ONE (1) EACH SELF-CONTAINED PATCH TRUCK

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

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

Three (3) New Ford Fusion Sedans Bid No Notice to Bidders

One (1) Current Model Year Cab/Chassis with Chipper Body and Articulating Crane Mounted 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

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

GALLATIN PUBLIC UTILITIES

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

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

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

One (1) New Trailer Mounted Thermoplastic Pavement Marking Unit Bid No Notice to Bidders

REQUEST FOR QUOTATIONS

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

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

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

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

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.

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

CITY OF ALHAMBRA NOTICE INVITING BIDS NO. N2M16-144

PATCHERS WORLD CLASS PATCHERS SINCE 1957

TENDER HALF TON PICKUP TRUCK, 4x4

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

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

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

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

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

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

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

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

REQUEST FOR BID For Trucks. Bid Notice

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

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

PRESSURE WASHER SYSTEM AND TRAILER, COMMERCIAL DUTY

City of Lewiston Finance Department Allen Ward, Purchasing Agent

Request For Bids. Sewer Cleaning Truck

CLEVELAND COUNTY NORTH CAROLINA REQUEST FOR BID NEW 2012 EXCAVATOR

Invitation for Bid # Tandem Axle Dump Truck

REQUEST FOR BID For Trucks. Bid Notice

Dubuque Community School District SPECIFICATIONS BID FORM AND TIME AND PLACE OF FILING

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

ALLEGAN COUNTY ROAD COMMISSION SPECIFICATION FOR BIDS

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

Request for Proposal. Articulated Loader

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

THREE (3) NEW 2018 SIX WHEEL DRIVE MOTOR GRADER WITH LIFT GROUP, REAR-RIPPER/SCARIFIER, AND SNOW WING.

BANNOCK COUNTY SOLID WASTE

TOWN OF FARRAGUT. Bid Specifications For 2017 Dump Truck. William McKelvey Public Works Director Municipal Center Drive Farragut, TN 37934

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

BID SPECIFICATIONS FOR 3 CY WHEEL LOADER JD 544K $148, (INCLUDING OPTIONS) TIER 4

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

RHODE ISLAND TURNPIKE & BRIDGE AUTHORITY

Request For Bids. Sewer Cleaner Truck

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

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

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

BOCC MEETING TRANSMITTAL. #4 - Effective and Responsive Government. Consent. Ongoing

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

TENDER FOR SUPPLY AND DELIVERY OF ONE (1) NEW 2019 or LATER MODEL MINI CARGO VAN (GVW MINIMUM 4700, MAXIMUM 5500)

CITY OF LOS BANOS PUBLIC WORKS DEPARTMENT INVITATION FOR SEALED BIDS

Asphalt Distributors, Levelers, Mixers, Crack Sealing Equip., etc. (See for Tools)

INVITATION TO BID Fort Morgan Golf Course Golf Carts

NOTICE INVITING BIDS 2018 DEPARTMENT OF PUBLIC WORKS VEHICLE CITY OF BEAVER DAM, WISCONSIN

CITY OF SAN LEANDRO INVITATION FOR BIDS

Everything You Need! Phone , Ext. 229

(1) 2018 New Trailer Mounted Spray Injection Road Repair Machine

SOMERSET BOROUGH TECHNICAL SPECIFICATIONS FOR A USED 1-TON STYLE DUMP BODY TRUCK

City of Lewiston. Finance Department Allen Ward, Purchasing Agent

SPECIFICATIONS FOR TRUCK EQUIPPED WITH AERIAL LIFT AND SERVICE BODY Pennsylvania Department of Military and Veteran Affairs

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

NOTICE OF BID. The City of Pigeon Forge is receiving bids on one knuckle boom trash loader for the sanitation department.

ATTACHMENT A ITEM# 5

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

BID SPECIFICATIONS FOR 16 STEEL DUMP BODY OPTION B (MANUAL TRANSMISSION) OX BODIES/16 STAMPEDE $24, (INCLUDING OPTIONS)

Invitation to Bid NEW FOUR WHEEL DRIVE EXTENDED CAB PICKUP TRUCK

CITY OF CORALVILLE th Street, Coralville, IA

WORLD CLASS PATCHERS SINCE 1957 BC PATCHERS

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

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

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

DEPARTMENT OF PUBLIC WORKS WHITMAN COUNTY COLFAX, WASHINGTON Bid for One (1) New Diesel Powered Articulated Four Wheel Drive Loader & Trade

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

BID SPECIFICATIONS FOR 16 STEEL DUMP BODY OPTION C (AUTOMATIC TRANSMISSION) WARREN WXL-16 $17, (INCLUDING OPTIONS)

The self-propelled Chipspreader shall be designed and constructed to apply a uniformly distributed application of cover and seal coat aggregates.

