State of Washington



State of Washington

Current Contract Information

Change Notice No. 5

Effective: March 18, 2010

|Contract number: |00506 |Commodity code: |2322 |

|Contract title: |Truck, Digger Derrick W/O Service Body |

|Purpose: |CONTRACT EXTENSION, PRICE ADJUSTMENT AND OPTION ADDITIONS FOR TEREX UTILITIES |

|Term: |March 31, 2010 |through: |March 30, 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. |

|Contractors Contact Information: |See Attachment A |

|Ordering/Payment procedures: |See Attachment A |

|Minimum orders: |See Attachment A |

|Delivery time: |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” Altec Industries |

| |Attachment “B1” Terex Utilities |

|Specifications |ATTACHMENT C WSDOT BOILER PLATE |

| |Attachment “C1” Altec Industries |

| |Attachment “C1” Terex Utilities |

|Term worth: |$420,000.00/ 2 YEARS |

|Current participation: |$0.00 MBE |$0.00 WBE |$420,000.00 OTHER |$0.00 EXEMPT |

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

Office of State Procurement Contact Information

|Contract Specialist: |Corinna Cooper |Customer Service |

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

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

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

Visit our Internet site:

Notes:

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

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

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

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

III. Only authorized purchasers included in the State of Washington Purchasing Cooperative (WSPC) and State of Oregon Cooperative Purchasing Program (DASCPP/ORCPP) listings published and updated periodically by OSP 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.

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 5) is to extend the contract for an additional two (2) years from 03/31/2010 through 03/30/2012, to allow a pass through price adjustment from the manufacturer to Terex Utilities and to add optional items at the request of WSDOT effective March 18, 2010.

2. Current Contract Information (CCI)

This Current Contract Information (Change Notice 4) adds an option to the Contract for Terex Utilities and Altec effective December 21, 2009.

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

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

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

▪ Attachment “B1” Altec Industries detailed item pricing and options available:

▪ Attachment “B1” Terex Utilities detailed item pricing and options available:

▪ Attachment “C” provides WSDOT Boiler Plate and contractor bid specification compliance.

▪ Attachment “C1” Altec Industries bid specification compliance.

▪ Attachment “C1” Terex Utilities bid specification compliance.

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.

ATTACHMENT “A” CONTRACT SUPPLIERS

|SUPPLIER: | |Altec Industries, Inc. | |Terex Utilities West |

| | | | | |

|ADDRESS: | |325 Industrial Way | |12805 SW 77th Place |

| | | | | |

|CITY/STATE: | |Dixon, CA | |Portland, OR |

| | | | | |

|ZIP CODE: | |95620 | |97281 |

| | | | | |

|TELEPHONE: | |(503) 308-2170 | |(503) 924-1750 |

| | | | | |

|FAX #: | |(707) 693-1819 | |(503)684-7579 |

| | | | | |

|CONTRACTOR | |Alex Senf | |David M. Blanding |

|CONTACT: | | | | |

| | | | | |

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

|TERMS: | | | | |

| | | | | |

|LEAD TIME-ARO: | |240-270 Days After Receipt of Order (ARO) | |240-270 Days After Receipt of Order (ARO) |

| | | | | |

|F.O.B.: | |Destination | |Destination |

| | | | | |

|FREIGHT: | |Prepaid and included in unit pricing | |Prepaid and included in unit pricing |

| | | | | |

|MINIMUM ORDER: | | | | |

| | |NONE | |NONE |

| | | | | |

|FED. I.D. NO: | |63-0362926 | |93-0557703 |

ATTACHMENT “B” SUMMARY PRICE SHEETS

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

|ALTEC INDUSTRIES |TRUCK DIGGER DERRICK, W/O SERVICE BODY, REFER TO ATTACMENT “C1” |ALTEC/DM47-TR |$208,231.00 |240-270 DAYS ARO |

| |SPECIFICATIONS. | | | |

| | | | | |

|TEREX UTILITIES |TRUCK DIGGER DERRICK, W/O SERVICE BODY, REFER TO ATTACMENT “C1” |TEREX/ |$225,197.00 |240-270 DAYS ARO |

| |SPECIFICATIONS. |TELECT XL4700 | | |

| | | | | |

| | | | | |

ATTACHMENT “B1” ALTEC INDUSTRIES, INC.

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

|Item | | | | |

| |2420 |Truck Digger Derrick, W/O Service Body, Refer To WSDOT Specification 0709|EACH |$208,231.00 |

| | |Attachment C1 Specifications. | | |

| | | | | |

| | |For Product Bid State: | | |

| | |Mfg.: ALTEC | | |

| | |Brand/Model: /DM47-TR | | |

| | | | | |

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

| | |calendar 240-270 Days after receipt of order (ARO). | | |

| | | | | |

| | | | | |

| | | | | |

| | | | | |

|ALTEC INDUSTRIES, INC. Section XXXIII. Options: |Prices |

|13 speed manual transmission in lieu of automatic transmission. |Available on single axle chassis |

|Deduct $ |$10,488.00 |

|18 Speed manual transmission in lieu of the automatic for the tandem axle unit. Add $ |See Item 15 |

| |$9,061.00 |

|Allison automatic transmission for the tandem axle unit. |4x2 Fuller Autoshift 10 sp Deduct $4,748.00 |

| |6x4 Fuller Autoshift 18 sp Deduct $4,113.00 |

|Additional 6 switch dash mounted control panel. |$288.00 |

|Power Windows, Door Locks Add $ |$230.00 |

|7/16 Frame Rail Deduct$ |$204.00 |

|Replace air restriucation gauge with a Filter Minder Deduct $ |$50.00 |

|Add an integral front frame extension Add $ |$251.00 |

|Extended Cab and Crew cab configurations. Add $ |Extended Cab $1,759.00 |

| |Crew Cab $5,503.00 Approval Required |

|Optional rear suspensions, in lieu of walking beam style. i.e. Hendrickson HN, and HS suspensions. |If you select the Tandem Option on Line 15 |

|Add $ |then… |

| |HMX $345.00-(Replaceing HN) (6x4 only) |

| |HS Air $823.00 )6x4 only) |

| |Chalmers $781.00 (6x4 only) |

ATTACHMENT “B1” ALTEC INDUSTRIES, INC. CONTINUED:

|Diagnostic software to include all required cabling. | |

|Add $ |$2,056.00 (Cummins) |

|Aluminum Wheels |Front $207.00 |

|Add $ |Rear $524.00 4x2 |

| |Rear $1,047.00 6x4 |

|Alternative Engines for this class of chassis |ISM 425V Tandem Only $1,557.00 |

| |ISM 385V Single Only $1,680.00 |

|Add $ | |

| | |

|Delete Cab and Chassis Deduct $ |$86,043.13 |

|Tandem Axle cab and chassis 58,000 GVWR meeting this specification, with the exception of the items required |$8,081.00 to base chassis 4x2 |

|for a Tandem Axle unit. |Option includes Allison 6-speed & ISM 385|

|Add $ |Engine |

| | |

|16a. 18 Speed manual transmission in lieu of the automatic for the tandem axle unit. |$9,061.00 |

|Deduct $ | |

|Delete Service & Repair manual for digger/derrick. |Standard item supplied with every item |

|Deduct $ |sold |

| |$0.00 |

|Delete Repair Parts manual for digger/derrick. Deduct $ |Standard item supplied with every item |

| |sold |

| |$0.00 |

|Delete Service & Repair manual for Cab/Chassis. Deduct $ |$150.00 |

|Delete Repair Parts manual for the Cab/Chassis. Deduct $ |$250.00 |

|A line haul body to accommodate the wheelbase of this unit as well as a 120 Cab to axle measurement. |Altec Service Body Deduct $519.00 |

|Compartments will be configured as follows from front to rear on both sides | |

|2 Vertical compartments / 120 inch CA 3 Vertical |Knapheide Service Body Add $1,064.00 |

|1 Horizontal compartment | |

|1 Vertical Compartment | |

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

|bottoms. | |

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

|All vertical cabinets shall have three removable and adjustable shelves with dividers on 4-inch centers. | |

