REQUEST FOR BID

Department of Administration Purchasing Division

BID NUMBER 114042

RFB TITLE CNG Tri Axle and CNG Patrol Trucks

The purpose of this RFB is to solicit bids from responsive and PURPOSE responsible bidders to supply a CNG Tri Axle and CNG Patrol Trucks for the Dane County Highway Department. Complete description and technical specifications are included. 2:00 P.M. Central Time DEADLINE FOR Thursday April 8th 2014 BID SUBMISSIONS LATE, FAXED, ELECTRONIC MAIL OR UNSIGNED BIDS WILL BE REJECTED

SUBMIT BID TO THIS DANE COUNTY PURCHASING DIVISION ADDRESS ROOM 425 CITY COUNTY BUILDING 210 MARTIN LUTHER KING JR BLVD MADISON, WI 53703-3345

REQUIRED BID COPIES Bidders must submit one (1) original and (1) copy

PLEASE DIRECT NAME Rob Penfield ALL INQUIRES TO TITLE Purchasing Agent PHONE # (608) 267-3523 FAX # (608) 266-4425 EMAIL [email protected] WEB SITE www.danepurchasing.com

THIS RFB IS COMPRISED OF: RESPONSE CHECKLIST:

Part 1- General Guidelines & Information  Signed Affidavit – Completed Bid Forms

Part 2 - Bid Forms  Submit one original and required bid copies

Part 3- Detailed Specifications  Label the lower corner of your bid with the Bid number

DATE BID ISSUED: 3/13/ 2014

Part 1- General Guidelines and Information

BID NO. 114042 1. Introduction

Dane County invites and will accept bids for item(s) outlined in Part 3 Detail Specifications. The County as represented by Purchasing Division intends to use the results of this process to purchase item(s).

2. Clarification/Questions:

Any questions concerning this Bid must be submitted in writing by mail, fax or email at least FIVE WORKING DAYS prior to the bid deadline. Requests submitted after that time WILL NOT be considered. All inquiries must be directed to the person indicated on the cover page.

3. Addendums:

In the event that it becomes necessary to provide additional clarifying data or information, or to revise any part of this RFB, revisions/amendments and/or supplements will be posted on the Purchasing Division web site at www.danepurchasing.com Bidders are reminded to regularly monitor the web site for any such postings. Bidders must acknowledge the receipt/review of any addendum(s) on the bottom of the Signature Affidavit.

The Purchasing Division has the sole authority for modifications of this specifications and or bid.

4. Vendor Registration Program:

All bidders wishing to submit a bid/proposal must be a paid registered vendor with Dane County. Prior to the bid opening, you can complete a registration form online by visiting our web site at www.danepurchasing.com or you can obtain a Vendor Registration Form by calling 608.266.4131. Your completed Vendor Registration Form and Registration Fee must be received for your bid to be considered for an award.

5. Acceptance:

Bid shall remain fixed and valid for acceptance for sixty (60) calendar days starting on the due date of the bid.

Dane County reserves the right to accept any part of this bid deemed to be in the best interest of the County. The County also retains the right to accept or reject any or all bids.

6. Payment Terms And Invoicing:

Unless otherwise agreed, Dane County will pay properly submitted vendor invoices within thirty (30) days of receipt of goods or services, or combination of both. Payment will not be made until goods or services are delivered, installed (if required), and accepted as specified. Invoices presented for payment must be submitted in accordance with instructions contained on the purchase order.

State Sale Tax/Federal Excise Tax: Bids should not include Federal Excise and Wisconsin Sales Taxes, as Dane County is exempt from payment of such taxes. Sec. State Statute No. 77.54(9a). Wis. Stats. The Dane County’s CES number is ES 41279.

7. Delivery

Quote price FOB destination. Price must include shipping. If there is a freight or transportation increase prior to delivery of the unit, the additional increase must be at the dealer/manufacturer's expense. Refer to the Pricing Proposal Sheet for delivery address.

8. Award:

BID NO. 114042 The County will award the bid to the responsive and responsible bidder whose bid is most advantageous to the County. In determining the most advantageous bid, the County will consider criteria such as, but not limited to, cost, bidder’s past performance and/or service reputation, and service capability, quality of the bidder’s staff or services, customer satisfaction, references, the extent to which the bidder’s staff or services meet the County’s needs, bidder’s past relationship with the County, total long term cost to the County, fleet continuity and any other relevant criteria listed elsewhere in this solicitation. The County may opt to establish alternate selection criteria to protect its best interest or meet performance or operational standards.

9. Ordering/Acceptance:

Written notice of award to a vendor in the form of a purchase order or other document, mailed or delivered to the address shown on the bid will be considered sufficient notice of acceptance of bid.

10. Government Standards

All materials, equipment, and supplies provided to the County must fully comply with all safety requirements as set forth by the Wisconsin Department of Commerce and all applicable OSHA Standards. Bidders shall comply with all local, state and federal regulations, directives and laws.

11. Warranty

The length, time, and conditions of warranty must be attached to or stated in the bid document. The seller and/or manufacturer warrants that the goods sold hereunder will be merchantable quality, will conform to applicable specifications, and will be free from defects in material and workmanship and will be fit for the particular purpose intended.

Warranty does not commence until after the complete unit has been accepted and placed into service by the user agency.

Bidder shall indicate the name and the geographical location of the nearest authorized dealer to perform subsequent warranty service. This information shall be stated in the pricing section of bid or otherwise specified.

12. Local Content Vendor Purchasing Provisions

Under Dane County’s purchasing ordinance, bidders offering goods made in Dane County, its surrounding counties, or the State of Wisconsin receive a price preference on sealed bid solicitations. Bids are first evaluated to determine if any bidders are offering products that qualify as Dane County-Made Goods, Regionally-Made Goods, or Wisconsin-Made Goods.

A bidder offering Dane County-Made Goods will be considered the successful bidder if their price is up to 15% higher than the low bid for goods that are not Dane County-Made Goods. If no vendors meet this criteria, then the county will determine if any bidder is offering Regionally-Made Goods. If so, then such a bidder will be considered successful if their price is up to 12.5% higher than the low bid for goods that are not Regionally-Made Goods. If no vendors meet this criteria, then the county will determine if any bidder is offering Wisconsin-Made Goods. If so, the such bidder will be considered successful if their price is up to 10% higher than the low bid for goods that are not Wisconsin-Made Goods. If no vendors are offering Dane County-Made, Regionally- Made, or Wisconsin-Made Goods, then the county will evaluate the low bid without regard to the content of the goods.

Bidders who are offering Dane County-Made Goods, Regionally-Made Goods, or Wisconsin- Made Goods should indicate this status on the affidavit form included in this bid package.

13. Local Vendor Purchasing Provisions

BID NO. 114042 Under Dane County Ordinance, a vendor headquartered in Dane County or the surrounding counties or a vendor with a location in Dane County or the surrounding counties may be invited to match the low bid if the low bid is offered by a vendor located outside the area.

There are three vendors to which this ordinance applies: a Regionally-Based Vendor, a vendor with a location in Dane County, and a vendor with a location in one of the seven counties adjacent to Dane County.

Under the ordinance, a Regionally-Based Vendor means a supplier or provider of equipment, materials, supplies, or services whose business or corporate headquarters is physically located in Dane County or the seven counties adjacent to Dane County (Columbia, Dodge, Green, Iowa, Jefferson, Rock, or Sauk) and whose owners or shareholders totaling more than 50% of ownership live in Dane County or the aforementioned contiguous counties; and the business is registered and authorized to do business in the State of Wisconsin.

Under the ordinance, a Local Vendor means a supplier or provider of equipment, materials, supplies, or services which has an established place of business within the County of Dane and is registered and authorized to do business in the State of Wisconsin. An established place of business means a physical office, plant or other facility. A post office box address does not qualify a vendor as a Local Vendor.

When bids are reviewed, the county will determine if a Regionally-Based Vendor responding to the bid is the low bidder or within 15% of the low bid. In the event that the price offered by a Regionally-Based Vendor is within 15% of the low bid, the county will contact the Regionally- Based Vendor and provide that vendor the option of matching the low bid price.

