Loading...
HomeMy WebLinkAbout89-02 RESOLUTIONRESOLUTION NO. 89-02 A RESOLUTION APPROVING THE PURCHASE OF SEVEN (7) 2003 MACK LE613 SANITATION TRUCKS WITH LABRIE AUTOMATED SOLID WASTE BODIES FROM ARKANSAS POWER STEERING AND HYDRAULICS, INC IN THE AMOUNT OF ONE MILLION THREE HUNDRED SEVENTY-FIVE THOUSAND FOUR HUNDRED SIXTEEN DOLLARS ($1,375,416.00). BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1. That the City Council hereby approves the purchase of seven (7) 2003 Mack LE613 sanitation trucks with Labrie automated solid waste bodies from Arkansas Power Steering And Hydraulics, Inc. in the amount of One Million Three Hundred Seventy -Five Thousand Four Hundred Sixteen Dollars ($1,375,416.00). Section 2. 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 June 2002. WO* By: a-ed£rk EATHER WOODRUFF, APPROVED: By: DAlkgPODY Mayor • NAME OF FILE: CROSS REFERENCE: Resolution No. 89-02 • 06/04/02 Resolution No. 89-02 04/19/02 Bid Tabulation No. 02-24 Bid Information 05/21/02 Staff Review Form 06/05/02 Memo to W. A. Oestreich, Fleet Operations, from Heather Woodruff, City Clerk NOTES: 015 DESCRIPTION: SOLID WASTE EQUIPMENT T T 0 O 0 m m It mm 10 ' r. 0 J m W 0 y 0 J m t m 0 2 is • • 0i 0 bc m m j, �+ 9 0 • h 0 0 0 8 88 8 05 0 i GI0. §n Ww % b A A M N M N N MCNEILUS COMPANIES PETERBILT OF SPRINGDALE SHIPLEY MOTOR EQUIP COMPANY 2 U 5 5 a I AYI 1 11 VII 1.1 • • CITY OF FAYETTEVILLE FLEET OPE Ira HS r li '1 T v u 1 1 vs 47A444.3498 MTBRIOFFICEMEMO NUM FAX: 479.444# 2 TO: Mayor/City Council THRU: Greg Boettcher, Public Works Director THRU: Peggy Vice, Purchasing Manager FROM: W. A. Oestreich, Fleet Operations Superintendent C. L. Hill, Solid Waste & Recycling Administrator DATE: April 27, 2002 SUBJECT: BID AWARD RECOMMENDATION 02-24 - Project 02082 Reference the attached Agenda Request for the Award of Bid 02-24, Item #1, to the lowest qualified bidder meeting specifications. This Vendor is Arkansas Power Steering & Hydraulics, 900 Fiber Optic Dr., N. Little Rock, AR 72114. (Vendor #9822). The Bid Tabulation Sheet dated April 19, 2002, is included along with a copy of the formal bid that was sent to each of the vendors on the Bidders List. Also attached is a completed copy of the successful bid. Specification Deviations: Peterbilt of Springdale Frame thickness was increased which would add weight to body. Right hand drive seat is a stand up seat with folding door. Full Steel inner liner which will add weight to the body. Jake brake not retarder. Bidder does not show exceptions for Rear and Front Suspensions. Other items to numerous to include in this memo. Specification Deviations: McNeilus 300 Horsepower not 350. Stand up right hand drive. Exceeds requirements on most steel gauges, which adds additional weight. Articulated arm (Cart grabber) does not go above and below grade. Decreased capacities in hydraulic reservoir. Other items too numerous to include in this memo. Specification Deviations: Shipley Motor Equipment Company Exceeds specifications on most steel gauges which increases total body weight. Articulating • • arm does not allow operation below grade and has longer cycle time. Other items too numerous to include in this memo. Specification Deviations: Arkansas Power Steering & Hydraulics Inc. No Deviations from Bid Specifications. These items have been evaluated for compliance with original specifications along with anticipated Manufacturer and Dealer support necessary