Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Trans Iowa Equipment, LLC
a N a. ® a w a P 4- ..... ..,... al N _________ _________ ^, , 4 Y ________ _______ _________ a i r? 0 m — —� rr- �� s am U a If) a — . � 4 r Q E m 1 a 3 3 0 = a `° NKNQ r a o ) "� .� F v` w In I--ce — 3 1 Ci` are Q K�Jy i .. "•.•. ..::,• —fir a�Oc0 LLJ.-i3 caiw Li , 44.0.a•Y''w� • N •. —� �oWoiD UO. �_G�W ISS`.• •Y• i . • •ati IX .. -- LLifV.a Ia HaF�a I . O• 4• Z 0. a as Iq 1 r ..� •., ••• Q J cle- et �1 , , 5---) a......./) ) 4.... e 42.Hi i t 3 I3 (.0 0 12 ° 0 c-i.,,/ r---- §.. ,.,..r ._4-- DISTRIBUTOR OF MUNICIPAL&CONTRACTOR EQUIPMENT July 8, 2014 City of Waterloo Waterloo Regional Airport 715 Mulberry Street Waterloo, IA 50702 To Whom It May Concern, This letter is reference to the FAA AIP Protect#3-19-0094-043 (Carrier Vehicle with Rotary Plow). Trans-Iowa Equipment will have to take exception to the following: Page 2 of the Proposal Form, Paragraph g. The undersigned further agrees to complete the project within 180 calendar days form the commencement date specified in the Notice-to- Proceed or Purchase Order. Exception is"270 calendar days" Sincerely, Eric Thorson V.P. Sales Trans-Iowa Equipment, LLC www.transiowaeq.com 4607 SE Rio Ct,Ankeny,IA 50021 . Bus:515.289.9994 Toll Free:800.933.1190 Fax:515.289.9995 We are an Affirmative Action,Equal Opportunity Employer SNOW REMOVAL EQUIPMENT (CARRIER VEHICLE WITH ROTARY PLOW) AT THE WATERLOO REGIONAL AIRPORT IN THE CITY OF WATERLOO, IOWA FAA AIP PROJECT#3-19-0094-043 AECOM PROJECT NO. 60323419 ADDENDUM NO. 1 DATE: July 3, 2014 BIDS CLOSE: July 10, 2014, at 1:00 p.m. Local Time TO ALL BIDDERS BIDDING ON THE ABOVE PROJECT: All Bidders submitting a Bid on the above Contract shall carefully read this Addendum and give it consideration in the preparation of their Bid. I. The following are revisions to the Specifications: 1. Specification for Carrier Vehicle With Rotary Plow: a) In Appendix 1, Specification for Carrier Vehicle, Item 7g., change to read "g. Air ride operator's seat." b) In Appendix 1, Specification for Carrier Vehicle, Item 7h., add the word "minimum" after 700 HP. c) In Appendix 1, Specification for Carrier Vehicle, Item 7i. change to read "i. All driving lights shall be Xeon type bulbs." d) In Appendix 1, Specification for Carrier Vehicle, Item 7k., change to read "k. Air-to-ground communications - Bendix-King Model 97A, or equal, with 2 sets of AVCOMM A900 headphones, or equal." e) In Appendix 1, Specification for Carrier Vehicle, Item 7n., change to read "n. Single point battery disconnect for both carrier vehicle and auxiliary engines." II. Attachments: None III. Any revisions to any of the Contract Documents made by this Addendum shall be considered as the same revision to any and all related areas of the Contract Documents not specifically called out in this Addendum. IV. The Bidder shall acknowledge receipt of this Addendum by inserting the date and number in the spaces provided on Page 2 of the FORM OF BID OR PROPOSAL. AECOM David B. Hughes, P.E. P:\60323419\OOOOOOOO 400-Technical\401 SPECS\Carrier Vehicle W Rotary Plo.,ddendum 1-Carrier Vehicle With Rotary Plowdoc.doc PROPOSAL FORM AIP Project: 3-19-0094-43 TO: City of Waterloo Black Hawk County, Iowa 715 Mulberry Street Waterloo, Iowa 50703 The undersigned, in compliance with the request for bids for furnishing the following Equipment: Snow Removal Equipment(SRE) (Carrier Vehicle With Rotary Plow) hereby proposes to furnish all necessary labor, permits, material, machinery, tools, supplies and equipment to faithfully perform all work required for furnishing the equipment identified below in strict accordance with the project documents and all issued Addenda within the specified time of performance for the unit prices stated below: BID SCHEDULE Bid Specification Reference Item and Item Description Quantity Unit Unit Price Extension 1 Carrier Vehicle With Rotary Plow 1 LS $$54c.,7A.S?U $iiCK, OCJ TOTAL BASE BID(Numeral Format) .$ 'SQf '7� . 00 TOTAL BASE BID (Written Format) /� fl �/ �� fn, ( /�- r✓�2 urt re r/ r J/X �(Y 1 ` 'sJp t tdo JJ�� //�� c� JJJ ACKNOWLEDGEMENTS BY BIDDER n* , i � -, _ 0 n r _I_VS h Q1r, W YtA�S v 51CY1 i�eV'1 '�ub raaJie a. The Waterloo Airport Board will select the lowest responsive proposal based on the lowest total bid submitted. A bid is required with respect to all items of the bid. Failure to submit a bid with respect to one or more of the items will cause the bid to be rejected as not responsible. b. The BIDDER acknowledges and accepts that the Bid Documents are comprised of the documents identified within the Instructions to Bidders. The BIDDER further acknowledges that each the individual documents that comprise the Bid Documents are complementary to one another and together establishes the complete terms, conditions and obligations of the successful BIDDER. c. As evidence of good faith in submitting this proposal, the undersigned encloses a bid guaranty in the form of a certified check or bid bond in the amount of 5% of the bid price. The BIDDER acknowledges and accepts that refusal or failure to accept award and execute a contract within the terms and conditions established herein will result in forfeiture of the bid guaranty to the owner as a liquidated damage. d. The BIDDER acknowledges and accepts the OWNER'S right to reject any or all bids and to waive any minor informality in any Bid or solicitation procedure. e. The BIDDER acknowledges and accepts the OWNER'S right to hold all Proposals for purposes of review and evaluation and not issue a notice-of-award for a period not to exceed calendar days from the stated date for receipt of bids. During this evaluation period, the BIDDER agrees to honor the stated price(s) without any adjustment. f. The undersigned agrees that upon written notice of award of contract, he or she will execute the contract within fifteen (15) days of the notice-of-award and furthermore and provide executed payment and performance bonds within fifteen (15) days from the date of contract execution. The undersigned accepts that AECOM PROJECT#60323419 PF-1 Snow Removal Equipment (Carrier Vehicle With Rotary Plow) Waterloo Regional Airport failure to execute the contract and provide the required bonds within the stated timeframe shall result in forfeiture of the bid guaranty to the owner as a liquidated damage. g. Time of Performance: By submittal of this proposal, the undersigned acknowledges and agrees to commence work within ten (10) calendar days of the date specified in the written "Notic- - • - -ed" as issued by the OWNER. The undersigned further agrees to complete the Project withi 180 alendar,days frpm the commencement date specified in the Notice-to-Proceed or Purchase Order. S e� 2 .r2)t g-ro duy5 h. The undersigned acknowledges and accepts that for each and every Calendar/Working day the project remains incomplete beyond the contract time of performance, the Contractor shall pay the non-penal amount of $100 per Calendar/Working day as a liquidated damage to the OWNER. i. The BIDDER acknowledges that the OWNER has established a contract Disadvantaged Business Enterprise goal of 0%for this project. The BIDDER acknowledges and accepts the requirement to apply and document good faith efforts, as defined in Appendix A, 49 CFR Part 26,for subcontracting a portion of the prime contract to certified Disadvantaged Business Enterprises(DBE), as defined in 49 CFR Part 26 for purposes of meeting the OWNER'S established goal. The BIDDER, in complying with this requirement, proposes participation by Disadvantaged Business Enterprises as stated on the attached forms, "Utilization Statement" and "Letter of Intent" j. The undersigned acknowledges receipt of the following addenda: Addendum Number I dated 7/3/2a/1/ Received 7/3/ o/h/ Addendum Number dated Received Addendum Number dated Received REPRESENTATIONS BY BIDDER By submittal of a proposal(bid),the BIDDER represents the following: a. The BIDDER has read and thoroughly examined the bid documents including all authorized addenda. b. The BIDDER has a complete understanding of the terms and conditions required for the satisfactory performance of project work. c. The BIDDER has found no errors, conflicts, ambiguities or omissions in the project documents, except as previously submitted in writing to the owner that would affect cost, progress or performance of the work. d. The BIDDER is familiar with all applicable Federal, State and local laws, rules and regulations pertaining to execution of the contract and the project work. e. The BIDDER has complied with all requirements of these instructions and the associated project documents. CERTIFICATIONS BY BIDDER a. The undersigned hereby declares and certifies that the only parties interested in this proposal are named herein and that this proposal is made without collusion with any other person, firm or corporation. The undersigned further certifies that no member, officer or agent of OWNER'S has direct or indirect financial interest in this proposal. b. Certification of Non-Segregated Facilities:(41 CFR Part 60-1.8) The BIDDER, as a potential federally-assisted contractor, certifies that it does not maintain or provide, for its employees, any segregated facilities at any of its establishments and that it does not permit its employees to perform their services at any location, under its control, where segregated facilities are maintained. The BIDDER certifies that it will not maintain or provide, for its employees, segregated facilities at any of its establishments and that it will not permit its employees to perform their services at any location under its control where segregated facilities are maintained. The Bidder agrees that a breach of this certification is a violation of the Equal Opportunity Clause,which the Owner will incorporate into the contract. As used in this certification, the term "segregated facilities" means any waiting rooms, work areas, restrooms, and washrooms, restaurants and other eating areas, timeclocks, locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas,transportation, and housing facilities provided for employees which are segregated on the basis of race,color, religion,or national origin because of habit, local custom, or any other reason. The Bidder agrees that (except where it has obtained identical certifications from proposed subcontractors for specific time periods) it will obtain identical certifications from proposed subcontractors prior to the award of subcontracts exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity Clause and that it will retain such certifications in its files. AECOM PROJECT#60323419 PF-2 Snow Removal Equipment (Carrier Vehicle With Rotary Plow) Waterloo Regional Airport c. Trade Restriction Certification: (49 CFR Part 30) The Bidder, by submission of an offer certifies that it: 1. is not owned or controlled by one or more citizens of a foreign country included in the list of countries that discriminate against U.S. firms published by the Office of the United States Trade Representative(USTR); 2. has not knowingly entered into any contract or subcontract for this project with a person that is a citizen or national of a foreign country on said list, or is owned or controlled directly or indirectly by one or more citizens or nationals of a foreign country on said list; 3. has not procured any product nor subcontracted for the supply of any product for use on the project that is produced in a foreign country on said list. d. Certification Regarding Debarment, Suspension,Ineligibility and Voluntary Exclusion: (49 CFR Part 29) The Bidder certifies, by submission of this proposal, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency. It further agrees by submitting this proposal that it will include this clause without modification in all lower tier transactions, solicitations, proposals, contracts, and subcontracts. Where the Bidder or any lower tier participant is unable to certify to this statement, it shall attach an explanation to this solicitation/proposal. e. Buy American Certification: (Title 49 U.S.C. Chapter 501) As a condition of bid responsiveness, the bidder must how it intend to comply with the Buy American preferences established under Title 49 U.S.C. Section 50101. Bidders must complete the Buy American certification that is attached to this proposal form. If the bidder requests a permissible waiver to the Buy America requirements, the Bidder identified as the low bid must submit a formal waiver request and component cost calculation within the prescribed time identified on the Buy America certification. ATTACHMENTS TO THIS BID The following documents are attached to and made a part of this Bid: 1. Bid Guaranty in the form of 2. Completed DBE forms"Utilization Statement"and "Letter of Intent". 3. Buy America Certification 4. Evidence of good faith efforts required by 49 CFR Part 26, Appendix A. If proposed DBE goal is met, submittal of evidence of good faith efforts is not required. 