RFP SNOWPLOW AND SPREADER BODY FOR 43000 AND 60000 GVWR TRUCKS

expired opportunity(Expired)
From: Vermont(State)

Basic Details

started - 07 Dec, 2022 (16 months ago)

Start Date

07 Dec, 2022 (16 months ago)
due - 22 Dec, 2022 (16 months ago)

Due Date

22 Dec, 2022 (16 months ago)
Bid Notification

Type

Bid Notification

Identifier

N/A
Agency of Administration

Customer / Agency

Agency of Administration
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.

Department of Buildings and General Services Agency of Administration Office of Purchasing & Contracting 133 State Street, 5th Floor | Montpelier VT 05633-8000 802-828-2211 phone |802-828-2222 fax http://bgs.vermont.gov/purchasing SEALED BID REQUEST FOR PROPOSAL SNOWPLOW AND SPREADER BODY FOR 43,000 AND 60,000 GVWR TRUCKS ISSUE DATE November 22, 2022 BIDDERS CONFERENCE December 2, 2022 – 10:00 AM (EST) QUESTIONS DUE December 9, 2022 – 10:00 AM (EST) RFP RESPONSES DUE BY December 22, 2022 – 4:30 PM (EST) PLEASE BE ADVISED THAT ALL NOTIFICATIONS, RELEASES, AND ADDENDUMS ASSOCIATED WITH THIS SOLICITATION WILL BE POSTED AT: http://www.bgs.state.vt.us/pca/bids/bids.php THE STATE WILL MAKE NO ATTEMPT TO CONTACT INTERESTED PARTIES WITH UPDATED INFORMATION. IT IS THE RESPONSIBILITY OF EACH BIDDER TO PERIODICALLY CHECK THE
ABOVE WEBPAGEFOR ANY AND ALL NOTIFICATIONS, RELEASES AND ADDENDUMS ASSOCIATED WITH THIS SOLICITATION. STATE CONTACT: Bill Vivian, State Purchasing Agent II E-MAIL: SOV.ThePathForward@vermont.gov http://bgs.vermont.gov/purchasing http://www.bgs.state.vt.us/pca/bids/bids.php mailto:SOV.ThePathForward@vermont.gov Revised June 22, 2022 Page 2 of 45 1. OVERVIEW: 1.1. SCOPE AND BACKGROUND: Through this Request for Proposal (RFP) the Office of Purchasing & Contracting (hereinafter the “State”) is seeking to establish contracts with one or more companies that can provide SNOWPLOW AND SPREADER BODY FOR 43,000 AND 60,000 GVWR TRUCKS. 1.1.1. ADDITIONAL PURCHASERS: In the Certificate of Compliance attached to this solicitation bidders are required to indicate whether political subdivisions and independent colleges of the State may participate in the awarded contract at the same prices, terms and conditions. 1.2. CONTRACT PERIOD: Any contract(s) arising from this solicitation will be for a period of two (2) years with an option to renew for up to two additional twelve-month periods. The State anticipates the start date for such contract(s) will be January 30, 2023. 1.3. SINGLE POINT OF CONTACT: All communications concerning this solicitation are to be addressed in writing to the State Contact listed on the front page of this solicitation. Actual or attempted contact with any other individual from the State concerning this solicitation is strictly prohibited and may result in disqualification. 1.4. BIDDERS’ CONFERENCE: A bidders’ conference will be held in person at the date and time indicated on the front page of this solicitation. 1.4.1. A. To ensure clear communication and informed bids, a pre-bid meeting will be conducted at the Central Garage facility in Berlin, VT. Bidders are strongly encouraged to attend this meeting. A truck (or trucks) like those described herein, will be available for inspection at the time of this conference. Features like (and different from) those outlined in this RFP will be described and discussed at this pre-bid meeting. 1.5. QUESTION AND ANSWER PERIOD: Any bidder requiring clarification of any section of this solicitation or wishing to comment on any requirement of the solicitation must submit specific questions in writing no later than the deadline for question indicated on the first page of this solicitation. Questions may be e- mailed to the point of contact on the front page of this solicitation. Questions or comments not raised in writing on or before the last day of the question period are thereafter waived. At the close of the question period a copy of all questions or comments and the State's responses will be posted on the State’s web site http://bgs.vermont.gov/purchasing/bids. Every effort will be made to post this information as soon as possible after the question period ends, contingent on the number and complexity of the questions. 1.6. CHANGES TO THIS SOLICITATION: Any modifications to this solicitation will be made in writing by the State through the issuance of an Addendum to this solicitation and posted online at http://www.bgs.state.vt.us/pca/bids/bids.php . Modifications from any other source are not to be considered. 1.7. CONTRACT QUANTITY: Any quantities stated in the detailed requirements of this solicitation are estimates only based on prior usage, and are annual quantities, unless otherwise stated. Actual purchases may be higher or lower depending on the State’s needs. 2. DETAILED REQUIREMENTS: The State of Vermont is seeking bids on Plow and Spreader bodies for their 43,000 AND 60,000 GVWR TRUCKS. The specifications for these units can be found below in EXHIBIT A – Specifications. 2.1. TRAINING: 2.1.1. Training shall be provided as part of a one- or two-day joint vendor session, depending on the number of participants. It shall be conducted for operators and field maintenance personnel on the body/spreader combination. The successful vendor is responsible for organizing the training, providing knowledgeable instructors, and any training materials/aids. Alternate training plans will be considered. 2.1.2. Topics to be covered are: 2.1.3. Safety features and safe and proper operation. 2.1.4. Lubrication points and frequency. Include a diagram showing locations and frequency. 2.1.5. What to look for when inspecting the unit. 2.1.6. How to properly calibrate the spreader unit. http://bgs.vermont.gov/purchasing/bids http://www.bgs.state.vt.us/pca/bids/bids.php Revised June 22, 2022 Page 3 of 45 2.1.7. Adjustment points and proper adjustment. Include a diagram showing both adjustment points and proper adjustment range 2.1.8. The above training shall be conducted at the AOT Central Garage complex in Berlin, or at vendors facility, after the Central Garage receives the first completed vehicle, and before the trucks go into service. At least 30 days’ notice shall be provided. 2.2. PARTS: 2.2.1. Bidders shall provide a quote, expressed as a “cost plus” manufacturer’s list price, for purchases of available repair and replacement parts. This discount shall be honored by the winning bidder for the period of this contract and shall apply to all parts sold by the vendor, whether they be for the equipment awarded under this contract or not. 2.3. SERVICE REQUIREMENTS: 2.3.1. Bidders shall provide pricing for shop labor, for repairs of equipment, that is not covered by the factory warranty. Any discount shall be honored by the winning bidder for the period of this contract and shall apply to all labor provided by the vendor, whether it be for the equipment awarded under this contract or not. 3. GENERAL REQUIREMENTS: 3.1. PRICING: Bidders must price the terms of this solicitation at their best pricing. Any and all costs that Bidder wishes the State to consider must be submitted for consideration. If applicable, all equipment pricing is to include F.O.B. delivery to the ordering facility. No request for extra delivery cost will be honored. All equipment shall be delivered assembled, serviced, and ready for immediate use, unless otherwise requested by the State. No charge for packing, shipping, or for any other purpose will be allowed over and above the price quoted. 3.1.1. Prices and/or rates shall remain firm for the initial term of the contract. The pricing policy submitted by Bidder must (i) be clearly structured, accountable, and auditable and (ii) cover the full spectrum of materials and/or services required. 3.1.2. Cooperative Agreements. Bidders that have been awarded similar contracts through a competitive bidding process with another state and/or cooperative are welcome to submit the pricing in response to this solicitation. 3.2. STATEMENT OF RIGHTS: The State shall have the authority to evaluate Responses and select the Bidder(s) as may be determined to be in the best interest of the State and consistent with the goals and performance requirements outlined in this solicitation. The State of Vermont reserves the right to obtain clarification or additional information necessary to properly evaluate a proposal. Failure of bidder to respond to a request for additional information or clarification could result in rejection of that bidder's proposal. To secure a project that is deemed to be in the best interest of the State, the State reserves the right to accept or reject any and all bids, in whole or in part, with or without cause, and to waive technicalities in submissions. The State also reserves the right to make purchases outside of the awarded contracts where it is deemed in the best interest of the State. 3.2.1. Best and Final Offer (BAFO). At any time after submission of Responses and prior to the final selection of Bidder(s) for Contract negotiation or execution, the State may invite Bidder(s) to provide a BAFO. The state reserves the right to request BAFOs from only those Bidders that meet the minimum qualification requirements and/or have not been eliminated from consideration during the evaluation process. 3.2.2. Presentation. An in-person or webinar presentation by the Bidder may be required by the State if it will help the State’s evaluation process. The State will factor information presented during presentations into the evaluation. Bidders will be responsible for all costs associated with providing the presentation. 3.3. EXECUTIVE ORDER 05-16: CLIMATE CHANGE CONSIDERATIONS IN STATE PROCUREMENTS: For bid amounts exceeding $25,000.00 Bidders are requested to complete the Climate Change Considerations in State Procurements Certification, which is included in the Certificate of Compliance for this solicitation. Revised June 22, 2022 Page 4 of 45 After consideration of all relevant factors, a bidder that demonstrates business practices that promote clean energy and address climate change as identified in the Certification, shall be given favorable consideration in the competitive bidding process. Such favorable consideration shall be consistent with and not supersede any preference given to resident bidders of the State and/or products raised or manufactured in the State, as explained in the Method of Award section. But, such favorable consideration shall not be employed if prohibited by law or other relevant authority or agreement. 3.4. METHOD OF AWARD: Awards will be made under the provisions of 29 V.S.A. § 903. The State may award one or more contracts and reserves the right to make additional awards to other compliant bidders at any time if such award is deemed to be in the best interest of the State. All other considerations being equal, preference will be given to the following as identified in the applicable Certificate of Compliance. 3.4.1. resident bidders of the state and/or to products raised or manufactured in the state; 3.4.2. purchase of goods, products, or materials produced in the United States (including but not limited to iron, aluminum, steel, cement, and other manufactured products) when the award involves the use of applicable federal funds under 2 C.F.R. § 200.322) 3.4.3. bidders who have practices that promote clean energy and address climate change. 3.5. CONTRACT NEGOTIATION: Upon completion of the evaluation process, the State may select one or more bidders with which to negotiate a contract, based on the evaluation findings and other criteria deemed relevant for ensuring that the decision made is in the best interest of the State. In the event State is not successful in negotiating a contract with a selected bidder, the State reserves the option of negotiating with another bidder, or to end the proposal process entirely. 3.6. COST OF PREPARATION: Bidder shall be solely responsible for all expenses incurred in the preparation of a response to this solicitation and shall be responsible for all expenses associated with any presentations or demonstrations associated with this request and/or any proposals made. 3.7. CONTRACT TERMS: The selected bidder(s) will be expected to sign a contract with the State, including the Standard Contract Form and Attachment C as attached to this solicitation for reference. 