Single Axle



ITB #08-07

ROAD COMMISSION OF MACOMB COUNTY

COMMISSIONERS FINANCE DIRECTOR

Chairperson: Fran Gillett Michelle M. Mykytiak

Vice-Chair: Thomas Raymus PURCHASING DIRECTOR

Commissioner: Robert Sawicki JoAnna Strizic

Invitation to Bid on: One (1) Digger Derrick Truck: Equipment & Build-Up

Sealed bids will be publicly opened at 11:00 o'clock A.M., E.S.T. on Wednesday, February 20, 2008 at the office of the Road Commission of Macomb County, in the Macomb County Administration Building, 117 S. Groesbeck, Mt. Clemens, Michigan, 48043 for the furnishing of the above materials, services, equipment, work and/or supplies in accordance with the terms, conditions and specifications as stated herein and hereto attached.

1. The Board reserves the right to reject any and all bids, to waive any informality in bids and unless otherwise specified by the bidder, to accept any items in the bid. In case of error in the extension of prices in the bid or other arithmetical error, the unit prices will govern.

2. The bid must be delivered in person or sent by mail to the Road Commission of Macomb County, 117 S. Groesbeck, Mt. Clemens, Michigan, 48043. It shall be in a sealed envelope marked with the name and address of the bidder on the outside of the envelope. The above referenced bid number should also be highlighted on the outside of the envelope. Facsimile and/or e-mail transmitted bids will not be accepted.

3. The bidder shall assume full responsibility for delivery of bids prior to the appointed hour for opening same and shall assume the risk of late delivery or non-delivery regardless of the manner employed for the transmission thereof. Bids shall be accepted by the Board at any time during the normal course of business only, said hours being 8:00 am to 4:30 pm, Monday through Friday, legal holidays excepted. A bidder may withdraw their bid response by written request at any time prior to the scheduled bid opening. Any bid received after the scheduled opening time will not be accepted and will be returned unopened. No bid may be withdrawn, changed, or modified in any way for a period of sixty (60) calendar days from the date of the bid opening.

4. IT IS UNDERSTOOD THAT THE BOARD OF MACOMB COUNTY ROAD COMMISSIONERS IS A GOVERNMENTAL UNIT AND AS SUCH IS EXEMPT FROM THE PAYMENT OF ALL STATE AND FEDERAL TAXES APPLYING ON THE ABOVE MENTIONED ITEM AND ALL PRICES QUOTED SHALL NOT INCLUDE ANY SUCH TAX.

5. The total price quoted by the Bidder must be the total cost delivered to the location(s). All goods are to be shipped F.O.B. Shipments sent C.O.D. without the Road Commission’s consent will not be accepted and will, at the Contractor’s risk and expense, be returned. Unauthorized shipments are subject to rejection and returned at the Contractor’s expense.

6. The bidder by execution of the proposal thereby declares that the bid is made without collusion with any other person, firm or corporation making any other bid, or who otherwise would make a bid, and agrees to furnish all bid items in strict accordance with all Federal Regulatory Measures.

7. All bids must be submitted on the Board's form of bid blank. The bid shall be legibly prepared in ink or typewriter. Erasures or alterations must be initialed by the bidder.

8. Submission of a bid will be construed as a conclusive presumption that the bidder is thoroughly familiar with the Bid Proposal and Specifications and that he understands and agrees to abide by each and all of the stipulations and requirements contained therein.

9. In the specifications, whenever an article or material is defined by brand name, the name and catalog number of a particular manufacturer, vendor or a limited description, the term “OR APPROVED EQUAL” is written. Any reference to a particular manufacturer’s product either by brand name or limited description is only for purposes of setting a standard of performance, quality, composition, construction or size.

10. Successful bidder must furnish the Board of Macomb County Road Commissioners with a State of Michigan Motor Vehicle Certificate of Title, properly executed for any equipment requiring same.

11. The Board reserves the right to award the bid for the equipment which best fits our needs and appears to be in the best interest of the Road Commission at the time the bids are evaluated.

12. When applicable, contractor shall furnish material safety data sheets for their products.

13. BIDDERS ARE REQUIRED TO SUBMIT DATA AND DESCRIPTIVE LITERATURE COVERING THE ITEM PROPOSED TO BE FURNISHED. BIDS SUBMITTED WITHOUT THE ABOVE DOCUMENTATION MAY BE CONSIDERED NON-RESPONSIVE AND REJECTED.

14. Prior to furnishing the requested products and services, it shall be the responsibility of the awarded vendor to obtain all licenses and permits required to complete this contractual service, at no cost to the Road Commission. These licenses and permits shall be readily available for review by the Administration and Purchasing Personnel.

15. Vendors will provide a general history, description and status of their company.

16. All applicable Federal and State laws and rules and regulation over the project shall apply to the project contract throughout and will be deemed to be included in the contract herein written out in full.

17. The Road Commission of Macomb County adheres to Title VI related requirements as outlined in USDOT Regulation 49 CFR-Part 26, Appendix A of MDOT Bidding Specifications, and the RCMC Policy #440.

18. The Road Commission of Macomb County will not pay fuel surcharges.

19. The only official document is available over the internet at or .

JoAnna Strizic Jim Ross

Purchasing Director Equipment Manager

(586) 791-3348 (586) 790-7814

Copies of Bids and Bid Tabs are available on the following websites:

or viewpage/bids.cgi

PROPOSAL

WE, THE UNDERSIGNED, agree to furnish to the Road Commission of Macomb County One (1) Digger Derrick Truck: Equipment & Build-Up, conforming to the attached specifications at the pricing indicated. F.O.B., 34592 Nova, Clinton Township, Michigan.

MAKE____________________________________________________________________

MODEL_______________________________________ YEAR______________________

ORIGIN___________________________________________________________________

DELIVERY DATE___________________________________________________________

UNIT PRICE $_____________________________________________________________

OPTIONAL TRADE IN VALUE $_______________________________________________

(1996 GMC Topkick with Altec D842BC Digger Derrick, RCMC #1053)

COMPANY NAME:____________________________ ADDRESS:______________________________

CITY:____________________________STATE:_____ ZIP:____________________________________

PRINTED NAME:______________________________ SIGNATURE:____________________________

TITLE:________________________________________ DATE:__________________________________

PHONE NO.:__________________________________ FAX NO.:_______________________________

E-MAIL ADDRESS:_____________________________ TERMS:_________________________________

INDEMNIFICATION

RCMC will not be responsible for injury to contractor’s employees, sub-contractors, or to third parties caused by the contractor’s agents, servants or employees. Therefore, the contractor agrees to incorporate the below hold harmless agreement into the required insurance and to be evidenced by being contained in the certificate of insurance. Further, the below listed indemnification is incorporated and is part of the subject contract.

