28
IFB NO.: 10-046 DATE: August 3, 2010 EL PASO COUNTY CONTRACTS & PROCUREMENT DIVISION REVISED BID FORM for VARIOUS ROAD EQUIPMENT / VEHICLES NOTICE TO CONTRACTORS: YOU ARE REQUIRED TO USE THIS FORM WHEN SUBMITTING A BID (do not leave blank spaces) RESPONSE CHECKLIST and ALL REQUIRED DOCUMENTS ATTACHED? YES Will you accept payment by VISA credit card? (fill out and return attached form) YES NO If you accept VISA payment, is there a cost? Or a minimum/maximum amount? YES NO If there is a cost, or min/max explain: The bidder understands and agrees that El Paso County shall retain the right of final technical acceptability and compliance with specifications for any services or products, including “equal” or “equivalent”. SPECIFICATIONS MEET SPEC? EXCEPTIONS & VARIATIONS (Explain) YES NO A. ONE (1) TANDEM AXLE DUMP TRUCK, WITH PLOW AND SANDER: 1. General: (1) tandem-axle dump truck, 6x4 , with plow and sander, for use in snow plowing; and for hauling gravel, rock and sand; road construction and maintenance by Div. of Transportation. a. Unit to have front plow and tailgate sander. 2. Weight Class: 70,000 GVWR 3. Chassis: a. CA Approx 126” (prefer 138”), axle to frame 54”, wheel base 188” b. Turning radius, curb to curb max. 34’ c. Front bumper silver painted steel with ends swept back. Front bumper modified to mount plow harness, bolted on-not welded. d. Front frame 27” in front of grill and frame integral to truck chassis frame e. 36 inch tool box mounted on left side. f. Two (2) ram horn town hooks, frame mounted on front and rear 4. Cab a. Extended day-cab, Aluminum, conventional b. Air seats, driver and passenger with arm rests. c. Coat hook and hat hook in cab d. Cup holder in cab e. Grab handles, left and right, interior and exterior of cab; helps prevent operators from using door pockets as handles. f. Two non-slip steps on either side of cab

NOTICE TO YOU ARE REQUIRED TO USE THIS FORM ...adm2.elpasoco.com/Procurement/additional/10-046/IFB 10...Rear disc wheel 10-hole hub piloted 24.5 x 8.25, white gloss painted steel rims,

  • Upload
    lytram

  • View
    215

  • Download
    0

Embed Size (px)

Citation preview

IFB NO.: 10-046 DATE: August 3, 2010

EL PASO COUNTY CONTRACTS & PROCUREMENT DIVISION

REVISED BID FORM for VARIOUS ROAD EQUIPMENT / VEHICLES

NOTICE TO CONTRACTORS:

YOU ARE REQUIRED TO USE THIS FORM WHEN SUBMITTING A BID (do not leave blank spaces)

RESPONSE CHECKLIST and ALL REQUIRED DOCUMENTS ATTACHED?

YES

Will you accept payment by VISA credit card? (fill out and return attached form) YES NO If you accept VISA payment, is there a cost? Or a minimum/maximum amount? YES NO If there is a cost, or min/max explain: The bidder understands and agrees that El Paso County shall retain the right of final technical acceptability and compliance with specifications for any services or products, including “equal” or “equivalent”.

SPECIFICATIONS MEET SPEC? EXCEPTIONS & VARIATIONS (Explain) YES NO

A. ONE (1) TANDEM AXLE DUMP TRUCK, WITH PLOW AND SANDER: 1. General: (1) tandem-axle dump truck, 6x4 , with plow and sander, for use in snow plowing; and

for hauling gravel, rock and sand; road construction and maintenance by Div. of Transportation.

a. Unit to have front plow and tailgate sander. 2. Weight Class: 70,000 GVWR 3. Chassis:

a. CA Approx 126” (prefer 138”), axle to frame 54”, wheel base 188” b. Turning radius, curb to curb max. 34’ c. Front bumper silver painted steel with ends swept back. Front bumper modified to mount plow

harness, bolted on-not welded.

d. Front frame 27” in front of grill and frame integral to truck chassis frame e. 36 inch tool box mounted on left side. f. Two (2) ram horn town hooks, frame mounted on front and rear

4. Cab a. Extended day-cab, Aluminum, conventional b. Air seats, driver and passenger with arm rests. c. Coat hook and hat hook in cab d. Cup holder in cab e. Grab handles, left and right, interior and exterior of cab; helps prevent operators from using door

pockets as handles.

f. Two non-slip steps on either side of cab

IFB 10-046 Bid Form Vehicles & Road Equipment Page 2

SPECIFICATIONS MEET SPEC? EXCEPTIONS & VARIATIONS (Explain) YES NO

g. Rubber floor mats in cab h. Heated exterior mirrors, both sides, mounted on the cowl with 8-inch spot mirrors i. Convex mirror mounted also on front right fender. j. Interior sun visors both sides of cab with toll ticket straps

k. Storage pockets built into doors, both driver and passenger l. Tinted window glass as allowed by law

m. Premium-level vinyl interior day cab n. Power window, passenger side min. o. Multiple speed electric windshield wipers with delay that parks in the down position. p. Air conditioned and heated cab q. Adjustable tilted hood, with stationary grill r. AM/FM radio with built in clock function(clock wired separately if possible s. Dual speakers in cab min. t. Back-up alarm

u. Fire extinguisher, mounted inside the cab, on the floor at the side of the driver’s seat, with easy access.

V. Emergency triangle, spare fuses, first aid kit w. Dash mounted gauges: tachometer, fuel, oil pressure, coolant temp, voltage, hour meter, trans.

Temp, pyrometer, brake application pressure.

x. Air cleaner restriction gauge y. Pyrometer z. PTO dash-mounted, lighted indicator-type switch

aa. Exterior-mounted sun shade bb. Basic style air horn with pull chain cc. Steering wheel, 2-spoke, 18” diameter, no tilt.

5. Front Axle a. I-beam type, min.20,000 lb capacity b. 20,000 lb spring capacity(less shock absorbers), multileaf type, shackle type c. Spring pins min. 1.25” diameter d. Power steering with cooler and remote filter e. Appropriately rated shock absorbers (describe) f. Oil-type hubs for bearings, no grease-type

6. Rear Dual Axles a. Chalmers 800 series, 50,000 lb capacity tandem axles b. Single-reduction differential gear ratio of 5.38. c. Air lock-in power divider.

IFB 10-046 Bid Form Vehicles & Road Equipment Page 3

SPECIFICATIONS MEET SPEC? EXCEPTIONS & VARIATIONS (Explain) YES NO

7. Brakes a. 6-Wheel ABS system, with ATC (Automatic Traction Control). b. Dual air system for straight truck applications c. Air with 13CFM compression or better (Bendix Tu-Flo 550 or equal) d. Brake lines color coded nylon e. Front and rear S-cam brakes f. Automatic slack adjusters, front and rear

g. Parking brake coded yellow mounted on dash in cab h. [deleted] i. Bendix AD9 ( or equal) air dryer with heater j. Air brakes maxicans on all rear wheels (3030) k. Full set of traction brake controls l. Trailer brake connection for four-wheel trailers with hand control valve and tractor protection valve

for straight truck applications.

