Loading...
HomeMy WebLinkAboutBid Packets and InformationCornpany Amount Alternative Alternative ✓ a— yu/ Y5u) ja70.o„ soo�S ? 7a, 74o• 00 qBa,000. oG NOTICE TO BIDDERS CITY OF CARMEL Notice is hereby given that the Board of Public Works and Safety for the City of Carmel, Hamilton County, Indiana, will receive sealed bids, until 10:00 a.m., local time, on Wednesday, March 4th, 2015 at the office of the Clerk - Treasurer, One Civic Square, 3rd Floor, Cannel, Indiana, 46032, for the following items: 6 (Six) 2015 or Newer Diesel Heavy Duty Tandem Axle Chassis General Form No. 96 must be completed and filed as a part of the bid package. All bids are to be sealed with the word "BID — 2015 TANDEM STREET TRUCKS" on the lower left hand corner of the envelope. Bids will be opened and read aloud at 10:00 A.M. on March 4'h, 2015 at the Board of Public Works and Safety meeting on the 2nd floor of Carmel City Hall, One Civic Square, Carmel, IN. All persons interested in bidding shall register a contact name and address with the Street Department to ensure that all changes or questions and answers are available for review by all interested parties. The specifications are set forth in detailed documents on file at the Carmel Street Department, 3400 W. 131x' Street, Carmel, IN 46074. Questions regarding this solicitation must be written and delivered to the Carmel Street Department. All responses will be written and made available with the specifications at the Street Department. Please call the Street Department to confirm whether or not any such written questions and /or responses exist. The submitted proposal must be in compliance with 1C 36 -1 -9 et seq. The Board of Public Works and Safety reserves the right to reject any and all bids. Diana L. Cordray, Clerk- Treasurer Please publish February 12th and February 19th, 2015. Carmel Street Department, 3400 W. 13151 Street, Carmel, IN 46074 r.. NOTICE TO BIDDERS CITY OF CARMEL Notice is hereby given that the Board of Public Works and Safety for the City of Carmel, Hamilton County, Indiana, will receive sealed bids, until 10:00 a.m., local time, on Wednesday, March 4th, 2015 at the office of the Clerk - Treasurer, One Civic Square, 3rd Floor, Carmel, Indiana, 46032, for the following items: 6 (Six) 2015 or Newer Diesel Heavy Duty Tandem Axle Chassis General Form No. 96 must be completed and filed as a part of the bid package. All bids are to be sealed with the word "BID — 2015 TANDEM STREET TRUCKS" on the lower left hand comer of the envelope. Bids will be opened and read aloud at 10:00 A.M. on March 4th, 2015 at the Board of Public Works and Safety meeting on the 2nd floor of Carmel City Hall, One Civic Square, Carmel, IN. All persons interested in bidding shall register a contact name and address with the Street Department to ensure that all changes or questions and answers are available for review by all interested parties. The specifications are set forth in detailed documents on file at the Carmel Street Department, 3400 W. 131st Street, Carmel, IN 46074. Questions regarding this solicitation must be written and delivered to the Carmel Street Department. All responses will be written and made available with the specifications at the Street Department. Please call the Street Department to confirm whether or not any such written questions and/or responses exist. The submitted proposal must be in compliance with IC 36-1 -9 et seq. The Board of Public Works and Safety reserves the right to reject any and all bids. Diana L. (bnlrav Clerk- Treasurer TL7141 2/12, 2/19 2r hspaxlp State of Indiana ) ss: Hamilton County PUBLISHER'S AFFIDAVIT Personally appeared before me, a notary public in and for said county and state, the undersigned Tim Timmons who, being duly sworn, says that he is Publisher of The Times newspaper of general circulation printed and published in the English language in the city of Noblesville in state and county afore -said, and that the printed matter attached hereto is a true copy, which was duly published in said paper for 2 time(s), the date(s) of publication being as follows: 2/12/2015 2/19/2015 Subscribed and sworn to before me this Thursday, February 19, 2015. J4/1 Notary Public My commission expires: 05/28/2020 Jennifer Louise May Resident of Marion County Publisher's Fee: $32.26 Y t TL 7141 NOTICE TO BIDDERS CITY OF CARMEL Notice is hereby given that the Board of Public Works and Safety for the City of Carmel, Hamilton County, Indiana, will receive sealed bids, until 10:00 a.m., local time, on Wednesday, March 01, 2015 at the office of the Clerk- Treasurer, One Civic Square, 3rd Floor, Carmel, Indiana, 46032, for the following items: 6 (Six) 2015 or Newer Diesel Heavy Duty Tandem Axle Chassis General Form No. 96 must be completed and filed as a part of the bid package. All bids are to be sealed with the word "BID — 2015 TANDEM STREET TRUCKS" on the lower left hand corner of the envelope. Bids will be opened and read aloud at 10:00 A.M. on March 4th, 2015 at the Board of Public Works and Safety meeting on the 2"d floor of Carmel City Hall, One Civic Square, Carmel, IN. All persons interested in bidding shall register a contact name and address with the Street Department to ensure that all changes or questions and answers are available for review by all interested parties. The specifications are set forth in detailed documents on file at the Carmel Street Department, 3400 W. 131` Street, Carmel, IN 46074. Questions regarding this solicitation must be written and delivered to the Carmel Street Department. All responses will be written and made available with the specifications at the Street Department. Please call the Street Department to confirm whether or not any such written questions and/or responses exist. The submitted proposal must be in compliance with IC 36 -1 -9 et seq. The Board of Public Works and Safety reserves the right to reject any and all bids. Diana L. Cordray, Clerk- Treasurer Please publish February 12th and February 19th, 2015. Carmel Street Department, 3400 W. 1315 Street, Carmel, IN 46074 .1toops FREIGStHTLINER• QUALITY TRAILER, INCI March 3, 2015 City of Carmel Board of Public Works Carmel, Indiana To whom it may concern: It is the goal of Stoops Freightliner to provide the most responsive and reasonable bid package for 6 Tandem Axle Plow Trucks for Carmel Street Department. I appreciate the opportunity to provide a bid for the Department's needs. (6)2016 Freightliner 108SD Truck chassis: (4)WA Jones Package with front plow: (2)WA Jones Package with front and wing plow: TOTAL BID PACKAGE COST: $91,080.00 each $66,779.00 each $79,597.00 each $972,790.00 If there are any questions or further clarification is needed, I can be reached directly at 317 - 916 -6509 Regards, ow If- ie Haskett ,.\ok Stoops Freightliner 1851 W. THOMPSON RD., INDIANAPOLIS, IN 46217 • 317 - 788 -1533 • 1 -800- 899 -1533 • FAX: 317 -781 -4367 CONTRACTOR'S BID FOR PUBLIC WORK m FORM 96 State Form 52414 (R2 / 2 -13) / Form 96 (Revised 2013) Prescribed by State Board of Accounts PART I (To be completed for all bids. Please type or print) Date (month, day, year): 3/3/2015 1. Governmental Unit (Owner): BOARD OF PUBLIC WORKS AND SAFETY CITY OF CARMEL 2. County : HAMILTON 3. Bidder (Firm): TRUCK COUNTRY OF INDIANA dba: STOOPS FREIGHTLINER Address: 1851 W THOMPSON RD City /State /ZlPcode: INDIANAPOLIS, IN 46217 4. Telephone Number: 317- 916 -6509 5. Agent of Bidder (if applicable): JAMIE HASKETT Pursuant to notices given, the undersigned offers to furnish labor and /or material necessary to complete the public works project of 6 2015 OR NEWER DIESEL HEAVY DUTY TANDEM AXLE CHASSIS (Governmental Unit) in accordance with plans and specifications prepared by CITY OF CARMEL and dated 3/3/2015 for the sum of NINE HUNDRED SEVENTY TWO THOUSAND SEVEN HUNDRED AND NINETY DOLLARS $ 972,790.00 The undersigned further agrees to furnish a bond or certified check with this bid for an amount specified in the notice of the letting. If alternative bids apply, the undersigned submits a proposal for each in accordance with the notice. Any addendums attached will be specifically referenced at the applicable page. If additional units of material included in the contract are needed, the cost of units must be the same as that shown in the original contract if accepted by the governmental unit. If the bid is to be awarded on a unit basis, the itemization of the units shall be shown on a separate attachment. The contractor and his subcontractors, if any, shall not discriminate against or intimidate any employee, or applicant for employment, to be employed in the performance of this contract, with respect to any matter directly or indirectly related to employment because of race, religion, color, sex, national origin or ancestry. Breach of this covenant may be regarded as a material breach of the contract. CERTIFICATION OF USE OF UNITED STATES STEEL PRODUCTS (If applicable) I, the undersigned bidder or agent as a contractor on a public works project, understand my statutory obligation to use steel products made in the United States (I.C. 5- 16 -8 -2). I hereby certify that I and all subcontractors employed by me for this project will use U.S. steel products on this project if awarded. I understand that violations hereunder may result in forfeiture of contractual payments. The above bid is accepted this ACCEPTANCE day of , subject to the following conditions: Contracting Authority Members: PART II (For projects of $150,000 or more — IC 36- 1 -12 -4) Governmental Unit: Bidder (Firm) Date (month, day, year): These statements to be submitted under oath by each bidder with and as a part of his bid. Attach additional pages for each section as needed. SECTION I EXPERIENCE QUESTIONNAIRE 1. What public works projects has your organization completed for the period of one (1) year prior to the date of the current bid? Contract Amount Class of Work Completion Date Name and Address of Owner SNOW PLOW 7/14 CITY OF FISHERS SNOW PLOWS 3/15 HENDRICKS COUNTY SNOW PLOW 9/14 CARROLL COUNTY BUCKET TRUCKS 9/14 HENDRICKS COUNTY POWER 2. What public works projects are now in process of construction by your organization? Contract Amount Class of Work Expected Completion Date Name and Address of Owner SNOW PLOWS 3/14 HAMILTON COUNTY HD SNOW PLOWS 5/14 RUSH COUNTY HIGHWAY SNOW PLOW 6/14 WEST LAFAYETTE SNOW PLOWS 4/14 CITY OF CARMEL 3. Have you ever failed to complete any work awarded to you? NO If so, where and why? 4. List references from private firms for which you have performed work. DUKE ENERGY -STEVE MOORE IPL -KIM GARNER SECTION II PLAN AND EQUIPMENT QUESTIONNAIRE 1. Explain your plan or layout for performing proposed work. (Examples could include a narrative of when you could begin work, complete the project, number of workers, etc. and any other information which you believe would enable the governmental unit to consider your bid.) ORDER EQUIPMENT FOR TRUCKS AND BODY IMMEDIATELY AFTER ORDER RECIEPT 2. Please list the names and addresses of all subcontractors (i.e. persons or firms outside your own firm who have performed part of the work) that you have used on public works projects during the past five (5) years along with a brief description of the work done by each subcontractor. WA JONES, PALFLEET, ALTEC, MID STATE TRUCK EQUIPMENT CLARK TRUCK EQUIPMENT. 3. If you intend to sublet any portion of the work, state the name and address of each subcontractor, equipment to be used by the subcontractor, and whether you will require a bond. However, if you are unable to currently provide a listing, please understand a listing must be provided prior to contract approval. Until the completion of the proposed project, you are under a continuing obligation to immediately notify the governmental unit in the event that you subsequently determine that you will use a subcontractor on the proposed project. NA 4. What equipment do you have available to use for the proposed project? Any equipment to be used by subcontractors may also be required to be listed by the governmental unit. NA 5. Have you entered into contracts or received offers for all materials which substantiate the prices used in preparing your proposal? If not, please explain the rationale used which would corroborate the prices listed. NA SECTION III CONTRACTOR'S FINANCIAL STATEMENT Attachment of bidder's financial statement is mandatory. Any bid submitted without said financial statement as required by statute shall thereby be rendered invalid. The financial statement provided hereunder to the governing body awarding the contract must be specific enough in detail so that said governing body can make a proper determination of the bidder's capability for completing the project if awarded. INSTRUCTIONS TO BIDDERS City of Carmel OWNER: City of Carmel by and through its Board of Public Works and Safety Project: 2015 TANDEM STREET TRUCKS Owner's Representative: 1. GENERAL 1.1 Dave Huffman Carmel Street Department 3400 W. 131st Street Carmel, IN 46074 Submission of a Bid shall constitute an unconditional Agreement and acknowledgement by the Bidder to be bound by all terms and conditions set forth herein and in any of the Documents assembled or referred to in the Bid Package of which these Instructions to Bidders are a part. 1.2 Sample forms are included in the Bid Package to acquaint Bidders with the form and provisions of various Bid Documents and other Documentation required by the Contract Documents to be executed, completed and submitted by some or all Bidders, either as part of a Bid Submission or after the Bid Date. 1.3 Instructions and requirements printed on any sample form included in the Bid Package or any form not so included but required to be completed, signed or furnished by a Bidder as part of a Bid Submission or after receipt and opening of Bids shall be deemed requirements established by these Instructions to Bidders to the same extent as if fully restated herein. 1.4 All communications for the administration of the Contract shall be as set forth in the Contract documents and, in general, shall be through the City of Carmel Street Department. 2. DEFINITIONS The following definitions shall apply to these Instructions to Bidders: 2.1 Agreement — The Agreement for the provision of goods and services as prepared as approval by the Carmel City Attorney. A draft specimen of the Agreement is included in the contract documents. 2.2 Bidder — Any person or entity who submits a Bid. 2.3 Bid — A written proposal submitted by a Bidder as part of the form prescribed herein offering to provide the vehicles and to fulfill all other requirements of the Contract Documents for one or more specified prices. 2.4 Bid Documents — All Documents and completed forms required to be submitted by a Bidder with and as integral parts of a Bid Submission, whether or not included as sample forms assembled in the Bid Package of which these Instructions to Bidders are a part. Such Bid Documents are listed and more fully described in Section 4.3 hereof. 2.5 Bid Date — The date when Bids are to be received, opened, and publicly read aloud as established by the Notice to Bidders as may be modified by Addenda. 2.6 Bid Package — The set of Documents, sample forms, and contract Documents approved by the OWNER for the Project described in the Notice to Bidders and of which these Instructions to Bidders are a part. 2.7 Bid Submission — All Documents presented by a Bidder for receipt and opening on the Bid Date. 2.8 Contract Documents — The Agreement and any exhibits thereto (sometimes referred to as "Contract "), Addenda (which pertain to the Contract Documents), Instructions to Bidders, Advertisement, Notice to Bidders, Contractor's bid (including Documentation accompanying the Bid and any post -Bid Documentation submitted prior to the Notice of Award), Notice to Proceed, the Bonds, and the Specifications as the same are identified in the Agreement. 2.9 OWNER - The City of Carmel acting by and through its Board of Public Works and Safety and the Carmel Street Department. 2.10 Project - The provision of vehicles under the Contract Documents may be the whole, or a part, as indicated elsewhere in the contract Documents. In all other respects, terms used herein shall have the meaning as stated in the Contract Documents. 3. EXAMINATION OF DOCUMENTS 3.1. Before the Bid Date, all Bidders shall carefully and thoroughly examine the specifications and other Contract Documents as available in the locations stated in the Notice to Bidders and shall assume the full risk of their own judgments as to the nature, quality and amount of the whole of the Project to be done, and for the price Bid must assume all risk of any and all variances or errors in any computation or statement of amounts or quantities necessary to complete the Project in strict compliance with the Contract Documents. 4. BID SUBMISSION 4.1. All Bid Documents shall be placed within a sealed envelope which shall be plainly labeled on the outside with the words "BID — 2015 TANDEM STREET TRUCKS" on the lower left -hand corner as indicated on the Notice to Bidders and also include the name and address of the Bidder on the envelope. If forwarded by mail, the sealed envelope must be enclosed in another envelope addressed to: City of Carmel, Clerk- Treasurer's Office, One Civic Square, Carmel, Indiana 46032. 4.2. All Bid Documents as herein prescribed must be submitted with, and as integral parts of, each Bid Submission and shall be subject to all requirements of the Contract Documents, including drawings and these Instructions To Bidders. Bid Documents must be properly filled in and completed in every material respect and without interlineations, excisions, special conditions, qualifications or exceptions. Each Bid Document requiring a signature shall be signed by an individual duly authorized to execute such Document on Bidder's behalf. A Bid executed by a corporation, joint venture, or other entity with an assumed name shall have the legal and correct name thereof followed by the word "by" and the signature and title of the officer or other person authorized to sign for it and a corporate resolution or similar document authorizing such officer to bind the entity. 4.3. The Bid Documents to be thus submitted by each Bidder shall consist of both of the following (4.3.1, 4.3.2): 4.3.1. Bidder's Itemized Proposal and Declarations. A sample of this form is included in the Project Manual and must be utilized by all Bidders. Such Document includes and consists of the following constituent "Parts ": Part 1 - Bidder Information Part 2 - Proposal (Bid) Part 3 - Contract Items and Unit Prices Part 4 - Exceptions Part 5 - Financial Statement Part 6 - Additional Declarations Part 7 - Non - Collusion Affidavit Part 8 - Signatures 4.3.2. Bid Security in the form of a Bid Bond or Certified Check in an amount not less than ten percent (10 %) of the Bid price. Such Bid Security shall serve as security to insure the execution of the Agreement and the furnishing of other required Documents by the successful Bidder, including Performance and Payment Bonds. A sample Bid Bond form is included in the Project Manual and such form, or such other form as may be approved in advance by OWNER, shall be utilized if such a bond is furnished as Bid Security. A Bid Bond shall be executed by a surety company licensed to transact such business in the State of Indiana and qualified as a surety under the underwriting limitations on the current list of "Surety Companies Acceptable on Federal Bonds," as published in the U.S. Treasury Department Circular No. 570; the Bidder shall also furnish as part of the Bid Submission a signed power of attorney establishing the authority of the person executing such Bid Bond on behalf of the surety. Bid Security shall be held until the Contract is executed with the successful Bidder. In the event that all Bids are rejected, the Bid Security of all Bidders will be returned upon request. No "Annual" Bid bonds, cash deposits or cashiers' checks will be accepted. 4.4. Bids may be withdrawn in person by a Bidder during normal hours of business prior to the time fixed for opening of Bids. In the event of a valid withdrawal of a Bid, the Bid Security of the withdrawing Bidder will be returned promptly. No Bid may be withdrawn after opening of Bids has commenced except after expiration of such period following the Bid Date as is specifically provided in the Notice to Bidders or as otherwise governed by law, plus any extension thereof as provided elsewhere in these Instructions To Bidders. 4.5. Bids will be received up to the time specified in the Notice to Bidders. Bids received after that time will be returned unopened. All Bids will be stamped showing the date and time received. 5. POST -BID REQUIREMENTS Within three (3) business days of notification by OWNER, the apparent lowest responsive Bidder will be required to submit additional Documents and satisfy additional requirements as conditions to such Bidder being found by the OWNER to be a responsible Bidder, as follows: 5.1. Proof of Insurability. The Bidder shall furnish: (1) proof of insurance showing existing coverage in accordance with the terms and amounts stated in the General Conditions, or (2) a letter or statement certifying that, in the event that the Bid is awarded by the OWNER, an insurance company will provide the required coverage to the Bidder submitting the Bid. Such proof of insurance or the letter /statement shall be issued by a financially responsible insurance company authorized to do business in the State of Indiana. 5.2. Surety Letter of Intent. The Bidder shall furnish a written statement or letter from a Surety company licensed to transact such business in the State of Indiana and qualified as a surety under the underwriting limitations on the current list of "Surety Companies Acceptable on Federal Bonds ", as published in U.S. Treasury Department Circular No. 570 which assures the OWNER that, in the event the Bid is accepted and a Contract is awarded by OWNER, said Surety will execute and deliver both a Performance Bond and Payment Bond as required by the Contract Documents. 5.3. Joint Venture Agreement. If the Bidder is a joint venture, partnership or other combination of two or more persons or entities, the Bidder shall submit a copy of the joint venture or other Agreement by which such joint venture, partnership or other association has been formed, executed by all such participating persons or entities. If the Bid is signed by less than all parties that comprise the Bidder, suitable written evidence of the authority of such signing party to bind all such parties must also be furnished. 5.4. Manufacturers List. The Bidder shall submit a completed Manufacturers list on the form provided in these Bid Documents. 6. BID EVALUATION AND AWARD 6.1. Award of the Contract will be made to the lowest, most responsive and most responsible Bidder where the Bid is reasonable and does not exceed the funds available for the Project. The OWNER reserves the right to reject all Bids and may waive or allow a Bidder to correct errors, omissions or other irregularities in Bid Documents that are found not to have afforded the Bidder a substantial competitive advantage over other Bidders. 6.2. The OWNER shall have the right to reject any Bid if investigation of the Bidder fails to satisfy the OWNER that such Bidder is properly qualified to carry out the obligations and complete the Work. Any or all Bids will be rejected if there is reason to believe that collusion exists among Bidders. 6.3. Patent math errors in statements of Unit Prices or Totals may be corrected by the OWNER, in which case the corrected amounts will be used for the purpose of Bid evaluation, comparison and other award considerations. However, the OWNER shall not be required to discover or correct any error or omission in a Bid and the Bidder shall assume the risk of and be bound to the consequences of any such error or omission. 6.4. The OWNER may, at its sole option, award the Contract to a Bidder on a conditional basis to afford the Bidder additional time and opportunity to submit required Documents or to fulfill other requirements. In such case, the OWNER will furnish to the Bidder a notice of conditional award which will establish (i) the additional conditions to be fulfilled for the award to become effective, and (ii) the time limit within which such conditions shall be satisfied. If the Bidder fails to satisfy the conditions in the manner and within the time specified in such notice, the OWNER may declare such Bidder to be non - responsive and award the Contract, conditionally or unconditionally, to another Bidder. Time limitations governing the OWNER's award of the Contract shall be extended for such additional period as may be required to effectuate the conditional award procedure set forth in this sub - section, and no Bid may be withdrawn during such period of extension. 7. CONTRACT EXECUTION; SUBMITTALS 7.1. The successful Bidder shall obtain from the office of the Carmel City Attorney, City Hall, One Civic Square, Carmel, Indiana 46033 ATTN: Douglas C. Haney, Esq., the Agreement and shall thereafter sign and deliver at least two (2) counterparts of the Agreement, and make delivery thereof to the OWNER, along with other Documents as prescribed by the Contract Documents, within fifteen (15) business days from such notification by OWNER as is provided in Section 5 hereof, except that if a shorter time period for such submission is set forth in this Agreement, such earlier date shall prevail. After execution and delivery of the Agreement and other required Documents, and acceptance thereof by the OWNER, the Bid Security furnished by each Bidder will be returned to the respective Bidders upon request. 7.2. If the Bidder fails or neglects to execute and deliver the Agreement and other required Documents as prescribed by the preceding sub - section, the Bidder shall be deemed to have repudiated the Contract and thereupon the award shall be null and void; and the Bid Security provided by the Bidder shall be forfeited to and retained by the OWNER as liquidated damages for such failure of the Bidder to execute the Contract, it being understood and agreed that the character and amount of actual damages sustained by the OWNER cannot reliably be ascertained and measured and that the amount of the Bid Security is intended as a reasonable prospective estimate of such actual damages. 