City of Plant City. Purchasing Department 302 W. Reynolds St., Room 339 Plant City, FL Telephone: (813)

Size: px
Start display at page:

Download "City of Plant City. Purchasing Department 302 W. Reynolds St., Room 339 Plant City, FL Telephone: (813)"

Transcription

1 City of Plant City Purchasing Department 302 W. Reynolds St., Room 339 Plant City, FL Telephone: (813) June 19, 2008 Invitation For Bids No Front and Rear Loader Trucks General This invitation for bids is intended to provide one (1) new and latest model Front End Loader and one (1) new and latest model Rear Loader Truck for use by the City of Plant City Sanitation Department. Bid Acceptance Bids will be accepted until 3:00 P.M. July 10, 2008 at which time bids will be publicly opened and read aloud at the above address. All bids received after that time will be returned unopened. Offers by fax, or telephone will not be accepted. Bids may not be withdrawn within thirty (30) days of opening date. Vendor Instructions One copy of all bid sheets and forms must be executed and returned. Bid must be submitted in a sealed envelope. The face of the envelope shall contain, in addition to the bidders address, the date and time of the bid opening and the bid number. The sealed bid needs to be returned to the City of Plant City, Purchasing Department, 302 W. Reynolds St., Plant City, FL Bid must contain a manual signature of an authorized representative along with the company name in the spaces provided. If there are any questions concerning the specifications, contact Troy Martin, Sanitation Department, telephone ext no later than three (3) days prior to bid opening.

2 Prices Quoted All prices will be F.O.B. to the following address (The delivery location): City of Plant City, Fleet Maintenance Building, 2414 Willamette Dr., Plant City, FL Prices and extensions shall be typed or printed in ink. The City of Plant City does not pay federal or state sales tax. Do not include these items in price quote. The applicable tax exemption numbers will be shown on the awarded purchase order. Award Award will be made, if at all, within thirty (30) days after bid opening. An award made as a result of this bid shall conform to applicable state laws and local ordinances. Bids shall be evaluated on the basis of delivery time and price. A $ liquidated damages charge will be charged for each day after the first 30 days until the vehicle is received. This $ charge will be used as the comparison of time versus dollars. The award will be based on the lowest net cost. Award will be made with a City Purchase Order. The City of Plant City reserves the right to waive any informalities and/or irregularities and to reject any and all bids. Delivery Bidders shall guarantee delivery of vehicle in accordance with the delivery schedule indicated in bid. Delivery past stated delivery time shall incur $ per day liquidated damages. A loaner similar to specified vehicle can be provided in lieu of payment of $ per day damages. Payment Payment will be made within thirty (30) days after receipt of vehicle and an invoice.

3 Cooperative Agreement The City of Plant City is a member of the Governmental Purchasing Council of Hillsborough County, in accordance with chapter , Laws of Florida. It is hereby made a part of this invitation for bids that the submission of any bid in response to this invitation shall constitute a bid made under the same conditions for the contract price as this bid to all public entities in Hillsborough County.

4 GENERAL SPECIFICATIONS AND REQUIREMENTS CONTINUES FOR One (1) 2007 New and Latest Model Front End Loader Bid No The cab and chassis is to be used in conjunction with a 40 cubic yard (minimum) refuse loading compaction body, front loader type. The frame must be capable of withstanding a bending moment of up to 3,235,000 inch pounds, which will be most heavily concentrated behind the cab. Load distribution diagram will be provided by refuse body successful bidder. The successful bidder shall be responsible for the routing of the chassis to and from the body manufacture (for the mounting of the refuse body) and final delivery to the City of Plant City, Florida. The successful bidder will be responsible for the delivery of a complete unit to the Fleet Maintenance Building, 2414 Police Center Drive (formerly Willamette Drive), Plant City, FL SPECIAL INSTRUCTION: Cab and Chassis and refuse body dealers will refer to both specifications and all items should be considered in their bid where applicable. Chassis Specification Vendor's Response, Y/N Exceptions 1.0 Vehicle Configuration 1.1 AUTOCAR WX64 or Equal 1.2 WX CAB- SINGLE LH DRIVE 1.3 CHASSIS VIN IDENTIFIER 6x4 2.0 ENGINE 2.1 ENGINE ASSY, ISL05,350HP@2100 RPM/1250 FT-LBS,CUMMINS ENGINE Pre 2007 Emission 2.2 ENGINE HORSEPOWER RATING, 350 HORSE POWER 2.3 ENGINE OIL CHECK & FILL, EXTERIOR CHECK AND FILL 2.4 ENGINE FLYWHEEL HOUSING SAE NUMBER 1 HOUSING 2.5 DRAIN PLUG-ENGINE, MAGNETIC 2.6 ENGINE SUPPORTS, STEEL NODAL MOUNT 3.0 Engine Equipment 3.1 PTO-ENGINE FRONT ADAPTER FOR SPICER ENGINE CONTROL SPECIFICATION, DEFAULT SPECS 3.3 ENGINE IDLE SHUT DOWN ENABLED 3.4 VEHICLE GOVERENED SPEED LIMIT 65 MPH 3.5 ENGINE ELECTRONICS CUMMINS DIESEL, CM ENGINE PROTECT SYSTEM/WARN7 SHUTDOWNS, AUDIBLE/VISUAL,ALARM/SDN, LOP,HT,LWL

5 3.7 ACCELERATOR PEDAL&LINK, WILLIAMS ACCELERATOR 3.8 FILTER-FUEL, CUMMINS SPIN-ON FILTER 3.9 FILTER-ENGINE OIL BY-PASS, CUMMINS ENGINE OIL FILTER 3.10 FILTER-ENGINE OIL FULL FLOW, CUMMINS COMBINATION FULL FLOW/BYPASS 3.11 FUEL HEATER, NO HEAT EXCHANGER PROVIDED 3.12 ENGINE BLOCK HEATER, PHILLIPS 120V 1000WATT 3.13 HEATER RECEPTICAL LOCATION-ENGINE, R H CORNER 3.14 RADIATOR 1100 SQ. IN. 4 ROW 3.15 FAN SHROUD, FAN RING 3.16 COOLANT HOSES SILICONE HOSES WITH STEEL TUBING 3.17 COOLANT HOSE CLAMPS CONSTANT TORQUE CLAMPS WHERE POSSIBLE 3.18 FILTER/CONDITIONER-COOLANT ENGINE COOLANT FILTER/CONDITIONER 3.19 FAN&DRIVE-ENGINE, FAN CLUTCH ON/OFF 3.20 RADIATOR COOLANT ANTI-FREEZE, 40F 3.21 RADIATOR CHECK/FILL, EXTERIOR COOLANT CHECK 3.22 RADIATOR SURGE TANK STANDARD SURGE TANK W/SIGHT GLASS 3.23 AIR CHARGE SYSTEM - COOLING 3.24 BATTEN BOX LOCATED AS FAR FWD AS POSSIBLE 3.25 BATTERY BOX STL TRAY ALUM LID(3) CAP 14.5" LH MTD 3.26 BATTERY SHUTOFF SWITCH FLAMING RIVER FR POST W/LOCKOUT 3.27 AIR CLEANER 16" TWO STAGE 3.28 AIR CLEANER INLET PIPING ALUMINUM STACK 3.29 AIR CLEANER OUTLET PIPING STANDARD CLAMPS 3.30 AIR INTAKE RAIN CAP BLACK HOOK TYPE 3.31 MUFFLER SYSTEM SINGLE VERTICAL- RH SIDE 3.32 EXHAUST SHIELDS UNPAINTED ALUM VERT MUFF SHIELD-SINGLE 3.33 EXHAUST STACKS 12' 6" ALUMINIZED STEEL, SINGLE 3.34 EXHAUST STACK EXTENSION TURNED OUT STACK 3.35 NO EXHAUST RAIN CAP PROVIDED 3.36 EXHAUST PIPING STAINLESS STEEL FLEX SECTIONS 3.37 EXHAUST DEBRIS SHIELDS, NO EXHAUST PIPING SHIELDS 3.38 MUFFLER SUPPORT FRAME MOUNTED 3.39 FILTER-FUEL ADDITIONAL FLEETGUARD FS 1003 F/W SEPARATOR W/PROBE & DASH LIGHT 3.40 AIR COMPRESSOR CUMMINS WABCO 18.7 CFM COMPRESSOR 3.41 GOVERNOR-AIR COMPRESSOR STANDARD 3.42 AIR LINES-COMPRESSOR DISCHARGE TEFLON HOSE

6 3.43 ELECTRICAL SYSTEM POLARITY NEGATIVE GROUND 12VOLT 3.44 ALTERNATOR DELCO REMY 12V 130AMP 22SI 3.45 BATTERY 3 JOHNSON CONTROL 31ECL 12V 2250CCA 3.46 STARTING MOTOR DELCO REMY 12V POSITORK 42MT 4.0 Transmission 4.1 ALLISON 4GC 4500 RDS 6 SPEED 5.0 Transmission Equipment 5.1 TORQUE CONVERTER TC VOCATION RDS REFUSE VOC-400-XXX 5.3 CONTROL MODULE ( ELECT) REFUSE W/AUTO-NEUTRAL GRP105, VP TRANSMISSION CONTROLS ALLISON PUSHBUTTON CONTROLS 5.5 COOLER-TRANSMISSION OIL TO WATER TYPE 5.6 TRANSMISSION OIL FILL/CHECK, OIL FILL TUBE/DIPSTICK W/LEVEL SENSOR 5.7 DRAIN PLUG-TRANSMISSION MAGNETIC 5.8 TRANSMISSION LUBRICANT TRANSYND SYNTHETIC AUTO TRANS FLUID 5.9 DRIVESHAFT-MAIN SPICER 1760HD HALF ROUND 5.10 DRIVESHAFT-INTER-AXLE 1710 WITH HALF ROUND YOKES 6.0 Front Axle and Equipment 6.1 STERRLING SALES PKG INTEGRAL POWER WITH RIGHT HANDS RAM 6.2 FRONT AXLE POSITION 53.5 INCHES 6.3 FRONT AXLE MERITOR MFS-20 STEER AXLE, 20000# CAPACITY 6.4 FRONT AXLE LUBRICANT STANDARD 6.5 STEERING GEAR INTEGRAL POWER STEERING W/RIGHT HAND RAM 6.6 POWER STEERING PUMP VICKERS V20NF 6.7 POWER STEERING RESERVOIR FOUR QUART REMOTE MOUNTED 6.8 POWER STEERING HOSE STANDARD HOSES 6.9 BRAKES-FOUNDATION, FRONT AXLE ARVIN MERITOR 16.5x6 QP 6.10 BRAKE CHAMBERS-FRONT AXLE CAM STANDARD 6.11 BRAKE SLACK ADJUSTERS-FRONT AXLE ARVIN MERITOR AUTOMATIC 6.12 DUST SHIELDS- FRONT BRAKES 7.0 Front Suspension 7.1 FRONT SUSPENSION 10,000# FLATLEAF, # GRD CAPACITY 7.2 SUSPENSION, FRONT AUX NO AEON AUX LOAD CUSHION PROVIDED