If no Regionally-Based Vendors are among the responding bidders, or the Regionally-Based Vendor declines to match the low bid, then the county will determine if a Local Vendor is within 10% of the low bid. If so, then the county will contact the Local Vendor and provide that vendor the option of matching the low bid price.

If no Local Vendors are among the responding bidders, or the Local Vendor declines to match the low bid, then the county will determine if a non- Local Vendor with a location within the seven counties surrounding Dane County is within 5% of the low bid. If so, then the county will contact that non-Local Vendor and provide that vendor the option of matching the low bid price.

If there are no non-Local Vendors with a location within the seven counties surrounding Dane County, or, if all non-Local Vendors with a location within the seven counties surrounding Dane County decline to match the low bid, then the county will award the bid to the low bidder without regard to the location of the vendor.

Bidders should indicate their status as a Regionally-Based Vendor, a Local Vendor, or a non- Local Vendor within the seven counties surrounding Dane County on the affidavit form included in this bid package.

BID NO. 114042 STANDARD TERMS AND CONDITIONS (Request For Bids/Proposals/Contracts) Dane County Purchasing Division Rev. 11/13

1.0 APPLICABILITY: The terms and conditions set forth award. Vendor shall submit proposed increases to the in this document apply to Requests for Proposals (RFP), Bids contracting department thirty (30) calendar days before the and all other transactions whereby the County of Dane proposed effective date of the price increase. Proposed acquires goods or services, or both. increases shall be limited to fully documented cost increases to the vendor that are demonstrated to be industry wide. Price 1.1 ENTIRE AGREEMENT: These Standard Terms and increases may not be granted unless they are expressed in bid Conditions shall apply to any contract, including any purchase documents and contracts or agreements. order, awarded as a result of this request. Special requirements of a resulting contract may also apply. Said 7.2 Submission of a bid constitutes bidder’s certification written contract with referenced parts and attachments shall that no financial or personal relationship exists between the constitute the entire agreement, and no other terms and bidder and any county official or employee except as specially conditions in any document, acceptance, or acknowledgment set forth in writing attached to and made a part of the bid. The shall be effective or binding unless expressly agreed to in successful bidder shall disclose any such relationship which writing by the County. Unless otherwise stated in the develops during the term of the contract. agreement, these standard terms conditions supersede any other terms and/or conditions applicable to this agreement. 8.0 ACCEPTANCE-REJECTION: Dane County reserves the right to accept or reject any or all bids, to waive any 1.2 DEFINITIONS: As used herein, “vendor” includes a technicality in any bid submitted and to accept any part of a bid provider of goods or services, or both, who is responding to an as deemed to be in the best interests of the County. RFP or a bid, and “bid” includes a response to either an RFP Submission of a proposal or a bid constitutes the making of an or a bid. offer to contract and gives the County an option valid for 60 days after the date of submission to the County. 2.0 SPECIFICATIONS: The specifications herein are the minimum acceptable. When specific manufacturer and model 8.1 Bids MUST be dated and time stamped by the Dane numbers are used, they are to establish a design, type of County Purchasing Division Office on or before the date and construction, quality, functional capability or performance level, time that the bid is due. Bids deposited or time stamped in or any combination thereof, desired. When alternates are another office will be rejected. Actual receipt in the office of proposed, they must be identified by manufacturer, stock the purchasing division is necessary; timely deposit in the mail number, and such other information necessary to establish system is not sufficient. THERE WILL BE NO EXCEPTIONS equivalency. Dane County shall be the sole judge of TO THIS POLICY. equivalency. Vendors are cautioned to avoid proposing alternates to the specifications that may result in rejection of 9.0 METHOD OF AWARD: Award shall be made to the their bid. lowest responsible responsive vendor conforming to specifications, terms, and conditions, or to the most 3.0 DEVIATIONS AND EXCEPTIONS: Deviations and advantageous bid submitted to the County on a quality versus exceptions from terms, conditions, or specifications shall be price basis. described fully on the vendor’s letterhead, signed, and attached to the bid. In the absence of such statement, the bid 10.0 ORDERING/ACCEPTANCE: Written notice of award shall be accepted as in strict compliance with all terms, to a vendor in the form of a purchase order or other document, conditions, and specifications and vendor shall be held liable mailed or delivered to the address shown on the bid will be for injury resulting from any deviation. considered sufficient notice of acceptance of bid. A formal contract containing all provisions of the contract signed by both 4.0 QUALITY: Unless otherwise indicated in the request, parties shall be used when required by the Dane County all material shall be first quality. No pre-owned, obsolete, Purchasing Division. discontinued or defective materials may be used. 11.0 PAYMENT TERMS AND INVOICING: Unless 5.0 QUANTITIES: The quantities shown herein are otherwise agreed, Dane County will pay properly submitted based on estimated needs. The County reserves the right to vendor invoices within thirty (30) days of receipt of goods and increase or decrease quantities to meet actual needs. services. Payment will not be made until goods or services are delivered, installed (if required), and accepted as specified. 6.0 DELIVERY: Deliveries shall be FOB destination Invoices presented for payment must be submitted in freight prepaid and included unless otherwise specified. accordance with instructions contained on the purchase order. County will reject shipments sent C.O.D. or freight collect. 11.1 NO WAIVER OF DEFAULT: In no event shall the 7.0 PRICING: Unit prices shown on the bid shall be the making of any payment or acceptance of any service or price per unit of sale as stated on the request or contract. For product required by this Agreement constitute or be construed any given item, the quantity multiplied by the unit price shall as a waiver by County of any breach of the covenants of the establish the extended price, the unit price shall govern in the Agreement or a waiver of any default of the successful vendor, bid evaluation and contract administration. and the making of any such payment or acceptance of any 7.1 Prices established in continuing agreements and term such service or product by County while any such default or contracts may be lowered due to market conditions, but prices breach shall exist shall in no way impair or prejudice the right shall not be subject to increase for the term specified in the BID NO. 114042 -1- of County with respect to recovery of damages or other remedy notices setting forth the provisions of this Agreement as they as a result of such breach or default. relate to affirmative action and nondiscrimination.

12.0 TAXES: The County and its departments are exempt 16.3 Failure to comply with these Terms and Conditions from payment of all federal tax and Wisconsin state and local may result in the vendor being debarred, termination of the taxes on its purchases except Wisconsin excise taxes as contract and/or withholding of payment. described below. The State of Wisconsin Department of Revenue has issued tax exempt number ES41279 to Dane 16.4 The vendor agrees to furnish all information and County. reports required by Dane County’s Contract Compliance Officer as the same relate to affirmative action and 12.1 The County is required to pay the Wisconsin excise or nondiscrimination, which may include any books, records, or occupation tax on its purchase of beer, liquor, wine, cigarettes, accounts deemed appropriate to determine compliance with tobacco products, motor vehicle fuel and general aviation fuel. Chapter 19, D.C. Ords. and the provisions of this Agreement. The County is exempt from Wisconsin sales or use tax on these purchases. The County may be subject to other states’ 16.5 Americans with Disabilities Act: The vendor agrees to taxes on its purchases in that state depending on the laws of the requirements of the ADA, providing for physical and that state. Vendors performing construction activities are programmatic access to service delivery and treatment in all required to pay state use tax on the cost of materials. programs and activities.

