Current Contract Information Form s6

Total Page:16

File Type:pdf, Size:1020Kb

Current Contract Information Form s6

State of Washington Current Contract Information Change Notice 3 Effective: April 15, 2010

Contract number: 12404 Commodity code: 2590 Contract title: Truck, Manlifts 54 Foot with Pedestal Purpose: CONTRACT PRICE ADJUSTMENT Original award date: 02/14/05 Current Period: 02/14/2009 through: 02/13/2011 Contract type: This contract is designated as convenience use. SCOPE OF CONTRACT This contract is awarded to one contractor. Primary user agency: Washington State Department of Transportation For use by: All State Agencies, Political Subdivisions of Washington and Oregon State, Qualified Non-profit Corporations, Materials Management Center, Participating Institutions of Higher Education (College and Universities, Community and Technical Colleges).

Contractor: Terex Utilities Contact: David M. Blanding Address: PO Box 23009 Phone: (503)924-1570 Portland, OR 97281 FAX: (503) 684-7579 Email: [email protected] Supplier No.: W547 Fed. I.D. No.: 93-0557703 This page contains key contract features. Find detailed information on succeeding pages. For more information on this contract, or if you have any questions, please contact your local agency Purchasing Office, or you may contact our office at the numbers listed below.

Contract Specialist: Corinna Cooper Customer Service Phone Number: (360) 902-7440 Phone Number: (360) 902-7400 Fax Number: (360) 586-2426 Fax Number: (360) 586-1944 Email: [email protected] Email: [email protected]

Visit our Internet site: http://www.ga.wa.gov/purchase

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.

0458033ba54a9f4701b8beeccf851d86.doc REV 2003-04-01 Current Contract Information Contract No. 12404 Change Notice No. 3 Page 2

Products/Services available: Truck, Manlift 54/60 Foot w/Pedestals Ordering information: See page 2 Note III Ordering procedures: See page 2 Note II Special notes: See Below Payment address: File 57239, Los Angeles, CA 90074-7239 Order placement address: 9426 8th Ave South, Seattle, WA 98108 Minimum orders: None Delivery time: 210 - 280 days After Receipt of Order (ARO) Payment terms: Net 30 days Shipping destination: Free On Board (FOB) Destination to all WSDOT, FOB Dealer for all other orders Freight: Prepaid and included in unit pricing Contract pricing: See pages Term worth: $500,000.00 $0.00 MBE $0.00 WBE $844,902.00 OTHER $0.00 EXEMPT Current participation: MBE 0% WBE 0% OTHER 0% EXEMPT 0% Recovered material:

NOTES: I. Best Buy: The following provision applies to mandatory use contracts only. This contract is subject to RCW 43.19.190(2) & RCW 43.19.1905(7): which authorizes state agencies to purchase materials, supplies, services, and equipment of equal quantity and quality to those on state contract from non- contract suppliers. Provided that an agency subsequently notifies the Office of State Procurement (OSP) State Procurement Officer (SPO) that the pricing is less costly for such goods or services than the price from the state contractor.

If the non-contract supplier's pricing is less, the state contractor shall be given the opportunity by the state agency to at least meet the non-contractor's price. If the state contractor cannot meet the price, then the state agency may purchase the item(s) from the non-contract supplier, document the transactions on the appropriate form developed by OSP and forwarded to the SPO administering the state contract. (Reference General Authorities document)

If a lower price can be identified on a repeated basis, the state reserves the right to renegotiate the pricing structure of this agreement. In the event such negotiations fail, the state reserves the right to delete such item(s) from the contract.

II. State Agencies: Submit Order directly to Contractor for processing. Political Subdivisions: Submit orders directly to Contractor referencing State of Washington contract number. If you are unsure of your status in the State Purchasing Cooperative call (360) 902-7415.

III. Only authorized purchasers included in the State of Washington Purchasing Cooperative (WSPC) and State of Oregon Cooperative Purchasing Program (DASCPP/ORCPP) listings published and updated periodically by OSP and DAS may purchase from this contract. It is the contractor’s responsibility to verify membership of these organizations prior to processing orders received under this contract. A list 2 Current Contract Information Contract No. 12404 Change Notice No. 3 Page 3

of Washington members is available on the Internet http://www.ga.wa.gov/servlet/PCACoopListSv, and a list of the Oregon members is available at http://tpps.das.state.or.us/purchasing/cooperative/coop- menu.html contractors shall not process state contract orders from unauthorized users.

SPECIAL CONDITIONS: 1. Current Contract Information (CCI): This Current Contract Information (Change Notice No. 3) approves a price increase on Contract 12404- Truck Manlift 54 Foot with Terex Utilities.

2. Certificate of Insurance: Contractor to furnish to the State Procurement Officer, a copy of a valid Certificate of Insurance listing the State as beneficiary (See Original Bid Document, Section II, Paragraph 1) within Fifteen (15) days after Contractor receipt of award notice. Certificate is to include contract number 12404.

3. Warranty: Bidder will submit a copy of warranty with items delivered under this contract. 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. Refer to Attachment “B”

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.

4. 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/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 reports 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 the 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.

3 Current Contract Information Contract No. 12404 Change Notice No. 3 Attachment “A” Page 4

ATTACHMENT “A” PRICE SHEET

Req. Comm Description Unit Unit Price Item . Code 1. 2590 Chassis For Manlift 54 Foot With Pedestal. EACH $75,230.00 Section 3.3, Specifications. (Chassis price only).

For Product Bid State: Mfg.: International Brand/Model: 7400

2. 2590 Manlift 54 Foot With Pedestal. Refer to EACH $145,859.00 Section III, Specifications. (Manlift price only).

