Loading...
HomeMy Public PortalAbout081-2020 - Southeastern Equipment - Six Trash TrucksORIGINAL LEASE WITH OPTION TO PURCHASE AGREEMENT THIS LEASE WITH OPTION TO PURCHASE AGREEMENT is made and entered into this 1-3 day of &j i , 2019, by and between the City of Richmond, Indiana, a municipal corporation acting by and through its acting by and through its Board of Sanitary Commissioners, 50 North 51h Street, Richmond, Indiana 47374 (hereinafter referred to as the "City") and Southeastern Equipment Co. Inc, 4951 West 96th Street, Indianapolis, IN 46268 (hereinafter referred to as the "Contractor"). SECTION I. STATEMENT AND SUBJECT OF AGREEMENT City hereby retains Contractor to furnish it with six (6) 2019 or newer residential fully automated single axle side loader trash trucks (NewWay Sidewinder 22ASL). City sent a Notice to Bidders which was published in the Richmond Palladium Item on April 20 and April 27, 2019. A copy of said Notice to Bidders and the specifications thereto are attached hereto and incorporated herein by reference as Exhibit "A". The response of the Notice to Bidders by Contractor was dated May 14, 2019, is attached hereto and incorporated by reference herein as Exhibit `B". City is leasing six (6) 2019 or newer residential fully automated single axle side loader trash trucks (NewWay Sidewinder 22ASL) for a period of six (6) years, at a cost of Two Hundred Forty -Three Thousand One Hundred Forty Dollars and Seventy -Six Cents ($243,140.76) per year, with City having the option, at its sole discretion, to exercise an option to purchase said six (6) 2019 or newer residential fully automated single axle side loader trash trucks (NewWay Sidewinder 22ASL) for One Dollar ($1.00) at the conclusion of the six (6) year lease. 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 Lease With Option to Purchase Agreement is expressly subject to City, in signing documents provided by Contractor in Exhibit B or otherwise given to City, not being required to render an opinion giving legal advice or an opinion regarding any tax ramifications of this Lease With Option to Purchase Agreement. City will otherwise cooperate with other reasonable requests concerning City, such as City being a legally established municipality, payment schedules and the like. The Contractor shall furnish all labor material, equipment, and services necessary for and incidental to the proper completion of this Purchase Agreement. Contract No. 81-2019 Page 1 of 5 C�� �� r � � r. n ��� « �r c�:,v' �ksl � t.,�y �' 6a AY � ,t. No performance of services shall commence until the following has been met: 1. The City is in receipt of any required certificates of insurance; 2. The City is in receipt of any required affidavit signed by Contractor in accordance with Indiana Code 22-5-1.7-11(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 completion of this Purchase Agreement. SECTION III. LEASE/PURCHASE PRICE OPTION To lease the six (6) 2019 or newer residential fully automated single axle side loader trash trucks (NewWay Sidewinder 22ASL), City shall pay Contractor the sum of Two Hundred Forty -Three Thousand One Hundred Forty Dollars and Seventy -Six Cents ($243,140.76) each year for six (6) years from the date of execution of this Agreement, for a total compensation not to exceed One Million Four Hundred Fifty -Eight Thousand Eight Hundred Forty -Four Dollars and Fifty -Six Cents ($1,458,844.56). At the end of the six (6) year lease period, City, at its sole discretion, shall have the right to purchase the six (6) 2019 or newer residential fully automated single axle side loader trash trucks (NewWay Sidewinder 22ASL) for the sum of One Dollar ($1.00). 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 Two Hundred Ten to Two Hundred Forty (210-240) days of the execution date of this Purchase Agreement. SECTION IV. TERM OF AGREEMENT This Agreement shall become effective when signed by all parties and shall continue in effect for a period of six (6) years, at which time City, in its sole discretion, may exercise its option to purchase the six (6) 2019 or newer residential fully automated single axle side loader trash trucks (NewWay Sidewinder 22ASL) for the sum of One Dollar ($1.00). Contractors anticipates that the six (6) 2019 or newer residential trash trucks as described above shall be delivered to City Page 2 of 5 SECTION V. 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 VI. 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 City determines during the course of this Agreement that this certification is no longer valid, City 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 City that the Contractor has ceased investment activities in Iran within ninety (90) days after the written notice is given to the Contractor, the City may proceed with any remedies it may have pursuant to IC 5-22-16.5. In the event the City 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 City 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. 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: 1. 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 Page 3 of 5 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; 3. 