7.3. Concurrently with the execution and delivery of the Agreement to the OWNER, or within such other period as the OWNER may prescribe, the successful Bidder (CONTRACTOR) shall submit the following as conditions to the Bidder's right to proceed with and receive payment for any Work: 7.3.1. A one hundred percent (100 %) Performance Bond, a one hundred percent (100 %) Payment Bond and a ten percent (10 %) Maintenance Bond as prescribed by the General Conditions or other Contract Documents. Such bonds shall be executed utilizing the sample forms included in the Project Manual or alternative forms approved in advance by the OWNER. Indemnification clauses between successful Bidder and the Surety shall not be binding upon the OWNER; 7.3.2. Other post -Bid submittals required by the Contract Documents. END OF INSTRUCTIONS TO BIDDERS MINIMUM SPECIFICATIONS FOR 58K GVW SNOW PLOW VII. INTERIOR CONTROLS ITEWDESCRIPTI SOLID-STATE CIRCUIT PROTECTION AND FUSES 12V NEGATIVE GROUND ELECTRICAL SYSTEM B. 1 (2) 12 VOLT POWER SUPPLY yes ❑ no Comments C. ! j 1 I LOW AIR PRESSURE LIGHT AND BUZZER 2 INCH PRIMARY AND SECONDARY AIR PRESSURE GAUGES ELECTRONIC CRUISE CONTROL WITH SWITCHES ON AUXILIARY GAUGE PANEL (B DASH PANEL) ODOMETER/TRIP /HOUR/DIAGNOSTIC /VOLTAGE DISPLAY 2 INCH ELECTRIC FUEL GAUGE ELECTRICAL ENGINE COOLANT TEMPERATURE GAUGE 2 INCH TRANSMISSION OIL TEMPERATURE GAUGE ELECTRIC ENGINE OIL PRESSURE GAUGE ELECTRONIC 3000 RPM TACHOMETER ELECTRONIC MPH SPEEDOMETER [7 yes ❑ no Comments I ❑ no D. i _.__1 AM/FM/WB RADIO WITH FRONT AUXILIARY INPUT _(2) RADIO SPEAKERS IN CAB yes Comments E. i POWER AND GROUND STUDS IN/UNDER DASH =) yes ❑ no Comments I F. I I MULTI -BAND AM/FM/WB /CB LH MIRROR MOUNTED ANTENNA SYSTEM [ yes ❑ no Comments I G. I (6) IGN CONTROLLED EXTRA SWITCHES WITH IND LIGHTS WIRED TO POWER DIST BOX WITH RELAYS PROVIDING 20 AMPS PER CIRCUIT TO JUNCTION BLOCK AND 1 CIRCUIT AT 30 AMPS yes ❑ no Comments H. SINGLE ELECTRIC WINDSHIELD WIPER MOTOR WITH DELAY I PROGRAMMED TO SLOWEST SPEED WITH PARK BRAKE SET ._ _._______ _._..,_.._ _ ._ __ yes .____ ❑ no ._ ,.____ Comments I. MARKER LIGHT SWITCH INTEGRAL WITH HEADLIGHT SWITCH I AND SINGLE CONNECTOR AND SWITCH FOR CUSTOMER FURNISHED SNOW PLOW LIGHTS, LOW BEAMS OFF WITH HIGH BEAMS C yes ❑ no Comments I J. 1 1 SELF CANCELING TURN SIGNAL SWITCH WITH DIMMER, ! WASHER/W1PER AND HAZARD IN HANDLE yes no Comments 1 1 : _ ii J : . . • . _._, 1 I 1 i 1 ------_____i i I ] 1 VIII. FRAME A. 1 PJKTh 116 USABLE INCHES CAB TO TRUNION MEASUREMENT yes El no Comments B. 11/32 X 3-1/2 X 10-15/16 STEEL FRAME WITH 1/4 INCH C-CHANNEL INNER FRAME REINFORCEMENT yes no Comments C. MINIMUM YETI D STRENGTH 120,000 PSI yes LII no Comments 1 D. Comments E. 1 Comments 1 f SECTION MODULUS MINIMUM 26.8 PER RAIL (CU. IN.) yes 111 no FRAME RBM PER RAIL (LBF.-IN.) 3.21 MIL. E yes El no DEVIATIONS Bidder must itemize all deviations to the specifications here. If this is not sufficient space, attach additional sheets as required. A statement referring to manufacturer's literature or specifications without stating the actual deviation hereon will be cause for disqualification. 1�16NC Unless otherwise stated by the bidder in the space provided above, the proposal will be considered as being in strict accordance with the specifications outlined herein, even though manufacturer's literature indicates deviations from the City's specifications. V. CAB MINIMUM SPECIFICATIONS FOR 58K GVW SNOW PLOW A. Comments M $DESCRIPTI N FLAT ROOF ALUMINUM CONVENTIONAL CAB. MUST BE ALUMINUM MINIMUM INTERIOR WIDTH TO BE 74 INCHES yes ❑ no BOLT -ON MOLDED FLEXIBLE FENDER EXTENSIONS yes I I no Comments ____________ s _.._. _____ .,... C. . (2) EACH LH AND RH GRAB HANDLES INSIDE 1 AND OUTSIDE THE CAB [✓ yes ❑ no Comments D. ° SINGLE 14 INCH ROUND POLISHED AIR HORN ROOF MOUNTED SINGLE ELECTRIC HORN SINGLE HORN SHIT -:LD 0 yes n no Comments E. I I LED AERODYNAMIC MARKER LIGHTS 1 INTEGRAL STOP/TAIL /BACKUP LIGHTS [V]yes ❑ no Comments F. i I DOOR MOUNTED HEATED MIRRORS f 102 INCH EQUIPMENT WIDTH LH AND RH 8 INCH BRIGHT FINISH CONVEX MIRRORS MOUNTED UNDER PRIMARY MIRRORS RH AND LH 8 INCH STAINLESS STEEL FENDER MOUNTED CONVEX MIRRORS WITH TRIPOD BRACKETS a yes ❑ no Comments G. RH AND LH ELECTRIC POWERED WINDOWS LH AND RH ELECTRIC DOOR LOCKS [✓]yes ❑ no Comments ' 1 -PIECE TINTED CURVED BONDED WINDSHIELD j WITH HEATED WIPER BLADE PARK AREAS yes ❑ no H. Comments ({ I. ? CAB EXTERIOR TO BE PAINTED RED yes ❑ no Comments I J. FRAME TO BE PAINTED STANDARD BLACK I F yes ❑ no Comments i K. I WHEELS TO BE PAINTED GRAY :I p yes no Comments j 1 L. 1 j yes no Comments I M. I i yes no I i Comments j N. 1 il yes no Comments I 0. i 11 , yes no Comments I P. J j yes no Comments 11 ..1 1 j j 1 MINIMUM SPECIFICATIONS FOR 58K GVW SNOW PLOW I. ENGINE AND EQUIPMENT ITE -A ' ITEMDESCRIPTI , ,,.4 , ;., i A. I DIESEL MINIMUM 350 HP 1000 LB/FT _.... _ ..,._ E yes no .._ Commentsj MUST MEET EPA 2010 W/O USE OF CREDITS B. 1 I I SIDE OF HOOD AIR INTAKE WITH FIREWALL MOUNTED DONALDSON AIR CLEANER AND INSIDE/OUTSIDE AIR WITH SNOW DOOR yes no , Comments I I C. ! (2) ALLIANCE MODEL 1231, GROUP 31, 12 VOLT MAINTENANCE , , FREE 2250 CCA THREADED STUD BATTERIES 4s LI no Comments I D. i POSITIVE AND NEGATIVE POSTS FOR JUMPSTART LOCATED ON FRAME NEXT TO STARTER 57yes LI no Comments I E. POSITIVE LOAD DISCONNECT WITH CONTROL SWITCH WITH LOCKING PROVISION MOUNTED AT OR NEAR BATTERY BOX yes LI no Comments F. I j MINUMUM 18.7 CFM AIR COMPRESSOR WITH INTERNAL SAFETY VALVE yes no ._„ Comments I . — G. I i EXHAUST BRAKE INTEGRAL WITH VARIABLE GEOMETRY TURBO WITH ON/OFF DASH SWITCH EET yes LI no Comments 1 I H. i RH OUTBOARD UNDER STEP MOUNTED HORIZONTAL AFTERTREATMENT SYSTEM ASSEMBLY WITH RH B-PILLAR MOUNTED VERTICAL TAILPIPE M yes LI no Comments I , _ ____ I. 1 _1... MINIIVIUM 6 GALLON DIESEL EXHAUST FLUID TANK yes LI no Comments J. J 1200 SQUARE INCH ALUMINUM RADIATOR : 4es no Comments 1 _ I _ K. I ANTIFREEZE TO -34F, NOAT EXTENDED LIFE COOLANT FC4fes no Comments L. _I 1310 ADAPTER FLANGE FOR FRONT PTO PROVISION JLs. LIno Comments I I i __I M. I PHILLIPS-TEMRO 1000 WATT/115 VOLT BLOCK HEATER , yes LI no Comments N ` ELECTRIC GRID AIR INTAKE WARMER I yes no Comments Comments s i B. fi O 100 PERCENT DIESEL EXHAUST FLUID FILL I yes Q yes ❑ no Comments.. C 1 no C. 1 2YEAR UNLIMITED MILE TRANSMISSION WARRANTY P. 1 2013 ONBOARD DIAGNOSTICS /2010 EPA/CARB /GHG14 ' d yes ❑ no Comments 1I II. TRANSMISSION AND EQUIPMENT Mr4DESCRIPTI A. I ALLISON 3000 RDS AUTOMATIC TRANSMISSION WITH PTO PROVISION � mm ~ O,LIACE v{'yes ❑ no Comments 1 Comments s i B. fi VEHICLE INTERFACE WIRING WITH BODY BUILDER CONNECTOR MOUNTED ON FIREWALL. ELECTRONIC TRANSMISSION CUSTOMER ACCESS CONNECTOR FIREWALL MOUNTED a yes I yes ❑ no Comments C 1 no C. 1 2YEAR UNLIMITED MILE TRANSMISSION WARRANTY ,,Fi Y es Comments { III. AXLES, BRAKE, SUSPENSION IM X4 ; 1S, M 4ES01VPTIO O,LIACE A. 20,000# SINGLE FRONT AXLE ��yes no Comments s B. 1 1 P MERITOR 16.5X6 Q+ CAST SPIDER CAM FRONT BRAKES, DOUBLE ANCHOR, FABRICATED SHOES. MERITOR AUTOMATIC FRONT SLACK ADJUSTERS. MERITOR 16.5X7 Q+ CAST SPIDER CAM REAR BRAKES, DOUBLE ANCHOR, FABRICATED SHOES. MERITOR AUTOMATIC REAR SLACK ADJUSTERS WABCO SS -1200 PLUS AIR DRYER WITH INTEGRAL AIR GOVERNOR AND HEATER a yes ❑ no Comments 1 C 1 TRW THP-60 POWER STEERING WITH RCH45 AUXILIARY GEAR Y es no Comments D. 1 ' 20,000# FLAT LEAF FRONT SUSPENSION. GRAPHITE BRONZE I BUSHINGS WITH SEALS - FRONT SUSPENSION 1 I ,C0 l'IIANCE "yes L no -------- _} Comments j 0 yes LI no . . , E. i i i MT-40-14XP 40,000# R-SERIES TANDEM REAR AXLE. 5.86 REAR AXLE RATIO. IRON REAR AXLE CARRIER WITH OPTIONAL HEAVY DUTY AXLE HOUSING E yes LI no . Comments F. DRIVER CONTROLLED TRACTION DIFFERENTIAL - BOTH ' TANDEM REAR AXLES (1) INTERAXLE LOCK VALVE, (1) DRIVER CONTROLLED I DIFFERENTIAL LOCK FORWARD-REAR AND REAR-REAR AXLE VALVE IS yes LI no , Comments G. HENDRICKSON RT403 REAR SUSPENSION @ 40,000# j "yes LII ■ no ■ Comments H. SYNTHETIC LUBE ALL AXLES i E yes LI no Comments IV. TIRES ITEM.. . 'ITEM DESCRIPTION.: - - ' - , • ,. - ' - , - I ,C0 l'IIANCE A. I 1 I CONTINENTAL HSU2 WT 315/80R22.5 20 PLY RADIAL FRONT TIRES ! CONTINENTAL HD3 ECO PLUS 11R22.5 14 PLY RADIAL REAR TIRES I J 0 yes LI no . . , Comments i 70 GALLON ALUMINUM FUEL TANK - LH t/y FUEL FILTER/WATER SEPARATOR WITH HEATED BOWL AND PRIMER PUMP V tt 1 WA -T3 = ITEIVI ' MINIMUM SPECIFICATIONS FOR A 13' MULTI-PURPOSE DUMP BODY 1. GENERAL ITEM DESCRIPTION COMPLIANCE = r _ A. It is the intent of these specifications to describe a multi-use heavy duty dump yes E no body. 13. Body shall be versatile with the ability to be used as a dump body or as a n'yes E no _ spreader body. C. Body shall have an integral center conveyor to discharge material through the yes fl no i tailgate onto a spinner assembly. D. IConveyorshaU be capable of various aggregate type materials including Wes 17 no asphalt. Manufacturer shall provide caution labels, decals and any warnings deemed yes 0 no E. necessary. II F. ; Manufacturer shall attach their standard warranty statement. All components yes fl no I described herein, shall carry a minimum one-year warranty. G. One parts, operation, and service manual shall be supplied. I I no 2. BODY EM -ITEM DESCRIPTION A. The body shall be 13 feet inside length. B. The body shall be 86" ID and 96" OD wide. C. The body shall have straight vertical sides, and full width horizontal floor. 'COMPLIANCE - yes E no yes Lino yes Lino D. The side height of the body shall be 46", and tailgate height shall be 54" [ fgrYes ri no no E. The body capacity shall be 13 cubic yards, water level full. 1 Kyes H ! F. [ The body shall be continuously welded 100% throughout. I tgyes 11 no { G. Entire body shall be constructed of 201 stainless steel unless noted otherwise. H. The sides, front, and tailgate shall be manufactured of 3/16" 201 stainless 'yes El no steel. I. The floor on both sides of the conveyor shall be fabricated from 1/4" AR400 yes no steel . J. ! The floor udner the conveyor shall be fabricated from 1/4" AR400 steel. yes Ono Floor sheet under conveyor shall be replaceable bolt in. = K. The longsills shall be fabricated from 1/4" 201 stainless steel, 14" deep. t L. 1, The longsills shall have upper crossmembers between the longsills on 12" centers to support the floor. There shall be lower crossmembers between the longsills on 24" centers. All crossmembers will be 201 stainless steel. M. The understructure shall be crossmemberless style. N. The boxed top rail shall be a minimum of 3/16" formed channel. 1 O. The lower rub rail shall be dirt shedding with 45 degree slope. 1 • r • t- - I ! e . yes [1] no yes Lino ; I N'yes fl no Eyes fl no i yes ri no ----i I fl no WA 1-S79 AO' P. i The sides shall have 6" sideboard pockets. yes 0 IQ. ! The front shall have a doghouse to accommodate a telescopic trunion I 1. a y e s Eno ! I , I mounted hoist. R. The body must 1De able to be mounted with no more than 5" between the cab I I and the front body panel. S. The rear corner posts of the body shall be 3/16" 201 stainless steel. T. The rear corner posts shall have three 6" oval light cut outs, and one 6" oval light cut out mid-way on upper rail on each side. I A -d-dItio-n-a-f-re-ii-Diforc--e-i--neiiwiii-be ick 20-1-stainless steel rear bolster. Side brace shall be one horizontal boxed section of 3/16" 201 stainless steel. The unit shall have an 18" wide 201 stainless steel removable ladder bolted on driver's side of dump body. Bottom section shall slide under body. I V. W. X. 1 There shall be 12" typical vertically between the steps. Steps shall be constructed of non-slip material. Y. 1 There shall be half length black anti-sail type mud flaps behind the rear wheels'and black 3/4 length flaps mounted to body in front of the rear wheels. ■ 3. TAIL GATE LS:ryes no Ryes n no igyes no K-yes fl no N'yes D no FE-yes [I no Eyes fl no Kyes 0 no [ ITEM ITEM PESCRIPTION 1„comppANCE A. The tailgate shall be manufactured from 3/16" 201 stainless steel with a "yes n no .•• boxed perimeter. B. The tailgate shall be double acting and,have two vertical and one horizontal Ryes 0 no brace to form a six panel design. FC . The material door shall extend into the interior of the body to prevent material yes 0 no from escaping through the partially opened door over the conveyor. • D. The door shall be removable from outside of the body without the use of N'yes n no tools. E. The door opening shall be 21" wide, with a screw adjustable opening height, "Ryes n no and shall be manufactured of 3/16" 201 stainless steel material. F. The tailgate shall have 1-1/4" stainlesshardened pins. 11Sayes fl no G. The tailgate latches shall be 1/2" thick stainless steel, with each latch being ryes n no adjustable. H. The tailgate shall be air latch and air release type with dual air cylinders. . yes 1-1 no 1. I The air cylinders shall be located in the rear corner posts of the body. X-yes 0 no J: I The tail gate switch shall be a safety switch with cover mounted on the dash. Is yes n no K. 1 Tail gate shall have a "D" ring welded on top to assist with lowering/raising. I Xyes n no WA 4. TELESCOPIC HOIST ITEM 1717,1EM !IESCRIPTION ' COMPLIANCE A. The hoist shall be of a telescopic design, Class 80, minimum 25 ton lifting 'yes capacity, and have a trunion mounting. no B. The hoist shall be designed to operate up to 2,500 PSI, and be self-bleeding. 'ayes ri no C. Each cylinder shall be internally sealed. ]'yes 0 no D. The inside seals shall be of a u-cup design made of nitral packing. 5'yes 0 no E. The cylinder shall have a Melonized/Q.P.Q® running surface. 'yes 0 no F. I The Melonized surfaces shall have a predominance of single-phase epsilon nitride. The nitride shall cover the entire cylinder surface. G 1 his shall give the cylinder superior wear and corrosion resistance and also Igyes E no shall have superior wear and fatigue properties. H. The cylinder shall dismantle easily and overlap between stages for greater ffyes 0 no stability. gyes no I. The trunion collar shall be oscillating. IN yes, no J. The cylinder shall be double acting in all stages. ri4lyes n no K. Each rod or pin eye shall have a grease zerk. 'yes 0 no L. The body/hoist hinge shall have 2" stainless steel pins that are removable and ligyes n no shall incorporate greaseable composite bushings. 5. CONVEYOR •-.^^ ITEM ITEM IESCRIPTION, , ' COMPLIANCE • A. rThe body conveyor shall be 34" width and shall have 28,000 pound tensile yes [-I no strength per strand US manufactured AL667XH pintle chain, with 1-1/2" x • 1/2" bar flights on 2-1/4" centers. B. The conveyor shall not extend past the tailgate of the body. yes n no C. D. E. F. G. H. Body shall have 3/16" stainless steel removable chain guards. The conveyor shall be driven by two 6:1 spur gearboxes and high torque/low speed hydraulic motors. There shall be 8 tooth sprockets keyed to the 2" drive and idler shafts. Conveyor drive shaft shall have heavy duty, dust sealed self-aligning four bolt flange bearings. There shall be a heavy-duty idler assembly that will provide adjustment for proper conveyor chain tension by use of slide rail style adjusters. Slide rail adjustment bolt shall be 1-1/4" diameter. yes El no ryes Ono !ayes 0 no ayes no 'yes 11] no es 0 no yes n no I. The rear drive system, including drive shaft, sprockets, bearings, and gearboxes shall be removable as an assembly out the rear of the longsill. J. The front idler shaft, bearings, and sprockets shall be removable as an assembly out the longsill. K. j There shall be two chain wipers installed at the rear of the body. One shall be 3 yes Fl no yes no J L. M. N. inside of the chain and the second shall be under the chain. The wiper under the chain shall be removable without the use of tools to allow for cleaning the body between the conveyor and subfloor. There shall be a subfloor kit under the conveyor to contain material carry over inside of the body longsills. All bearings and pivot points shall have accessible grease zerks. All grease zerks on conveyor bearings, hoist pivot, and tail gate shall have an extension for remote greasing at central location at front and rear. 0. A safety body prop must be installed and comply with OSHA standards. 6. SPINNER ITEM IiEWDES CRIPTION., 1. COMPLIANCE - , • • A. The spinner assembly shall be manufactured from 201 stainless steel. yes1 no WA 1:91/te.,5 gyes E n o Fcryes 1 I no ['yes fl no yes H no B. The spinner assembly shall be mounted via two 2" receiver tubes with one yes n no tube located each side of the frame rail and spinner assembly. C. Entire spinner assembly shall be removable without theuse of tools. D. The spinner assembly shall have three adjustable deflectors manufactured from 3/16" 201 stainless steel for directing material from the spinner disc. yes fl no yes 1 no yes 1110 E. The material spread pattern shall be controlled by means of a.center diverter located above the spinner disc, and with adjustment of the spinner body that is directed by holes drilled into the receiver mounts that can move the spinner assembly either forward or back of the conveyor. F. The spinner motor shall be high torque/low speed mounted directly to the Ingryes n no spinner disc with a cast hub. Motor shall include seal saver grease cavity with zerk. G. The spinner disc shall be 20" in diameter and manufactured of polyurethane. 7. CAB SHIELD yes El no :um: ITEM DESCRIPTION ' • .- - :- - ' -; • - ' 7c0.81P1-4.ANCF A. i The body shall have a 22" x 84" wide 3/16" thick 201 stainless Steel cab 0 yes n no shield. . — 3. -----1 Cab shield shall be 100% welded to the front bulkhead of the body. i iyes [1 no 1 8. HYDRAULIC CONTROL , . A. To operate the unit as a spreader, there shall be a variable speed manual dual cab control mounted in the cab. One control knob will govern the conveyor Ispeed and the other will govern the spinner speed. B. TControls are included in central hydraulic system specifications. 4 COMPLIANCE yes 1 Ino es mb WA <75 ikes 9. LIGHTS )fTik- fif t ;I ESCI2IP'TION CONIPLIANcE A. i The body shall be equipped with sufficient number of clearance lights and ' ,yes n no reflectors so placed as to meet Indiana State and F.M.V.S.S. specifications. B. The front body light system shall incorporate two (2) oval amber LED strobe `yes ❑ no Lights mounted under each front corner of cab shield. One light shall be facing forward, and one light facing to the side. Lights shall be mounted in weather resistant stainless steel housing with rubber grommets. i C. I Rear body light system shall include oval LED amber strobe, LED red S /T/T, {'yes n no and white B/U light recessed in each rear corner post with rubber grommet. D. LED amber oval strobes with rubber grommets shall be installed midway on Wyes n no sides of body: Side strobes to be activated with the rear strobe switch. ( E. ;All strobe lights shall be self - contained without need for power pack. ; ra- yes ❑ no F. Plow lights shall be mounted on chassis fender mirror brackets. yes ❑ no G. Rear strobe, front strobe, plow lights, and spreader spot light shall be wired to } gyes ❑ no dash mounted switches provided by chassis manufacturer. H. Weather resistant electrical junction box for rear light package shall be mounted on left rear side of dump body A back up alarm shall be installed at rear. 10. TARP ITEM I, I;T;EM i)ESCRIP'TION ._.A.._.____ An electric tarp stem with asphalt t _ - i p y tarp shall be installed with cab switch. yes ❑ no 1 ,COMPLIANCE, yes n no B. System shall incorporate an extruded aluminum roller bar assembly with Eryes n no heavy duty sealed spring mounted in a durable steel protector housing. C. Heavy duty asphalt tarp shall be pulled by an extruded aluminum pull bar yes ❑ no with roller guides including method to hold down tarp. D. Tarp shall be installed to the forward of cab shield, with a wind deflector. Wyes ❑ no 11. PINTLE HITCH ITEM__.. ITEM:DESCRIPTION There shall be a 12 ton bolt on style pintle hitch mounted at. the rear with a cradle height of 30" above ground. The hitch shall be attached to a 3/4" hitch plate and reinforced per manufacturer's recommended methods. COIVIELIANCE yes�C no yes ❑ no I C. There shall be a 7 wire flat pin style trailer plug socket installed on the rear. D. "D" rings for safety chains shall be installed on each side of hitch plate. FE. E An electronic brake controller shall be mounted in the cab. yes ❑ no yes ❑ no yes ❑ no WA :ID Aes MINIMUM SPECIFICATIONS FOR CENTRAL HYDRAULIC SYSTEM 1. GENERAL •17:77-77-7 A. The intent of these specifications is to describe a central hydraulic system [[yes n no and controls for the operation of a municipal truck I B. The components listed herein have been chosen for their ability to provide Kyes Eno long term durability and ease of service I C. All components described herein shall carry minimum one-year warranty -K-Yes n no 2. HYDRAULIC PUMP ITEM ITEM DESCRIPTION _ COMPLIANCE 2,, A. I The hydraulic pump will be a variable displacement piston pump with load Eryes El no sensing control. B. [The pump shall have sufficient pressure and flow to operate all functions of ffyes n no the truck at the same time. PC— The pump shall have 2" suction line. grYes fl no D. The pump shall have a 1-1/4" keyed drive shaft and SAE type C mounting yes no flange. E. A steel ball valve shall be at the outlet of the pump. .■1?-yes Ej no 3. DRIVELINE and MOUNTING ITEM ITEM-DESCRIPTIQN 'COMPLIANCE ........ A.. . The hydraulic pump shall be driven directly off the engine crankshaft via a i Wyes r7 no splined driveline to allow for movement. B. The driveline shall include grease fittings on both u-joints. Spicer model IctScyes E no 1350 or equal. 1 r C. The hydraulic pump shall be mounted with shaft centerline parallel to the Fyes n no crankshaft centerline and at a level to create not more than a three degree angle on the drive line. D. The pump mounting shall be incorporated with a bracket fabricated to Igyes 0 no mount in the extended frame rails of the chassis. i• 4. HYDRAULIC VALVE ,..ITEM,DESCRIPTION.. , 1,.:com-jpiLIANcE, 1 r' I-1 _______i . 1 A. 1 The control valve shall be U.S. manufactured. es no I . i B. 1 The valve shall be Sauer-Danfoss model PVG32 load sensing sectional spool. yes n no , I type 0-ring ports mounted in a combination weatherproof enclosure and I i reservoir on the outside of frame rail. ; , 1 VvrA Tmes C. 1 Valve sections to be arranged as follows: 'yes no D. i Hoist, 26 gpm, double acting cylinder with down side work port relief set at . y.es I I no 500 psi. E. 'yes ! Plow lift, 10 gpm, single acting cylinder. no , . Plow angle, 17 gpm, double acting cylinder j7yes I . I no I G. Power beyond for spreader. yes r7 no H. Hydraulic lines with quick disconnects shall be installed at front for plow and 1 gyes no 1 at rear for spreader. I. Plow quick disconnects shall be installed on bumper at front of unit. J. Spreader quick disconnects shall be installed on side of frame at rear of unit K. System will include a test port that is easily accessible in the valve enclosure. L. Test port will be capped #4 JIC. M. I A 0-3000 psi gauge will be in the valve enclosure. 5. CABLE CONTR S LS ITEM - ITEM DgScRIPTION A. The valve controls shall be a remote system with sealed cables. B. It must have bonnet-type connections at valve banks as to seal hydraulic valve spool ends. C. The cables shall be stainless steel capable of 100 pounds of push and pull. D. E. The controls shall be mounted on a pedestal within easy reach to the right of operator seat. The valve controls shall be single axis for dump body, and dual axis snow plow up/down and angle. The dump body handle shall include a center detent lock for safety. 6. SPREADER CONTROL yes n no - yes Lino 1 yes Hno yes Ino XlifeaIs n no [COMPLIANCE- ,. /yes fl no 'yes ri no yes Eno gyes I I no yes I jflO r-iiim, '• ',1TEM:DESCRIPTION - - ' ' - - ' ' COMPLIANCE . „ .... A. I Load sensing manual dual spreader control with on/off lever shall be mounted i gg yes H no ; 1 on a pedestal next to operator with all hoses enclosed. 1 B. : Both controls to have eleven detent positions. 7. FILTERS es LjIJno ITEM ITEM DESCRIPTION a COMPLIANCE A. The system will be protected by two filters. Iyes n no B. ' Filters shall be a 10 micron tank top mounted return filter with diffuser, and a Kyes no 100 mesh suction strainer. C. ! One additional return filter element will be included at delivery. I yes H no 8. COMBINATION RESERVOIR and VALVE ENCLOSURE )ITEM` ITEM-DESCRIPTION \A/A-- •aAe . COMPLIANCE A. The combination valve enclosure.and.hydraulic reservoir to be constructed of stainless steel and mounted on driver side frame rail. Reservoir capacity to be 35 gallons i E. Reservoir to include a sight /temp gauge. magnetic drain plug, internal baffle separating,the suction and return side and a screened _filler /breather assembly The hydraulic valve will be mounted in the enclosure that fully encloses the hydraulic valve. The enclosure will feature a removable access panel held in place by rubber latches. The enclosure shall be a combination unit with the reservoir. F. All plumbing internal to the enclosure will be SAE tubing and terminate on ' the enclosure with bulk type JIC fittings. 9. PLUMBING yes no yes �yes no no ;1'TEM . )ITEM �DS i COMPLIANCE.: A. The hydraulic system will be plumbed to SAE standards with no black iron pipe connections or. components. B. A 1/4 turn ball valve will be include on the suction line and safety tied open. Pressure lines to be SAE100 -R16, Return lines to be SAE100 -R1, Suction line to be 2" SAE100 -R4. F. Plumbing to rear of chassis for conveyor and spinner to be run down the chassis with SAE rated stainless steel tubing secured with isolation clamps. n. yes Connection from the stainless steel tube to the quick couplers or valves to be `eyes short, SAE100 -R16 hose assemblies. All necessary hoses and fittings for a complete and functional system. 10. CONTROL CABLE INSTALLATION ': Control cables exiting the cab will pass through a rubber grommet or strain relief. Cables will be supported and secured within 6 inches of entry / exit by rubber covered clamps or strain relief. Adequate slack will be provided for chassis and cab movement. B. Cables will be routed away from all abrasion and heat sources. Cables will be secured with proper sized.rubber cushioned,, bolt through clamps with stainless steel bands and grade 5 stainless steel bolts with nylock nuts. (l no C no yes n no -' COMPLIANCE Byes no eyes E no 3 yes no no no 11. ADDITIONAL HYDRAULICS FOR WING PLOW (Two Trucks Only) ITEM ITEM DESCRIPTION A. Double acting valve section for wing plow up/down and in/out. • COMPLIANCE , • yes H no B. Port relief for wing plow valve section. yes n no 1 ti L( 65 C. Lock valve on toe and heel cylinders. .._ D. One cable control with four way control lever for wing plow functions. , u. yes ri no E. Sequencing valve for proper wing plow up/down operation ! g yes n no F. Additional hoses and fittings as necessary for wing plow installation. 1 El yes 0 no ,--K-, G. Wing plow hoses and fittings shall be installed for easy removal during non- 1 it4 'yes 0 no use periods. ! . 