Auto, MDOT HD Plow Trucks - Freightliner

expired opportunity(Expired)
From: Maine Division of Procurement Services(State)
MA - 19021900000000000107

Basic Details

started - 16 Mar, 2024 (1 month ago)

Start Date

16 Mar, 2024 (1 month ago)
due - 31 Mar, 2024 (1 month ago)

Due Date

31 Mar, 2024 (1 month ago)
Contract

Type

Contract
MA - 19021900000000000107

Identifier

MA - 19021900000000000107
Maine Division of Procurement Services

Customer / Agency

Maine Division of Procurement Services
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.

Apr 15, 2021, 9:25 AM MA 18P 19021900000000000107 State of Maine MODIFICATION Master Agreement Effective Date: 03/28/19 Expiration Date: 03/31/24 Master Agreement Description: Freightliner HD Snow Plow Trucks Buyer Information William Allen 207-624-7871 ext. NULL WJE.Allen@maine.gov Issuer Information Cheryl Holmes 207-624-8261 ext. cheryl.a.holmes@maine.gov Requestor Information Jessica Norton 207-624-8226 ext. Jessica.h.norton@MAINE.GOV Agreement Reporting Categories Reason For Modification: Extend at the full RFQ permittable 5% increase, prices to remain firm for all three years. No additional price increases will be allowed and all orders must be filled, even if the trucks are ordered in the last few days of the contract term. Authorized Departments 17D MOTOR TRANSPORT Vendor Information Vendor Line
#: 1 Vendor ID Vendor Name VC1000031404 FREIGHTLINER OF MAINE INC Alias/DBA Vendor Address Information 422 PERRY RD BANGOR, ME 04401 US DocuSign Envelope ID: 8FCC1371-6E35-4697-A770-CF8EBC9A5F88 MA 18P 19021900000000000107 Apr 15, 2021, 9:25 AM Vendor Contact Information Michael Bean 207-754-9052 ext. . mbean@flmaine.com Commodity Information Vendor Line #: 1 Vendor Name: FREIGHTLINER OF MAINE INC Commodity Line #: 1 Commodity Code: 07208 Commodity Description: Freightliner HD Snow Plow Trucks Commodity Specifications: As per the specifications attached made part of this MA. Commodity Extended Description: See attached documents (Note-Factory build info on all 3 models are in paper form given to DOT) Quantity UOM Unit Price 0.00000 0.000000 Delivery Days Free On Board 210 FOB Dest, Freight Prepaid Contract Amount Service Start Date Service End Date 0.00 Catalog Name Discount Freightliner 0.0000 % Discount Start Date Discount End Date 03/28/19 03/31/24 Please see authorized signatures displayed on the next page DocuSign Envelope ID: 8FCC1371-6E35-4697-A770-CF8EBC9A5F88 MA 18P 19021900000000000107 Apr 15, 2021, 9:25 AM Each signatory below represents that the person has the requisite authority to enter into this Contract. The parties sign and cause this Contract to be executed. State of Maine - Department of Administrative and Financial Services DateSignature Jaime C. Schorr, Chief Procurement Officer FREIGHTLINER OF MAINE INC DateSignature Michael Bean, Sales Manager DocuSign Envelope ID: 8FCC1371-6E35-4697-A770-CF8EBC9A5F88 4/15/2021 4/15/2021 Division of Procurement Services, 9 State House Station, Augusta, Maine 04333-0009 Department ADA Coordinator (207) 287-4350 (voice) or (207) 287-4537 (TTY) Bureau of Business Management – Division of Procurement Services Contract Number State of Maine – Department of Administrative and Financial Services MA 190219*107 9 State House Station Augusta, Maine 04333-0009 Tel. (207) 624-7340 Fax.# (207) 287-6578 EXTENSION OF MASTER AGREEMENT CONTRACT Commodity Item: Freightliner HD Snow Plow Trucks Contractor: FREIGHTLINER OF MAINE INC Mater Agreement Competitive Bid RFQ: 17D 180912-085 Contract Period Extended To: 03/31/24 Extended Contract Pricing: With MaineDOT’s approval extend at the full RFQ permittable 5% increase, prices to remain firm for all three years. No additional price increases will be allowed. Agreement to Extend Contract: The undersigned agrees to continue in effect said Contract No #MA 18P 190219-107 through March 31, 2024 with all terms, conditions remaining as shown in the original contract. Dollar value the vendor has recorded that State of Maine has spent on commodities and/or services covered by this contract over the last twenty-four months: $ Agreement to extend Master Agreement 18P – 19021900000000000107 authorized by: State of Maine – Department of Administrative and Financial Services Jaime C. Schorr, Chief Procurement Officer Date and FREIGHTLINER OF MAINE INC Michael Bean, Sales Manager Date DocuSign Envelope ID: 8FCC1371-6E35-4697-A770-CF8EBC9A5F88 4/15/2021 0 4/15/2021 RIDERS  The following riders are hereby incorporated into this Contract and made part of it by reference: (check all that apply) ☒ Rider A – Scope of Work and/or Specifications ☒ Rider B – Terms and Conditions ☐ Rider C - Exceptions ☒ Bid Cover Page and Debarment Form – Appendix A from RFQ ☒ Municipality Political Subdivision and School District Participation Certification ☒ MaineDOT Certifications – Appendix F from RFQ ☒ MaineDOT Terms and Conditions – Appendix G from RFQ DocuSign Envelope ID: 8FCC1371-6E35-4697-A770-CF8EBC9A5F88 RIDER A Scope of Work and/or Specifications MA 190219-107 Commodity: Freightliner HD Snow Plow Trucks Master Agreement Competitive Bid RFQ: 17D 180912-085 Contract Period: Through March 27, 2021. The State of Maine with vendor approval can opt to issue a two (2) year and a one (1) year extensions. Extend for both extension periods, through March 31, 2024. Vendor Contact Person: The vendor contact person will help consumers place orders, inquire about orders that have not been delivered, all shipping issues, quality issues and any issues pertaining to the Master Agreement (MA) contract. All orders not submitted through a Delivery Order will be sent through the vendor contact person. The vendor contact person for this MA is: Name: Michael Bean Tel: 207-714-0046 Email: mbean@flmaine.com Prices: Prices are with shipping terms of “Free on Board (FOB) – Destination”. The State intends for this to mean that all goods shall be priced to include shipping charges, if any, to the State’s desired location. The “FOB – Destination” shipping term is also intended to mean that the State shall not bear any responsibility for the goods in question until the State takes possession of them at the destination point of delivery. The prices will remain firm for the duration of the contract period. No additional price increases will be permitted. Cancellation of Master Agreement Contract: The State of Maine Division of Procurement Services reserves the right to cancel a contract with a thirty-day written notice or cancel immediately if the contractor does not conform to terms and conditions of contract. Quantities: It is understood and agreed that the MA will cover the actual quantities required by the State over the length of the contract. All order must be filled even if the orders are placed in the last few days of the contract period. Ordering Procedures: Delivery Orders (DO) will be created in AdvantageME for all orders over $5000.00. If a DO is used, the DO will be emailed to the email address referenced on the MA as a .pdf file. Delivery: The vendor is responsible for the delivery of material in first class condition at the point of delivery, and in accordance with good commercial practice. Pre-Delivery Inspection: A factory pre-delivery inspection is required after vehicles are completed but before delivery to dealer. Inspection to be completed by State of MaineDOT Fleet Services, or their designated representatives. Inspectors shall number two (2) people. The cost of inspection, including round trip airfare (if necessary) and lodging for a period not exceeding 3 days, 2 nights, shall be included in the contracted price. DocuSign Envelope ID: 8FCC1371-6E35-4697-A770-CF8EBC9A5F88 mailto:mbean@flmaine.com MaineDOT Fleet Services also reserves the right to: (no costs to the vendor) 1. Send in factory inspectors to your factory at any time during the building of these vehicles. 