NOTICE OF LETTING TRI-AXLE PLOW TRUCK ACCESSORY EQUIPMENT

Similar documents
NOTICE OF LETTING PATROL TRUCK ACCESSORY EQUIPMENT

Specifications for: Hi-Way Model SA-6C 304 Stainless Steel Under Tailgate Spreader Comply to. Make and Model Bid: HOPPER AUGER MECHANISM

Specifications For MEYER UTG GEAR STAINLESS STEEL. General: Comply Exception

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

ALLEGAN COUNTY ROAD COMMISSION SPECIFICATION FOR BIDS

1ASD-6CDSS-6P-1D-2S-LM "Salt Special" sander, dual spinner, w/unidirectional reversible auger, includes extra salt shields (Per Ea)

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

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

SNOW PLOW, FRAME, HYDRAULIC SYSTEM, DUMP BODY, WING, SPREADER AND PRE-WET TANK SYSTEM

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

CITY OF ROCK ISLAND S P E C I F I C A T I O N S

ADDENDUM NO. 1 FOR SPECIFICATION NO.: RFQ NO.: 3358 FOR DIESEL-POWERED SALT CONVEYOR

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

MEYER MATE 9.0 CU FT. SPREADER

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

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

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

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

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

HALIFAX REGIONAL MUNICIPALITY (HRM) One (1) Loader Mounted Snow Blower TENDER # T Page 1

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

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

Concord Road Equipment Mfg., Inc. NorEast-R. Severe Duty Combination Dump Body Spreader with Flat Floor and Integral Center Conveyor

Request for Proposal Snow Blower October 12, 2015

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

Winning Bid Meets Specifications Meets Specifications Yes/No Deviations Yes/No Deviations

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

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.

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

TAILGATE SPREADERS The most cost-effective high quality tailgate spreaders in the industry.

Failure to comply with any of the instructions may be cause for the County to reject that bid.

INVITATION TO BID. January 10, 2018

Request for Proposal. Rear Load Refuse Truck

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

CITY OF SHARON 155 W. CONNELLY BLVD SHARON, PENNSYLVANIA SPECIFICATIONS and FORM OF PROPOSAL

City of Lewiston Finance Department Allen Ward, Purchasing Agent

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

Winning Bidder. Monroe Truck Equipment

(ADDENDUM COVER SHEET)

CITY OF ALHAMBRA NOTICE INVITING BIDS NO. N2M16-144

CITY OF TACOMA ENVIRONMENTAL SERVICES DEPARTMENT

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

Everything You Need! Phone , Ext. 229

52.1 SNOW REMOVAL AND ICE CONTROL (TRUCK)

Invitation for Bid # Tandem Axle Dump Truck

CITY OF CORALVILLE th Street, Coralville, IA

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

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

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

DUMP BODY SPREADERS INSTALLATION INSTRUCTIONS

REQUEST FOR QUOTATIONS

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

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

STATE OF MINNESOTA PRICING PAGE

RVB AND TAILGATE SPREADERS INSIDE

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

The TARCO Highlander JR is heavy-duty type material spreader that can be used for a variety of light to medium duty truck applications.

STATE OF MINNESOTA CONTRACT RELEASE S-863(5), EVENT # SNOW PLOW TRUCK COMPONENTS & ACCESSORIES SPECIFICATIONS

ELIMINATOR Dump bodies

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

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

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

Town of Digby. Tender Equipment Purchase 4 WD One Ton Truck CONTENTS

INVITATION TO BID (ITB)

1000 SERIES SNOW BLADE 3000 SERIES SNOW BLADE 5000 SERIES SNOW BLADE

BID PACKAGE (2)NEW 2018 SELF-PROPELLED BROOMS

NOTICE OF REQUEST FOR QUOTATIONS FOR A NEW 10,000 LB GVW REGULAR CAB SINGLE REAR WHEEL TRUCK WITH CTEC 9 LONG GENERAL PURPOSE DUMP STAKE BODY

