current contract information form · web viewsupplier(s) shall provide the following documents for...

189
State of Washington Current Contract Information Change Notice No. 14 Effective Date: February 5, 2009 Contract number: 07503 Commodity code: 2320 Contract title: VARIOUS CAB & CHASSIS AND OPTIONS Purpose: OPTIONS ADDED TO ITEM F5 Current period: July 9, 2007 through: July 8, 2009 Contract type: This contract is designated as convenience use. Scope of contract: This contract is awarded to one contractor(s). Primary user: Tacoma Public Utility Additional use by: All State Agencies, Political Subdivisions of Washington and Oregon State, Qualified Non-profit Corporations, Materials Management Center, Participating Institutions of Higher Education (College and Universities, Community and Technical Colleges). Contractor: Cascadia International, LLC Contact: Jerry Meyerhoff Address: 2312 Milwaukee Way Tacoma, WA 98421 Phone: FAX: (800) 654-5850 (253) 383-4281 Supplier No.: 23501 Email: [email protected] Fed. I.D. No.: 91-1688041 This page contains key contract features. Find detailed information on succeeding pages. For more information on this contract, or if you have any questions, please contact your local agency Purchasing Office, or you may contact our office at the numbers listed below.

Upload: others

Post on 15-Mar-2020

0 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: Current Contract Information Form · Web viewSupplier(s) shall provide the following documents for review during the compliance inspection for each item of equipment inspected. These

State of WashingtonCurrent Contract Information

Change Notice No. 14Effective Date: February 5, 2009

Contract number: 07503 Commodity code: 2320

Contract title: VARIOUS CAB & CHASSIS AND OPTIONS

Purpose: OPTIONS ADDED TO ITEM F5

Current period: July 9, 2007 through: July 8, 2009

Contract type: This contract is designated as convenience use.

Scope of contract: This contract is awarded to one contractor(s).

Primary user: Tacoma Public Utility

Additional use by: All State Agencies, Political Subdivisions of Washington and Oregon State, Qualified Non-profit Corporations, Materials Management Center, Participating Institutions of Higher Education (College and Universities, Community and Technical Colleges).

Contractor: Cascadia International, LLC Contact: Jerry MeyerhoffAddress: 2312 Milwaukee Way

Tacoma, WA 98421Phone:

FAX:(800) 654-5850(253) 383-4281

Supplier No.: 23501Email: [email protected] Fed. I.D. No.: 91-1688041

This page contains key contract features. Find detailed information on succeeding pages. For more information on this contract, or if you have any questions, please contact your local agency Purchasing Office, or you may contact our office at the numbers listed below.

Contract Specialist: Corinna Cooper Customer ServicePhone Number: (360) 902-7440 Phone Number: (360) 902-7400Fax Number: (360) 586-2426 Fax Number: (360) 586-4944Email: [email protected] Email: [email protected]

Visit our Internet site: http://www.ga.wa.gov/purchase

Page 2: Current Contract Information Form · Web viewSupplier(s) shall provide the following documents for review during the compliance inspection for each item of equipment inspected. These

Current Contract InformationContract No. 07503 Change Notice No. 14Page 2

Ordering information: See page 2 Note III Ordering procedures: See page 2 Note II

Special notes: See BelowPayment address: 2312 Milwaukee Way, Tacoma, WA 98421

Order placement address: 2312 Milwaukee Way, Tacoma, WA 98421Minimum orders: None

Delivery time: 150-180 days After Receipt of Order (ARO)Payment terms: Net 30 days

Shipping destination: Free On Board (FOB) Destination. Original order FOB Tacoma Public Utility all other orders FOB Dealer.

Freight: Prepaid and included in unit pricingContract pricing: See pages Attachment “A”

Term worth: $12,658,912.00

Current participation:$0.00 MBE $0.00 WBE $12,658,912.00

OTHER$0.00 EXEMPT

MBE 0% WBE 0% OTHER 0% EXEMPT 0%

NOTES:I. Best Buy: The following provision applies to mandatory use contracts only. This contract is subject to

RCW 43.19.190(2) & RCW 43.19.1905(7): which authorizes state agencies to purchase materials, supplies, services, and equipment of equal quantity and quality to those on state contract from non-contract suppliers. Provided that an agency subsequently notifies the Office of State Procurement (OSP) State Procurement Officer (SPO) that the pricing is less costly for such goods or services than the price from the state contractor.

If the non-contract supplier's pricing is less, the state contractor shall be given the opportunity by the state agency to at least meet the non-contractor's price. If the state contractor cannot meet the price, then the state agency may purchase the item(s) from the non-contract supplier, document the transactions on the appropriate form developed by OSP and forwarded to the SPO administering the state contract. (Reference General Authorities document)

If a lower price can be identified on a repeated basis, the state reserves the right to renegotiate the pricing structure of this agreement. In the event such negotiations fail, the state reserves the right to delete such item(s) from the contract.

II. State Agencies: Submit Order directly to Contractor for processing. Political Subdivisions: Submit orders directly to Contractor referencing State of Washington contract number. If you are unsure of your status in the State Purchasing Cooperative call (360) 902-7415.

III. Only authorized purchasers included in the State of Washington Purchasing Cooperative (WSPC) listings published and updated periodically by OSP may purchase from this contract. It is the contractor’s responsibility to verify membership of these organizations prior to processing orders received under this contract. A list of Washington members is available on the Internet

document.doc 2

Page 3: Current Contract Information Form · Web viewSupplier(s) shall provide the following documents for review during the compliance inspection for each item of equipment inspected. These

Current Contract InformationContract No. 07503 Change Notice No. 14Page 3

https://fortress.wa.gov/ga/apps/coop/Default.aspx, Contractors shall not process state contract orders from unauthorized users.

SPECIAL CONDITIONS:

1. Current Contract Information (CCI)This Current Contract Information (Change Notice No. 14) adds additional option to item 5, at the request of our customer. Revised prices will be firm through July 8, 2009. This CCI works in conjunction with the contract award and Change Notices 1 through 13. All Other Terms, Conditions, and Pricing remain unchanged.

2. Certificate of Insurance Contractor to furnish to the State Procurement Officer, a copy of a valid Certificate of Insurance listing the State as beneficiary (See Original Bid Document, Section II, Paragraph 1) which is to stay in forced for duration of contract.

3. WarrantyBidder will submit a copy of warranty with items delivered under this contract. Unless otherwise specified, full parts and labor warranty period shall be for a minimum period of one (1) year after receipt of materials or equipment by the Purchaser. All materials or equipment provided shall be new, unused, of the latest model or design and of recent manufacture

In the event of conflict between contract terms and conditions and warranty submitted, to afford the state maximum benefits, the contract terms and conditions shall prevail.

4. Sales and Subcontractor ReportA quarterly Sales and Subcontractor Report (attached) shall be submitted in the format provided by the Office of State Procurement. You can get the report electronically at https://fortress.wa.gov/ga/apps/CSR/login.aspx. Total purchases for each State Agency, University, Community and Technical Colleges must be shown separately. Total purchases for all political subdivisions and non-profit organizations may be summarized as one customer. Additionally, all purchases by the State of Oregon or other purchasers must be reported as an aggregate total.

The report shall include sales information (Section A) and amounts paid to each subcontractor during the reporting period (Section B)

Reports should be rounded to nearest dollar. Contractors will be provided with all necessary sample forms, instructions, and lists. Reports are due thirty (30) days after the end of the calendar quarter, i.e., April 30th, July 31st, October 31st and January 31st.

document.doc 3

Page 4: Current Contract Information Form · Web viewSupplier(s) shall provide the following documents for review during the compliance inspection for each item of equipment inspected. These

Current Contract InformationContract No. 07503 Change Notice No. 14Page 4

CONTRACT INDEX

ATTACHMENT “A” PRICE SHEETS......................................................................................... ..5

ATTACHMENT “B” SECTION III SPECIFICATIONS...............................................................17Price Page Item No. 1-Cab and Chassis, International 4000 4x2:...................................................17Price Page Item No. 2, Cab and Chassis, International 5000 6x4 SFA:..........................................23Price Page Item No. 3 Cab and Chassis International 7000 4x2 & Item 4, 6 x4 :..........................29Price Page Item #4 Same as Price Page Item #3 but with Tandem axle equipped...........................35Price Page Item #5, Cab and Chassis to be a Severe Service International 7000 6X4:....................36

ATTACHMENT “C”..................................................................................................................... 41

ATTACHMENT “D” OPTIONS................................................................................................... 43

ATTACHMENT “E”..................................................................................................................... 44

ATTACHMENT F......................................................................................................................... 45Dump Truck Chassis, 38,000 GVW 4X2 W/ Automatic Transmission and front plow..................45ATTACHMENT F1....................................................................................................................... 60Dump Truck Chassis, 38,000 GVW 4X2 with front plow..............................................................60ATTACHMENT F2....................................................................................................................... 75Dump Truck Chassis, 38K, 4x4,.................................................................................................... 75ATTACHMENT F3....................................................................................................................... 91Dump Truck Chassis, 58,000 GVW 6X4 with front plow..............................................................91ATTACHMENT F4 WSDOT BOILER BLATE...........................................................................106ATTACHMENT F5 RECONFIGURATION OF PRICING & OPTIONS.....................................108

document.doc 4

Page 5: Current Contract Information Form · Web viewSupplier(s) shall provide the following documents for review during the compliance inspection for each item of equipment inspected. These

Current Contract InformationContract No. 07503 Change Notice No. 14Attachment “A”Page 5

ATTACHMENT “A” PRICE SHEETS

PRICE SHEETS ITEM NO 1

Cab & Chassis Item #1 Contract 07503 Pricing 8/1/2008-7/08/09Mfg.: International Truck Engine

Brand/Model: International 4000 Vehicle Base Cost:Trucks built with International Engines subject to $5000.00 net Emissions for 2007 $62,352.13

Options to be considered $5,000.001. Any Premium or Standard solid cab color2. Frame options No ChargeA. Stationary Grille (Stone or Bug guard not available with this feature)

B.  120,000 PSI Frame .375” $63.00 1) 80,000 PSI Frame .312 ($108.00)C.  Front frame extension (.438 min. thickness) Available with

restrictions NOT for plow use post 2007 emissions ($170.00)

D. Chrome bumper $293.00E.  Additional rear cross member for longer wheelbases $253.00

F.   Wheel bases over 197" (note up to 254" WB) $145.003. Axle options $63.00A.     8,000 lb. axle option, include suspension and brakes

A.1 12,000 lb Fr. Axle, Suspension, brakes. Incl 11R22.5 Tires ($725.00)

B. 10,000 lb. axle option, include suspension and brakes ($220.00)C.     17,500 lb. axle option, include 20,000 suspension (4000

Series) (315.00)D 21,000 lb. rear axle, without traction control (1,157.00E.     23,000 lb. rear axle, without traction control (865.00)

Air Suspension on rear axle (423.00)F.      Lo- Profile configurations (include 8000 front and 17500-

rear axle with 80,000-PSI Frame.) 4000 only $1,658.00

($1,882.00)

5

Page 6: Current Contract Information Form · Web viewSupplier(s) shall provide the following documents for review during the compliance inspection for each item of equipment inspected. These

Current Contract InformationContract No. 07503 Change Notice No. 14Attachment “A”Page 6

ITEM NO 1 CONTINUED:

Cab & Chassis Item #1 Contract 07503

Pricing8/1 /2008-

7/08/094. Brakes

A.     Hydraulic brakes, (omit 13.2 cfm compressor, Air dryer, air horns) (4000 Series Only) ($1,215.00)

B.     Delete trailer connections for air brakes with 7-way electrical to rear ($295.00)

C.     Exhaust D.     Horizontal Exhaust (2007 restrictions apply on WB &

Application) ($171.00)E.     Exhaust Pac-Brake (credit to delete) ($404.00)6. Engines ILO Maxx force DT 285 HP –800 lb. ft Torque as supplied A.     210 hp w/ 520 torque (4000) replaces 195 hp ($4,718.00)B.     225 hp w/ 620 torque (4000) replaces 230 hp ($3,644.00)

C.     245 hp w/ 660 torque (4000) hp replaces 250 hp ($3,152.00)7. Transmissions

A.      Allison 2000 Series w/ PTO provisions ($2,886.00)C.     10 speed Fuller manual transmission ($4,035.00)D.      6 speed Fuller manual transmission ($3,971.00)8. Cab and Electrical options

A.     145 Amp low speed high output Leese Neville alternator $168.00 (1)270 Amp Leese Neville Alternator $1,053.00B.     Manual reset circuit breakers $63.00C.     Delete power module and in dash 6-switch panel for

accessories ($286.00)D.     Dual 50 gallon ILO single 50 gallon fuel tank or single 70

Gallon tank $303.00E.      Standard rearview mirrors ($193.00)F.      Air Suspension high back driver and fixed position

passenger seat ($134.00)

G.        1/3-2/3 passenger seat with storage under $144.00H.     Power windows and locks Double cost for crew cab with

four doors $235.00

6

Page 7: Current Contract Information Form · Web viewSupplier(s) shall provide the following documents for review during the compliance inspection for each item of equipment inspected. These

Current Contract InformationContract No. 07503 Change Notice No. 14Attachment “A”Page 7

ITEM NO 1 CONTINUED:

Cab & Chassis Item #1 Contract 07503Pricing

8/1/2008-7/08/09

I.       Provide 800 mz radio accommodation package w/antenna base, bracket, mike clip and harness. $773.00J.       Add CB equipment $182.00K.      Delete Air conditioning ($509.00)L.      Deluxe interior ILO Premium trim ($186.00)

M.     Extended cab with approx. 25" extension (Factory) $1,992.00N.         Crew Cab (Factory) 4-Doors with rear bench seat and 3 Grab Hdls $6,460.00O.     Provide application of door decals $152.00P.      Service manual for chassis on CD $201.00

Q.     Vin# specific parts manual for chassis on CD $294.00R.     Diagnostic software and necessary cables for attaching to PC (for DT Engines) N/AS. Provide generic radio wireing to header for customer installation $127.00

T. Delco 1150 Batteries ILO Exide or International $99.00Options per attachment "C"1. Expanded metal stone guard (Not available with Fixed Grille) N/A ITEM 12. Relocate switch controller inside cab $235.00

3. Sweep style air restriction indicator ILO Filter minder $230.004. Delete exterior visor ($125.00)Applicable Options per attachment "D"1. T- Handle for Allison ILO Pad shifter $235.002. Backup Alarm $76.003. Truck Lite 44 Series LED taillights with Super 40 Backup light $121.00

4. Air suspension cab (required above 245 HP Engines) $334.00

7

Page 8: Current Contract Information Form · Web viewSupplier(s) shall provide the following documents for review during the compliance inspection for each item of equipment inspected. These

Current Contract InformationContract No. 07503 Change Notice No. 14Attachment “A”Page 8

PRICE SHEET ITEM NO. 2

Cab & Chassis for Item #2Mfg.: International Truck and EngineBrand/Model: International 5000 Series Pricing

8/1/2008-7/08/09Vehicle Base Cost: $99,136.13 EMISSION COST ON ALL CHASSIS BUILT W/2007 LEGAL ENGINES $7,600.00WITH CUMMINS ISX ENGINESOptions 1. Set back axle configuration ILO set forward no charge2. Cab to axle and frame options (all section modulus as spec’d):A.  Over 138” CA with front frame extension $392.00B.  Delete Fixed grille N/AC.  Provide front PTO provisions $199.00D.  Provide front frame extension $235.00E. Single 5/16ths Frame Rail ILO “C” Channel Outer Reinforcement

Restrictions apply ($1050.00)

3. Engine options: A.   Offering ISX 450 hp @ 1650 Torque (requires manual transmission) $849.00B.   475 hp ISX @ 2000 rpm (475 hp/ requires Manual Trans.) $2,021.00C.  Anti lock brake system (4-channel) w/ traction control $127.004. Rear axle options:A.  40,000 tandem rear axle & suspension $1,317.00B.  Hendrickson HS air suspension $468.00C.  Hendrickson RT suspension ($213.00)D.   11r24.5 rear tires and wheels with G164RTD $219.005. Front axle options:

A.  14000 lb. Front axle ILO 18000 bid with 12r22.5 16 pr G159 Goodyear ($480.00)B.  20000 lb. Front axle ILO 18000 bid with 425/65 22.5 20 pr G286 Goodyear Tires on 12.25 “ $247.00C.  Aluminum front wheels ILO steel

$186.00Note: A and B to include front shocks and proper brakes and steering for GAWR6. Transmission optionsA. RTLO18918 or RTLO16909ALL ($9,425.00)B. RTO-14908LL ($10,586.00)C. RTLO16918B ($9,914.00)

8

Page 9: Current Contract Information Form · Web viewSupplier(s) shall provide the following documents for review during the compliance inspection for each item of equipment inspected. These

Current Contract InformationContract No. 07503 Change Notice No. 14Attachment “A”Page 9

Cab & Chassis for Item #2Mfg.: International Truck and EngineBrand/Model: International 5000 Series Pricing

8/1/2008-7/08/097. Misc. Options: $457.00A.  Delete air conditioning Not AvailableB.  Vinyl seat covering ILO fabric N/AC.  Alternate cab color (solid color)

D.         Power windows (now packaged with power door locks) $248.00

E.      WSDOT type radio effects radio prep. Package and antenna (800 mz) $777.00F.      Stationary passenger seat (to match driver) (Not as deluxe) ($248.00)G. Decal application on doors (fleet #s and logo) $52.00H. Service manual for chassis on CD $202.00I. Vin # specific parts manual for chassis on CD $295.00

J. Dual Electrically adjustable Stainless Mirrors $448.00K. Delete trailer connections for air brakes with 7-way electrical to rear (as in item 2) ($297.00)Options per attachment "C"

1. Expanded metal stone guard $290.003. Relocate air dryer inside right frame rail 35" BOC (must now be done locally) $475.004. Sweep style air restriction indicator ILO Filterminder $78.005. Add speed sensor cover with 2 ports (Fuller 9 series) $98.006. Reconfigure batteries w/ trays, caps, in line style $227.007. Delete exterior visor ($118.00) Options per attachment “D”1. Tractor Options :

Cab controlled air slide Holland fifth wheel plate. The fifth wheel plate shall raise a bove the frame rails of the chassis by 7.6 inches.

Pro Tech model 10-1000 aluminum cab guard with chain binder holding locking brackets and a rear view window opening.Work light mounted on each upper corners of the cab guard. The work lights shall be individually controlled within the cab. Two Echo 6665 A strobe lights mounted on the outboard side of each work light. $5,613.002. Electronic auto shift eighteen speed Fuller Transmission Application approval required. ($5,104.00)3. Selector valve for under hood air intake: $134.004. T-Handle gear selector for Allison Transmission: $238.00

9

Page 10: Current Contract Information Form · Web viewSupplier(s) shall provide the following documents for review during the compliance inspection for each item of equipment inspected. These

Current Contract InformationContract No. 07503 Change Notice No. 14Attachment “A”Page 10

Cab & Chassis for Item #2Mfg.: International Truck and EngineBrand/Model: International 5000 Series Pricing

8/1/2008-7/08/095. Backup alarm $77.006. 20,000 lb. front suspension with 18,000 axle options: $173.00

7. Truck-lite 44 Series LED taillights with Super 40 backup lights: All items

$122.00

8. Factory auxiliary headlight wiring: All items except item 2 N/A item 29. Option of 100 amp 22 SI alternator: All items ($81.00)10. Two piece clutch brake $238.0011.6 in-cab dash mounted switches: $122.0012. Air suspension cab: $335.00Options From Attachment “E”1. Option of ISM 425V ILO ISX ($865.00)2. Transmission Retarder in lieu of Jake brake $7,256.003. Rear Engine PTO $2,409.004. Widest back window available $104.005. 24" ground clearance package w/ temp mount fuel tank $814.006. Chalmers Suspension $349.00

10

Page 11: Current Contract Information Form · Web viewSupplier(s) shall provide the following documents for review during the compliance inspection for each item of equipment inspected. These

Current Contract InformationContract No. 07503 Change Notice No. 14Attachment “A”Page 11

PRICE SHEET ITEMS 3 & 4

Cab and Chassis Items # 3 and #4 07503Pricing

8/1/2008-7/08/09Cab & Chassis for TPU, 37,000 GVWR, 4 X 2.Mfg.: Mfg.: International Truck and EngineBrand/Model: Mfg.: International 7000 4x2 $64,096.13 Cab & Chassis for TPU 54,000 GVWR, 6 X 4.Mfg.: Mfg.: International Truck and EngineBrand/Model: Mfg.: International 7000 6 X 4 $70,559.13Trucks built after 1/1/2007 subject to $5400.00 net Emissions Surcharge (See attached letter) $5,400.00

Options to be considered on Items 3 and 4Cost of offered

Options1. Set back axle configuration ILO set forward

No Charge2. Cab to axle and frame options (all section

modulus as spec’d):A. Over 120” ca with front frame extension $276.-120;;-189’’ on

4x2  $318. -102’’-151’’

CA 6x4  $595. 6x4 over

151’’ CA B. Fixed grille (Fixed grille mandatory option

with 2007 emissions) $64.00C. Add front PTO provisions $54.00D. Delete front frame extension ($284.00)E. Delete 30 sm frame and provide 22 sm

120,000 psi single frame ($205.00)3. Engine options:

A. 285 hp 800 lb. ft. Torque MaxxForce DT engine option @ 2000 rpm ($955.00)B. 305 hp 1150 lb. Ft. torque Cummins ISM w/ Jacobs engine brake requires an additional $2000.00 Emissions adjustment for any production after 1/1/07. Due to this being a Cummins Engine

NOT AVAILABLE EXCEPT ON

WSDOT PLOW UNITS PRICED SEPARATELY

C. Horizontal exhaust system ($26.00)4. Brake options:A. Anti lock brake system (4-channel) w/ traction control $146.00

11

Page 12: Current Contract Information Form · Web viewSupplier(s) shall provide the following documents for review during the compliance inspection for each item of equipment inspected. These

Current Contract InformationContract No. 07503 Change Notice No. 14Attachment “A”Page 12

Cab and Chassis Items # 3 and #4 07503Pricing

8/1/2008-7/08/09B. Delete exhaust brake ($406.00)C. Engine Brake ILO Exhaust Brake $1,035.005. Rear axle options:A. 23,000 single rear axle & 31,000 lb. Suspension less driver control traction

