133
State of Washington DEPARTMENT OF GENERAL ADMINISTRATION Office of State Procurement Rm. 201 General Administration Building, P.O. Box 41017 Olympia, Washington 98504-1017 (360) 902-7400 http://www.ga.wa.gov INVITATION FOR BID (IFB) DUMP BODIES VARIOUS SIZES Contract Number Prebid Meeting Date & Time Bid Opening Date & Time 12304 October 21, 2004-10:00 AM November 9, 2004- 2:00 PM. bids must be received& Stamped on or before the opening date & time at this location: 210 11th AVe SW, Rm. 201, General Administration Building Olympia WA 98504- 1017 Kenneth A. Woodfork State Procurement Officer Phone (360) 902-7422 Fax (360) 586-2426 E-mail: [email protected] For a site map to the Capitol Campus, click http://access.wa.gov/government/images/campus_map.jpg . Driving directions and parking information http://www.leg.wa.gov/common/maps/parking.htm Washington State Department of General Administration Office of State Procurement, PO Box 41017, Olympia, WA 98504-1017 The State of Washington is an equal opportunity employer. To request this information in alternative formats call (360) 902-7400, or TDD (360) 664-3799. REV 2003-05-15

STATE OF WASHINGTON · Web viewAll welds associated with the dump body shall be continuous III. Tailgate: 1. The tailgate shall be a double wall, vertical tailgate that is hinged

Embed Size (px)

Citation preview

Page 1: STATE OF WASHINGTON · Web viewAll welds associated with the dump body shall be continuous III. Tailgate: 1. The tailgate shall be a double wall, vertical tailgate that is hinged

State of Washington

DEPARTMENT OF GENERAL ADMINISTRATIONOffice of State Procurement

Rm. 201 General Administration Building, P.O. Box 41017 Olympia, Washington 98504-1017 (360) 902-7400

http://www.ga.wa.gov

INVITATION FOR BID (IFB)

DUMP BODIES VARIOUS SIZES

Contract Number Prebid Meeting Date & Time Bid Opening Date & Time12304 October 21, 2004-10:00 AM November 9, 2004- 2:00 PM.

bids must be received& Stamped on or before the opening date & time at this location: 210 11th AVe SW, Rm. 201, General Administration Building Olympia WA 98504-1017

Kenneth A. Woodfork

State Procurement OfficerPhone (360) 902-7422Fax (360) 586-2426

E-mail: [email protected]

For a site map to the Capitol Campus, click http://access.wa.gov/government/images/campus_map.jpg. Driving directions and parking information http://www.leg.wa.gov/common/maps/parking.htm

Washington State Department of General Administration Office of State Procurement, PO Box 41017, Olympia, WA 98504-1017

The State of Washington is an equal opportunity employer. To request this information in alternative formats call (360) 902-7400, or TDD (360) 664-3799.REV 2003-05-15

Page 2: STATE OF WASHINGTON · Web viewAll welds associated with the dump body shall be continuous III. Tailgate: 1. The tailgate shall be a double wall, vertical tailgate that is hinged

Dump Bodies Invitation for Bid # Contract 12304TABLE OF CONTENTS

1 ANNOUNCEMENT AND SPECIAL INFORMATION.......................................................................................................3

1.1 PUBLIC DISCLOSURE..................................................................................................................... 31.2 PRE-BID CONFERENCE................................................................................................................... 31.3 SCOPE................................................................................................................................................ 4

2 CHECK LIST......................................................................................................................................................................... 5

3 BID SUBMITTAL.................................................................................................................................................................. 6

3.1 OFFER AND AWARD....................................................................................................................... 63.2 BID INFORMATION......................................................................................................................... 73.3 SPECIFICATIONS............................................................................................................................. 93.4 PRICE SHEET.................................................................................................................................. 573.5 CATALOGS AND PRICE SHEETS................................................................................................. 723.6 WARRANTY (IES).......................................................................................................................... 723.7 REPAIR FACILITIES....................................................................................................................... 723.8 DEALERS AUTHORIZATION........................................................................................................ 723.9 REFERENCES.................................................................................................................................. 723.10 SUPPLEMENTAL INFORMATION................................................................................................ 73

4 BID EVALUATION............................................................................................................................................................. 74

4.1 EVALUATION / AWARD............................................................................................................... 744.2 EVALUATION CONFERENCE....................................................................................................... 75

5 CONTRACT REQUIREMENTS........................................................................................................................................ 75

5.1 RETENTION OF RECORDS............................................................................................................ 755.2 USAGE REPORTS........................................................................................................................... 75

6 SPECIAL TERMS AND CONDITIONS............................................................................................................................. 76

6.1 INSURANCE.................................................................................................................................... 766.2 PRICING AND ADJUSTMENTS..................................................................................................... 786.3 SURCHARGES:................................................................................................................................ 786.4 MATERIALS AND WORKMANSHIP............................................................................................786.5 CONTRACTOR PERFORMANCE.................................................................................................. 796.6 BIDDER COMPLIANCE.................................................................................................................. 796.7 AWARD/BID RESULTS.................................................................................................................. 79

DOWNLOAD THE CURRENT CONTRACT INFORMATION DOCUMENT (CCI) FROM OSP’S WEBSITE OR;..79

SCHEDULE AN APPOINTMENT TO REVIEW FILES OR;..........................................................................................79

6.8 DEMONSTRATION......................................................................................................................... 796.9 DESCRIPTIVE LITERATURE........................................................................................................ 796.10 NOTE TO BIDDERS:....................................................................................................................... 796.11 REGISTRATION.............................................................................................................................. 796.12 DEALER/MANUFACTURE OPTIONS........................................................................................... 796.13 PROPRIETARY INFORMATION:................................................................................................... 79

2

Page 3: STATE OF WASHINGTON · Web viewAll welds associated with the dump body shall be continuous III. Tailgate: 1. The tailgate shall be a double wall, vertical tailgate that is hinged

Dump Bodies Invitation for Bid # Contract 12304

1 ANNOUNCEMENT AND SPECIAL INFORMATIONBidders are required to read and understand all information contained within this entire bid package. The Competitive Procurement Standards, which are referred to in this bid package are not automatically printed or sent out with this IFB. By responding to this IFB the bidder agrees to read and understand these documents. These documents are available on our website at http://www.ga.wa.gov/pca/cps.htm.

In support of the State’s economic and environmental goals, we encourage you to consider the following elements in responding to our bids. These are not a factor of award (unless otherwise specified in this document):

Using environmentally preferable products and products that exceed EPA guidelines supporting a diverse supplier pool, including small, minority, and women-owned firms Featuring products

made or grown in Washington

1.1 PUBLIC DISCLOSUREBid information, including price sheets, will not be available for public disclosure until after award of the contract. At the time of bid opening, only the name of the bidder and time of bid receipt will be read aloud.

1.2 PRE-BID CONFERENCEAn optional conference to address contractual requirements will be held at the time and location indicated below. Prospective bidders are encouraged to be present. If changes are required as a result of the conference, written bid amendments will be issued.

The Washington State Department of Transportation (WSDOT) develops its bid specifications via a specification committee. Its members and coverage are state wide. Any Change to bid specifications requires review of the committee. Therefore the representative attending the pre-bid conference from WSDOT will not be able to confirm the questions or concerns raised at this time. However this person will collect all questions and concerns and present them to the specification committee for review.

Bidders having questions or concerns with the bid specifications listed in Section 3.3 in this document are to bring with them to the pre-bid conference a written copy, and a copy either on a 3.5 disk or CD, in MS Word format. Questions or concerns should be noted in the columns to the right of the bid specification in question.

OSP will provide a response to bidder’s questions and concerns via an amendment providing clarification.

Note: Assistance for disabled, blind or hearing-impaired persons who wish to attend is available with pre-arrangement with the Office of State Procurement (OSP). Contact the State Procurement Officer identified on the face page of this document.

Pre Bid Date: October 21, 2004Pre Bid Time: 10:00 AMPre Bid Location: Office of State Procurement

210 11th AVE SW GA Building Room 201Corner of 11th and ColumbiaOlympia Washington 98504-1017

Bidder’s Company Name

Page 3

Page 4: STATE OF WASHINGTON · Web viewAll welds associated with the dump body shall be continuous III. Tailgate: 1. The tailgate shall be a double wall, vertical tailgate that is hinged

Dump Bodies Invitation for Bid # Contract 12304

1.3 SCOPEThe purpose of this IFB is to establish a mandatory contract for the purchase of Dump Truck Bodies of Various Sizes for all State Agencies, Political subdivisions and Non-Profit Corporations.

A. Estimated Usage: We estimate that purchases over the two year initial term of the contract will be approximately $3,000,000.00. Estimates are based on past usage. Total usage over the last 6 year term under contract 04797 was $10,125,981.00. The State does not guarantee any minimum purchase. Orders will be placed on an as needed basis.

B. Purchasers: The primary purchaser(s) will be the Washington State Department of Transportation and other state agencies requiring dump bodies. However, based upon contractor’s agreement, the contract will be made available to all other institutions, colleges, universities, political subdivisions and non-profit organizations which are members of the State of Washington Purchasing Cooperative (WSPC) and/or State of Oregon Cooperative Purchasing Program (DASCPP/ORCPP). A list of Washington members is available on the Internet http://www.ga.wa.gov/pca/cooplist.htm. A list of Oregon members is available through the internet at the following website: http://tpps.das.state.or.us/purchasing/orcpp_mem.html Contractors shall not process state contract orders from unauthorized purchasers.

C. While use of the contract by members of the WSPC and DASCPP/ORCPP is optional, the state encourages them to use state contracts. Their use of the contracts may significantly increase the purchase volume. Their orders are subject to the same contract terms, conditions and pricing as state agencies. The state accepts no responsibility for payment by WSPC or DASCPP/ORCPP members.

D. Term : From date of award (which is projected to be within forty-five days after bid opening date) with an initial two-year term, with the option to extend for additional 2 year terms or portions. Extensions will be subject to mutual agreement. The total contract term may not exceed ten (10) years. During extensions specifications can vary to incorporate manufactures upgrades. Pricing maybe adjusted in accordance with Producer Price Index (PPI).

Bidder’s Company Name

Page 4

Page 5: STATE OF WASHINGTON · Web viewAll welds associated with the dump body shall be continuous III. Tailgate: 1. The tailgate shall be a double wall, vertical tailgate that is hinged

Dump Bodies Invitation for Bid # Contract 12304

2 CHECK LIST This checklist is provided for bidder's convenience only and identifies the bid documents that are to be submitted with each package.

Bid submittal entitled: Offer and Award

Bid submittal entitled: Bid Information

Bid submittal entitled: Specifications

Bid submittal entitled: Price Sheets

Bid submittal entitled: Catalogs and Price Sheets

Bid submittal entitled: Warranty

Bid submittal entitled: Repair Facilities

Bid submittal entitled: Dealer Authorization

Bid submittal entitled: References

Bid submittal entitled: Supplemental Information

Bid submittal entitled: Descriptive Literature

_____________________________________________________________________________

After Award

Certificate Of Insurance

Sales/Services Usage Report

Bidder’s Company Name

Page 5

Page 6: STATE OF WASHINGTON · Web viewAll welds associated with the dump body shall be continuous III. Tailgate: 1. The tailgate shall be a double wall, vertical tailgate that is hinged

Dump Bodies Invitation for Bid # Contract 12304

3 Bid Submittal

3.1 OFFER AND AWARDBidders are required to read and understand all information contained within this entire bid package. There are some standard documents, which are referred to in this bid package that are not automatically printed or sent out with this bid. For example, Competitive Procurement Standards (Standard Terms and Conditions, Instructions to Bidders, Definitions), Sales/Service & Subcontractor Report are binding terms of this contract. It is important that you read and understand these documents. These documents are available on our website at http://www.ga.wa.gov/pca/cps.htm. If you do not have Internet access, you may contact the State Procurement Officer to obtain copies of any and all documents contained in this bid package.

STANDARD DEFINITIONS revised 06/02/03STANDARD INSTRUCTIONS FOR BIDDERS revised 06/02/03STANDARD TERMS AND CONDITIONS revised 06/02/03

Bidder further offers to furnish materials, equipment or services in compliance with all terms, conditions, and specifications herein including all amendments. Submitting this document with an authorized signature constitutes complete understanding and compliance with the terms and conditions and certifies that all-necessary facilities or personnel are available and established at the time of bid submittal.

(Company Name) (Typed or Printed Name)

(Address) (Title)

(City) (State) (Zip) (Phone No.)

(Federal Tax Identification Number) (Bidder’s Signature) (Date)

Email

CONTRACT AWARD(For State of Washington Use Only)

A contract is hereby awarded between the above company and the State of Washington, Office of State Procurement, Purchasing and Contract Administration, to be effective , Year . This is a Partial/Total award for .

Authorized Signatures

(State Procurement Officer) (Date) (Purchasing Manager) (Date)

Bidder’s Company Name

Page 6

Page 7: STATE OF WASHINGTON · Web viewAll welds associated with the dump body shall be continuous III. Tailgate: 1. The tailgate shall be a double wall, vertical tailgate that is hinged

Dump Bodies Invitation for Bid # Contract 12304

3.2 BID INFORMATION

Bidder shall complete the following:

1. Shipping Location: FOB Destination FREIGHT: Prepaid and Included

Deduct for FOB Dealer Location: $ .

2. Prompt Payment Discount __________ % 30 days.

3. Check below those that apply to this Bid:

A. Bidder agrees to sell the goods and services on this contract to political subdivisions which are members of the State of Washington Purchasing Cooperative (WSPC): Yes___ No_____(If reply is “No” attach letter to this bid response explaining reason(s) for declining participation by political subdivisions).

B. Bidder agrees to sell the goods and services on this contract to political subdivisions and nonprofit organizations which are members of the State of Oregon Cooperative Purchasing Program (DASCPP/ORCPP ): Yes____ No____(If reply is “No” attach letter to this bid response explaining reason(s) for declining participation by these members)

C. If required, indicate percent increase to bid pricing for delivery to State of Oregon DASCPP/ORCPP Members: ____%

4. Authorized Representative:

Primary Contact-Contract Administration Usage Report Contact:

Name: Name:

Telephone: Telephone:

Fax: Fax:

Email: Email:

Customer Service/Order Placement

Name

Telephone:

Fax:

Email:

5. Lead-time: Materials, equipment or services will be delivered within calendar __________days after receipt of order (ARO).

Bidder’s Company Name

Page 7

Page 8: STATE OF WASHINGTON · Web viewAll welds associated with the dump body shall be continuous III. Tailgate: 1. The tailgate shall be a double wall, vertical tailgate that is hinged

Dump Bodies Invitation for Bid # Contract 12304

6. Addresses:

Orders to be sent to: Billing will be from: Payment to be sent to:

7. Federal Tax Identification Number:

8. Firms bidding from California only: Is your firm currently certified as a small business under California Code, Title 2, Section 1896.12? Yes No .

9. Please Complete one of the following:

For cost analysis purposes, please indicate percent savings that your bid pricing represents compared to price agencies would pay without benefit of a state contract:

Bid discounts offered by your firm average ____________% lower than (please check one):

A. ____ Price that would be obtained through individual agency bid.

B. ____ Manufacture’s current suggested retail price.

C. ____ Other (please specify):_______________________________________________

Bidder’s Company Name

Page 8

Page 9: STATE OF WASHINGTON · Web viewAll welds associated with the dump body shall be continuous III. Tailgate: 1. The tailgate shall be a double wall, vertical tailgate that is hinged

Dump Bodies Invitation for Bid # Contract 12304

3.3 SPECIFICATIONSWashington State

Department of TransportationVehicle & Equipment Bidding Requirements

General:

Specification Clarification and Changes:

Clarification for any item in these specifications may be obtained from the Office of State Procurement, (OSP) at (360) 902-7422.

The equipment specification(s) for this purchase are official state documents that carry far reaching ethical and legal implications. Therefore, after a purchase order is awarded to a successful bidder, there shall be no deviations from any requirements stated in the published equipment specification(s) during the manufacturing or assembly process of the units offered, without prior approval from the WSDOT Equipment Manager, and an official purchase order change issued by the OSP. Failure to comply with this requirement constitutes breach of contract; and may be grounds for order cancellation, without re-stocking fees or damages to WSDOT; or suspension from the state bidders list. Equipment Demonstrations:Prior to award of a purchase order, bidders may be required to present an offered unit for demonstration of its performance and capability.

Performance demonstration(s) must be conducted within fourteen (14) calendar days after notification that such demonstration(s) is required. Bidder(s) shall conduct all demonstration(s) within Washington State and are responsible for their costs associated with the demonstration(s).

The Bidder(s) will coordinate with WSDOT, Equipment Administration Office at (360) 705-7882/7884 to establish the location, date and time of the performance demonstration(s).

Equipment Specification Compliance Inspections; Delivery; and Acceptance:

The contractor shall provide the following:

The Manufacturer’s Statement of Origin (MSO); Axle weight slips (for all units with axles); andA completed Washington State title application showing both the legal and registered owner as; Washington State Department of Transportation Olympia, Washington 98504-7357. Out of state Supplier(s) may contract WSDOT, Equipment Administration Office at (360) 705-7882/7884 to obtain a Washington State title application. Supplier Shall Meet the Delivery Terms of this Contract:

WSDOT strives to place new equipment into service prior to the high use season for which the equipment is being purchased. For example, snow and ice equipment must be in-service by October and mowing equipment must be in-service by March. It is essential that the equipment pass compliance inspections, be delivered, and processed for payment within the fiscal year for which the equipment is funded

Bidder’s Company Name

9

Page 10: STATE OF WASHINGTON · Web viewAll welds associated with the dump body shall be continuous III. Tailgate: 1. The tailgate shall be a double wall, vertical tailgate that is hinged

Dump Bodies Invitation for Bid # Contract 12304

Should the Supplier fail to timely deliver the equipment, for whatever reason, in compliance with the contract or equipment order delivery date, liquidated damages will be assessed. The amount of liquidated damages will be calculated by using WSDOT’s established Equipment Rental Rate Schedule that is in effect as of the date of the contract or equipment order. Liquidated damages will be assessed at the established per day equipment rental rate for each late delivery day, not to exceed ten percent of the equipment’s purchase price. This assessment represents a reasonable forecast of WSDOT’s actual damages for having to rent replacement equipment. WSDOT shall deduct the liquidated damages for late delivery from Supplier’s invoice. Should the Supplier become aware, in advance of an equipment delivery date, that the Supplier will be unable to meet the contract delivery date, the Supplier may make a written request to the Department of General Administration, Office of State Procurement (OSP) for a contract change order modifying the equipment delivery date.