GALLATIN PUBLIC UTILITIES

Power Options. Also Available. Unique Features. Conveyor & Drive

REQUEST FOR BID For Trucks. Bid Notice

CITY OF PORTSMOUTH PURCHASING DEPARTMENT PORTSMOUTH, NEW HAMPSHIRE. Annual Fuel Bid - #01-18 INVITATION TO BID

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

Houston County Purchasing Department

Invitation to Bid NEW FOUR WHEEL DRIVE EXTENDED CAB PICKUP TRUCK

Town of Digby. Tender Equipment Purchase Fire Truck Pumper/Tanker

CITY AND COUNTY OF SAN FRANCISCO. SPECIFICATION FOR Copier Lease Agreement Last revision 03/03/2016

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

The Rock Island County Forest Preserve Commission is requesting bids for the following equipment for use at Indian Bluff Golf Course, Milan, IL:

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

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

EQUIPMENT PURCHASE PUBLIC WORKS VEHICLE TENDER CONTENTS. Tender Call General Instructions General Requirements Specifications...

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.

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

REQUEST FOR BID For Trucks. Bid Notice

The attached pre-qualification application should be submitted with your bid, in a separate sealed envelope.

The American Road Machinery Company 25 CUBIC YARD CHASSIS OR ROLLOFF MOUNT LEAF COLLECTOR March 2013

CLINTON COUNTY SOIL & WATER CONSERVATION DISTRICT 6064 Route 22, Suite 1 Plattsburgh, NY (518) x3

Your ONE STOP Dump Body Manufacturer

Otsego County Road Commission

City of Storm Lake Fire Department Heavy Rescue Specifications

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

Request For Bids Elko County Solid Waste Refuse Hauling and Disposal in the Midas Solid Waste Management Districts

TENDER HALF TON PICKUP TRUCK, 4x4

INVITATION TO BID (ITB)

ADDENDUM NO. ONE (1) ACQUIRE SNOW REMOVAL EQUIPMENT NORFOLK INTERNATIONAL AIRPORT, VIRGINIA. May 18, 2016

THE CORPORATION OF THE CITY OF GRAND FORKS

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

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

-1- SPECIFICATIONS PERMANENTLY MOUNTED CONE SETTER PLATFORM ATTACHMENT INDEX

LAPEER COUNTY ROAD COMMISSION 2015 Truck Equipment

Transcription:

NOTICE OF LETTING TRI-AXLE PLOW TRUCK ACCESSORY EQUIPMENT Bid close at 8:45 A.M., April 7, 2016. The Columbia County Highway Committee will meet in the conference room on the second floor of the Highway Shop located in the Village of Wyocena, Wisconsin on April 7, 2016 at 9:00 A.M., for the purpose of reviewing bids on the following equipment: TRI-AXLE PLOW TRUCK ACCESSORY EQUIPMENT (NOT TO EXCEED 2 UNITS) All bids must be on Proposal Forms prepared by the Columbia County Highway & Transportation Department and submitted to the Highway Office, 2 nd Floor, 338 Old Highway 16 West, Wyocena, Wisconsin 53969. Submittal is required in two (2) formats: 1. Specification acknowledgement form must be received a minimum of 24 hours prior to the Bid Close deadline. Specification acknowledgements shall be provided in a separate envelope or cover from the Cost Proposal. Specification acknowledgment must follow the procedures outlined within this specification and using the forms provided herein. Acknowledgement is due prior to 8:45 a.m. on April 6, 2016. 2. Cost Proposals shall be submitted on the forms provided within the bid packet and shall be submitted in a closed, sealed, opaque envelope clearly marked Tri-Axle Chassis Cost Proposal and clearly labeled with the name and address of the BIDDER. Cost proposals must follow the procedures outlined within this specification and using the forms provided herein. Cost proposals are due prior to 8:45 a.m. on April 7, 2016. Specifications Acknowledgement forms will be reviewed in advance of the BID opening by department staff in order to gain prior knowledge of the Cost Proposal being submitted and be prepared to address any questions from the Committee. Cost proposals will be publicly opened and read aloud at the monthly Highway Committee meeting held on April 7, 2016 at 9:00 A.M. A representative of the bidding company is permitted to be present at the April 7 th meeting to explain the bid and their specifications of the equipment. General Specifications, Special Provisions, Quoting Procedures, and Proposal Forms for the above equipment may be obtained at the Highway & Transportation Commissioner's Office or by calling 608-429-2136. The mailing address is Columbia County Highway & Transportation, P.O. Box 875, Wyocena, Wisconsin 53969-0875. The Columbia County Highway Committee reserves the right to reject any or all quotes and to accept such quote or quotes as will be the most advantageous to Columbia County. By order of: the Columbia County Highway Committee. Craig Steingraeber, Fleet Manager Columbia County Highway & Transportation

