Current Contract Information Form



State of Washington

Current Contract Information

Change Notice No. 7

Effective Date: March 12, 2009

|Contract number: |00704 |Commodity code: |2322 |

|Contract title: |Truck Flatbed, Paint Striper Support W/Knuckle Boom Crane |

|Purpose: |CONTRACT EXTENSION, UPDATE OSP CONTACT INFORMATION |

|Current period: |March 19, 2009 |through: |March 18, 2010 |

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

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

|Primary user: |Department of Transportation |

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

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

| |Colleges). |

|Contractor: |Northend Truck Equipment, Inc. |Contact: |James O’Brien |

|Address: |14919 40th Ave. NE |Phone: |(800) 653-6066 |

| |Marysville, WA 98271 |FAX: |(360) 653-0100 |

|Email: |getex440@ |Supplier No.: |31508 |

| | |Fed. I.D. No.: |91-1578459 |

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

|Contract Specialist: |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:

|Ordering information: |See page 2 Note III |

|Ordering procedures: |See page 2 Note II |

|Special notes: |See Below |

|Payment address: |14919 40th Ave. NE Marysville, WA 98271 |

|Order placement address: |14919 40th Ave. NE Marysville, WA 98271 |

|Minimum orders: |None |

|Delivery time: |180 days After Receipt of Order (ARO) |

|Payment terms: |Net 30 days |

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

|Freight: |Prepaid and included in unit pricing |

|Contract pricing: |See Attachment “A” |

|Term worth: |$160,080.00 |

|Current participation: |$0.00 MBE |$0.00 WBE |$160,080.00 OTHER |$0.00 EXEMPT |

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

| | |

Notes:

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

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

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

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

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

Special Conditions:

1. Current Contract Information (CCI)

This Current Contract Information (Change Notice No. 7) extends the Contract for an additional 12 months thru 3/18/2010. All other terms and conditions remain unchanged.

2. 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.

3. Warranty

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

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

4. Sales and Subcontractor Report

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

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

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

ATTACHMENT “A” PRICE SHEETS

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

|Item | | | | |

| |2322 |Truck Flatbed, Paint Striper Support, 54,000 GVWR, With Knuckle Boom Crane. |EACH |$160,080.00 |

| | |Refer to Section III, Specifications. | | |

| | |Product Bid: | | |

| | |Mfg.: Navistar/Palfinger | | |

| | |Brand/Model: 7600 4x4 / PK26502 B | | |

| | |For orders received by 7/15/2008, deduct $ 4,007.00 | | |

OTHER OPTIONS AVAILABLE:

• 16’ Flatbed I.L.O. 14’ AS SPECIFIED ADD: $ 736.00

• Palfinger PK26502 C with 40’ hydraulic reach I.L.O. PK26502 b

AS BID WITH 33;6’’ ADD: $ 2,495.00

• Radio remote controls No. 910-CM4DA ADD: $ 8,837.00

• Allison automatic transmission RDS 4000 ADD: $ 10,088.00

• If chassis manuals are not required DEDUCT: $ 468.00

• Trailer air connections at rear of truck ADD: $ 353.00

• Delete cost of Cab and Chassis. < Deduct > $ 91,433.00

ADDITIONAL CRANE MODELS, ADD COST TO BASE CONTRACT PRICE

Models may be upgraded by Palfinger periodically.

