13
Page 1 of 13 City of Glasgow Department of Public Works Purchase of (2) 2018 White Dump Truck with Black Bed To: All Interested Bidders Subject: 2018 White Dump Truck with Black Bed Attached are specifications for a 2018 Model Dump Truck Should you have any questions, please call Superintendent of Public Works, Kurt Frey at 270-651-5977. Be sure to return all required forms that were sent with the original bid package. I have read the above additions and clarifications to the original bid and will submit my bid accordingly. Bidder: Signature: Date:

City of Glasgow Department of Public Works Purchase of (2 ... 7 27 Dump Truck Bid Packet II.pdf · Page 2 of 13 City of Glasgow Invitation To Bid/Purchase Opening Date and Time: Friday,

  • Upload
    others

  • View
    2

  • Download
    0

Embed Size (px)

Citation preview

Page 1: City of Glasgow Department of Public Works Purchase of (2 ... 7 27 Dump Truck Bid Packet II.pdf · Page 2 of 13 City of Glasgow Invitation To Bid/Purchase Opening Date and Time: Friday,

Page 1 of 13

City of Glasgow Department of Public Works

Purchase of (2) 2018 White Dump Truck with Black Bed

To: All Interested Bidders

Subject: 2018 White Dump Truck with Black Bed

Attached are specifications for a 2018 Model Dump Truck

Should you have any questions, please call Superintendent of Public Works, Kurt Frey at 270-651-5977. Be sure to return all

required forms that were sent with the original bid package.

I have read the above additions and clarifications to the original bid and will submit my bid accordingly.

Bidder:

Signature: Date:

Page 2: City of Glasgow Department of Public Works Purchase of (2 ... 7 27 Dump Truck Bid Packet II.pdf · Page 2 of 13 City of Glasgow Invitation To Bid/Purchase Opening Date and Time: Friday,

Page 2 of 13

City of Glasgow Invitation To Bid/Purchase

Bids will be publicly opened and read on the above stated date and time, local time prevailing. Late bids will not be accepted. No extension of the bidding period will be made. The City reserves the right to award a bid to multiple bidders when more than one item appears in a bid package.

Purchase requested by: Glasgow Department of Public Works Item Supplies/Services Quantity Unit Cost Total Cost 2018 (2) Dump Truck White with Black Bed 2 Units $ __ $ ___. Delivery Date: Warranty information for vehicle and equipment must be provided with bid. The City of Glasgow – Department of Public Works reserves the right to reject any and all bids. Bids must be good for 90

days.

In compliance with the above, the undersigned offers and agrees, if this bid is accepted within ninety (90) calendar days from the date of opening, to furnish any and all of the items upon which prices are quoted, at the price set opposite each item, delivered at the designated point(s) within the time specified in the schedule. Items on bid are exempt from federal excise tax and Kentucky sales and use tax. Title shall pass to the City upon actual receipt and acceptance of the items. In the event there is a discrepancy between the unit price and the extended price, the unit price shall govern.

Procurement: City of Glasgow does abide by Residential Bidder Preference per KRS 45A.490 - .494: KAR 5:400. This is designed to give in-state bidders an advantage against out-of-state bidders whose states have own bidder preference laws. Prior to awarding a contract, City of Glasgow must provide a preference to resident bidders of KY against non-resident bidders, IF those non-resident bidders are registered in a state that gives or requires its own residential bidder preference. Preference must be equal to preference given or required by state of non-resident bidder. If tie between resident and non-resident, preference must go to resident.

Opening Date and Time: Friday, August 11, 2017 @ 3:00 P.M.

Office of the Mayor 126 East Public Square

Glasgow, KY 42141

Page 3: City of Glasgow Department of Public Works Purchase of (2 ... 7 27 Dump Truck Bid Packet II.pdf · Page 2 of 13 City of Glasgow Invitation To Bid/Purchase Opening Date and Time: Friday,

Page 3 of 13

CITY OF GLASGOW-DEPARTMENT OF PUBLIC WORKS

PURCHASE BID SHEET FOR:

2018 (2) WHITE DUMP TRUCKS WITH BLACK BED

This specification covers a 2018 (2) White Dump Trucks with Black Bed. Dump Truck shall be equipped with any additional

items listed below and must be the manufacturer’s latest production model. All items that are considered standard but are

not specifically mentioned in these specifications are to be included. Dump Truck including all necessary equipment shall be

furnished, delivered new, complete and turn-key ready for use. Vehicle shall be comparable with the following basic

requirements unless otherwise noted. Bidders shall indicate exactly what they are offering in the following blanks under

“BIDDER’S RESPONSE”. Successful bidder will be responsible for delivering the Dump Truck to the City of Glasgow-

Department of Public Works, 310 West Front Street, Glasgow, KY 42141 with all equipment installed.