GENERAL QUOTING PROCEDURES COLUMBIA COUNTY HIGHWAY & TRANSPORTATION WYOCENA, WISCONSIN To comply with the Notice of Letting, the following General Quoting Procedures and Specifications are to govern: PROCEDURES: 1. BID is to be presented as a unit price quotation for each single unit. The County anticipates the purchase of a minimum of one (1) unit and not to exceed two (2) units as herein specified. 2. SPECIFICATIONS: a. Acknowledgement of the Specifications shall be provided by the BIDDER a minimum of 24 hours in advance of the Bid Due date and time; b. Include with the Acknowledgement of Specifications, a list of any exception or alternate to the specifications being proposed by the BIDDER; c. County anticipates that Bids will be presented in compliance with the specifications, BIDDER shall have the responsibility to note any deviation from the specifications to the OWNER via the Acknowledgement of Specification process. 3. COST PROPOSALS a. All bids must be received in the office of the Columbia County Highway & Transportation Commissioner located on the 2 nd floor, 338 Old Highway 16 West, Wyocena, WI 53969 by 8:45 a.m. on April 7, 2016; b. All bids will be opened and read aloud during the Highway Committee meeting of April 7, 2016 at 9:00 a.m.; c. Proposals must be submitted only on the Forms provided by Columbia County, dated, and signed by an authorized representative of the BIDDER; d. Bids must be submitted in a sealed envelope and properly identified, giving the name and address of the Dealer. Each bid must be in a separate container or envelope and marked TRI-AXLE PLOW TRUCK ACCESSORY EQUIPMENT ; e. Bids are provided on a unit price basis, the OWNER has the option to purchase up to a maximum of two (2) units at the price quoted. All quotes will be publicly opened and read at the specified time by the Highway Committee or its authorized representative and only total quotes will be read. All quotes must be entered and submitted on the specified form of Proposal, unless otherwise directed in the specifications. The Highway Committee will consider only quotes submitted on these forms for award purpose. The General Quoting Procedures, Specifications, and Proposal shall constitute the quote of each Dealer and must be attached in the above order. Dealers shall attach such additional information as plans, detail specifications, literature, etc. to their Proposals, as they deem advisable and necessary for the benefit of the Highway Committee in assembling comparative specifications. All equipment, accessories, etc. shall be factory installed. Any/all dealer alterations, to meet specifications, must be detailed on a separate list as to what is altered. Any dealer modifications/changes in specifications, after awarding, shall only be completed after a signed change order has been issued between the dealer and county. A certified/cashier's checks or bidder's bond will not be required, but Dealer must submit satisfactory evidence of ability to make delivery of the equipment as specified and as agreed to by both parties. It is further required that the Dealer make a bonafide statement in writing and attached to the Proposal as to the Dealers willingness to enter into a contract with the Highway Committee in the event that they are the successful Quoter. The Highway Committee reserves the right to consider all proposals for a period of not exceeding 60 days from the date of the opening. The Highway Committee will either award or reject all quotes within that time. No dealer may withdraw the quote within the 60-day period.