For Product Bid State: Mfg.: Terex Telelect Brand/Model:TE403

4 Current Contract Information Contract No. 12404 Change Notice No. 3 Attachment “C” Page 5 ATTACHMENT “B” SPECIFICATIONS

Washington State Department of Transportation Vehicle & Equipment Bidding Requirements

Acceptance of Terms: Acceptance of a state Purchase Order (PO) for any units affiliated with this purchase constitutes acceptance of, and agreement with, all of the general and specific requirements and stipulations listed in this boiler plate, and in the attached equipment specification(s); including all penalties mentioned.

By signature, I acknowledge the above acceptance statement: General: Units bid for this purchase must be new (unused), current production models that require no manufacturer or dealership modifications. Units may be sold, prepared, and delivered to WSDOT, or a designated agent, only by a dealer who is factory franchised for the specific makes and models of equipment offered.

All accessories and features listed herein shall be those supplied by the original equipment manufacturer (OEM). Any accessories, features, or operational performance required by FMVSS, Washington State Motor Vehicle Laws, OSHA or WISHA laws or mandates, that apply to the equipment being bid, shall be provided by the manufacturer. All units associated with this purchase shall be of the same design and quality as those sold through normal retail channels; and they shall possess the latest technology, accessories, and features offered on standard retail unit; whether or not they are called for in the following specifications.

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.

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. Such demonstrations must be conducted within seven calendar days after notification.

Equipment Specification Compliance Inspections; Delivery; and Acceptance: 5 Current Contract Information Contract No. 12404 Change Notice No. 3 Attachment “C” Page 6

To minimize time involvement and transportation costs to resolve equipment non-compliance issues, WSDOT will conduct specification compliance inspections at the supplier’s location prior to equipment delivery. Suppliers must contact the WSDOT Equipment Administration Office, at (360) 705-7869, to arrange for compliance inspections. To allow for a reasonable reaction time, this notification must be at least 5 working days prior to a desired inspection date.

Equipment suppliers are responsible for ensuring that all units are job ready and comply with all of the requirements listed in the boilerplate and specification(s) of this purchase, prior to a compliance inspection. This includes presenting the following documentation for each unit during the inspection: 1. The manufacturer’s line production sheet reflecting the equipment serial numbers, and listing all of the unit’s components 2. Completed Invoice 3. The Manufacturer’s Statement of Origin (MSO) 4. Axle weight slips (for all units with axles) 5. The title application reflecting both the legal and registered owner as: Washington State Department of Transportation Olympia, Washington 98504-7357

When equipment fails to meet a compliance inspection, the supplier hereby agrees to reimburse WSDOT for any travel, per diem, and labor costs associated with all necessary re-inspection(s). Such reimbursement shall be deducted from the invoiced amount at final payment.

Equipment shall not be delivered to a WSDOT location until this inspection has successfully occurred, and a signed copy of the WSDOT specification compliance worksheet has been issued to the supplier. Failure to comply with this specific 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.

After a unit successfully passes a compliance inspection, it may be delivered to WSDOT facilities between the hours of 7:00 am and 3:00 pm -- Monday through Friday. Deliveries shall not occur during other hours; or on weekends; or on recognized state and federal holidays. Suppliers must notify the phone number annotated in the ship to block of the purchase order at least 24 clock hours prior to equipment delivery, to ensure that a WSDOT employee is available to sign and date the delivery acceptance of the unit(s). Equipment left at a WSDOT facility without being signed for by an appropriate employee, will not be considered accepted by WSDOT; and WSDOT will not accept responsibility for the safeguard of such equipment. Failure to comply with this requirement constitutes breach of contract; and may be grounds for suspension from the state bidders list.

6 Current Contract Information Contract No. 12404 Change Notice No. 3 Attachment “C” Page 7

Late Delivery Penalty: Receiving new units within the fiscal year for which they are funded is critical to government agencies. Therefore, WSDOT reserves the right to accept or reject bids based solely upon the bid delivery date.

A late delivery penalty of two tenths of one percent (0.002) shall be levied against the bid price of each individual unit, for each normal workday beyond the delivery date reflected on the awarded Purchase Order. Late penalties shall stop upon delivery acceptance annotated on the previous page of this document. WSDOT shall deduct such late delivery penalties from the invoiced amount, when making payment. Officially recognized state and federal holidays shall not be considered normal workdays. Suppliers may not be held responsible for Force Majeure delays; providing the OSP procurement administrator is notified in writing within 10 calendar days after the Force Majeure event. The OSP Procurement Administrator is responsible for consulting the WSDOT Fleet & Equipment Manager on such events; and the WSDOT Fleet & Equipment Manager has the sole prerogative of determining if events fall into the category of Force Majeure.

For sensible reasons, suppliers may request relief of late penalty fees by contacting the WSDOT Fleet & Equipment Manger in writing. Under no circumstances may any other person excuse late delivery penalty.

Warranty Services and Performance: Equipment suppliers must provide technical support and reasonable equipment modifications for a period of 90 calendar days after the unit is reported as in service, to ensure that the purchased equipment is capable of performing the specified operational functions.

Bidders must include the factory warranty, which shall cover 100% parts and labor for the entire unit offered. This warranty must be honored at any factory-franchised dealership.

Warranty coverage will not commence until the date the completed unit is put into service as reported by WSDOT; or 30 days after final payment for the unit(s); whichever occurs first.

The equipment supplier must be capable of providing repair parts and supplies support for a period of at least 10 years after the purchase of the unit(s) offered.

The equipment supplier must initiate physical repairs on equipment failures within 72 consecutive hours after notification, during the purchased equipment’s warranty period.