INVITATION TO BID. Purchase of one (1) Truck Mounted Pothole Patching Machine.

WORLD CLASS PATCHERS SINCE 1957 BC PATCHERS

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

NELSON COUNTY FISCAL COURT

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

CITY OF MARSHALL, MINNESOTA

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

BID SPECIFICATIONS PURCHASE 4-WHEEL DRIVE PICKUP TRUCK WITH PLOW

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

CITY OF CORALVILLE th Street, Coralville, IA

CITY OF MOBILE. Purchasing Department and Package Delivery: Government Plaza 4th Floor, Room S Government St Mobile, Alabama 36644

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

INSTRUCTIONS TO BIDDERS

GROTON UTILITIES. INVITATION TO BID ONE (1) x4 SUPER CAB PICKUP TRUCK MARCH 14, :00 P.M. BID PROPOSAL GU 18-Q3

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

THE MUNICIPALITY OF WEST ELGIN. QUOTE FOR THE SUPPLY OF ONE - 1/2 Ton Pickup Truck INSTRUCTIONS TO BIDDERS

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

Transcription:

CITY OF SAN LEANDRO REQUEST FOR QUOTATION SUBMIT BID TO: City of San Leandro Purchasing Department 835 East 14th Street San Leandro, CA 94577 FOR FURTHER INFORMATION CALL: Darryl Sweet Purchasing Supervisor (510) 577-3377 fax (510) 577-3312 dsweet@ci.san-leandro.ca.us BID NO: DATE MAILED: THIS QUOTATION MUST BE DELIVERED TO THE CITY BEFORE: 03-04.014 October 27, 2003 3:00 P.M., Tuesday, November 18, 2003 QTY. DESCRIPTION UNIT PRICE EXTENSION ONE (1) EACH SELF-CONTAINED PATCH TRUCK Notice to Bidders 1 Provide one (1) Each Self Contained Patch Truck in accordance with specifications abw/092203/2736/877 $ Each $ Total Make/Model: Specify Warranty: All bidders must submit with their proposal sufficient literature to show compliance with specifications. Any deviations from specifications must be clearly indicated in writing at the time the proposal is submitted. The City reserves the right to waive minor variations in specifications bid. Do not include sales tax in your bid. Sales tax will be added to the purchase order and remitted with invoice payment. State your earliest delivery date as requested. This date may be an important factor in award determination. The vehicle shall be completely serviced as recommended by the manufacturer prior to delivery to the City, and shall be delivered to the City with a full tank of fuel. The original report of sale shall accompany the vehicle upon delivery to the City. The name and address on the Dealer s report of sale shall read City of San Leandro, 835 E. 14 th Street, San Leandro, California 94577. Sealed bids shall be received at the Purchasing Office, City Hall, 835 E. 14 th Street, San Leandro, CA up to 3:00 p.m., on Tuesday, November 18, 2003 at which time they will be publicly opened and read.

Any bid may be withdrawn at any time prior to the time fixed for the opening of bids only by written request for the withdrawal of the bid filed with the City. The request shall be executed by the bidder or bidder s duly authorized representative. The withdrawal of a bid does not prejudice the right of the bidder to file a new bid. Whether or not bids are opened exactly at the time fixed in the public notice for opening bids, a bid will not be received after that time nor may any bid be withdrawn after the time fixed in the public notice for opening of bids. As stated in Public Contract Code Section 5100 to 5108, inclusive (State Contract Act) concerning relief of bidders and in particular to the requirement therein, that if the bidder claims a mistake was made in his bid, the bidder shall give the City written notice within five (5) days after the opening of the bids of the alleged mistake, specifying in the notice, in detail how the mistake occurred. All bidders shall verify if any addendum for this project has been issued by the City. It is the bidder s responsibility to ensure that all requirements of contract addendum are included in the bidder s submittal. The successful bidder shall submit a certificate of insurance showing compliance with the enclosed insurance requirements. This insurance shall be maintained at all times during the course of any resulting agreement. In addition, the successful bidder shall have the proper City of San Leandro business license and all other applicable licenses and permits. The award will be made to the lowest responsible bidder whose bid complies with the specifications in a manner satisfactory to the City s best interests as determined by the City. The right is reserved, as the interest of the City may require, to reject any or all bids, or to waive any informality or minor irregularity in the bids. Payment shall be within 30 days following acceptance of bid items. Delivery shall be F.O.B. destination Complete delivery days from order There shall be no charge(s) for delivery of bid items. Cash Discount in days To bid, complete and return a copy of the Request and the other required forms, sealed in the enclosed envelope. The envelope shall be marked with the project name and bid number. The bid must be received by the date and time shown in order to be considered. Please note that there is a one-day delay in mail delivery to City Hall by the U.S. Postal Service. Delivery shall be to: Public Works Service Center 14200 Chapman Road San Leandro, CA 94577. Firm Address By (Signature) Date: Phone: FAX: Print Name: Title: Darryl Sweet Purchasing Supervisor

