Queen flnne`s County - Queen Anne`s County

Transcription

Queen flnne`s County - Queen Anne`s County
DEPARTMENT OF PUBLIC WORKS
Queen
flnne's
County
312 Safety Drive
Centreville, MD 21617
Telephone: (410) 758-0925
Fax: (410) 758-3341
www.qac.org
County Commissioners:
James 1. Moran, At Large
Jack N. Wilson, Jr., District 1
Stephen Wilson, District 2
Robert Charles Buckey, District 3
Mark A. Anderson, District 4
MEMORANDUM
INFORMATIONAL ITEM
Date:
February 9,2016
To:
County Commissioners
From:
David Remaniak
Re:
New Circuit Courthouse Project Update
oL
The preparation of construction bidding documents for the New Circuit Courthouse have been completed and are in
the stage of final review in preparation for bidding this project in March.
The county staff and attorney await the receipt ofthe Public Works Agreement (PWA) from the Town of
Centreville. This PWA will specify the parking arrangements and water and sewer allocations with the Town of
Centreville.
The process towards the purchase of the Parcel 753 is underway and upon its completion will enable the Town to
approve the property Line Adjustment Plat submitted in December 2015.
The final construction cost estimate based on the bid set documents is approximately $19,000,000. This includes
the estimate for the AV equipment and peripherals for the operation of the new electronic courts. The overall
capital budget for the project has been reduce by the elimination of county provided off-site parking, a reduction in
some of the finishes and elimination of the estimate contingency. This results in the reduction of the project
estimate to $23,500,000.
Our proposed schedule for procurement of the construction contract is as follows:
March 11,2016
April12,2016
April 26, 2016
May 4,2016
June 20,2016
Out for Bid
Receive and Open Bids
County Commissioners Issue Notice of Award
Submit for Building Permit to Town of Centreville
Notice to Proceed
Pg 1
DEPARTMENT OF PUBLIC WORKS
Queen
jInne's
County
312 Safety Drive
Centreville, MD 21617
Telephone: (410) 758-0925
Fax: (410) 758-3341
www.qac.org
County Commissioners:
James 1. Moran, At Large
Jack N. Wilson, Jr., District 1
Stephen Wilson, District 2
Robert Charles Buckey, District 3
Mark A. Anderson, District 4
MEMORANDUM
INFORMATIONAL ITEM
Date:
February 9, 2016
To:
County Commissioners
From:
R. Shane Moore, PE
Re:
January 29 th - 31 51 Blizzard Update
~
A total of 14.5 inches fell during the 3-day snow event with a majority of snow accumulating late Friday into
Saturday morning. Heavy snow fall and high winds made for blizzard conditions during a majority of the event.
There was heavy drifting throughout the County with significant drifting from north of Centreville to Kent County.
Our snow removal effort consisted of36 Roads employees, including 4 contractual and 6 Solid Waste employees
for a total of 42 employees on the road. County snow removal equipment included 19 6-wheel dump trucks, 7
pickups, 6 loaders, 4 graders and 5 one-ton pickups. All 4 graders and 1 loader were equipped with a V-blade to
open up roads.
In addition, the County contracted 2 additional loaders to assist opening roads with significant drifting.
Operators were on call throughout the entire event. Full scale snow removal efforts were focused during daylight
hours and continued into the evening each day. Due to the drifting conditions heavier equipment was reassigned to
focus on heavily drifted roads. Snow removal efforts continued through Wednesday, January 27 th •
The Roads Division Shop worked diligently during the storm to keep equipment operational in the blizzard
conditions. Numerous snow removal vehicles became stuck Saturday during the height of the storm. In addition
we had 2 damaged 6-wheel dump trucks. At this time the shop as estimated approximately $15,000 in repairs
associated with this snow event.
A total of230 tons of sand/salt mix were spread on County roadways. A total of 12 tons of salt were used on
County facility parking lots. We have approximately 700 tons of sand/salt mix and 100 tons of salt remaining in our
salt storage facility.
....1m
~
......:,.
I!II3i
~
'u' .
Pg 2
Queen
}f.nne's
County
DEPARTMENT OF PUBLIC WORKS
312 Safety Drive
Centreville, MD 21617
Telephone: (410) 758-0925
Fax: (410) 758-3341
www.qac.org
County Commissioners:
James 1. Moran, At Large
Jack N. Wilson, Jr., District 1
Stephen Wilson, District 2
Robert Charles Buckey, District 3
Mark A. Anderson, District 4
MEMORANDUM
Date:
February 9, 2016
To:
County Commissioners
From:
R. Shane Moore, P E 9 1
ACTION ITEM
Subject: Systematic Replacement of Two (2) 6-Wheel Dump Trucks
The Roads Division is requesting to purchase two (2) 6-wheel dump trucks with snowplow and spreader,
from Barr International, Salisbury, MD, in the amount of $253,644, using the Deldot state contract
#GSSl1617-HEAVY_TRUCKS (see Attachment A New Vehicle Request Form and Attachment B for
recent quote, contract acceptance and award documentation).
This purchase will replace two (2) 1990 International 4900 series 6-wheel dump trucks. Both units #513
and #1023 are 26 years old with 233,330 and 242,880 miles, respectively, and are no longer in service due
to their condition. These units will be scavenged as needed to support other International 4900 series 6wheel dump trucks in the fleet.
This purchase was programmed in FY20 16 and adequate funding is available in the FY2016 Capital
Equipment Budget (see Attachment C for FY 2016 Capital Equipment Budget funding and expenditures).
Requested Action:
Motion to purchase two (2) 6-Wheel Dump Trucks with snowplow and spreader, from Barr
International, Salisbury MD, in the amount of $253,644, using the Deldot state contract #GSS11617REAVY TRUCKS
Pg 3
ROADS DIVISION
FY 2016 CAPITAL EQUIPMENT BUDGET
Approved FY 2016 Capital Equipment Budget
$705,000.00
Expenditures
Commissioner Approval Date
Item
August 11, 2015
(4) John Deere 5100M Tractor Mowers
($295,280.12)
December 8, 2015
(1) 1-Ton dump Crew Cab Pickup
($67,69800)
January 26, 2016
(2) Chevy Traverse
($52,016.00)
February 9,2016
(2) 6-Wheel Dump Trucks
($253,644.00)
Remaining Balance
$36,361.88
Queen Anne's County
Request for Vehicle/Equipment
ROADS
DEPARTMENT:
R. Shane Moore
Preparer:
02.09.16
Date:
NEW/REPLACEMENT VEHICLE/EQUIPMENT INFORMATION
Make
FREIGHTLINER
Model
108SD
Additional description
DUMP TRK,PLOW & SPREADER
New (N) or replacement (R)?
(R)
Vendor
BARR INTERNATIONAL
SALISBURY, MD 21802
$253,644.00
Cost
Budget
$705,000
Expenditures FY to date above
$414,944.12
$290,055.88
Remaining
If the request is to REPLACE a vehicle/piece of equipment, complete the following section.
Existing Vehicle/Equipment Details
Age (yrs.)
Unit #513 26 years, Unit #1023, 26 years
Miles/hours fspecify which]
Make
Model
Additional description
Unit #513 233,330 Unit # 1023242,880
Service history
International
4900
6-Wheel Dump Trucks
Out of Service. Will be used for parts for other
International 4900 models in the fleet.
Surplus info (e.g., selling on eBay)
Pg 5
Award Notice - Addendum #3
Contract No. GSS11617-HEAVY_TRUCKS
STATE OF DELAWARE
EXECUTIVE DEPARTMENT
OFFICE OF MANAGEMENT AND BUDGET
November 3, 2011
TO:
ALL STATE AGENCIES, SCHOOL DISTRICTS, MUNICIPALITIES, VOLUNTEER FIRE
COMPANIES AND POLITICAL SUBDIVISIONS
FROM:
Theresa Newman
STATE CONTRACT PROCUREMENT SUPERVISOR
302-857-4552
SUBJECT:
AWARD NOTICE, Addendum #3 - Contract Extension, Effective Sept.1, 2015
CONTRACT NO. GSS11617-HEAVY_TRUCKS
Heavy Duty Trucks
TABLE OF CONTENTS
OF
KEY CONTRACT INFORMATION
1. MANDATORY USE CONTRACT
2. CONTRACT PERIOD
3. VENDORS
4. SHIPPING TERMS
5. DELIVERY AND PiCKUP
6. PRiCiNG
ADDITIONAL TERMS AND CONDITIONS
3
3
3
3
3
3
5
GOVERNMENT SUPPORT SERVICES - CONTRACTING
100 ENTERPRISE PLACE - SUITE 4 - DOVER. DE 199048202
PHONE: (302) 857-4550 - FNC (302) 739-3779 - GSS.OM8.DELAWARE.GOV
2
Pg 6
Award Notice - Addendum #3
Contract No. GSS11617-HEAVY_TRUCKS
KEY CONTRACT INFORMATION
1. MANDATORY USE CONTRACT
(Return to Table of Contents)
REF: Title 29, Chapter 6911(d) Delaware Code. Every state department and agency within the
Executive Branch and Judicial Branch of the state government shall procure all material, equipment and
nonprofessional services through the statewide contracts administered by Government Support Services,
Office of Management and Budget. Delaware State University, Delaware Technical and Community
College, the operations funded by Public School Districts, Delaware Transit Corporation, Department of
Elections, the Legislative Branch and the Board of Pension Trustees and their consultants are specifically
exempted from the requirements of this subsection.
