Current Contract Information Form - Washington



State of Washington

Current Contract Information

Contract Change No. 8

Revision: November 10, 2008

Effective: November 25, 2008

|Contract number: |13903 |Commodity code: |2325 |

|Contract title: |TRUCK CABOVER W/CARGO BOX & LIFTGATE |

|Purpose: |CONTRACT EXTENSION, PRICE ADJUSTMENT, UPDATE OSP AND CONTRACTOR CONTACT INFORMATION |

|Current period: |November 25, 2007 |through: |November 24, 2008 |

|Extension period: |November 25, 2008 |through: |November 24, 2009 |

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

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

|Primary user: |Department of Veterans Affairs |

|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: |Husky Truck, LLC |Contact: |Jon P. Gould |

|Address: |11222 E. Marginal Way S. |Phone: |(206) 859-4314 |

| |Tukwila, WA 98168 |FAX: |(206) 764-3838 |

| | |Supplier No.: |21544 |

|Email: |jonpatrickgould@ |Fed. I.D. No.: |20-5258279 |

| | | | |

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) 586-1188 |

|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: |11222 E. Marginal Way S. Tukwila, WA 98168 |

|Order placement address: |11222 E. Marginal Way S. Tukwila, WA 98168 |

|Minimum orders: |None |

|Delivery time: |150 days After Receipt of Order (ARO) |

|Payment terms: |Net 30 days |

|Shipping destination: |Free On Board (FOB) Destination |

|Freight: |Prepaid and included in unit pricing |

|Contract pricing: |See pages Attachment “A” |

|Term worth: |$235,009.00 |

|Current participation: |$0.00 MBE |$0.00 WBE |$239,009.00 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.

IV. If required, indicate percent increase to bid pricing for delivery to State of Oregon DASCPP/ORCPP Members: __1__%

Special Conditions:

1. Current Contract Information (CCI)

Contract Change No. 8 extends this Contract with Husky Truck, LLC for another one year term thru 11/24/09. Pricing has been revised under Attachment “A”. Also, this CCI updates the contact information for OSP and Husky Truck, LLC. ALL OTHER TERMS 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. Certificate is to list contract number Contract 13903.

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

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 |Qty |Unit |Unit Price |

|Item | | | | | |

| |2325 |Truck - Medium Duty Diesel 25,950 GVWR. 200 WB – 168 CA (UWMC) |1 |EA |$60,092.00 |

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

| | |Product Bid: | | | |

| | |Mfg.: GMC TRUCK | | | |

| | |Brand/Model: GMC T7500 | | | |

|2. | |Cargo Box 90” height and 24’ length (with 224" wheelbase and 193" CA). |1 |EA |$12,995.00 |

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

| | |Product Bid: | | | |

| | |Mfg.: SUPREME (HEISER BODY CO.) | | | |

| | |Brand/Model: VA249090 | | | |

| | | | | | |

| | |Additional Cargo Boxes 90” height, Per Specifications Section III, | | | |

| | |Attachment “B”. See length as follows: | | | |

| | |22’ Length (with 212" wheelbase and 181" CA) | | | |

| | |20’ Length (with 200-- wheelbase and E69" CA) | | | |

| | |18’ Length (with 188" wheelbase and 157" CA) |1 |EA |$12,036.00 |

| | |16’ Length with 170” wheelbase and 139" CA) |1 |EA |$11,077.00 |

| | | |1 |EA |$10,117.00 |

| | | |1 |EA |$9,158.00 |

|3. | |Maxon 5,000 lb Liftgate. Refer to Section III, Specifications. |1 |EA |$13,789.00 |

| | |Product Bid: | | | |

| | |Mfg.: MAXON | | | |

| | |Brand/Model: RC-5B | | | |

|4. | |Heiser supreme Kold Insulated Van Body |1 |EA |$40,691.00 |

| | |Product Bid: | | | |

| | |Mfg.: Heiser | | | |

| | |Brand/Model: Supreme Kold | | | |

OPTION ADDED MARCH 23, 2006

Delete hydraulic brake system and replace with air

brake system (air brake system includes

WABCO 14.2 CFM air compressor; BENDIX AD-IS

heated air dryer with automatic moisture ejector;

