BETHLEHEM AREA SCHOOL DISTRICT 1516 SYCAMORE STREET BETHLEHEM PA REQUEST FOR BIDS TIRES & SERVICE School Year BIDS DUE: JUNE 4, 2018

Similar documents
INVITATION TO QUOTE. Line item bid entries are to be entered on-line as directed (same due date) in the you received with these documents.

Centennial School District

Centennial School District

PENN CAMBRIA SCHOOL DISTRICT 201 6th Street, Cresson, Pennsylvania DIESEL FUEL BID. Instructions/Specifications/Bid Form

INVITATION TO BID. from COMMUNITY COLLEGE OF ALLEGHENY COUNTY PURCHASING DEPARTMENT 800 ALLEGHENY AVENUE PITTSBURGH, PENNSYLVANIA 15233

INVITATION TO BID. from COMMUNITY COLLEGE OF ALLEGHENY COUNTY PURCHASING DEPARTMENT 800 ALLEGHENY AVENUE PITTSBURGH, PENNSYLVANIA 15233

Centennial School District

Bid #15-15 Goodyear Tires

COUNCIL ROCK SCHOOL DISTRICT Administration & Business Office 30 North Chan.cellor Street Newtown., PA

Request for Proposal. INDEPENDENT CONTRACTOR ATTORNEY ACE CODE ENFORCEMENT Ref #121817RFPSOL LUZERNE COUNTY PENNSYLVANIA

OSWEGO COUNTY PURCHASING DEPARTMENT

CAMBRIA/INDIANA SCHOOLS JOINT FUEL PURCHASING CONSORTIUM. c/o PENN CAMBRIA SCHOOL DISTRICT 201 6th Street, Cresson, Pennsylvania 16630

REQUEST FOR BIDS. Bids must be received by the Department of Public Works on or before: TIME: 3:00 PM DATE: February 19, 2015 INSTRUCTIONS TO BIDDERS

OSWEGO COUNTY PURCHASING DEPARTMENT. Purchasing Director Purchasing Clerk Purchasing Clerk

INVITATION TO BID (ITB) FOR FOOD PRODUCTS ISSUE DATE: NOVEMBER 2, 2018 DUE DATE: NOVEMBER 30, 2018

TERMS AND CONDITIONS OF THE INVITATION TO BID

Request for Proposal DOCUMENT SCANNING FOR LUZERNE COUNTY CHILDREN & YOUTH REF #82917RFPSO LUZERNE COUNTY PENNSYLVANIA

REQUEST FOR PROPOSALS EMERGENCY MEDICAL SERVICES (EMS) CITY OF YORK

LINCOLN UNIFIED SCHOOL DISTRICT CHROMEBOOK BID

RETRO REFLECTIVE GLASS BEADS

INVITATION TO BID. FURNISHING AND DELIVERING GASOLINE AND DIESEL FUEL Requisition No. PW

REQUEST FOR PROPOSALS RFP SEASONAL ARTIFICIAL ICE SKATING RINK

CITY OF HOPKINSVILLE

REQUEST FOR BID # TIRE DISPOSAL SERVICES

DATE: June 7,

INVITATION TO BID. Kenai Peninsula Borough Personal Property Tax Account Number:

COUNTY OF OSWEGO PURCHASING DEPARTMENT

Document Conversion/Migration

LEGAL NOTICE REQUEST FOR BID SEALED BID For. Reinforcing Steel for Freymuth Road Box Culvert. For

Invitation for Bid Caustic Soda 50% T. F. Green Airport, Warwick, RI

CITY OF WHITE HOUSE REQUEST FOR SEALED BIDS FOR HESTER DRIVE AND MILLING CONTRACT

INVITATION TO BID FOR AIR FILTERS ITB NO: DMS-15/ THE STATE OF FLORIDA DEPARTMENT OF MANAGEMENT SERVICES

The PTC reserves the right to reject any or all bids. PTC may terminate any resulting contract upon a thirty (30) day written notice.

ABC UNIFIED SCHOOL DISTRICT Notice Calling for Bids ABC-1325 E-Rate Equipment INSTRUCTIONS FOR BIDDERS

QUOTE DOCUMENTS FOR CALLANAN GYM FLOOR REPLACEMENT center Street. Des Moines, Iowa QUOTE # Q7088

QUOTE DOCUMENTS FOR KING PARKING EXPANSION Forest Avenue. Des Moines, Iowa QUOTE # Q6747. Owner

This is NOT AN ORDER, it is an invitation for a competitive sealed proposal.

