Anda di halaman 1dari 21

INVITATION FOR BIDS

FOR
COMPLETE HEAVY DUTY HIGHWAY TRUCK
The Franklin Regional Council of Governments (FRCOG) will accept sealed Bids on
behalf of the Town of Sunderland for the Supply of a 2017 Heavy Duty Truck, Body
and Plow per the specifications. Vendor must take a 1999 Louisville Single Axle Dump
Truck in TRADE.
The sealed bids, plainly marked "Sunderland Heavy Duty Truck SEALED BID in the
lower left corner of the envelope will be received by Andrea Woods, Franklin Regional
Council of Governments, 12 Olive Street, Suite 2, Greenfield, MA 01301, until October
31, 2016 at 2pm, at which time they will be publicly opened and read aloud. Vendors
must download the bid specifications from http://frcog.org/bids in order to receive any
notices or addenda. Questions may be directed to Andrea Woods at bids@frcog.org.
Emailed bids will not be accepted.
Bids that are incomplete, not properly endorsed or signed, or otherwise contrary to
instructions may be rejected as non-responsive by the Chief Procurement Officer.
The Town of Sunderland, who is the awarding authority, reserves the right to accept or
reject any or all bids, in total or in part, as they deem in the best interest of the public.
Franklin Regional Council of Governments
Andrea Woods, Chief Procurement Officer
Date:

October 17, 2016

The Franklin Regional Council of Governments and the Town of Sunderland do not discriminate on the
basis of disability with respect to admission to, access to, or operation of its programs, services, or
activities. Individuals who need auxiliary aids for effective communication with respect to programs and
services of the Council should contact the American with Disabilities Act (ADA) Compliance Coordinator at
413-774-3167x111.
12 Olive Street, Suite 2, Greenfield, MA 01301 ph 413-774-3167

Page 1

General Information and Bid Submission Requirements


This invitation to bid is issued in accordance with the provisions of M.G.L. Chapter 30B
1. Bid Submission
a. All bids must be sealed and received by Andrea Woods, Chief Procurement Officer,
Franklin Regional Council of Governments, 12 Olive Street, Suite 2, Greenfield, MA
01301 on or before 2pm on October 31, 2016.
b. Each bidder must submit one unbound original plus one (1) copy of their bid.
c. Each bid MUST be clearly marked SUNDERLAND HEAVY DUTY TRUCK
SEALED BID on the outside of the sealed envelope, in the lower left corner.
d. The submission of a bid will be construed to mean that the bidder is fully informed
as to the specifications and condition the equipment required and a representation
that the bidder can furnish the equipment satisfactorily in complete compliance with
the specifications.
e. A Bid Bond in the form of a Bank/Treasurers Check or Bond drawn on a
Massachusetts Licensed Surety in the amount of $500. Checks will be returned
promptly upon completion of a Purchase and Sale Agreement. Bonds/Checks
should be made payable to the Franklin Regional Council of Governments.
2. Required Submittals Checklist
Please use this checklist to ensure you have included all required submittals with
your bid.
All bids shall include:
____ The entire bid specification section with every section acknowledged as Yes
(Complies with Bid) or NO (Does not comply and direct to additional information
to substantiate Or Equal submission) Include answers to the final 6 questions
at the end of the Section.
____ A completed and signed Bid Price Form.
____ Completed and signed Tax Compliance and Non-Collusion Forms
____ A Bid Bond in the amount of $500
Complete specifications of the proposed vehicle and equipment
____ A list of 5 sales and service references for Municipalities.

Page 2

3. Questions Concerning Invitation for Bids


Questions concerning this IFB should be directed to the Chief Procurement Officer
no later than four business days prior to the due date.
Contact Person: Andrea Woods
Phone Number: (413) 774-3167 x104

Email bids@frcog.org

To inspect the 1999 LOUISVILLE SINGLE AXLE DUMP TRUCK to be taken in trade,
please visit the Sunderland Town Garage by making an appointment with George
Emery 413-665-1460.

4. Addenda
If any changes are made to this IFB, an addendum will be sent via email through the
FRCOGs bid website. All addenda must be acknowledged on the Bid Price Form.
5. Modifications by Bidder
a. A bidder may correct, modify, or withdraw a bid by written notice received by the
Chief Procurement Officer prior to the time and date set for the bid opening. Bid
modifications must be submitted in a sealed envelope and clearly labeled
SUNDERLAND HEAVY DUTY TRUCK BID Modification No. ___ in the lower left
corner. Each modification must reference the original IFB.
b. After the bid opening, a bidder may not change any provision of the bid. Minor
informalities may be waived or the bidder be allowed to correct them if a mistake
and the intended bid are clearly evident on the face of the bid document

6. Cancellation/Rejection of Invitation for Bids


The bid may be cancelled if it is determined by the FRCOG or the Town of
Sunderland that cancellation or rejection serves the best interest of the public.
7. Bid Pricing
All bid prices submitted in response to the IFB must remain firm for twenty (20) days
following the bid opening. A bid bond in the amount of $500 will guarantee the
price and must be provided in the form of a bank / treasurers check made out to the
Franklin Regional Council of Governments or bond drawn on a Massachusetts
licensed surety. All bid bonds will returned after the purchase and sale agreement is
finalized. If the selected bidder fails to enter into the purchase and sales agreement
resulting from this bid, the bid bond will be forfeited to cover the costs of re-bidding
for the Truck.