13.0 GUARANTEED DELIVERY: Failure of the vendor to 17.0 PATENT, COPYRIGHT AND TRADEMARK adhere to delivery schedules as specified or to promptly INFRINGEMENT: The vendor guarantees goods sold to the replace rejected materials shall render the vendor liable for all County were manufactured or produced in accordance with costs in excess of the contract price when alternate applicable federal labor laws, and that the sale or use of the procurement is necessary. Excess costs shall include articles described herein do not infringe any patent, copyright administrative costs. or trademark. The vendor covenants that it will, at its own expense, defend every suit which shall be brought against the 14.0 APPLICABLE LAW AND VENUE: This contract shall County (provided that such vendor is promptly notified of such be governed under the laws of the State of Wisconsin, and suit, and all papers therein are delivered to it) for any alleged venue for any legal action between the parties shall be in Dane infringement of any patent, copyright or trademark by reason of County Circuit Court. The vendor shall at all times comply with the sale or use of such articles, and agrees that it will pay all and observe all federal and state laws, local laws, ordinances, costs, damages, and profits recoverable in any such suit. and regulations which are in effect during the period of this contract and which in any manner affect the work or its 18.0 SAFETY REQUIREMENTS: All materials, conduct. equipment, and supplies provided to the County must fully comply with all safety requirements as set forth by the 15.0 ASSIGNMENT: No right or duty in whole or in part of Wisconsin Department of Commerce and all applicable OSHA the vendor under this contract may be assigned or delegated Standards. without the prior written consent of Dane County. 18.1 MATERIAL SAFETY DATA SHEET: If any item(s) on 16.0 NONDISCRIMINATION/AFFIRMATIVE ACTION: an order(s) resulting from this award(s) is a hazardous During the term of this Agreement the vendor agrees, in chemical, as defined under 29 CFR 1910.1200, provide one (1) accordance with sec. 111.321, Wis. Stats., and Chapter 19 of copy of the Material Safety Data Sheet for each item with the the Dane County Code of Ordinances, not to discriminate shipped container(s) and one (1) copy with the invoice(s). against any person, whether an applicant or recipient of services, an employee or applicant for employment, on the 19.0 WARRANTY: Unless specifically expressed otherwise basis of age, race, ethnicity, religion, color, gender, disability, in writing, goods and equipment purchased as a result of this marital status, sexual orientation, national origin, cultural request shall be warranted against defects by the vendor for differences, ancestry, physical appearance, arrest record or one (1) year from date of receipt. An equipment conviction record, military participation or membership in the manufacturer’s standard warranty shall apply as a minimum national guard, state defense force or any other reserve and must be honored by the vendor. The time limitation in this component of the military forces of the United States, or paragraph does not apply to the warranty provided in political beliefs. The vendor shall provide a harassment-free paragraph 27.0. work environment. These provisions shall include, but not be limited to, the following: employment, upgrading, demotion, 20.0 INDEMNIFICATION & INSURANCE. transfer, recruitment, advertising, layoff, termination, training, including apprenticeships, rates of pay or other forms of 20.1. PROVIDER shall indemnify, hold harmless and compensation. defend COUNTY, its boards, commissions, agencies, officers, employees and representatives against any and all liability, 16.1 Vendors who have twenty (20) or more employees loss (including, but not limited to, property damage, bodily and a contract of twenty thousand dollars ($20,000) or more injury and loss of life), damages, costs or expenses which must submit a written affirmative action plan to the County’s COUNTY, its officers, employees, agencies, boards, Contract Compliance Officer within fifteen (15) working days of commissions and representatives may sustain, incur or be the effective date of the contract. The County may elect to required to pay by reason of PROVIDER furnishing the accept a copy of the current affirmative action plan filed with services or goods required to be provided under this and approved by a federal, state or local government unit. Agreement, provided, however, that the provisions of this paragraph shall not apply to liabilities, losses, charges, costs, 16.2 The vendor agrees to post in conspicuous places, or expenses caused by or resulting from the acts or omissions available for employees and applicants for employment, of COUNTY, its agencies, boards, commissions, officers, employees or representatives. The obligations of PROVIDER BID NO. 114042 -2- under this paragraph shall survive the expiration or termination 20.3. Upon execution of this Agreement, PROVIDER shall of this Agreement. furnish COUNTY with a Certificate of Insurance listing COUNTY as an additional insured and, upon request, certified 20.2. In order to protect itself and COUNTY, its officers, copies of the required insurance policies. If PROVIDER's boards, commissions, agencies, agents, volunteers, insurance is underwritten on a Claims-Made basis, the employees and representatives under the indemnity provisions Retroactive Date shall be prior to or coincide with the date of of the subparagraph above, PROVIDER shall, at PROVIDER’s this Agreement, the Certificate of Insurance shall state that own expense, obtain and at all times during the term of this professional malpractice or errors and omissions coverage, if Agreement keep in full force and effect the insurance the services being provided are professional services coverage coverages, limits, and endorsements listed below. When is Claims-Made and indicate the Retroactive Date, PROVIDER obtaining required insurance under this Agreement and shall maintain coverage for the duration of this Agreement and otherwise, PROVIDER agrees to preserve COUNTY’s for six (6) years following the completion of this Agreement. subrogation rights in all such matters that may arise that are PROVIDER shall furnish COUNTY, annually on the policy covered by PROVIDER’s insurance. Neither these renewal date, a Certificate of Insurance as evidence of requirements nor the COUNTY’s review or acceptance of coverage. It is further agreed that PROVIDER shall furnish the PROVIDER’s certificates of insurance is intended to limit or COUNTY with a 30-day notice of aggregate erosion, in qualify the liabilities or obligations assumed by the PROVIDER advance of the Retroactive Date, cancellation, or renewal. It is under this Agreement. The County expressly reserves the right also agreed that on Claims-Made policies, either PROVIDER to require higher or lower insurance limits where County or COUNTY may invoke the tail option on behalf of the other deems necessary. party and that the Extended Reporting Period premium shall be paid by PROVIDER. In the event any action, suit or other 20.2.1. Commercial General Liability. proceeding is brought against COUNTY upon any matter PROVIDER agrees to maintain Commercial General Liability herein indemnified against, COUNTY shall give reasonable insurance at a limit of not less than $1,000,000 per occurrence. notice thereof to PROVIDER and shall cooperate with Coverage shall include, but not be limited to, Bodily Injury and PROVIDER's attorneys in the defense of the action, suit or Property Damage to Third Parties, Contractual Liability, other proceeding. PROVIDER shall furnish evidence of Personal Injury and Advertising Injury Liability, Premises- adequate Worker's Compensation Insurance. In case of any Operations, Independent PROVIDERs and Subcontractors, sublet of work under this Agreement, PROVIDER shall furnish and Fire Legal Liability. The policy shall not exclude evidence that each and every subcontractor has in force and Explosion, Collapse, and Underground Property Damage effect insurance policies providing coverage identical to that Liability Coverage. The policy shall list DANE COUNTY as an required of PROVIDER. In case of any sublet of work under Additional Insured. this Agreement, PROVIDER shall furnish evidence that each and every subcontractor has in force and effect insurance 20.2.2. Commercial/Business Automobile Liability. policies providing coverage identical to that required of PROVIDER agrees to maintain Commercial/Business PROVIDER. Automobile Liability insurance at a limit of not less than $1,000,000 Each Occurrence. PROVIDER further agrees 20.4. The parties do hereby expressly agree that COUNTY, coverage shall include liability for Owned, Non-Owned & Hired acting at its sole option and through its Risk Manager, may automobiles. In the event PROVIDER does not own waive any and all requirements contained in this Agreement, automobiles, PROVIDER agrees to maintain coverage for such waiver to be in writing only. Such waiver may include or Hired & Non-Owned Auto Liability, which may be satisfied by be limited to a reduction in the amount of coverage required way of endorsement to the Commercial General Liability policy above. The extent of waiver shall be determined solely by or separate Business Auto Liability policy. COUNTY's Risk Manager taking into account the nature of the work and other factors relevant to COUNTY's exposure, if any, 20.2.3. Environmental Impairment (Pollution) Liability under this Agreement. PROVIDER agrees to maintain Environmental Impairment (Pollution) Liability insurance at a limit of not less than 21.0 CANCELLATION: County reserves the right to $1,000,000 per occurrence for bodily injury, property damage, terminate any Agreement due to non-appropriation of funds or and environmental cleanup costs caused by pollution failure of performance by the vendor. This paragraph shall not conditions, both sudden and non-sudden. This requirement relieve County of its responsibility to pay for services or goods can be satisfied by either a separate environmental liability provided or furnished to County prior to the effective date of policy or through a modification to the Commercial General termination. Liability policy. Evidence of either must be provided. 22.0 PUBLIC RECORDS ACCESS: It is the intention of 20.2.4. Workers’ Compensation. the County to maintain an open and public process in the PROVIDER agrees to maintain Workers Compensation solicitation, submission, review, and approval of procurement insurance at Wisconsin statutory limits. activities. Bid openings are public unless otherwise specified. Records are not available for public inspection prior to 20.2.5. Umbrella or Excess Liability. issuance of the notice of intent to award or the award of the PROVIDER may satisfy the minimum liability limits required contract. Bid results may be obtained by visiting the Dane above for Commercial General Liability and Business Auto County Purchasing Office Monday – Friday, between 8:00 a.m. Liability under an Umbrella or Excess Liability policy. There is and 4:00 p.m. Prior appointment is advisable. no minimum Per Occurrence limit of liability under the Umbrella or Excess Liability; however, the Annual Aggregate limit shall 22.1 PROPRIETARY INFORMATION: If the vendor not be less than the highest “Each Occurrence” limit for the asserts any of its books and records of its business practices Commercial General Liability and Business Auto Liability. and other matters collectively constitute a trade secret as that PROVIDER agrees to list DANE COUNTY as an “Additional term is defined in s. 134.90(1)(c), Wis. Stats., County will not Insured” on its Umbrella or Excess Liability policy. release such records to the public without first notifying the vendor of the request for the records and affording the vendor BID NO. 114042 -3- an opportunity to challenge in a court of competent jurisdiction bid/proposal held by the vendor. The vendor will retain all the requester’s right to access such records. The entire documents applicable to the contract for a period of not less burden of maintaining and defending the trade secret than three (3) years after final payment is made. designation shall be upon the vendor. The vendor acknowledges and agrees that if the vendor shall fail, in a 27.0 LIVING WAGE REQUIREMENT: The vendor shall, timely manner, to initiate legal action to defend the trade secret where appropriate, comply with the County’s Living Wage designation or be unsuccessful in its defense of that requirements as set forth in section 25.015, Dane County designation, County shall be obligated to and will release the Ordinances. records. 27.01 In the event its payroll records contain any false, 22.2 Any material submitted by the vendor in response to misleading or fraudulent information, or if the vendor fails to this request that the vendor considers confidential and comply with the provisions of s. 25.015, D.C. Ords., the County proprietary information and which vendor believes qualifies as may withhold payments on the contract, terminate, cancel or a trade secret, as provided in section 19.36(5), Wis. Stats., suspend the contract in whole or in part, or, after a due must be identified on a designation of Confidential and process hearing, deny the vendor the right to participate in Proprietary Information form. Pricing will not be held bidding on future County contracts for a period of one (1) year confidential after award of contract. after the first violation is found and for a period of three (3) years after a second violation is found. 22.3 Data contained in a bid, all documentation provided therein, and innovations developed as a result of the 27.02 Bidders are exempt from the requirement of this contracted commodities or services cannot be copyrighted or section if: patented. All data, documentation, and innovations shall be  The maximum value of services to be provided is less than the property of the County. $5,000;  The bid involves only the sale of goods to the County; 23.0 RECYCLED MATERIALS: Dane County is required  The bid is for professional services; to purchase products incorporating recycled materials  The bid is for a public works contract where wages are whenever technically and economically feasible. Vendors are regulated under s. 62.293, Wis. Stats.; encouraged to bid products with recycled content which meet  The bidder is a school district, a municipality, or other unit specifications. of government;  The service to be provided is residential services at an 24.0 PROMOTIONAL ADVERTISING: Reference to or established per bed rate; use of Dane County, any of its departments or sub-units, or  The bidder’s employees are persons with disabilities any county official or employee for commercial promotion is working in employment programs and the successful prohibited. bidder holds a current sub-minimum wage certificate issued by the U.S. Department of Labor or where such a 25.0 ANTITRUST ASSIGNMENT: The vendor and the certificate could be issued but for the fact that the County of Dane recognize that in actual economic practice, employer is paying a wage higher than the minimum overcharges resulting from antitrust violation are in fact usually wage; borne by the Purchaser. Therefore, the successful vendor  The bidder is an individual providing services to a family hereby assigns to the County of Dane any and all claims for member; or such overcharges as to goods, materials or services  The bidder’s employees are student interns. purchased in connection with this contract. 27.03 COMPLIANCE WITH FAIR LABOR STANDARDS. 26.0 RECORDKEEPING AND RECORD RETENTION- During the term of this Agreement, PROVIDER shall report to PUBLIC WORKS CONTRACTS: The successful bidder on a the County Contract Compliance Officer, within ten (10) days, public works contract shall comply with the State of Wisconsin any allegations to, or findings by the National Labor Relations prevailing wage scale and shall establish and maintain Board (NLRB) or Wisconsin Employment Relations adequate payroll records for all labor utilized as well as records commission (WERC) that PROVIDER has violated a statute or for expenditures relating to all subcontracts, materialmen and regulation regarding labor standards or relations within the suppliers. All records must be kept in accordance with seven years prior to entering this Agreement. If an generally accepted accounting procedures. The County shall investigation by the Contract Compliance Officer results in a have the right to audit, review, examine, copy, and transcribe final determination that the matter adversely affects any such records or documents. The vendor will retain all PROVIDER’S responsibilities under this Agreement, and which documents applicable to the contract for a period of not less recommends termination, suspension or cancellation of this than three (3) years after final payment is made. agreement, the County may take such action.