Bidders must include a sample copy of the finance documents and provide all payment information.

MAKE: MODEL:

Page 4: City of Glasgow Department of Public Works Purchase of (2 ... 7 27 Dump Truck Bid Packet II.pdf · Page 2 of 13 City of Glasgow Invitation To Bid/Purchase Opening Date and Time: Friday,

Page 4 of 13

SPECIFICATIONS FOR CHASSIS & 10’ DUMP BODY

SCOPE: The intent of these specifications is to describe a new 10’ dump body with a hydraulic snow

plow and central hydraulic system that shall be mounted on a chassis.

GENERAL: All equipment furnished shall be new, unused and of the manufacturer’s current production

design. Bidder must meet the minimum standards established by this specification sheet. Bidder must

accurately complete this form and include this completed form with the bid. Bidder shall check “YES”

where specifications are met. If the specifications are not met, bidder must check “NO” and list all

deviations on a separate sheet. Failure to note any deviations shall be cause for bid rejection.

I CHASSIS SPECIFICATIONS:

A. CHASSIS:

Model Year: 2018

Exterior Color: White

Interior Color: Grey

Trim Package: Work Series

Cab Configuration: regular Cab

Engine: 6.8L 3V SEFI V10 Gasoline (Minimum)

Transmission: 6-spd Automatic – Double Overdrive

Driveline: 4x2 Dual Rear Wheel (DRW)

Axle Ratio: 7.17 Regular Ratio

Brake System: Hydraulic Disc Brakes

Tires: 22.5 x 7.5 Michelin XZE2 (Front & Rear)

Wheelbase: 158” WB (84” Cab to Axle)

Frame: Single Channel Straight “C” (120,000 PSI / 14.18 SM)

Front Axle Rating: 12,000 lb.

Rear Axle Rating: 21,000 lb.

GVWR: 33,000 lb.

Addendum A: Add Body Builder Wiring to end of frame, combined

B. REQUIRED EQUIPMENT:

Air Conditioning

Four (4) Wheel ABS

Vinyl Bucket Seats

AM/FM Radio

Cruise Control

Variable Intermittent Windshield Wipers

HD Battery (900 CCA – Minimum)

50 Gallon Capacity Fuel Tank

Side Steps

Tow Hooks

YES / NO

Page 5: City of Glasgow Department of Public Works Purchase of (2 ... 7 27 Dump Truck Bid Packet II.pdf · Page 2 of 13 City of Glasgow Invitation To Bid/Purchase Opening Date and Time: Friday,

Page 5 of 13

C. REQUIRED OPTIONS:

Fixed Grille

Jump Start Stud

30/30 Air Ride Driver Seat

Power Equipment Group (Power Locks & Windows)

Body Builder Switches (4-Four)

Back-Up Alarm (102 Dba)

Daytime Running Lights

Heated Dual Rectangular Mirrors (96”)

Mud Flap Holder (w/o Flaps)

Transmission Power Take-Off Provision (PTO)

Bosch HydroMax Brakes w/Traction Control

Front Taper-Leaf Springs, Parabolic (13,200 lb. Capacity)

Rear Multi-Leaf Springs (23,000 lb. Capacity)

Front Frame Extension-Integral 20” (Delete Front Bumper & Brackets)

II. BODY SPECIFICATIONS:

A. BODY DIMENSIONS:

a. Minimum, 10’ Long X 96” Outside Wide Body with 30” Sides.

B. FLOOR:

a. 3/16”, Two-Piece Smooth Plate Steel A572 Grade-50 with 2” Radiuses

Corners.