Page 3

8. Signatures for Bid


Bids must be signed by an individual authorized to sign a purchase and sales
agreement for the company.
9. Reference to Commercial Types
Any and all references to brand or trade names are intended to be descriptive only
and not restrictive. The intention is to indicate to the bidders the kind and quality of
the vehicle and equipment which will be necessary. If the bid is made for a brand
different than what is specified, the bid shall be noted as AS EQUAL with all
substantiating information submitted and the Town of Sunderland has the sole right
to determine what is EQUAL.
10. Invoicing
No charges for Federal, State, or Municipal sales or excise taxes will be allowed.
The Town is exempt from these taxes. The bid prices shall be net and not include
the amount of any such tax. The Town shall pay the invoice within 30 days of
acceptance of Truck.
11. Award
The contract resulting from this bid will be awarded to the lowest responsible and
responsive bidder based upon bid price, exceptions from specifications, available
delivery date, past performance and reliability of the bidder (per check of
references), and degree of any exclusion, exemption, or restrictions on the Bid
Price Form. ADD OR DEDUCT ALTERNATES may be chosen depending on the
availability of funding. The 1999 Louisville Truck must be taken in trade and the
total bid price should reflect the credit for the trade.

DAMAGES FOR LATE DELIVERY


The Truck must be delivered by April 17, 2017. A $100/day late penalty will be imposed for
delivery of COMPLETE TRUCK with all accessories/equipment for every day after this date.
This date is firm due to Sunderland Town Meeting requirements.

Page 4

Sunderland Highway Department


Specifications for Heavy Duty Truck and Body
Bidder must Check YES or NO for each specification. If NO, explain in the box or
supply separate explanation of how your bid meets or exceeds this requirement.

Bidder
Complies
Yes

No
If No,
Supply Or
Equal Specs

Sub

In some cases, brand/model names are used to describe the desired specification. These
are thought to be readily accessible components. If an Equal or Better brand/model is
bid, you must provide an adequate description and refer to the number in your
explanation i.e. (2) Engine and your description and back up documentation. The
Town of Sunderland reserves the right to accept or reject Or Equal submissions.
INTENT
The following specifications describe the minimum requirements for the quality and type of
equipment to be furnished. Bidder may offer equipment which exceeds these requirements.
Bids which fail to meet these minimum requirements will be considered non-responsive to the
Towns needs. Bidder shall indicate any deviations in specifications in the area provided.
Failure to do so may render the bid non-responsive. Bidder may use additional sheets as
needed.
The unit shall be new, unused and of the latest design and be in current production at the time
of the submission of the bid. The manufacturers whose equipment or products are bid shall
have a factory authorized service warranty and parts distribution facility located within an
approximate 90 -mile radius of the using agency and must supply factory certification if
required. The bidder shall currently be authorized to provide parts and service for medium
and heavy trucks. Local parts inventory must be available for inspection by the using agency.
Bidder and subcontractors are required to provide a detailed written proposal listing the exact
make, model, optional equipment and features of all equipment being offered. Failure to
comply will result in immediate rejection of the bid. Bidder shall provide manufacturer
literature to support all ratings where indicated. Failure to provide literature may cause the
bid to be rendered non-responsive and rejected.
(1) GENERAL TRUCK SPECIFICATIONS
Model Year 2017
GVWR: Minimum GVWR shall be 45,120lbs as rated by chassis manufacturer
Wheelbase: shall be 178
CA: shall be 97
AF: shall be 53 as manufactured from chassis manufacturer to be modified by plow
installer as needed.
BBC: 110 as manufactured from chassis manufacturer to be modified by plow
installer as needed.
Drawings and GVWR rating shall be provided as part of detailed specification
proposal

Page 5

Sunderland Highway Department


Specifications for Heavy Duty Truck and Body
Bidder must Check YES or NO for each specification. If NO, explain in the box or
supply separate explanation of how your bid meets or exceeds this requirement.
(2) ENGINE

Bidder
Complies
Yes

No
If No,
Supply Or
Equal Specs

Sub

Cummins ISL 9 Liter I-6 diesel Engine or approved equivalent


Truck shall have a minimum 350 Horsepower @ 2,200 RPM
Truck shall have a minimum 1000 lb.-ft. torque @ 1,400 RPM
Engine shall have a minimum displacement of 8.9 Liters
Engine shall have a single turbo charger for low maintenance cost
Engine shall be 2008 CARB emissions certified clean idle
Truck and engine shall be GHG17 and 2016 OBD compliant
Engine shall have a 2 year and unlimited mile standard warranty with no
deductible
Bidder shall provide a copy of factory literature with bid showing maintenance
intervals of engine being bid.