2. CONTRACT PERIOD
(Return to Table of Contents)
Each contractor's contract shall be valid from November 22, 2011 through August 31, 2013. Each
contract may be renewed for one (3) additional one (1) year periods through negotiation between the
contractor and Government Support Services. Negotiation may be initiated no later than ninety (90) days
prior to the termination of the current agreement.
The contract has been extended for one (1) year with a 2.3% price increase. The new contract expiration
is August 31,2014.
This contract has been extended through August 31, 2015 under the same terms and conditions with an
increase of pricing not to exceed 1.77%.
This contract has been extended through August 31,2016 under the same terms and conditions
with an increase of pricing not to exceed .01 %.
3. VENDORS
(Return to Table of Contents)
Barr International, Inc.
P.O. Box 1777
2407 North Salisbury Boulevard
Salisbury, MD 21802
Mr. Wayne F. Hoke
410-546-1122 Ext. 103
410-749-9440
FSF:0000029600
Specifications A, B, C. D, E, F, G, H, I, and J
4. SHIPPING TERMS
(Return to Table of Contents)
F.O.B. destination.
5. DELIVERY AND PICKUP
(Return to Table of Contents)
N/A
6. PRICING
3
Pg 7
Award Notice - Addendum #3
Contract No. GSS11617-HEAVY_TRUCKS
(Retum to Table of Contents)
Prices will remain firm for the initial term of the contract.
Effective until
A Uq. 31 , 2014
Vendor
Spec
Barr Intemational, LLC
Barr International, LLC
Spec A
SoecA
Barr International, LLC
Spec B
Barr International, LLC
Spec B
Barr International, LLC
Spec B
Barr International, LLC
Barr International, LLC
SpecC
SoecC
Barr International, LLC
Spec D
Barr International, LLC
SpecD
Barr International, LLC
Spec E
Barr International, LLC
Spec E
Barr International, LLC
Soec F
Barr International, LLC
Spec F
Barr International, LLC
Barr International, LLC
Barr International, LLC
Spec F
Spec F
Spec F
Barr International, LLC
SpecG
Barr International, LLC
SpecG
Barr International, LLC
Barr International, LLC
SpecG
SpecG
Barr International, LLC
Spec H
Barr International, LLC
Barr International, LLC
Barr International, LLC
Spec H
Spec H
Spec H
Barr International, LLC
Spec I
Barr International, LLC
Spec J
Type
Per
Amount
Amount
$140,499.72
$432.56
10 Wheel Truck Tractor/Chassis
Option Item Heated Windshield
10 Wheel Truck Cab/Chassis 64,000
GVW w/o Wing Plow Configuration or
Plow
Option Item Heated Windshield
Option Item Wing Plow Configuration only
for Chassis (no wing plow included)
Six Wheel Truck Cab/Chassis 37,500
GVW
Option Item Heated Windshield
Six Wheel 4-Door Medium Truck
Cab/Chassis 25,999 GVW
Option Item Heated Windshield
Each
Each
$140,485.67
$432.52
Each
$118,261.40
Each
$432.52
Each
$636.06
Six Wheel 2-Door Medium Truck
Cab/Chassis 29,999 GVW
Option Item Heated Windshield
Ten Wheel Dump Truck Bodies 64,000
GVW
Hydraulic Tester for Test Point Listed in
above Specification Para 9.4
Option Item One (1) Additional Plow
Frame
Tuck Back Wing Plow
Hood Reflectors
Six Wheel Aluminum Dump Truck Bodies
37,500 GVW
Hydraulic Tester as described in
Paragraph 9.4
Option Item Additional Plow Frame
Hood Reflector
Six Wheel Medium Duty Aluminum Dump
Truck Bodies 25,999 GVW
Hydraulic Tester as described in 9.4
Option Item Additional Plow Frame
Hood Reflector
Flat Bed Body for Medium Duty Truck
Chassis/Cab
Heavy Duty Crane Service Body for a
Medium Truck Chassis 25,999 GVW
4
Each
Each
$80,780.47
$432.52
Each
$80,988.25
Each
$432.52
Each
$74,390.18
Each
$432.52
Each
Each
Effective on
Seot. 1,201 5
$73,554.26
$2,004.86
$1,511.28
Each
Each
Each
$13,520.14
$193.36
Each
$58,090.31
$2,004.86
Each
Each
Each
$1,511.2845
$193.3630
Each
$46,989.2444
Each
Each
Each
$2,004.8690
$1,027.8770
$193.3630
Each
$8,121.2460
Each
$22,582.7630
$118,273.23
$432.56
$636.12
$80,788.55
$432.56
$80,996.35
$432.56
$74,397.62
$432.56
$73,561.62
$2,005.06
$1,511.43
$13,521.49
$193.38
$58,096.12
$2,005.06
$1,511.44
$193.38
$46,993.94
$2,005.07
$1,027.98
$193.38
$8,122.06
$22,585.02
Pg 8
Award Notice - Addendum #3
Contract No. GSS11617-HEAVY_TRUCKS
ADDITIONAL TERMS AND CONDITIONS
(Retum to Table of Contents)
7. BILLING
The successful vendor is required to "Bill as Shipped" to the respective ordering agency(s).
Ordering agencies shall provide at a minimum the contract number, ship to and bill to address,
contract name and phone number.
8. PAYMENT
The agencies or school districts involved will authorize and process for payment each invoice within thirty
(30) days after the date of receipt. The contractor or vendor must accept full payment by procurement
(credit) card and/or conventional check and/or other electronic means at the State's option, without
imposing any additional fees, costs or conditions.
9. PRODUCT SUBSTITUTION
All items delivered during the life of the contract shall be of the same type and manufacture as specified
unless specific approval is given by Government Support Services to do otherwise. Substitutions may
require the submission of written specifications and product evaluation prior to any approvals being
granted.
10. ORDERING PROCEDURE:
Successful contractors are required to have either a local telephone number within the (302) area code, a
toll free (800) number, or agree to accept collect calls. Each agency is responsible for placing their
orders and may be accomplished by written purchase order, telephone, fax or computer on-line systems.
The contractor or vendor must accept full payment by procurement (credit) card and/or conventional
check and/or other electronic means at the State's option, without imposing any additional fees, costs or
conditions.
11. PURCHASE ORDERS:
Agencies are required to identify the contract number GSS11617-HEAVY_TRUCKS on all Purchase
Orders (P.O) and shall complete the same when entering P.O. information in the State's Financial
Reporting System.
12. REQUIREMENTS
This contract is issued to cover the Heavy Duty Trucks requirements for all State Agencies and shall be
accessible to any School District, Political Subdivision, or Volunteer Fire Company.
13. HOLD HARMLESS
The contractor agrees that it shall indemnify and hold the State of Delaware and all its agencies harmless
from and against any and all claims for injury, loss of life, or damage to or loss of use of property caused
or alleged to be caused, by acts or omissions of the contractor, its employees, and invitees on or about
the premises and which arise out of the contractor's performance, or failure to perform as specified in the
Agreement.
5
Pg 9
Award Notice - Addendum #3
Contract No. GSS11617-HEAVY_TRUCKS
14. NON-PERFORMANCE
In the event the contractor does not fulfill its obligations under the terms and conditions of this contract,
the ordering agency may purchase equivalent product on the open market. Any difference in cost
between the contract prices herein and the price of open market product shall be the responsibility of the
contractor. Under no circumstances shall monies be due the contractor in the event open market
products can be obtained below contract cost. Any monies charged to the contractor may be deducted
from an open invoice.
15. FORCE MAJEURE
Neither the contractor nor the ordering agency shall be held liable for non-performance under the terms
and conditions of this contract due, but not limited to, government restriction, strike, flood, fire, or
unforeseen catastrophe beyond either party's control. Each party shall notify the other in writing of any
situation that may prevent performance under the terms and conditions of this contract.
16. AGENCY'S RESPONSIBILITIES
The Agency shall:
a.
Examine and review in detail all letters, reports, drawings and other documents presented
by the Contractor to the Agency and render to the Contractor in writing, findings and
decisions pertaining thereto within a reasonable time so as not to delay the services of
Contractor.
b.
Give prompt written notice to the Contractor whenever the Agency observes or otherwise
becomes aware of any development that affects the scope or timing of the Contractor's
services.
c.
