BID #13-065B MATANUSKA-SUSITNA BOROUGH PURCHASING DIVISION PALMER, ALASKA BIDDING AND CONTRACT DOCUMENTS FOR. Furnish Emergency Services Equipment

Size: px
Start display at page:

Download "BID #13-065B MATANUSKA-SUSITNA BOROUGH PURCHASING DIVISION PALMER, ALASKA BIDDING AND CONTRACT DOCUMENTS FOR. Furnish Emergency Services Equipment"

Transcription

1 PURCHASING DIVISION PALMER, ALASKA DING AND CONTRACT DOCUMENTS FOR Furnish Emergency Services Equipment OPENING DATE & TIME: January 10, 4:00 PM

2 TABLE OF CONTENTS SECTION I ADVERTISEMENT SECTION II INSTRUCTIONS TO DERS SECTION III SPECIFICATIONS / FORM SECTION IV SAMPLE AGREEMENT

3 SECTION I ADVERTISEMENT

4 350 East Dahlia Ave. Palmer, Alaska A D V E R T I S E M E N T VENDOR ACCOUNT # DATE FOR ADVERTISEMENT Frontiersman CONTRACT November 27, 2012 Anchorage Daily News MATA 0070 November 26, 2012 TYPE OF AD: ( ) Display ( X ) Classified ( ) Public Information The material herein must be printed in its entirety on the dates shown above. Affidavit of publication is required prior to payment. REQUEST FOR Furnish Emergency Services Equipment The Matanuska-Susitna Borough is soliciting bids from qualified suppliers to furnish Emergency Services Equipment in accordance with the specifications contained within the bid documents. The borough intends to issue a Blanket Ordering Agreement as a result of this solicitation. Bid documents are available beginning November 26, 2012 from the Purchasing Division, Matanuska- Susitna Borough, 350 E. Dahlia Ave., Palmer AK For information call (907) , Fax (907) , or Purchasing@matsugov.us. This bid document may be available on the internet at A document fee of $5.00 will be charged for materials picked-up and $10.00 for materials mailed. Bids open: January 10, 4:00 PM in the Purchasing Division Bids must be received in the Purchasing Division prior to the time fixed for opening of the bids to be considered. Time of receipt will be determined by the time stamp in the Purchasing Division. Each sealed bid must be received before the date and time due and must be marked with the appropriate Bid Number to be considered. Persons needing accommodation in order to participate should contact the borough ADA coordinator at (907) The Matanuska-Susitna Borough reserves the right to accept or reject any or all bids, waive any and all technicalities or informalities it deems appropriate. Award of this project is subject to the availability of funding. Date: 11/21/12 Requested by: Signature on File Approved by: Signature on File DEPARTMENT ACCOUNT NUMBER:

5 SECTION II INSTRUCTIONS TO DERS

6 INSTRUCTIONS TO DER 01. EXAMINATION OF DING DOCUMENTS AND SITE The Bidder shall examine carefully the Bidding Documents before submitting a Bid. The submission of a Bid shall be an admission that the Bidder has made such examination and is satisfied as to the conditions to be encountered in performing the work and as to the requirements and accuracy of the Bidding Documents. The Borough assumes no responsibility for any understanding or representations concerning conditions made by any of its officers, agents, or employees prior to the execution of this Agreement, unless such understanding or representations are expressly stated in the Bidding Documents or Addenda. The Bidder shall include in their Bid sufficient sums to cover all items required by the Agreement and the conditions of the site(s), and shall rely entirely upon their own examination in making their Bid. The submission of a Bid shall be taken as prima facie evidence of compliance with this paragraph. If material required for bidding purposes by these documents is absent, the bidder is required to notify the Purchasing Officer by facsimile (907) , or by to Purchasing@matsugov.us. Any interested party submitting a bid/proposal on Matanuska-Susitna Borough (MSB) projects should first review the MSB Debarment/Suspension List. This listing is available off of the MSB Purchasing Division web page. Any submission of a bid/proposal, with participation or involvement of an individual, company, firm or corporation on this list will render the bid/proposal as non-responsible. 02. INTERPRETATION OR CORRECTION OF DING DOCUMENTS Bidders shall notify the Purchasing Officer promptly of any error, omission, or inconsistency that may be discovered during examination of the Bidding Documents and the proposed construction site. Requests from Bidders for interpretation or clarification of the Bidding Documents shall be made in writing to the Purchasing Officer and shall arrive at least five (5) working days prior to the date for opening Bids. Any questions received after this date may not be answered. Oral questions may be presented at a prebid conference if one is provided for in the Bidding Documents. Interpretations, corrections, or changes, if any, to the Bidding Documents shall be made by Addendum. Bidders shall not rely upon interpretations, corrections, and changes made in any other manner, including orally, at the prebid conference. Interpretations, corrections, and changes shall not be binding unless included in an Addendum. All Addenda issued during the time of bidding shall become part of the Agreement Documents. Questions or requests for clarifications shall be directed to the borough s Purchasing Officer. Questions or requests for clarification directed to any other member of the borough staff may be grounds for rejection of bid as being irregular. It is the Bidders sole responsibility to ascertain that they have received all Addenda issued by the Purchasing Office. Addendum will be issued by facsimile and/or U.S. Mail. All Addenda must be acknowledged in the space provided on the Bid Form. If no Addendum has been issued, leave blank or write or type "N/A" on the Bid Form in the space provided. 03. PREPARATION AND SUBMISSION OF S The Bidder with their usual signature must sign each Bid in longhand using blue ink. Bids shall be submitted on the bid forms supplied and must be manually signed. Bids shall be submitted in a sealed envelope with the Invitation Number plainly marked on bottom left corner. Bids may be faxed only if specifically stated in bid documents.

7 Where required on the Bid, Bidders must quote on all items and they are warned that failure to do so may disqualify the Bid. When quotations on all items are not required, Bidders shall insert the words "no bid" in the space provided for any item where no quotation is made. If erasures or other changes appear on the forms, the person signing the Bid must initial each such erasure or change. Bids shall specify a unit or lump sum price, typed or written in ink in figures, for each bid item called for. In case of error in the extension of prices, the unit price will govern. Bids may be rejected if they show any omissions, alteration of the forms, additions not called for, conditional or alternate bids not called for, qualified bids, or irregularities of any kind. 04. GUARANTEE (RESERVED) 05. DIRECTIONS FOR DELIVERY OF S Envelopes containing the bid, must be sealed, addressed and marked indicating bid number, bid name, and bid opening time and date, and delivered to: Matanuska-Susitna Borough Purchasing Division of Finance 350 East Dahlia Avenue Palmer Alaska DERS CHECK LIST A checklist is provided on the Submittal Page as a courtesy to prospective bidders. The checklist may not be all inclusive; it is the Bidder s responsibility to make sure they comply with all requirements within the solicitation documents. 07. RECEIPT AND OPENING OF S Bids shall be submitted to the Purchasing Division at or before the date and time of opening specified in the Invitation to Bid and the exact date and time of receipt of Bids will be recorded. Late Bids will not be considered. Time of Bid receipt will be determined by time stamp of the Purchasing Division. Facsimile or other electronic transmitted bids will not be considered unless specifically stated in bid documents. Modification by facsimile of Bids already submitted will be considered if received by the Purchasing Officer at or prior to the time of Bid opening fixed in the Invitation to Bid. Facsimile modifications shall not reveal the amount of the original or revised Bid. No liability will attach to the Borough for the premature opening of, or the failure to open, a Bid not properly addressed and identified. Bids may be withdrawn on written or facsimile request received from Bidder prior to the time specified for Bid opening. If more than one Bid is offered by any one party, by or in the name of their clerk, partner, or other person, all such Bids will be rejected. A party who has quoted prices to a Bidder is not thereby disqualified from quoting prices to other Bidders, or from submitting a Bid directly for the work. 08. EVIDENCE OF QUALIFICATIONS Upon request of the Owner, a Bidder whose Bid is under consideration for the award of the Agreement shall submit promptly to the Owner satisfactory evidence of the Bidder's financial

8 resources, their experience, their performance in completing other projects of a similar nature and the organization and equipment they have available for the performance of the Agreement. 09. DER QUALIFICATIONS Before the Bid is considered for award, the Purchasing Officer reserves the right to determine whether or not a Bidder is responsible and to require the Bidder to complete a Bidder Qualification Form and/or a current financial statement prepared by a Certified Public Accountant. The Purchasing Officer shall determine whether a Bidder is responsible on the basis of the following criteria: The skill and experience demonstrated by the Bidder in performing Agreements of a similar nature. The Bidder's record for honesty and integrity. The Bidder's capacity to perform in terms of facilities, personnel and financing. The Bidder's past performance under Borough Agreements. If the Bidder has failed in any material way to perform its obligations under any Agreement with the Borough, the Bidder may be determined as a non-responsible Bidder. A Bidder's representations concerning their qualifications will be construed as a covenant under the Agreement. Should it appear that the Bidder has made a material misrepresentation, the Borough shall have the right to terminate the Agreement for the Contractor's breach, and the Borough may then pursue such remedies as provided in the Agreement Documents or as provided by state statute, borough code or as appropriate. Any determination that a Bidder is non-responsible will be made by the Purchasing Officer. Such determination will be made in writing to the Bidder setting forth the reasons for such determination. 10. ACTION ON S The Borough reserves the right to reject any and all Bids, and to waive any informalities and irregularities in Bidding or award of the Agreement. Unless otherwise stated in the Bidding Documents, the Agreement, if awarded, shall be awarded to the responsible Bidder who submits the lowest responsive Bid, per item. The borough intends to issue a Blanket Ordering Agreement (BOA) for the supplies or services specified, and effective for the period stated on the Bid Form. The quantities of supplies or services specified in the Bid Form are estimates only and are not purchased by any resulting contract. Except as otherwise provided, if the borough s requirements do not result in orders in the quantities described as estimated, on the Bid Form, that fact shall not constitute the basis for an equitable price adjustment. Delivery or performance shall be made only as authorized by issuance of individual purchase orders and as further described in the sample Blanket Ordering Agreement. On all Bids, Notice of Intent to Award or rejection will be given within sixty (60) days of Bid opening. The notice will be in writing and signed by the Purchasing Officer. A Notice of Intent to Award, and no other act of the Borough or its representatives, constitutes an acceptance of a Bid. The acceptance of a Bid shall bind the successful Bidder to execute the Agreement.

9 11. INSURANCE SEE INSURANCE REQUIREMENTS IN SAMPLE SERVICE, MAINTENANCE, OR CONSTRUCTION AGREEMENT REFERENCED IN DING DOCUMENTS. It is the Bidder s responsibility to carefully review these requirements with their insurance provider to ensure they have, or can obtain, the minimum per project and other requirements before submitting a bid. 12. ESTIMATES OF QUANTITIES APPROXIMATE ONLY It is expressly agreed that the quantities shown in the Bid Form, whether for a "Unit Price Bid" or in connection with a "Lump Sum Bid" given under the heading "Bid Form"' are approximate only for use as a basis for comparison of Bids and are not to be taken to be either representations or warranties. The Owner does not expressly, nor by implication, agree that the actual amount of work will correspond therewith. 13. EXECUTION OF AGREEMENT The Bidder whose Bid is accepted shall execute the Agreement and furnish the required insurance within five (5) working days after Notice of Intent to Award of the Agreement is issued. The Agreement shall be considered executed by the successful Bidder when the Agreement is signed by an authorized representative of the Contractor, and insurance certificate(s) are received by the Purchasing Officer. Failure or neglect of the Contractor to execute the Agreement within the time specified may result in a forfeiture of the Bid Guarantee and award of the Agreement to the next lowest Bidder. The Owner will execute the Agreement within ten (10) working days after execution by the Contractor as set forth above. The date the Agreement is executed by the Owner is the Agreement Date. The rights and obligations provided for in the Agreement shall become effective and binding upon the parties as of the Agreement Date. The Notice to Proceed, if applicable, will be issued within seven (7) working days of the Agreement Date unless otherwise specified in the SPECIAL PROVISIONS. The effective date of the Notice to Proceed shall be within ten (10) working days of the Agreement Date unless otherwise specified in the Special Provisions. 14. CONTRACTOR'S WARRANTY All work under the Agreement shall be under warranty by the Contractor for one year from the Final Acceptance Date except when a different period is identified in the SPECIAL PROVISIONS. This warranty shall require the Contractor to remedy promptly, without cost to the Owner, any and all defects in material and workmanship including any consequential damages resulting from defective materials or workmanship. If the defect, in the opinion of the Borough Representative, is of such nature as to demand immediate repair, the Borough shall have the right to take corrective action and the cost thereof shall be borne by the Contractor. 15. CONTRACTORS' VIOLATIONS OF TAX OBLIGATIONS 1. No Agreement shall be awarded to any individual, firm, corporation, or business who is found to be delinquent in any area of taxation, lease, land payment, or rental agreement, with the Borough which has not been remedied within 10 calendar days of receipt of written notice. 2. The Agreement can be terminated for cause if it is determined that the individual, firm, corporation, or business is in arrears of any taxation, lease, land payment, or rental

10 agreement, that is due to the Borough that is not remedied within 10 calendar days of notification by regular mail. 3. The Borough reserves any right it may have to offset amounts owed by an individual, firm, corporation or business for delinquent Borough taxes, lease, rental agreement, or land sale payments, against any amount owing to the same under an Agreement between the Borough and the same. 16. PROTEST OF AWARD OF Within two days of service of the purchasing officer s determination of the apparent successful bid, a bidder who wishes to protest the determination shall lodge a protest with the purchasing officer. The protest shall be in writing on a form provided by the purchasing officer. The protest shall describe with particularity the alleged errors in the award recommendation. The purchasing officer shall conduct a review and, within three working days of receipt of the protest, issue a determination. Full text of the protest and appeal procedures, as well as the protest form, can be downloaded from the Borough s web site at resting on Quick Access, then selecting Forms, then selecting Purchasing. A copy can also be obtained by contacting the purchasing division at (907) In order to receive notice of the apparent successful bid, the Bidder must provide the borough with a facsimile number. It is the responsibility of the Bidder to follow the selection process and stay apprized of the bid or proposal due date, the date notice of apparent successful bidder is issued and the period in which protests can be filed. 17. BUSINESS LICENSE Matanuska-Susitna Borough Code, Chapter 3.36, requires that all businesses conducting business within the boundaries of the Borough have a current business license issued by the Borough. Prior to any award as a result of this solicitation, the Contractor may be required to provide proof that they have a current Matanuska-Susitna Business License or proof that they have applied for one. Copies of this borough code and instructions on obtaining a business license may be obtained at the Collection Counter, Finance Department, or by calling MSB ' PROCEDURES FOR AWARD Contracts shall be awarded by written notice issued by the Purchasing Officer to the lowest qualified, responsive, and responsible Bidder, provided that, if the lowest bids are approximately equal, local bidder preference may be applied. 19. LOCAL DER PREFERENCE Agreements shall be awarded to the lowest qualified, responsive and responsible Bidder, provided that, if the lowest bids are approximately equal, that is, within the lesser of $2,000 or 5 percent of each other, preference may be given to local Bidders who maintain and operate businesses within the boundaries of the Borough. MSB QUALIFIED AND RESPONSIBLE DER The Borough reserves the right to require the Bidder to submit information pertaining to its products, service, reputation, and experience, in order to determine, at the Borough s sole discretion, if the Bidder is a qualified vendor. Past dealings with the Borough and other government agencies will be considered in determining if the Bidder is a responsible vendor.

11 21. THIRD-PARTY FINANCING AGREEMENTS AND/OR ASSIGNMENTS OF PAYMENT NOT ALLOWED Because of additional administrative and accounting time required of borough departments/divisions when third party financing agreement and/or assignments of payment are permitted, they will not be allowed under any agreement resulting from this Invitation to Bid. 22. LICENSE REQUIREMENTS All Contractors, and sub-contractors must comply with state of Alaska requirements regarding licensing. Reference the state of Alaska s licensing requirements for performing work under this contract. 23. DESCRIPTIVE LITERATURE (NOT REQUIRED FOR S) (a) Descriptive literature means information (e.g., cuts, illustrations, drawings and brochures) that is submitted as part of a bid. Descriptive literature is required to establish, for the purpose of evaluation and award, details of the product offered that are specified elsewhere in this solicitation and pertain to significant elements such as (1) design; (2) materials; (3) components; (4) performance characteristics; and (5) methods of manufacture, assembly, construction, or operation. The term includes only information required to determine the technical acceptability of the offered product. It does not include other information such as that used in determining the responsibility of a prospective contractor or for operating or maintaining equipment. (b) Descriptive literature must be (1) identified to show the item(s) of the offer to which it applies and (2) received by the time specified in the solicitation for receipt of bids. Failure to submit descriptive literature on time may, at the discretion of the Purchasing Officer, require rejection of the bid. (c) The failure of descriptive literature to show that the product offered conforms to the requirements of this solicitation may, at the discretion of the Purchasing Officer, require rejection of the bid. 24. ACCEPTANCE OF CONTRACT/AGREEMENT TERMS AND CONDITIONS By signing the Bid Form/Proposal Submittal Form, the bidder or proposer certifies that they have examined and accept the terms and conditions of the contract or agreement contained in this solicitation. The acceptance is inclusive of, but not limited to, all CONTRACT REQUIREMENTS, TERMS AND CONDITIONS, GENERAL PROVISIONS, AND SUPPLIMENTAL CONDITIONS along with any and all conditions contained in the INSTRUCTIONS TO DERS/PROPOSERS associated with this solicitation. Submission of a bid or proposal in response to this solicitation certifies that the bidder is willing to accept these terms and understands that failure to accept these terms will subject the bidder to forfeiture of the contract/agreement and loss of any bid guarantee as liquidated damages. Bidders and proposers are encouraged to carefully examine the insurance requirements, any bonding requirements, and any Defense and Indemnification clause contained in the sample contract/agreement.