($467.00)B. 23,000 2-speed single axle less traction control

$731.00C. 21,000 Single speed axle less traction control

(601.00)6. Front axle options:A. 18000 front axle ILO 14000 bid with 385/65R22.5 18 PR G286 Goodyear Tires on 8.25” Accuride #28476 wheels, and 16.5 x 5” s-cam front brakes (INCREASE DUE TO MODEL TIRE PRICING INCREASE) $2,805.00B. Aluminum front wheels ILO steel $212.00C. Aluminum rear wheels ILO steel Priced per Axle

$528.00 7. Transmission optionsA. Eaton Fuller 10 speed transmission ILO Allison 6 speed

With 275 HP Option only @ ($5,910)

B. Allison retarder for MD series transmissions$4,598.00

C. Allison HD 4560 Transmission $7,930.00D. Allison MD 3560 Transmission NO LONGER

MANUFACTURED8. Misc. OptionsA. 160 Amp alternator $166.00B. Manual reset circuit breakers Standard 7000 SeriesC. Delete power module and in dash 6-switch panel for accessories ($288.00)

D. Dual 70 gallon ILO single 70 gallon fuel tank $329.00 (1) Single 80 Gallon tank with clean CA $92.00

(2) Add for Aluminum Tank ( single 70 or 80g) 123.00E. Standard rearview mirrors ($194.00)F. Dual Air Suspension high back driver and fixed position passenger seat ($135.00)G. 1/3-2/3 Driver passenger seat with storage under (Air drivers seat) $144.00H. Power windows and locks (double the cost for crew cab) $237.00

12

Page 13: Current Contract Information Form · Web viewSupplier(s) shall provide the following documents for review during the compliance inspection for each item of equipment inspected. These

Current Contract InformationContract No. 07503 Change Notice No. 14Attachment “A”Page 13

Cab and Chassis Items # 3 and #4 07503Pricing

8/1/2008-7/08/09

I. 800 MHz radio accommodation package w/antenna base, bracket, mike clip and harness. $779.00J. Add CB equipment $184.00K. Delete Air conditioning ($512.00)L. Deluxe interior ILO Premium trim ($187.00)

M. Extended cab with approx. 25" extension (Factory) $1,809.00

N. Crew Cab (Factory) 4-Doors and rear bench seat now includes 3 external -grab handles $6,460.00O. Service manual for chassis on CD $202.00

P. Vin# specific parts manual for chassis on CD $296.00Q. Diagnostic software and necessary cables for attaching to PC DELETEDR.       Delete trailer connections for air brakes with 7-way electrical to rear, as in item 2 ) ($297.00) Applicable Options per attachment "C"

1. Expanded metal stone guard $291.002. Relocate switch controller inside cab $217.003. Relocate air dryer inside right frame rail 35"

BOC $249.004. Sweep style air restriction indicator ILO

Filter minder $233.005. Add speed sensor cover with 2 ports (Fuller 9

series) Done Locally $306.006. Reconfigure batteries w/ trays, caps, in line

style $227.007. Delete exterior visor ($124.00)8. Newly available 3-Battery box for clean CA

(some restrictions apply) $275.00

13

Page 14: Current Contract Information Form · Web viewSupplier(s) shall provide the following documents for review during the compliance inspection for each item of equipment inspected. These

Current Contract InformationContract No. 07503 Change Notice No. 14Attachment “A”Page 14

PRICE SHEET ITEM 5

Item # 5 Pricing Pricing

8/1/2008-7/08/09Base Chassis $89,681.13EMISSION COST ON ALL CHASSIS BUILT W/2007 LEGAL ENGINES WITH CUMMINS ISM ENGINES $7,000.001. Set back axle configuration ILO set forward No Charge2. Cab to axle and frame options (all section modulus

as specified): No Charge Up To 179’’

Add $435.00 above 179”

a Over 138” CA with front frame extension

b Fixed grille (Mandatory option with 2007 Emissions) $63.00 c Add front PTO provisions $54.00 d Add integral front frame extension $257.00 e. Provide 22 SM single rail frame ILO 30 SM

as bid. ($203.00)3. Engine options: a. 425 hp 1550 lb. Ft. Torque Engine Option NOTE: REQUIRES 7C or Allison. $1,598.004. Brake options: a Anti lock brake system (4-channel) w/ traction

control $145.005. Rear axle options:

a 40,000 tandem rear axle & suspension Change Due to pricing realignment within model ($1,641.00)

b Traction control in tandem axles (rear driver) $412.00c Hendrickson HS air suspension matched to axle

choice $496.00d Hendrickson RT suspension matched to axle

choice ($344.00)e 11r24.5 rear tires and wheels with G164 RTD $219.00

6. Front axle options:a 14000 lb. Front axle ILO 18000 bid with

12R22.5 16 pr G159 Goodyear ($753.00) b 18000 lb. Front axle ILO 20000 bid with

385/65 22.5 18 pr G286 Goodyear Tires on 12.25 “ disc wheels ($337.00)

c Aluminum front wheels ILO steel $211.00 A and b to include front shocks and proper brakes

and steering for GAWR Included7.Transmission options

14

Page 15: Current Contract Information Form · Web viewSupplier(s) shall provide the following documents for review during the compliance inspection for each item of equipment inspected. These

Current Contract InformationContract No. 07503 Change Notice No. 14Attachment “A”Page 15

Item # 5 Pricing Pricing

8/1/2008-7/08/09 a RTLO-14618B ($9,298.00) b RTO-14908LL ($9,632.00 c RTLO-16918B ($8,880.00) d RTLO-16909ALL ($8,669.00)8. Misc. Options: a Delete air conditioning ($511.00) b Vinyl seat covering ILO fabric ($51.00) c Alternate cab color (solid color) NO CHARGE d Power windows and door locks $236.00

e WSDOT type radio effects radio prep. Package and antenna (800 mz) header $786.00

f Stationary passenger seat (to match driver) ($135.00) g Switch able air intake $134.00 h Decal application on doors (fleet #s

and logo) $51.00 i Service manual for chassis on CD $227.00 j. Vin# specific parts manual for chassis

on CD $295.00k. Diagnostic software and necessary cables for

attaching to PC N/A l. Extended cab with approx. 25" extension (Factory) $1,806.00 m. Aluminum tank ILO Steel 123.00Options per attachment "C" 1. Expanded metal stone guard $291.00 2. Relocate switch controller inside cab $218.00

3. Relocate air dryer inside right frame rail approximately 35" BOC $474.00

4. Sweep style air restriction indicator ILO Filter minder (Price Reduction due to factory avail) $78.00

5. Add speed sensor cover with 2 ports (Fuller 9 series) (Price Reduction due to factory avail) $99.00 6. Reconfigure batteries w/ trays, caps, in line style $227.00 7. Delete exterior visor ($124.00)Applicable Options from Attachment “D” 1. Tractor Options for Items Cab controlled air slide Holland fifth wheel plate. The fifth wheel plate shall rise above the frame rails of the chassis by 7.6 inches.

Pro Tech model 10-1000 aluminum cab guard with chain binder holding locking brackets and a rear view window opening.Work light mounted on each upper corners of the cab guard.

15

Page 16: Current Contract Information Form · Web viewSupplier(s) shall provide the following documents for review during the compliance inspection for each item of equipment inspected. These

Current Contract InformationContract No. 07503 Change Notice No. 14Attachment “A”Page 16

Item # 5 Pricing Pricing

8/1/2008-7/08/09The work lights shall be individually controlled within the cab.Two Echo 6665 A strobe lights mounted on the outboard side of each work light. $5,613.00

2. Electronic auto shift eighteen speed Fuller Transmission, Requires application approval. ($5,101.00)

3. CB accommodation package: $184.004. Selector valve for under hood air intake $134.005. T-Handle gear selector for Allison

Transmission $239.006. Backup alarm $77.007. 20,000 lb. front suspension with 18,000 axle

options $174.008. Truck-lite 44 Series LED taillights with Super 40

backup lights $122.009. 8 year 100% parts and labor warranty on main

fuse panel mounted on splash panel under the hood: All affected items

$122.00 on Power Distribution Center

10. Factory auxiliary headlight wiring: $40.0011. Corrosion resistant oil pan: ISM

Engines only $41.0012. Marmon-Harrington 4x4 conversion

(See Quote) $35,756.0013 Option of 425 HP Cummins ISM 1550

torque $1,598.0014 Option of 100 amp 22 SI alternator ($81.00)15. Two piece clutch brake

w/Eaton/Cummins $119.0016. Delete trailer air and electrical

connections at rear of frame ($297.00)Applicable options from Attachment (E)1. Transmission retarder ILO Jake Brake $7,257.002. 24” Ground clearance package w/ temp mount

fuel tank $814.003. Chalmers Suspension $349.00

16

Page 17: Current Contract Information Form · Web viewSupplier(s) shall provide the following documents for review during the compliance inspection for each item of equipment inspected. These

Current Contract InformationContract No. 07503 Change Notice No. 14Attachment “B”Page 17

ATTACHMENT “B” SECTION III SPECIFICATIONS

Description Item 1 Check If As

Specified

Describe Fully If Not As Specified

Item No. 1-Cab and Chassis, International 4000 4x2: 1. Chassis, Load capacity and Measurements:

a. Chassis load rating shall be 37,000 lbs. (GVWR).

b. Wheel Base shall be 163”

c. Cab to Axle (CA) shall be 96”

d. Bumper to back of cab to be 102-107”

2. Frame:

a. The entire length of the frame rails shall be full depth.

b. Both frame rails, from front to rear, shall be constructed with 120,000 psi steel, with a minimum section modulus of 22.00 and a minimum RBM of 2,600,000 in. lbs.

c. The section modulus at the engine cut outs shall be at least 18.00, with an RBM of 2,000,000.

d. There shall be no holes or bolts in the top flange of the frame rails, from the back of the cab to the trunnion.

e. The left frame rail shall be clear, between the fuel tank and the front hanger of the rear spring assembly.

f. Cross-members shall not be riveted to the frame rails, however cross-member components may be riveted to form a cross-member assembly.

g. Shall have a formed steel front bumper, with two front tow loops or hooks accessible through the bumper.

3. Cab and Related Equipment:

a. Shall be a manufacturer’s premium cab with at least 21 inches of clear space between the driver and passenger seat.

b. Exterior of the Cab shall be painted with Sikkens basecoat /clear coat Omaha Orange 0311 or equal.

c. Three-piece bonded hood and fenders shall tilt forward to a stable position and allow full and unrestricted access to the engine compartment.

17

Page 18: Current Contract Information Form · Web viewSupplier(s) shall provide the following documents for review during the compliance inspection for each item of equipment inspected. These

Current Contract InformationContract No. 07503 Change Notice No. 14Attachment “B”Page 18

Description Item 1 Check If As

Specified

Describe Fully If Not As Specified

d. When the hood and fenders are tilted forward, the grill shall not come in contact with the front frame extension.

e. There shall be a metal mesh protective screen, mounted behind the grill to protect the radiator.

f. The unit shall be equipped with the following:

1. Engine voltmeter

2. Engine oil pressure gauge.

3. Tachometer, and Hour-meter.

4. Engine coolant temperature gauge.

5. High output heater w/fresh air selection. The heater shall have a 30,000 BTU rating.

6. Dual Sun visors for both driver and passenger.

7. Factory installed air conditioning with particulate filter and electronic auto protection for low refrigerant.

8. Visual and audible low oil pressure / high coolant temperature warning system.

g. Dual, heated 6 x 16 inch rearview mirrors. Both side mirrors shall be motorized. The mirrors shall be equipped with a minimum 8-inch heated convex spot mirrors. Both mirrors to be designed to break away when hit from front or rear to minimize damage to mirrors and door structure.

h. Shall be equipped with an air horn mounted under cab.

i. Shall be equipped with cowl mounted, electric, intermittent, windshield wipers, to include a HD wiper motor(s).

j. The wiper linkage shall be a heavy-duty formed linkage. Pressed steel linkage is not acceptable.

k. The cab noise level shall not exceed 84 dba inside the cab with windows closed, measured at 1800 RPM and at normal road speed.

l. Shall be equipped with left and right egress / ingress assist handles. Additional Left side exterior handle with rubber insert, for safety.

18

Page 19: Current Contract Information Form · Web viewSupplier(s) shall provide the following documents for review during the compliance inspection for each item of equipment inspected. These

Current Contract InformationContract No. 07503 Change Notice No. 14Attachment “B”Page 19

Description Item 1 Check If As

Specified

Describe Fully If Not As Specified

m. Shall be equipped with an AM/FM Radio, with weather band.

n. Overhead molded plastic console, with dual storage pockets, radio mounting pocket with hold-down, electronic compass and outside temp display.

o. To have a factory installed exterior sun-visor painted to match cab.

p. To include functional vent windows in cab.

4. Seats:

a. Both the driver and passenger seats shall be a cloth covered high back National air ride to include air lumbar supports. To have armrests on inside (toward center) of each seat.

b. Both seats shall have compatible; three point type seat belts with shoulder strap, and retractors.

5. Electrical & Lighting Systems:

Note: All chassis lighting shall be conventional lighting (International lighting is not acceptable). : Chassis wiring must be color-coded and continuously numbered.

a. Shall be a 12-volt system with 110-amp alternator.

b. Batteries shall have at least 1,900 cold cranking amps (CCA) and be maintenance-free.

c. The battery box cover shall be constructed of a non-metallic reinforced material to include a remote jump stud.

d. The battery box shall be frame rail mounted under cab.

e. DEETED.

f. Shall have a, programmable six-position auxiliary switch panel. They shall operate from the ignition switch in both run and accessory positions, all switches shall be on/off (20 amp.) and be programmable to lower amperage. Remote power connections to be under cab.

1. Automatic circuit protection for switches.

2. Back lit, and labeled rocker panel switches

3. All switches are powered with provisions to label and identify individual switches for specific functions.

19

Page 20: Current Contract Information Form · Web viewSupplier(s) shall provide the following documents for review during the compliance inspection for each item of equipment inspected. These

Current Contract InformationContract No. 07503 Change Notice No. 14Attachment “B”Page 20

Description Item 1 Check If As

Specified

Describe Fully If Not As Specified

Note: Bidder must ensure that the control panel on all equipment associated with this purchase, are pre- wired and labeled uniformly.

g. A round 7-conductor, cable shall be wired to the rear of the chassis and terminate into a standard 7 pole trailer connector with ABS. (Conventional Wiring)

h. Body builder wiring to rear of frame, with stop, tail, turn, and marker lights circuits, ignition controlled auxiliary feed and ground for connection of body by supplier

i. Marker lights to be LED and flush mounted in cab or sun visor (if required)

7. Air Cleaner

a. Shall be dual element, dry-type, with fresh air intake.

b. A air cleaner restriction indicator shall be mounted on the dash.

c. The air cleaner lid shall have release latches for quick and easy access to the air cleaner.

8. Engine:

a. Shall be an International DT530E 275 hp, peak gross hp at 2000 rpm; and 800 ft lbs torque at 1200 RPM.

b. Shall be equipped with an exhaust brake.

c. Electronic engine controls shall have the following settings:

1. Maximum road speed to be 65 mph.

2. Cruise control speed to be 60 mph.

3. Idle Set 650 rpm , Resume 1,000 rpm.

4. Shall have idle bump up/down feature.

d. Shall be equipped with a minimum 1000 watt 110 volt block heater, with the plug-in receptacle located on the left side under the driver’s door.

9. Engine Cooling System:

a. Shall be equipped with a temperature controlled, air clutch fan drive.

20

Page 21: Current Contract Information Form · Web viewSupplier(s) shall provide the following documents for review during the compliance inspection for each item of equipment inspected. These

Current Contract InformationContract No. 07503 Change Notice No. 14Attachment “B”Page 21

Description Item 1 Check If As

Specified

Describe Fully If Not As Specified

b. Radiator shall be a min. 506 sq. in. frontal area cross flow, with deaeration system and coolant filter, mounted above frame rails. To be filled with coolant.

c. Antifreeze protection shall be at least -40 .

10. Engine Exhaust System:

a. Shall be a single undercab horizontal muffler. With provisions for left or Right side mounting. (All bracing to be mounted undercab)

11. Fuel Tank:

a. Shall have a 50-gallon fuel tank.

b. The tank shall be equipped with two non-skid, raised expanded metal steps.

c. Shall be mounted on the left or right frame rail.

d. Shall not extend past the back of the cab.

12. Transmission:

Shall be an Allison MD3560 6 Speed with transmission cooler.

13. Axles and Suspension:

a. Front Axle shall be 14,000 lbs. (axle and suspension) with Stemco-type seals and grit guards or equal, and heavy-duty double acting shock absorbers.

b. Rear Axle shall be a Dana Spicer 23-105D or equal 23000 lb. Capacity and have a 31000 lb. Progressive suspension with an additional 4500 lbs. rated auxiliary spring and a gear ratio to allow 65-mph. Equipped with driver actuated control.

23-090D appropriate equal for 4000 model. (23000 il. Driver actuated traction control) 23-105D on 7000 model

14. Steering System:

a. Shall have a Shepherd power steering system or equla.

b. Steering wheel shall be 18 inches in diameter.

c. Steering column shall be fully adjustable.

15. Wheels and Tires:

21

Page 22: Current Contract Information Form · Web viewSupplier(s) shall provide the following documents for review during the compliance inspection for each item of equipment inspected. These

Current Contract InformationContract No. 07503 Change Notice No. 14Attachment “B”Page 22

Description Item 1 Check If As

Specified

Describe Fully If Not As Specified

a. Front wheels shall be Hub Pilot 8.25” Disc with 12R22.5 LRH steel belted Goodyear tubeless tires. The center wheel hub shall have a thickness of at least .472 inches

b. Rear wheels shall be Hub Pilot 8.25” Disc with Goodyear G164 RTD 11 R 22.5 LRG steel belted tires. The center wheel hub shall have a thickness of at least .472 inches

16. Brake System:

a. Shall be a Bendix 4- channel or equal anti-lock series air brake system.

b. Shall have self-adjusting “S” cam air brakes front and rear, with brake shields installed.

c. Shall have outboard mounted brake drums, with 16 ½ x 5-inch front with 24” long -stroke chambers

d. All brake blocks shall be non-asbestos.

e. Shall have 30 sq. in. MGM TR-TS long- stroke or equal rear brake chambers and 16 ½ X 7 rear drums.

f. Shall have a 13.2 C.F.M. air compressor.

g. Shall have the Rockwell Wabco System Saver 1200 air dryer.

h. Air tanks shall be mounted below the cab.

i. To include provision for trailer towing, including tractor protection valve and hand control valve.

22

Page 23: Current Contract Information Form · Web viewSupplier(s) shall provide the following documents for review during the compliance inspection for each item of equipment inspected. These

Current Contract InformationContract No. 07503 Change Notice No. 14Attachment “B”Page 23

Description Item 2 Check If As Specified

Describe Fully If Not As Specified

Item No. 2, Cab and Chassis, International 5000 6x4 SFA:I. Chassis, Load capacity and Measurements: 1. Chassis load rating shall be 64,000 lbs. (GVWR). 2. 224” Wheelbase, 138” Usable CA 3. Set Forward Axle configuration.

II. Frame:1. The entire length of the frame rails shall be full

depth .

2. Frame rails heat treated alloy steel (110,000 psi yield); Minimum 12.000" x 3.250" x 0.250" with reinforcement outer "C" channel, heat treated alloy steel 12.560" x 3.500" x 0.250"

3. The section modulus at the engine cut outs shall be at least 18.00, with an RBM of 2,000,000.

4. There shall be no holes or bolts in the top flange of the frame rails, from the back of the cab to the trunnion.

5. Cross-members shall not be riveted to the frame rails, however cross-member components may be riveted to form a cross-member assembly.

6. Shall have a steel front bumper, with two front tow loops or hooks accessible through the bumper.

Exceeds-Cross brace cast tow loop.

III. Cab and Related Equipment:1. Shall be an Aluminum cab with at least 18 inches

of clear space between the driver and passenger seat. Door Hinges shall be continuous piano type.

2. Exterior of the Cab shall be painted with 0311 Omaha Orange base coat/clear coat or equal.

3. Hood and fenders shall tilt forward to a stable position and allow full and unrestricted access to the engine compartment.

4. There shall be a protective screen, mounted behind the grill to protect the radiator.

5. The unit shall be equipped with the following: a. Engine voltmeter b. Engine oil pressure gauge. c. Tachometer, and Hour-meter. d. Engine coolant temperature gauge.

23

Page 24: Current Contract Information Form · Web viewSupplier(s) shall provide the following documents for review during the compliance inspection for each item of equipment inspected. These

Current Contract InformationContract No. 07503 Change Notice No. 14Attachment “B”Page 24

Description Item 2 Check If As Specified

Describe Fully If Not As Specified

e. High output heater w/fresh air selection. The heater shall have a BTU rating of at least 30,000.

f. Sun visors for both driver and passenger. g. Factory installed air conditioning. h. Visual and audible low oil pressure / high

coolant temperature warning system.

6. Dual, heated 6 x 16 inch Stainless Steel rearview mirrors. Right side mirror shall be motorized. The mirrors shall be equipped with an 8-inch convex spot mirror, Mirror heads to be heated, and door mounted mirror brackets to be of breakaway design to minimize potential damage. To include a “look down” mirror on Right side.

7. Shall be equipped with an air horn 8. Shall be equipped with cowl mounted, electric,

intermittent, windshield wipers, to include a HD wiper motor(s).

9. The wiper linkage shall be a heavy-duty formed linkage. Pressed steel linkage is not acceptable.

10. The cab noise level shall not exceed 84 dB (A) inside the cab with windows closed, measured at 1800 RPM and at normal road speed.

11. The cab interior package shall be Premium package level. This includes, increased insulation on the floor, and the engine cover.

12. Shall be equipped with left and right egress / ingress assist handles.

13. Shall be equipped with an AM/FM Radio. IV. Seats 1. Driver National 2000 model 195 air suspension, hi

back, vinyl w/cloth insert, 2 arm rests, isolator, adjuster, 3 chamber lumbar support, 6 way front. Adjustable, 3-way rear cushion, 2-15 degree back angle adjustment, and vinyl suspension cover, adjustable side bolster, heated.

