Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAbout107-00 RESOLUTIONRESOLUTION No, 107 -00 MICROFILMED
A RESOLUTION AWARDING BID NO. 00-53 TO STERLING
TRUCKS OF ARKANSAS, FOR ITEM NO. 3, TRI -AXLE DUMP
TRUCK, 1 UNIT @ $75,335, ITEM NO. 4, TANDEM AXLE
DUMP TRUCKS, 3 ® $69,492 EACH, FOR A TOTAL BID OF
$283,811.
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE,
ARKANSAS•
Section 1. That the City Council hereby awards Bid No 00-53 to Sterling Trucks of
Arkansas, for Item No. 3, to -axle dump truck, 1 unit @ $75,335, Item No. 4, tandem axle dump
trucks, 3 units @ $69,492 each, for a total bid of $283,811. A copy of the bid tabulation is attached
hereto marked Exhibit "A" and made a part hereof.
PASSED AND APPROVED this 1st day of August , 2000.
s
Gee
Heather Woodruff, City erk
APPROVE
By:
7
Fred Hanna, Mayor
NAME OF FILE:
•
CROSS REFERENCE:
N
Date
Contents of File Initials
Stfov
itracitt6,9 iD7- D o
4.1700
�X N Lr t 9 (�
/
(8rA 74A'7J t ? 7zo
;S13)
UD
%l9 -OD
e---,0 72) .51Ayo e Adz it _Cry/
(27)u,ocsz,
721A'#
-1 ecoid V2A6ijr,P&- AEGc.y /tree Ae01r
M. A. eOos 7'%&rcff ,fr: kr/3 kJilie,4 Acmn»
•12
M
y,PDSC--c r gfc2Laizi
,()_
1Y -E -o6
.t 0 Ya ircoi
x`,07,1/QA.J4/
A/ &;
Das 7-. Q.
,e_E-- Agenap, w 7,-,b2,ce .r.6
,PEcn m ma-4JAi�rz�vv
n„
Al) 11J�'nrn nnA/ (f A9E5 / - PO
8-1-00
1/4C-719 P# %a
llist toR b,
g -K -Do
AE020 ,#
'fl Cr7/ K'L& /{
N
FAV
U T G3° o©MC[ NEM
CITY OF FAYETTEVILLE
FLEET OPERATIONS
NDUM
TO: Mayor/City Council
THRU: John Maguire, Administrative Services Director
THRU: Peggy Vice, Purchasing Manager
FROM: W. A. Oestreich, Fleet Operations Superintendent
DATE: July 19, 2000
SUBJECT: BID AWARD RECOMMENDATION 00-53
Project #98064
Attached is the Agenda Request for the Award of Bid 00-53 to the lowest qualified bidder for 1
Tri -Axle Dump Truck and 3 Tandem Axle Dump Trucks scheduled for replacement equipment
for utilization in the Street Maintenance Division. The Vendor for this purchase will be Sterling
Trucks of Arkansas, 7200 S. University Ave., Little Rock, AR 72209. Vendor # Pending. These
are budgeted items.
The Bid Tabulation Sheet dated June 27, 2000, is included along with a copy of the formal bid
that was sent to each of the vendors on the Bidders List attached.
The item listed has been evaluated for compliance with original specifications along with
anticipated Manufacturer and Dealer support necessary to maintain these units in a proper and
efficient manner. Although the do not fully comply with the specifications of the original bid, the•
variations are of such a nature that they do not justify passing up the dollar amount saved in
the initial purchase price. The purchase price savings amounts to $24,539.23. This will also
give the City the opportunity to evaluate this equipment in actual field operations.
It has been with an objective attitude that this bid has been evaluated. This recommendation
has been reviewed by Randy Allen, Fleet Operations Personnel and the Equipment
Committee.
Therefore, the following is submitted for purchase approval by the Council:
ITEM 3. Tri -Axle 16/18 Yard Dump Truck
1 Unit @ $ 75,335.00
ITEM 4. Tandem Axle 12/14 Yard Dump Truck
3 Units @ $69,492.00 $208,476.00
• •
The items bid were accepted as they should provide units that will to be efficient, reliable and
compatible to our operations.