12 SECTION III SPECIFICATIONS / FORM

13 Specifications are contained on the following 40 page Bid Form

14 a1 a2 a3 a4 a5 a6 a7 a8 a9 a10 a11 a12 a13 a14 SECTION a: NOZZLES, ACCESSORIES & ATTACHMENTS HM792-KIT, folding pistol grip kit for all 1.5"-to-3.0" nozzles from 2000-present. H-VPGI 1.5" TFT Handline nozzle w/pistol grip, NH coupling. Item 'a2' w/folding rather than fixed pistor grip. H-2VPG 2.5" TFT Handline nozzle w/pistol grip, NH coupling. Item 'a4' w/folding rather than fixed pistor grip. H-2BLITZ 2.5" TFT Handline playpipe nozzle, NH coupling. HMD-VPGI 1.5" TFT Mid-Force nozzle w/pistol grip, NP=100 psi, gpm, NH coupling. Valve assembly & pistol grip remove for attachment with smooth bore tips. Item 'a7' w/folding rather than fixed pistor grip. HMDL-VPGI 1.5" TFT Mid-Force nozzle w/pistol grip, NP= 75 psi, gpm, NH coupling. Valve assembly & pistol grip remove for attachment with smooth bore tips. Item 'a9' w/folding rather than fixed pistol grip. HMDC-TO & H-VITGC1, TFT 1.5" CAFS-Force nozzle with VIT ball valve (no smoothbore outlet) w/pistol grip, NH. Has modes for water only & CAFS applications.. Item 'a11' w/folding rather than fixed pistor grip. HMDC-TO & H-VITGC16, TFT 1.5" CAFS-Force nozzle with VIT ball valve (1-3/8" smoothbore outlet) w/pistol grip, NH. Has modes for water only & CAFS applications.. Item 'a13' w/folding rather than fixed pistol grip. a15 a16 a17 a18 a19 HMDC-TO TFT CAFS-Force nozzle, 1.5", NH.. H-VITCG1, TFT 1.5", NH VIT ball valve (no smoothbore outlet).. Item 'a16' w/folding rather than fixed pistol grip. H-VITCG16, TFT 1.5", NH VIT ball valve (1-3/8" smoothbore outlet).. Item 'a18' w/folding rather than fixed pistol grip. Company Name 1

15 a20 a21 a22 a23 a24 a25 a26 a27 a28 a29 a30 a31 a32 a33 a34 a35 a36 a37 a38 a39 a40 a41 H-VITGC2, TFT 2.5" VIT ball valve (no smoothbore outlet) w/pistol grip, NH. 2.5" inlet & 1.5" outlet.. Item 'a20' w/folding rather than fixed pistol grip. H-VITGC26, TFT 2.5" VIT ball valve (1-3/8" smoothbore outlet) w/pistol grip, NH. Item 'a22' w/folding rather than fixed pistol grip. BL-BGH 1" Ultimatic (Forestry) nozzle w/pistol grip, must come with NPSH coupling on inlet (F side). NP=75 psi, gpm. MADD DOG Foam Nozzle, MD105D. Designed to attach to 1 1/2" Barrel-type (RedHead) forestry nozzles.. HD-VPGI 1.5" TFT Dual-Force Nozzle w/pistol grip. NH coupling NP= 100 psi plus low pressure, gpm. Item 'a26' w/folding rather than fixed pistol grip. D100DP 1" TFT Ball-Type shut off valve w/pistol grip. D10097I (NPSH) coupling on inlet (F side).. H-VOI 1.5" TFT Ball-Type Shut Off Valve w/pistol grip. Item 'a30' w/folding rather than fixed pistol grip. H-2VOI 2.5" TFT Ball-Type shut off valve w/pistol grip. Item 'a31' w/folding rather than fixed pistol grip. FS-3STACK TFT NFPA stacked tips, 1.5" with NH coupling. FSS13-CAFS TFT Straight tip 1.5" F rocker lug swivel and taper to 1 3/8" tip. JSS13-CAFS TFT Straight tip 2.5" F rocker lug swivel and taper to 1 3/8" tip.. Can be used with Blitzfire. FSS5 TFT straight tip, 1.5" F inlet to 1/2" tip. FSS6 TFT straight tip, 1.5" F inlet to 5/8" tip. FSS7 TFT straight tip, 1.5" F inlet to 3/4" tip. FSS8 TFT straight tip, 1.5" F inlet to 7/8" tip. FSS9 TFT straight tip, 1.5" F inlet to 1" tip. DSB TFT 1" smooth bore set. NPSH threaded coupling w/gasket required. Contains 6 smooth bore inserts from 1/8" to 7/16". Inserts are hard, durable black nylon. Company Name 2

16 a42 a43 a44 a45 a46 a47 a48 a49 a50 a51 a52 a53 a54 a55 a56 a57 a58 a59 a60 a61 a62 H-2VPP 2.5" to 1.5" TFT Playpipe Adapter. TFT SHO-FLOW Electronic Indicator, NH, 1 1/2" F X 1 1/2" M w/flow range of GPM, Model SF-NF-NF TFT SHO-FLOW Electronic Indicator, NH, 2 1/2" F X 2 1/2" M w/flow range of GPM, Model SF-NJNJ Colored pistol grips for TFT nozzles delivered after March 3, Colored handle kits for TFT Handline & Dual-Force nozzles manufactured after January 1, Lightweight piercing nozzle, Flamefighter Model 2500 with pistol grip, 4' (four-foot). Two-foot (2') extensions for Flamefighter Model 2500, P/N Color specified with order. S-PN TFT piercing nozzle, 1.5" NH, 95 GPM at 100 psi nozzle pressure, impinging jets for fog pattern. A3830 TFT Chimney Snuffer complete kit with chimney snuffer head, garden hose adapter, res-q-rench, 25' of 1" hose, 1" ball shutoff valve with NPSH coupling & carrying bag. A3831 TFT Chimney Snuffer head only & garden hose adapter. S-CN TFT Cellar nozzle with 2.5" female inlet, NH thread. FJ-H TFT Low-X Foamjet adapter for TFT Handline & Dual Force nozzles. FJ-HMX TFT Multi-X Foamjet adapter for TFT Handline & Dual-Force Nozzles. FJ-MX-HM TFT Multi-X Foamjet adapter for TFT Mid-Matic and Mid-Force nozzles. FJ-LX-HM TFT Low-X Foamjet adapter for TFT Mid-Matic and Mid-Force nozzles. M-R-NJ Cross Fire Task Force Master Stream Nozzle with halo ring, 2.5" NH coupling, 1250 GPM w/o monitor. MST-4NJ TFT 2.5" stacked tips for Cross Fire Monitor. Cross Fire Monitor Top, XFT-NJ. Cross Fire Monitor to include 2-inlet Safety Tac base & crossfire monitor top, XFC-12. Cross Fire Package to include: 2-inlet safe-tak base, cross fire monitor top, M-R Nozzle, quad tips, 10" stream straightener, XFC-52. Cross Fire XF400-KIT portable base truck mounting kit. Company Name 3

17 a63 a64 a65 a66 a67 a68 a69 a70 a71 a72 a73 a74 a75 a76 a77 a78 a79 a80 Cross Fire XF-B Compartment Storage bracket. Cross Fire XFF-MPL Flange Mount 3" ANSI 150 & 3" NPTF inlet. 5" stream straightener wiith 2.5" NH, XF-SS5. 10" stream straightener with 2.5" NH, XF-SS10. TFT Extend-A-Gun, 3" taper pipe, 18" extension, Model #XG18PL-XL for Crossfire Monitor Top, adapter XFF-APL to connect 3" NPT taper pipe to Crossfire Monitor Top. and TFT Extend-A-Gun mounting bracket set XGB-13. TFT Blitzfire 500 GPM monitor package. M & F NH couplings 2.5". Package to contain Blitzfire base, Max-Force 500 GPM nozzle, and storage bracket. XXC-32. TFT Blitzfire 500 GPM monitor package. M & F NH couplings 2.5". Package to contain Blitzfire base, Max-Force 500 GPM nozzle, 3 stacked tips, and storage bracket. XXC-52. Akron MercuryMaster 1000 w/automatic nozzle style 5150 & storage bracket. Intake 5" storz.. Foam Eductor--60 GPM, 2 1/2" F x 1-1/2" M NH, Akron Model Foam Eductor--60 GPM, 1 1/2" F x 1-1/2" M NH, Akron Model Foam Eductor--95 GPM, 1 1/2" F x 11/2" M NH, Akron Model Foam Eductor--95 GPM, 2-1/2" F x 1-1/2" M NH, Akron Model Foam Eductor--120, GPM 2 1/2" F x 2 1/2"M NH, Akron Model Foam Eductor--60 GPM, 2 1/2" F x 1-1/2" M NH, TFT UE-060-NJ-NF. Foam Eductor--60 GPM, 1 1/2" F x 1-1/2" M NH, TFT UE-060-NF. Foam Eductor--60 GPM 1-1/2" F x 1-1/2" M NH, TFT, w/ 1" NH rocker lug coupling on pick-up hose for using on-board foam system attachment. UE-060-NF-1 Foam Eductor--95 GPM, 1 1/2" F x 11/2" M NH, TFT UE-095-NF. Foam Eductor--95 GPM, 2-1/2" F x 1-1/2" M NH, TFT UE-095-NJ-NF. Company Name 4

18 a81 a82 a83 a84 a85 a86 a87 a88 Foam Eductor--95 GPM 1-1/2" F x 1-1/2" M NH, TFT, w/ 1" NH rocker lug coupling on pick-up hose for using on-board foam system attachment. UE-095-NF-1 Foam Eductor--120, GPM 2 1/2" F x 2 1/2"M NH, TFT UE-125-NJ-NF. Foam Eductor--120 GPM 1-1/2" F x 1-1/2" M NH, TFT, w/ 1" NH rocker lug coupling on pick-up hose for using on-board foam system attachment. UE-125-NF-1 Foam Eductor--250 GPM 2-1/2" F x 2-1/2" M NH w/inlet pressure of 200 psi & max backpressure of 130 psi. 8' L x 1" pickup hose. UE-250-NJ.. TFT PRO/pak Portable Foam System, UM12-1D, couplings must be NPSH. TFT U-PN12 PRO/pak piercing nozzle. BREAK-FREE, 12 oz. Can, CLP-12. Dow-Corning #112, Hi Performance Lube Sealant. For all TFT products.. b1 b2 b3 b4 b5 b6 b7 b8 b9 SECTION b: APPLIANCES--ADAPTERS, FITTINGS, STORZ & GASKETS 2-1/2" Dbl F. Dbl Swivel, Rockerlug, NH Light weight. Akron Pyrolite Model 335, Elk-o-Lite Model F-327A, Red Head Model 35 ONLY. 2-1/2" Dbl M, Rockerlug, NH Lightweight. Akron Pyrolite Model 336, Elk-o-Lite Model M 327-A, Red Head Model /2" Dbl F, Dbl Swivel, Rockerlug NH, Lightweight. Akron Pyrolite Model 335, Red Head Model /2" Dbl M, Rockerlug, NH Lightweight. Akron Pyrolite Model 336, Red Head Model /2" F X 1 1/2" M Reducer, NH, Lightweight, non-tappered (standard) design. Elkhart A-327A or Red Head Model /2" F X 1 1/2" M Reducer, NH, Lightweight, tappered design. Ankron Style 1422 or Elkhart D-327A.. 2-1/2" F X 1-1/2" M Reducer, NH, Lightweight. TFT H-A adapter. 2-1/2" 45 degree chrome elbow, NH, Rockerlug F, (2-1/2" F x 2-1/2"M) Elkhart Model /2" 30 degree chrome elbow, NH, Rockerlug F, (2-1/2" F x 2-1/2" M), Redhead model K-BRE. NO EXECPTION. Company Name 5

19 b10 b11 b12 b13 b14 b15 b16 b17 b18 b19 b20 b21 b22 b23 b24 b25 b26 b27 b28 TFT LDH Elbow, 5" Storz rigid X 5" Storz swivel, Model AH4ST-ST. 6" x 4-1/2" Dbl F, Dbl Swivel, NH, Long Handle, Lightweight. Akron Model 357, Elkhart Model S-319, Red Head Model 57. 5" X 4-1/2" Dbl F, Dbl Swivel, NH, Long Handle, Lightweight. Akron Model 357, Elkart Model S-319, Red Head Model 57. 6" x 5" Dbl F, Dbl Swivel, NH, Long Handle, Lightweight. Akron Model 357. Elkhart Model S-319, Red Head Model " X 2-1/2" Dbl F, Dbl Swivel Long Handle, NH, Lightweight. Akron Model 357, Elkhart Model S-319, Red Head Model /2" x 2-1/2" Dbl F, Dbl Swivel, Long Handle, NH, Lightweight. Akron Model 357, Elkhart Model S-319, Red Head Model 57. Ball Valve Gated Wye, Lightweight 2-1/2" F x 1-1/2 M x 1-1/2" M, NH, Akron Brass Style 1581, Elkhart Model B-100A. TFT Gated Wye, Model AYNJ-NF, 2-1/2" F Rocker Lug x 1-1/2" M x 1-1/2" M, NH. TFT Gated Wye, Model AY5NJ-NJ, 2-1/2" F Rocker Lug x 2-1/2" M x 2-1/2" M, NH. Folding valve handles. TFT Gated Wye, Model AY5HNJ-NJ, 2 1/2" F Swivel Handle X 2 1/2" M X 2 1/2" M, NH. Folding valve handles.. TFT Gated Wye, Model AY8ST-NJ, 5" Storz X 2 1/2" M X 2 1/2" M, NH. Folding valve handles.. Ball Valve Gated Wye, Lightweight, 2-1/2" F x 2-1/2"M x 2-1/2" M, NH, Akron Brass Style 1582, Elkhart Model B-97A. Ball Valve Gated Wye, Lightweight, 1-1/2" F x 1-1/2" M x 1-1/2" M, NH. Akron Brass Style 2580, Elkhart B-100-LA. S Ball Valve Gated Wye Water Thief, Pyrolite 2 1/2" F x 1 1/2" M x 2 1/2 M x 1 1/2" M, NH, Akron Brass Model 1573, Elk-O-Lite BG-104A.. TFT Ball Valve Gated Water Thief, Model WT5NJ-NJ-NF 2 1/2" F rocker lug x 2 1/2" M & dual 1 1/2" M outlets, NH. Gated Hydrant Valve 2-1/2" NH, Chrome Trim, Solid Top, Akron Model #1828, Elkhart B-96A. TFT 2-1/2" Quarter Turn Gated Hydrant Valve, NH, Model AV5NJ-NJ. Hydrant Gate Valve, 2-1/2" NH. Akron #2285 or Elkhart X-86A.. TFT 2-1/2" Hydrant gate valve, NH, Model AC5ANJ-NJ.. Company Name 6

20 b29 b30 b31 b32 b33 b34 b35 b36 b37 b38 b39 b40 b41 b42 b43 b44 b45 b46 b47 b48 TFT 5" Storz swivel X 4.5" F swivel NH rocker lug hydrant adapter, Model AA3ST-NR. TFT 5" Storz swivel X 4.5" F NH threaded swivel hydrant adapter, Model AA3HST-NR.. TFT 5" Storz swivel X 2.5" F NH threaded swivel adapter, Model AA3ST-NJ. Clappered Siamese, NH, Lightweight 2-1/2" M x 2-1/2" F x 2-1/2"F. Akron Model 1262, Elkhart Model 4A. Clappered Siamese, NH, Lightweight, 5" F Long handle Swivel x 2 1/2" F Rockerlug Swivel x 2 1/2" F Rockerlug Swivel. Akron Model TFT Gated Siamese, NH, 5" F swivel handle X 2 1/2" F Rocker Lug X 2 1/2" F Rocker Lug, Model AY7HNT-NJ.. TFT Gated Siamese, 5" swivel storz X 2 1/2" F Rocker Lug X 2 1/2" F Rocker, Lug NH. Model AY9ST-NJ. Clappered Siamese, 5" Swivel Storz x 2-1/2" F x 2-1/2" F, NH Rocker lug, Harrington, Akron or Elkhart.. 1-1/2" Hose Cap NH chrome, Akron Model /2" Hose Cap NH chrome, Akron Model 345 or Elkhart Model 310A. 1-1/2" Hose Cap NH Lightweight, Red Head Kromalite. 2-1/2" Hose Cap NH Lightweight, Red Head Kromalite. 3" F NH x 3" Storz, SnapTite, Harrington or Red Head. 2-1/2" F NH Rockerlug x 3" Storz. SnapTite, Harrington or Red Head. 2-1/2" F NH Rockerlug x 2-1/2" Storz. SnapTite, Harrington or Red Head. 2-1/2" M NH Rockerlug x 3" Storz. SnapTite, Harrington or Red Head. 4-1/2" F NH Long Handle x 5" Storz. SnapTite, Harrington or Red Head. 2-1/2" F NH Long Handle x 5" Storz. SnapTite, Harrington or Red Head. 2-1/2" M NH Long Handle x 5" Storz. Snap Tite, Harrington or Red Head.. 4-1/2" M NH Long Handle x 5" Storz. SnapTite, Harrington or Red Head. Company Name 7

21 b49 b50 b51 b52 b53 b54 b55 b56 b57 b58 b59 b60 b61 b62 LDH Manifold, 5" Storz intake to four 2 1/2" NH male outlets and one 5" Storz outlet. Harrington H NH.. LDH 3-way ball valve, 5" Storz intake to three 2 1/2" M NH outlets. Harrington H NH. LDH 2-way ball valve, 5" Storz intake to two 2 1/2" M NH outlets. Harrington H NH.. TFT Ball Intake Valve, 6" swivel Storz to 5" threaded NH swivel F. TFT #AB1SX-NT.. TFT Ball Intake Valve, 6" swivel Storz to 6" threaded NH swivel F. TFT #AB1SX-NX.. TFT Ball Intake Valve, 5" swivel Storz to 5" threaded NH swivel F. TFT #AB1ST-NT.. TFT Jumbo Short Ball Intake Valve, 6" NH Swivel F to 5" rigid Storz. TFT #AQ1ST-NX... TFT Jumbo Ball Intake Valve, 6" NH Swivel F to 4.5" NH Rigid M w/pressure relief valve. TFT #AX8NR-NX.. 3" Storz Blind Cap. Kochek, SnapTite, Harrington or Red Head. 2-1/2" Storz Blind Cap. Kochek, SnapTite, Harrington or Red Head. 5" Storz Blind Cap. Kochek, SnapTite, Red Head or Harrington. 5" Storz Cap X 2.5" NH rigid M. Kochek, SnapTite, Red Head or Harrington.. 5" Storz Cap X 2.5" NH swivel rocker lug F. Kochek, SnapTite, Red Head or Harrington.. V3040 1" TFT gasket for nozzles & appliances. b63 b64 b65 b66 b67 b68 b69 V /2" TFT gasket for nozzles & appliances. V /2" TFT gasket for nozzles & appliances. A4220 5" TFT pressure gasket for LDH valve assemblies. A4221 5" TFT suction gasket for LDH valve assembies. V3240 6" TFT pressure gasket for LDH valve assemblies. A4226 6" TFT suction gasket for LDH valve assemblies. 3" Storz Pressure Face Gasket. SnapTite, Red Head or Harrington. Company Name 8

