Loading...
16-122.00 Utility Truck Equipmentr III1Tlil( CH EQUIPMENT Boise, Idaho _ems TILITY QUOTE FOR: CITY OF SPOKANE VALLEY 11707 E. SPRAGUE AVE. SUITE 106 SPOKANE VALLEY, WA. 99206 e-mail sarltspokanevalley.orq 7350 S. EISENMAN ROAD BOISE, IDAHO 83716 PHONE 208-384-5242 FAX 208-336-8068 WEB WWW.utilityboise.com DATE: 8/16/2016 Attention: SHANE ARLT Phone #: 509-720-5002 Fax #: CELL ************************************************************H.*****************************fr**************k****iii************* CHASSIS MAKE: MODEL C.A. OTHER DATA INT. CIT TO BE DETERMINED QTY: DESCRIPTION OF ITEMS 1 SUPPLY AND INSTALL " WILLIAMSEN-GODWIN 14FT LONG DUMP BODY, MONROE CHASSIS MOUNTED 201 SIS SPREADER, CIRUS CONTROLS HYDRAULIC PACKAGE, HENKE 2 -WAY SNOW PLOW ALL PER THE ATTACHED MARKED UP CITY OF SPOKANE VALLEY'S SPECIFICATION BID # 16-122.... F.O.B. SPOKANE VALLEY, WA... " NO EXCEPTIONS " OPTION PRICE: 0 CIRUS SPREAD SMART SSRX SYSTEM IN LIEU OF THE CIRUS E -SPREAD.... (THIS SPREADER CONTOLS ALLOWS FOR RECORDING CAP.) ADD WASHINGTON SALES TAX IF APPLICABLE! PRICE PRICE EACH: TOTAL 101,480.00 $101,480.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0,00 ADD 4,650.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 TERMS: NET DUE ON INVOICE! CREDIT CARD PURCHASES ADD 3%! Remarks: SUBTOTAL: 2 F.E.T Sales Taxable? OTHER 1=Yes 2 SALES TAX 2=No TOTAL ACCEPTED BY: DATE: P.O. # TERMS: NET AT DELIVERY UTILITY TRUCK EQUIP. SALES e-mail allartg@utilityboise.com BY: ALLAN GROTE $101,480.00 $0.00 $0.00 $101,480.00 Siitikane .00°Valley. Invitation for Bid 16-122 New 12 CY Dump Body, 14 FT 2O1B Stainless Steel Chassis Mount Spreader, Central Hydraulic System, and 2 -Way Snowplow The City of Spokane Valley issues this Invitation for Bid #16-122. Bids Are Due August 18, 2016 at 10:00 AM Procurement Coordinator Shane Arlt 509-720-5002 sarlt@spokanevallev.org Deliver Bids to City of Spokane Valley 11707 E Sprague Avenue, Suite 106 Spokane Valley, WA 99206 City of Spokane Valley Attention: Public Works Department IMPORTANT: Bids must be delivered in a sealed package and should have the following information on the outside: • Bid Number • Bid Due Date and Time • Procurement Coordinator's Name • Bidder's Company Name & Address Utility Trailer Sales Boise, Idaho IFB #16-122 Utility Trailer Sales Boise, Idaho Contents 1 SUMMARY OF OPPORTUNITY 3 1.1 Purpose of the IFB 3 1.2 Bid Packet Including Specifications 3 1.3 Amendments 3 1.4 Bidder Communication Responsibilities 3 1.5 Bidder Responsiveness 3 1.6 Pricing 4 1.7 Dealer Authorization 4 1.8 Vehicle Title Error! Bookmark not defined. 1.9 Vehicle Dealer Licensing Error! Bookmark not defined. 2 PREPARATION OF BIDS 4 2.1 Bid Submittals (Checklist) 4 2.2 Format 4 2.3 Due Date and Time 4 3 EVALUATION AND AWARD 5 3.1 General Provisions 5 3.2 Determination of Responsiveness 5 3.3 Technical Specifications Evaluation 5 3.4 Announcment of Apparent Successful Bidder (ASB) 5 3.5 Bid Information Availability after announcement of ASB 5 APPENDICES 6 Appendix A — Bidder's Administrative Information Appendix B — Specification Requirements Utility Trailer Sales of Idaho Inc. 1 SUMMARY OF OPPORTUNITY 1.1 PURPOSE OF THE BID The purpose of this Bid is to provide a New 12 Cubic Yard Dump Body, 14 FT Stainless Steel Chassis Mount Spreader, Central Hydraulic System, and 2 -Way Snowplow. 1.2 BID PACKET INCLUDING SPECIFICATIONS Copies of the bid packet including specifications may be obtained in PDF format at www.spokanevalley.org. To be added to the Planholder's fist, bidders shall download project files or request hard copy documents. Any addenda to this project will be sent only to those listed on the Planholder's List. The Planholder's List is also available at this website. For further information, contact Lorri Latiolais at llatiolais@spokanevalley.org or (509) 720-5008 Monday through Friday from 8:00 a.m. to 5:00 p.m. 1.3 AMENDMENTS Prior to the Bid due date and time, The City of Spokane Valley reserves the right to change portions of this IFB. All changes will be issued in writing by The City of Spokane Valley as an Amendment and incorporated into the IFB. If there is any conflict between Amendments, or between an Amendment and the IFB, the document issued last in time will be controlling. 1.4 BIDDER COMMUNICATION RESPONSIBILITIES During the IFB process, all Bidder communications concerning this IFB must be directed to the Procurement Coordinator-. All oral and written communications will be considered unofficial and non-binding. Bidders should rely only on written Amendments issued by the Procurement Coordinator. Bidders are encouraged to make any inquiry as early in the process as possible to allow The City of Spokane Valley to consider and respond; however, no response is required from the Procurement Coordinator. Additionally, if a Bidder does not notify The City of Spokane Valley of an issue, exception, addition, or omission, The City of Spokane Valley may consider the matter waived by the Bidder for protest purposes. 1.5 BIDDER RESPONSIVENESS Bidders are to respond to each question/requirement contained in this IFB. Failure to comply with any applicable item may result in a Bid being deemed non-responsive and disqualified. The City of Spokane Valley reserves the right to determine the actual level of Bidders' compliance with the requirements specified in this IFB and to waive informalities in a Bid. An Informality is an immaterial variation from the exact requirements of the competitive IFB, having no effect or merely a minor or negligible effect on quality, quantity, or delivery of the supplies or performance of the services being procured, and the correction or waiver of which would not affect the relative standing of, or be otherwise prejudicial to Bidders. Utility Trailer Sales of Idaho Inc. 1.6 PRICING Bid prices must include all cost components needed for the delivery of the goods and/or services as described in this IFB. Failure to identify all costs in a manner consistent with the instructions in this IFB is sufficient grounds for disqualification. The proposed pricing levels should reflect the market provided by the Contract resulting from this IFB. 1.7 DEALER AUTHORIZATION The Bidder, if other than the manufacturer, shall provide upon request a current, dated, and signed authorization from the manufacturer that the Bidder is an authorized distributor, dealer or service representative and is authorized to sell the manufacturer's products. Failure to provide manufacturer's authorization upon request may result in Bid rejection or contract termination. 2 PREPARATION OF BIDS 2.1 BID SUBMITTALS (CHECKLIST) The following checklist identifies the hard copy submittals which will comprise a Bid. Any Bid received without a hard copy items identified in this checklist and designated as REQUIRED may be rejected as being non-responsive. Please identify each page of the submittals, as well as any supplemental materials with your company name or other identifiable company mark. Bidder's Administrative Information (REQUIRED): Complete as instructed and return a copy. Specification Requirements (REQUIRED): Complete as instructed and return a signed original. Amendments (AS INSTRUCTED): If instructed to do so in any Amendment to this IFB, sign and return a copy. Failure to sign and return any required Amendments to this IFB, may result in a bid being rejected for lack of responsiveness. When in doubt, sign and return a copy of all IFB Amendments. 2.2 FORMAT Bidders should provide one hard -copy sealed bid. Bids must be legible and completed in ink or with an electronic printer or other similar office equipment, and properly signed by an authorized representative of the Bidder. All changes and/or erasures shall be initialed in ink. Unsigned Bids will be rejected on opening unless satisfactory evidence was submitted clearly establishing the Bidder's desire and intent to be bound by the Bid, such as a signed cover letter. Incomplete or illegible Bids may be rejected. 2.3 DUE DATE AND TIME Bid packages must be received on or before the due date and time at the location specified on the cover page. Time of receipt will be determined by the official time stamp located at The City of Spokane Valley. If a Bid is late or received at a location other than that specified it may be rejected. Utility Trailer Sales of Idaho Inc. The names of the Bidders will be recorded and made available upon request. Bid contents will not be available for public view until after the announcement of the apparently successful bidder has been made. 3 EVALUATION AND AWARD 3.1 GENERAL PROVISIONS - Only bids meeting the specification requirements as outlined in the Appendix will be considered for the award of this bid. - Bidder Responsiveness, Responsibility and Price Factors which will be evaluated based on the Evaluation Process described in this section. Award(s) will be made to the bidder that has been determined to be Responsive, Responsible and bid the lowest total cost. - Bidders whose Bids are determined to be non-responsive will be rejected and will be notified of the reasons for such rejection. The City of Spokane Valley reserves the right to: (1) Waive any informality; (2) Reject any or all Bids, or portions thereof; (3) Cancel the IFB and re -solicit Bids; (4) Negotiate with the lowest Responsive and Responsible Bidder to determine if that Bid can be improved for the Purchaser; (5) Award in when in the best interest of the The City of Spokane Valley. 