MINIMUM BID SPECIFICATIONS HEAVY DUTY TRI-AXLE DUMP TRUCK SCOPE: The County of Lexington will be purchasing Four (4) Tri Axle Dump Trucks as described herein, and be accepting bids to purchase one of the two “Trade In” vehicles listed within that section of this document. A prospective bidder may bid only on the sale of the new trucks, only on the purchase of the trade in offered, or both, at their option. Only one of the two potential “trade in” trucks will be sold at this time. GENERAL These specifications shall be construed as the minimum acceptable standards for a 77,000 GVWR heavy duty end dump truck body, cab, and chassis. Should the manufacturer’s current published data or specifications exceed these standards, the manufacturer’s standards shall be considered minimum and shall be furnished. All integral parts not specifically mentioned in the scope of these specifications that are necessary to provide a complete working unit shall be furnished. Additionally, the machine offered for bid shall include all standard manufacturers’ equipment. BID SUBMITTAL FORM Each bidder must submit his or her bid on the Bid Submittal Form included in the invitation to bid package. All written warranties to be submitted shall be attached to the Bid Submittal Form. BID PRICE The price bid shall include all destination charges, delivery charges, title fees, rebates and all other applicable costs and refunds. Successful bidder shall deliver vehicle to 401 Ballpark Road, Lexington, SC. MANUALS Each unit shall be provided with (2) copy of the operator’s manual, one (1) copy of the repair manual and one (1) copy of the current parts manual. Units will not be accepted for delivery until the manuals as outlined above are received by the Purchaser. REPLACEMENT PARTS AND WARRANTY SERVICE AVAILABILITY Parts must be available for 5 years or 500,000 miles of use for the piece of equipment bid. Replacement parts must be stocked on site at selling dealer and available within 24 hours of receipt of request. Selling dealer must also be authorized to perform warranty service and be located within 35 miles of Lexington County’s Central Maintenance Facility. WARRANTY Bidders shall submit a copy of the manufacturer’s standard warranty(s) along with a complete explanation of the warranty with their bid. Warranty must include minimum basic warranty for a minimum 12 month/100,000 miles. Bidder to quote as optional cost extended power train warranty options beyond the scope and coverage of the manufacturers’ warranty. ENGINE AND RELATED COMPONENTS Engine shall be an in line 6 design 15 liter minimum, turbo charged Cummins ISX diesel engine capable of developing 450 HP and 1,650 FT-LBS Torque. Aluminum core radiator shall be at least 1700 square inches,
with Blue Stripe hoses throughout and coolant protection to -10 degrees F. Exhaust to be single vertical with diesel particulate filter mounted on the passenger side with a non polished aluminum heat shield. Factory installed integral 3 stage Engine Brake. Engine electronics to have full diagnostic capability and shutdown capabilities for critical engine functions. Engine mounted fuel filter/water separator with water in fuel indicator. Engine crankcase to be equipped with magnetic drain plug. STARTING AND ELECTRICAL SYSTEM 12-Volt system fuse/circuit breaker protected; 12V gear reduction starter, 12V 160 amp alternator minimum; and Minimum of 3 - 12V maintenance free group 31 batteries with 925 cold cranking amps each, threaded stud batteries to be mounted in a single steel box. TRANSMISSION AND DRIVELINE Transmission to be an Allison 4500-RDS-6 six speed automatic over drive Rugged Duty Series Gen 4 with transmission cooler, external oil cooler, internal filter, oil level sensor, temperature gauge and aluminum bell housing. Allison transmission to be factory filled with TRANSYND synthetic lubricant. Allison transmission low gear ratio = 4.70 and transmission high gear ratio = .67 over drive. CAB EXTERIOR Cab to be conventional style with forward tilting hood designed for construction and vocational applications. Hood is to be a full tilting fiberglass design with safety latch. Cab doors should also have high visibility roll up style windows and at a minimum, the passenger side door window must have a power control. Cab to feature an air horn in addition to the standard electric signal horn, headlights with replaceable halogen lamps, West Coast mirrors with 