CITY OF CORALVILLE th Street, Coralville, IA
|
|
- Corey Robertson
- 5 years ago
- Views:
Transcription
1 CITY OF CORALVILLE th Street, Coralville, IA REQUEST FOR BID THIS IS NOT AN ORDER STATE BELOW THE PRICE AND DELIVERY FOR ITEMS DESCRIBED HEREIN, BASED ON THE SPECIFICATIONS, TERMS AND CONDITIONS CONTAINED HEREIN. SUBMIT BID TO THE CITY CLERK AT THE ADDRESS BELOW, BY THE TIME AND DATE SPECIFIED, IN A SEALED ENVELOPE CLEARLY MARKED WITH BID#, AS NOTED BELOW. NO FAXED BIDS ACCEPTED. DATE : March 6, 2015 BID#: , Purchase One (1) Heavy Duty Cab & Chassis Truck (Plow Truck) BID OPENING: 2:00 PM, March 17, 2015 Lobby Conference Room, City Hall, th St, Coralville, IA DELIVERY ON OR BEFORE: F.O.B.: 180 days after award of bid. City of Coralville Streets Dept, 750 Camp Cardinal Blvd, Coralville, IA COST SUMMARY: 1. YEAR/MAKE/MODEL: 2. COST: EACH TOTAL (4) Option A, Outright Purchase: ONE (1) HEAVY DUTY CAB AND $ $ A CHASSIS TRUCKS Option B, Rustproofing $ $ B Option C, Extended Warranty: $ $ C FIVE (5) YEARS/100,000 MILES, POWER TRAIN ONLY Type Years Miles Deductible 3. DELIVERY: If awarded the contract of the above bid, we agree to deliver equipment on or before, if formal order to proceed is received by. Name of Firm: Address: Name & Title of Representative: Signature of Representative: Address: Web Site Address: www. Date Signed: Date Bid Expires: Phone No. Fax No. Streets Superintendent: Eric Fisher efisher@ci.coralville.ia.us Submit Bid to: City of Coralville Attn: City Clerk Bid # : th St., Coralville, IA 52241
2 Section I. SPECIFIC CONDITIONS AND INSTRUCTIONS TO THIS PROPOSAL BID #15-101, PURCHASE ONE (1) HEAVY DUTY CAB AND CHASSIS TRUCKS The City of intends to purchase ONE (1) NEW AND UNUSED HEAVY DUTY CAB AND CHASSIS TRUCKS to be used by the Streets Division according to the minimum specifications outlined in Section II of this document. The cab and chassis will be used for general hauling and snow removal operations, and will have 11 /12 Multi-Purpose/Municipal dump bodies with front mount cylinder, installed by another vendor. Snow plows and wing plows will be mounted by another vendor, where required. All transportation, installation and delivery charges shall be included in the bid price. The SPECIFIC CONDITIONS AND INSTRUCTIONS TO THIS PROPOSAL in Section I and the DETAILED SPECIFICATIONS in Section II clarify this specific document but are in addition to the GENERAL CONDITIONS AND INSTRUCTIONS TO BIDDERS in Section III. The City reserves the right to consider not only the bid price but also the ability of the vendor to provide service and parts for the vehicle(s)/equipment. Contract Compliance will be forwarded to the awarded Vendor ONLY. A. The following options will be considered: 1. Option A: Outright Purchase. 2. Option B: Rust Proofing. 3. Option C: Extended Warranty. B. Vehicles acceptable for bid shall include: 1. Freightliner 2. Peterbilt 3. Or acceptable alternate C. Delivery: 1. The Contractor shall coordinate delivery with the Street Superintendent. 2. Delivery of the new vehicle(s)/equipment is required on or before September 15, 2015 unless another date is mutually agreed upon. Vehicle(s)/equipment shall be completely operational and ready for service when delivered to the Equipment Division. D. Sale of vehicle(s)/equipment may be in the form of trade-in or outright sale. Vehicle(s)/equipment will be made available when taken out of service. E. Bidding Requirements: 1. Bidders are not required to bid on all options for their bid to be considered. 2. No bid security will be required.
