Assembly of Two Dedicated Snowplow Trucks

expired opportunity(Expired)
From: Lewis and Clark County(County)

Basic Details

started - 18 Jul, 2023 (9 months ago)

Start Date

18 Jul, 2023 (9 months ago)
due - 02 Aug, 2023 (9 months ago)

Due Date

02 Aug, 2023 (9 months ago)
Bid Notification

Type

Bid Notification

Identifier

N/A
Lewis and Clark County

Customer / Agency

Lewis and Clark County
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.

Snowplow Truck Assembly RFP Page 1 of 14 LEWIS AND CLARK COUNTY Public Works Department REQUEST FOR PROPOSALS (RFP) Assembly of Two Dedicated Snowplow Trucks July 5, 2023 Project Description Lewis and Clark County (County) is requesting proposals from qualified professionals that can assemble the components (cabs & chassis, plows, v-box sand spreaders, hydraulics, emergency lights, etc.) to build two dedicated snowplows. Scope of Work Installer will work closely with the County on the various aspects of the snowplow assembly project so that the best possible build can be achieved. The County will deliver to assembly location: • Two – 2024 International HV507SFA 4x4 cabs and chassis. • Two – Monroe Equipment Model #MP48R11-ISCT including plow hitch mounting kits. • Two – Monroe Equipment stainless steel Model #MCV-132-84-50 v-box sand spreaders including truck frame mounting kits. Installer will need to provide the following parts and materials according to the specifications provided
in the attached and incorporated Exhibit A. It is strongly recommended that the successful installer order parts and materials immediately upon award of contract to be assured they will be on hand when remaining components are received from the County. • Complete hydraulic system, hoses, and fittings. • Emergency lighting, reverse alarm, and other lighting components. • Wiring, fuses, circuit breakers, miscellaneous parts, and assorted materials required to complete project. (406) 447-8037 (406) 447-8033 Fax 3402 Cooney Drive Helena, Montana 59602 Snowplow Truck Assembly RFP Page 2 of 14 Proposal Submittal and Content Four copies of the proposal package shall be delivered in the same sealed envelope marked “Proposal for Snowplow Assembly” no later than Wednesday, August 2, 2023, at 3:00 p.m. (Local time) to: Lewis and Clark County Public Works Department 3402 Cooney Drive Helena, MT 59602 The proposal package shall include the following information: 1. Proposer’s legal name, mailing address, telephone number and Federal Tax Identification Number. 2. Demonstrate the Proposer’s competence and experience building dedicated snowplow trucks. 3. Provide the Proposer’s qualifications and respective experience. 4. Provide cost and an estimated schedule of and ability to complete assembly in a timely manner. Submissions and unsolicited information received after the deadline will not be considered. All costs associated with the preparation of these proposals are borne by the Proposer. Before submitting a proposal, Proposer shall carefully read all sections of this RFP and shall fully inform themselves as to the existing conditions and limitations, which may impact their ability to perform. Proposal Evaluation The factors listed below shall be considered in the evaluation of each proposal. Proposals shall give clear, concise information in sufficient detail to allow evaluation based on these factors. Although some of the factors listed below will be weighted more heavily than others, all factors are considered necessary for evaluation of technical acceptability and competence. A Proposer must, therefore, be technically acceptable in all areas to be eligible for an award of a contract. 1. Understanding the Scope of Work (30 points) – Presents a detailed and specific technical proposal based on the Scope of Work so that the County’s review committee may thoroughly evaluate the proposal. 2. Specialized Experience and Technical Competence (35 points) – Demonstrates recent experience with projects of similar size, scope, and complexity. Therefore, it is of importance to provide details of all experience that specifically applies to this Scope of Work. The breadth and depth of the experience in the performance of comparable projects will be evaluated. Provide references. 3. Ability to Meet Schedule and Budget (20 points) – Must have sufficient staff and resources dedicated to this project to accomplish the work in a timely, professional manner at a level of quality satisfactory to the County and within budget. Information should be provided that enables the County to evaluate the ability to complete the work offered within 90-days of receiving all components from the County. Snowplow Truck Assembly RFP Page 3 of 14 4. Cost (10 points) – Presents an itemized and detailed explanation of costs associated with project including alternate cost options if available. 