8. Transmission a. 6-speed wide ratio Allison Transmission 4500 series to match with engine torque. b. [deleted] c. Oil level sensor and transmission temp sensor d. Aux. oil cooler e. Synthetic transmission fluid (include manufacturer’s spec sheets & MSDS sheets)

9. ELECTRICAL: a. 12-Volt system b. LED rear stop lights, backup lights and marker lights. Wig-way lighting in rear, for poor visability in

snow storms, and for traffic stopping safety.

c. Three (3) 12-volt batteries, 900CCA. All accessories to be wired to one isolated battery and independent distribution panel.

d. 130 Amp alternator with pad mounting e. Antenna base, dual purpose, mounted on left mirror. f. Wiring for 800mHz radio (Motorola model T99DX+131W_ASTRO) mounted in center overhead

console, with two speakers mounted on the inside left and right rear of cab.

g. [deleted] h. Battery disconnect switch i. Fuses, blade type SAE j. Engine block heater, 120 volt/1500 watts

k. Truck and plow headlight, 6054 “Ultra Bright” sealed beam.

IFB 10-046 Bid Form Vehicles & Road Equipment Page 4

SPECIFICATIONS MEET SPEC? EXCEPTIONS & VARIATIONS (Explain) YES NO

l. One (1) amber 1200D Whelan strobe, mounted on left side of cab protection, to drop bed on single switch with metal guard over strobe light. Light must be visible 360 degrees to oncoming vehicles and not visible in mirrors.

m. One (1) blue 1200D Whelan strobe (or equal) mounted on right side of cab protection, to drop bed on single switch with metal guard over strobe light. Light must be visible 360 degrees to oncoming vehicles and not visible in mirrors.

n. Six (6) additional aux. On/off switches (20 amp) mounted on dash with their own circuit breakers. o. Dash mounted diagnostic connection terminal for ABS, Transmission, & Engine p. Plow light(s) mounted to truck body and wired to dedicated circuit using weather pack connectors.

Connected to the independent distribution panel inside cab with all other added accessories.

q. Jump start terminals accessible behind cab, or externally mounted to the battery box. r. Dome cab light, both switch and either door lighted. s. Reading light, one above each door with individual switches t. AM/FM radio with built in clock function

u. Rear sander flood lights mounted left and right, 72 inches from the ground v. Manual reset circuit breakers main panel with SAE type III with trip indicators. w. Blade type fuses

10. Fuel Tank: One(1) 100 gal diesel fuel tank, or max size possible; with under-belly fuel tank supports 2 each, driver side.

11. Engine: a. Min 425 HP diesel turbocharged engine, 2010 emission certified, with Jacobs brake. b. Automatic engine shut down system, set at 10 minutes, enabled on VSG (Variable Speed

Governor). Disable with PTO engaged.

c. Air fan clutch with manual override dash switch d. Electric block heater 120volt/1500 watts e. Vertical exhaust stack with horizontal elbow at top. f. Starting motor, Leece-Neville MS2.

g. ECM controlled engine, with real time clock h. Engine fan made of nylon type material i. Air cleaner EON element for off-road applications j. 200,000mile/5000 hr./5year engine and drive train warranty

k. Training for technicians on Engine Diagnostics, DPF and any additional SCR or EGR components 12. Radiator: Aluminum construction with rubber mounts on all foundation supports. Must meet

diesel engine cooling requirements with coolant filter.

13. Wheels/Tires a. Steering tires, Bridgestone M844 425/65R22.5 20 ply b. Front disc wheel hub piloted 22.5, steel rim 10-hole, painted gloss white c. Drive tires, Continental HDL ECO Plus load range H, 11R24.5

IFB 10-046 Bid Form Vehicles & Road Equipment Page 5

SPECIFICATIONS MEET SPEC? EXCEPTIONS & VARIATIONS (Explain) YES NO

d. Rear disc wheel 10-hole hub piloted 24.5 x 8.25, white gloss painted steel rims, two hand holes. e. Two sets of tire chains, Pewag E2249.

14. Dump box, hydraulics, Munibody: a. Electric arm-type tarp; open and close operation from inside cab. Arms mounted towards front of

dump.

b. 15-foot dump box with 12 c.u. yard capacity. c. AR-400 100,000 PSI, hardened body dump box, with steps to enter the bed on the outside, and

recessed steps on the inside.

d. Air operated tailgate with safety lock type electric control switch. e. Half cab protector, not to exceed 10 inches above cab. f. Wood side-boards with metal brackets or hardened rubber support.

g. Mailoht trunion-mounted hoist, 3-stage single bed lift cylinder. h. Bed limit control cable or electric and bed-up warning lamp mounted on dash. i. Meets all DOT lighting standards. j. Removable mud flats, attached to rear of dump body.

k. Tailgate extensions (bolted on) that close to the inside of the bed, to prevent material coming out from the sides while the sander is connected. Top pins on tailgate shall have grease fittings extended approximately 6 inches outside from the top.

l. Hydraulic reservoir saddle-mounted with padded isolator behind cab, vertical mounted (min. 45 gal., big enough for pulling pup trailer in combination). Reservoir of steel construction, return filter remote mounted. Suction hose to pump shall have JIC fittings, NOT hose clamps.

m. Hydraulic hoses routed and secured properly to prevent chafing. All plumbing will be with JIC fittings and ball valves (no gate valves). [revised]

n. Moved to line 32 OPTIONS. o. 5-section control valve with system relief behind cab-electronically controlled, 2 for plow, 1 for

sander, 1 for dump bed, 1 for pup.

p. Force America “Patrol Commander Ultra Series Controls” for hydraulic system. q. Force America TXV Series Hydraulic pump, constant mesh load sensing piston pump, 30 gpm,

direct mounted.

r. Plumb hydraulic valve to front snow plow lift and articulation (2-sections) s. Plumb hydraulic valve to rear sander/pup circuit (2 sections) t. All wiring in loom or conduit (from previous spec)

15. Front Plow a. Plow harness, narrow (29”) huskins-style, heaviest duty steel available, state the steel gauge,

here. Locking pin height will be set at 37” from the ground to the center of the pin. Sub-frame for the harness built to attach on outside of frame rails using one-half inch x 4 inch x 6 inch angle. Refer to County Fleet standard for mounting the plow harness. Sample can be viewed on current county vehicles, at pre-bid meeting. Pictures will also be taken and made available.

IFB 10-046 Bid Form Vehicles & Road Equipment Page 6

SPECIFICATIONS MEET SPEC? EXCEPTIONS & VARIATIONS (Explain) YES NO

b. Harness on plow must have grease fittings on all pivot points (upper and lower). c. Harness bolts to truck, not welded to vehicle. d. Diagonal braces min 1” x 4” flat bar steel, bolted to truck. e. 11-foot Plow, center-trip (single) style, 2-stage cylinder. f. Plow jacks mounted on plow frame, must be removable (bulldog style trailer jacks). Sample can

be viewed on current county vehicles, at pre-bid meeting. Pictures will also be taken and made available.

g. Cutting edge operating angle set at a 5-degree angle. h. Hydraulic fittings mounted to left front bumper.

16. Chipper Lips: a. Chipper lips to be mounted the same way as the sander b. Chipper unit tow bar built into pintle hitch plate made of AR hardened steel with D rings. Sample

can be viewed on current county vehicles, at pre-bid meeting. Pictures will also be taken and made available.

c. Bolt-on mount plate for PH400 tow pintle w/air chamber-plumbed in trailer brake release air line. 17. COLOR:

a. Prefer cab and body to be candy apple red, preferably non-metallic and non-clear coat. Standard manufacturer colors may be acceptable, explain here and include samples with bid.

b. Wheels to be gloss white. c. Front plow mount to be eggshell black. d. Silver painted front bumper (Chrome front bumper acceptable)

18. CORROSION PROTECTION: All body metal to have corrosion protection warranted for a minimum of 5 years protection.

19. OTHER: Must have WHEN DELIVERED current DOT emissions certificates, 60-day temporary tags/licenses, MSO and appropriate titlework, ALL service and parts manuals, including diagnostic software.