REQUEST FOR PROPOSAL Enterprise Asset Management System

Montgomery County Intermediate Unit 2 West Lafayette Street Norristown, Pa 19401

Furnish Traffic Safety Cones as specified below to be F.O.B. delivered to the locations listed, on or prior to the delivery date specified.

INSTRUCTIONS TO BIDDERS Medical Center

CITY OF FAIRBANKS BID REQUEST FOR FURNISHING LED STREET LIGHT FIXTURES (MATERIALS ONLY) THE CITY OF FAIRBANKS PUBLIC WORKS DEPT BID NUMBER: FB-14-41

ATTENTION ALL BIDDERS

THE CITY OF BRENTWOOD 2348 Brentwood Blvd. Brentwood, MO REQUEST FOR PROPOSAL FOR ROLL OFF DUMPSTER SERVICES

INVITATION FOR BID Annual Water Meter Purchase

INSTRUCTION TO BIDDERS SPECIFICATIONS PROPOSAL BLANKS LUZERNE COUNTY COURT HOUSE FOR FILE CABINETS #REF # B1CH

00400 BID FORMS AND SUPPLEMENTS

DESIGN - BUILD PROPOSAL OF

COVER PAGE. Bid Proposal # Ready Mix Concrete

ATTENTION ALL BIDDERS

INVITATION TO BID. 3. All bids submitted will be considered firm for a period of 60 days from the bid opening date.

BID INVITATION. Bid Invitation

Invitation For Bid. Filters, Brake Drums & Brake Shoes IFB B

LED Lighting. 3.3 Bidder shall furnish the required information typed or written in ink.

INSTRUCTIONS TO BIDDERS REQUEST FOR QUALIFICATIONS AND PROPOSAL THE BOROUGH OF LAVALLETTE, COUNTY OF OCEAN, NEW JERSEY 2019 CALENDAR YEAR

State of Florida PUR 1001 General Instructions to Respondents

INVITATION FOR BID KITCHEN EQUIPMENT - POS. BID DUE: Tuesday, November 20, 2018 at 10:30 a.m.

REQUEST FOR BID 3D PRINTER FOR ILLINOIS VALLEY COMMUNITY COLLEGE BID # BID2017-B02

SPECIFICATIONS FOR THE TRANSPORTATION AND DISPOSAL OF MUNICIPAL SEWAGE SLUDGE CAKE

ARLINGTON HEIGHTS PARK DISTRICT INVITATION FOR QUOTES

SAMPLE. It is agreed that this proposal may not be withdrawn within a period of thirty (30) days after the date set for the opening thereof.

2 each $ Total Bidder to specify Make/Model/Year of Mower (Z-Turn) 1 each $ Total Bidder to specify Make/Model/Year of Mower (1600 Turbo)

Request For Proposals Hwy 124 E ADA Door Opener Hallsville City Hall

REQUEST FOR PROPOSALS

BID ON LIQUID CHLORINE & SODIUM HYPOCHLORITE

Bids Due: March 16, 2018

REQUEST FOR BID # DEDICATED INTERNET ACCESS SERVICE 100M

Addendum No.: 1. Bid No Veterans Resource Center Remodel, Relocation, DSA Requirements. Issued June 22, 2018

McCRACKEN COUNTY BOARD OF EDUCATION

REQUEST FOR BID # JAIL WATER SOFTENER SYSTEM

Tulsa Community College

IMPORTANT: Please review all the Terms and Conditions outlined in the Conditions and Instructions to Bidders section of this BID.

Request for Proposal 2019 Calendar Year

RFP Milestones, Instructions, and Information

REQUEST FOR PROPOSAL Police Department Roof System Renovation

ONE (1) OR MORE NEW 75 CUBIC YARD CLOSED TOP EJECTOR TRAILERS

ATTENTION ALL BIDDERS

FLORIDA DEPARTMENT OF LAW ENFORCEMENT

ITB-CD Re-Bid Term Contract for Code Enforcement Mowing and General Clean Up Services. Required Submittal Packet. Revised per Addendum 2

ILLINOIS VALLEY COMMUNITY COLLEGE, DISTRICT # North Orlando Smith Road Oglesby, Illinois Passenger Shuttle Bus - Bid # PR-08-13

