PROCUREMENT OF FORK LIFT. Yale Inc Sullivan Drive Greenville, NC Item Description Model No. GP050VX.

Similar documents
Request for Bids HYSTER Model H50CT Forklift Truck (or equivalent) Lenawee Intermediate School District (LISD)

INVITATION FOR BIDS For a Forklift (CIP# AEQ1902)

40/50/55/60/70 IC-CUSHION LPG. 8,000 / 10,000 / 12,000 / 13,500 / 15,500 lbs. / 5000 / 5500 / 6000 /7000 kg)

Stand-up Fork Lift Bid #PR-09-07

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

One One Ton Regular Cab 4x4 2 Door Truck Transportation, Infrastructure & Energy

Department of Finance Procurement Services

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

FORKLIFT BUYER S GUIDE 2008 INBOUND LOGISTICS SPECIAL ADVERTISING SUPPLEMENT

REQUEST FOR QUOTATION

Administered by UNIVERSITY OF MAINE SYSTEM Office of Strategic Procurement REQUEST FOR BIDS VEHICLE BID UNIVERSITY OF MAINE AT AUGUSTA RFB # 30-10

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

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

Understanding Materials Handling Applications, Solutions for the Paper Industry

Boise State University. Request for Quote RFQ CF passenger 4x4 Utility Vehicle with Snow/Debris Brush

MR Series. 3,000 5,500 lbs. Moving Mast Reach Truck

FORM A: BID (See B7) 1. Contract Title SUPPLY & DELIVERY OF A TRAILER MOUNTED CRASH ATTENUATOR

ESC-AD 3,000 4,000 lbs. Three Wheel Stand

TENDER DOCUMENTS TWO (2) STEEL SLAB HANDLING FORKLIFT TRUCKS PINTO TERMINAL MOBILE, ALABAMA

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

DEAN + TYLER + BURNS ARCHITECTURE

Forklift Operator Training

H HD-EC SERIES EMPTY CONTAINER HANDLERS

MX Series. 4,000 6,000 lbs. ICE Counterbalanced Forklift

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

Invitation for Bid. Passenger Vehicles for Oahu Region. IFB No. HHSC FY

For Receipt Prior To 3:00 PM Local Time Wednesday, March 29, 2017 And Will Be Publicly Opened And Read At 3:30 PM.

CITY OF ADA, PURCHASING 512 North Stockton Street Ada, Oklahoma / x256 Fax 580/ BID NOTICE.

REQUEST FOR QUOTATIONS Zero Turn Mower

REQUEST FOR QUOTES Page 1 of 5

Blatt PE Center Fire Alarm Upgrades November 12, 2012 State Project No. H27-I851-B

REQUEST FOR INFORMATION (RFI) FOR PROCUREMENT OF BATTERY POWERED ARTICULATED FORKLIFT TRUCK

A Community of Communities REQUEST FOR TENDER CBRM_T SUPPLY NEW TANDEM TRUCK WITH 15.5 DUMP BOX

A Series Walkie Reach Stacker. with capacities of 3000lbs. The World of Hangcha

Intelligent Performance. The Right Fit for Your Operation. Performance Throughout.

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

AMERICAN SAMOA POWER AUTHORITY OFFICE OF PROCUREMENT REQUEST FOR QUOTE ( RFQ )

TEXAS DEPARTMENT OF TRANSPORTATION GENERAL SERVICES DIVISION

Title and Summary. 03/20/ /20/2013 bulletin board, 3 rd Fl., Admin. Centre

TM &P. This copy is a reprint which includes current pages from Changes 1 through 5.

We were at AG EXPO. What a great show! February

REQUEST FOR OFFER No Supply and Deliver One (1) New Special Service Vehicle for Nanaimo Fire & Rescue

Approved for public release: Distribution is unlimited.

4000 SERIES COUNTER- BALANCED TRUCKS SIT-DOWN

SECTION BID FORM LICK RUN INTERCEPTOR REHABILITATION

REQUEST FOR PROPOSAL (RFP) No.: J-19 PRECONSTRUCTION AND CONSTRUCTION SERVICES, MEDIUM VOLTAGE SUBSTATION REPLACEMENT, LAS POSITAS COLLEGE

HORRY COUNTY SOLID WASTE AUTHORITY, INC.

A D D E N D U M. REPLACE: Project Summary with attached revised Project Summary. 1 Specification Section Project Summary

CHARLES COUNTY GOVERNMENT Department of Fiscal and Administrative Services - Purchasing Division Telephone:

DOCUMENT PROPOSAL FORM (Modified)

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

240- POWERED INDUSTRIAL TRUCKS

CITY OF HOPKINSVILLE

MR series. 1,400kg 2,500kg. The next level in reach truck productivity, delivered through innovation, technology and ergonomic design.

