCIN-070360 1 Product Warranty & RMA Policy 1. Warranty Policy Warranty Registration: It is important to have updated information about the inverter

More information

TERMS AND CONDITIONS OF PARKING AT PALMERSTON NORTH AIRPORT

TERMS AND CONDITIONS OF PARKING AT PALMERSTON NORTH AIRPORT TERMS AND CONDITIONS OF PARKING AT PALMERSTON NORTH AIRPORT 14 December 2017 Palmerston North Airport Limited ( PNAL ) provides travellers and other members of the public with multiple car parking options

More information

SAKHALIN ENERGY INVESTMENT COMPANY LTD. INVITATION TO TENDER

SAKHALIN ENERGY INVESTMENT COMPANY LTD. INVITATION TO TENDER SAKHALIN ENERGY INVESTMENT COMPANY LTD. INVITATION TO TENDER For the purchase of inch instrument. All goods being offered for tender are located at PMD Yasnoye, Sakhalin Region, Russian Federation. General

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

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

2018 Golf Cart Lease Sunset Valley Golf Club

2018 Golf Cart Lease Sunset Valley Golf Club Invitation for Bid Sunset Valley Golf Club February 5, 2018 Sunset Valley Golf Club Bid Opening: Friday, February 16, 2018 at 1:00 PM at West Ridge Center, 636 Ridge Road, Highland Park, IL 60035 Ryan

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

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 61 ZERO TURN RADIUS MOWER

INVITATION TO BID 61 ZERO TURN RADIUS MOWER INVITATION TO BID 61 ZERO TURN RADIUS MOWER The City of Des Peres is soliciting bids for a new 2010 61 Zero Turn Radius Mower. Sealed bids will be accepted until 2:00 p.m. on Wednesday, February 17, 2010,

More information

Request For Bids Elko County Solid Waste Refuse Hauling and Disposal in the Midas Solid Waste Management Districts

Request For Bids Elko County Solid Waste Refuse Hauling and Disposal in the Midas Solid Waste Management Districts Request For Bids Solid Waste Refuse Hauling and Disposal in the Midas Solid Waste Management Districts is requesting bid proposals for the Solid Waste Refuse Hauling and Disposal for the Midas Solid Waste

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

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

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

Q10. What are the payment terms? A10. Payment terms vary per participating agency. Refer to Page 16 of bid document.

Q10. What are the payment terms? A10. Payment terms vary per participating agency. Refer to Page 16 of bid document. June 22, 2017 ADDENDUM #1 BL061-17 Purchase of Gasoline and Diesel Fuel on an Annual Contract Please see questions, answers, and clarifications to the abovementioned bid. Q1. Are bonds required? A1. No

More information

Department of Finance Purchasing Department INVITATION TO BID

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

More information

M.P.S.C. No. 2 Electric Third Revised Sheet No. 65 (Rate Case) Cancels Second Revised Sheet No. 65

M.P.S.C. No. 2 Electric Third Revised Sheet No. 65 (Rate Case) Cancels Second Revised Sheet No. 65 M.P.S.C. No. 2 Electric Third Revised Sheet No. 65 (Rate Case) Cancels Second Revised Sheet No. 65 CLASS OF SERVICE: CUSTOMER GENERATING SYSTEMS OVER 20 KW RATE CGS 1 AVAILABILITY To customers owning generating

More information

OFFICE OF SUPERINTENDENT DELAWARE COMMUNITY SCHOOL CORPORATION 9750 N CR 200 East Muncie, IN Phone: Fax:

OFFICE OF SUPERINTENDENT DELAWARE COMMUNITY SCHOOL CORPORATION 9750 N CR 200 East Muncie, IN Phone: Fax: OFFICE OF SUPERINTENDENT DELAWARE COMMUNITY SCHOOL CORPORATION 9750 N CR 200 East Muncie, IN 47303 Phone: 765-284-5074 Fax: 765-284-5259 Board of Education Trent Fox, President John Adams, Vice-President

More information