5. Evidence of BIDDER'S qualifications per the requirements of the Instructions-to-Bidders. AECOM PROJECT#60323419 PF-3 Snow Removal Equipment (Carrier Vehicle With Rotary Plow) Waterloo Regional Airport SIGNATURE OF BIDDER IF AN INDIVIDUAL: Name: By: (Signature of Individual) Doing Business as: Business Address: Telephone Number: IF A CORPORATION: Corporation Name: /f—ap S -- (,JG VlA-0 By: (Aut onzed signature) (Attach Evidence of Authority to sign) Name and Title: ,5c �e s- //�� s/ Business Address: 4 O7 SE Vet L_[tt (CORPORATE SEAL) Telephone Number: S/,5 c9.ff — 79 7rf ATTEST: By: (Authorized Sig ture) Name and Title: Ste- `L�( T Jaf iy'vk r.0L — IF A JOINT VENTURE: (Attach copy of Joint Venture Agreement) Joint Venture Name: By: (Authorized Signature) (Attach Evidence of Authority to sign) Name and Title: Business Address: Telephone Number: Joint Venture Name: By: (Authorized Signature) (Attach Evidence of Authority to sign) Name and Title: Business Address: Telephone Number: AECOM PROJECT#60323419 PF-4 Snow Removal Equipment (Carrier Vehicle With Rotary Plow) Waterloo Regional Airport Buy America Certification (Title 49 U.S.C. Section 50101) PROJECT NAME: Snow Removal Equipment(Carrier Vehicle With Rotary Plow) AIRPORT NAME: Waterloo Regional Airport AIP NUMBER: 3-19-0094-043 This solicitation and any resulting contract are subject to the Buy America requirements of 49 U.S.C. Section 50101. The bidder certifies it and all associated subcontractors will comply with the Buy American preferences established under Title 49 U.S.C.Section 50101 as follows: U.S.C. Section 50101 - Buying goods produced in the United States (a) Preference. - The Secretary of Transportation may obligate an amount that may be appropriated to carry out section 106(k). 44502(a)(2), or 44509, subchapter I of chapter 471 (except section 47127). or chapter 481 (except sections 48102(e).48106.48107,and 48110)of this title for a project only if steel and manufactured goods used in the project are produced in the United States. (b) Waiver.-The Secretary may waive subsection(a)of this section if the Secretary finds that- (1) Applying subsection (a)would be inconsistent with the public interest; (2) The steel and goods produced in the United States are not produced in a sufficient and reasonably available amount or are not of a satisfactory quality; (3) When procuring a facility or equipment under section 44502(a)(2) or 44509, subchapter I of chapter 471 (except section 47127),or chapter 481 (except sections 48102(e),48106,48107, and 48110)of this title- A. The cost of components and subcomponents produced in the United States is more than 60 percent of the cost of all components of the facility or equipment;and B. Final assembly of the facility or equipment has occurred in the United States;or (4) Including domestic material will increase the cost of the overall project by more than 25 percent. (c) Labor Costs. - In this section. labor costs involved in final assembly are not included in calculating the cost of components. * * * * * * As a matter of bid responsiveness, the bidder or offeror must complete and submit this certification with their bid proposal. The bidder must sign and date the certification. The bidder/offeror must indicate how they propose to comply with the Buy America provision by selecting one of the following certification statements. ❑ The bidder hereby certifies that it will comply with Title 49 U.S.0 Section 50101(a) by only installing steel and manufactured products produced in the United States of America. The bidder further agrees that if chosen as the apparent low bid, it will submit documentation to the owner that demonstrate all steel and manufactured products are 100% manufactured in the United States. The bidder hereby certifies that it cannot fully comply with the Buy America preferences of Title 49 U.S.0 Section 50101(a); the bidder therefore requests a waiver per Title 49 U.S.0 Section 50101(b). The bidder further agrees that upon notification from the Owner, the bidder identified with the apparent low bid agrees to prepare and submit a waiver request and component calculation information to the owner within i Lf ,calendar days of the date of the notice of apparent low bid. Bidder's Firm Name Date Jvratut --..... AECOM PROJECT#60323419 PF-5 Snow Removal Equipment (Carrier Vehicle With Rotary Plow) Waterloo Regional Airport Buy America Waiver Request Title 49 U.S.0 Section 50101 (b) For Equipment and Vehicles Procured under the Airport Improvement Program Type of Waiver Request: The bidder may request a waiver subject to the provisions of Section 50101(b)(3) or Section 50101(b)(4). The bidder may not request a waiver under Section 50101(b)(1)or Section 50101(b)(2). Bidder is hereby advised that the Owner's approval with the bidder's waiver request is contingent upon FAA approval. The bidder must select one of the following applicable waiver provisions: ,'r-Rr Section 50101(b)(3): Bidder hereby requests a waiver to Buy America preferences based upon Section 50101(b)(3). The bidder further certifies that �j'DF3 x. % of the cost of components and subcomponents comprising the equipment are produced in the United States and that final assembly occurs with the United States. (Bidder must attach a copy of the component cost calculation table) ❑ Section 50101(b)(4). Bidder hereby requests a waiver to Buy America preferences based upon Section 50101(b)(4). The bidder asserts provision of domestic material increases the cost of the overall project by more than 25%. (This type of waiver is rare) Certification Signature In accordance with Section 50101(b), we request a waiver to the Buy America provisions based on the above certification and attached documentation. 1L f �i?714..5- (' 1Ct � t' h'ie�i7 1 1 L i 2 AIL/ Bidder's Fi ---cr ' Date Srgnatu Instructions for Section 50101(b)(3)Waiver: 1. "Equipment"in Section 50101 shall mean AIP-funded vehicle or single piece of equipment. 2. The bidder must base the U.S. percentage upon the value that results from completing a component cost calculation table similar to the attached format. Bidder shall avoid mere pro forma efforts to establish the waiver request percentage. The Bidder must submit the component cost calculation table as an attachment to the waiver request. The component breakout shall be along major elements/systems of the equipment. 3. Components are the material and products directly incorporated into the"vehicle"at the place of final assembly. 4. The final assembly of the AIP-funded "equipment" must be within the USA (Section 50101(b)(3)(B)). Final assembly is the substantial transformation of the components and subcomponents into the end product. 5. All steel used in the "Equipment"must be produced in the USA. FAA will not approve a waiver for products made with non-domestic steel. 6. The Buy American requirements apply to all tier contractors and subcontractors. All contractors/subcontractors are required to provide sufficient documentation that indicates origin of manufacturer and percentage of domestic manufactured product. 7. The bidder is hereby advised there is no implied or expressed guarantee that the Federal Aviation Administration(FAA) will approve any requested waiver.The FAA CANNOT concur with any waiver request for less than 60% US component participation. Instructions for Section 50101(b)(4)Waiver: 1. This waiver is rarely applied.Consult Owner before making this request. 2. Prepare detailed proposal costs using domestic product(s)and the overall project cost. Prepare detailed alternate proposal costs of the non-domestic product(s) and the overall project cost. If the proposal with domestic product(s)is more than 25%of the proposal with non-domestic product(s),the bidder may request a waiver under 50101(b)(4). 3. Bidder must attach adequate documentation that supports the use of domestic products results in an increase in the overall project costs that exceeds 25%. The bidder must certify under signature and date that the submittal information is correct and accurate. North America Free Trade Act(NAFTA) The NAFTA does not apply to the AIP. Products and material made in Canada or Mexico must be considered as foreign made products. AECOM PROJECT#60323419 PF-6 Snow Removal Equipment (Carrier Vehicle With Rotary Plow) Waterloo Regional Airport E 8 -0 EL .�}} co 0 O cc -a O L co 0 N 'C .0 O .c C 0 co p o 0 C' 00000, 00000p 0 00 N U N '° Sr o o c uJ 000000 000001000 000 0- I� _ h 0) 00N 0) , 00) N0000 - - 000 N000O0000) 0 E T 2 > .- O. rCo � _O to 0N � M0rc- W � N � aM� � � yN} a) y L > N 69 O 0 fA 64 69 64 64 fi?ER EA 64 64 69 6f? 69 64 a) m Z O Nr w N >.co a' n j d E 0 p Q p co -c a) QMQa> co 0 a i w a) 0 w a x a m Op co j u0i 'Li! Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q c a` " £3 � wWWWWWWWWWWwwWWWw CO E m t, o 0 a` a) 0 O t O _ O w Q U n c c 0 73 a) 0o _ +O-• C O 00O 000O 0000000 O -O w W CO W M � C� � � O � pCp00 )Op 00 . 0 Q0i C 2 = 2 (� c O ' � � N N Co �� Co60964� � 609N �o 0) 64 1 6 I.69 69 64 69 7 o L r ,c U u} a° mE °' 1- DO O _cco o u) 0 . E [0 - 'c o O t8 W W W W W W W W W W W W W W W W W 0 N Coo s 2 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0,0 c to 000000u> o0ou) Ooo 00 .o M O - ONO CrCO CO - - CO CO O) We 1_ O 1 - CO N (0 O) CO CO CO r CO N 10 N CO TY e- ee}} 0 . M 82 69699 6969t 964e6969 tAn69 - 69 V! CI) d Le O Q _0_ O CO 0 N -ar y °' E WWWWQWQQWWWWWWWWW U E ct wwww wwwww E 3 a) z a Ts N -T c as o_ as0 E m ° 00- « a CC) N r co e cm a 0 C c c Q a) a) @ . .c 5 c C C c0 c C.) in CT 2 a) i+ d 0, a E d Q E C Q O O ce `o v m w > E rn o m C E °o Jc n oa wycy co aH `oW E cp�`a � F. U u) �, Q, t C . m m Q .Q CO rn ° x E 0 O t m m U E 0 U m — 3 0 0 >> ot{ ca Q m = Z'U to o 7 ce y 0 0 O c 0 0 0 N .c o0 O N s. .D N Q s n m w o L E '010 C e m�5 Yit. ti m c 3 u 3 c 0 m O ? Q O Q N O Li_ W LL F F Q 00 F U w w a m o m a w11 ix = N c LL 0,, [� m L) -cE c a) I- 0 0 o o z' U a) m _c _ 0. Eea 0 J p d 0 u) E in' O }' O 'cp d •- E O 7 CC 7 '-. Q 0 C.) o_ 2r UTILIZATION STATEMENT Disadvantage Business Enterprise The undersigned bidder/offeror has satisfied the requirements of the bid specification in the following manner. (Please mark the appropriate box) X The bidderlofferor is committed to a minimum of 0 % DBE utilization on this contract. The bidder/offeror, while unable to meet the DBE goal of %, hereby commits to a minimum of % DBE utilization on this contract and also submits documentation, as an attachment demonstrating good faith efforts (GFE). The undersigned hereby further assures that the information included herein is true and correct, and that the DBE firm(s) listed herein have agreed to perform a commercially useful function in the work items noted for each firm. The undersigned further understands that no changes to this statement may be made without prior approval from the Civil Right Staff of the Federal Aviation Administration. V�flEitc L :U 11 r` t'tevt: fr Bidder's/Offeror's Firm Name SigrAatur `f / Qv Date DBE UTILIZATION SUMMARY Contract Amount DBE Amount Contract Percentage DBE Prime Contractor $ x 1.00 = $ DBE Subcontractor $ x 1.00 = $ DBE Supplier $ x 0.60 = $ DBE Manufacturer $ x 1.00 = $ Total Amount DBE $ DBE Goal* $ If the total proposed DBE participation is less than the established DBE goal, Bidder must provide written documentation of the good faith efforts as required by 49 CFR Part 26. AECOM Project#60323419 DBE-1 Snow Removal Equipment (Carrier Vehicle With Rotary Plow) Waterloo Regional Airport LETTER OF INTENT Disadvantage Business Enterprise (This page shall be submitted for each DBE firm) Bidder/Offer Name: Address: City: State: Zip:_ DBE Firm: DBE Firm: Address: City: Sta e: Zip:_ DBE Contact Person: Name: Phone: ( ) DBE Certifying Agency: Expiration Date: Each DBE Firm shall submit evidence (such as a photocopy) of their certification status. Classification: OPrime Contractor ❑Subcontractor ❑Joint Venture ❑Manufacturer ❑Supplier Work item(s) to be performed Description of Work Item Quantity Total by DBE The bidder/offeror is committed to utilizing the above-named DBE firm for the work described above. The estimated participation is as follows: DBE contract amount: $ Percent of total contract: AFFIRMATION: The above-named DBE firm affirms that it will perform the portion of the contract for the estimated dollar value as stated above. By: (Signature) (Title) In the event the bidder/offeror does not receive award of the prime contract, any and all representations in this Letter of Intent and Affirmation shall be null and void. AECOM Project#60323419 DBE-2 Snow Removal Equipment (Carrier Vehicle With Rotary Plow) Waterloo Regional Airport BID BOND KNOW ALL MEN BY THESE PRESENTS, that we, Trans-Iowa Equipment,LLC asr Principal, and Travelers Casualty and Surety Company of America as Surety are held and firmly bound unto the CITY OF WATERLOO , Iowa, hereinafter called "OWNER," in the penal sum Five Percent of Amount Bid Dollars ($ 5%of Amt.Bid ) lawful money of the United States,for the payment of which sum will and truly be made, we bind ourselves, our heirs, executors, administrators, and successors, jointly and severally, firmly by these presents. The condition of this obligation is such that whereas the Principal has submitted the accompanying bid dated the loth day of July' - 2014 gg*c for Snow Removal Equipment(Carrier Vehide with Rotary Plow)Waterloo Regional Airport,FAA AIP Project #3-19-0094-043 NOW, THEREFORE, (a) If said Bid shall be rejected,or in the alternate, (b) If said Bid shall be accepted and the Principal shall execute and deliver a contract in the form specified and shall furnish a bond for his faithful performance of said contract, and for the payment of all persons performing labor or furnishing materials in connection therewith, and shall in all other respects perform the agreement created by the acceptance of said Bid, Then this obligation shall be void, otherwise the same shall remain in force and effect; it being expressly understood and agreed that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the penal amount of this obligation as herein stated. By virtue of statutory authority, the full amount of this bid bond shall be forfeited to the Owner in liquidation of damages sustained in the event that the Principal fails to execute the contract and provide the bond as provided in the specifications or by law. The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its bond shall be in no way impaired or affected by any extension of the time within which the Owner may accept such Bid or execute such contract; and said Surety does hereby waive notice of any such extension. IN WITNESS WHEREOF, the Principal and the Surety, have hereunto set their hands and 'sals, and such of them as are corporations, have caused their corporate seals to be hereto affixed and these pres- ents to be signed by their proper officers this loth day of July , A.D. N 20'i 4 Trans-Iowa Equipment,LLC (Seal) Principal (Title) i6sQ lftY1 Travelers Casualty a d urety Company of America (Seal) Witness Surety ! � \ - 0,cam' By Oki( JL_. Witness J` Christy I1.