“The contractor agrees to protect, defend, indemnify and hold the RCMC and its commissioners, officers, employees and agents free and harmless from and against any and losses, penalties, damages, settlements, costs, charges, professional fees, or other expenses or liabilities of every kind and character arising out of or relating to any and all claims, legal fees, liens, demands, court costs, obligation, actions, proceedings or causes of action of every kind and character in connection with or arising directly or indirectly out of this agreement and/or the performance hereof. Without limiting the generality of the foregoing, any and all such claims, etc. relating to personal injury, death, damage to property, defects in materials or workmanship, or any actual or alleged violation of any applicable statute, ordinance, administrative order, rule or regulation, or decree of any court, shall be included in the indemnity hereunder”.

“The contractor further agrees to investigate, handle, respond to, provide defense for and defend any such claims, etc. at his sole expense and agrees to bear all other costs and expenses related hereto, even if it (claims, etc.) is groundless, false or fraudulent. In any case in which this indemnification would violate legal prohibition, the foregoing provision concerning indemnification shall not be construed to indemnify the RCMC for damage arising out of bodily injury to persons or damage to property caused by or resulting from the sole negligence of the RCMC, its commissioners, officers, employees or agents”.

WORK REFERENCES

|Name of Company |Location |Name of Person Approving Work and |Time Period of |

| | |Telephone No. |Project |

| | | | |

| | | | |

| | | | |

| | | | |

| | | | |

| | | | |

| | | | |

| | | | |

| | | | |

| | | | |

| | | | |

| | | | |

NON-COLLUSION AFFIDAVIT

)

County ) ss:

_______________________________________________________________________ being first duly sworn, deposes and says that he is the

____________________________________________________

(Individual, Partner, Corporate Officer)

making the foregoing proposals of bids; that such bids are genuine and not collusive or sham; such bidder has not colluded, conspired, connived, or agreed, directly or indirectly, with any bidder or person, to put in sham a bid, or that such other person shall refrain from bidding and has not in any manner, directly with any person, to fix the bid price of affiant or any other bidder, or to fix any overhead, profit or cost element of said bid price, or of that of any other bidder, or to secure any advantage against the Joint Purchasers or any person or persons proposal are true; and further, that such bidder has not, directly or indirectly submitted this bid, or the contents thereof, or divulged information or data relative thereto any association or to any member or to any member or agent thereof.

____________________________________________________

Sworn to and subscribed before me this ____________ day of _______________________, 20_______

____________________________________________________ Notary Public

My Commission Expires

____________________________________________________

BIDDER: THIS AFFIDAVIT MUST BE COMPLETED, SIGNED, NOTARIZED AND INCLUDED IN YOUR BID SUBMISSION.

ROAD COMMISSION OF MACOMB COUNTY

Specifications for:

ONE (1) DIGGER DERRICK TRUCK: EQUIPMENT & BUILD-UP

General Description

It is the intent of this specification to provide for the purchase of Equipment, and for the Build-Up of One (1) Digger Derrick Truck: The equipment shall include a new 45-ft. digger derrick with boom-tip winch, a utility linebody, a front bumper-mounted winch, and miscellaneous small equipment. The Truck Cab & Chassis are being bid separately from the equipment, and build by the bodybuilder. This vehicle shall be used by the Road Commission Sign Department Guardrail Crew, and the Electrical Department in construction of strain pole bases and strain pole installation. Bidders must submit their bid on a unit that meets or exceeds these specifications.

General Requirements

Bids will be considered only from vendors who offer equipment that is manufactured by companies that are known to be skilled and have been regularly engaged in the manufacture of equipment of the type, class and size specified herein for a period of not less than five (5) years. Bidders must be a manufacturer authorized sales and service facility of class “A” license dealer for the product offered.

Units offered under this advertisement shall be new standard production models of the latest design in current production. Units offered shall be equipment that is established, reliable and in successful operation. Units of experimental or unproven design are not acceptable.

All standard equipment and components necessary for operation and normally supplied shall be furnished, even if not called out in specifications. All components requiring lubrication or oil shall be provided with the proper type and amount before delivery. The equipment shall have full manufacturer’s preparation and be ready for service when delivered.

The origin and availability of service and parts for the major components must be stated. Qualified service and factory replacement parts must be available on a regular basis, within the State of Michigan and at a permanently established location.

The bidder shall include in the bid package a list of at least five (5) users in and around Michigan, of the equipment type offered in the bid package. The list shall include contact person and phone number.

The bidder must submit with their bid, the latest printed manufactures specifications and advertising literature on the units they propose to furnish, along with their tentative build sheet, which identifies the specific components being offered.

Bidders are expected to quote price and delivery of equipment they propose to furnish giving careful consideration to the specification. Any deviations from these specifications shall be submitted with the bid in writing, with full detail of each variation with reference made to each item to which the variation applies. If these variations are not submitted with the bid, the entire bid will be considered non-responsive.

Each bid shall clearly indicate the equipment order cut off dates (if applicable) for the quoted equipment. Bids shall also indicate percentage escalation of the quoted price if the purchase order received by the bidder is beyond the equipment order cut off date.

The manufacturer’s warranty and/or component warranties must be stated. Unsatisfactory or inadequate warranty provisions shall, be justification for the denial of the award of this bid by the Road Commission of Macomb County.

In comparing bid proposals, consideration will not be confined to price only. The successful bidder will be one whose product is judged shall best serve the interests of the Road Commission when price, product, safety, quality, service and parts availability, past performance and delivery time are considered. The Road Commission of Macomb County reserves the right to reject any or all bids, or any part thereof, and to waive any minor technicalities. A contract will be awarded to the bidder submitting the lowest responsible bid proposal meeting the requirements of this specification.

