Current Contract Information Form



State of Washington

Current Contract Information

Change Notice No. 12

Effective: March 23, 2010

|Contract number: |02204 |Commodity code: |2325 |

|Contract title: |Truck Manlift 54 Foot without Lift Pedestal |

|Purpose: |PRICE ADJUSTMENT |

|Current Period |March 23, 2010 | |March 31, 2010 |

|Contract type: |This contract is designated as convenience use. |

|Scope of contract |This contract is awarded to one contractor(s). |

|Primary user: |Department of Transportation |

|Additional use by: |All State Agencies, Political Subdivisions of Washington and Oregon State, Qualified Non-profit Corporations, Materials|

| |Management Center, Participating Institutions of Higher Education (College and Universities, Community and Technical |

| |Colleges). |

|Contractor: |Terex Utilities West |Contact: |Dave Blanding |

|Address: | PO Box 23009 |Phone: |(503) 924-1570 |

| |Portland, OR 97281 |FAX: |503) 684-7579 |

| | |Supplier No.: |W547 |

|Email: |DBlanding@ |Fed. I.D. No.: |93-0557703 |

This page contains key contract features. Find detailed information on succeeding pages. For more information on this contract, or if you have any questions, please contact your local agency Purchasing Office, or you may contact our office at the numbers listed below.

|State Procurement Officer: |Corinna Cooper |Corinna Cooper |

|Phone Number: |(360) 902-7400 |Phone Number: |(360) 902-7440 |

|Fax Number: |(360) 586-2426 |Fax Number: |360) 586-4944 |

|Email: |clcoope@ga. |Email: |csmail@ga. |

Visit our Internet site:

|Ordering information: |See page 2 Note III |

|Ordering procedures: |See page 2 Note II |

|Special notes: |See Below |

|Payment address: |9426 8th Avenue South Seattle, WA 98108 |

|Order placement address: |9426 8th Avenue South Seattle, WA 98108 |

|Minimum orders: |None |

|Delivery time: |210 days After Receipt of Order (ARO) |

|Payment terms: |Net 30 days |

|Shipping destination: |Free On Board (FOB) Destination. All WSDOT orders are FOB Tumwater all other orders FOB Dealer. |

|Freight: |Prepaid and included in unit pricing |

|Contract pricing: |See Attachment “A” |

|Term Worth Estimated: |$450,000.00 |

|Current participation: | | | | |

| |$0.00 MBE |$0.00 WBE |$450,000.00 OTHER |$0.00 EXEMPT |

| |MBE 0% |WBE 0% |OTHER 0% |Exempt 0% |

Notes:

I. Best Buy: The following provision applies to mandatory use contracts only. This contract is subject to RCW 43.19.190(2) & RCW 43.19.1905(7): which authorizes state agencies to purchase materials, supplies, services, and equipment of equal quantity and quality to those on state contract from non-contract suppliers. Provided that an agency subsequently notifies the Office of State Procurement (OSP) State Procurement Officer (SPO) that the pricing is less costly for such goods or services than the price from the state contractor.

If the non-contract supplier's pricing is less, the state contractor shall be given the opportunity by the state agency to at least meet the non-contractor's price. If the state contractor cannot meet the price, then the state agency may purchase the item(s) from the non-contract supplier, document the transactions on the appropriate form developed by OSP and forwarded to the SPO administering the state contract. (Reference General Authorities document)

If a lower price can be identified on a repeated basis, the state reserves the right to renegotiate the pricing structure of this agreement. In the event such negotiations fail, the state reserves the right to delete such item(s) from the contract.

II. State Agencies: Submit Order directly to Contractor for processing. Political Subdivisions: Submit orders directly to Contractor referencing State of Washington contract number. If you are unsure of your status in the State Purchasing Cooperative call (360) 902-7415.

III. Only authorized purchasers included in the State of Washington Purchasing Cooperative (WSPC) listings published and updated periodically by OSP may purchase from this contract. It is the contractor’s responsibility to verify membership of these organizations prior to processing orders received under this contract. A list of Washington members is available on the Internet . Contractors shall not process state contract orders from unauthorized users.

Special Conditions:

1. Current Contract Information (CCI)

This Current Contract Information (Change Notice No. 12) is to allow a pass through price adjustment effective 3/23/2010. All other terms, and conditions, remain unchanged.

2. Current Contract Information (CCI)

This Current Contract Information (Change Notice No. 11) allows the customer to deduct the price of the chassis from their order. The customer may go directly to Cascadia International, LLC and purchase the same chassis. All other terms, and conditions, remain unchanged.

3. Certificate of Insurance

Contractor to furnish to the State Procurement Officer, a copy of a valid Certificate of Insurance listing the State as beneficiary (See Original Bid Document, Section II, Paragraph 1) within Fifteen (15) days after Contractor receipt of award notice.

4. Warranty

Bidder will submit a copy of warranty with items delivered under this contract. Unless otherwise specified, full parts and labor warranty period shall be for a minimum period of one (1) year after receipt of materials or equipment by the Purchaser. All materials or equipment provided shall be new, unused, of the latest model or design and of recent manufacture. Refer to Attachment “B”

In the event of conflict between contract terms and conditions and warranty submitted, to afford the state maximum benefits, the contract terms and conditions shall prevail.

5. Sales and Subcontractor Report

A quarterly Sales and Subcontractor Report (attached) shall be submitted in the format provided by the Office of State Procurement. You can get the report electronically at . Total purchases for each State Agency, University, Community and Technical Colleges must be shown separately. Total purchases for all political subdivisions and non-profit organizations may be summarized as one customer. Additionally, all purchases by the State of Oregon or other purchasers must be reported as an aggregate total.

The report shall include sales information (Section A) and amounts paid to each subcontractor during the reporting period (Section B)

Reports should be rounded to nearest dollar. Contractors will be provided with all necessary sample forms, instructions, and lists. Reports are due thirty (30) days after the end of the calendar quarter, i.e., April 30th, July 31st, October 31st and January 31st.

