HomeMy Public PortalAbout133-2016 - Sanitation - Best Equipment Co - Trash TruckAGP.EEMTNT ORIGINAL
THIS AGREEMENT made and entered into this t I day of Y0 V t4yIL %, 2016, and referred
to as Contract No. 133-2016 by and between the City of Richmond, Indiana, a municipal
corporation acting by and through its Board of Sanitary Commissioners (referred to as the "City"),
and Best Equipment Co. Inc., 5550 Poindexter Drive, Indianapolis, IN 46235 (hereinafter referred
to as the "Contractor").
SECTION 1. STATEMENT AND SUBJECT OF WORK
City hereby agrees to purchase from Contractor one (1) dual arm residential trash truck with said
vehicle being more specifically described on Exhibit `B" attached hereto and incorporated by
reference herein. Generally, City agrees to purchase, and Contractor agrees to furnish, a Labrie
Expert T Dual Arm Trash Truck with Freightliner M2 cab and chassis. The foregoing shall meet
the requirements previously requested by the City which are set forth on the specifications sheet to
which the Contractor has responded with said response being attached hereto as Exhibit `B".
A Request for Quotes has been made available for inspection by Contractor, is on file in the office
of the Department of Sanitation for the City of Richmond, consisting of two (2) typewritten pages,
which is attached hereto and incorporated by reference herein as Exhibit "A".
The response of Contractor to said Request for Quotes is attached hereto and incorporated by
reference herein as Exhibit `B", consisting of eleven (11) typewritten pages.
Should any provisions, terms, or conditions contained in any of the documents attached hereto and
incorporated by reference herein as Exhibits, conflict with any of the provisions, terms, or
conditions of this Agreement, this Agreement shall be controlling.
The Contractor shall furnish and deliver the vehicle described on Exhibit `B" attached hereto as
soon as is practically possible, but said deliver shall not exceed one hundred eighty (180) days from
the receipt of the purchase order pertaining to this Agreement.
No performance of services shall commence until the following has been met:
1. The City is in receipt of any required certificates of insurance and/or warranties;
2. The City is in receipt of any required affidavit(s) signed by Contractor in accordance with
I.C. § 22-5-1.7-11(a)(2); and
3. A purchase order has been issued by the Purchasing Department.
SECTION H. STATUS OF CONTRACTOR
Contractor shall be deemed to be an independent contractor and is not an employee or agent of the
City of Richmond. The Contractor shall provide, at its own expense, competent supervision of the
work relative to the delivery of the vehicle described herein.
SECTION III. COMPENSATION
City shall pay Contractor the sum of two hundred forty-nine thousand one hundred sixty-five dollar
and 00/100 ($249,165.00) in consideration for the Vehicle specifically described within the
Exhibits attached hereto, inclusive of delivery.
1 1 Page
SECTION IV. TERM OF AGREEMENT
This Agreement shall become effective when signed by all of the parties hereto and shall continue
until such time that the Contractor delivers the vehicle, in new and working condition, to the City.
Nothing in this agreement shall be interpreted to waive any of the City's remedies that may be
available to it at law or in equity, specifically those pertaining, in any manner, to laws pertaining
to a purchaser's remedies for the furnishing of a defective automobile.
Notwithstanding the term of this Agreement, City may terminate this Agreement in whole or in
part, for cause, at any time before the delivery of the vehicle described above specifying the reasons
for termination which shall include but not be limited to the following:
a. failure, for any reason of the Contractor to fulfill in a timely manner
its obligations under this Agreement;
b. submission of a report, other work product, or advice, whether oral or written, by the
Contractor to the City that is incorrect, incomplete, or does not meet reasonable
professional standards in any material respect;
c. ineffective or improper use of funds provided under this Agreement;
d. suspension or termination of the grant funding to the City under which this Agreement
is made; or
e. unavailability of sufficient funds to make payment on this Agreement.
This Agreement may also be terminated by either the City or the Contractor, in whole or in part,
by mutual Agreement setting forth the reasons for such termination, the effective date, and in the
case of partial termination, the portion to be terminated.
