Loading...
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: gin Io $0 I St • 41 $: 88.8 8 G 8c i q'6 8 �{ L 0 0 0 0 gn OG gore o� cc sec or r O 1 �1g88 O U; bi moo 0100• O ri c C c »» ^ »^ U. Q. a QQag $ Aga 3s0, '�;xxa -- z n ; r ^ �\ r r o pp �qQ p pp O ^Ig o9 Oo N x ,Vn » N O » �r » U � M WW r r r o a $885 8 8 can 01a idx^� 128° elc S'g N�^ Mx' W^ I N W N W a 2yy a V v, 2,G p pp p p p pp ' \ $g 8. O O S Q o [c2 o MGM m rD - r - W N a m Q a C CgLL a 0 W • r te IL �� 6 O W m o Fo F �¢ 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 GENERAL SPECIFICATION Self Contained Compactor (30 & 35 cubic yards) Section 15 15.01 Purpose. The City intends to purchase self-contained compactor containers to be used in association with our expansion of commercial services. The self-contained compactor containers will be used for waste disposal of large commercial businesses. These containers are made especially for liquid retention where there is high waste volume produced in hotels, hospitals, restaurants, and shopping malls. 15.02 Specifications. Container shall have an MFG Rating of 2 yd3, a WASTETEC rating of 1.61 yd3, a Clear Top Opening of (L x W) 42 inches by 57.5 inches, Ground height of 52 inches, a Capacity per Hour of 175 yd3. 15.03 P rfnrmance. Cycle time is to be 33 seconds, Normal and Maximum force is to be set at 38,000 pounds, Normal and Maximum Ram Face pressure is to be 21.1 PSI, and Ram Penetration of 11 inches. 15.04 Electrical. The motor shall be 10 HP, Pressure Gauge, 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 Tri-voltage transformer, Remote power unit, Container Full Light indicator, Multi -Cycle Timer, and controls in panel box face. 15.05 Hydrau li .. A pump of 11.5 GPM, 12 inch sump, and a Normal and Maximum force is to be set at 1,800 PSI. 15.06 Stnictriral. Control Quality Prime Hot Rolled Prime steel construction with Ram face 5/8 inch, Ram top 1/4 inch, Ram sides 3/8 inch, Ram bottom 3/8 inch, Charging chamber floor 3/8 inch, 1/4 inch packer sides, and a Breaker Bar 8 x 6 x 3/4 inches. 15.07 Bustle. The bustle door utilizes 4 heavy-duty sliding hinges in conjunction with a hinge - side ratchet. This allows the door to be securely closed to prevent leakage. 15.08 Port Hole. A 1 2 inch port to allow easy wash down under packing head. 15.09 Standard Peplums. Double end pick-up, Full Door seal, Compactor Clean -Out, 13 replaceable UHMW Ram Guides, and Center Skid. 15.10 Paint & 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 trash containers and #441(Light Brown) for all cardboard 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. GENERAL SPECIFICATION Self Contained Compactor (30 & 35 cubic yards) Section 16 16.01 Hupnse. The City intends to purchase Shorty compactors to be used in association with our expansion of commercial services. The Shorty compactors will be used for compaction of waste in containers of large commercial businesses. These containers are made especially for minimal area locations with a high waste volume produced. 16.02 Speriflcnti. Container shall have an MFG Rating of 2 yd3, a WASTETEC rating of 1.61 yd3, a Clear Top Opening of (L x W) 42 inches by 57.5 inches, Ram face of (H x W) 28 inches by 60 inches, Ground height of 15.5 inches, a Capacity per Hour of 171 yd.. Overall length shall measure 74 and 1/4 inches. 16.03 Performance• Cycle time is to be 42 seconds, Normal force of 42,700 pounds, Maximum force of 50,800 pounds, Normal Ram Face pressure of 24.3 PSI, Maximum Ram Face pressure of 28.8 PSI, and Ram Penetration of 11 inches. 16.04 Elrstucal. The motor shall be 10 HP, Control Voltage is to be set at 120 VAC. UL Label, all circuits fused, key lock, start, stop, and reverse. 16.05 Hydraulic. A pump of 10 GPM, Normal pressure of 1,850 PSI, Maximum force of 2,300 PSI, 2- Cylinder (Bore/Rod) 4 inch / 2.5 inch, and a Stroke of 56 inches. 16.06 Sinictu zl. Control Quality Prime Hot Rolled Prime steel construction with Ram face 2 inch, Ram top 1/4 inch, A Ram bottom 3/8 inch, Charging chamber floor 2 inch, Charger box sidesl/4 inch, total weight of 3303 pounds, and Breaker Bar 8 x 6 x 3/4 inches. Charger box opening shall measure 41 inches by 57.5 inches. The container shall have 1/4 14 inch compactor side wall, heavy structural reinforcement to the charge chamber and the Ram Guidance System (ram guide angle attached to side wall, ram guide block mounted inside of a guide block channel that slides over the ram guide angle), all serve to assure reduced wear and longevity in this unit. 16.07 Paint & 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 trash containers and #441(Light Brown) for all cardboard 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. GENERAL SPECIFICATION Crosspak Self -Contained Compactor (5 & 6 cubic yards) Section 17 17.01 Purpose. The City intends to purchase Crosspak self-contained compactor containeib to be used in association with our expansion of commercial services. The Crosspak self- contained compactor container; will be used for waste disposal of small commercial businesses, restaurants, and food chains cannot utilize a full size compaction system because of volume or space limitations. These containers are made especially for keeping work areas clean, sanitary, and at low-cost instillation, no more vermin and putrescible matters, and consisting of a leakproof operation. 17.02 Dimensions. The 5 yard rear loader dimensions shall be constructed as follows: Overall width of 130 inches (container 79 inches and the compactor 51 inches), overall length of 150 inches, container height is 51 inches, compactor height of 40 inches, and compactor length of 46 inches. The 6 yard front loader dimensions shall be constructed as follows: Overall width of 131 inches (container 80 inches and the compactor 51 inches), overall length of 103 inches, container height is 67 inches, compactor height of 40 inches, and compactor length of 46 inches, and compactor base stand height of 12 inches. 17.03 Construction. Compactor size should be constructed with prime steel with the following measurements: Compactor size of 3/16 inches, Compactor floor of 1/4 inches, Ram face of 1/4 inches, Ram bottom of 1/4 inches, and Ram top of 3/16 inches. 15 17.04 Hydraulic. A pump of 3 GPM, 2 - Cylinder (3" Bore and I 2"Rod) 3 inch by 20 inch, Normal pressure of 1800 PSI, Maximum pressure of 2000 PSI, and 10 gallon Oil Reservoir. 17.05 Charge Box. Clear top opening measuring 24 inches by 48 inches and Ram face measuring 18 2 inches high by 48 inches wide. 17.06 Perfnmmance• Cycle time is to be 42 seconds, Normal ram force of 23,300 pounds, Maximum ram force of 30,000 pounds, Normal working pressure of 2000 PSI, and Maximum working pressure of 2200 PSI. 17.07 Elerhical. 3 H.P. 208/230/440/460V and 3 Ph. 4 wire, 60 cycle, 100V controls. All circuits must be fused and control panel shall have push button controls. 17.08 Features. Container construction allows loading from all three sides of charging chamber, and an optional ozone neutralizer, which eliminates unpleasant odors. The cross cylinder design allows the superior compaction force to reduce large volumes of waste. 17.09 Paint & 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 trash containers and #441(Light Brown) for all cardboard 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. 16 Ut'\;:; S WASTEQUIP ' • accURATE MANU, 'ACTURER'S'WARRAN'T'Y o7/olioi hiP r ACCURATE d service, to t INC. purchaser ure warrants nly, �jectp tont of its theconditions outlined below. ACCURATE'S obligatmanufacture to be free from defocts in ion materials the warranty aid ii limited normal use and service, the original Y product of its manufacture to repair or replacement, with a similar genuine and transportationt, of any part harges prepaid. and not more hthan 12 monthsto af afterCURATE within ten days the equipment has been after the discovery of the defect, p Pe Yidentifiedshall be covered by this warranty. No warranty credit vnll be sued for labor delivered to the original user. Nofreight,u 6 travel cost, meals or lodging or pacts until such parts are returned wing proper authorization tags and numbers to ACCURATE for our inspection 3 -YEARS STRUCTURAL 3- YEARS STRUCTURAL/3- YEARS 12 - MONTHS COMPONENTS CYLINDER (PF 475 O;;LY) 2 - YE1ten COMPONENTS / 1 -YEAR LABOR 6 • MONTHS LABOR 1 - YEAR COMPONENTS/6 - :.IOS LABOR Extended Parts / Labor Warranty - 6% Per Additional Year Stationary Compactors: Mode.; 245 HD & �'='bnary omoactors: Models 24SC, 345C. ,,,: XHD, 345 HD & XHD, 445 HD b XHD 345XHD-D, 445C, 445XHD-7, 445XHD-720, c_tt_rt...,,mn d Comoac;ors: 1.1 �deIs 2551W,Executive Series 445XHD-D, 545HD through 1250XHD+.---- Self r-_..,,,ned Compactors: Models 20$, 25C Model 285X"" ALL OTHERPRODUCTS C Ft. Rt.. 1 tine "' Cylinders 1 -Year Pans & Labor 14 fir` tFHt uar.A2 by i6 N hr4b f(h {f#hb1e1L, 12 MONTH WARRANTY SCXED UI.E FIRST THROUGH SIXTH MONTH: ACCURATE will furnish without charge, F.O.B. its plant, a similar genuine part to replace any part of produc•, of its manufacturer which proves to be defective in normal use and service during the period. Labor charges to install such parts will oe allowed in accordance with scheduled allowable labor rates or flat rate, authorized warrantY does not aDolv to normal operatirta adjustments such as. adiustina pressure settin3. limit switches by ACCURATE prior to performance nce omen f d labor. This and P T O ' are bi t to the timer, itelays, fuses or loss limitations f h o'1 able replacement or filter replacement. Hoist per service call. Travel tune is limited to (2) two hours maximum p set by the 1 to=Art tifliu�,'r°d�§ta eidbtrtse .hrbuJt�r9g1¢dt(lackof•m>ti3tenatiber„nusiuo; a) Thumet.Impro :rst acddents Improper installation, re deeignflig?f+ssatitbifez or'tlitougli any other caua6 bpyotfd;the cc wtrol ..f ACCURATE• b) This warrantyshall not:applyif the equipment has been ►oadedabovethe factory reeomritended mar mum 10ad'capadty. c) This warranty shall be expressly limited to the repair or replacement.oi defective parts, as stated above, all other damage and claims, statutory.Or otherwise, being hereby waived by the purchaser and only those labor charees.specifieally authorized by ACCURATE: ACCURATE limits its warranty to parts and accessories supplied by it and installed in compliance with the prevailing industry standard. SEVENTH THROUGH TWELrl'H MONTH: The warranty pr ovided above for the first through sixth month applies for the seventh through twelfth month with the following e exception No labor charges will be honored under ACCIIRATE'S warranty or obligation in connection with the sale of its equipment. 