SUMMARY
TO BE DELIVERED AS COMPLETE UNITS:
TOTAL BID AWARD: $283,811.00
The budgeted amount for this item is from the Shop Fund Capital Expenditures Program,
Vehicles and Equipment, Replacement/Expansion Medium Heavy Duty Utility Vehicles, 9700-
1920-5802.00 Project 98064. With the purchase of these units at $283,811.00 a balance of
$518,587.00 remains to complete the other items needed in this project.
FAYETTEVitLE
• THE CITY •OF FAYETTEVILLE, ARKANSAS
•
DEPARTMENTAL CORRESPONDENCE
TO: Bill Oestreich, Fleet Maintenance Superintendent
FROM: Randy Allen, Street Superintendent, Q,
DATE: July 20, 2000
SUBJECT: Backhoe and Truck Bid Recommendation
I have reviewed the bids for backhoes and dump trucks for the
Street Division and the following is my recommendation.
For the backhoe bid I recommend accepting the sale price without
trade from E.A. Martin who had the lowest sale price on backhoes.
I will be purchasing two backhoes.
For the dump truck bid I recommend accepting the bid for the
Sterling truck with standard transmission and tuff-trac suspension.
I will be purchasing three tandem -axle trucks with 12-14 cubic yard
beds on them and one tri -axle truck with a 14-16 cubic yard bed on
it.
• •
BIDDERS LIST
HEAVY DUTY TRUCK CHASSIS
1. RON BLACKWELL FORD TRUCK CENTER
P.O.BOX 608
BENTONVILLE, AR 72712
ATTN: CODY MANUS
501-756-9461
2. OZARK TRUCK SALES
P.O. BOX 6247
SPRINGDALE, AR 72766
501-756-1200
3. BELL INTERNATIONAL, INC.
P.O.BOX 25
SPRINGDALE, AR 72764
800-477-7436
4. SHIPLEY MOTOR EQUIPMENT CO.
P.O.BOX 250
LOWELL, AR 72745
Attn: Jim Lollis
501-631-7653 FAX: 501-770-6146
5. Sterling Trucks of Arkansas, Inc.
7200 S. University Ave
Little Rock, AR 72209
Attn: Don Robbins
877-977-2030 FAX: 501-562-1292
6. Peterbilt of Springdale
P.O.Box 6310
Springdale, AR 72766
Attn: Bil Rankin
800-825-7383 FAX: 501-361-2128
7. Northwest Arkansas Truck & Equip., Inc.
P.O.Box 89
Springdale, AR 72765
Attn: Tim McConnell
800-495-4551 FAX: 501-751-0836
1
1
2
3
1
1
1
CO
•
CITY OF FAYETTEVILLE
BID ATTENDANCE SHEET
BID NO. 00 — 5-2 1 5' 03
OD I TY //t..6.-)054e.1?
_.,/6GGk >4-c--
%1e� DATE:
ti6tg
�
..bout- w,'Mb•rtu
. 4,,d,e edl'%'s-
. 7,---)°, at
it
sit
1
%
i I /1t.�
..,/
),/i
�
/
/
,,),„0„...>
D.
1.
2.
TIME:
COMPANY
e4.
Szeiezha f,pft of 4z
Sco+a' ['o
7'
6/ 2 70a
oc),9m
TITLE
" -Pm
1
orc o w
ja<4 §
w `^
E
N
0
M
U 0
O CI
m
0
Oct0
7co
r.
0 0
rn
a 5 a x o a n v)
co a co y o N o y
O O •-
mOta r m
to G UQ
i
y
0 0 E. oro) m x
co 0 co ... N
o
1-1
1-1
(.0
BID #: 00-53
DATE & TIME OF OPENING: June 27, 2000 - 11:00 A.M.
