Loading...
HomeMy Public PortalAbout074-2018 - Pyramid Equipment - Commercial Trash TruckPURCHASE AGREEMENT ORIGINAL THIS AGREEMENT made and entered into this ) 514" day of-4uue; 2018, by and between the City of Richmond, Indiana, a municipal corporation acting by and through its Board of Sanitary Commissioners, 50 North 5` Street, Richmond, Indiana 47374 (hereinafter referred to as the "City") and Pyramid Equipment, Inc., 211 South Prairie Street, PO Box 127, Rolling Prairie, Indiana 46371 (hereinafter referred to as the "Contractor"). SECTION I. STATEMENT AND SUBJECT OF WORK City hereby agrees to purchase from Contractor one (1) 2019 commercial trash truck, delivered by or on behalf of Contractor to 2380 Liberty Ave., Richmond, Indiana, with said commercial trash truck being either a Freightliner 2019 M2106 Pak-Mor SM-HLR 29 Commercial Side -load Body, with said commercial trash truck being more specifically described in Exhibit `B" attached hereto and incorporated by reference herein. City sent Request for Quotes containing certain specifications to Contractor. A copy of said Request for Quote is attached hereto and incorporated herein by reference as Exhibit "A". The response of Contractor to said Request for Quotes, dated April 9, 2018, is attached hereto and incorporated by reference herein as Exhibit "B". Should any provisions, terms, or conditions contained in any of the documents attached hereto as Exhibits, or in any of the documents incorporated by reference herein, conflict with any of the provisions, terms, or conditions of this Agreement, this Agreement shall be controlling. This Agreement shall not take effect until the City is in receipt of any required bonds and certificates of insurance, and until a purchase order has been issued by the Purchasing Department. SECTION IL STATUS OF CONTRACTOR Contractor shall be deemed to be an independent contractor and is not an employee or agent of the City of Richmond. SECTION III. PURCHASE PRICE City shall pay Contractor a sum not to exceed One Hundred Seventy -Four Thousand One Hundred Sixteen Dollars and No Cents ($174,116.00) for a commercial trash truck, namely a 2019 Freightliner M2106 with Pak-Mor SM-HLR 29 Commercial Side -load Body. The monies to be paid to Contractor are based upon the bid sheet submitted by Contractor, which is set forth in Exhibit "B", and attached with this Agreement and made a part hereof. The price includes all shipping, handling and set up charges, with delivery to be to the Richmond Sanitary District, 2380 Liberty Avenue, Richmond, Indiana during normal business hours of Monday through Friday from 6:00 A.M. to 3:00 P.M, excluding Holidays. The estimated delivery time for the above described equipment is within three hundred (300) days for the chassis and within seventy-five to one hundred twenty (75-120) days for the body after receipt of the chassis, with all dates cited based upon the execution date of this Purchase Agreement. Contract No. 74-2018 Page 1 of 3 SECTION IV. PROHIBITION AGAINST DISCRIMINATION 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. SECTION V. 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. In the event of any breach of this Agreement by Contractor, and in addition to any remedies, Contractor shall be liable for costs incurred by City in its efforts to enforce this Agreement, including but not limited to, City's reasonable attorney's fees, to the proportionate extent that Contractor is determined to be in breach of this Agreement. 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. If any portion of this agreement is declared unenforceable by a com 1 or tribunal, all other portions shall remain in full force and effect. 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 and that such authorization has not been revoked or rescinded. Page 2 of 3 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" THE CITY OF RICHMOND, INDIANA by and through its Board of Sanitary Commissioners c By: Sue Miller, President f,. Aman Bakshi resident teins, Member Dated: /V -1 S - /8 APPROVED: c avid Snow, May Dated: a ($ 11 "CONTRACTOR" PYRAMID EQUIPMENT, INC. By: Printed: Title: 1 /Psi Dated: f �—d %// Page 3 of 3 PROPOSAL SHEET Commercial Trash Truck Brand, Year and Model Number Price of Unit Price Firm for How Long? Estimate Delivery Time (after bid awarding/P.O.) a Example of estimate — 3 months..... Price to include all shipping, handling and set up charges. To be delivered to Richmond Sanitary District, 2380 Liberty Avenue, Richmond, Indiana during normal business hours Of Monday through Friday from 6:OOA.M. to 3:OOP.M. — excluding holidays Please include all warranty information with bid. Authorized Signature Company Name Company Address Phone Number -kj Date Contact Person City, State, Zip / 0� 11 Specifications for New Side Loader Commercial Trash Truck Chassis Specifications: 1. Conventional chassis Yes No 2. Dual Sit Down Steering with Air ride. on both seats Yes No 3. Truck Style — Refuse Body En�eine: 1. Cummins Diesel.ISL 345 UP @ 2100 RPM 115.0 ft. lbs. torque @ 1400 RPM Yes No 2. 