3.2 DETERMINATION OF RESPONSIVENESS Bids will be reviewed initially on a pass/fail basis to determine compliance with administrative requirements as specified herein. The City of Spokane Valley reserves the right to determine at its sole discretion whether a Bidder's response to a minimum iFB requirement is sufficient to pass. However, if all Bidders fail to meet any single IFB requirement, The City of Spokane Valley may reject all Bids and cancel the IFB or waive the requirement from the IFB's requirements for responsiveness. 3.3 TECHNICAL SPECIFICATIONS EVALUATION Once the low bidder has been determined, the low bidders' specifications including any offered alternatives may be reviewed by City of Spokane Valley staff. City of Spokane Valley staff will perform an advisory role to review and determine if the submitted specifications, including any offered alternatives meet the intent of the specifications. 3.4 ANNOUNCMENT OF APPARENT SUCCESSFUL BIDDER (ASB) The City of Spokane Valley will notify all Bidders of the Apparent Successful Bidder(s) prior to the actual Award. 3.5 BID INFORMATION AVAILABILITY AFTER ANNOUNCEMENT OF ASB After the notification of the apparently successful bidder has been made, information regarding results of the IFB may be obtained by accessing www.spokanevalley.org and/or contacting the Procurement Coordinator. Bidders may also schedule an appointment to review the bidding process. Utility Trailer Sales of Idaho Inc. APPENDICES Reminder: By responding to this IFB, a Bidder acknowledges reading, understanding, and accepting all information contained within the entire IFB without modification. Appendix A — Bidder's Administrative Information Appendix B — Specification Requirements Utility Trailer Sales of Idaho Inc. Spokane Bidder's Administrative Information Invitation for Bid (IFS) #16-115 - Cab & Chassis 1. CONTRACTOR INFORMATION: Provide the information requested below, which will be used for contract administration purposes: Legal Business Name: Utility Trailer Sales of Idaho Inc. dba Utility Trailer Sales of Boise Co. Federal Tax Identification number: 82-0535822 Dealer License number: 6319 WA State Department of Revenue Registration Tax number: Company Internet URL Address (if available): www. utilityboise. com Company Mailing Addresses: 7350 Eisenman Road Boise, ID 83716 Payment to be sent to: 7350 Eisenman Rd Boise ID 83716 Authorized Representative: Name: Allan Grote :ility Trailer Sales of Idaho Inc. Phone: (208) 867-6730 Fax: (208) 336-8068 mail: aliang�a utilityboise.c CITY OF SPOKANE VALLEY SPECIFICATION REQUIREMENTS PURCHASE OF NEW 12CY DUMP BODY, 14 FT 201B STAINLESS STEEL CHASSIS MOUNT SPREADER, CENTRAL HYDRAULIC SYSTEM AND 2 -WAY SNOW PLOW Any feature advertised as a "standard issue item" will be included with this unit unless this feature is replaced with an optional item in these specifications. It is the intent of these specifications to describe a 14CY Dump Body, 14FT 201B Stainless Steel Chassis Mount Spreader, Central Hydraulic System and a 2- way - way Snow Plow. These specifications are intended as minimum guidelines. Additions and/or adjustments to meet this unit's requirements may be necessary. When adjustments are necessary, t h e changes shall be noted on the specifications. Additional or supporting information may be provided concerning the various specifications features. In the NOTES column, provide the sheet name and number where additional information has been provided. YES or NO Column must be checked if space is blank. For evaluation purposes, each specification item has a value of "1" point unless noted. YES or NO Column must be checked if space is blank. CityofSpokane Valleywill besupplying INT7600, 2016Tandem axle cab chassis orequal. Utility Trailer Sales of Idaho Inc. NOTES YES NO INFORMATION 1. 12 CUBIC YARD DUMP BODY (Quick Removal Type) X A. DESCRIPTION X 1. Tapered side, contractor type with three (3) horizontal sloping side braces. (Full Double Panel) X 2. 11-14 cubic yard size with sideboard pockets. x 3. 14 -feet long ID by 86" ID, minimum. Outside width must cover outside dual tire, but not exceed 8 -feet total outside width. X cigit P2k (-4:Q.9.eu4 1- .,% 4. 4. Straight sides: 34" tall. X 5. Cubic Yard capacity is 10.5 struck 13.0 heaped. X B. BODY CONSTRUCTION X 1. All body components shall be constructed of high- tensile strength steel, minimum (65,000 PSI), unless otherwise stated. a. Requirement — Steel certification shall be supplied prior to body production. b. Welding — All joints and seams will be closed with full -seam welding. X 2. Longmembers: two longitudinal 8 -inch x 15# wide flange structural steel "I" beam longitudinal. '/4' Full width with hard rubber cushion strip. X 3. 'A4" full width, 8" deep rear cross member with return flanges. X Utility Trailer Sales of Idaho Inc. Utility Trailer Sales of Idaho Inc. NOTES YES NO INFORMATION X 4. Floor: 17" AR450 quenched and tempered abrasion resistant steel. One piece (No seams) 175/225,000 KSI. a. Floor to side shall have manufactures standard radius. X 5. Sides: 10 gauge, (145,000 PSI), tensile strength steel. a. Side horizontal brace or braces: Shall be sloped, self-cleaning type. b. Top brace: 7 -gauge steel, full box type formed construction. Must also be self-cleaning. (Use of inverted angle is not acceptable.) c. Center brace or braces: 12 -gauge steel, full- length, horizontal to create a full double panel side. d. Bottom Brace: Full-length formed and gusseted. X 6. Front Corner Post: Shall be full height of dump body head sheet and shall connect dump body side and head sheet. Rounded radius design. , X 7. Head -sheet shall be 7 -gauge, (65,000 P51) tensile strength steel. Head -sheet is 62" tall. a. (1) one formed horizontal brace. X 8. Rear Corner Post shall be 7 -gauge (65,000 PSI) tensile strength steel, formed and welded securely to the main body. Must be wide enough to allow mounting of combination tail and stoplight without obstruction. A taillight protruding beyond the dump - body is naacceptable. X 9. Furnish and install City of Spokane Valley specified steps and grab handles, (2) steps on each side, along with (2) grab handles on each side. X 10. Cab guard, 10 -gauge. Shall be standard sloping type 20" with side stiffeners, 80" wide and 4" above truck cab. a. Cab guard shall be pre -painted and bolted on after paint. X . 11. (1) Shovel holder: One shovel holder installed in from side of headboard, driver side, X 12. Dump Body shall be installed in a manner for quick removal. Removable hinge pins/quick disconnects for the dump hydraulic cylinder, lighting kit and for the air tailgate line. X C. TAILGATE- (Straight Type) X 1. Type: Manufacturer's heavy-duty removable type. Material shall be constructed of 7 -gauge (65,000 PSI), tensile strength steel. X Utility Trailer Sales of Idaho Inc. . i al gate Latch Control — Shall be spring brake air cylinder electric/over air operated control valve, and warning light. X D. FRONT -MOUNTED TYPE, SINGLE -POST CYLINDER X 1. NTEA Class 90 inverted self-cleaning 3 -stage type with first stage 5 -inch minimum diameter and 130 - inch stroke. X 2. 28.4 ton capacity @ 50 degrees. X 3. Cylinder enclosure shall be opened full height outside the dump body for easy access for repair. Must not go more than 15 -inches into dump body so sander can be used. 4. Cylinder shall include body guides, front cylinder mount and greasable body lift straps. X 5. Dual body safety props. X 6. Rear hinge to be full depth one-piece structural angle to have 2-3/8" solid steel pins and composite bushings each side. Hinge requires grease. a. Hinge blocks are 5" wide x 8 %" long. X 7. Cylinder must be NTEA rated. NTEA documentation must be submitted with this bid. X fair/ ed E. BODY PREPARATION AND PAINT -METAL PREPARATION x 1. All oil, grease, dirt, etc. to be removed chemically or whatever means necessary to offer a clean surface for blast preparation. All sharp edges and corners shall be ground smooth. X 2. All dump body surfaces (top, underneath, inside and X Utility Trailer Sales of Idaho Inc. NOTES YES NO INFORMATION 2. Material: Shall be constructed of 3/16 -inch, (175/225,000 KSI) steel inner panel. Tailgate is 42" high. X 3. (2) Braces: Sloping horizontal braces. X 4. Tailgate Chains: 3/8", 7200 Ib. tensile strength. a. Spreader chains shall be bolted to bottom skirt utilizing Crosby #1010097-G450, forged wire rope clips. Clips shall be bolted through a %" reinforcing plate which is welded to the lower skirt. Welding the spreader chains is JJ acceptable. X 5. Tailgate upper hinges to be 1-1/4 inch thick steel. Pivot offset shall be a minimum of 12" with 1-1/4" pins. Pins shall have greaseless bushings. X 1' i r U - 6. 5/8" plasma cut hi -tensile steel over lock hardware. X 7. D -Ring: Shall be a D-40 size ring forged from C-1045 steel lashing ring mounted to the inside top center of tailgate to facilitate removal of tailgate. X . i al gate Latch Control — Shall be spring brake air cylinder electric/over air operated control valve, and warning light. X D. FRONT -MOUNTED TYPE, SINGLE -POST CYLINDER X 1. NTEA Class 90 inverted self-cleaning 3 -stage type with first stage 5 -inch minimum diameter and 130 - inch stroke. X 2. 28.4 ton capacity @ 50 degrees. X 3. Cylinder enclosure shall be opened full height outside the dump body for easy access for repair. Must not go more than 15 -inches into dump body so sander can be used. 4. Cylinder shall include body guides, front cylinder mount and greasable body lift straps. X 5. Dual body safety props. X 6. Rear hinge to be full depth one-piece structural angle to have 2-3/8" solid steel pins and composite bushings each side. Hinge requires grease. a. Hinge blocks are 5" wide x 8 %" long. X 7. Cylinder must be NTEA rated. NTEA documentation must be submitted with this bid. X fair/ ed E. BODY PREPARATION AND PAINT -METAL PREPARATION x 1. All oil, grease, dirt, etc. to be removed chemically or whatever means necessary to offer a clean surface for blast preparation. All sharp edges and corners shall be ground smooth. X 2. All dump body surfaces (top, underneath, inside and X Utility Trailer Sales of Idaho Inc. NOTES YES NO INFORMATION outside perimeter) to be 100% abraded by sandblasting or shot blasting to remove all surface rust and mill scale/slag. Any blast media residue shall be removed before painting. Partial abrading of inside and outside corners only is not acceptable. 