C. FRONT WALL:

a. 30” Tall 10-Gauge High Tensile Steel A572 Grade-50 Construction.

“Dog House” Style front wall not acceptable as to maximize capacity of

body for slide-in salt spreader

b. Full width integral inverted V-Type Horizontal Bracing.

D. HEADBOARD:

a. Full Width Steel Headboard with 24” Cab Protector

b. 10-Gauge High Tensile Steel A572 Grade-50 Construction

E. UNDERSTRUCTURE:

a. 6” Structural Channel Longitudinals

b. 4” Structural Channel Cross Members on 12” Centers

c. Cross Members are Gusseted and Welded to the Longitudinals.

F. SIDES:

a. 30” 10 Gauge High Tensile Steel A572 Grade-50 with Boxed Top Rails.

b. Sides Supplied with 6” Tall x 2” Wide Front and Rear Board Pockets

c. 36” Corner Post (Full Depth on the Rear) Fully Welded to the Body

TAILGATE:

d. 36” Tall 10-Gauge High Tensile Steel A572 Grade 5 3-Panel Construction

e. Double Acting with Spreader Chains, Double Cast Banjo Eyes on Each Side

f. Rear Lower Tailgate Latch with Front Lever Controls and Over Cam Cast

Latch

g. Top Latch with Cast “L” Brackets and Forged Pin Latch

h. Fully Boxed and Welded Frame with 35◦ Dirt Shedder Structure

YES / NO

Page 6: City of Glasgow Department of Public Works Purchase of (2 ... 7 27 Dump Truck Bid Packet II.pdf · Page 2 of 13 City of Glasgow Invitation To Bid/Purchase Opening Date and Time: Friday,

Page 6 of 13

G. HOIST:

a. Hoist to be a National Truck Equipment Association Certified Hoist

b. Single-Cylinders, double-acting sub frame scissors hoist system, telescopic

hoist is not acceptable

c. Hoist to be equipped with one e 8” double-acting cylinder

d. 50-Degree dump angle

e. 7-1/2” mounting height

f. Subframe constructed with A572, Grade 50 high tensile steel and 4140 grade

weldable castings

g. Hoist to Class “50”

h. Hoist to be a National Truck Equipment Association Certified Hoist

H. HYDRAULIC POWERED REVERSIBLE SNOW PLOW:

a. Minimum Moldboard Requirements:

1. Quick mount Level lift design allows continuous level lift in any position

2. Height of moldboard is 36”

3. Length of moldboard is 10’

4. 12” Integral Shield mold board

5. Cutting path at 35◦ for a 10’ length is 104”

6. 7GA steel rolled moldboard with eight (8) ½” x 3-1/2” rolled ribs

for extra strength and rigidity. Continuous welded one-piece

7. Each rib reinforced with an additional ½” x 3 ½” steel at each pivot

point. Additionally, a 1 ¼” bushing will be installed for strength.

8. There is to be a trip stop at every rib to evenly space out the trip force

9. 4” x 4” x ¾” bottom angle with 1/2” x 3” gussets every 12”

10. 80” semi-circle to be 3-1/2” x 3-1/2” x ½” angle

11. 3 ½” x 2 ½ x 3/8” top angle with drain holes to allow moisture to escape

12. Four (4) position attack angle is adjustable to 5◦, to 20◦

13. Two horizontal braces for added rigidity

14. 5/8” x 8” one-piece powder coated cutting edge with AASHO punching

b. Trip Assembly:

1. Full moldboard trip with two (2) adjustable, external compression

springs

2. 5/8” Trip-spring anchor plates are encased and continuous welded to

push frame providing greater strength.

c. Push Frame:

1. 4” x 4” x 3/8” structural steel tube push frame width is 120” (on 10’)

two (2) ½” thick, adjustable height, running gear mounts and two (2) ½”

thick lift chain mounts

2. Semi-circle is 3 ½ to 3 ½” x ½” angle welded the push frame

3. Eight (8) moldboard-to-push frame pivot points with 1 ¼” bushings

pinned to two 5/8” mounting ears with 1 ¼” plated pivot pins

4. Twin 3” x 10” x 1 ½” chrome plated hydraulic cylinders are double

acting for heavy duty power reversing. Twin reversing cylinders are

located above the push frame for protection against road debris and

ease of service

5. Plow-mounted adjustable cushion valve plumbed to cylinders. Valve

to be adjustable (set at 2000 PSI), 10 GPM and to have ½” SEA threads.

