13:46 requirement contract - City Record

134

Transcript of 13:46 requirement contract - City Record

DRAFT- FOR OFFICE USE ONLY PRINT DATE:03/28/14 PRINT TIME: 13:46 REQUIREMENT CONTRACT PIN: 8571400383 SPECIAL INSTRUCTION TO BIDDERS CONTRACT SPECIFIC TERMS AND CONDITIONS CITY OF NEW YORK DEPARTMENT OF CITYWIDE ADMINISTRATIVE SERVICES DIVISION OF MUNICIPAL SUPPLY SERVICES MUNICIPAL BUILDING, NEW YORK, NY 10007 --------------------------------------- BID NUMBER: 1400383. BID TITLE: TRUCK, 18 CY DUMP W/SNOW PLOW HITCH - DSNY -------------------------------------------------------------------------------- ALL INQUIRIES REGARDING THIS BID ARE TO BE DIRECTED TO: PURCHASING AGENT: JOSEPH VACIRCA AT (212) 669-8616 VENDORS WILL BE SEEN BY APPOINTMENT ONLY -------------------------------------------------------------------------------- TYPE OF CONTRACT: THIS IS A "C" CONTRACT (REQUIREMENT CONTRACT) AS DEFINED IN THE NEW YORK CITY PURCHASE CONTRACT, PART II, PARAGRAPH 2.8, OR, IF APPLICABLE, THE NEW YORK CITY SERVICE CONTRACT, PART II, PARAGRAPH 2.6. IN ACCORDANCE WITH THE NEW YORK CITY PURCHASE CONTRACT, PART II, SECTION 5.6 - ALTERNATE PRODUCTS - OR, IF APPLICABLE, THE NEW YORK CITY SERVICE CONTRACT, PART II, SECTION 5.5 - ALTERNATE SERVICES: A BIDDER MAY NOT BID MULTIPLE PRODUCTS OR SERVICES FOR ONE BID ITEM. IF A BIDDER OFFERS MORE THAN ONE, ONLY THE LOWEST PRICE OFFERING WILL BE CONSIDERED. IF THE PRICE OFFERINGS ARE IDENTICAL, ONLY THE FIRST ITEM LISTED WILL BE CONSIDERED. PRODUCTS OFFERED SHOULD BE MANUFACTURED FROM RECYCLED, RECOVERED, OR ENVIRONMENTALLY PREFERABLE MATERIALS TO THE MAXIMUM EXTENT POSSIBLE PROVIDED THAT THE PRODUCT MEETS ALL SPECIFICATIONS AND PERFORMANCE CRITERIA AND PROMOTES ECONOMICALLY ADVANTAGEOUS LIFE CYCLE COSTS. WHENEVER PRACTICABLE, PACKAGING SHALL ELIMINATE WASTE; REDUCE WASTE BY WEIGHT, VOLUME AND TOXICITY WITHOUT SUBSTITUTING A MATERIAL THAT IS NOT RECYCLABLE; AND SHOULD CONTAIN RECYCLED CONTENT. B 001

NOTE: UNLESS OTHERWISE PROVIDED, RECYCLED PRODUCTS MADE PRIMARILY FROM A SINGLE MATERIAL IN THIS BID MAY BE ELIGIBLE FOR A PRICE PREFERENCE CONSIDERATION OF UP TO 10% FOR PAPER PRODUCTS AND 5% FOR NON-PAPER PRODUCTS, OVER A LOW BID PRODUCT CONTAINING LESS OR NO RECYCLED CONTENT. VENDORS OFFERING SUCH PRODUCTS MUST SPECIFY BELOW: ITEM:............................................ MATERIAL MADE FROM:.............................. PERCENT OF RECYCLED CONTENT IN PRODUCT:.......... NATURE OF RECYCLED CONTENT:...................... YOU MAY BE CONTACTED TO PROVIDE ADDITIONAL INFORMATION REGARDING THE PRODUCT. METAL PRODUCTS, PRODUCTS NOT MADE PRIMARILY FROM A SINGLE MATERIAL AND AGGREGATE PURCHASES (CLASS, CATALOGUE AND PRICE LIST) ARE NOT ELIGIBLE FOR A PRICE PREFERENCE UNLESS OTHERWISE SPECIFIED IN THIS BID. THE CITY RESERVES THE RIGHT TO DISAPPROVE ANY PROVIDER(S) OF GOODS AND/OR SERVICES USED BY THE PRIME VENDOR/CONTRACTOR TO FULFILL ANY CONTRACT RESULTING FROM THIS SOLICITATION. AS USED IN THIS SECTION, A "PROVIDER" SHALL INCLUDE, BUT NOT BE LIMITED TO, A SUBCONTRACTOR, A SUPPLIER OF GOODS AND/OR SERVICES, AND THE MANUFACTURER(S) OF ANY GOODS BEING PROCURED UNDER SUCH CONTRACT. A VENDOR WHO IS AWARDED A CONTRACT PURSUANT TO THIS SOLICITATION MAY, AT THE CITY'S OPTION, BE ASKED TO PROVIDE TO THE CITY A LIST OF PROVIDERS AND, FOR EACH PROVIDER, ITS ADDRESS AND THE NAME OF ITS PRINCIPALS. IN ADDITION, THE VENDOR MAY BE ASKED TO PROVIDE, ANY OTHER INFORMATION DEEMED NECESSARY BY THE CITY TO DETERMINE WHETHER A PROVIDER SHALL BE DISAPPROVED. FURTHERMORE, DURING THE TERM OF SUCH CONTRACT, THE VENDOR MAY BE ASKED TO SUPPLY TO THE CITY ALL SUCH INFORMATION REGARDING ANY ADDITIONAL PROVIDER(S) IT INTENDS TO USE. THE CITY RESERVES THE RIGHT TO WITHDRAW ANY APPROVAL IT HAS GIVEN, WHERE SUCH WITHDRAWAL OF APPROVAL IS BASED ON INFORMATION RECEIVED SUBSEQUENT TO THE APPROVAL. THE VENDOR MAY NOT USE A PROVIDER THAT HAS BEEN DISAPPROVED BY THE CITY OR WHOSE APPROVAL HAS BEEN WITHDRAWN. B 002

PURSUANT TO PROCUREMENT POLICY BOARD RULE 2-08(F)(2),THE CONTRACTOR WILL BE CHARGED A FEE FOR THE ADMINISTRATION OF THE VENDEX SYSTEM, INCLUDING THE VENDOR NAME CHECK PROCESS, IF A VENDOR NAME CHECK REVIEW IS REQUIRED TO BE CONDUCTED BY THE DEPARTMENT OF INVESTIGATION. THE CONTRACTOR SHALL ALSO BE REQUIRED TO PAY THE APPLICABLE REQUIRED FEES FOR ANY OF ITS SUB- CONTRACTORS FOR WHICH VENDOR NAME CHECK REVIEWS ARE REQUIRED. THE FEE(S) WILL BE DEDUCTED FROM PAYMENTS MADE TO THE CONTRACTOR UNDER THE CONTRACT. FOR CONTRACTS WITH AN ESTIMATED VALUE OF LESS THAN OR EQUAL TO $1,000,000, THE FEE WILL BE $175. FOR CONTRACTS WITH AN ESTIMATED VALUE OF GREATER THAN $1,000,000, THE FEE WILL BE $350. INTENT/SCOPE: THE PURPOSE OF THIS CONTRACT IS TO PROCURE 15 AND 18 CUBIC YARD DUMP TRUCKS WITH SNOW PLOW HITCH FOR THE VARIOUS NEW YORK CITY AGENCIES. THE PERIOD OF THIS CONTRACT IS TO BE: JULY 31, 2014 THRU JULY 30, 2017. THE CITY RESERVES THE RIGHT, PRIOR TO CONTRACT REGISTRATION, TO CHANGE (ADJUST) THE START AND END DATES AS NOTED ABOVE. THE CITY FURTHER RESERVES THE RIGHT TO CHANGE (ADJUST) THESE DATES AFTER CONTRACT REGISTRATION TO REFLECT THE ACTUAL COMPTROLLER'S REGISTRATION DATE. CONTRACT QUANTITIES: QUANTITIES SPECIFIED HEREIN ARE ESTIMATES BASED ON EXPERIENCE. THE QUANTITIES TO BE ORDERED ARE ONLY THOSE NEEDED BY THE AGENCY. THE CITY WILL NOT BE COMPELLED TO ORDER ANY SPECIFIC QUANTITY OF ANY ITEM, NOR WILL THE CITY BE LIMITED TO THE QUANTITY SPECIFIED. ************* BIDDER CERTIFICATE **************** EACH BIDDER MUST INDICATE THE MANNER IN WHICH HE INTENDS TO MEET THE BID SPECIFICATION(S) BY COMPLETELY AND COMPETENTLY FILLING OUT THE "BIDDERS CERTIFICATE" ATTACHED TO THE BID SPECIFICATIONS, AND SUBMITTING IT WITH HIS BID PROPOSAL. THE BIDDERS CERTIFICATE SHALL BECOME AN INTEGRAL PART OF THIS CONTRACT AND SCHEDULE. THERE SHALL BE "NO" SUBSTITUTION, NOR MODIFICATION OF BID SPECIFICATIONS WITHOUT THE WRITTEN CONSENT OF THE DIVISION OF MUNICIPAL SUPPLY SERVICES ONCE THE PURCHASE ORDER IS GENERATED. B 003

IF YOU DECIDE TO SUBMIT AN OFFER, THIS BIDBOOK MUST BE RETURNED INTACT WITH THE PAGES IN SEQUENCE AS ORIGINALLY RECEIVED. REMOVAL OF ANY PAGE(S) MAY BE CAUSE FOR BID DISQUALIFICATION. ALSO, IN ORDER FOR YOUR BID TO BE CONSIDERED, THE "BIDDER AFFIRMATION" ON PAGE A-2 OF THE BIDBOOK MUST BE EXECUTED. QUALIFICATIONS OF BIDDERS: BIDS WILL BE ACCEPTED ONLY FROM MANUFACTURER OR THEIR AUTHORIZED DISTRIBUTORS WHO HAVE BEEN ACTIVELY ENGAGED IN THE SALE OR MANUFACTURE OF VEHICLES AND OR APPARATUS FOR A PERIOD OF NOT LESS THAN FIVE (5) YEARS. VEHICLES OFFERED MUST COMPLY WITH ALL APPLICABLE NEW YORK STATE, FEDERAL AND LOCAL LAWS, INCLUDING THE FOLLOWING LAWS RELATING TO MOTOR VEHICLES: NATIONAL HIGHWAY TRAFFIC AND SAFETY ADMINISTATION FEDERAL MOTOR VEHICLE SAFETY STANDARDS AND REGULATIONS. UNITED STATES ENVIRONMENTAL PROTECTION AGENCY REGULATIONS. NEW YORK STATE VEHICLE AND TRAFFIC LAW. ALL VEHICLES SHALL BE DELIVERED WITH A VALID NEW YORK STATE INSPECTION STICKER. MANUFACTURER'S STANDARD: ALL ITEMS DELIVERED SHALL BE MANUFACTURER'S STANDARD OR AS MAY BE MODIFIED TO MEET THE SPECIFICATION. IT SHALL BE EQUIPPED WITH THE MANUFACTURER'S ACCESSORIES WHICH ARE INCLUDED AS STANDARD IN THE ADVERTISED AND PUBLISHED LITERATURE. NO SUCH ITEM OF EQUIPMENT OR ACCESSORIES SHALL BE REMOVED OR OMITTED FOR THE PURPOSE OF MEETING COMPETITION OR FOR THE REASON THAT IT WAS NOT SPECIFIED IN THE BID. DELIVERY SCHEDULE: FIRST VEHICLE IS DUE WITHIN THREE HUNDRED (300) DAYS, AND PILOT DATE WILL BE SCHEDULED WITHIN TWO HUNDRED SEVENTY (270) DAYS OF THE PERFORATED DATE OF THE MULTI-PART CARBON INTERLEAFED PURCHASE ORDER. THEREAFTER, VEHICLES ARE DUE AT A RATE OF FOUR (4) VEHICLES PER THIRTY (30) DAYS UNTIL COMPLETION OF PURCHASE ORDER. B 004

DELIVERY: DELIVERY IS TO BE AS INDICATED ON THE PURCHASE ORDER; HOWEVER, MOST DELIVERIES WILL BE TO: DELIVERY POINT: DEPARTMENT OF SANITATION 52-35 58 STREET WOODSIDE, NY. 11377 VENDOR MUST CALL 718 334-9274/8954 AT LEAST SEVEN (7) DAYS NOTICE PRIOR TO DELIVERY. ALL PRICES ARE TO BE ON THE BASIS OF F.O.B. DELIVERY POINT, UNLOADED, AND INSIDE. ALL DELIVERY CHARGES ARE TO BE INCLUDED IN PRICES BID. PLANS THIS VEHICLE SPECIFICATION REQUIRES THE SUBMISSION OF PLANS 30 DAYS AFTER NOTICE OF AWARD. PLANS ARE TO BE SENT TO: THE CITY OF NEW YORK, DEPARTMENT OF SANITATION B.M.E., V.A.W.D. 52-35 58TH STREET WOODSIDE, NY 11377 (718) 334-9274, 334-8954 THERE WILL BE A MEETING TO REVIEW AND APPROVE THESE PLANS WITHIN FORTY-FIVE (45) DAYS OF CONTRACT REGISTRATION DATE OR FMS ACCEPTANCE DATE. PLANS MUST BE APPROVED PRIOR TO CONSTRUCTION OF THE PILOT. NOTWITHSTANDING ANY PROVISIONS CONTAINED IN THIS CONTRACT, THE USING AGENCY, IN CONJUNCTION WITH AND WITH THE APPROVAL OF THE CITY OF NEW YORK'S DEPARTMENT OF CITYWIDE ADMINISTRATIVE SERVICES, DIVISION OF MUNICIPAL SUPPLY SERVICES, MAY ADJUST THE DELIVERY SCHEDULE BASED ON PILOT INSPECTIONS, CHANGES, ELABORATIONS AND/OR CLARIFICATIONS IN SPECIFICATIONS. THIS PROVISION SHALL ALSO APPLY TO ENGINEERING CHANGES THAT REQUIRE COMPLIANCE WITH FEDERAL, STATE OR LOCAL MOTOR VEHICLE SAFETY STANDARDS. B 005

LIQUIDATED DAMAGES IN CASE THE CONTRACTOR, THROUGH ITS OWN FAULT OR NEGLIGENCE, AND NOT THE FAULT OR NEGLIGENCE OF THE CITY, SHALL FAIL TO COMPLETE DELIVERY HEREUNDER IN ACCORDANCE WITH ITS CONTRACT, AND TO THE SATISFACTION OF THE COMMISSIONER, WITHIN THE TIME HEREIN PRESCRIBED, LIQUIDATED DAMAGES MAY BE APPLIED AT THE RATE OF TWO HUNDRED DOLLARS ($200.00) PER UNIT FOR EACH AND EVERY DAY PAST THE CONTRACT SPECIFIED DELIVERY DATE. ALL CALCULATIONS SHALL BE BASED ON THE PERFORATED DATE OF THE PURCHASE ORDER, OR THE DATE THE ORDER WAS ACCEPTED INTO THE CITY'S FINANCIAL MANAGEMENT SYSTEM (FMS). LIQUIDATED DAMAGES CALCULATED IN THIS MANNER WILL BE CONSIDERED REASONABLE REMUNERATION FOR UNACCEPTABLE DELAYS IN THE DELIVERY OF THE VEHICLES. VENDORS TAKE NOTE NO CHANGES/MODIFICATIONS TO THE SPECIFICATION WILL BE ACCEPTED OR AUTHORIZED WITHOUT PRIOR WRITTEN APPROVAL FROM DCAS/DMSS AS PER THE NEW YORK CITY PURCHASE CONTRACT, PART III SECTION 9 MODIFICATIONS PARAGRAPH 9.2 ANY FRAME MODIFICATIONS TO THE VEHICLE SHALL BE PERFORMED IN ACCORDANCE WITH OEM RECOMMENDED PROCEDURES SUCH AS THE PROCEDURES FOLLOWED BY THE FORD QVM QUALIFIED VEHICLE MODIFIERS AND GM SVM SPECIAL VEHICLE MANUFACTURER PROGRAMS. A CERTIFICATION THAT THESE PROCEDURES WERE FOLLOWED MAY BE REQUIRED. GUARANTEE/WARRANTY: WARRANTY OFFERED SHALL MEET OR EXCEED THAT STATED IN THE ATTACHED SPECIFICATION(S). SERVICE LOCATIONS: VENDOR SHALL HAVE A LOCAL SERVICE CENTER CAPABLE OF PERFORMING ALL WARRANTY SERVICE AND REPAIRS. THIS SERVICE CENTER SHALL BE LOCATED WITHIN A SIXTY FIVE (65) MILE RADIUS OF N.Y.C. (CENTRAL REPAIR SHOP, QUEENS, N.Y.) WHEN DELIVERED,EACH VEHICLE/APPARATUS MUST BE COMPLETELY ASSEMBLED, SERVICED AND READY FOR OPERATION. THIS INCLUDES ANY AUXILIARY UNITS ATTACHED OR MOUNTED TO BASIC UNIT. ANY EXPOSED CHAIN OR GEAR SHALL BE PROVIDED WITH A SUITABLE GUARD. B 006

CONDITION OF DELIVERY: 1. VEHICLES SHALL BE COMPLETELY SERVICED, AND SUCH SERVICING TO INCLUDE THE FOLLOWING OPERATIONS: ENGINE TUNE-UP, LUBRICATION, WHEEL ALIGNMENT AND BALANCING, WIRE CHECK, BODY CONDITIONING, AND ALL OTHER INSPECTIONS AND TESTS NORMALLY PERFORMED ON A NEW VEHICLE. THE ABOVE MAY BE ACCOMPLISHED AT THE MANUFACTURER'S ASSEMBLY PLANT WITH THE EXCEPTION OF FINAL SERVICE CHECK-UP; WHEEL ALIGNMENT AND BALANCING; AND CLEAN-UP MUST BE PERFORMED IN THE CITY OF NEW YORK OR ADJOINING AREAS. 2. VEHICLES SHALL BE PROTECTED WITH PERMANENT TYPE ANTI-FREEZE TO MINUS 35 DEGREES F. THE ENGINE SHALL BE TAGGED TO INDICATE THE TYPE OF ANTI-FREEZE AND DEGREES OF PROTECTION. 3. VEHICLES SHALL BE DELIVERED WITH FUEL GAUGE REGISTERING FULL TANK OF FUEL. TITLE AND RISK OF LOSS: WILL REMAIN THE CONTRACTOR'S UNTIL THE COMPLETE UNIT IS FINALLY DELIVERED AND ACCEPTED BY THE CITY. VENDOR WILL DELIVER WITH THE VEHICLE ALL FORMS REQUIRED BY THE NEW YORK STATE DEPARTMENT OF MOTOR VEHICLES TO REGISTER AND OBTAIN TITLE OF THE VEHICLE. THESE FORMS INCLUDE MV-82 (REGISTRATION/TITLE APPLICATION), BILL OF SALE, AND THE MANUFACTURERS CERTIFICATE OF ORIGIN (PROOF OF OWNERSHIP). UNLESS OTHERWISE INSTRUCTED, THE AGENCY NAMED ON THE TITLE AND REGISTRATION FORMS WILL BE THE SAME AS THE AGENCY NAMED ON THE PURCHASE ORDER. THE PURCHASE ORDER NUMBER MUST BE CLEARLY IDENTIFIED ON EACH DOCUMENT. A COPY OF THE PURCHASE ORDER WILL BE ACCEPTABLE. IF THE PURCHASE ORDER IS NOT IDENTIFIED THE DOCUMENTS WILL BE RETURNED. INVOICE IS TO BE SENT TO THE ADDRESS INDICATED ON THE PURCHASE ORDER. B 007

ALL SPARE PARTS ARE TO BE SHIPPED IN A MANNER THAT WILL NEGATE THE POSSIBILITY OF DAMAGE. THE VENDOR SHALL ASSUME THE RESPONSIBILITY FOR THE SAFE SHIPMENT OF THE PACKAGE AND SHALL NEGOTIATE WITH THE CARRIER IF ANY DAMAGE IS EXPERIENCED. ALL CAB AND BODY PARTS,DOORS,RIMS,ETC ARE TO BE PROVIDED PRIMED,PAINTED,EQUIPPED WITH DOOR HARDWARE AND ACCESSORIES,READY TO BE HUNG AND/OR INSTALLED. THE USING AGENCY RESERVES THE RIGHT TO ACCEPT ALL OR ANY PORTION OF THE SPARE PARTS AND/OR TRAINING SERVICES LISTED IN THE ACCOMPANYING DESCRIPTION. SERVICE AND PARTS: SERVICE AND PARTS SHALL BE AVAILABLE WITHIN 24 HOURS. THE CONTRACTOR AGREES TO MAINTAIN A SUPPLY OF PARTS FOR A PERIOD NOT LESS THAN THE EXPECTED SANITATION VEHICLE 10 YEAR LIFE CYCLE. CONTRACTOR AGREES TO FURNISH WITH EACH REPAIR PERFORMED A CLEAR, LEGIBLE INFORMATION SHEET INDICATING: THE TYPE OF WARRANTY WORK PERFORMED; PARTS USED FOR REPAIR; AND NUMBER OF LABOR HOURS INVOLVED. INSPECTION: THE CITY WILL INSPECT AT THE POINT OF DELIVERY. IT SHALL BE THE RESPONSIBILITY OF THE CONTRACTOR TO KEEP THE CITY ADVISED AS TO WHEN ANY VEHICLE WILL BE READY FOR INSPECTION, EITHER IN THE FIELD OR AT THE FINAL POINT OF DELIVERY. NOTICE SHALL BE GIVEN AT LEAST TEN (10) DAYS PRIOR TO DELIVERY. NOTICE MAY BE VERBAL, HOWEVER, IT MUST BE CONFIRMED IN WRITING TO: DEPARTMENT OF SANITATION 52-35 58TH STREET WOODSIDE, N.Y. 11377 INSPECTION: (A) THE WORK OF MANUFACTURING SHALL BE SUBJECT TO INSPECTION BY: NYC DEPT. OF CITYWIDE ADMINISTRATIVE SERVICES DIVISION OF MUNICIPAL SUPPLY SERVICES BUREAU OF QUALITY ASSURANCE (BQA) 1 CENTRE STREET, 18TH FLOOR NEW YORK, NY 10007 CONTRACTOR TO NOTIFY BQA (212) 386-0405/0436 AT LEAST FOURTEEN (14) DAYS BEFORE INSPECTION DATE. INSPECTION MAY BE AT THE CONTRACTOR'S OR SUB-CONTRACTOR'S FACILITY. B 008

INSPECTION OF ALL CONSTRUCTION OR EQUIPMENT SHALL BE MADE BY CITY REPRESENTATIVES AT THE FACTORY OR SERVICE STATION OF THE CONTRACTOR OR SUB-CONTRAC- TOR, AT DELIVERY POINT, OR AT ALL OF THESE LOCA- TIONS. NO FINAL ACCEPTANCE SHALL BE MADE BY THE CITY UNLESS ACCEPTANCE HAS BEEN MADE BY THE CITY'S REPRESENTATIVE AT THE FINAL DELIVERY POINT, AFTER TESTS. IT SHALL BE THE RESPONSIBILITY OF THE CONTRACTOR TO KEEP THE CITY ADVISED AS TO WHEN ANY MATERIAL WILL BE READY FOR INSPECTION IN THE FIELD OR AT THE FINAL DELIVERY POINT AND SUCH NO- TICE SHALL BE GIVEN AT LEAST FOURTEEN (14) DAYS PRIOR TO ANY DATE OF REQUIRED INSPECTION. ANY RECEIPT GIVEN TO THE CONTRACTOR BY A REPRE- SENTATIVE OF THE DEPARTMENT RECEIVING THE EQUIPMENT SHALL NOT CONSTITUTE FINAL OR OFFICIAL CITY ACCEPTANCE. VENDOR TO NOTIFY: DEPARTMENT OF SANITATION 52-35 58TH STREET WOODSIDE, N.Y. 11377 718 334-8954 DESCRIPTIVE LITERATURE: DESCRIPTIVE LITERATURE AND COMPLETE PRODUCT SPECIFICATIONS FOR EACH ITEM OFFERED SHOULD ACCOMPANY EACH BID. EACH BIDDER MAY BE REQUIRED TO SUPPLY ADDITIONAL PRODUCT INFORMATION FOR ITEMS OFFERED. GOVERNMENT MANDATED PROGRAM PRICE ADJUSTMENT: AN ADJUSTMENT IN PRICE MAY BE PERMITTED IF A GOVERNMENT MANDATED PROGRAM (E.G., NEW STANDARD FOR EMISSIONS) TAKES EFFECT, SUITABLE DOCUMENTATION IS FURNISHED TO THE NYC DEPARTMENT OF CITYWIDE ADMINISTRATIVE SERVICES (DCAS) AND DCAS DETERMINES THE REQUESTED PRICE CHANGE IS VERIFIABLE AND IS REASONABLE. THE EFFECTIVE DATE FOR THE PRICE INCREASE WILL BE AS INDICATED IN THE CONTRACT MODIFICATION LETTER. NO PRICE ADJUSTMENT BECOMES EFFECTIVE WITHOUT THE PRIOR WRITTEN APPROVAL OF THE NYC DEPARTMENT OF CITYWIDE ADMINISTRATIVE SERVICES (DCAS). THIS VEHICLE AND ANY RELATED POWERED ATTACHMENTS MUST COMPLY WITH ALL FEDERAL, STATE, AND NEW YORK CITY LAWS AND REGULATIONS REGARDING THE REDUCTION OF EMISSIONS FROM DIESEL POWERED VEHICLES AND EQUIPMENT USING THE BEST AVAILABLE EPA VERIFIED TECHNOLOGY IN ACCORDANCE WITH THE TIMELINES ESTABLISHED THEREIN. B 009

FOR THE TERM OF THE CONTRACT AN ADJUSTMENT IN PRICE MAY BE PERMITTED IF THE AGENCY REQUESTS UPGRADES TO THE EQUIPMENT OR A MANUFACTURER'S PRICE INCREASE TAKES EFFECT DURING THE SUBSEQUENT MODEL YEARS. SUITABLE DOCUMENTATION SHALL BE FURNISHED TO THE NYC DEPARTMENT OF CITYWIDE ADMINISTRATIVE SERVICES (DCAS) TO JUSTIFY ANY PRICE INCREASE. NOTIFICATION OF PRICE CHANGES MUST BE ADDRESSED TO THE ASSISTANT COMMISSIONER, PROCUREMENT, DEPARTMENT OF CITYWIDE ADMINISTRATIVE SERVICES, DIVISION OF MUNICIPAL SUPPLY SERVICES (DMSS), 1 CENTRE STREET, 18TH FLOOR, NEW YORK, NEW YORK 10007 IF DCAS DETERMINES THE REQUESTED PRICE CHANGE IS VERIFIABLE AND REASONABLE THE CONTRACT WILL BE MODIFIED ACCORDINGLY. THE EFFECTIVE DATE FOR THE PRICE INCREASE WILL BE AS INDICATED IN THE CONTRACT MODIFICATION LETTER. VEHICLES MAY BE ORDERED WITH OPTIONAL EQUIPMENT. ALL OEM OPTIONS ORDERED WITH THE VEHICLE SHALL BE AT DEALER COST. NON-OEM DEALER INSTALLED OPTIONS SHALL BE AT DEALER COST +10%. PRICE QUOTATIONS FOR DEALER INSTALLED OPTIONS MUST BE PROVIDED PRIOR TO ISSUANCE OF A PURCHASE ORDER. THE VEHICLE, WHEN DELIVERED, MUST MEET ALL APPLICABLE FEDERAL, NEW YORK STATE AND NEW YORK CITY LAWS (INCLUDING, FOR EXAMPLE, BUT NOT LIMITED TO, SECTION 86.004-11 OF THE CODE OF FEDERAL REGULATIONS). AT THE TIME OF BID SUBMISSION, VENDOR MUST INCLUDE IN BID THE PRICING FOR ALL KNOWN TECHNOLOGIES REQUIRED TO MEET THE CURRENT REGULATIONS AND THE PRICING FOR ANY TECHNOLOGY ALREADY DEVELOPED TO MEET FUTURE REQUIREMENTS. IF, AFTER ISSUANCE OF A PURCHASE ORDER UNDER THIS CONTRACT, NEW GOVERNMENTAL REGULATIONS ARE PROMULGATED AND NEW EQUIPMENT IS REQUIRED TO MEET THESE REGULATIONS AND THE EXTRA COST FOR THIS EQUIPMENT WAS NOT ANTICIPATED, AND COULD NOT HAVE BEEN ANTICIPATED, WHEN THE BID WAS SUBMITTED AND THE PURCHASE ORDER WAS ISSUED, AWARDED VENDOR MAY BE ELIGIBLE FOR A PRICE INCREASE ON THE PURCHASE ORDER. PLEASE BE ADVISED THAT IF NO NEW TECHNOLOGY IS REQUIRED, VENDOR WILL NOT BE ELIGIBLE FOR A PRICE INCREASE. THE FOLLOWING MINIMAL REQUIREMENTS MUST BE MET FOR DCAS TO CONSIDER A PRICE INCREASE: B 010

