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

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

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

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

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

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

Type 3 Fire Engine Model 346

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

REQUEST FOR QUOTATIONS

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

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

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

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

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

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

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

An ISO 9001:2000 Certified Company Autocar MY x DOT/EPA Compliant Terminal Tractor Standard Specifications

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

RAC EXPORT TRADING Germany Tel

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

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

PROPOSAL FOR THREE (3) 2019 TANDEM AXLE TRUCKS

CITY OF CORALVILLE th Street, Coralville, IA

ALLEGAN COUNTY ROAD COMMISSION SPECIFICATION FOR BIDS

FLAT BED STAKE BODY TRUCK

BANNOCK COUNTY SOLID WASTE

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

Truck Specs. Sabre 9 Off-Highway GCWR: 242,000. CapacityTrucks.com

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

Invitation No: Additional available options:

2017 Single Axle 5 CU.YD. Dump Truck Specifications. Minimum Specifications 33,000 lb

GU533 MACK TRUCKS ARE BUILT TO BUILD

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

Pennsylvania State Police Tactical Mounted Unit. 25,500# GVWR Crew Cab Tractor

HEAVY DUTY TRUCKS. Business Rack Clock Digital $

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

ISUZU N-SERIES (REG CAB) DIESEL CAB/CHASSIS SPECS NPR-HD (14,500# GVWR)

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

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

ISUZU NPR-HD REG CAB CAB & CHASSIS SPECS 14,500# GVWR DSL

Warranty - Standard Equipment & Specs

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.

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.

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

Mantis Rerailer General Specifications

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

SALT TRUCK - SHORT TANDEM

Addendum 2 Minimum Specifications One New Twin-Screw Diesel-Powered Cab & Chassis For the Sanitation Division

Invitation to Tender. District of Taylor MOTOR GRADER

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

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

AMENDMENT No: One (1) March 12, 2013

PRODUCT LINE WHEELBASE & CAPACITIES

County of Georgetown, South Carolina

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

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

INVITATION FOR BID Bid # 2013-RD102. Tandem Axle Dump Truck

Everything You Need! Phone , Ext. 229

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

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

Standard features. Standard features of the Unimog U500 NA 2005 model

ATTACHMENT A ITEM# 5

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

GU812 MACK TRUCKS ARE BUILT TO BUILD

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

PART A TENDER SUBMISSION

TENDER HALF TON PICKUP TRUCK, 4x4

BID REQUEST FOR Four (4) SCHOOL BUSES

TXB-250M. The master parts depot ships genuine TAYLOR parts nationwide and is a key component in the Sudden Service, Inc. dealer network.

NOTICE OF BID. The City of Pigeon Forge is receiving bids on three trucks for the Public Works Department.

AMENDMENT No: Three (3) March 19, 2013

TXB-250M PRODUCT LINE WHEELBASE & CAPACITIES. (30,000-lb. Cap. at 24" L.C., 140" WB)

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

Customer Proposal. Rush Medium Duty Truck Center, Dallas Irving Blvd., Dallas, Texas, Office: Prepared for: Prepared by:

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

ABS Components Air Compressors Air Dryers & Cartridges Air Tanks. Air Disc Brakes Bearings Brake Pads Brake Rotors Brake Shoes & Kits Camshafts & Kits

Mantis Rerailer. General Specifications

TMS x 4 & 6 x 6

Doosan Infracore DL220 TECHNICAL DATA

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

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

Minimum Specifications for One New Yard Roll-Off Truck

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

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

Customer Proposal. Rush Medium Duty Truck Center, Dallas Irving Blvd., Dallas, Texas, Office: Prepared for: Prepared by:

ABS Components Air Compressors Air Dryers & Cartridges Air Tanks. Air Disc Brakes Bearings Brake Pads Brake Rotors Brake Shoes & Kits Camshafts & Kits

Dump Construction. Medium Heavy Duty GU532 STANDARD POWERTRAIN SPECIFICATIONS. Mack Trucks, Inc.,

Customer Proposal. Rush Medium Duty Truck Center, Dallas Irving Blvd., Dallas, Texas, Office: Prepared for: Prepared by:

TOWN OF CHAPLIN BID SPECIFICATION REQUIREMENTS 2018 OR LATER 37,780 DUMP TRUCK AND SNOW FIGHTING EQUIPMENT PACKAGE

Tender Town of Yarmouth Equipment Purchase 5 Ton Single Axle Truck Complete with dump box, slide-in spreader, pre-wet system, and spreader controls.