Warranty Services and Performance:

Equipment suppliers must provide technical support and reasonable equipment modifications for a period of 90 calendar days after the date the equipment is reported in service per manufacturer and/or factory warranty requirements. This is to ensure that the purchased equipment is capable of performing the specified operational functions.

During the warranty period Supplier must begin physical repairs on equipment failures within 72 hours after WSDOT has notified the Supplier of an equipment failure. Should the Supplier fail to begin equipment repairs within 72 hours after notification, WSDOT may elect (based on operational requirements) to make the warranty repairs. Should WSDOT elect to make such warranty repairs, the Supplier agrees to fully reimburse WSDOT for all parts, materials, labor, shipping and travel costs incurred by WSDOT for such warranty repairs. WSDOT shall provide Supplier with a detailed invoice, and Supplier agrees to remit payment to the WSDOT within thirty days (30) after receipt of the invoice.

During warranty period the Supplier may, upon notification of a warranty failure, authorize WSDOT equipment repair technicians to make warranty repairs when it advantages to WSDOT and the Supplier. The Supplier shall reimburse WSDOT for all costs associated with the warranty repair.

Bidder’s Company Name

10

Page 11: STATE OF WASHINGTON · Web viewAll welds associated with the dump body shall be continuous III. Tailgate: 1. The tailgate shall be a double wall, vertical tailgate that is hinged

Dump Bodies Invitation for Bid # Contract 12304

Training:

Equipment Supplier shall provide on-site instructor(s) to conduct eight hours of operator training per unit delivered and eight hours of repair technician training per unit delivered. During the eight hour training period, the length and number of training session(s) required may vary based on the equipment’s complexity and personnel experience levels. Training session(s) may be less than eight hours should the WSDOT on-site supervisor or Equipment Training Manager determine that all personnel have completed training and the Supplier’s training obligation has been fulfilled. The training session(s) shall include, but not be limited to, the below listed items.

Operator training will be designed to familiarize personnel with the controls, safety features, operating characteristics and operator checks and services.

Operator training may include teaching operators shifting, acceleration, and braking techniques to maximize operational effectiveness of the unit's power train configuration for equipment so configured.

Mechanic training shall be designed to familiarize service and repair technicians with preventative maintenance checks and services, system diagnostics procedures, repairs, adjustments, and any unique requirements associated with the entire unit.

All training shall be scheduled and coordinated with the ship to addressee. Coordination will include dates, times, location, number of students per session, number of sessions required, facilities and training equipment and material.

Qualified individuals shall conduct training sessions. "Qualified" means that the trainer must have a high level of knowledge and experience relating to the type of equipment offered or purchased:

Person(s) conducting the operator training session(s) must have a minimum of one year of experience in actually operating the unit for which training is being conducted or a factory/manufacture certified trainer.

Person(s) conducting repair technician training session(s) must have at least one year of experience in the performance of preventive maintenance and repair on the unit for which the training is being conducted or a factory/manufacture certified trainer.

An on-site WSDOT supervisor or the Equipment Training Manager will evaluate training sessions; who shall determine whether or not the training was adequate. If the training is deemed inadequate, the Supplier agrees to conduct additional training sessions, at no cost to the WSDOT, to the satisfaction of the WSDOT.

Bidder’s Company Name

11

Page 12: STATE OF WASHINGTON · Web viewAll welds associated with the dump body shall be continuous III. Tailgate: 1. The tailgate shall be a double wall, vertical tailgate that is hinged

Dump Bodies Invitation for Bid # Contract 12304

Category 1 Contractor Style Dump Body; 3/4, 5/6, and 10/12 Yard

Specification RequirementsCategory I

CheckIf Meet

or Exceed

Describe Offered Alternatives

I. General

1. The intent of this specification is to specify a 3/4 5/6 and 10/12-yard contractor style dump body.

2. All items listed within this specification will be required on the 3/4, 5/6 and 10/12 yard bodies.

3. Individual pricing will be provided for each size of dump body.

4. After the unit has been completed, a completed vehicle sticker will be affixed to the driver’s side doorjamb.

5. The successful bidder will be required to pickup the cab and chassis from the WSDOT designated location, (Chassis Dealer) then deliver the completed unit to one of the delivery locations annotated below.

6431 Corson Ave. Seattle Wa. 98108

1551 North Wenatchee Ave. Wenatchee Wa. 98807

5720 Capitol Blvd. Tumwater Wa. 98501

4200 Main St. Vancouver Wa. 98668

2809 Rudkin Rd. Union Gap Wa. 98909-2560

221 E. North Foothills Dr. Spokane Wa. 99207-2090

6. The cab to axle measurement for the 3/4, and 5/6 yard chassis will be 96 inches, and the measurement for the 10/12 yard chassis will be 120 inches.

7. The intent of WSDOT is for these bodies to be easily removable and easily re-installed. With that in mind it is imperative that all chassis connection points to include hydraulic, and electrical lines, be equipped with quick disconnect fittings.

8. The installer of the body shall be responsible for all components, leaks, malfunctions, and contamination that occur during the units’ warranty period.

Bidder’s Company Name

12

Page 13: STATE OF WASHINGTON · Web viewAll welds associated with the dump body shall be continuous III. Tailgate: 1. The tailgate shall be a double wall, vertical tailgate that is hinged

Dump Bodies Invitation for Bid # Contract 12304

Specification RequirementsCategory I

CheckIf Meet

or Exceed

Describe Offered Alternatives

II. Dump Body:

1. Shall be a Northend model NTE11, 3/4 / NTE 11, 5/6 / NTE 14.5, -10/12 GOV dump bodies or equal. All dump bodies will have an interior width measurement of 84 at the front and 86 inches at the rear.

2. The doghouse shall be a rounded one-piece construction with access covers to all service points.

3. The floor of the dump body shall be seamless and constructed from 3/16 T-1 Steel with radius corners.

4. The body shall have double sidewalls.

5. The body shall be equipped with lifting rings to accommodate the removal of the body from the chassis. These lifting points shall be positioned to ensure a level lift.

6. Provisions shall be made to allow the lift cylinder to be bled, and the upper pivot pin to be greased from the ground.

7. Shall have a cab guard extending 24 inches over the chassis cab, to include a 24-inch X 24-inch rear view opening covered with expanded metal.

8. The cab guard shall be outfitted with one shovel rack on each side. Each shovel rack will have the ability to ensure the shovels do not dislodge themselves from the mounting brackets during dump truck operations.

9. The body shall be equipped with two, 3-inch thick X 10-inch wide, full-length wooden sideboards and sideboard pockets.

10. A single 5/8-inch steel rebar walk rail shall be installed on both exterior sides of the body, and four inches above the bed floor.

11. A three-rung ladder shall be installed on the right front side of the body and shall swing up to a lock position and down to a stop position. The ladder shall not extend past the height of the sideboards in the raised position, and shall not scratch or dent the body when in use.

Bidder’s Company Name

13

Page 14: STATE OF WASHINGTON · Web viewAll welds associated with the dump body shall be continuous III. Tailgate: 1. The tailgate shall be a double wall, vertical tailgate that is hinged

Dump Bodies Invitation for Bid # Contract 12304

Specification RequirementsCategory I

CheckIf Meet

or Exceed

Describe Offered Alternatives

12. Two grab handles shall be installed at the ladder location

13. A double support type, and inter-connected dump body prop will brace the bed in the raised position.

14. The dump body lift cylinder, shall be a standard mounted three stage, single telescopic type cylinder, large enough to lift the fully loaded body to a 48 - 52 degree dumping angle.

15. When lifting the body from the chassis, the hoist cylinder and saddle shall lift in conjunction with the body. (One Piece Removal)

16. When mounting the saddle for the hoist cylinder, all mounting bolts will be accessible on the outside of the frame rails.

17. Shall have mud flaps in front of, and to the rear, of the rear tires.

18. Mud flaps will be black rubber, with the front mud flap having anti sail brackets. There will be no vendor advertisements on any mud flap.

19. Both exterior sides of the body shall have one strip of (Part# 980-52ES) diamond grade 3M reflective tape. The tape shall be positioned on the bottom side rail of the body and run full length.

20. All welds associated with the dump body shall be continuous

III. Tail g ate:

1. The tailgate shall be a double wall, vertical tailgate that is hinged at the top and bottom with a sloped top rail.

2. Shall have a 3-inch folding “D” ring welded to the top center.

3. The spread control chains shall be positioned on each side of the tailgate. The chains shall have a 3/8-inch, grade 8; “Double Clevis Link” swivel located at the point where the chain attaches to the body.

Bidder’s Company Name

14

Page 15: STATE OF WASHINGTON · Web viewAll welds associated with the dump body shall be continuous III. Tailgate: 1. The tailgate shall be a double wall, vertical tailgate that is hinged

Dump Bodies Invitation for Bid # Contract 12304

Specification RequirementsCategory I

CheckIf Meet

or Exceed

Describe Offered Alternatives

4. One set of 3/8-inch high-test chain shall be provided and installed, to support the tailgate in the horizontal position. The chains shall have a 3/8-inch grade 8; “Double Clevis Link” swivel located at the tailgate chain anchor point.

5. Tailgate latch shall be a straight air operated, cab controlled latch, utilizing an air pilot valve and an air release, spring lock cylinder. Both longitudinal will be drilled at the front and rear to prevent water collection within the longitudinal.

6. Locks shall extend half way through the tailgate pin. Locks shall secure the tailgate pins when the tailgate is carried in the horizontal position.

7. The tailgate shall have (Part# 980-52ES) diamond grade 3 M tape, placed along the top and bottom exterior braces, and run full width.

IV. Lighting:

1. All body lighting shall be Trucklite series 44 LED lights, using the Trucklite Series 88 harness.

2. When any wire passes through or around an object, the wire shall be protected from incurring damage.

3. All lights shall use a white wire ground system, wired to the chassis battery.

4. Located in the upper rear corner post of the body, shall be three, 4 inch ID round, 1/4-inch thick, light pockets.

5. The top pocket shall have a Trucklite 44212Y alternating amber strobe light, the second and third pockets shall have stop, tail, and turn lights. All three lights will be recessed into each pocket

6. The stop, turn and tail lamps shall be Truck-Lite, series 44, grommet mounted, red, sealed lamps.

7. All wiring harness used for the LED lights will be a compatible harness without the use of adapters.

Bidder’s Company Name

15

Page 16: STATE OF WASHINGTON · Web viewAll welds associated with the dump body shall be continuous III. Tailgate: 1. The tailgate shall be a double wall, vertical tailgate that is hinged

Dump Bodies Invitation for Bid # Contract 12304

Specification RequirementsCategory I

CheckIf Meet

or Exceed

Describe Offered Alternatives

8. The dump body shall have two Truck-Lite 10385Y grommet mounted; sealed red clearance lamps, mounted on the lower portion of each rear corner post.

9. Shall have an identification lamp assembly consisting of a mounting bracket, and three Truck-Lite 10385R red sealed lamps.

10. Shall have one; 1 inch galvanized threaded pipe on each side of the cab guard. These will intern be attached to a 90-degree street L, which in turn is attached to a 1-inch bung, which is welded to the cab guard. These will be the strobe light mounts. They will be located as far forward, and as high as possible.

11. Two, cab controlled Echo strobe lights (#6665A) will be installed on the mounts described above.

12. In order to illuminate the interior of the body, the cab guard shall have one, cab controlled, rubber housed, and adjustable work light (Trucklite 80360) located at the upper left corner of the cab guard

13. Shall have one, 12 conductor, or two, 6 conductor (with 12 gauge wirers) cables running down the right side frame rail of the chassis. These cable(s) shall be used for all body and accessory lighting.

14. All wiring connection points shall be watertight, and sealed using trucklite Series 88 connectors.

V. Hydraulics:

Shall have an NHC AKIT-697-10009 or equal hydraulic kit installed. The kit shall have the following

Front PTO driven positive displacement pump.

Four section valve body.

All hoses, fittings, and wiring for proper operation of all hydraulic and air actuated components.

2. Pump assembly shall be mounted to a front cross member, and be crankshaft driven using a NHC 60101 driveline.

Bidder’s Company Name

16

Page 17: STATE OF WASHINGTON · Web viewAll welds associated with the dump body shall be continuous III. Tailgate: 1. The tailgate shall be a double wall, vertical tailgate that is hinged

Dump Bodies Invitation for Bid # Contract 12304

Specification RequirementsCategory I

CheckIf Meet

or Exceed

Describe Offered Alternatives

3. All hydraulic fittings and hoses shall be supplied, and installed using Weatherhead components

4. All hoses and fittings shall be rated at 1.5 times the required working pressure. The pressure lines shall be an R-12 Weatherhead hose.

5. Shall have two bulkhead fittings with butterfly style QD connectors installed at the left front portion of the chassis, just below the front bumper, and spaced 6 inches apart. for plow up/down functions

6. Shall have two bulkhead fittings with butterfly style QD connectors installed on the right front portion of the chassis just below the front bumper and spaced 6 inches apart for plow right and left functions.

7. Non-metallic mounting blocks shall be utilized when attaching all-hydraulic lines to the truck chassis.

8. All hydraulic hoses will be protected from chafing and will not be bundled with electrical wires.

VI. Hydraulic Tank;

1. Shall be equipped with an elliptical shaped 40-gallon hydraulic oil tank, mounted on the curbside and as close to the rear axle as possible.

2. The tank shall be located as high on the frame rail as possible to ensure the tank oil level, is on a higher plain than the front hydraulic pump. be equipped with an elliptical shaped 46-gallon hydraulic oil tank, mounted on the curbside and as close to the rear axle as possible.equipped with an elliptical shaped 46-gallon hydraulic oil tank, mounted on the curbside and as close to the rear axle as possible.

3. Hydraulic Oil Tank Components:

a. LHA-PBB-40-5-6S Breather Cap.

b. LHA-LG5T sight gauge.

c. LHA-M-23 reservoir magnet assembly.

d. LHA-TM 50-40 suction strainers.

e. LHA-BV32N ball valve, (suction outlet.)Bidder’s Company Name

17

Page 18: STATE OF WASHINGTON · Web viewAll welds associated with the dump body shall be continuous III. Tailgate: 1. The tailgate shall be a double wall, vertical tailgate that is hinged

Dump Bodies Invitation for Bid # Contract 12304

Specification RequirementsCategory I

CheckIf Meet

or Exceed

Describe Offered Alternatives

f. LHA-BV20N ball valve (Between filter and tank).

g. LHA-SP60NAHV1 filter housing (Return Line).

h. IMO Gems LS 2050 series low-level sensing unit.

4. Shall have the capability to change the filter without draining the tank.

5. The return line to tank shall be 1 inch into the filter housing. From the filter housing to the ball valve shall be 1 1/4 inch line. No elbows shall be utilized at this point.

1. The hydraulic oil tank will be sloshed with an anti corrosive coating prior to final assembly.

7. All hydraulic oil shall be pre-filtered into the oil reservoir through a 10-micron filtration unit.

VII. Valve Body Enclosure :

1. The main valve body and the remote sand spread control valve shall be installed in a NHC 80030 or equal stainless steel water tight enclosure.

2. The cover shall be sealed around its perimeter to withstand the spray of a high-pressure washer sprayed at the enclosure at any angle

3. All valve enclosure hydraulic fittings shall be 37 degree JIC

4. All lines passing through the enclosure shall use sealed bulkhead fittings

5. Air actuators must be removable without removing the valve bank from the enclosure.

6. The enclosure shall mount on the left side frame rail, in front of the rear axles and as close to the front mud flap as possible.

7. All hydraulic lines and airlines installed in the enclosure shall be numeric and permanently labeled on the enclosure.

VIII. Controls:

1. All controls annotated below will be labeled for function and will be backlit.

Bidder’s Company Name

18

Page 19: STATE OF WASHINGTON · Web viewAll welds associated with the dump body shall be continuous III. Tailgate: 1. The tailgate shall be a double wall, vertical tailgate that is hinged

Dump Bodies Invitation for Bid # Contract 12304

Specification RequirementsCategory I

CheckIf Meet

or Exceed

Describe Offered Alternatives

2. The sander control shall be a Norstar NS-200-OC or equal.

3. The sander control box shall be mounted on the side of the cab mounted lever control box.

4. No air lines shall be attached to, or bundled with, electrical wires

5. Shall have lever style controls in an NHC 50000 or equal control box, mounted on a pedestal, within 12 inches of the drivers seat without interfering with the operation of the truck. Additionally each lever will be backlit and labeled for function.

a. Front Plow Up/Down/ Front Plow Left/Right (Quad lever)

b. Dump Body Up/Down (One Lever)

6. The lever control box will have the ability to accept two additional levers and all needed hardware for proper function and control.

7. Shall have two, air toggle switches mounted on the sander control box with toggle guards. They will operate the sander valve section and dump body tailgate. Both toggles shall have indicator lights with labeling for function.