1. VENDOR MUST SUBMIT A LETTER REQUESTING THE INCREASE, STATING THE DOLLAR AMOUNT OF THE INCREASE AND SPECIFICALLY STATING WHAT THE INCREASE WILL COVER; 2. VENDOR MUST INCLUDE A CERTIFICATION FROM THE REGULATORY AUTHORITY (THE NYC DEPARTMENT OF ENVIRONMENTAL PROTECTION) THAT THE PROPOSED SOLUTION BRINGS THE VEHICLE IN COMPLIANCE WITH THE CURRENT EMISSION LAWS; AND 3. A MANUFACTURER'S INVOICE SHOWING THE VENDOR'S TOTAL COST FOR THE EQUIPMENT, INCLUDING INSTALLATION. VENDOR CANNOT CHARGE THE CITY MORE THAN 10 % ABOVE THE VENDOR'S COST FOR THE EQUIPMENT, INCLUDING INSTALLATION. THE REQUEST FOR THE PRICE INCREASE AND ALL SUPPORTING DOCUMENTATION IS TO BE SENT IN WRITING TO: ASSISTANT COMMISSIONER - PROCUREMENT DEPT OF CITYWIDE ADMINISTRATIVE SERVICES DIVISION OF MUNICIPAL SUPPLY SERVICES (DMSS) 1 CENTRE STREET, 18TH FLOOR NEW YORK, NY 10007 A MINIMUM OF 30 DAYS ADVANCE NOTICE IS REQUIRED FOR ALL SUCH REQUESTS. THE DETERMINATION TO APPROVE A PRICE INCREASE REQUEST WILL BE AT THE SOLE DISCRETION OF THE ASSISTANT COMMISSIONER - PROCUREMENT. THE PRICE INCREASE, IF APPROVED, WILL BE REFLECTED IN A WRITTEN MODIFICATION TO THE CONTRACT. THE EFFECTIVE DATE OF THE PRICE INCREASE WILL BE AS STATED IN THE MODIFICATION. BASIS FOR AWARD: THE AWARD, FOR ITEMS, CLASSES/ ZONES IN THIS SCHEDULE, SHALL BE BASED ON THE LOWEST RESPONSIBLE AND RESPONSIVE BIDDER, MEETING, OR EXCEEDING SPECIFICATIONS FOR OVERALL VEHICLE PERFORMANCE. WHEN THE SPECIFICATIONS FOR SUB- COMPONENTS ARE EXPRESSED IN TERMS OF MINIMUMS, MAXIMUMS, PROXIMATES, OR TOLERANCES, THE CITY OF NEW YORK SHALL EVALUATE COMPLETED BIDDER'S CERTIFICATES, ENGINEERING DRAWINGS, MANUFACTURER DESCRIPTIVE OR PERFORMANCE DATA SHEETS, TO DETERMINE THE LOWEST RESPONSIVE AND RESPONSIBLE BIDDER. EXCEPTIONS OR INFORMALITIES WILL BE CONSIDERED ONLY IF THE BID REPRESENTS CONFOR- MANCE TO THE REQUIREMENTS AND ASSURES VEHICLE'S PERFORMANCE AS DESCRIBED IN THIS SCHEDULE. B 011

USAGE REPORT A USAGE REPORT SHOWING AGENCY, ITEM DESCRIPTION, UNIT OF ISSUE, QUANTITY ORDERED AND DOLLAR VALUE OF ALL ITEMS ORDERED IS REQUIRED ON A QUARTERLY BASIS. THE FIRST REPORT WILL BE REQUIRED THREE (3) MONTHS AFTER CONTRACT START DATE, SUBSEQUENT REPORTS ARE REQUIRED EVERY THREE (3) MONTHS THEREAFTER. REPORTS SHOULD COVER THE CURRENT PERIOD AS WELL AS TOTAL CONTRACT PERIOD TO DATE. THE REPORT MAY BE SUBMITTED IN HARD COPY, ON CD ROM, OR VIA E-MAIL. THE REPORT SHALL BE FORMATTED TO INCLUDE: THE CONTRACT NAME, RC NUMBER AND TERM OF THE CONTRACT AT THE TOP. THE REPORT SHALL INDICATE THE PERIOD OF TIME COVERED BY THE REPORT. THE REPORT IS TO BE ORGANIZED TO SHOW AGENCY, ITEM ORDERED, UNIT OF ISSUE, QUANTITY ORDERED AND DOLLAR VALUE. REPORTS SHALL BE SENT TO THE ATTENTION OF THE PROCUREMENT ANALYST WHOSE NAME IS LISTED ON PAGE B001, AT THE FOLLOWING ADDRESS: CITY OF NEW YORK DEPARTMENT OF CITYWIDE ADMINISTRATIVE SERVICES DIVISION OF MUNICIPAL SUPPLY SERVICES 1 CENTRE STREET, 18TH FLOOR NEW YORK, NY 10007 NOTE: THIS CONTRACT MAY BE SUBJECT TO VENDEX PRIOR TO AWARD. SHOULD VENDEX BE REQUESTED, VENDOR IS ADVISED THAT THE REQUESTED INFORMATION WILL BE REQUIRED WITHIN 30 (THIRTY) DAYS. FAILURE TO RESPOND IN THE THIRTY DAY TIME FRAME MAY BE CAUSE FOR BID DISQUALIFICATION. VENDEX FORMS ARE AVAILABLE FOR DOWNLOAD FROM: WWW.NYC.GOV/VENDEX PLEASE SEE PAGE BOO3 FOR ADDITIONAL VENDEX INFORMATION. B 012

DESCRIPTION QUANTITY UOI UNIT PRICE EXTENSION CLASS/ZONE AWARD 01 ------------------- THIS IS A CLASS AWARD. YOU MUST BID ON ALL ITEMS IN THE CLASS TO BE CONSIDERED FOR AN AWARD. IF YOU DESIRE TO BID "NO CHARGE" ON AN ITEM IN THE CLASS YOU MUST SO INDICATE. ITEM NUMBER: 1. COMM. C070 51 18 C.Y. DUMP TRUCKS W/SNOW PLOW HITCH, AS PER 60. EACH $________ $___________ DSNY SPEC. E.S. 14-26AV, DATED JANUARY 15, 2014. ............................................. (MANUFACTURER) MODEL #...................................... IN ACCORDANCE WITH THE RESEARCH AND DEVELOPMENT SECTION OF THE ATTACHED DEPARTMENT OF SANITATION (DSNY) SPECIFICATION, THE DSNY RESERVES THE RIGHT TO ORDER DIFFERENTLY CONFIGURED VEHICLES FOR THE PURPOSE OF TESTING NEW TECHNOLOGIES AND INNOVATIONS. PRIOR TO SUBMITTING ANY SUCH ORDER, THE AWARDED VENDOR WILL BE ADVISED BY LETTER OF THE DSNY INTENT AND WILL BE ASKED TO PROVIDE THE COST DIFFERENTIAL, IF ANY, FOR THE DIFFERENTLY CONFIGURED VEHICLE. IN ITS LETTER, DSNY WILL DIRECT THE AWARDED VENDOR TO PROVIDE A PROPOSAL THAT OUTLINES THE SCOPE OF WORK AND TECHNOLOGY TO BE PROVIDED, THE LEAD TIME REQUIRED AND ALL ASSOCIATED WARRANTIES. THE VENDOR'S PROPOSAL SHALL IDENTIFY EACH MAJOR COMPONENT TO BE PROVIDED AND THE ASSOCIATED COST, INCLUDING APPLICABLE TIME AND MATERIAL FACTORS AS WELL AS THE CORRESPONDING CREDITS FOR COMPONENTS OF THE BASE VEHICLE THAT ARE NOT REQUIRED IN THE NEW TECHNOLOGY VEHICLE. C 001

DESCRIPTION QUANTITY UOI UNIT PRICE EXTENSION THE COSTS FOR EACH ITEM/COMPONENT MUST REFLECT FULLY INSTALLED COSTS. THESE COSTS MUST REFLECT PRICING FOR SIMILAR TECHNOLOGY IN SIMILAR SIZED VEHICLES PROVIDED TO OTHER ENTITIES. DSNY WILL ANALYZE PROPOSED COSTS IN RELATION TO SIMILAR MARKET SALES AND RELATED FACTORS. UPON DSNY'S DETERMINATION THAT THE PROPOSAL IS REASONABLE, DSNY WILL APPROVE THE PROPOSAL AND A PURCHASE ORDER WILL BE ISSUED. NO ORDER FOR A DIFFERENTLY CONFIGURED VEHICLE WILL BE ISSUED PRIOR TO DSNY APPROVING THE COST DIFFERENTIAL AS DESCRIBED ABOVE. DSNY WILL ONLY PAY THE APPROVED COST DIFFERENTIAL, IF ANY, AS DESCRIBED ABOVE. IN ORDER TO REFLECT AND ACCOUNT FOR ANY ADDITIONAL COSTS FOR THESE NEW TECHNOLOGY VEHICLES, VENDOR IS TO CALCULATE THE FOLLOWING: TAKE THE TOTAL EXTENDED DOLLAR VALUE FOR ITEM #1 ABOVE AND MULTIPLY IT BY .10 (10%). THE RESULTING FIGURE IS TO BE INSERTED UNDER UNIT PRICE AND EXTENSION FOR ITEM #1.10 BELOW. ITEM NUMBER: 1.10 COMM. C070 51 RESEARCH & DEVELOPMENT CONTINGENCY 1. EACH $________ $___________ ITEM NUMBER: 2. COMM. C070 51 SPARE PARTS PACKAGE "A" - FILTERS & ENGINE DRIVE 120. LOTS $________ $___________ BELTS AS PER DSNY SPECIFICATION, E.S. 14-26AV, SECTION 13.1 ITEM NUMBER: 3. COMM. C070 51 SPARE PARTS PACKAGE "B" - CHARTS & MANUALS 25. LOTS $________ $___________ AS PER DSNY SPECIFICATION, E.S. 14-26AV, SECTION 13.2 ITEM NUMBER: 4. COMM. C070 51 SPARE PARTS PACKAGE "C" - SHEET METAL TEMPLATES, 3. LOTS $________ $___________ AS PER DSNY SPECIFICATION, E.S. 14-26AV, SECTION 13.3 ITEM NUMBER: 5. COMM. C070 51 SPARE PARTS PACKAGE "D" - DPF SYSTEM, 2. LOTS $________ $___________ AS PER DSNY SPECIFICATION, E.S. 14-26AV, SECTION 13.4 C 002

DESCRIPTION QUANTITY UOI UNIT PRICE EXTENSION ITEM NUMBER: 6. COMM. C070 51 SPARE PARTS PACKAGE "E" - DPF FILTERS & GASKETS 10. LOTS $________ $___________ AS PER DSNY SPECIFICATION, E.S. 14-26AV, SECTION 13.5 ITEM NUMBER: 7. COMM. C070 51 SPARE PARTS PACKAGE "F" - SPARE TIRES, 60. LOTS $________ $___________ AS PER DSNY SPECIFICATION, E.S. 14-26AV, SECTION 13.6 ITEM NUMBER: 8. COMM. C070 51 PARTS PACKAGE "G" - ENGINE - 13 LITER, 3. EACH $________ $___________ AS PER DSNY SPECIFICATION, E.S. 14-26AV, SECTION 22.0 ITEM NUMBER: 9. COMM. C070 51 PARTS PACKAGE "H" - AXLES & SUSPENSION - 52,000 1. EACH $________ $___________ RIDEWELL, AS PER, DSNY SPECIFICATION, E.S. 14-26AV, SECTION 24.10. ITEM NUMBER: 10. COMM. C070 51 PARTS PACKAGE "I" - AXLES & SUSPENSION - 52,000 1. EACH $________ $___________ CAMELBACK AS PER, DSNY SPECIFICATION, E.S. 14-26AV, SECTION 24.11 ITEM NUMBER: 11. COMM. C070 51 PARTS PACKAGE "J" - AXLES & SUSPENSION - 52,000 1. EACH $________ $___________ M-RIDE, AS PER, DSNY SPECIFICATION, E.S. 14-26AV, SECTION 24.12 ITEM NUMBER: 12. COMM. C070 51 PARTS PACKAGE "K" - TIRES & WHEELS - 58,000 1. EACH $________ $___________ CAMELBACK, AS PER DSNY SPECIFICATION, E.S. 14-26AV, SECTION 26.10 ITEM NUMBER: 13. COMM. C070 51 PARTS PACKAGE "L" - TIRES & WHEELS 315/80R22.5 - 1. EACH $________ $___________ FRONT, 315/80R 22.5 - REAR, AS PER DSNY SPECIFICATION, E.S. 14-26AV, SECTION 26.11. ITEM NUMBER: 14. COMM. C070 51 PARTS PACKAGE "M" - DUMP BODY W/HYDRAULIC 40. EACH $________ $___________ TAILGATE, (DSNY) AS PER DSNY SPECIFICATION, E.S. 14-26AV, SECTION 30.0 ITEM NUMBER: 15. COMM. C070 51 PARTS PACKAGE "N" - ASPHALT DUMP BODY, 10. EACH $________ $___________ (15 CY), AS PER DSNY SPECIFICATION, E.S. 14-26AV, SECTION 31.1 C 003

DESCRIPTION QUANTITY UOI UNIT PRICE EXTENSION ITEM NUMBER: 16. COMM. C070 51 PARTS PACKAGE "O" - ASPHALT DUMP BODY, 5. EACH $________ $___________ (18 CY), AS PER DSNY SPECIFICATION, E.S. 14-26AV, SECTION 31.2 ITEM NUMBER: 17. COMM. C070 51 PARTS PACKAGE "P"-HYDRAULICALLY OPERATED 10. EACH $________ $___________ TAILGATE,(DOT), AS PER DSNY SPECIFICATION, E.S. 14-26AV, SECTION 31.20. ITEM NUMBER: 18. COMM. C070 51 PARTS PACKAGE "Q" - SNOW PLOW HITCH, (DOT) 40. EACH $________ $___________ AS PER DSNY SPECIFICATION, E.S. 14-26AV, SECTION 32.0 ITEM NUMBER: 19. COMM. C070 51 PARTS PACKAGE "R" - REVERSIBLE SNOW PLOW, 60. EACH $________ $___________ AS PER DSNY SPECIFICATION, E.S. 14-26AV, SECTION 34.0 ITEM NUMBER: 20. COMM. C070 51 PARTS PACKAGE "S" - LIFT AXLE, AS PER DSNY 15. EACH $________ $___________ SPECIFICATION, E.S. 14-26AV, SECTION 35.0. ITEM NUMBER: 21. COMM. C070 51 PARTS PACKAGE "T" - PINTLE HOOK, AS PER DSNY 10. EACH $________ $___________ SPECIFICATION, E.S. 14-26AV, SECTION 36.0 ITEM NUMBER: 22. COMM. C070 51 PARTS PACKAGE "U" - D-STYLE FUEL TANK, AS PER 10. EACH $________ $___________ DSNY SPECIFICATION, E.S. 14-26AV, SECTION 37.0 ITEM NUMBER: 23. COMM. C070 51 PARTS PACKAGE "V" - SUPPORT SOFTWARE INTERFACE, 1. EACH $________ $___________ AS PER DSNY SPECIFICATION, E.S. 14-26AV, SECTION 37.0 ITEM NUMBER: 24. COMM. C070 51 PARTS PACKAGE "W" - SUPPORT HARDWARE, 25. EACH $________ $___________ AS PER DSNY SPECIFICATION, E.S. 14-26AV, SECTION 38.2 ITEM NUMBER: 25. COMM. C070 51 PACKAGE "X" - ENGINE SOFTWARE, 30. EACH $________ $___________ AS PER DSNY SPECIFICATION, E.S. 14-26AV, SECTION 38.3 ITEM NUMBER: 26. COMM. C070 51 PACKAGE "Y" - TRANSMISSION SOFTWARE, 30. EACH $________ $___________ AS PER DSNY SPECIFICATION, E.S. 14-26AV, SECTION 38.4 C 004

DESCRIPTION QUANTITY UOI UNIT PRICE EXTENSION ITEM NUMBER: 27. COMM. C070 51 PACKAGE "Z" - AFTER - TREATMENT SOFTWARE, 20. EACH $________ $___________ AS PER DSNY SPECIFICATION, E.S. 14-26AV, SECTION 38.5 ITEM NUMBER: 28. COMM. C070 51 PACKAGE "AA" - ABS & ATC SOFTWARE, 20. EACH $________ $___________ AS PER DSNY SPECIFICATION, E.S. 14-26AV, SECTION 38.6 ITEM NUMBER: 29. COMM. C070 51 PACKAGE "AB" - GLOBAL POSITION UNIT, 60. EACH $________ $___________ AS PER DSNY SPECIFICATION, E.S. 14-26AV, SECTION 39.0 ITEM NUMBER: 30. COMM. C070 51 PACKAGE "AC" - DSNY RADIO, AS PER DSNY 40. EACH $________ $___________ SPECIFICATION, E.S. 14-26AV, SECTION 40.1. ITEM NUMBER: 31. COMM. C070 51 PACKAGE "AD" - DOT RADIO, AS PER DSNY 20. EACH $________ $___________ SPECIFICATION, E.S. 14-26AV, SECTION 40.2. ITEM NUMBER: 32. COMM. C070 51 PACKAGE "AE" - AUTOMATIC LUBRICATION SYSTEM, 20. EACH $________ $___________ AS PER DSNY SPECIFICATION, E.S. 14-26AV, SECTION 41.0 ITEM NUMBER: 33. COMM. C070 51 PACKAGE "AF" - AM/FM WEATHER BAND RADIO, 5. EACH $________ $___________ AS PER DSNY SPECIFICATION, E.S. 14-26AV, SECTION 42.2 ITEM NUMBER: 34. COMM. C070 51 PACKAGE "AG" - BODY BUILDER CONSOLE, AS PER 5. EACH $________ $___________ DSNY SPECIFICATION, E.S. 14-26AV, SECTION 42.3. ITEM NUMBER: 35. COMM. C070 51 PACKAGE "AH" - WHITE NOISE BACK-UP ALARM, 20. EACH $________ $___________ AS PER DSNY SPECIFICATION, E.S. 14-26AV, SECTION 42.4 ITEM NUMBER: 36. COMM. C070 51 PACKAGE "AI" - POWER INTERIOR, AS PER DSNY 10. EACH $________ $___________ SPECIFICATION, E.S. 14-26AV, SECTION 42.5. TOTAL CLASS OR ZONE AWARD (ITEMS 1.00 THRU 36.00 ) 01 ...................$__________ C 005

DESCRIPTION QUANTITY UOI UNIT PRICE EXTENSION CASH DISCOUNTS OFFERS OF CASH DISCOUNTS WILL NOT BE CONSIDERED IN MAKING AN AWARD. PLEASE NOTE BELOW IF YOU OFFER A CASH DISCOUNT AND, IF SO, THE DISCOUNT TERMS. DISCOUNT YES ..... NO ..... TERMS ..... % ..... DAYS TRADE DISCOUNTS DO YOU OFFER A TRADE DISCOUNT THAT WOULD REDUCE THE TOTAL AMOUNT OF YOUR BID? YES ( ) NO ( ) PERCENT................. ................................................. C 006

NEW YORK CITY DEPARTMENT OF SANITATION BUREAU OF MOTOR EQUIPMENT

VEHICLE ACQUISITION AND WARRANTY DIVISION

CITYWIDE SPECIFICATION FOR THE PURCHASE

OF

15 AND 18 CUBIC YARD DUMP TRUCKS

WITH

SNOW PLOW HITCH

E.S. 14-26AV JANUARY 15, 2014 JOHN GRIECO

1

PERFORMANCE REQUIREMENT SECTION 1.0 GENERAL INFORMATION: ...............................................2 2.0 WARRANTY: ..........................................................3 3.0 WARRANTY REPAIR WORK ARTICLE: ......................................5 4.0 SAFETY STANDARDS: ..................................................7 5.0 ENGINEERING RESPONSIBILITY FOR RELIABILITY: ........................7 6.0 EQUIPMENT GUARANTEE: ...............................................8 7.0 SECURITY RETENTION: ................................................9 8.0 PLANS MEETING/AGENDA: ..............................................9 9.0 PILOT UNIT: .......................................................10 10.0 PERFORMANCE TEST: .................................................11 11.0 ACCEPTANCE REQUIREMENTS: ..........................................11 12.0 CHARTS AND MANUALS: ...............................................14 13.0 SPARE PARTS - PACKAGES A, B, C, D, E, & F: ........................15 14.0 VEHICLE MAINTENANCE RECORD: .......................................18 15.0 QUIETNESS OF OPERATION: ...........................................18

DETAILED REQUIREMENT SECTION 16.0 THIS SECTION IS INTENTIONALLY BLANK ...............................20 17.0 INTENT: ...........................................................20 18.0 GENERAL: ..........................................................22 19.0 CONVENTIONAL CAB CHASSIS: .........................................23 20.0 CAB: ..............................................................27 21.0 ENGINE (STANDARD): ................................................33 22.0 PACKAGE “G” - (13 L ENGINE): ......................................37 23.0 TRANSMISSION AND DRIVESHAFTS: .....................................37 24.0 AXLES AND SUSPENSION – PACKAGES “H – J”: ..........................39 25.0 STEERING: .........................................................41 26.0 TIRES AND WHEELS, PACKAGES “K” – “L”: .............................42 27.0 AIR BRAKE SYSTEM: .................................................45 28.0 ELECTRICAL SYSTEM: ................................................48 29.0 DUMP BODY W/BARN DOOR (STANDARD) WITH HYDRAULICS: .................52 30.0 PACKAGE “M” - DUMP BODY W/ HYDRAULIC TAILGATE: ....................63 31.0 ASPHALT DUMP BODIES AND HYDRAULICS – PACKAGES “N”-“Q”: ............66 32.0 SNOW PLOW HITCH & PACKAGE “Q”: ....................................77 33.0 PAINTING, UNDERCOATING AND DETAIL: ................................81 34.0 REVERSIBLE SNOW PLOW – PACKAGE “R”: ...............................82 35.0 LIFT-AXLE – PACKAGE “S”: ..........................................84 36.0 PINTLE HITCH – PACKAGE “T”: .......................................85 37.0 D-STYLE FUEL TANK – PACKAGE “U”: ..................................85 38.0 SUPPORT SOFTWARE – PACKAGES “V”–“AA”: .............................86 39.0 GLOBAL POSITION SYSTEM – PACKAGE “AB”: ............................89 40.0 TWO-WAY RADIO PACKAGES “AC”-“AD”: .................................90 41.0 AUTOMATIC LUBRICATION SYSTEM – PACKAGE “AE”: ......................91 42.0 ADDITIONAL PACKAGES – “AF”–“AI”: ..................................92

BIDDERS CERTIFICATE SECTION 43.0 BIDDERS CERTIFICATE: ..............................................96 44.0 SPARE PARTS, CHARTS & MANUALS - PACKAGES A, B, C, D, E, & F: .....104 45.0 PACKAGES – “G” – “AI”: ...........................................106

PERFORMANCE REQUIREMENTS SECTION E.S.14-26AV JANUARY 15, 2014

2

1.0 GENERAL INFORMATION:

This citywide specification is intended to describe the requirements of 15 and 18 Cubic Yard Dump Trucks with Snow Plow Hitch. Further description is included in the Intent Section (Page 20, Section 17.0) of this document. These Trucks will be required to perform in extreme weather conditions as well as severe, sometimes hazardous work conditions. The operation of these vehicles is to be considered severe service and all components are to be of the highest quality. This is an on/off highway operation. The prime contractor shall take these conditions into consideration for under the required guarantee; no claims of abuse due to normal Sanitation Department methods of operation will be given any consideration. The City shall assume that the design of the vehicle supplied shall be such as will withstand heavy continuous service operation. All vehicles delivered in compliance with this specification shall be new, unused, manufacturers' latest model, serviced and in full operating condition. If any item in the specification becomes outmoded and is replaced by another item prior to the bid open date, the bidder shall provide test results, data, or other evidence acceptable to the Department of Sanitation demonstrating that the replacement item is equivalent or better than the outmoded item. Manufacturer shall agree to furnish any required necessary engineering data upon notification. Even if a prime contractor meets the criteria set forth in the specification, if the Dump Trucks are not able to perform as indicated in the specs and bid sheet, the bid will not be acceptable. Vehicle shall conform to Federal State and New York City Laws including of the United States Environmental Protection Agency, the New York Department of Motor Vehicles, and the New York City Department of Transportation. Vehicle finish and detail must be new and free of damage. All vehicles of each configuration shall be the same for each Purchase Order. All parts not specifically mentioned but which are required for the compatibility and/or operation of the vehicle shall conform in strength and quality of workmanship to the best standards and engineering practice of the automotive trade.

1.1 PRIME CONTRACTOR: In order to insure complete coordination

of all engineering details, expeditious delivery and repair responsibility, the chassis manufacturer or his distributor/dealer shall be the prime contractor. It shall be the responsibility of the prime contractor to inform the City of any errors or omissions in these specifications, for under this contract the prime contractor shall be held responsible for the design, performance, reliability and satisfactory operational functions of the vehicles. Any inadequacies, interference, deficiencies in any components, component parts or mounting of same, noted on the pilot unit shall be changed or corrected and incorporated in all units before delivery and final acceptance by the City. The criteria specified herein merely state the minimum criteria acceptable to the City. There is no intent of implying that these criteria are acceptable for the design bid by the prime contractor. Chassis and body manufacturer shall have been continually in business of manufacturing this type of equipment for the preceding five years and shall possess a factory adequate to insure the full final mounted delivery of chassis, the bodies and hydraulic equipment specified herein.

PERFORMANCE REQUIREMENTS SECTION E.S.14-26AV JANUARY 15, 2014

3

2.0 WARRANTY:

The complete vehicle defined as; the chassis defined in Section 2.1 below including the body, completely assembled shall be covered for a minimum of one year, 100% parts and labor, from the date in service, with no other limitations. Regardless of what component manufacturer the prime contractor chooses, the warranty period as stipulated herein shall apply, unless the component manufacturer offers a longer period of standard warranty. All engine or transmission warranty repairs must be performed by the engine or transmission manufacturer’s certified repair facility. The warranty period will begin for each unit on the first day the unit is put into service, based upon DSNY records. Charges will be levied against the prime contractor for any repair in excess of seven (7) days (excluding Sundays). Prime contractors cannot delay deliveries to repair locations for more than two (2) days.

NOTE: If the prime contractor or its subcontractor fails to make a repair within seven (7) consecutive days (exclusive of Sundays) of the phone notification to either the prime contractor or its subcontractor. In the event that said repair is not completed by seven (7) days (excluding Sundays) the prime contractor shall be liable to the city in the amount of $50.00 per day for each additional day the subject vehicle remains unrepaired. This amount is fixed and agreed to, as there is no way to accurately determine the City’s “loss” by the unavailability of this equipment. NOTE: “Date in Service” means the date after the final acceptance of a vehicle when the Department of Sanitation first uses the vehicle for its intended purpose. Prime contractor may obtain records of a vehicles Date in Service by contacting the following office:

Vehicle Acquisition and Warranty Division 52 - 35 58th Street - 5th Floor

Woodside, N.Y. 11377 (718) 334-9274.

2.1 CHASSIS: Is defined as the entire vehicle as produced by the

factory including cab, frame, driveline, steering gear and linkage, wheels and tires. Chassis shall be warranted for 1 year except for frame (see “Frame” Section, 2.2).

2.2 FRAME: Is defined as the primary chassis member comprised of

rail elements, cross members, (gussets and reinforcements if required) which provides a mounting place for suspension, steering, power train components, the cab and body and also supports all loads. Frame shall be warranted for the life cycle of the vehicle as stated in the Intent Section of this specification.

2.3 ENGINE: The entire engine-assembly will be warranted for

five years, 100% parts and labor. To include: turbo charger, intake air cooler and associated connections, engine parts, fuel pump, fuel injector assembly, fuel lines, crankshafts, camshafts, all seals, water pump and seals, wire harness and

PERFORMANCE REQUIREMENTS SECTION E.S.14-26AV JANUARY 15, 2014

4

connectors, intake manifold and engine electronics.

2.4 ENGINE ACCESSORIES: Shall be covered for a minimum of five (5) years and to include: Alternator, starter, air compressor, power steering pump, thermostat(s), flywheel and fan drive. The catalytic converter, if used, and associated connections shall have five-year coverage provided by the prime contractor.

NOTE: Prime contractor must supply Engine Manufacturers Certificates or Written Documents that states that additional warranties were purchased to cover the full five (5) years on the engine.

2.5 EMISSION REDUCTION EQUIPMENT: The complete exhaust after-treatment system shall be warranted for a minimum of five (5) years, 100% parts and labor.

2.6 TRANSMISSION: The entire assembly, including internal and

external electronic controls, modules, and harnesses, shall be warranted for five (5) years, 100% parts and labor, with no miles or hours limitations.

2.7 RADIATOR: The entire radiator assembly shall be warranted

for three (3) years, 100% parts and labor.

2.8 STEER AXLES: Three (3) years, 100% parts and labor. To include: Axle I-Beam, kingpin assembly and adjustment hardware, brake spider, brake camshaft and cam tube.

2.9 DRIVE AXLES: Three (3) years, 100% parts and labor. To

include pinion, input and output shaft seals, axle housing, differential assembly, u-joints and yokes, axle shafts, brake spider, brake camshaft and cam tube.

2.10 FRONT SUSPENSION: Three (3) years, parts and labor.

2.11 REAR SUSPENSION: Three (3) years, parts and labor.

2.12 SLACK ADJUSTERS: Three (3) years, parts and labor.

2.13 HYDRAULICS: The complete hydraulic system shall be warranted

for two (2) years, 100% parts and labor. All hydraulic pump and seals, mount brackets, shafts, and cylinders to be warranted for five (5) years.

2.14 ELECTRICAL SYSTEM: The entire electrical system other than

engine electronics and transmission electronics (covered elsewhere in the spec) shall be warranted for a minimum of three (3) years including alternator and starter. Regardless of manufacturers standard warranty.

2.14.1 Two-Way Radio Warranty is two (2) years 100% parts

and labor.

2.15 WEAR ITEMS: Brake lining wear will not be required to be covered under the terms of the applicable warranty.

PERFORMANCE REQUIREMENTS SECTION E.S.14-26AV JANUARY 15, 2014

5

2.16 AIR CONDITIONING: Two (2) years 100% parts and labor.

NOTE: All warranty facilities must be adequately staffed and

outfitted to satisfactorily maintain and execute all contracted warranty agreements to the intended language of the contract.

Technicians at each of these facilities must hold current

manufacturer’s certifications required to efficiently diagnose, repair and overhaul various vehicle components. All necessary tools, scanners and related equipment must be available and maintained at each location.

Each facility must be adequately staffed with qualified CDL

certified (Class B minimum), technicians who will drive and road test DSNY vehicles. These road tests will be done on all properties, public and private, without delaying the prescribed repair times as set forth in the Warranty section of the specification. Service facility must be factory authorized and incorporate factory authorized technicians. Subcontracting to a non-authorized factory service facility is not acceptable.

Factory authorized facility must be staffed and available 24/7

for support and parts as well as during snow storms including snow emergencies – no exceptions. Response time during storms must be eight (8) hours.

NOTE: Warranty coverage for all damage, and catastrophic, must

include root cause, as well as, subsequent contingent damage. Damaged items and components verified to be the result of

faulty workmanship and/or inferior materials will be viewed as warrantee able.

Those items, whose damage has been determined to be a result

of neglect, or intentional misuse, will be excluded from any warranty claim. All such incidents will be viewed, and judged, on an individual basis.

3.0 WARRANTY REPAIR WORK ARTICLE:

The prime contractor acknowledges and guarantees that the equipment or vehicle(s) secured under this Contract is/are of vital importance to the City in providing essential sanitation services to the public and accordingly, the prime contractor agrees and acknowledges that time is of the essence. All warranty work is to be performed within seven consecutive working days of the phone notification to the prime contractor or sub-contractor of each vehicle or piece of equipment, if such warranty work constitutes a major repair, three consecutive working days if a minor repair. The City shall determine whether repair is major or minor. For the purpose of this article, working days shall include Monday through Saturday inclusive.

