DATE: September 4, 2015 All Proposers Bid # Truck Mounted Paint Striping Unit FROM: Pete Patten, Purchasing Agent SUBJECT: ADDENDUM #1
|
|
- Melvin Ball
- 6 years ago
- Views:
Transcription
1 CARLOS PABELLON Interim Director of Administration COUNTY OF DANE DEPARTMENT OF ADMINISTRATION PURCHASING DIVISION Room 425 City-County Building 210 Martin Luther King Jr. Blvd. Madison, WI / FAX 608/ TDD 608/ CHARLES HICKLIN Controller DATE: September 4, 2015 TO: All Proposers Bid # Truck Mounted Paint Striping Unit FROM: Pete Patten, Purchasing Agent SUBJECT: ADDENDUM #1 *The bid opening date is changed to Tuesday, September 15, **For each part or item that must be equivalent to the bid specification, include a detailed explanation within your bid regarding how that part or item is equivalent to the part or item that is specified on the bid criteria. Dane County is the sole determiner of equivalency. ***See attached revised pricing form. The following responses are provided to questions received: 1. Page 1. Item 2. COATING: We would like to use our PinnAcle/Stratum two component urethane architectural coating system (see attached PinnAcle Stratum.pdf ). Will this be allowable by the County as an equal to the Martin Senour Urethane with enhancer specified? We also powder coat and zinc plate components for even more durability in certain areas requiring more durability, is this also acceptable? The Coating must be equivalent to the coating in the bid specification. 2. Page 1. Item 2. FASTENERS: The last sentence of this section indicates that all fasteners shall be chromium or cadmium plated. This is not common to our industry, and is used mainly for military and aircraft use. We stock as an industry standard and more commonly available off-the-shelf. Is there a specific reason or purpose for restricting the manufacturer to chromium or cadmium plating on all fasteners, or will our standard fasteners be considered as an equal for this bid by the County? Zinc (grade 5) and Zinc Chromate (grade 8) fasteners would be acceptable. 3. Page 2, Item 5. PLATFORM: For a combination of strength, corrosion resistance, and safety reasons we would like to provide our standard platform construction and practices (per the attached Word document platform.docm ). The areas that vary from the County s current specification are the following: a) We use 4" (5.4 lbs/ft) structural channel longitudinal members and 3 (4.1 lbs/ft) structural channel cross members. We space the cross members closer together in load bearing areas (16 centers instead of the 18 cross member spacing as specified). This provides overall more than the specified support strength in combination with our thicker than specified 3/16 deck plate platform welded to the top side of these cross members. b) We roll or double bend the 3/16 thick tread plate (7 gauge) platform edge inward to create a seamless 5 tall inverted C channel (.1875 thick) outside edge. This becomes a gap free integrally formed rub rail with no exposed welds or uneven edges or surfaces. The 2 x 4 perimeter tubing will have exposed welds and a slight separation where the tread plate is welded to the tubing which can be an area of future corrosion.
2 c) We use a heavier 3/16" tread plate (7 gauge) for the platform surface rather than 1/8 (11 gauge) to ensure rigidity and long term strength, and to avoid the oil can effect we have seen when lighter 1/8 platforms are used. d) We use 8" risers to allow enough room under the deck for access to the low pressure paint plumbing with a large pipe wrench if necessary. Rather than using structural channel, our risers are made of ¼ thick flat stock welded to ¼ thick plate. The formed portion is bent into a C channel. Both top and bottom are capped with ¼ plate. Will our standard as listed above be acceptable? The Platform as described would be acceptable. 4. Page 2, Item 5. PLATFORM: The specification currently states steel platform shall not exceed 96 inches total width, including all projections, and shall be at least 285 inches long. For cooling purposes and for weight savings, we would like to mount the Utility mounted engine/compressor enclosure to 2 steel channels welded to the long sills and not on top of the deck s safety tread surface which would restrict air flow. On page 11 of the County s specification under item 22. AIR COMPRESSOR: (4 th paragraph) it refers to mounting this compressor housing to the platform longitudinal members, which would be lower than the main platform level, and indicate a separation of the platform sections, but seems to contradict this section of the specification. Could you clarify your intent here? We would also recommend a narrower platform in front of the operator s cab for better forward rear operator visibility of the old line being painted over. Would it be acceptable to the County if the manufacturer would separate the platform into 2 sections, providing a 96 wide section in the tote storage area, and an 84 wide section between the operator s cab and the air compressor, with the compressor housing mounted to 2 steel channels (see attached photo compressor mounting.jpg )? The dimensions of the platform will be reviewed at the preconstruction meeting. The air compressor mounting as described would be acceptable. 5. Page 2, Item 6. RAILING: For quality assurance, rigidity, safety, and long term strength we prefer to weld the railings to the platform perimeter rather than bolted in place. Bolts can work their way loose over time in a mobile application and are not as sealable and rust or corrosion resistant. Will the DOT consider our standard practice of welding the railing to the deck? The railing as described would be acceptable. 6. Page 3 & 4, Item 10. REAR SHELTER: Will the County accept the front door of the operator s cab to be located in the center of the operator s cab (as seen in the attached photo front op s cab door.jpg ) rather than the front right side as specified? A front corner angled window will provide better operator forward visibility than a front corner angled door. The door as described would be acceptable. 7. Page 4, Item 12. PAINT FILL/SUPPLY PUMPS: Will PD20A-FSP-STT ARO diaphragm pumps (see attached literature PD20X.pdf ) be considered an equivalent to the M-8 Wilden pumps by the County? Also, the 3 rd paragraph in this section refers to cross-plumbing to allow single color loading of both tanks. This does not coincide with section 11. PAINT SUPPLY: where it describes a storage area for totes or refillable storage containers, one for white, and one for yellow. Was this reference to cross-plumbing and tanks left in the specification by mistake? The paint fill/supply pumps must be equivalent to the pumps stated in the bid. The cross connect lines allows both color paints to be loaded from the passenger side of the truck.