7 7.3 SHOCK ABSORBERS-FRONT DOUBLE ACTING SINGLE- HEAVY DUTY 8.0 Rear Axle and Equipment 8.1 REAR DRIVE AXLE SINGLE TANDEM ARVIN MERITOR RT ,000LB 8.2 REAR DRIVE AXLE-SINGLE TANDEM STANDARD TRACK 8.3 REAR AXLE LUBE PUMP NO LUBRICATION PUMP 8.4 REAR DRIVE AXLE RATIO DRAIN PLUG- REAR AXLE MAGNETIC, DRAIN AND FILL 8.6 REAR AXLE LUBRICANT STANDARD 8.7 REAR DRIVE AXLE BUMPSTOPS REQUIRED 8.8 TORQUE RODS LONGITUDINAL& TRANSVERSE RUBBER BUSHED 8.9 AIR LINES CHASSIS PARK BRAKE 8.10 BRAKE CONTROL SYSTEM BENDIX ABS 8.11 BRAKES-FOUNDTION,REAR AXLE ARVIN MERITOR 16.5x7 Q PLUS 8.12 BRAKE CHAMBERS-REAR AXLE CAM-STANDARD 8.13 BRAKE SLACK ADJUSTERS-REAR AXLE ARVIN MERITOR AUTOMATIC, TANDEM AXLE 8.14 BRAKE CHAMBERS-PARKING TYPE/VENDOR CAM MGM STOPGARD(4) 8.15 DUST SHIELDS-REAR BRAKES 9.0 Rear Suspension 9.1 REAR SUSPENSION HENDRICKSON HMX-460 SUSP@54" AS 9.2 REAR SUSPENSION BEAMS 54" STEEL RUBBER BUSHED 10.0 Brake System 10.1 AIR TANK-BRAKE STEEL TANKS FOR TANDEM AXLE 10.2 AIR TANK MOUNTING AIR STD POSITION 10.3 AIR DRYER BENDIX ADIP W/HEAT 10.4 AIR DRYER MOUNTING OUTSIDE RAIL, LH 10.5 WET TANK DRAIN BENDIX D/V-2 AUTOMATIC 10.6 AIR RESERVOIR DRAIN SYSTEM CENTRAL MANIFOLD W/PETCOCKS 10.7 BRAKE VALVE & PEDAL FLOOR MOUNTED PEDAL STD 10.8 BRAKE VALVES-REAR AXLE STANDARD 10.9 AIR LINES-CAB SAE J844 NYLON TRBING AIR LINES-MAIN CHASSIS SAE J844 NYLON TUBING CHECK VALVES-BRAKE SYSTEM STANDARD BRAKE MODULATION SYSTEM-PARKING PARK BRAKE RELAY/INVERSION VALVE 11.0 Wheelbase & Frame 11.1 WHEELBASE 209 INCHES 11.2 FRAME-REAR OVERHAND 110" 11.3 FRAME RAILS 3/8" VARIABLE DROP STEEL EST A 11.4 FRAME REINFORCEMENT INNER 25" LINER, STD LENGTH

8 11.5 FRAME-REAR CUT-OFF STRAIGHT 11.6 FRAME-FRONT EXTENSION HEAVY DUTY WX 11.7 FRAME CROSSMEMBER-ENGINE FRONT STEEL 11.8 FRAME CROSSMEMBER-CENTER ALUMINUM 11.9 FRAME BOLTS HUCKSPIN RR SUSP&CROSSMEMBERS FRAME CROSSMEMBER-SUSPENSION ALUMINUM MEMBERS FRAME CROSSMEMBER-OVERHANG ALUM CMBR ROS - IF REQUIRED FRAME REINFORCEMENT UNDERSLUNG CROSSMEMBER 12.0 Chassis Equipment 12.1 BUMPER LOCATION STANDARD POSITION 12.2 BUMPER-FRONT HEAVY DUTY WX 12.3 TOWING DEVICE-FRONT TWO TOW & LIFT EYES W/FRAME REINF 12.4 LICENSE PLATE MOUNTING-FRONT TO BUMPER 13.0 Fuel Tanks 13.1 FUEL TANK -LEFT DELETE LHS FUEL TANK 13.2 FUEL TANK MOUNTING LHS FUEL TANK MTD LHS-STD (IF PROVIDED) 13.3 FUEL TANK-RIGHT 85 GALLON ALUMINUM 22" CYLINDRICAL TANK, RHS 13.4 FUEL TANK MOUNTING RHS FUEL TANK MAD FWD RHYS (IF PROVIDED) 13.5 FUEL TANK OVERFLOW PIPE STANDARD VENT 13.6 TANK CHECK VALVE NO BAIL CHECK VALVE(S) PROVIDED 13.7 FUEL LINES SAE J844 NYLON TUBING 13.8 FUEL TANK STRAP/SUPPORT RIGHT STEEL 14.0 Tires 14.1 BRAKE DRUM-FRONT & REAR CAST IRON 14.2 TIRES, 2 FRONT TIRES & 8 REAR TIRES 14.3 SPARE TIRE, NO FRONT OR REAR SPARE TIRES 14.4 TIRE SIZE& LOAD RANGE FRONT 425/65R22.5 L-20PLY TUBELESS RADIAL 14.5 TIRE SIZE & LOAD RANG-REAR 11R 22.5 H 16PR 14.6 TIRE MANUFACTURER &TREADFRONT CONTINENTAL HTC 14.7 TIRE MANUFACTURER&TREADREAR CONTINENTAL HSR 14.8 AUXILIARY AXLE TIRES TAG/PUSHER TIRE- NO TIRES PROVIDED 15.0 Hubs 15.1 HUBS-FRONT STEEL HUB PILOTED, 285MM BOLT CIRCLE 15.2 HUB CAPS-FRONT AXLE CR ZYTEL HUBCAP 15.3 HUBS-REAR IRON HUB, H 10 STUD 16.0 Wheels 16.1 WHEEL DISC-FRONT 22.5x12.25 ACCURIDE STEEL, HP 4.75" INSET,#29807, 5HH

9 16.2 WHEEL DISC-REAR 22.5x8.25 ACCU STEEL, HP # 28487, 5HH 16.3 WHEEL OIL SEAL FRONT&REAR SCOTSEAL PLUS XL 16.4 NO SPARE FRONT&REAR WHEELS 16.5 WHEEL BEARINGS FRONT&REAR STANDARD 17.0 Cab Exterior 17.1 STEP-CAB ACCESS, CAB MOUNTED, DUAL SELF CLEANING CAB ENTRANCE STEPS 17.2 MUD FLAPS-FRONT WHEEL 17.3 CAB DOORS-STEEL 17.4 WITHOUT DOOR CHECK STRAPS 17.5 ALL GLASS TINTED 17.6 CAB GUARD FRONT- EPEDITOR CAB GUARD 17.7 ENGINE COVER- NON PROVIDED 17.8 MIRRORS-DUAL WEST COAST-MOTO MIRROR HTD, LH-FIX, RH-MOTO, AERO, BRIT 17.9 MIRROR ARM TYPE- FIXED MIRROR ARMS MIRRORS-AUXILIARY-CONVEX CLAMP ON TYPE LH&RH STAINLESS MIRRORS- DOWN VIEW GRAB HANDLES-ENTRY MEETS FMCSR 399 REQUIREMENTS REFLECTORS-SIDE AMBER REFLECTORS HORN-AIR, PAINTED TWIN MOUNTED UNDER CAB HORN ELECTRIC- SINGLE CAB TILT MECHANISM-C.O.E.- HYDRAULIC TILT CAB LATCH/HOLDDOWN-C.O.E., MECHANICAL LOCK GRILLE- AUTOCAR STATIONARY GRILLE GRILLE EQUIPMENT- BUG SCREEN MOUNTED BEHIND GRILLE FENDERS-FRONT, IMPACT RESISTANT POLY FENDER MTD. TO CAB 18.0 Cab Interior 18.1 CAB INTERIOR ENHANCEMENT- 05 INTERIOR UPGRADES 18.2 STEERING WHEEL- 16" DIA. WHEEL, 2 SPOKE 18.3 STEERING COLUMN- FIXED POSITION 18.4 DRIVER SEAT- NATIONAL CUSH II LOW BACK, AIR RIDE 18.5 PASSENGER SEAT- THREE POINT RETRACTABLE 18.6 SEAT INSERT- BLACK CORDURA 18.7 DRIVER SEAT BELTS- THREE POINT RETRACTABLE 18.8 PASSENGER SEAT BELTS- THREE POINT RETRACTABLE 18.9 RELOCATED REWARDED FALL CAB PANELS DOOR- BOTH SIDES CARPET & MAT- MAT WITH FOAM BACK CAB INTERIOR- AUTOTUFF INTERIOR UPHOLSTERY INTERIOR TRIM CAB PANELS- GRAY INTERIOR TRIM INTERIOR CAB PAINTING- CODE 980,EXTERIOR COLOR

10 18.15 INTERIOR SUN VISOR- LEFT AND RIGHT HAND COLOR KEYED ARM REST- LEFT AND RIGHT HAND ARM REST COAT HOOK- ON BACK PANEL CUSTOM TRIM FALL CONSOLE- CENTER AND REAR CONSOLE CAB THERMAL- THERMAL INSULATION KIT FOR CAB ROOF COMPARTMENT- OVERHEAD CONSOLE ASHTRAY MTD IN CONSOLE CIGAR LIGHTER- DASH MOUNTED INTERIOR ENTRY GRAB HANDLES- LH & RH MTD TO INSIDE OF A-PILLAR AIR HORN PULL CORDS- SINGLE HORN LANYARD CAB INTERIOR LAMPS- DOME LAMP 19.0 Instruments & Controls 19.1 CAB TEMPERATURE SYSTEM- AIR COND INTEGRAL WITH HEATER/DEFROSTER 19.2 CAB TEMP SYSTEM- INTEGRAL, AIR CONDITIONING W/HEATER/DEFROSTER 19.3 HEATER HOSES- SILICONE HOSES W/HTR SHUTOFF VALVE ENG HEATER HOSE CLAMPS- CONSTANT TORQUE HOSE CLAMPS 19.5 HEATER SHUT OFF - STANDARD HEATER SHUTOFF VALVES 19.6 HOSE WRAP- SPECIAL HOSE WRAP NOT PROVIDED 19.7 REFRIGERANT TYPE- R134A 19.8 AIR CONDITIONER COMPRESSOR- STANDARD 19.9 AIR CONDITIONER CONDENSER- STANDARD AIR CONDITIONER PIPING-R134A HOSES WITH CRIMPED FITTINGS HEATER/AIR CONDITIONER DUCTING- NON SLEEPER INSTRUMENTS SALES PKG- 05 STANDARD GAUGES TACHOMETER/RPM TACHOGRAPH- ELECTRONIC TACHOMETER WITH HOURMETER GAUGE-ENGINE OIL PRESSURE- ELECTRONIC ENGINE OIL PRESSURE GAUGE-ENGINE COOLANT TEMPERATURE- ELECTRONIC AIR INTAKE RESTRICTION INDICATOR- GRADUATED, AIR CLEANER MOUNTED GAUGE-TRANSMISSION OIL TEMPERATURE- TRANS TEMP WARNING LIGHT & BUZZER INTERAXLE DIFFERENTIAL LOCKOUT CONTROLS - DASH MOUNTED WARNING LIGHT& CONTROL GAUGE-FUEL LEVEL- ELECTRONIC FUEL LEVEL INSTRUMENT PANE- COLOR KEYED SPEEDOMETER/ODOMETER/MPH TACHOGRAPH -

