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

Similar documents
GALLATIN PUBLIC UTILITIES

REQUEST FOR QUOTATIONS

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

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

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

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

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

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

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

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

FLAT BED STAKE BODY TRUCK

NELSON COUNTY FISCAL COURT

Type 3 Fire Engine Model 346

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

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

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

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

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

HEAVY DUTY TRUCKS. Business Rack Clock Digital $

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

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

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

RAC EXPORT TRADING Germany Tel

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

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

Invitation No: Additional available options:

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

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

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

BANNOCK COUNTY SOLID WASTE

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

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

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

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

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

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

GU533 MACK TRUCKS ARE BUILT TO BUILD

Warranty - Standard Equipment & Specs

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

TECHNICAL SPECIFICATIONS

Invitation to Tender. District of Taylor MOTOR GRADER

Warranty - Standard Equipment & Specs

WHEEL LOADER 938H WHEEL LOADER 938H. Power Generation - Bulk Materials Standards I. GENERAL: DESCRIPTIONS FOR CATERPILLAR MODEL 938H WHEEL LOADER:

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

Multi-Service Vehicle Engine Specifications

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

CITY OF CORALVILLE th Street, Coralville, IA

TMS x 4 & 6 x 6

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

DL250TC TECHNICAL DATA

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

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

Doosan Infracore DL220 TECHNICAL DATA

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

REQUEST FOR QUOTATION 2014-RFQ-10 FOR TANDEM DUMP TRUCK CONVENTIONAL CAB

Mantis Rerailer General Specifications

ALLEGAN COUNTY ROAD COMMISSION SPECIFICATION FOR BIDS

DL250 TECHNICAL DATA

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

HINO 300 Series 4x2, Truck Chassis

AUTOMATED REFUSE TRUCK RIGHTHAND OPERATING, DIESEL POWERED

Pre-Purchase Inspection Report

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

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

APPENDIX A TECHNCIAL SPECIFICATIONS

WHEEL LOADER WHEEL LOADER. ZW series Parallel linkage tool carrier version

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

Voyager MDR-235 Four Track Articulated Carrier Specifications

600 TRUCK TRACTOR, SINGLE AXLE, CLASS 8, 50,000 LBS. GCWR (4X2) 50,000 FREIGHTLINER M2, INTERNATIONAL 4000-SERIES, OR APPROVED EQUIVALENT $ -

Mantis Rerailer. General Specifications

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

Minimum Specifications for One New Yard Roll-Off Truck

DL350 TECHNICAL DATA

PHILLIPS 120V 1000 WATT WITHOUT STEP MOUNTED RECEPTACLE PHILLIPS 120V 1000 WATT WITH STEP MOUNTED RECEPTACLE OIL PAN HEATER

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

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

IC-400-3A. Tech Spec. Industrial Crane. 25-Ton Max. Capacity (22,700 kg) Manufacturing Corp. Rated Capacity Limiter... Standard

Volvo High-performance, lowemission

534E WHEEL LOADER. Bucket Capacity 2.6 m 3 to 5.7 m 3 (3.4 yd 3 to 7.5 yd 3 ) Net Horsepower 169 kw (227 hp) Operating Weight kg (45,917 lb)

8 feet 4 inches (2.54m) 11 feet 2 inches (3.4m) 9 feet 5 inches (2.87m) 15 inches (38cm) 23 MPH (37 km/h)

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

534E LA LANDFILL COMPACTOR. Operating Weight - w/ blade kg (50,485 lb) - w/ bucket kg (53,351 lb) Net Horsepower 169 kw (227 hp)

Volvo High-performance, lowemission

Request for Proposal

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

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

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

VEHICLE SPECIFICATIONS 12 PASSENGER OFF CENTER AISLE VAN REV 02/19

CITY OF TACOMA Environmental Services Department - Solid Waste Management

MSV. Innovating for you

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

GU812 MACK TRUCKS ARE BUILT TO BUILD

County of Georgetown, South Carolina

FRESIA F2000 MULTI-FUNCTION SNOW SWEEPER

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

LeTourneau Technologies 3592 / 3594 Log Stacker Specifications, 3/11. Note: Optional equipment may be shown in photo.