SECTION V. INDEMNIFICATION AND INSURANCE
Contractor agrees to obtain insurance and to indemnify the City for any damage or injury to person
or property or any other claims which may arise from the Contractor's conduct or performance of
this Agreement, either intentionally or negligently; provided, however, that nothing contained in
this Agreement shall be construed as rendering the Contractor liable for acts of the City, its officers,
agents, or employees. Contractor shall as a prerequisite to this Agreement, purchase and thereafter
maintain such insurance as will protect it from the claims set forth below which may arise out of
or result from the Contractor's operations under this Agreement, whether such operations by the
Contractor or by any sub -contractors or by anyone directly or indirectly employed by any of them,
or by anyone for whose acts the Contractor may be held responsible.
Coveraze
A. Worker's Compensation &
Disability Requirements
B. Employer's Liability
C. Comprehensive General Liability
Section 1. Bodily Injury
Limits
Statutory
$100,000
$1,000,000 each occurrence
$2,000,000 aggregate
2 1 Page
Section 2. Property Damage
D. Comprehensive Auto Liability
Section 1. Bodily Injury
Section 2. Property Damage
E. Comprehensive Umbrella Liability
$1,000,000 each occurrence
$1,000,000 each person
$1,000,000 each occurrence
$1,000,000 each occurrence
$1,000,000 each occurrence
$1,000,000 aggregate
F. Malpractice/Errors & Omissions Insurance $1,000,000 each occurrence
$2,000,000 aggregate
SECTION VI. COMPLIANCE WITH WORKER'S COMPENSATION LAW
Contractor shall comply with all provisions of the Indiana Worker's Compensation law, and shall,
before commencing work under this Agreement, provide the City a certificate of insurance, or a
certificate from the industrial board showing that the Contractor has complied with Indiana Code
Sections 22-3-2-5, 22-3-5-1 and 22-3-5-2. If Contractor is an out of state employer and therefore
subject to another state's worker's compensation law, Contractor may choose to comply with all
provisions of its home state's worker's compensation law and provide the City proof of such
compliance in lieu of complying with the provisions of the Indiana Worker's Compensation Law.
SECTION VII. COMPLIANCE WITH INDIANA E-VERIFY PROGRAM
REQUIREMENTS
Pursuant to Indiana Code 22-5-1.7, Contractor is required to enroll in and verify the work
eligibility status of all newly hired employees of the contractor through the Indiana E-Verify
program. Contractor is not required to verify the work eligibility status of all newly hired
employees of the contractor through the Indiana E-Verify program if the Indiana E-Verify
program no longer exists. Prior to the performance of this Agreement, Contractor shall provide
to the City its signed Affidavit affirming that Contractor does not knowingly employ an
unauthorized alien in accordance with IC 22-5-1.7-11 (a) (2). In the event Contractor violates
IC 22-5-1.7 the Contractor shall be required to remedy the violation not later than thirty (30)
days after the City notifies the Contractor of the violation. If Contractor fails to remedy the
violation within the thirty (30) day period provided above, the City shall consider the
Contractor to be in breach of this Agreement and this Agreement will be terminated. If the
City determines that terminating this Agreement would be detrimental to the public interest or
public property, the City may allow this Agreement to remain in effect until the City procures
a new contractor. If this Agreement is terminated under this section, then pursuant to IC 22-5-
1.7-13 (c) the Contractor will remain liable to the City for actual damages.
SECTION VIII. IRAN INVESTMENT ACTIVITIES
Pursuant to Indiana Code (IC) 5-22-16.5, Contractor certifies that Contractor is not
engaged in investment activities in Iran. In the event Board determines during the course
of this Agreement that this certification is no longer valid, Board shall notify Contractor in
writing of said determination and shall give contractor ninety (90) days within which to
respond to the written notice. In the event Contractor fails to demonstrate to the Board that
3 1 Page
the Contractor has ceased investment activities in Iran within ninety (90) days after the
written notice is given to the Contractor, the Board may proceed with any remedies it may
have pursuant to IC 5-22-16.5. In the event the Board determines during the course of this
Agreement that this certification is no longer valid and said determination is not refuted by
Contractor in the manner set forth in IC 5-22-16.5, the Board reserves the right to consider
the Contractor to be in breach of this Agreement and terminate the agreement upon the
expiration of the ninety (90) day period set forth above.