8” convex mirrors mounted below the West Coast mirrors, exterior sun visor painted to match cab color, safety tinted glass, and grab or entry handles on both sides of cab. Cab exterior and chassis to have all required DOT and ICC lighting (turn signal indicators, emergency flashers, rear stop, tail, turn and backup lighting.). All lighting to be LED type. Cab and hood paint color to be manufacturer’s standard white color. Vehicle to be equipped with a backup alarm. CAB INTERIOR Cab interior to be gray, and to include the following: dash mounted auxiliary 12V power outlets, coat hook(s), dome light(s), construction application cab, fleet interior, rubber floor covering/plus rubber floor mats. Cab should have interior sun visors on both sides of cab. Dash features to include: 2 or more cup holders, adjustable steering column with 18” Steering Wheel, air pressure gauge, voltmeter, fuel level gauge, engine oil pressure gauge, engine coolant temperature gauge, low air pressure indicator with light and audible signal, speedometer with odometer and trip odometer, tachometer with hour meter, transmission oil temperature gauge, high beam indicator and park brake indicator. Dash mounted regeneration request switch must be provided. Indicator light for each inter-axle lockout switch and each driver controlled traction device switch must be provided. Cab seats should be: Air Suspension Driver High Back with headrest Bostrom 914 or equal with High Back fixed Passenger seat, both with required lap and shoulder belts, vinyl seat covering. Factory installed integral air conditioning with recirculation air feature, and radiator mounted condenser. Heating system shall
have ball valve water shut off valves at supply lines. AM/FM radio with clock and weather band, Blue tooth, Factory installed CB radio with antenna. Two additional dash mounted power outlets to be furnished. Windshield wipers to be two (2) speed electric with washer and intermittent feature. AIR BRAKES Brake system to be antilock design. Air compressor should have 18.7 CFM minimum capacity and increased air reservoir capacity for a pusher style third axle. System to include an in cab control valve for rear service brakes. Heated air dryer. FRAME/BUMPER/FUEL TANKS Steel 120,000 PSI frame rails 11/32x3-1/2x10-15/16 inch double channel steel frame, 30 section modulus, 3,000,000 RBM. Heavy-duty cross members throughout. 228 Inch Wheelbase. 12 Inch Center Step cutout front bumper with two frame mounted tow hooks. Fuel tank(s) to be aluminum with a minimum of 100-gallon total capacity. DEF tank to be minimum of 12 gallon capacity. Rear Mounted Pintle Hitch, Frame mounted, 25 ton capacity. W/7way trailer light plug Delete the air glad hands for trailer on rear of truck. FRONT AXLE 18,000# steel I beam axle with 20,000# multi leaf suspension, 18,000# integral power steering, shock absorbers. Unitized sealed (maintenance free) front wheel hubs. Meritor “S” cam design 16.5” x 6” Q+ brakes with outboard mounted drums, dust shields and automatic slack adjusters. Front wheels to be steel hub piloted 22.5” x 9.00”. Front tires to be Michelin 20 ply 315/80R22.5 radials. REAR AXLE 46,000# capacity (4.30) ratio tandem rear axle with 46,000# construction type rear suspension, however no Reyco, air ride or T ride suspensions will be accepted. System to incorporate steel beams and bronze center bushings with bar pin adjustable end connections. 52 inch axle spacing, fore/aft control rods. Driver controlled traction differential- both tandem rear axles. Power divider lockout controls must be provided. Meritor “S” cam design 16.5” x 7” Q+ brakes with outboard drums, dust shields and automatic slack adjusters. Brake chambers shall be (4) 30/30 style chambers with raised chambers on rear axle. Brake geometry to allow for asphalt spreader clearance. Rear wheels to be Steel hub piloted 22.5 x 8.25. Rear tires to be Michelin 16 ply 11R22.5 traction radials. Axle lubricant to be synthetic with magnetic drain plug. PUSHER / TAG EQUIPMENT 13,000# minimum capacity pusher axle with air lift steerable suspension such as Hendrickson HLUC2 Paralift Ultra. One (1) dash valve and (1) gauge for single lift axle. Pressure regulator also to be provided. Reverse lift axle wiring with last state retention with ignition switch in off position. Meritor 15x4 Q+ Cam Pusher/Tag Brakes, automatic slack adjusters, dust shields, and outboard drums. 52 inch axle spacing.
