HomeMy WebLinkAbout163-01 RESOLUTIONi
RESOLUTION NO, 163-01
A RESOLUTION APPROVING THE PURCHASE OF UP TO
THREE HUNDRED (300) TRASH CONTAINERS OF VARIOUS
SIZES FROM GREGORY MANUFACTURING INC. IN AN
AMOUNT NOT TO EXCEED FIFTY-FIVE THOUSAND EIGHT
DOLLARS ($55,008.00) AND A BUDGET ADJUSTMENT IN THE
AMOUNT OF FIFTY-FIVE THOUSAND SIX HUNDRED NINETY-
ONE DOLLARS ($55,691.00) FOR SAME.
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF
FAYETTEVILLE, ARKANSAS:
Section 1. That the City Council hereby approves the purchase of up to
three hundred (300) trash containers of various sizes from Gregory
Manufacturing, Inc. in an amount not to exceed Fifty -Five Thousand Eight
Dollars ($55,008.00).
Section 2. That the City Council hereby approves a Budget Adjustment in
the amount of Fifty -Five Thousand Six Hundred Ninety -One Dollars ($55,691.00)
for same.
Section 2. That the City Council hereby authorizes the Mayor or his duly
authorized representative to sign any documents required to complete said
purchases from Gregory Manufacturing, Inc.
PASSED and APPROVED this 4th day of December, 2001.
APPROVED:
By:
vfrBy: ' /
EATHER WOODRUFF, i Clerk
DAN COODY, Ma
NAME OF FILE:
CROSS REFERENCE:
Resolution No. 163-01
12/04/01
Resolution No. 163-01
12/04/01
Copy of the Budget Adjustment Form
10/25/01
Bid #01-56/Bid Information
12/04/01
Staff Review Form
12/06/01
Memo to Gary Dumas, Utilities Service Director, from Heather
Woodruff, City Clerk
NOTES:
Budget Year
2001
Department:
Division:
Program.
City of Fayetteville, Arkansas
Budget Adjustment Form
Environmental Services
Solid Waste
Commercial Pickup
Date Requested
12/04/2001
RES J(013-0(
Adjustment #
Project or Item Requested:
$55,691 in the Dumpster Lease Program capital project.
Project or Item Deleted:
$55,691 from the Curbside Recycling Improvements capital
project.
COPY
Justification of this Increase:
The funding is needed to purchase 2 to 8 yard containers
for lease by small commercial customers.
Justification of this Decrease:
Sufficient funds remain in project to meet 2001 objectives.
Increase Expen e (Decrease Revenue)
Account Name Amount Account Number Project Number
Minor Equipment
55,691 5500 5010 5890 00 99038 1
Decrease Expense (Increase Revenue)
Account Name Amount Account Number Project Number
Solid Waste Improvements
55 691 5500 5060 5816 00 98053 1
Approval Signatures
Requ ted By
Bu et Manager
epartmen Director
Date
t
Date
Date
Budget Office Use Only
Type: A B C CD E
Date of Approval
Posted to General Ledger
Posted to Project Accounting
Entered in Category Log
Blue Copy: Budget & Research / Yellow Copy: Requester
c
E
v
1
•
• •
BID FOR UNIT PRICE
Place: City of Fayetteville, Arkansas
Date: /o —02c: 0
Proposal of 62Ebv2y m»»uF»c ,2 to 6 (hereinafter called
"Bidder") a corporation, organised and existing under the laws of the State of ..P44-).41 , a
partnership, or an individual doing business as
4•426d'2j/ in.44.tc{,ac walk( 6. 1JL,
•
To the City of Fayetteville, Arkansas (hereinafter called "City").
The Bidder, in compliance with your invitation for bids for Solid Waste Contamers, having
examined the specifications with related bid documents and being familiar with all of the conditions
surrounding the proposed project including the availability of materials and labor, hereby proposes
to furnish all labor, materials, and supplies, and to complete the project in accordance with the bid
documents and at the prices stated below. These prices are to cover all expenses incurred in
performing the work required under the bid documents, of which this proposal is a part.