�1cCart c1� Attorney-in-fact AECOM Project#60323419 BB-1 Snow Removal Equipment (Carrier Vehicle With Rotary Plow) Waterloo Regional Airport WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER • �A. POWER OF ATTORNEY TRAVELERSJ Farmington Casualty Company St.Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company of America St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St.Paul Guardian Insurance Company Attorney-In Fact No. 227707 Certificate No. 0 0 58 388 37 KNOW ALL MEN BY THESE PRESENTS: That Farmington Casualty Company, St.Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company are corporations duly organized under the laws of the State of Connecticut,that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa,and that Fidelity and Guaranty Insurance Underwriters,Inc.,is a corporation duly organized under the laws of the State of Wisconsin(herein collectively called the"Companies"),and that the Companies do hereby make,constitute and appoint Patrick T.Pribyl,Debra J.Scarborough,Christy M.McCart,Mary T.Flanigan,Ronald J.Lockton,Claudia Mandato,Jeffrey C.Carey,Kathy L. Fagan,Charles R.Teter III,Laura M.Buhrmester,Charissa D.Lecuyer,Evan D.Sizemore,David M. Lockton,Rebecca S.Gross,Larissa Smith,and Wendy A.Casey of the City of Kansas City ,State of Missouri ,their true and lawful Attorne s in-Fact, each in their separate capacity if more than one is named above,to sign,execute,seal and acknowledge any and all bonds,recognizances,conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons,guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF,the Companies have caused this instrument to he signed and their corporate seals to be hereto affixed,this 20th day of March 2014 Farmington Casualty Company St.Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company of America St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St.Paul Guardian Insurance Company GPSU,4 S�s'�r'•.t�c t�('�(--'�PC say J 'yi'•'1..ANGW ?eptt ? pyv; norPDAO' V Z wo< y .5 e1982 0 197 y NARIFDflD, 3�tND \ 1951 i . SBAL:s CCNN. ° 9coNN, jY n p iF 1tt89 '46 tlt ' b \ qAtN a Fc State of Connecticut By: City of Hartford ss. Robert L.Raney, enior Vice President On this the 20th day of March 2014 before me personally appeared Robert L.Raney,who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters,Inc.,St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company,and that he,as such,being authorized so to do,executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. p.TET In Witness Whereof,I hereunto set my hand and official seal. •TAR Ncia C . My Commission expires the 30th day of June,2016. *+ ove00 * Marie C.Tetreault,Notary Public 58440-8-12 Printed in U.S.A. WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Con1pany,Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters,Inc.,St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company,which resolutions are now in full force and effect,reading as follows: RESOLVED,that the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President,any Vice President,any Second Vice President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds,recognizances,contracts of indemnity,and other writings obligatory in the nature of a bond,recognizance,or conditional undertaking,and any of said officers or the_Board of Directors at any time may remove any such appointee and revoke the power given him or her;and it is FURTHER RESOLVED,that the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company,provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary;and it is FURTHER RESOLVED,that any bond,recognizance,contract of indemnity,or writing obligatory in the nature of a bond,recognizance,or conditional undertaking shall be valid and binding upon the Company when(a)signed by the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President,any Second Vice President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary;or(b)duly executed(under seal,if required)by one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED,that the signature of each of the following officers:President,any Executive Vice President,any Senior Vice President,any Vice President, any Assistant Vice President,any Secretary,any Assistant Secretary,and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents,Resident Assistant Secretaries or Attorneys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof,and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I,Kevin E.Hughes,the undersigned,Assistant Secretary,of Farmington Casualty Company,Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters,Inc.,St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies,which is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Companies this day of pit Ut 1 0 2014 ,20 Kevin E.Hughes,Assistant Sec tary or.su4e ea T MS INS° Jr M' 71.1.11:4KoPoRAir Rr•Wro+a� QO:II>°; yPe`1�G9 ot `p�� 'w0tsaz o 7977 S ' l�° a:`O� r' xta t ta 1951 ' �t SEAL'o i ° 7 n Carom. /a \\9� SBa.L`s 1 ° ,..- ✓,yF' *if? 1Nr dra 04 ! 1, "'q� ^"�f L '4.S ANC ^1 � h. .• � w`. ..._. A To verify the authenticity of this Power of Attorney,call 1-800-421-3880 or contact us at www.travelersbond.com.Please refer to the Attorney-In-Fact number,the above-named individuals and the details of the bond to which the power is attached. WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER ATTACHMENT "A" THE LIABILITY OF THE SURETY UNDER ANY WARRANTY PROVISIONS OF THE CONTRACT IS LIMITED TO CORRECTING DEFECTIVE WORKMANSHIP AND MATERIALS FOR A PERIOD OF ONE YEAR FROM THE ACCEPTANCE DATE OF THE PROJECT. NO OTHER IMPLIED OR WRITTEN WARRANTIES ARE EXTENDED BY THE SURETY. THE LIABILITY OF THE SURETY IS EXCLUDED FROM ANY EFFICIENCY GUARANTEES AGREED TO IN THE CONTRACT. Cab Forward Chassis With Blower Specification July 1, 2014 Page 1 SPECIFICATIONS FOR ONE 4 X 4 ALL WHEEL DRIVE DUAL ENGINE CAB FORWARD CHASSIS WITH 5000 TPH BLOWER GENERAL These specifications contemplate the furnishing and delivery of one a NEW ALL-WHEEL DRIVE HEAVY DUTY DUAL ENGINE CAB FORWARD CHASSIS WITH FRONT MOUNTED SNOW BLOWER and indicate in general the type, size, and quality desired. This vehicle shall be all wheel drive and must be designed and manufactured in the United States, for the specific purpose of snow removal, with a minimum 50,000 lb. GVW rating, approximate wheel base of 164". The configuration shall be front mounted attachments, forward mounted cab design with near center steering, auxiliary power unit between operator cab and rear mounted carrier engine. This vehicle shall comply with all applicable FMCSR and FMVSS quality/safety standards, and requirements of the FAA Advisory Circular 150/5220-20. All parts and components of this unit shall be engineered and classified as HEAVY DUTY, and shall be of the size, material, and strength to sustain the maximum load limits and severe operating conditions encountered in snow removal, while resulting in minimum wear and failure. These specifications require the doing of all things necessary or proper for, or incidental to the furnishing of said unit. All items of design and equipment not listed in these specifications, but involved in carrying out their intent, are required to be furnished by the bidder, the same as if these items were specifically mentioned and described in these specifications. TYPE & SIZE This unit shall be designed for one man operation, and have a fully enclosed, thermally and acoustically insulated, aluminum and glass cab mounted center frame, as far forward as good engineering practices will permit. The operator shall be near center cab positioned for visibility in high speed snow removal operations. The front attachment to front axle dimension shall be kept as close as possible. This cab location and the axle to attachment dimension are necessary in order to have the operator as far forward as good engineering practices will permit, allowing greater visibility and Cab Forward Chassis With Blower Specification July 1, 2014 Page 2 maneuverability while clearing debris from runways and taxiways. CHASSIS The chassis shall be designed to permit easy and safe mounting and dismounting of the unit for operators and service personnel. Grab bars shall be installed as required for safe mounting and dismounting by personnel following OSHA standards of 3-point contact during all mount and dismount activities. This shall include a minimum 1-inch diameter vertical grab bar behind each door, to include round tactile material for improved grip. The inside of each door shall include a minimum 1-foot grab handle positioned under the window. It shall be made of minimum 1-inch diameter material, round only (no sharp edges or corners) for safety. All sheet metal, cowling, steps and fenders shall be free of sharp edges and protrusions, and include ample supports and bracing to prevent distortion and cracking. All steps or walkways shall be raised lug or expanded metal type construction. The carrier engine access cover shall be a fiberglass tilting type with an air over hydraulic assist system installed on the vehicle, controlled from the rear bumper area. Hoist shall operate on system air pressure by means of push to operate controls. Hood lift shall include a minimum of two (2) hydraulic cylinders to avoid deformation of engine cover, one on left and one on right, mounted under the hood to avoid snow build up on exposed mechanisms. Lowering shall be accomplished by means of an orifice release to provide a slow and safe lowering of the hood. Two guides shall be mounted below the leading edge of the hood one left and one right, to self align hood as it lowers. Rollers or other appendages on the hood shall lower to the outside of these guides. FRAME The frame shall be of Grade 8 bolted construction, with heat treated, 120,000 psi yield strength, single channel carbon manganese steel rails, connected by an adequate number of cross members to resist frame distortion from the lateral stress expected in this application. Minimum bar size shall be 12.375" X 3.875" X .375", with minimum 2,818,000 inch pound RBM per rail. The frame shall be the industry standard 34" width. There shall be two (2) tow hooks mounted on the rear of the vehicle. A straight, full width rear bumper is required to protect the rear of the vehicle. Bumper shall be approximately 12 inches in height to offer ample protection at rear of the vehicle. For Cab Forward Chassis With Blower Specification July 1, 2014 Page 3 maneuverability, the unit shall have an angle of departure of no less than 15 degrees. Mud flaps shall be provided behind both axles and in front of rear axle to avoid snow and debris on truck. Additionally, there shall be a pintle hook, SAF Holland model PH -T-60 —AOL -08 or equal, mounted to the center of the rear bumper with suitable reinforcements to distribute the loads back into the frame rails. CHASSIS DRIVE ENGINE The engine shall be of the 2013 EPA compliant, four stroke diesel type, six (6) cylinder, minimum 11.9 liter nominal displacement, developing a minimum of 350 horsepower at 1800 RPM, with engine governed RPM of 2100, Cummins preferred. Engine shall be equipped with latest diesel electronic control and engine management system. The engine shall be provided with full flow, replaceable oil filters, heated