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

|The body floor, tail shelf, and compartment tops will be painted with a black, non-skid material to include a | |

|5-year warranty against peeling. | |

| | |

|Compartments shall be lighted with an LED rope style lighting system. The lighting switch shall be cab | |

|controlled to include individual door switches on each door. | |

|Add $ | |

ATTACHMENT “B1” ALTEC INDUSTRIES, INC. CONTINUED:

|A 24" tail shelf with a removable pipe vise located on the curbside of the unit. The tail shelf shall have | |

|access doors on each end and the entire tail shelf shall be a through pocket. Add $ | |

| |$1,037.00 |

|A 48" tail shelf with a removable pipe vise located on the curbside of the unit. The tail shelf shall have | |

|access doors on each end and the entire tail shelf shall be a through pocket. Add $ | |

| |$1,500.00 |

|A class 1V receiver with d-rings for chains. |$145.00 To Delete Deduct |

|Hydraulic tool circuit at the tail shelf. |$115.00 To Delete Deduct |

|Pneumatic tool circuit at the tail shelf. |$115.00 To Delete Deduct |

|Furnish and install cone holder on front and rear bumpers. Add $ |$327.00 |

|An 8" Rear Step Bumper of minimum 5" structural channel, grip strut top surface reinforced for towing with | |

|Class III Receiver Add $ |$810.00 |

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

|top. Under this storage bin shall be an additional storage bin for a telescoping ladder. Add $ | |

| |$1,196.00 |

|A watertight storage compartment mounted on top of the curbside compartments. Add $ |Box measures 74’L x 18’’W x 16’’ H |

| |$909.00 |

|One flush mounted; cab controlled Echo Model #2140A strobe light mounted on each side of the rear tail shelf. | |

|Add $ |$255.00 |

|Ecco Strobe lights mounted in the same location as the specified warning lights |No Change in Price |

|Add $ Deduct $ | |

|A Hannay Cord Reel (NSCR 716-23-24B). (110 volt, 20 amp) cord reel mounted behind the rear vertical curbside | |

|compartment to include 75 feet of cord. Add $ | |

| |$1029.00 |

|An electric start Honda EM5000 SX generator. The generator will be mounted on the street side of the tail | |

|shelf or inside the service body and as far forward as possible on the street side. | |

|Add $ | |

| |$3,575.00 |

|An adjustable height Lap Top Computor mounting pedestal located between the chassis seats. |$367.00 Add (Jotto Desk Brand) |

|Wireless remote control for all digging and boom functions. |$7,610.00 Add |

| |$379.00 Add upper control dock station |

|Sign storage rack provisions shall be included for various highway signs measureing at least 4 feet by 8 feet | |

|and will be mounted on the flatbed. |$897.00 Add |

|Pole storage rack provisions for various highway poles mounted on the flatbed or on the service body. |$1,357.00 to delete Deduct |

|A hydraulically tiltiable bucket .and or platform |$8,575.00 Add |

ATTACHMENT “B1” ALTEC INDUSTRIES, INC. CONTINUED:

|A lockable gate for a platform and if possible a locking gate for the bucket. |Not Available |

|A Riding seat configuration with controls. |ILO Lower Control T-Stand… |

| | |

| |$787.00 Add (Joystick Controls) |

| | |

| |$742.00 Deduct (Multilever Controls) |

| | |

| |$2,150.00 Add (Altec Opti-View Seat) |

|Option price for a 36 inch and a 48 inch auger |$1,965.00 Add 36’’ Auger |

| |$4,545.00 Add 48’’ Auger |

|Auger Bunks for a 36 inch and a 48 inch auger. Add$ |$163.00 |

|Master bin locking system. Add $ |$437.00 |

|Supply and install a 3000-watt Sign Wave or equal inverter. Mounting location to be determined at time of | |

|vehicle assembly. All wiring to the inverter must be in loom and all 120-volt wiring must be in conduit. | |

|Install one outlet at curbside rear of chassis. The outlet at rear of chassis must be a Hubbell 7535 with | |

|weatherproof cover. The load demand circuit shall not function without engine operating. Equip the inverter | |

|with two remote controllers, one in cab and one weather protected unit at rear of body, adjacent to rear | |

|outlet. | |

|Add $ | |

| | |

| |$2,715.00 |

|14,000 lb 2 Speed Digger ILO 12,000 lb 2 Speed Digger | |

| | |

| | |

|Add $ |$5,065.00 |

ALTEC INDUSTRIES, INC. OPTIONS ADDED 10/27/06:

| OPTION’S |PRICING |

|Behind the cab mount pedestal with no riding seat, in lieu of rear mount with riding seat |SAME PRICE |

|Relocate lower controls to curbside rear and mounted on a swivel arm. |ADD: $735.00 |

ALTEC INDUSTRIES, INC. OPTIONS ADDED 10/27/06 CONTINUED:

|OPTION’S |PRICING |

|Change auxiliary outriggers to a flat shoe A frame with no protrusion into the deck or floor of the body |ADD: $699.00 |

|Supply a 36 inch tail shelf |ADD: $1,335.00 |

|Delete Air compressor and tool outlet at the platform |DEDUCT: 3,500.00 |

|Supply a hydraulic oil reservoir that fits between the cab and the service body |ADD: $182 |

|Delete Pole puller mount |DEDUCT: $715.00 |

|Delete weather guard boxes |DEDUCT: $1,279.00 |

|Deduct for the cab and chassis |DEDUCT: $86,043.13 |

|Line Haul Service body fitting a 138 inch cab to axle.  Outfitted as follows |ADD: $1,259.00 |

|Curbside: | |

|First vertical – 20”W – Derrick control station Second Vertical – 48”W – Barn doors, with three (3) plain adjustable | |

|shelves, three (3) drawer, drawer kit, 6" deep plain (no removable dividers), on grant slides, with latches, bottom 6" | |

|vacant. | |

|Third vertical – 24”W – Bed access with storage under the step. | |

|First Horizontal – 66”W – Two (2) plain adjustable shelves, barn doors, with no retainers. | |

|Rear vertical – 24”W – Four (4) plain adjustable shelves | |

|Street Side: | |

|First vertical – 48”W – Barn doors, Twelve (12), swivel/locking material hooks, (3-6-3).  Forward portion of compartment| |

|to have one (1) fixed plain shelf to hold inverter, 6” above compartment floor, one (1) fixed plain shelf, directly | |

|above inverter. | |

|Second Vertical – 22”W – Four (4) plain adjustable shelves. | |

|Third vertical – 22”W – Four (4) plain adjustable shelves. | |

|First Horizontal – 66”W – Two (2) plain adjustable shelves, barn doors, with no retainers. | |

|Rear vertical – 24”W – Four (4) plain adjustable shelves | |

|Delete air tool outlet at tail shelf |DEDUCT:$115.00 |

|Supply one con holder on front bumper and one on rear tail shelf. |ADD: $335.00 |

|Supply one auto re-wind 75 foot cord and reel. |ADD: $929.00 |

ALTEC INDUSTRIES, INC. OPTIONS ADDED 10/27/06 CONTINUED:

|Supply one cab mounted lap top computer mounting pedestal with rotating capability |ADD: $357.00 |

|Supply one 3000 watt inverter with outlet. |ADD: $2,715.00 |

|Supply a sign storage rack for 4 foot by 8 foot signs |$857.00 |

|Deduct for a DT570 310HP with matching Allison automatic transmission. (2007 Emissins Add $5,000.00, Engine and |NET DEDUCT: $7,392.00 |

|Transmission Deduct $12,392.00) | |

|Deduct for a 14,000 pound front axle |DEDUCT: $756.00 |

|Add for hydraulic platform tilt if 3 or more are ordered at the same time. |Add only $5428 per truck instead of|

| |$8575 per truck. |

Option Added on 12/21/09:

|1,000 lb lift Capacity at a -20 degree Boom Angle with the 2nd Stage fully extended |$ No Charge Standard |