11 ELECTRONIC WITH ODOMETER SPEEDOMETER DRIVE-ELECTRIC FROM TRANSMISSION GAUGE-AIR SYSTEMS PRESSURE- DUAL ELECTRONIC AIR SYSTEM PRESSURE LOW AIR WARNING DEVICE-AUDIBLE AND VISUAL BRAKE VALVE-PARKING CONTROL- ONE PUSH, PULL TYPE W/YELLOW DIA-TRUCK PARK BRAKE INDICATOR LIGHT STARTING SWITCH- STANDARD LAMPS HEAD- SINGLE ROUND HALOGEN LAMPS STOP TAIL-DUAL ROUND SEALED TAILLIGHTS LAMPS BACKUP-DUAL ROUND BACK UP LAMPS STOP TAIL HARNESS- STD TAIL LAMP WIRING FRONT TURN SIGNAL LAMPS- GROTE BREAKAWAY, SQUARE REAR TURN SIGNAL LAMPS- WIRED INTO TAIL LAMPS SWITCH-TURN SIGNAL& FLASHER- NON-CANCELING W/TRANSISTORIZED FLASHER FIVE AMBER LAMPS MARKER DAYTIME RUNNING LAMPS CIRCUIT PROTECTION DEVICE- AUTO CIRCUIT BREAKERS KEY & LOCK SETS IGN/DOORS- SAME, UNIQUE PER TRUCK RADIO-AM/FM STEREO W/CASSETTE ROOF MTD ANTENNA/POWER SUPPLY- AM/FM ANTENNA, B-PILLAR MTD( SIDE OPP. EXHAUST) RADIO SPEAKERS- 2 DUAL CONE SPEAKERS WINDSHIELD WIPER-SPRAGUE INTERMITTENT VERTICAL PARK WINDSHIELD WASHER- STANDARD WIRING CAB- STANDARD CAB WIRING 20.0 Color 20.1 CAB PAINT SCHEME- SINGLE COLOR PAINT 20.2 CAB PAINT TYPE- STANDARD WHITE 20.3 CHASSIS PAINT TYPE- TWO PART POLYURETHANE ENAMEL 20.4 FIRST CAB COLOR- STANDARD WHITE N CHASSIS COLOR- BLACK P BUMPER COLOR- SAME AS CHASSIS UNPAINTED ALUM OR CHROME 20.7 DISC WHEEL OR RIM COLOR- STEEL, E-COAT WHITE/ ALUM-UNPAINTED 20.8 AXLE WHEELEND COLOR- SAME AS CHASSIS 21.0 Weight Summary 21.1 FRONT WEIGHT TOTAL 9,382 LBS 21.2 REAR WEIGHT TOTAL 6,820 LBS

12 22.0 Extended Warranty 22.1 WARRANTY- STANDARD WARRANTY 22.2 TRANSMISSION WARRANTY- ALLISON STD WARRANTY

13 Minimum SPECIFICATIONS for Commercial Front Loader Refuse Body It is the intent of these specifications to describe the minimum requirements of a complete front end loading compaction body with lifting arms to service pick-up sleeve front loader containerized refuse equipment and provide off loading of collected waste by means of full ejection. DUMP OFF LOADING BODIES WILL NOT BE CONSIDERED The omission of any standard feature description shall not alleviate the bidder from the responsibility of furnishing a complete body with all standard equipment of the manufacturer's latest improved model in current production as offered to commercial trade. The body shall conform in strength, quality of material and workmanship to that provided by the best manufacturing and engineering practices of the industry. It is required that the units, as specified herein, shall be completely assembled and adjusted and that all equipment, including standard and optional equipment, be installed on a chassis furnished by others and the unit made ready for continuous operation. As it is our desire to buy American, bidders using components or parts of other than American manufacture shall so state in their bid. The bidder shall represent by his bid that all equipment to be furnished under this bid is new and unused. All bidders shall attach a statement that the unit offered meets these specifications exactly, or list any exceptions fully and accurately. The following bid specifications are the minimum acceptable specifications, based on economy and usability. EACH BIDDER IS REQUIRED TO COMPLETE EVERY SPACE IN THE BIDDERS RESPONSE COLUMN BY CHECK (X) UNDER YES OR NO TO INDICATE ITEM BEING BID IS EXACTLY AS SPECIFIED. ALL NO RESPONSES AND ALL DEVIATIONS WHATSOEVER MUST BE FULLY EXPLAINED ON A SEPARATE PAGE. FAILURE TO DO SO CAN BE USED AS BASIS FOR REJECTION OF BID. FAILURE TO DELIVER UNIT AS PROPOSED WILL RESULT IN REJECTION OF UNIT.

14 SPECIFICATIONS AND STANDARDS When factory-printed literature, submitted to support the bid, does not indicate compliance with the specifications and your company can meet these specifications by modifications, you must so state in writing that you can meet the specifications and the necessary modifications be listed. Such writing must be submitted at bid opening time as part of your bid. Bidders must state make and model number of the unit they are offering. Bids submitted shall be on the latest current model of equipment meeting specifications. BODY CAPACITY BIDDER'S RESPONSE COLUMN YES NO The net capacity of the body including the usable body and hopper volume shall be 40 cubic yards minimum. If less than minimum, state yardage. BODY CONSTRUCTION 1) For maximum life the body sides, floor and roof, shall be constructed of a minimum 100,000 PSI yield steel. 2) Body dimensions: 107-3/8" Height with Arms Down (Above chassis frame) /4" Height with Arms Up (Above chassis frame). 96" Width Length: Body and Tailgate 40 cu. yd. = 289 3) For strength with light weight, the side, roof and floor sheet rearward of the hopper area shall be radiused outward on a continuous arc from each horizontal corner mating. This will allow maximum strength without the added weight of vertical or horizontal bracing. 4) Body minimum acceptable material rearward of hopper area. A. Floor 7 Ga ,000 PSI yield steel. B. Sides 7 Ga ,000 PSI yield steel. C. Roof 10 Ga ,000 PSI yield steel. 5) Front roof reinforcement shall be 7 ga. 50,000 PSI yield, 6-5/8" x 2-3/16" wide formed channel, reinforced with 7 Ga. 50,000 PSI yield steel plate. Rear roof reinforcement shall be 3" x 2" x 3/16" wall structural tube interlaced with rear corner post.

15 6) Supporting the radiused floor sheet shall be two (2) 7" high "Vee" flange formed long sills with 13" of width at the floor sheet and 3" of width at the truck frame. The sills shall be formed of 7 Ga. 100,000 PSI yield steel, fully gusseted internally. The front of the "Vee" long sills shall butt into a 6" x 4" x 1/4" wall structural tube crossmember. 7) The rear body floor shall be lower by 4" to maintain a 100 gallon sump for liquid containment and to aid in load retention. 8) The rear bolster shall be 7 Ga. 100,000 PSI yield formed channel 10-1/2" with 2-3/4" leg. The rear body corner post shall be 1/4" 100,000 PSI yield formed channel 7-1/2" x 8" wide. HOPPER CONSTRUCTION 1) Hopper size: The hopper shall be a minimum of 10 cubic yards. The hopper opening (packer to roof) shall be 101" x 80-1/4" wide. 2) The hopper long sills shall be 10" high x 3" wide, 7 Ga. 100,000 PSI yield steel interlaced with five (5) full hopper width structural tube crossmembers. A. Crossmembers shall be 4"x 3" x 3/16" wall full width structural tube. A1. The transition crossmember shall be 6"x 4"x 1/4" wall tube located at the rear of the hopper floor. B. The crossmembers shall support and be welded securely to a one-piece hopper floor sheet of 1/4" plate 400 BHN, 155,000 PSI yield. C. The crossmembers shall be supported by 7 Ga. thick 8" long sleeves at each point of contact to the long sill and interlaced with long sill. 3) Hopper lower side walls shall be flat, 7 Ga. 100,000 PSI yield steel reinforced with 10 ga. 100,000 PSI yield steel liner above the guide rail up 22" to the first horizontal brace. Hopper upper side walls shall be flat, 10 ga. 100,000 PSI yield steel. 4) Each hopper side shall be braced by a minimum of four (4) horizontal braces. The braces shall be 4" x 2" x 7 Ga. formed channel, 1/4" front post 2"x 5" wide and 1/4" 100,000 PSI yield 7-1/2"x 6" wide center post. 5) An access door, 21" wide x 39" high, to the hopper area shall be provided on the streetside of the body. This door must be sliding type. No part of door opening shall be to the rear of packer panel. An interlock shall be provided to instantly stop all hydraulic operation if the access door is opened.

16 TAILGATE 1) The tailgate shall be a rounded type with a minimum 3.75 cu. yd on 40 cu. yd. body capacity Construction shall be a minimum of 10 Ga. 100,000 PSI yield steel. The vertical and horizontal braces shall be 7 Ga. 100,000 PSI yield. 2) The tailgate shall be opened and unlocked by two (2) double acting hydraulic cylinders. A. Tailgate cylinders shall be a minimum 3" I.D. 33" stroke with 1-3/4" induction hardened chrome rod, buffer seal, DU rod bearing and canned wiper. B. The tailgate shall be secured by two (2) steel locks powered automatically by hydraulic cylinders. Locks shall capture latch pins (2 per side), pull and hold tailgate tight to rear of body. The tailgate shall open above horizontal position for clean ejection of load. Bodies that require additional cylinders to lock and unlock the tailgate or tailgates that must first slide vertically to unlock are not acceptable. 3) The tailgate shall be securely hinged, using 1" plates, to the reinforced rear edge of the roof, tied directly into the rear post, and rotate on cold rolled steel hinge pins with a minimum of 2-1/2" diameter. The tailgate hinge plates shall be four (4) 1/2" plates with 3-1/2" diameter 1/2" wall bosses. 4) Tailgate shall include a maintenance prop to prop tailgate open for servicing inside body. 5) Tailgate shall have a bulb type gasket seal to prevent leakage at the bottom and 41" up each side of tailgate. Seal must be installed on the tailgate. 6) An in-cab console mounted light and audible alarm will be provided to indicate the tailgate is not fully closed and locked.