2. Have a Pre-manufacturing meeting which shall include a meeting with the bidder and the factory representatives, a tour of the factory, and a complete review of the specifications. The completed vehicle shall be inspected by the State of MaineDOT Fleet Services, prior to delivery to the procuring agency at a location determined by Maine Department of Transportation Fleet Services. Specifications Emissions: In accordance with the Maine Department of Environmental Protection Rules Chapter 127 New Motor Vehicle Emission Standards, all new vehicles purchased in Maine and equipped with a heavy-duty diesel engine (HDDE), beginning with Model Year 2012 must be certified to meet California Emissions Standards. Certification of Compliance (California Certified-NTE-testing) documentation required. DocuSign Envelope ID: 8FCC1371-6E35-4697-A770-CF8EBC9A5F88 Appendix B-1 State of Maine RFQ # Rev. 3/19/2018 1 Commodity Line #1 Specifications Thirty-Four Thousand (34,000 lb.) GVWR T4X2 Heavy Truck Regular Cab Thirty-Four Thousand (34,000 lb.) GVWR Regular Cab Truck with automatic transmission. Cab and Chassis designed to mount a Dump Body, with Ice and Snow Removal Equipment INTENT It is the purpose and intent of these specifications to describe a base vehicle and options with a Thirty- Four Thousand (34,000) pound GVWR, of substantial and durable construction congruent to practices acceptable to the chassis manufacturer. A vehicle, with a conventional cab (pick up type cabs and expanded roofs are not acceptable). This vehicle will be used in all months of the year pertaining to highway maintenance activities in a climate related to such as that in The State of Maine, by The Maine Department of Transportation. During winter maintenance, the vehicles main purpose will be the removal of ice and snow, sanding and salting which necessitates the installation of a myriad of controls, radios, etc. To accommodate these controls and provide acceptable operator ergonomics and comfort it is imperative that the truck cabs provide as much clear interior space as possible. The cab width must be a minimum of 70” interior door to interior door while the dash board, heater and other appurtenances must not diminish interior clear space for the installation of controls, radios, etc. The chassis is to be the heaviest duty available with all possible options to make it a heavy-duty vehicle. The purpose of the BBC dimension is strictly to provide guidance in the selection of the appropriate make and model. Reasonable allowances will be made for the BBC dimension provided that intrusion of engine or doghouse into the cab is kept to an absolute minimum. The seats must be a premium high back and the most comfortable available with a minimum of 5” of vertical travel in the air suspended driver's seat. At full vertical driver seat height, there must be sufficient head, chest and lower torso clearance to both the roof and the steering wheel for individuals of larger than normal stature. If cab mounted air ride suspension is provided as standard equipment by the manufacturer, then the vertical exhaust must be either cab mounted (which is preferred) or additional CA must be added to accommodate the frame mounting of the exhaust. Additionally, and for any other reason, if the exhaust system intrudes upon or diminishes useable CA then additional CA must be added to accommodate the loss. Fuel tanks must not extend past the rear of the cab. DocuSign Envelope ID: 8FCC1371-6E35-4697-A770-CF8EBC9A5F88 Appendix B-1 State of Maine RFQ # Rev. 3/19/2018 2 It will also be the responsibility of the Bidder and/or Vehicle manufacturer to supply any and all “factory plow truck option packages” necessary to facilitate the assembly of the truck chassis and the related components supplied by others (such as the body and plow vendors) into a completed and fully functional plow truck. This would refer to inclusion of but not to be limited to special plow truck spring and suspension components, plow truck wiring harnesses, electrical relays, additional electronic speedometer feeds, plow truck light harnesses, etc. MaineDOT/Fleet Services must approve the “factory plow truck option packages,” prior to purchases or assembly. COMPLETENESS The price quoted in any proposal submitted shall include all items of labor, materials, tools, equipment, and other costs necessary to fully complete the manufacture and delivery of the vehicle pursuant to these specifications. Any part or detail which makes the vehicle complete and ready for service shall not be omitted, even though such part or detail is not mentioned in these specifications. CONFORMITY All parts not specified shall be manufacturer’s best quality and shall conform in materials, design, or workmanship to the best practice known in the automobile industry. All parts shall be new and in no case will used, reconditioned or obsolete parts be accepted. fThe parts on all vehicles provided by the manufacturer should be interchangeable. INSTRUCTIONS FOR COMPLETING TECHNICAL SPECIFICATION SHEET Please complete the checklist for technical specifications set forth below. Electronically enter responses directly into the text-enabled fields next to each specification, including actual dimensions when applicable. Each Bidder must indicate whether it can meet the technical specifications by inserting an “X” next to each specification. The “X” will demonstrate that the Bidder’s offering meets the technical specification. If a Bidder cannot meet a technical specification, then the Bidder must give an explanation for each exception and for equipment that is not available or that will be dealer installed. All explanations must be provided in detail on separate pages along with the justification as to why the alternative equipment or deliverables will be as good as the equipment or deliverables described in the detailed specifications for desired items. A copy of the vendor specification proposal must be provided. Following these instructions is essential for proper bid evaluation. If a Bidder fails to provide requested information or if information on a quote is found to be false or misleading, the quote will be rejected as unresponsive. The award will be made on a best value basis to the vendor that either DocuSign Envelope ID: 8FCC1371-6E35-4697-A770-CF8EBC9A5F88 Appendix B-1 State of Maine RFQ # Rev. 3/19/2018 3 meets or most closely meets the specifications, while taking price and delivery into consideration. REGULAR CAB PATROLS The following abbreviations must be used: X As specified N/A Not Available DI Dealer Installed AE Approved Equal 2.0 ENGINE The proposed diesel engine must comply with the New Motor Vehicle Emission Standards issued by the Maine Department of Environmental Protection in the Code of Maine Rules (06-096 CMR Chapter 127). Abbreviation Actual Dimension Notes 2.1 IHC, Volvo, Cummins, Detroit, Mack or Paccar X 2.2 300 H.P. minimum X 2.3 800 lbs. ft. torque, minimum X 2.4 Adapter for Spicer coupler 2-2-479 on crankshaft, factory installed X 2.5 Engine idle time history must be maintained and accessible from the truck’s onboard computer system. X 2.6 Stainless Steel oil pan or approved equal DI 2.7 A wet sleeve engine. X 2.8 Proven history of application in similar service. X 2.9 Turbocharger X 2.10 Oil cooled. X DocuSign Envelope ID: 8FCC1371-6E35-4697-A770-CF8EBC9A5F88 Appendix B-1 State of Maine RFQ # Rev. 3/19/2018 4 2.11 Extreme service oil filtration system (no remote mount filter assembly will be accepted). X 2.12 Magnetic oil drain plug. X 2.13 Engine block heater 115 volts with 1,250 watts, receptacle with spring operated lid mounted under driver’s door. A/E 1000 Watt coolant 150 watt oil plan heater with single receptacle 3.0 TRANSMISSION Abbreviation Actual Dimension Notes 3.1 Dedicated ground speed wire shall be accessible inside the cab for connection to spreader controls. X 3.2 Synthetic oil must be provided. X 3.3 PTO openings. X 3.4 Magnetic oil plug. X 3.5 Input rated at not less than 125% of net engine torque. X 3.6 Must have 2” input shaft. X 3.7 Stainless Steel transmission cooler. N/A 3.8 Allison Transmission Model 3500RDS (1-5 or approved equal) X 6 Speed 3.9 Push button selector to be flush mounted in dash or OEM counsel. X 3.10 Fourth generation electronic control shift selector with 2009 prognostic feature. X 3.11 Third gear hold option X 3.12 Additional stainless-steel transmission cooling must be supplied. N/A DocuSign Envelope ID: 8FCC1371-6E35-4697-A770-CF8EBC9A5F88 Appendix B-1 State of Maine RFQ # Rev. 3/19/2018 5 3.13 Factory filled with TranSynd or Tes 295 equivalent fluid. X 3.14 Allison transmission electronic control module to be relocated inside the cab to minimize exposure to corrosive elements. DI Factory PDI Center to relocate control module inside cab 4.0 STEERING Abbreviation Actual Dimension Notes 4.1 Must not interfere with plow application. Manufacturer’s turning radius summary must be submitted with bid. X 4.2 Turning radius must not exceed a maximum distance of (33’) thirty-three feet. N/A 39 ft 4.3 Heavy-duty design suitable for snowplow and dump truck service. X 4.4 Ample gear reduction for off highway operation. X 4.5 Integral power steering or factory installed hydraulic boosters. X 5.0 DRIVELINE Abbreviation Actual Dimension Notes 5.1 Driveline to be heavy-duty and factory balanced. X 5.2 Universal joints on driveline SPL250HD. A/E Spicer SPL170 6.0 REAR AXLE Abbreviation Actual Dimension Notes 6.1 Driver controlled differential power divider. The differential to be equipped with a safety feature, that will automatically disengage the locking differential at a speed of approximately 20 MPH. X 6.2 Prefer Meritor RS23-160, 23,000 lb. capacity single reduction rear. X DocuSign Envelope ID: 8FCC1371-6E35-4697-A770-CF8EBC9A5F88 Appendix B-1 State of Maine RFQ # Rev. 3/19/2018 6 6.3 Rear end ratio should be 5.38 drive line ratio or a similar ration approved through Allison Scan Review report. X 6.4 Magnetic oil drain plug. X 6.5 Oil lubricated and sealed wheel bearings. X 6.6 Synthetic oil must be provided. X 7.0 REAR SPRINGS AND SUSPENSION Abbreviation Actual Dimension Notes 7.1 31,000 lbs. capacity rear main springs, minimum. N/A 30,000 LBS 7.2 Clearance between inner dual tires and suspension system and break chambers not to be less than 