request for proposal specifications and proposal documents ... bucket truck rfp.pdf · page 3 of 28...

28
Page 1 of 28 SEPTEMBER 22, 2015 REQUEST FOR PROPOSAL Specifications and Proposal Documents For A 2016 4 x 2 Bucket Truck RFP Schedule RFP Due – October 15, 2015 @ 2:30 pm(local time) Present For Board Approval – October 27, 2015 @ 10:30 am(local time) Company Name:______________________________

Upload: haanh

Post on 07-Jun-2019

220 views

Category:

Documents


0 download

TRANSCRIPT

Page 1 of 28

SEPTEMBER 22, 2015

REQUEST FOR PROPOSAL

Specifications and Proposal Documents For A 2016

4 x 2 Bucket Truck

RFP Schedule

RFP Due – October 15, 2015 @ 2:30 pm(local time)

Present For Board Approval – October 27, 2015 @ 10:30 am(local time)

Company Name:______________________________

Page 2 of 28

SECTION 1 INVITATION TO BIDDERS

Sealed proposals for one (1) new 2016 4 x 2 Bucket Truck will be received by

Newport Utilities at its Main Office in Newport, Tennessee until 2:30 p.m. local

time on Thursday, October 15, 2015, and immediately thereafter will be opened,

and publicly read.

A copy of the specifications and proposal may be examined at Newport Utilities:

Main Office

170 Cope Blvd.

Newport, TN 37821

Newport Utilities reserves the right to reject any or all bids and to waive any infor-

malities or technicalities therein. No Bidder may withdraw a bid for a period of

sixty (60) days after the date set for opening of bids.

For more information contact: Ron Etherton, Fleet Supervisor Phone: (423) 625-

2816 or Donna Cureton, Purchasing Agent Phone: (423) 625-2843

SECTION 2 INSTRUCTIONS TO BIDDERS Each bidder shall carefully examine all specifications, drawings, and other contract

documents to familiarize themselves with all of the requirements, terms, and condi-

tions thereof. Any information relating to the work furnished by the Owner or oth-

ers, or failure to make these examinations shall in no way relieve any Bidder from

the responsibility of fulfilling all of the terms of the contract, if awarded a contract.

To assure that the successful bidder will be able to provide start up and warranty

service to Newport Utilities, any bidder must be a Factory Authorized Service Rep-

resentative for Equipment in the bid. Bidder must provide a detailed itemized list

of proposed equipment and literature and specifications stating that the equipment

meets or exceeds the given equipment specifications. Bids that do not include an

itemized list will not be accepted. The proposal provides for quotation of a price

for one or more bid items, which may be lump sum bid prices, alternate bid prices

or a combination thereof. No payment will be made for items not set up in the

Page 3 of 28

Proposal, unless otherwise provided by contract amendment. All Bidders are cau-

tioned that they should include in the prices quoted for the various bid items all

necessary allowances for the performance of all work required for the satisfactory

completion of the project.

Bidder will submit two unaltered copies with all blank spaces com-

pleted no later than 2:30 pm local time on Thursday, October 15,

2015. Do not remove any pages.

Bids that are submitted shall be clearly marked "Bid Enclosed" or "Bid Envelope

Enclosed" as appropriate. The sealed envelope containing the bid shall have the

following information shown on the envelope:

BID FOR: One (1) 2016 Bucket Truck

BID DUE: Thursday, October 15 at 2:30 p.m. local time

Submit via US Postal Service to:

Donna Cureton, Purchasing Agent

P.O. Box 519

Newport, TN 37822

Submit via overnight delivery or hand delivery to:

Donna Cureton, Purchasing Agent

170 Cope Blvd.

Newport, TN 37821

NOTE: No facsimile proposals will be accepted.

