HomeMy Public PortalAbout098-2021 - Sanitation - Pyramid Equipment - Recylcing Truck AGREEMENT
THIS AGREEMENT made and entered into this / d day of oj.4 cif", 2021, and
referred to as Contract No. 98-2021 by and between the City of Richmond, diana, a municipal
corporation acting by and through its Board of Sanitary Commissioners (referred to as the
"City"), and Pyramid Equipment,Inc., 211 South Prairie Street, PO Box 127, Rolling Prairie,IN
46371 (hereinafter referred to as the"Contractor").
SECTION I. STATEMENT AND SUBJECT OF WORK
City hereby agrees to purchase from Contractor one (1) 2022 Curbside Cardboard Recycling
Truck Freightliner M2-106 New Way Sidewinder 22 ASL with said equipment being more
specifically described on Exhibit `B" attached hereto and incorporated by reference herein. The
foregoing shall meet the requirements previously requested by the City which are set forth on the
specifications sheet to which the Contractor has responded with said response being attached
hereto as Exhibit`B".
A Request for Quotes has been made available for inspection by Contractor, is on file in the
office of the Department of Sanitation for the City of Richmond, which is attached hereto and
incorporated by reference herein as Exhibit"A".
The quotation and proposal of Contractor, inclusive of the equipment specifications to said
Request for Quotes is attached hereto and incorporated by reference herein as Exhibit`B".
Should any provisions, terms, or conditions contained in any of the documents attached hereto
and incorporated by reference herein as Exhibits, conflict with any of the provisions, terms, or
conditions of this Agreement,this Agreement shall be controlling.
The Contractor shall furnish and deliver the equipment described on Exhibit`B"attached hereto
as soon as is practically possible, but said deliver shall not exceed thirty (30) days from the
receipt of the purchase order pertaining to this Agreement.
No performance of services shall commence until the following has been met:
1. The City is in receipt of any required certificates of insurance and/or warranties;
2. The City is in receipt of any required affidavit(s) signed by Contractor in accordance with
I.C. § 22-5-1.7-11(a)(2); and
3. A purchase order has been issued by the Purchasing Department.
SECTION II. STATUS OF CONTRACTOR
Contractor shall be deemed to be an independent contractor and is not an employee or agent of
the City of Richmond. The Contractor shall provide, at its own expense, competent supervision
of the work relative to the delivery of the equipment described herein.
SECTION III. COMPENSATION
City shall pay Contractor the sum of two hundred forty-six thousand eight hundred sixty dollars
and 00/100 ($246,860.00), fifty percent (50%) of which shall be reimbursed by the Indiana
Department of Environmental Management("IDEM") State Program—Recycling Promotion and
Assistance Fund for Reimbursement in consideration for the equipment specifically described
within the Exhibits attached hereto,inclusive of delivery.
1 I Page
SECTION IV. TERM OF AGREEMENT
This Agreement shall become effective when signed by all of the parties hereto and shall continue
until such time that the Contractor delivers the equipment, in new and working condition, to the
City. Nothing in this agreement shall be interpreted to waive any of the City's remedies that may
be available to it at law or in equity, specifically those pertaining, in any manner, to laws
pertaining to a purchaser's remedies for the furnishing of a defective automobile.
Notwithstanding the term of this Agreement, City may terminate this Agreement in whole or in
part, for cause, at any time before the delivery of the equipment described above specifying the
reasons for termination which shall include but not be limited to the following:
a. failure,for any reason of the Contractor to fulfill in a timely manner
its obligations under this Agreement;
b. submission of a report, other work product, or advice,whether oral or written,by the
Contractor to the City that is incorrect,incomplete,or does not meet reasonable
professional standards in any material respect;
c. ineffective or improper use of funds provided under this Agreement;
d. suspension or termination of the grant funding to the City under which this Agreement
is made; or
e. unavailability of sufficient funds to make payment on this Agreement.
This Agreement may also be terminated by either the City or the Contractor, in whole or in part,
by mutual Agreement setting forth the reasons for such termination, the effective date, and in the
case of partial termination,the portion to be terminated.
SECTION V. INDEMNIFICATION AND INSURANCE
Contractor agrees to obtain insurance and to indemnify the City for any damage or injury to
person or property or any other claims which may arise from the Contractor's conduct or
performance of this Agreement, either intentionally or negligently; provided, however, that
nothing contained in this Agreement shall be construed as rendering the Contractor liable for acts
of the City, its officers, agents, or employees. Contractor shall as a prerequisite to this
Agreement,purchase and thereafter maintain such insurance as will protect it from the claims set
forth below which may arise out of or result from the Contractor's operations under this
Agreement, whether such operations by the Contractor or by any sub-contractors or by anyone
directly or indirectly employed by any of them, or by anyone for whose acts the Contractor may
be held responsible.
Coverage Limits
A. Worker's Compensation& Statutory
Disability Requirements
B. Employer's Liability $100,000
C. Comprehensive General Liability
Section 1. Bodily Injury $1,000,000 each occurrence
2 I Page
$2,000,000 aggregate
Section 2. Property Damage $1,000,000 each occurrence
D. Comprehensive Auto Liability
Section 1. Bodily Injury $1,000,000 each person
$1,000,000 each occurrence
Section 2. Property Damage $1,000,000 each occurrence
E. Comprehensive Umbrella Liability $1,000,000 each occurrence
$1,000,000 aggregate
F. Malpractice/Errors&Omissions Insurance $1,000,000 each occurrence
$2,000,000 aggregate
SECTION VI. COMPLIANCE WITH WORKER'S COMPENSATION LAW
Contractor shall comply with all provisions of the Indiana Worker's Compensation law,and shall,
before commencing work under this Agreement, provide the City a certificate of insurance, or a
certificate from the industrial board showing that the Contractor has complied with Indiana Code
Sections 22-3-2-5, 22-3-5-1 and 22-3-5-2. If Contractor is an out of state employer and therefore
subject to another state's worker's compensation law, Contractor may choose to comply with all
provisions of its home state's worker's compensation law and provide the City proof of such
compliance in lieu of complying with the provisions of the Indiana Worker's Compensation Law.
SECTION VII. COMPLIANCE WITH INDIANA E-VERIFY PROGRAM
REQUIREMENTS
Pursuant to Indiana Code 22-5-1.7, Contractor is required to enroll in and verify the work
eligibility status of all newly hired employees of the contractor through the Indiana E-Verify
program. Contractor is not required to verify the work eligibility status of all newly hired
employees of the contractor through the Indiana E-Verify program if the Indiana E-Verify
program no longer exists. Prior to the performance of this Agreement, Contractor shall
provide to the City its signed Affidavit affirming that Contractor does not knowingly employ
an unauthorized alien in accordance with IC 22-5-1.7-11 (a) (2). In the event Contractor
violates IC 22-5-1.7 the Contractor shall be required to remedy the violation not later than
thirty (30) days after the.City notifies the Contractor of the violation. If Contractor fails to
remedy the violation within the thirty(30) day period provided above, the City shall consider
the Contractor to be in breach of this Agreement and this Agreement will be terminated. If
the City determines that terminating this Agreement would be detrimental to the public
interest or public property, the City may allow this Agreement to remain in effect until the
City procures a new contractor. If this Agreement is terminated under this section, then
pursuant to IC 22-5-1.7-13 (c) the Contractor will remain liable to the City for actual
damages.
SECTION VIII. IRAN INVESTMENT ACTIVITIES
Pursuant to Indiana Code (IC) 5-22-16.5, Contractor certifies that Contractor is not
engaged in investment activities in Iran. In the event Board determines during the course
of this Agreement that this certification is no longer valid, Board shall notify Contractor
3 I Page
in writing of said determination and shall give contractor ninety (90) days within which
to respond to the written notice. In the event Contractor fails to demonstrate to the Board
that the Contractor has ceased investment activities in Iran within ninety (90) days after
the written notice is given to the Contractor, the Board may proceed with any remedies it
may have pursuant to IC 5-22-16.5. In the event the Board determines during the course
of this Agreement that this certification is no longer valid and said determination is not
refuted by Contractor in the manner set forth in IC 5-22-16.5, the Board reserves the right
to consider the Contractor to be in breach of this Agreement and terminate the agreement
upon the expiration of the ninety(90) day period set forth above.
SECTION IX. PROHIBITION AGAINST DISCRIMINATION
A. Pursuant to Indiana Code 22-9-1-10, Contractor, any sub-contractor, or any person acting
on behalf of Contractor or any sub-contractor shall not discriminate against any employee
or applicant for employment to be employed in the performance of this Agreement, with
respect to hire, tenure, terms, conditions or privileges of employment or any matter
directly or indirectly related to employment, because of race, religion, color, sex,
disability,national origin, or ancestry.
B. Pursuant to Indiana Code 5-16-6-1,the Contractor agrees:
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 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 money
due or to become due hereunder may be forfeited, for a second or any subsequent
violation of the terms or conditions of this section of the Agreement.
C. Violation of the terms or conditions of this Agreement relating to discrimination or
intimidation shall be considered a material breach of this Agreement.
SECTION X.RELEASE OF LIABILITY
Contractor hereby agrees to release and hold harmless the City and all officers, employees, or
agents of the same from all liability which may arise in the course of Contractor's performance of
its obligations pursuant to this Agreement.
4 I Page
SECTION XI.MISCELLANEOUS
This Agreement is personal to the parties hereto and neither party may assign or delegate any of
its rights or obligations hereunder without the prior written consent of the other party. Any such
delegation or assignment, without the prior written consent of the other party, shall be null and
void. This Agreement shall be controlled by and interpreted according to Indiana law and shall
be binding upon the parties, their successors and assigns. This document constitutes the entire
Agreement between the parties, although it may be altered or amended in whole or in part at any
time by filing with the Agreement a written instrument setting forth such changes signed by both
parties. By executing this Agreement the parties agree that this document supersedes any
previous discussion,negotiation,or conversation relating to the subject matter contained herein.
This Agreement may be simultaneously executed in several counterparts, each of which shall be
an original and all of which shall constitute but one and the same instrument.
The parties hereto submit to jurisdiction of the courts of Wayne County, Indiana, and any suit
arising out of this Contract must be filed in said courts. The parties specifically agree that no
arbitration or mediation shall be required prior to the commencement of legal proceedings in said
Courts. By executing this Agreement, Contractor is estopped from bringing suit or any other
action in any alternative forum, venue, or in front of any other tribunal, court, or administrative
body other than the Circuit or Superior Courts of Wayne County, Indiana, regardless of any right
Contractor may have to bring such suit in front of other tribunals or in other venues.
Any person executing this Contract in a representative capacity hereby warrants that he/she has
been duly authorized by his or her principal to execute this Contract.
In the event of any breach of this Agreement by Contractor, and in addition to any other damages
or remedies, Contractor shall be liable for all costs incurred by City in its efforts to enforce this
Agreement,including but not limited to, City's reasonable attorney's fees.
In the event that an ambiguity, question of intent, or a need for interpretation of this Agreement
arises, this Agreement shall be construed as if drafted jointly by the parties, and no presumption
or burden of proof shall arise favoring or disfavoring any party by virtue of the authorship of any
of the provisions of this Agreement.
IN WITNESS WHEREOF,the parties have executed this Agreement at Richmond,Indiana, as of
the day and year first written above,although signatures may be affixed on different dates.
[Signatures to Follow on Page 6]
5 I Page
"CITY" "CONTRACTOR"
The City of Richmond,Indiana,by and through Pyramid Equipment,Inc.
its Board of Sanitary Commissioners
By:
ue M. sident
(Printed): C3y1; \ out Sv M-6'
an Bak 'ce President Title: LQD
Dated: ( ft
reg tiens,Member
Dated: V 11 12 l
APPROVED:
1 _ 41111
Da. 'I• ,Mayor
Dated: 0 V 09/ A
6 I Page
CITY OF RICHMOND
INDIANA
INVITATION
TO
t ID
(1) Cardbo _'' ecyding Truck
FOR
RICHMOND SANITARY IDIISTRICT
x��� 1(3ff A 1 of- 4-7
INDEX
INVITATION TO IUD
Bid Form See Attached Form
Notice to Bidders 1 Page
Invitation for Bid 1 Page
STANDARD TERMS AND CONDITIONS
Definition A.1
Departments A.2
Bidder& Contractor A.3
Estimated Quantities A.4
Addenda A.5
Bidding Documents B.1
Substitutions B.2
Demonstrations/Samples B.3
Data Privacy B.4
Bidding Procedures C.1
Bid Security C.2
Submission of Bids C.3
Bidder's Representation C.4
Modification or Withdrawal of Bid •
C.5
Delivery of Goods C.6
Consideration of Bids D.1
Rejection/Acceptance of Bids D.2
Bid Award D.3
Warranties, Guarantees &Maintenance D.4
Contract Documents E.1
Indemnification F.1
Workers Compensation Insurance' F.2
Payments G.1
•
Method of Invoicing G.2
Damages for Delays • G.3 •
•
Specifications
Proposal Sheet
E-Verify Requirements and Indiana Local Preference Claim Tnfotmation enclosed.
-�- / O'C 4'7
• hiiiii OF•F•ER.OR PROPOSAL FOR. SALE ok LEASE OF MATERIALS
S
. (Please type or print)
•
Date:
1. Governmental Unit: .
• 2. County: . ,
•
Address:
City/State:
4. Telephone Number: • '
•
5. 'Agent of•Rld'der (if applicable):
Pursuant to notices given, the undersIgned offers,bids to • '
(Governmental Unit) in accordance with the following altachment(s) which specify the class or item number or
description, quantity, unit; unit price and total amount.
The contract wii.i be awarded by classes or!toms,In acoordanoe with specifications,Any changes or allera-
tione in the"Items specified will rencter•such bid void as to,that class or item: »adder promises that he has.not
offered.nor received a less price than the price stated in his bid for the rnaterials included In sold bid. Bidder fur.
'thor agrees that he will not withdraw his bid from the office In which it Is filed, A certified check or bend•shail
be flied with each bid if required, and liability for breach shall be•enforceable upon the contract, the bond or car-
'titled check or both•as the case .may be.
•
•
•
*Signature of Bidder or Agent
BID oFrizt OR PROPOSAL
• Attach separate sheet listing each Hem bid based on specifications published by governing body.Following
is an example of the bid format: •
•
Clasu or Jlom 4luanlit Unit '
gesorf lion unit Price Amount
NON-COLLUSION AFFIDAVIT .
STATE OF INDiANA .
-- • COUNTY' . ss.
•
The undersigned bidder or agent,being duly sw •
• orn on oath,says that he has
representative, or agent of the-firm, company,,corp❑ration or partnership repres nted by his any other member,combination, collusion or agreement with any person relative to the price to be bid byanyone
at to prevent anyY m, entered Into any
person from bidding nor to induce anyone to refrain from bidding, and that this bid le madetwithout
•reference to any other bid and without any agreement, understanding or combination with any otherperson In •
reference 'te such bidding, •
•
He further says that•no person or persons,firms, or.aarparatlon has;have or Mil receive directly or indirect. ,
1Y, any rebate, fee, gift, commission or thing pf value on account of such sale,
. �IddQr(Firm)
Subscribed• and sworn to before me this
My commission expires; -PI-
County ,of Rssldence:
T L_ �-
NOTICE TO BIDDERS
BOARD OF SANITARY COMMISSIONERS
RICHMOND,INDIANA
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, June 22, 2021,
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., Rich-mond, Indiana,
and in the Office of Purchasing in the Municipal Building, .50 North Fifth Street, Richmond,
Indiana. Bids must be submitted by no later than 9:00 a.m. on June 22, 2021, and any bids
received after 9:00 a.m.,Eastern Daylight Time,on June 22,2021,will be returned unopened
to the bidder because of the bidder's failure to timely submit its bid.