Invitation to Bid (ITB) For Lawn Care Services ITB No: DMS 14/ The State of Florida Department of Management Services

RFQ-CD Re-Bid Wildfire Underbrush Mowing. Required Submittal Packet

CONTRACT DOCUMENTS AND SPECIFICATIONS STREET SWEEPING

RFP Milestones, Instructions, and Information

STANDARD TERMS AND CONDITIONS FOR TENDERS, PROPOSALS, CONTRACTS AND QUOTATIONS

City of Alexandria Purchasing Department P.O. Box 71 Alexandria, Louisiana

ROCK SALT FOR ICE CONTROL

RFP Milestones, Instructions, and Information

Carpet Replacement Project Des Peres Department of Public Safety

Calhoun Community College will receive sealed bids for the following item(s): Bid #19-14: Iron Worker and Band Saw Machine

INVITATION FOR BID Bid #1012 Ambulance Graphics

HOPKINSVILLE WATER ENVIRONMENT AUTHORITY

Office of the Director of Procurement Issued: Monday, October 23, Proposals Due by 12:00 NOON, EST on Wednesday, November 15, 2017 to:

COPY PAPER BID #1711. Due Date: Monday, October 17, :00 A.M.

COUNTY OF BERKS. Invitation to Bid #12-7-MB

REINFORCED CONCRETE PIPE ROUND (CLASS III & IV) ELLIPTICAL (CLASS III & IV)

INVITATION FOR BID Chipeta Lake Park Tree Trimming

Deadline to receive Sealed Bids is Thursday, September 21, 2017 at 9:00 a.m. EST.

OFFICE OF WILL COUNTY EXECUTIVE LAWRENCE M. WALSH Will County Office Building 302 N Chicago Street Joliet, Illinois, 60432

REQUEST FOR QUOTATION For Purchase and Installation of a SMART board System

Transcription:

BETHLEHEM AREA SCHOOL DISTRICT 1516 SYCAMORE STREET BETHLEHEM PA 18017 REQUEST FOR BIDS TIRES & SERVICE 2018-2019 School Year BIDS DUE: JUNE 4, 2018 TIME: 1:00 P.M.

BETHLEHEM AREA SCHOOL DISTRICT 1516 Sycamore Street Bethlehem, PA 18017 INVITATION TO BID TIRES & SERVICE DUE: MONDAY JUNE 4, 2018 The Bethlehem Area School District is seeking sealed bids for the purchase and delivery of various. Bids are due at the office of the Chief Financial Officer, Bethlehem Area School District, Education Center, 1516 Sycamore St. Bethlehem, PA 18017, no later than 1:00 p.m., prevailing time, Monday June 4, 2018. REQUIREMENTS A. Preparation of Bids 1. If any bidder finds discrepancies in these specifications or is in doubt to the meaning of any part thereof, the Bethlehem Area School District Purchasing Department should be notified 610-861-0500 or purchasing@basdschools.org. If it is deemed necessary, additional instructions in the form of addendums will be issued. Only these written changes will be binding. Oral or other changes, interpretations, or clarifications will be without legal effect. 2. All bids must be prepared and submitted on the forms provided as part of these specifications. No other forms will be accepted. Additional pages that clarify bids may be submitted with the bid forms when they conform to these requirements. 3. Bids must be typewritten or legibly written in ink and must be signed by the vendor on the enclosed Invitation to Bid form. UNSIGNED DOCUMENTS WILL NOT BE CONSIDERED. 4. Bids must show unit and total prices. All unit prices must conform to the specified unit of measure. The bid prices stated shall include delivery. 5. Items will be shipped to one location within the district BASD Transportation Department 1901 Chester Road Bethlehem, PA 18017. 6. Purchases will be made as tires and services are needed during the 2018-19 school year. Purchase quantities will vary based on need. Regardless of quantity, the successful Bidder shall be expected to honor the unit price(s) bid. All quantities indicated are to be considered approximate only and are provided for bidder information purposes only. No guarantee is given or implied as to the exact amount or number, which shall be required under the terms and conditions of this bid. The district reserves the right to increase or decrease any estimated quantities listed.

