PW Garbage Truck

expired opportunity(Expired)
From: Alamo(City)

Basic Details

started - 14 Sep, 2022 (19 months ago)

Start Date

14 Sep, 2022 (19 months ago)
due - 02 Nov, 2022 (17 months ago)

Due Date

02 Nov, 2022 (17 months ago)
Bid Notification

Type

Bid Notification

Identifier

N/A
City of Alamo Heights

Customer / Agency

City of Alamo Heights
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

CITY OF ALAMO HEIGHTS PUBLIC WORKS DEPARTMENT REQUEST FOR COMPETITIVE SEALED BIDS Sealed Bids, in duplicate, shall be clearly marked DO NOT OPEN, ONE KENWORTH T380 CONVENTIONAL SERIES PW GARBAGE TRUCK VEHICLE BID” and mailed to the attention of the City Secretary Elsa Robles, 6116 Broadway, San Antonio, TX 78209. Date: September 14, 2022 Bids has been extended and will be received until 10:00 a.m., November 2, 2022 For: New Public Works Garbage Truck Equipment to be delivered to Reliance Truck and Equipment 9818 Green Road Converse, TX 78109 INSTRUCTIONS TO PROPOSER.....PLEASE READ CAREFULLY 1. The City of Alamo Heights, Tax No. 74-6002069 is exempt from all Federal Excise Taxes. Do not include tax in your bid price or invoice. Taxable items must be so designated, and the City will supply contractor with Tax Exemption Certificate, properly executed. Prices should be itemized according to the bid spec sheet attached. 2. The City of Alamo Heights will pay for articles or services
purchased under this bid within thirty (30) days after due and property delivery or performance of service is made and accompanied by an invoice. 3. This purchasing contract is subject to the attached Purchasing Terms and General Conditions. 4. In case of discrepancy between the unit price and the extension price, the unit price will be taken. 5. ALL PROPOSAL MUST BE SIGNED BY HAND. NO ELECTRONIC SIGNATURES WILL BE ACCEPTED. The undersigned hereby offers to furnish and deliver the articles or services as specified above at the prices and terms there stated and in strict accordance within the specifications and general conditions of bidding, all of which are made a part of this offer. This offer is not subject to withdrawal. Delivery can be made: Names of Business: Mailing Address: City: State: Zip: By: Title: Phone: Email: See attached vehicle bid pricing summary STANDARD PURCHASE TERMS AND GENERAL CONDITIONS CITY OF ALAMO HEIGHTS 1. Preparation of Bids Unless otherwise directed in the Notice to Bidders, submit bids in duplicate on the prescribed forms or copies thereof along with the bid bond if required, in a sealed envelope marked “ONE KENWORTH T380 CONVENTIONAL SERIES PW GARBAGE TRUCK VEHICLE BID”. Prepare bids in accordance with the requirements of the Notice to Bidders, and any instructions on the Proposal or Bid Sheet. 2. Questions and Inquiries Proposer’s desiring further information or interpretation must request such information or interpretation from: Jonathan Rodriguez Public Works Superintendent 6116 Broadway San Antonio, TX 78209 (210) 832-2252 Email: jrodriguez@alamoheightstx.gov 3. Submission of Bids Three (3) copies of each proposal shall be submitted to the address below by the time and date set forth. No fax or email Responses will be accepted. Responses received later than the due date will not be accepted, and returned unopened. Due Date: November 2, 2022 at 10:00 a.m. 4. Owner The City reserves the right to award parts of bids, reject any or all bids and to waive technical irregularities in bidding. Contract award will be made on the basis of the bidder who provides the goods and services at the best value for the City, considering the evaluation selection criteria below. No bid may be withdrawn before 90 days after submittal. Best Value Selection Criteria: a) Purchase Price 40 Pts. b) Meets all bid specifications 20 Pts. c) Compatibility with current Systems 30 Pts. d) Best delivery date 10 Pts. Total: 100 Pts. STANDARD PURCHASE TERMS AND GENERAL CONDITIONS 5. Bidders Bidders desiring Purchasing information or interpretation must request such information or interpretation from the Purchasing