24

Page 25: Current Contract Information Form · Web viewSupplier(s) shall provide the following documents for review during the compliance inspection for each item of equipment inspected. These

Current Contract InformationContract No. 07503 Change Notice No. 14Attachment “B”Page 25

Description Item 2 Check If As Specified

Describe Fully If Not As Specified

2. Passenger National 2000 model 197 air suspension, hi back, vinyl w/cloth insert, 2 arm rests, isolator, adjuster, 3 chamber lumbar support, 6 way front. Adjustable, 3-way rear cushion, 2-15 degree back angle adjustment, and vinyl suspension cover, adjustable side bolster, heated.

3. Both seats shall have compatible; three point type seat belts with shoulder strap, and retractors.

V. Fuel Tank: 1. Shall have a single or dual 100-gallon capacity

fuel tank. .

2. Shall be equipped with two non-skid, raised expanded metal steps.

3. Shall be mounted on the frame rail, under cab. 4. Shall not extend past the back of the cab. VI. Electrical & Lighting Systems:

Note: All chassis shall be continuously number and color-coded.

1. Shall be a 12-volt system with LBP-2190 135amp alternator, high output at low RPM, pad mounted.

2. Batteries shall have at least 1,900 cold cranking amps (CCA) and be maintenance-free.

3. The battery box cover shall be constructed of a non-metallic reinforced material, to include a remote jump stud.

4. The battery box shall be frame rail mounted, under cab.

5. All cable ends shall be sealed, and equipped with rubber retainers and covers.

7. A round 7-conductor, cable shall be wired to the rear of the chassis and terminate into a standard 7 pole trailer connector with ABS. (Conventional Wiring)

8. Shall be equipped with halogen headlamps. Note: Supplier splices into the factory wiring harness is

unacceptable and may be grounds for bid rejection.

VII. Engine:

25

Page 26: Current Contract Information Form · Web viewSupplier(s) shall provide the following documents for review during the compliance inspection for each item of equipment inspected. These

Current Contract InformationContract No. 07503 Change Notice No. 14Attachment “B”Page 26

Description Item 2 Check If As Specified

Describe Fully If Not As Specified

1. Cummins ISX 400, 400 HP @ 2000 RPM Governed Speed; 1450 lb-ft Torque @ 1200 RPM; 437 Peak HP MIN.

2. Shall be equipped with an engine brake. 3. Electronic engine controls shall have the following

settings:

a. Maximum road speed to be 65 mph. b. Cruise control speed to be 65 mph. c. Automatic Idle shut down to be 10 minutes.

d. Idle, Set 650, Resume 1,000. e. Shall have idle bump up/down feature.

4. Shall be equipped with a minimum 1000 watt 110 volt block heater, with the plug-in receptacle located on the left side under the driver’s door.

1500 watt

VIII. Air Cleaner 1. Shall be dual element, dry-type, with fresh air

intake.

2. A air filter restriction indicator shall be mounted on the dash; and it must indicate restriction for both elements.

3. The air cleaner lid shall have release latches or thumbscrews for quick and easy access to the air cleaner.

IX. Engine Cooling System: 1. Shall be equipped with a temperature controlled,

air clutch fan drive. Manual fan override. Electric Switch on Instrument Panel, (Fan On With Switch On)

2. Radiator shall be a cross flow, with deaeration system and coolant filter.

3. Antifreeze protection shall be at least -35 . X. Engine Exhaust System: 1. Shall be a single cab mounted; vertical muffler and

tailpipe, with bright finish turnout at approximately cab height.

XI. Transmission Shall be an HD4560 six speed. To include

Auxiliary transmission oil cooler.

XII. Steering System:

26

Page 27: Current Contract Information Form · Web viewSupplier(s) shall provide the following documents for review during the compliance inspection for each item of equipment inspected. These

Current Contract InformationContract No. 07503 Change Notice No. 14Attachment “B”Page 27

Description Item 2 Check If As Specified

Describe Fully If Not As Specified

1. Shall have a dual Shepherd power steering system or equal.

2. Steering wheel shall be 18 inches in diameter. 3. Steering column shall be fully adjustable. XIII. Wheels and Tires: 1. Front wheels shall be Hub Pilot with 385/65R 22.5

LRJ steel belted Goodyear tubeless tires.

2. Rear wheels shall be Hub Pilot with Goodyear G164 RTD 11 R 22.5 LRG steel belted tires. The center hub shall have a thickness of at least .472 inches.

XIV. Axles and Suspension

1. Front Axle shall be 18,000 lbs. with Stemco-type seals and grit guards or qual.

2. Front Suspension to be 18,000 lb. Multi-leaf springs with double acting shock absorbers.

3. Rear Axle shall have a 46,000 lbs. rating with a gear ratio to allow 65-mph.

Shall have fluid lubricated bearings, and magnetic trap drain plug

4. Rear Suspension to be Hendrickson HN-462

5. Rear axle to be equipped with an air operated, dash controlled, rear axle interlock, with an inter axle lube pump.

6. Shall be equipped with driver-controlled traction in the front rear axle.

XV. Brake System: 1. Shall be a Bendix or equal 4-Channel anti-lock

series air braking system.

2. Shall have self-adjusting “S” cam air brakes front and rear, with shields installed.

3. Shall have outboard mounted brake drums, with 16 ½ x 6-inch front drums and 16 ½ X 7 rear drums.

4. Shall have 30 sq. In. MGM TR seriesor equal rear brake chambers, and the chambers shall be tilted in the upward position for paver operations.

27

Page 28: Current Contract Information Form · Web viewSupplier(s) shall provide the following documents for review during the compliance inspection for each item of equipment inspected. These

Current Contract InformationContract No. 07503 Change Notice No. 14Attachment “B”Page 28

Description Item 2 Check If As Specified

Describe Fully If Not As Specified

5. Shall have an 18.7 C.F.M. Cummins air compressor,

6. Shall have the Rockwell Wabco System Saver 1200 air dryer.

Note:If considering options to this chassis item # 5 (Price Page) with options #3 (Cat Engine-410 HP) option 5b and 6b would configure chassis very similar at cost of $82,406.25

28

Page 29: Current Contract Information Form · Web viewSupplier(s) shall provide the following documents for review during the compliance inspection for each item of equipment inspected. These

Current Contract InformationContract No. 07503 Change Notice No. 14Attachment “B”Page 29

Description Item 3 & 4 Check If As Specified

Describe Fully If Not As Specified

Item No. 3 Cab and Chassis International 7000 4x2 & Item 4, 6 x4 :

Item #1

1. Chassis, Load capacity and Measurements:

a. Chassis load rating shall be 37,000 lbs (GVWR).

b. Wheel Base shall be 171”

c. Cab to Axle (CA) shall be 96”

d. Bumper to back of cab to be 102-107”

e. To be set forward axle option

2. Frame:

a. The entire length of the frame rails shall be full depth including the manufacturers integral frame extension.

b. Both frame rails, from front to rear, shall be constructed with 110,000 psi steel, with a minimum section modulus of 30.00 and a minimum RBM of 3,300,000 in. lbs.

c. The section modulus at the engine cut outs shall be at least 18.00, with an RBM of 2,000,000.

d. There shall be no holes or bolts in the top flange of the frame rails, from the back of the cab to the trunnion.

e. The left frame rail shall be clear, between the fuel tank and the front hanger of the rear spring assembly.

f. Cross-members shall not be riveted to the frame rails, however cross-member components may be riveted to form a cross-member assembly.

g. Shall have a formed steel front bumper, with two front tow loops or hooks accessible through the bumper.

3. Cab and Related Equipment:

29

Page 30: Current Contract Information Form · Web viewSupplier(s) shall provide the following documents for review during the compliance inspection for each item of equipment inspected. These

Current Contract InformationContract No. 07503 Change Notice No. 14Attachment “B”Page 30

Description Item 3 & 4 Check If As Specified

Describe Fully If Not As Specified

a. Shall be a manufacturer’s premium cab with at least 21 inches of clear space between the driver and passenger seat.

b. Exterior of the Cab shall be painted with Sikkens basecoat/clear coat Omaha Orange 0311 or equal

c. Three-piece bonded hood and fenders shall tilt forward to a stable position and allow full and unrestricted access to the engine compartment.

d. When the hood and fenders are tilted forward, the fixed position grill shall not come in contact with the front frame extension.

e. There shall be a metal mesh protective screen, mounted behind the grill to protect the radiator.

f. The unit shall be equipped with the following:

1. Engine voltmeter

2. Engine oil pressure gauge.

3. Tachometer, and Hour-meter.

4. Engine coolant temperature gauge.

5. High output heater w/fresh air selection. The heater shall have a 30,000 BTU rating.

6. Dual Sun visors for both driver and passenger.

7. Factory installed air conditioning with particulate filter and electronic auto protection for low refrigerant.

8. Visual and audible low oil pressure / high coolant temperature warning system.

g. Dual, heated 6 x 16 inch Bright finish rearview mirrors. Both side mirrors shall be motorized. The mirrors shall be equipped with a minimum 8-inch heated convex spot mirrors. Both mirrors to be designed to break away when hit from front or rear to minimize damage to mirrors and door structure.

h. Shall be equipped with an air horn mounted under cab.

30

Page 31: Current Contract Information Form · Web viewSupplier(s) shall provide the following documents for review during the compliance inspection for each item of equipment inspected. These

Current Contract InformationContract No. 07503 Change Notice No. 14Attachment “B”Page 31

Description Item 3 & 4 Check If As Specified

Describe Fully If Not As Specified

j. Shall be equipped with cowl mounted, electric, intermittent, windshield wipers, to include a HD wiper motor(s).

j. The wiper linkage shall be a heavy-duty formed linkage. Pressed steel linkage is not acceptable.

k. The cab noise level shall not exceed 84 dba inside the cab with windows closed, measured at 1800 RPM and at normal road speed.

l. Shall be equipped with left and right egress / ingress assist handles. Additional Left side exterior handle with rubber insert, for safety.

m. Shall be equipped with an AM/FM Radio, with weather band.

n. Overhead molded plastic console, with dual storage pockets, radio mounting pocket with hold-down, electronic compass and outside temp display.

o. Factory installed cab air suspension system. p. To have a factory installed exterior sun-visor

painted to match cab.

q. To include functional vent windows in cab.

4. Seats:

b. Both the driver and passenger seats shall be a cloth covered high back National air ride to include air lumbar supports. To have armrests on inside (toward center) of each seat.

b. Both seats shall have compatible; three point type seat belts with shoulder strap, and retractors.

5. Electrical & Lighting Systems:

Note: All chassis lighting shall be conventional lighting (International lighting is not acceptable). : Chassis wiring must be color-coded and continuously numbered.

a. Shall be a 12-volt system with LBP-2190 135amp alternator, high output at low RPM, pad mounted.__

b. Batteries shall have at least 1,900 cold cranking amps (CCA) and be maintenance-free.

31

Page 32: Current Contract Information Form · Web viewSupplier(s) shall provide the following documents for review during the compliance inspection for each item of equipment inspected. These

Current Contract InformationContract No. 07503 Change Notice No. 14Attachment “B”Page 32

Description Item 3 & 4 Check If As Specified

Describe Fully If Not As Specified

d. The battery box cover shall be constructed of a non-metallic reinforced material to include a remote jump stud.

d. The battery box shall be right side frame rail mounted.

e. All cable ends shall be sealed, and equipped with rubber retainers.

f. Shall have a, programmable six-position auxiliary switch panel. They shall operate from the ignition switch in both run and accessory positions, all switches shall be on/off (20 amp.) and be programmable to lower amperage. Remote power connections to be under cab.

1. Automatic circuit protection for switches.

2. Back lit, and labeled rocker panel switches

4. All switches are powered with provisions to label and identify individual switches for specific functions.

Note: Bidder must ensure that the control panel on all equipment associated with this purchase, are pre-wired and labeled uniformly.

g. A round 7-conductor, cable shall be wired to the rear of the chassis and terminate into a standard 7 pole trailer connector with ABS. (Conventional Wiring)

h. Shall be equipped with standard generic round or rectangular halogen headlamps.

i. Body builder wiring to rear of frame, with stop, tail, turn, and marker lights circuits, ignition controlled auxiliary feed and ground for connection of body by supplier

j. Marker lights to be LED mounted in cab or sun visor (if required)

7. Air Cleaner

a. Shall be dual element, dry-type, with fresh air intake.

32

Page 33: Current Contract Information Form · Web viewSupplier(s) shall provide the following documents for review during the compliance inspection for each item of equipment inspected. These

Current Contract InformationContract No. 07503 Change Notice No. 14Attachment “B”Page 33

Description Item 3 & 4 Check If As Specified

Describe Fully If Not As Specified

b. A air filter restriction indicator shall be mounted on the dash.

c. The air cleaner lid shall have release latches for quick and easy access to the air cleaner.

8. Engine:

a. Shall be an International DT530E 300 hp, peak gross hp at 2100 rpm; and 1050 Torque at 1200 RPM.

b. Shall be equipped with an exhaust brake.

c. Electronic engine controls shall have the following settings:

1. Maximum road speed to be 65 mph.

2. Cruise control speed to be 60 mph.

3. Idle Set 650 rpm , Resume 1,000 rpm.

4. Shall have idle bump up/down feature.

d. Shall be equipped with 1000 watt 110 volt block heater, with the plug-in receptacle located on the left side under the driver’s door.

1250 watt

9. Engine Cooling System:

a. Shall be equipped with a temperature controlled, air clutch fan drive.

b. Radiator shall be a min. 1000 sq. in. frontal area cross flow, aluminum core, with deaeration system and coolant filter, mounted above frame rails. To be filled with extended life coolant.

c. Antifreeze protection shall be at least –40 .

10. Engine Exhaust System:

a. Shall be a single undercab horizontal muffler and vertical pipe. With provision for left or right side mounting. (all bracing to be mounted undercab)

11. Fuel Tank:

a. Shall have a 70-gallon fuel tank.

33

Page 34: Current Contract Information Form · Web viewSupplier(s) shall provide the following documents for review during the compliance inspection for each item of equipment inspected. These

Current Contract InformationContract No. 07503 Change Notice No. 14Attachment “B”Page 34

Description Item 3 & 4 Check If As Specified

Describe Fully If Not As Specified

b. The tank shall be equipped with two non-skid, raised expanded metal steps.

c. Shall be mounted on the frame rail.

e. Shall not extend past the back of the cab.

12. Transmission:

Shall be an Allison MD3066 6 Speed with transmission cooler.

13. Axles and Suspension:

a. Front Axle shall be 14,000 lbs. (axle and suspension) with Stemco-type seals or equql and grit guards, and heavy-duty double acting shock absorbers.

b. Rear Axle shall be a Dana Spicer 23-105D or equal 23000 lb. Capacity and have a 31000 lb. Progressive suspension with an additional 4500 lbs. rated auxiliary spring and a gear ratio to allow 65-mph. Equipped with driver actuated traction control.

14. Steering System:

a. Shall have a Shepherd power steering system or equal.

b. Steering wheel shall be 18 inches in diameter.

c. Steering column shall be fully adjustable.

15. Wheels and Tires:

a. Front wheels shall be Hub Pilot 8.25” Disc with 12R22.5 LRH steel belted Goodyear tubeless tires. The center wheel hub shall have a thickness of at least .472 inches

b. Rear wheels shall be Hub Pilot 8.25” Disc with Goodyear G164 RTD 11 R 22.5 LRG steel belted tires. The center wheel hub shall have a thickness of at least .472 inches

16. Brake System:

a. Shall be a Bendix or equla 4- channel anti-lock series air brake system.

34

Page 35: Current Contract Information Form · Web viewSupplier(s) shall provide the following documents for review during the compliance inspection for each item of equipment inspected. These

Current Contract InformationContract No. 07503 Change Notice No. 14Attachment “B”Page 35

Description Item 3 & 4 Check If As Specified

Describe Fully If Not As Specified

b. Shall have self-adjusting “S” cam air brakes front and rear, with brake shields installed.

c. Shall have outboard mounted brake drums, with 16 ½ x 5-inch front with 24” long –stroke chambers

d. All brake blocks shall be non-asbestos.

e. Shall have 30 sq. in. MGM TR-TS or equal long- stroke rear brake chambers and 16 ½ X 7 rear drums.

f. Shall have a 13.2 C.F.M. air compressor.

g. Shall have the Rockwell Wabco System Saver 1200 air dryer.

h. Air tanks shall be mounted below the cab.

i. To include provision for trailer towing, including tractor protection valve and hand control valve.

Price Page Item #4 Same as Price Page Item #3 but with Tandem axle equipped

1. Chassis, Load capacity and Measurements:

a. Chassis load rating shall be 54,000 lbs (GVWR).

b. Wheel Base shall be 195”

c. Cab to Axle (CA) shall be 120”

d. Bumper to back of cab to be 102-107”

e. 40,000 lb rear axle with lube pump and HN-403 Suspension

f. To be set forward axle design.

35

Page 36: Current Contract Information Form · Web viewSupplier(s) shall provide the following documents for review during the compliance inspection for each item of equipment inspected. These

Current Contract InformationContract No. 07503 Change Notice No. 14Attachment “B”Page 36

Description Item 5 Check If As Specified

Describe Fully If Not As Specified

Item #5, Cab and Chassis to be a Severe Service International 7000 6X4:1 Chassis, Load capacity and Measurements: a. Chassis load rating shall be 66,000 lbs (GVWR).

213” wheelbase, 138” cab to axle, and 102-107” bumper to back of cab.

b. To be set forward axle design

2. Frame: a. The entire length of the frame rails shall be full depth. b. Both frame rails, from front to rear, shall be

constructed with 120,000 psi steel, with a minimum section modulus of 30.00 and a minimum RBM of 3,600,000 in. lbs.

c. The section modulus at the engine cut outs shall be at least 18.00, with an RBM of 2,000,000.

d. There shall be no holes or bolts in the top flange of the frame rails, from the back of the cab to the trunnion.

e. The left frame shall be clear, between the fuel tank and the front hanger of the rear spring assembly.

f. Cross-members shall not be riveted to the frame rails, however cross-member components may be riveted to form a cross-member assembly.

g. Shall have a formed steel front bumper, with two front tow loops or hooks accessible through the bumper.

3. Cab and Related Equipment: a. Shall be a galvanized steel premium cab with at least 21

inches of clear space between the driver and passenger seats for future equipment mounting.

b. Exterior of the Cab shall be painted with 0311 Omaha Orange base coat clear coat or equal.

c. Hood and fenders shall tilt forward to a stable position and allow full and unrestricted access to the engine compartment.

d. There shall be stone guard protective screen mounted behind the grill to protect the radiator.

e. The unit shall be equipped with the following: 1. Engine voltmeter 2. Engine oil pressure gauge.

36

Page 37: Current Contract Information Form · Web viewSupplier(s) shall provide the following documents for review during the compliance inspection for each item of equipment inspected. These

Current Contract InformationContract No. 07503 Change Notice No. 14Attachment “B”Page 37

Description Item 5 Check If As Specified

Describe Fully If Not As Specified

3. Tachometer, and Hour-meter. 4. Engine coolant temperature gauge. 5. High output heater w/fresh air selection. The heater

shall have a BTU rating of at least 30,000.

6. Sun visors for both driver and passenger 7. Factory installed air conditioning with particulate filter

and auto protection for low refrigerant.

8. Visual and audible low oil pressure / high coolant temperature warning system.

f. Dual heated 6 x 16 inch bright finish rearview mirrors. The passenger side mirror shall be motorized. The mirrors shall be equipped with a 8-inch convex spot mirror.

g. Shall be equipped with an under cab mounted air horn, for equipment clearance.

h. Shall be equipped with cowl mounted, electric, intermittent, windshield wipers, to include a HD wiper motor(s).

i. The wiper linkage shall be a heavy-duty formed linkage. Pressed steel linkage is not acceptable.

j. The cab noise level shall not exceed 80 to 84 dB (A) inside the cab with windows closed, measured at 1800 RPM and at normal road speed.

k. The cab interior package shall be an International Premium package or equal. This includes, increased insulation on the floor, and the engine cover.

l. Shall be equipped with left and right egress / ingress assist handles.

m. Shall be equipped with an AM/FM Radio with weather band.

n. To include cab air suspension.

4. Seats:

a. Seat shall be a cloth covered high back National air ride seat, with air lumbar

b. Passenger seat shall be a cloth covered high back National high back, air suspension matching driver.

c. Both seats shall have compatible; three point type seat belts with shoulder strap, and retractors.

5. Fuel Tank:

37

Page 38: Current Contract Information Form · Web viewSupplier(s) shall provide the following documents for review during the compliance inspection for each item of equipment inspected. These

Current Contract InformationContract No. 07503 Change Notice No. 14Attachment “B”Page 38

Description Item 5 Check If As Specified

Describe Fully If Not As Specified

a. Shall have a 70 gallon fuel tank b. The tank shall be equipped with two non-skid, raised

expanded metal steps.

c. Shall be mounted on the frame rail. d. Shall not extend more than 6 inches past the back of the

cab or otherwise inhibit the installation of mounted bodies or equipment.

6. Electrical & Lighting Systems Note: All chassis shall be continuously number and

color-coded.

a. Shall be a 12-volt system. b. Batteries shall have at least 1,900 cold cranking amps

(CCA) and be maintenance-free.

c. The battery box cover shall be constructed of a non-metallic reinforced material.

d. The battery box shall be frame rail mounted e. All cable ends shall be sealed, and equipped with rubber

retainers and covers.

f. Shall have a, six-position switch panel with the following They shall operate from the ignition switch in both run and accessory positions, and all switches shall be on/off

1. Automatic circuit protection. 2. Back lit, and labeled rocker panel switches

g. Bidder must ensure that the control panel on all equipment associated with this purchase are wired and labeled uniformly.

h. A round 7-conductor, cable shall be wired to the rear of the chassis and terminate into a standard 7 pole trailer connector with ABS. (Conventional Wiring)

i. Shall be equipped standard style halogen headlamps. j. Supplier splices into the factory wiring harness is

unacceptable and may be grounds for bid rejection.