BRAKE SYSTEM WABCO 4S/4M ABS without traction control or equivalent. Standard Brake System Valves. Automatic Drain Valve without heater on all tanks. WABCO SS-1200 Plus Air Dryer with integral air governor and heater. Trailer wiring SAE J560 7 way receptacle mounted at end of frame with center pin wired to ignition circuit. DUMP BODY The dump body shall be a New and unused RS Godwin Body, Model # CS16048 without exception and shall be constructed as follows: The body and hoist shall be supplied from the same manufacturer and be of the latest design. The following specifications are to be considered minimum. Any proposed exceptions to these standards shall be noted and completely described in writing with adequate supporting data to allow the using agency to determine if the exceptions are acceptable. DIMENSIONS The body length shall be 192”. The inside width shall be 84”. The sides shall measure 48” and the tailgate will measure 52”. The outside width shall not exceed 96”. The sides shall have board extension pockets at the front and center to accept 2” X 8” tall side board extensions. The boards shall taper the last 24” to 4” at the rear board gusset. The front of the body shall be of a single sheet and height sufficient to allow proper clearance between the top of the cab and cab shield. The front sheet will also incorporate hand holds and covers for the front of the trapezoid long-beams and the horizontal side braces. The cab shield will extend no less than 23” forward of the front of the body. BODY The floor of the dump body shall be fabricated of a single sheet of ¼” Hardox AR450 Steel, minimum 96” wide. The floor shall have a 12” radius formed in the sides and the floor sheet shall extend 12” above the floor. The center section of the floor shall be flat and no less than 60” wide. The understructure shall be of the crossmemberless design. The longitudinals shall be formed of 3/16” high tensile steel. The inside leg shall be vertical and the outside leg shall slope outboard to support the floor. The longitudinal shall be welded to the floor full length and to the rear panel 100%. Structual longbeams are not acceptable. There shall be a full width rear panel form from a single sheet of 3/16” high tensile steel. There shall be a formed in place return flange no less than 1” wide at the bottom of this panel for additional strength. The sides shall be fabricated from single sheets of minimum 3/16” Extra High Tensile Steel. The side sheet shall overlap the floor radius and extend to the top of the top rail. The top rail shall be formed from 3/16” steel and be of a design which prevents material from laying on top when wood boards are installed, have no less than a 5” face and a 5” depth forming a fully boxed top rail against top of the sides. There shall be light holes punched in the rear post to accept lighting described later in these specifications. There shall be a single row of horizontal braces on the side of the body extending from the front sheet to the rear post. The horizontal brace shall be of a material shedding design. Formed fenders shall be installed on each side of the body, extending full length of the sides. The sloping surface shall
be no less than 45 degrees. The fenders shall have a 4” vertical face and a return flange for added strength. The inside of the fenders shall be boxed for additional strength and open at the rear to allow drainage and access for wiring. The fenders shall be formed from 10 gauge high tensil steel. All welding on the sides shall be 100%. The rear post shall be fabricated from a single sheet of ¼” High Tensile Steel and forma box section no less than 10” wide. The rear post shall extend from the top of the sides to the bottom of the rear panel. The top of the rear post shall be flat and provide a bearing point for the highlift tailgate arms. The rear post shall be of sufficient depth to allow installation of recessed rubber mounted lighting. The tailgate shall be fabricated from a single sheet of 3/16” AR450. The tailgate shall be of a design, which allows for conventional operation and high lift operation. The top hardware shall be flame cut 1” steel and be of the upward acting design. There shall be grease zerks installed in the top hardware to allow lubrication. There shall be full perimeter bracing as well as 2 additional horizontal braces to make tailgate a 3 panel design. The highlift arms shall be fabricated from plate steel and shall include a formed “V” on the top of the assembly to prevent material from lying on top. The highlift gate shall raise 32” above the side when lifted. The lower tailgate pins shall be 1 ¼” diameter minimum. The lower hardware shall be cast steel and of the overshot design. The tailgate latching mechanism shall be air operated. The lift cylinders shall be operated from a separate switch, which gets air from the lower latch switch only when the lower latch is in the open position. A pressure switch shall be incorporated into the system, wired to the