5. Recent and Current Work for the County (5 points) – Demonstrate any recent or current work which was completed or is being completed for the County. Selection for Award Any proposal which does not comply with the requirements of this RFP may be considered non- responsive and ineligible for consideration. Failure to comply with technical requirements and failure to submit required information will be cause for finding a proposal to be non-conforming. The County reserves the right to accept or reject any or all proposals, wholly or in part, in a manner deemed in the best interest of the County. Contact Proposers wishing to obtain further information or enhance their understanding of this RFP may do so. All official communication and questions should be submitted via email to Audra Zacherl, Assistant Director of Public Work at azacherl@lccountymt.gov until 5:00 p.m. Friday, July 21, 2023. Questions will be answered by an addendum posted on the County’s website https://www.lccountymt.gov/bocc/bidsrfprfqsoq.html by 5:00 p.m. Tuesday, July 25, 2023. Schedule (local time) RFP Advertised July 11 and July 18, 2023 Questions Due By 5:00 p.m. July 21, 2023 Responses Posted on Webpage By 5:00 p.m. July 25, 2023 Proposal Submittal Deadline 3:00 p.m. August 2, 2023 Proposals Opened and Reviewed by Committee 2:00 p.m. August 3, 2023 At the following location: City-County Building Room 309 316 N. Park Avenue Helena, MT 59623 Estimated Contract Award By August 24, 2023 Snowplow Truck Assembly RFP Page 4 of 14 Standard Terms and Conditions By submitting a response to this Request for Proposal, the offeror agrees to acceptance of the following Standard Terms and Conditions and any other provisions that are specific to this solicitation. 1. Authority This Request for Proposals (RFP) is issued under the authority of the Lewis and Clark County Purchasing Policy. The RFP process is a procurement option which allows the award to be based on evaluation criteria in addition to cost. The relative importance of all evaluation criteria is found herein and only the evaluation criteria outlined in the RFP will be used. Lewis and Clark County (herein, the “County”) reserves the right to accept or reject any or all proposals, wholly or in part, and to make awards in any manner deemed in the best interest of the County. 2. Competition Lewis and Clark County encourages free and open competition among offerors to obtain quality, cost-effective services and products. Whenever possible, specifications, invitations, and conditions are designed to accomplish this objective, consistent with the necessity to satisfy the County’s needs and accomplishment of a sound economical operation. Prior to the award of a contract, proposals may be held by Lewis and Clark County for a period not to exceed 90 days from the date of the opening of proposals for the purpose of reviewing proposals and investigating the qualifications of the offerors. 3. Public Inspection of Proposals All information received in response to this RFP, including copyrighted material, is deemed public information and with one exception will be available for public viewing and copying after the proposal deadline. The public will not be able to view bona fide trade secrets meeting the requirements of the Uniform Trade Secrets Act, Title 30, Chapter 14, Part 4, MCA. The purchasing officer will remove any such trade secrets from the RFP prior to public viewing. 4. Bona Fide Trade Secrets Confidential information meeting the requirements of Title 30, Chapter 14, Part 4, MCA will be available for review only by the purchasing officer, the evaluation committee members, and limited other designees. Before the RFP is made available to the public, the purchasing officer will remove the confidential information if the following conditions are met: • Confidential information is clearly marked and separated from the rest of the proposal; • No confidential material is contained in the cost section; and • An affidavit from the offeror's legal counsel attesting to and explaining the validity of the trade secret claim is attached to the proposal. The offeror shall pay all legal costs and fees associated with defending a claim for confidentiality if a “right to know” request is received from another party. In order for an offeror to request that material be kept confidential, a notarized Affidavit for Trade Secret Confidentiality shall be provided by the offeror’s attorney acknowledging that Snowplow Truck Assembly RFP Page 5 of 14 material included in a proposal is open to public inspection except for information that meets the provisions of Montana’s Uniform Trade Secrets Act. 5. Classification of Proposals as Responsive or Non-responsive All proposals will be classified as either “responsive” or “non-responsive.” A proposal is considered “responsive” if it conforms in all material respects to the requirements of the RFP. A proposal may be found non-responsive if: • Required information is not provided; • The proposal does not conform to the specifications described and required in the RFP. If a proposal is found to be non-responsive, it will receive no further consideration. 