7. Engine: a. Shall be powered by a Cummins ISM developing 385

gross H.P. at 2100 RPM and 1450 ft. lbs. of torque at 1200 RPM.

b. Shall be equipped with a compression brake. 8. Electronic engine controls shall have the following settings:

38

Page 39: Current Contract Information Form · Web viewSupplier(s) shall provide the following documents for review during the compliance inspection for each item of equipment inspected. These

Current Contract InformationContract No. 07503 Change Notice No. 14Attachment “B”Page 39

Description Item 5 Check If As Specified

Describe Fully If Not As Specified

a. Maximum road speed to be 65 mph. b. Cruise control speed to be 60 mph. c. Automatic Idle shut down to be 10 minutes. d. Idle, Set 650, Resume 1,000. e. Shall have idle bump up/down feature.

f. Shall be equipped with 1000 watt 110 volt block heater, with the plug-in receptacle located on the left side under the driver’s door.

9. Air Cleaner: a. Shall be dual element, dry-type, with fresh air intake. b. An air filter restriction indicator shall be mounted on the

dash; and it must indicate restriction for both elements.

c. The air cleaner lid shall have release latches or thumbscrews for quick and easy access to the air cleaner

10. Engine Cooling System: a. Shall be equipped with a temperature controlled, air

clutch fan drive.

b. Radiator shall be a cross flow, aluminum core, with deaeration system and coolant filter.

c. Antifreeze protection shall be at least -35 . 11. Engine Exhaust System:

a. Shall be a single horizontal muffler and vertical pipe. b. The end of the exhaust pipe shall have a 45-degree tip

out, positioned aprox. 118 inches from the ground to the highest point of the tip out when the truck is empty.

12. Transmission: a. Shall be an Allison HD 4560 six speed. To include an

auxiliary trans. oil cooler.

13. Steering System: a. Shall have a dual Shepherd power steering system or

equal.

b. Steering wheel shall be 18 inches in diameter. c. Steering column shall be fully adjustable.

14. Axles and Suspension: a. Front Axle shall be 20,000 lbs. with Stemco-type seals

or equal and grit guards, and heavy-duty double acting shock absorbers, with 20,000 lb. Multi-leaf springs.

b. Rear Axle shall be 46,000 lb capacity, and have a Hendrickson HN- suspension with a 46,000 lbs. rating and a gear ratio to allow 65-mph.

39

Page 40: Current Contract Information Form · Web viewSupplier(s) shall provide the following documents for review during the compliance inspection for each item of equipment inspected. These

Current Contract InformationContract No. 07503 Change Notice No. 14Attachment “B”Page 40

Description Item 5 Check If As Specified

Describe Fully If Not As Specified

c. Shall have a lube pump and an air activated rear axle power divider lock with indicator light.

15. Wheels and Tires:a. Front wheels shall be Hub Pilot with 385/65R 22.5 LRJ

steel belted Goodyear tubeless tires.

b. Rear wheels shall be Hub Pilot with Goodyear G164 RTD 11 R 22.5 LRG steel belted tires. The center hub shall have a thickness of at least .472 inches

16 Brake System:a. Shall be a Bendix anti-lock series or equal air braking

system.

b. Shall have self-adjusting “S” cam air brakes front and rear, with shields installed.

c. Shall have outboard mounted brake drums, with 16 ½ x 6-inch front drums and 16 ½ X 7 rear drums.

d. All brake blocks shall be non-asbestos e. Shall have 30 sq. In. MGM TR-T series rear brake

chambers, or equal and the chambers shall be tilted in the upward position for paver operations.

f. Shall have at least a 18.7 C.F.M. Cummins air compressor.

g. Shall have the Rockwell Wabco System Saver 1200 air dryer

h. Air tanks shall be mounted below the cab. i. To have trailer air routed to rear section of frame for

body companies completion

40

Page 41: Current Contract Information Form · Web viewSupplier(s) shall provide the following documents for review during the compliance inspection for each item of equipment inspected. These

4Current Contract InformationContract No. 07503 Change Notice No. 14Attachment “C”Page 41

ATTACHMENT “C” OPTIONS ADDED

1. Option for: Stone Guard ILO the bug screen called for in items 3, 4, (item 3e) and 5 (item 3d) for on-off road use.

Supply and install expanded metal stone guard ILO the factory "bug screen" includes custom stone guard and install $294.00 each

2. Option to: Relocate the switch controller to inside the cab behind driver seat for extreme weather protection. Items 1, 3, 4, and 5 (6f).

Remove switch module, re-route all wiring into cab and remount all electronics within the cab interior$235.00each

3. Option to: Relocate air dryer to 35" behind cab inside right frame rail, to clear mounted equipment. items 3, 4, and 5.

Remove and relocate air dryer from inside left rail to inside right frame rail 35" BOC, (Can do 35-70" BOC if needed)$473 each

4. Option for: A sweep style air restriction indicator ILO the indicator in items 3, 4 (7b) and 5 (9b)

Remove filter minder and replace with calibrated sweep style air restriction indicator in dash$228.00 each

5. Option to: Add transmission speed sensor cover for protection in extreme environments. (All items)

Supply and install speed sensor kit to accommodate the covering of speed sensor$99.00 each if available at factory

6. Option to: Add upper and lower plastic battery trays and configure batteries in line, in existing battery box. 9 items 3, 4 and 5.

Remove and reinstall batteries to "inline' configuration. equip with sealed cable caps and upper and lower battery trays and refit to existing battery box. $227.00 each

7. Option to: Delete exterior sun visor as specified in items 1, 2, 3, and 4.

41

Page 42: Current Contract Information Form · Web viewSupplier(s) shall provide the following documents for review during the compliance inspection for each item of equipment inspected. These

Current Contract InformationContract No. 07503 Change Notice No. 14Attachment “B”Page 42

Delete factory installed exterior sun visor on items 1, 3, 4 ($124.00) cr

Delete factory installed exterior sun visor on items 2($114.00) cr

42

Page 43: Current Contract Information Form · Web viewSupplier(s) shall provide the following documents for review during the compliance inspection for each item of equipment inspected. These

Current Contract InformationContract No. 07503 Change Notice No. 14Attachment “D”Page 43

ATTACHMENT “D” OPTIONS

Item Description Option Pricing1. Tractor Options for Items 2 & 5.

A. Cab controlled air slide Holland fifth wheel plate. The fifth wheel plate shall rise above the frame rails of the chassis by 7.6 inches.

B. Pro Tech model 10-1000 aluminum cab guard with chain binder holding locking brackets and a rear view window opening.

C. Work light mounted on each upper corners of the cab guard. The work lights shall be individually controlled within the cab.

D. Two Echo 6665 A strobe lights mounted on the outboard side of each work light.

Includes 1 A-D $5613.00

2. Electronic auto shift eighteen speed Fuller Transmission, Items 2, if available.

($ 5101.00) credit

3. CB accommodation package: Items 1&5 $184.004. Selector valve for under hood air intake: All items $134.005. T-Handle gear selector for Allison Transmission: All items

$239.00

6. Backup alarm: All items $ 77.007. 20,000 lb. front suspension with 18,000 axle options:

Items 2,3,4&5$174.00 on 2,3,4 and item 5

8. Truck lite 44 Series LED taillights with Super 40 backup lights: All items

$122.00 on any item

9. 8 year 100% parts and labor warranty on main fuse panel mounted on splash panel under the hood: All affected items

N/A or required due towiring being moved inside cab

10. Factory auxiliary headlight wiring: All items except item 2

$40.00

11. Corrosion resistant oil pan: All items except item 2 $41.0012. Marmon-Harrington 4x4 conversion: Item 3 or 5 $35,756.0013 Option of 450 HP Cummins ISX 1650 torque: Item 2 $849.00 requires option 7c14 Option of 425 HP Cummins ISM 1550 torque: Item 5 No longer available15 Option of 100 amp 22SI alternator: All items ($81.00) credit16. Two piece clutch brake: Items 3 & 5 $119.00 w/ Eaton & Cummins17. 6 in-cab dash mounted switches: Item 2 $120.0018. Air suspension cab: Item 2 $335.0020. Clarify item 2d on Item 5. It should be an added cost, not

a delete as stated previously. Yes, this should be a $257.00

Added cost.21. Also, the engine option #3b - 280 HP should be

redefined as 320V ISM on option list item #3 due to That is correct.

No longer applicable

43

Page 44: Current Contract Information Form · Web viewSupplier(s) shall provide the following documents for review during the compliance inspection for each item of equipment inspected. These

Current Contract InformationContract No. 07503 Change Notice No. 14Attachment “B”Page 44

ratings changes by Cummins.

44

Page 45: Current Contract Information Form · Web viewSupplier(s) shall provide the following documents for review during the compliance inspection for each item of equipment inspected. These

Current Contract InformationContract No. 07503 Change Notice No. 14Attachment “E”Page 45

ATTACHMENT “E”

Option # Description Requested Options

Option Price

Contract items

1Cab & Chassis for TPU 10/12 Yard 5000 Dump 6X4 SFA ISM 425V ($865.00)

State Contract item 2

2Cab & Chassis for TPU 10/12 Yard 5000 Dump 6X4 SFA, 7000 Series Items 3,4,5.

Trans Retarder in lieu of jake brake $7,257.00

State Contract Items 2,3,4,5

3Cab & Chassis for TPU 10/12 Yard 5000 Dump 6X4 SFA Rear Engine PTO $2,409.00

State Contract item 2

4Cab & Chassis for TPU 10/12 Yard 5000 Dump 6X4 SFA

Widest back window available $104.00

State Contract Item 2

5

Cab & Chassis for TPU 10/12 Yard 5000 Dump 6X4 SFA , single axle 7000, tandem axle 7000

24" ground clearance package w/ temp mount fuel tank $814.00

State Contract Items 2,3,5

6Cab & Chassis for TPU 10/12 Yard 5000 Dump & 7600 6X4 SFA Chalmers Suspension $349.00

State contract Items 2, 5

45

Page 46: Current Contract Information Form · Web viewSupplier(s) shall provide the following documents for review during the compliance inspection for each item of equipment inspected. These

Current Contract InformationContract No. 07503 Change Notice No. 14Attachment “F”Page 46

ATTACHMENT F

0605 Dump Truck Chassis, 38,000 GVW 4X2 W/ Automatic Transmission and front plow

Specification Requirements0605

CheckIf Meet

or Exceed

Describe Offered Alternatives

I. Chassis, Load capacity and Measurements:

1. Chassis load rating shall be 38,000 lbs (GVWR).

Exceeds: GVWR 41000 as spec’d

2. Wheel Base shall be 170-174 inches, with a set forward axle.

State Wheel Base Bid __171”___________

3. Cab to Axle (CA) shall be at least 96 inches clear.

4. Bumper to Back of Cab (Excluding extension)) shall be within the range of 107 to 112 inches.

State BBC Bid ___107”__________

II. Frame:

1. The entire length of the frame rails shall be full depth, including an integral front frame extension.

2. Both frame rails, from front to rear, shall have a section modulus of 30.00 and a RBM of 3,300,000 in. lbs.

3. The section modulus at the engine cut outs shall be equal to or greater than 18.00, with a RBM of 2,000,000 in. lbs.

4. The frame rails shall have a protective coating, to curtail rusting and deterioration, from exposure to salt and anti icing materials.

46

Page 47: Current Contract Information Form · Web viewSupplier(s) shall provide the following documents for review during the compliance inspection for each item of equipment inspected. These

Current Contract InformationContract No. 07503 Change Notice No. 14Attachment “F”Page 47

Specification Requirements0605

CheckIf Meet

or Exceed

Describe Offered Alternatives

State type of coating bid Powdered Thermosetting

5. There shall be no holes or bolts in the top flange of the frame rails, from the back of the cab to the trunnion.

6. The left frame shall be clear, between the fuel tank and the front hanger of the rear spring assembly.

Could vary with options chosen

7. Cross-members shall not be riveted to the frame rails, however cross-member components may be riveted to form a cross-member assembly.

8. A front cross member shall be positioned and, drilled, to accommodate the mounting of a hydraulic pump and lines, without further modification. (See Illustration #1.)

Crossmembers as supplied on 2004/2005 purchases.

9. Shall have a steel front bumper, of sweptback design, with two front tow loops or hooks accessible through the bumper.

III. Cab and Related Equipment:

1. Shall have an air ride premium cab to include the following

a. Insulated Engine Cover

b. Insulated Floor

c. Carpeted or insulated interior cab doors and bulkheads.

d. Molded header pockets for the driver and passenger sides.

e. Reading Lights

f. Door storage pockets

Premium interior as supplied 2004/5 purchases

47

Page 48: Current Contract Information Form · Web viewSupplier(s) shall provide the following documents for review during the compliance inspection for each item of equipment inspected. These

Current Contract InformationContract No. 07503 Change Notice No. 14Attachment “F”Page 48

Specification Requirements0605

CheckIf Meet

or Exceed

Describe Offered Alternatives

g. Courtesy lights under instrument panel.

h. Coaxial speakers.

i. Two factory mounted speakers for the CB

j. Air Ride Cab

2. Shall be a manufacturer’s standard cab with at least 21 inches of clear space between the driver and passenger seat.

3. Hood and fenders shall tilt forward to a stable position and allow full and unrestricted access to the engine compartment.

4. The amount of pulling tension required to open the hood and fenders shall not exceed 30 lbs.

As supplied on all prior units of the 7000 series chassis. Lightest when tilted from rear of fender. Officially listed as 39 lbs.

5. When the hood and fenders are tilted forward, the grill shall not come in contact with the plow frame assembly.

6. There shall be an expanded metal stone guard mounted behind the grill to protect the radiator.

See options

7. Shall have a circuit protected and labeled low hydraulic oil light mounted on the dash.

Will use one switch position of remote power module.

8. The unit shall be equipped with the following:

a. Engine voltmeter.

b. Engine oil pressure gauge.

c. Tachometer, and Hour-meter.

d. Engine coolant temperature gauge.

48

Page 49: Current Contract Information Form · Web viewSupplier(s) shall provide the following documents for review during the compliance inspection for each item of equipment inspected. These

Current Contract InformationContract No. 07503 Change Notice No. 14Attachment “F”Page 49

Specification Requirements0605

CheckIf Meet

or Exceed

Describe Offered Alternatives

e. High output heater with fresh air selection. The heater shall have a 30,000 BTU output rating.

f. Sun visors for both driver and passenger and an auxiliary sun visor on driver’s side.

g. Factory installed air conditioning.

h. Shall have a digital and illuminated outside temperature indicator.

i. Visual and audible low oil pressure/high coolant temperature warning system.

8. Dual heated and motorized 6 x 16 inch rearview mirrors. The mirrors shall be equipped with an 8 to 10 inch convex spot mirror and extendable to 102-inch width.

Same as on all 7000s in your fleet shape slightly different, square inches exceed on both main and convex.

9. Shall be equipped with an air horn.

10. Shall be equipped with cowl mounted, electric, intermittent windshield wipers

11. Shall have a heavy-duty wiper motor with, snow clutch, and thermo protection.

12. The wiper linkage shall be severe-duty formed linkage. Pressed steel linkage is not acceptable.

13. The cab noise level shall not exceed 83 dB (A) inside the cab with windows closed, measured at 1800 RPM and at normal road speed. This will be measured at time of compliance inspection

49

Page 50: Current Contract Information Form · Web viewSupplier(s) shall provide the following documents for review during the compliance inspection for each item of equipment inspected. These

Current Contract InformationContract No. 07503 Change Notice No. 14Attachment “F”Page 50

Specification Requirements0605

CheckIf Meet

or Exceed

Describe Offered Alternatives

14. Shall be equipped with left and right egress / ingress assist handles.

15. Shall be equipped with an AM/FM Radio with Weather Band.

IV. R adio Installation:

1. The cab shall be outfitted with a header pocket to accommodate an EF Johnson radio. (Part # 242-97-55-111.) The measurements of the radio are as follows:

a. Width 7 3/16 inches.

b. Length 8 5/16 inches.

c. Thickness 2 1/8 inches.

2. The radio shall be located in a manner that allows the operator to read the LCD without detracting from road visibility. The radio shall be accessible by the operator and be within arms reach of an average person.

3. When installed; the face of the radio shall not extend further than one inch out of the pocket.

4. Within the radio pocket, there shall be a radio-mounting bracket, which will accept the EF Johnson radio. The radio shall have the ability to be removed and re-installed without removing the header panel.

5. To the left of the radio pocket and as close as possible to the radio, a grounded microphone-mounting clip shall be installed.

6. On the exterior of the cab roof, there shall be a Larson NMO-K-

Will give 18” at basic install as type of body unknown to us at that time.

50

Page 51: Current Contract Information Form · Web viewSupplier(s) shall provide the following documents for review during the compliance inspection for each item of equipment inspected. These

Current Contract InformationContract No. 07503 Change Notice No. 14Attachment “F”Page 51

Specification Requirements0605

CheckIf Meet

or Exceed

Describe Offered Alternatives

DS-FME antenna base. The specific mounting location shall provide the antenna with at least 18 inches of clear area around the antenna base and at the tip of the antenna when a body cab shield is used.

7. The roof mount antenna base shall be sealed and capped with a protective cover for shipping.

8. The antenna cable shall extend to the EFJ radio mount plus 6 inches of additional cable.

9. Above the rear window and centered in the cab, shall be a functional two-way radio speaker for the EF J radio.

10. Shall have a dedicated and labeled 15-amp constant duty (fused) power circuit for the EFJ Radio.

11. Connected to the 15-amp EFJ dedicated radio power circuit shall be a power wire (EFJ Part# 023-9750-010 or equal) extended to radio mount plus 15 inches of additional wire..

12. Shall have a sensing circuit for the EFJ radio. The circuit shall be a fused 3-amp and will be switched through the ignition switch and active in the run or accessory positions.

13. Connected to the 3-amp EFJ radio sensing circuit shall be a sense wire (EFJ Part # 023-9750-011) extended to the radio mount plus 15 inches of additional wire.

14. All wiring associated with the EF Johnson radio will be continuous

51

Page 52: Current Contract Information Form · Web viewSupplier(s) shall provide the following documents for review during the compliance inspection for each item of equipment inspected. These

Current Contract InformationContract No. 07503 Change Notice No. 14Attachment “F”Page 52

Specification Requirements0605

CheckIf Meet

or Exceed

Describe Offered Alternatives

with no splices or wire gauge change.

15. Each mirror bracket will be outfitted with a CB radio antenna base.

V. Seats

1. Driver and passenger seats shall be a cloth covered high back National air ride seat with air lumbar support.

2. Both seats shall have compatible; three point type seat belts with shoulder strap, and retractors.

VI. Fuel Tank:

1. Shall have a 70-gallon fuel tank.

2. The tank shall be equipped with two non-skid, raised expanded metal steps.

3. Shall be mounted on the left frame rail.

4. Shall not extend past the back of the cab.

VII. Electrical & Lighting Systems:

1. All chassis lighting shall be conventional lighting (International lighting is not acceptable).

2. Shall be a 12-volt system.

52

Page 53: Current Contract Information Form · Web viewSupplier(s) shall provide the following documents for review during the compliance inspection for each item of equipment inspected. These

Current Contract InformationContract No. 07503 Change Notice No. 14Attachment “F”Page 53

Specification Requirements0605

CheckIf Meet

or Exceed

Describe Offered Alternatives

3. All power distribution boxes, and fuse boxes will be mounted inside the cab. In the event the manufacturer cannot mount the power distribution box(s) inside, the manufacturer will warranty each box for eight years.

Main power distribution on splash panelwill carry 8 year custom coverage contract included.

4. Batteries shall have at least 1,950 cold cranking amps (CCA) and be maintenance-free.

5. The battery box cover shall be constructed of a non-metallic reinforced material. The batteries shall rest in a plastic tray and be protected by an additional plastic cover covering all of the batteries. This cover shall be secured by thumbscrews or wing nuts.

6. The battery box shall be mounted on the right side frame rail as close to the cab as possible and 6 to 8 inches below the frame rail flange.

could vary with options, ie: 24’’ ground clearance, etc.

7. All cable ends shall be sealed, and equipped with rubber retainers and covers. All battery cables exiting the battery box shall be routed through rubber grommets.

8. Shall have an in dash six position switch panel. They shall operate from the ignition switch in both run and accessory positions and all switches shall be on/off and configured as follows: All six switches shall be on the same row

If options ordered do not preclude that from being available.

a. Automatic circuit protection

b. Back lit, and labeled rocker panel switches

53

Page 54: Current Contract Information Form · Web viewSupplier(s) shall provide the following documents for review during the compliance inspection for each item of equipment inspected. These

Current Contract InformationContract No. 07503 Change Notice No. 14Attachment “F”Page 54

Specification Requirements0605

CheckIf Meet

or Exceed

Describe Offered Alternatives

c. First switch (Warning Light)

d. Second switch (Work Light)

e. Third switch (Alt. Flash)

f. The fourth, fifth and sixth switch are powered and not labeled

9. Bidder must ensure that the control panel on all equipment associated with this purchase, are wired and labeled uniformly.

10. A round 7-conductor, cable shall be wired from the main electrical panel, to the rear of the chassis and terminate into a standard 7-pole trailer connector with ABS. (Conventional Wiring).

11. The connection points on the 7-wire plug will be sealed and watertight.

12. Shall be equipped halogen headlamps.

13. Shall have Trucklite series or equal, LED taillights mounted on the outside; rear of the frame rails and protected with 1/4” steel plate on the top and both sides.

14. Shall have one, round, non-halogen, steel encased snowplow headlight with high and low beam, mounted on both left and right fenders. The lights shall be properly wired, with no splices, and shall be aimed and aligned with the prism in the horizontal position

15. The snowplow lights shall be adjustable within a range of 72 to 74 inches measured from the ground to

54

Page 55: Current Contract Information Form · Web viewSupplier(s) shall provide the following documents for review during the compliance inspection for each item of equipment inspected. These

Current Contract InformationContract No. 07503 Change Notice No. 14Attachment “F”Page 55

Specification Requirements0605

CheckIf Meet

or Exceed

Describe Offered Alternatives

the center of the light.

16. A labeled switch shall be installed that will allow the full operation of either the OEM headlights or the factory installed snowplow lights. This switch shall prevent operation of the two sets of headlamps simultaneously.