Department. Should a Bidder discover a discrepancy or an omission in the plans or specifications, he should at once notify the Purchasing Department so that an addendum can be issued. No explanation or interpretation other than an addendum issued by the City will be considered official of binding. Email Public Works Superintendent Jonathan Rodriguez at jrodriguez@alamoheightstx.gov no later than October 26. All questions will be submitted via email to Jonathan Rodriguez. Questions and answers will be posted on website. The City’s website will contain a webpage for all procurement updates, if any. Communication with other City employees and/or officials are prohibited during the time of the procurement process and may subject the bidder to immediate disqualification. 6. Bid Evaluation and Award The bid award will be made on the basis of Texas Local Government Code Section 252.043. This section allows the City of Alamo Heights to develop and apply award evaluation criteria for procurement in order to obtain goods or services that provide the best value to the City. Under these guidelines, a vendor is not automatically awarded a bid simply because they submit the lowest bid response. In the event that the selected bidder fails to enter into agreement to provide the goods or services which are the subject of this invitation the City retains the right to award the bid to the next qualified bidder. 7. Communications The City of Alamo Heights shall not be responsible for any verbal communication between any representative of the City and any potential firm. All modifications to this solicitation must be made in writing. A proposer’s failure to examine relevant documents or specifications will not relieve proposer from any obligation with regard to their response to this invitation. 8. Substitutions Where materials or equipment are specified by a trade or brand name, it is not the intention of the City to discriminate against an equal product of another manufacturer, but to set a definite standard of quality or performance, and to establish an equal basis for the evaluation of bids. In preparing his bid, each bidder is expected to include in his base bid the cost of the items so specified. 9. Default The City reserves the right to terminate the contract immediately for failure to meet delivery or completion schedules, or otherwise perform in accordance with the general conditions of this proposal. STANDARD PURCHASE TERMS AND GENERAL CONDITIONS 10. References The City of Alamo Heights may request bidders to supply, with this Invitation to Bid, a list of at least five (5) references where like services have been supplied by their firm. Include name of firm, contact person, address, telephone number, fax number, and email address. 11. Delivery of Proposals It is the bidder’s responsibility to deliver his proposal at the proper time to the proper place. The fact that a proposal was dispatched will not be considered. The bidder must have the proposal actually delivered before the deadline. Any bids received after the time and date specified in the Notice to Bidders will be returned unopened. No fax or email proposals will be accepted. 12. Corrections Erasures or other corrections in the proposal must be noted over with the proposer’s initials. 13. Materials and Services The Bidder warrants that goods, materials or services delivered to the City will meet the minimum specifications set forth therein. Bidder shall furnish all data pertinent to specifications and warranties, which apply to items in the bid. 14. Equal Employment Opportunity Attention is called to the requirements for ensuring that employers and applicants for employment are not discriminated against because of their age, race, color, creed, sex or national origin. 