3 4. Bidder shall submit the following: a. Completed and signed COST SUMMARY, Page 1. b. Completed DETAILED SPECIFICATIONS, Sec. II. c. Manufacturer's catalogs, specifications sheets, or other literature, giving full detailed information on vehicle(s)/equipment bid. The vehicle(s)/equipment shall be identified in the catalog, specification sheets, or literature by model and number. d. Manufacturer's warranty literature (engine and power train as well as entire vehicle). F. Contract Award: 1. It is the intent of the City to make an award within fourteen (14) calendar days of the bid opening date. 2. Award for the purchase and trade-in(s), if any, shall be in the form of a Purchase Order. 3. Award shall be based on the criteria in Sec. III-D, GENERAL CONDITIONS AND INSTRUCTIONS TO BIDDERS. 4. Consideration may be given to delivery date, anticipated parts and service, analysis and comparison of vehicle(s)/equipment specifications details, and past experience of the City with similar or related vehicle(s)/equipment. 5. Awarded Contractor shall complete and return contract compliance within thirty (30) calendar days of contract award. QUESTIONS: Detailed Specifications Equipment Purchasing
4 SECTION II. DETAILED SPECIFICATIONS BID #15-101, PURCHASE ONE (1) HEAVY DUTY CAB AND CHASSIS TRUCKS MINIMUM SPECIFICATION MEETS EXCEEDS COMMENTS General Requirements 1. Bid Completion: Bidder shall complete every item in these specifications with a check mark to indicate the item MEETS or EXCEEDS specification. Also include a description under COMMENTS to indicate deviation from the specifications OR where additional information is requested. 2. Specifications: These specifications describe the minimum technical requirements of the proposed vehicle(s)/equipment. Any items appearing in the manufacturer's regular published specifications are assumed to be in the Bidder's Proposal. Any additions, deletions or variations from the manufacturer's regular published specifications must be outlined in the detailed specifications below. 3. Current Year/Model: The awarded Contractor shall provide F.O.B., Iowa, one (1) new and unused, current year and model production, vehicle(s)/equipment as described throughout Section II, DETAILED SPECIFICATIONS. 4. Compliance: At the time of delivery, Contractor shall certify that the vehicle(s)/equipment meet all applicable State and Federal Motor Vehicle and OSHA Safety Standards. 5. Installation of Accessory Equipment: The City shall be responsible for the installation of dump bodies, light bars, two-way radios, and other equipment. 6. Vehicle proposed: Specify YEAR/MAKE/MODEL of proposed unit(s) and state as item 1 on COST SUMMARY, page EPA Mileage Estimate: Specify / City/Highway
5 1. GVWR of 37,000 minimum. Dump bodies will be mounted on these chassis. State GVWR rating. 2. Wheelbase shall be consistent with CA (see item #3) and BBC (see item #5). State wheelbase. 3. Cab-to-Axle (CA) distance shall be 96 inches minimum, 102 inches maximum. State applicable cab-to-axle distances. 4. Frame shall be section modulus 15.9 minimum with minimum RBM of 1,749,000 inch pound and shall included standard production integral front frame extension for front-mounted PTO pump and plow. Frame rails shall be clear top and outside from cab to rear suspension bracket. NO bolt-on frame extensions shall be accepted. 5. Body shall be fully enclosed with two (2) doors and be of the cab/chassis configuration with no body or box on the rear of the unit. The distance from the front of the grille to the back of the cab (BBC) shall be a minimum of 92 inches to a maximum of 110 inches. The cab shall have a one-piece fiberglass hood assembly to tilt forward for engine access (must provide access to engine after plows are mounted). Grille shall be fixed mounted and have a hole for a driveshaft off the front of the engine crankshaft for a front-mounted PTO. State BBC distance. State cab floor to headliner height in inches. 6. Vehicle Interface Wiring connectors for BOTH Body Builders AND Transmission shall be provided on back of cab. 7. Front Bumper shall be standard factory-painted with tow hooks. 8. Windshield Wipers and Horn shall be electric. Wipers to be intermittent with washer. Horn shall be electric. 9. Mirrors shall be provided as follows: Dual exterior rear view mirrors; heated west coast style rear view mirrors, a minimum 6 inches by 16 inches. One (1) eight (8) inch convex mirror mounted to bottom of each west coast mirror. 10. All Windows shall have tinted safety glass. 11. Exterior shall be white in color. Left and right grab handles shall be mounted on cab to assist entry. Body
6 12. Rust proofing may be considered as an option. Specify type/method of rust proofing. Note price as Option B on the COST SUMMARY, page Exhaust shall be horizontal with vertical B pillar. Exhaust not to extend more than 3 behind cab. 1. Front Axle shall have 14,000 pound minimum capacity. Set back front axle. State axle make and capacity. 2. Front Springs shall be 16,000 pound minimum capacity. Shall have heavy duty shock absorbers. Greaseless shackles are required. State spring capacities. 3. Turning Radius shall be 35 feet maximum. State tuning radius. 4. Rear Axle shall be single reduction, 26,000 pound minimum capacity. Rear axle shall have driver controlled traction differential. Top speed approximately 65 mph. State axle make, capacity, ratio and top speed (mph). 5. Rear Springs shall be 15,000 pound per side minimum capacity each at ground. No exceptions. State spring capacities. 6. Brakes shall be full air, dual system, cam actuated with spring set parking brake. System shall be equipped with Bendix-Westinghouse AD-9 air dryer and minimum 18 CFM air compressor. Adjustment shall be S-cam type, if available. Anti-lock braking system shall be included, if available. Auto slack adjuster (Rockwell/Meritor brand) on all brakes. Dust shields required on rear axle brakes. State if ABS equipped. 7. Engine shall be a Cummins turbo charged In Line six (6) cylinder; (minimum 230 HP, 600 pound torque); diesel or acceptable alternate. SCR System is required. Engine shall include dry type air cleaner, magnetic crankcase drain plug. And front crankshaft pulley equipped with flange for PTO driveshaft. Right hand vertical exhaust. State engine make, model, horsepower and displacement. Body - Continued Power Train