17. Supplier splices into the factory wiring harness is unacceptable.

VIII. Engine:

1. Shall be a Cummins ISM320V developing 320 gross hp at 2100 rpm and 1150 ft lbs torque at 1200 RPM.

Horsepower listed incorrectly for engine specified actually 305 hp at 2100 rpm & 320hp @ 1600 rpm

2. Shall be equipped with an engine brake.

3. Electronic engine controls shall have the following settings:

a. Maximum road speed to be 65 mph.

b. Cruise control speed to be 60 mph.

c. Automatic Idle shut down to be 10 minutes.

d. Idle, Set 675, Resume 1,000.

e. Shall have idle bump up/down feature.

4. Shall be equipped with 1500 watt 110 volt block heater with the plug-in receptacle located on the left side under the driver’s door.

5. Shall have a Spicer 2-2-479 Companion Flange for a crankshaft driven PTO.

55

Page 56: Current Contract Information Form · Web viewSupplier(s) shall provide the following documents for review during the compliance inspection for each item of equipment inspected. These

Current Contract InformationContract No. 07503 Change Notice No. 14Attachment “F”Page 56

Specification Requirements0605

CheckIf Meet

or Exceed

Describe Offered Alternatives

6. The engine shall be outfitted with a nickel alloy oil pan.

7. A driveline hole through the radiator is not acceptable.

IX. Air Cleaner:

1. Shall be dual element, dry-type, with fresh air intake.

2. A vacuum, air restriction indicator shall be mounted on the dash and it must indicate restriction for both elements.

3. A cab controlled selector valve shall be located in the air cleaner that allows fresh air intake from outside of the vehicle during normal operations and from under the hood during cold weather operations.

4. The selector valve components shall not interfere with the hood operation (opening and closing).

5. The air cleaner lid shall have release latches for quick and easy access to the air cleaner.

X. Engine Cooling System:

1. Shall be equipped with a temperature controlled, air clutch fan drive.

2. Shall be cross flow, armored core radiator with deaeration system.

Radiator as purchased in 2004/5

3. All coolant hose clamps shall be Constant Torque.

Cold shrink

4. Shall have long life Antifreeze with -35 of protection

56

Page 57: Current Contract Information Form · Web viewSupplier(s) shall provide the following documents for review during the compliance inspection for each item of equipment inspected. These

Current Contract InformationContract No. 07503 Change Notice No. 14Attachment “F”Page 57

Specification Requirements0605

CheckIf Meet

or Exceed

Describe Offered Alternatives

XI. Engine Exhaust System:

1. Shall be a single horizontal muffler and vertical pipe.

2. The end of the exhaust pipe shall have a 45-degree tip out, positioned approximately 118 inches from the ground to the highest point of the tip out when the truck is empty.

Height can vary with options chosen

XII. Transmission :

1. Shall be an Allison 4500-RDS-P, six speed automatic transmission, to include an oil level sensor and a T-handle gear selector.

2. Shall be equipped with a variable sound backup alarm.

XIII. Steering System:

1. Shall have a dual Shepherd power steering system.

2. Steering wheel shall be 18 inches in diameter.

3. Steering column shall be fully adjustable.

XIV. Axles and Suspension:

1. Front Axle shall be an 18,000 lbs. axle, with heavy-duty double acting shock absorbers.

Supplying 20,000lb w/20,000 lb springs to allow for wings extra weight as supplied 2004/5

2. Rear Axle shall have a 23,000 lbs. rating with a gear ratio to allow 65-mph, and a driver controlled traction differential

3. Shall have a vari-rate or progressive suspension with 31,000 lbs. capacity. Additionally the

57

Page 58: Current Contract Information Form · Web viewSupplier(s) shall provide the following documents for review during the compliance inspection for each item of equipment inspected. These

Current Contract InformationContract No. 07503 Change Notice No. 14Attachment “F”Page 58

Specification Requirements0605

CheckIf Meet

or Exceed

Describe Offered Alternatives

unit shall be equipped with 4,500 lbs., Multi-leaf auxiliary springs.

XV. Wheels and Tires:

1. Front wheels shall be Hub Pilot with 385/65R 22.5 LRJ steel belted Goodyear tubeless tires.

Possible substitutions due to worldwide tire shortages (Same size and ply rating and Tread type)

2. Rear wheels shall be Hub Pilot with Goodyear G164 RTD 11 R 22.5 LRG steel belted tires. The center hub shall have a thickness of at least .472 inches

Possible substitutions due to worldwide tire shortages (Same size and ply rating and Tread type)

3. All tires will be siped.

XVI. Brake System:

1. Shall be a Bendix anti-lock series air braking system.

2. Shall have self-adjusting “S” cam air brakes front and rear, with shields installed.

3. Shall have outboard mounted brake drums, and the size of the drums will accommodate the manufacturers GVWR of the chassis. WSDOT will accept power disc brakes if offered.

4. All brake blocks shall be non-asbestos.

5. Shall have 30 sq. in. MGM TR-T series rear brake chambers.

6. Shall have an

58

Page 59: Current Contract Information Form · Web viewSupplier(s) shall provide the following documents for review during the compliance inspection for each item of equipment inspected. These

Current Contract InformationContract No. 07503 Change Notice No. 14Attachment “F”Page 59

Specification Requirements0605

CheckIf Meet

or Exceed

Describe Offered Alternatives

18 C.F.M. air compressor, with intake plumbed to the filtered side of the air cleaner.

7. Shall have the Rockwell Wabco System Saver 1200 air dryer, mounted on the right inside frame rail and 35 inches behind the cab.

8. The air tank drain will be accessible from outside the frame rails.

9. A trailer air supply line shall be routed to a distribution block.

10. Chassis shall be equipped with a trailer hand control valve and a tractor protection valve.

XVIII Exterior Finish

1. The exterior finish is expected to be superior craftsmanship. There shall be no welding scale, rough, sharp edges or corners.

2. The entire cab and chassis shall be painted National Safety Yellow (Sikkens 4039 or Equal).

XIX. Pilot Inspection:

To curtail manufacturing errors prior to delivery, the successful bidder shall arrange and fully fund a three (3) day factory pilot inspection for two WSDOT representatives to review one of the completed chassis. Funded expenses are to include coach class round trip air fair, ground transportation originating and terminating at the airport, 2 nights lodging, and meals.

Will supply Pilot Inspection with orders, of 10 or more chassis at one time. May require pilot on large orders.

GA directs that WSDOT must pay owntravel related expenses.

We will set up and coordinate trip.

59

Page 60: Current Contract Information Form · Web viewSupplier(s) shall provide the following documents for review during the compliance inspection for each item of equipment inspected. These

Current Contract InformationContract No. 07503 Change Notice No. 14Attachment “F”Page 60

Specification Requirements0605

CheckIf Meet

or Exceed

Describe Offered Alternatives

XX. Publications:

1. Each unit shall be delivered with an operator’s manual.

XXI. Options

1. Air Ride Suspension See item 8

2. Various wheelbase and cab to axle configurations

Setback axles and CA to 120” N/C, add $282.00 over 120” CA-189” CA

3. A 24-inch under body plow clearance package.

Add: $ 814.00

4. Left and Right side additional suspension capacity for wing plows.

20,000 lb axle configuration with 385/80R22.5 Tires Add: $174.00

5. Deduct amount for the snow plow lights See Option List

6. Twelve, (12) fourteen, (14) sixteen (16) and twenty (20) thousand pound front axles.

See Option List

7. Seventeen thousand five hundred (17,500) pound rear axle in a low profile configuration.

Not available on this item see options on Item # 1

8. Optional rear suspensions, in lieu of walking beam style. i.e. Hendrickson HN, and HS suspensions.

As this is a single axle the option would be a 23,000 lb Air suspension @ $1641.00

9. Power Windows, Door Locks Add: $237.00

10. Alternative Engines for this class of chassis See option list

11. Delete front frame extension Deduct ($247.00)

12. Set Back Front axle. No Charge

13. 7/16 Frame Rail Deduct ($ 203.00)

14. Aluminum Wheels Front Wheels Add $208.00-Rear Add $528.00 4x2

15. Extended Cab and Crew cab configurations.

Extended $1809.00, Crew $6460.00 w/or/w/o rear bench seat.

16. Diagnostic software to include all required See Option list

60

Page 61: Current Contract Information Form · Web viewSupplier(s) shall provide the following documents for review during the compliance inspection for each item of equipment inspected. These

Current Contract InformationContract No. 07503 Change Notice No. 14Attachment “F”Page 61

Specification Requirements0605

CheckIf Meet

or Exceed

Describe Offered Alternatives

cabling.

17. Dual 70 gallon Fuel tanks. Add: $329.00 will change configurations

18. Deduct amount for the manufacturer’s standard white paint.

Deduct: $0.00

19. Truck Mounted Plow Frame:

a. Shall be equipped with a plow frame TENCO 2-14-23-0078, with lift cylinder. The lift cylinder hydraulic ports shall be facing the driver’s side of the truck.

See Option list

b. All fasteners will be grade 8 with flanged headed bolts.

See Above

c. The front tow hooks shall be butted against the forward edge of the side plates.

See Above

d. None of the components associated with the Plow Frame will interfere with the chassis components when installed.

See Above

e. Supplier shall ensure that the plow frame mounting holes are aligned for ease of pin removal and installation.

See Above

61

Page 62: Current Contract Information Form · Web viewSupplier(s) shall provide the following documents for review during the compliance inspection for each item of equipment inspected. These

Current Contract InformationContract No. 07503 Change Notice No. 14Attachment “F1”Page 62

ATTACHMENT F1 0606 Dump Truck Chassis, 38,000 GVW 4X2 with front plow

13 speed Version

Specification Requirements 0606

CheckIf Meet

or Exceed

Describe Offered Alternatives

I. Chassis, Load capacity and Measurements:

1. Chassis load rating shall be 38,000 lbs (GVWR).

Exceeds: 41,000 GVWR as spec’d

2. Wheel Base shall be 170-174 inches, with a set forward axle.

State Wheel Base Bid _____171________

3. Cab to Axle (CA) shall be at least 96 inches clear.

4. Bumper to Back of Cab (Excluding extension)) shall be within the range of 107 to 112 inches.

State BBC Bid _____107________

II. Frame:

1. The entire length of the frame rails shall be full depth, including an integral front frame extension.

2. Both frame rails, from front to rear, shall have a section modulus of 30.00 and a RBM of 3,300,000 in. lbs.

3. The section modulus at the engine cut outs shall be equal to or greater than 18.00, with a RBM of 2,000,000 in. lbs.

4. The frame rails shall have a protective coating, to curtail rusting and deterioration, from exposure to salt and anti icing materials.

5. State type of coating bid

62

Page 63: Current Contract Information Form · Web viewSupplier(s) shall provide the following documents for review during the compliance inspection for each item of equipment inspected. These

Current Contract InformationContract No. 07503 Change Notice No. 14Attachment “F1”Page 63

Specification Requirements 0606

CheckIf Meet

or Exceed

Describe Offered Alternatives

________________

6. There shall be no holes or bolts in the top flange of the frame rails, from the back of the cab to the trunnion.

7. The left frame shall be clear, between the fuel tank and the front hanger of the rear spring assembly.

Could vary with options chosen.

8. Cross-members shall not be riveted to the frame rails, however cross-member components may be riveted to form a cross-member assembly.

9. A front cross member shall be positioned and, drilled, to accommodate the mounting of a hydraulic pump and lines, without further modification. (See Illustration #1.)

Crossmember as supplied on 2004/2005 purchases.

10. Shall have a steel front bumper, of sweptback design, with two front tow loops or hooks accessible through the bumper.

III. Cab and Related Equipment:

9. Shall have an air ride premium cab to include the following

a. Insulated Engine Cover

b. Insulated Floor

c. Carpeted or insulated interior cab doors and bulkheads.

d. Molded header pockets for the driver and passing

e. Reading Lights

f. Door storage pockets

g. Courtesy lights under instrument panel.

h. Coaxial speakers.

Premium interior as supplied 2004/5 purchases

63

Page 64: Current Contract Information Form · Web viewSupplier(s) shall provide the following documents for review during the compliance inspection for each item of equipment inspected. These

Current Contract InformationContract No. 07503 Change Notice No. 14Attachment “F1”Page 64

Specification Requirements 0606

CheckIf Meet

or Exceed

Describe Offered Alternatives

i. Two factory mounted speakers for the CB

j. Air Ride Cab

10. Hood and fenders shall tilt forward to a stable position and allow full and unrestricted access to the engine compartment.

11. The amount of pulling tension required to open the hood and fenders shall not exceed 30 lbs.

As supplied on all prior units of the 7000 series chassis. Lightest when tilted fromrear of fender. Officially listed as 39 lbs.

12. When the hood and fenders are tilted forward, the grill shall not come in contact with the plow frame assembly.

13. There shall be an expanded metal stone guard mounted behind the grill to protect the radiator.

See options

14. Shall have a circuit protected and labeled low hydraulic oil light mounted on the dash.

Subtract ($90.00) if not required Will use one switch position of remote power module.

15. The unit shall be equipped with the following:

a. Engine voltmeter.

b. Engine oil pressure gauge.

c. Tachometer, and Hour-meter.

d. Engine coolant temperature gauge.

e. High output heater with fresh air selection. The heater shall have a 30,000 BTU output rating.

f. Sun visors for both driver and passenger and an auxiliary sun visor on driver’s side.

g. Factory installed air conditioning.

64

Page 65: Current Contract Information Form · Web viewSupplier(s) shall provide the following documents for review during the compliance inspection for each item of equipment inspected. These

Current Contract InformationContract No. 07503 Change Notice No. 14Attachment “F1”Page 65

Specification Requirements 0606

CheckIf Meet

or Exceed

Describe Offered Alternatives

h. Shall have a digital and illuminated outside temperature indicator.

i. Visual and audible low oil pressure/high coolant temperature warning system.

8. Dual heated and motorized 6 x 16 inch rearview mirrors. The mirrors shall be equipped with an 8 to 10 inch convex spot mirror and extendable to 102-inch width.

Same as on all 7000s in your fleet shape slightly different, square inches exceed on both main and convex.

9. Shall be equipped with an air horn.

10. Shall be equipped with cowl mounted, electric, intermittent windshield wipers

11. Shall have a heavy-duty wiper motor with, snow clutch, and thermo protection.

12. The wiper linkage shall be severe-duty formed linkage. Pressed steel linkage is not acceptable.

13. The cab noise level shall not exceed 80 dB (A) inside the cab with windows closed, measured at 1800 RPM and at normal road speed. This will be measured at time of compliance inspection

see note

Not to exceed 83 db as listed all other specs of this quotation 0-]p\

14. Shall be equipped with left and right egress / ingress assist handles.

15. Shall be equipped with an AM/FM Radio with Weather Band.

IV. R adio Installation:

2. The cab shall be outfitted with a header pocket to accommodate an

65

Page 66: Current Contract Information Form · Web viewSupplier(s) shall provide the following documents for review during the compliance inspection for each item of equipment inspected. These

Current Contract InformationContract No. 07503 Change Notice No. 14Attachment “F1”Page 66

Specification Requirements 0606

CheckIf Meet

or Exceed

Describe Offered Alternatives

EF Johnson radio. (Part # 242-97-55-111.) The measurements of the radio are as follows:

a. Width 7 3/16 inches.

b. Length 8 5/16 inches.

c. Thickness 2 1/8 inches.

2. The radio shall be located in a manner that allows the operator to read the LCD without detracting from road visibility. The radio shall be accessible by the operator and be within arms reach of an average person.

3. When installed; the face of the radio shall not extend further than one inch out of the pocket.

16. Within the radio pocket, there shall be a radio-mounting bracket, which will accept the EF Johnson radio. The radio shall have the ability to be removed and re-installed without removing the header panel.

17. To the left of the radio pocket and as close as possible to the radio, a grounded microphone-mounting clip shall be installed.

18. On the exterior of the cab roof, there shall be a Larson NMO-K-DS-FME antenna base. The specific mounting location shall provide the antenna with at least 18 inches of clear area around the antenna base and at the tip of the antenna when a body cab shield is used.

Will give 18” at bare chassis install as type of body unknown to us at that time.

19. The roof mount antenna base shall be sealed and capped with a

66

Page 67: Current Contract Information Form · Web viewSupplier(s) shall provide the following documents for review during the compliance inspection for each item of equipment inspected. These

Current Contract InformationContract No. 07503 Change Notice No. 14Attachment “F1”Page 67

Specification Requirements 0606

CheckIf Meet

or Exceed

Describe Offered Alternatives

protective cover for shipping.

20. The antenna cable shall extend to the EFJ radio mount plus 6 inches of additional cable.

21. Above the rear window and centered in the cab, shall be a functional two-way radio speaker for the EF J radio.

22. Shall have a dedicated and labeled 15-amp constant duty (fused) power circuit for the EFJ Radio.

23. Connected to the 15-amp EFJ dedicated radio power circuit shall be a power wire (EFJ Part# 023-9750-010 or equal) extended to radio mount plus 15 inches of additional wire..

24. Shall have a sensing circuit for the EFJ radio. The circuit shall be a fused 3-amp and will be switched through the ignition switch and active in the run or accessory positions.

25. Connected to the 3-amp EFJ radio sensing circuit shall be a sense wire (EFJ Part # 023-9750-011) extended to the radio mount plus 15 inches of additional wire.

26. All wiring associated with the EF Johnson radio will be continuous with no splices or wire gauge change.

27. Shall have the manufacturers standard CB radio package to include an OEM speaker located in close proximity to the operator.

28. Each mirror bracket will be outfitted with a CB radio antenna

67

Page 68: Current Contract Information Form · Web viewSupplier(s) shall provide the following documents for review during the compliance inspection for each item of equipment inspected. These

Current Contract InformationContract No. 07503 Change Notice No. 14Attachment “F1”Page 68

Specification Requirements 0606

CheckIf Meet

or Exceed

Describe Offered Alternatives

base.

V. Seats

3. Drivers and passenger seat shall be a cloth covered high back National air ride seat with air lumbar support.

4. Both seats shall have compatible; three point type seat belts with shoulder strap, and retractors.

VI. Fuel Tank:

5. Shall have a 70-gallon fuel tank.

6. The tank shall be equipped with two non-skid, raised expanded metal steps.

7. Shall be mounted on the left frame rail.

8. Shall not extend past the back of the cab.

VII. Electrical & Lighting Systems:

18. All chassis lighting shall be conventional lighting (International lighting is not acceptable).

19. Shall be a 12-volt system.

20. All power distribution boxes, and fuse boxes will be mounted inside the cab. In the event the manufacturer cannot mount the power distribution box(s) inside, the manufacturer will warranty each box for eight years.

Main power distribution on splash panelwill carry 8 year custom coverage contract included.

NO LONGER REQUIRED

21. Batteries shall have at least 1,950 cold cranking amps (CCA)

68

Page 69: Current Contract Information Form · Web viewSupplier(s) shall provide the following documents for review during the compliance inspection for each item of equipment inspected. These

Current Contract InformationContract No. 07503 Change Notice No. 14Attachment “F1”Page 69

Specification Requirements 0606

CheckIf Meet

or Exceed

Describe Offered Alternatives

and be maintenance-free.

22. The battery box cover shall be constructed of a non-metallic reinforced material. The batteries shall rest in a plastic tray and be protected by an additional plastic cover covering all of the batteries. This cover shall be secured by thumbscrews or wing nuts.

23. The battery box shall be mounted on the right side frame rail as close to the cab as possible and 6 to 8 inches below the frame rail flange.

could vary with options, ie: 24’’ ground clearance, etc.

24. All cable ends shall be sealed, and equipped with rubber retainers and covers. All battery cables exiting the battery box shall be routed through rubber grommets.

25. Shall have an in dash six position switch panel. They shall operate from the ignition switch in both run and accessory positions and all switches shall be on/off and configured as follows: All six switches shall be on the same row

If options ordered do not preclude that from being available.

a. Automatic circuit protection

b. Back lit, and labeled rocker panel switches

c. First switch (Warning Light)

d. Second switch (Work Light)

e. Third switch (Alt. Flash)

f. The fourth, fifth and sixth switch are powered and not labeled

7. Bidder must ensure that the control panel on all equipment associated

69

Page 70: Current Contract Information Form · Web viewSupplier(s) shall provide the following documents for review during the compliance inspection for each item of equipment inspected. These

Current Contract InformationContract No. 07503 Change Notice No. 14Attachment “F1”Page 70

Specification Requirements 0606

CheckIf Meet

or Exceed

Describe Offered Alternatives

with this purchase, are wired and labeled uniformly.

8. A round 7-conductor, cable shall be wired from the main electrical panel, to the rear of the chassis and terminate into a standard 7-pole trailer connector with ABS. (Conventional Wiring).

9. The connection points on the 7-wire plug will be sealed and watertight.

10. Shall be equipped halogen headlamps.

11. Shall have Trucklite series or equal, LED taillights mounted on the outside rear of the frame rails and protected with 1/4” steel plate on the top and both sides.

12. Shall have one, round, non-halogen, steel encased snowplow headlight with high and low beam, mounted on both left and right fenders. The lights shall be properly wired, with no splices, and shall be aimed and aligned with the prism in the horizontal position

13. The snowplow lights shall be adjustable within a range of 72 to 74 inches measured from the ground to the center of the light.

14. A labeled switch shall be installed that will allow the full operation of either the OEM headlights or the snowplow lights. This switch shall prevent operation of the two sets of headlamps simultaneously.

15. Supplier splices into the factory

70

Page 71: Current Contract Information Form · Web viewSupplier(s) shall provide the following documents for review during the compliance inspection for each item of equipment inspected. These

Current Contract InformationContract No. 07503 Change Notice No. 14Attachment “F1”Page 71

Specification Requirements 0606

CheckIf Meet

or Exceed

Describe Offered Alternatives

wiring harness is unacceptable.

VIII. Engine:

4. Shall be a Cummins ISM320V developing 320 gross hp at 2100 rpm and 1150 ft lbs torque at 1200 RPM.

Horsepower listed incorrectly for engine specified actually 305 hp at 2100 rpm & 320hp @ 1600 rpm

5. Shall be equipped with an engine brake.

6. Electronic engine controls shall have the following settings:

a. Maximum road speed to be 65 mph.

b. Cruise control speed to be 60 mph.

c. Automatic Idle shut down to be 10 minutes.

d. Idle, Set 675, Resume 1,000.

e. Shall have idle bump up/down feature.