2017 onboard diagn6stic/2010epa/carb/ghg17 Yes No 3. Standard Oil Pan with Guard Yes No 4. 12v 160 amp Alternator Yes. No 5. 2-12V batteries. w/2250 cca Yes No 6. Cummins Turbocharged air compressor/safety valve Yes No 7. Electronic engine integral shutdown protection Yes No 8. Left hand side. topstack exhaust Yes No Transriaission: 1. Allison 3500 series automatic transmission with PTO Yes No 2. Primary mode gears 1- lowest, to highest gear 6 Yes No_ 3. Secondary mode gears 1=lowest; to highest gear---- 4. Neutral at stop —disabled, fuelsense — disabled Yes No C'X�'L14A �U�/l 5. Vehicle interface wiring and pdm with body builder Connector back of cab, no blunt cuts. Yes- 6. Water to oil transmission cooler Yes- 7. Transmission oil check and fill/electronic oil level check Yes No No No FrontAxle: 1. 14,700# single front axle Yes No 2. Shock absorbers Yes No 3. 16,000# taper leaf front suspension Yes No 4. Add extra 16,00:0# spring on mast side of chassis Yes No 5. 16.5x5 'q+ cast spider cam front brakes Yes No 6. Automatic Slack Adjuster . Yes No Rear Axle: 1. 26,000# t series single axle Yes No 2. 4.30 rear axle ratio Yes No 3. 16.5x7 q+ cast spider cam rear brakes double anchor Yes No 4. Automatic Slack Adjuster Yes No Rear Suspension: 1. 26,000# flat leaf spring rear with helper and radius rod Yes No 2. Spring suspension — no axle spacers. Add extra spring Most side of chassis Yes No 3 o-F 11, 3. Fore/aft control rods Yes No 4. Locking differential Yes No Braking System: 1. Air Brake Package Yes No 2. Reinforced nylon., fabric braid and wire braid airlines Yes No 3. Standard Brake. System valves Yes No 4. Air brake line air dryer with heater Yes No 5. Pull Cables on all air reservoirs . Yes No Wheelbase, Chassis and Frame: 1. 228 inch wheelbase 2. 90 inch rear frame overhang 3. Front Tow hooks 4. Fender and front hood mounted mud flaps 5. 60 gallon aluminum fuel tanks — LH 6. 234neh diameter fuel tanks Yes No Yes No Yes No Yes No Yes No Yes_ No 7. FuelU'Water Separator with heated bowl Yes No 8. High Temp reinforced nylon fuel line Yes No. Mires, Hubs and Wheels: 1. Goodyear G399A 295/75R22:514ply radial front tires Yes No. 2. Goodyear G622 RSD 295/75R22.514ply radial rears Yes No exk,di4 A �1) 1N 3. 22.5x8.2510-hub pilot 5.79 inset aluminum wheel Yes No 4. 22.5x8.25 10-hub pilot aluminum disc rear wheels Yes No Cab Exterior 1. Leaf spring cab suspension Yes No 2. Duel heated mirrors with LH & RH.remotes Yes No . 3. Door Mounted Mirrors Yes No 4. LH & RH 8" Convex Mirrors mounted on fenders Yes No 5. Twin Air horn mounted under cab Yes No 6. Bug Screen behind grill Yes No 7. Standard Lighting package Yes No Cab Interiors 1. All Standard Gauges Yes No 2. All Standard Warning Lights and Alarms Yes No 3. Low Air Pressure Alarm visual and audible Yes No 4. Cab Climate Control integrated heater and A/C Yes No 5. Heavy Duty Air Conditioner Compressor Yes No 6. Standard Opal -gray vinyl interior. Yes No -----T.—Standard overhead Storage ------------ ---_---_----Yes --- -_ Nn— - - - -- 8. Dash mounted storage Yes No 9. Basis High Back Air Suspension Driver and Passenger Seat with mechanical lumbar and cushion extension Yes No 10. Dual Steering Column Yes No 11. Sit down dual drive Yes No 12. AM/FM Radio/Speakers 13. CB wiring only to roof/overhead console Paint 1. Standard White / Chassis Black Warranty. 1. Standard Chassis Warranty length_ 2, Engine Warrantee length 5yr/150K 3. 2010 XSL Total Confidence Warrantee Yes No Yes No Yes No Yes No, Yes No Yes No 4. Transmission — 5-year/unlimited miles Yes No Parts and Service Manuals and Support: 1. Service and operating manual/ for truck Hard/Digital Yes No Delivery: 1, Once contract is signed a PO is given to vendor the time will start on the delivery date. If the vehicle is not delivered when promised a $250.00 per day.penalty will be enforced on vendor until vehicle is delivered and operational. Yes No Instructions to Bidder — Any item that is marked "NO" please give an explination on a separate sheet of paper. t� � t o 4 6, °' 11 Specifications for Commercial Trash Truck Body: Attached with these Commercial Trash Truck Body spec is the specs for our type of 3-yard Commercial Containers. This will ensure that your truck will hook up too and dump our tubs without any issues. Alternates to the following specifications must be 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. 