20. MANUALS/SOFTWARE: a. Must be delivered with equipment, NO EXCEPTIONS. b. (2) Complete wiring schematic, CD preferred. c. (1) Operator’s manual (Paper only, no CD) d. (2) Parts manual, CD preferred. e. (2) Service manual , CD preferred. f. Diagnostic software included for entire warranty period, with annual renewals for 5 years.

21. TRAINING: Operator training on the use and operation of the vehicle. Technical training on the use of diagnostic software. 22. Safety:

IFB 10-046 Bid Form Vehicles & Road Equipment Page 7

SPECIFICATIONS MEET SPEC? EXCEPTIONS & VARIATIONS (Explain) YES NO

a. Must meet all local, state, federal safety and environmental laws and regulations. b. Warning triangle mounted on the rear of the vehicle. c. Fire extinguisher, additional fuse/bulb kit and first aid kit, mounted in a secure and easy location to

the driver.

d. Safety Flashing Light System (Wig Wags or similar) e. Must meet all requirements under ANSI for dielectric testing. f. Unit shall have a back up alarm.

g. Air bags for driver and front passenger, if available 23. Standard Warranty: Attach a copy of warranty to bid. Warranty to clearly state terms, length

& coverage. State location of warranty work, Colorado Springs location is preferable.

24. Parts Location: State the location(s) of maintenance/replacement parts, and average turn-around time for delivery of parts after order.

25. DELIVERY: Unit must be delivered by vendor/dealer to Fleet Management Dept., 3460 Marksheffel Rd., Colo. Spgs., CO 80922. State number of calendar days, from date of purchase order issuance, to delivery of entire truck & body, all auxiliary equipment, and all documentation including license/tags to the County. Auxiliary equipment installation(s) and pre-delivery inspection must be completed by bidder prior to unit being delivered to El Paso County. No “shipping” or “delivery” costs will be allowed, delivery shall be FOB Destination.

26. MANUFACTURER & YEAR

27. MODEL (name/number)

TOTAL PURCHASE PRICE $

TOTAL LEASE PRICE 36 months $

Interest Rate/Cost of 36-month Lease:

TOTAL LEASE PRICE 48 months $

Interest Rate/Cost of 48-month Lease:

TOTAL LEASE PRICE 60 months $

Interest Rate/Cost of 60-month Lease:

28. EXTENDED WARRANTY: (explain/attach & price here) $20. REQUESTED OPTION: DCDL option for Air lock-in power divider $

IFB 10-046 Bid Form Vehicles & Road Equipment Page 8

SPECIFICATIONS MEET SPEC? EXCEPTIONS & VARIATIONS (Explain) YES NO

30. REQUESTED OPTION: Power Float control valve for plow. $

31. REQUESTED OPTION: 11-foot Plow, trip edge with a 12 inch flap bolted across the top for snow deflection. $

32. Niagra-type full-width sander (Gledhill Model 707 or equal). Mounted to the side of the bed, with removable pins.

33. ADDITIONAL OPTIONS: Attach list with pricing of any additional Options not requested on this form. (Note location of list in the bid package).

B. (1) AERIAL BUCKET TRUCK (for Traffic Signs & Signals): to perform repairs to traffic lights and cameras, with occasional use to repair parking lot and building lights.

1. Cab, Chassis & Utility Box: a. GVWR: 15,000-19,500 lbs b. Four wheel drive c. Six-speed automatic transmission. d. Diesel engine with sufficient HP to satisfy our operational requirements (235 to 300 HP) e. Diesel engine must be capable of idling for extended periods of time f. Engine block heater

g. Extended cab with some storage behind bench seating h. Air conditioning i. No air braking j. Storage rack for storing a minimum of 20 traffic cones

k. Enclosed storage area for storage of several portable traffic control devices & equipment l. Utility tool box bed with lighted, heavy duty boxes designed to store traffic signal equipment

m. Dual, independent outriggers with controls. n. Built-in bed steps at rear of vehicle for safe and easy access to the deck o. Heavy duty (5,000 watt) power inverter with external, built-in outlet p. Minimum 100 amp HD/high output alternator q. 6-wire trailer wiring harness and class 5 hitch with electric brake control

r. Safety lighting equipment: front- and rear-facing LED lightbars and additional lighting and lightheads as necessary

s. Vehicle-mounted flood lighting enabling emergency signal work to be performed at night and during periods of poor ambient light conditions

t. Wiring for 800mHz radio (Motorola model T99DX+131W_ASTRO) mounted in center overhead console, with two speakers mounted on the inside left and right rear of cab.

u. Exterior speaker mounted between the cab and body on the curb side of the vehicle. (Connected to 800 MHz system).

v. Meets all DOT lighting standards. 2. Aerial Lift And Boom:

a. Working height equal to 45 feet b. Oversized one-man bucket with cover

IFB 10-046 Bid Form Vehicles & Road Equipment Page 9

SPECIFICATIONS MEET SPEC? EXCEPTIONS & VARIATIONS (Explain) YES NO

c. Bucket: self-leveling, swivel from left to right d. Altec AT40M/P, or similar, articulating telescopic aerial device e. Boom to be PTO driven f. Jib adapter with Jib attachment enabling a working capacity of 800 pounds

g. Engine start / stop h. Manual throttle i. 400 pound bucket platform lifting capacity, regardless of jib capacity j. 4-function, single handle upper control

k. Fall protection system l. Wheel chocks

m. Outrigger pads 3. COLOR: Prefer truck to be painted candy apple red, preferably non-metallic and non-clear coat.

Standard manufacturer colors may be acceptable, explain here and include samples with bid.

4. CORROSION PROTECTION: All body metal to have corrosion protection warranted for a minimum of 5 years protection.

5. OTHER: Must have WHEN DELIVERED current DOT emissions certificates, 60-day temporary tags/licenses, MSO and appropriate titlework, ALL service and parts manuals, including diagnostic software.

6. MANUALS/SOFTWARE: a. Must be delivered with equipment, NO EXCEPTIONS. b. (2) Complete wiring schematic, CD preferred. c. (1) Operator’s manual (Paper only, no CD) d. (2) Parts manual, CD preferred. e. (2) Service manual , CD preferred. f. Diagnostic software included for entire warranty period, with annual renewals for 5 years.

7. TRAINING: a. Operator training on the use and operation of the vehicle. b. Technical training on the use of diagnostic software.

8. Safety: a. Must meet all local, state, federal safety and environmental laws and regulations. b. Warning triangle mounted on the rear of the vehicle. c. Fire extinguisher, additional fuse/bulb kit and first aid kit, mounted in a secure and easy location to

the driver.

d. Safety Flashing Light System (Wig Wags or similar) e. Must meet all requirements under ANSI for dielectric testing. f. Unit shall have a back up alarm.

g. Air bags for driver and front passenger, if available 9. Standard Warranty: Attach a copy of warranty to bid. Warranty to clearly state terms, length

& coverage. State location of warranty work, Colorado Springs location is preferable.

IFB 10-046 Bid Form Vehicles & Road Equipment Page 10

SPECIFICATIONS MEET SPEC? EXCEPTIONS & VARIATIONS (Explain) YES NO

10. PARTS: State location of maintenance/repair parts, and delivery time after receipt of parts order(s).

11.