12: ELECTRONIC SPREADER CONTROL ITEM ITEM DESCRIPTION A. r Spreader control will be a digital electric control with the capability of programming for open loop or closed loop ground speed control B. It will include timed blast function for increasing the auger amount C. Digital display will show selected application rate and self diagnostic error codes D. Two separate control knobs will allow adjustment of the spinner and auger speed E. Touch screen control shall operate the liquid pre-wet function -COMPIAANCE Eryes n no ET yes LII no es 0 no r, 0 yes no yes 0 no yes n no yes n no yes no yes 0 no yes n no F. Unit will feature on screen calibration with color display and pass button G. Unit will have capability of operating in electric or manual mode H. Hydraulic valve will be connected to the control console via TPE harness system with high visibility yellow cables I. System to include diagnostic board with direct reading LED circuit indication J. Wiring system to exclude any infusion from direct application of 1000 psi pressure wash spray K. Connectors to withstand 500 hours of 35C salt spray yes no L. Connectors to feature molded o-ring and splash shield protection yes 0 no M. Connectors to include detented lock ring on diagnostic board Kyes no i N. Handle for the plow up/down shall include a pass and blast button for the Eries 0 no 1 spreader control Hydraulic control valve will include momentary and maintained overrides for Li4l yes 0 no all electrical operated sections 1 P. , One dump body conveyor drive motor shall have a 100 PPR speed sensor t/yes n no 1 1 with a 4 pin M12 receiver for ground speed operation of controller. 1 4 MINIMUM SPECIFICATIONS FOR SNOW PLOW and HITCH I. SNOW PLOW and HITCH A. -J. 'M. .ITEM ) ESCRIPTION COMPLiANCE' Moldboard shall be constructed of 10 gauge A569 steel with a tensile strength of 55,000# - 70,000# Moldboard is to be roll formed and 100 %continuously welded yes no es n no no Overall length of plow moldboard shall be 11 feet (4units) and 12 feet (2- yes units). Inside height of moldboard, with an 8" cutting edge, is to be 41" yes LJ no Moldboard shall have six vertical support ribs which are to be flame cut, t 1fyes L_ no 1/2" A36 steel, with a tensile strength of 58,000# - 80,000 #, equally spaced.across the width of the moldboard The ribs are to taper from 4" at the bottom moldboard angle to 2" at the , Layes D no top moldboard angle A 1/2" x 4" x 6" plate is to be welded to the four ribs where the push frame attaches to the moldboard to provide a 1 "bearing surface for pins The horizontal support angles . are to be 3" x 3" x 1/4" A36 -steel angles The two spring support angles are to be 3 "x 3" x 1/2" A36 steel angles yes Top moldboard angle is to be 2" x 3" x 3/8" A36 steel and bottom ' eyes moldboard angle is to be 4" x 4" x 3/4" A36 steel Bottom moldboard angle is to have 11/16" holes punched to match } Oyes AASIIO hole pattern of cutting edge There shall be 1/2" thick gussets welded on each end of the inside of the Xyes 5 angle and midway between all punched holes Spring support /attaclunent`plates are 3/4" A36 steel with 3 holes for attaching compression spring arms at moldboard pitch settings of 20, 10 or 5 Degrees Cutting edge shall be 5/8" x 8" blade made from 1080 steel with a Rockwell "B" hardness of 93 -100. The blade shall have standard AASHO hole spacing and is to be top punched 1 -1/2" from the top edge to the center of the bolt O. Cutting edge to be attached with 5/8" x 2 -1/2" grade 8 plow bolts yes no r eyes L no P. Plow semi- circle to be fabricated from 3 -1/2" x 3 -1/2" x 1/2" A36 hot l� Kyes D no ` R. rolled angle Two 1" x 3" x 5 -1/2" positive stops are to be welded to semi- circle and set to allow moldboard to swing 35 degrees in either direction The push frame is to be 4" x 4" x 3/8" A36 wall square tubing 84" in length yes Wyes This tubing is to have eight 4" x 4 -1/2" x 1/2" A36 attaching ears, which C ,Dyes are to form a four point pivot to affix the moldboard onto the push frame attached with four 1-1/4" stress proof plated pins 1 w/A. tAe6- -71—There are to be two jack support channels 8" x 18" A36 steel which have yes Li no six 3/4" holes for mounting skid shoe assemblies U. There shall be two compression trip assemblies consisting of three pieces:1/2" x 3-1/2" A36 steel mechanical slide, with a 5-5/16" O.D. x 23-1/4" free height x 21/32" bar diameter spring The spring is to be made from AISI 5160H steel with a tensile strength of Kyes no * _ V. 112,000 - 140,000 PSI, rated at 195#/inch of compression yes I I no W. The two reversing cylinders shall be located on the underside of the semi- Eres no circle X. The angle of the cylinders in relation to the moldboard shall be designed F'es no to almost eliminate side stresses to the cylinder rods Reversing cylinders shall have a 3" bore x 10" stroke, 2" diameter nitrided rod gyes I1 no Z. The hydraulic hoses are to be abrasion resistant, extremely flexible and 'yes work in a temperature range of -50 to 250 degrees F. The 1/2" I.D. hose is rated at 3,000 PSI working pressure and 12,000 PSI burst pressure AA. A 30 gpm DXV double relief cushion valve shall be installed. BB. The A-frame is to be constructed of 2-1/2" x 4" x 13.8# ship and car channel with a 1" x 5" oscillating plate ! .. DD. Level lift shall be fabricated from 3" " x 2 x 3/8" vertical angle uprights, ...... yes no CC. A heavy duty four attach point level lift system shall be inounted to the pc yes no semi-circle of the plow 3" x 3" x 1/2" angle sloped side members, and a 4" x 4" x 3/4" cross angle Et The upper bracing of the plow hitch shall attach to the level lift cross I *es no angle 1 no yes n no yes no FF. The plow portion hitch shall be a 1-lusting 34" quick attach hitch i-Ky-e-s— no GG. Hitch side rails shall be manufactured from 4" x 8" x 1/2" angle that is yes no flared to allow for misalignment, and slotted on the sides to accept the • latch pins of the plow portion hitch HI-I. A 1" x 1" wear bar shall be welded behind the slots to help support the yes I I no latch pins II. Bottom front of hitch shall have a 2-1/2" wide x 1/2" thick cross brace ' Kyes El no plate JJ. Bottom of hitch shall be welded to the 1" x 5" oscillating plate of the a- Kies Dno frame KK. Bottom of hitch to push frame shall have a 20" x 7" x 3/8" triangular gyes no gussets, one each side LL. Th.ere shall be two upper support tubes of 4" x 2" x 1/4" wall tube steel yes no MM. Upper support tubes shall have upper and lower triangular gussets yes no i between tubes and hitch rails NN Support tubes shall be joined together with a 1/2" x 4" bar at the tube Zcr'es 1 i no . . . ends, and a 1/2" lift plate on top 2 00. I There shall be a 4" x 13 lbs./ft. channel that is welded to the support tubes Oyes LI no and bolted to the level lift PP. i The channel shall be braced to the hitch side rails with 2" x 2" x 1/4" 01, yes Li no angle iron QQ. 1 All hardware and fasteners shall be electronically plated and corrosion yes Eno I resistant RR. All fasteners shall be grade 8, both cap-screw and nut SS. i A roller kit shall be installed on plow half hitch to help raise / lower yes LIno TT. 1 Cable style corner markers to be on each end of moldboard yes UU. i There will be a 18" rubber deflector with a steel retainer strap bolted to E'yes , 1 the full length of the moldboard top angle Fl no fl no VV. ! Manufacturer shall provide caution labels, decals and any warnings I yes no : I deemed necessary WW. The powder coat paint to be orange moldboard with the push frame and 'yes fl no hitch being coated black in. color ! XX. Manual jack kit to be supplied to support the plow during connection and 1 yes El no storage. YY. Manufacturer shall attach their standard warranty statement. All K'es LI no components described herein shall carry minimum one-year warranty ';- 2. TRUCK HITCH ITEM ITEM.DESCRIPTION _ -.., .- . ,r 1 COMPLIANCE A. Truck portion hitch shall be automatic snap coupling type Wyes LI no [B. Hitch assembly shall be 34" wide and 42" high INl'es n no C. no I _ — Top of side rails shall be tapered to provide maximum hood clearance yes D. Side rails of the hitch shall be manufactured from 3/8" thick plate i yes 11 no E. Side rail front shall be 2-1/2" wide and sides shall be 9-3/4" deep Jyes E no I F. Top and bottom 1" of the rails will be tapered inward to prevent 6_ yes fl no restrictions with mating plow portion G. The back inside of the side rails shall be reinforced with 2-1/2" x 2-1/2" x yes LI no 3/8" angle iron Top and bottom crossmember angles shall be 3-1/2" x 3-1/2" x 3/8" a.ngle Ryes no iron ! - I. Bottom angle shall be supported with an additional angle inner brace of 2- I yes LI no 1/2" x 2-1/2" x 3/8" angle iron 3. Lift arm assembly shall be manufactured from 3/4" steel plate, 2-1/2" yes no diameter x 3-1/4" long lift shaft, and shall have 1/2" plate cylinder attaching ears K. Bracing for the lift arm shall consist of two 3/8" triangular plates and 3/8" ' yes LI no angle iron and a 1" pivot pin I L. The enclosed spring loaded latch canisters shall have a roller style 1-7/8" [11yes flno 3 VVA tx Tinachined pin. R C 30 hardened pin with RC60 hardened roller. Each pin will have a grease zerk on the end to lube the roller. M. 1 Canisters will be welded to the side plates and reinforced with 1/2" Kyes no i triangular gussets N. I Unlocking lever shall be of 3/8" x 1-1/2" bar with 3/8" round linkage rods ryes flno connecting the canister pins - 0. I Hitch shall be 100% continuous welded yes no P. I Hitch shall be powder coat black yes Eno -,:- 1 Q. f Hitch lift cylinder shall be 4" x 10" double acting E4 yes LI no R. 1 The truck half shall have two Teflon glide strips installed on the front. yes no 3. MOUNTING of HITCH F.ITEM ITENt.PE8CRIP.TIOIN, COMPLIANCE' ' A. Truck frame will be extended a minimum of 20" forward of grille by yes I no truck manufacturer _. . B. Bidder will furnish minimum of 1/2" x 4" x 8" x 48" long angle across )14Yes I I no front bumper with angled sections on each end C. Bottom braces shall be minimum 1" x 4" flat iron installed from hitch to Nryes no center of front ale mounted on frame with grade #8 bolts D. Top, braces shall be minimum 1/2" x 4" flat iron and run to center of front [gYes fl no axle mounted to frame E. Hose to hook up lift cylinder shall be 3/8" yes LI no F. Hood to have cable stop (to be provided by truck manufacturer) before [s no resting on plow hitch. Hitch to have a heavy duty rubber pad installed on top angle bracing for additional support for hood as necessary 4 WA 1-4.1) Ae5 MINIMUM SPECIFICATIONS FOR MID-MOUNT WING PLOW (Two Trucks Only) 1. WING PLOW MOLDBOARD ITEM . . . COMPLIANCE 1 A. B. C. Moldboard shall be formed from 3/16"A36 steel. Mold board length shall be 113" at the top and 108" at the bottom. Moldboard shall be 27 inches high inboard end and 28" high outboard end. Measurement includes the eight inch cutting edge installed. D. The cutting edge shall be 5/8" x 8" AASHO punched and shall measure yes fl no 9' in length. E. Cutting edge shall be fabricated of 1084 steel, hot-rolled, with a Brinell yes no hardness of not less than 197 to 241. yes I J no yes E no yes I mo F. The top edge of the moldboard will be a formed channel 2-3/4" x 1". yes no G. -Moldboard bottom angle shall be a minimum of 4" x 4" x 3/4" thick . Eryes 0 no structural angle iron and shall be reinforced by 3" x 3" x 1/2" gussets 1 between each bolt hole, approximate 12" on center. .„.,, H. There shall be a horizontal reinforcement angle between the last three ; 2,16, yes no ribs. These angles are also the rear push arm mounts. The angles are 3" x 3" x 1/4" and shall evenly spaced 5/8 inch holes for push arm adjustment. 1. The moldboard ribs must be one-piece, flame cut, 1/2" thick. Ribs will be 1 tapered 2-1/2" at the top of moldboard and 4" at the bottom of the i moldboard. Spliced ribs will be unacceptable. :• J. The 7 ribs must be continuously welded to the moldboard sheet and to the ' bottom angle. K. The front or toe of the moldboard shall be mounted to the front slide plate Kyes via a single 1-1/4" diameter grade #5 bolt with a top lock nut. L. Front attachment pivot plate will be 1/2" steel, completely boxed and yes supported with 1/2" and 3/16" plate. IM. Pivot tube fbr the 1-1/2" pivot bolt shall have a minimum 5/8" wall and 1Vyes be welded 100% to the inside of the 1/2" pate and outside of the yes U no yes no moldboard. no no no N. A 1/2" safety stop eyelet shall be on the front of the moldboard and a 1/2" ayes centered lift loop. 2. FRONT and REAR MOUNTING ASSEMBLIES I no ITEM ' „ITEM-PEKRIPTION ; COMPLIANCE — . .... A. The wing shall be designed to mount behind the passenger side door, but yes no shall be fully visible in a spot mirror, which shall increase driver's visibility by eliminating window obstruction. B. Front mounting assembly shall attach to passenger side of chassis frame yes Eno between back of cab and front drive axle. Rear mount assembly shall attach to chassis frame between drive axles. 1 C. I The wing post shall allow the toe of the wing moldboard to float freely over rough roads and road shoulders, thus reducing potential damage to . i the wing and cab/chassis. D. : Wing post shall be of a trailing link style with 12" of lift and designed to Eiyes LII no allow the moldboard to float up a minimum of 8" to 12" when in the plowing position. WA- itS E. The post front structure shall be no more than 24" high and 14" wide. yes Post weldment shall be manufactured with a 3/4" inside mounting plate and a matching 1/2" outer plate. F. A 3/8" Ex-Ten 50 front base plate will set the width of the post, support the 1/2" inner lower hinge brackets and the 3/4" bottom cylinder mounts. no yes no 0. Internal reinforcement with a 1/2" HSLA radius plate shall be welded to Kyes no both side plates and the front base plate. H. The post weldment will serve as the anchor for three trailing link &ryes E no assemblies. 1. The upper and lower link arms shall be 3/4" radius bar with a 1-3/4" i Ky-es L no machined hole on each end. J. The upper arm assembly will be reinforced with a 2-1/2" schedule 80 pipe yes LI no at the front anchor. K. The lower arm assembly will be reinforced with a 2-1/2" schedule 80 pipe J4yes LI no at the front anchor and 1/2" HSLA x 5" plate to the rear. L. The lift/float link will be 1/2" bar with a radius at the anchor end, i Wyes LI no i.._ reinforced with a 2-1/2" schedule 80 pipe. , M. The rear of the.lift link will be 1" plate reinforced with 5/8" bar and will ' Fryes _ no include two 5/8". upper cylinder mounts. N. The rear lift weldment shall have an outer 1" and inner 1/2" bar with radius ends and machined 1-3/4" holes. 0. Bars shall be spaced and supported with two 2-1/2" schedule pipes and yesE no two 1/2" x 4" triangular gussets. P. The hinge shall consist of three 1" thick radius ears that have 1-7/16" IS yes no machined holes, spaced evenly and reinforced with two 1/4" x 2" x 2" angles. Q. All 1-3/4" machined holes will have Rc 50 hardened bushings. yes no yes no R. Hinge pins shall be 1-1/2" OD, case hardened to Rc 55-60. S. Hinge pins shall be retained with machine bushings and 1/4" roll pins. !Wyes yes U no no T. 1 All pins shall have grease zerks at bushing locations. [ yes no U. ' Lift cylinder shall be a 3" ID x 5" stroke with a 1-1/2" nitrided rod. i Er-yes no , Hydraulic ports shall be ORB. .: V. Cylinder shall be attached within the post with 1" stress proof pins, a.-- i ,.. Yes no machine washers and roll pins. ....____ . . . ......_ . W. Prior to assembly, the post will be shot blasted, washed and prepped prior [yes assembly, no . . ; to powder coating black. ___............ X. The front post assembly shall be welded to a cross tube assembly. . FA yes LI no 2 Y. I The cross tube shall be mounted under the truck by means of two 12" x 28" x 1/2" steel mounting plates prefabricated with a single 4-1/4" x 6- , 1/4" flame-cut hole which allows the cross tube to pass through. Z. Front post shall allow for mounting of the moldboard banjo plate. AA. Pin for banjo plate shall be 1-1/2" diameter. WA- yes no ' Byes Limo yes rino BB. Banjo plate/hinge for moldboard shall be fabricated of 3/4" material, yes reinforced with Y2 inch bar and have two 1" thick reinforced ears for the hinge pin. no CC. Lifting action for the heel end of the wing shall be accomplished via a N'yes L no single 4" ID x 10" stroke, 2" rod, 3/4"-16 ORB ports, polypak seals, • double acting hydraulic deceleration cylinder. DD. FF. Moldboard full tripping action shall be accomplished with vertical compression springs designed into the front mounting block/banjo plate. GG. There shall be two compression springs that have an adjustable recoil force. HI-I. Inner spring is 3-11/16" outside diameter, 12" overall length, 21/32" diameter 5160H wire. Outer spring is 6" outside diameter, 12" overall length, 1" diameter 5160H wire. JJ• Rear wing mount shall be designed to mount between the rear tandems of the chassis. The wing shall be operated by hydraulic lift Heel cylinder shall be attached to the front banjo plate and, the lower moldboard float link. yes 0 no ayes liii no Wes fl no , yes LII no Kyes Th no 'yes no KK. Rear push arm mounting plate shall include two 1/2" plates, flame cut with mounting holes to mount the rear push arm. LL. Rear push aim shall be mounted to the rear mount with 1/14" stress proof . pins for quick attach and detach. • MM. • There shall be one heavy duty, spring cushioned, adjustable length; push arm with a safety shear pin. NN. The outer tub of the push arm is to be a minimum 2-1/2" ID. schedule 80 pipe with a solid 2-1/2" OD - 1045 steel inner shaft. 'yes LI no gives LI no 'yes yes 00. 1 he outer tub of the push arm is to be a minimum 2-1/2" ID schedule 80 • pipe with a solid 2-1/2" OD - 1045 steel inner shaft. PP. Spring is to be fabricated of AISI 516014 steel. QQ. Both ends of the push arm will have cast iron swivel connectors with 1" zinc coated flat head pin. no no yes n no Kyes O no - ryes fl no Nryes Lino 3. MISCELLANEOUS ITEM 1. ITEM DESCRIPTION A. Mounting components shall be powder coated black. B. All welding on the mold board shall be 100% continuous. C. Mounting hardware shall include schedule 80 pipe bracing, two pipe balls, a flame cut 3/4" support plate, Grade 8 nuts, bolts, and washers necessary for a complete installation. D. All fabricated components shall be shot blasted and powder coated. E. The powder paint used shall be TGIC Polyester orange moldboard with the hardware being coated black in color. F. All welding performed on the wing and mounting hardware must be in ' compliance with current AWS procedures and guidelines recognized within the State of manufacture. WA (TO ve$ G. Manufacturer shall provide caution labels, decals and any warnings gyes El no deemed necessary. H. Manufacturer shall attach their standard warranty statement. All 'yes LI no components described herein shall carry minimum one-year warranty. I. Both lift cylinders, heel and toe, will have hydraulic lock valves plumbed igyes no in-line to prevent wing drift. J. Two LED strobe lights shall be installed at heel end of wing. One strobe esLI no to flash directly to rear when wing is in stowed position and the other to flash directly rear when wing is in plowing position. Model and location • of lights to be approved at pre-build meeting. K. rOne LED strobe light to be installed on top of moldboard heel end so operator can see wing in the plowing position. ....... 4 yes fl no C A R M E L S T R E E T D E P A R T M E N T NEW TANDEM T R U C K S P E C I F I C A T I O N Description Weight Front Weight Rear ersio SD PRL -08D (EFF:01/28/14) SPECPRO21 DATA RELEASE VER 001 onfi uratt enerAY ice eryiee 108SD CONVENTIONAL CHASSIS 2015 OR NEWER MODEL YEAR SPECIFIED SET BACK AXLE - TRUCK STRAIGHT TRUCK PROVISION LH PRIMARY STEERING LOCATION TRUCK CONFIGURATION DOMICILED, USA 50 STATES (INCLUDING CALIFORNIA AND GARB OPT -IN STATES) UTILITY /REPAIR/MAINTENANCE SERVICE GOVERNMENT BUSINESS SEGMENT DIRT /SAND /ROCK COMMODITY TERRAIN /DUTY: 100% (ALL) OF THE TIME, IN TRANSIT, IS SPENT ON PAVED ROADS MAXIMUM 8% EXPECTED GRADE SMOOTH CONCRETE OR ASPHALT PAVEMENT - MOST SEVERE IN- TRANSIT (BETWEEN SITES) ROAD SURFACE WARRANTY (SEE CHART AT END OF DOCUMENT) EXPECTED FRONT AXLE(S) LOAD : 20000.0 lbs EXPECTED REAR DRIVE AXLE(S) LOAD : 40000.0 lbs EXPECTED GROSS VEHICLE WEIGHT CAPACITY : 60000.0 lbs FRONT PLOW /END DUMP BODY CUM ISL 350 HP @ 2000 RPM, 2200 GOV RPM, 1000 LB /FT @ 1400 RPM roni Paramet 75 MPH ROAD SPEED LIMIT CRUISE CONTROL SPEED LIMIT SAME AS ROAD SPEED LIMIT PTO MODE ENGINE RPM LIMIT - 1100 RPM PTO RPM WITH CRUISE SET SWITCH - 700 RPM PTO RPM WITH CRUISE RESUME SWITCH - 800 RPM PTO MODE CANCEL VEHICLE SPEED - 5 MPH PTO GOVERNOR RAMP RATE - 250 RPM PER SECOND 6,940 3,770 Description Weight Weight Front Rear PTO MINIMUM RPM - 700 REGEN INHIBIT SPEED THRESHOLD - 5 MPH ine,_Equipme 2013 ONBOARD DIAGNOSTICS /2010 E PA/CARB /G HG 14 2008 CARB EMISSION CERTIFICATION - CLEAN IDLE (INCLUDES 6X4 INCH LABEL ON LOWER FORWARD CORNER OF DRIVER DOOR) STANDARD OIL PAN ENGINE MOUNTED OIL CHECK AND FILL SIDE OF HOOD AIR INTAKE WITH FIREWALL MOUNTED DONALDSON AIR CLEANER AND INSIDE /OUTSIDE AIR WITH SNOW DOOR DR 12V 160 AMP 28 -SI QUADRAMOUNT PAD ALTERNATOR WITH REMOTE BATTERY VOLT SENSE (2) ALLIANCE MODEL 1231, GROUP 31, 12 VOLT MAINTENANCE FREE 2250 CCA THREADED STUD BATTERIES 10 BATTERY BOX FRAME MOUNTED STANDARD BATTERY JUMPERS SINGLE BATTERY BOX FRAME MOUNTED LH SIDE BACK OF CAB WIRE GROUND RETURN FOR BATTERY CABLES WITH ADDITIONAL FRAME GROUND RETURN NON - POLISHED BATTERY BOX COVER POSITIVE LOAD DISCONNECT WITH CAB 8 MOUNTED CONTROL SWITCH MOUNTED OUTBOARD DRIVER SEAT POSITIVE AND NEGATIVE POSTS FOR 2 JUMPSTART LOCATED ON FRAME NEXT TO STARTER CUMMINS TURBOCHARGED 18.7 CFM AIR COMPRESSOR WITH INTERNAL SAFETY VALVE ELECTRONIC ENGINE INTEGRAL SHUTDOWN PROTECTION SYSTEM CUMMINS EXHAUST BRAKE INTEGRAL WITH 20 VARIABLE GEOMETRY TURBO WITH ON /OFF DASH SWITCH RH OUTBOARD UNDER STEP MOUNTED 30 25 HORIZONTAL AFTERTREATMENT SYSTEM ASSEMBLY WITH RH B- PILLAR MOUNTED VERTICAL TAILPIPE ENGINE AFTERTREATMENT DEVICE, AUTOMATIC OVER THE ROAD REGENERATION AND DASH MOUNTED REGENERATION REQUEST SWITCH 09 FOOT 06 INCH (114 INCH +0 / -5 INCH) EXHAUST SYSTEM HEIGHT RH CURVED VERTICAL TAILPIPE B- PILLAR MOUNTED ROUTED FROM STEP 6 GALLON DIESEL EXHAUST FLUID TANK -40 -20 100 PERCENT DIESEL EXHAUST FLUID FILL STANDARD DIESEL EXHAUST FLUID PUMP MOUNTING LH MEDIUM DUTY STANDARD DIESEL EXHAUST FLUID TANK LOCATION STANDARD DIESEL EXHAUST FLUID TANK CAP Description Weight Weight Front Rear Transmission` 5Illlo cFs ALUMINUM AFTERTREATMENT DEVICE /MUFFLER/TAILPIPE SHIELD(S) HORTON DRIVEMASTER ON /OFF FAN DRIVE AUTOMATIC FAN CONTROL WITHOUT DASH SWITCH, NON ENGINE MOUNTED CUMMINS SPIN ON FUEL FILTER COMBINATION FULL FLOW /BYPASS OIL FILTER 1200 SQUARE INCH ALUMINUM RADIATOR ANTIFREEZE TO -34F, NOAT EXTENDED LIFE COOLANT GATES BLUE STRIPE COOLANT HOSES OR EQUIVALENT CONSTANT TENSION HOSE CLAMPS FOR COOLANT HOSES RADIATOR DRAIN VALVE 1350 ADAPTER FLANGE FOR FRONT PTO PROVISION PHILLIPS -TEMRO 1000 WATT /115 VOLT BLOCK HEATER BLACK PLASTIC ENGINE HEATER RECEPTACLE MOUNTED UNDER LH DOOR ELECTRIC GRID AIR INTAKE WARMER DELCO 12V 38MT HD STARTER WITH INTEGRATED MAGNETIC SWITCH ransmission ton e an ALLISON 3000 RDS AUTOMATIC TRANSMISSION WITH PTO PROVISION pment .; ALLISON VOCATIONAL PACKAGE 169 - AVAILABLE ON 3000/4000 PRODUCT FAMILIES WITH VOCATIONAL MODEL RDS ALLISON VOCATIONAL RATING FOR ON /OFF HIGHWAY APPLICATIONS AVAILABLE WITH ALL PRODUCT FAMILIES PRIMARY MODE GEARS, LOWEST GEAR 1, START GEAR 1, HIGHEST GEAR 6, AVAILABLE FOR 3000/4000 PRODUCT FAMILIES ONLY SECONDARY MODE GEARS, LOWEST GEAR 1, START GEAR 1, HIGHEST GEAR 6, AVAILABLE FOR 3000/4000 PRODUCT FAMILIES ONLY VEHICLE INTERFACE WIRING WITH BODY BUILDER CONNECTOR MOUNTED ON FIREWALL MAGNETIC PLUGS, ENGINE DRAIN, TRANSMISSION DRAIN, AXLE(S) FILL AND DRAIN PUSH BUTTON ELECTRONIC SHIFT CONTROL, DASH MOUNTED TRANSMISSION PROGNOSTICS - ENABLED 2013 WATER TO OIL TRANSMISSION COOLER, IN RADIATOR END TANK TRANSMISSION OIL CHECK AND FILL WITH ELECTRONIC OIL LEVEL CHECK SYNTHETIC TRANSMISSION FLUID (TES -295 COMPLIANT) DETROIT DA -F- 20.0 -5 20,000# FL1 71.0 KPI/3.74 DROP SINGLE FRONT AXLE 20 4 -110 -35 210 Description Weight Weight Front Rear pus ensto MERITOR 16.5X6 Q+ CAST SPIDER CAM FRONT BRAKES, DOUBLE ANCHOR, FABRICATED SHOES NON - ASBESTOS FRONT BRAKE LINING CONMET CAST IRON FRONT BRAKE DRUMS SKF SCOTSEAL PLUS XL FRONT OIL SEALS VENTED FRONT HUB CAPS WITH WINDOW, CENTER AND SIDE PLUGS - OIL STANDARD SPINDLE NUTS FOR ALL AXLES MERITOR AUTOMATIC FRONT SLACK ADJUSTERS STANDARD KING PIN BUSHINGS TRW THP -60 POWER STEERING WITH RCH45 AUXILIARY GEAR POWER STEERING PUMP 4 QUART POWER STEERING RESERVOIR OIUAIR POWER STEERING COOLER SYNTHETIC 75W -90 FRONT AXLE LUBE 9,500# LEFT, 10,500# RIGHT PLOW FLAT LEAF FRONT SUSPENSION (20,000 #) GRAPHITE BRONZE BUSHINGS WITH SEALS - FRONT SUSPENSION 130 5 5 330 N ear ti ik kE g uspension MT- 40 -14XP 40,000# R- SERIES TANDEM REAR AXLE 6.14 REAR AXLE RATIO IRON REAR AXLE CARRIER WITH STANDARD AXLE HOUSING MXL 17N MERITOR EXTENDED LUBE MAIN DRIVELINE WITH FULL ROUND YOKES MXL 17T MERITOR EXTENDED LUBE INTERAXLE DRIVELINE WITH HALF ROUND YOKES DRIVER CONTROLLED TRACTION DIFFERENTIAL - BOTH TANDEM REAR AXLES (1) INTERAXLE LOCK VALVE, (1) DRIVER CONTROLLED DIFFERENTIAL LOCK FORWARD - REAR AND REAR -REAR AXLE VALVE BLINKING LAMP WITH EACH MODE SWITCH, INTERAXLE UNLOCK DEFAULT WITH IGNITION OFF BLINKING LAMP WITH EACH MODE SWITCH, DIFFERENTIAL UNLOCK WITH IGNITION OFF, ACTIVE <5 MPH MERITOR 16.5X7 Q+ CAST SPIDER CAM REAR BRAKES, DOUBLE ANCHOR, FABRICATED SHOES NON - ASBESTOS REAR BRAKE LINING STANDARD BRAKE CHAMBER LOCATION CONMET CAST IRON REAR BRAKE DRUMS SKF SCOTSEAL PLUS XL REAR OIL SEALS HALDEX GOLDSEAL LONGSTROKE 2 -DRIVE AXLES SPRING PARKING CHAMBERS HALDEX AUTOMATIC REAR SLACK ADJUSTERS SYNTHETIC 75W -90 REAR AXLE LUBE 2,530 30 20 Description Weight Weight Front Rear HENDRICKSON HAULMAAX HMX 400 WITH OPTIONAL SHOCK ABSORBERS 855 stem onnections WABCO 4S /4M ABS WITHOUT TRACTION CONTROL REINFORCED NYLON, FABRIC BRAID AND WIRE BRAID CHASSIS AIR LINES FIBER BRAID PARKING BRAKE HOSE STANDARD BRAKE SYSTEM VALVES STANDARD AIR SYSTEM PRESSURE PROTECTION SYSTEM STD U.S. FRONT BRAKE VALVE RELAY VALVE WITH 5 -8 PSI CRACK PRESSURE, NO REAR PROPORTIONING VALVE WABCO SS -1200 PLUS AIR DRYER WITH INTEGRAL AIR GOVERNOR AND HEATER AIR DRYER MOUNTED INBOARD ON LH RAIL STEEL AIR BRAKE RESERVOIRS PULL CABLES ON ALL AIR RESERVOIR(S) UPGRADED CHASSIS MULTIPLEXING UNIT eelbase &,Fram 4725MM (186 INCH) WHEELBASE 11/32X3- 1/2X10 -15/16 INCH STEEL FRAME (8.73MMX277.8MM/0.344X10.94 INCH) 120KSI 1/4 INCH (6.35MM) C- CHANNEL INNER FRAME REINFORCEMENT BODY COMPANY INSTALLED ADDITIONAL FRONT FRAME REINFORCEMENT FOR SNOW PLOW 1600MM (63 INCH) REAR FRAME OVERHANG FRAME OVERHANG RANGE: 61 INCH TO 70 -20 70 INCH 24 INCH INTEGRAL FRONT FRAME EXTENSION 115 -20 CALC'D BACK OF CAB TO REAR SUSP C/L (CA) : 120.45 in CALCULATED EFFECTIVE BACK OF CAB TO REAR SUSPENSION C/L (CA) : 117.45 in CALC'D FRAME LENGTH - OVERALL : 287.4 CALC'D SPACE AVAILABLE FOR DECKPLATE : 120.45 in CALCULATED FRAME SPACE LH SIDE : 37.65 in CALCULATED FRAME SPACE RH SIDE : 62.56 in SQUARE END OF FRAME FRONT CLOSING CROSSMEMBER LIGHTWEIGHT HEAVY DUTY ALUMINUM ENGINE -12 CROSSMEMBER STANDARD MIDSHIP #1 CROSSMEMBER(S) 230 170 -20 360 Description Weight Weight Front Rear iir STANDARD REARMOST CROSSMEMBER STANDARD