fuel water separator, engine manufacturer's standard fuel filtration system, and emergency (power de-rate) system with light and buzzer, in event of high water temperature and/or low oil pressure. Two switches conveniently located for the operator shall be provided, one to manually activate the emissions regeneration system and one to inhibit the regeneration process. An automatic measured shot ether starting aid with thermostatic control shall be provided. Starter shall be Delco. Engine shall have a front engine PTO flange for mounting a front mounted hydraulic pump to be driven directly off the crankshaft. A dry type two stage air cleaner is required with provisions for modification of air intake, offering both outside of hood and under hood air intake as required by seasonal and local conditions to assure that engine manufacturer's intake air temperature limitations can be met. Chassis engine air intake filter canister (s) shall be located under the chassis engine hood on stand away brackets to avoid snow build up on exposed mechanisms. A stainless steel exhaust guard shall cover the external exhaust components to protect crew from burns. A 1500 watt block type coolant heater to be provided. COOLING SYSTEM The cooling system shall consist of a HEAVY DUTY radiator and engine air charge cooler Cab Forward Chassis With Blower Specification July 1, 2014 Page 4 assembly. The charge air cooler (CAC) shall be mounted above the coolant radiator core to optimize air flow and reduce the opportunity to collect snow and other debris between the cooling cores. The coolant and air flow shall be horizontal for maximum cooling with the side tanks, and side members bolted together to form a rigid frame. The tanks shall be steel and the core shall be constructed of copper and brass. Sturdy steel support rods (minimum IA inch diameter) between radiator and frame, complete with rubber vibration isolating pucks at frame end are required. There shall be at least one support bracket on left and right of radiator, providing stability for the cooling package. A transmission cooler shall be located integral to the radiator protected within one of the coolant radiator side tanks. A thermostatically controlled, air operated disconnect type suction fan shall be provided. Radiator shroud is required to properly direct air flow through cooling system. An engine mounted fan ring is required and shall attach to the cooling system radiator and charge air cooler through a flexible rubber material. Normal operational engine movement shall not put undue stresses into the cooling system radiator or charge air cooler. The engine cooling system shall be filled with permanent type antifreeze protecting the system to -40 degrees F. A spin on coolant filter and silicone radiator and heater hoses shall be provided. Fan belt shall be serpentine type. Engine shall be equipped with an automatic belt tensioning device. CHASSIS ENGINE COOLING SYSTEM CERTIFICATION Certification shall include a dated, signed letter from the engine manufacturer indicating approval of the installation as bid. Certification shall prove suitable cooling capacity in ambient temperatures up to 100 degrees when operated at maximum horsepower. Certification shall be for horsepower equal to or greater to the horsepower required within this specification. FUEL SYSTEM Twin fuel tanks shall have a minimum total capacity of 250 gallons. The tanks shall be constructed of heavy gauge steel and be properly fastened to the frame. A four inch diameter filler neck with chain connected cap and brass tank drain plugs shall be provided. Fuel tanks shall be interconnected to allow equalized fuel level in both tanks. A Racor 3150R heated fuel/water separator shall be installed in the supply line to each engine fuel injectors. Cab Forward Chassis With Blower Specification July 1, 2014 Page 5 TRANSMISSION The transmission shall be Allison RDS — electronically controlled four-speed automatic minimum, with a low gear ratio of 3.51:1, and shall be supplied with the appropriate torque converter for this application. Shifting shall be accomplished via a shift control within easy reach of the operator. A low transmission oil level sensor system shall be included in the electronic transmission. Touch pad control shall be located near driver, enabling operator to shift gears with left hand. A dedicated back up connection shall be provided between touch pad shifter and vehicle electronic system EXTERNAL TO THE J1939 DATA BUS CONNECTION to allow operator to shift into gear during fault mode or if main J1939 data bus fails. This back up connection is essential for emergency egress from active runways. TRANSFER CASE The transfer case shall have two speeds with an automatic locking differential which automatically locks out differential action between the front and rear axles when wheel slip occurs. The hi-low range selection shall be electric over air actuated and operated from the cab and equipped with Smart Shift°to eliminate range shifting at excessive speeds. For vehicle and equipment protection, if the shift is not completed by the electric/air system within one minute, the system shall cease attempts at range shift and notify the operator of the failure by a flashing light at the control switch. Operating range of the transfer case is to be displayed on the main dash LCD screen. The transfer case shall have a torque transmission capacity exceeding the maximum torque developed by the engine and transmission, and shall be approved for the application and be manufactured by the chassis builder for positive integration with drive system. AXLES The rear axle shall be of the drive/steer type, and of the full floating, torsion flow type with a single reduction spiral bevel gear design, minimum 23,000 pound GVW hub and brake rating, minimum 10" ground clearance, capable of withstanding the loads of the unit being bid. A driver controlled traction differential unit is required in the rear axle. The front axle shall be of the drive/steer type, and of the full floating, torsion flow type with a single reduction spiral bevel gear design, minimum 27,000 pound GVW hub and brake rating, minimum 10" ground clearance, capable of withstanding the loads of the unit being bid. A driver controlled traction differential unit is required in the front axle. For extended life, the steering-drive wheel ends shall be bolted to and removable from the Cab Forward Chassis With Blower Specification July 1, 2014 Page 6 center section of the axle housing. The cardan drive type joints shall be totally enclosed within a sealed ball and socket to protect the moving parts of the axle and steering joints from dirt and slush. The trunnion pins shall be supported by pre-loaded tapered roller bearings to insure long life and smooth steering at all cramp angles. FOUR WHEEL STEERING SYSTEM Front axle steering shall be Sheppard integral hydraulic power assist gear type. The steering gear shall be rated for heavy duty service. Four wheel steering shall be electronically coordinated through the standard steering wheel. A selector switch within easy reach of the operator shall provide the option of front steer only, crab steer, or coordinated front/rear steer. Additionally, a single axis joystick shall be provided for controlling rear steer only. The system shall include safety provisions for dampening of all wheel steer effects at higher speeds, but it shall also allow full operation while the vehicle is moving at lower speeds. An indicator shall be provided in the cab to display mode selected and rear wheel position. Also for safety, there shall be a mechanical linkage maintained at all times between the steering wheel in the cab and the front axle to assure the ability to control the vehicle in the event of hydraulic or electrical system failure. Safety dampening of all wheel steer effects shall be related to vehicle speed and all wheel steer be available in both transfer case speed ranges. Due to the conditions under which the vehicle will be operated the ability of this equipment to operate safely at all speeds while maximizing maneuverability, and provide the operator the ability to select the desired mode of operation "on the go" an electronically controlled rear axle steering system which operates in conjunction with the mechanically controlled front wheel steering system is required. This system must consist of the following components and operating features. The all wheel steering system consists of the following major components: • The vehicle's original front steering system • A driving, steerable rear axle • Various hydraulic control valves, wheel position sensors, speed sensor and a steering cylinder located on the rear axle. • ECU (electronic control unit) and control panel (located in the cab) Cab Forward Chassis With Blower Specification July 1, 2014 Page 7 OTHER REQUIRED FEATURES • All of the all wheel steering system controls are to be located in the cab easily accessible to the operator. • The all wheel steering system must be preprogrammed with multiple steering modes for improved maneuverability. • The driver must have the option to select 1. Front steer, 2. Coordinated steer, 3. Crab steer or 4. Rear-steer only --''on the go". • The system must be functional in both high range and low range of the transfer case. • A rear wheel position gage located within easily viewed position of the operator to provide the operator with an electronic gage of rear wheel cramp position. A managers key switch which will allow management to disable the all-wheel steer system for operators who are not properly trained SPRINGS The unit shall have alloy steel springs of the semi-elliptical type, with minimum 27,000 lb. front and minimum 23,000 lb. rear ratings. The front springs shall be so designed and engineered as to provide reserve carrying support with blower head raised in the transport mode. The spring hangers, pins and supports shall be heavy duty to give long life. The pins shall be of the grease type with substantial bronze bushings. BRAKES & AIR SYSTEM The service brakes shall be fully air actuated, drum and shoe type with a minimum 18.7 CFM air compressor and documented to conform to FMVSS 121, S-cam type front and rear. The parking brakes shall be spring actuated, air released at the rear service brake air chambers with the control switch mounted within the cab and in easy reach of the operator. An electronic anti- lock brake system is required, 4S-4M. The air system for this unit shall be equipped with frame mounted, heated Bendix AD-9, or approved equal, air drier system. A quick disconnect coupler on the right side of the vehicle shall allow introduction of shop air into air system upstream of the air dryer for filling on board truck system with air. Remote cable drains shall be provided for each air tank. Cab Forward Chassis With Blower Specification July 1, 2014 Page 8 WHEELS & TIRES This unit shall be equipped with proper sized wheels and tires for the GVW rating of the unit being bid. Single wheels shall be furnished for the front and rear axles. The wheels shall be of the steel disc type with an 11-1/4" bolt circle. The tires shall be Michelin 395/85R20 XZL or equal. One spare front and one spare rear wheel / tire assembly shall be provided. CAB This unit shall have a fully enclosed, thermally and acoustically insulated (85 db as measured 6" from the drivers ear at full engine RPM), aluminum and glass cab. Fiberglass components shall be used where shaping will assist in snow and air flow around the vehicle to avoid snow build up on the unit during operation. This shall include the roof and front cowling. A visor above the windshield outside the cab is required to shield from falling snow and to assist in shading the operator from sun glare. The operator shall be positioned slightly right of center. Minimum cab height shall be 132" as measured from the ground to the top of the cab. The cab of this unit shall be provided as follows: 1. A tilt/telescoping steering column. 2. A 12 volt heated windshield with approximately 340 volts of heating power shall be provided. In addition, single piece panoramic windshield with reverse slope will have a minimum 2500 square inches of glass. Side windows shall be power roll down type, one on each side of cab in each door, 5-1/2 square feet each. Rear window shall be minimum 3 sq. ft, stationary type. 3. Rear corners of cab shall include sight windows for visibility of processed runway surface, approximately 320 square inches each. 4. Two peep windows, 340 square inches each, required in cab front fascia below windshield to assist operator in monitoring working head and casters. 5. All windows shall be tinted safety glass, DOT approved and stamped. Minimum four(4) electric variable speed wiper(s), providing operator clear line of vision, providing a minimum of 80% swept surface of the windshield. Wipers shall be mounted above the windshield to assist in snow shedding. Wiper blades at all wiper positions (windshield & door) shall be heated. 