(3) ENGINE EQUIPMENT


Truck shall be equipped with a side of hood air intake with firewall mounted air
cleaner
Truck shall be equipped with a 12 volt 160 Amp 28-SI brushless Quadramount pad
mounted alternator with remote battery volt sense or approved equivalent
Truck shall be equipped with three batteries, Group 31, 12 Volt, maintenance free,
threaded stud batteries, 2,190 total CCA
Truck shall be equipped with a battery box mounted under passenger seat vented to
outside of cab.
Truck shall be equipped with a positive and negative remote jumpstart posts frame
mounted near starter
Truck shall have a positive load disconnect with in cab mounted control switch
mounted outboard of drivers seat
Truck shall be equipped with an oil fill and dipstick relocated for enhanced
serviceability through access hatches in hood.
Truck shall have 18.7 CFM air compressor with safety valve
Truck shall be equipped with a Jacobs engine compression brake
Truck shall have automatic over the road active regeneration and dash mounted single
regeneration request switch
Truck shall have a 6 gallon DEF tank, 100% full
Truck shall have a RH under step horizontal mounted after treatment system assembly
with RH B-pillar mounted vertical tailpipe
Truck shall be equipped with an electronic engine shut down protection system
Truck shall be equipped with an air operated on/off fan clutch with dash mounted
activation switch and indicator light
Truck shall be equipped with an engine mounted fuel filter
Truck shall be equipped with a minimum 1,300 square inch radiator, aluminum alloy

Page 6

Sunderland Highway Department


Specifications for Heavy Duty Truck and Body
Bidder must Check YES or NO for each specification. If NO, explain in the box or
supply separate explanation of how your bid meets or exceeds this requirement.

Bidder
Complies
Yes

No
If No,
Supply Or
Equal Specs

Sub

Truck shall be equipped with a firewall mounted surge tank


Truck shall be equipped with extended life coolant, -34 degree rated, nitrate and
silicate free
Truck shall be equipped with constant tension hose clamps for coolant hoses
Truck shall be equipped with a 1,000 watt/115 volt block heater w/ chrome receptacle
mounted under drivers door or approved equivalent
Truck shall be equipped with a 150 watt/115 volt oil pre-heater
Truck shall be equipped with an electric grid air intake warmer
Truck shall be equipped with a 12V 38MT HD starter with integrated magnetic switch

(4) TRANSMISSION & EQUIPMENT


Truck shall be equipped with an Allison 3000 RDS automatic transmission with PTO
provision
Truck shall be equipped with push button electronic shift control, dash mounted
Truck shall be equipped with a water to oil transmission cooler in radiator tank end
Truck shall be equipped with a magnetic drain plugs
Truck shall be equipped with transmission oil check and fill with electronic oil level
check
Transmission shall be equipped with synthetic transmission fluid (TES-295 compliant)
Truck shall be equipped with primary and secondary performance shift schedules
Truck shall be equipped with primary mode gears, lowest gear 1, start gear 1, and
highest gear 6
Truck shall be equipped with secondary mode gears, lowest gear 1, start gear 1, and
highest gear 3 for snow plowing application
(5) FRONT AXLE & EQUIPMENT
Truck shall be equipped with a Detroit DA-F-18.0-5 front axle with rated at 18,000
lbs. axle shall feature a 71 king pin intersection axle shall feature a 3.74 drop or
approved equivalent
Truck shall be equipped with a 20,000 lb flat leaf front suspension with graphite
bronze bushings with seals for reduced friction, noise and maintenance
Truck shall be equipped with TRW THP-60 power steering with RCH45 auxiliary
gear
Truck shall be equipped with 75W-90 synthetic front axle lube
Truck shall be equipped with front axle dust shields
Truck shall be equipped with RH side auxiliary air bag for wing plow
(6) REAR AXLE & EQUIPMENT
Truck shall be equipped with a Meritor RS-30-185 U series single rear axle rated at
30,000lbs or approved equivalent.

Page 7

Sunderland Highway Department


Specifications for Heavy Duty Truck and Body
Bidder must Check YES or NO for each specification. If NO, explain in the box or
supply separate explanation of how your bid meets or exceeds this requirement.

Bidder
Complies
Yes

No
If No,
Supply Or
Equal Specs

Sub

Truck shall be equipped with a 5.86:1 rear axle ratio


Truck shall be equipped with 75W-90 synthetic rear axle lube
Truck shall be equipped with (1) driver controlled differential lock rear valve for
single drive axle
Truck shall be equipped with a Meritor MXL 17T extended lube main driveline with
half round yokes or approved equivalent
Truck shall be equipped with 30/30 single drive axle parking chambers
Truck shall be equipped with a 30,000 pound rear spring suspension with helper and
radius rod
Truck shall have spring suspension 2.25 inch axle spacer
Truck shall be equipped with rear axle dust shields

(7) BRAKE SYSTEM EQUIPMENT


Truck shall be equipped with a 4S/4M anti-lock brakes without traction control or
approved equivalent
Truck shall be equipped with steel air brake reservoirs
Truck shall be equipped with reinforced nylon, fabric braid and wire braid airlines
Truck shall be equipped with an AD-9 brake line air dryer with integral heater
Truck shall be equipped with pull cable drain valves on wet tank and petcock valves
on all other tanks or approved equivalent
Truck shall be equipped with Meritor 16.5X6 Q+ cast spider cam front brakes
with double anchors or approved equivalent
Truck shall be equipped with Meritor 16.5X7 P cam rear brakes with double anchors
and cast shoes or approved equivalent
Truck shall be equipped with Conmet cast iron front brake drums and Webb cast iron
rear brake drums or approved equivalent
Truck shall be equipped with Meritor automatic front and rear slack adjusters front and
rear.
Truck shall be equipped with non-asbestos front and rear brake linings
Truck shall be equipped with air gland hands to the end of frame. Final installation by
body up-fitter.
Truck shall be equipped with a trailer towing provision to end of frame including SAE
J560 7-Way trailer cable mounted end of frame. Final installation by body up-fitter.
(8) FRAME & FRAME MOUNTED EQUPMENT
Truck shall be equipped with a 1/2 X 3.64 X 11.7/8 120 KSI yield steel main rail
Main rail shall have a minimum 22.70 cu.in. section modulus
Main rail shall have a minimum 3,204,000 lb.in. RBM rating
Truck shall have a reinforcement at front suspension for plow application
Dealer shall provide supporting documents with bid listing Section Modulus, Tensile
Strength and RBM of frame rail being bid.

