PROPOSAL FOR THREE (3) 2019 TANDEM AXLE TRUCKS

Similar documents
PROPOSAL FOR. BID OPENING: Thursday, October 27, 2016 at 10:00 a.m. BOARD OF COUNTY ROAD COMMISSIONERS OF THE COUNTY OF MONROE

ALLEGAN COUNTY ROAD COMMISSION PROPOSAL FOR WESTERN STAR TANDEM REAR AXLE DUMP TRUCKS (CAB & CHASSIS) MINIMUM 64000# GVWR

PROPOSAL FOR. One (1) 2017 / 2018 SINGLE AXLE TRUCK AND EQUIPMENT

NOTICE TO BIDDERS. ONE (1) NEW TANDEM AXLE TRUCK (cab & chassis)

MANISTEE COUNTY ROAD COMMISSION 2019 TANDEM AXLE TRUCK SPECIFICATIONS AND BID REQUIREMENTS (ALTERNATE BID) January 4, 2018

GALLATIN PUBLIC UTILITIES

NELSON COUNTY FISCAL COURT

QUOTE For a 2017 Fire Department Conventional Truck Chassis-Water Tender With PTO Pump

Request for Bids INFORMATION FOR BIDDERS. FURNISH THE CITY OF DERBY, KANSAS, ONE (1)2014 or NEWER TANDEM AXLE 10 YARD DUMP TRUCK w/ PLOW

ONE (1) CURRENT MODEL YEAR REGENERATIVE AIR TYPE STREET SWEEPER MOUNTED ON CONVENTIONAL CAB BID NO

REQUEST FOR QUOTATIONS

REQUEST FOR BID For Trucks. Bid Notice

INVITATION TO BID ONE (1) 10-FOOT DUMPBODY DUMP TRUCK WITH DIESEL / CNG OPTIONS

CITY OF CORALVILLE th Street, Coralville, IA

BID FOR A ONE (1) ONE-TON AND A HALF (5500 SERIES) CREWCAB TRUCK WITH DUMP BED. BID OPENING February 15, 2017 AT 10:00 A.M.

CITY OF BARTLETT 6400 STAGE ROAD BARTLETT, TENNESSEE 38134

The bidder shall furnish a complete set of Operator, Service, and Parts Manuals with each body sold.

REQUEST FOR BID For Trucks. Bid Notice

Request for Proposal. Articulated Loader

STATE OF MINNESOTA EQUIPMENT SPECIFICATION. SPECIFICATION: September 2012 Page 1 SINGLE AXLE CAB & CHASSIS

INVITATION TO BID. Purchase of One (1) Five-Axle Heavy Duty Cab and Chassis Truck - 74,000# GVW

Type 3 Fire Engine Model 346

Invitation to Bid NEW FOUR WHEEL DRIVE EXTENDED CAB PICKUP TRUCK

REQUEST FOR BID (RFB) # B X4 ONE TON CHASSIS CAB DUALLY POSTING DATE: MARCH 7, 2018

BID PACKAGE (2)NEW 2018 SELF-PROPELLED BROOMS

MONTVILLE PUBLIC SCHOOLS MONTVILLE CONNECTICUT FEBRUARY 20, 2015 BID # BUS

BANNOCK COUNTY SOLID WASTE

BID FOR ONE (1) 1 TON CREW CAB TRUCK WITH SERVICE BODY OPENING APRIL 11, 2019 AT 10:00 A.M.

PART A TENDER SUBMISSION

INVITATION TO BID PURCHASING DEPARTMENT P. O. BOX E. CENTRAL AVENUE THIRD FLOOR VALDOSTA, GEORGIA 31601

145 HP, FRONT WHEEL ASSIST TRACTOR 3/17/15 Page 1. Mountrail County Road and Bridge SPECIFICATIONS FOR

NOTICE TO BIDDERS. Bid prices shall include all set up and delivery charges to points designated by the Commission.