ATTACHMENT “A” PRICE SHEETS

|Req. |Comm. Code |Description |Unit |Unit Price |

|Item | | | | |

| |2325 |Truck, Manlift, 54 foot Without Lift Pedestal. Refer to Section III, |EACH |$183,334.00 |

| | |Specifications. | | |

| | |Product Bid: | | |

| | |Mfg.: Terex Telelect Hi Ranger | | |

| | |Brand/Model: TL50M | | |

|Item Description | |Option Pricing |

|Deduct amount for the Chassis. Customer may purchase the chassis directly from Cascadia | |($79,552.16) |

|International, LLC | | |

|XVIII. Aerial: | | |

| 1. Height to bottom of bucket: 40 ft. | | |

| 2. Working height: 45 ft. | | |

| 3. Horizontal reach from centerline: 29 ft. | | |

| | | |

|XXI. Mechanical System: | | |

| 1. Boom unit shall be a non-articulated, telescoping three | | |

|Section boom. | |ADD: $4,254.00 |

| | | |

|XXIV. Outrigger: | | |

|2. Main and rear outriggers to be a modified "A" frame with a 120 inch spread measured from the | | |

|outside edges of the pads. | | |

| | | |

|XXX Service Body: | | |

| 10. All bins shall be equipped with two (2) pull out drawers. | |ADD: $455.00 PER BODY BIN FOR |

|The drawers shall have steel rollers and have the ability to lock in either the open or closed | |2 EACH PULLOUT DRAWERS |

|position. Each drawer will have a capacity of 100 pounds. | | |

| 11. All compartments shall have a master bin-locking device | |ADD: $234.00 |

|located at the rear of the service body. | | |

| | | |

|XXXI. Street side & Curbside Compartments: | | |

| 10. There shall be a square tube receiver hitch assembly in the | |RECEIVER INCLUDED $139.00 FOR |

|rear tail shelf, complete with safety chain D rings, 2-5/16 ball Pintle Hitch | |COMBO HITCH |

| 11. The unit shall be equipped with a flush mounted stairway | | |

|light, which will activate with the chassis running lights. | |ADD: $279.00 |

| | | |

|XXXIII. Electrical: | | |

| 6. There shall be a Hannay Cord Reel (NSCR 716-23-24B), | | |

|(110 volt, 20 amp) cord reel mounted behind the rear vertical curbside compartment to include 75 feet| |ADD: $759.00 |

|of cord. | | |

| 7. There shall be a single gang, flush mounted, waterproof, GFCI20 amp electrical box in | | |

|close proximity to the reel. | |ADD: $227.00 |

| 8. Shall have a 7-wire ABS metal trailer plug. (Industry standard ABS trailer wiring). | | |

| | |ADD: $203.00 |

ITEMS ADDITION UNDER CHANGE NOTICE NO. 2:

|Furnish and install a Honda 5000 watt generator Model: EM5000SXK2, with electric start wired to the | | |

|truck's battery and a fuel shut off (not plumbed to the truck's fuel tank). We would need to have | |ADD: $2,838.00 |

|the generator mounted so the controls face inboard and the exhaust faces outward. The generator | | |

|needs to be mounted on the street side tail shelf. | | |

|Fabricate and install a male post style jib storage (mounted left front corner of floor). | | |

| | |ADD: $138.00 |

ITEMS ADDITION UNDER CHANGE NOTICE NO. 6 ATTACHMENT “A”:

|4” rubber-housing lights, with switch in Wired Rite panel, price for each, mounting location to be | |Add $250.00 |

|determined | | |

|Surface-mounted Duplex GFCI outlets, location to be determined, price for each | |Add $231.00 |

|Option to Hard-Wire Duplex GFCI Outlet to Inverter or other power source, add per duplex outlet: | |Add $166.00 |

|Inverter, 3000 watts, sine wave, to include battery and separator (Dimensions Model DUI-12/3000N): | |Add $3,129.00 |

2 3.3 SPECIFICATIONS

Washington State Department of Transportation

Vehicle & Equipment Bidding Requirements

Acceptance of Terms:

Acceptance of a state Purchase Order (PO) for any units affiliated with this purchase constitutes acceptance of, and agreement with, all of the general and specific requirements and stipulations listed in this boiler plate, and in the attached equipment specification(s); including all penalties mentioned.

General:

Units bid for this purchase must be new (unused), current production models that require no manufacturer or dealership modifications. Units may be sold, prepared, and delivered to WSDOT, or a designated agent, only by a dealer who is factory franchised for the specific makes and models of equipment offered.

All accessories and features listed herein shall be those supplied by the original equipment manufacturer (OEM). Any accessories, features, or operational performance required by FMVSS, Washington State Motor Vehicle Laws, OSHA or WISHA laws or mandates, that apply to the equipment being bid, shall be provided by the manufacturer. All units associated with this purchase shall be of the same design and quality as those sold through normal retail channels; and they shall possess the latest technology, accessories, and features offered on standard retail unit; whether or not they are called for in the following specifications.

Specification Clarification and Changes:

Clarification for any item in these specifications may be obtained from the Office of State Procurement, (OSP) at (360) 902-7422.

The equipment specification(s) for this purchase are official state documents that carry far reaching ethical and legal implications. Therefore, after a purchase order is awarded to a successful bidder, there shall be no deviations from any requirements stated in the published equipment specification(s) during the manufacturing or assembly process of the units offered, without prior approval from the WSDOT Equipment Manager, and an official purchase order change issued by the OSP. Failure to comply with this requirement constitutes breach of contract; and may be grounds for order cancellation, without re-stocking fees or damages to WSDOT; or suspension from the state bidders list.

Equipment Demonstrations:

Prior to award of a purchase order, bidders may be required to present an offered unit for demonstration of its performance and capability. Such demonstrations must be conducted within seven calendar days after notification.

Equipment Specification Compliance Inspections; Delivery; and Acceptance:

To minimize time involvement and transportation costs to resolve equipment non-compliance issues, WSDOT will conduct specification compliance inspections at the supplier’s location prior to equipment delivery. Suppliers must contact the WSDOT Equipment Administration Office, at (360) 705-7869, to arrange for compliance inspections. To allow for a reasonable reaction time, this notification must be at least 5 working days prior to a desired inspection date.