2”. X 7.3 All hardware to be designed for extreme service. X 7.4 Helper springs to be multi-leaf design and largest capacity. X 7.5 Spring mounting brackets and hardware (including shackles) to be designed for extreme service. X 7.6 Main spring assembly to be double wrapped front and rear. N/A 7.7 If a rear suspension is supplied utilizing torque arms with front and rear floating spring hangers, then a transverse torque arm from the frame to the top of the differential housing must also be supplied. N/A DocuSign Envelope ID: 8FCC1371-6E35-4697-A770-CF8EBC9A5F88 Appendix B-1 State of Maine RFQ # Rev. 3/19/2018 7 8.0 FRONT AXLE Abbreviation Actual Dimension Notes 8.1 16,000 lb. minimum capacity set forward axle. X 8.2 Wide track, I-beam type with a minimum 50 degree turn angle. X 8.3 Set forward Axle suitable for snow plow and dump truck service. X 8.4 King pins to be metallic bushings with Zerk type grease fittings at all bushing locations. X 8.5 Prefer double king pin locks in axle. X 8.6 Heavy-duty double acting shock absorbers. X 8.7 Synthetic oil lubricated and sealed wheel bearings with visible oil supply. Wheel bearings to be rated at 16,000 lb. minimum capacity. X 8.8 Largest capacity power steering reservoir with filter located for ease of service. X 8.9 Flexible fender extensions must be provided for the front fender wells if necessary to protect the hood and cab from wheel spray and splash. X 9.0 FRONT SPRINGS Abbreviation Actual Dimension Notes 9.1 Spring capacity L.H. 9,000 lbs. at ground minimum, multi-leaf or combination of multi-leaf spring and helper. Additional leaves added to factory spring to meet specs are not acceptable. X 9,500 L/H 9.2 Spring capacity R.H. 9,000 lbs. at ground minimum, multi-leaf or combination of multi-leaf spring and helper. Additional leaves added to factory spring to meet specs are not acceptable. X 10,500 R/H DocuSign Envelope ID: 8FCC1371-6E35-4697-A770-CF8EBC9A5F88 Appendix B-1 State of Maine RFQ # Rev. 3/19/2018 8 9.3 Heavy-duty suspension designed to support plow or vee plow and wing in travel position and under full ballast load with no appreciable sag or deflection on either side. (1” + or –1⁄2”). X 9.4 Spring mounting hardware and brackets (including shackles) to be H.D. X 9.5 The complete suspension system, but especially the front springs, must be designed, constructed or reconstructed/reinforced if necessary to substantially transfer weight to the rear axle and rear wheels/suspension opposite the wing to prevent the unloading of this axle with plow gear and plows in the up or carry position with an empty body. X 10.0 AIR/BRAKE SYSTEM Abbreviation Actual Dimension Notes 10.1 Front brakes 161⁄2 x 6” air brakes X 10.2 Rear brakes 161⁄2 x 7” X 10.3 Long stroke 3” brake chambers 30/30 long stroke Haldex Life Seal chambers on rear axles. Front brake chambers to be Haldex Life Seal N/A Bendix Eversure 10.4 Haldex automatic brake adjusters on all axles. X 10.5 Bendix Tu Flo 500 air compressor lubricated via the engine lube system. A/E Cummins 18.7CFM 10.6 Dual air brake system. X 10.7 Bendix AD-IP air dryer, to include heater. N/A Bendix AD-IS 10.8 Pull drains on each reservoir with the loose end of the cable attached professionally in a location that is easily accessible to the operator. X DocuSign Envelope ID: 8FCC1371-6E35-4697-A770-CF8EBC9A5F88 Appendix B-1 State of Maine RFQ # Rev. 3/19/2018 9 10.9 Reservoir to have ample road clearance and be of sufficient reserve capacity to support all vehicle air accessories and systems and have capacity to also support a tag-along trailer. X 10.10 Semitrailer connections and breakaway valve mounted on the rearmost cross member in such a way as not to interfere with proper placement of lights, pintle hook or license plates. X 10.11 Hand control valve (trolley valve) mounted on the steering column to operate the semitrailer. N/A Dash mounted 10.12 Air horn. X 10.13 Air compressor to have dry filtered air inlet. X 10.14 Front and rear S cam brakes preferred. X 10.15 All brakes must have backing plates. X 10.16 All brake air lines will be run in the same locations. X 11.0 ELECTRICAL SYSTEM Abbreviation Actual Dimension Notes 11.1 12 volt Leece-Neville 160-amp capacity alternator Model 2800JB/BLD 2309. N/A Leece-Neville 170 amp AVI pad mount 11.2 Delco 39 Gear Reduction starter with overcrank protection. X 11.3 Three (3) 12 volt batteries, 2700 CCA @ 0° F, 104-amp hour capacity, minimum, maintenance free type, must be mounted on frame rail to accommodate and not interfere with mounted snow plow equipment. X 3375 CCA 11.4 Enclosed battery compartment with proper ventilation to the outside atmosphere. X DocuSign Envelope ID: 8FCC1371-6E35-4697-A770-CF8EBC9A5F88 Appendix B-1 State of Maine RFQ # Rev. 3/19/2018 10 11.5 All exterior wiring to be of salt resistant type in suitable loom or conduit. Waterproof plug type connectors to be used at all exposed locations. All connections not waterproofed must be shrink wrapped. X 11.6 Manually operated lockable master battery disconnect switch location is not be mounted on the floor or in the environment, preferability in cab where it’s readily accessible to operator. The battery disconnect switch break on the negative cable side. N/A Floor mounted outboard of driver’s seat 11.7 Sealed battery cable ends, color-coded. (Red + Pos., Black-Neg.). X 11.8 Trailer feed circuit to rear of frame to include combined Trailer Stop, Tail, Turn, Marker Light, Trailer ABS. Wiring connections to be inside cab for mounting DOT electric brake control. X 11.9 A complete “AS BUILT” wiring schematic manual on CD or Thumb Drive required to be supplied. A sample wiring schematic required to be supplied with the bid proposal. N/A All wiring diagrams are on-line by vin#. 11.10 All electrical connections are required to be treated with di-electric grease. X 11.11 All electrical cable will be run in the same locations on all units. X 12.0 FRAME Abbreviation Actual Dimension Notes 12.1 Single Heavy-Duty Channel Frame Rail powder coated with a minimum of PSI 1,200,000, Section Modulus 22.12, RBM 2,654,400. X 120,000PSI 26.70 SM 3,204.000 RBM 12.2 Straight channel frame rail suitable for heavy-duty plow and dump truck service. X DocuSign Envelope ID: 8FCC1371-6E35-4697-A770-CF8EBC9A5F88 Appendix B-1 State of Maine RFQ # Rev. 3/19/2018 11 12.3 Fish plates not acceptable. X 12.4 Frame designed as to not interfere with Spicer crankshaft coupler 2-2-79. X 12.5 All heavy-duty gusseted cross members X 12.6 Frame extension are required to meet the same standard as truck frame if extensions are required. X 13.0 FUEL SYSTEM Abbreviation Actual Dimension Notes 13.1 Heavy-duty aluminum, minimum 2-inch wide straps with rubber shims/liners must be used. N/A Painted steel straps 13.2 Tank must not extend past the rear of the cab. X 13.3 Aluminum step type fuel tank with a minimum capacity of 70 gallons. X 13.4 Non-skid step. X 13.5 12” minimum road clearance mandatory. X 13.6 Manually operated hand fuel primer pump. X 13.7 Fuel lines to be the appropriate flexible type line. X 13.8 Tanks to be vented in such a manner to prevent fuel spillage if operating on a slope or on level ground with tank full and fuel warm. X 14.0 WHEELS AND TIRES Abbreviation Actual Dimension Notes 14.1 One piece white powder coat paint tubeless heavy load application 10 hole, 285 mm rims, • F) 9.0 X 22.5 with 7.0” wheel off set Accuride A29300PW X DocuSign Envelope ID: 8FCC1371-6E35-4697-A770-CF8EBC9A5F88 Appendix B-1 State of Maine RFQ # Rev. 3/19/2018 12 • R) 8.25 X 22.5 with 6.62” wheel off set Accuride A29169PW 14.2 Wheels, rims and tires to provide tire chain clearance without use of adapters, spacers, spoke extensions etc., local modifications not acceptable. X 14.3 Rear tires to be the Bridgestone M799 model tread design or approved equal with an approved manufacture, Bridgestone, Michelin, or Continental brand. X 14.4 Front tires to be the Bridgestone M860A model tread design or approved equal with an approved manufacture, Bridgestone, Michelin, or Continental brand. A/E Bridgestone M870 14.5 Front 315/80R 22.5 LRL radial tubeless tire (L ply rating). X 14.6 Rear 11R X 22.5 LRH radial tubeless tire with it (H ply rating). X 14.7 13.5” Dual wheel spacing required. X 14.8 Liquid tire balancer KTB tire treatment (U.S. EPA approved). DI 14.9 Heavy-duty 5 hand hole hub piloted wheel system. X 14.10 Lead wheel weight will not be accepted. X 14.11 Each unit to be delivered with one mounted spare front tire and one mounted spare rear tire. Tires shall have the liquid balancer installed. X 15.0 COOLING SYSTEM Abbreviation Actual Dimension Notes 15.1 Radiator and mounts to be designed and installed so as not to interfere with Spicer crankshaft coupler 2-2-79. X DocuSign Envelope ID: 8FCC1371-6E35-4697-A770-CF8EBC9A5F88 Appendix B-1 State of Maine RFQ # Rev. 3/19/2018 13 15.2 Space to be provided under or through radiator to mount crankshaft driven hydraulic pump. X 15.3 Non-silicone type radiator and coolant lines. X 15.4 Radiator core and tanks to be of heavy-duty design and construction. X 15.5 Ample capacity for