SPECIFICATIONS FOR ONE (1) EACH SELF CONTAINED PATCH TRUCK The following specifications are minimum unless otherwise specified It is the intent of these specifications to describe a self-contained patch unit which is permanently mounted to a truck chassis to be used for patching with HOT/COLD asphalt. Patch Truck model bid must have been in continuous production for at least 5 years. Cab and Chassis The vehicle shall be new (unused). Current model year production. The vehicle shall be supplied with all equipment in the manufacturer s published literature. Regular production optional equipment as necessary to meet the following requirements of this specification shall be factory installed. Requirements Conventional 2 axle cab and chassis. 120 minimum cab to axle. Capacity G.V.W. 27, 000 lbs. minimum Axles: Minimum Front-9,000 lbs. Rear-19,000 lbs. Springs Front and rear springs to be leaf type to match axles. Front shocks, and rear to have overloads. Engine Not less than 200 gross H.P. diesel turbo-charged. Transmission Automatic five-speed Allison MT 653 with cooler and power take off opening that can be used without any obstruction. Exhaust Vertical exhaust pipe to be mounted on the left side of cab with protection shield around the pipe. Differential To match engine, transmission and tires. Rear axles to be geared to 55 M.P.H. at full gross load.

Steering Hydraulic power steering. Brakes Full air brakes B.W. D2 with automatic drain valves and spring type parking brake to meet all federal standards. Air compressor to be largest available not less than 12 C.F. per minute. Air brake reservoir(s) to be fitted with automatic moisture ejectors. Tires and Wheels Steel wheels with radial tires front and rear. All tires and wheels to be the same and mounted on 10-hole budd. One spare tire/wheel to be provided, mounting not required. Electrical 12 volt system. Minimum 60 amp alternator. Batteries to be heavy duty type maintenance free. High Capacity. Batteries are to have covers to protect from damage. Gauges Fuel, water, temperature, engine oil, amp, air pressure, engine tachometer, transmission temperature or light. Cooling System Shall consist of H.D. type radiator (not standard) with coolant. Silicone hoses, H.D. Fan. Cab Steel body, with tilt front end. Heavy duty foam rubber bench seat with H.D.vinyl. Seat capacity not less than 3. Gear shift lever to be on steering column. Fresh air heater and defroster. Retractable stainless western type morrors. Tinted glass. H.D. black rubber floor mats. 2 sun visors, 2 cab grabs handles. Electric windshield wipers and washers, 3 seat belts and dome light. 2 front tow hooks, dual horns. Factory installed AM/FM radio. Fuel Tank To be mounted, minimum of 50 gallons. Right side. Hoses All interconnections to be made with braided flexible hydraulic hose. S.A.E. grade RI or better with removable fittings. Container Box 4 cubic yard capacity minimum. To have 2 inch 5 pound density insulation. Top loading doors with 2 inch double wall, hydraulically operated with 2 inch cylinders, individually operated with 2 inch cylinders. The hoist shall be class 40 minimum 11 ton capacity. Dump angle minimum 50 degrees, cylinder base 7 inches, stroke 21 inches. Removable head, single cylinder under hoist assembly with full length sub-frame and double lift type unit. Hoist is to be power up and power down. Pump shall be gear type of minimum 10 G.P.M. at 2500 P.S.I. Capacity engine speed to be 1000 R.P.M. P.T.O. pump valve to be