8. Both of these switches shall be mounted in a uniform location on all equipment associated with this purchase. Tailgate (First), Sander (Second)

IX. Trailer Towing:

1. The Pintle Hook shall be a 30-ton Holland for the single axle trucks and a 30-ton Holland Model PH300 with air-operated plunger for the tandem axle trucks.

2. All mounting hardware shall be Grade 8 and all steel shall be 50,000 psi. and flame cut. (Cast is not acceptable).

3. The pintle shall have an adjustable height of 26 and 32 inches, measured from the ground, to the draw bar eye rest, with no load in the dump body.

4. Shall have two safety chain D-rings.

5. Glad hands and covers shall be installed in Bidder’s Company Name

19

Page 20: STATE OF WASHINGTON · Web viewAll welds associated with the dump body shall be continuous III. Tailgate: 1. The tailgate shall be a double wall, vertical tailgate that is hinged

Dump Bodies Invitation for Bid # Contract 12304

Specification RequirementsCategory I

CheckIf Meet

or Exceed

Describe Offered Alternatives

brackets utilizing bulkhead fittings. They shall be positioned at a 45-degree downward angle and shall not be painted. (Covers shall be Red and Blue)

6. The chassis vendor supplied, 7-pole trailer connection will be installed above the pintle and shall not interfere with its operation when the pintle is in the open position. The trailer connector will be sealed and potted.

X Exterior Finish

1. The exterior finish is expected to be superior craftsmanship. There shall be no welding scale, rough, sharp edges or corners.

2. The entire unit, including the undercarriage, shall be painted with 3 mils dry of epoxy primer, and 3 mils dry of National Safety Yellow (Sikkens 4039 or Equal).

XI. Prototype Inspection:

To curtail manufacturing errors prior to delivery, the successful bidder shall arrange a prototype inspection for each style of body listed within this specification. Contractor will reimburse agency for this inspection visit for cost pertaining to lodging, travel and meals. Accommodations & reimbursement will follow OFM guidelines.

XII. Publications:

1. Each unit shall be delivered with an operator’s manual.

2. Bidders shall provide the Service, and Parts Manuals for this unit, as annotated below.

1 Parts Manual

1 Service Manual

XIII. Options

The bidder will supply individual installed pricing for the following items.

1. Rock Scowl (24 inch)

2. Asphalt Door (Revolving style w/handle)

3. Mechanical pull tarp.

4. Power up / Power down for the dump body with a 500 psi. relief on the down stroke.

Bidder’s Company Name

20

Page 21: STATE OF WASHINGTON · Web viewAll welds associated with the dump body shall be continuous III. Tailgate: 1. The tailgate shall be a double wall, vertical tailgate that is hinged

Dump Bodies Invitation for Bid # Contract 12304

Specification RequirementsCategory I

CheckIf Meet

or Exceed

Describe Offered Alternatives

5. Rotating Beacon lights (In lieu of Strobes)

6. Inverted lift cylinder (No Doghouse)

7. Parker IQAN WSSF2004 hydraulic kit to include installation.

8. PHT VBPC-8SS stainless steel watertight enclosure.

9. Parker IQAN ISC2000EFJS sander control.

10. A Parker IAQ-MFH-2ER programmable electric, Joy Stick control mounted to the right side of the drivers seat, and will include all hydraulic and electric, components

11. Will have the following programmable functions.

a. Front Plow Up/Down

b. Front Plow Left/Right

c. Wing Plow Toe/Heel UP/Down

d. Wing Plow Up/Down

e. Under Body Plow Up/Down

f. Under Body Plow Left/Right

g. Dump Body Up/Down

h. Auto down pressure for underbody plows.

12. NTE-40CST or equal hydraulic oil tank, cab guard combination in lieu of the standard body cab shield.

13. Parker XCP Control Module

14. Parker MDL Display module

15. A Pro Tech toolbox module (Pro Tech 22-2299X277495 or equal) to be installed on dump truck chassis. Equipped as follows

a. Single door on both the driver and passenger side and assessable from the ground.

b. Lockable 3 point “T” handles

c. Two full width non-adjustable shelves.

Bidder’s Company Name

21

Page 22: STATE OF WASHINGTON · Web viewAll welds associated with the dump body shall be continuous III. Tailgate: 1. The tailgate shall be a double wall, vertical tailgate that is hinged

Dump Bodies Invitation for Bid # Contract 12304

Specification RequirementsCategory I

CheckIf Meet

or Exceed

Describe Offered Alternatives

16. A TENCO 2-14-23-0078, with lift cylinder. The lift cylinder hydraulic ports shall be facing the driver’s side of the truck.

a. All mountingfasteners bolts, washers, nuts, and pins shall will be grade 8 with flanged headed bolts..

b. The front tow hooks shall be butted against the forward edge of the side plates.

c. None of the components associated with the Plow Frame will interfere with the chassis components, when installed.

d. Supplier shall ensure that the plow frames mounting holes are aligned for ease of pin removal and installation.

17. Alternate ladder mount on the street side of the body. A three-rung ladder shall be installed on the left front side of the body and shall swing up to a lock position and down to a stop position. The ladder shall not extend past the height of the sideboards in the raised position, and shall not scratch or dent the body when in use.

18. Shall have one, round, non-halogen, steel encased snowplow headlight, with high and low beam, mounted on both left and right fenders. The lights shall be properly wired, with no splices, and shall be aimed and aligned with the prism in the horizontal position

19. The snowplow lights shall be adjustable within a range of 72 to 74 inches measured from the ground to the center of the light.

20. The snowplow lights shall be adjustable within a range of 80 to 84 inches measured from the ground to the center of the light.

22. A circuit protected, and labeled low hydraulic oil light mounted on the dash of the chassis.

21. The hydraulics will have a feature that allows the operator to reverse direction of the spinner.

22. Dickey John “Control Point” ice and snow control system.

Bidder’s Company Name

22

Page 23: STATE OF WASHINGTON · Web viewAll welds associated with the dump body shall be continuous III. Tailgate: 1. The tailgate shall be a double wall, vertical tailgate that is hinged

Dump Bodies Invitation for Bid # Contract 12304

Specification RequirementsCategory I

CheckIf Meet

or Exceed

Describe Offered Alternatives

23. A 100-gallon chassis mounted pre wet system to include all items necessary for proper function and control. All items will be priced individually.

a. Cab controls

b. 100 Gal. poly. tank

c. Brass spray nozzles.

d. The system will be plumbed to discharge pre wet material onto the sanding spinner disc, at one of two locations.

1. The center rear of the chassis. (Used with rear discharge V-Hopper)

2. The left side of chassis behind the cab. (Used with front discharge V-Hopper, Frink and Tenco Dump Bodies)

e. The valve body and pump will be housed in a watertight stainless steel enclosure.

f. This enclosure will be mounted in a location that is easily accessible from the ground.

24. Bidder shall provide pricing for a Road Watch DC-I and a Road Watch 1 Surface Temperature Measuring System.

25. Two; tire chain storage hooks spaced 36 inches apart and welded beneath, the right side of the body.

26. A double support type, and inter-connected dump body prop will brace the bed in the raised position. This body prop will be cab controlled via air, hydraulic, or electric controls.

27. The rear mud flap will have a secondary mounting location that is eight inches further forward than the standard location.

Bidder’s Company Name

23

Page 24: STATE OF WASHINGTON · Web viewAll welds associated with the dump body shall be continuous III. Tailgate: 1. The tailgate shall be a double wall, vertical tailgate that is hinged

Dump Bodies Invitation for Bid # Contract 12304

Specification RequirementsCategory I

CheckIf Meet

or Exceed

Describe Offered Alternatives

28. WSDOT uses both chassis mount and slip in V-Hoppers. Bidders will provide pricing for the following with respect to the hydraulic system.

a. Dead head sanding circuit(s) at the valve body with Butterfly style quick disconnect fittings. This will accommodate a chassis mount front discharge V-Hopper sander.

b. Dead head the sanding circuit(s) to the rear of the chassis with Butterfly style quick disconnect fittings, mounted to the rear most cross member. This will accommodate a slip in V-Hopper or tailgate sanders. Additionally a steel support rod will be used to support the hydraulic hoses.

29. Provide pricing for the mounting of all hydraulic levers and sander controls to the driver’s seat. The control box will have the ability move with all air ride seat movements.

Bidder’s Company Name

24

Page 25: STATE OF WASHINGTON · Web viewAll welds associated with the dump body shall be continuous III. Tailgate: 1. The tailgate shall be a double wall, vertical tailgate that is hinged

Dump Bodies Invitation for Bid # Contract 12304

Category II Front, and Rear, Tipping Dump Body; 5/6 Yard, and 10/12 Yard

Specification RequirementsCategory II

CheckIf Meet

or Exceed

Describe Offered Alternatives

I. General

1. The intent of this specification is to specify a 5-6 and 10-12 yard sanding style dump body.

2. All items listed within this specification will be required on both the 5-6 and 10-12 yard bodies.

3. Individual pricing will be provided for each size of dump body.

4. After the unit has been completed, a completed vehicle sticker will be affixed to the driver’s side doorjamb.

5. The successful bidder will be required to pickup the cab and chassis from the WSDOT designated location, (Chassis Dealer) and then deliver the completed unit to one of the delivery locations annotated below.

6431 Corson Ave. Seattle Wa. 98108

1551 North Wenatchee Ave. Wenatchee Wa. 98807

5720 Capitol Blvd. Tumwater Wa. 98501

4200 Main St. Vancouver Wa. 98668

2809 Rudkin Rd. Union Gap Wa. 98909-2560

221 E. North Foothills Dr. Spokane Wa. 99207-2090

6. The cab to axle measurement for the 5-6 yard chassis will be 96 inches, and the measurement for the 10-12 yard chassis will be 120 inches.

7. The installer of the body shall be responsible for all components, leaks, malfunctions, and contamination that occur during the units’ warranty period.

II. Dump Body:

1. Shall be an American Snow Plow, model GI-85, 5-6 yard and a GI-90T, 10-12 yard, front and rear tipping dump bodies

2. The front bulkhead of the body shall be tilt-able.

3. The floor of the body shall be seamless and constructed of 3/16 T-1 steel.

Bidder’s Company Name

25

Page 26: STATE OF WASHINGTON · Web viewAll welds associated with the dump body shall be continuous III. Tailgate: 1. The tailgate shall be a double wall, vertical tailgate that is hinged

Dump Bodies Invitation for Bid # Contract 12304

Specification RequirementsCategory II

CheckIf Meet

or Exceed

Describe Offered Alternatives

4. Shall have a full width mud flap located in front of the tires, and shall extend from the bottom of the frame rails to within 3 to 4 inches of the ground.

5. The body shall be equipped with two, 3-inch thick X 10-inch wide, full-length wooden sideboards and sideboard pockets.

6. A single 5/8-inch steel rebar walk rail shall be installed on both exterior, sides of the body, and located four inches above the bed floor.

7. A three-rung ladder shall be installed on the right front side of the body and shall swing up to a lock position and down to a stop position. The ladder shall not extend past the height of the sideboards in the raised position, and shall not scratch or dent the body when in use.

8. The ladder shall not interfere with the operation of the front dump pivot pin.

9. Two egress grab handles shall be installed at the ladder location

10. A double support type, and inter-connected dump body prop shall brace the bed in a raised position.

11. The dump body lift cylinder, shall the manufacturers standard hydraulic scissors style.

12. The scissors system shall have a power Up/Down hydraulic system with pressure relief.

13. Shall have mud flaps in front of and to the rear of the rear tires.

14. Mud flaps will be black rubber, with the front mud flap having anti sail brackets. There will be no vendor advertisements on any mud flap.

15. The urethane spinner disc shall be 18” in diameter with six molded fins; and. shall be mounted on the left front portion of the body.

16. The spinner shaft shall be enclosed in a housing that has top and bottom bearings.

17. All hydraulic spinner fittings will be quick disconnect and accessible at the outer portion of the spinner mounting structure.

18. The spinner assembly shall have a spring-actuated impact system to prevent the spinner from damage in the event of a frontal impact.

Bidder’s Company Name

26

Page 27: STATE OF WASHINGTON · Web viewAll welds associated with the dump body shall be continuous III. Tailgate: 1. The tailgate shall be a double wall, vertical tailgate that is hinged

Dump Bodies Invitation for Bid # Contract 12304

Specification RequirementsCategory II

CheckIf Meet

or Exceed

Describe Offered Alternatives

19. All welds associated with the dump body shall be continuous

20. The front and rear dump pins shall be greaseable.

21. Both exterior sides of the body shall have one strip of (Part# 980-52ES) diamond grade 3M reflective tape. The tape shall be positioned on the bottom side rail of the body and run full length.

22. The hydraulic oil tank/cab guard shall be outfitted with one shovel rack on each side. Each shovel rack will have the ability to ensure the shovels do not dislodge themselves from the mounting brackets during normal dump truck operations.

III. Conveyor Assembly:

1. Shall be integral with the body floor and will be street side, front discharge.

2. The conveyer assembly will require a removable cover.

3. The chain trough shall extend the full width of the body.

4. The conveyor chain shall be self-cleaning, pintle type.

5 The flight bars on the chain shall be 1/4-in. x 1 ¼-in. welded on 3-in. centers.

6. Chain slack adjustment shall be achieved with adjustable bearings, with at least 4 inches of adjustment.

7. The conveyor floor must be replaceable 3/16-in. AR 400 Steel.

8. The front exterior bulkhead of the body shall have a holding bracket for the conveyor cover.

9. The conveyor cover shall have two fold down grab handles.

10. The chain flight bars will not come in contact with the teeth on any sprocket.

11. Shall have a, 10:1, cast gearbox with bronze worm and steel drive gears.

12. The gearbox case must include an oil fill cap and level gauge.

Bidder’s Company Name

27

Page 28: STATE OF WASHINGTON · Web viewAll welds associated with the dump body shall be continuous III. Tailgate: 1. The tailgate shall be a double wall, vertical tailgate that is hinged

Dump Bodies Invitation for Bid # Contract 12304

Specification RequirementsCategory II

CheckIf Meet

or Exceed

Describe Offered Alternatives

13. The gearbox shall be driven with a direct mount, high torque, low speed, hydraulic motor.

14. The conveyor drive shaft shall be 1 in. diameter; with a 1-in. diameter idler shaft and flame cut, Hard OX metal sprockets.

IV. Tail g ate:

1. The tailgate shall be a vertical tailgate that is hinged at the top and bottom with a sloped top rail.

2. Shall have a 3-inch folding “D” ring welded to the top center.

3. The spread control chains shall be positioned on each side of the tailgate The chains shall have a 3/8-inch, grade 8; “Double Clevis Link” swivel located at the point where the chain attaches to the body

4. One set of 3/8-inch high-test chain shall be provided and installed, to support the tailgate in the horizontal position. The chains shall have a 3/8-inch, grade 8; “Double Clevis Link” swivel located at the tailgate chain anchor point.

5. Tailgate latch shall be a straight air operated latch, utilizing an air pilot valve and an air release, spring lock cylinder.

6. Locks shall extend half way through the tailgate pin. Locks shall secure the tailgate pins when the tailgate is carried in the horizontal position.

7. The tailgate shall have (Part# 980-52ES) diamond grade 3 M tape, placed along the top and bottom exterior braces, and run full width.

VI. Lighting:

1. All body lighting shall be Trucklite series 44 LED lights, using the Trucklite Series 88 harness.

2. When any wire passes through or around an object, the wire shall be protected from incurring damage.

3. All lights shall use a white wire ground system, wired to the chassis battery.

5. Located in the upper rear corner post of the body, shall be three, 4 inch ID round, 1/4-inch thick, light pockets.

Bidder’s Company Name

28

Page 29: STATE OF WASHINGTON · Web viewAll welds associated with the dump body shall be continuous III. Tailgate: 1. The tailgate shall be a double wall, vertical tailgate that is hinged

Dump Bodies Invitation for Bid # Contract 12304

Specification RequirementsCategory II

CheckIf Meet

or Exceed

Describe Offered Alternatives

6. The top pocket shall have a Trucklite 44212Y alternating amber strobe light, the second and third pockets shall have stop, tail, and turn lights. All three lights will be recessed into each pocket

7. The stop, turn and tail lamps shall be Truck-Lite, series 44, grommet mounted, red, sealed lamps.

8. Located under the dump body and as far to the rear as possible shall be two cab controlled four-inch alternating amber strobe lights.

9. All wiring harness used for the LED lights will be a compatible harness without the use of adapters.

10. The dump body shall have two Truck-Lite 10385Y grommet mounted; sealed red clearance lamps, mounted on the lower portion of each rear corner post.

11. Shall have an identification lamp assembly consisting of a mounting bracket, and three Truck-Lite 10385R red sealed lamps.

12. Shall have one; 1 inch galvanized threaded pipe on each side of the hydraulic oil tank/cab guard. These will intern be attached to a 90-degree street L, which in turn is attached to a 1-inch bung, which is welded to the cab guard. These will be the strobe light mounts. They will be located as far forward, and as high as possible.

13. Two, cab controlled Echo strobe lights (#6665A) will be installed on the mounts described above.

14. In order to illuminate the interior of the body, the hydraulic oil tank/cab guard shall have one, cab controlled, rubber housed, and adjustable work light (Trucklite 80360) located at the upper left corner

15. In order to illuminate the spinner disk one, cab controlled, rubber housed, and adjustable work light (Trucklite 80360) located on the lower left corner or the chassis cab.

16. Shall have one, 12 conductor, or two, 6 conductor (with 12 gauge wirers) cables running down the right side frame rail of the chassis. These cable(s) shall be used for all body and accessory lighting. No junction boxes will be used.