6. Determination of Offeror Responsibility The purchasing officer and/or the selection committee will decide whether an offeror has met the standards of responsibility based on the requirements of the RFP. Factors used to determine the responsibility may include whether the offeror has: • The appropriate financial, material, equipment, or human resources to meet all contractual requirements; • A satisfactory record of integrity; • The legal ability to contract with the County; • Provided all information requested for use in the determination of responsibility; and • A satisfactory record of past performance. An offeror may be deemed “non-responsible” at any time during the procurement process if information surfaces to support such a determination. 7. Evaluation of Proposals and Offeror Interviews/Product Demonstration The remaining proposals will be scored according to the evaluation criteria stated herein. The selection committee may ask finalists to appear for interviews or product demonstrations or to provide written responses to items requiring clarification. Any costs associated with interviews or product demonstrations are the sole responsibility of the offeror. 8. Offeror Selection and Contract Execution After an evaluation of the offeror interviews and/or product demonstrations, the selection committee will recommend a contract award, which the purchasing officer will communicate to the offeror selected. If the offeror does not accept all material terms of the County contract, the County may move to next ranked offeror or cancel the RFP. The work described in the RFP may begin only after the contract is signed by all parties. 9. County’s Rights Reserved Submission of a proposal confers no rights upon any vendor and shall not obligate the County in any manner whatsoever. Lewis and Clark County reserves the right to make no award and to solicit additional proposals at a later date. The RFP in no way constitutes a commitment by the County to award and execute a contract. If such actions are deemed in its best interests, the County, in its sole discretion, reserves the right to: • Cancel or terminate this RFP; Snowplow Truck Assembly RFP Page 6 of 14 • Reject any or all proposals received in response to this RFP; • Waive any undesirable, inconsequential, or inconsistent provisions of this RFP; and/or • If awarded, suspend contract execution or terminate the resulting contract if the County determines adequate funds are not available. 10. Nondiscrimination In accordance with federal and state laws, the offeror agrees not to discriminate against any client, employee, or applicant for employment of for services because of race, creed, color, national origin, sex, or age with regard to, but not limited to, the following: • Employment upgrading; • Demotion or transfer; • Recruitment or recruitment advertising; • Lay-offs or terminations; • Rates of pay or other forms of compensation; • Selection for training; or • Rendition of services. Offerors and the awardee shall comply with all federal, state, and local laws, rules and regulations. Offerors and the awardee and any of the offerors’ and the awardee’s sub- grantees, contractors, subcontractors, successors, transferees, and assignees shall comply with Title VI of the Civil Rights Act of 1964, which prohibits recipients of federal financial assistance from excluding from a program or activity, denying benefits of, or otherwise discriminating against a person on the basis of race, color, or national origin (42 U.S.C. § 2000d et seq.), as implemented by the Department of the Treasury’s Title VI regulations, 31 CFR Part 22, which are herein incorporated by reference and made a part of this contract (or agreement). Title VI also includes protection to persons with “Limited English Proficiency” in any program or activity receiving federal financial assistance, 42 U.S.C. § 2000d et seq., as implemented by the Department of the Treasury’s Title VI regulations, 31 CFR Part 22, which are herein incorporated by reference and made a part of this contract or agreement. It is further understood that any vendor who is in violation of this clause shall be barred forthwith from receiving awards of any purchase from Lewis and Clark County unless a satisfactory showing is made that discriminatory practices have ceased, and the recurrence of such acts is unlikely. 