Page 4 of 28

CHECKLIST FOR BIDDERS -Attach any required submittals and submit this

bound Specification with the following completed. (Return two copies of bid)

SECTION 2: Bid Envelope Information: Enter on sealed bid envelope

SECTION 3: Bid Price and Delivery

SECTION 3: Addenda & Exceptions to the Specifications (if any)

SECTION 3: Signature and Date

SECTION 4: Specifications For Articulating Overcenter Aerial Device – State

“Comply” or “Exception” For Each Line Item

SECTION 5: Specifications For A 2016 4x2 Chassis For Bucket Truck – State

“Comply” or “Exception” For Each Line Item

Page 5 of 28

SECTION 3 PROPOSAL

October 2015

To: Newport Utilities

P. O. Box 519

170 Cope Blvd.

Newport, TN 37822-0519

Attention Purchasing:

The undersigned, hereinafter called the "MATERIALMAN", hereby proposes to

sell, deliver and install to Newport Utilities hereinafter called "NU" upon the

terms and conditions herein stated, the material specified in the attached Specifica-

tions for the following sums:

ITEM DESCRIPTION BID PRICE/UNIT DELIVERY DATE

Truck Chassis

International $______________ _______________

Freightliner $______________ _______________

Other _______________ $______________ _______________

Bucket Truck $______________ _______________

TOTAL BID PRICE $_____________ _____________

Delivery Site: Newport Utilities

Operations Center

1419 West Highway 25-70

Newport, Tennessee 37821

Page 6 of 28

In submitting this Proposal, the MATERIALMAN agrees as follows:

The prices set forth herein are firm if accepted by the NU within sixty (60) days

and shall include the cost of shipping to the NU'S facilities. NU is exempt from all

federal, state, and county taxes.

The MATERIALMAN agrees that all requests for time extensions shall be in writ-

ing, and that only such time extensions as are granted by the NU in writing shall be

considered. Project shall be completed upon:

1. Delivery of truck and equipment manuals as specified.

2. Satisfactory performance of bucket truck.

3. Satisfactory training at NU facilities of operators.

The MATERIALMAN shall submit bids on this PROPOSAL. Submit complete

PROPOSAL in one (1) unaltered copy with all blank spaces completed. There

shall be no exceptions for the basic bid submitted by the MATERIALMAN; how-

ever, an alternate, with exceptions, may be bid as attachment to a basic bid.

EXCEPTIONS: Any and all exceptions that the Materialman takes to the attached

specifications shall be listed even though the exceptions may be covered elsewhere in the bid

materials. The materialman shall indicate to which items exceptions apply or indicate no

exceptions in the space provided or attach additional sheets if necessary.

______________________________________________________________________________

__

__

It is understood by the undersigned that the NU retains the privilege of accepting or rejecting all

or any part of this Proposal and to waive any informalities or technicalities therein.

MATERIALMAN:

BY: TITLE:

ADDRESS: DATE:

TELEPHONE:

Page 7 of 28

MISCELLANEOUS 1. Quote to include 1 day training for operators at NU facilities. This training

shall include basic instruction in the safe operation of the aerial device, as well as

the inclusion and explanations of ANSI and OSHA requirements related to the

proper use and operation of the unit.

2. Manufacturer shall schedule plant visit with NU prior to painting of

equipment for an inspection so that modifications can be made as required.

3. NU reserves the right to request a demonstration of units that may be bid that

are unfamiliar to NU.

Page 8 of 28

SECTION 4

SPECIFICATIONS FOR A

ARTICULATING OVERCENTER AERIAL DEVICE

This specification is to set forth the specific requirements for an articulating over-

center aerial device.

This bucket truck shall be the manufacturer's standard. It shall be equipped with

the manufacturer's equipment and accessories which are included as standard in the

advertised and published literature for the unit. No such item of equipment or ac-

cessories shall be removed or omitted for the reason that is was not specified in the

bid.

If it is necessary to bid alternate equipment or to take exceptions to the specifica-

tions as set forth, this must be so stated in your bid. For each item, state “comply”

in the appropriate space to signify whether or not you are in compliance with the

specifications. Failure to follow the format or answer the specification will cause

your bid to be disqualified. For each item marked “exception”, please explain your

variance using a separate sheet and identify each by specific number.

COMPLY – GENERAL SPECIFICATIONS

The Bidder shall indicate an appropriate response in every space in the respond-

ent's section. This shall be "comply", indicating complete compliance with the

specification, or "exception" with a detailed description of any and all deviations.