17 LIFT ARMS 1) The lift arms shall be two (2) "U" shaped weldments, minimum 3-1/2" x 9-1/2" at rear, 8 at front bolted to a full body width torque tube of 4" OD 5/8" wall seamless steel tube located at the forward bottom of the hopper directly behind the truck cab. 2) The arms shall be constructed of, full length, 3/4" x 3" 80,000 psi yield outer and inner arm bars, with 1/4" 100,000 psi yield side plates, 1/2 50,000 psi yield cylinder anchor point. The arm mounting to torque tube block shall be 1-1/2" thick. The fork assembly end shall have a bolt on bearing assembly with pressed-in 3" bronze bearing (split bearing block is not acceptable). LIFT ARMS (CONT D) 3) The lift arms shall be attached to the torque tube by (4) 3/4" grade 8 bolts per side and shall be interchangeable between sides and units. The torque tube shall extend through the arm mounting plate. 4) Body mounted torque tube shall rotate in two (2) bronze bearings easily accessible for lubrication, by the use of (2) zerks, one from the top and one from the bottom. The bearing caps shall be mounted by (4) 3/4-10 x 5" long, grade 8 bolts per cap, vertical in position (horizontal bolts not acceptable). 5) Lift arms shall have a minimum structural capacity of 10,000 lb. and a minimum lift capacity of 8,000 lb., measured at the center line of a standard 8 cubic yard container. 6) With the arms full down, the lift-starting lever shall not be less than 24" and with arm full up, the arm lower-starting lever shall not be less than 11" to minimize torque tube bearing wear and bearing cap forces. 7) Arm and fork cycle times shall not be more than 20 seconds. 8) Pick up, dump and disengagement will be done without the need for assistance and without the driver leaving the cab. 9) The lift arms, during the dump cycle must not obstruct or interfere with the opening of the cab doors on either side. 10) The lift arms shall be capable of lifting loaded containers from a truck dock with 10' maximum pocket height. 11) The arm assembly shall be designed to carry in the full raised or lowered position during travel between stops. All cab over chassis except Condor. 12) In the full raised position the lift arm shall rest on rubber bumpers attached to the center post, 54" minimum above the floor. 13) Main arm lift cylinders shall mount outboard of the body for easy

18 accessibility. A. Lift arms shall be powered by two (2) 4-1/2" I.D. double acting hydraulic cylinders, 49" stroke, having a minimum 2" diameter hardened chrome plated rod, buffer seal, DU rod bearing, and canned wiper. Arm rotation shall be 102 degrees. 14) The pick-up forks shall be a minimum of 1" thick, 100,000 PSI yield steel and 51" in length with rubber container stops for noise suppression. 15) The forks shall be installed on a full width 3-1/2" O.D. 3/4" wall seamless steel tube. The fork weldment shall be attached to the arms using 3" dia. pins and rotate in bolt-on pressed-in bronze bushed bearing equipped for easy lubrication. (Bolt on split bearing cap not acceptable). LIFT ARMS (CONT D) A. Fork rotation shall be by two (2) 4" I.D. double acting hydraulic cylinders 25" stroke, having a minimum 2" hardened chrome rod, buffer seal, DU rod bearing, and canned wiper. Fork rotation shall be 123 degrees. 16) The design of the hopper, body and arms shall be such that the arms may be transported in the full raised position and the entire unit will not exceed an overall height of 13'6". (based upon 42" maximum chassis frame rail height) BODY CAB SHIELD 1) A full width all steel cab shield shall be provided to protect the cab from spillage and damage. Cab shield shall be fabricated from 12 Ga. 50,000 PSI yield steel. Cab shield shall extend rearward to the body front wall to provide protection over turbos, engine extension, transmission and mufflers/tailpipes. PACKING MECHANISM 1) The sweep of the hopper and load compaction shall be achieved by compactor panel traveling a minimum of 85-1/4". 2) The compactor panel shall be engineered and designed with a 22-1/2" vertical section packing surface. (sloped packing section is not acceptable)

19 3) The packer panel shall be constructed of (4) 3" x 3" x 1/4" vertical tubes, 1/4" steel 100,000 PSI yield lower 22-1/2" packing face, 7 Ga. 100,000 PSI yield sloped section, 10 gauge 100,000 PSI yield top vertical section reinforced by 1/4" plate full width top crossmember. The cylinder mounting, packing beam to be constructed of 1/4" plate 100,000 PSI yield, with 2" formed leg by 8" wide top brace, 1/2" plate 100,000 PSI yield, by 8" wide center brace and 1/4" plate 100,000 PSI yield, by 8" wide bottom brace. 4) Compactor panel shall be powered by twin 5-1/2" dia. telescopic double acting hydraulic cylinders: 180" stroke, 3 stage - 40 cu. yd. All cylinder stages shall be chrome plated. The cylinders shall have cold rolled steel pins of not less than 2" dia. stress proof steel on both ends. The pins shall be free floating design. A. Total compaction force generated by these cylinders shall be 119,275 pounds minimum. PACKING MECHANISM (CONT D) 5) Compactor panel guide rails in the hopper area shall be two (2) 3/8" formed angle 50,000 PSI yield steel welded to 4" x 2"x 1/4 steel tube. Each tube shall be topped with a wear bar of 3/8" x 3" AR ,000 PSI yield steel. Top of formed angle shall be reinforced with 1/4" plate. The guide rails shall be 2-3/8" off the floor and extend the full length of the body. A. Compactor panel shall ride on two (2) 3/8" x 3" x 48" AR ,000 PSI yield steel shoes on the outside edge of packer panel. B. Compactor panel shall also ride on two (2) 3/8" x 6" x 18" AR ,000 PSI yield steel shoes in the center of packer panel. The center shoes shall ride on two (2) 3/8" x 6" wide AR500 wear plates welded to the full length of hopper floor. 6) The hydraulic system shall incorporate a hopper sweep cycle. The compaction panel shall sweep the hopper area and return to rest at the forward end of the body. The complete sweep cycle shall be automatic after the push of a single start button. The control switches for the packing system must be micro type, operated by a push rod extending off the cylinder. (Pigtail or proximity switches are not acceptable.)

20 7) The hydraulic system shall incorporate a dump limit control, when the packer is extended, to eliminate dumping behind the packer panel. 8) The body shall be equipped with - SLIDING - hopper cover. The hopper cover shall move forward and rearward to enclose the roof of the hopper. A. Hopper cover shall be constructed of 12 gauge 50,000 PSI yield sheet reinforced by 2-1/2" x 2-1/2" x 3/16" tube front crossmember, 3" x 2" x 10 ga. second crossmember, 2" x 2" x 3/16" third and fourth crossmember. Must have drain hole to eliminate water and ice build up in hopper cover. B. Hopper cover shall be powered by a hydraulic cylinder having a minimum, 3" I.D., 89" stroke, with a 1-3/4" chromeplated rod. Cylinders to have hardened chrome rod, buffer seal, DU rod bearing, and canned wiper. OFF LOADING BODY 1) The body design shall be full eject off loading by use of the 2nd and 3rd stages of the packing cylinder. The 2nd and 3rd stages to be interlocked using a gate position switch within the tailgate and operate only with the tailgate in the full raised position. OPERATING CONTROLS 1) The operating controls for lift arms, container forks, packing panel, tailgate locking and opening, hopper door, body ejection system for unloading or any optional devise shall be located in the truck cab easily accessible to the operator while seated in a driving position. The controls shall be of the self-centering type, returning to neutral when released. 2) Control Panel shall be housed in a weather resistant control box provided with marine grade rocker type switches. Control box shall contain a circuit card with Self Diagnostic LED lights and control relay switches. A Warning Buzzer and Indicator Light shall be provided to alert the operator of an unsafe travel condition. A. Each control function shall be properly labeled. B. Body wiring to be connected directly into the control panel with common type cable connections.

21 3) Indicator lights shall be on a separate dash mounted console within direct view of the operator to indicate System On, Pump On", "Hopper Door Closed", "Tailgate Open", Tailgate Full Open, "Unsafe Travel", " Body Up", "Service Filter", and Side Door Open. 4) All fork and arm movements shall be controlled by a single joy stick or optional two lever control operating an air control valve. 5) Tailgate lock and lifting controls shall be a lock type switch to reduce the chance of an accidental operation. The tailgate shall have hardened safety lock pins (one per side) that must be removed manually before tailgate can be opened. 6) Control panel shall include an "Auto-Pack Cycle" switch, which when activated, the compactor panel will complete one packing cycle. An Emergency "STOP" button shall be included which when activated will instantly render control panel inoperative. HYDRAULIC SYSTEM 1) The system shall be designed to operate at a maximum of 2500 PSI. 2) A factory sealed pressure relief valve shall be provided to protect the hydraulic system. All hydraulic lines and tubing shall be equipped with 37 degrees flare fittings of sufficient size for the oil flow. All high pressure hydraulic tubing shall be corrosion protected using Zinc Di-Chromate coating and clamped using bolt on molded clamps. All high pressure hoses shall have a protective nylon sock. HYDRAULIC SYSTEM (CONT D) 3) A driveline driven front engine mounted cast iron flow diverter type pump, Muncie MLS-M pump, with overflow protection and capacity of not less than 42 GPM at 1200 RPM shall be provided. The suction line feeding the pump from the reservoir shall be no less than 2-1/2" diameter and shall mate to a 2" diameter pump suction inlet opening. 4) The 47 gallon oil capacity reservoir shall be equipped with a suction screen mounted internally, 6 micron absolute return line replaceable element filter, with electrical by-pass indicator, shut-off ball valve, screened fill port, 10" long magnet mounted in lower corner of the tank, sloped top to shed water, return line defuser to eliminate aeration, channel over the suction screen to eliminate air ingestion, lower sump area, internal baffled and constructed of 1/4" plate. A. The return line filter shall have a Beta rating of 200=4.6 and

22 a dirt holding capacity of 146 grams. B. The hydraulic reservoir shall have two (2) 3 micron filtered breather caps. C. The hydraulic reservoir shall have a temperature gauge and An oil sight gauge with a minimum length of 5". 5) The hydraulic pump shall have a minimum 1-1/4" diameter pressure port and shall mate to a system pressure feed line with a minimum diameter of 1-1/4" and 1-1/2 pump overflow return to hydraulic reservoir. 6) The pressure line from the pump shall supply the body mounted five (5) spool main control valve. Control valve shall be air actuated by in cab controls. 7) All hydraulic functions shall be controlled by a sectional air operated hydraulic valve of no more than five (5) spools. Control valve shall be mounted at front of body. (Chassis mounted control valves are not acceptable.) 8) The control valve shall have a minimum of 1-1/2" return port equipped with a 2" diameter return line to the chassis mounted oil reservoir. 9) The hydraulic system shall have a fast retract valve in the packer system. LIGHTING 1) All lighting shall comply with D.O.T. and F.M.V.S.S. 108 regulations. 2) For long life and ease of service, all clearance, tail, stop and back-up lights shall be plug-in type, grommet mounted, shock resistant, waterproof, with Lexan lens. They shall be Truck-Lite or approved equal. LIGHTING (CONT D) 3) Light package to include: (2) 4" high mounted stop / tail (2) 4" high mounted turn / tail (1) mid body turn signal each side (2) 4" low mounted stop / tail (2) 4" low mounted turn / tail (2) 4" low mounted back up lights (1) license plate light (1) center mounted brake light 4) Wiring harness in round convoluted soft conduit to be provided. Wiring harness to be numbered, with automotive type plug in connectors.