Each dealer will be allowed to have representatives appear before the Committee to explain the quote and specifications of the product quoted. The Committee will establish a time limit for each Dealer at the day of the Letting for the purpose of explaining their quote and specifications. All quotes are to be net F.O.B. Wyocena, Wisconsin and are to include the costs of a serviceman to assist in unloading and servicing of the equipment. The Dealer must prepay freight. BIDDER presents information and a cost proposal fully of their own accord and cost; County shall not bear any cost for the preparation, submittal, specification, or proposal of the herein referenced item(s). BIDDER shall include as part of the BASE BID proposal; all costs to coordinate the accessories to be fully compatible with the tri-axle truck chassis for application of the accessory package (dump box, plows, spreader, etc). Columbia County Highway & Transportation is letting by separate process, a complete tri-axle chassis bid packet for two (2) tri-axle units. Accessory BIDDER shall cooperate and work with Truck provider to assure the truck is constructed to the most optimal configuration in order to fit all equipment in a fully functional capacity. Cost of this coordination is to be included within the BID. Asphalt dump box configuration is very specific to be fully compatible with paver push rolls and back of truck equipment. The following conditions must be satisfied by BOTH the truck BIDDER and Accessory BIDDER (the product is a joint effort): No equipment may protrude beyond a line created by the rear face of the rearmost tire (brake chambers, etc) in order to not inhibit paver/spreader operations; Minimum of 18, maximum of 23 clearance from the rear flat face of the rear tire to the rear end of the dump box (approximately 42 from the centerline of the rearmost drive axle to the rear end of the dump box); The dump bed of the truck needs to be approximately 50 from level ground to the inside base of the dump bed in order for the truck to fit our paving/spreader configurations (maximum bed long member height of 8 ). No BID shall be considered to be AWARDED until such time as the County issues a signed purchase order with full acknowledgement of the BID to the awarded, low responsive, responsible BIDDER of the County s sole discretion. Please direct all questions and inquiry for the BID to the appropriate personnel: Contact for the specifications of the BID: Craig Steingraeber, Fleet Manager Columbia County Highway & Transportation P.O. Box 875 Wyocena, WI 53969 Craig.steingraeber@co.columbia.wi.us Contact for the award of the BID: Chris Hardy, Commissioner Columbia County Highway & Transportation P.O. Box 875 Wyocena, WI 53969 Chris.hardy@co.columbia.wi.us

MINIMUM SPECIFICATIONS For TRI-AXLE PLOW TRUCK ACCESSORY EQUIPMENT (2 TRUCKS) GENERAL It is the intent of these specifications to describe the minimum requirements for TRI-AXLE TRUCK ACCESSORY EQUIPMENT (not to exceed 2 units). General intent of this specification is 2016 Hi- Way dump body with RoadTamer Plow, Snow Patrol wings and other accessory package by Burke (to be utilized in a dual-role of winter interstate plow truck and summer asphalt paving crew material dump truck) or County Approved Equivalent. County recognizes that variances occur between manufacturers and up-fit packages; County shall determine at its sole discretion whether the BID alternate satisfies the County specifics or not in terms of Approved Equivalent. The dealer shall use their own general specifications and options, along with the county s specifications. Dealers are requested to attach their own literature, justification and pricing documents that covers any optional equipment that they feel the county should have installed on the trucks. DO NOT INCLUDE ANY OF THE OPTIONAL PRICING IN THE BASE BID PROPOSAL; list optional price items on the separate page provided for that consideration. MINIMUM EQUIPMENT SPECIFICATIONS Mark With X if Specs are met 201 Stainless Steel Dump Body General: Hi-Way Premier Series model 400 cross-memberless dump body or equal, with a front-mounted telescopic hoist system. Manufacturing & Labeling Practices: All sheet steel and bar stock gauges listed in these specifications must conform to ASTM standards. All welding performed must be in accordance with AWS procedures and guidelines. All components described within these pages shall be qualified for a 13 month warranty should the proper registration procedures be followed. Manufacturer s standard warranty shall be attached to these specifications upon return. Body Dimensions: The struck capacity of the unit being bid shall be 24.08 cubic yards The body inside length shall be 18 The inside body width shall be 84 The side height shall be 52 The tailgate height shall be 60 The headsheet height shall be 66 Sides and Headsheet: The head sheet and sides are to be constructed from 7-gauge 201stainless steel. All body seams shall be fully welded both inside and out. The head sheet will be constructed to allow for 13 x 13.5 formed doghouse and will be supported on the top by a 10-gauge 201 stainless (List any or all deviations)