11. Cone of Silence A cone of silence shall be established on all Lewis and Clark County competitive selection processes. The cone of silence prohibits any communication regarding a competitive solicitation between any bidder (or its agents or representatives) or other entity with the potential for a financial interest in the award (or their respective agents or representatives) regarding such competitive solicitation, and any Elected Official or County employee, selection committee member, or other persons authorized to act on behalf of the County. The cone of silence shall be in effect from the time of advertisement until contract award. Violations of the cone of silence may be grounds for disqualification from the selection process. The cone of silence shall not apply to communications at any public proceeding or meeting. The cone of silence shall terminate when the Board or a County employee authorized to act Snowplow Truck Assembly RFP Page 7 of 14 on behalf of the Board awards or approves the Contract, rejects all Bids or responses, or otherwise takes action to end the selection process. 12. Protest Procedure An offeror aggrieved in connection with the solicitation or award may protest in accordance with the procedure outlined in the Lewis and Clark County purchasing policy. Snowplow Truck Assembly RFP Page 8 of 14 EXHIBIT A REQUEST FOR PROPOSALS Assembly of Two Dedicated Snowplow Trucks HYDRAULIC SYSTEM Power Take Off (PTO) The PTO shall be a Parker Chelsea 890 series or approved equal. The power take-off (PTO) shall be mounted to an Allison automatic 3000RDS or 4000RDS transmission. The PTO shall be a hot-shift type. The PTO shall be designed to clear the integrated cooler on the Allison transmission. It shall mount like a standard side-mounted PTO with an additional bracket at the rear of the transmission. The output of the PTO shall be extended past the back of the transmission where there is extra space. The main extension shaft and PTO shall be one piece to eliminate the need for input splines between the PTO and extension shaft. The clutch pack shall be located at the back of the transmission in the extension shaft. The input between the extension shaft and the pump shall be a wet spline. The on/off function must be an auxiliary switch in the cab. Hydraulic Pump The pump shall be Force America TXV92 or approved equal. The hydraulic pump shall be an axial piston pressure and flow compensated load-sensing type. The pump shall have a displacement of 5.61 cubic inches per revolution at maximum stroke which will deliver 23.7 GPM @ 1000 engine RPM. The pump shall have a minimum two-inch suction line and half-inch control drain line plumbed directly back to the reservoir. The pumps compensator shall have rear facing adjustments. The pump shall be rated for 5800 PSI maximum and 4800 PSI continuous. The pump shall have a Din-type mounting flange and a Din 5462 8-tooth shaft. Shut Down System A single normally open, two-position, two-way, poppet style solenoid valve capable of stopping oil flow to the hydraulic system when actuated. The valve shall be mounted directly to the hydraulic pump discharge port. The valve assembly must also incorporate a high-pressure relief valve to protect the system from over pressurizing during system shut down. This solenoid valve shall be wired to a float type level indicator that is mounted from the top of the reservoir. The system shall be designed so that when the float contacts close, the solenoid will energize and stop pump flow. All wiring shall run to a shutdown module that includes all necessary relays. The module shall be a FORCE America model 1102959. The module shall include screw type connection terminals for ease of installation. The module shall eliminate the need for external relays and wire splicing. An enunciator in the control console will alert the driver that the pump has been shut down. The control console will also incorporate an override switch wired to de-energize the shutdown system to facilitate diagnostics and equipment storage. High Pressure Filter The filter shall be model HP17125VG30EPUG5S2AE7050P or prior approved equal and be equipped with a visual and electrical bypass indicator. There shall be a high-pressure filter plumbed between the hydraulic pump and the control valve assembly. The high-pressure filter shall be a 25- micron absolute and rated for 6000 psi. A warning light and buzzer shall be mounted in the cab and wired to the electrical indicator. The high-pressure filter shall be mounted on the outside of truck frame in an accessible area. Reservoir/Valve Enclosure • The reservoir/valve assembly shall be a FORCE America model “VT35G2-B-PS Valve/Tank Assembly” or approved equal. Snowplow Truck Assembly RFP Page 9 of 14 • The hydraulic reservoir will have a 35-gallon capacity. • The hydraulic reservoir will be constructed of 10-gauge steel and be internally baffled. • The valve enclosure lid will protect from both road and pressure washer spray. • The valve enclosure lid shall be 201 stainless steel with a 2B finish. • The valve enclosure lid shall have welded handles for ease of removal. • The valve enclosure lid shall be attached to the reservoir via four rubber straps that can be removed without the use of any tools. • Mounting bracket is to be designed and supplied by the reservoir supplier. • Mounting system should allow for a one-inch frame clearance for frame obstructions. • Shall be mounted in a manner as to not transmit any truck torsional loads thru the tank. • The enclosure will use a gasket-less passive technology. (No rubber seals, gaskets, or weather stripping.) • The enclosure lid will be removable within seconds by one person without the use of tools. • All valve fittings, hose ends, filter, filler breather, sending units and any electrical connections are to be protected by enclosure cover. • The reservoir supplier will provide all JIC-type valve fittings and plumb the return line from the valve to the filter. • The use of bulkhead fittings is not permitted. • The directional control valve must be easily accessible from all six sides without the use of tools. • Hose exit and entrance must allow for components to be mounted adjacent to the enclosure. • A two-inch full flow brass ball valve shall be plumbed at the suction port of the tank. • A low oil/high temp sending unit shall be mounted in the reservoir. Filter Filter shall be model TS1600251S0/ZSRE40910 or approved equal and include visual and electrical bypass indicators. Hydraulic oil filter shall be mounted in the reservoir. Hydraulic filter shall be a 16-micron absolute and rated for no less than 70 GPM. The filter cartridge shall be constructed of a synthetic media. The return port in the filter shall be SAE #20 or larger. A warning light shall be mounted in the cab and wired to the electrical filter bypass indicator. The system shall be delivered with one spare filter element. Hydraulic Control Valve Valve segments shall be FORCE America Add-A-Fold® 4020 model or approved equal. The hydraulic valve shall be of modular manifold design. Each hydraulic function requires an individual manifold stacked together to form the manifold base. The manifold base shall consist of an inlet section with SAE #16 inlet porting, SAE #20 outlet porting, and SAE #4 load sense porting. There shall be a main system relief in the inlet section to protect the system from high pressure in case the pump compensators fail. The dump body manifold shall be stacked next to the inlet section, and capable of 40 GPM with SAE #12 porting. All valve manifolds shall be manufactured from 6061-T6 aluminum and be anodized to MIL-A-8625F specifications. The hydraulic control valves shall be pulse-width modulated, proportionally controlled. Each hydraulic valve segment shall be individually mounted to the manifold base assembly and be serviceable without removing any hydraulic hoses or any other hydraulic valve segments. Each hydraulic valve segment shall have individual pressure compensation to achieve independent simultaneous operations. All segments shall have heavy-duty continuous duty coils and connections shall be with Din connectors. All coils shall operate at 12 VDC and require a maximum of 1400 milli-amps. Each segment shall be equipped with a manual override except for the auger and spinner sections. The dump body segment shall be rated to 40 GPM, with all other segments rated to 20 GPM. If a double acting hoist is utilized, the dump body segment shall be equipped with a downside relief to protect the body down function. This relief shall be set to the hoist manufacturer’s specifications. Snowplow Truck Assembly RFP Page 10 of 14 The valve is to be arranged as follows: • Plow lift 3-way 14 GPM cylinder spool • Plow angle 4-way 14 GPM cylinder spool • Priority Flow Section • Auger 2-way 14 GPM proportional cartridge • Spinner 2-way 7 GPM proportional cartridge Hydraulic Lines and Plumbing Hydraulic lines shall be Gates M2T 2 wire-braid hose SAE 100R16 with MegaTuff Cover or approved equal. All hydraulic lines and plumbing shall be of sufficient capacity so as not to create heat or turbulence within hydraulic system. Suction line between reservoir and pump shall be a minimum of two-inch inside diameter with a minimum SAE 100-R4 rating and shall be secured on both ends via heavy duty banding straps, radiator hose clamps unacceptable. All pressure hoses, including signal sense to pump shall have swivel fittings on both ends and have a minimum SAE 100-R16 rating. Return lines and case drain