MOTOR GRADER 872D SIX-WHEEL DRIVE

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

A35D VOLVO ARTICULATED HAULER CONTAINER HAULER

MOTOR GRADER 672D SIX-WHEEL DRIVE

Transcription:

INVITATION FOR BID Bid # 2013-RD102 Tandem Axle Dump Truck TECHNICAL SPECIFICATIONS Bid # 2013-RD102 Tandem Axle Dump Truck List Model Bid: MINIMUM SPECIFICATIONS EXCEPTIONS 1. TYPE a. Tandem Axle Truck-Current Model Year. b. CA=120 inches. To accommodate specified dump body. c. GVWR-56,000 lbs. minimum. d. Wheel Base-144 inches minimum. e. Set back front axle model. 2. AXLES a. Front-20,000 lb. minimum rating multi leaf springs with front shocks. b. Rear 38,000 lb. minimum rating through hubs. Locking Rear Axel 3. BRAKES a. Full Air Brakes-S-Cam Type. b. FRONT-S-Cam 16 1/2 x 6. c. REAR-S-Cam 16 1/2 x 7. d. Rear Chambers-30-30 type - HIGH MOUNTED. e. Low pressure warning system. f. ABS Brake System. g. Haldex Slacker Adjuster. h. Air Dryer (AD-IP) Spin-On. i. Manual drain valves and auto blow down drain. j. Air Compressor-13 CFM minimum. k. Parking Brake-On rear axle, spring set with dash mounted control, on both rear axles. 4. CAB EQUIPMENT a. Shall be custom interior to include but not limited to: Full trim panels on doors, back of cab insulation, headliner insulation and cloth seats. b. Tilting fiberglass hood one piece c. Driver s seat will be cloth and an air suspension, and passenger seat will be a fixed base to match driver seat. Arm rests both right and left seats. d. Retractable seat belts on both driver and passenger seats. e. There shall be assist handles on the outside of cab, right and left, stainless steel or equal. Assist handles will also be installed on the inside of the right and left door, stainless steel or equal. f. Four-way flashers. 1

MINIMUM SPECIFICATIONS EXCEPTIONS g. Gauges to include: (i) Air pressure gauge with buzzer. (ii) Voltmeter gauge. (iii) Engine coolant temp gauge with light and buzzer. (iv) Engine oil pressure gauge with light and buzzer. (v) Fuel level gauge. (vi) Electronic speedometer. (vii) Electronic tachometer with hour meter. (viii) Transmission oil temperature gauge. h. Rubber floor mats. i. Heater and defroster with side tube defrosters. j. Dual air horns with single base and a single electric horn. k. Tinted windshield. l. Rear cab window. m. Padded sun visors-right and left. n. West Coast Mirrors, RH & LH with stainless arms and brackets. o. Convex Mirrors-8 mounted on lower arm of West Coast Mirrors RH & LH. p. Clearance lights-standard configuration. q. Air Conditioned Cab. r. Electric windshield washer and electric 2speed intermittent wipers. s. Steering Wheel-approximately 20. t. Radio-Factory installed AM/FM. u. Turn signals-signal stat, self canceling. v. Standard factory installed head lights, high and low beam. w. Color: White x. 2-Way Radio wiring accommodation package Wiring must be at least 12ga to accommodate 40W radio. 5. ELECTRICAL SYSTEM a. 12-Volt System. b. Batteries-two (2), 12 volt, 1900 CCA at zero degrees. c. Battery Box Steel w/molded Plastic Cover. d. Alternator-Delcotron, 135 AMP 34SI, brushless. e. Complete LED, ICC lighting system w/ 2 halogen bulb headlights w/ daytime running lights. f. Shall have circuit breakers in lieu of fuses. g. Shall have auxiliary harness for front headlights and turn signals for front plow lights. 6. ENGINE a. Diesel-350 HP minimum @ 2100RPM. b. Tier 3 Engine required limited electronics c. Specify make, model, CID, and HP @ rated RPM. d. Displacement-11 Liter minimum. e. Torque-1150ft. lb. @ 1100RPM. f. Air intake-inside/outside with in cab control. g. Air to air after cooling. h. Engine hoses and tubing-silicone. i. Air operated on/off fan clutch. 2