100% of all surfaces are to be abraded to an SSPC- SP 10 finish. (Near white blast cleaning.) X 3. Primer/Paint Materials — a. There shall be a zinc/epoxy primer used that is to be certified for a minimum of 3000 hours in an SAE B-117 salt spray test. Acceptable materials are liquid: Sherwin Williams A -A-59745, PPG ZNP 2001201, PPG Amercoat 68HS. Powder: PPG Envirocron PCM -70140 powder. b. The finish or topcoat paint shall be certified for 1000 hours for this same test. Acceptable brands are Sherwin Williams Genesis 3.5 VOC, PPG Delfleet Evolution 3.5 VOC, PPG Delfleet Essential 2.8 VOC, PPG Amercoat PSX700 and PPG Envirocron TGIC Polyester powder. c. The undercoating is to be certified for 800 hours for the above salt spray test. Acceptable brands are DaubertTectyl 2101, PPG Corashield P8001. X ett,, -- jj 4, 4. Material Application — The zinc rich epoxy primer shall be applied to accommodate a 3000 hour certification. Certification X to be made available upon request. If using liquid it must be 2 to 5 dry mil above metal profile in thickness. The powder zinc primer must be applied at 2 to 4 mils above the metal profile in thickness. (If using a liquid zinc primer a sealer may be required over the zinc primer prior to top coating. The sealer may be required to prevent out gassing and pinholes prior to the finish topcoat.) (Refer to paint manufacture tech data sheet for proper liquid application over liquid primer). 5. A white high gloss top coat shall be applied with a minimum thickness of 2 to 4 mils for liquid paint, and 3 to 5 mils for powder paint to accommodate a 1000 hour certification. It shall have a gloss rating of 90% or higher. X 6. The underneath of the dump bed shall have paintable water based rubberized undercoating applied to accommodate an 800 hour certification. Material thickness for undercoating shall be no less than 10 - mils DFT (Dry Film Thickness). X 7. The combined paint system finish shall pass an SAE B-117 accelerated salt spray test for no less than 4000 hours. Any methods, practices, or products must abide and be certified to meet this specification prior to bed opening. Paint Systems and Materials Certification must be made available upon request. X 1 8. Warranty — Vendor shall guarantee paint from fading and peeling for 3 years. Warranty shall begin when the completed unit is placed into service. X ' F. LIGHTS X 1. Requirement — Shall meet all State of Washington X Utility Trailer Sales of Idaho Inc. Utility Trailer Sales of Idaho Inc. NOTES YES NO INFORMATION requirements and Federal Motor Vehicle Safety Standards (FMVSS). X 2. Requirements — Stop and tail combination and clearance lamps shall be recessed into corner posts. X 3. Stop, Turn, and Taillights — Two (2) Van Straton or equal heated light covers. X 4. Identification Bar—"Truck-Lite" LED Model 15 No. 15050R; which is a kit consisting of 3-15250R lamps (red), 1-00808 id bar (stainless), 1-93943 wiring harness. X 1. Side Clearance Light — "Truck -Lite" LED Model 10 -No. 10050R; which is a kit consisting of 1-10250R lamp (red), 1-10700 grommet, 1-93745 adapter plug. X 6. All lighting to be Truck -Lite. All components wiring will have protective tubing sealed from outside elements. All wiring to be solder type connections. X II.L_OAO SENSE HYDRAULIC SYSTEM X A. DESCRIPTION X 1. Load sensing pressure/flow compensated. X 2. Capacity designed to operate dump body, two-way snowplow, sander, motor, and anti -ice liquid pump. X B. HYDRAULIC PUMP X 1. Eaton 620 Series 98cc / 6.0 cu.lin. 52.9 GPM @ 2000 RPM (counter -clock wise rotation). The flange mounting will be an SAE C -flange — 4 bolt, with 1.25" keyed shaft. The minimum displacement 98 cubic centimeters continuously rated @ 280 bar (4060 PSI). The RPM is rated to 3000 (continuous) with pressure and flow compensator control. The side ported, flange mounted suction and pressure shall meet the following requirements: Suction port Minimum 2'/" SAE 4 bolt split flange standard pressure series (61). Pressure port minimum 1" SAE 4 bolt split flange standard pressure series (61). The noise rating shall not exceed 76db @ 1800 RPM, operating at full flow. X 2. The pump must feature a saddle -type swash-plate with steel -backed polymer bearings. The swash- plate features a pressure lubrication passage to reduce wear and further support internal loads. A single control piston reduces forces acting on the swash-plate, resulting in reduced package size, which allows pump installation into tighter locations. A 1" steel ball valve shall be at the outlet of the pump. X 3. The hydraulic pump shall be mounted with shaft centerline parallel to the crankshaft center line and at a level to create not more than a three degree angle on the drive line. The pump mounting shall be incorporated with X Utility Trailer Sales of Idaho Inc. Each segment shall be equipped with a manual override including the conveyor and spinner. X 6. The dump body sections shall be rated to 35 GPM. All other sections rated for 0-20 GPM. x Utility Trailer Sales of Idaho Inc. NOTES YES NO INFORMATION a bracket fabricated to mount in the extended frame rails of the truck. Pump shall be mounted as close as practical to the engine crankshaft. X 4. As part of the front pump installation, the vendor shall be required to install a removable structural steel channel face plate to cap the front frame extension. Vendor will also be required to modify OEM bumper as required by City of Spokane Valley. x 5. Drive line — From engine front crankshaft P.T.O., solid -shaft and splined. a. Drive -line -- 2" x 120" wall tubular drive shaft utilizing Spicer 1310 series slip joint and tube yoke. b. t1 -Joints shall be Spicer 5-153X Series. c. Completed driveshaft assembly shall be balanced prior to being installed on truck and hydraulic pump. d. Vendor shall install a removable protective cover over the driveline to protect operations from injury. Cover can be formed of painted steel or aluminum. Vendor shall install a warning decal on the cover. X C. CONTROL VALVES X 1. Valve must be of a closed spool design for reduced contamination and be field interchangeable. The valve must be pre -compensated, and load independent. The valve must incorporate spool stops allowing adjustments for specific flow requirements. Each valve section must be settable for pressures up to 5,000 psi and flow rating up to 35 gpm. Valve must be of laminar flow design for minimal pressure drop. Valve assembly must accommodate up to 12 work sections per group. Valve must be available in either open or closed center configurations. Work port reliefs as specified in each section. Load sense reliefs for true pressure limiting. X 2. The manifold base shall consist of an inlet section with SAE #16 inlet porting, SAE #20 outlet porting and SAE #4 load sense porting. The valve must be able to accommodate any pair of "manual, pneumatic and electrical actuation" connections on the same valve body without modification of either actuation hardware. X 3. Each hydraulic valve segment must be controllable with a PWM signal for full proportional or on/off operation. a. Wiring to the actuator must utilize IP 68 rated harnesses. b. Duty Cycle: 100% c. PWM actuator must be mountable on either side of the valve. X 4. All segments shall have heavy-duty continuous duty coils; IP 68 rated Deutsch connectors, 12 VDC, and requires a maximum of 1400 milli -amps. X Each segment shall be equipped with a manual override including the conveyor and spinner. X 6. The dump body sections shall be rated to 35 GPM. All other sections rated for 0-20 GPM. x Utility Trailer Sales of Idaho Inc. Utility Trailer Sales of Idaho Inc. NOTES YES NO INFORMATION 7. Integral outlet cover with Hybrid manifold bolted to main valve assembly incorporating but not limited to auger and spinner. Proportional 2 -way control valves with built in pressure compensators. X 8. Spinner and auger control valves to have screw type manual overrides and IP 68 rated Deutsch connectors. X 9. Valve segments shall be Danfoss PVG32 with Cirus Hybrid manifold inlet. X 10. Valve Sections to be arranged as follows: X a. Hoist — 3 -way (35 GPM) w/ hoist limit. A cable pull -off valve shall be included. X b. Pup — Not Required X c. Plow 3 -way Single Acting (20 GPM)— lines to the front, equipped with a "Power Float" feature. Power Float Valve — constant pressure setting. The power float is a pressure reducing/relieving valve manifold that is integrated directly into the valve assembly adjacent to the plow lift valve and is electrically triggered using an auxiliary lighted and labeled toggle switch. The valve will include a field lettable pressure relief to control the amount of lift applied to the plow when the valve is triggered. The float valve will include a check valve to limit plow drift when the float is not energized. X d. Plow angle — 4 -way (20 GPM) — lines to the front. X e. Auger— 2 -way (15 GPM) — hyd. Lines to rear. X f. Spinner -2 -way (10 GPM) — hyd. Lines to rear. X g. Anti -Ice — 2 -way (15 GPM) — plugged for future. X h. Pre -wet — 2 -way — (10 GPM) lines