 |
TOWN OF MONTEREY
INVITATION TO BID
TRUCK EQUIPMENT BID
The Town of Monterey, MA. through its Selectboard, is accepting sealed bids for “Truck Equipment” as per specifications, including but not limited to dump body, sander, snowplow and central hydraulic system. Specifications are available at the Monterey Town Hall, 413-528-1443, Monterey Grange 291, 435 Main Road, Box 308, Monterey, Ma. 01245. Bids must be received by 4:00 pm June 28, 2010 by the Selectboard’s Secretary in the Monterey Town Offices at the above address. Bids will be opened and read at 4:00pm on June 28, 2010. The Bid shall be awarded no later than 4:00pm July 12, 2010. Bid envelopes shall be clearly labeled “ TOWN OF MONTEREY TRUCK EQUIPMENT BID”, and accompanied by a statement of non-collusion.
BID OPENING WILL BE AT 4:00PM on Monday June 28, 2010 AT TOWN HALL, MONTEREY MA.
The Town of Monterey reserves the right to reject any or all bids, and to waive any informality in bidding if deemed to be in the best interest of the Town of Monterey. Any questions shall be directed to Maynard Forbes, Director of Operations at 413-528-1734.
Jon Sylbert, Chairman Selectboard
Scott Jenssen
Wayne Burkhart
Town of Monterey
Department of Highways, Buildings, and Properties
40 Gould Road, Box 109
Monterey, MA 01245
It is the intent of the following MINIMUM specifications to describe a heavy duty year round use as well as snow fighting equipment, for installation on a 2011 Ford F550. Bid proposals shall include all specifications sheet filled in and any deviations shall be explained in writing. Failure to submit bid sheets may be just cause for rejection. Unit shall meet all Osha, Federal & State Laws.
Specifications Yes No Deviation
All equipment shall be new and of the latest heavy duty design. |
|
|
|
All workmanship shall be of the highest quality and standards. |
|
|
|
Any wiring and connections shall be sealed, protected from moisture, salt, heat and abrasion. |
|
|
|
Ground speed microprocessor shall be Dickey John Control Point to match Towns existing units, with wireless download, installed by an authorized Dickey-john installer. |
|
|
|
Calibration of materials shall be done in the Town of Monterey Highway Departments yard with approval and supervision of Director of Operations. Weight scale and catch container will be supplied by Operations Director. |
|
|
|
Unit shall consist of a heavy duty truck hitch, heavy duty one-way power angle snowplow, dump body, sander, central hydraulics, ground speed unit, and options. Any item necessary to make a complete and fully operational unit shall be included. |
|
|
|
Dump body shall be 9 ft. long for 60” CA to fit wide axle of 550. |
|
|
|
16 inch high sides, 22 inch front and tailgate. |
|
|
|
3.1 cubic yard sides, 4.2 cubic yard tailgate. |
|
|
|
10 gauge sides, front and tailgate. All solid seam welds. |
|
|
|
8 gauge floor with 2” side to floor radius. Floor shall be securely welded to channel crossmembers, head sheet support and rear bolster. |
|
|
|
3/16” high tensile full depth rear corner posts |
|
|
|
9” deep 10 gauge high tensile rear bolster. |
|
|
|
Structural tubing boxed toprail and full sloped rubrails 30 degrees. |
|
|
|
Tailgate shall be fully boxed, two vertical boxed center braces, sloped lower tail. Heavy duty offset hardware top and bottom. Flush or quick release is not acceptable. Double acting tailgate. Asphalt door. |
|
|
|
3” structural channel crossmembers-12 ¾” spacing. |
|
|
|
6” structural channel longitudinals. Gusseted and welded. |
|
|
|
Class 30 low pressure full sub frame hoist. Double acting. |
|
|
|
Federal standard 108 lights and reflectors, painted to match cab, body raise alarm with light and buzzer, back up alarm, plastic half fenders with flaps for rear tires |
|
|
|
All wiring sealed in junction box. No splices outside sealed units. |
|
|
|
Specifications Yes No Deviations
Body shall have 6” wide front, 10” wide rear corner posts and (2) 6”wide vertical side braces per side. |
|
|
|
Cab shield shall protect cab roof. Placement of cab shield will be approved by Director of Operations |
|
|
|
Aero 575 asphalt type coverall, direct drive, mounted low and forward. Enclosed springs, alum arms. Parts to be interchangeable with Towns existing covers |
|
|
|
