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

Similar documents
MB3 Chassis with Front Mount Plow

PURCHASING DEPARTMENT DIVISION OF BUDGET & FINANCE

BID PACKAGE (2)NEW 2018 SELF-PROPELLED BROOMS

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

GALLATIN PUBLIC UTILITIES

Request for Proposal. Articulated Loader

Please note the following in regards for the Tractor and Tractor Mount Runway Broom and Blower bid:

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

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

MSV. Innovating for you

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

CITY OF CORALVILLE th Street, Coralville, IA

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

City of Storm Lake Fire Department Heavy Rescue Specifications

PART A TENDER SUBMISSION

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

RFP Agricultural Tractors (AG tractor) SCOPE OF THE PROPOSAL

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

NELSON COUNTY FISCAL COURT

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

13.0 NON-MnDOT PRICE SCHEDULE AIRPORT AIRFIELD MAINTENANCE EQUIPMENT

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

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

Request for Proposal Snow Blower October 12, 2015

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.

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

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

FRESIA F2000 MULTI-FUNCTION SNOW SWEEPER

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

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

REQUEST FOR BID For Trucks. Bid Notice

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

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

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

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

STREET SWEEPER : 4-WHEEL SWEEPER UNITS BASE UNIT REQUIREMENTS SPECIFICATION NO. 3.1 EVENT NO. 8956

Invitation No: Additional available options:

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

TENDER HALF TON PICKUP TRUCK, 4x4

REQUEST FOR BID For Trucks. Bid Notice

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

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

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

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

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

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

(ADDENDUM COVER SHEET)

REQUEST FOR QUOTE. Half Ton Trucks CONTRACT NO ADDENDUM NO.2

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

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

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

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

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

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

City of Lewiston. Finance Department Allen Ward, Purchasing Agent

Request for Proposal Used Motor Grader May 12, 2017

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

-1- SPECIFICATION M-19-BU-N-ZZ FORKLIFT - TRUCK MOUNTED (ON 24 INCH LOAD CENTER) - 5,500 LB INDEX

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

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

HEAVY DUTY TRUCKS. Business Rack Clock Digital $

Request for Proposal Motor Grader January 26, 2015

Request for Proposal (RFP) For New 2014 Full Size 4-Door Crew Cab Pickup Truck

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

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

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

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

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

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

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

BID SPECIFICATIONS PURCHASE 4-WHEEL DRIVE PICKUP TRUCK WITH PLOW

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

08/2015 SWEEPER 4 WHEEL S-843(5)

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

City of Lewiston Finance Department Allen Ward, Purchasing Agent

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

No bid will be allowed to be modified in any way after the deadline for the opening.

ADDENDUM 02. To All Bidders:

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

CITY OF MARSHALL, MINNESOTA

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

TECHNICAL SPECIFICATIONS LOADER MOUNTED SNOWBLOWER

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

Model Configurations x2 Standard Maximum Front GAW 8,000 lbs 14,000 lbs Rear GAW 17,500 lbs 30,000 lbs Total GVW 25,500 lbs 44,000 lbs

CITY OF KENORA SUPPLY AND DELIVERY OF A WHEEL LOADER

Mantis Rerailer General Specifications

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

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

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

REQUEST FOR QUOTATION

BID SPECIFICATIONS FOR 55-TON LOWBOY TRAILER LB55-24D PITTS $51, (INCLUDING OPTIONS)

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

Type 3 Fire Engine Model 346

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

Request for Proposals (RFP) for 3 Ton Plow Truck

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

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

RAC EXPORT TRADING Germany Tel

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

REQUEST FOR QUOTATION

Transcription:

From: The Norfolk Airport Authority ADDENDUM NO. ONE (1) NORFOLK INTERNATIONAL AIRPORT, VIRGINIA May 18, 2016 To: All Bidders of Record This Addendum is hereby made a part of the contract documents and specifications of the above referenced project. All other requirements of the original specification shall remain in effect in their respective order. Acknowledge receipt of this addendum by inserting its number and date in the proposal form. TECHNICAL SPECIFICATIONS 1. Under PART 1 4 X 4 CARRIER VEHICLE, Item 3. TRANSMISSION AND TRANSFER CASE DELETE the words smart-shift. 2. Under PART 3 HIGH SPEED ROTARY PLOW/BLOWER REVISE Item 1 GENERAL, ADD the words (actual, 3 rd party certified) after 5,000 tons in the second paragraph. 3. Under PART 3 HIGH SPEED ROTARY PLOW/BLOWER REVISE Item 5 AUGER to read: The auger shall be a hydraulic or mechanically driven ribbon style auger approximately 52 inches in diameter with override capability. The drive must be reversible. 4. REVISE on page S-8 of 18 Item No 6 to read: Pattern adjustment of the broom shall be from a weatherproof control box on the left side of the chassis allowing easy, repeatable and viewable/verifiable pattern adjustment from the control box location. The brush pattern adjustment process shall be accomplished without the use of tools 5. Any alternatives to the Bid Specifications that are desired or required by bidder and not addressed in this addendum shall be explicitly stated in writing as an alternative to the specifications and shall be provided as an attachment to the Bid Form at the time of bid. The Authority may accept or reject the alternatives at its sole discretion as to what is in the Authority s best interests. 6. No additional addendum will be issued. 7. The bid due date will not be revised or extended. ATTACHMENTS: 1. Questions and Answers END OF ADDENDUM NO. ONE (1) 1

ADDENDUM NO. ONE (1) 1. QUESTION: Page S-1 of 18: 2. ENGINE: Please allow for current EPA compliant engines. An On-Highway engine will have to be a Tier IV engine. Current EPA regulations and the FAA allow for Tier III engines under a transition program until 2017. A Tier III off-highway engine does not require all of the antipollution additions, maintenance and expense. Most other airports do not wish to use Tier IV engines until they have to. Please allow for Tier III offhighway engines as well as Tier IV on-highway engines. That way all manufacturers will be able to bid the engine that best fits their application. All engines must be Tier IV on highway. 2. QUESTION: Page S-1 of 18: 3. Transmission & Transfer Case: Please eliminate the (smart-shift) requirement. It is proprietary to only one manufacturer and is only used in on-highway, high-speed applications. In an airport runway application the smart-shift is not used. The requirement is restrictive and that particular feature is not available to other manufacturers. The term smart-shift is intended to describe the general function only. Manufacturers shall use similar technology which provides for automatic shifting. 3. QUESTION: Page S-14 of 18: 6. AUGER: Please allow the auger to be driven mechanically as well as hydraulically as long as the auger is reversible. Mechanically driven is acceptable. 4. QUESTION: Are bids for each type of equipment separate? Bids are to be on one form only and the bidder must bid all items including surplus credit. 5. QUESTION: Is the 5000 ton per hour requirement for the rotary plow 3rd party certified or theoretical tonnage? The 5000 ton per hour requirement for the rotary plow will be 3 rd party certified actual tonnage. 6. QUESTION: What is meant by "schedules"? Schedule is Base Bid and Surplus Equipment Credit in the bid form. 7. QUESTION: Can I bid the snow blower only without bidding the brooms and trade-ins" No. 2

8. QUESTION: The pricing sheet allows pricing for the five (5) brooms and separate pricing for the one (1) snow blower and separate pricing for the five (5) used units. Correct, award is based on total of all units plus credit for surplus. 9. QUESTION: Can I just bid the snow blower without any submission of prices for the other two schedules? No. 10. QUESTION: Is the purchase of the intended snow removal equipment federally funded, or sourced with other funding? ANSWER Federal and State funds will be used. 11. QUESTION: Part 1 4x4 Carrier Vehicle describes the chassis configuration and required options. Is this section to be used for both the broom and blower chassis? Hence, the blower and broom chassis to be confirmed the same, or as close as practical? The intent is to provide chassis built to meet the needs of the equipment being provided in close conformance to the intent of the specification as practical. 12 QUESTION: Page BF 1 of 6 #3 Removal (at Authority Option) for up to Five (5) rotary brooms and carrier vehicles (1999 and 2001). Please provide chassis information...vin Numbers, Hours, Miles, Make, Model, Applicable service records, complete current condition, photos taken May 1 st or later, and details of the broom units to enable bidders to properly evaluate each units value. Sweepster Trucks AP#45-49 AP#45 1999 Sweepster Broom S3100BC18 Broom 1912 Truck Oshkosh H Series 10TBFPY17XS066441 Engine hour s Drive 756 Aux. 649 Miles 1009 Hydraulic circuit activation valves resealed and new fasteners installed 3/15 New hydraulic gauges installed 3/15 Replaced electrical comm. plug to hydraulic valve actuator 2/14 AP#46 2000 Sweepster Broom S3100BC18 Broom 1985 Truck Oshkosh H Series 10TBFPY191SO69266 Engine hour s Drive 510 Aux. 539 Miles 913 Delta No. 14051 2 May 18, 2016