BUYER: Peggy Vice, Purchasing Manager, Room 306 - (501) 575-8289
DATE REQUIRED AS COMPLETE UNIT: 120 Days from Date of Order
F.O.B. Fayetteville, AR
• •
CITY OF FAYETTEVILLE
113 W. Mountain St
Fayetteville, AR 72701
FLEET OPERATIONS
501-444-3494
INVITATION TO BID
DATE ISSUED: June 14, 2000
ITEM: DESCRIPTION: QTY:
* PRICE: *TOTAL
1. Heavy Duty Cab & Chassis I ��
W/Mounted Dump Bed per Item 1 �O $ q
#1 of Specifications Attached 1 c$ 1
*GUARANTEED DELIVERY SCHEDULE. Q 0 C ifk Cr - \ fQQQ ' 0'
2. Heavy Duty Cab & Cad 3�
W/Mounted Dump Beded per per Item
#2 of Specifications Attached 3 $
*GUARANTEED DELIVERY SCHEDULE: ct O C3a 4 & caf nob ,Rie t4- P. o ,
3. Heavy Duty Cab & Chassis
W/Mounted Dump Bed per Item
#1-A of Specifications Attached 1
*GUARANTEED DELIVERY SCHEDULE:
o,
•
• •
4. Heavy Duty Cab & Chassis
W/Mounted Dump Bed per Item
#2-A of Specifications Attached 3
*GUARANTEED DELIVERY SCHEDULE:
Aks-`r Ns& 'cP cv? C c P o,
EXECUTION OF BID - Upon signing this Bid, the bidder certifies that they have read and agree
to the requirements set forth in this bid proposal, including specifications, terms and standard
conditions, and pertinent information regarding the articles being bid on, and agree to furnish
these articles at the prices stated. Unsigned bids will be rejected. Items marked * are mandatory
for consideration.
*NAME OF FIRM:--ve,�-eL-k�c \V\ �M
vKOD/i1
*BUSINESS ADDRESS:(1)a
-lc�Yn t LQ M\V'Q-.S&&L.l\ k1/4S)
�i
*CITY: kA\ K� C)1( *STATE: V. *ZIP./ )-2 J q
*PHONE: SOI tkJAAX: SO 1 SU I/C3��---�
*AUTHORIZED SIGNATURE �,�n Q
*TITLE: 0�M9'0 \N\D \•
ITEMSPLEASE NOTE: ALL
CONSIDERATION OFBID. FAILURE RTO COMPLETE MANDATORY
IITEMSE
MAY SULTOR IN
REJECTION OF BID.
BID 00-53
SPECIAL TERMS & CONDITIONS
THIS REQUEST FOR BID IS NOT TO BE CONSTRUED AS AN OFFER, A CONTRACT, OR A
COMMITMENT OF ANY KIND; NOR DOES IT COMMIT THE CITY TO PAY ANY COSTS INCURRED
BY THE BIDDER IN THE PREPARATION OF THIS BID.
t. All bids shall be submitted on forms provided by the City with the item bid and the bid
number stated on the face of the sealed envelope. Bidders MUST provide the City with
their bids signed by an employee or officer having legal authonty to submit bids on behalf
of the bidder. The entire cost of preparing and providing responses shall be borne by the
bidder.
2
• •
2. Bidders shall include all applicable local, state, and federal sales tax in this bid. The
responsibility of payment shall remain with the successful bidder. Tax amount MUST show
as a separate item.
3. Bids received after the date and time set for receiving bids will NOT be considered. The
City will NOT be responsible for misdirected bids. Vendor should call the Purchasing Office
at (501) 575-8289 to insure receipt of their bid documents prior to opening date and time
listed on the bid form.
4. The City reserves the.nght to accept or reject any or all bids, waive formalities in the
bidding and make a bid award deemed to be in the best interest of the City. The City shall
be able to purchase more or less than the quantity indicated subject to availability of funds.
5. Each bidder MUST state on the face of the bid form the anticipated number of days from
the date of receipt of order for delivery of the completed units to the City of Fayetteville,
Arkansas.
6. lime is specifically made of the essence of this contract and failure to deliver on or before
the time specified in the contract may subject the contractor to the payment of damages.