23 PAINTING 1) Body to be cleaned, deburred, weld spatter and slag removed prior to multi-stage chemical treatment/high pressure wash. Provide powder coat primer and finish coat to assure a longlasting durable paint system with excellent adhesion, colorfastness, solid-hiding, abrasive resistance and ultraviolet protection. In order to assure complete coverage and consistent thickness, the major assemblies will be painted prior to assembly. Dry film thickness is to be minimum 4 to 6 mills coverage. Paint to be baked at 325 degrees until fully cured. Paint must pass minimum 1250 hours salt spray test for corrosion resistance. Paint must pass UV test of 2000 hours for minimum loss of gloss and color shift. Hydraulic cylinders and valves to be painted black semi-gloss. Hose ends & hydraulic fittings to be anodized & be unpainted. Hydraulic tubing to be zinc dichromate plated and unpainted. Electrical harnesses, connections, switches, pneumatic tubing and fittings to be weatherproof and remain unpainted. Underside of body and hopper floor to be undercoated (including hydraulic tubing) with full coverage of longmembers and between longmembers. All pivot pins to be unpainted and zinc dichromate coated for corrosion resistance. The finish coat color shall be white to match cab.. MOUNTING 1) Body installation shall be performed by the manufacturer or a factory authorized distributor. 2) Mounting shall be chassis and body manufacturer's engineering specifications. WARRANTY 1) The body and hydraulics shall be covered by a minimum of one year warranty. Additional Equipment Powerlinx System 322 Camera System 50 Gallon Wash Out System Aluminum Tank Body Prox Switch Kit (No Barrel Style Accepted) Tailgauge Back up Sensor Front Body Screen enclosures Cab Shield Extension Tool Box Remote Lube Lines on Packer Blade

24 Service 1) Vendor to have full parts and service department under 100 miles from the City of Plant City 2) Vendor to supply replacement unit for any warranty repairs 3) Vendor to include pickup and delivery for any warranty repairs. SILENCE OF SPECIFICATIONS The apparent silence of this specification and any supplemental specification as to any details or the omission from it of a detailed description concerning any point shall be regarded as meaning that only the best commercial practices are to prevail and that only materials of first quality and correct type, size and design are to be used. All workmanship is to be first quality. All interpretations of this specification shall be made upon the basis of this statement. The right is reserved to reject any and all bids or to accept that deemed most advantageous to this office for value received. Bid prices shall include delivery of the completed unit.

25 GENERAL SPECIFICATIONS AND REQUIREMENTS CONTINUES FOR One (1) 2007 New and Latest Model Rear Loader Bid No The cab and chassis is to be used in conjunction with a 25 cubic yard (minimum) refuse loading compaction body, rear loader type. The frame must be capable of withstanding a bending moment of up to 3,235,000 inch pounds, which will be most heavily concentrated behind the cab. Load distribution diagram will be provided by refuse body successful bidder. The successful bidder shall be responsible for the routing of the chassis to and from the body manufacture (for the mounting of the refuse body) and final delivery to the City of Plant City, Florida. T0he successful bidder will be responsible for the delivery of a complete unit to the Fleet Maintenance Building, 2414 Police Center Drive (formerly Willamette Drive), Plant City, FL SPECIAL INSTRUCTION: Cab and Chassis and refuse body dealers will refer to both specifications and all items should be considered in their bid where applicable. Chassis Specification Vendor's Response, Y/N Exceptions 1.0 Vehicle Configuration 1.1 AUTOCAR WX64 or Equal 1.2 WX CAB- SINGLE LH DRIVE 1.3 CHASSIS VIN IDENTIFIER 6x4 2.0 ENGINE 2.1 ENGINE ASSY, ISL05,350HP@2100 RPM/1250 FT-LBS,CUMMINS ENGINE Pre 2007 Emissions 2.2 ENGINE HORSEPOWER RATING, 350 HORSE POWER 2.3 ENGINE OIL CHECK & FILL, EXTERIOR CHECK AND FILL 2.4 ENGINE FLYWHEEL HOUSING SAE NUMBER 1 HOUSING 2.5 DRAIN PLUG-ENGINE, MAGNETIC 2.6 ENGINE SUPPORTS, STEEL NODAL MOUNT 3.0 Engine Equipment 3.1 PTO-ENGINE FRONT ADAPTER FOR SPICER ENGINE CONTROL SPECIFICATION, DEFAULT SPECS 3.3 ENGINE IDLE SHUT DOWN ENABLED 3.4 VEHICLE GOVERENED SPEED LIMIT 65 MPH 3.5 ENGINE ELECTRONICS CUMMINS DIESEL, CM ENGINE PROTECT SYSTEM/WARN7 SHUTDOWNS, AUDIBLE/VISUAL,ALARM/SDN, LOP,HT,LWL 3.7 ACCELERATOR PEDAL&LINK, WILLIAMS ACCELERATOR

26 3.8 FILTER-FUEL, CUMMINS SPIN-ON FILTER 3.9 FILTER-ENGINE OIL BY-PASS, CUMMINS ENGINE OIL FILTER 3.10 FILTER-ENGINE OIL FULL FLOW, CUMMINS COMBINATION FULL FLOW/BYPASS 3.11 FUEL HEATER, NO HEAT EXCHANGER PROVIDED 3.12 ENGINE BLOCK HEATER, PHILLIPS 120V 1000WATT 3.13 HEATER RECEPTICAL LOCATION-ENGINE, R H CORNER 3.14 RADIATOR 1100 SQ. IN. 4 ROW 3.15 FAN SHROUD, FAN RING 3.16 COOLANT HOSES SILICONE HOSES WITH STEEL TUBING 3.17 COOLANT HOSE CLAMPS CONSTANT TORQUE CLAMPS WHERE POSSIBLE 3.18 FILTER/CONDITIONER-COOLANT ENGINE COOLANT FILTER/CONDITIONER 3.19 FAN&DRIVE-ENGINE, FAN CLUTCH ON/OFF 3.20 RADIATOR COOLANT ANTI-FREEZE, 40F 3.21 RADIATOR CHECK/FILL, EXTERIOR COOLANT CHECK 3.22 RADIATOR SURGE TANK STANDARD SURGE TANK W/SIGHT GLASS 3.23 AIR CHARGE SYSTEM COOLING 3.24 BATTEN BOX LOCATED AS FAR FWD AS POSSIBLE 3.25 BATTERY BOX STL TRAY ALUM LID(3) CAP 14.5" LH MTD 3.26 BATTERY SHUTOFF SWITCH FLAMING RIVER FR POST W/LOCKOUT 3.27 AIR CLEANER 16" TWO STAGE 3.28 AIR CLEANER INLET PIPING ALUMINUM STACK 3.29 AIR CLEANER OUTLET PIPING STANDARD CLAMPS 3.30 AIR INTAKE RAIN CAP BLACK HOOK TYPE 3.31 MUFFLER SYSTEM SINGLE VERTICAL- RH SIDE 3.32 EXHAUST SHIELDS UNPAINTED ALUM VERT MUFF SHIELD-SINGLE 3.33 EXHAUST STACKS 12' 6" ALUMINIZED STEEL, SINGLE 3.34 EXHAUST STACK EXTENSION TURNED OUT STACK 3.35 NO EXHAUST RAIN CAP PROVIDED 3.36 EXHAUST PIPING STAINLESS STEEL FLEX SECTIONS 3.37 EXHAUST DEBRIS SHIELDS, NO EXHAUST PIPING SHIELDS 3.38 MUFFLER SUPPORT FRAME MOUNTED 3.39 FILTER-FUEL ADDITIONAL FLEETGUARD FS 1003 F/W SEPARATOR W/PROBE & DASH LIGHT 3.40 AIR COMPRESSOR CUMMINS WABCO 18.7 CFM COMPRESSOR 3.41 GOVERNOR-AIR COMPRESSOR STANDARD 3.42 AIR LINES-COMPRESSOR DISCHARGE TEFLON HOSE

27 3.43 ELECTRICAL SYSTEM POLARITY NEGATIVE GROUND 12VOLT 3.44 ALTERNATOR DELCO REMY 12V 130AMP 22SI 3.45 BATTERY 3 JOHNSON CONTROL 31ECL 12V 2250CCA 3.46 STARTING MOTOR DELCO REMY 12V POSITORK 42MT 4.0 Transmission 4.1 ALLISON 4GC 4500 RDS 6 SPEED 5.0 Transmission Equipment 5.1 TORQUE CONVERTER TC VOCATION RDS REFUSE VOC-400-XXX 5.3 CONTROL MODULE ( ELECT) REFUSE W/AUTO-NEUTRAL GRP105, VP TRANSMISSION CONTROLS ALLISON PUSHBUTTON CONTROLS 5.5 COOLER-TRANSMISSION OIL TO WATER TYPE 5.6 TRANSMISSION OIL FILL/CHECK, OIL FILL TUBE/DIPSTICK W/LEVEL SENSOR 5.7 DRAIN PLUG-TRANSMISSION MAGNETIC 5.8 TRANSMISSION LUBRICANT TRANSYND SYNTHETIC AUTO TRANS FLUID 5.9 DRIVESHAFT-MAIN SPICER 1760HD HALF ROUND 5.10 DRIVESHAFT-INTER-AXLE 1710 WITH HALF ROUND YOKES 6.0 Front Axle and Equipment 6.1 STERRLING SALES PKG INTEGRAL POWER WITH RIGHT HANDS RAM 6.2 FRONT AXLE POSITION 53.5 INCHES 6.3 FRONT AXLE MERITOR MFS-20 STEER AXLE, 20000# CAPACITY 6.4 FRONT AXLE LUBRICANT STANDARD 6.5 STEERING GEAR INTEGRAL POWER STEERING W/RIGHT HAND RAM 6.6 POWER STEERING PUMP VICKERS V20NF 6.7 POWER STEERING RESERVOIR FOUR QUART REMOTE MOUNTED 6.8 POWER STEERING HOSE STANDARD HOSES 6.9 BRAKES-FOUNDATION, FRONT AXLE ARVIN MERITOR 16.5x6 QP 6.10 BRAKE CHAMBERS-FRONT AXLE CAM STANDARD 6.11 BRAKE SLACK ADJUSTERS-FRONT AXLE ARVIN MERITOR AUTOMATIC 6.12 DUST SHIELDS- FRONT BRAKES 7.0 Front Suspension 7.1 FRONT SUSPENSION 10,000# FLATLEAF, # GRD CAPACITY

28 7.2 SUSPENSION, FRONT AUX NO AEON AUX LOAD CUSHION PROVIDED 7.3 SHOCK ABSORBERS-FRONT DOUBLE ACTING SINGLE- HEAVY DUTY 8.0 Rear Axle and Equipment 8.1 REAR DRIVE AXLE SINGLE TANDEM ARVIN MERITOR RT ,000LB 8.2 REAR DRIVE AXLE-SINGLE TANDEM STANDARD TRACK 8.3 REAR AXLE LUBE PUMP NO LUBRICATION PUMP 8.4 REAR DRIVE AXLE RATIO DRAIN PLUG- REAR AXLE MAGNETIC, DRAIN AND FILL 8.6 REAR AXLE LUBRICANT STANDARD 8.7 REAR DRIVE AXLE BUMPSTOPS REQUIRED 8.8 TORQUE RODS LONGITUDINAL& TRANSVERSE RUBBER BUSHED 8.9 AIR LINES CHASSIS PARK BRAKE 8.10 BRAKE CONTROL SYSTEM BENDIX ABS 8.11 BRAKES-FOUNDTION,REAR AXLE ARVIN MERITOR 16.5x7 Q PLUS 8.12 BRAKE CHAMBERS-REAR AXLE CAM-STANDARD 8.13 BRAKE SLACK ADJUSTERS-REAR AXLE ARVIN MERITOR AUTOMATIC, TANDEM AXLE 8.14 BRAKE CHAMBERS-PARKING TYPE/VENDOR CAM MGM STOPGARD(4) 8.15 DUST SHIELDS-REAR BRAKES 9.0 Rear Suspension 9.1 REAR SUSPENSION HENDRICKSON HMX-460 SUSP@54" AS 9.2 REAR SUSPENSION BEAMS 54" STEEL RUBBER BUSHED 10.0 Brake System 10.1 AIR TANK-BRAKE STEEL TANKS FOR TANDEM AXLE 10.2 AIR TANK MOUNTING AIR STD POSITION 10.3 AIR DRYER BENDIX ADIP W/HEAT 10.4 AIR DRYER MOUNTING OUTSIDE RAIL, LH 10.5 WET TANK DRAIN BENDIX D/V-2 AUTOMATIC 10.6 AIR RESERVOIR DRAIN SYSTEM CENTRAL MANIFOLD W/PETCOCKS 10.7 BRAKE VALVE & PEDAL FLOOR MOUNTED PEDAL STD 10.8 BRAKE VALVES-REAR AXLE STANDARD 10.9 AIR LINES-CAB SAE J844 NYLON TRBING AIR LINES-MAIN CHASSIS SAE J844 NYLON TUBING CHECK VALVES-BRAKE SYSTEM STANDARD BRAKE MODULATION SYSTEM-PARKING PARK BRAKE RELAY/INVERSION VALVE 11.0 Wheelbase & Frame 11.1 WHEELBASE 209 INCHES 11.2 FRAME-REAR OVERHAND 110"