shall have minimum SAE 100-R16 rating. Hydraulic lines to the spreader functions shall be clamped to each crossmember where they meet with inside frame rail and clamped in between each crossmember. All hydraulic lines shall be wrapped with nylon sleeving and routed to minimize interference with equipment and chassis components requiring periodic servicing. Support brackets, grommets, and plastic half shell hose protectors secured with tie wraps shall be provided where appropriate to protect lines from damage by abrasion, cutting or impact. Hydraulic lines shall not be routed near exhaust manifolds pipes, bolts, sharp edges, and exhaust system to prevent wear, fatigue, or fire. Pipe fittings are not acceptable in any high-pressure line. Maximum distance between support clamps on all hydraulic lines shall be 18 inches. Control Center The Control Center shall be a FORCE America Patrol Commander MPJC Ultra series with a 5100EX remote operator interface panel or approved equal. Controls for all valve functions and electronic spreader control will be integrated into a single, self- contained control center. The control center shall be a padded armrest style that is ergonomically designed. Control center shall be modular in design for ease of installation and service, and wiring and connectors shall be keyed and color coded throughout. A sealed, pre-wired harness for all valve controls must be provided. All components must be durable for long life and trouble-free operation. The electronic controller shall be a fully proportional multi-stick controller to operate all cylinder functions. Multi-stick pulse-width modulation (PWM) driver electronics shall include as standard the capability to control at least nine proportional outputs simultaneously. Use of a single, three-axis joystick with pushbuttons in the handle to change joystick operation modes (from plow to wing, for instance) is unacceptable, as it presents a safety risk to the operator. The control is available in a three-stick configuration. Controls for auger/conveyor and spinner must be located on armrest at the operator's fingertips. The controls shall be a remote interface panel for the main spreader control. This panel shall consist of three knobs that will control auger, spinner and prewet rates. These knobs shall be color coded to match the main spreader control LCD display for ease of operation. There shall also be five auxiliary rocker switches. These switches shall control Snowplow Truck Assembly RFP Page 11 of 14 either auxiliary lighting functions or spreader control functions. The switches shall be located between the joysticks and spreader control interface, and each shall be rated at a minimum of 15 amps continuous current. Console options shall be capable of supplying full rated power to switch outputs when all four auxiliary switches are at full 15-amp load. Joysticks shall be in this order from left to right: • Plow Up/Down/Left/Right • Blank • Blank For ease of operation the multi-stick control shall include the following features: LED-backlit nomenclature for all joystick functions and a momentary push-button at the top of the hoist stick to provide hoist-interlock. The “hoist” decal shall be located near the hoist joystick, and shall be illuminated amber while disabled, and change to green backlighting when the driver engages the hoist interlock button. The green “hoist” LEDs shall remain illuminated while the hoist is under operation and shall time-out after a period of hoist inactivity that is selectable from zero to 15 seconds. The plow and wing joysticks shall have the option to include a momentary pushbutton for activation of remote spreader standby, remote spreader blast, electric joystick interlock, or to activate one of several selectable 12V, 2A outputs for functions such as body vibrator or function toggling. To ensure longevity of performance all lighting to be solid-state LED technology. The use of incandescent lamps or electroluminescent lamp (EL) backlighting is unacceptable. All function joysticks shall be of contact-less Hall Effect design and offer up to a five-million cycle life. The use of potentiometers is unacceptable. Joystick MIN/MAX output duty cycle thresholds, deadbands and error thresholds for each joystick output shall be customizable in the field through a built-in easy to use software interface. Laptops or personal computers shall not be necessary to calibrate the joystick MIN/MAX settings or other system characteristics. Joystick calibration data shall be retained on-board and shall be easily transferrable between joystick system components. To increase safety of operation, joystick communication hardware/software shall include the following standard features: • Input power monitor circuitry with power quality