Trade In:

Bidders shall provide an optional trade-in value on one (1) 1996 GMC Topkick VIN: 1GDP7H1J6TJ514106 (RCMC equip #1053) w/ Altec D842 BC s/n 0596BE1556 Digger Derrick, miscellaneous equipment and various size augers – for consideration. Please call the Road Commission’s Equipment Manager, Jim Ross, at (586) 790-7814 to arrange viewing.

|COMPLIES WITH SPECIFICATIONS? |YES |NO |EXPLAIN DEVIATIONS |

|Equipment Specification - Digger Derrick | | | |

|A hydraulically powered digger derrick Pitman Model M45H-4T Plus, or approved equal | | | |

|with features, accessories and equipment as described in following specifications. | | | |

|State Make: __________, and Model: __________. | | | |

|The digger derrick shall meet or exceed all requirements of ANSI A10.31-2006 | | | |

|Standards, and of the Occupational safety and Health Administration as published in | | | |

|OSHA Standards. | | | |

|All structural components on the digger derrick shall meet or exceed a structural | | | |

|safety factor in compliance with ANSI A10.31-2006 | | | |

|Mainframe: Center rear vertical mainframe, installed in proximity to the rear axle. | | | |

|Constructed of 1-1/2” (38 mm) thick ASTM Grade 50 steel plate and welded directly to | | | |

|the sub-frame. | | | |

|Mainframe includes a turret mounted operator seat and control console mounted | | | |

|directly in front of the seat. The seat is to be cushioned and adjustable, fore and | | | |

|aft. Seat and control console mounted on the right side (curb side) of the turret. | | | |

|Seat access is to be open design with a ladder-type step attached to the side of the | | | |

|operator’s platform for easy access. | | | |

|Turret: 360 degree continuous rotation provided by a hydraulic planetary gear drive | | | |

|system. The shear ball rotation bearing is 26-3/8” (67 cm) in diameter with 1” (25 | | | |

|mm) diameter balls enclosed in a heat treated raceway. The bearing is secured by a | | | |

|continuous ring of ¾” (20 mm) grade 8 cap-screws with hardened washers. | | | |

|Electrical slip rings mounted on a ten channel hydraulic centerpost are to be | | | |

|provided for transfer of electrical power through rotation. | | | |

|The turret shall feature a limited-slip turntable protection system for digger and | | | |

|winch operations. | | | |

|Hydraulic overload protection is to be provided through a hydraulic load-sensing | | | |

|valve to monitor differential lift cylinder pressure and activate a pilot-operated | | | |

|blocking/dumping valve in the turret when excessive induced load is realized. All | | | |

|functions which may cause boom overload are stopped (boom down and extend are | | | |

|disabled, high flow winch up and digger are dumped to tank to prevent shock loading | | | |

|the pump). Reverse functions remain operable to allow the operator to back out of the| | | |

|overload condition. | | | |

|COMPLIES WITH SPECIFICATIONS? |YES |NO |EXPLAIN DEVIATIONS |

|Boom Assembly: Three stage boom assembly with hydraulically extendable steel second | | | |

|stage and hydraulically extendable full capacity fiberglass third stage. All booms | | | |

|must have a square or rectangle cross section and be extended by a single hydraulic | | | |

|cylinder. Boom travel minimum from +80 degrees to -20 degrees. | | | |

|The first stage (outer) and second stage (inner) booms are to be fabricated from high| | | |

|strength steel. The first stage boom is heavily reinforced at the lift cylinder | | | |

|attachment for efficient stress distribution. The lift cylinder is to include a | | | |

|single acting pad mounted holding valve, a spherical self-aligning bushing on the | | | |

|base end, and bronze bushings on the rod end. Grease fittings are to be provided at | | | |

|all boom and cylinder pivot points. | | | |

|Extendable second and third stage boom sections are to extend on low friction | | | |

|ultra-high molecular weight polyethylene bearing pads. The third stage is to extend | | | |

|on low friction ultra-high molecular weight polyethylene rollers. | | | |

|The hydraulically extended third stage boom is to be actuated by a separate; trunnion| | | |

|mounted single stage double acting cylinder installed “piggyback” style with the | | | |

|second stage cylinder so that it is protected inside the boom. The third stage | | | |

|cylinder (minimum 3” bore) is to have a pad mounted double acting holding valve with | | | |

|hydraulics delivered by armor sheathed traveling hoses protected inside the booms. | | | |

|The fiberglass boom must be designed to minimum safety factors of 5:1 based on | | | |

|ultimate strength as verified by independent laboratory testing. | | | |

|The fiberglass clear insulation gap with a hydraulically extended third stage fully | | | |

|extended is to be a minimum of 54” (137 cm). | | | |

|The fiberglass insulated third boom section must be tested and certified as a | | | |

|specified AC working line voltage in accordance with ANSI A10.31-2006 Standards. | | | |

|Minimum 5-1/2” diameter ID double-acting cylinder with pad-mounted or | | | |

|internally-mounted holding valve, and providing for lifting a full-rated load through| | | |

|an arc of -20 degrees to +80 degrees. | | | |

|All boom actuation cylinders are to be designed and manufactured to ensure compliance| | | |

|with the following standards: | | | |

|Cylinder Case: Hydrostatically pressure tested to a fiber stress of 80% of yield | | | |

|strength of tube material, after cold drawing and/or continuous non-destructive | | | |

|testing in accordance with ASTM 513. | | | |

|Cylinder Rod: Heavy chrome-plated; capable of withstanding a 30 hour salt spray test | | | |

|performed in accordance with ASTM G-43-75 (1980). | | | |

|Complete Cylinder: Hydrostatically pressure tested to 50% of design burst pressure, | | | |

|with pressure held at each end of the cylinder for two minutes without any pressure | | | |

|loss. | | | |

|COMPLIES WITH SPECIFICATIONS? |YES |NO |EXPLAIN DEVIATIONS |

|Sheave Height: The minimum sheave height with all booms extended at 80° shall be 45’.| | | |

|Lift Capacity: The following minimum lift capacities must be met with no deductions | | | |

|for augers, winches, buckets, or any accessories. | | | |

|The minimum lift capacity with all booms retracted at 80° shall be 27,350 lbs. | | | |

|The minimum lift capacity with all boom retracted at a 10’ radius shall be 12,600 | | | |

|lbs. | | | |

|Double non-conductive sheave with pole handling flare on third stage boom tip. | | | |

