HomeMy WebLinkAbout164-01 RESOLUTION• •
RESOLUTION NO. 164-01
A RESOLUTION APPROVING THE PURCHASE OF TRASH
COMPACTORS AND ROLL -OFF CONTAINER/COMPACTORS
IN AN AMOUNT NOT TO EXCEED ONE HUNDRED
THOUSAND DOLLARS ($100,000.00) FROM BES -PAC INC , AND
THE PURCHASE OF OPEN -TOP ROLL -OFF CONTAINERS IN
AN AMOUNT NOT TO EXCEED TWENTY THOUSAND
DOLLARS ($20,000.00) FROM WASTE EQUIP-MAYFAB, INC.
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF
FAYETTEVILLE, ARKANSAS:
Section 1. That the City Council hereby approves the purchase of trash
compactors and roll -off container/compactors in an amount not to exceed One
Hundred Thousand Dollars ($100,000.00) from Bes-Pac Inc.
Section 2. That the City Council hereby approves the purchase of open -
top roll -off containers in an amount not to exceed Twenty Thousand Dollars
($20,000.00) from Waste Equip-Mayfab, Inc.
Section 3. That the City Council hereby authorizes the Mayor or his duly
authorized representative to sign any documents required to complete said
purchases.
PASSED and APPROVED this 4th day of December, 2001.
By: f��� A:��'«�-�-�
H ATHER WOODRUFF, Cly Clerk
APPROVED:
By:
•
NAME OF FILE:
CROSS REFERENCE:
Resolution No. 164-01
1
12/04/01
Resolution No. 164-01
10/25/01
Bid #01-57/Bid Information
12/04/01
Staff Review Form
12/06/01
Memo to Gary Dumas, Utilities Service Director, from Heather
Woodruff, City Clerk
NOTES:
3 0 0 0 0
1
p
O O o
w
•
mP
m
-I
w
�cc1
D w
4
m
$
Az==ir
m
$
1
J
O1
44W
C
R1
ig
it
urarawrt
COST
V
c-N�M
SJ
c
. _
A' �
t
e
nN
�n
•o
c^t��
t
r
d
f'
v
i �
A.
i
_
l•••-
o
�'
4 P
e
01
O.
0
o
V
Q O
a e
O
8%
pa
O
V
o
�..
e
0O
1.
o
`
v
0
c
O
O
•
gle
`.�`
V
e
4.
NI
C
o•
i>.t
O
��CG'
0
e
e
•0
O
3
O
v
e
031,‘"03\062
Q
c
ta
O
o
u�N�
e
o
oA;
o
• a `S
A`n`
e IN)c
0.
g
N
0
1 sews 1--- 1
u
e
o
e
1
2
2
000
1
1
1
a
1
✓ M
w
2 v
a
s
0 0 0 -4 0
• ° v v
P PPP
a
9
O
A
f
mSF�j(S
4py
D
mli
•
m
44y
4.
m
❑gy
>
m
4gy
.`:,i
p m
t�j{
r
m_
QQpA
c
m
gv
m
1
5
It v.:4\
UNITJUANT
COST
H
UTSTOUANT
COST
y
UNITIOUIWT
COST
UNITAUANT
CAST
i
1
\'���1.1-r
1
tear
VSO`
,,b,„
V
�
L4
0
o
0
po
C
00%
a
0
ik
0
O.
o
a
O
°
�s �
V`
a
0
o
•
•
o
a
IA
0
04i`
O
ett
tic
p
V
n%
o
�eies
•
•
0
e
o�3
%
a4o
u
e
Q
o
0
135
�Z
`a`3`(
Cs
l3
a
w
t1.,V
0
0
U
Nov
14
o
V)
C
IP
o
0
;
$
1
1
z
2
4
w
1
00
w
6 y
0
m
Proposal of
•
•
Date: /6 c-IS
&(io/�/ m4N req Cfcrain/6 (hereinafter called
"Bidder") a corporation, organized and existing under the laws of the State
of SO In) A , a partnership, or an individual doing
business as 6)/1e(p6,2)/ /Anlu�Acf"uelvdo 6. .Ldr
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 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
..NLL DESCRIPTION
1. Rectangular Open -top Roll -off Container, 20 yard
2. Rectangular Open -top Roll -off Container, 30 yard
3. Rectangular Open -top Rolloff Container, 40 yard
4. Rectangular Receiver Container, 40 yard
5. Rectangular Receiver Container, 42 yard
6. Tub Style Roll -off Container, 20 yard
7. Tub Style Roll -off Container, 30 yard
8. Tub Style Roll -off Container, 40 yard
9. Octagon Receiver Container, 34 cubic yards
10. Octagon Receiver Container, 40 cubic yards
11. Octagon Receiver Container, 42 cubic yards
12. Self Contained Compactor Units, 10 cubic yards
13. Self Contained Compactor Units, 15 cubic yards
14. Self Contained Compactor Units, 20 cubic yards
15. Self Contained Compactor Units, 24 cubic yards
16. Shorty Stationary Compactor, 2 cubic yards
17. Self Contained Compactor, 2 cubic yards
4
UNIT
PRICE
.Ja3 O
as.7
t{Ie7S
t11?7S
a3as
yoa,.00
Limo
:)13
•
•
Sent by: rayetteviiie, Arkansas;
DUI D/D e4/1; ueL-Io-uI 4.c,rm,
1 •
18. Crosspak Self-contained Compactor, 5 cubic yards
19. Crosspak Self-contained Compactor, 6 cubic yards
rays
The submitted bid will be honored by the Bidder for a period of one year from the date of the bid.