15. Price of Materials and Sales Tax Prices for all goods or services shall remain firm for the duration of this contract and shall be stated on the bid sheet. Prices shall be all inclusive. Any price not shown on the bid sheet will not be honored by invoice. No price changes, additions or subsequent qualifications will be honored during the course of this contract. All prices must be written in ink or typewritten. Transportation, freight or other charges are to be prepaid by the bidder and included in the bid price. If there are additional charges of any kind, other than those mentioned above, specified or unspecified, Bidder must indicate both items required and attendant cost or forfeit the right to payment. Invoices must be submitted by the vendor in duplicate to the City of Alamo Heights, Public Works Department, 6116 Broadway, San Antonio, TX 78209. This Contract is issued by an organization, which qualified for exemption pursuant to the provisions of Article 20.04(F) of the Texas Limited Sales, Excise and Use Tax Act. STANDARD PURCHASE TERMS AND GENERAL CONDITIONS 16. Payment Terms The City of Alamo Heights is exempt from state sales tax and federal excise tax. These taxes shall not be included in the submitted pricing. The City will provide tax exemption certificates upon request. Once bidder is notified of award, invoices must be submitted by the vendor in duplicate to the City of Alamo Heights, Public Works Department, 6116 Broadway, San Antonio, TX 78209. If invoices are subject to cash discount, discount period will be taken from the date of completion of order or date of receipt of invoice, whichever occurs last regardless of whether or not correct discount terms appear on invoice. 17. Proposal Agreement and Certification The Undersigned Agrees That: A. No Federal, State, County or Municipal taxes have been included in the quotes prices and none will be added. B. Prices in this proposal have not knowingly been disclosed with any other provider and will not be prior to award. C. Prices in this proposal have been arrived at independently, without consultation, communication or agreement for the purpose of restricting competition. D. No attempt has been made nor will be to induce any other person or firm to submit a proposal for the purpose of restricting competition. E. The individual signing this proposed certifies that he/she is a legal agent of the proposer, authorized to represent the proposer and is legally responsible for the offer with regard to supporting documentation and prices provided. 18. City has the right to: A. If only one or no bid is received by "submission date", the City has the right to reject, re-propose, accept and/or extend the Competitive Sealed Bid by up to an additional two (2) weeks from original submission date. B. The right to reject any/or all bids and to make award as they may appear to be advantageous to the City. C. The right to hold any submittals for 90 days from submission date without action, and to waive all formalities in Bid, and any submittal irregularities. D. The right to extend the time for award beyond the original 90‐day period, if agreed upon in writing by both parties and if bid is held firm. Company Name Name of Authorized Agent - Printed Street Address/P.O. Box Authorized Agent Signature City/State/Zip Code Date Phone Email Address City of Alamo Heights – Chassis Bid Specifications Page 1 of 11 City of Alamo Heights – Bid Specifications Bid Specifications – Kenworth Overview Unit Chassis Model: T380 Series Conventional Fr Axle Load (lbs): 10000 Type: FULL TRUCK Rr Axle Load (lbs): 23000 Description 1: T380 33k G.C.W. (lbs): 33000 Description 2: Application Road Conditions: Intended Serv.: Refuse packer: Vehicles which pick up r Class A (Highway) 50 Commodity: Refuse/recycled material. Class B (Hwy/Mtn) 50 Class C (Off-Hwy) 0 Body Class D (Off-Road) 0 Type: Refuse loader/packer Maximum Grade: 6 Length (ft): 20 Wheelbase (in): 206 Height (ft): 12 Overhang (in): 72 Max Laden Weight (lbs): 4000 Fr Axle to BOC (in): 67.5 Cab to Axle (in): 138.5 Trailer Cab to EOF (in): 210.5 No. of Trailer Axles: 0 Overall Comb. Length (in): 318 Type: Length (ft): 0 Special Req. Height (ft): 0 U.S. Domestic registry, 50-state. Kingpin Inset (in): 0 Corner Radius (in): 0 Restrictions Length (ft): 75 Width (in): 102 Height (ft): 