7 8. Spare Service Filters. One (1) complete extra set of filters shall be provided at time the truck is delivered. Set to include air filter, oil filter(s) and fuel filter(s). 9. Transmission shall be an Allison six (6) speed automatic 3500 RDS with PTO provisions. Auxiliary transmission oil cooler required. State transmission type and number. 10. Driveline shall be tubular shafts, heavy duty U-Joints. Teflon coated drive splines or glide coated. 11. Steering shall be powered assisted, dual cylinder if available. State if dual cylinder equipped. 12. Fuel Tank shall be a left side tank with 45 gallon minimum capacity. Fuel tank shall not extend more than five (5) inches beyond the back of cab plane. Aluminum fuel tank is required. State fuel tank capacity and location. 13. Electrical System shall include a minimum of two (2) heavy duty, 12-volt, maintenance-free batteries. Battery system shall provide at least 2000 CCA in excess of that required to start engine. Alternator shall be Delco Remy 22 SI, 130 amp minimum. Minimum of four extra upfitter switches mounted in dash. Factory installed plow light wiring package shall be included. State battery and alternator rating capacity. 14. Cooling System shall be the maximum capacity cooling system available. System shall be equipped with a thermostatic fan clutch, and shall provide for front-mounted PTO drive shaft from crankshaft pulley. Heavy duty silicone hose or blue stripe shall be used for all heater and radiator hoses. State radiator size and system capacity. 15. Engine Block Heater and In-Line Fuel Heater, if available shall be factory installed. These units shall be 110-volt. State manufacturer. 16. Wheels shall be Budd style wheels. Wheels shall be Accuride powder coated white, no exceptions. 17. Tires shall have a minimum load range of "H" PR (16 ply) and shall be Michelin 11R x 22.5 tubeless XZE2 tread in front, XDE M/S in rear. Must meet and exceed GVWR of truck. State tire make, model and load range. Power Train - Continued
8 1. Air Conditioning is required and shall be factory installed. 2. Heater/Defroster shall be heavy-duty fresh-air type, factory installed. 3. Instrumentation shall include gauges for engine temperature, battery/charging condition, engine oil pressure, air pressure and engine RPM. Automatic engine warning system for high engine temperature/low oil pressure shall have light and buzzer. Mechanical flasher required. Back-up alarm required. OEM installed ground speed output sensor wire required. State make and model of engine warning system. 4. Radio shall be factory installed standard production AM/FM radio with antenna. 5. Tilt Steering Wheel shall be factory installed, round, with anti-slip surface. 6. Interior Dome Light shall be factory installed on the ceiling of the cab. 7. Sun Visors for both driver and passenger shall be factory installed. 8. Interior shall include High Back Air Ride Driver s Seat and one (1) passenger high back design seat. High back seats required for safety. Seats shall be of cordura fabric. Interior shall be heavy-duty all-vinyl in tan or gray color. Arm rests shall be provided on the interior of both doors. Floor covering shall be rubber in a dark color. Airbag shall be included if available. State if airbag equipped Volt Access. Minimum one (1), ignition switched, 12-volt customer accessible access power terminal located in cab required. 1. Two (2) instruction books/operator's manuals. 2. One (1) repair/overhaul/service manual(s). 3. One (1) electrical wiring diagram to basic vehicle, if not contained in service manual. 4. One (1) diesel engine overhaul/service manual, including emissions system. 5. One (1) body builder wiring/service manual. Interior Manuals
9 1. Minimum Warranty: A minimum of two (2) years/unlimited miles parts and labor shall be provided on all components. Regardless of any statement to the contrary, it is agreed that the implied warranty of merchantability and fitness for a specific purpose is not disclaimed. 2. Extended Warranty: State cost for extended warranty plans as Option C on the COST SUMMARY, page 1. Power Train ONLY, Five (5) years/100,000 miles. 3. Warranty Literature: Manufacturer's warranty literature shall be included in the bid. Warranty Submitted bids must also include explanation of cost, availability and operating requirements for engine diagnostic software, if available. State Software Information (if available):
CITY OF CORALVILLE th Street, Coralville, IA
CITY OF CORALVILLE 1512 7 th Street, Coralville, IA 52241 319-248-1740 REQUEST FOR BID THIS IS NOT AN ORDER STATE BELOW THE PRICE AND DELIVERY FOR ITEMS DESCRIBED HEREIN, BASED ON THE SPECIFICATIONS, TERMS
More 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 informationALLEGAN COUNTY ROAD COMMISSION PROPOSAL FOR WESTERN STAR TANDEM REAR AXLE DUMP TRUCKS (CAB & CHASSIS) MINIMUM 64000# GVWR
ALLEGAN COUNTY ROAD COMMISSION PROPOSAL FOR WESTERN STAR TANDEM REAR AXLE DUMP TRUCKS (CAB & CHASSIS) MINIMUM 64000# GVWR Board of County Road Commissioners of the County of Allegan 1308 Lincoln Road Allegan,
More 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 informationNELSON COUNTY FISCAL COURT
NELSON COUNTY FISCAL COURT Specifications/Bid Forms FOR 25 CUBIC YARD REAR PACKER,REAR EJECTION, GARBAGE TRUCK DATE: 08/2017 ADVERTISEMENT FOR BIDS The Nelson County Fiscal Court will accept sealed bids
More 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 informationQUOTE For a 2017 Fire Department Conventional Truck Chassis-Water Tender With PTO Pump
Town of Wascott PO Box 159,Wascott, WI 54890 Phone: 715/466-4252 Email: wascott@centurytel.net QUOTE For a 2017 Fire Department Conventional Truck Chassis-Water Tender With PTO Pump Note: Bidders must
More informationRequest for Bids INFORMATION FOR BIDDERS. FURNISH THE CITY OF DERBY, KANSAS, ONE (1)2014 or NEWER TANDEM AXLE 10 YARD DUMP TRUCK w/ PLOW
Request for Bids City of Derby Public Works 2015-027 INFORMATION FOR BIDDERS FURNISH THE CITY OF DERBY, KANSAS, ONE (1)2014 or NEWER TANDEM AXLE 10 YARD DUMP TRUCK w/ PLOW 1. Sealed bids, on the attached
More informationThe bidder shall furnish a complete set of Operator, Service, and Parts Manuals with each body sold.