One(1) Cardboard Recycling.Truck
All proposals shall be properly and completely executed on a proposal form which is included in
the bid documents. All proposals submitted shall 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 from 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 5th 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 parts of bids as well as reserves the right to reject any and all
bids and re-advertise for same and to waive informalities or errors in bidding.
Bidder will be required to comply with ail applicable Equal Employment 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: May 28th&June 4th, 2021
r �'ll b�� A 4 of 4-7
_t
•
•
INVITATION FOR BID •
This invitation is issued to establish a contract to supply the City of Richmond with a.
commodity or service in accordance with accompanying specifications.
. Specification For: One (1) Cardboard Recycling Truck
Submit Bids Before
9:00 a.m. on Day of Bid Opening to: Board of Sanitary Commissioners
Richmond Sanitary District
Administration Binil ding
2380 Liberty Avenue
Richmond,IN 47374.
•
Bid Opening: Time: 10:00 a.m. •
Date: June 22,2021
Location of Bid Opening: Richmond Sanitary District
Administration Building
2380 Liberty Avenue
Richmond,IN 47374
Bid.Bond: 5% (See Section C.2)
Perfojuuance Bond: N/A (See Section C.2)
Labor&Materials Payment Bond: N/A (See Section C.2)
Insurance/Workman's Compensation: N/A (See Section B.1.4
&F.2.1)
Common Constructions Wages: N/A (See Section B.1.5 &
See attached)
Bid Fowl.Included: YES
Schedule of Values: YES •
•
C' vl�,i � i 4-7
•
•
•
C.4 BIDDER'S REPRESENTATION •
C.4.1 Each bidder by making his bid represents that the bidder has read and understood the bidding
documents and his bid.has been made in accordance therein.
•
C.4.2 . • Each bidder fox services further represents that the bidder has familiarized himself with the local
conditions under which the work is to be done andhas correlated his•observations with the
requirements of the bidding documents.
•
C.4.3 Each bidder agrees that he will not discriminate against any employee or applicant for
• employment because of race,color,religious creed,ancestry,physical handicap,sex or political
affiliation,and that he-will take affirmative action to insure that applicants are employed and
that employees are treated during employment without regard to race,color,religious creed,
physical handicap,ancestry,sex or political affiliation.•
C.4.4 Each bidder shall'be responsible for complying•with any applicable affirmative action laws.
•
C.5 MOD.W1CATION OR WITHDRAWAL OF BID •
•
C.5.1 A bid may not be mortified,withdrawn or canceled by the bidder following the time and.date
designated for receipt of bids and each bidder so agrees in submitting his bid.
C.5.2 Prior to the time and date designated for receipt ofbids,any bid submitted may be Imo rii-iied or
withdrawn by notice to the Purchasing Director at the place designated for receipt of bids.
•
C.5.3 Withdrawn bids may be resubmitted up to the time designated for the receipt of bids provided
that they are then fully in conformance with these instructions to bidders.
C.6 DELIVERY OF GOODS
C.6.1• All delivered goods are to be FOB Richmond,IN,unless otherwise stated in.the
bid.
C.6.2. The City reserves the_right to inspect and have any goads tested after delivery for compliance
with the specifications. Notice of latent defects,which would make the items unfit for the
purposes for which they are required,may be given,at any time within,one(1)year after
discovery of the defects. •
• C.6.3 All items rejected must be removed immediately by the contractor at the
expense and risk ofthe contractot. If the contractor fails or refuses to remove
the rejected items,they maybe sold by the City and the proceeds used to cover
all related expense incurred by the City.
C.6.4 In some cases, at the discretion ofthe City,inspection of the commodities or
equipment will be made at the factory,plant,or other establish ents where
they are produced before shipment.
•
•
C.6.5 The above provisions shall not be constructed in limitation of any rights the
City may have under any laws including the Unifoli» Commercial Code.
•
C.6.6 If applicable,State written approval is required before the release of any
Bonds or payments wilibe made to contractor.
• —. r_ I n ac 4 7
s the
th
' . D.3.3 Unless otherwise indicated in the invitation.for£idss,themsCity reservection where right
ch actionserves
e•
contract in whole or in part,by item,by group
the best interest of the City.
•
D.3 A Bids submitted on an"all or.none"basis or similar basis will be evaluated againstthe total of
the low bids for the individual items. -
D.4 WARRANTIES, GUARANTEES AND MAINTENANCE • •
D.4.1 A copy of the manufacturer's warranties and/or guarantees for the items bid.must accompany
vendor's bid. A copy ofyour company's warranties and for guarantees for the items bidding
also must accompany vendor's bid.
D.4.2 ' As aminimutnrequirement of the City,the vendor will also guarantee,in wilting,that any -
• defective components discovered within a one(1)year period following the date of•equipment
• - acceptance shall be replaced by the vendor at no cost to the City.
D.4.3 • Replacement parts of defective components shall be sbipped.to the City of Richmonsl at no cost
to the City. If defective parts are required to be returned to the vendor,the shipping costs shall .
be bonne by the vendor. •
•
•
•
•
•
Of 4-7
•
•
•
•
•
ARTICT,F E
•
• INSTRUCTIONS TO BIDDERS
GENERAL CONDITIONS OF THE CONTRACT
E.1 CONTRACT DOCUMENTS
E. 1.1 Nothing in the contract documents shall create any contractual relationship between the City and
the contractor's employees,subcontractors and their agents and employees and any other parties
furnishing goods and services to the contractor and their agents arid employees.
E. 1.2 The contract documents consist of the invitation for bids,instructions to bidders,contractor's
bid form with attachments,if any,executed contract,conditions of the contract(general,
supplementary and other conditions),the specifications,all addenda issued prior to receipt of
the bids arid all modifications issued after execution of the contract. A modification is(a)a •
written or supplement to the contraot signed by both parties or(b)purchase release issued by the
City or(c)change order.
E. 1.3 The contract documents form the contract. This contract represents the entire and integrated
agreement between pcaties hereto and•supersedes all prior negotiations,representations or
agreements,either mitten or oral. •
-
E. 1.4 The issue of a purchase order that is in accordance with the specifications represents a contract.
Should vendor find purchase order to be incorrect,said vendor must notify Purchasing Director
within twenty four(24)hours ofpnrchase order date.
•
•
•
•
•
•
•
V Ir\4 o•- 47
i'
-. .- 7 4.0 01 V �1 q' ui
. •
. .
. _
• . - • •
. • • .
•
• . . • ..
•
• . . . •
. .
• • . • . •
• .
. .
• . • .
. _ •
. .
• •
. • .
. .
- -emerf agSs-ca maggo Sus sins aso1[iik mg euodue fg xo`u[aq.Jo .
-due Sq.palojdura SpaaJipur xo S oexrp.otp.auo1Sue Iq xo sxolosaluoo-gtiS Sue:Sq.Jo Iol.ovaruo0
alp.ISq suopexado tfo-ns xatp.at[M.`}uautaa.a T srcp.zapuu.saor-mzado s,xo;oezpro0 at;tao.
;pox xo go;no asrse Se-oxTycM,t o]aq tpzog;.as sLurero atp.urozg u4.4.3oo;oxd ma we earesasar
•
tfons lareiw.eur xa eaxaup.pure aseufomd`Tao Luum3v grill o1 alrsmEaxaxd se VEILS J01.OE4u00 OJ T'£A -
IIawaristII £',d
'Z-S-£ZZ DI FEBI-S-E ZZ`S-Z E ZZ aI-taP6,pa?Tdlaoa sstr iapppq Ions 3.2I3.gu[Mon[s •
?mug s,agxsom ntrsrpuq alp.tuozr aleo-g-pzaa•e-rsztr off.?alphas axe sxapprq(E)fin-£ .
-a DI apoa eugnIalIo su070.ozd 0I[.oo.1.uensmdxxo ;o aoneur1OJxad 211-KOAUT s;.aet1-t<oa xo,d T'Z'a
- gatilirelOSNI NOLLWSNIIMIOD S t2IMMO. Z'.d
•sI.oe watraq aafo1duxa zatpo zo shoe lr, auag STruqqsrp`shoe iropesuadtuoo so:mut-lam zo
ma.4,11.14 avail xoloe4uoa-q- s ATE zo x04.0'0 .uoa a-p.xog xo 4 q atgeSed sigauaq xo uormsaa dame e
`satew.epgo a Q.xo;.Imoure atp.do-aoll.R.tul1 Sae Sq.10I&SusurpazturGG aq;at rags j '-O .
I[d-ez2-exed srgp.Japan uo-p r[qo uor�ea4�u ucapur atp.`Neff eq 2Soua uratp.To Sue opp asott&.xoo
•
auolSue xo motp.go Sue Lq palSordura.�Tloairpur xo Aj oaxrp.auorSuE-`Jo4���o q s o ue csoi Sue oo Z'I 'II
atp.go aoSorduIa Sue dq saadordure zo sxaoEgo slrgo Sue io�0 tp;s , I TIE F iq
- •xapunaxaq • •
patgratudpurared-efg lie cita pasneosr41ou xoxatpatINL ossarpxez a `am -erragSeurcuatp
go Sure sI.as-G]ot03zo0 atekas xo Taaup_go Gue 1Sgpe Sorclue Spegarp auoSTre io`zojoe4uoogns .
•
S11e`zo1.0Ex}.uoo atpajo uorssiuro xo 4.0e F.ua2rf2auicUE 1Sq axedur xo arolfm ur pasuueo sr
(q)pue tang exatp.2'7p:rasax asngo ssol atp.2'14p -fair(;aezzaoo srgi.Japan patfsrang Irzauidmbe
pue sispa}eiu.`sp oa uetp.xauN.o)-rSjzadoxd aj pu-G}go troxRon i sap xo DI.Sinful of xo Veap
zo aseasrp`ssatl:ors EutrarSi poq oi.am-eingp.E sr CO asuedxa xo ssor`a&uuep`uirero t[ons.ctiE
zetp.paprn oxd`luex I[oo atp.go aauetocropxa d atp.tuoxg gurlrnsax xo go ji.o 2ursrxe`saaj s$ ir10 o
o&po I Tou gigfapnTour'swag dig`sassor`saEuae[)`suuEro us;galas plat ur04 saatSoicItcta
pue sxaofo sir pue puccjpr ouggo .xa atp.ssa[uuVIfpTogptrs apti?Tistfs xo�.oO.4.uaa ova I'I 'A
NOTLvaI,dMaaN[ V3 .
h12I3d02Id GRIT SSAI I ao.NOI.I,03IO Ia aN1V.`aorinf SNI`NOI•L'B'aI N VVQNC
PIgGICIIE 0,1 SNOIZDfl LSNI •
. • A 2101s,
• •
a
r5
•
•
•
•
F.3.1
(can't)
•
•
Coverage Limits
A. Worker's Compensation& • Statutory
Disability Requirements
. B. Employer's Liability $100,000
•
C. Comprehensive General Liability
Section 1. Bodilylnjury $1,000,000 each occurrence
$2,000,000 aggregate
Section2. PropertyDamage $1,000,000 each commence
D. Comprehensive Auto Liability
•
Section I. • Bodily Injury $1,000,000 eachperson .
$1,000,000 each occurrence
• Section2, Prop ertyDrmage $1,000,000 each occurrence
E. Comprehensive'Umbrella Liability • $1,000,000 each occurrence
$2,000,000 each aggregate .
•
F. Malpractice/Errors&Omissions $1,000,000 per claim
•
Insurance
• $2,000,000 each aggregate
•
•
•
•
Yems, krf 1l 0 r 4'7
•
s •
. • ARTICLE G • •
• INS i'KUCTIONS TO BIDDERS
GENERAL CONDITIONS OF TEE CONTRACT •
G.1 PAYMENTS .
•
G. L 1 The City is not subject to federal excise taxes. Federal Tax Exemption RegistryNlimber is 35-
- 6001174. '
G. 1.2 'The City is not subject to the Indiana sales enclose taxes on the purchase of goods and other
materials. Where the contract includes the combination of labor and material,the contractor
shall pay the Indiana sales and Use taxes on the materials only.
•
G.2 METHOD OF INVOICING FORPAYMENT -
•
' G.2.1 No contract will be official for services or materials unless a purchase order has been issued.
_ G.2.2- ' Contractor shall bill the City:(a)on regular invoice form giving a complete and detailed .
description of the goods delivered,includingpurcllase order number;and[(b)if the contractor .
allows a cash:discount,the period of time in which the City must make payment to qualify for
• discounts•shallbe computed from the date the City received the invoice(completely filled out),
. - or the date the goods are delivered and accepted,whichever maybe later,and shall be for not
- • 'less than thirty(30)days and(c)if more than one shipment is made under the contract,the City .
• will make partial payments on a basis That is agreeable to bothparties.
G.2.3 Payments under This contract will be made lathe manner provided by law for payments of •
• claims against the City .
G.2.4 No payment will be made for production overruns in excess of the quantity ordered by the City
(unless with prior written approval). -
• G.2.5 No payment shall constitute an acceptance of any goods or services not in accordance with the
•
requirements of the contract.
G.2.6 Schedule of values may be used in contractual work: City will so designate if applicable. (See •
• Invitation for Bid Page)
G.3 DAMAGES FOR DELAYED DELIVERY AND/OR CONTRACTUAL SERVICES
G.3.1 In.the event delivery of completed item or items bid and/or unaccomplished contractual
• completion date is delayed beyond bidder's specified date,the City of Richm and Will assess
certain damages of /day. Certain damages will apply in all cases except the following:
In the event delivery and/or completion of contract shall be necessarily delayed because of .
striike,injunction,government controls,or by reason of any-other cause of circurasta.-nces .
• beyond the control of the contractor,the time of completion of delivery shall be ex.Lended by a
number of days to be determined in each instance by mutual agreement betweenthe City of
Richmond and the contractor. Should there be damages assessed,the City willhave the right to
deduct the dam ages from the payment to be made to contractor. -
CITY OF RICHMOND, INDIANA SANITARY DISTRICT
SPECIFICATIONS FOR NEW FULLY AUTOMATED SINGLE AXLE
RIGHT SIDE LOADER CARDBOARD RECYCLE TRASH TRUCK
(minimum requirements)
Vehicle Configuration/Specification:
1. Conventional Refuse Yes No Comment(s)
Design, right side drive
2. 2022 Model Year
3- Set Back Axle
4. Straight Truck Provision
5- RH Primary Steering
Location
6. Truck Warranty
(Provide Years/Miles)
•
General Service Description: This vehicle will service the needs of the Richmond,
Indiana community to collect cardboard at the curbside of residential locations. Travel
expected to occur on paved roads (no landfill use) with maximum grade of 8%.