22 b70 b71 b72 b73 b74 b75 b76 b77 b78 b79 2-1/2" Storz Pressure Face Gasket. SnapTite, Red Head or Harrington. 5" Storz Pressure Face Gasket. SnapTite, Red Head or Harrington. 6" Storz Pressure Face Gasket. SnapTite, Red Head or Harrington. 2-1/2 F NH Rockerlug x 5" Storz. SnapTite, Harrington, or Red Head. 2-1/2" M NH Rockerlug X 5" Storz. Snap Title, Harrington or Red Head Kochek Adapter, 6" NH F Swivel Long handle x 6" Storz. Kochek Adapter, 6" NH M x 6" Storz. NO EXECPTION Kockek Adapter 6" Storz 3 prong x 5" Storz 2 prong. NO EXECPTION Kochek Adapters 6" Storz Blind Caps. NO EXECPTION Kochek Universal 5" Storz Elbow Adapter, No /2" NH F 30 Elbow X 5" Storz X 2 1/2" NH M with 5" Storz Plastic Dust Cap, 2 1/2" NH F X 1 1/2" NH M, and 1 1/2" NH Cap. Color red. NO EXECPTION. c1 c2 c3 c4 c5 c6 c7 c8 c9 SECTION c: KEYSTONE & PRE-CON VALVES 5" Keystone Valve, Long Handle F Swivel, NH, Akron Model 7950 or Elkhart Model " Keystone Valve, Long Handle F Swivel, NH, Akron Model 7960 or Elkhart Model " Pre-Con Valve, NH, Hydro-Shield Manufacturing Co, P/N PC3. 6" Pre-Con Valve, NH, Hydro-Shield Manufacturing Co, P/N PC3. 5" Pre-Con 30 Degree Valve without Relief Valve NH x 5" Storz. Hydro-Shield Manufacturer, P/N PC30. 6" Pre-Con 30 Degree Valve without Relief Valve NH x 5" Storz. Hydro-Shield Manufacturer, P/N PC30. 5" Pre-Con Valve NH x 5" Storz, Hydro-Shield Manufacturer, P/N PC3. 6" Pre-Con Valve NH x 5" Storz, Hydro-Shield Manufacturer, P/N PC3. 5" Pre-Con 30 Degree Valve with Relief Valve NH x 5" Male NH. Hydro-Shield Manufacturer, P/N PC30. Company Name 9

23 c10 c11 6" Pre-Con 30 Degree Valve with Relief Valve NH x 6" Male NH. Hydro-Shield Manufacturer, P/N PC30. 6" Keystone Valve Longhandle F Swivel NH X 5" M NH. Akron Model 7960 or Elkhart Model d1 d2 d3 d4 d5 d6 d7 d8 d9 d10 d11 d12 d13 d14 d15 d16 SECTION d: SPANNER, HYDRANT WRENCHS, SPRINKLER SHUTOFF, ETC. Spanner/Hydrant Set - 2 spanners & 1 Hydrant wrench with mounting bracket. Elkhart Model 470, Red Head Style Spanner Set - 2 spanners with Mounting Bracket. Elkhart Model 469, Akron Model 448, Red Head Style Spanner Wrench-Fold-up Type, Aluminum, fits 1" to 4". Akron Model 14, Elkhart Model F464A. S 5" Storz spanner set (2 or 4) with Mounting Bracket. Snap Tite, Redhead, Elkhart, or Akron. Spanner Wrench, fit up to 3" rockerlug. Elkhart, Akron, or Redhead.. 5" Storz spanner wrench. Snap Tite, Redhead, Elkhart or Akron.. 6" Storz spanner wrench. Snap Tite, Redead, Elkhart or Akron. Hydrant Wrench--Adjustable, Light-weight, Akron Model 15, Elkhart Model S-454, Red Head Style 105. Brass Folding Pocket Spanner with pry claw, gas hook shutoff and belt ring. Elkhart Model F-464B. Akron #1078, Quickfit Sprinkler Shutoff tool.. 3" Stortz Spanner Wrench. SnapTite or Red Head. RGM100 TFT Res-Q-ME (box of 100). RQM1 TFT Res-Q-Me. SPAN25 TFT Res-Q-rench (box of 25). SPAN1 TFT Res-Q-rench. HH12 TFT Hose Hook (box of 12).. SECTION e: LIGHTS, ELECTRICAL EQUIPMENT & CASES e1 LiteBox & FireBox Battery, P/N Company Name 10

24 e2 e3 e4 e5 e6 e7 e8 e9 e10 e11 e12 e13 e14 e15 e16 e17 e18 e19 Streamlight E-Spot FireBox lantern w/vehicle mount. Includes 3 C4 LEDs & 2 rear LEDs, 12 volt DC direct wire mounting rack and shoulder strap. Orange. Streamlight E-Spot FireBox C4 LED lantern. Includes 3 C4 LEDS & 2 rear LEDs, AC & DC re-charing options, and shoulder strap Fits LiteBox & FireBox vehicle chargers. Orange.. Streamlight E-Flood FireBox lantern w/vehicle mount. Includes 6 C4 LEDs & 2 rear LEDs, 12 volt DC direct wire mounting rack and shoulder strap. Orange. Streamlight E-Flood FireBox C4 LED lantern. Includes 6 C4 LEDS & 2 rear LEDs, AC & DC re-charing options, and shoulder strap Fits LiteBox & FireBox vehicle chargers. Orange.. FireBox or LiteBox 8 Watt Bi-Pin Bulb (100 hr.). P/N FireBox or LiteBox 8 watt Spot lamp assembly, P/N Note: Firebox replaces Litebox. Mounting racks & most other parts are interchangeable. E-Spot is LED replacement for FireBox or LiteBox. Chargers remain compatible. FireBox or LiteBox 8 watt Flood lamp assembly, P/N Streamlight VANTAGE LED helmet-mounted tactical light. Streamlight Fire Vulcan C4 LED lantern standard system with AC/DC.. Streamlight Fire Vulcan C4 LED lantern vehicle mount with 12V DC direct wire charging rack.. Streamlight Survivor C4 LED w/dc charger. Fast charge model. Color of yellow, orange or black specified with purchase.. Streamlight Survivor C4 LED w/ac & DC charger. Steady charge model. Color of yellow, orange or black specified with purchase.. AC charger for Streamlight Survivor Light. P/N Streamlight Survivor Light battery pack, P/N Streamlight Survivor Light lamp module, P/N Streamlight Survivor Light bezel/lens Assembly, P/N Streamlight Knucklehead C4 LED w/clip & w/120 V AV/12V DC charger, yellow. Part # Worklight. Company Name 11

25 e20 e21 e22 e23 e24 e25 e26 e27 e28 e29 e30 e31 e32 e33 e34 e35 e36 e37 e38 e39 Streamlight Knucklehead SPOT C4 LED w/clip & w/120v AC/12V DC charger, orange. Part # Firefighter light.. Rechargeable battery pack for Knucklehead. Alkaline battery pack for Knucklehead. DC2 direct wire charge cord for all rechargeable streamlights. Streamlight Waypoint Lithium Rechargeable pistol grip splotlight, yellow. Part # Streamlight Waypoint Rechargeable holder. Part # Streamlight Waypoint pistol grip spotlight w/12v DC power cord, yellow. Part # Accepts 'C' batteries.. Streamlight PolyTac LED w/lithium batteries. Yellow (P/N 88831) or Orange (P/N 88834).. Often used with gear keeper. Streamlight ProTac EMS LED, Blue. Accepts one AA battery (alkaline or lithium). Part # Nylon Hoster for Protac EMS LED. Part # Streamlight Strion LED w/ac & DC fast charger, 160 lumens & 2-hr runtime on high.. Streamlight PolyStinger LED w/ac & DC fast charger, 185 lumens & 2-hr runtime on high.. Streamlight PolyStinger LED HAZ-LO w/ac & DC fast charger, 130 lumens & 2-hr runtime on high.. Streamlight Stinger LED HP w/ac & DC fast charger, 200 lumens & 2-hr runtime on high.. Pelican #1830 L-4 LED pencil light w/pocket clip.. EMS light Pelican 1930 L1 LED, yellow. Pelican 1920 LED mini-flashlight w/pocket clip. Pelican #2340 Mitylite 2AA for use in helmet mount, equipped with push tail button on/off switch. Yellow. Pelican #2304 Hi-Performance Xenon lamp module for #2340 lights. Pelican #2610 Headsup LED light w/cloth & rubber headbands. For use on wildfire & rescue helmets with or without shields. Uses 3 "AAA" batteries. Company Name 12

26 e40 e41 e42 e43 e44 e45 e46 e47 e48 e49 e50 e51 e52 e53 e54 e55 e56 e57 e58 e59 Pelican #2690 Headsup LED light w/cloth & rubber headbands. For use on wildfire & rescue helmets without shields. Uses 3 "AAA" batteries. Pelican 3330 LED flashlight. Black or yellow specified w/order. Pelican #3610 Little Ed "Recoil" LED wth 4 AA battieries. Yellow. Pelican #3610PL Little Ed "Recoil" LED wth 4 AA battieries. Yellow. Pelican #3660 Little Ed "Recoil" LED rechargeable with nickel hydride batteries and 110 V charger. Yellow. Pelican #3660 Little Ed "Recoil" LED rechargeable with nickel hydride batteries and 12 V plug-in charger. Yellow. Pelican #2469 replacement nickel hydride battery pack for Little Ed. Pelican #3661B Rechargeable Little Ed w/battery only. Yellow. Pelican #3759 rechargeable nicad battery pack for the Big Ed 90 light. Pelican #3754 Lamp module kit for Big Ed light. Pelican #3765 LED Rechargeable flashlight, yellow. Pelican #3765PL LED Rechargeable flashlight, yellow. Pelican #3770 battery charger base for #3765. Pelican #2467F 110V Transformer for charger base. Pelican #6061F 12V direcct wiring for charger base. Pelican #8056F 12V plug-in for charger base. Pelican #9430 Remote Area Light System w/1 head & 24 LEDs. Light extends to 32" from flat surface. Battery high 8 hrs. Yellow. Pelican #9435 Remote area lighting system w/1 head & 18 LEDs. Light extends to 32" from flat surface. Battery high 5 hrs. Orange. Hazardous Atmosphere Approved. Noexception. Pelican #1460AALG. Custom foam case for #9430 & 9435 lights.. Pelican #9440 Remote Area Light System w/1 head & 10 LEDs. Light extends on tripod to 85" from ground. Battery high 3 hrs. Yellow. Company Name 13

27 e60 e61 e62 e63 e64 e65 e66 e67 e68 e69 e70 e71 e72 e73 e74 e75 e76 e77 e78 Pelican #9460 Remote Area Light System w/2 heads & 24 LEDs. Light extends to height of 71" from ground. Battery high 7 hours. Yellow. Extenda-Lite PL-500 portable light w/stonco light head. 110 volts, wire guard, 12" pigtail and L5-15P connector, plus portable light base.. PLMT PL-light mounting bracket for PL-500 portable light.. Extenda-POD 55". POD-Bracket, 3-piece external Extenda-Pod mounting system.. PL-POLE-MT, PL-series light mount for an Extenda-Pod mounting system.. Circle-D portable light w/1' pigtail (300w, L5-15, medium flood, yellow). #163G-3P.. Circle-D portable light w/1' pigtail (300w, L5-20, medium flood, yellow). #163G-5P.. Circle-D portable light w/1' pigtail (500w, L5-15, medium flood, yellow). #150WTLG-3. Circle-D portable light w/1' pigtail (500w, L5-20, medium flood, yellow). #150WTLG-5.. Circle-D quick release hold down clamps. #P-23 SET.. Circle-D telescopic tripod platform. #P Circle-D quick release truck mounting bracket for telescopic tripod. #P-24.. Electric Cord, Flame Retartant Insulation 12/3, 600 Volt, 100' length, Neoprene, Yellow - Extendo-Lite Model #123Y600, plus L5-15P connectors. Electric Cord, Flame Retartant Insulation 12/3, 600 Volt, 150' length, Neoprene, Yellow - Extendo-Lite Model #123Y600. plus L5-15P connectors. Electric Cord Reel, Minimum Capacity 125', 12/3, 600 volt Conductor,Crank Rewind, pre-drilled for mounting, Hannay Model CR with std. Handle. Electrical Plug Set. Watertite, Twist Lock, 15 AMP, 125 Volt, 203PG with 213CN plug set, NEMA L5-15P. Four (4) Outlet Gang Box w/light, L5-15P, 15 AMP, 125 Volt with 50' (foot) pre-wired cord. Double Gang box, two 15-amp L5-15P connectors. S. Company Name 14

28 e79 e80 e81 e82 e83 e84 e85 e86 e87 e88 e89 e90 e91 e92 e93 Circle-D 4-outlet gang box w/light and 1' pigtail (L5-15, 15 AMP, 125 Volt, yellow).. Circle-D 4-outlet gang box w/light and 1' pigtail (L5-20, 20 AMP, 125 Volt, yellow).. Pigtail 12/3, 600 volt wire with 213-CN connection & 203-PG plug, NEMA L5-15P.. Pigtail 12/3, 600 volt wire with 213-CN connection & 202-PG plug (household plug).. Pigtail 12/3, 600 volt wire with 212-CN (household connector) & 203-PG plug.. Akron Brass cord reel mounting brackets, ECR-MT. NO EXCEPTION. Akron Brass 15' live cord reel with yellow cord (12/3, 600 volt), L5-15P connectors, Beta 4500 light & gang box, ECR Akron Brass 15' live cord reel with yellow cord (12/3, 600 volt), L5-15P connectors & gang box, ECR-15.. Akron Brass 18' live cord real, ECR-18, with gang box. Gang box 213-CN connectors.. PowerFlare Rechargeable 6-Pack (charger box, vehicle mount w/wiring & 6 #PF-200R units). LED colors of red or yellow specified with order. Housing color orange.. Non-Rechargeable PowerFlare Electronic safety (warning) LED light with Lithium CR123 Battery. #PF-200. Housing color yellow. LED colors of red or amber/yellow specified with order.. PowerFlare small storage/carry bag for four (4) lights. Bag color of yellow or orange specified with order.. PowerFlare small storage/carry bag for six (6) lights. Bag color of yellow or orange specified with order.. PowerFlare AC adapter for 6-Pack charger box.. Pelican watertight protector cases--all types & options. Provide standard percentage off current list price for all case items. f1 f2 f3 SECTION f: FIRE EXTINGUISHERS & ACCESSORIES ABC Multi-Purpose Dry Chem, 50 pound container Purple K Dry Chemical Powder, 50# Container Fire Extinguisher - 5# ABC Dry Chemical, Pressurized with Heavy Duty Truck Mounting Bracket Company Name 15

29 f4 f5 f6 f7 f8 f9 f10 f11 f12 f13 f14 Fire Extinguisher - 10 # ABC Dry Chemical, Pressurized with Heavy Duty Truck Mounting Bracket Fire Extinguisher - 10# ABC Dry Chemical, Cartridge Type with Heavy Duty Truck Mounting Bracket Fire Extinguisher - 20# ABC Dry Chemical, Pressurized with Heavy Duty Truck Mounting Bracket Fire Extinguisher - 20# ABC Dry Chemical, Cartridge Type with Heavy Duty Truck Mounting Bracket 2.5 gallon pressurized water extinguisher. Cylinder of stainless steel with chrome or nickel/chrome plated brass valve. 2.5 gallon pressurized water extinguisher. Cylinder of stainless steel with chrome or nickel/chrome plated brass valve and air-aspirating nozzle. Hose and air-aspirating nozzle for 2.5 gallon pressurized water extinguisher. Heavy Duty Truck Mounting Bracket for 2.5 gallon pressurized water extinguisher. TRIMAX 3 Portable Mini-CAF System w/universal mount. TRIMAX 3 Portable Mini-CAF System wo/universal mount. Universal mount for TRIMAX Mini-CAF system.. g1 g2 g3 g4 g5 g6 g7 g8 g9 SECTION g: LADDERS Attic Ladder--10', folding, Alcolite or Duo-Safety Aluminum, P/N 585A Attic Ladder Mounting Bracket, Chrome--Side Mount, ZICO Model FLB/FLB-C or equal Attic Ladder Mounting Bracket, Chrome--Bottom Mount, ZICO Model FLB/FLB-C or equal Roof Ladder--14' with Hooks, Alcolite or Duo-Safety Aluminum. Extension Ladder--24' without poles, 2 section, Alcolite or Duo-Safety Aluminum. Extension Ladder--35' without poles, 3 section, Alcolite or Duo-Safety Aluminum. Ladder, Little Giant 1A, 13' ladder. ZICO--Automatic Ladder lift, 24' ladder, P/N LAS 975. NO EXECPTION ZICO--Automatic Ladder lift, 35' ladder, P/N LAS Company Name 16

30 g10 g11 ZICO-Automatic Porta-tank lift, P/N PTS Zico tank lift, 3000 gallon capacity. Skull Saver--SuperDuper (Ladder Pad)(27" High, 12" Wide, 8" Deep) h1 h2 h3 h4 h5 h6 h7 h8 h9 SECTION h: FOAM Ansul AFFF 3%, freeze protected to -20 F, 5 gallon container. Ansul P/N AFFF 1%, freeze protected to -20 F., 5 gallon container. Ansul P/N Ansul AFFF/ATC 3x3%, freeze protected to 20 F., 5 gallon container.. Class A Foam, SILV-EX PLUS, 55 gallon drum. Class A Foam, SILV-EX PLUS, 5 gallon container. Class A Foam, Phos-Chek (WD 881), 55 gallon drum.. Class A Foam, Phos-Chek (WD 881), 5 gallon container.. Class A Foam, Cold Weather, Phos-Chek (WD 881C), 55 gallon drum.. Class A Foam, Cold Weather, Phos-Chek (WD 881C), 5 gallon container.. i1 i2 i3 i4 i5 i6 i7 i8 SECTION i: STRAINERS & PORTABLE TANKS Red Head Maxi-Flow high volume low level strainer, style 137-HV, 4" Kochek high volume low level strainer, 4.5", #LL-45.. Red Head Maxi-Flow high volume low level strainer, style 137-HV, 5" Red Head Maxi-Flow high volume low level strainer, style 137-HV, 6" TFT Low level strainer, #A03HNT, 5". TFT Low level strainer, #A03HNT-JET, 5" (adds jet siphon). TFT Low level strainer, #A03HNX, 6". TFT Low level strainer, #A03HNX-JET, 6" (adds jet siphon). Company Name 17

31 i9 i10 i11 i12 i13 i14 i15 i16 i17 i18 i19 i20 i21 i22 i23 i24 i25 i26 i27 i28 i29 Hard suction barrel strainer, 4.5" with rope fitting. Kochek BS-45 or Akron A02HNX TFT Hard Suction Barrel Strainer--Barrel--5". A02HNT TFT Hard Suction Barrel Strainer--Barrel--6". Tank Fill-line Adapter, Red Head style no Tank Fill-line Adapter with 5" Storz intake & diverter shield. Porta-Tank Hose Bracket /2" F, Swivel Connections with Diverter Shield. Kochek NH Self-Leveling Floating Strainer--1.5" w/poppet style footvalve, FBS15FV. Kochek NH Self-Leveling Floating Strainer--2.5", #FBS25. Kochek NH Self-Leveling Floating Strainer--4.0", # FBS40. Kochek NH Self-Leveling Floating Strainer--5.0", # FBS50. Kochek NH Self-Leveling Floating Strainer--6.0", #FBS60. Kochek NH Long Handle Ice Strainer--5", #IS50. Kochek NH Long Handle Ice Strainer--6", #IS gallon Fol-Da-Tank, 22 oz. Red Hypalon liner. NO EXECPTION. Replacement 22 oz Red Hypalon liner for 1500 gallon Fol-Da-Tank gallon Fol-Da-Tank, 22 oz. Red Hypalon liner. NO EXECPTION. Replacement 22 oz Red Hypalon liner for 2100 gallon Fol-Da-Tank gallon Fol-Da-Tank, 22 oz. Red Hypalon liner. NO EXECPTION. Replacement 22 oz Red Hypalon liner for 2500 gallon Fol-Da-Tank gallon Fol-Da-Tank, 22 oz. Red hypalon liner. NO EXECPTION. Replacement 22 oz Red Hypalon liner for 3000 gallon Fol-Da-Tank. Company Name 18