3.7.1. Business Registration. To be awarded a contract by the State of Vermont a bidder (except an individual doing business in his/her own name) must be registered with the Vermont Secretary of State’s office https://sos.vermont.gov/corporations/registration/ and must obtain a Contractor’s Business Account Number issued by the Vermont Department of Taxes http://tax.vermont.gov/ . 3.7.2. The contract will obligate the bidder to provide the services and/or products identified in its bid, at the prices listed. 3.7.3. Payment Terms. Percentage discounts may be offered for prompt payments of invoices; however, such discounts must be in effect for a period of 30 days or more in order to be considered in making awards. 3.7.4. Quality. If applicable, all products provided under a contract with the State will be new and unused, unless otherwise stated. Factory seconds or remanufactured products will not be accepted unless specifically requested by the purchasing agency. All products provided by the contractor must meet all federal, state, and local standards for quality and safety requirements. Products not meeting these standards will be deemed unacceptable and returned to the contractor for credit at no charge to the State. 3.8. SUBSTITUTION: Bidders may offer, in their bids, substitutes to items identified by a manufacturer’s number or brand. When offering a substitution, bidder must describe any differences and provide technical information that will assist in the State’s evaluation. 3.9. ENVIRONMENTAL INFORMATION: Bidders are requested to complete the Environmental Information Form which is included in the Certificate of Compliance for this solicitation identifying the following for each product being quoted: a. Percent (%) of recycled content and post-consumer content; and b. Mercury content certification. 3.10. SAMPLES: 3.10.1. Bidder Supplied Samples: The Commissioner reserves the right to request from the Bidder/Contractor a representative sample(s) of the Product offered at any time prior to or after https://sos.vermont.gov/corporations/registration/ http://tax.vermont.gov/ Revised June 22, 2022 Page 5 of 45 award of a contract. Unless otherwise instructed, samples shall be furnished within the time specified in the request. Untimely submission of a sample may constitute grounds for rejection of Bid or cancellation of the Contract. Samples must be submitted free of charge and be accompanied by the Bidder’s name and address, any descriptive literature relating to the Product and a statement indicating how and where the sample is to be returned. Where applicable, samples must be properly labeled with the appropriate Bid or Contract reference. A sample may be held by the Commissioner during the entire term of the Contract and for a reasonable period thereafter for comparison with deliveries. At the conclusion of the holding period the sample, where feasible, will be returned as instructed by the Bidder, at the Bidder’s expense and risk. Where the Bidder has failed to fully instruct the Commissioner as to the return of the sample (i.e., mode and place of return, etc.) or refuses to bear the cost of its return, the sample shall become the sole property of the receiving entity at the conclusion of the holding period. 3.10.2. Enhanced Samples: When an approved sample exceeds the minimum specifications, all Product delivered must be of the same enhanced quality and identity as the sample. Thereafter, in the event of a Contractor’s default, the Commissioner may procure a Product substantially equal to the enhanced sample from other sources, charging the Contractor for any additional costs incurred. 3.10.3. Conformance with Sample(s): Submission of a sample (whether or not such sample is tested by, or for, the Commissioner) and approval thereof shall not relieve the Contractor from full compliance with the requirements specified in this solicitation. If in the judgment of the Commissioner the sample or product submitted is not in accordance with the specifications or testing requirements prescribed in the Bid Specifications, the Commissioner may reject the Bid. If an award has been made, the Commissioner may cancel the Contract at the expense of the Contractor. 3.10.4. Testing: All samples are subject to tests in the manner and place designated by the Commissioner, either prior to or after Contract award. Unless otherwise stated elsewhere in this solicitation, Bidder samples consumed or rendered useless by testing will not be returned to the Bidder. Testing costs for samples that fails to meet Contract requirements may be at the expense of the Contractor. 3.11. WARRANTY: 3.11.1. The manufacturer shall include with its proposal a written warranty for each product that it intends to furnish. Warrantees must be based on commercial use and shall extend for a minimum of two- years The warranty shall cover parts and labor warranty shall be included for the complete system. Longer term warranties are desirable and will be given favorable consideration, all else being equal. 3.11.2. The warranty shall begin when the ordering entity takes final delivery of the completed truck. The warranty shall cover defects occurring in vendor installed components, workmanship, and paint system. It shall also cover State labor for removal/installation and transportation of defective components. 4. ENVIRONMENTAL REQUIREMENTS: Environmentally Preferable Purchasing (EPP) means the purchase of products and services that have a lesser or reduced effect on human health and the environment when compared with competing products or services that serve the same purpose. This comparison may consider raw material acquisition, production, manufacturing, packaging, distribution, re-use, operation, maintenance, or disposal of the product or service). The State of Vermont has established specific goals and objectives aimed at providing sound environmental stewardship, protecting human health, reducing state operating expenses associated with the use and control of regulated hazardous materials, and reducing potential liability attributable to environmental impact. Therefore, where applicable, the following environmental criteria shall be considered for all State purchasing and contracts. 4.1. Paper: The State desires to reduce the use of chlorine in the products it purchases to protect the environment from pollution. Processed Chlorine Free (PCF) paper means paper in which the recycled content is processed unbleached or is bleached without the use of chlorine or chlorine derivatives AND any virgin material contained therein is totally chlorine free (TCF). 4.1.1. Copier Paper: The State requires PCF copier paper which contains a minimum of 50% post- consumer recycled material (any virgin material must be TCF). Revised June 22, 2022 Page 6 of 45 4.1.2. Printing and Writing Paper: The State requires at least 30% post-consumer recycled content for non-coated paper and at least 10% post-consumer recycled content for coated paper. Preference will be given to chlorine free options when suitable choices are available. 4.2. Recycled Content: The Commissioner of Buildings and General Services may, at his/her discretion, spend up to 10% more for comparable products that are made of recycled materials. If products made of recycled materials are to cost more than 10% more than comparable products, the Commissioner shall receive consent of State entities that are to use the product before completing the order in question. 4.3. Sustainable Products: Bidders are encouraged to provide alternative price quotations on wood or paper products that are derived from sustainably managed forestlands. Sustainably managed forest lands shall be defined as those lands enrolled and/or licensed under one of the following third-party certification programs: Sustainable Forestry Initiative Program, the American Tree Farm System, the Canadian Standards Association's Sustainable Forest Management System Standards, the Finnish Standard, Forest Stewardship Council, Pan-European Forest Certification, Swedish Standard, the United Kingdom Woodland Assurance Scheme or other such credible programs as may be developed and implemented. Bidders must provide satisfactory documentation of certification with their bid. 4.4. Life-Cycle Cost Evaluation: Life cycle cost analysis shall extend beyond the cost of purchasing, to include installation, operation, maintenance, durability, and disposal of a particular product. 4.5. Energy Efficiency (Energy Star): Bidders shall provide products that earn the ENERGY STAR and meet the ENERGY STAR specifications for energy efficiency when applicable. The bidder is encouraged to visit energystar.gov for complete product specifications and updated lists of qualifying products. 4.6. Alternative Fuels: Evaluations for vehicles and other fuel-consuming equipment shall consider not only fuel efficiency, but also the source and type of fuel, to reduce emissions of greenhouse gases and pollutants. 4.7. Vehicles: The State will purchase vehicles that have the highest available fuel efficiency in each respective vehicle class (e.g., passenger cars, light duty trucks, etc.) pursuant to performance specifications recommended by the state Technical Advisory Group established under Executive Order 12-17 section I (D). These performance standards should include consideration of vehicles that not only meet high fuel economy standards but that also provide lower total emissions of greenhouse gases, criteria pollutants, and hazardous air contaminants. 5. CONTENT AND FORMAT OF RESPONSES: The content and format requirements listed below are the minimum requirements for State evaluation. These requirements are not intended to limit the content of a Bidder’s proposal. Bidders may include additional information or offer alternative solutions for the State’s consideration. However, the State discourages overly lengthy and costly proposals, and Bidders are advised to include only such information in their response as may be relevant to the requirements of this solicitation. 5.1. The bid should include a Cover Letter and Technical Response and Price Schedule. 5.2. COVER LETTER: 5.2.1. Confidentiality. To the extent your bid contains information you consider to be proprietary and confidential, you must comply with the following requirements concerning the contents of your cover letter and the submission of a redacted copy of your bid (or affected portions thereof). 5.2.2. All responses to this solicitation will become part of the contract file and will become a matter of public record under the State’s Public Records Act, 1 V.S.A. § 315 et seq. (the “Public Records Act”). If your response must include material that you consider to be proprietary and confidential under the Public Records Act, your cover letter must clearly identify each page or section of your response that you consider proprietary and confidential. Your cover letter must also include a written explanation for each marked section explaining why such material should be considered exempt from public disclosure in the event of a public records request, pursuant to 1 V.S.A. § 317(c), including the prospective harm to the competitive position of the bidder if the identified material were to be released. Additionally, you must include a redacted copy of your response for portions that are considered proprietary and confidential. Redactions must be limited so that the reviewer may understand the nature of the information being withheld. It is typically inappropriate to redact entire pages, or to redact the titles/captions of tables and figures. Under no circumstances may your entire response be marked confidential, and the State reserves the right to disqualify responses so marked. http://www.energystar.gov/ Revised June 22, 2022 Page 7 of 45 5.2.3. Exceptions to Contract Terms and Conditions. If a Bidder wishes to propose an exception to any terms and conditions set forth in the Standard Contract Form and its attachments, such exceptions must be included in the cover letter to the response. Failure to note exceptions when responding to this solicitation will be deemed to be acceptance of the State contract terms and conditions. If exceptions are not noted in the response to this solicitation but raised during contract negotiations, the State reserves the right to cancel the negotiation if deemed to be in the best interests of the State. Note that exceptions to contract terms may cause rejection of the proposal. 