BID SPECIFICATIONS FOR 35-TON LOWBOY TRAILER LB35-33CS PITTS $32, (INCLUDING OPTIONS)

Similar documents
BID SPECIFICATIONS FOR 35-TON LOWBOY TRAILER LB 35-38CS

BID SPECIFICATIONS FOR 55-TON LOWBOY TRAILER LB55-24D PITTS $51, (INCLUDING OPTIONS)

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

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

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

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 D CT660S $129, (INCLUDING OPTION)

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

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

INVITATION AND NOTICE FOR BIDS ONE 2009 OR NEWER HYDRAULIC DETACHABLE GOOSENECK TRAILER-(aka LOW BOY) w/trade-in

FLORIDA SHERIFFS ASSOCIATION & FLORIDA ASSOCIATION OF COUNTIES

STATE OF MINNESOTA PRICING Page % DISCOUNT

STATE OF MINNESOTA PRICING Page % DISCOUNT

CITY OF ALHAMBRA NOTICE INVITING BIDS NO. N2M16-144

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

INVITATION TO BID (ITB)

Siebert 13 axle (3+3+3), 85 ton trailer West Coast Suspension

INVITATION TO BID (ITB)

Request For Bids Elko County Solid Waste Refuse Hauling and Disposal in the Midas Solid Waste Management Districts

(ADDENDUM COVER SHEET)

INVITATION TO BID. January 10, 2018

STATE OF MINNESOTA PRICING Page

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

TKMG-HG GOOSENECK MORE STANDARD FEATURES...MORE VERSATILITY. DETACHABLE COMPREHENSIVE SUPPORT. UNMATCHED SERVICE. MECHANICAL-HYDRAULIC

INVITATION TO BID. If you have any questions concerning this bid, you may call Elizabeth Hope at (912)

INVITATION TO BID Fort Morgan Golf Course Golf Carts

TRAIL KING HYDRAULIC DETACHABLE GOOSENECK TRAILER TK120HDG

FLORIDA SHERIFFS ASSOCIATION & FLORIDA ASSOCIATION OF COUNTIES

MINIMUM SPECIFICATIONS FOR SOLID WASTE TRANSFER TRAILER(S)

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

RESPONDER'S NAME: SWIFT EVENT TITLE & NUMBER: TRAILERS (T-603)

Request for Bids. Elko County. Solid Waste Refuse Hauling and Disposal in the Salmon Falls Solid Waste Management District

BID PACKAGE (2)NEW 2018 SELF-PROPELLED BROOMS

2016 WHOLESALE DEALER PRICING - OPEN TRAILERS Gooseneck - HD Low Profile Beavertail Deckover

A D V A N T A G E HYDRAULIC SLIDING TAIL T R A I L E R TKHST WE VE GOT YOUR BACK.

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

New 53ft Refuse Trailer Bidding Requirements

Standard Feature X-FORCE HDG (70,000 lb. to 120,000 lb. capacities in 16 )

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

Invitation for Bid # Tandem Axle Dump Truck

The attached pre-qualification application should be submitted with your bid, in a separate sealed envelope.

thru TRAILER, LOWBOY, TANDEM AXLE, 35 TON, 96 (034100) TRAILER, LOWBOY, TANDEM AXLE W/W-L, 35 TON, 96 (034300)

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

FLORIDA SHERIFFS ASSOCIATION & FLORIDA ASSOCIATION OF COUNTIES

REQUEST FOR BID For Trucks. Bid Notice

REQUEST FOR BID For Trucks. Bid Notice

Notice is hereby given of the following changes and questions and answers to the above referenced Bid:

** The Swift Vendor Number (SWIFT UD) must be complete, including the vendor Swift ID and Location Code (LOC CODE).

CLINTON COUNTY SOIL & WATER CONSERVATION DISTRICT 6064 Route 22, Suite 1 Plattsburgh, NY (518) x3

TEXAS DEPARTMENT OF TRANSPORTATION DIVISION OF EQUIPMENT AND PROCUREMENT

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

Standard Feature X-FORCE HDG (70,000 lb. to 120,000 lb. capacities in 16 )

MINIMUM SPECIFICATIONS FOR NEW CURRENT IN PRODUCTION SOLID WASTE TRANSFER TRAILER FOR THE SANITATION DIVISION

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

PART A TENDER SUBMISSION

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

NAME OF BIDDER MERCER GROUP INTERNATIONAL OF NJ, INC CALHOUN STREET CITY, STATE, ZIP TRENTON, NJ 08638

2013 Trail King. TK110HDG / Unit#

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

FLORIDA SHERIFFS ASSOCIATION & FLORIDA ASSOCIATION OF COUNTIES

STATE OF MINNESOTA PRICING Page % DISCOUNT

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

T E C H N I C A L S P E C I F I C A T I O N

REQUEST FOR QUOTATIONS

ADDENDUM NO. 2 DATE: March 3, BID TITLE: Replacement of Two (2) Twenty Ton Overhead Crane Hoists, Trolley Packages, and Associated Equipment

CONTRACT AWARD NOTIFICATION

Standard Features (20,000 lb. to 60,000 lb. capacities)

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.