steel formed channel. Each side sheet will be on one piece construction and will have a top rail and rub rail that slope outward to shed material The top rail shall be a boxed type and be constructed from 7-gauge 201 stainless steel. The design will allow for a sloped surface to shed material. Each side will contain on 10-gauge 201 stainless steel horizontal brace positioned at the midpoint measured from the top surface to the rub rail. This brace shall slope outward to shed material The front corner posts shall be full height, one-piece design, and tapered. These posts are constructed from 7-gauge 201 stainless steel. The rear corner post shall be full depth, 7-gauge 201 stainless steel, and tied to an 8 structural channel rear apron. This area is to be reinforced with a ¼ 201 stainless plate to prevent flexing and to strengthen the latch assembly. 2 wide side board pockets shall be provided. The pockets will provide for sideboards of 14 high at the headsheet and tapering to 8 high at the tailgate of the unit. Longitudinals: One-piece 8 x 13# I-beam with a web thickness of.230. Longitudinals must be constructed from one-piece beam for the full length of the floor. Splicing at the point of lift (or at any point of the beam) will not be considered acceptable. Floor: One-piece 3/16 AR400 (190,000 psi tensile strength) The side sheets and floor are joined through a fully welded 5 radius 7- gauge 201 stainless steel sheet. The underside of the floor will contain no cross members. Tailgate: The tailgate must be of a double acting design. Asphalt style The tailgate panel shall be one-piece and constructed from 7-gauge 201 stainless steel with all horizontal and vertical bracing to be a minimum of 10-gauge 201 stainless steel. There shall be 10-gauge 201 stainless steel full perimeter boxing with horizontal bracing to be sloped outward to shed material There shall be 1 (quantity of braces) 10-gauge 201 horizontal braces with a sloped top surface mounted flush with the perimeter bracing. The hinge plates shall be 1 stainless steel, flame-cut, heavy-duty offset type. The tailgate pivots shall be flush mount ½ stainless steel, flame cut material. The latch hooks will be ¾ carbon steel with the latch plates to be 3/8 stainless steel. The upper pins are to be 1-1/4 diameter 300 series stainless and removable. The lower latch pins are to be 1-1/4 diameter 300 series stainless material. The tailgate latch mechanism shall be an air operated dual brake chamber (one at each latch position) type. The latching design shall be such that air pressure is used to open the tailgate latches and an over-center toggle combined with spring pressure is used to keep the latching mechanism closed. Hoist:

The hoist shall be a trunnion mount telescopic design. The hoist shall be a 4 stage cylinder with a 170 stroke and 6 diameter first stage. Class 110 The largest stage diameter mounts at the bottom. Inverted cylinder is not acceptable. All cylinder tubes are to be wear and corrosion resistant through a nitriding process. All pivot points within the area of the cylinder shall have grease fittings. The cylinder base cradle shall be a frame mounted and fully welded modular assembly fabricated from 4 x 6 x 1/2 structural steel angle All bearing surfaces shall be machined for trueness and have machined surfaces for lubrication to travel 360 degrees around the surface. Rear Hinge Assembly: The rear hinge assembly shall be constructed from structural steel angle 6 x 8 x ½ with the hinge pins being constructed from two inch (2 ) 300 series stainless. The hinge blocks shall be 2-1/2 wide and equipped with grease fittings to allow the proper lubrication. These fittings must be installed in an easily serviceable position. Cab Shield: Cab shield is to be 20 x 84 and constructed from 10-gauge 304 stainless steel. Cab shield panel is to be of one-piece construction. Installation of the cab shield shall be means of fully welding the panel to the headsheet. No skip welds are allowed. Ladder: Ladders are to be side mount access and of fold-up design constructed from 304 stainless steel material (one each side of box; drivers & passengers). The ladder will be easily removable or replaced. 304 stainless steel ladder mounting tabs will weld to the body with ladder being fastened to the mounting tabs and bolts. Ladder steps to be a minimum of 16 wide and constructed from grip-strut type material. Lights: Six (6) lights (stop-turn-tail) shall be rubber mounted and recessed within the rear bolster. There shall be two (2) recessed, rubber mounted red lights with one (1) being mounted on the side of each rear bolster. Paint: Prior to the assembly of the unit, all carbon steel components are to be individually cleaned with a high pressure iron phosphate treatment. All components are then prime-painted using a plural-component urethane primer. A plural-component urethane finish coat is to be applied in Gloss Black on all carbon steel bolt-on components. All painted components are to be oven cured prior to assembly. All 201 stainless components will be left unpainted. Electrical, Hydraulic, & Control Systems Controls: electronic auger and spinner controls with electric Burke valve with manual override. Ground speed and blast control. Drive: All-hydraulic direct drive

