B - Lee County

Transcription

B - Lee County
Lee County Board Of County Commissioners
Agenda Item Summary
Blue Sheet No. 20040351
~. REOUESTED MOTION:
ACTION REOUESTED: Approve award of Project # EX040347, the purchaseof one new International Model 7400 12wd dump track for DOT - Operations, from International Truck and Engine Corporation, at the prices given in Florida State
Iontract # 070-700-03-l -total contract price: $68,956.
NHY ACTION IS NECESSARY: Expenditures exceeding $50,000 require Board approval.
WHAT ACTION ACCOMPLISHES: The new truck will be used to haul materials to and from various job sites. lt
.eplacesasset# 019282 which has reachedits life expectancyof 120 months and has met Fleet Management’s replacement
aiteria requirements(please see Attachment # 4).
___~
!. DEPARTMENTAL CATEGORY:
COMMISSION DISTRICT #
X
CONSENT
ADMINISTRATIVE
ORDINANCE
A. COMMISSIONER
B. DEPARTMENT
C. DIVISION
BY:
Transportation
Operations
Scott Gilbertson, P.E., Director
WALK ON
OT - Operations and Fleet
J
Fundsare available: PC5410117500.506430
Pleasesee attachments:
(1)
(2)
(3)
(4)
Department Request for Purchase
Vendor Quotation
Florida State Contract # 070-700-03-I
&pair History of Equipment Being Replaced
5. MANAGEMENT
RECOMMENDATIONS:
9. RECOMMENDED
APPROVAL:
County Manage]
APPROVED
DENIED
DEFERRED
OTHER
TO:
Janet 8he&an,
fmm:
Marilyn L. Rawlings, Fleet Manage
Date:
3/I w2004
,#a?:
It-E Mbdel~7400,12-Yard
Purchasing Dit@ctor
Dump Truck
Board approval is required, as this expenditure will exceed $50,000.
This purchase w&pravide the D&p~W~ent of Transport&ion with @ new reliable
d from vat&us different~jo$,ai&a.
as reW&ed Wife e~p~&~tq of
Fu,ndsfor thi8 purchase are available from aocount string
l Page 1
i
j Oibcr. PIca~e iist:
-
2 or 3
Rovisai9/2002
-.----,_-
--,-SfJPERWSOft /
If.“za -233
----111
DATE
070-700-03-l
= Medium and Heavy Trucks
Medium
Effective:
Page 1 of 1
and Heavy Trucks
070-700-03- 1
6/g/2003
through
5/31/2004
Certification
Instructions
to Bidders
Technical
Specifications
General
Conditions
Price
Sheet
Orderinq
Instructions
Complete
Contract
Contractors
Atlantic Truck Center Inc.
Freightlmer of Tampa
Heintzelmans Truck Center Inc.
International Truck and Engine Corporation
http://www.navistar.com/site
lavout/mdex.asp
King Truck Center
http://www.autobykinn.com/locations.asp
Sterling and Western Star
http://www.atlantictrucks.com/
http://&eightlinerotbnnpa.com/
httu://www.truckstruckstrucks.com
http://www.sterlingtrucksoftampa.com/
3/22/2004
Page 1 of9
070-700-460
12 YARD DUMP TRUCK, TANDEM AXLE, CLASS 8,64,000 LIB.
GVWR (6X4)
070-700-460
(33A-ND)
NOTI? This detailed specification is not complete unless it is used in conjunction with all
conditions listed in the Technical Specification,.
INTENDED VEHICLE USE
USED FOR HAULING LOOSE MATERIALS SUCFT AS DIRT, GRtlYEL, ETC. AND
TRANSPORTATION OF UP TO TWO INDIVIDUALS ON PAVED AND UNPAV~ED,
GRADED ROADS.
*STD GVWR
STD PAYLOAD CAPACITY
“GVWR
10.
Gross V&i&
loaded truck.
64,000 LBS.
42,400 LBS. (APPROX)
Weight Rating is the total maximum weight of a fully equipped, fully
jz..JGINE:
A.
Diesel en&e, liquid cooled, with a mirrimum of275 Gross HP and 800 1bs.B.
Gross Torque (per the latest issue of%% J1349), and a minimum disphscement of
8.31.. The following en&es, or itpproved equivalent, are acceptable:
CUMMNS C SEH.ES: 8.3L, 285 Gross HP, 800 Ibs.-ft. Gross Torque
INT DT530: 8.7L, 275 Gross HP, SO0 Ibs.-ft, Gross Torque
B.
c.
u.
E.
12.
Standard oooiing systim with antifreeze.
Dry type air cleaner with service (restriction) indicator.