Suppliers shall incur all costs associated with warranty work for units obtained from this purchase, during the warranty period; this includes the transport of units that are disabled due to the failure of a warranted item.

Suppliers may authorize WSDOT to accomplish warranty repairs upon request; however, the supplier also agrees to wholly reimburse WSDOT for parts, materials, labor, and travel costs incurred in the accomplishment of such warranty repairs. The billing document for warranty work performed by WSDOT shall be based upon a WSDOT shop service work order for claims reimbursement.

7 Current Contract Information Contract No. 12404 Change Notice No. 3 Attachment “C” Page 8

WSDOT may levy charges equal to damages incurred as a result of non-compliance with any of the requirements in this Warranty Services and Performance section. These damages may include such things as lost productivity, and penalties levied on WSDOT by a third party.

Training: Equipment suppliers shall provide one session of operator training per unit purchased; and one session of mechanic training per unit purchased. The session will include, but not limited to, the training items listed below.

 Operator training will be designed to familiarize personnel with operating characteristics and operator checks of the new equipment. This will include teaching operators shifting, acceleration, and braking techniques to maximize operational effectiveness of the unit's power train configuration.

 Mechanic training shall be designed to familiarize service and repair technicians with service checks and techniques, adjustments, and any unique requirements associated with the entire unit.

All training is to be scheduled, and coordinated by the WSDOT, ship to addressee.

Training sessions shall be conducted by qualified individuals only. "Qualified" means that the trainer must have a high level of knowledge and experience relating to the type of equipment offered or purchased: (a) Persons conducting the operator sessions must have a minimum of one (1) year of experience in actually operating the units offered. (b) Persons conducting mechanic training must have at least one (1) year of experience in the performance of preventive maintenance and repair on the units offered.

Training sessions will be evaluated by the agency Equipment Training Manager, who shall determine weather or not the training was adequate. If the training is deemed inadequate, the supplier agrees to conduct additional training sessions, at no cost, to satisfy the requirement.

8 Current Contract Information Contract No. 12404 Change Notice No. 3 Attachment “C” Page 9

NOTE: This form will be used with the delivery of equipment. Do not fill out for bid submission.

Supplier Specification Confirmation Supplier Initials and Date

. The supplier will ensure all of the annotated items listed below are inspected prior to delivery. . Supplier is 100 % compliant with the bid specification(s) as bid by the supplier . The unit is clean inside/outside upon delivery to WSDOT

. All required documentation as per the WSDOT and OSP bidding requirements are presented at time of delivery. Example 1. MSO

2. Title Application

3. Axle weight slip (if required)

4. Supplier Confirmation of Specification Compliance (this form

5. Invoice

. All safety equipment is provided and in proper working condition. (Lights, reflectors, seatbelts, etc.) . All required publications are brought with the unit upon delivery. . Workmanship Issues

1. All hoses and wiring are protected from damage.

2. All fluid levels have been checked and are at the manufacturers suggested levels. 3. All components are in proper working condition.

4. Welds are consistent and without cracks

5. No runs, cracks or chips in the paint.

Printed Vendor Name ______

Vendor Signature ______Date______

9 Current Contract Information Contract No. 12404 Change Notice No. 3 Attachment “C” Page 10

0703 Truck; Manlift; 54 Foot with Pedestal

Check Specification Requirements If Meet Describe Offered Alternatives or WSDOT Item No. 1 Exceed I. General:  1. This specification intends to describe the Department of Transportation’s requirements for a manlift with an additional 10-foot elevator and service body.  2. The service body shall be the manufacturer’s standard, galvanized, line haul configuration, meeting these specifications.  3. Bidders shall provide a detailed measured drawing of the unit bid, to include all compartment dimensions, and a weight distribution analysis. II. Chassis, Load capacity and Measurements:  1. The Chassis load rating shall be 36,000 lbs (GVWR).  Shall have a set forward front axle.  Body vender shall determine wheel Base.  Body vender shall determine cab to Axle (CA). III. Frame:  1. The entire length of the frame rails shall be full depth.  2. Both frame rails, from front to rear, shall be constructed with 110,000 psi steel, with a section modulus of 30.00 and an RBM of 3,300,000 in. lbs.  3. The section modulus at the engine cut outs shall be at least 18.00, with an RBM of 2,000,000.  4. There shall be no holes or bolts in the top flange of the frame rails, from the back of the cab to the trunnion.

 5. Cross-members shall not be riveted to the frame 10 Current Contract Information Contract No. 12404 Change Notice No. 3 Attachment “C” Page 11

Check Specification Requirements If Meet Describe Offered Alternatives or WSDOT Item No. 1 Exceed rails, however cross-member components may be riveted to form a cross-member assembly.  6. Shall have a steel front bumper, with two front tow loops or hooks accessible through the bumper. IV. Cab and Related Equipment:  1. Shall be a manufacturer’s standard cab with at least 21 inches of clear space between the driver and passenger seat.  2. Exterior of the Cab shall be painted with Sikkens 4039 (national safety yellow).  3. Hood and fenders shall tilt forward to a stable position and allow full and unrestricted access to the engine compartment.  4. There shall be a stone guard, mounted behind the grill to protect the radiator.  5. The unit shall be equipped with the following:  a. Engine voltmeter  b. Engine oil pressure gauge.  c. Tachometer, and Hour-meter.  d. Engine coolant temperature gauge.  e. High output heater w/fresh air selection. The heater shall have a BTU rating of at least 30,000.  f. Sun visors for both driver and passenger.  g. Factory installed air conditioning.  h. Visual and audible low oil pressure / high coolant temperature warning system.  6. Dual, heated 6 x 16 inch rearview mirrors. Both Exceed: Spot mirrors integral to main mirrors shall be motorized. The mirrors shall be mirrors as previously supplied equipped with a 10-inch convex spot mirror.  7. Shall be equipped with an air horn.