MERITOR front and rear automatic slack adjusters;

dual air pressure gauges; low air pressure warning

light and alarm; front brake dust shields; outboard

mounted brake drums; air actuated spring loaded

rear parking brakes; and air reservoirs for air brake system) ADD $1,977.00

SECTION III SPECIFICATIONS

Truck, Diesel w/ cargo box

These detailed specifications are meant to result in the purchase of new, unused, current year and model trucks with cargo box units. No advantage shall be taken by the manufacturer in the omission of any part or detail, which goes to make the truck and cargo box unit complete and ready for service, even though such parts or detail are not mentioned in these specifications.

The truck and cargo box unit shall feature substantial and durable construction in all respects. The truck and cargo box unit must be capable of legal highway speeds, yet be able to negotiate grades of up to 15% with a standing load. The trucks must meet all Federal and Washington State requirements for commercial cargo vehicles.

|Description |Check If As Specified |Describe Fully If Not As Specified |

|SUMMARY: | | |

|One (1) low cab forward trucks with dry cargo box and Liftgate. |X | |

| | | |

|Item 1 – Truck - Medium Duty Diesel 25,950 GVWR. With 90” height and 24’ length cargo box and |X | |

|lift gate. 1 EACH - 200 WB – 168 CA (UWMC) | | |

|Item 2– 24’ cargo box | | |

|Item 3 – Maxon 5,000 lb lift gate | | |

| | | |

|TRUCK SPECIFICATIONS | | |

|WHEELBASE | | |

|Item 1 - Minimum 200” wheelbase |X | |

| | | |

|ENGINE | | |

|The engine must meet the Environmental Protection Agency's minimum requirement for particulate |X | |

|matter for 2002 model year vehicles. | | |

|The engine installation shall include, as a minimum the specific items listed below. All items |X | |

|shall meet or exceed the engine manufacturers size and/or design requirements. | | |

|6 Cylinder Diesel Engine. 7.8 L Isuzu 6HK1-TC Diesel 200 hp. (475 cid) 4 cycle, OHC, direct |X |Note: revised to 215GHP & 560 lb/ft |

|injection, turbocharged, intercooled. 441 lb ft gross torque @ 1500 rpm. Common rail type | | |

|electronic fuel injection system. | | |

|Federal 50 state Emission Certification. |X | |

|Long life coolant does not need to be changed for 5 years or 300,000 miles with the extended |X | |

|added at 150,000 miles. | | |

|Easily accessible spin-on oil filters. |X | |

|Primary fuel filter |X | |

|Spin-on type secondary fuel filter, elements shall remove particles of 10 micron size. |X | |

|Fuel Equipment (additional) – Racor (or approved equal) water separator with sight bowl. |X | |

|Dry type air cleaner, Donaldson brand. Filter minder mounted on air cleaner. |X | |

|Alternator – 110 amp alternator. Nippon Denso | |DELCO |

|Dual batteries, 1500 amps. Delco Linehaul Group 31-1110 series, 12 volt. 362 minute reserve |X | |

|capacity @ 27 degrees C. 1500 amps cold cranking current @ -18 degrees C. Grounded directly to | | |

|starter. | | |

|Battery Shut-off Switch – At battery box |X | |

|TRANSMISSION | | |

|4-spd AT545 automatic Allison. Torque rating: 445 lb ft. Includes increased cooling and | |ALLISON 2000 Series 6-SPEED Automatic |

|transmission oil cooler. Maximum GVW/GCW limited to 30,000 lbs. Ratios: 3.45, 2.25, 1.41, 1.00 | |W/OD and park pawl. Includes Increased |

|Rev: 5.02 | |Cooling And Cooler |

|The shift control shall be Allison electronic shift control or approved equal. |X | |

|The transmission shall be equipped with the following: |X | |

|Overheat/low fluid warning system |X | |

|Magnetic drain plug |X | |

|Auxiliary cooler, the largest available |X | |

|Fluid filters of a type and capacity approved by the transmission manufacturer. |X | |