4. Shall be equipped with 1500 watt 110 volt block heater with the plug-in receptacle located on the left side under the driver’s door.

5. Shall have a Spicer 2-2-479 Companion Flange for a crankshaft driven PTO.

6. The engine shall be outfitted with a nickel alloy oil pan.

7. A driveline hole through the radiator is not acceptable.

IX. Air Cleaner:

6. Shall be dual element, dry-type, with fresh air intake.

71

Page 72: Current Contract Information Form · Web viewSupplier(s) shall provide the following documents for review during the compliance inspection for each item of equipment inspected. These

Current Contract InformationContract No. 07503 Change Notice No. 14Attachment “F1”Page 72

Specification Requirements 0606

CheckIf Meet

or Exceed

Describe Offered Alternatives

7. A vacuum, air restriction indicator shall be mounted on the dash and it must indicate restriction for both elements.

8. A cab controlled selector valve shall be located in the air cleaner that allows fresh air intake from outside of the vehicle during normal operations and from under the hood during cold weather operations.

9. The selector valve components shall not interfere with the hood operation (opening and closing).

10. The air cleaner lid shall have release latches for quick and easy access to the air cleaner.

X. Engine Cooling System:

5. Shall be equipped with a temperature controlled, air clutch fan drive.

6. Shall be cross flow, armored core radiator with deaeration system.

Radiator as purchased in 2004/5

7. All coolant hose clamps shall be Constant Torque.

Cold shrink.

8. Shall have long life Antifreeze with -35 of protection

XI. Engine Exhaust System:

3. Shall be a single horizontal muffler and vertical pipe.

Height can vary with options chosen

4. The end of the exhaust pipe shall have a 45-degree tip out, positioned approximately 118 inches from the ground to the highest point of the tip out when the truck is empty.

72

Page 73: Current Contract Information Form · Web viewSupplier(s) shall provide the following documents for review during the compliance inspection for each item of equipment inspected. These

Current Contract InformationContract No. 07503 Change Notice No. 14Attachment “F1”Page 73

Specification Requirements 0606

CheckIf Meet

or Exceed

Describe Offered Alternatives

XII. Transmission :

3. Shall be an Eaton Fuller RTLO 12913A.

4. The transmission shall be equipped with a speed sensor cover with dual ports.

5. Shall be equipped with a variable sound backup alarm.

6. Shall be equipped with a two-piece clutch brake.

7. Clutch to be an Eaton Spicer 15.5”, 2-plate Easy – Pedal Plus II.

XIII. Steering System:

4. Shall have a dual Shepherd power steering system.

5. Steering wheel shall be 18 inches in diameter.

6. Steering column shall be fully adjustable.

XIV. Axles and Suspension:

4. Front Axle shall be an 18,000 lbs. axle, with heavy-duty double acting shock absorbers.

Supplying 20,000 lb w/20,000 lb springs to allow for wings extra weight as supplied 2004/5

5. Rear Axle shall have a 23,000 lbs. rating with a gear ratio to allow 65-mph, and a driver controlled traction differential

6. Shall have a vari-rate or progressive suspension with 31,000 lbs. capacity. Additionally the unit shall be equipped with 4,500 lbs., Multi-leaf auxiliary springs.

73

Page 74: Current Contract Information Form · Web viewSupplier(s) shall provide the following documents for review during the compliance inspection for each item of equipment inspected. These

Current Contract InformationContract No. 07503 Change Notice No. 14Attachment “F1”Page 74

Specification Requirements 0606

CheckIf Meet

or Exceed

Describe Offered Alternatives

XV. Wheels and Tires:

4. Front wheels shall be Hub Pilot with 385/65R 22.5 LRJ steel belted Goodyear tubeless tires.

Possible substitutions due to worldwide tire shortages (Same size and ply rating and Tread type)

5. Rear wheels shall be Hub Pilot with Goodyear G164 RTD 11 R 22.5 LRG steel belted tires.

Possible substitutions due to worldwide tire shortages (Same size and ply rating and Tread type)

6. All tires will be siped.

XVI. Brake System:

11. Shall be a Bendix anti-lock series air braking system.

12. Shall have self-adjusting “S” cam air brakes front and rear with shields installed.

13. Shall have outboard mounted brake drums, and the size of the drums will accommodate the manufacturers GVWR of the chassis. WSDOT will accept power disc brakes if offered.

14. All brake blocks shall be non-asbestos.

15. Shall have 30 sq. in. MGM TR-T series rear brake chambers.

16. Shall have an 18 C.F.M. air compressor with intake plumbed to the filtered side of the air cleaner.

17. Shall have the Rockwell Wabco System Saver 1200 air dryer, mounted on the right inside frame rail, and 35 inches behind the cab.

74

Page 75: Current Contract Information Form · Web viewSupplier(s) shall provide the following documents for review during the compliance inspection for each item of equipment inspected. These

Current Contract InformationContract No. 07503 Change Notice No. 14Attachment “F1”Page 75

Specification Requirements 0606

CheckIf Meet

or Exceed

Describe Offered Alternatives

18. The air tank drain will be accessible from outside the frame rails.

19. A trailer air supply line shall be routed to a distribution block.

20. Chassis shall be equipped with a trailer hand control valve and a tractor protection valve.

XVIII Exterior Finish

1. The exterior finish is expected to be superior craftsmanship. There shall be no welding scale, rough, sharp edges or corners.

2. The entire cab and chassis shall be painted National Safety Yellow (Sikkens 4039 or Equal).

XVIIII. Pilot Inspection:

To curtail manufacturing errors prior to delivery, the successful bidder shall arrange and fully fund a three (3) day factory pilot inspection for two WSDOT representatives to review one of the completed chassis. Funded expenses are to include coach class round trip air fair, ground transportation originating and terminating at the airport, 2 nights lodging, and meals.

Will supply Pilot Inspection with orders, of 10 or more chassis at one time. May require pilot on large orders.

XX. Publications:

1. Each unit shall be delivered with an operator’s manual.

XXI. Options

1. Air Ride Suspension See Item 8

2. Various wheelbase and cab to axle configurations

S Setback axles and CA to 120” N/C, add $281.00 over 120” CA-189” CA

3. A 24-inch under body plow clearance Add: $ 814.00

75

Page 76: Current Contract Information Form · Web viewSupplier(s) shall provide the following documents for review during the compliance inspection for each item of equipment inspected. These

Current Contract InformationContract No. 07503 Change Notice No. 14Attachment “F1”Page 76

Specification Requirements 0606

CheckIf Meet

or Exceed

Describe Offered Alternatives

package.

4. Left and Right side additional suspension capacity for wing plows.

Frt. 20,000 lb axle configuration with 385/80R22.5 Tires Add: $174.00

Frt. Left or Right side Aux. Airbag $653.00

5. Deduct amount for the snow plow lights See Option list

6. Twelve, (12) fourteen, (14) sixteen (16) and twenty (20) thousand pound front axles.

See option list

7. Seventeen thousand five hundred (17,500) pound rear axle in a low profile configuration.

Not available on this item see options on Item # 1 of contract

8. Optional rear suspensions, in lieu of walking beam style. i.e. Hendrickson HN, and HS suspensions.

As this is a single axle the option would be a 23,000 lb Air suspension @ $1641.00

9. Power Windows, Door Locks Add: $236.00

10. Alternative Engines for this class of chassis See option list

11. Delete front frame extension -Deduct $252.00

12. Set Back Front axle. No Charge

13. 7/16 Frame Rail Delete ($ 203.00)

14. Aluminum Wheels Front Wheels Add $208.00-Rear Add $528.00 4x2

15. Extended Cab and Crew cab configurations.

Extended $1809.00, Crew $6460.00 w/or/w/o rear bench seat..

16. Diagnostic software to include all required cabling.

See option list

17. Dual 70 gallon Fuel tanks. Add: $329.00 will change configurations

18. Deduct amount for the manufacturer’s standard white paint.

Deduct: $0.00

19. Fuller 18 speed Auto Shift Transmission Add: $ 5,309.00 requires application approval by Eaton required

20. Left side battery box location. Several locations available but will change location of other components

76

Page 77: Current Contract Information Form · Web viewSupplier(s) shall provide the following documents for review during the compliance inspection for each item of equipment inspected. These

Current Contract InformationContract No. 07503 Change Notice No. 14Attachment “F1”Page 77

Specification Requirements 0606

CheckIf Meet

or Exceed

Describe Offered Alternatives

as well Add: $ 77.00

21. Truck Mounted Plow Frame:

a. Shall be equipped with a plow frame TENCO 2-14-23-0078, with lift cylinder. The lift cylinder hydraulic ports shall be facing the driver’s side of the truck.

See option list

b. All fasteners will be grade 8 with flanged headed bolts.

See Above

c. The front tow hooks shall be butted against the forward edge of the side plates.

See Above

d. None of the components associated with the Plow Frame will interfere with the chassis components when installed.

See Above

e. Supplier shall ensure that the plow frame mounting holes are aligned for ease of pin removal and installation.

See Above

77

Page 78: Current Contract Information Form · Web viewSupplier(s) shall provide the following documents for review during the compliance inspection for each item of equipment inspected. These

Current Contract InformationContract No. 07503 Change Notice No. 14Attachment “F2”Page 78

ATTACHMENT F2

0611 Dump Truck Chassis, 38K, 4x4,

Specification Requirements 0611

CheckIf Meet

or Exceed

Describe Offered Alternatives

I. Chassis, Load capacity and Measurements:

1. Chassis load rating shall be 38,000 lbs (GVWR).

Exceeds: GVWR 41000 as spec’d

2. Wheel Base shall be 170-174 inches, with a set forward axle.

State Wheel Base Bid ___180”__________

See Below

3. Cab to Axle (CA) shall be at least 96 inches clear.

Approx 106” CA required with 4x4 options due to driveline requirements.

4. Bumper to Back of Cab (Excluding extension)) shall be within the range of 107 to 112 inches.

State BBC Bid ____107”_________

II. Frame:

1. The entire length of the frame rails shall be full depth, including an integral front frame extension.

2. Both frame rails, from front to rear, shall have a section modulus of 30.00 and a RBM of 3,300,000 in. lbs.

3. The section modulus at the engine cut outs shall be equal to or greater than 18.00, with a RBM of 2,000,000 in. lbs.

4. The frame rails shall have a protective coating, to curtail rusting and deterioration, from exposure to salt and anti icing materials.

5. State type of coating bid ________________

78

Page 79: Current Contract Information Form · Web viewSupplier(s) shall provide the following documents for review during the compliance inspection for each item of equipment inspected. These

Current Contract InformationContract No. 07503 Change Notice No. 14Attachment “F2”Page 79

Specification Requirements 0611

CheckIf Meet

or Exceed

Describe Offered Alternatives

6. There shall be no holes or bolts in the top flange of the frame rails, from the back of the cab to the trunnion.

7. The left frame shall be clear, between the fuel tank and the front hanger of the rear spring assembly.

Could vary with options chosen

8. Cross-members shall not be riveted to the frame rails, however cross-member components may be riveted to form a cross-member assembly.

9. A front cross member shall be positioned and, drilled, to accommodate the mounting of a hydraulic pump and lines, without further modification. (See Illustration #1.)

Crossmember as supplied on 2004/2005 purchases.

10. Shall have a steel front bumper, of sweptback design, with two front tow loops or hooks accessible through the bumper.

III. Cab and Related Equipment:

1. Shall have an air ride premium cab to include the following

a. Insulated Engine Cover

b. Insulated Floor

c. Carpeted or insulated interior cab doors and bulkheads.

d. Molded header pockets for the driver and passenger sides.

e. Reading Lights

f. Door storage pockets

g. Courtesy lights under instrument panel.

h. Coaxial speakers.

Premium interior as supplied 2004/5 purchases

79

Page 80: Current Contract Information Form · Web viewSupplier(s) shall provide the following documents for review during the compliance inspection for each item of equipment inspected. These

Current Contract InformationContract No. 07503 Change Notice No. 14Attachment “F2”Page 80

Specification Requirements 0611

CheckIf Meet

or Exceed

Describe Offered Alternatives

i. Two factory mounted speakers for the CB

j. Air Ride Cab

2. Shall be a manufacturer’s standard cab with at least 21 inches of clear space between the driver and passenger seat.

3. Hood and fenders shall tilt forward to a stable position and allow full and unrestricted access to the engine compartment.

4. The amount of pulling tension required to open the hood and fenders shall not exceed 30 lbs.

As supplied on all prior units of the 7000 series chassis. Lightest when tilted fromrear of fender. Officially listed as 39 lbs

5. When the hood and fenders are tilted forward, the grill shall not come in contact with the plow frame assembly.

6. There shall be an expanded metal stone guard mounted behind the grill to protect the radiator.

See Options

7. Shall have a circuit protected and labeled low hydraulic oil light mounted on the dash.

Will use one switch position of remote power module.

8. The unit shall be equipped with the following:

a. Engine voltmeter.

b. Engine oil pressure gauge.

c. Tachometer, and Hour-meter.

d. Engine coolant temperature gauge.

e. High output heater with fresh air selection. The heater shall have a 30,000 BTU output rating.

f. Sun visors for both driver and

80

Page 81: Current Contract Information Form · Web viewSupplier(s) shall provide the following documents for review during the compliance inspection for each item of equipment inspected. These

Current Contract InformationContract No. 07503 Change Notice No. 14Attachment “F2”Page 81

Specification Requirements 0611

CheckIf Meet

or Exceed

Describe Offered Alternatives

passenger and an auxiliary sun visor on driver’s side.

g. Factory installed air conditioning.

h. Shall have a digital and illuminated outside temperature indicator.

i. Visual and audible low oil pressure/high coolant temperature warning system.

9. Dual heated and motorized 6 x 16 inch rearview mirrors. The mirrors shall be equipped with an 8 to 10 inch convex spot mirror, and extendable to 102-inch width.

Same as on all 7000s in your fleet shape slightly different, square inches exceed on both main and convex.

10. Shall be equipped with an air horn.

11. Shall be equipped with cowl mounted, electric, intermittent, windshield wipers to include a heavy-duty wiper motor(s).

12. The wiper linkage shall be heavy-duty formed linkage. Pressed steel linkage is not acceptable.

13. Shall have a heavy-duty wiper motor with, snow clutch, and thermo protection.

14. The cab noise level shall not exceed 83 dB (A) inside the cab with windows closed, measured at 1800 RPM and at normal road speed. This will be measured at time of compliance inspection.

15. Shall be equipped with left and right egress / ingress assist handles.

16. Shall be equipped with an AM/FM Radio with Weather Band.

81

Page 82: Current Contract Information Form · Web viewSupplier(s) shall provide the following documents for review during the compliance inspection for each item of equipment inspected. These

Current Contract InformationContract No. 07503 Change Notice No. 14Attachment “F2”Page 82

Specification Requirements 0611

CheckIf Meet

or Exceed

Describe Offered Alternatives

IV. R adio Installation:

1. The cab shall be outfitted with a header pocket to accommodate an EF Johnson radio. (Part # 242-97-55-111.) The measurements of the radio are as follows:

a. Width 7 3/16 inches.

b. Length 8 5/16 inches.

c. Thickness 2 1/8 inches.

82

Page 83: Current Contract Information Form · Web viewSupplier(s) shall provide the following documents for review during the compliance inspection for each item of equipment inspected. These

Current Contract InformationContract No. 07503 Change Notice No. 14Attachment “F2”Page 83

Specification Requirements 0611

CheckIf Meet

or Exceed

Describe Offered Alternatives

2. The radio shall be located in a manner that allows the operator to read the LCD without detracting from road visibility. The radio shall be accessible by the operator and be within arms reach of an average person.

3. When installed, the face of the radio shall not extend further than one inch out of the pocket.

4. Within the radio pocket, there shall be a radio-mounting bracket, which will accept the EF Johnson radio. The radio shall have the ability to be removed and re-installed without removing the header panel.

5. To the left of the radio pocket and as close as possible to the radio, a grounded microphone-mounting clip shall be installed.

6. On the exterior of the cab roof, there shall be a Larson NMO-K-DS-FME antenna base. The specific mounting location shall provide the antenna with at least 18 inches of clear area around the antenna base and at the tip of the antenna when a body cab shield is used.

Will give 18” at basic install as type of body unknown to us at that time.

7. The roof mount antenna base shall be sealed and capped with a protective cover for shipping.

8. The antenna cable shall extend to the EFJ radio mount plus 6 inches of additional cable.

9. Above the rear window and centered in the cab, shall be a functional two-way radio speaker for the EF J radio.

83

Page 84: Current Contract Information Form · Web viewSupplier(s) shall provide the following documents for review during the compliance inspection for each item of equipment inspected. These

Current Contract InformationContract No. 07503 Change Notice No. 14Attachment “F2”Page 84

Specification Requirements 0611

CheckIf Meet

or Exceed

Describe Offered Alternatives

10. Shall have a dedicated and labeled 15-amp constant duty (fused) power circuit for the EFJ radio.

11. Connected to the 15amp dedicated radio power circuit shall be the EFJ radio power wire (EFJ Part# 023-9750-010 or equal) extended to the EFJ radio mount plus 15 inches of additional wire.

12. Shall have a dedicated and labeled 3-amp sensing circuit for the EFJ radio. Circuit shall be switched through the ignition and active in the run or accessory positions.

13. Connected to the 3-amp EFJ radio sensing circuit shall be a sense wire (EFJ Part # 023-9750-011) extended to the EFJ radio mount plus 15 inches of additional wire.

14. All wiring associated with the EF Johnson radio will be continuous with no splices or wire gauge change.

15. Shall have the manufacturers standard CB radio package to include an OEM speaker located in close proximity to the operator.

16. Each mirror bracket will be outfitted with a CB radio antenna base.

V. Seats

1. Driver and passenger seat shall be a cloth covered high back National air ride seat with air lumbar support.

2. Both seats shall have compatible; three point type seat belts with shoulder strap, and retractors.

VI. Fuel Tank:

84

Page 85: Current Contract Information Form · Web viewSupplier(s) shall provide the following documents for review during the compliance inspection for each item of equipment inspected. These

Current Contract InformationContract No. 07503 Change Notice No. 14Attachment “F2”Page 85

Specification Requirements 0611

CheckIf Meet

or Exceed

Describe Offered Alternatives

1. Shall have a 70-gallon fuel tank.

2. The tank shall be equipped with two non-skid, raised expanded metal steps.

3. Shall be mounted on the left frame rail.

4. Shall not extend past the back of the cab.

VII. Electrical & Lighting Systems:

1. All chassis lighting shall be conventional lighting (International lighting is not acceptable).

2. Shall be a 12-volt system.

3. All power distribution boxes, and fuse boxes will be mounted inside the cab. In the event the manufacturer cannot mount the power distribution box(s) inside, the manufacturer will warranty each box for eight years.

Main power distribution on splash panelwill carry 8 year custom coverage contract included.

4. Batteries shall have at least 1,950 cold cranking amps (CCA) and be maintenance-free.

5. The battery box cover shall be constructed of a non-metallic reinforced material. The batteries shall rest in a plastic tray and be protected by an additional plastic cover covering all of the batteries. This cover shall be secured by thumbscrews or wing nuts.

6. The battery box shall be mounted on the right side frame rail as close to the cab as possible and 6 to 8 inches below the frame rail flange.

could vary with options, ie: 24’’ ground clearance, etc.

7. All cable ends shall be sealed, and equipped with rubber retainers and covers. All battery cables exiting the battery box shall be routed through rubber grommets. .

85

Page 86: Current Contract Information Form · Web viewSupplier(s) shall provide the following documents for review during the compliance inspection for each item of equipment inspected. These

Current Contract InformationContract No. 07503 Change Notice No. 14Attachment “F2”Page 86

Specification Requirements 0611

CheckIf Meet

or Exceed

Describe Offered Alternatives

8. Shall have an in dash six position switch panel. They shall operate from the ignition switch in both run and accessory positions and all switches shall be on/off and configured as follows: All six switches shall be on the same row

If options ordered do not preclude that from being available.

a. Automatic circuit protection

b. Back lit, and labeled rocker panel switches

c. First switch (Strobe)

d. Second switch (Work Light)

e. Third switch (Alt. Flash)

f. The fourth, fifth and sixth switch are powered and not labeled

9. Bidder must ensure that the control panel on all equipment associated with this purchase, are wired and labeled uniformly.

10. A round 7-conductor, cable shall be wired from the main electrical panel to the rear of the chassis and terminate into a standard 7-pole trailer connector with ABS. (Conventional Wiring).

11. The connection points on the 7-wire plug will be sealed and watertight.

12. Shall be equipped halogen headlamps.

13. Shall have Trucklite series or equal, LED taillights mounted on the outside; rear of the frame rails and protected with 1/4” steel plate on the top and both sides.

14. Shall have one, round, non-halogen, steel encased snowplow headlight with high and low beam, mounted on both left and right fenders. The lights shall be properly wired, with no splices, and shall be aimed and

86

Page 87: Current Contract Information Form · Web viewSupplier(s) shall provide the following documents for review during the compliance inspection for each item of equipment inspected. These

Current Contract InformationContract No. 07503 Change Notice No. 14Attachment “F2”Page 87

Specification Requirements 0611

CheckIf Meet

or Exceed

Describe Offered Alternatives

aligned with the prism in the horizontal position

15. The snowplow lights shall be adjustable within a range of 72 to 74 inches measured from the ground to the center of the light.

16. A labeled switch shall be installed that will allow the full operation of either the OEM headlights or the factory installed snowplow lights. This switch shall prevent operation of the two sets of headlamps simultaneously.

17. Supplier splices into the factory wiring harness is unacceptable.

VIII. Engine:

1. Shall be a Cummins ISM320V developing 305 gross hp at 2100 rpm and 1150 ft lbs torque at 1200 RPM.

Horsepower listed incorrectly for engine specified actually 305 hp at 2100 rpm & 320hp @ 1600 rpm

2. Shall be equipped with an engine brake.

3. Electronic engine controls shall have the following settings:

a. Maximum road speed to be 65 mph.

b. Cruise control speed to be 60 mph.

c. Automatic Idle shut down to be 10 minutes.

d. Idle, Set 675, Resume 1,000.

e. Shall have idle bump up/down feature.