 8. Shall be equipped with cowl mounted, electric, intermittent, windshield wipers, to include a HD 11 Current Contract Information Contract No. 12404 Change Notice No. 3 Attachment “C” Page 12

Check Specification Requirements If Meet Describe Offered Alternatives or WSDOT Item No. 1 Exceed wiper motor(s).  9. The wiper linkage shall be a heavy-duty formed linkage.  10. The cab noise level shall not exceed 84 dB (A) inside the cab with windows closed, measured at 1800 RPM and at normal road speed.  11. The cab interior package shall be an International Premium pkg. This includes, increased insulation on the floor, and the engine cover.  12. Shall be equipped with left and right egress / ingress assist handles.  13. Shall be equipped with an AM/FM Radio.

V. R adio Installation:  1. The cab shall be outfitted with a header pocket to accommodate an EF Johnson radio. (Part # 242-97-55-111.) The measurements of the radio are as follows:  a. Width 7 3/16 inches.  b. Length 8 5/16 inches.  c. Thickness 2 1/8 inches.  2. The radio shall be located in a manner that allows the operator to read the LCD without detracting from road visibility. The radio shall be accessible by the operator and be within arms reach of an average person.  3. When installed; the face of the radio shall not extend further than one inch out of the pocket.  Note: WSDOT will loan an EF Johnson radio to the successful bidder, as a production aid.  4. Within the radio pocket, there shall be a factory-installed radio-mounting bracket, which will accept the EF Johnson radio. The radio shall have the ability to be removed and re- installed without removing the header panel.  5. To the left of the radio pocket and as close as

12 Current Contract Information Contract No. 12404 Change Notice No. 3 Attachment “C” Page 13

Check Specification Requirements If Meet Describe Offered Alternatives or WSDOT Item No. 1 Exceed possible to the radio, a microphone-mounting clip shall be installed.  May be dealer installed antenna base for 6. On the exterior of the cab roof, there shall be a proper placement per specifications factory installed Larson NMO-K-DS-FME antenna base. The specific mounting location shall provide the antenna with at least 18 inches of clear area around the antenna base and at the tip of the antenna when a body cab shield is used.  7. The roof mount antenna base shall be sealed and capped with a protective cover for shipping.  8. The antenna cable shall extend to the center radio pocket, and extend at least six inches outside of the radio pocket.  9. Above the rear window and centered in the cab, shall be a factory installed and functional two- way radio speaker for the EF J radio.  10. There shall be a labeled, dedicated, and fused, 15-amp constant duty circuit for the EFJ Radio. This circuit shall run directly from a battery power source. At the same location, there shall be a labeled 3 amp fused circuit. This circuit shall be switched at the ignition switch, and shall operate in the run or accessory positions.  11. Connected to the 15amp EFJ circuit shall be a power wire. (EFJ Part# 023-9750-010 or equal) This wire shall extend up to the header with no splices, and extend at least six inches outside of the pocket. 12. Connected to the 3 amp EFJ circuit shall be a sense  wire. (EFJ Part # 023-9750-011 or equal) This wire shall extend up to the header, with no splices and extend at least six inches outside of the pocket VI. Seats  1. The Driver and passenger seat shall be a cloth covered high back National air ride seat.  2. Both seats shall have compatible; three point type seat belts with shoulder strap, and retractors.

13 Current Contract Information Contract No. 12404 Change Notice No. 3 Attachment “C” Page 14

Check Specification Requirements If Meet Describe Offered Alternatives or WSDOT Item No. 1 Exceed VII. Fuel Tank:

 1. Shall have a 70-gallon fuel tank mounted on the left side frame rail.  2. The tank shall be equipped with two non-skid, raised expanded metal steps.  3. Shall not extend past the back of the cab. VIII. Electrical & Lighting Systems:  Note: All chassis lighting shall be conventional lighting (International lighting is not acceptable).  1. Shall be a 12-volt system.

 2. Batteries shall have at least 1,950 cold cranking amps (CCA) and be maintenance-free.  When using “Clean CA” Battery Box 3. The battery box cover shall be constructed of a Pkg, the Battery Box is steel with an non-metallic reinforced material. The batteries aluminum lid shall rest in a plastic tray.  4. The battery box shall be mounted, as per the body installer’s location.  5. All cable ends shall be sealed, and equipped with rubber retainers and covers.  6. Shall have a, six-position switch panel with the following They shall operate from the ignition switch in both run and accessory positions, and all switches shall be on/off with indicator lights.  a. Automatic circuit protection.  b. Back lit, and labeled rocker panel switches

 c. First switch (Master PTO)  d. Second switch (Compartment Lights)  e. Third switch (Compartment Heater)  f. Fourth switch, (Strobe Lights) g. Fifth and sixth switch are powered and not labeled 14 Current Contract Information Contract No. 12404 Change Notice No. 3 Attachment “C” Page 15

Check Specification Requirements If Meet Describe Offered Alternatives or WSDOT Item No. 1 Exceed  7. Bidder must ensure that the control panel on all equipment associated with this purchase, are wired and labeled uniformly.  8. A round 7-conductor, cable shall be wired to the rear of the chassis and terminate into a standard 7 pole trailer connector with ABS. (Conventional Wiring)  9. Shall be equipped with halogen headlamps.  10. Shall have a PTO hour meter.  11. Supplier splices into the factory wiring harness is unacceptable and may be grounds for bid rejection. IX. Engine