2mnQNAL WARRANTY Refer to Warranty Overview above for products with additional warranties. REPhRcEMEwr PARTS VN1LttRAP : 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 ACLU RATE, 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 m lieu of all other IMPLIED warranties.ACCURATE AS pTowTHE des no other warranties except as stated therein. ACCURATE MAKES NO MERCHANTABILITY OF THE EQUIPMENT OR ITS ni$ESS FORA 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 Coods 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 are intended merely to present a general description of the Goods erand shall not foarm a part of tthisce order.lists ACCURATE makes noother advertisingt 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 no control may have a and requirement set forth in the' occupational Safety ancaitt effect on the Goods, ACCURATE alth Act" off 1970. as amended ortheorules aods ndregulationsregula ns thereundo the er. No agent, em loyee or representative of ACCURATE has any authority to bind ACCURATE to any affirmation, Jrepresentationar 9 ;!P ._.uur_Jil+'aYnunt.lR dtrlCerEOfV.Wf.YY�YY.�Fir.�Q�Lir:I.P`�fl!r�rA l ITT �t•'ll"y'•1CL�" rii'� ,e.I�V� of its' equipment. Pt\SALEf\LIL_PR01\MFO-WAR.I NJ Page.62 Oct 23 01 10:55a Dav•Minton 817-31031 p.2 Tuesday. October 23.2001 Ms. Peggy Vice City of Fayettville Purchasing Office - Rm. 306 113 W. Mountain Fayettville, AR 72701 Dear: Ms. Vice Wastequip would like to take this opportunity to express our gratitude for this opportunity to quote solid waste equipment for the City of Fayettvllle Request for Bid #01-56. Items to be considered by the City are tear load, front load, and roil off (rectangular and tub style) containers, as well as self-contained and Stationary compactors. Pursuant to our response we would like to make the following addendum to RFB f01-08: Item 1. Compactors quoted will meet or exceed City specifications with certain reservations regarding physical dimension variances. As an example: Ten, Fifteen and Twenty cubic yard self -contain hopper openings per specification are 300 length vs. actual size quoted 40° length. Detail specification sheets are provided as part of the addendum for comparison purposes. Item 2. All compacting equipment quoted to be U. L listed system. Item 3. Front load containers quoted to be shipped with ON Frame attached (welded not bolted) with lids attached by Wastequip employee's upon delivery of units to meet City of Fayettville operation personnel concerns. Item 4. Compactor training, technical and field, to be provided at no additional cost to City of Fayettville. (City to provide transportation and hotel accommodations for City employees) Item 6. Submit for consideration the Accurate Accu-Pak (rotateable head for side, rear and front load application) Front End Load compactor at a cost of $8,138.00. Wastequip further offers to provide technical and product assistance should the City require additional information to assist them in making a decision for award. Please contact Kim Hennig (800.242-0122) or David Minton (903-520.0473) should assistance be required. Eq - - S REQUEST FOR BID SPECIFICATIONS SOLID WASTE CONTAINERS Prepared by Solid Waste Division City of Fayetteville, Arkansas A 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 publicly 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. Mountain, 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. Date Aachasmg Manager S INFORMATION FOR BIDDERS 1.0 RECEIPT AND OPFN1NG OF RIDS: The CITY OF FAYETTEVII-LE, 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 thetuneand ataspeciate ofodd will g ��fidered. No bid may be withdrawn within sixty (60) days 2.0 PREPARATION OF RID: 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 mCONTR AT (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 ThIJRCTRAPWC MODWF1rATION: 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 QI T A I FTC e TJONS OF RIDT)E.R : The City may make such investigations as it deems necessary to determine the ability of the Bidder to perform the work, and the Bidder will furnish to the City all such information and data for this purpose as the City may request. If requested by the City, the three final Bidders will conduct a tour of their facilities wherein the City may father investigate the Bidders. Said visit and tour will be conducted within five (5) days of the date of bid 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 CONDITIONS OF 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 material and labor necessary to carry out the provisions of this bid. 7.0 AT)T)FNDA AND INTFRPRFTATTON: No formal interpretation of the meaning 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 TAWS AND REGTTT.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 M TNOD OF AWARD - T OWFST p1TAT ,TFTF.D RTT)T)FR: 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 ORT TC',ATTON OF RTDDF.R: At the time 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 3 Date: /0110/ Proposal of u t s� PA 1,'4 /4J iP1G bgN 1 PYNE^) f(hereinafter called "Bidder""Bidder"i a corporation, organized and existing under the laws of the State of ? /.i4 a partnership, or an individual doing business as ES PAC $1 i S h 1 JA S 1e E Jt To the Citynf Fyetteville. 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 M nFgrRTPTION 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 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 3Pti J V255 i1, 572.50 � 18. Crosspak Self-contained Compactor, 5 cubic yards co 19. Crosspak Self-contained Compactor, 6 cubic yards 712. E_. 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. 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 receiving bids. Title 11 C�l iii) Lii 'v;. (Business Address and Zip Code). SEAL - (if bid by a Corporation) GENERAL SPECIFICATION Rectangular Roll -off Containers (20, 30, 40 cubic yards) Section 10 10.01 P"mnsee. 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 5 • CI that have exceeded our services. 10.02 c ..Frame. and Rail. 2 x 6 x 3/16" structural tubing rails and 1 2" thick solid nose on pick- up end of rails. 10.03 Floor Conctmction. 10 gauge sheet steel floor with 3" channel cross members with no more than 21"spacing. A 45 degree continuous slope is to be created across the front to reduce trappage and corrosion of the container flooring. 10.04 1 -look and MnnnLg Plates. 1 1/4" thick plate flame cut long pull hook, continuously welded into both sides of hook plate, floor, and both forward cross members. Hook plate shall be 2" steel plate fully welded to sub -frame rails. 10.05 C (sides, mnfc and ends). 12 gauge prime steel fully welded inside and out with 4 x 3-11 gauge steel tubing frame. 10.06 Rear floor. 12 gauge steel sheet with 4 x 3 x 3/16" tubing frame with an 8" channel door frame. All 20 yard containers are to have 2 hinges, 30 and 40 yard containers are to have 3 hinges, I" x 4" hinge bar with 15/16" diameter pins, and a 2 point vertical safety latch system with locking mechanism. Door shall close on floor, helping maintain structural integrity at hinge comer posts. 10.07 Dimensions. Base dimensions of 40 yard roll -off containers will be 84" x 94 3/16" x 268.5" inches. Base dimensions of 30 yard roll -off containers will be 63" x 74 3/16" x 268.5" inches. Base dimensions of 20 yard roll -off containers will be 40" x 50 3/16" x 268.5" inches. 10.08 CC » dyers: Guide rollers shall measure 4 inches in diameter and 6 inches long. 10.09 R eaTR ComerP_ Rear comer posts shall be made of 7 gauge steel measuring 3 inches by 10 2 inches. 10.10 Chann 1 Tlnrighta• All channel uprights shall be formed and made from 12 gauge steel. Measurements are to be 3 inches by 5 inches and spacing of said uprights shall be placed at 30 inch intervals. 10.11 Tubing_ Top cap tubing is to be constructed of 11 gauge steel and measure 3 inches by 4 inches. 10.12 Paint Ri 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 #378(Green) in color. 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. 10.13 Arrecs T adders An access ladder is to be placed on all 30 and 40 yard roll -off containers 10.14 Wheels • Wheels are to be placed at both the front and the rear of the roll -off containers. Wheels are to measure 6 inches in diameter and 10 inches long. 10.15 TarpRail. A tarp rail shall be placed on container constructed of 3/4 inch round rim stock. GENERAL SPECIFICATION Rectangular Receiver Container (40 & 42 cubic yards) Section 11 11.01 Purpose. The City intends to purchase rectangular receiver containers to be used in association with our expansion of commercial services. The City also intends to purchase 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 that have exceeded our services. 11.02 Tnirnensions. The 40 yard dimensions shall be constructed as follows: Height 98 3/8 inches, width 92 3/16 inches, length 265 1/8 inches, and ground height 12 inches. The 42 yard dimensions shall be constructed as follows: Height 103 3/4 inches, width 92 3/16 inches, length 265 1/8 inches, and ground height 12 inches. Opening on the STD shall be 64 inches wide and 48 inches high. 11.03 floor. The floor is to be constructed of 7 gauge hot rolled steel material. The floor joist shall have 3 inch structural channel cross members at 4.1 pounds per foot on 24 inch centers. 