2013 Model or current production year 34,000 G.V.W.R. Cab and Chassis INTENT: These specifications describe a Dump Truck. GENERAL TERMS: All equipment furnished under this contract shall be new, unused,
More informationFLAT BED STAKE BODY TRUCK
Group 1 Contract Attachment 4 Price Sheet: Dump Trucks Please see Attachment D: Instruction and General Information for Instructions, Color Key, and Reference Key. GVWR* Code 2 Base Vehicle Description3
More informationBID SPECIFICATIONS FOR HEAVY DUTY DUMP TRUCK CHASSIS - OPTION A 2013 Mack GU 713 $109, (INCLUDING OPTIONS)
BID SPECIFICATIONS FOR HEAVY DUTY DUMP TRUCK CHASSIS - OPTION A 2013 Mack GU 713 $109,599.00 (INCLUDING OPTIONS) GENERAL These specifications shall be construed as the minimum acceptable standards for
More 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 SPECIFICATIONS FOR HEAVY DUTY DUMP TRUCK CHASSIS - OPTION A 2015 MACK GU 713 $110, (INCLUDING OPTION) TIER 3
BID SPECIFICATIONS FOR HEAVY DUTY DUMP TRUCK CHASSIS - OPTION A 2015 MACK GU 713 $110,599.00 (INCLUDING OPTION) TIER 3 GENERAL These specifications shall be construed as the minimum acceptable standards
More informationMANISTEE COUNTY ROAD COMMISSION 2019 TANDEM AXLE TRUCK SPECIFICATIONS AND BID REQUIREMENTS (ALTERNATE BID) January 4, 2018
GENERAL 1. The following minimum specifications are for a tandem axle truck (conventional cab and chassis with an engine and transmission). 2. The truck shall be the manufacturer s current model under
More informationHEAVY DUTY TRUCKS. Business Rack Clock Digital $
IFB No. 2016-002 for 2017 Vehicles Group I Dealer Name: Date: Minimum Specifications for ALL Heavy Duty Trucks are as Follows: Driver Air bag, Arm Rests - All Doors, Factory Air Conditioning, Factory Auxiliary
More informationType 3 Fire Engine Model 346
Type 3 Fire Engine Model 346 Issue Date: February 2016 Supersedes: February 2014 Type 3 Fire Engine, Model 346 Supersedes February 2014 Page 1 Table of Contents Record of Revisions 3 1 General 4 1.1 General
More informationCOLLEGE COMMUNITY SCHOOL DISTRICT BID SHEET. THREE (3) 78 PASSENGER TRANSIT STYLE SCHOOL BUSES and ONE (1) 65 PASSENGER LIFT BUS
COLLEGE COMMUNITY SCHOOL DISTRICT BID SHEET THREE (3) 78 PASSENGER TRANSIT STYLE SCHOOL BUSES and ONE (1) 65 PASSENGER LIFT BUS Bid #1 Three (3) 2010 (78) Passenger Transit Style School Buses and One (1)
More informationBID SPECIFICATIONS FOR HEAVY DUTY DUMP TRUCK CHASSIS - OPTION D CT660S $129, (INCLUDING OPTION)
BID SPECIFICATIONS FOR HEAVY DUTY DUMP TRUCK CHASSIS - OPTION D CT660S $129,914.00 (INCLUDING OPTION) GENERAL These specifications shall be construed as the minimum acceptable standards for a heavy duty
More informationREQUEST FOR QUOTATIONS
Public Works Department REQUEST FOR QUOTATIONS 12 14 YARD DUMP TRUCK PURCHASE Due: Thursday, July 27, 2017 No later than 2:00 P.M. Submit to: City of Arroyo Grande Attn: Public Works Department 1375 Ash
More informationBarrow County Board of Education 179 W. Athens Street Winder, Georgia 30680
Barrow County Board of Education 179 W. Athens Street Winder, Georgia 30680 Judy Roberts Telephone: 770-867-4527 x100214 Business Services Fax: 770-867-4540 E-Mail: jroberts@barrow.k12.ga.us Barrow County
More informationRequest for New Heavy Duty 3/4 ton Pickup Truck for Lee County Emergency Management
General: The attached specification is to aid in the purchase of an efficient and dependable 4-wheel drive pickup truck for the Office of Lee County Emergency Management. Bids must be submitted to Lee
More informationREQUEST FOR SEALED BID CAB/CHASSIS FOR MEDIUM DUMP TRUCK WITH SALT SPREADER NOVEMBER 18, 2015
REQUEST FOR SEALED BID CAB/CHASSIS FOR MEDIUM DUMP TRUCK WITH SALT SPREADER NOVEMBER 18, 2015 Sealed bids will be received until 2:00 p.m. on Monday, December 7, 2015, by the City of Martinsville, to contract
More informationPART 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 informationINSTRUCTIONS TO BIDDERS AND SPECIFICATIONS FOR A 7-8 CUBIC YARD DUMP TRUCK
INSTRUCTIONS TO BIDDERS AND SPECIFICATIONS FOR A 7-8 CUBIC YARD CITY OF FOREST 120, SOUTH DAVIS ST P.O. BOX 298 FOREST, MS. 39074 RE: One or More New Dump Truck, Purchase And / Or Lease Purchase Financing.