|Boom over-stow protection system, shall be included, to prevent excessive down | | | |

|pressure and possible damage to boom support. | | | |

|Boom Support: Fabricate a bridge type boom support; for support of the boom during | | | |

|road travel. The boom support shall include bracing and reinforcement as required to | | | |

|prevent metal fatigue and damage to the boom, due to road vibration. | | | |

|Pole Claw Assembly: Furnish a hydraulically operated pole claw assembly on the boom. | | | |

|The pole claw assembly must be transferable from the end of the second boom to the | | | |

|end of the third boom by a simple manual pinning operation. Note: Pole Claw Assembly | | | |

|shall be at end of third boom at time of delivery. | | | |

|The pole claw must tilt hydraulically through a range of 90° to secure poles at | | | |

|various boom positions. The pole claw steel arms are to operate hydraulically with a | | | |

|rack and pinion mechanism, and overlap to hold poles 7” (18 cm) to 27” (69 cm in | | | |

|diameter. | | | |

|A minimum of 2” (51 mm) diameter double acting cylinders to operate the pole claw | | | |

|open/close and tilt. Holding valves are to be provided for each cylinder to prevent | | | |

|creeping. Hydraulic power is to be supplied to the end of the third stage by | | | |

|extending-type hoses mounted in a link-type hose carrier encased in a protective box | | | |

|on the side of the boom. | | | |

|A pole claw interlock system shall be provided. | | | |

|Hydraulic Digger: A two-speed Hydra sync digger with planetary gears, a torque | | | |

|resistant attaching bail, and a close-coupled tandem hydraulic gear motor is to be | | | |

|furnished. | | | |

|The planetary gearbox driven by the motor is to furnish torque output for low speed | | | |

|of 12,000 ft/lbs (16270 N·m) & for high speed of 300 ft/lbs (406.7 N·m). | | | |

|The capability to be shifted between high and low, while rotating shall be | | | |

|accomplished by means of a shifter section built into the tandem gear motor. | | | |

|Digger boom hoses shall include hydraulic quick disconnect fittings, with poppets in | | | |

|each fitting to prevent fluid loss, to provide for disengagement of the digger. | | | |

|Automatic digger transfer from first to second stage boom. | | | |

|Digger Output through: | | | |

|2-1/2” (64 mm) hex drive | | | |

|HD split coupling between shaft & gearbox output | | | |

|2-1/2” hex drive x 70” Kelly bar. | | | |

|COMPLIES WITH SPECIFICATIONS? |YES |NO |EXPLAIN DEVIATIONS |

|The new digger must accept the Road Commission’s existing 18”, 24”, 30” and 36” | | | |

|augers used on their Altec D842BC unit. | | | |

|New Auger: A new 38” or 42” diameter auger with dirt teeth and pilot bit shall be | | | |

|provided. The auger shall be fabricated with abrasion resistant steel flights and | | | |

|boring-head on a center tube with a disk style spooler, 3-3/4” (95 mm) diameter | | | |

|center tube, 5/16” (8 mm) thick flights, 2-1/2” (64 mm) hex tube. | | | |

|A guy wire screw anchor installation tool shall be included. This tool provides a | | | |

|protective sleeve that prevents the anchor from bending and twisting while screwing | | | |

|it into the ground with the auger. | | | |

|Left hand auger hanger assembly with 1” diameter polyester auger stow rope. Includes | | | |

|hydraulic stow latch mechanism with control at operator’s console. | | | |

|Auger stow protection system, shall be included, to prevent damage to the digger stow| | | |

|brackets and rope. | | | |

|Boom Winch: A 12,000 lb. (4354 kg) worm gear boom-tip winch shall be installed. | | | |

|A winch side-load protection system shall be included. | | | |

|The winch shall be outfitted with 1” x 100’ Samson braided non-conductive nylon winch| | | |

|rope, and a five-ton (rated) swivel hook with safety latch. | | | |

|A cast steel download weight, split and hinged with a spring loaded lock pin for easy| | | |

|installation, shall be included. Weight shall be 45 lbs. (20 kg). | | | |

|Outriggers: Derrick to be equipped with four (4) hydraulic outriggers that shall | | | |

|stabilize vehicle in all positions, at manufacturers rated lifting capacities. | | | |

|Outriggers shall be “A” frame type, front and rear. | | | |

|The fixed, telescopic outrigger legs are to be fully enclosed to protect the | | | |

|hydraulic cylinders. A pad mounted check valve is to be installed on each cylinder. | | | |

|The outrigger feet must swivel and have a turned-up leading edge so that they will | | | |

|conform independently to irregular ground surfaces. | | | |

|Four (4) outrigger pads shall be included; w/pad storage locations built at the | | | |

|bottom L & R side of the line body. | | | |

|Outrigger controls shall be mounted at the rear of the vehicle; recessed under the | | | |

|tail-shelf, on each side, so the operator can view extension and retraction from each| | | |

|control station. A warning alarm is to sound as outriggers are descending. | | | |

|A selector valve shall be provided in the 15GPM (boom) circuit to direct hydraulic | | | |

|flow to either the outrigger, or boom functions. When selector valve is in the | | | |

|outrigger mode, all boom functions are inoperative, when in the boom mode, the | | | |

|outriggers cannot move. | | | |

|An electronic two-speed throttle control shall be located at curbside, adjacent to | | | |

|the outrigger controls. | | | |

|A full length heavy duty tubular steel “sub-frame” shall be directly attached to the | | | |

|mainframe and outriggers; to constitute a complete, integral unit. The front | | | |

|outriggers shall be located between the cab and body, and attach to the sub-frame. | | | |

|The rear outriggers shall attach to the sub-frame directly behind the utility body, | | | |

|and extend up through the tail-shelf. | | | |

|COMPLIES WITH SPECIFICATIONS? |YES |NO |EXPLAIN DEVIATIONS |

|Controls: As previously stated in the “mainframe” section; the operator seat and | | | |

|control console shall be turret-mounted, with the control console located directly in| | | |

|front of the seat. The seat is to be cushioned and adjustable fore and aft. The seat | | | |

|and control console shall be mounted on the right side (curb side) of the turret. | | | |

|Seat access is to be open design with a ladder-type step attached to the side of the | | | |

