State of Washington



State of Washington

Current Contract Information

Change Notice No. 16

Effective: October 29, 2012

|Contract number: |07906 |Replaces Contract: |10904 |

|Contract title: |SWEEPERS-VARIOUS SIZES Commodity Code: 2330 |

|Purpose of change: |To add a Regenerative Air sweeper the Owen Equipment portion of the contract as item no. 4 |

|Current Term: |January 1, 2010 |through: |December 31, 2012 |

|For use by: |Department of Transportation and General use: 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). |

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

|Scope of contract |This contract is awarded to multiple contractors. |

|Contractor : |See Attachment A |Contact: |See Attachment A |

|Address: |See Attachment A |

|Phone: |See Attachment A |

|FAX: |See Attachment A |

|Fed. I.D. No.: |See Attachment A |

|Supplier No.: |See Attachment A |

|Products available: |See Attachment B |

|Ordering information: |See Page 2 |

|Ordering procedures: |See Attachment A |

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.

|Contract Specialist: |Steve Jenkins |Customer Service |

|Phone Number: |(360) 902-9415 |Phone Number: |(360) 902-7193 |

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

|Email: |steve.jenkins@des. |Email: |csmail@des. |

Visit our Internet site:

|Payment address: |See Attachment A |

|Order placement address: |See Attachment A |

|Minimum orders: |See Attachment A |

|Delivery time: |See Attachment A |

|Payment terms: |See Attachment A |

|Contract pricing: |Attachment B This is the summary page for Item pricing. Detailed pricing listed under awarded contractor |

| |attachments. |

|Contract pricing by Contractor: |Attachment “B1” Owen Equipment 1501 |

| |Attachment “B1” Pape Machinery 1506 |

|Specifications |Attachment “C” Specifiations Boiler Plate |

| |Attachment “C” Owen Equipment 1501 |

| |Attachment “C” Pape Machinery 1506 |

|Term worth: |$2,140.000.00/ 2 YEARS |

|Current participation: |$0.00 MBE |$0.00 WBE |$2,140,000.00 OTHER |$0.00 EXEMPT |

| |MBE 0% |WBE 0% |OTHER 100% |Exempt 0% |

Notes:

I. 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.

Only authorized purchasers included in the State of Washington Purchasing Cooperative (WSPC) and State of Oregon Cooperative Purchasing Program (DASCPP/ORCPP) listings published and updated periodically by MCC and DAS 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 , and a list of the Oregon members is available at contractors shall not process state contract orders from unauthorized users.

II. Recognizing that a single brand or manufacture would not satisfy the needs of the state, this contract was competitively awarded for a variety of products in this contract. Every brand or model appearing on this contract was only awarded by manufacture to a single vendor, following the competitive process.

Prior to using this contract for a purchase, the end user should evaluate the products, pricing, and services on the contract and make a decision on the ones (s) that best fits their requirements. In each case a note to theirs files should be included communicating how their final choice selection was determined.

Special Conditions:

1. Current Contract Information (CCI)

This Current Contract Information (Change Notice No. 14a) approves a price increase for Pape Machinery. Owen Equipment received a price increase in December 2011 under Change Notice 14. All other terms, conditions and pricing remain unchanged.

2. Contract Summary

The following is a summary of and breakout of contract pricing and specifications offered by the awared contractors. This CCI is subject to the Standard Terms and Conditions contained in the original IFB 07906 bid solicitation to include Special Provisions listed below as follows:

▪ Attachment “A” lists contract suppliers and selected Information: See Attachment A

▪ Attachment “B” provides a summary of front loader item pricing by manufactures: Attachment B

▪ Attachment”B1” provides detailed item pricing and options available:

Attachment “B1” Owen Equipment 1501

Attachment “B1” Pape Machinery 1506

▪ Attachment “C” provides bid specification compliance.

Attachment “C” Specifiations Boiler Plate

Attachment “C” Owen Equipment 1501

Attachment “C” Pape Machinery 1506

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

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.

|SUPPLIER: | |Owen Equipment | | |Pape Machinery Inc. |

| | | | | | |

|ADDRESS: | |12831 NE Whitaker Way | | |3607 20th Street East |

| | | | | | |

|CITY/STATE: | |Portland, OR | | |Tacoma, WA |

| | | | | | |

|ZIP CODE: | |97230 | | |98424 |

| | | | | | |

|TELEPHONE: | |(503) 255-9055 | | |(360) 340-0396 |

| | | | | | |

|FAX #: | |(503) 255-9055 | | |(206) 955-3562 |

| | | | | | |

|CONTRACTOR | |Matthew Wlodarczyk | | |Gerald Warren |

|CONTACT: | | | | | |

| | | | | | |

|PAYMENT | |Net 30 Days | | |Net 30 Days |

|TERMS: | | | | | |

| | | | | | |

|LEAD TIME-ARO: | |120 Days After Receipt of Order | | |90 Days After Receipt of Order |