When an ordering agency first experiences a relatively minor problem or difficulty with a
vendor, the agency will contact the vendor directly and attempt to informally resolve the
problem. This includes failure to perform by the date specified and any unacceptable
difference(s) between the purchase order and the merchandise received. Ordering
agencies should stress to vendors that they should expedite correction of the differences
because failure to reply may result in an unfavorable rating in the execution of the
awarded contract.
d.
The state has several remedies available to resolve non-performance issues with the
contractor. The Agency should refer to the Contract Terms and Conditions to view these
remedies. When a default occurs, the Agency should first review the contract to confirm
that the issue is a part of the contract. If the issue is not covered by the contract, the state
cannot expect the contractor to perform outside the agreement. If the issue is a part of the
contract, the Agency or GSS - Contracting must then contact the contractor, discuss the
reasons surrounding the default and establish a date when the contractor will resolve the
non-performance issue.
e.
If there is a performance deficiency, a Corrective Action Report (CAR) may be used.
Complete this form to report concerns with vendors or commodities. Be sure to furnish as
much detail as possible. http://gss.omb.delaware.gov/divisionwide/forms.shtml.
6
Pg 10
Prepared for:
Dale Phillips
Queen Anne County Commissioners
312 Safety Drive
Centreville, MD 21617
Phone: 410 758 0920 x4130
SPECIFICATION
Prepared by:
Freightliner of Delmarva
9367 OCEAN HIGHWAY
DELMAR, MD 21857
PROPOSAL
Description
Weight
Front
Weight
Rear
6,829
3,748
10
10
Price Level
SD PRL-14D (EFF:10/05/15)
Data Version
SPECPR021 DATA RELEASE VER 013
Vehicle Configuration
108SD CONVENTIONAL CHASSIS
2017 MODEL YEAR SPECIFIED
SET BACK AXLE - TRUCK
TRAILER TOWING PROVISION AT END OF
FRAME FOR TRUCK
LH PRIMARY STEERING LOCATION
General Service
TRUCKITRAILER CONFIGURATION
DOMICILED, USA (EXCLUDING CALIFORNIA AND
CARB OPT-IN STATES)
UTILITY/REPAIR/MAINTENANCE SERVICE
GOVERNMENT BUSINESS SEGMENT
FIXED LOAD COMMODITY
TERRAIN/DUTY: 100% (ALL) OF THE TIME, IN
TRANSIT, IS SPENT ON PAVED ROADS
MAXIMUM 8% EXPECTED GRADE
SMOOTH CONCRETE OR ASPHALT PAVEMENTMOST SEVERE IN-TRANSIT (BETWEEN SITES)
ROAD SURFACE
FREIGHTLINER SD VOCATIONAL WARRANTY
EXPECTED FRONT AXLE(S) LOAD: 13000.01bs
EXPECTED REAR DRIVE AXLE(S) LOAD:
23000.01bs
EXPECTED GROSS VEHICLE WEIGHT CAPACITY
: 36000.01bs
Application Version 8.9.003
Data Version PRL-14D.013
Queen Anne County
01/22120162:06 PM
Page 1 of 14
Pg 11
Prepared for:
Dale Phillips
Queen Anne County Commissioners
312 Safety Drive
Centreville, MD 21617
Phone: 410 758 0920 x4130
Prepared by:
Freightliner of Delmarva
9367 OCEAN HIGHWAY
DELMAR, MD 21857
Weight
Front
Description
Weight
Rear
EXPECTED GROSS COMBINATION WEIGHT:
80000.01bs
Truck Service
FRONT PLOW/END DUMP BODY
Tractor Service
FLATBED TRAILER
SINGLE (1) TRAILER
Engine
CUM ISL 270 HP @ 2000 RPM; 2200 GOV RPM,
800 LB/FT @ 1300 RPM
Electronic Parameters
62 MPH ROAD SPEED LIMIT
CRUISE CONTROL SPEED LIMIT SAME AS ROAD
SPEED LIMIT
PTO MODE ENGINE RPM LIMIT - 2100 RPM
PTO RPM WITH CRUISE SET SWITCH - 700 RPM
PTO RPM WITH CRUISE RESUME SWITCH - 800
RPM
PTO MODE CANCEL VEHICLE SPEED - 5 MPH
PTO GOVERNOR RAMP RATE - 250 RPM PER
SECOND
PTO MINIMUM RPM - 700
REGEN INHIBIT SPEED THRESHOLD - 5 MPH
Engine Equipment
2016 ONBOARD DIAGNOSTICS/2010
EPAICARB/GHG14
NO 2008 CARB EMISSION CERTIFICATION
NO 2013 ENGINE ESCALATOR
STANDARD OIL PAN
ENGINE MOUNTED OIL CHECK AND FILL
SIDE OF HOOD AIR INTAKE WITH FIREWALL
MOUNTED DONALDSON AIR CLEANER,
PASSIVE PRECLEANER AND INSIDE/OUTSIDE
AIR WITH SNOW DOOR
10
DR 12V 200 AMP 28-SI QUADRAMOUNT PAD
ALTERNATOR WITH REMOTE BATIERY VOLT
SENSE
(3) JCI F1110 GROUP 31 12 VOLT MAINTENANCE
FREE 2250 CCA THREADED STUD BATIERIES,
WARRANTY EXCLUDED BY DTNA LLC
40
20
BATIERY BOX FRAME MOUNTED
STANDARD BATIERY JUMPERS
Application Version 8.9.003
Data Version PRL-14D.013
Queen Anne County
@liJilbil'lVQ)
01/22120162:06 PM
Page 2 of 14
Pg 12
Prepared for:
Prepared by:
Dale Phillips
Queen Anne County Commissioners
312 Safety Drive
Centreville, MD 21617
Phone: 410 758 0920 x4130
Description
Freightliner of Delmarva
9367 OCEAN HIGHWAY
DELMAR, MD 21857
Weight
Front
Weight
Rear
SINGLE BATTERY BOX FRAME MOUNTED LH
SIDE BACK OF CAB
WIRE GROUND RETURN FOR BATTERY CABLES
WITH ADDITIONAL FRAME GROUND RETURN
NON-POLISHED BATTERY BOX COVER
CUMMINS TURBOCHARGED 18.7 CFM AIR
COMPRESSOR WITH INTERNAL SAFETY VALVE
ELECTRONIC ENGINE INTEGRAL SHUTDOWN
PROTECTION SYSTEM
CUMMINS EXHAUST BRAKE INTEGRAL WITH
VARIABLE GEOMETRY TURBO WITH ON/OFF
DASH SWITCH
20
RH OUTBOARD UNDER STEP MOUNTED
HORIZONTAL AFTERTREATMENT SYSTEM
ASSEMBLY WITH RH B-PILLAR MOUNTED
VERTICAL TAILPIPE
30
25
-35
-10
ENGINE AFTERTREATMENT DEVICE,
AUTOMATIC OVER THE ROAD REGENERATION
AND DASH MOUNTED REGENERATION
REQUEST SWITCH
09 FOOT 06 INCH (114INCH+0/-5.9 INCH)
EXHAUST SYSTEM HEIGHT
RH CURVED VERTICAL TAILPIPE B-PILLAR
MOUNTED ROUTED FROM STEP
6 GALLON DIESEL EXHAUST FLUID TANK
100 PERCENT DIESEL EXHAUST FLUID FILL
STANDARD DIESEL EXHAUST FLUID PUMP
MOUNTING
LH MEDIUM DUTY STANDARD DIESEL EXHAUST
FLUID TANK LOCATION
STANDARD DIESEL EXHAUST FLUID TANK CAP
ALUMINUM AFTERTREATMENT
DEVICE/MUFFLERITAILPIPE SHIELD(S)
HORTON DRIVEMASTER ON/OFF FAN DRIVE
AUTOMATIC FAN CONTROL WITHOUT DASH
SWITCH, NON ENGINE MOUNTED
CUMMINS SPIN ON FUEL FILTER
COMBINATION FULL FLOW/BYPASS OIL FILTER
1200 SQUARE INCH ALUMINUM RADIATOR