YES / NO

Page 7: City of Glasgow Department of Public Works Purchase of (2 ... 7 27 Dump Truck Bid Packet II.pdf · Page 2 of 13 City of Glasgow Invitation To Bid/Purchase Opening Date and Time: Friday,

Page 7 of 13

6. 4” x 13.8# structural channel “A” frame supporting a 2” center

reversing king pin mounted in a 3” tube with a ½” wall with grease

fitting

7. A-frame to be welded to a 1” X 5” X 33” base plate with a 1 ½” pivot

hole

I. CENTRAL HYDRAULIC SYSTEM:

a. HYDRAULIC PUMP: P.T.O. Driven by transmission pump. Pump’s minimum

capability must be 14 GPM @ 1800 engine RPM

b. RESERVOIR/VALVE ENCLOSURE: The hydraulic reservoir/valve enclosure

combination shall be frame mounted with a 15 gallon capacity. The reservoir

shall be black epoxy powder coated and have an ASTM 8 rating at 336 hours of

salt spray. The reservoir must be equipped with the following: ¾” magnetic

drain plug, 1 ¼” full blow brass ball valve, 2: X 1 ¼” NPT suction strainer with 100

mesh screen and 3 PSI bypass valve, tank mount return line filter with a built-in

breather and sight/temperature gauge externally mounted facing front of truck

no matter which side enclosure is mounted on. Reservoir filling will be through

the filter housing with a flow path that will filter all new oil entering in the

system. The hydraulic reservoir shall be constructed of 10-gauge material and

internally baffled. Mounting bracket is to be designed and supplied by reservoir

supplier and designed in a manner as to not transmit torsional loads thru the

reservoir. The enclosure will use a gasket less passive seal technology (No

rubber seals, gaskets or weather stripping bolts). The enclosure lid will be

removable by one person without the use of tools. The cover will protect the

following from road and pressure washer spray: hydraulic valve, all valve

fittings, hose ends, tank mount return line filter and breather, visual and

electrical bypass sending units, return line to filter and any electrical

connections. The use of bulkhead fittings is not acceptable. The directional

control valve must be accessible on all 6 sides without removing valve from

enclosure for ease of service. The valve mounting plate must swing out for ease

of valve service and hose replacement. Reservoir/Valve Enclosure shall be Force

America Inc. VT15 Valve/Tank Assembly or prior approved equal.

c. FILTER:

i. Hydraulic oil filter shall be mounted in the reservoir. Hydraulic filter shall be

a 16-micron absolute and rated for no less than 30 GPM. Filter shall be

model TEF2106VG16SP-UG60 or prior approved equal and include visual

bypass indicator. The system shall be delivered with one spare filter

element.

d. HYDRAULIC CONTROL VALVE:

i. The hydraulic valve shall be a modular stackable manifold with level port

design. Each hydraulic function requires an individual manifold be stacked

together to form the manifold base. The inlet shall consist of SAE #12 inlet

porting, SAE #16 outlet porting and optional SAE #16 power beyond and SAE

#4 load sense. An adjustable main relief will be contained within the inlet to

limit system pressure. The inlet will be capable of use with either a load

sense or gear type pump. The use of an electric unloader and double pull

YES / NO

Page 8: City of Glasgow Department of Public Works Purchase of (2 ... 7 27 Dump Truck Bid Packet II.pdf · Page 2 of 13 City of Glasgow Invitation To Bid/Purchase Opening Date and Time: Friday,

Page 8 of 13

double throw electric switches is prohibited. All valve manifolds shall be

manufactured from 6061-T6 aluminum and be anodized to MIL-A-8625F

specifications. Each hydraulic valve section must be serviceable without

removing any hydraulic hoses or any other hydraulic valve manifold. Hoist

section should contain a downside direct acting relief adjustable from 300

to 1800 PSI to protect the truck frame from forces associated with power

hoist lower. A counter balance valve is also to be contained within the hoist

manifold to maintain a constant down speed no matter the load. The plow

lift valve is to contain an adjustable port relied to limit the plow raise PSI.