Bidder hereby proposes to perform the work described in the Bid Documents and Specifications for
the following unit prices.
ITEM
NO. DESCRIPTION
1 Rear Load Container, 2 cubic yard
2. Front Load Container, 4 cubic yard
3. Front Load Container, 6 cubic yard
4. Front Load Container, 8 cubic yard
5. Front Load Recycling Container, 4 cubic yard
6. Front Load Recycling Container, 6 cubic yard
7. Front Load Recycling Container, 8 cubic yard
UNIT
PRICE
P73-
y6,7—
SS1 —
to7/-
y'7 -
58/ -
(0 7/ -
No- ,1 -menti
�r CItA t6 R-FRArt6
it
The prices shall remain valid for the next 180 days after selection of winning bidder. The city may
4
1
It
make purchases of up to 300 containers of various sizes. All purchases will be in groups of no less
than one truck load and may be as frequently as every two weeks. The above umt prices will include
all labor, materials, equipment, overhead, profit, insurance, freight, shipping, handling, etc.. , to
cover the finished work called for delivered to the City. Bidder understands that the City reserves
the right to reject any or all bids and to waive informalities in the biddmg. The Bidder agrees that
his bid will be good and may not be withdrawn for a period of sixty (60) calendar days after closing
time for receiving bids.
SEAL - (if bid by a
Corporation)
Inb0 f)- 'o, , ateJ if1,c f,4.,ptt-
Title
Pm, Roy. 3a3-
(Business
aS(Business Address and Zip Code)
en --1 Mrnsow, :Wet) saCa7
5
WHY15R1$GO0YCOOTAINER
Thick Steel— 7ga. floor, 10ga.
sides, 3/16" rails and pockets
"V" crimps on ALL four
sides for added strength
Wrap -a -round bumpers
protect container face
Superior paint. Applied
electrostatically for
consistent finish
The latest in Lid Technology
from Impact Plastics
%iI1
a It
•
Heavy duty pockets
and floor rails
Gregory Manufacturing
Fort Madison, Iowa 319-463-7641
• •
FAYETTEVILLE
THE CITY OF FAYETTEVILLE, ARKANSAS
DEPARTMENTAL CORRESPONDENCE
To: Mayor and City Council
From. Gary Dumas
Date: Wednesday, November 14, 2001
Subject: Awarding Bid for 2 to 8 Yard Solid Waste Containers — Bid #01-56
Background
The Solid Waste/Recycling Division has had an annual contract for 2 to 8 yard
containers, this contract has expired. These containers are used for trash and recycling for
multiple family and small commercial activities.
This agreement will be for a period of 6 -months and will allow the purchase of up to 300
containers of various sizes from 2 to 8 yards. Purchases will be on an as needed basis to
allow a small inventory at the Solid Waste/Recycling offices. This small inventory will
continue to allow an immediate response to a request for service.
The bid tab is attached. The Solid Waste/Recycling Division staff has inspected the low
bidder's containers and has found that they meet specifications.
The low bid for the 2 to 8 yard containers is Gregory Manufacturing from Fort Madison,
Iowa.
Recommendation
Approve resolution authorizing purchase agreement.
§ §
§ §
0
a
,)
§
Y
§
$
§
Y
§
;
§
.
§ §
R
§§
; M
�
§
\
j
§
CO
Si
6
§.
q
cp
\
.
j
4.
UTITIOWNT
COST
"
ij
§•
UNIT/OWN!
COST
§e
ij
|
2
UNTT/OWNT
COST
|§
JP
)a
»
\M
t
`
/
@I',
��41
...-'
a
o
v
a
R
?/
0
\
o
Q
Q
9
`
mIA•
.
I
. 2
tA
%
v
.
`%
}
v
\
k
Q
|
.•
\
'.
