The Town of Yarmouth Pumper-Rescue Specifications & Instructions Document

Size: px
Start display at page:

Download "The Town of Yarmouth Pumper-Rescue Specifications & Instructions Document"

Transcription

1 GENERAL The Town of Yarmouth Pumper-Rescue Specifications & Instructions Document The Town of Yarmouth is tendering for a Pumper-Rescue to compliment its emergency fleet. The apparatus must be delivered before the 31 st of August, The apparatus shall meet or exceeded NFPA 1901, Standard for Automotive Fire Apparatus (2009 edition), and CAN/ULC- S515-13, Standard for Automobile Fire Fighting Apparatus, in regard to its use as a Pumper- Rescue. The bid price must remain valid for ninety (90) days from the date of the bid opening. Any bidders on this tender must concentrate on the durability and performance of their proposed apparatus and not its looks or extra perks. Bidder proposals must be submitted to: Chief Administrative Officer Town of Yarmouth 400 Main Street Yarmouth NS B5A 1G2 Proposals must be received by 3:00 p.m. on the closing date, the 7 th of September, The bid opening will be on the same day at 4:00 pm. All tenders must be submitted in sealed envelopes, clearly mark Town of Yarmouth Pumper-Rescue Tender. No tenders will be accepted through fax or electronic media. Questions in regard to anything within the tender must be submitted in writing ( , mailed paper copy or fax) to: John Verrall Fire Chief Yarmouth Fire Department 221 Pleasant St. Yarmouth N.S. B5A firechief@townofyarmouth.ca Phone: Fax: Page 1

2 SPECIFICATIONS The specifications table is to be used by the bidder to show that their bid is in compliance with or is an exception to the specifications listed. Any bidder item not shown in the table may be explained through other documentation but must be added to the end of the specifications table as its own item and marked as such. Any error, omission or inconsistency with this specification document identified by the bidder shall be listed as such in the exceptions and a proposal to meet the intent of the specification shall be listed. The apparatus shall comply with Federal and Provincial highway regulations, standards and laws relating to its use in regard to commercial/fire apparatus. It must meet or exceed the Provincial motor vehicle inspection requirements. PRICING MANDATORY AND OPTIONAL WORK All items in the specifications are mandatory. Any company bidding on this tender must agree to price and perform all work and furnish all equipment listed in the specifications. The company s bid price that is used to determine the lowest bidder shall include the price of the apparatus, equipment and all associated costs in regard to taxes, testing and delivery. A detail cost list shall be provided by the bidder in their bid. APPARATUS DELIVERY TESTS ACCEPTANCE The road and pump tests required are those specified in NFPA 1901 and shall be conducted by the bidder at the time of delivery to the purchaser in the presence of the accepting authority. In the event that the apparatus fails to meet the test requirements on the first trial a second trial may be made, at the option of the bidder, within thirty (30) days of the date of the first trial. Failing the trial for the second time will be cause for rejection of the apparatus. Permission to keep or store the apparatus in any building owned by the purchaser during the trials does not constitute acceptance of the apparatus. Insurance covering loss, theft or any liability shall remain the responsibility of the bidder until formal acceptance is completed. The declared delivery date is the date of acceptance. Acceptance of the apparatus and associated equipment will be made after the above trials and inspections have been completed. Equipment items not delivered at the time of the trials or construction not in conformance with the proposal will be cause for withholding the payment until delivery is complete and acceptable. The finished apparatus will be inspected upon delivery for compliance with specifications and previously authorized exceptions. All authorized exceptions must be approved before the bid closing date. Deviations from the specifications will be cause for rejection of the apparatus unless they were originally listed in the bidder s proposal and previously approved by the purchaser. Page 2

3 If the apparatus is not delivered and accepted on time liquidated damages, in the amount of $ per calendar day, will begin the day after the declared delivery date. This amount will be deducted from the final payment for the apparatus. If after thirty (30) days the apparatus is not brought up to compliance the bidder may be considered in default of the contract and the provisions of the bid bond may be started. BODY CONSTRUCTION MATERIAL The Town of Yarmouth will accept an apparatus of aluminum and/or stainless-steel construction only. CAB CONSTRUCTION REQUIREMENTS Testing results of the cab crush worthiness, in accordance with NFPA 1901 standards, must be included with the bid. PAYMENT TERMS The Town of Yarmouth will not accept a contract form that requires down payments, progressive payments during construction, or contracts with escalator clauses. Terms of payment shall be 100 percent payment after acceptance of the apparatus. No other terms will be acceptable. Be aware that it can take up to sixty (60) days to process the payment. EVALUATION AND EXCEPTIONS In order to properly evaluate all bids the bid specifications table in this specification document must be completed and returned with the bid. Any exception or variation in construction, performance, testing or items of equipment between the purchaser s specifications and the bidder s proposal shall be detailed and submitted on an evaluation sheet. The bidder must explain in detail, and with full supporting data, how the proposed deviation meets or exceeds the specifications and why it is necessary. The purchaser reserves the right to determine which deviations are acceptable. A complete set of contractor specifications of the proposed apparatus must be submitted with the bid. Submission of the contractor specifications in the purchaser s specification order is a requirement. Yes answers on the bid evaluation specs do not relieve the bidder of the requirement to submit an accurate proposal. Discrepancies found in the contractor s specifications will be considered noncompliance. General layout drawings showing all equipment on the front, rear, left, right, and top view, including all compartments and valves, discharges and intakes of a representative apparatus must be submitted with the bid for the purpose of comparison. The purchaser s specifications shall, in all cases, govern the construction of the apparatus, unless a properly documented exception or deviation was approved. Any bid indicating that the manufacturer s proposal shall supersede the purchaser s specifications will be considered a complete substitute specification and immediately rejected. Page 3