diagnostics. • Redundant dual-reference joystick signals for each joystick axis. • Joystick output open/short circuit detection and operator notification. • Joystick input off-center checking on all axis and output shutdown on system power-up. • Joystick out-of-range fault condition checking and output shutdown. • True outputs off with joystick centered. • LED-backlit nomenclature shall illuminate and flash RED when any error condition exists and an audible alarm shall sound. • LED-backlit nomenclature shall blink ON/OFF with increasing frequency as the corresponding function is increased in speed to give the operator visual feedback of each joystick output. • The joystick control system shall be equipped with a qualified emergency stop (ESTOP) device that immediately disconnects battery power from all joystick outputs. All joystick-operated outputs shall immediately cease to function, an audible alarm shall sound, and the joystick system display shall inform the operator that the ESTOP device has been activated. The ESTOP device must remove power from the joystick outputs while maintaining power to the display and CPU for diagnostic purposes. The operator Snowplow Truck Assembly RFP Page 12 of 14 must manually reset the ESTOP device in order to return the joysticks to operational status. Spreader Control Console The electronic spreader control shall be a FORCE America 5100ex-3F or approved equal. The spreader shall be capable of manual, open loop and closed loop modes. The spreader control shall include proportional controls for auger, spinner, prewet and multi-lane anti-ice spreader functions and shall be integrated into a small, rugged, plastic injection molded, control box. The controller shall also be capable of reversing auger and cross conveyor. The auger, prewet and anti-ice functions shall be operable in manual mode, open loop mode, and closed loop mode. Spread rates for granular, spinner, prewet and anti-ice shall have the ability to be adjustable inside of calibration. Materials shall be capable of being named. A security code shall be selectable in calibration to lock out undesired changes to the calibration settings. An optional supervisor USB key shall be available for quick access to the calibration menu. While in multi-lane mode the left, center and right lane ball valve outputs shall be controlled by comfortable, backlit rocker switches molded into the controller above the display. When all the lane valves are deactivated, the anti-ice shall enter standby mode automatically. The controller shall be modular in design for ease of installation and service. The controller shall be capable of being mounted anywhere in the cab. A RAM Mount or approved equal shall be used to allow for easy installation and swivel capabilities. Wiring connectors shall be keyed with wiring labeled throughout. The spreader harness shall include DIN connectors that illuminate when the output is active. All components must be durable for long life and trouble-free operation. Spinner and spreader control dials shall be on the right side of the controller to allow for a clear view of the display while being adjusted. The spinner and spreader control knobs shall be color coded and correlated with the granular and spinner settings on the screen. The enclosure shall provide a built in, protective surrounding around the spinner and spreader control knobs to prevent unintentional use and damage to the knobs. The controller shall offer the ability to operate a straight blade plow and dump body in lieu of the anti-ice feature. The outputs shall be controlled by comfortable, backlit rocker switches molded into the controller above the display. An interlock switch integrated into the back of the controller shall be required to operate the hoist function to comply with all OSHA related regulations. The controller shall be capable of moving the plow up, down, left, and right. The controller shall include off the shelf integration with GPS/AVL systems for advanced material logging and maintenance reporting. The controller shall also provide onboard current event and season totals for granular and prewet materials. An integrated USB port shall be used for data retrieval, firmware upgrades, and for loading and saving of calibration settings. The controller shall include a 3.5-inch-high brightness, color, touch screen LCD with adjustable backlighting. The touchscreen shall be used for calibration only and shall not be needed during normal spreading operation. The touch screen shall allow for easy navigation of calibration menus and data viewing menus. The screen shall display warnings for oil level, oil temp, filter bypass, low granular material, low liquid material, granular and prewet feedback errors, and granular and feedback range