ANTIFREEZE TO -34F, OAT (NITRITE AND
SILICATE FREE) EXTENDED LIFE COOLANT
GATES BLUE STRIPE COOLANT HOSES OR
EQUIVALENT
CONSTANT TENSION HOSE CLAMPS FOR
COOLANT HOSES
RADIATOR DRAIN VALVE
Application Version 8.9.003
Data Version PRL-14D.013
Queen Anne County
01/22120162:06 PM
Page 3 of 14
Pg 13
Prepared by:
Freightliner of Delmarva
9367 OCEAN HIGHWAY
DELMAR, MD 21857
Prepared for:
Dale Phillips
Queen Anne County Commissioners
312 Safety Drive
Centreville, MD 21617
Phone: 410 758 0920 x4130
Description
1350 ADAPTER FLANGE FOR FRONT PTO
PROVISION
PHILLlPS-TEMRO 1000 WATT/115 VOLT BLOCK
HEATER
Weight
Weight
Front
Rear
20
4
BLACK PLASTIC ENGINE HEATER RECEPTACLE
MOUNTED UNDER LH DOOR
ELECTRIC GRID AIR INTAKE WARMER
DELCO 12V 38MT HD STARTER WITH
INTEGRATED MAGNETIC SWITCH
Transmission
ALLISON 3500 RDS AUTOMATIC TRANSMISSION
WITH PTO PROVISION
_ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _....J
Transmission Equipment
ALLISON VOCATIONAL PACKAGE 235AVAILABLE ON 3000/4000 PRODUCT FAMILIES
WITH VOCATIONAL MODELS RDS, PTS AND HS
ALLISON VOCATIONAL RATING FOR ON/OFF
HIGHWAY APPLICATIONS AVAILABLE WITH ALL
PRODUCT FAMILIES
PRIMARY MODE GEARS, LOWEST GEAR 1,
START GEAR 1, HIGHEST GEAR 6, AVAILABLE
FOR 3000/4000 PRODUCT FAMILIES ONLY
SECONDARY MODE GEARS, LOWEST GEAR 1,
START GEAR 1, HIGHEST GEAR 6, AVAILABLE
FOR 3000/4000 PRODUCT FAMILIES ONLY
DRIVER SWITCH INPUT - DEFAULT - NO
SWITCHES
MAXIMUM ENGINE SPEED FOR PTO
ENGAGEMENT 2600 RPM - ALLISON 5TH GEN
TRANSMISSIONS
TCU-MAX PTO ENGINE SPEED OPERATION NOT
CONFIGURED
TCU-MAX PTO O/P SPD ENG NOT CONFIGURE
TCU-MAXIMUM PTO OUTPUT SPEED
OPERATION NOT CONFIGURED
VEHICLE INTERFACE WIRING CONNECTOR
WITH OUT BLUNT CUTS, AT FIREWALL
ELECTRONIC TRANSMISSION CUSTOMER
ACCESS CONNECTOR FIREWALL MOUNTED
CUSTOMER INSTALLED CHELSEA 277 SERIES
PTO
PTO MOUNTING, LH SIDE OF MAIN
TRANSMISSION
MAGNETIC PLUGS, ENGINE DRAIN,
TRANSMISSION DRAIN, AXLE(S) FILL AND
DRAIN
Application Version 8.9.003
Data Version PRL-14D.013
Queen Anne County
01/22120162:06 PM
Page 4 of 14
Pg 14
Prepared by:
Freightliner of Delmarva
9367 OCEAN HIGHWAY
DELMAR, MD 21857
Prepared for:
Dale Phillips
Queen Anne County Commissioners
312 Safety Drive
Centreville, MD 21617
Phone: 410 758 0920 x4130
Description
Weight
Front
Weight
Rear
PUSH BUnON ELECTRONIC SHIFT CONTROL,
DASH MOUNTED
TRANSMISSION PROGNOSTICS - ENABLED 2013
WATER TO OIL TRANSMISSION COOLER, IN
RADIATOR END TANK
TRANSMISSION OIL CHECK AND FILL WITH
ELECTRONIC OIL LEVEL CHECK
SYNTHETIC TRANSMISSION FLUID (TES-295
COMPLIANT)
Front Axle and Equipment
MFS-14-143A 14,700# FF1 71.5 INCH KP1/3.74
INCH DROP SINGLE FRONT AXLE
60
MERITOR 16.5X5 Q+ CAST SPIDER CAM FRONT
BRAKES, DOUBLE ANCHOR, FABRICATED
SHOES
NON-ASBESTOS FRONT BRAKE LINING
CONMET CAST IRON FRONT BRAKE DRUMS
FRONT BRAKE DUST SHIELDS
5
SKF SCOTSEAL PLUS XL FRONT OIL SEALS
VENTED FRONT HUB CAPS WITH WINDOW,
CENTER AND SIDE PLUGS - OIL
STANDARD SPINDLE NUTS FOR ALL AXLES
MERITOR AUTOMATIC FRONT SLACK
ADJUSTERS
STANDARD KING PIN BUSHINGS
TRW TAS-85 POWER STEERING
40
POWER STEERING PUMP
2 QUART SEE THROUGH POWER STEERING
RESERVOIR
SYNTHETIC 75W-90 FRONT AXLE LUBE
Front Suspension
14,600# FLAT LEAF FRONT SUSPENSION
250
GRAPHITE BRONZE BUSHINGS WITH SEALS FRONT SUSPENSION
FRONT SHOCK ABSORBERS
Rear: Axle and Equipment
RS-23-160 23,000# R-SERIES SINGLE REAR
AXLE
180
5.63 REAR AXLE RATIO
IRON REAR AXLE CARRIER WITH STANDARD
AXLE HOUSING
MXL 17T MERITOR EXTENDED LUBE MAIN
DRIVELINE WITH HALF ROUND YOKES
Application Version 8.9.003
Data Version PRL-14D.013
Queen Anne County
01/22120162:06 PM
Page 5 of 14
Pg 15
Prepared by:
Prepared for:
Freightliner of Delmarva
9367 OCEAN HIGHWAY
DELMAR, MD 21857
Dale Phillips
Queen Anne County Commissioners
312 Safety Drive
Centreville, MD 21617
Phone: 410 7580920 x4130
Weight
Description
Front
Weight
Rear
MERITOR 16.5X8.62 Q+ CAST SPIDER HEAVY
DUTY CAM REAR BRAKES, DOUBLE ANCHOR,
FABRICATED SHOES
NON-ASBESTOS REAR BRAKE LINING
BRAKE CAMS AND CHAMBERS ON FORWARD
SIDE OF DRIVE AXLE(S)
CONMET CAST IRON REAR BRAKE DRUMS
REAR BRAKE DUST SHIELDS
5
SKF SCOTSEAL PLUS XL REAR OIL SEALS
HALDEX GOLDSEAL LONGSTROKE HEAVY
DUTY 30/36 1-DRIVE AXLE SPRING PARKING
CHAMBERS
MERITOR AUTOMATIC REAR SLACK
ADJUSTERS
SYNTHETIC 75W-90 REAR AXLE LUBE
Rear Suspension
26,000# FLAT LEAF SPRING REAR SUSPENSION
WITH HELPER AND RADIUS ROD
100
SPRING SUSPENSION - NO AXLE SPACERS
STANDARD AXLE SEATS IN AXLE CLAMP
GROUP
FORE/AFT CONTROL RODS
Brake System
WABCO 4S/4M ABS WITHOUT TRACTION
CONTROL
REINFORCED NYLON, FABRIC BRAID AND WIRE
BRAID CHASSIS AIR LINES
FIBER BRAID PARKING BRAKE HOSE
STANDARD BRAKE SYSTEM VALVES
STANDARD AIR SYSTEM PRESSURE
PROTECTION SYSTEM
STD U.S. FRONT BRAKE VALVE
RELAY VALVE WITH 5-8 PSI CRACK PRESSURE,
NO REAR PROPORTIONING VALVE
WABCO 55-1200 PLUS AIR DRYER WITH
INTEGRAL AIR GOVERNOR AND HEATER
AIR DRYER FRAME MOUNTED
STEEL AIR BRAKE RESERVOIRS
BW DV-2 AUTO DRAIN VALVE WITH HEATER TO
WET TANK; DRAIN VALVE CABLES ON ALL
OTHER TANKS
Trailer Connections
Application Version 8.9.003
Data Version PRL-14D.013
Queen Anne County
01/22120162:06 PM
Page 6 of 14
Pg 16
Prepared for:
Dale Phillips
Queen Anne County Commissioners
312 Safety Drive
Centreville. MD 21617
Phone: 410 758 0920 x4130
Description
Prepared by:
Freightliner of Delmarva
9367 OCEAN HIGHWAY
DELMAR, MD 21857
Weight
Front
Weight
Rear
240
130
170
360
230
-30
AIR CONNECTIONS TO END OF FRAME WITH
GLAD HANDS FOR TRUCK AND NO DUST
COVERS
PRIMARY CONNECTOR/RECEPTACLE WIRED
FOR SEPARATE STOPITURN, ABS CENTER PIN
POWERED THROUGH IGNITION
SAE J560 7-WAY PRIMARY TRAILER CABLE