|FUEL TANK | | |

|50 (U.S.) gallon each dual rectangular fuel tanks. L.H. and R.H mounted. Includes sump and drain |X | |

|plug and 12 gallons of fuel. Frame mounted, located behind cab. | | |

|Internally baffled to prevent surging. |X | |

|Fuel cap must be a leak proof type. |X | |

|Vent system that prevents fuel from venting overboard due to fuel expansion during hot weather or|X | |

|vehicle attitude while parked. | | |

|RADIATOR | | |

|A petcock to conveniently drain coolant, at low point on radiator. |X | |

|The radiator and petcock shall be suitably protected. |X | |

|water hoses | | |

|All hoses to be silicon. |X | |

|EXHAUST SYSTEM | | |

|Single horizontal exhaust system. Aluminized steel. Left hand mounted inside frame rail. |X | |

|FRONT TIRES | | |

|Front Tire 11R 22.5 G (14Ply) G159 Radial Tubeless, front 12350 lb capacity. Goodyear brand. |X | |

|All tires shall be balanced. |X | |

|REAR TIRES | | |

|Rear Tire Size 11R 22.5 G (14 Ply) G159. Radial tubeless, rear. 23000 lb capacity. |X | |

|All tires shall be balanced. |X | |

|FRONT WHEEL | | |

|Steel Disc 10-Hole Hub Pilot Front, 22.5 x 8.25 Accuride. 10-Hole Hub Pilot Front. 285.75 mm |X | |

|(11.25 inch) bolt circle, Flange nut. | | |

|REAR WHEEL | | |

|Steel Disc 10-Hole Hub Pilot Rear. 22.5 x 8.25 Accuride. 10-Hole Hub Pilot, Rear. 285.75 mm |X | |

|(11.25 inch) bolt circle, Flange nut. | | |

|Additional Wheel Equipment - Painted disc wheels - White. Includes painted front and rear wheels | | |

|and spare wheel and tire. | | |

|FRONT AXLE | | |

|Minimum 11,000 lb capacity front axle. Includes ZF Servocom 8097 variable ratio steering gear and| |12,000 LBS. |

|National brand unitized oil seals with grease lube | | |

|Oil lubricated front wheel hubs. Stemco clear caps & National brand oil seals. Filled with 75W-90|X | |

|synthetic oil (same as Dana Spicer rear axles). Includes fill plugs and windows. | | |

|12,000 lb front suspension. Tapered leaf. Includes front shock absorbers. |X | |

|Front stabilizer bar. Provides increased vehicle roll control and improved handling. Mounted to |X | |

|front axle with bar ends linked to spring hanger which is bolted to frame. | | |

|REAR AXLE | | |

|Minimum 19,000 lb rear suspension. Multi leaf. |X | |

|Provisions Taper/Multi Leaf Suspension |X | |

|Rear Stabilizer Bar. Attached to frame, shaft ends linked to rear axle. Provides increased load |X | |

|stabilization, improves handling and reduces vehicle roll. | | |

|Note: Rear axle Ratio to be determined at time of order | | |

|CHASSIS EQUIPMENT | | |

|Bumper, Front – steel painted |X |With Argent Covering |

|Wiring – Body builder junction box. |X | |

|Ratio: 1 speed 4.11 |X | |

|Bolted Suspension. Rear suspension bolted to frame (in lieu of riveted to frame). Includes bolted|X | |

|rear suspension brackets (front & rear). | | |

|19,000 lb single speed axle. Dana Spicer 19060S. Includes 75W-90 synthetic lubricant, improved |X | |

|sump magnets, magnetic drain plug and National brand oil seals. | | |

|80,000 psi yield strength steel frame. SAE J1392 - 080XLF steel. Dimensions: 9.65" x 3" x .315". |X | |

|Section modulus 12.53 cu in. RBM 1,378,300. Straight full-depth rails. Painted semi-gloss black. | | |