Page 8

Sunderland Highway Department


Specifications for Heavy Duty Truck and Body
Bidder must Check YES or NO for each specification. If NO, explain in the box or
supply separate explanation of how your bid meets or exceeds this requirement.

Bidder
Complies
Yes

No
If No,
Supply Or
Equal Specs

Sub

Truck shall be equipped with a 24 inch integral frame extension. Bolt on extensions
are not acceptable.
Truck shall be equipped with a 14 inch steel bumper
Truck shall be equipped with cab mounted front mud flaps
Truck shall be equipped with rear tow hooks

(9) FUEL TANKS AND EQUIPMENT


Truck shall be equipped with an 60 gallon, round, aluminum fuel tank, left hand
mounted, under cab, 25 diameter, with painted steel straps
Truck shall be equipped with a fuel water separator with heated bowl and primer pump
Truck shall be equipped with high temperature reinforced nylon fuel lines
(10) WHEELS & TIRES
Truck shall be equipped with 315/80R22.5 20 ply, Michelin XZA2, steel belted radial
front tires or approved equivalent with minimum of 18,180lbs capacity.
Truck shall be equipped with 12R22.5 16 ply, Michelin XDN2 steel belted radial rear
tires or approved equivalent with traction tread with minimum 27,120 lb. combined
rating.
Truck shall be equipped with Alcoa 89U64X 22.5X9.00, 10 stud, hub pilot, aluminum
front disc wheels, or approved equivalent
Truck shall be equipped with Alcoa 88367X 22.5X8.25, 10 stud, hub pilot aluminum
rear disc wheels, or approved equivalent.
Truck shall be equipped with a Conmet pre set bearing iron front hubs and Webb iron
rear hubs with minimum 23,000 lb front rating and 30,000lbs rear axles rating or
approved equivalent
(11) CAB EQUIPMENT- EXTERIOR
Truck shall be equipped with a 110 BBC conventional galvanealed steel severe
service cab with air ride mounting and check valve.
Truck shall be equipped with a stationary bright finish grill
Truck shall be equipped with a chrome hood mounted air intake grill
Truck shall be equipped with a fiberglass hood with service access hatches left hand
and right hand. Trucks without service access hatches shall not be accepted.
Truck shall be equipped with 2 inch fender extension splash shields
Truck shall be equipped with aluminum grab handles mounted left and right sides
Truck shall be equipped with five LED Marker lights mounted in roof
Truck shall be equipped with halogen composite headlamps
Truck shall be equipped with integral stop/tail/turn lamps with back up lamp
Truck shall be equipped with dual 26 inch rectangle air horns, roof mounted
Truck shall be equipped with single electric horn

Page 9

Sunderland Highway Department


Specifications for Heavy Duty Truck and Body
Bidder must Check YES or NO for each specification. If NO, explain in the box or
supply separate explanation of how your bid meets or exceeds this requirement.

Bidder
Complies
Yes

No
If No,
Supply Or
Equal Specs

Sub

Truck shall be equipped with dual door mounted west coast stainless steel heated
mirrors with RH remote, 102 equipment width
Truck shall be equipped with LH and RH 8 stainless steel convex mirrors mounted
below primary mirrors
Truck shall be equipped with a two piece tinted curved gasket mounted, heated,
windshield
Truck shall be equipped with a stainless steel exterior sun visor
Truck shall be equipped with tinted glass for doors, side windows and back glass
Truck shall be equipped with a 17.5x35 tinted rear window
Truck shall be equipped with a 8 liter windshield washer reservoir without fluid level
indicator, mounted under cab with remote fill
Truck shall be equipped with left and right electric powered windows
Truck shall be painted base coat/clear coat to match town colors.
Truck shall be equipped with lower RH door window with fresnel lens
Truck shall be painted L0683EB Wheatland Yellow to match town existing trucks

(12) CAB EQUIPMENT- INTERIOR


Truck shall be equipped with smoky mountain gray vinyl premium interior with black
hard trim or approved equivalent
Truck shall be equipped with wing style dash to allow for easy access of switches in
dash center panel
Truck shall be equipped with black mats with insulation
Truck shall be equipped with a dash mounted ashtray and (1) power outlet
Truck shall be equipped with a passenger side wing dash mounted glove box with
locking door
Truck shall be equipped with one cup holder mounted in bottom center of dash
Truck shall be equipped with a triangle kit mounted to the floor
Truck shall be equipped with a 2 lb fire extinguisher mounted to the floor
Truck shall be equipped with coat hook
Truck shall be equipped with a heater, defroster and air conditioning with constant
temperature control and cosmetic cover, foam main fresh air filter and outside prefilter
Truck shall be equipped with main HVAC controls with recirculation switch
Truck shall be equipped with dome, under dash and courtesy lights
Truck shall be equipped with a premium high back air suspension driver seat with
heat, 3 chamber air lumbar, integrated cushion extension, forward and rear cushion tilt,
and adjustable shock absorber, with dual arm rests, black mordura cloth covered
Truck shall be equipped with a battery box mid back non-suspension passenger seat
with black mordura cloth cover
Truck shall be equipped with a drivers and passenger interior sun visor

Page 10

Sunderland Highway Department


Specifications for Heavy Duty Truck and Body
Bidder must Check YES or NO for each specification. If NO, explain in the box or
supply separate explanation of how your bid meets or exceeds this requirement.

