MICHIGAN DEPARTMENT OF TRANSPORTATION

Office of Operations Administrative Services

Fleet Administration and Operations

Spec. No. 10-055.09

January, 2009

Page 1 of 22

SPECIFICATION: AERIAL TOWER, INSULATED, 55 FOOT WORKING HEIGHT AND UTILITY BODY WITH SIDE ACCESS, MOUNTED ON A 27,500 GVWR CAB & CHASSIS WITH 83.9 INCH C.A. SUPPLIED

BY MDOT

I GENERAL

The aerial tower and utility body shall be mounted on a 2008 International 4400 SBA cab & chassis with 27,500 pound GVWR with an 83.9 inch C.A., 260hp diesel engine, and an Allison 3500 RDS_P automatic transmission supplied by MDOT. The aerial tower and utility body furnished shall be new, of the latest model in current production and include all standard features normally offered with this model. The aerial tower furnished shall meet all FMVSS, OSHA, MIOSHA, ANSI, State, and Federal standards and on delivery, shall be fully assembled, mounted, and ready to be put in service. The aerial tower shall be articulating telescopic boom type.

II PRODUCT LITERATURE

Bidder is to return manufacturer's product literature for the make and model offered with the bid. This literature shall show supporting data for the characteristics required by these specifications.

III PRECONSTRUCTION MEETING AND PROGRESS SCHEDULE

Within 30 days of the purchase order date the bidder is to meet with Department personnel in Lansing to provide a written progress schedule and completion date for the work and to review terms and requirements of the order. A detailed drawing showing the utility body and aerial tower installed on the truck cab and chassis shall be submitted by the vendor for MDOT approval.

IV MANUALS

Two (2) sets of operating, maintenance, and parts manuals for the aerial tower shall be furnished with this order by the successfully bidder.

V WARRANTY

Bidder is to provide a one year warranty on all components of the aerial tower, and utility body including all parts and labor. This warranty shall start on the in-service date, which is when MDOT first begins to use the unit. The manufactures standard warranty on the truck cab and chassis shall also start on the in service date.

VI PAINT

A. Aerial Tower: All exposed metal surfaces except internal boom extensions, shall be furnished with a finish coat of orange to match DuPont IMRON #43106-X or equal.

B. Utility Body: Bare metal surfaces shall be pre-cleaned and prepped prior to applying a compatible red oxide or zinc chromate primer. When painting over a manufacturer's standard paint, metal prepping and primer may be omitted, providing an acceptable bond can be achieved. Utility shall be painted orange matching DuPont IMRON #43106-X or equal. Floor shall have non-skid surface.

C. Fuel tanks: Painted black and labeled DIESEL.

VII TRAINING

The successful bidder shall conduct 8 hours of operating training at MDOT’s Auburn Hills Special Crews Facility, 2945 Lapeer Road, Auburn Hills, MI 48326 and cover the following:

1. Daily and preventative maintenance.

2. Operator controls.

3. Startup and shutdown.

4. Hands-on-operation of the unit.

The bidder will be contacted by MDOT’s John Farrell, telephone number (248) 373-4580, after the truck has been inspected for specification compliance, and accepted to schedule the training.

VIII LIQUIDATED DAMAGES

The delivery of vehicles/equipment must be consistent with the scheduling as established within the Purchase Order. If any vehicles/equipment is not delivered within the delivery schedule specified, the delay will interfere with the proper implementation of the fleet management programs utilizing this vehicles/equipment, to the loss and damage of the State of Michigan. From the nature of the case, it would be impracticable and extremely difficult to fix the actual damage sustained in the event of any such delay.

VIII LIQUIDATED DAMAGES - continued

The State of Michigan and the Contractor, therefore, agree that in the event of any such delay, the amount of damage which will be sustained from a delay will be the amount set forth in Paragraphs A and B. They agree that in the event of such delay, the contractor shall pay such amounts as liquidated damages and not a penalty. The State of Michigan as its option for amounts due as liquidated damages, may deduct such from any money payable to the Contractor or may bill the Contractor as a separate item.

A. If the Contractor does not deliver the vehicles/equipment before the delivery date scheduled, the Contractor shall pay to the State of Michigan fixed and agreed, liquidated damages, for each calendar day between the due date and the date the vehicle/equipment is received, but not more than 30 calendar days. In lieu of all other damages due to such non-delivery, an amount of 2/10th of 1% of per unit cost of the Purchase Order for each unit that is not delivered by the delivery date.