to front. X L Quick down valve X D. HYDRAULIC VALVE ENCLOSURE X 1. Valve assembly shall be mounted in weather -tight X enclosure. The valve enclosure shall be fabricated of 10 -gauge 2018 stainless steel. Enclosure shall be designed to not allow humidity to be trapped inside. Valve to be mounted with all ports coming out the bottom and holes allowing for hose adapter fitting. Valve will be "Boxed In" with the cover and not the base. The cover shall be held to the enclosure by two heavy rubber latches. All plumbing shall be external, directly out the bottom of the valve enclosure. E. ELECTRIC IN -CAB JOYSTICK CONTROLS WITH X PEDESTAL CONSOLE 1. The in -cab control system console shall be a pedestal X mount located to the right of the driver's seat. The control console will include a minimum of two (2) proportional joysticks, one (1) spreader control interface and up to five (5) slots for indicators and Utility Trailer Sales of Idaho Inc. Utility Trailer Sales of Idaho Inc. NOTES YES NO INFORMATION switches. x 2. Pedestal console shall be secured to floor of the cab, with the ability to be raised and lowered while operated comfortably from the drivers seat. Pedestal console shall contain a switch to activate SUMMERIWINTER mode hoist lockout. X 3. Electric joysticks shall be True Hall effect with no mechanical contacts. Joysticks shall have two (2) axis of motion (X and Y) using a PWM proportional signal output to the control valves. Each axis of motion shall have the ability for independent programmed direction of motion speed without implementing hydraulic modifications. X 4. All system communication will be on a Controller Area Joystick system and shall be capable of controlling up to four (4) independent devices across 10 independent PWM channels. Joystick system shall be a Cirus Blacktip model 210. X F. CABLE & CONNECTIONS x 1. All system wiring external from the truck cab will be IP 68 rated Deutsch connections. a. All external cables to be wrapped in protective loom. b. All system communication will be on a Controller Area Network, which uses the SAE J1939 communication protocol. X 2. Cable lengths shall fit compartment chassis. X 3. All valve connection points shall have LED light continuity indicators for easy troubleshooting. X 4. Proportional valve driver module for power distribution located inside the cab of the vehicle. Processors must be serviceable and repairable, environmentally non -repairable or non -serviceable processors are not acceptable. X 5. All hydraulic functions will be programmable through either on board interface or PC connection with use of either Ethernet or serial connection to the processor. X 6. All component control wiring must be labeled separately for quick diagnostic repair. X 7. All component wiring must be routed, sealed, securely fastened and protected from outside elements. Wiring must be pre -approved by City of Spokane Valley. X G. SPREADER CONTROLS X 1. Shall be an Cirus "EZ Spread " Spreader Control or equal a. Ground speed oriented or manual spreader control. b. Shall have 3 -output channels for 2-or3-channel operation. c. Shall have open loop for Auger, Spinner and Auxiliary channels. d. Shall have adjustable setting from 0-10 with LED visual indicators or knob type dial indicators. e. Shall have a backlit control panel. f. Shall have programmable trim settings. X Utility Trailer Sales of Idaho Inc. NOTES YES NO INFORMATION 2. 3 -output channels for 2- or 3 -channel operation - a. Independent control of the three (3) proportional outputs b. Programmable blast included (on/off, timed) c. Spreader "Pause" switch. d. Spreader defaults to Pause feature active upon system startup. e. Programmable for different valve frequencies. X 3. Power Safe Feature --- a. Signal prevents random grounds powering any hydraulics system attached (auger, spinner conveyor, etc.) X 4. System Requirements — a, Minimum — 20 Degrees Celsius, Maximum 70 Degrees Celsius b. Minimum Voltage 11v DC Maximum Voltage 15v DC. c. Maximum 10 amps d. Internal fuse 10 amps X 5. Spreader Control shall be mounted to the chassis dash or to the control tower for ease of operator interface. x 6. Body up -fitter is responsible for the wiring of the controller to ground speed connection on the truck chassis. • X .E. V111:20010 JUI.IpFFGI VVill UC ICJJJCMISI L/le lui any chassis ECM upgrades that may be required to make the hydraulic system and lighting system functional. 7. Spreader control must be Cirus model EZ Spread 3 or equal. X H. RESERVOIR X 1. Frame -mounted with mounting brackets separate of tank for support. X 2. 50 -gallon, includes air cushion. 24" diameter. Include 2" full flow brass ball valve for suction line on/off. X 3. Made of 10 -gauge cold roiled, smooth sheet steel; round shaped tank. Sight temperature gauge externally mounted. X 4. Oil tank must have internal baffling. X 5. Basket type filler breather cap, magnetic drain plug, 2" NPT suction with 100 -mesh screen type filter. X 6. Must have electronic temperature/level sending unit, wired to the control panel and back lit for "low oil" and "Hot Oil" indicators, X 7. ATF fluid to be used in system. X 8. Suction port will draw from the bottom of the tank. X I. FILTER X 1. The hydraulic oil filter shall be top mounted into the reservoir. The filter shall be 10 -micron cartridge type and rated for no less than 70 gpm. The filter base shall include a filter condition indicator gauge, or equal. X J. HOSES X Utility Trailer Sales of Idaho Inc. Utility Trailer Sales of Idaho Inc. NOTES YES NO INFORMATION 1. Furnish hydraulic lines to rear of truck with Parker 60 series quick couplers for sander. X 2. Furnish hydraulic lines to rear of truck with Parker 60 series quick couplers for hydraulic prewet. X 3. Furnish hydraulic lines to front of the truck with Parker 60 Series quick couplers for plow raise, plow angle and blade save functions. X 4. Hose routing diagram with coupler sizes will be provided by City of Spokane Valley prior to build_ x 5. Manufacturer's standard wire braid with a rating of SAE 100R2. x 6. SAE type fittings. X 7. All hoses routed and tied and completed in a manner to reduce friction wear and prevent a loose hose due to tie failure. X 8. Protective coil for areas with potential wear spots. X K. EQUIPMENT TRAILER HITCH X 1. Heavy duty buck plate package with air operated Premier model 370A pintle hitch. a. (2) Safety D-50 D -rings to accept 1/2" safety chains. b. Gladhands recessed on each side of the buck plate equipped with Dust covers. c. All components wiring will have protective tubing sealed from outside elements. Wiring to be (1) seven -way Phillips electrical plug wired to a sealed junction box mounted between the frame rails with easy access for future repair. Seven -way electrical cable must have soldered ends. Seven -way cable shall have Hubble weather tight connectors to seal the entry and exit points of the cable. The plug will be installed at the buckplate. X 2. The hitch and chipper bar shall be designed for X future equipment trailer towing. 3. The pintle hitch shall be recessed to allow for X dumping into chipper box without pintle hitch removal. The rear most portion of the hitch shall not extend more than 55 inches from center of trunnion. 4. Pintle hitch height is 29" inches chipper bar height X is 17 inches, chipper bar width is 13 inches, chipper bar is 1 '/" thick cold roll steel, hinge setting is 48 inches, and dump body overhang is 18 inches, 1 1/2" thick cold roll steel. 5. Two (2) "Trucklite" LED stop, turn, and taillights X recessed into the buckplate model #60 -No. 60085R lights. Lights will be positioned just below the rear dump hinge. 6. Coating: The rear steel plate, gussets, dump body X hinge, and all bare metal steel surfaces on truck frame shall be painted in the fallowing matter: a. Step 1: Surfaces to be clean and free of any Utility Trailer Sales of Idaho Inc. quippea wt Weatherpack quick disconnect plug. 7. Tie Downs —All wiring to be clamped and held in place by the use of rubber -insulated, bolt -on clamps. X 8. Wire Connections — All wire connections shall be the solder type. Crimp -ori connections are not acceptable. X 9. Requirement — All wiring must be enclosed in wiring loom. X 10. Fasteners — All bolts, washers and nuts utilized in the installation of the dump body, and hydraulic system shall be constructed of stainless steel. Stainless steel bolts can be used only in non-critical attaching points. X 11. Electric Dump Body Vibrator — "thumper -Dumper DI" by Steffen Inc. a. 12 DC Voltage b. Operating Temp Range - -30deg to +140deg F. c. Centrifugal force — 3200 lbs. d. Offset weight — 7 lbs. e. Min amp draw — 60 amps f. Max rpm — 4000 rpm g. Max weight 75 lbs. h. Designed for intermittent duty cycle (Use for 7 to 10 seconds at 2 minute intervals) i. Installed per manufacturer's specifications. X M. ELECTRIC TARPING SYSTEM X 1. Furnish and install an electric retractable tarpaulin on the headsheet. X a. Mount tarp on flat plate forward of the front head sheet to allow for as much clear load space as possible. x Utility Trailer Sales of Idaho Inc. NOTES YES NO INFORMATION rust deposits. b. Step 2: Condition all bare metal surfaces with "Zero Rust Prep Step Concentrate. c. Step 3: Apply "Zero Rust" No. 28-62SP Black Corrosion Control Coating to a dry thickness of 3.0 mils. X 7. Supply and install Truck Light model TL80360 back-up light on the rear hinge with Weatherpack quick disconnect. X L. BODY ACCESSORIES X 1. Tailgate control switch shall be electric operated air solenoid type complete with lines and valving. Switch location shall be dash mounted or pedestal mounted. X 2. TWO OSHA approved stiff legs with grease zirks. X 3. Furnish mud flaps on front and rear of truck driving wheels; front having anti- sail brackets and rod style removable rear. City of Spokane Valley style mounts —10 inches maximum from ground. X 4. Fold up access Ladder — Driver side front corner of the dump body shall be equipped with a "fold up" style dump body access ladder. Mild steel construction, anti-slip steps, quick pin release "fold up" design. X 5. 