PALFINGER PK38502B, $ 36,468.00

PK38502C, $ 3,380.00

PK38502D $ 6,791.00

PK38502E, $ 9,881.00

TOP SEAT CONTROLS ADD $ 1,670.00

PALFINGER PK44002B, $ 54,055.00

PK44002C, $ 4,113.00

PK44002D $ 7,935.00

PK44002E, $ 13,224.00

PK44002G, $ 17,845.00

PALFINGER PK56002B, $73,656.00

PK56002C, $ 4,157.00

PK56002D, $ 9,000.00

PK56002E, $ 14,328.00

PK56002G, $ 19,492.00

PALFINGER PK72002B, $ 82,191.00

PK72002C, $ 4,670.00

PK72002D, $ 10,078.00

PK72002E, $ 15,122.00

PK67202G, $ 21,315.00

OTHER OPTIONS AVAILABLE CONTINUED:

• Fully Hydraulic Auxiliary Outriggers at Rear, span to 16’4” $ 9,519.00

*** Note: A full stability analysis and weight distribution must be done prior to final order to assure safety. This is to be completed be Palfinger engineers. The outcome of this study may influence the required options needed to complete the installation.

• Two functions hose kit for the following boom configurations.

B - $ 4,431.00

C - $ 5,214.00

D - $ 5,664.00

E - $ 6,277.00

• Port relief for hose kits: $ 139.00

• 3.5 Metric Ton winch on main boom with added winch circuit and control. $ 14,539.00

Note: May not work with all boom configurations and or hose kits.

• 20’ Flatbed installed with crane. $ 2,208.00

• Longer wheelbase chassis for 20’ flatbed. $ 574.00

• Watson Chalin lift axle with installation. $ 7,180.00

• Tires with steel wheels for lift axle (2) . $ 857.00

• Tires with aluminum wheels for lift axle (2) $ 1,572.00

2 3.3 SPECIFICATIONS

Washington State

Department of Transportation

Vehicle & Equipment Bidding Requirements

Acceptance of Terms:

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

General:

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

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

Specification Clarification and Changes:

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

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

Equipment Demonstrations:

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

Equipment Specification Compliance Inspections; Delivery; and Acceptance:

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

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

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

2. Completed Invoice

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

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

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

Washington State Department of Transportation

Olympia, Washington 98504-7357

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

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

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

Late Delivery Penalty:

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

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

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

Warranty Services and Performance:

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

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

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

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

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

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

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

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

Training:

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

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

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

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

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

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

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

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

|0826 |Truck; Flatbed; Paint Striper Support; 54,000 GVWR with Knuckle Boom Crane |

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

| | |If Meet or | | |

| | |Exceed | | |

|I. General: | | | | |

|1. This specification intends to describe a Cab and chassis with flatbed,| | | | |

|and a knuckle boom crane, primarily used to support highway paint stripping | | | | |

|operations. | | | | |

|2. The unit shall meet all Washington State bridge laws in a fully loaded | | | | |

|condition. | | | | |

|3. The horizontal hydraulic reach of the crane shall be at least 33 feet. | | | | |

|The crane shall have the ability to lift at least 4600 pounds at 33 feet. | | | | |

|4. Supplier shall provide an axle load, stability and weight distribution | | | | |

|analysis for the specified carrier vehicle. The crane, and all mounting | | | | |

|hardware shall not exceed 6,800 pounds. | | | | |

|5. Shall have 360 degrees of continuous rotation. | | | | |

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

|1. Chassis load rating shall be 60,000 lbs (GVWR). | | | | |

|2. Wheel Base shall be determined by the body manufacturer. | | | | |

|3. Cab to Axle (CA) shall be determined by the body manufacturer. | | | | |

|4. Bumper to Back of Cab (BBC) shall be determined by the body manufacturer | | | | |

|III. Frame: | | | | |

|1. The entire length of the frame rails shall be full depth. | | | | |

|2. 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. | | | | |

|3. The section modulus at the engine cut outs shall be at least 18.00, with | | | | |

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

|4. There shall be no holes or bolts in the top flange of the frame rails, | | | | |

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

|5. The left frame shall be clear, between the fuel tank and the front hanger| | | | |

|of the rear spring assembly. | | | | |

|6. Cross-members shall not be riveted to the frame rails, however | | | | |

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

|7. Shall have a steel front bumper, of sweptback design, with two front tow | | | | |

|loops or hooks accessible through the bumper. | | | | |

|IV. Cab & Related Equipment: | | | | |

|1. Shall be a manufacturer’s premium cab with at least 21 inches of clear | | | | |