5.3. TECHNICAL RESPONSE. In response to this solicitation, a Bidder shall: 5.3.1. Provide details concerning your form of business organization, company size and resources. 5.3.2. Describe your capabilities and particular experience relevant to the solicitation requirements. 5.3.2.1. Identify all current or past State projects. 5.3.3. Identify the names of all subcontractors you intend to use, the portions of the work the subcontractors will perform, and address the background and experience of the subcontractor(s), as per section 5.3.2 above. 5.4. REFERENCES. Provide the names, addresses, and phone numbers of at least three companies with whom you have transacted similar business in the last 12 months. You must include contact names who can talk knowledgeably about performance. 5.5. REPORTING REQUIREMENTS: Provide a sample of any reporting documentation that may be applicable to the Detailed Requirements of this solicitation. 5.6. PRICE SCHEDULE: Bidders shall submit their pricing information in the Price Schedule attached to this solicitation. 5.7. CERTIFICATE OF COMPLIANCE: This form must be completed and submitted as part of the response for the proposal to be considered valid. 6. SUBMISSION INSTRUCTIONS: 6.1. CLOSING DATE: Bids must be received by the State by the due date specified on the front page of this solicitation. Late bids will not be considered. 6.1.1. The State may, for cause, issue an addendum to change the date and/or time when bids are due. If a change is made, the State will inform all bidders by posting at the webpage indicated on the front page of this solicitation. 6.1.2. There will not be a public bid opening. However, the State will record the name, city and state for any and all bids received by the due date. This information will be posted as promptly as possible following the due date online at: https://bgs.vermont.gov/content/opc-bid-tabulation-sheets-0 . Bidders are hereby notified to review the information posted after the bid opening deadline to confirm receipt of bid by the State. Any bidder that submitted a bid, and is not listed on the bid tabulation sheet, shall promptly notify the State Contact listed on the front page of this solicitation. Should a bidder fail to notify the State Contact listed on the front page of this solicitation within two weeks of posting the bid tabulation sheet, the State shall not be required to consider the bid. 6.2. STATE SECURITY PROCEDURES: Please be advised extra time will be needed when visiting and/or delivering information to State of Vermont offices. All individuals visiting State offices must present a valid government issued photo ID when entering the facility. 6.2.1. State office buildings may be locked or otherwise closed to the public. If this solicitation permits hand delivery of bids, delivery instructions will be posted at the entrance to the State facility. Any delay caused by State Security Procedures will be at the bidder’s own risk. 6.3. BID DELIVERY INSTRUCTIONS: 6.3.1. ELECTRONIC: Electronic bids will be accepted. https://bgs.vermont.gov/content/opc-bid-tabulation-sheets-0 Revised June 22, 2022 Page 8 of 45 6.3.1.1. E-MAIL BIDS. Emailed bids will be accepted. Bids will be accepted via email submission to SOV.ThePathForward@vermont.gov. Bids must consist of a single email with a single, digitally searchable PDF attachment containing all components of the bid. Multiple emails and/or multiple attachments will not be accepted. There is an attachment size limit of 40 MB. It is the Bidder’s responsibility to compress the PDF file containing its bid if necessary in order to meet this size limitation. 6.3.1.2. FAX BIDS: Faxed bids will not be accepted. 6.4. U.S. MAIL OR EXPRESS DELIVERY OR HAND DELIVERY: 6.4.1. All paper format bids must be addressed to the State of Vermont, Office of Purchasing & Contracting, 133 State Street, 5th Floor, Montpelier, VT 05633-8000. BID ENVELOPES MUST BE CLEARLY MARKED ‘SEALED BID’ AND SHOW THE REQUISITION NUMBER AND/OR PROPOSAL TITLE, OPENING DATE AND NAME OF BIDDER. 6.4.2. NUMBER OF COPIES: 6.4.2.1. For bids submitted via mail, express, or in-hand, submit an unbound original (clearly marked as such) and one (1) paper copy. 6.4.3. Paper Format Delivery Methods: 6.4.3.1. U.S. MAIL: Bidders are cautioned that it is their responsibility to originate the mailing of bids in sufficient time to ensure bids are received and time stamped by the Office of Purchasing & Contracting prior to the time of the bid opening. 6.4.3.2. EXPRESS DELIVERY: If bids are being sent via an express delivery service, be certain that the solicitation designation is clearly shown on the outside of the delivery envelope or box. Express delivery packages will not be considered received by the State until the express delivery package has been received and time stamped by the Office of Purchasing & Contracting. 6.4.3.3. HAND DELIVERY: Hand carried bids shall be delivered to a representative of the Office of Purchasing & Contracting prior to the bid opening. A Security Officer is at 133 until 4:30 PM which is the normal hours. A bid submitted by Hand Delivery will not be accepted after 4:30 PM. 7. BID SUBMISSION CHECKLIST:  Required Number of Copies (if applicable)  Cover Letter  Technical Response  Redacted Technical Response, if applicable  References  Price Schedule  Signed Certificate of Compliance 8. ATTACHMENTS: 8.1. Certificate of Compliance 8.2. Price Schedule 8.3. EXHIBIT A - Specifications 8.4. Sample Standard Contract Form for Commodities including but not limited to, Attachment C: Standard State Provisions for Contracts and Grants (December 15, 2017). mailto:SOV.ThePathForward@vermont.gov Revised June 22, 2022 Page 9 of 45 RFP/PROJECT: SNOWPLOW AND SPREADER BODY FOR 43,000 AND 60,000 GVWR TRUCKS DATE: December 22, 2022 Page 1 of 4 CERTIFICATE OF COMPLIANCE For a bid to be considered valid, this form must be completed in its entirety, executed by a duly authorized representative of the bidder, and submitted as part of the response to the proposal. A. NON COLLUSION: Bidder hereby certifies that the prices quoted have been arrived at without collusion and that no prior information concerning these prices has been received from or given to a competitive company. If there is sufficient evidence to warrant investigation of the bid/contract process by the Office of the Attorney General, bidder understands that this paragraph might be used as a basis for litigation. B. CONTRACT TERMS: Bidder hereby acknowledges that is has read, understands and agrees to the terms of this solicitation, including Attachment C: Standard State Contract Provisions, and any other contract attachments included with this RFP. C. FORM OF PAYMENT: Does Bidder accept the Visa Purchasing Card as a form of payment? ____ Yes ____ No D. CERTIFICATION FOR APPAREL, FOOTWEAR, AND TEXTILES (SWEATSHOP PROHIBITION): To the extent this solicitation concerns the sale of apparel, footwear, or textiles, Bidder must submit the following information: (1) certification from each supplier in accordance with the requirements of 29 V.S.A. § 922(a), and (2) a list of the names and addresses of each supplier, as required by 29 V.S.A. § 922(b). Bidder certifies that if it is awarded a contract, it shall be obligated by 29 V.S.A. § 922(c) to promptly inform the Commissioner of Buildings and General Services of any change in the information furnished pursuant to this section. E. ADDITIONAL PURCHASERS: Provisions for the purchase of supplies, materials, and equipment for Political Subdivisions, and Independent Colleges of the State of Vermont. 1. Bidder agrees to furnish the products identified in this response to the political subdivisions of the State of Vermont at the same prices, terms and conditions as are quoted in this response? Yes _________ No _________ If no, kindly outline below the prices, terms, and conditions under which Bidder will agree to supply these needs to the political subdivisions of the State of Vermont. 2. Bidder agrees to furnish the products identified in this response to the independent colleges of the State of Vermont at the same prices, terms and conditions as are quoted in this response? Yes ________ No __________ If no, kindly outline below the prices, terms, and conditions under which you will agree to supply these needs to the independent colleges of the State of Vermont. If Bidder agrees to extend the State’s contract terms and prices to the political subdivisions or to independent colleges, all such items furnished will be billed directly to and paid for by the political subdivision or independent college. Financial obligations of the State are limited to the orders placed by the departments and agencies of the State having legally available funds. The State incurs no financial obligations on behalf of political subdivisions and independent college that purchase under a State contract resulting from this solicitation. Notwithstanding the foregoing, Bidders will be required to periodically furnish reporting to the State on quantities sold by contractor to, and amounts paid to contractor by, any such political subdivisions or independent colleges. Revised June 22, 2022 Page 10 of 45 RFP/PROJECT: SNOWPLOW AND SPREADER BODY FOR 43,000 AND 60,000 GVWR TRUCKS DATE: December 22, 2022 Page 2 of 4 F. Resident Bidder of the state and/or products raised or manufactured in the state (check all that apply):  Bidder is a Resident Bidder of the State of Vermont  Products offered by Bidder are raised or manufactured in the State of Vermont G. Executive Order 05 – 16: Climate Change Considerations in State Procurements Certification Bidder certifies to the following (Bidder may attach any desired explanation or substantiation. Please also note that Bidder may be asked to provide documentation for any applicable claims): 1. Bidder owns, leases or utilizes, for business purposes, space that has received:  Energy Star® Certification  LEED®, Green Globes®, or Living Buildings ChallengeSM Certification  Other internationally recognized building certification: ____________________________________________________________________________ 2. Bidder has received incentives or rebates from an Energy Efficiency Utility or Energy Efficiency Program in the last five years for energy efficient improvements made at bidder’s place of business. Please explain: _________________________________________________________________________________ ____________________________________________________________________________ 3. Please Check all that apply:  Bidder can claim on-site renewable power or anaerobic-digester power (“cow-power”). Or bidder consumes renewable electricity through voluntary purchase or offset, provided no such claimed power can be double-claimed by another party.  Bidder uses renewable biomass or bio-fuel for the purposes of thermal (heat) energy at its place of business.  Bidder’s heating system has modern, high-efficiency units (boilers, furnaces, stoves, etc.), having reduced emissions of particulate matter and other air pollutants.  Bidder tracks its energy consumption and harmful greenhouse gas emissions. What tool is used to do this? _____________________  Bidder promotes the use of plug-in electric vehicles by providing electric vehicle charging, electric fleet vehicles, preferred parking, designated parking, purchase or lease incentives, etc..  Bidder offers employees an option for a fossil fuel divestment retirement account.  Bidder offers products or services that reduce waste, conserve water, or promote energy efficiency and conservation. Please explain: ___________________________________________________________________________ ____________________________________________________________________________ 4. Please list any additional practices that promote clean energy and take action to address climate change: _____________________________________________________________________________ _____________________________________________________________________________ Revised June 22, 2022 Page 11 of 45 RFP/PROJECT: SNOWPLOW AND SPREADER BODY FOR 43,000 AND 60,000 GVWR TRUCKS DATE: December 22, 2022 Page 3 of 4 H. Executive Order 02 – 22: Solidarity with the Ukrainian People  Bidder certifies goods, products, or materials offered as part of this solicitation none of the applicable goods or services are Russian-sourced goods and/or produced by Russian entities.  