8" wood side boards with center brace support. X 6. ECCO model #5585A -15" L.E.D. Amber light bar X quippea wt Weatherpack quick disconnect plug. 7. Tie Downs —All wiring to be clamped and held in place by the use of rubber -insulated, bolt -on clamps. X 8. Wire Connections — All wire connections shall be the solder type. Crimp -ori connections are not acceptable. X 9. Requirement — All wiring must be enclosed in wiring loom. X 10. Fasteners — All bolts, washers and nuts utilized in the installation of the dump body, and hydraulic system shall be constructed of stainless steel. Stainless steel bolts can be used only in non-critical attaching points. X 11. Electric Dump Body Vibrator — "thumper -Dumper DI" by Steffen Inc. a. 12 DC Voltage b. Operating Temp Range - -30deg to +140deg F. c. Centrifugal force — 3200 lbs. d. Offset weight — 7 lbs. e. Min amp draw — 60 amps f. Max rpm — 4000 rpm g. Max weight 75 lbs. h. Designed for intermittent duty cycle (Use for 7 to 10 seconds at 2 minute intervals) i. Installed per manufacturer's specifications. X M. ELECTRIC TARPING SYSTEM X 1. Furnish and install an electric retractable tarpaulin on the headsheet. X a. Mount tarp on flat plate forward of the front head sheet to allow for as much clear load space as possible. x Utility Trailer Sales of Idaho Inc. to a minimum of (6)1/2" x 4"curved vertical ribs. 2. The ribs shall be plasma cut and tapered, with the top end welded to a 2" x 3" x 318" moldboard top angle, and the bottom end welded to a 1" thick steel bottom rib pivot reinforcement. x 3. This pivot reinforcement is to be welded to a 4" x 4" x 5/8" bottom angle. X 4. The bottom angle shall be reinforced with gussets between the cutting edge mount holes. X 5. The moldboard shall have an integral shield, which will constitute the moldboard face extending to approximately 19" forward of the cutting edge at a consistent radius. X 6. Moldboard height shall be 41" with an 8" cutting edge and full moldboard trip. X 7. Cut Edge: Cutting edge shall be 5/8" x 8" high carbide blade. The blade shall have standard AASHO hole spacing and is to be top punched 1-1/2" from the top edge to the center of the bolt. X 8. Cutting edge is to be attached with 5/8" x 2-1/2" grade 8 plow bolts. x 9. Circle Pushframe: The pushframe shall consist of a circle frame and pushbeam. The circle frame shall consist of a 3 %" x 3 %" x %" steel angle rolled in an arc spanning 66", with two support legs each of 31/2" x 31/2" x'/" 27'/2" long which are welded between the circle -frame and the pushbeam. X 10. Stop blocks shall be positioned on the circle frame to X Utility Trailer Sales of Idaho Inc. NOTES YES NO INFORMATION 2. Tarp shall be 18 -ounce vinyl coated nylon fabric built for 400 degree F temperatures. X 3. Two spring electric aluminum arm system. Full enclosed aluminum housing. X 4. Tarp shall be equipped with the "Claw" rear hold down system. X 5. Tarp operation to be controlled by 3 -pole momentary on/off/on Rocker switch mounted in truck dash. X 6. Tarp must be "Aero -industries" model #575_ X 7. All installed as per manufacturer's specifications. X N. PLOW LIGHTS X "Grote" #64701-4 sealed beam plow light kit equipped with "Napa" part no. LIT 27009 high/low sealed beam bulbs mounted to front of truck tilting hood on stainless steel plow light brackets. Center of lights mounted 75" above ground. Lights shall be mounted to the outside of Driving Lights. Lights shall be controlled by a dash -mounted switch supplied by chassis manufacturer. Installation shall include "Weatherpack" quick disconnect plugs for easy removal of lights. M light pigtails shall be wrapped with "Ica -Rally" flexible woven polyester fabric Model No. 22490. X 4ace404144.4.1 .i O. 12ft FULL TRIP, REVERSIBLE SNOW PLOW (INSTALLED) X 1. 41R121S Moldboard: Moldboard shall be composed X of smooth rolled 3/16" x 55" x 12ft St?P.! plata wrafriarf to a minimum of (6)1/2" x 4"curved vertical ribs. 2. The ribs shall be plasma cut and tapered, with the top end welded to a 2" x 3" x 318" moldboard top angle, and the bottom end welded to a 1" thick steel bottom rib pivot reinforcement. x 3. This pivot reinforcement is to be welded to a 4" x 4" x 5/8" bottom angle. X 4. The bottom angle shall be reinforced with gussets between the cutting edge mount holes. X 5. The moldboard shall have an integral shield, which will constitute the moldboard face extending to approximately 19" forward of the cutting edge at a consistent radius. X 6. Moldboard height shall be 41" with an 8" cutting edge and full moldboard trip. X 7. Cut Edge: Cutting edge shall be 5/8" x 8" high carbide blade. The blade shall have standard AASHO hole spacing and is to be top punched 1-1/2" from the top edge to the center of the bolt. X 8. Cutting edge is to be attached with 5/8" x 2-1/2" grade 8 plow bolts. x 9. Circle Pushframe: The pushframe shall consist of a circle frame and pushbeam. The circle frame shall consist of a 3 %" x 3 %" x %" steel angle rolled in an arc spanning 66", with two support legs each of 31/2" x 31/2" x'/" 27'/2" long which are welded between the circle -frame and the pushbeam. X 10. Stop blocks shall be positioned on the circle frame to X Utility Trailer Sales of Idaho Inc. an obstacle by means of (2) external compression springs. 18. Each spring shall be 5 5/8" in outer diameter, 23 1/4" long, of 23/32" wire, with a minimum of (10) active coils. x 19, The spring assembly shall attach to the plow moldboard by means of (2)'/" thick steel ears which will allow the trip mechanism to be set at (3) different positions. X 20. The ears are welded to 4" x 3" x 3/8" horizontal angles welded between vertical ribs. X 21. The spring assembly shall attach to the circle pushframe on structural steel tubing, which is mounted inside the circle assembly for maximum support. X 22. The lower mounting ears shall wrap around the back of the tube for maximum support. X 23. (2) 5" x 6" rubber blocks shall be provided to reduce the shock load experienced as the trip device reaches maximum travel, X 24. Universal Quick Hitch. Plow Portion: The universal quick hitch plow portion shall have two self - align and automatically lock. The locking devices shall be (2) 1 W square hardened steel and shall automatically Pock behind the fixed welded pin in the truck lift frame. x 25. The two receiving, self -aligning plow portion jaws shall be on approximately 331" centers. X 26. The plow portion of the universal quick hitch shall be affixed to the plow so that it allows the plow to crest X Utility Trailer Sales of Idaho Inc. NOTES YES NO INFORMATION prevent hydraulic over stressing of the reversing cylinders. To prevent possible "pinching" of hydraulic hoses, stop blocks shall not overhang the circle frame width. X 11. The pushbeam shall be composed of 4" x 4" x 318" square steel tube, 85 % Utility Trailer Sales of Idaho Inc. NOTES YES NO INFORMATION hills ahead of the front axle and adjusts to right-to-left road contour, thus allowing the cutting edge to move independent of the truck front axle. X 27. SQH Flat Plate -Truck Portion. The truck porton of X the Parallel Lift System shall consist of (2) side plates fabricate from .5" steel plate. These shall be placed 34.38" apart and connected by a full length angle on the bottom. It is also connected in the center by a full length piece of ship and car channel that acts as a box reinforcement for the (2) 2,50" OD pin bushings that house the (2) 1.50" locking pins. These attach the truck and plow portions on the lower half of the unit. 28. A front plate constructed of .5" plate steel if fully welded to the side plates and is gusseted by (4) 3" x 2" x .5" gussets to add additional strength and reinforcement. An additional piece of .5" steel spans full length between the side plates for added strength and also acts as a stop for the handle. X 29. The upper connection between the truck and plow portions is achieved through (2) grab sockets fabricated from (4) pieces of square steel stock. X 30. The latch mechanism is comprised of a centrally mounted handle mechanism made from .5" steel and is connected to the center channel by a bolt and by linkage to both locking pins. This bolt hole is reinforced by a .50" steel brace. This acts as both a spacer and reinforcement for the bolt hole and handle against wear from frequent use. X 31. The linkages are fabricated from shaped pieces of .5" flat bar and are bolted on either end. The spring tensioning device is made from chain connected on the lower portion of the hitch, This is connected to an extension spring which is connected to an eyelet on the handle. The adjustment is accomplished by a lock nut and an adjustment nut that are located on the brace which is on the upper portion of the handle. X 32. Universal Qgick Hitch with Telescoping Lift Arm; X The primary structural component of the universal hitch is 3" x 4" x'/" structural steel angle. This angle comprises the (2) main vertical sections of the hitch, as well as the upper & lower horizontal cross sections. 