SECTION IX. PROHIBITION AGAINST DISCRIMINATION
A. Pursuant to Indiana Code 22-9-1-10, Contractor, any sub -contractor, or any person acting
on behalf of Contractor or any sub -contractor shall not discriminate against any employee
or applicant for employment to be employed in the performance of this Agreement, with
respect to hire, tenure, terms, conditions or privileges of employment or any matter directly
or indirectly related to employment, because of race, religion, color, sex, disability,
national origin, or ancestry.
B. Pursuant to Indiana Code 5-16-6-1, the Contractor agrees:
That in the hiring of employees for the performance of work under this Agreement
of any subcontract hereunder, Contractor, any subcontractor, or any person acting
on behalf of Contractor or any sub -contractor, shall not discriminate by reason of
race, religion, color, sex, national origin or ancestry against any citizen of the State
of Indiana who is qualified and available to perform the work to which the
employment relates;
2. That Contractor, any sub -contractor, or any person action on behalf of Contractor
or any sub -contractor shall in no manner discriminate against or intimidate any
employee hired for the performance of work under this Agreement on account of
race, religion, color, sex, national origin or ancestry;
That there may be deducted from the amount payable to Contractor by the City
under this Agreement, a penalty of five dollars ($5.00) for each person for each
calendar day during which such person was discriminated against or intimidated
in violation of the provisions of the Agreement; and
4. That this Agreement may be canceled or terminated by the City and all money due
or to become due hereunder may be forfeited, for a second or any subsequent
violation of the terms or conditions of this section of the Agreement.
C. Violation of the terms or conditions of this Agreement relating to discrimination or
intimidation shall be considered a material breach of this Agreement.
SECTION X. RELEASE OF LIABILITY
Contractor hereby agrees to release and hold harmless the City and all officers, employees, or
agents of the same from all liability which may arise in the course of Contractor's performance of
its obligations pursuant to this Agreement.
SECTION XI. MISCELLANEOUS
4 1 Page
This Agreement is personal to the parties hereto and neither party may assign or delegate any of its
rights or obligations hereunder without the prior written consent of the other party. Any such
delegation or assignment, without the prior written consent of the other party, shall be null and
void. This Agreement shall be controlled by and interpreted according to Indiana law and shall be
binding upon the parties, their successors and assigns. This document constitutes the entire
Agreement between the parties, although it may be altered or amended in whole or in part at any
time by filing with the Agreement a written instrument setting forth such changes signed by both
parties. By executing this Agreement the parties agree that this document supersedes any previous
discussion, negotiation, or conversation relating to the subject matter contained herein.
This Agreement may be simultaneously executed in several counterparts, each of which shall be an
original and all of which shall constitute but one and the same instrument.
The parties hereto submit to jurisdiction of the courts of Wayne County, Indiana, and any suit
arising out of this Contract must be filed in said courts. The parties specifically agree that no
arbitration or mediation shall be required prior to the commencement of legal proceedings in said
Courts. By executing this Agreement, Contractor is estopped from bringing suit or any other action
in any alternative forum, venue, or in front of any other tribunal, court, or administrative body other
than the Circuit or Superior Courts of Wayne County, Indiana, regardless of any right Contractor
may have to bring such suit in front of other tribunals or in other venues.
Any person executing this Contract in a representative capacity hereby warrants that he/she has
been duly authorized by his or her principal to execute this Contract.
In the event of any breach of this Agreement by Contractor, and in addition to any other damages
or remedies, Contractor shall be liable for all costs incurred by City in its efforts to enforce this
Agreement, including but not limited to, City's reasonable attorney's fees.
In the event that an ambiguity, question of intent, or a need for interpretation of this Agreement
arises, this Agreement shall be construed as if drafted jointly by the parties, and no presumption or
burden of proof shall arise favoring or disfavoring any party by virtue of the authorship of any of
the provisions of this Agreement.
IN WITNESS WHEREOF, the parties have executed this Agreement at Richmond, Indiana, as of
the day and year first written above, although signatures may be affixed on different dates.