4. Shall be equipped with 1500 watt 110 volt block heater with the plug-in receptacle located on the left side under the driver’s door.

5. Shall have a Spicer 2-2-479 Companion Flange for a crankshaft driven PTO.

87

Page 88: Current Contract Information Form · Web viewSupplier(s) shall provide the following documents for review during the compliance inspection for each item of equipment inspected. These

Current Contract InformationContract No. 07503 Change Notice No. 14Attachment “F2”Page 88

Specification Requirements 0611

CheckIf Meet

or Exceed

Describe Offered Alternatives

6. The engine shall be outfitted with a nickel alloy oil pan.

7. A driveline hole through the radiator is not acceptable.

IX. Air Cleaner:

1. Shall be dual element, dry-type, with fresh air intake.

2. A vacuum, air restriction indicator shall be mounted on the dash and it must indicate restriction for both elements.

3. A cab controlled selector valve shall be located in the air cleaner that allows fresh air intake from outside of the vehicle during normal operations and from under the hood during cold weather operations.

4. The selector valve components shall not interfere with the hood operation (opening and closing).

5. The air cleaner lid shall have release latches for quick and easy access to the air cleaner.

X. Engine Cooling System:

1. Shall be equipped with a temperature controlled, air clutch fan drive.

2. Shall be cross flow, armored core radiator with deaeration system.

Radiator as purchased in 2004/5.

3. All coolant hose clamps shall be Constant Torque.

Cold shrink

4. Antifreeze protection shall be at least -35 .

XI. Engine Exhaust System:

88

Page 89: Current Contract Information Form · Web viewSupplier(s) shall provide the following documents for review during the compliance inspection for each item of equipment inspected. These

Current Contract InformationContract No. 07503 Change Notice No. 14Attachment “F2”Page 89

Specification Requirements 0611

CheckIf Meet

or Exceed

Describe Offered Alternatives

1. Shall be a single horizontal muffler and vertical pipe.

2. The end of the exhaust pipe shall have a 45-degree tip out, positioned approximately 118 inches from the ground to the highest point of the tip out when the truck is empty.

Will be considerably higher with 4x4 conversion. Same as supplied 2004/5

XII. Transmission :

1. Shall be an Eaton Fuller RTLO 12913A.

2. The transmission shall be equipped with a speed sensor cover with dual ports.

3. Shall be equipped with a variable sound backup alarm.

4. Shall be equipped with a two-piece clutch brake.

5. Clutch to be an Eaton Spicer 15.5”, 2-plate Easy – Pedal Plus II.

6. Shall be equipped with a Marmon-Herrington MVG 1200PDN transfer case.

XIII. Steering System:

1. Shall have a dual Shepherd power steering system.

2. Steering wheel shall be 18 inches in diameter.

3. Steering column shall be fully adjustable.

XIV. Axles and Suspension:

1. Front Axle shall be MT 22 Marmon Herrington 18,000 lbs. driving axle. The axle shall include a front axle engagement light, two-piece drive shaft,

89

Page 90: Current Contract Information Form · Web viewSupplier(s) shall provide the following documents for review during the compliance inspection for each item of equipment inspected. These

Current Contract InformationContract No. 07503 Change Notice No. 14Attachment “F2”Page 90

Specification Requirements 0611

CheckIf Meet

or Exceed

Describe Offered Alternatives

with heavy-duty double acting shock absorbers.

2. Rear Axle shall have a 23,000 lbs. rating with a gear ratio to allow 65-mph, and a driver controlled traction differential

3. Shall have a vari-rate or progressive suspension with 31,000 lbs. capacity. Additionally the unit shall be equipped with 4,500 lbs., Multi-leaf auxiliary springs.

XV. Wheels and Tires:

1. Front wheels shall be Hub Pilot with 385/65R 22.5 LRJ steel belted Goodyear tubeless tires.

Possible substitutions due to worldwide tire shortages (Same size and ply rating and Tread type)

2. Rear wheels shall be Hub Pilot with Goodyear G164 RTD 11 R 22.5 LRG steel belted tires. The center hub shall have a thickness of at least .472 inches.

Possible substitutions due to worldwide tire shortages (Same size and ply rating and Tread type)

3. All tires will be siped.

XVI. Brake System:

1. Shall be a Bendix anti-lock series air braking system.

2. Shall have self-adjusting “S” cam air brakes front and rear with shields installed.

3. Shall have outboard mounted brake drums, and the size of the drums will accommodate the manufacturers GVWR of the chassis. WSDOT will accept power disc brakes if offered.

4. All brake blocks shall be non-asbestos.

5. Shall have 30 sq. in. MGM TR-T series rear brake chambers.

90

Page 91: Current Contract Information Form · Web viewSupplier(s) shall provide the following documents for review during the compliance inspection for each item of equipment inspected. These

Current Contract InformationContract No. 07503 Change Notice No. 14Attachment “F2”Page 91

Specification Requirements 0611

CheckIf Meet

or Exceed

Describe Offered Alternatives

6. Shall have an 18 C.F.M. air compressor, with intake plumbed to the filtered side of the air cleaner.

7. Shall have the Rockwell Wabco System Saver 1200 air dryer, mounted on the right inside frame rail and 35 inches behind the cab.

8. The air tank drain will be accessible from outside the frame rails.

9. A trailer air supply line shall be routed to a distribution block.

10. Chassis shall be equipped with a trailer hand control valve and a tractor protection valve.

XVII Exterior Finish

1. The exterior finish is expected to be superior craftsmanship. There shall be no welding scale rough or sharp edges or corners.

2. The entire cab and chassis shall be painted National Safety Yellow (Sikkens 4039 or Equal).

XVIII. Pilot Inspection:

1. To curtail manufacturing errors prior to delivery, the successful bidder shall arrange and fully fund a three (3) day factory pilot inspection for two WSDOT representatives to review one of the completed chassis. Funded expenses are to include coach class round trip air fair, ground transportation originating and terminating at the airport, 2 nights lodging, and meals.

Will supply Pilot Inspection with orders, of 10 or more chassis at one time. May require pilot on large orders.

GA directs that WSDOT must pay owntravel related expenses.

We will set up and coordinate trip.

XVIIII. Publications:

1. Each unit shall be delivered with an operator’s manual.

91

Page 92: Current Contract Information Form · Web viewSupplier(s) shall provide the following documents for review during the compliance inspection for each item of equipment inspected. These

Current Contract InformationContract No. 07503 Change Notice No. 14Attachment “F2”Page 92

Specification Requirements 0611

CheckIf Meet

or Exceed

Describe Offered Alternatives

XX. Options

1. Air Ride Suspension See Item 8

2. Various wheelbase and cab to axle configurations

See option list

3. Left and Right side additional suspension capacity for wing plows.

Not applicable on 4x4

4. Deduct amount for the snow plow lights See Option list

5. Deduct amount for the truck mounted plow frame

See Options as NOT included in pricing

6. Twelve, (12) fourteen, (14) sixteen (16) and twenty (20) thousand pound front axles.

Not applicable on 4x4

7. Optional rear suspensions, in lieu of walking beam style. i.e. Hendrickson HN, and HS suspensions.

Not applicable on 4x4

8. Power Windows, Door Locks Add: $236.00

9. Alternative Engines for this class of chassis N/A

10. Delete front frame extension -Deduct $252.00

11. 7/16 Frame Rail Deduct $ 203.00

12. Aluminum Wheels Front Wheels Add $208.00-Rear Add $528.00 4x2

13. Diagnostic software to include all required cabling.

See Option list

14. Dual 70 gallon Fuel tanks. Add: $329.00 will change configurations

15. Deduct amount for the manufacturers standard white paint.

Deduct: $0.00

16. Fuller 18 speed Auto Shift Transmission Not applicable on 4x4

17. Left side battery box location. Several locations available but will change location of other components as well Add: $ 77.00

18. Truck Mounted Plow Frame:

a. Shall be equipped with a plow frame TENCO See option list

92

Page 93: Current Contract Information Form · Web viewSupplier(s) shall provide the following documents for review during the compliance inspection for each item of equipment inspected. These

Current Contract InformationContract No. 07503 Change Notice No. 14Attachment “F2”Page 93

Specification Requirements 0611

CheckIf Meet

or Exceed

Describe Offered Alternatives

2-14-23-0078, with lift cylinder. The lift cylinder hydraulic ports shall be facing the driver’s side of the truck.

b. All fasteners will be grade 8 with flanged headed bolts.

See Above

c. The front tow hooks shall be butted against the forward edge of the side plates.

See Above

d. None of the components associated with the Plow Frame will interfere with the chassis components when installed.

See Above

e. Supplier shall ensure that the plow frame mounting holes are aligned for ease of pin removal and installation.

See Above

93

Page 94: Current Contract Information Form · Web viewSupplier(s) shall provide the following documents for review during the compliance inspection for each item of equipment inspected. These

Current Contract InformationContract No. 07503 Change Notice No. 14Attachment “F2”Page 94

ATTACHMENT F3

0613 Dump Truck Chassis, 58,000 GVW 6X4 with front plow

Specification Requirements 0613

CheckIf Meet

or Exceed

Describe Offered Alternatives

I. Chassis, Load capacity and Measurements:

1. Chassis load rating shall be 58,000 lbs (GVWR).

2. Wheel Base shall be 194-198 inches, with a set forward axle.

a. State Wheel Base Bid 195”

3. Cab to Axle (CA) shall be at least 120 inches clear.

4. Bumper to Back of Cab (Excluding extension) shall be within the range of 107 inches to 112 inches.

a. State BBC Bid 107

II. Frame:

1. The entire length of the frame rails shall be full depth, including an integral front frame extension.

2. Both frame rails, from front to rear, shall have a section modulus of 30.00 and a RBM of 3,300,000 in. lbs.

3. The section modulus at the engine cut outs shall be equal to or greater than 18.00 and a RBM of 2,000,000 in. lbs.

4. The frame rails will be treated with an anti corrosive compound, to curtail rusting and deterioration, from exposure to salt and anti icing materials

a. BLANK

94

Page 95: Current Contract Information Form · Web viewSupplier(s) shall provide the following documents for review during the compliance inspection for each item of equipment inspected. These

Current Contract InformationContract No. 07503 Change Notice No. 14Attachment “F2”Page 95

Specification Requirements 0613

CheckIf Meet

or Exceed

Describe Offered Alternatives

b. State type of coating bid: Powdered Thermosetting

5. There shall be no holes or bolts in the top flange of the frame rails, from the back of the cab to the trunnion.

6. The left frame shall be clear, between the fuel tank and the front hanger of the rear spring assembly.

7. Cross-members shall not be riveted to the frame rails, however cross-member components may be riveted to form a cross-member assembly.

8. A front cross member shall be positioned and, drilled, to accommodate the mounting of a hydraulic pump and lines, without further modification. (See Illustration #1.)

Crossmembers as supplied on 2004/2005 purchases.

9. Shall have a black steel front bumper, of sweptback design, with two front tow loops or hooks accessible through the bumper.

III. Cab and Related Equipment:

1. Shall have an air ride premium cab to include the following

a. Insulated Engine Cover

b. Insulated Floor

c. Carpeted or insulated interior cab doors and bulkheads

d. Molded header pockets for the driver and passenger sides

e. Reading Light

f. Door storage pockets

g. Courtesy lights under instrument panel.

h. Coaxial speakers.

Premium interior as supplied 2004/5 purchases

95

Page 96: Current Contract Information Form · Web viewSupplier(s) shall provide the following documents for review during the compliance inspection for each item of equipment inspected. These

Current Contract InformationContract No. 07503 Change Notice No. 14Attachment “F2”Page 96

Specification Requirements 0613

CheckIf Meet

or Exceed

Describe Offered Alternatives

i. Two factory mounted speakers for the CB

j. Air Ride Cab

2. Shall be a manufacturer’s standard cab with at least 21 inches of clear space between the driver and passenger seat.

3. Hood and fenders shall tilt forward to a stable position and allow full and unrestricted access to the engine compartment.

4. The amount of pulling tension required to open the hood and fenders shall not exceed 30 lbs.

As supplied on all prior units of the 7000 series chassis. Lightest when tilted fromrear of fender. Officially listed as 39 lbs.

5. When the hood and fenders are tilted forward, the grill shall not come in contact with the plow frame assembly.

6. There shall be an expanded metal stone guard mounted behind the grill to protect the radiator.

See options

7. Shall have a circuit protected and labeled low hydraulic oil light mounted on the dash.

Will use one switch position of remote power module.

8. The unit shall be equipped with the following:

a. Engine voltmeter.

b. Engine oil pressure gauge.

c. Tachometer, and Hour-meter.

d. Engine coolant temperature gauge.

e. High output heater with fresh air selection. The heater shall have a 30,000 BTU output rating.

96

Page 97: Current Contract Information Form · Web viewSupplier(s) shall provide the following documents for review during the compliance inspection for each item of equipment inspected. These

Current Contract InformationContract No. 07503 Change Notice No. 14Attachment “F2”Page 97

Specification Requirements 0613

CheckIf Meet

or Exceed

Describe Offered Alternatives

f. Sun visors for both driver and passenger and an auxiliary sun visor on driver’s side.

g. Factory installed air conditioning.

h. Shall have a digital and illuminated outside temperature indicator.

i. Visual and audible low oil pressure/high coolant temperature warning system.

9. Dual heated and motorized 6 x 16 inch rearview mirrors. The mirrors shall be equipped with an 8 to 10 inch convex spot mirror and extendable to 102-inch width.

Same as on all 7000s in your fleet shape slightly different, square inches exceed on both main and convex.

10. Shall be equipped with an air horn.

11. Shall be equipped with cowl mounted, electric, intermittent windshield wipers.

12. Shall have a heavy-duty wiper motor with, snow clutch, and thermo protection.

13. The wiper linkage shall be severe-duty formed linkage. Pressed steel linkage is not acceptable.

14. The cab noise level shall not exceed 83 dB (A) inside the cab with windows closed, measured at 1800 RPM and at normal road speed. This will be measured at time of compliance inspection

15. Shall be equipped with left and right egress / ingress assist handles.

16. Shall be equipped with an AM/FM Radio with Weather Band.

97

Page 98: Current Contract Information Form · Web viewSupplier(s) shall provide the following documents for review during the compliance inspection for each item of equipment inspected. These

Current Contract InformationContract No. 07503 Change Notice No. 14Attachment “F2”Page 98

Specification Requirements 0613

CheckIf Meet

or Exceed

Describe Offered Alternatives

IV. R adio Installation:

1. The cab shall be outfitted with a header pocket to accommodate an EF Johnson radio. (Part # 242-97-55-111.) The measurements of the radio are as follows:

a. Width 7 3/16 inches.

b. Length 8 5/16 inches.

c. Thickness 2 1/8 inches.

2. The radio shall be located in a manner that allows the operator to read the LCD without detracting from road visibility. The radio shall be accessible by the operator and be within arms reach of an average person.

3. When installed, the face of the radio shall not extend further than one inch out of the pocket.

4. Within the radio pocket, there shall be a radio-mounting bracket, which will accept the EF Johnson radio. The radio shall have the ability to be removed and re-installed without removing the header panel.

5. To the left of the radio pocket and as close as possible to the radio, a grounded microphone-mounting clip shall be installed.

6. On the exterior of the cab roof, there shall be a Larson NMO-K-DS-FME antenna base. The specific mounting location shall provide the antenna with at least 18 inches of clear area around the antenna base and at the tip of the antenna when a body cab shield

Will give 18” at basic install as type of body unknown to us at that time.

98

Page 99: Current Contract Information Form · Web viewSupplier(s) shall provide the following documents for review during the compliance inspection for each item of equipment inspected. These

Current Contract InformationContract No. 07503 Change Notice No. 14Attachment “F2”Page 99

Specification Requirements 0613

CheckIf Meet

or Exceed

Describe Offered Alternatives

is used.

99

Page 100: Current Contract Information Form · Web viewSupplier(s) shall provide the following documents for review during the compliance inspection for each item of equipment inspected. These

Current Contract InformationContract No. 07503 Change Notice No. 14Attachment “F2”Page 100

Specification Requirements 0613

CheckIf Meet

or Exceed

Describe Offered Alternatives

7. The roof mount antenna base shall be sealed and capped with a protective cover for shipping.

8. The antenna cable shall extend to the EFJ radio mount plus 6 inches of additional cable.

9. Above the rear window and centered in the cab, shall be a functional two-way radio speaker for the EFJ radio.

10. Shall have a dedicated and labeled 15-amp constant duty (fused) power circuit for the EFJ Radio.

11. Connected to the 15-amp dedicated radio power circuit shall be the EFJ radio power wire (EFJ Part# 023-9750-010 or equal) extended to the EFJ radio mount plus 6 inches of additional wire.

12. Shall have a sensing circuit for the EFJ radio. The circuit shall be a fused 3 amp switched through the ignition switch, and active in the run or accessory positions.

13. Connected to the 3-amp EFJ radio sensing circuit shall be a sense wire (EFJ Part # 023-9750-011) extended to the radio mount plus 15 inches of additional wire.

14. All wiring associated with the EF Johnson radio will be continuous with no splices or wire gauge change.

100

Page 101: Current Contract Information Form · Web viewSupplier(s) shall provide the following documents for review during the compliance inspection for each item of equipment inspected. These

Current Contract InformationContract No. 07503 Change Notice No. 14Attachment “F2”Page 101

Specification Requirements 0613

CheckIf Meet

or Exceed

Describe Offered Alternatives

15. Shall have the manufacturers standard CB radio mounting package to include an OEM speaker located in close proximity to the operator.

16. Each mirror bracket will be outfitted with a CB radio antenna base.

V. Seats

1. Driver and passenger seat shall be a cloth covered high back National air ride seat with air lumbar support.

2. Both seats shall have compatible; three point type seat belts with shoulder strap, and retractors.

VI. Fuel Tank:

1. Shall have a 70-gallon fuel tank.

2. The tank shall be equipped with two non-skid, raised expanded metal steps.

3. Shall be mounted on the left frame rail.

4. Shall not extend past the back of the cab.

VII. Electrical & Lighting Systems:

1. All chassis lighting shall be conventional lighting (International lighting is not acceptable).

2. Shall be a 12-volt system.

3. All power distribution boxes, and fuse boxes will be mounted inside the cab. In the event the manufacturer cannot mount the power distribution box(s) inside, the manufacturer will warranty each box for eight years.

Main power distribution on splash panelwill carry 8 year custom coverage contract included.

4. Batteries shall have at least 1,950 cold

101

Page 102: Current Contract Information Form · Web viewSupplier(s) shall provide the following documents for review during the compliance inspection for each item of equipment inspected. These

Current Contract InformationContract No. 07503 Change Notice No. 14Attachment “F2”Page 102

Specification Requirements 0613

CheckIf Meet

or Exceed

Describe Offered Alternatives

cranking amps (CCA) and be maintenance-free.

5. The battery box cover shall be constructed of a non-metallic reinforced material. The batteries shall rest in a plastic tray and be protected by an additional plastic cover covering all of the batteries. This cover shall be secured by thumbscrews or wing nuts.

6. The battery box shall be mounted on the right side frame rail as close to the cab as possible and 6 to 8 inches below the frame rail flange.

could vary with options, ie: 24’’ ground clearance, etc.

7. All cable ends shall be sealed, and equipped with rubber retainers and covers. All battery cables exiting the battery box shall be routed through rubber grommets.

8. Shall have an in dash six position switch panel. They shall operate from the ignition switch in both run and accessory positions and all switches shall be on/off and configured as follows: All six switches shall be on the same row

If options ordered do not preclude that from being available.

a. Automatic circuit protection

b. Back lit, and labeled rocker panel switches

c. First switch (Warning Light)

d. Second switch (Work Light)

e. Third switch (Alt. Flash)

f. The fourth, fifth and sixth switch are powered and not labeled

102

Page 103: Current Contract Information Form · Web viewSupplier(s) shall provide the following documents for review during the compliance inspection for each item of equipment inspected. These

Current Contract InformationContract No. 07503 Change Notice No. 14Attachment “F2”Page 103

Specification Requirements 0613

CheckIf Meet

or Exceed

Describe Offered Alternatives

9. Bidder must ensure that the control panel on all equipment associated with this purchase, are wired and labeled uniformly.

10. A round 7-conductor, cable shall be wired from the main electrical panel, to the rear of the chassis and terminate into a standard 7-pole trailer connector with ABS. (Conventional Wiring).

11. The connection points on the 7-wire plug will be sealed and watertight.

12. Shall be equipped halogen headlamps

13. Shall have Trucklite series or equal, LED taillights mounted on the outside rear of the frame rails and protected with 1/4” steel plate on the top and both sides.

14. Shall have one, round, non-halogen, steel encased snowplow headlight with high and low beam, mounted on both left and right fenders. The lights shall be properly wired, with no splices, and shall be aimed and aligned with the prism in the horizontal position.

15. The snowplow lights shall be adjustable within a range of 72 to 74 inches measured from the ground to the center of the light.

16. A labeled switch shall be installed that will allow the full operation of either the OEM headlights or the factory installed snowplow lights. This switch shall prevent operation of the two sets of headlamps simultaneously.

17. Supplier splices into the factory wiring harness is unacceptable

103

Page 104: Current Contract Information Form · Web viewSupplier(s) shall provide the following documents for review during the compliance inspection for each item of equipment inspected. These

Current Contract InformationContract No. 07503 Change Notice No. 14Attachment “F2”Page 104

Specification Requirements 0613

CheckIf Meet

or Exceed

Describe Offered Alternatives

VIII. Engine:

1. Shall be a Cummins ISM385V developing 370 gross hp at 2100 rpm and 1450 ft lbs torque at 1200 RPM.

2. Shall be equipped with an engine brake.

3. Electronic engine controls shall have the following settings:

a. Maximum road speed to be 65 mph.

b. Cruise control speed to be 60 mph.

c. Automatic Idle shut down to be 10 minutes.

d. Idle, Set 675, Resume 1,000.

e. Shall have idle bump up/down feature.

4. Shall be equipped with 1500 watt 110 volt block heater with the plug-in receptacle located on the left side under the driver’s door.