 Exceeds: Maxxforce 9, 300HP with 800 1. Shall be powered by a DT570E developing 275 lb-ft torque H.P. at 2000-2200 RPM and 800 ft. lbs. of torque at 1200 RPM.  2. Shall be equipped with an engine brake.  3. Electronic engine controls shall have the following settings:

 a. Maximum road speed to be 65 mph.  b. Cruise control speed to be 60 mph.  c. Shall have idle bump up/down feature.  4. Shall be equipped with 1250 watt 110 volt block heater, with the plug-in receptacle located on the left side under the driver’s door. X. Air Cleaner:

 1. Shall be dual element, dry-type, with fresh air intake.  2. A vacuum, needle restriction indicator gauge, shall be mounted on the dash; and it must indicate restriction for both elements. 15 Current Contract Information Contract No. 12404 Change Notice No. 3 Attachment “C” Page 16

Check Specification Requirements If Meet Describe Offered Alternatives or WSDOT Item No. 1 Exceed  3. The air cleaner lid shall have release latches or thumbscrews for quick and easy access to the air cleaner. XI. Engine Cooling System:  1. Shall be equipped with a temperature controlled, air clutch fan drive.  2. Radiator shall be a cross flow, with deaeration system and coolant filter.  3. Antifreeze protection shall be at least -35 . XII. Engine Exhaust System:  1. Shall be a single horizontal muffler and vertical pipe.  2. The end of the exhaust pipe shall have a 45- degree tip out, positioned 118 inches from the ground to the highest point of the tip out when the truck is empty. XIII. Transmission :  Shall be an Allison automatic six speed transmission. XIV. Steering System:  1. Shall have a dual Shepherd power steering system.  2. Steering wheel shall be 18 inches in diameter.  3. Steering column shall be fully adjustable. XV. Axles and Suspension:  1. Front Axle shall be 16,000 lbs. with Stemco- type seals and grit guards, and heavy-duty double acting shock absorbers.  2. Rear Axle shall have a 23,000-pound rear axle with a 31,000 lbs. rear suspension and 4.500 lbs. multi-leaf auxiliary springs.

 3. The rear axle shall have a gear ratio to allow 65- mph. XVI. Wheels and Tires:

16 Current Contract Information Contract No. 12404 Change Notice No. 3 Attachment “C” Page 17

Check Specification Requirements If Meet Describe Offered Alternatives or WSDOT Item No. 1 Exceed  1. Front wheels shall be Hub Pilot with 385/65R 22.5 LRJ steel belted Goodyear tubeless tires.  2. Rear wheels shall be Hub Pilot with Goodyear G164 RTD 11 R 22.5 LRG steel belted tires. The center hub shall have a thickness of at least .472 inches. XVII. Brake System:  1. Shall be a Bendix anti-lock series air braking system.  2. Shall have self-adjusting “S” cam air brakes front and rear, with shields installed.  3. Shall have outboard mounted brake drums, with 16 ½ x 5-inch front drums and 16 ½ X 7 rear drums.  4. All brake blocks shall be non-asbestos.

 5. Shall have 30 sq. In. MGM TR-T series rear brake chambers.  6. Shall have at least a 13 C.F.M. air compressor, with intake plumbed to the filtered side of the air cleaner.

 7. Shall have the Rockwell Wabco System Saver 1200 air dryer.  8. Shall be equipped with all required items for trailer air brakes to include a hand protection valve and glad hands.  9. Air tanks shall be mounted below the cab.

XVIII. Service Body & Aerial:  1. The successful bidder shall construct the service body as close to the below listed measurements as possible.  a. Overall Width 94 inches  b. Overall height 48 inches  c. Inside floor width 58 inches

17 Current Contract Information Contract No. 12404 Change Notice No. 3 Attachment “C” Page 18

Check Specification Requirements If Meet Describe Offered Alternatives or WSDOT Item No. 1 Exceed  d. Overall length 118 to 120 inches  2. The service body and doors shall be 16 gauge, A60 galvannealed steel with a 3/16 thick tread plate floor. All doors shall be double panel, and watertight with chain stops.  3. Shall have a drip rail installed above the compartments.  4. The tops of the compartments shall be comprised of 12-gauge tread plate.  5. All compartments shall be equipped as follows.  a. A one-piece rubber automotive type door seal.  b. D Ring twist handles  c. Protection on the inside to prevent loose objects from jamming the locking mechanism  d. Keyed to WSDOT lock # CH501  e. Vista Track Lighting with individual door jam switches  f. The vista track lighting shall be cab controlled with a labeled and backlit master switch located on the chassis switch panel.  g. Removable rubber drain plugs  h. All drawers shall be equipped with steel rollers, and have the ability to lock in either the open or closed position. Each drawer will have a capacity of 100 pounds  i. All connected compartments shall have a master bin-locking device located at the rear of the service body.

18 Current Contract Information Contract No. 12404 Change Notice No. 3 Attachment “C” Page 19

Check Specification Requirements If Meet Describe Offered Alternatives or WSDOT Item No. 1 Exceed  6. The unit will be shipped with a model 675 Wilton 5 ½ inch vise to include all mounting hardware.