RECEPTACLE MOUNTED END OF FRAME
UPGRADED CHASSIS MULTIPLEXING UNIT
Wheelbase & Frame
4375MM (172 INCH) WHEELBASE
7/16X3-9/16X11-1/8 INCH STEEL FRAME
(11.11MMX282.6MM/0.437X11.13 INCH) 120KSI
1/4 INCH (6.35MM) C-CHANNEL INNER FRAME
REINFORCEMENT
BODY COMPANY INSTALLED ADDITIONAL
FRONT FRAME REINFORCEMENT FOR SNOW
PLOW
1775MM (70 INCH) REAR FRAME OVERHANG
FRAME OVERHANG RANGE: 61 INCH TO 70
INCH
6 INCH INTEGRAL FRONT FRAME EXTENSION
WITH 0.25 INCH INSERT
CALC'D BACK OF CAB TO REAR SUSP C/L (CA) :
106.45 in
CALCULATED EFFECTIVE BACK OF CAB TO
REAR SUSPENSION C/L (CA): 103.45 in
CALC'D FRAME LENGTH - OVERALL: 289.24
CALC'D SPACE AVAILABLE FOR DECKPLATE:
106.45 in
CALCULATED FRAME SPACE LH SIDE: 54.89 in
CALCULATED FRAME SPACE RH SIDE: 86.91 in
SQUARE END OF FRAME
FRONT CLOSING CROSSMEMBER
STANDARD WEIGHT ENGINE CROSSMEMBER
STANDARD MIDSHIP #1 CROSSMEMBER(S)
STANDARD REARMOST CROSSMEMBER
STANDARD SUSPENSION CROSSMEMBER
Chassis Equipment
14 INCH PAINTED STEEL BUMPER
BUMPER MOUNTING FOR SINGLE LICENSE
PLATE
Application Version 8.9.003
Data Version PRL-14D.013
Queen Anne County
01/22/20162:06 PM
Page 7 of 14
Pg 17
Prepared by:
Prepared for:
Freightliner of Delmarva
9367 OCEAN HIGHWAY
DELMAR, MD 21857
Dale Phillips
Queen Anne County Commissioners
312 Safety Drive
Centreville, MD 21617
Phone: 410 758 0920 x4130
Description
Weight
Front
Weight
Rear
GRADE 8 THREADED HEX HEADED FRAME
FASTENERS
Fuel Tanks
50 GALLON/189 LITER ALUMINUM FUEL TANKLH
-5
23 INCH DIAMETER FUEL TANK(S)
PLAIN ALUMINUM/PAINTED STEEL
FUEUHYDRAULIC TANK(S) WITH PAINTED
BANDS
FUEL TANK(S) FORWARD
PLAIN STEP FINISH
FUEL TANK CAP(S)
ALLIANCE FUEL FILTERIWATER SEPARATOR
WITH HEATED BOWLAND PRIMER PUMP
EQUIFLO INBOARD FUEL SYSTEM
HIGH TEMPERATURE REINFORCED NYLON
FUEL LINE
Tires
MICHELIN XZE2 11 R22.5 16 PLY RADIAL FRONT
TIRES
24
80
MICHELIN XDN2 11 R22.5 16 PLY RADIAL REAR
TIRES
Hubs
CONMET PRESET PLUS IRON FRONT HUBS
CONMET PRESET PLUS IRON REAR HUBS
Wheels
ACCURIDE 28828 22.5X8.25 10-HUB PILOT 6.18
INSET 2-HAND HD STEEL DISC FRONT WHEELS
ACCURIDE 28828 22.5X8.25 10-HUB PILOT 2HAND HD STEEL DISC REAR WHEELS
26
52
Cab Exterior
108 INCH BBC FLAT ROOF ALUMINUM
CONVENTIONAL CAB
AIR CAB MOUNTS
NONREMOVABLE BUGSCREEN MOUNTED
BEHIND GRILLE
SHORT FENDER WITH MUDFLAP
LH AND RH EXTERIOR GRAB HANDLES WITH
SINGLE RUBBER INSERT
STATIONARY BLACK GRILLE
BLACK HOOD MOUNTED AIR INTAKE GRILLE
FIBERGLASS HOOD
Application Version 8.9.003
Data Version PRL-14D.013
Queen Anne County
01/22120162:06 PM
Page 8 of 14
Pg 18
Prepared by:
Freightliner of Delmarva
9367 OCEAN HIGHWAY
DELMAR, MD 21857
Prepared for:
Dale Phillips
Queen Anne County Commissioners
312 Safety Drive
Centreville, MD 21617
Phone: 410 758 0920 x4130
Weight
Front
Description
Weight
Rear
SINGLE 14 INCH ROUND POLISHED AIR HORN
ROOF MOUNTED
DUAL ELECTRIC HORNS
SINGLE HORN SHIELD
ALL UNIT(S) KEYED ALIKE WITH CUSTOMER
SPECIFIED KEY NUMBER FT1013
REAR LICENSE PLATE MOUNT END OF FRAME
HALOGEN COMPOSITE HEADLAMPS WITH
BLACK BEZELS
LED AERODYNAMIC MARKER LIGHTS
HEADLIGHTS ON WITH WIPERS, WITH LOW
BEAM DAYTIME RUNNING LIGHTS
INTEGRAL STOPITAIUBACKUP LIGHTS
STANDARD FRONT TURN SIGNAL LAMPS
DUAL WEST COAST BRIGHT FINISH HEATED
MIRRORS
DOOR MOUNTED MIRRORS
102 INCH EQUIPMENT WIDTH
LH AND RH 8 INCH BRIGHT FINISH CONVEX
MIRRORS MOUNTED UNDER PRIMARY
MIRRORS
RH DOWN VIEW MIRROR
STANDARD SIDE/REAR REFLECTORS
ELECTRIC HORN WARNING SYSTEM FOR PARK
BRAKE NOT SET WITH DOOR OPEN AND ALL
IGNITION KEY POSITIONS
63X14 INCH TINTED REAR WINDOW
TINTED DOOR GLASS LH AND RH WITH TINTED
OPERATING WING WINDOWS
MANUAL DOOR WINDOW REGULATORS
TINTED WINDSHIELD
8 LITER WINDSHIELD WASHER RESERVOIR,
CAB MOUNTED, WITHOUT FLUID LEVEL
INDICATOR
Cab Interior
OPAL GRAY VINYL INTERIOR
MOLDED PLASTIC DOOR PANEL WITHOUT
VINYL INSERT WITH ALUMINUM KICKPLATE
LOWER DOOR
MOLDED PLASTIC DOOR PANEL WITHOUT
VINYL INSERT WITH ALUMINUM KICKPLATE
LOWER DOOR
BLACK MATS WITH SINGLE INSULATION
Application Version 8.9.003
Data Version PRL-14D.013
Queen Anne County
t!I
@liJil1lDj)
01/22120162:06 PM
Page 9 of 14
Pg 19
Prepared by:
Freightliner of Delmarva
9367 OCEAN HIGHWAY
DELMAR, MD 21857
Prepared for:
Dale Phillips
Queen Anne County Commissioners
312 Safety Drive
Centreville, MD 21617
Phone: 410 758 0920 x4130
Weight
Front
Description
Weight
Rear
DASH MOUNTED ASH TRAY(S) WITHOUT
LIGHTER
FORWARD ROOF MOUNTED CONSOLE WITH
UPPER STORAGE COMPARTMENTS WITHOUT
NETTING
IN DASH STORAGE BIN
CENTER STORAGE CONSOLE MOUNTED ON
BACKWALL
20
(2) CUP HOLDERS LH AND RH DASH AND
THERMOS HOLDER FLOORITUNNEL MOUNTED
GRAY/CHARCOAL FLAT DASH
SMART SWITCH EXPANSION MODULE
5 LB. FIRE EXTINGUISHER
10
HEATER, DEFROSTER AND AIR CONDITIONER
STANDARD HVAC DUCTING
MAIN HVAC CONTROLS WITH RECIRCULATION
SWITCH
STANDARD HEATER PLUMBING
DENSO HEAVY DUTY AIR CONDITIONER
COMPRESSOR
BINARY CONTROL, R-134A
STANDARD INSULATION
SOLID-STATE CIRCUIT PROTECTION AND
FUSES WITH SPARE FUSE KIT
12V NEGATIVE GROUND ELECTRICAL SYSTEM
DOME LIGHT WITH 3-WAY SWITCH ACTIVATED
BY LH AND RH DOORS
CAB DOOR LATCHES WITH MANUAL DOOR
LOCKS
(1) 12 VOLT POWER SUPPLY IN DASH
TRIANGULAR REFLECTORS WITHOUT FLARES
10
BASIC HIGH BACK AIR SUSPENSION DRIVER
SEAT WITH MECHANICAL LUMBAR AND
INTEGRATED CUSHION EXTENSION
30
BASIC HIGH BACK NON SUSPENSION
PASSENGER SEAT
LH AND RH INTEGRAL DOOR PANEL ARMRESTS
VINYL WITH VINYL INSERT DRIVER SEAT
VINYL WITH VINYL INSERT PASSENGER SEAT
3 POINT FIXED D-RING RETRACTOR DRIVER
AND PASSENGER SEAT BELTS
FIXED STEERING COLUMN
4-SPOKE 18 INCH (450MM) STEERING WHEEL
Application Version 8.9.003
Data Version PRL-14D.013
Queen Anne County
@lifilli2ll1mjj
01/22120162:06 PM