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

|2. Hood and fenders shall tilt forward to a stable position and allow full | | | | |

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

|3. There shall be a metal stone guard, mounted behind the grill to protect | | | | |

|the radiator | | | | |

|4. The unit shall be equipped with the following: | | | | |

| 1. Engine voltmeter | | | | |

| 2. Engine oil pressure gauge. | | | | |

| 3. Tachometer, and Hour-meter. | | | | |

| 4. Engine coolant temperature gauge. | | | | |

| 5. Shall have a heater with at least a 30,000 BTU output rating; to | | | | |

|include both fresh air and cab recirculation features. | | | | |

| 6. Sun visors for both driver and passenger. | | | | |

| 7. Factory installed air conditioning. | | | | |

| 8. Visual and audible low oil pressure / high coolant temperature | | | | |

|warning system. | | | | |

|5. Dual, heated 6 x 16 inch rearview mirrors. The passenger side mirror | | | | |

|shall be motorized. The mirrors shall be equipped with an 8 to 10 inch | | | | |

|convex spot mirror. | | | | |

|6. Shall be equipped with an air horn. | | | | |

|7. Shall be equipped with cowl mounted, electric, intermittent, windshield | | | | |

|wipers, to include a heavy-duty wiper motor(s). | | | | |

|8. The wiper linkage shall be boxed tubing. Pressed steel linkage is not | | | | |

|acceptable. | | | | |

|9. The cab noise level shall not exceed 83dB (A) inside the cab with windows| | | | |

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

|10. Shall be equipped with left and right egress / ingress assist handles. | | | | |

|11. Shall be equipped with an AM/FM Radio. | | | | |

|V. Radio Installation: | | | | |

|1. 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: | | | | |

| 1. Width 7 3/16 inches. | | | | |

| 2. Length 8 5/16 inches. | | | | |

| 3. Thickness 2 1/8 inches. | | | | |

|2. 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. | | | | |

|3. When installed; the face of the radio shall not extend further than one | | | | |

|inch out of the pocket. | | | | |

|4. WSDOT will loan an EF Johnson radio to the successful bidder, as a | | | | |

|production aid. | | | | |

|5. 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. | | | | |

|6. To the left of the radio pocket and as close as possible to the radio, a | | | | |

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

|7. 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. Cab | | | | |

|mounted switch and a rotating beacon lights one mounted on each side of the | | | | |

|roof, at the front of the cab | | | | |

|8. The roof mount antenna base shall be sealed and capped with a protective | | | | |

|cover for shipping. | | | | |

|9. The antenna cable shall extend to the center radio pocket, and extend at | | | | |

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

|10. 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. | | | | |

|11. At the main fuse panel 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. | | | | |

|12. Connected to the 15amp EFJ circuit shall be a power wire with the same | | | | |

|connectors, gauge, and length of the EFJ Part# 023-9750 with no splices. | | | | |

|This wire shall extend up to a header pocket and extend at least six inches | | | | |

|outside of the pocket. | | | | |

|13. Connected to the 3 amp EFJ circuit shall be a sense wire, with the same | | | | |

|connectors, gauge, and length of the EFJ Part # 023-9750-011 with no | | | | |

|splices. This wire shall extend up to a header pocket, and extend at least | | | | |