7. Any reference to a particular manufacturer's product either by trade name or by limited description is solely for the purpose of more clearly indicating the minimum standard of quality desired, except where a no substitute is requested. 8. It is the responsibility of the bidder to indicate on the bid form any variances between the submitted bid and the district's specifications, no matter how slight. In the absence of any notation to the contrary, it will be presumed that vendor is bidding and will provide item as specified. B. Submittal of Bids 1. One (1) completed original and one (1) copy shall be delivered to the office of the Chief Financial Officer/Board Secretary, Bethlehem Area School District, Education Center, 1516 Sycamore Street, Bethlehem, Pennsylvania 18017 no later than the due date and time. Any bids received after that time shall not be opened by the school district. The school district will not be responsible for lateness of receipt due to mail delays. 2. Bids are to be submitted in a sealed envelope bearing the name of the vendor and plainly marked with the bid name and due date. 3. Bids will be opened at the Bethlehem Area School District Education Center, 1516 Sycamore Street, Bethlehem, Pennsylvania, at 1:00 p.m., prevailing time, Monday, June 4, 2018. C. Approved/Acceptable/ or Equal Manufacturers 1. The product descriptions listed herein are specifications only to the extent that they specify the item to be quoted. The Manufacturer/Brand names listed in the specifications are the result of past experience and ongoing product testing and evaluation. They are not intended to limit competition but do indicate the quality required and are an integral part of the specifications. 2. If a bidder is bidding an EQUAL product, the product must entirely meet all specifications listed within the bid. Samples may be requested to assist in the evaluation process. D. Samples 1. Under certain circumstances, samples may be requested by the District for evaluation purposes for the purpose of determining if the item offered complies with the intent of the specifications. 2. Vendors shall have ten (10) calendar days after receiving a written or verbal request to furnish these samples. All samples are to be delivered to the address specified at NO cost to the district. Failure to furnish samples within ten (10) calendar days may be cause to consider the bid non-responsive for those specific items. 3. Samples may be subject to destructive evaluation to determine compliance with specifications or may be consumed to measure suitability or performance characteristics. We cannot guarantee return of samples. Samples which are not destroyed may be

returned at the bidder s expense. Any samples remaining longer than thirty (30) days after the bid award date shall become district property. E. Prices 1. Bids shall show unit, extension, and total prices as designated on the attached forms. Should figures be irreconcilable, the lowest unit price shall prevail. 2. All prices shall be on an F.O.B destination basis. 3. All deliveries must be shipped FREE from all transportation charges, regardless of the size of the order. All orders must be shipped prepaid. 4. The proposal sheets contain specific packaging units of measure. Any quote where the packaging quantity differs from the specifications must be clearly indicated and an extrapolation made by the bidder which would proportionately change the total bid quantity and the total bid price to reflect the difference packaging unit of measure being quoted. This shall be the responsibility of the vendor submitting the quote. If no change is indicated, it shall be assumed that the bid is on the quantity as indicated in the specifications presented and vendor will be expected to honor the quoted pricing, or the vendor may be found to be in default of the contract and risk eligibility of doing future business with the district. 5. Bid prices are to be firm for a period of one (1) year July 1, 2018 through June 30, 2019. 6. Any additional tires or service purchased by the District for the duration of the contract and not on the anticipated list should be made available at the same rate of discount as items specified. F. Taxes 1. The school district is exempt from all state sales tax and federal excise tax, and these taxes should not be included in quotes. G. Bid Awards 1. Awards will be made on the basis of the lowest total cost, kind, quality, and material being equal. 2. Bids will be considered and awarded on an item-by-item basis. Any bids based upon all or none basis may be rejected. 3. The district reserves the right to reject any or all bids in whole or in part, and may waive informalities, technicalities, and irregularities. Also to award in any manner which appears from all consideration to be the most economical and advantageous to the school district. 4. Each bid shall be irrevocable for a period of ninety (90) days from date of quote opening. Time may be extended by mutual consent of the bidder(s) and the Bethlehem Area School District. 5. Conditioned bids or bids which do not conform to these requirements may be rejected.

6. The Invitation to Bid, associated specifications, bidders response, awarded bids, purchase orders, and any attachments shall constitute a binding contract. H. Invoicing and Payment 1. Each purchase order is to be invoiced separately. The district purchase order number must appear on all invoices, packages, and correspondence. 2. The school district reserves the right to pay invoices electronically or by credit card. The district is moving towards a paperless system as a way to streamline the procurement and accounts payable process. Therefore, credit card acceptance may be a determining factor in the evaluation and recommendation for award. 3. All payments are approved by the Board of School Directors which meets once a month. Invoices are typically paid in 45 days but may at times span a 45 to 60 day period.