Page 10 of 14
Pg 20
Prepared by:
Freightliner of Delmarva
9367 OCEAN HIGHWAY
DELMAR, MD 21857
Prepared for:
Dale Phillips
Queen Anne County Commissioners
312 Safety Drive
Centreville, MD 21617
Phone: 410 7580920 x4130
Description
Weight
Front
Weight
Rear
DRIVER AND PASSENGER INTERIOR SUN
VISORS
Instruments & Controls
GRAY DRIVER INSTRUMENT PANEL
GRAY CENTER INSTRUMENT PANEL
BLACK GAUGE BEZELS
LOW AIR PRESSURE INDICATOR LIGHT AND
AUDIBLE ALARM
2 INCH PRIMARY AND SECONDARY AIR
PRESSURE GAUGES
INTAKE MOUNTED AIR RESTRICTION
INDICATOR WITHOUT GRADUATIONS
3
PRECO 1040 87 DB TO 112 DB AUTOMATIC
SELF-ADJUSTING BACKUP ALARM
ELECTRONIC CRUISE CONTROL WITH
SWITCHES IN LH SWITCH PANEL
KEY OPERATED IGNITION SWITCH AND
INTEGRAL START POSITION; 4 POSITION
OFF/RUN/START/ACCESSORY
ICU3S, 132X48 DISPLAY WITH DIAGNOSTICS, 28
LED WARNING LAMPS AND DATA LINKED
HEAVY DUTY ONBOARD DIAGNOSTICS
INTERFACE CONNECTOR LOCATED BELOW LH
DASH
2 INCH ELECTRIC FUEL GAUGE
PROGRAMMABLE RPM CONTROL ELECTRONIC ENGINE
ELECTRICAL ENGINE COOLANT TEMPERATURE
GAUGE
2 INCH TRANSMISSION OIL TEMPERATURE
GAUGE
ENGINE AND TRIP HOUR METERS INTEGRAL
WITHIN DRIVER DISPLAY
CUSTOMER FURNISHED AND INSTALLED PTO
CONTROLS
ELECTRIC ENGINE OIL PRESSURE GAUGE
AM/FMIWB RADIO WITH BLUETOOTH AND
MICROPHONE, FRONT USB PORT, FRONT AND
REAR AUXILIARY INPUTS AND J1939
10
DASH MOUNTED RADIO
(2) RADIO SPEAKERS IN CAB
AM/FM ANTENNA MOUNTED ON FORWARD LH
ROOF
Application Version 8.9.003
Data Version PRL-14D.013
Queen Anne County
2
01/22120162:06 PM
Page 11 of 14
Pg 21
Prepared for:
Dale Phillips
Queen Anne County Commissioners
312 Safety Drive
Centreville, MD 21617
Phone: 410 7580920 x4130
Prepared by:
Freightliner of Delmarva
9367 OCEAN HIGHWAY
DELMAR, MD 21857
Weight
Front
Description
Weight
Rear
ELECTRONIC MPH SPEEDOMETER WITH
SECONDARY KPH SCALE, WITHOUT
ODOMETER
STANDARD VEHICLE SPEED SENSOR
ELECTRONIC 3000 RPM TACHOMETER
IGNITION SWITCH CONTROLLED ENGINE STOP
PRE-TRIP LAMP INSPECTION, ALL OUTPUTS
FLASH, WITH SMART SWITCH
BW TRACTOR PROTECTION VALVE
TRAILER HAND CONTROL BRAKE VALVE
2
DIGITAL VOLTAGE DISPLAY INTEGRAL WITH
DRIVER DISPLAY
SINGLE ELECTRIC WINDSHIELD WIPER MOTOR
WITH DELAY PROGRAMMED TO SLOWEST
SPEED WITH PARK BRAKE SET
MARKER LIGHT SWITCH INTEGRAL WITH
HEADLIGHT SWITCH AND DUAL CONNECTORS
AND SWITCH FOR CUSTOMER FURNISHED
SNOW PLOW LIGHTS, LOW BEAMS OFF WITH
HIGH BEAMS
TWO VALVE PARKING BRAKE SYSTEM WITH
WARNING INDICATOR
SELF CANCELING TURN SIGNAL SWITCH WITH
DIMMER, WASHERIWIPER AND HAZARD IN
HANDLE
INTEGRAL ELECTRONIC TURN SIGNAL
FLASHER WITH HAZARD LAMPS OVERRIDING
STOP LAMPS
Design
PAINT: ONE SOLID COLOR
Color
CAB COLOR A: L0006EB WHITE ELITE BC
BLACK, HIGH SOLIDS POLYURETHANE CHASSIS
PAINT
NO FUEL TANK CABINET PAINT
POWDER WHITE (N0006EA) FRONT
WHEELS/RIMS (PKWHT21, TKWHT21, W, TW)
POWDER WHITE (N0006EA) REAR
WHEELS/RIMS (PKWHT21, TKWHT21, W, TW)
POWDER WHITE (N0006EA) SPARE WHEEURIM
(PKWHT21, TKWHT21, W, TW)
STANDARD BLACK BUMPER PAINT
STANDARD E COAT/UNDERCOATING
Certification I Compliance
Application Version 8.9.003
Data Version PRL-14D.013
Queen Anne County
@lifill1ll12jj
01/22/20162:06 PM
Page 12 of 14
Pg 22
Prepared for:
Dale Phillips
Queen Anne County Commissioners
312 Safety Drive
Centreville, MD 21617
Phone: 410 7580920 x4130
Prepared by:
Freightliner of Delmarva
9367 OCEAN HIGHWAY
DELMAR, MD 21857
Weight
Front
Description
Weight
Rear
U.S. FMVSS CERTIFICATION, EXCEPT SALES
CABS AND GLIDER KITS
Secondary Factory Options
CORPORATE PDI CENTER IN-SERVICE ONLY
TOTAL
VEHICLE
SUMMARY
Weight Summary
Factory Weight
Dealer Installed Options
Total Weight
Weight
Front
Weight
Rear
Total
Weight
80521bs
46731bs
127251bs
Olbs
Olbs
Olbs
80521bs
46731bs
127251bs
Extended Warrranty
EPA 2013 CUMMINS ISL ENGINE EXTENDED WARRANTY DC1, 3
YEARS/150,000 MILES/240 000 KM FEX
TC4: MD MODERATE 3 YEARl200,000 MILE/322,000 KM EXTENDED
TRUCK COVERAGE
Dealer Installed Options
GODWIN BODY AND EQUIPMENT
SPECIFICATIONS DATED 1-18-2016
Total Dealer Installed Options
Weight
Front
Weight
Rear
o
o
Olbs
Olbs
(+) Weights shown are estimates only.
If weight is critical. contact Customer Application Engineering.
Application Version 8.9.003
Data Version PRL-14D.013
Queen Anne County
01/22/20162:06 PM
Page 13 of 14
Pg 23
Prepared for:
Dale Phillips
Queen Anne County Commissioners
312 Safety Drive
Centreville, MD 21617
Phone: 410 758 0920 x4130
Prepared by:
Freighlliner of Delmarva
9367 OCEAN HIGHWAY
DELMAR, MD 21857
QUOTATION
108SD CONVENTIONAL CHASSIS
SET BACK AXLE - TRUCK
CUM ISL 270 HP @ 2000 RPM; 2200 GOV RPM, 800 LB/FT
@ 1300 RPM
ALLISON 3500 RDS AUTOMATIC TRANSMISSION WITH
PTO PROVISION
RS-23-160 23,000# R-SERIES SINGLE REAR AXLE
26,000# FLAT LEAF SPRING REAR SUSPENSION WITH
HELPER AND RADIUS ROD
MFS-14-143A 14,700# FF1 71.5 INCH KPI/3.74 INCH
DROP SINGLE FRONT AXLE
14,600# FLAT LEAF FRONT SUSPENSION
108 INCH BBC FLAT ROOF ALUMINUM CONVENTIONAL
CAB
4375MM (172 INCH) WHEELBASE
7/16X3-9/16X11-1/8 INCH STEEL FRAME
(11.11MMX282.6MM/0.437X11.13 INCH) 120KSI
1775MM (70 INCH) REAR FRAME OVERHANG
1/4 INCH (6.35MM) C-CHANNEL INNER FRAME
REINFORCEMENT
BODY COMPANY INSTALLED ADDITIONAL FRONT
FRAME REINFORCEMENT FOR SNOW PLOW
TOTAL
PER UNIT
VEHICLE PRICE
DEALER INSTALLED OPTIONS
$
$
$
CUSTOMER PRICE BEFORE TAX
TOTAL # OF UNITS (1)
EXTENDED WARRANTY
43,447
$
$
$
43,447
$
126,822
$
126,822
$
$
o
$
o $
o
o
$
{OJ
$
{OJ
$
126,822
$
126,822
80,145
3,230
80,145
3,230
TAXES AND .FEES
TAXES AND FEES
OTHER CHARGES
TRADE-IN
TRADE-IN ALLOWANCE
BALANCE DUE
(LOCAL CURRENCy)
COMMENTS: Projected delivery on _ 1 _ 1 _ provided the order is received before _1_1_.