SPECIFICATIONS AND BID FORM FOR ONE NEW SIX WHEEL DRIVE ARTICULATED MOTOR GRADER WITH SNOW GATE. Street Department

One (1) Current Model Year Cab/Chassis with Chipper Body and Articulating Crane Mounted Bid No Notice to Bidders

FLAT BED STAKE BODY TRUCK

BOCC MEETING TRANSMITTAL. #4 - Effective and Responsive Government. Consent. Ongoing

MONTGOMERY COUNTY PUBLIC WORKS DEPARTMENT P. O. BOX 663 INDEPENDENCE, KANSAS PH FAX

CITY OF DUBUQUE VEHICLE BID BID DATE: 08/26/2016 BID DUE DATE: 09/12/2016 PURCHASING COORDINATOR'S OFFICE FINANCE DEPARTMENT 50 WEST 13TH STREET

REQUEST FOR BIDS (RFB) # (1) NEW X4-3/4 TON EXTENDED CAB PICKUP TRUCK WITH LIFT GATE POSTING DATE: MARCH 7, 2018

July 15, 2016 NOTICE INVITING BIDS NOTICE TO SUPPLIERS FOR FURNISHING MOTOR VEHICLES

Request for New Heavy Duty 3/4 ton Pickup Truck for Lee County Emergency Management

RAC EXPORT TRADING Germany Tel

HEAVY DUTY TRUCKS. Business Rack Clock Digital $

City of Glasgow Department of Public Works Purchase of (1) 2013 White Rear Load Garbage Truck

TENDER. 2017, THREE QUARTER (3/4) TON PICKUP TRUCK, 4x4

NOTICE INVITING BIDS 2018 DEPARTMENT OF PUBLIC WORKS VEHICLE CITY OF BEAVER DAM, WISCONSIN

TENDER 2019 OR 2020, ONE AND A HALF TON EXTENDED DOUBLE CAB/CHASSIS, 4X4, DUMP BODY TRUCK

CITY OF MARSHALL, MINNESOTA

Request for Proposal Motor Grader January 26, 2015

Barrow County Board of Education 179 W. Athens Street Winder, Georgia 30680

BID PROPOSAL FOR TWO (2) 71 PASSENGER SCHOOL BUS w/ Wheelchair Lift and A/C Model Year 2012

TOWN OF FARRAGUT. Bid Specifications For 2017 Dump Truck. William McKelvey Public Works Director Municipal Center Drive Farragut, TN 37934

Invitation for Bid # Tandem Axle Dump Truck

TENDER. 2017/2018 HALF TON PICKUP TRUCK, EXTENDED CAB, 4x4

ADDENDUM #1, POSTED 12/27/17 RFQ# X4 ONE TON CHASSIS CAB DUALLY

TENDER HALF TON PICKUP TRUCK, 4x4

ADDENDUM 2. The following clarifications, changes, additions, and/or deletions are hereby made to the RFB:

INVITATION TO BID 14 PASSENGER MULTI-FUNCTION BUS ITB

REQUEST FOR SEALED BID CAB/CHASSIS FOR MEDIUM DUMP TRUCK WITH SALT SPREADER NOVEMBER 18, 2015

INVITATION TO BID PURCHASING DEPARTMENT P. O. BOX E. CENTRAL AVENUE THIRD FLOOR VALDOSTA, GEORGIA 31601

Request for Proposal Snow Blower October 12, 2015

One (1) New Ford F-150 Regular Cab XL Bid No Notice to Bidders

THREE (3) NEW 2018 SIX WHEEL DRIVE MOTOR GRADER WITH LIFT GROUP, REAR-RIPPER/SCARIFIER, AND SNOW WING.