11.04 Side Walls. The side walls are to be constructed of 12 gauge hot rolled steel material. 11.05 Roof Material. The roof is to be constructed of 12 gauge hot rolled steel material with 3 7 inch by 5 inch formed channel supports. Spacing of the channel supports should be no more than 24 inches. 11.06 Vertical Side Ribs. The side rails shall be constructed of 3 inches by 5 2 inches formed channels. Channels shall be placed no more than 29 inches apart. 11.07 Rails mid Tang Sills. Long sills should measure 2 inches by 6 inches by 3/16 inch. Some solid steel bullnose measuring 1 3/8 inches shall be placed on the front of the long sills to prevent impact damage. 11.08 Honk Assembly. 1 and 1/4 inch thick by 12 5/16 inch long pull hook, continuously welded to a 2 inch pull plate container floor, and the three front cross members. This feature needs to be compatible with most major brand Roll -Off hoist systems. 11.09 Rear T)nnr. 12 gauge steel with formed and structural channel reinforcements. Door openings need to fit most major brand Stationary Compactors. 11.10 Door Opening. The container shall be equipped with a standard door measuring 48 inches high and 64 inches wide. The door openings shall be compatible major brand Stationary Compactors. 11.11 Hinge. The hinge shall be constructed of a 3 -piece heavy duty rear hinge with grease fittings. 11.12 (sound Rollers. Four rollers, two placed on the front, and two placed on the rear, measuring 6 inches in diameter and 10 inches long supplied with grease fittings. 11.13 Claw Her• The claw hook shall be constructed of a 2 inch plate that is reinforced. Compatible with most major brand Roll -Off Hoist systems. 11.14 Paint & 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 trash containers and #441(Light Brown) for all cardboard 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. S • GENERAL SPECIFICATION Tub -Style Roll -off Containers (20, 30, 40 cubic yards) Section 12 12.01 Purpose. The City intends to purchase tub style roll -off containers to be used in association with our expansion of residential and commercial services. These roll -off containers will be used for Class IV waste bulk and building material disposal. 12.02 Dimensions. Base dimensions of 40 yard tub -style roll -off containers will be 97 3/16" x 90 3/4" x 270.5" inches. Base dimensions of 30 yard tub -style roll -off containers will be 78 3/16' x 90 3/4" x 270.5" inches. Base dimensions of 20 yard tub -style roll -off containers will be 58 3/16" x 90 3/4" x 270.5" inches. 12.03 Rail. 4 x 4 x 1/4" structural tubing top rail. 12.04 Floor Construction. The floor shall be constructed of 3/16 inch sheet steel. 12.05 Container (sides, door and frnnt). 10 gauge prime steel fully welded inside and out. The door shall have a vertical door latch mechanism equipped with a safety chain. The door shall close on the floor of all the containers. 12.06 Wheels. Wheels are to be placed at the rear of the roll -off containers. Wheels are to measure 6 inches in diameter and up to 10 inches long. Tarping systems will be an option 12.07 Wink. The containers shall be equipped with a heavy duty pull hook. 12.08 Paint & 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 #378 (Green) in color. 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. 12.09 Delivery. Containers need to be nestable for delivery. 9 GENERAL SPECIFICATION Octagon Receiver Container (34, 40, & 42 cubic yards) Section 13 13.01 Purpose. The City intends to purchase rectangular receiver containers to be used in association with our expansion of commercial services. The City also intends to purchase 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 that have exceeded our services. 13.02 lnimensinnc. The 34 yard dimensions shall be constructed as follows: Height 104 3/8 inches, width 94 5/16 inches, length 20 feet and 4 inches, and ground height 12 inches. The 40 yard dimensions shall be constructed as follows: Height 104 3/8 inches, width 94 5/16 inches, length 22 feet and 9 andl/8 inches, and ground height 12 inches. The 42 yard dimensions shall be constructed as follows: Height 104 3/8 inches, width 94 and 5/16 inches, length 24 feet and 4 inches, and ground height 12 inches Opening on the STD shall be 64 inches wide and 48 inches high. 13.03 Flnnr. The floor is to be constructed of 7 gauge hot rolled steel material. The floor joist shall have 3 inch structural channel cross members at 3.5 pounds per foot. 13.04 Side Walls. Side walls are to be constructed of 7 gauge hot rolled steel material fully welded to surrounding container parts. 13.05 Roof. The roof is to be constructed of 10 gauge hot rolled steel material and fully welded to all adjacent sides of the container. 13.06 Rails/Tong Sills. Long sills should measure 2 inches by 6 inches by 3/16 inch wall tubing. Some solid steel bullnose measuring 1 3/8 inches shall be placed on the front of the long sills to prevent impact damage. 13.07 Honk Assembly. 1 and 1/4 inch thick by 12 5/16 inch long pull hook, continuously welded to a 2 inch pull plate container floor, and the three front cross members. This feature needs to be compatible with most major brand Roll -Off hoist systems. 13.08 Pith Rail. The nib rail shall have a 3" structural angle. 10 0 0 13.09 Rear floor. 10 gauge steel with 3 inch by 5 and 2 inches formed channels 4 inches. 5.4 door opening. 13.10 floor Opening. The container shall be equipped with a standard door measuring 48 inches high and 64 inches wide. The door openings shall be compatible major brand Stationary Compactors. All containers doors shall be equipped with a retaining chain and a 3 point vertical latch. 13.11 Hinge.Heavy duty 3 piece rear hinges with grease fittings. 13.12 Paint & 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 trash containers and #441(Light Brown) for all cardboard 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. 13.13 C'nnnnd Rollers. Two rollers, four rollers preferred with two placed on the front and two placed on the rear, measuring 6 inches in diameter and 10 inches long supplied with grease fittings. 13.14 Compactor Hnnk_i 1p. I and a 2 inch plate reinforced. GENERAL SPECIFICATION Self Contained Compactor Units (10, 15, 20, & 24 cubic yards) Section 14 14.01 Prose. The City intends to purchase self-contained compactor containers to be used in association with our expansion of commercial services. The self-contained compactor containers will be used for waste disposal of large commercial businesses where a minimal area is allowed for waste disposal. These containers are made especially for liquid retention and putrescible matters where there is high waste volume produced in hotels, hospitals, restaurants, and shopping malls. 14.02 Dimensions. Measurements for the 10 yard is as follows: overall length 156 inches, load height 42 inches, charge box 30 inches, container length 87 inches, overall height 67 inches, 11 overall width 84 inches. Measurements for the 15 yard is as follows: overall length 184 inches, load height 42 inches, charge box 30 inches, container length 115 inches, overall height 90 inches, overall width 84 inches. Measurements for the 20 yard is as follows: overall 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 eni aatans. Container shall have an MFG Rating of I yd3, a WASTETEC rating of .70 yd3, a Clear Top Opening of (L x W) 30 inches by 455 inches, Ram Face (H x W) 22 inches by 48 inches, Ground height of 42 inches, a Capacity per Hour of 101 yd3. 14.04 Perfnm'nance• 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 Tri-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, 2 - Cylinder (Bore/Rod) 4 inch/ 2.5 inch, 12 inch sump, and a Normal and Maximum pressure is to be set at 1,500 PSI. 14.07 Stnuhinl. 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, and a weight of 7121 pounds. All container steel is to be constructed of Control Quality Hot Rolled Steel. 14.08 Standnnt Fe tllg. Double end pick-up and a Full Door seal. 14.09 paint .G Finish. All containers shall be cleaned of all weld splatter, loose nest, 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 #441(Ligh t Brown) for all cardboard 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. 12 GENERAL SPECIFICATION Self Contained Compactor (30 & 35 cubic yards) Section 15 15.01 1'mrpnse. The City intends to purchase self-contained compactor containers to be used in association with our expansion of commercial services. The self-contained compactor containers will be used for waste disposal of large commercial businesses. These containers are made especially for liquid retention where there is high waste volume produced in hotels, hospitals, restaurants, and shopping malls. 15.02 Specifications. Container shall have an MFG Rating of 2 yd3, a WASTETEC rating of 1.61 yd3, a Clear Top Opening of (L x W) 42 inches by 57.5 inches, Ground height of 52 inches, a Capacity per Hour of 175 yd3. 15.03 performance. Cycle time is to be 33 seconds, Normal and Maximum force is to be set at 38,000 pounds, Normal and Maximum Ram Face pressure is to be 21.1 PSI, and Ram Penetration of 11 inches. 15.04 Electrical. The motor shall be 10 HP, Pressure Gauge, 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 Tri-voltage transformer, Remote power unit, Container Full Light indicator, Multi -Cycle Timer, and controls in panel box face. 15.05 Hydraulic, A pump of 11.5 GPM, 12 inch sump, and a Normal and Maximum force is to be set at 1,800 PSI. 15.06 Slnictral. Control Quality Prime Hot Rolled Prime steel construction with Ram face 5/8 inch, Ram top 1/4 inch, Ram sides 3/8 inch, Ram bottom 3/8 inch, Charging chamber floor 3/8 inch, 1/4 inch packer sides, and a Breaker Bar 8 x 6 x 3/4 inches. 