Equipment suppliers are responsible for ensuring that all units comply with all of the requirements listed in the boilerplate and specification(s) of this purchase, prior to a compliance inspection. This includes presenting the following documentation for each unit during the inspection:

1. The manufacturer’s line production sheet reflecting the equipment serial numbers, and listing all of the unit’s components

2. Completed Invoice

3. The Manufacturer’s Statement of Origin (MSO)

4. Axle weight slips (for all units with axles)

5. The title application reflecting both the legal and registered owner as:

Washington State Department of Transportation

Olympia, Washington 98504-7357

When equipment fails to meet a compliance inspection, the supplier hereby agrees to reimburse WSDOT for any travel, per diem, and labor costs associated with all necessary re-inspection(s). Such reimbursement shall be deducted from the invoiced amount at final payment.

Equipment shall not be delivered to a WSDOT location until this inspection has successfully occurred, and a signed copy of the WSDOT specification compliance worksheet has been issued to the supplier. Failure to comply with this specific requirement constitutes breach of contract; and may be grounds for order cancellation, without re-stocking fees or damages to WSDOT; or suspension from the state bidders list.

After a unit successfully passes a compliance inspection, it may be delivered to WSDOT facilities between the hours of 7:00 am and 3:00 pm -- Monday through Friday. Deliveries shall not occur during other hours; or on weekends; or on recognized state and federal holidays. Suppliers must notify the phone number annotated in the ship to block of the purchase order at least 24 clock hours prior to equipment delivery, to ensure that a WSDOT employee is available to sign and date the delivery acceptance of the unit(s). Equipment left at a WSDOT facility without being signed for by an appropriate employee, will not be considered accepted by WSDOT; and WSDOT will not accept responsibility for the safeguard of such equipment. Failure to comply with this requirement constitutes breach of contract; and may be grounds for suspension from the state bidders list.

Late Delivery Penalty:

Receiving new units within the fiscal year for which they are funded is critical to government agencies. Therefore, WSDOT reserves the right to accept or reject bids based solely upon the bid delivery date.

A late delivery penalty of two tenths of one percent (0.002) shall be levied against the bid price of each individual unit, for each normal workday beyond the delivery date reflected on the awarded Purchase Order. Late penalties shall stop upon delivery acceptance annotated on the previous page of this document. WSDOT shall deduct such late delivery penalties from the invoiced amount, when making payment. Officially recognized state and federal holidays shall not be considered normal workdays. Suppliers may not be held responsible for Force Majeure delays; providing the OSP procurement administrator is notified in writing within 10 calendar days after the Force Majeure event. The OSP Procurement Administrator is responsible for consulting the WSDOT Fleet & Equipment Manager on such events; and the WSDOT Fleet & Equipment Manager has the sole prerogative of determining if events fall into the category of Force Majeure.

For sensible reasons, suppliers may request relief of late penalty fees by contacting the WSDOT Fleet & Equipment Manger in writing. Under no circumstances may any other person excuse late delivery penalty.

Warranty Services and Performance:

Equipment suppliers must provide technical support and reasonable equipment modifications for a period of 90 calendar days after the unit is reported as in service, to ensure that the purchased equipment is capable of performing the specified operational functions.

Bidders must include the factory warranty, which shall cover 100% parts and labor for the entire unit offered. This warranty must be honored at any factory-franchised dealership.

Warranty coverage will not commence until the date the completed unit is put into service as reported by WSDOT; or 30 days after final payment for the unit(s); whichever occurs first.

The equipment supplier must be capable of providing repair parts and supplies support for a period of at least 10 years after the purchase of the unit(s) offered.

The equipment supplier must initiate physical repairs on equipment failures within 72 consecutive hours after notification, during the purchased equipment’s warranty period.

Suppliers shall incur all costs associated with warranty work for units obtained from this purchase, during the warranty period; this includes the transport of units that are disabled due to the failure of a warranted item.

Suppliers may authorize WSDOT to accomplish warranty repairs upon request; however, the supplier also agrees to wholly reimburse WSDOT for parts, materials, labor, and travel costs incurred in the accomplishment of such warranty repairs. The billing document for warranty work performed by WSDOT shall be based upon a WSDOT shop service work order for claims reimbursement.

WSDOT may levy charges equal to damages incurred as a result of non-compliance with any of the requirements in this Warranty Services and Performance section. These damages may include such things as lost productivity, and penalties levied on WSDOT by a third party.

Training:

Equipment suppliers shall provide one session of operator training per unit purchased; and one session of mechanic training per unit purchased. The session will include, but not limited to, the training items listed below.

Operator training will be designed to familiarize personnel with operating characteristics and operator checks of the new equipment. This will include teaching operators shifting, acceleration, and braking techniques to maximize operational effectiveness of the unit's power train configuration.

Mechanic training shall be designed to familiarize service and repair technicians with service checks and techniques, adjustments, and any unique requirements associated with the entire unit.

All training is to be scheduled, and coordinated by the WSDOT, ship to addressee.

Training sessions shall be conducted by qualified individuals only. "Qualified" means that the trainer must have a high level of knowledge and experience relating to the type of equipment offered or purchased:

a) Persons conducting the operator sessions must have a minimum of one (1) year of experience in actually operating the units offered.

b) Persons conducting mechanic training must have at least one (1) year of experience in the performance of preventive maintenance and repair on the units offered.