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

|VI. Seats: | | | | |

|1. Driver’s seat shall be a cloth covered high back National air ride seat. | | | | |

|2. Passenger seat shall be a cloth covered high back National high back, | | | | |

|non-suspension. | | | | |

|3. Both seats shall have compatible; three point type seat belts with | | | | |

|shoulder strap, and retractors. | | | | |

|VII. Fuel Tank: | | | | |

|1. Shall have a 70-gallon fuel tank. | | | | |

|2. The tank shall be equipped with two non-skid, raised expanded metal | | | | |

|steps. | | | | |

|3. Shall be mounted on the left frame rail. | | | | |

|4. Shall not extend more than 6 inches past the back of the cab. | | | | |

|VIII. Electrical & Lighting System: | | | | |

|1. All chassis lighting shall be conventional lighting (International | | | | |

|lighting is not acceptable). | | | | |

|2. Shall be a 12-volt system. | | | | |

|3. Batteries shall have at least 1,950 cold cranking amps (CCA) and be | | | | |

|maintenance-free. | | | | |

|4. The battery box cover shall be constructed of a non-metallic reinforced | | | | |

|material. The batteries shall rest in a plastic tray, and be protected by | | | | |

|an additional plastic cover, covering all of the batteries. This cover shall| | | | |

|be secured by thumbscrews or wing nuts. | | | | |

|5. Supplier shall determine the location of the batteries box. | | | | |

|6. The batteries shall be equipped with an additional ground cable, which | | | | |

|will be attached to the frame rail. All cable ends shall be sealed, and | | | | |

|equipped with rubber retainers and covers. | | | | |

|7. All battery cables exiting the battery box shall be routed through rubber| | | | |

|grommets. | | | | |

|8. Shall have at least six (6) two position (On/ Off) rocker panel switches | | | | |

|mounted side by side on the dash. These switches shall be powered from the | | | | |

|ignition switch in both run and accessory positions. The switches shall be | | | | |

|circuit breaker protected, back lite, and labeled as follows. | | | | |

|First switch (Strobe) | | | | |

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

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

|Fourth switch is powered and not labeled | | | | |

|Fifth switch is powered and not labeled | | | | |

|Sixth switch is powered and not labeled | | | | |

|9. Bidder must ensure that the switches on all equipment associated with | | | | |

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

|10. A round 7-conductor, cable shall be wired from the main electrical | | | | |

|panel, to the rear of the chassis and terminate into a standard 7 pole | | | | |

|trailer connector with ABS. (Conventional Wiring) | | | | |

|11. Shall be equipped with halogen headlamps. | | | | |

|12. Shall have taillights mounted on the outside rear of the frame rails and| | | | |

|protected with 1/4” steel plate on the top and both sides. | | | | |

|13. Supplier splices into the factory wiring harness is unacceptable and | | | | |

|may be grounds for bid rejection. | | | | |

|IX. Engine: | | | | |

|1. Shall be a Cummins ISM 385V, with 370 gross hp at 2100 rpm and 1450 ft | | | | |

|lbs torque at 1200 RPM. | | | | |

|2. Shall be equipped with an engine compression brake. | | | | |

|3. Electronic engine controls shall have the following settings: | | | | |

| 1. Maximum road speed to be 65 mph. | | | | |

| 2. Cruise control speed to be 60 mph. | | | | |

| 3. Automatic Idle shut down to be 10 minutes. | | | | |

| 4. Idle, Set 675, Resume 1,000. | | | | |

| 5. Shall have idle bump up/down feature. | | | | |

|4. 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. | | | | |

|5. A driveline hole through the radiator is not acceptable. | | | | |

|X. Air Cleaner: | | | | |

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

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

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

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

|to the air cleaner. | | | | |

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

|1. Shall be equipped with a temperature controlled, air clutch fan drive. | | | | |

|2. Radiator shall be a cross flow with deaeration system and coolant filter.| | | | |

|3. All coolant hose clamps shall be Constant Torque. | | | | |

|4. Antifreeze protection shall be at least -35 (. | | | | |

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

|1. Shall be a single horizontal muffler and vertical pipe. | | | | |

|2. 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: | | | | |

|1. Shall be a Fuller RTLO 14918B. | | | |See options for automatic transmission. |

|2. Shall have an Easy Pedal Plus clutch assembly . | | | | |

|3. Shall have a two-piece clutch brake. | | | | |

|4. Shall have a speed sensor cover with dual ports. | | | | |

|XIV. Steering System: | | | | |

|1. Shall have a dual Shepherd power steering system. | | | | |

|2. Steering wheel shall be 18 inches in diameter. | | | | |

|3. Steering column shall be fully adjustable. | | | | |

|XV. Axles & Suspension: | | | | |

|1. Front Axle shall be 20,000 lbs. with Stemco-type seals and grit guards, | | | | |