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

GALLATIN PUBLIC UTILITIES

Request for Proposal (RFP) For New 2014 Full Size 4-Door Crew Cab Pickup Truck

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

STATE OF MINNESOTA PRICING Page % DISCOUNT

TRAILER SPECIFICATIONS

** Following is a list of all distributors that are authorized to sell the contract equipment listed in the above solicitation.

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

STANDARD FEATURES (20,000 lb. to 60,000 lb. capacities)

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

COUNTY OF ROCKLAND Department of General Services Purchasing Division

Administered by UNIVERSITY OF MAINE SYSTEM Office of Strategic Procurement REQUEST FOR BIDS. TANDEM AXLE DUMP TRUCK WITH PLOW University of Maine

14GP Heavy Duty Pipe Top Gooseneck Lowboy

City of Portsmouth Portsmouth, New Hampshire Department of Public Works. Bid# Five (5) 2018 Ford Trucks INVITATION TO BID

C Air Powered No Hydraulics. STANDARD FEATURES (20,000 lb. to 50,000 lb. capacities)

C Air Powered No Hydraulics. STANDARD FEATURES (20,000 lb. to 50,000 lb. capacities)

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

PRESSURE WASHER SYSTEM AND TRAILER, COMMERCIAL DUTY

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

INVITATION TO BID SPECIFICATIONS & INSTRUCTIONS FOR:

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

REQUEST FOR QUOTATION

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

FLAT BED STAKE BODY TRUCK

CUBA-RUSHFORD CENTRAL SCHOOL DISTRICT 5476 ROUTE 305 CUBA, NEW YORK ******** BID FORM FOR. Truck 2018 or Newer ********

CITY OF SHARON 155 W. CONNELLY BLVD SHARON, PENNSYLVANIA SPECIFICATIONS and FORM OF PROPOSAL

MX Series. MX-L (Low) & MX-H (High)

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

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

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

FLEMING TRAILERS, INC.

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

Transcription:

BID SPECIFICATIONS FOR 35-TON LOWBOY TRAILER LB35-33CS PITTS $32,695.00 (INCLUDING OPTIONS) GENERAL These specifications shall be construed as the minimum acceptable standards for a 35-Ton Lowboy Trailer for equipment hauling. Should the manufacturer s current published data or specifications exceed these standards, the manufacturer s standards shall be considered minimum and shall be furnished. All integral parts not specifically mentioned in the scope of these specifications that are necessary to provide a complete working unit shall be furnished. Additionally, the trailer offered for bid shall include all standard manufacturer s equipment. The 35-Ton Lowboy Trailer must be a new current production model and shall meet all current EPA and other applicable standards at the time of manufacture. The use of specific names or numbers in the specifications is not intended to restrict the bidder or any seller or manufacturer, but is intended solely for the purpose of indicating the type, size, and quality of equipment considered best adapted to the uses of counties participating in this joint bid. BID SUBMITTAL FORM Each bidder must submit his or her bid on the Bid Submittal Form included in the invitation to bid package. All written warranties to be submitted shall be attached to the Bid Submittal Form. BID PRICE The price bid shall include all destination charges, delivery charges, title fees, rebates and all other applicable costs and refunds. REPLACEMENT PARTS AVAILABILITY Parts must be available for 5 years of use for the piece of equipment bid. WARRANTY Bidders shall submit a copy of the manufacturer s standard warranty. Yes No Page# or Attachment Capacity 70,000 lbs. AXLES Unit shall be equipped with 25,000-lb. Capacity (each) Tandem Axles and Hutch Three point 4- leaf spring suspension DIMENSIONS Unit shall measure 45 feet in overall length and have 8 6 foot deck width, 26 feet well length, and 33 inch deck height loaded. 1