Request for Proposal Used Motor Grader May 12, 2017

City of Mt. Pleasant, Michigan CONTRACT DOCUMENTS. For PICKUP TRUCKS. SHARON TILMANN Mayor. NANCY RIDLEY City Manager

ADDENDUM No. 2. Bid #: 13-B-016 Purchase of Solid Waste Trucks

CITY OF DOUGLAS BID PACKAGE NEW SPECIFIED 2019 HALF-TON 4X4 PICKUP TRUCK

Dubuque Community School District SPECIFICATIONS BID FORM AND TIME AND PLACE OF FILING

INVITATION TO BID. January 10, 2018

Town of Marystown. Tender For. One New 4x4 Two (2) Door Cab Chassis (19,500 KG GVWR) With 12Ft Flat Deck

INSTRUCTIONS TO BIDDERS AND SPECIFICATIONS FOR A 7-8 CUBIC YARD DUMP TRUCK

City of Portsmouth Portsmouth, New Hampshire Department of Public Works. Bid# Five (5) 2018 Ford Trucks INVITATION TO BID

Warranty - Standard Equipment & Specs

BID SPECIFICATIONS FOR HEAVY DUTY DUMP TRUCK CHASSIS - OPTION A 2013 Mack GU 713 $109, (INCLUDING OPTIONS)

City of Lewiston Finance Department Allen Ward, Purchasing Agent

BID SPECIFICATIONS FOR HEAVY DUTY DUMP TRUCK CHASSIS - OPTION D CT660S $129, (INCLUDING OPTION)

City of Mt. Pleasant, Michigan CONTRACT DOCUMENTS. For HEAVY DUTY TRUCKS. SHARON TILMANN Mayor. NANCY RIDLEY City Manager

INVITATION TO BID (ITB)

A summary of the vehicle to be purchased: Department Type of Vehicle Quantity Stormwater Department One Ton Dual Rear Wheel Dump Truck w/ Bed 1

Municipality of the District of West Hants Request for Proposal (RFP) PW Supply of one (1) new ½ Ton 4x4 Truck

UN-Priced Offers Due: Wednesday, April 25, 2018 at 10:00 a.m. Reverse Auction/Bid: Wednesday, May 9, 2018 starting at 11:00 a.m.

MAIL DATE: 6/29/ Passenger School Bus. Sealed bids must be received by: 7/27/2015 at 10:00 AM

SPECIFICATIONS FOR 4X4 SINGLE AXEL PLOW TRUCK. City of Negaunee

TENDER 2018 OR 2019, ONE AND A HALF TON CAB/CHASSIS, 4X4, DUMP BODY TRUCK

CLEVELAND COUNTY NORTH CAROLINA REQUEST FOR BID NEW 2012 EXCAVATOR

VEHICLE SPECIFICATIONS Mid-Sized 4 X 4 Sport Utility Vehicle REV 05/16

Three (3) New Ford Fusion Sedans Bid No Notice to Bidders

CITY OF ALHAMBRA NOTICE INVITING BIDS NO. N2M16-144

NOTICE TO BIDDERS REQUEST FOR BIDS ONE (1) USED MOTOR GRADER

SALT TRUCK - SHORT TANDEM

NOTICE OF INVITATION FOR COMPETITIVE SEALED BIDS FOR MOTOR GRADERS (Guadalupe County IFB No )

BID PROPOSAL FOR TWO (2) 71 PASSENGER SCHOOL BUS w/ Wheelchair Lift and A/C Model Year 2012

SOMERSET BOROUGH TECHNICAL SPECIFICATIONS FOR A USED 1-TON STYLE DUMP BODY TRUCK

INVITATION TO BID. If you have any questions concerning this bid, you may call Elizabeth Hope at (912)

Bartlesville Police Department CITY OF BARTLESVILLE, OKLAHOMA BID SPECIFICATIONS FOR Police Pursuit SUV Bid#

BID SPECIFICATIONS FOR HEAVY DUTY DUMP TRUCK CHASSIS - OPTION A 2015 MACK GU 713 $110, (INCLUDING OPTION) TIER 3

Zip's Truck Equipment. 316 W. Milwaukee Street New Hampton, Iowa Phone: Fax: Visual Inspection.

Invitation to Tender. District of Taylor MOTOR GRADER

Warranty - Standard Equipment & Specs

NOTICE OF BID. The City of Pigeon Forge is receiving bids on one knuckle boom trash loader for the sanitation department.