DELIVERY: Unit must be delivered by vendor/dealer to Fleet Management Dept., 3460 Marksheffel Rd., Colo. Spgs., CO 80922. State number of calendar days, from date of purchase order issuance, to delivery of entire truck & body, all auxiliary equipment, and all documentation including license/tags to the County. Auxiliary equipment installation(s) and pre-delivery inspection must be completed by bidder prior to unit being delivered to El Paso County. No “shipping” or “delivery” costs will be allowed, delivery shall be FOB Destination.

12. MANUFACTURER & YEAR

13. MODEL (name/number)

TOTAL PURCHASE PRICE $

TOTAL LEASE PRICE 36 months

$

Interest Rate/Cost of 36-month Lease:

TOTAL LEASE PRICE 48 months

$

Interest Rate/Cost of 48-month Lease:

TOTAL LEASE PRICE 60 months

$

Interest Rate/Cost of 60-month Lease:

14. EXTENDED WARRANTY: (explain/attach and price here) $15. REQUESTED OPTIONS: None.

16. ADDITIONAL OPTIONS: Attach list with pricing of any additional Options not requested on this form. (Note location of list in the bid package).

C. (1) FORESTRY AND GENERAL MAINTENANCE TRUCK: use to trim trees, with enclosed rear area (chipper box) to contain wood chips, rear enclosed area to have dump capability. [truck will tow chipper behind to do chipping at remote sites, chipper will automatically deposit chips in rear enclosed area on truck.

1 GENERAL: 24,00 GVWR Truck , air brakes, automatic transmission, PTO, and approximately 140” CA. [Revised: 33,000 GVWR]

2 ENGINE: a In-line 6 Cylinder, Turbo diesel engine, w/intercooler. 250 HP, with electronic controlled fuel

system, cold weather start system, and engine brake.

b Shall have a block heater 120 V/1500 Watt.

IFB 10-046 Bid Form Vehicles & Road Equipment Page 11

SPECIFICATIONS MEET SPEC? EXCEPTIONS & VARIATIONS (Explain) YES NO

c Must meet 2010 Emission Standards 3 TRANSMISSION: Allison MD3060P 4 AXLES:

a I-Beam Steer Axle, w/Tapered leaf Springs and shock absorbers, Rated at 12,000 lbs. Steer axle rated to 12,000 lbs at a minimum.

b Rear Drive Axle, Dana Spicer 21060S, 4.33 Gear Ratio, w/Tapered Leaf Springs rated at 21,000 lbs.

5 CAB: a Cab suspension with shock absorbers. b Vinyl bench seat c Assist handle on both sides d Air Conditioning. e Cruise control, electronic door locks and windows. f Electronic Hour Meter g Dual wipers w/intermittent and multiple speeds. Park in down position. h Large-type heated, power adjust rear view West coast exterior mirrors both sides, w/ 6” spot

mirrors.

i Both Electric & Pneumatic Trailer Brake Controls. 6-pin trailer electrical hook up j Rubber floor mat.

k AM/FM radio. l Interior map lamps both left and right.

m Spare switch in the dash for strobe lights and PTO lights n Adjustable steering column. o Two Amber ECCO (6990) strobes. Mounted left and right rear, with control switch mounted in the

dash and properly marked.

p Two 12 volt accessory power ports mounted in the dash. q Add a separate fuse panel for all added accessories, wired to dedicated circuit using weather pack

connectors, connected to the independent distribution panel inside cab with all other added accessories.

6 Lift Platform: a One Person bucket with cover and a working height of 65 ft. Bucket must have a step inside for

easier access and a tool caddy.

b 3D one hand control. c On Demand Throttle Control d Outriggers with Two Sets of outrigger Controls e Upper Boom Rest Tie Down. f Safety Harness and Lanyard g 12’ Chipper Box with Hoist h Cab Guard w/ access steps and grab handles.

IFB 10-046 Bid Form Vehicles & Road Equipment Page 12

SPECIFICATIONS MEET SPEC? EXCEPTIONS & VARIATIONS (Explain) YES NO

i Air system quick coupler (¼” NPT Automotive) mounted as close to the curbside tool box as possible with 25’ of air hose and a male and female coupler one at each end of the hose.

j Four door through box assembly mounted between cab and chipper box. Curbside box will have mounts on the outside for 25’ of air hose.

k Four work lights, approximately 100,000 Candle Power, shock resistant with adjustable mounts to allow the operators to focus the lights on their work areas. They will be mounted two in front and two in rear.

l Rear Bumper with Pintle Hook (must be a flat surface across the back where the Pintle mounts, not recessed). Minimum 6,550 GVWR towing capacity.

m Two Chock Blocks with underbody storage. n Quick Couplers for hydraulic diagnostic testing (all hydraulic couplers will be 56 series) o Outrigger/Boom Interlock, prevent boom from operating until outriggers are lowered. p Emergency backup system that allows the boom to be stowed in the event of a system failure. q Mud flaps for rear wheels not to exceed 10” of ground clearance. r Mount for 5 gallon round water jug.

7 [deleted] 8 CONTROLS: All controls shall be electric over hydraulic and mounted within comfortable easy

reach of the driver. They shall not be mounted in a way that prevents full use of the cab seating.

9 CORROSION PROTECTION: All body metal to have corrosion protection warranted for a minimum of 5 years protection.

10 ELECTRICAL/BATTERY: a Three 900 CCA batteries. (one for inverter) b 130 Amp Alternator. c Wired for Motorola 800 MHz Radio System. Radio Model T99DX+131W_ASTRO with two

speakers mounted on the inside left and right rear of cab. d Exterior speaker mounted between the cab and body on the curb side of the vehicle. (Connected

to 800 MHz system). e Must have an audible backup alarm. f 3000 Watt Inverter, Mounted in one of the tool boxes. (Curb side preferred) g Meets all DOT lighting standards.

11 TIRES/WHEELS: a Radial 11R22.5 load range H. b Steel Wheels 8 hole 7.5X22.5, hub piloted. c Two set of tire chains, Cam Lock Type.

12 BRAKES: a Air type brake system, Drum or Disc b ABS, all four wheels. c Air system will have an air dryer and auto drain system. d Pneumatically controlled spring brake will be used for the park brake.

13 COLOR: Prefer truck to be painted candy apple red, preferably non-metallic and non-clear coat. Standard manufacturer colors may be acceptable, explain here and include samples with bid.

IFB 10-046 Bid Form Vehicles & Road Equipment Page 13

SPECIFICATIONS MEET SPEC? EXCEPTIONS & VARIATIONS (Explain) YES NO

14 OTHER: Must have WHEN DELIVERED current DOT emissions certificates, 60-day temporary tags/licenses, MSO and appropriate titlework, ALL service and parts manuals, including diagnostic software.

15 MANUALS/SOFTWARE: a Must be delivered with equipment, NO EXCEPTIONS. b (2) Complete wiring schematic, CD preferred. c (1) Operator’s manual (Paper only, no CD) d (2) Parts manual, CD preferred. e (2) Service manual , CD preferred. f Diagnostic software included for entire warranty period, with annual renewals for 5 years.

16 TRAINING: a Operator training on the use and operation of the vehicle. b Technical training on the use of diagnostic software.

17 SAFETY: a Must meet all local, state, federal safety and environmental laws and regulations. b Warning triangle mounted on the rear of the vehicle. c Fire extinguisher, additional fuse/bulb kit and first aid kit, mounted in a secure and easy location to

the driver.

d Safety Flashing Light System (Wig Wags or similar) e Must meet all requirements under ANSI for dielectric testing. f Unit shall have a back up alarm. g Air bags for driver and front passenger, if available

18 STANDARD WARRANTY (explain/attach). 19 PARTS: State location of maintenance/repair parts, and delivery time after receipt of parts

order(s).