SCOPE

This specification covers the procurement of the installation, testing and certifica-

tion of an aerial platform and other equipment designed for mounting on a truck

cab and chassis. ___________

Page 9 of 28

GENERAL

Trucks completed to these specifications, unless specifically stated otherwise

herein, shall conform to the Transportation General Vehicle and Equipment

Specification. This aerial device shall be to the manufacturer’s standard. It shall be

equipped with the manufacturer’s equipment and accessories which are included as

standard in the advertised and published literature for the unit. No such item of

equipment or accessories shall be removed or omitted for the reason that it was not

specified in the bid._____________

The completed unit must be certified by the subsequent stage manufacturer to

meet an applicable State and Federal requirements._____________

Design criteria shall be in accordance with current industry and engineering

standards applicable and accepted for structural and hydraulic design safety

factors. The design criteria shall consider the effects of fatigue from dynamic

loading and field proven past designs on aerial devices. Designs shall be

verified with state of the art test equipment, including non-destructive and

destructive load testing, plus life cycle and field operational tests._____________

ARTICULATING OVERCENTER STACKED BOOM AERIAL

DEVICE

Aerial device shall be designed as a Category C machine and dielectrically

tested and certified for operation up to 46KV working line voltage per

ANSI A92.2. ______________

1. Platform height shall be a minimum of 55’ from the ground to the bottom

of the platform, providing a working height of 60'. _____________

2. Lower boom articulation must be a minimum of 120°. _____________

3. Upper boom articulation must be a minimum of 194°. _____________

4. Horizontal reach overcenter positions 48’ or greater. _____________

5. Horizontal reach non-overcenter positions 42’ or greater. _____________

Page 10 of 28

6. The aerial device shall be mounted over the rear axle. _____________

7. Lower controls shall provide control of the upper boom, lower boom, rotation

and material handling winch. Provide an upper/lower control selector to override

the platform controls. _____________

8. Lower boom shall be constructed of high strength tubular steel and shall include

a high strength fiberglass insert providing the necessary insulation gap. The boom

shall be supported when stored by a padded boom rest and shall also include a pad-

ded upper boom rest. _____________

9. Lower boom material handling lift eye with 1000-lb capacity. _____________

10. Automatic upper boom latch provided. _____________

11. Upper boom knuckle shall be constructed of high strength steel and shall in-

clude a high strength fiberglass boom to provide the necessary insulation gap.

_____________

12. Double acting hydraulic lift cylinder shall be provided at the aerial device

lower and upper booms. Cylinders shall be equipped with dual integral mounted

pilot operated holding valves. Pivot points of the major support areas shall be

equipped with composite bearings, bronze bushing or self-aligning bearings with

grease zerks. The rod eye should be thread and weld fastened to the cylinder rod.

_____________

13. Pedestal of welded high strength construction and designed with large access

holes for inspection and maintenance of hydraulic plumbing. ____________

14. A self-locking worm-gear rotation drive shall be provided for continuous

and unrestricted rotation in either direction. Oil through rotation shall be

provided via a hydraulic rotary joint. The rotation bearing shall be a heavy

duty "shear-ball" bearing. An extended hex shaft shall be provided to allow for

manual rotation. The rotation drive assembly should include an external eccentric

ring to allow adjustment of backlash. ______________

15. A hydraulic oil reservoir shall be provided and include a cut off valve,10 mi-

cron return line filter, a 100 micron inlet screen, outlet filter screen and a fluid