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 monies 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 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. It shall be controlled by Indiana law and shall be binding upon the parties, their successors and assigns. It 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. 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 suit arising under this Contract, if any, 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. 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 due to the enforcement of this Agreement, including but not limited to City's reasonable attorney's fees, whether or not suit is filed. In the event that an ambiguity or 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 Page 4 of 5 In the event that an ambiguity or 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" TBE CITY OF RICBMOND, INDIA.NA by and through its Board of Sanitary Commissioners 0 By: Sue Miller, President ice rest ent g Steins, Member 4 APPROVED now, Ma orb Dated: li6 "CONTRACTOR" SOUTHEASTERN EQUIPMENT CO. INC. IC Pru Title: ` 44/ E i k Dated: ?' q1 -I 1 Page 5 of 5 cCITY OF RICHMOND MUTATION TO BED Leasiuf! six (6) 2019 0r newer fully automated) trash trucks FOR RICHMOND SANITARY DISTRICT NOTICE TO BIDDERS BOARD OI'' SANITARY COMMSSIONERN RICMIOND, INDIANAA Notice is hereby given that sealed proposals will be received by the Board of Sanitary Commissioners of the Richmond Sanitary District of Richmond, Indiana, at its office at the Administration Building, 2380 Liberty Avenue, Richmond, Indiana, on Tuesday, May 14, 2019, at 10:00 A.M., Eastern Daylight Time, for furnishing the following in accordance with specifications on file at the Richmond Sanitary District, 2380 Liberty Ave., Richmond, Indiana, and in the Office of Purchasing in the Municipal Building, 50 North Fifth Street, Richmond, Indiana. Leasing of six (6) fully automated trash tracks All proposals shall be properly and completely executed on a proposal form which is -included in the bid documents. All proposals submitted skull be accompanied by an acceptable Bidder's Bond, Certified Check or Cashier's check made payable to the Richmond Sanitary District in the amount of 5% of the total bid price. If the bidder is fiom out-of-state, the Bidder's Bond must be secured by a Surety who is admitted to do business in Indiana. Checks of the unsuccessful bidders.will be returned on award of the proposals. Specifications and bid forms may be secured from the Richmond Sanitary District, 2380 Liberty Ave., Richmond, Indiana, 47374 or from the Purchasing Office, 50 North 5" St., Richmond, Indiana, 47374. All proposals should be placed in a sealed envelope marked "Confidential -Bid Proposal" on outside of envelope. The Board of Sanitary Commissioners of the Richmond Sanitary District of the City of Richmond, Indiana, reserves the right to reject any and all bids, parts of bids andre-advertise for same and to waive informalities or errors in bidding. Bidder will be required to comply with all applicable Equal Employmebt Opportunity laws and regulations, including Section 504 of the Rehabilitation Act of 1983. BOARD OF SANITARY COMMISSIONERS OF THE RICHMOND SANITARY DISTRICT Sue Miller Aman Bakshi Greg Stiens Publish Dates: April 12 & 19, 2019 INVITATION FORBID This invitation is issued to establish a contract to supply the City of Richmond with a commodity or sei vice in accordance with accompanying specifications:.. Specification Fox:" Leasing six (6) 2019 or newer fully automated trash trucks Submit Bids Before 10:00 a.m. on Day of Bid Opening to: Board of Sanitary Commissioners Richmond SanitaaIDistrict Administration.Buiil 2380 Liberty Avenue Richmond, IN 47374 Bid Opening: Time: 10:00 a.m. Date: May 14, 2019 Location of Bid Opening: Richmond Sanitary. District Administration Building. 2380 Liberty Avenue - Richmond, IN 47374 Bid Bond: 5% (See Section C.2) Performance Bond: N/A (See Section C.2) Labor & Materials Payment Bond: N/A (See Section C.2) Insurance/Worlanan's Compensation, NIA (See Section B.1.4 & F.2.1) Common Constructions Wages: N/A (See Section B.1.5 & See attached) Bid Form Included: YES Schedule of Values: YES. Brag Specifications for Automated Single Axle Side Loader Trash `crud Intent The Richmond Sanitary District intends to Lease (6) six 2019 or newer Fully Automated Trash Trucks. We will be accepting bids for Conventional and Cab Over chassis trucks with Dual Sit -Down. We will accept bids with bodies that have full eject and ordump unloading mode. Bidders must indicate compliance for each item throughout the bid by writing "YES" or "NO". Failure to do so may be cause to reject the bid. All "NO" answers must be fully explained on a separate sheet of paper and be attached to and submitted with bid. Failure to explain "NO" answers, may be cause to reject bid. This vehicle must be a dual sit-down drive chassis with the following minimum requirements. RH Sit-down drive YES NO Cummins L9 Diesel Engine 350hp/1000 lb. ft. torque rating YES NO Single Vertical Exhaust mounted LH side YES NO Minimum 18.7 cfm air compressor YES NO 130 amp alternator YES NO Minimum of 2250 CCA Batteries YES NO Allison 3000RDS Trans. /programming to support this application YES NO Transmission Cooler YES NO 20,000 front axle rating. All components must meet the 20,000 rating YES NO 30,000 rear axle or greater. All components / 30,000 rating