3 8. Page 5; Item 13. GLASS SUPPLY: To reflect a higher standard, and to create the ability for an individual to enter through the top of the tank if necessary for cleanout of the bottom tank outlet, would the County consider listing a minimum diameter of 24 (instead of the currently specified 14 ) top opening and a hinged lid with a welded on handle for ease of opening? Glass Supply as described would be acceptable. 9. Page 5; Item 14. CLEANER SYSTEM: This section describes piping of cleaner into the outlet of the high-pressure pump, but no high pressure pumps are specified elsewhere, as this is a pumper style air-spray truck specification. Was this meant to read low-pressure? Does the County also want this cleaner tank to be plumbed to each paint gun for the non-bleeder mode flush-on-the-fly as described on page 8? The cleaner system to be built as per the bid with the exception that the specification shall read lowpressure in lieu of high pressure. 10. Page 6; Item 16. PAINT HEATING SYSTEM: a) Will the County allow the industry standard scavenger type paint heat system using just the hot water/glycol from the auxiliary engine s cooling system to maintain a consistent paint flow without burning additional diesel fuel? If not, will the County consider a smaller diesel fired burner system? The largest we recommend with latex paint is 120,000 BTU/HR. b) Will our standard system to include a single air powered 35 gpm 1 diaphragm glycol circulation pump to handle all 3 circuits be acceptable with automatic solenoid activated valves to open and close circuits to be used with white, yellow, and/or recirculation system? This single source pump will simplify the system and require less components to maintain. The paint heating system must be equivalent to the paint heating system in the bid specifications. 11. Page 8 & 9; Item 20. GLASS SPHERE GUNS: Kamber 90HO bead guns are specified. Will the Epic Solutions BG6000 glass bead gun (literature attached Epic bead gun.pdf ) be accepted as an equal to the Kamber 90HO? The last paragraph of this section states "The glass guns must be equipped with an interchangeable material tip system. This system must offer six different tip sizes from 5 mm to 10 mm tip orifice dimensions..." Does this mean the DOT wants the bidder to include the price up front for these sets of 6 tips per gun supplied, or will the DOT purchase these tips separately at a later date as needed per the needs of each application so as not to have on hand sizes that will never be used? The glass sphere guns must be equivalent to the glass sphere guns in the bid specifications. The bidder must include tips for a 4 painted lines and 8 painted lines for each gun. The glass guns must be equipped with an interchangeable material tip system. This system must offer six different tips sized from 5mm to 10mm tip orifice dimensions to provide the operator an infinite range of application speeds. Tips must be constructed of hardened steel to prevent excess wear. 12. Page 9; Item 21. SPRAY GUN CARRIAGE ASSEMBLY: The end of the 3 rd paragraph describes adjustable wheel spacing on the left carriage for avoidance of rumble strips being locked into position with spring-loaded pins. Our standard system uses a 12 stroke electric actuator and a switch in the operator s enclosure allowing the operator to adjust the wheel spacing on-the-fly, rather than having to stop the truck, walk out into traffic, and manually change the spacing by locking a pin in place. The 12 electric cylinder allows for more infinite settings for spacing, anywhere from 22 to 34 between the tires. Will the County consider changing the minimum specification to reflect this more advanced and user friendly remote carriage tire spacing capability? The spray gun carriage assembly must be equivalent to the spray gun carriage assembly in the bid specifications.
4 13. Page 11, Item 23. SCHMIDT AIR DRYER: The County has a 250 max. cfm air compressor specified, but an air dryer with a 800 cfm rating, why? Is there a specific reason or purpose for restricting the manufacturer to this particular oversized make and model # air dryer, or will our standard LaMan dryer (see attached info La-Man.pdf ) be considered as an equal for this bid by the County? The air dryer must be equivalent to the Schmidt air dryer in the bid specifications. 14. Page 11, Item 24. HYDRAULIC POINTER SYSTEM: The specifications are calling for a mechanical pointer system adjustable in length from 10 to 13 and a trailer ball and coupling type system with hydraulic cylinder lift. For quality assurance and standardization reasons, we would like the County to consider our proven standard mechanical line guide as shown (see attached document Mechanical guide.docm ). It uses a grease-able hinged block joint system to allow for extreme angles (high lift 80 degree angle for transport), a safer compressible air cylinder lift, and less intersection intrusive extension from 6 to 10 in length. We feel the features of this mechanical guidance system are superior to the specified system for safety and performance reasons. The hydraulic pointer system must be equivalent to the hydraulic pointer system in the bid specifications. 15. Page 15, Item 35. TECHNICAL SERVICES: Does the Authority refer to the County or an outside organization? The Authority refers to the Dane County Highway Department. 16. Page 15, Item 36. PRECONSTRUCTION MEETING: In addition to this Pre-construction meeting, our recommendation is to include a Pre-Delivery Inspection (or PDI) meeting requirement at the manufacturer's facility at approx. the 90% completion stage. The time and effort put into this meeting will pay off. Suggestions from the attending operators & decision making personnel at this meeting will ensure the County s intent is met or exceeded and outcomes are compliant with not just the letter of the specification, but also the items that weren t stated, but were expected such as exact location of certain controls or devices. Will the County consider adding 3 employees coming to the manufacturer s facility at the 90% completion point as part of the specifications to be included in the bid? See Price Proposal page 7, Pre-delivery Conference 17. Not Listed: Paint hose reel. Does the County want hand spraying capability at all? The bidder may include pricing for this option in the deviation and pricing sections of the bid. 18. Page 3, Std T&C, We would provide a good to the County in the form of the striper. We are not doing anything related to the environment and we do not have this insurance coverage. Will the County waive this requirement? Yes, the County will waive because it does not apply to this purchase. 19. Page 4, Std T&C, 27 - Since this bid is for goods, please confirm that we are exempt from the requirements of this section? The Dane County Living Wage does not apply to the purchase of goods. 20. Page 2, Specs, 5 - The channel steel for the platform is 3/16 thick, not 3/8. (Please see note below from carriage section) Channel steel for the platform as described would be acceptable.