ATTACHMENT “B1” TEREX UTILITIES WEST

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

|Item | | | | |

| |2420 |Truck Digger Derrick, W/O Service Body, Refer To WSDOT Specification 0709|EACH |$225,197.00 |

| | |Attachment C1 Specifications. | | |

| | | | | |

| | |For Product Bid State: | | |

| | |Mfg.: TEREX | | |

| | |Brand/Model: TELECT XL4700 | | |

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

| | |calendar 240-270 days after receipt of order (ARO). | | |

| | | | | |

| | | | | |

| | | | | |

| | | | | |

| | | | | |

|TEREX UTILITIES WEST Section XXXIII. Options: |Prices |

|13 speed manual transmission in lieu of automatic transmission. | |

|Deduct $ | |

| |$10,488.00 |

|18 Speed manual transmission in lieu of the automatic for the tandem axle unit. | |

|Add $ | |

| | |

| |$9,061.00 |

|Allison automatic transmission for the tandem axle unit. |4X2 Fuller Autoshift 10-spd |

|Add $ |$4,748.00 |

| |6x4 Fuller Autoshift 10-spd |

| |4,113.00 |

|Additional 6 switch dash mounted control panel. |$285.00 |

|Power Windows, Door Locks | |

|Add $ | |

| |$227.00 |

|7/16 Frame Rail | |

|Deduct$ | |

| |$204.00 |

|Replace air restriucation gauge with a Filter Minder | |

|Deduct $ | |

| |$50.00 |

|Add an integral front frame extension | |

|Add $ | |

| |$248.00 |

ATTACHMENT “B1” TEREX UTILITIES WEST CONTINUED:

|Extended Cab and Crew cab configurations. |Extended Cab $1,741.00 |

|Add $ |Crew Cabs $5,488.00 approval |

| |required |

|Optional rear suspensions, in lieu of walking beam style. i.e. Hendrickson HN, and HS suspensions. |HMX $345.00 (replacing HN) |

|Add $ Deduct $ |HS Air $823.00 |

| |Chalmers $741.00 |

| |Above for 6x4 only |

|Diagnostic software to include all required cabling. | |

|Add $ | |

| |$2,.35.00 |

|Aluminum Wheels |Front $204.00 |

|Add $ |Rear 4x2 $518.00 |

| |Rear 6x4 $1,036.00 |

|Alternative Engines for this class of chassis |$ISM 425 V $1,541.00 |

| |ISM 385V $1,663.00 |

|Delete Cab and Chassis | |

|Deduct $ | |

| |$86,903.13 |

|Tandem Axle cab and chassis 58,000 GVWR meeting this specification, with the exception of the items required for a | |

|Tandem Axle unit. | |

|Add $ | |

| |$8,000.00 |

|Delete Service & Repair manual for digger/derrick. | |

|Deduct $ | |

| |$0.00 |

|Delete Repair Parts manual for digger/derrick. Deduct $ |$0.00 |

|Delete Service & Repair manual for Cab/Chassis. Deduct $ |$150.00 |

|Delete Repair Parts manual for the Cab/Chassis. Deduct $ |$250.00 |

|A line haul body to accommodate the wheelbase of this unit as well as a 120 Cab to axle measurement. Compartments | |

|will be configured as follows from front to rear on both sides | |

|2 Vertical compartments / 120 inch CA 3 Vertical | |

|1 Horizontal compartment | |

|1 Vertical Compartment | |

|All bins shall have watertight doors with drip moldings above and drain holes with plugs in compartment bottoms. | |

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

|All vertical cabinets shall have three removable and adjustable shelves with dividers on 4-inch centers. | |

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

|The body floor, tail shelf, and compartment tops will be painted with a black, non-skid material to include a 5-year| |

|warranty against peeling. | |

|Compartments shall be lighted with an LED rope style lighting system. The lighting switch shall be cab controlled | |

|to include individual door switches on each door. | |

|Add $ | |

| | |

| |$1,432.00 |

ATTACHMENT “B1” TEREX UTILITIES WEST CONTINUED:

|A 24" tail shelf with a removable pipe vise located on the curbside of the unit. The tail shelf shall have access | |

|doors on each end and the entire tail shelf shall be a through pocket. | |

|Add $ | |

| | |

| |$1,911.00 |

|A 48" tail shelf with a removable pipe vise located on the curbside of the unit. The tail shelf shall have access | |

|doors on each end and the entire tail shelf shall be a through pocket. | |

|Add $ | |

| | |

| |$2,581.00 |

|A class 1V receiver with d-rings for chains. |$86.00 |

|Hydraulic tool circuit at the tail shelf. |Included , Item XXVI.1 |

|Pneumatic tool circuit at the tail shelf. |Included , Item XXVI.3 |

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

|Add $ |$52.00 |

|An 8" Rear Step Bumper of minimum 5" structural channel, grip strut top surface reinforced for towing with Class III| |

|Receiver | |

|Add $ |$476.00 |

|Mounted on top of the Street-side compartments shall be a full length expanded metal storage bin with open top. | |

|Under this storage bin shall be an additional storage bin for a telescoping ladder. | |

|Add $ | |

| |$895.00 |

|A watertight storage compartment mounted on top of the curbside compartments. | |

|Add $ | |

| |$1,447.00 |

|One flush mounted; cab controlled Echo Model #2140A strobe light mounted on each side of the rear tail shelf. | |

|Add $ | |

| |$288.00 |

|Ecco Strobe lights mounted in the same location as the specified warning lights |In lieu of item XXX.4 amber |

|Add $ Deduct $ |rotating lights. Deduct-$20.00 |

|A Hannay Cord Reel (NSCR 716-23-24B). (110 volt, 20 amp) cord reel mounted behind the rear vertical curbside | |

|compartment to include 75 feet of cord. | |

|Add $ | |

| |$1,480.00 |

|An electric start Honda EM5000 SX generator. The generator will be mounted on the street side of the tail shelf or | |

|inside the service body and as far forward as possible on the street side. | |

|Add $ | |

| |$2,398.00 |

|An adjustable height Lap Top Computor mounting pedestal located between the chassis seats. | |

| |$447.00 |

ATTACHMENT “B1” TEREX UTILITIES WEST CONTINUED:

|Wireless remote control for all digging and boom functions. |$7,711.00 |

|Sign storage rack provisions shall be included for various highway signs measureing at least 4 feet by 8 feet and |$221.00 |

|will be mounted on the flatbed. | |

|Pole storage rack provisions for various highway poles mounted on the flatbed or on the service body. |$763.00 |

|A hydraulically tiltiable bucket .and or platform |Not Available |

|A lockable gate for a platform and if possible a locking gate for the bucket. |Not Available |

|A Riding seat configuration with controls. |$510.00 |

|Option price for a 36 inch and a 48 inch auger |$1,705.00 |

|Auger Bunks for a 36 inch and a 48 inch auger |$4,112.00 |

|Master bin locking system. | |

|Add $ |$248.00 |

|Supply and install a 3000-watt Sign Wave or equal inverter. Mounting location to be determined at time of vehicle |$2,877.00 |

|assembly. All wiring to the inverter must be in loom and all 120-volt wiring must be in conduit. Install one | |

|outlet at curbside rear of chassis. The outlet at rear of chassis must be a Hubbell 7535 with weatherproof cover. | |

|The load demand circuit shall not function without engine operating. Equip the inverter with two remote | |

|controllers, one in cab and one weather protected unit at rear of body, adjacent to rear outlet. | |

|Add $ | |

TEREX UTILITIES WEST OPTIONS ADDED 10/27/06:

| OPTION’S |PRICING |

|Behind the cab mount pedestal with no riding seat, in lieu of rear mount with riding seat |$N/C |

|Relocate lower controls to curbside rear and mounted on a swivel arm. |$N/C Included in bid |

|Change auxiliary outriggers to a flat shoe A frame with no protrusion into the deck or floor of the body |$N/C |

| |Note: Pending Terex Engineering |

| |Approval |

|Supply a 36 inch tail shelf |$2,255.00 |

|Delete Air compressor and tool outlet at the platform |(-$3,500.00) |

|Supply a hydraulic oil reservoir that fits between the cab and the service body |$N/C |

|Delete Pole puller mount |(-$100) |

|Delete weather guard boxes |(-250.00 each) |

| |(-$500.00 total) |

|Deduct for the cab and chassis |(-$78,313) Original BidPrice + |

| |(-S7,600) 2007EmissionsAdder |

| |(-$85,913) Total chassis deduct |

|Line Haul Service body fitting a 138 inch cab to axle.  Outfitted as follows |Add $ 2,421.00 |

|Curbside: | |

|First vertical – 20”W – Derrick control station Second Vertical – 48”W – Barn doors, with three (3) plain | |

|adjustable shelves, three (3) drawer, drawer kit, 6" deep plain (no removable dividers), on grant slides, with | |

|latches, bottom 6" vacant. | |

|Third vertical – 24”W – Bed access with storage under the step. | |

|First Horizontal – 66”W – Two (2) plain adjustable shelves, barn doors, with no retainers. | |

|Rear vertical – 24”W – Four (4) plain adjustable shelves | |

|Street Side: | |

|First vertical – 48”W – Barn doors, Twelve (12), swivel/locking material hooks, (3-6-3).  Forward portion of | |

|compartment to have one (1) fixed plain shelf to hold inverter, 6” above compartment floor, one (1) fixed plain | |

|shelf, directly above inverter. | |

|Second Vertical – 22”W – Four (4) plain adjustable shelves. | |

|Third vertical – 22”W – Four (4) plain adjustable shelves. | |

|First Horizontal – 66”W – Two (2) plain adjustable shelves, barn doors, with no retainers. | |

|Rear vertical – 24”W – Four (4) plain adjustable shelves | |

|Delete air tool outlet at tail shelf |(-$50.00) |

|Supply one con holder on front bumper and one on rear tail shelf. |$53.00 |

|Supply one auto re-wind 75 foot cord and reel. |$ 1,480.00 |

|Supply one cab mounted lap top computer mounting pedestal with rotating capability | $447.00 |

|Supply one 3000 watt inverter with outlet. |$ 2,877.00 |

|Supply a sign storage rack for 4 foot by 8 foot signs |$ 221.00 |

|Deduct for a DT570 310HP with matching Allison automatic transmission. |(-$12,392.00) |

|Deduct for a 14,000 pound front axle |N/A |

Option Added on 12/21/09:

|1,000 lb lift Capacity at a -20 degree Boom Angle with the 2nd Stage fully extended |$16,950.00 |