SUSPENSION CROSSMEMBER OMIT FRONT BUMPER, CUSTOMER INSTALLED SPECIAL BUMPER, DOES NOT COMPLY WITH FMCSR 393.203 FRONT TOW HOOKS - FRAME MOUNTED GRADE 8 THREADED HEX HEADED FRAME FASTENERS 70 GALLON /264 LITER ALUMINUM FUEL TANK - LH 25 INCH DIAMETER FUEL TANK(S) PLAIN ALUMINUM /PAINTED STEEL FUEL/HYDRAULIC TANK(S) WITH PAINTED BANDS FUEL TANK(S) FORWARD PLAIN STEP FINISH FUEL TANK CAP(S) ALLIANCE FUEL FILTER/WATER SEPARATOR WITH HEATED BOWL AND PRIMER PUMP EQUIFLO INBOARD FUEL SYSTEM HIGH TEMPERATURE REINFORCED NYLON FUEL LINE CONTINENTAL HSU2 WT 315/80R22.5 20 PLY RADIAL FRONT TIRES CONTINENTAL HD3 ECO PLUS 11R22.5 14 PLY RADIAL REAR TIRES CONMET HIGH CAPACITY PRE -SET BEARING ALUMINUM FRONT HUBS CONMET PRE -SET BEARING IRON REAR HUBS MAXION WHEELS 10041 22.5X9.00 10 -HUB PILOT 5.25 INSET 5 -HAND STEEL DISC FRONT WHEELS MAXION WHEELS 90541 22.5X8.25 10 -HUB PILOT 2 -HAND STEEL DISC REAR WHEELS 108 INCH BBC FLAT ROOF ALUMINUM CONVENTIONAL CAB AIR CAB MOUNTS NONREMOVABLE BUGSCREEN MOUNTED BEHIND GRILLE BOLT -ON MOLDED FLEXIBLE FENDER EXTENSIONS LH AND RH GRAB HANDLES BRIGHT FINISH RADIATOR SHELUHOOD BEZEL STATIONARY BLACK GRILLE WITH BRIGHT ACCENTS CHROME HOOD MOUNTED AIR INTAKE GRILLE FIBERGLASS HOOD -110 15 5 80 -10 50 10 128 24 Description Weight Weight Front Rear SINGLE 14 INCH ROUND HADLEY AIR HORN UNDER LH DECK SINGLE ELECTRIC HORN SINGLE HORN SHIELD DOOR LOCKS AND IGNITION SWITCH KEYED THE SAME REAR LICENSE PLATE MOUNT END OF FRAME HALOGEN COMPOSITE HEADLAMPS WITH BRIGHT BEZELS LED AERODYNAMIC MARKER LIGHTS INTEGRAL STOP/TAIUBACKUP LIGHTS STANDARD FRONT TURN SIGNAL LAMPS DUAL WEST COAST MOLDED -IN COLOR HEATED MIRRORS DOOR MOUNTED MIRRORS 102 INCH EQUIPMENT WIDTH LH AND RH 8 INCH MOLDED -IN COLOR CONVEX MIRRORS MOUNTED UNDER PRIMARY MIRRORS STANDARD SIDE /REAR REFLECTORS 63X14 INCH TINTED REAR WINDOW TINTED DOOR GLASS LH AND RH WITH TINTED OPERATING WING WINDOWS RH AND LH ELECTRIC POWERED WINDOWS 1 -PIECE TINTED CURVED BONDED WINDSHIELD WITH HEATED WIPER BLADE PARK AREAS 8 LITER WINDSHIELD WASHER RESERVOIR, CAB MOUNTED, WITHOUT FLUID LEVEL INDICATOR RED COLOR SIMILAR TO EXISTING TRUCKS (EXISTING TRUCKS ARE GMC RED VC /CCU9260) 4 2 OPAL GRAY VINYL INTERIOR MOLDED PLASTIC DOOR PANEL MOLDED PLASTIC DOOR PANEL BLACK MATS WITH SINGLE INSULATION DASH MOUNTED ASH TRAY(S) WITHOUT LIGHTER FORWARD ROOF MOUNTED CONSOLE WITH UPPER STORAGE COMPARTMENTS WITHOUT NETTING IN DASH STORAGE BIN (2) CUP HOLDERS LH AND RH DASH GRAY /CHARCOAL FLAT DASH SMART SWITCH EXPANSION MODULE 2 -1/2 LB. FIRE EXTINGUISHER HEATER, DEFROSTER AND AIR CONDITIONER STANDARD HVAC DUCTING MAIN HVAC CONTROLS WITH RECIRCULATION SWITCH STANDARD HEATER PLUMBING DENSO HEAVY DUTY AIR CONDITIONER COMPRESSOR BINARY CONTROL, R -134A STANDARD INSULATION 5 Description Weight Weight Front Rear SOLID -STATE CIRCUIT PROTECTION AND FUSES 12V NEGATIVE GROUND ELECTRICAL SYSTEM DOME LIGHT WITH 3 -WAY SWITCH ACTIVATED BY LH AND RH DOORS LH AND RH ELECTRIC DOOR LOCKS (2) 12 VOLT POWER RECEPTACLES MOUNTED IN DASH TRIANGULAR REFLECTORS WITHOUT FLARES BASIC HIGH BACK AIR SUSPENSION DRIVER SEAT WITH MECHANICAL LUMBAR AND INTEGRATED CUSHION EXTENSION BASIC HIGH BACK NON SUSPENSION PASSENGER SEAT DUAL DRIVER SEAT ARMRESTS, NO PASSENGER SEAT ARMRESTS LH AND RH INTEGRAL DOOR PANEL ARMRESTS BLACK CORDURA PLUS CLOTH DRIVER SEAT COVER BLACK CORDURA PLUS CLOTH PASSENGER SEAT COVER 3 POINT FIXED D -RING RETRACTOR DRIVER AND PASSENGER SEAT BELTS ADJUSTABLE TILT AND TELESCOPING STEERING COLUMN 4 -SPOKE 18 INCH (450MM) STEERING WHEEL DRIVER AND PASSENGER INTERIOR SUN VISORS instruments &C on role X '" GRAY DRIVER INSTRUMENT PANEL GRAY CENTER INSTRUMENT PANEL BLACK GAUGE BEZELS LOW AIR PRESSURE LIGHT AND BUZZER 2 INCH PRIMARY AND SECONDARY AIR PRESSURE GAUGES INTAKE MOUNTED AIR RESTRICTION INDICATOR WITHOUT GRADUATIONS ELECTRONIC CRUISE CONTROL WITH SWITCHES IN LH SWITCH PANEL KEY OPERATED IGNITION SWITCH AND INTEGRAL START POSITION; 4 POSITION OFF /RUN /START /ACCESSORY ODOMETER /TRIP /HOUR/DIAGNOSTICNOLTAGE DISPLAY: 1X7 CHARACTER, 26 WARNING LAMPS, DATA LINKED, ICU3 DIAGNOSTIC INTERFACE CONNECTOR, 9 PIN, SAE J1939, LOCATED BELOW DASH 2 INCH ELECTRIC FUEL GAUGE PROGRAMMABLE RPM CONTROL - ELECTRONIC ENGINE ELECTRICAL ENGINE COOLANT TEMPERATURE GAUGE 2 INCH TRANSMISSION OIL TEMPERATURE GAUGE ENGINE AND TRIP HOUR METERS INTEGRAL WITHIN DRIVER DISPLAY ELECTRIC ENGINE OIL PRESSURE GAUGE 10 30 4 10 Description Weight Weight Front Rear AM /FM/WB RADIO WITH CD PLAYER, BLUETOOTH AND MICROPHONE, IPOD INTERFACE, AND USB AND FRONT AUXILIARY INPUTS DASH MOUNTED RADIO (2) RADIO SPEAKERS IN CAB AM /FM ANTENNA MOUNTED ON FORWARD LH ROOF POWER AND GROUND STUDS IN /UNDER DASH ELECTRONIC MPH SPEEDOMETER WITH SECONDARY KPH SCALE, WITHOUT ODOMETER ELECTRONIC 3000 RPM TACHOMETER IGNITION SWITCH CONTROLLED ENGINE STOP (6) IGN CONTROLLED EXTRA SWITCHES WITH IND LIGHTS WIRED TO POWER DIST BOX WITH RELAYS PROVIDING 20 AMPS PER CIRCUIT TO JUNCTION BLOCK AND 1 CIRCUIT AT 30 AMPS PRE - FLIGHT, ALL OUTPUTS FLASH WITH SMART SWITCH DIGITAL VOLTAGE DISPLAY INTEGRAL WITH DRIVER DISPLAY SINGLE ELECTRIC WINDSHIELD WIPER MOTOR WITH DELAY MARKER LIGHT SWITCH INTEGRAL WITH HEADLIGHT SWITCH ONE VALVE PARKING BRAKE SYSTEM WITH WARNING INDICATOR SELF CANCELING TURN SIGNAL SWITCH WITH DIMMER, WASHER/WIPER AND HAZARD IN HANDLE INTEGRAL ELECTRONIC TURN SIGNAL FLASHER WITH HAZARD LAMPS OVERRIDING STOP LAMPS 10 2 es PAINT: ONE SOLID COLOR F ��iuq e tification/ Comb ales CAB COLOR A: L0006EB WHITE ELITE BC BLACK, HIGH SOLIDS POLYURETHANE CHASSIS PAINT MAXION WHEELS W POWDER WHITE (N0006EA) FRONT WHEELS /RIMS MAXION WHEELS W POWDER WHITE (N0006EA) REAR WHEELS /RIMS U.S. FMVSS CERTIFICATION, EXCEPT SALES CABS AND GLIDER KITS NO SALES PROGRAMS HAVE BEEN SELECTED Weight Summar. Factory Weight+ Weight Front 8144 lbs Weight Rear 7612 lbs Total Weight 15756 lbs Total Weight+ 8144 lbs ( +) Weights shown are estimates only. If weight is critical, contact Customer Application Engineering. 7612 lbs 15756 lbs F 52 in --> f— 37 in —3 <— 186 in k- 63 in 286 in €xUEHICLE SPECIFIC#IORkSUMMAR' ENSIGNS Wheelbase (545) 4725MM (186 INCH) WHEELBASE Rear Frame Overhang (552) 1600MM (63 INCH) REAR FRAME OVERHANG Fifth Wheel (578) NO FIFTH WHEEL Mounting Location (577) NO FIFTH WHEEL LOCATION Maximum Forward Position (in) 0 Maximum Rearward Position (in) 0 Amount of Slide Travel (in) 0 Slide Increment (in) 0 Desired Slide Position (in) 0.0 Cab Size (829) 108 INCH BBC FLAT ROOF ALUMINUM CONVENTIONAL CAB Sleeper (682) NO SLEEPER BOX/SLEEPERCAB Exhaust System (016) RH OUTBOARD UNDER STEP MOUNTED HORIZONTAL AFTERTREATMENT SYSTEM ASSEMBLY WITH RH B- PILLAR MOUNTED VERTICAL TAILPIPE E SUMMAR DIMENSIONS f p Dimen ions _,„ c gqs� Inches .s•... ... .iR .. .fit A, s }f... .. - ,.. Bumperto Back'oLCab,(BBC' ;.:. 1 03.0 Burnper,to- enterlirie'of FrontArle {BR).- 37.4 M i ri*:T Cab'to''BodyClearance(GB) 3.0 BckofCabtoCeriferUne $:6fRear7Axle(s)(CA) ';t. .., ` 120.4 Effective "Back ofC 'ab= to.:Centerline`ofRe "arAxle s'(Efecti e.CAyt' 117.4 Back'afCab'Protrus ons°(E husVlntake) (CP) .. : 1.5 Backof Cab' Protr'usions Sid e'ExteriderifTrirn;Tab)'(CP} 0.0 Back of Cab elearar ce (CL . ' , 3.0 Back of cab'ao End of ra me : 183.4 CabbHe [gill (CH) A,..,. ; 72.1 Wheelbase'( B =. .a ,. 186.0 Ft'ame:Overtiang'(OH 63.0 OueralI Length (OAL ,f 286.4 k8arWade Spacing , 52.0 U ill aden`Frame Height t`Centerline ofRear Akle . 42.6 Performance calculations are estimates only. If performance calculations are critical, please contact Customer Application Engineering. .VEHICLESPECIFICATIONS SUMMARY;GVWR Cab Size (829) 108 INCH BBC FLAT ROOF ALUMINUM CONVENTIONAL CAB Expected Front Axle(s) Load (Ibs) 20000.0 Expected Pusher Axle(s) Load (Ibs) 0.0 Expected Rear Axle(s) Load (Ibs) 40000.0 Expected Tag Axle(s) Load (Ibs) 0.0 Expected GVW (Ibs) 60000 Expected GCW (Ibs) 0.0 Front Axle (400) DETROIT DA -F- 20.0 -5 20,000# FL1 71.0 KPI/3.74 DROP SINGLE FRONT AXLE Front Suspension (620) 20,000# FLAT LEAF FRONT SUSPENSION Front Hubs (418) CONMET HIGH CAPACITY PRE -SET BEARING ALUMINUM FRONT HUBS Front Disc Wheels (502) MAXION WHEELS 10041 22.5X9.00 10 -HUB PILOT 5.25 INSET 5 -HAND STEEL DISC FRONT WHEELS Front Tires (093) CONTINENTAL HSU2 WT 315/80R22.5 20 PLY RADIAL FRONT TIRES Front Brakes (402) MERITOR 16.5X6 Q+ CAST SPIDER CAM FRONT BRAKES, DOUBLE ANCHOR, FABRICATED SHOES Steering Gear (536) TRW THP -60 POWER STEERING WITH RCH45 AUXILIARY GEAR Rear Axle (420) MT- 40 -14XP 40,000# R- SERIES TANDEM REAR AXLE Rear Suspension (622) HENDRICKSON RT403 REAR SUSPENSION @ 40,000# Rear Hubs (450) CONMET PRE -SET BEARING IRON REAR HUBS Rear Disc Wheels (505) MAXION WHEELS 90541 22.5X8.25 10 -HUB PILOT 2 -HAND STEEL DISC REAR WHEELS Rear Tires (094) CONTINENTAL HD3 ECO PLUS 11R22.5 14 PLY RADIAL REAR TIRES Rear Brakes (423) MERITOR 16.5X7 Q+ CAST SPIDER CAM REAR BRAKES, DOUBLE ANCHOR, FABRICATED SHOES Pusher / Tag Axle (443) NO PUSHER OR TAG AXLE Pusher / Tag Suspension (626) NO PUSHER OR TAG SUSPENSION Pusher / Tag Hubs (449) NO PUSHER OR TAG HUBS Pusher/Tag Disc Wheels (509) NO PUSHER/TAG DISC WHEELS Pusher / Tag Tires (095) NO PUSHER/TAG TIRES Pusher / Tag Brakes (456) NO PUSHER/TAG BRAKES TABLE SUMMARY ='';GV R Axle Component Weight Ratings • Axles::;, 20000 20000 20000 Suspensio ri . 20000 20000 20000 Hubs 20000 26000 26000 Brakes 20000 23000 23000 Wheels 20000 29600 29600 Tires': 20000 23360 23360 Power Steering GAWR.(per axle) 22000 NJA N/A 20000 20000 20000 GRWR (per `axle system 20000 40000 Expected Load (per; axle_ system) 20000 Vehicle GWVR Summary 40000 Calculated GVWRµ- 60000 Expected GWfR 60000 weights displayed in pounds' Performance calculations are estimates only. If performance calculations are critical, please contact Customer Application Engineering. WARRANTY Coverage Description Time' Distance' Basic Vehicle 1 Year 100,000 mi /161 000 km Battery 1 Year 100,000 mi /161 000 km Brightwork 6 Months Unlimited Cab Corrosion /Perforation 5 Years Unlimited Cab Structure 3 Years 150,000 mi /241 000 km Chassis Paint 6 Months Unlimited Corrosion 6 Months Unlimited Crossmembers 5 Years 300,000 mi/483 000 km Drivetrain 2 Years 100,000 mi1161 000 km Frame Rails 5 Years 300,000.mi /483 000 km Paint 1 Year 100,000,mi/161 000 km 'Time or distance, whichever comes first PROPOSAL PACKAGE FOR CITY OF CARMEL, INDIANA BY AND THROUGH ITS BOARD OF PUBLIC WORKS AND SAFETY PROJECT: 2015 TANDEM STREET TRUCKS BIDDER SHALL RETURN THIS ORIGINAL PROPOSAL AND ONE (1) COPY OF THE ENTIRE PROPOSAL PACKAGE WITH BID IF THERE ARE ANY QUESTIONS CONCERNING THE CONTRACT DOCUMENTS, PLEASE CONTACT DAVE HUFFMAN AT 733 -2001 BIDDER'S ITEMIZED PROPOSAL AND DECLARATIONS City of Carmel Instructions To Bidders: This form shall be utilized by all Bidders. Except as otherwise specifically provided, all Parts shall be fully and accurately filled in and completed and notarized. Project: 2015 TANDEM STREET TRUCKS Proposal For: Street Department Trucks Date: To: City of Carmel, Indiana, Board of Public Works and Safety PART 1 BIDDER INFORMATION (Please Type or Print) 1.1 Bidder Name: -51-C701' 5 rrL6 I G, 141-L1 N E12 1.2 Bidder Address: Street Address: /651 1^3• r'j%a07150N !26 • City: /NdiAkJAPout5 State: 113 Zip: W217 -3t7 7 Phone #: ( ) 405 7 Fax #: () //t Ion, 1.3 Bidder is a/an [mark one]: / Individual Partnership Andiana Corporation; Foreign (Out of State) Corporation; State: Joint Venture Other: 1.4 [The following must be answered if the Bidder or any of its partners or joint venture parties is a foreign corporation. Note: To do business in or with the City of Carmel, Indiana, foreign corporations must register with the Secretary of the State of Indiana as required by the Indiana General Corporation Act as stated therein and expressed in the Attorney General's Opinion #2, dated January 23, 1958.] .1 Corporation Name: .2 Address: .3 Date registered with State of Indiana: .4 Indiana Registered Agent: Name: Address: PART 2 BID PROPOSAL 2.1 Project Bid. The undersigned Bidder proposes to furnish all necessary labor, machinery, tools, apparatus, materials, equipment, service and other necessary supplies, and to perform and fulfill all obligations incident thereto in strict accordance with and within the time(s) provided by the terms and conditions of the Contract Documents for the above described project, including any and all addenda thereto, for the total sum of /ON' AND 64) 5EveArpt 1WO T //ousNAID 5Evg,v.14vn,(Orx-0 ANL rtAisA) rr Dollars ($ 9 2. qD ). The Bidder acknowledges that evaluation of the lowest Bid shall be based on such price. The Bidder further understands that all work which may result on the Contract shall be compensated for on a lump sum basis and that the OWNER cannot and does not guarantee the amount or quantity of any item of work to be performed or furnished under the Agreement. PART 3 CONTRACT DOCUMENTS AND ADDENDA 3.1 The Bidder agrees to be bound by the terms and provisions of all Contract Documents as defined in the Agreement attached hereto and incorporates such Contract Documents herein by reference. 3.2 The Bidder acknowledges receipt of the following addenda: ADDENDUM NUMBER DAZ'E 2--ZS" —IS" MEMORANDUM TO: 2015 Tandem Truck Packet Holders FROM: Dave Huffman DATE: February 25, 2015 RE: Addendum #1 - 2015 Tandem Truck Packet Please find attached addendum #1 to our 2015 Tandem Truck Packet. This will replace the pages that were included in the original bid packet. Addendum #1 is the Minimum Specifications for Snow Plow and Hitch. On the first page of the Specifications for the Snow Plow and Hitch, item C. should read "Overall length of plow moldboard shall be 11 feet (4 units) and 12 feet (2- units)." Again, the quantity of units for the 11 -foot length plow should be 4 units. You will find all changes marked in yellow highlighted type. Please acknowledge receipt of these addendums in Part 3 of the bid packet. Sorry for this inconvenience. Thank You. Prepared for: DAVD HUFFMAN CARMEL STREET DEPARTMENT 34OOVV MAIN ST CARMEL, IN 46074 Phone: 317-733-2001 S P E C I F I C A T I O N Data Code Description Prepared by: Jamie Haskett STOOPS FREIGHTLINER 1851 W. THOMPSON RD INDIANAPOLIS, IN 46217 P R O P O S A L Weight Front Weight Rear Retail Price DRL-001 SD PRL-09D (EFF:08/05/14) SPECPRO21 DATA RELEASE VER 001 mn-17s 004-216 002-004 019-002 003-001 AA1*no AA6-001 108So CONVENTIONAL CHASSIS 2016 MODEL YEAR SPECIFIED SET BACK AXLE - TRUCK STRAIGHT TRUCK PROVISION LH PRIMARY STEERING LOCATION 6,914 3,778 0 N/C N/C $109,112.00 STD STD STD STD A8n-01O A84-1GM AA+o10 AA5-002 AB5-001 eeo1As A66-99D A68-99D A63-99D TRUCK CONFIGURATION DOMICILED, USA 50 STATES (INCLUDING CALIFORNIA AND CARB OPT-IN STATES) UTILITY/REPAIR/MAINTENANCE SERVICE GOVERNMENT BUSINESS SEGMENT DIRT/SAND/ROCK COMMODITY TERRA|N/DUTY:1onm(ALL) OF THE TIME, |N TRANSIT, IS SPENT ON PAVED ROADS MAXIMUM 8% EXPECTED GRADE SMOOTH CONCRETE OR ASPHALT PAVEMENT - MOST SEVERE IN-TRANSIT (BETWEEN SITES) ROAD SURFACE FREIGHTLINER LEVEL II WARRANTY EXPECTED FRONT AXLE(S) LOAD: 20000.0 lbs EXPECTED REAR DRIVE AXLE(S) LOAD: 40000.0 lbs EXPECTED GROSS VEHICLE WEIGHT CAPACITY Application Version 8.7.010 Data Version PRL-09D.001 CARMEL STREET DEPT CZYM14710® STD N/C N/C N/C N/C STD STD STD N/C 03/02/2015 2:56 PM Page 1 of 14 Prepared for: DAVD HUFFMAN CARMEL STREET DEPARTMENT 3400 W MAIN ST CARMEL, IN 46074 Phone: 317- 733 -2001 Data Code Description Weight Front Prepared by: Jamie Haskett STOOPS FREIGHTLINER 1851 W. THOMPSON RD INDIANAPOLIS, IN 46217 Weight Rear Retail Price nvor Truc ervices AA3 -018 FRONT PLOW /END DUMP BODY 101 -2XM CUM ISL 350 HP @ 2000 RPM, 2200 GOV RPM, 1000 LB /FT @ 1400 RPM Electronic. Parameters 79A -075 75 MPH ROAD SPEED LIMIT 79B -000 CRUISE CONTROL SPEED LIMIT SAME AS ROAD SPEED LIMIT 79K -007 PTO MODE ENGINE RPM LIMIT - 1100 RPM 79P -002 PTO RPM WITH CRUISE SET SWITCH - 700 RPM 79Q -003 PTO RPM WITH CRUISE RESUME SWITCH - 800 RPM 79S -001 PTO MODE CANCEL VEHICLE SPEED - 5 MPH 79U -007 PTO GOVERNOR RAMP RATE - 250 RPM PER SECOND 80G -002 PTO MINIMUM RPM - 700 80J -002 REGEN INHIBIT SPEED THRESHOLD - 5 MPH irie Equrpmen • .:� �,N -, e. �.,.. ,�.�.� .�a�;..,...�. .ate . _.r���.e...; �, 99C -015 2015 ONBOARD DIAGNOSTICS /2010 EPA/CARB /GHG 14 99D -011 2008 GARB EMISSION CERTIFICATION - CLEAN IDLE (INCLUDES 6X4 INCH LABEL ON LOWER FORWARD CORNER OF DRIVER DOOR) 13E -001 STANDARD OIL PAN 105 -001 ENGINE MOUNTED OIL CHECK AND FILL 014 -105 SIDE OF HOOD AIR INTAKE WITH FIREWALL MOUNTED DONALDSON AIR CLEANER AND INSIDE /OUTSIDE AIR WITH SNOW DOOR 124-1D7 DR 12V 160 AMP 28 -SI QUADRAMOUNT PAD ALTERNATOR WITH REMOTE BATTERY VOLT SENSE 292 -098 (2) ALLIANCE MODEL 1231, GROUP 31, 12 VOLT MAINTENANCE FREE 2250 CCA THREADED STUD BATTERIES 290 -017 BATTERY BOX FRAME MOUNTED 281 -001 STANDARD BATTERY JUMPERS 282 -003 SINGLE BATTERY BOX FRAME MOUNTED LH SIDE BACK OF CAB 291 -017 WIRE GROUND RETURN FOR BATTERY CABLES WITH ADDITIONAL FRAME GROUND RETURN 289 -001 NON - POLISHED BATTERY BOX COVER Application Version 8.7.010 Data Version PRL- 09D.001 CARMEL STREET DEPT 10 N/C $3,551.00 N/C N/C N/C N/C N/C N/C N/C N/C N/C STD $106.00 STD STD $653.00 STD STD STD STD STD STD STD 03/02/2015 2:56 PM Page 2 of 14 Prepared for: DAVD HUFFMAN CARMEL STREET DEPARTMENT 3400 W MAIN ST CARMEL, IN 46074 Phone: 317- 733 -2001 Prepared by: Jamie Haskett STOOPS FREIGHTLINER 1851 W. THOMPSON RD INDIANAPOLIS, IN 46217 Weight Weight Data Code Description Front Rear Retail Price 293 -058 POSITIVE LOAD DISCONNECT WITH CAB 8 $240.00 MOUNTED CONTROL SWITCH MOUNTED OUTBOARD DRIVER SEAT 295 -029 POSITIVE AND NEGATIVE POSTS FOR 2 $89.00 JUMPSTART LOCATED ON FRAME NEXT TO STARTER 107 -032 CUMMINS TURBOCHARGED 18.7 CFM AIR STD COMPRESSOR WITH INTERNAL SAFETY VALVE 152 -041 ELECTRONIC ENGINE INTEGRAL SHUTDOWN STD PROTECTION SYSTEM 128 -076 CUMMINS EXHAUST BRAKE INTEGRAL WITH 20 $34.00 VARIABLE GEOMETRY TURBO WITH ON /OFF DASH SWITCH 016 -1C2 RH OUTBOARD UNDER STEP MOUNTED 30 25 $874.00 HORIZONTAL AFTERTREATMENT SYSTEM ASSEMBLY WITH RH B- PILLAR MOUNTED VERTICAL TAILPIPE 28F -002 ENGINE AFTERTREATMENT DEVICE, STD AUTOMATIC OVER THE ROAD REGENERATION AND DASH MOUNTED REGENERATION REQUEST SWITCH 239 -014 09 FOOT 06 INCH (114 INCH +0 / -5 INCH) N/C EXHAUST SYSTEM HEIGHT 237 -1CR RH CURVED VERTICAL TAILPIPE B- PILLAR N/C MOUNTED ROUTED FROM STEP 23U -001 6 GALLON DIESEL EXHAUST FLUID TANK -40 -20 ($95.00) 30N -003 100 PERCENT DIESEL EXHAUST FLUID FILL ($17.00) 23Y -001 STANDARD DIESEL EXHAUST FLUID PUMP STD MOUNTING 43X -002 LH MEDIUM DUTY STANDARD DIESEL EXHAUST STD FLUID TANK LOCATION 43Y -001 STANDARD DIESEL EXHAUST FLUID TANK CAP STD 242 -011 ALUMINUM AFTERTREATMENT N/C DEVICE /MUFFLER/TAILPIPE SHIELD(S) 273 -018 HORTON DRIVEMASTER ON /OFF FAN DRIVE STD 276 -001 AUTOMATIC FAN CONTROL WITHOUT DASH STD SWITCH, NON ENGINE MOUNTED 110 -003 CUMMINS SPIN ON FUEL FILTER STD 118 -008 COMBINATION FULL FLOW /BYPASS OIL FILTER STD 266 -028 1200 SQUARE INCH ALUMINUM RADIATOR STD 103 -004 ANTIFREEZE TO -34F, NOAT EXTENDED LIFE STD COOLANT 171 -007 GATES BLUE STRIPE COOLANT HOSES OR STD EQUIVALENT 172 -001 CONSTANT TENSION HOSE CLAMPS FOR STD COOLANT HOSES Application Version 8.7.010 Data Version PRL- 09D.001 CARMEL STREET DEPT n 03/02/2015 2:56 PM Page 3 of 14 Prepared for: DAVD HUFFMAN CARMEL STREET DEPARTMENT 3400 W MAIN ST CARMEL, IN 46074 Phone: 317-733-2001 Data Code Description Prepared by: Jamie Haskett STOOPS FREIGHTLINER 1851 W. THOMPSON RD INDIANAPOLIS, IN 46217 Weight Weight Front Rear Retail Price 270 -016 RADIATOR DRAIN VALVE 360 -016 1310 ADAPTER FLANGE FOR FRONT PTO PROVISION 138 -011 PHILLIPS -TEMRO 1000 WATT /115 VOLT BLOCK HEATER 140 -053 BLACK PLASTIC ENGINE HEATER RECEPTACLE MOUNTED UNDER LH DOOR 132 -004 ELECTRIC GRID AIR INTAKE WARMER 155 -058 DELCO 12V 38MT HD STARTER WITH INTEGRATED MAGNETIC SWITCH ansmis stone 342 -582 Transmission 343 -321 ALLISON 3000 RDS AUTOMATIC TRANSMISSION WITH PTO PROVISION men STD 10 $217.00 4 $86.00 N/C STD STD ALLISON VOCATIONAL PACKAGE 169 - AVAILABLE ON 3000/4000 PRODUCT FAMILIES WITH VOCATIONAL MODEL RDS 84B -012 ALLISON VOCATIONAL RATING FOR ON /OFF HIGHWAY APPLICATIONS AVAILABLE WITH ALL PRODUCT FAMILIES 84C -023 PRIMARY MODE GEARS, LOWEST GEAR 1, START GEAR 1, HIGHEST GEAR 6, AVAILABLE FOR 3000/4000 PRODUCT FAMILIES ONLY 84D -023 SECONDARY MODE GEARS, LOWEST GEAR 1, START GEAR 1, HIGHEST GEAR 6, AVAILABLE FOR 3000/4000 PRODUCT FAMILIES ONLY 353 -002 VEHICLE INTERFACE WIRING WITH BODY BUILDER CONNECTOR MOUNTED ON FIREWALL, NO BLUNT CUTS 341 -018 MAGNETIC PLUGS, ENGINE DRAIN, TRANSMISSION DRAIN, AXLE(S) FILL AND DRAIN 345 -003 PUSH BUTTON ELECTRONIC SHIFT CONTROL, DASH MOUNTED 97G -004 TRANSMISSION PROGNOSTICS - ENABLED 2013 370 -015 WATER TO OIL TRANSMISSION COOLER, IN RADIATOR END TANK 346 -003 TRANSMISSION OIL CHECK AND FILL WITH ELECTRONIC OIL LEVEL CHECK 35T -001 SYNTHETIC TRANSMISSION FLUID (TES -295 COMPLIANT) -110 -35 $8,283.00 N/C N/C N/C N/C $72.00 N/C N/C N/C N/C N/C N/C 400 -1 BB DETROIT DA -F- 20.0 -5 20,000# FL1 71.0 KPI/3.74 DROP SINGLE FRONT AXLE Application Version 8.7.010 Data Version PRL- 09D.001 CARMEL STREET DEPT 210 $3,448.00 03/02/2015 2:56 PM Page 4 of 14 Prepared for: DAVD HUFFMAN CARMEL STREET DEPARTMENT 3400 W MAIN ST CARMEL, IN 46074 Phone: 317- 733 -2001 Prepared by: Jamie Haskeft STOOPS FREIGHTLINER 1851 W. THOMPSON RD INDIANAPOLIS, IN 46217 Weight Weight Data Code Description Front Rear Retail Price 402 -030 MERITOR 16.5X6 Q+ CAST SPIDER CAM FRONT 10 N/C BRAKES, DOUBLE ANCHOR, FABRICATED SHOES 403 -002 NON - ASBESTOS FRONT BRAKE LINING STD 419 -023 CONMET CAST IRON FRONT BRAKE DRUMS STD 409 -021 SKF SCOTSEAL PLUS XL FRONT OIL SEALS STD 408 -001 VENTED FRONT HUB CAPS WITH WINDOW, STD CENTER AND SIDE PLUGS - OIL 416 -022 STANDARD SPINDLE NUTS FOR ALL AXLES STD 405 -002 MERITOR AUTOMATIC FRONT SLACK STD ADJUSTERS 406 -001 STANDARD KING PIN BUSHINGS STD 536 -055 TRW THP -60 POWER STEERING WITH RCH45 130 N/C 539 -003 534 -003 533 -001 40T -002 Front Suspension N 620 -043 619 -004 410 -001 AUXILIARY GEAR POWER STEERING PUMP 4 QUART POWER STEERING RESERVOIR OIUAIR POWER STEERING COOLER SYNTHETIC 75W -90 FRONT AXLE LUBE 9,500# LEFT, 10,500# RIGHT MIXER /PLOW FLAT LEAF FRONT SUSPENSION (20,000 #) GRAPHITE BRONZE BUSHINGS WITH SEALS - FRONT SUSPENSION FRONT SHOCK ABSORBERS quipment amo 420-1K4 MT- 40 -14XP 40,000# R- SERIES TANDEM REAR AXLE 421 -586 5.86 REAR AXLE RATIO 424 -003 IRON REAR AXLE CARRIER WITH OPTIONAL HEAVY DUTY AXLE HOUSING 386 -076 MXL 17N MERITOR EXTENDED LUBE MAIN 20 20 $419.00 DRIVELINE WITH FULL ROUND YOKES 388 -073 MXL 17T MERITOR EXTENDED LUBE INTERAXLE N/C DRIVELINE WITH HALF ROUND YOKES 452 -006 DRIVER CONTROLLED TRACTION 30 $1,376.00 5 5 330 2,530 40 STD N/C N/C $10.00 $869.00 N/C STD $10,825.00 $147.00 $105.00 DIFFERENTIAL - BOTH TANDEM REAR AXLES 878 -023 (1) INTERAXLE LOCK VALVE, (1) DRIVER CONTROLLED DIFFERENTIAL LOCK FORWARD - REAR AND REAR -REAR AXLE VALVE 87A -001 BLINKING LAMP WITH EACH MODE SWITCH, INTERAXLE UNLOCK DEFAULT WITH IGNITION OFF Application Version 8.7.010 Data Version PRL- 09D.001 CARMEL STREET DEPT �0 N/C N/C 03/02/2015 2:56 PM Page 5 of 14 Prepared for: DAVD HUFFMAN CARMEL STREET DEPARTMENT 3400 W MAIN ST CARMEL, IN 46074 Phone: 317 - 733 -2001 Prepared by: Jamie Haskett STOOPS FREIGHTLINER 1851 W. THOMPSON RD INDIANAPOLIS, IN 46217 Weight Weight Data Code Description Front Rear Retail Price 87B -004 BLINKING LAMP WITH EACH MODE SWITCH, DIFFERENTIAL UNLOCK WITH IGNITION OFF, ACTIVE <5 MPH 42.3 -020 MERITOR 16.5X7 Q+ CAST SPIDER CAM REAR BRAKES, DOUBLE ANCHOR, FABRICATED SHOES 433 -002 NON - ASBESTOS REAR BRAKE LINING 434 -003 STANDARD BRAKE CHAMBER LOCATION 451 -023 CONMET CAST IRON REAR BRAKE DRUMS 440 -021 SKF SCOTSEAL PLUS XL REAR OIL SEALS 426 -099 HALDEX GOLDSEAL LONGSTROKE HEAVY DUTY 30/36 2 -DRIVE AXLES SPRING PARKING CHAMBERS 428 -003 HALDEX AUTOMATIC REAR SLACK ADJUSTERS 41T -002 SYNTHETIC 75W -90 REAR AXLE LUBE uspensiori 622 -1 E8 621 -1AP 624 -009 628 -010 623 -006 439 -002 HENDRICKSON HAULMAAX REAR SUSPENSION @ 40,000# HENDRICKSON HAULMAAX - 10.50" RIDE HEIGHT 54 INCH AXLE SPACING HENDRICKSON HN AND HAULMAAX SERIES STEEL BEAMS WITH BAR PIN FORE /AFT AND TRANSVERSE CONTROL RODS REAR SHOCK ABSORBERS - TWO AXLES (TANDEM) 20 420 60 N/C STD STD N/C STD STD $213.00 $113.00 $133.00 $4,580.00 N/C N/C N/C N/C $272.00 ra 490 -100 WABCO 4S /4M ABS WITHOUT TRACTION CONTROL 871 -001 REINFORCED NYLON, FABRIC BRAID AND WIRE BRAID CHASSIS AIR LINES 904 -001 FIBER BRAID PARKING BRAKE HOSE 412 -001 STANDARD BRAKE SYSTEM VALVES 46D -002 STANDARD AIR SYSTEM PRESSURE PROTECTION SYSTEM 413 -002 STD U.S. FRONT BRAKE VALVE 432 -003 RELAY VALVE WITH 5 -8 PSI CRACK PRESSURE, NO REAR PROPORTIONING VALVE 480 -083 WABCO SS -1200 PLUS AIR DRYER WITH INTEGRAL AIR GOVERNOR AND HEATER 479 -003 AIR DRYER MOUNTED INBOARD ON LH RAIL 460 -001 STEEL AIR BRAKE RESERVOIRS Application Version 8.7.010 Data Version PRL- 09D.001 CARMEL STREET DEPT cazzliszaJ STD STD STD STD STD STD STD STD N/C STD 03/02/2015 2:56 PM Page 6 of 14 Prepared for: DAVD HUFFMAN CARMEL STREET DEPARTMENT 3400 W MAIN ST CARMEL, IN 46074 Phone: 317 - 733 -2001 Data Code Description Prepared by: Jamie Haskett STOOPS FREIGHTLINER 1851 W. THOMPSON RD INDIANAPOLIS, IN 46217 Weight Weight Front Rear 607 -001 CLEAR FRAME RAILS FROM BACK OF CAB TO FRONT REAR SUSPENSION BRACKET, BOTH RAILS OUTBOARD 477 -004 PULL CABLES ON ALL AIR RESERVOIR(S) rai Cs ler n onnection s 335 -004 UPGRADED CHASSIS MULTIPLEXING UNIT ase9 545 -472 4725MM (186 INCH) WHEELBASE 546 -101 11/32X3- 1/2X10 -15/16 INCH STEEL FRAME (8.73MMX277.8MM/0.344X10.94 INCH) 120KS1 547 -001 1/4 INCH (6.35MM) C- CHANNEL INNER FRAME REINFORCEMENT 548 -803 BODY COMPANY INSTALLED ADDITIONAL FRONT FRAME REINFORCEMENT FOR SNOW PLOW 552 -030 1600MM (63 INCH) REAR FRAME OVERHANG 55W -006 FRAME OVERHANG RANGE: 61 INCH TO 70 INCH 549 -002 24 INCH INTEGRAL FRONT FRAME EXTENSION AC8-99D CALC'D BACK OF CAB TO REAR SUSP C/L (CA) : 120.45 in AE8 -99D CALCULATED EFFECTIVE BACK OF CAB TO REAR SUSPENSION C/L (CA) : 117.45 in AE4 -99D CALC'D FRAME LENGTH - OVERALL : 314.16 AM6 -99D CALC'D SPACE AVAILABLE FOR DECKPLATE : 120.45 in FSS -OLH CALCULATED FRAME SPACE LH SIDE : 36.69 in FSS -ORH CALCULATED FRAME SPACE RH SIDE : 61.56 in 553 -001 SQUARE END OF FRAME 550 -001 FRONT CLOSING CROSSMEMBER 559 -003 LIGHTWEIGHT HEAVY DUTY ALUMINUM ENGINE CROSSMEMBER 562 -001 STANDARD MIDSHIP #1 CROSSMEMBER(S) 572 -001 STANDARD REARMOST CROSSMEMBER 565 -001 STANDARD SUSPENSION CROSSMEMBER eke*, Equipment i� sae 556 -997 OMIT FRONT BUMPER, CUSTOMER INSTALLED SPECIAL BUMPER, DOES NOT COMPLY WITH FMCSR 393.203 558 -001 FRONT TOW HOOKS - FRAME MOUNTED 551 -007 GRADE 8 THREADED HEX HEADED FRAME FASTENERS Application Version 8.7.010 Data Version PRL- 09D.001 CARMEL STREET DEPT cereszeml 230 -20 170 360 115 -20 -12 -110 15 Retail Price $63.00 $9.00 STD N/C $323.00 $1,651.00 N/C STD N/C $45.00 N/C N/C STD STD $50.00 STD STD STD ($464.00) $96.00 STD 03/02/2015 2:56 PM Page 7 of 14 Prepared for: DAVD HUFFMAN CARMEL STREET DEPARTMENT 3400 W MAIN ST CARMEL, IN 46074 Phone: 317- 733 -2001 Data Code Description 204 -152 70 GALLON /264 LITER ALUMINUM FUEL TANK - LH 218 -006 25 INCH DIAMETER FUEL TANK(S) 215 -005 PLAIN ALUMINUM /PAINTED STEEL FUEUHYDRAULIC TANK(S) WITH PAINTED BANDS 212 -007 FUEL TANK(S) FORWARD 664 -001 PLAIN STEP FINISH 205 -001 FUEL TANK CAP(S) 122 -077 ALLIANCE FUEL FILTER/WATER SEPARATOR WITH HEATED BOWL AND PRIMER PUMP 216 -020 EQUIFLO INBOARD FUEL SYSTEM 202 -016 HIGH TEMPERATURE REINFORCED NYLON FUEL LINE Weight Front Prepared by: Jamie Haskett STOOPS FREIGHTLINER 1851 W. THOMPSON RD INDIANAPOLIS, IN 46217 Weight Rear Retail Price N 093 -2HM N 094 -2E7 Wheels 3t4 CONTINENTAL HSU2 WT 315/80R22.5 20 PLY RADIAL FRONT TIRES CONTINENTAL HD3 ECO PLUS 11R22.5 14 PLY RADIAL REAR TIRES { 418 -056 CONMET PRESET PLUS IRON FRONT HUBS 450 -056 CONMET PRESET PLUS IRON REAR HUBS 502 -579 MAXION WHEELS 10041 22.5X9.00 10 -HUB PILOT 5.25 INSET 5 -HAND STEEL DISC FRONT WHEELS 505 -524 MAXION WHEELS 90541 22.5X8.25 10 -HUB PILOT 2 -HAND STEEL DISC REAR WHEELS 829 -1A5 108 INCH BBC FLAT ROOF ALUMINUM CONVENTIONAL CAB 650 -008 AIR CAB MOUNTS 648 -002 NONREMOVABLE BUGSCREEN MOUNTED BEHIND GRILLE 754 -017 BOLT -ON MOLDED FLEXIBLE FENDER EXTENSIONS 678 -001 LH AND RH GRAB HANDLES 645 -002 BRIGHT FINISH RADIATOR SHELUHOOD BEZEL 646 -042 STATIONARY BLACK GRILLE WITH BRIGHT ACCENTS 65X -003 CHROME HOOD MOUNTED AIR INTAKE GRILLE Application Version 8.7.010 Data Version PRL- 09D.001 CARMEL STREET DEPT eillrnEra® 80 128 66 10 $107.00 STD STD STD STD STD $75.00 STD STD $638.00 ($200.00) STD STD $208.00 ($256.00) STD STD STD $84.00 STD $224.00 $68.00 $16.00 03/02/2015 2:56 PM Page 8 of 14 Prepared for: DAVD HUFFMAN CARMEL STREET DEPARTMENT 3400 W MAIN ST CARMEL, IN 46074 Phone: 317- 733 -2001 Data Code Description Prepared by: Jamie Haskett STOOPS FREIGHTLINER 1851 W. THOMPSON RD INDIANAPOLIS, IN 46217 Weight Weight Front Rear Retail Price 644 -004 FIBERGLASS HOOD STD 727 -1AH SINGLE 14 INCH ROUND POLISHED AIR HORN STD ROOF MOUNTED 726 -001 SINGLE ELECTRIC HORN STD 728 -001 SINGLE HORN SHIELD STD 657 -001 DOOR LOCKS AND IGNITION SWITCH KEYED STD THE SAME 312 -067 HALOGEN COMPOSITE HEADLAMPS WITH N/C BRIGHT BEZELS 302 -047 LED AERODYNAMIC MARKER LIGHTS $40.00 294 -001 INTEGRAL STOP/TAIL/BACKUP LIGHTS STD 300 -015 STANDARD FRONT TURN SIGNAL LAMPS STD 744 -1 BM DUAL WEST COAST BRIGHT FINISH HEATED $159.00 MIRRORS 797 -001 DOOR MOUNTED MIRRORS STD 796 -001 102 INCH EQUIPMENT WIDTH STD 743 -204 LH AND RH 8" BRIGHT FINISH CONVEX N/C MIRRORS MOUNTED UNDER PRIMARY MIRRORS 74B -1B4 RH AND LH 8 INCH HEATED STAINLESS STEEL 12 $342.00 FENDER MOUNTED CONVEX MIRRORS WITH TRIPOD BRACKETS 729 -001 STANDARD SIDE /REAR REFLECTORS 768 -043 63X14 INCH TINTED REAR WINDOW 661 -004 TINTED DOOR GLASS LH AND RH WITH TINTED OPERATING WING WINDOWS 654 -011 RH AND LH ELECTRIC POWERED WINDOWS 4 663 -029 1 -PIECE TINTED CURVED BONDED WINDSHIELD WITH HEATED WIPER BLADE PARK AREAS 659 -007 8 LITER WINDSHIELD WASHER RESERVOIR, CAB MOUNTED, WITHOUT FLUID LEVEL INDICATOR 647 -001 WHITE WINTERFRONT ;,���� ..::' " ..,.,,..,, i 5 � yak., - F.r "v':^x#s �� • y 707 -1AK OPAL GRAY VINYL INTERIOR 706 -013 MOLDED PLASTIC DOOR PANEL 708 -013 MOLDED PLASTIC DOOR PANEL 772 -006 BLACK MATS WITH SINGLE INSULATION 785 -004 DASH MOUNTED ASH TRAY(S) WITHOUT LIGHTER 691 -008 FORWARD ROOF MOUNTED CONSOLE WITH UPPER STORAGE COMPARTMENTS WITHOUT NETTING Application Version 8.7.010 Data Version PRL- 09D.001 CARMEL STREET DEPT Vitizerial 2 STD STD STD $218.00 $738.00 STD $62.00 STD STD STD STD STD STD 03/02/2015 2:56 PM Page 9 of 14 Prepared for: DAVD HUFFMAN CARMEL STREET DEPARTMENT 3400 W MAIN ST CARMEL, IN 46074 Phone: 317-733-2001 Data Code Description Prepared by: Jamie Haskett STOOPS FREIGHTLINER 1851 W. THOMPSON RD INDIANAPOLIS, IN 46217 Weight Weight Front Rear Retail Price 694 -010 IN DASH STORAGE BIN 742 -007 (2) CUP HOLDERS LH AND RH DASH 680 -006 GRAY /CHARCOAL FLAT DASH 860 -004 SMART SWITCH EXPANSION MODULE 720 -002 2 -1/2 LB. FIRE EXTINGUISHER 700 -002 HEATER, DEFROSTER AND AIR CONDITIONER 701 -001 STANDARD HVAC DUCTING 703 -005 MAIN HVAC CONTROLS WITH RECIRCULATION SWITCH 170 -015 STANDARD HEATER PLUMBING 130 -033 DENSO HEAVY DUTY AIR CONDITIONER COMPRESSOR 702 -002 BINARY CONTROL, R -134A 739 -033 STANDARD INSULATION 285 -013 SOLID -STATE CIRCUIT PROTECTION AND FUSES 280 -007 12V NEGATIVE GROUND ELECTRICAL SYSTEM 324 -014 DOME LIGHT WITH 3 -WAY SWITCH ACTIVATED BY LH AND RH DOORS 655 -005 LH AND RH ELECTRIC DOOR LOCKS 284 -045 (2) 12 VOLT POWER RECEPTACLES MOUNTED IN DASH 722 -002 TRIANGULAR REFLECTORS WITHOUT FLARES 756 -1J3 BASIC HIGH BACK AIR SUSPENSION DRIVER SEAT WITH MECHANICAL LUMBAR AND INTEGRATED CUSHION EXTENSION 760 -1 DC BASIC HIGH BACK NON SUSPENSION PASSENGER SEAT 759 -007 DUAL DRIVER SEAT ARMRESTS, NO PASSENGER SEAT ARMRESTS 711 -004 LH AND RH INTEGRAL DOOR PANEL ARMRESTS 758 -014 BLACK CORDURA PLUS CLOTH DRIVER SEAT COVER 761 -014 BLACK CORDURA PLUS CLOTH PASSENGER SEAT COVER 763 -032 3 POINT FIXED D -RING RETRACTOR DRIVER AND PASSENGER SEAT BELTS 532 -002 ADJUSTABLE TILT AND TELESCOPING STEERING COLUMN 540- 015. 4 -SPOKE 18 INCH (450MM) STEERING WHEEL 765 -002 DRIVER AND PASSENGER INTERIOR SUN VISORS Application Version 8.7.010 Data Version PRL- 09D.001 CARMEL STREET DEPT 5 STD STD STD $169.00 $40.00 STD STD STD STD STD STD STD STD STD STD $99.00 $16.00 10 $25.00 30 $221.00 4 10 STD $69.00 STD $2.00 $2.00 STD $478.00 STD STD 03/02/2015 2:56 PM Page 10 of 14 Prepared for: DAVD HUFFMAN CARMEL STREET DEPARTMENT 3400 W MAIN ST CARMEL, IN 46074 Phone: 317-733-2001 Prepared by: Jamie Haskett STOOPS FREIGHTLINER 1851 W. THOMPSON RD INDIANAPOLIS, IN 46217 Weight Weight Data Code Description Front Rear Retail Price 732 -004 GRAY DRIVER INSTRUMENT PANEL STD 734 -004 GRAY CENTER INSTRUMENT PANEL STD 870 -001 BLACK GAUGE BEZELS STD 486 -001 LOW AIR PRESSURE LIGHT AND BUZZER STD 840 -002 2 INCH PRIMARY AND SECONDARY AIR STD PRESSURE GAUGES 198 -025 INTAKE MOUNTED AIR RESTRICTION STD INDICATOR WITHOUT GRADUATIONS 149 -013 ELECTRONIC CRUISE CONTROL WITH STD SWITCHES IN LH SWITCH PANEL 156 -007 KEY OPERATED IGNITION SWITCH AND STD INTEGRAL START POSITION; 4 POSITION OFF /RUN /START /ACCESSORY 811 -042 ICU3S, 132X48 DISPLAY WITH DIAGNOSTICS, 28 $30.00 LED WARNING LAMPS AND DATA LINKED 160 -025 DIAGNOSTIC INTERFACE CONNECTOR, 9 PIN, STD SAE J1939, LOCATED BELOW DASH 844 -001 2 INCH ELECTRIC FUEL GAUGE STD 148 -003 PROGRAMMABLE RPM CONTROL - STD ELECTRONIC ENGINE 856 -001 ELECTRICAL ENGINE COOLANT TEMPERATURE STD GAUGE 864 -001 2 INCH TRANSMISSION OIL TEMPERATURE N/C GAUGE 830 -017 ENGINE AND TRIP HOUR METERS INTEGRAL STD WITHIN DRIVER DISPLAY 852 -002 ELECTRIC ENGINE OIL PRESSURE GAUGE STD 746 -1B3 AM /FM/WB RADIO WITH BLUETOOTH AND 10 $398.00 MICROPHONE, FRONT USB PORT, FRONT AND REAR AUXILIARY INPUTS AND J1939 747 -001 DASH MOUNTED RADIO N/C 750 -002 (2) RADIO SPEAKERS IN CAB N/C 748 -001 POWER AND GROUND STUDS IN /UNDER DASH $17.00 752 -017 MULTI -BAND AM /FM/WB /CB LH MIRROR $256.00 MOUNTED ANTENNA SYSTEM 810 -027 ELECTRONIC MPH SPEEDOMETER WITH STD SECONDARY KPH SCALE, WITHOUT ODOMETER 812 -001 ELECTRONIC 3000 RPM TACHOMETER STD 162 -002 IGNITION SWITCH CONTROLLED ENGINE STOP STD 329 -091 (6) IGN CONTROLLED EXTRA SWITCHES WITH $663.00 IND LIGHTS WIRED TO POWER DIST BOX WITH RELAYS PROVIDING 20 AMPS PER CIRCUIT TO JUNCTION BLOCK AND 1 CIRCUIT AT 30 AMPS Application Version 8.7.010 Data Version PRL- 09D.001 CARMEL STREET DEPT Cerfalmi 03/02/2015 2:56 PM Page 11 of 14 Prepared for: DAVD HUFFMAN CARMEL STREET DEPARTMENT 3400 W MAIN ST CARMEL, IN 46074 Phone: 317- 733 -2001 Prepared by: Jamie Haskett STOOPS FREIGHTLINER 1851 W. THOMPSON RD INDIANAPOLIS, IN 46217 Weight Weight Data Code Description Front Rear Retail Price 81Y -001 PRE -TRIP LAMP INSPECTION, ALL OUTPUTS $12.00 FLASH, WITH SMART SWITCH 836 -015 DIGITAL VOLTAGE DISPLAY INTEGRAL WITH STD DRIVER DISPLAY 660 -025 SINGLE ELECTRIC WINDSHIELD WIPER MOTOR $22.00 WITH DELAY PROGRAMMED TO SLOWEST SPEED WITH PARK BRAKE SET 304 -039 MARKER LIGHT SWITCH INTEGRAL WITH HEADLIGHT SWITCH AND DUAL CONNECTORS AND SWITCH FOR CUSTOMER FURNISHED SNOW PLOW LIGHTS, LOW BEAMS OFF WITH HIGH BEAMS 882 -009 ONE VALVE PARKING BRAKE SYSTEM WITH WARNING INDICATOR 299 -013 SELF CANCELING TURN SIGNAL SWITCH WITH DIMMER, WASHER/WIPER AND HAZARD IN HANDLE 298 -039 INTEGRAL ELECTRONIC TURN SIGNAL FLASHER WITH HAZARD LAMPS OVERRIDING STOP LAMPS 065 -000 PAINT: ONE SOLID COLOR 980 -412 CAB COLOR A: N3781 EA VIPER RED ELITE SS 986 -020 BLACK, HIGH SOLIDS POLYURETHANE CHASSIS PAINT 962 -964 MAXION WHEELS G POWDER GRAY (N0020EA) FRONT WHEELS /RIMS 966 -964 MAXION WHEELS G POWDER GRAY (N0020EA) REAR WHEELS /RIMS $269.00 STD STD STD STD •' r 3: N/C STD $46.00 $184.00 STD N/C ertrfication / /Compliar °ce „: 996 -001 U.S. FMVSS CERTIFICATION, EXCEPT SALES CABS AND GLIDER KITS 998 -001 CORPORATE PDI CENTER IN- SERVICE ONLY Programs ams+ NO SALES PROGRAMS HAVE BEEN SELECTED juste Application Version 8.7.010 Data Version PRL- 09D.001 CARMEL STREET DEPT 03/02/2015 2:56 PM Page 12 of 14 Prepared for: DAVD HUFFMAN CARMEL STREET DEPARTMENT 3400 W MAIN ST CARMEL, IN 46074 Phone: 317-733-2001 it ummar Factory Weight+ Weight Front 8214 lbs Prepared by: Jamie Haskett STOOPS FREIGHTLINER 1851 W. THOMPSON RD INDIANAPOLIS, IN 46217 Adjusted List Price " $153,029.00 Weight Rear 7316 lbs Total Weight 15530 lbs Total Weight+ 8214 lbs 7316 lbs 15530 lbs Ot P73 -2FT STANDARD DESTINATION CHARGE $2,000.00 ( +) Weights shown are estimates only. If weight is critical, contact Customer Application Engineering. (**) Prices shown do not include taxes, fees, etc... "Net Equipment Selling Price" is located on the Quotation Details Proposal Report. Application Version 8.7.010 Data Version PRL- 09D.001 CARMEL STREET DEPT 03/02/2015 2:56 PM Page 13 of 14 Prepared for: DAVD HUFFMAN CARMEL STREET DEPARTMENT 3400 W MAIN ST CARMEL, IN 46074 Phone: 317- 733 -2001 Prepared by: Jamie Haskett STOOPS FREIGHTLINER 1851 W. THOMPSON RD INDIANAPOLIS, IN 46217 HICLESPECIFICTIONS SUMMARY - FRAME- RBM3.:. Wheelbase (545) 4725MM (186 INCH) WHEELBASE Frame Rails (546) 11/32X3 - 1/2X10 -15/16 INCH STEEL FRAME (8.73MMX277.8MM/0.344X10.94 INCH) 120KS1(546) Yield Strength (psi) 120000 Section Modulus (per rail) (cu in) 16.979 RBM (per rail) (lbf-in) 2040000 Inner Frame Reinforcement (547) 1/4 INCH (6.35MM) C- CHANNEL INNER FRAME REINFORCEMENT Outer Frame Reinforcement (548) . BODY COMPANY INSTALLED ADDITIONAL FRONT FRAME REINFORCEMENT FOR SNOW PLOW LESUMMARWtFR, AME•RBMi It errl* x � � UeacriVtI n �° Vatue �., Wheelbase;' r ;` + , 47251v1M (1861NCH)WHEELBASE Frame , F` 11132X3 - 112X10 -15116 INCH STEEL FRAME (8.73Mr.1X277.8MM10.344X10.94 INCH) 120KSI Inner Frame Reinforcement.- ` 1/4 INCH (5.35M1',I) C- CHANNEL INNER FRAME REINFORCEMENT Outer Frame Re ninfarcement - :: BODY COMPANY INSTALLED ADDITIONAL FRONT FRAME REINFORCEMENT FOR SNOW PLC Yield Strength (psi) .' 120000 Section r Modulus ' per rail (cu.'in) ` 26.80 Frame RB1r1`=:per rail (Ibf in} ° -:; 3217200 Performance calculations are estimates only. If performance calculations are critical, please contact Customer Application Engineering. Application Version 8.7.010 Data Version PRL- 09D.001 CARMEL STREET DEPT -zzosizoi& 03/02/2015 2:56 PM Page 14 of 14 Sometimes'it's the small things t that'can " revolutionize` our: industry The Freedom 2 Xwith `. its touch screen display, guided set =up aril calibra ion keeps with the spirit •and our goal of the °Freedom line :.;toiuse:technoiogy to .our advaritage end keep it simple for operators and technicians alike. Testdrive the Freedom 2 :X and discover why our 'So Smart...its Simple''' approach continues -to bring you the best in the `onr;w S ice Control industry.- Features Inc de: Touchscreen /Color 16 bit color depth Durable, Lightweight loetai Design Field U;gradable. RAiti 4 NW F;asl Tactile Textile E ncoders Backlit F Fait Panel Night i'ooe Screen' Replaceable'Fuse •(easily accessible) Drop-In Replacement for Pi evious Stor_rnGuard Modets AS2, DS2, GL4O1l, & AS3' Embedded Hep Screens On. Screen "Guided" Ca libratic US,E 2,0 Connpatihle. Sof`ttvarc,Upgrades i onfigu ation Data Transfer (Th&srnh Distribt.Jted by Columbia City, IN 46725 Phone: (888) 660 -7661 waJonestruckequIpment.com Manufactured by: Snow & Ice Control A Dn i iron of,wlonroe Truck 1'quipment, Inc. 1.051 VV. 7th Street, Monroe, WI 53566 800- 880 -0109 0 Fax: 608 - 328 -8390 www. rrnon roe truck. c. orn Standard. Features: O Available. in 9' to 16' Lengths ® 3/16" Mild Steel Sides & Ends • 3/16" Formed Dirt Shedding Top Rail O '/4" Long Sills, X1:4" in Height with Formed Cross Sills © '/4" Replaceable Floor, Supported on 12" Center O Dual 6:1 Gear Box Drives o 2" Drive & Idler Shafts with 2" Heavy Duty Bearings O 1 '/4" Heavy Duty Chain Adjusters O Case Hardened Sprockets to 40 -48 Rockwell O 34" Wide Conveyor with ' /2" x 1 '/2" Bar Flights on 41/2" Centers O Heavy Duty Pintle Chain with .a 26,000 Minimum Tensile Strength O Telescopic Double Acting Nitrided Hoist Cylinder O Full Opening Double Acting Tailgate Options: O Corrosion - Resistant Stainless Steel Construction O High Temp Belt - Over -Chain Main Conveyor O Bar Every Link, . 2.25" Pitch O Ladder in Mild or Stainless Steel O Side Boards of Mild or Stainless Steel O Optional Spinner Chutes O Variety of Light Packages 6 Variety of Cab Protectors • Asphalt chute or Patch Pan O Top Screens O Grease Line Extension O Dual Auger Discharge 11/23/2010 Freedom 2.0 • Ground speed triggered • Manual mode • Remote pause • Unload • Auxiliary output 1 • Current (Amps) regulated output • Conveyor stall input • Touch screen Freedom 2.1 • Ground speed oriented Spreading • Ground speed triggered • Manual mode • Open -loop control • Remote pause • Unload • Remote blast • 4 configurable materials • Pre -Wet open -loop • Auxiliary output 1 • Storm totals USB /ON- SCREEN • Liquid float input • Current (Amps) regulated output • Conveyor stall input • Touch screen • On- screen error messages Certified Power is a pioneer in snow and ice removal. We definitely have the experience to do the job. From the operator to the fleet manager we understand what you need. That's why the entire. Freedom product line, top to bottom, is the best available when you compare safety, reliability, durability, and.ease.of maintenance. Freedom 2.2 •.Ground speed oriented Spreading • Ground speed triggered • Manual mode • Open -loop control • Closed -loop control • Remote pause • Unload • Remote blast • 4 configurable materials • Pre -Wet closed -loop • Pre -Wet open -loop • Auxiliary output 1 • Auxiliary output 2 • AVL freedom talk • AVL string format 1 • Spinner configurable MPH shut -off • Storm totals USB /ON- SCREEN • Liquid float input • Current (Amps) regulated output • Test speed • On- screen error messages • Touch screen Our engineering staff consistently proves that it is the most innovative in the industry. This makes us the best at bringing your ideas to reality. We can help you design systems and controls that will do your job right and do it well. We are here to serve you and believe that our total commitment to your success is the key to our mutual success. )ems Moi 7 !!,°P,4•0 3 �t�nnea o l5. M 0 -i Untieterti .:T } OpIES,x.CQUIPMENM Columbia City, IN 46725. Phone: (888) 660 -7661 wajonestruckequi pment.com r cell rictr core CUh1f? a rxear iO ffi)1 1.5K SGLI` I2000501 1)31 Stan aud Specific ti ins: * 10 Gauge Roll Formed Moldboard * Six 1 pc W' Flame Cut Ribs * Dual Compression Trip Spring Assemblies Two 3" x 10" Double Acting Power Reverse Cylinders with Cushion Valve * Built -In Monroe Level Lift Assembly * Stress Proof Machined Pins STANDARD INTEGRAL Standard Moldboard vs 12" Extension on Integral Shield Moldboard * All Hardware Zinc Plated * Moldboard and Pushframe 100% Continuously Welded • Moldboard Painted Powder Coat Orange • Pushframe Painted Powder Coat Black • 14" Push Height Available in 10; 11' & 12' CAUTION: Plow weight, mounting distance from axle, hitch type and weight, and other additional equipment mounted on the front of a truck will require heavier truck GAWR (Gross Axle Weight Ratings). Contact chassis manufacturer for exact GAWR requirements for your specific equipment. Simple Three Position Adjustment for Plow Cutting Edge Attack Angle Options: * Rubber Snow Deflector • Wrap Around Curb Guards • Flexible Plastic or Cable Markers Adjustable Parking Jack • Moldboard Shoes 3• h" x 6" Carbide Cutting Edge • 4" Reversing Cylinders * Mechanical or Canister Trip * Polymer Moldboard • Skid Shoes, Steel Casters & Pneumatic Tires The Patented Level Lift allows plow to be parallel to the road surface at all times - raised, lowered, or angled. T M ES Shown. Polymer Moldboard Force Required to Trip Moldboard LIGHT MEDIUM HARD TRIP TRIP TRIP LO EC CATI PLOW MODEL NO. OVERALL LENGTH HEIGHT W/%X8" CUTTING EDGE NO. OF 1/2" VERTICAL RIBS SEMI CIRCLE MOLDBOARD BOTTOM ANGLE MOLDBOARD TOP ANGLE CUTTING EDGE SIZE APPROX. WEIGHT (LBS) MOLDBOARD THICKNESS CUTTING. WIDTH AT 35 DEGREES MP36R10 -CT 10' 36" 6 3h" X 354" X %" 4" X 4" X 54" 2" X 3" X %" %" X 8" 1475 10 GA 8'2" MP36R104SCT 10' 36" 6 3%" X 3W' X'54" 4" X 4" X 3" 2" X 3" X %" K" X 8" 1500 10 GA 8'2" MP36R11 -CT 11' 36" 6 3%" X 3%" X 54" 4" X 4" X' /+" 2" X3" X %" % "'X 8" 1500 10 GA 9'0" MP36R114SCT 11' 36" 6 3P X 3X" X`%" 4" X 4" X %" 2" X 3" X'/• " 3Ln X;8" 1525. 10 GA 9'0" MP41R10 -CT 10' 41" 6 3P X 3W' X 54" 4" X 4" X %" 2" X 3" X %" %" X 8" 1575 10 GA 8'2" MP41R10 -ISCT 10' 41" 6 3'% ". X 3'b" X %" 4" X 4" X %" 2" X 3" X'%" X" X 8" 1575 10 GA 8'2" MP41R11 -CT 11' 41" 6 3%" X3W'X54" 4" X 4" X %" 2" X 3" X %" %" 8" 1625 10 GA 9'0" MP41R114SCT 11' 41" 6 3W' X 3%" X'%" 4" X 4" X %" . 2" X 3" X X" %" X 8" 1650 10 GA 9'0" MP41R12 -CT 12' 41" 6 3e X3'h" X Y" 4" X 4" X Y" 2" X 3" X %" % "'X 8" 1695 10. GA 9'10" MP41R124SCT 12' 41" 6 3h" X -3%" X %" 4" X 4" X 'A" 2" X 3 "'X/in X" X 8" 1725. 10 GA 9'10" MP48R11 -CT 11' 48" 6 3%" X 3%, ".X %" 4" X 4" X 3" 2" X 3 "'X K" '6 "X 8" 1755 10 GA 990" MP48R114SCT 11' 48" 6 .3'%" X 3W' X %" 4" X 4" X gi" 2" X 3" X 54" '%" X 8" 1800 10 GA 9'0" MP48R12 -CT 12' 48" 6 354" X 3%" X P 4" X 4" X ;i" 2 "X 3" X X" % ".X 8" 1845 10 GA 9'10" MP48R12•ISCT 12' 48" 6 3'%" X 3%" X %" 4" X 4" X' %," 2" X 3" X %" %" X 8" 2000 10 GA 9'10" Manufactured by: Monroe Snow & Ice Control 1051 W.7th Street • Monroe,WI 53566 800 - 880 -0109 • 608- 329 -8105 608- 328 -8390 Fax Web Site: www.monroetruck:com E -mail: snowandicecontrol @monroetruciccom Distributed by: Columbia City, IN 46725 Phone:: (888) 660-7661 wajonestruckequipment.com N122801 MJW -6 960 • M1W -8 1030 8' MJW 9 Standard Features: • 27" Intake Height and 28" Discharge Height on Moldboard o Two Double- Acting Cylinders for Direct Lift of Toe and Heel • Direct -Lift Front Wing Post • Wing Requires Two 4 -Way Valves with 2100 PSI Relief for Heel Raise to Operate (Not included) • Wing Provided with Under Frame Cross Tube Mounting and Hardware • Moldboard is Shotblasted and Powder Coat Painted Orange • Mounting Hardware Powder Coat Painted Black • 10 Gauge Moldboard ® %" One Piece, Tapered, Flame Cut Ribs Options: • Right, Left or Dual Mount • Front, Mid or Rear Mount • Cast Iron Moldboard Shoe to extend cutting edge wear • Wrap Around Curb Guard to prevent moldboard heel end damage • Carbide Cutting Edge for longer cutting edge life • Two Piece Torsion Spring. Trip Cutting Edge • Full Moldboard Trip • Decell Heel Cylinder to slow the heel lift cylinder function when activating it to stow the wing, thus helping to prevent damage to the chassis or body • Available with Heavy Duty Patrol Wing Moldboard • Available with Monroe ParaGlide Wing Post Columbia City, IN 46725. Phone: (888)860-7661 waJonestruckequipment.com ;1065 Shown with Full Trip Option Shown with Trip Edge Option Prepared for: DAVD HUFFMAN CARMEL STREET DEPARTMENT 3400 W MAIN ST CARMEL, IN 46074 Phone: 317-733-2001 Q U O T A T I O N CHAS 108SD CONVENTIONAL SET BACK AXLE - TRUCK CUM ISL 350 HP @ 2000 RPM, 2200 GOV RPM, 1000 LB /FT @ 1400 RPM ALLISON 3000 RDS AUTOMATIC TRANSMISSION WITH PTO PROVISION MT- 40 -14XP 40,000# R- SERIES TANDEM REAR AXLE HENDRICKSON HAULMAAX REAR SUSPENSION @ 40,000# DETROIT DA -F- 20.0 -5 20,000# FL1 71.0 KPI/3.74 DROP SINGLE FRONT AXLE 9,500# LEFT, 10,500# RIGHT MIXER/PLOW FLAT LEAF FRONT SUSPENSION (20,000 #) VEHICLE PRICE EXTENDED WARRANTY DEALER INSTALLED OPTIONS CUSTOMER PRICE BEFORE TAX TWO* TAXES AND FEES OTHER CHARGES TRADE -IN ALLOWANCE Prepared by: Jamie Haskett STOOPS FREIGHTLINER 1851 W. THOMPSON RD INDIANAPOLIS, IN 46217 108 INCH BBC FLAT ROOF ALUMINUM CONVENTIONAL CAB 4725MM (186 INCH) WHEELBASE 11/32X3-1/2X10-15/16 INCH STEEL FRAME (8.73MMX277.8MM/0.344X10.94 INCH) 120KSI 1600MM (63 INCH) REAR FRAME OVERHANG 1/4 INCH (6.35MM) C- CHANNEL INNER FRAME REINFORCEMENT BODY COMPANY INSTALLED ADDITIONAL FRONT FRAME REINFORCEMENT FOR SNOW PLOW TOTAL # OF UNITS (6) $ PER UNIT 91,080 0 0 91,080 0 $ 0 $ (0) $ TOTAL 546,480 0 0 546,480 0 (0) BALANCE DUE COMMENTS: Projected delivery on / / (LOCAL CURRENCY) $ provided the order is received before APPROVAL: Please indicate your acceptance of this quotation by signing below: Customer: X Application Version 8.7.010 Data Version PRL- 09D.001 CARMEL STREET DEPT Date: / / 91,080 $ 546,480 03/03/2015 1:01 PM Page 1 of 2 Jamie Haskett Stoops Freightliner 1851 W. Thompson Road Indianapolis, IN 46217 Jamie, February 25, 20.15 Following is the quote for the tandem axle dump truck equipment as per the City of Carmel specifications for bids due March 4, 2015. WA Jones acknowledges receipt of Addendum #1. Four (4) new Monroe FFDS -14' Flat Floor Multi - purpose. Dump Bodies complete with unpainted 201 stainless steel sides, ends, and cab shield; all items as listed in the specification responses; and all other standard equipment. Four (4) new Pressure Compensated Central Hydraulic: Systems complete with front crankshaft driven pump; Freedom 2 electronic spreader control; all items as listed in the specification responses; and all necessary hoses and fittings-for a complete system. Four (4) new Monroe MP41R11 -1SCT Plows complete with 34" Husting hitch; all items as listed in the specification responses; and all other standard equipment. Package Cost FOB Indianapolis, IN $66,779.00.each x 4 = $267,116.00 All listed: equipment to be installed on anew tandem axle cab /chassis supplied by truck dealer. Truck dealer to provide.cab /chassis with 120" useable-C/T, front pump and plow provisions including stationary grille, crankshaft adapter, drive shaft access; and integral front frame extension. Due to latest Federal Emissions Standards, WA Jones will not be held responsible for any chassis that requires exhaust modification. Thank you for the opportunity to quote this equipment for your needs. Please feel free to contact me at 317- 371 -8802 if you have any questions or need further information. Sit .ely, Ly on a aian Municipal Specialist Columbia City Office 1171 S. Williams Drive. Columbia City, IN 46725 Phone: 888 - 660 -7661 Fax: 260- 244 -7662 Indianapolis Office 2102 Clay Street Indianapolis, IN 46205 Phone: 317- 377 -0407 Fax: 317- 377 -0427 Jamie Haskett Stoops Freightliner 1851 W. Thompson Road Indianapolis, IN 46217 Jamie, Following is the quote for the tandem axle dump truck equipment with wing plow as per the City of. Carmel specifications for bids due March 4, 2015. WA Jones acknowledges receipt of Addendum #1. Two (2) new Monroe FFDS -14' Flat Floor Multi - purpose Dump Bodies complete with unpainted 201 stainless steel sides, ends, and cab shield; all items as listed in the specification responses; and all other standard equipment. Two (2) new Pressure Compensated Central. Hydraulic Systems complete with front crankshaft driven pump; Freedom 2 electronic spreader control; all items as listed in the specification responses; and all necessary hoses and fittings for a complete system. Two (2) new Monroe MP41R12 -ISCT Plows complete with 34" Husting hitch; all items as listed in the specification responses; and all other standard equipment. Two (2) new Monroe Mid -Mount 9 foot Junior Wing Plows complete with ParaGlide front mount; all items as listed in the specification responses; and all other standard equipment. February 25, 2015 Package Cost FOB Indianapolis, iN $79,597.00 each x 2 = $159,194.00 All listed equipment to be installed on a new tandem axle cab /chassis supplied by truck dealer. Truck dealer to provide cab /chassis with 120" useable C /T, front pump and plow provisions including stationary grille, crankshaft adapter, drive shaft access; and integral front frame extension. Due to latest. Federal Emissions Standards, WA Jones will not be held responsible for any chassis that requires exhaust modification. Thank you for the opportunity to quote this equipment for your needs. Please feel free to contact me at 317- 371 -8802 if you have any questions or need further information. Sinc,, ely, y ii on a an Municipal Specialist Columbia City. Office 1171 S. Williams Drive Columbia City, IN 46725 Phone: 888 - 660 -7661 Fax: 260- 244 -7662 Indianapolis Office 2102 Clay Street Indianapolis, IN 46205 Phone: 317- 377 -0407 Fax: 317- 377 -0427 1051 W. 7th Street o Monroe, WI 53566 800 - 880 -0109 0 608 - 329 -8105 0 FAX 608 -328 -8390 E -mail: snowandicecontrol @monroetruck.com o Website: www.monroetruck.com WARRANTY POLICY Uninstalled Parts and Equipment provided by Monroe Truck Equipment Monroe Truck Equipment will provide the following limited warranty for a period of one (I) year to the original purchaser of all uninstalled goods provided by Monroe Truck Equipment. LIMITED WARRANTY: All goods provided by Monroe Truck Equipment (MTE) will be free from defects in material and workmanship for a period of one year from the date of purchase by the original purchaser. This limited warranty shall be the sole and exclusive remedy for any such product found to be defective. This limited warranty supercedes all previous warranties and is exclusive and in lieu of all other warranties, whether expressed or implied. This limited warranty applies only to parts or accessories manufactured by MTE and/or provided by same. Except with respect to title, this limited warranty does not pertain to parts or accessories not manufactured and/or provided by MTE, regardless of whether such parts or accessories were selected and/or recommended by MTE. MTE will, as a service to the buyer, pass on any warranties received from the original manufacturer of MTE provided parts and/or accessories. MTE will not under any circumstances be liable for any incidental or consequential damages whether in tort, contract, or otherwise, for any bodily injury, death, property damage, loss of use, or loss of income resulting from or in any way arising out of any goods provided by MTE, or their sale, use, or manufacture. Any warranty claim deemed to be arising from the result of misuse, abuse, neglect, accident, improper installation, lack of maintenance, act of war (whether declared or otherwise), or act of God will be denied. Any repair or modification by the buyer or any third party, without the prior written consent of MTE, will void any possible warranty compensation. Any damage deemed to be the result of abnormal operation will not be compensated by this warranty. Normal or special maintenance items such as fuels, fluids, tires, belts, hoses, filters, air cleaners, light bulbs, and any other items subject to normal wear and tear that are supplied in connection with goods provided by MTE are not allowed under this warranty. In reference to RDS and FFDS bodies this would include chains, sprockets, body floor panel and rubber wiper seals as being normal wear items. In reference to plows as being normal wear items, this would include rubber snow deflectors, cutting edges, curb guards, moldboard shoes or any items related to skid shoe or adjustable wheel and caster wheel assemblies. Electrical and hydraulic components are not to be disassembled without the express written consent of MTE. Any disassembly of MTE provided components without prior authorization will void the applicable warranty. Monroe Truck Equipment shall be the sole and final determining authority as it applies to the administration of this warranty policy. Purchaser acknowledges receipt of Monroe Truck Equipment Warranty Policy and agrees to be bound by same. Any and all warranty claims must be forwarded to MTE within 10 days of defect discovery. A copy of the original Monroe Truck Equipment invoice as well as the manufacturer's model number, serial number, and date of installation must accompany all correspondence regarding said claims. MTE will, at their option, choose whether to repair or replace the defective part unless otherwise specified by the original manufacturer of said part. 1 Procedures for Warranty Claims Notification For submission of any warranty claim, please contact Monroe Truck Equipment — Warranty Dept. at 800 - 356 -8134. The following documentation will be needed when you call for initial warranty authorization. A copy of the original MTE invoice. Make, Model, and V1N or Serial number. of the equipment involved. Part number and serial number of the part in question. A complete description of the problem. The following must accompany and claim submitted to Monroe Truck Equipment: Documented photographs of any physical damage. Inspection notes by MTE personnel or MTE authorized 311 party. Authorization number issued by Monroe Truck Equipment — Warranty Department. Defective parts must be returned to Monroe Truck Equipment (freight pre -paid) within 30 days of issuance of Authorization Number. Monroe Truck Equipment reserves the right to void any warranty for failure to comply with Monroe Truck Equipment Warranty Policy. This policy is effective December 2.1, 2011 Reersible & One -way Snowplows ° Airport Snowplow • Heavy Duty Patrol Wing Heavy Duty Benching Wing • Monroe Underbody Scraper • Heavy Duty V -box Spreader Under Tailgate Spreader a Pickup V -box Spreader . Replacement Tailgate Spreader Anti-Icing /De -icing & Vegetation Sprayer 8 Construction Attachments BIDDER'S ITEMIZED PROPOSAL AND DECLARATIONS City of Carmel Instructions To Bidders: This form shall be utilized by all Bidders. Except as otherwise specifically provided, all Parts shall be fully and accurately filled in and completed and notarized. Project: 2015 TANDEM STREET TRUCKS Proposal For: Street Department Trucks Date: To: City of Carmel, Indiana, Board of Public Works and Safety PART 1 BIDDER INFORMATION (Please Type or Print) 1.1 Bidder Name: l4) : e s 2 fG r h r 1-iv ►•% 1 5, 1.2 Bidder Address: Street Address: a//gy City: P44^044 State: ,t—,/ Zip: 7 Phone #:( ) 776- Yo 7 Fax #:() `I36 . 