26.1 RECORDKEEPING AND RECORD RETENTION- 27.04 PROVIDER may appeal any adverse finding by the COST REIMBURSEMENT CONTRACTS: Where payment to Contract Compliance Officer as set forth in sec. 25.015(11)(c) the vendor is based on the vendor’s costs, vendor shall through (e). establish and maintain adequate records of all expenditures incurred under the contract. All records must be kept in 27.05 PROVIDER shall post the following statement in a accordance with generally accepted accounting procedures. prominent place visible to employees: “As a condition of The County contracting agency shall have the right to audit, receiving and maintaining a contract with Dane County, this review, examine, copy, and transcribe any pertinent records or employer shall comply with federal, state and all other documents relating to any contract resulting from this applicable laws prohibiting retaliation or union organizing.”

BID NO. 114042 -4- Part – 2 Bid Forms Submit With Bid

BIDDER COVER PAGE SIGNATURE AFFIDAVIT

COMPANY NAME:

In signing this bid, we also certify that we have not, either directly or indirectly, entered into any agreement or participated in any collusion or otherwise taken any action in restraint of free competition; that no attempt has been made to induce any other person or firm to submit or not to submit a bid; that this bid has been independently arrived at without collusion with any other bidder, competitor or potential competitor; that this bid has not been knowingly disclosed prior to the opening of bids to any other bidder or competitor; that the above statement is accurate under penalty of perjury.

The undersigned, submitting this bid, hereby agrees with all the terms, conditions, and specifications required by the County in this Request for Bid, and declares that the attached bid and pricing are in conformity therewith.

______Signature Title

______Name (type or print) Date

ADDRESS:

CITY: COUNTY:

STATE: ZIP+4:

TEL: TOLL FREE TEL: FAX:

2. Contact person in the event there are questions about your bid/proposal:

NAME TITLE:

TEL TOLL FREE TEL

FAX E-MAIL

 Addendums -This firm herby acknowledges receipt / review of the following addendum(s) (If any)

Addendum #_____ Addendum #_____Addendum #_____Addendum #_____

BID NO. 114042 1 Part – 2 Bid Forms Submit With Bid

VENDOR REGISTRATION CERTIFICATION

Per Dane County Ordinance, Section 62.15, “Any person desiring to bid on any county contract must register with the purchasing manager and pay an annual registration fee of $20.”

Your completed Vendor Registration Form and Registration Fee must be received for your bid to be considered for an award. Your bid/proposal may not be evaluated for failure to comply with this provision.

Complete a registration form online by visiting our web site at www.danepurchasing.com.. You will prompted to create a username and a password and you will receive a confirmation message, than log back in and complete the registration. Once your registration is complete you will receive a second confirmation. Retain your user name and password for ease of re-registration in future years.

Payment may be made via credit card on-line or by check in the mail or in person at the Purchasing Division office. If paying by check make check payable to Dane County Treasurer and indicate your federal identification number (FIN) on the subject line.

CERTIFICATION

The undersigned, for and on behalf of the PROPOSER, BIDDER OR APPLICANT named herein, certifies as follows:

 This firm is a paid, registered vendor with Dane County in accordance with the bid terms and conditions.