YES NO Rear Differential"Lock YES NO Automatic Slack Adjusters and dust shields YES NO 186" Wheelbase or adequate length for body to be properly installed YES NO 75 gallon or greater fuel tank w/ stainless steel tank bands YES NO Air dryer - YES NO Battery shutoff YES NO Body builderJunction box located inside the cab YES NO Front Mud Flaps YES NO Heated and remote mirrors 1 YES NO Power windows and door locks YES NO Air horns mounted under the cab YES NO Bug/Rock screen mounted behind grille for radiator protection YES NO Adjustable tilt and telescopic steering wheel YES NO Air Ride driver and passenger with heat YES NO AC and Defroster with premium cab insulation package YES NO Radio with Bluetooth YES NO Front Tires Heavy Steer Application with 20,000 minimum rating YES NO RearTires Heavy Drive application with 30,000 minimum rating YES NO Paint to be two stage Base and Clear coat White YES NO A turning radius study must be submitted with the bid for evaluation YES NO Extended Engine Warranty to include Injectors, Turbo, Water Pump and aftertreatment YES NO For 5yrs/150,000mlies YES NO Transmission Warranty to be Syr/Unitd miles YES NO BODY SPECIFICATION: REFUSE BODY: Refuse body will have a 22 cubic yard capacity, exclusive of the hopper. Meets Specifications: Yes Packer body capable of packing 900 pounds per cubic yard of dry household trash. Meets Specifications: Yes Hopper shall have a minimum capacity of cubic yards. Meets Specifications: Yes Multiplex wiring reducing the amount of wiring between the packer and chassis. Meets Specifications: Yes Touch. Pad Body controls to be installed in the dash of the chassis. Meets Specifications: Yes Cab mounted LED read outscreen to aid operator and mechanics of packer conditions. Meets Specifications: Yes Full eject unloading mode Full dump unloading mode. Meets Specifications: Yes Meets Specification: Yes BODY CONSTRUCTION: (The following specifications are minimums.) The body shall be all welded construction. Meets Specifications: Yes, Body wall thickness is 10 gauge Hardox 450, 174,000 psi strength. Meets Specifications: Yes Body roof thickness is 10 gauge, 80,000 psi. No No No No No No No No No No Body floor is 7 gauge AR 235, 70,000 psi. BODY DIMENSIONS: Body height above truck frame is not to exceed 108" Outside width of the body is not to exceed 96". Meets Specifications: Yes No Meets Specifications: Yes No Meets Specifications: Yes No Meets Specifications: Yes No HOPPER: The hopper shall have a minimum capacity of 4 cubic yards with hydraulic operated hopper cover. Meets Specifications: Yes No The hopper floor shall be a minimum of %" AR 400 abrasion resistant steel. Meets Specifications: Yes No The hopper sides are to be a minimum of %" AR 400 abrasion resistant steel Meets Specifications: Yes No A ladder or foot supports with grab handles shall be designed to meet OSHA standard and provide easy access to the hopper area. Meets Specifications: Yes No The hopper shall have a minimum displacement rate of S cubic yards per minute. Meets Specifications: Yes No PACKING MECHANISM; The packing panel is to be 3/8" 50,000 psi steel. Meet Specifications: Yes No The packing mechanism is to retain compacted material in the body and have adjustable auto pack after each arm cycle. s l ;: ej �. Meet Specifications: Yes No Length of the packing cycle is to be determined by proximity switches. When the Auto Pack feature see's Maximum pressure 3 consecutive times it shuts off indicating that the packer is full. Meets Specifications: Yes No. Packing features are dependent upon each manufactures design, but must be capable of accomplishing the requirements set forth in these specifications. It must also fulfill the operational claims made by manufacturer. Meets Specifications: Yes No Packing shall complete a pack cycle in a maximum of 10 seconds at idle speed. Meets Specifications: Yes No Packing cylinders sleeves are chrome plated single stage cylinders with tool steel scrappers on each stage. Meets Specifications: Yes No LIFTING AND GRIPPING MECHANISM: The lifting mechanism shall be capable of gripping, lifting, raising, and dumping containers from 36 to 110 gallons with the use of a joy stick, or key pad. The joy stick or key pad shall be conveniently located to the left of the operators. An ergonomically designed padded armrest shall be provided.to support the operators arm during operation. Meets Specifications: Yes No The Zero Radius Arm shall be designed for operating in tight areas (eg. Alleys, next to fences, buildings and trees) Meets Specifications: Yes No The lifting mechanism can be mounted to the chassis or body will be acceptable. Meets Specifications: Yes No GrippIIngforce is to be adjustable to provide container fetention and also for limiting the radial force applied to .prevent container damage. Meets Specifications: Yes No. o Ell Lifting mechanism shall be capable cycle, -,which includes grip, lift, and dump, undurnp, lower, and ungrip in a maximum of 6 seconds. Meets Specifications: Yes No Lifting mechanism shall be capable of lifting, raising, dumping and returning containers from any position within its reach at engine idle. Meets Specifications: Yes No The mechanism shall incorporate serviceable bearings at the grip, pivot, and extension -retraction points to