B. If the Contractor delivers the vehicles/equipment before the delivery due date specified and the vehicles/equipment do not comply with the Purchase Order Specifications and therefore, are not ready for operation, the State of Michigan may, at its option, delay the implementation of the vehicles/equipment into fleet operation. The Contractor shall pay to the State of Michigan, as fixed and agreed liquidated damages in the amount of 2/10 of 1% of the Purchase Order unit cost per vehicle/equipment, for each calendar day beginning from the delivery date scheduled in the Purchase Order, and the date the vehicle/equipment accepted as being in compliance with Purchase Order Specifications, but not more than 30 calendar days.

The delivery date for all units on this PO shall be 210 days from the day the winning bidder is notified of cab & chassis availability.

VIII LIQUIDATED DAMAGES - continued

C.  Exception - Except with respect to defaults of subcontractors, the Contractor shall not be liable for liquidated damages when delays arise out of causes beyond the control and without the fault or negligence of the Contractor. Such causes may include, but not be restricted to, acts of God, or of the public enemy, acts of the State in either its’ sovereign or contractual capacity, fires, floods, epidemics, quarantine restrictions, strikes, freight embargoes, or unusually severe weather; but, in every case, the delays must be beyond the control and without the fault or negligence of the Contractor. If the delays are caused by the default of the subcontractor, and if such default arises out of causes beyond the control of both the Contractor and subcontractor and without the fault or negligence of any of them, the Contractor shall not be liable for liquidated damages for delays, unless the supplies or services to be furnished by their subcontractors were obtainable from other sources in sufficient time to permit the Contractor to meet the required performance schedule.

IX PILOT MODEL INSPECTION

Any Purchase Order that is for one or more units, the successful bidder will be required as part of this order to provide subsistence and transportation for up to three (3) MDOT personnel to inspect and approve the first completed unit constructed, before production begins on the balance of the order. This inspection shall be after all major components are installed on the cab & chassis but before final paint. The date and time of inspection shall be agreed upon by the vendor and MDOT.

X SPECIFICATIONS

Bidder is to complete and return the following portions of the specification. This shall provide detailed information for the equipment offered with this quotation. This information will be used by the Office of Purchasing in determining acceptability of the bid prior to award of purchase order. In addition, MDOT will use this information when comparing as delivered equipment with the information provided here by the vendor.

X SPECIFICATIONS - continued

Quotations will be considered acceptable only in the following circumstances:

1.  All blank spaces are completed with either yes or no, and if no list the type of deviation.

2.  MDOT minimum requirements are met or exceeded.

3.  MDOT maximum requirements are not exceeded.

4.  The bidder's offering falls within the minimum and maximum range if both are noted in the same specification item.

If requirements are not available from the manufacturer, the bidder will be expected to make the appropriate substitution at the dealership prior to delivery. When an appropriate substitution is required vendor shall note this in the Deviation to Specifications section of this specification. Failure to make such alteration will be cause for non-acceptance by MDOT.

1. I.T.B. No. ______2. Date: ______

3. Name and Address of Bidder ______

______

______

4. Phone Number (____) ______

5. Name, address, and phone number of Michigan dealership for warranty, parts and, service

______

______

______

X SPECIFICATIONS - continued

6. Vendor Contact Person

A. Print name: ______

B. Signature: ______

C. Phone: ______

D. Fax: ______

7. Subcontractor, body installer, Etc.

A. Company Name and Address

______

______

______

B. Subcontractor contact person

1. Printed Name: ______

2. Phone: ______

3. Fax: ______

8. BASIC SPECIFICATIONS YES NO DEVIATION

All holes in cab and chassis frame rails shall be drilled

or punched. There shall be no flame cutting or

welding on the frame side rails ______

Successful bidder shall conduct 8 hours training at

MDOT’s Auburn Hills Special Crews Facility,

2845 Lapeer Road, Auburn Hills, MI 48326

covering:

a. Daily and preventative maintenance ______

b. Operator controls ______

c. Start-up and shut-down ______

d. Hands-on operation of the unit ______

Scheduling of training shall not take place until the unit

has been inspected for specification compliance and

accepted ______

Contact for scheduling training shall be:

John Farrell phone 248-373-4580. Office hours are

7:00 am to 3:30 pm, Monday through Friday, except holidays ______

Aerial tower shall have all exposed metal surfaces, except

internal boom extensions, finish coated orange DuPont

IMRON #43106-X or equal ______

Utility body shall have all bare metal surfaces pre-cleaned

and prepped prior to applying a compatible red oxide or

zinc chromate primer ______

When painting continues over a manufacture’s standard

paint, metal prepping and primer may be omitted,

providing an acceptable bond can be achieved ______

8. BASIC SPECIFICATIONS -continued YES NO DEVIATION

Utility body shall be painted orange matching DuPont

IMRON #43106-X or equal ______

Diesel fuel tanks shall be painted black

and labeled “DIESEL FUEL” ______

Delivery shall be 210 days ARO ______

Delivery shall be to MDOT Fleet Operations Garage,

2522 W. Main St., Lansing, MI, 48917, between the

hours of 8:00am and 2:30pm, Monday through Friday,

except Public Holidays. Bidder shall contact Dan

Smith at 517-334-7767 at least 48 hours prior

to delivery ______

Cab to end frame length on all body installations shall

be the same length as the body being mounted,

plus the length of any setback ______

All items removed from cab and chassis by body installer

(frame ends, fuel tanks, mirrors, etc.) remain the property

of the State of Michigan and are to be

returned with the truck ______

All wiring passing through holes in metal or non-metal

wearing surfaces, which could cause wear of the insulation,

shall be adequately protected by rubber or plastic grommets,

and/or non-metallic conduit. Ends of all wires shall be

adequately anchored to prevent loosening. Scotch

locks are not acceptable ______

8. BASIC SPECIFICATIONS -continued YES NO DEVIATION

Successful bidder shall pick-up cab and chassis at MDOT’s

Fleet Operations, 2522 W. Main St. Lansing, MI, 48917 ______

Cab & chassis will be full of fuel before winning vendor

picks it up and completed unit shall be returned to MDOT

in the same manner ______

Completed unit shall have the aerial tower inspected by

an MDOT supplied and compensated inspector ______

Comment______

______

9. CAB AND CHASSIS – supplied by MDOT

Cab and chassis shall be a 2008 International 4400 SBA extended cab 4x2, Unit # 04-0254

GVWR shall be 27,500 pounds

Front GAWR shall be 10,000 pounds

Rear GAWR shall be 17,500 pounds

Wheel base shall be 177 inches

Cab to axle shall be 83.9 inches

Axle to end of frame shall be 89 inches

Transmission shall be an Allison 3500 RDS_P with parking pawl

and PTO provision

Engine shall be an International MaxxForce DT, 260hp, horizontal 2007

emissions exhaust system

10. AERIAL MANLIFT YES NO DEVIATION

Referened Make: VersaLift ______

Referenced Model: VST5000I ______

The fiberglass boom shall be rated with a class “C”

46KV rating ______

Bucket shall be solid, two (2) man, reinforced fiberglass,

rated at 600 pounds minimum ______

Bucket shall measure 20 inches by 40 inches by 42 inches ______

Bucket shall be tested to 50,000 volts AC RMS

for one (1) minute ______

Bucket shall have side mounted step to facilitate

easy entry ______

Bucket shall include a vinyl protective cover, liner,

and scuff pad with step ______

Bucket shall rotate 180° around the boom ______

Bucket shall have a safety belt anchor loop ______

Manlift controls shall be full metering, full pressure hydraulic

at both platform and lower control station ______

Upper controls shall be single stick type to operate all boom

functions including lower boom section ______

Upper controls shall be mounted curbside, back of platform ______

Upper/lower control levers shall be individually operated and

the lower station controls shall override platform controls ______

AERIAL MANLIFT - continued YES NO DEVIATION

A suitable platform and steps with handrails shall be

provided for the operator at the lower station controls ______

All controls shall be hydraulic with NO electric connections

to the platform controls ______

Hydraulic system shall include an auxiliary pump and a

12-volt power source to lower the platform should there

be a truck engine failure ______

12 volt back up power and throttle two speed controls

shall also be at the lower controls ______

Hydraulic system shall be a full flow and pressure, open

center system ______

Hydraulic system shall have Hyken Gold hydraulic oil

or 5-20 non-conductive hydraulic oil ______

Hydraulic system shall have a pressure compensated

piston pump, 7gpm, operating at 2,250psi maximum ______

Hydraulic system shall be driven by a power take off (PTO)