33. Approximately midway (from top to bottom) between the two vertical posts is a 3 '/" x 5" x %' angle, which serves both as horizontal structural support, and as the lift cylinder base. X 34. Hitch shall accommodate 3" or4' bore single or double acting lift cylinder. X 35. The truck hitch, lift arm shall be a telescoping lift arm. The outer tube shall be a 4" x 4" x 3/8" steel tube, with (2) ears for cylinder attachment and (2) ears for pivoting in relation to the hitch. X 36. The inner tube shall be a 3" x 3" x'/" structural tube approximately 23" long with (4) pin positions; giving the hitch a telescoping range of 12" X 37. A chain anchor shall be welded to the end of the X Utility Trailer Sales of Idaho Inc. . 5pecrrIca tion snarl describe a V -box material spreader Utility Trailer Sales of Idaho Inc. NOTES YES NO INFORMATION inner tube, for attaching the lifting chain to. All chains shall be %" thick, grade 70, rust proof, yellow zinc chain. X 38. Shall be a SQH Quick Hitch design utilizing two (2) machined steel claws with cut out weld pockets at the top. The design shall incorporate the reversing cylinders, lift cylinders, and lift cylinder lifting arrangement to be part of the plow assembly so that when the complete plow is removed from the truck, only the flat plate remains on the truck. X 39. The plow shall incorporate two jack stands that can be used without tools, and shall allow the plow to stand during hitching, and after the plow is removed from the truck. The entire process of hitching or unhitching from the truck shall be possible by one man in not more than 2 minutes. X 40. Plow & Hitch Finish Paint: To prepare the surface X for painting the following shall happen: The unit shall be cleaned of oil, grease, dust, mill scale, coatings, oxides, corrosion products, and other foreign materials in accordance to The Society for Protective Coatings SPG/National Association of Corrosion Engineers No. 3 Commercial Blast Cleaning prior to the application of any protective coatings. 41. Unit shall be painted using DuPont lmron 2.1 High Gloss Aliphatic Polyurethane Enamel or equivalent. X 42. Volatile Organic Compound concentration shall be no higher than 2.1 lbs./gal. averaged when mixed a minimum of one coat of primer and one coat of paint shall be applied over the entire unit resulting in a durable coating between 2,5 to 3.5 mils thick. Paint shall be able to withstand a minimum of 1000 hours while being submerged in a salt fog without blistering or acquiring surface defects in accordance to ASTM B-117. X 43. Plow finish shall be Orange and Hitch Portion finish paint shall be Black, X 44. All welding performed on the plow must be in compliance with current AWS procedures and guidelines recognized within the State of manufacturer. X 45. Manufacturer shall provide caution labels, decals and any warnings deemed necessary. X 46. Manufacturer shall attach their standard warranty statement. AH components described herein shall carry minimum one-year warranty. X 47. Snowplow required accessories — a. 12' full-length rubber belting deflector. b. Qty (2)-mildsteel moldboard shoes, c. Qty (2)-Screw adjustable, mild steel, moldboard mushroom shoes. e. Qty (2)-Moldboard cable markers X 49. Snowplow shall be installed and calibrated per City of Spokane Valley requirements. X P. 14 ft. 201B STAINLESS STEEL CHASSIS MOUNT SPREADER(INSTALLED) XOn . 5pecrrIca tion snarl describe a V -box material spreader Utility Trailer Sales of Idaho Inc. Utility Trailer Sales of Idaho Inc. NOTES YES NO INFORMATION capable of hauling and spreading free flowing granular materials from a minimum width of (4) four feet to a maximum of (40) forty feet. X 2. Unit shall consist of a 201 B stainless steel body, discharge/feed conveyor, spinner assembly, power drive, and all components necessary to make a complete operating unit. X 3. The spreader hopper shall be constructed of 10 gauge 201B stainless steel with a 2" double crimped top edge formed for greater rigidity. X 4. The hopper body length shall be 13 feet with longitudinals overhung for supporting the spinner assembly. X 5. The body longitudinal shall be shall be manufactured of 7 gauge 201B stainless steel. X 6. The hopper shall have an inside width of 78". X d 7. The hopper height shall be 50" with a cubic yard capacity of 7.5, water level full. X 8. The channel cross sills shall be 2018 stainless steel that tie the lower edge of the longitudinals to each side support. X 9. There shall be 10 -gauge 2018 stainless steel side supports welded to the hopper, long sill and cross channel on each side. X 10. A bolt -on "H" beam will be elevated above the top edge of the hopper, thus providing a longitudinal brace and hinge point for the top screens. X 11. The body and conveyor longitudinals shall be electrically welded into a rugged solid unit with a continuous weld between the outside joint to prevent a pocket for rust. X 12. The 10" x 20" 10 gauge 201B stainless steel feedgate and ruler shall be provided at the rear of the hopper to allow for accurate discharge. X d i 1- 13. Door adjustment shall include a screw adjustable, centered jack with an extended jack crank. X 14. A heavy-duty 201 B stainless steel bolt on lift loop shall be provided with an the front and rear of body or side mounted. X ?e•C 4GLYZAGLA1 15. The rear endplate shall be straight. X 16. Conveyor system shall be of chain barfight type running longitudinally with the body feeding material to the feedgate opening. X 17. The overall conveyor width shall be not less than 24". X 18. To protect the chain link strands, a 10 -gauge 2018 stainless steel replaceable chain shield shall cover the strands exposing only the drag bar to the material. X 19. The conveyor floor shall be of flat design and manufactured of replaceable 201 B stainless steel. X 20. The conveyor chain shall be driven through the worm drive gearbox by a low speed/high-torque hydraulic motor. This motor shall be directly coupled to the gearbox and protected from the elements with a cast housing. X 21. The worm gear drive shaft shall have provision for a X Utility Trailer Sales of Idaho Inc. Utility Trailer Sales of Idaho Inc. NOTES YES NO INFORMATION servo sensor, integral with the driveshaft. a. #TS -2005 Cirus Feedback cable X r 4 22. The cast iron gearbox shall have a 2" diameter drive shaft. X .1.. 23. The gearbox ratio shall be 25:1. X 24. The drive and idler sprockets shall be 8 tooth cast iron sprockets keyed to the 2" diameter drive shaft and 1 '/" idler shaft. X 25. Both conveyor shafts shall have heavy duty, dust sealed self -aligning four bolt flange bearings equipped with grease fittings. X 26. Idler adjustment assembly shall provide 4" of adjustment for proper conveyor chain tension. X 27. The conveyor chain shall be heat-treated, 2.25 pitch, self-cleaning, pintle type. X 28. This chain shall utilize a 1/4" x 1-1/2" cross bar welded on both the top and bottom to every other chain link. X 29. Cross bars to be positioned on approximately 2.25" centers. X 30. The distributor disc shall be at least 18" in diameter, urethane spinner disc. X 31. Front discharge, drivers side frame mounted spinner assembly. X 32. The material shall be guided from the conveyor to the distribution disc by means of a 10 -gauge 201 B stainless steel material deflector. X t)e-,4 4 -0p 1. 33. These deflectors shall control the spread pattern from left to right by controlling where the material drops on the disc. X 34. The entire spinner assembly shall be manufactured of not less than 10 gauge 201 B stainless steel and shall be adjustable in height to accommodate either the slip -in V -box or chassis mounted V -box. X 35. There shall be four (4) external adjustable baffles, adjustable without the use of tools. X 36. A rear 201 B stainless steel diverter chute shall be provided to permit the unloading of material without running the material over the spinner. X 37. The entire spinner shall tip up to allow cleaning, unloading or storage. X 38. The top screens shall be hinged, manufacturer's standard. X 39. Adjustable tailgate latch shall consist of a mild steel square support tube with a "U" shape weldment attached to each end. The "U" shape weldment shall have four holes to accommodate (2) bolts on each. Weldment to be approximately 6" in height with 2" on each side. X pe,` 7 40. The tail gate latch assembly shall be bolted on longitudinals using hardened stainless steel hardware. X 111 41. All welding performed on the spreader must be in compliance with current AWS procedures and guidelines recognized within the State of manufacture. X Utility Trailer Sales of Idaho Inc. NOTES YES NO INFORMATION 42. Manufacturer shall provide caution labels, decals and any warnings deemed necessary. X 43. The spreader shall be 100% installed and fully operational prior to delivery to City of Spokane Valley. X 44. Paint — The spreader body manufactured with 201 B grade stainless steel shall have a bare finish. All steel components are to be painted black prior to assembly. X S. SPREADER ACCESSORIES 1. Side wings — full-length side wings shall be manufactured of 10 gauge 201B stainless steel designed for 86" I. D. Dump body. X X ?e,L 0446,4414-.41. a. Side wings shall be sloped outward. Shall be designed and installed to redirect the sanding material from spilling out of the hopper body and into the dump body while loading. X 2. All hydraulic couplings will be Parker series, female connectors. Conveyor and spinner supply line will be Parker no. H8-62, return line will be H12-62. x 3. Slack Adjustment — front slack adjusters shall be equipped with hardware for adjustment from the rear of the sander body. X ge' 4. Remote Grease — front bearings shall be equipped with the grease lines ran to the rear of the sander body. X 5. Cab Guard — 10 -gauge 201B Stainless steel, Truck chassis exhaust system will