Upload
haanh
View
218
Download
0
Embed Size (px)
Citation preview
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 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 ______________________