to maintain them in a proper and efficient manner. A post bid conference was also held with the Bidder and the Representative for the Units bid to assure the compliance with our needs. It has been with an objective attitude that this bid has been evaluated. This recommendation has been reviewed by Representatives of the Solid Waste Division, Fleet Operations Division and the Equipment Committee. Therefore, the following is submitted for purchase approval by the Council: Item 1: Arkansas Power Steering & Hydraulics - 2003 Mack LE -613 w/Labrie Automated Side Loader @ $196,488.00 SUMMARY TO BE DELIVERED AS COMPLETE UNITS: Arkansas Power Steering & Hydraulics - 7 Units at $196,488.00 TOTAL BID AWARD: $1.3751416.00 ITEM 1. The budgeted amount for items of this type is in account 9700-1920-5802.00, Project 02082, 5500-5010-5802.00, 5500-5020-5802.00 & 5500-5060-5802.00, Project 02033. H:%bid-00102-24Bid Award.10M. wpd FAYE'I"TEVILLE THE CITY OF FAYETTEVILLE, ARKANSAS DEPARTMENTAL CORRESPONDENCE • TO: Carol Hill FROM: Barbara Olsen DATE: April 22, 2002 SUBJECT: Monthly Maintenance Charges The figure of $1039.00 per month for maintenance and overhead charges was arrived at by averaging the actual maintenance costs for all the trash trucks over a three year period (taking into consideration the number of months that each vehicle was in service during the three years.) The overhead charges included in this figure ($169.00) are the maintenance related overhead charges averaged for all city vehicles and equipment. Respectfully, ea, ... Barbara K\Forms\Veh6pansion RequestWK4 `INormsl VehJxpansion Request. • • City of Fayetteville, Arkansas Request for Expansion/Replacement Equipment Department: lel t l i /T/E3 -0z. V i C t s Date of Request Division: .ID L t A W 4-s rr 4//2 a/ O a Program. CirrJe On:�e: E,(-1,.l,%I?"" (ment`If be Date 4ansig or Rep replacement, unit # to replaced required: o YL7Z4ount Current Veh. Monthly chgs.: Motor Pool 4t Replacement 17—iZ Budgeted $ EgrArisra,J — EAcPt: {f -14Monthly chgs.: Motor Pool 11 d 39 . o 0 Replacement 24(97 oV Amount Budgeted $ Description of the equipment to be purchased/transferred: // r e. A w/ �c-- 4-B ,tela,s, rz . Justification for this equipment: A _' o �f ,' a n D C� r��'-et_. A — �p ic_e_e ..nom ��x(e/ n,�t:�G'2�� ", attle ,A-9 . Approval Signatures: Approval Signatures: ea ^�� O / Department Director Date ' ed • . - :. ons Superintendent Date Admin. Services Director Date Budget Manager Date Mayor Date K\Forms\Veh6pansion RequestWK4 `INormsl VehJxpansion Request. • CITY OF FAYETTEVILJLE 11113 rl�'It o bt(Bli taouD Fayetteville, AR 72701 FLEET OPERATIONS 501-444-3494 INVITATION TO BID BID #: 02-24 DATE ISSUED: April 8, 2002 DATE & TIME OF OPENING: April 19, 2002 - 11:30 A.M. BUYER: Peggy Vice, Purchasing Manager, Room 306 -.(501) 575-8289 DATE REQUIRED AS COMPLETE UNIT: 90 Days from receipt of order. F.O.B.: Fayetteville, AR *Guaranteed Delivery Date: /ZO — Z/D %-y S ITEM: DESCRIPTION: QTY. * PRICE PER UNIT 1. Heavy Duty Cab/Chassis w/Mounted Automated Sanitation Body per Item #1 of Specifications attached: 7 /1'4 Vert; EXECUTION OF BID - Upon signing this Bid, the bidder certifies that they have read and agree to the requirements set forth in this bid proposal, including terms and standard conditions, and pertinent information regarding the article being bid on. Unsigned bids will be rejected. "NAME OF FIRM: :,,147,15A5 Cwt[ 