Loading...
HomeMy Public PortalAbout136-2016 - Sanitation - Pyramid Equipment - Truck.GIU_M_N= ORIGINAL THIS AGREEMENT made and entered into this _L_ day of° „,1oP� , 2016, and referred to as Contract No. 136-2016 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 Pyramid Equipment, Inc., 211 South Prairie Street, PO Box 127, Rolling Prairie, IN 46371 (hereinafter referred to as the "Contractor"). SECTION I. STATEMENT AND SUBJECT OF WORK City hereby agrees to purchase from Contractor one (1) 2017 Knuckle Boom Trash Loader with Freightliner M2-106 Chassis and Pac-Mac KBF-20-ML Knuckle Boom Loader; TKBI824AR450 container; and Roll -rite auto tarp system with said equipment being more specifically described on Exhibit `B" attached hereto and incorporated by reference herein. 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 one (1) typewritten page, which is attached hereto and incorporated by reference herein as Exhibit "A". The quotation and proposal of Contractor, inclusive of the equipment specifications to said Request for Quotes is attached hereto and incorporated by reference herein as Exhibit `B", consisting of Seventeen (17) 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 equipment described on Exhibit `B" attached hereto as soon as is practically possible, but said deliver shall not exceed ninety (90) 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. § 22-5-1.7-1 l(a)(2); and 3. A purchase order has been issued by the Purchasing Department. SECTION II. 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 equipment described herein. SECTION III. COMPENSATION City shall pay Contractor the sum of one hundred thirty-eight thousand two hundred ten dollars and 00/100 ($138,210.00) in consideration for the equipment specifically described within the Exhibits attached hereto, inclusive of delivery. 1 1 Page SECTION W. 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 equipment, 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 equipment 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. Coveraize 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 1 Page $2,000,000 aggregate 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 VIL 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 3 1 Page 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 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 4 1 Page 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 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" [Signatures to Follow on Page 6] "CONTRACTOR" 5 1 Page The City of Richmond, Indiana, by and through Py1 its Board of Sanitary Commissioners By (Pr Title: �'r05 l Aak Dated: /�i kk Dated: /)— P? �2 —/& APPROVED: Xweenow, Dated: I( " 2 l —( 6 1 Page CONTRACT REQUEST FORM L Date contract needed (Cleric or agenda deadline): 11/08/2016 Date Submitted to Law*:11/04/2016 2. Board/Commission that will approve contract Board of Sanitaty Commissioners 3. Has 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 worlc to be performed or supplies to be furnished: Supplying Richmond Sanitation Department 2017 Knucicleboom Trash Loader with Frieghtliner Chassis per Specifications 6. Name and address of Contractor to be retained: Pyramid Equipinent PO Box 127 Rolling Prairie. IN 46371 7. What method was used to request bids? (check one) Request for Proposals (RFP) Request for Quotes (RFQ) X Bid Specifications State Quantity Purchase Agr. Bid (QPA) 8. What date was the Bid Specification/RFP/R.FQ/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 Specifications/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 ogee is Contractor's response filed? 