7. All bid prices shall be FOB Fleet Operations, 1525 S. Happy Hollow Rd., Fayetteville, AR,
72701, and shall include all dealer preparation charges, tabor, materials, overhead, profit,
insurance, inspection fees, etc., to cover the furnishing of the unit/units bid.
8. Standard Manufacturers Warranty shall apply to each unit as specified. A copy of the
applicable warranty MUST accompany the bid with any exception to the warranty clearly
noted on the Bid Form Warranty on accessories/equipment fumished by an after market
vendor MUST be noted.
9. Any exceptions to the requirements of the City of Fayetteville MUST be noted on the Bid
Form. If products and/or components other than those described on this bid document are
proposed, the bidder must include complete descriptive literature and technical
specifications. The City reserves the right to request any additional information it deems
necessary from any or all bidders after the submission deadline.
10. Installation of Dealership/Distributorship Logo is PROHIBITED.
11. The completed unit delivered to the City of Fayetteville shall comply with all accepted
commercial standards for materials and supplies which are new and unused except for
normal testing and evaluation needed to pnor to release for delivery
11. All items marked "MANDATORY REQUIREMENT FOR CONSIDERATION OF BID" MUST
be completed and returned with the bid or the bid may be considered as non-responsive
and rejected on that basis.
he
12 Parts and ' to productionitems. (
ll be to cover
eacht2 units) Chassis, Powertrain, Body and
any modifications
3
• •
13. A training session shall be provided at a City of Fayetteville Facility to familiarize City
Employees with the operational and maintenance needs of any special equipment
fumished.
ITEM 1. HEAVY DUTY TRUCK CHASSIS - DUMP TRUCK APPLICATION
COMPLIANCE WITH APPLICABLE FMVSS SUPERSEDES
REQUIREMENTS AS LISTED BELOW
MINIMUM SPECIFICATIONS ONLY
BODY STYLE: Conventional Cab/Chassis
WHEELBASE 227" or as Required to conform to requirements of
Dump Body listed in Basic Specifications.
CAB/AXLE DIMENSION: 148" CA or asI nform to requirements
of Dump Body Rlis listed in 16 -ed to 18 YARD DUMP BODY
SECTION of Basic Specifications.
DIESEL ENGINE: 6 CYL. MINIMUM ONLY: 725 C.I.D. 12.0 Litre
Displacement, 400 H P @ 1800 R.P.M., 120 Volt
1500 Watt Engine Block Heater, Dry Type Air
Cleaner with Restriction Indicator, Automatic
Waming System with Automatic Shut Down, Spin -
On Fuel Filters, Vertical Exhaust w/heat shield.
MANDATORY REQUIREMENT FOR CONSIDERATION.
PLEASE STATE: n ,, t
MANUFACTURER: `� �`.a
MODEL DESIGNATION: 0 X2_
C.I.D. DISPLACEMENT. 11
H.P. RATING. •Sel. O @ t co 00 R.P.M.
TORQUE RATING: lLt5'O @ \ 1-00 R.P.M.
TRANSMISSION: Allison HD -4560 -P -R 6 Speed - Direct in Fourth, 4.70
Ratio 1st, 2.21 Ratio 2nd, 1.53 Ratio 3rd, Direct 4th,
0.76 Ratio 5th, 0.67 Ratio 6th, 450 H.P., 1460 Ib -ft.
Min. Rating w/Retarder.
FRAME: 10.625" x 325" x .3125" Steel Rail w/.25" Inside
Channel Reiriforcement, 2,600,000 in. lbs. RBM per
Rail.
GVW RATING:
GCW RATING:
72,480 LBS
104,480 LBS
4
•
TANDEM DRIVE
DRIVELINES:
INTERMEDIATE
-NICAR, ton:
\cxi\eat v c- h9 G -C.