5 21. Page 2, Specs, 5 - For the truck design specified, we suggest reducing the platform to 261. This will give the end user a more maneuverable striper. The dimensions of the platform will be reviewed at the preconstruction meeting. 22. Page 4, Specs, 12 - If the County prefers Wilden pumps for fill/supply, then the balls and diaphragms will be Teflon not Santoprene. Does the County require the fill/supply pumps to be Wilden brand? The paint fill/supply pumps must be equivalent to the pumps stated in the bid. 23. Page 9, Specs, 21 - Would the County be interested in a linear bearing carriage as an alternative to the parallel design called out in the specs? The bidder may include pricing for this option in the deviation and pricing sections of the bid. 24. Page 10, Specs, 21 - The carriage tube thickness of the inner slide is 3/16 wall, not ¼ The carriage tube thickness as described would be acceptable. 25. Platform cross member are structural steel beams 4 x 5.4 l bs. per foot. Main Stringers are structural steel beams 6 x 8.2 lbs. per square foot. With respect to these two sentences, please note: This information refers to the proper description of the materials for the platform. They have nothing to do with the carriage. They accurately describe the 3/16 thick channel. This specification Platform cross member are structural steel beams 4 x 5.4 l bs. per foot. Main Stringers are structural steel beams 6 x 8.2 lbs. per square foot. shall be removed from Section 21, Spray Gun Carriage Assemble, and placed in Section 5, Platform. 26. Page 13, Specs, 27 - Calls out (2) strobes on cab. Which cab does the County want them on? The chassis cab already has a light bar and the operator s shelter roof will be blocked by the signboard. The two strobes on the cab shall be mounted low on the front of the truck cab. Please acknowledge receipt of this addendum by noting Addendum #1 Received on the bottom of the Signature Affidavit when you submit your bid. If you have any questions regarding this addendum, please contact me at 608/ Sincerely, Pete Patten Purchasing Agent
6 Part - 2 Bid Forms Submit With Bid ** REVISED** PRICE PROPOSAL NAME OF FIRM: For the price(s) listed below, our firm hereby offers to provide the following item(s) in accordance with the specifications of this bid. Pricing must include delivery. ITEM Truck Mounted Paint Striping Unit: PRICE $ Year /Make/Model: Warranty: Nearest service/parts location: Indicate delivery days after receipt of order: Delivery is extremely important on this purchase. Therefore, the best and most realistic delivery time will weigh heavily in our purchase decision process. Quote/Bid price delivered FOB Destination To: Dane County Highway Department 2302 Fish Hatchery Rd. Madison, WI Pre-delivery Conference $ / Person The successful bidder shall include in his bid, travel and living expenses at his manufacturing facility for up to three (3) agency personnel for a predelivery inspection visit. Travel for distances in excess of 200 miles shall be by air transportation. Pricing for deviations, if proposed:
7 Optional Data Logger System $ each 1. The Data Logger system shall connect directly to the Skip-Line brand Serial Timing System without additional wiring to the solenoids. 2. The Data Logger system shall utilize wireless communications from the peripheral sensors to the Data Logger. a. Wireless system used for ease of installation wiring, reliability, interchangeability. b. Only 12-volt power supply is required. 3. Each Data Logger shall have the capability to automatically send live data to a securely hosted internet site for collection, storage, mapping, and report generation / viewing / file download. a. All data shall be password protected. b. Secure web-based back-up storage retention. c. Records can be stored indefinitely on the truck, pending viable cellular coverage areas. d. Mapping capability allows for web-based visual display of patterns painted, material usage, and application rates per section. e. Exception reporting for each section can be selected and printed. f. All reports can be saved or printed for future reference. g. Summary reports for end of day, job, week, month, year, are easily selected. h. Data from contractors can be required in compatible format for comparison and inspection. 4. Stored data shall be in database format, capable of creating reports including the following parameters: a. Total distance painted per pattern, per color, per side of the vehicle. b. Total gallons used per color. c. Total pounds of beads used. d. GPS coordinates and heading of each pattern change as well as regular interval reporting. e. Average vehicle speed while painting. f. Application rates per section: i. Gallons per mile (wet mil. thickness) per color. ii. Bead Pounds per gallon. (Pounds per mile, pounds per 100 sq. ft.) g. Metric / U.S. conversion h. Start time / Stop time, Date i. JOB name or number (Road number, route, section etc.) j. Calibration numbers for distance, gallons counts, etc. (All calibration numbers should be checked and verified regularly.) k. All reports capable of export to Excel (.xls) format l. All reports capable of export to CSV data format compatible with ESRI (GIS) import requirements. m. Data to be stored (sensors installed): i. Shall include Average AIR temperature ii. Shall include Average ROAD temperature iii. Shall include Average PAINT temperature per color iv. Shall include Average relative HUMIDITY v. Shall include Average DEW POINT n. Data to be manually entered by operator i. Paint batch number per color ii. Beads batch number iii. Direction of painting iv. Notes v. Other parameters as required 5. The Data Logger shall include a Panasonic Tough book display mounted in the rear shelter, to show the rear shelter operators the following: a. Real-time application rates i. Gallons per mile (wet mil. thickness) per color. ii. Bead Pounds per gallon. iii. Vehicle speed iv. Tank volumes, and/or amounts used. v. All sensor data. vi. Operator input of JOB names/numbers.
8 vii. Operator input of manual data viii. Operator entry of gun application width (For mil thickness calculations). 6. Additional equipment: a. System shall be capable of having a second monitor for remote viewing, with a 7-inch tablet installed in the chassis cab to allow the operator to view the stripping operation. b. Shall include an on-board printer capable of printing data reports on 8.5 x 11 plain paper for daily printouts. 7. Training A single day of training will be included in this option. Make/Model:
Specifications for 6 locations have been revised. Please use the Revised Price Proposal section provided below for your bid submission.
CARLOS PABELLON Director of Administration COUNTY OF DANE DEPARTMENT OF ADMINISTRATION PURCHASING DIVISION Room 425 City-County Building 210 Martin Luther King Jr. Blvd. Madison, WI 53703-3345 608-266-4131
More informationSpecifications for 1 location has been revised. Please use the Revised Price Proposal section provided below for your bid submission.
CARLOS PABELLON Director of Administration COUNTY OF DANE DEPARTMENT OF ADMINISTRATION PURCHASING DIVISION Room 425 City-County Building 210 Martin Luther King Jr. Blvd. Madison, WI 53703-3345 608-266-4131
More informationM-B Companies, Inc. Specification. Model 245. Self Propelled Intermediate Striper. High Pressure Airless. Options. Revised September 27, 2006
M-B Companies, Inc. Administration Pavement Marking Equipment Divisions 1615 Wisconsin Avenue EAST COAST DIVISION WEST COAST DIVISION P.O. Box 200 79 Montgomery Street 2490 Ewald S.E. New Holstein, WI
More informationM-B Companies, Inc. Specification. Model 155. High Pressure Palletized Striper. High Pressure Airless. Options REV. 2.
