INVITATION TO BID (ITB)

Similar documents
INVITATION TO BID (ITB)

INVITATION TO BID (ITB)

Centennial Series BLACK-TOPPER

Centennial Series BLACK-TOPPER

Asphalt Distributors Maximizer 3

GALLATIN PUBLIC UTILITIES

Asphalt Distributors. Maximizer 3B. Designed with the Paving Professional in Mind. VT LeeBoy A company of VT Systems

INVITATION TO BID. January 10, 2018

The self-propelled Chipspreader shall be designed and constructed to apply a uniformly distributed application of cover and seal coat aggregates.

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

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

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

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

CITY OF ALHAMBRA NOTICE INVITING BIDS NO. N2M16-144

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

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.

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

Request For Bids. Sewer Cleaning 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.

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

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

REQUEST FOR BID For Trucks. Bid Notice

City of Lewiston Finance Department Allen Ward, Purchasing Agent

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

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

BID PACKAGE (2)NEW 2018 SELF-PROPELLED BROOMS

REQUEST FOR BID For Trucks. Bid Notice

RHODE ISLAND TURNPIKE & BRIDGE AUTHORITY

INVITATION TO BID PURCHASING DEPARTMENT P.O. BOX NORTH ASHLEY ST. VALDOSTA, GEORGIA #LC

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

Invitation to Bid NEW FOUR WHEEL DRIVE EXTENDED CAB PICKUP TRUCK

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

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

BID SPECIFICATIONS FOR 3 CY WHEEL LOADER JD 544K $148, (INCLUDING OPTIONS) TIER 4

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

ONE (1) EACH SELF-CONTAINED PATCH TRUCK

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

DEPARTMENT OF PUBLIC WORKS WHITMAN COUNTY COLFAX, WASHINGTON Bid for One (1) New Diesel Powered Articulated Four Wheel Drive Loader & Trade

Houston County Purchasing Department

City of New Haven. 101 FRONT STREET PO BOX 236 NEW HAVEN, MO Phone * * Fax

INVITATION TO BID. Should you need clarification on any item, please contact Berley Mears, Public Works Director at

Specifications SMT 400 SMT 600. Available in the following sizes: 250-P, 400, 600, 1000, & 1200 Gallons ~ Propane, or Diesel Heating Systems

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

BID SPECIFICATIONS FOR 16 STEEL DUMP BODY OPTION B (MANUAL TRANSMISSION) OX BODIES/16 STAMPEDE $24, (INCLUDING OPTIONS)

THE TOWN OF CLARENVILLE PUBLIC WORKS DEPARTMENT. Tender Specification # For Purchase of One (1), New Wheel Loader with Snow Blades

PRESSURE WASHER SYSTEM AND TRAILER, COMMERCIAL DUTY

ADDENDUM 02. To All Bidders:

INVITATION TO BID Fort Morgan Golf Course Golf Carts

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

City of Lewiston. Finance Department Allen Ward, Purchasing Agent

Town of South Windsor, Connecticut. Police Department

INSTRUCTIONS TO BIDDERS

Memphis-Shelby County Airport Authority ( Authority ) Addendum No. 1 To Request for Bids For Sweeper with Snow Plow

How To Order Parts & Warranty

Request for Proposal. Articulated Loader

REQUEST FOR QUOTATIONS

Invitation for Bid # Tandem Axle Dump Truck

Request For Bids. Sewer Cleaner Truck

(1) 2018 New Trailer Mounted Spray Injection Road Repair Machine

RFQ Fleet Vehicles. The City of Dawson Creek is requesting quotations for the supply and delivery of:

BID SPECIFICATIONS FOR 16 STEEL DUMP BODY OPTION C (AUTOMATIC TRANSMISSION) WARREN WXL-16 $17, (INCLUDING OPTIONS)

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

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

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

COLLEGE COMMUNITY SCHOOL DISTRICT BID SHEET. THREE (3) 78 PASSENGER TRANSIT STYLE SCHOOL BUSES and ONE (1) 65 PASSENGER LIFT BUS

Phenix City Schools BID NO. GF Purchase of Three New Vehicles. Bid Opening Date & Time: January 7, 2019 at 9:00 AM EST

CITY OF BARTLETT 6400 STAGE ROAD BARTLETT, TENNESSEE 38134

SALT TRUCK - SHORT TANDEM

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

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

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

The application rate is automatically maintained even with variations in truck speed at any spray width.