Bidder
Complies
Yes

No
If No,
Supply Or
Equal Specs

Sub

Truck shall be equipped with an adjustable tilt and telescope steering column with 18
inch two spoke steering wheel

(13) INSTRUMENT PANEL & CONTROLS


Truck shall be equipped with star gauges with bright bezels
Truck shall be equipped with multiplexed wiring for engine and transmission and
point to point wiring for all other electrical components
Truck shall be equipped with suspended brake and accelerator pedals. Pedals mounted
to the floor or pedals with cables or shafts going through the floor are unacceptable for
safety and reliability concerns.
Truck shall be equipped with black finish driver and center instrument panels
Truck shall be equipped with dual air pressure gauges with low pressure light and
audible buzzer alarms
Truck shall have a 2 inch transmission oil temperature gauge
Truck shall be equipped with (1) dash mounted PTO switch with indicator lamp
Truck shall be equipped with a 97DB back up alarm or approved equivalent
Truck shall be equipped with electronic speed control with dash mounted controls
Truck shall be equipped with a key operated ignition switch
Truck shall be equipped with an engine coolant temperature gauge
Truck shall be equipped with an engine oil pressure gauge
Truck shall be equipped with an AM/FM/WB radio with blue tooth and microphone
front USB port, front and rear auxiliary inputs and J1939 with (4) four radio speakers
in cab
Truck shall be equipped with an AM/FM/WB/CB antenna LH mirror mounted
Truck shall be equipped with a 2 way radio wiring provision mounted in overhead
console
Truck shall be equipped with vehicle speed sensor with additional signal, between
driver and passenger seats
Truck shall be equipped with a speedometer with MPH gradations and secondary KPH
scale with odometer
Truck shall be equipped with (6) six ignition controlled switches in the dash with
indicator lights, 20 amp, wired behind passenger seat
Truck shall be equipped with single electric windshield wiper motor with delay
Truck shall be equipped with cab marker light and headlight switch with separate
switch and terminals for body builder installed plow lights
Truck shall be equipped with a non-canceling turn signal switch with head lamp
dimmer
Truck shall have a trailer hand control brake valve, dash mounted
Truck shall be equipped with a heavy duty Pacific insight flasher
Truck shall be equipped with a 2 inch volt meter

Page 11

Sunderland Highway Department


Specifications for Heavy Duty Truck and Body
Bidder must Check YES or NO for each specification. If NO, explain in the box or
supply separate explanation of how your bid meets or exceeds this requirement.

Bidder
Complies
Yes

No
If No,
Supply Or
Equal Specs

Sub

(14) EXTENDED WARRANTY


5 year/100,000 mile extended engine warranty to include injectors and turbo charger
and water pump, 100% parts and labor with no deductible.
5 year/100,000 mile after treatment device warranty 100% parts and labor with no
deductible and shall cover a minimum of:
5 year/unlimited mile towing coverage with a $550 per occurrence limit
5 year/unlimited miles transmission warranty
2 spare tires and Aluminum rims 1 for the front wheels and one for the back wheels
Vehicle shall be delivered with complete set of maintenance and operators manuals
Dealer shall provide custom, VIN specific, parts and service manuals available online
Bidder shall be authorized to supply parts and service for medium and heavy duty
vehicles

TRUCK BODY SPECIFICATIONS START HERE


(15) BODY:
Combination dump body & material spreader made of non-magnetic corrosion resistant
stainless steel.
90 degree floor to side with cove molding only-U-shaped, radius, types are not acceptable.
Front of body shall be made of 304L 3/16 thick corrosion resistant high tensile plate
with two channels.
Front of body shall be extended by factory 3 higher than cab for higher than normal cab.
Body shall be not less than 98 inches outside width-narrower is not acceptable because of
rear axle size.
Inside body shall be tapered from front to back to release load easier 86 inches minimum
1 wider at rear than front.
Side shall be not less than 30 inches
Tailgate shall not be less than 42 inches.
10 ft. body for 96 inch CA
3/16 304L stainless steel sides with two vertical side posts. 4 x 4 boxed toprail. All
horizontal braces shall be tapered to shed dirt.
Steps shall be welded on the road side of the body with grab handle.
Floor shall not be less than QT-400 3/16 MINIMUM 185,000 PSI with 3 channel
crossmembers.
The floor and right hand side of the body shall move as one unit and tip to the left to feed
the conveyor.
Cover for the conveyor shall be a minimum of 3/16 QT-400.
All the hinges on the lifting floor section shall be not less than 1 dia stainless steel.
Two (2) 24 inch and two (2) 12 inch with all hinge bushings having a grease fitting. Hinge
shall be designed to prevent any accumulation of material which could cause stress in this
area.

Page 12

Sunderland Highway Department


Specifications for Heavy Duty Truck and Body
Bidder must Check YES or NO for each specification. If NO, explain in the box or
supply separate explanation of how your bid meets or exceeds this requirement.