N
®d
s �
k
%.
k
&
m
/
@
m
QTP
5
v
g
S
&
,
k
( 22
m
m m
E
0 0 0 0 0
a
Qoy�
gw5�
F
n
-
q
m
F
m_
�, ??
05M
�n A
s
�n
J
0
5M
A
BID NO. 0 I ' S I ' PROJECT NO.
--I
4.
UNIT/014NT
COST
4
UMTOUANT
COST
4
UN17NUANT
COST
4i8
ti
UNIT/OUANT
COST
Rs
UNITfWW7
COST
EXT.
COST
84
4188
UNIT/QUANT
COST
4
UMTIOUANT
COST
4 �
V
(�
.Xi
C
Z
ti,
�N
;
v�
v
c
V\
o
v
v
w
'fl
v
-
o
o
'k
o
v
v
o
�.
3-)l
;
s
O ci
i.,
,
\
F
‘4,
o
oo
O
O
w
v
p
-
✓
IA
0
c
a
Si
N
"l
o
o
c
-tut
i
;A
o
0
g
0
000
0
6
0
8
❑ ❑
t
•
Mail or Deliver Bids To:
City of Fayetteville
Purchasing Office-Rm 306
113 W Mountain
Fayetteville, AR 72701
Mail or Deliver Bids To:
City of Fayetteville
Purchasing Office-Rm 306
113 W Mountain
Fayetteville, AR 72701
s •
BID FOR UNIT PRICE
Place: City of Fayetteville, Arkansas
Date: 10- 23-2001
Proposal of AMERI-KAN DIV OF STOUTCO INC. (heremaftercalled
"Bidder") a corporation, organized and existing under the laws of the State of I NDI ANA , a
partnership, or an individual doing business as AME RI-KAN
To the City of Fayetteville. Arkansas (hereinafter called "City").
The Bidder, in compliance with your invitation for bids for Solid Waste Containers, having
examined the specifications with related bid documents and being familiar with all of the conditions
surrounding the proposed project including the availability of materials and labor, hereby proposes
to furnish all labor, materials, and supplies, and to complete the project m accordance with the bid
documents and at the prices stated below. These prices are to cover all expenses incurred in
performing the work required under the bid documents, of which this proposal is a part.
Bidder hereby proposes to perform the work described in the Bid Documents and Specifications for
the following unit prices.
ITEM LST
NO. DESCRIPTION PRICE
1 Rear Load Container, 2 cubic yard MODEL 200 $265 00
2. Front Load Container, 4 cubic yard MODEL FST -400 470.00
3. Front Load Container, 6 cubic yard MOTEL FST- 600 570.00
4. Front Load Container, 8 cubic yard MODEL FST -800 690.00
5. Front Load Recycling Container, 4 cubic yard FST -400 500.00
6. Front Load Recycling Container, 6 cubic yard FST -600 600.00
7. Front Load Recycling Container, 8 cubic yard FST- 802 780.00
Freight, Shipping and Handling $320.00
Per Truck Load
The prices shall remain valid for the next 180 days after selection of winning bidder. The city may
%Nile.vlAll L:as
•
• •
make purchases of up to 300 containers of various sizes. All purchases will be in groups of no less
than one truck load and may be as frequently as every two weeks. The above unit prices will include
all labor, materials, equipment, overhead, profit, insurance, freight, shipping, handling, etc..., to
cover the finished work called for delivered to the City. Bidder understands that the City reserves
the nght to reject any or all bids and to waive informalities in the bidding. The Bidder agrees that
his bid will be good and may not be withdrawn for a period of sixty (60) calendar days after closing
time for receiving bids.