Bidder understands that the City may purchase up to 250 units in any combination of the above
listed items during this timeframe. Bidder understands that the minimum purchase will be in
truckload lots. 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. Biddcr understands that the City reserves the right to reject any or all bids and to waive
informalities in the bidding. The Bidder and the City, at the end of the first year may mutually
agree to extend the unit pricing for a second calendar year. The Bidder agrees that his bid will be
good and may not be withdrawn for a period of sixty (60) calendar days alter closing time for
receiving bids.
Respectfully submitted:
B
SEAL - (if bid by a Corporation)
to -as-0 t
pJei 4 aloe") ,. A13J Me,
Title
(Business Address and Zip Code)
PO -4e0?4-
r04.4- 141AnrscO) iacod A
5 -?1,77
GENERAL SPECIFICATION
Rectangular Roll -off Containers (20, 30, 40 cubic yards)
Section 10
10.01 Purpncr. The City intends to purchase roll -off containers to be used in association with our
expansion of services. These roll -off containers will be used for waste bulk and building
material disposal. The City also intends to purchase receiver boxes and compactors for the
expansion of our commercial services. These receiver boxes and compactor containers will
be used for waste disposal of large commercial businesses, servicing the needs of businesses
•
•
•
REQUEST FOR BID
SPECIFICATIONS
SOLID WASTE CONTAINERS
Prepared by
Solid Waste Division
City of Fayetteville, Arkansas
•
• •
ADVERTISEMENT FOR BIDS
City of Fayetteville, Arkansas
Separate sealed bids for Solid Waste Containers will be received by the City of Fayetteville,
Arkansas, at the Office of the Purchasing Officer until 11:30 a.m., October 25th, 2001, and then at
said office pubhcly opened.
The Information for Bidders, Form of Bid, Specifications, and other documents may be examined at
the following location:
City of Fayetteville
Purchasing Office
113 W. Mountam, Room 306
Fayetteville, Arkansas 72701
Copies may be obtained from the Purchasing Office located at the above address. The City reserves
the right to waive any informalities or to reject any or all bids. No bidder may withdraw his bid
within sixty (60) days after the actual date of the opening thereof.
The City of Fayetteville is an Equal Opportunity Employer.
10— t`8 -01 KLe—C2
Date Purchasing Manager
•
i
•
•
INFORMATION FOR BIDDERS
1.0 RFC.F.TPT AND OPF.NTNG OF BIDS: The CITY OF FAYETTEVILLE, ARKANSAS
(herein called the "City"), invites bids on the project described in the Scope of Services. Bids will
be received by the City at the Purchasing Office until 11:30 a.m (Central Time), October, 25th,
2001 and then at said office publicly opened. The envelopes containing the bid must be sealed,
addressed to Purchasing Officer, City of Fayetteville at 113 W. Mountain St., Fayetteville, AR
72701 with bid number clearly visible.
The City may consider informal any bid not prepared and submitted in accordance with the
provisions hereof and may waive any informalities or minor defects or reject any and all bids. Any
bid may be withdrawn prior to the time scheduled for the bid opening or authorized postponement
thereof. Any bid received after the time and date specified will not be considered. No bid may be
withdrawn within sixty (60) days after the actual date of the opening thereof.