Options Added on 3/16/10

|14,000 ft-lb. Two Speed Digger with Hydraulic Shift (Mark IV) in lieu of 12,000 ft-lb. Two Speed Digger with |Add: $1,811.00 |

|Hydraulic Shift (ESK 76BA): | |

|Planetary gear drive powered by reversible hydraulic motor. | |

|60” long x 2-5/8” hex auger shaft with auger adjustment holes. | |

|Digger hanger bracket is box section and is equipped with a transfer protection system, auger stowage bracket with| |

|self latching auger catch, hydraulic auger release, and auger roll-up cable. | |

|The auger stowage bracket stores up to a 24” diameter auger, in the standard position. | |

|Telescopic trombone tube is provided to shift the two-speed digger hydraulically. | |

|Digger storage protection system to protect the auger storage cable from damage caused by over-winding. Oil from | |

|the digger system is returned to the tank before the cable is over-stressed. | |

|Terex Utilities Digger Derrick Model C4047 in lieu of Digger Derric Model XL4047: |Add: $1,199.00 |

ATTACHMENT “C” BID SPECIFICATIONS BOILER PLATE

Washington State

Department of Transportation

Vehicle & Equipment Bidding Requirements

Acceptance of Terms:

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

By signature, I acknowledge the above acceptance statement:

General:

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

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

Specification Clarification and Changes:

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

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

Equipment Demonstrations:

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

Equipment Specification Compliance Inspections; Delivery; and Acceptance:

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

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

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

2. Completed Invoice

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

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

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

Washington State Department of Transportation

Olympia, Washington 98504-7357

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

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

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

Late Delivery Penalty:

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

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

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

Warranty Services and Performance:

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

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

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

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

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

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

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

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

Training:

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

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

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

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

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

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

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

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

ATTACHMENT “C1” ALTEC INDUSTRIES, INC.

|0709 |Digger Derrick 38K W/O Service Body |

|Altec Industries, Inc. | |Check | |Describe Offered Alternatives |

|Specification Requirements | |If Meet or | | |

|WSDOT 0709 | |Exceed | | |

|I. General: | | | | |

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

|requirements for a derrick digger without body. | | | | |

|Bidders shall provide a detailed measured drawing of the unit bid, to | | | | |

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

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

|Chassis load rating shall be 38,000 lbs (GVWR). | | | | |

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

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

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

|III. Frame: | | | | |

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

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

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

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

|RBM of 2,000,000. | | | | |

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

|the back of the cab to the trunnion. | | | | |

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

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

|Shall have two front tow loops or hooks accessible through the bumper. | | | | |

| | | | | |

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

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

|space between the driver and passenger seat. | | | | |

|Hood and fenders shall tilt forward to a stable position and allow full and | | | |Option: Fixed Grille available add: $62.00 |

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

|There shall be an expanded metal stone guard, mounted behind the grill to | | | | |

|protect the radiator. | | | | |

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

|Engine voltmeter | | | | |

|Engine oil pressure gauge. | | | | |

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

|Engine coolant temperature gauge. | | | | |

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

|rating of at least 30,000. | | | | |

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

|Factory installed air conditioning. | | | | |

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

|system. | | | | |

|Dual, heated 6 x 16 inch rearview mirrors. The passenger side mirror shall | | | | |

|be motorized. The mirrors shall be equipped with an 8 or 10-inch convex spot| | | | |

|mirror. | | | | |

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

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

|wipers, to include a HD wiper motor(s). | | | | |

|The wiper linkage shall be a heavy-duty formed linkage. Pressed steel | | | | |

|linkage is not acceptable. | | | | |

|The cab noise level shall not exceed 80 to 84 dB (A) inside the cab with | | | | |

|windows closed, measured at 1800 RPM and at normal road speed. | | | | |

|The cab interior package shall be an International Premium package or equal.| | | | |

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

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

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

|V. Radio Installation: | | | | |

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

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

|follows: | | | | |

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

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

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

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

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

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

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

|out of the pocket. | | | | |

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

|as a production aid. | | | | |

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

|bracket, which will accept the EF Johnson radio. The radio shall have the | | | | |

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

|To the left of the radio pocket and as close as possible to the radio, a | | | | |

|microphone-mounting clip shall be installed. | | | | |

| | | | | |

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

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

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

|the tip of the antenna when a body cab shield is used. | | | | |

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

|cover for shipping. | | | | |

|The antenna cable shall extend to the center radio pocket, and extend at | | | | |

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

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

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

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

|for the EFJ Radio. This circuit shall run directly from a battery power | | | | |

|source. At the same location, there shall be a labeled 3 amp fused circuit.| | | | |

|This circuit shall be switched at the ignition switch, and shall operate in | | | | |

|the run or accessory positions. | | | | |

|Connected to the 15 amp EFJ circuit shall be a power wire. (EFJ Part# | | | | |

|023-9750-010 or equal) This wire shall extend up to the header with no | | | | |

|splices, and extend at least six inches outside of the pocket. | | | | |

|Connected to the 3 amps EFJ circuit shall be a sense wire. (EFJ Part # | | | | |

|023-9750-011 or equal) This wire shall extend up to the header, with no | | | | |

|splices and extend at least six inches outside of the pocket | | | | |

|VI. Seats: | | | | |

|Driver and passenger seat shall be a cloth covered high back National air | | | | |

|ride seat. | | | | |

|Shall have a 3 point mounted type seat belt with shoulder strap and | | | | |

|retractors. | | | | |

| | | | | |

|VII. Fuel Tank: | | | | |

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

|The tank shall be equipped with two non-skid, raised expanded metal steps. | | | | |

|Shall be mounted on the left frame rail. | | | | |

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

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

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

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

|maintenance-free. | | | | |

|The battery box cover shall be constructed of a non-metallic reinforced | | | | |

|material. The batteries shall rest in a plastic tray. | | | | |

|The battery box shall be mounted as per the body installer’s location. | | | | |

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

|covers. | | | | |

|Shall have a six-position (or twelve as determined by body supplier) switch | | | |Option: Add $285.00 if 12 are required with additional |

|panel with the following: | | | |module. Latched are provided unless momentary is desired0|

|Automatic circuit protection. | | | | |

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

|First switch (Strobe) | | | | |

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

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

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

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

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

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

| | | | | |

| | | | | |

|If applicable the remote power module will be lactated under the drivers set| | | | |

|and elevated approximately 1 to 2 inches off the floor. | | | | |

|The unit shall be equipped with a 7-pole trailer connector and all required | | | | |

|trailer towing electrical connections. | | | | |

|IX. Engine: | | | | |

|Shall be powered by a Cummins ISM developing 305 gross H.P. at 2100 RPM and | | | | |

|1150 ft. lbs. of torque at 1200 RPM. | | | | |

|Shall be equipped with a Jake compression brake. | | | | |

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

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

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

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

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

|Shall be equipped with 1500 watt 110 volt block heater, with the plug-in | | | | |

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

|X. Air Cleaner: | | | | |

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

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

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

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

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

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

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

|Radiator shall be a cross flow type with deaeration system and coolant | | | | |

|filter. | | | | |

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

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

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

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

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

|empty. | | | | |

|XIII. Transmission: | | | | |

| Shall be an Allison six speed automatic transmission. | | | | |

|XIV. Steering System: | | | | |

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

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

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

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

|Front Axle shall be 18,000 lbs. with Stemco-type seals and grit guards, and | | | | |