|Standard full width bumper Includes two tow hook slots. |X | |

|BRAKES | | |

|Hydraulic Power Assisted Anti-lock brake system (ABS) Disc |X | |

|Includes semi-metallic, non-asbestos brake linings. |X | |

|Parking brake is internal expanding drum type, transmission mounted. Lever and cable actuating. |X | |

|CAB INTERIOR | | |

|Interior Trim: Full Trim, Dark Gray |X | |

|Seat: High Back Drivers Seat rigid mount with adjustable lumbar support, 3 point seat belt |X | |

|Seat: High Back Passenger Seat Rigid Mount, 3 Point Seat Belt. |X | |

|Auxiliary center seat. Material is always vinyl. |X | |

|Cloth seat inserts. Medium dark gray. |X | |

|Hand pump air suspension seat with manual adjustable lumbar support |X | |

|Int. Access: Over Head Shelf with Doors driver and passenger color keyed sun visor, seat side |X | |

|tray with cup holder, coat hook, vinyl floor mat, ash tray, cigar lighter, padded dash and dome | | |

|light. | | |

|CAB EXTERIOR | | |

|Cab: High Rigidity Cab Forward with 86 inch BBC, 2 step cab entry, wheelwell splash guards, inner|X | |

|and outer fenders, extended corrosion treatment, side impact door beams, 85 degree door opening, | | |

|closed frame construction for increased rigidity. | | |

|Cab Mount: Silicone Fluid Filled cab suspension mounts front and back, cab tilt lock RH side |X | |

|Front Panel: Tilt up Panel for service access.. |X | |

|Color: Arc white |X | |

|SIDE GLASS | | |

|Shall be bonded and laminated tempered side glass, fully tinted, RH power lift window, RH |X | |

|visibility window | | |

|windshield | | |

|Shall be of lightly tinted laminated safety plate or float glass meeting the requirements of |X | |

|FMVSS 205 and ANSI Z 26.1, at least 0.25 inch thick. | | |

|STEERING | | |

|Steering Wheel shall be between 18 and 22 inches in diameter |X | |

|Steering: Power Steering tilt and telescoping soft padded steering wheel, energy absorbing |X | |

|steering column | | |

|Hydraulic pump | | |

|Hydraulic pump shall feature a priority valve for power steering. |X | |

|Grade 8 shoulder bolts must be used in all areas of suspension bracing and mounting. |X | |

|Shock absorbers shall be: | |No Rear Shocks |

|Heavy-duty front and rear | | |

|Delco or approved equal |X | |

|Compatible with rated axle capacity and steering mechanism. |X | |

|ELECTRICAL SYSTEM | | |

|Shall be 24/12 volt negative ground. |X |12V Negative Ground |

|Electrical equipment and connectors shall not be placed where they are subjected to excessive |X | |

|heat, oil, grease, or road spray. | | |

|electric horns & ALARMS | | |

|Dual electric horns |X | |

|A backup alarm shall be waterproof 12 volt DC, 97 dba alarm. Alarm is to be controlled by the |X | |

|transmission reverse switch and located at the rear of the truck. | | |

|WIRING | | |

|The main wiring harness shall, to the maximum practical extent, be installed inside the truck |X | |

|body passenger compartment and, where that is not practical, shall be secured in frame rail | | |

|raceways. | | |

|Battery leads be minimum 2 gauge |X | |

|AIR CONDITIONING | | |

|Integral air conditioning. Includes lighted soft touch buttons for mode, fan and temperature |X | |

|controls. Includes increased cooling. R134a standard. | | |

|HEATER | | |

|Heater: Heater/Power Ventilator/Defroster, heater equipped with touch controls, 4 speed power cab|X | |

|ventilator, windshield defroster with side window defroster vents. | | |

|ELECTRICAL | | |

|Switches: Combination Switch on Column for headlight, parking brake, turn signal, high beam, |X | |

|passing beam, hazard switch, wiper switch, washer, wiper speed, and high idle. | | |

|controls and switches | | |

|The following controls and switches shall be provided. All controls shall meet the requirements |X | |