2.0 PRFPARATTON nF BTT): Each bid must be submitted on the Bid for Unit Price form
attached hereto. All blank spaces for bid prices must be filled in, in ink or typewritten, fully
completed and executed when submitted. Each bid must be submitted in a separate sealed envelope
bearing on the outside the name of the Bidder, his address, and the name of the project for which
the bid is submitted. If forwarded by mail, the sealed envelope containing the bid must be enclosed
in another envelope addressed to the City.
3.0 SI TRC:ONTR ACT (S): The Bidder will supply the names and addresses of all
subcontractors to the City for approval. Also, the to be performed by each subcontractor must be
stated.
4.0 TFT.FOR APHTC MODIFICATION: Any Bidder may modify his bid by telegraphic
communication at any time prior to the scheduled closing time for receipt of bids, provided such
telegraphic communication is received by the City prior to the closing time, and provided further,
the City is satisfied that a written confirmation of the telegraphic modifications over the signature of
the Bidder was mailed prior to the closing time. The telegraphic communication should not reveal
the bid price but should provide the addition or subtraction or other modification so that the final
prices or terms will not be known by the City until the sealed bid is opened. If written confirmation
is not received within two days from the closing time, no consideration will be given to the
telegraphic modification.
5.0 QTTALFTCATIONS OF BIDDER: The City may make such investigations as it deems
necessary to determine the ability of the Bidder to perform the work, and the Bidder iillfsh to
the City all such information and data for this purpose as the City may request If req by
the
City, the three final Bidders will conduct a tour of their facilities wherein the City may further
investigate the Bidders. Said visit and tour will be conducted within five (5) days of the date of bid
2
opening and on a date to be selected by the City. The City reserves the right to reject any bid if the
evidence submitted by, or investigation of, such Bidder fails to satisfy the City that such Bidder is
properly qualified to carry out the obligations of the bid and to complete the work contemplated
therein.
6.0 ('ONDTTTONS ()F WORK' Each Bidder must inform himself fully of the conditions
relating to the performance of the project and the employment of labor thereon. Failure to do so
will not relieve a successful Bidder of his obligation to furnish all matenal and labor necessary to
carry out the provisions of this bid.
7.0 ADDF.NDA AND INTERPRETATION. No formal interpretation of the meanmg of the
specifications or other pre-bid documents will be made to any Bidder orally. Every request for such
interpretation should be in writing addressed to Glenda Reynolds, Office Manager, City of
Fayetteville, Arkansas, and to be given consideration must be received at least five days prior to the
date fixed for the opening of bids. Any and all such interpretations and any supplemental
instructions will be in the form of a written addenda to the specifications which, if issued, will be
mailed by certified mail with return receipt requested to all prospective Bidders (at the respective
addresses furnished for such purposes) not later than three days prior to the date fixed for the
opening of bids. Failure of any Bidder to receive any such addendum or interpretation will not
relieve such Bidder from any obligation under his bid as submitted. All Addenda so issued will
become part of the bid documents.
8.0 T, AWS AND RF.GTTT.ATTONS• The Bidder's attention is directed to the fact that all
applicable State Laws, municipal ordinances, and the rules and regulations of all authorities having
jurisdiction over the performance of the project will apply to the bid throughout, and they will be
deemed to be included in the bid the same as though herein written out in full.
9.0 METHOD OF _AWARD - LOWFST_QTTALTFTF.D RTDDF.R• The City will adhere to the
selection process as set forth in the Administrative Policies and Procedures Manual. Copies of the
applicable policies and procedures may be obtained from the Purchasing Officer.
10.0 OBLIGATION OF BIDDER: At the tune of the opening of bids, each Bidder will be
presumed to have read and to be thoroughly familiar with the specifications and bid documents
(including all addenda). The failure or omission of any Bidder to examine any form, instrument, or
document will in no way relieve any bidder from any obligation in respect of his bid.
BID FOR UNIT PRICE
Place. City of Fayetteville, Arkansas
3
•
• •
Date:
tofrogo 1
W AS Mak - }1/krAb (hereinafter called
Proposal of 00 Al]
"Bidder") a corporation, organized and existing under the laws of the State
of 0I l 0 a partnership, or an individual doing
business as SE -
To the City. ayettev,ll 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 in
accordance with the bid documents and at the prices stated below. These pnces 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 pnces.