|operator’s platform for easy access. | | | |

|The control levers and valves for all functions (except the winch and digger) are | | | |

|located in the console. All extendable boom sections (second and third) are to | | | |

|operate from individual controls. | | | |

|The control levers and valves for the winch and digger are located at the operator’s | | | |

|side, adjacent to the turret. | | | |

|All controls shall operate with full hydraulic pressure. Controls shall include a | | | |

|pressure gauge for each hydraulic circuit. | | | |

|An electronically or hydraulically-operated foot throttle shall be located at the | | | |

|operator’s platform. | | | |

|The operator’s control console shall include: | | | |

|Engine stop start switch | | | |

|Pressure gauges for hydraulic circuits | | | |

|Hour meter | | | |

|Consol lights for night operation (with weather-proof switch). | | | |

|Vinyl cover, for control console. | | | |

|A “Capacity Load Chart” shall be located at the operator’s console, with a | | | |

|corresponding “Angle Indicator” on the first-stage boom. Chart is to be made to | | | |

|withstand severe weather without becoming illegible & is to indicate proper load | | | |

|values of the derrick unit as built. | | | |

|Finish: Digger Derrick shall be painted to a gloss finish with color to match Cab & | | | |

|Chassis (Tangier/Omaha orange). A quality finish with absence of runs, orange peel, | | | |

|or other indications of poor application, and an even build-up of at least 3 mil | | | |

|thickness is required. | | | |

|Hydraulic System | | | |

|Hydraulic Power System: A complete hydraulic system for powering the unit is to be | | | |

|provided. It is to be constructed according to sound fluid power principles utilizing| | | |

|quality materials compatible with those generally available to the industry. The | | | |

|system is described as follows: | | | |

|Chelsea S.A.E. 6-bolt air-shift power take-off (PTO) shall be installed. The | | | |

|transmission mounted power take off shall include a “hot shift” engage/disengage | | | |

|mechanism, pressure lubrication, over speed protection, and a control switch and | | | |

|light in the cab to indicate PTO engagement. | | | |

|The hydraulic circuit is to be an open-center design, allowing independent and | | | |

|simultaneous control of several functions. | | | |

|Maximum system pressure: 3000 psi (20683 kPa) | | | |

|Maximum input flow: 43 gpm (163 l/m) | | | |

|Maximum return flow: 59 gpm (223 l/m) | | | |

|COMPLIES WITH SPECIFICATIONS? |YES |NO |EXPLAIN DEVIATIONS |

|A tandem gear-type hydraulic pump shall be used; 15/28 U.S. GPM (57/106 l/m) delivery| | | |

|@ 1800 rpm shaft speed, typically requires 60 hp at full load. | | | |

|The first section shall supply 15 U.S. gpm (57Um) to all boom directional controls, | | | |

|outrigger circuits, tool circuits and auxiliary functions (auger lock, pole claw and | | | |

|digger speed shift). | | | |

|The second section of the pump shall supply 28 U.S. gallons (106 l/m) which combines | | | |

|with the unused portion of the 15 gpm (57 Um) circuit, to provide up to 43 U.S. gpm | | | |

|(163 U/m) to the winch and digger circuits. | | | |

|The hydraulic hose type must meet or exceed SAE 100r2. The burst safety factor shall | | | |

|be 4:1. Reusable type hose fittings shall be used on all non-conductive hoses. No | | | |

|exceptions. | | | |

|Hydraulic Oil Reservoir: A 50 U.S. gallon bulkhead style capacity hydraulic oil | | | |

|reservoir (tank) shall be installed. | | | |

|Suction and return lines shall have full-flow ball-valve manual shut off valves to | | | |

|allow for change of filters or servicing of the hydraulic system without draining the| | | |

|reservoir | | | |

|Filtration: A 10-wire mesh (149 micron) magnetic pump inlet (suction) strainer is to | | | |

|be located in the reservoir, with magnetic pick up bands installed in the tank. A | | | |

|dual element (18 micron) spin-on return filter, with 100% bypass and filter condition| | | |

|indicator is to be supplied. | | | |

|Two magnetic drain plugs are to be installed in the tank to retain metal particle | | | |

|contaminants. A breather filter and oil level sight gauge shall be included with the | | | |

|tank. | | | |

|Emergency Back-up: An emergency back-up system for hydraulic power shall be included.| | | |

|The system shall provide back-up hydraulic power (for boom and outrigger functions | | | |

|only), in the event the vehicle’s engine or the primary hydraulic system should | | | |

|malfunction or fail. The system shall include: | | | |

|12-volt powered hydraulic pump | | | |

|Toggle switch (to be located at the control console) | | | |

|Electric wiring | | | |

|Two hydraulic check valves | | | |

|Hydraulic fittings and mounting hardware for the pump/motor | | | |

|Additional Hydraulic Items | | | |

|Hydraulic Tool Circuit: Provide a hydraulic tools circuit, capable of supplying 9 – | | | |

|15 variable gpm at 2000 psi (13789 kPa). The tool circuit shall include a flow and | | | |

|pressure compensating valve, a tool selector valve, valve mounting brackets, and | | | |

|hydraulic adapters. | | | |

|Hose Reel: Install a spring rewind type hose reel (for above hydraulic tool circuit) | | | |

|at curbside rear top of tail-shelf, with dual ½” x 35’ non-conductive hoses, ½” HTMA | | | |

|quick-disconnects and hose stops. | | | |

|COMPLIES WITH SPECIFICATIONS? |YES |NO |EXPLAIN DEVIATIONS |

|Pole Puller: Provide a pole puller kit; to include a double-acting hydraulic | | | |

|cylinder, 8-ft (2.4 m) of 5/8” (16 mm) high strength steel chain, a detachable base | | | |

|plate, and quick-disconnect hydraulic couplers. The double-acting pole hydraulic | | | |

|cylinder shall have a 6” (15 cm) diameter and 20” (512 cm) stroke, providing a lift | | | |

|force of 52,000 lbs (23,587 kg) at 2000 psi (13,789 kPa). The front curbside | | | |

|outrigger shall be outfitted with a secure mounting bracket to carry the puller when | | | |

|in transit. | | | |

|Hydraulic Tamper: Provide one (1) each Stanley model TA54103 Tamper. The tamper shall| | | |