2,‘„„„o r *BUSINESS / ADDRESS: X91)6 ' 5 9 3C "CITY: / L • C t in a %C OcK *STATE: /IZ *ZIP: --7Z//K Page 1 of 16 • • *PHONE: 5-01- 37Z- yo Z 7 *FAX: Sb/- 37Z- 7Ztt 'PRINTED NAME: C /+rZri—y E AcKsu-✓ "AUTHORIZED SIGNATURE: / f/ �yf. *TITLE: ES /' / Eli PLEASE NOTE: ALL ITEMS MARKED * ARE CONSIDERED MANDATORY REQUIREMENTS FOR CONSIDERATION OF BID, FAILURE TO COMPLETE THESE ITEMS MAY RESULT IN REJECTION OF BID. THIS REQUEST FOR BID IS NOT TO BE CONSTRUED AS AN OFFER, A CONTRACT, OR A COMMITMENT OF ANY KIND; NOR DOES IT COMMIT THE CITY TO PAY ANY COSTS INCURRED BY THE BIDDER IN THE PREPARATION OF THIS BID. 1. All bids shall be submitted on forms provided by the City with the item bid and the bid number stated on the face of the sealed envelope. Bidders MUST provide the City with their bids signed by an employee or officer having legal authority to submit bids on behalf of the bidder. The entire cost of preparing and providing responses shall be bome by the bidder: 2. Bidders shall include all applicable local, state, and federal sales tax in this bid. Tax amount MUST show as a separate item. 3. Bids received after the date and time set for receiving bids will NOT be considered. The City will NOT be responsible for misdirected bids. MAIL OR DELIVER BIDS TO: CITY OF FAYETTEVILLE PURCHASING OFFICE - ROOM 306 113 W MOUNTAIN FAYETTEVILLE, AR 72701 Vendor should call the Purchasing Office at 501.575.8289 to insure receipt of their bid documents prior to opening date and time listed on the bid form. 4. The City reserves the right to accept or reject any or all bids, waive formalities in the bidding and make a bid award deemed to be in the best interest of the City. The City shall be able to purchase more or less than the quantity indicated subject to availability of funds. 5. Each bidder MUST state on the face of the bid form the anticipated number of days from the date of receipt of order for delivery of the completed units to the City of Fayetteville, Arkansas. Page 2 of 16 • • • •'AYF• n=vu i - C TY OF FAYETTEVILLE vin Lwlo moulintaow �t o Fayetteville, AR 72701 FLEET OPERATIONS 501-444-3494 INVITATION TO BID BID #: 02-24 DATE ISSUED: April 8, 2002 DATE & TIME OF OPENING: April 19, 2002 - 11:30 A.M. BUYER: Peggy Vice, Purchasing Manager, Room 306 - (501) 575-8289 DATE REQUIRED AS COMPLETE UNIT: 90 Days from receipt of order. F.O.B.: Fayetteville, AR '•ri�4 ',0 I. I;:r ITEM: DESCRIPTION: QTY. I. r. PEP ,'NO 1. Heavy Duty Cab/Chassis w/Mounted Automated Sanitation Body per Item #1 of Specifications attached: 7 EXECUTION OF BID - Upon signing this Bid, the bidder certifies that they have read and agree to the requirements set forth in this bid proposal, including terms and standard conditions, and pertinent information regarding the article being bid on. Unsigned bids will be rejected. • • • Page 1 of 16 r •O • • t .'r • •v11Z: • • 6.1CIN i'!R .: . Af '.. i l'E •i `' .l '•1',. 't F' .. . • •: • u• THIS REQUEST FOR BID IS NOT TO BE CONSTRUED AS AN OFFER, A CONTRACT, OR A COMMITMENT OF ANY KIND; NOR DOES IT COMMIT THE CITY TO PAY ANY COSTS INCURRED BY THE BIDDER IN THE PREPARATION OF THIS BID, 1. All bids shall be submitted on forms provided by the City with the item bid and the bid number stated on the face of the sealed envelope. Bidders MUST provide the City with their bids signed by an employee or officer having legal authority to submit bids on behalf of the bidder. The entire cost of preparing and providing responses shall be bome by the bidder. 