Transcription:

840 S. Telegraph Road Monroe, Michigan 48161 Phone: (734) 240-5102 Fax: (734) 240-5101 PROPOSAL FOR THREE (3) 2019 TANDEM AXLE TRUCKS BID OPENING: Wednesday, November 14, 2018 at 10:00 a.m. BOARD OF COUNTY ROAD COMMISSIONERS OF THE COUNTY OF MONROE Paul Iacoangeli, Chairman Dan Minton, Vice Chairman Stephen J. Pace., Member Charles A. Londo, Member Greg W. Stewart, Member

MONROE COUNTY ROAD COMMISSION INVITATION TO BID Sealed bids will be received by the Board of County Road Commissioners of the County of Monroe until 10:00 a.m. local time on Wednesday, November 14, 2018 at their office located at 840 South Telegraph Road, Monroe, Michigan, 48161 for the following: Three (3) 2019 Tandem Axle Trucks Bids will be publicly opened and read aloud by the Bid Committee at 10:00 a.m. Proposals may be downloaded from the Road Commission s website at www.mcrc-mi.org/bids.html. Proposals will only be accepted on the Road Commission s bid form(s) and must be returned in a sealed envelope with the contents plainly marked on the outside of the envelope. BOARD OF COUNTY ROAD COMMISSIONERS OF THE COUNTY OF MONROE, MICHIGAN

MONROE COUNTY ROAD COMMISSION PROPOSAL THREE (3) 2019 TANDEM AXLE TRUCKS TO: FOR: The Board of County Road Commissioners of the County of Monroe, Michigan Three (3) 2019 Tandem Axle Trucks Ladies and Gentlemen: The undersigned bidder hereby affirms that: 1. The proposal is in all respects fair and without any collusion or fraud. 2. The undersigned agrees to furnish materials at the unit prices stated on the attached bid forms. Company: Address: City, State, ZIP: Telephone: By: Title: Date: Page 1 of 11

INSTRUCTIONS TO BIDDERS and GENERAL CONDITIONS It is the intent of the to acquire three (3) tandem axle trucks model year 2019. By signing each bid, the bidder will deliver all bid equipment to the specified body builder complete and ready to operate. OWNER The owner of the project is the Board of County Road Commissioners of the County of Monroe, also referred to as the Board. BIDDER The Bidder is one who submits a signed bid with the required documentation directly to the Board at the time and place specified. BID FORMS Sealed proposals must be submitted on the bid forms furnished by the Board. The proposal shall be submitted in its entirety with no modifications or changes except as authorized by an addendum and with no pages removed. All proposals must be filled out in ink or typewritten and shall be legibly signed, giving the complete name and address of the Bidder. All bids must be in a sealed envelope and clearly marked Bid for 2019 Tandem Axle Trucks. OPENING OF BIDS Bids will be received by the Board at 840 S. Telegraph Road, Monroe, Michigan, 48161 until 10:00 a.m. local time on Wednesday, November 14, 2018 at which time they will be publicly opened and read aloud. ACCEPTANCE AND/OR REJECTION OF BIDS The Board reserves the right to accept, reject and/or modify any or all bids, to waive irregularities therein, and to make the award in any manner deemed to be in the best interest of the Monroe County Road Commission. TITLE VI ASSURANCE The, in accordance with Title VI of the Civil Rights Act of 1964 (78 Stat. 252, 42 USC 2000d to 2000d-4) and Title 49, Code of Federal Regulations, Part 21, as they may be amended from time to time, hereby notifies all bidders that it assures that in any contract entered into pursuant to this advertisement, minority business enterprises will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, national origin, gender, age, or disability in consideration for an award. PROHIBITION OF DISCRIMINATION In accordance with Act No. 453, Public Acts of 1976, the Contractor and subcontractors hereby agree not to discriminate against an employee or applicant for employment with respect to hire, tenure, terms, conditions, or privileges of employment, or a matter directly or indirectly related to employment, because of race, color, religion, national origin, age, sex, height, weight, or marital status. Further, in accordance with Act No. 220, Public Acts of 1976 as amended by Act No. 478, Public Acts of 1980, the Contractor and subcontractors hereby agree not to discriminate against an employee or applicant for employment tenure, terms, conditions, or privileges of employment, or a matter directly or indirectly related to employment, because of a disability that is unrelated to the individual s ability to perform the duties of a particular job or position. A breach of the above covenants shall be regarded as a material breach of this contract. TAXES The is not subject to the Federal Excise Tax or the Michigan State Sales Tax. The Bidder shall not include these taxes in the unit prices quoted. Page 2 of 11