continuous high engine output under extreme temperatures and/or operating conditions. X 15.6 Heavy-duty mounting brackets and hardware. X 15.7 Two-stage fan clutch. X 15.8 Coolant to be Extended Life rated for –35 degrees upon delivery to MaineDOT Fleet Services. X -34 degrees 16.0 EXHAUST Abbreviation Actual Dimension Notes 16.1 Vertical exhaust designed and installed so as not to interfere with any customer installed accessories (i.e. snow plows, hydraulic tanks, etc.). X 16.2 Exhaust deflector elbow X 16.3 Heavy-duty mounting brackets, elbows, piping and expansion joints. X 16.4 Aluminized horizontal muffler. X Stainless 16.5 Exhaust System design to keep noise to lowest practical level in accordance with Federal Regulations. X 17.0 FILTERS Abbreviation Actual Dimension Notes 17.1 Heavy-duty dry type air filter X DocuSign Envelope ID: 8FCC1371-6E35-4697-A770-CF8EBC9A5F88 Appendix B-1 State of Maine RFQ # Rev. 3/19/2018 14 17.2 Operator’s controlled snow valve for drawing air directly under engine hood is mandatory to prevent snow from clogging air filter. A seasonal two-way air inlet control valve is mandatory. Must be factory installed and clearly marked for use. X 17.3 All filters must be mounted to facilitate ease of servicing. X 17.4 Disposable spin on type oil and fuel filters. X 17.5 Local filter installations or modifications are not acceptable. X 17.6 Fuel filter on the inlet or suction side of the injection pump required. X 18.0 CAB Abbreviation Actual Dimension Notes 18.1 To accommodate the controls and provide acceptable operator ergonomics and comfort it is imperative that the truck cabs provide as much clear interior space as possible. The cab width must be a minimum of 70” interior door to interior door while the dash board, heater and other appurtenances must not diminish interior clear space for the installation of controls, radios, etc. The chassis is to be the heaviest duty available with all possible options to make it a heavy- duty vehicle. X 18.2 Ergonomic integrated dash, minimum of fourteen (14) (factory installed) in ergonomic dash, low amperage switches with LED lighting. Three (3) colored LED lighted indicators controllable by means of relays. Circuit must support 20 amps, controlled by Remote Power Modules, installed inside cab to allow MaineDOT easy component wiring installation. All switches to be professionally labeled using factory laser cut plastic inserts. N/A 10 factory installed switches with 20 amp circuits on all. DocuSign Envelope ID: 8FCC1371-6E35-4697-A770-CF8EBC9A5F88 Appendix B-1 State of Maine RFQ # Rev. 3/19/2018 15 18.3 Standard BBC dimension approximately 112”. X 114” 18.4 Hood and fender to be of one piece design, tilt forward type with factory installed side access panels to provide safe, easy, complete access to the engine compartment for daily service (including coolant check) and periodic maintenance with full plow gear (including wing and post) installed. NOTE: Plow gear will not be moved or modified to accommodate hood opening. X 18.5 Hood fenders must be designed to be no lower than the bottom of fuel tank and be secured tightly to prevent sailing. If need wind sail brackets are acceptable. X 18.6 Tilt and telescoping steering wheel. X 18.7 All marker lights to be LED type. X 18.8 Dome light to have independent switch and not interfere with the Departments two-way radio. X 18.9 Cab heater to be highest capacity available. X 18.10 Automatic low oil pressure/high temperature warning system wired in such a way as not to be easily accessible to the operator and be operational only when ignition switch is on. X 18.11 Heavy-duty 2-speed minimum, electrically operated windshield wipers with time delay. X 18.12 Dual sun visors. X 18.13 Dual outside mirrors to be no less than 16” x 7” with integrated convex mirrors on both sides with marker light. All mirrors to be 4- way electronically adjustable and heated. X 18.14 Exterior cab grab handle driver side. X DocuSign Envelope ID: 8FCC1371-6E35-4697-A770-CF8EBC9A5F88 Appendix B-1 State of Maine RFQ # Rev. 3/19/2018 16 18.15 Exterior cab grab handle, passenger side. X 18.16 Seat belt webbing to be a highly visible, bright orange in color. X 18.17 Driver’s seat to be a premium high back cloth covered seat which will incorporate the following features/options: a. adjustable dampening of the shock absorber b. wide seat cushion c. air controlled triple lumbar support d. front and rear seat cushion adjustment e. fore/aft seat track adjustment f. adjustable reclining backrest g. air adjustable back rest bolsters h. air adjustable seat cushion bolsters i. dual folding seat armrests j. five (5)-year warranty seat X X X X X X X X X N/A Seat offered meets all technical specifications except the 5 year warranty. 18.18 The passenger seat to be a deluxe or premium air-suspension seat with adjustable reclining backrest and lumbar support. X Same seat as driver 18.19 Instruments to include but not limited to: Oil pressure gauge, Water temperature gauge, Fuel gauge, Brake warning lights, low air pressure light and alarm, voltmeter, Tachometer, air pressure gauge, Air filter restriction gauge and all gauges to be properly marked and illuminated. (Transmission temp gauge with Automatic). X 18.20 Windshield to be constructed with tinted glass. X 18.21 Full coverage insulated floor mat. X 18.22 All pedals are to be suspended off floor X 18.23 Heavy-duty insulated closed cab construction. Cab insulation rating required with bid. N/A Proposal includes “Premium Insulation” but unable to find a decibel rating DocuSign Envelope ID: 8FCC1371-6E35-4697-A770-CF8EBC9A5F88 Appendix B-1 State of Maine RFQ # Rev. 3/19/2018 17 18.24 Stationary grill is highly preferred to increase engine accessibility when plow hardware is attached. X 18.25 12 Volt power port outlet and USB port. X 18.26 Back-up alarm X 18.27 All vehicles to be keyed alike and supplied with 2 keys. X 18.28 Fresh air intake for heater/defroster must be protected or designed and installed to prevent entrance of sand/salt. X 18.29 Radiator grill openings to be of such size and design to protect radiator core from road debris of approximately 5⁄8” diameter. X 18.30 AM-FM radio with Bluetooth X 18.31 Suitable heavy-duty full width front bumper must be supplied on vehicle. X 18.32 Conventional cab - expanded, modified or bubble roof unacceptable. X 18.33 Daytime running headlights. X 18.34 Sealed beam headlights of halogen type. X 18.35 Air conditioning. X 18.36 Cruise control X 19.0 PAINT Abbreviation Actual Dimension Notes 19.1 Base coat clear coat paint. X 19.2 Color True Blue Metallic Dupont #M6620 X 19.3 Chassis frame semi-gloss black enamel. X DocuSign Envelope ID: 8FCC1371-6E35-4697-A770-CF8EBC9A5F88 Appendix B-1 State of Maine RFQ # Rev. 3/19/2018 18 19.4 Wheels white powder coated. X 19.5 Cab interior Gray. X 20.0 WHEELBASE AND CA Abbreviation Actual Dimension Notes 20.1 Wheelbase to be approximately 180” or no longer or shorter than is essential for mounting a 10’, 5-cubic yard front dump body with 12” overhang and 20” minimum space between cab and body for mounting plow tower. X 174” 20.2 Cab axle dimension to be approximately 108”. X 20.3 WB & CA to accommodate a 5-cubic yard body and hoist and a rear tower hydraulic assembly for a wing plow. X 20.4 AF dimension must allow for minimum 12’ of frame to extend past rear tires to facilitate mounting of the dump body. X 20.5 Clean, unobstructed CA to facilitate the mounting of plow equipment and body. X 21.0 EMISSIONS Abbreviation Actual Dimension Notes 21.1 A certification that states each new truck is equipped with a heavy-duty diesel engine (HDDE) that complies with, the New Motor Vehicle Emission Standards issued by the Maine Department of Environmental Protection in, the Code of Maine Rules (06- 096 CMR Chapter 127). X 22.0 PROGRAMMING Abbreviation Actual Dimension Notes 22.1 No engine idle time to accumulate when combination of “engine is running, parking brakes are released and the transmission is in gear and over 2 mph”. X DocuSign Envelope ID: 8FCC1371-6E35-4697-A770-CF8EBC9A5F88 Appendix B-1 State of Maine RFQ # Rev. 3/19/2018 19 22.2 Parking brake alarm, Electric horn sounds repeatedly when parking brake is not engaged with ignition off and driver’s door open. X 22.3 All switches and indicators must be configured and labeled per MaineDOT specifications. X 22.4 Onboard dash diagnostic X 22.5 Driver controlled locking differential. The differential to be equipped with a safety feature, that will automatically disengage the locking differential at a speed of approximately 20 MPH. X 22.6 Cruise control to be set as low as possible (max 25 mph). X 22.7 Top speed to be set at 75 mph. X 22.8 PTO speed set at 1200 rpm. X 22.9 Record and view MPG at the Dash Cluster. N/A 22.10 Windshield wipers to be automatically forced to slowest intermittent speed when the parking brake is set and wipers left on for a predetermined time. X 23.0 WARRANTY Abbreviation Actual Dimension Notes 23.1 Terms and conditions of warranty must be provided with bid proposal (Warranty must be clearly defined and all