 7. The curbside of the body shall have front & rear V shaped, adjustable pole rests equipped as follows  a. Pole locking straps  b. Ability to lock in 1 inch increments  c. The V portion will be lined with protective rubber pads  8. Shall be equipped with a removable pipe support in close proximity to the rear curbside wheel chock opening.  9. Cone holders shall be installed on the front and rear bumpers of the unit.  10. The unit shall be equipped with four rubber wheel chocks with metal storage compartments located in close proximity to the rear wheels.  11. The complete underside of the body and chassis shall be sprayed with a rubberized undercoating. XIX. Compartment Locations and Configurations:  1. Directly behind the elevator on the curbside, shall be a vertical compartment equipped as follows  a. Vents on the inner wall and rear wall  b. Seven, 3 inch J hooks in a 2-3-2 configuration with two hooks evenly spaced on each side wall and three hooks evenly spaced on the back wall.  c. A 12-volt heater, with a cab-controlled switch

19 Current Contract Information Contract No. 12404 Change Notice No. 3 Attachment “C” Page 20

Check Specification Requirements If Meet Describe Offered Alternatives or WSDOT Item No. 1 Exceed  2. To the rear of the vertical compartment shall be a 24- inch wide access to the bed between the curbside front vertical compartment, and the curbside horizontal compartment. A fixed 6”deep grip strut step shall hang below body steps. The access shall have two grab handles located on each exterior side of the access opening to assist in egress/ingress.

 3. The access shall have a 3/4 inch thick piece of plywood to include a bracket to place the plywood when not in use. This will be located in close proximity to the opening.  4. To the rear of the access step and above the rear duals, shall be a horizontal compartment equipped as follows.  a. A top hinge door with gas struts  b. One adjustable height full width shelf.  c. Drop in dividers on 2” centers  d. A 12 inch x 16 inch three drawer compartment  5. To the rear of the horizontal compartment, shall be a vertical compartment equipped as follows.  a. Two drawers measuring 11 inches wide, 14 inches deep, and 4 inches high.  6. Directly behind the elevator on the street side, shall be two vertical compartments to include 2 adjustable shelves with drop-in dividers on 2- inch centers.  7. To the rear of the two vertical compartments shall be a horizontal compartment equipped as follows:  a. A top hinge door with gas struts  b. One adjustable height full width shelf.  c. Drop in dividers on 2” centers  d. A 12 inch x 16 inch three drawer compartment  8. To the rear of the horizontal compartment, shall

20 Current Contract Information Contract No. 12404 Change Notice No. 3 Attachment “C” Page 21

Check Specification Requirements If Meet Describe Offered Alternatives or WSDOT Item No. 1 Exceed be a vertical compartment equipped as follows.  a. Two drawers measuring 11 inches wide, 14 inches deep, and 4 inches high.  9. Shall have a watertight storage compartment mounted on top of the curbside compartments, and located at the rear of the body.  a. 68-inches long X 18-inches wide X 12- inches high  b. The lid shall be water tight and lockable.  c. Accessible from the interior of the body.  10. Shall have a 108-inches long X 18 inches wide X 12 inches high expanded metal, open top, compartment mounted on the street side compartments, and located at the front of the body. XX. Rear Tail Shelf and Compartment:  1. There shall be a 24-inch deep 18 inches high, full width tail shelf equipped as follows.  a. The top shall be 3/16 diamond plate.  b. Pool type handrail on right side only.  c. Fold down doors with “D” Ring twist door locks with chain stops.  d. A center mounted, corrugated, non-skid step, measuring 18 inches wide and 5 inches deep.  e. A license plate mount and light  f. One curbside 48-inch long, full depth, 6- inch high, sliding drawer. This drawer will be lockable when half way extended, fully extended, and fully retracted.  g. One street side mounted, 26-inch long, full depth, 6-inch high sliding drawer  h. The drawers shall have roller slides capable of supporting 500 lbs when fully extended.  i. Shall have a full width, full depth, shelf ½ inch above the top edge of the drawers 21 Current Contract Information Contract No. 12404 Change Notice No. 3 Attachment “C” Page 22

Check Specification Requirements If Meet Describe Offered Alternatives or WSDOT Item No. 1 Exceed  2. Shall have a 16 inch deep full width grip strut step bumper, modified to accept a receiver style trailer hitch.

 3. The step bumper shall have provisions for a two-inch ID by 12-inch long square tube reviver mounted on the curbside and facing the curbside, to accommodate the use of a pipe vise.  4. Shall have a cable suspended style stirrup steps (6 X 12) mounted below the left and right corners of the step bumper.  5. There shall be a square tube receiver hitch assembly in the rear tail shelf, complete with safety chain D rings, 2-5/16 ball Pintle Hitch. XXI. Aerial:  1. Unit shall be an insulated, 3-section, reverse mount, elevating and telescoping boom with a two section vertical lift, to include a ten-foot elevator.  2. The aerial shall meet the following requirements  a. Vertical reach of 50 feet to the bottom of the platform.  b. Horizontal reach of 29 feet measured from the centerline of the chassis to the centerline of the platform.  c. The platform shall be accessible from the ground in the fully lowered position  d. Boom Elevation: -20 degrees to +80 degrees minimum.  3. Shall have expanded metal; guards with lockable and hinged doors to prevent individuals from entering the scissors lift mechanism.  4. The boom shall have the ability to lift 1000 pounds at a 30-degree boom angle.  5. The unit shall be equipped with an audible automatic boom overload system.