| | | | | | |

|F.O.B.: | |WSDOT Destinations | | |WSDOT Destinations |

| | |All Others FOB Dealer | | |All Others FOB Dealer |

| | | | | | |

|FREIGHT: | |Prepaid and included | | |Prepaid and included |

| | | | | | |

|MINIMUM ORDER: | |None | | |None |

| | | | | | |

|FED. I.D. NO: | |93-0666853 | | |73-1627810 |

| | | | | | |

|ORDER | |P.O. BOX 30959 | | |3607 20th Street East Kent, Tacoma, WA |

|ADDRESS: | |Portland, OR 97294 | | |98424 |

| | | | | | |

|PAYMENT/ | |P.O. BOX 30959 | | |3607 20th Street East Kent, Tacoma, WA |

|ADDRESS: | |Portland, OR 97294 | | |98424 |

| | | | | | |

|OREGON DELIVERY | |Yes | | |Yes |

| | | | | | |

|AWARDED MANUFACTURE | |Elgin | | |Superior |

ATTACHMENT “A” CONTRACT SUPPLIERS

ATTACHMENT “B” SUMMARY PRICE SHEETS

|Company |Item |Manufacture/Model |Unit Price |Delivery ARO |

| | | | | |

|Owen Equipment |Item No. 1 |Elgin/Eagle F on Freighliner Chassis |$223,412.00 |120 Days |

| |Item No. 2 |Elgin/Eagle F on | $227,912.00 |120 Days |

| | |IH 4300 Chassis | | |

| |Item No. 2 |Elgin/Eagle F on | $239,412.00 |120 Days |

| | |Autocar Chassis | | |

| |Item No 4 |Elgin Crosswind on IH 4300 Chassis |$208,912.00 |120 Days |

| |Item No 4 |Elgin Crosswind on Freightliner M2 |$204,412.00 |120 Days |

| | |Chassis | | |

| |Item No 4 |Elgin Crosswind on AutoCar Chassis |$220,412.00 |120 Days |

| | | | | |

|Pape Machinery Inc. |Item No. 2 |Superior/DT80CT |$44,223.00 |90 Days |

ATTACHMENT “B1” OWEN EQUIPMENT

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

|Item | | | | |

| |3825 |MECHANICAL SWEEPER WSDOT/Freightliner M2 Chassis |EACH |$223,412.00 |

| | |SPECIFICATION 1501 Refer to Section 3.3, Specifications. | | |

| |3825 |MECHANICAL SWEEPER WSDOT/IH 4300 |Each |$257,912.00 |

| | | | | |

| | |Or Autocar Chassis |Each |$239,412.00 |

| | | | | |

| | |(Nissan Chassis previously on Contract is no longer available) | | |

| | |SPECIFICATION 1501 Refer to Section 3.3, Specifications. | | |

| | | | | |

| | |For Product Bid State: | | |

| | |Mfg.: Elgin | | |

| | |Brand/Model: Eagle F | | |

| | | | | |

| | |Lead-time: Materials, equipment or services will be delivered within | | |

| | |calendar 120 days after receipt of order (ARO). | | |

|4 |3825 |Regenerative SWEEPER WSDOT/IH 4300 Chassis |EACH |$238,912.00 |

| | |SPECIFICATION 1505 Refer to Section 3.3, Specifications. | | |

Options Available for this Unit:

|Smart Model Back-Up Alarm |$241.00 |

|Upgrade Provided Auto Lube for Chassis |$1,172.00 |

|Vogel Auto Lube System (Truck & Sweeper) |$10,634.00 |

|Dual Air Horns |$773.00 |

|Heavy Duty AR Conveyor (Lower Roller) |$762.00 |

|Slow Moving Emblem |$72.00 |

|Yellow/Black Chevron Warning Stripes |$420.00 |

|Battery Disconnect Switch Chassis |$499.00 |

|Rear Flood Light |$168.00 |

|Water Fill Gauge |$564.00 |

|Main Broom Hour Meter |$354.00 |

|Debris Hopper Interior Light |$581.00 |

|LED Stop, Turn, Tail Lights |$563.00 |

|Debris Hopper Liner Life Last |$3,966.00 |

|Reflector Set (6) |$60.00 |

|Rear Mount Camera System |$2,250.00 |

|Extended Reach Gutter Broom Per Side |$1,332.00 |

|Carbide Dirt Shoes |$677.00 |

|Aux. Engine Block Heater |$336.00 |

|Non PM10 Front Spray Bar |$635.00 |

|Upgrade to Waterless Eagle (chassis extended to |$33,775.00 |

|24”) | |

|Deduct Skylone Pre-Cleaner for Aux. engine |($280.00) |

|Deduct for Regenerative Air sweeper |($19,000.00) |

ATTACHMENT “B1” PAPE MACHINERY

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

|Item | | | | |

|2. |3825 |MECHANICAL SWEEPER NON-PICKUP. WSDOT SPECIFICATION 1506 Refer to Section |EACH |$44,223.00 |

| | |3.3, Specifications. | | |

| | | | | |

| | |For Product Bid State: | | |

| | |Mfg.: SUPERIOR | | |

| | |Brand/Model: DT80CT | | |

| | |Lead-time: Materials, equipment or services will be delivered within | | |

| | |calendar 90 days after receipt of order (ARO). | | |

| | | | | |

| | | | | |

Options Available for this Unit:

|1. 7 1/2 ft. Front Scraper Blade |$3,443.00 |

|2. Side Gutter Brush Attachment |$3,140.00 |

|3. Federal Signal Model 100 Beacon – in lieu of |$57.00 |

|STD | |

|4. Surge Brake Tow Bar w/Safety Chain and Lights |$1,133.00 |

|5. Safety Engine Shut Down System |$256.00 |

|6. Audible Engine Alarm & Light |$258.00 |

|7. AM/FM Stereo w/ CD |$458.00 |

|8. Tilt & Telescoping Steering Column |$388.00 |

|9. Standard Suspension Seat |$296.00 |

|10. Deluxe Magnum 200 Suspension Seat |$576.00 |

|11. Extension Air Cleaner Stack |$102.00 |

|12. Enginaire Turbo Precleaner |$162.00 |

|13. Heavy Duty ¾ Ton Rear Axle |$849.00 |

|14. 96” Poly One Piece Tube Brush |$335.00 |

|15. Work Lights – 2 Single Beam, Side Or Rear |$148.00 |

|Mounted | |

|16. Vandalism Locks |$143.00 |

|17. Hydraulic Temp. Gauge |$125.00 |

|18. Engine Block Heater |$153.00 |

|19. Fold Down A/C Housing For Cleaning & Service |$156.00 |

|20. Extended Sweeper Warranty – 24 Months or 1,500|$1,307.00 |

|Hours | |

|21. Extended Engine Warranty – 3 Years Unlimited |$1,133.00 |

| Hours (Includes Parts & Travel w/ $200 Deductible| |

|Per Occurrence) | |

|22. 80 H.P. John Deere Diesel– in lieu of Cummins |$564.00 |

|23. Paint Color Other Than Standard Yellow |$599.00 |

ATTACHMENT “C” BOILER PLATE SPECIFIATIONS

Washington State Department of Transportation

Vehicle & Equipment Bidding Requirements

Acceptance of Terms:

Acceptance of a state contract/Purchase order by a Bidder/Supplier for any equipment purchased pursuant to this bid/contract constitutes acceptance of, and agreement with, all of the general and specific provisions, requirements, stipulations and equipment specification(s) described in this bid/contract.

General:

Equipment offered for this contract must be new (unused) and a current production model that require no manufacturer or dealership modifications. Units may be sold, prepared, and delivered to WSDOT, or its designated agent, 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 units; whether or not they are called for in the following specifications.

Failure to comply with the any specified requirement of the contract constitutes a breach of contract. WSDOT may cancel all or any part of this contract, without incurring any costs whatsoever, including delivery, shipping, or re-stocking fees.

Specification Clarification and Changes:

Clarification for any item in these specifications may be obtained from Master Contracts and Consulting (MCC)

State contracts, for the purchase of state owned equipment, are official state documents that carry legal implications. After award, there shall be no deviations from any requirements stated in the contract during the manufacturing or assembly process of the equipment identified herein, without a contract change order issued by the Department of Enterprise Services, Master Contracts and Consulting (MCC).

Equipment Demonstration:

Prior to a contract award, and during the bid evaluation process, Bidder(s) may be required to demonstrate the performance capabilities of the equipment offered in their bid.

Performance demonstration(s) must be conducted within fourteen (14) calendar days after notification that such demonstration(s) is required. Bidder(s) shall conduct all demonstration(s) within Washington State and are responsible for their costs associated with the demonstration(s).

The Bidder(s) will coordinate with WSDOT, Equipment Administration Office at (360) 705-7882/7884 to establish the location, date and time of the performance demonstration(s).

Delivery; and Acceptance:

WSDOT will require the successful vendor to provide the “Supplier Confirmation of Specification Compliance” at time of delivery. The form is attached at the end of these bidding requirements. Suppliers are responsible for ensuring that all equipment purchased, pursuant to this contract, complies with all of the requirements and specifications listed in the contract.

Supplier(s) shall provide the following documents for review at time of delivery for each item.

1. The manufacturer’s line production sheet stating the equipment serial numbers and listing all of the equipment’s components;

2. Completed Invoice;

3. Supplier Confirmation of Specification Compliance

4. The Manufacturer’s Statement of Origin (MSO);

5. Axle weight slips (for all units with axles); and

6. A completed Washington State title application showing both the legal and registered owner as; Washington State Department of Transportation 7345 Linderson Way S.W. Tumwater Wa. 98501. The mailing address is P.O. Box 47357, Olympia Wa. 98504. Out of state Supplier(s) may contract WSDOT, Equipment Administration Office at (360) 705-7882/7884 to obtain a Washington State title application.

When the unit is ready for final delivery, it may be delivered to WSDOT facilities (as specified on the contract and or equipment order) between the hours of 7:00 am and 3:00 pm, Monday through Friday. Deliveries shall not be made during other hours, on weekends or on legally recognized state and federal holidays.