Vendor Number #______Paid until ______

Date Signed: ______Officer or Authorized Agent

______Business Name

BID NO. 114042 2 Part – 2 Bid Forms Submit With Bid

LOCAL CONTENT VENDOR AFFIDAVIT

Under Dane County’s purchasing ordinance, bidders offering goods made in Dane County, its surrounding counties, or the State of Wisconsin receive a price preference on sealed bid solicitations. Bids are first evaluated to determine if any bidders are offering products that qualify as Dane County-Made Goods, Regionally-Made Goods, or Wisconsin-Made Goods.

A bidder offering Dane County-Made Goods will be considered the successful bidder if their price is up to 15% higher than the low bid for goods that are not Dane County-Made Goods. If no vendors meet this criteria, then the county will determine if any bidder is offering Regionally-Made Goods. If so, then such a bidder will be considered successful if their price is up to 12.5% higher than the low bid for goods that are not Regionally-Made Goods. If no vendors meet this criteria, then the county will determine if any bidder is offering Wisconsin-Made Goods. If so, the such bidder will be considered successful if their price is up to 10% higher than the low bid for goods that are not Wisconsin-Made Goods. If no vendors are offering Dane County-Made, Regionally-Made, or Wisconsin-Made Goods, then the county will evaluate the low bid without regard to the content of the goods.

I swear that the following is true and correct:

Based on the definition included with each category below, indicate if the goods you offer in your bid meet any of the three categories under the county’s ordinance.

____ The goods offered under this bid are Dane County-Made goods as defined as, “an article that is manufactured, mined, produced or grown in Dane County and over 50% of the total cost of its components are made in Dane County. When “component”, as referenced above, means and article, material, or supply incorporated directly into a finished product.

____ The goods offered under this bid are Regionally-Made goods as defined as, “an article that is manufactured, mined, produced or grown in Dane County or the seven counties adjacent to Dane County (Columbia, Dodge, Green, Iowa, Jefferson, Rock, or Sauk) and over 50% of the total cost of its components are made in those counties. When “component”, as referenced above, means and article, material, or supply incorporated directly into a finished product.

____ The goods offered under this bid are Wisconsin County-Made goods as defined as, “an article that is manufactured, mined, produced or grown in the State of Wisconsin and over 50% of the total cost of its components are made in the State of Wisconsin. When “component”, as referenced above, means and article, material, or supply incorporated directly into a finished product.

____ The goods offered under this bid do not qualify as Dane County-Made, Regionally-Made or Wisconsin-Made goods.

______Signed Date

______Company name

BID NO. 114042 3 Part – 2 Bid Forms Submit With Bid

LOCAL VENDOR AFFIDAVIT

Under Dane County Ordinance, a vendor headquartered in Dane County or the surrounding counties or a vendor with a location in Dane County or the surrounding counties may be invited to match the low bid if the low bid is offered by a vendor located outside the area.

There are three vendors to which this ordinance applies: a Regionally-Based Vendor, a vendor with a location in Dane County, and a vendor with a location in one of the seven counties adjacent to Dane County.

Under the ordinance, a Regionally-Based Vendor means a supplier or provider of equipment, materials, supplies, or services whose business or corporate headquarters is physically located in Dane County or the seven counties adjacent to Dane County (Columbia, Dodge, Green, Iowa, Jefferson, Rock, or Sauk) and whose owners or shareholders totaling more than 50% of ownership live in Dane County or the aforementioned contiguous counties; and the business is registered and authorized to do business in the State of Wisconsin.

Under the ordinance, a Local Vendor means a supplier or provider of equipment, materials, supplies, or services which has an established place of business within the County of Dane and is registered and authorized to do business in the State of Wisconsin. An established place of business means a physical office, plant or other facility. A post office box address does not qualify a vendor as a Local Vendor.

When bids are reviewed, the county will determine if a Regionally-Based Vendor responding to the bid is the low bidder or within 15% of the low bid. In the event that the price offered by a Regionally-Based Vendor is within 15% of the low bid, the county will contact the Regionally- Based Vendor and provide that vendor the option of matching the low bid price.

If no Regionally-Based Vendors are among the responding bidders, or the Regionally-Based Vendor declines to match the low bid, then the county will determine if a Local Vendor is within 10% of the low bid. If so, then the county will contact the Local Vendor and provide that vendor the option of matching the low bid price.

If no Local Vendors are among the responding bidders, or the Local Vendor declines to match the low bid, then the county will determine if a non- Local Vendor with a location within the seven counties surrounding Dane County is within 5% of the low bid. If so, then the county will contact that non-Local Vendor and provide that vendor the option of matching the low bid price.

If there are no non-Local Vendors with a location within the seven counties surrounding Dane County, or, if all non-Local Vendors with a location within the seven counties surrounding Dane County decline to match the low bid, then the county will award the bid to the low bidder without regard to the location of the vendor.

BID NO. 114042 4 I swear that the following is true and correct:

____ The bid submitted is from a Regionally-Based Vendor as described above;

____ The bid submitted is from a Local Vendor as described above

____ The bid submitted is from a non-Local Vendor with a place of business in one of the following counties: Columbia, Dodge, Green, Iowa, Jefferson, Rock, or Sauk.

____ The bid submitted is from a vendor that does not meet any of the criteria above.

______Signature Title

______Name (type or print) Date

______Company Name

This address will be used to verify the local purchasing preference indicated above.

ADDRESS:

CITY: COUNTY:

STATE: ZIP+4:

BID NO. 114042 5 Part - 2 Bid Forms Submit With Bid

FAIR LABOR PRACTICES CERTIFICATION Dane County Ordinance 25.11(28)

The undersigned, for and on behalf of the PROPOSER, BIDDER OR APPLICANT named herein, certifies as follows:

1. That he or she is an officer or duly authorized agent of the above-referenced PROPOSER, BIDDER OR APPLLICANT, which has a submitted a proposal, bid or application for a contract with the county of Dane.

2. That PROPOSER, BIDDER OR APPLLICANT has: (Check One)

______not been found by the National Labor Relations Board (“NLRB”) or the Wisconsin Employment Relations Commission (“WERC”) to have violated any statute or regulation regarding labor standards or relations in the seven years prior to the date this Certification is signed.

______been found by the National Labor Relations Board (“NLRB”) or the Wisconsin Employment Relations Commission (“WERC”) to have violated any statute or regulation regarding labor standards or relations in the seven years prior to the date this Certification is signed

Date Signed: ______Officer or Authorized Agent

______Business Name

NOTE: You can find information regarding the violations described above at: www.nlrb.gov and http://werc.wi.gov.

For Reference Dane County Ord. 28.11 (28) is as follows:

(28) BIDDER RESPONSIBILITY. (a) Any bid, application or proposal for any contract with the county, including public works contracts regulated under chapter 40, shall include a certification indicating whether the bidder has been found by the National Labor Relations Board (NLRB) or the Wisconsin Employment Relations Committee (WERC) to have violated any statute or regulation regarding labor standards or relations within the last seven years. The purchasing manager shall investigate any such finding and make a recommendation to the committee, which shall determine whether the conduct resulting in the finding affects the bidder’s responsibility to perform the contract.

If you indicated that you have been found by the NLRB or WERC to have such a violation, you must include a copy of any relevant information regarding such violation with your proposal, bid or application.

BID NO. 114042 6 Part - 2 Bid Forms Submit With Bid

PRICE PROPOSAL

NAME OF FIRM:

For the price(s) listed below, our firm hereby offers to provide the following item(s) in accordance with the specifications of this bid. Pricing must include delivery.

Dane County will purchase three (3) CNG Tri Axle Truck Cab and Chassis and five (5) CNG Patrol Trucks Cab and Chassis. Clean cab to axle needed for equipment installation. Dane County must be able to mount the snow plow equipment without having to move any of the truck equipment. Before the purchase order is written there will be a meeting to determine equipment locations. Dealers must be able to service CNG Trucks within the Madison Area at the time the Purchase Order is written. Dane County will give preference to the vendor who can build both CNG Tri Axle Trucks Cab and Chassis and CNG Patrol Trucks Cab and Chassis.