If the non-use box is not checked above, Bidder hereby indicates that certain products provided under this solicitation are Russian-sourced goods and/or produced by Russian entities, as described in the table below. In addition, identify where indicated in the table, which goods are Russian-sourced and/or produced by Russian entities. An additional column is provided for any note or comment that you may have. SOV Contract # Provided Equipment or Product Contractor Note or Comment I. Domestic preferences (2 C.F.R. § 200.322) Bidders must complete the following information in reference to each item being quoted. Additional pages may be used if necessary. Item # Brand/Manufacturer Identify where produced or assembled % produced or assembled  (check if applicable) Bidder can claim goods, products, or materials offered as part of this solicitation are produced in the United States (including but not limited to iron, aluminum, steel, cement, and other manufactured products). (Bidder may attach any desired explanation or substantiation. Please also note that Bidder may be asked to provide documentation for any applicable claims.) J. ENVIRONMENTAL INFORMATION FORM a. RECYCLED MATERIALS OR PRODUCTS: Bidders are to complete the following information in reference to each item being quoted. Additional pages may be used if necessary. Item # Brand/Manufacturer % Of Recycled Content % Post Consumer Content Revised June 22, 2022 Page 12 of 45 RFP/PROJECT: SNOWPLOW AND SPREADER BODY FOR 43,000 AND 60,000 GVWR TRUCKS DATE: December 22, 2022 Page 4 of 4 b. MERCURY CONTENT CERTIFICATION: Bidder certifies that none of the items quoted in this solicitation contain mercury except as identified below. Bidders shall also specify the amount of mercury contained in any of the products listed below. Additional pages may be used if necessary. K. Acknowledge receipt of the following Addenda: Addendum No.: Dated: Addendum No.: Dated: Addendum No.: Dated: Bidder Name: Contact Name: Address: Fax Number: Telephone: E-Mail: By: Name: Signature of Bidder (or Representative) (Type or Print) Item Part # Mercury Content Revised June 22, 2022 Page 13 of 45 PRICE SCHEDULE RFP – SNOWPLOW AND SPREADER BODY FOR 43,000 AND 60,000 GVWR TRUCKS 1. PRODUCT PRICING Item # Manufacturer Product/Model # Unit of Measure Price 1 Snowplow, body and spreader system for 43,000 gvwr cab and chassis base package $ 2. PLOWS: Item # Manufacturer Product/Model # Unit of Measure Price 1 One-way full trip design Plow $ 2 One way trip edge design Plow $ 3 Revisable plow flex design $ 4 Reversable one way barrel plow $ 3. WINGS: Item # Manufacturer Product/Model # Unit of Measure Price 1 10-foot mold board Wing Left Hand, Right or Dual Hand $ 2 11-foot mold board Wing Left Hand, Right or Dual Hand $ 4. HITCH: Item # Manufacturer Product/Model # Unit of Measure Price 1 Front Plow Hitch Left Hand & Right Hand $ 5. WING TOWER: Item # Manufacturer Product/Model # Unit of Measure Price 1 Front wing tower Left Hand & Right Hand $ Revised June 22, 2022 Page 14 of 45 6. TRAINING: Training Categories Fixed or Hourly Rate • Training shall be provided as part of a one- or two-day joint vendor session, depending on the number of participants. It shall be conducted for operators and field maintenance personnel on the body/spreader combination. The successful vendor is responsible for organizing the training, providing knowledgeable instructors, and any training materials/aids. Alternate training plans will be considered. • Topics to be covered are: • Safety features and safe and proper operation. • Lubrication points and frequency. Include a diagram showing locations and frequency. • What to look for when inspecting the unit. • How to properly calibrate the spreader unit. • Adjustment points and proper adjustment. Include a diagram showing both adjustment points and proper adjustment range • The above training shall be conducted at the AOT Central Garage complex in Berlin, or at vendors facility, after the Central Garage receives the first completed vehicle, and before the trucks go into service. At least 30 days’ notice shall be provided. $ 7. PARTS: Parts Categories Cost Plus • Bidders shall provide a quote, expressed as a “cost plus” manufacturer’s list price, for purchases of available repair and replacement parts. This discount shall be honored by the winning bidder for the period of this contract and shall apply to all parts sold by the vendor, whether they be for the equipment awarded under this contract or not. • Bidders shall make available component(s) of combined plow; body; wing; wing tower; or other replaceable components at a fixed pricing $ 8. SERVICE: Service Categories Fixed or Hourly Rate Bidders shall provide pricing for shop labor, for repairs of equipment, that is not covered by the factory warranty. Any discount shall be honored by the winning bidder for the period of this contract and shall apply to all labor provided by the vendor, whether it be for the equipment awarded under this contract or not. $ Revised June 22, 2022 Page 15 of 45 9. OPTIONS: Option Categories Price 33.1.1. The underside of the body, and the inside of the rear corner posts, shall be undercoated with a Rino-Coat Truck bed liner or approved equivalent. All open seams under the body shall be sealed with seam sealant prior to priming to reduce corrosion. A five-year warranty on both materials and application shall be provided. Periodic touch-up may be required to maintain the warranty. A copy of the warranty shall be provided. $ Name of Bidder: Signature of Bidder: Date: Revised June 22, 2022 Page 16 of 45 EXHIBIT A - Specifications SNOWPLOW AND SPREADER BODY SPECIFICATIONS FOR 43,000# AND 60,000# GVWR TRUCKS 1. ALL EXCEPTIONS TO THESE SPECIFICATIONS WILL BE REFERENCED TO THE ITEM NUMBER AND THE ALTERNATIVE PROVIDED AS PART OF THE BID. ANY CHANGES MADE TO THE SPECIFICATIONS OR REQUIRED ADDITIONAL WORK AFTER AWARD OF THE ORDER WILL BE IN WRITING AND APPROVED BY THE VENDOR, AGENCY OF TRANSPORTATION AND PURCHASING DIVISION, NO EXCEPTIONS. 2. GENERAL: 2.1.These specifications are intended to describe the snowplow, wing, plow frame, body, liquid system (if applicable), controls, and hydraulic system mounted on State of Vermont 43,000# & 60,000# GVWR single & tandem axle truck chassis. Bids are requested only on systems that meet the intended use and performance characteristics. 2.2.Chassis options will be a varied quantity of International HV513, HV507 and Freightliner 114SD or 108SD. 2.3.The State intends for these specifications to provide options for several different truck configurations, including combinations of single and tandem-axle chassis, left and right-hand plows, 10’ or 11’ wings, dual wings, trucks with and without tilting inner bodies, and with or without liquid pre-wet and anti-icing systems. All optional and alternative elements shall be bid. 2.4.The single axle trucks will have a CA of 106” or 108” depending on manufacturer, and the tandem axle trucks will have a CT of 135”. Both chassis shall be supplied with 24” front frame extensions. 2.5.The system and its components shall be constructed with identical parts for interchangeability between units and standardization for minimum parts inventories. The manufacturer’s standard parts shall be used when possible. All components, accessories, and equipment advertised as standard equipment shall be provided unless superseded by these specifications. 2.6.These specifications apply to all size and manufacturer types of vehicles. Where there is a difference in specification for single and tandem-axle trucks, the tandem axle specifications are provided in (bold italic print and in parentheses). 2.7.The installation shall be performed at the vendor’s place of business. The vendor shall have a facility that is located within 75 miles of the Central Garage in Berlin, VT, which can perform complete installations, repairs, and supply parts. 2.8.The vendor shall have been an authorized dealer/distributor of the body manufacturer for at least the last two years. Ownership of the dealer may have transferred during that period. Revised June 22, 2022 Page 17 of 45 EXHIBIT A – Specifications 2.9.All elements: dump body, tailgate, lighting, plow front, plow, wing mount, wing, hydraulic system, hydraulic controls, ground speed control system, and AVL system completely installed, tested, inspected, and ready for operation prior to delivery. 3. PLOW FRONT: 3.1. The front shall consist of all necessary cheek plates, push arms and frames required to properly mount, lift, carry, and operate both the plow and wing(s). The cheek plates shall be designed so that the installation will not require the removal of the steering boxes. Any hoses that might contact the cheek plates shall be protected with a section of double-braid hydraulic hose. The cheek plates shall be 5/8” thick plate steel designed to maintain integrity under high-speed plowing yet bend on severe impact without causing the truck frame to bend. A minimum of four 5/8” bolts per side shall be used to fasten the cheek plate to the truck frame and a minimum of four 5/8” bolts per side to fasten the plow front to the check plates. Shock absorbers shall remain functional. 3.2. The front must be constructed in such a manner as to permit the head frame and wing post to be tilted hydraulically forward without any free-fall. A chain system for lowering the plow frame is required, verify chain length with Central Garage. The plow front shall tilt far enough forward so the hood will not make contact when it is fully opened. All pin locations shall have replaceable steel bushings. Head frame and front wing post shall be easily removed for summer operations and include a male & female dust covers for the headlight harness and front hydraulic couplers. Provide and install an adequately sized D ring for balanced lifting of the plow front 3.3. The distance from the end of the truck frame to the center of the plow pin hole shall not be more than 15”. 3.4. Three (3) plow pin holes shall be spaced 4” on center with the bottom pin 16” from ground, providing two (2) position settings for the quick-connect couplings. 3.5. The left front bumperette shall have two 5/16” holes drilled for mounting the license plate. 3.6. The head frame shall have a bumper on the opposite side of the wing with enough length to protect that front fender. The bumper must be able to support at least 300 pounds. 3.7.The truck bumpers shall have brackets installed to permit mounting the bumper in place of the plow front when the front is removed for summer operations. Brackets shall be designed so that the bumpers may be interchanged between trucks and pinned into the plow frame. 3.8. The plow lift cylinder shall be at least 4”x10” with power up and down. Cylinder rod shall be Nitrided (alternate quotes for chrome cylinders may be considered). 3.9. The pin diameter for plow and head frame mount shall be 1-1⁄4”. 3.10. Welded on the front of the head frame uprights, (one each side) a 5/8” round steel or rebar “U-bolt” design bracket 6” wide by 6” high shall be installed for storage of tire chains. 3.11. The plow front shall be designed so that when the plow lights are added, they shall be as close to 65” (center of light) as possible from the ground but no higher than 75”. Plow lights shall be LED. Revised June 22, 2022 Page 18 of 45 EXHIBIT A – Specifications 3.12. All trucks shall be equipped with a heavy duty quick-lock, quick-disconnect for the front plow. Provide and install matching plow oscillating bar. See “WING” section for front wing tower requirements. 4. Bidders shall provide pricing for component(s) of combined plow; wing; wing tower; or other replaceable components at a fixed price only. 5. PLOWS: 5.1. ONE-WAY PLOW, FULL TRIP DESIGN: 5.1.1. Weld the Central Garage Truck Unit Number on each plow, location to be on the discharge end on the back side of the plow 5.1.2. Plow and drive frame shall be manufacturer’s heaviest duty high-speed model and must meet the following minimum specifications. Include a heavy-duty quick coupling oscillating bar, to match that provided on the plow frame. 