M-B Companies, Inc. Administration Pavement Marking Equipment Divisions 1615 Wisconsin Avenue EAST COAST DIVISION WEST COAST DIVISION P.O. Box 200 79 Montgomery Street 2490 Ewald S.E. New Holstein, WI
More informationSPECIFICATIONS HEAVY DUTY C WITH TRACTION, DOUBLE GUN Stainless Steel Tank, Non-Bleeder/Flush Part Number: PO-HDCT-2-SS
SPECIFICATIONS HEAVY DUTY C WITH TRACTION, DOUBLE GUN Stainless Steel Tank, Non-Bleeder/Flush Part Number: PO-HDCT-2-SS GENERAL These specifications cover the minimum specifications of a self-propelled,
More informationM-B Companies, Inc. Specification. Model 320. Palletized Striper. Air Atomizing, Pressure Pot. Options. January 11, 2005
M-B Companies, Inc. Administration Pavement Marking Equipment Divisions 1615 Wisconsin Avenue EAST COAST DIVISION WEST COAST DIVISION P.O. Box 200 79 Montgomery Street 2490 Ewald S.E. New Holstein, WI
More informationM-B Companies, Inc. Specification. Model 155 PLS-155. Palletized Striper. High Pressure Airless. 2 x 55 Gallon Drum. Standard Rev. 2 January 11, 2008
M-B Companies, Inc. Administration Pavement Marking Equipment Divisions 1615 Wisconsin Avenue EAST COAST DIVISION WEST COAST DIVISION P.O. Box 200 79 Montgomery Street 2490 Ewald S.E. New Holstein, WI
More informationSPECIFICATIONS FOR A SINGLE-COLOR, SINGLE LINE ROADWAY PAINT MARKING MACHINE
SPECIFICATIONS FOR A SINGLE-COLOR, SINGLE LINE ROADWAY PAINT MARKING MACHINE HEAVY DUTY MODEL C Stainless Steel Tank, Non-Bleeder/Flush Part Number: GENERAL These specifications are to cover the minimum
More informationSPECIFICATIONS FOR A HEAVY DUTY C W/ TRACTION
SPECIFICATIONS FOR A HEAVY DUTY C W/ TRACTION Stainless Steel Tank, Non-Bleeder/Flush Part Number: PO- (air actuated traction drive) Part Number: PO-Hydro-SS (hydrostatic wheel drive) GENERAL These specifications
More informationCity of Storm Lake Fire Department Heavy Rescue Specifications
INTENT OF SPECIFICATIONS City of Storm Lake Fire Department Heavy Rescue Specifications It shall be the intent of these specifications to provide a complete apparatus equipped as hereinafter specified.
More informationM-B Companies, Inc. 5-10A Walk-Behind Paint Striper Specifications
M-B Companies, Inc. Administration Pavement Marking Equipment Divisions 1615 Wisconsin Avenue EAST COAST DIVISION WEST COAST DIVISION P.O. Box 200 79 Montgomery Street 2490 Ewald S.E. New Holstein, WI
More informationSPECIFICATIONS FOR A SINGLE-COLOR, SINGLE LINE ROADWAY PAINT MARKING MACHINE. HEAVY DUTY MODEL C Part Number: PO-HDC
SPECIFICATIONS FOR A SINGLE-COLOR, SINGLE LINE ROADWAY PAINT MARKING MACHINE HEAVY DUTY MODEL C Part Number: GENERAL These specifications are to cover the minimum specifications of a single line, single
More informationthis equipment. Does Not
SPECIFICATIONS FOR THE SUPER SEALCOATER 550 TRAILER MOUNTED SEALCOAT APPLICATOR 420 N. Roosevelt Ave. Chandler AZ 85226 +1 800 528 8242 +1 602 276 0406 FAX +1 480 961 0513 www.crafco.com MARCH 2014 The
More informationPre-Installation. Surface Preparation TRAFFIC STRIPES, EPOXY RESIN
3-11-2013 Traffic Stripes TRAFFIC STRIPES, EPOXY RESIN Pre-Installation Striping Plan The contractor is required to submit the striping plan 20 days prior to beginning striping operations to the RE for
More informationTHE TOWN OF CLARENVILLE PUBLIC WORKS DEPARTMENT. Tender Specification # For Purchase of One (1), New Wheel Loader with Snow Blades
THE TOWN OF CLARENVILLE PUBLIC WORKS DEPARTMENT Tender Specification # 03-2015 For Purchase of One (1), New Wheel Loader with Snow Blades GENERAL SPECIFICATIONS Tenders are invited for the supply and delivery
More informationSTATE OF MINNESOTA EQUIPMENT SPECIFICATION. SPECIFICATION: September 2012 Page 1 SINGLE AXLE CAB & CHASSIS
STATE OF MINNESOTA EQUIPMENT SPECIFICATION SPECIFICATION: 330-912 September 2012 Page 1 1.0 SCOPE SINGLE AXLE CAB & CHASSIS This unit shall be a currently advertised production model as modified per specifications
More informationElectronic Logging Device (ELD) Rule
Electronic Logging Device (ELD) Rule Paper RODS Log Book Definitions Logging Software a computer software program of application on a phone or tablet that does not comply with 395.15. Not connected to
More informationRequest for Proposal Snow Blower October 12, 2015
Request for Proposal Snow Blower October 12, 2015 1 City of Fargo Request for Proposal The City of Fargo is requesting proposals for one (1) Loader Mounted Snow blower. Sealed proposals will be received
More informationINVITATION TO BID PURCHASING DEPARTMENT P.O. BOX NORTH ASHLEY ST. VALDOSTA, GEORGIA #LC
INVITATION TO BID PURCHASING DEPARTMENT P.O. BOX 1349 327 NORTH ASHLEY ST. VALDOSTA, GEORGIA 31601 #LC-2019-7001 FOR: New Motor Grader w/rome Sloper for the Public Work s Department OPENING DATE: September
More informationADDENDUM NO. ONE (1) ACQUIRE SNOW REMOVAL EQUIPMENT NORFOLK INTERNATIONAL AIRPORT, VIRGINIA. May 18, 2016
From: The Norfolk Airport Authority ADDENDUM NO. ONE (1) NORFOLK INTERNATIONAL AIRPORT, VIRGINIA May 18, 2016 To: All Bidders of Record This Addendum is hereby made a part of the contract documents and
More informationCITY OF ALHAMBRA NOTICE INVITING BIDS NO. N2M16-144
CITY OF ALHAMBRA NOTICE INVITING BIDS NO. N2M16-144 PUBLIC NOTICE IS HEREBY GIVEN that the City of Alhambra will receive sealed bids on or before the hour of 10:30 AM on Thursday, October 27 2016, at the
More informationONE (1) CURRENT MODEL YEAR REGENERATIVE AIR TYPE STREET SWEEPER MOUNTED ON CONVENTIONAL CAB BID NO
CITY OF SAN LEANDRO INVITATION FOR BIDS SUBMIT BID TO: City of San Leandro Purchasing Department 835 East 14th Street San Leandro, CA 94577 FOR FURTHER INFORMATION CONTACT: Julie Jenkins Purchasing Agent
More informationBID FOR A ONE (1) ONE-TON AND A HALF (5500 SERIES) CREWCAB TRUCK WITH DUMP BED. BID OPENING February 15, 2017 AT 10:00 A.M.