20 DELIVERY: Unit must be delivered by vendor/dealer to Fleet Management Dept., 3460 Marksheffel Rd., Colo. Spgs., CO 80922. State number of calendar days, from date of purchase order issuance, to delivery of entire truck & body, all auxiliary equipment, and all documentation including license/tags to the County. Auxiliary equipment installation(s) and pre-delivery inspection must be completed by bidder prior to unit being delivered to El Paso County. No “shipping” or “delivery” costs will be allowed, delivery shall be FOB Destination.Destination.

21 MANUFACTURER & YEAR 22 MODEL (name/number)

TOTAL PURCHASE PRICE $

TOTAL LEASE PRICE 36 months $

Interest Rate/Cost of 36-month Lease:

IFB 10-046 Bid Form Vehicles & Road Equipment Page 14

SPECIFICATIONS MEET SPEC? EXCEPTIONS & VARIATIONS (Explain) YES NO

TOTAL LEASE PRICE 48 months $

Interest Rate/Cost of 48-month Lease:

TOTAL LEASE PRICE 60 months $

Interest Rate/Cost of 60-month Lease:

23 EXTENDED WARRANTY (explain/attach and price here) $24 REQUESTED OPTION: list cost for a two man bucket , include manufacturer spec sheet $25 ADDITIONAL OPTIONS: Attach list with pricing of any additional Options not requested on this

form. (Note location of list in the bid package).

D. (1) TOWABLE MAN LIFT (for Facilities Maintenance): 1. Genie TZ-50 or equal

a. Trailer mounted, towable b. Z-boom c. Working Height: 55 feet 6 inches d. Horizontal Reach: 25 to 30 feet e. Width limit five foot 6 inches f. Height limit six foot 10 inches

g. Auto-leveling system h. Lift capacity of 500 pounds i. Drive and Set option j. 100V AC outlet at the platform

k. Two inch ball coupler l. Full size spare tire

m. Meets all DOT lighting standards. 2. COLOR: Prefer truck to be painted candy apple red, preferably non-metallic and non-clear coat.

Standard manufacturer colors may be acceptable, explain here and include samples with bid.

3. CORROSION PROTECTION: All body metal to have corrosion protection warranted for a minimum of 5 years protection.

4. OTHER: Must have WHEN DELIVERED current DOT emissions certificates, 60-day temporary tags/licenses, MSO and appropriate titlework, ALL service and parts manuals, including diagnostic software.

5. MANUALS/SOFTWARE: a. Must be delivered with equipment, NO EXCEPTIONS. b. (2) Complete wiring schematic, CD preferred. c. (1) Operator’s manual (Paper only, no CD)

IFB 10-046 Bid Form Vehicles & Road Equipment Page 15

SPECIFICATIONS MEET SPEC? EXCEPTIONS & VARIATIONS (Explain) YES NO

d. (2) Parts manual, CD preferred. e. (2) Service manual , CD preferred. f. Diagnostic software included for entire warranty period, with annual renewals for 5 years.

6. TRAINING: a. Operator training on the use and operation of the vehicle. b. Technical training on the use of diagnostic software.

7. SAFETY: a. Must meet all local, state, federal safety and environmental laws and regulations. b. Warning triangle mounted on the rear of the vehicle. c. Fire extinguisher, additional fuse/bulb kit and first aid kit, mounted in a secure and easy location to

the driver.

d. Safety Flashing Light System (Wig Wags or similar) e. Must meet all requirements under ANSI for dielectric testing. f. Unit shall have a back up alarm.

8. STANDARD WARRANTY: Clearly state (here) warranty terms, length & coverage. State location of warranty work. Also attach a copy of warranty to bid form.

9. PARTS: State location of maintenance/repair parts, and delivery time after receipt of parts order(s).

10. DELIVERY: Unit must be delivered by vendor/dealer to Fleet Management Dept., 3460 Marksheffel Rd., Colo. Spgs., CO 80922. State number of calendar days, from date of purchase order issuance, to delivery of entire truck & body, all auxiliary equipment, and all documentation including license/tags to the County. Auxiliary equipment installation(s) and pre-delivery inspection must be completed by bidder prior to unit being delivered to El Paso County. No “shipping” or “delivery” costs will be allowed, delivery shall be FOB Destination.

11. MANUFACTURER & YEAR

12. MODEL (name/number)

TOTAL PURCHASE PRICE $

TOTAL LEASE PRICE 36 months $

Interest Rate/Cost of 36-month Lease:

TOTAL LEASE PRICE 48 months $

Interest Rate/Cost of 48-month Lease:

TOTAL LEASE PRICE 60 months $

IFB 10-046 Bid Form Vehicles & Road Equipment Page 16

SPECIFICATIONS MEET SPEC? EXCEPTIONS & VARIATIONS (Explain) YES NO

Interest Rate/Cost of 60-month Lease:

13. EXTENDED WARRANTY: (explain/attach, price here) $14. REQUESTED OPTION 1: 160-degree hydraulic platform rotation, include manufacturers specs $15. REQUESTED OPTION 2: Generator charging system, include manufacturers specs $16. ADDITIONAL OPTIONS: Attach list with pricing of any additional Options not requested on this

form. (Note location of list in the bid package).

E. (1) BRIDGE INSPECTION LIFT, Trailer Mounted Bridge Access Platform (for Highway): 1. Terex HP 32 or equal

a. Trailer Mounted b. Platform Length: 32 feet c. Platform Width: 3 feet 6 inches d. Maximum Lowering Depth: 18-24 feet e. Platform Weight Capacity: 1,000 lbs f. Platform Rotation: 180 degrees

g. Unit Length: 32 feet h. Unit Width: 8 feet 2 inches i. Width of Frame: 10 inches j. Unit Height: 10 feet 6 inches (transportation position)

k. Dry Min. Weight: 17,200 lbs l. Two stabilizers plus front jack

m. Self-propelled, self-steering on bridge by a hydrostatic wheel motor n. 5-minute, self-erecting in a single lane o. Main hydraulic drive 18 hp V-twin gas engine with auto idle p. Hydraulic Pressure: 2,800 psi q. Separate auxiliary backup system; motor & hydraulic pump r. Towers 5 degrees over center swing s. Access crossover to tower remains horizontal at all times for personnel safety t. Control units on platform and deck

u. Voice activated communication system; platform to deck v. Electric brakes standard

Meets all DOT lighting standards. 2. COLOR: Prefer truck to be painted candy apple red, preferably non-metallic and non-clear coat.

Standard manufacturer colors may be acceptable, explain here and include samples with bid.

3. CORROSION PROTECTION: All body metal to have corrosion protection warranted for a minimum of 5 years protection.

4. OTHER: Must have WHEN DELIVERED current DOT emissions certificates, 60-day temporary tags/licenses, MSO and appropriate titlework, ALL service and parts manuals, including diagnostic software.

IFB 10-046 Bid Form Vehicles & Road Equipment Page 17

SPECIFICATIONS MEET SPEC? EXCEPTIONS & VARIATIONS (Explain) YES NO

5. MANUALS/SOFTWARE: a. Must be delivered with equipment, NO EXCEPTIONS. b. (2) Complete wiring schematic, CD preferred. c. (1) Operator’s manual (Paper only, no CD) d. (2) Parts manual, CD preferred. e. (2) Service manual , CD preferred. f. Diagnostic software included for entire warranty period, with annual renewals for 5 years.