Suppliers must notify WSDOT at the phone number listed on the contract or the equipment order, twenty-four (24) hours prior to equipment delivery. This is to ensure that a WSDOT employee is available to sign and date the bill of laden (or other type delivery document) and receive the above mention documents, to indicate WSDOT has accepted delivery of the equipment.

WSDOT will not accept any kind of responsibility for equipment that has been delivered to or left at a WSDOT facility, unless a WSDOT employee has signed and dated the bill of laden or other delivery document indicating WSDOT has accepted delivery of the equipment.

Supplier shall be solely liable for any equipment damages that occurred prior to WSDOT accepting delivery of the equipment.

Supplier Shall Meet the Delivery Terms of this Contract:

WSDOT strives to place new equipment into service prior to the high use season for which the equipment is being purchased. For example, snow and ice equipment must be in-service by October and mowing equipment must be in-service by March. It is essential that the equipment pass compliance inspections, be delivered, and processed for payment within the fiscal year for which the equipment is funded

Should the Supplier fail to timely deliver the equipment, for whatever reason, in compliance with the contract or equipment order delivery date, liquidated damages will be assessed. The amount of liquidated damages will be calculated by using WSDOT’s established Equipment Rental Rate Schedule that is in effect as of the date of the contract or equipment order. Liquidated damages will be assessed at the established per day equipment rental rate for each late delivery day, not to exceed ten percent of the equipment’s purchase price. This assessment represents a reasonable forecast of WSDOT’s actual damages for having to rent replacement equipment. WSDOT shall deduct the liquidated damages for late delivery from Supplier’s invoice.

Should the Supplier become aware, in advance of an equipment delivery date, that the Supplier will be unable to meet the contract delivery date; the Supplier may make a written request to the Department of General Administration, Office of State Procurement (OSP), for a contract change order modifying the equipment delivery date.

Warranty Services and Performance:

Equipment suppliers must provide technical support and reasonable equipment modifications for a period of 90 calendar days after the date the equipment is reported in service per manufacturer and/or factory warranty requirements. This is to ensure that the purchased equipment is capable of performing the specified operational functions.

Bidders/Suppliers must include, as part of the bid, the factory and/or manufacturer’s warranty, which shall cover 100% parts and labor for the entire unit offered. This warranty must be honored by all authorized factory and/or manufacturer’s dealerships.

Supplier shall be liable for all costs associated with warranty repair(s), including, but not limited to, materials, parts, labor, and transport of equipment that are disabled due to the failure of the equipment during the warranty period.

Warranty coverage will not commence until the date the completed equipment is placed into service as reported by WSDOT pursuant to the warranty requirements, or 30 days after final payment for the equipment, whichever occurs first.

The equipment Bidder/Supplier must be capable of and will be liable for providing repair parts and supply support for a period of ten (10) years after the delivery date of the equipment.

During the warranty period Supplier must begin physical repairs on equipment failures within 72 hours after WSDOT has notified the Supplier of an equipment failure. Should the Supplier fail to begin equipment repairs within 72 hours after notification, WSDOT may elect (based on operational requirements) to make the warranty repairs. Should WSDOT elect to make such warranty repairs, the Supplier agrees to fully reimburse WSDOT for all parts, materials, labor, shipping and travel costs incurred by WSDOT for such warranty repairs. WSDOT shall provide Supplier with a detailed invoice, and Supplier agrees to remit payment to the WSDOT within thirty days (30) after receipt of the invoice.

During warranty period the Supplier may, upon notification of a warranty failure, authorize WSDOT equipment repair technicians to make warranty repairs when it advantages to WSDOT and the Supplier. The Supplier shall reimburse WSDOT for all costs associated with the warranty repair.

Training:

Equipment Supplier shall provide on-site instructor(s) to conduct eight hours of operator training per unit delivered and eight hours of repair technician training per unit delivered. During the eight hour training period, the length and number of training session(s) required may vary based on the equipment’s complexity and personnel experience levels. Training session(s) may be less than eight hours should the WSDOT on-site supervisor or Equipment Training Manager determines that all personnel have completed training and the Supplier’s training obligation has been fulfilled. The training session(s) shall include, but not be limited to, the below listed items.

1. Operator training will be designed to familiarize personnel with the controls, safety features, operating characteristics and operator checks and services.

2. Operator training may include teaching operators shifting, acceleration, and braking techniques to maximize operational effectiveness of the unit's power train configuration for equipment so configured.

3. Mechanic training shall be designed to familiarize service and repair technicians with preventative maintenance checks and services, system diagnostics procedures, repairs, adjustments, and any unique requirements associated with the entire unit.

All training shall be scheduled and coordinated with the ship to addressee. Coordination will include dates, times, location, number of students per session, number of sessions required, facilities and training equipment and material.