6. Six quart reservoir for wet arm wipers required. System shall include an automated sequence which soaks the windshield and performs wiper sweep Cab Forward Chassis With Blower Specification July 1, 2014 Page 9 with the press of a single button, minimizing dry wipe. 7. High output, fresh air type heater/defroster with multispeed fan motor, mounted behind the operator to minimize visibility obstructions to the front. Cab heater with defroster shall be capable of maintaining a 50 degree F inside temperature at sea level when the ambient temperature is -40 degrees F. Air flow of 380 CFM minimum required. 8. A screened, louvered vent is required near cab rear for fresh air intake into Heater/ventilation unit. The heater/ventilation unit to be digitally controlled, set- it-and-forget-it style with digital settings up to 95 degrees Fahrenheit. Climate control shall include auto mode for fan to provide rapid warm up of cab with automatic throttling down of fan as requested temperature is reached. Vent controls shall be provided from panel selection including defrost mode dictating outside air intake for maximum drying effect. 9. Cab doors shall be provided with full length stainless steel piano type hinges. Hinges shall be bolted to the door and bolted to the cab frame. Hinges shall not be welded to doors and/or cab. Interior lower panels of doors shall include a nonmetallic liner to assist in sound absorption. Side sight peep windows required in each door, 70 square inches each. Glass pane in each skin of door required. 10. Auxiliary power outlets (2) required near center of cab for access by operator or passenger. 11. Dual, heated, motorized West Coast type mirrors operated from the operator position in the cab. 12. Self canceling turn signals with hazard switch. 13. Key type starter switch for chassis engine. Integrated safety checks shall prevent starting when an unsafe condition is detected. Real time feedback to the message center will report what condition is preventing the system from attempting an engine start. 14. Coat hooks. 15. Cup holders (two) shall be located front center of cab. 16. The operator seat shall be National Standard Plus air ride, fully adjustable in the horizontal and vertical positions with high back, air assist, arm rests, lumbar support, cloth covered, and load adjustable and furnished with 3 point type safety belts. Adjustable arm rest shall contain joystick for implement control. Arm rest control shall include a vertical stow feature to facilitate easy egress/ingress of operator. A detent shall lock arm rest in the stowed position, with release control provided for operator. 17. A black cloth, folding passenger jump seat shall be provided to the left of the driver. It shall also be equipped with three point type safety belts; arm rests are not required. Cab Forward Chassis With Blower Specification July 1, 2014 Page 10 18. All digitally controlled electrical circuits shall be protected by solid state circuitry and logic. Power supplies to control modules shall be protected by manual reset circuit breakers. Master wiring circuitry boxes shall be mounted behind operator. Manual reset circuit breakers controlling all analog circuits shall be easily accessible. 19. The interior of cab shall be fully insulated. The floor of the cab shall be insulated with thermal-acoustical sound barrier floor mat. 20. Master connection point for radios in control console above windshield near center of cab. 21. Electric horn 22. Multiple access panels in upper console to allow easy access to switch and wiring connections 23. High output, fresh air type heater/defroster/air conditioner with multispeed fan motor, mounted behind the operator to minimize visibility obstructions to the front. Cab heater with defroster shall be capable of maintaining a 50 degree F inside temperature at sea level when the ambient temperature is -40 degrees F. Air flow of 380 CFM minimum required. The A/C shall be rated at a minimum of 23,000 BTU of cooling. A screened, louvered vent is required near cab rear for fresh air intake into Heater/ventilation unit. The heater/ventilation/AC unit to be digitally controlled set-it-and-forget-it style with digital settings up to 95 degrees Fahrenheit. Climate control shall include auto mode for fan to provide rapid warm up of cab with automatic throttling down of fan as requested temperature is reached. Vent controls shall be provided from panel selection including defrost mode dictating outside air intake for maximum drying effect. 24. 5 lb. ABC Fire Extinguisher is to be supplied mounted in or near the cab. 25. An AM/FM Radio with CD and Weather band, two speakers, shall be provided in an overhead panel above the windshield in the cab. Instrumentation shall be centered on a color liquid crystal display mounted to the tilt/telescoping steering wheel. Available information shall include: 1. Speedometer/odometer 2. Tachometer and hour-meter that registers when engine is running only. 3. Voltmeter. 4. Air pressure gauge (dual system, physical gauge required) Cab Forward Chassis With Blower Specification July 1, 2014 Page 11 5. Time of day 6. Fuel level with low level indicated by color (12% remaining gauge shall be yellow for caution; at 6% level, gauge to be red for urgent situation) Warning Icons required for: 7. Low Air Pressure 8. ABS Fail 9. ABS Communication Lost 10. Engine Stop 11. Engine fail warning 12. Low voltage 13. Engine overheat 14. Engine low oil pressure 15. Engine air intake restriction 16. Transmission overheat 17. Transmission fail 18. Engine communication lost 19. Control system node communication lost 20. Transmission Communication lost 21. Parking brake applied 22. Transmission range 23. Traction lock engaged 24. Windshield washer fluid low level indicator 25. Message center for fault messages affecting operation 26. Diesel Exhaust Fluid level gauge 27. Diesel Exhaust Fluid level icon 28. Diesel Particulate Filter lamp 29. High exhaust temperature lamp 30. Hydraulic temperature warning 31. Hydraulic fluid level low 32. Left and Right turn indicators 33. High beam indicator A summary of fault messages with most probable resolutions shall be provided in the service manuals required elsewhere in this specification. Multiple selections of display shall be provided for operation and maintenance. Fault codes shall be "notify of failure" with operator attention drawn to the area of fault. Display of ground speed required. Display shall include selectors to page through digitally displayed instrumentation for maintenance and routine preflight check list procedures. As a safety Cab Forward Chassis With Blower Specification July 1, 2014 Page 12 feature, to prevent operator skimming of instrumentation during operations, screen selection controls shall become non functional at approximately 2 mph with the screen display reverting to operating mode information. ELECTRICAL & LIGHTING Electrical system shall be multiplex technology for efficiency and maximization of control parameters. All lighting on this vehicle shall conform to FMVSS. All lighting shall be 12 volts, and shall include, but not be limited to, the following: 1. Two (2) fender mounted headlights w/ integral turn signals per FMVSS. 2. Tail, stop, clearance and backup lights per FMVSS. Back up alarm Preco 1040 with auto adjustment for noise level, 3. Whelen 800 amber strobe beacon near or on cab roof with switch for operator. 4. Cab dome light. 5. Variable intensity instrument lighting, push button control with ramp up through approximately 16 steps. 6. Weatherproof wiring shall be GLX nomenclature type, insulated and numbered, required circuit breakers for analog circuits shall be located in easily accessible weatherproof electrical panels. 7. Two (2) headlights with high/low beam and integral turn signals mounted on a light bar near front outside corners of cab near leading edge. Light bar shall be vertical and made of round material to allow infinite positioning and aiming of auxiliary lighting as specified. Deutsch type sealed connector required at each light bar to pass electrical connections through cab shell. 8. One (1) 12-volt, 230-amp minimum alternator with built-in regulator. 9. Four(4) 12-volt, maintenance free batteries with a total 3800 cold cranking amperes. Batteries to be installed in a separate frame mounted compartment with corrosion resistant interior. On board 110/12 volt trickle charger required, 1.5 amp minimum. AUXILIARY ENGINE A separate auxiliary engine shall be used to power the rotary blower attachment. It shall be of the four stroke diesel type, six (6) cylinder, minimum 1106 cubic inch displacement, developing a minimum of 700 horsepower at 2100 RPM, Caterpillar C-18 or larger. A doghouse or other protective enclosure of fiberglass construction shall be provided for the engine installation. Doors for maintenance access to the auxiliary engine shall be removable and held in place by rubber retainers to avoid rattling of the doors. When removed, full access to the sides of the Cab Forward Chassis With Blower Specification July 1 , 2014 Page 13 engine shall be provided from the required catwalks on both sides of the engine. The auxiliary engine shall have an electronic control system, and have the same protection (power derate) systems and instrumentation as required for the vehicle engine, plus an intake air warning system for high intake vacuum. The engine installation shall also include 12 volt start (Delco 50MT), automatic shot, thermally locked ether starting aid, exhaust approved for the application by the engine manufacturer, an air restriction indicator, and an automatic inside/outside air intake system. Auxiliary engine cooling system shall include a HEAVY DUTY vertical flow radiator, with the top & bottom tanks, and side members bolted together to form a rigid frame. The tanks shall be steel and the core shall be constructed of copper and brass, 1300 sq in minimum. Thermostatically controlled fan clutch is required. A spin-on coolant filter and silicone radiator hoses are required. RPM control shall be by means of electric switch convenient to the operator to bump or ramp up and ramp down engine RPM. A 1500 watt coolant block heater shall be provided for the auxiliary engine. AUXILIARY ENGINE COOLING SYSTEM CERTIFICATION Certification and proof of the blower engine cooling tests are required no later than the time of unit delivery. Certification shall include a dated, signed letter from the engine manufacturer indicating approval of the installation as bid. Certification shall include the ambient temperature in which the engine can work at maximum power output, perform reliably, and stabilize at a temperature acceptable to the engine manufacturer. Certification shall be for horsepower equal to or greater to the horsepower required within this specification. QUICK HITCH The vehicle shall be equipped with a quick hitch device to allow the use of the snow blower head or optional attachment. The truck portion of the hitch shall be the parallel, lift to attach type, activated by two double acting cylinders. The upper horizontal sections of the hitch shall be a heavy walled tube of at least 3/8" wall to act as the receptacle for the head portion of the hitch. All bearing surfaces shall be equipped with grease fittings. The attachment portion of the hitch shall have two flame cut curved arms that will hook into the upper receptacle and rest on an angle iron pocket on the lower receptacle. The attachment Cab Forward Chassis With Blower Specification July 1, 2014 Page 14 part of the hitch shall lock by means of a 2-1/2" x 1/2" wall tube. This locking tube shall slide through the lower receptacles and lock in place by means of a snap pin. The locking tube shall be equipped with a grab handle. Mating, except for locking, shall be accomplished hydraulically and operated from inside the cab. There shall be no hydraulic lines inside the cab. The hitch hydraulics shall be powered by a chassis engine driven hydraulic pump, and shall be capable of lifting the entire blower head off the ground. TWO-STAGE ROTARY SNOW BLOWER The rotary snow blower shall be a two-stage unit including an auger or ribbon, and a separate impeller to effectively feed and displace snow and/or ice. The blower unit shall be designed to withstand hard usage, and cold climates. The materials, parts and construction techniques shall conform to the best engineering practices. It shall have a minimum capacity of 5000 tons per hour with a casting distance as measured from the blower to the point of maximum deposition under a no-wind condition of 100 feet minimum. For operational flexibility, a second gear ratio shall be provided to provide a longer cast distance. The performance specifications are based on snow with a unit weight of 25 pounds per cubic foot. The blower shall be a helical ribbon auger first stage with a second stage impeller. The first- stage ribbon shall act to cut and feed snow to the second stage impeller which shall force the snow out of a snow casting chute. Rotary-head box shall be fabricated of heavy gauge, high wear, welded alloy steel with 3/8 inch side plates and 3/16 inch moldboard suitable