THE MUNICIPALITY OF WEST ELGIN. QUOTE FOR THE SUPPLY OF ONE - 1/2 Ton Pickup Truck INSTRUCTIONS TO BIDDERS

Request for Quote # Armored Vehicle for Hammond Police Swat Team

City of Hammond Purchasing Department RFP # General Maintenance and Repair Service Contract City Generators

M-B Companies, Inc. Specification. Model 245. Self Propelled Intermediate Striper. High Pressure Airless. Options. Revised September 27, 2006

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

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

Specification Sheet Form Rev

BID REQUEST FOR Four (4) SCHOOL BUSES

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

GENERAL SAFETY INSTRUCTIONS

this equipment. Does Not

FLORIDA SHERIFFS ASSOCIATION, FLORIDA FIRE CHIEFS ASSOCIATION, & FLORIDA ASSOCIATION OF COUNTIES

TENDER HALF TON PICKUP TRUCK, 4x4

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

NELSON COUNTY FISCAL COURT

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

The American Road Machinery Company 17, 25, 30 CUBIC YARD CHASSIS OR ROLLOFF MOUNT LEAF COLLECTOR June 2015

CITY OF BRUNSWICK, GEORGIA April Regenerative Air Street Sweeper REQUEST FOR PROPOSALS

FLORIDA SHERIFFS ASSOCIATION, FLORIDA FIRE CHIEFS ASSOCIATION, & FLORIDA ASSOCIATION OF COUNTIES

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

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

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

2. Compartments 2 compartments with gallons front to rear with double bulkheads

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

LX80. Note: General purpose bucket with bolt on cutting edges. I J K. Unit : mm

FLAT BED STAKE BODY TRUCK

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

INVITATION AND NOTICE FOR BIDS ONE 2009 OR NEWER HYDRAULIC DETACHABLE GOOSENECK TRAILER-(aka LOW BOY) w/trade-in

Transcription:

INVITATION TO BID (ITB) WHITFIELD COUNTY, GEORGIA ITB# PW-100-4-200-ADT-2019 (1) ASPHALT DISTRIBUTOR TRUCK Date: JANUARY 31st 2019 Time: 2:00 PM BRIAN MCBRAYER STAFF ACCOUNTANT (706) 275-7504 / (706) 275-7501 fax USE THIS FORM ONLY ONLY BIDS SUBMITTED ON THIS FORM SHALL BE CONSIDERED The Whitfield County Board of Commissioners will receive sealed bids until 2:00 PM EST on JANUARY 31st 2019 for ITB# PW-100-4-200-ADT-2019

MEET SPECIFICATION GENERAL SPECIFICATION ASPHALT DISTRIBUTOR YES NO It is the intent of these specifications to describe a Bituminous Distributor in sufficient detail to secure bids on comparable equipment. All parts not specifically mentioned, which are necessary to provide a complete Distributor, shall be included in the bid and shall conform in strength and quality of material and workmanship to what is usually provided to the trade in general. The Distributor shall be a current model under standard production by the manufacturer. Any units not conforming to these specifications will be rejected, and it will be the responsibility of the manufacturer to conform to the requirements unless deviations have been specifically cited by the bidder and acceptance made on the basis of the exception. FUNCTION The Distributor shall perform the following functions: A- Fill tank by Distributor pump from outside source. B- Circulate material in tank. C- Circulate material in spray bar. D- Spray at a constant desired application rate, regardless of variance in truck speed. E- Return material in spray bar to tank by pump suction. F- Handspray. G- Return material in hand spray to tank by pump suction. H- Transfer from an outside source to another outside source without having material enter Distributor tank. I- Pump material back to supply source. J- Automatically go from Circulate in Spray Bar to Spray mode and return to circulate without pushing material over relief valve. It is important that the Distributor be capable of returning all material in the spray bar, handspray and distributing lines to the Distributor tank by means of pump suction. This function is to be accomplished without reversing the asphalt pump. Unit shall use volumetric metering with no bypass when spraying to insure accuracy of application. Provision shall be made for easily draining the circulating system independently of the tank and for flushing circulating system and pump with not more than three (3) quarts of fuel oil so as not to dilute tank contents. 2