Respectfully submitted:T
By: tom %ao�r)
BILL THOMASON
PLANT OPERATIONS MGR, KS. PLANT
Title
P.O. BOX 844 3800 W. HIGHWAY 75
INDEPENDENCE KANSAS 67301
(Business Address and Zip Code)
PH: 316-331-3910 FAX: 620-331-3911
SEAL - (if bid by a
Corporation)
*NOTE: BID IS FOR (1) SLOT IN BACK OF CONTAINER. ADDITIONAL SLATS MAY BE
ADDED TO SIDES OF CONTAINERSATA DOST OF $30.00 PER SOLT. THE 8 YD
CONTAINER BEING BID IS AN PS -802 WHICH HAS A SHAPE SIMILAR TO THE FST -600
WHIC-I WOULD BE BETTER SUITED FOR CARDBOARD THAN THE FST -800.
**NOTE: ALL CONTAINERS BID ARE WITH THE AMERI-KAN DESI GNED LIDS.
5
•
•
•
• •
BID FOR UNIT PRICE
Place: City of Fayetteville, Arkansas
Date: 10(2210 1
Proposal of (W aS11 tt) p -° VAA1 FA b (hereinafter called
"Bidder") a corporation, organized and existing under the laws of the State of 01410 , a
partnership, or an individual doing business as SAw.t-
To the City of Fayetteville, Arkansas (hereinafter called "City").
The Bidder, m compliance with your invitation for bids for Solid Waste Containers, having
examined the specifications with related bid documents and being familiar with all ofthe conditions
surrounding the proposed project including the availability of materials and labor, hereby proposes
to furnish all labor, materials, and supplies, and to complete the project in accordance with the bid
documents and at the prices stated below. These prices are to cover all expenses incurred in
performing the work required under the bid documents, of which this proposal is a part.
Bidder hereby proposes to perform the work described in the Bid Documents and Specifications for
the following unit prices.
ITEM
NO DESCRIPTION
1 Rear Load Container, 2 cubic yard
2. Front Load Container, 4 cubic yard
3. Front Load Container, 6 cubic yard
4. Front Load Container, 8 cubic yard
5. Front Load Recycling Container, 4 cubic yard
6. Front Load Recycling Container, 6 cubic yard
7. Front Load Recycling Container, 8 cubic yard
UNIT
PRICE
250
* 53�F
*124
itel11
115 Ss9
#109
Olt{
The prices shall remain valid for the next 180 days after selection of winning bidder. The city may
\Mk \>zo k,\
r% els'ThSru' 1 \us .r
4
•
•
•
a
•
make purchases of up to 300 containers of various sizes. All purchases will be in groups of no less
than one truck load and may be as frequently as every two weeks. The above unit prices will include
all labor, materials, equipment, overhead, profit, insurance, freight, shipping, handling, etc..., to
cover the finished work called for delivered to the City. Bidder understands that the City reserves
the right to reject any or all bids and to waive informalities in the bidding. The Bidder agrees that
his bid will be good and may not be withdrawn for a period of sixty (60) calendar days after closing
time for receiving bids.
SEAL - (if bid by a
Corporation)
Respectfully submitted: ,� l
.w. (Kt Ne -inn 1/
Sats vLg 9-•
Title
Q.o,joz 1029
(Business Address and Zip Code)
Ei-e_eAA Ike tic :111.0 ti
By:
•
•
•
• •
GENERAL SPECIFICATION
Rear Load Containers (2 cubic yards)
Front Load Containers (2 cubic yards)
Front Load Slant Top Containers (4, 6, & 8 cubic yards)
Section 10
•
10.01 Top Channels: Front, Rear, and Sides. All surrounding channels shall be at least 13 gauge
steel and be formed into a "C ' shape with a minimum height of three (3) inches, and a minimum
width of one and one half (1'%) inches.
10.02 Floor Supports. There shall be formed support channels two and one half (2'/z) inches wide
and one and one half (1'/z) inches deep constructed on 10 gauge material. Side to Side: Three (3)
each on the four yard containers, four (4) each on the six yard containers, and four (4) each on the
eight yard containers.