ITEM
Nn_ D SCR>PTIOISI
1. Rectangular Open -top Roll -off Container, 20 yard
2. Rectangular Open -top Roll -off Container, 30 yard
3. Rectangular Open -top Roll -off Container, 40 yard
4. Rectangular Receiver Container, 40 yard
5. Rectangular Receiver Container, 42 yard
6. Tub Style Roll -off Contamer, 20 yard
7. Tub Style Roll -off Container, 30 yard
8. Tub Style Roll -off Container, 40 yard
9. Octagon Receiver Container, 34 cubic yards
10. Octagon Receiver Container, 40 cubic yards
11. Octagon Receiver Container, 42 cubic yards
12. Self Contained Compactor Umts, 10 cubic yards
13. Self Contained Compactor Units, 15 cubic yards
14. Self Contained Compactor Units, 20 cubic yards
15. Self Contained Compactor Umts, 24 cubic yards
16. Shorty Stationary Compactor, 2 cubic yards
17. Self Contained Compactor, 2 cubic yards d
3o w. H
35 IN "
4
UNIT
TAP
2339
�t 2b�`1
Po Bim
• nt Z7
• 2 2oo
• 24 So
Na 8`.
4 Iot52o
51o,62o
d /0112o
itOG5
• tolVI S
14 (6 990
•
18. Crosspak Self-contained Compactor, 5 cubic yards
19. Crosspak Self-contained Compactor, 6 cubic yards
•
tiA
Ob
The submitted bid will be honored by the Bidder for a period of one year from the date of' the bid.
Bidder understands that the City may purchase up to 250 units in any combination of the above
listed items during this timeframe. Bidder understands that the minimum purchase will be in
truckload lots. The above unit prices will include all labor, materials, equipment, overhead, profit,
insurance, freight, shipping, handling, etc., to cover the finished work called for dehvered 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 and the City, at the end of the first year may mutually
agree to extend the unit pricing for a second calendar year. 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
receivmg bids.
Respectfully submitted:ub�^
By. J
Title
Skits hit—,
(Business Address and Zip Code),
f,0. &row to ?.q
'l uu2 `rx . t &-f
SEAL - (if bid by a Corporation)
GENERAL SPECIFICATION
Rectangular Roll -off Containers (20, 30, 40 cubic yards)
Section 10
10.01 Purpnsr, The City intends to purchase roll -off containers to be used in association with our
expansion of services. These roll -off containers will be used for waste bulk and building
material disposal. The City also intends to purchase receiver boxes and compactors for the
expansion of our commercial services. These receiver boxes and compactor containers will
be used for waste disposal of large commercial businesses, servicing the needs of businesses
•
•
Seat xy: ;eye esvrlL, Arka"'es;
501 576 94711
n.d
that have exceeded ow services.
10.02 SubsTharoculdibil. 2 s 6 a 9116' aructuTal tubing rails sad 1 t" chick solid nose on pick.
tependofrails. 1 9s. f (clop- GM'S en 3G"
10.03 111ww-Csiwbulaitin. 10 gauge sheet awl floor with 3" channel aoss atembes with no more
than 21"spacioa. A 45 degree continuous slope 1st be matted across
the to induce 00
trapPer end comae of the container flooring. ,, Akio- I_" nU� e
10.04 Bir- - e
a 6�-.mdna tsl-res 1 1/4" thick plate name cut long pull hook, continuously
welded Into both aides of hook plate, Hoot, sad bath [Deward mu mernbasa Kook plate
shall be 2" steel plus Rally welded to sttb9$m0 eaiH 14,1,5-k„ p Q^�' -`O
10.05 "- s 5-161 ' 12 gauge prime steel fully welded imide and out with. 4
x3.11gaugesteel tubing buts Tato (1R1&Se , coCoAniko-
573XId GA
10.06 n""• r loot• 12 page awl sued with 4 x 3 x 3/16" tubing frame with an r channel door 'Dee L. c 0.0-04n kis
"""p,S
fmm. All 20 Yard containers mets have 2 hinges, 30 and 40 yud containers aro to have 3 i D veeN �� s Fay r
1" x 4' hinge bar with 15/16" diameter pins. and a2 point mica; safety lead' 90 °ro`�° MR44.
systens with laddng mechanism. Dom shall erose on nohelping maintain shalom'
integrity athinge corner poste Do01-Does on., 6 erLO se Ont FL -0 „vA�
r•Vr{5^POAM x
Oima� ax ill be g4" x 94 3116" x 268.5' a y,& (, 0"
inches. Base dimensions of 30 yard r60ofI container' will be 63" x 74 3176" a 26g3"z•�- X 17>-oAc
inches Baro dimanions of 20 yard rolloff contains will be 40" x 50 3/16" x 2611.x" i, /C 5-3-44"
inches.
10.08 Cadde.8cd17tos
Guide rollers shall measure 4 inches in diameter and 6 inches long.