13. Amount to be paid to Contractor $138.210.00 Tenn of Contract: from signing of contract until We 110 ell 14. Any other relevant information: 15. Submitted By: .CAxae4!ac 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 P ramid Equipment, Inc 21Y South Prairie Street P O Box 127 Rolling Prairie, IN 46371-0127 Voice: 219-778-2591 Fax: 219-778-2592 City of Richmond Attn: Accounts Payable 50 North Fifth Street Richmond, IN 47374 Quote Number. 6388 Quote Date: Oct 24, 2016 Page: 1 Sanitary District 2380 Liberty Avenue Richmond, IN 47374 CusomerJD Good Thru Payment Terms Sales Rep CITYRICMOND 11123/i6 Net 30 Days Unbaclt,Jeffery Freightliner M2-106 Chassis WITH * Pac-Mac KBF-20-ML Knuckle Boom Loader - TKB1824AR450 container - Roll -Rite Auto Tarp System OPTIO N: For less stable Scissor Lift, please add $4,000.00 Due to the instability of the steel market, prices subject to change without warning Subtotal Sales Tax L& 138,210.00 Exhibit B PROPOSAL SHEET One (1) Knueldeboorn Trash Loader Make and Model Number: Cab and Chassis t Price Per Unit $o Knucldeboom Body pa=-'i � ��t � { Warranty: Cab and Chassis ,v C�, CiY non �yc�- cep1a Pme fi try yrE c ,r bob�t etui n' QIn�� f KnacldeboomBody ,c_ c,] rhMp6tlPh ptlri-� 31,7r, 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. Bid firm for how long. Bid to include all shipping and handling charges. Hook Lift Loader 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. o�y Q ) Phone Number Date Au&W ed Signature ,T{' Li it, c% Contact Person Knuckle Boom Trash Truck loader and Dump Body 4.20 Cummins spin on fuel filter 4.21 Combination full flow/bypass oil filter 4.22 Minimum 950 square inch aluminum radiator 4.23 Lower radiator guard v 4.24 Aluminum flywheel housing 4.25 Electric grid air intake warmer 1/ 4.26 Delco 12v 38mt hd starter with integrated magnetic switch ARM 5.1 Allison 3500 rds automatic transmission with pto rovision 5.2 Allison vocational package 145 - available on 3000/4000 roduct families with vocational model rds U 5.3 Allison vocational rating for refuse applications available with all product families 5.4 Primary mode gears, lowest gear 1, start gear 1, highest ear 6, available for 3000/4000 product families only 5.5 Secondary mode gears, lowest gear 1, start gear 1, highest gear 6, available for 3000/4000 product families only / d 5.6 Neutral at stop - disabled, fuelsense - disabled 5.7 Vehicle interface wiring and pdm with body builder connector back of cab, no blunt cuts 5.8 Electronic transmission customer access connector mounted on firewall 59 Customer installed pto 5.10 Pto mounting, LII side of main transmission 5.11 Magnetic plugs, engine drain, transmission drain, axle(s) fill and drain 5.12 Push button electronic shift control, dash mounted 5.13 Transmission prognostics - enabled. 2013 5.14 Water to oil transmission cooler, in radiator end tank 5.15 Transmission oil check and fill with electronic oil level check 5.16 S thetic transmissioii fluid es-295 compliant) i 6.1 da-f-14.7-3, 700# single front axle 6.2 16.5x5 q+ cast spider cam front bralces, double anchor, fabricated shoes j V 6.3 Vented front hub caps with window, center and side plugs - oil 6.4 Standards spindlenuts for all axles 6.5 Automatic front slack adjusters 6.6 Tiw tas-85 power steering 6.7 Power steering um 6.8 2 quart see through power steering reservoir Knuckle Boom Trash Truck Loader and Dump Body 6.9 Organic sae 80/90 front axle lube 7.0 FRONT SUSPENSION 7.1 12000# mono to erleaf front suspension. 