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:
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
Page 2
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
Page 3
Page 4
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
Bidder
Complies
Yes
No
If No,
Supply Or
Equal Specs
Sub
Page 6
Bidder
Complies
Yes
No
If No,
Supply Or
Equal Specs
Sub
Page 7
Bidder
Complies
Yes
No
If No,
Supply Or
Equal Specs
Sub
Page 8
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
Page 9
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
Page 10
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
Page 11
Bidder
Complies
Yes
No
If No,
Supply Or
Equal Specs
Sub
Page 12
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
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
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
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
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.
Page 17
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
$+_______________
___________________________________________________________________________________________
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
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
_
Signature of individual submitting bid
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
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