TANK AND FITTINGS A- Capacity: 2000 U.S. Gallons minimum. B -Shape: Oval in cross section, with the long axis horizontal. C-Material: Shell to be 10-gauge steel. Tanks to have 10 gauge steel heads, deep dished and flanged, welded to tank shell both inside & outside for strength and durability D- Surge Plate: Tank to be supported with full section surge plate, deep dished and flanged, constructed of 10-gauge steel. To be spaced to provide adequate tank strength and proper surge control. Openings shall be provided in the surge plates for the free flow of material to the pump and large enough for a a man to crawl through. E- Manhole: 20" inside diameter manhole with quick-opening cover. F- Overflow: 3" diameter overflow, extending at least 6 inches above the liquid, and draining internally only through the bottom of the tank in such a location as to clear all chassis members. Tank overflow design that drains asphalt material into the spill collar around manhole is not acceptable G- Insulation: 2" fiberglass 1 lb. Density with spacers to prevent compression, protected by aluminum jacket sheet (.040"). H- Tank Mounting: Mounting saddles shall be full bolster style. I-. Tank Gauge: Float type, with dial calibrated in 50 gallon increments, both front and rear of tank. J- Measuring Stick: Aluminum, calibrated in 50 gallon increments. To be designed and calibrated to read tank contents without dipping stick into material K- Spillage collar and overflow drain, including refiners platform and ladder. L- Tank design and construction to meet all applicable Federal Cargo Tank Regulations 49 CFR 173.247 and including DOT-4O6, HM-183, HM-198A, with consideration for hot asphalt products. Must have ASME tank approval number to assure that federal cargo tank regulations can be met. POWER UNIT A- Type: Hydrostatic transmission, consisting of: 1. Pump: Infinitely variable displacement pump with a minimum displacement of 3.1 cubic inches per revolution, axial piston type. Electronic stroker control. 2. Motor: Piston motor with gearbox. 1.53 cubic inch per revolution displacement, direct coupled to the asphalt pump. Entire transmission unit shall be capable of operating speeds up to 2800 RPM. Hydraulic oil may reach temperature up to 200 degrees without damage to the unit. Unit shall have internal valving, and shall be fitted with relief valve and high oil temperature signal in cab B- Crankshaft Take-Off: Hydrostatic pump driven by crankshaft take off; chassis must be equipped to accept crankshaft drive. C- Hydraulic Lines: 1. High pressure hose with swaged type split flange 0 ring fittings, per S.A.E. standards. (90 series pump only) 2. Low pressure hose installation shall be made according to transmission manufacturer s recommendations. Only top quality fittings, tubing and hoses shall be used 3

D- Controls: Electronic micro-control of hydrostatic transmission for setting asphalt pump discharge rate shall be located in truck cab. Control to permit stopping the variable pump discharge without disconnecting the drive and be equipped with an override of the micro-control which shall allow increases in asphalt pump output for filling, sucking back, etc., without affecting application rate settings, Override control shall be at rear of unit E- Reservoir. Minimum 20 gallon hydraulic reservoir with dial thermometer and level indicator. F- Filter: A 10 micron, replaceable cartridge type filter with vacuum gauge shall be located in the line between oil reservoir and hydrostatic pump. BITUMEN PUMP A- Type: Positive displacement rotary gear type. 4 1/2" suction x 4" discharge. B- Location: To be located below the bottom level of the tank so that the material will flow vertically from the suction to the discharge insure complete drainage when tank contents valve is closed C- Capacity: Minimum of 400 gallons per minute. D- Self-Flushing line from fuel tank or heating system to fill line. Includes minimum 20 gallon capacity fuel tank with float level gauge, located away from burners HEATING SYSTEM a. Flues: (1) with 52 gal (LPG) liquid petroleum gas burner, with minimum of 1,000,000 BTU per hour per burner capacity. With pressure regulator, valve, piping. SPRAY BAR Full circulating 8 feet in length, hinged to permit folding for traveling. Length of bar in folded position not to exceed 8 feet. Positive circulation from one end of the bar to the other end, regardless of bar length or asphalt pump rate. To consist of 8' center section with (2) folding wing sections. Electric-air on-off in 1' increments, cab controlled. Electric-hydraulic spray bar shifting, lifting and wing folding, cab controlled. Nozzles to be spaced on 4" centers on spray bar and shall have an individual valve for each spray nozzle. Each nozzle valve to have flip lever control so spray width can be adjusted, and allows individual valves to be disconnected without the use of tools or pulling pin, right & left side wings to relieve fore & aft Bar to adjust for positive or negative crown and also adjustment for pitch of bar to aim nozzle valves rearward. Sections to be interchangeable right and left side AIR CONTROLS Driver Operated Cab Control: Distributor shall be equipped with air controls. Air for the controls shall be obtained from the air system on the truck chassis. The Distributor air system shall include its own air reservoir Air Operated: 1. All air solenoid valves and hydraulic solenoid valves are to be mounted to be accessible and serviceable from the ground without climbing on machine 4