10.03 "A" Frame Lifts. On "A" frame lift containers, the main vertical support channels shall be
a formed one fourth ('h) inch steel channel at least three and three fourth (3%) mches wide with a
one and one half (11/2) inch flange and run from the top to the bottom of the container. The backing
plate and other component parts shall also be a minimum of one fourth ('/) inch plate:�¢I he only
exceptions will be the front rail reinforcement channel and upper cross channel which will be at least
seven (7) gauge steel. In addition, the pin holes shall be reinforced with an additional one fourth (%)
inch steel plate to provide a minimum of one half (%) inch total thickness at the pin holes. All
containers shall have the "A" frame lifts continuously welded securing them to the container.
10.04 Hvdiaulic Lift Bar. All two yard rear loading containers should be equipped for use with a
hydraulic lift bar.
10.05 Plastic Lids. Plastic lids shall be double walled and made of at least 25% post consumer
plastic and contain high density polyethylene custom molded with premium quality U.V. stabilizers
for flexibility and long life in any climate. Plastic lids shall be equipped with multiple hinge points
and reinforcing ribs along with crowned design to assure complete water run-off, and the large front
handles are molded in (no added pieces) for easy opening.
•
10.06 Lid and Rear Covers. The rear lid panel shall be a solid single piece with center crown to
allow water to runoff the sides. Heavy duty hmges are required to maintain the structural integrity
of the lid rod. A lid stop shall be attached to prevent lid hang-up on truck hopper cover. The
standard lightweight, low maintenance, tow lid design with lid stop shall permit lids to remain open
when required The lids should close automatically when container is emptied.
• 10.07 Lid Hinge Rod. The lid hinge rod shall be a minimum of seven sixteenths (7/16) inches
round, solid steel bar securely fastened at each end, yet removable for easy replacement. The lid
hinge rod shall be plated for long lastmg, trouble free hinge action.
6
•
r
•
•
•
4.4
• •
10.08 Drain Hole. All containers shall have a one (1) inch drain hole for removal of excess fluids.
The dram hole shall be fitted with a tight fitting plug designed so as not to allow liquid seepage The
plug shall also be made from material that will not allow it to rust to the dram hole and prevent
removal.
10.09 Finish. All containers shall be cleaned of all weld splatter, loose rust and other foreign matter
before painting. The cleaned surface shall be primed inside and outside with a quality rust inhibiting
primer and allowed to dry before the finish coat is applied. The finish coat shall be #315(Burgundy)
in color for two, four, six, and eight yard front and rear load containers and #441(Light Brown) for
all four, six, and eight yard recycling containers. The colors listed are based on the Industrial Color
Systems Selection Book. The finish shall be of a quality enamel applied with adequate coverage so
as to protect the surface from the elements and to enhance the appearance of the container. All
bidders please verify exact color selections prior to bidding. If bidders are unable to use said
specified color choices, please send color swatches with bid.
10.10 Steel Specifications. All steel used in the container shall be new, free of excessive rust and
be within standard mill tolerances for C1018 steel sheet. The minimum allowable thickness for steel
gauges are as follows:
14 Gauge -0 Minimum .071" 10 Gauge -0 Minimum .127"
13 Gauge -0 Minimum .082" 7 Gauge -0 Minimum .171"
12 Gauge -0 Minimum .097" ''A Gauge -► Minimum .235"
10.11 End Panels. (4, 6, & 8 cubic yard containers -0 12 gauge, 2 cubic yard containers -4 14
gauge) The end panels shall be a one (1) piece tapered steel sheet and shall be designed in such a
manner as to bend around the outside and bottom corners and overlap the adjoining panels thereby
eliminating the need for comer welds in the body panels.
10.12 Main Body Panels. (4, 6, & 8 cubic yard containers -0 12 gauge) The main body panels
consisting of the front, rear, and floor panels shall be twelve (12) gauge steel and also designed in
such a manner as to overlap the adjoining panel in such a manner as to eliminate the need for corner
welds. (2 cubic yard containers) The main body panel shall be one piece, 14 gauge steel sheet
extending down the front, across the bottom and up the rear side of the container.