TOTAL DELIVERED PRICE: 3 CNG Tri Axle Trucks Cab Each $______and Chassis. Total $______

Year /Make/Model: ______

Warranty: ______

Nearest service/parts location: ______

Indicate delivery days after receipt of order: ______

______

TOTAL DELIVERED PRICE: 5 CNG Patrol Trucks Cab Each $______and Chassis. Total $______

Year /Make/Model: ______

Warranty: ______

Nearest service/parts location: ______

Indicate delivery days after receipt of order: ______

BID NO. 114042 7 Optional - Cost For Upgrading to 40,000lb Tandem Drive $______each Axle IPO Single Drive Axle.

Tandem Axle upgrade must include (at a minimum): Not Item Description Comply Comply 1. Iron PreSet PLUS Hubs 2. Long Stroke Parking Brakes 3. Dust Shields for Cam Brakes 4. Asphalt Dump Brake Chamber Clearance 5. Bendix Smart ATC Traction Control 6. Rear Camshaft Reinforcement 7. Gusseted Cam Brackets 8. SBM Valve 9. Upsize Parking Brakes 10. Heavy Duty Brake Drums 11. 6S6M ABS System 12. Synthetic lube (all axles) 13. Bendix 16.5 x7 Rear Drum Brakes 14. 6.14 Rear Axle Ratio 15. Air Trac 40,000lb Air Suspension (Or comparable industry proven air ride vocational suspension) 16. (4) Heavy Duty Truckmaster Shocks 17. Dash Mounted Dump Switch with Indicator Light for Suspension 18. Heavy Duty Tracking Rods 19. 1710 HD Driveline with Single Midship Bearing 20. Identical Wheels/Tires as Single Drive Axle Spec: Accuride 50291 Plt 22.5x8.25 (Heavy Duty) Steel Wheels Bridgestone 16ply 11R22.5 M843 21. Proper Wheelbase to Accommodate

Year /Make/Model: ______

Warranty: ______

Nearest service/parts location: ______

Indicate delivery days after receipt of order:______

Delivery is extremely important on this purchase. Therefore, the best and most realistic delivery time will weigh heavily in our purchase decision process.

BID NO. 114042 8 TRADE-INS

Trade-ins can be inspected by contacting Tim Yamriska at 608-266-9058.

Trade-in allowance (County may or may not accept) on:

Fleet # Manufacturer Model Year

4002 Freightliner FL80 1997 $______4009 Freightliner FL80 1998 $______4060 Freightliner FL80 2001 $______

Units are equipped with a plow, wing and salter.

BID NO. 114042 9 Part 3 – Detailed Specifications Bid Forms Submit With Bid Technical Specifications ______

Dane County as represented by the Purchasing Division will accept bids for the purchase of specified item(s) as described further in this document.

The intended user agency is: Dane County Public Works, Highway and Transportation Department

Bidder shall complete every space in the area provided with either a check mark to indicate the item being bid is exactly as specified (Comply), or deviates from bid specification (Does Not Comply). Any deviation from the minimum specifications stated herein must be identified in detail on the form provided and must include a description of how the proposed item/s differ from the bid requirements, along with detailed justification for such deviation. Bidder shall include photos and schematics as necessary, for complete clarification.

The specifications below describe an acceptable unit. Minor variations in specification may be accepted if, in the opinion of County staff, they do not adversely affect the quality, maintenance or performance of the equipment. Dane County reserves the right to accept or reject any and all bids, to waive informalities and to choose the bid that best meets the specifications and needs of the County.

If no variations are listed, it will be assumed that all specifications are met.

DETAILED SPECIFICATIONS – CNG TRI AXLE TRUCK CAB AND CHASSIS

Not Item Description Comply Comply Conventional or Equal. Greasable front spring pins & heavy-duty shock absorber brackets, 16mm. fasteners from rear cab support to end-of-frame, except tractor taper cross member. Vinyl inside sun visors, driver side includes strap & mirror, rider side includes strap; Under- dash center console w/2 cup holders, 2-12V outlets & a storage compartment, Glove box door with locking latch. Dealers must be able to service CNG Trucks within the Madison Area

at the time the Purchase Order is written. Sloped or Straight Hood. Carb Idle – Alternative Fuel exempt. Snowplow Truck.

BID NO. 114042 1 ISX12G 400 2013 400 @ 1800,1450 @ 1200 Cruise Control Auto Resume 70..Max Vehicle Speed in Top Gear 70..Max Cruise Control Speed 1400..Max PTO Speed No..Idle Shutdwn 8..Idle Shutdwn Time No..Idle Shutdwn Override Dealer to coordinate the purchase and installation of a 100 DGE tank mounted directly behind the cab Air Compressor: Cummins 18.7 CFM, Cummins. Air cleaner: 1SX12G 10. Inside/outside air intake: w/cowl inlet. 11. Fan Hub: Horton 2-Speed for ISX12G. 12. Cooling module: 1440 square inches. On-off fan hub, nylon fan blade, translucent top tank, air-to-air heat exchanger/aftercooler, silicone hoses w/constant torque clamps, long life coolant. 13. Radiator bug screen on behind of grille. 14. Exhaust: single BOC horizontal catalyst CNG. 15. Exhaust System most suitable for plow truck application. 16. Immersion block heater 120V 1500W oil pan heater – fuel filter heater 17. Alternator: 160 amp brushless, Bosch 18. Batteries: 3 31A Threaded post (900) 2700 CCA 19. Starter: 12 volt electrical system, Mitsubishi or Denso. 20. Multi-function engine connector for body builder interface for Cummins J1939 compatible. 21. Body builder harness to EOF tail/stop-turn, stop-turn combination 22. Jump start terminals under hood. 23. Body builder harness to BOC. 24. Transmission: Allison World 4500RDS 6-speed w/o retarder, w/PTO provision. For vocational applications. Includes shift control, transmission oil temperature gauge, oil level sensor & heat exchanger. 25. Driveline: 3 piece heavy-duty 2 centerbearing. 26. Torque converter included w/Allison Transmission. 27. Auto neutral for Allison – single input. 28. TRANSMISSION SHIFT CONTROL {Allison} T-Bar Type; for Allison 4500 Transmission

29. Front Axle rated 22K standard track. 30. Front Brake: 22,000 lbs. 31. Dustshield: for drum brakes: all axles. 32. Hubcap: front vented. 33. Front auto slack adjuster. 34. Front Springs: Taperleaf 23K w/shock absorbers 35. Dual power steering gears:

BID NO. 114042 2 36. Power Steering Cooler. 37. Dual Meritor RT46-160 rear axle rated at 46K. Tandem rear axles. 38. Rear axle ratio – 4.89. Review at time of order. 39. Dual rear brakes 16-1/2x7 in. to 46K; Bendix ES-extended service S- cam. 40. Dual rear heavy duty brake drums: cast. Use HD Gunite Drum when tandem axle with GAWR over 46,000 lbs. 41. Dual rear hubs: Steel hub pilot 46K 11-1/4 in. bolt circle. 42. Dual rear low maintenance hub package Dana Spicer. Maximum axle capacity is 52,000 lbs. 43. Dual rear axle automatic slack adjusters. 44. Spring Brake: 3030 high output dual. High mount. Meets asphalt spreader paver clearance requirements. 45. Bendix 6S/6M six channel anti-lock brake system with automatic traction control. 46. Rear suspension: rated at 46K. Vocational air ride compatible. 54 in. axle spacing. Unladen height: 12.5 in. Laden height: 10.1 in. Standard restrictor can. Or equivalent. 47. Factory installed steerable pusher axle 13,200 Watson & Chalin Tru- Trac with reverse lift solenoid. 48. Front tires: Goodyear G296 MSA 425/65R22.5 20PR. 44.4 in. diameter 20.6 in. SLR all position. On/off highway. Wide-base tire. 49. Rear tires: Goodyear G289 WHA11R22.5. All position. 43.1 in. diameter. 20 in. SLR. 50. Rear tire quantity: 8 51. Pusher tires: Bridgestone R280/11R22.5 52. Front wheel: 22.5x12.25 steel painted white, hub pilot mount. 10000lb. maximum rating. 53. Rear wheel: Accuride 29300RPW 22.5x9 steel white e-coat. Hub pilot mount 10000 lb. maximum rating. 54. Wheelguards: All axles. 55. Rear wheel/rim quantity: 8 56. Pusher wheels: Steel Accuride 22.5x8.25 57. FRAME RAILS Heat Treated Alloy Steel (120,000 PSI Yield); 10.866" x 3.622" x 0.433" (276.0mm x 92.0mm x 11.1mm); 456.0" (11582mm) Maximum OAL Heavy duty front engine steel support. Steel crossmembers. Single rail. 58. Bumper: Tapered steel channel. 59. 73 in. bumper setting. 60. Clean cab to axle for equipment installation. Dane County must be able to mount the snow plow equipment without having to move any of the truck equipment. 61. Use w/extended frame rails or FEPTO. 24” minimum extension. 62. PTO EFFECTS, ENGINE FRONT, Less PTO Unit, Includes Adapter Plate on Engine Front Mounted 63. Radiator mounted grille FEPTO. No PTO opening in radiator..