TOOL BOX, FENDERS, ETC. A- Tool Box: All steel box with aluminum door, of sufficient size to store all necessary tools shall be furnished at side of the tank. B- Must have hinged door at side with flush-type lock. C- Fenders: Full dual flanged fenders (.080" aluminum) with rubber flaps. Use of skirting and flaps as a substitute for fenders not acceptable CONTROLS / INSTRUMENTATION A- Computer with in-cab operator controls which include: * Computer controlled switches for ten (minimum) preset application rates. * Distance/volume reset switch. * Application rate adjustment switch. * Display select switch. In-cab instrumentation will include the following information on self-illuminated display(s): * Truck travel speed feet/minute or meters/minute. * Application rate in gallons/square yard or liters/square yard. * Pump rate in gallons/minute or liters/minute. * Resettable distance sprayed in feet or meters. * Resettable volume sprayed in gallons or liters. * Low tank level warning. * Warnings that travel speed and/or applications rate are beyond system capability. B- Radar type sensor to pickup ground speed. C- System control of 4-way asphalt valve. ACCESSORIES 1. Hose trough for fill hose in lieu of hooks. 2. Thermometer well on side of tank. 3. Pencil thermometer. 4. Liquid sampling valve to be state approved for taking samples of liquid asphalt. Located in the rear tank head. 5. Hand Spray Attachment: Hand spray gun with cold handle and not less than 3 nozzles, with 25' of 3/4" flexible rubber hand spray hoses 6. Strainers: Asphalt system to be designed so all liquid asphalt pumped to the tank, from the tank or to the spray bar must pass through a screen 7. Turn Signals: At rear of Distributor with truck supplying chassis control of signals. 8. Light: Federal Standard 108 requirements, including reflectors, clearance and identifications lights. Wiring in loom. 9. All necessary special tools for operation and maintenance of the Distributor shall be provided. 10. Painting: Distributor steel parts shall be painted Black Enamel. 5

WARRANTY Minimum 12 month warranty of Distributor components. With the bid shall be included manufacturer s descriptive literature and specifications on unit being bid, and a list of any exceptions to these specifications. Bidder will supply parts manual and complete operating instruction manual with bid if requested. Bid shall include mounting on chassis at factory and instruction of operator on maintenance and operation at factory OPTIONAL ITEMS a. Tank and Accessories: 1. Manhole strainer, 6" only required when filling tank overhead storage 2. Manhole strainer, 20" only required when filling tank overhead storage 3. Dial Thermometer, 2". 4. Dial thermometer, 4". 5. Dual scale stick and dial (English and metric). 6. Additional cone type strainer in fill line in front of asphalt pump strainer b. Circulating System: 1. Front suction valve (in addition to rear) Electric/air cab control valve and line that allows asphalt pump to suck liquid from front of tank when going down hill, etc. 2. Power wash down system including electric fuel pump, 15' hose c. Spray Bar: Standard Spray Bar 1. Extra pair of folding bar joints (requires minimum 16' spraybar) 2. Standard bar extensions with 1' electric-air on-off, up to 24' per foot 3. Powered bar latch with cab and rear controls. 4. Extra nozzles, each foot (3 nozzles). 5. Wet storage box with drain plug & hinged lid. 6. Bar end markers, per set. (Standard & Big Bars only) 7. Provisions for later addition of bar extensions with 1' controls per foot Variable width spraybar, 16 total feet in length (18' up to 24") The sliding/variable width spray bar configuation is to be full circulating bar, made up with (2) 8' center bars with the remaining length made up of right & left 6