Qualified individuals shall conduct training sessions. "Qualified" means that the trainer must have a high level of knowledge and experience relating to the type of equipment offered or purchased:

1. Person(s) conducting the operator training session(s) must have a minimum of one year of experience in actually operating the unit for which training is being conducted or a factory/manufacture certified trainer.

2. Person(s) conducting repair technician training session(s) must have at least one year of experience in the performance of preventive maintenance and repair on the unit for which the training is being conducted or a factory/manufacture certified trainer.

An on-site WSDOT supervisor or the Equipment Training Manager will evaluate training sessions; who shall determine whether or not the training was adequate. If the training is deemed inadequate, the Supplier agrees to conduct additional training sessions, at no cost to the WSDOT, to the satisfaction of the WSDOT.

|Supplier Specification Confirmation |Supplier Initials and Date |

|The supplier will ensure all of the annotated items listed below are inspected prior to delivery. | |

|Supplier is 100 % compliant with the bid specification(s) as bid by the supplier | |

|The unit is clean inside/outside upon delivery to WSDOT | |

|All required documentation as per the WSDOT and OSP bidding requirements are presented at time of | |

|delivery. Example | |

|MSO | |

|Title Application | |

|Axle weight slip (if required) | |

|Supplier Confirmation of Specification Compliance (this form | |

|Invoice | |

|All safety equipment is provided and in proper working condition. (Lights, reflectors, seatbelts, | |

|etc.) | |

|All required publications are brought with the unit upon delivery. | |

|Workmanship Issues | |

|All hoses and wiring are protected from damage. | |

|All fluid levels have been checked and are at the manufacturers suggested levels. | |

|All components are in proper working condition. | |

|Welds are consistent and without cracks | |

|No runs, cracks or chips in the paint. | |

| | |

| | |

|Printed Vendor Name _____________________________ | |

| | |

|Vendor Signature _____________________________ |Date________ |

| | |

| | |

ATTACHMENT “C” OWEN EQUIPMENT

|1501 |Self-propelled; Mechanical Pickup |

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

|WSDOT 1501-ITEM 1 | |If Meet or | | |

|OWEN EQUIPMENT | |Exceed | | |

|General: | | | | |

|This specification describes the requirements for a dual or single engine | | | | |

|mechanical pick-up type sweeper, | | | | |

| | |X | | |

|Shall have a hopper capacity of 4 cubic yards (+ or – ½ yard) with the | | | | |

|ability to legally carry 9,000 lbs. payload. | | | | |

| | |X | | |

| 3. The sweeper shall be designed and configured to maximize the unit’s| | | | |

|payload capacity, while meeting the requirements of the Washington State | | | | |

|bridge law, and federally mandated weight standards | | | | |

| | |X | | |

| 4. The successful bidder will be required to deliver the completed | | | | |

|unit to one of the delivery locations annotated below. | | | | |

| | |X | | |

|6431 Corson Ave. Seattle Wa. 98108 | | | | |

|1551 North Wenatchee Ave. Wenatchee Wa. 98807 | | | | |

|5720 Capitol Blvd. Tumwater Wa. 98501 | | | | |

|4200 Main St. Vancouver Wa. 98668 | | | | |

|2809 Rudkin Rd. Union Gap Wa. 98909-2560 | | | | |

|221 E. North Foothills Dr. Spokane Wa. 99207-2090 | | | | |

| | | | | |

| | | | | |

| | | | | |

| | | | | |

| | |X | | |

|Cab & Chassis: | | | | |

|Shall be a pressurized, all steel, dual operator, cab equipped as follows. | | | | |

| | |X | | |

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

|b. Fresh air heater, and ventilators. | |X | | |

|c. Side window defoggers. | |X | | |

|d. All glass shall be tinted and shatterproof. | |X | | |

|e. Cloth-covered air ride seats, with head restraints, and compatible | | | | |

|three-point lap and shoulder seat belts. | | | | |

| | |X | | |

|f. Dual heated and remote controlled west coast type mirrors; with 10 | | | | |

|inch round sweeping mirrors affixed to them. | | | | |

| | |X | | |

|g. Intermittent electric windshield wipers with windshield washer | | | | |

|capability. | |X | | |

|h. Dash mounted AM/FM radio. | |X | | |

|2. The cab pressurization systems shall be a stand-alone system. The A/C | | | |Owen – The CabTop pressurizer is no longer available from|

|system will not be used to pressurize the cab. | | | |Elgin. It has been replaced with the in cab air filter |

| | |X | |system. Mnimum in air cab air filter required. |

|3. The noise level inside the cab, at full highway operation, shall not | | | | |

|exceed 85 dba. | |X | | |

|4. All gauges and switches shall be mounted in a manner that provides | | | | |

|viewing from either operating position. | | | | |

| | |X | | |

|5. Gauges will include: | |X | | |

|Fuel gauge | |X | | |

|Water temperature | |X | | |

|Oil pressure | |X | | |

|Voltmeter | |X | | |

|Speedometer-odometer | |X | | |

|Tachometer | |X | | |

|Hour meter | |X | | |

|Air pressure gauge | |X | | |

|6. Shall have an automatic audible and visual engine high water temperature,| | | | |