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

|Rear Axle shall have a 23,000 lbs. rating with a gear ratio to allow 65-mph,| | | | |

|and a driver controlled traction differential | | | | |

|Shall have a vari-rate or progressive suspension with 31,000 lbs. capacity. | | | | |

|Additionally the unit shall be equipped with 4,500 lbs., Multi-leaf | | | | |

|auxiliary springs. | | | | |

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

|Front wheels shall be Hub Pilot 12.25”x 22.5” 11 ¼ “ BC with 385/65R 22.5 | | | | |

|LRJ steel belted Goodyear tubeless tires. | | | | |

|Rear wheels to be 8.25x22.5” with Goodyear G164 RTD 11 R 22.5 LRG tires. The| | | | |

|center hub shall have a thickness of at least .472 in. | | | | |

|XVII. Brake System: | | | | |

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

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

|installed. | | | | |

|Shall have outboard mounted brake drums, and the size of the drums will | | | | |

|accommodate the manufacturers GVWR of the chassis. WSDOT will accept power | | | | |

|disc brakes if offered. | | | | |

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

|Shall have 30 sq. in. MGM TR-T series rear brake chambers. | | | | |

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

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

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

|The chassis shall be equipped with all required items for trailer air brakes| | | | |

|to include glad hands. | | | | |

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

|XVIII. Boom: | | | | |

|Shall be a hydraulically extending three section insulated boom, with a | | | | |

|turret mount winch, and shall be mounted over the rear axle. | | | | |

|Boom Angle Fully Retracted Fully Extended | | | | |

| 10 foot radius 10,000 9,000 | | | | |

| 45 degrees 7,400 3,500 | | | | |

| 0 degrees 3,900 1,500 | | | | |

|Horizontal reach shall be 37 ft. from centerline of rotation at 0 degrees | | | | |

|with booms fully extended. | | | | |

|Boom elevation shall be from +80 degrees to -20 degrees. | | | | |

|Sheave height shall be at least 45 ft. at 80 degrees. | | | | |

|Digging radius shall be at least from 17 ft. to 26 ft. State digging radius.| | | | |

|Boom rotation shall be 360 degree continuous and unrestricted in either | | | | |

|direction. | | | | |

|The main boom shall be a fabricated box boom constructed of high-strength | | | | |

|steel and designed to store the second section. | | | | |

|The second section shall be a fabricated box boom constructed of | | | | |

|high-strength steel, and designed to store the third-section. | | | | |

|Both the second and third sections shall include a double acting hydraulic | | | | |

|extension cylinder equipped with integral holding valves on both extend and | | | | |

|retract ports. | | | | |

|The boom shall include a flanged pole handling sheave head, with provisions | | | | |

|for bucket attachment. | | | | |

|The boom shall have an insulation gap of 55 inches when fully extended. | | | | |

|Shall be equipped with a hydraulic overload protection for all boom | | | | |

|functions. | | | | |

|The boom shall be rated for line voltage up to 46KV AC. | | | | |

|Shall be equipped with a single pin, transferable pole buddy. | | | | |

|Bucket size shall be a rectangular two-man bucket, measuring at least 24”X | | | | |

|24 X 42”, all fiberglass bucket equipped as follows | | | | |

|Vinyl cover. | | | | |

|Platform rated capacity at least 300 lbs | | | | |

|Adjustable hand brake | | | | |

|Upper hydraulic controls | | | | |

|Upper control shall also extend/ retract with the second section boom | | | | |

|Controls shall operate all boom functions and winch. | | | | |

|WSDOT approved full body harness and lanyard. | | | | |

|Inside/Outside step | | | | |

|XXIX Driving Power and Hydraulic System: | | | | |

|Hydraulic pump shall have a rating equal to or greater 2500 PSI. | | | | |

|When the chassis brakes are released hydraulic pump shall disengage. | | | | |

|All hydraulic lines shall be constructed and installed so that they may be | | | | |

|replaced without requiring any welding or cutting of lines or fittings. | | | | |

|Hydraulic lines near the exhaust system shall be shielded from the exhaust | | | | |

|system. | | | | |

|The hydraulic system capable of continuous operation with out overheating | | | | |

|the hydraulic oil. | | | | |

|There shall be a visual level sight glass with temperature gauge. | | | | |

|Shall have a 100 mesh serviceable suction screen. | | | | |

|Return-line filter shall be a 10-micron replaceable cartridge type, with | | | | |

|filter cartridge. | | | | |

|The return filter, and the suction screen shall have a rated capacity three | | | | |

|times greater than pump capacity. | | | | |

|The return filters and the suction screen shall be serviceable without | | | | |

|draining the reservoir. | | | | |

|All hydraulic hoses and fittings shall be the manufacturers standard. | | | | |

|XX. Power take-off: | | | | |

| Shall be ‘hot shift’ with in-cab control and "engaged" light. | | | | |

|XXI. Winch: | | | | |

|Shall be a hydraulic driven, 15,000 lb. winch with provisions for a | | | | |

|synthetic rope and mounted at the end of the turret. | | | | |

|Shall be equipped with a two-part line attachment including one shackle and | | | | |

|quick pin. | | | | |

|Shall be equipped with 130 feet of one (1) inch diameter stable braid | | | | |

|synthetic rope with an eye splice on both ends. | | | | |

|A 7-ton combination downhaul weight and swivel hook shall be provided. | | | | |

|XXII. Control Station: | | | | |

|The controls shall have full feathering capability for all boom functions. | | | | |

|Shall have single stick to operate boom up/down, second stage in/out and | | | | |

|rotation. | | | | |

|If necessary, there shall be separate lever controls for third stage pole | | | | |

|claws, third stage in/out, claw tilt, digger and winch. | | | | |

|Shall have controls for rotation, elevation and extension of the second and | | | | |

|third sections. | | | | |

|Function controls shall be mounted at the boom tip and on the pedestal | | | | |

|below rotation. | | | | |

|Permanent control decals shall be provided at both locations. | | | | |

|Load chart shall be placed where it is clearly visible to operator at both | | | | |

|locations. | | | | |

|A foot throttle control shall be provided at the pedestal and a hand | | | | |

|operated throttle at the bucket control station. | | | | |

|There shall be a two speed digger control at the pedestal control panel. | | | | |

|Both control panels shall be equipped with a start/stop switch and the lower| | | | |

|controls shall have a night-light. | | | | |

|Glycerin filled pressure gauges shall be provided at the lower control panel| | | | |

|to monitor the systems pressures. | | | | |

|XXIII. Hydraulic Digger: | | | | |

|Shall be a two speed 12,000 pound, planetary gear driven digger with side | | | | |

|shift and sufficient torque to operate a 48-inch auger. | | | | |

|The unit shall be delivered with a 12 in. and 24 in. auger, with flighting | | | | |

|and case hardened teeth. | | | | |

|The digger shall include the following: | | | | |

|84 in. long x 2 5/8 in. hex auger shaft. | | | | |

|Shaft shall have auger adjustment holes. | | | | |

|Auger storage bracket with self-latching auger catch with over stow | | | | |

|protection. | | | | |

|Air or hydraulic activated auger release. | | | | |

|Boom is to be equipped with an auger stow protection system to prevent | | | | |

|over-stowing the auger and breaking the auger wind up strap. | | | | |

|The Digger shall be equipped with automatic pick up and hydraulic transfer | | | | |

|protection system. | | | | |

|XXIV. Outrigger: | | | | |

|The outrigger system shall be an “A” frame configuration with swivel feet. | | | | |

|Provide outrigger pad storage under bins, one on each side and convenient to| | | | |