5.1.3. One-way discharging steel plow shall have an 11’ cutting edge and provide a 9’ foot clear cut either right or left as specified on the purchase order. The plow must cut a clear path a minimum of 3” beyond the outer wheel track of the outside rear dual tire, on the nose side of the plow. 5.1.4. Lifting device shall be a 3⁄4” thick double chain design, with all elements adequately engineered to safely lift anticipated loads and certified by the vendor to meet all applicable safety standards. Chain size shall be 2x2 1⁄2” grade 80 safety chain. 5.1.5. An adequately engineered safety chain shall be provided between the moldboard and the drive frame. 5.1.6. Provide 11/16” holes for the steel cutting edge, 12” on-center. Moldboard shall be constructed from minimum 8 gauge high-strength carbon steel and be reinforced with a minimum of eight 1⁄2” ribs. 5.1.7. Plow shall be adjustable to provide a working angle with the ground between 50 degrees and 80 degrees with a minimum of 3 intermediate settings achievable using a telescoping push-pole and quick coupling setting (see 2-D). Both 6” and 8” top punched blades shall be used with the plow. 5.1.8. When plow is set at 50 degrees the moldboard height at the nose shall not exceed 30” and the moldboard discharge end shall not exceed 55”. 5.1.9. Plow shall have a full trip, slotted compression mechanism. The compression springs shall have 1-3/8” diameter threaded rods and safety restraint caps. 5.1.10. The discharge end of the moldboard shall not extend more than 20” beyond the end of the cutting edge. Revised June 22, 2022 Page 19 of 45 EXHIBIT A - Specifications 5.1.11. The plow shall have a reinforced rubber snow deflector 15” wide, bolted 12” on-center to a reinforced frame on the top edge of the barrel. 5.1.12. Provide lifting lugs on the back of the plow which allow for balanced lifting. 5.1.13. The push frame shall be designed to keep the plow as close to the vehicle as possible while maintaining the proper plow angle and wing clearance. On the discharge side, the measurement from the center of the head frame mounting hole to the back side of the moldboard shall not exceed 55”. Moldboard pin locations shall have replaceable steel bushings. 5.1.14. An oscillating bar shall be provided to allow the plow to follow road contours. The bar shall be a minimum of 3⁄4” thick and pivot on a 1-1/2” bolt. Oscillation shall be limited to within reasonable limits. Construction shall allow the oscillating bar to be used in conjunction with “quick lock” jaws on plow frame. 5.1.15. The push frame shoe hangers shall be designed to provide a minimum of 6” of adjustment to allow the shoes to be adjusted throughout their wear life, with either 6” or 8” top punch blades. Adjusting bolts shall be easily accessible with an air impact wrench. The hangers shall be reinforced to eliminate damage from running off the edge of pavement or crossing railroad tracks. They shall be positioned such that the shoe shall run flat on the pavement to obtain maximum wear. 5.1.16. Provide a high-speed, heavy-duty push-frame shoe bracket suitable for VTrans’ standard “boat” shoe, which will be available for inspection during the design process. 5.1.17. Plow and wing should not make contact at any angle, lift, or direction. 5.2. ONE-WAY PLOW, TRIP EDGE DESIGN: 5.2.1. Plow shall be trip edge design. 5.2.2. Plow and drive frame shall be manufacturer’s heaviest duty high-speed model and must meet the following minimum specifications. Include a heavy-duty quick coupling oscillating bar, to match that provided on the plow frame. 5.2.3. One-way discharging steel plow shall have an 11’ cutting edge and provide a 9’ foot clear cut either right or left as specified on the purchase order. The plow must cut a clear path a minimum of 3” beyond the outer wheel track of the outside rear dual tire, on the nose side of the plow. 5.2.4. Lifting device shall be a double chain design, with all elements adequately engineered to safely lift anticipated loads and certified by the vendor to meet all applicable safety standards. Chain size shall be 2x2 1⁄2” grade 80 safety chain. 5.2.5. An adequately engineered safety chain shall be provided between the moldboard and the drive frame. 5.2.6. Provide 11/16” holes for the steel cutting edge, 12” on-center. Moldboard shall be constructed from minimum 8 gauge high-strength carbon steel and be reinforced with a minimum of eight 1⁄2” ribs. Revised June 22, 2022 Page 20 of 45 EXHIBIT A – Specifications 5.2.7. Plow shall be adjustable to provide a working angle with the ground between 50 degrees and 80 degrees with a minimum of 3 intermediate settings achievable using a telescoping push-pole and quick coupling setting (see 2-D). Both 6” and 8” top punched blades shall be used with the plow. 5.2.8. When plow is set at 50 degrees the moldboard height at the nose shall not exceed 30” and the moldboard discharge end shall not exceed 55”. 5.2.9. The discharge end of the moldboard shall not extend more than 20” beyond the end of the cutting edge. 5.2.10. The plow shall have a reinforced rubber snow deflector 15” wide, bolted 12” on-center to a reinforced frame on the top edge of the barrel. 5.2.11. Provide lifting lugs on the back of the plow which allow for balanced lifting. 5.2.12. The push frame shall be designed to keep the plow as close to the vehicle as possible while maintaining the proper plow angle and wing clearance. On the discharge side, the measurement from the center of the head frame mounting hole to the back side of the moldboard shall not exceed 55”. Moldboard pin locations shall have replaceable steel bushings. 5.2.13. An oscillating bar shall be provided to allow the plow to follow road contours. The bar shall be a minimum of 3⁄4” thick and pivot on a 1-1/2” bolt. Oscillation shall be limited to within reasonable limits. Construction shall allow the oscillating bar to be used in conjunction with “quick lock” jaws on plow frame. 5.2.14. The push frame shoe hangers shall be designed to provide a minimum of 6” of adjustment to allow the shoes to be adjusted throughout their wear life, with either 6” or 8” top punch blades. Adjusting bolts shall be easily accessible with an air impact wrench. The hangers shall be reinforced to eliminate damage from running off the edge of pavement or crossing railroad tracks. They shall be positioned such that the shoe shall run flat on the pavement to obtain maximum wear. 5.2.15. Provide a high-speed, heavy-duty push-frame shoe bracket suitable for VTrans’ standard “boat” shoe, which will be available for inspection during the design process. 5.2.16. Plow and wing should not make contact at any angle, lift, or direction. 5.3. REVERSIBLE “FLEX” PLOWS: 5.3.1. Plow shall be trip edge design. 5.3.2. Plow and drive frame shall be manufacturer’s heaviest duty model and must meet the following minimum specifications. Include a heavy-duty quick coupling to match that provided on the plow frame. 5.3.3. This shall be an 11’ cutting edge power reversible plow: Tenco Twist & Shoot, Viking- Cives Flex plow 2000, Everest reverse-a-cast or pre-approved equal. The plow shall not exceed 3,100 lbs. (plow and plow frame should not exceed the weight capacity of the front Revised June 22, 2022 Page 21 of 45 EXHIBIT A - Specifications axle) with push frame shoe hangers installed. The moldboard contouring (flexing) shall be controlled by hydraulic cylinder(s). Cylinder rods shall be Nitrided (alternate quotes for chrome cylinders may be considered). 5.3.4. All elements of the lifting device shall be adequately engineered to safely lift anticipated loads and certified by the vendor to meet all applicable safety standards. Provide and install “dead shiv” style lifting device. Chain size shall be 1⁄2” grade 80 safety chain. 5.3.5. 11/16” holes for the steel cutting edge shall be spaced 12” on center, or utilize the manufacturer’s standard pattern 5.3.6. Provide lifting lugs on the back of the plow which allow for balanced lifting. 5.3.7. The power reversing and flexing shall be joystick controlled. The power reverse/flex cylinder(s) shall be connected to the hydraulic system by two-wire braided SAE 100R17-8 grade hose with quick disconnects. Quick disconnects shall be, 1/2" FNPT, Dixon Manufacture, 4 part #'s - 4CVVF4: female coupler side, CVV4F4: male coupler side, 4CVVDP: dust plug for female coupler, CVV4DC: dust cap for male coupler. Hoses shall be set up so that one has a male disconnect and the other a female to prevent errors when mounting the plow. There shall be a hydraulic relief valve in the system to protect the cylinders. The moldboard shall be positioned not to contact the wing when in the full angled position. 5.3.8. An oscillating bar shall be provided to allow the plow to follow road contours. The bar shall be a minimum of 3⁄4” thick and pivot on a 1-1/2” bolt. Oscillation shall be limited to within reasonable limits. Construction shall allow the oscillating bar to be used in conjunction with “quick lock” jaws on plow frame. 5.3.9. Moldboard pin locations shall have replaceable steel bushings. 5.3.10. The plow shall have push-frame shoe hangers designed to provide a minimum of 6” of adjustment to allow the shoes to be adjusted throughout their wear life with either 6” or 8” top punched blades. The hangers shall be reinforced to eliminate damage from running off the edge of the pavement or crossing railroad tracks. Provide a 3/8” grade 70 safety chain between the hangers and plow frame, to retain the hanger in the event it breaks away from the frame. Adjusting mechanisms shall be easily accessible. Hangers shall be designed so that the shoes automatically tilt down in the rear when plow is lifted and shall run flat on the pavement for maximum wear. Standard steel shoes shall be installed. A shoe design diagram shall be provided, to VTrans, on or before delivery. 5.3.11. The plow shall have a reinforced rubber snow deflector 15” wide, bolted 12” on-center to a reinforced frame on the top edge of the barrel. 5.4. REVERSIBLE ONE-WAY BARREL PLOWS: 5.4.1. Plow shall be trip edge design. 5.4.2. Plow and drive frame shall be manufacturer’s heaviest duty model and must meet the following minimum specifications. Include a heavy-duty quick coupling to match that provided on the plow frame. Revised June 22, 2022 Page 22 of 45 EXHIBIT A - Specifications 5.4.3. This shall be an 11’ cutting edge power reversible, one-way barrel plow. Plow may be required to discharge to the left, or right, see PO for confirmation. The plow shall not exceed 3,100 lbs. (plow and plow frame should not exceed the weight capacity of the front axle) with push frame shoe hangers installed. The moldboard contouring (flexing) shall be controlled by hydraulic cylinder(s). Cylinder rods shall be Nitrided (alternate quotes for chrome cylinders may be considered). 5.4.4. All elements of the lifting device shall be adequately engineered to safely lift anticipated loads and certified by the vendor to meet all applicable safety standards. Provide and install “dead shiv” style lifting device. Chain size shall be 1⁄2” grade 80 safety chain. 5.4.5. 11/16” holes for the steel cutting edge shall be spaced 12” on center, or utilize the manufacturer’s standard pattern 5.4.6. Provide lifting lugs on the back of the plow which allow for balanced lifting. 5.4.7. The power reversing shall be joystick controlled. The power reverse cylinder(s) shall be connected to the hydraulic system by two-wire braided SAE 100R17-8 grade hose with quick disconnects. Quick disconnects shall be, 1/2" FNPT, Dixon Manufacture, 4 part #'s - 4CVVF4: female coupler side, CVV4F4: male coupler side, 4CVVDP: dust plug for female coupler, CVV4DC: dust cap for male coupler. Hoses shall be set up so that one has a male disconnect and the other a female to prevent errors when mounting the plow. There shall be a hydraulic relief valve in the system to protect the cylinders. The moldboard shall be positioned not to contact the wing when in the full angled position. 5.4.8. An oscillating bar shall be provided to allow the plow to follow road contours. The bar shall be a minimum of 3⁄4” thick and pivot on a 1-1/2” bolt. Oscillation shall be limited to within reasonable limits. Construction shall allow the oscillating bar to be used in conjunction with “quick lock” jaws on plow frame. 5.4.9. Moldboard pin locations shall have replaceable steel bushings. 