7- Engine: Cummins Diesel Yes No Comment(s)
L9
360 HP@2200 RPM, 2200 GOV
RPM 1150 ft. lbs.@ 1200 RPM,
REFUSE
8. Engine Electronic Yes No Comment(s)
Parameters:
9- 75 MPH Road Speed Limit
10. Cruise Control Speed Limit
11. (same as road speed limit)
12. PTO Mode engine RPM
Limit - 1100 RPM
13. PTO RPM with Cruise Set
Switch —800 RPM
14. PTO RPM with Criuse
Resume Switch — 800
RPM
15- PTO Mode Cancel Vehicle
Speed —5 MPH
16. PTO Governor Ramp Rate
—250 RPM per second Y
17- PTO Minimum RPM—700
18. Regen Inhibit Speed
Threshold —5 MPH
-� r ` I
Richmond Sanitary District
Cardboard Recycle Trash Truck Bid Specification
Page 2 of 17
19• Engine Equipment: Yes No Comment(s)
20. 2016 Onboard
Diagnostics/2010
21. EPA/CARB/GHG21
Configuration
22. No 2008 Carb Emission
Certification
23. Standard Oil Pan
24. Engine Mounted Oil Check
and Fill
25. Side of Hood Air Intake
With Firewall Mounted
Donaldson Air Cleaner
26. DR 12V 200 AMP 28-SI
Quadramount Pad
Alternator with remote
battery volt sense
27. (3) DTNA Genuine, Flooded
Starting Min 2250 CCA,
510RC, Threaded stud
batteries
28. Battery Box Frame Mounted
29. Standard Battery Jumpers
30. Single battery box frame
mount LH side back of Cab
31. Wire ground return for
battery cables with
additional frame ground
return
32. Non-polished battery box
cover
33. Cab auxiliary power cable
34. Positive load disconnect
with cab mounted control
switch mounted outboard
driver seat
35. Positive and negative posts
for jurnpstart located on
frame next to starter
36. Cummins Turbocharged
18.7 CFM Air Compressor
with internal safety valve
37. Standard mechanical air
compressor governor
-r-- ,, l_ ` L- /\ IA A.P-
Richmond Sanitary District
Cardboard Recycle Trash Truck Bid Specification
Page 3 of 17
Engine Equipment Yes No Comrnent(s)
(continued)
39, AIR COMPRESSOR
DISCHARGE LINE
40. ELECTRONIC ENGINE
INTEGRAL SHUTDOWN
PROTECTION SYSTEM
41. CUMMINS ENGINE
INTEGRAL BRAKE WITH
VARIABLE GEOMETRY
TURBO ON/OFF
42. LH OUTBOARD UNDER -
STEP MOUNTED
HORIZONTAL
AFTERTREATMENT
SYSTEM ASSEMBLY WITH
LH B-PILLAR MOUNTED
VERTICAL TAILPIPE
43. ENGINE AFTERTREATMENT
DEVICE,AUTOMATIC OVER
THE ROAD ACTIVE
REGENERATION AND DASH
MOUNTED SINGLE
REGENERATION
REQUEST/INHIBIT SWITCH
44. 10 FOOT 00 INCH (120 INCH+0/-
5.9 INCH) EXHAUST SYSTEM
HEIGHT
45. LH CURVED VERTICAL
TAILPIPE B-PILLAR MOUNTED
ROUTED FROM STEP
46. 6 GALLON DIESEL EXHAUST
FLUID TANK
47. 100 PERCENT DIESEL
EXHAUST FLUID FILL
48. LH MEDIUM DUTY STANDARD
DIESEL EXHAUST FLUID TANK
LOCATION
49, DIESEL EXHAUST FLUID PUMP
MOUNTED AFT OF DIESEL
EXHAUST FLUID TANK
50. STANDARD DIESEL EXHAUST
FLUID TANK CAP
51, STAINLESS STEEL AFTER
TREATMENT DEVICE
MUFFLER/TAILPIPE SHIELD
52. BORG WARNER(KYSOR)
REAR AIR ON/OFF ENGINE
FAN CLUTCH
53. AUTOMATIC FAN CONTROL
WITHOUT DASH SWITCH, NON
ENGINE MOUNTED
54. CUMMINS SPIN ON FUEL
FILTER
Richmond Sanitary District
Cardboard Recycle Trash Truck Bid Specification
Page 4 of 17
COMBINATION FULL
FLOW/BYPASS OIL FILTER
56. FLEETGUARD PLAIN COOLANT
FILTER
57, 1100 SQUARE INCH ALUMINUM
RADIATOR
58, ANTIFREEZE TO-34F, OAT
(NITRITE AND SILICATE FREE)
EXTENDED LIFE COOLANT
59, GATES BLUE STRIPE
COOLANT HOSES OR
EQUIVALENT
60. CONSTANT TENSION HOSE
CLAMPS FOR COOLANT
HOSES
61. RADIATOR DRAIN VALVE
62. LOWER RADIATOR GUARD
63. PHILLIPS-TEMRO 150
WATT/115 VOLT OIL
PREHEATER
64. CHROME ENGINE
HEATER RECEPTACLE
MOUNTED UNDER LH
DOOR
65. ALUMINUM FLYWHEEL
• HOUSING
66. ELECTRIC GRID AIR INTAKE
WARMER
67. DELCO 12V 39MT HD/OCP
STARTER WITH THERMAL
PROTECTION AND
INTEGRATED MAGNETIC
SWITCH
Engine Make Model Horse Power
Torque Emission Year
68. Transmission: Yes No Comment(s)
69. ALLISON 3000 RDS
AUTOMATIC TRANSMISSION
WITH PTO PROVISION
70. TRANSMISSION WARRANTY
(PROVIDE YEARS/DETAILS)
71. Transmission Equipment: Yes No Comment(s)
(CONTINUED)
' 4 I_ f1 if ,c 4-7
Richmond Sanitary District
Cardboard Recycle Trash Truck Bid Specification
Page 5 of17
ALLISON VOCATIONAL
PACKAGE 142-AVAILABLE ON
3000/4000 PRODUCT
FAMILIES,VOCATIONAL
MODEL RDS
73. ALLISON VOCATIONAL
RATING FOR REFUSE
APPLICATIONS
74. PRIMARY MODE GEARS,
LOWEST GEAR 1, START
GEAR 1, HIGHEST GEAR 6
75. SECONDARY MODE GEARS,
LOWEST GEAR 1, START
GEAR 1, HIGHEST GEAR 6
76. PRIMARY SHIFT
SCHEDULE
RECOMMENDED BY
DTNA AND ALLISON
(Engine and Use)
77. SECONDARY SHIFT
SCHEDULE RECOMMENDED
BY DTNA AND ALLISON,
(Engine and Use)
78. PRIMARY SHIFT SPEED
RECOMMENDED BY DTNA
AND ALLISON (Engine and Use)
79. PRIMARY SHIFT SPEED
RECOMMENDED BY
DTNA AND ALLISON
(Engine and Use)
80. ENGINE BRAKE RANGE
PRESELECT RECOMMENDED
BY DTNA AND ALLISON,
(Engine and Use)
81. ENGINE BRAKE RANGE
ALTERNATE
RECOMMENDED BY
DTNA AND ALLISON,
(Engine and Use)
82. FUEL SENSE 2.0
83. DRIVER SWITCH INPUT—
NONE
84. VEHICLE INTERFACE WIRING
CONNECTOR WITH PDM AND
BLUNT CUTS AT BACK OF CAB
\l /e `a Sns a aa/—i r-r r-!f 4
Richmond Sanitary District
Cardboard Recycle Trash Truck Bid Specification
Page 6 of 17
85. Transmission Equipment: Yes No Comment(s)
(CONTINUED)
86. ELECTRONIC
TRANSMISSION
CUSTOMER ACCCESS
CONNECTOR BLUNT
CUT, MOUNTED
BETWEEN DRIVER AND
PASSENGER SEATS
I 87. 2 CUSTOMER INSTALLED
CHELSEA 280 SERIES PTO'S
88. PTO MOUNTING, LH SIDE OF
MAIN TRANSMISSION
89. MAGNETIC PLUBS, ENGINE
DRAIN,TRANSMISSION
DRAIN,AXLES(S) FILL AND
DRAIN
90. Front Axle and Yes No Comment(s)
Equipment: Expected axle
load 16,000#minimum
91. PUSH BUTTON
ELECTRONIC SHIFT
CONTROL, DASH
MOUNTED
92. TRANSMISSION
PROGNOSTICS -ENABLED
93. WATER TO OIL,
TRANSMISSION COOLER
, IN RADIATOR END TANK
94. TRANSMISSION OIL
CHECK AND FILL WITH
ELECTRONIC OIL LEVEL
CHECK
95. SYNTHETIC
TRANSMISSION FLUID
(TES-295 COMPLIANT)
96. DETROIT DA-F-16.0-5 1 6,0 0 0#FL1
71.0 KPI/3.74 DROP SINGLE
FRONT AXLE
97. MERITOR 16.5X6 Q+CAST
SPIDER CAM FRONT BRAKES,
DOUBLE ANCHOR,
FABRICATED SHOES
98. NON-ASBESTOS FRONT BRAKE
LINING
99. CONMET CAST IRON FRONT
BRAKE DRUMS
10 FRONT OIL SEALS
0.
10 VENTED FRONT HUB CAPS
1. WITH WINDOW,CENTER AND
SIDE PLUGS-OIL
„ 1_r Lk-1- t i (X-C- 4-7
•
Richmond Sanitary District
Cardboard Recycle Trash Truck Bid Specification
Page 7 of 17
Front Axle and Yes No Comment(s)
Equipment: (CONTINUED)
10 STANDARD SPINDLE NUTS FOR
3. ALL AXLES
10 HALDEX AUTOMATIC FRONT
4. SLACK ADJUSTERS
10 TRW TAS 85 POWER
5. STEERING
10 POWER STEERING PUMP
6.
10 2 QUART SEE THROUGH POWER
7. STEERING RESERVOIR
10 OIL/Ant POWER STEERING
8. COOLER
10 CURRENT AVAILABLE
9. SYNTHETIC 75W-90 FRONT
AXLE LUBE
11 Front Suspension: Yes No Comment(s)
o.
11 18,000#MINIMUM
1.
11 GRAPHITE BRONZE BUSHINGS
2. WITH SEALS—FRONT
SUSPENSION
11 FRONT SHOCK ABSORBERS
3.
11 Rear Axle and Equipment: Yes No Comment(s)
,4.
11 26,000#U-SERIES SINGLE
5. REAR AXLE
11
6• 5.38 REAR AXLE RATIO
11 IRON REAR AXLE CARRIER
7. WITH STANDARD
11 MXL 17T MERITOR EXTENDED
8. LUBE MAIN DRIVELINE WITH
HALF ROUND YOKES
11 MXL 17T MERITOR EXTENDED
9. LUBE INTERAXLE DRIVELINE
WITH HALF ROUND YOKES
12 DRIVER CONTROLLED
0. TRACTION DIFFERENTIAL-
BOTH TANDEM REAR AXLES
12 (1) INTERAXLE LOCK VALVE,
1. (1) DRIVER CONTROLLED
DIFFERENTIAL LOCK
FORWARD REAR AND REAR-
REAR AXLE VALVE
12 Rear Axle and Equipment Yes No Comment(s)
2.
Richmond Sanitary District
Cardboard Recycle Trash Truck Bid Specification
Page 8 of 17
(continued):
12 BUZZER AND BLINKING LAMP
3. WITH EACH INTERAXLE LOCK
SWITCH, INTERAXLE UNLOCK
DEFAULT WITH IGNITION OFF
12 BUZZER AND BLINKING LAMP
4. WITH EACH MODE SWITCH,
DIFFERENTIAL UNLOCK WITH
IGNITION OFF,ACTIVE<5 MPH
12 MERITOR 16.5X7 Q+ CAST
5. SPIDER CAM REAR BRAKES,
DOUBLE ANCHOR,
FABRICATED SHOES
12 NON-ASBESTOS REAR BRAKE
6. LINING
12 BRAKE CAMS AND CHAMBERS
7. ON FORWARD SIDE OF DRIVE
AXLE(S
12 CONMET CAST IRON REAR
8. BRAKE DRUMS
12 REAR OIL SEALS
9.
13 WABCO TRISTOP D
0. LONGSTROKE 2-DRIVE AXLE
SPRING PARKING CHAMBERS
13 HALDEX AUTOMATIC REAR
1. SLACK ADJUSTERS
13 CURRENT AVAILABLE
2. SYNTHETIC 75W-90 REAR
AXLE LUBE
133 Rear Suspension: Yes No Comment(s)
13 30,000#Leaf Sprint Suspension
4. W/Helper& Radius Rod
13 9.5 INCH NOMINAL RIDE
5. HEIGHT(460MM GLOBAL
REFERENCE HEIGHT)
13 AXLE CLAMPING GROUP
6.
13 55 INCH AXLE SPACING
7.
13 FORE/AFT AND TRANSVERSE
8. CONTROL RODS
13 REAR SHOCK ABSORBERS -
9. TWO AXLES(TANDEM)
14 Brake System: Yes No Comment(s)
O.
14 WABCO 4S/4M ABS
1.
14 REINFORCED NYLON, FABRIC
2. BRAID AND WIRE BRAID
CHASSIS AIR LINES
143. Brake System: Yes No Comment(s)
Richmond Sanitary District
Cardboard Recycle Trash Truck Bid Specification
Page 9 of 17
(continued)
144. FIBER BRAID PARKING BRAKE
HOSE
145. STANDARD BRAKE SYSTEM
VALVES
146. STANDARD AIR SYSTEM
PRESSURE PROTECTION
SYSTEM
147. STD U.S. FRONT BRAKE
VALVE
148. RELAY VALVE WITH 5-8 PSI
CRACK PRESSURE NO REAR
PROPORTIONING VALVE,
149. WABCO SYSTEM SAVER HP
WITH INTEGRAL AIR
GOVERNOR AND HEATER
150. AIR DRYER MOUNTED UNDER
HOOD
151. STEEL AIR TANKS MOUNTED
AFT INSIDE AND/OR BELOW
FRAME JUST FORWARD OF
REAR SUSPENSION
152. CLEAR FRAME RAIL FROM
BACK OF CAB TO
FRONT REAR SUSPENSION
BRACKET, RH RAIL
INSIDE/OUTBOARD AND
BELOW
153. PULL CABLES ON ALL AIR
RESERVOIR(S)
154. Trailer Connections: Yes No Comment(s)
155. UPGRADED CHASSIS
MULTIPLEXING UNIT
156. UPGRADED BULKHEAD
MULTIPLEXING UNIT
157. Wheelbase and Frame: Yes No Comment(s)
158. 6500MM (256 INCH)
WHEELBASE
159. 11/32X3-1/2X10-15/16 INCH
STEEL FRAME
(8.73 M MX277.8 M M/0.344X10.94
INCH) 120KSI
160. 1/4 INCH (6.35MM) C-CHANNEL
INNER FRAME
REINFORCEMENT
161. 2450MM (96 INCH) REAR
FRAME OVERHANG
162. Wheelbase and Frame Yes No Comment(s)
A r ,o 4-7
Richmond Sanitary District
Cardboard Recycle Trash Truck Bid Specification
Page 10 of 17
(continued):
163. FRAME OVERHANG RANGE: 91
INCH TO 100 INCH
164. CALC'D BACK OF CAB TO
REAR SUSP C/L(CA) 190.35 in :
165. CALCULATED EFFECTIVE
BACK OF CAB TO REAR
SUSPENSION C/L 187.35 in
166. CALC'D FRAME LENGTH-
OVERALL : 381.8
167. CALCULATED FRAME SPACE
LH SIDE: 104.62 IN
168. CALCULATED FRAME SPACE
RH SIDE: 148.51
169. CALC'D SPACE AVAILABLE
FOR DECKPLATE:190.45in
170. SQUARE END OF FRAME
171. FRONT CLOSING
CROSSMEMBER
172. LIGHTWEIGHT HEAVY DUTY
ALUMINUM ENGINE
CROSSMEMBER
173. STANDARD CROSSMEMBER
BACK OF TRANSMISSION
174. STANDARD MIDSHIP#1
CROSSMEMBER(S)
175. STANDARD REARMOST
CROSSMEMBER
176. HEAVY DUTY SUSPENSION
CROSSMEMBER
17 Chassis Equipment: Yes No Comment(s)
7.