10.09 Ba.0 Rear comer posts shall be made of 7 gauge steel miaowing 3 inches by
to 2 inches. Q. lea e - Perri 4c 4iiro°x 3' ce"
•
00- i.01 4;49PM; Page 9119
�0 x71 8 0AuxpfOlK-
10.07 1) dimensions of 40 yard roll -off containwa w a
TZ d
10.10 OtaaneUilluillba, All channel uprights shell be formed and made from 12 gauge Wel.
of axial shall be placed at
3ernemts are to be 3 inches bys AK. and t� Ort-3/4triad -' R-a.e 36" O P
300 huhhwit lmervals.
10.11 Tells Top cap tubing is to be eonsmmted of 11 gauge shad and Made 3 Sha by 4
Inches.
10.12 2 int g} I:cniS All contains shall be leaned of all weld splatter, loose rust, and outer
foreign mattes before painting. 11tc cleaned surface shall be primed inside aced outside with
6
b0Leb££509 W331 aIno315en Wd 9£=50 t0-07-130
Trani PFR -/.TR ucnuTW ptne0
dii=0i i0 at opt)
Sent 8y: Fayetteville, Arkansas;
/••d
• •
601 575 8471; Oct •19.01 4:401; Page 10110
a quality rut inhibiting prima[ and allmred to dry before the finish coal is applied 'S
finish con shall be 0378(Oheon) in color. The colon lilted an based on tie
ndustrial Color
Systems Selection Book The frith gall be of a quality enamel app
wit adequate
covaap so ea to protect the saran from the slntts and to enhance the apparent. of the
container. All bidden please verify ant color selections prior to bidding. If bidden are
'moble to use said specified color choices. pirate sad sola swatches with bid.
10.13 Aorms laddet An access ladder is to bcplaced on alt 30 and 40 yard roll -of continuo
10.14 Made: Wheels aro to be placed et both the fiont and the raw of the roll-on monists.Pitt8„
Wheels are to measure 6 inches in distend''' and 10 itches lois. u 4e6t_5
10.13 TamileiL A tarp nil shahs plata* on container constructed of 314 inch round rim stock.
(noir ff4s (17) -r»t e r•4 S CIE) 7c,'
GENERAL. SPECIFICATION
Rtesaepukr deceive Comae (10 & 12 cubic yards)
Section it
11.01 Lona The City ink to punts rectangular receiver cantainen to be used in
association with ow expansion of oommerolsl swim. The City elm inside to purchase
compactor* for the expansion of our commacW services. Them receiver boxes and
compactor containers will be used for waste di.DOu$1 of lzgs walmactal businesses.
servicing the needs of businesses that have eaceedcd ow services.
11.02 _Dimensions. The 40 yard dimension dal! S amshuded as iolbwt Heigh 98 3/8 Itches,
width 92 3/16 inches, length 265 1/8 inches, end Found height 12 inches. The
dimensions shall be constructed ser follows: Height 103 3/4 mates. width 9216 inches.
inches.
length 265 11 inches, and wound height 12 inches ung on the STD shill be 04 Inches
wide sal 48 inches high. Tin. pr,,b,,,)c-bs"to' oc X47"
11.03 Elam. the How is to be coostucted of 7 gauge hot rolled dal material. The OOPS Joist c7 t7 µpita: st
shall have 3 inch structural channel cr mem 4bets pounder! F Non 24 inP hay - 3 Sr2�
omen R O bel 18 CSN
11.04 Side - Vieth. The side walls are W be led of 12 gauge hot rolled steel mated*
,orya ALA -5 7t/Lc IlGA-
f+►2S
11.05 R LDEataiIL The roof to to be constructed of 12 gauge hot rolled teal material with 3
eat:3F Is II&k WR..S•
zz•d
p/n./o 1- n9127
Io11j(,9640ecal
X1.13 ' 0µ ,.k, 7a
Ftg-RNo
pas en/ ynK 132
1
1701802£S09 W331 41r1031SHM Wd 92:1:0 10-81-130
TEOTEE9-L18 uoyutW pTneO
dtT:OT TO 81 400
•
Bent Sy; eeyett.vilter Arkaflaee; 601 576 et71;
•
•
oct•19.01, 4:47PM; Peg. 11 119
ince by 5 inch formed channel supports. Spacing of the channel 2"supp�sslould be no �` tl Qom
mon don 24 inches tO1bPertnoin) Suppeu�s fpox t 4,1=e Cans ate+ r
11.06 3Gmita1Slde.1111a. The ride rens stall be concreted of 3 inchn by S 2 inches fanned
clam ela Channels aball be placid no More dun 29 aches apart 17 G,1 3" Xr:" C At trJ�
SlofkunrG SSMF AS A..ave
11.07 frails.Andnalliala Long .111. should. measure 2 inches by 6 indite by 3116 inch. Some
Sid stool bulimic measuring 1 3/8 incites daft be placed on the front of the Tong sills to
prevent impactdame.