22 Current Contract Information Contract No. 12404 Change Notice No. 3 Attachment “C” Page 23

Check Specification Requirements If Meet Describe Offered Alternatives or WSDOT Item No. 1 Exceed  6. The unit shall have a boom rest and lock down strap located on the street side of the chassis.  7. The turret shall be capable of rotating 360 degrees continuously.  8. The Aerial shall have the ability to reposition loads with either a winch or the boom. XXII. Two Person Platform:  1. The platform shall be a  a. Boom Mounted  b. Automatic Self Leveling  c. Measurers 36 X 60 X 42 inches  d. 600 Pound capacity  e. Metal framed and encompassed with ¼ inch expanded metal, to include a latch able gate. This gate will allow the operator to enter and leave the platform by simply opening and closing a gate. (No climbing)  f. Hydraulically tilt able from either upper or lower controls.  g. Stows in a level position  h. A free-swinging basket is not acceptable.  i. Shall have 2- full-bodied ANSI approved safety harnesses and shock absorbing lanyards.  j. The platform shall have one harness attaching point on each side.  k. The end of the service body on the curbside shall have integral steps to allow safe and easy access onto the platform. 3. XXIII. Controls:  1. There shall be two sets of controls; one set at the platform and the other will be located on the front curbside vertical compartment and accessible from inside the body.  2. The controls located in the platform shall be 23 Current Contract Information Contract No. 12404 Change Notice No. 3 Attachment “C” Page 24

Check Specification Requirements If Meet Describe Offered Alternatives or WSDOT Item No. 1 Exceed able to be operated from either side of the platform.  3. The platform controls will be an all function, single joystick, control, to include a Dead-Man feature and interlock. A set of separate lever controls shall be included to operate the rotation and tilt of the platform.  4. All controls shall have full pressure and full feathering capability, and self-centering.  5. The unit shall be equipped with a stop-start, two-speed throttle, and emergency power for both control locations.  6. The emergency power function shall control all working positions, to include the outrigger functions.  7. The stop-start system shall not allow the starter to engage while the engine is running. XXIV. Outriggers:  1. The unit will be equipped with four (4) outriggers.  2. The outriggers shall be a modified “A” frame telescoping type with a double-acting hydraulic cylinder assembly. Shall be shipped with plywood pads for the outriggers to include a storage bin located in close proximity to the outriggers.  3. The outrigger spread shall not exceed 120 inches measured from outside to outside of the outrigger pads, while the outriggers are at full extension.

 4. The operator shall have the ability to switch from boom control to outrigger controls at the outrigger control locations.  5. The edges of the outrigger pads shall be rolled.  6. Outrigger alarm will sound when outriggers are activated.  7. Shall have a two speed throttle control at the 24 Current Contract Information Contract No. 12404 Change Notice No. 3 Attachment “C” Page 25

Check Specification Requirements If Meet Describe Offered Alternatives or WSDOT Item No. 1 Exceed right side outrigger control location.  8. All exposed electrical and hydraulic lines to the outriggers shall be protected from road debris and chaffing. XXV. Driving Power and Hydraulic System:  1. The hydraulic system shall be driven by a Hot Shift power-take-off.  2. The hydraulic system shall be activated via a cab-controlled switch.  3. When the air brakes on the chassis are relieved the hydraulic pump shall disengage.  4. The hydraulic system shall provide continuous full pressure and full feathering capability  5. All hydraulic lines shall be installed to allow replacement without welding or cutting any hydraulic lines or fittings.  6. All Hydraulic components shall be shielded/protected from the chassis exhaust system.  7. The hydraulic oil reservoir shall be baffled and equipped with a visible sight glass  8. A 100 mesh suction screen shall be provided and rated at double the system capacity.  9. The return line filter shall be a 10-micron, replaceable cartridge and be rated at three times the system capacity.  10. The suction screen and return line filters shall be serviceable without draining the reservoir. Additionally; shut off valves will be strategically located to facilitate system maintenance without have to drain the entire system.  11. All hydraulic hoses and fittings shall be Weatherhead or equal. XXVI. Safety:  1. The unit must meet all current OSHA/WISHA aerial standards, to include all provisions of the 25 Current Contract Information Contract No. 12404 Change Notice No. 3 Attachment “C” Page 26

Check Specification Requirements If Meet Describe Offered Alternatives or WSDOT Item No. 1 Exceed Washington State Department of Labor and Industries Safety Regulations. (Chapter 296-45 WAC)  2. All units associated with this specification, purchase, or contract will have the ability to perform their function for a period of 10 years or 10,000 hours without requiring a rebuild. The Manufacturer will ensure the ANSI recommendations reflect this requirement.  3. The unit shall comply with all provisions of ANSI A92.2 (2001) Additionally the unit shall be insulated to Category “C” requirements. Die electric testing will be preformed prior to inspection. XXVII. Material Handling Pricing:  1. A hydraulic driven winch shall be located under the boom and shall be mounted as close to the end as possible.  2. The winch shall have variable speed power forward and reverse with an automatic brake.  3. The winch capacity shall be at least 1000 pounds.  4. The winch shall be supplied with 80 feet of stable braid synthetic rope with a swivel block and Alloy model WLL3T” hook.  5. A two-part attachment point shall be provided.  6. The winch shall be operable at the service body controls XXVIII. Electrical:  1. All wiring shall be weather tight, routed in protective split loom, and will not be bundled with hydraulic hoses.  2. All body lights will be flush mounted in rubber grommets.  3. There shall be one cab controlled Echo Model #6665 strobe light mounted at the front, and on each side 24 inches above the service body with 360 degree visibility. 26 Current Contract Information Contract No. 12404 Change Notice No. 3 Attachment “C” Page 27