More informationBID REQUEST FOR Four (4) SCHOOL BUSES
College Community School District 401 76 th Ave. SW Cedar Rapids, Iowa 52404 BID REQUEST FOR Four (4) SCHOOL BUSES The College Community School District requests your bid on Four (4) 2018 78 passenger
More informationINVITATION 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 informationTOWN OF FARRAGUT. Bid Specifications For 2017 Dump Truck. William McKelvey Public Works Director Municipal Center Drive Farragut, TN 37934
TOWN OF FARRAGUT Bid Specifications For 2017 Dump Truck William McKelvey Public Works Director TOWN OF FARRAGUT 11408 Municipal Center Drive Farragut, TN 37934 (865) 966-7057 BID SPECIFICATIONS for 2017
More informationAn ISO 9001:2000 Certified Company Autocar MY x DOT/EPA Compliant Terminal Tractor Standard Specifications
An ISO 9001:2000 Certified Company Autocar MY 2015 4x2 2013 DOT/EPA Compliant Terminal Tractor Standard Specifications Engine and Equipment Standard Optional Engine model Exhaust Air cleaner Radiator Fan
More informationCity of Glasgow Department of Public Works Purchase of (1) 2013 White Rear Load Garbage Truck
City of Glasgow Department of Public Works Purchase of (1) 2013 White Rear Load Garbage Truck To: All Interested Bidders Subject: 2013 (1) White Rear Load Garbage Truck Attached are specifications for
More 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 informationTENDER 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 informationMONTGOMERY COUNTY PUBLIC WORKS DEPARTMENT P. O. BOX 663 INDEPENDENCE, KANSAS PH FAX
MONTGOMERY COUNTY PUBLIC WORKS DEPARTMENT P. O. BOX 663 PH. 620-330-1170 - FAX 620-330-1177 MEMO To: From: Dump Truck Bidders Jim Wright Asst. Public Works Coordinator Date: February 23 rd 2016 Subject:
More informationINVITATION FOR BID BID NO FOR: 2014/15 LIGHT DUTY TRUCKS AND VANS COMMODITY CODE:
Mark A. Cowart Chief Information Officer 2222 M Street Merced, CA 95340 (209) 385-7331 (209) 725-3535 Fax www.co.merced.ca.us Equal Opportunity Employer Issue Date: April 16, 2014 THE COUNTY OF MERCED
More informationREQUEST 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 informationCity of Lewiston Finance Department Allen Ward, Purchasing Agent
City of Lewiston Finance Department Allen Ward, Purchasing Agent 2017-067 Two (2) 1 Ton 4X4 Dump Trucks with Plows for Public Works August 10, 2017 Sir/Madam: Sealed bids will be received in the office
More informationDubuque Community School District SPECIFICATIONS BID FORM AND TIME AND PLACE OF FILING
Dubuque Community School District SPECIFICATIONS BID FORM AND TIME AND PLACE OF FILING All bids are to be executed on the forms provided herewith and only proposals submitted on these forms will be considered.