7.2 Rubber bushings front suspension 7.3 Front shock absorbers V 8.1 RS-26-185 23,000# r-series single rear axle 8.2 4.78 rear axle ratio / 8.3 16.50 q+ cast spider cam rear brakes, double anchor, F D brakes and shoes t/ 8.4 Brake cams and chambers on rear side of drive axle(s) 8.5 Heavy weight cast iron rear brake drums 8.6 Skf scotseal plus xl rear oil seals 8.7 Goldseal lougstroke 1-drive axle spring parking chambers f V 8.8 Automatic rear slack adjusters 8.9 Organic sae 80/90 rear axle lube ° _ 9.1 26,000# flat leaf spring rear suspension with'helper and radius rod 9.2 Sprung suspension - no axle spacers. Add extra spring mast side of chassis 9.3 Standard axle seats in axle clamp groupii 9.4 Fore/aft control rods 9.5 Locking differential 10.1 All brake package 10.2 4s/4m abs without traction control 10.3 Reinforced nylon, fabric braid and wire braid chassis air lines 10.4 Standard brake system valves 10.5 Standard air system pressure protection system 10.6 Std U.S. front brake valve 10.7 Relay valve with 5-8 psi crack pressure, no rear V/' proportioning valve 10.8 plus brake line air. dryer with heater 10.9 Air dryer mounted under hood 11.1234 inch wheelbase 11.2 96 inch rear frame overhang 11.3 Frame overhang range: 91 inch to 100 inch Ve 11.4 Caldd back of cab to rear sus c/1 CA : 168.45 in 11.5 Calculated effective back of cab to rear suspension c/1 (ca): 165.45 in 11.6 Cale'd frame length - overall: 359.39 Knuckle Boom Trash Trucks loader and Dump Body 11.7 Calc'd space available for deck Iate : 168.45 in ,/ 11.8 Calculated frames ace LH side: 140.88 in 11.9 Calculated frame space RH side: 172.76 in 12.1 Three-piece 14 inch chromed steel bumper with j collapsible ends 12.2 Front tow hooks - frame mounted 12.3 Bumper mounting for single license late 12.4 Fender and front of hood mounted front mudfla s z 12.5 Grade 8 threaded hex headed frame fasteners e 13.1 Minimum 60 gallorY227 liter aluminum fuel tank - LII 13.2 Rectangular fuel tank(s) 13.3 Plain aluminum/painted steel fuel/hydraulic tank(s) with painted bands V 13.7 Alliance fuel filter/water separator with heated bowl and primer pump 13.8E uiflo inboard fuel system I v 13.9 High temperature reinforced nylon fuel lie 14.1 Michelin xza3+ 14 ply radial front tires / 14.2 Bridgestone ecopia m710 295/75R22.5 14 ply radial / rear tires 14.3 Preset plus iron fiont hubs 14.4 Preset plus iron rear hubs 14.5 22.5x8.25 10-hub pilot 6.20 inset 2-hand steel disc front wheels 14.6 22,5x8.25 10-hub pilot steel disc rear wheels 14.7 Front wheel mounting nuts 14.8 Rear wheel mounting nuts 15.1106 inch bbe flat roof aluminum conventional cab t/ 15.2 Leafspring cab suspension 15.3 Nonremovable bugscreen mounted behind grille 15.4 LH and RH grab handles 15.5 Fiberglass hood 15.6 Tunnel/firewall liner 15.7 Single 14 inch round hadle air horn under LH deck 15.8 Single electric horn 15.9 Single horn shield 15.10 Door locks and ignition switch keyed the same with j 15.11 Rear license plate mount end of flame 15.12 Integral beadli ht/marker assembly with chrome bezel 15.13 5 amber marker lights Knuckle Boom Trash Truck Loader and Dump Body 15.14 Daytime running lights 15.17 Omit stop/tail/bacImp lights and provide wiring with separate stop/turn wires to 4 feet beyond end of fi-ame % 15.18 Standard front turn signal lams 15.19 Dual west coast bright finish heated minors with LH and RH remote 15.20 Door mounted minors 15.21 102 inch equipment width 15.22 LH and RH 8" bright finish convex mirrors mounted on fenders / V 15.23. RH down view mirror 15.24 Standard side/rear reflectors 15.25 Dual level cab entry steps on both sides 15.26 63x14 inch tinted rear window 15.27 Tinted door glass LH and RH with tinted operating wing windows 15.28. Manual door window regulators 15.29 Lower RH door window with fresnel lens 15.30 1-piece tinted roped -in windshield 15.31 Minimum 2 gallon windshield washer reservoir with fluid level indicator, frame mounted ' 16.10 al gray vinyl interior 16.2 Molded plastic door panel without vinyl insertvMh aluminum kicl late lower door f V 16.3 Black mats with single insulation 16.4 Forward roof mounted console with upper storage compartments without netting 16.7 Gray/charcoal flat dash 16.9 beater, defroster and air conditioner ,f 16.10 Standard hvac ducting 16.11 Main hvac controls with recirculation switch 16.12 Standard heater plumbing with