11.08 s! k A.rnnhly 1 and 1/4 itch thick by 12 5116 kith long pull book, condnuously waldod
to a 2 inch pull plate container Rode, and the that front cross members. oThis feature Dads
to he compatible with most nudatMandRn14OfTheidaydems. .314-0 `Jw PurTC
11.09 13e1L.J101• 12 grop steel with fitted and metwil ehenncl reinforcement Door
opaiuyp meed to fit most myon bland Stitionary Coapactort
11.10 nsmtllpa i0g. Thr container shall be ecotype'with a dandnd door manuring 48 inches
high end 64 inches wide. The door openings Oil be compatible major brand StatioMrf
Compactor. 4 -1 " 1-11401-0c es" IWO, of
1111 Binge. The hinge shell be condtuctcd of a 3 -piece luny duty me hinge with posse
fittings
Four rollers, two placid a1 the Bort, and two placed on gee tear,
11.12 Yn16 inches he! s with grease ffttimlp F
meas eir,C, k,on �/06 ifr K-tN �illr'Ari'� 8"Ca !i3 wo.✓r
i The claw loot shall be cattN� of a 2 inch plait %Kis mintbmod.
11.17CompatbltwdhmostmajorbrandRoll-0ffHoistottani. VZ"Pj.rr K'`TriiCr E8e
11.14 bas_ F1ol b AO containers shall be cleaned of w�splatter.inside
emu oe utside endo ther
omign matter before painting. The clanod surba. mat
a quality nut inhibiting prima and allowed to dry belbre the M4ooat is ap the. The
finish coat shall be 1i31 S(Buryundy) in color for treat cast Ines t Color Systems
Thr colors listed ere based on the Industrial all audboad cantelntxs eo
lheleeQ Book. The Oar >� be of q quality wind applied widb adequate oonterrr.
as to potent the surface from the elements and to enhance the appearance If bidders ere tables to
All blddas playa verify enact ccons la to Mdd ina
use mid specified cola *dal, please
£Lad 100LBf22C09
•n
s
W331 dtr1031StlM wa 9£=See tee -01-130
uolutw ptneQ
diT:OT TO BT 300
Sant By: :aydtsv111e, Arxanaasi 501 575 84711
Oct •16.01 4;47PM1 Page 12(19
GENERAL SPECIFICATION
71h-Sryk Roll-offCouainna (20.30.40 cubic yards)
Section 12
12.01 Emotes The City intends to ouchese tub style mlloffcontainers to be used in association
with our explosion of residential and eanmacial stokes. These roil -off contains* will be
used for Clan N waste bulk end building material disposal.
12.02 Dimauiens. Base dimension of 40 yard tub.styte toll -off contain= will be 97 3/16" x 90
9/1' x 270.3" latches Baa dimension of 30 yard tub -style
rolloff terminal will bo 73
Sit 6"x90 3/4" x 2703" inches. Hasa dhnasloos of 20 yard tub -Idyl' toilet(enmities
will be 563/16" x 90 3/4" x 270.5" hubs
12.07 ROL 4 x 4 x U4" structural tubing top rail.
12.00 HooLnaatmLBllao' The floor shall boeonsauated of 3/16 inch shed erred.
12.05 CantainaLIAhboactranifol90. 10 gauge primal steel tally welded imide sod out. The
door Vail have a venial door latch toechenism equipped with a safety chain. The door
shalt close on the door of all the containers.
12.06 MOIL Wheels ate to be placed d lbc nor alike rolloff containers Wheels we to
a sad up 10 inches keg. Toping will be en °ter°'aa6tn°heaiin A--xhdlt LLONI aK 3 �a"XciL�u Na hr Fnoa,
17 wndahcavydutypullbook.