Bethlehem Area School District Education Center 1516 Sycamore Street Bethlehem, Pennsylvania 18017 BETHLEHEM AREA SCHOOL DISTRICT 1516 Sycamore Street Bethlehem, PA 18017 INVITATION TO BID TIRES & SERVICE DUE: Monday, June 4, 2018 1:00 PM BID SUBMISSION FORM This bid is submitted to the Bethlehem Area School District in accordance with your specifications for. The undersigned proposes to furnish said items for the bid prices recorded on the enclosed documents. This bid is subject to all the specifications, terms and conditions of the bid request and, if selected, we hereby agree to furnish the item(s) awarded in exact accordance with these specifications and at the price(s) stated. Company Name Address City, State, Zip Authorized Signature Print Name and Title Date Telephone Number Fax Number Email Address

Please indicate whether your company will accept credit cards as a form of payment. Yes No The following indicates any discrepancies between this bid and the school district's general specifications such as shipping terms, minimum amount of orders, substitution of item(s), etc. Attach additional pages if needed. The undersigned hereby acknowledges receipt of the following bulletins and has prepared this bid accordingly: Addendum # Addendum # Dated Dated Person(s) to be contacted should clarification of any part of your bid be necessary: Name (Please type or print) Telephone Fax #

ANTI-DISCRIMINATION CLAUSE (Section 755, Pennsylvania School Code) 1. In accordance with the provisions of the Pennsylvania School Code, the Contractor agrees: a. That in the hiring of employees for the performance of work under this contract, or any subcontractor hereunder, no contractor, subcontractor, nor any person acting on behalf of such contractor or subcontractor, shall by reason or race, creed, color, discriminate against any citizen of the Commonwealth of Pennsylvania who is qualified and available to perform work to which the employment relates; b. That no Contractor, subcontractor, or any person acting on behalf, shall in any manner discriminate against or intimidate any employee hired for performance of work under this contract on account of race, creed, or color; c. That there may be deducted from the amount payable to the contractor under this contract, a penalty of five dollars ($5.00) for each person for each calendar day during which such person was discriminated against or intimidated, in violation of the provisions of the contract; and, d. That this contract may be cancelled or terminated by the Bethlehem Area School District and all money due or to become due hereunder may be forfeited, for a second or any subsequent violation of the terms or conditions of this portion of the contract. Initial

INSTRUCTIONS FOR NON-COLLUSION AFFIDAVIT 1. This Non-Collusion Affidavit is material to any contract awarded pursuant to this bid. According to the Pennsylvania Anti-Bid Rigging Act, 73 P.S.. 1611 et seq., governmental agencies may require Non-Collusion affidavits to be submitted together with bids. 2. This Non-Collusion Affidavit must be executed by the member, officer or employee of the Bidder who makes the final decision on prices and the amount quoted in the bid. 3. Bid rigging and other efforts to restrain competition, and the making of false sworn statements in connection with the submission of bids are unlawful and may be subject to criminal prosecution. The person who signs the affidavit should examine it carefully before signing and assure himself/herself that each statement is true and accurate, making diligent inquiry, as necessary, of all other persons employed by or associated with the Bidder with responsibilities for the preparation, approval or submission of the bid. 4. In the case of a bid submitted by a joint venture, each party to the venture must be identified in the bid documents, and an affidavit must be submitted separately on behalf of each party. 5. The term "complementary bid" as used in the Affidavit has the meaning commonly associated with that term in the bidding process, and includes the knowing submission of bids higher than the bid of another firm, any intentionally high or noncompetitive bid, and any other form of bid submitted for the purpose of giving a false appearance of competition. 6. Failure to file an Affidavit in compliance with these instructions will result in disqualification of the bid.