Training sessions will be evaluated by the agency Equipment Training Manager, who shall determine weather or not the training was adequate. If the training is deemed inadequate, the supplier agrees to conduct additional training sessions, at no cost, to satisfy the requirement.

| 0702 |Truck; Manlift; 54 Foot; with out Lift Pedestal |

|Specification Requirements | |Check | |Describe Offered Alternatives |

| | |If Meet or Exceed | | |

|General: | | | | |

|1. This specification intends to describe the Department of Transportation’s | | | | |

|requirements for a Manlift with service body. | | | | |

| | |XX | | |

|2. The service body shall be the manufacturers standard, galvanized, service body, | | | | |

|meeting these specifications. | | | | |

| | |XX | | |

|3. Bidders shall provide a detailed measured drawing of the unit bid, to include all | | | | |

|compartment dimensions, and a weight distribution analysis. | | | | |

| | | | | |

| | |XX | | |

|Trade-In: | | | | |

|The department desires to trade-in the aged unit(s) being replaced; therefore, a | | | | |

|trade-in offer is required for this purchase. | | | | |

|If WSDOT elects to accept trade-in offers, a Best Buy evaluation method will be used | | | | |

|to determine the purchase; whereas both the bid price and the trade-in offer will be | | | | |

|taken into consideration to determine the overall best purchase for the state | | | |NEGOTIATE WITH CONTRACTOR |

|taxpayers. If the trade-in offer is not acceptable, only the bid price will be | | | | |

|considered. | | | | |

|If a trade-in offer is accepted, the successful bidder agrees to | | | | |

|Invoice WSDOT for the full purchase amount of the new unit(s). Trade-in amounts will| | | | |

|not be deducted. | | | | |

|Coordinate with WSDOT headquarters to arrange for trade-in pickup. The correct phone| | | | |

|number is 360-705-7869 | | | | |

|Pay an invoice for the agreed upon trade-in amount(s) which will be issued by WSDOT | | | | |

|headquarters after pick up arrangements have been finalized | | | | |

|Note: Payment of this invoice will be made to WSDOT headquarters, as directed by the| | | | |

|invoice | | | | |

|II. Chassis, Load capacity and Measurements: | | | | |

|The Chassis load rating shall be 36,000 lbs (GVWR). | | | | |

| | |X | | |

|Shall have a set forward front axle. | |X | | |

|Body vender shall determine wheel Base. | |X | | |

|Body vender shall determine cab to Axle (CA). | |X | | |

| | | | | |

|III. Frame: | | | | |

|The entire length of the frame rails shall be full depth. | |X | | |

|Both frame rails, from front to rear, shall be constructed with 110,000 psi steel, | | | | |

|with a section modulus of 30.00 and an RBM of 3,300,000 in. lbs. | | | | |

| | |X | | |

|The section modulus at the engine cut outs shall be at least 18.00, with an RBM of | | | | |

|2,000,000. | |X | | |

|There shall be no holes or bolts in the top flange of the frame rails, from the back | | | | |

|of the cab to the trunnion. | |X | | |

|Cross-members shall not be riveted to the frame rails, however cross-member | | | | |

|components may be riveted to form a cross-member assembly. | | | | |

| | |X | | |

|Shall have a steel front bumper, with two front tow loops or hooks accessible through| | | | |

|the bumper. | |X | | |

| | | | | |

| | | | | |

|IV. Cab and Related Equipment: | | | | |

|Shall be a manufacturer’s standard cab with at least 21 inches of clear space between| | | | |

|the driver and passenger seat. | | | | |

| | |X | | |

|Hood and fenders shall tilt forward to a stable position and allow full and | | | | |

|unrestricted access to the engine compartment. | | | | |

| | |X | | |

|There shall be a stone guard, mounted behind the grill to protect the radiator. | | | | |

| | |X | | |

|The unit shall be equipped with the following: | | | | |

| | |X | | |

|Engine voltmeter | |X | | |

|Engine oil pressure gauge. | |X | | |

|Tachometer, and Hour-meter. | |X | | |

|Engine coolant temperature gauge. | |X | | |

|High output heater w/fresh air selection. The heater shall have a BTU rating of at | | | | |

|least 30,000. | | | | |

| | |X | | |

|Sun visors for both driver and passenger. | |X | | |

|Factory installed air conditioning. | |X | | |

|Visual and audible low oil pressure / high coolant temperature warning system. | | | | |

| | |X | | |

|5. Dual, heated 6 x 16 inch rearview mirrors. The passenger side mirror shall be| | | |Both side motorized, all heads heated. |

|motorized. The mirrors shall be equipped with a 10-inch convex spot mirror. | | | |Bright finish |

| | | | | |

| | |X | | |

|Shall be equipped with an air horn. | |X | | |

|Shall be equipped with cowl mounted, electric, intermittent, windshield wipers, to | | | | |

|include a HD wiper motor(s). | | | | |

| | |X | | |

|The wiper linkage shall be a heavy-duty formed linkage. Pressed steel linkage is not| | | | |

|acceptable. | |X | | |

|The cab noise level shall not exceed 84 dB (A) inside the cab with windows closed, | | | | |

|measured at 1800 RPM and at normal road speed. | | | | |

| | |X | | |

|The cab interior package shall be an International Premium package. This includes, | | | | |

|increased insulation on the floor, and the engine cover. | | | | |

| | |X | | |

|Shall be equipped with left and right egress / ingress assist handles. | | | | |

| | |X | | |

|13. Shall be equipped with an AM/FM Radio. | |X | | |

|V. Radio Installation: | | | | |

|The cab shall be outfitted with a header pocket to accommodate an EF Johnson radio. | | | | |

|(Part # 242-97-55-111.) The measurements of the radio are as follows: | | | | |

| | | | | |

| | |X | | |

|Width 7 3/16 inches. | |X | | |

|Length 8 5/16 inches. | |X | | |

|Thickness 2 1/8 inches. | |X | | |

|The radio shall be located in a manner that allows the operator to read the LCD | | | | |

|without detracting from road visibility. The radio shall be accessible by the | | | | |

|operator and be within arms reach of an average person. | | | | |

| | | | | |

| | |X | | |

|When installed; the face of the radio shall not extend further than one inch out of | | | | |

|the pocket. | |X | | |

| Note: WSDOT will loan an EF Johnson radio to the successful bidder, as a | | | | |

|production aid. | |X | | |

|Within the radio pocket, there shall be a factory-installed radio-mounting bracket, | | | | |

|which will accept the EF Johnson radio. The radio shall have the ability to be | | | | |

|removed and re-installed without removing the header panel. | | | | |

| | | | | |

| | |X | | |

|To the left of the radio pocket, a microphone-mounting clip shall be installed. | | | | |