NOT be altered or modified to accommodate the design and installation of cab guard. X 6. Front Hydraulic Hoses — Hydraulic hoses connecting the stainless steel hard lines, at front of v -box spreader, and to the truck chassis hydraulic valve quick couplers are required on this bid. V -box spreader hydraulic hose quick couplers are mounted in a manifold bracket, which is attached to the side of hydraulic valve enclosure. The hydraulic valve enclosure is cradle mounted to the street side truck chassis frame rail, behind the truck chassis cab. X 7. Fenders — Inverted "V" style to cover the dual rear wheels. Each fender to include four (4) support gussets fabricated of 3/16 in. 201 B stainless steel, material covering the full width of the fender located on twenty-four (24) in. centers and end caps for mud flap installation. Fenders must be designed to be self-cleaning to prevent sanding material or snow from building up on top of fender and to prevent tires from throwing debris or moisture on the hopper body. X 8. Mud Flaps — Standard 24 x 30 in. mud flap(s) installed by the contractor. a. Mud Flaps must be installed front and rear of dual tires and mounted to fenders with anti -sail brackets. b. Rear Mud Flap Mounts — The contractor must mount thirty (30) in. mud flaps to the rear of the fender while maintaining ground clearance as specified by law requires the addition of an eight X Utility Trailer Sales of Idaho Inc. Light Kit --- Spreader body shall be equipped with L.E.D. Stop, Tail, Turn lights and 3 light cluster cell protected with a mild steel protector. Light kit shall be wired through a sealed junction box. 7 wire electrical plug and cord for power. X 12. Flashers — Two (2) 7" L.E.D. amber flasher lights shall be installed at the rear of the sander body. Protected with a 2018 stainless steel protector. Flashers shall be wired through a junction box equipped with 7 -wire electrical plug and cord for power. X 13. Emergency lights shall be protected by a full width, 10 -gauge 201B stainless steel "Eyebrow x 14. For ease of testing and removal all lights shall be equipped with a GM style weather pack connector wiring shall be loomed and wear protected with sufficient wire clips to fasten it to the sander. X 15. All sander light wiring shall be connected to a 7 terminal weather tight junction box. All wiring shall be color coded as to identify the light that it controls. The junction box should be mounted on the driver's side of the V box and accessible to maintenance personnel. X 16. All fights shall be wired to an "EZ" Connector model #E257 round trailer plug with an eight (8) ft. of colored cord. X T. HYDRAULIC, CLOSED-LOOP, 4GPM PRE -WET SYSTEM X Liquid flow shall be controlled through a 12 VDC pulse -width modulated valve section (included in the truck hydraulic system). X 2. Construction and components used shall be nonferrous and/or corrosion resistant. X 3. System supplied shall be complete with pump, flow meter, nozzles, hoses, tank fittings, wiring and mounting hardware as required. X 4. A hydraulically driven positive displacement bronze pump shall be plumbed from the spreader manifold. X 5. The bronze gear pump will have a rated flow of 4 GPM direct coupled to a hydraulic motor. All hydraulic tubing within the enclosure shall be stainless steel. X 6, It will have a stainless steel shaft, with bronze bearings and grease fittings. X Utility Trailer Sales of Idaho Inc. NOTES YES NO INFORMATION (8) in. "drop" extension, as measured from the bottom of the longitudinal beam. The extension must be reinforced to provide proper support of the mud flap and may either be an integral part of the fender or bolt on. The use of thirty six (36) in. length mud flaps is NOT acceptable. X 9. Hinge Pin Mounting Pads — Contractor must provide one (1) pair to match the dump body. Hinge pads and pins shall be constructed of stainless steel. X 10. Work lights — Two (2) work lights shall be provided. (1) One work light to shine into the hopper body and (1) one work light provided to shine on the spinner Both wired to the sealed junction box with toggle switches located in the chassis cab. X Light Kit --- Spreader body shall be equipped with L.E.D. Stop, Tail, Turn lights and 3 light cluster cell protected with a mild steel protector. Light kit shall be wired through a sealed junction box. 7 wire electrical plug and cord for power. X 12. Flashers — Two (2) 7" L.E.D. amber flasher lights shall be installed at the rear of the sander body. Protected with a 2018 stainless steel protector. Flashers shall be wired through a junction box equipped with 7 -wire electrical plug and cord for power. X 13. Emergency lights shall be protected by a full width, 10 -gauge 201B stainless steel "Eyebrow x 14. For ease of testing and removal all lights shall be equipped with a GM style weather pack connector wiring shall be loomed and wear protected with sufficient wire clips to fasten it to the sander. X 15. All sander light wiring shall be connected to a 7 terminal weather tight junction box. All wiring shall be color coded as to identify the light that it controls. The junction box should be mounted on the driver's side of the V box and accessible to maintenance personnel. X 16. All fights shall be wired to an "EZ" Connector model #E257 round trailer plug with an eight (8) ft. of colored cord. X T. HYDRAULIC, CLOSED-LOOP, 4GPM PRE -WET SYSTEM X Liquid flow shall be controlled through a 12 VDC pulse -width modulated valve section (included in the truck hydraulic system). X 2. Construction and components used shall be nonferrous and/or corrosion resistant. X 3. System supplied shall be complete with pump, flow meter, nozzles, hoses, tank fittings, wiring and mounting hardware as required. X 4. A hydraulically driven positive displacement bronze pump shall be plumbed from the spreader manifold. X 5. The bronze gear pump will have a rated flow of 4 GPM direct coupled to a hydraulic motor. All hydraulic tubing within the enclosure shall be stainless steel. X 6, It will have a stainless steel shaft, with bronze bearings and grease fittings. X Utility Trailer Sales of Idaho Inc. 11. Electrical connections and wiring shall be hard wired within enclosure. Wire harnesses shall have potted and keyed CPC style connector ends with gold plated pins and contacts, CPC style disconnects at enclosure, rear of truck and console. Accessory pigtails from harnesses will incorporate element resistant weather pack connectors. X 12. Hydraulic connections shall be made via bulkhead style JIC connectors. X 13. Liquid connections shall be made via threaded couplings integral with the enclosure. X 14. The reservoirs shall have a minimum 120 gallon capacity each and have internal baffles. A minimum of one 1-1/4" ID cross over line shall be installed to connect the tanks together. Each tank will have a top centered breather installed. X 15. Tanks shall have fill caps, lanyard retained. Cap and threads are to be made of the same material. An internal molded anti -slosh device shall be below each cap. X 1440.y Gpr,e_—.. v),th b 16. Tanks shall be constructed of a rotationally molded and UV stabilized polypropylene material, (natural color) and have a minimum .350" wall thickness with a 1.9 specific gravity rating. X 17. The tank shall have two 1-114" molded ports and one molded gallon marking located on each end. X 18. The tank shall be constructed to fit up to and including 9" radius dump body sides. X 19. The suction and fill ports shall be located as close to the bottom as possible. Bulkhead or spin weld fittings are NOT acceptable. X 20. The installed pre -wet system shall include a rear mounted, easy accessible 1-1/2" bulk easy fill system with dust cap along with a remote flush system for the pump. X 21. Tank and pump kit shall be compete with necessary mounting hardware for installing on a V -box. X 22. The (2) brass spray nozzles shall be located in the spinner chute assembly. X 23. Two nozzles shall be located on the front side of the chute. X 24. A 5 -PSI check valve shall be installed as close to the nozzles as possible to prevent siphoning of the liquid X Utility Trailer Sales of Idaho Inc. NOTES YES NO INFORMATION 7. A 12 VDC PWM proportional adjustable flow control will provide the selected gallons to ton ratio, from within the truck cab. The flow meter shall be compatible with cab control. a. Required feedback cable Cirus #TS -2005 X 1 8. The pump shall be mounted near the front of the spreader in 14" x 7" x 6.5" NEMA fiberglass enclosure. X 9. The enclosure shall be mounted in a location that will not hinder normal spreader maintenance or operation. X 10. This enclosure will protect the pump, motor assembly, a 4 PSI low pressure sensor, and 75 PSI high pressure sensor. X Pest. k-diclei-4-4-1 1 1 11. Electrical connections and wiring shall be hard wired within enclosure. Wire harnesses shall have potted and keyed CPC style connector ends with gold plated pins and contacts, CPC style disconnects at enclosure, rear of truck and console. Accessory pigtails from harnesses will incorporate element resistant weather pack connectors. X 12. Hydraulic connections shall be made via bulkhead style JIC connectors. X 13. Liquid connections shall be made via threaded couplings integral with the enclosure. X 14. The reservoirs shall have a minimum 120 gallon capacity each and have internal baffles. A minimum of one 1-1/4" ID cross over line shall be installed to connect the tanks together. Each tank will have a top centered breather installed. X 15. Tanks shall have fill caps, lanyard retained. Cap and threads are to be made of the same material. An internal molded anti -slosh