Tailgate bars: Keep tailgate open for spreader with side plates to keep salt in and hands out. Constructed of stainless steel. Controls: To have ground speed and blast capabilities. Valve Bank: Central distribution valve bank with cab-mounted Nimco cable controls mounted in all stainless steel console. Wing push-arms to be electric over hydraulic with two (2) button control in stick. Hydraulic System Pump: 50 gallon per minute minimum PTO: Hot Shift Reservoir: Thirty (30) gallon stainless steel hydraulic oil reservoir with sight glass and temperature gauge, ten-micron in-tank filter system with full flow by-pass; plugged system gauge and low oil warning beeper; system capable of using either all-temp standard oil or Dexron III oil. Hoses: Two (2) wire hydraulic hose used throughout entire system. Stainless steel tubing bracketed to the rear and front of truck. Electrical System: All wiring double jacketed with ethylene-propylene rubber to seal out moisture and to protect against damage. In addition to the double jacket, all wires that are in an abrasion area shall be covered with vinyl tubing for additional protection. All electrical connections are sealed against moisture. All electrical junction boxes are waterproof. All lights shall be grounded through the wiring system, not to mounting bolts. All junction boxes shall be grounded to the chassis in addition to the wiring system. All bulbs and electrical plugs shall be coated with dielectric grease to seal out moisture. Wiring harnesses shall be securely fastened to prevent damage. Burke Road Tamer 2000 Plow 12-ft Moldboard with Trip Moldboard Plow: 12-ft x 48, 7-gauge broke (not rolled), with 8 vertical ribs, 5 hinge points Table: 1 adjustable parking stand, two 4 x 13 D.A. cylinders with 2 nitride rods. All connecting points from table to moldboard to have poly bushings Hitch: Burke Model UBF-WQCP quick hitch with loop and latch casting, 4 x 10 D.A. lift cylinder with 2 nitride rods, painted black Hydraulic Cylinder: 4 x 10 cylinder custom-made to Burke specifications and exceeds cylinder size and capacity needed for snowplowing equipment Hydraulic Hook-up: Series 72 couplers Blades: Carbide blades 3/4 x 6 shielded, grade 9 plow bolts on a standard highway punch Paint: Sand blasted, primed and painted gloss black. Burke Snow Patrol 9-ft Right Hand Wing Wing: 9-ft right moldboard with 8-ft trip cutting edge with 4 torsion springs of at least 7/8 (not double panel); wing moldboard is broke(not rolled) 10-ga; face 28 high at the toe end and 35 high at the heel Blades: Carbide blades 7/8 x 5 and ½ x 6 cover blade 5/8 square bolt holes and grade 9 plow bolts on a standard highway punch Front Post: Patented A-ARM LIFT SYSTEM and at least 18 free travel and a minimum of 15 ground clearance; toe cylinder 3 ½ x 10 S.A. cylinder with 2 nitrided rod; heel cylinder 4 x 20 with 2 nitrided rod and De-Cell Rear push brace to be hydraulic, allowing operator to adjust the wing heel in and out. The cylinder will have 26 inches to stroke. This will be operated by two push button switches located in the handle of the wing