4 PROTOTYPE APPARATUS No prototype or experimental apparatus will be accepted. The builder must demonstrate that that the company has successfully produced and sold apparatus of the same design and of the same material in the past three (3) years. MANUFACTURER S RELIABILITY The manufacturer must be satisfactory to the Town of Yarmouth from the standpoint of experience, reliability, and demonstrated ability in the manufacturing of apparatus of the same type that this Tender is requesting. A list containing the names and contact information of fire departments that have purchased the same type of apparatus, in the past three (3) years, must be supplied by the manufacturer. The list will be used for reference checks in regard to the quality of apparatus built by the manufacturer. THE RIGHT TO REJECT BIDS The Town of Yarmouth reserves the right to reject any or all tenders, not necessarily accept the lowest tender, or to accept any which it may consider to be in the best interest of the Town. The Town also reserves the right to waive formality, informality or technicality any tender. GENERAL LIABILITY INSURANCE The successful bidder shall, during the performance of the contract and for three (3) years following acceptance of the apparatus, keep in force the following minimum commercial general liability insurance: Products completed operations aggregate $2,000, Personal and advertising injury $2,000, Each occurrence $1,000, Coverage shall be written on a commercial general liability form. The policy shall be written on an occurrence form and shall include contractual liability coverage subject to the terms and conditions of the policy. The policy shall include the business owner as an additional insured. The required limits can be provided by one or more policies, provided all insurance requirements are met. UMBRELLA/EXCESS LIABILITY INSURANCE The successful bidder shall, during the performance of the contract and for three (3) years following the acceptance of the apparatus, keep in force at least the following minimum limits of umbrella liability insurance: Aggregate $15,000, Each occurrence $15,000, Page 4

5 The umbrella policy shall be written on an occurrence basis and at a minimum provide excess to the bidder s liability, automobile liability and the employer s liability policies. The business owner shall be included as an additional insured on the general liability policy. The required limits can be provided by one or more policies, provided all insurance requirements are met. The bidder agrees to furnish the owner with a current certificate of insurance with the coverage s listed above along with its bid. The certificate shall be made out to the purchaser. The certificate of insurance shall provide that the owner be given thirty (30) days advance notice of cancellation or nonrenewal in coverage. OPERATION AND MAINTENANCE MANUALS BID BOND The bidder shall supply two (2) operation and maintenance manuals, both in paper and CD format (for a total of four manuals). The manuals shall cover all operation, maintenance and safety procedures for the total use and safe operation of the apparatus and supplied equipment. A bid bond or certified check in the amount of ten percent (10%) of the bid (not to exceed $20,000) shall be furnished with the bidder s proposal. The bond will ensure that the bidder will enter into contract and submit a performance bond within 14 days of notice of award of contract. The successful bidder s bid bond will be returned or released after a contract is executed and an acceptable performance bond has been delivered. In case of failure to comply within the stated time, the bid bond will be forfeited as liquidated damages because of the default. The bid bonds or checks of all other bidders will be returned after the contract for the tender is awarded. PERFORMANCE BOND A performance bond in the amount of fifty percent (50%) of the bid shall be furnished by the successful bidder within fourteen (14) days after receiving the official notice of award of contract. Failure of the contractor to complete delivery according to the contract and specifications will be cause to begin action for forfeiture of performance bond. The bond shall also guarantee compliance and performance with the warranty provisions of the specifications. BOND SUPPLIERS QUALIFICATIONS The bonds furnished by the successful bidder shall be from a surety company authorized to underwrite surety bonds in Canada with a minimum A.M. Best rating of A. The purchaser may review the financial condition of the surety and accept or reject any surety at its discretion. Sureties must submit bonds in a form that will be subject to the approval of the purchaser. PRODUCT LIABILITY INSURANCE Page 5

6 Product liability insurance of not less than $5,000,000 shall be supplied by the bidder. Documentation of the amount of product liability carried by the manufacturer and the name of the insurance carrier shall be provided by the bidder at the time of bid submission. The successful bidder shall defend any and all suits and assume liability for the use of patented device or article forming a part of the apparatus furnished under the contract. Failure to supply a copy of the Certificate of Insurance with the bid will be cause for immediate rejection of the bid. REPLACEMENT PARTS The bidder must ensure that a stock of routine repair parts is maintained at the service centre location cited in the specifications table. The Town of Yarmouth reserves the right to reject bids of vendors who cannot produce satisfactory evidence that this inventory is available and that they can furnish promptly all other parts needed for service or repair of the equipment herein specified. The Town of Yarmouth reserves the right to visit the facility for purpose of evaluation and reject any bidder who, in the department s sole opinion, does not fully comply with the provisions set in the specifications table. DELIVERY TERMS The apparatus shall be delivered by the bidder under its own power by the declared delivery date, see the Acceptance heading above. This is a requirement needed so that the Town of Yarmouth can plan the management of its fleet. All fleet changes must be completed by before the 31 st of August, Therefore the bidder s declared date must be before that date. The bidder must submit a document, along with the bid, stating the declared delivery date. Specification Complies Exception 1. MINIMUM WARRANTY(S) All warranties shall cover 100% of defects in design, workmanship, materials/parts and labour. Basic No less than three (3) year s bumper to bumper. This includes any equipment delivered with the apparatus. This item is a must! Emissions System Ten (10) year. Body/Cab - Paint/Corrosion Ten (10) year. Body/Cab Structural Ten (10) year. Pump and all associated piping. Ten (10) year. Engine/Transmission/Driveline Page 6

7 Five (5) year. Frame Life of the apparatus. Water Tank Ten (10) year. 2. PERSONNEL PROTECTION (IAW NFPA ) 1. Guards, shields, or other protection shall be provided where necessary in order to prevent injury of personnel by hot, moving, or rotating parts during non-maintenance operations. 2. Electrical insulation or isolation shall be provided where necessary in order to prevent electrical shock from onboard electrical systems. 3. Vehicular workmanship shall ensure an operating environment free of accessible sharp projections and edges. 4. Safety-related (caution, warning, danger) signs shall meet the requirements of ANSI Z535.4, Product Safety Signs and Labels. 3. INSPECTION CERTIFICATION The complete apparatus shall be certified and tested to ULC, Automotive Fire Fighting Apparatus Standard, CAN/ULC-S515-13, by Underwriters Laboratories Inc./Underwriters Laboratories of Canada. The apparatus shall bear the ULC mark indicating compliance to the standard. 4. SERVICE FACILITY In order to maintain the apparatus, the experience and reliability of the factory authorized service centre is of major concern to the Town of Yarmouth. The service facility must comply with the following criteria in order to be considered: Page 7

8 1. The facility must have a minimum of five (5) years of experience repairing and maintaining fire apparatus of the make and type. 2. The facility must be within five hundred (500) kilometers of the Town of Yarmouth. Adequate indoor heated facilities and a minimum of two trained technicians to perform repairs, including power train, chassis, pump, generator, and controls, must be provided. 3. A minimum of one (1) fully equipped mobile shop van must be available at the service centre location for warranty work at the fire department. 4. The bidder shall submit the location and description of the service centre and relevant documentation proving that the service centre operates a mobile service unit(s) along with the bid. 5. UNIT WEIGHT REQUIREMENTS The apparatus shall meet the Nova Scotia weight requirements fully loaded with equipment and 5 personnel in full PPE. 6. OVERALL HEIGHT The highest point of the apparatus, including any equipment installed on the roof of the apparatus, must not exceed ten feet nine inches (10 9 ). 7. LENGTH/WIDTH The length and width of the apparatus must not exceed any Federal or Provincial Regulation. 8. ENGINE The size and type of engine used for the apparatus must enable the full use of Page 8