Both the hoist and plow lift sections are to have leakage rates of less than 2

cc/min to prevent unwanted drift. Plow turn shall contain a cross-port relief

to protect the turn cylinder from external loads. Valve stack must be

capable of inserting a Spin-A-Veyer Valve for sander control. These sander

controls will be a pressure compensated proportional flow control so that

speed of these functions will remain constant no matter what system

pressure is. Power beyond to sander valve is not permitted. Valve segments

shall be “Force America Add-A-Fold” model 2010 or prior approved equal.

Valve to be arranged as follows:

1. Hoist: 4-way with down side relief set at 500 PSI

2. Plow Lift: 3-way with float with work port relief set at 2000 PSI

3. Plow angle: 4-way with cross-port relief set at 2500 PSI

ii. Spin-A-Veyer section, consisting pf two pressure compensated cartridges that

are a single piece design with hardened cartridge bores and spools. These shall

operate independently via a 12 VDC pulse width modulated signal. Each valve

shall have heavy duty 7/16-20 UNF screw style manual overrides that are

adjustable from no flow to full flow. These valves shall be mounted in a housing

that is made of aluminum with gray anodizing for corrosion resistance and

durability. The auger/conveyor shall be a 15 GPM spool and the spinner shall be

a 7 GPM spool.

e. HYDRAULIC LINES AND PLUMBING:

i. All hydraulic lines and plumbing shall be of sufficient capacity so as not to

create heat or turbulence within hydraulic system. Suction line between

reservoir and pump shall be a minimum of 1.25 in. I.D. with a minimum SAE

100-R4 rating and shall be secured on both ends via heavy duty Banding

straps, radiator hose clamps unacceptable. All pressure hoses including

signal sense to pump shall have swivel fittings on both ends and have a

minimum SAE 100-R2 rating. Return lines and case drain shall have

minimum SAE 100-R1 rating.

ii. Hydraulic lines shall be routed to minimize interference with equipment and

chassis components requiring periodic servicing. Support brackets,

grommets and tie wraps shall be provided where appropriate to protect

lines from damage by abrasion, cutting or impact.

iii. Hoses shall not be routed near exhaust manifolds pipes, bolts, sharp edges,

and exhaust system to prevent wear, fatigue or fire. Pipe fittings are not

acceptable in any high-pressure lines shall be 24in.

YES / NO

Page 9: City of Glasgow Department of Public Works Purchase of (2 ... 7 27 Dump Truck Bid Packet II.pdf · Page 2 of 13 City of Glasgow Invitation To Bid/Purchase Opening Date and Time: Friday,

Page 9 of 13

f. SPREADER CONTROL CONSOLE: i. The electronic spreader control shall include proportional controls for Auger,

Spinner, Pre-wet and Multi-lane Anti-ice spreader functions and shall be integrated into a small, rugged, plastic injection molded, control box. The controller shall also be capable of reversing auger and cross conveyor. The auger, pre-wet and anti-ice functions shall be operable in manual mode, open loop mode and closed loop mode. Spread rates for granular, spinner, pre-wet and anti-ice shall have the ability to be adjustable inside of calibration. Materials shall be capable of being named. A security code shall be selectable in calibration to lock out undesired changes to the calibration settings. An optional supervisor USB key shall be available for quick access to the calibration menu. While in multi-lane mode the left, center and right lane ball valve outputs shall be controlled by comfortable, backlit rocker switches molded into the controller above the display. When all of the lane valves are deactivated, the anti-ice shall enter standby mode automatically.

ii. The controller shall be modular in design for ease of installation and service. The controller shall be capable of being mounted anywhere in the cab. A RAM mount shall be used to allow for easy installation and swivel capabilities. Wiring connectors shall be keyed with wiring labeled throughout. The spreader harness shall include DIN connectors that illuminate when the output is active. All components must be durable for long life and trouble-free operation. Spinner and spreader control dials shall be on the right side of the controller to allow for a clear view of the display while being adjusted. The spinner and spreader control knobs shall be color coded and correlated with the granular and spinner settings on the screen. The enclosure shall provide a built in, protective surrounding around the spinner and spreader control knobs to prevent unintentional use and damage to the knobs.