ALTERNATOR:
BATTERIES:
FUEL SYSTEM:
COOLING SYSTEM:
STEERING:
WHEELS & TIRES:
Cow\ wtOw* ?O Y &
FLOOR COVERING:
SEAT:
•
Double Reduction style, 44,000 LB. Mack Model SS -
441 or equal, with Camelback anti -sway Springs,
Bronze Trunnion Bushings.
Spicer/Dana 1810 Coated Spline Main with
Spicer/Dana 1710 Coated Spline Interaxle.
Silent Drive Model AA -1455 or equal. 20,000
AXLE:LB. Cap. Air Ride, Air lift pusher style with
22,500 Ib. cap. drop center axle with air brakes,
Stemco Oil seals, 10 hole Budd hub and drum
assys. with 4-8.25 X 24.5 one piece disc wheels, cab
mounted console controls in an easily accessible
location for the driver.
18,000 LB. Cap. Model FAW-18 Taper Leaf Spring
Suspension or equal.
100 AMP.
1875 CCA. Mounted in Steel Box with Aluminum
Cover.
Dual Steel Minimum Capacity 75 Gal. per Tank
1050 Sq. In. 3 Row Core Radiator, Silicone Hoses,
Filter/Conditioner, Eaton Viscous Fan Drive.
Integral Sheppard 492-S 18,000 Cap. or equal.
24.5 x 8.25 Steel Disc 10 Hole Budd Accuride Type
w/11 R24.5 Goodyear G-124 Steel Belt Radial Tires
on Drive Wheels, w/2 Spare Wheels w/Mounted
Tires and 24.5 x 8.25 Aluminum Disc 10 Hole Budd
Wheels w.11R24.5 Goodyear G-159 on Steering
axle,w/1 Spare Wheel w/Mounted Tire with
necessary Ply Rating and Load Range Rating to be
compatible with required GVW. Intermediate axle to
be fumished with Steel Disc wheels w/tires as Drive
Wheels listed' above.
O.E.M. AM/FM w/ roof mount antenna.
Non -Skid Vinyl/Rubber
H.D Vinyl/Cloth High Back Air Ride Drivers Seat,
Low Back Stationary Passenger Seat.
5
•
CAB.
:Xc �\n CGiOR:
— — WIPERS:
MIRRORS:
CY.L.ISA Ares %Vie N\h\f%1 Dr
GLASS:
BRAKE SYSTEM:
SAFETY EQUIPMENT:
E,\Q et,,-bs„tv'rhroetca C
Avic, k' -t #€$S c:"6.Mk-
ft on3
HITCH:
Standard Manufacturers Rust Proofed Air
Suspended Current Model Year, Equipped with
O.E.M. Heater and Air Conditioner w/R134a
Refrigerant capable of maintaining sufficient
temperature control and airflow for operator comfort.
EXTERIOR -White INTERIOR -Grey
2 Speed Intermittent
Left/Right Heated Bright Finish West Coast Style,
with 4" Convex Spot Mirrors Arm Mounted below the
standard mirrors. 6" Pedestal Mounted Convex
Safety Mirror shall be fumished at right front comer
of cab.
Tinted, Maximum Glass area offered by the
Manufacturershallbe made available.
Bendix TF -750, 16.5 CFM Compressor or equal. 16-
1/2" X 5" Front, 16-1/2" X 7 Rear, Outboard
Mounted Drums, Automatic Slack Adjusters on all
positions, 4 Rear Parking Brake Chambers, Bendix
Heated Air Drier, 3 Valve dual brake system, Tractor
Park -Trailer Supply-Tractor/Trailer Park, Hand Valve
for Trailer Brakes, Ferrous Hubs.
Electronic Back -Up Alarm, 5 Roof Mounted Marker
Lamps, Frame Mounted Front Tow Hooks, Dual Air
Homs, Lap and Shoulder Retractable Seat Belts,
Interior Sun Visor -Both Sides, Exterior Sun Visor,
Electronic Tachometer and Speedometer
w/Odometer,, Vemier Hand Throttle, Manual Reset
Circuit Breakers.