2. Bidders shall include all applicable local, state, and federal sales tax in this bid. Tax amount MUST show as a separate item. 3. Bids received after the date and time set for receiving bids will NOT be considered. The City will NOT be responsible for misdirected bids. 611I,••IL d:“ Epl M. , . •`1; 1 • . • r. V 1t•. . .7. Vendor should call the Purchasing Office at 501.575.8289 to insure receipt of their bid documents prior to opening date and time listed on the bid form. 4. The City reserves the right to accept or reject any or all bids, waive formalities in the bidding and make a bid award deemed to be in the best interest of the City. The City shall be able to purchase more or less than the quantity indicated subject to availability of funds. 5. Each bidder MUST state on the face of the bid fore the anticipated number of days from the date of receipt of order for delivery of the completed units to the City of Fayetteville, Arkansas. Page2of 16 • • • • • 6. Time is specifically made of the essence of this contract and failure to deliver on or before the time specified in the contract may subject the contractor to the payment of damages. 7. All bid prices shall be FOB Fleet Operations, 1525 S. Happy Hollow Rd., Fayetteville, AR, 72701, and shall include all dealer preparation charges, labor, materials, overhead, profit, insurance, inspection fees, etc., to cover the furnishing of the unit/units bid. 8. Standard Manufacturers Warranty shall apply to each unit as specified. A copy of the applicable warranty MUST accompany the bid with any exception to the warranty clearly noted on the Bid Form. Warranty on accessories/equipment fumished by an after market vendor MUST be noted. 9. Any exceptions to the requirements of the City of Fayetteville MUST be noted on the Bid Form. If products and/or components other than those described on this bid document are proposed, the bidder must include complete descriptive literature and technical specifications. The City reserves the right to request any additional information it deems necessary from any or all bidders after the submission deadline. 10. Installation of Dealership/Distributorship Logo is PROHIBITED. 11. The completed unit/units delivered to the City of Fayetteville shall comply with all accepted commercial standards for materials and supplies which are new and unused except for normal testing and evaluation needed to prior to release for delivery. 12. All items marked "MANDATORY REQUIREMENT FOR CONSIDERATION OF BID" MUST be completed and returned with the bid or the bid may be considered as non-responsive and rejected on that basis. 13. Service Manuals (Either printed or CD) shall be provided to cover the Chassis, Powertrain, Body and any modifications to production items. 14. A training session shall be provided at a City of Fayetteville Facility to familiarize City Employees with the operational and maintenance needs of any special equipment fumished. BID # 02-24 BASIC SPECIFICATIONS General Specification Requirements are as follows: HEAVY DUTY TRUCK CAB/CHASSIS WITH AUTOMATED SANITATION BODY THESE ARE MINIMUM SPECIFICATIONS ONLY and are not limited or restricted to the following. Page 3 of 16 • • ALL UPGRADE OR DOWNGRADE VARIATIONS/DEVIATIONS/SUBSTITUTIONS MUST BE CLEARLY ANNOTATED. IN THE ABSENCE OF SUCH STATEMENTS, THE BID SHALL BE ACCEPTED AS IN STRICT