PERFORMANCE REQUIREMENTS SECTION E.S.14-26AV JANUARY 15, 2014

6

3.1 PICK-UP AND DELIVERY: In the event that the prime contractor deems it necessary for the vehicle, or equipment to be repaired at any prime contractor Facility outside of the City Limits, it will be the responsibility of said prime contractor to provide transportation, as well as, all applicable or necessary documents and permits to and from the Repair Site. These arrangements must result in delivery of the vehicle, or equipment, to the Repair Site within 36 hours. Contract Language as to Warranty Repair Time Guidelines will be strictly enforced. Prime contractor will also be responsible for the expedient return of the vehicle/equipment to the pick up location.

The prime contractor may also perform any repairs, subject to the Department of Sanitation’s approval, at any of the Sanitation locations, as directed, irrespective of the location of the prime contractor’s facilities, within the time specified in warranty repair work article section. If the modification is fleet wide due to repeated failure, the prime contractor will be required to perform the repairs on location or transport at the prime contractor’s expense if the department so decided. If the repair is determined to be minor the body prime contractor or authorized warranty subsidiary will be required to perform the repairs at the Sanitation Facility. Response time shall be within 24 hours unless notification is provided on Saturday or day before holiday then the response time will be the next business day upon notification from Warranty Office. Minor items to include: o-rings leaks, pressure adjustments, and hydraulic line leakage. Prime contractor is ultimately responsible for all warranty repairs.

3.2 OBLIGATION: For each vehicle on which the warranty work has

not been completed satisfactorily and or timely, according to the City, within such time, the prime contractor agrees to the obligation to pay and acknowledges that the City shall have the right to withhold and apply any money due under this contract in an amount equivalent to fifty dollars per day or fraction thereof. Upon the completion of such work, it shall be the responsibility of the prime contractor to notify the Department of Sanitation. In order to assure that such warranty work is, at all times during the period of this contract, completed within the required time period and at no charge to the City, the prime contractor agrees to reserve and provide adequate facility space, equipment, parts and trained personnel relative to the quantity of the contract award. The facilities needed to perform such warranty work must be within a 65-mile radius of N.Y.C. (Central Repair Shop, Queens, N.Y.). Field service repair will be required for all minor repairs. The Department will decide which vehicles will have field service repairs and prime contractor will be notified. Failure to provide service as described will result in penalty administered against any retainage due, or monies otherwise owed by the City to the prime contractor. This penalty will be calculated at the current Department overtime labor rate, and will include actual expended man hours, traveling time, parts and overhead costs. The Prime Contractor may provide

PERFORMANCE REQUIREMENTS SECTION E.S.14-26AV JANUARY 15, 2014

7

repairs in the field for all minor repairs when requested and notified by the Department. If the prime contractor fails to make the repair within three (3) days of the notification, the Department shall have the option of making the repair itself or causing the repair to be made by another prime contractor and the prime contractor shall reimburse the City for its expenses, pursuant to Section 5.4 of these specifications. In such case the reimbursement will be equal billed repair invoice from alternate vendor or calculated hourly, labor and benefit rate of City employee.

4.0 SAFETY STANDARDS:

The vehicle shall conform to all applicable rules and regulations of the New York State Department of Motor Vehicles and be equipped with the safety standards currently required by Federal Motor Vehicle Safety Standards by the National Highway Traffic and Safety Administration as well as Federal O.S.H.A. Regulations.

5.0 ENGINEERING RESPONSIBILITY FOR RELIABILITY:

The responsibility for the design of the equipment and performance reliability shall rest upon the prime contractor. Drawing approval delay is not grounds for extension of Contract performance.

5.1 REPEATED FAILURES: The term repeated failures as used

herein is defined to mean; the same equipment component, subassembly or assembly develops repeated defects, breakdowns and/or malfunctions rendering the equipment inoperative or requiring repeated shop corrections, service and/or replacements in 10% or more of the contract quantity in any one year of the applicable warranty period or 25% or more in the total applicable warranty period. Repeated vehicle failures for minor components will be picked up and delivered by prime contractor for both chassis and body. At the Departments request prime contractors may be required to supply in field service calls for both chassis, and body for minor component failures, such as, but not limited to, check engine lights and minor body repairs.

5.2 CHANGES: Where the equipment develops repeated failures as

outlined in repeated failure section of this specification, the prime contractor will be required to make any necessary engineering changes, repairs, alterations or modifications to all vehicles purchased under the contract in order to guarantee the reliability of performance.

5.3 EXCLUSIONS: Wear items such as brake linings and ordinary

service adjustments, accidents, misuse or failing to follow the manufacturer's service recommendations unless occurred under extenuating circumstances (chronic failure) are not included or considered, under the scope of repeated failures.

5.4 NON-PERFORMANCE: If the prime contractor fails to make

proper changes or corrections, or does not render appropriate field service after due written notice, or unnecessarily delays required changes, alteration or replacement, the City will have such work done and charge same against any retainage withheld under this contract, or

PERFORMANCE REQUIREMENTS SECTION E.S.14-26AV JANUARY 15, 2014

8

other money that may become due to the prime contractor or if there is no money due, the prime contractor agrees to pay the City the cost of such work.

5.5 PRIME CONTRACTOR REPAIR ORDERS: Prime contractor shall

establish a system for reporting field service complaints and warranty repairs, indicating direct field action taken on such complaints to the Warranty Office of Vehicle Acquisition within 15 days of the completion of the repair.

5.6 PARTS AVAILABILITY: These same reliability provisions shall

apply to parts supplied by the prime contractor for spare and replacement purposes. Parts availability: The prime contractor agrees to maintain a supply of parts for a period not less than the expected Sanitation life cycle as noted in Intent Section of this specification, after the in service date of final delivered unit.

5.7 UPDATED MANUALS: The prime contractor will be required to

update manuals, cd’s or other electronic data with modifications resulting from corrective action.

5.8 DOCUMENTATION: The prime contractor agrees to supply

documentation acknowledging component manufacturer's consideration and approval of the application and installation of its components. All component manufacturers’ application approvals are due prior to Pilot Inspection. All approvals are to be for the current delivery. The components for which approvals are required: engine, transmission, axles, brakes, hydraulic pumps and air compressor.

6.0 EQUIPMENT GUARANTEE:

The prime contractor guarantees that all articles of equipment, including all parts thereof, are of a first quality throughout and comply in all respects or are fully equal to standards called for in the bid. The prime contractor further guarantees all equipment, and all parts thereof, against any defects of workmanship, construction and materials, and guarantees to repair or replace without cost to the City of New York any article that has become defective and not proven to have been caused by negligence on the part of the user, for the specified warranty period as defined in warranty section of this specification. A longer period of time of standard guarantee may apply to certain components, as specified by the component manufacturer.

6.1 REPLACEMENT PART WARRANTY: Should this clause become

operative and the prime contractor be required to repair or replace any equipment or any part so warranted, the replaced part or component shall be covered six months for minor repair and one year for major repair or the remainder of the original warranty period whichever is longer.

6.2 REMEDY AGAINST LATENESS: In the event of failure on the part

of the prime contractor, to replace or put in first-class condition any such articles, within thirty (30) calendar days from date of written notice, the City may have the work done by others, and offset the cost against retainage, or other

PERFORMANCE REQUIREMENTS SECTION E.S.14-26AV JANUARY 15, 2014

9

money that may become due to the prime contractor or if there is no money due, the Prime contractor agrees to pay the City such cost.

6.3 WARRANTY EXTENSION: The Prime Contractor/Seller shall extend

its warranty period with regard to any unit delivered by the cumulative periods of time, after notification, during which the unit requires servicing or replacement (down time) or is in the possession of the Prime Contractor/Seller, its Agents, Officers or Employees, i.e. (if any vehicle is down five (5) days for warranty repair, five (5) days will be added to warranty). If during the regular or extended warranty periods faults develop, the Seller shall promptly repair or upon demand, replace the defective unit or component part affected. (See Section 5.0, Page 7). This extension will pertain to all road warranty repairs as well as in-house repairs.

7.0 SECURITY RETENTION:

As security for the faithful performance of the articles and clauses of this contract, an amount equal to two percent of the total contract price shall be withheld. This amount shall be withheld by deducting an amount equal to 2% of the total contract price equally divided by the total number of units to be delivered, from each unit accepted under this contract. The retention shall be held for a period of one year from the date of acceptance of the final unit. In the event that the Department believes in its discretion, that a portion of the amount withheld under this Article may be paid to the prime contractor prior to completion of all the requirements of the contract, there shall remain a withheld balance as will adequately protect the City and insure faithful compliance to all the contract stipulations.

8.0 PLANS MEETING/AGENDA:

A Plans Meeting, between the successful bidder and D.O.S. personnel, shall be scheduled and conducted prior to scheduling the Pilot Inspection. The prime contractor must demonstrate at this time how the unit(s) described in the bid will meet the specification. All pertinent plans, blue prints, diagrams, schematics, drawings, calculations and documents required by the specification or that the prime contractor may require in order to comply with this clause, must be provided in triplicate. The prime contractor is notified that omission of any of the items referred in this section can be grounds for cancellation of the Meeting. This Department acknowledges that certain items may not be available for the Plans Meeting. These items will then be furnished before the Pilot Inspection is scheduled, providing the Department's consent is requested prior to the Plans Meeting and is agreeable. Items required to be submitted at the Plans Meeting must be received in order for contract to be considered “complete” and for retainage to be returned to prime contractor. “Type B” or additional Contract Orders will require a new informal Plans Meeting. If essential requested items are not received by Pilot Date, the Department reserves the right to cancel the Pilot Inspection. “Type B” or Additional Contract Orders will require a New Pilot Inspection.

PERFORMANCE REQUIREMENTS SECTION E.S.14-26AV JANUARY 15, 2014

10

Any expense resulting from the cancellation and/or subsequent rescheduling shall be born solely by the prime contractor. Additionally, the prime contractor agrees and acknowledges that cancellation of the Plans Meeting is not grounds for extending the performance of this Contract. The Plans Meeting shall include, but not be limited to the following, as required by the specification:

8.1 Complete Itemized List of the Spare Part Numbers, Prices,

Quantity and Part Descriptions Required by this Contract.

8.2 Chassis Drawings, Factor of Safety RBM and Section Modulus Calculations on Frame.

8.3 Weight Distribution Diagram, C.G. Transfer and Wheel

Loading.

8.4 Hydraulic Design Schematics.

8.5 Complete Electrical Schematic.

8.6 Engine Horsepower and Emissions Certification.

8.7 All Material Safety Data Sheets.

8.8 Discussion of Lettering, Conspicuity Tape.

8.9 Completed 8 1/2" x 11" Dimensional Drawing for Entire Vehicle. Including but not limited to OAL, OAH, OAW & WB.

8.10 Discussion of Items to be approved at Pilot.

8.11 Detailed Review and Discussion of Specification.

8.12 Recommended Service Intervals.

8.13 Exhaust After-Treatment Design and Blue Prints, and/or Part

Numbers, if applicable.

Any manufacturing or purchasing in preparation for manufacturing prior to DOS approval in writing of the contents of the Plans Meeting is done at the prime contractor's own risk.

9.0 PILOT UNIT:

Is required. Manufacturer must arrange Pilot Inspection in accordance with the Acceptance Requirement Section of this specification. The first vehicle that is complete and ready for operation will be examined and tested at the prime contractor's dealer/subcontractors location by the representatives of the City. Prime contractor supplied laborers will demonstrate the operation of the equipment. Emphasis shall be placed on compliance with specifications, quality of product and operation of equipment. Any changes or corrections found necessary by the City's representatives shall be incorporated in the Pilot model prior to the performance test. Following test operation of the Pilot unit, any changes or corrections found necessary by the City's representatives shall be incorporated in the total contract quantity of vehicles without change in contract price.

PERFORMANCE REQUIREMENTS SECTION E.S.14-26AV JANUARY 15, 2014

11

Final approval of first vehicle offered for acceptance will be made after the successful completion of the performance tests if applicable in New York City; acceptance inspection after all required corrections are completed and all component manufacturer's application approvals, warranty certifications, noise emission certifications and line setting tickets are provided to and accepted by the Department. Confirmation of such approval shall be the acceptance of this vehicle in accordance with the Acceptance Requirements Section. Prime contractor will take shipping, final preparation and inspection time into account when scheduling his deliveries.

Any manufacturing or purchasing in preparation for manufacturing done prior to approval of Pilot Unit is done at prime contractor's own risk.

Any inadequacies, interference, deficiencies in any components, component parts or mounting of same, noted on the Pilot unit shall be changed or corrected and incorporated in all vehicles before delivery and final acceptance by the City.

10.0 PERFORMANCE TEST:

The first vehicle, in each purchase order, to successfully complete the pilot unit and vehicle acceptance inspections, will be required to complete a “Performance Test” of 40 hours duration before it is considered accepted. The test will be conducted by the Department of Sanitation personnel in New York City in normal Department of Sanitation use for the type of equipment specified. The vehicle must demonstrate that it can meet all of the performance requirements in the detailed segment of this specification. The acceptance date will be the date the unit successfully completes the test. If a failure occurs that the Department considers minor, the test will continue. The time to repair the failure will not be included in the 40-hour test. When the 40 hour test is completed, the acceptance date will be as stated above. Should the failure be considered major by the department, i.e. engine, transmission, axle, frame, exhaust after-treatment or any major component, the test will be considered a failure and will not continue. The unit will then be rejected.

11.0 ACCEPTANCE REQUIREMENTS:

Vehicle acceptance will not proceed until the Pilot unit has successfully completed the required performance test and the prime contractor has met all requirements of the "Performance Requirement" section of this specification, due at the time of acceptance. After such time the Department of Sanitation will accept each of the vehicles, supplied under this Contract, upon completion of the DOS inspection and they have proved to have met the provision and standards called for in the specification. The prime contractor agrees and acknowledges that the sole evidence of acceptance shall be the signature of the Director of Equipment Operation or designee on DMS Form # 23BS-3 (inspectors are unauthorized to issue acceptance). Copies are available from Contract Management Unit, 52-35 58th Street, Room 612, Woodside, N.Y. 11377, 718-334-9340. The Department, at it's sole discretion, reserves the right to waive any portion of this described acceptance process for any number of vehicles, without waiving it's right to exercise same on all remaining vehicles of this Contract.

PERFORMANCE REQUIREMENTS SECTION E.S.14-26AV JANUARY 15, 2014

12

11.1 PERFORMANCE SCHEDULE: For the purpose of this article, all

schedules shall be based on calendar days from the Perforation Date of the Purchase Order or (FMS) Date of Purchase Order.

11.2 LIQUIDATED DAMAGES: In case the prime contractor, through

its own fault or negligence, and not the fault of negligence of the City, shall fail to complete delivery hereunder in accordance with its contract, and to the satisfaction of the Commissioner, within the time herein prescribed, liquidated damages may be applied at the rate of two hundred dollars ($200.00) per unit for each and every day past the contract specified delivery date. All calculations shall be based on the perforated date of the Purchase Order, or the date the order was accepted into the City’s Financial Management System (FMS). Monday through Saturday inclusive.

11.3 DELIVERY SCHEDULE: Pilot Model is due within two hundred

seventy (270) days of Perforation Date or FMS Date of Purchase Order. Prime contractor shall consider shipping, final preparation and inspection time when scheduling deliveries. The first vehicle is due within three hundred (300) days of the Perforation Date of the Purchase Order or (FMS) Date of Purchase Order. Vehicles are due at the rate of four (4) vehicles per thirty (30) days thereafter.

11.3.1 Vehicle Inspection: Prior to acceptance, each

vehicle delivered under this contract is subject to inspection and road test by NYC DOS Vehicle Acquisition personnel, to insure compliance with this specification, including changes and recommendations made at the Pilot Inspection. Vehicles will be inspected after completion of the manufacturers pre-delivery service, which will include all items found on the Pilot unit. All controls shall be functioning on the complete unit and adjustments shall be made where necessary. Any re-occurring deficiencies found by Department inspectors will be added to the manufacturer's pre-delivery. The inspection is to be conducted at the dealer or prime contractor authorized location. This facility will provide sufficient space indoors, be adequately lit, ventilated and heated to a minimum of 500F. The area provided will comply with current O.S.H.A. requirements for the work being performed. The area will have available a suitable 110 Volt receptacle for connection of drop lights, etc.

11.4 FORMS: MV-50, MV-82, Certificate of Origin, and Odometer

Statement shall be supplied with each vehicle, when applicable. They shall be made out to:

Department of Sanitation

52-35 58th Street Woodside, N.Y. 11377

PERFORMANCE REQUIREMENTS SECTION E.S.14-26AV JANUARY 15, 2014

13

Forms shall be forwarded to the agency upon satisfying all acceptance requirements. The prime contractor will fill out the vehicle mileage form using the reading on the vehicle odometer, when the unit is first presented for acceptance to the DSNY.

11.5 SPARE PARTS, CHARTS AND MANUALS: Charts and manuals must be

as built. All parts, manuals, cd’s or electronic media to be delivered with proper I.D., part numbers, and vehicle numbers or they will be rejected.

11.6 New, unused and cleaned, ready for service.

11.7 Comply with all provisions of detailed specification.

11.8 Comply with all other provisions of Contract.

11.9 Vehicle shall pass road test, by Department personnel.

11.10 Must pass any performance or route test listed by this

Contract.

11.11 All components must have been installed in accordance with the manufacturers recommended installation procedure.

11.12 All components must be serviced and ready for operation, and

all reservoirs full. Fuel tank to be full of Ultra-Low Sulphur Fuel at time of final Inspection Delivery. Urea Tank to be fully filled at time of final Inspection Delivery, if applicable.

11.13 All workmanship must meet criteria established by SAE.

11.14 Vehicle must meet all Federal, State and City, EPA, DMV, and

DOT Requirements at time of delivery.

11.15 Vehicle finish and detail must be new and free of damage.

11.16 PLANS MEETING: Prime contractor shall complete a Plans Meeting in accordance with Section 8.0 of these specifications, prior to scheduling the Pilot Inspections. The Plans Meeting shall be held within forty five (45) days of FMS Date unless the Department consents to a later date.

11.17 PILOT UNIT: Prime contractor shall schedule the Pilot

Inspection at least eight (8) weeks prior to the Pilot Inspection on a date agreeable to the Department of Sanitation.

11.18 VEHICLE DELIVERY: Prime contractor shall consider shipping,

final preparation and inspection time when scheduling deliveries. All vehicles are to be delivered to:

N.Y.C. Department of Sanitation

B.M.E., V.A.W.D. New Equipment - 5th Floor

52-35 58th Street Woodside, NY 11377

PERFORMANCE REQUIREMENTS SECTION E.S.14-26AV JANUARY 15, 2014

14

(718) 334-9274, 334-8954

N.Y.C. Department of Transportation Attn: George Walsh 32-11 Harper Street Queens, NY 11368 (212) 839-2534

Parks Department

New Vehicle Compound Randall’s Island, NY 10035

(212) 410-8941, (646) 235-1865 Attn: Jonathan Els

DEP

30-03 Review Avenue Long Island City, NY 11101

(718) 610-0711 Attn: Mark Petrucceli

All deliveries are to have 24 hours prior notice, and are to be delivered between the hours of 7:00 A.M. and 1:00 P.M.

Vehicles must be delivered in a completed condition, fully serviced and ready for use including “on site” set up, in order for them to be accepted by the Department of Sanitation in the time frame noted above.

Delivery time will be held as a critical component of the award process. When vehicles and/or equipment are not delivered within the designated delivery schedule, and are not satisfactorily excused by prior notification and approval, the original prime contractor could be viewed as “non compliant” to contract terms. This action could result in the cancellation or re-bid of the subject award. DCAS Purchase Contract Language would then prevail as to the reconciliation of contract terms.

Where contracts specify “Add-On” Purchase Orders, those deliveries must run concurrent to the original and must not be compromised or interrupted. Any Add-Ons will start in 180 days.

12.0 CHARTS AND MANUALS:

The prime contractor shall supply the quantities of the following Manuals or CD-ROM and Charts, as required in the spare parts section. The charts and manuals supplied must be specifically written for the vehicles delivered with all components, systems and accessories covered in complete detail including New York City options. The manuals, charts etc. must all be clearly labeled with the department's vehicle code number example (26AV) and the manufacturer's part number for the manuals. When CD-ROMS are provided, they must be able to be reproduced (Copy from CD to other CD's) with the ability to print this information on to multiple copies of paper. The contract will not be considered complete until these have been delivered. Delivery must be accomplished within the time frame set forth in Acceptance Requirement Schedule of this specification. The Department reserves the right to purchase

PERFORMANCE REQUIREMENTS SECTION E.S.14-26AV JANUARY 15, 2014

15

additional charts and manuals for the price specified in the Spare Parts Certificate. When the prime contractor and/or subcontractors and suppliers use outside sources for parts and components to complete this contract, the prime contractor will supply a cross reference list of all such parts that will include; the prime contractor's part number, the original equipment manufacturer's part number, the original equipment manufacturer's name and contact information at the Plans Meeting. Should compliance with this section become impracticable the prime contractor will be required to provide documentation to justify relief from this stipulation at the Plans Meeting for determination by the Department.

12.1 PARTS MANUAL: Will contain various drawings, diagrams or

exploded views of components with the associated part numbers.

12.2 OPERATORS MANUAL: Outline the features and controls, fluid

requirements, capacities, routine maintenance and safe operation of the vehicle and any accessory equipment.

12.3 SERVICE MANUAL: Provide detailed information such as

troubleshooting guides, torque specifications, schematics, diagrams, maintenance procedures and recommended schedules for preventative maintenance and the removal, disassembly, inspection, overhaul, re-assembly and installation of various components, assemblies and systems.

12.4 CHARTS: All charts to be 24" x 30" minimum and laminated.

Supply one chart for each of the following: body lubrication points, chassis lubrication points, hydraulic plumbing and hydraulic tubes and hoses. The hydraulic charts must show individual hoses and tubes with part numbers. The tube and hose chart must include the design specification i.e. size, length, fittings, angle etc. for each hose and tube with a component breakdown for each hose and tube with part numbers.

13.0 SPARE PARTS - PACKAGES A, B, C, D, E, & F:

All spare parts shall be identical to those supplied on the vehicles, except where otherwise specified. Delivery shall be within the time frame called for in the “Acceptance Requirements”, Section 11.0, of this specification. Supply an itemized list of part descriptions, part numbers, quantities and unit prices for the spare parts, charts and manuals required by this contract at the Plans Meeting.

13.1 SPARE PARTS - PACKAGE “A”:

PART DESCRIPTION ONE “SET” CONSISTS OF: SETS PER LOT Filters One (1) of each type filter as installed on vehicle: (Air, Oil, Fuel, Coolant, Air Desiccant, Hydraulic Oil, Hydraulic Breather Element, Engine Crankcase Filter Element), Power Steering Filter & Urea Filter

PERFORMANCE REQUIREMENTS SECTION E.S.14-26AV JANUARY 15, 2014

16

if offered 1 NOTE: For DPF Filters see Items 13.4 and 13.5. NOTE: Do not supply suction strainer or fuel pump primer filter. Engine Drive Belts One (1) each type belt installed on vehicle 1

13.2 SPARE PARTS - PACKAGE “B”: PART DESCRIPTION ONE “SET” CONSISTS OF: SETS PER LOT Charts and Manuals One (1) set consists of one (1)

complete set of paper Manuals and one (1) complete CD or electronic media of each type Manual, (per Purchase Order) Catalog, and Chart (As specified in Section 13.0, and listed in Section 44.2) 1

NOTE: All information contained in paper manuals and CDs must be

identical and contain those items in Section 44.2.

13.3 SPARE PARTS - PACKAGE “C”: PART DESCRIPTION ONE “SET” CONSISTS OF: SETS PER LOT Sheet Metal Templates One (1) template for (for Flat Glass Only) each piece of flat glass as installed on vehicle 1

13.4 SPARE PARTS - PACKAGE “D”: PART DESCRIPTION ONE “SET” CONSISTS OF: SETS PER LOT DPF System One (1) complete DPF System with Electronics (as built). Include all relays, modules, and wiring harnesses, everything involved to encompass a complete system 1

13.5 SPARE PARTS - PACKAGE “E”: PART DESCRIPTION ONE “SET” CONSISTS OF: SETS PER LOT DPF Filters Complete with gaskets 1

13.6 SPARE PARTS – PACKAGE “F”: PART DESCRIPTION ONE “SET” CONSISTS OF: SETS PER LOT Spare Tire, Front Each rim mounted tire

and wheel assembly, shall be identical to those installed on the front axle of the vehicle. One (1) set will be one (1)

PERFORMANCE REQUIREMENTS SECTION E.S.14-26AV JANUARY 15, 2014

17

complete tire/rim assembly ready for installation 1

Spare Tire, Rear Each rim mounted tire

and wheel assembly, identical to those installed on the rear axles of the vehicle. One (1) set will be one (1) complete tire/rim assembly ready for installation 1

Spare Tire, Lift Axle Each rim mounted tire

(If Applicable) and wheel assembly, identical to those installed on the rear axles of the vehicle. One (1) set will be one (1) complete tire/rim assembly ready for installation 1

13.7 DELIVERY POINTS AND PROCEDURES:

13.7.1 Spare Parts: Deliver templates, spare parts, charts

and manuals to:

N.Y.C. Dept. of Sanitation Materials Management Warehouse

52-35 58th Street Woodside, N.Y. 11377

ATTN: Deputy Director of Materials Management (718) 334-9009

13.7.2 Spare Tires: Deliver spare tires to:

NYC Dept. of Sanitation

B.M.E. Tire Shop 52-07 58th Street - lower level

ATTN: Tire Shop Supervisor (718) 334-8901

13.7.3 Delivery Notification and Hours: 24-hour notice is required prior to receipt of any deliveries. Deliveries shall only be received between the hours of 7:00 a.m. and 1:00 p.m., Monday through Friday.

13.7.4 Packing List and Delivery Inventory: Upon delivery

of the required spare parts the following must be included on all packing tickets and receipts, NO EXCEPTIONS.

13.7.4.1 The Contract Number.

13.7.4.2 Purchase Order number.

13.7.4.3 DSNY Vehicle Code (26AV)

PERFORMANCE REQUIREMENTS SECTION E.S.14-26AV JANUARY 15, 2014

18

13.7.4.4 Manufacturer’s Part Number.

13.7.4.5 Individual Part Description.

13.7.4.6 If any of the above paperwork is not in order the delivery will be rejected and returned to the prime contractor at his or her own expense. Any questions regarding delivery requirements should be discussed at the Plans Meeting. If any questions arise after the Plans Meeting the prime contractor can call the Vehicle Acquisition Office at (718) 334-8954.

13.7.5 All hydraulic hoses must have hydraulic part number

attached to the hose. 14.0 VEHICLE MAINTENANCE RECORD:

It will be the prime contractor's responsibility to gather and record all pertinent information requested on N.Y.C., D.O.S. Maintenance Form (D.S. 511 and Data Sheet, [8/88]) (see Bidder Certificate Section) the form may be modified to suit the vehicle and/or machine. (Or use separate sheet). Deliver completed form to D.O.S. VAWD representative at Pilot Inspection form to be distributed at Plans Meeting.

14.1 It is the responsibility of the prime vendor to supply a

completed D.S. 511 and Data Sheet at the Pilot Inspection. These items will be supplied by the Department and must be completed with information accurate to the subject vehicle. Components, accessories, filters, etc. must be reflected with actual part numbers that will be applicable to the vehicle throughout its life cycle. Any supersession, substitution or upgrade information must be provided to the Department and be traceable through the original numbers assigned to the vehicle.

15.0 QUIETNESS OF OPERATION:

Bidders are directed to the reduction of noise levels under Normal Sanitation operation of the vehicles. Vehicles must not generate sound levels that exceed levels permitted by Federal, State and Local Law, including Chapter 2 of Title of the New York City Administrative Code and Regulations of the United States Environmental Protection Agency.

PERFORMANCE REQUIREMENTS SECTION E.S.14-26AV JANUARY 15, 2014

19

THIS PAGE IS INTENTIONALLY BLANK

DETAILED REQUIREMENTS SECTION E.S.14-26AV JANUARY 15, 2014

YES N0

20

16.0 THIS SECTION IS INTENTIONALLY BLANK 17.0 INTENT:

The intent of this Citywide Specification is to describe a conventional cab chassis, offered in multiple Gross Vehicle Weight Rating configurations (72,000 lbs., 77,280 lbs., 92,000 lbs. and 97,280 lbs.), which will be procured by various NYC agencies and ordered with any one of the following types of body configurations. Vehicle configuration and “PACKAGES” chosen will determine GVWR.

STANDARD: A minimum eighteen cubic yard (18Yd3),

struck capacity, dump body, with a single, two-way tailgate door, hinged right and a pintle hitch.

PACKAGE “M”: A minimum eighteen cubic yard (18Yd3),

struck capacity, dump body with a hydraulic tailgate. No pintle hitch.

PACKAGE “N”: A minimum fifteen cubic yard (15Yd3),

water line capacity, asphalt dump body.

PACKAGE “O”: A minimum eighteen cubic yard (18Yd3), water line capacity, asphalt dump body.

Primarily, these vehicles shall be used to transport a mixture of debris to and from various locations throughout the city. These vehicles will also be used to tow equipment used by the Department and to plow snow.

The debris shall include, but not be limited to, loose dirt, rock and stone, asphalt, a mixture of construction waste including concrete, cast iron, steel, other materials, rock salt, sand and snow. Approximate weight of materials 2,000 lbs. per yard.

All vehicles will be equipped with a DSNY approved snow plow frame assembly. The vehicle life cycle shall be ten years. All vehicles to be the same.

NOTE: All packages will be quantified on the Purchase Order.

17.1 VEHICLE PERFORMANCE REQUIREMENTS FOR STANDARD TRUCK: Rated with the vehicle loaded to the maximum GVWR. Performance Requirements for Packaged Options will be determined at Plans Meeting.

17.1.1 Grade Ability in Percent:

(33,750 X HP) - 1.5 = 6.7% minimum 20 X G.V.W.

17.1.2 Speed in M.P.H.:

R.P.M. X 55 = M.P.H. R X M

17.1.3 55 M.P.H. - Maximum governed speed.

□ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □

DETAILED REQUIREMENTS SECTION E.S.14-26AV JANUARY 15, 2014

YES NO

21

NOTE: Maximum vehicle speed requirements may vary agency to agency. This will be discussed and determined at the Plans Meeting.

17.2 DEFINITIONS:

H.P. = Actual Brake Net Horsepower with accessories at governed engine speed.

G.V.W. = Gross Vehicle Weight of actual vehicle.

R.P.M. = Governed Engine Speed in Revolution Per

Minute.