32 j1 j2 j3 j4 j5 j6 j7 j8 j9 j10 j11 j12 j13 j14 j15 j16 j17 SECTION j: FIRE & SUCTION HOSE, GASKETS & HOSE APPLIANCES 50' section, 1-3/4" North American Fire Hose (DB-800) or National Fire Hose (N-Dura) with 1-1/2" NH couplings. Color specified at time of order: yellow, orange, blue, red or green.. 50' section, 2-1/2" North American Fire Hose (DB-800) or National Fire Hose (N-Dura) with 2-1/2" NH couplings. Color specified at time of order: yellow, orange, blue, red or green.. 50' section, 3" North American Fire Hose (DB-800) or National Fire Hose (N-Dura) with 2-1/2" NH couplings. Color specified at time of order: yellow, orange, blue, red or green.. 50' section, Kracken EXO 1-3/4" hose w/permatek Clear Gold anodized aluminum 1-1/2" NH way out couplings. Color specified at time of order: yellow, orange, blue, purple, red or green.. 50' section, Kracken EXO 2-1/2" hose w/permatek Clear Gold anodized aluminum 2-1/2" NH way out couplings. Color specified at time of order: yellow, orange, blue, purple, red or green.. 1 1/2" gaskets for structural fire hose, package of 10 gaskets 2 1/2" gaskets for structural fire hose, package of 10 gaskets 3" gaskets for Storz couplings, package of 10 gaskets 5" gaskets for Storz couplings, package of 10 gaskets 25' section, 5" North American (TF-600-LDH) or National Fire Hose (TD) with 5" Storz couplings & synthetic liner. Color specified at time of order: yellow, orange, blue, red or green.. 50' section, 5" North American (TF-600-LDH) or National Fire Hose (TD) with 5" Storz couplings & synthetic liner. Color specified at time of order: yellow, orange, blue, red or green.. 100' section, 5" North American (TF-600-LDH) or National Fire Hose (TD) with 5" Storz couplings & synthetic liner. Color specified at time of order: yellow, orange, blue, red or green.. 20' section, 6" North American Soft Suction Hose with 6" Longhandle Female x 4-1/2" Longhandle Male Swivel. 10' section, 4.5" Kochek PVC, Clear lightweight Suction Hose with 4.5" NH lightweight couplings.. 10' section, 5" Kochek PVC, Clear Lightweight Suction Hose with 5" NH Lightweight Couplings. 10' section, 5" TFT PVC, Clear Lightweight Suction hose with long handle female coupling. TFT AM8HNT10. 10' section, 5" TFT PVC, Clear Lightweight Suction hose with Storz couplings. TFT AM4ST10. Company Name 19

33 j18 j19 j20 j21 j23 j24 j25 j26 10' section, 6" TFT PVC, Clear Lightweight Suction hose with long handle female coupling. TFT AM8HNX10. 10' section, 6" Kochek PVC, Clear Lightweight Suction Hose with 6" NH Lightweight Couplings. 10' Section 6" Kochek PVC, Clear, Lightweight, 6"/Stortz 3 Prong, Folding Long Handle. 10' Section 2 1/2" Kochek PVC, Clear Lightweight Suction Hose with 2 1/2" NH Lightweight couplings. Rapid Coil Hose Roller, MC40. 1" to 1 1/2" hose roller w/standard mounting bracket.. Rapid Coil Hose Roller, MC40. 1" to 1 1/2" hose roller w/trailer hitch mounting bracket.. Rapid Coil Hose Roller, MC /2" to 3" hose roller w/standard mounting bracket.. Rapid Coil Hose Roller, MC /2" to 3" hose roller w/trailer hitch mounting bracket.. k1 k2 k3 k4 SECTION k: TOOLS & VARIETY OF EQUIPMENT Kestrel 3000 Pocket Wind & Weather Meter, Kestral # Kestrel Replacement Battery, Kestral # Kestrel Replacement Impeller, Kestral # Kestrel 3000 Humidity Field Calibration Kit, Kestral # WolfPack Alpha-10 Fire Line Pack System, includes radio holsters, k5 flagging tape dispenser, battery pouch & 102 oz CamelBak water system #ALP-CB-2101-Bk. WolfPack Gear Low Profile Hydration Pack System w/102 oz CamelBak System, k6 #LPH-CB-1201-BK WolfPack Gear Web Gear Harness, #WEB-HR-1100-BK k7. WolfPack Gear Detachable Day Pack, # DDP-HR-2400-BK k8 ** NOTE: Detachable Day Pack mounts to Web Gear Harness or Hydration pack system. WolfPack Gear Flagging Tape Dispenser, # FTD-HR-3114-BK k9 k10 k11 V-Tab Bottle holder, #VTB-HR-3108-BK Web belt suitable for forestry fire shelter Company Name 20

34 k12 k13 Forestry specification 6" diameter Drip Torch. Forestry specification 6" diameter Drip Torch Truck Mounting Bracket. ** Forestry specification starter flares. Box of 72.. WolfPack Gear Phantom JR. Radio Harness, SKU# PJR-HR k14 (Single Radio Harness). WolfPack Gear Phantom Radio Harness, SKU# PRC-HR k15 (Two Radio Harness). Barricade Tape, "CAUTION," Black on Yellow, 3"W X 1000'L. k16. k17 Barricade Tape, "FIRELINE DO NOT CROSS," Black on Yellow, 3"W X 1000'L.. GSA Order k18 k19 k20 k21 k22 k23 k24 k25 k26 k27 k28 k29 k30 k31 k32 RT2-4002, Mic Keeper (Pin Mount) RT2-4422, Small Flashlight Retractor (Pin Mount) RT3-4423, Large Flashlight Retractor (Pin Mount) RT3-4483, Large Flashlight Retractor (Brass Snap Clip Mount) RT4-0042, Gear Keeper (Heavy Duty Snap Mount) 24" Bolt cutter, Zico #UCC-24 or equivalent 36" Bolt cutter, Zico #UCC-36 or equivalent Pike Pole - 6'-I-Beam Style Handle, ZICO. Pike Pole - 6'-I-Beam Style Handle in Hi-Viz orange, Leatherhead. #DBO-6AH-B. No expection Pike Pole - 8'-I-Beam Style Handle, ZICO. Pike Pole-10'-I-Beam Style Handle, ZICO. Pike Pole-10'-I-Beam Style Handle in Hi-Viz orange, Leatherhead. #DBO-10AH-B. Pike Pole-12'-I-Beam Style Handle, ZICO. Pike Pole-14'-I-Beam Style Handle, ZICO. Pike Pole - 6'-Featherlight Style, NUPLA. Company Name 21

35 k33 k34 k35 k36 k37 k38 k39 k40 k41 k42 k43 k44 k45 k46 k47 k48 k49 k50 k51 k52 k53 Pike Pole - 8'-Featherlight Style, NUPLA. Pike Pole-10'-Featherlight Style, NUPLA. Pike Pole-12'-Featherlight Style, NUPLA. Pike Pole-14'-Featherlight Style, NUPLA. Plaster Hook - Fiberglass Handle w/d-ring handle. ZICO Model CWH-32 or Leatherhead Hi-Viz PLO-3DH-D. Plaster Hook-4'-Fiberglass Handle, ZICO, NUPLA or Leatherhead w/d-ring handle. Plaster Hook-6'-Fiberglass Handle, ZICO, NUPLA or Leatherhead w/d-ring handle. Plaster Hook-6'-Fiberglass Handle, ZICO, NUPLA or Leatherhead without D-Ring Handle. Plaster Hook-8'-Fiberglass Handle, ZICO, NUPLA or Leatherhead w/d-ring handle. Plaster Hook-8'-Fiberglass Handle, ZICO, NUPLA or Leatherhead without D-Ring Handle. New York Hook, 6', Leatherhead # NYHL-6 in Hi-Viz.. Roof Vent (Trash Hook) 6' Pole w/d-ring Handle, NUPLA. Roof Vent (Trash Hook) 8' Pole w/d-ring Handle, NUPLA. Pike Pole Mounting Bracket--Chrome Side Mount, ZICO PPMBC-D and PPMBC-C or equal Pike Pole Mounting Bracket--Chrome Bottom Mount, ZICO PPMBC-C with PPMBC-B or equal Axe Mounting Bracket--Chrome holder and scabbard, Side Mount Axe Mounting Bracket--Chrome holder and scabbard, Bottom Mount Rubber Pick Guard (axe point cover) Hooligan SPF 30" single piece halligan-type bar, Paratech, Model Halligan Tool-30", ParaTech, Model Halligan Bar-30", Leatherhead, #LB-30. Company Name 22

36 k54 k55 k56 k57 k58 k59 k60 k61 k62 k63 k64 k65 k66 k67 k68 k69 k70 k71 k72 k73 k74 Halligan Bar-36", Leatherhead, #LB-36. Halligan Tool-36", ParaTech, Model Spartacus Bar-36", Leatherhead, #LH633. Halligan Tool Mounting Brackets (set of 2) ParaTech, Model or equal Halligan Tool, 36" ParaTech Model , Standard Claw, Spark Resistant. Halligan Tool, 36", Model , Metal Cutting Claw, Spark Resistant ParaTech. Pinch-Point Bar, 60", weight 18 lb., Elkhart Model 630 or Council Model 180 PP. Pry Axe with Metal Cutting Claw, ParaTech, #522T. Pry Axe with Standard Cutting Claw, ParaTech, #520T. Pry-Axe Tactical holster, Paratech, #506. Biel Tool, Paratech, #550T w/leather holster.. Stanley " FUBAR Forcible Entry tool. Channel Lock #87 mini-rescue Tool w/cable cutter. Channel Lock #88 6-n-1 Rescue Tool w/wire cutter.. Channel Lock #89 Rescue Tool w/cable cutter. Channel Lock RTHL Rescue Tool Hoster for #87, 88 & 89 tools. TNT Multi-Purpose (Denver) Tool, 35" long, 8.5 lb head. TN835-B.. TNT Multi-Purpose (Denver) Tool, 40" long, 8.5 lb head. TN835-B.. TNT Multi-Purpose (Denver) Tool Mounting Bracket Set. TNBRAC.. TNT Multi-Pupose (Denver) Tool Blade Cover Set. Cordura Nylon. TNBCS.. Super Rambar 35", Paratech, Model Company Name 23

37 k75 k76 k77 k78 k79 k80 k81 k82 k83 k84 k85 k86 k87 k88 k89 k90 k91 k92 k93 k94 k95 Fativan Fold-up Door Chock.. Forcible Entry A-Tool or 0-Tool. Forcible Entry K-Tool w/pouch. True North RIT Bag or equivalent. Holds SCBA, air hose, rope, plus additional pockets for tools. Rope bag is detachable. Quic-Axe SuperTool, Model QA-15-P with sheath. ZICO ONLY. NUPLAFLEX Dead Blow Mallet, 2.2 pound, Model SF-3 Nupla Blacksmith's 10 lb. Double Face Sledge Hammer, 32" Nuplaglass Handle w/sg grips. Model BD-10.. Leatherhead 10 lb Sledge w/ 36" Hi-Viz lime handle, #SLL Leatherhead 6 lb Hallway Sledge w/24" Hi-Viz lime handle, #SLL Nupla Flat Head Fire Axe, 36" Nuplathane Contoured Handle, 6 lb. Model NFP-6L. Leatherhead Flat Head Fire Axe, 36" straight handle in Hi-Viz orange, 6 lb., #FAO-6. Leatherhead Flat Head Fire Axe, 36" countoured handle in Hi-Viz yellow, 6 lb., #FAY-6. Leatherhead Flat Head Fire Axe, 36" straight handle in Hi-Viz Lime, 8 lb., #FAL-8. Nupla Flat Head Fire Axe, 36" Nuplathane Contoured Handle, 8 lb. Model NFP-8L.. Nupla Pickhead Fire Axe, 36" Nuplathane Contoured Handle, 6 lb. Model NAP-6L.. Leatherhead Pickhead Axe, 36" straight handle in Hi-Viz orange, 6 lb., #PAO-6. Nupla Pickhead Fire Axe, 36" Nuplathane Contoured Handle, 8 lb. Model NAP-8L.. Leatherhead Pickhead Axe, 36" contoured handle in Hi-Viz yellow, 8 lb., #PAY-8. Leatherhead Pickhead Axe, 36" straight handle in Hi-Viz Lime, 8 lb., PAL-8. Milwaukee 50" Hose Strap or equivalent Milwaukee 36" Hose strap or equivalent Company Name 24

38 k96 k97 k98 k99 k100 k101 k102 k103 k104 k105 k106 k107 k108 k109 k110 k111 k112 k113 k114 k115 k116 k117 Milwaukee Gripper Hose System, #GRP-57 or equivalent Milwaukee Irons Sling, #IRS-125 or equivalent Hose Strap 4' long with 1" tubular webbing. CL1 or equivalent. Hose strap 6' long with 1" tubular webbing. CL16 or equivalent. Hebert Hose Clamp--3" hose. Hebert Hose Clamp--3" hose Mounting Brackets. Hebert Hose Clamp--large diameter hose. Hebert Hose Clamp LDH Mounting Brackets. PVC Traffic Cone, 18" High, Florescent Orange. Each. PVC Traffic Cone, 18" High w/reflective collar. Florescent Orange. Each. PVC Traffic Cone, 28" High w/2 reflective collars. Florescent Orange. Each. Collapsable 18" Traffic Cone w/reflective collar & internal light. Package of 4. Collapsable 28" Traffic Cone w/2 reflective collars & internal light. Package of 4. Collapsable 18" Traffic Cone w/reflective collar, no internal light. Package of 4. Collapsable 28" Traffic Cone w/2 reflective collars, no internal light. Package of 4. Highway Flares, 30 minute, no spike, 36/case. Salvage Cover-12' x 18', Flame Resistant, Red Vinyl/Laminated, Lightweight, Waterproof Salvage cover patch kit consisting of 1 sq. yard red vinyl coated nylon, adhesive & brush. Salvage Cover--12' x 10' Canvas, Flame Resistant Salvage Carryall/Container - 6' x 8' with 12 oz, FR canvas, minimum of 8 handles (rope or strap). Runner Tarp - 3' wide X 18-20' long. Vinyl Runner Tarp - 3' wide x 18' long, Flame Resistant. Canvas Company Name 25

39 k118 k119 k120 k121 k122 k123 k124 k125 k126 k127 k128 k129 k130 k131 k132 k133 k134 k135 k136 k137 Waterous Ploto-STD (140 GPM) pump NST. Tempest Shadow Smoke Machine. Hose Adapter for Shadow, Tempest. Ducting Hose for Shadow, Tempest. Tempest shadow I smoke machine. Hose Adapter for Shadow I, Tempest. Ducting Hose for Shadow I, Tempest. Smoke Fluid, 4-liter bottle, Tempest. Quic-Choc Wheel Blocks AC-2, Large Choc, Weight 7.4 lbs. Sold individually. Quic-Choc Wheel Block Holder--Horizontal Holder Mount (Flat), QCH-2 for AC-2. Sold individually. Quic-Choc Wheel Block Holder-- Vertical Holder Mount (Side), QCH-22 for AC-2. Sold individually. Quic-Choc Folding-Wheel Block SAC-44, Weight 7.6 lbs. Sold Individually. Quic-Choc Folding choc holder-horizontal SQCH-44-H Sold Individually. Super Vac Smoke Ejector #P164SE 16", 15 amp, 5200 CFM, Explosion Proof. The hangers for Super Vac smoke ejectors. The door bar for hanging Super Vac smoke ejectors. Ventry 20" PPV Fan #20GX120 w/wheels & folding tow handle and articulated top safety light of 50w.. Ventry Low-pressure water Misting Ring Kit for 20" PPV Fan #20GX120. Positive Pressure Ventilator 18" Super Vac Model 718-G4-H with Vinyl Cover, PPV running board mounts. Honda Engine Approx. 16,000 CFM. Positive Pressure Ventilator 20" Super Vac Model 720-G4-H with Vinyl Cover, PPV running board mounts. Honda Engine Approx. 18,500 CFM. Company Name 26

40 k138 k139 k140 k141 k142 k143 Positive Pressure Ventilator 24" Super Vac Model 724-G4-H with Vinyl Cover, PPV running board mounts. Honda Engine Approx. 21,000 CFM. Positive Pressure Ventilator 30" Super Vac Model 730-G4-H with Vinyl Cover, PPV running board mounts. Honda Engine Approx. 27,000 CFM. Positive Pressure Electric Ventilator 20" Super Vac Model 720-EXP (explosion proof) with Vinyl cover, PPV running board mounts. Approx. 10,000 CFM. Positive Pressure Electric Ventilator 20" Super Vac Model 720-VR2 (variable speed) with Vinyl cover, PPV running board mounts. Approx. 14,500 CFM. Spiral duct attachment for 20" PPV, Super Vac Model 20x20 ADwBag. 20" X 20'.. Spiral duct extension for 20" PPV, Super Vac Model 20x20 BC1wBag. 20" X 20'.. Two-person rescue lifeline rope meeting NFPA 1983 (1995). Must be UL certified, be 1/2" or larger, be strength rated for 9,000 lbs. & have a melting point greater than 450 degrees F. k144.a a) Length of 150 feet k144.b b) Non-spliced length (block reel) of 1,500 feet k145 k146 k147 k148 k149 k150 k151 k152 k153 k154 CMC Rope Rescue Bag. P/N , Model #2. Blue. Holds 150'-to-200' of rope.. MS 460 R Stihl Magnum Rescue Saw w/depth limiter kit, special guide 20" guide bar & 3/8" RDR rescue saw chain. MS 460 R Stihl Magnum Rescue Saw w/#3944 (3/8" RDR) OILOMATIC 20" saw chain & 20" Ematic guide bar. MS 362 Q-C Stihl Chain Saw w/#3624 (3/8" RSC3) OILOMATIC 20" saw Chain & 20" Ematic guide bar. Stihl 3/8" RDR 20" chain for MS 460 R Stihl Magnum Rescue Saw. Stihl 3/8" RSC3 20" chain for MS362 Q-C Stihl Chain Saw. Percentage off published lists prices for parts used to maintain Stihl MS R 460, MS 362 Q-C & other stihl chain saws. Cutter's Edge CE807R Rotary Rescue Saw B1, 12" saw w/black lightning Blade.. Cutter's Edge CE807R Rotary Rescue Saw B1, 14" saw w/black lightning Blade.. Cutter's Edge CE807R Rotary Rescue Saw B1 Kit 14A, 14" saw w/complete field items, kit & diamond plate aluminum case.. Company Name 27