1. General Description A The compaction body is an automated container loading and dumping device. It will have nominal capacity of (25) yards and be capable of compacting refuse and ejecting same from the body at the disposal site. B. The receiving hopper area will be approximately 8 cubic yards and will accommodate up to and including 4 cubic yard side -load containers without damage. 2. Compaction Body Construction A. Continuous cylindrical design, suitably reinforced and a minimum of 3/16 inch steel in thickness. There will be a reinforcing ring of 3" x 3" x %< square tubing behind the hopper area and at the rear of the body. B. Tailgate will be constructed of 3/16" steel with a 8" x 3" x Y4' square tubing ring reinforced to prevent distortion in normal use. C. Body floor (cylinder tray) to be minimum of 3/8" hi -tensile steel plate with %" replaceable channels.. D. The compaction plate shall be all 3/16" steel design, reinforced so no distortion occurs during operation. Four (4) 14" x 9" x 1" retainer teeth on top and eight (8) 4" x 9" x 2" retainer teeth -on bottom shall retain the refuse once compacted: E. The compaction guide rails shall be a minimum of %4 steel and easily replaceable for -longer body life. F. The compaction plate shall -have three (3) replaceable wear slides per side for a total of six (6). G. The body is to be equipped. with a hinged access door located. on the side opposite the container loader in order to provide easy access to the hopper area. The minimum size of this door shall be approximately 44" x 35" and be of one. (1) 'piece 3/16" steel rolled to conform to the body curvature. cab. The opening in the front of the body shall not be smaller than 34" x 24'. Hydraulic reservoir behind cab not acceptable. I. The opening of the hopper will be protected on three sides with a wind screen to prevent trash from exiting the hopper. The wind screen will extend 10 inches above the top of the circumference of the body. YES ALTERNATE J. There will be no requirement for a top door. 3. Hydraulic Design A. The unit shall be equipped with a single stage, engine driven hydraulic pump of high GPM, low RPM displacement design, with a priority flow control device and dry -valve to control the pump, it will deliver a minimum of 16 GPM @ 750 ehgine RPM to operate the lift at engine idle. A combined flow of 36 GPM @ 1000 engine RPM will be used, for compaction and ejection. The 16 GPM of oil, from the flow control device. will be used. for loader operation. The hydraulic system will allow for the operation of the lift without shifting into neutral and accelerating the truck engine. B. Compaction cycle control shall be push button controlled from inside the truck I cab with an electric -over -air operated spool valve. C. The oil reservoir shall be 1-1/2 times the capacity of the hydraulic system but not less than 55 US.gallons and shall be mounted on the side opposite the container loading device for ease of maintenance. The top of the reservoir tank NOT TO EXCEED 54" above ground. level in order that oil may be added without the necessity of climbing on units, thus eliminating falls and/or injury to maintenance personnel. D. The hydraulic system will be equipped with a hydraulic oil filter on the return line inside, on the top of the tank and a 100 wire mesh suction strainer. There will be a high pressure, in -line filter of 10 micron capability in the pressure line ahead of the main control valve.. The filter will be of the replaceable element type and will be furnished with a 10 micron cartridge element. The hydraulic system shall be designed to minimize the generation of heat within the system. E. The hydraulic system shall be equipped with a pressure protection device to insure a maximum of 2500-PSI operating pressure. 4. Controls A. All movements of the loader (up, down, in, out) are to be accomplished with no more than three (3) cylinders. B. Loader is to be operated with two (2) air controls located within easy reach of the operator. These controls shall be of a "featherable" design; cables or chains will not be acceptable. C. Compaction cycle shall be controlled with electric -over -air hydraulic spool type valve. Compaction cylinder returns forward automatically when complete compaction stroke is achieved. Button is to be within easy reach of the operator inside the cab. Hydraulic valves are to be mounted outside the body for ease of maintenance. Z>" Ajbt+ '6 F '1j YES ALTERNATE 5. Tailgate A. Tailgate shall be hydraulically raised, lowered and locked with three (3) hydraulic cylinders. The tailgate shall be operated from a control switch located within easy reach of the operator inside the cab. Unit will have an audible warning buzzer when the tailgate is unlocked and while being raised or lowered. 