COMPLIANCE WITH ALL TERMS, CONDITIONS, AND SPECIFICATIONS AND THE SUPPLIER SHALL BE HELD LIABLE. Altemates will be considered provided each Supplier clearly states on the face of his proposal exactly what he proposes to furnish and forwards necessary descriptive material which will clearly indicate the character of the article covered by his bid. All Bids are subject to Staff analysis. Fleet standardization requirements, replacement parts availability, warranty service availability and Manufacturer/Distributor/Dealer Field support of operational units will be considered. All Units Bid shall show deviations to line item specifications on the "Minimum Specification" attached with referral to each item. Utilizing a copy of these specifications with variations "hi-lited" and specifics noted is suggested. All equipment shall be new and unused and of the Manufacturers Current Model Year and shall include all standard equipment as advertised by the Manufacturer. All vehicles and equipment listed herein shall comply with applicable Federal and State Safety, Emission and Pollution Control Requirements in effect at time of delivery. Standard Manufacturer's Warranty shall be fumished. Minimum Warranty period shall be no less than 1 year. Field demonstrations of currently operational units which are offered as a substitute, variation, or deviation may be required as part of Staff analysis at the option of Staff members or other qualified interested parties. Properly documented referrals may be required of vendors which allows field evaluation of units in a comparable operational area. The City of Fayetteville reserves the right to accept the best bid for the City, and is not required to accept the lowest priced bid. The City also reserves the right to reject any or all bids and will be the sole judge of what comprises the best and most advantageous unit to meet the needs of the City. GENERAL PROVISIONS AND REQUIREMENTS 1. GENERAL It is the intent and purpose of these specifications to secure for the purchaser the necessary equipment and accessories which will be capable of performing in a safe, practical and efficient manner consistent with accepted commercial standards. 2. MATERIALS AND WORKMANSHIP All equipment, materials and workmanship shall be of the highest grade in accordance with modem practice . The equipment supplied will be new and unused except for the necessary testing, calibration and transportation. Page 4 of 16 • • 3. WARRANTY All items fumished in accordance with these specifications shall be covered by the manufacturer's and/or supplier's standard warranty or guarantee on new equipment. The minimum warranty period on new equipment must be one year. Warranty which will be honored by other than the supplier bidding must be annotated. 4. PARTS AND SERVICE To best service the requirements of the purchaser, it is the intent of these specifications fo secure equipment, which can be properly maintained and serviced without the necessity of stocking an expensive parts inventory or being subjected to long periods of interrupted service due to the lack of spare parts. All suppliers submitting proposals must have available a parts and service facility within an area to allow 1 day service on any parts or service needs. The facility shall be staffed with full time technical personnel, as well as order and shipping personnel, during regular business hours and days. ANY BIDDER, WHETHER