Replaced batteries 8/15 Broom lift cyl rebuilt 3/15 Hydraulic circuit activation valves resealed and new fasteners installed 3/15 New hydraulic gauges installed 3/15 Brake air valve rebuilt 2/14 AP#47 1999 Sweepster Broom S3100BC18 Broom 1985 Truck Oshkosh H Series 10TBFPY19XS066442 Engine hour s Drive 545 Aux. 598 Miles 1040 New differential Lockout chamber 1/16 New starter 7/15 Hydraulic circuit activation valves resealed and new fasteners installed 3/15 New hydraulic gauges installed 3/15 Replaced radiator hoses 2/14 AP#48 2000 Sweepster Broom S3100BC18 Broom 1986 Truck Oshkosh H Series 10TBFPY191SO69267 Engine hour s Drive 495 Aux. 534 Miles 745 New brake air compressor 5/16 Hydraulic circuit activation valves resealed and new fasteners installed 3/15 New hydraulic gauges installed 3/15 Driveshaft and coupler assy. 2/14 Batteries 6/13 AP#49 1999 Sweepster Broom S3100BC18 Broom 1914 Truck Oshkosh H Series 10TBFPY10XSO66443 Engine hour s Drive 525 Aux. 573 Miles 983 Rebuilt broom lift cyl. 2/16 Hydraulic circuit activation valves resealed and new fasteners installed 3/15 New hydraulic gauges installed 3/15 All trucks have had blower lift cyls. replaced as needed Oil changes are done on a 100 hr cycle All the trucks have working A/C Delta No. 14051 3 May 18, 2016

Spare tire for trucks NORFOLK INTERNATIONAL AIRPORT Delta No. 14051 4 May 18, 2016

Delta No. 14051 5 May 18, 2016

Delta No. 14051 6 May 18, 2016

13. QUESTION: Page BF 3 of 6 Proposal Form Is delivery intent of 240 days required for all New Units, Five (5) front mount brooms, and One (1) rotary blower, to be delivered to the airport within 240 days? Contract time shall be 300 days. All New Units must be delivered within contract time. 14. QUESTION: Page S-1 of 18 #3 Transmission Can the specification be revised to state Minimum 4-Speed transmission? Transmission shall be 5-speed minimum. 15. QUESTION: Page S-2 of 18 #7 Please clarify if one (1) spare rear tire, and one (1) spare tire are required in place of Each vehicle shall be delivered with two spare tires and rim assemblies Each vehicle shall come with 2 spare times and 2 spare rims. Delta No. 14051 7 May 18, 2016