6. TRAINING: a. Operator training on the use and operation of the vehicle. b. Technical training on the use of diagnostic software.

7. SAFETY: a. Must meet all local, state, federal safety and environmental laws and regulations. b. Warning triangle mounted on the rear of the vehicle. c. Fire extinguisher, additional fuse/bulb kit and first aid kit, mounted in a secure and easy location to

the driver.

d. Safety Flashing Light System (Wig Wags or similar) e. Must meet all requirements under ANSI for dielectric testing. f. Unit shall have a back up alarm.

8. STANDARD WARRANTY: Clearly state (here) warranty terms, length & coverage. State location of warranty work. Also attach a copy of warranty to bid form.

9. PARTS: State location of maintenance/repair parts, and delivery time after receipt of parts order(s).

10. DELIVERY: Unit must be delivered by vendor/dealer to Fleet Management Dept., 3460 Marksheffel Rd., Colo. Spgs., CO 80922. State number of calendar days, from date of purchase order issuance, to delivery of entire truck & body, all auxiliary equipment, and all documentation including license/tags to the County. Auxiliary equipment installation(s) and pre-delivery inspection must be completed by bidder prior to unit being delivered to El Paso County. No “shipping” or “delivery” costs will be allowed, delivery shall be FOB Destination.

11. MANUFACTURER & YEAR

12. MODEL (name/number)

TOTAL PURCHASE PRICE

$

TOTAL LEASE PRICE 36 months

$

Interest Rate/Cost of 36-month Lease:

TOTAL LEASE PRICE 48 months $

IFB 10-046 Bid Form Vehicles & Road Equipment Page 18

SPECIFICATIONS MEET SPEC? EXCEPTIONS & VARIATIONS (Explain) YES NO

Interest Rate/Cost of 48-month Lease:

TOTAL LEASE PRICE 60 months $

Interest Rate/Cost of 60-month Lease:

13. EXTENDED WARRANTY: (explain/attach, price here) $14. REQUESTED OPTIONS: None 15. ADDITIONAL OPTIONS: Attach list with pricing of any additional Options not requested on this

form. (Note location of list in the bid package).

F. (1) PATCH TRUCK: 1. GENERAL: Four wheel drive Patch Truck, with approximately 160” wheel base and 27’ turning

radius. Fitted with a plow and sander, for Transportation Division.

a. SIZE/WEIGHT: GVWR Min. 40,000 lbs 2. ENGINE:

a. Minimum 330 HP engine, 2010 emission certified, with electronic controlled fuel system, cold weather start system, and engine brake. . Vehicle must be able to push a plow with full load of material on steep grades.

b. Shall have a block heater 120 V/1500 Watt. 3. TRANSMISSION:

a. Allison 3000 series. b. Transfer case for front wheel drive.

4. AXLES: a. 14,000 lb Steer Drive Axle, w/ heavy duty springs and shocks. Front suspension must be able to

support the snow plow when mounted. Additional air bags may be required for stability and driveability.

b. 26,000 Rear Drive Axle, W/ heavy duty springs. 5. CAB:

a. Cab suspension with shock absorbers. No cab-over truck. b. High back type driver seat will have height & seat back angle adjustment with air suspension, and

lumbar support adjustment. Air ride seats with arm rest.

c. High back type passenger seat with height & seat back angle adjustment. Air ride seats with arm rest.

d. Air Conditioning. e. Electronic door locks and windows f. Dual wipers w/intermittent and multiple speeds. Park in down position.

IFB 10-046 Bid Form Vehicles & Road Equipment Page 19

SPECIFICATIONS MEET SPEC? EXCEPTIONS & VARIATIONS (Explain) YES NO

g. Mirrors: large-type, heated, power adjust, rear view exterior mirrors, West Coast both sides, w/ 6” spot mirrors.

h. Rubber floor mat. i. AM/FM radio. j. Interior map lamps both left and right.

k. Spare switches in the dash for strobe lights, sander lights, and PTO. l. Adjustable steering column.

m. Electronic hydraulic controls mounted to the right of the driver’s seat. n. Amber and Blue ECCO (6990) strobe lights with independent switches. Mounted on a pedestal

behind the cab.

6. Asphalt Box: a. Live bottom, w/belt type delivery system. Six yard container. Double wall insulated construction.

Interior wall shall be at least 3/16”. Floor slope shall be 45 degrees. Rear mounted shoveling apron.

b. Will have hydraulically operated double walled insulated doors to maintain the heat of the material. c. Will have a hydraulically operated lift arm system and Yanmar Diesel L100EE walk behind

vibratory roller, same as the system currently used on all El Paso County patch trucks. Sample can be viewed on current county vehicles, at pre-bid meeting. Pictures will also be taken and made available.

d. Hand torch with 25’ of hose and LPG Tank. e. Hydraulic Tool Circuit w/ 25’ of hose, Gates G95611-0808 & G95621-0808 quick couplers, flow

meter, engine throttle control, pressure gauge, and relief valve.

f. Lockable tool box for jackhammer and hand tool storage. g. Four tubes for shovels and rakes. 16” X38”X38” compartment for signs and type II barricades, and

a mount for a Rubbermaid VICTORY three gallon water cooler between the cab and the asphalt box.

h. Emulsion spray system with a single tank divided into two chambers. One for diesel, the other for emulsion. The emulsion chamber shall have a circulating pump, and two types of heating systems, one connected to the vehicle cooling system, the other 110 volt heater for overnight heating with temp range of 75 to 180 degrees.

i. Spray wand for emulsion with 25’ of heavy duty double wall hose. j. 10 gallon drip pan/waste oil container with drain valve.

k. Full set of controls for asphalt box in the cab with additional controls for the belt on the rear of the box.

l. Hydraulically operated small rear door, center of box (for patching operations). m. Enclosed lockable storage on each side of asphalt box (from the top of the tapered side down to

the fender).

n. Sanding/salting attachment that can spread material 5 to 40 feet. 7. PLOW

IFB 10-046 Bid Form Vehicles & Road Equipment Page 20

SPECIFICATIONS MEET SPEC? EXCEPTIONS & VARIATIONS (Explain) YES NO

a. Plow harness, 29” Huskins – Style, harness to be constructed to provide upper and lower greaseable pivots. Heaviest duty steel available, state state steel guage. Locking pin height will be set at 37” from the ground to the center of the pin. Sub-Frame of the harnessbuilt to attach on outside of the frame rails using ½” X 4” X 4”angle for mounting the plow harness. Sample can be viewed on current county vehicles. Sample can be viewed on current county vehicles, at pre-bid meeting. Pictures will also be taken and made available.

b. Ten foot snow plow. Henke plow preferred (trip blade preffered c. Two light duty jacks to support plow when not in use (bulldog style). Must be mounted where

wheels or drag shoes would normally be mounted

d. Vehicle must have an extended frame in the front from the manufacturer to mount the Huskins Hitch System for the plow

e. Diagonal braces minimum 1” X 4” flat steel bar, bolted to truck f. 10’ plow, center trip single (2 stage) cylinder or trip edge with a 12” flap bolted across the top for

snow deflection. Refer to El Paso County standard for mounting the plow harness. Sample can be viewed on current county vehicles. Price plow separately.

g. Cutting edge operating angle 5 degrees h. Hydraulic controls mounted left side of front bumper. Replaceable moldboard with ¾” x 4” x 4” ,

short curl on blade skin. Must be bolted to the vehicle not welded.