43o S4 a' 1.3 Bidder is a/an [nark one]: Individual Partnership X Indiana Corporation; Foreign (Out of State) Corporation; State: Joint Venture Other: 1.4 [The following must be answered if the Bidder or any of its partners or joint venture parties is a foreign corporation. Note: To do business in or with the City of Carmel, Indiana, foreign corporations must register with the Secretary of the State of Indiana as required by the Indiana General Corporation Act as stated therein and expressed in the Attorney General's Opinion #2, dated January 23, 1958.] .1 Corporation Name: .2 Address: .3 Date registered with State of Indiana: .4 Indiana Registered Agent: Name: Address: PART 2 BID PROPOSAL 2.1 Project Bid. The undersigned Bidder proposes to furnish all necessary labor, machinery, tools, apparatus, materials, equipment, service and other necessary supplies, and to perform and fulfill all obligations incident thereto in strict accordance with and within the time(s) provided by the terms and conditions of the Contract Documents for the above described project, including any and all addenda thereto, for the total sum of lode f %5/0,. -y rite -sue Dollars ($ DI ). The Bidder acknowledges that evaluation of the lowest Bid shall be based on such price. The Bidder further understands that all work which may result on the Contract shall be compensated for on a lump sum basis and that the OWNER cannot and does not guarantee the amount or quantity of any item of work to be performed or furnished under the Agreement. PART 3 CONTRACT DOCUMENTS AND ADDENDA 3.1 The Bidder agrees to be bound by the terms and provisions of all Contract Documents as defined in the Agreement attached hereto and incorporates such Contract Documents herein by reference. 3.2 The Bidder acknowledges receipt of the following addenda: ADDENDUM NUMBER DATE . s , 2D'3— INTERNATIONAL® March 03, 2015 Prepared For: City of Carmel David Loveall 3400 W 131ST St. Westfield, IN 46074 -8267 (317)733 - 2001 Reference ID: N/A MISSION: DIMENSION: ENGINE, DIESEL: TRANSMISSION, AUTOMATIC: CLUTCH: AXLE, FRONT NON - DRIVING: AXLE, REAR, TANDEM: CAB: TIRE, FRONT: TIRE, REAR: SUSPENSION, REAR, TANDEM: FRAME REINFORCEMENT: PAINT: Presented By: Wiers International Trucks Pat Gurthet 2111 Jim Neu Drive Plymouth IN 46563 - (574)936-4076 Model Profile 2016 7400 SFA 6X4 (SF525) Requested GVWR: 66000. Calc. GVWR: 60000 Calc. Start / Grade Ability: 17.91% / 1.97% © 55 MPH Calc. Geared Speed: 70.3 MPH Wheelbase: 191.00, CA: 116.00, Axle to Frame: 57.00 {Navistar N10} EPA 10, SCR, 350 HP @ 2000 RPM, 1150 lb -ft Torque @ 1200 RPM, 2200 RPM Governed Speed, 350 Peak HP (Max) {Allison 3000_RDS_P} 5th Generation Controls; Close Ratio, 6- Speed, With Double Overdrive; On /Off Hwy; IncludestOil Level Sensor, With PTO Provision, Less Retarder, With 80,000 -lb GVW & GCW Max. Omit Item (Clutch & Control) {Meritor MFS- 20 -133A} Wide Track, I -Beam Type, 20,000 -lb Capacity {Mentor MT- 40- 14X -4DCR} Single Reduction, 0.433 "(11 mm) Wall Housing Thickness, 40,000 -lb Capacity, R Wheel Ends, With Driver Controlled Locking Differential in Forward -Rear and Rear - Rear Axle Gear Ratio: 5.86 Conventional (2) 315/80R22.5 HSU2 WT (CONTINENTAL) 481 rev /mile, load range L, 20 ply (8) 11 R22.5 ECO PLUS HD3 (CONTINENTAL) 493 rev /mile, load range G, 14 ply {Hendrickson RT -403} Walking Beam Type 52" Axle Spacing; 40,000 -lb Capacity With Rubber Center Bushings Outer "C" Channel, Heat Treated Alloy Steel (120,000 PSI Yield); 10.813" x 3.892" x 0.312"; (274.6mm x 98.9mm x 8.0mm); 480.0" (12192mm) Maximum OAL Cab schematic 100GM Location 1: 2303, Red (Std) Chassis schematic N/A 1 Proposal: 5569 -01 INTERNATIONAL® Vehicle Specifications March 03, 2015 2016 7400 SFA 6X4 (SF525) Code Description SF52500 Base Chassis, Model 7400 SFA 6X4 with 191.00 Wheelbase, 116.00 CA, and 57.00 Axle to Frame. 1CBU FRAME RAILS Heat Treated Alloy Steel (120,000 PSI Yield); 10.125" x 3.580" x 0.312" (257.2mm x 90.9mm x 8.0mm); 480.0" (12192) Maximum OAL 1 GBP FRAME REINFORCEMENT Outer "C" Channel, Heat Treated Alloy Steel (120,000 PSI Yield); 10.813" x 3.892" x 0.312 "; (274.6mm x 98.9mm x 8.0mm); 480.0" (12192mm) Maximum OAL 1LLA BUMPER, FRONT Steel, Swept Back Includes : BUMPER, FRONT Powder Coated Gray (Argent) Color 1WDS FRAME EXTENSION, FRONT Integral; 20" In Front of Grille 1WGB WHEELBASE RANGE 177" (450cm) Through and Including 226" (575cm) 1WLZ CROSSMEMBER, INTERMEDIATE (1) Additional; 5 Piece, Located 9" Back of Cab 2ARY AXLE, FRONT NON - DRIVING {Mentor MFS- 20 -133A} Wide Track, I -Beam Type, 20,000 -lb Capacity Notes : The following features should be considered when calculating Front GAWR: Front Axles; Front Suspension; Brake System; Brakes, Front Air Cam; Wheels; Tires. 3ACS SUSPENSION, FRONT, SPRING Multileaf, Shackle Type, Single Stage Spring; 20,000 -lb Capacity; Less Shock Absorbers Includes : SPRING PINS Rubber Bushings, Maintenance -Free Notes : The following features should be considered when calculating Front GAWR: Front Axles; Front Suspension; Brake System; Brakes, Front Air Cam; Wheels; Tires. 4091 BRAKE SYSTEM, AIR Dual System for Straight Truck Applications Includes : BRAKE LINES Color and Size Coded Nylon : DRAIN VALVE Twist -Type : DUST SHIELDS, FRONT BRAKE : DUST SHIELDS, REAR BRAKE : GAUGE, AIR PRESSURE (2) Air 1 and Air 2 Gauges; Located in Instrument Cluster : PARKING BRAKE CONTROL Yellow Knob, Located on Instrument Panel : PARKING BRAKE VALVE For Truck :QUICK RELEASE VALVE Bendix On Rear Axle for Spring Brake Release: 1 for 4x2, 2 for 6x4 : SLACK ADJUSTERS, FRONT Automatic : SLACK ADJUSTERS, REAR Automatic : SPRING BRAKE MODULATOR VALVE R -7 for 4x2, SR -7 with relay valve for 6x4 Notes : Rear Axle is Limited to 46,000 -lb GAWR with Code 04091 BRAKE SYSTEM, AIR and Standard Rear Air Cam Brakes Regardless of Axle /Suspension Ordered. 4193 BRAKES, FRONT, AIR CAM 16.5" x 6 ", Includes 24 Sgln Long Stroke Brake Chambers Notes : The following features should be considered when calculating Front GAWR: Front Axles; Front Suspension; Brake System; Brakes, Front Air Cam; Wheels; Tires. 4AZE AIR BRAKE ABS {Mentor Wabco AntiLock Brake System) (4- Channel) 4EBD AIR DRYER {Meritor Wabco System Saver 1200} with Heater Includes 2 Proposal: 5569 -01 INTERNATIONAL® Vehicle Specifications March 03, 2015 2016 7400 SFA 6X4 (SF525) Code Description : AIR DRYER LOCATION Inside Left Rail, Back of Cab 4ETE BRAKE CHAMBERS, FRONT AXLE {Haldex} 24 Sgln 4EVL BRAKE CHAMBERS, REAR AXLE { Haldex GC3030LHDHO} 30/30 Spring Brake Includes : BRAKE CHAMBERS, SPRING (2) Rear Parking; WITH TRUCK BRAKES: All 4x2, 4x4; WITH TRACTOR BRAKES: All 4x2, 4x4; 6x4 & 6x6 with Rear Tandem Axles Less Than 46,000 -Ib. or GVWR Less Than 54,000 - lb. : BRAKE CHAMBERS, SPRING (4) Rear Parking; WITH TRUCK BRAKES: All 6x4, 6x6; WITH TRACTOR BRAKES: 6x4 & 6x6 with Rear Tandem Axles 46,000 -Ib. or Greater or GVWR of 54,000 -Ib. or Greater 4NDB BRAKES, REAR, AIR CAM S -Cam; 16.5" x 7.0 "; Includes 30/30 Sq.ln. Long Stroke Brake Chamber and Spring Actuated Parking Brake Notes : The following features should be considered when calculating Rear GAWR: Rear Axles; Rear Suspension; Brake System; Brakes, Rear Air Cam; Brake Shoes, Rear; Special Rating, GAWR; Wheels; Tires. 4SBD AIR COMPRESSOR {Bendix Tu -Flo 750) 16.5 CFM Capacity 4VBD AIR DRYER LOCATION Mounted Outside Left Rail 25" BOC 4WDA DRAIN VALVE (3) Petcocks; for Air Tanks 5710 STEERING COLUMN Tilting and Telescoping 5CAL STEERING WHEEL 2- Spoke, 18" Diam., Black 5PTB STEERING GEAR (2) {Sheppard M- 100/M -80} Dual Power 7BEP EXHAUST SYSTEM Switchback Horizontal Aftertreatment Device, Frame Mounted Right Side Under Cab; Includes Single Vertical Tail Pipe, Frame Mounted Right Side Back of Cab 7SDM ENGINE EXHAUST BRAKE for Navistar N9/10 16 Engines; Electronically Activated 8000 ELECTRICAL SYSTEM 12 -Volt, Standard Equipment Includes : BATTERY BOX Steel with Plastic Lid : DATA LINK CONNECTOR For Vehicle Programming and Diagnostics In Cab : FUSES, ELECTRICAL SAE Blade -Type : HAZARD SWITCH Push On /Push Off, Located on Top of Steering Column Cover : HEADLIGHT DIMMER SWITCH Integral with Turn Signal Lever HEADLIGHTS (2) Sealed Beam, Round, with Chrome Plated Bezels : JUMP START STUD Located on Positive Terminal of Outermost Battery PARKING LIGHT Integral with Front Turn Signal and Rear Tail Light : RUNNING LIGHT (2) Daytime, Included With Headlights : STARTER SWITCH Electric, Key Operated : STOP, TURN, TAIL & B/U LIGHTS Dual, Rear, Combination with Reflector : TURN SIGNAL SWITCH Self- Cancelling for Trucks, Manual Cancelling for Tractors, with Lane Change Feature : WINDSHIELD WIPER SWITCH 2 -Speed with Wash and Intermittent Feature (5 Pre -Set Delays), Integral with Turn Signal Lever : WINDSHIELD WIPERS Single Motor, Electric, Cowl Mounted : WIRING, CHASSIS Color Coded and Continuously Numbered 8518 CIGAR LIGHTER Includes Ash Cup 8695 SNOW SHIELD (2) Chrome; for Dual Air Horns 8GGN ALTERNATOR {Bosch LH160} Brush Type, 12 Volt 160 Amp. Capacity, Pad Mount 3 Proposal: 5569 -01 INTERNATIONAL® Vehicle Specifications March 03, 2015 2016 7400 SFA 6X4 (SF525) Code Description 8HAB BODY BUILDER WIRING Back of Standard Cab at Left Frame or Under Extended or Crew Cab at Left Frame; Includes Sealed Connectors for Tail /Amber Turn /Marker/ Backup /Accessory Power /Ground and Sealed Connector for Stop/Turn 8MKX BATTERY SYSTEM {International) Maintenance -Free (3) 12 -Volt 2775CCA Total 8RCB CB RADIO Accommodation Package; Header Mounted; Feeds From Accessory Side of Ignition Switch; Includes Power Source and Two Antenna Bases With Wiring Notes : NOT INCLUDED: Antenna 8RMD RADIO AM /FM/WB /Clock/3MM Auxiliary Input, with Multiple Speakers 8RMH BATTERY DISCONNECT SWITCH {Cole - Hersee 75920 -06} 300 Amp; Locks With Padlock, Battery Box Mounted, Disconnects Charging Circuits 8THJ AUXILIARY HARNESS 3.0' for Auxiliary Front Head Lights and Turn Signals for Front Plow Applications 8TMJ SWITCH, MARKER INTERRUPT Interrupter; for Cab and Body Clearance /Marker Lights, Single Position Blinks Lights When Headlight Switch Is In "On" or "Off' Position 8VAY HORN, ELECTRIC Disc Style 8VUL BATTERY BOX Steel With Plastic Cover, 18" Wide, 2, 3, or 4 Battery Capacity, Mounted Left Side Back of Cab 8WCK POWER SOURCE, TERMINAL TYPE 2 -Post 8WGL WINDSHIELD WIPER SPD CONTROL Force Wipers to Slowest Intermittent Speed When Park Brake Set and Wipers Left on for a Predetermined Time 8WPH CLEARANCE /MARKER LIGHTS (5) {Truck Lite) Amber LED Lights, Flush Mounted on Cab or Sunshade 8WTK STARTING MOTOR {Delco Remy 38MT Type 300} 12 Volt; less Thermal Over -Crank Protection 8WVP HORN, AIR (2) Single Tone, Rectangular; Chrome. Roof Mounted 8WWJ INDICATOR, LOW COOLANT LEVEL With Audible Alarm 8XAH CIRCUIT BREAKERS Manual -Reset (Main Panel) SAE Type III With Trip Indicators, Replaces All Fuses Except For 5 -Amp Fuses 8XGT TURN SIGNALS, FRONT LED, Includes LED Side Marker Lights, Mounted on Fender 9585 FENDER EXTENSIONS Rubber 9HAN INSULATION, UNDER HOOD for Sound Abatement 9HBM GRILLE Stationary, Chrome 9HBN INSULATION, SPLASH PANELS for Sound Abatement 9WBC FRONT END Tilting, Fiberglass, With Three Piece Construction; for 2007 & 2010 Emissions 10060 PAINT SCHEMATIC, PT -1 Single Color, Design 100 Includes PAINT SCHEMATIC ID LETTERS "GM" 10761 PAINT TYPE Base Coat/Clear Coat, 1 -2 Tone 11001 CLUTCH Omit Item (Clutch & Control) 12851 PTO EFFECTS, ENGINE FRONT Less PTO Unit, Includes Adapter Plate on Engine Front Mounted 12959 BLOCK HEATER, ENGINE {Phillips) 120 Volt/1250 Watt 4 Proposal: 5569 -01 INTERNATIONAL® Vehicle Specifications March 03, 2015 2016 7400 SFA 6X4 (SF525) Code Description Includes : BLOCK HEATER SOCKET Receptacle Type; Mounted below Drivers Door 12NWJ ENGINE, DIESEL {Navistar N10} EPA 10, SCR, 350 HP @ 2000 RPM, 1150 lb -ft Torque @ 1200 RPM, 2200 RPM Governed Speed, 350 Peak HP (Max) 12THZ FAN DRIVE {Horton Drivemaster Polar Extreme} Direct Drive Type, Two Speed, With Residual Torque Device for Disengaged Fan Speed Includes : FAN Nylon 12UCW RADIATOR Aluminum, Cross Flow, Series System; 1228 Sqln Core and 648 Sqln Charge Air Cooler and With Transmission Oil Cooler 12UNR FEDERAL EMISSIONS EPA, OBD and GHG Certified for Calendar Year 2015; N9 & N10 Engines 12VAL AIR CLEANER Dual Element, with Integral Snow Valve and In -Cab Control Includes : GAUGE, AIR CLEANER RESTRICTION Air Cleaner Mounted 12VXT THROTTLE, HAND CONTROL Engine Speed Control; Electronic, Stationary, Variable Speed; Mounted on Steering Wheel 12VYL ACCESSORY WIRING, SPECIAL for Road Speed Wire Coiled Under Instrument Panel for Customer Use 12VYP ENGINE CONTROL, REMOTE MOUNTED - No Provision Furnished for Remote Mounted Engine Control 12WZJ EMISSION COMPLIANCE Low NOx Idle Engine, Complies with California Clean Air Regulations; Includes "Certified Clean Idle" Decal located on Driver Door 13AVR TRANSMISSION, AUTOMATIC {Allison 3000_RDS_P} 5th Generation Controls; Close Ratio, 6- Speed, With Double Overdrive; On /Off Hwy; Includes Oil Level Sensor, With PTO Provision, Less Retarder, With 80,000 - lb GVW & GCW Max. 13WBL TRANSMISSION SHIFT CONTROL {Allison} Push -Button Type; for Allison 3000 & 4000 Series Transmission 13WLP TRANSMISSION OIL Synthetic; 29 thru 42 Pints 13WUC ALLISON SPARE INPUT /OUTPUT for Rugged Duty Series (RDS); General Purpose Trucks, Construction 13WYH TRANSMISSION TCM LOCATION Located Inside Cab 13WYU SHIFT CONTROL PARAMETERS Allison 3000 or 4000 Series Transmissions, 5th Generation Controls, Performance Programming 14GVN AXLE, REAR, TANDEM {Meritor MT- 40- 14X -4DCR} Single Reduction, 0.433 "(11 mm) Wall Housing Thickness, 40,000 -lb Capacity, R Wheel Ends, With Driver Controlled Locking Differential in Forward -Rear and Rear -Rear Axle . Gear Ratio: 5.86 Includes : POWER DIVIDER LOCK Electric over Air Operated, Cab Control with Indicator Light : REAR AXLE DRAIN PLUG (2) Magnetic, For Tandem Rear Axle Notes : The following features should be considered when calculating Rear GAWR: Rear Axles; Rear Suspension; Brake System; Brakes, Rear Air Cam; Brake Shoes, Rear; Special Rating, GAWR; Wheels; Tires. 14UHC SUSPENSION, REAR, TANDEM {Hendrickson RT -403} Walking Beam Type 52" Axle Spacing; 40,000 -lb Capacity With Rubber Center Bushings Includes : CROSSMEMBER, SUSPENSION Stamped Steel Double Dogbone Notes 5 Proposal: 5569 -01 INTERNATIONAL® Vehicle Specifications March 03, 2015 2016 7400 SFA 6X4 (SF525) Code Description : The following features should be considered when calculating Rear GAWR: Rear Axles; Rear Suspension; Brake System; Brakes, Rear Air Cam; Brake Shoes, Rear; Special Rating, GAWR; Wheels; Tires. 14WAL SUSPENSION /REAR -AXLE IDENTITY for Meritor Tandem Rear Axles With Bar -Pin Beam Attachment Type Suspensions 15LKG 15SGG FUEL/WATER SEPARATOR with Thermostatic Fuel Temperature Controlled Electric Heater, and Filter Restriction /Change Indicator, Includes Standard Equipment Water -in -Fuel Sensor FUEL TANK Top Draw; D Style, Non Polished Aluminum, 19" Deep, 70 U.S. Gal., 265 L Capacity, with Quick Connect Outlet, Mounted Left Side, Under Cab 15WDG DEF TANK 7 U.S. Gal. 26.5L Capacity, Frame Mounted Outside Left Rail, Under Cab 16030 CAB Conventional Includes : ARM REST (2) Molded Plastic; One Each Door : COAT HOOK, CAB Located on Rear Wall, Centered Above Rear Window : CUP HOLDERS Two Cup Holders, Located in Lower Center of Instrument Panel : DOME LIGHT, CAB Rectangular, Door Activated and Push On -Off at Light Lens, Timed Theater Dimming, Integral to Console, Center Mounted : GLASS, ALL WINDOWS Tinted : GRAB HANDLE, CAB INTERIOR (1) "A" Pillar Mounted, Passenger Side : GRAB HANDLE, CAB INTERIOR (2) Front of "B" Pillar Mounted, One Each Side : INTERIOR SHEET METAL Upper Door (Above Window Ledge) Painted Exterior Color : STEP (4) Two Steps Per Door 16HBA GAUGE CLUSTER English With English Electronic Speedometer Includes : GAUGE CLUSTER (6) Engine Oil Pressure (Electronic), Water Temperature (Electronic), Fuel (Electronic), Tachometer (Electronic), Voltmeter, Washer Fluid Level : ODOMETER DISPLAY, Miles, Trip Miles, Engine Hours, Trip Hours, Fault Code Readout : WARNING SYSTEM Low Fuel, Low Oil Pressure, High Engine Coolant Temp, and Low Battery Voltage (Visual and Audible) 16HGH GAUGE, OIL TEMP, ALLISON TRAN 16HKT IP CLUSTER DISPLAY On Board Diagnostics Display of Fault Codes in Gauge Cluster 16HLJ GAUGE, DEF FLUID LEVEL 16JYX SEAT, DRIVER {National 2000} Air Suspension, High Back With Integral Head Rest, Cloth, Isolated, 1 Chamber Lumbar, 2 Position Front Cushion Adjustment, -3 to +14 Degree Seat Back Angle Adjustment, Dual Shocks Includes : SEAT BELT 3- Point, Lap and Shoulder Belt Type 16SDZ MIRROR, CONVEX, HOOD MOUNTED {Lang Mekra} Right and Left Side; 7.44" Sq., Bright 16SEE GRAB HANDLE Chrome; Towel Bar Type With Anti -Slip Rubber Inserts; for Cab Entry Mounted Left Side Only at "B" Pillar 16SMR SEAT, PASSENGER {National) Non Suspension, High Back With Integral Headrest, Cloth, With Fixed Back, With Under Seat Storage 16SNC MIRRORS (2) {Lang Mekra} Rectangular 7.55" x 14.1" Integral Convex Both Sides, 102" Inside Spacing, Breakaway Type, Thermostatically Controlled Heated Heads, Bright Finish Heads, with Black Brackets and Arms 16VCC SEAT BELT All Orange; 1 to 3 16VSL WINDSHIELD Heated, Single Piece 6 Proposal: 5569 -01 INTERNATIONAL® Vehicle Specifications March 03, 2015 2016 7400 SFA 6X4 (SF525) Code Description 16WBY ARM REST, RIGHT, DRIVER SEAT 16WCT AIR CONDITIONER {Blend -Air) With Integral Heater & Defroster Includes : HEATER HOSES Premium : HOSE CLAMPS, HEATER HOSE Mubea Constant Tension Clamps : REFRIGERANT Hydrofluorocarbon HFC -134A 16WJT INSTRUMENT PANEL Center Section, Ergonomic Panel 16WJU WINDOW, POWER (2) And Power Door Locks, Left and Right Doors, Includes Express Down Feature 16WKY HVAC FRESH AIR FILTER 16WLE STORAGE POCKET, DOOR Molded Plastic, Full Width; Mounted on Passenger Door 16WRX CAB INTERIOR TRIM Deluxe Includes : "A" PILLAR COVER Molded Plastic : CAB INTERIOR TRIM PANELS Cloth Covered Molded Plastic, Full Height; All Exposed Interior Sheet Metal is Covered Except for the Following: with a Two -Man Passenger Seat or with a Full Bench Seat the Back Panel is Completely Void of Covering : CONSOLE, OVERHEAD Molded Plastic; With Dual Storage Pockets with Retainer Nets and CB Radio Pocket : DOOR TRIM PANELS Molded Plastic; Driver and Passenger Doors : FLOOR COVERING Rubber, Black HEADLINER Soft Padded Cloth : INSTRUMENT PANEL TRIM Molded Plastic with Black Center Section : STORAGE POCKET, DOOR (1) Molded Plastic, Full- Length; Driver Door : SUN VISOR (2) Padded Vinyl with Driver Side Toll Ticket Strap, Integral to Console 16WSK CAB REAR SUSPENSION Air Bag Type 27DMW WHEELS, FRONT DISC; 22.5" Painted Steel, 5 -Hand Hole, 10 -Stud (285.75MM BC) Hub Piloted, Flanged Nut, Metric Mount, 9.00 DC Rims; With Steel Hubs. 28DPM Includes : PAINT IDENTITY, FRONT WHEELS White Notes : Compatible Tire Sizes: 12R22.5, 295/75R22.5, 295/80R22.5, 315/80R22.5 WHEELS, REAR DUAL DISC; 22.5" Painted Steel, 2 Hand Hole, 10 -Stud (285.75MM BC) Hub Piloted, Flanged Nut, Metric Mount, 8.25 DC Rims; With .472" Thick Increased Capacity Disc and With Steel Hubs Includes : PAINT IDENTITY, REAR WHEELS White Notes : Compatible Tire Sizes: 11R22.5, 12R22.5, 255/70R22.5, 255/80R22.5, 265/75R22.5, 275170R22.5, 275/80R22.5, 295/75R22.5, 295/80R22,5 29PAW PAINT IDENTITY, FRONT WHEELS Disc Front Wheels; With Vendor Applied Gray Powder Coat Paint 29PAX PAINT IDENTITY, REAR WHEELS Disc Rear Wheels; With Vendor Applied Gray Powder Coat Paint 60AAG BDY INTG, REMOTE POWER MODULE Mounted Inside Cab behind Driver Seat; Up to 6 Outputs & 6 Inputs, Max. 20 amp. per Channel, Max. 80 amp Total (Includes 1 Switch Pack With Latched Switches) 7372135426 (8) TIRE, REAR 11R22.5 ECO PLUS HD3 (CONTINENTAL) 493 rev /mile, load range G, 14 ply 7792545416 (2) TIRE, FRONT 315/80R22.5 HSU2 WT (CONTINENTAL) 481 rev /mile, load range L, 20 ply Cab schematic 100GM 7 Proposal: 5569 -01 INTERNATIONAL® Vehicle Specifications March 03, 2015 2016 7400 SFA 6X4 (SF525) Code Description Location 1: 2303, Red (Std) Chassis schematic N/A Services Section: 40115 WARRANTY Standard for WorkStar 7300/7400 (4x2, 4x4, 6x4, 6x6), Effective with Vehicles Built January 2, 2015 or Later, CTS -2002U Co00ntinental Tire Surcharge 8 Proposal: 5569 -01 MINIMUM SPECIFICATIONS FOR 58K GVW SNOW PLOW I. ENGINE AND EQUIPMENT ITEM ITEM DESCRIPTION COMPLIANCE A. DIESEL MINIMUM 350 HP 1000 LB /FT yes ❑ no Comments MUST MEET EPA 2010 W/O USE OF CREDITS B. SIDE OF HOOD AIR INTAKE WITH FIREWALL MOUNTED DONALDSON AIR CLEANER AND INSIDE /OUTSIDE AIR WITH SNOW DOOR [.]yes ❑ no Comments C. (2) ALLIANCE MODEL 1231, GROUP 31, 12 VOLT MAINTENANCE FREE 2250 CCA THREADED STUD BATTERIES ❑ yes irno Comments ( 3 l2 ✓o /� 3 e; - !S 4, L 2 9 i s- C G D. POSITIVE AND NEGATIVE POSTS FOR JUMPSTART LOCATED ON FRAME NEXT TO STARTER ❑ yes ❑✓'no Comments E. POSITIVE LOAD DISCONNECT WITH CONTROL SWITCH WITH LOCKING PROVISION MOUNTED AT OR NEAR BATTERY BOX -yes ❑ no Comments F. MINUMUM 18.7 CFM AIR COMPRESSOR WITH INTERNAL SAFETY VALVE ❑ yes ❑✓no Comments /n� 14 _ C G�� Ya.V /e -,, .o/'yfsor G. EXHAUST BRAKE INTEGRAL WITH VARIABLE GEOMETRY TURBO WITH ON /OFF DASH SWITCH 11-yes ❑ no Comments H. RH OUTBOARD UNDER STEP MOUNTED HORIZONTAL AFTERTREATMENT SYSTEM ASSEMBLY WITH RH B- PILLAR MOUNTED VERTICAL TAILPIPE 1--yes ❑ no Comments I. MINIMUM 6 GALLON DIESEL EXHAUST FLUID TANK II-yes ❑ no Comments J. 1200 SQUARE INCH ALUMINUM RADIATOR I l -yes ❑ no Comments K. ANTIFREEZE TO -34F, NOAT EXTENDED LIFE COOLANT I []'yes ❑ no Comments L. 1310 ADAPTER FLANGE FOR FRONT PTO PROVISION 7--"S;es ❑ no Comments M. Comments PHILLIPS -TEMRO 1000 WATT /115 VOLT BLOCK HEATER I Ryes ❑ no N. ELECTRIC GRID AIR INTAKE WARMER I ❑/yes ❑ no Comments ALLISON 3000 RDS AUTOMATIC TRANSMISSION WITH PTO PROVISION [yes O. 100 PERCENT DIESEL EXHAUST FLUID FILL 1 FVyes ❑ no Comments B. VEHICLE INTERFACE WIRING WITH BODY BUILDER CONNECTOR MOUNTED ON FIREWALL. ELECTRONIC TRANSMISSION CUSTOMER ACCESS CONNECTOR FIREWALL MOUNTED P. 2013 ONBOARD DIAGNOSTICS /2010 EPA/CARB /GHG14 11 .es ❑ no Comments Comments C. II. TRANSMISSION AND EQUIPMENT ITEM ' ITEM DESCRIPTION COMPLIANCE A. ALLISON 3000 RDS AUTOMATIC TRANSMISSION WITH PTO PROVISION [yes ❑ no Comments ❑ yesfio B. VEHICLE INTERFACE WIRING WITH BODY BUILDER CONNECTOR MOUNTED ON FIREWALL. ELECTRONIC TRANSMISSION CUSTOMER ACCESS CONNECTOR FIREWALL MOUNTED ;,ryes ❑ no Comments no Comments C. 2YEAR UNLIMITED MILE TRANSMISSION WARRANTY I (yes ❑ no Comments III. AXLES, BRAKE, SUSPENSION I ITEM ITEM DESCRIPTION COMPLIANCEv A. 20,000# SINGLE FRONT AXLE 1 []yes ❑ no Comments B. MERITOR 16.5X6 Q+ CAST SPIDER CAM FRONT BRAKES, DOUBLE ANCHOR, FABRICATED SHOES. MERITOR AUTOMATIC FRONT SLACK ADJUSTERS. MERITOR 16.5X7 Q+ CAST SPIDER CAM REAR BRAKES, DOUBLE ANCHOR, FABRICATED SHOES. MERITOR AUTOMATIC REAR SLACK ADJUSTERS WABCO SS -1200 PLUS AIR DRYER WITH INTEGRAL AIR GOVERNOR AND HEATER ❑ yesfio Comments -. �Q, b C o �' 5 �-._ sC`..•e.. v- _ la et7 6v% /4-, I47 k- C. TRW THP -60 POWER STEERING WITH RCH45 AUXILIARY GEAR 1 ❑ yes no Comments ( M4 .. I i h— 40 0 a e"" A2 2rnsa.._.9 PO.,.�� .s7 b .i•c C 7Ca -/.S D. 20,000# FLAT LEAF FRONT SUSPENSION. GRAPHITE BRONZE BUSHINGS WITH SEALS - FRONT SUSPENSION ❑ yes no Comments Rw b g„_s h.►'S5 Ti,,_ iic,.. 