16. QUESTION: With respect to Page S-2 of 18 #9 Cab, can fiberglass and aluminum be used in the cab? Yes, as long as the equipment meets FAA s specification/advisory circular and the cab can be documented to be heavy duty. 17. QUESTION: Page S-2 of 18 #9 Chassis are full tilt engine covers acceptable? Yes as long as the engine hoods include lift and closure system (hydraulic or similar) to prevent the need of staff to lift or close hood by hand. 18. QUESTION Please confirm fuel tank minimum capacity. Minimum capacity is 200 gallons. 19. QUESTION: Page S-3 of 18 #18 Lighting Systems LED lights tend to have issues with not melting snow. Are halogen lights acceptable? Can remote control spot lights be installed? Comment: Oshkosh would like to propose One (1) Set of Clear Perlux Halogen lights, One (1) Set of Clear HID lights, and One (1) Set of Clear remote control Halogen Stryker Go Light spot lights. Typically, LED lighting does not create enough heat on the light head to prevent icing or snowpack from building up on the light surface, degrading light visibility. Please accept our proposed Halogen lights equal or acceptable. The Stryker spot lights are offered in a wireless remote control to avoid drilling extra holes in the cab for additional leak points. Halogen lights are acceptable. Any lighting system supplied shall be expected to melt snow and not lead to build up of snow on light surface. Wireless spot lights are not accepted. 20. QUESTION: Does the broom with air blower require an auxiliary engine section? Yes. The engine shall meet current EPA on-highway package and be designed to similar professional standards as other engines described in specifications. Power shall be sized and documented to specifically meet product provided but as a minimum 500 hp. 21. QUESTION: Does the High Speed Rotary Plow/Bower require an auxiliary engine? Yes. The engine shall meet current EPA on-highway package and be designed to similar professional standards as other engines described in specifications. Power as needed to meet snow removal rate (approximately 700 hp). Delta No. 14051 8 May 18, 2016

22. QUESTION: Is a right hand or left hand cast blower chute required? Blower chute shall be reversible. 23. QUESTION What type of cutting edge is required? Cutting edge shall be poly. 24. QUESTION: Will technicians from a certified dealer be an acceptable technician for training No 25. QUESTION: Please clarify if the training and in-service must happen with 14 days of each individual vehicle delivery, or 14 days after the 6th and final unit is delivered. Training shall be once all vehicles are delivered. All vehicles must be delivered within the contract time specified. 26. QUESTION: Please clarify if the airport is requesting to inspect all Six (6) units at completed stage, or if it would be acceptable to view a mixture of completed units and units in current production? Inspection should occur at a key time during manufacturing. This will be coordinated after award. 27. QUESTION: At what point will the awarded bidder be notified which equipment, and how many units, the Norfolk Airport Authority will release for surplus credit? Upon award. 28. QUESTION Page S-11 of 18 #12: Comment: The Oshkosh hydraulic fluid reservoir is a fourteen (14) gallon cyclonic type unit with lowest volume possible for the design. This design allows the hydraulic oil to reach operating temperature faster, remove air from the oil reducing the risk of cavitation, and maintain a more constant temperature throughout operation. The Oshkosh system assists in reducing maintenance costs when replacing the overall amount of oil. Please accept the Oshkosh cyclonic system approved as equal. This is an acceptable alternative 29. QUESTION: Page S-2 of 18 #7 Are Goodyear 395/85 R20 tires be considered as equal? Yes Delta No. 14051 9 May 18, 2016

30. QUESTION: Page S-11 of 18 #13 Control and Instrumentation Second Paragraph describing the MDC station is describing a system of a single manufacturer. Comment: Oshkosh will supply a broom control system in the chassis cab that will have an Active Matrix Display station. It will consist of a 7 inch minimum color liquid crystal display screen and use CAN (Controller Area Network) serial bus system technology. The AMD will incorporate diagnostics. No additional cable kits or diagnostic CD s are necessary to access system codes. All systems for the broom and broom engine will be part of the diagnostics. All functions and displays will be in easy reach of the operator and contiguous with the chassis instrumentation. Manufacturers shall use controls that meet intent of the specifications and that are compatible with each manufacturer s equipment. 31. QUESTION: Page BD 3 of 16, Contract Time Specification: 240 Calendar Days Requested: 300 Calendar Days Contract time shall be 300 Calendar Days 32. QUESTION: Page S-1 of 18, Transmission and Transfer Case Specification: The transmission shall be five-speed electronic control automatic. Requested: The transmission shall be five-speed minimum, electronic control automatic. The request is acceptable. 33. QUESTION: Page S-1 of 18, Transmission and Transfer Case Transfer case shall be two speed type with an automatic locking/unlocking differential to control the torque between front and rear axles. Requested: The transfer case shall be of optional single or two-speed type with automatic locking/unlocking differential to control the torque between the front and rear axles. Reason: The transfer case provided will be a single speed. Single speed transfer case utilizes a limited slip differential which constantly and automatically proportions power to all drive axles. Normally there is a constant 50/50 split between the front and rear axles. As traction conditions warrant this split can be applied ranging from 75/25 (front-rear axles) or 25/75 (front-rear axles). No operator input is required. By utilizing all six available gears (Allison RDS) the one speed transfer allows for maximum low-speed/low gear power performance without the need to Delta No. 14051 10 May 18, 2016