iii. The controller shall operate a straight blade plow and dump body. The outputs shall be controlled by comfortable, backlit rocker switches molded into the controller above the display. An interlock switch integrated into the back of the controller shall be required to operate the hoist function to comply with all OSHA related regulations. The controller shall be capable of moving the plow up, down, left and right. There shall be a remote mounted joystick console that can be removed in the summer. The joystick console shall offer both plow and hoist control via a single joystick. The joystick shall be dual axis non-proportional with a pushbutton on top. In normal operation, the up/down and left/right axis shall control the front plow. While the pushbutton on top is depressed, the up/down axis shall now operate the dump body and the left right axis shall be dead. The joystick box shall also include three separate knobs to control the spreader rate, spinner speed and liquid pre-wet output rates. The knob shall be color coded to match those on the actual spreader console. There shall also be two rocker switches to operate manual mode on/off and pre-wet on/off. The joystick console shall wire to the main spreader control via a single cable only which can easily be disconnected from either the joystick console or spreader console. There shall also be a RAM mount ball on the back for ease of mounting.

iv. The controller shall include off the shelf integration with PreCise brand GPS/AVL systems for advanced material logging and maintenance reporting. The controller shall also provide onboard current event and season totals for granular and pre-wet materials. An integrated USB port shall be used for data retrieval, firmware upgrades and for loading and saving of calibration settings.

YES / NO

Page 10: City of Glasgow Department of Public Works Purchase of (2 ... 7 27 Dump Truck Bid Packet II.pdf · Page 2 of 13 City of Glasgow Invitation To Bid/Purchase Opening Date and Time: Friday,

Page 10 of 13

v. The controller shall include a 3.5” high brightness, color, touch screen LCD with adjustable backlighting. The touchscreen shall be used for calibration only and shall not be needed during normal spreading operation. The touch screen shall allow for easy navigation of calibration menus and data viewing menus. The screen shall display warnings for oil level, oil temp, filter bypass, low granular material, low liquid material, granular and pre-wet feedback errors and granular and feedback range errors. Optional audible warnings shall coincide with each visual warning and shall be individually adjustable. There shall also be a dedicated red LED on the face of the controller for an additional body up indicator. This LED shall not rely on software of the controller to operate.

vi. The spreader control shall be tested by a SAE certified testing laboratory. The spreader control shall meet all the following electrical, RF and environmental testing standards within the specified ranges:

vii. Electrical & RF testing: 1. SAE J1113/4: BCI – Sweep Range 1-400MHZ, Test at 100Ma Levels, CW

& 1kHz AM 80% Modulations, 15/45/75cm Injection Distances 2. SAE J1113/11: Load Dump Test – Test Pulse 5A, 24V System, 150V Peak,

Applied 5 times, 10s between pulses 3. SAE J1113/13: Operating – Operating at 4 & 8kV Direct, 4/8lV Air

Discharge, 330pF/2kohms, 3 each +/- 4. SAE J1113/21: Absorber-lined Shielded Enclosure Radiated Immunity –

Sweep Range 20-1000MHz, Levels to 100V/m, Use CW, AM and Pulse (800-1000MHz only) Horiz & Vert Antenna Polarities, 1 DUT Orientation.

5. CISPR 25: RF Radiated Emissions – Sweep Range 150kHz-2.5GHz, 1 DUT Orientation, Horiz & Vert Ant Polarities

6. Pass CISPR Class 3 through entire test range 7. Pass CISPR Class 4 from 30MHz-2.5GHz

viii. Environmental Testing: 1. SAE J1455 – Sine Vibration – Section 4.10.4.1, 2G Test Level, 10-1000Hz

Swept Rate TBD, Run for 3 hours per axis 2. SAE J1455 – Random Vibration – Section 4.10.4.2 (Figures 6 through) 5 –