Check Specification Requirements If Meet Describe Offered Alternatives or WSDOT Item No. 1 Exceed  4. There shall be one cab controlled Echo Model #6665 strobe, mounted on each side of the tail shelf with 180-degree visibility. These lights will not extend higher than the compartments.  5. There shall be one flush mounted, cab controlled Echo Model #2140A strobe light mounted on each side of the rear tail shelf. The controller shall be shipped lose with at least 10 feet of coiled wire.  6. The unit shall be equipped with a flush mounted stairway light, which will be wired and fused with a water tight switch mounted inside the right front compartment.  7. There shall be a single gang; flush mounted, waterproof, GFCI 20 amps electrical box mounted on the rear curbside of the body. XXIX. Exterior Finish:  WSDOT expects professional workmanship on all products purchased. With this in mind, the following finishing requirements will be closely scrutinized during the specification compliance inspection.  1. There shall be no welding scale, roughness, sharp corners; or rust stains on the unit. 2. The unit shall be coated with 3 mils dry automotive  epoxy primers, with an additional base coat/clear coat of Sikkens (4039) or DuPont (7044) National Safety Yellow. 3. The body floor, inner walls, tail shelf, and  Previously approved Morton coat as compartment tops will be painted with a coated with previously supplied a , non-skid material (Line X) to include a 5-year warranty against peeling. 4. Each side of the unit shall be equipped with the  WSDOT decals prior to the compliance inspection. The successful bidder will notify Billboard Signs at 206-300-7300 for installation. Billboard sign will bill WSDOT for the decaling. XXX. Options:  Please see attached options page Bidder shall provide add or deduct pricing for Attachment “C” each item listed below.  Please see attached options page 1. The platform must rotate 180 degrees around the 27 Current Contract Information Contract No. 12404 Change Notice No. 3 Attachment “C” Page 28

Check Describe Offered Alternatives Specification Requirements If Meet WSDOT Item No. 1 or Exceed Item Description AttachmentOption “C” Pricing boom tip.  Please see attached options page 2. Deduct the platform support in order for the The Platform must rotate 180 degrees around the boom tip Attachment “C”$2099.00 platform to rest on rubber isolators, which are mounted to the floor of the service body. Deduct the platform support in order for the platform to rest NO Deduct as platform support is  Please see attached options page V on rubber3. Exchange isolators, the whichEcco Strobe are mounted light, to rotating to the floor of the required per design service body.beacon lights (Federal Signal part # 4431202)  Please see attached options page 4. Three sets of HD hooks, measuring 6 inches X 6 Attachment “C” Exchangeinches the mountedEcco strobe in a squared light, “U”to rotating shape. They beacon lights NO Charge (Federal shallSignal be partmounted #443312-02) on the interior, front wall of the body.  Please see attached options page Three5. sets A Hannay of HD Cord hooks, Reel (NSCR measuring 716-23-24B). 6 inches (110 x 6 inches $196.00 Attachment “C” mountedvolt, in a 20 squared amp) cord “U” reel shape. mounted They behind shall the be rearmounted on the interiorvertical front curbside wall of compartmentthe body to include 75 feet of cord.  Please see attached options page A Hannay6. An cord electric reel start (NSCR Honda 716-23-24B) EM5000 SX (110generator. volt, 20 amp) $1250.00 Attachment “C” cord reelThe moungeneratorted will behind be mounted the on rear the verticalstreet side curbside compartmentof the to tail include shelf or 75 inside feet theof cordservice body and as far forward as possible on the street side.  AnXXXI. electric Publications: start Honda EM5000 SX generator. The $2876.00 generator will be mounted on the street side of the tail shelf  1. Each unit shall be delivered with an operator’s or inside manual.the service body and as far forward as possible on the street side  2. Bidders shall the Service, and Parts Manuals for Paint blackthis non-skid unit, as annotated in lieu of below. Morton coat (deduct) ($585.00) 1 Parts Manual Chassis Options1 Service Manual

310 HP peak with 950 or 1,050 torque available $1485.00 Front wheel fender flairs Included with standard tires and axle

Attachment “C Additional Options

28 Current Contract Information Contract No. 12404 Change Notice No. 3 PERFORMANCE REPORT FOR PURCHASING & CONTRACT ADMINISTRATION

To OSP Customers: Please take a moment to let us know how our services have measured up to your expectations on this contract. Please copy this form locally as needed and forward to the Office of State Procurement Purchasing Manager. For any comments marked unacceptable, please explain in remarks block.

Procurement services provided: Excellent Good Acceptable Unacceptable  Timeliness of contract actions  Professionalism and courtesy of staff  Services provided met customer needs  Knowledge of procurement rules and regulations  Responsiveness/problem resolution  Timely and effective communications

Comments:

Agency: Prepared by: 0458033ba54a9f4701b8beeccf851d86.d Contract No.: oc Title: Contract Title: Date: Phone:

Send to:

Purchasing Manager Office of State Procurement PO Box 41017 Olympia, Washington 98504-1017

29 Current Contract Information Contract No. 12404 Change Notice No. 3 PERFORMANCE REPORT FOR CONTRACTOR PRODUCT/SERVICE

Complete this form to report problems with suppliers or to report unsatisfactory product or services. You are also encouraged to report superior performance. Agency personnel should contact suppliers in an effort to resolve problems themselves prior to completion and submission of this report.

Contract number and title: Truck, Manlift 54/60 Foot with Pedestal 12404

Supplier’s name: Supplier’s representative:

PRODUCT/SERVICE

Contract item quality higher than required Damaged goods delivered Contract item quality lower than required. Item delivered does not meet P.O./contract specifications Other: SUPPLIER/CONTRACTOR PERFORMANCE

Late delivery Slow response to problems and problem resolution Incorrect invoice pricing. Superior performance Other: CONTRACT PROVISIONS

Terms and conditions inadequate Additional items or services are required. Specifications need to be revised Minimum order too high. Other:

Briefly describe situation:

Agency Name: Delivery Location: Prepared By: Phone Number: Date: Supervisor:

Address: Email:

Send To:

CORINNA COOPER STATE PROCUREMENT OFFICER OFFICE OF STATE PROCUREMENT PO BOX 41017 OLYMPIA WA 98504-1017

30

Recommended publications