41 k155 k156 k157 k158 k159 k160 k161 k162 k163 k164 k165 k166 k167 k168 k169 k170 k171 k172 k173 k174 k175 Cutter's Edge Black Lighting Diamond Blade for 12" rotary saws. Cutter's Edge Black Lighting Diamond Blade for 14" rotary saws. Cutter's Edge Black Star Diamond Blade for 12" rotary saws. Cutter's Edge Black Star Diamond Blade for 14" rotary saws. Cutter's Edge 20" Multi-Cut Fire Rescue Saw with bullet chain & D8 guard/depth gauge. #CE2171RSD8A.. Cutter's Edge 20" Guide Bar for Multi-Cut Saws. #CE2063ST.. Cutter's Edge D8 guard/depth guage for 20" Multi-cut Fire Rescue Saw. #CE2100-D8KITA.. Cutter's Edge 20" Bullet Chain. #CEBUL66A. Cutter;s Edge 20" Multi-Cut Fire Rescue Saw Field Kit, 20" saw with complete field items, kit & diamond plate aluminum case. #CE2171MCKD8A.. Cutter's Edge 4-stage air filter for multi-cut fire rescue chainsaws. #CERU Cutter's Edge pre-filter cover for 4-stage air filter. #CEPW6571. Rescue Cathy 26" & 7 lbs, Simulaids, P/N Rescue Timmy 34" & 20 lbs, Simulaids, P/N Rescue Jennifer 4'1" & 38 lbs, Simulaids, P/N 1355SPEC. Carry/storage bag for adolescents, Simulaids, P/N Rescue Randy 5'5" 105 lbs., Simulaids, P/N IAFF Rescue Randy (additional reinforcement), 6'1" 165 lbs., Simulaids, P/N Carry/Storage Bag for 6'1" Rescue Randy, Simulaids, P/N PP2094. LiteTracker, Model G. Grace Industries. Lot of 10. SX-6000 LED Dura VisionPro clip-on light. SafetyLight Co. Lot of 50. Color of red, blue and/or clear specified with order. ZICO Walkaway Brackets for Ultralite II Air pack. Company Name 28

42 k176 k177 k178 k179 k180 k181 k182 k183 k184 k185 k186 k187 k188 k189 k190 Zico Model UHH-2 Helmet Holder. 1.5" Nozzle holder, chrome finished. Elkhart L-653, Akron 373 or QL-48Z. S. 2.5" Nozzle holder, chrome finished. Elkhart 635, Akron 373 or QL-48Z. S. 2.5" Female Mounting Plate. P/N FMP-47. NO EXECPTIONS 1.5" Coupling mount for double-female or reducer adapters. Zico CM1.5 or Sensible Products.. 1.5" coupling mounts for double-male adapter. Zico CM1.5 or Sensible Products.. 2.5" Coupling mount for double-female or reducer adapters. Zico CM2.5 or Sensible Products.. 2.5" Coupling mount for double-male adapter. ZICO CM2.5 or Sensible Products.. 3" Coupling mount for Storz connection. Zico or Sensible Products.. 4.5" Female coupling mount. Zico CM4.5 or Sensible Products.. 5" Female coupling mount. Zico CM5.0 or Sensible Products.. 6" Female coupling mount. Zico CM6.0 or Sensible Products.. 5" Storz coupling mount. Zico SCM-5 or Sensible Products.. Tool Mounting Systems--All part numbers & options. Provide standard percentage off current list price for all tool & equipment mounting products & kits. Performance Advantage Company. DSPA 5, Fire Intervention Tool w/case from E4Safety Products.. l1 l2 l3 l4 Section l: TESTING EQUIPMENT Akron Portable Flow Meter 9301, GPM & PSI measurements. and 2-cables (choice of 5', 10' or 20' selected per order).. Apparatus Flow test kit complete with NFPA required tips, mounted pitot gauge with carrying case. GFE Manufacturing. Delta Model HT-2000-SS Fire Hose Tester. 2 1/2" inlet & six outlets with 2 1/2" NH adapters. Delivers up to 800 psi. Pressure washer equipment complete for Delta Model HT-2000-SS Fire Hose Tester. Company Name 29

43 l5 l6 l7 l8 l9 l10 l11 l12 Pitot gauge, hand-held. Akron Style 30. Replacement pitot gauge blade for GFE unit.. Replacement pitot gauge blade for Akron Style 9015 unit.. Replacement pitot gauge blade for Akron Style 30 unit.. Pressure gauge, psi, 3.5" face with.25" NPT bottom mount. Akron Style 31. Pressure gauge, psi, 3.5" face with.25" NPT bottom mount. Akron Style 32. Cap gauge 1.5", psi,.25" NPT with petcock release. Akron Style 34.. Cap gauge 2.5", psi,.25" NPT with petcock release. Akron Style 34.. m1 m2 m3 m4 m5 m6 m7 m8 m9 m10 m11 SECTION m: MISCELLANEOUS S ESS Striketeam WF goggles for Bullard Wildfire helmet.. ESS Striketeam CF goggles for Bullard Advent A2 helmet. ESS Innerzone 2 goggles with snap-on/snap-off helmet mount system.. ESS Innerzone 3 goggles with wrap-around strap mount.. Air mask bag w/clip for attaching to bunker ring, Red Color. Ergodyne # Air Mask Bag, Red Color. EVAC #EP211 or ECMS. ESS goggle pouch, Red Color. EVAC #EP160 or ECMS.. Red Turnout Gear Bag w/four zippered exterior pockets & main compartment w/rough overall dimensions 30"L x 14"W x 16"H. Only 5.11, True North, Seco Gear, American Fire Wear or Total Fire Store. X-Large Red Turnout Gear Bag w/four zippered exterior pockets & main compartment w/rough overall dimensions 35"L x 14"W x 16"H. Only 5.11, True North, Seco Gear, American Fire Wear or Total Fire Store. X-Large Red Turnout Gear Bag w/two wheels. 24"L x 14"Wx 16"H main compartment w/8" x 14" x 16" side compartment. Ergodyne #GB5005W cubic inches.. Large Red 3-compartment turnout bag w/14"l main & two 8"L side compartments. Ergodyne #BG cubic inches. Company Name 30

44 m12 Wildand FF Gear Bag w/four zippered exterior pockets & main compartment w/overall dimensions 32"L x 17"W x 14"H. Only 5.11, True North, Seco Gear, American Fire Wear or Total Fire Store. n1 n2 n3 SECTION n: BULLARD THERMAL IMAGING CAMERS & ACCESSORIES Eclipse TI w/desktop charger, 2 batteries, control panel software system & instructions. Eclipse TI weighs 1.5 lbs w/battery. Eclipse TI Powerhouse charger for apparatus installation. Retractable strap for Eclipse, T3 & T4 imagers. n4 T3XT TI w/ac-dc battery charger, 2 batteries, carrying strap, interactive CD-ROM & instruction manual. T3 TI's weight 2.7 lbs w/battery/ T320 TI w/ac-dc battery charger, 2 batteries, carrying strap, interactive n5 CD-ROM & instruction manual. *Like T3XT, but double resolution to 320 x 240. T3MAX TI w/ac-dc battery charger, 2 batteries, carrying strap, interactive n6 CD-ROM & instruction manual. *Like T3XT, but thermal throttle allows targeted location of heat sources. T4 TI w/ac-dc battery charger, 2 batteries, carrying strap, interactive n7 CD-ROM & instruction manual. **Resolution of 320 x 240, wider screen (4.3"), 2x & 4x digital zoom, best color ** T4 imager weighs 3.75 lbs w/battery or 39% more than T3 imagers. NA n8 n9 n10 n11 n12 n13 n14 n15 n16 n17 T3 & T4 TI Powerhouse charger for apparatus installation. NiMH rechargeable battery for MX TI. NiMH rechargeable battery for Eclipse TI.. NIMH rechargeable battery for T3 & T4 TI's. Alkaline battery holder for T3 & T4 TI's.. SceneCatcher System handle for T3 & T4 TI digital video & pictures. Download through USB. Can be integrated with transmitter system.. MobileLink for T3 & T4 TI. Handheld unit allows mobile viewing of transmitted TI video.. TacPort coverts T3 & T4 TI to a fixed position surveillance unit. TacPort attachment provides video-out & auxiliary power ports.. Glare Shield for T3 & T4 TI units. Eliminates glare for dayight operations.. Retrofit for Eclipse cameras: Relative heat indicator (numeric display). #ECLNTD.. Company Name 31

45 n18 n19 Retrofit for Eclipse cameras: Relative heat indicator (bar graph display). #ECLRHI.. Retrofit for Eclipse cameras: High heat colorization of black/white display. #ECLHHC.. Must be done with n17 or n18. o1 o2 o3 o4 o5 o6 o7 o8 SECTION o: PROTECTIVE HOODS. Honeywell MaskMate Hood: HD MM, full drape, HTC carbon blend hood. Honeywell MaskMate Hood: HD MM, full drape, Nomex lined/p-84 winter hood. PGI Cobra Ultimate Carbon Shield X-long hood, PN PGI Cobra Carbon Shield Elite Hood, PN PGI King Cobra Classic carbon hood w/bib, sure fit, PN SF. Off-Road, Extreme Balaclava w/hot rox heat exchanger for airway protection. For use with open-face helmets only. Ergodyne # Off-Road, 3-layer extreme weather liner & neck protector. For use with open-face & closed-face helmets. Ergodyne #6952. Off road, Wind-proof hinged balaclava. For moderate conditions with openfaced & clsed-faced helmets. Ergodyne # p1 p2 p3 p4 p5 p6 p7 SECTION p: HELMETS & REPLACEMENT S. Bullard LT Structural Fire Helmet with quick-attach 4" faceshield & standard features. Color options shall be white, red, yellow & blue and will be specified with orders. Bullard LT Structural Fire Helmet with quick-attach 4" faceshield & standard features, plus TrackLite system mounted. Color options shall be white, red, yellow & blue and will be specified with orders. Bullard LT Structural Fire Helmet with quick-attach ESS goggles & standard features. Color options shall be white, red, yellow & blue and will be & blue and will be specified with orders. Bullard LT Structural Fire Helmet with quick-attach ESS goggles & standard features, plus TrackLite system mounted. Color options shall be white, red, yellow & blue and will be specified with orders. Full inner liner system for Bullard LT structural helmet.. 4" faceshield for Bullard LT structural helmet, #R333.. Quick-Attach Faceshield Hardware for Bullard LT helmet, #R154.. Company Name 32

46 p8 p9 p10 p11 p12 p13 p14 p15 p16 p17 p18 p19 p20 p21 p22 p23 p24 Quick-Attach Goggle Hardware for Bullard LT helmet, #R155. Quick-Attach ESS goggles for Bullard LT helmet, #IZ4.. Nomex ear/neck cover for Bullard LT helmet, #R721. Standard chinstrap for Bullard LT helmet, #R142. Ratchet headband w/brow pad for Bullard LT helmet, #R624. Brow Pad for ratchet headband for Bullard LT helmet, #R634.. Paul Conway Legacy 5 helmet w/4" APES faceshield & spring-loaded Safety-Set brackets. Color options shall be white, red, yellow & blue, and will be specified with orders.. 4" APES faceshield for the Legacy 5 helmet. Spring-loaded Safety-Set brackets for the Legacy 5 helmet. ESS goggles for the Legacy 5 helmet.. Honeywell EV1 modern helmet w/e-z touch. Options specified w/order: Color (yellow, red or white) & 10 trapezoids 3M Scotchlite 2-tone (lime or orange). Honeywell EV1 modern helmet w/e-z touch & 4" APEC faceshield. Options specified w/order: Color (yellow, red or white) & 10 trapezoids 3M Scotchlite 2-tone (lime or orange). Honeywell EV1 modern helmet w/e-z touch & ESS goggles. Options specified w/order: Color (yellow, red or white) & 10 trapezoids 3M Scotchlite 2-tone (lime or orange). Pelican #760 Universal Stainless Steel Helmet Mount. Blackjack flashlight holder for modern style firefighter helmets. Model BJ001, BJ002 & BJ003 for variety of lights. See for mount-light options to select before ordering. Bullard USTM traditional helmet w/4" hard-coated faceshield. Options specified w/order: Color (black or white) & Scotchlite striping (lime or red-orange).. Bullard USTM traditional helmet w/ess goggles. Options specified w/order: Color (black or white) & Scotchlite striping (lime or red-orange).. Company Name 33

47 p25 p26 p27 p28 p29 p30 p31 p32 p33 p34 p35 Honeywell EV1 traditional helmet w/e-z touch. Options specified w/order: Color (black or white) & 10 trapezoids 3M Scotchlite 2-tone (lime or orange). Honeywell EV1 traditional helmet w/e-z touch & 4" APEC faceshield. Options specified w/order: Color (black or white) & 10 trapezoids 3M Scotchlite 2-tone (lime or orange). Honeywell EV1 traditional helmet w/e-z touch & ESS goggles. Options specified w/order: Color (black or white) & 10 trapezoids 3M Scotchlite 2-tone (lime or orange). Replacement items for Honeywell modern & traditional helmets. Percentage reduction from list prices for these items. Bullard Wildfire Cap-Style helmet with ESRTSL ratchet. Model FH911CR with regular nomex ear/neck protector. Color specified with orders.. Bullard Wildfire Hat-Style helmet with ESRTSL ratchet. Model FH911HR with regular nomex ear/neck protector. Color specified with orders.. ESRTSL ratchet suspension replacement system for FH911CR and FH911HR helmets.. Goggle slips for FH911CR and FH911HR helmets.. Replacement nomex ear/neck protector for FH911CR and FH911HR helmets.. Bullard Advent A2 Rescue/EMS helmet (3-point chin strap) with 4" faceshield, mounting hardware & ratchet assembly. Color specified with orders.. Bullard Advent A2 Rescue/EMS helmet (3-point chin strap) with ESS goggles & ratchet assembly. Color specified with orders.. p/36 4" faceshield for Bullard Advent A2 helmet.. p37 p38 q1 q2 q3 Faceshield mounting hardware kit for Bullard Advent A2 helmet.. Sure-Lock ratchet headband for Bullard Advent A2 helmet.. SECTION q: REPLACEMENT S FOR OTHER HELMETS Full inner liner system for Bullard PX structural helmet.. 4" faceshield for Bullard PX structural helmet.. Nomex ear/neck cover for Bullard PX structural helmet.. Company Name 34

48 q4 q5 q6 q7 q8 q9 q10 q11 q12 q13 q14 q15 q16 q17 q18 q19 q20 Chinstrap for Bullard PX structural helmet.. Ratchet headband for Bullard PX structural helmet.. For Conway Legacy 4 helmet, 4" waterguard faceshield.. For Conway Legacy 4 helmet, Faceshield mounting hardware.. For Conway Legacy 4 helmet, Nomex chinstrap with quick release.. For Conway Legacy 4 helmet, Padded ratchet suspension.. For Conway Legacy 4 helmet, Overhead (ball cap) suspension.. For Conway Legacy 4 helmet, Standard headband.. For Conway Legacy 4 helmet, Ear/neck protector.. For Conway Legacy 4 helmet, 4" faceshield springs.. For Cairns 360S, 4" PC hard-coated faceshield.. For Cairns 360S, Faceshield mounting hardware.. For Cairns 360S, Nomex QRB chinstrap.. For Cairns 360S, Ratchet headband system.. For Cairns 360S, Overhead suspension system.. For Cairns 360S, Standard flannel headband.. For Cairns 360S, Ear/neck protector.. r1 r2 r3 r4 SECTION r: FIRE BOOTS. Boot sizes will be specified with orders.. Ranger Series " rubber, shoe-fit structural boots. (Structural) Pro-Warrington Wildland leather boots, 8", plain toe, Model (Wildland) Haix 8" Nebraska off-road & wildfire boots, brown. # No eception. Lion Marshall 14" Structural Firefighter Pull-On boots.. Company Name 35

49 r5 r6 r7 r8 r9 r10 r11 r12 r13 r14 r15 r16 r17 r18 r19 r20 r21 s1 s2 s3 Pro-Warrington Model 4200 Structural hybrid boots. Haix 11" structural Fire Hero Xtreme boots. Specify Men or Women sizing. # Globe Men's Structural Supreme 14" Pull-On boots.. Globe Women's Structural Supreme 14" Pull-On boots. Globe Men's Structural Supreme 14" Pull-On boots, Wide.. Globe Women's Structural Supreme 14" Pull-On boots, Wide. Globe Men's Technical Series 10" Zipper/SpeedLace boots.. (Tech Rescue, Wildland, EMS & Liquid Splash) Globe Women's Technical Series 10" Zipper/SpeedLace boots.. (Tech Rescue, Wildland, EMS & Liquid Splash) Pro-Warrington 10" Zip-Up Leather boots, Model (EMS & Wildland) Pro-Warrington 8" Lace-Up Leather boots, Model (EMS, Wildland & TechRescue) Haix 8" Airpower R1 zipper/speedlace boots. Specify men or women sizing. # (Station, EMS, Rescue) Haix 8" Airpower R90 boots. Specify men or women sizes. #xxxxxxx (Station, EMS, Rescue) Globe 10' Zipper for Technical 10" Zipper/SpeedLace boots. Boot size(s) must be included with order. Globe boot footbeds--regular Fit--for all Globe boots. Boot size(s) must be included with order. Globe boot footbeds--snug Fit--for all Globe boots. Boot size(s) must be included with order. Ice-cleats, one-piece ice traction cleats, flexible to -40F. Ergodyne #6310. No excepton Ice-cleats, strap-on heal ice traction cleats (for vehicle drivers). Ergodyne # SECTION s: GLOVES. Sizes will be specified with orders. Shellby FDP 3.5+ oz Elk hide with Gore RT7100 liner, guantlet style, Model 5282G. (Structural) Shellby FDP 3.5 oz. Tanned Koala gloves with Kevlar/Nomex back, gauntlet style, Model (Structural) Shellby FDP 3.5 oz. Tanned Koala gloves with wristlet, Model (Structural) Company Name 36