12.07 Hoolf- me containers shall be °q"ippad
vaia Eint.ts. All containers dell be gleaned of all weld eplsttcr, loose rw4 and other
1208 gn The trans] sunc�e shah be primed inside and outside with
meths babes fihtg end allowed w dry bereft the lied. The
foreign W1O 8� cod is applied. finis
s quality co t shall inhibiting eg pans in color. The tutors fitted sac based on the Industrial
Cob( cosh msbe N7on Basso) The finish shell be of a quality enamel applied with
adequate
Systems Selection e Boot add to anhaoce 0w
adcquats raverage so d to protect the imam !om the elongate r selections prior w
of the container. Alt bidders pose. verify exact lease send claim
o
bidding. If bidden ass unable to un said specidsd color choices, P
swstdtsa with bid.
12.09 DBi3in Containers need to be hatable for delivery.
WH X hot" wa+
4 fl0 4Byeconi gib" V"c
3 U(dO eves 0R"xw4411/4/ 0" 'US"'
fy,on" x4I W. hOtX.
1u Qo sol.040 b' COO.
¢X2x34e"
511A6'° To Ra
t3 d
001e0££Z09 W331 dif10315um Wd L£:90 se-eI-sao
dajt01 10 61 3°0
uozutW Petted
•
Sent Bp Fayetteville, Arno; 601 575 0471;
•
Ott ACM 4;48P01 Page n3119
GENERAL SPECIFICATION
Odapot Receiver Cadabler (34, 40. & 42 cubic yard)
•
Section 13
13.01 Purpose. The Qty intends W swans rectangular waiver combiners to be used in
association with our mansion of cammasid savba. The City also intrude to purchase
compactors for the mansion of ow :tomoaxial savka. Those receiver bow and
compactor containers wfl be used for wait dlsPosal of large commercial businesses.
servicing the nods ofbusinalses cat have exceeded our services. , 4.0 t4.901( fl 0 i
13.02 Dimwits The 34 yard dimension SWI be constructed as follows: 12ei#I 104 !b nes r tot"
"rare Q
0 us
inches, width 94 3/16 inches, length 20 feet and 4 manes, and ground heightw N
40 yard dimensions shall W conscv d es follows: Aeivr 104 318 inches, width 94 3/16 Le„�'rr it bu 8Isvca
,
inches, length 22 Met and 9 etd118 Shea, and ground hdgld 12 inches. The 42 yard 6aao,ao ► .,c
disneninar sbal be constructed as follows Neigh, 104 318 inches. width do are STD 3/16 pone- r, 01
inches,
inches. tengdh 24 feat and 4 Inches, and ground height 12 inches Opening
dull 4-ri
be 64 inches wide and 48 inches high.
13.03 Deco: The floor is to be constructed of 7 gauge hot rolled deal material. Tltc Boor joist
shall have 3 inch structural charnel as members d 3.3 pounds per foot
13.04 Sidcitalls. Side walls are to be comtwcted of 7 gauge hot rolled steel material fully
wailed to surrounding container put..
•
13.05 Boot The roof is to be constructed of 10 pigs hot tolled deed material and fully welded to
all adjacent aides of the container. Qmap IS 66o * *LS,
13.06 liailailattile Long sills whauld measure 2 inches by 6 inches by 3116 inch wall tubing.
Some solid steel bulimia measuring 1 31$ inches shell be plated on the front of the long
ally to proven; impact damage.•
•
1 end 114 inch thick by 12 3116 inch long pull hook, continuously welded
to a otos pull
pi* cadain& floor,
13.07 Hoolteasan and the duet tont cross members. This [came Medi
7 RonAebotst systema. .3'qi'
to be eompaible with most akar basad
13.08 Wall. The cab sail shall haw a 3" ttntetoral angle. N frzeox. pia rel"
Pup 6Za•t. b 3//4." roue e.o• t- J
CZ'd
10
b0L8b££f'.09 W331 dif103L9UM Wal L£_G0 t0-0t-s3o
-.....nate . Tel
uoouiW 'ninon
dZI:01 10 81 •00
•
Arkansas; 501 575 9471;
Sent 0y: FaysttarllU,
•
Oct -19.O% st40PM; Pigs 14110
13.09 Ren ma 10 gauge steel with 3 inch by 5 sod 9 Loehr formedcharnels4 inches. 5.4
3 XS' r tryA-CEO gxi s gr-fr niNc
doe O(K1na9. 11.fo a$Rr� % BoTTB^` Des. po2.L -
13.10 naat.Gpinlo6. Tbs container shall be equipped with • standard door measuring 48 inches
Nth Ind 64 Indies wide. The door opaidnp thdl be compatible major brand Stationary
comp $. All containers Oran eagle equipped with a retaining chain and a 3 point
vatedlsteh. -Peon- ("Furtive Is 47" )C65
13.1 t Hinge. Heavy duty 3 piece rear lenges with grew EMS
13.12 0 tn1 kE1Dis6. MI container shall be cleaned of ell weld splatter. loose tuft, and otha
trap matter herbs painting. The olamod straps shall be primed imide and outaidt with
a quality nut inhibiting primer end allowed to before the finish *1 h .pphcd Por
DS% coat shall be 0315(BucgundY) In edlm for trash eoSand dor
Inencon) for
Vl eardboad containers. The colors listed an based an the Indwell] Cobs
Seleation Hook. The finish shall be of a.quslty enamel applied wit eticoastc coverage so
ea to proton the suriee Brom the elements and to aOls%ee the appearance of the container.