R = Combined Ratio (Axle, Transmission, etc).

M = Tire Revolutions Per Mile

17.3 VEHICLE DIMENSIONS:

17.3.1 Overall Width: Not to exceed 102” at widestpoint, excluding tires and mirrors.

17.3.2 Overall Height: Not to exceed a maximum of

10’3” at the highest point.

17.3.3 Overall Length: 35’ Maximum.

17.4 RESEARCH AND DEVELOPMENT (R&D) CLAUSE: This Department reserves the option, for the purpose of Research and Development, to modify or reconfigure vehicles purchased under this contract. These changes may involve the modification or the substitution of any component, as well as contingent equipment including, but not limited to, the drive train, body, sub assemblies and supporting component hardware. These modifications and/or substitutions may also include changes to introduce new primary propulsion systems (i.e. Diesel, C.N.G., Hydrogen, Hybrid Power, etc.) to vehicles and equipment covered within the contract parameters. Those vehicles that may be selected for Research and Development modifications as described above, will be dictated by technological advances and innovations within the Industry as they become available, and will be quantified on each Purchase Orders.

Flexibility for vendor and equipment comparison will be a determining factor in the frequency of implementation of the R & D clause.

In the event that the City elects to invoke this clause, the City shall notify the vendor in writing of such decision.

□ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □

DETAILED REQUIREMENTS SECTION E.S.14-26AV JANUARY 15, 2014

YES NO

22

18.0 GENERAL:

Throughout the 'Detailed Section' of this specification, the use of a manufacturer’s brand or trade name is intended to establish the minimum acceptable standard, unless 'No Substitution' or 'No Exception' is specified, (the bidder may offer other brands and models as an 'Equal'). Equal shall be defined, as an item that meets minimum specification in material and workmanship, and be as efficient, economical in operation and available, as the unit specified. The Department retains final approval on “equal” acceptance. Components and accessories, the design function and location will be discussed at the Plans Meeting and approved at the Pilot Inspection. Accessories to be easily accessible and guarded where road damage or personal injury may occur. All components should be selected with consideration of the required performance and the normal department operating conditions. The vehicle as bid including all options must be from the manufacturers latest Data Book available at the time of bid. Wherever the word "offered" is used herein it shall mean offered by the vehicle manufacturer as a standard or option from the data book. Number of vehicles requiring packages (ex: Package A, B & C) specified in Detail Requirement Section shall be quantified on Purchase Order.

18.1 ELECTRONIC CONTROLS: Where electronically controlled

engines and transmissions are supplied, features may exist that can replace other controlled systems and components. The vendor must incorporate the engine and transmission electronic control features to execute these functions.

18.2 ALL CAPS, FILLS AND DIPSTICKS: Shall be easily

serviceable and tethered with insulated cable. Use Aircraft Galvanized Cable 3/32” – 1/8”, 7 x 7 Strand Vinyl Coated, Imperial, Part Number 246507. Oil fill and level indicators shall be graduated to indicate the quantity of fluid that needs to be added, and shall be labeled as to function.

18.3 LABELING: Permanently identify all standard and add-

on controls, switches, levers, buttons, gauges, indicator lights, fluid level indicators, etc. Each shall have a permanently mounted identification placard, (Mylar or etched aluminum). Labels are to endure for the life cycle of the vehicle. Stick-on type labels (“Dymo” or “Brother P-touch”) are not acceptable. Any other Stick-On Labels used must have “Edge Seal” installed by 3M Company, Part # 3950.

18.4 RETAINING DEVICES AND TOOLS: All removable retaining

devices and tools (pins, clevises, crank handles etc.) shall be tethered to the unit using insulated, durable chain or cable. Tethering material shall be strong enough to support the full weight of the pin, clevis, tool or other such item being secured. When not in use, these devices shall have conveniently

□ □ □ □ □ □ □ □

DETAILED REQUIREMENTS SECTION E.S.14-26AV JANUARY 15, 2014

YES NO

23

located storage holders at their locations. Material used for tethering parts that can be lost is: 3/32”-1/8” 7 x 7 strand vinyl coated galvanized aircraft cable Imperial #246507 or equal.

18.5 LUBRICANT LABEL: Supply and install lubricant labels,

one inside the cab and one on each side, outside the vehicle stating:

TYPE CAPACITY

Engine Oil W/Filters

Transmission Fluid

Power Steering Fluid

Differential - Front

Rear

Cooling System

Hydraulic Fluid

Urea

A/C Refrigerant

A/C Refrigerant Oil

18.6 ANTI-SKID SURFACES: All step surfaces shall be

covered with expanded or extruded type metal, “Grip Strut” or “Bustin”.

18.7 FASTENERS: Bolts shall conform to SAE J429 and

J1199.

18.7.1 Use positive locking devices in all applications.

18.7.2 Properly torque all bolted assemblies.

18.7.3 A minimum of 1 1/2 thread shall be exposed

beyond the nut after the assembly.

18.7.4 Rivets shall be driven according to best engineering practices and comply with SAE J-430 and J-492.

19.0 CONVENTIONAL CAB CHASSIS:

Chassis must be offered in multiple Engine, Axle, Suspension, Tire/Wheel, Fuel Tank and Body configurations. Vehicle configuration and “PACKAGES” chosen will determine GVWR.

□ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □

DETAILED REQUIREMENTS SECTION E.S.14-26AV JANUARY 15, 2014

YES NO

24

19.1 GENERAL:

19.1.1 The chassis is to be of the proper wheelbase and C. A. dimensions to accommodate the plow, plow frame and all of the designed body packages, with the maximum payload capacity.

19.1.2 All units of the chassis shall be as

detailed in these specifications.

19.1.3 Dimensions of accessory parts, bolts, nuts and fittings shall meet standards established by the Society of Automotive Engineers (SAE).

19.1.4 When necessary, only the original chassis

manufacturer may alter the chassis rails and frame.

19.1.4.1 All chassis rail alterations

must be done according to good engineering practice and without compromising rail or frame strength.

19.1.4.2 All alterations must be

documented, blueprinted, and verified in writing.

19.2 FRAME: Shall be capable of sustaining the maximum

rated load during all of the aforementioned operating conditions without permanent distortion or deformation. Frame shall be designed to permit direct installation of front bumper. Fish Plated Frame will not be acceptable, between the front of the front spring hanger and the rear of the rear spring hanger. All components such as Davco fuel filter and heated air dryer to be mounted in such a way as to give maximum ground clearance and to be easily serviceable.

19.2.1 Safety Factor: To be adequate to sustain

cyclic stresses, resist permanent deformation and withstand design loads while plowing for the entire Sanitation life of the vehicle.

19.2.2 Design Loads: The chassis system shall be

capable of sustaining the design loads including impact from the severe service conditions. The maximum principal stresses (either computed or determined from load-strain tests) shall not exceed the allowable values for all the materials used in the fabrication of the units.

□ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □

DETAILED REQUIREMENTS SECTION E.S.14-26AV JANUARY 15, 2014

YES NO

25

19.2.3 Deformation: Under design load conditions (including impact); the deformation caused shall not exceed the allowable tolerance values for the components attached.

19.2.4 Certification: Certification that maximum

to minimum stress reversal cycles during the life of the vehicle, under heavy duty operations, are within the limits of fatigue failure with required factor of safety and so guaranteed for the expected Sanitation life cycle. See Intent Section.

19.3 VERIFICATION: Shall be provided, for the chassis

rails used in this contract, at the Plans Meeting:

19.3.1 Type of frame (Rail) steel used

19.3.2 Tensile strength and yield strength

19.3.3 Resisting bending moment

19.3.4 Factor of safety must be provided prior to Pilot Inspection

19.3.5 Maximum bending and shear loading

calculations and diagrams with rated load.

19.3.6 Combined minimum actual measured section modulus, calculated at the weakest part of the rail, per rail.

19.4 FRONT BUMPER: 3/8" thick steel minimum, full width

of cab 8" minimum web height with 2 1/2" top and bottom flange. The complete bumper shall be painted white (maximum width - 102"). Bumper to be reinforced with proper gussets and angles to strengthen bumper from impact.

19.4.1 Mount bumper assembly directly to ends of

chassis rails as specified in Section 19.2.

19.4.2 Bumper End Supports: An outboard bumper support is to be bolted directly to the chassis rails on each side. Shear blocks to be utilized. Shear blocks to be as wide as the bracket that is being used.

19.4.3 Fasten all bumpers and plow frame mounts

with minimum grade eight bolts. All designed hardware to utilize positive locking devices with flange type hardened bolts.

19.4.4 Guide Rods: Bright orange, replaceable bolt

on flexible type.

□ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □

DETAILED REQUIREMENTS SECTION E.S.14-26AV JANUARY 15, 2014

YES NO

26

19.5 GRILLE/RADIATOR GUARD: To be incorporated with plow frame assembly (See Snow Plow Frame Assembly, Section 30.0).

19.6 LICENSE PLATE MOUNTING: Front license plate is to be

mounted to left side front of cab.

19.6.1 Mounting plate is to include an area for a NYS DMV inspection sticker.

19.7 FRONT TOWING: Front towing is to be accomplished by

towing from front bumper and demonstrated at the Pilot or final inspection. Towing from front is to be verified from vendor with appropriate supporting document.

19.8 FUEL TANK: F.H.W.A. approved, round only steel top

draw tank, fifty-gallon minimum capacity. Painted Green Dupont #79039AH, Ditzler PG #43829 acrylic enamel type paint.

19.8.1 Fuel Gauge: Include a graduated electric

fuel gauge visible on the dashboard instrument panel and a separate ground circuit for fuel gauge in-tank sending unit.

19.8.2 Tank Position: The tank shall be mounted on

the left hand drivers’ side. Location to be discussed at Plans Meeting and approved at the Pilot Inspection.

19.8.3 Fuel Fill: The tank shall have a minimum

four-inch fuel fill easily accessible from outside the vehicle.

19.8.4 Fuel Cap: Supply a non-siphon, hinged-type

cap 3-inch minimum with 10-inch strainer assembly, Protecto-Seal. 1/4” holes to be punched in bottom of strainer.

19.8.5 Drain: The tank shall have a drain at its

lowest point.

19.8.6 Stencil: “DIESEL FUEL ONLY”, in 3” White Letters.

19.8.7 Guard: Install 1/4” steel plate guard

before rear wheels for protection from loose skid chains, road debris, etc. Storage bin can be used in lieu of guard. Storage bin (tire side) to be 1/4” steel.

19.8.8 Rustproof: Bottom of fuel tank shall NOT be

rust-proofed.

19.8.9 DEF Tank: Refer to Page (36 Notes).

□ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □

DETAILED REQUIREMENTS SECTION E.S.14-26AV JANUARY 15, 2014

YES NO

27

20.0 CAB: The fully enclosed and insulated steel cab shall be of a conventional type cab configuration. All components, e.g. windows, doors, windshields, floorboard access plates, etc., must be properly and closely fitted.

20.1 JOINTS: All metal joints shall either be lapped or

protected by moldings.

20.2 CAB STEPS: Cab steps are not to exceed 18" from the ground on either side of the cab.

20.3 EXTERIOR HARDWARE: Door handles, grab handles,

mirror brackets, etc. shall be durable, chrome plated, plastic coated steel, stainless steel or anodized aluminum.

20.3.1 Four (4) Grab Handles (minimum):

20.3.1.1 Exterior: One (1) mounted

vertically behind each cab door, no higher than 5 feet 6 inches from ground level.

20.3.1.2 Interior: One (1) mounted on

each side of the cab, conveniently positioned to aid in entering the cab.

20.3.1.3 Additional: As required for

safety and convenience, as per the design of the cab. Vendor may be required to add additional handles as needed.

20.3.2 Mirrors: Heated side view, exterior mounted

mirrors shall be 7” x 16” for right and left hand operation and designed so that vibration will not obstruct operator's vision. Heater to be on separate ignition powered circuit with a weather pak connector or equal (minimum) 4" from mirror. Supply a labeled switch on dash.

20.3.2.1 Convex Spot Mirrors: Two (2),

6-inch minimum diameter, convex mirrors attached to the lower mirror braces on each side of cab.

20.3.2.2 Front cross view mirrors:

Install two front fender/hood mounted mirrors by Mirror Lite Co. part #SC070A to view obstacles in front of vehicle. NO SUBSTITUTIONS.

□ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □

DETAILED REQUIREMENTS SECTION E.S.14-26AV JANUARY 15, 2014

YES NO

28

20.4 DOORS: Manufacturers standard doors with full inner door panels with inside and outside locking mechanisms.

20.4.1 It shall not be possible to lock the cab

doors from outside the vehicle without a key.

20.4.2 Keys: Each vehicle shall utilize the same

key for ignition and doors.

20.4.2.1 All vehicles keyed alike.

20.4.2.2 Three sets of keys per vehicle.

20.4.3 Door Safety Reflectors: One screw type reflector is to be mounted on the lower interior side of each door.

20.4.3.1 Visible from behind the vehicle

when the doors are open.

20.4.3.2 Install Red “3M” Conspicuity tape Part # 06398 on the left and right side door jambs to be visible when doors are open.

20.4.4 Door And Door Sill Drains:

20.4.4.1 The doors shall be provided

with drainage holes.

20.4.4.2 The door sills shall be open on the bottom or shall have drainage holes.

20.5 GLASS: All glass shall be DOT/ANSI approved safety

type and clearly labeled.

20.5.1 All glass shall be tinted.

20.5.2 Rubber Gasket Mounted Windshield(s): Glue in type glass will not be acceptable.

20.6 VENTS & WINDOWS: Cab is to have operational door

windows and adjustable fresh air vents.

20.6.1 The passenger door is to have a lower view window.

20.6.2 Rear Cab Window: Manufacturers standard

one-piece window.

20.6.3 Cab is to have an adjustable roof vent, when installed by cab manufacturer.

□ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □

DETAILED REQUIREMENTS SECTION E.S.14-26AV JANUARY 15, 2014

YES NO

29

20.7 SUNVISORS: Two (2) large safety padded sun visors.

20.7.1 Document Pocket: Shall be provided in or above each visor (large pocket in left side door panel will be acceptable).

20.8 WIPERS: Two speed electric windshield wipers with

fixed interval (delay) feature, manufacturer’s standard.

20.8.1 Pattern: Wipers shall have an overlapping

pattern if the vehicle is equipped with a one-piece windshield.

20.8.2 Windshield Coverage: All efforts will be

made to provide the maximum visibility possible.

20.8.3 Electric Windshield Washers: With an

accessible labeled reservoir, to be included.

20.9 SEATS: All seats are to have vinyl upholstery

material.

20.9.1 Driver side and passenger side seats to be “Bostrom Talledega” 915, mid back, air suspension seat.

20.9.1.1 “Knee-Action” type seat is not

acceptable.

20.9.1.2 Four-Way Adjustable: Up and down, forward and rearward.

20.9.1.3 Seat to have inboard armrest.

20.9.1.4 Air supply line shall have a

check valve installed to prevent air loss in case of seat failure.

20.9.1.5 Seat Clearance: Between

leading edge of steering wheel and front of backrest shall be sixteen inches (16”) minimum.

NOTE: When no storage area is available in cab, a suitable location will be discussed at the Plans Meeting and approved at Pilot Inspection.

20.10 SEAT BELT/SHOULDER HARNESS: Manufacturer's premium combination seat belt/shoulder harness is required at both seats.

□ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □

DETAILED REQUIREMENTS SECTION E.S.14-26AV JANUARY 15, 2014

YES NO

30

20.10.1 Seat belt to be adjustable type.

20.10.2 Belt is to be long enough to accommodate large individuals.

20.10.3 Seat belt extenders are not acceptable.

20.10.4 Seat belts shall be orange, highly visible

in color.

20.11 HEATING, AIR CONDITIONING AND VENTILATION: The cab shall have the manufacturer’s premium system.

20.11.1 Premium equipment, production line heat,

ventilation, and air conditioning (HVAC) system will be provided.

20.11.2 Dash mounted controls.

20.11.3 Ducting for windshield and door window

defroster.

20.11.4 Variable speed blower motor.

20.11.5 Ignition switch powered.

20.11.6 Heater core and/or evaporator assemblies are to be designed for ease of removal and service.

20.11.7 All A/C lines to be routed as to prevent

chaffing. Grommets to be used when lines protrude through metal panels. All wiring to be loomed and secured.

20.12 DASH MOUNTED AUX FAN: All metal construction for

rough service. Non-oscillating, manually adjustable (“Red Dot”, 12V, 18MJ220P4), “no substitutions”.

20.12.1 Ignition Switch Powered: Dash panel mounted

two speed switch.

20.12.2 Location to be discussed at Plans Meeting and approved at Pilot Inspection.

20.13 INSTRUMENT PANEL: The illuminated instrument panel

shall include the following minimum requirement. All gauges shall be back-lit:

20.13.1 Speedometer/Odometer.

20.13.2 Engine Tachometer.

20.13.3 Engine Hour Meter, “VDO” or “HOBBS”.(to be

back-lit)

20.13.4 Fuel Gauge.

□ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □

DETAILED REQUIREMENTS SECTION E.S.14-26AV JANUARY 15, 2014

YES NO

31

20.13.5 Voltmeter.

20.13.6 Engine Oil Pressure Gauge.

20.13.7 Engine Coolant Temperature Gauge.

20.13.8 Transmission Oil Temperature Gauge.

20.13.9 Dual Circuit Air Pressure Gauge.

20.13.10 Low Engine Oil Pressure Indicator Light with Audible Alarm.

20.13.11 High Engine Coolant Temperature Indicator

Light with Audible Alarm.

20.13.12 High Transmission Temperature Indicator Light with Audible Alarm.

20.13.13 Low Coolant Level Indicator Light with

Audible Alarm.

20.13.14 Low Air Pressure Indicator Light with Audible Alarm.

20.13.15 Inter-axle/Differential Lock “Engaged”

Indicator Light with Audible Alarm.

20.13.16 Neutral Indicator Light.

20.13.17 Parking Brake Engaged Indicator Light.

20.13.18 “Hydraulic Pump On” Indicator Light.

20.13.19 Low Hydraulic Oil Level Indicator Light with Audible Alarm.

20.13.20 High Hydraulic Oil Temperature Indicator

Light with Audible Alarm.

20.13.21 Hydraulic Filter in By-Pass Mode Indicator Light with Audible Alarm.

20.13.22 “Body Raised” Indicator Light with Audible

Alarm.

20.13.23 “Tailgate Open” Indicator Light with Audible Alarm.

20.13.24 After-Treatment System Indicator Warning

Light and Alarm.

20.13.25 Urea Light (Low Level)

20.13.26 Urea Level Gauge

□ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □

DETAILED REQUIREMENTS SECTION E.S.14-26AV JANUARY 15, 2014

YES NO

32

20.14 HEIGHT WARNING PLACARDS: Minimum of three (3) permanently and securely mounted placards. Placards shall read actual maximum vehicle height plus four inches.

20.15 CAB LIGHTING: Manufacturer’s standard, cab interior

light with manual switch.

20.16 CONTROLS: All in cab controls must be easily accessible from the driver’s seat.

20.17 DOCUMENT HOLDER: Vendor to supply “Federal Mogul” –

“Signal Stat” #51.

20.18 TRIP TICKET HOLDER: Provide one (1) spring clip on dash to hold trip ticket.

20.19 BINDING POSTS AND POWER TAP: Provide a 12 volt power

tap or a cigarette lighter receptacle wired to the battery side of the ignition switch.

20.20 FIRE EXTINGUISHER: Five (5) lb. ABC Fire

Extinguisher mounted in the cab, on a conveniently located, quick release bracket. Location to be approved at Pilot Inspection. Fire Extinguisher manufacturers date is to be consistent with Model Year of vehicle.

20.21 CUP HOLDERS: Minimum of two (2) conveniently located

and securely mounted in cab.

20.22 RADIO FREQUENCY IDENTIFICATION TAG (RFID): Two (2) 3/16” holes to be provided to secure the RFID Tag to the vehicle. Tag shall be protected from damage. Tag must be secured to a metal surface and be located 56 1/4” from the road surface. DSNY will supply a mounting template. Exact location will be discussed at Plans Meeting and approved at the Pilot Inspection. See Attachment “1”. Vendor must also supply tag with each truck delivered. Company name is Transcore-Amtech Brand # AT5112 Transportation Tag - (No Substitutions). Corporate Office Telephone Number (717) 561-2400. System must be compatible with Department’s present configuration. All RFID Tags to be programmed by vendor before truck is presented to DSNY.

NOTE: To prevent rust, the drilled holes must be rustproof or painted prior to attaching the RFID Tag. NOTE: All components such as electrical harnesses, wiper motors, and fuse panels must not be located in area of personal space foot area, etc., to prevent damage to components. Under dash components must be covered

□ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □

DETAILED REQUIREMENTS SECTION E.S.14-26AV JANUARY 15, 2014

YES NO

33

with an OEM Factory cover only, fastened by a tamper proof type screw, the use of thumb screws/wing nuts/bolts are not acceptable. There shall be no access to components without removing covers. 21.0 ENGINE (STANDARD):

A minimum 10.8-liter displacement, electronically controlled, liquid-cooled, four-cycle, turbo charged diesel engine, compatible with the transmission and rear axle combination, is required to deliver the performance specified herein. The engine shall be compliant with United States Government and New York State emissions regulations at time of delivery. Engine shall be capable of using 20% Bio-Diesel with Ultra-Low Sulfur Diesel Fuel containing a maximum sulfur level of 15 parts per million.

NOTE: A minimum 13-liter engine must be available as an option in lieu of standard and will be specified in PACKAGE “G”. NOTE: Emission credits cannot be used in lieu of a control system that will promote a lower soot and Nox Emissions. Best Available Technology will be incorporated on all engines associated with this contract. NOTE: Each vehicle purchased under this contract will operate using ultra-low sulfur diesel fuel containing a maximum Sulfur level of 15 parts per million. Engine must also be able to operate on Bio-Diesel up to 20%. All engines will require this statement.

21.1 DISPLACEMENT: Minimum 10.8-liter.

21.2 HORSE POWER/TORQUE: Minimum 325 Gross HP at 1600-1900 RPM maximum and 1200 ft. lbs. torque minimum at 1300 RPM maximum.

21.3 GOVERNOR: The engine shall be equipped with

electronic controls to provide precise engine control over the recommended engine RPM range and the vehicle speed range.

21.4 ENGINE COOLING SYSTEM: Engineered to maintain normal

engine and transmission operating temperatures under extreme operating conditions.

21.4.1 Coolant: The cooling system shall be filled

with a mixture of 50% permanent type anti-freeze, Ethylene Glycol and 50% water, to protect the system to approximately minus thirty-five degrees Fahrenheit. (-35oF). Any OEM coolant supplied must be compatible with Ethylene Glycol, if not it must be changed out at Factory.

□ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □

DETAILED REQUIREMENTS SECTION E.S.14-26AV JANUARY 15, 2014

YES NO

34

21.4.2 “Penray’s” “Pencool”: The cooling system shall be properly pre-charged with “Penray’s” “Pencool 3000” inhibitor product, to achieve a level of twelve hundred parts per million (1200 ppm), or as recommended by “Penray”.

21.4.3 Coolant Filter: The engine cooling system

shall be equipped with replaceable spin-on type water filter, “Penray” “Need Release”, properly sized for the application. Install shut-off valves to prevent coolant from draining on vehicle components, when servicing the filter. Automatic shut-off valves are acceptable.

21.4.4 Radiator: The largest capacity offered for

the drive train supplied. Install a guard plate under vehicle to protect radiator from damage.

21.4.4.1 Supply a copper-cored radiator,

when offered by the chassis manufacturer.

21.4.5 The radiator or coolant see through

expansion tank, which ever is most appropriate to indicate full level, shall include a sight glass or other provision for liquid level sighting.

21.4.6 Water Pump: The water pump shall be a

readily demountable, engine driven, centrifugal pump.

21.4.7 Drain Valves: The cooling system shall have

a drain valve for completely draining the coolant.

21.4.7.1 The drain valve is to be

protected from damage.

21.4.7.2 The drain valve is not to drain on vehicle components.

21.4.8 Heater Core Shut Off Valves: Supply

separate 1/4 turn shut off valves for each heater hose at the source of supply.

21.4.9 Hoses: All coolant system and heater hose

applications shall utilize Silicone Type Hoses.

21.4.10 Constant Torque Hose Clamps: Constant torque

hose clamps (“Oetiker”) will be used on all coolant hoses one half inch (½”) or larger in diameter and they shall be properly torque.

□ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □

DETAILED REQUIREMENTS SECTION E.S.14-26AV JANUARY 15, 2014

YES NO

35

21.4.11 Tubing: When tubing is used in the cooling

system, it shall be fabricated from copper, steel or aluminum, and will have barbed ends.

21.4.12 Tubing shall be properly secured with

insulated clamps.

21.5 EXHAUST SYSTEM: A premium muffler is to be mounted vertically behind the cab and is to provide maximum noise reduction. The exhaust system is to be approved by the engine manufacturer. Exhaust not to be mounted to cab; it shall be mounted to chassis mounted stand.

21.5.1 Shielding: The exhaust system shall be

guarded with vented stainless steel shielding to protect maintainers and operators from injury due to exhaust system heat.

21.5.2 Stainless Steel Applications: Flex-pipes

and exhaust swivel ball joint assemblies are to be stainless steel.

21.5.3 A replaceable exhaust stack shall be

provided on the outlet of the exhaust.

21.5.4 Routing: The exhaust system is to be designed and routed in such a way as to prevent radiating excessive heat to the cab, transmission and other vehicle components.

21.5.5 Exhaust is to have a dedicated mounting

assembly. Exhaust is not to be mounted to the cab. Mounting to be discussed at Plans Meeting and approved at Pilot Inspection.

21.5.6 The exhaust shall direct fumes away from cab

interior. NOTE: Care shall be taken to keep steering, transmission and other hydraulic hoses away from the exhaust system. All hoses are to be protected from excessive exhaust heat.

21.6 AFTER TREATMENT: Engine to comply with Emission Standards at time of Bid. DPF System is to include Regen Activity Indicator Lights. After Treatment Systems to include exhaust port for exhaust snorkel to adapt to in shop area. After-treatment system shall include a device that diffuses or dissipates hot exhaust gases before releasing it into the atmosphere.

□ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □

DETAILED REQUIREMENTS SECTION E.S.14-26AV JANUARY 15, 2014

YES NO

36

NOTE: Caution must be considered where exhaust pipes are routed and/or exited, in order to prevent fires to refuse and surrounding environment such as trees, leaves, and guard against (excessive) heat conditions. NOTE: Prime contractor must supply/upgrade all components

necessary to adequately support the after treatment system without adversely affecting the entire vehicle operation.

NOTE: Selective Catalytic Reduction (SCR) – Where applicable, when an SCR system is used to reduce NOx Emissions, the system must be designed with the following criteria’s:

1. Adequately sized to minimize urea refills.

2. Employ a means to prevent urea solution from freezing.

3. Install urea filtration system as required.

4. Urea tank must be plastic.

5. Fill from ground position.

6. Clearly identified.

7. Must be SAE Compliant at time of Bid.

8. Low level light.

9. Magnetic fuel inlet.

21.7 ENGINE MONITORING: The monitoring of engine

performance and condition shall be accomplished utilizing premium, high-quality instrumentation.

21.7.1 Engine Protection-Shutdown System: VMAC V,

DDEC V and Celect, alarm and positive shutdown system, with automatic override. System to be most current at time of bid All audible alarms must be mounted inside the dashboard to discourage tampering. The system will monitor the following with 30 second delay:

21.7.1.1 Low Engine Oil Pressure

21.7.1.2 Low Coolant Level (Alarm only)

21.7.1.3 High Coolant Temperature

21.7.1.4 High Transmission Temperature

(See 22.5)

□ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □

DETAILED REQUIREMENTS SECTION E.S.14-26AV JANUARY 15, 2014

YES NO

37

21.8 OIL REQUIREMENT: The motor oil shall be approved by

the engine manufacturer and must be compatible with new lubricating oils (API) Type CJ-4, Viscosity Grade 15W40, currently utilized by the Department.

21.9 DRAIN PLUG: Magnetic type.

21.10 OIL FILTERS: Engine manufacturer's standard spin-on

type easily accessible.

21.11 FUEL FILTERS: Engine manufacturer’s standard.

21.12 ADDITIONAL FUEL FILTER: Davco Fuel Filter Part # 384952MAK-25, 12V Preheat, designed for Bio-Diesel (B20). Unit to incorporate water separator and electric heater. Heater to be 12V 250 Watt @ 60o F minimum. Filter housing shall be labeled.

21.12.1 Shielding: The unit must be easily

accessible and be protected from road hazards or debris.

21.13 FUEL PRIMER: Electric high volume rotary type

designed to prime the entire system including filters.

21.13.1 Primer Switch: Spring loaded, momentary,

weatherproof, powered through ignition circuit and properly labeled. Switch to be mounted as close to filters as possible.

21.14 AIR FILTER: Replaceable dry type air cleaner with

easily visible restriction indicator.

21.15 COLD STARTING AID: Install the engine manufacturers recommended cold start aid.

22.0 PACKAGE “G” - (13 L ENGINE):

Shall be provided in lieu of standard 10.8 liter engine, must meet all general engine specifications listed in Engine Section 21.0 and shall include the following additional requirements:

22.1 DISPLACEMENT: 13 Liter, minimum.

22.2 HORSEPOWER: 425 gross HP at 1500 - 1800 RPM,

maximum.

22.3 TORQUE: 1570 ft. lbs. torque, minimum at 1100 - 1400 RPM, maximum.

23.0 TRANSMISSION AND DRIVESHAFTS:

Supply an “Allison” HD-4500 RDS Transmission, equipped witha PTO mounting port and push-button keypad.

□ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □

DETAILED REQUIREMENTS SECTION E.S.14-26AV JANUARY 15, 2014

YES NO

38

23.1 RELS SYSTEM: In the interest of improving fuel economy and reducing heat load in the transmission, unit supplied shall utilize RELS (Reduced Engine Load at Stop) Technology.

23.1.1 When this function is enabled and conditions

are met, TCM will command transmission to operate at a reduced load state.

23.2 SERVICE INTERVAL: To be compatible with current

department vehicles, Minimum 2 years or 5000 hours.

23.3 TRANSMISSION COOLING SYSTEM: Engineered to maintain normal operating fluid temperature under extreme operating conditions.

23.3.1 The system shall be designed utilizing

transmission manufacturer approved, properly sized, fluid transmission lines, and an external heat exchanger.

23.3.2 Properly route and secure all lines to

prevent abrasion and protect from excessive exhaust heat.

23.4 SHIFT RANGE SELECTOR: Illuminated keypad designed

for this application.