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

|Vendor shall ensure the outrigger spread will maintain the units stability. | | | | |

|An in cab “outrigger down” warning lamp shall be provided. | | | | |

|Bidder shall provide complete unit drawings to include dimensions, weight | | | | |

|study and spread of the outriggers. | | | | |

|The outrigger controls shall be located at the right and left rear corners | | | | |

|of the tail shelf. | | | | |

|XXV. Sub frame: | | | | |

|1. The sub frame shall be constructed of structural tubing to include | | | | |

|cross members and top and bottom steel plates. All welds shall be | | | | |

|continuous to form a box structure. | | | | |

|2. The sub frame shall be secured to the chassis frame rails with shear | | | | |

|plates. | | | | |

|3. The sub-frame shall support the streetside and the curbside outriggers. | | | | |

|4. A boom rest assembly shall be provided and supported by the body sub | | | | |

|frame. | | | | |

|XXVI. Tool Outlets: | | | | |

|One hydraulic and one pneumatic auxiliary tool outlet shall be provided at | | | | |

|the rear of the body tail shelf. | | | | |

|The hydraulic outlet shall include quick couplers and a detent valve with a | | | | |

|pressure release feature to release pressure from the hydraulic tool hoses. | | | | |

|Shall be equipped one pneumatic auxiliary tool outlet at the operator’s | | | | |

|bucket. | | | | |

|The pneumatic auxiliary tool outlet shall receive its air from an IMT air | | | | |

|compressor, model DA35/100 HAR, or equal. | | | | |

|XXVII. Behind the cab compartment: | | | | |

|Shall be a 40-inch long “space pack” mounted behind the cab and forward of | | | | |

|the flatbed. | | | | |

|The top portion of the space pack shall be equipped with a three-sided, | | | | |

|expanded metal fence. | | | | |

|Body to be constructed from galvanized or galvanneal steel. | | | | |

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

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

|with plugs in compartment bottoms. | | | | |

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

|jamming mechanism. | | | | |

|All latches shall be “D” ring twist and keyed alike (CH501) with two point | | | | |

|door locks. | | | | |

|XXVIII. Flatbed: | | | | |

|Shall be an exposed flange structural channel outer rail steel flatbed. | | | |Option: Altec Steel Flatbed Deduct: $1,650.00 |

|Each cross member shall be reinforced with 10 gauge gussets. | | | | |

|The deck flooring shall be 2” true cut treated iron wood decking. The wood | | | |Option: Knapheide flatbed with yellow pine-Deduct |

|decking shall be covered with a polyurethane elastomer coating with a | | | |$1,250.00 |

|non-skid surface. | | | |Option: Knapheide flatbed with Apitong Hardwood-Deduct |

| | | | |$550.00 |

|Bed shall have bunks for both the 12-inch and 24-inch augers. | | | | |

|Cross sills shall be of 4 inch structural channel on 16 inch centers and | | | | |

|butted into the derrick subframe. | | | | |

|Pole puller mount shall be installed on the flatbed. | | | | |

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

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

|Heavy-duty adjustable height pintle hitch shall be installed to include | | | | |

|safety chain D-rings and trailer socket plug in with air hook up for the | | | | |

|trailer. | | | | |

|There shall be two 24 inch by 18 inch by 18-inch Weather guard model no. | | | | |

|524-5 or equal toolboxes mounted under the flatbed at both the curbside and | | | | |

|street side rear of the bed. | | | | |

|There shall be 33 inch by 18 inch by 18-inch toolbox mounted under the | | | | |

|flatbed at the rear of the bed. | | | | |

|Shall have a full width rear tail shelf with built in access steps, angled | | | | |

|outside corners and formed pool style pipe grab rails on each rear corner. | | | | |

|Pole bunks shall be mounted street side with the forward bunk integral to | | | | |

|the boom rest. | | | | |

|XXIX. Safety: | | | | |

|1. Unit shall comply with all prevailing provisions of the current ANSI, | | | | |

|OSHA, and WISHA standards. | | | | |

|2. Furnish and install a 10 lbs fire extinguisher on street side, forward| | | | |

|face of body. | | | | |

|3. All units associated with this specification, purchase, or contract | | | | |

|will have the ability to perform their function for a period of 10 years or | | | | |

|10,000 hours without requiring a rebuild. The Manufacturer will ensure the | | | | |

|ANSI recommendations reflect this requirement. | | | | |

|4. Furnish and install mud flaps with no vendor logos. | | | | |

|XXX. Electrical: | | | | |

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

|chassis. | | | | |

|All attachment wiring is to be protected. | | | | |

|Marker, license plate, and backup lights are to be shielded. | | | | |

|Two amber rotating lights shall be located on posts at front of body so as | | | | |

|to be visible from front and rear. Switch with a red warning light shall be | | | | |

|located on vehicle dash next to outrigger warning light. Both lights shall | | | | |

|be clearly labeled. | | | | |

|XXXI. Exterior Finish: | | | | |

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

|the unit. | | | | |

|The cab and body if applicable shall be coated with 2 mils dry automotive | | | | |

|quality primers, with a base coat/clear coat of Sikkens (4039) or equal, | | | | |

|National Safety Yellow. | | | | |

|XXXII. Publications: | | | | |

|Each unit shall be delivered with a cab/chassis and digger/derrick | | | | |

|operator’s manual. | | | | |

|Service and repair manual for digger/derrick. | | | | |

|Service and repair manual for the Cab/Chassis. | | | | |

|Repair Parts manual for the Cab/Chassis. | | | | |

| | | | | |

| | | | | |

ATTACHMENT “C1” TEREX UTILITIES

|0709 |Digger Derrick 38K W/O Service Body |

|Terex Utilities West | |Check | |Describe Offered Alternatives |

|Specification Requirements | |If Meet or | | |

|WSDOT 0709 | |Exceed | | |

|I. General: | | | | |

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

|requirements for a derrick digger without body. | | | | |

|Bidders shall provide a detailed measured drawing of the unit bid, to | | | | |

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

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

|Chassis load rating shall be 38,000 lbs (GVWR). | | | | |

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

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

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

|III. Frame: | | | | |

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

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

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

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

|RBM of 2,000,000. | | | | |

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

|the back of the cab to the trunnion. | | | | |

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

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

|Shall have two front tow loops or hooks accessible through the bumper. | | | | |

| | | | | |

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

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

|space between the driver and passenger seat. | | | | |

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

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

|There shall be an expanded metal stone guard, mounted behind the grill to | | | | |

|protect the radiator. | | | | |

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

|a. Engine voltmeter | | | | |

|Engine oil pressure gauge. | | | | |

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

|Engine coolant temperature gauge. | | | | |

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

|rating of at least 30,000. | | | | |

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

|Factory installed air conditioning. | | | | |

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

|system. | | | | |

|Dual, heated 6 x 16 inch rearview mirrors. The passenger side mirror shall | | | |Exceeds sq inches on main and 8’’ spot 7.44 sq (55.3535 |

|be motorized. The mirrors shall be equipped with an 8 or 10-inch convex spot| | | |sq in) vs 50.2672 sq in For 8’’ also the right and left |

|mirror. | | | |areMotorized and all heads heated. |

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

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

|wipers, to include a HD wiper motor(s). | | | | |

|The wiper linkage shall be a heavy-duty formed linkage. Pressed steel | | | | |

|linkage is not acceptable. | | | | |

|The cab noise level shall not exceed 80 to 84 dB (A) inside the cab with | | | | |

|windows closed, measured at 1800 RPM and at normal road speed. | | | | |

|The cab interior package shall be an International Premium package or equal.| | | | |

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

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

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

|V. Radio Installation: | | | | |

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

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

|follows: | | | | |

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

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

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

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

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

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

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

|out of the pocket. | | | | |

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

|as a production aid. | | | | |

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

|bracket, which will accept the EF Johnson radio. The radio shall have the | | | | |

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

|To the left of the radio pocket and as close as possible to the radio, a | | | | |

|microphone-mounting clip shall be installed. | | | | |

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

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

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

|the tip of the antenna when a body cab shield is used. | | | | |

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

|cover for shipping. | | | | |

|The antenna cable shall extend to the center radio pocket, and extend at | | | | |

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

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

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

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

|for the EFJ Radio. This circuit shall run directly from a battery power | | | | |

|source. At the same location, there shall be a labeled 3 amp fused circuit.| | | | |

|This circuit shall be switched at the ignition switch, and shall operate in | | | | |

|the run or accessory positions. | | | | |

|Connected to the 15 amp EFJ circuit shall be a power wire. (EFJ Part# | | | | |

|023-9750-010 or equal) This wire shall extend up to the header with no | | | | |

|splices, and extend at least six inches outside of the pocket. | | | | |

|Connected to the 3 amps EFJ circuit shall be a sense wire. (EFJ Part # | | | | |

|023-9750-011 or equal) This wire shall extend up to the header, with no | | | | |

|splices and extend at least six inches outside of the pocket | | | | |

|VI. Seats: | | | | |

|Driver and passenger seat shall be a cloth covered high back National air | | | | |

|ride seat. | | | | |

|Shall have a 3 point mounted type seat belt with shoulder strap and | | | | |

|retractors. | | | | |

| | | | | |

|VII. Fuel Tank: | | | | |

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

|The tank shall be equipped with two non-skid, raised expanded metal steps. | | | | |

|Shall be mounted on the left frame rail. | | | | |

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

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

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

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

|maintenance-free. | | | | |

|The battery box cover shall be constructed of a non-metallic reinforced | | | | |

|material. The batteries shall rest in a plastic tray. | | | | |

|The battery box shall be mounted as per the body installer’s location. | | | | |