"CITY" "CONTRACTOR"
The City of Richmond, Indiana, by and through
its Board of Sanitary Commissioners
Sue Miller, President
Dated: % 1. .2- > --1 v
Best Equipment Co. Inc.
Title: Secretary/Treasurer
Dated: Nov. 16, 2016
5 1 Page
APPROVED:
Dated:
6 1 Page
CONTRACT REQUEST FORM
1. Date contract needed (Clerk or agenda deadline): _ _11 /08/2016 Date Submitted to Law*:11 /04/2016
2. Board/Commission that will approve contract Board of Sanitary Commissioners
3. Bas bid been awarded? No Date awarded or expected: 11/8/2016
4. Is this a Common Construction Wage Project? N/A
5. Brief description of work to be performed or supplies to be furnished:
Supplying Richmond Sanitation Department 2017 Dual Arm Labrie Residential
Trash Trucks with Freiahtliner Chassis per Specifications
6. Name and address of Contractor to be retained: Best Equipment Co. Inc.
5550 Poindexter Drive
Indianapolis, IN 46235
7. What method was used to request bids? (check one)
Request for Proposals (RFP) Request for Quotes (RFQ)
__. Bid Specifications State Quantity Purchase Agr. Bid (QPA)
8. What date was the Bid Specificadon1RFP/RFQ/QPA sent out or requested? September 29. 2016
9. Date of Contractor's Response/Proposal/Bid. October 25.2016
10. Did the Contractor supply you with all necessary certificates of insurance, warranties, etc.? Yes -
11. In what office are the Bid Specifieations/RFP/Bid lists on file with the City? Sanitary District
12. Attach Contractor's response unless longer than ten (10) pages. If longer than ten (10) pages, in what
office is Contractor's response filed?
13. Amount to be paid to Contractor $249,165.00
Term of Contract: from signing of contract until Delivery
14. Any other relevant information:
15. Submitted By: Zo64et Department: Sanitation
*Please complete and return, along with all attachments or exhibits, at least one (1) week before the
contract is needed for its Agenda deadline.
March 2009
Exhibit A
PROPOSAL SHEET
One (1) DuaI Arm Residential Trash Truck Price Per Unit $ 249 ,165. 00
Make and Model Number:
Cab and Chassis Freightliner big
Dual Arm Trash Truck Labrie Expert T
Warranty:
Cab and Chassis Per Spec
Dual Arm Trash Truck 1 Year
Awarding dealer will be responsible for warranty work during the duration of the
warranty period including transportation or other expenses incurred if warranty work is
done at any other location than that of the awarding dealer
Delivery Time once PO has been issued. 150 to 180 pays
Bid firm, for how long. 60 Days
Bid to include all shipping and handling charges. Residential TMh Truck to be delivered
to the Richmond Sanitary District 2380 Liberty Avenue, Richmond, IN 47374.
Awarding Dealer will instruct sanitary personnel on operation of the unit at the time of delivery.
Best Equipment Co., Inc.
Company
317-823-3050
Phone Number
October 21, 2016
Date
Mama Dahlman, Secre,£ar;
Charles Parsley Y/
Contact Person
/Treasurer
rwhihit R
24 CU. YD. DROP FRAME AUTOMATED
DUAL SIDE LOADING PACKER BODY
Minimum Specifications Dual Arm Side Loading Packer Body. if the Body you bid does
not comply with these specifications indicate by marking Alternate.
Alternates to the following specifications must he explained in detail. Alternates
must be detailed on a separate sheet page referenced to the appropriate section
number. Failure to furnish this information may be cause for rejection of bid.
Minimum God SpeciFcations
1- Body Capacity
The body shall have rounded shape enhancing resistance
to deformation, durability and better legal payload.
The body & tailgate shall have capacity of not less than
24 cu. yds. excluding hopper
The hopper shall have a capacity of 4 cu. yds.
2- Body dimensions
The large hopper shall permit the loading of a wide range
of materials, and shall be tapered to facilitate unloading.
Overall body length, Including hopper, and tailgate shall be 252".