178. THREE-PIECE 14 INCH
PAINTED STEEL BUMPER
WITH COLLAPSIBLE ENDS
179. FRONT TOW HOOKS- FRAME
MOUNTED
180. BUMPER MOUNTING FOR
SINGLE LICENSE PLATE
181. FENDER AND FRONT OF
HOOD MOUNTED FRONT
MUDFLAPS
182. HUCK-SPIN ROUND COLLAR
CHASSIS
FASTENERS
Richmond Sanitary District
Cardboard Recycle Trash Truck Bid Specification
Page 11 of 17
183. Fuel Tanks: Yes No Comments)
184. 80 GALLON/302 LITER
ALUMINUM FUEL TANK—LH
185. 23 INCH DIAMETER FUEL
TANK(S)
186. PLAIN ALUMINUM/PAINTED
STEEL FUEL/HYDRAULIC
TANK(S)WITH PAINTED
BANDS
187. FUEL TANK(S) FORWARD
188. PLAIN STEP FINISH
189. FUEL TANK CAP(S)
190. DAVCO 245 FUEL/WATER
SEPARATOR WITH 12 VOLT
HEAT AND WATER IN FUEL
SENSOR
191. EQUIFLO INBOARD FUEL
SYSTEM
192. HIGH TEMPERATURE
REINFORCED NYLON FUEL
LINE
193. FUEL COOLER
194. Tires: Yes No Comment(s)
195. MICHELIN XZU-S2 315/80R22.5
20 PLY RADIAL FRONT TIRES
196. MICHELIN XDN2 11R22.5 14
PLY RADIAL REAR TIRES
197. Hubs: Yes No Comment(s)
198. CONMET PRESET PLUS
PREMIUM IRON FRONT HUBS
199. CONMET PRESET PLUS
PREMIUM IRON REAR HUBS
200. Wheels: Yes No Comment(s)
201. 11R22.5 STEEL FRONT
WHEELS
202. 11 R22.5 STEEL DISC REAR
WHEELS
203. FRONT WHEEL MOUNTING
NUTS
204. REAR WHEEL MOUNTING
NUTS
205. Cab Exterior: Yes No Comment(s)
206. 106 INCH BBC FLAT ROOF
ALUMINUM
CONVENTIONAL CAB
Richmond Sanitary District
Cardboard Recycle Trash Truck Bid Specification
Page 12 of 17
Cab Exterior (continued): Yes No Comment(s)
208. AIR CAB MOUNTING
209. NONREMOVABLE BUGSCREEN
MOUNTED BEHIND GRILLE
210. 2-1/2 INCH FENDER
EXTENSIONS
211. LH AND RH GRAB HANDLES
212. HOOD MOUNTED CHROMED
PLASTIC GRILLE
213. CHROME HOOD MOUNTED AIR
INTAKE GRILLE
214. FIBERGLASS HOOD
215. TUNNEL/FIREWALL LINER
216. SINGLE 14 INCH ROUND
POLISHED AIR HORN ROOF
MOUNTED
217. DUAL AIR AND ELECTRIC
HORNS
218. SINGLE HORN SHIELD
219. DOOR LOCKS AND IGNITION
SWITCH KEYED THE SAME
220, KEY QUANTITY OF 4
221. REAR LICENSE PLATE MOUNT
END OF FRAME
222. INTEGRAL
HEADLIGHT/MARKER
ASSEMBLY WITH CHROME
BEZEL
223. LED AERODYNAMIC MARKER
LIGHTS
224. DAYTIME RUNNING LIGHTS
225. OMIT STOP/TAIL/BACKUP
LIGHTS AND PROVIDE WIRING
WITH SEPARATE STOP/TURN
WIRES TO 4 FEET BEYOND
END OF FRAME
226. STANDARD FRONT TURN
SIGNAL LAMPS
227. DUAL WEST COAST BRIGHT
FINISH HEATED MIRRORS
WITH LH AND RH REMOTE
228. DOOR MOUNTED MIRRORS
229. 102 INCH EQUIPMENT WIDTH
230. LH AND RH 8 INCH BRIGHT
FINISH CONVEX MIRRORS
MOUNTED UNDER PRIMARY
MIRRORS
231. STANDARD SIDE/REAR
REFLECTORS
232. Cab Exterior (continued):
Yes No Com;',ent(s)
(4.- 47
Richmond Sanitary District
Cardboard Recycle Trash Truck Bid Specification
Page 13 of 17
2-STAGE ELECTRIC HORN AND
HAZARD LAMP ALERT
CONTROLLED BY
PARTICULATE FILTER
REGENERATION REQUIRED
STATUS
234. COMPOSITE EXTERIOR SUN
VISOR
235. 63X14 INCH TINTED REAR
WINDOW
236. TINTED DOOR GLASS LH AND
RH WITH TINTED OPERATING
WING WINDOWS
237. RH AND LH ELECTRIC
POWERED WINDOWS,
PASSENGER SWITCHES ON
DOOR(S)
238. 1-PIECE SOLAR GREEN GLASS
WINDSHIELD
239. 2 GALLON WINDSHIELD
WASHER RESERVOIR WITH
FLUID LEVEL INDICATOR,
FRAME MOUNTED
239. Cab Interior: Yes No Comment(s)
240. OPAL GRAY VINYL INTERIOR
241. MOLDED PLASTIC DOOR
PANEL WITHOUT VINYL
INSERT WITH ALUMINUM
KICKPLATE LOWER DOOR
242. BLACK MATS WITH SINGLE
INSULATION
243. FORWARD ROOF MOUNTED
CONSOLE WITH UPPER
STORAGE COMPARTMENTS
WITHOUT NETTING
244. IN DASH STORAGE BIN
245. (2) CUP HOLDERS LH AND RH
DASH
246. GRAY/CHARCOAL FLAT DASH
247. SMART SWITCH EXPANSION
MODULE
248. 5 LB. FIRE EXTINGUISHER
249. HEATER, DEFROSTER AND AIR
CONDITIONER
250. STANDARD HVAC DUCTING
251. MAIN HVAC CONTROLS WITH
RECIRCULATION SWITCH
252. STANDARD PLUMBING WITH
SHUTOFF VALVES
254. Cab Interior: (continued)
Yes No Comment(s)
v -f- 0.c i' 47
Richmond Sanitary District
Cardboard Recycle Trash Truck Bid Specification
Page 14 of 17
VALEO HEAVY DUTY NC
REFRIGERANT COMPRESSOR
254. BINARY CONTROL, R-134A
255. PREMIUM INSULATION
256. SOLID-STATE CIRCUIT
PROTECTION AND FUSES
257. 12V NEGATIVE GROUND
ELECTRICAL SYSTEM
258. DOME LIGHT WITH 3-WAY
SWITCH ACTIVATED BY LH
AND RH DOORS
259. LH AND RH ELECTRIC DOOR
LOCKS
260. (1) 12V POWER SUPPLY(1)
DUAL 2.1 AMP USB CHARGER
IN DASH
261. TRIANGULAR REFLECTORS
WITHOUT FLARES
262. BASIC HIGH BACK AIR
SUSPENSION DRIVER SEAT
WITH MECHANICAL LUMBAR
AND INTEGRATED CUSHION
EXTENSION
263. BASIC HIGH BACK STANDARD
SUSPENSION PASSENGER
SEAT WITH MECHANICAL
LUMBAR AND INTEGRATED
CUSHION EXTENSION
264. DUAL DRIVER AND
PASSENGER SEAT ARMRESTS
265. LH AND RH INTEGRAL DOOR
PANEL ARMRESTS
266. GRAY CORDURA PLUS CLOTH
DRIVER SEAT COVER
267. GRAY CORDURA PLUS CLOTH
PASSENGER SEAT COVER
268. BLACK SEAT BELTS
269. FIXED STEERING COLUMN
270. 4-SPOKE 18 INCH (450MM)
STEERING WHEEL
271. DRIVER AND PASSENGER
INTERIOR SUN VISORS
273. Instruments and Controls Yes No Comment(s)
274. GRAY DRIVER INSTRUMENT
PANEL
275. GRAY CENTER INSTRUMENT
PANEL
276. ENGINE REMOTE INTERFACE
WITHOUT INTERLOCKS
277. BLACK GAUGE BEZELS
(in41-4 A- f? 1 n MI
47
Richmond Sanitary District
Cardboard Recycle Trash Truck Bid Specification
Page 15 of 17
LOW AIR PRESSURE
INDICATOR LIGHT AND
AUDIBLE ALARM
279. 2 INCH PRIMARY AND
SECONDARY AIR PRESSURE
GAUGES
280. INTAKE MOUNTED AIR
RESTRICTION INDICATOR
WITH GRADUATIONS
281. 97 DB BACKUP ALARM
282. ELECTRONIC CRUISE
CONTROL WITH SWITCHES IN
LH SWITCH PANEL
283. KEY OPERATED IGNITION
SWITCH AND INTEGRAL
START POSITION;4 POSITION
OFF/RUN/START/ACCESSORY
284. ICU3S, 132X48 DISPLAY WITH
DIAGNOSTICS,28 LED
WARNING LAMPS AND DATA
LINKED
285. (1) HEAVY DUTY ONBOARD
DIAGNOSTICS INTERFACE
CONNECTOR LOCATED
BELOW LH DASH AND (1)SAE
J1939 DIAGNOSTIC
INTERFACE CONNECTOR
LOCATED CENTER OF DASH
286. 2 INCH ELECTRIC FUEL
GAUGE
287. ENGINE REMOTE INTERFACE
WITH MULTIPLE SET SPEEDS
288. ENGINE REMOTE INTERFACE
CONNECTOR IN CAB
BETWEEN DRIVER AND
PASSENGER SEATS
289. TMC RP170 INTERFACE
CONNECTOR
290. ELECTRICAL ENGINE
COOLANT TEMPERATURE
GAUGE
291. 2 INCH TRANSMISSION OIL
TEMPERATURE GAUGE
292. ENGINE AND TRIP HOUR
METERS INTEGRAL WITHIN
DRIVER DISPLAY
293. CUSTOMER
PTO CONTRS
294. ELECTRIC ENGINE OIL
PRESSURE GAUGE
295. AM/FM/WB WORLD TUNER
RADIO WITH BLUETOOTH AND
USB AND AUXILIARY INPUTS
J1939
296. DASH MOUNTED RADIO
171--0/ IA ( 111Aj' A 6 4 7
Richmond Sanitary District
Cardboard Recycle Trash Truck Bid Specification
Page 16 of 17
(2) RADIO SPEAKERS IN CAB
298. AM/FM SIDE MIRRORUNTED
299. ELECTRONIC MPH
SPEEDOMETER WITH
SECONDARY KPH SCALE,
WITHOUT ODOMETER
300. STANDARD VEHICLE SPEED
SENSOR
301. ELECTRONIC 3000 RPM
TACHOMETER
302. IGNITION SWITCH
CONTROLLED ENGINE STOP
303. PRE-TRIP LAMP INSPECTION,
ALL OUTPUTS FLASH,WITH
SMART SWITCH
304. DIGITAL VOLTAGE DISPLAY
INTEGRAL WITH DRIVER
DISPLAY
305. SINGLE ELECTRIC
WINDSHIELD WIPER MOTOR
WITH DELAY
306. MARKER LIGHT SWITCH
INTEGRAL WITH HEADLIGHT
SWITCH
307. ALTERNATING FLASHING
HEADLAMP SYSTEM WITH
BODY BUILDER CONTROLLED
ENGAGEMENT
308. ONE VALVE PARKING BRAKE
SYSTEM WITH WARNING
INDICATOR
309. SELF CANCELING TURN
SIGNAL SWITCH WITH
DIMMER,WASHER/WIPER AND
HAZARD IN HANDLE
310. INTEGRAL ELECTRONIC TURN
SIGNAL FLASHER WITH
HAZARD LAMPS OVERRIDING
STOP LAMPS
v \r\-X •+— k 0_ z c 47
Richmond Sanitary District
Cardboard Recycle Trash Truck Bid Specification
Page 17 of 17
311. Design/Color: Yes No Comments)
312. PAINT:-WHITE
313. BLACK HIGH SOLIDS
POLYURETHANE CHASSIS
PAINT
314. SUNVISOR PAINTED SAME AS
CAB COLOR
315. STANDARD E-
COAT/UNDERCOATING
312. Certification/Compliance: Yes No Comment(s)
313. US FMVSS CERTIFICATION
314. CORPORATE PDI CENTER IN-
SERVICE ONLY
315. CALCULATED EFFECTIVE
BACK OF CAB TO REAR
SUSPENSION C/L 187.36 IN
316. CALCULATED SPACE
AVAILABLE FOR DECKPLATE:
190.45 IN
Instructions to Bidder—Any item that is marked "NO" please give explanation on
a separate sheet of paper.
CITY OF RICHMOND,INDIANA SANITARY DISTRICT Richmond Sanitary District
Automizer Right-Hand Cardboard Recycle Trash Truck
Bid Specification Sheet
BODY SPECIFICATION: YES NO COMMENTS
1-Body capacity
The body has a rounded shape enhancing
resistance to deformation,durability and
better legal payload.
The minimum capacity of the body. 24 cu.yd
The maximum capacity of the body. 27 cu yd
Hopper capacity is(please specify)
Total capacity of the body including hopper.
2-Body dimensions
The body is rounded for better resistance
The body is tapered(walls and roof)to
facilitate the unloading of the material
and to increase compaction ratio.
Overall body length,including hopper and
tailgate is: 318 in
Overall body height above frame is:
103 in
The outside body width is not to exceed:
102 in
Inside body width at front is:
78 in
Inside body width at rear is:
87 in
Width tapering is:
9 in
Inside body height at front is:
89 in
Inside body height at rear is:
92,5 in
Height tapering is:
3,5 in
3-Body floor construction
Body floor is curved for better resistance
to deformation
The body floor is made of abrasion
resistant steel.