P. O. B o x 1 5 4 0 T h o m a s v i l l e, G A 3 1 7 9 9 2 2 9-2 2 7-7 0 0 0 F A X 2 2 9-2 2 7-3 2 4 3 w w w. t h o m a s v i l l e. o r g BID FOR A ONE (1) ONE-TON AND A HALF (5500 SERIES) CREWCAB TRUCK
More informationSPECIFICATIONS FOR A SELF-CONTAINED, PICK-UP MOUNTED, AIRPORT AND HIGHWAY MARKING MACHINE
SPECIFICATIONS FOR A SELF-CONTAINED, PICK-UP MOUNTED, AIRPORT AND HIGHWAY MARKING MACHINE GENERAL. 1. The specifications submitted herewith are intended to describe and define the minimum requirements
More informationINVITATION TO BID ONE (1) 10-FOOT DUMPBODY DUMP TRUCK WITH DIESEL / CNG OPTIONS
P. O. B o x 1 5 4 0 T h o m a s v i l l e, G A 3 1 7 9 9 2 2 9-227- 7 0 0 0 F A X 2 2 9-227- 3 2 4 3 w w w. t h o m a s v i l l e. o r g INVITATION TO BID ONE (1) 10-FOOT DUMPBODY DUMP TRUCK WITH DIESEL
More informationRequest for Proposal. Articulated Loader
Request for Proposal Articulated Loader April 17, 2017 1 City of Fargo Request for Proposal The City of Fargo is requesting proposals for (2) Articulated Loaders. Sealed proposals will be received by the
More informationSTATE OF NORTH CAROLINA D DEPARTMENT OF ADMINISTRATION MARCH 20, 1995 PURCHASE AND CONTRACT DIVISION 7125-LM-2C November 9, 1989
STATE OF NORTH CAROLINA 7125-2D DEPARTMENT OF ADMINISTRATION MARCH 20, 1995 PURCHASE AND CONTRACT DIVISION Superseding 7125-LM-2C November 9, 1989 SPECIFICATION FOR LOCKERS, METAL (This specification is
More information-1- SPECIFICATION M-19-BU-N-ZZ FORKLIFT - TRUCK MOUNTED (ON 24 INCH LOAD CENTER) - 5,500 LB INDEX
-1-006900 FORKLIFT - TRUCK MOUNTED (ON 24 INCH LOAD CENTER) - 5,500 LB I. GENERAL FORK LIFT S: A. Intent Statement B. Truck Chassis Information C. Capacity D. Forklift Component E. Engine & Drive Train
More informationMOBILE GANTRY CRANE. DB Series US Tons
MOBILE GANTRY CRANE DB Series 30 50 70 100 140 200 US Tons LEGENDARY QUALITY and design that s more economical than ever! The evolution continues with unmatched value. Designed with you in mind. With a
More informationHALIFAX REGIONAL MUNICIPALITY (HRM) One (1) Loader Mounted Snow Blower TENDER # T Page 1
Page 1 TENDER OF: ADDRESS: CONTACT NAME: TELEPHONE: FAX #: GST REGISTRATION #: To furnish and deliver equipment in accordance with specifications annexed hereto. The undersigned bidder has carefully examined
More informationDestin 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 informationNotice is hereby given of the following changes and questions and answers to the above referenced Bid:
FLORIDA DEPARTMENT OF TRANSPORTATION Procurement Office Joyce Plummer Joyce.plummer@dot.state.fl.us 605 Suwannee Street, MS 20 Tallahassee, Florida 32399-0450 Phone: (850) 414-4568 ADDENDUM NO. 3 DATE:
More informationMOBILE GANTRY CRANE. DB Series US Tons. Courtesy of Crane.Market
MOBILE GANTRY CRANE DB Series 30 50 70 100 140 200 US Tons LEGENDARY QUALITY AND DESIGN THAT S MORE ECONOMICAL THAN EVER! The evolution continues with unmatched value. Designed with you in mind. With a
More informationINVITATION TO BID PURCHASING DEPARTMENT P. O. BOX E. CENTRAL AVENUE THIRD FLOOR VALDOSTA, GEORGIA 31601
INVITATION TO BID PURCHASING DEPARTMENT P. O. BOX 1125 216 E. CENTRAL AVENUE THIRD FLOOR VALDOSTA, GEORGIA 31601 BID # 24-17-18 FOR: (1) Ford T-250 Transit Van or comparable OPENING DATE: March 13, 2018
More informationNOTICE INVITING BIDS 2018 DEPARTMENT OF PUBLIC WORKS VEHICLE CITY OF BEAVER DAM, WISCONSIN
NOTICE INVITING BIDS 2018 DEPARTMENT OF PUBLIC WORKS VEHICLE CITY OF BEAVER DAM, WISCONSIN Sealed volumes, containing proposals, will be received at the City Clerk s Office of the City of Beaver Dam, Wisconsin,
More informationCITY OF 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 informationCITY OF TACOMA ENVIRONMENTAL SERVICES DEPARTMENT
CITY OF TACOMA ENVIRONMENTAL SERVICES DEPARTMENT ADDENDUM NO. 2 DATE: March 30, 2017 REVISIONS TO: Request for Bids Specification No. ES17-0020F METAL SOLID WASTE AND RECYCLING CONTAINERS NOTICE TO ALL
More informationBOCC MEETING TRANSMITTAL. #4 - Effective and Responsive Government. Consent. Ongoing
BOCC MEETING
More informationTEMPORARY REVISION NUMBER
TEMPORARY REVISION NUMBER 7 DATED 1 DECEMBER 2011 MANUAL TITLE MANUAL NUMBER - PAPER COPY TEMPORARY REVISION NUMBER Model 188 & T188 Series 1966 Thru 1984 Service Manual D2054-1-13 D2054-1TR7 MANUAL DATE
More informationBID FOR ONE (1) 1 TON CREW CAB TRUCK WITH SERVICE BODY OPENING APRIL 11, 2019 AT 10:00 A.M.