|of FMVSS 101 and ergonomic amendment as applicable to bus. | | |

|All switches and controls shall be permanently and clearly labeled. | | |

|Gauges: Electric Speedometer tachometer, odometer, trip odometer, oil pressure, coolant temp, |X | |

|fuel, voltage, air pressure, idle control knob on dash. | | |

|GAUGES |X | |

|The following gauges shall be included on the instrument panel | | |

| a. Speedometer and Odometer |X | |

| b. Battery Charge Indicator (voltmeter) |X | |

| c. Air Pressure Gauge, with dual needles | |No (Hydraulic Brakes) |

| d. Oil Pressure Gauge |X | |

| e. Low Oil Pressure Warning indicator |X | |

| f. Engine Temperature Gauge |X | |

| g. Hot Engine Temperature Indicator |X | |

| h. Transmission Temperature Gauge |X | |

| i. Fuel Gauge |X | |

|Lights: Halogen Headlights daytime running lights |X | |

|Telltales: Service Engine Soon, ABS hi-beam, seat belt, right and left turn, check gauge, battery|X | |

|charge, primary brake, daytime running lights, high water temperature/low oil pressure buzzer and| | |

|light. | | |

|AM-FM Stereo radio/cassette. Electronically tuned. Digital display, clock, seek-scan, and auto |X | |

|reverse. Includes two front speakers. | | |

|WINDSHIELD WIPERS | | |

|Wipers: 2 Speed and adjustable intermittent wipers with wet arm washer blades. |X | |

|WINDSHIELD WASHER | | |

|One gallon minimum reservoir. |X | |

|MIRRORS | | |

|All to be of top quality and fully adjustable for purpose intended. |X | |

|Standard Mirrors, dual 7" x 16" West Coast type with black molded heads. Set for 102" wide body |X | |

|or trailer. Brackets are galvanized steel. Painted black. | | |

|Mirrors: Black Head with black stays. |X | |

|Spot mirrors. 8" right and left hand retractable mirrors. |X | |

|Outside mirrors, stainless steel heads. Dual 7" x 16". |X | |

|Mirrors, Down View- Down view Mirror over Passenger Door. |X | |

|OPTIONS | | |

|OPTIONAL – West Coast – Beach West Coast Heated Mirror with heated convex mirrors, both sides, | |Add $500.00 |

|includes dash mounted indicator lamp. | | |

|PAINTING | | |

|Truck and cargo box unit exteriors shall be painted white. Paint shall be PPG Low VOC. |X | |

|The truck and cargo box unit exterior shall be primed as recommended by the manufacturer of the |X | |

|final finish. | | |

|There shall be no bare or exposed metal surfaces showing on the exterior of the truck, exclusive |X | |

|of ornamentation and accessories. | | |

|Wheels and rims shall be painted white. |X | |

|Solid color exterior paint. Cab with light argent fenders and bumper. |X | |

|Lower paint color - Arc White |X | |

|Upper paint color - Arc White |X | |

|MISCELLANEOUS | | |

|Vendor shall furnish a portable five (5) pound capacity, Amerex model 400T or approved equal, |X | |

|type fire extinguisher, including mounting bracket on each truck. The extinguisher shall be | | |

|painted red. It shall be equipped with a chained safety pin. | | |

|Truck shall be equipped with a safety triangle reflector/flare kit with a durable protective |X | |

|container. Hella #43-000 or approved equal. | | |

|A holder or other securement for a front license plate shall be provided. |X | |

|MANUALS | | |

|The Contractor shall furnish one set each of all available maintenance / repair manuals, |X | |

|operating manual and parts manuals. | | |

|Manuals shall be delivered within 30 days after delivery. Receipt of manuals shall be a condition|X | |

|for acceptance of any truck. | | |

|SPARE PARTS INVENTORY | | |

|The manufacturer shall provide an initial parts inventory to include a price list which |X | |

|recommends the types and quantities of parts most likely to be required to support this truck for| | |

|a one-year period. | | |

|SPARE WHEEL AND TIRE | | |

|Assembled spare wheel (rim) and tire shall be shipped loose with the truck. |X | |