Bidder
Complies
Yes

No
If No,
Supply Or
Equal Specs

Sub

All bushing shall have grease fittings and have a full central grease system full of grease
for as many functions of body as possible including hoist.
Adjustable front discharge gate.
Sides and floor shall be joined together by 3/16 QT-400 plate.
The right side shall be integrally mounted with the lifting floor made of 3/16 QT-400 and
a SOLID CURBSIDE WALL-no exceptions. Fixed wall shall be not less than 3/16 304L
stainless steel.
Longmembers shall not be less than two 10 STRUCTURAL channels with rear 13
apron joining them together. Two 4 x 4 tubing reinforcements placed between the two
channels at the point where the two tilt cylinders are fixed.
3/8 plate shall join the channels at the front for the cylinder base.
Spreader chain not less than 88K 24,000 tensile rating 3/8 x 1 barflights on EVERY
OTHER LINK.
RECESSED TROUGH FOR CHAIN SHALL BE 3/16 QT-400
Chain shall be 18 width.
25:1 wormgear drivebox-brass gears with 1 shaft, two 8 tooth cast sprockets.
Gearbox , sprockets and shaft shall come off as one assembly for repair.
Chain tensile shall be adjusted by two grease cylinders on sliding system. Seal shall be at
top of cylinder and not the bottom of the rod.
Truck frame mounted spinner 18 dia. Molded RUBBER. KEMLITE chute.
A hose with couplers shall be supplied with truck for summer use that will connect into
spinner hoses.
Hoist shall be CS type 24 ton capacity CS100-4-2 no exceptions for salt use. 50 degree
angle
Safety props.
Cylinders for lifting floor shall not be less than 4 inch I.D. x 22 inch stroke double acting
for 38 degree angle of side.
OIL FLOW divider shall be installed on tilt side cylinders under floor.
2 year warranty on cylinders
Two coats of epoxy primer after body is sandblasted prior to painting.
Removable Heavy duty top screens, air tailgate.
There will be two oval holes forward, two oval holes in side of cabshield
There will be three oval holes in each rear corner posts facing rearward.
There will be two oval holes in the side of rear corner posts.
There will be a 12 removable bolt on stainless steel apron (steel apron if steel body is
chosen.)
There will be a summer chute is stainless steel or (steel if option chosen)
Aero 550 coverall, asphalt tarp. Pushed forward and low into cabshield.

Page 13

Sunderland Highway Department


Specifications for Heavy Duty Truck and Body
Bidder must Check YES or NO for each specification. If NO, explain in the box or
supply separate explanation of how your bid meets or exceeds this requirement.

Bidder
Complies
Yes

No
If No,
Supply Or
Equal Specs

Sub

(16) HYDRAULICS:
Pump shall not be less than 60cc, 32 GPM @1800 RPM, load sensing and pressure
compensating pump and valves. Pump shall be mounted to Chelsea wet splined heavy
duty electric shift PTO.
All Valves shall be load sensing and pressure compensating. 4-double acting, 2 single
acting, 1 relief, Power beyond.
Stainless steel Enclosure for Valves with Quadco cab controls with Cablecraft 5/16
thick stainless steel core cables no exceptions.
Low oil shut down with over-ride in cab for main hydraulic system.
Separate pedestal for controls. All controls location shall be instructed by town.
Load sense reservoir, suction filter, return line filter, ball valve, temperature gauge and
sight gauge.
Sander control shall be Dickey-john Control Point or equal to specifications with
electronic as well as manual over-ride
All hoses shall be Parker brand with anti-abrasion coating with yellow writing for
Identification.
thick Pintle plate with 15 ton 760 Pintle, 2-D50 rings. Pigtail and airlines extended
from end of frame.
Dual National poly fenders with mud flaps fore and aft. Body raise alarm with buzzer and
light. Back up alarm.
Plow Hitch:
Complete front mounted full size, full hydraulic tilt extra heavy duty made of plate,
tubing, and angle iron with side plates that extend back as far as practical.
The top cross member and the cylinder base brace, as well as vertical members shall not
be less than 4 x 4 x 3/8 tubing. Two wing tubes shall extend from front hitch to front
wing post.
Bottom rectangular tubing 7 x 4 x 3/8 thick shall be directly behind push point of hitch
with 4 structural channel directing behind push beam. An extra web type steel
reinforcement shall be in front of the 7 x 4 tubing. Vertical height of frame shall be
approx.. 60 inches. Drive points shall be reinforced by 3 x structural angle on each
side of drive points with gusset on both sides.
Heated rectangular LED snowplow lights dual beam wired to truck snowplow light
harness.
(17) HITCH:
The ram support angle shall not be less than 4 x 4 x 3/8 tubing. Two thick ears
shall be welded to the support angle which pins the lift ram into place.
The lift arm shall be thick steel and pivot between two thick ear plates and attach
with two 1 pins. Vertical lift of not less than 16 inches. 4 x 10 double acting Nitrited
cylinder.
Truck bumper shall be incorporated into hitch.
Lift cylinder shall have a nitride piston rod.

Page 14

Sunderland Highway Department


Specifications for Heavy Duty Truck and Body
Bidder must Check YES or NO for each specification. If NO, explain in the box or
supply separate explanation of how your bid meets or exceeds this requirement.