|be furnished with a 3” x 8” kidney shoe and an on/off control valve containing -8 SAE| | | |

|ports. | | | |

|Hydraulic Breaker: Provide one (1) each Stanley model BR67120 Breaker. The breaker | | | |

|shall weigh 67 lbs, provide 1300 bpm, and feature a T-handle and Standard Foot. Tool | | | |

|bit shank size shall be 6 in. UC x 1-1/8 in. Hex. | | | |

|Front-Mounted Winch | | | |

|Braden model AHGU5-12F Low-Mount Worm Gear Recovery Winch, or approved equal with | | | |

|features, accessories and equipment as described in following specifications. | | | |

|Winch shall be low-mount design, installed at front of truck chassis between the | | | |

|rails of the front frame extension. | | | |

|Unit shall include the AHGU5 Universal Bumper Assembly; (with a 20,000 lb. 1st layer | | | |

|rating) which includes winch, hydraulic motor, 4-way roller, and simplifies winch | | | |

|installation | | | |

|Winch shall include the following standard features: | | | |

|Oil-cooled, fully automatic worm brake | | | |

|Large capacity ductile iron cable drum with a bolted clutch plate | | | |

|Ground and polished, heat treated alloy steel drum shaft | | | |

|Free-spool clutch with negative draft jaws for positive engagement under load | | | |

|Winch shall also include the following optional features, as part of the installed | | | |

|package: | | | |

|2-speed hydraulic motor | | | |

|Hydraulic Drive | | | |

|Bumper Kit (as referenced above) | | | |

|Installation shall include: | | | |

|All necessary hoses and fittings | | | |

|Control valves Note: Winch shall be controllable from outside the cab at the front | | | |

|bumper, as well as from inside the cab (once the PTO has been engaged. | | | |

|150’ of ½” 6 x 19 IWRC load-line with swaged eye | | | |

|5-ton (rated) jaw & hook roller bearing swivel, with safety latch. | | | |

|Finish: Front Bumper Assembly shall be painted to a gloss Black finish, with the top | | | |

|surface receiving a non-skid finish. | | | |

|COMPLIES WITH SPECIFICATIONS? |YES |NO |EXPLAIN DEVIATIONS |

|Utility Body & Accessories | | | |

|Brand FX – BFX105T Series Fiberglass Line Body, or approved equal: The heavy duty | | | |

|fiberglass body shall be a 105” CA body – mounted on a 120” CA dual wheel chassis, | | | |

|allowing a 15” gap between the body and the cab (for installation of front | | | |

|outriggers). The body shall be constructed to be transferable in the future. | | | |

|General Body Dimensions: | | | |

|Overall side pack length: 156” | | | |

|Overall body width: 94” | | | |

|Floor width: 54” | | | |

|Side pack overall height: 48-1/2” | | | |

|Side pack mounting height: 30” | | | |

|Pack depth: 20” | | | |

|Bulkhead: 1/8” smooth steel bulkhead, recessed 12” back from the front of side-packs;| | | |

|leaving room for installation of the hydraulic oil tank. Brackets for Acetylene and | | | |

|Oxygen tanks shall be fabricated and located on the bulkhead, inside the load area. | | | |

|Sub-Structure: Structural steel sub-structure with steel floor and four (4) recessed | | | |

|floor tie-downs. | | | |

|Floor Plate: 3/16” steel tread plate with non-skid finish. | | | |

|Side-Pack construction shall be molded Core-mat and PVC structurally reinforced | | | |

|fiberglass, with non-skid tops. | | | |

|Wheel well panels shall be separate and removable from the body. Separate panels | | | |

|allow the body to flex with the chassis and simply repair, if needed. The panels | | | |

|shall have radius corners for added strength and durability. | | | |

|Wheel chock storage compartments shall be incorporated into the wheel well areas of | | | |

|the body, and two (2) pair of lightweight material chock blocks shall be included. | | | |

|Compartment backs and end panels shall be approximately 3/8” thick, constructed with | | | |

|4 ml. Core-mat. | | | |

|Compartment faces and tops shall be approximately ¾” thick, constructed using 3/8” | | | |

|PVC structural foam core. (Wood core not acceptable.) | | | |

|All core material shall be sandwiched between two layers of glass and resin: Resin | | | |

|shall be neat (no fillers). Glass to resin ratio shall be 30:70 or greater. | | | |

|Each side-pack module shall be mounted separately to a floor pan, tail skirt, | | | |

|bulkhead and steel sub-structure. (In the event of damage, one can be removed for | | | |

|repair or replacement.) Side-pack modules shall be attached to the front bulkhead | | | |

|plate, rear tail skirt plate, floor pan and wheel well transverse support channels | | | |

|with aluminum Huck-Bolts, and bond washers. | | | |

|The load-bed top edge shall be protected with aluminum corner trim. (Rubber or vinyl | | | |

|inserted style are not acceptable.) | | | |

|The body shall include aluminum tread plate rock guards on front corners. | | | |

|Aluminum tread plate material shall be installed on top surface of side compartments.| | | |

|COMPLIES WITH SPECIFICATIONS? |YES |NO |EXPLAIN DEVIATIONS |

|Extruded aluminum drip rails shall be installed over the compartment doors. | | | |

|Compartments shall have recessed radius door openings. Door seals shall be automotive| | | |

|style gaskets recessed to fit in the lip of the doorframe. Gasket shall be formed | | | |

|with a channel for diverting water and/or moisture from around interior door opening,| | | |

|for improved sealing. The gasket shall not be visible from side of body. (No glue to | | | |

|be used on door seals.) | | | |

|All doors shall be solid one-piece construction using close mold system; high density| | | |

|PVC structural foam core only, and reinforced with a minimum of 40% glass content. | | | |

|Gel-coat both sides for automotive style finish. | | | |

|Compartment doors shall be keyed-alike. Latches shall be “Rotary Post” style. Latches| | | |

|and hinges to be stainless steel. Doors shall include vinyl-coated aircraft cable | | | |

|restraints. | | | |

|All accessories shall be mounted with stainless steel fasteners: All nuts shall be | | | |

|self-locking Teflon style. All metal attaching bolts to have rubber washers. | | | |

|Compartment “Clear Openings” – street side (S), curb side (C), starting from the | | | |