4 4. ft( 4 pl y e_ ,.:r1', � MT- 40 -14XP 40,000# R-SERIES TANDEM REAR AXLE. 5.86 REAR AXLE RATIO. IRON REAR AXLE CARRIER WITH OPTIONAL HEAVY DUTY AXLE HOUSING es ❑ no E. Comments F. DRIVER CONTROLLED TRACTION DIFFERENTIAL - BOTH TANDEM REAR AXLES (1) INTERAXLE LOCK VALVE, (1) DRIVER CONTROLLED DIFFERENTIAL LOCK FORWARD -REAR AND REAR -REAR AXLE VALVE - es ❑ no Comments G. HENDRICKSON RT403 REAR SUSPENSION @ 40,000# Pr Yes ❑ no Comments 1 yes ❑ no H. SYNTHETIC LUBE ALL AXLES Comments IV. TIRES ITEM ITEM DESCRIPTION COMPLIANCE A. CONTINENTAL HSU2 WT 315/80R22.5 20 PLY RADIAL FRONT TIRES CONTINENTAL HD3 ECO PLUS 1 1R22.5 14 PLY RADIAL REAR TIRES yes ❑ no Comments B. 70 GALLON ALUMINUM FUEL TANK - LH FUEL FILTER/WATER SEPARATOR WITH HEATED BOWL AND PRIMER PUMPS 1 MINIMUM SPECIFICATIONS FOR 58K GVW SNOW PLOW V. CAB ITEM„ ITEM DESCRIPTION A. FLAT ROOF ALUMINUM CONVENTIONAL CAB. MUST BE ALUMINUM MINIMUM INTERIOR WIDTH TO BE 74 INCHES COMPLIANCE ❑ yes Comments 5A/ S B. BOLT -ON MOLDED FLEXIBLE FENDER EXTENSIONS ❑ no Comments C. (2) EACH LH AND RH GRAB HANDLES INSIDE AND OUTSIDE THE CAB D,,,,,e, - 5:4_ {' _TGli;soi,.. )Tv, / /� ' SINGLE 14 INCH ROUND POLISHED AIR HORN ROOF MOUNTED SINGLE ELECTRIC HORN SINGLE HORN SHIELD J� et, ( )200-t6 AD l/o''� s t)- A >,- LED AERODYNAMIC MARKER LIGHTS INTEGRAL STOP /TAIL /BACKUP LIGHTS ❑ yes [ ✓no '-/ y [ es ❑ no S e 76' [11-es ❑ no Comments D. Comments E. Comments F. DOOR MOUNTED HEATED MIRRORS 102 INCH EQUIPMENT WIDTH LH AND RH 8 INCH BRIGHT FINISH CONVEX MIRRORS MOUNTED UNDER PRIMARY MIRRORS RH AND LH 8 INCH STAINLESS STEEL FENDER MOUNTED CONVEX MIRRORS WITH TRIPOD BRACKETS E yes ❑ no Comments G. RH AND LH ELECTRIC POWERED WINDOWS LH AND RH ELECTRIC DOOR LOCKS yes ❑ no Comments H. 1 -PIECE TINTED CURVED BONDED WINDSHIELD WITH HEATED WIPER BLADE PARK AREAS • yes Comments L 44? 22 ►rervi- b4)-,49 5-1,Vd /"),, // L'4 CAB EXTERIOR TO BE PAINTED RED ;) .0 4- A,,e /4-.4 s- 'yes ❑ no 1. Comments J. FRAME TO BE PAINTED STANDARD BLACK -es ❑ no Comments K. WHEELS TO BE PAINTED GRAY yes ❑ no Comments L. ! yes ❑ no Comments M. yes ❑ no Comments N. I ❑ yes ❑ no Comments O. (❑ yes ❑ no Comments P. yes ❑ no Comments MINIMUM SPECIFICATIONS FOR 58K GVW SNOW PLOW VI. CAB INTERIOR ITEM ITEM DESCRIPTION OMPLIANCE A. OPAL GRAY VINYL INTERIOR I es ❑ no Comments B. (2) CUP HOLDERS LH AND RH DASH GRAY /CHARCOAL WING DASH �' yes ❑ no Comments C. 2-1/2 LB. FIRE EXTINGUISHER TRIANGULAR REFLECTORS WITHOUT FLARES In yes ❑ no Comments D. HIGH BACK AIR SUSPENSION DRIVER SEAT WITH MECHANICAL LUMBAR AND INTEGRATED CUSHION EXTENSION HIGH BACK NON SUSPENSION PASSENGER SEAT DUAL DRIVER SEAT ARMRESTS, NO PASSENGER SEAT ARMRESTS B yes ❑ no Comments BLACK MORDURA CLOTH DRIVER AND PASSENGER SEAT COVER ')es ❑ no E. Comments F. 3 POINT HIGH VISIBILITY ORANGE RETRACTOR DRIVER AND PASSENGER SEAT BELTS D-yerg no Comments I 121es ❑ no G. ADJUSTABLE TILT AND TELESCOPING STEERING COLUMN Comments H. DRIVER AND PASSENGER INTERIOR SUN VISORS I yes ❑ no Comments I. HEATER, DEFROSTER AND AIR CONDITIONER I yes ❑ no Comments I I I MINIMUM SPECIFICATIONS FOR 58K GVW SNOW PLOW VII. INTERIOR CONTROLS ITEM ITEM DESCRIPTION A. SOLID -STATE CIRCUIT PROTECTION AND FUSES 12V NEGATIVE GROUND ELECTRICAL SYSTEM COMPLIANCE .................. es ❑ no Comments B. (2) 12 VOLT POWER SUPPLY yes ❑ no Comments C. LOW AIR PRESSURE LIGHT AND BUZZER 2 INCH PRIMARY AND SECONDARY AIR PRESSURE GAUGES ELECTRONIC CRUISE CONTROL WITH SWITCHES ON AUXILIARY GAUGE PANEL (B DASH PANEL) ODOMETER /TRIP /HOUR/DIAGNOSTICNOLTAGE DISPLAY 2 INCH ELECTRIC FUEL GAUGE ELECTRICAL ENGINE COOLANT TEMPERATURE GAUGE 2 INCH TRANSMISSION OIL TEMPERATURE GAUGE ELECTRIC ENGINE OIL PRESSURE GAUGE ELECTRONIC 3000 RPM TACHOMETER ELECTRONIC MPH SPEEDOMETER /yes ❑ no Comments C. ettis e_ C / 4.401 ire\ �tdr i'1_S IzAvee D. AM/FM /WB RADIO WITH FRONT AUXILIARY INPUT (2) RADIO SPEAKERS IN CAB ,� yes ❑ no Comments E. POWER AND GROUND STUDS IN /UNDER DASH L.Kies ❑ no Comments F. MULTI -BAND AM /FM /WB /CB LH MIRROR MOUNTED ANTENNA SYSTEM Eryes ❑ no Comments G. (6) IGN CONTROLLED EXTRA SWITCHES WITH IND LIGHTS WIRED TO POWER DIST BOX WITH RELAYS PROVIDING 20 AMPS PER CIRCUIT TO JUNCTION BLOCK AND 1 CIRCUIT AT 30 AMPS 'yes ❑ no Comments H. SINGLE ELECTRIC WINDSHIELD WIPER MOTOR WITH DELAY PROGRAMMED TO SLOWEST SPEED WITH PARK BRAKE SET yes ❑ no Comments I. MARKER LIGHT SWITCH INTEGRAL WITH HEADLIGHT SWITCH AND SINGLE CONNECTOR AND SWITCH FOR CUSTOMER FURNISHED SNOW PLOW LIGHTS, LOW BEAMS OFF WITH HIGH BEAMS G yes ❑ no Comments SELF CANCELING TURN SIGNAL SWITCH WITH DIMMER, WASHER/WIPER AND HAZARD IN HANDLE yes LJ no Comments VIII. FRAME ITEM ITEM DESCRIPTION COMPLIANCE A. 116 USABLE INCHES CAB TO TRUNION MEASUREMENT [i]yes ❑ no Comments B. 11/32 X 3 -1/2 X 10 -15/16 STEEL FRAME WITH 1/4 INCH C- CHANNEL INNER FRAME REINFORCEMENT es ❑ no Comments C. MINIMUM YEILD STRENGTH 120,000 PSI I yes ❑ no Comments ( yes ❑ no D. SECTION MODULUS MINIMUM 26.8 PER RAIL (CU. IN.) Comments E. FRAME RBM PER RAIL (LBF. -IN.) 3.21 MIL. 1 yes ❑ no Comments 1 DEVIATIONS Bidder must itemize all deviations to the specifications here. If this is not sufficient space, attach additional sheets as required. A statement referring to manufacturer's literature or specifications without stating the actual deviation hereon will be cause for disqualification. 371--ei 6,4 ,v-\ 1‘. A-an:el 72 41 A® 3 Sf��- SfwdS Unless otherwise stated by the bidder in the space provided above, the proposal will be considered as being in strict accordance with the specifications outlined herein, even though manufacturer's literature indicates deviations from the City's specifications. NAWSTAIT LIMITED WARRANTY FOR MODELS 5000 PAYSTAR®, 7500/7600, WORKSTAR® "Effective with vehicles built January 02, 2015 or later BASIC VEHICLE Navistar, Inc., at its option, will repair or replace any part of this vehicle that proves defective in material or workmanship, in normal use and service, with new or ReNEWedm parts, based on the Component Coverages below. Exceptions are listed below: ;BASIC VEHICLE COVERAGE Nlonths . Mdes /f in (000) Basic Vehicle Warranty ( (Sec exceptions listed below) Towing (Vehicles with MasxForee• 10 engine failures only) Towing (Vehicles with N13 engine failures on)) Towing (First 90 days sec below) (Vehicle Down Situations Only) (Sec exceptions listed below) mote: Items not listed in warranty exceptions follow base warrant)'. 12 21 24 Unlimited 250/400 Unlimited WARRANTY EXCEPTIONS `= CHASSIS COVERAGE , Months . �'liles /F m (000) Frame side mils Frame side mils (7500 only) Cab /cowl structure Cab /cowl perforation corrosion W 84 61) 60 Unlimited Unlimited Unlimited Unlimited ENGINE COVERAGE . Months Nliles/ICm (000) Non - Rescue Applications MnzxForce° 10 Engine Navistar• NIO Engine Navistar° N13 Engine Navistar• N13 Major Components Major Components are cylinder block. main bearing bobs. cylinder head casting and capscretrs, crankshaft. camshaft. cam follower, connecting rods /cnps,bolrs. intake man f ld castings, and gear train gears. Rescue Application Only (Fire Truck. Ambulance, Emergency) Mas,Force• 10 Engine Navistar. NIO Engine Navistar° N13 Engine 24 24 24 60 60 60 60 250/400 250/400 Unlimited 51)1)/800 100 /160 100/160 100/160 DRIVETRAIN COVERAGE Months, ,. , Miles/Km (000) Rear Askc Weight Rs)ings Greater than 52 ax) lb 12 12 12 36 36 36 Unlimited Unlimited Unlimited 300/480 300/480 300/480 Front Axle Assembly Rear Axle and Differential Transmission Rear Axle Weight Ratings of 52.000 lb and Less Front Axle Assembly Rcar Axle and Differential Transmission MISCELLANEOUS COVERAGE Months ."', Miles /Km . (000) Printed in the US CTS -2003Z Briglmvork. Chassis Paint and Corrosion (other than Cab) Hood/Cab Paint 6 12 Unlimited Unlimited FIRST 90 DAYS FROM DELIVERY TO,USER (DTU) Correction of loose fasteners. squeaks. rattles and unusual noises. Towing (unless specific coverage is stated above). Adjustments and hlaintenancc (such as aim headlights. adjust brakes /clutch. adjust steering system. check and 011 coolant levels). Navistar Diesel Engine Coverage Includes: Engine block, cylinder heads, internally lubricated components fuel pump, high pressure pump, turbocharger, water pump, air compressor, injectors /nozzles; electronic engine modules, engine relays, engine sensors and regulators required for electronic engine operation, and certain aftertreatment components. Excluding: attaching accessories (e.g., fan clutch, alternator, starter, etc.), and externally mounted electrical and filtration systems. WHAT IS NOT INCLUDED UNDER BASIC COVERAGE Components /Items • Components warranted by their respective manufacturers (such as non - International" brand engines, tires, Allison Transmissions, lubricants. • Bodies, equipment, and accessories installed by other than authorized International', Truck employees at International' Truck manufacturing plants • Front and rear axle alignment • Front & Rear axle coverage excludes brakes, wheel ends, axle shafts, controls & attachments Repairs & Maintenance • Maintenance- related items /repairs, or those needed as a result of normal wear and tear, including tune -ups, brake /clutch linings, windshield wiper blades, tire balancing, lubrication, and other similar procedures /parts required to keep vehicle in good working condition • Failures that are the result of poor fuel quality, water in fuel, rust, etc. • Repairs needed as a result of vehicle misuse, negligent care, improper maintenance, improper operation, or the result of accident or collision • Fade, runs, mismatch or damage to paint, trim items, upholstery, chrome, polished surfaces, etc., resulting from environmental causes such as improper polishes. cleaners or washing solutions, or chemical and industrial fallout • Failure to observe published capacity or load specifications for engine, transmission, propeller shaft, axles (powertrain) and suspension Other • Vehicles sold and /or operated outside the United States and Canada • Vehicles/components that have had unauthorized alterations or modifications • Vehicles on which the odometer reading has been altered • Loss of time or use of the vehicle, loss of profits, inconvenience, or other consequential or incidental damages or expenses • Replacement of defective parts with parts other than those provided by Navistar. Inc Page 1 of 2 CTS -2003Z Revised: 12/2014 jag Ari &Aril icy OBTAINING SERVICE Return this vehicle to any International Truck Dealer authorized to service this model vehicle and engine. This warranty is automatically transferred to subsequent owners at no charge. Visit your local Authorized International Truck Dealer for name and address change information. Note:The customer has 365 days and up to a maximum of 1011,1100 miles (160,11101 km) from DTU to purchase an extended warranty on the unit. For extended warranty purchases between 101 and 365 days from DTU and <100,000 miles (160,001 km) an additional fee will be assessed. See your local International dealer for details. DISCLAIMER NO WARRANTIES ARE GIVEN BEYOND THOSE DESCRIBED HEREIN. THIS WARRANTY IS IN LIEU OF ALL OTHER WARRANTIES, EXPRESSED OR IMPLIED. THE COMPANY SPECIFICALLY DISCLAIMS WARRANTIES OF MERCHANTABILITY AND FITNESS FOR A PARTICULAR PURPOSE, ALL OTHER REPRESENTATIONS TO THE USER/PURCHASER, AND ALL OTHER OBLIGATIONS OR LIABILITIES. THE COMPANY FURTHER EXCLUDES LIABILITY FOR INCIDENTAL AND CONSEQUENTIAL DAMAGES, ON THE PART OF THE COMPANY OR SELLER. No person is authorized to give any other warranties or to assume any liabilities on the Company's behalf unless made or assumed in writing by the Company, and no other person is authorized to give any warranties or to assume any liabilities on the seller's behalf unless made or assumed in writing by the seller. Remedies.Under Stitt or Provincial Lad: Some' Slates and Provinces do not allow tic'exclusion or Limitation of incidental or consequcntial damages: so the above 1imitatio ocekclasion may not apply to the owner. This warranty gives the tamer speei ie legal rights,` and he may also have other legal rights which may barn by state or province. Printed in the US CTS -2003Z RECORD OF OWNERSHIP Upon receipt of new vehicle by original owner, complete the following: 1 have read this Warranty Brochure and fully understand the warranty coverage. I acknowledge that I have received a copy of the Owner's Limited Warranty and I accept the terms described herein. Customer Signature Date Owner's Address City State /Pros Postal Code Truck Model Vehicle Identification Number Engine Number Engine Serial Number Date Delivered to User (DTU) Odometer Reading at Delivery IMPORTANT:The information contained in this Warranty Policy explains the coverage provided on your new International° vehicle This policy should be kept in the vehicle for presentation to the Dealer when you request warranty services. Page 2 of 2 CTS -2003Z Revised: 12/2014 ahn Equipment Compa 2400 Georgetown Road Danville, IL 61832 800 -252 -3159 217- 431 -1232 Fax 217-431-1237 March 3, 2015 City of Carmel Mr. Dave Huffman City of Carmel Dear Mr. Hu an, Y Below please find our quote to install a Swenson Live Floor Bed, Light System, Central Hydraulic System, Spreader and Snow Plow and Hitch on your truck. Swenson 13' APB Conveyor Floored Dump Bed Central Hydraulic System Crankshaft Driven Tandem Hydraulic Pump Morse Cable Controls Mounted on Console Double Acting Hoist Power Up /Power Down Plow Power Up /Gravity Down Plow Power Reverse with Cushion Valve Dual Spreader Control Mounted on Console Sander Detent Morse Control Lever with Separate Valve Section 35 Gallon Reservoir with In -Tank Filter, Sight/Temperature Gauge Low Oil Warning Light Ball Valve to Close Hydraulic Tank during Servicing Two Wire Pressure Hoses; Single Wire Return Hoses Light System Federal Signal LED Highlighter Mounted on Riser on Lightbar Federal Signal LED Oval Strobe Lights in Cabshield Facing Forward Federal Signal LED Oval Strobe Lights in Cabshield Facing Sides Federal Signal LED Strobes on Wing Facing Rear Federal Signal LED Strobes on Wing Facing Side Federal Signal LED Strobes on Wing Facing Driver Federal Signal LED Tail Lights Mounted in Corner Post of Bed Federal Signal LED Backup Lights Mounted in Corner Post of Bed Halogen Snow Plow Lights with Integral Turn Signal Mounted on Stainless Steel Mounts on Mirror: Rear Junction Box Removable LED Spreader Light Rear Hitch 40,000 Ib. Pintle Hitch 7 Pin Electrical Connector Electric Brake Controller 1" Thick Rear Plate Hitch Snow Plow Hitch Universal Front Frame Hitch with Lift Arm 34" Husting Hitch Double Acting Cylinder Husting Hitch Roller Kit Snow Plow Henke 41R12IS Reversible Plow Hydraulic Power Reverse 34" Husting Hitch Plow Portion Snow Plow Wing Henke PPW9 Patrol Wing Full Trip Double Acting Cylinder Price Installed FOB Danville Illinois For Stainless With Wing Price Installed FOB Danville Illinois For Stainless No Wing $83,171.27 per unit $69,449.57 per unit Total for all 6 Units $444,140.82 Additional Cost for Electronic Spreader $2,632.80 per unit If you have any additional questions or wish to go ahead, please call and we will be happy to help you. Due to the uncertainty of steel prices, we reserve the right to adjust our quote after 30 days. Tim Waterman MINIMUM SPECIFICATIONS FOR CENTRAL HYDRAULIC SYSTEM 1. GENERAL 1TE A. B. C. IT N.DESCRIPTI The intent of these specifications is to describe a central hydraulic system and controls for the operation of a municipal truck The components listed herein have been chosen for their ability to provide long term durability and ease of service All components described herein shall carry minimum one-year warranty 2. HYDRAULIC PUMP LIANCE El yes Ej no ryes 2 yes 11111 no no TEM FE DESCItIPTI . , . „ A. B. c. D. E. The hydraulic pump will be a variable displacement piston pump with load sensing control. The pump shall have sufficient pressure and flow to operate all functions of the truck at the same time. The pump shall have 2" suction line. The pump shall have a 1-1/4" keyed drive shaft and SAE type C mounting flange. A steel ball valve shall be at the outlet of the pump. 3. DRIVELINE and MOUNTING ITEM [hEM DESCRIPTI�N : . A. I The hydraulic pump shall be driven directly off the engine crankshaft via a splined driveline to allow for movement. 0 yes O no yes Lil no yes Lino r [2 yes El no I LZ yes LIlno B. C. [ D. MPLIANCE yes LI1 no The driveline shall include grease fittings on both u-joints. Spicer model O yes 1350 or equal. The hydraulic pump shall be mounted with shaft centerline parallel to the crankshaft centerline and at a level to create not more than a three degree angle on the drive line. no Oyes n no The pump mounting shall be incorporated with a bracket fabricated to 14 yes mount in the extended frame rails of the chassis. 4. HYDRAULIC VALVE A. B. writ-scram no ir■70 LIA:NCE' The control valve shall be U.S. manufactured. E yes no The valve shall be Sauer-Danfoss model PVG32 load sensing sectional spool n yes Z no type 0-ring ports mounted in a combination weatherproof enclosure and 1 reservoir on the outside of frame rail. 1 C. Valve sections to be arranged as follows: D. E. F. G. Hoist, 26 gpm, double acting cylinder with down side work port relief set at 500 psi. yes Lino yes fl no Plow lift, 10 gpm, single acting cylinder. yes Plow angle, 17 gpm, double acting cylinder. 1 yes Power beyond for spreader. 0 yes H. P. L. rm. Hydraulic lines with quick disconnects shall be installed at front for plow and yes at rear for spreader. Plow quick disconnects shall be installed on bumper at front of unit. UZI yes Spreader quick disconnects shall be installed on side of frame at rear of unit FM yes System will include a test port that is easily accessible in the valve enclosure. Ft yes Test port will be capped #4 JIC. 1 yes A 0-3000 psi gauge will be in the valve enclosure. r121 yes Lino Lino 2 no • no Ej no • no no L I no 0 no 5. CABLE CONTROLS 4TE A. 1 The valve controls shall be a remote system with sealed cables. ITEM DESCRIPTION B. It must have bonnet-type connections at valve banks as to seal hydraulic valve spool ends. r.00 I-Oyes Lino LI yes 171 no C. The cables shall be stainless steel capable of 100 pounds of push and pull. D. The controls shall be mounted on a pedestal within easy reach to the right of operator seat. FE- Dyes 0 no Vyes nn. The valve controls shall be single axis for dump body, and dual axis snow plow up/down and angle. F. The dump body handle shall include a center detent lock for safety. 12 yes [lino yes 1 ino 6. SPREADER CONTROL . _ EM*DESCRIPTI NIPLIANCE' A. Load sensing manual dual spreader control with on/off lever shall be mounted 1 rZyes 0 no on a pedestal next to operator with all hoses enclosed. B. Both controls to have eleven detent positions. _ . 11Yryes Lino TrE FILTERS !.PYIDEsPREPIA, A. The system will be protected by two filters. 13. Filters shall be a 10 micron tank top mounted return filter with diffuser, and a 100 mesh suction strainer. COMPLIANCE z yes no Oyes H no C. One additional return filter element will be included at delivery. no 2 8. COMBINATION RESERVOIR and VALVE ENCLOSURE ITEM (ITWI)ESCARTI: A. I The combination valve enclosure and hydraulic reservoir to be constructed of eyes I stainless steel and mounted on driver side frame rail. B. [ Reservoir capacity to be 35 gallons C. r Reservoir to include a sight/temp gauge. magnetic drain plug, internal baffle separating the suction and return side and a screened filler/breather assembly D. The hydraulic valve will be mounted in the enclosure that fully encloses the hydraulic valve. E. no f [yes ❑ no yes n no Oyes ❑ no The enclosure will feature a removable access panel held in place by rubber latches. The enclosure shall be a combination unit with the reservoir. All plumbing internal to the enclosure will be SAE tubing and terminate on the enclosure with bulk type JIC fittings. L7 yes ❑ no 0 yes ,[no 9. PLUMBING B. C. D. M DESCR2IPTIN The hydraulic system will be plumbed to SAE standards with no black iron pipe connections or components. A 1/4 turn ball valve will be include on the suction line and safety tied open. Pressure lines to be SAE 100 -R 16, Return lines to be SAE 100 -R 1, Suction line to be 2" SAE100 -R4. :COMPLIAN_ [21 -yes ❑ no [ayes ❑ no /❑ yes n no Plumbing to rear of chassis for conveyor and spinner to be run down the chassis with SAE rated stainless steel tubing secured with isolation clamps. yes ❑ no Connection from the stainless steel tube to the quick couplers or valves to be short, SAE100 -R16 hose assemblies. F. All necessary hoses and fittings for a complete and functional system. yes LJ no 10. CONTROL CABLE INSTALLATION Control cables exiting the cab will pass through a rubber grommet or strain relief. yes U no Cables will be supported and secured within 6 inches of entry / exit by rubber covered clamps or strain relief. C. Adequate slack will be provided for chassis and cab movement. 1D I E. Cables will be routed away from all abrasion and heat sources. Cables will be secured with proper sized rubber cushioned, bolt through clamps with stainless steel bands and grade 5 stainless steel bolts with nylock nuts. yes ❑ no es ❑ no yes ❑ no 3 II. ADDITIONAL HYDRAULICS FOR WING PLOW (Two Trucks Only) A. B. C. D. FE. m-q- 0,-- Double acting valve section for wing plow up/down and in/out. I yes n n. 1 Port relief for wing plow valve section. I Eyes F Lock valve on toe and heel cylinders. One cable control with four way control lever for wing plow functions. 12j yes fl no Sequencing valve for proper wing plow up/down operation , Zyes 0 no F. Additional hoses and fittings as necessary for wing plow installation. 112j yes 0 no G. Wing plow hoses and fittings shall be installed for easy removal during non- 1 2 yes n no use periods. 1 no 12. ELECTRONIC SPREADER CONTROL e MTIAAN' - A. Spreader control will be a digital electric control with the capability of ,z yes D no programming for open loop or closed loop ground speed control B. It will include timed blast function for increasing the auger amount C. ['yes no Digital display will show selected application rate and self diagnostic error ER yes no codes D. Two separate control knobs will allow adjustment of the spinner and auger 17Iyes fl no speed E. Touch screen control shall operate the liquid pre-wet function 1-171 yes F. Unit will feature on screen calibration with color display and pass button Z yes G. Unit will have capability of operating in electric or manual mode Zyes H. Hydraulic valve will be connected to the control console via TPE harness system with high visibility yellow cables ro yes 1. System to include diagnostic board with direct reading LED circuit indication 117 yes K. FL. M. Wiring system to exclude any infusion from direct application of 1000 psi pressure wash spray Connectors to withstand 500 hours of 35C salt spray 1 Connectors to feature molded o-ring and splash shield protection Connectors to include detented lock ring on diagnostic board yes [1 no Eno fl no 21 no fl no [111 no I A yes no [ljyes 2 no yes FA no N. 1 Handle for the plow up/down shall include a pass and blast button for the F121 yes EJno spreader control 0. Hydraulic control valve will include momentary and maintained overrides for [7 yes D no all electrical operated sections P. One dump body conveyor drive motor shall have a 100 PPR speed sensor 171 yes no with a 4 pin M12 receiver for ground speed operation of controller. 4 MINIMUM SPECIFICATIONS FOR A 13' MULTI-PURPOSE DUMP BODY 1. GENERAL ITEM .1.11TEM DESCRIPTION A. Fit is the intent of these specifications to describe a multi-use heavy duty dump body. B. Body shall be versatile with the ability to be used as a dump body or as a spreader body. C. D. E. F. Body shall have an integral center conveyor to discharge material through the tailgate onto a spinner assembly. Conveyor shall be capable of various aggregate type materials including asphalt. Manufacturer shall provide caution labels, decals and any warnings deemed necessary. MPAIANCE yes 0 no Fr yes 0 no [2r yes 0 no 17 yes 0 no Manufacturer shall attach their standard warranty statement. All components described herein shall carry a minimum one-year warranty. One parts, operation, and service manual shall be supplied. 2. BODY yes LJ no a----3-T-e-s Lino Oyes Lino I.JUMPESCk[rPl , Lt - A. [The body shall be 13 feet inside length. 2 yes ri no B. f The body shall be 86" ID and 96" OD wide. yes n no C. The body shall have straight vertical sides, and full width horizontal floor. LA yes 1-1 no D. The side height of the body shall be 46", and tailgate height shall be 54" I--vi yes I I no E. The body capacity shall be 13 cubic yards, water level full. n yes no r F. The body shall be continuously welded 100% throughout. rkl yes ri no G. rEitire body shall be constructed of 201 stainless steel unless noted otherwise. H. The sides, front, and tailgate shall be manufactured of 3/16" 201 stainless IA yes El no steel. 1. The floor on both sides of the conveyor shall be fabricated from 1/4" AR400 steel J. The floor under the conveyor shall be fabricated from 1/4" AR400 steel. Floor sheet under conveyor shall be replaceable bolt in. K. The longsills shall be fabricated from 1/47201 stainless steel, 14" deep. L. The longsills shall have upper crossmembers between the longsills on 12" centers to support the floor. There shall be lower crossmembers between the longsills on 24" centers. All crossmembers will be 201 stainless steel. M. The understructure shall be crossmemberless style. yes 0 no [A yes Eno [ayes n no IZ yes fl no 0 yes 1/I no N. The boxed top rail shall be a minimum of 3/16" formed channel. rEryes no O. The lower rub rail shall be dirt shedding with 45 degree slope. Flyes 0 no 1 P. The sides shall have 6" sideboard pockets. 171 yes n no Q. The front shall have a doghouse to accommodate a telescopic trunion El yes 0 no mounted hoist. R. The body must be able to be mounted with no more than 5" between the cab rn yes n no and the front body panel. , S. The rear corner posts of the body shall be 3/16" 201 stainless steel. pi yes n no T. The rear comer posts shall have three 6" oval light cut outs, and one 6" oval yes 0 no light cut out mid-way on upper rail on each side. U. Additional reinforcement will be provided by a 3/16" thick 201 stainless steel TO yes no rear bolster. V. Side brace shall be one horizontal boxed section of 3/16" 201 stainless steel. 10 yes 17 no W. The unit shall have an 18" wide 201 stainless steel removable ladder bolted 2-yes [ no on driver's side of dump body. Bottom section shall slide under body. X. There shall be 12" typical vertically between the steps. Steps shall be Ryes Li no constructed of non-slip material. Y. There shall be half length black anti-sail type mud flaps behind the rear [Oyes I 1no wheels and black 3/4 length flaps mounted to body in front of the rear wheels. 3. TAIL GATE ITEM ITEM IIESCRIPTI COMPLRNE A. I The tailgate shall be manufactured from 3/16" 201 stainless steel with a t boxed petimeter. 