| | |X | | |

|On the exterior of the cab roof, there shall be a factory installed Larson | | | | |

|NMO-K-DS-FME antenna base. The specific mounting location shall provide the antenna | | | | |

|with at least 18 inches of clear area around the antenna base and at the tip of the | | | | |

|antenna when a body cab shield is used. | | | | |

| | | | | |

| | |X | | |

|The roof mount antenna base shall be sealed and capped with a protective cover for | | | | |

|shipping. | |X | | |

|The antenna cable shall extend to the radio pocket, and extend at least six inches | | | | |

|outside of the radio pocket. | | | | |

| | |X | | |

|Above the rear window and centered in the cab, shall be a factory installed and | | | | |

|functional two-way radio speaker for the EF J radio. | | | | |

| | |X | | |

|There shall be a labeled, dedicated, and fused, 15-amp constant duty circuit for the | | | | |

|EFJ Radio. This circuit shall run directly from a battery power source. At the same | | | | |

|location, there shall be a labeled 3 amp fused circuit. This circuit shall be | | | | |

|switched at the ignition switch, and shall operate in the run or accessory positions.| | | | |

| | | | | |

| | | | | |

| | |X | | |

|Connected to the 15amp EFJ circuit shall be a power wire. (EFJ Part# 023-9750-010 or | | | | |

|equal) This wire shall extend up to the header with no splices, and extend at least | | | | |

|six inches outside of the pocket. | | | | |

| | |X | | |

|Connected to the 3 amp EFJ circuit shall be a sense wire. (EFJ Part # 023-9750-011 | | | | |

|or equal) This wire shall extend up to the header, with no splices and extend at | | | | |

|least six inches outside of the pocket | | | | |

| | |X | | |

| | | | | |

|VI. Seats | | | | |

|Driver’s seat shall be a cloth covered high back National air ride seat. | | | | |

| | |X | | |

|Passenger seat shall be a cloth covered high back National high back, non-suspension.| | | | |

| | |X | | |

|Both seats shall have compatible; three point type seat belts with shoulder strap, | | | | |

|and retractors. | |X | | |

| | | | | |

|VII. Fuel Tank: | | | | |

|Shall have a 70 gallon fuel tank | |X | | |

|Shall be equipped with two non-skid, raised expanded metal steps. | | | | |

| | |X | | |

|Shall not extend more than 6 inches past the back of the cab. | | | | |

| | |X | | |

| | | | | |

| VIII. Electrical & Lighting Systems: | | | | |

| Note: All chassis lighting shall be conventional lighting (International lighting is| | | | |

|not acceptable). | |X | | |

|Shall be a 12-volt system. | |X | | |

|Batteries shall have at least 1,950 cold cranking amps (CCA) and be maintenance-free.| | | | |

| | |X | | |

|The battery box cover shall be constructed of a non-metallic reinforced material. | | | |When using “Clean CA” Battery Box Pkg, the |

|The batteries shall rest in a plastic tray. | | | |Battery Box is Steel with an Aluminum Lid |

| | |X | | |

|The battery box shall be mounted as per the body vendor location. | | | | |

| | |X | | |

|All cable ends shall be sealed, and equipped with rubber retainers and covers. | | | | |

| | |X | | |

|Shall have a, six-position switch panel with the following. They shall operate from | | | | |

|the ignition switch in both run and accessory positions, and all switches shall be | | | | |

|on/off | | | | |

| | |X | | |

|Automatic circuit protection | |X | | |

|Back lit, and labeled rocker panel switches | |X | | |

|First switch (Strobe) | |X | | |

|Second switch (Work Light) | |X | | |

|Third switch (Alt. Flash) | |X | | |

|The fourth, fifth and sixth switch are powered and not labeled | |X | | |

| 7. Bidder must ensure that the control panel on all equipment associated with this| | | | |

|purchase, are wired and labeled uniformly. | | | | |

| | |X | | |

| 8. A round 7-conductor, cable shall be wired to the rear of the chassis and | | | | |

|terminate into a standard 7 pole trailer connector with ABS. (Conventional Wiring) | | | | |

| | | | | |

| | |X | | |

|Shall be equipped with halogen headlamps. | |X | | |

| 10. Supplier splices into the factory wiring harness is unacceptable and may be | | | | |

|grounds for bid rejection. | |X | | |

| | | | | |

|IX. Engine: | | | | |

|Shall be powered by a DT530E developing 275 H.P. at 2000-2200 RPM and 800 ft. lbs. of| | | |Maxx-Force 9 – 300 HP, 800 lb-ft Torque |

|torque at 1200 RPM | | | | |

| | |X | | |

|Shall be equipped with an exhaust brake. | |X | | |

|Electronic engine controls shall have the following settings: | | | | |

| | |X | | |

|Maximum road speed to be 65 mph. | |X | | |

|Cruise control speed to be 60 mph. | |X | | |

|Automatic Idle shut down to be 10 minutes. | |X | | |

|Idle, Set 650, Resume 1,000. | |X | | |

|Shall have idle bump up/down feature. | |X | | |

|Shall be equipped with 1250 watt 110 volt block heater, with the plug-in receptacle | | | | |

|located on the left side under the driver’s door. | | | | |

| | |X | | |

| | | | | |

|X. Air Cleaner | | | | |

|1. Shall be dual element, dry-type, with fresh air intake. | | | | |

| | |X | | |

|2. A vacuum, needle gauge restriction indicator shall be mounted on the dash; and | | | | |

|it must indicate restriction for both elements. | | | | |

| | |X | | |

|3. The air cleaner lid shall have release latches or thumbscrews for quick and easy| | | | |

|access to the air cleaner. | | | | |

| | |X | | |

| | | | | |

|XI. Engine Cooling System: | | | | |

|Shall be equipped with a temperature controlled, air clutch fan drive | | | | |

| | |X | | |

|Radiator shall be a cross flow, copper core, with deaeration system and coolant | | | |All cores aluminum due to new copper disposal |