INVITATION TO BID CITY OF HOPKINSVILLE

I INVITATION TO BID FLOORING MATERIALS Fort Morgan Public Library

NOTES: 2:00 1, N.

SAN DIEGO COMMUNITY COLLEGE DISTRICT 3375 CAMINO DEL RIO SOUTH, ROOM 270 SAN DIEGO, CA 92108

BID FORM This Bid is submitted to: City of Glasgow 126 East Public Square Glasgow, KY 42141

August 19, Addendum No. 2 Roosevelt Hall Interior Renovation Brooklyn College Project No.: BY

Forklift Operator Safety Safe Operation and Pre-Use Inspection

Invitation for Bid - Standard Office Furniture / Task Chair

ADDENDUM 2 FOR REQUEST FOR BID For REPLACEMENT OF PASSENGER BOARDING BRIDGES 7 AND 4 At ORLANDO MELBOURNE AIRPORT AUTHORITY RFB

NEW Job No :550 /Honda Amaze Brochure /Size: A4 (wxh)date: 21th.Sep/

ADDENDUM NO. B. TO THE BID DOCUMENTS, dated 1/5/16 FOR THE

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

Peralta Community College District th Avenue Oakland, California Phone (510) Fax (510) Purchasing Department

TOWN OF WINDSOR PUBLIC WORKS REQUEST FOR QUOTES

THE PICK FOR A NEW SOLUTION

More. productive. 1,000kg-1,500kg Turret trucks for Very Narrow Aisle operations.

Diesel/LPG stackers DFG/TFG and with torque converter to 3500 kg capacity.

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

AUTOMATIC METER READING SYSTEM DETAILED SPECIFICATION

FOR TOTal FlexIbIlITy Crown SC 5200 Series

Newport News Public Schools

INVITATION FOR BID FORM May 20, 2014 BID NO. 32F-14

Powered Industrial Trucks (Forklift) Program. Elizabeth City State University Office of Environmental Health & Safety

Housing Authority of the Cherokee Nation REQUEST FOR BIDS

DOCUMENT BID FORM. Village of Middle Point

SECTION BID FORM

ORGANIZATIONAL MAINTENANCE MANUAL

LX35. Series. 3.5 tonne - Pneumatic model. Tires: Pneumatic

Electric Pantograph Reach Truck 3,500lbs - 4,000lbs Capacity BR18/20SP-7

FLORIDA DEPARTMENT OF TRANSPORTATION

I INVITATION TO BID City of Fort Morgan Water Distribution Department Waterline Isolation Project

ADVERTISEMENT TO BID PARTIAL

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

PROJECT MANUAL FOR: CP AGRICULTURAL ENGINEERING RAIN TOWER REPAIRS CP HULSTON HALL STAIR TOWER REPAIRS

One (1) Four Wheel Drive Tractor. City of Coquitlam. Request for Proposals RFP No Supply and Delivery of. Issue Date: November 5, 2018

Bid #1091 Alignment System

Bidders Name: DOCUMENT 330 BID FORM

ALABAMA STATE DOCKS DEPARTMENT An Agency of the State of Alabama 250 N. Water Street PROPOSAL FOR SUPPLIES OR GOODS

C 3858 Forklifts: Handle With Care

C o u n t y o f F a i r f a x, V i r g i n i a

COMPANY HEALTH & SAFETY PROGRAM. Title: Forklift Operation Section No: 17

Spring Lake Public Schools. Spring Lake, MI. March RE: High School Storage Buildings

PUBLIC WORKS REQUEST FOR QUOTATIONS TOPSOIL SUPPLY

REQUEST FOR QUOTATION (RFQ # ) FOUR PART FORM ITD 0502 Application For Report Of Sale And Application For Certificate Of Title

PLEASE ACKNOWLEDGE RECEIPT OF THIS ADDENDUM 1 AND RETURN WITH YOUR BID. FAILURE TO ACKNOWLEDGE THIS ADDENDUM COULD CONSTITUTE REJECTION OF YOUR BID.

The Bid Date has changed to 03/16/2010 at 2:30 PM.