SPECIFICATIONS Where specified, the truck, chassis and equipment shall meet the s Specifications as described in the bid document. WARRANTIES, GUARANTEES, SERVICE CONTRACT (S) Please provide full description of manufacturer and/or dealer warranties and guarantees. SERVICE MANUALS Upon delivery of bid equipment, all service and parts manuals must be provided. This includes printed manuals and CD ROM manuals. SPECIAL EQUIPMENT The bidder will also include, with the total cost of this bid, all diagnostic software that is available. TIME OF COMPLETION Truck units must be delivered to the specified body builder within a 180 days or sooner of awarding of bid, for equipment installation as directed by the. If completion cannot meet the 180 days, please specify optional delivery date. ORIENTATION AND TRAINING Provide complete description for orientation and training to MCRC employees for the operation of the bid equipment. This orientation and training should be complete enough to enable the purchaser to immediately and productively utilize and care for the equipment. Also, please provide an hourly quote for additional post-sale training. MEETINGS The Road Commission reserves the right to include pre-build, mid-build and pre-paint inspection meetings at the installers location. The Road Commission reserves the right to make minor changes for the build/installation of truck equipment. REFERENCES Please attach a separate sheet showing the names of at least three companies and/or agencies, which have purchased the bid/specified equipment from your company, along with the address and phone number, and a contact person who utilizes or is knowledgeable about the equipment. COMMUNICATIONS Any questions regarding this bid shall be directed to the s representative listed below: Purchasing Agent Supervisor Technical Questions Christine M Herron Matt Purcell 734-240-5109 734-625-8659 Page 3 of 11

MONROE COUNTY ROAD COMMISSION UNIT PRICE CONTRACT 2019 TANDEM AXLE TRUCKS TO: Board of County Road Commissioners of Monroe County, Michigan The undersigned, having full knowledge of the proposal and specifications for up to three (3) 2019 Tandem Axle Trucks including Bidders Addenda and the conditions of these Contract Documents, hereby agrees to furnish materials at the unit prices named below: Company: Address: Phone #: Email: Page 4 of 11

TRUCK SPECIFICATIONS Item 1. Gross vehicle weight rating (GVWR) Front axle weight rating (FAWR) Rear axle weight rating (RAWR) Cab-to-axle distance (CA) Grill to back of cab (BBC) Wheel base (WB) Distance from tandem center to end of frame (AF) Distance from tandem center to rear of last cross member Steering axle location from face of grill to center of axle (SA) 24" minimum ground clearance under frame between steering axle and front drive. If different, specify clearance. Front Axle Front axle shall be factory lined with set forward steering. 20,000 lb. front axle with vented oil bath hubs. Non-asbestos double anchor fabricated brake shoes. Vented oil bath hubs. Rear Axle 46,000 lbs. tandem rear axle. Inter-axle lock switch and light shall be inside cab. Tandems shall be factory-aligned axles. Specify axle ratio (5.63 Ratio Minimum). Both rear axles shall be traction controlled by driver. Must have a 3-year warranty on the driveline, minimum. Non-asbestos double anchor fabricated brake shoes. Specify if front drive has oil pump yes no. Page 5 of 11