9 the apparatus under driving conditions found in Nova Scotia. It must also allow full use of the apparatus under emergency response conditions inherent to firefighting and other emergency response incidents. Cooling system 1. High temperature and low coolant alarms shall be provided in the cab and at the pump panel. 2. A translucent surge and deaeration tank shall be provided with a low coolant sensor installed that annunciates at the pump panel and driver positions. 3. Engine protection alarms shall warn the driver and pump operator of a potentially damaging engine operating conditions. This warning system shall not shut down the engine or reduce power under any condition. Air Intake 1. A dry-type air cleaner, suitable for the engine being proposed, shall be installed and mounted as to provide easy access for serviceability. 2. A mechanical air restriction indicator will be mounted where visible from the in-cab service door. It shall also trigger a warning light on the dash to indicate a clogged air filter. 3. The system designed to prevent water and embers from reaching the air filter meeting NFPA standards shall be provided. Page 9

10 Auxiliary Cooling System High Idle An auxiliary cooling system shall be installed to aid in engine temperature control. The operating control for the system must be located on the pump panel. An engine high idle system shall be installed. A green indicator light shall be installed by the operating switch, which shall be located with the cab instrument panel. 9. TRANSMISSION The type of transmission used shall be automatic. It shall enable the apparatus to be used under driving conditions found in Nova Scotia. It must also allow full use of the apparatus under emergency response conditions inherent to firefighting and other emergency response incidents. 10. TOW HOOKS Tow Hooks shall be installed on the front and rear of the apparatus. They shall be designed and installed to be able to handle the required load for pulling/towing the apparatus. 11. AIR INLET An air inlet shall be provided to allow station air into the breaking system air intakes. A one-way valve shall be included in the system to stop air escape through the air inlet. 12. AUTOMATIC CHAINS Automatic chains shall be installed for the rear tires. The control for the chains must be located within the cab so that the driver of the vehicle can deploy them from the driver s position. 13. GENERATOR Page 10

11 A generator, minimum 6500 watts, must be installed in the compartment listed below. Fuel for the generator, or a hydraulic generator, must be supplied from the apparatus system. The generator must be mounted in the compartment in a manner that allows for user inspections that do not require the removal of the unit. 14. ELECTRICAL 1. Two (2) Electrical wiring diagrams for the apparatus shall be provided. All the electrical wiring for the apparatus shall conform to the applicable standards/regulations. 2. A voltage monitoring system shall be installed with visual and audio warning devices to indicate when the system is in trouble and its current status. This system must be visible for the operator from both the pump panel and drivers position. 3. A twelve volt power and ground stud shall be provided for the installment of a radio. 4. EMI/RFI Protection shall be ensured so that there is no interference with the operation of any electrical device or equipment on the apparatus. 15. PUMP The Fire Pump shall be, at a minimum, rated 5000 L/min. The complete Power Train Capability shall meet NFPA All components in the power train from the engine to the fire pump shall be capable of transmitting the torque necessary to power the pump, as installed in the apparatus, for the pump performance points specified in and , if applicable, without exceeding the component manufacturer s continuous duty torque Page 11

12 rating. The pump panel shall be top mounted. Two (2) pump operation and parts manuals are to be provided in hard copy and CD format (for a total of four manuals). 16. PUMP INTAKES/DISCHARGES In addition to NFPA requirements the manufacturer shall install an additional pump intake on the front of the apparatus. A high volume discharge must be installed to aid in pumper relays. 17. WATER TANK The water tank shall have a minimum capacity of 2000 Lts. 18. FOAM SYSTEM An A and B class foam system shall be installed. Individual tanks shall be provided for the two foam classes. No foam tanks inside the water tank will be accepted. It shall be suitable for all types of A and B class foam concentrates, including high viscosity foams. The proportioning rates shall range from 0.1% to 9.9%. The Yarmouth Fire Department will be using different brands of foam. Therefore a specific brand and viscosity of foam is not detailed in this document. Water flows and pressure will range from 230 l/min to 1300 L/min and 350 kpa to 1800 kpa. The two operations and maintenance manuals listed in NFPA shall be provided in both paper and CD copies (for a total of four copies). 19. SPANNERS WRENCHES BRACKETS Any location on the apparatus where discharge/intake ports are located shall have the appropriate spanners mounted within reach of the discharge/intake. 20. CAB The apparatus must be built using a commercial cab. The crew cab shall be a Page 12

13 totally enclosed design with the area between the cab and crew cab open to allow for visibility and verbal communication between all occupants. The crew cab shall be of a size that fits three (3) firefighters fully outfitted with PPE. The officer s position in the cab shall be designed in a way that allows the officer room enough while fully outfitted in PPE. Lighting shall be provided throughout the cab and crew cab area. The lighting must be installed in such a way that it aids all personnel in performing their duties; therefore it must be adjustable in strength and area. The Officer s seat must have map lighting installed in a way that it does not interfere with the driver s ability to safely drive the apparatus. Grab handles shall be mounted throughout the cab and crew cab to aid in safely entering/exiting the apparatus. Sun visors shall be mounted in the cab for both the Driver and Officer s positions. 21. INSTRUMENT CONTROLS/PANELS/INSTRUCTIONS All instrument controls, panels and operation labels shall be illuminated. The labeling shall be done in a manner that ensures the labels cannot fade or be removed. The cab instrument panel shall automatically light after dark and have a control to light it when desired. 22. MIRRORS The mirrors fitted to the apparatus must meet all applicable codes/regulations of Canada and Nova Scotia for the type of vehicle. The mirrors shall have a heat control to enable the driver to heat the mirrors when needed. The Officer side mirror shall be electric to aid the driver in its positioning. Both the Driver s mirror and the Officer s mirror shall have Convex mirrors installed below the standard mirrors. 23. SPOT LIGHTING Spot lights for both the Driver and Officer positions shall be installed on top Page 13