|low oil pressure warning system | | | | |

| | |X | | |

|Engine/Transmission: | | | | |

|Shall be a Cummins turbo diesel or equal with at lest 200 HP, at 2300 rpm; | | | | |

|with the following items: | | | | |

| | |X | | |

|Engine Brake (if available from Chassis OEM) | | | |Not available from Chassis OEM |

| | | | |For After arket Add $1.800.00 |

|Cold Weather Starting aid | |X | | |

|Dual stage dry air cleaner | |X | | |

|Dash mounted air restriction gauge. | |X | | |

|An externally mounted turbo pre-cleaner. | |X | |Owen – Due to 2010 Emissions this no longer available on |

| | | | |the Freightliner M@ Chassis, and due to deisgn, this is |

| | | | |no longet available on the Nissan UD Chassis. Only |

| | | | |available if provided by manufacturer. |

|Shall have an Allison automatic transmission with four forward and one | | | | |

|reverse speed, with oil cooler. | | | | |

| | |X | | |

|Axles, / Suspension and Steering: | | | | |

|Shall have an industry standard truck suspension that is sufficiently rated | | | | |

|for the GVWR of the unit, and is configured to maximize the unit’s load | | | | |

|capacity, while meeting bridge weight law. | | | | |

| | | | | |

| | |X | | |

|The drive differential shall be geared for a minimum of 60 mph. | | | | |

| | |X | | |

|Shall provide option pricing for a two-speed rear axle. (Low/High) | | | |Two speed rear axles is standard equipment. No extra |

| | |X | |charge |

|Shall have left and right (dual), power steering systems. | | | | |

| | |X | | |

|Tires & Brakes: | | | | |

|Shall have radial tires on all wheels. | |X | | |

|Tire size, load range, and ply will be matched on each axle, and they shall | | | | |

|be sufficient to maximize load capacity while meeting the bridge weight law.| | | | |

| | |X | | |

|Tires and wheels will be properly balanced and the front axle aligned prior | | | | |

|to delivery. | |X | | |

|Shall have standard air service brakes; with “S” cam actuators. | | | | |

| | |X | | |

|Parking brake shall be the manufacturer’s standard. | | | | |

| | |X | | |

|The system’s air compressor must produce 15 cfm. | | | | |

| | |X | | |

|Shall be equipped with a Wabco System Saver 1200 air dryer. WSDOT will | | | | |

|accept a Bendix AD-9 air dryer if the Wabco is not available. | | | | |

| | | | | |

| | |X | | |

|Electrical System: | | | | |

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

|The batteries shall be BCI Group size 31 and maintenance-free delivering 650| | | | |

|CCA per battery. | | | | |

| | |X | | |

|The battery box cover shall be the manufacturers standard. | |X | | |

|The batteries shall be equipped with an additional ground cable, which will | | | | |

|be attached to the frame rail. | | | | |

| | |X | | |

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

|covers. | |X | | |

|All battery cables exiting the battery box shall be routed through rubber | | | | |

|grommets. | |X | | |

|Shall have weather resistant wires and couplings that are color-coded or | | | | |

|numbered for easy identification. | |X | | |

|All circuits shall be protected with manual re-settable circuit breakers and| | | | |

|or fuses. | |X | | |

|The unit shall be equipped with an audible backup alarm. | | | | |

| | |X | | |

|All wiring shall be professionally routed and bundled in such a manner to | | | | |

|maximize wiring protection. | |X | | |

|Lighting System: | | | | |

|Shall have a spotlight for each gutter broom, and one for the rear broom. | |X | | |

|Shall be equipped with two cab controlled amber strobe lights located at the| | | | |

|front upper corners of the cab, with 360-degree visibility when the unit is | | | | |

|in travel mode. | |X | | |

|Shall be equipped with two cab controlled alternating amber strobe-warning | | | | |

|lights mounted on the rear of the unit, in close proximity to the | | | | |

|taillights. | |X | | |

|Bidders shall provide add or deduct pricing for a Federal signal Model 100 | | | | |

|(44311202) rotating Beacon lights in lieu of the strobe lights front and | | | | |

|rear. | |X | |Deduct $102.00 |

|Shall have a cab controlled National Signal 2005640 arrow board or equal. | | | | |

|The board will raise and lower using an electric worm gear Dayton actuator | | | | |

|with cab controls. The board shall be installed on the upper rear portion of| |X | | |

|the unit. | | | | |

|Sweeper Engine: (For Dual Engine Units Only) | | | | |

|Shall be a liquid cooled (Oil or Water) diesel engine developing at least | | | | |

|49HP. Provide option pricing for the manufacturers largest HP auxiliary. | | | | |

|engine. | |X | | |

|The auxiliary engine must provide smooth operation with no engine vibration.| | | | |