8. CONTROLS: a. All controls shall be electric over hydraulic (Force America) and mounted within comfortable easy

reach of the driver. Controls shall not be mounted in a way that prevents or interferes with full use of cab seating.

b. All weather proof tool circuit controls shall be on the right rear of the asphalt box. c. All weather proof controls for roller platform shall be in close proximity to the lift.

9. CORROSION PROTECTION: All body metal to have corrosion protection warranted for a minimum of 5 years protection.

10. ELECTRICAL/BATTERY: a. Two 900 CCA batteries. b. 150 Amp alternator. c. Plow lights: Nighthawk 6054 ultra-bright sealed beams mounted on the fenders with independent

circuit.

d. Spot lights on left and right rear for sander, mounted 72” from ground e. Wiring for 800mHz radio (Motorola model T99DX+131W_ASTRO) mounted in center overhead

console, with two speakers mounted on the inside left and right rear of cab.

f. Exterior speaker mounted between the cab and body on the curb side of the vehicle. (Connected to 800 MHz system).

g. Additional fuse panel for all accessories. All equipment added to the vehicle shall be wired to an independent distribution box.

i Meets all DOT lighting standards. 11. TIRES/WHEELS:

IFB 10-046 Bid Form Vehicles & Road Equipment Page 21

SPECIFICATIONS MEET SPEC? EXCEPTIONS & VARIATIONS (Explain) YES NO

a. Radial 11R22.5 load range H. b. Steel Wheels 8 hole 7.5X22.5, hub piloted, with two hand holes c. Two set of tire chains, Cam Lock Type.

12. BRAKES: a. Drum type S Cam air brakes with automatic slack adjusters on both axles. b. ABS, all four wheels. c. Air system will have an air dryer and auto drain system. d. Pneumatically controlled spring brake will be used for the park brake.

13. COLOR: Prefer truck to be painted candy apple red, preferably non-metallic and non-clear coat. Standard manufacturer colors may be acceptable, explain here and include samples with bid. Asphalt Body will be black.

14. OTHER: Must have WHEN DELIVERED current DOT emissions certificates, 60-day temporary tags/licenses, MSO and appropriate titlework, ALL service and parts manuals, including diagnostic software.

15. MANUALS/SOFTWARE: a. Must be delivered with equipment, NO EXCEPTIONS. b. (2) Complete wiring schematic, CD preferred. c. (1) Operator’s manual (Paper only, no CD) d. (2) Parts manual, CD preferred. e. (2) Service manual , CD preferred. f. Diagnostic software included for entire warranty period, with annual renewals for 5 years.

16. TRAINING: a. Operator training on the use and operation of the vehicle. b. Technical training on the use of diagnostic software.

17. SAFETY: a. Must meet all local, state, federal safety and environmental laws and regulations. b. Warning triangle mounted on the rear of the vehicle. c. Fire extinguisher, additional fuse/bulb kit and first aid kit, mounted in a secure and easy location to

the driver.

d. Safety Flashing Light System (Wig Wags or similar) e. Must meet all requirements under ANSI for dielectric testing. f. Unit shall have a back up alarm.

g. Air bags for driver and front passenger, if available 18. STANDARD WARRANTY (explain/attach).

19. PARTS: State location(s) of maintenance/repair parts, and delivery time after receipt of parts order(s).

IFB 10-046 Bid Form Vehicles & Road Equipment Page 22

SPECIFICATIONS MEET SPEC? EXCEPTIONS & VARIATIONS (Explain) YES NO

20. DELIVERY: Unit must be delivered by vendor/dealer to Fleet Management Dept., 3460 Marksheffel Rd., Colo. Spgs., CO 80922. State number of calendar days, from date of purchase order issuance, to delivery of entire truck & body, all auxiliary equipment, and all documentation including license/tags to the County. Auxiliary equipment installation(s) and pre-delivery inspection must be completed by bidder prior to unit being delivered to El Paso County. No “shipping” or “delivery” costs will be allowed, delivery shall be FOB Destination.

21. MANUFACTURER & YEAR

22. MODEL (name/number)

TOTAL PURCHASE PRICE

$

TOTAL LEASE PRICE 36 months

$

Interest Rate/Cost of 36-month Lease:

TOTAL LEASE PRICE 48 months $

Interest Rate/Cost of 48-month Lease:

TOTAL LEASE PRICE 60 months $

Interest Rate/Cost of 60-month Lease:

23. EXTENDED WARRANTY (explain/attach, and price here) $24. REQUESTED OPTIONS: None 25. ADDITIONAL OPTIONS: Attach list with pricing of any additional Options not requested on this

form. (Note location of list in the bid package).

G. BROOM / SWEEPER: 1. General: Street sweeper, four-wheel mechanical type with high dump capacity, on 2010

Freightliner M2 chassis

2. Frame: to meet GVWR; state here the GVWR of unit being bid. 3. ENGINE:

a. Single Engine System: 230 GHP @ 2500 RPM, turbo-charged, diesel with the following: b. Governed speed c. Safety shutdown equipment, temperature and oil pressure d. Exhaust to extend behind and above cab on left side with a 90 degree elbow at end. Include heat

shield.

e. Engine oil cooler

IFB 10-046 Bid Form Vehicles & Road Equipment Page 23

SPECIFICATIONS MEET SPEC? EXCEPTIONS & VARIATIONS (Explain) YES NO

f. Donaldson dry-type air cleaner, two-stage with turbo pre-cleaner safety element and in-cab mounted restriction indicator.

g. Heavy duty six (6) blade fan h. Tachometer i. Hour meter

4. Cooling System: a. Heavy duty radiator with increased coolant equipment and coolant recovery system b. Permanent type anti-freeze (50/50 mixture @ -34 degrees F. Prefer rust inhibitor treatment, ie

Nalcool.

c. Silicon radiator and heater hoses d. Radiator to be mounted to allow ample area in front and rear for cleaning.

5. Electrical System: a. 160 AMP Alternator b. Two maintenance-free batteries, 1900 CCA c. Vehicle to be equipped with radio noise suppression devices to reduce the effect on radio

transmission and reception of electro-magnetic radiation generated by the vehicle.

d. Meets all DOT lighting standards. 6. Transmission: Allison RDS 3500 P automatic with oil cooler 7. Axles:

a. Front: 10,000 # minimum b. Rear: 23,000 # minimum c. Furnish Stemco seals. Radio to be determined by manufacturer for 50 MPH @ mfg.

recommended RPM.