Sander: 9 ft. long x 70” wide, 44” height, 4.0 c.yds. level capacity. No exceptions. Swenson model MDV 9-44 |
|
|
|
Single sheet of 304 12 gauge stainless steel with 45 degree side slope. Six external side supports of 304 stainless 12 gauge. |
|
|
|
Complete top edge of hopper shall be double crimped. Heavy duty stainless steel lift hook at each corner. |
|
|
|
Lever action 304 stainless feedgate with 7” x 9” opening. |
|
|
|
Dual motor hydraulic drive, low speed hi-torque motors. 20:1 ratio gearbox. Spinner motor directly coupled to spinner shaft. |
|
|
|
Conveyor motor mounted to 304 stainless steel platform. |
|
|
|
16” wide conveyor with two 10 gauge stainless steel bolted in (replaceable) chain shields. Conveyors with narrower width are not acceptable. |
|
|
|
One piece conveyor floor with roll over nose pieces shall be replaceable and made of 10 gauge stainless steel. |
|
|
|
12,500 lbs. per strand self-cleaning Pintle chain with heat treated/hardened pins. |
|
|
|
14 ½” width chain with ¼” x 1” barflights on 4 5/8” centers welded top and bottom. |
|
|
|
Spring loaded Front idler mounted in four bolt flange bearings. |
|
|
|
6-tooth extra heavy duty forged sprockets keyed to 1 ¼” dia. Shafts. |
|
|
|
Chain wiper and bolt in stainless steel inverted vee. |
|
|
|
13” poly disc. Three adjustable external baffles and one fixed. Chute for dump body, 550 mount. Disc and drive mounted in grease able bearings. |
|
|
|
Four section top screens, drop and lock type, 5/16” rods with 2 ½” openings. |
|
|
|
Four nylon straps with ratchets-Heavy duty, Lower tailgate lock. |
|
|
|
One stainless steel deflector on rear end of sander at approx 45 degree. Drawing to be submitted. |
|
|
|
All stainless steel left unpainted. Stainless steel fasteners used wherever possible. Hydraulic hoses with quick disconnects. |
|
|
|
Rear gearbox motor flow may have to be special for proper ground speed signal. |
|
|
|
Specifications Yes No Deviation
Combo Pintle ball hitch mounted on reinforced plate with two D-rings. |
|
|
|
Quixote Surface Patrol Model 999J temperature sensor mounted per Director of Operations. |
|
|
|
Snowplow shall be a one-way power angle made by recognized manufacturer of snowplows, hitches and snow-fighting equipment. |
|
|
|
15” nose, 40” discharge right hand discharge. ¼” Landslide plate on left. |
|
|
|
½” x 6” x 114” cutting edge with 12” on center punch. Plow shall have adjustment for pitch and angle for attack angle and cutting edge angle. |
|
|
|
Brake formed 12 gauge steel moldboard with seven ¼” thick ribs |
|
|
|
3” x 3” x ½” structural backer angle with gussets welded to support cutting edge between holes. |
|
|
|
Trip action shall be via two (2) 9/16” diameter wire x 3.75” O.D. x 11.5” long compression type springs each. Tension shall be adjustable by locking collar and nut. No exceptions. |
|
|
|
The moldboard when tripped shall rise over the obstruction and return to the plowing position without tilting forward and dumping the plowed snow contained in the curve of the moldboard. |
|
|
|
The moldboard shall attach to the pushframe at four (4) points with 1 inch diameter hex head cap bolts. |
|
|
|
Pushframe shall allow 32 degrees to the right add left of straight on. |
|
|
|
Locking pin to set moldboard attach angle at three preset angles. |
|
|
|
Two three (3) inch x 12” stroke double acting cylinders with nitrated rods and dual pressure relief cushion valve mounted on quadrant. |
|
|
|
3” x 3” x ¼” wall square tubing reinforced with 3/8” thick steel pushbar. Push bar shall swivel on 1 ¼” dia. bolt. |
|
|
|
Two removable 3/8” chains. A-frame made of three sectional 3” x 3” x ¼” wall tubing reinforced. |
|
|
|
Pivot bolt bearing points shall be reinforced adequately. |
|
|
|
Two fixed attaching points at base of A-frame to mount to hitch. These points shall be 10” off ground and 30.5” on center. |
|
|
|
Color: Yellow. |
|
|
|
Two swiveling pushframe shoes. |
|
|
|
Truck hitch shall be designed for F550 with manual tilt section. Main frame made of 4” x 4” x 3/8” angle vertical members and have two (2) 4” x 2” x 3/16” wall thickness tube sections. 4” x 4” x 3/8” structural angle iron at top of vertical members. 4” x 4” x ½” base angle. 2” bore x 10” stroke, 2 way nitrited cylinder. |
|
|
|
Specifications Yes No Deviation