|filter. | |X | |regulations on auufacturing. |

|Antifreeze protection shall be at least -35 (. | |X | | |

|XII. Engine Exhaust System: | | | | |

|Shall be a single horizontal muffler and vertical pipe. | | | | |

| | |X | | |

|The end of the exhaust pipe shall have a 45-degree tip out, positioned 118 inches | | | | |

|from the ground to the highest point of the tip out when the truck is empty. | | | | |

| | |X | | |

|XIII. Transmission | | | | |

| Shall be an Allison MD 3560 six speed. | |X | |Allison 3000 RDS 6 sp is updated Model |

| | | | | |

|XIV. Steering System: | | | | |

|Shall have a dual Shepherd power steering system. | |X | | |

|Steering wheel shall be 18 inches in diameter. | |X | | |

|Steering column shall be fully adjustable. | |X | | |

| | | | | |

|XV. Axles and Suspension: | | | | |

|Front Axle shall be 16,000 lbs. with Stemco-type seals and grit guards, and | | | | |

|heavy-duty double acting shock absorbers. | | | | |

| | |X | | |

|Rear Axle shall have a 23,000-pound rear axle with a 31,000 lbs. rear suspension and | | | | |

|4.500 lbs. multi-leaf auxiliary springs. | | | | |

| | |X | | |

|The rear axle shall have a gear ratio to allow 65-mph. | | | | |

| | |X | | |

| | | | | |

|XVI. Wheels and Tires: | | | | |

|Front wheels shall be Hub Pilot with 385/65R 22.5 LRJ steel belted Goodyear tubeless | | | | |

|tires. | |X | | |

|Rear wheels shall be Hub Pilot with Goodyear G164 RTD 11 R 22.5 LRG steel belted | | | | |

|tires. The center hub shall have a thickness of at least .472 inches. | | | | |

| | | | | |

| | |X | | |

|XVII. Brake System: | | | | |

|Shall be a Bendix anti-lock series air braking system. | | | | |

| | |X | | |

|Shall have self-adjusting “S” cam air brakes front and rear, with shields installed. | | | | |

| | |X | | |

|Shall have outboard mounted brake drums, with 16 ½ x 6-inch front drums and 16 ½ X 7 | | | | |

|rear drums. | |X | | |

|All brake blocks shall be non-asbestos. | |X | | |

|Shall have 30 sq. In. MGM TR-T series rear brake chambers, and the chambers shall be | | | | |

|tilted in the upward position for paver operations. | | | | |

| | |X | | |

|Shall have at least 13 C.F.M. air compressors, with intake plumbed to the filtered | | | | |

|side of the air cleaner. | | | | |

| | |X | | |

|Shall have the Rockwell Wabco System Saver 1200 air dryer. | | | | |

| | |X | | |

|Shall be equipped with all required items for trailer air brakes to include a hand | | | | |

|protection valve and glad hands. | | | | |

| | |X | | |

|Air tanks shall be mounted below the cab. | |X | | |

| | | | | |

|XVI11 Aerial | | | | |

|Height to bottom of bucket: 49 ft. | |X | |Exceeds: 49.5 |

|Working height: 54 ft. | |X | |Exceeds: 49.5 |

|Horizontal reach from centerline: 36 ft. | |X | | |

| | | | | |

|XVIIII. Stability: | | | | |

| Minimum tipping load with outriggers deployed and at full reach: | | | | |

| | |X | | |

|Level ground - 900 lbs. | |X | | |

|5 Degree slope - 800 lbs. | |X | | |

|Completed unit shall be stability tested per ANSI A 92.2 specifications. | | | | |

| | |X | | |

| | | | | |

| | | | | |

|XX. Hydraulic System: | | | | |

|Hydraulic pump shall deliver 6 GPM at 2000 PSI. | |X | | |

|Equipped with two-speed engine throttle at bucket and outrigger controls. | |X | | |

|Oil reservoir shall be an integral part of pedestal and include filler cap and | | | |Shut off valve included for ease of maintenance.|

|strainer and be designed for adequate cooling when operating hydraulic tools. | | | | |

| | |X | | |

|The equipment shall be provided with a Hot Shift PTO system with in cab air controls.| |X | |Exceeds: Chelsea hot shift PTO for automatic |

| | | | |transmission. |

|Upper Controls: Single lever pistol grip type of control handle, to control | | | | |

|rotation, outer boom elevation and extension. Lower boom, basket rotation to be on | | | | |

|separate levers. | | | | |

| | |X | | |

|Lower Controls: Conventional handle control levers at pedestal that will over-ride | | | | |

|the upper controls. | |X | | |

|One (1)-air line at basket. | |X | | |

|Emergency 12-volt hydraulic system for operation if main system malfunctions. | | | | |

| | |X | | |

| | | | | |

|XXI. Mechanical System: | | | | |

|Boom unit shall be non-over-center, articulated aerial device with telescoping upper | | | | |

|boom. | |X | | |

|Boom unit shall be mounted with booms positioned over truck cab and platform to rear | | | | |

|of the truck chassis in the stowed position | | | | |

| | |X | | |

| | | | | |

|3. XXII. Pedestal: | | | | |

| Pedestal shall be of welded steel construction with access covers for easy | | | | |

|maintenance. | |X | | |

| | | | | |

|XXIII. Turntable: | | | | |

|Turntable shall be rotated by hydraulic motor. | |X | | |

|Shear-ball rotation bearing shall provide 360 degrees continuous rotation. | | | | |

| | |X | | |

|XXIV. Outrigger: | | | | |

|Two (2) sets of outriggers shall be bolted or welded to the pedestal and to sub frame| | | | |

|under the truck. | |X | | |

|Main and rear outriggers to be a modified “A” frame with a 120 inch spread. | | | | |

| | |X | | |

|Cylinders shall be equipped with pilot operated check valve and internal thermal | | | | |

|relief valves. | |X | | |

|Outrigger controls shall be at rear left and right corners of body. | | | | |

| | |X | | |

|XXV. Upper Boom: | | | | |

|Fiberglass boom constructed of molded reinforced polyester resin. To be one piece | | | | |

|filament wound multi-layers of fiberglass and high impact strength polyester resins | | | | |