APPROVAL: Please indicate your acceptance of this quotation by signing below: Customer:
X
Date:_I_I_
Daimler Truck Financial
Financing that works for you.
Application Version 8.9.003
Data Version PRL-14D.013
Queen Anne County
See your local dealer for a competitive quote from Daimler Truck Financial, or
contact us at [email protected].
Daimler Truck Financial offers a variety of finance, lease and insurance solutions to
fit your business needs. For more information about our products and services, visit
our website at www.daimler-truckfinancial.com.
01/22120162:06 PM
Page 14 of 14
Pg 24
DEPARTMENT OF PUBLIC WORKS
SANITARY DISTRICT
Queen
)fnne's
County
310 Bateau Drive
P.O. Box 10
Stevensville, MD 21666
County Commissioners:
Telephone: (410) 643-3535
Fax: (410) 643-7364
www.qac.org
James J. Moran, At Large
Jack N. Wilson, Jr., District 1
Stephen Wilson, District 2
Robert Charles Buckey, District 3
Mark A. Anderson, District 4
MEMORANDUM
ACTION ITEM
Date: February 9, 2016
To:
Sanitary Commission
From: Alan
Re:
QUimbY~
Mears Point Marina
Request for Sewer & Water Allocation
Mears Point Marina is re-developing their property to accommodate the construction of 72 I-bedroom
and 139 2-bedroom apartments. This redevelopment will also raze the existing Annie's Restaurant
while expanding and/or replacing the existing 'The View' restaurant, among other modifications.
The allocation need for this redevelopment will require an additional 26,424-gpd of water and sewer
allocation. Cost of the allocation, at 2016 rates, is $1,346,014.
As this is a new 'allocation year', in accordance with the Allocation Policy there is 50,000-gpd of
allocation available to be granted.
If agreeable, please make a motion similar to the following:
I move that we grant 26,424 gallons per day of sewer and water allocation to Mears Point
Associates proposed site redevelopment which will include 211 apartments at a current cost of
$1,441,435 for which a 10% refundable deposit will be required within 30 calendar days.
·PL~ inQA
:::::::;:c::j:ml:i:l!!':l~ visitqueenannes.com
things to do... places to gO...ways to grow your business...scan for info
BILLING ADDRESS: 107 NORTH LIBERTY STREET, CENTREVILLE, MARYLAND 216171 PHONE: 410-758-25741 FAX: 410-758-4405
Pg 25
DEPARTMENT OF PUBLIC WORKS
SANITARY DISTRICT
Queen
}f.nne's
County
310 Bateau Drive
P.O. Box 10
Stevensville, MD 21666
County Commissioners:
Telephone: (410) 643-3535
Fax: (410) 643-7364
www.qac.org
James 1. Moran, At Large
Jack N. Wilson, Jr., District I
Stephen Wilson, District 2
Robert Charles Buckey, District 3
Mark A. Anderson, District 4
MEMORANDUM
Date: February 9, 2016
To:
County Commissioners
From: Alan Quimby
Re:
INFORMATIONAL ITEM
AQ.
2011 Comprehensive Water and Sewerage Plan (CWSP)
Amendment 11-08 - Informational Meeting
We have a public hearing scheduled for 6:45 p.m. on February 23, 2016 to discuss the following
project listed within the attached advertisement. The Informational Meeting allows the Commissioners
to ask any questions of the applicant (if present) or staff in preparation for that hearing. Also attached is
a finding of consistency from Planning staff.
GRASONVILLE HOSPITALITY MANAGEMENT, LLC - This property is currently vacant and is
located immediately to the west of the Sleep Inn in Grasonville with access off ofVFW Road (but
frontage on US Rt 50/301). It is shown on Tax Map 58E as Parcel 768, is approximately 3.6 acres in
size and is zoned Urban Commercial (UC). The property currently holds a sewer service designation of
S-2 (which allows immediate sewer service) but is requesting a water map amendment to upgrade the
water service area designation from W-5 to W-2 (as allowed via the exception detailed in CWSP
5.16.1.1). The intent is to accommodate two proposed restaurants. Flows from the use are anticipated
to be approximately 4100 gpd. Water service will be provided via a new water main to be constructed
from Main Street and supplied by the Grasonville water plant.
Pg 26
BILLING ADDRESS: 107 NORTH LIBERTY STREET, CENTREVILLE, MARYLAND 216171 PHONE: 410-758-25741 FAX: 410-758-4405
PUBLIC NOTICE
The County Commissioners of Queen Anne's County will hold a public hearing at 6:45 p.m. on
Tuesday, February 23, 2016 in the Commissioner's meeting room located in the Liberty Building, 107
North Liberty Street, Centreville, Maryland 21617. The purpose of the hearing is to consider amending
the Queen Anne's County 2011 Comprehensive Water and Sewerage Plan. In addition to the hearing, an
informational presentation will be made at 10:30 a.m. on Tuesday February 9, 2016, also in the
Commissioner's meeting room. The following proposal will be considered:
GRASONVILLE HOSPITALITY MANAGEMENT, LLC - This property is currently vacant and is
located immediately to the west of the Sleep Inn in Grasonville with access off of VFW Road (but
frontage on US Rt 50/301). It is shown on Tax Map 58E as Parcel 768, is approximately 3.6 acres in
size and is zoned Urban Commercial (UC). The property currently holds a sewer service designation of
S-2 (which allows immediate sewer service) but is requesting a water map amendment to upgrade the
water service area designation from W-5 to W-2 (as allowed via the exception detailed in CWSP
5.16.1.1). The intent is to accommodate two proposed restaurants. Flows from the use are anticipated
to be approximately 4100 gpd. Water service will be provided via a new water main to be constructed
from Main Street and supplied by the Grasonville water plant.
All hearing sites are accessible to individuals with disabilities. Sign language interpreters and
assistive listening systems will be available for individuals with a hearing impairment. Please contact
Tina M. Miles at (410) 758-4406 or TDD (410) 758-2126 seven (7) days before the hearing date if the
above assistance is needed for the meeting. Persons who wish to comment on the proposed amendments
may do so at the hearing. Speakers will be limited to three minutes each, but written testimony of any
length may be submitted before the hearing date to the Director of Public Warks, 312 Safety Drive,
Centreville, Maryland 21617.
(Record Observer on February 5 and 12,2016)
Pg 27
DEPARTMENT OF PLANNING & ZONING
•
160 Coursevall Drive
Centreville, MD 21617
Queen
}Inne's
County
Telephone Planning:
Fax Planning:
Telephone Permits:
Fax Permits:
County Commissioners:
James 1. Moran, At Large
Jack N. Wilson, Jr., District I
Stephen Wilson, District 2
Robert Charles Buckey, District 3
Mark A. Anderson, District 4
(410)
(410)
(410)
(410)
758-1255
758-2905
758-4088
758-3972
Hearing Date:
To:
From:
February 23, 2016
County Commissioners
Holly A. Tompkins, Development Review Principle Planner
Re:
Comprehensive Water and Sewerage Plan Amendment ("CWSP")
Grasonville Hospitality Management, LLC
OWNER:
Grasonville Hospitality Management, LLC
c/o Gary Patel
6251 Washington Boulevard
Elkridge, MD 21075
DEVELOPER:
Santoshi Investments Corp.
c/o Gary Patel
6251 Washington Boulevard
Elkridge, MD 21075
AGENT:
DMS & Associates, LLC
PO Box 80
Centreville, MD 21617
PROPOSAL AND REQUESTED ACTION:
This amendment request is to change the current Water designation from W-5 to W-2.
The applicant received a favorable recommendation from the Planning Commission to amend the CWSP in
order to serve the property with public water. Currently, the property is designated W-5, (beyond 20 years
-2030), for water service. Per the CWSP, a single classification upgrade may be excepted by the County
Commissioners for commercial projects under CWSP §5.16.1.1 and §5.16.4.4.
GENERAL INFORMATION:
Map/Block/Parcel:
Address:
Parcel Size:
Zoning District:
58E / 22 / 768
VFW Avenue, Grasonville
3.642± acres
Urban Commercial (DC)
Pg 28
Page 2 of4
Grasonville Hospitality
Critical Area:
Election District:
Concept Plan #05-15-10-0037-C
Intensely Developed Area (IDA)
Fifth
BACKGROUND INFORMATION:
Original Concept Plan Submitted:
Initial STAC Review:
Second STAC Review:
Planning Commission approval:
October 13,2015
November 28,2015
December 9,2015
January, 14,2016
PROPOSAL:
Proposing to construct two (2) fast/casual restaurants totaling 10,950 square feet.