|front of the body: | | | |

|C1/S1: 18-3/3” x 40-1/4” | | | |

|C2/S2: 20-3/4” x 40-1/4” | | | |

|C3/S3: 20-3/4” x 40-1/4” | | | |

|C4/S4: 15-3/4” x 52-1/8” | | | |

|C5/S5: 15-3/4” x 40-1/4” | | | |

|Location “C2” to have a walk up stairs, in place of a compartment, with stainless | | | |

|steel grabs handles on both sides of the opening. | | | |

|All compartments are to be outfitted with rope lighting, horizontally and vertically | | | |

|installed around the sides and top of the compartments. | | | |

|Street side and curb side compartments (up to the stairs), are to have a master | | | |

|locking rod system of stainless steel construction. | | | |

|Street side and curb side front compartments (C1, S1, S2, C3, and S3) are to be | | | |

|outfitted with two adjustable shelves. | | | |

|The street side horizontal compartment is open, while the curb side horizontal | | | |

|compartment shall be equipped with one divider tray. | | | |

|The street side rear compartment is open, and the curb side rear compartment shall be| | | |

|equipped with 4 locking swivel hooks (0-3-1). | | | |

|All compartment shelves are to be of pultruded fiberglass construction, with divider | | | |

|grooves every two inches. The shelves shall have 2” lips, with pultruded fiberglass | | | |

|shelf dividers, and be 12” (minimum) in width. | | | |

|Hand lay-up, chopped, and/or other means of construction and/or materials are not | | | |

|acceptable. | | | |

|Uni-Strut aluminum shelving adjustment shall be used for all shelf adjustments. | | | |

|All wall mounted material hooks shall be 3/8” stainless steel rod, locking swivel | | | |

|type and flat bottom design. | | | |

|The fiberglass body shall feature a flow-through ventilation system. | | | |

|COMPLIES WITH SPECIFICATIONS? |YES |NO |EXPLAIN DEVIATIONS |

|Tail-shelf: A 20” aluminum tail-shelf with access steps and grab handles on both the | | | |

|curb side and street side shall be fabricated. The rear outriggers shall be mounted | | | |

|through the tail-shelf, and be attached to the sub-frame. | | | |

|A through compartment shall be built into the back or rear-end of the tail-shelf, for| | | |

|storage of the hydraulic tamper. The compartment shall have 10” x 6” openings and | | | |

|latch doors on both (curb side and street side) ends. | | | |

|A 32” wide x 6” high x 10’ deep possum belly compartment shall be located below the | | | |

|tail-shelf and body of the truck chassis, for storage of the hydraulic breaker. The | | | |

|compartment shall have a full-width hinge for a drop-down door with a stainless steel| | | |

|slam latch. | | | |

|Rear Bumper: A 12” heavy-duty “grip strut” bumper with hitch recess, and safety chain| | | |

|“D” rings shall be located at an appropriate level below the tail shelf so as to | | | |

|provide a step for access to the rear of the body enclosure. | | | |

|The area between the tail-shelf and rear bumper shall be boxed-in, on rear and sides,| | | |

|with aluminum tread plate material. | | | |

|One (1) Grab Handle shall be installed at curb-side rear of the truck, with steps to | | | |

|facilitate access via rear bumper up to the tail-shelf and subsequent access to | | | |

|digger derrick control seat. | | | |

|A traffic cone storage post shall be installed on the rear bumper, just left | | | |

|(street-side) of center. | | | |

|Trailer Hitch: Buyers PH-15, 15-ton pintle hook or approved equal shall be mounted to| | | |

|the hitch recess with grade 8 bolts and Stover nuts, and located 21” from level | | | |

|ground to rest point on the pintle hook. | | | |

|Suitable Mudflaps for rear wheels shall be installed. | | | |

|Finish: The body, including the tail-shelf shall be painted to match the cab & | | | |

|chassis, with Gelcoat to be applied over the entire fiberglass body. The rear bumper | | | |

|shall be painted black. Note: Aluminum surfaces need not be painted. | | | |

|Lighting / Electrical | | | |

|Trailer Receptacle: Corrosion resistant diecast metal 7-pin receptacle. | | | |

|An electrical trailer brake controller shall be installed in a suitable location in | | | |

|the vehicle cab. | | | |

|License plate bracket with light | | | |

|Electrical back-up alarm | | | |

|Two (2) Unity #225 Spotlights; one (1) mounted on the boom cradle to illuminate the | | | |

|cargo bed area, and one (1) mounted at the control station for operator use to | | | |

|illuminate the working area. | | | |

|Beacon (lightbar): One (1) Star 9500S light bar w/6 360° strobes and 3 diamond shaped| | | |

|mirrors. | | | |

|Mini-Bars: Two (2) Star 9200SQ quad-flashing mini-bars (amber) to be mounted on top | | | |

|rear body compartments; street & curb-side. | | | |

|Two (2) Star 3904R (red) 4” round strobe heads to be flush mounted on rear facing | | | |

|surface of boxed-in area between tail-shelf and rear bumper. | | | |

|COMPLIES WITH SPECIFICATIONS? |YES |NO |EXPLAIN DEVIATIONS |

|Two (2) Star 3920A (amber) oval strobe heads to be grill mounted | | | |

|One (1) Star RP330Q remote power pack (70-watt, quad-flash, 4-outlet) to power the | | | |

|rear facing round strobes and the grille mounted oval strobes. | | | |

|Four (4) Star 3810 cables, for connecting the remote strobe heads | | | |

|Stop/Turn/Tail Lights: 10-diode, series ‘40’ LED lights | | | |

|Back-up Lights: “White” LED lights | | | |

|Running and Marker Lights: LED lights | | | |

|One (1) 6-position enclosed switch panel; Star 3866PE, Wired Rite TSD600 or approved | | | |

|equal located below dash console to provide lighted individual rocker type switches | | | |

|with built in indicator lights to control the 12 volt functions described herein: | | | |

|A master control switch to activate and deactivate all switches on the console | | | |

|Cab beacon | | | |

|Rear body mini-bars | | | |

|Rear & grill-mounted strobes | | | |

|Spotlights | | | |

|One spare | | | |

|All functions protected with thermal reset circuit breakers of the appropriate | | | |

|amperage. Note: PTO engaged switch to be provided “in-dash” by chassis builder. | | | |