1" Plate bolted to rear frame of truck. Air plungered
Pintle Hitch with safety rings capable of handling a
pup dump trailer weighing a total of 50,000 lbs. 7
way light cord w/plug, Hydraulic hose w/quick
disconnect for pup trailer mounted on hitch plate.
Necessary brake connectors and controls shall be
provided to comply with applicable FMVSS
Requirements in effect at time of delivery.
16-18 YARD DUMP BODY
COMPLIANCE WITH APPLICABLE FMVSS SUPERSEDES
REQUIREMENTS AS LISTED BELOW
6
•
•
•
MINIMUM SPECIFICATIONS ONLY
CAPACITY: 16' long with 16/18 cubic yard capacity, water level
load with 40" side height and 48" end height with 89"
inside width.
CONSTRUCTION: Sides and front to be fabricated from 10 ga. hi -
strength alloy steel w/min. 50,000 PSI yield strength.
Front shall be 8" taller than sides with a minimum of
2 horizontal braces inside. Front and rear shall be
braced to sides to height of ends. Side rubrail to
have 45 deg. slope w/side top rail of 3" X 3" X 3/16"
sq. tube. 5 Intermediate vertical side braces to be
provided. Continuous welds to be provided to
prevent entrance and entrapment of moisture.
UNDERSTRUCTURE: 7 Gauge T-1 Hi -Tensile Steel floor w/Min. 110,000
PSI yield Strength, 4"-45 deg.at sides w/side lap of
5" or less, crossmembers to be gusset braced to
each of 2 long sills, crossmembers to be
continuously welded at each end to inside of rubrail
of body sides, rear reinforcement will be a full width
apron supporting rear crossmember and welded to
longsills and rear comer pillars. Cross sills: 3" - 4.1#
Channel, Long sills: 8" -11.2# Channel, 1/4" Heavy
Duty Gussets on Front and Rear, 1/4" Medium Duty
Gussets on every other Interior Crossmember, Rear
apron: 1/4" - 10.2# plate.
DOGHOUSE.
TAILGATE.
10 Gauge Continuous Weld with 1/4" Cap for Upper
Pin Seat and access plate for greasing pin.
10 Gauge Alloy Sheet Steel - 50,000 PSI yield, 1-
1/4" dia. upper hinge offset forward 5" - Horizontal
bracing, upper rails, lower rails to be sloped 45
degrees, upper and lower dogleg slotted chain
keepers to be welded to rear comer pillars, 3/8"
Proof Coil Spreader Chain of sufficient length to
allow gate to lay flat w/floor when hinged at bottom,
Retractable air operated safety latch is to stay locked
without dependence on control rod lever or
overcenter device Air Control to be mounted in such
a manner as to be fully protected from adverse
conditions.
•
• •
LIGHTS: Lighting Equipment shall be fumished and installed
per current applicable FMVSS, all lighting to be
recessed for protection w/wiring in conduit. Truck
Lite LED Lighting equipment shall be located in all
locations possible.
SAFETY EQUIPMENT: 12 Volt D.0 Backup Alarm, 97 D.B., 70 Beeps per
Minute, Wired into Backup Lamps, Full Cab
Protector of 10 ga. hi -strength alloy steel w/min. yield
of 50,000 PSI. 88" Wide W/ 42" Over Cab
Projection, attached by bolting or welding.
Honzontal portion to have 9 deg. slope with 2
intermediate braces on top. This is to conform to
current Industry Standards and applicable Safety
Requirements in effect at the time of Delivery, OSHA
Safety Prop.
P.T.O.: "Hot Shift" Style P.T.O. with Air/Electric controls
conveniently located in the Cab to the Right of
Driver. Pump to produce 28 GPM @ 1000 RPM with
2500 PSI Operating Pressure. (Dump Body angle of
50 degrees in 20 or less seconds at 1000 RPM
required)
HOIST CONTROL: Felsted type neoprene coated cables on tower
mounted control, bulkhead fitting and 5/16" inner
core diameter. Valves to be three position (raise -
hold -lower) which provide metered flow for the
complete cycle for total control.
HOIST: Four Stage Front Mount Telescopic style meeting
NTEA/TBEA Class 120 performance requirements.