components covered must be clearly listed and identified). X 23.2 In-Service Date: Warranty on vehicles (not placed in service immediately because of time lag due to installation of plow X DocuSign Envelope ID: 8FCC1371-6E35-4697-A770-CF8EBC9A5F88 Appendix B-1 State of Maine RFQ # Rev. 3/19/2018 20 components, special equipment, seasonal usage or other delays) to be warranted from the date the vehicle is actually placed in service. MaineDOT Fleet Services Augusta will notify the vendor in writing of "in service" date. 23.3 During the term of the manufacturer's warranty Fleet Services reserves the right to perform any and all warranty "in house" to meet operational needs or demand with the exception of major engine, transmission and rear axle rebuild or repair unless pre- authorization by vendor. Fleet Services will recover all parts and labor cost as allowed by manufacturer's flat rate manual OEM parts may be supplied at no cost by the manufacturer, dealer or may be purchased by Fleet Services on the open market to meet operational demand. Any and all defective parts will be returned to the manufacturer or dealer upon request. X All failed parts must be returned to the dealer 24.0 MANUALS Abbreviation Actual Dimension Notes 24.1 One (1) operator’s manual per unit. X 24.2 Ten (10) Shop equipment repair manuals, CDs or Thumb Drive X 24.3 Ten (10) Shop equipment repair manuals, CDs or Thumb Drive X 24.4 Ten (10) Equipment parts manuals, CDs or Thumb Drive X 24.5 Ten (10) Engine parts manuals, CDs or Thumb Drive N/A On line only 25.0 TRAINING Abbreviation Actual Dimension Notes 25.1 All manufacturer’s training programs being offered, to be defined in detail and a written proposal of what those programs will entail and submitted with bid packet. X DocuSign Envelope ID: 8FCC1371-6E35-4697-A770-CF8EBC9A5F88 Appendix B-1 State of Maine RFQ # Rev. 3/19/2018 21 25.2 Training for Operation and Maintenance personnel to be performed by a factory certified trainer only. To include a minimum of 4 hours of training to take place within the 5 MaineDOT Regions within the State. This Training may be videotaped by MaineDOT for future use by MaineDOT trainers. X 25.3 Any applicable training material, (i.e., video tapes, manuals, CD, etc.) which is available for the components, systems or equipment, etc. must be supplied by the vendor, manufacturer, or dealer to MaineDOT with written permission for MaineDOT to duplicate such at will for in-house usage/training. X 26.0 GENERAL Abbreviation Actual Dimension Notes 26.1 All manuals, CDs or Thumb Drives should be delivered prior to acceptance of the final chassis. X 26.2 Chassis to be completely serviced, tuned up, wheels balanced (front) and steering geometer. Documentation of such service must be provided pertaining to each vehicle upon delivery. X 26.3 Vehicles offered must comply with all applicable Federal and State of Maine Regulations. Certified GVWR must be furnished. X 26.4 It is the responsibility of the chassis manufacturer to provide or reposition components to provide “clear frame” for installation of accessories or accessory equipment. X 26.5 The CA, WB and placement of the body etc. must not cause the summer loaded vehicle to exceed the gross axle weight for special commodities as specified in Title 29-A, Section 2357, 2, A. or B. as appropriate. X DocuSign Envelope ID: 8FCC1371-6E35-4697-A770-CF8EBC9A5F88 Appendix B-1 State of Maine RFQ # Rev. 3/19/2018 22 27.0 SERVICES Abbreviation Actual Dimension Notes 27.1 MaineDOT’s objective is to have the vendor provide warranty and service at facilities that are as close as possible to localities where the trucks will be used. To that end, MaineDOT desires that the vendors will have warranty and service facilities located within 75 miles of each division headquarters, Scarborough, Augusta, Dixfield, Bangor and Caribou. X 27.2 Vendors must provide a list of bidder service center locations. X 27.3 Bidders must supply a written explanation describing such things as the locations of the facilities, the times the facilities will be available for use, qualifications of the staff at the facilities and how the vendor will provide warranty and service at these service facilities. (Explain in a written document submitted with the proposal). X 28.0 GENERAL OPTIONS The following items shall be listed and priced separately Price List all available packages Notes 28.1 Extended Engine Warranty (Warranty coverage and time frame must be clearly defined and all components covered must be clearly listed and identified). $ 2665 -- 48 mos/100K $ 3310 – 60 mos/100K $ 4562 – 72 mos/150K $ $ Cummins HD1 which includes the aftertreatment system 28.2 Extended Warranty Tow packet (Warranty coverage, time frame and additional cost to MaineDOT must be clearly laid out and described). $ 350 – 36 mos $ 450 -- 48 mos $ 600 – 60 mos 28.3 Vendor is to be (100%) responsible for all transportation costs during standard 12- month warranty period if vehicle is non- drivable. X DocuSign Envelope ID: 8FCC1371-6E35-4697-A770-CF8EBC9A5F88 Appendix B-1 State of Maine RFQ # Rev. 3/19/2018 23 29.0 OPTIONS Abbreviation Actual Dimension Notes CAB 29.1 Factory or a factory outfitter’s facility installed Dual, Left or Right Driver Controlled Auxiliary Air Bags (double wing vehicles) shall have individual switches to control each air bag. Air bag pricing information required with bid. Dual Airbags $ 2790 Left or Right Airbag $ 1575 Dealer installed Timbren $750 each side 29.2 Multiplex wiring. X 29.3 Power windows, controlled at each door for easy accessibility for both driver and passenger. N/A Driver switch on dash 29.4 Power door locks for both doors controlled at driver’s door or at dash panel. X Dash Panel 29.5 Heated windshield Pricing information required with bid. $ $327 Not included in proposal PROGRAMMING 29.6 All doors must unlock when driver’s door is open. N/A 29.7 All doors required to lock once truck reaches 5 mph. N/A 29.8 Pre-trip exterior light inspection switch- Engaging light inspection switch will sequentially flash all exterior lights. X MANUALS 29.9 MaineDOT shall have free accessibility to manufacturer’s web based Service Information program for a period of not less than 5 years. In this program, Fleet, shall have access to all vehicle information by using vehicle VIN #. This program shall include; Parts and Operators manuals, all warranty information, complete troubleshooting & diagnostic and wiring diagrams manuals for the engine and truck chassis. VIN specific “as built” components. X DocuSign Envelope ID: 8FCC1371-6E35-4697-A770-CF8EBC9A5F88 Appendix B-1 State of Maine RFQ # Rev. 3/19/2018 24 (Programs being offered must be provided with bid packet, access code must be provided in bid for MaineDOT to review programs.) 29.10 Provide ten (10) interface USB-Link Drivers and cables that are compatible to vehicle and laptop. Pricing information required with bid. $ $770 per USB $7700 for 10 units 29.11 Provide ten (10) of the latest version of vehicle interface diagnostic software programs subscriptions that diagnose Engine, Chassis, Transmission, ABS, instrument panels and other electronic functions. The program must support wired or wireless connectivity. Pricing information required with bid. $ $7700 for 10 laptops- engine per year, $200 for 10 laptops-trans per year, $2700 annual subscription- Allision Trans WABCO-$3000 initially, $1250 for upgrades 29.12 Over a 5 year period the vendor shall provide MaineDOT ten (10) subscriptions of the latest version of vehicle interface diagnostic software. Also, the USB-Link Drivers and Cables if the new version requires USB-Link Drivers and Cables to be update. Pricing information required with bid. $ 5000 annual subscriptions-10 units Updated devices will be made available @ dealer cost, whatever that may be TRAINING 29.13 Training for the Fleet Services Technicians shall be performed at each two (2) MaineDOT Fleet Services maintenance facilities. Technician training, shall include but not limited to the following: trouble shooting, and test procedures for Electrical System, Drive Train, Engine and Transmission Electronics Training and shall take place on the 11th month from the vehicle in-service date, prior to the expiration date of the vehicle warranty (unless a conflict of scheduling arises in which case the proposed training dates may need to be extended). Training # of # of $ 350 per day DocuSign Envelope ID: 8FCC1371-6E35-4697-A770-CF8EBC9A5F88 Appendix B-1 State of Maine RFQ # Rev. 3/19/2018 25 Requirements Hours Technicians Engine 16 Up to 15 Electrical System 16 Up to 15 Transmission 8 Up to 15 Heater/HVAC 8 Up to 15 Pricing information required with bid. 29.14 Any and all training must be performed by a factory certified trainer and not by sales personnel. $ X 29.15 MaineDOT Fleet Services will require a refresher/follow-up training on Engine, Electrical, Transmission and HVAC systems on 11th month of the second year from the vehicle in-service date. Pricing information required with bid. $ 350 per day GENERAL OPTIONS 29.16 MaineDOT hourly rate for service or