|The control panel assembly shall obtain power directly from truck batteries via an | | | |

|8-gage wire from an 80-amp/100% duty cycle solenoid (Cole Hersey #24106), protected | | | |

|by a manual reset 60-amp breaker. The ignition switch energizes the solenoid. | | | |

|All wiring is to be color-coded and a minimum of 16-gage. All wiring from the control| | | |

|panel is to be continuous once it leaves the sealed environment of the cab (no | | | |

|splicing). Connections of components to be made with Weather Pak type connectors, | | | |

|sealed so as to prevent corrosive capillary action. All wiring shall be in a sealed | | | |

|loom and securely fastened. Wires running through body panels or over rough edges | | | |

|shall be protected with grommets. | | | |

|Additional Electrical | | | |

|Power Inverter: A Vector Mfg., MAXX SST 3000, 12V DC to 110 volts AC Power Inverter, | | | |

|or approved equal, shall be provided and installed in the curb-side forward | | | |

|compartment (C1). | | | |

|The inverter shall be rated at 3000W continuous / 6000W peak, and provide up to 26 | | | |

|amps of 110VAC 60 Hz power. It shall feature 3 outlets, and have a 2-yr warranty. | | | |

|Hose Reel: Install a spring rewind type hose reel (for use with above power inverter)| | | |

|in curb-side forward compartment (C1); with 100 ft. of heavy-duty, outdoor rated, | | | |

|built-in GFCI, 12 gauge, 3 conductor cord. | | | |

|COMPLIES WITH SPECIFICATIONS? |YES |NO |EXPLAIN DEVIATIONS |

|Manuals (Body Equipment) | | | |

|Manuals: One (1) each of the following operators, service, repair and two (2) parts | | | |

|manuals shall be provided for each unit ordered: | | | |

| | | | |

|Body and associated equipment, to include: | | | |

|Digger Derrick w/ hyd. Digger, Pole Claw, and Boom-Mounted Winch | | | |

|Hydraulic Tools: Pole Puller, Hyd. Tamper and Hyd. Breaker | | | |

|Front-Mounted Winch | | | |

|Body | | | |

| | | | |

|Note: CD-ROM disc versions of the above manuals may be substituted where applicable. | | | |

|In addition to the above manuals, one (1) each schematic diagram shall be provided: | | | |

|Body Builder Hydraulic Circuit | | | |

|Body Builder Electrical | | | |

|Warranty Documentation Provisions | | | |

|Warranty: Bidders shall clearly state the warranties for equipment and build-up of | | | |

|the truck. | | | |

|General Terms and Conditions: Warranty certificates or letters on all applicable | | | |

|warranty items shall be provided upon delivery of the completed unit. All warranties| | | |

|shall start from the in-service date with the Road Commission of Macomb County. | | | |

|Penalty Clause: Failure to provide any of the above documentation at the time of | | | |

|delivery shall be grounds for withholding three thousand ($3,000.00) dollars of the | | | |

|monies due for payment of the unit, until such time as the requested documentation is| | | |

|provided. | | | |

|Testing, and Safety | | | |

|Entire unit is to be thoroughly tested for systems integrity as to proper | | | |

|functioning, load supporting ability & unit stability before delivery. | | | |

|The completed work truck shall meet all current State and Federal vehicle codes and | | | |

|current MIOSHA standards. | | | |

|All appropriate safety (caution, warning, and hazard) decals shall be applied | | | |

|Vehicle clearance height shall be labeled, in a conspicuous location on the chassis | | | |

|dash. Please state approximate clearance height, based upon a chassis frame height of| | | |

|40”. Approximate clearance height: ______________. | | | |

|Service and Training | | | |

|Vendor must maintain a parts inventory and be able to provide prompt 24/7 service. | | | |

|Prior to the bid award the Road Commission reserves the right to visit potential | | | |

|vendor’s facilities. | | | |

|Vendors shall have a full parts and service facility within a reasonable distance | | | |

|from the Road Commission’s Clinton Township Service Center, 34592 Nova St., Clinton | | | |

|Township MI 48035. | | | |

|State Location: ___________________________, and distance from Clinton SC: | | | |

|____________________. | | | |

|COMPLIES WITH SPECIFICATIONS? |YES |NO |EXPLAIN DEVIATIONS |

|A qualified technician shall provide complete training to Road Commission personnel. | | | |

|Training shall include: safety, operation, and maintenance, and be conducted at the | | | |

|Road Commission’s Clinton Township, Michigan location | | | |

|If available, an instructional video showing proper safety procedures, maintenance | | | |

|adjustments, and operation shall be included. | | | |

|Pre-Build | | | |

|An estimated delivery time, for equipment and build (after receipt of truck chassis) | | | |

|shall be provided with the bid proposal. | | | |

|Paper Pilot Review: Upon award of the bid, the successful bidder shall contact the | | | |

|RCMC Equipment Manager (Jim Ross 586-790-7814) to schedule a pre-build meeting. A | | | |

|paper pilot review of the entire unit shall be conducted prior to build and shall | | | |

|include at least one (1) representative from each of the following: | | | |

| | | | |

|Chassis manufacturers factory engineer (generally via speakerphone) | | | |

|Chassis manufacturers dealer representative | | | |

|Bodybuilder representative (from award of Equipment Bid) and associates of their | | | |

|choice | | | |

|Road Commission of Macomb County | | | |

| | | | |

|The Paper Pilot Review shall be held within 15 business days following award of the | | | |

|bid and issuance of the purchase order. The review shall be held at a mutually | | | |

|agreeable location, with good speakerphone capabilities. | | | |

|Pre-Delivery / Delivery | | | |

|The successful bidder shall include in their bid, travel and living expenses to their| | | |

|manufacturing facility for up to two (2) Road Commission personnel for a pre-delivery| | | |

|inspection visit. | | | |

|The completed work truck shall be delivered F.O.B. Road Commission of Macomb County, | | | |

|34592 Nova St., Clinton Township MI 48035 in first class operating condition. | | | |

|Acceptance shall be subject to the inspection and approval of the Road Commission. | | | |

SPECS/DIGGERDERRICEQUIPT

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

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

Google Online Preview   Download

To fulfill the demand for quickly locating and searching documents.

It is intelligent file search solution for home and business.

Literature Lottery

Related searches