Engine pro&&ion system, at a minimum, must be activated by low engine oil
pressure and high ~ngi~le~tempera~e. System shall, at a minin~mn, inch& a
waning light(s) aild derate (rampdown) feature that will reduce engine power
and speed, ar shut down the engine when any of t&se functions exceed
normal limits.
I-brizontd exhaust or curved vertical stack to accommodate dump body cab
guard.
ELECI’KICAI..,
A.
FL
SYSTIZM:
Minimum 100 amps 12.v. alternator.
Rntteries to have a minimum total of 1100 CCA @ 0 degrees F.
TRANSMISSION: Minimom &speed automatic tmnsmission with PTO opening(s).
Allison MD3 %0-P or appmved equivalent.
luutp://~.myflorida.com/st~~contracts/073
I/price1 7.btm
3/15/2004
Page 2 of 9
070-700-460
20,
30.
AXLES & SUWENSION:
A.
B.
c.
Steel fiout axle and suspension with shock, absorbers, minimum 18,000 lb.
capacity.
Front wheel oil-lubricated bearings and seals.
Single speed tandem drive rear axle, minimum 46,000 lb. capacity. Rear axle
ratio is to be a 6.14&l 7. or the closest aossible ratio available that will
provide a top speed of a,~proximately 65 :MPH. Miimum 46,000~lb. rear
suspension with minimum 54 inoh steel walking beams. Hendrickson RT246dlRT463 or approved equivalent.
NOTE TO BIDDER THIS TRUCK MUST BE CAPABLE OF PROVlUlNG
A TOP SPERD OF APPROXIMATELY 65 MPH AT THE PUBLISHED
GOVERNED RPM FOR TFIE ENGINE SPECIFIED.
D.
40.
B.
Factory in@llecl speedometer; odometer, ammeter or voltmeter, fuel gauge,
engine oil pressure gauge, coolant temperature gauge, tachometer, air pressure
gauge and dash-mum&d engine hornmeter.
Power steering.
COMFORT ITEMS:
A.
B.
C.
D.
GO.
lubricant.
FERFOR~MANCE ITEMS:
A.
50.
Front wheel hubs and rear &es shall be filled with sy&etic
Faotory installed AM-FM qdio.
Air conditioner with integral heater and d&o&z
Am1 rests both sides, if available; snnvisors, both sides.
Tinted glass all windows, including windshield.
SA,FETY .ITEMS:
A.
B.
c.
D.
E.
Air horn(s).
Daytime running lights.
Outside mirmrs, left and right side, Mirrors to be 6 inches x 12 inches,
minimum, with cOnvex mirrors on both sides. Mirs
and brackets shall be
of rust and corrosive resistance mate&& such as stainless steel, aluminum,
coated metals or composite ma&i&.
Painted mirrors and brackets are not
acoeptable,
Automatic-adjustable volume backup alarm. Must meet latest issue of SAE
5994, Type B, 107dB(A). Factory or dealer installed,
Rain. Flaps: Splash and spray suppressant rain flaps, straight grass type,
installed on heavy-duty hangers. Factory or dealer installed.
Page 3 of 9
070-700-460
I;.
62.
BRAKES:
A.
H.
ii:
E.
IO.
Low air pressure waning
G.
Air dryer with heater. Ben& AD-g, AD-IP, AD-IS, Wabco System Saver
1200 or approved eqnivalem.
c.
Tub&ss radial tires with highway tread. Bid eight (8) llR22.511(16 PR) or
larger rear tires and two (2) 385/65R22.5S (18PK) or larger li-ont rims.
All wheels to be one-piece steel disc, IO hole, I.S.O. hub pilot moLmt, 22.5
inch diameter.
Inside rear and outside rear wheels to be fully interchangeable.
CIt9SSIS, FRAME, CAB:
2%.
R.
c.
D.
Ix
F.
Minimum 64,000 Lb. GVWR, factory certiified.
Minimum 2,600,OOOin-lb. RBM to rear end of frame, factory r&forced if
llecessal~.
Cash-to-axle (CA) dimension as recommended by the body manufacturer shall
be pmvidcd. CA must provide a cab/body (CX) cieaanct:
of3”
to 5”.
Factory installed fuel tank(s), minimum 70 U.S. gallons.
Front taw hooks or tow pins or cente,r mounted recessed tow hook.
Standard front bumper.
CAB EQIIIPMENT:
A.
B.
c.
D.
E.
84.
indicatar.
TIRE3 & WEiEELS:
B.
82.
ARS air brake system, minimurn 13.2 cfm air compressor.
Spring a~ppliedparking brake.
Automatic slack adjusters, front and rear.
Brake dust shields.
Outboard mounted brake drums, front and rear. (NOTE: ALlows brake repair
without removing axle hubs.)
P.
A.
80.
All access steps shall be self-cleaning slip-resistant grating.
Conventional cab, with tilt-type hood and falder assembly.