| | |X | | |

|Shall have a heavy-duty dry type air cleaner, and pre-cleaner | | | | |

| | |X | | |

|Shall be equipped with a cab mounted air filter restriction gauge. | | | | |

| | |X | | |

|Gauges shall be cab mounted and include: | | | | |

| | |X | | |

|Water or oil temperature | |X | | |

|Oil pressure | |X | | |

|Tachometer | |X | | |

|Hour meter | |X | | |

|Shall have an automatic high water or high oil temperature, low oil | | | | |

|pressure, audible and visual engine warning and shutdown system | | | | |

| | | | | |

| | |X | | |

|Hydraulic System: | | | | |

|Shall have a direct drive gear or piston pump capable of providing hydraulic| | | | |

|power sufficient to fully operate the brooms, elevator system | | | | |

|simultaneously. | | | | |

| | |X | | |

|The hydraulic system shall be protected with a system overload shut down | | | | |

|feature. | |X | | |

|Filtering will be provided on both the suction and return sides of the | | | | |

|system. | |X | | |

|Debris Pickup System: | | | | |

|Shall have left and right side, power driven,, power lift and replaceable | | | | |

|gutter brooms. | |X | | |

|Both gutter brooms shall be free floating, with cab controlled reverse and | | | | |

|variable speed. | |X | | |

|Both the left and right side gutter brooms shall be equipped with a cab | | | | |

|controlled tilt feature. | | | | |

| | |X | | |

|Both gutter brooms shall have a cab controlled down pressure feature. | |X | | |

|The main broom shall be power driven full floating and replaceable. | | | | |

| | |X | | |

|The main broom shall be equipped with cab-operated raise, down pressure, and| | | | |

|variable speed controls. | | | | |

| | |X | | |

|Shall have a Jammed Elevator warning device mounted in the cab. | | | | |

| | |X | | |

|Shall be equipped with an elevator flushing system. | | | | |

| | |X | | |

|Shall have the ability to raise 9,000 pounds to a height of 11 feet measured| | | | |

|from the bottom of the discharge door to the ground and dump the load to the| | | | |

|right side of the unit. | | | | |

| | |X | | |

|Bidders shall supply option pricing to have load-viewing capability from | | | | |

|cab. | |X | |Standard Equipment |

|Shall be equipped with an automatic lubrication system. | | | | |

| | |X | | |

|Shall be equipped with a dash mounted “Load Weight” or “Full Load” indicator| | | | |

|light. | |X | | |

|The debris pickup system will have the ability to engage or disengage with | | | | |

|one switch or one button. | | | | |

| | |X | | |

|The debris pickup system will meet PM10 requirements. | | | | |

| | |X | | |

|Water System: | | | | |

|Shall have a water tank capacity of at least 200 gallons, (+ Or – 10 | | | | |

|gallons); with anti siphon capability. | | | | |

| | |X | |280 gallons of water provided |

|The water tank (s) shall be comprised of a non-corrosive and non-rusting | | | | |

|material. | |X | | |

|Shall have water spray nozzles located over the gutter brooms and a bar | | | | |

|across the front with on/off and volume controls. Provide option pricing | | | | |

|for a water spray system for the main broom. | | | | |

| | | | | |

| | |X | | |

|Shall have a cab mounted low water indicator. | | | | |

| | |X | | |

|XII. 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 2 mils dry of the manufacturer’s standard color. | | | | |

| | | | | |

| | |X | | |

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

|years. | |X | | |

|XIII. Options | | | | |

|Bidders are encouraged to provide optional pricing for items and or | | | | |

|features that pertain to this unit. | | | | |

| | |X | | |

|XIV. Publications | | | | |

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

| | |X | | |

|Total quantity of Service and Parts Manuals or CD’s shall be provided as | | | | |

|annotated below. | | | | |

|1 Parts Manual or CD (Per Unit) | | | | |

|1 Service Manual or CD (Per Unit) | | | | |

| | |X | | |

| | |X | | |

ATTACHMENT “C” PAPE MACHINERY

|1506 |Self-Propelled; Non-Pickup |

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

|WSDOT 1506-ITEM 2 | |If Meet or | | |

|PAPE MACHINERY | |Exceed | | |

|General | | | | |

|This specification describes the requirements for a self-propelled | |X | | |

|non-pickup sweeper. | | | | |

|The successful bidder will be required to deliver the completed unit to one | |X | | |

|of the delivery locations annotated below. | | | | |

|6431 Corson Ave. Seattle Wa. 98108 | |X | | |

|1551 North Wenatchee Ave. Wenatchee Wa. 98807 | | | | |

|5720 Capitol Blvd. Tumwater Wa. 98501 | | | | |

|4200 Main St. Vancouver Wa. 98668 | | | | |

|2809 Rudkin Rd. Union Gap Wa. 98909-2560 | | | | |

|221 E. North Foothills Dr. Spokane Wa. 99207-2090 | | | | |

|Cab & Chassis: | | | | |

|1. Shall have a cab pressurization system. | |X | | |

|2. Right and left full view doors, and tempered safety glass. | | | | |

| | |X | | |

|Shall meet ROPS requirements and have the following items. | | | | |

|Seat belt | | | | |

|Door locks | | | | |

|Tinted glass | | | | |

|Windshield wipers/washer front and rear | | | | |

|West Coast rear view mirrors or equal | | | | |

|Shall include tachometer | | | | |

|Hour meter | | | | |

|Oil pressure gauge | | | | |

|Volt or amp gauge | | | | |

|Water temperature gauge | | | | |

| | | | | |

| | | | | |

| | | | | |

| | | | | |

| | | | | |

| | | | | |

| | | | | |

| | |X | | |

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

|WSDOT 1506-ITEM 2 | |If Meet or | | |

|PAPE MACHINERY | |Exceed | | |

|The cab shall be equipped with a sound package to accommodate an 85-dba | |X | | |