Suspension Front Must have 23,000 lb. springs with heavy-duty gas charged shocks. Rear 46,000 lbs, heavy-duty air ride Hendrickson rear suspension, and certified for off road use. If not, specify lbs. Must have leveling valve with a manual dump system from inside the cab with an indicator light. Shocks shall be four (4) heavy-duty, gas-mounted; specify locations. Air bag pedestal (bottom) shall be at least 12" from the ground to allow for pushing of the paver against the tires. Dual-leveling valve for suspension Engine Cummins L9 370 HP 1250 TQ Engine. Must have engine brake. Warranty shall be 3 yrs/150,000, minimum. Electronic controlled hand throttle. Must meet current production year emissions. Must be able to check oil at ground level No filters shall be located between the bumper and front axle. Must have a Delco MT starter. All radiator hoses will be silicone with heater hose shut-offs. Fan shall be operated with an override switch from inside the cab. Delco alternator must be 160 amps, minimum. Crankshaft pulley must be adaptable for 1310 series flange yoke. Front of engine PTO with adapter. Indicate engine make. Specify engine horsepower at rpm. Specify engine torque ft/lbs. at rpm. Transmission: Allison automatic 3000 RDS six speed transmission; indicate price. Push button electronic shift control All transmission modules will be inside the cab with only a harness going to the transmission All transmission connections will be sealed in silicone or o-ring: specify. Shall have water to oil cooler for transmission. Speed sensors shall be protected from the elements by a seal or equivalent. Both drivelines shall be rated for GVW with half-round, quick disconnect u-joints. Page 6 of 11

Complies: yes no, please describe: Frame CT = 138 Front frame extension. Shall be full-framed with cross members and gussets. Must have 3/8" minimum thickness frame rails with a 1/4" steel liner. Frame shall meet requirements of 110,000 PSI and a 2,900,000 RBM bending resistance; movement with internal frame rail extensions continuing 20" in front of the grill; 60" rear overhang. If different, specify PSI and RBM Shall be painted black. Steering Must have dual-power steering gears (no slave cylinders). Specify make of gearboxes. Shall have oil/air power steering cooler Shall have a minimum 4 quart power steering reservoir. Air System Air Compressor, Bendix or equivalent; water-cooled with 19.0 CFM minimum. Air tanks shall not be mounted below frame rails; specify location. All air tanks shall have manual pull cords. Air dryer AD-9 or equivalent with heater that shall be mounted in a protective place (not ahead of the steering axle) with easy access and not to interfere with underbody. Specify make:. Radiator Shall meet engine manufacture's requirements and have adequate clearance under the radiator for the PTO shaft. Radiator shall be copper/brass: if not specify. All hoses shall be gates blue stripe or equivalent. Engine mounted DDC coolant filter. Antifreeze shall be a global with at least a -34F. Surge tank shall be mounted on the firewall if not specify. Page 7 of 11

Air Cleaner Shall be a dual-stage dry cartridge, mounted under the hood. Snow Door shall be provided. Electrical System Must be a 12-volt system with a master disconnect switch (Flaming River part #FR1005 or equivalent) All connections shall be weather packed. All wiring shall be either numbered every 6 inches or color-coded. The fuse panel shall have plug in auto-reset breakers (no fuses). Plow light/headlight auxiliary wiring harness and switch in cab. Exhaust System Vertical with stainless steel safety shields over piping with cab-entry handles. There shall be a minimum of 24" ground clearance maintained (not to interfere with the underbody). A 90-degree turnout at the top of the exhaust stack is required to deflect the exhaust away from the cab. Exhaust shall be plumbed between cab and transmission. If cannot meet specification, indicate location. Exhaust stacks(s) shall be curved 18" chrome coming out of muffler. Muffler(s) must be vertical either up the back of the cab or on the side of the cab. Diesel exhaust fluid tank: specify location and size in Gallons. Fuel Tank Fuel tank is used for delivery only. There shall be 24" ground clearance from the lowest point when fully loaded. For cab entry a grating step system shall be used or a non-slip style that meets all federal safety requirements. Battery Four (4) 1000 CCA (4000) threaded stud type batteries shall be contained in an approved adequate box. Location of battery box must meet approval if located other than on the side of frame. The battery box shall be mounted at least 24" from the ground at the lowest point at the GVW. For cab entry a grating step system shall be used or a non-slip style that meets all federal safety requirements. Page 8 of 11