More informationREQUEST 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 informationREQUEST FOR QUOTATION
REQUEST FOR QUOTATION Sealed quotations will be received by the CAO/Clerk until: Wednesday, July 6, 2016-11:00 am QUOTATION FOR: PICK-UP TRUCK All items must be submitted on Quotation Forms, in sealed
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 informationJuly 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 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 informationInvitation No: Additional available options:
Invitation No: 044-14 Additional available options: The choice of any of these options, is in lieu of, or in addition to the base bid for the State of Ohio and subject to final engineering approval. Some
More informationStandard features. Standard features of the Unimog U500 NA 2005 model
of the Unimog U500 NA 2005 model Engine: - MB 906 diesel engine; 260 hp at 2,200 rpm, torque 700 ft-lbs, max. rpm: 2,500 - Mercedes-Benz 6-cylinder diesel engine water cooled, turbo charger and intercooler
More information145 HP, FRONT WHEEL ASSIST TRACTOR 3/17/15 Page 1. Mountrail County Road and Bridge SPECIFICATIONS FOR
Page 1 Mountrail County Road and Bridge S FOR Bidder's Instructions: Indicate compliance to the specifications on the YES/NO line by each specification. Indicate any deviations from the specifications
More informationFLORIDA SHERIFFS ASSOCIATION, FLORIDA FIRE CHIEFS ASSOCIATION, & FLORIDA ASSOCIATION OF COUNTIES
P a ge 1 FLORIDA SHERIFFS ASSOCIATION, FLORIDA FIRE CHIEFS ASSOCIATION, & FLORIDA ASSOCIATION OF COUNTIES *Effecitive dates for Bid 15-11-0116 are: February 1, 2015 through March 31, 2016. SPECIFICATION
More informationRAC EXPORT TRADING Germany Tel
Technical Specification Kenworth 963S oilfield truck, new GAWR RATINGS Front Axle Weight Rating 40.000 Lb. 18.140 kg Rear Axle Weight Rating 150.000 Lb 68.030 kg Gross Vehicle Weight Rating 190.000 Lb.
More informationInvitation to Tender. District of Taylor MOTOR GRADER
Invitation to Tender District of Taylor MOTOR GRADER Sealed tenders clearly marked Motor Grader will be received by the District of Taylor up to 2:00 pm, local time Wednesday, September 17, 2014 at Council
More informationREQUEST FOR QUOTE. Half Ton Trucks CONTRACT NO ADDENDUM NO.2
REQUEST FOR QUOTE Half Ton Trucks CONTRACT NO. 19-130080-01 ADDENDUM NO.2 ISSUE DATE: March 15, 2019 1.0 GENERAL This addendum forms part of the contract documents and is to be read, interpreted and coordinated
More 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 informationADDENDUM 3 - APPENDIX A - TECHNICAL SPECIFICATIONS ONE (1) 3 TON 4X2 CARGO REEL CAB/CHASSIS
1. SCOPE It is the intent of the JEA to purchase ONE (1) 3T 4X2 CARGO REEL REGULAR CAB/CHASSIS (Chassis Only). Truck Chassis must be tested and delivered to JEA Fleet Facility (5717 New Kings Road Jacksonville,
More informationOne (1) Current Model Year Cab/Chassis with Chipper Body and Articulating Crane Mounted Bid No Notice to Bidders
CITY OF SAN LEANDRO INVITATION FOR BIDS SUBMIT BID TO: City of San Leandro Purchasing Department 835 East 14th Street San Leandro, CA 94577 FOR FURTHER INFORMATION CONTACT: Julie Jenkins Purchasing Agent
More informationCITY OF DOUGLAS BID PACKAGE NEW SPECIFIED 2019 HALF-TON 4X4 PICKUP TRUCK
CITY OF DOUGLAS BID PACKAGE NEW SPECIFIED 2019 HALF-TON 4X4 PICKUP TRUCK PUBLIC WORKS DEPARTMENT 420 West Grant Street DOUGLAS, WY 82633 Page 1 of 11 City of Douglas Call for Bids- Vehicle Sealed bids
More informationNOTICE OF BID. The City of Pigeon Forge is receiving bids on one knuckle boom trash loader for the sanitation department.
NOTICE OF BID The City of Pigeon Forge is receiving bids on one knuckle boom trash loader for the sanitation department. Specifications may be obtained from the Public Works Department at City Hall between
More informationGU533 MACK TRUCKS ARE BUILT TO BUILD
TRUCKS ARE BUILT TO BUILD STANDARD POWERTRAIN SPECIFICATIONS ENGINE: CUMMINS ISL9 345 Peak Horsepower 345HP at 1900 RPM Horsepower 330 HP at 20 Gov. RPM Max. Torque 1150 lb/ft at 1400 RPM V-MAC IV Total
More informationTENDER 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 informationSPECIFICATIONS FOR 4X4 SINGLE AXEL PLOW TRUCK. City of Negaunee
SPECIFICATIONS FOR 4X4 SINGLE AXEL PLOW TRUCK City of Negaunee The following specification describes the minimum requirements for a 4x4 single axel plow truck for the City of Negaunee. The equipment bid
More informationTENDER. 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 informationCITY 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 informationISUZU N-SERIES (REG CAB) DIESEL CAB/CHASSIS SPECS NPR-HD (14,500# GVWR)
MODEL YEAR 2017 MANUFACTURER ISUZU MODEL NPR-HD (diesel) GVWR 14,500# *Optional Wheelbases WHEELBASE 109.0 132.5 * 150.0 * 176.0 * CA DIMENSION 86.5 110.0 127.5 153.5 BOC DIMENSION 7.7 7.7 10.2 10.2 USABLE
More informationBANNOCK COUNTY SOLID WASTE
BANNOCK COUNTY SOLID WASTE 1500 N. Fort Hall Mine Road Pocatello, Idaho 83204 Ph. (208) 236-0607 NEW 2018 ROLL-OFF BID PACKAGE The undersigned hereby agrees and proposes to furnish one (1) new 2018 (make)
More informationADDENDUM 2. The following clarifications, changes, additions, and/or deletions are hereby made to the RFB:
Date: January 2, 2018 ADDENDUM 2 RFB No: FS-07-18 / Haul Truck Bid Date: January 11, 2018/2:00 PM Local Time The following clarifications, changes, additions, and/or deletions are hereby made to the RFB:
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 informationTown 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 informationISUZU NPR-HD REG CAB CAB & CHASSIS SPECS 14,500# GVWR DSL
MODEL YEAR 2014 MANUFACTURER ISUZU MODEL NPR-HD DSL GVWR 14,500# *Optional Wheelbases WHEELBASE 109.0 132.5 * 150.0 * 176.0 * CA DIMENSION 86.5 110.0 127.5 153.5 BOC DIMENSION 7.7 7.7 10.2 10.2 USABLE
More informationNOTICE OF BID. The City of Pigeon Forge is receiving bids on four trucks for the Public Works Department.