BID NO. 114042 3 64. Cab heater: W/integral defrosters & A/C 45,000 btu cab heater. Includes 5 mode rotary control. 65. Steering wheel: 18 in. 4-spoke. 66. Adjustable telescoping tilt steering column. 67. 5 keys total, all keyed alike. 68. Two spare switches: Wired to power. 69. Gauge: Engine oil temperature gauge w/integral warning light. 70. Gauge: Manifold pressure gauge. 71. Gauge: Axle oil temperature, dual-drive axle. (2 gauges) w/integral warning light. 72. Driver Information Center: Includes fuel economy, RPM display, trip information, truck information, diagnostics, gear display, alarm clock. 73. Instrument package: Includes speedometer, tachometer, fuel gauge, engine coolant temperature gauge, engine oil pressure, voltmeter, and dual digital output speed sensors. 74. Small flat panel on dash for customer-installed controls. 75. Cab Interior: Includes smooth upholstered side & back panels w/stitched accent lines, upholstered door pads, full vinyl headliner, black dash panels & black rubber floor mats. additional sound deadener package. 76. Interior color: gray w/trim dark slate gray. 77. Driver Seat - Sears Atlas Premium Comfort 70, Black Mordura Cloth 78. Rider seat: battery box HB Mordura. Standard features include: Fixed base and backrest, Fixed seat base and backrest and dual armrests. Seat cushion is 19.5 inches. Seat material has a horizontal stitch pattern and is 2-toned in color. Seat back is carpeted. Seat is manufactured by National. Includes inside visor and retractable 3-point matching seat belts. 79. Seat color: dark slate gray. 80. AM/FM/WB//USB/Bluetooth Radio with Handsfree microphone. Minimum 2 speakers 81. CB installation kit: Center mounted of header. W/header mounted quick release CB mount. One red power post & one black ground post. Includes dual antenna leads located on the mirror brackets. Includes dual antenna and separate speaker. 82. Under dash center console: Includes one cupholder & two 12v outlets. For use with Allison Gen V shift controls. 83. Self cancelling turn signal: W/column-mounted headlight dimmer switch & intermittent wiper control. 84. One-piece windshield, heated glass. Or equivalent heater kit.

BID NO. 114042 4 85. Electric LH & RH door locks. 86. Long grabhandle RH side of cab. 87. Long grabhandle LH side of cab. 88. Grabhandle LH inside door frame above dash. 89. Grabhandle RH inside door frame above dash. 90. Daylite doors, includes RH peeper window. Ignition and doors are keyed alike. Electric locks on both cab doors. 91. Single air horn exterior cab. 92. Single convex mirror 8 in. Dual View K-10, RH & LH hood mounted and heated. 93. Dual convex heated mirror 8 in. w/offset mounting below regular mirror. 94. Mirror: Dual Moto heated mirrors 7 in. x 16 in. LH & RH remote controlled. Switch located on door pad. 95. Mirror brackets 8-1/2 ft load width. 96. Rear cab stationary window 32” minimum clearance back cab wall to center of steering wheel with wheel in lowest position. 97. Electric-powered LH & RH door widow lifts. Switch located on door. 98. Exterior aerodynamic sunvisor w/integral marker lights. 99. 4 1/2in. rubber wheelwell fender extension. 100. Air ride cab suspension. Link preferred. 101. Headlamps: extended life halogen. 102. Turn Signal Lights: LED, mounted on fender. 103. Switch & Wiring for customer-installed floodlight w/o electrical pass- through - 1st set. Wire coiled BOC/BOS. 104. LED stop-turn – flange mounted with two LED backup lights. Stop-turn wired combination 105. Switch & Wiring: Customer-installed beacon lights w/additional coiled wire to 10 ft. coiled BOC. 106. Marker Lights: Interrupter switch. 107. Switch & Wiring: For customer-installed plow light. Includes circuit breaker. 108. LH Courtesy lamp: On upper skirt to light up step. 109. Junction box: In cab. Wired for body builder J1939 and digital speed sensor. 110. Junction box: end of the frame. Wired for Brake-turn/Tail separate of chassis mounted lights. Brake-turn to be wired combination. 111. Circuit breakers: Replacing fuses. Does not apply to any 5-amp fuse box position. Breakers include stop/brake/turn, tail lamp, high & low beams. Marker/clearance lamps, horn, fuel heat, gauges, wipers, air dryer, HVAC controls, panel lamps. 112. AIR DRYER {Meritor Wabco System Saver 1200} with Heater 113. Moisture ejection valve w/pull cable drain.

BID NO. 114042 5 114. Full truck kit: Gladhands mounted at end-of-frame. Seven-way female receptacle mounted at end-of-frame in taillamp bracket. Kit includes dash mounted trailer air supply valve, trailer hand control valve, and hoses/fittings for the valves. Dash mounted parking brake valve, tractor protection valve and spring brake inversion/relay valves are standard. 115. Nylon air tubing in frame & cab, excluding hoses subject to excessive heat or flexing. 116. Air tanks: clear of transmission area. 117. Trailer ABS electric supply through SAE J560 7-pin connector per TMC RP137. 118. Air Tanks: Steel. 119. Paint color number: 0311 Omaha Orange. 120. Base coat/clear coat. 121. Extended warranty on CNG engine, 5 year, 150,000 miles 122. Service and Parts Manuals

DEVIATIONS

ITEM NUMBER DEVIATION EXPLANATION

______

______

______

______

______

______

______

______

______

 Check box at left if bidder has taken NO deviations from the specifications

BID NO. 114042 6 DETAILED SPECIFICATIONS – CNG PATROL TRUCK CAB AND CHASSIS

Not Item Description Comply Comply 1. Wheel base and CA to be determined at time of purchase 2. Dealers must be able to service CNG Trucks with in the Madison Area at the time the Purchase Order is written. 3. Snowplow. 4. ISLG 320 HP 1000 Ft Lbs 70..Max Vehicle Speed in Top Gear 70..Max Cruise Control Speed 1400..Max PTO Speed No..Idle Shtdwn 5..Idle Shtdwn Time 5. Dealer to install 78 DGE CNG tank behind cab. 6. Air Compressor: Cummins 18.7 CFM, Cummins. 7. Air cleaner w/constant torque SS clamps, pop-up air restriction indicator. Pop-up indicator is standard. 8. Inside/outside air intake for air cleaner w/cowl inlet. 9. Fan Hub: Horton 2-Speed for ISL-G. 10. Cooling module: 1000 square inches. No PTO opening in radiator. 11. Radiator bug screen mounted behind the grill. 12. EXH: RH under single Catalyst MTD cab access. 13. Exhaust System most suitable for plow truck application. 14. Block heater. Oil pan heater and Fuel filter heater. 15. Alternator: Bosch 160 amp, brushless type only. 16. Batteries: 3 GP31 threaded post (900) 2700 CCA dual purpose. 17. Starter: 12 volt electrical system. 18. Multi-function engine connector for body builder interface for Cummins. With J1939Data Link. 19. Body builder harness to EOF. tail/ stop-turn / (stop/turn combo) 20. Jump start terminals frame mounted. 21. Transmission: Allison 3000RDS 6-speed w/PTO drive gear. 5th Gen Controls. Limited to 860 lb.-ft. Includes heat exchanger % oil level sensor. Rugged duty Series for vocational applications. Snow plow factory programming. 22. Driveline: Heavy duty Two piece, One center bearing. 23. Torque converter included w/Allison Transmission. 24. Auto neutral for Allison – single input. 25. TRANSMISSION SHIFT CONTROL {Allison} T-Bar Type; Mounted in dash