level dipstick or sight gauge . ______________

Page 11 of 28

16. Power take-off provided for Allison Transmission with electric or air control

provided. ______________

17. Outrigger motion alarms shall be provided to sound whenever an outrigger is

raised or lowered from the controls. ______________

18. Fiberglass platform curbside mounted, 24" x 48" x 42" deep with outside step.

Rated capacity of 600 lbs. _____________

19. Platform liner 24" x 48", certified to 50 KV. Also, to include slip resistant in-

sert in liner. ______________

20. Platform cover 24" x 48"; soft vinyl with elastic edges. ______________

21. Padded tube platform rest provided. ______________

22. Platform tilt feature provided to allow easy removal of injured operator or to

clean out platform. ______________

23. Platform shall be equipped with a hydraulic lifter to provide 24" of vertical lift

and hydraulic rotator providing 90 degrees of rotation. ______________

24. An automatic throttle control shall be provided at the platform with throttle and

start stop provided at tail-shelf. _____________

25. Provide single stick controls at the platform to activate the lower boom, upper

boom and rotation. ______________

26. An emergency hydraulic system stop shall be provided at upper controls.

______________

27. Engine start/stop shall be provided at upper controls. ______________

28. Emergency pump system shall be provided to allow for the operation of any

function for a time period limited by battery life. ______________

29. Dual hydraulic tool circuits shall be provided at platform. Pressure regulated

and flow controlled to 2000 psi and 7gpm. ______________

Page 12 of 28

30. Material handling jib and winch to be provided at the boom tip. Jib should be

hydraulically extended and articulated. Capacities up to 1500 lbs based on boom

position. Load chart or gauge provided and two extension cylinder pinning posi-

tions with 18” of travel in each position. ______________

31. Hydraulic material handling winch shall be provided with 75” of ½” load line

with swivel hook and latch. ______________

32. Outrigger/boom interlock system shall be provided to prevent movement of

boom until outriggers are lowered. ______________

33. Outrigger controls shall be located at rear of vehicle to enable viewing outrig-

gers during operation. Controls shall include a unit/outrigger selector, auxiliary

tool outlet control and motion alarm to activate during outrigger operation.

______________

34. Hydraulic tool circuit shall be provided below rotation. Pressure regulated and

flow controlled to 2000 psi and 7gpm. Bleeder spool in control valve to allow ease

in connecting couplers. ______________

35. Front outriggers provided shall be “A” or "X" frame type providing the neces-

sary spread for maximum stability. ______________

36. Rear outriggers provided shall be “X” frame with swivel type pad providing

necessary spread for maximum stability. All plumbing at rear outriggers will be

protected by removable metal covers. ______________

37. Full length sub- frame provided to form integral unit between tower and outrig-

gers. ______________

38. Install quick connect couplings in hydraulic system to enable system pressures

to be checked easily. ______________

39. Install aerial device over rear axle and install all associated components. This

should include all mounting hardware and materials, plumbing, wiring, hydraulic

fluid and lubricants. Final test and inspect completed unit including stability and

dielectric testing per manufacturers requirements and ANSI A92.2._____________

40. Utility line body suitable for installing on any chassis with an 120" clear CA.

The body must accommodate the outrigger package. ______________

Page 13 of 28

41. Compartmentation - Curb Side ______________

First Vertical-8 swinging material hooks (2-4-2) (Vent Compartment)

Second Vertical- Lift up grip-strut access steps to bed area with step installed

under body. Drop in board at top of steps to keep material in bed.

Third Vertical- 3 adjustable shelves with removable dividers

Horizontal - 2 stationary shelf with removable dividers

Rear Vertical – 7 swinging material hooks (2-3-2)

42. Compartmentation - Street Side ______________

First Vertical - 8 swinging material hooks (2-4-2)

Second Vertical - 3 adjustable shelves with removable dividers

Third Vertical- 3 adjustable shelves with dividers

Horizontal - 1 stationary shelf with dividers

Rear Vertical - 7 swinging material hooks (2-3-2)

43. Through shelf from second vertical in top of street side compartments to rear of

body with side hinged rear door. This compartment should be masonite or wood

lined with two hot-stick brackets. ______________

44. Rigid spring action door holders on vertical doors and chains on horizontal

doors. ______________

45. Body shall include 14-ga construction with 3/16” tread plate floor, 1/8” tread

plate compartment tops, riveted door latches, rubber door seals, rubber fender

crowns, full length stainless steel rod door hinge, and rotary door latches.