13.5 City of Alamo Heights – Chassis Bid Specifications Page 2 of 11 City of Alamo Heights – Bid Specifications Sales Std/ Description Weight Code Opt Model 0000380 S T380 Series Conventional 9,930 0070086 S T380 Aero Hood 0 0080050 O CARB Idle Emissions Reduction Feature for PX-7 0 and PX-9 0090143 O T380 Automatic 0 0098443 O State of Registry: Texas 0 Engine & Equipment 0130203 O PX-9 300 300@1850 860@1200, 2021 564 With Turbo Exhaust Brake (VGT Brake). N09420 C333 0.....Reserve Speed Limit Offset ( N09380 C334 0 .... Maximum Cycle Distance (N202 N09360 C400 252...Reserve Speed Function Reset N09200 C399 120...Standard Maximum Speed Limit N09400 C401 10 ... Maximum Active Distance (N20 N09220 C402 0 ..... Expiration Distance (N207) N09540 C395 0 ..... Expiration Distance (N209) N09260 C121 66....Max Vehicle Speed in Top Gea N09440 C234 NO ... Engine Protection Shtdwn N09460 C231 NO....Gear Down Protection N09580 C133 5 .... Idle Shtdwn Time N09680 C233 NO .... Idle Shtdwn Override N09480 C132 1400..Max PTO Speed N09300 C128 66....Max Cruise Control Speed N09500 C239 NO....Cruise Control Auto Resume N09520 C238 NO .... Auto Engine Brake in Cruise N09780 C190 80....High Ambient Temperature Thr N09740 C188 40....Low Ambient Temperature Thre N09760 C189 60....Intermediate Ambient Tempera N09720 C382 YES...Enable Hot Ambient Automatic N09600 C396 YES...Enable Impending Shutdown Wa N09620 C397 60....Timer For Impending Shutdown N09640 C206 35 ... Engine Load Threshold N09560 C225 YES...Enable Idle Shutdown Park Br 1000047 O CARB Emissions Warranty Engine 0 1000151 S PremierSpec 0 1000243 O Gearing Analysis: Performance power before economy results. 0 1000251 O Customer's Typical Operating Spd: 60 MPH. 0 1000684 Effective VSL Setting NA 0 City of Alamo Heights – Chassis Bid Specifications Page 3 of 11 City of Alamo Heights – Bid Specifications Sales Std/ Description Weight Code Opt 1000858 O Engine Idle Shutdown Timer Disabled 0 1000859 O Enable EIST Ambient Temp Overrule 0 1000891 Eff EIST NA Expiration Miles 0 1002065 O Air compressor: Cummins 30.4 CFM ISL, PX-8, PX-9 replacing 18.7. 2 1041399 S Air Cleaner: MD Composite Engine Mounted 0 1105231 O Fan Hub: Horton On/Off for PX-9 or ISLG 0 1121231 S Cooling Module: 2.1M MD - Aero Hood 0 1000 Square Inches 1160205 O Bugscreen 2 Front of grille on 2.1M MD, C500 ,T800, T880, and W900. Behind grille on T680 and 1.9M MD. 1247234 O EXH: 2021 RH Under DPF/SCR with RH SOC Vertical tailpipe. Not 2.1m high roof sleepers 0 1290130 O Tailpipe: 5 in. single 30 in. 45 degree curved. 12 1321102 S Fuel Filter: PACCAR 2.1M MD for PX-7 or PX-9 0 Fuel/water separator for 2021 and later engines. 1321200 S Run Aid:None *For Fuel Filter 0 1321300 S Start Aid:None *For Fuel Filter 0 1500029 O Kenworth Fuel Cooler Required for Cummins engines with a single fuel tank. Required for 0 PACCAR MX-13 engine with a single fuel tank and stationary use: High RPM, low vehicle speed, sustained for longer than 1 hour. Optional for all other applications. 1504006 O Block heater: PACCAR 750 watt 120V for PX-7 2 1000 watt for PX-9 and ISL9 engines. 1816260 S Alternator: PACCAR 160 amp, brush type 0 1821220 S Batteries: 2 PACCAR GP31 threaded post (700-730) 1400-1460 CCA dual purpose. 0 1836106 O Mitsubishi 105P55 12V Starter with Cummins and PX PACCAR 12 volt electrical system. W/ centralized power distribution incorporating plug-in style relays. Circuit protection for serviceability, 12- 0 volt light system w/circuit protection circuits number & color coded. Only for Cummins or PX engines. 1840065 O 12V low voltage disconnect for starter battery protection. 0 1840067 O Battery Disconnect Switch Mounted on Battery Box Provides One (1) Switch 0 City of Alamo Heights – Chassis Bid Specifications Page 4 of 11 City of Alamo Heights – Bid Specifications Sales Std/ Description Weight Code Opt 1901018 S Remote PTO/Throttle, 12-Pin, 250K, Back of Cab OR Back of Sleeper, J1939, Remote Control Provision 0 Transmission & Clutch 2011232 O Transmission: Allison 3500RDS 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 399 applications. Transynd transmission fluid is standard on all Allison 1000, 2000, 3000 & 4000 series transmissions. 