29 11.3 FRAME RAILS 3/8" VARIABLE DROP STEEL EST A 11.4 FRAME REINFORCEMENT INNER 25" LINER, STD LENGTH 11.5 FRAME-REAR CUT-OFF STRAIGHT 11.6 FRAME-FRONT EXTENSION HEAVY DUTY WX 11.7 FRAME CROSSMEMBER-ENGINE FRONT STEEL 11.8 FRAME CROSSMEMBER-CENTER ALUMINUM 11.9 FRAME BOLTS HUCKSPIN RR SUSP&CROSSMEMBERS FRAME CROSSMEMBER-SUSPENSION ALUMINUM MEMBERS FRAME CROSSMEMBER-OVERHANG ALUM CMBR ROS - IF REQUIRED FRAME REINFORCEMENT UNDERSLUNG CROSSMEMBER 12.0 Chassis Equipment 12.1 BUMPER LOCATION STANDARD POSITION 12.2 BUMPER-FRONT HEAVY DUTY WX 12.3 TOWING DEVICE-FRONT TWO TOW & LIFT EYES W/FRAME REINF 12.4 LICENSE PLATE MOUNTING-FRONT TO BUMPER 13.0 Fuel Tanks 13.1 FUEL TANK -LEFT DELETE LHS FUEL TANK 13.2 FUEL TANK MOUNTING LHS FUEL TANK MTD LHS-STD (IF PROVIDED) 13.3 FUEL TANK-RIGHT 85 GALLON ALUMINUM 22" CYLINDRICAL TANK, RHS 13.4 FUEL TANK MOUNTING RHS FUEL TANK MAD FWD RHYS (IF PROVIDED) 13.5 FUEL TANK OVERFLOW PIPE STANDARD VENT 13.6 TANK CHECK VALVE NO BAIL CHECK VALVE(S) PROVIDED 13.7 FUEL LINES SAE J844 NYLON TUBING 13.8 FUEL TANK STRAP/SUPPORT RIGHT STEEL 14.0 Tires 14.1 BRAKE DRUM-FRONT & REAR CAST IRON 14.2 TIRES, 2 FRONT TIRES & 8 REAR TIRES 14.3 SPARE TIRE, NO FRONT OR REAR SPARE TIRES 14.4 TIRE SIZE& LOAD RANGE FRONT 425/65R22.5 L-20PLY TUBELESS RADIAL 14.5 TIRE SIZE & LOAD RANG-REAR 11R 22.5 H 16PR 14.6 TIRE MANUFACTURER &TREADFRONT CONTINENTAL HTC 14.7 TIRE MANUFACTURER&TREADREAR CONTINENTAL HSR 14.8 AUXILIARY AXLE TIRES TAG/PUSHER TIRE- NO TIRES PROVIDED 15.0 Hubs 15.1 HUBS-FRONT STEEL HUB PILOTED, 285MM BOLT CIRCLE 15.2 HUB CAPS-FRONT AXLE CR ZYTEL HUBCAP 15.3 HUBS-REAR IRON HUB, H 10 STUD

30 16.0 Wheels 16.1 WHEEL DISC-FRONT 22.5x12.25 ACCURIDE STEEL, HP 4.75" INSET,#29807, 5HH 16.2 WHEEL DISC-REAR 22.5x8.25 ACCU STEEL, HP # 28487, 5HH 16.3 WHEEL OIL SEAL FRONT&REAR SCOTSEAL PLUS XL 16.4 NO SPARE FRONT&REAR WHEELS 16.5 WHEEL BEARINGS FRONT&REAR STANDARD 17.0 Cab Exterior 17.1 STEP-CAB ACCESS, CAB MOUNTED, DUAL SELF CLEANING CAB ENTRANCE STEPS 17.2 MUD FLAPS-FRONT WHEEL 17.3 CAB DOORS-STEEL 17.4 WITHOUT DOOR CHECK STRAPS 17.5 ALL GLASS TINTED 17.6 CAB GUARD FRONT- EPEDITOR CAB GUARD 17.7 ENGINE COVER- NON PROVIDED 17.8 MIRRORS-DUAL WEST COAST-MOTO MIRROR HTD, LH-FIX, RH-MOTO, AERO, BRIT 17.9 MIRROR ARM TYPE- FIXED MIRROR ARMS MIRRORS-AUXILIARY-CONVEX CLAMP ON TYPE LH&RH STAINLESS MIRRORS- DOWN VIEW GRAB HANDLES-ENTRY MEETS FMCSR 399 REQUIREMENTS REFLECTORS-SIDE AMBER REFLECTORS HORN-AIR, PAINTED TWIN MOUNTED UNDER CAB HORN ELECTRIC- SINGLE CAB TILT MECHANISM-C.O.E.- HYDRAULIC TILT CAB LATCH/HOLDDOWN-C.O.E., MECHANICAL LOCK GRILLE- AUTOCAR STATIONARY GRILLE GRILLE EQUIPMENT- BUG SCREEN MOUNTED BEHIND GRILLE FENDERS-FRONT, IMPACT RESISTANT POLY FENDER MTD. TO CAB 18.0 Cab Interior 18.1 CAB INTERIOR ENHANCEMENT- 05 INTERIOR UPGRADES 18.2 STEERING WHEEL- 16" DIA. WHEEL, 2 SPOKE 18.3 STEERING COLUMN- FIXED POSITION 18.4 DRIVER SEAT- NATIONAL CUSH II LOW BACK, AIR RIDE 18.5 PASSENGER SEAT- THREE POINT RETRACTABLE 18.6 SEAT INSERT- BLACK CORDURA 18.7 DRIVER SEAT BELTS- THREE POINT RETRACTABLE 18.8 PASSENGER SEAT BELTS- THREE POINT RETRACTABLE 18.9 RELOCATED REWARDED FALL CAB PANELS DOOR- BOTH SIDES CARPET & MAT- MAT WITH FOAM BACK

31 18.12 CAB INTERIOR- AUTOTUFF INTERIOR UPHOLSTERY INTERIOR TRIM CAB PANELS- GRAY INTERIOR TRIM INTERIOR CAB PAINTING- CODE 980,EXTERIOR COLOR INTERIOR SUN VISOR- LEFT AND RIGHT HAND COLOR KEYED ARM REST- LEFT AND RIGHT HAND ARM REST COAT HOOK- ON BACK PANEL CUSTOM TRIM FALL CONSOLE- CENTER AND REAR CONSOLE CAB THERMAL- THERMAL INSULATION KIT FOR CAB ROOF COMPARTMENT- OVERHEAD CONSOLE ASHTRAY MTD IN CONSOLE CIGAR LIGHTER- DASH MOUNTED INTERIOR ENTRY GRAB HANDLES- LH & RH MTD TO INSIDE OF A-PILLAR AIR HORN PULL CORDS- SINGLE HORN LANYARD CAB INTERIOR LAMPS- DOME LAMP 19.0 Instruments & Controls 19.1 CAB TEMPERATURE SYSTEM- AIR COND INTEGRAL WITH HEATER/DEFROSTER 19.2 CAB TEMP SYSTEM- INTEGRAL, AIR CONDITIONING W/HEATER/DEFROSTER 19.3 HEATER HOSES- SILICONE HOSES W/HTR SHUTOFF VALVE ENG HEATER HOSE CLAMPS- CONSTANT TORQUE HOSE CLAMPS 19.5 HEATER SHUT OFF - STANDARD HEATER SHUTOFF VALVES 19.6 HOSE WRAP- SPECIAL HOSE WRAP NOT PROVIDED 19.7 REFRIGERANT TYPE- R134A 19.8 AIR CONDITIONER COMPRESSOR- STANDARD 19.9 AIR CONDITIONER CONDENSER- STANDARD AIR CONDITIONER PIPING-R134A HOSES WITH CRIMPED FITTINGS HEATER/AIR CONDITIONER DUCTING- NON SLEEPER INSTRUMENTS SALES PKG- 05 STANDARD GAUGES TACHOMETER/RPM TACHOGRAPH- ELECTRONIC TACHOMETER WITH HOURMETER GAUGE-ENGINE OIL PRESSURE- ELECTRONIC ENGINE OIL PRESSURE GAUGE-ENGINE COOLANT TEMPERATURE- ELECTRONIC AIR INTAKE RESTRICTION INDICATOR- GRADUATED, AIR CLEANER MOUNTED GAUGE-TRANSMISSION OIL TEMPERATURE- TRANS TEMP WARNING LIGHT & BUZZER INTERAXLE DIFFERENTIAL LOCKOUT CONTROLS - DASH MOUNTED WARNING LIGHT& CONTROL

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

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

PHILLIPS 120V 1000 WATT WITHOUT STEP MOUNTED RECEPTACLE PHILLIPS 120V 1000 WATT WITH STEP MOUNTED RECEPTACLE OIL PAN HEATER

PHILLIPS 120V 1000 WATT WITHOUT STEP MOUNTED RECEPTACLE PHILLIPS 120V 1000 WATT WITH STEP MOUNTED RECEPTACLE OIL PAN HEATER ENGINE AND EQUIPMENT STANDARD OPTIONAL ENGINE MODEL ISB 13, 200 HP @ 2600RPM / 520 FT-LB, CUMMINS ISB 13, 220 HP @ 2600RPM / 520 FT-LB, CUMMINS ISB 13, 240 HP @ 2600RPM / 560 FT-LB, CUMMINS ISB 13, 260

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

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

ALLEGAN COUNTY ROAD COMMISSION PROPOSAL FOR WESTERN STAR TANDEM REAR AXLE DUMP TRUCKS (CAB & CHASSIS) MINIMUM 64000# GVWR

ALLEGAN COUNTY ROAD COMMISSION PROPOSAL FOR WESTERN STAR TANDEM REAR AXLE DUMP TRUCKS (CAB & CHASSIS) MINIMUM 64000# GVWR ALLEGAN COUNTY ROAD COMMISSION PROPOSAL FOR WESTERN STAR TANDEM REAR AXLE DUMP TRUCKS (CAB & CHASSIS) MINIMUM 64000# GVWR Board of County Road Commissioners of the County of Allegan 1308 Lincoln Road Allegan,

More information

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

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

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

More information

An ISO 9001:2000 Certified Company Autocar MY x DOT/EPA Compliant Terminal Tractor Standard Specifications