10.13 Floor Panels. The floor panels shall be twelve (12) gauge steel and also designed in a manner
to overlap the adjoining sides, back and front to eliminate the need for comer welds.
10.14 Casters. All two yard containers must come equipped with four (4) swivel 6" rubber tire
casters.
7
Section 10
Para.10.01
Para. 10.05
Para. 10.06
Para. 10.07
Para. 10.08
Para. 10.11
Para. 10.12
Para. 10.13
(361) 358-7022
• •
* WASTEQUIP
MAY FAS
City of Fayetteville, Arkansas
Front and Rear load Container
Exceptions to Specifications
Top channels on front -load containers are 12 ga. on sides and
10 ga. on front and rear.
Top channels on rear -load containers are all 12 ga.
Plastic lids are single wall, with regrind material, however, no
Certification of the amount of post -consumer plastic.
There is no crown in the rear lid panel.
Hinge rod is 5/8" dia. steel. It is not plated.
Drain hole is 1 ''A" with plug
End panels do not bend around inside corners and bottom joint.
Containers are comer welded.
Main body panels do not overlap adjoining panels.
Floor is 10 ga. instead of 12 ga. on front-end loaders.
There is no overlap of adjoining panels.
All other specifications are as requested
(800) 242-0122
P.O. BOX 1029 BEEVILLE, TX 78104-1029
W WASTEQUIP
ncCUJESArE
•
NtANU�'ACTURER'S WFiRRXN'I'Y oii01/01
ACCURATE INDUS RIES, INC. ("Accurate") warrant equipment of its own manufactureto be free from defects in materials and workmanship under
•
normal use and service, to the original purchaser only ubject to the onditiona outlined below. ACCIAtATE'S obligation under the warranty is limited
' to repair or replacement, with a similar genuine part, of any part of the product of its manufacture which is returned to ACCURATE within ten days
after the discovery of the defect, properly identified and transportation charges prepaid, and not more than 12 monfhs after the equipment has been
delivered to the original user. No freight, travel cost, meals or lodging shall be covered by this warranty. No warranty credit will be issued for labor
or parts until such parts are returned using proper authorization tags and numbers to ACCURATE for our inspection.
•
tL. n.at Actu(L&43 W( 1GGtll hNb ItW.SYADlNL.
12 MONTH WARRANTY SCHEDULE
FIRST THROUGH SIXTH MONTH:
ACCURATE will furnish without charge, F 0 B its plant, a similar genuine part to replace any part of product of its manufacturer
which proves to be defective in normal use and service during the period. Labor charges to install such parts will be allowed in
accordance with scheduled allowable labor rates or flat rate, authorized by ACCURATE prior to performance of said labor. This
warranty does not annly to normal operating adjustments such as, adiustina pressure settings. limit switches. timer. relays. fuses
or loss of hydraulic oil. cable replacement or filter replacement. )foist pumps and P.T.O.'s are subject to the warranty limitations
get by the Dump and P T Ot mfitufacturer only Travel time is hnuted to (2) two hours maximum per service call.
Via fcia.c it 1 . s r i*'`M Pd� . a e lrtgt121e �thrOtr h rde.1.#5015l.l ,:taf+Yl):e41/4 arlCe. ' '' '
a) . .1":4:4‘;"wa4rantyi i ;n9i applyaaAPY• .4i f , + 9 B-
accidente, frhptoper installation; -re deugnlfrg olassataitet or th£dugli.ny oilier cater byycHdtatesaurol cf ACCURATE :,
b) This wa ranty'shaf not apply if the egµipmenf has been 1oaded'above Si fac ow recommended,maximurn load capacity.
c) This warranty shall be expressly afmited to the repair o ,replacement of defective parte, as stated above allother damage -
and claims, statutory. or otherwise,' being hereby waived' by the purchaser'and, only those labor charges, specifically
authorized by ACCURATE: -ACCURATE limits its warranty to parts and accessories supplied by it and installedin
compliance with the prevailing industry standard.