|TRAINING | | |

|The manufacturer shall indicate if there is training available for maintenance and operations |X |Training Available as Specified Add |

|personnel, at the University of Washington facility. The training desired would include a truck | |$1,000.00 |

|overview, engine, transmission, electrical system , lift gate, and any other subjects that the | | |

|manufacturer recommends. The maintenance training may include OEM sponsored training for engine, | | |

|transmission, for up to 9 technicians. Please indicate availability and cost for any available | | |

|related technician training. | | |

|DRY CARGO BOX SPECIFICATIONS | |See Comments Below |

|Item 2 - 24’ Dry cargo box installed on chassis with lift gate with all specifications listed |X | |

|below | | |

|Opening height – largest opening possible with minimum 83” opening height. Please indicate |X |Maximum Opening Height is 83’’ |

|maximum height available within these specifications. Final build height shall be approved after| | |

|review by Motor Pool Personnel. | | |

|Maximum height of box (ground to top of box) not to exceed 144” | |Height of Body Above Chassis Frame Is |

|Floor of box to be as close to 44” from ground as possible | |108’’ Only Possible If Chassis Height |

| | |is 35’’ |

|Exterior shall be smooth aluminum, prepainted white. | | |

|Style: Radius front cast aluminum corners. Polished stainless 5 ½” radius vertical front corners |X | |

|and 12” aluminum top radius between cast corner caps. | | |

|Inverted Channel long sills with fur spacers |X | |

|Cross sills shall be steel I-beam on 12 “ centers in front of rear axle and 9’ centers behind the|X | |

|axle | | |

|Floor shall be laminated apitong coated with floor hardener |X | |

|Underside of body shall be reinforced for pallet loading. Steel 3” x 12” angle at front, steel |X | |

|plates over rear wheels, gussets at every other cross-sills and reinforced rear threshold. | | |

|Framing: Cast aluminum roof corner and extruded aluminum roof rails, bottom rails and front |X | |

|corner wraparound moldings. Galvanized steel 1 1/4” “Z” style side posts on 16” centers. | | |

|Heavy duty galvanized steel rear frame. |X | |

|Roll up door with side seals |X | |

|Interior shall be plywood in front |X | |

|Wall linings – Hardwood slat lining 1” x 6” at 5-6 inch intervals. One slat shall be positioned|X | |

|5” over the top of the e-rail | | |

|Series E-track installed at 36” and 60” height on side and back walls |X | |

|Kick Plate - An 18” high aluminum or smooth steel kick plates shall be provided along side and |X | |

|back wall | | |

|Roof – Translucent material bonded to heavy duty galvanized antisnag roof bows on 24” centers. |X | |

|Lighting – 2 each 12” long 12 volt fluorescent lights with light switch inside of box (round |X | |

|lights may be substituted) | | |

|Lights shall be controlled by a master switch mounted in the cab of the truck |X | |

|Mirror – 14” cross view mirror mounted on left rear corner of box |X | |

|Steel Storage box with locking handle – 18” high by 24” wide by 24” deep installed under cargo |X | |

|box on passenger side – door opens downward | | |

|Legal equipment: All ICC required lights, reflectors, and mud flaps installed. |X | |

|Mounting on chassis of correct size |X | |

|LIFTGATE SPECIFICATIONS | | |

|Item 3- Maxin model RC-5B or approved equal. |X | |

|Rating – minimum 5,000 lb capacity |X | |

|PLATFORM | | |

|Width – minimum 87” |X | |

|Length – minimum 84” w/ a maximum 12” tapered back edge |X |Based on 72’’ Platform plus 12’’ |

| | |Tapered Edge |

|CONTROLS | | |

|Two separate operation controls one installed inside and one installed outside of box on right |X | |

|hand side | | |

|Inside switch mounted 36” above floor of box |X | |

|Outside switch mounted within 6” of the base of the box | |Manufactures Location of 18-20 cannot |

| | |be altered |

|Switches shall be guarded and clearly marked “up / down” with a permanent metal or plastic |X | |