Air suspension driver seat with matching Axed base companion seat. Seats to
be a high back or medium back with headrest. The same manufacturer must
provide b&h seats.
Grab handle(s) fur cab Lqtry, located at each entry door.
Manufacturer’s standard paint and colors.
Rear cab window with fixed tinted glass.
B:ODY: ‘Twelve Gubic yard heavy-duty dump body, installed, w/hoist as per enclosed
specification DUMP-12. NDTE: Vehicle shall meet all requirements of Title 49, Code
of Federal Regulations, and 393.86 reiu end protection
htt~~:!/wwnr.my~orida.com/st~conlsacts/
l/price1 7.htm
311s/2004
Page 4 of9
#70-700-460
(IT) BODY/-HOIST MANUFACTURER
12YDI4/UHEIL HPT63-120
90.
& MODEL NO.: HE&HI!TzIQ
CONDX,TIONS:
A.
B.
c.
Bidder shall provide a manufacturer’s print-out (Ford “DORA”/“Commerical Truck
Tools”, Freightliner “Spec Pro “, ‘GM AutoBook”, International “Vehicle
Specifications”, Mack ~‘Order/CustomeriVehe Information”, Sterling “Spec Pro”,
or approved~equivalent) to verify the vehicle bid meets all the req,uiremems ofthis
specification. Also, any dealer instulied aftermarket components, if specified, must
be noted on the manufacturer’s print-out.
Welding shall not be permitted on, the frame side mils, nor shall the fbame rails be
cut to lengthen or shorten the wbeclbase. Wheelbase modifications are allowed
only by &ding the snspeusion &tb the ‘AI’” dimension affected accordingly
(excess length behind tbc rear axie may be cur offas required). Any wheelbase
mod&cation shail result in a wheelbase and frame combination that .is identical to
one available from the manufacturer.
Paint numbers are refcrenced~only to identify colors.
bttp://w\nvnlyflarida.co~st.-c~~~ac~~707~~03
l/prlce:l i.htm
3/15/2004
Page 5 of 9
NOTE: ONLY THE ABOVE NAMED CONTRACTOR (S) IS/ARE AUTHORIZED
TJX3 COMMODITY UNDER THIS CONTRACT!
TO SELL
*Discounf Ibr truck picked up by ordering agency at Contractor’s place of business.
Approximate delivery time required afxer receipt of order: (AT) lJ&~..&JJ&~~,
@I-) fiD-9O-QAB
OPTIONS:
OPTIONS:
(1)
100’1
WO-700..461-
12 Yard Dump Truck, Class 8, 64,000 Lb. C;VWR (6x4)
(AT) ATLANTIC
TRUCK, (IT) INTERNATIONAL
TRUCK
Delay in warranty start date to allow for body installation. (Warranty to
become effective when vehicle is pIaced in service rather than at time of
d&very).
(IT) NOTE TO IJSER: MUST ADVlSE CONTRACTOR WHEN UNIT IS
PLACED IN SERVICE
Page 6 of 9
070-700-460
1002
(21
Extended engine warranty, covering 100% of parts and labor for all en&e
parts between cranksha~ pulley and tlywheel. Bid for a period of 60
tnonths/lSO,OOO rnilos/6500 hours. The remaining terms, other than the
sbovc, to be in accordance with the engine manufacmrer”s published warmmy
this is closest to each watmmy bid. Submit two copies of the standard engine
warranty and of each special warranty hid. Also, submit two copies of alI
extended engine waranties that ace normally available to commercial
customers and commercial list prices for same.
(NOTE TO USER: CONSULT THE PROVIDER FOR EXACT COVERAGE
OF THIS WARRANTY)
2003
(3)
Electionic PTO overspeed control. Chelsea, Muncie or approved equivalent.
State manukturer and model no. bid.
MANUFACTURER
& MGDEL NG. : Ck!ELSEA E&C
(AT)
(IT)
PRICE: XL00
PRICE: 332.00
(4)
3001
“No-Spin”, automatic positive locking differential for the rearmost axle or
both rear axles.
(5)
3002
Driver control traction dift‘orential @CDL) for me rearmost axle or both rear
axles.
(6)
5003
‘Rain shields over door windows, bath, sides, Auto Ventsbade Co. (l-800-241721 9) or appruvcd qnivaient. Factory or dealer installed.
(7)
6003
Front ckarance indicators. Factory or dealer installed. (Indicators shall he
approximately 36 inches in len@h located on the left and right Front corners of
the v&i&.)
0~
g+-h
(8)
6005
Air horn(s), mounted under the cab or hood. Roof mounted horns are not
3115/2004
Page7of9
070-700-460
aGceptablc. Bid STD if provide as the base air horn(s).