repairs at awarded Bidder’s facility. Pricing information required with bid. $ $93.60 HR 2019--2020 BID SUBMISSION REQUIREMENTS: In addition to required information as exhibited in the specifications, the Bidder shall also provide: • Warranty and extended warranty data for chassis, cab, and all sub-components. • Specifications on the proposed Engine, Transmission, and Chassis. • A computer analysis of the proposed engine, transmission, rear end combination which is being offered must be provided with bid returns. • Manufacturer’s web-based Service Information site. • Failure to supply the required documentation may render the bid non-responsive. Prior to any vehicles being accepted by, and any partial payment being made by MaineDOT/Fleet Services, all vehicles will be inspected for compliance to these Technical specifications. The inspections will be performed by MaineDOT/Fleet Services or their designated representative. DocuSign Envelope ID: 8FCC1371-6E35-4697-A770-CF8EBC9A5F88 Appendix B-2 Commodity Line #2 Specifications Thirty-Four Thousand (34,000 lb.) GVWR T4X2 Heavy Truck Crew Cab Thirty-Four Thousand (34,000 lb.) GVWR Crew Cab Truck with automatic transmission. Cab and Chassis designed to mount a Dump Body, with Ice and Snow Removal Equipment INTENT It is the purpose and intent of these specifications to describe a base vehicle and options with a Thirty- Four Thousand (34,000) pound GVWR, of substantial and durable construction congruent to practices acceptable to the chassis manufacturer. A vehicle, with a conventional cab (pick up type cabs and expanded roofs are not acceptable). This vehicle will be used in all months of the year pertaining to highway maintenance activities in a climate related to such as that in The State of Maine, by The Maine Department of Transportation. During winter maintenance, the vehicles main purpose will be the removal of ice and snow, sanding and salting which necessitates the installation of a myriad of controls, radios, etc. To accommodate these controls and provide acceptable operator ergonomics and comfort it is imperative that the truck cabs provide as much clear interior space as possible. The cab width must be a minimum of 70” interior door to interior door while the dash board, heater and other appurtenances must not diminish interior clear space for the installation of controls, radios, etc. The chassis is to be the heaviest duty available with all possible options to make it a heavy-duty vehicle. The purpose of the BBC dimension is strictly to provide guidance in the selection of the appropriate make and model. Reasonable allowances will be made for the BBC dimension provided that intrusion of engine or doghouse into the cab is kept to an absolute minimum. The seats must be a premium high back and the most comfortable available with a minimum of 5” of vertical travel in the air suspended driver's seat. At full vertical driver seat height, there must be sufficient head, chest and lower torso clearance to both the roof and the steering wheel for individuals of larger than normal stature. If cab mounted air ride suspension is provided as standard equipment by the manufacturer, then the vertical exhaust must be either cab mounted (which is preferred) or additional CA must be added to accommodate the frame mounting of the exhaust. Additionally, and for any other reason, if the exhaust system intrudes upon or diminishes useable CA then additional CA must be added to accommodate the loss. Fuel tanks must not extend past the rear of the cab. It will also be the responsibility of the Bidder and/or Vehicle manufacturer to supply any and all “factory plow truck option packages” necessary to facilitate the assembly of the truck chassis and the DocuSign Envelope ID: 8FCC1371-6E35-4697-A770-CF8EBC9A5F88 Appendix B-2 related components supplied by others (such as the body and plow vendors) into a completed and fully functional plow truck. This would refer to inclusion of but not to be limited to special plow truck spring and suspension components, plow truck wiring harnesses, electrical relays, additional electronic speedometer feeds, plow truck light harnesses, etc. MaineDOT/Fleet Services must approve the “factory plow truck option packages,” prior to purchases or assembly. COMPLETENESS The price quoted in any proposal submitted shall include all items of labor, materials, tools, equipment, and other costs necessary to fully complete the manufacture and delivery of the vehicle pursuant to these specifications. Any part or detail which makes the vehicle complete and ready for service shall not be omitted, even though such part or detail is not mentioned in these specifications. CONFORMITY All parts not specified shall be manufacturer’s best quality and shall conform in materials, design, or workmanship to the best practice known in the automobile industry. All parts shall be new and in no case will used, reconditioned or obsolete parts be accepted. The parts on all vehicles provided by the manufacturer should be interchangeable. INSTRUCTIONS FOR COMPLETING TECHNICAL SPECIFICATION SHEET Please complete the checklist for technical specifications set forth below. Electronically enter responses directly into the text-enabled fields next to each specification, including actual dimensions when applicable. Each Bidder must indicate whether it can meet the technical specifications by inserting an “X” next to each specification. The “X” will demonstrate that the Bidder’s offering meets the technical specification. If a Bidder cannot meet a technical specification, then the Bidder must give an explanation for each exception and for equipment that is not available or that will be dealer installed. All explanations must be provided in detail on separate pages along with the justification as to why the alternative equipment or deliverables will be as good as the equipment or deliverables described in the detailed specifications for desired items. A copy of the vendor specification proposal must be provided. Following these instructions is essential for proper bid evaluation. If a Bidder fails to provide requested information or if information on a quote is found to be false or misleading, the quote will be rejected as unresponsive. The award will be made on a best value basis to the vendor that either meets or most closely meets the specifications, while taking price and delivery into consideration. DocuSign Envelope ID: 8FCC1371-6E35-4697-A770-CF8EBC9A5F88 Appendix B-2 CREW CAB PATROLS The following abbreviations must be used: X As specified N/A Not Available DI Dealer Installed AE Approved Equal 2.0 ENGINE The proposed diesel engine must comply with the New Motor Vehicle Emission Standards issued by the Maine Department of Environmental Protection in the Code of Maine Rules (06-096 CMR Chapter 127). Abbreviation Actual Dimension Notes 2.1 IHC, Volvo, Cummins, Detroit, Mack or Paccar X 2.2 300 H.P. minimum X 2.3 800 lbs. ft. torque, minimum X 2.4 Adapter for Spicer coupler 2-2-479 on crankshaft, factory installed X 2.5 Engine idle time history must be maintained and accessible from the truck’s onboard computer system. X 2.6 Stainless Steel oil pan or approved equal DI 2.7 A wet sleeve engine. X 2.8 Proven history of application in similar service. X 2.9 Turbocharger X 2.10 Oil cooled. X 2.11 Extreme service oil filtration system (no remote mount filter assembly will be accepted). X 2.12 Magnetic oil drain plug. X DocuSign Envelope ID: 8FCC1371-6E35-4697-A770-CF8EBC9A5F88 Appendix B-2 2.13 Engine block heater 115 volts with 1,250 watts, receptacle with spring operated lid mounted under driver’s door. A/E 1000Watt coolant, 150 Watt oil pan 3.0 TRANSMISSION Abbreviation Actual Dimension Notes 3.1 Dedicated ground speed wire shall be accessible inside the cab for connection to spreader controls. X 3.2 Synthetic oil must be provided. X 3.3 PTO openings. X 3.4 Magnetic oil plug. X 3.5 Input rated at not less than 125% of net engine torque. X 3.6 Must have 2” input shaft. X 3.7 Stainless Steel transmission cooler. N/A 3.8 Allison Transmission Model 3500RDS (1-5) or approved equal X 6 speed 3.9 Push button selector to be flush mounted in dash or OEM counsel. X 3.10 Fourth generation electronic control shift selector with 2009 prognostic feature. X 3.11 Third gear hold option X 3.12 Additional stainless-steel transmission cooling must be supplied. N/A 3.13 Factory filled with TranSynd or Tes 295 equivalent fluid. X 3.14 Allison transmission electronic control module shall be relocated inside the cab to minimize exposure to corrosive elements. DI Factory PDI Center to relocate control module inside Cab DocuSign Envelope ID: 8FCC1371-6E35-4697-A770-CF8EBC9A5F88 Appendix B-2 4.0 STEERING Abbreviation Actual Dimension Notes 4.1 Must not interfere with plow application. Manufacturer’s turning radius summary must be submitted with bid. X 4.2 Turning radius must not exceed a maximum distance of (33’) thirty-three feet. X 31.1’ 4.3 Heavy-duty design suitable for snowplow and dump truck service. X 4.4 Ample gear reduction for off highway operation. X 4.5 Integral