15.07 Bustle. The bustle door utilizes 4 heavy-duty sliding hinges in conjunction with a hinge - side ratchet. This allows the door to be securely closed to prevent leakage. 15.08 Port Hole. A 1 2 inch port to allow easy wash down under packing head. 15.09 Standard Features. Double end pick-up, Full Door seal, Compactor Clean -Out, 13 • replaceable UHMW Ram Guides, and Center Skid. 15.10 Pent & 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 trash containers and #441(Light Brown) for all cardboard 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 bidder: are unable to use said specified color choices, please send color swatches with bid. GENERAL SPECIFICATION Self Contained Compactor (30 & 35 cubic yards) Section 16 16.01 purpose. The City intends to purchase Shorty compactors to be used in association with our expansion of commercial services. The Shorty compactors will be used for compaction of waste in containers of large commercial businesses. These containers are made especially for minimal area locations with a high waste volume produced. 16.02 sperificntinfls. Container shall have an MFG Rating of 2 yd3, a WASTETEC rating of 1.61 yd3, a Clear Top Opening of (L x W) 42 inches by 57.5 inches, Ram face of (H x W) 28 inches by 60 inches, Ground height of 15.5 inches, a Capacity per Hour of 171 yd3. Overall length shall measure 74 and 1/4 inches. 16.03 ice. Cycle time is to be 42 seconds, Normal force of 42,700 pounds, Maximum force of 50,800 pounds, Normal Ram Face pressure of 24.3 PSI, Maximum Ram Face pressure of 28.8 PSI, and Ram Penetration of 11 inches. 16.04 Electrical. The motor shall be 10 HP, Control Voltage is to be set at 120 VAC. UL Label, all circuits fused, key lock, start, stop, and reverse. 16.05 Hydraulic. A pump of 10 GPM, Normal pressure of 1,850 PSI, Maximum force of 2,300 PSI, 2- Cylinder (Bore/Rod) 4 inch / 2.5 inch, and a Stroke of 56 inches. 16.06 Stnictural. Control Quality Prime Hot Rolled Prime steel construction with Ram face 2 inch, Ram top 1/4 inch, A Ram bottom 3/8 inch, Charging chamber floor 2 inch, Charger box sidesl/4 inch, total weight of 3303 pounds, and Breaker Bar 8 x 6 x 3/4 inches. Charger box opening shall measure 41 inches by 57.5 inches. The container shall have 1/4 14 inch compactor side wall, heavy structural reinforcement to the charge chamber and the Ram Guidance System (ram guide angle attached to side wall, ram guide block mounted inside of a guide block channel that slides over the ram guide angle), all serve to assure reduced wear and longevity in this unit. 16.07 Paint Si 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 trash containers and #441(Light Brown) for all cardboard 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. GENERAL SPECIFICATION Crosspak Self -Contained Compactor (5 & 6 cubic yards) Section 17 17.01 Pn ns .. The City intends to purchase Crosspak self-contained compactor containers to be used in association with our expansion of commercial services. The Crosspak self- contained compactor containers will be used for waste disposal of small commercial businesses, restaurants, and food chains cannot utilize a full size compaction system because of volume or space limitations. These containers are made especially for keeping work areas clean, sanitary, and at low-cost instillation, no more vermin and putrescible matters, and consisting of a leakproof operation. 17.02 Dimensions. The 5 yard rear loader dimensions shall be constructed as follows: Overall width of 130 inches (container 79 inches and the compactor 51 inches), overall length of 150 inches, container height is 51 inches, compactor height of 40 inches, and compactor length of 46 inches. The 6 yard front loader dimensions shall be constructed as follows: Overall width of 131 inches (container 80 inches and the compactor 51 inches), overall length of 103 inches, container height is 67 inches, compactor height of 40 inches, and compactor length of 46 inches, and compactor base stand height of 12 inches. 17.03 Construction. Compactor size should be constructed with prime steel with the following measurements: Compactor size of 3/16 inches, Compactor floor of 1/4 inches, Ram face of 1/4 inches, Ram bottom of 1/4 inches, and Ram top of 3/16 inches. 15 I 17.04 Hydraulic. A pump of 3 GPM, 2 - Cylinder (3" Bore and 1 2"Rod) 3 inch by 20 inch, Normal pressure 01 1800 PSI, Maximum pressure of 2000 PSI, and 10 gallon Oil Reservoir. 17.05 Charge Bnx. Clear top opening measuring 24 inches by 48 inches and Ram face measuring 18 2 inches high by 48 inches wide. 17.06 perfomrance. Cycle time is to be 42 seconds, Normal ram force of 23,300 pounds, Maximum ram force of 30,000 pounds, Normal working pressure of 2000 PSI, and Maximum working pressure of 2200 PSI. 17.07 Electrical. 3 H.P. 208/230/440/460V and 3 Ph. 4 wire, 60 cycle, 100V controls. All circuits must be fused and control panel shall have push button controls. 17.08 Eeaturac. Container construction allows loading from all three sides of charging chamber, and an optional ozone neutralizer, which eliminates unpleasant odors. The cross cylinder design allows the superior compaction force to reduce large volumes of waste. 17.09 Paint Rr 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 nest 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 #441(Ligh Brown) for all cardboard 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. J/. 5% 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 publicly opened. The Information for Bidders, Form of Bid, Specifications, and other documents maybe examined at the following location: City of Fayetteville Purchasing Office 113 W. Mountain, 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. Date Purchasing Manager -- • 0 INFORMATION FOR BIDDERS 1.0 RECEIPT ANT) OPENING OF RTT)S: The CITY OF FAYE'1"IEVILLE, 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 PREPARATION OF RIO: 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 SUBCONTRACT (C): 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 TFTFC'RAPHTC MOT)TFTC'ATTON: 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 QTTATTFICATIONS OF RTDT)ER: The City may make such investigations as it deems necessary to determine the ability of the Bidder to perform the work, and the Bidder will furnish to the City all such information and data for this purpose as the City may request. If requested 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 CONDITIONS OF 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 material and labor necessary to carry out the provisions of this bid. 7.0 ADDENDA ANT) TNTF.RPRFTATTON: No formal interpretation of the meaning 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 LAWS AND REGTTT.ATIONS: 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 M THOD OF AWARD - T OWFST QTTAT.TFTF.D BIDDER: 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 RTDDF.R: At the time 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 Date: Proposal of (hereinafter called "Bidder") a corporation, organized and existing under the laws of the State at , a partnership, or an individual doing business 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 apart. Bidder hereby proposes to perform the work described in the Bid Documents and Specifications for the following unit prices. ITEM UNIT NO DESCRIPTION 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 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 El 18. Crosspak Self-contained Compactor, 5 cubic yards 19. Crosspak Self-contained Compactor, 6 cubic yards 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. 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 receiving bids. Respectfully submitted: By: Title (Business Address and Zip Code). SEAL - (if bid by a Corporation) GENERAL SPECIFICATION Rectangular Roll -off Containers (20, 30, 40 cubic yards) Section 10 10.01 Purpose. 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 5 that have exceeded our services. 10.02 a h Frame and Rail. 2 x 6 x 3/16" structural tubing rails and 1 2" thick solid nose on pick- up end of rails. mbers more 10.03 than Con arc A 45 degr10 ee sheet continuous slope is to bchannel created across the frontlto redu e than 21"sp g. � trappage and corrosion of the container flooring. 10.04 Hunt- and Mounting Plates. 1 1/4" thick plate flame cut long pull hook, continuously welded into both sides of hook plate, floor, and both forward cross members. Hook plate shall be 2" steel plate fully welded to sub -frame rails. 10.05 (`nntainer (sides, rnofg, and ends). 12 gauge prime steel fully welded inside and out with 4 x 3-11 gauge steel tubing frame. 10.06 Rear float. 12 gauge steel sheet with 4 x 3 x 3/16" tubing frame with an 8" channel door frame. All 20 yard containers are to have 2 hinges, 30 and 40 yard containers are to have 3 hinges, 1" x 4" hinge bar with 15/16" diameter pins, and a 2 point vertical safety latch system with locking mechanism. Door shall close on floor, helping maintain structural integrity at hinge comer posts. 10.07 T)imensions. Base dimensions of 40 yard roll -off containers will be 84" x 94 3/16" x 268.5" inches. Base dimensions of 30 yard roll -off containers will be 63" x 74 3/16" x 268.5" inches. Base dimensions of 20 yard roll -off containers will be 40" x 50 3/16" x 268.5" inches. 10.08 (`uide Rollers: Guide rollers shall measure 4 inches in diameter and 6 inches long. 10.09 Rear Corner n`t`' Rear comer posts shall be made of 7 gauge steel measuring 3 inches by 10 2 inches. 10.10 Channel ljprightc All channel uprights shall be formed and made from 12 gauge steel. Measurements are to be 3 inches by 5 inches and spacing of said uprights shall be placed at 30 inch intervals. 