50 s4 s5 s6 s7 s8 s9 s10 s11 s12 s13 s14 s15 s16 Shelby FDP 3.5 oz. Tanned Koala gloves, gauntlet style, Model (Structural) American Firewear Super Glove, Model GL-SGKCG, Style Regular or Cadet and sizes specified with orders. (Structural) Dragon Fire Alpha Structural FF Glove, guantlet style w/kovenex. Model #G801. Fireman's Shield.. Dragon BBP/Rescue Glove, guantlet style w/kovenex. Model #G303. Fireman's Shield--Both BBP & flash fire protection.. Dragon Extrication Tru-Fit Glove. Model #201. Fireman's Shield--flash fire protection.. Honeywell Hi-Viz Kevlar lined glove, gaunlet stlyle. Model GL-UTL-HVK. Ergodyne Performance BBP/rescue glove, guantlet style with Out Dry. Lime/black. Ergodyne #730OD. Ergodyne fire & rescue glove, gaunlet style. Gray/black. Ergodyne #740. Ergodyne rescue gloves, gauntlet style. Black/tan. Ergodyne #750. Shelby #2515, General purpose rescue gloves, goatskin w/vented back, knuckle guard & Velcro closure.. Shelby #2516, Technical & Rope rescue gloves, same as #2515 w/an additional layer of goatskin on palm/thumb for enhanced grip, durability & hand protection.. Shelby #2533, Wildfire & Utility gloves, pigskin.. American Firewear Model 3450 utility & wildfire gloves. t1 t2 t3 t4 SECTION t: STATION & WILDLAND CLOTHING. Sizes specified with orders. Garments meeting NFPA 1977 are approved as wildland & station clothing Garments meeting NFPA 1975 are approved as station clothing Coats meeting NFPA 1999 provide BBP protection Supply Cache StrikeForce Gear Brush Shirt, 6 oz, Nomex IIIA. Color Red (# ) or Khaki (# ) specified at order. NFPA Lion BDU attack shirt w/4 semi-bellows pockets, 4.5 oz, Nomex IIIA. long sleeve, Navy. #BDU PGI Fireline Overpants, 6 oz Nomex, yellow. #4003N. NFPA PGI Fireline Overpants, 7 oz Advance, yellow. #4003A. NFPA Company Name 37

51 t5 t6 t7 t8 t9 t10 t11 t12 t13 t14 t15 t16 t17 t18 t19 t20 t21 t22 t23 t24 Supply Cache "Type I" StrikeForce Gear Comfort Fit wildland pant, 7.5 oz Advance Fabric, Color Khaki (# ). NFPA Supply Cache StrikeForce Gear wildland pant, 7.0 oz Advance Fabric, Color Khaki (# K). NFPA 1977 Cascade FE Strike Team wildland pant, 7.0 oz Advance Farbic. Color Navy (#50190N) or Khaki (#50190T). NFPA Cascade FE Strike Team wildland pant, 7.5 oz Nomex. Color Navy (#50189N). NFPA Workrite Dual Compliant Cargo-Pocket Pant, 7.5 oz Nomex, Color Dark Navy. #482NX-75. NFPA 1975 & Blauer FR 6-pocket Cargo Trouser, 10.0 oz Nomex. Color Dark Navy. #8210N. NFPA Blauer 6-pocket EMT Cargo pant, 15.0 oz Cotton, Color Dark Navy. #8215. NFPA Station Cargo Pant w/tunnel waistband, 8.25 oz Cotton, Color Fire Navy. M = 74311; W = Blauer 6-pocket EMT Cargo Shorts, 15 oz Cotton, Color Dark Navy. # Lion Medic 1 EMS Shorts, 7.5 oz Cotton, Color Dark Navy. #0148PKT-20. NFPA Blauer Job shirt with 1/4 Zip Collar, 12.5 oz Cotton, Color Black or Navy. #4630X. Two chest pockets Job Shirt with 1/4 zip collar (#72314), denim collar (#72301) or canvas collar (#72321), 11.6 oz (82% Cotton, 18% Fleece), Color Fire Navy. One chest radio pocket.. Blauer Station shirt, Long sleeve, 7.5 oz Nomex, Color Dark Navy. #8203N. NFPA Blauer Station shirt, Short sleeve, 7.5 oz Nomex, Color Dark Navy. #8213N. NFPA Lion Battalion Style Station shirt, Long sleeve, 4.5 oz Nomex. Color Navy. #1457LS-00. NFPA Lion Battalion Style Station shirt, Short sleeve, 4.5 oz Nomex. Color Navy. # NFPA Workrite Fire Chief Style Station shirt, Long sleeve, 4.5 oz Nomex. Snap Closures. M = 705NX-45: W = 706NX-45. NFPA Workrite Fire Chief Style Station shirt, Short sleeve, 4.5 oz Nomex. Snap Closures. M = 700NX-45: W = 701NX-45. NFPA Workrite Western FF Station shirt, Long Sleeve, 4.5 oz Nomex. Snap Closures. M = 745NX-45; W = 746NX-45. NFPA Workrite Western FF Station shirt, Short Sleeve, 4.5 oz Nomex. Snap Closures. #740NX-45. NFPA Company Name 38

52 t25 t26 t27 t28 t29 t30 t31 t32 t33 t34 t35 t36 t37 t38 t39 t40 t41 t42 Blauer Station shirt, Long sleeve, 12.0 oz Cotton, Dark Navy. #8255. NFPA Blauer Station shirt, Short sleeve, 12.0 oz Cotton, Dark Navy. #8256. NFPA Station shirt, Long sleeve, 5.8 oz Cotton. Colors Navy, Blue, White M = 46123; W = Station shirt, Short sleeve, 5.8 oz Cotton. Colors Navy, Blue, White M = 46122; W = Lion Bravo Style Station shirt, Long Sleeve, 6.25 oz Cotton. Color specified Navy, Blue, White w/orders. #0227. NFPA Lion Bravo Style Station shirt, Short Sleeve, 6.25 oz Cotton. Color specified Navy, Blue, White w/orders. NFPA Professional Polo, Long sleeve, 6.8 oz Cotton. Variety of Colors. # Professional Polo, Short sleeve, 6.8 oz Cotton. Variety of Colors. M = 41060; W = Tactical Polo, Long Sleeve, 6.0 oz Cotton. Variety of Colors. Mic loops & sleeve pocket. # Tactical Polo, Short Sleeve, 6.0 oz Cotton. Variety of Colors. Mic loops & sleeve pocket. # Lion Station Polo, Short sleeve w/sleeve pen pockets & mic tabs, 6.0 0z cotton. Colors white, blue or gray specified with order. # NFPA Workrite Tecasafe Polo Shirt, long sleeve, w/sleeve pen pocket & shoulder mic welt pockets. 6.7 oz tecasafe fabric, Navy. #262TK67NB. NFPA Workrite Tecasafe Polo Shirt, short sleeve, w/sleeve pen pocket & shoulder mic welt pockets. 6.7 oz tecasafe fabric, Navy. #263TK67NB. NFPA Blauer Cotton Polo, short sleeve. Variety of Colors. Centered mic tab & sleeve pocket. #8136. Specify length as regular or tall.. Blauer t-shirt, Short sleeve, 5.6 oz, 90% Cotton & 10% Lycra. Colors Black, Navy, Khaki, White. #8120X.. Blauer Duty t-shirt, Short sleeve, 11.0 oz Cotton. Color Navy. # Blauer Duty t-shirt, Long sleeve, 11.0 oz Cotton. Color Navy. # Blauer Turtleneck shirt, Long Sleeve, 12.0 oz, Cotton 90% & Lycra 10%. Color Dark Navy. #8100X.. Company Name 39

53 t43 t44 t45 t46 t47 t48 t49 t50 t51 t52 t53 t54 t55 t56 t57 t58 t59 t60 Blauer Mock Turtleneck shirt, Long Sleeve, 12.0 oz, Cotton 90% & Lycra 10%. Color Dark Navy. #8110X Professional t-shirt w/chest pocket, Short sleeve, 6.0 oz Cotton. Color Navy. # Professional t-shirt w/sleeve pocket, Short sleeve, 6.0 oz Cotton. Color Navy. # Professional t-shirt w/sleeve pocket, Long sleeve, 6.0 oz Cotton. Color Navy. # Station Wear t-shirt, Long sleeve, 6.0 oz Cotton. Color Navy. # Lion Crew Neck t-shirt w/chest pocket, Short sleeve, 6.0 oz Cotton. Color Navy. #0430NV-00. NFPA PGI Fireline Coat, 6 oz Nomex, yellow. #4002N. NFPA PGI Fireline Coat, 7 oz Advance, yellow. #4002A. NFPA Crew Boss Fire-Rescue Coat, 7.0 oz Advance Blue/7.0 oz Advance Yellow. NFPA Crew Boss FLINB linner for Fire-Rescue Coat. Blauer Station Jacket, 12.0 oz Cotton Duck w/6.0 oz liner. Color Dark Navy. # Big Horn Jacket, Synthetic fabrics. Color Navy. # Lion Action Line Jacket w/liner, 65% Cotton & 35% synthetic. Color Navy. # & liner # Blauer 3-Season Coat, Uniform Type Station, Synthetic fabrics w/liner. Color Dark Navy. # Sabre Jacket, Synthetic fabrics. Several Colors. # Responder Parka, Synthetic fabrics. Colors Black, Navy, Blue w/reflective tape. # Heavy coat. Blauer EMS/Resue Coat, Synthetic fabrics w/crosstech. Navy/Yellow or Red/Navy. #9840Z. NFPA Heavy Coat. Blauer EMS/Resue Coat, Synthetic fabrics w/crosstech. Color Dark Navy w/reflective piping & radio pocket. #9845Z. NFPA Heavy Coat. Bid Form Continues in the Following One (1) Page Company Name 40

54 FORM (Continued) SOLICITATION B Furnish Emergency Services Equipment Having carefully examined the Invitation to Bid and Bid Specifications to Furnish Emergency Services Equipment, for use by the Matanuska-Susitna Borough, the undersigned hereby proposes to furnish the items or services listed. Each item is warranted for the intended use and is priced F.O.B Destination, to the Matanuska-Susitna Borough, Palmer (99645) or Wasilla (99654) Alaska as identified by individual Purchase Order. Prices bid will be guaranteed from the date the contract is executed through December 31, Prices bid must be inclusive of all labor, materials, shipping and other associated costs as may be applicable. By signing below, the Bidder is hereby certifying to the following 1. The Bidder has carefully examined the bid documents for solicitation number #13-065B, entitled, Furnish Emergency Services Equipment and agrees to perform all specified services for the sum(s) provided above. 2. The individual signing below, or the firm association or corporation of which they are a member, has not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with this solicitation. 3. The individual signing below is authorized by the firm association or corporation to bind such association or corporation to a legal contract. 4. The individual signing below, or the firm association or corporation of which they are a member, is not debarred or suspended from doing business with the Matanuska-Susitna Borough. 5. They are acknowledging receipt of the following Addenda Numbers (if no addenda have been issued, either leave blank or write N/A ): Addenda numbers being acknowledged: Company Name Mailing Address City, State and Zip Code Contact Person (printed or typed) Phone Number Facsimile Number It shall be the responsibility of the Bidder to see that their bid is received at or before the date and time fixed for opening. Date Signature Printed (or typed) Name Title (printed or typed) Address To be considered responsive, Bidders should include the following with their bid: Signed Bid Form (acknowledging Addenda if applicable) Descriptive Literature (when required)

55 SECTION IV SAMPLE AGREEMENT

56 350 East Dahlia Avenue Palmer Alaska Seller: Seller Name Seller Address Seller City, State & Zip Code Seller Point of Contact Seller Phone/Seller Facsimile Project Name: Furnish Emergency Services Equipment Project Number: B Contract Number: Contract Type: Basic Ordering Agreement Contract Value: Not to exceed $100, RECITALS THIS CONTRACT AGREEMENT, made and entered into this day of, 2013 by and between the Matanuska-Susitna Borough, hereinafter known as Buyer and, licensed and qualified to do business in the State of Alaska, hereinafter called Seller. WHEREAS, Buyer has a requirement for the goods specified in the Invitation to Bid #13-065B, entitled Furnish Emergency Services Equipments; and WHEREAS, the Buyer desires Seller to provide and the Seller represents that it is ready, able and qualified to provide the Supplies in connection with such solicitation. NOW, THEREFORE, for and in consideration of the terms, covenants, conditions, and provisions contained herein, and/or attached hereto and made a part hereof, and for the material promises exchanged between the parties, the parties hereby agree as follows: PRECEDENCE AND CONTRACT CONTENTS: The Contract consists of the following sections, which, in the event of a conflict among the terms of the various Contract sections, shall be construed in the order of precedence concurrent with the order in which they are set forth below: CONTRACT CONTENTS Specific Contract Requirements, including Exhibits A and B Contract Terms and Conditions Attachments o Exhibit A Specifications o Exhibit B Bid Form The following documents are hereby incorporated by reference and made a part of this Contract.

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

INVITATION TO BID PURCHASING DEPARTMENT P.O. BOX NORTH ASHLEY ST. VALDOSTA, GEORGIA #LC Amy Woods, Finance Department INVITATION TO BID PURCHASING DEPARTMENT P.O. BOX 1349 327 NORTH ASHLEY ST. VALDOSTA, GEORGIA 31601 #LC-2018-6305 FOR: New Equipment for Engine 10 OPENING DATE: May 31, 2018 TIME: 10:00 am EST Amy Woods,

More information

QTY DESCRIPTION ALL PER ATTACHED SPECIFICATIONS UNIT PRICE

QTY DESCRIPTION ALL PER ATTACHED SPECIFICATIONS UNIT PRICE CITY OF HUTCHINSON BID FORM Please quote your delivered prices to the City of Hutchinson on items or services listed below. Consult attached minimum and general specifications for requirements. This is

More information

CITY OF HUTCHINSON SEALED BID FORM Page 1 of 3

CITY OF HUTCHINSON SEALED BID FORM Page 1 of 3 CITY OF HUTCHINSON SEALED BID FORM Page 1 of 3 Please quote your delivered prices to the City of Hutchinson on items or services listed below. Consult attached minimum and general specifications for requirements.

More information

City of Portsmouth Portsmouth, New Hampshire Department of Public Works. New Trailer Mounted Fully Functional Hot and Cold Water Hydro Jetter

City of Portsmouth Portsmouth, New Hampshire Department of Public Works. New Trailer Mounted Fully Functional Hot and Cold Water Hydro Jetter City of Portsmouth Portsmouth, New Hampshire Department of Public Works Bid# 06-19 New Trailer Mounted Fully Functional Hot and Cold Water Hydro Jetter INVITATION TO BID Sealed bid proposals, plainly marked

More information

The Town of Bridgetown Pumper- Tanker Specifications & Instructional Document. Tender ID #

The Town of Bridgetown Pumper- Tanker Specifications & Instructional Document. Tender ID # The Town of Bridgetown Pumper- Tanker Specifications & Instructional Document Tender ID #03022015 GENERAL The Town of Bridgetown is tendering for a Pumper-Tanker to complement its emergency fleet. The

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS 11/21/2011 HENNEPIN COUNTY PURCHASING INSTRUCTIONS TO BIDDERS TABLE OF CONTENTS 1. DEFINITIONS...1 2. BIDDER'S PREBID DOCUMENT REVIEW...2 2.1. Availability of Documents 2 2.2. Interpretation or Correction

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS 1.0 DEFINITIONS. Terms used in these Instructions to Bidders and the Notice Inviting Bids have the meanings assigned to them in the General Conditions, 007000. The term "Bidder" means one who submits a

More information

CITY OF LOS BANOS PUBLIC WORKS DEPARTMENT INVITATION FOR SEALED BIDS PROPOSAL FOR THE PURCHASE OF ONE NEW 2018/2019 MODEL BRUSH CHIPPER

CITY OF LOS BANOS PUBLIC WORKS DEPARTMENT INVITATION FOR SEALED BIDS PROPOSAL FOR THE PURCHASE OF ONE NEW 2018/2019 MODEL BRUSH CHIPPER CITY OF LOS BANOS PUBLIC WORKS DEPARTMENT INVITATION FOR SEALED BIDS PROPOSAL FOR THE PURCHASE OF ONE NEW 2018/2019 MODEL BRUSH CHIPPER City of Los Banos Public Works Department 411 Madison Avenue Los

More information

City of Waukegan 100 N. Martin Luther King Jr. Ave. Waukegan, IL (847) (847) fax BID DOCUMENTS FOR OUTDOOR WARNING SIREN SYSTEM

City of Waukegan 100 N. Martin Luther King Jr. Ave. Waukegan, IL (847) (847) fax BID DOCUMENTS FOR OUTDOOR WARNING SIREN SYSTEM City of Waukegan 100 N. Martin Luther King Jr. Ave. Waukegan, IL 60085 (847)599-2513 (847)360-9744 fax BID DOCUMENTS FOR OUTDOOR WARNING SIREN SYSTEM BID OPENING: July 5 th, 2017 TABLE OF CONTENTS 1) NOTICE

More information

CITY OF LOS BANOS PUBLIC WORKS DEPARTMENT INVITATION FOR SEALED BIDS PROPOSAL FOR THE PURCHASE OF ONE NEW 2016/2017 MODEL PNEUMATIC COMPACTOR

CITY OF LOS BANOS PUBLIC WORKS DEPARTMENT INVITATION FOR SEALED BIDS PROPOSAL FOR THE PURCHASE OF ONE NEW 2016/2017 MODEL PNEUMATIC COMPACTOR CITY OF LOS BANOS PUBLIC WORKS DEPARTMENT INVITATION FOR SEALED BIDS PROPOSAL FOR THE PURCHASE OF ONE NEW 2016/2017 MODEL PNEUMATIC COMPACTOR City of Los Banos Public Works Department 411 Madison Avenue

More information

INSTRUCTIONS TO BIDDERS Thermal Imaging Camera and Equipment

INSTRUCTIONS TO BIDDERS Thermal Imaging Camera and Equipment INSTRUCTIONS TO BIDDERS Thermal Imaging Camera and Equipment Mountain View Fire and Rescue District is the entity issuing this invitation for bids. The District is a municipal corporation and political

More information

Total Cost per Unit and Wall Mount including Installation Total Cost per Unit and Wall Mount not including Installation

Total Cost per Unit and Wall Mount including Installation Total Cost per Unit and Wall Mount not including Installation *** Invitation to Submit a Bid Proposal for Taylorsville Elementary School s LED Full HD Interactive Multi-Touch Flat Panel Display for 55 (Fifty-five) Units*** The Spencer County Board of Education is

More information

INVITATION FOR BID BID NO FOR: FIRE HOSE, NOZZLES AND TOOLS COMMODITY CODE:

INVITATION FOR BID BID NO FOR: FIRE HOSE, NOZZLES AND TOOLS COMMODITY CODE: Mark A. Cowart Chief Information Officer 2222 M Street Merced, CA 95340 (209) 385-7331 (209) 725-3535 Fax www.co.merced.ca.us Equal Opportunity Employer Issue Date: December 22, 2008 THE COUNTY OF MERCED

More information

( X ) INVITATION FOR BID VENDOR: BID OPENING:

( X ) INVITATION FOR BID VENDOR: BID OPENING: WICOMICO COUNTY PURCHASING DEPARTMENT 125 N. DIVISION STREET, ROOM 205 SALISBURY, MARYLAND 21801 ( X ) INVITATION FOR BID PROJECT: Two (2) 2014 Service Trucks w/ Crane DEPARTMENT: Public Works Solid Waste

More information

Ø mm. SYSTEM KAN-therm. High quality for reasonable price TECHNOLOGIA SUKCESU ISO 9001

Ø mm. SYSTEM KAN-therm. High quality for reasonable price TECHNOLOGIA SUKCESU ISO 9001 Ø 16 110 mm SYSTEM KAN-therm PP High quality for reasonable price TECHNOLOGIA SUKCESU System KAN-therm PP - assortment pipe PN10 (S5/SDR11) GROUP: L 20 1,9 1229 202002 04000120 4/200 m 25 2,3 1229 202004

More information

INVITATION FOR BID BID NO FOR: FIRE HOSE, NOZZLES AND TOOLS COMMODITY CODE:

INVITATION FOR BID BID NO FOR: FIRE HOSE, NOZZLES AND TOOLS COMMODITY CODE: Mark A. Cowart Chief Information Officer 2222 M Street Merced, CA 95340 (209) 385-7331 (209) 725-3535 Fax www.co.merced.ca.us Issue Date: April 21, 2010 Equal Opportunity Employer THE COUNTY OF MERCED

More information

CITY OF FLINT FINANCE DEPARTMENT - DIVISION OF PURCHASES AND SUPPLIES

CITY OF FLINT FINANCE DEPARTMENT - DIVISION OF PURCHASES AND SUPPLIES CITY OF FLINT FINANCE DEPARTMENT - DIVISION OF PURCHASES AND SUPPLIES City Hall 1101 S. Saginaw Street, M203 Flint, Michigan 48502 (810) 766-7340 FAX (810) 766-7240 www.cityofflint.com TDD 766-7120 Dr.