All bidden pleat verify exact color selections prior to bidding. If bidden aro unable to use
said specified color dukes, plane send color stretches with bid.
Two roller& four rollan with two placed on the from and two
13.13 placeOrmd en the lla
ed with grove
placed on the res�1 ahaasutia)i 6 rhea is diwuta and 10 ancien long suPph
fittintla l9` DSA lg 1
gaait
13.14 1 a M ftA rate • .Ni-oRita
•
GENERAL SPECIFICATION
Set Comained Compactor [lobs (10. IS, 20. d 24 walk yards)
Section 14
14.01 Expos The City Soda to purehre SdLealedd d eseuPsetuscosines to be used to
raocbolon with our eapandan of eeeumaielai sayirea The selfoontained compactor
contam
will be rid Ser wane disposal of large eommaotal basinsses where
inimal
tet 1. ale l. These containers are made especially for liquid mention
ais allowed r wale mattes ��here is Nab wean volume produced in hotels, hospitals.
restausnta. and shoppnh8>
14.02 wires. Maaratementa3r the 10 yard is r t0 o andl lengthverall 156heigin67isload
heft 42 inches, Marge box 30 Indus, swam length
27
9Z'd
_J
11
00181,22909 W331 dI1103191:1M
TrnTOVO-/TO
uolutW ptnef
Wer a£:se [e -8T-130
dei:01 10 BT 200
• •
overall width 84 orches. Measurements for the 15 yard is as follows: overall length 184
inches, load height 42 inches, charge box 30 inches, container length 115 inchesfoverall
height 90 inches, overall width 84 inches. Measurements for the 20 yard
is asoverall length 228 inches, load height 42 inches, charge box 30 inches, container length 159
inches, overall height 90 inches, overall width 84 inches. Measurements for the 24 yard is
as follows: overall length 252 inches, load height 42 inches, charge box 30 inches, container
length 180 inches, overall height 90 inches, overall width 84 inches.
14.03 Specifications. Container shall have an MFG Rating of 1 yd3, a WASTETEC rating
110
yd3, a Clear Top Opening of (L x W) 30 inches by 455 inches, Ram Face (H x W)
s
by 48 inches, Ground height of 42 inches, a Capacity per Hour of 101 yd3.
14.04 arfontance. Cycle time is to be 25 seconds, Normal and Maximum force is to be set at
37,700 pounds, Normal and Maximum Ram Face pressure is to be 35.7 PSI, and Ram
Penetration of 6 inches.
14.05 _Electrical. The motor shall be 10 HP and Control Voltage is to be set at 120 VAC. UL
Label all circuits fused, key lock, start, stop, and reverse. Compactor is to be equipped with
a Tn-voltage transformer, Container Full Light indicator, Multi -Cycle Timer, and
pushbutton controls mounted in the panel box face.
14.06 Hydraulic. A pump of 11.5 GPM, Stroke 25 inches, io be Cylinder (tBore/Rod)
4 inch/ 2.5
inch, 12 inch sump, and a Normal and Maximum p
14.07 Structural. Control Quality Prime Hot Rolled Prime steel construction with Ram face3/8
inch, Ram top 1/4 inch, Ram bottom 3/8 inch, Charging chamber floor 3/8 inch, Charger
box sidesl/4 inch, Breaker Bar 8 x 6 x 3/4 inches, an
a weled Shelf 7121 pounds. All
container steel is to be constructed of Control Quality Hot
el.
14.08 Standardicanums. Double end pick-up and a Full Door seal.
14.09 Paint * F,msh_ 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 trash containers and #411(Light Brown) for
all cardboard containers. The colors listed on
applied nIndustrial adequaolor te coveragestso
Selection Book. The finish shall be of a quality
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 biddmg. If bidders are unable to use
said specified color choices, please send color swatches with bid.
12