Transcription:

Ernest N. Morial New Orleans Exhibition Hall Authority 900 Convention Center Boulevard New Orleans, LA 70130 ADDENDUM NO. One (1) Project Name: Procurement of Fork Lift Contract No.: C-1320 Date: April 4, 2017 To: All Recorded Holders of Bid Documents The provisions of this addendum are hereby incorporated into, supplement and become a part of: 1) the Contract Documents, 2) each Bid submitted by each Bidder and 3) any final purchase order or contract executed by the parties. Changes made by Addenda shall take precedence over any conflicting provisions in the original documents. The Bidder shall be responsible to notify the Buyer of any changes caused by this addendum which may affect other items in the Contract Documents and which are not addressed in this Addendum prior to the Submission of a Bid. Any such condition which is not addressed in advance and discovered after the Bids have been received shall be resolved in a manner acceptable to the Buyer without additional cost. As a Bidder, you must acknowledge receipt and acceptance of this addendum on the Bid Form by inserting this Addendum number and date in the appropriate blank spaces in your final Bid Package. Failure to acknowledge this Addendum as directed may constitute grounds for rejection or disqualification of your Bid. P a g e 1 7

PROCUREMENT OF FORK LIFT Contract No. C-1320 CONTRACT NO. C-1320 Item No. 1: Exhibit No. 2: Product Data Please replace existing specs with following: For purposes of designating type and quality of the equipment listed in Exhibit No. 4, specifications are based on products manufactured by German Light Products and Martin Professional. Equipment furnished under this Contract shall meet or exceed the specifications and performance criteria of the following equipment manufacturer and model number specified in Exhibits No.4 Yale Inc. 1400 Sullivan Drive Greenville, NC 27834 252-931-5552 Item Description Model No. GP050VX Specifications Yale Veracitor Pneumatic Tire Forklift Model GP050VX: Nominal 5000 lb capacity at 24" load center. Veracitor trucks feature Industrial Grade Critical Components that maximize productive value and economic life of the lift truck. Rugged powertrains and cooling systems are designed specifically for tough lift truck applications. Highly reliable electrical systems provide sophisticated control of truck functionality leading to outstanding efficiency. Robust hydraulic systems and heavy duty masts provide excellent load moving capability. Truck frames provide optimal strength and rigidity, including maximum protection to.internal components. Standard Equipment includes: Continuous Stability Enhancement System, Integrated Dashboard Display, Operator Restraint System, Operator Presence System (OPS), Low Fuel Indicator, Infinitely Adjustable Steering Column and Floor mat. POWERTRAIN: Kubota 2.4L EPA Tier 4 Final Certified Diesel Engine provides excellent power, torque and fuel economy. Durability and reliability endures through a simple, yet robust industrial design. Features two (2) individual performance modes to optimize productivity and fuel economy. Powershift 1- speed Transmission features Electronic Inching improving operating costs by eliminating inching adjustments, and Industrial Grade clutch packs, gears, shafts and drive train components for exceptional durability. Self-Energizing Drum brakes provide excellent stopping power with minimal brake pedal effort. MAST: 3 Stage Full Free Lift. 189" Max Fork Ht I 84", Lowered 60" Free Lift I 237" Ext HI. CARRIAGE: 42" (1070mm) Class II Hook Integral Sideshifter FORKS: 60" Long Class II Hook Type (1.6"x3.9") Standard Taper. LOAD BACKREST EXTENSION: 48" High x 42" Wide MAST TILT: 6 Degrees Forward I 6 Degrees Back HYDRAULIC CONTROLS: 3 FUNCTION Cowl Mounted Levers HYDRAULIC CONTROL: Arranged to support Non-Clamping Attachments PRODUCTIVITY- WITHOUT RTS P a g e 2 7

HOSE GROUP: 1 Aux Function- Internal Mounted Contract No. C-1320 UL APPROVAL: TYPE Diesel RADIATOR: Heavy Duty Anti-clog. Provides enhanced cooling capacity with a clog resistant core design. EXHAUST: Counterweight Rear Exhaust TREAD WIDTH: Narrow Tread DRIVE TIRES: Drive Tires - Pneumatic-Shaped Solid (PSS) 7.00 x 12 STEER TIRES: Pneumatic Shaped Solid (PSS) 6.00 x 9 OVERHEAD GUARD: Tall- 86" High (2185mm) STEERING WHEEL: Steering Wheel with Wheel Spinner Knob ENGINE START: Key switch Start DIRECTIONAL CONTROL: Directional Lever mounted on the left side of the steering column. SEAT: Non-Suspension Vinyl, includes Operator Restraint with No-Cinch Seatbelt SEAT ACCESSORY: Black Seat Belt with No-Cinch ELR (Emergency Locking Retractor) mechanism. Seat belt locks only when necessary. Allows seat belt to move with operator and improves operator comfort, especially when driving in reverse. INCHING CONTROL: Single Inch/Brake Pedal AIR INTAKE: High Air Intake AUDIBLE ALARM: Reverse direction activated. Sell-adjusting between 82-102 db(a). VISIBLE ALARM: Amber LED Strobe Light, key switch activated, OHG Mounted- does not increase truck height (Low Mount). LIGHTS: Dual Front Headlights/Single Rear Work Light MONITORING SYSTEM: System Monitoring provides superb control over truck functionality and systems enabling maximum system efficiency for excellent durability and serviceability. HOOD: Non-Vented Hood ACCESSORIES: Rear Drive Handle with Horn Button. Mounted on right rear OHG leg. Improves driver comfort in reverse travel. LITERATURE: (Decals, Marking and Operator Manual): English ACCESSORIES: Mirrors- Dual Side view (LH & RH OHG mounted) COLOR.... Standard Safety Orange TRUCK PUBLICATIONS: Digital and Printed Service and Parts manual P a g e 3 7