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

|2. Rear Axle shall have a Hendrickson RT-403 40,000 lbs. suspension with | | | | |

|rubber bushings and a gear ratio to allow 65-mph. | | | | |

|3. The rear axle shall be equipped with an air activated power divider lock | | | | |

|with indicator light. | | | | |

|4. Shall be equipped with a rear axle lube pump. | | | | |

|XVI. Wheels & Tires: | | | | |

|1. Front wheels shall be Hub Pilot with 425/65R 22.5 LRJ steel belted | | | | |

|Goodyear tubeless tires or equal. | | | | |

|2. Rear wheels shall be Hub Pilot with Goodyear or equal G164 RTD 11 R 22.5 | | | | |

|LRG steel belted tires. The center hub shall have a thickness of at least | | | | |

|.472 inches. | | | | |

|XVII. Brake System: | | | | |

|1. Shall be a Bendix anti-lock series air braking system | | | | |

|2. Shall have self-adjusting “S” cam air brakes front and rear, with shields| | | | |

|installed. | | | | |

|3. Shall have outboard mounted brake drums, with 16 ½ x 6-inch front drums | | | | |

|and 16 ½ X 7 rear drums. | | | | |

|4. All brake blocks shall be non-asbestos. | | | | |

|5. Shall have 30 sq. In. MGM TR-T series rear brake chambers, and the | | | | |

|chambers. | | | | |

|6. Shall have at least a 13 C.F.M. air compressors, with intake plumbed to | | | | |

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

|7. Shall have the Rockwell Wabco System Saver 1200 air dryer, mounted on the| | | | |

|right inside frame rail, directly behind the cab. | | | | |

|8. Air tanks shall be mounted below the cab, but not to exceed past the back| | | | |

|of the cab. | | | | |

|XVIII. Outriggers: | | | | | |

|1. Outrigger spread shall be not greater than 20 feet. | | | | | |

|2. Outrigger beam shall be hydraulically extendible and not to exceed 20 | | | | |

|feet in overall spread. | | | | |

|3. Outrigger legs shall be hydraulically extendible (up and down). | | | | |

|XVIIII. Hydraulic System: | | | | |

|1. The control valve shall be equipped with both a main and port relief | | | | |

|valve to protect the pump cylinder and hoses. | | | | |

|2. The control valve shall have precise metering capability and the operator| | | | |

|shall be capable of operating two crane functions simultaneously. | | | | |

|3. Shall be equipped with load holding valves on the main, folding, and | | | | |

|extension boom cylinders. | | | | |

|4. Shall be equipped with full street level controls to accommodate | | | | |

|operation from either side of the vehicle. | | | | |

|5. Shall be equipped with a Hot Shift PTO with inside cab controls | | | | |

|6. The entire hydraulic system shall be sized to accommodate the system | | | | |

|without overheating. | | | | |

|7. Shall be equipped with a sight level indicator, return filter cartridge, | | | | |

|and clean out port, temp gauge, and hydraulic system shut off valves. | | | | |

|8. The system shall be sized to operate at full capacity and the RPM shall | | | | |

|not exceed 1200 RPM. | | | | |

|9. The crane shall be equipped with an electro hydraulic overload | | | | |

|protection system, which will disable all load increasing functions. This | | | | |

|overload system shall not allow the boom to drift or lower the load. | | | | |

|XX. Main Boom Linkage: | | | | |

| The crane shall be capable of lifting rated loads vertically without the | | | | |