SEVENTH THROUGH TWELFTH MONTH;
The warranty provided above for the first through sixth month applies for the seventh through twelfth month with the following
exception No labor charges will be honored under ACCURATES warranty or obligation in connection with the sale of its equipment.
fiDDITIONAL WARRANTY: Refer to Warranty Overview above for products with additional warranties.
REPLACEMENT PARTS WARRANTY' Replacement parts that ACCURATE has provided due to defects in the original
parts are warranted for ninety (90) days only from delivery only. No labor, freight, or any other charges are covered.
If the replacement part fails within ninety (90) days from the delivery date, it must be returned to ACCURATE, freight
prepaid, for inspection and an equivalent replacement part will be supplied. The following example illustrates the
application of the replacement parts warranty:
ACCURATE'S manufacturers and replacement parts warranties are expressly in lieu of all other warranties. ACCURATE provides
no other warranties except as stated therein. ACCURATE MAKES NO EXPRESS OR IMPLIED WARRANTY AS TO THE
MERCHANTABILITY OF THE EQUIPMENT OR ITS FITNESS FOR A PARTICULAR PURPOSE. If any sample or model was shown to or
provided by Buyer, such sample or model was used merely to illustrate the general type and quality of the Goods and such use is
not to be construed as warranty that the Goods will conform to the sample or model. Any descriptions or illustrations contained in
ACCURATES catalogues, price lists or other advertising matter are intended merely to present a general description of the Goods
and shall not form a part of this order. ACCURATE makes no warranty that Buyer holds or will hold the Good free of the claim of any
third person that may arise from alleged patent or trademark infringement. Since conditions of use over which ACCURATE has n�
control may have a significant effect on the Goods, ACCURATE disclaims any warranty that the Goods will conform to the standards
and requirement set forth in the "Occupational Safety and Health Act" of 1970, as amended or the riles and regulations thereunder.
No agent, employee or representative of ACCURATE has any authority to bind ACCURATE to any affirmation, representation or
warranty $tt°B t xaeR,lSnp or c prlio 4 t it 9 "d 1#?+ ke �' �ee. . _,. Lok
repreSerjtadbri'LY.,*7je j fd.Stio tautho spplfd �z, .fir e. �..� +- u
thereon 404ti ATE e , Or assumes not authorises any otheC:peisonto;as e fof it arty other liabW ho chop with rite a
P 52'
P LES\L
\SAA_PR0i\Mro-wen:INl - -
WARRANTY OVERVIEW
3- YEARS STRUCTURAL
2 --EARS COMPONENTS / 1 -YEAR
Extended Parts / Labor Warranty
6% Per Additional Year
LABOR
-
12 - MONTHS
CS NTHS NTS
6 LABOR
-
3- YEARS STRUCTURAL/3-YEARS
CYLINDER.(PARTS ONLY)
1 - YEAR COMPONENTS / 6 - MOS LABOR
Executive Series
\
Stationary Compactors: Models 245C, 345C, .
345XHD-D, 445C, 445XHD-7, 445XHD-720,
445XHD-D, 645HD through 1250XHD
$elf -Contained Compactors: Models 20$, 25gC a
ALL OTHER PRODUCTS C FL RL ! Rc
Stationary Compactory: Models 248 HD &
XHD, 348 HD & XHD, 445 HD & XHD
Self -Contained Compactors: Models 2S5HD,
Model 285X**
** Cylinders 1 - Year Parts & Labor
tL. n.at Actu(L&43 W( 1GGtll hNb ItW.SYADlNL.