A MANUFACTURER OR DESIGNATED DEALER, WHO CAN PROVIDE MATERIALS , FEATURES OR OPTIONS TO MEET THE SPECIFICATIONS OUTLINED HEREIN AND WILFULLY FAILS TO DO SO BECAUSE OF PRICE OR TO GAIN A PRICING ADVANTAGE IN A COMPETITIVE BID SITUATION WILL BE DEEMED NON- RESPONSIVE. ANY FURTHER CONSIDERATION OF THEIR BID SUBMISSION WILL NOT BE CONSIDERED. SHOULD THEIR CURRENT LITERATURE OR PRICE LISTS FOR MATERIALS, FEATURES, OR OPTIONS INDICATE THEIR ABILITY TO PROVIDE SAME TO MEET THESE SPECIFICATIONS, AND THEY FAIL TO DO SO, THEY WILL BE DEEMED NON-RESPONSIVE AND DECLARED INELIGIBLE TO RECEIVE THE AWARD FOR THE UNIT SPECIFIED. FINALLY, ANY CLAIMS THAT AN ITEM BID EXCEEDS THE STATED SPECIFICATION MUST BE DEMONSTRATED IN A PERFORMANCE DEMONSTRATION IN DIRECT COMPETITION WITH OTHER UNITS BID BY OTHER MANUFACTURERS PRIOR TO AN AWARD OR THE BID WILL BE DEEMED UNRESPONSIVE FOR FAILURE TO SUBSTANTIATE THE CLAIM. COMPLIANCE WITH APPLICABLE FEDERAL / STATE / LOCAL SAFETY REQUIREMENTS, SUPERSEDES THE REQUIREMENTS AS LISTED BELOW. ITEM 1. HEAVY DUTY TRUCK CHASSIS WITH MOUNTED AUTOMATED STYLE WASTE DISPOSAL BODY COMPLIANCE WITH APPLICABLE FMVSS SUPERSEDES REQUIREMENTS AS LISTED BELOW. MINIMUM SPECIFICATIONS ONLY BODY STYLE: Low Entry Cab Forward Cab/Chassis w/LH Drive & RH Operating Position with Phone Booth style Door. Page 5 of 16 • • WHEELBASE: As Required to conform to requirements of Body listed below. CAB/AXLE DIMENSION: As Required to conform to requirements of Body listed below. DIESEL ENGINE: 6 CYL. MINIMUM ONLY: 728 C.I.D. Displacement, 350 H.P. @ 1800 R.P.M., 1360 Ib -ft Torque @ 1200 R.P.M.-120 Volt 1500 Watt Engine Block Heater, Dry Type Air Cleaner with Restriction Indicator, Automatic Warning System with Automatic Shut Down, Spin -On Fuel Filters, Air to Air Intercooler, key type shut off, underframe exhaust. MANDATORY REQUIREMENT FOR CONSIDERATION. PLEASE STATE: MANUFACTURER: MODEL DESIGNATION: C.I.D. DISPLACEMENT: H.P. RATING: (a) R.P.M. TORQUE RATING: R.P.M. TRANSMISSION: 6 Speed Automatic Allison HD-4060PR-6 with Extemal Auxiliary Cooler, Replaceable element Oil Filter, Output Retarder, 00 Level Sensor, Rear Support, Remote Shift Selector, Power Take off drive provision as required for body listed. GVW RATING: 64,000 LBS FRAME: 13.375" X 3.25" X .375 Steel Section Modulus 23.49 cu. in./RBM 2,580,000 in Ib per rail. AXLES: TANDEM DRIVE: 46,000 LB. Cap. - CRDPC 200 Carrier - 4.17 Ratio - Mack Tandem Model 5-462 or equal, with Camelback anti -sway Suspension or equal, Bronze Trunnion Bushings with Transverse Torque Rod. FRONT: 20,000 LB. Cap. Model FAW-20 Multi Leaf Spring Suspension ALTERNATOR: 160 AMP. BATTERIES: 3 - Group 31 - 1900 CCA. w/Aluminum Covered Box FUEL SYSTEM: 70 Gal. Cap Aluminum Tank COOLING SYSTEM: 1050 Sq. In. 3 Row Core Radiator, Silicone Hoses, Filter/Conditioner. STEERING: 592S Sheppard Integral Hydraulic Power Assist 20.1:1 Ratio WHEELS & TIRES: 8.25" Aluminum Disc 10 Hole Hub Pilot Type With 11-22.5 G-124 Page 6 of 16 • • Goodyear Steel Belt Radial Tires on Drive Wheels, 12.25" Aluminum Disc 10 Hole Aluminum Hub Pilot with 425/65R22 5 G-286 Goodyear Steel Belt Radial Tires on Steer Axles with necessary Ply Rating and Load Range Rating to be compatible with required GVW. Steel Belt Radial Tires of necessary Ply Rating and Load Range Rating to be compatible with required GVW. RADIO: O.E.M. AM/FM FLOOR COVERING: Non -Skid Vinyl/Rubber SEAT: H.D Vinyl High Back