14 of the cab. The driver must have the ability to control both lights from his driving position. 24. SCENE LIGHTING A minimum of four (4) scene flood lights shall be mounted on the apparatus. They shall be situated so that persons working around the apparatus may operate them from the ground. Each light must have its own control switch so that the user has to ability to use each light individually. 25. SEATS All seats must be facing forward or rearward and, with the exception of the driver s seat, be fitted with BA brackets mounted to allow donning of the apparatus while seated. The driver s seat must be adjustable to allow different sized persons the ability to adjust the seat to their own need. All BA brackets must come with quick release restraint straps to aid in securing the BAs when not in use. 26. WINDOWS Windows shall conform to Federal/Provincial regulations for the type of vehicle. The driver must be able to control the officer s side window from his seated position. 27. WINDSHIELD WIPERS Wipers installed shall have variable speeds. They shall be equipped with a windshield washing system. 28. FLOORING Flooring in the cab and crew cab shall be noise reducing and padded for shock absorption. 29. IN CAB/CREW AREA STORAGE Storage for articles normally found in the cab of fire apparatus, such as the Hazardous Materials Emergency Response Guide, building keys and Pre Plans, must be accessible to the Officer position. This may be accomplished by the use of glove boxes or under seat compartments. Square footage and Page 14

15 dimensions is left to the manufacturer to allow for flexibility. A storage compartment for medical equipment shall be installed in the crew area. The compartment shall be a minimum of 2 long x 2 wide x 2 deep. Location and size(s) of the proposed storage compartments must be shown in drawings and stated in the manufacturer s specs. 30. TREAD WAY SLIP RESISTANCE All surfaces of the apparatus that will/may be used to walk on shall have a Slip Resistance surface. 31. BODY CONSTRUCTION 1. The manufacturer shall ensure complete insulation between dissimilar metals used in the installation of equipment and any other metals that may be in contact with the body to prevent corrosion. 2. Rub rails shall be provided along the lower edge of the body. Rub rail assemblies shall be spaced out and isolated from the body with nonmetallic material. Rub rails are to be removable to allow for replacement in case of damage. 3. All horizontal surfaces covered with aluminum tread plate shall be NFPA compliant embossed nonslip type. 4. A structural analysis of the body design shall have been performed and evidence of testing techniques and results made available upon request. 32. COMPARTMENTS The following compartments are essential and must be installed on the apparatus. Extra Page 15

16 compartments may be installed at the manufactures discretion and is encouraged. The reason for not having an exhausted list of compartments is to allow the manufacturer the flexibility needed to keep cost down. An allowance of one (1) inch, in length, width and depth, from the stated sizes of the compartments is allowed but must be identified in the exception column. Compartments may be combined as long as the intended use isn t compromised. When combining compartments the manufacturer must note it in the exception column. No space must be lost when combining compartments. Compartments intended for equipment that utilizes fuels must not be combined with compartments that are intended for tools or materials that could be affected by fuel vapors. All compartments, with the exception of the generator and forcible entry compartments must be fitted with a tracking system that allows the user to adjust the shelving. Each compartment is to be provided with two (2) shelves. Compartment # 1. Forcible Entry Compartment 66 x 12 x 24. This compartment requires a system that allows for the tools to be mounted in various ways. A pull out panel with tool mounting brackets, which can be configured in various ways, must be installed. The intent of this compartment is to be able to store numerous forcible entry tools that can be accessed in an expeditious manner. 2. Generator Compartment Size must be suitable for the type and size of the generator. 3. Lighting Compartment 46 long x 12 deep x 19 high. 4. Equipment Compartment 38 long x 25 deep x 45 high. 5. Rescue Saw Compartment 47 long x 26 deep x 25 high. 6. Nozzle/Fitting Compartment 66 long x 11 deep x 24 high. 7. Airbags Compartment 47 long x 26 deep x 6 high. 8. Long Length Wedges, Auto Extraction 72 Long x 26 Deep x 6 High 9. Positive Pressure Fan 33 Long x 27 Deep x 31 High 10. Salvage Tarp 17 Long x 20 deep x 12 High 11. Blocking 52 Long x 28 Deep x 33 High Page 16

17 12. Equipment Extraction Auto 33 Long x 18 Deep x 43 High 13. Equipment 15 Long x 26 Deep x 58 High 14. Breathing Apparatus Compartment A compartment specifically designed for breathing apparatus must be installed. The BAs must be mounted on a device that allows the BA to be in a readiness state. Users must be able to done the BAs in the most expeditious way. 33. HOSE BAYS NFPA 1901 Chapter 5, Pumper Fire Apparatus, shall be used as the standard for fire hose storage on the apparatus. 34. CENTRE BUMPER TRAY A hose tray must be installed in the centre of the front bumper for use as a quick attack line. It shall be sized to accommodate at least 150 feet of 1 ¾ firefighting hose. The tray must have a door to protect the hose from outside weather. 35. CASCADE SYSTEM A cascade system must be mounted on the apparatus. Location of the system is left to the manufacturer. The bottle filling station a must be located close enough to the ground so that the average person is able to use all controls for filling BA bottles. The Yarmouth Fire Department uses a 4500 psi compressor for breathing air. The cascade system on the proposed apparatus must be compatible with the breathing air compressor. 36. EXTINGUSHERS The following extinguishers shall be supplied and installed on the apparatus: One (1) dry chemical with a minimum rating of 80-B:C One (1) 2 ½ gallon, or larger, water Page 17

18 extinguisher One (1) CO2 with a minimum rating of 10-B:C 37. ELECTRICAL LOAD The electrical load shall comply with of NFPA All scene lighting electrical needs must be supplied by the generator required under the heading Generator listed above. 38. GROUND LADDERS The following ladders shall be supplied and mounted on the apparatus: One (1) roof ladder with hooks One (1) twelve foot (12 ) ground ladder One (1) extension ladder, minimum eighteen feet (18 ) All ladders must meet NFPA standards. Page 18

City of Storm Lake Fire Department Heavy Rescue Specifications

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

More information

EQUIPMENT PURCHASE PUBLIC WORKS VEHICLE TENDER CONTENTS. Tender Call General Instructions General Requirements Specifications...