FACTS AND FINDINGS:
UCPURPOSE:
•
§18: 1-22.A: The district is intended to provide primarily for a variety of commercial and limited light
industrial uses in predominately urban areas along major highways. Stringent design and landscaping
standards within the district area intended to minimize the impacts of highway commercial uses.
REVIEW PROCESS:
•
This Concept Plan is the first step in the approval process for what is proposed herein. The applicant is
seeking a preliminary determination by the Planning Commission and has filed this Special Application per
§18:1-143 which specifically identifies the matters the applicant seeks to have determined. In this case, a
favorable recommendation to amend the Comprehensive Water and Sewerage Plan (CWSP), as well as
whether satellite parking is appropriate. Assuming approval and a favorable recommendation, the proposal
will go before the County Commissioners for the CWSP amendment. The applicant has already submitted
an Adequate Public Facilities Study and that is currently being reviewed, and should it be approved, the
applicant will be able to move forward with a Major Site Plan.
SITE DETAILS:
•
•
•
The property, an aerial has been provided in the packet, is located on the west side of VFW Avenue to
which it has direct access. This access is between the existing Sleep Inn, which is immediately located
along and at the US Route 50/301 westbound exit 44A, and to the north, the existing VFW Post. The site is
vacant except for two billboards that will be removed as part of the proposed development.
The applicant has chosen to represent the future Critical Area mapping line, which staff anticipates may be
adopted later this year. Therefore the plan actually shows a worst case scenario as the IDA area will
increase from where it currently exists. The applicant has provided a note, as requested by staff, indicating
the line they have chosen to use. A Critical Area map is included with your packet for reference.
The proposal is for two fast/casual restaurants, one to be a "Denny's" , the smaller of the two buildings at
4,550 square feet, and an as yet to be identified larger building of 6,400 square feet. The UC district permits
up to 40% floor area and based upon the site area, up to 37,849 square feet are possible, but only 10,950
square feet in total are proposed.
Pg 29
Page 3 of4
Grasonville Hospitality
•
•
The property is both upland and Critical Area IDA, and as IDA has no limitations on the underlying zoning
district, the impervious surface area permitted is up to 80% or 126,920 square feet (2.91 acres) and the
proposed amount of impervious on the site is 80,697 square feet (1.86 acres).
The property will be served by public sewer.
ENVIRONMENT:
•
•
•
•
The property consists of2.17 acres of upland and1.47 acres ofIDA Critical Area. The woodland retention
requirements for the upland allow up to 80% clearing permitted, however no clearing is proposed, and in the
IDA, up to 20% clearing is permitted but only 4.6% of the existing 0.372 acre of woodland is proposed for
clearing, thus a retention rate of approximately 95% of all woodland on the property. As the trees to be
removed are from the IDA, there will be mitigation required on a one-to-one basis on the property. The
number of trees in the 0.017 acre area of removal will be determined during site plan.
The total landscape area is the balance of the proposed impervious area. This site will have 77,952 square
feet of landscaping and/or vegetated area. IDA requires that any area not covered by impervious must be
with vegetation, in addition to the purpose of the UC and its landscaping intent. The conceptual landscape
plan on sheet 5 has room for the IDA tree mitigation as well as other landscape enhancements and/or
stormwater management areas as may be necessary.
The property is partially located in the 100 year floodplain as shown on sheet 2 with Zone X (shaded) with
approximately 0.119 acre. There are two areas of non-tidal wetlands which are along the eastern portion of
the property between the Sleep Inn and the VFW. There will be minor disturbances to the southern area for
sidewalk connections that will require authorization from MDE.
There are no other natural resources or features on the property; streams, steep slopes, historic structures, or
rare/endangered habitat, and the applicant is in receipt of a letter from DNR's Wildlife and Heritage Service
that there are no species on the site.
DESIGN:
•
•
•
•
•
•
•
The applicant has shown the required setbacks of 50' from US Route 50/301, 35' from VFW Road, and side
and rear setbacks of 10'.
The height limit for UC is 45' which the applicant proposes to maximize at this time.
A lighting plan has been submitted and appears to meet the code, but will continue to be evaluated through
the site plan review process with more detail on the specific types of lights.
Signage requirements have been provided on sheet 1 and staff will seek to have a well-designed
freestanding sign with an architectural base that is landscaped, during the site plan review.
The applicant has provided a written narrative to address the UC design guidelines. Staff worked
extensively with the applicant from the first submittal to design a layout that would have the buildings
fronting to the highway with the majority of the parking to the rear of the property. Additionally, as the
County experiences a number of tractor-trailers needing to pull over for food, the site has anticipated where
large vehicles, including trucks towing boats, etc., might park with a large enough turning radius. The
applicant did also include a turning exhibit for emergency vehicles. The applicant has also shown a
sidewalk from VFW Road into the site, as well as providing a sidewalk from the "Denny's" to the existing
Sleep Inn.
The applicant has provided elevations and architectural information for staff's review. The GIS staff has
developed a 3D rendering with animation that we are excited to share during the meeting.
All stormwater management will be provided on site. Fully engineered plans will be provided to DPW for
review during the Major Site Plan process.
PARKING:
Pg 30
Page 4 of4
Grasonville Hospitality
•
•
The proposed "Denny's" will require 70 parking spaces and the future restaurant is anticipated to require 76
spaces for a total parking space requirement of 146 spaces. The applicant is providing 129 spaces on site
and is requesting to use satellite parking on the Sleep Inn property for the 17 spaces to meet the full
requirement. The Sleep Inn is stated to have 59 rooms and requires 63 spaces, included for employees, but
there are 80 spaces in total, therefore the 17 spaces needed on the subject property. As the 17 spaces are
off-site on an adjacent property, the Planning Commission may allow those satellite parking spaces if:
o All of the spaces, except those for employees, are located within 400' of the public entrance of the
principle building(s) for the use associated with the parking
o Employee parking may be located within any reasonable distance
o The developer will need to provide evidence from the adjacent property owner that there is
permission to use the satellite spaces
o The developer will also need to sign an acknowledgement that the validity of a certificate of
occupancy depends upon the ability to provide the satellite parking
The applicant has provided, on sheet 3, two measurements from the adjacent property and satellite parking
to shown that the 400' distance can be met.
ADEQUATE PUBLIC FACILITIES ORDINANCE:
•
The applicant has submitted an APFO study that is under review for roadway intersections, water, and
sewer. This will require approval and/or mitigation if necessary, prior to the applicant submitting for Major
Site Plan review.
2010 COMPREHENSIVE PLAN:
•
•
•
•
•
Section 6.2.2 Economic Development & Tourism: increase opportunities for retail and service business
expansion and diversification for a changing economy.
Map LU-5: Current Generalized Zoning Areas - commercial
Map LU-6: Priority Funding Areas
Map LY-7A: Countywide Land Use - County planning area
Map BDT-1: Planning and Economic Centers - Grasonville
2010 GRASONVILLE COMMUNITY PLAN:
•
•
•
•
•
•
Figure 1 - Grasonville planning area
Figure 5 - existing land use of vacant
Figure 7 - existing zoning districts - UC
Figure 8 - Critical Area - IDA
Figure 11 - land use concept - commercial
The applicant provided a narrative describing how this proposal in conformity with the Plans as required by
§18:1-138.1.
RECOMMENDAnON:
Staff of Planning & Zoning supports the granting of the W-2 designation and amendment of the CWSP in order
for the applicant to construct their proposed restaurants and finds that the extension of public water is in the best
interest of and in conformance with the Comprehensive and Community Plans based on the current zoning,
proposed and existing uses, and the economic and priority funding area.
Pg 31
Queen
)f.nne 's
County
DEPARTMENT OF PUBLIC WORKS
312 Safety Drive
Centreville, MD 21617
Telephone: (410) 758-0925
Fax: (410) 758-3341
www.qac.org
County Commissioners:
James J. Moran, At Large
Jack N. Wilson, Jr., District I
Stephen Wilson, District 2
Robert Charles Buckey, District 3
Mark A. Anderson, District 4
INFORMATIONAL ITEM
Date:
February 9, 2016
To:
County Commissioners
From:
Todd R.
Re:
Southern Kent Island Sanitary Project - Community Office Hours
Mohn~
PRESS RELEASE - February 1,2016
County Opens Southern Kent Island Sanitary Sewer Project Community Office
Queen Anne's County has opened a Southern Kent Island Sanitation Sewer Project Community
Office. The office is located at 9410 Romancoke Road next to United Communities Volunteer
Fire Department. County staff will be on hand to answer questions, discuss project details,
review engineered design site plans, notarize easements and lot consolidations.
Office hours are Monday, Wednesday, Friday (llam - 4pm) and Tuesday, Thursday (11am -7pm).
Appointments are not required.
County staff can be contacted at the office by calling (443) 262-4675.
Pg 32