6. Container Loader A. The container loader, used in conjunction with the compaction body, will provide means to pick up, dump, and return to the ground 1-1/2 through 4 cubic yard containers. The container loader will be rated at 8,000 pounds lifting capacity at 30" of extension. B. The container. loader shall be capable of extending outward from the fully collapsed position a minimum of 48 inches in a horizontal plane. For operations between containers in alleys, the lift must be capable of being partially raised to container attachment level without increasing the total height of the unit, thus preventing damage to overhead wires. It shall also be capable of servicing a container which sits at loading dock height (approximately 48" above ground level). 7. Paint A. The compaction body and loader shall be free of all weld slag and sandblasted thoroughly before painting. Paint to be acrylic air-dried enamel. Primer to be approved for use with finish coat. Color TSD. 8. General A. The compaction body shall have all necessary warning decals, lights and reflectors to meet State and Federal highway standards. Shall have four work lights mounted in, work area and one in the hopper. Strobe Light to be mounted on center of tailgate. Rear vision camera with 7" flat screen monitor to be installed. T� �bi-t 14 `�J ' Igi 0� - a � , �W PROPOSAL SHEET Commercial Trash Truck Brand, Year and Model Number r � y Price of Unit Price Firm for How Long? Estimated Delivery Time (after bid awarding/P.O.) • .Example of estimate — 3 months..... i-ig,116 Price to include all shipping, handling and set up charges. To be delivered to Richmond Sanitary District, 2380 Liberty Avenue, Richmond, Indiana during normal business hours of Monday through Friday from 6:OOA.M. to 3:00 P.M. — excluding holidays. Please include all warranty information with bid. al l �. VMAR� ��Pa&w l a� Company Address Phone Number Date 9"Q, — V63-71 City, Stat), Zip / 01� /0 P ramid Equipment, Inc 21Y South Prairie Street P0Box 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: 6943 Quote Date: Apr 9, 2018 Page: 1 To: Sanitary District 2380 Liberty Avenue Richmond, IN 47374 Customer ID Good Tlru' Payment Terms Sales Rep . CITYRICMOND 5/9/18 Net 30 Days Linback,Jeffery Oty Line Itein ID Descn tlon I? Unit PrIC@ y. Arnourit j 1.00 * 2019 Freightliner M2106 Chassis 174,116.00 174,116.00 WITH * Pak MorSM-HLR29 Commercial Side -load Body - Per Richmond Sanitary District bud specifications o U 614 Due to the instability of the steel market, prices subject to change without warning Subtotal 174,116.00 Sales Tax TOTAL 174,116.00 Any applicaple taxes, Le. IIV JdICS 1 cm, rCUG1 al LA low 1 QA `I L 1 1, GIV, VV III be charged on the Invoice unless a valid Exemption Certificate is included %AA+h nrriamr EXCEPTIONS Commercial Side -Load • Pak-Mor uses an integrated top door design, no wind screens needed • Body uses a 50-gallon frame -mounted hydraulic tank • All movements accomplished using (4) cylinders • Loader operated w/single joystick for all functions • (2) Valve assemblies used. o (1) inside body for pack & tailgate o (1) outside the body for lift & extend • Tailgate raised, lowered & locked using (2) cylinders • Integrated top door design, door rises as lift goes up, no blowing trash ,� 44,-� 13 3�16 Minimum Specifications for Cominercial Trash Truck Body. Attached with these Commercial Trash Truck body specifications are the specifications for our type of 3-yard Commercial Containers. This will ensure that your truck will hook up to and dump our tubs without any issues. Alternates to the following specifications must be 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. General Description Yes .Alternate • The compaction body is an automated 'container loading and dumping device. It will have nominal capacity of (25) yards and be capable of compacting refuse and ejecting same fi om the body at the disposal site. • The receiving hopper area will be approximately 8 cubic yards and will accommodate up to and including4 cubic f yard side -load containers without damage. Compaction Body -Construction • Continuous cylindrical design, suitably reinforced and a minimum of 3/16" inch steel in thickness. • Tailgate constructed of a minimum of 