First stage 7 moving, Second stage 6" moving,
Third stage 4" moving, Fourth stage 3" moving. 45
Ton Lift Capacity with not less than 140 inches of
stroke to provide 50 degree dump angle. All
fabricated parts shall be high strength alloy steel
w/minimum of 50,000 PSI yield strength. All hoist
and hinge bearing surfaces shall be zerk lubricated.
Cylinder to have intemal bypass at stroke end to
prevent pressure buildup. All hydraulic hoses shall
be compatible to specified operating pressure.
ITEM 1A.
REPLACE "TRANSMISSION" W/FOLLOWING:
8
• •
Su LX .
11 Speed Manual Transmission w/3 Countershafts, Ratios as follows:
VkA\\ 2TO\Cao _LO -15:1 1st - 8.52:1, 2nd -6.50:1, 3rd -4.99:1, 4th -3.84:1,5th -
0.77:1, Minimum 1,700 Ib. Ft. Torque Rating, Heat Treated
Aluminum Case, Spur Gear w/Plate Type Synchronizers.
Q Qsvo c ,�e,�-eQ, a�S•
\, eyZea (o0
%-1+v art O a.ir t WO
Toraw..1c) pet 100
Engine Brake utilizing engine compression release when in a "NO
FUEL" condition, w/3 Position Control (Off, on -low, on -high) to allow
tailoring braking effort to driving conditions. 360 HP Braking Effort
at 2100 RPM to be available.
„QNtS p�,eeck 294:1, 6th - 2.22:1, 7th - 1.70:1, 8th - 1.30:1, 9th - 1.00:1, 10th -
\.QSC) DYqV1/4.C.
ADD:
ITEM 2. HEAVY DUTY TRUCK CHASSIS - DUMP TRUCK APPLICATION
COMPLIANCE WITH APPLICABLE FMVSS SUPERSEDES
REQUIREMENTS AS LISTED BELOW
MINIMUM SPECIFICATIONS ONLY
BODY STYLE: Conventional Cab/Chassis
WHEELBASE: 205" or as Required to conform to requirements of
Dump Body listed in Basic Specifications.
CAB/AXLE DIMENSION: 126" CA or as Required to conform to requirements
of Dump Body listed in 12-14 YARD DUMP BODY
SECTION of Basic Specifications.
DIESEL ENGINE: 6 CYL. MINIMUM ONLY: 725 C.I.D. 12.0 Litre
Displacement, 350 H.P. @ 1800 R.P.M., 120 Volt
1500 Watt Engine Block Heater, Dry Type Air
Cleaner with Restriction Indicator, Automatic
Waming System with Automatic Shut Down
(Automatic Over ride to be included), Spin -On Fuel
Fitters, Vertical Exhaust wheat shield.
MANDATORY REQUIREMENT FOR CONSIDERATION.
PLEASE STATE:
MANUFACTURER: 0.a�kCN 6\\O.(
MODEL DESIGNATION: Q,
C.I.D. DISPLACEMENT: `Z 3A-
H.P. RATING' .-%SS (5 I CbOO R.P.M.
TORQUE RATING: \`?5t Gad 11OV R.P.M.
9
•
611.
k-•'( Wog
•
•
TRANSMISSION: Allison HD -4560 -P -R 6 Speed - Direct in Fourth, 4.70
Ratio 1st, 2.21 Ratio 2nd, 1.53 Ratio 3rd, Direct 4th,
0.76 Ratio 5th, 0.67 Ratio 6th, 450 H.P., 1460 Ib -ft.
Min. Rating w/Retarder.
FRAME: 10.625" x 3.25"x .3125"Steel Rail w/.25" Inside
4K Channel Reinforcement, 2,600,000 in. lbs. RBM per
GVW RATING: 62,000 LBS
GCW RATING
TANDEM DRIVE.