2 spool type to allow either dump body or tool circuit to be operated. Hot shift P.T.O. shall be installed on a MT653 transmission. Control switch to be installed on left side of dash. Red light to warn of P.T.O. engagement shall be mounted on dash. A control station to be located at right read side of box, for visibility of all operators. Radiant Heater The Patcher body shall be heated radiant type heater with the heat tubes located under the floor of the container box to prevent the flame from coming in contact with the hot asphalt. The burner shall be propane or butane fueled and have a minimum rating of 67,000 B.T.U. at an operating pressure of 5 P.S.I. The burner shall be controlled by an adjustable thermostat with a range of 100 to 300 degrees F. It shall be ignited by a 12 volt electronic igniter which provides 100% fuel shut off in the event of the burner flame being extinguished during the duty cycle. Shoveling Apron The truck shall be equipped with a shoveling apron with a capacity of not less than ½ yard. The apron shall be placed to accommodate a trailer hitch, Holland 30,000 lb. The apron shall be attached to the truck with bolts of sufficient strength to meet load requirements. Apron shall be constructed of a minimum of 10 gauge steel with hinged floor (folding type bottom) to allow material to by-pass freely. Side plates are to be folding and a minimum of 3/16 inch thickness. There shall be cross bracing to reinforce unit. Large hinged opening to access trailer hitch. Controls Controls for operating top doors, rear door, and dump body shall be located at the right side rear of box for visibility for all operators. The top doors shall also be controlled from inside cab of truck. The cab of truck shall have one (1) labeled dash mounted red light to warn of P.T.O. engagement. The cab of the truck shall have 1 labeled dash mounted red light to warn when dumped body is raised. The controls for dump body and top doors shall be mounted at the left side of operators seat, inside cab. P.T.O. Hot shift P.T.O. shall be installed on a MT653 transmission. Control switch to be installed on left side of dash. Emulsion Spray Unit To be air compressor type, using truck air supply. The emulsion tank shall have a total capacity of 150 gallons minimum and shall be a 2 compartment tank with emulsion storage capacity of 130 gallons minimum and 20 gallon minimum of solvent. The tank shall be equipped with suitable filling and cleaning orifices and the necessary valves for rapid flushing of the hose and spray wand. Both compartments shall have the proper plumbing to enable the operator to rapidly switch fro Emulsion to Diesel for flushing the emulsion pump and lines after use. The tank shall be mounted directly behind the truck

cab in such a manner that it will not interfere with a raising or lowering of the container box. The emulsion tank shall have a 6 inch filler type cap. The clean-out plug shall be located under the tank right hand side, not on the side. 8-inch by 8-inch access panel on side of tank. There shall be a diesel pump installed to allow spraying of diesel to body, apron, etc. minimum hose length 15 feet with nozzle and wand holder. Spray Wand and Hose The spray wand and hose shall be of standard quality and type for road maintenance and patching operations. The spray wand shall be dual spray with blow back, 5 feet in length and equipped with a manual shut-off valve to eliminate dripping. The hose shall be heavy duty with an overall length of 25 feet. A removable container to catch drippings of emulsion from end of the nozzle shall be provided. Hand Torch The hand torch shall have a capacity of 120,000 B.T.U. and shall be equipped with a pilot and needle valve control and 25 feet of hose. Fuel Propane in 100 lb. removable bottle complete with valve and regulator. Hydraulic System A.P.T.O. mounted hydraulic pump shall power the dump body and a hydraulic tool circuit capable to operating a 60 lb. jackhammer. Hydraulic Reservoir The reservoir shall be constructed of 10 gauge steel and a minimum of 30 gallons. A sight gauge, vented filter with a breaker cap and drain plug shall be installed. Gate valves shall be supplied to reservoir supply and return lines. Hydraulic System Valves and Control Install a control panel conveniently located on the right side. The control panel shall operate the tool circuit. A locking throttle control, a 0-300 P.S.I. liquid filed gauge, hydraulic flow meter shall be installed. The locking throttle shall be enclosed ad protected from dirt or mud. Filter A full flow replaceable element suction and return filters shall be mounted in a easily serviceable area and position. Tools &Miscellaneous A lockable tool box to store 2 jackhammers, lunchboxes, and miscellaneous hand tools, safety lights, strobe type beacon with limb guard, mounted between cab and hopper, over

the top of spoils bin, center of unit. 4 swing amber lights that stay parallel to ground while hoist is used. A 2500 lb. electric winch on (boom) arm for lighting D.I. covers to be mounted on left rear of truck with remote switch, a 10 inch by 95 inch wire mesh basket to haul miscellaneous rakes, shovels, etc. Cone racks to be installed, 1 ea. L/H and R/H @ rear behind wheels. Exhaust guards to be installed, mud flaps, Air wands to be installed. Hose Reel A spring-loaded hydraulic hose reel shall be installed with 25 feet of dual hydraulic hose with dripless ½ inch couplers. Mounting shall be on left side. Jackhammer Stanley hydraulic Jackhammer 60 lbs. Minimum or equal. Vibratory Plate Vibratory plate to be Wacker, model WP 1550 or equal. Vibratory Lift Platform Hydraulically operated to facilitate loading and unloading of vibratory plate. Spoils Bin Spoils bin to be 2 yd. capacity. Shall be mounted cross frame with slope bottom. Both sides hinged doors for unloading spoils from either side. Paint Cab to be factory painted white. Frame, wheels, front bumper and the container box shall be painted black. Manuals/Training Patch unit: 2 sets of operations instructions, 1 parts book, and 1 service and repair manual shall be furnished at the time the delivery is made. Cab and Chassis: 1 shop manual, 1 operator s manual. Training to be provided for operators by successful bidder. Warranty Standard Manufacturer s Warranty Abw/092203/2736/877