NOTICE OF BID. The City of Pigeon Forge is receiving bids on four trucks for the Public Works Department.

CITY OF MARSHALL, MINNESOTA

Refuse Dump Wrecker STANDARD POWERTRAIN SPECIFICATIONS. Mack Trucks, Inc.,

REQUEST FOR BID For Trucks. Bid Notice

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

THE CORPORATION OF THE CITY OF GRAND FORKS

Transcription:

Kalkaska County Road Commission 1049 Island Lake Road Kalkaska, MI 49646 Telephone: 231.258.2242 Facsimile: 231.258.8205 The Kalkaska County Road Commission is an Equal Opportunity Provider and Employer NOTICE TO BIDDERS Sealed bids will be received until 9:00a.m. Wednesday, February 6, 2019, at which time they will be publicly opened and read. Bids shall be received at the office of the Kalkaska County Road Commission, 1049 Island Lake Road, Kalkaska, MI 49646. The bid shall be clearly marked Truck Bid and bear the name of the bidder. Bids will be tabulated and a recommendation will be made to the Board of Road Commissioners at their next regular meeting. 1. Two (2) Tandem Axle Truck Cab and Chassis 2. To supply and install the following equipment on the above referenced unit: 304 S.S. heavy duty frame mounted material spreader or dump body Underbody scraper Front mounted plow hitch Rear mounted pull hitch One Way Plow Nine (9 ) snow patrol wing/plow Hydraulic pump Fuel and hydraulic tanks Cross-auger with spinner unit Lighting Associated controls meeting Road Commission specifications Bid prices shall include all set up and delivery charges to points designated by the Commission. Bidders must complete the KCRC checklist. Further information and specifications may be obtained at the office of the Kalkaska County Road Commission or by contacting Tony Moses at 231.258.2242 (desk), 231-384-3451 (cell) or via e-mail at tmoses@kalkaskaroad.org David Gill, Chairman Board of Kalkaska County Road Commission 1

Kalkaska County Road Commission 1049 Island Lake Road Kalkaska, MI 49646 Telephone: 231.258.2242 Facsimile: 231.258.8205 The Kalkaska County Road Commission is an Equal Opportunity Provider and Employer SPECIFICATIONS FOR TANDEM AXLE TRUCK CAB AND CHASSIS The following specifications describe and are intended for use in securing two (2) tandem axle cab and chassis to be used for year-round road maintenance. The bidder shall include all applicable destination charges and shall deliver the equipment described herein to the Kalkaska County Road Commission, 1049 Island Lake Road, Kalkaska, MI or upon written notification to the equipment/body builder of the Kalkaska Road Commission s choosing. A title or manufactures certificate of origin shall be provided at delivery. Options New untitled vehicles only meeting or exceeding Kalkaska County Road Commission Specifications. Delivery Time of delivery may be an important factor in determining successful bidder. Please state scheduled delivery date. Payment Terms Payment for Tandem Axle Truck chassis shall be on the day of delivery after acceptance by the Kalkaska County Road Commission. Extension Provided all parties agree, this bid may be extended for up to two (2) years with a 2% variance. Note The Kalkaska County Road Commission reserves the right to accept or reject any or all bids, to waive any irregularity or defect in a bid, or to reject that bid which offers equipment not compatible with body builders components, or to accept that bid which is in the opinion of the Kalkaska County Road Commission in the best interest of the county. 2

Kalkaska County Road Commission Minimum bid specifications for two (2) new tandem axle trucks. These vehicles are intended for maximum year-round use. Tasks for these vehicles will range from hauling and applying road maintenance materials, to winter ice and snow control. Units will be equipped with the following hydraulically operated components: Underbody scraper, front mounted one-way plow, 8.5-10 cubic yard heavy duty material spreader, rear mounted cross auger with spinner, mid mounted snow patrol wing. Trucks will be a 66,000 lb. G.V.W.R. minimum. Any specification deviations shall be marked as NO with an explanation. We are going to accept a bid on the best truck for our needs. KCRC will consider everything that meets our criteria. Chassis Warranty - Bidder shall state base warranty and any extended warranty options available, with pricing structure. Bidder shall enable KCRC maintenance department to handle warranty repairs and be reimbursed for warranted time and material, where applicable per a written agreement supplied by the bidder. Diagnostic Equipment - Bidder shall supply assistance in obtaining all software and communication equipment needed to communicate with any computer-controlled component on these vehicles. Bidder shall train KCRC employees at our facility to use the new diagnostic equipment. A complete set of service and parts manuals shall also be included in the bid. These manuals may be in paper, or paperless form. 3