Bidder
Complies
Yes

No
If No,
Supply Or
Equal Specs

Sub

(18) SNOWPLOW:
One way power angle trip edge extra heavy duty hydraulic reversible snowplow with
overhang
Unit shall be suitable for continuous work under difficult conditions.
124 overall length x 11 ft. cutting edge, steel moldboard made of not less than 10 gauge
USS paneled steel. Top edge of the moldboard shall have a solid integral deflector with
ribs in common to the bottom of the moldboard.
28 inch high at nose, 56 inch at discharge. Minimum of 4 - thick reinforcing ribs and
3/8 thick end plate.
Plow shall clear 9 ft. path at 33 degrees, (57 degrees to the center line of chassis.
The bottom of moldboard angle shall not be less than 4 x 3 x steel angle.
Single trip edge with four (4) square torsion type springs, not less than wire x 3
O.D. with not less than 16 active coils.
Trip edge backer angle not less than 4 x 4 x . Additional trip spring room shall be
built into plow area.
x 8 x 11 ft. cutting edge, backer angle shoe, curb shoes, reinforced rubber deflector
with steel over top.
Driveframe shall be extra heavy duty boxed A frame, a truss frame, and two single
acting extra heavy duty cylinders not less than 3 diameter x 16 inch stroke no
exceptions.
A frame shall be a triangular weldment with 3/8 thick steel plates, top and thick
bottom, a rear member from not less than 1 thick steel plate and two center
reinforcements not less than 3/8 thick steel plate to form boxed center section
The truss frame shall include a main drive member from 4 O.D. pipe fitted with
gusseted top and bottom semi-circles from not less than 5/8 thick steel plate.
The truss frame shall pin to the moldboard at not less than four points over a span of not
less than 100 inches.
Moldboard and truss frame shall pivot about the A frame, on a removable lubricated pin
not less than 3 inch diameter, up to 37 degrees either side of the chassis centerline.
Each cylinder shall not be less than 3 diameter which shall terminate with 2
diameter connecting lugs. Both the rods and the lugs shall be from Nitro Steel and be
protected by cushion valve mounted on frame of plow.
Three chain lift assembly only. Swivel bar shall be extended forward an additional 6
inches for clearance for plow and front of wing.
Front wing post shall be bolted and removable if needed.
70 inch front posts made of 8 I beam 18.4 lb.s/ft. with 3 O.D. x 19 stroke cylinder
with 2 Nitrided rod. Sheave and wire rope for single acting cylinder in front wing post.
Low Mount patrol wing shall have 6 x 20.10 lbs./ft. across frame rails attaching to saddle
assembly. 6 steel shall also reinforce 12 wide x 31 x thick plate to attach directly
to 6 plate and have 5/8 thick ears for rear cylinder and braces to attach to. Rear cylinder
shall have 23 inches of stroke.

Page 15

Sunderland Highway Department


Specifications for Heavy Duty Truck and Body
Bidder must Check YES or NO for each specification. If NO, explain in the box or
supply separate explanation of how your bid meets or exceeds this requirement.

Bidder
Complies
Yes

No
If No,
Supply Or
Equal Specs

Sub

20 degree Tripping Dee block with locking pin for front post slide.
Upper arm which wing blade cylinder attaches to, shall not be less than x 2 I.D. x
49 length with
2 3/8 solid cold roll x 48 inner rod. Cylinder shall attach underneath and be full trip
with long spring.
Lower wing arm shall be 2 tube schedule 80 x 52 length with 2 1/8 cold roll solid
arm x 42.
Lower arm shall have full trip compression type spring.
Wing blade shall not be less than 7 gauge steel with vertical and four full length
horizontal ribs from structural angle. Adjustable wing holes for wing arms.
Reinforced nose plate with two 1 5/16 dia. Holes.
29 inch nose height, 39 inch discharge height. 1015 lbs. approx.. 11 ft. wing with 10 ft.
cutting edge.
Wing shall be installed on right side of vehicle. Wing blade 11BRA or EQUAL to.
Cutting edge reinforcement of not less than 6 x 4 x structural angle.
Wing blade shall have one moldboard shoe, 1 nose plate with two 1 5/16 dia. Holes,
not less than six vertical ribs, five from 3/8 thick plate, and one from plate, and three
more horizontal reinforcements. Top edge not less than 3 x 2 x 3/8 structural angle and
two middle angles of not less than 3 x 3 x angle. Special wing light shall have
quick disconnect on wiring for light mounted on wing blade and shall be effective when
in down position.

(19) LIGHTS:
Eight (8) Whelen Super flashing LED lights, 5 year pro-rated. Two facing forward on
separate switch.
Four on sides (2 in cabshield) and (2) two in sides of rear posts on separate switch
Two in rear corner post facing rearward.
Two white LED in aluminum housing spinner spot and conveyor area on separate
switches.
Two in wing area. Whelen special wing light when wing is down or equal to.
Two white work LED spot/floods on separate switch at pintle plate area.
Two red Led stop/turn/and tail lights in rear posts
Two white LED oval lights in rear posts hooked up to reverse signal.
Two Dual beam each, Halogen lights mounted on mirror brackets with separate switch on
dash-Hella or Equal.
National fenders for rear wheels installed for the use of chains in winter.
Four mud flaps, back up alarm, body raise alarm and light.
Center mud flaps as instructed by towns location
Two camera systems one for backing up and another for load area.
Summer chute shall include locking pin holder storage area next to spinner assembly on
body for chute.
Shovel holder front of body.