(AT)
(IT)
PRICE:I&M
PRICE: NC
Automatic air brake drain system. ClearDrain System or approved
equivalent. Bid in iieu of the air dryers spe&ed in Section 62. Cr. Unit must
be installed hy the vehicle manufacturer. Dealer installed units are not
acceptable. SEE SPECIF~CA,TION ADS- 1.
(JOI
7001
Tubeless radial tires with on/offhighway tread for rear only. Bid eight (S)
1 lR22.5M (1GPR) or larger tires for on/off highway use. Bid, in lieu of base
rear tires. Rear tires to be Goodyear G164 RTD, Michelin XDE or approved
equivalent.
(AT)
(IT)
IWCE: i&Q0
PRICE: 212.00
Pintie hook, installed. To be swivel type and must have a capacity of 49,000
lbs. Clross trailer weight and 9SOOlbs. Vertical load, minimum. Holland
Model PH-760, Wallace Model B30 or approved equivalent. State
manufacturer and model no. bid.
Air brake package for straight truck with trai,ler. Full trailer air brake controls
with air lines, glad hands and wiring routed to the rear end of the frame.
Additional tie1 capactiy. Factory instaIled fuel tank(s), minimum tO0 U.S.
galIons.
(13)
(14)
8201
Special state colors. DOT Yellow (DuPont Centari L9069A,
Freightliner/Sterling 3258, International 4421).
(AT)
(IT)
(19
8206
PRICE: NC
PRICE NC
Two-tone colors. Manufacturer’s standard two-tone colors.
Page8of9
070-700-460
(AT)
(i’r)
PRICE: 632:QQ
PRICE: fi2.00
(IT) NOTE TO USER,: REQUIRES PAlNT COLOR’N~UMBERS 4421 AND
9219
Air suspension passenger seat. Seat to be a high back or medium back with
headrest. The same manufacturer as the driver seat must provide passenger
seat. Bid in lieu ofthe base passenger seat specified in Section 82.B.
(AT)
(IT)
PRICB: .1$.LQQ
PRICE: !.?7..00
V~bmtor installed on dump body. Phillips Temro, Inc., Model VIBRA 3000,
(Phone l-800-328-6108) or approved equivalent. To be installed on
mounting base rather than dump body floor plate. State manufacturer and
model no. bid.
(AT)
(IT)
(18)
(19)
c$jgrJ
8404
PRICE: ;lXUlB
LACE: 128.00
Electric roll-up type dmp truck cover installed and ready for use. Tarp to be
heavy-duty vinyl mesh, dark color only. Tarp system must include a direct
drive gear motor assembly, underbody or side mount spring assembly, and
control switch mounted inside the cab readily accessible to the driver. Arm
assembly shall he constructed from steel tubing. All metal parts to be painted
as necessary to match body. Aero Industries, Inc. (phone l-800-535-9545)
Model SO,Donovan Enterprises, Inc. (Phone l-800-327-8287) Model 5000
EL-D; Pioneer (Phone l-800-237-0225) Model EDD-I SOOD;Roll-Rite Corp.
(Phone l-890-297-9905) :Model R&X13; or approved equivalent. Bid in lieu
of cover specified in body specifications. State manufacturer and model no.
bid.
Twin telescopic hoist for 12 cubic yard dump body. Galion UT66392, Neil
Model HP2TS2-72 or approved equivalent. Hoist is to be an N.T.E.A. Class
110, minimum. Bid in lieu of hoist specified in DUMP-12. State
matmfaeturer and model no. bid.
(AT)
http:Nuvwv.myflorida.com/st~co~~actsiOO~3
l/priael7.htm
PRICE l,@o.o_O
3/l 5mM4
070-700-460
Page 9 of 9
EQUPMENT HISTORY
COST & QTY PER METER
AT7IACCf,MEA/T-“k”f
As you can see, 019282 is twice the CPM in Maint & Repairs and almost twice the total CPM. This unit also only has
about l/3 the number of mileage as the other 12-yard dump trucks. The down time is also above average and by replacing
this dump truck now, our total numbers should go back to normal.
Six of these dump trucks were replaced back in 2001. 019282 was the only one not replaced due to funds available. Now
that the funds are available, we need to replace the truck so our averages for this class code will decrease. 019282 is also
the only Ford in this class of trucks.
019282 has a total down time of 530.76 hours in the past two years. Our standard down time for the rest of same dump
trucks is 415.13.
Lee County Fleet Managements
ReplacementPoints System.
Age: 5.0
lintenance:10.0
Meter: 5.0
Total: 20.0
Basedon 120 months of life. This truck has exceededthe expectedlife by 43 months.
Basedon 50% of the new purchased price of $42,482.00.The maintenancecost is at %67,721.75.
Basedon 100,000miles oflife. This truck has 172,504miles on it.
Points stop counting at 15. When B vehicle reaches15 points, this is the ultimate replacementtime.