ball shutoff valves at supply lines only / V 16.13 Denso heavy duty air conditioner compressor 16.14 Premium insulation 16.15 Solid-state circuit protection and Rises 16.16 12v negative ground electrical system 16.17 Dome door activated LH and RH, dual reading lights, forward cab roof 16.18 Cab door latches with manual door locks 16.19 (1) 12 volt power su ly in dash 16.20 Triangular reflectors without flares 16.21 Basic high back air suspension driver seat with mechanical. lumbar and integrated cushion extension r / �` Knuckle Boom Trash Truck Loader and Dump Body 16.22 Mid back non suspension passenger seat 16.23 Inboard driver seat arnu•est, no passenger seat armrest 16.24 LH and RE integral door panel armrests 16.25 Dual steering column 16.26 Fontaine sit down dual drive 16.27 Driver and assenger interior sun visors 17.1 Grey driver instrument . ahel 17.2 Grey center instrument panel 17.3 Black gauge bezels 17.4 Low air pressure indicator light and audible alarm 17.5 2 inch primary and secondary air pressure gauges 17.6 Intake mounted air restriction indicator with graduations % V 17.7 97 Standard baclaip alarm + 17.8 17.9 Key operated ignition switch and integral start position; 4 position offlrun/start/accessory^ f 17.10 Icu3s, 132x48 display with diagnostics, 28 led warning lams and data linked • 17.11 Diagnostic interface connector, 9 pin, sae j 1939, located below dash t/ 17.12 2 inch electric fuel gauge 17.13 Engine remote interface with preset fast idle 17 14 Engine remote interface connector in engine compartment / 17.15 Electrical engine coolant temperature gauge 17.16 2 inch transmission oil temperature gauge 17.17 Engine and trip hour meters integral within driver display / d 17.18 Electric engine oilpress-Lite gauge 17.19 Overhead instrument panel 17.20 Arn/fm radio with front and rear auxiliaty inputs and j1939 / J 17.21 Dash mounted radio 17.22 2 radiospeakers in cab 17.23 Am/fin antenna mounted on forward Ih roof 17.24 Power and ground wiring provision overhead 17.25 Cb wiring only to roof/overhead console; no mounting provision f 17.26 Electronic mph speedometer with secondary kph scale, without odometer 17.27 Standard vehiclespeed sensor 17.28 Electronic 3000 rpm tachometer 17.29 Ignition switch controlled engine stop Knuckle Boom Trash Truck Loader and Dump Body 17.30 Pre -trip lamp inspection, all outputs flash, with smart switch 17.31 Digital voltage display integral with driver display 17.32 Single electric windshield wiper motor with delay 17.33 Marker light switch integral with headlight switch 17.34 One valve parking brake system with warning indicator 17.35 Self canceling turn signal switch with dimmer, washer/wiper and hazard in handle 17.36 Integral electronic tun signal flasher with hazard y 19.1 One solid color —white to customer specification 19.2 Chassis paint —black 19.3 Bumper -paint—Dupont argent silver FP24812 20.1 Base Vehicle-2 years/unlimited miles `u 20.2 Engine-5 year/150,000 miles 20.3 Transmission-5 years/unlimited miles 20.4 Tow/roadside assistance wm- anty--2 years/mzlirnited miles 21.1 To include service & operator manual for truck �J 21.2 To be VIN i eciflc ealer to be open and operating 5 days/24 hours during week and 8AM. to 5PM on Sat. and Sundav SPECITICA TIONS FOR RNUCE LEBOOM TRA..Sf LOADER AND DUMP BODY INTENT: It is the intent of these specifications to describe a hydraulically operated, telescoping 1mucldeboom trash loader to be used in the collection of oversize trash items such as discarded appliances, furniture, brush, leaves, building materials, etc. In this configuration, the loader is intended to be mounted directly behind the cab of the a long wheelbase cab chassis, along -with a trash dump body. This arrangement provides a complete, one rnan operated, tum-key system. VEHICLE: COMPLIANCE ANTS YYL'R YES NO 1.01 