folding extensions, the width in the travel position not to exceed 8' *The spray bar configuration will supply asphalt to spray bar through solid metal piping utilizing swivel type joint Flexible feed hose in not acceptable. *Spray bar to have hydraulically powered bar lift, shift and folding wings *Each spray nozzle shall have an individual air controlled internally mounted valve and operate in 4" increments turning on and off automatically throughout bar extension and retraction *Cab controls shall be provided for bar extension/retraction, *Bar to have a "tack" feature which allows the operator to with one control to turn off / disarm ever other nozzle d. Power System: 1. PTO off transmission in lieu of crankshaft drive. 2 Flywheel PTO (chassis must be set up with provision e. Controls/Instrumentation: 1. Electric analog gauges in lieu of computer control with digital read out 2. Liquid asphalt temperature digital readout in computer display window 3. Additional display in rear control box. f. Heating System: Flues: (1) or (2) 8" x 6" U-type return flues running the full length of tank. The inlet and exhaust opening of each individual set of flues shall be in the same horizontal plane. Flues shall have stainless steel external stack. 1. No flue or burner in lieu of one flue with LPG burner and 52 gallon LP tank 2. Two flues with LPG burners. Includes 52 gallon LP. 3. One flue with high pressure fuel oil burner (includes auto ignition and outfire) 4. Two flues with high pressure fuel oil burner (includes auto ignition & outfire) 6. Outfire protection for LPG burners. 7. Automatic Controls: Thermostatic controls and out-fire protection for propane burners (pushbutton ignition) 8. Portable burner, kerosene or LPG (specify). 10. Electric Belly Heat 220V or 440V, 3-phase, with thermostat to maintain heat 11. Chassis driven Hydraulic/electric generator for electric g. Miscellaneous Accessories: 1. 12' x 3" steel fill hose.(450 Deg) or 12' x 3" rubber fill hose (350 degree) 7

2. Power right side 4-way mirror. (when truck design permits) 3. L.E.D. Lights, Sealed system. 4. Special paint. 5. Skid mounting. 6. Hand Spray hose reel. 7. Aluminum handspray gun with swivels 8. 3" cam lock fittings. 10. Export Processing: 11. Back-up alarm 12. Strobe light mounted on top of front of tank. h. Severe service options: 1. High output asphalt pump hydraulic drive (4.57 pump,2.1 motor) and 24' spray bar 2. High output asphalt pump drive (6.1 CID hydraulic pump 3. Hydraulic oil cooler 4. Manifold style 1' bar control valves. 5. Heated pump, sump and drop tubes from truck cooling system 8

GENERAL TRUCK CHASSIS SPECIFICATION MEETS SPECS ENGINE SPECIFICATION YES NO DIESEL- TURBO CHARGED HORSEPOWER RATING 350 HP + TORQUE 1100 FT LBS + EXHAUST BRAKE TO MEET 2017 EMISSIONS REGULATION ELECTRONIC CONTROLLED TRANSMISSION 5 OR 6 SPEED TO MEET ALLISON STANDARD PTO- INCLUDE AIR SHIFT CONTROLS GVWR & DESCRIPTION GVWR RATING 35,000 AND ABOVE FRONT 12,000 LBS REAR PER AXLE - 23,000 LBS CONVENTIONAL CAB COLOR (WHITE) FRAME SINGLE OR DOUBLE RAIL CROSSMEMBERS,FUEL TANK AND BATTERY BOX FRONT AXLE SPRING RATE FRONT AXLE 12,000 LBS SPRING RATE 12,000 LBS HEAVY DUTY SHOCKS REAR AXLE GEAR RATIO (TO MATCH TRANSMISSION ) DRIVERS IN CAB DIFFERNTIAL LOCK SPRING RATING 23,000 LBS BRAKES & AIR COMPESSOR AIR TYPE WITH (S-CAM DESIGN) AUTOMATIC SLACK ADJUSTERS FRONT & REAR DUST COVERS STEERING POWER STEERING TITL COLUMN CAB EXTERIOR WHITE PAINTED WITH URETHANE PAINT STEEL OR ALUMINUM CONTRUCTION BREAK-AWAY MIRRORS CAB STEPS, WITH NO SLIP DESIGN CAB HANDLES INSIDE AND OUTSIDE OF CAB CAB LIGHTS AIR HORN 9