An 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 information

REQUEST FOR QUOTATIONS

REQUEST 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 information

MANISTEE COUNTY ROAD COMMISSION 2019 TANDEM AXLE TRUCK SPECIFICATIONS AND BID REQUIREMENTS (ALTERNATE BID) January 4, 2018

MANISTEE COUNTY ROAD COMMISSION 2019 TANDEM AXLE TRUCK SPECIFICATIONS AND BID REQUIREMENTS (ALTERNATE BID) January 4, 2018 GENERAL 1. The following minimum specifications are for a tandem axle truck (conventional cab and chassis with an engine and transmission). 2. The truck shall be the manufacturer s current model under

More information

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

BID SPECIFICATIONS FOR HEAVY DUTY DUMP TRUCK CHASSIS - OPTION D CT660S $129, (INCLUDING OPTION)

BID SPECIFICATIONS FOR HEAVY DUTY DUMP TRUCK CHASSIS - OPTION D CT660S $129, (INCLUDING OPTION) BID SPECIFICATIONS FOR HEAVY DUTY DUMP TRUCK CHASSIS - OPTION D CT660S $129,914.00 (INCLUDING OPTION) GENERAL These specifications shall be construed as the minimum acceptable standards for a heavy duty

More information

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

BID SPECIFICATIONS FOR HEAVY DUTY DUMP TRUCK CHASSIS - OPTION A 2013 Mack GU 713 $109, (INCLUDING OPTIONS)

BID SPECIFICATIONS FOR HEAVY DUTY DUMP TRUCK CHASSIS - OPTION A 2013 Mack GU 713 $109, (INCLUDING OPTIONS) BID SPECIFICATIONS FOR HEAVY DUTY DUMP TRUCK CHASSIS - OPTION A 2013 Mack GU 713 $109,599.00 (INCLUDING OPTIONS) GENERAL These specifications shall be construed as the minimum acceptable standards for

More information

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

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

More information

TOWN 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 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 information

SPECIFICATIONS FOR 4X4 SINGLE AXEL PLOW TRUCK. City of Negaunee

SPECIFICATIONS 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 information

BANNOCK COUNTY SOLID WASTE

BANNOCK 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 information

NOTICE 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. 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 information

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

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

More information

Type 3 Fire Engine Model 346

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

More information

ADDENDUM 2. The following clarifications, changes, additions, and/or deletions are hereby made to the RFB:

ADDENDUM 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 information

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

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

More information

GU533 MACK TRUCKS ARE BUILT TO BUILD

GU533 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 information

Invitation No: Additional available options:

Invitation 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 information

INSTRUCTIONS TO BIDDERS AND SPECIFICATIONS FOR A 7-8 CUBIC YARD DUMP TRUCK

INSTRUCTIONS TO BIDDERS AND SPECIFICATIONS FOR A 7-8 CUBIC YARD DUMP TRUCK INSTRUCTIONS TO BIDDERS AND SPECIFICATIONS FOR A 7-8 CUBIC YARD CITY OF FOREST 120, SOUTH DAVIS ST P.O. BOX 298 FOREST, MS. 39074 RE: One or More New Dump Truck, Purchase And / Or Lease Purchase Financing.

More information

MONTGOMERY COUNTY PUBLIC WORKS DEPARTMENT P. O. BOX 663 INDEPENDENCE, KANSAS PH FAX

MONTGOMERY 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 information

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

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

More information

RAC EXPORT TRADING Germany Tel

RAC 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 information

Autocar Expert MY 2019 Medium Duty 4X2 Class 7 Standard and Optional Specifications

Autocar Expert MY 2019 Medium Duty 4X2 Class 7 Standard and Optional Specifications ENGINE AND EQUIPMENT STANDARD OPTIONAL ENGINE MODEL ISB '17, 200 HP / 2600RPM / 520 FT-LB, CUMMINS ISB '17, 220 HP / 2600RPM / 520 FT-LB, CUMMINS ISB '17, 240 HP / 2600RPM / 560 FT-LB, CUMMINS ISB '17,

More information

F120HE Drop Frame Manual Side Loader

F120HE Drop Frame Manual Side Loader The Fanotech F120HE is a compact manual side loader designed for areas not practical for larger machines where easy maneuverability is important, or for smaller routes were high volume is not required.

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

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

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

More information

I N V I T A T I O N F O R B I D S NOTICE TO BIDDERS

I N V I T A T I O N F O R B I D S NOTICE TO BIDDERS I N V I T A T I O N F O R B I D S NOTICE TO BIDDERS The City of Alamosa Department of Public Works, 300 Hunt Avenue, Alamosa, CO will be accepting bids until 1:30 p.m., December 19, 2016, for a 2016 Automated

More information

FLAT BED STAKE BODY TRUCK

FLAT BED STAKE BODY TRUCK Group 1 Contract Attachment 4 Price Sheet: Dump Trucks Please see Attachment D: Instruction and General Information for Instructions, Color Key, and Reference Key. GVWR* Code 2 Base Vehicle Description3

More information

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

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

Barrow County Board of Education 179 W. Athens Street Winder, Georgia 30680

Barrow County Board of Education 179 W. Athens Street Winder, Georgia 30680 Barrow County Board of Education 179 W. Athens Street Winder, Georgia 30680 Judy Roberts Telephone: 770-867-4527 x100214 Business Services Fax: 770-867-4540 E-Mail: jroberts@barrow.k12.ga.us Barrow County

More information

AUTOMATED REFUSE TRUCK RIGHTHAND OPERATING, DIESEL POWERED

AUTOMATED REFUSE TRUCK RIGHTHAND OPERATING, DIESEL POWERED AUTOMATED REFUSE TRUCK RIGHTHAND OPERATING, DIESEL POWERED The unit(s) to be furnished under this proposal shall be a diesel powered, Low Entry, Tilt Cab with Cab over chassis, Color White, automatic transmission,

More information

REQUEST FOR SEALED BID CAB/CHASSIS FOR MEDIUM DUMP TRUCK WITH SALT SPREADER NOVEMBER 18, 2015

REQUEST FOR SEALED BID CAB/CHASSIS FOR MEDIUM DUMP TRUCK WITH SALT SPREADER NOVEMBER 18, 2015 REQUEST FOR SEALED BID CAB/CHASSIS FOR MEDIUM DUMP TRUCK WITH SALT SPREADER NOVEMBER 18, 2015 Sealed bids will be received until 2:00 p.m. on Monday, December 7, 2015, by the City of Martinsville, to contract

More information

MINIMUM SPECIFICATIONS FOR SOLID WASTE TRANSFER TRAILER(S)

MINIMUM SPECIFICATIONS FOR SOLID WASTE TRANSFER TRAILER(S) MINIMUM SPECIFICATIONS FOR SOLID WASTE TRANSFER TRAILER(S) MINIMUM TECHNICAL REQUIREMENTS FOR AN ALUMINUM COMPOSITE OPEN TOP TRANSFER TRAILER Bidder shall complete each item with either a check mark "

More information

BID REQUEST FOR Four (4) SCHOOL BUSES

BID 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 information

Warranty - Standard Equipment & Specs

Warranty - 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 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

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

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

Warranty - Standard Equipment & Specs

Warranty - 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 information

1- Body capacity The minimum capacity of the body, excluding hopper area is:

1- Body capacity The minimum capacity of the body, excluding hopper area is: 1- Body capacity The minimum capacity of the body, excluding hopper area is: 10.5 cu.yd. 2- Body dimensions The body is rounded to permit maximum capacity. Inside body width is: Outside body width is:

More information

ALLEGAN COUNTY ROAD COMMISSION SPECIFICATION FOR BIDS

ALLEGAN COUNTY ROAD COMMISSION SPECIFICATION FOR BIDS ALLEGAN COUNTY ROAD COMMISSION SPECIFICATION FOR BIDS PROPOSAL FOR DUMP BOX BODIES, V BOX SPREADERS, UNDER BODY SCRAPERS, PLOW WINGS, FABRICATION AND ASSEMBLY OF COUNTY DUMP TRUCKS Board of County Road

More information

MONTVILLE PUBLIC SCHOOLS MONTVILLE CONNECTICUT FEBRUARY 20, 2015 BID # BUS

MONTVILLE 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

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

TECHNICAL SPECIFICATIONS

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

More information

Autocar Expert MY 2020 Medium Duty 6X4 Class 8 Standard and Optional Specifications

Autocar Expert MY 2020 Medium Duty 6X4 Class 8 Standard and Optional Specifications ENGINE AND EQUIPMENT STANDARD OPTIONAL ENGINE ASSY L9 '17 300HP / 2200RPM / 860 LB-FT, CUMMINS L9 '17, 260 HP / 2200RPM / 720 FT-LB, CUMMINS L9 '17, 270 HP / 2200RPM / 800 FT-LB, CUMMINS L9 '17, 350 HP

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

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

Request for New Heavy Duty 3/4 ton Pickup Truck for Lee County Emergency Management

Request for New Heavy Duty 3/4 ton Pickup Truck for Lee County Emergency Management General: The attached specification is to aid in the purchase of an efficient and dependable 4-wheel drive pickup truck for the Office of Lee County Emergency Management. Bids must be submitted to Lee

More information

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

The American Road Machinery Company 17, 25, 30 CUBIC YARD CHASSIS OR ROLLOFF MOUNT LEAF COLLECTOR June 2015

The American Road Machinery Company 17, 25, 30 CUBIC YARD CHASSIS OR ROLLOFF MOUNT LEAF COLLECTOR June 2015 GENERAL: This specification describes a self-contained engine-driven vacuum leaf-collecting machine. The leaf collector is chassis or roll off mounted, designed for one-person operation, and capable of

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

Refuse Dump Wrecker STANDARD POWERTRAIN SPECIFICATIONS. Mack Trucks, Inc.,

Refuse Dump Wrecker STANDARD POWERTRAIN SPECIFICATIONS. Mack Trucks, Inc., STANDARD POWERTRAIN SPECIFICATIONS Refuse Dump Wrecker Mack Trucks, Inc., Allentown, Pennsylvania ENGINE: MP7-325M Peak Horsepower 325HP at 1500-1900 RPM Horsepower 300 HP at 2100 Gov. RPM Max. Torque

More information

Autocar Expert MY 2020 Medium Duty 4X2 Class 7 Standard and Optional Specifications

Autocar Expert MY 2020 Medium Duty 4X2 Class 7 Standard and Optional Specifications ENGINE AND EQUIPMENT STANDARD OPTIONAL ENGINE ASSY B 6.7 '17, 200 HP / 2600RPM / 520 FT-LB, CUMMINS B 6.7 '17, 220 HP / 2600RPM / 520 FT-LB, CUMMINS B 6.7 '17, 240 HP / 2600RPM / 560 FT-LB, CUMMINS B 6.7

More information

WHEEL LOADER WHEEL LOADER. ZW series Parallel linkage tool carrier version

WHEEL LOADER WHEEL LOADER. ZW series Parallel linkage tool carrier version ZW series Parallel linkage tool carrier version WHEEL LOADER WHEEL LOADER Model Code: ZW140PL / ZW150PL / ZW1PL Operating Weight: ZW140PL: 11 950-12 010 ZW150PL: 13 370-13 400 ZW1PL: 15 240-15 430 Bucket

More information

Autocar Expert MY 2020 Medium Duty 4X2 Class 8 Standard and Optional Specifications

Autocar Expert MY 2020 Medium Duty 4X2 Class 8 Standard and Optional Specifications ENGINE AND EQUIPMENT STANDARD OPTIONAL ENGINE ASSY B 6.7 '17, 200 HP / 2600RPM / 520 FT-LB, CUMMINS B 6.7 '17, 220 HP / 2600RPM / 520 FT-LB, CUMMINS B 6.7 '17, 240 HP / 2600RPM / 560 FT-LB, CUMMINS B 6.7

More information

2017 Single Axle 5 CU.YD. Dump Truck Specifications. Minimum Specifications 33,000 lb

2017 Single Axle 5 CU.YD. Dump Truck Specifications. Minimum Specifications 33,000 lb 2017 Single Axle 5 CU.YD. Dump Truck Specifications Item GVW Wheelbase Cab to Axle Minimum Specifications 33,000 lb 158 inches 84 inches Tires 11R x 22.5, Tubeless, 14 ply, All weather mud and snow tread

More information

City of New Haven. 101 FRONT STREET PO BOX 236 NEW HAVEN, MO Phone * * Fax

City of New Haven. 101 FRONT STREET PO BOX 236 NEW HAVEN, MO Phone *  * Fax City of New Haven 101 FRONT STREET PO BOX 236 NEW HAVEN, MO 63068 Phone 573-237-2349 * www.newhavenmo.org * Fax 573-237-4696 August 20, 2014 Request for Bids, Medium Duty Truck City of New Haven The City

More information

Tender Town of Yarmouth Equipment Purchase 5 Ton Single Axle Truck Complete with dump box, slide-in spreader, pre-wet system, and spreader controls.

