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