Item 1. Engine. A. Bidders shall specify at least, a 13-liter engine, optimized for performance. A minimum of 425 H.P. and 1650 lb. of torque will be required. Engine shall be equipped with a compression brake. Immersion style 110-120V block heater. Horton two-speed fan clutch with manual override switch, front PTO adapter for 1350 series flange yoke below radiator, silicone radiator, and heater hoses with constant torque clamps, cab heater shut-off valves. Engine shall have high efficiency cooling system filled with extended life coolant. Engines shall be mounted forward of the firewall; no doghouses will be accepted; all engines shall be subject to approval from body builder due to component placement. B. Engine Warranty. Bidders shall specify base warranty, and all other options for extended warranty coverages with pricing structure. Bidder shall insure in writing; engine warranty repairs can be completed within a 50-mile radius of our facility. Item 2. Safety. A. An operator, standing flatfooted on the ground shall be able to check all fluid levels. Item 3. Transmission. A. Allison 4500 RDS-P, Gen 5 Wide ratio 6 speed configuration, Rugged Duty Series. Include Allison Snowplow programming, rear transmission support, TranSynd transmission fluid, and Water/Oil heat exchange. Also, include features that monitor the transmission fluid, filter, and clutch condition on the shift selector. Shift selector shall be tower mounted T-handle type. If possible, a 24 harness extension to shifter shall be included. Bidder shall include warranties and pricing structure. Item 4. Rear Axles. A. Meritor 46,000 lb. Minimum. No gear ratio will be selected until an engine is specified. All bidders must advise a ratio and supply a speed/torque chart with the bid to insure a properly operating vehicle for our application. Rear axles shall be constructed with heaviest wall thickness available with lube pump, and have inter-axle diff lock, main differential lock in rear axle only, with in cab control and warning light. Piloted iron hubs for use with heavy duty hub piloted wheels, and premium Stemco Grit Guard wheel seals. Item 5. Front Axle. A. 20,000 lb. minimum set back axle with the shortest turning radius available. Piloted iron oil bath hubs with premium Stemco Grit guard wheel seals. Power steering reservoir shall be frame 4

mounted. Vehicle shall be mounted with air cooled power steering cooler. Grease fittings required at all pivot points. Power steering shall be Sheppard M100 Dual gear box, with Glidekote splines on steering shaft. Bidder to state wheel cut and curb-to-curb turning radius. Item 6. Rear Suspension. A. 46,000 minimum. Heavy duty air ride preferably certified for off-road use. Single or dual leveling valve(s), dash mounted pressure gauge, manual dump system with in-cab control and indicator light. Suspension shall be configured with four extra heavy-duty tubular type shocks, and internal bump stops integral with air bags. Air bags shall not occupy any more room rearward than the rear of the drive tire. Examples of acceptable suspensions would be New Way ARD 246-10, or Airtrack 46,000. Item 7. Brakes. A. Braking system shall consist of a four channel ABS. Front and rear brake shoes shall be S-cam style 16.5 extended service brake shoe, heavy duty, outboard mounted drums. Rockwell/Meritor automatic slack adjusters, premium extended life brake shoe linings with stainless steel dust shields. Air parking brake system to include four (4) 30/30 brake chambers on both drive axles, mounted on gusseted cam brackets. Item 8. Front Suspension. A. 23,000 lb. minimum. Taper-leaf springs, with heavy duty shocks and mounts. Item 9. Driveline. A. Main: Spicer SPL250 HD-XL Driveline, 1 Midship Bearing B. Inter-axle: Spicer SPL170 Driveline inter-axle Item 10. Frame. A. Frame to meet following minimum specifications: 1/2 inch frame thickness. 22.35 section modulus, 120,000 psi tensile steel, 2,683,000 resistance bending moment with integral front rail extensions continuing a minimum of 22 inches in front of grill. No Bolt on extensions will be accepted. Huck bolts wherever possible. Frame shall be standard 34 inches in width. Cross members shall be three piece, C-channel with cast gussets. Axle to frame (AF) shall be sixty-five (65) inches minimum. One-hundred and forty (140) inches (CA) cab to axle. Twenty-four (24) 5