Overall body height above frame shall be 1011%
Inside body width shall taper from front to rear. Front 78",
rear 85 5/8".
Outside body width shall be 96".
Inside body height shall taper from front to rear. Front 89"
rear 92 1/2".
3- Floor construction
Body floor shall be A-572 GR50 abrasion resistant steel.
Body floor thickness shall be 3/1611, 50,000 psi.
Hopper floor shall be AR200 abrasion resistant steel.
Comply Alternate
X
X
X
X
X
X
X
X
X
X
X
Hopper floor thickness shall be 311611, 70,000 psi.
Sills dimension shall be 6"x2"x318" HSS tube.
Sills yield strength shall by 50,000 psi.
Rounded shape main floor to prevent deformation.
Slope floor shall be '/L", 190,000 psi. x
4. Side construction
Rounded side walls for improving resistance and increased lightness. X
Body side walls shall be A-715 GR 80 steel. X
Body sidewall thickness shall be lower 10 ga., upper 12 ga. X
Body side wall yield strength shall be 80,000 psi. %
Hopper side abrasion resistant steel shall be AR200. X
Hopper side wall thickness shall be 3/1611, 70,000 psi. X
Mid -hopper tunnel thickness shall be'/4", 175,000 psi. x
Mid -hopper tunnel shall be Hardox 450.
A
Hopper loading area shall be completely enclosed with right and
left hand side doors.
X
The hopper access door thickness is: 14 ga
X
The hopper access door steel grade is: A569
X
The hopper access doors dimensions: 49" X 75"
X
Body lower front steel grade is: A-572
X
Body lower front thickness Is: 3116"
%
Body upper front steel grade is: A-715
X
Body upper front thickness is: 12 ga
x
5. Roof construction
High tensile steel roof, ensuring strength when packing against it. x
Roof structural steel shall be A-715 GR So. x
Roof thickness shall be 12 gauge.
Roof yield strength shall be 80,000 psi.
Rounded roof design.
6. Hopper
Hopper depth is: 18"
Hopper length is: 60"
Hopper width is: 72"
poIlower panel thickness is: 3116"
Follower panels steel grade is: A-200
7. Electricals stem
Limit switches are heavy duty, industrial type, water tight with
adjustable arm and over travel to prevent damage.
All circuits are to have re-resettable circuit breakers. Wiring is color
Coded and numbered.
All wiring shall conform to SAE J1128.
Wiring shall run in plastic loom and connections shall be sealed
with shrink tube.
Controls are as follows: Tailgate and body- electric, pump and
Packer- electric, Arms-electro proportional joystick.
X
x
x_
x
X
X
X
Electrical/ pneumatic valves are Installed in a watertight box. All
electric wires are run inside rub rails with bolted access panels for
easy access. No wiring underbody. X
All body and arm functions shall be controlled via a Canopen network.
An LCD display with Integrated diagnostic functions to be installed in the
cab. Real time operation assistance with continuous system status on
screen. All switches to be illuminated. X
B. Body window
A body window shall be installed in the front wall covered
With expanded metal to indicate when body is full. X
9. Rear tailgate
Hydraulically operated bustle type complete with an automatic
locking mechanism. X_
Tailgate steel shall be A-715 OR 80. X
Tailgate skin thickness shall be 12 gauge. X
Tailgate yield shall be 80,000 psi.
Tailgate hinge pins shall be 1-114" dia
Tailgate cylinder bore shall be 2-1/211. X
Tailgate cylinder rod shall be 1-3/4" din. X
Tailgate cylinder stroke shall be 39". x
Tailgate cycle time shall be 39 seconds. X
Tailgate shall have a rubber seal installed to prevent leakage. It
shall extend across the bottom and up the sides 30". X
Manual control valve shall be located in the cab with a safety
lock to prevent accidental activation. X
An audible alarm shall be mounted in the cab to
Indicate when the tailgate is unlocked. X
A ground level tailgate and hopper grease block shall be Installed. x
Tailgate hydraulic lines shall be equipped with flow restrictor
to prevent sudden descent. -- X--
Tailgate side framing is: AR200 3116". X
Tailgate top framing -is: AR200 3/16". X
Tailgate bottom framing is: SOW 'A".