17. All wiring connection points shall be watertight, and sealed using trucklite Series 88 connectors.

Bidder’s Company Name

29

Page 30: STATE OF WASHINGTON · Web viewAll welds associated with the dump body shall be continuous III. Tailgate: 1. The tailgate shall be a double wall, vertical tailgate that is hinged

Dump Bodies Invitation for Bid # Contract 12304

Specification RequirementsCategory II

CheckIf Meet

or Exceed

Describe Offered Alternatives

VII. Hydraulics:

1. Shall have an NHC-AKIT-697-10009 hydraulic kit installed to include a NTE 40CST hydraulic oil tank/cab guard combination.

Front PTO driven positive displacement pump.

Four section valve body.

All hoses, fittings, and wiring for proper operation of all hydraulic and air actuated components.

The power down pressure will be pre set at 500 psi.

2. Pump assembly shall be mounted to a front cross member, and be crankshaft driven using a NHC 60101 driveline.

3. All hydraulic fittings and hoses shall be supplied, and installed using Weatherhead components

4. All hoses and fittings shall be rated at 1.5 times the required working pressure. The main pressure line shall be an R-12 Weatherhead hose.

5. Shall have two bulkhead fittings with butterfly style QD connectors installed at the left front portion of the chassis, just below the front bumper, and spaced 6 inches apart for plow up/down functions.

6. Shall have two bulkhead fittings with butterfly style QD connectors installed on the right front portion of the chassis just below the front bumper and spaced 6 inches apart for plow right and left functions.

7. Non-metallic mounting blocks shall be utilized when attaching all-hydraulic lines to the truck chassis.

8. All hydraulic hoses will be protected from chafing and will not be bundled with electrical wires.

VIII. Hydraulic Tank/Cab Guard;

1. Shall have a NTE-40CST or equal hydraulic oil tank, cab guard combination with the following components.

a. LHA-PBB-40-5-6S Breather Cap.

b. LHA-LG5T sight gauge.

c. LHA-M-23 reservoir magnet assembly.

d. LHA-TM 50-40 suction strainers.

e. LHA-BV32N ball valve, (suction outlet.)

f. LHA-BV20N ball valve (Between filter and tank).

Bidder’s Company Name

30

Page 31: STATE OF WASHINGTON · Web viewAll welds associated with the dump body shall be continuous III. Tailgate: 1. The tailgate shall be a double wall, vertical tailgate that is hinged

Dump Bodies Invitation for Bid # Contract 12304

Specification RequirementsCategory II

CheckIf Meet

or Exceed

Describe Offered Alternatives

g. LHA-SP60NAHV1 filter housing (Return Line).

h. IMO Gems LS 2050 series low-level sensing unit.

2. Shall have the capability to change the filter without draining the tank.

3. The return line to tank shall be 1 inch into the filter housing. From the filter housing to the ball valve shall be 1 1/4 inch line. No elbows shall be utilized at this point.

4. The hydraulic oil tank will be sloshed with an anti corrosive coating prior to final assembly.

5. All hydraulic oil shall be pre-filtered into the oil reservoir through a 10-micron filtration unit.

IX. Valve Body Enclosure :

1. The main valve body and the remote sand spread control valve, shall be installed in a NHC 80030 or equal stainless steel water tight enclosure.

2. The cover shall be sealed around its perimeter to withstand the spray of a high-pressure washer sprayed at the enclosure at any angle.

3. All hydraulic fittings shall be 37 degree JIC

4. All lines passing through the enclosure shall use sealed bulkhead fittings

5. Air actuators must be removable without removing the valve bank from the enclosure.

6. The enclosure shall mount on the left side frame rail, in front of the rear axles and as close to the front mud flap as possible.

7. All hydraulic lines and airlines installed in the enclosure shall be numeric and permanently labeled on the enclosure.

X. Controls:

1. All controls annotated below will be labeled for function and will be backlit.

2. The sander control shall be a Norstar NS-200-OC or equal.

3. The sander control box shall be mounted on the side of the cab mounted lever control box.

4. No air lines shall be attached to, or bundled with, electrical wires

Bidder’s Company Name

31

Page 32: STATE OF WASHINGTON · Web viewAll welds associated with the dump body shall be continuous III. Tailgate: 1. The tailgate shall be a double wall, vertical tailgate that is hinged

Dump Bodies Invitation for Bid # Contract 12304

Specification RequirementsCategory II

CheckIf Meet

or Exceed

Describe Offered Alternatives

5. Shall have lever style controls in an NHC 50000 or equal control box, mounted on a pedestal, within 12 inches of the drivers seat without interfering with the operation of the truck. Additionally each lever will be backlit and labeled for function.

a. Front Plow Up/Down/ Front Plow Left/Right (Quad lever)

b. Dump Body Up/Down (One Lever)

6. The lever control box will have the ability to accept two additional levers and all needed hardware for proper function and control.

7. Shall have two, air toggle switches mounted on to the sander controls with toggle guards. They will operate the sander valve section and dump body tailgate. Both toggles shall have indicator lights with labeling for function.

8. Both of these switches shall be mounted in a uniform location on all equipment associated with this purchase. Tailgate (First), Sander (Second)

XI. Trailer Towing:

1. The Pintle Hook shall be a 30-ton Holland for the single axle trucks and a 30-ton Holland Model PH300 with air-operated plunger for the tandem axle trucks.

2. All mounting hardware shall be Grade 8 and all steel shall be 50,000 psi. and flame cut. (Cast is not acceptable).

3. The pintle shall have an adjustable height of 26 and 32 inches, measured from the ground, to the draw bar eye rest, with no load in the dump body.

4. Shall have two safety chain D-rings.

5. Glad hands and covers shall be installed in brackets utilizing bulkhead fittings. They shall be positioned at a 45-degree downward angle and shall not be painted. (Covers shall be Red and Blue)

6. The chassis vendor supplied, 7-pole trailer connection will be installed above the pintle and shall not interfere with its operation when the pintle is in the open position.

Bidder’s Company Name

32

Page 33: STATE OF WASHINGTON · Web viewAll welds associated with the dump body shall be continuous III. Tailgate: 1. The tailgate shall be a double wall, vertical tailgate that is hinged

Dump Bodies Invitation for Bid # Contract 12304

Specification RequirementsCategory II

CheckIf Meet

or Exceed

Describe Offered Alternatives

XII Exterior Finish

1. The exterior finish is expected to be superior craftsmanship. There shall be no welding scale, rough, sharp edges or corners.

2. The entire unit, including the undercarriage, shall be painted with 3 mils dry of epoxy primer, and 3 mils dry of National Safety Yellow (Sikkens 4039 or Equal). .

XIII. Prototype Inspection:

To curtail manufacturing errors prior to delivery, the successful bidder shall arrange a prototype inspection for each style of body listed within this specification. Contractor will reimburse agency for this inspection visit for cost pertaining to lodging, travel and meals. Accommodations & reimbursement will follow OFM guidelines.

XIV. Publications:

1. Each unit shall be delivered with an operator’s manual.

2. Bidders shall provide the Service, and Parts Manuals for this unit, as annotated below.

1 Parts Manual

1 Service Manual

XV. Options

The bidder will supply individual installed pricing for the following items.

1. Rock Scowl (24 inch)

2. Asphalt Door (Revolving style w/handle)

3. Mechanical pull tarp.

4. Rotating Beacon lights (In lieu of Strobes)

5. Parker IQAN WSSF2004 hydraulic kit to include installation.

6. PHT VBPC-8SS stainless steel watertight enclosure.

7. Parker IQAN ISC2000EFJS sander control.

8. A Parker IAQ-MFH-2ER programmable electric, Joy Stick control mounted to the right side of the drivers seat, and will include all hydraulic and electric, components

Bidder’s Company Name

33

Page 34: STATE OF WASHINGTON · Web viewAll welds associated with the dump body shall be continuous III. Tailgate: 1. The tailgate shall be a double wall, vertical tailgate that is hinged

Dump Bodies Invitation for Bid # Contract 12304

Specification RequirementsCategory II

CheckIf Meet

or Exceed

Describe Offered Alternatives

9. Will have the following programmable functions.

a. Front Plow Up/Down

b. Front Plow Left/Right

c. Wing Plow Toe/Heel UP/Down

d. Wing Plow Up/Down

e. Under Body Plow Up/Down

f. Under Body Plow Left/Right

g. Dump Body Up/Down

h. Auto down pressure for underbody plows.

10. Parker XCP Control Module

11. Parker MDL Display module

12. A TENCO 2-14-23-0078, with lift cylinder. The lift cylinder hydraulic ports shall be facing the driver’s side of the truck.

a. All fasteners will be grade 8 with flanged headed bolts.

b. The front tow hooks shall be butted against the forward edge of the side plates.

c. None of the components associated with the Plow Frame will interfere with the chassis components, when installed.

d. Supplier shall ensure that the plow frames mounting holes are aligned for ease of pin removal and installation.

13. Alternate ladder mount on the street side of the body. A three-rung ladder shall be installed on the left front side of the body and shall swing up to a lock position and down to a stop position. The ladder shall not extend past the height of the sideboards in the raised position, and shall not scratch or dent the body when in use.

14. Shall have one, round, non-halogen, steel encased snowplow headlight, with high and low beam, mounted on both left and right fenders. The lights shall be properly wired, with no splices, and shall be aimed and aligned with the prism in the horizontal position

15. The snowplow lights shall be adjustable within a range of 72 to 74 inches measured from the ground to the center of the light.

Bidder’s Company Name

34

Page 35: STATE OF WASHINGTON · Web viewAll welds associated with the dump body shall be continuous III. Tailgate: 1. The tailgate shall be a double wall, vertical tailgate that is hinged

Dump Bodies Invitation for Bid # Contract 12304

Specification RequirementsCategory II

CheckIf Meet

or Exceed

Describe Offered Alternatives

16. The snowplow lights shall be adjustable within a range of 80 to 84 inches measured from the ground to the center of the light.

17. A circuit protected, and labeled low hydraulic oil light mounted on the dash of the chassis.

18. The hydraulics will have a feature that allows the operator to reverse direction of the spinner.

19. Dickey John “Control Point” ice and snow control system.

20. A 100-gallon chassis mounted pre wet system to include all items necessary for proper function and control. All items will be priced individually.

a. Cab controls

b. 100 Gal. poly. tank

c. Brass spray nozzles.

d. The system will be plumbed to discharge pre wet material onto the sanding spinner disc, at one of two locations.

1. The center rear of the chassis. (Used with rear discharge V-Hopper)

2.The left side of chassis behind the cab. (Used with front discharge V-Hopper, Frink and Tenco Dump Bodies)

e. The valve body and pump will be housed in a watertight stainless steel enclosure.

f. This enclosure will be mounted in a location that is easily accessible from the ground.

21. Two; tire chain storage hooks spaced 36 inches apart and welded beneath, the right side of the body.

22. A double support type, and inter-connected dump body prop will brace the bed in the raised position. This body prop will be cab controlled via air, hydraulic, or electric controls.

23. Bidder shall provide pricing for a Road Watch DC-I and a Road Watch 1 Surface Temperature Measuring System

24. The rear mud flap will have a secondary mounting location that is eight inches further forward than the standard location.

Bidder’s Company Name

35

Page 36: STATE OF WASHINGTON · Web viewAll welds associated with the dump body shall be continuous III. Tailgate: 1. The tailgate shall be a double wall, vertical tailgate that is hinged

Dump Bodies Invitation for Bid # Contract 12304

Specification RequirementsCategory II

CheckIf Meet

or Exceed

Describe Offered Alternatives

25. Provide pricing for the mounting of all hydraulic levers and sander controls to the drivers seat. The control box will have the ability move with all air ride seat movements.

Bidder’s Company Name

36

Page 37: STATE OF WASHINGTON · Web viewAll welds associated with the dump body shall be continuous III. Tailgate: 1. The tailgate shall be a double wall, vertical tailgate that is hinged

Dump Bodies Invitation for Bid # Contract 12304

Category III Side, Tipping Dump Body; 5/6 Yard, and 10/12 Yard

Specification RequirementsCategory III

CheckIf Meet

or Exceed

Describe Offered Alternatives

I. General

1. The intent of this specification is to specify a 5/6 and 10/12 yard side tipping sanding style dump body.

2. All items listed within this specification will be required on both the 5-6 and 10-12 yard bodies.

3. Individual pricing will be provided for each size of dump body.

4. After the unit has been completed, a completed vehicle sticker will be affixed to the driver’s side doorjamb.

5. The successful bidder will be required to pickup the cab and chassis from the WSDOT designated location, (Chassis Dealer) and then deliver the completed unit to one of the delivery locations annotated below.

6431 Corson Ave. Seattle Wa. 98108

1551 North Wenatchee Ave. Wenatchee Wa. 98807

5720 Capitol Blvd. Tumwater Wa. 98501

4200 Main St. Vancouver Wa. 98668

2809 Rudkin Rd. Union Gap Wa. 98909-2560

221 E. North Foothills Dr. Spokane Wa. 99207-2090

6. The cab to axle measurement for the 5-6 yard chassis will be 96 inches, and the measurement for the 10-12 yard chassis will be 120 inches.

7. The installer of the body shall be responsible for all components, leaks, malfunctions, and contamination that occur during the units’ warranty period

II. Dump Body:

1. Shall be a Tenco model TC 101B 5-6 yard, and a TC 101 BLP, 10-12 yard, side tipping dump bodies.

2. The floor of the body shall seamless and be constructed of 3/16, T-1 steel.

Bidder’s Company Name

37

Page 38: STATE OF WASHINGTON · Web viewAll welds associated with the dump body shall be continuous III. Tailgate: 1. The tailgate shall be a double wall, vertical tailgate that is hinged

Dump Bodies Invitation for Bid # Contract 12304

Specification RequirementsCategory III

CheckIf Meet

or Exceed

Describe Offered Alternatives

3. Shall have a full width mud flap located in front of the tires, and shall extend from the bottom of the frame rails to within 3 to 4 inches of the ground.

4. The body shall be equipped with two, 3-inch thick X 10-inch wide, full-length wooden sideboards and sideboard pockets.

5. A single 5/8-inch steel rebar walk rail shall be installed on both exterior, sides of the body, and located four inches above the bed floor.

6. Shall have a cab guard extending 24 inches over the chassis cab, to include a 24-inch X 24-inch rear view opening covered with expanded metal.

7. A three-rung ladder shall be installed on the right front side of the body and shall swing up to a lock position and down to a stop position. The ladder shall not extend past the height of the sideboards in the raised position, and shall not scratch or dent the body when in use.

8. The ladder shall not interfere with the operation of the body.

9. Two egress grab handles shall be installed at the ladder location

10. A double support type, and inter-connected dump body prop shall brace the bed in a raised position.

11. The dump body lift cylinder, shall the manufacturers standard.

12. The body lifting hydraulics shall have a power Up/Down system with pressure relief.

13. Shall have mud flaps in front of and to the rear of the rear tires.

14. Mud flaps will be black rubber, with the front mud flap having anti sail brackets. There will be no vendor advertisements on any mud flap.

15. The urethane spinner disc shall be 18” in diameter with six molded fins; and. shall be mounted on the left front portion of the body.

16. The spinner shaft shall be enclosed in a housing that has top and bottom bearings.

17. All hydraulic spinner fittings will be quick disconnect and accessible at the outer portion of the spinner mounting structure.

Bidder’s Company Name

38

Page 39: STATE OF WASHINGTON · Web viewAll welds associated with the dump body shall be continuous III. Tailgate: 1. The tailgate shall be a double wall, vertical tailgate that is hinged

Dump Bodies Invitation for Bid # Contract 12304

Specification RequirementsCategory III

CheckIf Meet

or Exceed

Describe Offered Alternatives

18. The spinner assembly shall have a spring-actuated impact system to prevent the spinner from damage in the event of a frontal impact.

19. All welds associated with the dump body shall be continuous

20. All body pivot pins, hinges and related components shall be outfitted with easily assessable grease zerts.

21. The floor shall have four-hinged blocks, bolted to the body’s longitudinal with 5/8-in. grade-5 bolts (welded hinges are not acceptable).

22. The blocks must have grease fittings with hose extensions for easy access at curbside of the body

23. Both exterior sides of the body shall have one strip of (Part# 980-52ES) diamond grade 3M reflective tape. The tape shall be positioned on the bottom side rail of the body and run full length.

25. When mounting the saddle for the hoist cylinder all mounting bolts will be accessible on the outside of the frame rails.

26. Shall have a four-section top “Grizzly Screens” with an angle iron frame. The screens shall not restrict the floor from rising or the tailgate from opening, and will cover the entire body.

III. Conveyor Assembly:

1. Shall be integral with the body floor and will be street side, front discharge.

2. The conveyer assembly will require a two-section, hinged cover. The covers will be held in the open position with a single pin that includes a retainer chain.

3. The chain trough shall extend from the tailgate to the front of the body.

4. The rear wall of the conveyor trough (body apron) must include a bolt-on cover that allows easy access for inspecting or removing conveyer chain and adjuster.

5. The conveyor chain shall be self-cleaning, pintle type.

Bidder’s Company Name

39

Page 40: STATE OF WASHINGTON · Web viewAll welds associated with the dump body shall be continuous III. Tailgate: 1. The tailgate shall be a double wall, vertical tailgate that is hinged

Dump Bodies Invitation for Bid # Contract 12304

Specification RequirementsCategory III

CheckIf Meet

or Exceed

Describe Offered Alternatives

6. The flight bars on the chain shall be 1/4-in. x 1 ¼-in. welded on 3-in. centers.

7. Steel shields must be formed down over the chain strands exposing only the flight bars to the sanding material.

8. Chain slack adjustment shall be achieved with grease cylinders.

9. The grease cylinders shall have grease fittings.

10. The conveyor floor must be replaceable 3/16-in. AR 400 Steel.

11. Belting must be installed at the rear of the conveyor to eliminate material spill from inside the body.

12. The chain flight bars will not come in contact with the teeth on any sprocket.

13. Shall have a, 25:1, cast gearbox with bronze worm and steel drive gears.

14. The gearbox case must include an oil fill cap and level gauge.

15. The gearbox shall be driven with a direct mount, high torque, low speed, hydraulic motor.

16. The conveyor drive shaft shall be 1 -in. diameter, with a 1 -1 in. diameter idler shaft and flame cut (Hard-OX metal) sprockets.