500 Hz, 3 hours per axis 3. SAE J1455 – Operational Shock – Section 4.11, 20g’s, 11 ms, ½ Sine

Pulse, Apply 3 Shocks each direction each axis [18 Shocks Total] ix. The electronic spreader control shall be a FORCE America 5150EX-9F-JOYSTICK

or prior approved equal J. SALT/SAND SPREADER BOX:

a. MINIMUM BODY REQUIREMENTS 1. Capacity to be 7 cubic yards struck 2. Inside length to be 10 feet. Inside Top width to be 84” 3. Side slope to be 45◦ minimum. Front and rear panels slope 4. Hopper seams to be continuous welded on inside 5. Sides, ends & side supports to be 10 gauge 304 SS 6. Top edge of hopper is formed “J” channel 2” x 1 ½” 7. Auger trough is to be 10-gauge 304 SS 8. Long sills to be 10-gauge 304 SS; continuous welded to side sheet 9. Cross sills to be formed -gauge 304 SS welded to side supports 10. Lift hooks on each corner are 5/8” stainless steel round bar 11. All hardware is stainless steel 12. 3/8” rod on 3/8” rod top grate screens with anti-freeze hinges

YES / NO

Page 11: City of Glasgow Department of Public Works Purchase of (2 ... 7 27 Dump Truck Bid Packet II.pdf · Page 2 of 13 City of Glasgow Invitation To Bid/Purchase Opening Date and Time: Friday,

Page 11 of 13

b. MINIMUM AUGER REQUIREMENTS 1. 7” diameter hard faced variable pitch auger conveyor 2. 64 CIR direct drive hydraulic motor 3. Motor is directly coupled to end of auger shaft 4. Auger shaft connect at front with a 2” 4 bolt flange bearing 5. Auger shafts utilize a polyurethane bushing at motor end of auger

to eliminate seizing and ensure ease of maintenance 6. Rear auger drive has motor guard bolted to rear

c. SPINNER CHUTE ASSEMBLY 1. 10 gauge 304 SS enclosed design 2. Four (4) position telescopic adjustment 3. One (1) baffles shall be positioned at the bottom of the spinner chute

to direct flow of materials onto spinner disc for directional spread pattern adjustment

4. Five (5) positions of adjustment without the use of tools. The baffle shall utilize a 304SS notched bar that pins into position for positive lock

5. Four (4) bottom spinner deflectors shall be over-lapping to prevent loss of granular material when the deflectors are raised. Front deflector is fixed.

6. The bottom over-lapping spinner deflectors shall have four (4) positions of rod and pin adjustment without tools. Chain adjustable deflectors are not acceptable.

7. Poly 18” diameter spinner disc to have replaceable machined hub 8. Spinner hydraulic motor shall mount directly on bottom of spinner

d. PAINT 1. All metal surfaces are to high-pressure cleaned with a phosphate

solution to remove slag, splatter, oxide and oil residue 2. Non-stainless steel parts to be painted or powder coated black 3. 304 stainless steel components unpainted

e. TAILGATE LOCK KIT 1. The main latch bar to be 3” X 4.1 lb. structural channel 84” wide 2. Two (2) 3” X 4.1# X 8” structural channel with two (2) ½” x 1 ½”

mounting hole will be welded to main channel 3. Two (2) 1 ¼” X 7” round stock tailgate latch’s to be welded to main

channel K. PRE-WET SYSTEM:

a. Plumbing and Hardware: The system shall include a 1 ½” polypropylene quick fill port with shut off ball valve and integral camlock and cap. The above quick fill shall be tied into the cross-feed line between the two tanks to fill both tanks from one port. The pump inlet plumbing shall include a Y-strainer with a serviceable screen filter cartridge. The inlet plumbing must also have a cleanout device that allows for the connection of a ¾” male garden hose thread for proper pump maintenance, no exceptions. The bypass plumbing shall include a ¾” polypropylene bypass valve with adjustable pressure relief and 60 PSI pressure gauge. All hose, which is supplied, shall be nylon reinforced PVC hose with a working pressure of no less than 200 PSI and a maximum temperature rating of 100 degrees.

b. Discharge Nozzles: The spray system shall utilize three nozzles to apply solution on material being conveyed to the spinner. The brass spray nozzles shall be mounted in brass nozzle bodies and shall include a three-foot piece of ½” PVC

YES / NO

Page 12: City of Glasgow Department of Public Works Purchase of (2 ... 7 27 Dump Truck Bid Packet II.pdf · Page 2 of 13 City of Glasgow Invitation To Bid/Purchase Opening Date and Time: Friday,