ensure smooth operation and long service life. Meets Specifications: Yes No_ The reach of the mechanism shall extend a minimum of W from its fully retracted to its fully extended position. Meets Specifications: Yes No The mechanism will be capable of lifting 550 lbs. at any point to which the arm is extended. "Note" the Bidder shall provide "Certification" of the this capability with their bid. Meets Specifications: Yes No The container shall be tilted a minimum of45 degrees past horizontal to provide for full dumping. Meets Specifications: Yes No No on board computers or mechanical limit switches. Meet Specifications: Yes No Mechanism must be capable of dumping blow molded containers, without damage. Meets Specifications: Yes No TAILGATE - The tailgate is to be hinged at or above the roofline using high strength steel hinges. It is to be raised for load dumping by 2 double acting cylinders mounted on the outside of the tailgate. These cylinders shall be of a design that will prevent rapid lowering of the tailgate in case of a hydraulic component failure. Meets Specificationst Yes No The tailgate cylinders shall have chrome plated rams. Cylinder dimensions will be 3" bore diameter, 2" ram and a 30" stroke. Meets Specifications: Yes No The tailgate is to be released and locked with no moving parts other than the two (2) primary lift cylinders and associated locking mechanisms. Meets Specifications: Yes No A gasket is to be affixed to the tailgate to provide a watertight sea] between the body and the tailgate. Meets Specifications: Yes No The tailgate must be equipped with a tailgate ajar switch with audible and visible warning devises fixed in the cab which comply with ANSI standards and warns when the tailgate is partially to completely open. Meets Specifications: Yes No — Body hinge structure must be of proper design, materials and construction to support the tailgate. Tailgate maintenance safely props shall be provided. Meets Specifications: Yes No Meets Specifications: Yes No Tailgate bubble is Hardox 450,174,000 psi, tailgate sides are 10 gauge 80,000 psi. Meets Specifications: Yes No Operator must be able to control without leaving the cab. Meets Specifications: Yes No EJECTION/DUMPING Dumping shall be done by means of a single telescoping center mounted hydraulic cylinder capable of lifting the box when compacted to maximum capacity. Hoist cylinder is a Nitrate treated 4 stage cylinder with a 180" stroke. Bore diameter of the cylinder from the largestto the smallest is 6 %", 5'/", 4 %z', 3 Meets Specifications: Yes No �-A' IVO =i 1 �!� l �K„aT4. The body dump shall be full eject and all refuse in the box will be removed without sticking or bridging. Meets Specifications: Yes No_ All ejection/dumping controls will be a basic control panel -system that is cab mounted. Control panel must be interlocked with a inandal override to prevent accidental refuse discharge. Meets Specifications: Yes No_ All ejection/dumping controls shall be operated from inside the cab. Meets Specifications: Yes No Full ejection shall be accomplished by the use of.2 crossed telescoping cylinders, Meets Specifications: Yes No Full Dump unloading mode. Tapered Body for Easier Discharge: HYDRAULIC SYSTEM: Pump capacity shall not be less than 52 gpm@700 RPM Meets Specifications: Yes No Meets Specifications: Yes No Factory installed relief valves shall be incorporated into the system and set at2500 psi for body functions and 2000 psi -for Arm functions. Meets Specifications: Yes No • A 10 micron absolute filter is installed in the return line. Meets Specifications: Yes No . Hydraulic tank is to i e frame mounted and equipped with a 10 micron breather element and eye level sight gauge. Tank.location will be determined by body configuration. Meets Specifications: Yes * No Hydraulic reservoir tank capacity must be at least 78 gallons. 1 Meets Specifications: Yes No Hydraulic system must contain cylinders capable of performing the operational requirements set forth in the specifications. ' Meets Specifications: Yes No Hydraulic hoses are to be SAE approved construction with hose burst pressure 4 times working pressure and have protective coverings. Meets Specifications: Yes No Hydraulic control assemblies must be located so that at no time or load condition it becomes necessary to remove the load to service these components, Meets Specifications: Yes No CONTROLS: All compactor operating controls are to be located in the truck cab and mounted for operator convenience and comfort. Meets Specifications: Yes No Warning signals shall be incorporated into all circuits monitoring abnormal compactor operations. Meets Specifications: Yes No LIGHTING AND WIRING: All lights and reflectors shall be in accordance with Federal and State I.C.C. Motor Vehicle Safety Standards: Meets Specifications: Yes No Provisions will be made for maximum visibility and may include 2 red stop -tail lights, 2 red turn tail lights, and an I.D. cluster. All light must be L.E.D. Meets Specifications: Yes No A lighted license plate bracket will be provided. Meets Specifications: Yes No Unit must include arm, hopper, and side mounted work lights. Meets Specifications: Yes No Unit must include 2 tailgate work lights and 4-inch amber strobe lights plus alternating flashing lights. Meets