P. O. B o x 1 5 4 0 T h o m a s v i l l e, G A 3 1 7 9 9 2 2 9-2 2 7-7 0 0 0 F A X 2 2 9-2 2 7-3 2 4 3 w w w. t h o m a s v i l l e. o r g BID FOR ONE (1) 1 TON CREW CAB TRUCK WITH SERVICE BODY OPENING
More informationPhenix City Schools BID NO. GF Purchase of Three New Vehicles. Bid Opening Date & Time: January 7, 2019 at 9:00 AM EST
Phenix City Schools BID NO. GF-2019-06 Purchase of Three New Vehicles Bid Opening Date & Time: January 7, 2019 at 9:00 AM EST The Phenix City Board of Education will receive and publicly open sealed and
More informationCity of Hammond Purchasing Department RFP # General Maintenance and Repair Service Contract City Generators
1 City of Hammond Purchasing Department RFP # 15-33 General Maintenance and Repair Service Contract City Generators Proposals Shall Be Received by the Purchasing Department, City of Hammond 310 East Charles
More informationOtsego County Road Commission
Otsego County Road Commission William T. Holewinski, Jr., Commissioner Troy W. Huff, Commissioner David C. Matelski, Commissioner Jason T. Melancon, Manager Thomas A. Deans, Engineer Rebecca L. Jerry,
More informationRequest for Quote # Armored Vehicle for Hammond Police Swat Team
City Of Hammond Purchasing Department Request for Quote # 15-36 Armored Vehicle for Hammond Police Swat Team Proposals shall be faxed/delivered to the City Of Hammond, Purchasing Department No later than
More informationINVITATION TO BID PURCHASING DEPARTMENT P. O. BOX E. CENTRAL AVENUE THIRD FLOOR VALDOSTA, GEORGIA 31601
INVITATION TO BID PURCHASING DEPARTMENT P. O. BOX 1125 216 E. CENTRAL AVENUE THIRD FLOOR VALDOSTA, GEORGIA 31601 BID # 29-17-18 FOR: One Standby Diesel Pump for Lift Station OPENING DATE: May 22, 2018
More informationNOTICE TO BIDDERS. ONE (1) NEW TANDEM AXLE TRUCK (cab & chassis)
NOTICE TO BIDDERS The Roscommon County Road Commission will receive sealed bids until 2:00 p.m. on Thursday, March 22. 2012. (Bids will be opened at 2:00 p.m. for tabulation and review. Bid results and
More informationRegulatory Parking Signs Inventory and Parking Space Count RFP
Regulatory Parking Signs Inventory and Parking Space Count RFP RFP-2018-04 Questions and Answers 1. What is the desired horizontal accuracy desired for the GPS coordinates 1-3, 5-10, < 30? GPS Coordinates
More informationProduct Specifications for Aluminum Vertical Break Switches
1. General a) This specification covers the design, manufacture, and shipment of aluminum vertical break switches, both air-break and load-break configurations, for substation and transmission switching
More informationGALLATIN PUBLIC UTILITIES
GALLATIN PUBLIC UTILITIES Bid Proposal Item: Single Axle Dump Truck Bid Date: Company Address: Phone Number: Manufacturer: Bid Information (1) Prices F.O.B., 249 Hancock Street, Gallatin, Tennessee 37066.
More informationHOUGHTON COUNTY ROAD COMMISSION GUIDELINES FOR THE MOVEMENT OF OVERSIZE OR OVERWEIGHT VEHICLES AND LOADS
HOUGHTON COUNTY ROAD COMMISSION GUIDELINES FOR THE MOVEMENT OF OVERSIZE OR OVERWEIGHT VEHICLES AND LOADS General instructions, information and procedure governing the issuance of special permits for the
More information(2111) Digital Test Rolling REVISED 07/22/14 DO NOT REMOVE THIS. IT NEEDS TO STAY IN FOR THE CONTRACTORS. SP
S-xx (2111) Digital Test Rolling REVISED 07/22/14 DO NOT REMOVE THIS. IT NEEDS TO STAY IN FOR THE CONTRACTORS. SP2014-54.2 The Veda Software and Digital Test Rolling forms are available on the MnDOT Advanced
More informationREQUEST FOR BIDS (RFB) # (1) NEW X4-3/4 TON EXTENDED CAB PICKUP TRUCK WITH LIFT GATE POSTING DATE: MARCH 7, 2018
REQUEST FOR BIDS (RFB) #18-022-25 (1) NEW 2018 4X4-3/4 TON EXTENDED CAB PICKUP TRUCK WITH LIFT GATE POSTING DATE: MARCH 7, 2018 RESPONSE DEADLINE: MARCH 27, 2018 11:00 A.M. CENTRAL STANDARD TIME (CST)
More informationMOHAWK MODEL TR-110 / 30 SPECIFICATIONS HEAVY DUTY FOUR POST DRIVE-ON VEHICLE LIFT
MOHAWK MODEL TR-110 / 30 SPECIFICATIONS 1.0 SCOPE HEAVY DUTY FOUR POST DRIVE-ON VEHICLE LIFT 1.1 THIS SPECIFICATION SETS FORTH THE CUSTOMERS REQUIREMENTS FOR THE PURCHASE OF A HEAVY DUTY FOUR-POST, DRIVE-ON,
More informationCITY OF BARTLETT 6400 STAGE ROAD BARTLETT, TENNESSEE 38134
CITY OF BARTLETT 6400 STAGE ROAD BARTLETT, TENNESSEE 38134 A. Keith McDonald, Mayor Mark Brown, Chief Administrator Officer Dick Phebus, Finance Director Bill Yearwood, Director of Public Works INVITATION
More informationCity of New Haven. 101 FRONT STREET PO BOX 236 NEW HAVEN, MO Phone * * Fax
City of New Haven 101 FRONT STREET PO BOX 236 NEW HAVEN, MO 63068 Phone 573-237-2349 * www.newhavenmo.org * Fax 573-237-4696 August 20, 2014 Request for Bids, Medium Duty Truck City of New Haven The City
More informationADDENDUM NO. 1 INVITATION FOR BID FOR BUS ENGINE SUPPLY. IFB NO: 2018-FP-08 Date Issued: August 6, 2018
602 N. Staples, Corpus Christi, Texas 78401 p. 361-289-2712 f. 361-903-3578 www.ccrta.org ADDENDUM NO. 1 INVITATION FOR BID FOR BUS ENGINE SUPPLY IFB NO: 2018-FP-08 Date Issued: August 6, 2018 INSTRUCTIONS:
More informationCITY OF HAYS, KANSAS BID PROPOSAL REQUEST FOR A COLD PLANER TABLE OF CONTENTS
CITY OF HAYS, KANSAS BID PROPOSAL REQUEST FOR A COLD PLANER TABLE OF CONTENTS INVITATION TO BID PAGE 1 BID INSTRUCTIONS PAGE 2 GENERAL INFORMATION/TECHNICAL SERVICES TAXES PAGE 3 ITEM SPECIFICATIONS PAGE
More informationSOMERSET 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 informationCITY OF MOBILE. Purchasing Department and Package Delivery: Government Plaza 4th Floor, Room S Government St Mobile, Alabama 36644
Mailing Address: P. 0. Box 1948 Mobile, Alabama 36633 (251) 208-7 434 CITY OF MOBILE Purchasing Department and Package Delivery: Government Plaza 4th Floor, Room S-408 205 Government St Mobile, Alabama
More informationBID PACKAGE (2)NEW 2018 SELF-PROPELLED BROOMS
Bannock County Public Works 5500 south fifth Pocatello, Idaho 83204 Ph. (208) 233-9591 BID PACKAGE (2)NEW 2018 SELF-PROPELLED BROOMS The undersigned hereby agrees and proposes to furnish two (2) new 2018
More informationTEMPORARY REVISION NUMBER
TEMPORARY REVISION NUMBER 8 DATED 1 DECEMBER 2011 MANUAL TITLE MANUAL NUMBER - PAPER COPY TEMPORARY REVISION NUMBER 1978 Thru 1986 Model R182 & TR182 Service Manual D2069-3-13 D2069-3TR8 MANUAL DATE 15