______________

46. Rear tail-shelf 30” long with 2 recessed tie-down rings in floor. Locate rings

20” from sides and 15” from rear. (Fig. 1) _____________

47. Drop-in wooden tailboard provided at rear of tail-shelf with 1" square tubing

raised 2" off floor around sides of tail shelf. Expanded metal finishing openings

between square tubing and floor. _____________

Page 14 of 28

48. Drop down door at rear between frame rails for longitudinal storage. Opening

approximately 16” high and 28” deep. Upper part between frame rails to be ap-

proximately 6” high and 10’ deep (Figs. 2 & 3) ____________

49. Sauber break-away step at rear both sides. _____________

50. Hand rails provided at rear step location. ____________

51. Wheel chock holders provided, two each side in fender panel and furnish four

rubber wheel chocks. ____________

52. LED Strip lighting provided in all body compartments with master switch in

cab. ____________

53. (5)-gallon plastic water cask & mount bracket provided.

Locate at pre-paint inspection. _____________

54. Access steps to platform mounted on top of box on curb side storage box.

_____________

55. Access steps to be provided in cargo area. Locate at pre-paint inspection.

_____________

56. Furnish 4 Dica type outrigger pads (24x24x1) with rope handles.

_____________

57. Outrigger pad storage brackets to be provided. Locations to be determined at

pre paint inspection. _____________

58. Ladder box to be provided approximately 8”W x 22”H x 10’L with 8” roller on

end. To be located on inside wall of street side compartment. Use angle to form

rear mount creating opening under box. (Fig 4) ______________

59. Storage boxes to be provided on top of street side compartment:

Two approximately 64"Lx12"H x18"W. Top to be tread plate and paint

with non-skid paint. Hinged to open from inside of bed toward street.

Lid retained by chains. Gas shock assisted. _____________

Page 15 of 28

60. Storage boxes to be provided on top of curb side compartments:

One approximately 108”L x 12”H x 18”W with one (1) top opening tread plate ac-

cess lid 74” and remaining 34” to be fixed. (Fig. 5) One approximately 24”L x

12”H x 18”W. Top to be tread plate and paint with non-skid paint. Hinged to

open from inside of bed toward curb. Lids retained by chains. Gas shock assisted.

Vent box. Locate over first and third vertical compartment. ______________

61. One saw storage box to be located on inside wall of curb side. Size 36”L x

12”H x 12”W with drain holes in bottom. Tope to be tread plate and paint with

non-skid paint. Lid hinged to open from inside to outside. (Fig. 5) _____________

62. Boom rest provided between front of body and back of chassis cab. Half cab

guard with mesh flooring. Lip around perimeter of cab guard 3” tall. Metal from

front to rear on both sides of boom to prevent wire from getting under boom.

_______________

63. Amber strobe with guard provided on both sides of cab guard._____________

64. Four flush mounted amber strobe lights mounted two in front and two in

rear._____________

65. Lighting package per FMVSS #108. Rear lighting must be recessed, sealed

unit, shock mounted LED lighting.______________

66. Work light installed on each side of rear light bar. Flush mounted as reverse

and brake lights with control switch installed in cab. *A secondary electrical circuit

to power up the existing back-up lights can be used to provide this.

_____________

67. Unity AG-R-H halogen 6" Work lights installed on both sides of the boom rest

with control switch installed in cab. _____________

68. One pair of mud flaps provided. _____________

69. One pair of rubber dock bumpers provided at rear. Top edge of dock bumper

to be mounted 40" from ground. _____________

70. Receiver mounted at rear of truck to facilitate a removable vice. (Fig. 6) Re-

ceiver under tail shelf for storage. (Fig. 7) ______________

Page 16 of 28

71. T100A pintle hook with chassis frame reinforcements provided. Swinging “D”

rings welded on either side of pintle for safety chain attachment. (Fig. 2)

_____________

72. Berg 6 prong trailer socket and electric trailer brake controller provided.

______________

73. Provide as many as 4 “D” rings and as many as 10 swinging material hooks

and or material rail with sliding hooks as needed in the work bed to be located at

the pre-paint inspection. ______________

74. Provide bracket to mount small copper and aluminum wire spools. To be lo-

cated at pre-paint. ______________

75. Provide retractable grounding cable reel and three point system with 50' of 1/0

copper cable and ground clamp for grounding vehicle during work operations.