Tires & Wheels Ten (10) tires on white uni-mount rims. Steering tires 315/80R22.5 (XZY-2) on white 22.5 x 8.25 wheels. Drive tires 11R22.5 (XDY-2) on white 22.5 x 8.25 wheels. Must come with one (1) spare 11R22.5 tires mounted on white 22.5 x 8.25 uni-mount wheels Cab Must be aluminum or steel air ride cab with air bag(s) shocks, leveling valve and tracking rod. Cab Dimensions The drivers' seat in the furthest rear position shall not contact the back of the cab (seat back cannot be straight up to obtain this requirement). A cab that limits leg or headroom will not be considered. Specify straight across dash or winged dash. Cab Features Standard hood with no butterfly openings. Hood must be able to fully tilt with the snowplow hitch attached (34 inch opening). A tilt/telescopic steering wheel column with a steering wheel no less than 18" diameter. Ignition and doors shall be keyed alike. Driver's seat shall be a fabric high-back air ride with lumbar support. Passenger seat shall be fabric low back or bench type non-air; specify seat type. Seat belts shall meet all safety requirements. No carpeting Must come with Weather Tech floor mats. Windows shall be tinted glass. Must have air conditioning and heater. Must have inside sun visors; right and left sides. Must come with an interior noise-reduction package. Must have thermal insulation package. West coast lighted heated stainless steel mirrors with 102" brackets. Passenger side mirror shall be remote controlled. Must come with dual 8" stainless steel spot mirrors. Gray interior. Electric intermittent windshield wipers. Dual (non-painted) air horns with protectors. Electric city horn. Factory installed C.B. radio with wiring and antennas. Factory installed AM/FM radio with at least two speakers. Page 9 of 11

Cruise control. Interior light package must be door and switch activated. A Sun visor shall be mounted over outside windshield. Right window shall be air or electric. Bumper can be omitted Cab shall have all entry handles and slip-guarded steps for safety. Six (6) extra electric dash mounted switches. Front wind shield shall be electric 12 volt power supply / USB port Instruments & Gauges Must have: electric tachometer, speedometer, oil pressure gauge, oil temperature gauge, coolant temperature gauge, voltmeter, fuel gauge, air pressure gauge, hour meter, and transmission heat gauge Must come with all standard warning lights, including but not limited to: low-oil, low air, high water temp. Exterior Truck Paint Must be Pepsi Blue (HSB907167). Imron paint. Brakes Full air brake system front and rear. S cam type with drums. S cams and air chambers shall be in front of rear-end housings. If different, specify location. Slacks and shoes shall meet all federal requirements for weight of vehicle. Parking breaks (30/30 chambers) shall be on at least, but not limited to, 1 axle housing. Scraper Mounting Clearance Between the rear edge of the front fender and the first drive axle, there shall be 120" with a 24" minimum ground clearance with the vehicle at maximum GVW, no exceptions. Page 10 of 11

Miscellaneous Delivery FOB:, 840 S. Telegraph Road, Monroe, MI 48161 Price for the above listed Truck Chassis. Please provide all specifications and literature regarding the bid equipment. Truck Chassis Tandem Axle Unit Price Total Price Outright Purchase Price with automatic Manufacturer Model No. $ Delivery in calendar days from date of purchase order: Total all 3 trucks $ After the bids have been awarded and prior to order, the successful bidder shall meet with Monroe County Road Commission officials for a pre-build specifications review in order to verify the compatibility of the truck chassis and the equipment to be installed. This meeting shall take place within a week after bidder is awarded. The successful bidder will be required to perform training at the on both maintenance and operation of the truck. The Board of ers reserves the right to accept, reject and/or modify any or all bids received, to waive irregularities therein, and to make the award in any manner deemed to be in the best interest of the. By signing the bid below the bidder agrees to the above conditions. Communications concerning this Bid shall be addressed to the Bidder s representative. Name of Representative: Address: City, State, ZIP: Telephone Number: Fax Number: E-Mail Address: Title: Signature: Page 11 of 11