Tine recommended vehicle for fhis applicationhas aminimum Gross Vehicle Weight of 33,000 Tbs., a cab -to -axle dimension of 168 in, a minimLun of 1,500,000 RRM frame rating, a minimum. frarno thickness of 11 /32" an.d 76 irt. of after frame. PEIDESTAL ASSEMBLY: {'S• NO 2.01 Must be an open A frame type to allow flexing under repeated load shocks. Total height not to exceed 7 if. from mounting plate to top of pedestal/main boom connection point. Yes 2.02 Swing post to be single piece high strength solid steel (ASTM 4140) turn ing in (ASTM D4020-81) cast nylon bearings. Welded spindle/head assembly is to be Yes stress relieved. prior to installation. 2.03 Boom rotation to be accomplished. by a direct drive 270 degree planetary gearbox c om rotate( with geroler piston hydt'aulic motor, with a torque rating of at least 251,064 in, ompeerJ: s acdrauli s a hydraulic zed by dire wing.drive lbs. This enclosed gearbox inust be 100% oil bath which eliminates the planetary gearbox an lubrication labor and the metal -to -metal wear found in open, exposed pinion and ring bearir g. The ped bull gear design. ' mechani I slops wet position to provide 27 boom rota'on. Torqu 29 .A0 ruins. BOOM CONSTRUCTIOnr: YES NO 3.01 Main booze must be comprised of two ea., 4 in. x 8 in. x 3/8 in. thick high tensile steel tubes connected to each other only at them' center line to allow a shock Yes absorbing flexing action of the boom. Main boom must have a minimum of 1,200 PSI downpress-Lire on the main boom for compacting loads. 3.02 Tip boom to have an exten.diblehetractable telescopic section controllable from the operator's platform. Must have mechanical stops to prevent cylinder stress. The inner and outer sleeves of the telescopic section inust be separated by replaceable cast nylon wear' blocks on all sides to prevent metal io-motal wear. Mee[ Hydraulic hoses for the telescopic section must be enclosed in steel box for PAC -MAC ises Nylon protection. No exposed tip extension hoses shall be permitted. on three si les and a r the bottom t mounted rotor and stewing :seal has ling into t Degree of rating, wear pads Iler under LUTING CAPACITIES: YES • NO 4.01 Boot- radius is •measured from the center of rotation to the center of the bucket. Capacities shown must not exceed 85% of vehicle tipping moment, with machine level and outriggers fully extended. Weight of bucket and/or attachments to boom Meet must be subtracted from lift capacities shown. {Bucket should weigh approximately 1,000 lbs) 4.02 Boom Radius Lift Capacity 4.02-1 10 & 7,100 lbs. Yes 4.02-2 16 ft. 4,400 lbs. Yes 4.02-3 20 ft. 3,200 lbs. Yes BOOM CONECTION POINTS: YES NO 5.01 Boom connect -ion points must be equipped with replaceable cast•nylon or bronze "t'AC-MA " uses reps bushings and a 2 in. bolt with oastellaled nut to prevent spreading of the � 1� p hardened 4940 heat •reel ii treatedd pin connection pivot point place with a retaining YES NO ceable gs and a 2" secured in ock pin and llated nut. 6.01 To be a special inu nieipal trash bucket actuated by a single double-acting Exceed: T ash Bucke cylinder. The bucket shall be capable of continuous rotation with no need for by two hyc roulic cylin physical stops. Bucket rotation to be accomplished by a continuous rotation Provide a 3800 lips. ,uperior bit bucket motor with 5,500 in. lbs. torque rating. Bucket must have the capability to be rolled. over on the load without damage to any components. This allows a maximum load and keeps boom height within acceptable limits. Bucket must also have a minimum reach of 9 feet below grade to allow pick up of items over bridges and in ditches. 