|use of a winch. | | | | |

|3XXXII. Folding Boom Linkage: | | | | |

|1. The crane shall be equipped with a mechanical linkage that connects | | | | |

|the folding boom cylinder to the folding and extension booms. | | | | |

|2. The crane’s folding boom shall have an operating radius of 180( under | | | | |

|rated load. | | | | |

|3. The crane’s folding boom tip speed shall be constant throughout its | | | | |

|180( operating radius without requiring the operator to meter the control | | | | |

|valve. | | | | |

|4. At full horizontal boom extension the crane shall be able to lift rated| | | | |

|loads without buckling at the main or folding boom pivot point at full rated| | | | |

|capacity. | | | | |

|XXIII. Extension Boom System: | | | | |

| The crane shall have individual sequentially extending cylinders, which | | | | |

|will result in a constant capacity and constant speed extension boom system.| | | | |

|Telescopic extension cylinders are unacceptable. | | | | |

|XXVI. Installation: | | | | |

|1. The welding of the flat bed or the crane to the chassis will not be | | | | |

|acceptable. | | | | |

|2. The installation of both the crane and the flat bed shall be made to | | | | |

|accommodate the removal of both by WSDOT. | | | | |

|3. Weather pack quick disconnects shall be utilized at all wiring | | | | |

|junction points. | | | | |

|4. The hydraulic fittings shall be screw together quick couplers. | | | | |

|XXV. Flat Bed: | | | | |

|1. The bed shall extend and be flush with the frame rails of the chassis | | | | |

|2. The bed shall be equipped with a 24” expanded metal cab shield, and be | | | | |

|permanently mounted to the flat bed. | | | | |

|3. The entire flat bed shall be Iron Wood. | | | | |

|4. The measurement shall be as follows: | | | | |

|5. Length: 14’ | | | |May require 16’ flatbed. See options. |

|6. Width: 8’ 6” | | | | |

|7. Shall be equipped with stake pockets every two feet. | | | | |

|8. Shall be equipped with a three-tiered metal handrail on both left and | | | | |

|right side of the flatbed. | | | | |

|9. Shall be equipped with six ratcheting winches on the street side of | | | | |

|the flatbed. The winches shall be mounted as per WSDOT at time of | | | | |

|construction. | | | | |

|10. Shall have a fold up ladder access located at both the right and left | | | | |

|side front of the flatbed. | | | | |

|11. Shall be equipped with four weather proof 40 X 20 X 27 lockable, | | | |Or sized to fit in space available. See optional price |

|storage boxes mounted on each side of the chassis. Two shall be mounted | | | |for 16’ and 18’ flatbed. |

|forward of the rear axle and two mounted aft of the rear axle. | | | | |

|12. The boxes shall have one fold down door with “T” handle latches, keyed | | | | |

|alike and chain stops. | | | | |

|XVII Exterior Finish: | | | | |

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

|With this in mind, the following finishing requirements will be closely | | | | |

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

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

|stains on the unit. | | | | |

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

|with an additional 2 mils dry of Sikkens (4039) or DuPont (7044) National | | | | |

|Safety Yellow. | | | | |

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

|five years. | | | | |

|4. Each side of the unit shall be equipped with the WSDOT decals prior | | | | |

|to the compliance inspection. The successful bidder will notify Billboard | | | | |

|Signs at 206-300-7300 for decal installation. Billboard Sign will bill | | | | |

|WSDOT of decal installation services. | | | | |

|XVII. Publications: | | | | |

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

|Bidders shall provide the Service and Parts Manuals for the body and | | | | |

|chassis, as annotated below. | | | | |

|1 Parts Manual | | | | |

|1 Service Manual | | | | |

|XVIII User Funded Additional Needs | | | | |

| a. 18-foot flatbed in lieu of 14 foot Each unit shall be delivered | | | |Add $ 1,472.00 |