23.4.1 Mounted on the dashboard panel.

23.4.2 The keypad shall include fluid level read-out capabilities.

23.5 OPERATING INSTRUCTIONS: Transmission-operating

instructions permanently mounted in the cab.

23.6 TRANSMISSION MONITORING & PROTECTION: When transmission oil temperature is high, the transmission shall go into limp mode and not shut engine down. Transmission external electrical connections shall be coated with dielectric grease to prevent corrosion.

23.7 TRANSMISSION FILTER(S): Allison “High Capacity”

internal filters. External filters will not be acceptable.

23.8 DIP STICK/OIL FILL: External type checks and fill. A

tethered, bayonet type dip stick, graduated to indicate hot, cold, add, full and amount of oil to be added between low and full. Electronic dipstick will also be used. The oil fill shall be located in an easily accessible location. Transmission dipstick/tube to be sealed prior to acceptance after being checked and approved by DSNY inspectors.

23.9 FLUID TYPE: Transmission manufacturer’s synthetic

transmission fluid. (Transynd).

□ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □

DETAILED REQUIREMENTS SECTION E.S.14-26AV JANUARY 15, 2014

YES NO

39

23.10 SAFETY: Transmission shall be limited in first gear

when the body rails are “off rest” position.

23.11 DRIVE SHAFTS: Full round yoke type, drive shaft assemblies shall be used on all applications.

23.12 MAIN DRIVESHAFT: Minimum “Dana”, “Meritor” 1810HD

designed for this application.

23.13 INTER-AXLE DRIVESHAFT: Minimum “Dana”, “Meritor” 1710 designed for this application.

24.0 AXLES AND SUSPENSION – PACKAGES “H – J”:

Manufacturer's heavy duty axles, brakes and suspension shall be provided. Axles and brakes to be fully shielded to prevent water splash and dirt from entering critical areas. Suspension system shall be designed to support GVWR associated with specified vehicle configuration.

NOTE: Multiple axle and suspension configurations must be available as an option in lieu of standard and will be specified in Axle and Suspension “PACKAGES”.

24.1 FRONT AXLE: The front axle shall be “Mack” or “Meritor”. 20,000 lbs. minimum capacity with an adequate factor of safety. Permanently sealed and lubricated bearings shall be used. Use “Axilok” by “Met Form” or “PRO-TORQ” by Stemco.

24.2 FRONT SUSPENSION: Supply the manufacturer’s

standard, twenty thousand (20,000) lbs. minimum capacity, multi leaf spring suspension.

24.3 REAR AXLE ASSEMBLY: The rear axle shall be “Mack” or

"Meritor", fifty two thousand (52,000) lbs. minimum capacity, double reduction, tandem axle and must have manufacturers certified rating.

24.4 REAR SUSPENSION: Supply a “Ridewell RD-202S

Dynalastic” fifty two thousand (52,000) lbs. minimum capacity, rubber mount, cushion type rear suspension, with torque rods.

24.5 REAR AXLES: To incorporate unitized wheel bearing

nut/lock system. Use “Axilok” by “Met Form” or “PRO-TORQ” by Stemco.

24.5.1 Rear axles shall utilize synthetic gear oil.

24.5.2 Fill plugs shall be painted “Red”.

24.5.3 Fluid identification label, stating

manufacturers recommended type, shall be located near fill plug.

24.6 LUBE POINTS: All lubrication points shall be tapped

and equipped with standard grease fittings.

□ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □

DETAILED REQUIREMENTS SECTION E.S.14-26AV JANUARY 15, 2014

YES NO

40

24.7 INTER-AXLE DIFFERENTIAL LOCKOUT: The inter-axle

differential lockout is to have a conveniently located dashboard mounted switch with a warning alarm and light.

24.8 SHOCK ABSORBERS: Manufacturer’s highest quality shock

absorbers. “Koni” or equal for the specified weight rating on both front and rear axle assemblies. No substitutions. Monroe or Gabriel shocks will not be accepted.

24.9 AXLE REMOVAL LABELS: Each side of body, between

tandems, will have a placard, or similar permanent label stating, “REMOVE AXLE SHAFTS BEFORE TOWING”.

24.10 AXLES AND SUSPENSION – PACKAGE “H”: Shall be

provided in lieu of standard axle and suspension configuration, must meet all general requirements specified in the Axle and Suspension Section 23.0 and shall include the following additional requirements:

24.10.1 Front Axle: The front axle shall be “Mack”

or “Meritor”. 20,000 lbs. minimum capacity with an adequate factor of safety. Permanently sealed and lubricated bearings shall be used. Use “Axilok” by “Met Form” or “PRO-TORQ” by Stemco.

24.10.2 Front Suspension: Supply the manufacturer’s

standard, twenty thousand (20,000) lbs. minimum capacity, multi leaf spring suspension.

24.10.3 Rear Axle Assembly: The rear axle shall be

“Mack” or "Meritor", fifty two thousand (52,000) lbs. minimum capacity, double reduction, tandem axle and must have manufacturers certified rating.

24.10.4 Rear Suspension: Supply a fifty two

thousand (52,000) lbs. minimum capacity, multiple leaf spring “Camelback” suspension.

24.11 AXLES AND SUSPENSION – PACKAGE “I”: Shall be

provided in lieu of standard axle and suspension configuration, must meet all general requirements specified in the Axle and Suspension Section 23.0 and shall include the following additional requirements:

24.11.1 Front Axle: The front axle shall be “Mack”

or “Meritor”. 20,000 lbs. minimum capacity with an adequate factor of safety. Permanently sealed and lubricated bearings shall be used. Use “Axilok” by “Met Form” or “PRO-TORQ” by Stemco.

□ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □

DETAILED REQUIREMENTS SECTION E.S.14-26AV JANUARY 15, 2014

YES NO

41

24.11.2 Front Suspension: Supply the manufacturer’s standard, twenty thousand (20,000) lbs. minimum capacity, multi leaf spring suspension.

24.11.3 Rear Axle Assembly: The rear axle shall be

“Mack” or "Meritor", fifty two thousand (52,000) lbs. minimum capacity, double reduction, tandem axle and must have manufacturers certified rating.

24.11.4 Rear Suspension: Supply a “mRIDE” fifty two

thousand (52,000) lbs. minimum capacity, multi leaf spring over rubber block rear suspension, with V-rod torque rods.

24.12 AXLES AND SUSPENSION – PACKAGE “J”: Shall be

provided in lieu of standard axle and suspension configuration, must meet all general requirements specified in the Axle and Suspension Section 23.0 and shall include the following additional requirements:

24.12.1 Front Axle: The front axle shall be “Mack”

or “Meritor”. 20,000 lbs. minimum capacity with an adequate factor of safety. Permanently sealed and lubricated bearings shall be used. Use “Axilok” by “Met Form” or “PRO-TORQ” by Stemco.

24.12.2 Front Suspension: Supply the manufacturer’s

standard, twenty thousand (20,000) lbs. minimum capacity, multi leaf spring suspension.

24.12.3 Rear Axle Assembly: The rear axle shall be

“Mack” or "Meritor", fifty eight thousand (58,000) lbs. minimum capacity, double reduction, tandem axle and must have manufacturers certified rating.

24.12.4 Rear Suspension: Supply a fifty eight

thousand (58,000) lbs. minimum capacity, multiple leaf spring “Camelback” suspension.

25.0 STEERING:

25.1 TURNING RADIUS: Without modification to standard axle parts, less than forty feet (40’), as defined by SAE J695: 3.2.

25.1.1 Body Design, 2010 Emission Equipment, etc.

shall not affect turning radius.

25.2 STEERING GEAR: Supply manufacturer's optimum power assisted steering, (“Sheppard”) only – “no substitutions”.

□ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □

DETAILED REQUIREMENTS SECTION E.S.14-26AV JANUARY 15, 2014

YES NO

42

25.3 POWER STEERING PUMP: The manufacturer shall supply the recommended pump for this application.

25.3.1 A mechanical override of the power steering

pump is to be provided to give full steering control in case of a power steering failure from inoperative engine.

25.4 POWER STEERING RESERVOIR AND FLUID: The power

steering reservoir shall be easily serviced. Label the reservoir with the type of oil to be used. The reservoir shall use fluid and filters recommended by the manufacturer.

25.4.1 Power steering hoses are to be routed to

prevent fluid overheating and hose abrasion wear.

25.4.2 When tubing is used in the power steering

system, it shall be steel and have barbed ends.

26.0 TIRES AND WHEELS, PACKAGES “K” – “L”:

Tires and wheels shall be provided in accordance with specified GVWR configuration and shall be rated to sustain all loads associated with GVWR. Position valve stems for ease of tire inflation. Install Mylar label with tire pressure above each wheel position. Multiple tire and wheel configurations must be available as an option in lieu of standard and will be specified in Tire and Wheel “PACKAGES”.

26.1 FRONT AXLE TIRES: Two (2) tubeless 315/80R 22.5L

(10,000 lbs rating each), steel belted radial 20 Ply (Michelin XZU-S or Bridgestone M860). Supply Mylar Label Green with White Lettering that states “315/80R 22.5L ONLY”. Tires to be inflated to 130 PSI.

26.2 HUB PILOTED FRONT WHEELS: (For 315/80R 22.5L tires),

(Michelin XZU-S, or Bridgestone M860) manufacturer's hub piloted rim designed for intended tire. Accuride Part # 29039 front rims to be painted “green”. Use hub-piloted flange nuts in front, “Disc-Lok” only, no substitutions. Supply socket to flange nut for 1” square drive. Supply one (1) per truck. No Substitutions for either the Accuride Rim or Disc-Lok Nuts.

26.3 REAR AXLE TIRES: Eight (8) tubeless 315/80R 22.5L

(10,000 lbs rating each), steel belted radial 20 Ply (Michelin XZU-S or Bridgestone M860). Supply Mylar Label green with white lettering that states “USE ONLY GREEN RIM ON FRONT”. Tires to be inflated to 120 PSI.

□ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □

DETAILED REQUIREMENTS SECTION E.S.14-26AV JANUARY 15, 2014

YES NO

43

26.4 HUB PILOTED REAR WHEELS: Accuride, hub piloted rear wheels 315/80R 22.5L (Michelin XZU-S or Bridgestone M860) in lieu of spoke wheel for the rear tandems. Rims to be supplied with all necessary components associated with the rim. Use hub-piloted nuts with flange - “Disc-Lok” only – No Substitutions for either the Accuride Rim or Disc-Lok Nuts.

26.5 TIRE PRESSURE PLACARDS: On both sides of the

vehicle, and above each axle, front and rear, mount placards stating the recommended tire pressure.

26.6 VALVE CAP: Supply round domed, metal valve cap.

26.7 BAR CODING: For each tire supplied under this

contract, mounted on vehicle and spares, the following shall apply. All tires shall have affixed a bar code Id. The Id will be vulcanized to the inside of tire, 3/4 inch above rim flange. The bar code is to be on the same side as the DOT markings within + 30°. The bar code will be supplied by the Department of Sanitation. Contact the supervisor of the Tire Shop at 718 334-8904 to secure bar code Ids. Prime contractor is to install the bar code Id as per manufacturer installation procedure; procedure is available from DSNY Tire Shop Office.

NOTE: To procure ID patches, manufacturer’s installation instructions and tire mounting instructions, or if there are any questions as to the above, please contact the Tire Shop Supervisor at (718) 334-8904.

26.8 TIRE MOUNTING: The following is a guide to be used for mounting all tires on rims.

26.8.1 On tubeless tires the tire will be

positioned on the rim such that the bar code is at the valve. Position tire valve stems for ease of tire inflation.

26.8.2 On one piece rims the bar code will be

mounted on the inside of the tire. NOTE: If there is any question as to mounting the tire or bar code please contact the supervisor of the Tire Shop at 718 334-8903 for instructions.

26.9 SPARE TIRES: Tires mounted on rims, properly inflated and ID bar coded, must be identical to those furnished on the vehicle. Spare tires are to be delivered to:

NYC Dept. of Sanitation Tire Shop 52-07 58th Street - lower level

Woodside, N.Y. 11377 ATTN: Tire Shop Supervisor (718) 334-8901

□ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □

DETAILED REQUIREMENTS SECTION E.S.14-26AV JANUARY 15, 2014

YES NO

44

26.10 TIRES AND WHEELS – PACKAGE “K”: Shall be provided in lieu of standard tire and wheel configuration, must meet all general requirements specified in the Tire and Wheel Section 25.0 and shall include the following additional requirements:

26.10.1 Front Axle Tires: Two (2) tubeless 425/65R

22.5L (11,400 lbs rating each), steel belted radial 20 Ply (Michelin XZY-3 or Goodyear G296 MSA). Tires to be inflated to 120 PSI.

26.10.2 Hub-Piloted Front Wheels: (For Michelin

XZY-3 or Goodyear G296 MSA, 425/65R 22.5L tires), Accuride hub piloted off-set rim designed for intended tire. Use hub-piloted flange nuts in front, “Disk Lok” no substitutions. Supply socket to flange nut for 1” square drive. Supply one (1) per truck. No substitutions for either Accuride Rim or Disc-Lok nuts.

26.10.3 Rear Axle Tires: Eight (8) tubeless 11R

24.5L (6,610 lbs rating each), Michelin XZY-3 or Goodyear G282 MSD. Supply Mylar Label green with white lettering that states. Tires to be inflated to 120 PSI.

26.10.4 Hub Piloted Rear Wheels: Accuride, hub

piloted rim, designed for intended 11R 24.5L tire shall be provided in lieu of spoke wheel for the rear tandems. Rims to be supplied with all necessary components associated with the rim. Use hub-piloted nuts with flange - “Disc-Lok” only – No Substitutions for either the Accuride Rim or Disc-Lok Nuts.

26.11 TIRES AND WHEELS – PACKAGE “L”: Shall be provided in

lieu of standard tire and wheel configuration, must meet all general requirements specified in the Tire and Wheel Section 25.0 and shall include the following additional requirements:

26.11.1 Front Axle Tires: Two (2) tubeless 425/65R

22.5L (11,400 lbs rating each), steel belted radial 20 Ply (Michelin XZY-3 or Goodyear G296 MSA). Tires to be inflated to 120 PSI.

26.11.2 Hub-Piloted Front Wheels: (For Michelin

XZY-3 or Goodyear G296 MSA, 425/65R 22.5L tires), Accuride hub piloted off-set rim designed for intended tire. Use hub-piloted flange nuts in front, “Disk Lok” no substitutions. Supply socket to flange nut

□ □ □ □ □ □ □ □ □ □ □ □ □ □

DETAILED REQUIREMENTS SECTION E.S.14-26AV JANUARY 15, 2014

YES NO

45

for 1” square drive. Supply one (1) per truck. No substitutions for either Accuride Rim or Disc-Lok nuts.

26.11.3 Rear Axle Tires: Eight (8) tubeless 12R

24.5L (7,160 lbs rating each), Michelin XZY-3 or Goodyear G177. Supply Mylar Label green with white lettering that states. Tires to be inflated to 120 PSI.

26.11.4 Hub Piloted Rear Wheels: Accuride, hub

piloted rim, designed for intended 12R 24.5L tire shall be provided in lieu of spoke wheel for the rear tandems. Rims to be supplied with all necessary components associated with the rim. Use hub-piloted nuts with flange - “Disc-Lok” only – No Substitutions for either the Accuride Rim or Disc-Lok Nuts.

27.0 AIR BRAKE SYSTEM:

Dual air brakes with ABS to comply with FMVSS 121 Law. The air brake system must comply with all current Federal, State and Local regulations at the time of Bid. All system components shall be of same manufacturer and uniform throughout the order. The application valve(s) shall have an anodized or corrosion resistant housing with a corrosion resistant stainless steel pin and be mounted in such a way so as to prevent dirt accumulation and be protected from road splash. Relay valves shall be mounted in a location accessible for servicing. The brake system shall be designed to provide immediate brake release both in normal service applications and in interlock functions. The entire brake system shall be engineered to prevent noise upon brake application. All manufacturers certified brake ratings are to be provided at Plans Meeting.

27.1 COMPRESSOR: “Meritor”, “Wabco” 37.4 CFM minimum. The

compressor shall be engine lubricated and water-cooled. Filtered engine intake air shall be used as the air supply for the compressor. Compressor shall be gear-driven where engine provisions permit.

NOTE: Compressor must be able to support all brake system functions, as well as after-treatment system and all normal chassis functions if applicable. Do not install check valve in air dryer system.

27.2 DESICCANT AIR DRYER: Install a Single Stage “Bendix” “AD-IP” air dryer with spin-on cartridge and thermostatically controlled heating element. Label “AIR DRYER” near air dryer assembly.

27.2.1 Location: The air dryer shall be mounted

outside of the chassis rail, easily accessible for service, and must not require removal of the air dryer assembly to replace desiccant.

□ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □

DETAILED REQUIREMENTS SECTION E.S.14-26AV JANUARY 15, 2014

YES NO

46

27.2.2 Electrical Circuit: The air dryer heater is

to have a dedicated circuit adequate to handle current required.

27.3 ALCOHOL INJECTOR: Install an alcohol evaporator unit

“Haldex-Midland” P/N A72420.

27.3.1 Location: Mount unit outside chassis rail easily accessible for servicing.

27.3.2 Connections: Alcohol evaporator unit is to

be connected downstream from the air dryer.

27.3.3 Labeling: Stencil “Alcohol” on reservoir housing.

27.4 RESERVOIRS: The wet tank shall include a high-

pressure safety valve and an automatic heated air drain valve.

27.4.1 Cable Operated Drain Valves: All remaining

tanks shall include cable actuated manual drain valves with all cables easily accessible from outside vehicle.

27.4.2 Labeling: Label all drain cables at access

points.

27.5 APPLICATION VALVE: The application valve shall have a corrosion resistant stainless steel pin.

27.5.1 Mounting: The application valve shall be

mounted to prevent dirt accumulation.

27.6 RELAY VALVES: Relay valves shall be mounted to prevent dirt accumulation and be protected from road splash, in a location accessible for servicing.

27.7 LININGS: Premium non-asbestos lining shall be used

on all wheels. Lining shall be designed to allow application without excessive noise.

27.7.1 Brake Dust Shields: The brake linings shall

be enclosed and protected against dirt and road splash with primed and painted brake dust shields.

27.7.2 Inspection Openings: Provide inspection

openings in the dust shields to inspect brake shoe wear.

27.8 SLACK ADJUSTERS: Manufacturers premium self-

adjusting type "Haldex" or “Meritor”. Gunite is NOT acceptable.

□ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □

DETAILED REQUIREMENTS SECTION E.S.14-26AV JANUARY 15, 2014

YES NO

47

27.8.1 Accessibility: Slack adjusters are to be easily accessible for lubrication and manual adjustment.

27.9 DRUMS: Brake drums on all wheels shall be of cast

iron alloy. “Centrafuse” drums are not acceptable.

27.10 PARKING BRAKES: The parking brake control valve shall be equipped with a yellow colored metal handle. Label valve.

27.10.1 Park Brake Indicator: A labeled red

indicator light shall be mounted on the instrument panel to indicate parking brake application.

27.10.2 Warning Label: Two (2) labels are to

indicate, “Parking brake must be Set manually when Exiting Cab”.

27.10.2.1 Locate one (1) by the brake

knob.

27.10.2.2 Locate one (1) inside the left door.

27.10.3 Spring Brake Release: A mechanical spring

brake release mechanism shall be provided to release brakes, when the vehicle is being towed.

27.10.4 Brake release devices are to be stored on

the fail-safe brake chambers.

27.11 SAFETY DEVICES-INDICATORS: The air brake system shall include audible and visible indications of low air pressure.

27.11.1 The air system will include a dash mounted,

dual-circuit air pressure gauge.

27.11.2 A low air buzzer mounted inside the dash, and a labeled, dash-mounted indicator light.

27.11.3 The park brake shall automatically apply

when the air pressure drops below 40 PSI.

27.12 GLADHANDS: Two (2) easily accessible glad-hands, will be mounted to the front of the vehicle to utilize its braking system, while it is being towed. Glad-hands are to be installed in accordance with SAE J318.

27.12.1 Position: Service brake glad-hands to be on

street side of vehicle. Emergency brake

□ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □

DETAILED REQUIREMENTS SECTION E.S.14-26AV JANUARY 15, 2014

YES NO

48

glad-hands to be on curbside. Glad-hands and dust covers will not protrude beyond the front bumper.

27.12.2 Vented Dust Covers: The dust covers will be

vented.

27.12.3 Retaining Chains: The dust covers are to have retaining chains to prevent loss.

27.12.4 Color Coding: Glad hands and dust covers

will be color-coded: Red for Emergency Brake, and Blue for Service Brake. Glad hand operation to be checked at Pilot.

27.13 AUTOMATIC TRACTION CONTROL: ABS Configuration to

include Automatic Traction Control. Include dash mounted deep mud/snow switch. Indicator light and switch are to be properly labeled. Mount instruction label near switch. 6S6M System on all wheels.

28.0 ELECTRICAL SYSTEM:

28.1 GENERAL: A completely designed and coordinated twelve-volt, negative ground electrical system shall be provided.

28.1.1 The system must be designed in such a way

that all components are permanently grounded to the negative side of the batteries (-), and positively (+) energized.

28.1.2 All components must be selected to meet the

severe service requirements that will be imposed.

28.1.3 All wire terminals, external to cab, are to

be protected against corrosion with “Liquid Electric Tape”.

28.1.4 All electrical devices e.g. circuit

breakers, relays, switches, solenoids, shall be designed in accordance with applicable SAE Standards.

28.1.5 All components such as relays, fuses

harnesses and wiper motors shall not be exposed and in the operators foot area to prevent damage.

28.2 BATTERIES: Minimum of four (4) maintenance free, twelve (12) volt batteries, BCI 31 top stud type secured to battery tray. Positive stud to be protected from accidental grounding with rubber or plastic cover.

□ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □

DETAILED REQUIREMENTS SECTION E.S.14-26AV JANUARY 15, 2014

YES NO

49

28.2.1 Capacity: Minimum 1000 CCA each, reserve capacity – 185 minutes.

28.2.2 Battery Compartments: Lockable with a 3/8"

hole for security lock.

28.2.3 Cables: Minimum 000 gauge.

28.3 WIRING: All wiring shall conform to the Society of Automotive Engineers (SAE) Standards: J-1292, J-1127, J-1128 and J-2202.

28.3.1 Wiring shall be TXL, STS, HTS, or SXL Type.

28.3.2 All wiring runs shall be adequately secured

with reusable cable clamps.

28.3.3 All wiring shall be covered with protective loom and properly secured.

28.3.4 Wiring passing through compartment walls

shall be insulated with grommets, bulk head connector or other equally protective material.

28.3.5 External body wiring shall be routed through

conduit or equally protective material.

28.3.6 Weatherproof junction boxes are to be designed to facilitate servicing.

28.3.7 All wiring splices to be soldered.

28.3.8 The use of “Scotch-Lok” type connectors will

not be acceptable.

28.3.9 All wiring shall have lug type terminal ends, or push-on type with locking modular plugs.

28.4 CIRCUIT PROTECTION: Circuit breakers and fuses.

28.4.1 Circuit overload protection shall conform to

the SAE J-553 Standard, Type III, manual reset, and Type I, automatic reset.

28.4.2 Fuses to conform to SAE J1284, J2077 and

J554.

28.4.3 Manual or modified reset, circuit breakers or fuses shall be mounted in a gang type terminal block inside the cab.

28.4.4 Circuit breakers and fuses must be readily

accessible for resetting or replacement and installed in a weatherproof location.

□ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □

DETAILED REQUIREMENTS SECTION E.S.14-26AV JANUARY 15, 2014

YES NO

50

28.4.5 Circuit breaker or fuse locations are to be labeled as to what they protect, at or near their respective locations.

28.4.6 Supply two (2) spare twenty amp circuit

breakers and/or fuses, labeled and located in, or near, the gang terminal box.

28.5 ALTERNATOR: “Delco” Model No. 40 SI, brushless, 240

Amp minimum out-put with remote sense technology. Alternator to have Protection Diode to protect alternator from accidental reverse polarity.

28.6 MAIN DISCONNECT: A Flaming River switch (Part #

FR1003) and bracket (Part # FR1007) with a manual reset circuit breaker shall be provided. Switch to be mounted in rear of battery box. Breaker must be rated 25% above alternator output. No Exceptions.

28.7 STARTER: Delco Model MT39 H.D. Include “IMS” relay

when recommended by Delco. Starter to be shop rebuildable with readily available parts, armature, brushes and drive gear, etc. Starter to have over-crank protection.

28.8 STARTER PROTECTION: Provide a system designed to

prevent starter motor engagement when the engine is running.

28.8.1 The system can be wired through existing

engine electronics or an electronic, frequency sensing device, consisting of a “Synchro-Start” Module, mounted under dash, away from heat sources.

28.9 AUXILIARY STARTING: The vehicle shall be equipped

with an auxiliary starting system, which will allow boosting of batteries from one vehicle to another. “Whitaker”.

28.9.1 This system must be compatible with the

current system utilized by the Department.

28.9.2 000 gauge cable shall be used and the connector end must have a protective cap.

28.9.3 Do not supply jumper cables.

28.10 SWITCHES: All switches shall be stud type

connections or push-on type with locking modular molded plug.

28.10.1 Switches must be rated for current

capacities on all circuits that they will control.

28.10.2 All externally mounted switches shall be

sealed and weatherproof.

□ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □

DETAILED REQUIREMENTS SECTION E.S.14-26AV JANUARY 15, 2014

YES NO

51

28.11 FLASHERS: All flashing unit devices must be located

in cab or weatherproof compartment.

28.11.1 Hazard/Turn Signal Flasher: Both the hazard warning system and the turn signal system shall operate with a common durable flasher unit.

28.12 DAYTIME RUNNING LIGHTS: Install daytime running

light system to run headlights during daytime operation. Manufacturer’s System, “See-Me Lights Corp.”, or “Hamsar Imports, Inc.”.

28.13 FMVSS LIGHTING AND REFLECTORS: All lights and

reflectors must comply with all current Federal Motor Vehicle Safety Standards No.108 and New York State Department of Motor Vehicles regulations at the time of delivery.

28.13.1 Exterior FMVSS lighting is to utilize LED

technology.

28.13.2 All body light wires, junction boxes and connections are to be water and vapor proof to prevent corrosion.

28.13.3 All standard bulbs, when used, must be fleet

service type. (LED Type Lights when available).

28.13.4 All lenses are to be made of “Lexan”.

28.13.5 All lamp lenses are to be secured to their

housings, or to the vehicle with screws.

28.13.6 All lights shall be recessed and/or guarded and contain shock mounted sockets to prevent breakage.

28.13.7 Chassis Cab Lighting: Cab Manufacturers’

standard FMVSS No.108 lighting and is also to include the following:

28.13.7.1 Plow Lights: When the plow

interferes with headlight and/or front signal lights, additional plow-light assemblies are required.

28.13.7.2 When standard vehicle harness

wiring permits, the plow lights and headlamps shall be wired to operate in the same manner as on DSNY, 26AU Series Vehicles.

□ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □

DETAILED REQUIREMENTS SECTION E.S.14-26AV JANUARY 15, 2014

YES NO

52

28.13.7.3 Plow lights to be mounted on cab roof if plow interferes with headlights with plow raised or lowered. To be discussed at Plans Meeting and approved at Pilot.

28.13.8 Body Lighting: In addition to FMVSS

lighting standards, the vehicle is to include the following:

28.13.8.1 Mid-Vehicle Directional/Marker

Lights: LED Left and right side amber combination marker and directional lights.

28.13.8.2 Rear License Plate Light: LED

with all metal license plate bracket.

28.13.8.3 License Plate Light: To

operate with headlights, (DOT –393-11, Footnote 11).

28.13.8.4 Clearance ID Lights: Five (5)

LED amber lights mounted on front of cab.

28.13.8.5 Three Lamp Cluster: LED type

red three lamp cluster mounted on rear of vehicle and be protected from damage.

28.13.8.6 Reverse Lights: Two (2)

reverse LED lights; one (1) per side.

28.13.9 Reverse Alarm: Install a self- adjusting,

guarded reverse alarm, 77-97 decibels; “ECCO” SA951 ONLY – NO SUBSTITUTIONS.

28.13.10 FMVSS 108 Reflectors: Screw-on type with a

metal base and a “Lexan” reflector lens. 29.0 DUMP BODY W/BARN DOOR (STANDARD) WITH HYDRAULICS:

This section contains the minimum qualities acceptable to the Department of Sanitation for the standard Dump Body W/ Barn Door and required Hydraulics, with the exception of those additions and deviations as listed in:

NOTE: PACKAGE “M” - Dump Body w/ Hydraulic Tail-Gate, which must be available as an option in lieu of standard Dump Body W/ Barn Door.

The manufacturer for each body style will be solely responsible for all aspects of design and final configuration of the body, utilizing the best industry engineering practices currently recommended for the

□ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □

DETAILED REQUIREMENTS SECTION E.S.14-26AV JANUARY 15, 2014

YES NO

53

applications as specified in the intent. Manufacturer is also responsible for final dimensional material densities and thicknesses for the subject bodies specified.

29.1 GENERAL: The body is to be designed to withstand all

loads that will be imposed as listed in the intent section of this specification, as well as the following:

29.1.1 The body shall have a maximum loading

height, from ground level to the top edge of the sidewall rails, not exceeding one hundred three inches (103”) maximum.

29.1.2 As some dumping may be done at indoor

transfer sites, maximum raised body height, including cab shield, tarp assembly, and all other appurtenances, shall not exceed 20’6” above ground level at a maximum angle of forty-five degrees (45o).

29.1.3 The body (one (1) piece floor) shall be

durable enough to accept assorted debris, as listed in the intent section of this specification, being dropped onto it from eight feet above its surface.

29.1.4 The complete construction and design of the

body, with all component parts, (i.e.: main frame, bulkhead, sidewalls, tailgate, all supports, including top and bottom rails, uprights, verticals and cross members) shall be substantially fabricated, and reinforced to accept, support, and dump the intended payloads without excessive wear, distortion or deflection, bulging or splitting.

29.1.5 The vendor must identify all potential

hazards, utilizing proper decals and labels, to alert operators in areas where they must exercise caution, (i.e.: “WARNING: Shut-down engine before entering body”, etc.). Decals and labels to be highly visible.

29.2 MATERIALS AND DIMENSIONS:

29.2.1 The body shall be nominal 18 cubic yards

water level capacity, discounting tailgate height.

29.2.2 Body length shall be approximately 18’.

29.2.3 Width of body shall be tapered to be at

least 5” wider at the rear.

□ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □

DETAILED REQUIREMENTS SECTION E.S.14-26AV JANUARY 15, 2014

YES NO

54

29.2.3.1 Rear interior width 90”.

29.2.4 Body Walls: # 8 U.S.S. gauge steel minimum.

29.2.4.1 Top edge of sides to be of a dirt shedding design.

29.2.4.2 Sides to be provided with side

stiffener reinforcement welded into place.