6.02 '1'lze bucket mast incorporate. a 3/16 inch smooth steel clai nshell scoop for leaves and sand Yes o a minimum of 5 Abs per side to handle branches, logs and appliances p a trample rain in the center for compressing trash in body 6.03 The bucket must be 4 $. long with an opened width of 5 ft. b etweea pickup blades. These blades must be high impact, tempered steel that forma reverse Meet curve in the closed position to help prevent "scalping" and digging of grass lawns. No hydraulic hoses below bucket rotator will be allowed. is actuated ers which :" force or POWER SOURCE. YES NO 7.01 To be a transmission mounted power tape off coupled directly to the hydraulic pump (no drive shafts). Yes 7.02 Por vehicles with an autoinatic transmission, the power source shall be a "Hot -- Shift" PTO_ "Hot Shift" automatically disengages the PTO when the track is placed in gear, and reengages when the track is placed back in neutral (ready for hydraulic operation). This eliminates the possibility of damage to the hydraulic Yes components that could result if the operator chives the velhiele with the PTO in gear.. Also provides for smooth engagement of PTO with no gnashing or grinding of gears. 7.03 Must be equipped with,overspeed protection (with the exception of a manual transmission). Over -speeding the pump causes the hydraulic fluid to overheat. Overspeed protection prevents damage to engine, hydraulic system, and. xnajox Yes system componezrts resulting from over -speeding the engine. All electrical connections are to be chassis manufactures specifications, RYDRA><iT,W COMPONENTS: 1-IND] 8.01 _ Reservoir: 40 gallon baffled tank with suction and return filters and cutoff valves for easy servicing. Includes a sight gauge with a thermometer and a vent filter. Exceed: 5 Gallons 8.02 CyIlindears: Double acting with chromed rods and alumi� aum pistons. Exceed: E ucilie iran 8.02-1 Main Boom; 5 in. x 32 in. with a 2 % in. shall`. Yes, 8.02-2 Tip Boom: 5 in. x 32 in. with a 2 % in. shall. Yes 8.02-3 _ Tip Extensiton: 2 in, x 48 i3L with a l Y4 in. shaft. E creed: 2 1t ' bore with 8.02-4 Bucket: 4 in. x 12 in. with a 2 in. shaft. Exc eed: two 3 hme kvilh 8.03 Control Valves- Gresen stack ty e with port reliefs Yes 8.04 Safety Loeldng Valves, Counter balance valves to be installed on boom and outrigger cylinders and check valves on outrigger cylinders to prevent a leakdown or collapse in case of a hydraulic hose rapture. Yes 8.05 Pump: Tandem Meet 8.06 Conductors: Steel tubing and high tensile steel wite braided hoses, 4,000 PSI, 1.6,000 PSI minimum burst. Yes 8.07 Pressure: Main relief set at 2,400 PSI maximums. Yes _ + NGM CONTROL: _ YES NO 9.01 Engine is to be programmed for the proper ItPM-level and activated by a heavy �,T ` duty switch at the operators station. 17-- � Stoll 1 112" shaft stroke OPERATOR. CONTROLS- YES NO 10.01 DUAL CONTROLS: Control platform to be located directly behind cab at the same height as the top of the truck frame to allow operator safe access from the EXCEED: aestoPAC-MACl control va vss Iocalec truck cab without ever having to touch the ground. This provides the operator pedestal l am This I• with superior visibility relative to the material being handled. A. single barAr of operator i i case of h control valves to be mounted at the mid -point ofloader, with cont-of haudles Exceed: ydraulic jo accessible from. the operator platforms on either side of track. Air, Hydraulic, and controls pneumatic joystick controls will not be acceptable. A. "Grip Strut" serrated steel walls platform is included. Control platform to include Emergency Stop and Horn Waning switches. OUTRIGGER STABILIZERS: YES NO 11.01 Outriggers to be constructed with hydraulically powered telescoping rectangular tubing to prevent side loading and bending of cylinder shahs. Exceed: r ,c-Mac r,5 11.02 Outriggers to be equipped with large steel pads to minimize damage to street. Outriggers must telescope out and down to reach a horizontal distance of 11 ft. 8 Yes in. between outer edges. _ 11.03 Outward stabilizer movement of each stabilizer to be powered by a hydraulic cylinder with a bore of 2 iax. and a stroke of 20 in;. The housing that accomplishes Meet this outward movement must be separated by cast nylon bushings, on all four sides to prevent metal -to -metal wear and to allow a greater area for grease. 