More information

Bid Chevrolet Silverado 2500HD 4WD Crew Cab 167.7" Work Truck INVITATION TO BID

Bid Chevrolet Silverado 2500HD 4WD Crew Cab 167.7 Work Truck INVITATION TO BID City of Portsmouth Portsmouth, New Hampshire Fire Department Bid 23-14 2014 Chevrolet Silverado 2500HD 4WD Crew Cab 167.7" Work Truck INVITATION TO BID Sealed bid proposals, plainly marked City of Portsmouth

More information

INVITATION FOR BID BID NO FOR: FIRE HOSE, NOZZLES AND TOOLS

INVITATION FOR BID BID NO FOR: FIRE HOSE, NOZZLES AND TOOLS Mark A. Cowart Chief Information Officer 2222 M Street Merced, CA 95340 (209) 385-7331 (209) 725-3535 Fax www.co.merced.ca.us Equal Opportunity Employer Issue Date: March 3, 2011 THE COUNTY OF MERCED DEPARTMENT

More information

DOCUMENTS TABLE OF CONTENTS. 1. Instructions to Bidders 2. Specifications 3. City and Borough of Sitka Standard Terms and Conditions 4.

DOCUMENTS TABLE OF CONTENTS. 1. Instructions to Bidders 2. Specifications 3. City and Borough of Sitka Standard Terms and Conditions 4. DOCUMENTS TABLE OF CONTENTS 1. Instructions to Bidders 2. Specifications 3. City and Borough of Sitka Standard Terms and Conditions 4. Bid Form INSTRUCTIONS TO BIDDERS SITKA, ALASKA 1. Bidders shall submit

More information

SECTION INSTRUCTIONS TO BIDDERS

SECTION INSTRUCTIONS TO BIDDERS ARTICLE 1 DEFINED TERMS SECTION 00200 INSTRUCTIONS TO BIDDERS 1.01 TERMS USED IN THESE INSTRUCTIONS TO BIDDERS WILL HAVE THE MEANINGS INDICATED IN THE GENERAL CONDITIONS AND SUPPLEMENTARY CONDITIONS. ADDITIONAL

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS 1.0 DOCUMENTS.1 Carefully examine the following information. Failure to follow these instructions may result in bid disqualification..2 Project information:.1 Project / Contract

More information

UNIVERSITY OF ROCHESTER INSTRUCTIONS TO BIDDERS

UNIVERSITY OF ROCHESTER INSTRUCTIONS TO BIDDERS UNIVERSITY OF ROCHESTER INSTRUCTIONS TO BIDDERS INDEX ARTICLE 1 BIDDING DOCUMENTS 1 1.1 DEFINITIONS 1 ARTICLE 2 BIDDER S REPRESENTATIONS. 2 2.1 EACH BIDDER BY MAKING HIS BID REPRESENTS THAT: 2 ARTICLE

More information

BID RESPONSE LABEL THIS LABEL FOR USE WITH UNITED STATES POSTAL SERVICE DELIVERY PURCHASE OF SIGNS AND SIGN ACCESSORIES (DATE): NOV.

BID RESPONSE LABEL THIS LABEL FOR USE WITH UNITED STATES POSTAL SERVICE DELIVERY PURCHASE OF SIGNS AND SIGN ACCESSORIES (DATE): NOV. BID RESPONSE LABEL Proposals sent by U.S. Mail should be addressed to Director of General Services, Town of Manchester, 494 Main Street, P.O. Box 191, Manchester, CT 06045-0191. Proposals hand delivered

More information

B. The Bid is made in compliance with the Bidding Documents.

B. The Bid is made in compliance with the Bidding Documents. SECTION 002113 INSTRUCTIONS TO BIDDERS ARTICLE 1 DEFINITIONS 1.1 Definitions set forth in the General Conditions of the Contract for Construction, AIA Document A201, or in other Contract Documents are

More information

Invitation to Bid. Attached you will find a Bid Form. If you have any questions, feel free to call or me directly.

Invitation to Bid. Attached you will find a Bid Form. If you have any questions, feel free to call or  me directly. Invitation to Bid To whom this may concern: Galway Co op/propane4less.com is a cooperative originally formed with 14 members in Galway, New York in May of 2006. Today we have over 1,900 members and cover

More information

Date: Telephone: Company Name: Address: City: State: Zip Code: Contact Person: Title: Cell Phone: Authorized Signature:

Date: Telephone: Company Name: Address: City: State: Zip Code: Contact Person: Title: Cell Phone:   Authorized Signature: SUBMISSION INFORMATION Kenton County Fiscal Court P.O. Box 792 303 Court Street, Room 207 Covington, Kentucky 41012-0792 BID/PROPOSAL Street Expansion Joint / Driveway Joint repair due to Street Creep

More information

EXHIBIT A SCOPE OF WORK AND RELATED INFORMATION PORTABLE FIRE EXTINGUSHER SERVICES

EXHIBIT A SCOPE OF WORK AND RELATED INFORMATION PORTABLE FIRE EXTINGUSHER SERVICES EXHIBIT A SCOPE OF WORK AND RELATED INFORMATION PORTABLE FIRE EXTINGUSHER SERVICES 1. All prospective Contractors must; be State of Connecticut licensed for this work; demonstrate a minimum of 5 years

More information

Hunter Four-Post Alignment Rack PR10-B02

Hunter Four-Post Alignment Rack PR10-B02 ILLINOIS VALLEY COMMUNITY COLLEGE, DISTRICT #513 815 North Orlando Smith Road Oglesby, Illinois 61348 June 26, 2009 Hunter Four-Post Alignment Rack - Bid # Illinois Valley Community College (IVCC) is accepting

More information

AIA Document A701 TM 1997

AIA Document A701 TM 1997 Instructions to Bidders AIA Document A701 TM 1997 for the following PROJECT: (Name and location or address) Implementation of Master Plan Projects Phase I Genesee Community College One College Road Batavia,

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS All University of Alabama Solicitations are made upon and subject to the following conditions, if applicable, unless otherwise noted in the Solicitation: 1.0 Definitions 1.1 The

More information

NOTICE AND CALL FOR BID Multi-Material Horizontal Baler with Above Floor Conveyor

NOTICE AND CALL FOR BID Multi-Material Horizontal Baler with Above Floor Conveyor NOTICE AND CALL FOR BID Multi-Material Horizontal Baler with Above Floor Conveyor NOTICE IS HEREBY GIVEN that sealed bids will be received at City Hall in Green River, Wyoming, ATTN: Trish Mansfield, 50

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS Jefferson County School District No. R-1, State of Colorado, hereinafter called the "Owner", has advertised for bids to be submitted for the construction work specified in the advertisement.

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS 1. BIDDER'S PLEDGE AND AGREEMENT Each Bidder acknowledges that this is a public project involving public funds, and that the Owner expects and requires that each successful Bidder

More information

Parts List 800 Series

Parts List 800 Series Parts List Effective: January 15, 2009 Supersedes: HY25-2800-M1/US Dated August 2004 WARNING FAILURE OR IMPROPER SELECTION OR IMPROPER USE OF THE PRODUCTS AND/OR SYSTEMS DESCRIBED HEREIN OR RELATED ITEMS

More information

City of Portsmouth Portsmouth, New Hampshire Public Works Department INVITATION TO BID

City of Portsmouth Portsmouth, New Hampshire Public Works Department INVITATION TO BID City of Portsmouth Portsmouth, New Hampshire Public Works Department INVITATION TO BID Sealed bid proposals, plainly marked "WATER DEPARTMENT 2 WD ½ TON PICK UP TRUCK Bid #40-07 on the outside of the envelope,

More information

INVITATION TO BID. Benelli Shotguns, Accessories and Trade - In. City of Springfield Police Department Springfield, Oregon 97477

INVITATION TO BID. Benelli Shotguns, Accessories and Trade - In. City of Springfield Police Department Springfield, Oregon 97477 INVITATION TO BID Benelli Shotguns, Accessories and Trade - In City of Springfield Police Department Springfield, Oregon 97477 January 21, 2011 2 I. Project Overview The City of Springfield Police Department

More information

GENERAL CONDITIONS AND INSTRUCTIONS TO BIDDERS FOR STATEWIDE CONTRACTS FOR SERVICES

GENERAL CONDITIONS AND INSTRUCTIONS TO BIDDERS FOR STATEWIDE CONTRACTS FOR SERVICES Department of General Services GSPUR-11D Rev. 1/17/03 GENERAL CONDITIONS AND INSTRUCTIONS TO BIDDERS FOR STATEWIDE CONTRACTS FOR SERVICES 1. SUBMISSIONS OF BIDS: a. Bids are requested for the item(s) described

More information

REQUEST FOR SEALED BID PROPOSAL

REQUEST FOR SEALED BID PROPOSAL DATE: FEBRUARY 11, 2014 REQUEST FOR SEALED BID PROPOSAL CITY OF SAGINAW- PURCHASING OFFICE RM #105, CITY HALL 1315 S. WASHINGTON AVENUE SAGINAW, MICHIGAN 48601 (989) 759-1483 PAGE 1 OF 9 PAGES BIDS DUE:

More information

CITY OF GALESBURG. PURCHASING 55 W Tompkins St Galesburg, IL Phone: (309)

CITY OF GALESBURG. PURCHASING 55 W Tompkins St Galesburg, IL Phone: (309) CITY OF GALESBURG PURCHASING 55 W Tompkins St Galesburg, IL 61401 Phone: (309) 345-3678 INVITATION FOR BIDS For the purchase of various water main materials to be used for N. Seminary St. improvements

More information

Request for Quotation

Request for Quotation City Hall 501-3 rd Ave., Box 190 Fernie, BC V0B 1M0 www.fernie.ca Request for Quotation PICK UP TRUCK Issue Date: December 13, 2016 Quotations marked Quotation will be received at the City of Fernie, City

More information

(1) Standby Commercial Drive Sewer Lift Station Sealed Bid (Bid ) Town of Salem, NH

(1) Standby Commercial Drive Sewer Lift Station Sealed Bid (Bid ) Town of Salem, NH ` (1) Standby Generator @ Commercial Drive Sewer Lift Station Sealed Bid (Bid-2017-025) Town of Salem, NH August 4, 2017 SALEM PURCHASING Christine Wholley, Purchasing Agent 603-890-2090 fax 603-890-2091

More information

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL PORTABLE GENERATORS AUGUST 28, 10:00 AM BACKGROUND BID REQUEST

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL PORTABLE GENERATORS AUGUST 28, 10:00 AM BACKGROUND BID REQUEST PUR421 CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL PORTABLE GENERATORS AUGUST 28, 2013 @ 10:00 AM The City of Rock Hill, South Carolina is seeking competitive bids from qualified firms to provide

More information

Bid#67-17 INVITATION TO BID

Bid#67-17 INVITATION TO BID City of Portsmouth Portsmouth, New Hampshire School Department Bid#67-17 New Ford F-350 XL Super Cab Pickup Truck INVITATION TO BID The Portsmouth School Department is seeking to purchase a new, latest

More information

Request for Quotation

Request for Quotation City Hall 501-3 rd Ave., Box 190 Fernie, BC V0B 1M0 www.fernie.ca Request for Quotation MECHANICAL SWEEPER Issue Date: March 1, 2017 Quotations marked RFQ will be received at the City of Fernie, City Hall,

More information

Parts List 852 Series

Parts List 852 Series Parts List Effective: December 15, 2001 Supersedes: P410-852 Dated August 1996 WARNING FAILURE OR IMPROPER SELECTION OR IMPROPER USE OF THE PRODUCTS AND/OR SYSTEMS DESCRIBED HEREIN OR RELATED ITEMS CAN

More information

REQUEST FOR SEALED BID PROPOSAL

REQUEST FOR SEALED BID PROPOSAL DATE: OCTOBER 23, 2013 REQUEST FOR SEALED BID PROPOSAL CITY OF SAGINAW- PURCHASING OFFICE RM #105, CITY HALL 1315 S. WASHINGTON AVENUE SAGINAW, MICHIGAN 48601 (989) 759-1483 PAGE 1 OF 12 PAGES BIDS DUE:

More information

Invitation To Bid. for

Invitation To Bid. for Charter Township of Canton Invitation To Bid for WIRELESS INTERCOM HEADSET SYSTEM Contact: Deputy Director of Fire Christopher Stoecklein Phone: 734 394-5455 E-mail: christopher.stoecklein@canton-mi.org

More information

BID DOCUMENTS FOR THERMAL IMAGING CAMERA

BID DOCUMENTS FOR THERMAL IMAGING CAMERA BID DOCUMENTS FOR THERMAL IMAGING CAMERA CITY OF OWOSSO 301 W. MAIN STREET OWOSSO, MICHIGAN 48867 September 3, 2015 NOTICE TO BIDDERS THERMAL IMAGING CAMERA FOR THE CITY OF OWOSSO, MICHIGAN Bids will be

More information

City of Anaheim. Request for Bids # 8081 Two-way Radio and Repeater Maintenance Services. December 5, Pre-bid Conference: None

City of Anaheim. Request for Bids # 8081 Two-way Radio and Repeater Maintenance Services. December 5, Pre-bid Conference: None City of Anaheim Request for Bids # 8081 Two-way Radio and Repeater Maintenance Services December 5, 2013 Pre-bid Conference: None Bid Due Date: December 19, 2013 2:00 PM, Pacific Standard Time Submit bid

More information

REQUEST FOR SEALED BID PROPOSAL

REQUEST FOR SEALED BID PROPOSAL DATE: JUNE 2, 2015 REQUEST FOR SEALED BID PROPOSAL CITY OF SAGINAW- PURCHASING OFFICE RM #105, CITY HALL 1315 S. WASHINGTON AVENUE SAGINAW, MICHIGAN 48601 (989) 759-1483 PAGE 1 OF 12 PAGES BIDS DUE: JUNE

More information

County of Gillespie. Bid Package for CONCRETE. Bid No November 2018

County of Gillespie. Bid Package for CONCRETE. Bid No November 2018 County of Gillespie Bid Package for CONCRETE Bid No. 2019.04 November 2018 Gillespie County Auditor Gillespie County Courthouse Room 203 101 W. Main, Unit #4 Fredericksburg, Texas 78624 (830) 997-6777

More information

CITY OF GAINESVILLE INVITATION TO BID

CITY OF GAINESVILLE INVITATION TO BID CITY OF GAINESVILLE INVITATION TO BID BID No. 19009 One (1) New Tracked Hydraulic Excavator Bid Release: 10/10/18 Bid Questions Deadline: 10/17/18 Bid Due Date: 10/25/18 Postal Return Address: Courier

More information

OWNER S MANUAL INFLATABLE HIGH JUMP LANDING SYSTEMS. Exclusively Distributed by: Blazer Athletic

OWNER S MANUAL INFLATABLE HIGH JUMP LANDING SYSTEMS. Exclusively Distributed by: Blazer Athletic OWNER S MANUAL INFLATABLE HIGH JUMP LANDING SYSTEMS Exclusively Distributed by: Blazer Athletic www.inflateandgo.com 1-800-322-2731 INTRODUCTION OPERATION SAFETY FAQ S TROUBLESHOOTING SERVICE WARRANTY

More information

CITY OF DES PLAINES INVITATION TO BID AND CONTRACT IT NETWORK FIREWALLS & SUPPORT ISSUED: JULY 2015

CITY OF DES PLAINES INVITATION TO BID AND CONTRACT IT NETWORK FIREWALLS & SUPPORT ISSUED: JULY 2015 CITY OF DES PLAINES INVITATION TO BID AND CONTRACT IT NETWORK FIREWALLS & SUPPORT ISSUED: JULY 2015 OWNER: City of Des Plaines 1420 Miner Street Des Plaines, Illinois 60016 Owner will receive sealed proposals

More information

FLORIDA KEYS AQUEDUCT AUTHORITY INVITATION TO BID: COMMODITIES/SERVICES (BIDDERS ACKNOWLEDGMENT)

FLORIDA KEYS AQUEDUCT AUTHORITY INVITATION TO BID: COMMODITIES/SERVICES (BIDDERS ACKNOWLEDGMENT) FLORIDA KEYS AQUEDUCT AUTHORITY INVITATION TO BID: COMMODITIES/SERVICES (BIDDERS ACKNOWLEDGMENT) MAIL BIDS TO: FLORIDA KEYS AQUEDUCT AUTHORITY 7000 Front St. (Stock Island) KEY WEST, FLORIDA 33040 (No

More information

City of Somersworth, New Hampshire OFFICE OF THE FINANCE DIRECTOR

City of Somersworth, New Hampshire OFFICE OF THE FINANCE DIRECTOR Scott A. Smith Finance Director sasmith@somersworth.com (603) 692-9504 One Government Way Somersworth, New Hampshire 03878 (603) 692-4262 www.somersworth.com City of Somersworth, New Hampshire OFFICE OF

More information

County of Gillespie. Bid Package for COLD MIX LAY ASPHALT. Bid No November 2018

County of Gillespie. Bid Package for COLD MIX LAY ASPHALT. Bid No November 2018 County of Gillespie Bid Package for COLD MIX LAY ASPHALT Bid No. 2019.03 November 2018 Gillespie County Auditor Gillespie County Courthouse Room 203 101 W. Main, Unit #4 Fredericksburg, Texas 78624 (830)

More information

INVITATION TO BID (Request for Proposal)

INVITATION TO BID (Request for Proposal) INVITATION TO BID (Request for Proposal) February 13, 2017 PROJECT Staff Desktop Computers PROJECT DESCRIPTION Ninety (90) new computers, monitors and related equipment. BID RECEIVING Date: February 27,