power steering or factory installed hydraulic boosters. X 5.0 DRIVELINE Abbreviation Actual Dimension Notes 5.1 Driveline to be heavy-duty and factory balanced. X 5.2 Universal joints on driveline SPL250HD. A/E Spicer SPL170 6.0 REAR AXLE Abbreviation Actual Dimension Notes 6.1 Driver controlled differential power divider. The differential shall be equipped with a safety feature, that will automatically disengage the locking differential at a speed of approximately 20 MPH. X 6.2 Prefer Meritor RS23-160, 23,000 lb. capacity single reduction rear. X 6.3 Rear end ratio should be 5.38 drive line ratio or a similar ration approved through Allison Scan Review report. X 6.4 Magnetic oil drain plug. X 6.5 Oil lubricated and sealed wheel bearings. X DocuSign Envelope ID: 8FCC1371-6E35-4697-A770-CF8EBC9A5F88 Appendix B-2 6.6 Synthetic oil must be provided. X 7.0 REAR SPRINGS AND SUSPENSION Abbreviation Actual Dimension Notes 7.1 31,000 lbs. capacity rear main springs, minimum. N/A 30,000 lbs. 7.2 Clearance between inner dual tires and suspension system and break chambers shall not be less than 2”. X 7.3 All hardware shall be designed for extreme service. X 7.4 Helper springs shall be multi-leaf design and largest capacity. X 7.5 Spring mounting brackets and hardware (including shackles) shall be designed for extreme service. X 7.6 Main spring assembly shall be double wrapped front and rear. N/A 7.7 If a rear suspension is supplied utilizing torque arms with front and rear floating spring hangers, then a transverse torque arm from the frame to the top of the differential housing must also be supplied. N/A 8.0 FRONT AXLE Abbreviation Actual Dimension Notes 8.1 16,000 lb. minimum capacity set forward axle. X 8.2 Wide track, I-beam type with a minimum 50 degree turn angle. X 8.3 Set forward Axle suitable for snow plow and dump truck service. X 8.4 King pins to be metallic bushings with Zerk type grease fittings at all bushing locations. X DocuSign Envelope ID: 8FCC1371-6E35-4697-A770-CF8EBC9A5F88 Appendix B-2 8.5 Prefer double king pin locks in axle. X 8.6 Heavy-duty double acting shock absorbers. X 8.7 Synthetic oil lubricated and sealed wheel bearings with visible oil supply. Wheel bearings to be rated at 16,000 lb. minimum capacity. X 8.8 Largest capacity power steering reservoir with filter located for ease of service. X 8.9 Flexible fender extensions must be provided for the front fender wells if necessary to protect the hood and cab from wheel spray and splash. X 9.0 FRONT SPRINGS Abbreviation Actual Dimension Notes 9.1 Spring capacity L.H. 9,000 lbs. at ground minimum, multi-leaf or combination of multi-leaf spring and helper. Additional leaves added to factory spring to meet specs are not acceptable. X 9,500 L/H 9.2 Spring capacity R.H. 9,000 lbs. at ground minimum, multi-leaf or combination of multi-leaf spring and helper. Additional leaves added to factory spring to meet specs are not acceptable. X 10,500 R/H 9.3 Heavy-duty suspension designed to support plow or vee plow and wing in travel position and under full ballast load with no appreciable sag or deflection on either side. (1” + or –1⁄2”). X 9.4 Spring mounting hardware and brackets (including shackles) to be H.D. X 9.5 The complete suspension system, but especially the front springs, must be designed, constructed or reconstructed/reinforced if necessary to substantially transfer weight to the rear axle X DocuSign Envelope ID: 8FCC1371-6E35-4697-A770-CF8EBC9A5F88 Appendix B-2 and rear wheels/suspension opposite the wing to prevent the unloading of this axle with plow gear and plows in the up or carry position with an empty body. 10.0 AIR/BRAKE SYSTEM Abbreviation Actual Dimension Notes 10.1 Front brakes 161⁄2 x 6” air brakes X 10.2 Rear brakes 161⁄2 x 7” X 10.3 Long stroke 3” brake chambers 30/30 long stroke Haldex Life Seal chambers on rear axles. Front brake chambers to be Haldex Life Seal X 10.4 Haldex automatic brake adjusters on all axles. X 10.5 Bendix Tu Flo 500 air compressor lubricated via the engine lube system. A/E Cummins 18.7 CFM 10.6 Dual air brake system. X 10.7 Bendix AD-IP air dryer, to include heater. N/A Bendex AD-IS 10.8 Pull drains on each reservoir with the loose end of the cable attached professionally in a location that is easily accessible to the operator. X 10.9 Reservoir to have ample road clearance and be of sufficient reserve capacity to support all vehicle air accessories and systems and have capacity to also support a tag-along trailer. X 10.10 Semitrailer connections and breakaway valve mounted on the rearmost cross member in such a way as not to interfere with proper placement of lights, pintle hook or license plates. X DocuSign Envelope ID: 8FCC1371-6E35-4697-A770-CF8EBC9A5F88 Appendix B-2 10.11 Hand control valve (trolley valve) mounted on the steering column to operate the semitrailer. N/A Dash mounted 10.12 Air horn. X 10.13 Air compressor to have dry filtered air inlet. X 10.14 Front and rear S cam brakes preferred. X 10.15 All brakes must have backing plates. X 10.16 All brake air lines will be run in the same locations. X 11.0 ELECTRICAL SYSTEM Abbreviation Actual Dimension Notes 11.1 12 volt Leece-Neville 160-amp capacity alternator Model 2800JB/BLD 2309. N/A DR 160 AMP brushless 11.2 Delco 39 Gear Reduction starter with overcrank protection. X 11.3 Three (3) 12 volt batteries, 2700 CCA @ 0° F, 104-amp hour capacity, minimum, maintenance free type, must be mounted on frame rail to accommodate and not interfere with mounted snow plow equipment. N/A (2) 12 volt 2250 CCA 11.4 Enclosed battery compartment with proper ventilation to the outside atmosphere. X 11.5 All exterior wiring to be of salt resistant type in suitable loom or conduit. Waterproof plug type connectors to be used at all exposed locations. All connections not waterproofed must be shrink wrapped. X 11.6 Manually operated lockable master battery disconnect switch location is not be mounted on the floor or in the environment, preferability in cab where it’s readily accessible to operator. The battery disconnect switch break on the negative cable side. N/A Mounted on floor outboard of driver’s seat DocuSign Envelope ID: 8FCC1371-6E35-4697-A770-CF8EBC9A5F88 Appendix B-2 11.7 Sealed battery cable ends, color-coded. (Red + Pos., Black-Neg.). X 11.8 Trailer feed circuit to rear of frame includes: Combined Trailer Stop, Tail, Turn, Marker Light, Trailer ABS. Wiring connections location to be inside cab for mounting DOT electric brake control. X 11.9 A complete “AS BUILT” wiring schematic manual on CD or Thumb Drive required to be supplied. A sample wiring schematic required to be supplied with the bid proposal. N/A All wiring diagrams are online by vin# 11.10 All electrical connections are required to be treated with di-electric grease. X 11.11 All electrical cable will be run in the same locations on all units. X 12.0 FRAME Abbreviation Actual Dimension Notes 12.1 Single Heavy-Duty Channel Frame Rail powder coated with a minimum of PSI 1200,000, Section Modulus 22.12, RBM 2,654,400. N/A 7/16”x 3 9/16” x 11 1/8” 120,000 PSI 21.60 SM 2,592,000 RBM 12.2 Straight channel frame rail suitable for heavy-duty plow and dump truck service. X 12.3 Fish plates not acceptable. X 12.4 Frame designed as not to interfere with Spicer crankshaft coupler 2-2-79. X 12.5 All heavy-duty gusseted cross members X 12.6 Frame extension are required to meet the same standard as truck frame if extensions are required. X 13.0 FUEL SYSTEM Abbreviation Actual Dimension Notes DocuSign Envelope ID: 8FCC1371-6E35-4697-A770-CF8EBC9A5F88 Appendix B-2 13.1 Heavy-duty aluminum, minimum 2-inch wide straps with rubber shims/liners must be used. N/A Painted steel straps 13.2 Tank must not extend past the rear of the cab. X 13.3 Aluminum step type fuel tank with a minimum capacity of 70 gallons. X 13.4 Non-skid step. X 13.5 12” minimum road clearance mandatory. X 13.6 Manually operated hand fuel primer pump. X 13.7 Fuel lines to be the appropriate flexible type line. X 13.8 Tanks to be vented in such a manner to prevent fuel spillage if operating on a slope or on level ground with tank full and fuel warm. X 14.0 WHEELS AND TIRES Abbreviation Actual Dimension Notes 14.1 One piece white powder coat painted, tubeless heavy load application 10 hole, 285 mm rims, • F) 9.0 X 22.5 with 7.0” wheel off set Accuride A29300PW • R) 8.25 X 22.5 with 6.62” wheel off set Accuride A29169PW X 14.2 Wheels, rims and tires shall provide tire chain clearance without use of adapters, spacers, spoke extensions etc., local modifications not acceptable. X 14.3 Rear tires shall be the Bridgestone M799 model tread design or approved equal with an approved manufacture, Bridgestone, Michelin, or Continental brand. X DocuSign Envelope ID: 8FCC1371-6E35-4697-A770-CF8EBC9A5F88 Appendix B-2 14.4 Front tires shall be the Bridgestone M860A model tread design or approved equal with an approved manufacture, Bridgestone, Michelin, or Continental brand. A/E Bridgestone M870 14.5 Front 315/80R 22.5 LRL radial tubeless tire (L ply rating). X 14.6 Rear 11R X 22.5 LRH radial tubeless tire with it (H