inches ground clearance. Frame to have zero (0) rake. Frame measurements must be verified with body builder. No exceptions. Item 11. Air Compressor. A. Shall have a minimum 25.9 CFM water cooled compressor. Item 12. Air Drier. A. Bidder shall supply a Bendix air drier model AD-IS, extended purge with heater. Air drier shall be mounted in a protected location, on the driver s side of the truck, accessible for maintenance, yet not interfering with equipment. Item 13. Air Hose. A. All chassis air hose to be nylon with a braided harness cover and rubber lined clamps along the frame rails, air compressor discharge hose shall be Teflon lined stainless steel braided hose. Item 14. Air Tanks. A. Air tanks shall be painted steel. All air tanks shall be mounted back of cab on the outside of frame. NOT under cab, as per selected body builder requirements. Item 15. Radiator. A. Radiator shall be constructed from copper or brass with bolt on tanks. NO cutouts or holes for PTO shaft. There shall be adequate clearance under radiator for PTO shaft. Radiator shall meet manufactures cooling system requirements. The radiator, charge air cooler, and everything bolted to it must be substantially mounted. Item 16. Air Cleaner. A. Air cleaner shall be mounted under the hood, with inside/outside air intake system allowing the operator to select air drawn from under the hood or from the driver s side of the cab. 6

Item 17. Electrical Features A. Four (4) 12-volt 750 CCA batteries, to supply a minimum of 3000 CCA. B. Factory installed Flaming River (Model FR1044) ground side master disconnect switch, accessible from the driver s side of the unit. Switch shall be protected with heat shrink tubing at the terminals. No other cable splices shall be accepted. C. Battery cable shall be double-ought (00) or larger. D. Alternator shall be pad mount, 160-ampere or larger. E. Engine and chassis shall use weather pack connectors, and wires identified numerically and or by color. F. Factory installed auto resetting circuit breakers shall be used instead of fuses in chassis junction box. G. System shall have a minimum of three (3) auxiliary factory installed toggle switches and circuits with a minimum of 20-ampere capacity for auxiliary equipment. Any extra harnesses or pigtails required to complete this task shall be included. H. System shall have factory installed auxiliary headlight circuit; auxiliary circuit shall operate parking lights, turn signals, high/low beam headlights. This circuit shall allow operator to switch from factory lights to auxiliary lights. Wiring harness shall be securely loomed to the front of the hood on both sides. I. System shall have factory installed heated mirror circuit. Switch shall be mounted and identified on dash panel for driver control. Wiring harness shall be securely loomed to the front of the hood on both sides. J. Davco 382 Fuel/Water separator, 120V/12V in addition to fuel filter supplied with engine. Item 18. Battery Box/Step Combination. A. This heavy-duty box shall be mounted on the driver s side of cab, with a minimum ground clearance of twenty-four (24) inches. Non-slip steps and a barrier liner in the bottom of the box shall be incorporated into its design. Item 19. Auxiliary Box/Step Combination. A. This heavy-duty box shall be mounted on the passenger s side of cab, with a minimum ground clearance of twenty-four (24) inches. Unit shall have non-slip steps incorporated into it. 7

Item 20. Exhaust System. A. The exhaust system shall be a vertical mounted on the right side of the cab outside of the frame rail leaving minimal clearance behind the cab as possible. The muffler(s) shall be mounted with a stainless-steel protective shield and a grab handle. Exhaust system shall maintain a minimum of twenty-four (24) inches of ground clearance. Three inches of clearance shall be maintained between exhaust pipes and frame rails. Exhaust shall not interfere with back of cab mounted fuel and hydraulic tanks. Item 21. Scraper Mounting Clearance. A. Between the rear edge of the front fender and to the forward side of front drive tire, there shall be a minimum of twenty-four (24) inches of ground clearance at maximum G.V.W.R. Driveline, center bearing, and all tanks shall meet the twenty-four (24) inches of ground clearance minimum. Item 22. Tires and Wheels. A. Front: 385/65R/22.5 18 ply Bridgestone M854 Mud and Snow tires mounted on Aluminum 22.5 X 12.25 10-Hole extra heavy-duty Alcoa (PN# 823627) pilot mounted style rim, with best suited offset for maximum turning radius. B. Rear: 11R 22.5 M799 Mud and Snow tires mounted on 22.5 X 8.25 extra heavy duty, two hand holes, painted steel, hub piloted rims. Item 23. Cab. A. A full-sized severe duty conventional day cab made of aluminum or galvanized steel, with dual air bag suspension, leveling valve, and tracking rod. Item 24. Cab features. A. Standard hood with reinforced upper corners at the grill opening. B. Full tilt hood with spring assist, and safety device to guard accidental closure. C. Stationary, rigid mounted, stainless steel grill allowing hood to clear thirty-four (34) inch wide plow frame when opened. D. Mustache style bug deflector with stainless mounting brackets. E. Stainless steel sun visor. 8