|with polyurethane paint finish. | | | | |

| | |X | | |

|Net insulation gap of 24.6” in fully retracted position. | | | | |

| | |X | | |

|Boom travel from- 15 degrees to +75 degrees | |X | |Exceeds: -150 to 760 |

|Secured to boom rest via belt clamp. | |X | | |

|Shall be dielectrically protected for category C under current ANSI A92.2-2001 | | | | |

|standards. | |X | | |

|XXVI. Lower Boom: | | | | |

|Boom travel arc is to be 0 degrees to +85 degrees vertical. | | | |Exceeds: 00 to 870 |

| | |X | | |

|Boom to be constructed of steel with a fiberglass section to provide a 18 inch | | | | |

|insulation gap. | |X | | |

|3. XXVII. Platform & Leveling of Platform: | | | | |

|Bucket size shall be a rectangular two-man bucket, 24” x 48”, all fiberglass end | | | | |

|mounted. Vinyl cover to be provided. | | | | |

| | |X | | |

|Platform rated capacity minimum 600 lbs. | |X | | |

|Bucket to be hydraulically rotated 180 degrees around the boom tip. | | | | |

| | |X | | |

|XXVIII. Jib: | | | | |

|Removable 1,000 lb. capacity material handling jib. | |X | | |

|Automatically levels with platform. | |X | | |

|Manually adjustable jib pole to tilt in 10-degree increments from horizontal to a | | | | |

|maximum of 50 degrees above horizontal. | | | | |

| | |X | | |

|Jib pole length adjustable for 35” to 42”. | |X | | |

|The Jib shall be rotateable on either side of boom at 30 degrees and 90 degrees. | | | | |

| | |X | | |

|XXVIIII. Winch: | | | | |

|Hydraulic powered and self-locking through a worm gear drive. | | | | |

| | |X | | |

|Rope 70’ of 1/2 “ diameter polyester rope. | |X | | |

|XXX. Service Body: | |X | | |

|Shall be a line maintenance body. | |X | | |

|Overall width approximately 96", height approximately 48", inside width approximately| | | | |

|58", and length approximately 138", plus bumper and tail shelf. | | | | |

| | | | | |

| | |X | | |

|Body to be constructed from galvanized steel. | |X | | |

|Bin doors shall be double panel. | |X | | |

|Undercoating of the entire underside of the unit is required. | | | | |

| | |X | | |

|All bin dimensions are approximate. Bidders must state exact sizes being offered and | | | |See attached drawing. |

|attach the addendum sheet to the bid. | | | | |

| | |X | | |

|All bins shall have watertight doors with drip moldings above and drain holes with | | | | |

|plugs in compartment bottoms. | | | | |

| | |X | | |

|Latches shall have protection on the inside to prevent loose objects from jamming | | | | |

|mechanism. | |X | | |

|All latches shall be “D” ring twist and keyed alike. Slam type latches are | | | | |

|unacceptable. | |X | | |

|XXXI. Streetside & Curbside Compartments: | | | | |

|All compartments shall be lighted with a Vista Track Lighting System. The lighting | | | | |

|switch shall be cab controlled to include individual door switches on each door. | | | | |

| | | | | |

| | |X | | |

|The toolboxes on the curbside of the body from front to rear shall consist of one | | | | |

|vertical cabinet; walk through, one vertical, one horizontal, and one vertical. The | | | | |

|street side compartments shall consist of 3 vertical, one horizontal, and one | | | | |

|vertical. | | | | |

| | |X | | |

|All vertical cabinets shall measure approximately 20 inches in width and 47 inches in| | | | |

|height. | |X | | |

|All horizontal cabinets shall measure approximately 58 inches in length and 24 inches| | | | |

|in width. | |X | | |

|All vertical cabinets shall have three removable and adjustable shelves with dividers| | | | |

|on 4-inch centers. | |X | | |

|Shall have 4 hooks on all rear vertical compartments. Additionally there shall also | | | | |

|be 4 hooks located on the curbside front vertical compartment. | | | | |

| | | | | |

| | |X | | |

|All horizontal cabinets shall have one fixed shelf running full length of the | | | | |

|cabinet. | |X | | |

|Mounted on top of the Street-side compartments shall be a full length expanded metal | | | | |

|storage bin with open top. Under this storage bin shall be an additional storage | | | | |

|bin for a telescoping ladder. | | | | |

| | |X | | |

|The unit shall be equipped with a 24" tail shelf with a removable pipe vise located | | | | |

|on the curbside of the unit. The tail shelf shall have access doors on each end and | | | | |

|the entire tail shelf shall be a through pocket. | | | | |

| | | | | |

| | |X | | |

|XXXII. Misc. Items: | | | | |

|Shall be equipped with an 8" Rear Step Bumper of minimum 5" structural channel, grip | | | | |

|strut top surface reinforced for towing with Class III Receiver. | | | | |

| | | | | |

| | |X | | |

|Provide outrigger pad storage under bins, one each side convenient to outriggers. | | | | |

|Bidder shall provide outrigger pads. | | | | |

| | |X | | |

|Furnish and install a 10 lbs fire extinguisher on street side, forward face of body. | | | | |

| | |X | | |

|Furnish and install mud flaps. | |X | | |

|Provide (4) integral wheel chock storage under horizontal compartment adjacent/ | | | | |

|attached to rear wheels. Contractor to supply (4) wheel chocks. | | | | |

| | |X | | |

|Curbside forward chock block holder to have a receiver to accept a removable pipe | | | | |

|support bracket (for holding long conduit when using pipe vise). | | | | |

| | |X | | |

|Access stairway entrance to bed shall have angles to retain a 20" x 20" plywood “slip| | | | |

|in door.” Angles shall be provided aft of stairway inside bed to store door when not | | | | |

|in use. | | | | |

| | |X | | |

|Place grab handles convenient to steps. | |X | | |

|Furnish and install cone holder on front and rear bumpers. | |X | | |

|XXXIII. Electrical: | | | | |

|Furnish and install all legal lights and reflectors for body and rear of chassis. | | | | |