8. Steering: Power-Dual Steering 9. Brakes:

a. Four-wheel, disc type, or Air shoe/drum b. [deleted] c. [deleted]

10. Suspension: a. Heavy duty front shocks b. Springs to meet GVWR c. Rear axle to have rubber, spring suspension, or air bag 100% fully active

11. Fuel Capacity: a. To be of a capacity to operate unit for a 10-hour work shift b. Leak proof warranty

12. Cab: a. All steel, full width cab b. Bostrom T-bar seat or equal, right side only c. Standard seat on left side or forward mounted cab

IFB 10-046 Bid Form Vehicles & Road Equipment Page 24

SPECIFICATIONS MEET SPEC? EXCEPTIONS & VARIATIONS (Explain) YES NO

d. Full width cab to be equipped with dual tilt/telescopic steering wheels and dual controls for double gutter broom operation

e. Dash-mounted air conditioner f. Cab noise level not to exceed 85 dBa

g. Shatter-proof tinted glass, all around h. Maximum operator visibility is required i. Fresh air heater/defroster, with heat outlets at cab floor j. Electric intermittent wiper(s), and washer(s) parked in Down position

k. Two 6 inch by 16 inch outside, rear-view mirrors and two large convex mirrors l. Gauges: all gauges (list here or attach a list)

m. Instrument panel, back-lighted n. Emergency lamp flasher o. Lights to meet state and Federal requirements. p. Furnish flood lights for each gutter broom q. Sun visors r. Black rubber floor covering with cushioned backing s. Black rubber floor thor mats t. Three sets of keys

u. Glove box 13. Hopper

a. 4 cubic yard volumetric capacity minimum, high lift dump b. Lift height 112 inches minimum c. Lift capacity 9,000 # d. Complete cycle time 65 seconds

14. Gutter Brooms: a. Double, refillable type b. Four or five segments per boom c. 42” to 47” diameter with 26” standard wire gutter broom, no plastic segments or bristles d. In-cab controls e. Impact protection

15. Pickup Broom: a. Dispsable, polypropylene filler, speed sweep or equal pickup broom b. Highly efficient, heavy-duty hydraulic motor for rear pickup brm c. In-cab controls d. Impact protection

16. Water Spray System; a. Full-width of pickup broom and gutter brooms b. Full-width front spray bar c. Furnish adjustable nozzles and replaceable water filter

17. Bumper: Heavy-duty, front bumper with two frame-mounted tow hooks

IFB 10-046 Bid Form Vehicles & Road Equipment Page 25

SPECIFICATIONS MEET SPEC? EXCEPTIONS & VARIATIONS (Explain) YES NO

18. Water Tank: a. Minimum 350 gallon water tank capacity, 12’ of DJ (double jacket) filler hose b. Tank to be polyethylene or be coated with zincilate anti-rust compound c. Manhold-type access d. Tank to be warranted to original wner for life of sweeper, against corrosion or material defects. e. Backflow protection system: backflow, double check valve r approved air gap f. Flushing System for elevator chains, sprockets and dirt hopper

g. Dirt Shoes: to have tungsten carbide wearing surfaces, plus one spare set 19. Wheels:

a. Steel, heavy-duty disc type b. Front: 10-lug c. Rear: 10-lug

20 Tires: a. Four (4) steel-belted radial tires, list tire manufacturer & model & include spec sheet b. Front: 11R x 22.5, 14 ply c. Rear: 11R x 22.5, 14 ply or equal

21. COLOR: Prefer truck to be painted candy apple red, preferably non-metallic and non-clear coat. Standard manufacturer colors may be acceptable, explain here and include samples with bid.

22. CORROSION PROTECTION: All body metal to have corrosion protection warranted for a minimum of 5 years protection.

23. OTHER: Must have WHEN DELIVERED current DOT emissions certificates, 60-day temporary tags/licenses, MSO and appropriate titlework, ALL service and parts manuals, including diagnostic software.

24. MANUALS/ SOFTWARE: a. Must be delivered with equipment, NO EXCEPTIONS. b. (2) Complete wiring schematic, CD preferred. c. (1) Operator’s manual (Paper only, no CD) d. (2) Parts manual, CD preferred. e. (2) Service manual , CD preferred. f. Diagnostic software included for entire warranty period, with annual renewals for 5 years.

25. TRAINING: a. Operator training on the use and operation of the vehicle. b. Technical training on the use of diagnostic software.

26. SAFETY: a. Must meet all local, state, federal safety and environmental laws and regulations. b. Warning triangle mounted on the rear of the vehicle. c. Fire extinguisher, additional fuse/bulb kit and first aid kit, mounted in a secure and easy location to

the driver.

d. Safety Flashing Light System (Wig Wags or similar) e. Must meet all requirements under ANSI for dielectric testing.

IFB 10-046 Bid Form Vehicles & Road Equipment Page 26

SPECIFICATIONS MEET SPEC? EXCEPTIONS & VARIATIONS (Explain) YES NO

f. Unit shall have a back up alarm. g. Air bags for driver and front passenger, if available

27. STANDARD WARRANTY (explain/attach). 28. PARTS: State location of maintenance/repair parts, and delivery time after receipt of parts

order(s).

29. DELIVERY: Unit must be delivered by vendor/dealer to Fleet Management Dept., 3460 Marksheffel Rd., Colo. Spgs., CO 80922. State number of calendar days, from date of purchase order issuance, to delivery of entire truck & body, all auxiliary equipment, and all documentation including license/tags to the County. Auxiliary equipment installation(s) and pre-delivery inspection must be completed by bidder prior to unit being delivered to El Paso County. No “shipping” or “delivery” costs will be allowed, delivery shall be FOB Destination.

30. MANUFACTURER & YEAR

31. MODEL (name/number)

TOTAL PURCHASE PRICE

$

TOTAL LEASE PRICE 36 months

$

Interest Rate/Cost of 36-month Lease:

TOTAL LEASE PRICE 48 months $

Interest Rate/Cost of 48-month Lease:

TOTAL LEASE PRICE 60 months $

Interest Rate/Cost of 60-month Lease:

32. EXTENDED WARRANTY (explain/attach, and price here) $33. REQUESTED OPTIONS: for Broom / Sweeper

a. Whelen 9MMEDGE P amber mini edge, roof-mounted, center front, with protective metal cage. $ b. Whelen TA837L traffic advisor LED $ c. Wash down hose $ d. Water separator/fuel filter (Racor) $ e. Water tank gauge $ f. Sweeping mode curb-mile hour meter $

g. Gutter broom, rubber skirting, skirting to be impregnated with tungsten carbide for longer life $ h. Automatic lubrication system $

IFB 10-046 Bid Form Vehicles & Road Equipment Page 27

SPECIFICATIONS MEET SPEC? EXCEPTIONS & VARIATIONS (Explain) YES NO

i. Air dryer for air system $ j. Elevator reverse light w/alarm $

k. Battery disconnect $ l. Hopper Full indicator $

m. Hopper Up indicator $ n. Rear camera $ o. Side broom speed control RH $ p. Side broom speed control LH $ q. In-cab side broom tilt RH $ r. In-cab side broom tilt LH $ s. Conveyor flush system $ t. Brooms conveyor raise in reverse $

u. Side broom reverse controls $ v. Two-year parts & labor warranty on sweeper body $ w. Three -year parts & labor warranty on sweeper body $ x. Five -year parts & labor warranty on sweeper body $

34. ADDITIONAL OPTIONS: Attach list with pricing of any additional Options not requested on this form. (Note location of list in the bid package).

SUBMITTED BY:

DATE:

(COMPANY NAME) FEDERAL ID# / SS#: Email: STREET ADDRESS: PHONE: CITY, STATE, ZIP: FAX: AUTHORIZED SIGNATURE: PRINT AUTHORIZED SIGNATURE:

Sealed bids will be received by the Contracts & Procurement Division, Fifth Floor, 27 East Vermijo Ave., Colorado Springs, CO 80903, UNTIL: TUESDAY, August 3, 2010 AT 10:00 AM.

BIDS MUST BE IN TRIPLICATE FORM (3)

Only those bids received in this office on or before the specified time are eligible for consideration. Should the successful bidder fail to perform as agreed, its name may be

IFB 10-046 Bid Form Vehicles & Road Equipment Page 28

removed from the bidders' list for a period of one (1) year. Envelopes containing bid proposals should be plainly marked in the lower left-hand corner “IFB NO.10-046 Road Equipment & Vehicles”. Bid tabulations will be posted on the web site.

Brenda Gordon Brenda Gordon, CPPB, Procurement Specialist III