Page 12 of 13

pipe with nozzle body clamps for spreader chute mounting. The discharge line must include an inline check valve to prevent siphoning and needs to incorporate a poly quick disconnect fitting to aid in spreader removal.

c. Liquid Tanks: The system shall include two (2) 100-gallon V-box style tanks constructed of UV stabilized polyethylene plastic. The tanks shall have a specific gravity rating of no less than 1.9 and shall weigh approximately 80 pounds per tank. Each tank shall include a molded in enclosure with a polyethylene removable cover, two molded in internal baffles, a 5” vented lid with a neoprene gasket and a positive ventilation device, which is splash proof. The tanks are held in place with three powder coated steel mounting straps per tank.

d. VB Systems Power Units (HCL): The closed loop hydraulic liquid dispensing system is designed for applying a constant application rate of de-icing solution directly onto the granular material spread by V-box type spreaders. The system calibration and programmable application rates are accomplished using a micro-processor based controller. The system comes complete with a liquid spray pump, sprayer tank, tank mounting straps, discharge nozzles, closed loop flow meter that is accurate + or – 1% on flows from .5 to 10 GPM, plumbing and hardware.

e. Liquid Pump: Pump shall be constructed of a bronze corrosion resistant casing with special cast bronze gears. The pump shall have ½” NPT ports and shall include self-lubricating bearings. The pump shall be coupled to a 5 GPM hydraulic motor via a tooth and jaw styler coupler and shall incorporate a stainless steel coupler guard that will also serve as a flowmeter mount. This pump and motor combination shall be capable of producing 10 GPM at 1800 RPM. The assembly shall be mounted on a stainless steel plate to be mounted in the end of a V-box style tank.

III. ACCESSORIES: A. 25-ton capacity forged spring-loaded type pintle-hook mounted to rear of chassis B. Install a 7-blade round style plug on rear of chassis controls in cab-wired to factory

switches C. Total of two (2) amber LED Strobes-One mounted in each rear post of dump body 2”

cab guard with controls in cab to factory switches IV. MOUNTING AND PAINTING:

A. Dump body shall be mounted on City supplied chassis all within Industry Standards B. Unit shall be supplied with lights and reflectors in accordance with FMVSS #108 AND

ALL dot REGULATIONS C. Dump body and hoist shall be cleaned, Zinc Powder-Coat Primed and Powder-

Coated Black top coat V. ASSISTANCE & TRAINING:

A. Bidder shall provide a minimum of six (6) hours of training and assistance to City personnel on the proper operation and maintenance of the unit. The City will determine if a lesser amount of time is needed for training

B. At the time of delivery, equipment must meet or exceed all federal, state and local safety, health, lighting and emission standards.

VI. WARRANTY: A. Body and hoist shall be warranted against defects in material and workmanship for

a period of (1) year from delivery, minimum. Hydraulic underbody scraper shall be warranted against defects in material and workmanship for a period of One (1) Year from Delivery, Minimum.

YES / NO

Page 13: City of Glasgow Department of Public Works Purchase of (2 ... 7 27 Dump Truck Bid Packet II.pdf · Page 2 of 13 City of Glasgow Invitation To Bid/Purchase Opening Date and Time: Friday,

Page 13 of 13

VII. State the time, in days, needed for delivery after receipt of order VIII. Bidder shall attach a certificate of insurance from the body manufacturer which indicates that a minimum of $2,000,000.00 of product liability insurance applies to the equipment supplied in the bid. Bidder shall provide a contact name and phone number for verification of coverage.

A. Agent’s Name: ______________________________________________________________

B. Office Phone: _______________________________________________________________

C. Delivery Date: _______________________________________________________________

Bid should be submitted for: 2 (two) 2018 White Dump Truck with Black Bed. Sealed bids

will be received and opened Friday, August 11, 2017 at 3 P.M. C. D. T. at Glasgow City Hall,

Office of the Mayor, 126 East Public Square, Glasgow, Kentucky 42141. Completed bid

form must be sealed in an envelope marked: 2 (TWO) 2018 White Dump Trucks with Black

Beds.