X --
Tailgate safety prop is to be provided
x
10. Packer
A packer 18" high shall provide 66,750 lbs. of force on material
ensuring efficient packing.
x
Unitized, integral with body
x
The packer shall be guided by two (2) rails with Hardox 500 steel
wear plates.
X
Wear plate thickness shall be
X
Rail dimensions shall be 3-112" x 2-3116".
X
Packer wear shoes shall be made of Hardox 450 steel.
X
Packer wear shoes shall have a thickness of 3/8".
X
Packer cylinder bore shall have a 4" diameter.
X
Packer cylinder force shall be 50,200 lbs.
X
Maximum compaction of refuse shall be 600 Ibslcu. yd
X
Packer cylinder stroke shall be 40".
X
Inside width of packing ram shall be 72".
X ---
Inside height of packing ram shall be 18".
X
Packing ram stroke shall be 52".
X
Packing ram top shall be made of AR200 steel.
X
Packing ram top thickness shall be %11.
x
Packing rate top yield strength shall be 70,000 psi.
x
Packing face plate shall be made of AR200 steel.
X
Packing face plate thickness shall be'/4".
x
Packing face plate yield strength shall be 70,000 psi.
X
Packing ram shall have a swept volume of 1.44 cu. yd.
^X—
Penetration on the ram into the body shall be 12".
__X—
Packing ram cycle time shall be 12 seconds.
X
Packer pin diameter is 1 '/," Casting 8630 steel
—
Packer shall have a multi -cycle system installed.
X
Packer shall be reinforced with a combination of structural members
for maximum rigidity.
X
Packer controls shall consist of START, RETRACT, EMERGENCY
STOP, and ENGINE SPEED UP.
X
Emergency RED button shall be provided to stop packer ram
movement at any time.
X
One (1) complete set of packer controls shall be provided and
located in the cab.
X
Control buttons shall be heavy duty, Industrial type, color coded
switches corrosion proof, & weather resistant.
X
Limit switches shall be heavy duty, industrial type, water tight with
adjustable arm and overtravel to prevent damage.
X
A lockout shall be provided to prevent operation on the automatic
throttle control when transmission is not in neutral.
X
12. Hydraulic system
A smart hydraulic system shall ensure easy maintenance by providing a
dual vane pump. One section for the body functions and one for the arm.
Shalt have a common suction port. X
The pump shall be driven off of transmission via hot shift PTO. X
The vane pump for the body shall be 20 gpm Q 700 rpm. X
The vane pump for the arm shall be 16 gpm @ 700 rpm. X
Hydraulic system pressure relief valve for the arm shall be 3000 psi. X
Hydraulic system pressure relief valve for the body shall be 3000 psi. X
The hydraulic functions shall work at idle. X
Capacity of reservoir shall be 65 US gallons with magnetic drain plug,
oil level sight gauge, shut-off valves in suction line. X
Hydraulic tanks shall be pressurized to 5 psi. _X
The return line filter shall be located In the tank and have a capacity
of 150 gpm. X
The return line filter shall have a size of 5 microns. X
The suction fine strainer shall have a size of 100 mesh. X
The reservoir shall have an inspection and clean out cover. X
All hoses shall be double braided wire, high burst capacity and
reinforced with nylon wrap to prevent chafing. X
Hydraulic tubing shall be used where flexibility is not needed. X
All pipes are to be zinc coated to prevent corrosion. X _.
All hydraulic tubing shall be securely clamped to prevent vibration,
abrasion and excessive noise. X
All hydraulic hoses shall conform to S.A.E. standards for designed
Pressure, bends shall not be less than recommended by
S.A.E. standards. X
Hydraulic system shall operate at an acceptable temperature
without the need for external hydraulic oil cooling devices.