5. Shall have a Spicer 2-2-479 Companion Flange for a crankshaft driven PTO.

6. The engine shall be outfitted with a nickel alloy oil pan.

7. A driveline hole through the radiator is not acceptable.

IX. Air Cleaner:

1. Shall be dual element, dry-type, with fresh air intake.

2. A vacuum, air restriction indicator shall be mounted on the dash and it must indicate restriction for both elements.

3. A cab controlled selector valve shall be located in the air cleaner that allows fresh

104

Page 105: Current Contract Information Form · Web viewSupplier(s) shall provide the following documents for review during the compliance inspection for each item of equipment inspected. These

Current Contract InformationContract No. 07503 Change Notice No. 14Attachment “F2”Page 105

Specification Requirements 0613

CheckIf Meet

or Exceed

Describe Offered Alternatives

air intake from outside of the vehicle during normal operations and from under the hood during cold weather operations.

4. The selector valve components shall not interfere with the hood operation (opening and closing).

5. The air cleaner lid shall have release latches for quick and easy access to the air cleaner.

X. Engine Cooling System:

1. Shall be equipped with a temperature controlled, air clutch fan drive.

2. Shall be cross flow, armored core radiator with deaeration system..

Radiator as purchased in 2004/5

3. All coolant hose clamps shall be Constant Torque.

Cold shrink

4. Antifreeze protection shall be at least -35 .

XI. Engine Exhaust System:

1. Shall be a single horizontal muffler and vertical pipe.

2. The end of the exhaust pipe shall have a 45-degree tip out, positioned approximately 118 inches from the ground to the highest point of the tip out when the truck is empty.

Height can vary with options chosen

XII. Transmission :

1. Shall be an Eaton Fuller RTLO 12918B.

2. The transmission shall be equipped with a speed sensor cover with dual ports.

3. Shall be equipped with a variable sound backup alarm.

105

Page 106: Current Contract Information Form · Web viewSupplier(s) shall provide the following documents for review during the compliance inspection for each item of equipment inspected. These

Current Contract InformationContract No. 07503 Change Notice No. 14Attachment “F2”Page 106

Specification Requirements 0613

CheckIf Meet

or Exceed

Describe Offered Alternatives

4. Shall be equipped with a two-piece clutch brake.

5. Clutch to be an Eaton Spicer 15.5”, 2-plate Easy –Pedal Plus II clutch.

XIII. Steering System:

1. Shall have a dual Shepherd power steering system.

2. Steering wheel shall be 18 inches in diameter.

3. Steering column shall be fully adjustable.

XIV. Axles and Suspension:

1. Front Axle shall be an 18,000 lbs. axle, with heavy-duty double acting shock absorbers.

Supplying 20,000 lb w/20,000 lb springs to allow for wings extra weight as supplied 2004/5

2. Rear Axle shall have a Hendrickson RT-403 suspension, with rubber bushings, and a 40,000 pound rating, with a gear ratio to allow 65 MPH

3. The rear axle shall be equipped with a lube pump.

4. Shall have an air activated rear axle power divider lock with indicator lock.

XV. Wheels and Tires:

1. Front wheels shall be Hub Pilot with 385/65R 22.5 LRJ steel belted Goodyear tubeless tires.

Possible substitutions due to worldwide tire shortages (Same size and ply rating and Tread type)

2. Rear wheels shall be Hub Pilot with Goodyear G164 RTD 11 R 22.5 LRG steel belted tires. The center hub shall have a thickness of at least .472 inches.

Possible substitutions due to worldwide tire shortages (Same size and ply rating and Tread type)

3. All tires will be siped.

106

Page 107: Current Contract Information Form · Web viewSupplier(s) shall provide the following documents for review during the compliance inspection for each item of equipment inspected. These

Current Contract InformationContract No. 07503 Change Notice No. 14Attachment “F2”Page 107

Specification Requirements 0613

CheckIf Meet

or Exceed

Describe Offered Alternatives

XVI. Brake System:

1. Shall be a Bendix anti-lock series air braking system.

2. Shall have self-adjusting “S” cam air brakes front and rear, with shields installed.

Drum brakes, not disc.

3. Shall have outboard mounted brake drums, and the size of the drums will accommodate the manufacturers GVWR of the chassis. WSDOT will accept power disc brakes if offered.

4. All brake blocks shall be non-asbestos.

5. Shall have 30 sq. in. MGM TR-T series rear brake chambers.

6. Shall have an 18 C.F.M. air compressor with intake plumbed to the filtered side of the air cleaner.

7. Shall have the Rockwell Wabco System Saver 1200 air dryer, mounted on the right inside frame rail and 35 inches behind the cab.

8. The air tank drain will be accessible from outside the frame rails.

9. A trailer air supply line shall be routed to a distribution block.

10. Chassis shall be equipped with a trailer hand control valve and a tractor protection valve.

XVII Exterior Finish

1. The exterior finish is expected to be superior craftsmanship. There shall be no welding scale, rough or sharp edges or corners.

2. The entire cab and chassis shall be painted

107

Page 108: Current Contract Information Form · Web viewSupplier(s) shall provide the following documents for review during the compliance inspection for each item of equipment inspected. These

Current Contract InformationContract No. 07503 Change Notice No. 14Attachment “F2”Page 108

Specification Requirements 0613

CheckIf Meet

or Exceed

Describe Offered Alternatives

National Safety Yellow (Sikkens 4039 or Equal).

XVIII. Pilot Inspection:

1. To curtail manufacturing errors prior to delivery, the successful bidder shall arrange and fully fund a three (3) day factory pilot inspection for two WSDOT representatives to review one of the completed chassis. Funded expenses are to include coach class round trip air fair, ground transportation originating and terminating at the airport, 2 nights lodging, and meals.

Will supply Pilot Inspection with orders, of 10 or more chassis at one time. May require pilot on large orders.

GA directs that WSDOT must pay owntravel related expenses.

We will set up and coordinate trip.

XVIIII. Publications:

1. Each unit shall be delivered with an operator’s manual.

XX. Options

1. Air Ride Suspension Add: $853.00

2. Various wheelbase and cab to axle configurations

No Charge through 179” CA –Add $765.00 Over 179” CA

3. A 24-inch under body plow clearance package.

Add: $814.00

4. Left and Right side additional suspension capacity for wing plows.

Frt. 20,000 lb axle configuration with 385/80R22.5 Tires Add: $174.00 Driver controlled air bags Avail. Right or Left $653.00

5. Deduct amount for the snow plow lights See Option List

6. Twelve, (12) fourteen, (14) sixteen (16) and twenty (20) thousand pound front axles.

See attached option sheet

7. Optional rear suspensions, in lieu of walking beam style. i.e. Hendrickson HN, and HS suspensions.

See attached option sheet

8. Power Windows, Door Locks Add: $236.00

9. Alternative Engines for this class of chassis See attached option list

108

Page 109: Current Contract Information Form · Web viewSupplier(s) shall provide the following documents for review during the compliance inspection for each item of equipment inspected. These

Current Contract InformationContract No. 07503 Change Notice No. 14Attachment “F2”Page 109

Specification Requirements 0613

CheckIf Meet

or Exceed

Describe Offered Alternatives

10. Delete front frame extension Delete ($252.00)

11. Set Back Front axle. No Charge

12. 7/16 Frame Rail Add: $211.00

13. Aluminum Wheels Front Wheels Add $208.00-Rear Add $1057.00 6x4 (All eight rears)

14. Extended Cab and Crew cab configurations.

Extended $1809.00, Crew $6460.00 w/or/w/o rear bench seat.

15. Diagnostic software to include all required cabling.

See Option List

16. Dual 70 gallon Fuel tanks. Add: $329.00 will change configurations

17. Deduct amount for the manufacturer’s standard white paint.

Deduct: $0.00

18. Fuller 18 speed Auto Shift Transmission Add: $5309.00

19. Left side battery box location. Add: $77.00 Several configurations available. Will change configurations.

20. Truck Mounted Plow Frame:

a. Shall be equipped with a plow frame TENCO 2-14-23-0078, with lift cylinder. The lift cylinder hydraulic ports shall be facing the driver’s side of the truck.

See option list

b. All fasteners will be grade 8 with flanged headed bolts.

See Above

c. The front tow hooks shall be butted against the forward edge of the side plates.

See Above

d. None of the components associated with the Plow Frame will interfere with the chassis components when installed.

See Above

e. Supplier shall ensure that the plow frame mounting holes are aligned for ease of pin removal and installation.

See Above

109

Page 110: Current Contract Information Form · Web viewSupplier(s) shall provide the following documents for review during the compliance inspection for each item of equipment inspected. These

Current Contract InformationContract No. 07503 Change Notice No. 14Attachment “F4”Page 110

ATTACHMENT F4 WSDOT BOILER PLATE The following issues not addressed in the main contract document 07503 will be offered as follows for

WSDOTWashington State

Department of TransportationVehicle & Equipment Bidding Requirements

General:

Specification Clarification and Changes:

Clarification for any item in these specifications may be obtained from the Office of State Procurement, (OSP) at (360) 902-7422.

Equipment Demonstrations:Prior to award of a purchase order, bidders may be required to present an offered unit for demonstration of its performance and capability. Such demonstrations must be conducted within fourteen calendar days after notification.

Performance demonstration(s) must be conducted within fourteen (14) calendar days after notification that such demonstration(s) is required. Bidder(s) shall conduct all demonstration(s) within Washington State and are responsible for their costs associated with the demonstration(s).

The Bidder(s) will coordinate with WSDOT, Equipment Administration Office at (360) 705-7882/7884 to establish the location, date and time of the performance demonstration(s).

Equipment Specification Compliance Inspections; Delivery; and Acceptance:

3. The Manufacturer’s Statement of Origin (MSO); 4. Axle weight slips (for all units with axles); and (not applicable to chassis w/o body)5. A completed Washington State title application showing both the legal and registered owner as;

Washington State Department of Transportation Olympia, Washington 98504-7357. Out of state Supplier(s) may contract WSDOT, Equipment Administration Office at (360) 705-7882/7884 to obtain a Washington State title application.

Training:

We are including a $500.00 Training allowance with each chassis ordered for WSDOT under the contract. Those funds my be used to offset classroom costs and/or purchase computer based training.

Some classes will require students to attend @ Bates Voc. Tech. Tacoma – due to the teaching aids required. Bates/International classes currently cost $175.00 per student for a 2 day class.

Page 111: Current Contract Information Form · Web viewSupplier(s) shall provide the following documents for review during the compliance inspection for each item of equipment inspected. These

Current Contract InformationContract No. 07503 Change Notice No. 14Attachment “F4”Page 111

ATTACHMENT F4 WSDOT BOILER PLATE CONTINUED:

training center in Portland currently $500.00/ Student. Generally this is a 2 or 3 day class.For International and Cummins, custom on site classes can be set up. They do require substantial lead times due to instructor’s annual schedules. Custom classes require 10 students, and would be held in one of your shops. Prices for these range from $1250.00 for a one day class + $500.00 per additional day, for 10 students from International to $5000.00 for a 2/3 day Cummins class.

Driver training is available at no charge for groups of 10 or more, but again lead time is required.These are typically conducted by chassis and drivetrain vendors, and can be done at centrally located WSDOT locations.

The above plan is offered to assure WSDOT that quality material is presented, to your people.

Page 112: Current Contract Information Form · Web viewSupplier(s) shall provide the following documents for review during the compliance inspection for each item of equipment inspected. These

Current Contract InformationContract No. 07503 Change Notice No. 14Page 112

ATTACHMENT F5 RECONFIGURATION OF PRICING & OPTIONS

WSDOT Re-configuration of Pricing and Options for Specifications listed in Attachment F through F3

PER WSDOT attached Specification Sheets

WSDOT Configurations 605, 606,611, 613 Pricing

8/1/2008-7/8/2009Base Price per WSDOT Specification 0605 $ 85,018.13Base Price per WSDOT Specification 0606 $ 73,395.13Base Price per WSDOT Specification 0611 $ 108,715.13Base Price per WSDOT Specification 0613 $ 82,714.13EMISSION COST ON ALL CHASSIS BUILT W/2007 LEGAL ENGINES $ 7,000.00All of above include 20,000 FA w/ 385/80R22.5 TiresAvailable options to the above Specifications:1. Set back axle configuration ILO set forward No Charge2. Cab to axle and frame options: a Tandem axle: Over 179” CA with or w/o front frame extension $ 778.00 Single Axle over 120" CA up to 189" $ 287.00 b Delete Fixed grille $ (60.00) c Delete front PTO provisions $ (51.00) d Delete front frame extension $ (247.00) e. Provide 22 SM single rail frame ILO 30 SM as bid. 7/16" $ (211.00)3. Engine options: HT(DT ) 570 International 310HP- 1050 Torque Available with RDS3000/3500 Allison 6 speed, includes/1250 watt heater,13.2 CFM compressor, Cooling matched to Engine.Also includes International ENGINE BRAKE. (See attached letter # G-647 correcting surcharge) $ (11,654.00) Engines below priced for for 0613 Only (Req. engineering approval) a ISM 425V 1550 lb.Ft.Torque Engine Option 410hp at 2100 $ 1,598.00 b 430hp at 2100 Cat C13 Engine 1650 torque w/15.7CFM comp. INCLUDES DIFFERENTIAL FOR CAT EMISSIONS (2007) $ 7,083.00 b 470hp at 2100 Cat C13 Engine 1650 torque w/15.7CFM comp. INCLUDES DIFFERENTIAL FOR CAT EMISSIONS (2007) $ 7,991.005. Rear axle options: a 46,000 tandem rear axle & suspension $ 1,706.00

Page 113: Current Contract Information Form · Web viewSupplier(s) shall provide the following documents for review during the compliance inspection for each item of equipment inspected. These

Current Contract InformationContract No. 07503 Change Notice No. 14Page 113

b Traction control in tandem axles (rear driver) $ 414.00 c Hendrickson HAS air suspension matched to axle choice $ 853.00 d Hendrickson HN suspension matched to axle choice Replaced by HMX d Hendrickson HMX suspension matched to axle choice $ 357.00 d Chalmers suspension matched to axle choice $ 810.00

f 23000 lb without Traction Control $ (486.00) g 23000 lb 2-speed w/o traction control $ 729.00 h Many different ratios available at time of order No Charge6. Front axle options:

a 12000 lb. Front axle ILO 18000 bid with 11R22.5 14 pr tires $ (942.00)

b 14000 lb. Front axle ILO 18000 bid with 12R22.5 16 pr tires $ (753.00)

d. 16000 lb. Axle and springs with 385/80R22.5 Tires $ (269.00) e. 18000 lb. Axle and springs with 385/80R22.5 Tires $ (167.00) f. 20000 lb Axle and springs with 425/80R22.5 Tires $ 350.00 NOTE: All axle options supplied with proper brakes for GAWR7. Transmission options a. 18 Speed Auto shift Transmission ILO 18 Speed Manual $ 5,309.00 b. Allison RDS 4500 6 speed (ILO with manual ) $ 10,879.00 c. 1600 Torque Capacity Eaton/Roadranger series transmissions $ 443.008. Misc. Options: 1 Vinyl seat covering ILO fabric $ (52.00) 2 Alternate cab color (solid color) 3 Power windows and door locks $ 237.00 4 Stationary passenger seat (to match driver-no arm rest) $ (135.00) 5 Delete Switch able air intake (N.A. w/ 425 HP and up) $ (128.00) 6 Service manual for chassis on CD $ 202.00 7 Vin# specific parts CD for chassis on CD (10 Vins/ disc) $ 295.00 8 Diagnostic software and cable for attaching to PC: a. Cummins (requires an annual renewal fee) $ 2,110.00 a. Cat (requires an annual renewal fee ) $ 1,712.00 c. International Diamond Logic level 2-(annual renewal ) $ 1,868.00

Page 114: Current Contract Information Form · Web viewSupplier(s) shall provide the following documents for review during the compliance inspection for each item of equipment inspected. These

Current Contract InformationContract No. 07503 Change Notice No. 14Page 114

d. International Engine MD-Fleet $ 1,377.00 9 Fuel tanks: a. Dual 70 Gallon - requires Vertical exhaust $ 350.00 b. 80 Gallon Steel tank ILO 70 gallon $ 92.00 c. 100 Gallon Steel ILO 70 Gallon $ 367.00

d. Add for Aluminum Tank ( sgl 70g or 80g 123.0010. Delete expanded metal stone guard and supply HD

Screen $ (278.00) 11. Delete Relocation of switch controller to inside of cab $ (209.00) 12. Sweep style air restriction indicator ILO Filter minder $ 78.00 13. Delete Reconfigure batteries w/ trays, caps, in line style $ (195.00) 14. Add exterior visor $ 130.00

15. Delete CB accommodation package: $ 183.00

Page 115: Current Contract Information Form · Web viewSupplier(s) shall provide the following documents for review during the compliance inspection for each item of equipment inspected. These

Current Contract InformationContract No. 07503 Change Notice No. 14Page 115

ATTACHMENT F5 RECONFIGURATION OF PRICING & OPTIONS CONTINUED:

16. T-Handle gear selector for Allison Transmission with Allison as OPTION

as Option (# 7b) Already included with 0605 Spec.

$ 238.00

17. Delete Backup alarm $ (73.00) 19. Delete Factory auxiliary headlight wiring: $ (37.00) 20. Delete Corrosion resistant oil pan: $ (39.00)

21 Marmon-Harrington Driving front axle conversion (included w/ 4x4) $ 35,746.00

22 Option of 135 amp alternator $ 85.00

23 Delete trailer air and electrical connections at rear of frame

$ 309.00

24. Transmission retarder ILO Jake Brake $ 7,256.00 25. 24” Ground clearance package (change positioning

and tanks) $ 814.00 26 Extended cab with approx. 25" extension (Factory) $ 1,809.00

27 Crew cab with or without rear seat-now includes 3 grab handles $ 6,460.00

28 Delete Plow lights: See Note Below $ (708.00) 29 Plow Frame 4X2 AND 6X4 See Note

Below $ 3,928.00 Plow Frame 4x4 (due to taller frame) $ 4,550.00 30 LED Taillight Modifications - Delete $ (279.00) 31 Delete Siped Tires Below: Tandem Axle $ (355.00) Single Axle $ (252.00)

32 Delete Hydraulic light installation $ (191.00) 33 Freight- Eastern Region HQ office if Required $

855.00 34 Freight- Western Region HQ office if Required $

350.00 35 Delete Training Expense $ (500.00) 36. Tandem Axle Tractor Options Tandem axle Chassis:

Page 116: Current Contract Information Form · Web viewSupplier(s) shall provide the following documents for review during the compliance inspection for each item of equipment inspected. These

Current Contract InformationContract No. 07503 Change Notice No. 14Page 116

Cab controlled air slide Holland fifth wheel plate Including a 7.6" fifth wheel plate

Pro Tech model 10-1000 aluminum cab guard with chain binder locking brackets and a rear view window opening.

Work light mounted on each upper corners of the cab guard. The work lights shall be controlled from within the cab

Two Echo 6665 A strobe lights mounted on the outboard side of the work lights Includes driver side access steps Bracketed Mud flaps

Total of above listed Tractor Equipment: $ 5,613.00FRONT AXLE OPTION: Meritor MX-18 Single Reduction 18,000 lb. Front Drive Axle.Includes: International MaxxForce 10, 330HP- 1150 lb-ft Torque, 16.5 CFM Air Comp, 1250 Watt Block Htr, International Engine Brake, Allison 3000 RDS -5 Spd Transmission, Meritor T-4210 2 sp Transfer Case. (Includes Engine Surcharge Adjustment)

($10,777.00)

Fuller 10 Speed Transmission. Includes Two Piece Clutch Brake, Speed Sensor Cover with Dual Ports & Easy Pedal Clutch.

(5,503.00)

Recommendation: On any trucks going to the body contractor for body installation, it is recommended to have that contractor install: 1. Plow Frame 2. Plow Lights 3. LED Rear taillight modifications 4. Low hydraulic warning light This will result in quicker delivery, less cost, and a better body install by not having to work around already installed items. NOTE: Choosing options from the above listing could affect changes in the base spec. to accommodate the options chosen. 

Page 117: Current Contract Information Form · Web viewSupplier(s) shall provide the following documents for review during the compliance inspection for each item of equipment inspected. These

Current Contract InformationContract No. 07503 Change Notice No. 14Page 117

PERFORMANCE REPORT FORPURCHASING & CONTRACT ADMINISTRATION

To OSP Customers:Please take a moment to let us know how our services have measured up to your expectations on this contract. Please copy this form locally as needed and forward to the Office of State Procurement Purchasing Manager. For any comments marked unacceptable, please explain in remarks block.

Procurement services provided: Excellent Good Acceptable Unacceptable Timeliness of contract actions Professionalism and courtesy of staff Services provided met customer needs Knowledge of procurement rules and regulations Responsiveness/problem resolution Timely and effective communications

Comments:

Agency: Prepared by:

Contract No.: document.doc Title:

Contract Title: Date:

Phone:

Send to:

Purchasing ManagerOffice of State ProcurementPO Box 41017Olympia, Washington 98504-1017

Page 118: Current Contract Information Form · Web viewSupplier(s) shall provide the following documents for review during the compliance inspection for each item of equipment inspected. These

Current Contract InformationContract No. 07503 Change Notice No. 14Page 118

PERFORMANCE REPORT FORCONTRACTOR PRODUCT/SERVICE

Complete this form to report problems with suppliers or to report unsatisfactory product or services. You are also encouraged to report superior performance. Agency personnel should contact suppliers in an effort to resolve problems themselves prior to completion and submission of this report.

Contract number and title: document.doc

Supplier’s name: Supplier’s representative:

PRODUCT/SERVICEContract item quality higher than required Damaged goods deliveredContract item quality lower than required. Item delivered does not meet P.O./contract

specificationsOther:

SUPPLIER/CONTRACTOR PERFORMANCELate delivery Slow response to problems and problem

resolutionIncorrect invoice pricing. Superior performanceOther:

CONTRACT PROVISIONSTerms and conditions inadequate Additional items or services are required.Specifications need to be revised Minimum order too high.Other:

Briefly describe situation:

Agency Name: Delivery Location:Prepared By: Phone Number: Date: Supervisor:

Address: Email:

Send To:

NAMESTATE PROCUREMENT OFFICEROFFICE OF STATE PROCUREMENTPO BOX 41017OLYMPIA WA 98504-1017