11.04 Downward nmverncnt to be powered by h�+a hydraulic cylinders with a bore of 3 EY.CP,ed: Ill Z4' stro! ire. and a stroke of 22 in. These cylinders must be fully enclosed for protection. PAINT: YES NO 12.01 1 Loader must receive I coat of high-grade primer and 2 coats of high-grade Meet enamel red. MIRC .LLAN'R OYM- YES NO 13.01 ~ ^ includes boom up sensor with indicator light and audible alarm. (light in cab with YES-Oplio . audible alarm warns the driver of excessive boom height), tail pipe extended past Chassis d aler respol o erator platform and back-up a arm. tall pipe. 13.02 One safety parts/service manual to be included. meet 13. 33 One hour training videotape for operators/mechanics must be included. Meet irate ,t with co 13.04 Current model to be bid must have been in production at least fifi:een years. No Meat L exceptions. _ I uses two inside the rolects the se failure. (stick s aquare sihility on tom 18 FOOT, 24 CUBIC Y.A.R.D WGII TEI NSILE TRASH D7CTi1IP BODY BODY FLOOR: YTS No 14.01 Body floor to be a single sheet of 3/16 inch Hardox IIX450 steel plate to resist dents. Floor to be 96 inch wide nerd 18 ft. long, continuously welded to the sides and headboard. M«Itiple fioorpanels welded together are not acceptable. Includes Yes 3116 inch x 10 inch wide steel reinforcement continuously welded between floor and each body side. I IIW-1110 �t1MI R 01P Y1CS NO 15.01 Headboard to be 10 gauge steel, 46-1/2 inch high, continuously welded to the Exceed lic adboard wi floor and body sides. Top rail to be a formed 3 inch x 5 inch 1/4 inch steel plate. igaraox 4 N 1-11-50 h 1/8" op ray w-- /4" x 7" x VT ZZSe,;n NO 16.01 Sides to be 1/8 inch Hardox HX450 steel sheet to resist dents & reduce side flare out. Front portion to be 46-1/2 inch high by 96" long, angling to 64 inch for yes remainder of body and rear doors. The two side sheets must be connected with an overlapped joint, a butt joint will not be acceptable. Side construction must incorporate a bend near the base of the side for rigidity. The base of the side must have a 90 degree bend that wraps under the floor sheet:.. No 90 degree angles on bottom of exterior body sides. Top grail to be a formed 34/4 inch x 7 inch 1/8 inch Hardox IIX450 steel plate to resist dents & reduce side flare out. Vk7T27'YCAT. Rr.TNWO72M('Nrr+.7VT! YES NO 17.01 Side posts are not acceptable; the intent of this specification is to reduce weight, have a cleaner appearance with a smooih side and to allow the high, tensile side Meet material to ilex and reduce dents. 17.02 Rear cornier post is to extend below the floor plate and connect to a beam that Meet connects both of the corner posts to add rigidity to the back of the body so the door will not jmn when the body is flully loaded. YES NO 18.01 No cross members on the floor will be acceptable. The intent of this specification is to reduce weight and have a cleaner appearance. The rear corner posts are to Meet incorporate abeam under the floor that connects the base of the two corner posts to add rigidity to the back of the body so the door will not jam when the body is fully loaded. LONGITUDINAL BEAMS: YES NO 19.01 Longitudinal beams to be 8 inch structural channel with 1/4 inch plate along the yes outer length of the beam. BARN DOORS: VUS NO 20.01 Rear doors to be fitted on the rear of the body with a provision to swing completely around to the side and latch open for dumping. ex hin, -&VAC --t FRrh 1111 AAC uses LGja 20.02 Each must have 3 hinges, with each hinge consisting of 3 