1-B. The tailgate shall be double acting and have two vertical and one horizontal r2 yes no brace to form a six panel design. C. The material door shall extend into the interior of the body to prevent material 1 yes n no F from escaping through the partially opened door over the conveyor. D. The door shall be removable from outside of the body without the use of tools. Fiyes Lino 2 yes CI no E. F. rd. The door opening shall be 21" wide, with a screw adjustable opening height, I [2 yes ID no and shall be manufactured of 3/16" 201 stainless steel material. The tailgate shall have 1-1/4" stainless hardened pins. [ayes 0 no The tailgate latches shall be 1/2" thick stainless steel, with each latch being 1 2 yes no i adjustable. riT-' -he tailgate shall be air latch and air release type with dual air cylinders. . The air cylinders shall be located in the rear corner posts of the body. J. The tail gate switch shall be a safety switch with cover mounted on the dash. ,[2] yes 0 no K. Tail gate shall have a "D" ring welded on top to assist with lowering/raising. [-VI yes n no FEI yes 0 no [fl yes Vno 4. TELESCOPIC HOIST I ITEM ;ITEM -DESCRt T: , 1 The hoist shall be of a telescopic design, Class 80, minimum 25 ton lifting 1 f7fies I1 no A. B. C. rD. E. F. G. capacity, and have a trunion mounting. The hoist shall be designed to operate up to 2,500 PSI, and be self - bleeding. eyes ❑ no Each cylinder shall be internally sealed. r [/] yes ❑ no The inside seals shall be of a u-cup design made of ni- tral packing. I ELI yes n no The cylinder shall have a Melonized/Q.P.Q® running surface. [E yes ❑ no The Melonized surfaces shall have a predominance of single -phase epsilon Z yes ❑ no nitride. The nitride shall cover the entire cylinder er surface. This shall give the cylinder superior wear and corrosion resistance and also shall have superior wear and fatigue properties. The cylinder shall dismantle easily and overlap between stages for greater stability. j I• r—The trunion collar shall be oscillating. The cylinder shall be double acting in all stages. K. 1 Each rod or pin eye shall have a grease zerk. dyes 1-1 no (� yes ❑ no 2 yes n no 2 yes n no 0 yes n no L. The body/hoist hinge shall have 2" stainless steel pins that are removable and r❑ yes n/ no shall incorporate greaseable composite bushings. 5. CONVEYOR ITEM A. ITEMDESCRIPTId The body conveyor shall be 34" width and shall have 28,000 pound tensile 1 ❑ yes Vi no strength per strand US manufactured AL667XH pintle chain, with 1 -1/2" x 1/2" bar flights on 2 -1/4" centers. The conveyor shall not extend past the tailgate of the body. j O yes ❑ no C. 1 Body shall have 3/16" stainless steel removable chain guards. (D. The conveyor shall be driven by two 6:1 spur gearboxes and high torque /low speed hydraulic motors. E. There shall be 8 tooth sprockets keyed to the 2" drive and idler shafts. F. Conveyor drive shaft shall have heavy duty, dust sealed self - aligning four bolt flange bearings. FL] yes no yes n no G. H. I• The rear drive system, including drive shaft, sprockets, bearings, and gearboxes shall be removable as an assembly out the rear of the longsill. J. The front idler shaft, bearings, and sprockets shall be removable as an assembly out the longsill. [1] yes [/( no There shall be two chain wipers installed at the rear of the body. One shall be F❑ yes 0 no 1 yes ❑ no Zyes ❑ no There shall be a heavy -duty idler assembly that will provide adjustment for eyes ❑ no proper conveyor chain tension by use of slide rail style adjusters. Slide rail adjustment bolt shall be 1 -1/4" diameter. [—Z. yes n no ❑ yes VI no 3 6. SPINNER ITEM DESCRIPTIO VIPL'IA] The spinner assembly shall be manufactured from 201 stainless steel. yes 2 no B. inside of the chain and the second shall be under the chain. The wiper under the chain shall be removable without the use of tools to allow for cleaning the body between the conveyor and subfloor. 1 . j There shall be a subfloor kit under the conveyor to contain material carry over inside of the body longsills. 6 yes ❑ no The spinner assembly shall have three adjustable deflectors manufactured from 3/16" 201 stainless steel for directing material from the spinner disc. j M. All bearings and pivot points shall have accessible grease zerks. j 21 yes ❑ no ❑ no (ryes N. All grease zerks on conveyor bearings, hoist pivot, and tail gate shall have an extension for remote greasing at central location at front and rear. O. A safety body prop must be installed and comply with OSHA standards. yes ❑ no 6. SPINNER ITEM DESCRIPTIO VIPL'IA] The spinner assembly shall be manufactured from 201 stainless steel. yes 2 no B. The spinner assembly shall be mounted via two 2" receiver tubes with one tube located each side of the frame rail and spinner assembly. ❑ yes // no C. Entire spinner assembly shall be removable without the use of tools. yes ❑ no D. The spinner assembly shall have three adjustable deflectors manufactured from 3/16" 201 stainless steel for directing material from the spinner disc. ❑ yes r no ❑ yes V( no E. The material spread pattern shall be controlled by means of a center diverter located above the spinner disc, and with adjustment of the spinner body that is directed by holes drilled into the receiver mounts that can move the spinner assembly either forward or back of the conveyor. F. The spinner motor shall be high torque /low speed mounted directly to the spinner disc with a cast hub. Motor shall include seal saver grease cavity with zerk. ❑ yes 0 no G. The spinner disc shall be 20" in diameter and manufactured of polyurethane. (/j yes n no 7. CAB SHIELD �I7C1E A. The body shall have a 22" x 84" wide 3/16" thick 201 stainless steel cab shield. B. Cab shield shall be 1 00% welded to the front bulkhead of the body. 8. HYDRATJLIC CONTROL E ITE ITEM •DESCRIPTI� A. To operate the unit as a spreader, there shall be a variable speed manual dual cab control mounted in the cab. One control knob will govern the conveyor speed and the other will govern the spinner speed. B. Controls are included in central hydraulic system specifications. FIANCE; yes ❑ no yes ❑ no 4 9. LIGHTS jTEIVIDESCRIITION A. The body shall be equipped with sufficient number of clearance lights and 121 yes n no reflectors so placed as to meet Indiana State and F.M.V.S.S. specifications. B. The front body light system shall incorporate two (2) oval amber LED strobe lights mounted under each front comer of cab shield. One light shall be facing forward, and one light facing to the side. Lights shall be mounted in weather resistant stainless steel housing with rubber grommets. [2r yes O no Rear body light system shall include oval LED amber strobe, LED red S/T/T, kj yes 0 no and white B/U light recessed in each rear comer post with rubber grommet. r. LED amber oval strobes with rubber grommets shall be installed midway on yes n no sides of body. Side strobes to be activated with the rear strobe switch. F E. MI strobe lights shall be self-contained without need for power pack. 121 yes 110 Plow lights shall be mounted on chassis fender mirror brackets. IN yes LIJ no r2 yes Lil no G. Rear strobe, front strobe, plow lights, and spreader spot light shall be wired to dash mounted switches provided by chassis manufacturer. H. rWeather resistant electrical junction box for rear light package shall be mounted on left rear side of dump body A back up alarm shall be installed at rear. Z yes D no El yes n no 10. TARP ITEM 9FTEM,DESPO. • A. j An electric tarp system with asphalt tarp shall be installed with cab switch. I yes 0 no B. System shall incorporate an extruded aluminum roller bar assembly with 1 r/1 yes n no heavy duty sealed spring mounted in a durable steel protector housing. C. Heavy duty asphalt tarp shall be pulled by an extruded aluminum pull bar yes no with roller guides including method to hold down tarp. D. Tarp shall be installed to the forward of cab shield, with a wneector. ith wind deflector. [2] yes n no 11. PINTLE HITCH A. There shall be a 12 ton bolt on style pintle hitch mounted at the rear with a cradle height of 30" above ground. [B. The hitch shall be attached to a 3/4" hitch plate and reinforced per manufacturer's recommended methods. C. There shall be a 7 wire flat pin style trailer plug socket installed on the rear. D. "D" rings for safety chains shall be installed on each side of hitch plate. An electronic brake controller shall be mounted in the cab. yes n no FE, yes ri no 10 yes [1] no 1 yes I_ _1 no RA yes n no 5 MINIMUM SPECIFICATIONS FOR MID -MOUNT WING PLOW (Two Trucks Only) 1. WING PLOW MOLDBOARD ITEM I' 1DESCRIPTIQ COMPLIANCE .. A. Moldboard shall be formed from 3/16 "A36 steel. j M yes ❑ no B. ( Mold board length shall be 113" at the top and 108" at the bottom. [ ['yes ❑ no C. [- Moldboard shall be 27 inches high inboard end and 28" high outboard ❑ yes Z no end. Measurement includes the eight inch cutting edge installed. D. The cutting edge shall be 5/8" x 8" AASHO punched and shall measure 9' in length. r Fr yes ❑ no E. Cutting edge shall be fabricated of 1084 steel, hot - rolled, with a Brinell ! ❑ yes ❑ no hardness of not less than 197 to 241. F. 1 The top edge of the moldboard will be a formed channel 2 -3/4" x 1 ". i r/ yes ❑ no G. Moldboard bottom angle shall be a minimum of 4" x 4" x 3/4" thick structural angle iron and shall be reinforced by 3" x 3" x 1/2" gussets between each bolt hole, approximate 12" on center. ? F(yes ❑ no H. There shall be a horizontal reinforcement angle between the last three j Eyes Li no ribs. These angles are also the rear push arm mounts. The angles are 3" x 3" x 1/4" and shall evenly spaced 5/8 inch holes for push arm adjustment. , I. The moldboard ribs must be one - piece, flame cut, 1/2" thick. Ribs will be tapered 2-1/2" at the top of moldboard and 4" at the bottom of the moldboard. Spliced ribs will be unacceptable. g yes ❑ no l T The 7 ribs must be continuously welded to the moldboard sheet and to the 0 yes ❑ no bottom angle. The front or toe of the moldboard shall be mounted to the front slide plate FF7'yes ❑ no via a single 1 -1 /4" diameter grade #5 bolt with a top lock nut. K. L. , Front attachment pivot plate will be 1/2" steel, completely boxed and j 1.71 yes ❑ no supported with 1/2" and 3/16" plate. M. Pivot tube for the 1 -1/2" pivot bolt shall have a minimum 5/8" wall and be welded 100% to the inside of the 1/2" pate and outside of the moldboard. yes ❑ no / N. A 1/2" safety stop eyelet shall be on the front of the moldboard and a 1/2" centered lift loop. I /U yes n no 2. FRONT and REAR MOUNTING ASSEMBLIES ITEM ITEM DESGRIPTIc A. The wing shall be designed to mount behind the passenger side door, but shall be fully visible in a spot mirror, which shall increase driver's visibility by eliminating window obstruction. B. E. OMPLIANCES' "' [ryes ❑ no Front mounting assembly shall attach to passenger side of chassis frame 171 yes ❑ no between back of cab and front drive axle. Rear mount assembly shall attach to chassis frame between drive axles. 1 C. The wing post shall allow the toe of the wing moldboard to float freely i 2-yes ❑ no over rough roads and road shoulders, thus reducing potential damage to the wing and cab /chassis. i D. Wing post shall be of a trailing link style with 12" of lift and designed to f ❑ yes ❑'no allow the moldboard to float up a minimum of 8" to 12" when in the f plowing position. E. The post front structure shall be no more than 24" high and 14" wide. Post weldment shall be manufactured with a 3/4" inside mounting plate and a matching 1/2" outer plate. ['yes ❑ no I F. rA 3/8" Ex -Ten 50 front base plate will set the width of the post, support the 1/2" inner lower hinge brackets and the 3/4" bottom cylinder mounts. ►' yes ❑ no 1 G. Internal reinforcement with a 1/2" HSLA radius plate shall be welded to both side plates and the front base plate. yes ❑ no H The post weldment will serve as the anchor for three trailing link assemblies. Ryes ❑ no I. The upper and lower link arms shall be 3/4" radius bar with a 1 -3/4" ryes ❑ no machined hole on each end. J. The upper arm assembly will be reinforced with a 2 -1/2" schedule 80 pipe VJyes ❑ no at the front anchor. K. The lower arm assembly will be reinforced with a 2 -1/2" schedule 80 pipe at the front anchor and 1/2" HSLA x 5" plate to the rear. [Vfyes ❑ no L. The lift/float link will be 1/2" bar with a radius at the anchor end, reinforced with a 2 -1/2" schedule 80 pipe. Z yes ❑ no M. The rear of the lift link will be 1" plate reinforced with 5/8" bar and will include two 5/8" upper cylinder mounts. i (yes ❑ no 0 yes ❑ no N. The rear lift weldment shall have an outer 1" and inner 1/2" bar with i radius ends and machined 1 -3/4" holes. O. f Bars shall be spaced and supported with two 2 -1/2" schedule pipes and two 1/2" x 4" triangular gussets. 7 yes ( 1 no P. The hinge shall consist of three 1" thick radius ears that have 1- 7/16" machined holes, spaced evenly and reinforced with two 1/4" x 2" x 2" angles. eyes ❑ no [ Q. All 1-3/4" machined holes will have Rc 50 hardened bushings. f, -12 yes ❑ no R. f Hinge pins shall be 1 -1/2" OD case hardened to Rc 55 -60. [/yes ❑ no FS-. j Hinge pins shall be retained with machine bushings and 1/4" roll pins. r %( yes ❑ no T. i All pins shall have grease zerks at bushing locations. I 0 yes ❑ no U. Lift cylinder shall be a 3" ID x 5" stroke with a 1 -1/2" nitrided rod. /�yes ❑ no Hydraulic ports shall be ORB. V. Cylinder shall be attached within the post with 1" stress proof pins, machine washers and roll pins. [ [yes ❑ no I W. Prior to assembly, the post will be shot blasted, washed and prepped prior to powder coating black. ❑ yes Zino X. rile front post assembly shall be welded to a cross tube assembly. ❑ yes ,❑/ no 2 r r . i ne cross tube shall be mounted under the truck by means of two 12" x 28" x 1/2" steel mounting plates prefabricated with a single 4 -1/4" x 6- 1/4" flame -cut hole which allows the cross tube to pass through. l 2 yes ❑ no Z. Front post shall allow for mounting of the moldboard banjo plate. i [yes ❑ no AA. Pin for banjo plate shall be 1 -1/2" diameter. i Vryes ❑ no BB. Banjo plate/hinge for moldboard shall be fabricated of 3/4" material, reinforced with %2 inch bar and have two 1" thick reinforced ears for the hinge pin. 7yes ❑ no CC. Lifting action for the heel end of the wing shall be accomplished via a single 4" ID x 10" stroke, 2" rod, 3/4 " -16 ORB ports, polypak seals, double acting hydraulic deceleration cylinder. yes ❑ no DD. The wing shall be operated by hydraulic lift. a yes r ❑ no EE. Heel cylinder shall be attached to the front banjo plate and the lower FR yes ❑ no moldboard float link. 1 [FF. Moldboard full tripping action shall be accomplished with vertical [}2T yes ❑ no compression springs designed into the front mounting block/banjo plate. GG. I There shall be two compression springs that have an adjustable recoil !—f yes ❑ no force. { HH.. Inner spring is 3- 11/16" outside diameter, 12" overall length, 21/32" diameter 5160H wire. /n yes ❑ no { II. Outer spring is 6" outside diameter, 12" overall length, 1" diameter 5160H wire. Z yes ❑ no 0 yes ❑ no j JJ. Rear wing mount shall be designed to mount between the rear tandems of the chassis. KK. Rear push arm mounting plate shall include two 1/2" plates, flame cut f / yes ❑ no with mounting holes to mount the rear push arm. LL. Rear push arm shall be mounted to the rear mount with 1/14" stress proof ' /'yes n no pins for quick attach and detach. ( MM. There shall be one heavy duty, spring cushioned, adjustable length, push arm with a safety shear pin. Dyes ❑ no NN. The outer tub of the push arm is to be a minimum 2 -1/2" ID schedule 80 ` 17 yes ❑ no pipe with a solid 2 -1/2" OD - 1045 steel inner shaft. 00. The outer tub of the push arm is to be a minimum 2 -1/2" ID schedule 80 pipe with a solid 2 -1/2" OD - 1045 steel inner shaft. /yes ❑ no RP. Spring is to be fabricated of AISI 5160H steel. ' yes n no QQ. Both ends of the push arm will have cast iron swivel connectors with 1" ( ,I4 yes n no zinc coated flat head pin. 3 3. MISCELLANEOUS 5;:r; i ":=ITEM IDESCIu TIC. 1 A. j Mounting components shall be powder coated black. 1 B. ( All welding on the mold board shall be 100% continuous. C. Mounting hardware shall include schedule 80 pipe bracing, two pipe Iballs, a flame cut 3/4" support plate, Grade 8 nuts, bolts, and washers ! 1 necessary for a complete installation. ID. j All fabricated components shall be shot blasted and pow der coated. E. 1 The powder paint used shall be TGIC Polyester orange moldboard with ( the hardware being coated black in color. All welding performed on the wing and mounting hardware must be in compliance with current AWS procedures and guidelines recognized 1 within the State of manufacture. 1 G. Manufacturer shall provide caution labels, decals and any warnings deemed necessary. 1 COIV,LANCE: -) ❑ yes /25-0--- ©yes Dno [/yes D no in yes ,U/ no ❑ yes no CyeS nno yes n no H. - t Manufacturer shall attach their standard warranty statement. All ! ( components described herein shall carry minimum one -year warranty. yes (1 oth lift cylinders, heel and toe, will have hydraulic lock valves plumbed in -line to prevent wing drift. Two LED strobe lights shall be installed at heel end of wing. One strobe to flash directly to rear when wing is in stowed position and the other to flash directly rear when wing is in plowing position. Model and location of lights to be approved at pre -build meeting. ( One LED strobe light to be installed on top of moldboard beet end erg J. K. operator can see wing in the plowing position. 4 n no © yes Fi yes D no D no ayes n no MINIMUM SPECIFICATIONS FOR SNOW PLOW and HITCH 1. SNOW PLOW and HITCH ITE;1 A. { ITEM; DESCtIPTF COMPLIANCE yes ❑ no Moldboard is to be roll formed and 100% continuously welded g yes ❑ no Overall length of plow moldboard shall be 11 feet (3 units) and 12 feet (2- (/yes ❑ no units). B. C. Moldboard shall be constructed of 10 gauge A569 steel with a tensile strength of 55,000# - 70,000# D. E. Inside height of moldboard, with an 8" cutting edge, is to be 41" Moldboard shall have six vertical support ribs which are to be flame cut, 1/2" A36 steel, with a tensile strength of 58,000# - 80,000 #, equally spaced across the width of the moldboard Z yes HZ yes L( no ❑ no The ribs are to taper from 4" at the bottom moldboard angle to 2" at the Z' yes ❑ no top moldboard angle H. I. A 1/2" x 4" x 6" plate is to be welded to the four ribs where the push (/[ yes ❑ no frame attaches to the moldboard to provide a 1" bearing surface for pins The horizontal support angles are to be 3" x 3" x 1/4" A36 steel angles [71 yes ❑ no The two spring support angles are to be 3 "x 3" x 1/2" A36 steel angles [/ryes ❑ no J. Top moldboard angle is to be 2" x 3" x 3/8" A36 steel and bottom moldboard angle is to be 4" x 4" x 3/4" A36 steel yes ❑ no Zi yes ❑ no K. Bottom moldboard angle is to have 11/16" holes punched to match AASHO hole pattern of cutting edge L. There shall be 1/2" thick gussets welded on each end of the inside of the angle and midway between all punched holes yes ❑ no M. Spring support/attachment plates are 3/4" A36 steel with 3 holes for attaching compression spring arms at moldboard pitch settings of 20, 10 or 5 Degrees yes ❑ no N. Cutting edge shall be 5/8" x 8" blade made from 1080 steel with a Rockwell "B" hardness of 93 -100. The blade shall have standard AASHO hole spacing and is to be top punched 1 -1/2" from the top edge to the center of the bolt "yes ❑ no O. Cutting edge to be attached with 5/8" x 2 -1/2" grade 8 plow bolts (71 yes ❑ no P. Plow semi - circle to be fabricated from 3 -1/2" x 3 -1/2" x 1/2" A36 hot rolled angle / yes n no Two 1" x 3" x 5 -1/2" positive stops are to be welded to semi - circle and set to allow moldboard to swing 35 degrees in either direction The push frame is to be 4" x 4" x 3/8" A36 wall square tubing 84" in Oyes ❑ no length yes ❑ no S. This tubing is to have eight 4" x 4 -1/2" x 1/2" A36 attaching ears, which are to form a four point pivot to affix the moldboard onto the push frame attached with four 1 -1/4" stress proof plated pins yes ❑ no 1 T. There are to be two jack support channels 8" x 18" A36 steel which have six 3/4" holes for mounting skid shoe assemblies 2 There shall be two compression trip assemblies consisting of three r [1J yes ❑ no pieces:1 /2" x 3 -1/2" A36 steel mechanical slide, with a 5 -5/16" O.D. x 1 23 -1/4" free height x 21/32" bar diameter spring (V. The spring is to be made from AISI 5160H steel with a tensile strength of [A' yes ❑ no 112,000 - 140,000 PSI, rated at 195# /inch of compression W. The two reversing cylinders shall be located on the underside of the semi - ;(/yes ( circle 1 no X. ( The angle of the cylinders in relation to the moldboard shall be designed // yes ❑ no to almost eliminate side stresses to the cylinder rods FY. Reversing cylinders shall have a 3" bore x 10" stroke, 2" diameter El yes [ no nitrided rod Z. The hydraulic hoses are to be abrasion resistant, extremely flexible and r7 yes ❑ no work in a temperature range of -50 to 250 degrees F. The 1/2" I.D. hose is rated at 3,000 PSI working pressure and 12,000 PSI burst pressure AA. A 30 gpm DXV double relief cushion valve shall be installed. rvi yes ❑ no BB. The A -frame is to be constructed of 2-1/2" x 4" x 13.8# ship and car channel with a 1" x 5" oscillating plate V yes ❑ no CC. A heavy duty four attach point level lift system shall be mounted to the semi- circle of the plow ca- yes ❑ no DD. ntE. Level lift shall be fabricated from 3" x 2" x 3/8" vertical angle uprights, 3" x 3" x 1/2" angle sloped side members, and a 4" x 4" x 3/4" cross angle yes ❑ no ( The upper bracing of the plow hitch shall attach to the level lift cross angle 0-yes n no I FF. GG. . The plow portion hitch shall be a Husting 34" quick attach hitch FM yes n no Hitch side rails shall be manufactured from 4" x 8" x 1/2" angle that is IA yes 1 I no flared to allow for misalignment, and slotted on the sides to accept the ! <. latch pins of the plow portion hitch HH. A 1" x 1" wear bar shall be welded behind the slots to help support the r1 yes ❑ no latch pins I II. Bottom front of hitch shall have a 2 -1/2" wide x 1/2" thick cross brace plate (%fyes n no B. Bottom of hitch shall be welded to the 1" x 5" oscillating plate of the a- frame 1 0 yes ❑ no KK. Bottom of hitch to push frame shall have a 20" x 7" x 3/8" triangular gussets, one each side [yes [ no LL. There shall be two upper support tubes of 4" x 2" x 1/4" wall tube steel [Vf yes ❑ no MM. Upper support tubes shall have upper and lower triangular gussets Oyes between tubes and hitch rails 1 no [ N. Support tubes shall be joined together with a 1/2" x 4" bar at the tube yes ❑ no ends, and a 1/2" lift plate on top 2 00. ITEM'DESCRIPTIOIV r � �. ` > 1 There shall be a 4" x 13 lbs. /ft. channel that is welded to the support tubes and bolted to the level lift r1 yes ❑ no PP. The channel shall be braced to the hitch side rails with 2" x 2" x 1/4" angle iron ❑ yes ❑ no QQ. All hardware and fasteners shall be electronically plated and corrosion yes n no resistant RR. All fasteners shall be grade 8, both cap -screw and nut 1. /1 yes ❑ no SS. A roller kit shall be installed on plow half hitch to help raise / lower PIA yes ❑ no TT. i Cable style corner markers to be on each end of moldboard ❑ yes ❑ no UU. There will be a 1 8" rubber deflector with a steel retainer strap bolted to the full length of the moldboard top angle r, yes ❑ no VV. Manufacturer shall provide caution labels, decals and any warnings deemed necessary ni yes ❑ no WW. The powder coat paint to be orange moldboard with the push frame and { ❑ yes Pi no hitch being coated black in color XX. Manual jack kit to be supplied to support the plow during connection and 1 Irr yes ❑ no storage. YY. [-Manufacturer shall attach their standard warranty statement. All components described herein shall carry minimum one -year warranty Q yes 1 no 2. TRUCK HITCH ,ITEM. ITEM'DESCRIPTIOIV r � �. ` > COPLIANCE;.. A. [ truck portion hitch shall be automatic snap coupling type F17 yes ❑ no B. ( Hitch assembly shall be 34" wide and 42" high 1,Z yes ❑ no C. Top of side rails shall be tapered to provide maximum hood clearance 1171 yes ❑ no D. Side rails of the hitch shall be manufactured from 3/8" thick plate eyes ❑ no I E. Side rail front shall be 2 -1/2" wide and sides shall be 9 -3/4" deep r/ yes ❑ no F. Top and bottom 1" of the rails will be tapered inward to prevent restrictions with mating plow portion (7' yes ❑ no [/f yes ❑ no Vfyes ❑ no Fr yes ❑ no G. The back inside of the side rails shall be reinforced with 2 -1/2" x 2 -1/2" x 3/8" angle iron H. Top and bottom crossmember angles shall be 3 -1/2" x 3 -1/2" x 3/8" angle iron I. Bottom angle shall be supported with an additional angle inner brace of 2- 1/2" x 2 -1/2" x 3/8" angle iron J. Lift arm assembly shall be manufactured from 3/4" steel plate, 2 -1/2" 7 yes ❑ no diameter x 3-1/4" long lift shaft, and shall have 1/2" plate cylinder attaching ears K. Bracing for the lift arm shall consist of two 3/8" triangular plates and 3/8" angle iron and a 1" pivot pin 0 yes ❑ no ril The enclosed spring loaded latch canisters shall have a roller style 1 -7/8" V1 yes ❑ no 3 Imachined pin. RC30 hardened pin with RC60 hardened roller. Each pin will have a grease zerk on the end to lube the roller. M. Canisters will be welded to the side plates and reinforced with 1/2" 1121 yes 1 1 no triangular gussets N. Unlocking lever shall be of 3/8" x 1 -1/2" bar with 3/8" round linkage rods f /I yes n no connecting the canister pins O. ' —Hitch shall be 100% continuous w elded ; .[yes ❑ no R. r Hitch shall be powder coat black ❑ yes n/ no I Q. Hitch lift cylinder shall be 4" x 10" double acting j 0 yes ❑ no TR. f The truck half shall have two Teflon glide strips installed on the front. ❑ yes no 3. MOUNTING of HITCH TEM DESC'RIPTi( Truck frame will be extended a minimum of 20" forward of grille by truck manufacturer rcONIPLIAN: B. ❑yes Vi no Bidder will furnish minimum of 1/2" x 4" x 8" x 48" long angle across II 121 yes ❑ no front bumper with angled sections on each end i 1 El yes ❑ no I C. rBottom braces shall be minimum 1" x 4" flat iron installed from hitch to center of front axle mounted on frame with grade #8 bolts ED-. Top braces shall be minimum 1/2" x 4" flat iron and run to center of front I Q yes ❑ n axle mounted to frame E. i Hose to hook up lift cylinder shall be 3/8" E (!� yes n no F. Hood to have cable stop (to be provided by truck manufacturer) before ❑ no resting on plow hitch. Hitch to have a heavy duty rubber pad installed on [VI top angle bracing for additional support for hood as necessary 4 EXCEPTIONS SNOWPLOW WW- Not Powder Coated, DuPont Paint SNOWPLOW HITCH P- Not Powder Coated, DuPont Paint R- No Teflon Strips Needed MOUNTING OF HITCH A -Truck Manufactures Responsibility HYDRAULIC SYSTEM DRIVELINE B -1310 Series VALVE B -Force Equivalent G -Not Required CABLE CONTROLS B -Not Needed With Design They Are Covered VALVE ENCLOUSRE F -Not Required With Force Design ELECTRONIC SPREADER CONTROL H -Not TPE But Equal WING PLOW MOLDBOARD C -29" High Inboard 36" High Outboard