NOTICE OF BID The City of Pigeon Forge is receiving bids on four trucks for the Public Works Department. Specifications may be obtained from the Public Works Department in City Hall between the hours of
More informationTruck Specs. Sabre 9 Off-Highway GCWR: 242,000. CapacityTrucks.com
Truck Specs Sabre 9 Off-Highway GCWR: 242,000 CapacityTrucks.com Sabre 9 / Off-Highway - Base Model Base Model Sabre 9 / Off-Highway Basic Overview GCWR: 242,000 Basic Overview Axle: 4x2 Basic Overview
More informationChecklist for Preparing Basic Motor Grader (29,000 lbs. class) Specifications
Purdue University Purdue e-pubs Indiana Local Technical Assistance Program (LTAP) Publications Indiana Local Technical Assistance Program (LTAP) 1983 Checklist for Preparing Basic Motor Grader (29,000
More informationDepartment of Finance Bureau of Purchase & Supplies 375 Executive Blvd., 2 nd Floor Elmsford, N.Y. 10523 (914) 231-1872 www.westchestergov.com TITLE: CONTRACT NUMBER: CONTRACT PERIOD: CONTRACT AWARD NOTIFICATION
More informationADDENDUM #1, POSTED 12/27/17 RFQ# X4 ONE TON CHASSIS CAB DUALLY
ADDENDUM #1, POSTED 12/27/17 RFQ#18-003-30 2018 2X4 ONE TON CHASSIS CAB DUALLY The current RFP states the following: The Marinette County Highway Department is requesting sealed quotes for one 2018 2x4
More informationTown 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 informationVEHICLE SPECIFICATIONS 12 PASSENGER OFF CENTER AISLE VAN REV 02/19
NOTE: Accepting options to purchase 12 Passenger Off Center Aisle Vehicle with seating arrangements for 12 Ambulatory Passengers. DESCRIPTION: These specifications describe a new 12 Passenger Off Center
More informationSALT 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 informationMunicipality 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 informationCity of Mt. Pleasant, Michigan CONTRACT DOCUMENTS. For PICKUP TRUCKS. SHARON TILMANN Mayor. NANCY RIDLEY City Manager
City of Mt. Pleasant, Michigan CONTRACT DOCUMENTS For PICKUP TRUCKS SHARON TILMANN Mayor NANCY RIDLEY City Manager Prepared By: Division of Public Works JOHN ZANG DPW Director AUGUST 2014 City of Mt. Pleasant,
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 informationTECHNICAL SPECIFICATIONS
TECHNICAL SPECIFICATIONS GENERAL PURPOSE: The purpose of these specifications is to describe for purchase, a 2018 or newer 10-14 passenger airport shuttle bus with rear mounted handicap lift. This bus
More informationFLORIDA SHERIFFS ASSOCIATION, FLORIDA FIRE CHIEFS ASSOCIATION, & FLORIDA ASSOCIATION OF COUNTIES
FLORIDA SHERIFFS ASSOCIATION, FLORIDA FIRE CHIEFS ASSOCIATION, & FLORIDA ASSOCIATION OF COUNTIES SPECIFICATION #01 TYPE I AMBULANCE 2 WHEEL DRIVE 4 WHEEL DRIVE OPTIONAL (DIESEL ENGINE, DUAL REAR WHEEL,
More informationPurchasing Department Finance Group INVITATION TO BID
Purchasing Department Finance Group July 27, 2010 INVITATION TO BID The City of Norwalk is soliciting bids for a 2011 Ford F-550 4x2. Your firm has expressed interest in providing these services. Below
More 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 informationDEPARTMENT OF PUBLIC WORKS WHITMAN COUNTY COLFAX, WASHINGTON Bid for One (1) New Diesel Powered Articulated Four Wheel Drive Loader & Trade
DEPARTMENT OF PUBLIC WORKS WHITMAN COUNTY COLFAX, WASHINGTON 99111 Bid for One (1) New Diesel Powered Articulated Four Wheel Drive Loader & Trade NOTICE TO ALL BIDDERS: Please contact Whitman County Operations
More informationTHREE (3) NEW 2018 SIX WHEEL DRIVE MOTOR GRADER WITH LIFT GROUP, REAR-RIPPER/SCARIFIER, AND SNOW WING.