for the type of expected service and formed to the contour of the ribbon reel conveyor. Provisions on the box shall be made for vehicle mounts, skid pad and caster brackets, scraper blades and associated hardware, drives, and controls. The cutting edge shall be one piece T1 steel with approximately 50° attack angle at moldboard. HELICAL RIBBON The helical ribbon shall be a minimum diameter of 52 inches and have a minimum of two bearing supports, one at each end of the reel, and be driven from both ends. If the dual motor drive is provided at the center, driving outward, prop shaft and/or drive mechanism must be in an enclosed case. Dual motor drive is essential for reliability and performance. Motors shall be fixed displacement type with electronic control system. The ribbon flights on each reel shall be two removable halves and mounted on the reel shaft by the necessary number of mounts with flat head fasteners. The ribbons shall be made from ASTM A572 GR 50 steel with a minimum Cab Forward Chassis With Blower Specification July 1, 2014 Page 15 thickness of'h inch. The reel shall be constructed with a curb ring for protection to any exposed parts of the reel. A minimum of clearance shall exist between the rotary head box and the reel to reduce snow plowing and carryover. The cutting width shall be not less than 102 inches. Reel speed shall be selectable by the seated operator for variable snow and operating conditions without varying the impeller speed and cast distance. Reel speed shall be selectable by the seated operator for variable snow and operating conditions without varying the impeller speed and cast distance. Operator shall be able to select from two (2) speed settings depending on snow conditions. The reel shall be driven hydrostatically and be reversible from the cab to aid in disgorging excessive or clogged snow from the head by means of momentary electric push-type switch convenient to the operator. Pump shall be electronically controlled. Hydrostatic relief shall be provided to protect the system should ingestion of foreign objects occur. A low oil level/high oil temperature warning system shall alert the operator in the cab to abnormal conditions. A manual shut off valve shall be provided at the outlet of the hydraulic oil reservoir. IMPELLER SYSTEM The impeller system shall have a minimum diameter of 59 inches with a minimum depth of 21 inches. It shall be designed to be consistent with the capacity of the in-putting reel. The opening, blade diameter and speed ratio shall ensure proper snow flow and discharge to the casting chute. The five impeller blades must be replaceable and be attached with countersunk fasteners. All blades shall be constructed and balanced to be resistant to vibration and shock damage caused by high speed ingestion of foreign objects. The impeller shall be driven by direct mechanical means. The blower drive shall include a dry type full torque 3-plate PTO 14 inch clutch, controlled from the cab, for blower drive engagement. Clutch engagement shall be hydraulically actuated and provide protection against engaging clutch when blower engine is over 800 rpm. Clutch engage selection shall automatically engage ribbon drive in forward direction. For safety, the clutch/ribbon engage button shall be illuminated GREEN when activated and the ribbon status icon on the LCD will clearly indicate ribbon status as a visual reminders to operator of the status. Clutch shall automatically disengage if engine is shut off to avoid attempts at start up with impeller engaged. A two-speed reduction gear system shall be provided between the blower engine and the impeller to provide proper torque and speed at the impeller while allowing the engine to operate at the RPM providing maximum efficiency. An electronically controlled lock out system shall Cab Forward Chassis With Blower Specification July 1, 2014 Page 16 automatically assure that gear change is made only with clutch disengaged and shaft movement at low enough speeds to avoid damage to gear system. Shift shall be by means of electric over air control. Switch shall be stage bump type, moving the shift from high to low, low to high, high to neutral, low to neutral or neutral to high, one for each shaft movement. For vehicle and equipment protection, if the shift is not completed by the electric/air system within 1.5 minutes, the system shall cease attempts at range shift and notify the operator of the failure by flashing light at the control switch. The operating range of the drop box is to be displayed on the main dash LCD screen. The gear box shall include helical gears with pressurized lubrication system. Driveline shall be Spicer 1710 Series or equal. Shear bolts shall be provided in the impeller drive train to minimize damage should ingestion of foreign objects occur. The shear bolts shall be accessible and replaceable from behind the intake face of the blower to eliminate removing snow from the blower intake to replace the bolts. The snow casting assembly shall consist of a controllable chute, impeller or turbine snow collector and a control system. The system shall be designed to accept the maximum output volume of the impeller assembly, with an interior free from sharp bends or obstructions. The impeller housing shall be built of 3/8 inch steel, and the snow casting assembly shall be built of 1/4 inch steel. The casting chute assembly shall rotate in a vertical plane to cast snow to the left or right side of the vehicle thru a minimum arc of 125 degrees. It shall flat cast to the right. A minimum of two 10" steel caster wheels shall be provided which can swivel 360° for backing. The combined casters shall be capable of supporting the entire weight of the head. The rotary head assembly shall have a provision for raising the head from the pavement. The hydraulic lift mechanism shall be fully operable from the control cab, with hydraulic pump driven by the chassis engine. Minimum ground clearance shall be 8 inches under the leading edge when rotary head is at maximum height. Rotary head drive system shall not bind, rub or vibrate excessively when head is raised to maximum height and shall be able to travel a minimum of 2" below ground level with positive down pressure to clean out surface depressions. A vertical float position shall be included in the control system. ON-BOARD DIAGNOSTICS AND ELECTRONIC CONTROL SYSTEM Functional control of vehicle shall be centered on an electronic control system utilizing J1939 data bus. Reliability and precision operation of the unit requires heavy reliance on solid state Cab Forward Chassis With Blower Specification July 1, 2014 Page 17 circuitry and components and minimized reliance on traditional multi-pin "physical switch" type relays. Electronic control systems shall include on board diagnostic assistance and other features to simplify the operation, troubleshooting, and repair of the unit. Proprietary engine and Allison transmission data and troubleshooting readout not required. . ECU's, VIMS, Power Modules and Direct Current Controllers Electronic control modules shall be of the highest reliability and durability for use in mobile equipment. System shall comply with the following: 1. High amp manual resettable circuit breaker protection is required upstream from the electronic control modules; 2. Y's from the data bus to the modules shall be physically labeled in the vehicle for ease of maintenance and troubleshooting; 3. Control boxes shall include a dual external LED tattletale, one LED displaying constant illumination indicating power supply, and one LED displaying a "heartbeat" indicating internal proper function; 4. A timer module shall serve to keep electronic modules live for 1 hour after last cycle of door switches indicating egress from vehicle. This unit shall maintain heartbeats and power indicators at modules and their function without the key switch on. After 1 hour period without a change of status in door switches, unit shall automatically shut down completely. 5. Data bus terminal resistors shall be EXTERNAL to control modules for ease and economy of replacement. Terminal resistors within the control boxes shall NOT be used as part of the electronic system structure; 6. Certifications of testing and durability of electronic modules a. EMI-RFI (meeting mil-spec of 150 volts/meter b. Salt spray survival for 1,000 hours minimum (ASTM B117) c. Water immersion d. High temperature tested at 125% overload for 100 hours, minimum; e. Vibration tested to 50 g's 7. VIM shall be capable of 245 amp sustained output capacity to provide engineered margin of safety; 8. VIM shall be overload and reverse polarity protected with self diagnostic capabilities; 9. Field Effect Transistors (FET) shall provide power output to electrical functions, acting as a solid state relay and circuit breaker in one; 10. FET shall shut off automatically in the event of short to ground, cycling on and off to test itself for proper function to avoid damage while allowing search and repair of fault; 11. Individual FET ratings and over-current protection to be programmed to values of 1 to Cab Forward Chassis With Blower Specification July 1, 2014 Page 18 15 amps depending on task assignment; On Board Diagnostics Features and Performance Electronic control system shall include and enable diagnosis of chassis systems and function by means of the LCD dash display. Engine and transmission diagnosis shall be accessible via accessible connect ports on vehicle, but need not be in the dash display. Engine and transmission diagnostics programs and equipment need not be provided with this vehicle. System shall include the following at a minimum: 1. Message area on LCD to display error message to operator as any system function fails. Available during operation on operations screen; 2. Error message toggle if more than one failure is present; 3. Password registration with chassis OEM's Service Department; 4. Memory retention of failures until cleared by maintenance personnel with password access; 5. Real time operational indicator of system function on diagnostics/maintenance screens QUALITY/SAFETY STANDARDS Each bid must include the vehicle (chassis) manufacturer's certification that the vehicle (chassis) meets or exceeds the following requirements based on documented test results. Documented test results shall be provided upon request. FMVSS 571-103 Windshield defrosting and defogging systems, in accordance with J1944, J198. FMVSS 571-121 Air brake systems. FMVSS 571-207 Seating systems. FMVSS 571-210 Seat belt assembly. 40 CFR CH.1 Pass by noise levels (in accordance with SAE J366). FMCSR 393.94 Vehicle interior noise levels. FMVSS 571-101 Controls and displays. FMVSS 571-108 Lamps, reflective devices and associated equipment. FMVSS 571-120 Tire selection and rims for motor vehicles other than passenger cars. FMVSS 571-206 Door locks and door retention components. FMVSS 271-209 Seat belt assemblies. Cab Forward Chassis With Blower Specification July 1, 2014 Page 19 FMCSR 393-65 Fuel systems and fuel tanks. FMCSR 205 Glazing for windows. FMCSR 302 Flammability of interior materials. DYNAMOMETER The unit is to be delivered with a chassis dynamometer test report verifying proper operation and power output of chassis engine and drive train. Dynamometer test shall require engine & chassis to be run for at least 20 minutes and shall show run up to full power output with chassis mph to 45 mph minimum, and to at least 90% of maximum horsepower output. Test report to include truck serial number. A sample of chassis dynamometer testing is to be provided in the bid package. This sample shall verify that such testing is standard practice for the manufacturer. A special procedure to satisfy this requirement for this procurement only does not demonstrate the quality procedures and standards desired by the purchaser. ALIGNMENT The vehicle is to be delivered with a wheel alignment report verifying proper alignment and set up of all steering axles, both left and right side. Report shall show camber, caster and toe-in before and after adjustment against acceptable product limits. A sample of such alignment report is to be provided in the bid package. This sample shall verify that such testing is standard practice for the manufacturer. A special procedure to satisfy this requirement for this procurement only does not demonstrate the quality procedures and standards desired by the purchaser. PAINT The complete vehicle shall be painted with one (1) coat of metal primer and two (2) coats of FAA approved Chrome Yellow acrylic urethane. Cab Forward Chassis With Blower Specification July 1, 2014 Page 20 WARRANTY The bidder shall warrant his equipment as to the specified capacities and performance, and to be free from all defects in design, material and workmanship. All labor, transportation cost and defective parts shall be replaced free of cost. THIS GUARANTEE SHALL CONTINUE FOR ONE (1) YEAR AFTER COMMENCEMENT OF ACTUAL OPERATION OF THE EQUIPMENT. No exceptions to the guarantee requirement will be accepted. Additionally, the engines shall be warranted for a minimum of two (2) years and the automatic transmission shall be covered for a minimum period of three (3) years after commencement of actual operation of the equipment. CHASSIS MANUFACTURER CERTIFICATION: Chassis manufacturer shall be ISO 9001 certified for the production of heavy trucks. Claims of self-certification programs are self serving and are not acceptable for this procurement activity. Third party verification is required given the import and scope of the equipment and the purchaser's equipment procurement program. Certification documentation of chassis manufacturer compliance with 9001 FROM AN ACCREDITED THIRD PARTY is required in the bid package. Bids not including this documentation will be deemed not acceptable. LOOSE EQUIPMENT REQUIRMENTS: 1. 