EQUIPMENT PURCHASE PUBLIC WORKS VEHICLE TENDER CONTENTS. Tender Call General Instructions General Requirements Specifications... TENDER MOCR03072014 EQUIPMENT PURCHASE PUBLIC WORKS VEHICLE TENDER CONTENTS Tender Call...... 2 General Instructions... 3 General Requirements...... 4 Specifications... 5 Form of Tender... 6 TENDER MOCR03072014

More information

CITY OF ALHAMBRA NOTICE INVITING BIDS NO. N2M16-144

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

More information

Town of Digby. Tender Equipment Purchase Fire Truck Pumper/Tanker

Town of Digby. Tender Equipment Purchase Fire Truck Pumper/Tanker Town of Digby Tender Equipment Purchase Fire Truck Pumper/Tanker CONTENTS Tender Call...2 General Instructions. 3 General Requirements.4 Specifications: Tender Form.. 8 Page 1 of 8 TENDER CALL Equipment

More information

CLEVELAND COUNTY NORTH CAROLINA REQUEST FOR BID NEW 2012 EXCAVATOR

CLEVELAND COUNTY NORTH CAROLINA REQUEST FOR BID NEW 2012 EXCAVATOR CLEVELAND COUNTY NORTH CAROLINA REQUEST FOR BID NEW 2012 EXCAVATOR August 3, 2012 BIDS ARE DUE NO LATER THAN 10:00 AM WEDNESDAY, SEPTEMBER 5, 2012 INSTRUCTIONS TO BIDDERS CLEVELAND COUNTY NEW 2012 EXCAVATOR

More information

CITY OF PORTSMOUTH PURCHASING DEPARTMENT PORTSMOUTH, NEW HAMPSHIRE. Annual Fuel Bid - #01-18 INVITATION TO BID

CITY OF PORTSMOUTH PURCHASING DEPARTMENT PORTSMOUTH, NEW HAMPSHIRE. Annual Fuel Bid - #01-18 INVITATION TO BID CITY OF PORTSMOUTH PURCHASING DEPARTMENT PORTSMOUTH, NEW HAMPSHIRE Annual Fuel Bid - #01-18 INVITATION TO BID The City of Portsmouth is soliciting bids for our primary supply and emergency supply of fuel.

More information

Request for Proposal. Articulated Loader

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

More information

BID FOR ONE (1) 1 TON CREW CAB TRUCK WITH SERVICE BODY OPENING APRIL 11, 2019 AT 10:00 A.M.

BID FOR ONE (1) 1 TON CREW CAB TRUCK WITH SERVICE BODY OPENING APRIL 11, 2019 AT 10:00 A.M. P. O. B o x 1 5 4 0 T h o m a s v i l l e, G A 3 1 7 9 9 2 2 9-2 2 7-7 0 0 0 F A X 2 2 9-2 2 7-3 2 4 3 w w w. t h o m a s v i l l e. o r g BID FOR ONE (1) 1 TON CREW CAB TRUCK WITH SERVICE BODY OPENING

More information

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

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

More information

Worcester Public Schools Student Transportation Contract Proposed Bid Specification Change Summary Sheet

Worcester Public Schools Student Transportation Contract Proposed Bid Specification Change Summary Sheet Worcester Public Schools 2020-2022 Student Transportation Contract Proposed Bid Specification Change Summary Sheet 1 for a five-year period beginning the First Day of Summer School 2015 and ending on the

More information

INVITATION TO BID ONE (1) 10-FOOT DUMPBODY DUMP TRUCK WITH DIESEL / CNG OPTIONS

INVITATION TO BID ONE (1) 10-FOOT DUMPBODY DUMP TRUCK WITH DIESEL / CNG OPTIONS P. O. B o x 1 5 4 0 T h o m a s v i l l e, G A 3 1 7 9 9 2 2 9-227- 7 0 0 0 F A X 2 2 9-227- 3 2 4 3 w w w. t h o m a s v i l l e. o r g INVITATION TO BID ONE (1) 10-FOOT DUMPBODY DUMP TRUCK WITH DIESEL

More information

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

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

More information

RFP Agricultural Tractors (AG tractor) SCOPE OF THE PROPOSAL

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

More information

REQUEST FOR BID For Trucks. Bid Notice

REQUEST FOR BID For Trucks. Bid Notice REQUEST FOR BID For Trucks Bid Notice Bell County Water Control & Improvement District No. 1 (District) is soliciting a Request for Bid for three (3) trucks to be used in its water and wastewater operations.

More information

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

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

More information

GALLATIN PUBLIC UTILITIES

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

More information

REQUEST FOR BID For Trucks. Bid Notice

REQUEST FOR BID For Trucks. Bid Notice REQUEST FOR BID For Trucks Bid Notice Bell County Water Control & Improvement District No. 1 (District) is soliciting a Request for Bid for two (2) trucks to be used in its water operations. Sealed Bids

More information

BID FOR A ONE (1) ONE-TON AND A HALF (5500 SERIES) CREWCAB TRUCK WITH DUMP BED. BID OPENING February 15, 2017 AT 10:00 A.M.

BID FOR A ONE (1) ONE-TON AND A HALF (5500 SERIES) CREWCAB TRUCK WITH DUMP BED. BID OPENING February 15, 2017 AT 10:00 A.M. P. O. B o x 1 5 4 0 T h o m a s v i l l e, G A 3 1 7 9 9 2 2 9-2 2 7-7 0 0 0 F A X 2 2 9-2 2 7-3 2 4 3 w w w. t h o m a s v i l l e. o r g BID FOR A ONE (1) ONE-TON AND A HALF (5500 SERIES) CREWCAB TRUCK

More information

Request for Proposal Snow Blower October 12, 2015

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

More information

PENNSYLVANIA STATE FIRE ACADEMY PUMPER - DRIVER/OPERATOR (PDO) SKILL STATIONS. Pumper -Driver / Operator (PDO) Skill Stations

PENNSYLVANIA STATE FIRE ACADEMY PUMPER - DRIVER/OPERATOR (PDO) SKILL STATIONS. Pumper -Driver / Operator (PDO) Skill Stations Pumper -Driver / Operator (PDO) Skill Stations NFPA 1002 - Chapters 4 and 5 (2017 Edition) Station A Preventive Maintenance Mandatory Station Station B Driving on Public Roadways Mandatory Station Station

More information

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

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

More information

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

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

More information

QUOTE For a 2017 Fire Department Conventional Truck Chassis-Water Tender With PTO Pump

QUOTE For a 2017 Fire Department Conventional Truck Chassis-Water Tender With PTO Pump Town of Wascott PO Box 159,Wascott, WI 54890 Phone: 715/466-4252 Email: wascott@centurytel.net QUOTE For a 2017 Fire Department Conventional Truck Chassis-Water Tender With PTO Pump Note: Bidders must

More information

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

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

More information

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

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

More information

Town of Digby. Tender Equipment Purchase 4 WD One Ton Truck CONTENTS

Town of Digby. Tender Equipment Purchase 4 WD One Ton Truck CONTENTS Town of Digby Tender Equipment Purchase 4 WD One Ton Truck CONTENTS Tender Call 2 General Instructions. 3/4 General Requirements 5 Specifications 1) One Ton Truck Chassis.. 6/7/8 2) Lift & Dump Gate..