17. The carrier bearing for the shafts shall be self-aligning and greaseable.

IV. Tail g ate:

1. The tailgate shall be a vertical tailgate that is hinged at the top and bottom with a sloped top rail.

2. Shall have a 3-inch folding “D” ring welded to the top center.

3. The spread control chains shall be positioned on each side of the tailgate The chains shall have a 3/8-inch, grade 8; “Double Clevis Link” swivel located at the point where the chain attaches to the body.

Bidder’s Company Name

40

Page 41: STATE OF WASHINGTON · Web viewAll welds associated with the dump body shall be continuous III. Tailgate: 1. The tailgate shall be a double wall, vertical tailgate that is hinged

Dump Bodies Invitation for Bid # Contract 12304

Specification RequirementsCategory III

CheckIf Meet

or Exceed

Describe Offered Alternatives

4. One set of 3/8-inch high-test chain shall be provided and installed, to support the tailgate in the horizontal position. The chains shall have a 3/8-inch, grade 8; “Double Clevis Link” swivel located at the tailgate chain anchor point.

5. Tailgate latch shall be a straight air operated latch, utilizing an air pilot valve and an air release, spring lock cylinder.

6. Locks shall extend half way through the tailgate pin. Locks shall secure the tailgate pins when the tailgate is carried in the horizontal position.

7. The tailgate shall have (Part# 980-52ES) diamond grade 3 M tape, placed along the top and bottom exterior braces, and run full width.

V. Lighting:

1. All body lighting shall be Trucklite series 44 LED lights, using the Trucklite Series 88 harness.

2. When any wire passes through or around an object, the wire shall be protected from incurring damage.

3. All lights shall use a white wire ground system, wired to the chassis battery.

4. Located in the upper rear corner post of the body, shall be three, 4 inch ID round, 1/4-inch thick, light pockets.

5. The top pocket shall have a Trucklite 44212Y alternating amber strobe light, the second and third pockets shall have stop, tail, and turn lights. All three lights will be recessed into each pocket

6. The stop, turn and tail lamps shall be Truck-Lite, series 44, grommet mounted, red, sealed lamps.

7. All wiring harness used for the LED lights will be a compatible harness without the use of adapters.

8. The dump body shall have two Truck-Lite 10385Y grommet mounted; sealed red clearance lamps, mounted on the lower portion of each rear corner post.

9. Shall have an identification lamp assembly consisting of a mounting bracket, and three Truck-Lite 10385R red sealed lamps.

Bidder’s Company Name

41

Page 42: STATE OF WASHINGTON · Web viewAll welds associated with the dump body shall be continuous III. Tailgate: 1. The tailgate shall be a double wall, vertical tailgate that is hinged

Dump Bodies Invitation for Bid # Contract 12304

Specification RequirementsCategory III

CheckIf Meet

or Exceed

Describe Offered Alternatives

10. Shall have one; 1 inch galvanized threaded pipe on each side of the cab guard. These will intern be attached to a 90-degree street L, which in turn is attached to a 1-inch bung, which is welded to the cab guard. These will be the strobe light mounts. They will be located as far forward, and as high as possible.

11. Two, cab controlled Echo strobe lights (#6665A) will be installed on the mounts described above.

12. In order to illuminate the interior of the body, the cab guard shall have one, cab controlled, rubber housed, and adjustable work light (Trucklite 80360) located at the upper left corner.

13. In order to illuminate the spinner disk, one cab controlled, rubber housed, and adjustable work light (Trucklite 80360) located on the lower left corner of the chassis cab.

14. Shall have one, 12 conductor, or two, 6 conductor (with 12 gauge wirers) cables running down the right side frame rail of the chassis. These cable(s) shall be used for all body and accessory lighting. No junction boxes will be used.

15. All wiring connection points shall be watertight, and sealed using trucklite Series 88 connectors.

VI. Hydraulics:

1. Shall have an NHC AKIT-697-10009 or equal hydraulic kit installed. The kit shall have the following

a. Front PTO driven positive displacement pump.b. Four section valve body.c. All hoses, fittings, and wiring for proper

operation of all hydraulic and air actuated components.

d. The power down will be pre set at 500 psi.

2. Pump assembly shall be mounted to a front cross member, and be crankshaft driven using a NHC 60101 driveline.

3. All hydraulic fittings and hoses shall be supplied, and installed using Weatherhead components

4. All hoses and fittings shall be rated at 1.5 times the required working pressure. The main pressure line shall be an R-12 Weatherhead hose.

Bidder’s Company Name

42

Page 43: STATE OF WASHINGTON · Web viewAll welds associated with the dump body shall be continuous III. Tailgate: 1. The tailgate shall be a double wall, vertical tailgate that is hinged

Dump Bodies Invitation for Bid # Contract 12304

Specification RequirementsCategory III

CheckIf Meet

or Exceed

Describe Offered Alternatives

5. Shall have two bulkhead fittings with butterfly style QD connectors installed at the left front portion of the chassis, just below the front bumper, and spaced 6 inches apart. for plow up/down functions

6. Shall have two bulkhead fittings with butterfly style QD connectors installed on the right front portion of the chassis just below the front bumper and spaced 6 inches apart for plow right and left functions.

7. Non-metallic mounting blocks shall be utilized when attaching all-hydraulic lines to the truck chassis.

8. All hydraulic hoses will be protected from chafing and will not be bundled with electrical wires.

VII. Hydraulic Tank;

1. Shall be equipped with an elliptical shaped 40-gallon hydraulic oil tank, mounted on the curbside and as close to the rear axle as possible.

2. The tank shall be located as high on the frame rail as possible to ensure the tank oil level, is on a higher plain than the front hydraulic pump.

3. Hydraulic Oil Tank Components:

a. LHA-PBB-40-5-6S Breather Cap.

b. LHA-LG5T sight gauge.

c. LHA-M-23 reservoir magnet assembly.

d. LHA-TM 50-40 suction strainers.

e. LHA-BV32N ball valve, (suction outlet.)

f. LHA-BV20N ball valve (Between filter and tank).

g. LHA-SP60NAHV1 filter housing (Return Line).

h. IMO Gems LS 2050 series low-level sensing unit.

4. Shall have the capability to change the filter without draining the tank.

5. The return line to tank shall be 1 inch into the filter housing. From the filter housing to the ball valve shall be 1 1/4 inch line. No elbows shall be utilized at this point.

6. The hydraulic oil tank will be sloshed with an anti corrosive coating prior to final assembly.

7. All hydraulic oil shall be pre-filtered into the oil reservoir through a 10-micron filtration unit.

Bidder’s Company Name

43

Page 44: STATE OF WASHINGTON · Web viewAll welds associated with the dump body shall be continuous III. Tailgate: 1. The tailgate shall be a double wall, vertical tailgate that is hinged

Dump Bodies Invitation for Bid # Contract 12304

Specification RequirementsCategory III

CheckIf Meet

or Exceed

Describe Offered Alternatives

VIII. Valve Body Enclosure :

1. The main valve body and the remote sand spread control valve, shall be installed in a NHC 80030 or equal stainless steel water tight enclosure.

2. The cover shall be sealed around its perimeter to withstand the spray of a high-pressure washer sprayed at the enclosure at any angle

3. All hydraulic fittings shall be 37 degree JIC

4. All lines passing through the enclosure shall use sealed bulkhead fittings

5. Air actuators must be removable without removing the valve bank from the enclosure.

6. The enclosure shall mount on the left side frame rail, in front of the rear axles and as close to the front mud flap as possible.

7. All hydraulic lines and airlines installed in the enclosure shall be numeric and permanently labeled on the enclosure.

IX. Controls:

1. All controls annotated below will be labeled for function and will be backlit.

2. The sander control shall be a Norstar NS-200-OC or equal.

3. The sander control box shall be mounted on the side of the cab mounted lever control box.

4. No air lines shall be attached to, or bundled with, electrical wires

5. Shall have lever style controls in an NHC 50000 or equal control box, mounted on a pedestal, within 12 inches of the drivers seat without interfering with the operation of the truck. Additionally each lever will be backlit and labeled for function.

a. Front Plow Up/Down/ Front Plow Left/Right (Quad lever)

b. Dump Body Up/Down (One Lever)

6. The lever control box will have the ability to accept two additional levers and all needed hardware for proper function and control.

Bidder’s Company Name

44

Page 45: STATE OF WASHINGTON · Web viewAll welds associated with the dump body shall be continuous III. Tailgate: 1. The tailgate shall be a double wall, vertical tailgate that is hinged

Dump Bodies Invitation for Bid # Contract 12304

Specification RequirementsCategory III

CheckIf Meet

or Exceed

Describe Offered Alternatives

7. Shall have two, air toggle switches mounted on to the sander controls with toggle guards. They will operate the sander valve section and dump body tailgate. Both toggles shall have indicator lights with labeling for function.

8. Both of these switches shall be mounted in a uniform location on all equipment associated with this purchase. Tailgate (First), Sander (Second)

X. Trailer Towing:

1. The Pintle Hook shall be a 30-ton Holland for the single axle trucks and a 30-ton Holland Model PH300 with air-operated plunger for the tandem axle trucks.

2. All mounting hardware shall be Grade 8 and all steel shall be 50,000 psi. and flame cut. (Cast is not acceptable).

3. The pintle shall have an adjustable height of 26 and 32 inches, measured from the ground, to the draw bar eye rest, with no load in the dump body.

4. Shall have two safety chain D-rings.

5. Glad hands and covers shall be installed in brackets utilizing bulkhead fittings. They shall be positioned at a 45-degree downward angle and shall not be painted. (Covers shall be Red and Blue)

6. The chassis vendor supplied, 7-pole trailer connection will be installed above the pintle and shall not interfere with its operation when the pintle is in the open position.

XI Exterior Finish

1. The exterior finish is expected to be superior craftsmanship. There shall be no welding scale, rough, sharp edges or corners.

2. The entire unit, including the undercarriage, shall be painted with 3 mils dry of epoxy primer, and 3 mils dry of National Safety Yellow (Sikkens 4039 or Equal).

XII. Prototype Inspection:

To curtail manufacturing errors prior to delivery, the successful bidder shall arrange a prototype inspection for each style of body listed within this specification. Contractor will reimburse agency for this inspection

Bidder’s Company Name

45

Page 46: STATE OF WASHINGTON · Web viewAll welds associated with the dump body shall be continuous III. Tailgate: 1. The tailgate shall be a double wall, vertical tailgate that is hinged

Dump Bodies Invitation for Bid # Contract 12304

Specification RequirementsCategory III

CheckIf Meet

or Exceed

Describe Offered Alternatives

visit for cost pertaining to lodging, travel and meals. Accommodations & reimbursement will follow OFM guidelines.

XIII. Publications:

1. Each unit shall be delivered with an operator’s manual.

2. Bidders shall provide the Service, and Parts Manuals for this unit, as annotated below.

1 Parts Manual

1 Service Manual

XIII. Options

1. The bidder will supply individual installed pricing for the following items.

2. Rock Scowl (24 inch)

3. Asphalt Door (Revolving style w/handle)

4. Mechanical pull tarp.

5. Rotating Beacon lights (In lieu of Strobes)

6. Parker IQAN WSSF2004 hydraulic kit to include installation.

7. PHT VBPC-8SS stainless steel watertight enclosure.

8. Parker IQAN ISC2000EFJS sander control.

9. A Parker IAQ-MFH-2ER programmable electric, Joy Stick control mounted to the right side of the drivers seat, and will include all hydraulic and electric, components

10. Will have the following programmable functions.

a. Front Plow Up/Down

b. Front Plow Left/Right

c. Wing Plow Toe/Heel UP/Down

d. Wing Plow Up/Down

e. Under Body Plow Up/Down

f. Under Body Plow Left/Right

g. Dump Body Up/Down

h. Auto down pressure for underbody plows.

11. Parker XCP Control Module

Bidder’s Company Name

46

Page 47: STATE OF WASHINGTON · Web viewAll welds associated with the dump body shall be continuous III. Tailgate: 1. The tailgate shall be a double wall, vertical tailgate that is hinged

Dump Bodies Invitation for Bid # Contract 12304

Specification RequirementsCategory III

CheckIf Meet

or Exceed

Describe Offered Alternatives

12. Parker MDL Display module

13. A TENCO 2-14-23-0078, with lift cylinder. The lift cylinder hydraulic ports shall be facing the driver’s side of the truck.

a. All fasteners will be grade 8 with flanged headed bolts.

b. The front tow hooks shall be butted against the forward edge of the side plates.

c. None of the components associated with the Plow Frame will interfere with the chassis components, when installed.

d. Supplier shall ensure that the plow frames mounting holes are aligned for ease of pin removal and installation.

14. Alternate ladder mount on the street side of the body. A three-rung ladder shall be installed on the left front side of the body and shall swing up to a lock position and down to a stop position. The ladder shall not extend past the height of the sideboards in the raised position, and shall not scratch or dent the body when in use.

15. Shall have one, round, non-halogen, steel encased snowplow headlight, with high and low beam, mounted on both left and right fenders. The lights shall be properly wired, with no splices, and shall be aimed and aligned with the prism in the horizontal position

16. The snowplow lights shall be adjustable within a range of 72 to 74 inches measured from the ground to the center of the light.

17. The snowplow lights shall be adjustable within a range of 80 to 84 inches measured from the ground to the center of the light.

18. A circuit protected, and labeled low hydraulic oil light mounted on the dash of the chassis.

19. The hydraulics will have a feature that allows the operator to reverse direction of the spinner.

20. Dickey John “Control Point” ice and snow control system.

Bidder’s Company Name

47

Page 48: STATE OF WASHINGTON · Web viewAll welds associated with the dump body shall be continuous III. Tailgate: 1. The tailgate shall be a double wall, vertical tailgate that is hinged

Dump Bodies Invitation for Bid # Contract 12304

Specification RequirementsCategory III

CheckIf Meet

or Exceed

Describe Offered Alternatives

21. A 100-gallon chassis mounted pre wet system to include all items necessary for proper function and control. All items will be priced individually.

a. Cab controls

b. 100 Gal. poly. tank

c. Brass spray nozzles.

d. The system will be plumbed to discharge pre wet material onto the sanding spinner disc, at one of two locations.

1. The center rear of the chassis. (Used with rear discharge V-Hopper)

2. The left side of chassis behind the cab. (Used with front discharge V-Hopper, Frink and Tenco Dump Bodies)

e. The valve body and pump will be housed in a watertight stainless steel enclosure.

f. This enclosure will be mounted in a location that is easily accessible from the ground.

22. Two; tire chain storage hooks spaced 36 inches apart and welded beneath, the right side of the body.

23. A double support type, and inter-connected dump body prop will brace the bed in the raised position. This body prop will be cab controlled via air, hydraulic, or electric controls.

24. Bidder shall provide pricing for a Road Watch DC-I and a Road Watch 1 Surface Temperature Measuring System

25. The rear mud flap will have a secondary mounting location that is eight inches further forward than the standard location.

26. Chassis engine exhaust will enter the area between the longitudinal at the front of the body A sealed coupler between the exhaust pipe and floor-heating chamber must telescope to allow the floor to raise and lower.

27. Provide pricing for the mounting of all hydraulic levers and sander controls to the drivers seat. The control box will have the ability move with all air ride seat movements.

Bidder’s Company Name

48

Page 49: STATE OF WASHINGTON · Web viewAll welds associated with the dump body shall be continuous III. Tailgate: 1. The tailgate shall be a double wall, vertical tailgate that is hinged

Dump Bodies Invitation for Bid # Contract 12304

Category IV “V” Hopper Sander Body (Stainless Steel)

Specification RequirementsCategory IV

CheckIf Meet

or Exceed

Describe Offered Alternatives

I. General

1 The intent of this specification is to specify a front or rear discharge, stainless steel V -Hopper in lengths of 9 - 15 feet. Individual pricing will be provided for each size of hopper. The V-Hoppers will be the Monroe MV series stainless steel units in the various sizes annotated above.

2. All items listed within this specification will be required for all sizes of V-Hoppers.

3. The successful bidder will be required to deliver the completed unit to one of the delivery locations annotated below.

6431 Corson Ave. Seattle Wa. 98108

1551 North Wenatchee Ave. Wenatchee Wa. 98807

5720 Capitol Blvd. Tumwater Wa. 98501

4200 Main St. Vancouver Wa. 98668

2809 Rudkin Rd. Union Gap Wa. 98909-2560

221 E. North Foothills Dr. Spokane Wa. 99207-2090

4. The cab to axle measurement for the 5-6 yard chassis will be 96 inches, and the measurement for the 10-12 yard chassis will be 120 inches.

5. The intent of WSDOT is for these V-Hoppers to be easily removable and easily re-installed. With that in mind it is imperative that all connection points to include hydraulic, and electrical lines, be equipped with quick disconnect fittings.