ply rating). X 14.7 13.5” Dual wheel spacing required. X 14.8 Liquid tire balancer KTB tire treatment (U.S. EPA approved). DI 14.9 Heavy-duty 5 hand hole hub piloted wheel system. X 14.10 Lead wheel weight will not be accepted. X 14.11 Each unit shall be delivered with one mounted spare front tire and one mounted spare rear tire. Tires shall have the liquid balancer installed. X 15.0 COOLING SYSTEM Abbreviation Actual Dimension Notes 15.1 Radiator and mounts shall be designed and installed so as not to interfere with Spicer crankshaft coupler 2-2-79. X 15.2 Space shall be provided under or through radiator to mount crankshaft driven hydraulic pump. X 15.3 Non-silicone type radiator and coolant lines. X 15.4 Radiator core and tanks shall be of heavy- duty design and construction. X 15.5 Ample capacity for continuous high engine output under extreme temperatures and/or operating conditions. X DocuSign Envelope ID: 8FCC1371-6E35-4697-A770-CF8EBC9A5F88 Appendix B-2 15.6 Heavy-duty mounting brackets and hardware. X 15.7 Two-stage fan clutch. X 15.8 Coolant shall be Extended Life rated for –35 degrees upon delivery to MaineDOT Fleet Services. X 16.0 EXHAUST Abbreviation Actual Dimension Notes 16.1 Vertical exhaust designed and installed so as not to interfere with any customer installed accessories (i.e. snow plows, hydraulic tanks, etc.). X 16.2 Exhaust deflector elbow X 16.3 Heavy-duty mounting brackets, elbows, piping and expansion joints. X 16.4 Aluminized horizontal muffler. X stainless 16.5 Exhaust System design to keep noise to lowest practical level in accordance with Federal Regulations. X 17.0 FILTERS Abbreviation Actual Dimension Notes 17.1 Heavy-duty dry type air filter X 17.2 Operator’s controlled snow valve for drawing air directly under engine hood is mandatory to prevent snow from clogging air filter. A seasonal two-way air inlet control valve is mandatory. Must be factory installed and clearly marked for use. X 17.3 All filters must be mounted to facilitate ease of servicing. X 17.4 Disposable spin on type oil and fuel filters. X DocuSign Envelope ID: 8FCC1371-6E35-4697-A770-CF8EBC9A5F88 Appendix B-2 17.5 Local filter installations or modifications are not acceptable. X 17.6 Fuel filter on the inlet or suction side of the injection pump required. X 18.0 CAB Abbreviation Actual Dimension Notes 18.1 To accommodate the controls and provide acceptable operator ergonomics and comfort it is imperative that the truck cabs provide as much clear interior space as possible. The cab width must be a minimum of 70” interior door to interior door while the dash board, heater and other appurtenances must not diminish interior clear space for the installation of controls, radios, etc. The chassis is to be the heaviest duty available with all possible options to make it a heavy- duty vehicle. X 18.2 Ergonomic integrated dash, minimum of fourteen (14) (factory installed) in ergonomic dash, low amperage switches with LED lighting. Three (3) colored LED lighted indicators controllable by means of relays. Circuit must support 20 amps, controlled by Remote Power Modules, installed inside cab to allow MaineDOT easy component wiring installation. All switches to be professionally labeled using factory laser cut plastic inserts. X 18.3 Standard BBC dimension approximately 135”. X 156” 18.4 Hood and fender to be of one piece design, tilt forward type with factory installed side access panels to provide safe, easy, complete access to the engine compartment for daily service (including coolant check) and periodic maintenance with full plow gear (including wing and post) installed. NOTE: Plow gear will not be moved or modified to accommodate hood opening. X DocuSign Envelope ID: 8FCC1371-6E35-4697-A770-CF8EBC9A5F88 Appendix B-2 18.5 Hood fenders must be designed to be no lower than the bottom of fuel tank and be secured tightly to prevent sailing. If need wind sail brackets are acceptable. X 18.6 Tilt and telescoping steering wheel. X 18.7 Four door crew cab with seating for five (5) occupants. X 18.8 All marker lights shall be LED type. X 18.9 Dome light shall have independent switch and shall not interfere with the Departments two-way radio. X 18.10 Cab heater shall be highest capacity available. X 18.11 Automatic low oil pressure/high temperature warning system wired in such a way as not to be easily accessible to the operator and be operational only when ignition switch is on. X 18.12 Heavy-duty 2-speed minimum, electrically operated windshield wipers with time delay. X 18.13 Dual sun visors. X 18.14 Dual outside mirrors shall be no less than 16” x 7” with integrated convex mirrors on both sides with marker light. All mirrors shall be 4-way electronically adjustable and heated. X 18.15 Exterior cab grab handle driver side. X 18.16 Exterior cab grab handle, passenger side. X 18.17 Seat belt webbing shall be a highly visible, bright orange in color. X 18.18 Driver’s seat shall be a premium high back cloth covered seat which will incorporate the following features/options: X DocuSign Envelope ID: 8FCC1371-6E35-4697-A770-CF8EBC9A5F88 Appendix B-2 a. adjustable dampening of the shock absorber b. wide seat cushion c. air controlled triple lumbar support d. front and rear seat cushion adjustment e. fore/aft seat track adjustment f. adjustable reclining backrest g. air adjustable back rest bolsters h. air adjustable seat cushion bolsters i. dual folding seat armrests j. five (5)-year warranty seat X X X X X X X X X X N/A 5 yr. warranty is not available 18.19 The passenger seat shall be a deluxe or premium air-suspension seat with adjustable reclining backrest and lumbar support. X 18.20 Instruments to include but not limited to: Oil pressure gauge, Water temperature gauge, Fuel gauge, Brake warning lights, low air pressure light and alarm, voltmeter, Tachometer, air pressure gauge, Air filter restriction gauge and all gauges shall be properly marked and illuminated. (Transmission temp gauge with Automatic). X 18.21 Windshield shall be constructed with tinted glass. X 18.22 Full coverage insulated floor mat. X 18.23 All pedals are to be suspended off floor X 18.24 Heavy-duty insulated closed cab construction. Cab insulation rating required with bid. N/A Proposal includes “Premium Insulation” but unable to find a decibel rating 18.25 Stationary grill is highly preferred to increase engine accessibility when plow hardware is attached. X 18.26 12 Volt power port outlet and USB port. X DocuSign Envelope ID: 8FCC1371-6E35-4697-A770-CF8EBC9A5F88 Appendix B-2 18.27 Back-up alarm X 18.28 All vehicles to be keyed alike and supplied with 2 keys. X 18.29 Fresh air intake for heater/defroster must be protected or designed and installed to prevent entrance of sand/salt. X 18.30 Radiator grill openings to be of such size and design to protect radiator core from road debris of approximately 5⁄8” diameter. X 18.31 AM-FM radio with Bluetooth X 18.32 Suitable heavy-duty full width front bumper must be supplied on vehicle. X 18.33 Conventional cab - expanded, modified or bubble roof unacceptable. X 18.34 Daytime running headlights. X 18.35 Sealed beam headlights of halogen type. X 18.36 Air conditioning. X 18.37 Cruise control X 19.0 PAINT Abbreviation Actual Dimension Notes 19.1 Base coat clear coat paint. X 19.2 Color True Blue Metallic Dupont #M6620 X 19.3 Chassis frame semi-gloss black enamel. X 19.4 Wheels white powder coated. X 19.5 Cab interior Gray. X 20.0 WHEELBASE AND CA Abbreviation Actual Dimension Notes DocuSign Envelope ID: 8FCC1371-6E35-4697-A770-CF8EBC9A5F88 Appendix B-2 20.1 Wheelbase shall be approximately 220” or no longer or shorter than is essential for mounting a 10’, 5-cubic yard front dump body with 12” overhang and 20” minimum space between cab and body for mounting plow tower. X 20.2 Cab axle dimension shall be approximately 108”. X 20.3 WB & CA shall accommodate a 5-cubic yard body and hoist and a rear tower hydraulic assembly for a wing plow. X 20.4 AF dimension must allow for minimum 12’ of frame to extend past rear tires to facilitate mounting of the dump body. X 20.5 Clean, unobstructed CA to facilitate the mounting of plow equipment and body. X 21.0 EMISSIONS Abbreviation Actual Dimension Notes 21.1 A certification that states each new truck is equipped with a heavy-duty diesel engine (HDDE) that complies with, the New Motor Vehicle Emission Standards issued by the Maine Department of Environmental Protection in, the Code of Maine Rules (06- 096 CMR Chapter 127). X DocuSign Envelope ID: 8FCC1371-6E35-4697-A770-CF8EBC9A5F88

111 Sewall Street 9 State House Station Augusta, ME 04333-0009Location

Address: 111 Sewall Street 9 State House Station Augusta, ME 04333-0009

Country : United StatesState : Maine

You may also like

Auto, Truck, Motorcycle Maint and Repair, Svcs

Due: 08 Aug, 2025 (in 15 months)Agency: Midway Ford

2024 Parks Dept. Truck

Due: 14 May, 2024 (in 9 days)Agency: City of Levelland

Heavy Duty Trucks

Due: 06 Feb, 2025 (in 9 months)Agency: Central Purchasing Division

Please Sign In to see more like these.

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