More information

TENDER. 2017, THREE QUARTER (3/4) TON PICKUP TRUCK, 4x4

TENDER. 2017, THREE QUARTER (3/4) TON PICKUP TRUCK, 4x4 Municipality of the County of Colchester Public Works Department 1 Church Street, Truro, NS B2N 3Z5 Telephone: (902) 897-3175 TENDER 2017, THREE QUARTER (3/4) TON PICKUP TRUCK, 4x4 Sealed Tenders for Tender

More information

INSTRUCTOR GUIDE TOPIC: APPARATUS RESPONSE LEVEL OF INSTRUCTION: TIME REQUIRED: TWO HOURS MATERIALS: APPROPRIATE AUDIO-VISUAL MATERIALS

INSTRUCTOR GUIDE TOPIC: APPARATUS RESPONSE LEVEL OF INSTRUCTION: TIME REQUIRED: TWO HOURS MATERIALS: APPROPRIATE AUDIO-VISUAL MATERIALS TOPIC: APPARATUS RESPONSE LEVEL OF INSTRUCTION: TIME REQUIRED: TWO HOURS INSTRUCTOR GUIDE MATERIALS: APPROPRIATE AUDIO-VISUAL MATERIALS REFERENCES: Fire Department Safety Officer, 1st ed., International

More information

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

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

More information

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

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

More information

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

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

More information

CITY OF BARTLETT 6400 STAGE ROAD BARTLETT, TENNESSEE 38134

CITY OF BARTLETT 6400 STAGE ROAD BARTLETT, TENNESSEE 38134 CITY OF BARTLETT 6400 STAGE ROAD BARTLETT, TENNESSEE 38134 A. Keith McDonald, Mayor Mark Brown, Chief Administrator Officer Dick Phebus, Finance Director Bill Yearwood, Director of Public Works INVITATION

More information

LEVEL 2 DEFENSIVE Standard Equipment Guide

LEVEL 2 DEFENSIVE Standard Equipment Guide LEVEL 2 DEFENSIVE Standard Guide This guidance document was developed to assist NWT fire departments with identifying the minimum equipment required for a Standard - Level 2 Defensive fire service as defined

More information

NOTICE TO BIDDERS. ONE (1) NEW TANDEM AXLE TRUCK (cab & chassis)

NOTICE TO BIDDERS. ONE (1) NEW TANDEM AXLE TRUCK (cab & chassis) NOTICE TO BIDDERS The Roscommon County Road Commission will receive sealed bids until 2:00 p.m. on Thursday, March 22. 2012. (Bids will be opened at 2:00 p.m. for tabulation and review. Bid results and

More information

Request for Quote # Armored Vehicle for Hammond Police Swat Team

Request for Quote # Armored Vehicle for Hammond Police Swat Team City Of Hammond Purchasing Department Request for Quote # 15-36 Armored Vehicle for Hammond Police Swat Team Proposals shall be faxed/delivered to the City Of Hammond, Purchasing Department No later than

More information

PART A TENDER SUBMISSION

PART A TENDER SUBMISSION PART A TENDER SUBMISSION Page 1 of 24 FORM A: TENDER (SEE B7) 1. Project Title SUPPLY AND DELIVERY OF REGULAR CAB CHASSIS TRUCKS 2. Bidder Name of Bidder Street City Province Postal Code (Mailing address

More information

City of Fargo Request for Proposal

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

More information

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

A summary of the vehicle to be purchased: Department Type of Vehicle Quantity Stormwater Department One Ton Dual Rear Wheel Dump Truck w/ Bed 1 City of Cartersville P.O. Box 1390 1 North Erwin Street Cartersville, GA 30120 DATE: January 24, 2018 TO: FROM: RE: Automobile Dealers Fleet Sales Personnel Tom Rhinehart, Finance Director Vehicle Bids

More information

INVITATION TO BID. January 10, 2018

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

More information

TENDER. 2017/2018 HALF TON PICKUP TRUCK, EXTENDED CAB, 4x4

TENDER. 2017/2018 HALF TON PICKUP TRUCK, EXTENDED CAB, 4x4 Municipality of the County of Colchester Public Works Department 1 Church Street, Truro, NS B2N 3Z5 Telephone: (902) 897-3175 TENDER 2017/2018 HALF TON PICKUP TRUCK, EXTENDED CAB, 4x4 Sealed Tender Forms

More information

Request for Proposal Motor Grader January 26, 2015

Request for Proposal Motor Grader January 26, 2015 Request for Proposal Motor Grader January 26, 2015 1 City of Fargo Request for Proposal The City of Fargo is requesting proposals for one (1) Motor Grader. Sealed proposals will be received by the City

More information

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

SPECIFICATIONS AND BID FORM FOR ONE NEW SIX WHEEL DRIVE ARTICULATED MOTOR GRADER WITH SNOW GATE. Street Department SOUTH DAKOTA CITY OF WATERTOWN SPECIFICATIONS AND BID FORM FOR ONE NEW 201 6 SIX WHEEL DRIVE ARTICULATED MOTOR GRADER WITH SNOW GATE Street Department CITY OF WATERTOWN, OWNER P.O. BOX 910 WATERTOWN SOUTH

More information

INVITATION TO BID SPECIFICATIONS & INSTRUCTIONS FOR:

INVITATION TO BID SPECIFICATIONS & INSTRUCTIONS FOR: INVITATION TO BID SPECIFICATIONS & INSTRUCTIONS FOR: HOMEWOOD-FLOSSMOOR PARK DISTRICT Golf Car Lease/Purchase Coyote Run Golf Course Flossmoor, IL 60422 BID OPENING ON: Thursday, October 25, 2018 TIME:

More information

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

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

More information

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

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

More information

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

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

More information

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

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

More information

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

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

More information

TENDER HALF TON PICKUP TRUCK, 4x4

TENDER HALF TON PICKUP TRUCK, 4x4 Municipality of the County of Colchester Public Works Department 1 Church Street, Truro, NS B2N 3Z5 Telephone: (902) 897-3175 TENDER 2018 HALF TON PICKUP TRUCK, 4x4 Sealed Tender Forms for Tender for 2018

More information

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

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

More information

A. Three-phase, oil filled self-cooled, padmounted transformers are installed outdoors on pads in the EWEB distribution system.