|with an operator’s manual. | | | | |

| b. A deduct amount for the three-tiered handrail. | | | |Deduct $ 854.00 |

Attachment “C” Options Added by Change No. 1

|XVIII Options | |Check If As | | |

| | |Specified | | |

|A deduct for a PK17502 | | | | DEDUCT: $ 11,783.00 |

|A Deduct for each storage box. | | | |DEDUCT: $ 545.00 EACH |

|Additional tool circuit at the crane’s boom tip. | | | |PK17502B $ 4,450.00; Includes larger oil tank and |

|A 6, and 12, inch auger to include all hydraulics and controls. Each| | | |two hydraulic functions plumbed to the boom tip. |

|auger will be priced individually. | | | |PK26502B $ 5,018.00 same as above |

| | | | |Hydraulic rotator, u joint and jumper hoses $ |

| | | | |3,000.00 |

| | | | |6’’ Auger $ 331.00 |

| | | | |12’’ Auger $ 480.00 |

|A cab controlled selector valve shall be located in the air cleaner | | | |$ 140.00 |

|that allows fresh air intake from outside of the vehicle during | | | | |

|normal operations and from under the hood during cold weather | | | | |

|operations. | | | | |

|A Parker IAQ-MFH-2ER programmable electric, Joy Stick control mounted| | | | $ 1,140.00 Joy Stick controller ILO standard |

|to the right side of the drivers seat, and will include all hydraulic| | | |Parker Controller furnished in item “I”. |

|and electric, components. | | | | |

|A NHC hydraulic AKIT-697-10009 to include hydraulic oil tank, and | | | |$ 12,027.00 |

|installation. | | | | |

|A PHT VBPC-8SS stainless steel watertight enclosure. | | | | (Included with Item g and i) |

|A Parker IQAN WSSF2004 hydraulic kit to include installation.(MDL | | | |$ 24,830.00 Includes State of WA round style oil |

|included) | | | |tank and accessories, pluming includes suction, |

| | | | |main pressure to valve and tank return. All other |

| | | | |dead headed at valve box. |

|j. Shall provide pricing for one, round, non-halogen, steel encased| | | |$ 670.00 wired to OEM wire harness and switch |

|snowplow headlight, with high and low beam, mounted on both left and | | | |panel. |

|right fenders. The lights shall be properly wired, with no splices, | | | | |

|and shall be aimed and aligned with the prism in the horizontal | | | | |

|position | | | | |

| k. The snowplow lights shall be adjustable within a range of 72 | | | |Included in item j. |

|to 74 inches measured from the ground to the center of the light. | | | | |

|l. A plow frame, TENCO 2-14-23-0078, with lift cylinder. The lift | | | |$ 3,864.00 shortening front frame extensions. If |

|cylinder hydraulic ports shall be facing the driver’s side of the | | | |mounted with Parker IQAN system load sense pump add|

|truck. | | | |$175.00 to modify Tenco Plow Frame. |

| 1. All fasteners will be grade 8 with flanged headed bolts. | | | | |

| 2. The front tow hooks shall be butted against the forward | | | | |

|edge of the side plates. | | | | |

| 3. None of the components associated with the Plow Frame will| | | | |

|interfere with the chassis components, when installed. | | | | |

|Supplier shall ensure that the plow frames mounting holes are aligned| | | | |

|for ease of pin removal and installation | | | | |

ATTACHMENT “D”

Options Added for Contract Number 00704, Northend Truck Equipment Inc Letter dated 7/5/2008

Truck, Flatbed Paint Striper Support With Knuckle Boom Crane.

1. The unit shall be equipped with two (2) cab controlled, double acting, 4000-pound capacity, and hydraulic push/pull cylinders.  These cylinders shall have the ability to push and pull a 4,000-pound concrete barrier.  $ 5,860.00

  a.  The push/pull cylinders shall be located under the chassis and directly behind the cab, with the ability to work from either side of the chassis.  