Page 16

Sunderland Highway Department


Specifications for Heavy Duty Truck and Body
Bidder must Check YES or NO for each specification. If NO, explain in the box or
supply separate explanation of how your bid meets or exceeds this requirement.

Bidder
Complies
Yes

No
If No,
Supply Or
Equal Specs

Sub

Fold up ladder front left made of same material as body with no slip steps. It shall go to
top of body and three steps below fold up area.
If the town chooses the stainless steel option, the body shall still include sandblasting, 2coat epoxy primer for steel parts of body with rust proofing where possible.
thick pintle plate reinforced with two light cutouts, two B50 D-rings, pigtail extended
through hitch.
15 ton pintle with 2 tube.

TRUCK TO BE DELIVERED TO SUNDERLAND TOWN GARAGE.


ALL
MANUALS/GUIDES AND WARRANTY INFORMATION MUST BE DELIVERED WITH
TRUCK AND TRAINING ON ITS USE PROVIDED AT THE TOWN GARAGE FOR ALL
HIGHWAY DEPT PERSONNEL AT DELIVERY.

Page 17

BID PRICE FORM


SUNDERLAND COMPLETE HEAVY DUTY TRUCK
Total Price for a Complete Brand New Model Year 2017 Heavy Duty Truck Per the
attached Specifications after deduction for Trade of 1999 Louisville Single Axle Dump
Truck in As-Is Condition:
$
In Written Words

ADD/DEDUCT ALTERNATES. Town may choose either or both of the following Options based
on funding requirements:
Deduct for Hardox steel body in lieu of 304L Stainless steel body with AR400 steel as
described in specifications with headsheet, sides, outer wall, and tailgate, floor and inner side
wall made of 3/16 Hardox QT-400 and subframe- no exceptions. Must meet towns minimum
specifications for both quoted. DEDUCT $-___________________
(1)

(2) Add for Stainless steel tubing with short hose lengths with clamping system in lieu of all
hoses. Short lengths of hoses shall still meeting the above specs for hydraulic hoses. ADD

$+_______________
___________________________________________________________________________________________

WERE ANY EXCEPTIONS TO THE SPECIFICATIONS TAKEN ?

Yes (

)
No (

If Yes or Or Equal Vehicle or Components Proposed, bidder must submit a detailed description of all
deviations according the instructions on the Specifications page.
___________________________________________________________________________________________
DELIVERY TIME:

Delivery time shall be stated in calendar days from date of execution of Purchase Agreement.
Complete unit must be delivered prior to April 17, 2017 or vendor will be charged $100 per day late
charge based on November 17, 2016 order date. This date is firm due to Town Meeting
requirements.

Page 18

__________________________________________________________________________________________
AUTHORIZED SIGNATURE OF BIDDER

Name of Company

Telephone Number

Name and Title of Individual Authorized to Sign

Fax Number

________________________________
Street Address

_______________________________
Email Address

________________________________
City/State/Zip

Signature

Date

If any ADDENDA are issued, please circle below that you have received them and initial:
I have received

ADDENDA #1

ADDENDA #2

(initial)

Page 19

TAX COMPLIANCE CERTIFICATION


Pursuant to M.G.L. Chapter 62C, 49A, I hereby certify, under the penalties of perjury, that, to the
best of my knowledge and belief, I am in compliance with all the laws of the Commonwealth
relating to taxes, reporting of employees and contractors, and withholding and remitting child
support.

_
Signature of individual submitting bid

Printed Name of Above

Name of Company

Date

********************************************************************************************
NON-COLLUSION CERTIFICATION
The undersigned certifies under penalties of perjury that this bid has been made and submitted in
good faith and without collusion or fraud with any other person. As used in this certification, the
word person shall mean any natural person, business, partnership, corporation, union,
committee, club, or other organization, entity, or group of individuals.

_
Signature of individual submitting bid

Printed Name of Above

Name of Company

Date

Page 20

REFERENCES
Please list AT LEAST FIVE SALES references. Please make sure contact information is CURRENT. Inability to check
references may affect the eligibility of your bid.

1______________________________________
Name of Municipality/Buyer

___________________________________
Month/Year of Sale

______________________________________
Name of Contact Person

___________________________________
Title of Contact Person

______________________________________
Phone Number

___________________________________
Type of Vehicle (Make/Model)

2______________________________________
Name of Municipality/Buyer

___________________________________
Month/Year of Sale

______________________________________
Name of Contact Person

___________________________________
Title of Contact Person

______________________________________
Phone Number

___________________________________
Type of Vehicle (Make/Model)

3______________________________________
Name of Municipality/Buyer

___________________________________
Month/Year of Sale

______________________________________
Name of Contact Person

___________________________________
Title of Contact Person

______________________________________
Phone Number

___________________________________
Type of Vehicle (Make/Model)

4______________________________________
Name of Municipality/Buyer

___________________________________
Month/Year of Sale

______________________________________
Name of Contact Person

___________________________________
Title of Contact Person

______________________________________
Phone Number

___________________________________
Type of Vehicle (Make/Model)

5______________________________________
Name of Municipality/Buyer

___________________________________
Month/Year of Sale

______________________________________
Name of Contact Person

___________________________________
Title of Contact Person

______________________________________
Phone Number

___________________________________
Type of Vehicle (Make/Model)

Page 21

Anda mungkin juga menyukai