device shall be below each cap. X 1440.y Gpr,e_—.. v),th b 16. Tanks shall be constructed of a rotationally molded and UV stabilized polypropylene material, (natural color) and have a minimum .350" wall thickness with a 1.9 specific gravity rating. X 17. The tank shall have two 1-114" molded ports and one molded gallon marking located on each end. X 18. The tank shall be constructed to fit up to and including 9" radius dump body sides. X 19. The suction and fill ports shall be located as close to the bottom as possible. Bulkhead or spin weld fittings are NOT acceptable. X 20. The installed pre -wet system shall include a rear mounted, easy accessible 1-1/2" bulk easy fill system with dust cap along with a remote flush system for the pump. X 21. Tank and pump kit shall be compete with necessary mounting hardware for installing on a V -box. X 22. The (2) brass spray nozzles shall be located in the spinner chute assembly. X 23. Two nozzles shall be located on the front side of the chute. X 24. A 5 -PSI check valve shall be installed as close to the nozzles as possible to prevent siphoning of the liquid X Utility Trailer Sales of Idaho Inc. NOTES YES NO INFORMATION chemical. X 25. Plumbing components shall be constructed of heavy- duty glass reinforced polypropylene or brass, except the check valve, PVC fittings are NOT acceptable. X 26. The hose for the suction line to the pump shall be 3/" EPDM. All pressure hoses shall be/2" EPDM. X T. WARRANTY x 1. All components of this bid shall be covered for a minimum of one year for defects in materials, workmanship, and installation at the delivered location and shall include labor and freight to replace the warranted item and freight costs to return the warranted item (if required). X 2. Warranty shall begin when the completed unit is placed into service. X U. MANUALS X 1. Descriptive literature with parts coverage on all components furnished in this section. Two (2) parts manuals per order. Minimum X V. BID EVALUATION REQUIRED DOCUMENTATION X 1. Paint facility that performs the finish paint process shall comply with EPA and DEQ regulations. Paint facility shall have current permits in place prior to the bid closing date. Proof of such permits must be provided with bid submission. All painters shall be certified and trained for EPA 40 CFR Part 63 6H. Proof of certifications must be provided with bid submission. ✓ X Oat 2. One (1) technician must be ASE certified in order to oversee and assist in the installation of the Hydraulic system and one (1) ASE certified technician to oversee and assist in the dump body, snow -plow harness, buck -plate etc... installation. Technician certifications must be submitted with the bid. V X 3. Four (4) hours of operator training shall be provided at the City of Spokane Valley. X W. PRICING COMPLETED UNIT PRICE iCt&o PERSON/ENTITY NAME: Allan Grote COMPANY NAME: SIGNATURE OF BIDDER: DATE: Utility Trailer Sales of Idaho Inc dba Utility Trailer Sales of Boise Co. Utility Trailer Sales of Idaho Inc. GENERAL SPECIFICATIONS: The following general questions should be answered by the manufacturer. Only bidders using manufacturers who have experience in manufacturing dump bodies will be considered: 1. How long has the dump body manufacturer been in the business of manufacturing dump bodies? t Years. 2. How many units of this typg has the manufacturer produced? Supply a list of current users on the sheet provided. 3TV C{,'(',, k . " 3. Are the dump bodies bid 2016 production models? "" Yes No. If not, list year MANUALS AND MAINTENANCE INFORMATION FOR DUMP BODIES: Vendor shall provide two (2) copies of the manual described below. Manual is to be standard 3 -ring type, with all data printed so that punching will not obscure any information. It will also have heavy plastic dividers with tabs identifying the different sections indexed in the front of the manual. Information will include, but not be limited to: All blueprint, drawings, hydraulic manual and controls manual, required for proper repair and maintenance. ➢ INSTRUCTIONS AND TESTING The supplier shall fully instruct and test buyers employees in the operation of the equipment furnished after delivery. Factory trained representatives shall conduct four (4) hours of hands on training with operating personnel and four (4) hours of hand on technical training with equipment maintenance personnel. ➢ WARRANTY UNIT COMPONENTS WARRANTY DESCRIPTION YES/NO OR ADDITIONAL OFFERED Dump Body and Lift Cylinder 1 year 100% parts and labor, Minimum C&. e`J Hydraulic Pump 1 -year 100% parts and labor, Minimum yi2 5 Sander Warranty 1 -year 100% parts and labor, Minimum LJ Snowplow Warranty 1 -year 100% parts and labor, Minimum ✓ ,e' Overall Unit not Included Above 1 -year 100% parts and labor, Minimum Y473 Other Components All components of installation of dump bed covered under one year parts and labor warranty 110 Be sure to specify parts and/or labor. If not specified, it will be taken to mean both. Minimum acceptable warranty on parts and labor is as specified above. In addition to the above warranty responsibilities, the successful bidder shall either provide or pay for all vehicle towing which shall be caused by the failure of an in -warranty component. Utility Trailer Sales of Idaho Inc. ACCEPTANCE OF UNIT Delivery of this unit shall be at City of Spokane Valley Maintenance Facility at 17002 East Euclid Avenue. Bid price shall include all expenses for delivery to the Shop. Under no circumstances, will City of Spokane Valley employees be allowed to drive the vehicle or in any other way be involved with the delivery of this unit. City of Spokane Valley shall then inspect this unit for variations to the specifications. Training will not start until after the unit has been inspected and accepted by the City of Spokane Valley. All expenses incurred by the vendor for training shall be included in the bid price. Vendor shall allow 48 hours from delivery to acceptance by City of Spokane Valley. Factory trained representatives shall conduct four (4) hours of hands on training. UNIT INFORMATION REQUIRED NOTES Dump Body Manufacturer: 45;1(i cx.,5 e?4.4_— a6Gk.7) Hydraulic Pump Manufacturer: r0,2 -do Spreader Control Manufacturer: C S CoAAtin(3 Joy Stick Manufacturer: C; /LA_s (Oet 7'-615 Hydraulic Valve Manufacturer: 50-4-t ed- OCA1.-t J)5c. State location of nearest parts source: LLi :(7 1 L fe 54,,2 ,1%f� 2 J StateLi alocation of nearest service repair facility: u!7(. ( �54,(e3.51)6Ge , ff// Does the bidder have a factory -trained serviceman in Spokane? If no, state nearest location. l� 1 es Utility Trailer Sales of Idaho Inc. NTEA. TNS ASSOCMATOON POR THE WORK TRUCK fNOUSTRY HOIST DIRECTORY DUMP BODY HOIST SEARCH Class i 90 �! Manufacturer 1 Williamsen-Godwin Truck Body Co LLC Length Equals 1 14' Find Length Class Manufacturer Model Capacity 14' 901Williamsen-Godwin Truck Body Co LLC WHP 53140-14 1 28.4 Utility Trailer Sates Boise, Idaho Spokane ..00Valley Public Works Department Street Maintenance Department 11707 E Sprague Ave Suite 106 0 Spokane Valley WA 99206 509.921.1000 • Fax: 509.688-0261 0 cityhall®spokanevalley.org August 8, 2016 ATTENTION: All Bidders and Planholders City of Spokane Valley Bid No. 16-122 New 12 CY Dump Body, 14 FT 201B Stainless Steel Chassis Mount Spreader, Central Hydraulic System, and 2 -Way Snowplow ADDENDUM NO. 1 Total Addendum Pages: 2 Alt bidders are required to base their bid upon the information furnished in this addendum; and acknowledge receipt of this addendum as required in the Contract Documents. The following corrections/modifications are hereby made a part of the Contract Documents. Specification Requirements — Bid Proposal Documents Clarifications — Replace Specification Requirements with the following. Page 8 of 30, A.3 Clarification: 8 feet was replaced with 98". Page 10 of 30, C.S. Clarification: 1 1/4 inch was replaced with a minimum 1". Page 11 of 30, E.3b, E.3c Clarification: The City of Spokane Valley will accept liquid paint applications for the dump body and under structure in lieu of powder coat paint. Page 19 of 30, N. Plow lights Clarification: The Grote number as specified has been discontinued. Arrow Safety Device Co. model 779-03-132 equipped with TruckLite model TL27009 bulbs or equal will be acceptable. Page 23 of 30, P.6. Clarification: an was replaced with a min. Addendum No. 1 City of Spokane Valley Utility Trailer Sales Boise, Idaho t/j•/ Page 1 S" /camA '2111 J 1 TRUCK EQUIPMENT SALES Boise, Idaho 208-384-5242 Williamsen-Godwin User List Boulder County, Co Utah D.O.T. Utah County, Ut. Washington D.O.T. Bonner County Road Dept. Boundary County Road & Bridge Sincerely Allan Grote Utility Truck Equipment ph: 303-678-6085 ph: 801-965-4976 ph: 801-851-8234 ph: 509-667-2950 ph: 208-255-5681 ph: 208-267-3838 Utility Trailer Sales ose, Idaho 1 S ✓�1�4�—�— ` + t .�\ a t/ K%fi t/ h � S s�� NI,- ...v.' • National Institute for AUTOMOTIVE SERVICE EXCELLENCE Be it known that DAVID E PRINCE has sucessfully passed the examinations and met the work experience requirement prescribed by 1 the National Institute for Automotive Service Excellence and is hereby ASE CERTIFIED in . it., the service areas listed below. MASTER TRUCK EQUIPMENT TECHNICIAN AREAS OF DFMON.StRA3ljD ACHIEVEMENT EXPIRES = f TRUCK EQUIPMENT INSTALLATION AND REPAIR DECEMBER 31, 2016 ELECTRICAL/ELECTRONIC SYSTEMS DECEMBER 31, 2016 AUXILIARY POWER SYSTEMS DECEMBER 3L 2016 .. .. .. .. .. .. .• ....• . . . .. .. . .. . .. .. .. . . .. .. .. .. a _ _• GIVEN THIS 31ST DAY OF DECEMBER 2011, AT LEESBURG, VIRGINIA ASE -5307-1414 fit . rrrar-.Y'ryr icvioN NUMDr-x rurUl ?If n 2.tu:.k, Utility Trailer Sales Boise, Idaho