29.2.5 There shall be vertical, 8” minimum side

braces.

29.2.6 Rear corner posts to be flush with inside ofbody.

29.2.7 Floor: 1/4” AR steel minimum.

29.2.8 On inside of body, on all three (3) sides,

front, left and right walls, weld six inch (6”) steel plates at 45o, for the full inside width and length.

29.2.9 Underbody: structural steel suitably

reinforced to suit the imposed loads.

29.2.9.1 6” longitudinal car channel or I-Beam, 12 lbs. per foot.

29.2.9.2 Minimum 4” channel, 5.4 lbs.

per foot cross members, on 12” centers.

29.2.9.3 Cross members shall run the

full width of vehicle, rub-rail to rub-rail.

29.3 REAR DOOR: Barn door style, self-aligning.

29.3.1 Door is to be capable of pivoting at the

right side of the body.

29.3.1.1 All latching and unlatching of the gate shall be done at ground level.

29.3.2 Fully framed, one-piece, barn type door with

vertical and horizontal supports.

29.3.3 One (1) sheet of steel, full height, and width of tailgate.

29.3.4 Two (2), 1/4” (minimum) thick, one (1)

piece, horizontal, shedder type, reinforcements.

□ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □

DETAILED REQUIREMENTS SECTION E.S.14-26AV JANUARY 15, 2014

YES NO

55

29.3.5 Two (2), 1/4” (minimum) thick vertical beams.

29.4 HINGES: 1” diameter, minimum, removable, grooved,

stainless steel hinge pins. Hinges to be greasable and protect grease fittings with pipe to surround fitting.

29.5 LATCH: Mechanical, driver-side, over center latch,

with failsafe safety mechanism. Provide sufficient skid chain clearance handle is to be an underbody handle and not to extend past body side.

29.5.1 Additional fail-safe chain, sized

sufficiently to retain a door of this size and weight, mounted on door.

29.5.2 Grab Handle: mounted on left side of rear

door.

29.5.3 “Tailgate Ajar” Warning Light and Buzzer: Mounted in cab on dash. Light to be on, in any position other than closed locked.

29.5.4 Provide positive heavy-duty latching device

to retain door when door is swung open to the right side of the body. Provide a slotted hole for safety chain on body by latch.

29.5.5 Provide two (2) body access ladders on left

side and right side rear of body. Ladders to be movable type using heavy duty reinforced rubber sides, to prevent damage to steps. Provide grab handles on each side to assist operator entering body. Handle shall be large enough to fit a gloved hand around.

29.6 WELDING: Design of welding details and technique

shall be submitted at the Plans Meeting.

29.6.1 Body and underbody structure to be arc welded throughout, with particular attention to underbody structure at hoist section and tailgate.

29.6.2 Full-seam welding. No tack welding.

29.6.3 Welding rod/wire heat range and adequate

penetration to be proper for body material utilized.

29.6.4 Welding Label: Install welding

precaution/caution procedures on body to protect electronic components.

□ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □

DETAILED REQUIREMENTS SECTION E.S.14-26AV JANUARY 15, 2014

YES NO

56

29.7 FABRICATION: Standard structural shapes (angles, channels etc.) shall be utilized as reinforcing members on body.

29.7.1 Floors: Full-formed cross members,

structural shapes, or formed-welded members, integrally welded with floor.

29.7.2 Body Edges: All body edges shall be

properly rounded, ground off, and smoothed to prevent possible injury.

29.7.3 When dissimilar metals are joined together,

insulation tape shall be used between the two metals to prevent catalytic action.

29.8 MISCELLANEOUS BODY FEATURES: Full-length, durable

running boards or durable rub rails to be provided to cover tires and to be of the down-tapered or dirt-shedder type, similar to DSNY 26AU Truck.

29.8.1 Dirt Shedders/Cleaner Plates on all sides.

29.8.2 Supply a 3/4-length cab shield over cab to

prevent spillage, (full shield makes body too high).

29.8.3 U.S.S. #12 - Gauge Steel mudguards to be

provided both sides of body at front of rear axle. Mud guards shall be bolted on gusset re-enforced angle iron.

29.8.3.1 Plain black rubber splash

guards shall be furnished, properly mounted (between two metal strips per splash guard) behind rear tires. No logos. Splash guards shall be level with bottom of axle flange.

NOTE: Label maximum body-up height inside cab near body-up control lever.

29.9 SAFETY PROP SYSTEM: Provide a sturdy, mechanical, self-aligning, safety-prop system to prevent body from coming down during service operation.

29.9.1 Must be painted with high visibility paint.

29.9.2 Safety stops to be permanently mounted on

the vehicle when not in use.

29.9.3 Must be positively retained in stored position.

29.9.4 Easily moved into position by the operator

without assistance, and without going under the body or vehicle.

□ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □

DETAILED REQUIREMENTS SECTION E.S.14-26AV JANUARY 15, 2014

YES NO

57

29.9.5 Body down hydraulics shall not damage safety

stops, if applied while in use.

29.9.6 Must be discussed at Plans Meeting and approved at Pilot Inspection.

29.10 PINTLE HITCH: Rear Pintle Hook shall be rated at

18,000 lbs. (vertical load), 72,000 lbs (drawbar) Holland PH 300-1.

29.10.1 Mounting bolts shall be Grade 8.

29.10.2 Hook shall be set approx. 26” high from road

to center of hook and be adjustable +/- 5”.

29.10.3 Supply a means to connect safety towing chains from a trailer.

29.11 TRAILER LIGHTS CONNECTION: Install a seven-pin

trailer harness socket (“Cole Hersee” No.12310), with socket boot (Cole Hersee” No. 81356), to connect the vehicle FMVSS lighting to a trailer.

29.12 Electric Brake Controller: Install an automatic

adjustable Tekonsha Model #90885 “Prodigy”. To be compatible with current DSNY towed equipment. NO SUBSTITUTIONS.

29.13 ACCESS LADDER: A steel, spring-loaded, access ladder

shall be provided on outside of body, left side front of body “Bustin” type grating for steps.

29.14 TRANSMISSION FIRST GEAR LOCK-UP: When the body is

raised (off the rested position), the vehicles’ transmission shall be locked into first gear to prevent the operator from driving extended distances with the body in the up position.

29.15 TARP SYSTEM: Supply a complete self-retracting tarp

system, mounted to the cab protector, to include the following features, “Pulltarp Mfg.”:

29.15.1 Steel protective cover for roller assembly.

29.15.2 Multi-purpose, durable, knitted

polypropylene, tarp.

29.15.3 Tarp is to cover the full width and length of the body.

29.15.4 Tarp is to have body side flaps with

complete tie down system, including the tarp manufacturer’s recommended body mounted hooks installed.

29.15.5 Retraction spring must be adjustable without

removing end caps.

□ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □

DETAILED REQUIREMENTS SECTION E.S.14-26AV JANUARY 15, 2014

YES NO

58

29.15.6 Load Clearance Lift Assembly: Install a

lift mechanism to lift and guide tarp pull rope over heaped load (See drawing ME-1335 included in specification).

29.15.7 Tarp Tie Down Rod: Full length of body on

both sides of body. Location of rod to be halfway down body sides.

29.15.8 Tarp Hooks: Front bulkhead and tailgate.

29.15.9 Pull Cord: Provide means to (loop) pull

cord in extend and retract positions on tailgate and on tarp support.

29.16 EMERGENCY TARP: Supply a full length, durable, mesh

type tarp with all necessary tie downs.

29.16.1 Storage Compartment: A lockable, curbside mounted compartment, large enough to store the emergency tarp and tie-downs. Supply three (3) keys per vehicle for the compartment lock. Use slam latches with tethered cables to prevent door from hitting ground.

29.17 SIDE IMPACT GUARDS: On the left and right sides of

the vehicle, guards are to be mounted to protect tanks, tool boxes, filters, and any and all appurtenances that can be damaged by large rubber wheeled loaders, while body is being loaded.

29.17.1 Guards are to be fabricated from 1/4” X 6”

“C-Channel” minimum, painted “Black”.

29.18 SKID CHAIN GUARDS: Install steel plate guard in front of, and above all rear wheels to provide protection from loose skid chains.

29.19 HYDRAULICS: The hydraulic system shall consist of

the fluid reservoir and pump, with all of the necessary gauge(s), valve(s), actuator(s), pipe(s), hose(s), cooler(s), control device(s), cylinder assemblies, and replaceable filter(s), and shall be designed to minimize hydraulic surging and spiking.

The system shall be capable of supplying adequate quantities of hydraulic fluid continuously for four (4) hours of normal operation with the temperature of the circulating oil held between one hundred twenty and one hundred sixty degrees Fahrenheit (120˚F - 160˚F).

All components shall be acoustically isolated to minimize noise transmission.

□ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □

DETAILED REQUIREMENTS SECTION E.S.14-26AV JANUARY 15, 2014

YES NO

59

29.20 OIL REQUIREMENTS: Must meet or exceed the pump manufacturer requirements and be compatible with the oil currently used by the Department.

29.21 HYDRAULIC PUMP: The Manufacturers’ optimum, PTO

driven, variable displacement hydraulic pump. The P.T.O driven hydraulic pump (cast iron) shall be of adequate capacity to handle the required loads. "Commercial Shearing" or "Tyrone" or equal. Cast iron pump in all cases to be installed, securely braced and supported, to eliminate vibration transfer to or from chassis.

29.21.1 Cast iron or steel construction.

29.21.2 Completely shop rebuildable.

29.21.3 Load sensing and pressure compensating.

29.21.4 Pump case drain must be plumbed directly to

reservoir - not through return line filter.

29.21.5 Pressure sense line must be internally bled at the pump.

29.21.6 Specifications: Pump must meet or exceed

the required pressure and flow demands of the entire hydraulic system for the body design application.

29.21.7 Mounting: Pump is to be mounted to the

transmission.

29.21.7.1 Adequately brace and support pump to eliminate vibration transfer.

29.22 HYDRAULIC RESERVOIR: The reservoir shall be

removable, and adequately sized for the body package configuration, hydraulic pump and complete system requirements. Reservoir to be mounted on right side of truck, if possible.

29.22.1 Material: Seven (7) gauge steel minimum.

29.22.2 Clean-Out Access: Provide a minimum six

inch (6”) diameter, easy access, clean-out hole, with bolt on gasket and cover.

29.22.3 Fill Cap: Black, spring-loaded and lockable

fill cap (“Protecto Seal”).

29.22.4 Suction Strainer: Manufacturer’s standard properly sized for the application.

29.22.5 Drain Plug: Magnetic type.

□ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □

DETAILED REQUIREMENTS SECTION E.S.14-26AV JANUARY 15, 2014

YES NO

60

29.22.6 Shutoff Valve: Metal ball type valve at the outlet of the tank, wire locked in open position.

29.22.7 Sight Glass: Vertically mounted on tank.

29.22.8 Impact resistant plastic, “Lexan”, with

thermometer.

29.22.8.1 Easily visible when filling.

29.22.8.2 Label sight glass low and full, at corresponding locations, within the normal operating temperature range.

29.22.8.3 Protected from damage.

29.22.9 Labeling: Stencil “HYDRAULIC OIL ONLY”,

“CAPACITY”, and “OPERATING PRESSURE” (in gallons) on tank.

29.22.10 Return Line Filter: In-tank mounted ten

(10) micron absolute “Parker Arlon” Model KLT-8.

29.23 CYLINDERS: Two (2) telescopic cylinders.

29.23.1 Cylinder casings shall be constructed using

welded or seamless steel tubing.

29.23.2 Piston rod shafts shall be hardened, and chrome-plated to resist pitting and scoring (Telescopic cylinders are exempt from hardening process).

29.23.2.1 Two (2) telescopic cylinders

with rust resistant, “Nitrided” surfaces are also acceptable.

29.23.3 Shop rebuildable with removable end caps

(not welded).

29.23.4 Lubrication: Incorporate grease fittings at all cylinder end lugs.

29.23.5 Safety Drive: Lift cylinders to incorporate

a safety device in the event of a hydraulic failure, such as velocity fuses or similar type device.

29.24 TUBING: Seamless or welded and cold drawn, low

carbon steel hydraulic tubing, annealed for bending and flaring. All tubing to have safety factor of four (4).

29.24.1 All steel tubing runs must be adequately

secured, using rubber-insulated clamps.

□ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □

DETAILED REQUIREMENTS SECTION E.S.14-26AV JANUARY 15, 2014

YES NO

61

29.25 HOSES: High impulse, SAE-100R12 on all pressure-side

applications.

29.25.1 All hoses to have a minimum safety factor of four (4).

29.25.2 Use of hoses in the hydraulic system shall

be kept to a minimum.

29.25.3 All hydraulic hoses which are subject to abrasion and chafing must be covered with protective sleeving from fitting to fitting, “Parker Partek”.

29.25.4 Label all hydraulic hose assemblies with

hose part numbers from manufacturer’s supplied parts book and hydraulic chart.

29.26 FITTINGS: O-ring face seal fittings on all pressure

side hoses and tubing, “Aeroquip” ORS.

29.26.1 Supply “Viton” type O-Rings.

29.27 TEST PORTS: Vehicles are to be equipped with highly visible and easily accessible pressure test ports.

29.27.1 All test ports in the hydraulic system are

to have female quick-disconnect type hydraulic couplers for pressure gauge attachments.

29.27.1.1 All couplers are to have

tethered dust caps.

29.27.1.2 All couplers are to have permanent labels, or tags, indicating function, and proper pressure parameters in PSI.

29.28 AUXILIARY HOOK UP: In the event the vehicle cannot

utilize its own hydraulic pump, provisions shall be made to connect an auxiliary hydraulic unit to perform All Hydraulic Functions using the vehicles’ hoist oil. The auxiliary hook up shall consist of two (2) quick connect/disconnect coupler fittings compatible with current D.O.S. units in service, as follows:

29.28.1 Pressure Side: Aeroquip # 5601-12-12S (5600

series) Female.

29.28.1.1 Coupling size: 12.

29.28.2 Suction Side: Aeroquip # 5100-S2-20B (5100 series) Male.

29.28.3 Supply tethered dust caps on fittings.

□ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □

DETAILED REQUIREMENTS SECTION E.S.14-26AV JANUARY 15, 2014

YES NO

62

29.28.4 The connection to these fittings will be

made at or near the hydraulic tank without going under the vehicle (exact location to be determined at Pilot Inspection). The suction hose must be able to pull hoist oil from the lowest area of the tank.

NOTE: The DSNY does not transfuse “truck to truck” or use an external hoist oil tank reservoir with the transfusion pump. NOTE: Connection fittings are not to protrude past body line of truck.

29.28.5 System to be demonstrated at a New York City Location.

29.29 PROTECTION: Provide a circuit designed to shut down

the hydraulic pump operation, when one or any combination of the following conditions exist:

29.29.1 Low hydraulic oil level.

29.29.2 High hydraulic oil temperature.

29.29.3 Hydraulic oil filter in by-pass.

29.29.4 This circuit must include both audible and

visual warnings for each of the conditions listed above using three separate, properly labeled, dashboard mounted warning lamps.

29.29.5 Control Valve(s): The hydraulic system

shall incorporate a load sensing, pressure compensating control valve(s), with a section(s) to operate snow plow, hydraulic tailgate, and body dumping cylinder(s).

29.30 ENGINE SPEED-UP: When an engine speed-up device is

necessary to overcome heavy loads while dumping or operating hydraulic tailgate, the following shall apply:

29.30.1 Speed-up shall only operate when the

transmission is in neutral with parking brake on and only when raising the body or operating a hydraulic lift-gate.

29.30.1.1 Supply a spring loaded

momentarily ‘on’ switch or a proximity switch to speed-up engine when operating hydraulic tailgate.

□ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □

DETAILED REQUIREMENTS SECTION E.S.14-26AV JANUARY 15, 2014

YES NO

63

29.30.1.2 It shall be preset to a maximum of 1200 RPM.

29.30.1.3 It shall not be possible to

override the preset speed with the foot throttle.

30.0 PACKAGE “M” - DUMP BODY W/HYDRAULIC TAILGATE:

In addition to meeting all of the aforementioned general specifications in Section 29.0, Package “M” vehicles will adhere to the following: (Note: If discrepancies occur, this section will supersede all other sections, for Package “M” only). Package “M” must be available as an option in lieu of standard Dump Body W/Barn Door.

NOTE: PACKAGE “M” vehicles do not require Pintle Hitch, Trailer Lights Connection or Electric Brake Controller.

30.1 MATERIALS AND DIMENSIONS:

30.1.1 The body shall be nominal 18 cubic yards water level capacity, discounting tailgate height.

30.1.2 Body length shall be approximately 18’.

30.1.3 Width of body shall be tapered to be at

least 5” wider at the rear.

30.1.3.1 Top edge of sides to be of a dirt shedding design.

30.1.3.2 Sides to be provided with side

stiffener reinforcement welded into place.

30.1.4 There shall be vertical, 8” minimum side

braces.

30.1.5 Rear corner posts to be flush with inside of body.

30.1.6 Floor: 1/4” AR steel minimum.

30.1.7 On inside of body, on all three (3) sides,

front, left and right walls, weld six inch (6”) steel plates at 45o, for the full inside width and length.

30.1.8 Underbody: structural steel suitably

reinforced to suit the imposed loads.

30.1.8.1 6” longitudinal car channel or I-Beam, 12 lbs. per foot.

□ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □

DETAILED REQUIREMENTS SECTION E.S.14-26AV JANUARY 15, 2014

YES NO

64

30.1.8.2 Minimum 4” channel, 5.4 lbs. per foot cross members, on 12” centers.

30.1.8.3 Cross members shall run the

full width of vehicle, rub-rail to rub-rail.

30.2 HYDRAULIC TAILGATE: Install a hydraulic powered

tailgate, for handling and loading heavy and bulky objects, “Waltco”, “Maxon” or equal. All tailgate locking and unlocking operations shall be accomplished from ground level position.

30.2.1 Tailgate platform to be of seven (7) gauge

diamond plate steel minimum.

30.2.2 Tailgate platform to cover full width and height of body in stored position.

30.2.3 Loading ramp angle to be kept at a minimum.

Platform ride is to have one-half dip angle.

30.2.4 Minimum Lift Capacity: four thousand lbs.

(#4,000) based on water level rating. (Not including ramp area).

30.2.5 Hydraulic working pressure shall be

manufacturer’s standard. Relief valves shall be required in system.

30.2.5.1 Hydraulic powered tailgate

shall have double acting cylinders(s).

30.2.5.2 If tailgate has one (1)

cylinder, it shall be 5" diameter minimum and double acting.

30.2.6 Function and Safety: With tailgate in

closed position, there shall be no clearance between body and tailgate.

30.2.6.1 Locked in the extended

position, it shall function as a dump body floor extension.

30.2.6.2 With lever in neutral position,

hydraulic pressure shall be capable of sustaining full designed load.

30.2.6.3 On a level surface, with the

tailgate extended in line with the body floor, and the body in the fully raised position, of

□ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □

DETAILED REQUIREMENTS SECTION E.S.14-26AV JANUARY 15, 2014

YES NO

65

at least forty-five degrees (45o), there shall be a minimum of four inches (4”) of ground clearance to the closest point of tailgate.

30.2.6.4 When the body is being raised,

a pressure relief valve, incorporated in the tailgate hydraulic system, shall protect the tailgate and all related parts, should the tailgate encounter any solid objects.

30.2.6.5 The tailgate platform shall be

free to ride over dumped debris without damage to any part of the power tailgate, controls, and fastenings, when the vehicle is moved forward, or away from the material deposited on the ground.

30.2.6.6 On a level surface, when the

tailgate is in the fully lowered position, the tailgate must make full contact with the ground.

30.2.6.7 When tailgate is lowered below

the level of the dump body floor, light and buzzer to sound.

30.2.7 Upper and lower operating levers shall be

mounted on each side of the body, similar in design to latest DSNY vehicles (26AS). Trucks can be viewed at CRS – 52 – 35 58th Street, Woodside, NY 11377, between the hours of 6:00AM – 12:00PM, by appointment only.

30.2.8 Tailgate shall contain sturdy manual locks

to prevent tailgate from opening or bouncing and to prevent misalignment of tailgate.

30.2.8.1 Design to be similar to DSNY

latest vehicles (26AU). Trucks can be viewed at CRS – 52 – 35 58th Street, Woodside, NY 11377, between the hours of 6:00AM – 12:00PM, by appointment only.

□ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □

DETAILED REQUIREMENTS SECTION E.S.14-26AV JANUARY 15, 2014

YES NO

66

31.0 ASPHALT DUMP BODIES AND HYDRAULICS – PACKAGES “N”-“Q”: This section contains the minimum requirements for the general construction and configuration of the 15 yd³ and 18 yd³ Asphalt Dump Bodies and associated hydraulic systems that must be available as an option in lieu of standard Dump Body W/ Barn door. Cubic capacity will be specified in the Asphalt Dump Body “PACKAGES”.

The manufacturer for each body style will be solely responsible for all aspects of design and final configuration of the body, utilizing the best industry engineering practices currently recommended for the applications as specified in the intent. Manufacturer is also responsible for final dimensional material densities and thicknesses for the subject bodies specified.

31.1 ASPHALT DUMP BODY – PACKAGE “N”:

In addition to meeting all of the general requirements in Section 29.0, Package “N” vehicles will adhere to the following additional requirements:

31.1.1 Cubic Capacity: 15 cubic yards minimum.

31.2 ASPHALT DUMP BODY – PACKAGE “O”:

In addition to meeting all of the general requirements in Section 29.0, Package “O” vehicles will adhere to the following additional requirements:

31.2.1 Cubic Capacity: 18 cubic yards minimum.

NOTE: Body must be capable of dumping into existing Department of Transportation paving machines and shall not come into contact with hopper of machine while dumping at fully extended position.

31.3 GENERAL MATERIALS AND CONSTRUCTION:

31.3.1 The dump body shall be all steel and must be available in both a minimum 15 cubic yard and a minimum 18 cubic yard water line capacity. Cubic Capacity is specified in “PACKAGE”.

31.3.2 The entire body (not including the inner

floor) including the tailgate and boxed top rail must be fabricated from high tensile strength (HTS) 3/16” steel with a 50,000 PSI minimum yield strength. Additionally a 1” liner of Owens Corning fiberglass insulation rigid-board type #705 or equal shall be installed between the inner and outer shells of the front head, sides, and tailgate. The inner floor shall be constructed of a 1” liner of Owens Corning fiberglass insulation rigid-board type #705 or equal, sandwiched between 1/4” top and

□ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □

DETAILED REQUIREMENTS SECTION E.S.14-26AV JANUARY 15, 2014

YES NO

67

3/16” bottom, T-1 Type A 321 /380 Brinell Hardness Number (BHN) having a 100,000 minimum yield tensile strength.

31.3.3 Inside of body shall be of a radius style

design. This is to prevent asphalt build up in corners. Inner shell/floor shall be a minimum 1/4" and shall be constructed of “Hardox” wear resistant steel (only).

31.3.4 The front body panel shall be fabricated

using 3/16” HTS steel and panel shall have a boxed top rail. In the interest of preventing the build up of material and in order to accommodate hydraulic tank, front of body shall be of a sloped design.

31.3.5 The sides of the body shall be fabricated

using 3/16” HTS steel. Each side shall be of one (1) piece construction. The body must be reinforced with vertical box type braces, at least five 7” (+/- 1”) braces on each side of the body. The sides shall have minimum 4”x 3”- 3/16” HTS boxed top rails.

31.3.6 A dirt shedder rub-rail with a minimum 2”

grip strut cat walk between the boxed side braces required.

31.3.7 The body shall include a minimum 6” wide

3/16” HTS steel front corner post on each side. A full width 12” (+/- 1”) bolster fabricated using 3/16” HTS steel shall be installed at the rear (preferably angled for increased paving machine hopper clearance) and welded to the floor, longitudinal rail, and rear corner posts.

31.3.8 The rear corner posts shall be designed to

allow the installation of strobe, tail and reverse lights. Lights shall be mounted as high up on the corner posts as possible. The prime contractor shall take into consideration the installation of lights to ensure that the lights are protected and clear from debris while load is being dumped.

31.3.9 The under structure shall be comprised of 6”

(minimum) I-beam longitudinal rails and 4” (minimum) I-beam cross-members spaced on 12” centers with 5-1/2” x 5-1/2” forty-five (45) degree gussets installed between cross-members and longitudinal members at all of the cross-members.

□ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □

DETAILED REQUIREMENTS SECTION E.S.14-26AV JANUARY 15, 2014

YES NO

68

31.3.10 All joints, angle iron braces, reinforced members etc., must be hot-riveted or electrically welded. Full weld required on body shell. Skip welded will not be accepted.

31.4 DUMP BODY HOIST:

31.4.1 The dump body hoist system shall be the twin

outboard telescoping cylinder type having an NTEA 110 rating and a 35 ton lift capacity based on a 14’ body having a 12” rear overhang. Contractor shall supply and install a Galion UT66380 or equal hoist system.

31.4.2 Each cylinder shall have 3 stages with a

minimum 7” base sleeve and two active sleeves 5” and 4” respectively. The total stroke shall be 80” @ 50 degree dump angle. The closed cylinder length shall be approximately 40” +/- 2”.

31.4.3 The lift arm links shall consist of 1/2”

formed trunion cylinder hanger at the outside of frame. A full width 4” x 1/2” wall tube shall connect the cylinders. The body side cylinder pin shall have a 1 5/8” diameter (minimum). The chassis side cylinder base shall mount to the 4” x 1/2” connecting tube.

31.4.4 The rear hinge shall be the pedestal type.

The body side hinge shall be fabricated of 3/4” plate welded to 1/2” x 3” flat bar. The chassis part of the hinge shall consist of a 6” x 4” x 1/2” angle welded into the frame with a 5-5/8” x 4-5/8” x 1” plate bearing fitted with a solid 1-1/2” diameter x 8” rear hinge pin. The rear hinge pin shall be drilled for a grease fitting in the end and cross drilled for grease passage at the center of the hinge pivot tubes. The rear hinge pin shall be trapped in the hinge pivot tubes by two collars, one welded two the pin and the other removable.

31.4.5 Safety body props required, capable of

holding the body in the raised position. One (1) on each side with cradle to hold the loose ends in a positive seat on the sub-frame or cross-member.

□ □ □ □ □ □ □ □ □ □ □ □

DETAILED REQUIREMENTS SECTION E.S.14-26AV JANUARY 15, 2014

YES NO

69

31.5 TAILGATE:

31.5.1 The tailgate of the truck shall be of a sloped (9”-12”) design to assist in unloading operations. The tailgate shall be fabricated using 3/16” HTS steel. The gate must be top hung and shall not project above the rear of the body. The tailgate shall be vertically and horizontally braced to form a minimum of six square panels. The braces shall be of a dirt shredding design.

31.5.2 The tailgate shall have a minimum 1-1/2”

offset top hinge and a 1-1/4” diameter top hinge pin. The bottom pin shall have a minimum 1 3/8” diameter held in place by a ½” plate steel hook. The tailgate outer latch plate shall be fabricated using 1/2” plate steel. A minimum 3/8” spreader chain with adjusting bracket is required.

31.5.3 The tailgate release shall be an air

cylinder with adjustable clevis type linkage. The tailgate release cylinder shall be operated through a remote (cab mounted) labeled air valve. Additionally, the tailgate release shall be equipped with a manual control with handle positioned at the front drivers’ side of the dump body. The locking device for the tailgate shall be positive in action. Grease fittings are required at all pivoting or support bearing points.

31.5.4 The tailgate shall have two (2) built in

asphalt chutes fabricated from a minimum 1/4” HTS steel. The chutes shall be placed right and left of center on the gate. The chutes shall measure approximately 16” x 16”. The chute doors shall ride in guide channels. The chute doors shall be raised and lowered using an over center mechanism with handles having rubber grips. The door mechanism shall include dual 1/2” turnbuckle style threaded adjusting rods with clevis ends installed on each chute door.

31.6 BODY ACCESSORIES:

31.6.1 An access ladder and steps must be provided

at the left and right front sides of the body, designed to allow the operator to safely climb to the top of the body sides. Driver’s side ladder shall be accessible

□ □ □ □ □ □ □ □

DETAILED REQUIREMENTS SECTION E.S.14-26AV JANUARY 15, 2014

YES NO

70

from driver’s steps. The steps must be the non-skid grip-strut type and grab handles or safety rails must be provided. The ladder extension below the body shall be a 3/8” minimum, coil spring loaded single post mount, designed to rebound to its original position after a minor impact.

31.6.2 A minimum 5/8” grab handle, mounted

horizontally and running the full length of the body is required. This rail will be positioned approximately 3” below the top of the body. Actual location will be discussed at the Plans Meeting and approved at the Pilot Inspection.

31.6.3 A minimum 5/8” tarp tie down shall run the

full length of the body and shall be located approximately 12” below the bottom of top rail. Actual location will be discussed at the Plans Meeting and approved at the Pilot Inspection.

31.6.4 A minimum two inch (2”) diameter labeled

warning light must be provided and located in the cab on top of the dashboard to indicate to the operator when the body is away from the stowed position. The exact location to be determined upon review of plans. The light must remain on until body is fully seated on the sub-frame rails.

31.6.5 Install a steel plate guard in front of, and

above all rear wheels to provide protection from loose skid chains and to prevent road debris from building up on body understructure and cross-members.

31.6.6 NYC approved mud-flaps required. The flaps

must be installed on spring loaded (breakaway) brackets. The mud-flaps shall be equipped with a 3/8” chain with “S” hook at the lower end and hook ring on the body side so that the mud-flaps can be folded and held up for paving operations.

31.6.7 Vendor shall supply and install an underbody

“Vibco” vibrator only, NO SUBSTITUTIONS. The unit supplied must be capable of producing a minimum 2,700 lbs. of force. The vibrator electrical requirements shall be a circuit breaker protected 12 Volts, 60 amps. A labeled heavy duty momentary push button type switch shall be mounted in the cab to control body vibrator function.

□ □ □ □ □ □ □ □ □ □ □ □ □ □

DETAILED REQUIREMENTS SECTION E.S.14-26AV JANUARY 15, 2014

YES NO

71

31.6.7.1 In the interest of preventing body damage and vibrator malfunction, prime contractor shall mount vibrator and reinforce as necessary.

31.7 WARNING LIGHTS: Prime contractor shall supply a

warning light package, utilizing multicolor LED technology with synchronizing and alternating strobe capabilities. Federal Signal Quad-DOT-416150, Whelen or equal. Warning light package shall consist of the following components:

31.7.1 Rear: Vertically mounted in rear body posts

(Driver and Passenger Sides), as high as possible, one (1) per each side.