More informationMARYLAND CONSTRUCTION AND MATERIALS CONFERENCE CRAIG TALBOTT MARYLAND MOTOR TRUCK ASSOCIATION
MARYLAND CONSTRUCTION AND MATERIALS CONFERENCE CRAIG TALBOTT MARYLAND MOTOR TRUCK ASSOCIATION ELDs The Law Congress mandated ELDs in 2012 -- MAP-21 MAP-21 required the DOT Secretary to: adopt regulations
More informationCity of Portsmouth Portsmouth, New Hampshire Department of Public Works. Bid# Five (5) 2018 Ford Trucks INVITATION TO BID
City of Portsmouth Portsmouth, New Hampshire Department of Public Works Bid#52-18 Five (5) 2018 Ford Trucks INVITATION TO BID Sealed bid proposals, plainly marked Bid#52-18 Five (5) 2018 Ford Trucks on
More informationCHAIN WEAR ANALYSIS WITH LUBECON
CHAIN WEAR ANALYSIS WITH LUBECON LUBECON THE EXPERT IN CHAIN WEAR ANALYSIS CASTROL S LUBECON BRAND OFFERS YOU A COMPLETE RANGE OF WORLD-CLASS CHAIN LUBRICANTS, LUBRICATING EQUIPMENT AND PRODUCT SUPPORT
More informationRequest For Bids. Sewer Cleaner Truck
Release: Tuesday 14 November 2006 Closes: Friday 1 December 2006 CITY OF BISHOP 377 West Line Street - Bishop, California 93514 Post Office Box 1236 - Bishop, California 93515 760-873-8458 publicworks@ca-bishop.us
More informationInstallation Instructions
Mar 13, 2018 1955-1957 Chevy Smooth Firewall Part number 81511 Installation Instructions The following instructions are intended for professional installers and are guidelines only. Speedtech Performance
More informationNot available or does not meet spec. Item Number. Feature Description Meets Exceeds
December 29, 2010 ADDENDUM #1 11-012 Truck Mounted 220 Gallon Air Atomizing Application Striping Unit This Addendum No. 1 contains the following addition to the ifications and a revised bid form. Item
More informationDepartment 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 informationRequest for Proposal Sign Truck & Crane August 11, 2014
Request for Proposal Sign Truck & Crane August 11, 2014 1 City of Fargo Request for Proposal The City of Fargo is requesting proposals for one (1) Sign Truck and Crane Body. Sealed proposals will be received
More informationSTATE OF NORTH CAROLINA E DEPARTMENT OF ADMINISTRATION AUGUST 28, 1995 PURCHASE AND CONTRACT DIVISION D MARCH 23, 1995
STATE OF NORTH CAROLINA 7520-1E DEPARTMENT OF ADMINISTRATION AUGUST 28, 1995 PURCHASE AND CONTRACT DIVISION Supersedes 7520-1D MARCH 23, 1995 SPECIFICATION FOR STAPLERS, PAPER FASTENING (This specification
More informationMICHIGAN DEPARTMENT OF TRANSPORTATION SPECIAL PROVISION FOR PAVEMENT RIDE QUALITY (IRI ACCEPTANCE CRITERIA)
MICHIGAN DEPARTMENT OF TRANSPORTATION 03SP502(P) SPECIAL PROVISION FOR PAVEMENT RIDE QUALITY (IRI ACCEPTANCE CRITERIA) C&T:TEH 1 of 8 C&T:APPR:JFS:MJE:01-28-08 FHWA:APPR:02-01-08 a. Description. Provide
More informationSolar*Rewards Community Engineering Frequently Asked Questions For Garden Operators Minnesota
P a g e 1 Solar*Rewards Community Engineering Frequently Asked Questions For Garden Operators Minnesota The purpose of this document is to provide Garden Operators further documentation of engineering
More informationJuly 23, Tyler Diep (4:04 arrival) Joy L. Neugebauer Al P. Krippner Margie L. Rice Frank Cobo
MINUTES OF THE ADJOURNED REGULAR MEETING OF THE BOARD OF DIRECTORS OF THE MIDWAY CITY SANITARY DISTRICT OF ORANGE COUNTY 14451 CEDARWOOD AVENUE WESTMINSTER, CA 92683 CALL TO ORDER July 23, 2013 President
More information(ADDENDUM COVER SHEET)
(ADDENDUM COVER SHEET) TO ALL PROSPECTIVE BIDDERS: PLEASE NOTE THE FOLLOWING CHANGES: PURCHASING DIVISION BOARD OF COUNTY COMMISSIONERS BROWARD COUNTY, FLORIDA A D D E N D U M NO. 1 DUMP TRUCK (NON-SHELTERED
More informationWork Tools Telehandlers
Work Tools Telehandlers Access Platform Bale Handler Buckets Carriages Forks Lifting Hook Manure Forks Material Handling Arm Self Tipping Hopper Truss Boom Caterpillar Work Tools Designed for maximum performance,
More informationINSTALLATION INSTRUCTIONS
INSTALLATION INSTRUCTIONS PERFORMANCE AT THE WHEELS KITS W156-6 & W156-7 1965-74 MOPAR B & E BODY Thank you for choosing STAINLESS STEEL BRAKES CORPORATION for your braking needs. Pleases take the time
More informationADDENDUM NO. 1 FOR SPECIFICATION NO.: RFQ NO.: 3358 FOR DIESEL-POWERED SALT CONVEYOR
ADDENDUM NO. 1 FOR SPECIFICATION NO.: 77818 RFQ NO.: 3358 FOR DIESEL-POWERED SALT CONVEYOR For which bids were scheduled to open in the Bid and Bond Room, City Hall, 121 North La Salle Street, Room 301,
More informationINSTALLATION MANUAL. Thunderstone Manufacturing LLC 3400 West O Street Lincoln, NE (Fax)
INSTALLATION MANUAL August 7 th 2018 43 /48 /50 2011 and Older Timpte STD/Split 36 Style Hopper Trailers with Roller Bearing Doors Kit #101533 for 96w & Kit #101534 for 102w Thunderstone Manufacturing
More informationADDENDUM 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 informationADDENDUM NO. 1 INVITATION FOR BIDS FOR LUBRICANT AND FLUID SUPPLY. RFP NO.: 2018-SP-03 Date Issued: March 13, 2018
ADDENDUM NO. 1 INVITATION FOR BIDS FOR LUBRICANT AND FLUID SUPPLY RFP NO.: 2018-SP-03 Date Issued: March 13, 2018 INSTRUCTIONS: (1) BIDDER is required to comply with this Addendum No. 1. (2) This Addendum
More informationBevill State Community College Transportation Policy
Bevill State Community College Transportation Policy STATE BOARD POLICY 401.01 No college-owned or college-operated vehicle shall be used for any purpose other than for the authorized official transportation
More information-1- SPECIFICATIONS PERMANENTLY MOUNTED CONE SETTER PLATFORM ATTACHMENT INDEX
-1-002086 PERMANENTLY MOUNTED CONE SETTER PLATFORM ATTACHMENT INDEX I. GENERAL EQUIPMENT : A. Intent Statement B. Cone Setter Platform II. III. 1. General Specifications 2. Mounting Components 3. Close
More informationBOSS STEEL Metal Reference Book Version 9
Intro BOSS STEEL Metal Reference Book Version 9 This ninth edition of the Boss Steel Metal Reference Book has been designed to inform and assist you in making the right decision when it comes to acquiring
More informationSPECIAL SPECIFICATION 7506 High Pressure Waterblasting System
2004 Specifications CSJ 6199-06-001 SPECIAL SPECIFICATION 7506 High Pressure Waterblasting System 1. Description of Work. Furnish a high pressure waterblasting system for removing paint, thermoplastic,
More informationTOTAL FLEET TRANSPARENCY.