F. Oversized back of cab window, and cab corner windows G. Dual door stop in doors. H. Tilt / Telescopic steering column with eighteen (18) inch steering wheel. I. Ignition and doors shall be keyed alike, both units keyed the same. J. Driver s seat shall be a premium high back fabric with air ride, adjustable lumbar supports, right and left side arm rest, seat shroud, and a three (3) point seat belt. Seat should be of the highest quality and well designed. K. Passengers seat shall be a high back fabric, rigid mounted on toolbox, with a three (3) point seatbelt. L. Charcoal or gray interior with black rubber floor mat, with removable black floor mats fitted for the cab. M. Tinted safety glass. N. Interior noise reduction package. O. Severe service cab package. P. Thermal insulation cab package. Q. Drivers door armrest. R. Dual west coast style 16 X 7 heated stainless-steel mirrors with integral lights and in cab control. S. Dual eight (8) inch heated center mounted convex spot mirrors mounted below west coast style mirrors, with in-cab control. Shall be factory installed. T. Electric windshield washer/wipers with delay. U. Cab grab handles on both sides of cab. V. Heavy duty filtered air flow heater/defroster with air conditioning, with protective scoop mounted on outside air intake. W. Dual air horns with covers, and electric horn. X. Cab entry steps on both sides shall be made of non-slip material. Y. Electric power windows for drivers and passenger s sides of vehicle, both windows shall have the ability to be controlled by the operator. Z. Premium am/fm stereo with weather band. AA. Dome and map lights. 9

BB. Cruise control with PTO control integrated with engine. CC. Four (4) switch control panel to operate on/off of the engine brakes three stages. Shall be factory installed. DD. A minimum of 3 toggle switches shall be factory installed in the dash panel board for auxiliary equipment. (see item #17) EE. A minimum of 2 air toggle switches plumbed in with pressure protection for auxiliary equipment. Shall be factory installed. FF. A full gauge set shall be installed by the factory including the following items: Electric speedometer, tachometer, oil pressure, coolant temperature, volt meter, hour meter, fuel gauge, outside temperature, mechanical dual air pressure, air cleaner restriction, low air, rear suspension load gauge, and related audible alarms. GG. Factory installed auxiliary speedometer output. Item 25. Paint. A. Premium single stage paint, color as follows: Rear wheels shall be white. Frame and chassis shall be black. Cab and hood shall be painted Omaha orange. Top of hood shall be painted flat black. All colors shall be factory installed with the exception of the top of the hood. Bidders shall choose the most cost-effective route to have top of hood painted in flat black. Bidders shall supply paint codes on bid proposal. Item 26. Fuel system A. Fuel tank on vehicle shall be mounted behind the cab once body builder has completed, any provisions that need to be made shall be. DEF tank shall be small in size, and mounted as high, and far back on the chassis as possible. Bidder and Body builder shall be responsible for the return of transport fuel tanks. NOTES; Both of these units shall be procured for a live bottom material spreader. There is no need for trailer air or lighting to rear of truck. One dash valve only. 10

Kalkaska County Road Commission 1049 Island Lake Road Kalkaska, MI 49646 Telephone: 231.258.2242 Facsimile: 231.258.8205 The Kalkaska County Road Commission is an Equal Opportunity Provider and Employer Two (2) Tandem Axle Truck Cab and Chassis Bid Sheet 2019 Tandem Axle Truck Cab and Chassis as per specifications: Manufacturer Model Model Year Delivery Date Unit Price State the Warranties and Guarantee to be furnished by the supplier and/or manufacturer: State the Terms of the sale and discounts: Bid prices shall include all set up and delivery charges to points designated by the Commission. Additional fuel surcharges, set up or delivery charges will not be accepted. Payment for units shall be made on the day of delivery after acceptance by the Kalkaska County Road Commission. Name: Title: Company: Address: Phone: Fax: Signature: Date: 11

Deviations: (three per page): Item # Deviation: Item # Deviation: Item # Deviation: 12