More information

INVITATION FOR BID Multi Power Power Plant

INVITATION FOR BID Multi Power Power Plant City of Montrose Purchasing Division 433 South First Street PO Box 790 Montrose, CO 81402 INVITATION FOR BID Multi Power Power Plant Issue Date: Monday April 11, 2016 Bid Number: 16 069 Agent/Contact:

More information

INVITATION FOR BIDS PRINTING AND PRESORTED MAILING OF ASSESSMENT LISTS

INVITATION FOR BIDS PRINTING AND PRESORTED MAILING OF ASSESSMENT LISTS INVITATION FOR BIDS PRINTING AND PRESORTED MAILING OF ASSESSMENT LISTS Return bid no later than: Time: 5:00 PM Central Date: Friday, September 21, 2018 Bid contact: Bill Stoltz Telephone: (573) 458-6135

More information

Administered by UNIVERSITY OF MAINE SYSTEM Office of Strategic Procurement REQUEST FOR BIDS TRASH CAN LINERS UNIVERSITY OF MAINE RFB # 09-08

Administered by UNIVERSITY OF MAINE SYSTEM Office of Strategic Procurement REQUEST FOR BIDS TRASH CAN LINERS UNIVERSITY OF MAINE RFB # 09-08 Administered by UNIVERSITY OF MAINE SYSTEM Office of Strategic Procurement REQUEST FOR BIDS TRASH CAN LINERS UNIVERSITY OF MAINE RFB # 09-08 ISSUE DATE: December 4, 2007 BIDS MUST BE RECEIVED BY: December

More information

City Of Hammond Purchasing Department. Provide Chlorine & Sulfur Dioxide for our Water/Sewer Plants RFP #

City Of Hammond Purchasing Department. Provide Chlorine & Sulfur Dioxide for our Water/Sewer Plants RFP # 1 City Of Hammond Purchasing Department Provide Chlorine & Sulfur Dioxide for our Water/Sewer Plants RFP # 2016-17 Proposals Shall Be Received by the Purchasing Department, City of Hammond 310 East Charles

More information

Enclosed please find a complete set of bid documents for the above referenced solicitation. Bid Submission Due Date

Enclosed please find a complete set of bid documents for the above referenced solicitation. Bid Submission Due Date State of New Jersey JAMES E. MCGREEVEY DEPARTMENT OF THE TREASURY JOHN E. MCCORMAC, CPA Governor DIVISION OF PURCHASE AND PROPERTY State Treasurer PURCHASE BUREAU P.O. BOX 230 TRENTON, NJ 08625-0230 TO:

More information

Bid Package For Equipment For Police Pursuit Vehicles

Bid Package For Equipment For Police Pursuit Vehicles Bid Package For Equipment For Police Pursuit Vehicles City of Sevierville 120 Gary Wade Boulevard P. O. Box 5500 Sevierville, TN 37864-5500 Contact: Captain David Finchum Email: dfinchum@seviervilletn.org

More information

CITY OF GALESBURG. PURCHASING 55 West Tompkins Street Galesburg, IL Phone: 309/ INVITATION FOR BIDS

CITY OF GALESBURG. PURCHASING 55 West Tompkins Street Galesburg, IL Phone: 309/ INVITATION FOR BIDS CITY OF GALESBURG PURCHASING 55 West Tompkins Street Galesburg, IL 61401 Phone: 309/345-3678 INVITATION FOR BIDS For the purchase of one new one-ton heavy duty pickup truck with tow/haul package for the

More information

City of Hammond Purchasing Department RFP 14-15

City of Hammond Purchasing Department RFP 14-15 1 Purchasing Department Provide One (1) 150kW GENERAC Natural Gas Generator Set Generac QT15068KNAC AND GENERAC RTSN4700K3 Transfer Switch OR EQUAL Proposals Shall Be Received by the Purchasing Department,

More information

REQUEST FOR QUOTATION

REQUEST FOR QUOTATION Return Bids By 11:00 AM, 05/20/2016 to: Debbie Seibert D Seibert TPU Administration Building North 3628 S. 35th St. Tacoma WA 98409 Ph. 253-502-8587 Fax.253-502-8372 Material will ship to: Water Warehouse

More information

Document A701 TM. Instructions to Bidders

Document A701 TM. Instructions to Bidders Instructions to Bidders Document A701 TM 1997 for the following PROJECT: (Name and location or address) St. Croix Regional Education District Technology Bid Package St. Croix River Educational District

More information

Kennedy Valve. A Division of McWane, Inc. UL/FM PRODUCTS

Kennedy Valve. A Division of McWane, Inc. UL/FM PRODUCTS A Division of McWane, Inc. UL/FM PRODUCTS 02 East Water Street Elmira, NY 4902 Phone: (607)734-22 Fax: (607)734-3288 Fax: (800)952-477 E-Mail: sales@kennedyvalve.com www.kennedyvalve.com PRICE LIST: WW

More information

REQUEST FOR SEALED BID PROPOSAL

REQUEST FOR SEALED BID PROPOSAL DATE: September 11, 2018 REQUEST FOR SEALED BID PROPOSAL CITY OF SAGINAW- PURCHASING OFFICE RM #105, CITY HALL Page 1 of 11 1315 S. WASHINGTON AVENUE SAGINAW, MICHIGAN 48601 (989) 759-1483 BIDS DUE: SEPTEMBER

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS 1. Bid Documents 1.1. Complete sets of Bid Documents shall be used in preparing Bids. Neither the Owner nor the Engineer assumes any responsibility for errors or misinterpretations

More information

CITY OF GALESBURG. PURCHASING 55 W Tompkins St Galesburg, IL Phone: (309)

CITY OF GALESBURG. PURCHASING 55 W Tompkins St Galesburg, IL Phone: (309) CITY OF GALESBURG PURCHASING 55 W Tompkins St Galesburg, IL 61401 Phone: (309) 345-3678 INVITATION FOR BIDS For the purchase of Turn Out Gear for the Galesburg Fire Department Instructions to Bidders 1.

More information

County of Gillespie. Bid Package for FUEL - BOBTAIL DELIVERY. Bid No November 2018

County of Gillespie. Bid Package for FUEL - BOBTAIL DELIVERY. Bid No November 2018 County of Gillespie Bid Package for FUEL - BOBTAIL DELIVERY Bid No. 2019.01 November 2018 Gillespie County Auditor Gillespie County Courthouse Room 203 101 W. Main, Unit #4 Fredericksburg, Texas 78624

More information

SECTION NOTICE TO BIDDERS

SECTION NOTICE TO BIDDERS SECTION 00 0030 NOTICE TO BIDDERS MAQUOKETA COMMUNITY SCHOOL AG LEARNING CENTER MAQUOKETA, IA NOTICE IS HEREBY GIVEN: Sealed bids for a Lump Sum Bid under a Single Construction Contract for the Maquoketa

More information

Request for Proposals. For. Billings Public Library Shelving Part A: Steel Library Shelving Part B: Compact Mobile Shelving

Request for Proposals. For. Billings Public Library Shelving Part A: Steel Library Shelving Part B: Compact Mobile Shelving Request for Proposals For Billings Public Library Shelving Part A: Steel Library Shelving Part B: Compact Mobile Shelving Page 1 of 17 Request For Proposals Table of Contents SECTION 1: GENERAL INFORMATION

More information

Request for Proposals For Fire Protection Systems Contractor Services

Request for Proposals For Fire Protection Systems Contractor Services Request for Proposals For Fire Protection Systems Contractor Services Request for Proposals The Midcoast Regional Redevelopment Authority (MRRA) is a governmental agency created by the State of Maine (5

More information

TROY CITY SCHOOL SYSTEM. Request for Proposal (RFP) BID NUMBER: TCS-NTWK-2017

TROY CITY SCHOOL SYSTEM. Request for Proposal (RFP) BID NUMBER: TCS-NTWK-2017 April 6, 2017 To: Subject: All Prospective Bidders (RFP) Bid Number: TCS-NTWK-2017 Enclosed is a copy of the Invitation to Bid (ITB) for Bid Number: TCS-NTWK-2017 for the Troy City School District. The

More information

REQUEST FOR BIDS #1685 FLIR K65 THERMAL IMAGERY CAMERA FOR THE ATHENS FIRE DEPARTMENT

REQUEST FOR BIDS #1685 FLIR K65 THERMAL IMAGERY CAMERA FOR THE ATHENS FIRE DEPARTMENT REQUEST FOR BIDS #1685 FLIR K65 THERMAL IMAGERY CAMERA FOR THE ATHENS FIRE DEPARTMENT CLOSING LOCATION: ATHENS MUNICIPAL BUILDING ATTN: PURCHASING DEPARTMENT 815 North Jackson Street Athens, TN 37303 (423)

More information

ADVERTISEMENT FOR BID

ADVERTISEMENT FOR BID ADVERTISEMENT FOR BID Lake Charles Harbor and Terminal District 751 Bayou Pines East, Suite P (70601) P.O. Box 3753 Lake Charles, LA 70602 The Lake Charles Harbor and Terminal District (Port of Lake Charles)

More information

Vendor Information (SECTION TO BE COMPLETED BY VENDOR)

Vendor Information (SECTION TO BE COMPLETED BY VENDOR) SUBMIT BIDS TO: BID TITLE CITY OF TUSCALOOSA PURCHASING OFFICE P.O. BOX 2089 2201 UNIV. BLVD. TUSCALOOSA, AL 35403 TUSCALOOSA, AL 35401 TWO (2) TRASH TRAILER BODIES PAGE 1 OF 6 PAGES INVITATION TO BID

More information

County of Gillespie. Bid Package for GRAVEL. Bid No November 2018

County of Gillespie. Bid Package for GRAVEL. Bid No November 2018 County of Gillespie Bid Package for GRAVEL Bid No. 2019.05 November 2018 Gillespie County Auditor Gillespie County Courthouse Room 203 101 W. Main, Unit #4 Fredericksburg, Texas 78624 (830) 997-6777 Gillespie

More information

SEVEN (7), 2017 OR NEWER GASOLINE POWERED, 1 TON 4x4 CREW CAB LONG BED PICKUP TRUCKS For the Boone County Public Works Department

SEVEN (7), 2017 OR NEWER GASOLINE POWERED, 1 TON 4x4 CREW CAB LONG BED PICKUP TRUCKS For the Boone County Public Works Department Boone County, Kentucky INVITATION FOR BID # 082417PW SEVEN (7), 2017 OR NEWER GASOLINE POWERED, 1 TON 4x4 CREW CAB LONG BED PICKUP TRUCKS For the Boone County Public Works Department ACCEPTANCE DATE: Prior

More information

INVITATION FOR BID ATTENTION: This is not an order. Read all instructions, terms and conditions carefully.

INVITATION FOR BID ATTENTION: This is not an order. Read all instructions, terms and conditions carefully. A n E q u a l O p p o r t u n i t y U n i v e r s i t y INVITATION FOR BID ATTENTION: This is not an order. Read all instructions, terms and conditions carefully. INVITATION NO.: UK-1912-19 Issue Date:

More information

April 15, 2013 PEST CONTROL BID Page 1 of 13

April 15, 2013 PEST CONTROL BID Page 1 of 13 INVITATION TO BID PEST CONTROL SERVICES The Ware County Board of Commissioners is seeking bids from Contractors to provide Pest Control services for all the county buildings listed in the bid package.

More information

TOWN OF BURLINGTON PURCHASING DEPARTMENT New Four Stage Breathing Air Compressor Contract #17S

TOWN OF BURLINGTON PURCHASING DEPARTMENT New Four Stage Breathing Air Compressor Contract #17S TOWN OF BURLINGTON PURCHASING DEPARTMENT New Four Stage Breathing Air Compressor Contract #17S-220-0006 If this document is used to submit a bid then you must submit your contact information to Kate Moskos

More information

Supply fire fighting nozzles (quadrafog nozzles)

Supply fire fighting nozzles (quadrafog nozzles) REQUEST FOR QUOTATION FOR GOODS AND SERVICES FOR THE CITY OF JOHANNESBURG Procurement Less than R 200 000 (Including Vat) (For publication on the City of Johannesburg Notice Board/s & Website) The City

More information

INVITATION FOR BIDS CONROE FIRE DEPARTMENT FIRE TRUCK EQUIPMENT BID

INVITATION FOR BIDS CONROE FIRE DEPARTMENT FIRE TRUCK EQUIPMENT BID INVITATION FOR BIDS CONROE FIRE DEPARTMENT FIRE TRUCK EQUIPMENT BID CITY OF CONROE P.O. BOX 3066 CONROE, TEXAS 77305 RESPONSES DUE FEBRUARY 9, 2017 CITY OF CONROE PURCHASING DEPARTMENT BID NOTICE FOR COMPETITIVE

More information

MASSACHUSETTS PORT AUTHORITY. Request for Proposal # Trailer Pressure Washer Package for Logan International Airport

MASSACHUSETTS PORT AUTHORITY. Request for Proposal # Trailer Pressure Washer Package for Logan International Airport MASSACHUSETTS PORT AUTHORITY Request for Proposal # 5528 Trailer Pressure Washer Package for Logan International Airport January 15, 2014 The Purchasing Department at the Massachusetts Port Authority (

More information

PUBLIC NOTICE NOTICE OF REQUEST FOR BIDS CITY OF HIGHWOOD, ILLINOIS ROADWAY SNOW REMOVAL AND SALT APPLICATION

PUBLIC NOTICE NOTICE OF REQUEST FOR BIDS CITY OF HIGHWOOD, ILLINOIS ROADWAY SNOW REMOVAL AND SALT APPLICATION PUBLIC NOTICE NOTICE OF REQUEST FOR BIDS CITY OF HIGHWOOD, ILLINOIS ROADWAY SNOW REMOVAL AND SALT APPLICATION Notice is hereby given that the City of Highwood is seeking bids for Roadway Snow Removal and

More information

MELBA SCHOOL DISTRICT

MELBA SCHOOL DISTRICT MELBA SCHOOL DISTRICT REQUEST FOR PROPOSAL ( RFP ) FOR EPSON 595wi SHORT THROW PROJECTORS (STP) FOR MELBA SCHOOL DISTRICT NO. 136 ( MSD ) DUE: MONDAY; MAY 9, 2016 AT 12:00PM (MT) 1 Initials INVITATION

More information

TELEPHONE: 620/ OFFICE OF: Central Purchasing CITY OF HUTCHINSON BID NO ADDENDUM NO. 1

TELEPHONE: 620/ OFFICE OF: Central Purchasing CITY OF HUTCHINSON BID NO ADDENDUM NO. 1 TELEPHONE: 620/694-1970 OFFICE OF: Central Purchasing CITY OF HUTCHINSON BID NO. 15-149 ADDENDUM NO. 1 July 22, 2015 TO ALL PROSPECTIVE BIDDERS: The Bid Documents for the Bid 15-149, are hereby amended

More information

INVITATION TO BID. (713) Phone BEC Project No.: (832) Fax April 24, 2013

INVITATION TO BID. (713) Phone BEC Project No.: (832) Fax April 24, 2013 INVITATION TO BID BUILDING ENVELOPE CONSULTANTS, LLC ALDINE I.S.D. 13010 EMMETT ROAD 14910 ALDINE WESTFIELD ROAD Houston, Texas 77079 HOUSTON, TEXAS 77060 (713) 856-5019 Phone BEC Project No.: 13-0010

More information

BID NUMBER FROM: City of Branson Date: March 6, W. Maddux St., Suite 200 3:00 p.m., April 30, 2014

BID NUMBER FROM: City of Branson Date: March 6, W. Maddux St., Suite 200 3:00 p.m., April 30, 2014 BID NUMBER 2083-30 FROM: City of Branson Date: March 6, 2014 Purchasing Office Date and Time Returnable: 110 W. Maddux St., Suite 200 3:00 p.m., April 30, 2014 Branson, MO 65616 Buyer: David D. Rockhill,

More information

6 servers (2-Exchange, 1-DHCP, 1-DNS, 2-Web Servers)

6 servers (2-Exchange, 1-DHCP, 1-DNS, 2-Web Servers) E-RATE YEAR 15 (2012/2013) RFP 6 servers (2-Exchange, 1-DHCP, 1-DNS, 2-Web Servers) Anderson Union School District Anderson Union High School District (AUHSD) is seeking proposals for the upcoming Year

More information

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

INVITATION TO BID PURCHASING DEPARTMENT P.O. BOX NORTH ASHLEY ST. VALDOSTA, GEORGIA #LC INVITATION TO BID PURCHASING DEPARTMENT P.O. BOX 1349 327 NORTH ASHLEY ST. VALDOSTA, GEORGIA 31601 #LC-2018-7004 FOR: 3 New Model Half Ton Trucks for Public Works OPENING DATE: March 9, 2018 TIME: 10:00

More information

City Of Hammond Purchasing Department PROVIDE PRE EMPLOYMENT AND RETIREMENT PHYSICALS FOR THE CITY OF HAMMOND RFP # 15-41

City Of Hammond Purchasing Department PROVIDE PRE EMPLOYMENT AND RETIREMENT PHYSICALS FOR THE CITY OF HAMMOND RFP # 15-41 1 City Of Hammond Purchasing Department PROVIDE PRE EMPLOYMENT AND RETIREMENT PHYSICALS FOR THE CITY OF HAMMOND RFP # 15-41 Bids Shall Be Received by the Purchasing Department, City of Hammond 310 East

More information

(SECCRA) SECCRA COMMUNITY LANDFILL LONDON GROVE TOWNSHIP CHESTER COUNTY, PENNSYLVANIA

(SECCRA) SECCRA COMMUNITY LANDFILL LONDON GROVE TOWNSHIP CHESTER COUNTY, PENNSYLVANIA SOUTHEASTERN CHESTER COUNTY REFUSE AUTHORITY (SECCRA) SECCRA COMMUNITY LANDFILL LONDON GROVE TOWNSHIP CHESTER COUNTY, PENNSYLVANIA BID SPECIFICATION PURCHASE OF REFURBISHED CATERPILLAR 826H LANDFILL COMPACTOR

More information

SPECIFICATION PACKAGE. for BURDICK GENERATING STATION TORQUE CONVERTER GAS TURBINE 2 & 3

SPECIFICATION PACKAGE. for BURDICK GENERATING STATION TORQUE CONVERTER GAS TURBINE 2 & 3 Working Together for a Better Tomorrow. Today. SPECIFICATION PACKAGE for BURDICK GENERATING STATION TORQUE CONVERTER GAS TURBINE 2 & 3 Bid Opening Date/Time Tuesday, October 23, 2012 @ 2:00 p.m. (local

More information

INSTRUCTION FOR COMPLETING COMPETITIVE SOLICITATION ACKNOWLEDGEMENT FORMS

INSTRUCTION FOR COMPLETING COMPETITIVE SOLICITATION ACKNOWLEDGEMENT FORMS INSTRUCTION FOR COMPLETING COMPETITIVE SOLICITATION ACKNOWLEDGEMENT FORMS The Competitive Solicitation Acknowledgement Form must be completely filled in. This may be done on line then printed or you may

More information