MORE THAN TELEMATICS. TOTAL FLEET TRANSPARENCY. FLEET MANAGEMENT Real-Time Data Enables Well-Informed Decisions That Drive A Stronger Bottom Line From vehicle health to customizable alerts, our fleet management
More informationREQUEST FOR BID (RFB) # B X4 ONE TON CHASSIS CAB DUALLY POSTING DATE: MARCH 7, 2018
REQUEST FOR BID (RFB) #18-001-30B 2018 2X4 ONE TON CHASSIS CAB DUALLY POSTING DATE: MARCH 7, 2018 RESPONSE DEADLINE: APRIL 4, 2018 11:00 A.M. CENTRAL DAYLIGHT TIME (CDT) TO: DAVE FRISQUE MARINETTE COUNTY
More informationINVITATION 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 informationEnterprise Fleet Management System
Enterprise Fleet Management System University of Wisconsin Portal User Guide Link: https://fleetportal.wi.gov Contents Introduction and Login...2 Getting Started Log-in Page...3 Home Page...4 Completing
More informationTAM International, Inc. QI Visible Magnetic Particle Inspection
TAM International, Inc. QI-8.2.4-12 Visible Magnetic Particle Inspection Approved by Quality Assurance Manager Signature/Date: Greg Fletcher Reviewed by Sr. Quality Analyst Signature/Date: Thomas Young
More informationHELICOPTER DECKS AND FACILITIES (HELIDK AND HELIDK(SRF)) APRIL 2008
GUIDE FOR THE CLASS NOTATION HELICOPTER DECKS AND FACILITIES (HELIDK AND HELIDK(SRF)) APRIL 2008 NOTICE NO. 2 June 2012 The following Rule Changes become EFFECTIVE AS OF 1 JUNE 2012. (See http://www.eagle.org
More information(1) 2018 New Trailer Mounted Spray Injection Road Repair Machine
The Roscommon County Road Commission will receive sealed bids until 2:00 p.m. on Wednesday, July 11th, 2018. (Bids will be opened at 2:00 p.m. for tabulation and review. Bid results and staff recommendations
More information1. Highway Traffic Act Weight & Dimension Limitations
GUIDELINES FOR OVERSIZE/OVERWEIGHT VEHICLES May 2012 1. Highway Traffic Act Weight & Dimension Limitations An oversize/overweight permit is required when the dimensions or weight of a vehicle(s) exceeds
More informationLine Body Canopy and Accessories:
ATTACHMENT A Heavy Crew Truck Line Body and Accessories Installation. TMWA provided cab & chassis specifications are provided on last page The Cab & Chassis will be a Freightliner (All Other Items Referenced
More information36-1 DP PLEASE READ BEFORE USING THIS EQUIPMENT
36-1 DP PLEASE READ BEFORE USING THIS EQUIPMENT DP 36-1 Assembly Instructions PLEASE READ INSTRUCTIONS COMPLETELY BEFORE STARTING We thank you for purchasing the DP-36 pressure system. This system has
More informationE/ECE/324/Rev.1/Add.57/Rev.2/Amend.4 E/ECE/TRANS/505/Rev.1/Add.57/Rev.2/Amend.4
11 July 2016 Agreement Concerning the Adoption of Uniform Technical Prescriptions for Wheeled Vehicles, Equipment and Parts which can be Fitted and/or be Used on Wheeled Vehicles and the Conditions for
More informationH OUSTON COUNTY BOARD OF COM M I SSI ONERS
H OUSTON COUNTY BOARD OF COM M I SSI ONERS 2020 KI N GS CH A PEL ROAD TELEPH ON E (478) 218-4800 PERRY, GA 31069-2828 FACSIMILE (478) 218-4805 M ARK E. BAKER PURCHASING A GEN T August 14, 2018 Dear Vendor:
More informationSFI SPECIFICATION 15.4 EFFECTIVE: JULY 20, 2010 * PRODUCT: Top Fuel and Funny Car Drag Race Drive Beadlock Wheels
SFI SPECIFICATION 15.4 EFFECTIVE: JULY 20, 2010 * PRODUCT: Top Fuel and Funny Car Drag Race Drive Beadlock Wheels 1.0 GENERAL INFORMATION 1.1 This SFI Specification establishes uniform test procedures
More informationLine Striping Systems
Line Striping Systems Graco s Complete Line of Professional Line Striping Equipment. PROVEN QUALITY. LEADING TECHNOLOGY. Line Striping Systems Graco - The Best in Pavement Marking Technology! LineLazer
More informationPURCHASING DEPARTMENT
PURCHASING DEPARTMENT TWELVE EAST 4 TH AVENUE, SUITE 106 ROME, GEORGIA 30161 PHONE: 706.291.5118 FAX: 706.290.6099 www.romefloyd.com Date: 7/26/2016 To: To Whom It May Concern Request for Quote: 16-0808
More informationDOT REVIEW & FACT-FINDING
INTERSTATE OPERATIONS (Crossing any state line) A Commercial Motor Vehicle (CMV) is any vehicle that is used as part of a business involved in interstate commerce and: 1) Weighs in excess of 10,000 pounds,
More information