Body floor steel grade is:
Hardox 450
Body floor thickness is: •
0,157 in _Body floor yield strength is:
175 000 psi
Long sills are made from: HSS
TUBING
Long sills dimensions is:
6X2X3/8 in
Long sills steel grade is: A-500 Grade
C _ _
Long sills yield strength is:
50 000 psi •
Nomber of sills under floor is:
2 — —
4-Body walls construction YES NO COMMENTS
Body side walls are rounded and smooth,
improving resistance and lightness.They
are in one piece,full length of the body to
reduce welding seams.
Body windows are installed on the front wall
of the body,to indicate when body is full.
Body windows(2)dimensions are: 5 x 4 in
Upper wall corner is rounded for better
resistance to compression and stress
PAUint A B 0 47
CITY OF RICHMOND,INDIANA SANITARY DISTRICT Richmond Sanitary District
Automizer Right-Hand Cardboard Recycle Trash Truck
Bid Specification Sheet
4-Body walls construction(continued) YES NO COMMENTS
A1011
Lower body side walls steel grade is: HSLAS-F GR
80
Lower body side walls thickness is:
10ga
Lower body side walls yield strength is:
80 000 psi
Upper body side walls steel grade is: A1011
HSLAS-F GR
80
Upper body side walls thickness Is:
12 ga
Upper body side walls yield strength is:
80 000 psi
Font wall steel grade is: A1011
HSLAS-F GR
80
Font wall thickness is:
12 ga
Font wall yield strength is:
80 000 psi
5-Body roof construction YES NO COMMENTS
Body roof is rounded and made of high yield
steel for maximum resistance to stress
Roof steel grade is: A1011
HSLAS-F GR
80
Roof thickness is:
12 ga
Roof yield strength is:
80 000 psi
6-Hopper dimensions and construction
The hopper floor is made of abrasion
resistant steel.
Hopper depth is:
23 in
Hopper length is:
76 in
Hopper width is:
65 1/2 in
Hopper height,at front,from bottom to
canopy is: 78 in
Hopper height,at rear from bottom to canopy
is: 81 in
Hopper floor steel grade is:
Hardox 450
Hopper floor thickness is:
1/4 in
Hopper floor yield strength is:
175 000 psi
Hopper lower side walls steel grade is: Hardox 450
in
Hopper lower side walls thickness is:
1/4
Hopper lower side walls yield strength is:
175 000 psi
The hopper upper left wall thickness is:
10 ga
The hopper upper right wall thickness is:
10ga
6-Hopper dimensions and construction YES NO COMMENT(S)
(continued)
The hopper walls upper part steel grade is: ASTM
A1011 CS
A hinged door is installed to allow
operator's access to the hopper on
curbside.
Door on street side not accepted
CITY OF RICHMOND,INDIANA SANITARY DISTRICT Richmond Sanitary District
Automizer Right-Hand Cardboard Recycle Trash Truck
Bid Specification Sheet
6-Hopper dimensions and construction YES NO COMMENT(S):
(continued)
Door is held open or close with manual locks.
The hopper access door thickness is:
10 ga
The hopper access door steel grade is: ASTM
A1011 CS
The hopper access door dimensions:
23 x 47 in
Canopy steel grade is:
A1011 CS
Canopy steel thickness is:
12 ga
Hopper front wall steel grade is:
A1011CS
Steel thickness of hopper front wall is:
14 ga
The hopper sump box volume is:
30 gal
The hopper sump box dimensions are: 14 X 6 X 80
in
Sump boxes doors dimensions are:
15X9in
Floating panel steel grade is:
•
A1011 CS
Floating panel thickness is:
10ga
Floating panel yield strength is:
80 000 psi
Floating panel dimensions are:
61x30in
Breaker bar steel grade is:
50W
Breaker bar thickness is:
3/8 in
Breaker bar yield strength is:
50 000 psi
Breaker bar dimensions are:
06 x 65 in
Length from packer face to breaker bar is:
45 in
7-Rear tailgate YES NO COMMENT(S):
The rear tailgate is operated by 2 hydraulic
cylinders.
The rear tailgate is equipped with automatic
hydraulic locks and constant pressure system
to allow leakproofjoint pressure system to
allow leakproof joint
Tailgate hydraulic line is equipped with flow
restrictor to prevent sudden descent.
A channel mounted rubber seal is installed
on the tailgate to prevent liquid leakage.
The tailgate pivots around a fixed point
preventing seal damage and friction against
body
A cab mounted audible alarm is provided to
indicate when the tailgate is unlocked.
A manual tailgate control recessed within a
guard is installed in the cab to prevent
accidental activation.
Tailgate steel grade is: A1011
HSLAS-F GR
80
Tailgate skin thickness is:
12 ga
Tailgate yield strength is:
80 000 psi
Tailgate hinge pin steel is: Casting steel
8630
V\� �►� ? 2 °'C � 7
CITY OF RICHMOND,INDIANA SANITARY DISTRICT Richmond Sanitary District
Automizer Right-Hand Cardboard Recycle Trash Truck
Bid Specification Sheet
7-Rear tailgate(continued): YES NO COMMENT(S):
Tailgate hinge pin surface treatment is:
Nitrided
Tailgate hinge pins diameter is:
1 1/4 in
The number of cylinders operating the
tailgate is: 2
Tailgate cylinder bore diameter is:
21/2 in
Tailgate cylinder rod diameter is:
1 3/4 in
Tailgate cylinder rod surface treatment is: Chrome-
plated
Tailgate cylinder stroke is:
39 in
Tailgate cycle time at idle is:
47 sec
Tailgate seal height is:
35 in
Tailgate safety prop lenght is:
22 in
The tailgate opening angle is not less than
(above horizontal): 45°
Tailgate Lenght
48 in
Tailgate top frame steel is: A-500 Grade
C _ _
Tailgate top frame thickness is:
3/16 in
Tailgate bottom frame steel is: A-500 Grade
C _ _
Tailgate bottom frame thickness is:
1/4 in
Tailgate side frame steel is: A-500 Grade •
C _ _
Tailgate side frame thickness is:
3/16 in
8-Packer YES NO COMMENTS
Packer is operated by 2 single stage,
double acting cylinders.
One complete set of packer controls located
in cab is provided. —
Packer controls consist of start,retract and
emergency stop.
Emergency red button is provided to stop
packer ram movement at any time. _
Control buttons are industrial type,color
coded and weather resistant
Pressure on garbage is(single axle chassis):
N/A psi
Pressure on garbage is(single axle with tag
and tandem): 42 psi
The packer is guided by 2 rails made of steel
grade: Hardox 500
Rail wear plates thickness is:
1/4 in
Rail wear plates yield strength is:
190 000 psi
Rail dimensions are:
3Y2 x2 3/16 in _ _
Packer underside wear shoes steel grade is:
Hardox 450
Packer underside wear shoes thickness is:
3/8 in
Packer underside wear plates yield strength
is: 175 000 psi
Packer topside wear shoes steel grade is:
Hardox 450
Packer topside wear shoes thickness is:
1/2 in
(), (0a - ; of 47
CITY OF RICHMOND,INDIANA SANITARY DISTRICT Richmond Sanitary District
Automizer Right-Hand Cardboard Recycle Trash Truck
Bid Specification Sheet
8-Packer(continued) YES NO COMMENTS
Packer topside wear plates yield strength is:
175 000 psi
Packer cylinders rods are: Chrome-
plated
Cylinder bore diameter is:
4 in
Cylinder rod diameter is:
2'/in
Cylinder stroke is:
40 in
Cylinders force is(single axle chassis): •
N/A lbf
Cylinders force is(single axle with tag and
tandem): 75 400 lbf
Packer force on garbage is(single axle
chassis): N/A lbf
Packer force on garbage is(single axle with
tag and tandem): 66 750 lbf
Maximum compaction of refuse is(single
axle chassis): N/A lbs/cu.yd
Maximum compaction of refuse is(single
axle with tag and tandem): 850 Ibs/cu.yd
Inside width of packing ram is:
64 1/2 in
Inside heigth of packing ram is:
24 in
Packing ram stroke is:
52 in
Packing ram top steel grade is:
100QT
Packing ram top thickness is:
1/4 in
Packing ram top yield strength is:
100000 psi
Packing face plate steel grade is:
100QT
Packing face plate thickness is:
1/4 in
Packing face plate yield strength is:
100 000 psi
Packing ram swept volume is:
1,75 cu.yd
Penetration of the ram into body is:
6 in
Packer ram cycle time without regeneration 12 sec @
is: 1200 rpm
Packer length(including follower panels)
55 in
Packer cylinder pins steel is: Casting steel
8630
Packer cylinder pins surface treatment is:
Nitrided
Packer cylinder pins diameter is:
1 3/4 in
Packer cylinder pins are easily greasable.
Follower panels steel grade is:
AR200
Follower panels thickness is:
3/16 in
Follower panel yield strength is:
70 000 psi
Following panel dimensions are: 16 13/16 x
57 in
A floating UHMW packer scraper keeps
debris inside the compaction zone.
UHMW scraper dimensions are:
3x 55in
UHMW scraper thickness is:
3/4 in
Px k t ofe 47
•
CITY OF RICHMOND,INDIANA SANITARY DISTRICT Richmond Sanitary District
Automizer Right-Hand Cardboard Recycle Trash Truck
Bid Specification Sheet
9-Hydraulic system YES NO COMMENTS
The hydraulic system is designed to allow easy
maintenance
Hydraulic system is composed of a double
Denison vane pump,one section for the body
functions and one for the arm. Pumps have a
common suction port.
Pumps have a common suction port.
The hydraulic pressure body line shall be
equipped with a Denison relief valve R5P,a
Denison vent valve W01 with a 12 volts DC in fine
mounted solenoid to divert the flow back to tank
when pump is not engaged,and a flow control
block for system protection.
The hydraulic pressure arm line shall be equipped
with a Denison relief valve R5P,a Denison vent
valve W01 with a 12 volts DC in line mounted
solenoid to divert the flow back to the suction port
when pump is not engaged,and a flow control
block for system protection.
The hydraulic tank is pressurized for pump
protection(Except saddle tank)
The hydraulic tank is equipped with magnetic drain
plug,oil level and temperature gauge and shut-off
ball valve on suction line.
gauge and shut-off ball valve on suction line.
The hydraulic tank has an inspection and clean
out cover. •
Return line filter is tank mounted style
Return filter has a bypass valve and a differential
pressure gauge.
100 mesh suction strainer is installed inside tank
Hydraulic steel tubing is used where flexibility is
not needed.
All hydraulic steel tubes are zinc plated to prevent
corrosion.
All tubes are securely clamped to prevent
vibration,abrasion and excessive noise
All hoses are double braided minimum,high burst
rated and abrasion resistant
All hydraulic hoses meet SAE standards
All hose bending radius respect manufacturer's
requirements
Hydraulic system operates at acceptable
temperature without extemal cooler
Quick disconnect fittings are provided so that a
pressure gauge can be easily connected without
using tools or hydraulic fittings removal.
Body functions pump flow is: 20 gpm @ 700
rpm
Arm functions pump flow is: 16 gpm @
700 rpm
Hydraulic system pressure relief valve for the body
is(single axle chassis): N/A psi
Hydraulic system pressure relief valve for the body
is(single axle with tag and tandem):
3000 psi
Hydraulic system pressure relief valve for the arm
is: 2000 psi
Hydraulic tank capacity is:
84 gal _
Maximum quantity of oil in hydraulic tank is:
68 gal _ _
CITY OF RICHMOND,INDIANA SANITARY DISTRICT Richmond Sanitary District
Automizer Right-Hand Cardboard Recycle Trash Truck
Bid Specification Sheet
9-Hydraulic system(continued): YES NO COMMENT(S):
Hydraulic tank is baffled.
Hydraulic tank is pressurized at:
5 psi
The return line filter capacity is:
150 gpm
Nominal filtration rating is:
5 micron
The suction line strainer capacity is:
100 gpm
Suction line strainer size is:
100 mesh
Beta filtration ratio per ISO 16889 is: Beta ratiol0
L200
The return line filter derivation valve cracking
pressure is: 40 psi
Hydraulic pump driving shaft is: HD spicer
(1310)
10-Cart lifting mechanism"RIGHT-
YES NO COMMENT(S):
HAND HD"32 to 95 gal(Optional)
Arm is attached under body to minimize chassis
stress
Arm valve is mounted on body side,not on
chassis
Arm has integrated counterbalance valves in all
cylinders to eliminate potential drift
Extension cylinders have integrated hydraulic
cushioning(adjustable on extension,extension,
non-adjustable on retraction)
Lift function uses electronic cushioning for smooth
action and low cab rocking
Joystick-manual triggers that internally utilize
contactless technology for better reliability
Lifting arms are linked together by keyless
bushings.
Joystick has a deadman switch for additional
safety.
Extension rails are activated by 2 cylinders.
Extension rails cylinders are clevis mounted.
Two leveling rods allow smooth displacemement
and rotation above hopper.
Leveling rods have spherical bushing at both ends
for better durability.
Leveling rods are adjustable in lenght to modify
grabber angle. •
Grabbers fingers are controlled by two
synchronized hydraulic cylinders and shall use
high friction rubber replaceable blocks to enable
loading of a wide range of wheeled carts:
Grabber has an automatic closing function when
dumping to prevent cart slipping and collision with
hopper.
The"auto-closing system"is activated by a limit
switch located on the side of the arm.
Arm has a limit switch for hopper/side cameras
automatic switching.
Arm and grabber are powder coated safety yellow.
Arm C-rail extension steel is:
44W
Arm C-rail extension yield strength is:
44000 psi
Arm I-rail extension steel is:
A572 GR 50
Arm I-rail extension yield strength is:
50000 psi
��c�► D A-- '( of 4?
CITY OF RICHMOND,INDIANA SANITARY DISTRICT Richmond Sanitary District
Automizer Right-Hand Cardboard Recycle Trash Truck
Bid Specification Sheet
10-Cart lifting mechanism"RIGHT- YES NO COMMENT(S):
HAND HD"32 to 95 gal(continued):
Arm lift frame yield strength is: 50000 psi
Extension rails shall slide on heavy duty
bearings.