bring the vehicle to a complete stop in order to shift a two speed transfer case into low range. The request is acceptable. 34. QUESTION: Page S-2 of 18, 5, Suspension Specification: Suspension shall include alloy steel springs of the semielliptical type. Requested: Suspension shall include alloy steel springs of the semielliptical or tapered parabolic type. Submit alternative for consideration with bid. 35. QUESTION: Page S-2 of 18, 7, Wheels and Tires Specification: Single Michelin XZL 395/85R20-20 ply or approved equal tires are required on all axles. The wheels shall be of the steel disc type with an 11.25 bolt circle. Requested: Single Michelin XZL 395/85R20-20 ply, Goodyear G278 445/65R22.5, or approved equal tires are required on all axles. The wheels shall be of the steel disc or aluminum type with an 11.25 bolt circle. Submit alternatives for consideration with bid. 36. QUESTION: Page S- 2 of 18, 9 Cab Specification: The cab shall be a HEAVY DUTY two-man type, all steel, fully insulated. Requested: The cab shall be a HEAVY DUTY two-man type, all steel or aluminum, fully insulated. See question 16. 37. QUESTION: Page S-3 of 18, 12, Fuel System Specification: The tank shall be constructed of heavy gauge steel and be properly fastened to the frame. Requested: The tank shall be constructed of heavy gauge steel or aluminum and be properly fastened to the frame. Submit alternative for consideration with bid. 38. QUESTION: Page S-4 of 18, 17, Windows, Windshields, Mirrors Specification: The windshield shall be reverse slope design to avoid snow build up and be equipped with four variable speed intermittent operating wipers, wet arm type. Delta No. 14051 11 May 18, 2016

Requested: The windshield shall be a forward or reverse slope design to avoid snow build up and be equipped with four variable speed intermittent operating wipers, wet arm type. The request is acceptable. 39. QUESTION: Page S-4 of 18, 17, Windows, Windshields, Mirrors Specification: The windshield washer reservoir shall have a capacity of at least 10 gallons. Requested: Please clarify if the windshield washer reservoir capacity of at least 10 gallons is in reference to a Windshield Deluge System. Reason: The MB the windshield washer reservoir capacity is six quarts. The Windshield Deluge System has a capacity of 20 gallons which is not standard equipment. There shall be a minimum of 10 gallons of windshield washer fluid capacity. Manufacturers shall supply deluge system or other non-standard equipment as needed to meet this requirement. 40. QUESTION: Page S-4 of 18, 17, Windows, Windshields, Mirrors Specification: The cab shall be equipped with sun visors inside the vehicle cab used in the operation of the cab s heating system. Requested: Please clarify how the sun visors are to be used in operation with cab s heating system. Systems are independent of one another. Visors not used in operation with cab heating system. 41. QUESTION: PART 2 22-FOOT POWER BROOM WITH AIR BLOWER Page S-11 of 18, 12, Hydraulic System Specification: Shut off valves for all filters below tank fluid level shall be installed to allow filter changes without loss of oil. Requested: M-B is requesting to have the shut off valve element removed because a manual shut-off valve is not required for routine hydraulic system filter changes servicing of the hydraulic system. Reason: M-B has maintained that shut-off valves in the hydraulic circuit can cause catastrophic pump and or motor failure if they are left in the closed position when the system is energized. Therefore, we have not supplied our systems with shut-off valves for this reason. The filters positioned below the hydraulic tank are downstream of the pumps, which act to stop the flow of hydraulic fluid during the filter changes. The leakage Delta No. 14051 12 May 18, 2016

is minimal. The request is acceptable. 42. QUESTION: Please provide the minimum requirements for the Rotary Plow and Broom auxiliary engines. See answer to questions 20 and 21. Delta No. 14051 13 May 18, 2016