Air Ride Drivers Seat, Air Suspended RH Operators Seat. CAB: Standard Manufacturers Current Model Year, Equipped with O.E.M. Heater and Air Conditioner capable of maintaining sufficient temperature control and air flow for operator comfort. COLOR: EXTERIOR -White Urethane - with Clear Coat INTERIOR -Grey WIPERS: 2 Speed Intermittent MIRRORS: Left/Right Heated Power Operating Adjustment West Coast Style, with 4" Convex Spot Mirrors Arm Mounted above and below the standard mirrors. GLASS: Tinted, Maximum Glass area offered by the Manufacturer shall be made available. BRAKE SYSTEM: Meritor/Wabco 318 - 14 CFM Compressor or equal. Aluminum Air Tanks, S -Cam 16-1/2" X 5" Front, S -Cam 16-1/2" X 7" Rear, 4 Rear Spring Style Parking Brake Chambers, Heated Air Drier, heated automatic drain valves. SAFETY EQUIPMENT: Electronic Back -Up Alarm, 7 Marker Lamps, Front Tow Hooks, Dual Air Homs, 3 Point Retractable Seat Belts, Interior Sun Visor -Both Sides, Manual Reset Circuit Breakers, Skid Plate under Radiator, Waterproof connectors SIDE LOADING AUTOMATED REFUSE PACKER BODY - STRAIGHT FRAME CAPACITY 27 CU.YD 1. Body capacity The minimum capacity of the body shall be 27 cu. yd. excluding hopper area. Hopper capacity shall be 6.5 cu. yd. CHECK AS APPLICABLE: MANDATORY REQUIREMENT FOR CONSIDERATION. COMPLY AS PER MINIMUM SPECIFICATIONS STATED. DEVIATIONSNARIATIONS/SUBSTITUTIONS LISTED AS FOLLOWS: Page7of 16 2. Body dimensions The body shall be tapered to facilitate the unloading of the material. Total taper dimension of the body sides shall be 12". Inside body width at front shall be 75-3/4", inside body width at rear shall be 88". Outside body width shall be 96". The inside body height shall be 96-1/2". The outside body height above frame shall be 101". The overall length including hopper shall be 275-1/2" CHECK AS APPLICABLE: MANDATORY REQUIREMENT FOR CONSIDERATION. COMPLY AS PER MINIMUM SPECIFICATIONS STATED. DEVIATIONSNARIATIONS/SUBSTITUTIONS LISTED AS FOLLOWS: 3. Floor construction The hopper floor shall be made of abrasion resistant steel, grade shall be S-107. Hopper floor thickness shall be 1/4", floor yield strength shall be 65,000 psi. The body floor shall be rounded, thickness shall be 10 ga. Body floor steel grade shall be ASTM A-715 GR -80F floor yield strength shall be 80,000 psi. The body long sills shall be HSS Tubing 6" X 2" X 3/8". CHECK AS APPLICABLE: MANDATORY REQUIREMENT FOR CONSIDERATION. COMPLY AS PER MINIMUM SPECIFICATIONS STATED. DEVIATIONSNARIATIONS/SUBSTITUTIONS LISTED AS FOLLOWS: Page 8 of 16 • • 4. Side construction Body wall thickness shall be 12 ga. Body wall steel grade shall be ASTM A-715 GR 80F, yield strength shall be 80,000 psi Rub rail thickness shall be 12 ga. Rub rail steel grade shall be A-569. Rub rail dimensions shall be 8" X 3-3/16" X 9-7/8". A body window, made of expanded metal, of 8" X 8" shall be installed on the front wall of the body, to indicate when body is full. A hopper access door shall be installed to permit the driver to have access to the hopper if something falls off the cart. The hopper access door thickness shall be 14 ga. The hopper access door steel grade shall be A569. The hopper access door dimensions shall be 32 X 44". CHECK AS APPLICABLE: MANDATORY REQUIREMENT FOR CONSIDERATION. COMPLY AS PER MINIMUM SPECIFICATIONS STATED. DEVIATIONSNARIATIONS/SUBSTITUTIONS LISTED AS FOLLOWS: 5. Roof construction Body roof shall be rounded and