6. All V- Hoppers will have the ability to be either a chassis mount unit or a slip in unit.

II. V-Hopper :

1. The hopper shall be constructed from 12 gauge 304 stainless steel.

2. The hopper sides shall be sloped at 45 degrees from the conveyor.

Bidder’s Company Name

49

Page 50: STATE OF WASHINGTON · Web viewAll welds associated with the dump body shall be continuous III. Tailgate: 1. The tailgate shall be a double wall, vertical tailgate that is hinged

Dump Bodies Invitation for Bid # Contract 12304

Specification RequirementsCategory IV

CheckIf Meet

or Exceed

Describe Offered Alternatives

3. Top edge of the V-Hopper shall be constructed from formed channel.

4. Shall be equipped with the manufacturers standard side support jacks.

5. Each end of the hopper shall have a 7 gauge 304 stainless steel adjustable gate.

6. Shall have a screw type jack for control, mounted on the curbside for either front or rear discharge units.

7. Shall have a 4-inch x 6-inch 10 gauge 304 stainless steel seam welded center beam to attach grizzly screen hinges.

8. The V-Hopper shall be equipped with removable thirty-three degree Grizzly screens.

9. The grizzly screens shall be made from 5/8-inch steel, with four-inch openings, to include an angle iron framework.

10. A four inch wide lifting point shall be installed on each corner of the Hopper. This may be a U shaped piece of stainless steel round stock, measuring four inches ID welded on each upper corner of the Hopper.

11. All welds associated with the V-Hopper shall be continuous

III. Conveyor, Conveyor Chain, Gear Box:

1. The conveyor longitudinal shall be 12” tall and made of 10 gauge 304 stainless steel

2. The longitudinal shall extend 10 inches beyond the hopper on the gear box end, and 2 inches on the idler end.

3. To protect the chain, the top edge of the longitudinal shall be covered and only the cross bars are exposed.

4. The conveyor floor shall be made of 304 stainless steel.

5. The conveyor chain shall be a double chain type, with 1/4 inch x 1-1/2 inch cross bars welded on both top and bottom. The cross bars will not come in contact with the sprockets.

6. The idler shaft shall be 2 inches in diameter.

Bidder’s Company Name

50

Page 51: STATE OF WASHINGTON · Web viewAll welds associated with the dump body shall be continuous III. Tailgate: 1. The tailgate shall be a double wall, vertical tailgate that is hinged

Dump Bodies Invitation for Bid # Contract 12304

Specification RequirementsCategory IV

CheckIf Meet

or Exceed

Describe Offered Alternatives

7. The idler shaft shall be supported by heavy duty; dust sealed, self-aligning ball bearings with grease fittings.

8. Shall have two flame cut two-piece, and keyed 8-tooth sprockets installed on the idler shaft.

9. The idler shaft shall be adjustable on either side of the Hopper.

10. The conveyor will be driven by a high torque, low speed “orbital type” hydraulic motor, directly coupled to the gear box (drive lines not acceptable).

11. The gearbox will have a 50-1 gear ratio.

12. The gearbox shall have a hardened worm drive and an aluminum bronze gear mounted on shafts supported by tapered roller bearings.

13. The output shaft on the gearbox, shall be 2 inches, and coupled to a 2-inch drive shaft, using a chain coupler.

IV. Lighting Option :

1. The light bar for the Hopper will be a Monroe 00077302 to include all LED lights and reflectors. A drawing is available upon request.

2. All hopper lighting shall be Trucklite series 44 LED, using the Trucklite Series 88 harness and connectors.

3 The light bar shall have a total of 6 four-inch flush and grommet mounted Trucklite series 44 LED lights positioned side by side and as follows.

a. The stop, tail and turn will be the two outboard lights. (Two per side)

b. The two inboard lights will be alternating flashing amber lights. (One per side)

c. The center three lights will also be Trucklite LED.

4. The ends of the light bar will have flush and grommet mounted red marker lights. (One per end)

5. Below the outer most stop, tail and turn lights will be a Trucklite rubber housed adjustable work light located on each side of the bar and will face rearward. These will function as

Bidder’s Company Name

51

Page 52: STATE OF WASHINGTON · Web viewAll welds associated with the dump body shall be continuous III. Tailgate: 1. The tailgate shall be a double wall, vertical tailgate that is hinged

Dump Bodies Invitation for Bid # Contract 12304

Specification RequirementsCategory IV

CheckIf Meet

or Exceed

Describe Offered Alternatives

backup lights. (One on each end)

6. The light bar will be shipped with an alternating flasher Napa #256 or equal.

7. The Trucklite series 88 harnesses will be built in such a manor as to not require any junction boxes.

8. This harness shall have a 25 foot seven conductor, conventionally wired, seven-wire cable, exiting the V-Hopper light bar. The running end will not have a connector and will be coiled and protected for shipping on the street side of the Hopper.

9. When any wire passes through or around an object, the wire shall be protected from incurring damage.

10. All lights shall use a white wire ground system.

11. In order to illuminate the interior of the V-Hopper, the light bar shall have one, cab controlled, rubber housed, adjustable work light, and aimed into the V-Hopper.

12. The light bar and all wiring shall be installed and will be operational prior to shipment.

13. All wiring connection points shall be watertight, and sealed.

VI Options

1. 25-1 Ratio Hydraulic Motor

2. 175 Gallon complete pre wet system with cab-mounted Raven 410 controls. Tanks will be Poly and mounted to the side of the Hopper.

3. Manufacturers standard Catwalk.

a. Catwalk placement heights of 9, 10, 13, and 14, inches. This is measured from the bottom of the conveyor floor to the top of the catwalk.

4. Raven 710 controls

5. Fold down stand with rubber tires. (To enable the V-Hopper to stand on its own)

6. Manufacturers standard sub frame.

Bidder’s Company Name

52

Page 53: STATE OF WASHINGTON · Web viewAll welds associated with the dump body shall be continuous III. Tailgate: 1. The tailgate shall be a double wall, vertical tailgate that is hinged

Dump Bodies Invitation for Bid # Contract 12304

Specification RequirementsCategory IV

CheckIf Meet

or Exceed

Describe Offered Alternatives

7. Ability to heat the Hopper with chassis exhaust.

8. The manufacturer’s standard single axle and tandem axle fenders.

9. A 12 inch X 10 inch tail gusset.

10. A skid length of 24 inches longer than the Hopper.

11. One front and one rear discharge door.

12. Optional gearbox locations, with the motor facing the rear.

a. Right Front

b. Left Front

c. Right Rear

d. Left Rear

13. Right or left side gate jack locations.

14. Vendors will provide various styles of top beam supports.

15. The hydraulics will have a feature that allows the operator to reverse direction of the spinner.

VII Exterior Finish

1. The exterior finish is expected to be superior craftsmanship. There shall be no welding scale, rough, or sharp edges.

2. The entire unit will be un-painted stainless steel.

Bidder’s Company Name

53

Page 54: STATE OF WASHINGTON · Web viewAll welds associated with the dump body shall be continuous III. Tailgate: 1. The tailgate shall be a double wall, vertical tailgate that is hinged

Dump Bodies Invitation for Bid # Contract 12304

Category V Wing Plow/Underbody Plow

Specification RequirementsCategory V

CheckIf Meet

or Exceed

Describe Offered Alternatives

I. General:

1. This specification intends to describe the Department of Transportation’s requirements for wing, and underbody plows.

2. The successful bidder may be required to pickup a unit (Truck) from a WSDOT designated location, install a plow (s) then deliver the completed unit to one of the delivery locations annotated below.

a. 6431 Corson Ave. Seattle WA. 98108

b. 1551 North Wenatchee Ave. Wenatchee WA. 98807

c. 5720 Capitol Blvd. Tumwater WA. 98501

d. 4200 Main St. Vancouver WA. 98668

e. 2809 Rudkin Rd. Union Gap WA. 98909-2560

f. 221 E. North Foothills Dr. Spokane WA. 99207-2090

4. The installation of all plows will take place at the successful bidder’s location.

5. Bidders shall provide installed and uninstalled pricing for all plows.

6. All wing and under body plows shall be a non-trip design.

7. All moldboard construction shall be a one-piece, fully welded, rolled steel design.

8. All mounting hardware for the wing and underbody plows will not interfere, or require any modification, to the chassis drive train.

9. All moldboard cutting edges will be top punched to AASHO bolt pattern.

10. Upon installation all plow hydraulics will be Bidder’s Company Name

54

Page 55: STATE OF WASHINGTON · Web viewAll welds associated with the dump body shall be continuous III. Tailgate: 1. The tailgate shall be a double wall, vertical tailgate that is hinged

Dump Bodies Invitation for Bid # Contract 12304

Specification RequirementsCategory V

CheckIf Meet

or Exceed

Describe Offered Alternatives

set with 500 pounds of down pressure.

11. Plows will be delivered with hardened steel (C1080) ½” x 6” cutting edges.

II. Wing Plow

1. Bidders will provide pricing for 8, 9, and 10-foot wing plows.

2. Bidder must provide wing plows for both left and right side mounting, to include all required hardware and hydraulic accessories.

3. All wing plows will be offered in front, mid and rear mount configurations.

4. Bidders shall provide pricing for various lengths of double function, single function, and full benching wing plows.

5. The leading height of the moldboard will be 27 to 29 inches and the trailing height will be 33 to 39 inches

6. Shall have a telescoping, and spring cushioned adjustable push bar with shear pin.

7. The mounting structure will not require any additional cab to body spacing.

8. Shall have a free float feature.

III. Underbody Plow

1. Bidders will provide pricing for 10, 11, and 12-foot lengths, of underbody plows.

2. Bidder must provide both reversing and non-reversing underbody plows with all mounting hardware and hydraulic accessories.

3. The center pin of the reversing mechanism will be greaseable with a replaceable bushing.

4. Shall have two double acting reversing cylinders.

5. Shall have a reversing capability of up to 45 degrees

Bidder’s Company Name

55

Page 56: STATE OF WASHINGTON · Web viewAll welds associated with the dump body shall be continuous III. Tailgate: 1. The tailgate shall be a double wall, vertical tailgate that is hinged

Dump Bodies Invitation for Bid # Contract 12304

Specification RequirementsCategory V

CheckIf Meet

or Exceed

Describe Offered Alternatives

IV. Options

1. HLT cylinders for wing plows.

2. A hydraulic cushion device to enable the wing plow to stow without damage to the dump body.

3. A fiber or a non-metallic moldboard fro both wing and underbody plows

V. Exterior Finish

1. The exterior finish is expected to be superior craftsmanship. There shall be no welding scale, rough, or sharp edges.

2. The unit shall be coated with 2 mils dry automotive quality primer, with an additional 2 mils dry National Safety Yellow (Sikkens 4039 or equal).

VI. Publications:

1. Each unit shall be delivered with an operator’s manual.

2. Bidders shall provide the Service, and Parts Manuals for each unit, as annotated below.

1 Parts Manual

1 Service Manual

Bidder’s Company Name

56

Page 57: STATE OF WASHINGTON · Web viewAll welds associated with the dump body shall be continuous III. Tailgate: 1. The tailgate shall be a double wall, vertical tailgate that is hinged

Dump Bodies Invitation for Bid # Contract 12304

3.4 PRICE SHEETCATEGORY I PRICE SHEET

1. Contractor Dump Bodies 3 / 4 cu. Yd. (Reference Section 3.3 Specifications Category I items I-XIII)(Estimated Annual Usage: 6 Each)

FOR PRODUCT BID STATE:

MFG: BRAND/MODEL:

PRICE PER UNITF.O.B. DESTINATION ANYWHERE IN: WESTERN WA EASTERN WA

Body for 96 inch CA chassis, state size:

Length: Width: $ $

2. Contractor Dump Bodies 5 / 6 cu. Yd. (Reference Section 3.3 Specifications Category I items I-XIII)(Estimated Annual Usage: 7 Each)

FOR PRODUCT BID STATE:

MFG: BRAND/MODEL:

PRICE PER UNITF.O.B. DESTINATION ANYWHERE IN: WESTERN WA EASTERN WA

Body for 96 inch CA chassis, state size:

Length: Width: $ $

3. Contractor Dump Bodies 10 / 12 cu. Yd. (Reference Section 3.3 Specifications Category I items I-XIII)(Estimated Annual Usage: 7 Each)

FOR PRODUCT BID STATE:

MFG: BRAND/MODEL:

PRICE PER UNITF.O.B. DESTINATION ANYWHERE IN: WESTERN WA EASTERN WA

Body for 120 inch CA chassis, state size:

Length: Width: $ $

CATEGORY I PRICE SHEET

Bidder’s Company Name

57

Page 58: STATE OF WASHINGTON · Web viewAll welds associated with the dump body shall be continuous III. Tailgate: 1. The tailgate shall be a double wall, vertical tailgate that is hinged

Dump Bodies Invitation for Bid # Contract 12304

4. Options In addition to the options listed below, vendors may list any available option for the equipment above for the state to review for approval to be added to this contract. Options are not part of the bid price. Refer to Section______

For Purchaser Installed Deduct: $ $ WESTERN WA EASTERN WA

The bidder will supply individual installed pricing for the following items:

1. Rock Scowl (24 inch) Add $

3. Asphalt Door (Revolving style w/handle) Add $

4. Mechanical pull tarp. Add $

5. Power up / Power down for the dump body with a 500 psi. relief on the down stroke. Add $

6. Rotating Beacon lights (In lieu of Strobes) Add $

7. Inverted lift cylinder (No Doghouse) Add $

8. Parker IQAN WSSF2004 hydraulic kit to include installation. Add $

9. PHT VBPC-8SS stainless steel watertight enclosure. Add $

10. Parker IQAN ISC2000EFJS sander control. Add $

11. A Parker IAQ-MFH-2ER programmable electric, Joy Stick control mounted to the right side of the drivers seat, and will include all hydraulic and electric, components Add $

12. Will have the following programmable functions.

a. Front Plow Up/Down

b. Front Plow Left/Right

c. Wing Plow Toe/Heel UP/Down

d. Wing Plow Up/Down

e. Under Body Plow Up/Down

f. Under Body Plow Left/Right

g. Dump Body Up/Down

h. Auto down pressure for underbody plows. Add $

13. NTE-40CST or equal hydraulic oil tank, cab guard combination in lieu of the standard body cab shield. Add $

14. Parker XCP Control Module Add $

15. Parker MDL Display module Add $

Bidder’s Company Name

58

Page 59: STATE OF WASHINGTON · Web viewAll welds associated with the dump body shall be continuous III. Tailgate: 1. The tailgate shall be a double wall, vertical tailgate that is hinged

Dump Bodies Invitation for Bid # Contract 12304

CATEGORY I PRICE SHEET

16. A Pro Tech toolbox module (Pro Tech 22-2299X277495 or equal) to be installed on dump truck chassis. Equipped as follows:

a. Single door on both the driver and passenger side, and assessable from the ground.

b. Lockable 3 point “T” handles

c. Two full width non-adjustable shelves. Add $

17. A TENCO 2-14-23-0078, with lift cylinder. The lift cylinder hydraulic ports shall be facing the driver’s side of the truck.

a. All fasteners will be grade 8 with flanged headed bolts.

b. The front tow hooks shall be butted against the forward edge of the side plates.

c. None of the components associated with the Plow Frame will interfere with the chassis components, when installed.

d. Supplier shall ensure that the plow frames mounting holes are aligned for ease of pin removal and installation. Add $

18. Alternate ladder mount on the street side of the body. A three-rung ladder shall be installed on the left front side of the body and shall swing up to a lock position and down to a stop position. The ladder shall not extend past the height of the sideboards in the raised position, and shall not scratch or dent the body when in use. Add $

19. Shall have one, round, non-halogen, steel encased snowplow headlight, with high and low beam, mounted on both left and right fenders. The lights shall be properly wired, with no splices, and shall be aimed and aligned with the prism in the horizontal position Add $

20. The snowplow lights shall be adjustable within a range of 72 to 74 inches measured from the ground to the center of the light. Add $

21. The snowplow lights shall be adjustable within a range of 80 to 84 inches measured from the ground to the center of the light. Add $

22. A circuit protected, and labeled low hydraulic oil light mounted on the dash of the chassis. Add $

22. The hydraulics will have a feature that allows the operator to reverse direction of the spinner. Add $

23. Dickey John “Control Point” ice and snow control system. Add $

Bidder’s Company Name

59

Page 60: STATE OF WASHINGTON · Web viewAll welds associated with the dump body shall be continuous III. Tailgate: 1. The tailgate shall be a double wall, vertical tailgate that is hinged

Dump Bodies Invitation for Bid # Contract 12304

CATEGORY I PRICE SHEET

24. A 100-gallon chassis mounted pre wet system to include all items necessary for proper function and control. All items will be priced individually.

a. Cab controls

b. 100 Gal. poly. tank

c. Brass spray nozzles.

d. The system will be plumbed to discharge pre wet material onto the sanding spinner disc, at one of two locations.