10.11 Tihin • Top cap tubing is to be constructed of 11 gauge steel and measure 3 inches by 4 inches. 10.12 Paint & 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 rj -- --. -_. a quality rust inhibiting primer and allowed to dry before the finish coat is applied. The finish coat shall be #378(Green) in color. 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. 10.13 Ares s T?dder- An access ladder is to be placed on all 30 and 40 yard roll -off containers 10.14 Wheels: Wheels are to be placed at both the front and the rear of the roll -off containers. Wheels are to measure 6 inches in diameter and 10 inches long. 10.15 Thrp RaiF A tarp rail shall be placed on container constructed of 3/4 inch round rim stock. GENERAL SPECIFICATION Rectangular Receiver Container (40 & 42 cubic yards) Section 11 11.01 Purpose. The City intends to purchase rectangular receiver containers to be used in association with our expansion of commercial services. The City also intends to purchase 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 that have exceeded our services. 11.02 Dimensions. The 40 yard dimensions shall be constructed as follows: Height 98 3/8 inches, width 92 3/16 inches, length 265 1/8 inches, and ground height 12 inches. The 42 yard dimensions shall be constructed as follows: Height 103 3/4 inches, width 92 3/16 inches, length 265 1/8 inches, and ground height 12 inches. Opening on the STD shall be 64 inches wide and 48 inches high. 11.03 Flnnr. The floor is to be constructed of 7 gauge hot rolled steel material. The floor joist shall have 3 inch structural channel cross members at 4.1 pounds per foot on 24 inch centers. 11.04 Side Walls. The side walls are to be constructed of 12 gauge hot rolled steel material. 11.05 Rnnf Material. The roof is to be constructed of 12 gauge hot rolled steel material with 3 inch by 5 inch formed channel supports. Spacing of the channel supports should be no more than 24 inches. 11.06 Vertical Sid_. The side rails shall be constructed of 3 inches by 5 2 inches formed channels. Channels shall be placed no more than 29 inches apart. 11.07 Rails and Tang Sills. Long sills should measure 2 inches by 6 inches by 3/16 inch. Some solid steel bullnose measuring 1 3/8 inches shall be placed on the front of the long sills to prevent impact damage. 11.08 Hnnk_ Assembly. 1 and 1/4 inch thick by 12 5/16 inch long pull hook, continuously welded to a 2 inch pull plate container floor, and the three front cross members. This feature needs to be compatible with most major brand Roll -Off hoist systems. 11.09 Rear floor. 12 gauge steel with formed and structural channel reinforcements. Door openings need to fit most major brand Stationary Compactors. 11.10 floofloo=gig. The container shall be equipped with a standard door measuring 48 inches high and 64 inches wide. The door openings shall be compatible major brand Stationary Compactors. 11.11 Hinge. The hinge shall be constructed of a 3 -piece heavy duty rear hinge with grease fittings. 11.12 ('mind Rollers. Four rollers, two placed on the front, and two placed on the rear, measuring 6 inches in diameter and 10 inches long supplied with grease fittings. 11.13 ('1aw Honk -lip. The claw hook shall be constructed of a 2 inch plate that is reinforced. Compatible with most major brand Roll -Off Hoist systems. 11.14 Paint & 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 trash containers and #441(Light Brown) for all cardboard 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. • GENERAL SPECIFICATION Tub -Style Roll -off Containers (20, 30, 40 cubic yards) Section 12 12.01 )moose. The City intends to purchase tub style roll -off containers to be used in association with our expansion of residential and commercial services. These roll -off containers will be used for Class IV waste bulk and building material disposal. 12.02 Dimensions. Base dimensions of 40 yard tub -style roll -off containers will be 97 3/16" x 90 3/4" x 270.5" inches. Base dimensions of 30 yard tub -style roll -off containers will be 78 3/16" x 90 3/4" x 270.5" inches. Base dimensions of 20 yard tub -style roll -off containers will be 58 3/16" x 90 3/4" x 270.5" inches. 12.03 Rail. 4 x 4 x 1/4" structural tubing top rail. 12.04 Floor Construction. The floor shall be constructed of 3/16 inch sheet steel. 12.05 Container (sides, door, and front). 10 gauge prime steel fully welded inside and out. The door shall have a vertical door latch mechanism equipped with a safety chain. The door shall close on the floor of all the containers. 12.06 Wheels. Wheels are to be placed at the rear of the roll -off containers. Wheels are to measure 6 inches in diameter and up to 10 inches long. Tarping systems will be an option 12.07 Honk. The containers shall be equipped with a heavy duty pull hook. 12.08 Paint Rr 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 #378 (Green) in color. 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. 12.09 Deli. Containers need to be nestable for delivery. 9 GENERAL SPECIFICATION Octagon Receiver Container (34, 40, & 42 cubic yards) Section 13 13.01 Purpose. The City intends to purchase rectangular receiver containers to be used in association with our expansion of commercial services. The City also intends to purchase 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 that have exceeded our services. 13.02 12imensinns• The 34 yard dimensions shall be constructed as follows: Height 104 3/8 inches, width 94 5/16 inches, length 20 feet and 4 inches, and ground height 12 inches. The 40 yard dimensions shall be constructed as follows: Height 104 3/8 inches, width 94 5/16 inches, length 22 feet and 9 andl/8 inches, and ground height 12 inches. The 42 yard dimensions shall be constructed as follows: Height 104 3/8 inches, width 94 and 5/16 inches, length 24 feet and 4 inches, and ground height 12 inches Opening on the STD shall be 64 inches wide and 48 inches high. 13.03 Elnnr. The floor is to be constructed of 7 gauge hot rolled steel material. The floor joist shall have 3 inch structural channel cross members at 3.5 pounds per foot. 13.04 Side Wnlls. Side walls are to be constructed of 7 gauge hot rolled steel material fully welded to surrounding container parts. 13.05 Rnnf. The roof is to be constructed of 10 gauge hot rolled steel material and fully welded to all adjacent sides of the container. ld g. 13.06 Some Some solid b lnosenils/Tnng Sills. Long measshouring measure/8 ' ches hall be placed on the front of the to long sills to prevent impact damage. 13.07 Monk Assembly. 1 and 1/4 inch thick by 12 5/16 inch long pull hook, continuously welded to a 2 inch pull plate container floor, and the three front cross members. This feature needs to be compatible with most major brand Roll -Off hoist systems. 13.08 Rnh Rail. The rub rail shall have a 3" structural angle. 10 13.09 Rent nnnr. 10 gauge steel with 3 inch by 5 and 2 inches formed channels 4 inches. 5.4 door opening. 13.10 15nnr Opening. The container shall be equipped with a standard door measuring 48 inches high and 64 inches wide. The door openings shall be compatible major brand Stationary Compactors. All containers doors shall be equipped with a retaining chain and a 3 point vertical latch. 13.11 Hinge. Heavy duty 3 piece rear hinges with grease fittings. 13.12 Paint Rr Finich. 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 #441(Light Brown) for all cardboard 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. 13.13 Ground Rollers. Two rollers, four rollers preferred with two placed on the front and two placed on the rear, measuring 6 inches in diameter and 10 inches long supplied with grease fittings. 13.14 Cnmpar nr Hnnk-i Tp. 1 and a 2 inch plate reinforced. GENERAL SPECIFICATION Self Contained Compactor Units (10, 15, 20, & 24 cubic yards) Section 14 14.01 Purpose. The City intends to purchase self-contained compactor containers to be used in association with our expansion of commercial services. The self-contained compactor containers will be used for waste disposal of large commercial businesses where a minimal area is allowed for waste disposal. These containers are made especially for liquid retention and putrescible matters where there is high waste volume produced in hotels, hospitals, restaurants, and shopping malls. 14.02 Dimensions. Measurements for the 10 yard is as follows: overall length 156 inches, load height 42 inches, charge box 30 inches, container length 87 inches, overall height 67 inches, 11 overall width 84 inches. Measurements for the 15 yard is as follows: overall length 184 inches, load height 42 inches, charge box 30 inches, container length 115 inches, overall height 90 inches, overall width 84 inches. Measurements for the 20 yard is as follows: overall 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 Speriflrntinfls. Container shall have an MFG Rating of 1 yd3, a WASTETEC rating of .70 yd3, a Clear Top Opening of (L x W) 30 inches by 455 inches, Ram Face (H x W) 22 inches by 48 inches, Ground height of 42 inches, a Capacity per Hour of 101 yd3. 14.04 Performance. Cycle time is to be 25 seconds, Normal and Maximum force is to be set at 37,700 pounds, Normal and Maximum Rani Face pressure is to be 35.7 PSI, and Ram Penetration of 6 inches. 14.05• 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 Tri-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, 2 - Cylinder (Bore/Rod) 4 inch/ 2.5 inch, 12 inch sump, and a Normal and Maximum pressure is to be set at 1,500 PSI. 14.07 Simcirual. 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, and a weight of 7121 pounds. All container steel is to be constructed of Control Quality Hot Rolled Steel. 