Call for Bids Notice is hereby given that sealed bids will be received by the Board of Mountrail County Commissioners for the purchase of THREE (3) NEW 2018 SIX WHEEL DRIVE MOTOR GRADER WITH LIFT GROUP,
More informationOne (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 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 informationEverything You Need! Phone , Ext. 229
Public Works Operations Manager 401 E Third St Kewanee, IL 61443 Everything You Need! Phone 309-852-2611, Ext. 229 Fax 309-856-6001 November 13, 2017 The City of Kewanee is requesting proposals in conformance
More informationTENDER. 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 informationFLORIDA SHERIFFS ASSOCIATION, FLORIDA FIRE CHIEFS ASSOCIATION, & FLORIDA ASSOCIATION OF COUNTIES
FLORIDA SHERIFFS ASSOCIATION, FLORIDA FIRE CHIEFS ASSOCIATION, & FLORIDA ASSOCIATION OF COUNTIES SPECIFICATION #23 TRACTOR-DRAWN AERIAL APPARATUS ALL ITEMS FACTORY INSTALLED UNLESS OTHERWISE INDICATED
More informationCity of Mt. Pleasant, Michigan CONTRACT DOCUMENTS. For HEAVY DUTY TRUCKS. SHARON TILMANN Mayor. NANCY RIDLEY City Manager
City of Mt. Pleasant, Michigan CONTRACT DOCUMENTS For HEAVY DUTY TRUCKS SHARON TILMANN Mayor NANCY RIDLEY City Manager Prepared By: Division of Public Works JOHN ZANG DPW Director SEPTEMBER 2014 City of
More 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 informationWarranty - Standard Equipment & Specs
Warranty - Standard Equipment & Specs Warranty Basic Distance Unlimited miles Months 24 months Powertrain Distance Unlimited miles Months 24 months Corrosion Perforation Distance Unlimited miles Months
More informationNOTICE OF BID. The City of Pigeon Forge is receiving bids on three trucks for the Public Works Department.
NOTICE OF BID The City of Pigeon Forge is receiving bids on three trucks for the Public Works Department. Specifications may be obtained from the Public Works Department in City Hall between the hours
More informationTENDER FOR SUPPLY AND DELIVERY OF ONE (1) NEW 2019 or LATER MODEL MINI CARGO VAN (GVW MINIMUM 4700, MAXIMUM 5500)
TENDER FOR SUPPLY AND DELIVERY OF ONE (1) NEW 2019 or LATER MODEL MINI CARGO VAN (GVW MINIMUM 4700, MAXIMUM 5500) DUE DATE: Friday, March 15, 2019 2:00 p.m. Local Time P a g e 1 Geoff Holman, Director
More informationADDENDUM No. 2. Bid #: 13-B-016 Purchase of Solid Waste Trucks
City of Titusville Purchasing & Contracting Administration 555 S. Washington Avenue Titusville, FL 32796 Phone 321.383.5767 Facsimile 321.383.5628 ADDENDUM No. 2 May 15, 2013 Bid #: 13-B-016 To All Bidders:
More information(ADDENDUM 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 informationAddendum 2 Minimum Specifications One New Twin-Screw Diesel-Powered Cab & Chassis For the Sanitation Division
Minimum Specifications One New 2018-2019 Twin-Screw Diesel-Powered Cab & Chassis For the Sanitation Division General: Axles: 1. GVWR 53,200-lbs. 2. Wheel Base As required for CA (cab to axle) 3. Front
More informationTENDER 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 informationRequest for Proposal (RFP) For New 2014 Full Size 4-Door Crew Cab Pickup Truck
Request for Proposal (RFP) For New 2014 Full Size 4-Door Crew Cab Pickup Truck Posting Date: November 12, 2013 Response Deadline: November 22, 2013 3:00 p.m. Central Standard Time (CST) To: Lieutenant
More informationSPECIFICATIONS 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 informationRequest for Bids Medium Duty Truck Cab & Chassis, and Equipment
TOWN OF READFIELD 8 OLD KENTS HILL ROAD READFIELD, MAINE 04355 Tel. (207) 685-4939 Fax (207) 685-3420 Email: Readfield@roadrunner.com Request for Bids Medium Duty Truck Cab & Chassis, and Equipment The
More informationBID PROPOSAL FOR TWO (2) 71 PASSENGER SCHOOL BUS w/ Wheelchair Lift and A/C Model Year 2012
BID PROPOSAL FOR TWO (2) 71 PASSENGER SCHOOL BUS w/ Wheelchair Lift and A/C Model Year 2012 Van Buren Intermediate School District 490 S. Paw Paw Street Lawrence, Michigan 49064 March 2012 2012 (71 Passenger)
More informationMONTVILLE PUBLIC SCHOOLS MONTVILLE CONNECTICUT FEBRUARY 20, 2015 BID # BUS
MONTVILLE PUBLIC SCHOOLS MONTVILLE CONNECTICUT INVITATION TO BID FOR PURCHASE OF SCHOOL BUSES 71, 77 AND 47 PASSENGER SCHOOL BUSES FEBRUARY 20, 2015 BID #14-15-1-BUS LEGAL NOTICE MONTVILLE PUBLIC SCHOOLS
More information