1. The center rear of the chassis. (Used with rear discharge V-Hopper)

2. The left side of chassis behind the cab. (Used with front discharge V-Hopper, Frink and Tenco Dump Bodies)

e. The valve body and pump will be housed in a watertight stainless steel enclosure.

f. This enclosure will be mounted in a location that is easily accessible from the ground. Add $

25. Bidder shall provide pricing for a Road Watch DC-I and a Road Watch 1 Surface Temperature Measuring System. Add $

26. Two; tire chain storage hooks spaced 36 inches apart and welded beneath, the right side of the body. Add $

27. A double support type, and inter-connected dump body prop will brace the bed in the raised position. This body prop will be cab controlled via air, hydraulic, or electric controls. Add $

28. The rear mud flap will have a secondary mounting location that is eight inches further forward than the standard location. Add $

29. WSDOT uses both chassis mount and slip in V-Hoppers. Bidders will provide pricing for the following with respect to the hydraulic system.

a. Dead head sanding circuit(s) at the valve body with Butterfly style quick disconnect fittings. This will accommodate a chassis mount front discharge V-Hopper sander.

b. Dead head the sanding circuit(s) to the rear of the chassis with Butterfly style quick disconnect fittings, mounted to the rear most cross member. This will accommodate a slip in V-Hopper or tailgate sanders. Additionally a steel support rod will be used to support the hydraulic hoses. Add $

30. Provide pricing for the mounting of all hydraulic levers and sander controls to the driver’s seat. The control box will have

the ability move with all air ride seat movements. Add $

Bidder’s Company Name

60

Page 61: STATE OF WASHINGTON · Web viewAll welds associated with the dump body shall be continuous III. Tailgate: 1. The tailgate shall be a double wall, vertical tailgate that is hinged

Dump Bodies Invitation for Bid # Contract 12304

CATEGORY II PRICE SHEET

1. 2-Way Dump Body 5 /6 4 cu. Yd. (Front and Rear Tipping) (Reference Section 3.3 Specifications Category II items I-XV)(Estimated Annual Usage: 7 Each)

Body for 96 inch CA chassis, state size:

Length: Width:

FOR PRODUCT BID STATE:

MFG: BRAND/MODEL:

F.O.B. DESTINATION ANYWHERE IN:

$ /Installed $ /InstalledWESTERN WA EASTERN WA

2. 2-Way Dump Body 10 /12 cu. Yd. (Front and Rear Tipping) (Reference Section 3.3 Specifications Category items I-XV)(Estimated Annual Usage: 8 Each)

Body for 120 inch CA chassis, state size:

Length: Width:

FOR PRODUCT BID STATE:

MFG: BRAND/MODEL:

F.O.B. DESTINATION ANYWHERE IN:

$ /Installed $ /InstalledWESTERN WA EASTERN WA

Bidder’s Company Name

61

Page 62: STATE OF WASHINGTON · Web viewAll welds associated with the dump body shall be continuous III. Tailgate: 1. The tailgate shall be a double wall, vertical tailgate that is hinged

Dump Bodies Invitation for Bid # Contract 12304

CATEGORY II PRICE SHEET

3. Options In addition to the options listed below, vendors may list any available option for the equipment above for the state to review for approval to be added to this contract. Options are not part of the bid price. Refer to Section 3.3

For Purchaser Installed Deduct: $ $ WESTERN WA EASTERN WA

The bidder will supply individual installed pricing for the following items: 1. Rock Scowl (24 inch) Add $

2. Asphalt Door (Revolving style w/handle) Add $

3. Mechanical pull tarp. Add $

4. Rotating Beacon lights (In lieu of Strobes) Add $

5. Parker IQAN WSSF2004 hydraulic kit to include installation. Add $

6. PHT VBPC-8SS stainless steel watertight enclosure. Add $

7. Parker IQAN ISC2000EFJS sander control. Add $

8. A Parker IAQ-MFH-2ER programmable electric, Joy Stick control mounted to the right side of the drivers seat, and will include all hydraulic and electric, components Add $

9. Will have the following programmable functions.

a. Front Plow Up/Down

b. Front Plow Left/Right

c. Wing Plow Toe/Heel UP/Down

d. Wing Plow Up/Down

e. Under Body Plow Up/Down

f. Under Body Plow Left/Right

g. Dump Body Up/Down

h. Auto down pressure for underbody plows.

10. Parker XCP Control Module Add $

11. Parker MDL Display module Add $

Bidder’s Company Name

62

Page 63: STATE OF WASHINGTON · Web viewAll welds associated with the dump body shall be continuous III. Tailgate: 1. The tailgate shall be a double wall, vertical tailgate that is hinged

Dump Bodies Invitation for Bid # Contract 12304

CATEGORY II PRICE SHEET

12. A TENCO 2-14-23-0078, with lift cylinder. The lift cylinder hydraulic ports shall be facing the driver’s side of the truck.

a. All fasteners will be grade 8 with flanged headed bolts.

b. The front tow hooks shall be butted against the forward edge of the side plates.

c. None of the components associated with the Plow Frame will interfere with the chassis components, when installed.

d. Supplier shall ensure that the plow frames mounting holes are aligned for ease of pin removal and installation. Add $

13. Alternate ladder mount on the street side of the body. A three-rung ladder shall be installed on the left front side of the body and shall swing up to a lock position and down to a stop position. The ladder shall not extend past the height of the sideboards in the raised position, and shall not scratch or dent the body when in use. Add $

14. Shall have one, round, non-halogen, steel encased snowplow headlight, with high and low beam, mounted on both left and right fenders. The lights shall be properly wired, with no splices, and shall be aimed and aligned with the prism in the horizontal position Add $

15. The snowplow lights shall be adjustable within a range of 72 to 74 inches measured from the ground to the center of the light. Add $

16 The snowplow lights shall be adjustable within a range of 80 to 84 inches measured from the ground to the center of the light. Add $

17. A circuit protected, and labeled low hydraulic oil light mounted on the dash of the chassis. Add $

18. The hydraulics will have a feature that allows the operator to reverse direction of the spinner. Add $

19. Dickey John “Control Point” ice and snow control system. Add $

Bidder’s Company Name

63

Page 64: STATE OF WASHINGTON · Web viewAll welds associated with the dump body shall be continuous III. Tailgate: 1. The tailgate shall be a double wall, vertical tailgate that is hinged

Dump Bodies Invitation for Bid # Contract 12304

CATEGORY II PRICE SHEET

20. A 100-gallon chassis mounted pre wet system to include all items necessary for proper function and control. All items will be priced individually.

a. Cab controls

b. 100 Gal. poly. tank

c. Brass spray nozzles.

d. The system will be plumbed to discharge pre wet material onto the sanding spinner disc, at one of two locations.

1. The center rear of the chassis. (Used with rear discharge V-Hopper)

2. The left side of chassis behind the cab. (Used with front discharge V-Hopper, Frink and Tenco Dump Bodies)

e. The valve body and pump will be housed in a watertight stainless steel enclosure.

f. This enclosure will be mounted in a location that is easily accessible from the ground. Add $

21. Two; tire chain storage hooks spaced 36 inches apart and welded beneath, the right side of the body. Add $

22. A double support type, and inter-connected dump body prop will brace the bed in the raised position. This body prop will be cab controlled via air, hydraulic, or electric controls. Add $

23. Bidder shall provide pricing for a Road Watch DC-I and a Road Watch 1 Surface Temperature Measuring System Add $

24. The rear mud flap will have a secondary mounting location that is eight inches further forward than the standard location. Add $

25. Provide pricing for the mounting of all hydraulic levers and there controls to the drivers seat. The control box will have the ability move with all air ride seat movements. Add $

Bidder’s Company Name

64

Page 65: STATE OF WASHINGTON · Web viewAll welds associated with the dump body shall be continuous III. Tailgate: 1. The tailgate shall be a double wall, vertical tailgate that is hinged

Dump Bodies Invitation for Bid # Contract 12304

CATEGORY III PRICE SHEET

1. Dump Body 5 /6 4 cu. Yd. (Side Tipping) (Reference Section 3.3 Specifications Category items I-XV)(Estimated Annual Usage: 2 Each)

Body for 96 inch CA chassis, state size:

Length: Width:

FOR PRODUCT BID STATE:

MFG: BRAND/MODEL:

F.O.B. DESTINATION ANYWHERE IN:

$ /Installed $ /InstalledWESTERN WA EASTERN WA

2. Dump Body 10 /12 cu. Yd. (Side Tipping) (Reference Section 3.3 Specifications Category items I-XV)(Estimated Annual Usage: 2 Each)

Body for 120 inch CA chassis, state size:

Length: Width:

FOR PRODUCT BID STATE:

MFG: BRAND/MODEL:

F.O.B. DESTINATION ANYWHERE IN:

$ /Installed $ /InstalledWESTERN WA EASTERN WA

Bidder’s Company Name

65

Page 66: STATE OF WASHINGTON · Web viewAll welds associated with the dump body shall be continuous III. Tailgate: 1. The tailgate shall be a double wall, vertical tailgate that is hinged

Dump Bodies Invitation for Bid # Contract 12304

CATEGORY III PRICE SHEET

3. Options In addition to the options listed below, vendors may list any available option for the equipment above for the state to review for approval to be added to this contract. Options are not part of the bid price. Refer to Section 3.3

For Purchaser Installed Deduct: $ $ WESTERN WA EASTERN WA

The bidder will supply individual installed pricing for the following items:

1. Rock Scowl (24 inch) Add $

2. Asphalt Door (Revolving style w/handle) Add $

3. Mechanical pull tarp. Add $

4. Rotating Beacon lights (In lieu of Strobes) Add $

5. Parker IQAN WSSF2004 hydraulic kit to include installation. Add $

6. PHT VBPC-8SS stainless steel watertight enclosure. Add $

7. Parker IQAN ISC2000EFJS sander control.

8. A Parker IAQ-MFH-2ER programmable electric, Joy Stick control mounted to the right side of the drivers seat, and will include all hydraulic and electric, components Add $

9. Will have the following programmable functions.

a. Front Plow Up/Down

b. Front Plow Left/Right

c. Wing Plow Toe/Heel UP/Down

d. Wing Plow Up/Down

e. Under Body Plow Up/Down

f. Under Body Plow Left/Right

g. Dump Body Up/Down

h. Auto down pressure for underbody plows. Add $

10. Parker XCP Control Module Add $

11. Parker MDL Display module Add $

Bidder’s Company Name

66

Page 67: STATE OF WASHINGTON · Web viewAll welds associated with the dump body shall be continuous III. Tailgate: 1. The tailgate shall be a double wall, vertical tailgate that is hinged

Dump Bodies Invitation for Bid # Contract 12304

CATEGORY III PRICE SHEET

12. A TENCO 2-14-23-0078, with lift cylinder. The lift cylinder hydraulic ports shall be facing the driver’s side of the truck.

a. All fasteners will be grade 8 with flanged headed bolts.

b. The front tow hooks shall be butted against the forward edge of the side plates.

c. None of the components associated with the Plow Frame will interfere with the chassis components, when installed.

d. Supplier shall ensure that the plow frames mounting holes are aligned for ease of pin removal and installation. Add $

14. Alternate ladder mount on the street side of the body. A three-rung ladder shall be installed on the left front side of the body and shall swing up to a lock position and down to a stop position. The ladder shall not extend past the height of the sideboards in the raised position, and shall not scratch or dent the body when in use. Add $

15. Shall have one, round, non-halogen, steel encased snowplow headlight, with high and low beam, mounted on both left and right fenders. The lights shall be properly wired, with no splices, and shall be aimed and aligned with the prism in the horizontal position Add $

16. The snowplow lights shall be adjustable within a range of 72 to 74 inches measured from the ground to the center of the light. Add $

17. The snowplow lights shall be adjustable within a range of 80 to 84 inches measured from the ground to the center of the light. Add $

18. A circuit protected, and labeled low hydraulic oil light mounted on the dash of the chassis. Add $

19. The hydraulics will have a feature that allows the operator to reverse direction of the spinner. Add $

20. Dickey John “Control Point” ice and snow control system. Add $

Bidder’s Company Name

67

Page 68: STATE OF WASHINGTON · Web viewAll welds associated with the dump body shall be continuous III. Tailgate: 1. The tailgate shall be a double wall, vertical tailgate that is hinged

Dump Bodies Invitation for Bid # Contract 12304

CATEGORY III PRICE SHEET

21. A 100-gallon chassis mounted pre wet system to include all items necessary for proper function and control. All items will be priced individually.

a. Cab controls

b. 100 Gal. poly. tank

c. Brass spray nozzles.

d. The system will be plumbed to discharge pre wet material onto the sanding spinner disc, at one of two locations.

1. The center rear of the chassis. (Used with rear discharge V-Hopper)

2. The left side of chassis behind the cab. (Used with front discharge V-Hopper, Frink and Tenco Dump Bodies)

e. The valve body and pump will be housed in a watertight stainless steel enclosure.

f. This enclosure will be mounted in a location that is easily accessible from the ground. Add $

22. Two; tire chain storage hooks spaced 36 inches apart and welded beneath, the right side of the body. Add $

23. A double support type, and inter-connected dump body prop will brace the bed in the raised position. This body prop will be cab controlled via air, hydraulic, or electric controls. Add $

24. Bidder shall provide pricing for a Road Watch DC-I and a Road Watch 1 Surface Temperature Measuring System Add $

25. The rear mud flap will have a secondary mounting location that is eight inches further forward than the standard location. Add $

26. Chassis engine exhaust will enter the area between the longitudinal at the front of the body A sealed coupler between the exhaust pipe and floor-heating chamber must telescope to allow the floor to raise and lower. Add $

27. Provide pricing for the mounting of all hydraulic levers and sander controls to the drivers seat. The control box will have the ability move with all air ride seat movements. Add $

Bidder’s Company Name

68

Page 69: STATE OF WASHINGTON · Web viewAll welds associated with the dump body shall be continuous III. Tailgate: 1. The tailgate shall be a double wall, vertical tailgate that is hinged

Dump Bodies Invitation for Bid # Contract 12304

CATEGORY IV PRICE SHEET

1. "V" HOPPER SANDER BODY, 9-15 ft. long (Stainless Steel)with front discharge in lengths of 9-15 ft. long. (Per Section 303, Specifications, Category IV, Items 1-19)

PRODUCT BID:MFG: BRAND/MODEL:

PER UNIT PRICEF.O.B DESTINATION ANYWHERE IN: WESTERN WA EASTERN WA

a. Hopper, 9 ft. $ $______________

Length Height Rcm’d CA (Estimated Annual Usage: 3 Each)

b. Hopper, 10 ft $ $

Length Height Rcm’d CA (Estimated Annual Usage: 3 Each)

c. Hopper, 11 ft $ $_____________

Length Height Rcm’d CA (Estimated Annual Usage: 5 Each)

d. Hopper, 12 ft $ $_____________

Length Height Rcm’d CA (Estimated Annual Usage: 3 Each)

e. Hopper, 13 ft $ $_____________

Length Height Rcm’d CA (Estimated Annual Usage: 3 Each)

f. Hopper, 14 ft $_____________ $_____________

Length Height Rcm’d CA (Estimated Annual Usage: 5 Each)

g. Hopper, 15 ft $____________ $____________

Length Height Rcm’d CA (Estimated Annual Usage: 3 Each)

Bidder’s Company Name

69

Page 70: STATE OF WASHINGTON · Web viewAll welds associated with the dump body shall be continuous III. Tailgate: 1. The tailgate shall be a double wall, vertical tailgate that is hinged

Dump Bodies Invitation for Bid # Contract 12304CATEGORY IV PRICE SHEET

4. Options In addition to the options listed below, vendors may list any available option for the equipment above for the state to review for approval to be added to this contract. Options are not part of the bid price. Refer to Section 3.3

For Purchaser Installed Deduct: $ $ WESTERN WA EASTERN WA

1. 25-1 Ratio Hydraulic Motor Add $

2. 175 Gallon complete pre wet system with cab-mounted Raven 410 controls. Tanks will be Poly and mounted to the side of the Hopper. Add $

3. Manufacturers standard Catwalk.

a. Catwalk placement heights of 9, 10, 13, and 14, inches. This is measured from the bottom of the conveyor floor to the top of the catwalk. Add $

4. Raven 710 controls Add $

5. Fold down stand with rubber tires. (To enable the V-Hopper to stand on its own) Add $

6. Manufacturers standard sub frame. Add $

7. Ability to heat the Hopper with chassis exhaust.

8. The manufacturers standard single axle and tandem axle fenders. Add $

9. A 12 inch X 10 inch tail gusset. Add $

10. A skid length of 24 inches longer than the Hopper. Add $

11. One front and one rear discharge door. Add $

12. Optional gearbox locations, with the motor facing the rear.

a. Right Front

b. Left Front

c. Right Rear

d. Left Rear Add $

13. Right or left side gate jack locations.

14. Vendors will provide various styles of top beam supports. Add $

15. The hydraulics will have a feature that allows the operator to reverse direction of the spinner. Add $

Bidder’s Company Name

70

Page 71: STATE OF WASHINGTON · Web viewAll welds associated with the dump body shall be continuous III. Tailgate: 1. The tailgate shall be a double wall, vertical tailgate that is hinged

Dump Bodies Invitation for Bid # Contract 12304

CATEGORY V PRICE SHEET

Item Description (a)8 foot length8 each

(b)9 Footlength8 each

(c)10 foot length

See note 1

(d)11 foot length2 each

(e)12 foot length2 each

(f)Deliver Plow

to E. WA

(g)Deliver Plow

to W. WA

Pickup/Delv Trk E. WA

Pickup/Delv Trk W. WA

(h)Plow

Installation

1. Wing Plow

2. Fixed under body Plows

No No

3. Reversing under body Plows

No No

4. Wing Plow Hydraulic Kit

5. Under body Hydraulic Kit

Note 1: Usage for 10 foot: Item 1c is 9 each; Item 2c is 2 each; Item 3c is 2 each; Item 4c is 9 each; Item 5c is 2 each.

Bidder’s Company Name

71

Page 72: STATE OF WASHINGTON · Web viewAll welds associated with the dump body shall be continuous III. Tailgate: 1. The tailgate shall be a double wall, vertical tailgate that is hinged

Dump Bodies Invitation for Bid # Contract 12304

3.5 CATALOGS AND PRICE SHEETSBidders shall furnish all necessary catalogs and latest dated published manufacturer’s price lists for products offered with their bid. Failure to do so may cause bid to be rejected. After contract award, contractor(s) shall provide catalogs and current price lists at no charge upon request to contract purchasers.

When submitting price sheets for bid evaluation one paper copy and one labeled (company name) electronic copy on a 3.5 disks or CD are required to accompany bid.

3.6 WARRANTY (IES)A. Bidder will submit a copy of warranty as an attachment to bid and items delivered under this

contract will also be accompanied by a copy of the warranty. Unless otherwise specified, full parts and labor warranty period shall be for a minimum period of one (1) year after receipt of materials or equipment by the Purchaser. All materials or equipment provided shall be new, unused, of the latest model or design and of recent manufacture. Copy to be submitted with bid.