BID NO. 114042 7 26. PTO adapter for front engine PTO. 27. Chassis will not be fitted w/transmission PTO. (Prevents ECU f/interfering w/PTO only). 28. PTO EFFECTS, ENGINE FRONT, Less PTO Unit, Includes Adapter Plate on Engine Front Mounted 29. Front Axle rated 22K. Wide track. 30. Front Brake: 22,000 lbs. 31. Front Auto Slack Adjuster. 32. Dustshield: for drum brakes: all axles. 33. Front Springs: Taperleaf 22K w/shock absorbers w/greasable spring pin bushings. 34. Dual Sheppard power steering gears: 22K 35. Power Steering Cooler. 36. F/Taperleaf 23k sprgs. 37. Single rear axle; 30K capacity rated at 30K. Single rear axle. Limited slip. 38. Rear Axle Ratio – 6.14. Review 6.43 at time of purchase. 39. Single Rear Brakes 16-1/2x7 in. Bendix ES-extended service S-cam. 40. Single rear heavy duty Brake Drums: cast. Use HD Gunite Drum when single axle with GAWR over 23,000 lbs. 41. Single Rear Hubs: Iron hub pilot 11-1/4 in. bolt circle. 42. Single rear low maintenance hub package Dana Spicer. Maximum axle capacity is 31,000lbs. 43. Single Rear axle automatic slack adjusters. 44. Spring Brake: 3030 high output single. 45. Bendix 4S/4M anti-lock brake system. 46. Rear suspension: Air ride. rated at 31,000# 47. Front tires: Bridgestone 425/65/22.5 20PR. 48. Rear tires: Bridgestone 315/80R22.5 20PR. 49. Rear Tire Quantity: 4 50. FR WHL ACCUR 29300RPW 22.5x12.5 STL. Hub pilot mount, 5-hole, wht. 51. Rear wheel: Accuride 29300 RPW 22.5 X 9 heavy duty 5 hand-hole hub pilot mount, white e-coat, 8000 lb. maximum rating. 52. Rear Wheel/Rim Quantity: 4 53. Frame Rails: 10-11/16 x 3-1/2 x 1/2in. steel to 336 in. Truck frame weight is 4.70 lb.-in. per pair of rails. Section modulus is 22.35, RBM is 2,683,000 in-lbs per rail. Single rail. 54. Bumper: Painted steel. 55. Extended front frame rail. Minimum 24”.

BID NO. 114042 8 56. Quarter Fenders: Black Polypropylene w/painted steel brackets, single post mounted. 57. Cab heater: W/integral defrosters & A/C 45,000 btu cab heater. Includes 5 mode rotary control. 58. Steering wheel: 18 in. 4-spoke. 59. Adjustable telescoping tilt steering column. 60. Two spare switches: Wired to power. 61. Gauge: Manifold pressure gauge. 62. Gauge: Axle oil temperature gauge. Single drive axle or forward rear axle w/integral warning light. 63. Driver Information Center: Includes fuel economy, RPM display, trip information, diagnostics, gear display, alarm clock. 64. Instrument package: Includes speedometer, tachometer, fuel gauge, engine coolant temperature gauge, engine oil pressure, voltmeter. Engine hour meter and outside air temperature readouts are standard. Primary read out will be MPH. Dual digital output speed sensors. 65. Large flat panel on dash for customer-installed controls. 66. Warning Light: Transmission temperature. Includes buzzer. Includes transmission temperature gauge. 67. Cab Interior:. Includes smooth upholstered side & back panels w/stitched accent lines, upholstered door pads, full vinyl headliner, black dash panels & black rubber floormats. 68. Interior color: dark gray. 69. Driver Seat - Sears Atlas Premium Comfort 70, Black Mordura Cloth. 70. Rider seat: battery box HB Mordura. Standard features include

fixed base and backrest, fixed seat base and backrest and dual armrests. Seat cushion is 19.5 inches. Seat material has a horizontal stitch pattern and is 2-toned in color. Seat back is carpeted. Seat is manufactured by National. Includes inside visor and retractable 3-point matching seat belts. 71. Seat color: Dark gray. 72. AM/FM/WB/USB/Bluetooth Radio with hands free microphone. 73. Speakers: Minimum two speakers. 74. CB installation kit: Center mounted of header. W/header mounted quick release CB mount. One red power post & one black ground post. Includes dual antenna leads located on the mirror brackets. Includes dual antenna and & separate

BID NO. 114042 9 speaker. 75. Under dash center console: Includes one cup holder & two 12v outlets. 76. Self cancelling turn signal: W/column-mounted headlight dimmer switch & intermittent wiper control. 77. Cab access contoured grabhandles, LH/RH. 78. Grabhandle LH inside door frame above dash. 79. Grabhandle RH inside door frame above dash. 80. Daylite doors, includes RH peeper window. Electric locks are standard on both cab doors. 81. Single air horn under cab. 82. Single RH convex heated mirror 8 in. fender mounted. 83. Single convex mirror 8-1/2 in. x 4-7/16 in. located on rider side, and non-heated. 84. Single LH convex heated mirror 8 in. fender mounted. 85. Dual convex heated mirror 8 in. w/offset mounting below regular mirror. 86. Mirror: Dual Moto heated mirrors 7 in. x 16 in. LH & RH remote controlled. Switch located on door pad. 87. Mirror brackets 8-1/2 ft load width. 88. Rear cab stationary window 17 in. x 36 in. extended if needed to allow minimum 32” back of cab wall to center of steering wheel. (wheel in lowest position). 89. Electric-powered LH & RH door widow lifts. Switch located on door. 90. One-piece wind shield, W/ heated glass or aftermarket equivalent. 91. 4 1/2 in. rubber wheel well fender extension. 92. Air ride cab suspension. Link preferred. 93. Quiet cab package: Includes firewall insulation & floor covering w/sound deadening materials and cowl blanket. Smart sound or equivalent. 94. Headlamps: Halogen. 95. Marker lights: Five, rectangular, LED. 96. LED Stop-Turn/Tail – flange mounted with two LED backup lights. 97. Switch & Wiring: Customer-installed beacon lights w/additional coiled wire to 10ft. coiled BOC. 98. Daytime running lamps. 99. Headlamps to turn on when wipers are active. 100. Marker lights: Interrupter switch. 101. Switch & Wiring: For customer-installed plow light. Includes circuit breaker. 102. LH courtesy lamp: On upper skirt to light up step. 103. Junction box: In cab. Wired for body builder leads including J1939 data link.

BID NO. 114042 10 104. Junction box: End-of-frame. Wired for Stop-Turn/ Tail wired separately from chassis mounted lights. Turn-Stop to be wired combination. 105. Circuit breakers: Replacing fuses. Does not apply to any 5- amp fuse box position. Breakers include stop/brake/turn, tail lamp, high & low beams, marker/clearance lamps, horn, fuel heat, gauges, wipers, air dryer, HVAC controls, panel lamps. 106. AIR DRYER {Meritor Wabco System Saver 1200} with Heater. 107. Moisture ejection valve w/pull cable drain. 108. Electric Trailer Brake accommodation package. 109. Nylon air tubing in frame & cab, excluding hoses subject to excessive heat or flexing. 110. Locate air dryer outside LH rail BOC. 111. Trailer ABS electric supply through SAE J560 7-pin connector per TMC RP137. 112. Air tanks: steel all tanks. 113. Cab color number: 0311 Omaha Orange. 114. Base coat/clear coat. 115. Extended warranty on CNG engine, 5 year, 150,000 miles. 116. Service and Parts Manuals.

DEVIATIONS

ITEM NUMBER DEVIATION EXPLANATION

______

______

______

______

______

______

______

______

______

______

______

 Check box at left if bidder has taken NO deviations from the specifications

BID NO. 114042 11