Tender Town of Yarmouth Equipment Purchase 5 Ton Single Axle Truck Complete with dump box, slide-in spreader, pre-wet system, and spreader controls. Tender Town of Yarmouth Equipment Purchase 5 Ton Single Axle Truck Complete with dump box, slide-in spreader, pre-wet system, and spreader controls. General Instructions: 1. All bids must be submitted

More information

Mantis Rerailer. General Specifications

Mantis Rerailer. General Specifications General Specifications 1. Typical Operating Parameters 2. General 1.1 Operating temperatures will typically be between -4 F (-20 C) to 122 F (50 C). 1.2 Relative humidity ranges between 20% and 100%. 1.3

More information

INVITATION FOR BID Bid # 2013-RD102. Tandem Axle Dump Truck

INVITATION FOR BID Bid # 2013-RD102. Tandem Axle Dump Truck INVITATION FOR BID Bid # 2013-RD102 Tandem Axle Dump Truck TECHNICAL SPECIFICATIONS Bid # 2013-RD102 Tandem Axle Dump Truck List Model Bid: MINIMUM SPECIFICATIONS EXCEPTIONS 1. TYPE a. Tandem Axle Truck-Current

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

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

County of Georgetown, South Carolina

County of Georgetown, South Carolina County of Georgetown, South Carolina 129 Screven Street, Suite 239 Georgetown, SC 29440-3641 Post Office Box 421270, Georgetown, SC 29442-4200 (843)545-3082 Fax (843)545-3500 purch@gtcounty.org ADDENDUM

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 2018-008 Compact Sidewalk Sweeper December 21, 2017 Sir/Madam: Sealed Proposals will be received in the office of the Purchasing Agent,

More information

LX80. Note: General purpose bucket with bolt on cutting edges. I J K. Unit : mm

LX80. Note: General purpose bucket with bolt on cutting edges. I J K. Unit : mm S P E C I F I C A T I O N S LX80 W H E E L L O A D E R n Engine Rated Power : 80.9 kw (110 PS) n Operating Weight : Canopy / (Rops / Fops) Cab 8 120 kg / 8 610 kg n Backhoe Bucket : ISO Heaped - 1.9 40

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

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

Multi-Service Vehicle Engine Specifications

Multi-Service Vehicle Engine Specifications This specification describes a high performance, articulated side walk tractor that shall support a variety of attachments. The versatility is required to allow operation in all four seasons of the year.

More information

Specification Sheet Doc Rev

Specification Sheet Doc Rev Quote Name: Name Shop Order Number: Sales Administration Use Only Number-001 Serial Number/s: Number Date: xx/xx/xxxx CUSTOMER : Customer Name SALESPERSON : Salesperson Name MODEL : 1611 Cu. Ft. Super

More information

DL250 TECHNICAL DATA

DL250 TECHNICAL DATA DL250 TECHNICAL DATA GENERAL SPECIFICATIONS ITEMS UNIT STANDARD MODEL ea. Doosan DL06 NUMBER OF CYLINDERS ea. 6 RATED FLYWHEEL POWER hp / rpm 163 / 2,100 (GROSS) (SAE J1995) kw / rpm 121 / 2,100 RATED

More information

Automated Side Loader Refuse Compactor January 2012

Automated Side Loader Refuse Compactor January 2012 W:\Automizer\AUTOMIZER BID SPECIFICATIONS Automated Side Loader Refuse Compactor January 2012 General Conditions The City of Burley invites all interested parties to bid on providing a side loading refuse

More information

HEAVY DUTY TRUCKS. Business Rack Clock Digital $

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

More information

Specification Sheet Doc Rev

Specification Sheet Doc Rev Quote Name Name Shop Order Number Sales Administration Use Only Number-001 Serial Number/s Number Date xx/xx/xxxx CUSTOMER Customer Name SALESPERSON Salesperson Name MODEL Super Sander TM, Pneumatic -

More information

Zip's Truck Equipment. 316 W. Milwaukee Street New Hampton, Iowa Phone: Fax: Visual Inspection.

Zip's Truck Equipment. 316 W. Milwaukee Street New Hampton, Iowa Phone: Fax: Visual Inspection. Zip's Truck Equipment 316 W. Milwaukee Street New Hampton, Iowa 50659 Phone: 641-394-3166 Fax: 641-394-4044 Visual Inspection Page: 1 of 6 Customer: Address: Division: Phone: null Reference #: 2NPRLZ9X37M730087

More information

Dump Construction. Medium Heavy Duty GU532 STANDARD POWERTRAIN SPECIFICATIONS. Mack Trucks, Inc.,

Dump Construction. Medium Heavy Duty GU532 STANDARD POWERTRAIN SPECIFICATIONS. Mack Trucks, Inc., Medium Heavy Duty Dump Construction Mack Trucks, Inc., Allentown, Pennsylvania GU532 STANDARD POWERTRAIN SPECIFICATIONS ENGINE: Cummins ISL9 345 Peak Horsepower 345HP at 1900 RPM Horsepower 330 HP at 2100

More information

TENDER 2018 OR 2019, ONE AND A HALF TON CAB/CHASSIS, 4X4, DUMP BODY TRUCK

TENDER 2018 OR 2019, ONE AND A HALF TON CAB/CHASSIS, 4X4, DUMP BODY TRUCK Municipality of the County of Colchester Public Works Department 1 Church Street, Truro, NS B2N 3Z5 Telephone: (902) 897-3175 TENDER 2018 OR 2019, ONE AND A HALF TON CAB/CHASSIS, 4X4, DUMP BODY TRUCK Sealed

More information

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

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

More information

NORTH CAROLINA SHERIFFS ASSOCIATION

NORTH CAROLINA SHERIFFS ASSOCIATION NORTH CAROLINA SHERIFFS ASSOCIATION Name of Dealership Type of Vehicle Zone LOADMASTER EXCEL "S" REAR LOADER - 31 YARD (Specification #76) Base Unit Price 2016 Loadmaster Excel "S" Rear Loader - 31 Yard

More information

Mantis Rerailer General Specifications

Mantis Rerailer General Specifications 2008 General Specifications 1. Typical Operating Parameters 2. General 1.1 Operating temperatures will typically be between 20 F (7 C) to 110 F (43 C). 1.2 Relative humidity ranges between 20% and 100%.

More information

NORTH CAROLINA SHERIFFS ASSOCIATION

NORTH CAROLINA SHERIFFS ASSOCIATION NORTH CAROLINA SHERIFFS ASSOCIATION Name of Dealership Type of Vehicle Zone LOADMASTER EXCEL "S" REAR LOADER - 20 YARD (Specification #73) Base Unit Price 2016 Loadmaster Excel "S" Rear Loader - 20 Yard

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

NOTICE 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. 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 information

TMS x 4 & 6 x 6

TMS x 4 & 6 x 6 TMS5 6 x 4 & 6 x 6 Dimensions 8' (2438) TAILSWING 11' 1" (3383) 7' 8" (2337) RET 13' 9-3/4" (4210) MID EXT ' (96) EXT Note: ( ) Reference dimensions in mm 16-3/4" (425) 43' 4" (13 8) OVERALL 10' 10" (32)

More information

534E LA LANDFILL COMPACTOR. Operating Weight - w/ blade kg (50,485 lb) - w/ bucket kg (53,351 lb) Net Horsepower 169 kw (227 hp)

534E LA LANDFILL COMPACTOR. Operating Weight - w/ blade kg (50,485 lb) - w/ bucket kg (53,351 lb) Net Horsepower 169 kw (227 hp) 534E LA LANDFILL COMPACTOR Net Horsepower 169 kw (227 hp) Compaction ratio 1 : 3.5 Operating Weight - w/ blade 22 900 kg (50,485 lb) - w/ bucket 24 200 kg (53,351 lb) The best in the business for productivity

More information

NOTICE 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. 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 information

Request for Proposal

Request for Proposal Request for Proposal The City of Conway is soliciting Bids/Proposals for the following listed below: (Please note when a specific item is requested there can be no substitutions without the full knowledge

More information

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

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

More information

534E WHEEL LOADER. Bucket Capacity 2.6 m 3 to 5.7 m 3 (3.4 yd 3 to 7.5 yd 3 ) Net Horsepower 169 kw (227 hp) Operating Weight kg (45,917 lb)

534E WHEEL LOADER. Bucket Capacity 2.6 m 3 to 5.7 m 3 (3.4 yd 3 to 7.5 yd 3 ) Net Horsepower 169 kw (227 hp) Operating Weight kg (45,917 lb) 534E WHEEL LOADER Net Horsepower 169 kw (227 hp) Capacity 2.6 m 3 to 5.7 m 3 (3.4 yd 3 to 7.5 yd 3 ) Operating Weight 20828 kg (45,917 lb) The best in the business for productivi features and a wide choice

More information

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

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

More information

CITY OF TACOMA Environmental Services Department - Solid Waste Management

CITY OF TACOMA Environmental Services Department - Solid Waste Management CITY OF TACOMA Environmental Services Department - Solid Waste Management ADDENDUM NO. 2 DATE: September 11, 2018 REVISIONS TO: Request for Bids Specification No. ES18-0279F Solid Waste Yard Tractors NOTICE

More information

FLORIDA SHERIFFS ASSOCIATION & FLORIDA ASSOCIATION OF COUNTIES

FLORIDA SHERIFFS ASSOCIATION & FLORIDA ASSOCIATION OF COUNTIES FLORIDA SHERIFFS ASSOCIATION & FLORIDA ASSOCIATION OF COUNTIES Name of Dealership Type of Vehicle Zone REGENERATIVE AIR STREET SWEEPER (Specification #54) Base Unit Price Environmental Products Group,

More information