BETHLEHEM AREA SCHOOL DISTRICT NON-COLLUSION AFFIDAVIT Quote Name State of County of I state that I am of (Title) (Name of firm) and that I am authorized to make this affidavit on behalf of my firm, and its owners, directors, and officers. I am the person responsible in my firm for the price(s) and the amount of this bid. I state that: 1. The price(s) and amount of this bid have been arrived at independently and without consultation communication, or agreement with any other contractor, bidder, or potential bidder. 2. Neither the price(s) nor the amount of this bid, and neither the approximate price(s) nor the approximate amount of this bid, have been disclosed to any other firm or person who is a bidder or potential bidder, and they will not be disclosed before the bid opening. 3. No attempt has been made or will be made to induce any firm or person to refrain from bidding on this contract, or to submit a bid higher than this bid, or to submit an intentionally high or noncompetitive bid or other form of complementary bid. 4. The bid of my firm is made in good faith and not pursuant to any agreement or discussion with, or inducement from, any firm or person to submit a complementary or other noncompetitive bid. 5., its affiliates, subsidiaries, officers, (Name of Firm) directors and employees are not currently under investigation by any governmental agency and have not in the last three years been convicted or found liable for any act prohibited by State or Federal law in any jurisdiction, involving conspiracy or collusion with respect to bidding on any public contract, except as follows: I state that understands and acknowledges that the (Name of Firm) above representations are material and important, and will be relied on by the Bethlehem Area School District when recommending for award the items for which this bid is submitted. I understand and my firm understands that any misstatement in this affidavit is and shall be treated as fraudulent concealment from the Bethlehem Area School District of the true facts relating to the submission of bids for this contract. Print Name of Authorized Person & Company Position Signature of Authorized Person Sworn to and subscribed before me this day of, 20. Notary Public My commission expires

BETHLEHEM AREA SCHOOL DISTRICT TIRES & SERVICE BID PRICING SHEET SPECIFICATIONS FOR TIRES Retread Truck and Bus Tires Prices shall include pick-up, delivery, and mounting. Item No. Manufacturer Size Description Unit Price Specific Name 1 11R X 22.5 Retread Bandag, Michelin or approved equal, minimum tread depth 22/32 inch; minimum tread width 220 mm Bandag BRX Michelin Drive Master 2 225/75/R16 Bandag BDLT Michelin XDE M/S 3 Disposal of Casings Medium Truck Passenger Car

BETHLEHEM AREA SCHOOL DISTRICT TIRES & SERVICE BID PRICING SHEET SPECIFICATIONS FOR TIRES New Front Tires and Tubes New tires are to be tubed and flapped where applicable. Item No. Description Unit Price 1 11R X 22.5 Michelin XZE2 Steering Tires Load Range G 22/32 2 11R X 22.5 Continental HSR Steering Tires Load Range H 23/32 3 11R X 22.5 Bridgestone R268 Steering Tires Load Range G 22/32 4 11R X 22.5 Firestone 561 Steering 5 LT 245/75R17 BF Goodrich All Terrain 6 LT 225/75R16 Load Range E Firestone Transforce HT 7 LT 225/75R16.5 Load Range E Firestone Transforce AT 8 225/70R19.5 Load Range F Bridgestone R250F Steering Tires 9 225/70R19.5 Load Range F Cooper RM160 Steering Tires 10 LT 245/75R16 Firestone Transforce HT 11 225/75R15 Firestone Destination LE2 12 LT 245/75R16 Firestone Transforce A/T 13 P225/60R16 Firestone FR710 14 LT 245/75R16 Goodyear Wrangler 15 24 X 10.50-10 4-ply ATV tire 16 25 X 11.10-10 4-ply ATV tire 17 11R X 22.5 A Casing 18 9R X 22.5 Firestone 560+ Steering

BETHLEHEM AREA SCHOOL DISTRICT TIRES & SERVICE BID PRICING SHEET SPECIFICATIONS FOR SERVICE Service Service to include the pick-up of tire and wheel from the Transportation Facility, 1901 Chester Road, Bethlehem PA and to be delivered to site of vehicle, as directed, and mounted; return tire and wheel to dealer s shop for repair as needed. Response time for road service shall be within a one (1) hour period or less. Mounts and dismounts, rotation of tires or flat repairs shall be done at our location at the service call hourly rate. Please Note: Contractor shall have available, a mounted air compressor on his truck, for road service as needed. Item No. Description Unit Price 1 Service Calls between the hours of 8:00 AM and 5:00 PM Weekdays 2 Service Calls before the hours of 8:00 AM and after 5:00 PM Weekdays, Weekends and Holidays 3 Spin Wheel Balance 20 and greater (Unit Price per Wheel) 4 Spin Wheel Balance less than 20 (Unit Price per Wheel)