3/16" steel. • The body is to be equipped with ahinged access door located on the side opposite the container loader in order to provide easy access to the hopper area. • The operator must have unrestricted view of the packer plate from inside the cab. Hydraulic reservoir behind cab not acceptable. • The opening of the hopper will be protected on three sides with a wind screen to prevent o trash from extt�tngthe- hopper. z�1� -H 13 t-) c),() Zi I Hydraulic Design • Theunit shall be equipped with a single stage, engine drivenhydraulicpump. Thehydraulic system will allow for the operation of the lift without shifting into neutral and accelerating the truck engine. / • Compaction cycle control shall be push button controlled from inside the truck cab. • The oil reservoir shall be- 1-1/2 times the capacity of the hydraulic system but not less than 55 US gallons and shall be mounted on the side opposite the container loading device for ease of maintenance. The top of the reservoir tank Not To Exceed 54" above ground level in order that oil may be added without the necessity bf climbing on units, thus eliminating falls and/or injury to maintenance personnel. Controls • All movements of the loader (up, down, in, out) are to be accomplished with no more than (3) cylinders. • Loader is to be operated with two (2) air controls located within easy reach of the operator. These controls shall be of a "featherable" design, cables f or chains will not be acceptable. • Compaction cycle shall be controlled with electric - over - air hydraulic spool type valve. Compaction cylinder returns forward automatically when complete compaction stroke is achieved. Button is to be within easy reach of the operator inside the cab. Hydraulic valves are to be mounted outside the body for ease / of maintenance. ,6 4,'�T� 6 �_o-(16 Tailgate • Tailgate shall be hydraulically raised, lowered and locked with three (3) hydraulic cylinders. The tailgate shall be operated from a control switch located within easy reach of the operator inside the cab. Unit will have an audible warning buzzer when the tailgate is unlocked and while being raised or lowered. Container Loader • The container loader mustbe located on curbside of body. • The container loader used in conjunction with the compaction body, will provide means to pick up, dump, and return to the ground 1-1 / 2 through 4 cubic yard containers: The container loader will be rated @ 3,000 pounds lifting capacity at 3 0 inches of extension. • The container loader shall be capable of extending outward from the fully collapsed position a minimum of 48 inches in a horizontal plane. For operations in alleys, the lift must.be capable of being partially raised to container attachment level without increasing the total height out the unit, thus preventing damage to overheadwires. Paint • White General • The compaction body shall have all necessary warning decals, lights and reflectors to meet State and Federal highway standards. Shall have four work lights mounted in work area and one in the hopper. Strobe light to be mounted on center of tailgate. Rear vision camera with 7-inch flat screen monitor to be installed. Mj nimum Specifications for Side Loader Commercial. 'Trash Truth The Sanitary District of the City of Richmond is soliciting quotes for one (1) Side Loader Commercial Trash Truck. The Truck should be 2018 or newer with extended warranty. The vehicle should have the following minimum equipment with any additional options covered under the vehicle type listed below. Chassis Specifi_ cafiom: Conventional chassis • Dual Sit Down Steering with Air ride on both seats • Ti11ck Style — Refuse Body .Er^ a�ine; Minimum of 345 HP /Diesel • 2017 onboard diagnostic/2010epa/carb/ghgl7 • 12v 160 amp Alternator I • 12V batteries w/2250 cca • Electronic engine integral shutdown protection • Left hand side topstack exhaust Yes ✓ No Yes ✓ No Yes ✓r No Yes_ No Yes_ No Yes_ No Yes ✓ No Yes ✓ No Transmission: • Automatic transmission with PTO Yes No • Water to oil-transinission cooler Yes'. ✓ No • Transmission oil check and filltelectronic oil level check Yes ✓ No LT- V,� -)3 'e,,6- )a ::en11SI(Tl. G ti.:. Yes AMWYea. icri& NQ �j�) 7y'y, �1�-(ryA �f'}�y�jj�; y�'p•�F((�]�F�yp py� y]y:�y7fi, {+I��j��+i y�/�(��( .��/j�_ {y. : ��R d su elas ^x Vr = Aa �r pz s_ubabs 7c; - LLk'f�i%,a'Y!.f 4/�V?:lS6Y.4?}O :!-','SI.� jk�ttl F'3 ��+.r!a.T �j1'Y'- •. t�, _.. e �L, L-,� I, -S e) (- 10 IV kha�jffll SPA lM.4r wit VM 0- -p.Mft-v ir, Lot ailv dwlli J, b v -4 SAV Ad A. . .. - 77 . . -51 e, ld I 'A' 4 ---Auyii-oio p e.r Ab e oaftutlow opAw el tf,6f& Im OW 'V' tb tfo 4 MUM am to hp-WV&d,