|placard | | |

|Hydraulic close operation |X | |

|BATTERY INSTALLED | | |

|Group T125 – 6 volt (minimum 480 min @ 25 Amps) deep cycle battery in external battery box with |X | |

|battery isolator | | |

|A battery shut off switch shall be mounted externally adjacent to box |X | |

|Battery leads be minimum 2 gauge |X | |

|BATTERY INSTALLED |X | |

|Group T125 – 6 volt (minimum 480 min @ 25 Amps) deep cycle battery in external battery box with |X | |

|battery isolator | | |

|A battery shut off switch shall be mounted externally adjacent to box |X | |

|Battery leads be minimum 2 gauge |X | |

|OPTIONS | | |

|OPTIONAL - Hydraulic close operation |X | |

HEISER SUPREME KOLD INSULATED VAN BODY

|Description |Check If As |Describe Fully If Not As |

| |Specified |Specified |

|1.         Dimensions | |  |

|            A.        Length:  24 feet | |  |

|            B.         Width:  96 inches outside | |  |

|            C.        Height:  93 inches inside | |  |

|2.          Long-Sills:  Inverted steel channels long-sills with fir spacers | |  |

|3.          Cross-Sills:  Steel I-beam on 12 inch center of rear axle and 9 inch centers behind axle | |  |

|4.          Insulation:  Urethane foam, 3 inches in walls, ceiling and floor | |  |

|5.          Floor:  Aluminum tread plate – 3/16” – panned up walls, over hardwood sub floor | |  |

|6.          Interior:  Seamless glass lining – walls and ceiling | |  |

|7.          Scuff Plates:  Smooth aluminum sides and front – 18 inches | |  |

|8.          Pallet Reinforce:  Underside of body reinforced for pallet loading.  Steel 3” x 12” angle at | |  |

|front, steel plates over rear wheels, gussets at every other cross-sills and reinforced rear threshold | | |

|9.          Tie Track:  Two (2) rows Series “E” tie track surface mounted sides and front up 36 and 60 inches| |  |

|to centerlines. | | |

|10.        Framing:  Cast aluminum roof corner and extruded aluminum roof rails, bottom rails and front | |  |

|corner wrap around moldings.  Galvanized steel 1 ¼” “Z” style side posts on 16” centers.  Heavy duty | | |

|galvanized steel rear frame.  | | |

|11.        Exterior:  Smooth aluminum, pre painted white | |  |

|12.        Style:  Radius front cast aluminum corners.  Polished stainless 5 ½” radius vertical front corners| |  |

|13.        Storage box:  Steel toolbox 24” w. x 18” h. x 24” deep installed passenger side with door opening | |  |

|downward | | |

|14.        Rear door:  Roll-up door with side seals – 1 ½ inch insulated | |  |

|15.        Roof:  One (1) piece aluminum | |  |

|16.        Reefer Provs:  Reinforcing for reefer unit | |  |

|17.        Reefer Unit:  Thermo King MDII30SR with 230 volts 3 phase standby | |  |

|18.        Reefer Access:  Folding steps and grab handle on corner. | |  |

|19.        Dome Lights:  Two (2) recessed reefer dome lights with rear switch and master cab switch. | |  |

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.: |Document1 |Title: | |

|Contract Title: | |Date: | |

| | |Phone: | |

Send to:

Unit 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: 13903 Truck Cab Over

Supplier’s name: Supplier’s representative:

|PRODUCT/SERVICE |

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

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

| |Other: | | |

|SUPPLIER/CONTRACTOR PERFORMANCE |

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

| |Incorrect invoice pricing. | |Superior performance |

| |Other: | | |

|CONTRACT PROVISIONS |

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

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

| |Other: | | |

Briefly describe situation:

|Agency Name: |Delivery Location: |

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

| | | | |

|Address: |Email: | | |

| | | | |

Send To:

Name

STATE PROCUREMENT OFFICER

OFFICE OF STATE PROCUREMENT

PO BOX 41017

OLYMPIA WA 98504-1017

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

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

Google Online Preview   Download