control. Hydraulic Cylinders: All plow cylinders custom-made to Burke specifications and exceeds cylinder size and capacity needed for snowplowing equipment. All nitrided rods. Blades: ¾ x 6 shielded carbide Paint: Sand blasted, primed and painted gloss black. Burke Snow Patrol 9-ft Left Hand Wing Wing: 9-ft left moldboard with 8-ft trip cutting edge with 4 torsion springs of at least 7/8 (not double panel); wing moldboard is broke(not rolled) 10-ga; face 28 high at the toe end and 35 high at the heel Blades: Carbide blades 7/8 x 5 and ½ x 6 cover blade 5/8 square bolt holes and grade 9 plow bolts on a standard highway punch Front Post: Patented A-ARM LIFT SYSTEM and at least 18 free travel and a minimum of 15 ground clearance; toe cylinder 3 ½ x 10 S.A. cylinder with 2 nitrided rod; heel cylinder 4 x 20 with 2 nitrided rod and De-Cell Rear push brace to be hydraulic, allowing operator to adjust the wing heel in and out. The cylinder will have 26 inches to stroke. This will be operated by two push button switches located in the handle of the wing control. Hydraulic Cylinders: All plow cylinders custom-made to Burke specifications and exceeds cylinder size and capacity needed for snowplowing equipment. All nitrided rods. Blades: ¾ x 6 shielded carbide Paint: Sand blasted, primed and painted gloss black. 304 Stainless Steel SA-9 Hydraulic Spreader with Double Spinners General: The under tailgate spreader required in these specifications shall be hydraulically operated and shall consist of steel trough, 9 diameter auger conveyor, spinner disc, and power drive. The spreader shall be capable of evenly spreading or centerline windrowing various types of granular material and/or chemicals for ice control such as sand, salt, calcium chloride, or mixtures up to a width of forty feet. The unit shall also be capable of discharging up to ¾ aggregate for road shoulder berming applications. The unit shall have the capability of discharging from either the right or left side. The overall trough width shall not exceed 96.5. All sheet gauges and bar stock sizes listed throughout this specification will conform to ASTM standards. Bidders must submit their bid with complete specifications on the unit they propose to furnish. Bids with exceptions to these specifications will be considered informal. The use of any other standards will be considered. Hopper: One-piece ¼ 304 stainless steel endplates shall be fully welded to 7- gauge 304 stainless steel formed front and rear trough panels. The unit will have a 7-gauge 304 stainless steel,5 point hinged bottom panel that will expose the entire length of the auger for ease in clean out and service when open. The hinged bottom will be held closed by two heavy-duty over center locks with a lift handle for one-person operation. The unit shall have a discharge opening at each end of the trough. The anti-flow plate over each point of discharge will be 10-gauge 304 stainless steel and will be removable without the use of tools. The 7-gauge 304 stainless