20 ton bottle jack 2. Lug wrench with handle 3. Shear bolt wrench 4. Wheel bearing nut wrench OSHKOSH AIRPORT PRODUCTS 1509001 CER7fHED ❑ba 3100 N.MCCARTHY ROAD II APPLETON,WI 54913 AIRPORT 920-235-9151 PRODUCTS July 8, 2014 Mr. Eric Thorson Trans-Iowa Equipment 4607 S.E. Rio Court Ankeny, IA 50021 Dear Mr. Thorson: On behalf of all of the employees at Oshkosh Airport Products, I would like to thank you for your efforts. In response to your inquiry, please know that Oshkosh Airport Products certifies that the H2723B Snow Blower being proposed for the Waterloo Regional Airport's FAA AIP Project #3-19-0094-043 is designed and manufactured in conformance to the requirements of the FAA advisory Circular 150/5220-20. Thank you and best regards, c.5g Greg Regional Sale M Oshkosh Airport Products a N q X •Fci a h�a�ca�ooaoColo�0°'i' ii it Q V co o o� a ccc0000cin�o®o800a,. F o N rn a� 9 A 9,9,9 9'9, •0,9•.. III U ' - CO N CO liti N N- o Cr CS ri * rAk___ : „ w75 C. x 5 ` C �' ' . Q N N O N i 11 1 na ,1 i W U C O p Cr w O ¢Y 1' 0 2 m i I Y1" co w `o w a N. ii -6 as i x o c 1 F (N O I� Z N O. .) ( ... , O B. k I IT , '� ilfi & ,r,, ayi • 'G _ a f/ )' ....... w o c c16i gr O•I-'•�-- _ O_ N o c0 O y - U irii v ik _ m 0 k ,_ vo�\ Q Z Fo ao 0o} w cxLL oZ � cx OSHKOSH CORPORATION !SO 9001 CERRHED 2307 OREGON STREET OS ilyf. 5H L.1a POST OFFICE BOX 2566 OSHKOSH,WISCONSfN 54903-2566 920-235-9151 April 1,2010 Oshkosh Corporation hereby certifies that the model H Series, complies with all applicable requirements and regulations that the Federal Motor Carrier Safety Administrator regulates under: Part 393, Parts and Accessories Necessary for Safe Operation Part 567, Certification Part 571,Federal Motor Vehicle Safety Standards(FMVSS) Part 202,Environmental Protection Agency In addition, Oshkosh Corporation is in full compliance with all applicable Federal and State OSHA Standards and Department of Labor Regulations. Oshkosh Corporation also certifies that the equipment complies with all performance, capacity design and construction requirements including the applicable provisions of the FAA Advisory Circular 150-5220-20. All drive line components, front and rear axles, and components provided by Oshkosh Corporation are approved to stated capacity and will safely operate for the purpose intended. Signed: Jason 011anketo Sr, Project Engineer—Airport and Municipal Products Oshkosh Corporation OSHKOSH CORPORATION ISO 9001 CERTIFIED 2307 OREGON STREET OS tl I SH 3a POST OFFICE BOX 2566 OSHKOSH,WISCONSIN 54903-2566 920-235-9151 To Whom It May Concern: This certifies that the Model H Series vehicle meets or exceeds the following requirements based on documented test results. Documented test results shall be provided upon request: FMVSS 571-103 Windshield defrosting and defogging systems,in accordance with J1944,J198 FMVSS 571-121 Air Brake Systems FMVSS 571-207 Seating Systems FMVSS 571-210 Seat Belt Assembly 40 CFR CH. 1 Pass by noise levels (in accordance with SAE J366) FMCSR 393.94 Vehicle interior noise levels FMVSS 571-101 Controls and displays FMVSS 571-108 Lamps,reflective devices,and associated equipment FMVSS 571-120 Tire selection and rims for motor vehicles other than passenger cars FMVSS 571-206 Door locks and door retention components FMVSS 571-209 Seat belt assemblies FMCSR 393-65 Fuel systems and fuel tanks FMCSR 205 Glazing for windows FMCSR 302 Flammability of interior materials att Jason 011anketo Sr.Project Engineer—Airport and Municipal Products Oshkosh Corporation OSHKOSH TRUCK CORPORATION ISO 900 t CERTIFIED 2307 OREGON STREET POST OFFICE BOX 2566 0S 5H OSHKOSH WISCONSIN 54903-2566 920-235-9151 Io: Snow Removal Products Marketing November 22,2006 SUBJECT: H Series Components Rating Approval Oshkosh Iruck Corporate Components Engineering certifies that the following OTC manufactured components ate suitable for use in the subject vehicles and are rated for these vehicles as delivered. Front Drive/Steer Axles 27K drive/steer axle w/S-cam brakes 29K drive/steer axle w/S-cam brakes Single Rear Drive/Steer Axles(AWS) 18K drive/steer axle w/S-cam brakes 23K drive/steer axle w/S-cam brakes 26K drive/steer axle w/S cam brakes 2 Speed Iransfer Cases 55000 series wheal axle declutch 55000 series w/bevel gear differential 55000 series w/Dorr-Miller differential 2 Speed Blower Drive Gearbox 55000 series with 1.06:1, 1,26:1, 1.50:1,or 1.89:ratios Single Speed Blower Drive Gearbox 55000 series with 7..43:1 ratio I- Eric Braun Chief Engineer, Corporate Components Engineering Oshkosh Truck Corporation rf. ' '''t O O aO a 4C® O # man'Wee, .0 o n y W W =en e:1 ay ti F No ,- a) p aW. : _ ve W4. . . VIM fl a �_dE Z W °m q - I Q WF r7 g 4 NI ,t. m CCI G ° D �E $ ' U v 6.0 O S G > t ' E... W L n v .. �+ ea - R: O bA U , Wm o ? II go 4 g O F 0 N F c ; �° � � � � o .. a ¢ a ca R U r o .. p v A tOa ' i. y'21) 8 ►�7 E. O y 6 0 0 = w i W 41 0 .a Fe C' z V. J O ^ � T 0 cn go u Q U N ^ II U c4'� `, W U/ OW O C O li ti 1�-1 0 W . Y 7 d N aE-0 s 0 .,= O o W 8 I. �N W F W s. A U b' ''^ U fl ii aA v� F � QQQ �.z f�# , U ° a co a 0._ w = N 0 0 0 v a — o r a 0 C. y 7 O eli W �0 N A y M y c a c 3 0 ort a U y W^ y ct Z y a. Q a ,-, U q , . iC N o 0 U e,>•+% y r',y G 4' , OD d 0 x y UOWW ,5-1 u 3 e a s t o 1.4 o o De Ts I c W. vi ay �'! to 77 V] T .9 ^ G' tr.' O 'C > a9i .C� EJ 1'. y �Ipr ) V s. O O '_i. O I4 IE �~ cJ Vt .x C G pp O :a, CI M Q .7 -, O\ 0 p W E C N ;. U a o01O a a C W y wc F� .?' C . t t N 4 u -. O v. N U �1� [ a. �. v 1+9 co 1.n O M 0 1 01 al a \/ 9, O O O O — N N N M cetd++ C•~lei •Z NO N O O O N > N 043 Ub O1 ki 4 o V O M .. A � a 0 N 4., . 00 .� eG O G R V R .0 ,� Q . z ,l mq ; Qv x C7M0a U t0 .� Q ^ y ry P. N CCU .� d P, 7 V y V i+ UOW W1.4 4.I �•I d� (b" s s . ®yam07 a 0 O a t 0 a, P. a cn a Al a) V o 5 9 N m J Vl �j ?q 0I m c3 A .'y To iC O •� Y N �✓ Qy y 7 V1 N V] I3 00 dim cq' CI 0 (Jy .� Li .. y m a a C Z .2 .04 d s N r" LAW p I rl 01 O E U o g 0 W c°Ac a 14 Y R Cr Q e a U p4 co - w 0 N h F a r o �o W H O M O O '. N N N M ' G •G Q ' Q va N O O co, .._.4 O aF. N N G) C > y � V P`I .�� C . + ^ i V V1 Z as N M C N N V] ' UQ m o � N O V ti • C= Y • MWYy . y UOWW 0 rCI .... oM 1.0 •� YQ L _ 4UjQ INT ! % `o titc < ¢ tltto.: 1 - \ o co O - i 0 ¢ \ {\ \ ® 5 / } \ q / / \s _ . \ \ c) - \ \ g q d 7 k \ _ © / 4 \ ) / / \ \ / g . . / ; \ \ \ 9 C H Cr) > crs cr, CD CD CD fn el \\\ lo ).. \ « � / o ( � \ / q ; § FAO \/ k § a ;_ a : g / 2 ) ) � % \ t »@f § « •' ; e6wu = .. .-,':�::xn-.we..::w��:.`.N"4T..aCs u".cs�,^s�"}••�5;. ,. a.a. �.'�F'- '.3 � ...`'"s �"�� ®'h' �Fi-n� 3 s4,}*ZA� ' r OS H KOS H 55000 TWO-SPEED TRANSFER CASE 8 14 GENERAL DESCRIPTION The typical Oshkosh power train consists of the engine, transmission, transfer case, and axles. The transfer case is often called the heart of an all-wheel drive vehicle and is a component that Oshkosh Truck Corporation has been manufacturing since its founding in 1917. The primary function of the transfer case is to provide outlets for driving both front and rear axles. To do this, it is necessary to transfer the power to a lower level than the transmission output shaft. For this reason the transfer case is often called a 'drop-box.' The Oshkosh 55000 series two-speed transfer case is a helical gear drop box with three paral- lel shafts. The input, or top shaft, has two gears mounted on roller bearings. Either gear may be clutched into the main shaft by means of a splined sliding collar to provide high or low range. The torque capacity is adequate to permit use of 1650 lb. ft. [2237 N-MI engines (sub- ject to application approval). A full torque PTO is available, driven off the top shaft The bottom shaft of the Oshkosh 55000 series transfer case can include cne of the following four optional assemblies to transmit power to all driving axles: An air actuated, splined collar declutch assembly connecting power to the front axle. A torque proportioning bevel gear differential providing an equal distribution of torque to the front and rear axles on 4x4 vehicles. Differential action can be locked out by an air actuated, splined collar. It An automatic locking differential of the cam and ball type (Dorn-,Miller) providing distribution of torque to front and rear axles on 4x4 vehicles. A planetary spur gear differential providing continuous torque to front and rear axles on axe vehicles which proportions the torque 30%front, 70% rear. Differential action can be locked out by an air actuated, splined collar. Features and specifications are on the back. CIS43. 5111 5500E SERIES FEATURES • HOUSING The housing is manufactured of high grade cast iron which is spilt at the center to facilitate assembly and service. Galleys are cast into the housing providing lubrication to critical areas. • GEARS The constant mesh helical gears are carburized and hardened providing maximum durability. A sliding manned shift collar on the top(input)shaft engages either the high or low gear train. SHAFTS • The top shaft is carburized and case hardened to provide durable splines and bearing races. A special shaped spiine is incorporated under the sliding shift collar to insure retention-of the gear selected. The idler or counter shaft, and lower shafts are manufactured from through-hardened alloy steel to provide tough,fatigue resistant members. BEARINGS • All shafts are mounted on long life tapered roller bearings which are adjusted to give the optimum amount of running clearance and pitch-line mesh on the gears. LUBRICATION • A pressurized lubrication system is available an all models and is standard on models using a neutral shift position, PTO, planetary differential; or based on application. A splash lube system Is utilized elsewhere. • OPTIONAL PTO • A full torque PTO with the output on the top rear of the transfer case can be manually engaged to transmit full torque from the engine and transmission. A pressure lubrication system is applied to lubricate the PTO and transfer top shaft bearings for high torque, long duration applications. Transfer cases with PTDs have a standard neutral position. The PTO.can be operated with the vehicle in motion or parked_ 55000 SERIES TRANSFER CASE SPECIFICATIONS TYPE:Two-speed,two piece cast case, constant mesh helical gears, 378 inch[98 mmj,final gear width STANDARD RA7MOS:0.98/2.68:1 OPTIONAL RATIOS:0.98/2.05:1 RATING: Up to 640 hp[447 kw], subject to application approval • FULL.TORQUE PTO,OPTIONAL: Nominal Output Rating:640 hp[477 kw], subject to application approval • Cast housing bolted to transfer case Output shaft attop rear for yoke or companion flange Manual control to engage PTO For OEM applications and/or of ermarket sales, contact: OSHKOSH TRUCK CORPORATION P.O.Box 2566 Oshkosh, WI 54903-2566 113, (920)235-9150 FAX(920)233-9670 ss m TENGZEN w:. AIRPORT PRODUCTS One (1) Year Material and Workmanship Basic Vehicle Limited Warranty 1.LIMITED WARRANTY Notwithstanding anything to the contrary herein,Oshkosh makes no warranty Subject to the limitations and exclusions set forth below,Oshkosh Airport Products whatsoever as to: provides the following warranty to the Buyer. (a)any integral parts,components,attachments or trade accessories of or to the product that are not manufactured by Oshkosh,with respect to all such parts,components, attachments and accessories,Oshkosh shall assign to Buyer the applicable warranties, If any,made by the respective manufacturers thereof; Portions of the vehicle manufactured by Oshkosh shall be (b)any vehicle,chassis,or component,part,attachment or accessory damaged Coverage: free from defects In material and workmanship by misuse,neglect,fire,exposure to severe environmental or chemical conditions,ns,acidic environment,improper maintenance,accident,crash,or force majeure such as natural disaster,lightning,earthquake,windstorm,hail,flood,war or riot; (c)any vehicle,chassis or component,part,attachment or accessory that has been repaired,altered or assembled in any way by any person or entity other than Oshkosh Warranty Begins: The date the vehicle Is placed in service,or 60 days from the which,in the sole judgment of Oshkosh,adversely affects the performance,stability or original buyer Invoice date,whichever comes first. purpose for which It was manufactured;or (d)products or parts which may in the ordinary course wear out and have to be replaced Warranty Period Twelve(12)Months,or during the warranty period,including,but not limited to,tires,fluids,gaskets and light Ends After: 15,000 Miles bulbs.Oshkosh assumes no responsibility for the assembly of its parts or subassemblies into finishing products or vehicles unless the assembly is performed by Oshkosh. The original purchaser may void this warranty in part or in its entirety if the product is repaired or replaced(a)without prior written approval of the Oshkosh Customer Service Department;or(b)at a facility which has not been approved by Oshkosh as to technical capability.Any repairs,modifications,alterations oraftermarket parts added after manufacture without the authorization of Oshkosh may void this warranty. 