Extension rails cylinders diameter is:
1,5 in
Extension rails cylinders rod diameter is:
1 in
Extension rails cylinders stroke is:
52 15/16 in
Extension rails cylinders rod surface
treatment is: Nitrided
Lifting cylinder diameter is:
3 in
Lifting cylinder rod diameter is:
1,75 in
Lifting cylinder stroke is:
15 3/4 in
Lifting cylinder rod is:
Nitrided
Lifting chains type&lacing are:
Leaf,6x6
Main arm shaft diameter is:
4 in
Inner tube wear pads are:
Nyloil
Grabber cylinders diameter is:
1.5 in
Grabber cylinders rod diameter is:
1 in
Grabber cylinders stroke is:
6 3/8 in
Grabber cylinders rods are:
Nitrided
Lifting device minimum bin size is:
32 gal
Lifting device maximum bin size is:
95 gal
Maximum lifting capacity of arm at maximum
reach is: 1000 lbs
Maximum lifting capacity of arm at minimum
reach is: 1000 lbs
Overall Height Above Frame When Dumping
is: 113 in
Maximum horizontal reach(center of cart)is:
144 in
Minimum horizontal reach is:
0 in
Arm swing out effect is:
36 in
Dump cycle time of arm at minimum reach is:
10 sec
Dump cycle time of arm at maximum reach
is: 20 sec
Arm weight is:
2310 lbs
Arm maximum operating pressure is:
2000 psi
Grabber maximum operating pressure is:
1200 psi
Extension and lifting arm valves are: Electro-
Proportional
• Grabber valves are: Electric
On/Off type
Arm is controled by: Electric
joystick _
Arm and cylinders warranty is: 1 year
Dumping angle is:
47 deg
FX 6I � A S 7 O3 '7 of 4-7
CITY OF RICHMOND,INDIANA SANITARY DISTRICT Richmond Sanitary District
Automizer Right-Hand Cardboard Recycle Trash Truck
Bid Specification Sheet
11-Body lifting mechanism YES NO COMMENT(S):
The body hoist cylinder is front mounted with
outer cover and top ported
One safety prop is supplied to support the
body in the raised position.
A light and audible alarm in cab are provided
to indicate when body is raised and remain
activated until it is not completely down.
Body is raised by one single acting front
mounted telescopic cylinder with: 4 sections
Telescopic cylinder rods surface treatment is: Salt bath
Nitrided
Cylinder stroke is:
180 in
Cylinder Lifting capacity is:
49000 lbs
Body cylinder bore diameter is:
6 1/16 in
Body dump angle is:
45 deg
Body lifting cycle time is: 65 sec @
700 rpm
12-Crusher panel(Optional) YES NO COMMENT(S):
An optional crusher panel is installed on the
front wall of the body to
optimize the compaction of the material and
to facilitate the
transfer into the body.
Hydraulic protection is supplied to prevent
dumping on top of the panel
Two rubber strips 2-3/8"wide are attached on
crusher panel sides to keep the material from
flying out
Crusher panel steel grade is:
50W
Crusher panel thickness is:
3/16 in
Crusher panel dimensions are:
Crusher panel is operated by 1 cylinder. 52 x 36 in
Crusher panel cylinder rod is: Chrome-
plated
Crusher panel cylinder bore diameter is:
2 in
Crusher panel cylinder rod diameter is:
1 1/2 in
Crusher panel cylinder stroke is:
14 1/2 in
Crusher panel cylinder pins steel is: Cold-roll
Stressproof
Crusher panel cylinder pins surface treatment
is: Nitrided
Crusher panel cylinder pins diameter:
1 in
Crusher panel cycle time is:
9 sec
13-Electrical/Pneumatic systems YES NO COMMENT(S):
All stop,directional,tail and clearance lights
are LED type,recessed mount and water
tight
All lights are FMVSS#108 compliant
Rear lights are integrated to tailgate
structure. —Dual-Tone back-up alarm is provided.
Limit switches are heavy duty,industrial type,
water tight with adjustable arm
All circuits are protected with resettable
circuit breakers and wiring is color coded and
numbered.
�c c �i 4- 3 o 4-7
CITY OF RICHMOND,INDIANA SANITARY DISTRICT Richmond Sanitary District
Automizer Right-Hand Cardboard Recycle Trash Truck
Bid Specification Sheet
13-Electrical/Pneumatic systems YES NO COMMENT(S):
(continued):
Wiring conforms to SAE J1128.
Wiring connections are sealed with shrink
tube _All wiring run in plastic loom.
Electrical/Pneumatic valves are installed in a
watertight box
All electric wires are run in side rub rails with
bolted access panels for easy access,no — —
wiring under body
14-Controls caracteristics YES NO COMMENT(S):
Tailgate switch is: Electric
Body lift switch is: Electric — —
Pump switch is: Electric — —
Packer controls are: Electric
If the body hydraulic control valve is
pneumatic,electrical/pneumatic control
valveswill transfer the signal from the cab
control to the body hydraulic control valve.
15-Console standard characteristics YES NO COMMENT(S):
All body and arm functions are controlled via
a Canopen network
An LCD display with integrated diagnostic
functions is installed in the cab — —
Real time operation assistance with
continuous system status on screen —All switches(except Packer controls)are
illuminated. —16-Accessories YES NO COMMENT(S):
Mud flaps are supplied at front and rear of
rear axle.
17-Painting YES NO COMMENT(S):
All parts are properly cleaned of all dirt,
grease and weld slag.
Body,hopper and arm are shot blasted with
steel beads — —
One coat(0,002")of polyurethane primer
Imron Elite is applied on body — —
One finish coat(0,002")of polyurethane paint
Imron Elite is applied on body — —
Finish paint coat is baked.125°F-150°F
Arm is powder coated,safety yellow
18-Manuals YES NO COMMENT(S):
Parts,service and operator's manual are
supplied for the refuse packer. — —
19-Lubrication YES NO COMMENT(S):
All body hinges,cylinder rod ends,cylinder
base, —trunnion and pivot points are supplied with
grease fittings. — —
20-Warranty YES NO COMMENT(S):
The body manufacturer is certified ISO
9001. —All internal inspection documents such as
intermediate inspection booklets made at the — —
body manufacturer are available and filed per
vehicle.
Length of warranty on defective parts will not
be less than: 1 year — —
Length of warranty on hydraulic cylinders
and hoses will not be less than: — —
1 year �,riNtr,11,94 A ? ot
of 4-7
CITY OF RICHMOND,INDIANA SANITARY DISTRICT Richmond Sanitary District
Automizer Right-Hand Cardboard Recycle Trash Truck
Bid Specification Sheet
Length of warranty on defective parts will not
be less than: 1 year
20-Warranty(continued): YES NO COMMENT(S):
Length of warranty on automated arm is not
less than: 1 year
The body manufacturer is certified ISO 9001.
Manufacturer and welders are certified by the
Canadian Welding Bureau(CWB)and
conforms to the standards:
Welding procedure and materials are certified
by the Canadian Welding Bureau(CWB)and
conforms to the standards:
21-Options
Grabber Counting Device
Spill Shield
Auxiliary Arm Control located curbside of the
cab
Packer Control on the joystick
Hot Shift PTO
Hydraulic Tank Heater
Body Controls to be Electric Over Hydraulic
Triple Work Lights
Alternating/Flashing 4"LED Lights Front and
Rear —
6"Strobe Rear mounted
Multifunction LED Light Package
Triple Camera System
Anti-sail Mud Flaps on rear
Central Grease Point-Follower Panel
Rollers,Pack Shoes/Rails
Clean Out Tool Installed
20 lbs.Fire Extinguisher
Ground Level Grease Point for Tailgate and
Hopper Door Hinges
Hopper Floor Liner 1/4"Hardox 450
Retainer Teeth in Hopper
•
Instructions to Bidder—Any item that is
marked"NO"please give explanation on a
separate sheet of paper.
EX kl bit Pr 40 o/ -
47
PROPOSAL SHEET
One (1) Cardboard Recycling Truck Price Per Unit$
Make and Model Number:
Cab and Chasis
Fully Automated Body
Warranty:
Cab and Chasis:
Fully Automated Body:
Awarding dealer will be responsible for warranty work during the duration of the
warranty period including transportation or other expense incurred if warranty work is
done at any other location than that of the awarding dealer.
Please list dealership information that warranty work will be performed at:
Preferred delivery time after PO is issued is, 150 days or less from issue date
Delivery time after PO is issued if preferred date cannot be met.
Bid firm for how long?
Bid to include all shipping and handling charges. Commercial trash Truck to be delivered
To the Richmond Sanitary District,2380 Liberty Avenue.
Awarding Dealer will instruct RSD personnel on operation of the unit at the same time of
delivery.
Company Authorized Signature
Phone number Contact Person
Date•
�► � r A LE , 7
Indiana Local Preference Claim:
•
Definitions: •
Affected County—Wayne County or an adjacent caunly.
Local Indiana Business—A business whose principal place of business is in an Affected County; a
business that pays a majority of its payroll (in dollar volume)to residents of Affected Counties; or a
business that employees residents of Affected Counties as a majority of its employees.
Local Preferen.cce Documentation
•
If the Bidder is claiming local preference as defined by Indiana Code 5-22-15 20.9, it shall include such
claim with its Bid. In addition the Bidder shall submit, as a Post-Bid submittal,all documentation
required by the Local Indiana Preference form.
If the Bidder is a Joint Venture and is claiming local preference pursuant to Indiana Code 5-22-15-20.9,
the Bidder shall submit all post bid documentation as required by the Post-Bid submittals. In
determining whether the Joint Venture qualifies as a Local Indiana Business, as defined by Indiana Code
5-22-15-20.9,the Owner will evaluate the Joint Venture by combining each business's total payroll,
payroll paid to residents of Affected Counties,total number of employees, and total number of
employees who are residents of Affected Counties. Further, each part of the Joint Venture shall submit
the location of it's principal place of business will be a consideration in whether the Joint Venture
qualifies as a local Indiana business_ The Owner will determine whether the Joint Venture qualifies as a
Local Indiana business. The total overall Joint Venture must qualify as a Local Indiana Business to
receive the local preference as defined in Indiana Code 5-22-15-20.9.
Subject to Indiana Code 5-22-15-20.9, award of the Contract will be made to the lowest,responsive and
responsible Bidder,where the Bid is reasonable and does not exceed the funds available for the project.
The Owner reserves the right to reject all Bids and may waive or allow a Bidder to correct errors,
omissions or other irregularities in Bid Documents that are found not to have afforded the Bidder a
substantial competitive advantage over other Bidders.
•
•
•
INDJ[4 A LOCAL.P1 E]N'IER NCE CLAIM
(O lE ly fin out this Part if claiming to be a Locall Indiana I;usinness)
•
Pursuant to Indiana Code 5-22-15-20.9, •
(Name of Business) -
Claims a local Indiana business preference for the bid for Project
. in Wayne County,Indiana.
(Name of Project)
The Claim of applicability of the Local Indiana Business preference is based upon the following
(Check all that apply) - •
❑ 1. The location of the Business's principal place of business is:
A) in Wayne County, or
B) in an adjacent county
❑ 2. The majority of the business's payroll,for the previous twelve (12)months from the
date of this Bid,is to residents in Wayne or an adjacent county.
❑ 3. The majority of the business's employee's,for the previous twelve(12)months from
the date of this Bid, are residents of Wayne or an adjacent county.
If business is deemed to be the apparent low bidder,business shall provide information pursuant to
Post-Bid submittal(Local Indiana Business Preference),to substantiate the claim of a local Indiana
business.
•
•
h 43 o 47
•
POST COD SITBIVIIITTAL
Local Indiana Business Preference
Pursuant to the City of Richmond Bidding and Contract Requirements,this application for the local
Indiana business,pursuant to Indiana Code section 5-22-15-20.9,is hereby submitted for the Project
listed below by Bidder/Applicant(hereinafter Bidder). (Use additional sheets if necessary.)
Date Bid Submitted: Project Number:
Project Name:
Bidder:
Contact Name: Phone Number:
Principal Place of Business:
Number of Months Address has been Principal Place of Business:
Number of all Employees for the twelve (12)months prior to the date of Bid submission:
Nu mber of Employees who were residents of Affected Counties for the twelve (12)months prior to
the date of Bide submission:
1. If the Bidder claims it is a local Indiana business because the Bidder's principal place of business
is in Wayne County or an adjacent county, give a statement explaining the reasons the business
considers the locationnamed as the business's principal place of business:
2. In order to claim local preference pursuant to Indiana Code section 5-22-15-20.9,the Bidder
must supply below its total payroll and the amount of the business's payroll paid t residents of
Affected Counties for the previous twelve(12)months from the date of the Bid.
a. Total Amount of payroll paid to all employees of Bidder in the previous twelve(12)
months from the date of the Bid: $
b. Total Amount of payroll paid to residents of affected counties for the previous twelve
(12)months from the date of the Bid:
Bidder shall supply supporting payroll records sufficient for Owner to establish the above
representations. When supplying supporting records, I.,idder shall[redact all Social Security
Numbers
•
JE Vern r Requirements:
Definitions:
E-Verify Program—A electronic verification of work authorization program of the Illegal
Immigration Reform and Immigration Responsibility Act-of 1996 (P.L. 104-208),Division C, Title
IV,s.403 (a),as amended, operated by the United States Department of Homeland Security or
successor work authorization program designated by the United States Depart of Homeland Security
or other federal agency authorized to verify the work authorization status of newly hired employees
under the Immigration Reform and control Act of 1986 (P.L. 99-603).
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.
a a a a a a a a a a a a a i3 a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a a cip
COMPLIANCE WITH INDIfANA iL-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 the 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(a) (2). In
the event Contractor violates IC 22-5-1.7 the Contractor shall be required to remedy the violation no
later than thirty(30)days after the City notifies the Contractor of the violation. If the 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.
•
Affidavit of Employment Eligibility Verification
•
The Contractor, , affirms under the penalties of perjury that
Contractor does not knowingly employ an unauthorized alien. If Contractor is self-employed
and does not employ any employees, Contractor verifies he or she is a United States citizen or
qualified alien.
The Contractor has not knowingly employed or contracted with an unauthorized alien and shall
not retain an employee or contract with a person that the Contractor subsequently learns is an
unauthorized alien. Pursuant to Indiana Code 22-5-1.7, Contractor has enrolled in and verified
the work eligibility status of all newly hired employees of the contractor through the Indiana E-
Verify program.
The Contractor has required Contractor's subcontractors to certify to the Contractor that the
subcontractor does not knowingly employ or contract with an unauthorized alien and that the
subcontractor has enrolled and is participating in the E-Verify program. The Contractor will
maintain this certification throughout the duration of the term of a contract with a subcontractor.
I hereby verify under the penalty of perjury that the foregoing statement is true.
Dated this day of ,20
(signature)
(printed name)
s . - 41.e Ck 47
•
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.
-7
1
_: _xiqi)01-1--E I ‘156)1 I
1
PROPOSAL SHEET
One (1) Cardboard Recycling Truck Price Per Unit$ oR9 6+ ID
Make and Model Number: ii
Cab and Chasis yr.:,.. . �0��-P`•I 0IR
Fully Automated Body Al 1,01 S 1.C6) kJ ,Q c;L_
k.)
Warranty: *� /us&-rr"
t��� /^ j n j�Cab andChasis:�( a,�PA6 ).)4,.c�so`(rt .l�.CWI{ti01- t,..4L9 '��'�CI
ITOVi1,4'
Fully Automated Body: l L h . r4 o ` ••1, QL� at�a t
Awarding dealer will be responsible for warranty work during the duration of the
warranty period including transportation or other expense incurred if warranty work is
done at any other location than that of the awarding dealer.
Please list dealership information that warranty work will be performed at:
Preferred delivery time after PO is issued is, 150 days or less from issue date SO(1,4,..)
Delivery time after PO is issued if preferred date cannot be met.
Bid firm for how long? SD nt
Bid to include all shipping and handling charges.Commercial trash Truck to be delivered
To the Richmond Sanitary District,2380 Liberty Avenue. •
Awarding Dealer will instruct RSD personnel on operation of the unit at the same time of
delivery.