Mounting location to be determined. ______________

76. Two speed DP 20U front bumper winch kit to include hydraulic planetary

20,000-lb bare drum pulling capacity winch with extended shaft to curb side

equipped with a dual brake valve for braking in either direction to be provided.

Winch and shaft shall operate independently of each other. Winch bumper covered

with tread plate to be provided shall include toolbox on street side, permanently at-

tached 4-way roller assembly, two tow hooks, and cable guard cage for drum. In-

stall 200' of 5/8" 6 x 19 wire rope with eye. Air controls provided and located in

cab.

77. Fold over cone holder provided on front bump and mounting location to be de-

termined at pre-paint inspection. ______________

78. Brackets for road signs provided. Located on curb side front of bed above out-

rigger housing between bed and cab. Dimensions and exact location to be deter-

mined at pre-paint inspection. _____________

79. Back-up alarm provided to sound when the vehicle is shifted into reverse.

_____________

80. Furnish triangle reflector kit. _____________

Page 17 of 28

81. Provide two 5lb fire extinguishers with brackets. Mounting location to be de-

termined at pre-paint inspection. _____________

82. Paint line body, front winch, accessory boxes, cab guards, and aerial device

one color. _____________

83. Paint body floor, tail shelf, compartment tops, tops of accessory boxes, and top

of winch bumper with non-skid paint. _____________

84. Cab and chassis per the attached specifications. (2016 4x2) ______________

85. Provide copy of Warranty with bid. _____________________

86. Pre-paint inspection. _____________________

87. Bidder to supply training program that provides basic instruction in the safe

operation of this bucket truck. This training will also include and explain ANSI

and OSHA requirements related to the proper use and operation of this unit.

_____________________

88. Automotive underseal applied to under body. ____________________

89. Prime with 2 part epoxy and paint body with white urethane enamel.

____________________

90. Install safety and instructional signs. ____________________

91. Vehicle height placard is to be placed in view of driver. _________________

Page 18 of 28

Figure: 1

Page 19 of 28

Figure: 2

Page 20 of 28

Figure: 3

Page 21 of 28

Figure:4

Page 22 of 28

Figure: 5

Page 23 of 28

Figure: 6

Page 24 of 28

Figure:7

Page 25 of 28

SECTION 5

SPECIFICATIONS FOR A

2016 4 X 2 CHASSIS FOR BUCKET TRUCK

This specification is to set forth the specific requirements for a 2016

4 X 2 chassis for bucket truck.

This bucket truck shall be the manufacturer's standard. It shall be equipped with

the manufacturer's equipment and accessories which are included as standard in the

advertised and published literature for the unit. No such item of equipment or ac-

cessories shall be removed or omitted for the reason that is was not specified in the

bid.

If it is necessary to bid alternate equipment or to take exceptions to the specifica-

tions as set forth, this must be so stated in your bid. For each item, state “comply”

in the appropriate space to signify whether or not you are in compliance with the

specifications. Failure to follow the format or answer the specification will cause

your bid to be disqualified. For each item marked “exception”, please explain your

variance using a separate sheet and identify each by specific number.

COMPLY – GENERAL SPECIFICATIONS

The Bidder shall indicate an appropriate response in every space in the respond-

ent's section. This shall be "comply", indicating complete compliance with the

specification, or "exception" with a detailed description of any and all deviations.

1. WHEELBASE: 187”: Clear Cab to Axle 120” __________________

2. ENGINE, DIESEL: 330Peak H.P; 1000 lb-ft Peak Torque with

Engine Compression Brake _______________________

Page 26 of 28

3. TRANSMISSION, AUTOMATIC: Allison 3500 Rugged Duty Series, Wide

Ratio, 6-speed, Double Overdrive; On/Off Hwy; With PTO Gear; Push Button

Shift Control. Factory Fill with TranSynd Fluid. Compatibility verified by Allison