Specifications: Yes No PAINTING: All components will be properly shot blasted and cleaned prior to priming. Meets Specifications: Yes No All burrs and rough spots are to be removed. Meets Specifications: Yes No Unit to be primed with high solids epoxy primer prior to the finish coat. Meets Specifications: Yes No Final coat to be acrylic urethane high solids white. Meets Specifications: Yes No CAMERAS: Four (4) Cameras w/digital video recorder, 7 inch color monitor will be provided. (monitor hopper area, back up, street side and curbside) Meets Specifications: Yes No Camera monitor shall be mounted in the cab and be fully adjustable flat screen type with split screen option so all camera views can be displayed at one (1) time and automatically switch to full screen back- up camera when unit is shifted to reverse. Meets Specifications: Yes No, OTHER: Two complete sets of operator, parts and service manual will be supplied fortruck chassis and refuse body. Meets Specifications: Yes No Complete body shall be under warranty fortwo years, parts and labor. Meets Specifications: Yes No Shovel and shovel holder. Outside cab arm controls. Meets Specifications: Yes No Meets Specifications: Yes No a� a Broom and broom holder. Meets Specifications:. Yes No Work lights. (-I hopper work light, I arm work light and 2 camera assist floor reverse lights) Meets Specifications: Yes No WARRANTIES: Cylinders: 5 year limited warranty from date of delivery Meets Specifications: Yes No Hydraulic Pumps and Valves: 2 years from date of delivery Meets Specifications: Yes No Packer Unit:1 year from date of delivery Meets Specifications: • Yes No Instructions to Bidder —Any item that is marked "NO" please give explanation on a separate sheet of paper. Annual Maintenance Contract This,work will be done per manufacturer recommendation: Scope of Work: ContractorNendor • Annually or more if recommended. Evaluation of over all condition with submission of a report containing recommendations and cost for required repairs. • Drive Train: leaks, fluid levels, belts, u joints, axles, etc. o Transmission: leaks &fluid levels o Body, Armand Packing to include Cameras: Hydraulic system, hoses, sensors, lights, safety items, all adjustments to each system, and all required filter and fluid changes. Richmond Routine Maintenance o Cleaning and washing of entire unit and chassis, greasing, fluid checks, and visual inspections on a daily, weekly, and monthly as per manufacturer. o Tighten any loose fittings and/or fasteners. o All DOT inspections �� L BID SHEET Six (6) 2019 or. Newer Fully Automated.Single Aide Side Loader Trash Trucks Richmond Sanitary District, City of Richmond, Indiana Egmpment Mahe and Model Number Price to include all trade-in pickup, shipping, handling, delivety and set-up charges. Equipment to be delivered to the Richmond_ Wastewater Treatment Plant, 2380 Liberty Avenue, Richmond, IN 47374. Company Name and Leasing Fi tta Name: Provide pricing for 3, 4, & 5 year lease options: 3 Year 4 Year 5 Year Amount of annual lease payment $ (including trade-in) Cost of annual maintenance contract $ Total Annual Cost $ (Equipment Lease and Maintenance) (To be awarded based on Total Combined Lease & Maintenance Costs) (Above lease amounts should be based on the leasing company taking ownership of the truck at the end of the lease tenon) Leasing Company Name: Authorized Contact Person/Title: RSD reserves the -tight to purchase the truck at the end of the lease term. The leasing company guarantees the following purchase prices: 3YR 4YR 5YR Bid will be good for days. Estimated lead time for new equipment: days Authorized Signature Contact Person (print) Company name YY **Flease include a sample lease agreement **'' Date Phone number CITY OF RICHMOND 11DIANA INVITATION TO BID 1Leasinfl, Ax (6) 2019 or newer fully automated trash trucks FOR RICHMOND SANITARY DISTRICT 1" A 0, eH, �,d Specifications for Automated Single Axle Side Loader Trash Truck xintent The Richmond Sanitary District Intends to Lease (6) six 2019 or newer Fully Automated Trash Trucks, We will be accepting bids for Conventional and Cab Over chassis trucks with Dual Sit -Down. We will accept bids with bodies that have full eject and or clump unloading mode, Bidders must indicate compliance for each item throughout the bid by writing "YES" or "No". Failure to do so may be cause to reject the bid. All "NO" answers ►must be fully explained on a separate sheet of paper and be attached to and submitted with bid. Failure to explain "NO" answers may be cause to reject bid. This vehicle must be a dual sit-down drive chassis with the following minimum re uirements. RH Sit-down drive Cummins 1.9 Diesel Engine 350hp/1000 lb. ft. torque rating Single Vertical Exhaust mounted LH side Minimum 18.7 cfm air compressor 130 amp alternator 160 amp Minimum of 2250 CCA Batteries Allison 3006RDS Trans. /programming to support -this application Transmission Cooler 20,000 front axle rating. All components must meet the 20,000 rating 30,000 rear axle or greater. All components /30,000 rating Rear Differential'Lock Automatic Slack Adjusters and dust shields 186" Wheelbase or adequate length for body to be properly iiistalied• 75 gallon or greater fuel tank w/ stainless steel tank bands Alr dryer . Battery shutoff