  

2.  WSDOT desires option pricing for a 20,000-pound   winch. $ 12,928.00

       The rear of the body shall be equipped with 20,000-pound Branden model AHU7-14 hydraulic powered winch.  The winch shall be equipped with 100 feet of properly sized cable to accommodate the rated capacity of the winch.     

      a.  The winch shall be installed at the rear of the chassis, beneath the flat bed, and between the frame rails.          

.       b.  The winch shall be equipped with a remote pendant with at least 20 feet of umbilical cord. 

.       c.  The winch shall be equipped with a four position fair lead.

NOTE: Braden no longer makes a 25,000 lb. version of this winch. We are quoting the AHU7-14 which is a 20,000 lb and is the same winch we us on the Drill Support Trucks.

3.   Shall be equipped with four ratcheting winches on the each side of the flatbed.  The winches shall be staggered from each other.  $ 360.00

4.    The center of the flatbed shall be equipped with eight-¾ inch weld on “D” Rings located in the center of the flatbed These “D” Rings shall be positioned in line with each ratcheting winch.     $ 320.00

5.    Shall be equipped with two Fire Research Model LT540 side mounted 500 watt 120 volt extendible floodlights. One light shall be mounted on each front corner of the body.  $ 1,463.00

6.   Shall be equipped with a 1500-watt inverter. The inverter shall be installed and plumbed to the Fire Research lights as annotated in item 9b.   $ 848.00

  

7.    Shall be equipped with two 12-volt hand held work lights with 25 feet of coiled cord.    $ 120.00

8.    Each corner of the flatbed shall be equipped with a 12-volt power receptacle with protective rubber covers.      $360.00

9.  WSDOT desires option pricing for a 20,000-pound front bumper mounted winch.  $14,741.00, see Note on item # 2.

       The front of the chassis shall be equipped with 20,000-pound Branden model AHU7-14 hydraulic powered winch.  The winch shall be equipped with 100 feet of properly sized cable to accommodate the rated capacity of the winch.         

      a.  The winch shall be installed at the front of the chassis to include a reinforced front bumper with lockable tool box.  The chassis shall have an integral front frame extension.        b.  The winch shall be equipped with a remote pendant with at least 20 feet of umbilical cord. 

.     c.  The winch shall be equipped with a four position fair lead.

PERFORMANCE REPORT FOR

Purchasing & Contract Administration

To OSP Customers:

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

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

|Timeliness of contract actions | | | | |

|Professionalism and courtesy of staff | | | | |

|Services provided met customer needs | | | | |

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

|Responsiveness/problem resolution | | | | |

|Timely and effective communications | | | | |

Comments:

|Agency: | |Prepared by: | |

|Contract No.: |00704 |Title: | |

|Contract Title: |Truck Flatbed, Paint Striper Support W/Knuckle Boom Crane |Date: | |

| | |Phone: | |

Send to:

Purchasing Manager

Office of State Procurement

PO Box 41017

Olympia, Washington 98504-1017

PERFORMANCE REPORT FOR

CONTRACTOR PRODUCT/SERVICE

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

Contract number and title: 00704 Truck Flatbed, Paint Striper Support W/Knuckle Boom Crane

Supplier’s name: Supplier’s representative:

|PRODUCT/SERVICE |

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

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

| |Other: | | |

|SUPPLIER/CONTRACTOR PERFORMANCE |

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

| |Incorrect invoice pricing. | |Superior performance |

| |Other: | | |

|CONTRACT PROVISIONS |

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

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

| |Other: | | |

Briefly describe situation:

|Agency Name: |Delivery Location: |

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

| | | | |

|Address: |Email: | | |

| | | | |

Send To:

STATE PROCUREMENT OFFICER

OFFICE OF STATE PROCUREMENT

PO BOX 41017

OLYMPIA WA 98504-1017

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

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

Google Online Preview   Download