MINIMUM SPECIFICATIONS EXCEPTIONS i. Fuel/Water separator. j. All daily under-hood checks on drivers side of engine. k. Oil filter is engine mounted-disposable. l. Coolant protection to minus 40F degrees. m. Exhaust: Single horizontal muffler. Vertical exhaust, with perforated stainless metal guard. Exhaust pipes must be insulated and routed from cab to reduce in cab heat transfer (Not to reduce cab to axle dimensions and not to force distance between cab and box in excess of 5 inches). n. 5yr., 100,000-mile warranty. o. Radiator/Grille guard screen 1/4 mesh-stationary type. p. Engine to be supplied with a fuel primer pump. 7. CHASSIS a. Frame-Single channel 120,000KSI steel.7/16 x3 3/4 x 11 1/8 steel frame (11.11 mm x 95.25mm x 333.38mm). b. Side rail section modules 29.1 cu. in. (per rail) c. List RBM 2,500,000 lbf-in (per rail) minimum. d. Yield strength 120,000 psi. minimum. e. Front frame extension must be part of parent rail continuous of main frame (integral). f. 20 integral front frame extension or adequate for plow mount installation. Not less than 14 inches from grill. g. 14 extension beyond rear of rear tires to accommodate a 14 6 length box. h. Two (2) body safety stops. i. 2 Tow hooks, front j. Fuel Tank-Aluminum Left hand 75 gallon step tank with nonskid tread. k. Electronic backup alarm 112db. 8. DIFFERENTIAL a. Eaton Locking Differential. b. Differential to be geared for 60 mph with specified tires. c. No spin rear axle. d. Inter-axle differential and lock out with dash-mounted control. e. Synthetic gear oil. 9. TRANSMISSION a. Manual Transmission. Revision 2 b. Synthetic Transmission Oil TranSynd TES-295. c. Rev4 Deleted d. PTO Provision constant mesh. Rev4 (removed Chelsea 67 series) e. Transmission Cooler. f. Close ratio ten (10) speed. g. Full 2 year warranty. 3

10. SUSPENSION/SPRINGS/TIRES & RIMS a. FRONT (i) SpringsMultileaf Shackle Type-Front 20,000 lb. min. capacity. (ii) Front fender flares or extensions. (iii) Front Tires (2) 425/65 R22.5 L rating. (iv) Front Rims: Two (2) 12.25 x 22.5 ISO steel disc wheels painted white. b. REAR SUSPENSION (i) Single Reduction 40,000-lb with 200 wheel ends (ii) Locking Rear Axel (iii) Leaf Springs & Piviot P7 (iv) Rear Chambers-30-30 type- HIGH MOUNTED. (v) Meritor automatic type slack adjusters. (vi) (8) Rear Tires- 11R 22.5 H rating 14 ply (vii) Rear mud flaps mounted on rear with removable hooks. (viii) Fenders over rear tires (installed by body builder). (ix) Rear Rims: Eight (8) 8.25 x 22.5 ISO steel disc wheels painted white. (x) 11. PAINT a. Cab White. b. Frame Gloss Black. 12. MISCELLANEOUS Vendors shall provide: a. One (1) each of the following written manuals: (i) Parts Manual. (ii) Body Builder Manual. (iii) Shop Service Manual. (iv) Shop Overhaul Manual. (v) Electrical Service Manual with Schematics. (vi) Emission Service Manual. (vii) Service Bulletin with Updates. (viii) Operators Manual. b. A complete set of service filters and belts for truck. c. On site instruction for two (2) people for servicing of major components such as engine, emissions etc. 4

DUMP BODY FOR TANDEM AXLE TRUCK Dump Body shall be a Hi-Way XT3 Type 3 Stainless Steel multi-purpose or Equal. These specifications shall describe dump body primarily used to haul asphalt. A telescopic hoist mounted at the front of the body provides dumping as per conventional dump body. The unit, as bid, shall be a current design and production unit and conform to all Federal and State regulations. Bidders shall submit current literature for the make and model of unit being bid. EXCEPTIONS 1. GENERAL DIMENSIONS a. Minimum truck capacity of the unit being bid shall be 13 to 15 cubic. Shall be capable of hauling 16 tons of batched asphalt mix, legally (level load) b. Body inside length shall be 16 and the inside body width shall be 7 to maximize capacity and provide a lower center of gravity of the unit. c. Body weight 3900 lbs approx. and Hoist weight 1200 lbs approx. d. Body, sides and front bulkhead 10 gauge hi-tensile steel e. Boxed top rails and corner posts f. Sides fitted with pockets for side boards g. Side height 36 approx. h. Floor 3/16 hi-tensile steel i. Floor shall be smooth with 2 radius or 45 degree angle where floor meets sides for clean dumping. j. Cross member on 12 centers k. Insulated Dump Body for hauling asphalt. Revision 2 2. TAILGATE a. Tailgate shall be constructed from 8-gauge high-tensile steel sloping gate with lifting bail. b. 3/8 spreader chains c. Asphalt apron H.D. 8 gauge steel 12 long 3. SAFETY AND MISC a. Half-Cab protector b. Walk Rails on both sides of body 6 to 8 above bottom of body c. One safety prop on each side of body d. Equipped with Body Up indicator lamp mounted on the control console e. Body shall be equipped with a;; O.S.H.A. required safety equipment f. Caution and Notice decals shall be installed following dump body manufactures instructions 4. HOIST a. N.T.E.A/ Class 110 framless front mount with telescoping lift cylinder b. Hinge structure integral with truck frame. c. Equipped with grease fittings at both end of cylinder for lubrication of pins. d. Adjustable (V-Type) packing e. Chrome plated sleeves f. Lift cylinder 38 tons, 50 degree dump angle g. H.D. dump pump with wear plates h. Full length pull out cable tube 5