5.4.10. The plow shall have push-frame shoe hangers designed to provide a minimum of 6” of adjustment to allow the shoes to be adjusted throughout their wear life with either 6” or 8” top punched blades. The hangers shall be reinforced to eliminate damage from running off the edge of the pavement or crossing railroad tracks. Provide a 3/8” grade 70 safety chain between the hangers and plow frame, to retain the hanger in the event it breaks away from the frame. Adjusting mechanisms shall be easily accessible. Hangers shall be designed so that the shoes automatically tilt down in the rear when plow is lifted and shall run flat on the pavement for maximum wear. Standard steel shoes shall be installed. A shoe design diagram shall be provided, to VTrans, on or before delivery. 5.4.11. The plow shall have a steel, 12-inch extension, bolted 12” on-center to a reinforced frame on the top edge of the barrel. 6. WING: 10’ and 11’ wings; left or right-hand, or dual. 6.1. Weld the Central Garage Truck Unit Number on each wing, location to be on the discharge end on the back side of the wing Revised June 22, 2022 Page 23 of 45 EXHIBIT A - Specifications 6.2. The wing system shall be the manufacturer’s heaviest duty hydraulically operated wing. 6.3. Provide optional quotes for leveling wings with both 10’ and eleven 11’ cutting edges. Note: The 60,000# GVW trucks may have either a 10’ or 11’ wing. 6.4. Provide optional quote for dual wing system to match the specs as written. 6.5. The plow/wing combination shall provide a total clear cut of 14’ (16’ with 11’ wing) with the ability to bring the wing into a minimum 12’-8” (13’-6” with 11’ wing) clear cut. Manual adjustments, minimum 3, in the push poles shall be provided. The discharge end of the wing moldboard shall not extend more than 12” past the end of the cutting edge. 6.6. The wing shall be positioned such that the wing and plow will provide a clear path with no gaps. The wing, in both plowing operations, and carry positions, shall provide adequate tire clearance, and not rub against the body. 6.7. The wing shall be totally hydraulically operated. Cable is not acceptable. Cylinder rods shall be Nitrided (alternate quotes for chrome cylinders may be considered). The wing shall be designed in such a way that when it is raised into the carry position it shall not hit any part of the truck cab. The wing shall be equipped with a 3/8” grade 70 safety chain, attached to rear wing tower, so that it cannot accidentally drop out of the carry position. In the carry position the wing shall not extend past the outside edge of the front plow. All mounting pins shall be a piloted design to aid alignment during installation of the wing. 6.8. The wing lift cylinder, attached to the push arms, shall be connected to the hydraulic system by two-wire braided SAE 100R17-8 grade hose with quick disconnects. Quick disconnects shall be, 1/2" FNPT, Dixon Manufacture. 4 part #'s - 4CVVF4: female coupler side, CVV4F4: male coupler side, 4CVVDP: dust plug for female coupler, CVV4DC: dust cap for male coupler. 6.9. 5/8” holes for the steel cutting edge shall be spaced 12” on-center. 6.10. The wing shall be set up to allow the discharge end to trip when impacted. 6.11. The wing shall be set up so that the angle between the cutting edge and the ground is 70-80 degrees when in the plowing position. 6.12. The wing shall have a 1” thick plate to support a 1-1/2” bolt joining the wing to the hinge. 6.13. Provide lifting lugs on the back of the wing which allow for balanced lifting. 6.14. The front wing post shall be bolted to the plow front and be hydraulically actuated by use of a direct lift 4’ cylinder. The 4-foot lift cylinder shall be mounted behind a 66" I-beam and provide a shelving height of 36" with a 6" blade. The post shall have a reinforced webbing consisting of 1-1/2" flat bar set on end running the full vertical length of the wing slide and gusseted with horizontal pieces of the same material. 6.15. The rear wing tower shall use a manufacturer’s standard cylinder with an internal stop or external slide stop. When the cylinder is fully extended it shall not exceed 65” above the frame. 6.16. The rear wing post shall be mounted so that the slide is parallel to the wing cutting edge when the wing is in the 12’-8” (13’-6”) minimum clear cut plowing position. Revised June 22, 2022 Page 24 of 45 EXHIBIT A - Specifications 6.17. The wing front trip block, 30-degree hinge, shall be mounted on the intake end of the wing. It shall be heavy duty, but manufacturer’s standard design. The hinge shall have replaceable bushings for each of the pivot pins that hold the two halves together. Provide grease fittings for all pivot points. The trip mechanism shall allow the wing blade to rise upwards, and the top to rotate away from the wing post at the same time. The wing shall be attached to the front wing post slide with a pin that has a modified “D” ring on top and a lynch pin in the bottom. Safety chains shall be installed between the wing slide and top of the trip block, and the back half of the trip block and back of wing. The discharge end of the wing shall have a safety chain connected to the upper push pole. The rear wing push poles and lift cylinders shall be attached with properly sized bolts and self-locking nuts. 6.18. The wing push poles shall be heaviest duty available and the manufacturer’s standard length, if possible, but must provide a minimum clear cut with a 10’ wing of 12’-8” (11’ wing of 13’-6”). The inner rod of the push poles shall be 2-3/8” in diameter. The wall thickness of the outer tube shall be 1⁄2” minimum. 6.19. The wing shall be equipped with a float mechanism to provide a minimum of 6” of float. The truck driver must be able to easily see the float control to adjust the amount of float. 6.20. Make and install steps on the wing arms or wing lift cylinder for easy cab access. Step shall be made with stair-tread metal approximately 5” x 10”. The step shall be as close to horizontal as possible when the push poles are all the way down. VTrans Central Garage shall approve design. 6.21. Provide and install grip tape (part #AST624) on top wing arm 6.22. Fabricate and install an iron pry-bar holder on the wing tower. VTrans must approve the design and location. 6.23. The wing and push pole assembly shall be easily removable for seasonal storage. Please refer to the truck options list for the number of requested wheeled wing carts 6.24. Install a Whelen flashing Amber LED (part #WPLOW2A) on the top, discharge end of the wing. VTrans shall specify flash sequence and approve the location during the design process. A cable shall be run through a hydraulic hose from the rear wing tower along and p-clamped to the lower wing arm. The cable shall have weather tight connectors at each end where it connects to the light and to the truck strobe light wiring system. The hydraulic hose and wiring shall have sufficient slack to permit full operation of the wing but not excessive slack that it will drag on the ground in any wing position. 6.25. The wing tower bracing shall be a drop mount to allow mounting of a 30” w X 18”h X 18” d toolbox without interfering with the body. 7. HYDRAULIC SYSTEM: 7.1. A closed center hydraulic system shall be used to operate the plow, wing, dump body, and material spreader. Set pressures should be at manufacturer's standard, but no lower than 2,250 main psi and 250 standby psi minimum. Revised June 22, 2022 Page 25 of 45 EXHIBIT A - Specifications 7.2. Pump housings shall be cast iron. A pump case drain shall be 3⁄4” in diameter and plumbed directly in between the return filter and tank. It shall not go through the return line filter. 7.2.1. On all trucks, the pump shall be a direct drive pressure/flow compensating pump mounted directly to the crankshaft, via a PTO shaft. Pump shall be Metaris, model # MPN105954, and have a minimum 71 CC displacement with a minimum capacity of 34 GPM at 1600 RPM. The universals shall be, Napa model UJ280 or approved equivalent, The grease fittings shall be lined up so that all the fittings can be greased from one point. 7.2.2. All yokes shall have two set screws with two safety wires in the pump driveline 7.3. All hydraulic cylinders used in the system shall be properly sized and of sufficient capacity so that they can perform their designated functions without any noticeable deflection of the cylinder rod when fully extended. Cylinder rod shall be Nitride; provide alternate quotes for Chrome cylinder rod installed on “X” number of units. 7.4. Hydraulic valve shall be Sauer-Danfoss PVG32 (as per attached Appendix 1), or pre-approved equal with similar performance. Valves shall be electrically operated. 7.5. A central hydraulic valve system with a rated capacity of at least 34 GPM shall be mounted behind the cab, built into the rear wing tower assembly, in an accessible location. The valve shall be designed to withstand exposure to de-icing chemicals and severe weather conditions, and be in an enclosed housing, accessible without tools. Stackable section valves that allow for servicing without disassembly shall be used. Each section must allow simultaneous operation without impacting other operations. Valves operated by the ice control system for the spinner, conveyor and liquid pumps shall be installed as part of the above valve body. A 500 PSI port relief valve shall be provided for the inner body lift cylinders (if applicable) – downside. Main valve cabinet shall be fluid filmed pre-delivery. 7.6. No hydraulics will be permitted in the cab. 7.7. All hydraulic lines running under the truck, including the 1” pressure line, shall be stainless steel pipe of the proper size and rating for the function. Each end of the stainless piping shall have a double flare that will accept a 37-degree JIC male stainless-steel fitting(s). Ferrules on the end of the stainless lines shall be stainless steel. All hydraulic hoses shall be Gates Mega Tough. 1” pressure line and smaller hoses shall be at least SAE 100R17-8 with a working pressure of 4,000 PSI and a burst pressure rating of 9,000 PSI. 2” hose shall be SAE 100R1 with a working pressure of 600 PSI. Hose ends shall be JIC. The pump, cylinders, and valve shall have swivel female JIC fittings. All hoses and stainless-steel lines shall be adequately supported, not greater than 16” intervals, and routed so as not to interfere with maintenance and servicing of the truck components and its assemblies. All hoses/pipe shall be routed away from and protected from engine and exhaust heat. All hydraulic hoses wear points shall be protected with a plastic or rubber wrap. Heavy-duty vibration dampening clamps such as the 2,000 PSI series clamps from McMaster-Carr shall be used. The clamp anchor plate must have a standard bolt and nut attachment to the bracket. It cannot be a welded bolt and nut. The bolt shall be of sufficient length that 1/16” of thread is showing when securely fastened. VTrans must approve routing of all hoses. 7.8. The oil reservoir shall be mounted on the LH side (driver’s) of the hydraulic valve cabinet mounted on the RH side (passenger), incorporated into the rear wing tower assembly, and have Revised June 22, 2022 Page 26 of 45 EXHIBIT A - Specifications sufficient size to dissipate the system heat buildup. In no case shall it be less than 30 gallons. The top of the reservoir shall be angled to shed water and debris. The reservoir shall be equipped with a 10-micron filter, appropriate for an electric/hydraulic system, with a minimum flow capacity of 34 GPM. The pump supply line shall have a 2” ID, full flow ball valve, installed near the tank as for maintenance or emergency shut-off. Valve shall be readily accessible without removal of the access panel. The hydraulic oil return manifold shall have an adequate number of ports for: all body functions, materials conveyor and spinner, pre-wet pump, and anti-ice pump. The tank shall have an unbreakable sight gauge conveniently located for operator to check the fluid level. The system shall be filled with UTF hydraulic oil. The reservoir shall have a magnetic drain plug. All ball valves shall be in the open position when the handle is in line with the hose/pipe and positioned to provide easy access. 