FRAME CONSTRUCTION Mainframe to be constructed with 17 fabricated I beams which should have a minimum 80,000 lb yield flanges. Frame should be constructed to have a precamber design. Side Rails to be constructed with 12 fabricated I beams which should have a minimum of 80,000 lb yield flanges. Side Rails should be constructed to have a pre-camber design. Cross members to be constructed with a 8 wide flange I beam on 24 centers. Gooseneck fixed design,17 degree slope. 18 king pin setting. DECK AND RAMP FLOORS Unit shall be equipped with 1 3/4 inch thick oak decking, covered steel wheel wells with tractions bars, 5/16 inch king pin plate, 4 foot steel check plate dovetail with traction bars, and 36 inch x 96 inch wood filled hydraulic heavy duty rear loading ramps BRAKES Unit shall be equipped with Type 30 Air Chambers, Auto Slack Adjusters, Antilock Braking System, and Parking Brakes on 2 Axles. Outboard mounted brake drums, quick change brake shoes. TIRES/RIMS 235/75R 17.5 Tires and Disc-Hub Piloted Wheels FEATURES Two Speed 50,000 lb. Landing Gear L.E.D. lights w/ Sealed Wiring Harness Mud Flaps Minimum 16 lashing rings d rings Yes No Tool Box in Gooseneck 2

OPTIONS Bid must include the cost for each of the following options, itemized separately on the bid: 36 x 120 wood filled Hydraulic heavy duty rear Loading Ramps for Paving Equipment in lieu of the 36 x 96 standard ramps. Outriggers manual fold out to 12, 10 per side. Strobe Light Kit Cost Per Foot to Extend Well/Deck Length From 26 Feet NOTE: Award will be made on the basis of the total cost of the Trailer with all options included. However, a county may, at its discretion, deduct one or more of the above-referenced options from the Trailer, and in such event, the cost of the options as stated on the bid shall be deducted from the total cost of the Trailer. There shall be no other deductions and no additions made to the Trailer by the purchasing county or by the vendor. 3

OPTION COST SHEET FOR 35-TON LOWBOY TRAILER Option Option Price 36 x 120 wood filled Hydraulic heavy duty rear Loading Ramps for Paving Equipment in lieu of the 36 x 96 standard ramps. $700.00 Outriggers manual fold out to 12, 10 per side. $1,075.00 Strobe Light Kit $400.00 Cost Per Foot to Extend Well/Deck Length From 26 Feet $400.00 NOTE: Award will be made on the basis of the total cost of the trailer with all options included. However, a county may, at its discretion, deduct one or more of the above-referenced options from the trailer, and in such event, the cost of the option as stated on the bid shall be deducted from the total cost of the trailer. There shall be no other deductions and no additions made to the trailers by the purchasing county or by the vendor. 4

COUNTY JOINT BID PROGRAM PURCHASE PROCEDURES Effective January 1, 2008 All purchases by counties pursuant to the County Joint Bid Program shall be made by (1) mailing or faxing the appropriate Purchase Order to the vendor who has been awarded the contract for the item to be ordered and (2) faxing a copy of the Purchase Order to the Association of County Commissions of Alabama (ACCA) office at 334-263-7678. Purchase Order Forms and all necessary information regarding the vendor and items available can be obtained at the ACCA website (www.alabamacounties.org). Each purchase order shall be signed by the person authorized by the county to sign and shall include the County Joint Bid Program Item Number. A copy of the form submitted shall be retained by the county. The county shall deal directly with the company representative for the vendor in making purchases under this program. The vendor shall complete all orders in compliance with its agreement under the program, and shall deal directly with each county in processing and completing their orders and in complying with service and warranty requirements. Road sign vendors should keep in mind that they are required to deliver all items to the location identified by the county ordering them within thirty (30) calendar days from the date of order, and the cost of any items not delivered within this time period will be reduced in price by 10%. It is important to remember that under Code of Alabama 1975, 41-16-50(b), all purchases made pursuant to this program shall be subject to the terms and conditions of Alabama s Competitive Bid Law. Therefore, counties are only authorized to purchase the specific items awarded under the program according to the bid specifications and must comply with these procedures in placing all orders. There can be no deletions or additions to items purchased under this program, except as specifically provided for in the bid specifications. Optional equipment authorized under the bid specifications on certain heavy equipment orders may be deleted by the county at the time of purchase, and in that event, the cost of that item as provided by the vendor shall be deducted from the total cost of the item. 5

COUNTY JOINT BID PROGRAM HEAVY EQUIPMENT PURCHASE ORDER FORM 35 TON LOWBOY TRAILER This form must be mailed or faxed to the Vendor with Copy faxed to the ACCA Office at 334-263-7678 Date of Order: County: County Contact Person: County Purchase Order No. County Address: County Phone Number: County Fax Number: E-mail Address: Equipment Model or Item Name and Number: LB 35-33CS PITTS County Joint Bid Program Item Number: Item Name and Number: Number of items ordered: Price per item: Vendor: Gulf City Body & Trailer Works Company Contact: Paul Averitt Vendor address: 601 S. Conception St. Mobile, AL 36603 Deliver to the Attention of: Delivery Address: Requested delivery date: Name of person making purchase request: Title: Authorized County Signature: Initial confirming form sent to vendor: Initial confirming form sent to ACCA: 6