| | |X | | |

|Light fixtures to be Trucklite hermetically sealed units. | | | | |

| | |X | | |

|All attachment wiring is to be protected by using the Wired Rite System. | | | | |

| | |X | | |

|Marker, license plate, and backup lights wiring shall be shielded. | | | | |

| | |X | | |

|Two cab controlled amber rotating lights shall be located on posts at front of body | | | | |

|so as to be visible from front and rear. The control switch will have a flashing red | | | | |

|warning light and located next to outrigger warning light. Both lights shall be | | | | |

|clearly labeled. | | | | |

| | | | | |

| | |X | | |

|XXXIV. Exterior Finish: | | | | |

| WSDOT expects professional workmanship on all products purchased. With this | | | | |

|in mind, the following finishing requirements will be closely scrutinized during the | | | | |

|specification compliance inspection. | | | | |

| | | | | |

| | |X | | |

|1. There shall be no welding scale, roughness, sharp corners; or rust stains on| | | | |

|the unit. | |X | | |

|2. The unit shall be coated with 2 mils dry automotive quality primers, with an | | | | |

|additional base coat/clear coat of Sikkens (4039) or DuPont (7044) National Safety | | | | |

|Yellow. | | | | |

| | |X | | |

|3. The body paint shall be warranted against rust and corrosion for five years. | | | | |

| | |X | | |

|4. The body floor, tail shelf, and compartment tops will be painted with a | | | | |

|black, non-skid material to include a 5-year warranty against peeling. | | | | |

| | |X | | |

|5. Each cab door shall be equipped with the WSDOT decals. The successful bidder| | | | |

|will notify Billboard Signs at 206-300-7300 for all decaling pertaining to this unit.| | | | |

|All of the decaling will be complete prior to the compliance inspection. The | | | | |

|decaling will be invoiced to WSDOT by the installer. | | | | |

| | | | | |

| | |X | | |

|XXXV. Publications: | | | | |

|1. Each unit shall be delivered with an operator’s manual. | | | | |

|2. Bidders shall provide the Service and Parts Manuals for this unit, as | | | | |

|annotated below. | | | | |

|1. Parts Manual | | | | |

|1 Service Manual | | | | |

Options Added to Change Notice # 6 Attachment B

|page 10, item IV, CAB; |

|Extended cab, open inside, no seats, no doors ILO standard cab $1,890 |

|page 11 Item IV.5; |

|Add: motorized and heated spot mirrors. Mirrors are heated, spot mirrors not able to be motorized |

|Page 13, item VI 2 |

|Add Air Ride passenger seat. (note: a price for this item was included in our original pricing) $252 |

|Page 14, item IX, Engine |

|Cummins 280 ISM ilo DT530E: ISM329V with 4000 Allison, add $16,157 310 HP DT570E 1050 torque, add $1,485 instead of the 285 HP 800 torque |

|included in the original bid |

|Page 18 item XX 6 Lower Controls; Shall be Below Rotation, on the curbside of the pedestal $2,073 |

|Page 19, item XXV Upper Boom; |

|Non-Insulated |

|Item XXVII Platform; |

|42”x60” aluminum (metal) with gate which opens @ curbside when platform is stored (this would be the “front” of the platform) |

|to include the 180° rotator |

|platform leveling to be provided at the platform |

|110v outlet at platform  Non-insulated boom (fiberglass, painted black with Non-Insulated decals) 120v duplex outlet at platform and 42x60 |

|aluminum platform $13,474 |

|item XXVIII Deduct $ for jib and winch Deduct $2,344 |

|page 22 XXXIII Electrical; |

|all lights to be LED $372 |

|item XXXIV Exterior finish, #4; |

|to include the expanded metal box with spray-on bed liner material $186 |

 

PERFORMANCE REPORT FOR

Purchasing & Contract Administration

To OSP Customers:

Please take a moment to let us know how our services have measured up to your expectations on this contract. Please copy this form locally as needed and forward to the Office of State Procurement Purchasing Manager. For any comments marked unacceptable, please explain in remarks block.

|Procurement services provided: |Excellent |Good |Acceptable |Unacceptable |

|Timeliness of contract actions | | | | |

|Professionalism and courtesy of staff | | | | |

|Services provided met customer needs | | | | |

|Knowledge of procurement rules and regulations | | | | |

|Responsiveness/problem resolution | | | | |

|Timely and effective communications | | | | |

Comments:

|Agency: | |Prepared by: | |

|Contract No.: |02204 |Title: | |

|Contract Title: | |Date: | |

| | |Phone: | |

Send to:

Purchasing Manager

Office of State Procurement

PO Box 41017

Olympia, Washington 98504-1017

PERFORMANCE REPORT FOR

CONTRACTOR PRODUCT/SERVICE

Complete this form to report problems with suppliers or to report unsatisfactory product or services. You are also encouraged to report superior performance. Agency personnel should contact suppliers in an effort to resolve problems themselves prior to completion and submission of this report.

Contract number and title: 02204

Supplier’s name: Supplier’s representative:

|PRODUCT/SERVICE |

| |Contract item quality higher than required | |Damaged goods delivered |

| |Contract item quality lower than required. | |Item delivered does not meet P.O./contract specifications |

| |Other: | | |

|SUPPLIER/CONTRACTOR PERFORMANCE |

| |Late delivery | |Slow response to problems and problem resolution |

| |Incorrect invoice pricing. | |Superior performance |

| |Other: | | |

|CONTRACT PROVISIONS |

| |Terms and conditions inadequate | |Additional items or services are required. |

| |Specifications need to be revised | |Minimum order too high. |

| |Other: | | |

Briefly describe situation:

|Agency Name: |Delivery Location: |

|Prepared By: |Phone Number: |Date: |Supervisor: |

| | | | |

|Address: |Email: | | |

| | | | |

Send To:

Name

STATE PROCUREMENT OFFICER

OFFICE OF STATE PROCUREMENT

PO BOX 41017

OLYMPIA WA 98504-1017

................
................

In order to avoid copyright disputes, this page is only a partial summary.

Google Online Preview   Download