7.9. The truck shall be plumbed for the installation of materials spreader and body. This involves running five 1⁄2” ID feedlines for the body hoist, tilt cylinders (if required), and spreader (4 - 1⁄2’ ID feed/return lines for tilt cylinders and spreader) to a point 16” short of the body hinge. Double flare the ends of the pipe to receive JIC fittings. Consult VTrans for location, type of mounting brackets, and length of stainless-steel pipes shall not be greater than 36” intervals and routed so as not to interfere with maintenance and servicing of the truck components and its assemblies. 7.10. All hydraulic lines running parallel to the truck frame shall be stainless steel pipe of the proper size and rating for the function. Each end of the stainless piping shall have a double flare that will accept a 37-degree JIC male stainless-steel fitting(s). 8. JOYSTICK CONTROLS: 8.1. Valves shall be operated by one or two proportional, two-axis joy sticks. Joysticks shall be momentary function, not latched. Lever(s) must be able to control two proportional valve functions simultaneously. The switch that operates the spinner reversing valve shall be in the arm rest. 8.2. Joysticks shall be in an arm rest style mount, connected to the floor. The arm rest controls and connections shall be reinforced and sufficiently strong to not break under load. 8.3. Any wire passage points into the cab shall be sealed, either by a bulkhead connector or silicone. Any outside connections shall be fully sealed from the weather and protected from corrosion with di-electric grease. 8.4. The joy sticks shall perform the same functions in each truck. 9. SPREADER CONTROL SYSTEM: 9.1. The spreader control system shall be a four-channel system: controlling spinner, bed chain, pre-wet, and single boom anti-ice function. Each function shall operate individually or simultaneously without additional controller hardware. The valves shall be electrically operated and mounted as part of the valve body for the other hydraulic functions. 9.2. Spreader control system shall be capable of ground speed orientated closed or open loop operation. Controller shall be capable of spreading in lbs/mile (linear spreading) or lbs/lane mile (area spreading). System shall display current liquid volume in tank while pre-wet and/or anti-ice Revised June 22, 2022 Page 27 of 45 EXHIBIT A - Specifications system is active. The system controller shall be capable of managing a single anti-ice boom operation with individual boom selection in a single arrangement. 9.3. Provide and install a gate height sensor on the material discharge gate. Connect the sensor to the spreader control system. If possible, gate height information shall be output to the AVL. 9.4. Spreader control shall have “blast” and “pass” modes. 9.5. Spreader controller shall have a minimum 7” Color LCD display. Controls shall be operated by paddle or button style keypad (not a touch screen). Display shall be mounted on an adjustable swivel bracket. Display shall be capable of simultaneous display of granular, pre-wet, and anti- ice application rates. Display shall also show sensors (Temp, GPS, etc) as well as actual ground speed and all active alarms. 9.6. The ground speed control units shall be programmed with basic constants for speed, salt, sand, pre-wet and anti-ice (if applicable). The control head shall be mounted near the dash in a position easily accessible and visible to the driver. VTrans must approve the mounting location. 9.7. Spreader controller must provide on-screen help for all main operating functions as well as on screen diagnostics for system issues. On-screen help shall be sufficient to enable users to operate the system by following the on-screen instructions, without referring to the printed operations manual. 9.8. The spreader controller shall be capable of collecting and storing time, date, and location stamped events for all operating modes, errors, and alarms, and for all material dispensed. Also, the system shall be capable of recording digital or analog data that comes from up to 4 sensors (such as granular hopper level, gate height opening, granular material flow, plow position, hydraulic pressure, etc). The spreader control system shall be capable of collecting and storing position data directly from a compatible GPS antenna without additional hardware as well as collecting and storing temperature from a vehicle mounted temperature sensors. 9.9. Provide an install AVL system available through Advanced Asset Tracking to include plow up switch which shall be mounted on the plow frame; location to be approved by VTRANS Central Garage. Spreader control system shall be able to output its data in a standard serial data stream format to supplied AVL system. 10. PRE-WET / ANTI-ICE, AND PRE-WET ONLY LIQUID SYSTEMS: Routing of plumbing and some design details may be addresses cooperatively during the prototype process. 10.1. PRE-WET ONLY SYSTEM: 10.1.1. Provide a 300-gallon stainless steel liquid tank, installed in the body, for pre-wet of the material at the spinner. See attached Appendix 2 for tanks dimensions and design details. The brine tanks shall be mounted in the truck body and move with the inner body. 10.1.2. The tank outlet shall be located on the bottom of the tank, close to the headboard of the body. A hole shall be provided in the floor of the body for the fitting in the bottom of the tank. 10.1.3. A plate shall be provided that will bolt in and cover the hole for summer operations. Revised June 22, 2022 Page 28 of 45 EXHIBIT A - Specifications 10.1.4. A 3/4” inch flexible Tigerflex BW hose with Banjo brand connector and ball valve shall run from the tank, under the body to the hinge point, and return up the frame to the brine pump. 10.1.5. A sealed cabinet to house the strainer, hydraulic drive pump, liquid pump, and related hydraulic components, shall be provided. It must be easily opened for maintenance and repairs. Cabinet may be mounted to truck frame or wing armature and will stay on the truck. Location shall be approved by Central Garage. Hydraulic fittings exiting the cabinet shall be bulkhead connections; brine hoses can pass through holes with grommets. 10.1.6. A 3⁄4” T strainer, 50 mesh with 16 GPM flow (Dultmeier PT# SS122-3/4PP) or equivalent shall be attached inside the stainless-steel cabinet before brine enters the pump. 10.1.7. An electric MP pump (part number MP34141) shall be provided. Electric pump output shall be controlled by the spreader control system. A Sea Metrics (part number SPX-075- 267) flow meter will be incorporated into the system to feed input data to the sander control. Installation location shall be in the hydraulic enclosure near the hydraulic valve section with the orientation of the pump to have the motor portion above the pump. Installation shall include camlock fittings on both the pressure and supply side. 10.1.8. A manual 3⁄4” ball valve shall be positioned in a convenient, easy access location outside the hydraulic valve enclosure to stop the flow before the filter strainer and high-pressure pump. 10.1.9. A 1⁄2” hose, soft PVC hose with polyester yarn reinforced (minimum) to a single (Delavan Type “F” flooding nozzle, PT# F30NY Green) shall be provided, mounted in a location TBD at time of build. Provide caps and plugs for all connections. 10.1.10. A 3⁄4” transparent, flexible hose shall be plumbed into the two-inch supply line and be run up the front of and fastened to the headboard. Self-tapping are not acceptable. This shall be a sight gauge for the tank. 10.1.11. The tank shall have a 2” vent in the top and installed in the front of the tank closest to the headboard. The fill port for the brine tank shall be 2” male quick disconnects with a 2” ball valve, angled to the outside of the truck for easy access. 10.1.12. The application rates for salt, sand, and pre-wet will be controlled by the ground speed control unit. 10.1.13. A quick connect will be provided between the tank and chassis to allow the tank to be removed in the summer. A shut-off valve will be installed between the tank and the chassis quick connect to permit flushing the system without draining the tank. 10.1.14. All poly pipe fittings will be schedule 80 or better. 10.1.15. A 5lb check valve, non-adjustable, will be installed near the spinner to prevent the siphoning of the material hose. The discharge hose will have a quick connect, at or near the spinner, to accommodate spinner removal for summer use. A bleed valve shall be installed before the 5lb check valve for system bleeding. Revised June 22, 2022 Page 29 of 45 EXHIBIT A - Specifications 10.2. ANTI-ICE / PRE-WET SYSTEM: 10.2.1. Provide a 600-gallon stainless steel liquid tank on single-axle trucks (1200 gallons on tandem-axle trucks). See attached Appendix 2 for tanks dimensions and design details. The brine tanks shall be mounted in the truck body and move with the body. This system will provide pre-wet of solid material at the spinner (as described above) and the application of liquids alone from a spray bar at the rear of the truck. All elements described above for the pre-wet only system shall be included, as well as the following features to allow the application of liquids from a rear spray bar. 10.2.2. In addition to the pump and plumbing required for the pre-wet function, provide a hydraulically driven anti-ice pump (Hypro model 9303C-HM1) mounted inside the frame rail. The hydraulic anti-ice motor will be operated by the ice control system through an electric/hydraulic valve located in the main valve section. Both the pre-wet and anti-ice pumps shall have dedicated hydraulic circuits, do not use waste oil to run these circuits. Location of motor/pump assembly will be approved by Central Garage. 10.2.3. The tank shall have a 2” vent in the top and installed in the front of the tank closest to the headboard. The fill port for the brine tank will be a 2” hose run down the outside of the body so to fill from ground level. There shall be a 2” gate valve with a 2” male quick-connect securely mounted to the body for easy fill access. 10.2.4. The tank outlet shall be located to the front of the body so not to get frozen with slush from the tires. A 1-1/2” supply to the ant-ice pump shall be run so that the body can be fully dumped without disconnecting any hoses. 10.2.5. Liquid supply for the pre-wet system shall be pulled from the 1-1/2” main line before the anti-ice pump. 10.2.6. A 1-1/2” inline strainer (Banjo PT # LST1530) with 30 mesh shall be supplied and secured in a accessible location before brine is run into the anti-ice pump. 10.2.7. Exiting the anti-ice pump, a 1-1/4” hose shall run to an electric ball valve (TeeJet 346BEC 11⁄4 shutoff ball valve), which shall be controlled by the spreader control system. 10.2.8. A 1-1/4” hose shall run to a quick disconnect fitting located at the rear hitch plate area to permit the removal of the spray bar. 10.2.9. The spray bar shall consist of 5 (Delavan Type “F” flooding nozzle, PT# F30NY Green)) plumbed with 3⁄4” hose to a T or manifold to the 1-1/4” hose. The lightweight steel construction for the spray bar will be adjustable up and down within a 12” max height from ground level and in and out without cutting or welding. The spray bar will be frame mounted (not body mounted) and be flexible from truck frame outward to withstand reversing damage. A 5lb check valve shall be installed on the spray alongside the 3-way ball valve to relive air pressure for proper calibration. VTRANS to supply pictures for mounting and installation. 10.2.10. All hoses for the ant-ice system will be Tigerflex BW hose or better. Revised June 22, 2022 Page 30 of 45 EXHIBIT A - Specifications 10.2.11. The control system must have the ability to turn off the solid salt application and just apply liquid for anti-icing applications metered in (gals/mile), as well as a pre-wetting application where solid salt is coated with brine at the material chute, metered in (gals/ton). 10.2.12. Provide a Micro Trax flow meter (part number 14829) for the anti-ice circuit. The system controller shall be capable of operating each of its functions in closed or open loop modes. 10.2.13. The system controller shall display current liquid volume in the tank while pre-wet and/or anti-ice system is active. 11. BODY: 11.1. Body floor, conveyor floor, and conveyor cover shall be 1/4” minimum AR 450 steel. The sides, headboard, and tailgate shall be 3/16” Corten, minimum 75,000 PSI steel. Cross members shall be “C” or “I” cross section, no tubular sections permitted. The conveyor cover shall be no less than two pieces for ease in raising and lowering. Provide latch to hold conveyer doors open. 11.2. Rear corner posts shall be open and accessible for cleaning and maintenance. 