made of high tensile steel to ensure strength when material is packing against it:. Roof thickness shall be 12 ga. The roof steel grade shall be ASTM A-715 GR 80F, yield strength shall be 80,000 psi. CHECK AS APPLICABLE: MANDATORY REQUIREMENT FOR CONSIDERATION. COMPLY AS PER MINIMUM SPECIFICATIONS STATED. DEVIATIONSNARIATIONS/SUBSTITUTIONS LISTED AS FOLLOWS: Page 9 of 16 • • • • 6. Rear tailgate The rear tailgate shall be hydraulically operated, bustle type with an automatic lock mechanism and hydraulic safety locks Tailgate thickness shall be 12 ga. The tailgate steel shall be ASTM A-715 GR 80F, yield strength shall be 80,000 psi. The tailgate shall be operated by 2 cylinders. Tailgate cylinders shall be chromed Tailgate cylinder bore diameter shall be 2-1/2", rod diameter shall be 1-3/4", stroke shall be 39". Tailgate cycle time at idle shall be 55 sec. A rubber seal shall be installed on the tailgate to prevent liquid leakage and banging on back of body: Tailgate seal shall extend across the entire bottom and vertically up each side at least 30 inches. A cab mounted and audible alarm shall be provided to indicate that the tailgate is unlocked. A manual control with safety lock shall be installed in the cab to prevent accidental activation. Tailgate safety prop shall be provided. CHECK AS APPLICABLE: MANDATORY REQUIREMENT FOR CONSIDERATION. COMPLY AS PER MINIMUM SPECIFICATIONS STATED. DEVIATIONSNARIATIONS/SUBSTITUTIONS LISTED AS FOLLOWS: 7.Packer The packer shall be 24° high providing 75400lbs of force on material, ensuring efficient packing. The packer shall be unitized, integral with body and shall be guided by 2 rails in which wear plates are made of steel grade AR500. Wear plates thickness shall be 1/4". Rail dimensions shall be 3-1/2" X 2-3/16". Page 10 of 16 • • • • Packer wear shoes steel grade shall be AR 425. Packer wear shoes thickness shall be 3/8". Packer shall be operated by 2 cylinders. Packer cylinders shall be chromed Cylinder bore diameter shall be 4", diameter shall be 2-1/2", stroke shall be 40". Maximum operation pressure shall be 3,000 psi. Maximum compaction of refuse shall be 900 lbs/cu yd Inside width of packing ram shall be 65-1/2", Inside height of packing ram shall be 24". Packing ram stroke shall be 52". Packing ram top steel grade shall be A-514 / CHT -100. Packing ram top thickness shall be 1/4". Packing ram top yield strength shall be 1000,000 psi. Packing face plate steel grade shall be A514 / CHT -100. Packing face plate thickness shall be 1/4". Packing face plate yield strength shall be 100,000 psi. Packing ram swept volume shall be 1.75 cu. yd. Penetration of the ram into body shall be 12". Packer ram cycle time shall be 14 sec. Packer shall be reinforced with a combination of structural members for maximum rigidity. Auto Retract of packer after pick up of cart. Packer controls shall consist of start, retract and emergency stop. Emergency red button shall be provided to stop packer ram movement at any time. One complete set of Dual Side Moveable Joy Stick packer control located in cab shall be provided and shall be operable from left to right control stations. • Control buttons shall be heavy duty, industrial type, color coded, corrosion proof and weather resistant: CHECK AS APPLICABLE: MANDATORY REQUIREMENT FOR CONSIDERATION. COMPLY AS PER MINIMUM SPECIFICATIONS STATED. DEVIATIONSNARIATIONS/SUBSTITUTIONS LISTED AS FOLLOWS: Page 11 of 16