B. Extended Warranty Bidder to submit extended warranty provisions offered on warranty attachment. The extended warranty cost will not be utilized in determining the lowest responsive bidder. Purchaser will make a determination if extended warranty is requires on an order by order basis. Cost wil be indicated on Section 3.4 Price Sheets.

C. In the event of conflict between contract terms and conditions and warranty submitted, to afford the state maximum benefits, the contract terms and conditions shall prevail.

3.7 REPAIR FACILITIESBidder shall provide by attached letter a list of authorized factory repair facilities, which will honor the warranty of items on contract. The list will include the facility (ies) name, address, telephone number, and contact person. Evidence showing qualification of each facility to perform maintenance must be included as follows:

Names of factory trained personnel at each facility.

Nature and extent of factory authorized training received and years of qualifying service on the equipment.

Bids that are submitted from manufacturers that require service through dealer outlets must include a letter signed by each dealer certifying full understanding and compliance with bid and servicing requirements.

3.8 DEALERS AUTHORIZATION A. Bidder, if other than the manufacturer, shall provide via attached letter the

following authorization with the returned bid. Failure to comply with this requirement will result in bid rejection.

B. Current dated and signed authorization from the manufacturer that bidder is an authorized distributor, dealer and/or service representative and is authorized to bid the manufacturer's product.

3.9 REFERENCESBidder shall furnish a minimum of three (3) references for which bidder has delivered goods or services on a contract similar in scope to that described in this IFB. See form http://www.ga.wa.gov/PCA/Forms/REFERENCES.doc or main page http://www.ga.wa.gov/PCA/regulat.htm

72

Page 73: STATE OF WASHINGTON · Web viewAll welds associated with the dump body shall be continuous III. Tailgate: 1. The tailgate shall be a double wall, vertical tailgate that is hinged

Dump Bodies Invitation for Bid # Contract 12304

3.10 SUPPLEMENTAL INFORMATION

Bidders shall complete the following required information. Where additional space is needed and/or where specifically requested, submit an attached letter.

Bid Requirements

Identify any subcontractors who will perform services in fulfillment of contract requirements and nature of services performed:

____________________________________________________________________________

____________________________________________________________________________

____________________________________________________________________________

____________________________________________________________________________

____________________________________________________________________________

____________________________________________________________________________

73

Page 74: STATE OF WASHINGTON · Web viewAll welds associated with the dump body shall be continuous III. Tailgate: 1. The tailgate shall be a double wall, vertical tailgate that is hinged

Dump Bodies Invitation for Bid # Contract 12304

4 BID EVALUATION

4.1 EVALUATION / AWARDWhen submitting price sheets for bid evaluation one paper copy and one labeled (company name) electronic copy on a 3.5 disks or CD are required to accompany bid.

In conjunction with Part Two, Competitive Procurement Standards, Section III, Clause #28, the award of this contract will be based upon the lowest total cost to the state and the prices submitted for bid evaluation in Section 303 on an “All or None” basis by category, or group of categories with consideration given to responsiveness to bid specifications, costs, minimum orders, prompt payment discounts and other statutory requirements Using the following format:

Installed Price Totals For:

Category I Contractor Style Dump Body; 3/4, 5/6, and 10/12 YardItem 1 Price averaged x 6 (estimated annual usage) x 2 (contract term); plusItem 2 Price averaged x 7 (estimated annual usage) x 2 (contract term); plusItem 3 Price averaged x 7 (estimated annual usage) x 2 (contract term); equals lowest cost for Category I.

Category II Front, and Rear, Tipping Dump Body; 5/6 Yard, and 10/12 YardItem 1 Price averaged x 7 (estimated annual usage) x 2 (contract term); plusItem 2 Price averaged x 8 (estimated annual usage) x 2 (contract term); equals lowest cost for Category II.

Category III Side, Tipping Dump Body; 5/6 Yard, and 10/12 YardItem 1 Price averaged x 1 (estimated annual usage) x 2 (contract term); plusItem 2 Price averaged x 2 (estimated annual usage) x 2 (contract term); equals lowest cost for Category III.

Category IV “ V” Hopper Sander Body (Stainless Steel) Item 1a, 1b, 1c, 1d, 1e, 1f, and 1g Prices averaged x 3, 3, 5, 3, 3, 5 and 3 (estimated annual usage) x 2 (contract term); equals lowest cost for Category IV.

Category V Wing Plow/Underbody PlowItem 1a, 1b, and 1C Prices averaged +1f and 1g Prices averaged + 1h x 25 (estimated annual usage) x 2 (contract term);

Item 2c, 2d, and 2e Prices averaged +2f and 2g Prices averaged + 2h x 25 (estimated annual usage) x 2 (contract term);

Item 3c, 3d, and 3e Prices averaged +3f and 3g Prices averaged + 3h x 25 (estimated annual usage) x 2 (contract term);

Item 4a, 4b, and 4C Prices averaged +4f and 4g Prices averaged + 4h x 25 (estimated annual usage) x 2 (contract term);

Item 5c, 5d, and 5e Prices averaged +5f and 5g Prices averaged + 5h x 25 (estimated annual usage) x 2 (contract term); equals lowest cost for Category V

74

Page 75: STATE OF WASHINGTON · Web viewAll welds associated with the dump body shall be continuous III. Tailgate: 1. The tailgate shall be a double wall, vertical tailgate that is hinged

Dump Bodies Invitation for Bid # Contract 12304

4.2 EVALUATION CONFERENCETo aid in the evaluation process, after bid opening, the state may require individual bidders to appear at a date, time and place determined by the state for the purpose of conducting discussions to determine whether both parties have a full and complete understanding of the nature and scope of contractual requirements. In no manner shall such action be construed as negotiations or an indication of the state’s intention to award.

5 CONTRACT REQUIREMENTS

5.1 RETENTION OF RECORDSThe contractor shall maintain, for at least three years after completion of this contract, all relevant records pertaining to this contract. This shall include, but not be limited to, all records pertaining to actual contract performance from the date of contract award. It shall also include information necessary to document the level of utilization of MWBE’s and other businesses as subcontractors and suppliers in this contract as well as any efforts the contractor makes to increase the participation of MWBE’s. The contractor shall also maintain, for at least three years after completion of this contract, a record of all quotes, bids, estimates, or proposals submitted to the Contractor by all businesses seeking to participate as subcontractors or suppliers in this contract. The State shall have the right to inspect and copy such records. If this contract involves federal funds, Contractor shall comply with all record keeping requirements set forth in any federal rules, regulations, or statutes included or referenced in the contract documents.

5.2 USAGE REPORTSThe contractor(s) must provide the following report(s) to Office of State Procurement.

Sales and Subcontractor Report:A quarterly Sales and Subcontractor Report (attached) shall be submitted in the format provided by the Office of State Procurement. You can get the report electronically at http://www.ga.wa.gov/PCA/forms/usage.doc. Total purchases for each State Agency, University, Community and Technical Colleges must be shown separately. Total purchases for all political subdivisions and non-profit organizations may be summarized as one customer. Additionally, all purchases by the State of Oregon or other purchasers must be reported as an aggregate total.

The report shall include sales information (Section A) and amounts paid to each subcontractor during the reporting period (Section B).

Reports should be rounded to nearest dollar. Contractors will be provided with all necessary sample forms, instructions, and lists. Reports are due thirty (30) days after the end of the calendar quarter, i.e., April 30th, July 31st, October 31st and January 31st.

75

Page 76: STATE OF WASHINGTON · Web viewAll welds associated with the dump body shall be continuous III. Tailgate: 1. The tailgate shall be a double wall, vertical tailgate that is hinged

Dump Bodies Invitation for Bid # Contract 12304

6 SPECIAL TERMS AND CONDITIONS

6.1 INSURANCEA. General Requirements: Contractor shall, at their own expense, obtain and keep in force insurance as

follows until completion of the contract. Within fifteen (15) calendar days of receipt of notice of award, the Contractor shall furnish evidence in the form of a Certificate of Insurance satisfactory to the state that insurance, in the following kinds and minimum amounts has been secured. Failure to provide proof of insurance, as required, will result in contract cancellation.

Contractor shall include all subcontractors as insureds under all required insurance policies, or shall furnish separate Certificates of Insurance and endorsements for each subcontractor. Subcontractor(s) must comply fully with all insurance requirements stated herein. Failure of subcontractor(s) to comply with insurance requirements does not limit Contractor’s liability or responsibility.

All insurance provided in compliance with this contract shall be primary as to any other insurance or self-insurance programs afforded to or maintained by State.

B. Specific Requirements:1. Employers Liability (Stop Gap): The Contractor will at all times comply with all applicable

workers’ compensation, occupational disease, and occupational health and safety laws, statutes, and regulations to the full extent applicable and will maintain Employers Liability insurance with a limit of no less than $1,000,000.00. The state will not be held responsible in any way for claims filed by the Contractor or their employees for services performed under the terms of this contract.

2. Commercial General Liability Insurance : The Contractor shall at all times during the term of this contract, carry and maintain commercial general liability insurance and if necessary, commercial umbrella insurance for bodily injury and property damage arising out of services provided under this contract. This insurance shall cover such claims as may be caused by any act, omission, or negligence of the Contractor or its officers, agents, representatives, assigns, or servants.

The insurance shall also cover bodily injury, including disease, illness, and death and property damage arising out of the Contractor’s premises/operations, independent contractors, products/completed operations, personal injury and advertising injury, and contractual liability (including the tort liability of another assumed in a business contract), and contain separation of insureds (cross liability) conditions.

Contractor waives all rights against the State for the recovery of damages to the extent they are covered by general liability or umbrella insurance.

The limits of liability insurance shall not be less than as follows: General Aggregate Limits (other than products-

completed operations)$2,000,000

Products-Completed Operations Aggregate $2,000,000 Personal and Advertising Injury Aggregate $1,000,000

Each Occurrence (applies to all of the above) $1,000,000 Fire Damage Limit (per occurrence) $ 50,000 Medical Expense Limit (any one person) $ 5,000

76

Page 77: STATE OF WASHINGTON · Web viewAll welds associated with the dump body shall be continuous III. Tailgate: 1. The tailgate shall be a double wall, vertical tailgate that is hinged

Dump Bodies Invitation for Bid # Contract 12304

3. Business Auto Policy (BAP) : In the event that services delivered pursuant to this contract involve the use of vehicles, or the transportation of clients, automobile liability insurance shall be required. The coverage provided shall protect against claims for bodily injury, including illness, disease and death; and property damage caused by an occurrence arising out of or in consequence of the performance of this service by the Contractor, subcontractor, or anyone employed by either.

Contractor shall maintain business auto liability and, if necessary, commercial umbrella liability insurance with a combined single limit not less than $1,000,000 per occurrence. The business auto liability shall include Hired and Non-Owned coverage.

Contractor waives all rights against the State for the recovery of damages to the extent they are covered by business auto liability or commercial umbrella liability insurance.

4. Additional Provisions : Above insurance policies shall include the following provisions:a. Additional Insured: The State of Washington and all authorized contract users

shall be named as an additional insured on all general liability, umbrella, excess, and property insurance policies. All policies shall be primary over any other valid and collectable insurance.

Notice of policy(ies) cancellation/non-renewal: For insurers subject to RCW 48.18 (Admitted and regulated by the Washington State Insurance Commissioner) a written notice shall be given to the State forty-five (45) calendar days prior to cancellation or any material change to the policy(ies) as it relates to this contract.

For insurers subject to RCW 48.15 (Surplus Lines) a written notice shall be given to the State twenty (20) calendar days prior to cancellation or any material change to the policy(ies) as it relates to this contract.

If cancellation on any policy is due to non-payment of premium, the State shall be given a written notice ten (10) calendar days prior to cancellation.

b. Identification: Policy(ies) and Certificates of Insurance must reference the state’s bid/contract number.

c. Insurance Carrier Rating: The insurance required above shall be issued by an insurance company authorized to do business within the State of Washington. Insurance is to be placed with a carrier that has a rating of A- Class VII or better in the most recently published edition of Best’s Reports. Any exception must be reviewed and approved by General Administration’s Risk Manager, or the Risk Manager for the State of Washington, by submitting a copy of the contract and evidence of insurance before contract commencement. If an insurer is not admitted, all insurance policies and procedures for issuing the insurance policies must comply with Chapter 48.15 RCW and 284-15 WAC.

77

Page 78: STATE OF WASHINGTON · Web viewAll welds associated with the dump body shall be continuous III. Tailgate: 1. The tailgate shall be a double wall, vertical tailgate that is hinged

Dump Bodies Invitation for Bid # Contract 12304

6.2 PRICING AND ADJUSTMENTSUnless otherwise stipulated all bids must include unit prices and extensions where applicable and be otherwise in the format requested.

All bid pricing is to be FOB Destination, freight prepaid and included, for any destination within the State of Washington. If bidder agrees to extend contract pricing to State of Oregon ORCCP members, a percent increase to bid pricing to accommodate additional freight costs to Oregon locations may be indicated in Section IV, Bid Submittals.

All pricing shall include the costs of bid preparation, servicing of accounts, and all contractual requirements. During contract period pricing shall remain firm and fixed for at least 180 calendar days after effective date of contract.

Adjustments in pricing will be considered after firm fixed price period on a pass through basis only. A minimum of 45 calendar days advance written notice of price increase is required which is to be accompanied by sufficient documentation to justify the requested increase. Acceptance will be at the discretion of the State Procurement Officer and shall not produce a higher profit margin than that established on the original contract pricing. Approved price adjustments shall remain unchanged for at least 180 calendar days thereafter.

During the contract period, any price declines at the manufacturer’s level or cost reductions to Contractor shall be reflected in a reduction of the contract price retroactive to Contractor's effective date.

During the term of this contract, should the contractor enter into pricing agreements with other customers providing greater benefits or lower pricing, contractor shall immediately amend the state contract to provide similar pricing to the state if the contract with other customers offers similar usage quantities, and similar conditions impacting pricing. Contractor shall immediately notify the state of any such contracts entered into by contractor.

6.3 SURCHARGES:Request’s for price adjustments for goods and services under this contract will be made as outlined under paragraph 6.2 above.

However, so as to avoid inflating cost for goods and services under this contract the state reserves the right to review and approve/disapprove any request for price adjustment submitted from the contractor that has resulted from manufactures passing on to contractor the rising cost of steel in the markets in the way of a surcharge to minimize price increases.

Contractor will submit with their request supporting documentation detailing how the requested surcharge amounts were computed, how they effect the product on contract, and the reasons for such surcharges. These requests will be reviewed on a case by case basis and if approved contractor will add such surcharge to customer invoice as a separate line. Contract price will remain unchanged.

6.4 MATERIALS AND WORKMANSHIPThe Contractor shall be required to furnish all materials, equipment and/or services necessary to perform contractual requirements. Materials and workmanship in the construction of equipment for this contract shall conform to all codes, regulations and requirements for such equipment, specifications contained herein, and the normal uses for which intended. Materials shall be manufactured in accordance with the best commercial practices and standards for this type of equipment.

78

Page 79: STATE OF WASHINGTON · Web viewAll welds associated with the dump body shall be continuous III. Tailgate: 1. The tailgate shall be a double wall, vertical tailgate that is hinged

Dump Bodies Invitation for Bid # Contract 123046.5 CONTRACTOR PERFORMANCE

General Requirements: The state, in conjunction with purchasers, monitors and maintains records of Contractor performance. Said performance shall be a factor in evaluation and award of this and all future contracts. Purchasers will be provided with product/service performance report forms to forward reports of superior or poor performance to the State Procurement Officer.

6.6 BIDDER COMPLIANCEThe State reserves the right to consider the actual level of bidder’s compliance with the requirements specified in this IFB, and to consider a bid responsive if it substantially complies with the state’s intent relative to overall bid requirements and specifications.

6.7 AWARD/BID RESULTSUpon award, notification will be sent to all participating bidders. Additional information may be obtained by reviewing the purchase file after award. Bid results will not be given over the phone.

To obtain bid results include with bid a stamped, self-addressed envelope.

When award notification is made available, bidders may choose to: Download the Current Contract Information document (CCI) from OSP’s website or; Schedule an appointment to review files or; Forward a Request for Public Record to obtain information regarding unsuccessful bidders.

6.8 DEMONSTRATIONYou may be required to demonstrate your equipment/product at the “ship to” address. Be prepared to do so within 14 days of notification

6.9 DESCRIPTIVE LITERATUREPlease include descriptive literature identifying product bid.

6.10 NOTE TO BIDDERS:Failure to complete the attached specification sheet may be cause to find your bid/quote non-responsive.

6.11 REGISTRATIONAll necessary paperwork to register the unit with the Washington State Department of Licensing as a motor vehicle will be furnished at the time of delivery. This includes a “manufacturer’s statement of origin” (MSO) and Washington State title application.

6.12 DEALER/MANUFACTURE OPTIONSOptions provided in this bid vary by manufacture. So as not to inflate cost for options provided bidders will provide options at manufactures retail suggested price to dealer, or in cases where manufactures option price can be discount by the dealer that price will be accepted. The State reserves the right not to award any option that appears to have an inflated cost. Manufactures cost guides for these options shall be provided with the bid. If this information be considered proprietary bidders shall handle information as outlined in paragraph 6.13 below.

6.13 PROPRIETARY INFORMATION:Supplier should clearly identify any material which constitutes valuable formulae, designs, drawings, and research data claimed to be exempt from public disclosure RCW 42.17.310, along with a statement of the basis for such claim of exemption. The agency will give notice to the supplier of any request for disclosure of such information received within 5 (five) years from the date of submission. Failure to so label such materials or to timely respond after notice of request for public disclosure has been given shall be deemed a waiver by the submitting supplier of any claim that such materials are, in fact, so exempt.

79