Hitch shall have two 1” dia. Pin locations-7”,10”, and 13” heights. |
|
|
|
Custom sideplates with gussets and shear plates, two sections each side of chassis. One attachment shall push straight into channel frame area and the other push up from the bottom of the frame rail. |
|
|
|
Rear attachment shall be made of ¾” material with 3/8” plate stiffeners and the front ½” material with 3/8” plate stiffeners. |
|
|
|
Four (4) 1 ¼” dia. Pin locations with grease fittings for removal of complete hitch. Western style snowplow lights mounted on top of frame, with switch in cab for plow lights or truck lights. |
|
|
|
Central hydraulic system shall be a PTO mounted pump system, constant velocity unit made specifically for the Ford 550 automatic transmission with power take off. Unit to be able to work full time for hydraulic power to run all equipment all the time, capacity, specs and pressure to be submitted to director before installation |
|
|
|
Cast iron sectional valves for plow raise double acting with float, double acting for plow angle, double acting for dump body. |
|
|
|
Dual PWM valve 46709-2100 to operate sander control. Mounted in sealed stainless steel box with no splices in wires. |
|
|
|
Granular control system shall be capable of added liquid in future. Expansion of GPS shall also be built into system so if needs in the future change-unit can accept change. |
|
|
|
Cab mounted microprocessor with granular lbs. per mile, vehicle speed, material selected (up to four), and bar graph indicating spread width. Secondary screens activated by changing display button when not applying with current and separate total season data including miles spread in automatic and blast control, total miles driven, materials in tons and real time in blast. |
|
|
|
Single button on console, separate control panel mounted per Director. Unit shall be same as latest truck with adaptor for F550. |
|
|
|
Conveyor sensor mounted on sander. 360 pulse. Training and calibrated done in Town yard. Unit shall be able to down load data into towns computer by radio frequency |
|
|
|
Quadco cables with cablecraft stainless steel core cables, sealed bonnets for cables to valves. 15 gallon reservoir, spin on 10 micron filter, restriction gauge, gate valve. Lines to rear. Parker quick disconnects. Location to be approved by Director. Low Oil alarm and shutoff installed in cab. |
|
|
|
Whelen 28 ¼” Mini EdgeUltra Freedom- Front facing LED lightbar, all amber. Whelen switch panel.Mounted to cab roof, set up per Director of Operations |
|
|
|
Two LED amber lightheads in cabshield 45 degree mounting, two in rear posts with grommets, switch on dash. Two LED Brake,tail, turn mounted in rear dump body. Two Back up led lightheads also mounted in rear dump body, activated in reverse..Havis C-VS-1200 Radio console and switch plate or equal for 2011 F550 |
|
|
|
OPTION #1-Body made of 304 #4 Stainless Steel, not painted.
OPTION #2-Two Whelan 900 series Scenelights(white) Super LED, with 24 diodes to be mounted on rear of sander, location, connectors and switches approved by Director
OPTION #3- Central hydraulic system with a cast iron 9gpm@1000rpm fan belt driven with electric clutch. Rear ports, CW Mill kit specifically made for 2011 F550, diesel engine. Delete PTO hydraulic system if accepting this option
TOWN OF MONTEREY
General Specifications for Truck Equipment Package
For a 2011 F-550 Truck
Bids for an Equipment Package for a 2011 Ford F-550 truck, owned by the Town of Monterey, will be accepted as noted in the Bed Notice Page. All equipment for a complete summer and winter vehicle to be included, as specified. The following general specifications together with the “Minimum specifications” on the following pages and the bid notice constitute the bid package.
- All items shall be new and of the latest design.
- All controls to be ergonomically located and approved by the Director of Operations
- Bids shall be valid for 60(sixty) days from bid opening
- Bidder shall include an estimated time of delivery of completed vehicle
- Vehicle shall be completed no later than 100 days from drop off of cab and chassis
- A statement of non-collusion shall accompany a bid
- Successful bidder shall warrantee all work for a minimum of 1(one) year from the date of acceptance from the Town of Monterey
|  |