A. Three-phase, oil filled self-cooled, padmounted transformers are installed outdoors on pads in the EWEB distribution system. 1. APPLICATION A. Three-phase, oil filled self-cooled, padmounted transformers are installed outdoors on pads in the EWEB distribution system. 2. REFERENCE STANDARDS A. The transformers supplied shall

More information

CITY OF ELKO, NEVADA REQUIREMENTS, SPECIFICATIONS AND CONTRACT DOCUMENTS TO FURNISH

CITY OF ELKO, NEVADA REQUIREMENTS, SPECIFICATIONS AND CONTRACT DOCUMENTS TO FURNISH CITY OF ELKO, NEVADA REQUIREMENTS, SPECIFICATIONS AND CONTRACT DOCUMENTS TO FURNISH July 2016 CITY OF ELKO FACILITIES DEPARTMENT SET NO.. TABLE OF CONTENTS Invitation to Bid... 1 Bidding Information...

More information

INVITATION TO BID Fort Morgan Golf Course Golf Carts

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

More information

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

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

More information

STATE OF MINNESOTA EQUIPMENT SPECIFICATION. SPECIFICATION: September 2012 Page 1 SINGLE AXLE CAB & CHASSIS

STATE OF MINNESOTA EQUIPMENT SPECIFICATION. SPECIFICATION: September 2012 Page 1 SINGLE AXLE CAB & CHASSIS STATE OF MINNESOTA EQUIPMENT SPECIFICATION SPECIFICATION: 330-912 September 2012 Page 1 1.0 SCOPE SINGLE AXLE CAB & CHASSIS This unit shall be a currently advertised production model as modified per specifications

More information

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

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

More information

Town of South Windsor, Connecticut. Police Department

Town of South Windsor, Connecticut. Police Department Town of South Windsor, Connecticut Police Department May 2018 Bid Documents for Automobile Lease Unmarked Police Vehicles Up to Nine (9) - Four (4) Door, Mid-Size, All Wheel Drive SUV type vehicles TOWN

More information

TENDER 2019 OR 2020, ONE AND A HALF TON EXTENDED DOUBLE CAB/CHASSIS, 4X4, DUMP BODY TRUCK

TENDER 2019 OR 2020, ONE AND A HALF TON EXTENDED DOUBLE CAB/CHASSIS, 4X4, DUMP BODY TRUCK Municipality of the County of Colchester Recreation Department 1 Church Street, Truro, NS B2N 3Z5 Telephone: (902) 897-3185 TENDER 2019 OR 2020, ONE AND A HALF TON EXTENDED DOUBLE CAB/CHASSIS, 4X4, DUMP

More information

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

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

More information

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

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

More information

City of Lewiston Finance Department Allen Ward, Purchasing Agent

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

More information

ATTACHMENT A ITEM# 5

ATTACHMENT A ITEM# 5 ATTACHMENT A ITEM# 5 Specification No: 370763-E Fund/Agency: 405/405 Organization: 9303 (10) Units For: OC Parks VENDOR S NAME: Specifications for: 2012 OR NEWER MODELS(ONLY), ELECTRIC VEHICLES These specifications

More information

REQUEST FOR BID (RFB) # B X4 ONE TON CHASSIS CAB DUALLY POSTING DATE: MARCH 7, 2018

REQUEST FOR BID (RFB) # B X4 ONE TON CHASSIS CAB DUALLY POSTING DATE: MARCH 7, 2018 REQUEST FOR BID (RFB) #18-001-30B 2018 2X4 ONE TON CHASSIS CAB DUALLY POSTING DATE: MARCH 7, 2018 RESPONSE DEADLINE: APRIL 4, 2018 11:00 A.M. CENTRAL DAYLIGHT TIME (CDT) TO: DAVE FRISQUE MARINETTE COUNTY

More information

VEHICLE SPECIFICATIONS 12 PASSENGER OFF CENTER AISLE VAN REV 02/19

VEHICLE SPECIFICATIONS 12 PASSENGER OFF CENTER AISLE VAN REV 02/19 NOTE: Accepting options to purchase 12 Passenger Off Center Aisle Vehicle with seating arrangements for 12 Ambulatory Passengers. DESCRIPTION: These specifications describe a new 12 Passenger Off Center

More information

City of Glasgow Department of Public Works Purchase of (1) 2013 White Rear Load Garbage Truck

City of Glasgow Department of Public Works Purchase of (1) 2013 White Rear Load Garbage Truck City of Glasgow Department of Public Works Purchase of (1) 2013 White Rear Load Garbage Truck To: All Interested Bidders Subject: 2013 (1) White Rear Load Garbage Truck Attached are specifications for

More information

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

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

More information

May 11, 2018 On or before 2:00pm

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

More information

NELSON COUNTY FISCAL COURT

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

More information

BID PACKAGE (2)NEW 2018 SELF-PROPELLED BROOMS

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

More information

Report for Action. Wilson Bus Garage - Upgrades. Summary. Date: March 20, 2018 To: TTC Board From: Chief Capital Officer

Report for Action. Wilson Bus Garage - Upgrades. Summary. Date: March 20, 2018 To: TTC Board From: Chief Capital Officer Report for Action Wilson Bus Garage - Upgrades Date: March 20, 2018 To: TTC Board From: Chief Capital Officer Summary The purpose of this report is to obtain authorization for the award of Contract No.

More information

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

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

More information

Louisville Gas and Electric Company

Louisville Gas and Electric Company P.S.C. Electric No. 11, Original Sheet No. 57 APPLICABLE In all territory served. AVAILABILITY OF SERVICE Available to any customer-generator who owns and operates a generating facility located on Customer

More information

Request for Proposal Used Motor Grader May 12, 2017

Request for Proposal Used Motor Grader May 12, 2017 Request for Proposal Used Motor Grader May 12, 2017 1 City of Fargo Request for Proposal The City of Fargo is requesting proposals for one (1) Used Motor Grader with wing. Sealed proposals will be received

More information

ADDENDUM 02. To All Bidders:

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

More information

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

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

More information

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

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

More information

CONTRACT DOCUMENTS TOWING SERVICES BOROUGH OF CARLISLE 53 W. SOUTH STREET CARLISLE, PENNSYLVANIA (717)

CONTRACT DOCUMENTS TOWING SERVICES BOROUGH OF CARLISLE 53 W. SOUTH STREET CARLISLE, PENNSYLVANIA (717) CONTRACT DOCUMENTS TOWING SERVICES BOROUGH OF CARLISLE 53 W. SOUTH STREET CARLISLE, PENNSYLVANIA 17013 (717) 249-4422 BOROUGH OF CARLISLE BID DOCUMENTS TABLE OF CONTENTS Section 1 INFORMATION FOR BIDDERS

More information

The bidder shall furnish a complete set of Operator, Service, and Parts Manuals with each body sold.