Hydraulic quick disconnect fittings shall be provided so that a
Pressure gauge can be easily connected without the use of
tools or the need to remove hydraulic fittings. X
13. Body lifting mechanism
A front mount hoist cylinder with outer cover and bottom Ilfting
shall be used to ensure stability of the tipped body. X
Body is raised by one (1) single acting front mounted
telescopic cylinder. X
The body cylinder shall be 4-stages with a stroke of 150". X
The body cylinder shall have a bore diameter of 6-112" and be nitrate
treated. — X
The body dumping angle shall be a minimum of 46 112 degrees. X�
A manual control valve with safety locks to prevent accidental
activation shall be located in the cab. X
A safety prop shall be supplied to support the body in the raised
position. X
14. Cart lifting mechanism
Lifting device minimum bin size is: 32 gal X
Lifting device maximum bin size is: 96 gal k
Maximum lifting capacity of arm at maximum reach is: 400 lbs
Dump height is: 89"
Maximum horizontal reach is: 84" Curbside 84" Streetside.
Minimum horizontal reach is: 0" X
Dump cycle time of arm at minimum reach is: 8 sec X
Dump cycle time of arm at maximum reach Is: 18 sec ._.-X_._-_
Arm and valve stack weight (w!o oil and grabber) Is: 1260 Ibs X _
Hydraulic pump flow rate at engine idle speed is: 20 GPM X
Arm maximum operating pressure is: 2000 psi X
Arms are controlled by joystick with Hall effect technology for
better reliability. Joystick to have a deadman switch for added
safety. A manual switch to activate left or right arm to be Installed. X
Joystick has three functions to control each arm movement. X
Arm and cylinders warranty is: 1 years X
Grabber has an automatic close feature when dumping to prevent
cart slipping and collision with hopper.
Spill shield to be installed behind grabber. X_
Arm shall have programmable packer cycle after cart pick up. x
15. Lighting
All stop, directional, tall and clearance lights shall be L.E.D.
recessed mount and watertight. X
All lights shall be provided following FMVSS # 108. _X—
Rear lights shall be integrated to tailgate structure. --.X—
Back up alarm shall be provided. X
L.E.D. Mid -body turn signals shall be installed. X
Work lights to be installed, 2 each side of body, 2-tailgate. X —
Four- L.E.D. strobe lights on tailgate (2 high 2 low). ___X__�
16. Accessories
Grabber counting device shall be included. X
Hydraulic Safety System to include: pressure gauge, filter alarm,
alarm for low oil and high temperature, and hour meter on pump. X
Mud guards shall be supplied In front of the rear axle. R
Mud flaps shall be supplied at rear of rear axle. __ X"__..
3"' Eye triple color camera system shall be installed. One in hopper,
one on tailgate, and one on side of body. Monitor shall be a LCD swivel
screen, sound, night vision, 4 in 1 display, and auto-switcher. X
Clean out tools shall be supplied: broom, hoe, and shovel with brackets
installed at the front of the body. X
DOT kit shall be supplied: 5 lbs. fire extinguisher, first aid kit, flare
kit, triangle kit, and conspicuity tape. X
Chassis Drop Frame Conversion must be performed by the body
Manufacture. The warranty must equal the chassis manufacture. X
17. Painting
The truck shall be properly cleaned of all dirt, grease and weld slag. X
Body and hopper will be steel grit blasted. X
One, (1) coat of quality primer shall be applied. X
Imron 5000 Finish coat shall be applies. X
Body shall be painted white In color. X
18. Manuals
One (2) set of parts, service and operators manual shall be supplied
for each truck. X ---
19. Lubrication
All body hinges, cylinder rods ends, cylinder base trunnion,
and pivot points shall be supplied with grease fittings. X
20. Warranty
Warranty on defective parts & workmanship shall be one (1) years. X
Hydraulic cylinders shall be warranted for one (1) years. _ x
21. ISO Certification
The body manufacturer must be certified ISO 9001. All internal
inspection documents such as Intermediate inspection booklets
made at the manufacturer must be available and filed per vehicle. X
22. Miscellaneous
This bid can be used by the other municipalities with written consent of
X
the dealer.
Bidder must state how many years he has been authorized
dealer for the brand being bid.
Authorized body dealers must be located within a 80 mile radius
of Richmond, Indiana.
Bidder must state the number of years the model being bid has
been on the market. New models or prototypes are not acceptable.
Bidder must state an accurate date of delivery.
Since 1997
X
10 Years
150-180 Days After
Receipt of Order