14.08 Stnndnril Features. Double end pick-up and a Full Door seal. 14.09 Paint _&_ 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 trash containers and #441(Light Brown) for all cardboard 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. 12 GENERAL SPECIFICATION Self Contained Compactor (30 & 35 cubic yards) Section 15 15.01 Purpose. The City intends to purchase self-contained compactor containers to be used in association with our expansion of commercial services. The self-contained compactor containers will be used for waste disposal of large commercial businesses. These containers are made especially for liquid retention where there is high waste volume produced in hotels, hospitals, restaurants, and shopping malls. 15.02 Speriflentions. Container shall have an MEG Rating of 2 yd3, a WASTETEC rating of 1.61 yd3, a Clear Top Opening of (L x W) 42 inches by 57.5 inches, Ground height of 52 inches, a Capacityper Hour of 175 yd3. 15.03 P rf�. Cycle time is to be 33 seconds, Normal and Maximum force is to be set at 38,000 pounds, Normal and Maximum Ram Face pressure is to be 21.1 PSI, and Ram Penetration of 11 inches. . 15.04 Electrical. The motor shall be 10 HP, Pressure Gauge, 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 Tri-voltage transformer, Remote power unit, Container Full Light indicator, Multi -Cycle Timer, and controls in panel box face. 15.05 Hydranli .. A pump of 11.5 GPM, 12 inch sump, and a Normal and Maximum force is to be set at 1,800 PSI. 15.06 Structural. Control Quality Prime Hot Rolled Prime steel construction with Ram face 5/8 inch, Ram top 1/4 inch, Ram sides 3/8 inch, Ram bottom 3/8 inch, Charging chamber floor 3/8 inch, 1/4 inch packer sides, and a Breaker Bar 8 x 6 x 3/4 inches. 15.07 Bustle. The bustle door utilizes 4 heavy-duty sliding hinges in conjunction with a hinge - side ratchet. This allows the door to be securely closed to prevent leakage. 15.08 Port Hole. A 1 2 inch port to allow easy wash down under packing head. 15.09 Standard Feah,res. Double end pick-up, Full Door seal, Compactor Clean -Out, 13 S - • replaceable UHMW Ram Guides, and Center Skid. 15.10 paint 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 trash containers and #441(Light Brown) for all cardboard 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. GENERAL SPECIFICATION Self Contained Compactor (30 & 35 cubic yards) Section 16 16.01 Purpose. The City intends to purchase Shorty compactors to be used in association with our expansion of commercial services. The Shorty compactors will be used for compaction of waste in containers of large commercial businesses. These containers are made especially for minimal area locations with a high waste volume produced. 16.02 Sn_ eetines. Container shall have an MFG Rating of 2 yd3, a WASTETEC rating of 1.61 yd3, a Clear Top Opening of (L x W) 42 inches by 57.5 inches, Ram face of (H x W) 28 inches by 60 inches, Ground height of 15.5 inches, a Capacity per Hour of 171 yd3. Overall length shall measure 74 and 1/4 inches. 16.03 Performance. Cycle time is to be 42 seconds, Normal force of 42,700 pounds, Maximum force of 50,800 pounds, Normal Ram Face pressure of 24.3 PSI, Maximum Ram Face pressure of 28.8 PSI, and Ram Penetration of 11 inches. 16.04 ElwA cal. The motor shall be 10 HP, Control Voltage is to be set at 120 VAC. UL Label, all circuits fused, key lock, start, stop, and reverse. 16.05 Hydraulic. A pump of 10 GPM, Normal pressure of 1,850 PSI, Maximum force of 2,300 P51,2 - Cylinder (Bore/Rod) 4 inch / 2.5 inch, and a Stroke of 56 inches. 16.06 3tmctural. Control Quality Prime Hot Rolled Prime steel construction with Ram face 2 inch, Ram top 1/4 inch, A Ram bottom 3/8 inch, Charging chamber floor 2 inch, Charger box sidesl/4 inch, total weight of 3303 pounds, and Breaker Bar 8 x 6 x 3/4 inches. Charger box opening shall measure 41 inches by 57.5 inches. The container shall have 1/4 I inch compactor side wall, heavy structural reinforcement to the charge chamber and the Ram Guidance System (ram guide angle attached to side wall, ram guide block mounted inside of a guide block channel that slides over the ram guide angle), all serve to assure reduced wear and longevity in this unit. 16.07 Paint Sr 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 trash containers and Hill (Light Brown) for all cardboard 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. GENERAL SPECIFICATION Crosspak Self -Contained Compactor (5 & 6 cubic yards) Section 17 17.01 Purpose. The City intends to purchase Crosspak self-contained compactor containers to be used in association with our expansion of commercial services. The Crosspak self- contained compactor containers will be used for waste disposal of small commercial businesses, restaurants, and food chains cannot utilize a full size compaction system because of volume or space limitations. These containers are made especially for keeping work areas clean, sanitary, and at low-cost instillation, no more vermin and putrescible matters, and consisting of a leakproof operation. 17.02 Dimensions. The 5 yard rear loader dimensions shall be constructed as follows: Overall width of 130 inches (container 79 inches and the compactor 51 inches), overall length of 150 inches, container height is 51 inches, compactor height of 40 inches, and compactor length of 46 inches. The 6 yard front loader dimensions shall be constructed as follows: Overall width of 131 inches (container 80 inches and the compactor 51 inches), overall length of 103 inches, container height is 67 inches, compactor height of 40 inches, and compactor length of 46 inches, and compactor base stand height of 12 inches. 17.03 Construction. Compactor size should be constructed with prime steel with the following measurements: Compactor size of 3/16 inches, Compactor floor of 1/4 inches, Ram face of 1/4 inches, Ram bottom of 1/4 inches, and Ram top of 3/16 inches. 15 • 17.04 Hy 20 inch, N rmal pressure of 1800 PSI, A pump of 3 � aximumlpressure of 2000 PSI, and 10 gallon Oil Reservoir. 17.05 Charge - Box. Clear top opening measuring 24 inches by 48 inches and Ram face measuring 18 2 inches high by 48 inches wide. 17.06 Performance. Cycle time is to be 42 seconds, Normal ram force of 23,300 pounds, Maximum ram force of 30,000 pounds, Normal working pressure of 2000 PSI, and Maximum working pressure of 2200 PSI. 17.07 E1er t ical. 3 H.P. 208/230/440/460V and 3 Ph. 4 wire, 60 cycle, 100V controls. All circuits must be fused and control panel shall have push button controls. 17.08 Eeaturts. Container construction allows loading from all three sides of charging chamber, and an optional ozone neutralizer, which eliminates unpleasant odors. The cross cylinder design allows the superior compaction force to reduce large volumes of waste. 17.09 PaintRr 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 trash containers and #441(Light Brown) for all cardboard 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. 16 • 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 Compactors and Roll -off Containers for Solid Waste/Recycling Division — Bid #01-57 Background The Solid Waste/Recycling Division has had requests to provide larger commercial activities with service, but has been unable to provide that service due to a lack of equipment. The Solid Waste/Recycling Division acquired this past summer a backup roll -off container truck for the recycling activities on site. This backup vehicle, necessary to allow the on site activities to continue when the primary vehicle is out of service, has provided and opportunity to expand the services available from the Solid Waste/Recycling Division. Discussion With available staff, a limited number of large commercial accounts can be serviced. Expansion into this market sector in a cautious manner, allowing the staff to build ability to serve efficiently and economically, can provide a revenue stream that will help to offset any Division expenses. The proposed to be includes roll -off style compactor container for large commercial and industrial trash service and open top roll -off style containers for class 4 material, construction debris, appliances, etc. The purchase contract is for a period of 1 year, with an option, which will allow the term to be expended, if mutually agreed by both parties. The City's minimum purchase is $0.00 however at the quoted prices the City may purchase up to 250 units, allowing expansion into this market sector as demand dictates. Purchases will be on an as needed basis to allow a small inventory at the Solid Waste/Recycling offices. This small inventory will allow an immediate response to a request for service. The bid tab is attached. The low bid for the open top containers, items 1,2, and 3 is Waste Equip-Mayfab from Beeville, Texas and Best-Pac from Easley, South Carolina for items 4 through 19. Recommendation Approve resolution authorizing purchase agreement, purchases to be made on an as necessary basis. The term of the purchase agreement is for one year but may be extended by mutual agreement for an additional year at the bid prices. flllO0Ba B,e's�Pca'c•� A HI.RISE C0AIPANY omc6 THE COM CTOR COMPANY ar receiver container Bes Pac's Rectangular Receiver Containers are built with the highest quality materials and tapered gussetting to allow smooth dumping operations. Each container is engineered to be compatible with most major brand stationary compactors and roll -off hoist systems. WASTE HANDLING EQUIPMENT "'':. ail. P.O. BOX 2049 • EASLEY, Sc 29641 4 864.859.6030 • 800.726.1439 • FAX 864.859.6414 t. El B STD Opening 64" W x 48" High C Dimensions A-HGT B-Wth C-LTH D -Ground HGT 40 YD RECTANGLE RECEIVER CONTAINER 98 3/8" 92 3/16" 265 1/8" 12" 42 YD RECTANGLE RECEIVER CONTAINER 103 3/4" 92 3/16" 265 1/8" 121' CONSTRUCTION Floor Material: 7 ga. H.R. Side Walls: 12 gauge H.R. Roof Material: 12 gauge H.R. with 3" x 5" formed channel supports on 24" spacing Vertical Side Ribs: 3" x 5 1/2" formed channels on 251/2" - 29" spacing Rails/Long Sills: 2" x 6" x 3/16" with 13/8" solid steel bullnose Floor Joists/Cross Members: 3" structural channel @ 4.11b./ft. on 24" centers Hook Assembly: 11/4" thick x 12 5/16" long pull hook continuously welded to 1/2" pull plate, container floor, and 3 front crossmembers Rear Door: 12 gauge with formed and structural channel reinforcements. Hinge: 3 piece heavy duty Door Opening: 48" high x 64" wide (standard) Paint: Primer & finish coat exterior. (Interior primer by request, only.) Ground Rollers: (2) 6" diameter x 10" long w/grease fittings Claw Hook-up: 1/2" plate reinforced D I All designs and specifications are subject to change at the manufacturer's sole discretion at any time without notice. The' data published herein is informational in nature and should not be construed to. • warrant suitability of the unit for any particular purpose, as performance may vary with the conditions encountered. Only our standard written warranty for this product is applicable. Product must be installed and operated in accordance with all applicable standards, codes, regulations and recommended safety procedures. \� A E WASTEC EN' I0.cNMFMAL INWSIRY ASttLL\i1ON5 aD/\ Institute +, of Scrap t44 Recycling Industries ^.....