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

|covers. | | | | |

|Shall have a six-position (or twelve as determined by body supplier) switch | | | |Add $285 if 12 are required with Additional module. |

|panel with the following: | | | |Latche are Provided unless momentary desired. |

|a. Automatic circuit protection. | | | | |

|b. Back lit, and labeled rocker panel switches | | | | |

|c. First switch (Strobe) | | | | |

|d. Second switch (Work Light) | | | | |

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

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

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

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

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

|If applicable the remote power module will be lactated under the drivers set| | | | |

|and elevated approximately 1 to 2 inches off the floor. | | | | |

|The unit shall be equipped with a 7-pole trailer connector and all required | | | | |

|trailer towing electrical connections. | | | | |

|IX. Engine: | | | | |

|Shall be powered by a Cummins ISM developing 305 gross H.P. at 2100 RPM and | | | | |

|1150 ft. lbs. of torque at 1200 RPM. | | | | |

|Shall be equipped with a Jake compression brake. | | | | |

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

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

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

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

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

|Shall be equipped with 1500 watt 110 volt block heater, with the plug-in | | | | |

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

|X. Air Cleaner: | | | | |

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

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

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

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

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

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

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

|Radiator shall be a cross flow type with deaeration system and coolant | | | | |

|filter. | | | | |

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

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

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

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

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

|empty. | | | | |

|XIII. Transmission: | | | | |

| Shall be an Allison six speed automatic transmission. | | | | |

|XIV. Steering System: | | | | |

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

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

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

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

|Front Axle shall be 18,000 lbs. with Stemco-type seals and grit guards, and | | | | |

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

|Rear Axle shall have a 23,000 lbs. rating with a gear ratio to allow 65-mph,| | | | |

|and a driver controlled traction differential | | | | |

|Shall have a vari-rate or progressive suspension with 31,000 lbs. capacity. | | | | |

|Additionally the unit shall be equipped with 4,500 lbs., Multi-leaf | | | | |

|auxiliary springs. | | | | |

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

|Front wheels shall be Hub Pilot 12.25”x 22.5” 11 ¼ “ BC with 385/65R 22.5 | | | |Possible brand substitution due to Worldwide tire |

|LRJ steel belted Goodyear tubeless tires. | | | |shortage. |

|Rear wheels to be 8.25x22.5” with Goodyear G164 RTD 11 R 22.5 LRG tires. The| | | |Possible brand substitution due to Worldwide tire |

|center hub shall have a thickness of at least .472 in. | | | |shortage. |

|XVII. Brake System: | | | | |

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

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

|installed. | | | | |

|Shall have outboard mounted brake drums, and the size of the drums will | | | | |

|accommodate the manufacturers GVWR of the chassis. WSDOT will accept power | | | | |

|disc brakes if offered. | | | | |

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

|Shall have 30 sq. in. MGM TR-T series rear brake chambers. | | | |13.2 CFM 4x2 |

| | | | |18.7 CFM 6x4 |

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

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

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

|The chassis shall be equipped with all required items for trailer air brakes| | | | |

|to include glad hands. | | | | |

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

|XVIII. Boom: | | | | |

|Shall be a hydraulically extending three section insulated boom, with a | | | | |

|turret mount winch, and shall be mounted over the rear axle. | | | | |

|Boom Angle Fully Retracted Fully Extended | | | | |

| 10 foot radius 10,000 9,000 | | | | |

| 45 degrees 7,400 3,500 | | | | |

| 0 degrees 3,900 1,500 | | | | |

|Horizontal reach shall be 37 ft. from centerline of rotation at 0 degrees | | | | |

|with booms fully extended. | | | | |

|Boom elevation shall be from +80 degrees to -20 degrees. | | | | |

|Sheave height shall be at least 45 ft. at 80 degrees. | | | | |

|Digging radius shall be at least from 17 ft. to 26 ft. State digging radius.| | | | |

|Boom rotation shall be 360 degree continuous and unrestricted in either | | | | |

|direction. | | | | |

|The main boom shall be a fabricated box boom constructed of high-strength | | | | |

|steel and designed to store the second section. | | | | |

|The second section shall be a fabricated box boom constructed of | | | | |

|high-strength steel, and designed to store the third-section. | | | | |

|Both the second and third sections shall include a double acting hydraulic | | | | |

|extension cylinder equipped with integral holding valves on both extend and | | | | |

|retract ports. | | | | |

|The boom shall include a flanged pole handling sheave head, with provisions | | | | |

|for bucket attachment. | | | | |

|The boom shall have an insulation gap of 55 inches when fully extended. | | | | |

|Shall be equipped with a hydraulic overload protection for all boom | | | | |

|functions. | | | | |

|The boom shall be rated for line voltage up to 46KV AC. | | | | |

|Shall be equipped with a single pin, transferable pole buddy. | | | | |

|Bucket size shall be a rectangular two-man bucket, measuring at least 24”X | | | | |

|24 X 42”, all fiberglass bucket equipped as follows | | | | |

|Vinyl cover. | | | | |

|Platform rated capacity at least 300 lbs | | | | |

|Adjustable hand brake | | | | |

|Upper hydraulic controls | | | | |

|Upper control shall also extend/ retract with the second section boom | | | | |

|Controls shall operate all boom functions and winch. | | | | |

|WSDOT approved full body harness and lanyard.Inside/Outside step | | | | |

|XXIX Driving Power and Hydraulic System: | | | | |

|Hydraulic pump shall have a rating equal to or greater 2500 PSI. | | | | |

|When the chassis brakes are released hydraulic pump shall disengage. | | | | |

|All hydraulic lines shall be constructed and installed so that they may be | | | | |

|replaced without requiring any welding or cutting of lines or fittings. | | | | |

|Hydraulic lines near the exhaust system shall be shielded from the exhaust | | | | |

|system. | | | | |

|The hydraulic system capable of continuous operation with out overheating | | | | |

|the hydraulic oil. | | | | |

|There shall be a visual level sight glass with temperature gauge. | | | | |

|Shall have a 100 mesh serviceable suction screen. | | | | |

|Return-line filter shall be a 10-micron replaceable cartridge type, with | | | | |

|filter cartridge. | | | | |

|The return filter, and the suction screen shall have a rated capacity three | | | | |

|times greater than pump capacity. | | | | |

|The return filters and the suction screen shall be serviceable without | | | | |

|draining the reservoir. | | | | |

|All hydraulic hoses and fittings shall be the manufacturers standard. | | | | |

|XX. Power take-off: | | | | |

| Shall be ‘hot shift’ with in-cab control and "engaged" light. | | | | |

|XXI. Winch: | | | | |

|Shall be a hydraulic driven, 15,000 lb. winch with provisions for a | | | | |

|synthetic rope and mounted at the end of the turret. | | | | |

|Shall be equipped with a two-part line attachment including one shackle and | | | | |

|quick pin. | | | | |

|Shall be equipped with 130 feet of one (1) inch diameter stable braid | | | | |

|synthetic rope with an eye splice on both ends. | | | | |

|A 7-ton combination downhaul weight and swivel hook shall be provided. | | | | |

|XXII. Control Station: | | | | |

|The controls shall have full feathering capability for all boom functions. | | | | |

|Shall have single stick to operate boom up/down, second stage in/out and | | | | |

|rotation. | | | | |

|If necessary, there shall be separate lever controls for third stage pole | | | | |

|claws, third stage in/out, claw tilt, digger and winch. | | | | |

|Shall have controls for rotation, elevation and extension of the second and | | | | |

|third sections. | | | | |

|Function controls shall be mounted at the boom tip and on the pedestal | | | | |

|below rotation. | | | | |

|Permanent control decals shall be provided at both locations. | | | | |

|Load chart shall be placed where it is clearly visible to operator at both | | | | |

|locations. | | | | |

|A foot throttle control shall be provided at the pedestal and a hand | | | | |

|operated throttle at the bucket control station. | | | | |

|There shall be a two speed digger control at the pedestal control panel. | | | | |