Body bullderJ unction box located Inside the cab Front Mud Flaps Heated zinc! remote mirrors YES —X NO YES X NO YES X NO YES X NO YES X NO YES X NO YES X NO YES X NO YES . X NO YES X NO YES X NO YES X NO — ,.YES X NO YES X NO YES X NO YE5 X NO YES X NO YES— X NO YES X NO r Power windows and door locks YES X NO Air horns mounted under the cab YES X NO- Bug/Rock screen mounted behind grille for radiator protection YES X NO Adjustable tilt and telescopic steering wheel YES X NO Air Ride driver and passenger with heat YES X NO -AC and Defroster with premium cab Insulation package YES X NO Radio with Biuetooth YES __ _)S_, NO Front Tires Heavy Steer Application with 20,000 mbiimum rating YES X NO Rear Tires Heavy Drive application with 30,000 minimum rating YES X NO faint to be two stage Base and Clear coat White YES X NO Aturning radius study must be submitted witii the bid for evaluation YES X NO Extended Engine Warranty to include injectors, Turbo, Water Pump and after treatment YES X NO For 5yrs/1.50,000mlles YES X NO Transmission Warranty to be Syr/Unitd miles YES X NO U_� BODY SPECIFICATION: REFUSE BODY: Reftise body will have a 22 cubic yard capacity, exclusive of the hopper, Meets Specifications: Yes X No Packer body capable of packing 900 pounds per cubleyard of di•y household trash. Meets Specifications: Yes__Y No Hdppee shall have a minimum capacity of 4 cubic yards. 6 Cubic Yards Meets Specifications; Yes X No Multiplex wiring reducingthe amount of wiring between the packer and chassis. Meets Specifications: Yes X No TAucit Pad Body Controls to be Installed In the dash of the chassis, Meets Specifications: Yes X 'No Cab mourited LEI) read out screen to aid operator and mechanics of packer conditions. Meets Specifications: Yes X No Full eject unloading mode Meets Specifications: Yes No X Full dump unloading mode, Meets Specification: Yes X No BODY COASTRUCTION: (The following specifications are minimums.) The body shall be all welded construction. Meets Specifications: Yes ?X No Bodywall thickness is 10gauge Hardpx450, 174,000 psi strength. Meets Specifications: Yes_ No Body roof thickness is 10 gauge, 80,000 psi. Meets Specifications: Yes X No Body floor is 7 gauge AR 235, 70,000 psi. EXCEEDS 1/4" AR450 174,000 psi Meets specifications; Yes i< No BODY DIMENSIONS: Body height above truck frame is not to exceed 108" Meets Specifications: Yes X No Outside width of the body is not to exceed 96".. Meets Specifications: Yes X No HOPPER: The hopper shall have a minimum capacity of 4 cubic yards with hydraulic operated hopper cover. Meets Specifications: Yeses No The hopper floor shall be a minimum of YV AR 400 abrasion resistant steel. EXCEEDS 1/411AR450174,000 psi Meets Specifications: Yeses_ No The hopper sides are to be a minimum of %" AR 400 abrasion resistant steel EXCEEDS 1/4" AR450174,000 psi Meets Specifications: Yes,_ No A ladder or foot supports All grab handles shall be designed to meet OSHA standard and provide easy access to the hopper area. Meets Specifications: Yes % No The hopper shall have a minimum displacement rate of 5 cubic yards per minute. Meets Specifications: Yes X No PACiNG MECHANISM: The packing panel is to be 3/8" 50,000 psi steel. EXCEEDS 114" AR4501-14,000 psi Meet Specifications: Yes—X— No The packing mechanism is to retain compacted mWtial in the body and have adjustable auto pads after each arm cycle. Meet Specifications: Yes X No Length of the packing cycle is to be determined by proximity switches. When the Auto Pack feature see's maximum pressure B consecutive times it -shuts off indicating that the packer Is full. Meets Specifications: Yes X No Packing features are dependent upon each manufactures design, but must be capable of accomplishing the requirements set forth in these specifications. It must also fulfill the operational claftns made by manufacturer. Meets Specifications: Yes', No Packing shall complete a pack cycle in a maximum of 10 seconds at idle speed. 22 seconds at idle speed. Full Cycle Extend -Retract Meets Specifications: Yes X No Packing cylinders sleeves are chrome plated single stage cylinders with tool steel scrappers on each stage, Meets Specifications: Yes X No LIFTING AND GRIPPING MECHANISM: The lifting mechWnlsm shall be capable of gripping, lifting, raising, and dumping containers from 36 to 110 gallons with the use of a joy stick, or key pad. The joy stick or key pact shall be conveniently located to the .left of the operators. An ergonomically designed padded annrestshall he provided to support the operators arm curing operation. Arm to be heaviest design offered by Manufacterer Meets Speciflcations: Yes X No In -Line reach design w/12' reach & W Gahm Lead Rotation The zero Radius Arm shall be designed for operating In flight areas (eg. Alleys, next to fences, buildings anti trees) 62114" measurement at widest point, from side of body to tip of fully closed gripper fingers. Meets Specifications: Yes No X The liffingTnechanism can be mounted to the chassis or body, will be acceptable. Mounted to chassis for ease of maintenance 7 less hydraulic hose. Meets Specifications: Yes X No Gripping force is to be adjustable to provide container retention and also for limiting the radial force applied to prevent container damage. Meets Specifications: Yes X No �l ;�I ' � OX 111 Lifting mechanism shall be capable cycle, which includes grip, lift, and dump, undo np, lower; and ungrip in a maximum of 6 seconds, Meets Specifications: Yes_ Cam, No Lifting mechanism shall be capable of lifting, raising, dumping and returning containers from any position within its reach at engine idle. Meets Specifications: Yes X No The mechanism shall Incorporate serviceable hearings at the grip, pivot, and extension -retraction points to ensure smooth operation and long service life. Meets Specifications: Yes—X_ No The reach of the mechanism shall extend a rnini►nurn of 84" from its fully retracted to its fully extended position. Extension of 144" when fully extended Meets Specifications: Yes_X_ No The mechanlsm will be capable of lifting 550 lbs. at any point to which the arm is extended. "Note" the Biddershall provide "Certification" of the this capability with their bid. 1,000 lb lifting capacity at any point Win reach Meets Specifications: Yes X No The container shall be tilted a minimum of 45 degrees past horizontal to provide for full dumping. Meets Specifications: Yes X No No on board computers or mechanical limit switches. Meet Specifications: Yes X No Mechanism must be capable of dumping blow molded containers, without damage. Meets Specifications: Yes X No TAILGATE: The tailgate is to he hinged at or above the rooflir►e using high strength steel hinges. it is to be raised for load dumping by 2 double acting cylinders mounted on the outside of the tailgate. These cylinders shall be of a design that will prevent rapid lowering of the tailgate In case of a hydraulic compohent failure. Meets Specifications: Yes X No The tailgate cylinders shall have chrome plated rams. Cylinder dimensions will be 3" bore diameter, 2" ram and a 30" stroke. Meets Specifications: Yes X No The tailgate is to he released and locked with no iimoving parts other than the two (2) primary lift cylinders and associated locking mechanisms. Tailgate & Cylinders are the only components in lock design. Meets Specifications: Yes X No No side plates, turnbuckles, or other components are required. A gasket is to be affixed to the tailgate to provide a watertight seal between the body and the tailgate. Meets Specifications: Yes X No The tailgate must be equipped with a tailgate ajar switch with audible and visible warning devises fixed In the cab which coittply with ANSI standards and warns when the tailgate is partially to completely open. Meets Specifications: Yes X No Body hinge structure must be of proper design, materials and construction to support the tailgate. Tailgate maintenance safely props shall be provided. Meets Specifications: Yes X Meets Specifications: Yeses_ Tailgate bubble is Hardox 450,174,000 psi, tailgafie sides are 10 gauge 80,000 psi. Meets Specifications: Yes X No No No Operator must be able to control without leaving the cab. Tailgate lock pins are not required by design. Cylinder rods are facing upwards preventing the tailgate from being able to drift open. Meets Specifications: Yes X No . All controls are in the cab. EJECTION/DUMPING Dumping shall be done by means of single telescoping center remounted hydraulic cylinder capable of lifting the box when compacted to maximum capacity. Hoist cylinder is a Nitrate treated 4 stage cylinder with a 180" stroke. Bore diamster ofthe cylinder froth thb largest to the smallest Is 6 %", 5 Y2', 4 %", 3 Meets Specifications: Yes X No . i 1 The body dump shall be full eject and all refuse in the box will be removed without sticking or bridging. Tapered body design allows for complete ejection when body is raised. Meets Specifications: Yes X Na All ejection/durnping cbntr6ls will be a basic control panel system that is cab mounted. Control panel must be interloelted with a manual override to prevent accidental refuse discharge. Meets Specifications: Yes X No All ejection/dumping controls shall be operated from inside the cab. Meets Specifications: Yes No_X Pull ejection shall be accomplished by the use of 2 crossed telescoping cylinders. 2 crossed single stage cylinders are capable of freeing Meets Specifications: Yes X No material from the body while the body is raised in the dump position Full Dump unloading mode. Tapered Body for Easier Discharge: Meets Specifications: Yes X No HYDRAULIC SYSTEM: Pump capacity shall not be less than 52 gpm@700 RPM Meets Specifications: Yeses No Factory Installed relief valves shall be incorporated into the system. and set at 2500 psifor body functions and 2000 psi for Arm functions. Meets Specifications: Yes X Nc A 10 micron absolute filter Is installed in the return line. Meets Specifications: Yes X No Hydraulic tank is to be frame mounted and equipped with a 10 micron breather ele►Went and eye level sight gauge. Tank location will. be determined by body configuration. Meets Specifications: Yes X No Hydraulic reservoir tank capacity must be at least 78 gallons. Meets Specifications: Yes_ X No Hydraulic system must"cohtain cylinders capable of performing the operational requirements set forth in the speciflcations. p �y Meats Specifications; Yes X No Hydraulic hoses are to be SAE approved construction with hose hurst pressure 4 times working pressure and have protective coverings. Meets Specifications: Yes X No Hydraulic control