steel plates, 2 ea. 5/8 Plat s, 112"x5x1 " plate we inch plate welded on body, 1 each 3/4 inch plate welded on door, all connected body. 3i4" plate :gelded on with a 3/4 inch steel pin. A positive lock shall be provided at the top and bottorl?"' ushings 3 jer hinge p prov for locking doors closed, hin ding 12"be t wing surfac 20.03 Door skins to be fabricated t7om 1/8 inch Hardox HX450 steel sheet and must see tilaehment have an all-around outside frame with bravos in -the center of the door. Yes 'R"R A-TTT.TO 140TW- YE(8 NO 21.01 Hoist to be scissor type, dual cylinder with 23 ton capacity. Telescopic dump bore cy tinders mot rated outbo hoist not acceptable. chassi frame rails for realer 21.02 Hoist must raise the body to a minimum 4.5 degree dump angle without the regVufil I is 15 tons and the du the body toucltutg ground. _acf hiev is 45 deg. Scissor Tyr. T.TPT-TT.Q 1PRIT TtPT(WIR AN) T%/fYTT)Tl".APS- YTS NI O 22.01 Lights, reflectors, turd. mud -Raps must meet :federal standards. There is to bean 'Y additional set of brake, stop and ttim lights mounted on the upper rear comer Yes post. Clearance lights are to be grommet mounted and. shock resistant. 'rAPP 'IFS NO 23.01 Body shall have a self-winding load cover. The heavy duty mesli tarp shall have o171 a springloaded roller assembly which regures no manual Ly diixg. 73 A TV r- YT<;S NO 24.01 ^ faint outside ofbody with 1 coat of high-grade printer and 2 coats of high-grade enainel. Inside ofbody must receive 1 coat of high-grade pruner and 1 coat of Meet high-grade enamel red. WARRANTY: _ YES NO 25.01 31uee year major structural and one-year hydraulic for loader and body. Yes MISCHLLANEOUS: YES NO 26.01 1 Safety bumper and body prop shall be provided. meet !door s of 2 steel led on the oor. 112" not each plc 5" main rd the lability. Lift rap angle e hoist Is OPTIONS: ADDITIONAL 27,01 HEAT SHIELD FOR VVALK-THRU PLATFORM ___...._ Designed to shield operators from the radiant heat produced by the truck. includes a flap of PVC belting that is bolted to the platform to cover the gap between the chassis cab and the platformn, and two overlapping sheets of 18.5 in. wide 14 gauge sheet metal installed below the walking area of the grip strut platform.. Meet wit] Pac-Ma _ 27.04 HDHI STROBE ON EACH .OUTRIGGER Single strobe mounted on top of each outrigger. Switch is located in truck cab. Meet wi i Pac-Me 27.05 LED STROBE on LOADER HEAD Meet mi ii Pac-M- 27.06 WORK LIGHTS ON EACH SIDE OF BODY AND LIGHT AT WORK STATION CONTROLS Meet wit i Pac-Ma 27.07 HOSE GUARDS -- HEAD AND VALVE- BANK Metal guards Lover the valve bank and back bf head assembly to protect operator on wall(thru platform from hydraulicfluid in the case that there is a leak at these connection points. Meet 27.09 AMBER FLASHERS IN REAR CORNER POST Whelen amber LED flashers mounted in the top corner post, one on each side Meet 'S option ,'S option option s option ADDITIONAL OPTIONS: F',S NO 27.01 HEAT SHIELD FOR WALIK TI3RU PLAT1jORM Designed to shield operators from the radiant heat produced by the truck. Meet with ac-Ma option Includes a flap ofPVC belting that is bolted to the platform: to cover the gap between the chassis cab and the platform:, and two overlapping sheets of 18.5 in. wide 14 gauge sheet inetal installed below the walldug area of the grip sta-ut 27.02 HDI-H STROBE ON EACH OUTRIGGER � Meet with ac-Mac's sin le strobe mounted on top of each outrigger. Switch is located in truck cab. option 27.03 HOSE GUARDS — HEAD AND VALVE BANTC Meet Metal guards cover the valve bank and back of head assembly to protect operator on walls: tku platform from hydraulic fluid in the case that there is a leak at these connection Imints. -- -- _-- 27.04 AMBER FLASHERS IN REAR CORNER POST Whelen amber LED flashers mounted in the top and bottom cornex post, two on Meet each side.