•
_.)5.th:paret
Company CtilAymoil,, Auth ed Signature
21 -1-155-a5q 1 ,N, dU4Ate
PhonC member CoilVt Person .
(9' 1 s--a..1
Date
Exkv.brit- B
• emu, OFFER-OR PROPOSAL SAL FOR SALEOR LEA ,E OF MATERI42 2 �L
•
(Please type or print) •
•
Date: (o`1 " �.l
• 1i
1. Governmental Unit; r +CA Ite^fy: Dt rv- .
. 2, County: t?ri-Lli
W y1\ • . . / •
• . 3... Bidder (Firm): r lea Hie n •Ly... •' Address: S. P 1 r;e Si. Po iaox•6 a •
. • City/a ate: , Rc;t[+nc� I-kg Tr 1..1
4, Telephone Number; 4g •
6. •Agent of'Bld`der (if applicable); ' '
•Pursuant to notices given, the undersigned offers,bid( ),to +r.
(Governmental Unit) in accordance with the following ettaohment(s) which specify the class dr Item nurnber or
description, quantity, unit; unit price and total amount.
The contract will be awarded by classes or Items,In accordanoe with epecifloatluns,Any changes or altera- •
bons in the:.ltems specified will rencfer•such bid void as to,that class or Item: Bidder promises that he has•not
offered.nor received a less price than the pride stated in his bid for the materials Included in saId bid. Bidder fur
•thor agrees that he will not withdraw his bid from the office in which ft is flied, A certified check or bOnd•uhail
be filed with each bid if required, and liability for breach shall be•enforceable upon the contract,the bond or cer-
tified check or both•as the case may be, .
•
• Igna umo alddsr or Agent
•
• • •
•
•
BID OFlri;P OR PFTQFOSAL •
Attach separate sheet listing each item bid based on specifications published by governing body,Following le an example of the bid format: • ,
•
Clash or Rom Quantity Unit Desoriptlon,
II Unit Prim Amami
I I•
•
•
.
.
)((11`k)i. - B
• • NON.COLLUSION AFFIDAVIT : o�
T 1T)_ OF INb1ANA • ,
• i`'�.. COUNTY' ss:
The,undersigned bidder or agent,being duly sworn on oath,says that he has not,nor hak any other member,
representative, or agent of the•firm, c❑mpany,,00rporatlon or partnership represented by him, entered Into any
combination, collusion or agrdoment with any person relative to the price to be bid by anyone at such letting nor
to prevent any person from bidding nor to Induce arnyo17e to refrain from bidding,and that this bid is made without
reference to any other bid and Without any agroement, understanding or combination with any other person In •
reference to such bidding. •
•
' He further says•that•no person or persons,firma,or.00rporation has;have or will receive directly or lhdlrpot. .
.y, any rebate, fee, gift, oommissloh or thing cif value on a punt of ouch safe.
•
•
`$1 tier Firm) • ,
• ubsorlbed and swornJ cJ_ Iti aturo of Bidder Or Genf
. to� Bf01'8 me this J _;j_ _ day of �', t'1(— •)
�[y um-mission ) upires; - t') 1U� 20N11111111%
4
5 1l'►�\dA&/() (tu,� o %� L',-I�-
iounty ,of Assldance� `fit •
` l+lot�ry Publla , ��f"
(� , T.F �2 zoos •P.
•
ACCEPTANCE act``: °o� °�.<a�
There now beingsu(flalo t • 'n` licit Po c ' �i =• n unobligated appropriated funds' available, the oontraoting autk,�ft. oP§ '•' ^S;
(governmental Unit) hereby accepts the terms of the attache• _ ••" Porte � r.lasses or Items numbEred � �;��T�3�on Nu\ O`\��
and promises,to pay the undersigned bidder upon deli�i%#ymill `���
ie price quoter"folr the materials stipulated In said bid.
Oontraoting Authority Members: •
pate; •
.
•
•
•
. •
•
•
•
.
•
I
1
Pyramid Equipment, Inc QUOTATION 6�
21 South Prairie Street
P 0 Box 127 Quote Number: 8275
Rolling Prairie, IN 46371-0127 Quote Date: Jun 15,2021
Page: 1
Voice: 219-778-2591
Fax: 219-778-2592
Quoted To Ship To
City of Richmond Sanitary District
Attn:Accounts Payable 2380 Liberty Avenue
50 North Fifth Street Richmond, IN 47374
Richmond, IN 47374
Customer.ID Good Thru . Payment.Terms Sales-Rep "
CITYRICMOND 7/15/21 Net 30 Days Linback,Jeffery
Qty Line Item ID ` Description Unit.Price Amount'..
1.00 *2022 Freightliner M2106 Conventional Chassis 246,860.00 246,860.00
WITH
1.00 *New Way ASL22 Sidewinder Automated Side-load Body
-Per Richmond Sanitary District bid specifications
Due to the instability of the steel market, prices subject to change Subtotal 246,860.00
Sales Tax
without warning
Any applicable taxes, i.e. IN Sales Tax, Federal Excise Tax(PET), etc, will TOTAL 246,860:00
charged on the Invoice unless a valid Exemption Certificate is included v 1
order.
F-X ins
WEST541 (4-
SEND
A MUTUAL INSURANCE COMPANY°
Bond Number 2493388
Bid Bond
KNOW ALL BY THESE PRESENTS,That We, PYRAMID EQUIPMENT INC as Principal,
and WEST BEND MUTUAL INSURANCE COMPANY, a corporation organized under the laws of the State of Wisconsin
and having its principal office in Middleton,Wisconsin, in said State, as Surety, are held and firmly bound unto
City of Richmond as Owner, in the full and just sum of
Five Percent ( 5 %)of amount bid for the payment
whereof said Principal binds its heirs, administrators,and executors and said Surety binds Itself, its successors
and assigns firmly by these presents
WHEREAS, said Principal has submitted to said Owner a bid or proposal for
Single Axle Automated Garbage Truck
NOW THEREFORE,THE CONDITION OF THIS OBLIGATION IS SUCH that if within Sixty days hereof and in
accordance with said proposal a contract shall be awarded to said Principal and the said Principal shall enter into a
contract for said work and shall furnish bond with surety as required for its faithful performance then this obligation
shall be void,otherwise remain in full force and virtue.
Signed and Sealed this 22 day of June ,20 21
Principal:
PYRAMID EQUIPMENT INC
(SEAL)
Witness , 4 GW c .T Name Typed: Jon-Paul Surma,President
Ulf Title
Surety:
West B nd Mutual Insu ce Company
J ' By: W" (, (�'1�1/L (SEAL)
Witness: �u ,t "`' Name Typed: TARA PATTERSON � .Attorney-In-Fact
Title
Agency Name: DAN BERRY INSURANCE AGENCY INC
Address: 54101 IRONWOOD RD
SOUTH BEND,IN 46635
Phone Number: (574)255-6222
MICHIGAN ONLY: This policy is exempt from the filing requirements of Section 2236 of the Insurance Code of 1956,
1956 PA 218 and MCL 500.2236.
NB 0192 11 17 Page 1 of 1
PO Box 620976 I Middleton,WI 53562 I Phone:(608)410-3410 I Fax: (877)674-2663 I www.thesilverlining.com
•
FYni o ( 1- 6 * (01-
WEST BEND THE SILVER LINING°
A MUTUAL INSURANCE COMPANY°
Bond No. 2493388
• POWER OF ATTORNEY
Know all men by these Presents,That West Bend Mutual Insurance Company,a corporation having its principal office in the City of West
Bend,Wisconsin does make,constitute and appoint:
TARA PATTERSON
lawful Attorney(s)-in-fact,to make,execute,seal and deliver for and on its behalf as surety and as its act and deed any and all bonds,
undertakings and contracts of suretyship,provided that no bond or undertaking or contract of suretyship executed under this authority
shall exceed in amount the sum of: Ten Million Dollars($10,000,000)
This Power of Attorney is granted and is signed and sealed by facsimile under and by the authority of the following Resolution adopted
by the Board of Directors of West Bend Mutual Insurance Company at a meeting duly called and held on the 21s1 day of December,
1999.
Appointment ofAttorney-In-Fact. The president or any vice president,or any other officer of West Bend Mutual Insurance
Company may appoint by written certificate Attorneys-In-Fact to act on behalf of the company in the execution of and attesting of
bonds and undertakings and other written obligatory instruments of like nature. The signature of any officer authorized hereby
and the corporate seal may be affixed by facsimile to any such power of attorney or to any certificate relating therefore and any
such power of attorney or certificate bearing such facsimile signatures or facsimile seal shall be valid and binding upon the
company,and any such power so executed and certified by facsimile signatures and facsimile seal shall be valid and binding upon
the company in the future with respect to any bond or undertaking or other writing obligatory in nature to which it is attached.
Any such appointment may be revoked,for cause,or without cause,by any said officer at any time.
In witness whereof,the West Bend Mutual Insurance Company has caused these presents to be signed by its president undersigned
and its corporate seal to be hereto duly attested by its secretary this 22nd day of Se tember,2017.
caii-ter C. ` t � � ....
Attest u& ��'•,: 4, a•
°coRPorur\
Christopher C.Z gart i F;$`. I{evin A.Steiner
Secretary SEAL{?,i' Chief Executive Officer/President
rp,"
State of Wisconsin ..
County of Washington
On the 22nd dayof September,2017, before me personallycame Kevin A.Steiner,to me known beingbydulysworn,did depose and
P P
say that he resides in the County of Washington,State of Wisconsin;that he is the President of West Bend Mutual Insurance Company,
the corporation described in and which executed the above instrument;that he knows the seal of the said corporation;that the seal
affixed to said instrument is such corporate seal;that is was so affixed by order of the board of directors of said corporation and that he
signed his name thereto by like order. .d• /1,u„ r___,
•
NornRy Juli A nedum
PUeUC 4; Senior orporate Attorney
FOF wis°°.y' Notary Public,Washington Co.,WI
••.• My Commission is Permanent
The undersigned,duly elected to the office stated below,now the incumbent in West Bend Mutual Insurance Company,a Wisconsin
corporation authorized to make this certificate, Do Hereby Certify that the foregoing attached Power of Attorney remains in full force
effect and has not been revoked and that the Resolution of the Board of Directors,set forth in the Power of Attorney is now in force.
Signed and sealed at West Bend,Wisconsin this 22nd day of June , 2021
is Irls�•••.,• 1
tCRPORArF
`� SEAL lei
1: i. a,4: Heather Dunn
`D Y' Vice President—Chief Financial Officer
furors
Notice: Any questions concerning this Power of Attorney may Be directed to the Bond Manager at NSI,a division of West Bend
Mutual Insurance Company.
1900 S.18,h Ave. West Bend,WI 53095 I ph(262)334-6430 I 1-800-236-5004 I fax(262)338-5058 I www.thesilverlining.com
h, 1- 6
•
Affidavit of Employment Eligibility Verification
•
The Contractor, - *affirms under the penalties of perjury that
Contractor does not knowingly employ an unauthorized alien. If Contractor is self-employed
and does not employ any employees, Contractor verifies he or she is a United states citizen or
qualified alien.
The Contractor has not knowingly employed or contracted with an unauthorized alien and shall
not retain an employee or contract with a person that the Contractor subsequently learns is an
unauthorized alien.Pursuant to Indiana Code 22-5-1.7, Contractor has enrolled in and verified
the work eligibility status of all newly hired employees of the contractor through the Indiana E-
Verify program. •
The Contractor has required Contractor's subcontractors to certify to the Contractor that the
subcontractor does not knowingly employ or contract with an unauthorized alien and that the
subcontractor has enrolled and is participating in the E-Verify program. The Contractor will
maintRin this certification.through out the duration of the term of a contract with a subcontractor.
I hereby verify under the penalty of perjury that the foregoing statement is true.
•
Dated this \4, day of "So ,2(3a1 .
e) •
O(�'�c►-c� Svkenc,
(printed name)
Q56-2_
CITY OF RICHMOND, INDIANA SANITARY DISTRICT
SPECIFICATIONS FOR NEW FULLY AUTOMATED SINGLE AXLE
RIGHT SIDE LOADER CARDBOARD RECYCLE TRASH TRUCK
(minimum requirements)
Vehicle Configuration/Specification:
1. Conventional Refuse Yes No Comment(s)
Design, right side drive
2. 2022 Model Year V
3. Set Back Axle ✓
4. Straight Truck Provision V
5. RH Primary Steering ✓ LH primary steering location with
Location RH secondary steering (Fontaine)
6. Truck Warranty V 2 Year base, 2 Year engine, 3 Year
(Provide Years/Miles) transmission, & 1 Year of Towing
General Service Description: This vehicle will service the needs of the Richmond,
Indiana community to collect cardboard at the curbside of residential locations. Travel
expected to occur on paved roads (no landfill use) with maximum grade of 8%,
7. Engine: Cummins Diesel Yes No Comment(s)
L9 Cummins L9, 350 HP@2200 RPM
2200 GOV RPM
360 HP@2200 RPM,2200 GOV 1050 ft. Ibs@1200 RPM
RPM 1150 ft.lbs.@ 1200 RPM,
REFUSE
8. Engine Electronic Yes No Comment(s)
Parameters:
9. 75 MPH Road Speed Limit ✓
10. Cruise Control Speed Limit V
11. (same as road speed limit) V
12. PTO Mode engine RPM
Limit- 1100 RPM ✓ Limit-1400 RPM
13. PTO RPM with Cruise Set V Cruise Set Switch -1200 RPM
Switch—800 RPM
14. PTO RPM with Criuse
Resume Switch—800 V Resume Switch-1400 RPM
RPM
15. PTO Mode Cancel Vehicle ✓
Speed--5 MPH
16. PTO Governor Ramp Rate ✓ Ramp Rate- 1,000 RPM per sec
—250 RPM per second Y
17. PTO Minimum RPM—700 V
15. Regen Inhibit Speed V
Threshold —5 MPH
rk-00-6--E S5.(02...