The bidder shall furnish a complete set of Operator, Service, and Parts Manuals with each body sold. 2013 Model or current production year 34,000 G.V.W.R. Cab and Chassis INTENT: These specifications describe a Dump Truck. GENERAL TERMS: All equipment furnished under this contract shall be new, unused,

More information

CLEARWATER FIRE & RESCUE TRAINING BUREAU

CLEARWATER FIRE & RESCUE TRAINING BUREAU CLEARWATER FIRE & RESCUE TRAINING BUREAU TRACTOR OPERATOR TASK BOOK #5 Candidate Name (printed) Signature Signature Beginning Beginning Date Date Candidate Station/Shift 08# Hire Date Lieutenant (print)

More information

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

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

More information

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

FLORIDA SHERIFFS ASSOCIATION, FLORIDA FIRE CHIEFS ASSOCIATION, & FLORIDA ASSOCIATION OF COUNTIES FLORIDA SHERIFFS ASSOCIATION, FLORIDA FIRE CHIEFS ASSOCIATION, & FLORIDA ASSOCIATION OF COUNTIES SPECIFICATION #01 TYPE I AMBULANCE 2 WHEEL DRIVE 4 WHEEL DRIVE OPTIONAL (DIESEL ENGINE, DUAL REAR WHEEL,

More information

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

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

More information

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

FLORIDA SHERIFFS ASSOCIATION, FLORIDA FIRE CHIEFS ASSOCIATION, & FLORIDA ASSOCIATION OF COUNTIES P a ge 1 FLORIDA SHERIFFS ASSOCIATION, FLORIDA FIRE CHIEFS ASSOCIATION, & FLORIDA ASSOCIATION OF COUNTIES *Effecitive dates for Bid 15-11-0116 are: February 1, 2015 through March 31, 2016. SPECIFICATION

More information

Milton Fire-Rescue Capital Improvement Plan

Milton Fire-Rescue Capital Improvement Plan Milton Fire-Rescue 2018-2023 Capital Improvement Plan Capital Overview 2 Fire Stations 3 Engines 1 Ladder Truck 2 Ambulances 1 Forestry 2 Staff Vehicles 3 Sets of Extrication Tools 2 Thermal Imagers 2

More information

Milton Fire-Rescue Capital Improvement Plan

Milton Fire-Rescue Capital Improvement Plan Milton Fire-Rescue 2019-2024 Capital Improvement Plan Capital Overview 2 Fire Stations 3 Engines 1 Ladder Truck 2 Ambulances 1 Forestry 2 Staff Vehicles 3 Sets of Extrication Tools 2 Thermal Imagers 2

More information

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

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

More information

THE TOWN OF CLARENVILLE PUBLIC WORKS DEPARTMENT. Tender Specification # For Purchase of One (1), New Wheel Loader with Snow Blades

THE TOWN OF CLARENVILLE PUBLIC WORKS DEPARTMENT. Tender Specification # For Purchase of One (1), New Wheel Loader with Snow Blades THE TOWN OF CLARENVILLE PUBLIC WORKS DEPARTMENT Tender Specification # 03-2015 For Purchase of One (1), New Wheel Loader with Snow Blades GENERAL SPECIFICATIONS Tenders are invited for the supply and delivery

More information

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

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

More information

CITY OF CORALVILLE th Street, Coralville, IA

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

More information

CITY OF DOUGLAS BID PACKAGE NEW SPECIFIED 2019 HALF-TON 4X4 PICKUP TRUCK

CITY OF DOUGLAS BID PACKAGE NEW SPECIFIED 2019 HALF-TON 4X4 PICKUP TRUCK CITY OF DOUGLAS BID PACKAGE NEW SPECIFIED 2019 HALF-TON 4X4 PICKUP TRUCK PUBLIC WORKS DEPARTMENT 420 West Grant Street DOUGLAS, WY 82633 Page 1 of 11 City of Douglas Call for Bids- Vehicle Sealed bids

More information

July 9, Re: Tender 4 X 4 Regular Cab ¾ Ton Work Trucks. Dear Sir:

July 9, Re: Tender 4 X 4 Regular Cab ¾ Ton Work Trucks. Dear Sir: July 9, 2015 Re: Tender 4 X 4 Regular Cab ¾ Ton Work Trucks. Dear Sir: We are re-tendering for two new 2015 or current model year regular cab, ¾ ton work trucks for the Operational Services Department

More information

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

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

More information

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

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

More information

ONE (1) CURRENT MODEL YEAR REGENERATIVE AIR TYPE STREET SWEEPER MOUNTED ON CONVENTIONAL CAB BID NO

ONE (1) CURRENT MODEL YEAR REGENERATIVE AIR TYPE STREET SWEEPER MOUNTED ON CONVENTIONAL CAB BID NO CITY OF SAN LEANDRO INVITATION FOR BIDS SUBMIT BID TO: City of San Leandro Purchasing Department 835 East 14th Street San Leandro, CA 94577 FOR FURTHER INFORMATION CONTACT: Julie Jenkins Purchasing Agent

More information

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

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

More information

ADDENDUM NO. ONE (1) ACQUIRE SNOW REMOVAL EQUIPMENT NORFOLK INTERNATIONAL AIRPORT, VIRGINIA. May 18, 2016

ADDENDUM 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 information

Fire Apparatus Driver/Operator Professional Qualifications Mobile Water Supply Apparatus. Skill Station Menu NFPA 1002 Chapters 4 & 10 (2009 Edition)

Fire Apparatus Driver/Operator Professional Qualifications Mobile Water Supply Apparatus. Skill Station Menu NFPA 1002 Chapters 4 & 10 (2009 Edition) Fire Apparatus Driver/Operator Professional Qualifications Mobile Water Supply Apparatus Skill Station Menu NFPA 1002 Chapters 4 & 10 (2009 Edition) A Preventive Maintenance Mandatory Station B Apparatus

More information

SALT TRUCK - SHORT TANDEM

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

More information

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

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

More information

Request for Proposal Sign Truck & Crane August 11, 2014

Request 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 information