steel combination cover and back plate will be a one piece hinged integral part of the unit. This cover will be capable of being locked in either the raised or the lowered position by a single latch on each side of the cover. To reduce the potential for material bridging, the inside width of the trough will be a minimum of 12 inches. Auger Mechanism: The nine-inch diameter auger shall consist of 5/8 helicoid flighting (minimum thickness at outer edge to be not less than ½ ) welded to a 2-1/2 schedule 80 pipe. This auger will be supported by a 1-1/4 C-1045 steel shaft. The auger shall feed material to the extreme left side for spreading, and the rotations shall be reversed to feed material to the extreme right side for berm operations. On the side opposite the drive mechanism the auger shaft will be supported in a 4-bolt flange, sealed, self-aligning bearing with a grease fitting for lubrication. The drive end of the auger will couple directly to an independent, end plate mounted, hydraulic motor capable of delivering high torque at low speeds. Shear bolts are not acceptable. Dual, 10-gauge carbon steel, anti-flow plates shall prevent movement of the material when the auger is stopped. Double Spinner: The spinners will consist of a single 18 polyurethane disc with six formed radial thrust vanes molded into a single unit. This disc shall be capable of producing a uniform spread pattern from four to forty feet in width. An orbital type hydraulic motor capable of delivering high torque at low speed will be directly coupled to this disc through a cast iron hub. The spinner assembly will be adjustable, allowing for variable spread patterns to left, center, or right by sliding the spreader frame on the support shaft so that the point at which the material is deposited to the spinner disc is varied. The spinner assembly will be easily removed by pulling two pins and uncoupling two hydraulic hoses. The spinner speed and the auger feed rate will be both independently variable through the optional dual flow control valve. The spinner assembly will be linked to the truck frame with a universally mounted parallel arm to keep the spinner horizontal to the road surface at a dump box angle of up to 55 degrees from horizontal. An integral spinner shield will be provided to prevent material from striking the back of the truck. An adjustable baffle to control spread direction will be included with the spinner assembly. Material Chute: A material chute, constructed from 10-gauge 304 stainless steel, will be provided to divert the material as far to the right as possible when berming. This chute shall also be constructed for left hand mounting to provide centerline windrowing of deicing materials. The chute shall be designed for quick removal without the use of tools. Mounting: The spreader described in these specifications will fasten to the sides of the dump body using a heavy-duty quick disconnect design constructed from 304 stainless steel. The design shall be such that the removal or installation of the spreader can occur without the use of special tools.

MANUALS AND PARTS INFORMATION The successful dealer shall furnish three complete set of shop maintenance manuals, electrical manuals, parts manuals, and operator manuals covering the tri-axle truck accessory equipment. CD software can be substituted in lieu of the complete set of manuals. Seller must provide minimum of one day start-up training including machine operation, service, and safety. WARRANTY All dealer warranty work to be performed on a timely basis.

ACKNOWLEDGEMENT OF SPECIFICATIONS FOR TRI-AXLE PLOW TRUCK ACCESSORIES Submit this form prior to 8:45 a.m. on April 6, 2017. Can be received by mail, delivery, facsimile, or electronic mail. Fill in ALL of the following blanks completely: Dealer: Address: City, State, and Zip: Telephone Number Fax Number By: Printed Name: Title: Telephone Number Cell Number E-mail By signature above, I, hereby acknowledge receipt of the Specifications and Bid form for Tri-Axle Plow Truck Accessories for Columbia County Highway & Transportation, dated March 21, 2016; 13 pages inclusive. I intend to submit a BID for the referenced equipment and hereby signify acceptance of the Specifications as presented, herein; excepting, the following specific items which were left unchecked on pages 4 thru 9 (do not comply with specifications). Please reference item with explanation;

PROPOSAL FOR TRI-AXLE PLOW TRUCK ACCESSORIES Submit in sealed envelope; clearly marked Cost Proposal for Tri-Axle Chassis and received prior to 8:45 a.m. on April 7, 2016. Fill in ALL of the following blanks completely: 1. Delivery Date: 2. Facility Location, Where non-county performed warranty work is to be completed: 3. BID For furnishing and delivering: TRI-AXLE TRUCK PLOW TRUCK ACCESSORY PACKAGE in accordance with specifications and conditions in this bidding document PURCHASE PRICE PER UNIT $ (in Words) Dollars NOTES Delivery date may be a factor in awarding this bid; A manufacturer specification sheet shall be submitted separate in accordance with the BID; The tri-axle truck shall meet the approval of the Fleet Manager before final acceptance and payment of unit(s); Delivery shall be F.O.B. to Columbia County Highway & Transportation, Wyocena, WI Dealer: Address: City, State, and Zip: Telephone Number Cell Number By: Printed Name: Title: Facsimile Number E-mail

OPTIONAL PRICED ITEMS BIDDER,, hereby offer the following priced options in relation to the April 7, 2016 BID for Tri-Axle Plow Truck Accessories: EXTRA COST PER UNIT $ DESCRIPTION: EXTRA COST PER UNIT $ DESCRIPTION: EXTRA COST PER UNIT $ DESCRIPTION: Reproduce this page if additional sheets are needed.