DRIVELINES:
FRONT AXLE:
00-C "Thie-11AVPCkk—
ALTERNATOR:
BATTERIES:
FUEL SYSTEM:
�mbkol .Att. COOLING SYSTEM:
QVWts'cC.vQ- \Nosed
As 440- ‘tAL
STEERING:
WHEELS & TIRES:
x,1/4-12RADpIO:
;AuJ�AWAANEN QnkC-aviik a
FLOOR COVERING:
98,000 LBS
Double Reduction style, 44,000 LB. Mack Model SS -
440 -C or equal, with Camelback anti -sway Springs,
Bronze Trunnion Bushings.
Spicer/Dana 1810 Coated Spline Main with
Spicer/Dana 1710 Coated Spline Interaxle.
18,000 LB. Cap. Model FAW-18 Taper Leaf Spring
Suspension or equal.
100 AMP.
1875 CCA. Mounted in Steel Box with Aluminum
Cover.
Dual Steel Minimum Capacity 75 Gal. per Tank
1000 Sq. In. 3 Row Core Radiator, Silicone Hoses,
Filter/Conditioner, Eaton Visscous Fan Drive.
Power Assist, Integral Sheppard 492-S 18,000 Cap.
or equal, Adjustable Steering Column
24.5 x 8.25 Steel Disc 10 Hole Budd Accuride Type
w/11R24.5 Goodyear G-124 Steel Belt Radial Tires
on Drive Wheels w/2 Spare Wheels w/mounted tires
and 24.5 x 8.25 Aluminum Disc 10 Hole Budd
w/11R24.5 Goodyear G-159 on Steering axle w/1
Spare Wheel w/mounted tire.
O.E.M. AM/FM w/ roof mount antenna.
Non -Skid Vinyl/Rubber
10
s
SEAT:
CAB:
5OLOR:
�yywv WIPERS:
_ MIRRORS:
Zx� mg•, CUtl4 ceedA&r.
‘tycto w.n‘ obt,
GLASS:
BRAKE SYSTEM:
•
kt_n fin. f _ C,
Cvn' <C\C vekM'k Qk. •
SAFETY EQUIPMENT:
HITCH:
•
H.D Vinyl/Cloth High Back Air Ride Drivers Seat,
Low Back Stationary Passenger Seat.
Standard Manufacturers Rust Proofed Air
Suspended Current Model Year, Equipped with
O.E.M. Heater and Air Conditioner w/R134a
Refrigerant capable of maintaining sufficient
temperature control and air flow for operator comfort.
EXTERIOR -White INTERIOR -Grey
2 Speed Intermittent
Left/Right Heated Bright Finish West Coast Style,
with 4" Convex Spot Mirrors Arm Mounted below the
standard mirrors. 6" Pedestal Mounted Convex
Safety Mirror shall be fumished at right front corner
of cab.
Tinted, Maximum Glass area offered by the
Manufacturer shall be made available.
Bendix TF750.16.5 CFM Compressor or equal. 16-
1/2" X 5" Front, 16-1/2" X 7 Rear, Outboard
Mounted Drums, Automatic Slack Adjusters on all
positions, 4 Rear Parking Brake Chambers, Bendix
Heated Air Drier, 3 Valve dual brake system, Tractor
Park -Trailer Supply-Tractor/Trailer Park, Hand Valve
for Trailer Brakes, Ferrous Hubs.
Electronic Back -Up Alarm, 5 Roof Mounted Marker
Lamps, Frame Mounted Front Tow Hooks, Dual Air
Homs, Lap and Shoulder Retractable Seat Belts,
Interior Sun Visor -Both Sides, Exterior Sun Visor,
Electronic Tachometer and Speedometer
w/Odometer, Vemier Hand Throttle, Manual Reset
Circuit Breakers.
1" Plate bolted to rear frame of truck. Air plungered
Pintle Hitch with safety rings capable of handling a
pup trailer weighing a total of 40,000 lbs. 7 way light
cord w/plug, Hydraulic hose w/quick disconnect for
pup trailer mounted on hitch plate. Necessary brake
connectors and controls shall be provided to comply
with applicable FMVSS Requirements in effect at
time of delivery.
11