vehicle back up horn, which makes the horn sound when the gate is in the lift position. ACCESSORIES The body shall have a bolt on apron, out of ¼” high tensile steel. The apron shall be sloped 30 degrees. The apron will have a angle formed under on the lip to provide strength. A Mountain Electric Tarp with vinyl asphalt cover shall be used. The tarp springs must be encased, for safety and protection. The arms shall be aluminum, bent design. All body lights will be led The rear post will have Self-contained LED Strobes. Body must have 3 inside steps for easy exit of body. Anti spray mud flaps mounted on rear of dump body Anti spray mud flaps mounted in front of lift axle on body. Body to be painted Dark Green. Body shall be painted with PPG Delfleet Essential paint. Body prop shall be incorporated into rear hinge. Install unit will have a small round ICC under-ride bar Completed body will not exceed 24” past rear tires Body Vibrator will be air design. Alum console in cab, beside driver’s seat, for easy access to controls. HYDRAULIC SYSTEM Hydraulic pump to be a commercial grade pump with 48 GPM minimum flow rating, air operated PTO with direct mount pump. Hydraulic tank shall hold a minimum of 24 gallons of hydraulic oil with a sight glass for determining proper oil level. Ball valve type shut off valve to be installed at bottom of tank
capable of isolating tank from system for service. All hoses shall have a minimum 2,000 PSI rating Lift Cylinder will be a 3 stage commercial type, centered at front of bed.
MAINTENANCE: All replaceable filter elements for air, fuel hydraulics and engine oil shall be available from at least one of the following U.S. manufacturers: AC, Wix, Donaldson, NAPA, or Baldwin. Replacement tires and tubes shall be available from at least one of the following U.S. manufacturers: Goodyear, Firestone, or General. Replacement or replenishment lubricants required through the unit (engine oil, transmission fluid, hydraulic fluid, gear oil, brake fluid, power steering fluid and grease) shall be available from at least one of the following major manufacturers: Shell, Exxon, Texaco, or Citgo. Details concerning the manufacturer and items name or part number for the above maintenance items shall be provided wherever requested on the bid questionnaire. Any filters or fluids that are not readily available as stated above due to proprietary nature shall be declared on the bidder’s response along with the cost and availability of such items. One set of replacement filters shall be provided with vehicle when delivered which shall include any filter which is recommended to be replaced by the manufacturer within the first 60,000 miles of operation. SERVICE LITERATURE: Service literature shall include two {2} set of: operator’s instruction manual, illustrated repair parts manual and shop service and overhaul manual. This service literature shall be complete and cover the entire unit to include engine, transmission, fuel and engine management systems, body systems, electrical schematics, and repair diagnostics. Pricing for Software and cabling required for diagnosing all engine control systems, transmission systems, and onboard electrical functions to be provided as a purchase option on bidders response. Bidder to supply manufacturer and model number of Truck Chassis being bid as well as list of customers to whom this Truck and Chassis combination has been sold within the past 36 months. Provide contact information below so that the durability of the Chassis and power train can be verified by the Lexington County Fleet Manager. This information is not required if this model truck being bid is currently being operated by the Lexington County Fleet. TRADE IN: Bidder may at their option provide a bid to purchase from the County one of more of the following used Tri Axle Dump Trucks: Bidders to verify equipment condition and actual mileage. Unit 22636 may accumulate additional miles between time of inspection and their replacement which will be determined by the delivery date of the replacement trucks being bid. No adjustment will be made for accumulated hours during this period. Lexington County procurement department should be contacted to make arrangements during the bid process to inspect the trade in Dump Trucks. Bidder shall state whether truck trade in values are contingent upon Dump Truck purchase award or whether they will honor trade in/purchase values regardless of truck purchase award. Unit 21355
2000 Freightliner Tri Axle Dump Truck
295,000 miles Fleet Services
Unit 22636
2001 Freightliner Tri Axle Dump Truck 276,000 miles Public Works
OPTIONS In addition to the above options related to the tri axle heavy-duty dump truck body and chassis, the bid must also include the cost for each of the following options, itemized separately on the bid: Cost and availability of any software required to interface with engine and drivetrain control systems. As an option(s), list extended power train warranty packages for consideration.