errors. Optional audible warnings shall coincide with each visual warning and shall be individually adjustable. There shall also be a dedicated red LED on the face of the controller for an additional body up indicator. This LED shall not rely on software of the controller to operate. The spreader control shall be tested by a SAE certified testing laboratory. The spreader control shall meet all the following electrical, radial frequency (RF) and environmental testing standards within Snowplow Truck Assembly RFP Page 13 of 14 the specified ranges: Electrical and Radial Frequency Testing • SAE J1113/4: BCI - Sweep Range 1-400MHz, Test at 100mA Levels, CW & 1kHz AM 80% modulations, 15/45/75cm injection distances. • SAE J1113/11: Load Dump Test - Test Pulse 5A, 24V System, 150V Peak, applied five times, ten seconds between pulses. • SAE J1113/13: Operating - Operating at four & 8kV Direct, 4/8kV air discharge, 330pF/2kohms, three each plus or minus. • SAE J1113/21: Absorber-lined Shielded Enclosure Radiated Immunity - Sweep Range 20-1000MHz, Levels to 100V/m, Use CW, AM, and Pulse (800-1000MHz only) horizontal and vertical antenna polarities, one DUT orientation. • CISPR 25: RF Radiated Emissions - Sweep Range 150kHz-2.5GHz, one DUT orientation, horizontal and vertical antenna polarities. • Pass CISPR Class 3 through entire test range. • Pass CISPR Class 4 from 30MHz-2.5GHz. Environmental Testing • SAE J1455 - Sine Vibration - Section 4.10.4.1, 2G Test Level, 10-1000Hz Swept Rate to be determined, run for three hours per axis. • SAE J1455 - Random Vibration - Section 4.10.4.2 (Figures 6 through 8) 5-500Hz, three hours per axis. • SAE J1455 - Operational Shock - Section 4.11, 20g's, 11ms, 1/2 Sine Pulse, apply three shocks each direction each axis [18 shocks total]. Spare Parts • Provide one joystick for each system. • Provide three console auxiliary switches per system. • Provide one high pressure filter oil indicator per system. LIGHTING • Lighting options must be approved by the County prior to assembly. • All wiring connections outside of the cab must be Deutsch connections and no butt connectors shall be used. Any wiring connections inside the cab must be, at a minimum, heat shrink connectors. All ground wires must be attached to a good, clean chassis ground and sealed from corrosion. The use of multiple ground connections is acceptable and preferred to minimize the amount of ground wires per connection. • All circuit breakers, inline fuses, and relays for the hydraulic system and emergency lighting must be located inside the cab and easily accessible. Locating these items inside the battery box is not acceptable. • Junction boxes must be marine grade and completely sealed from corrosion. Pass- through wire fittings must be used and sealed with silicone. Extra hole plugs on junction boxes must be sealed. Stop, tail, turn, and reverse lighting functions must have their own junction box. Emergency lighting and spreader work light must have their own junction box. Junction boxes must be spaced with no less than 16 inches between each. Junction boxes must be mounted inside of frame rail. • High decibel reverse alarm shall be installed on the inside of the right rear fender. Reverse alarm must be marine grade with wiring connections sealed for corrosion. Wiring connections for reverse alarm must be Deutsch. Snowplow Truck Assembly RFP Page 14 of 14 • Amber emergency lighting and stop, tail, turn lights must be Whelen Lighting and mounted at the top rear corners of the spreader box in sealed stainless steel rectangular light boxes. Secondary stop, tail, turn, and reverse lights at the rear of each fender on spreader box must be multi-function, rectangular LED lights with Metri-pack wire connections. • Plow light kits mounted to the hood must be LED and heated. Plow lights must be isolated from vibration. • Marker/clearance lights mounted to the front of the spreader box fenders must be LED and bullet-style. REVERSE ALARM High decibel reverse alarm shall be installed on the inside of the right rear fender. Reverse alarm must be marine grade with wiring connections sealed for corrosion. Wiring connections for reverse alarm must be Deutsch or Metri-pack. PLOW MOUNTING Work closely with the County on mounting the plow on the extended frame taking into consideration the distance between the front of the moldboard to the front of the truck for proper weight distribution on the steer axle. The engine hood must be able to fully open to factory stops.

316 N. Park Avenue, HelenaLocation

Address: 316 N. Park Avenue, Helena

Country : United StatesState : Montana

You may also like

41--VANEAXIAL FAN

Due: 20 May, 2024 (in 15 days)Agency: DEPT OF DEFENSE

ADAPTER, LIFT TRUCK

Due: 06 May, 2024 (Tomorrow)Agency: Department of Defense