31.7.1.1 Federal Signal IPX623-WA

Warning Lights

31.7.1.2 Federal Signal 607100-04 Stop, Tail and Turn Signal

31.7.1.3 Federal Signal 607124-05 Back

Up Light

31.7.2 Front Cab Shield: Three (3) forward facing, accompanied by one (1) single light on each side of cab shield for a total of five (5).

31.7.2.1 Federal Signal IPX623-WA-INDOT

Warning Lights. NOTE: Final design of warning light system, component locations and flash configuration will be discussed at the Plans Meeting and Approved at the Pilot Inspection.

31.8 CAB SHIELD:

31.8.1 A half (1/2) cab shield with angled side supports must be installed at the front of the dump body. The standard length of the cab shield on existing DOT trucks is twenty eight (28”). The actual length and design of the cab shield will be determined after review of the plans.

31.8.2 The shield must be mounted as low as

possible, approximately three inches (3”) from the cab roof.

31.9 TARP SYSTEM: Being the trucks primary purpose is to

transport hot asphalt and cold road millings to and from municipal paving sites; prime contractor shall supply a Roll Rite 102739 (No Substitution) automatic

□ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □

DETAILED REQUIREMENTS SECTION E.S.14-26AV JANUARY 15, 2014

YES NO

72

tarp system, designed for daily heavy duty use in a municipal paving operation. The above system shall include the following components.

NOTE: Tarp system must be available for both the 15 yd³ and 18 yd³ asphalt dump bodies that will be procured by the Department of Transportation.

31.9.1 Tarp Spool: Shall be constructed from extruded aluminum and shall be bearing mounted to cab shield.

31.9.2 Tarp Motor: Engineered for high torque

tarping demands, utilizing a spur and helical heat treated gear configuration.

31.9.3 Pivot Set: High strength extruded aluminum

alloy pivot arms shall attach to a 5 spring, pivot box.

31.9.4 Tension Bow: In the interest of preventing

heat loss from hot asphalt during transport, a tension bow will be required to secure tarp to front and sides of body when tarp is deployed

31.9.5 Load Cover: Cover shall be manufactured

from heavy duty vinyl, designed for use in a high heat environment with constant exposure to petroleum products.

31.9.6 Controls: All controls required for the

operation of the tarp system shall be included and mounted in the vehicles cab. The controls shall be labeled and equipped with lighting.

31.10 HYDRAULIC SYSTEM: The hydraulic system shall consist

of the fluid reservoir and pump, with all of the necessary gauge(s), valve(s), actuator(s), pipe(s), hose(s), cooler(s), control device(s), cylinder assemblies, and replaceable filter(s), and shall be designed to minimize hydraulic surging and spiking.

The system shall be capable of supplying adequate quantities of hydraulic fluid continuously for four (4) hours of normal operation with the temperature of the circulating oil held between one hundred twenty and one hundred sixty degrees Fahrenheit (120˚F - 160˚F).

31.11 POWER TAKE-OFF: Power for operating the hydraulic

system shall be provided by a transmission mounted, constant mesh PTO Dana 270 Series or equal hot shift PTO, compatible with the automatic transmission specified.

□ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □

DETAILED REQUIREMENTS SECTION E.S.14-26AV JANUARY 15, 2014

YES NO

73

31.11.1 The PTO shall be mounted in the most

accessible position to allow access for servicing without removal of the cab floor. Exact installation position of the PTO and hydraulic pump assembly shall be determined after review of plans. A direct pump mount is required. The mounting bolts for the PTO must be safety wired or secured using lock tab washers.

31.11.2 The PTO must be electronically operated from

a control mounted in the cab. Cable controls are not acceptable.

31.11.3 The PTO must automatically disengage when

the transmission is placed into gear and automatically return to operation when neutral is selected on the touchpad.

31.11.4 The PTO shall be over-speed protected.

Contractor shall utilize the electronic engine controls for PTO over-speed cutout.

31.11.5 A dash mounted, 1" diameter, labeled

indicator light with red "Lexan" lens must be provided and wired to indicate PTO activation to the operator.

31.12 HYDRAULIC PUMP: The Manufacturers’ optimum, PTO

driven, variable displacement hydraulic pump. The P.T.O driven hydraulic pump (cast iron) shall be of adequate capacity to handle the required loads. "Commercial Shearing" or "Tyrone" or equal. Cast iron pump in all cases to be installed, securely braced and supported, to eliminate vibration transfer to or from chassis.

31.12.1 Cast iron or steel construction.

31.12.2 Completely shop rebuildable.

31.12.3 Load sensing and pressure compensating.

31.12.4 Pump case drain must be plumbed directly to

reservoir - not through return line filter.

31.12.5 Pressure sense line must be internally bled at the pump.

31.12.6 Specifications: Pump must meet or exceed

the required pressure and flow demands of the entire hydraulic system for the body design application.

31.12.7 Mounting: Pump is to be mounted to the

transmission.

□ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □

DETAILED REQUIREMENTS SECTION E.S.14-26AV JANUARY 15, 2014

YES NO

74

31.12.7.1 Adequately brace and support pump to eliminate vibration transfer.

31.13 ENGINE SPEED-UP: When an engine speed-up device is

necessary to overcome heavy loads while dumping or operating hydraulic tailgate, the following shall apply:

31.13.1 Speed-up shall only operate when the

transmission is in neutral with parking brake on and only when raising the body or operating a hydraulic lift-gate.

31.13.1.1 Supply a spring loaded

momentarily ‘on’ switch or a proximity switch to speed-up engine when operating hydraulic tailgate.

31.13.1.2 It shall be preset to a maximum

of 1200 RPM.

31.13.1.3 It shall not be possible to override the preset speed with the foot throttle.

31.14 SUCTION HOSE: Must be adequate for this type of

severe service and be kept at a minimum length. The pressure hose shall be Weatherhead H114 or equal and be kept to a minimum length. All hydraulic hose must have clearly visible identification marks.

31.15 TUBING: Tubing used throughout the system shall be

seamless or welded and cold drawn, low carbon steel hydraulic tubing, annealed for bending and flaring. All tubing runs shall be adequately secured using acoustical isolation dampers.

31.16 FITTINGS: Fittings used throughout the hydraulic

system shall be the O-ring face seal type Aeroquip ORS or equal. All fittings shall be clearly labeled with the manufacturer’s part number or other visible identification marks. Any fittings that can’t be marked due to size constraints shall be properly identified on the hydraulic system schematic.

31.17 HYDRAULIC OIL STORAGE TANK: To be fabricated using a

minimum 7 gauge steel and shall have the fluid capacity to meet all system requirements. The tank shall be located behind the cab and shall be mounted in between the cab and the front of the body, not under the body. Tank shall be positioned in an easy to service area and must remain accessible when the dump body is resting on the frame. Ball type shut-off valves must be provided at the tank input and

□ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □

DETAILED REQUIREMENTS SECTION E.S.14-26AV JANUARY 15, 2014

YES NO

75

output lines. The valves shall be safety wired open. Hydraulic tank shall meet the following additional requirements:

31.17.1 Labeling: Stencil “HYDRAULIC OIL ONLY”,

“CAPACITY” (in gallons), and “OPERATING PRESSURE” on tank.

31.17.2 Fill Cap: Black, spring-loaded and lockable

fill cap (“Protecto Seal”).

31.17.3 Return Line Filter: In-tank mounted ten (10) micron absolute “Parker Arlon” Model KLT-8.

31.17.4 Suction Strainer: Manufacturer’s standard

properly sized for the application.

31.17.5 Clean-Out Access: Provide a minimum six inch (6”) diameter, easy access, clean-out hole, with bolt on gasket and cover.

31.17.6 Drain Plug: Magnetic type.

31.17.7 Sight Glass: Oil level shall be verified

from a sight glass vertically mounted and located on the passenger side of vehicle. There shall be an unobstructed view of the sight glass with the body in stowed position. Sight glass shall be:

31.17.7.1 Impact resistant plastic,

“Lexan”, with thermometer.

31.17.7.2 Easily visible when filling.

31.17.7.3 Label sight glass low and full, at corresponding locations, within the normal operating temperature range.

31.17.7.4 Protected from damage.

31.18 PRESSURE GAUGE: Shall be provided in hydraulic

circuit for service maintenance and test purposes.

31.19 AUXILIARY HYDRAULIC SYSTEM: In case of hydraulic pump failure, the hydraulic system supplied must be designed to allow the use of an auxiliary pump or the hydraulics from another vehicle to power the system. These connection ports must be located in an easy to access area and not require maintenance personnel to crawl under the vehicle to hook-up the lines. Exact location of the auxiliary ports will be determined at the Plans Meeting.

□ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □

DETAILED REQUIREMENTS SECTION E.S.14-26AV JANUARY 15, 2014

YES NO

76

31.19.1 The system provided must be of a closed loop design to avoid hydraulic fluid loss from the auxiliary source. The auxiliary hydraulic system lines shall be fitted with an Aeroquip FD56 or equal quick release coupling system secured and protected using insulated clamps and grommets as required. The fittings shall be equipped with tethered dust covers and each connection shall be clearly labeled to indicated supply and return.

31.19.2 One (1) pair of 12-foot long auxiliary

jumper lines (supply and return) shall be supplied with each vehicle purchased under this contract. The line sets shall include a supply and a return hose. They shall be outfitted with the Aeroquip fittings corresponding to those supplied with the vehicles auxiliary hydraulic system. The lines shall be equipped with tethered dust shields for the fittings supplied.

31.20 HYDRAULICALLY OPERATED TAILGATE - PACKAGE “P”:

To be packaged in conjunction with Asphalt Dump Body Packages “N” and “O” only. Must be available as an option in lieu of standard tailgate specified in Section 29.5. Prime contractor shall provide a hydraulic tailgate that when actuated will open and fully rise up to a point no lower than the top of the rear body corner posts. This will be accomplished by means of two (2) double acting hydraulic cylinders.

31.20.1 The cylinders shall be actuated by means of

a dash mounted up/down switch located in the cab within easy reach of the operator.

31.20.2 Cylinders shall be located inside of the

rear body corner posts. This is to provide a means of protection from accidental impact.

31.20.2.1 Cylinders shall remain

accessible / serviceable by means of a removable access plate incorporated into the corner posts.

31.20.3 Each cylinder shall be 2500 PSI rated and

possess cross tubes at both ends.

31.20.3.1 Cross tube ends shall measure not less than 1 1/2” I.D. minimum.

31.20.4 Cylinder bore size shall be not less than

4”.

□ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □

DETAILED REQUIREMENTS SECTION E.S.14-26AV JANUARY 15, 2014

YES NO

77

31.20.5 Cylinder rod size shall be not less than 2”.

31.20.6 Cylinder retaining pins shall measure not

less than 1 1/2” diameter, minimum.

31.20.6.1 Retaining pins must be greasable or shall utilize a grease-free impregnated bearing.

NOTE: Final body design, component location and body accessories will be discussed and determined at the Plans Meeting and approved at the Pilot Inspection. 32.0 SNOW PLOW HITCH:

This section contains the minimum qualities acceptable to the Department of Sanitation for Snow Plow Hitch, with the exception of those additions and deviations as listed in: DOT Snow Plow Hitch PACKAGE “Q”, which must be available as an option in lieu of standard Snow Plow Hitch.

32.1 Prime contractor shall take into account the

following conditions and plow mounting in his final design. Bolts and flanges where applicable to have shear blocks.

A snow plow mounting frame attachment similar in design to Drawing ME53D available at Department of Sanitation, 52 -35 58th Street, Woodside, NY 11377, for your perusal only, copies are not available. Time to view drawing will be between the hours of 6:00AM – 12:00PM, by appointment only.

The prime contractor shall submit for approval, prior to the Plans Meeting, a three view detailed snow plow mounting assembly drawing, including all dimensions, method of attachment to frame, and material with pilot model.

The design of the plow attachment shall provide the following features:

NOTE: Plow Pin Height is to be 18” maximum off ground.

32.2 CAPACITY: Capable of sustaining the weight of present DSNY snow plows, weighing approximately two thousand pounds.

32.2.1 All necessary provisions shall be made in

the chassis, cab and suspension design to carry this additional weight.

32.2.2 Dimensions for plow mounting shall be

strictly maintained to insure interchangeability and compatibility with snow plows currently used by the Department.

□ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □

DETAILED REQUIREMENTS SECTION E.S.14-26AV JANUARY 15, 2014

YES NO

78

32.2.3 The prime contractor shall furnish and

install all necessary material and equipment for the operation of the snow plow.

32.2.4 Through auxiliary members, transfer the

entire thrust developed from plowing to the chassis frame.

32.2.5 Include the bending moment and shear diagram

calculations at Plans Meeting.

32.3 BUMPER: As per Section 19.4 (left and right, two-piece bumper designs are preferable).

32.4 RADIATOR GUARD & PLOW FRAME: The radiator guard and

snowplow “A” frame shall be in accordance with the Department of Sanitation Drawing ME53D, 52 -35 58th Street, Woodside, NY 11377, for your perusal only, copies are not available. Time to view drawing will be between the hours of 6:00AM – 12:00PM, by appointment only.

32.5 PLOW LIFT CYLINDER AND OPERATION: Cylinder must be

double acting type (PTO driven).

32.5.1 Provide means to prevent quick dropping of the plow through an in-line hydraulic plow control valve.

32.5.2 Control operation of the plow, both lifting

and dropping, by labeled, electrical switches, conveniently mounted on the dashboard in the cab.

32.5.3 Install and adjust a pressure relief valve

in the power down circuit to prevent damage to plow transit safety chain.

32.5.4 When snow plow lift is not in use, cylinder

must be protected from damage in its nested position.

32.6 SHUT-OFF VALVE: Install a mechanical/hydraulic

interlock valve to cut the flow of oil to the hydraulic cylinder when it is in the “nested” position.

32.6.1 The valve shall prevent damage to the

equipment if cab controls are inadvertently operated, when the plow cylinder is nested.

32.6.2 Label valve as to “on” and “off” positions.

32.7 WIRING: Wire connectors used for the installation

shall be “Pack-X”.

□ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □

DETAILED REQUIREMENTS SECTION E.S.14-26AV JANUARY 15, 2014

YES NO

79

32.7.1 Arrange wiring that plow lift device is deactivated when engine is turned off.

32.7.1.1 It shall not be possible to

raise or lower the plow with the engine switch in the “off” position.

32.8 HYDRAULIC LINES: One-half inch (1/2”), minimum

diameter, stainless steel tubing. Limited use of hydraulic hose will be permitted, only where flexibility is necessary.

32.9 DOT SNOW PLOW HITCH – PACKAGE “Q”: (DOT & DSNY Snow

Plow Hitch is the same). Prime contractor shall supply and install a severe duty snow plow mount frame onto the vehicle. The frame shall be comparable to the snow plow frames currently installed on the heavy-duty dump trucks found at NYC DOT. Package “Q” must be available as an option in lieu of standard Snow Plow Hitch.

A moldboard will not be required, however for the purpose of establishing plow frame design parameters the current plow frames are based on those used for a "Good Roads" Model #121 or equal modified as per #SP910-1. Drawings are available at the Department of Transportation, Division of Fleet Services.

For the purpose of reference, the snow plow frame for this installation shall be equal in design to that found in Drawing M.E.53E available from Department of Transportation Fleet Services. The prime contractor shall submit for approval a three (3) view detailed snowplow mounting assembly drawing, including all dimensions, method of attachment to frame, and material used in manufacture with the required plans.

Dimensions for plow mounting must be strictly maintained to allow the parts to be interchangeable. The contractor shall furnish and install all necessary material and devices for the operation of the snow plow.

32.10 CAPACITY: The plow frame must be capable of

sustaining the weight of present Department of Transportation snow plows, weighing approximately two thousand (2,000) pounds. All consideration shall be given to the chassis and suspension design to accommodate the additional weight of the snow plow and frame.

32.10.1 Transfer of the entire thrust developed due

to plowing shall be to the chassis frame through auxiliary members. Include the bending moment and shear diagram calculations with plans.

□ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □

DETAILED REQUIREMENTS SECTION E.S.14-26AV JANUARY 15, 2014

YES NO

80

32.11 BUMPER: Contractor shall supply and install a heavy duty 3/8” steel front bumper. The bumper shall be 11”H with swept back ends. The bumper shall be modified to accommodate the snow plow attachment apparatus and shall otherwise cover the full width of the vehicle.

32.12 RADIATOR GUARD & PLOW FRAME: A radiator guard shall

be supplied and installed in accordance with the Drawing ME53E, but lower in height to increase visibility.

32.13 PLOW LIFT CYLINDER: The plow jack must be the double

acting type. A means shall be provided to prevent quick dropping of the plow through the use of a plow control valve in the oil line. Power down shall have separate relief to prevent damage to storage chain. The operation of the plow (both lifting and dropping) shall be controlled by electrical switches mounted in the cab.

32.14 PLOW CONTROLS: The plow controls shall be wired so

that the plow lift device can only be activated with the ignition switch in the run or accessories position.

32.15 POWER UNIT: The 12 V power unit and hydraulic

reservoir must be installed inside a steel box with a hinged door. “Monarch Pump” or equal. This compartment must be mounted on the chassis frame rail in an easy to service location. The compartment must be fabricated from a minimum 10 gauge steel.

32.15.1 The power unit/reservoir cover shall be

stenciled, identifying type of oil used.

32.16 SHUT-OFF VALVE: A shut-off valve, (mechanically interlocked to the plow lift assembly), shall be provided to cut the flow of oil to the hydraulic jack when it is in the "nested" position. A quick disconnect shall prevent damage to equipment if cab controls are inadvertently operated.

32.17 WIRING: The wire connections used for this

installation shall be "Pack-X", or equal. The wires will be secured using insulated cable clamps as necessary.

32.18 HYDRAULIC LINES: All hydraulic lines shall be metal

tubing, minimum one-half (1/2) inch, except where flexibility is required.

32.19 PLOW LIGHTS: Halogen Plow lights Trucklite or equal

required.

□ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □

DETAILED REQUIREMENTS SECTION E.S.14-26AV JANUARY 15, 2014

YES NO

81

32.20 PLOW FRAME PIN HEIGHT: Shall be 18” + 0”, minus 1/2”

from ground. Plow hitch to be similar in construction to present DOT hitches.

33.0 PAINTING, UNDERCOATING AND DETAIL: NOTE: Other agencies may require different paint schemes. This will be determined at the Plans Meeting.

33.1 GENERAL: The complete vehicle, after being properly cleaned and prepared, shall be given one coat of metal conditioner or metal etching primer. After having all metal surfaces properly cleaned and prepared, the vehicle shall be coated with manufacturer's approved Epoxy or Polyurethane Primer Filler, and finished with the following:

33.1.1 Frame/sub frame, running gear, hoist oil

tank, wheels, rims, body guards, tool boxes, and appurtenances installed below the body line, shall be finished with black, “Sikkens” Chassis Black # 2283 or “Dupont Imron” 5000, Black Polyurethane Enamel.

NOTE: Cab and Body to have Base Clear Coat and Top Coat (Clear) Anti-Graffiti System.

33.1.2 Cab, front bumper, snow plow frame, grill guard assembly, and complete body shall be finished with Manufacturers’ Standard White

33.1.3 Polyurethane Enamel, sprayed to a minimum

thickness of 1.8-mil. Inside of body shall be painted.

NOTE: Cab and body paint colors to be compatible.

33.1.4 Logo and Lettering: Shall be installed by DSNY.

33.2 CHASSIS, BODY AND CAB UNDERCOATING: “Z-Bart” “Tuff

Coat”.

33.2.1 Cab floor and sub-frame.

33.2.2 Undercoat underside of body.

33.2.3 Bottom of fuel tank not to be rust-proofed or under-coated.

33.3 CONSPICUITY TAPE: Install conspicuity tape on the

body as required by FMVSS #571.108, Sec. 5.7 and approved at Pilot Inspection.

33.3.1 Use “3M Company” “Scotchlite” # 980-32 only.

□ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □

DETAILED REQUIREMENTS SECTION E.S.14-26AV JANUARY 15, 2014

YES NO

82

33.4 ADDITIONAL REFLECTIVE EQUIPMENT: For safety, the Sanitation Department may require additional conspicuity tape and/or reflectors. This will be discussed at the Plans Meeting and approved at the Pilot Inspection.

34.0 REVERSIBLE SNOW PLOW – PACKAGE “R”:

Manual "American Roads" 121N, Wausau, modified to D.S.N.Y. standards, in the amount specifically requested in the requisition. These heavy-duty type snow plows are to be used on present Department of Sanitation trucks. The plows must hook up to and be carried by present Department of Sanitation Radiator Guard and Plow lift Frame".

They shall be used for high speed plowing and snow piling and must therefore be ruggedly built definitely suited for extremely hard work under difficult conditions of snow removal. The cutting edges and wear shoes must be in contact with ground when plowing at the standard 18" mounting height.

The entire equipment, with all accessories, complete, assembled, new and ready for use, shall be furnished and delivered as specified. All components parts including semi-circle, push frame, moldboard, cutting edges and shoes, must be interchangeable with present DSNY plows (American Roads or Wausau). Apply "Never-Seize" to all parts before assembly. There shall be a Pilot Inspection for plow. Any additional plows will be quantified on Purchase Order.

NOTE: Vendors are advised to view the DSNY Plow for proper dimensions. Date and time of Site Inspection to be announced before Bid Opening and posted in the City Record. NOTE: New style DSNY trunnion plates are to be installed (painted black). American Roads Part # for right side U19195 - D000G0D1, and for left side U19195-D000GOD2 or equal. Trunnion plates to be mounted 3” back from front hole.

34.1 LENGTH: Eleven Feet (11')

34.2 HEIGHT: Thirty inch (30")

34.3 MOLDBOARD: Three sixteen of an inch (3/16") U.S. Gauge with weep holes.

34.4 WEIGHT: Approximately sixteen hundred (1,600)

pounds. Plus or minus 50 Lbs.

34.5 CUTTING EDGE: Five eights of an inch (5/8") by six inch (6") high, of.70 to .90 carbon steel, with lower corners of cutting edges relived.

□ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □

DETAILED REQUIREMENTS SECTION E.S.14-26AV JANUARY 15, 2014

YES NO

83

34.6 WEAR SHOES: Forged shoes with Carbide wear pad and

contoured on all four (4) sides, similar to DSNY current design “American Roads”, “Wausau”, tethered to moldboard with minimum Grade 30 chain.

34.7 CURB BUMPERS: Plows to come with replaceable curb

bumpers on both sides. Curb bumpers to have hex head hardware properly sized for the application.

34.8 PILING PLATES: Supply piling plates with hex head

hardware must be interchangeable with American Roads and Wausau.

34.9 LIFT CHAIN: Minimum Grade 70 adjustable with pulley

assembly and hairpin to have double chain, pulley to have key slot and hook. Supply heavy-duty lift springs U-19045-G1 or equal. Trunnion plate to be mounted 3” back from front hole (second bolt).

34.10 RELIEF MECHANISM: Spring loaded mechanism to protect

moldboard from damage.

34.11 ROLLED ANGLE: To have stops welded on last set of holes left and right sides, to prevent plow from turning beyond last set of holes.

34.12 HINGE PIN: 41” long by 1-11/16” diameter (CD 1018

material).

34.13 PAINT: Omaha Orange corrosion resistant enamel paint.

34.14 SNOW PLOW DRAWINGS: The prime contractor shall

furnish upon complete delivery of plows, five (5) complete sets of detailed drawings of all the snow parts. These drawings shall give all information as follows:

34.14.1 Material specifications (including hardness,

strength, etc.)

34.14.2 Heat treatment, if any.

34.14.3 Dimensions of all parts and manufacturing limits and machining.

34.14.4 Parts numbers.

34.14.5 Total number of each part in one (1)

complete plow assembly.

34.14.6 These drawings shall be delivered to the Engineer-In Charge, Bureau of Motor Equipment, Department of Sanitation, 52-35 58th Street, Woodside NY 11377, Phone # (718) 334-9274.

□ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □

DETAILED REQUIREMENTS SECTION E.S.14-26AV JANUARY 15, 2014

YES NO

84

34.15 REVERSING FRAME WELDMENT: Drain holes two (2) to be 4” diameter minimum. Center pivot holes to be round not oblong.

NOTE: These drawings supplied in the contract must specifically cover the units delivered. General purpose drawings will not be acceptable. Contract will not be considered complete until these have been delivered. 35.0 LIFT-AXLE – PACKAGE “S”:

Prime contractor shall provide a 20,000 lbs. GAWR pusher lift-axle, mounted forward of tandem axles.

35.1 LIFT-AXLE: Shall be a steerable two wheel axle with

hub piloted wheel assemblies and “Stemco” or equal oil bath type hub seals. Permanently sealed and lubricated bearings will also be acceptable.

35.1.1 Tires: 425/65R 22.5L (11,400 lbs rating

each), Michelin XZY-3 or Goodyear G296 MSA.

35.1.2 Wheels: Accuride, hub piloted off-set rim, designed for intended tire. Use hub-piloted flange nuts, “Disk Lok” no substitutions. No substitutions for either Accuride Rim or Disc-Lok nuts.

35.2 OPERATION: The switch used to lower and raise the

lift-axle shall be located in the cab within easy reach of the driver. The control valve used to regulate the downward pressure applied on the axle shall be conveniently located outside the cab.

35.3 LOCK-OUT: Once activated, the lift-axle shall raise

automatically when the transmission is placed in reverse and automatically lowered when the transmission is taken out of reverse.

NOTE: Prime contractor shall take into consideration the following, but not limited to, when providing the vehicle with lift-axle option:

35.4 The shortest possible wheel base.

35.5 Increasing the air capacity to accommodate the added brake systems.

35.6 Using components that will conform to the uniformity

of the vehicle.

35.7 Using components that comply with the latest New York State Motor Vehicle regulations, and be certified to meet or exceed the specified GVWR.

□ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □

DETAILED REQUIREMENTS SECTION E.S.14-26AV JANUARY 15, 2014

YES NO

85

36.0 PINTLE HITCH – PACKAGE “T”:

To be packaged in conjunction with Asphalt Dump Body Packages “N” and “O” only.

36.1 PINTLE HITCH: Rear Pintle Hook shall be rated at

18,000 lbs. (vertical load), 72,000 lbs. (drawbar), Holland PH 300-1.

36.1.1 Mounting bolts shall be Grade 8.

36.1.2 Hook shall be set approx. 26” high from road

to center of hook and be adjustable +/- 5”.

36.1.3 Supply a means to connect safety towing chains from a trailer.

36.2 TRAILER LIGHTS CONNECTION: Install a seven-pin

trailer harness socket (“Cole Hersee” No.12310), with socket boot (Cole Hersee” No. 81356), to connect the vehicle FMVSS lighting to a trailer.

36.3 GLADHANDS: Two (2) easily accessible glad-hands will

be mounted at the rear of the vehicle and will be utilized to pull an air brake equipped trailer. Glad-hands are to be installed in accordance with SAE J318.

36.3.1 Position: Service brake glad-hands to be on

street side of vehicle. Emergency brake glad-hands to be on curbside.

36.3.2 Vented Dust Covers: The dust covers will be

vented.

36.3.3 Retaining Chains: The dust covers are to have retaining chains to prevent loss.

36.3.4 Color Coding: Glad hands and dust covers

will be color-coded: red for emergency brake, and blue for service brake. Glad hand operation to be checked at Pilot.

36.4 Electric Brake Controller: Install an automatic

adjustable Tekonsha Model #90885 “Prodigy”. To be compatible with current agency towed equipment. NO SUBSTITUTIONS.

37.0 D-STYLE FUEL TANK – PACKAGE “U”:

37.1 FUEL TANK: F.H.W.A. approved, D-Style, eighty-eight gallon minimum capacity, in lieu of standard fuel tank.

37.1.1 Cab steps are to be of a three step

configuration and bottom step shall not exceed 18" from the ground. Steps shall run the full length of the fuel tank.

□ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □

DETAILED REQUIREMENTS SECTION E.S.14-26AV JANUARY 15, 2014

YES NO

86

37.1.2 Tank Position: The tank shall be mounted on

the left hand drivers’ side. Location to be discussed at Plans Meeting and approved at the Pilot Inspection.

37.1.3 Fuel Gauge: Include a graduated electric

fuel gauge visible on the dashboard instrument panel and a separate ground circuit for fuel gauge in-tank sending unit.

37.1.4 Fuel Fill: The tank shall have a minimum

four-inch fuel fill easily accessible from outside the vehicle.

37.1.5 Fuel Cap: Supply a non-siphon, hinged-type

cap 3-inch minimum with 10-inch strainer assembly, Protecto-Seal. 1/4” holes to be punched in bottom of strainer.

37.1.6 Drain: The tank shall have a drain at its

lowest point.

37.1.7 Stencil: “DIESEL FUEL ONLY”, in 3” White Letters.

37.1.8 Guard: Install 1/4” steel plate guard before

rear wheels for protection from loose skid chains, road debris, etc. Storage bin can be used in lieu of guard. Storage bin (tire side) to be 1/4” steel.

37.1.9 Rustproof: Bottom of fuel tank shall NOT be

rust-proofed. 38.0 SUPPORT SOFTWARE – PACKAGES “V”–“AA”:

Prime Vendor must be capable of providing multiple diagnostic and service support software. This software will be supplied along with all normal periodic upgrades and updates, at no additional cost to the City. The software will have adequate properties so as to be duplicated as per Departmental needs. Prime contractor grants to City, subject to the terms of this Contract, a perpetual, nonexclusive and nontransferable license to use the software listed in these specifications (“System Software” or “Software”). Software means computer programs in object code format only, together with any manuals and documentation. City agrees to use the System Software only for its own business and may not sell or resell any of the System Software or any rights to use the System Software. City agrees that only the prime contractor has the right to alter, enhance or otherwise modify the System Software. City agrees not to disassemble, decompile or reverse engineer the System Software or to allow another party to do so. In such case the prime contractor must make available to DSNY all changes and/or enhancements. Prime contractor represents and warrants that the System

□ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □

DETAILED REQUIREMENTS SECTION E.S.14-26AV JANUARY 15, 2014

YES NO

87

Software, as applicable: (a) is wholly original material not published elsewhere (except for material that is in the public domain); (b) does not violate any copyright law; and (c) is not an infringement of any kind, of the rights of any third party. To the extent that the System Software incorporates any non-original material, the prime contractor represents and warrants that it has obtained all necessary permissions and clearances, in writing for the use of such non-original material under this Contract, copies of which shall be provided to the City upon execution of this Contract. To the extent the prime contractor is procuring for the City’s benefit a license to use third party software, the prime contractor represents and warrants that it has obtained all necessary permissions and clearances, in writing, to provide such license, copies of which shall be provided to the City upon execution of this Contract.

NOTE: Many of these systems and accessories on these vehicles are specific to DSNY and shall be viewed as proprietary.