|rating. This rating shall be determined while the machine is in full | | | | |

|operation and on the roadway with traffic | | | | |

|Dual heated and remote controlled west coast type mirrors; with 10 inch | |X | | |

|round sweeping mirrors affixed to them. | | | | |

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

|Shall be equipped with a heater and defroster. | |X | | |

|Tires and wheels: | | | | |

|Tire size, load range, and ply will be matched on each axle and spare. The | |X | | |

|tire and rims shall be sufficient to meet or exceed the GVWR of the sweeper,| | | | |

|including accessories. If the front and rear tires are not the same, the | | | | |

|bidder shall provide an additional spare tire with rim. | | | | |

|Brakes: | | | | |

|Four wheel hydraulic, dual system brakes | |X | | |

|Parking brake to be independent of hydraulic service brake system | |X | | |

|Strobe light: | | | | |

| Shall be equipped with a flashing rotating warning light mounted on | |X | | |

|the top center of the cab. | | | | |

|Brush: | | | | |

|Shall be equipped with a 1/2 steel and polypropylene broom eight foot long | |X | | |

|with a 31-32 inch diameter | | | | |

|Capable of being hydraulically traversed to 45 degrees left or right | |X | | |

|Shall be equipped with a full brush hood. | |X | | |

|Ground Pressure: | | | | |

| The equipment shall be a full floating design. | |X | | |

|Sweeping Path: | | | | |

| The sweeping path shall be at least 72 inches at a 30 or 45 degree broom | |X | | |

|angle. | | | | |

| | | | | |

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

|WSDOT 1506-ITEM 2 | |If Meet or | | |

|PAPE MACHINERY | |Exceed | | |

|Brush Drive: | | | | |

|The broom shall have a hydraulic motor mounted in broom core. | |X | | |

|Water System: | | | | |

|Shall include a complete sprinkler system with seven-foot spray bar, with | |X | | |

|130-gallon water reservoir tank, and water pump. | | | | |

|Engine: | | | | |

|Shall be a Cummins, 4 cylinder, 4- cycle, diesel engine or equal producing | |X | | |

|76 hp at 2500 RPM, equipped with the following items. | | | | |

|Dry element H.D. air cleaner with pre-cleaner. | |X | | |

|Electric start, 12-volt battery, generator. | |X | | |

|Spin off oil filter. | |X | | |

|Variable speed governor | |X | | |

|Fuel Tank: | |X | | |

| Shall have at least 20 gallons of capacity minimum | | | | |

|Transmission and Axles: | | | | |

|Shall be a hydrostatic, infinitely variable 0 to 30 mph and coupled with a | |X | | |

|two speed manual transmission. | | | | |

|The drive system must have the ability to shift positively in and out to | |X | | |

|accommodate towing | | | | |

|Shall provide option pricing for a two-speed rear axle. (Low/High) | |X | | |

|Shall be equipped with a 10 micron filter with replaceable element | |X | | |

|Steering: | | | | |

|Shall be equipped with Hydrostatic power steering | | | | |

| | | | | |

|Broom Hydraulic System: | | | | |

| The hydraulic system shall be the standard manufacturers system. | | | | |

|Options | | | | |

|All bidders are encouraged to bid optional items and or features that | |X | | |

|pertain to this unit. | | | | |

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

|WSDOT 1506-ITEM 2 | |If Meet or | | |

|PAPE MACHINERY | |Exceed | | |

| Bidders shall provide pricing for a front mounted plow to include all | |X | | |

|hardware, and hydraulics for proper function, control, and mounting. | | | | |

| Bidders shall provide add or deduct pricing for a Federal signal Model 100| |X | | |

|(44311202) rotating Beacon lights in lieu of the strobe lights. | | | | |

| Bidders shall provide pricing for a front mounted tow bar. | |X | | |

|Exterior Finish: | | | | |

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

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

|during the specification compliance inspection. | | | | |

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

|stains on the unit. | | | | |

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

|with an additional 2 mils dry of the manufacturer’s standard color. | | | | |

|Publications: | | | | |

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

| Total quantity of Service and Parts Manuals or CD’s shall be provided as | |X | | |

|annotated below. | | | | |

|1 Parts Manual or CD (Per Unit) | | | | |

|1 Service Manual or CD (Per Unit) | | | | |

Category 4 Regenerative Air Sweeper Specs – Owen Eq

[pic]

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

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

Google Online Preview   Download