"I SCAN" Performance programming. ____________________

4. AXLE, SET BACK FRONT: I-BEAM TYPE, 14,000 lb with Shock Absorb-

ers ____________________

5. SUSPENSION, FRONT, SPRING: Multi-leaf, Shackle Type, 14,000 lb.

Capacity _______________

6. AXLE, REAR, SINGLE: 23,000 lb; Max Road Speed 70 MPH; Driver Con-

trolled Locking Differential ____________________

7. SUSPENSION, REAR, SPRING: Multi-leaf, Shackle Type, 23,000 lb

Capacity with Auxiliary Helper Spring _____________________

8. FRAME RAILS: Heat Treated Alloy Steel (120,000 PSI Yield)

___________________

9. FRAME REINFORCEMENT: Outer Inverted "L", Heat Treated Alloy Steel

(110,000 PSI Yield) ______________________

10. FRAME, FRONT: Extended Front Frame Rails _____________________

11. BREAK SYSTEM, AIR: Dual System for Straight Truck Applications

Includes: H.D. Brake Assemblies 16.5”x7” Rear and 16.5”x5” Front

-Break Chambers; Spring Two (2) Rear Parking

-Slack Adjusters, Front Automatic

-Slack Adjusters, Rear Automatic

-Drain Valve Twist-Type _______________________

12. AIRCOMPRESSOR: (Bendix Tu-Flo 550): 13.2 CFM ________________

13. AIR DRYER; Bendix AD-9/with Heater; Mounted Under Cab

__________________

14. EXHAUST SYSTEM: Single, Horizontal Muffler and Short Tail Pipe

___________________

Page 27 of 28

15. ELECTRICAL SYSTEM: 12-Volt, Standard Equipment

___________________

16. CIGAR LIGHTER: and Auxiliary Power Port ____________________

17. HORN: Dual Electric and Air (no roof mounted air horns)

________________________

18. ALTERNATOR: 12-Volt 130 Amp, Capacity _____________________

19. BATTERY SYSTEM: Maintenance-Free Two (2) 12-Volt

1200CCA Total ________________________

20. RADIO: AM/FM with clock ______________________

21. WINDSHIELD WIPER: Intermittent, for Electric Wipers

_____________________

22. INDICATOR: Low Oil Pressure/High Coolant Temperature, Light and

Audible Alarm, Electronic Controlled _______________________

23. STEERING WHEEL: Tilt and Telescoping ______________________

24. CIRCUIT BREAKERS: Manual-Reset __________________________

25. FRONT END TILTING: Fiberglass _____________________________

26. GRILLE: Stationary _________________________

27. PAINT SCHEMATIC: PT-1 Single Color, White ___________________

28. BLOCK HEATER: Engine (Phillips) 120 Volt/1000 Watt _____________

29. CRUISE CONTROL: Electronic _________________________________

30. ENGINE CONTROL: Remote Mounted, Provision for: Includes Wiring

For Body Builder Installation of PTO Controls ___________________________

Page 28 of 28

31. GLASS: All Windows Tinted ____________________________________

32. COLOR: Interior Gray __________________

33. MIRRORS: Two (2) Rectangular, West Coast Type with 8” Spot Mirror

________________________

34. AIR CONDITIONER: With Integral Heater & Defroster

________________

35. WHEELS: Front Disc, 22.5" Painted Steel, 10-Stud (285.75 BC) Hub Piloted

_________________________

36. WHEELS: Rear Dual Disc, 22.5" Painted Steel, 10-Stud (285.75 BC)

Hub Piloted _______________________

37. WHEEL SEALS: Front Oil-Lubricated Wheel Bearings

_________________________

38. TIRE, REAR: (4) 11R22.5 Goodyear G177, Load Range H

_________________________

39. TIRE, FRONT: (2) 12R22.5 Goodyear G661, Load Range H

_________________________

40. SEATS: Air Ride Driver and Air Ride Passenger with Fold down Arm-Rests

On Both Sides _______________________

41. FUEL TANK: 46-50 Gallon Step Type Left Side Mount

_________________________

42. STEERING: Power Assist _____________________

43. SUN VISOR: 2 Padded Vinyl ____________________

44. GAUGE PACKAGE: To include Oil Pressure, Water Temperature,

Hour Meter and Transmission Temperature ______________________