12 MONTH WARRANTY SCHEDULE
FIRST THROUGH SIXTH MONTH:
ACCURATE will furnish without charge, F 0 B its plant, a similar genuine part to replace any part of product of its manufacturer
which proves to be defective in normal use and service during the period. Labor charges to install such parts will be allowed in
accordance with scheduled allowable labor rates or flat rate, authorized by ACCURATE prior to performance of said labor. This
warranty does not annly to normal operating adjustments such as, adiustina pressure settings. limit switches. timer. relays. fuses
or loss of hydraulic oil. cable replacement or filter replacement. )foist pumps and P.T.O.'s are subject to the warranty limitations
get by the Dump and P T Ot mfitufacturer only Travel time is hnuted to (2) two hours maximum per service call.
Via fcia.c it 1 . s r i*'`M Pd� . a e lrtgt121e �thrOtr h rde.1.#5015l.l ,:taf+Yl):e41/4 arlCe. ' '' '
a) . .1":4:4‘;"wa4rantyi i ;n9i applyaaAPY• .4i f , + 9 B-
accidente, frhptoper installation; -re deugnlfrg olassataitet or th£dugli.ny oilier cater byycHdtatesaurol cf ACCURATE :,
b) This wa ranty'shaf not apply if the egµipmenf has been 1oaded'above Si fac ow recommended,maximurn load capacity.
c) This warranty shall be expressly afmited to the repair o ,replacement of defective parte, as stated above allother damage -
and claims, statutory. or otherwise,' being hereby waived' by the purchaser'and, only those labor charges, specifically
authorized by ACCURATE: -ACCURATE limits its warranty to parts and accessories supplied by it and installedin
compliance with the prevailing industry standard.
SEVENTH THROUGH TWELFTH MONTH;
The warranty provided above for the first through sixth month applies for the seventh through twelfth month with the following
exception No labor charges will be honored under ACCURATES warranty or obligation in connection with the sale of its equipment.
fiDDITIONAL WARRANTY: Refer to Warranty Overview above for products with additional warranties.
REPLACEMENT PARTS WARRANTY' Replacement parts that ACCURATE has provided due to defects in the original
parts are warranted for ninety (90) days only from delivery only. No labor, freight, or any other charges are covered.
If the replacement part fails within ninety (90) days from the delivery date, it must be returned to ACCURATE, freight
prepaid, for inspection and an equivalent replacement part will be supplied. The following example illustrates the
application of the replacement parts warranty:
ACCURATE'S manufacturers and replacement parts warranties are expressly in lieu of all other warranties. ACCURATE provides
no other warranties except as stated therein. ACCURATE MAKES NO EXPRESS OR IMPLIED WARRANTY AS TO THE
MERCHANTABILITY OF THE EQUIPMENT OR ITS FITNESS FOR A PARTICULAR PURPOSE. If any sample or model was shown to or
provided by Buyer, such sample or model was used merely to illustrate the general type and quality of the Goods and such use is
not to be construed as warranty that the Goods will conform to the sample or model. Any descriptions or illustrations contained in
ACCURATES catalogues, price lists or other advertising matter are intended merely to present a general description of the Goods
and shall not form a part of this order. ACCURATE makes no warranty that Buyer holds or will hold the Good free of the claim of any
third person that may arise from alleged patent or trademark infringement. Since conditions of use over which ACCURATE has n�
control may have a significant effect on the Goods, ACCURATE disclaims any warranty that the Goods will conform to the standards
and requirement set forth in the "Occupational Safety and Health Act" of 1970, as amended or the riles and regulations thereunder.
No agent, employee or representative of ACCURATE has any authority to bind ACCURATE to any affirmation, representation or
warranty $tt°B t xaeR,lSnp or c prlio 4 t it 9 "d 1#?+ ke �' �ee. . _,. Lok
repreSerjtadbri'LY.,*7je j fd.Stio tautho spplfd �z, .fir e. �..� +- u
thereon 404ti ATE e , Or assumes not authorises any otheC:peisonto;as e fof it arty other liabW ho chop with rite a
P 52'
P LES\L
\SAA_PR0i\Mro-wen:INl - -