11.3. Shop drawings shall be provided to VTrans Central Garage within 60 days of award of order. 11.4. The top of the body sides, and the top of the tailgate, shall be manufactured to have a sloping surface. This is to prevent material from sitting on a flat surface and possibly coming off in traffic. 11.5. TILTING INNER BODY: 11.5.1. Adjustable high temperature body wipers shall be used to withstand damage when hauling hot mix with side dump bodies. Must withstand temperatures of 350 degrees F. 11.5.2. The tilting inner body shall be operated by two or more hydraulic cylinders that are connected in parallel. Series connection is NOT acceptable. 11.5.3. Inner body cross members shall be “C” or “I” cross section, no tubular sections permitted. 11.6. “SUPER TANKER” STYLE BODY: 11.6.1. With the addition of salt brine to the State’s winter maintenance tools, there is a need for a different style body. VTrans typically refers to this new body as a “super tanker”, as it has a large stainless-steel tank inside the body. The super tanker body shall be identical in construction to the all-season body (quality of materials & workmanship), but without the tilting inner body. The conveyor, adjustable gate, and the spinner shall remain as part of the installation. The conveyor shall be built into the stationary floor. The hinges and inner body lift cylinders can be eliminated. 12. BODY SIZE: 12.1. 5-7 CY: The inside body dimension shall be approximately 10’ x 7’ x 2’ on 43,000# GVWR single axle trucks. Revised June 22, 2022 Page 31 of 45 EXHIBIT A - Specifications 12.2. 11-15 CY: The inside dimension shall be approximately 14’ x 7’ x 3’ on 60,000# GVWR tandem axle trucks. 13. BODY LIGHTING: 13.1. The rear corner posts shall incorporate the State of Vermont lighting system Whelen part number VTSYSLSR. The system requires two rear facing openings lined up vertically on the rear face of the post. A marker light shall be incorporated into the apron and set at a 45-degree angle to function as both a rear and side marker light. 13.2. Rear Amber strobes shall be programmed to turn off rear strobe associated with the same turn signal when engaged. 13.3. Cab protector Whelen strobes Micro 400 shall be mounted on the left and right hand outside corner so that the top of the strobe assembly is flush with the top of the cab protector. Wiring shall be run underneath the cab protector and in proper loom. Cab protector mounting bracket may need to be fabricated, provide, and install. 13.4. Holes shall be installed on the rear apron of the body for three flush mounted group identification lights. The three holes shall be 2-25/32” in diameter and spaced 6” on-center apart in the center of the apron. The grommets for the group identification and rear side marker lights shall have an enclosed back and shall be installed so the hole to pass the wires in and out is in the 6 o’clock position. Extra dielectric grease shall be added around the connector on each of the marker lights, after the light has been plugged in. 13.5. The front marker shall be an amber DOT approved light, with required, premade wire harness. 13.6. Each truck shall be equipped with a 3⁄4” pintle plate. A license plate bracket consisting of a 1”x1”x1/8” angle shall be installed flush with the top of the pintle plate and positioned to fit and center the State of Vermont license plate between the frame rails. The license plate light and bracket shall be installed above and centered on the license plate. 13.7. An LED sanding light, conveyor discharge light, wing light and anti-ice spray bar light (if equipped with anti-ice) shall be installed in the locations designated during the design process. All LED white lights to be Maxxima MWL-19-A 13.8. The VTSYSLSR is a complete and comprehensive warning light system that contains front, rear and side facing warning lights, brake/taillights, back-up lights and all cabling, connectors, harnesses, and flashers to function as an SAE legal warning system, when properly installed and programmed. 13.9. The following requirements shall be met to ensure that the system is properly installed. 13.9.1. The front light assemblies, 3-light Micro 400’s, shall installed to the correct sides of the cab shield. The attached 60’ TPR oil resistant cable and waterproof connectors shall be used and routed in a method that prevents chaffing or cable breaks and terminates to its respective terminals in the cab behind the passenger side seat electronics area. 13.9.2. The rear light housings shall be welded vertically into the rear corner post of the dump body as vertical as possible for proper legal light output. The topmost light shall be the amber Revised June 22, 2022 Page 32 of 45 EXHIBIT A - Specifications warning flasher. The middle position shall be the white back-up lamp. The bottom position shall be the brake/tail lamp. The 5/C 18 ga TPR cable and waterproof connectors for the brake/tail and back-up lamps shall be used and routed in a method that prevents chaffing or cable breaks and terminates to its respective terminals in the cab behind the passenger side seat electronics area. The 2/C 14 ga TPR cable and waterproof connectors for the rear warning lights shall be used and routed in a method that prevents chaffing or cable breaks and terminates to its respective terminals in the cab behind the passenger side seat electronics area. All components of the supplied cable installation kit, including flex tubing, strain reliefs, sealed fuse holder(s) and waterproof connectors shall be installed as designed by the system manufacturer. 13.9.3. All components of the rear heated lens system including the diagnostic indicator, thermostat and rear defroster shall be installed as designed by the system manufacturer. 13.9.4. The warning system ambient light sensor shall be installed on the inside of the cab toward the base of the passenger side ‘A’ pillar where it will have adequate sensing of outside ambient light. This shall be connected to an input on the Cencom Core control system. Dash mounted warning light activation switches shall be connected to inputs on the Cencom Core control system. Vehicle ‘park’ or ‘parking brake’ signal shall be connected to an input on the Cencom Core control system. Vehicle service brake input for the rear brake lights shall be connected to an input on the Cencom Core control system. 14. LADDER: 14.1. A folding steel ladder shall be installed on the body. Position to be cooperatively determined during the design process but shall be opposite the brine tank. The lower step shall not be more than 18” above the ground. The ladder shall not contact the rear tires. The second step shall be approximately 1⁄2 the distance to the lower edge of the body. A grab handle shall be added to the outside of the headboard (on the same side as the ladder) to assist the operator to safely enter and exit the bump body. One step, at least 4” deep, shall be built into the body just above the lower rub rail. It shall be made of expanded metal or other open grated metal to shed ice and snow. Grab handles shall be positioned for “three point” entry and exit. 14.2. Inside the body, on the ladder side, a step shall be installed. It shall be high enough as to not interfere with the conveyor doors when in the upright position. A grab handle shall be placed on the body for “three point” entry and exit, position to be determined during installation of prototype. 15. HOIST: 15.1. A front mounted telescopic double acting hoist (single acting on tandem-axle trucks), Mailhot model G4 90-4.25-3DA/ (G4 130-5-3 on tandem-axle trucks) with trunion on the base tube and trunion on the cover shall be connected into the hydraulic system. Hoist rods and tube shall be Nitrided. Allowable working pressure shall be approximately 3000 PSI. Hoist shall be rated at 24-Ton (30-Ton on tandem-axle trucks) minimum. It shall be capable of providing a dump angle of 50 degrees. Or current model Mailhot part number equivalent Revised June 22, 2022 Page 33 of 45 EXHIBIT A - Specifications 15.2. One (1) spare hoist cylinder of each type shall be provided with the order of trucks. The spare cylinders shall be delivered to the Berlin location with the first truck. 15.3. All chassis mounted hydraulic lines shall be an appropriately sized stainless-steel pipe running the length of the body with female JIC to female JIC swivel fittings on both ends. The pipe will be mounted to the inside of the right longitudinal member. 15.4. Safety props shall be provided for working under the body when raised in either the normal dump position, or when the side tilt is raised. The prop shall be engineered to support a full body. The body prop shall be installed on the discharge side on all bodies. Body prop shall be armature mounted, and passively swing back to contact the long sill. The prop and the receiver shall be self-centering for one person operation. Pin style safety supports are an acceptable alternative to a prop, provided they are engineered to meet the same performance standards. 15.5. The trunion blocks shall have remote grease fittings to allow the operator to service them without raising the body. 16. CAB PROTECTOR: 16.1. The cab protector shall be fully reinforced and braced for severe service and shall extend a minimum of 24” from the headboard. The bottom of the cab protector shall be positioned at least 3” above the truck cab, but in no case be less than 70” from the truck frame. 17. CONSPICUITY PANEL: 17.1. Provide a separate quote to include installation of a highly reflective, checkboard red/white conspicuity panel sized to cover the back tailgate and not impede any safety lighting. 17.2. Provide conspicuity panel shop drawings, as soon as possible prior to assembly of bodies, that show how panel will be mounted to the tail gate. Any panel mounting brackets shall be installed on each tailgate prior to painting, regardless of how many conspicuity panels are ordered. 17.3. Panel shall be removable for summertime use. 17.4. Panel shall include an amber traffic advisor, (Whelen Part # - TAC8), mounted across the top center of the panel. 17.4.1. Lighting wiring shall be routed to protect the connectors and have a connector cover for summertime removal. Switch shall be in the dash or arm rest control panel, to provide separate functionality from the chassis safety lighting. Location of connectors and switch to be determined with VTrans Central Garage during prototype build. 17.5. Conspicuity panel shall be constructed of a lightweight durable, aluminum or stainless steel, material designed to withstand removal and reinstallation for the life of the truck. Provide and install an air foil that will direct air down across the reflective surface of the panel to help the surface free of snow build up. Revised June 22, 2022 Page 34 of 45 EXHIBIT A - Specifications 18. TAILGATE: 18.1. Tailgate and tailgate hardware shall be designed so that when the gate is in the horizontal position it is level with the body floor. Hardware shall be designed and positioned so that the gate side-shift in the open position will not allow a pin to drop out of the latching mechanism. The pins for securing the top of the gate shall be machined for ease of installation/removal and the hinge shall have grease fittings and shall be lubed before delivery. 18.2. The tailgate shall be removable and have grade 70 spreader chains (3/8” minimum, larger if necessary to safely support the tailgate). The chain shall be removable and partially enclosed by a 3’ long section of plastic “mesh type” chain guard. The chain shall be of sufficient length so that there will be at least six extra links when the gat

2 Governor Aiken Avenue Montpelier, Vermont 05633-5801Location

Address: 2 Governor Aiken Avenue Montpelier, Vermont 05633-5801

Country : United StatesState : Vermont

You may also like

Truck Mounted Variable Message Signs

Due: 18 Jun, 2030 (in about 6 years)Agency: Intelicom Incorporated

Leer Truck Utility Caps

Due: 29 Apr, 2024 (in 2 days)Agency: Department of Natural Resources

Please Sign In to see more like these.

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