• ° WASTE HANDLING EQUIPMENT P.O. BOX 2049 • EASLEY, Sc 29641 864.859.6030 • 800.726.1439 FAX 864.859.6414 • www.bes-pac.com -- I!IIIIIII.II II liii ? - `.- flaw flfly r crosspak self-contained compactor Bre_s�,cP' a-c� A M P, S F COMPANY oTPCTdORCCOMPANY 6 THE WASTE HANDLING EQUIPMENT P.O. BOX 2049 • EASLEY. Sc 29641 864.859.6030 • 800.726.1439 • FAX 864.859.6414 The Crosspak is designed and engineered for a fast, efficient means of - solving your waste problems. Designed for fast food chains, small restaurants, or those who cannot utilize a full-size compaction system because of volume or space limitations, the Crosspak incorporates a sanitary, leakproof operation. The tapered container design on the F.E.L. and R.E.L. models allows the maximum compaction and easy discharge. The self-contained design keeps work areas clean and free of unsightly debris —no more open containers to attract insects or vermin. Your work area will remain clean, dry and attractive. s . 1..- .....-. ..... 4 FRONT LOAD REAR LOAD 103" Overall Widths: 150' " Container 80" Overall Widths: Compactor 51" Container 79' 6 YARD — 46 5 YARD " Compactor 5,'" 6T' 51 I 40" 1 \' ___ _ 46 84` I SPECIFICATIONS Factory ratings CONSTRUCTION Compactor size Compactor floor Ram face Rame bottom Ram top HYDRAULIC SPECS Norm pressure Max pressure Cylinders 2 each Bore Rod Hydraulic pump Oil reservoir CHARGE BOX Clear top opening Ram face 3/16" 1/4" 1/4" 1/4" 3/16" 1800 psi 2000 psi 3"x20" 11/2" 3 gpm 10 gallons 24"x48" 18 1/2" H x 48" W rsArUThzS ■ Fast, tow -cost installation • Self-contained construction so all liquid is loaded into truck and removed from site. • The unique cross cylinder design allows for superior compaction force to reduce large volumes of waste. • Extra low loading height offers easy operation. ■ Single phase 220V operation available. • Available in front toad and rear load. • optional ozone neutralizers which eliminate unpleasant odors. • Allows loading from three sides of charging chamber. PERFORMANCE DATA Cycle time 42 seconds Max ram force 30,000 lbs. All designs and specifications are subject to change at the Norm ram force 23,000 tbs. manufacturer's sole discretion at any time without notice. The Norm working pressure 2000 psi data published herein is \� WASTEC Max workinpressure 2200 sl informational hldntbe in nature and ouuwuwwrnrnsmnnos P should not be construed to warrant suitability of the unit for Institute +� any particular purpose, as Uj of Scrap performance may vary with the Ali/ Recycling conditions encountered. Only our • Industries ELECTRICAL DATAs 3 H.P. 208/230/440/460V standard written warranty for this product is applicable. Product WASTE HANDLING EQUIPMENT 3 Ph. 4 wire, 60 cycle, 100V controls must be installed and operated AR circuits fused in accordance with all applicable P.O. BOX 2049 • EASLEY, SC 29641 standards, codes, regulations 864.859.6030 • 800.726.1439 Push button controls and recommended safety procedures. FAX 864.859.6414 • www.bes-pac.com _ ya THE COM CTC I r f CJ s tu. Ss rectangu o n- op roll -oil containers e --s •Pac � For over 25 years Bes-Pac has been engineering and manufacturing A H I- R I S E C 0 M P A N v containers for indusrial and commercial use. We know what is WASTE HANDLING EQUIPMENT required in a container to give h ' performance and longewityyou P.O. BOX 2049 • EASLEY. Sc 29641 ` expect and deserve. Bes-Pac has a:. rectangular open top roll -off 864.859.6030 • 800.726.1439 • FAX 864.859.6414 container available to meet your job requirements. 95' Capacity A" Inside A" Overall 20 YD. 40" 50 3/16" 30 YD. 63" 73 3/16" 40 YD. 84" 943/16" Standard Features ■ 3/16" prime steel floor ■ 3"channel crossmembers on 21" spacing ■ 2" x 6" x 3/16" structural tubing longsius ■ 4" dia. x 6 " long guide rollers ■ 12 gauge prime steel sides, front and door ■ 3" x 10 1/2" x 7 ga. rear comer posts ■ 3" x 5" x 12 ga. formed channel uprights on 30" spacing ■ 4" x 3" x 11 ga. tubing top cap ■ 45° continous slope across front to reduce trappage and corrosion ■ Vertical safety latch for ease of operation ■ Access ladder - 30 yds. and 40 yds. ■ 6"dia. x 10" long rear wheels ■ Bes Pac containers utilize the vertical safety latch. Doors are designed to close on the ftooi.. This, with the guide plate, helps to prevent door sag and loss of structural integrity at the hinge comer post. Options ■ 1/4" floor plate ■ 1/4" tubing longsills ■ :3/8" tubing longsills m Door closes on floor, helps maintain structural integrity at hinge corner post. All designs and specifications are subject to change at the manufacturer's sole discretion at any time without notice. The data published herein is informational in nature and should not be construed to warrant suitability of the unit for any particular purpose, as performance may vary with the conditions encountered. Only our standard written warranty for this product is applicable. Product must be installed and operated in accordance with all applicable standards, codes, regulations and recommended safety procedures. V E WASTEC ENVIRONMF.,raa. IMRISIRY ASV_Y]All ONS 0 Institute of Scrap w+�} Ali/ Recycling Industries *M.. •°` • M ' •• :• •R• • •.R es C • .• • . :., • . • , •r- ._ �es Pat • ems • Pac A H I- R I S E COMPAN WASTE HANDLING EQUIPMENT P.O. BOX 2049 • EASLEY. Sc 29641 864.859.6030 • 800.726.1439 • FAX 864.859.64.14 `' J �'l f ajry a Lr octagon� rep inta i ners L b Bes Pac Octagon Receiver Containers are designed and built to maximize your compaction efforts and minimize your costs. Bes Pae uses 7 ga. HR steel in the floor, sides and roof areas. Supports are structural channel tubing and angle. The ®RC series are built to perform long term with minimal ma nte�a1ce costs. 4 B -► A STD Opening 64"W x 48"High C • 0 All designs and specifications are subject to change at the manufacturer's sole discretion at any time without notice. The data published herein is informational in nature and should not be construed to warrant suitability of the unit for any particular purpose, as performance may vary with the conditions encountered. Only our standard written warranty for this product is applicable. Product must be installed and operated in accordance with all applicable standards, codes, regulations and recommended safety procedures. V j WASTEC ENVIONMEMAL IN0.ISTRY ASK%]ATIONS Institute of Sc rap cr `Iw Recycling ; oYf Industries '^..... •" WASTE HANDLING EQUIPMENT P.O. BOX 2049 • EASLEY, Sc 29641 864.859.6030 • 800.726.1439 FAX 864.859.6414 • www.bes-pac.com ieF a �Y in s 4 P U/ '.i tf F tub -style roll -off containers r 1 The Bes-Pac "Tub" Containers are engineered to withstand the 1 �e•'S � stress of todays hauling requirements. Designed with 10 gauge C side walls and 3/16" plate floor. "Tub" Containers are built to A H I - R I S E C 0 M R A N Y last. The "Tub" style open tops featute a heavy duty hinge and WASTE HANDLING EQUIPMENT a vertical pivoting latch mechanisyi) Ifox a positive door loe„kT4ie P.O. BOX 2049 • EASLEY, Sc 29641' ..Tub" is available in three capacities and heavy duty models. • 864.859.6030 • 800.726.1439 • FAX 864.859.6414 0 DU tub -style roll -off containers _ :. $ems mac �"• " •�A- "1�SR Y6 E C Q M. PSIS -N Ye _ - - - r . - .