CAB INTERIOR COLOR LIGHT GRAY OR TAN CLOTH SEATING FULL RUBBER FLOOR MAT AM/FM RADIO HIGH BACK AIR RIDE SEAT / WITH FOLD AWAY ARMREST AIR CONDITION/ HEAT / DEFROST GAUGE CLUSTER TO INCLUDE ODOMETER FAULT CODES LOW WASHER LEVEL OIL PRESSURE COOLANT TEMPATURE TACHOMETER TRANSMISSION TEMPATURE POWER WINDOWS FUEL TANKS STEEL OR ALUMINUM CONTRUCTION POWDER COATED IF STEEL CONTRUCTION 40 GAL + CAPACITY ELECTRICAL SYSTEM 12 VOLT NEGATIVE GROUND 200 AMP ALTERNATOR 1800 COLD CRANKING AMP BATTERIES MAIN POWER CUT-OFF IN CAB COOLANT SYSTEM PREMIUM RADIATOR HOSES & BELTS HEAVY DUTY RADIATOR NYLON FAN WHEELS & TIRES BUDD TYPE DISC WHEELS PREMUIM RADIAL TIRES OIL BATH FRONT WHEEL BEARINGS WARRANTY 2 YEAR ON CAB & CHASSIS 1 YEAR ON DUMP BODY PARTS & SERIVICE MANUALS INCLUDED 10

ASPHALT DISTRIBUTOR $ BRAND MODEL TRUCK CHASSIS $ BRAND MODEL SHIPPING CHARGE $ TOTAL BID PACKAGE PRICE $ ESTIMATED DELIVERY DATE EXCEPTION TO BID Bids shall be submitted in a sealed opaque envelope and shall be marked on the outside with the name of the submitting company, the ITB number, and the words ASPHALT DISTRIBUTOR TRUCK. Any deviation from the requirements set forth for the labeling of the bid envelopes shall result in said bid being returned to the bidder unopened and any such bid shall not be considered. Do not call with questions relating to this ITB. Refer to the County Website at http://www.whitfieldcountyga.com for bid details and any updates. All communication must be in writing or via email. Address email correspondence to mturner@whitfieldcountyga.com. No verbal or written information which is obtained other than through this ITB or its addenda shall be binding on Whitfield County. No employee of Whitfield County is authorized to interpret any portion of this ITB or give any information as to the requirements of this ITB in addition to that contained in or amended to this written ITB document. 11

Bid Submittal Instructions: Vendors are to submit 1 original and 2 copies of their bid. Sealed bids shall be addressed to the attention of Brian McBrayer and mailed to Whitfield County Board of Commissioners, P.O. Box 248, Dalton GA 30722-0248 or hand delivered to the Courthouse Annex, 301 W. Crawford Street, Dalton GA. All bids shall be received on or before the above designated date and time. Any bid received after this date and time shall not be accepted. Bids shall be typed or submitted in ink. Bids will be opened and read publicly. Bids are legal and binding upon the bidder when submitted. It is understood that this contract, if accepted by Whitfield County, is entered into solely for the convenience of the county and in no way precludes the county from obtaining like goods from other suppliers upon prior approval of the Whitfield County Board of Commissioners. Such approval shall be made at the sole discretion of the Whitfield County Board of Commissioners and shall be conclusive. Local Vendor Privilege Because bids awarded to local vendors contribute to the Whitfield County tax base and promote the local economy, the Whitfield County Board of Commissioners has instituted a local vendor privilege as follows. To qualify as a local vendor, the following conditions have to be met: 1. The vendor has to have an established place of business within Whitfield County. 2. The vendor must have at least two (2) employees who have been working for six (6) months or longer before requesting a local vendor privilege. All vendors who met these conditions and who wish to claim the local vendor privilege must complete the Affidavit of Eligibility available on the County web site. The local vendor privilege gives qualifying vendors, who are within 4% of the low bid, the opportunity to agree to match the low bid within 24 hours. If more than one local vendor meets the qualifications, the lowest local bidder will be given the first opportunity to agree to match the low bid. If they refuse, the next lowest bidder will get the opportunity and so on until all local vendors within the 4% range have been given an opportunity. Whitfield County reserves the right to accept or reject any or all bids for any reason, to waive technicalities, and to make an award deemed in its best interest. Whitfield County shall have the right to delete a unit item from the bid if necessary or proper in the sole determination of Whitfield County. We certify that our bid meets the minimum requirements as specified in bid documents, this day of, 20. AUTHORIZED SIGNATURE TITLE PRINTED NAME OF SIGNATURE COMPANY ADDRESS TELEPHONE NUMBER CITY / STATE / ZIP CODE FAX NUMBER EMAIL ADDRESS 12

13