5. DUMP CONTROLS a. Console style control b. Hoist raise, hold, lower c. Hoist control lever lock-out d. Air operated tailgate release. e. Indicator light to alert when engaged 6. P.T.O a. The power-take-off shall be a heavy duty air or electric shifted (12V DC) unit mounted to an eight bolt adapter on the bottom of transfer case b. Chelsea 420 series or approved equal c. The PTO shall be properly installed and adjusted (shimmed) to insure easy shifting and quiet operation d. It shall be a wire lock or comparable, installation to prevent the attaching fastners from vibrating loose. e. The PTO shift control shall be mounted in a convenient location in truck cab and be equipped with an indicator lamp (red) to alert the operator when PTO is engaged, f. The dump pump shall be mounted to the PTO unit Piggyback style. No drive shaft. 7. TARP ASSEMBLY a. Electric dump body covering system with underbody spring assisted roll-out. b. Direct Drive 12 volt ¼ HP motor Aero industies model # 500 or approved equal. c. Assembly shall be installed following the manufactures installation instructions. d. The tarp shall be a heavy duty cover designed for hauling hot paving asphalt. e. Tamp shall be lock stitched, waterproof and large enough to extend down and over the sides of the dump body to protect the load. f. There shall be protections for securely fastening the tarp for transport. g. The tarp can easily and safely operated by a selfcentering rotary switch mounted on dump control console. h. Tarp mechanism fitted with a wind deflector. i. 3 year (non-prorated) warranty on drive motor. j. Specify Warranty 8. INSULATED DUMP BODY a. The front, tailgate and both sides of dump body shall be insulated to a minimum R value of 4.0 b. The insulating material shall be fiberglass with minimum thickness of 1 ½. c. Insulating material shall be Owens/Corning T/W Type 2 or comparable. d. The insulation shall be able to withstand temperatures of 400 degrees F. e. The insulation shall be covered by.040 aluminum sheeting attached to dump body with drill screws. f. A test hole for asphalt thermometer shall be provided on each side of dump. 6

9. LIGHTING/REFLECTING/WIRING a. Manufacturer LED s to include stop, tall and turn signal lamps in upprt portion of rear corner posts. b. Trucklite 6000 series or comparable. c. Must meet FMVSS108 standard. d. PTO and Dump raises indicator lamps shall be wired to a switch power source. e. Electrical wiring shall be enclosed in conduit and attached to body with mechanical fasteners. f. Scotch-Lok connectors are NOT acceptable. 10. BODY PREPARATION a. Body shall be clean and free of rust, scale, welding slag and oils. b. Metal shall be cleaned with a multi-purpose metal cleaner and conditioner. Met-L-Etch or comparable. c. Body shall be painted with high gloss acrylic enamel paint with hardener added for durability Sherwin Williams Uthane d. The body shall be painted BLACK e. Describe body preparation and finishing process. Manuals Operators and Maintenance manuals (2) two each shall be included Mud Flaps are to included anti-spray/ flaps 7

BID FORM (1) TANDEM AXLE DUMP TRUCK Bid # 2012-RD102 List vendors included in this bid. Chassis Vendor Make/Model Price TRUCK CHASSIS DUMP BODY and Hydraulics Total Delivered and Assembled Price OPTIONS Dump body ladder for easy access into dump body. Ladder rungs must be grip strut material 1 minimum width and mounted on the drivers side of body Two way Tailgate Company Submitting Bid Date Truck Vendor delivery time from date of order including truck set-up by truck body equipment Vendors: (Approx. # of Days). ***This will be an important factor in bid analysis. Revision1. Warranties: Please attach a warranty page to your bid specifying various warranties on chassis, engine, transmission, hydraulics, hoist, dump body and all other components. Include cost for various extended warranties where applicable. 8