2401905 O Driveline: 3 Dana standard-duty; 2 centerbearing. *Standard duty is 1710 series. 144 2409942 O Two Heavy-Duty One-Piece Aluminum crossmembers This option upgrades existing crossmembers. The cost does not include 0 the centerbearing and bracket. Crossmember locations will be in accordance with Kenworth engineering standards, using the major components specified on the DTPO. 2410018 O Torque converter included w/Allison 0 Transmission. 2410204 O Allison Fuel Sense: Delete 0 2410244 O J1939 Park Brake Auto Neutral 0 2429358 O Rear transmission support springs for transmission PTO applications are required to ensure that engine 0 flywheel housings are not overloaded when transmission PTO’s are installed. Front Axle & Equipment 2501010 O Dana Spicer E-1002IL Front Axle rated 10K 3-1/2in. drop. Use w/ air brakes only. -52 2621310 S Front Brakes: 14.6K Bendix ES s-cam 16.5x5 in. 0 2690002 S Front Brake Drums: 14.6K 16.5x5 in. cast. 0 2702500 S Front Hub: iron hub pilot 14,600 lbs. 11-1/4 in. bolt circle. For use w/ air disc brakes. Consider wheelguards (5850002) w/ aluminum wheels. 0 2741970 S ConMet PreSet Plus Hub package; front axle. 0 2750001 S Hubcap: front vented. 0 2765001 S Front Auto Slack Adjuster. 0 2862010 O Front Springs: Taperleaf 10K w/shock absorbers. For use on medium duty with FDA only. 100 2895223 S Single power steering gear: 13.2K for air brakes. 0 2900055 O 5 mm front suspension spacer block. 0 City of Alamo Heights – Chassis Bid Specifications Page 5 of 11 City of Alamo Heights – Bid Specifications Rear Axle & Equipment 3041181 O Single Dana Spicer S23-172H single reduction axle single rear axle rated at 23K. Heavy wall. 263 3200614 O Rear Axle Ratio - 6.14. 0 3330004 S Single Rear Brakes 16-1/2x7 in. Bendix ES- 0 extended service S-cam. 3392007 S Single Rear Brake Drums: Cast S-Cam single 0 3403220 S Single Rear Hubs: Iron hub pilot 11-1/4 in. bolt circle. 0 3441971 S ConMet PreSet Plus Hub package; single rear axle. 0 3465001 S Single Rear axle automatic slack adjusters. 0 3485007 S Spring Brake: 3030 long stroke single 3 in. travel. Helps keep brakes in adjustment longer. 0 3495226 S Bendix 4S/4M anti-lock brake system. 0 3531001 O Wheel Differential Lock for Dana Spicer Axles 28 S21-170/172, S21-190, S23-170/172, S23-190, S26-190 & S30-190; adds D to the end of the axle part number. 3666435 O Rear suspension: single Reyco 79KB multileaf 31K. 28K spring plus helper. Laden height 8.9 inches, unladen height 11.7 196 inches. Not available with shocks or swaybars. Not rear air disc brake compatible. 3836315 O Bolted rear suspension crossmembers for Reyco 79KB. Replaces medium duty standard. 41 Tires & Wheels 4030024 O Front Tires: Goodyear Endurance RSA 11R22.5 16PR 7 4238739 O Rear tires: Goodyear Fuel Max RTD 11R22.5 14PR 44 42.1 in. diameter, all position. 19.6 in. SLR. Code is priced tires. per pair of 4900004 O Rear Tire Quantity: 4 0 5042285 O Front Wheel: Accuride 50344 22.5x8.25 steel Steel Armor[TM] powder coat, hub-pilot mount.heavy-duty 5 hand-hole 20 hub pilot mount. 5242285 O Rear Wheel: Accuride 50344 22.5x8.25 steel Steel Armor[TM] powder coat, hub-pilot mount. Heavy-duty hub pilot mount. Code is priced per pair of wheels. 5 hand-hole 40 5853906 O Powder coat white steel wheel. Use in conjunction 0 with front, dual front, rear, spare or lift axle wheel code(s). on chassis must have same finish color. All wheels 5900004 O Rear Wheel/Rim Quantity: 4 0 Frame & Equipment Sales Code Std/ Opt Description Weight Page 6 of 11 City of Alamo Heights – Bid 6054250 S Frame Rails: 10-5/8 x 3-1/2 x 5/16 in. Steel to 308 in. Truck frame weight is 2.91 lb.