2.DISCLAIMERS OF WARRANTIES THE WARRANTY SET FORTH IN PARAGRAPH 1 IS THE SOLE AND EXCLUSIVE WARRANTY GIVEN BY Oshkosh.Oshkosh HEREBY DISCLAIMS AND EXCLUDES ALL OTHER WARRANTIES,WHETHER EXPRESS,IMPLIED OR STATUTORY, INCLUDING WITHOUT LIMITATION ANY WARRANTY OF MERCHANTABILITY,ANY This warranty excludes components having their own WARRANTY OF FITNESS FOR A PARTICULAR PURPOSE,AND ANY WARRANTIES warranties as defined in 1(a)including but not limited to: ARISING FROM COURSE OF DEALING OR USAGE OF TRADE. Commercial chassis,engine,transmission,axles,tires, 3.BUYER'S EXCLUSIVE REMEDY. Conditions and pumps,tools,radios,tanks,plows,brooms,turrets,nozzles, Exclusions: generators,heaters,compressors,reels,sirens,battery If the product fails to conform to the warrantyset forth In paragraph 1 during the warranty chargers,Inverters,lightbars and similar equipment. period,and such nonconformity is not due to misuse,neglect,accident or improper See Also maintenance,Buyer must notify Oshkosh within the time period specified in paragraph 1, This warranty excludes service Items such as bulbs,tires, and shall make the product available for inspection by Oshkosh or its designated agent. Paragraphs batteries,fluids,and windshield wipers. At the request of Oshkosh,any allegedly defective product shall be returned by Buyer for 2 thni 4 examination and/or repair.Buyer shall be responsible for the cost of such transportation, This warranty excludes scheduled maintenance,tire and for risk of loss of or damage to the product during transportation.Within a balancing,alignment or other similar necessary reasonable time,Oshkosh shall repair er replace(at Oshkosh's option and expense)any adjustments. nonconforming or defective parts.Repair or replacement shall be made only by a facility approved In advance in writing by Oshkosh.THIS REMEDY SHALL BE THE EXCLUSIVE AND SOLE REMEDY FOR ANY BREACH OF WARRANTY. 4.EXCLUSION OF CONSEQUENTIAL AND INCIDENTAL DAMAGES. Notwithstanding anything to the contrary herein or in any agreement between Oshkosh and Buyer,IN NO EVENT SHALL OSHKOSH BE LIABLE FOR ANY CONSEQUENTIAL,INCIDENTAL,SPECIAL,INDIRECT,OR PUNITIVE DAMAGES WHATSOEVER,WHETHER ARISING OUT OF BREACH OF CONTRACT, WARRANTY,TORT(INCLUDING NEGLIGENCE AND STRICT LIABILITY)OR OTHER THEORY OF LAW OR EQUITY,WITH RESPECT TO VEHICLES OR OTHER PRODUCTS SOLD BY OSHKOSH,OR THEIR OPERATION OR FAILURE TO OPERATE,OR ANY DEFECTS THEREIN,OR ANY UNDERTAKINGS,ACTS OR OMISSIONS RELATED THERETO,REGARDLESS OF WHETHER OSHKOSH HAS BEEN INFORMED OF THE POSSIBILITY OF ANY SUCH DAMAGES.Without limiting This limited warranty shall apply only if the product is properly maintained in accordance the generality of the foregoing,Oshkosh specifically disclaims any liability for property Or with Oshkosh's maintenance instructions and manuals and is used in service which is personal injury damages,penalties,damages for lost profits or revenues,loss of vehicles normal to the particular model.Normal service means service which does not subject the or products or any associated equipment,cost of substitute vehicles or products,down- product to stresses or Impacts greater than normally result from careful use.If the Buyer time,delay damages,any other types of economic loss,or for any claims by any third discovers a defect or nonconformity,It must notify Oshkosh in writing within thirty(30) party for any such damages. days after the date of discovery,but in any event prior to the expiration of the warranty period.THIS LIMITED WARRANTY MAY NOT BE ASSIGNED OR OTHERWISE Note:Any Surety Bond,if a part of the sale of the vehicle as to which this limited TRANSFERRED BY THE BUYER TO ANY SUBSEQUENT USER OR PURCHASER warranty is provided,applies only to the Oshkosh Basic One Year Limited Warranty for OR TO ANY OTHER PERSON OR ENTITY. such vehicle,and not to other warranties made by Oshkosh in a separate document(if any)or to the warranties(if any)made by any manufacturer(other then Oshkosh)of any part,component attachment or accessory that is incorporated into or attached to the 12/7/2011 WR0001 vehicle. j Allison Tnimmission December 18, 2009 To Whom It May Concern: I am writing to address your request for a certification or approval letter from Allison Transmission for a particular OEM application. Any OEM or Customer requirement for providing a signed document from an Allison Application Engineering employee which references any guarantee, certification, approval of conformance, or validation of the installation of our products cannot be satisfied. Allison Engineering cannot know the customer's expectations, duty cycle, or other contractual requirements to assure performance, and therefore cannot provide any documentation which would in part or in whole be construed as an approval document. Additionally, Allison Application Engineering does not have the ability to follow and inspect for installation compliance to Tech Data at each and every assembly station. Allison Application Engineering has always maintained that it is the sole responsibility of the OEM to install our products, using the installation guidelines set forth in Allison Technical Data,to assure end user satisfaction. Allison Tech Data is derived from decades of experience and is provided to the OEM to help them meet the customer expectations and requirements. Best ��regards, __` Rebecca Schenk Allison Transmission Application Engineer Office Phone(317)242-3101 rbecca.schenk(a,allisontransmission.com cc Larry Dodson—Allison Transmission—Account Manager OEM Sales Bill Wegeng—Allison Transmission—Manager North America Truck Applications P.O.Box 894 Indianapolis,Indiana 46206-0894 (317)242-5000 www.allisontransmission.com 1 • i OSHKOSH CORPORATION LSO nror CERnFn D 2307 OREGON STREET OS * ' SH POST OFFICE BOX 2566 OSHKOSH,WISCONSIN 54903-2566 920-235-9151 December 18,2009 To Whom It May Concern: Oshkosh Corporation Airport Engineering certifies that applicable Allison Transmission standards and guidelines are followed for all Airport Products applications. The following procedures are followed for each vehicle application: • Design per Allison Transmission's installation instructions • Perform Allison's SCAAN analysis and submit to Allison Application Engineering • Perform cooling tests to verify compliance with Allison Transmission's requirements • Complete Installation Review with Allison Application Engineering • Implement corrective actions and recommendations from Installation Review Jason Shively Z �'16-iief Engineer,Airport Products Oshkosh Corporation AN' Engine Performance Curve 354 hp(264 kW)@ 2100 rpm Automotive � 1350 lb-ft(1832 N-m 1200 rpm Pg No. �� Cummins Inc ISX 11.9 )@ p Columbus,Indiana 47202-3005 Curve Number CPL Code Date http://www.cummins.com 350V FR20270 43439 3-Nov-2009 1 Compression Ratio: 17.1:1 Engine Configuration: D0K3001 BX03 Fuel System: XPI Emission Certification: Pending Cylinders: 6 Aspiration: Turbocharged and Charge Air Cooled Bore: 5.11 in (130 mm) Displacement: 729 in3(11.9 L) Stroke: 5.91 in (150 mm) Vocational Application 1400 1900 ~ 1800 Torque Output 1300 \. RPM lb-ft 1,285 N-m \\\ 1700 1,100 1,742 h 1200 1600E 1,200 1,350 1,830 f 1,300 1,350 1,830 0 1100 1500; 1,400 1,350 1,830 c 0 moot; 1,500 1,278 1,733 1- 1000 1- 1,600 1,198 1,624 1300 1,700 1,128 1,529 900 1200 1,800 1,065 1,444 1,900 1,000 1,356 800 1100 2,000 945 1,281 1200 1800 2,100 885 1,200 Engine Speed(RPM) 380 _ - 280 360 - --�` - Power Output 260 RPM hp kW 340 - 1,100 269 201 n _ - i 1,200 308 230 1,300 334 249 `m 320 - - 240'-" 1,400 360 268 300 _ a 1,500 365 272 - 220 1,600 365 272 - 1,700 365 272 280 - - 1,800 365 272 - 200 1,900 362 270 260 I I I 1 I 1 I I I I 2,000 360 268 1200 1400 1600 1800 2000 2200 2,100 354 264 Engine Speed(RPM) Curves shown above represent mature gross engine performance capabilities obtained and corrected in accordance with SAE J1349 conditions of 29.61 in Hg(100 kPa)barometric pressure[300 ft(90 m)altitude],77 deg F(25 deg C)inlet air temperature,and 0.30 in Hg(1 kPa)water vapor pressure with No.2 diesel fuel. A Keith Mclntire Customer Engineering Certified within 5% Preliminary-(Measured data) Bold entries revised after 1-Oct-2009 Cummins Confidential Controlled copy is located on gce.cummins.com e * Engine Performance Curve 354 hp (264 kW)@ 2100 rpm Automotive ��‘ ° Cummins Inc ISX 11.9 1350 lb-ft(1832 N-m)@ 1200 rpm Pg.No. Columbus,Indiana 47202-3005 Curve Number CPL Code Date http://www.cummins.com 350V FR20270 43439 3-Nov-2009 2 Compression Ratio: 17.1:1 Engine Configuration: DOK3001 BX03 Fuel System: XPI Emission Certification: Pending Cylinders: 6 Aspiration: Turbocharged and Charge Air Cooled Bore: 5.11 in (130 mm) Displacement: 729 in3 (11.9 L) Stroke: 5.91 in(150 mm) General Performance Data Maximum low idle speed 800 RPM Minimum low idle speed 700 RPM Nominal no load governed speed 2,300 RPM Maximum overspeed capability 2,625 RPM Torque available at clutch engagement 800 lb-ft 1,085 N-m Air Induction System Maximum temperature rise between ambient air and engine air inlet 20 delta deg F 11.1 delta deg C Exhaust System Maximum back pressure imposed by complete exhaust system 6.8 in-Hg 23 kPa Cooling System Maximum coolant temperature-engine out 225 deg F 107 deg C Maximum charge air cooler outlet temperature(pumping mode) NIA deg F N/A deg C Maximum coolant temperature-engine out(pumping mode) NIA deg F N/A deg C Maximum coolant pressure(exclusive of pressure cap;closed thermostat at maximum no load speed) 74 psi 510 kPa Minimum cooling capability @ nominal fuel rate[Level II]with 25 mile/hr(40 km/hr)ram air speed and 50/50 E.G.coolant: Engine out coolant to ambient @ 1,700 RPM 119 delta deg F 66.1 delta deg C ' Engine out coolant to ambient @ 1,200 RPM 128 delta deg F 71.1 delta deg C Charge air cooler to ambient @ 1,700 RPM 38 delta deg F 21.1 delta deg C Maximum allowable pressure drop across charge air cooler and OEM CAC piping (CACDP) 3 in-Hg 10.1 kPa Maximum coolant temperature for engine protection controls 240 deg F 116 deg C Maximum Rating Performance Data Governed Speed Maximum Power Peak Torque Engine Speed 2,100 RPM 1,700 RPM 1,200 RPM Output Power 354 hp 264 kW 365 hp 272 kW 308 hp 230 kW Torque 885 lb-ft 1,200 N-m 1,128 lb-ft 1,529 N-m 1,350 lb-ft 1,830 N-m Inlet Air Flow 679 ft3/min 320 Us 603 ft3/min 285 Us 465 ft3/min 219 Us Charge Air Flow 49.7 lb/min 22.5 kg/min 44 lb/min 20 kg/min 34 lb/min 16 kg/min Exhaust Gas Flow 1,428 ft3/min 674 Us 1,272 ft3/min 600 Us 1,060 ft3/min 500 Us Exhaust Gas Temperature 839 deg F 448 deg C 803 deg F 428 deg C 854 deg F 457 deg C Heat Rejection to Coolant 10,675 BTU/min 188 kW 9,125 BTU/min 160 kW 7,600 BTU/min 134 kW Radiator Coolant Flow* 143 gpm 9 Us 115 gpm 7.3 Us 80 gpm 5 Us Turbo Comp.Outlet Pressure 60 in-Hg 202 kPa 58 in-Hg 195 kPa 57 in-Hg 192 kPa Turbo Comp.Outlet Temperature 323 deg F 162 deg C 342 deg F 172 deg C 352 deg F 178 deg C Fuel Consumption 131.9 lb/hr 59.8 kg/hr 124.1 lb/hr 56.3 kg/hr 102.4 lb/hr 46.4 kg/hr Brake Mean Effective Pressure 183 psi 1,262 kPa 233 psi 1,606 kPa 279 psi 1,924 kPa *-Radiator Coolant Flow is approximately 5%less with a continuously deaerating system. Coolant:50/50-Ethylene Glycol/Water by volume. Values are within+/-5%. Change Log Date Author Change Description ' 2/25/2009 A Keith McIntire Created initial 2010 ISX 11.9 350V/1350datasheetRevised max coolant pressure and coolantflow rates.Revised performance data table.Revised exhaust backpressure limit. 4/21/2009 A Keith McIntire Bold entries revised after 1-Oct-2009 Cummins Confidential Controlled copy is located on gce.cummins.com 7/13/2009 A Keith McIntire 7/31/2009 A Keith McIntire End of Report Bold entries revised after 1-Oct-2009 Cummins Confidential Controlled copy is located on gce.cummins.com NPower Gv March 27, 2012 Mr. Mike Cotter Oshkosh Corporation 2307 Oregon Street Oshkosh, WI 54903 Dear Mike: We have reviewed the installation of the Cummins EPA10 ISX11.9 engine in the Oshkosh H Series chassis and have found that the engine is installed in concurrence with our installation requirements. Please notify us if there are any changes to the installation of these engines. If any changes are made, they must be reviewed and a new statement will be issued regarding concurrence. Please let me know if you need any additional information. Sincerely, fl4/ CYvV w Michael Bartkowski OEM Account Manager cc:Sean Strosahl Cummins NPower LLC 800 W.Ryan Road Oak Creek,WI 53154 Phone 414 768 7400 www.npower.cummins.com