NOTE: Number of Software Packages will be quantified on Purchase Order. NOTE: When ordered as a Package, quantity shall be one (1) per Package. NOTE: Prime contractor must supply price for all Packages; whether DSNY orders that Package or not.

38.1 SUPPORT SOFTWARE INTERFACE – PACKAGE “V”: Supply Manufacturers recommended software interface device (laptop) used in conjunction with the hardware and software packages mentioned below to view the vehicles data stream. The interface supplied must have adequate memory in order to function properly and complete diagnostic tasks as quickly as possible.

38.2 SUPPORT HARDWARE – PACKAGE “W”: Supply wired or

wireless communication Datalink used to translate vehicle data into readable information with the assistance of vehicle diagnostic software. The Datalink must be compatible with all of the software packages listed below.

38.3 ENGINE SOFTWARE – PACKAGE “X”: Must be capable of

performing, retrieving or supplying the following:

38.3.1 READ ONLY:

38.3.1.1 Trip Information

38.3.1.2 Fault Trees

38.3.1.3 Trouble Shooting Steps

38.3.1.4 Feature Settings

□ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □

DETAILED REQUIREMENTS SECTION E.S.14-26AV JANUARY 15, 2014

YES NO

88

38.3.1.5 Wiring Diagram

38.3.1.6 Engine Data Plate

38.3.1.7 Fault Information

38.3.2 ADJUSTABLE:

38.3.2.1 Data Monitor/Logger

38.3.2.2 Reset Fault Codes/Trip

Information

38.3.2.3 Set Engine Features (ON/OFF)

38.4 TRANSMISSION SOFTWARE – PACKAGE “Y”: Must be capable of performing, retrieving or supplying the following:

38.4.1 DATA MONITOR:

38.4.1.1 Reset Fault Codes

38.4.1.2 Fault Information

38.4.1.3 Reset Shift Characteristics

38.5 AFTER-TREATMENT SOFTWARE – PACKAGE “Z”: Must be

capable of performing, retrieving or supplying the following:

38.5.1 DATA MONITOR:

38.5.1.1 Reset Fault Codes

38.5.1.2 Fault Information

38.5.1.3 Force DPF Regeneration

38.5.1.4 Inhibit DPF Regeneration

38.6 ABS & ATC SOFTWARE: PACKAGE “AA”: Must be capable of

performing, retrieving or supplying the following:

38.6.1 FAULT TREES:

38.6.1.1 Trouble Shooting Steps

38.6.1.2 Special ECM Tests

38.6.1.3 Set/Adjust Parameters

38.6.1.4 Data Monitor

38.6.1.5 Reset Fault Codes

38.6.1.6 Fault Information

□ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □

DETAILED REQUIREMENTS SECTION E.S.14-26AV JANUARY 15, 2014

YES NO

89

39.0 GLOBAL POSITION SYSTEM – PACKAGE “AB”:

39.1 APPLICATION: LMU-2620 (26H 200 G1000) manufactured

by “Cal Amp”.

39.2 COMMUNICATION SPECIFICATION:

39.2.1 GSM/GPRS Quad-Band: 850/900/1800/1900 MHZ.

39.2.2 GSM/GPRS Output Power: 850 – 2 Watts (Class 4); 900 – 2 Watts (Class 4); 1800 – 1 Watt (Class 1); 1900 – 1 Watt (Class 1).

39.2.2.1 Data Support: SMS, GPRS OR

CDMA 1xRTT Packet Data.

39.3 CERTIFICATIONS: Fully certified FCC, CE, IC, PTCRB, Cellular Carriers.

39.4 LOCATIONS SPECIFICATIONS:

39.4.1 Location Technology: 50 Channel GPS.

39.4.2 Location Accuracy: 2.0 meter CEP (with

SBAS).

39.4.3 Tracking Sensitivity: -162 dBm.

39.4.4 Acquisition Sensitivity: -147 dBm.

39.4.5 AGPS Capable

39.5 COMPREHENSIVE I/O:

39.5.1 Inputs: 5 (2 fixed bias low, 3 fixed bias high).

39.5.2 Outputs: 3 Relay Driver (150 mA).

39.5.3 Serial Interfaces: 2 (1TTL serial, 1

switched power TTL).

39.5.4 A/D Inputs: 2 (1 internal, 1 external).

39.5.5 Wire Interface: Driver ID; Temperature Sensor.

39.5.6 Status LEDs: GPS and Cellular.

39.6 CONNECTORS, SIM ACCESS:

39.6.1 I/O, Power, Programming: 20-pin Molex-type

fused power harness.

39.6.2 GPS Antenna: External SMA (w/tamper monitoring, 3V) or Internal.

□ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □

DETAILED REQUIREMENTS SECTION E.S.14-26AV JANUARY 15, 2014

YES NO

90

39.6.3 Cellular Antenna: External SMC or Internal.

39.6.4 SIM Access: Internal (GSM/GPRS variant only).

39.7 ELECTRICAL SPECIFICATIONS:

39.7.1 Operating Voltage: 6-32 VDC.

39.7.2 Power Consumption: <3 mA @ 12V (Deep

Sleep); <10 mA @ 12V (Sleep on Network with SNS); <20 mA @ 12V (Sleep on Network with GPRS); <70 mA @ 12V (Active Tracking).

39.8 PHYSICAL SPECIFICATIONS:

39.8.1 Dimensions: 2.0 x 4.0 x 0.85 inches (51 x

102 x 22 mm).

39.9 WEIGHT: 74g (external), 85g (internal).

39.10 ENVIRONMENTAL SPECIFICATIONS:

39.10.1 Operating Temperature: -30º to +75ºC.

39.10.2 Storage Temperature: -40º to +85ºC.

39.10.3 Humidity: 95% R.H. @ 70ºC non-condensing.

39.10.4 Shock and Vibration: U.S. Mil. Std. 202G and 810F, SAE J1455.

39.10.5 EMC/EMI: SAE J1113.

39.11 MOUNTING: Tie-Wrap, Adhesive, or Velcro Screw

Mounting Bracket.

39.12 OPTIONAL FEATURES/FUNCTIONS: To include all of the following:

39.12.1 External GPS and Cellular Antennas.

39.12.2 Internal GPS and Cellular Antennas.

39.12.3 NMEA Data via Serial.

39.12.4 Power Harness with Two (2) 3A Fuses.

40.0 TWO-WAY RADIO PACKAGES “AC”-“AD”:

40.1 DSNY RADIO PACKAGE “AC”: Motorola XTL1500 mobile radio, Part Number M28SSS9PW1. Radio will include Software Model G809 - Software Analog 3600 BUAD. Installation will include all necessary hardware and antenna.

□ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □

DETAILED REQUIREMENTS SECTION E.S.14-26AV JANUARY 15, 2014

YES NO

91

40.1.1 Each unit shall be equipped with a Radio

Security Cage (Model # ET-RA2U) manufactured by ETIP, Inc. of North Aurora, IL. ATTN: Hugh B. Goulding (630) 966-8992.

40.1.2 Department Of Sanitation Representation: A

Department representative shall be present for the approval of the first Mobile radio installation. Radio will be installed and programmed to DSNY’s specification. The vendor will install all remaining Mobile radios as per initial installation.

40.2 DOT RADIO PACKAGE “AD”: Motorola XTL2500 mobile

radio, Part Number M21SSM9PW1AN. Shall include options G806, G24, G51, G442, G444, G67, G490, W22, W432, G114 and W81. Prior to installation:

40.2.1 One set of the necessary programming

software and programming cable shall be supplied for entire order.

40.2.2 Ship To: Attention Leon Simmons

Department of Transportation Radio Shop 69-46 Sybilla Street Forest Hills, NY 11375

40.2.3 Radio shall be brought to DOT radio shop for

programming. All frequencies, system identification numbers and unit identification numbers will be assigned at this time.

41.0 AUTOMATIC LUBRICATION SYSTEM – PACKAGE “AE”:

Prime contractor shall supply and install a Lincoln P653S (only) automatic lubrication system capable of delivering NLGI grade 2 grease to all applicable points on the truck/body. No Substitutions.

41.1 The system shall provide a positive displacement of

grease from the pump to each point on the truck/body in precise volumes on time. The system shall not be of the path of least resistance design.

41.2 The pump shall have a reservoir size suitable to

enable the vehicle to run for 3 months or 1 preventive maintenance (PM) interval without requiring refilling.

41.3 The lube system shall be installed with lines capable

of withstanding the pressures required to deliver the lubricant throughout the temperature range of the truck/body. The lines shall be routed to enable long life and be protected from wear due to vehicle motion and equipment articulation.

□ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □

DETAILED REQUIREMENTS SECTION E.S.14-26AV JANUARY 15, 2014

YES NO

92

41.4 The entire system and its component pieces shall be

warranted against failures and defects in material and workmanship for a period of 2 years or 3,000 hours for 100% parts and labor.

41.5 The prime contractor shall coordinate with the lube

system supplier/installer and relavent NYC agency to determine the number of applicable points to be included with the automatic lube system installation. Final determination on the number of lube points shall be made by NYC agency representitaves.

41.6 An electronic control unit shall be installed to

monitor and control the system. The control unit shall be capable of performing the following functions.

41.6.1 Illuminate a dash mounted labeled indicator

light when the vehicle ignition switch is turned on in order to verify system is operational.

41.6.2 Turn pump motor on/off.

41.6.3 Perform low-level detection.

41.6.4 Perform system feedback operation to verify

grease delivery to each specific location.

41.6.5 Perform data logging operation storing fault codes and time of occurrence.

41.7 The unit shall be provided with the manufacturer’s

wiring and shall be installed in accordance with the manufacturer’s recommended procedures.

42.0 ADDITIONAL PACKAGES – “AF”–“AI”:

42.1 AM/FM, WEATHER BAND RADIO – PACKAGE “AF”: Chassis manufacturers’ optimum AM/FM, Weather Band Radio and Antenna shall be provided.

42.2 BODY BUILDER CONSOLE – PACKAGE “AG”: Prime contractor

shall provide a console that will be utilized as a mounting area for body function and other miscellaneous controls.

42.2.1 Console shall be proportionately located in-

between driver and passenger seats and in the interest of reserving adequate floor space, console shall be mounted as close to the rear of cab as possible.

42.2.2 Console shall be easily removable in the

event cab floor pan needs to be removed in order to service major components such as the Transmission.

□ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □

DETAILED REQUIREMENTS SECTION E.S.14-26AV JANUARY 15, 2014

YES NO

93

42.2.3 There shall be a “Cab Pass Through” located at the bottom of console where Body Builder wiring can be neatly routed to interface with OEM wiring.

42.2.4 Console shall be color matched to the cab

interior.

42.3 WHITE NOISE BACK-UP ALARM – PACKAGE “AH”: Prime contractor shall provide a “Brigade” BBS-97 white noise back up alarm (No Substitutions), in lieu of standard back up alarm.

42.3.1 Alarm shall be Local Law 113 Compliant.

42.3.2 Alarm shall self adjust within a decibel

range of 82db – 97db.

42.4 POWER INTERIOR – PACKAGE “AI”: Prime contractor shall provide the following options:

42.4.1 Floor Lighting: Operated by dash mounted

rocker switch.

42.4.2 Power Mirrors: Both driver side and passenger side mirrors shall be heated and fully adjustable (electrically).

42.4.3 Power Windows

42.4.4 Power Locks

□ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □ □

BIDDERS CERTIFICATE SECTION E.S.14-26AV JANUARY 15, 2014

94

REQUIRED BID INFORMATION: The prime contractor is responsible for the accuracy and completeness of the Bidders Certificate and the spare parts certificate. The information on these certificates is of primary importance and is necessary to determine the responsiveness of the bid pages 96 – 102, 104 - 105 and 106 - 109. Incomplete or inaccurate information may lead to bid rejection. In addition to the bid certificate the “Detailed Requirements” section must be submitted with all YES/NO boxes completed. Return the completed Detail Section with the Bidder’s Certificate. Any NO response must include an explanation of what is being offered in place of the requirement. The exception must be explained in detail on the “Exceptions/Deviations”.

BIDDERS CERTIFICATE SECTION E.S.14-26AV JANUARY 15, 2014

95

THIS PAGE IS INTENTIONALLY BLANK

BIDDERS CERTIFICATE SECTION E.S.14-26AV JANUARY 15, 2014

96

43.0 BIDDERS CERTIFICATE:

Consists of Pages 96 - 102

Bid No. Item No . The data contained herein is for the purpose of evaluating the bidder’s intent to meet the requirements of the specification. The bidder certifies that the products and items specified herein are the minimum that will be supplied. Acceptance of this bidder’s certificate does not relieve the vendor of his obligation to meet requirements of the specification. All information supplied herein shall be from current manufacturer literature.

Bidder must comply with all material requirements of the specifications.

43.1 CONVENTIONAL CHASSIS:

VENDOR . MAKE MODEL TYPE (NO. OF AXLES) . Attach manufacturer's literature for the chassis to the bid.

43.2 FRAME:

VENDOR . MATERIAL: TYPE OF STEEL . SECTION MODULUS YIELD STRENGTH . TYPE OF REINFORCEMENT .RBM . TERMINATING POINTS OF REINFORCEMENT: FRONT TO . OEM'S Frame Code Number (From Data Book): .

43.3 ENGINE:

VENDOR . MAKE MODEL CYLS. . ASPIRATION DISPLACEMENT (cu. in./liter) . GROSS HORSEPOWER AT RPM GROSS TORQUE AT RPM

43.4 TRANSMISSION: VENDOR . MAKE MODEL . MAX HP RATING AT RPM MAX TORQUE RATING AT RPM SIZE .

43.5 ELECTRICAL:

ALTERNATOR Amps BATTERY CCA VENDOR . FRONT: TYPE CAPACITY lbs.

43.6 AXLES AND SUSPENSION:

43.7 FRONT AXLE:

VENDOR .

BIDDERS CERTIFICATE SECTION E.S.14-26AV JANUARY 15, 2014

97

MAKE MODEL . MANUFACTURER'S RATED CAPACITY LBS. OEM's OPTION NUMBER (From Data Book) .

43.8 REAR AXLE:

VENDOR . MAKE MODEL . MANUFACTURER'S RATED CAPACITY LBS. SINGLE OR DOUBLE REDUCTION . RATIO(S) . OEM's OPTION NUMBER (From Data Book) .

43.9 SUSPENSION:

VENDOR . FRONT: TYPE CAPACITY lbs. ARE HELPER SPRINGS USED . OEM's Option Number . REAR: TYPE CAPACITY lbs. ARE HELPER SPRINGS USED . OEM's Option Number .

43.10 BRAKES:

VENDOR . FRONT: MAKE TYPE . SIZE . REAR: MAKE TYPE .

43.11 TIRES AND WHEELS:

43.12 FRONT TIRES:

MANUFACTURER SIZE . TYPE LOAD RANGE/PLY RATING . MAXIMUM LOAD SINGLE lbs. at PSI. MAXIMUM LOAD DUAL lbs. at PSI.

43.13 REAR TIRES:

MANUFACTURER SIZE . TYPE LOAD RANGE/PLY RATING . MAXIMUM LOAD SINGLE lbs. at PSI. MAXIMUM LOAD DUAL lbs. at PSI.

43.14 DUMP BODY W/ BARN DOOR:

VENDOR .. MAKE MODEL . LENGTH BODY HEIGHT WIDTH . BODY CAPACITY BODY WEIGHT . GROSS VEHICLE WEIGHT RATING (GVWR) . GROSS AXLE WEIGHT RATING (GAWR) FRONT . GROSS AXLE WEIGHT RATING (GAWR) REAR . CHASSIS WEIGHT LBS.

BIDDERS CERTIFICATE SECTION E.S.14-26AV JANUARY 15, 2014

98

DIMENSIONS: OAL WB CA . AF BBC .

43.15 VEHICLE WEIGHT:

CURB WEIGHT lbs. PAYLOAD WEIGHT (EST) _lbs. PERCENT GVW (INC. ACCESSORIES) FRONT AXLE % REAR AXLE %

43.16 VEHICLE DATA:

LENGTH HEIGHT WIDTH . TURNING RADIUS SAE .

43.17 13 L ENGINE PACKAGE “G”:

VENDOR . MAKE MODEL CYLS. . ASPIRATION DISPLACEMENT (cu. in./liter) . GROSS HORSEPOWER AT RPM GROSS TORQUE AT RPM

43.18 AXLE AND SUSPENSION PACKAGE “H”:

43.19 FRONT AXLE:

VENDOR . MAKE MODEL . MANUFACTURER'S RATED CAPACITY LBS. OEM's OPTION NUMBER (From Data Book) .

43.20 REAR AXLE:

VENDOR . MAKE MODEL . MANUFACTURER'S RATED CAPACITY LBS. SINGLE OR DOUBLE REDUCTION . RATIO(S) . OEM's OPTION NUMBER (From Data Book) .

43.21 SUSPENSION:

VENDOR . FRONT: TYPE CAPACITY lbs. ARE HELPER SPRINGS USED . OEM's Option Number . REAR: TYPE CAPACITY lbs. ARE HELPER SPRINGS USED . OEM's Option Number .

43.22 BRAKES:

VENDOR . FRONT: MAKE TYPE . SIZE . REAR: MAKE TYPE .

BIDDERS CERTIFICATE SECTION E.S.14-26AV JANUARY 15, 2014

99

43.23 AXLE AND SUSPENSION PACKAGE “I”:

43.24 FRONT AXLE: VENDOR .. MAKE MODEL . MANUFACTURER'S RATED CAPACITY LBS. OEM's OPTION NUMBER (From Data Book) .

43.25 REAR AXLE:

VENDOR . MAKE MODEL . MANUFACTURER'S RATED CAPACITY LBS. SINGLE OR DOUBLE REDUCTION . RATIO(S) . OEM's OPTION NUMBER (From Data Book) .

43.26 SUSPENSION:

VENDOR . FRONT: TYPE CAPACITY lbs. ARE HELPER SPRINGS USED . OEM's Option Number . REAR: TYPE CAPACITY lbs. ARE HELPER SPRINGS USED . OEM's Option Number .

43.27 BRAKES:

VENDOR . FRONT: MAKE TYPE . SIZE . REAR: MAKE TYPE .

43.28 AXLE AND SUSPENSION PACKAGE “J”:

43.29 FRONT AXLE:

VENDOR . MAKE MODEL . MANUFACTURER'S RATED CAPACITY LBS. OEM's OPTION NUMBER (From Data Book) .

43.30 REAR AXLE:

VENDOR . MAKE MODEL . MANUFACTURER'S RATED CAPACITY LBS. SINGLE OR DOUBLE REDUCTION . RATIO(S) . OEM's OPTION NUMBER (From Data Book) .

BIDDERS CERTIFICATE SECTION E.S.14-26AV JANUARY 15, 2014

100

43.31 SUSPENSION: VENDOR . FRONT: TYPE CAPACITY lbs. ARE HELPER SPRINGS USED . OEM's Option Number . REAR: TYPE CAPACITY lbs. ARE HELPER SPRINGS USED . OEM's Option Number .

43.32 BRAKES:

VENDOR . FRONT: MAKE TYPE . SIZE . REAR: MAKE TYPE .

43.33 TIRES AND WHEELS PACKAGE “K”:

43.34 FRONT TIRES:

MANUFACTURER SIZE . TYPE LOAD RANGE/PLY RATING . MAXIMUM LOAD SINGLE lbs. at PSI. MAXIMUM LOAD DUAL lbs. at PSI.

43.35 REAR TIRES:

MANUFACTURER SIZE . TYPE LOAD RANGE/PLY RATING . MAXIMUM LOAD SINGLE lbs. at PSI. MAXIMUM LOAD DUAL lbs. at PSI.

43.36 TIRES AND WHEELS PACKAGE “L”:

43.37 FRONT TIRES:

MANUFACTURER SIZE . TYPE LOAD RANGE/PLY RATING . MAXIMUM LOAD SINGLE lbs. at PSI. MAXIMUM LOAD DUAL lbs. at PSI.

43.38 REAR TIRES:

MANUFACTURER SIZE . TYPE LOAD RANGE/PLY RATING . MAXIMUM LOAD SINGLE lbs. at PSI. MAXIMUM LOAD DUAL lbs. at PSI.

43.39 DUMP BODY W/ HYD. TAILGATE – PACKAGE “M”:

VENDOR . MAKE MODEL . LENGTH BODY HEIGHT WIDTH . BODY CAPACITY BODY WEIGHT .

BIDDERS CERTIFICATE SECTION E.S.14-26AV JANUARY 15, 2014

101

GROSS VEHICLE WEIGHT RATING (GVWR) . GROSS AXLE WEIGHT RATING (GAWR) FRONT . GROSS AXLE WEIGHT RATING (GAWR) REAR . CHASSIS WEIGHT LBS. DIMENSIONS: OAL WB CA . AF BBC .

43.40 VEHICLE WEIGHT:

CURB WEIGHT lbs. PAYLOAD WEIGHT (EST) _lbs. PERCENT GVW (INC. ACCESSORIES) FRONT AXLE % REAR AXLE %

43.41 VEHICLE DATA:

LENGTH HEIGHT WIDTH . TURNING RADIUS SAE .

43.42 15 yd³ ASPHALT DUMP BODY – PACKAGE “N”:

VENDOR . MAKE MODEL . LENGTH BODY HEIGHT WIDTH . BODY CAPACITY BODY WEIGHT . GROSS VEHICLE WEIGHT RATING (GVWR) . GROSS AXLE WEIGHT RATING (GAWR) FRONT . GROSS AXLE WEIGHT RATING (GAWR) REAR . CHASSIS WEIGHT LBS. DIMENSIONS: OAL WB CA . AF BBC .

43.43 VEHICLE WEIGHT:

CURB WEIGHT lbs. PAYLOAD WEIGHT (EST) _lbs. PERCENT GVW (INC. ACCESSORIES) FRONT AXLE % REAR AXLE %

43.44 VEHICLE DATA:

LENGTH HEIGHT WIDTH . TURNING RADIUS SAE .

43.45 18yd³ ASPHALT DUMP BODY – PACKAGE “O”:

VENDOR . MAKE MODEL . LENGTH BODY HEIGHT WIDTH . BODY CAPACITY BODY WEIGHT . GROSS VEHICLE WEIGHT RATING (GVWR) . GROSS AXLE WEIGHT RATING (GAWR) FRONT . GROSS AXLE WEIGHT RATING (GAWR) REAR . CHASSIS WEIGHT LBS. DIMENSIONS: OAL WB CA . AF BBC .

43.46 VEHICLE WEIGHT:

CURB WEIGHT lbs. PAYLOAD WEIGHT (EST) _lbs.

BIDDERS CERTIFICATE SECTION E.S.14-26AV JANUARY 15, 2014

102

PERCENT GVW (INC. ACCESSORIES) FRONT AXLE % REAR AXLE %

43.47 VEHICLE DATA:

LENGTH HEIGHT WIDTH . TURNING RADIUS SAE .

43.48 LIFT AXLE PACKAGE “P”:

VENDOR . MAKE MODEL . MANUFACTURER'S RATED CAPACITY LBS. OEM's OPTION NUMBER (From Data Book) .

43.49 SUSPENSION:

VENDOR . TYPE CAPACITY lbs. ARE HELPER SPRINGS USED . OEM's Option Number .

43.50 BRAKES:

VENDOR . MAKE TYPE . SIZE .

43.51 TIRES:

MANUFACTURER SIZE . TYPE LOAD RANGE/PLY RATING . MAXIMUM LOAD SINGLE lbs. at PSI. MAXIMUM LOAD DUAL lbs. at PSI.

BIDDERS CERTIFICATE SECTION E.S.14-26AV JANUARY 15, 2014

103

THIS PAGE IS INTENTIONALLY BLANK

BIDDERS CERTIFICATE SECTION E.S.14-26AV JANUARY 15, 2014

104

44.0 SPARE PARTS, CHARTS & MANUALS - PACKAGES A, B, C, D, E, & F:

Consists of Pages 104 - 105

44.1 SPARE PARTS - PACKAGE “A”: DESCRIPTION PART # QTY PRICE

Air Filter , .

Oil Filter , .

Crankcase Element Filter , .

Air Dessicant Filters , .

Hydraulic Oil , .

Hydraulic Breather Element , .

Coolant Filter , .

Fuel Filter Pri. , .

Fuel Filter Sec. , .

Urea Filter (If Equipped) , .

Engine Drive Belts , .

44.2 CHARTS AND MANUALS - PACKAGE “B”:

DESCRIPTION PART # QTY PRICE

Body Maintenance , .

Body Service , .

Body Parts , .

Body Lube Chart , .

Hydraulic Piping Diagrams , .

Chassis Main. , .

Chassis Service , .

Chassis Operators , .

Chassis Parts , .

Chassis Lube Chart , .

Engine Operators , .

BIDDERS CERTIFICATE SECTION E.S.14-26AV JANUARY 15, 2014

105

Engine Service , .

DESCRIPTION PART # QTY PRICE

Engine Parts , .

Trans. Operators , .

Trans. Service , .

Trans. Parts , ..

Trans. Diagnostic Manual , .

Elect. Schematics , .

44.3 SPARE PARTS - PACKAGE “C”:

DESCRIPTION PART # QTY PRICE

Sheet Metal Templates for Flat Glass , .

44.4 SPARE PARTS - PACKAGE “D”:

DESCRIPTION PART # QTY PRICE

DPF System , .

44.5 SPARE PARTS - PACKAGE “E”: DESCRIPTION PART # QTY PRICE

DPF Filters , .

44.6 SPARE PARTS - PACKAGE “F”:

DESCRIPTION PART # QTY PRICE

Spare Tires, Front 315/80R 22.5 , . 425/65R 22.5 , .

Spare Tires, Rear

315/80R 22.5 , .

11R 24.5 , .

12R 24.5 , .

Spare Tires, Lift Axle

425/65R 22.5 , .

BIDDERS CERTIFICATE SECTION E.S.14-26AV JANUARY 15, 2014

106

45.0 PACKAGES – “G” – “AI”:

Consists of Pages 106 – 109

45.1 ENGINE (13 L) – PACKAGE “G”:

As per Section 21.16 PART # QTY PRICE , .

45.2 AXLE AND SUSPENSION – PACKAGE “H”:

As per Section 23.10 PART # QTY PRICE , .

45.3 AXLE AND SUSPENSION – PACKAGE “I”:

As per Section 23.11 PART # QTY PRICE , .

45.4 AXLE AND SUSPENSION – PACKAGE “J”:

As per Section 23.12 PART # QTY PRICE , .

45.5 TIRES AND WHEELS – PACKAGE “K”:

As per Section 25.10 PART # QTY PRICE , .

45.6 TIRES AND WHEELS – PACKAGE “L”:

As per Section 25.11 PART # QTY PRICE , .

45.7 DUMP BODY W/ HYD. TAILGATE – PACKAGE “M”:

As per Section 28.31 PART # QTY PRICE , .

45.8 ASPHALT DUMP BODY 15 yds³ – PACKAGE “N”:

As per Section 29.1 PART # QTY PRICE , .

BIDDERS CERTIFICATE SECTION E.S.14-26AV JANUARY 15, 2014

107

45.9 ASPHALT DUMP BODY 18 yds³ – PACKAGE “O”:

As per Section 29.2 PART # QTY PRICE , .

45.10 HYDRAULICALLY OPERATED TAILGATE – PACKAGE “P”:

As per Section 29.20 PART # QTY PRICE , .

45.11 SNOW PLOW HITCH (DOT) – PACKAGE “Q”:

As per Section 30.9 PART # QTY PRICE , .

45.12 REVERSIBLE SNOW PLOW – PACKAGE “R”:

As per Section 32.0 PART # QTY PRICE , .

45.13 LIFT AXLE – PACKAGE “S”:

As per Section 33.0 PART # QTY PRICE , .

45.14 PINTLE HITCH – PACKAGE “T”:

As per Section 34.0 PART # QTY PRICE , .

45.15 D-STYLE FUEL TANK – PACKAGE “U”:

As per Section 35.0 PART # QTY PRICE , .

45.16 SUPPORT SOFTWARE INTERFACE – PACKAGE “V”:

As per Section 36.1 PART # QTY PRICE , .

45.17 SUPPORT HARDWARE – PACKAGE “W”:

As per Section 36.2 PART # QTY PRICE , .

45.18 ENGINE SOFTWARE – PACKAGE “X”:

BIDDERS CERTIFICATE SECTION E.S.14-26AV JANUARY 15, 2014

108

As per Section 36.3 PART # QTY PRICE , .

45.19 TRANSMISSION SOFTWARE – PACKAGE “Y”:

As per Section 36.4 PART # QTY PRICE , .

45.20 AFTER TREATMENT SOFTWARE – PACKAGE “Z”:

As per Section 36.5 PART # QTY PRICE , .

45.21 ABS & ATC SOFTWARE – PACKAGE “AA”:

As per Section 36.6 PART # QTY PRICE , .

45.22 GLOBAL POSITION SYSTEM – PACKAGE “AB”:

As per Section 37.0 PART # QTY PRICE , .

45.23 TWO-WAY RADIO (DSNY) – PACKAGE “AC”:

As per Section 38.1 PART # QTY PRICE , .

45.24 TWO-WAY RADIO (DOT) – PACKAGE “AD”:

As per Section 38.2 PART # QTY PRICE , .

45.25 AUTOMATIC LUBRICATION SYSTEM – PACKAGE “AE”:

As per Section 39.0 PART # QTY PRICE , .

45.26 AM/FM WEATHERBAND RADIO – PACKAGE “AF”:

As per Section 40.1 PART # QTY PRICE , .

45.27 BODY BUILDER CONSOLE – PACKAGE “AG”:

As per Section 40.2 PART # QTY PRICE

BIDDERS CERTIFICATE SECTION E.S.14-26AV JANUARY 15, 2014

109

, .

45.28 WHITE NOISE BACK-UP ALARM – PACKAGE “AH”:

As per Section 40.3 PART # QTY PRICE , .

45.29 POWER INTERIOR – PACKAGE “AI”:

As per Section 40.4 PART # QTY PRICE , .

BIDDERS CERTIFICATE SECTION E.S.14-26AV JANUARY 15, 2014

110

Bid No._ Item No.

BIDDERS CERTIFICATE (continued) NOTE: Where any portion of the complete vehicle is to be installed by other than the bidder or chassis manufacturer, the bidder shall indicate below the names of the entity performing such installation and the location of their facility. Other Companies Performing Work Firm of Bidder Address Address Name of Authorized Representative Name of Authorized Representative Title Title ( ) ( ) (Area Code) Telephone Number (Area Code) Telephone Number

Attach manufacturer’s literature.

111

THIS PAGE IS INTENTIONALLY BLANK

112

THIS PAGE IS INTENTIONALLY BLANK

113

THIS PAGE IS INTENTIONALLY BLANK

114