- -_ - - - - - - - - - - -• l _ •- w. • -v - .w -___-- -.1 sue, _ l'"t _ • Yit Short on Size, Long on Performance. The Bes Pac Shorty gives you the best of both. Space saving size reduces • the area required for installation and may reduce installation costs in some applications. With its 2 yard charge box, 37 second cycle time, and 11 inches of ram penetration, the Shorty is big on performance. Constructed with CQ prime steel and heavy structural members, the Shorty is tomorrow's technology today. L- ASTE HANDLING EQUIPMENT WASTE HANDLING EQUIPMENT P.O. BOX 2049 • EASLEY, Sc 29641 864.859.6030 • 800.726.1439 • FAX 864.859.6414 BP -200 Shorty stationary 1752 w 15' 9itfomr • IF 365I/8 8 930mm 1219 The Shorty was tSide View 151/2 1391 mmthis manufacturin key features: ■ 41" x 57.5" Charge Box Opening. ■ Bes-Pac Ram Guidance System for reduced wear. ■ 11" of Ram Pentration. ■ Overall Length 74 1/4" ■ 42,000 lbs. normal force mm 32 819m 60 1511 mm End View ram top channel Specification Standard Size Metric Size I Mm Rating 2 yd3 1.52 m3 W 14 TEC Rating Equivalent 1.61 yd3 1.20 m3 / Clear Top Opening (L xW) 42" x 57.5" 1041 mm x 1460 mm side wall Ram Face (HxW) 28" x 60" 711 mm x 1524 mm 11 f Ground Height 15.5" 394 mm am guide block Capacity.per Hour 171 yd3 131 m3 ram guide angle Performance 1/4" compactor side walls, heavy structural • Cycle Time 42 sec. 42 sec. Normal Force 42,700 lbs 190 kN reinforcement to the charge chamber and the Maximum Force 50,800W 226 kN exclusive Bes-Pac Ram Guidance all serve to Normal Ram Face Pressure 24.3 psi 167 kPa assure longevity in this unit Maximum Ram Force Pressure 28.8 psi 198 kPa Ram Penetration 11 279 mm Electrical Motor 10 hp 7.5 kW Electrical Control Voltage 120 VAC 120 VAC UL Label, all circuits fused, keylock, start, stop and reverse. Hydraulics Pump 10 gpm 38 L/min Normal Pressure 1,850 psi 13 mPa Maximum Pressure 2,300 psi 16 mPa Cylinder (Bore/Rod) (2) 4"/2' 101.6 mm x 51 mm Stroke 56" 1422 mm Structural Charge Box Sides 1/4" 6.3 mm Charge.Box Floor 1/2" 12.7 mm All designs and specifications are subject to change at the Ram ace 1/2" 12.7 mm manufacturer's sole discretion at any time without notice. The data published herein is informational in nature and should not be Ram Bottom 3/8" 9.5 mm construed to warrant suitability of the unit for any particular purpose, Ram Top 1/4" 6.3 mm as performance may vary with the conditions encountered. Only Breaker Bar (Structural Angle) 6 X 8 X 3/4" our standard written warranty for this product is applicable. Product W 152 x 203 x 19 mm must be installed and operated in accordance with all applicable Weight 3303 4. 1948 Kg standards, codes, regulations and recommended safety procedures. /�,1�n� DTE HANDL NG E UIP NT r4/ `� `� • 8 80 @ :•� : • •0 o O:I0 • • 7 O _• S space saving - efficient ®Bes-Pac's 90 series self-contained units are big on compaction and require minimal space. Available in three (3) capacities, the BP -90 Self -Contained units have the ability to safely store wet putrescible waste. In addition, they help control odor and insects. The BP -90 units are ideally suited for restaurants, motels, strip malls and nursing homes. The Bes-Pac 90 series; big on performance. WASTE HANDLING EQUIPMENT P.O. BOX 2049 • EASLEY, Sc 29641 864.859.6030 • 800.726.1439 • FAX 864.859.6414 BP -90 series self-contained compactor units 0 Pushbutton Controls are mounted in the panel box face. BP -90 SERIES NOMINAL MODEL CAPACITY 9010 10 Cu. yd. 9016 15 cu. yd. 9020 20 Cu. yd. 9024 24 cu. yd. n CHARGE CONTAINER R OVERALL OVERALL LENGTH HEIGHT E T A B C D E F 156" 42" 30" 3962.4 mm 1067 mm 762 mm 1811 46744 mm 1067 mm 762 mm 228" 42" 30" 5791 mm 1067 mm 762 mm 252" 42" 30" 6401 mm 1067 mm 762 mm SPECIFICATIONS STANDARD SIZE MFG Rating 1 yd' WASTEC Rating .70 yd3 Clear Top Opening (LxW) 30 x 455" Ram Face (HxW) 22 x 48" Ground Height 42" Capacity per Hour 101 yd' PERFORMANCE Cycle Time 25 sec. Nyormal Force 37,700 lbs Maximum Force 37,700 lbs Normal Ram Face Pressure 35.7 PSI Maximum Ram Face Pressure 35.7 PSI Ram Penetration 6" ELECTRICAL Motor 10 HP Control Voltage 120 VAC UL Label All Circuits Fused, Keylock, Start, Stop, and Reverse HYDRAULIC Pump 11.5 GPM Normal System Pressure 1,500 PSI Maximum Pressure 1,500 PSI Cylinder (Bore/Rod) (2) 4/2.5" Stroke 25" STRUCTURAL Charge Box Sides 1/4" Charge Box Floor 3/8" Ram lace 3/8" Ram Bottom 3/8" Ram Top 1/4" Breaker Bar (Structural Angle) 8 x 6 x 3/4" Weight 7121 lbs 87" 67" 84" 2210 mm 1702 mm 2134 mm " 84" 2921115 mm 2286 mm 2134 mm 159" 90" 84" 4038.6 mm 2286 mm 2134 mm 180" 90" 84" 4572 mm 2286 mm 2134 mm METRIC SIZE .76 m3 .53 m' 775 mm x 1162 mm 559 mm x 1219 mm 1067 mm 98m3 25 sec. 167 kN 167 kN 246 kPa 246 kPa 152 mm 7.5 kW 120 VAC 43 L/min 10 mPa 10 mPa 101 x 63 mm 635 mm 4 B 1 STANDARD FEATURES Double End Pick-up 12" Sump Full Door Seal Tri-voltage Transformer Constructed of CO Prime Hot Rolled Steel OPTIONS Container Full Light Deadman Controls Oil Heaters Multi -Cycle Timer Fabricated Options • Doghouse, Hoppers, Chute, etc. 6.3 mm All designs and specifications are subject to change at 9.5 mm the manufacturer's sole discretion at any time without 9.5 mm notice. The data published herein is informational in 9.5 mm nature and should not be construed to warrant suitability of the unit for any particular purpose, as performance 6.3 mm may vary with the conditions encountered. Only our 203 x 152 x 19 mm standard written warranty for this product is applicable. 3230 Kg Product must be installed and operated in accordance with all applicable standards, codes, regulations and recommended safety procedures. 3es�?a. I .m I 1 WASTE HANDLING EQUIPMENT WASTEC P.D. BOX X049 • ESLEt SC 29641 E COM CTOR COMPANY 864.85 Ds6 • 00.726.7439 �U 0 ► ` a wit �` . FAX 864.859.64.14 • www.bes-pac corn ____ I BP -235 self-containec comps -or 1• For "liquid -tight" applications The Bes-Pac BP -235 features the 2.0 cubic yard compactor and 33 cubic yard container. The unit is liquid tight to a level of 42" above the container floor. • This unit's liquid retention makes it the ideal choice for hotels, hospitals, restaurants, shopping malls or any other facility where waste volume is high and liquids are present. The Bes-Pac BP -235's packing head and holding container are permanently attached to the rigid understructure resulting in exceptional structural integrity. �li�Tbtno WASTE HANDLING EQUIPMENT P.O. BOX 2049 • EASLEY, Sc 29641 864.859.6030 • 800.726.1439 • FAX 864.859.6414 U-2'5 compactor Bustle door utilizes 4 heavy-duty "sliding" hinges in conjunction with a hinge -side ratchet. This allows the door to be securely closed to prevent leakage. 1 1/2" port allows easy wash down under packing head. SPECIFICATIONS MFG Rating WASTEC Rating Clear Top Opening (LxW) Ground Height Capacity per Hour PERFORMANCE Cycle Time Normal Force Maximum Force Normal Ram Face Pressure Maximum Ram Face Pressure Ram Penetration 4x�t11ACIFt1I Motor 10 HP 7.5 kW Control Voltage 120 VAC 120 VAC UL Label All Circuits Fused, Keylock, Start, Stop, and Reverse HYDRAULIC Pump 11.5 GPM 43 L/min Normal Pressure 1,800 PSI 13 mPa Maximum Pressure 1,800 PSI 13 mPa STRUCTURAL All designs and specifications are subject to change at' Ram Face 5/8" 15.8 the manufacturer's sole discretion at any time without mm notice. The data published herein is informational in Ram Top 1/4" 6.3 mm nature and should not be construed to warrant suitability Ram Sides 3/8" 4.8 mm of the unit for any particular purpose, as performance may vary with the conditions encountered. Only our Ram Bottom 3/8" 9.5 mm standard written warranty for this product is applicable. Charging Chamber Floor 3/8" 9.5 mm Product must be installed and operated in accordance with all applicable standards, codes, regulations and Breaker Bar 8 x 6 x 3/4" 203 x 152 x 19 mm recommended safety procedures. STANDARD SIZE 2 yd3 1.61 yd' 42" x 57.5" 52" 175 yd3 33 sec. 38,000 lbs 38,000 lbs 21.1PSI 21.1 PSI 11" E It A B C D E F BP -230 258 9/16" 178 1/2" 104 1/4" 44" 52 1/2" 96" 6568 mm 4533 mm 2647 mm 1067 mm 1334 mm 2489 mm BP -235 276" 195 3/16" 104 1/4" 44" 52 1/2" 96" 7010 mm 4958 mm 2647 mm 1067 mm 1334 mm 2489 mm t• METRIC SIZE 1.52 m3 1.20 m3 1066 x 1460 mm 1320 mm 133 m3 33 sec. 169 kN 169 kN 145 kPa 145 kPa 279 mm STANDARD FEATURES Double End Pick-up 12" Sump Full Door Seal Id -voltage Transformer Constructed of CQ Prime Hot Rolled Steel Remote Power Unit Pressure Gauge Controls in Panel Box Face Compactor Clean -Out Bustle Door 1/4" Packer Sides Replaceable UHMW Ram Guides Center Skid OPTIONS Container Full Light Deadman Controls Oil Heaters Multi -Cycle Timer Fabricated Options Doghouse, Hoppers, Chute, etc. 3esPa_ I 'I"' �� I ' WASTE HANDLING EQUIPMENT -- ��JJ PA Rfi1X 7maQ • FASI RV Sf. 9QF4A 0 1. WASTEC 5ticute cyng istrie • • STAFF REVIEW FORM • X Agenda Request Contract Review _ Grant Review For the Fayetteville City Council meeting of December 4. 2001 FROM: Gary Dumas Solid Waste Environmental Services Name Division Department ACTION REQUIRED: To approve a resolution authorizing up to $100.000 for compactors and compactor, roll -off style containers for lease or purchase by commercial and industrial customers to Best Pac, Easley S.C. and purchase up to $20.000 for open -top roll -off style containers for lease to Solid Waste customers to waste equipment - Mayfab of Beeville, TX (Bid - 01-57). COST TO CITY: $ 120,000.00 Cost of this Request 5500-5010-5890-00 Account Number 99038 Project Number t 1 ' $ 120,000.00 Category/Project Budget $ -0- Funds Used to Date $ 120,000.00 Remaining Balance Dumpster Lease Program Category/Project Name Program Name Solid Waste Fund X Budgeted Item Budget Adjustment Attached Administrative Services Director CONTRACT/GRANT/LEASE REVIEW: Accounting Manager Date City At mcy Date Purchasing Officer Date GRANTING AGENCY: ADA Coordinator Date Internal uditor Date STAFF RECOMMENDATION: Approval of the Resolution and Budget Adjustment ivision Head Date Cross Reference ! f __ Department irector Date New Item: Yes No )irector O atePrev Ord/Res #: ate Orig Contract Date: FAYETTEVltLE THE CITY OF FAYETTEVILLE, ARKANSAS DEPARTMENTAL CORRESPONDEN To: Gary Dumas, Utilities Services From: Heather Woodruff, City Clerk Date: December 6, 2001 Please find attached a copy of Resolution No. 164-01 approving the purchase of trash compactors and roll -off contrainer/compactors from Bes-Pac, Inc. and the purchase of open -top roll -off containers from Waste Equip-Mayfab, Inc. The original will be microfilmed and filed with the City Clerk cc: Nancy Smith, Internal Audit Carol Hill, Environmental Affairs 010 03 23ttof Fayetteville 12/11/2001 Update Index Maintenance 10:25:37 Document Item Action Reference Date Ref. Taken Brief Description RES 12042001 164 PURCHASE TRASH COMPACTORS/ROLL-OFF Enter Keywords........: RES. 164-01 II I III II si : .,-; File Reference #......: Security Class........: Expiration Date.......: Date for Cont/Referred: Name Referred to......: Retention Type: **** Active * Cmdl-Return Cmd8-Retention Cmd4-Delete Cmd3-End Press 'ENTER' to Continue Cmd5-Abstract Yes No (c) 1986-1992 Munimetrix Systems Corp.