-in. per pair of rails. Section modulus is 14.80 cu.in., RBM is 1,776,000 in-lbs per rail. 120,000 PSI 200 yield. Heat treated. Frame rail availability may be restricted based upon application, axle/suspension capacity, fifth wheel setting, or component/dimensional specifications. The results of the engineering review may result in a change to the requested frame rail. If a change is required Kenworth Application Engineering will advise the dealer of the appropriate material specification for a substitute rail. 6308710 O Bumper: Aerodynamic, Painted. Requires a 0 bumper setting code. 6319040 S 40 in. Bumper setting. Requires a bumper code. 0 6321010 S Front tow loops: Two 0 6391201 O Custom Frame Layout: one chassis CFL A/D: inside LH rail BOC CFL A/T: clear of trans area and clear if PTO 0 6404420 O Battery box: Steel parallel module under w/step, natural aluminum cover. Use with 2 or 3 batteries. Up to 2 air tanks may be mounted to bottom of box. Batteries will be oriented perpendicular to 9 the frame rail in a single row. 6409901 O Battery box location: LH Side. 0 6451125 O DPF/SCR box natural end plates and natural 0 cover. 6490139 O Heavy-duty one-pc aluminum intermediate/fill-in 13 crossmember. 6490434 O Heavy-duty 5-piece rear cab support, bolted assembly. Huck fastened to frame. 15 6721102 O Rear mudflap arms: Betts B-25 standard-duty, straight. Includes B1732 mounting brackets as standard. 12 6722000 O Rear mudflap shields: White plastic antisail w/ Kenworth logo. 9 6742009 S Square end-of-frame w/o crossmember; non-towing. 0 Fuel Tanks & Equip 7144070 O 70 US gallon D-Shape rectangular aluminum BOC fuel tank, replace. -21 7722173 O Large DEF tank, 15 gallons. 26 7889007 O Fuel Fill: Center of tank(s) BOC. Not available on fuel tanks with 3 supports or with full or partial chassis fairings. 0 7889203 O DEF to fuel fill ratio 2:1 or greater. 0 7889613 O DEF tank location is RH BOC. For 2.1M medium duty 0 Sales Code Std/ Opt Description Weight Page 7 of 11 City of Alamo Heights – Bid Sales Std/ Description Weight Code Opt 7930070 O Location: 70 gal fuel tank RH behind cab 0 Cab & Equipment 8024311 S Cab: Stamped aluminum with curved windshield 0 LED markers. Requires seperate roof code. 8090151 S Hood: Short Aero w/ Dark Gray Crown In-Mold Color 0 8108011 S Cab HVAC - Day Cab and 40in Sleeper System With Defrost, A/C, and 48,000 BTU/hr Heater. Includes 0 automatic temperature control with one touch defrost operation and dash mounted cab temperature and solar intensity sensors. Pleated fresh air filter and cabin recirculation air filter standard. The Kenworth HVAC system is designed to provide optimal heating and cooling in all operating environments without need for additional insulation. Cab HVAC without sleeper heater AC is available with 40in sleeper. 8201013 S Steering wheel: 18 in. 4-spoke. 0 8201200 S Adjustable telescoping tilt steering column. 0 8205123 U Switch & Wiring for Customer-Installed PTO. Narr customer request 0 8205273 O Dash Mounted - Compact Valve to Actuate All Service Brakes Self-Returning. 0 8208498 O Five spare switches: Wired to power. 0 8222409 O Gauge: DD Virtual Gauge - Air Filter Restriction 0 8222413 O Gauge: DD Virtual Gauge - Manifold 0 Pressure Boost 8222414 O Gauge: DD Virtual Gauge - Engine Percent Torque 0 8222418 O Gauge: DD Virtual Gauge - Engine Hours Instrument Cluster 0 8222419 O Gauge: DD Virtual Gauge - Volts 0 Instrument Cluster 8226667 O Gauge: Oil Temperature Gauge Transmission. The NavPlus HD unit includes a virtual transmission oil temperature 0 gauge. 8282024 S Main Instrument Package: 7" Digital Display Cluster. Includes Physical (Analog): Speedometer, Tachometer, Oil Pressure, and Coolant Temp; and Digital: Fuel Level #1, DEF Level, 0 DPF Filter Status, Fuel Economy, Volts Telltale, OAT and Primary Air Pressure, Secondary Air Pressure, and Air Application for air brake trucks. 8330591 S Interior Trim Package: 2.1M MD Gray Foam 0 Page 8 of 11 Sales Std/ Description Weight Code Opt Backing/Cloth Headliner W/Gray Sunvisor & Seat Color Three Underdash Center Console Cupholders (Two If Allison Transmission Is Selected). 8410127 O Driver Seat: KW Air Seat HB Tough Cloth w/ Dual 0 Armrests/Susp Cover/Isolator Lever 8478056 O Rider Seat: KW Toolbox 2-Man Bench Tough Cloth 0 8490161 O SEAT COLOR: Black Replacing Standard Gray 0 8496559 O Driver and Rider Seat Belts: Orange Seat Belts. Replacing standard color. 