Item No. 2: Exhibit No. 4 Bid Forms: Please replace existing bid form with the following: Exhibit No.4: Bid Forms (Required) BID Ernest N. Morial New Orleans DATE: Exhibition Hall Authority 900 Convention Center Blvd. New Orleans, Louisiana 70130 Gentlemen: (I) (We) (PRINT OR TYPE NAME OF COMPANY SUBMITTING BID) shall furnish all merchandise in the quantities and for the prices listed below, FOB to the Ernest N. Morial Convention Center New Orleans Receiving Dock 1 or 2 in New Orleans, Louisiana 70130. *****Please note: Unit prices are to include delivery. There shall be no guaranteed quantities associated with the contract. Owner reserves the right to award multiple contracts based on unit pricing. Prices quoted shall be valid for the entire contract period***** ITEM ITEM UNIT EXTENDED NO. DESCRIPTION QUANTITY PRICE PRICE 1. 5000lb Fork Lift 1 $ $ Model No.: GP050VX Manufacturer: Yale, Inc. Or Equal Make and Model of Unit Quoted: TOTAL CONTRACT SUM $ (figure) (words) P a g e 4 7

BID Contract No. C-1320 (I) (We) agree, if awarded the Contract, (I) (we) will commence and execute work within time frames outlined in the Contract and Bid Documents. The undersigned hereby designates the office to which the "Notice of Award" and Contract may be mailed: BIDDER'S NAME: COMPANY NAME: (Print or Type Name of Individual Preparing Bid) COMPANY ADDRESS: STATE OF INCORPORATION: (If Applicable) PHONE NO.: ( ) FAX NO.: ( ) It is clearly understood that (my) (our) Bid may be withdrawn at any time prior to the scheduled time of Bid opening, or any authorized postponement thereof, provided that the Buyer receives (my) (our) written request for such withdrawal prior to Bid Opening or any authorized postponement thereof. It is further understood that (my) (our) Bid may not be withdrawn until ninety (90) calendar days after the date of the Bid Opening, if notice is not received until after Bids are opened. (My) (Our) Bid is made with the understanding that the Buyer reserves the right to reject all Bids or any Bid or all or any part of all Bids that are not complete or in compliance with the terms and conditions set forth in the Bid Documents or for reasons relating to budgetary restraints and/or scope of work reductions. Alternate Bids, if any, will be awarded in the order of their priority listing and in accordance with budgetary restraints. P a g e 5 7

ADDENDUM RECEIPT BID (I) (We) acknowledge receipt of the following addenda and have included their provisions in (my) (our) Bids. (If none, write in none or N/A in each blank). 1. Addendum No. Date 4. Addendum No. Date 2. Addendum No. Date 5. Addendum No. Date 3. Addendum No. Date 6. Addendum No. Date NOTE: If Bidder is a corporation, write state of incorporation beneath signature, and if a partnership, give full name of all partners. Bids by corporations or Limited Liability Companies (LLC s) must be executed in the corporate name by the President or Vice President or other authorized corporate officer or agent. All Bids must be accompanied by a corporate resolution or other documentation acceptable to the Buyer, which establishes that the corporate representative has the authority to bind the corporation. The Buyer reserves the right to request and obtain such additional documentation as the Buyer deems necessary. The undersigned certifies that they are an authorized representative of the Company/LLC and have the authority to bind the contract (if award) to the Buyer. Respectfully submitted: {Print or Type} Respectfully submitted: {Print or Type} Company Name: Company Address: BY: SIGNATURE: TITLE: DATE: P a g e 6 7

END OF ADDENDUM NO. 1 Please submit your Bid accordingly. P a g e 7 7