assemblies must be located so that at no time or load condition it becomes necessary to remove the load to service these components. Meets Specifications; Yes X No CONTROLS: All compactor operating controls are to be located in the truck cab and mounted for operator - convenience and comfort. Meets Specifications: Yes X No Warning signals shall be Incorporated into all circuits monitoring abnormal compactor dperations, Meets Specifications: Yes X Nc LIGHTING AND WIRING: All lights and reflectors shall be in accordance with Federal and State I.C.C.'Motor Vehicle Safety Standards, Meets Specifications: Yes X No Provisionswill be made for maximum visibility and may Include 2 red stop -tail lights, 2 red turn tall lights, and an I.D. cluster. All light must be L.E.D. Meets Specifications: Yes X No A lighted license plate bracket will be provided. Meets Specifications: Yes X No Unit must Inchide arm, hopper, and side mounted work lights. Meets Specifications: Yeses No Unit must include 2 tailgate work lights and 4-inch amber strobe lights plus alternating flashing lights. Meets Specifications: Yes X No PAINTING All components will he properly shot blasted and cleaned prior to priming, Unit is cleaned & receives a body etching treatment prior to priming, Meets Specifications: Yes No X All burrs and rough spots are to be removed. Meets Specifications: Yes X No Unit to be primed with high solids epoxy primer priorto the finish coat, Meets Specifications,, Yes X No Final coat to be acrylic urethane high solids white. Meets Specifications: Yes X No CAMERAS: four (4) Cameras w/digital video recorder, 7 inch color monitor will be provided. (monitor hopper area, back up, street side and curbside) Meets Specifications: Yes X No camera monitor shall be mounted in the cab and be fully adjustable flat screen type with split scree►i option so all camera views can be displayed at one (1) time and automatically switch to full screen back - Lip camera when unit is shifted to reverse. Meets Specifications: Yes—X—No OTHER: Two complete sets of operator, parts and service manual will be supplied fortruck chassis and refuse body. Meets Specifications: Yes X No Complete body shall be under warranty fortwo years, parts and labor. Meets Specifications: Yes X No Shovel and shovel Bolder. Outside cab arm controls. Meets specifications; Yes X No. Meets Specifications: Yes_- No , Broom and broom holder. Meets Specifications: Yes X No Work lights. (I hopper work light, I arm work light and 2 camera assist floor reverse lights) Meets Specifications: Yes X No WARRANTIES: Cylinders: 5 year limited warranty from date of delivery. Meets Specifications: Yes X No Hydraulic Pumps and Valves: 2 years from date of delivery Meets Specifications; Yes X No Pacicer Unit:1 yearfiom date of delivery . Meets Specifications: • Yes X No Instructions to Bidder --Any item that is marked "NO" please give explanation on a separate sheet of paper. Annual Maintenance Contract This work will be done per manufacturer recommendation: Scope of Work: Contractor/Vendor o Annually or more if recommended. Evaluation of over all condition with submission of a report containing recommendations and cost for required repairs. a Drive Train: Leaks, fluid levels, belts, u joints, axles, etc. o Transmission: Leaks&fluid levels o Body, Arm and Pacldngto include Cameras, Hydraulicsystem, hoses, sensors, lights, safety items, all adjustments to each system, and all required filter and fluid changes. Richmond Routine Maintenance Cleaning and washing of entire unit and chassis, greasing, fluid checics, and visual Inspections on a daily, weekly, and monthly as per manufacturer. ,o Tighten any loose fittings and/or fasteners. o All DOT Inspections j k. tup BID SHEET Six (6) 2019 Ok NIDWDr Fully Automated Single Axle Side Loader Trash'1'z afts Richmond Sanitary Distltiet, City o�Richmond, Indiana Equipment Make andModel Number NewWay Sidewinder 22ASL Price to include all trade-in pickup, shipping, handling, delivery and set-up charges. Equipment to be delivered to the Riclunond Wastewater Treatnieint Plant, 2380 Liberty Avenue, Riclunond, IN 47374. Company Name and Leasing Tixm Name: Soulheastem Equipment Co., inc Baystone Government Finance Provide pricing for 3, 4, & 5 year lease options: 3 Year 4 Year 5 Year 6 Year Aluount 0f aiumal lease payinent $_ 460,617.82 / 351,612,28 /286,42S.27 243,140.76 (including trade-in) Cost of atuival maintenance contract Total Annual Cost 460,017.82 / 361,612.28 / 286,425.27 243,140.76 (El quipment Lease and Maintenance) (To be atyal dod based on Total CoinhfRed Lease & IY aNtenance Costs) (Abow lease alnounk should he based on Me leasing cols pally taking oijwel sliip of the flluck at fie elld of the lease ferlll) Leasing Company Naive: Baystone Government Finance A.ufliorized Contact Person/Title: Aaron UndstenlAVP RSD reserves the right to purchase the truck at the end of the lease term. The leasing company guarantees the following purchase, prices: 3YR 4YR 5YR BYR 1.00 / 1.00 / 1.00 1.00 Bid will be good for 30 days clays. Bsti,nated lead time far new equipment: 210 24o clays s:YY*Please include a sample lease agreement""* Attil�orizecl Sigttature KIm Benson ContactPerson (print) Soulheastem Eplpment Co., Inc Ownpiny came 5-14-2019 Date 317-266-9178 Phone number