0 8601432 O Kenworth Radio DEA710 AM/FM/WB/USB, Bluetooth 0 8698965 O Speaker Package For Cab: (2) Speakers B-Pillar 0 8699933 O CB Installation Kit: C/I Center Mtd of Header w/ 2 Dual Antenna on LH/RH mirrors. One Jumper Harness. 8700154 O Self cancelling turn signal: W/head light dimmer switch . 0 8700283 S LH and RH Trip Ledge Rain Deflectors 0 8800260 O Long grabhandle RH side mounted to side-of-cab exhaust. 2 8800372 O Grabhandle: LH, Exterior, Side of Cab - Ergonomic Grab Handle Mounted To The Left Hand Exterior Of The Cab For Entry and Exit. 3 8800402 S Dual Cab Interior Grabhandles: A Pillar Mounted 0 Dash Wrap and B Pillar Mounted Grabhandles 8832113 S Kenworth Daylite Door with standard LH/RH electric door locks and LH/RH electric window controls. 0 8841641 O Air Horn: Sing Round 26" LH Roof Incl Air Horn Cover 0 8850139 S Look-Down, Pass. Door, Black 11x6 0 8850842 S Mirror Shell: Dual Aero In-Mold Black 0 8860852 O Mirror: Dual KW Aero Rear View 0 Motor, heated with Integral CX. 8871446 S Rear cab stationary window 19in x 36in 0 8879917 O Two additional outboard windows 19in x 12in 10 8890101 S One-piece bonded-in windshield with curved glass. Standard. 0 8890135 O Exterior stainless steel sunvisor. 11 8890874 O Kenworth Cab Air Suspension. 0 Page 9 of 11 8891011 O Roof: Raised Profile, Stamped Aluminum w/ Additional Head Room & Interior Overhead Storage 0 Lights & Instruments 9010803 S Headlamps: Single Halogen Complex Reflector w/ Turn Indicator, Reflector and DRL. Fender Mtd. 0 9020101 S 14-Pin RP170 Body Lighting Connector. 0 9022137 S Marker Lights: Five, rectangular, LED 0 9070138 O Combination Stop, Tail, Turn & Backup Lights RH & LH. 0 9090115 O Reflectors: Two Midframe 0 9090312 O Body Builder Lighting Harness Coiled End Of Frame 0 For Additional Customer Installed Exterior Lighting. Harness Includes Circuits for Additional Customer Installed Tail Lamps, Turn Lamps, Stop Lamps, and Marker Lamps. 9090849 O Polyswitches replacing fuses. Switch will 0 automatically reset after removal of excess load. Air Equipment 9101218 S Air Dryer: Bendix AD-HF Puraguard Heated 0 9108001 S Moisture ejection valve w/ pull cable drain. 0 9140020 S Nylon air tubing in frame & cab, excluding hoses subject to excessive heat or flexing. 0 9140252 O Locate air dryer inside LH rail BOC. 0 This code requires the use of a custom frame layout code. Extended Warranty 9200008 O Base Warranty - PACCAR PX-9 Engine 24 months / 250,000 miles / 402,336 km / 6250 hours. 0 9200022 S Base Warranty - Standard Service Medium Duty 12 months / Unlimited miles & km 0 9220006 O Base Warranty: Emissions (CARB Surcharge) 5YR/150K MI - PX-9 Engine (Includes CARB Clean Idle Sticker) 0 Miscellaneous 9409852 O GHG Secondary Manufacturer: Does Not Apply 0 9490206 O Warning triangle reflector kit: Shipped loose. 4 Kit consists of 3 triangles in plastic carrying case. Not floor mounted. 9490404 O One 5 lb. dry chemical type fire extinguisher mounted outboard of driver seat. Class ABC. 11 9491659 S VMUX Architecture 0 Sales Code Std/ Opt Description Weight Page 10 of 11 Promotions Paint 9700000 O Paint color number(s). 0 N9702 A - L0006 WHITE N9770 BUMPER L0006 WHITE N9720 FRAME N0001 BLACK 9943001 O Bumper Painted Color A 0 9943050 S Day Cab Standard Paint 0 9944820 S 1 - Color Paint - Day Cab 0 Color will be White if no other color is specified. 9965510 S Base coat/clear coat. 0 The Kenworth Color Selector contains additional instructions, as well as information on Kenworth paint guidelines and surface finish applications. Kenworth is standard with Dupont Imron Elite paint. Order Comments Total Weight 12,048 Sales Code Std/ Opt Description Weight Page 11 of 11

6116 Broadway San Antonio, TX 78209Location

Address: 6116 Broadway San Antonio, TX 78209

Country : United StatesState : Texas

You may also like

Leach Mini Rear Load Garbage truck

Due: 02 May, 2024 (in 8 days)Agency: Waste collection vehicle or garbage truck