|Both control panels shall be equipped with a start/stop switch and the lower| | | | |

|controls shall have a night-light. | | | | |

|Glycerin filled pressure gauges shall be provided at the lower control panel| | | | |

|to monitor the systems pressures. | | | | |

|XXIII. Hydraulic Digger: | | | | |

|Shall be a two speed 12,000 pound, planetary gear driven digger with side | | | | |

|shift and sufficient torque to operate a 48-inch auger. | | | | |

|The unit shall be delivered with a 12 in. and 24 in. auger, with flighting | | | | |

|and case hardened teeth. | | | | |

|The digger shall include the following: | | | | |

|84 in. long x 2 5/8 in. hex auger shaft. | | | | |

|Shaft shall have auger adjustment holes. | | | | |

|Auger storage bracket with self-latching auger catch with over stow | | | | |

|protection. | | | | |

|Air or hydraulic activated auger release. | | | | |

|Boom is to be equipped with an auger stow protection system to prevent | | | | |

|over-stowing the auger and breaking the auger wind up strap. | | | | |

|The Digger shall be equipped with automatic pick up and hydraulic transfer | | | | |

|protection system. | | | | |

|XXIV. Outrigger: | | | | |

|The outrigger system shall be an “A” frame configuration with swivel feet. | | | | |

|Provide outrigger pad storage under bins, one on each side and convenient to| | | | |

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

|Vendor shall ensure the outrigger spread will maintain the units stability. | | | | |

|An in cab “outrigger down” warning lamp shall be provided. | | | | |

|Bidder shall provide complete unit drawings to include dimensions, weight | | | | |

|study and spread of the outriggers. | | | | |

|The outrigger controls shall be located at the right and left rear corners | | | | |

|of the tail shelf. | | | | |

|XXV. Sub frame: | | | | |

|1. The sub frame shall be constructed of structural tubing to include | | | | |

|cross members and top and bottom steel plates. All welds shall be | | | | |

|continuous to form a box structure. | | | | |

|2. The sub frame shall be secured to the chassis frame rails with shear | | | | |

|plates. | | | | |

|3. The sub-frame shall support the streetside and the curbside outriggers. | | | | |

|4. A boom rest assembly shall be provided and supported by the body sub | | | | |

|frame. | | | | |

|XXVI. Tool Outlets: | | | | |

|One hydraulic and one pneumatic auxiliary tool outlet shall be provided at | | | | |

|the rear of the body tail shelf. | | | | |

|The hydraulic outlet shall include quick couplers and a detent valve with a | | | | |

|pressure release feature to release pressure from the hydraulic tool hoses. | | | | |

|Shall be equipped one pneumatic auxiliary tool outlet at the operator’s | | | | |

|bucket. | | | | |

|The pneumatic auxiliary tool outlet shall receive its air from an IMT air | | | | |

|compressor, model DA35/100 HAR, or equal. | | | | |

|XXVII. Behind the cab compartment: | | | | |

|Shall be a 40-inch long “space pack” mounted behind the cab and forward of | | | | |

|the flatbed. | | | | |

|The top portion of the space pack shall be equipped with a three-sided, | | | | |

|expanded metal fence. | | | | |

|Body to be constructed from galvanized or galvanneal steel. | | | | |

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

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

|with plugs in compartment bottoms. | | | | |

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

|jamming mechanism. | | | | |

|All latches shall be “D” ring twist and keyed alike (CH501) with two point | | | | |

|door locks. | | | | |

|XXVIII. Flatbed: | | | | |

|Shall be an exposed flange structural channel outer rail steel flatbed. | | | | |

|Each cross member shall be reinforced with 10 gauge gussets. | | | | |

|The deck flooring shall be 2” true cut treated iron wood decking. The wood | | | | |

|decking shall be covered with a polyurethane elastomer coating with a | | | | |

|non-skid surface. | | | | |

|Bed shall have bunks for both the 12-inch and 24-inch augers. | | | | |

|Cross sills shall be of 4 inch structural channel on 16 inch centers and | | | | |

|butted into the derrick subframe. | | | | |

|Pole puller mount shall be installed on the flatbed. | | | | |

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

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

|Heavy-duty adjustable height pintle hitch shall be installed to include | | | | |

|safety chain D-rings and trailer socket plug in with air hook up for the | | | | |

|trailer. | | | | |

|There shall be two 24 inch by 18 inch by 18-inch Weather guard model no. | | | | |

|524-5 or equal toolboxes mounted under the flatbed at both the curbside and | | | | |

|street side rear of the bed. | | | | |

|There shall be 33 inch by 18 inch by 18-inch toolbox mounted under the | | | | |

|flatbed at the rear of the bed. | | | | |

|Shall have a full width rear tail shelf with built in access steps, angled | | | | |

|outside corners and formed pool style pipe grab rails on each rear corner. | | | | |

|Pole bunks shall be mounted street side with the forward bunk integral to | | | | |

|the boom rest. | | | | |

|XXIX. Safety: | | | | |

|1. Unit shall comply with all prevailing provisions of the current ANSI, | | | | |

|OSHA, and WISHA standards. | | | | |

|2. Furnish and install a 10 lbs fire extinguisher on street side, forward| | | | |

|face of body. | | | | |

|3. All units associated with this specification, purchase, or contract | | | | |

|will have the ability to perform their function for a period of 10 years or | | | | |

|10,000 hours without requiring a rebuild. The Manufacturer will ensure the | | | | |

|ANSI recommendations reflect this requirement. | | | | |

|4. Furnish and install mud flaps with no vendor logos. | | | | |

|XXX. Electrical: | | | | |

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

|chassis. | | | | |

|All attachment wiring is to be protected. | | | | |

|Marker, license plate, and backup lights are to be shielded. | | | | |

|Two amber rotating lights shall be located on posts at front of body so as | | | | |

|to be visible from front and rear. Switch with a red warning light shall be | | | | |

|located on vehicle dash next to outrigger warning light. Both lights shall | | | | |

|be clearly labeled. | | | | |

|XXXI. Exterior Finish: | | | | |

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

|the unit. | | | | |

|The cab and body if applicable shall be coated with 2 mils dry automotive | | | | |

|quality primers, with a base coat/clear coat of Sikkens (4039) or equal, | | | | |

|National Safety Yellow. | | | | |

|XXXII. Publications: | | | | |

|Each unit shall be delivered with a cab/chassis and digger/derrick | | | | |

|operator’s manual. | | | | |

|Service and repair manual for digger/derrick. | | | | |

|Service and repair manual for the Cab/Chassis. | | | | |

|Repair Parts manual for the Cab/Chassis. | | | | |

| | | | | |

| | | | | |

PRODUCT/SERVICE PERFORMANCE REPORT

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

Contract or Purchase Order & Requisition number: 00506 TRUCK Digger Derrick W/O Service Body

Supplier’s name: Supplier’s representative:

PRODUCT/SERVICE:

( Contract item quality higher than required. ( Damaged goods delivered.

( Contract item quality lower than required. ( Item delivered does not meet

( Other: P.O./contract specifications.

SUPPLIER/CONTRACTOR PERFORMANCE:

( Late delivery. ( Incorrect invoice pricing.

( Slow response to problems and problem resolution. ( Superior performance.

( Other:

CONTRACT PROVISIONS:

( Terms and conditions inadequate. ( Additional items or services are

( Specifications need to be revised. required.

( Minimum order too high.

( Other:

Briefly describe situation:

|Agency Name: |Delivery Location: |

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

| | | | |

Send To:

OSPfl608.doc 3/96

CONTRACT SPECIALIST

OFFICE OF STATE PROCUREMENT

PO BOX 41017

OLYMPIA WA 98504-1017

OFFICE OF STATE PROCUREMENT

PERFORMANCE REPORT

To OSP Customers:

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

Procurement services provided: Excellent Good Acceptable Unacceptable

Timeliness of contract actions ( ( ( (

Professionalism and courtesy of staff ( ( ( (

Services provided met customer needs ( ( ( (

Knowledge of procurement rules and regulations ( ( ( (

Responsiveness/problem resolution ( ( ( (

Timely and effective communications ( ( ( (

Comments:

Agency: Prepared by:

Title:

Contract No.: 00506 Date:

Contract Title: TRUCK Digger Derrick W/O Service Body Phone:

Send to:

Purchasing Manager

Office of State Procurement

PO Box 41017

Olympia, Washington 98504-1017

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

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