Richmond Sanitary District
Cardboard Recycle Trash Truck Bid Specification
Page 2 of 17
19. Engine Equipment: Yes No Comment(s)
20. 2016 Onboard ✓
Diagnostics/2010
21. EPAICARBIGHG21 ✓
Configuration
22. No 2008 Carb Emission Has certification label on lower forwar
Certification V corner of driver door
23. Standard Oil Pan V
24. Engine Mounted Oil Check ✓
and Fill
25. Side of Hood Air Intake
With Firewall Mounted ✓
Donaldson Air Cleaner
26• DR 12V 200 AMP 28-SI
Quadramount Pad V Meets spec, but 160 Amps
Alternator with remote
battery volt sense
27. (3) DTNA Genuine, Flooded
Starting Min 2250 CCA, V 2000 CCA, 370 RC
510RC,Threaded stud
batteries
28. Battery Box Frame Mounted ✓
29. Standard Battery Jumpers V
30. Single battery box frame V Under cab
mount LH side back of Cab
31. Wire ground return for
battery cables with
V
additional frame ground
return
32. Non-polished battery box V
cover
33. Cab auxiliary power cable V
34. Positive load disconnect
with cab mounted control
switch mounted outboard
driver seat
35. Positive and negative posts
for jumpstart located on ✓
frame next to starter
36. Cummins Turbocharged
18.7 CFM Air Compressor V
with internal safety valve
37. Standard mechanical air ✓
compressor governor
2
i�- B
10456-)._
Richmond Sanitary District
Cardboard Recycle Trash Truck Bid Specification
Page 3 of 17
Engine Equipment Yes No Comment(s)
(continued)
39. AIR COMPRESSOR
DISCHARGE LINE V
40. ELECTRONIC ENGINE
INTEGRAL SHUTDOWN V
PROTECTION SYSTEM
41. CUMMINS ENGINE
INTEGRAL BRAKE WITH V
VARIABLE GEOMETRY
TURBO ON/OFF
42. LH OUTBOARD UNDER
STEP MOUNTED
HORIZONTAL
AFTERTREATMENT `� Meets spec, but RH side mounted
SYSTEM ASSEMBLY WITH
LH B-PILLAR MOUNTED
VERTICAL TAILPIPE
43. ENGINE AFTERTREATMENT
DEVICE,AUTOMATIC OVER
THE ROAD ACTIVE ✓
REGENERATION AND DASH
MOUNTED SINGLE
REGENERATION
REQUEST/INHIBIT SWITCH
44, 10 FOOT 00 INCH (120 INCH+0/-
5.9 INCH) EXHAUST SYSTEM V 11 foot 06 inch (138")
HEIGHT
45. LH CURVED VERTICAL
TAILPIPE B-PILLAR MOUNTED V Meets spec, but RH side
ROUTED FROM STEP
46. 6 GALLON DIESEL EXHAUST V 13 Gallon DEF Tank
FLUID TANK
47. 100 PERCENT DIESEL ✓
EXHAUST FLUID FILL
48. LH MEDIUM DUTY STANDARD
DIESEL EXHAUST FLUID TANK V
LOCATION
49. DIESEL EXHAUST FLUID PUMP
MOUNTED AFT OF DIESEL V
EXHAUST FLUID TANK
50. STANDARD DIESEL EXHAUST ✓
FLUID TANK CAP
51, STAINLESS STEEL AFTER V
TREATMENT DEVICE
MUFFLER/TAILPIPE SHIELD
52. BORG WARNER(KYSOR) an F Drive
Horton Drivemaster
REAR AIR ON/OFF ENGINE V On/Off Fan Advantage
FAN CLUTCH
53. AUTOMATIC FAN CONTROL
WITHOUT DASH SWITCH, NON V
ENGINE MOUNTED
54. CUMMINS SPIN ON FUEL V
FILTER
3
V*-1 osiF-
blb, (02_
Richmond Sanitary District
Cardboard Recycle Trash Truck Bid Specification
Page 4 of 17
COMBINATION FULL
FLOW/BYPASS OIL FILTER ✓ I
56. FLEETGUARD PLAIN COOLANT j
FILTER ✓
57, 1100 SQUARE INCH ALUMINUM ✓
RADIATOR
58, ANTIFREEZE TO-34F,OAT
(NITRITE AND SILICATE FREE) V
EXTENDED LIFE COOLANT
59, GATES BLUE STRIPE
COOLANT HOSES OR ✓
EQUIVALENT
60. CONSTANT TENSION HOSE
CLAMPS FOR COOLANT V
HOSES
61. RADIATOR DRAIN VALVE
62. LOWER RADIATOR GUARD ✓
63, PHILLIPS-TEMRO 150
WATT/115 VOLT OIL ✓
PREHEATER
64. CHROME ENGINE
HEATER RECEPTACLE ✓
MOUNTED UNDER LH
DOOR
65. ALUMINUM FLYWHEEL v
HOUSING
66. ELECTRIC GRID AIR INTAKE ✓
WARMER
67. DELCO 12V 39MT HD/OCP
STARTER WITH THERMAL ✓
PROTECTION AND
INTEGRATED MAGNETIC
SWITCH
Engine Make Cummins Model L9 Horse Power 350
Torque 1050 Emission Year 2010
68. Transmission: Yes No Comment(s)
69. ALLISON 3000 RDS •
AUTOMATIC TRANSMISSION V
WITH PTO PROVISION
70. TRANSMISSION WARRANTY ✓
(PROVIDE YEARS/DETAILS)
71. Transmission Equipment: Yes No Comment(s)
(CONTINUED)
4
la, 66 b?--- 1
Richmond Sanitary District
Cardboard Recycle Trash Truck Bid Specification
Page 5 of 17
ALLISON VOCATIONAL
PACKAGE 142-AVAILABLE ON
3000/4000 PRODUCT V Package 170
FAMILIES,VOCATIONAL
MODEL RDS
73. ALLISON VOCATIONAL
RATING FOR REFUSE V
APPLICATIONS
74. PRIMARY MODE GEARS, V
LOWEST GEAR 1,START
GEAR 1, HIGHEST GEAR 6
75. SECONDARY MODE GEARS,
LOWEST GEAR 1,START V
GEAR 1, HIGHEST GEAR 6
76. PRIMARY SHIFT
SCHEDULE
RECOMMENDED BY
DTNA AND ALLISON
(Engine and Use)
77. SECONDARY SHIFT
SCHEDULE RECOMMENDED V
BY DTNA AND ALLISON,
(Engine and Use)
78. PRIMARY SHIFT SPEED
RECOMMENDED BY DTNA
AND ALLISON(Engine and Use)
79. PRIMARY SHIFT SPEED
RECOMMENDED BY
DTNA AND ALLISON
(Engine and Use)
80. ENGINE BRAKE RANGE
PRESELECT RECOMMENDED V
BY DTNA AND ALLISON,
(Engine and Use)
81. ENGINE BRAKE RANGE
ALTERNATE
RECOMMENDED BY V
DTNA AND ALLISON,
(Engine and Use)
82. FUEL SENSE 2.0
83. DRIVER SWITCH INPUT—
NONE
84. VEHICLE INTERFACE WIRING
CONNECTOR WITH PDM AND V
BLUNT CUTS AT BACK OF CAB
5
Richmond Sanitary District
Cardboard Recycle Trash Truck Bid Specification
Page 6 of 17
85. Transmission Equipment: Yes No Comment(s)
(CONTINUED)
86. ELECTRONIC
TRANSMISSION
CUSTOMER ACCCESS CONNECTOR BLUNT V Mounted back of cab
CUT,MOUNTED
BETWEEN DRIVER AND
PASSENGER SEATS
87. 2 CUSTOMER INSTALLED V 1 Chelsea 280 PTO
CHELSEA 280 SERIES PTO'S
88. PTO MOUNTING,LH SIDE OF
MAIN TRANSMISSION
89. MAGNETIC PLUBS, ENGINE
DRAIN,TRANSMISSION
DRAIN,AXLES(S)FILL AND
DRAIN
90• Front Axle and Yes No Comment(s)
Equipment: Expected axle V EXCEEDS: 18,000#
load 16,000#minimum
91. PUSH BUTTON
ELECTRONIC SHIFT V
CONTROL, DASH
MOUNTED
92. TRANSMISSION V
PROGNOSTICS-ENABLED
98, WATER TO OIL,
TRANSMISSION COOLER
,IN RADIATOR END TANK
94, TRANSMISSION OIL
CHECK AND FILL WITH
ELECTRONIC OIL LEVEL
CHECK
98. SYNTHETIC
TRANSMISSION FLUID
(TES-295 COMPLIANT)
96. DETROITDA F-16.0-516,000#FL1
71.0KPI/3.74 DROP SINGLE V EXCEEDS: Detroit 18,000#
FRONTAXLE
97. MERITOR 16.5X6 Q+CAST
SPIDER CAM FRONT BRAKES, V
DOUBLE ANCHOR,
FABRICATED SHOES
98. NON-ASBESTOS FRONT BRAIKE
LINING
99. CONMET CAST IRON FRONT
BRAKE DRUMS
10 _MONT OIL SEALS V
0.
10 VENTED FRONT HUB CAPS V
1. WITH WINDOW,CENTER AND
SIDE PLUGS-OIL
6
445 (02
Richmond Sanitary District
Cardboard Recycle Trash Truck Bid Specification
Page 7 of 17
Front Axle and Yes No Comment(s)
Equipment: (CONTINUED)
10 STANDARD SPINDLE NUTS FOR ✓
3. ALL AXLES
10 HALDEX AUTOMATIC FRONT ✓
4. SLACK ADJUSTERS
10 TRW TAS 85 POWER ✓
5. STEERING
10 POWER STEERING PUMP ✓
_6.
10 2 QUART SEE THROUGHPOWER ✓
7. STEERING RESERVOIR
10 OIL/AIRPOWER STEERING ✓
8. COOLER
10 CURRENT AVAILABLE
9. SYNTHETIC 75W-90 FRONT V
AXLE LUBE
11 Front Suspension: Yes No Comment(s)
0,
11 18,000#MINIMUM V EXCEEDS:20,000#
11 GRAPHITE BRONZE BUSHINGS 2. WITH SEALS—FRONT V Maintenance-free rubber bushings
SUSPENSION
11 FRONT SHOCK ABSORBERS ✓
3.
11 Rear Axle and Equipment: Yes No Comment(s)
4.
11 26,000#U-SERIES SINGLE V EXCEEDS: 30,000#Single Axle
5. REAR AXLE
11 V 5.63 Rear Axle Ratio
6• 5.38 REAR AXLE RATIO
11 IRON REAR AXLE CARRIER V
7. WITH STANDARD
11 MXL 17T MERITOR EXTENDED
8. LUBE MAIN DRIVELINE WITH V
HALF ROUND YOKES
11 MXL 17T MERITOR EXTENDED
9. LUBE INTERAXLE DRIVELINE V
WITH HALF ROUND YOKES
12 DRIVER CONTROLLED
0. TRACTION DIFFERENTIAL . V For single rear axle
BOTH TANDEM REAR AXLES
12 (1)INTERAXLE LOCK VALVE,
1. (1)DRIVER CONTROLLED ✓ For single rear axle
DIFFERENTIAL LOCK
FORWARD REAR AND REAR-
REAR AXLE VALVE
12 Rear Axle and Equipment Yes No Comment(s)
2.
7
•• - \o 'r E
1566 (02.
Richmond Sanitary District
Cardboard Recycle Trash Truck Bid Specification
Page 8 of 17
(continued):
12 BUZZER AND BLINKING LAMP No buzzer,just blinking lamp
3. WITH EACH INTERAXLE LOCK ✓
SWITCH, INTERAXLE UNLOCK
DEFAULT WITH IGNITION OFF
12 BUZZER AND BLINKING LAMP
4. WITH EACH MODE SWITCH, V No buzzer,just blinking lamp
DIFFERENTIAL UNLOCK WITH
IGNITION OFF,ACTIVE<5 MPH
12 MERITOR 16.5X7 Q+CAST
5. SPIDER CAM REAR BRAKES, ✓
DOUBLE ANCHOR,
FABRICATED SHOES
12 NON ASBESTOS REAR BRAKE ✓
6. LINING
12 BRAKE CAMS AND CHAMBERS On rear side of drive axle
7. ON FORWARD SIDE OF DRIVE ✓
AXLE(S
12 CONMET CAST IRON REAR ✓
8. BRAKE DRUMS
12 REAR OIL SEALS V
9.
13 WABCO TRISTOP D
0. LONGSTROKE 2-DRIVE AXLE
SPRING PARKING CHAMBERS
13 HALDEX AUTOMATIC REAR
1. SLACK ADJUSTERS
13 CURRENT AVAILABLE ✓
2. SYNTHETIC 75W-90 REAR
AXLE LUBE
33 Rear Suspension; Yes No Comment(s)
13 30,000#Leaf Sprint Suspension V
4. W/Helper&Radius Rod
13 9.5 INCH NOMINAL RIDE
5. HEIGHT(460MM GLOBAL V
REFERENCE HEIGHT)
13 AXLE CLAMPING GROUP V
6.
13 55 INCH AXLE SPACING V Single rear axle
7.
13 FORE/AFT AND TRANSVERSE 8. CONTROL RODS V Fore/Aft Control Rods
13 REAR SHOCK ABSORBERS- V Single rear axle
9. TWO AXLES(TANDEM)
14 Brake System: Yes No Comment(s)
0.
14
1 WASCO 4S/4M ABS V
14 REINFORCED NYLON, FABRIC V
2. BRAID AND WIRE BRAID
CHASSIS AIR LINES
143. Brake System: Yes No Comment(s)
8
-4-
FXii '21
t6b6, (02_
Richmond Sanitary District
Cardboard Recycle Trash Truck Bid Specification
Page 9 of 17
(continued) _ 1.
144. FIBER BRAID PARKING BRAKE ✓
HOSE
145. STANDARD BRAKE SYSTEM ✓
VALVES
146. STANDARD AIR SYSTEM
PRESSURE PROTECTION V
SYSTEM
147. STD U.S. FRONT BRAKE ✓
VALVE
148. RELAY VALVE WITH 5-8 PSI
CRACK PRESSURE NO REAR V
PROPORTIONING VALVE,
149. WABCO SYSTEM SAVER HP BW AD-9 Brake Line Air Dryer
WITH INTEGRAL AIR V with Heater
GOVERNOR AND HEATER
150. AIR DRYER MOUNTED UNDER V Air Dryer Frame Mounted
HOOD
151. STEEL AIR TANKS MOUNTED
AFT INSIDE AND/OR BELOW
FRAME JUST FORWARD OF
REAR SUSPENSION
152. CLEAR FRAME RAIL FROM
BACK OF CAB TO
FRONT REAR SUSPENSION V
BRACKET, RH RAIL
INSIDE/OUTBOARD AND
BELOW
153. PULL CABLES ON ALL AIR ✓ r
RESERVOIR(S)
154. Trailer Connections: Yes No Comment(s)
155. UPGRADED CHASSIS V
MULTIPLEXING UNIT
156. UPGRADED BULKHEAD V
MULTIPLEXING UNIT
157. Wheelbase and Frame: Yes No Comment(s)
158. 6500MM(256 INCH) V 5950 MM (234 INCH)
WHEELBASE
159. 11/32X3-1/2X10-15116 INCH
STEEL FRAME V
(8.73MMX277.8MM/0.344X10.94
INCH)120KSI
160. 1/4 INCH(6.35MM)C-CHANNEL
INNER FRAME ✓ j
REINFORCEMENT
161. 2450MM(96 INCH)REAR
V
FRAME OVERHANG I
162. Wheelbase and Frame Yes No Comment(s)
9
E_Andoif
Richmond Sanitary District
Cardboard Recycle Trash Truck Bid Specification
Page 10 of 17
(continued):
163. FRAME OVERHANG RANGE:91 ✓
INCH TO 100 INCH
164. CALC'D BACK OF CAB TO ✓ 168.7 in
REAR SUSP C/L(CA)190.35 in :
165. CALCULATED EFFECTIVE
BACK OF CAB TO REAR V 165.7 in
SUSPENSION C/L 187.35 in
166. CALC'D FRAME LENGTH- V 360.14
OVERALL: 381.8
167. CALCULATED FRAME SPACE V 101.07
LH SIDE: 104.62 IN
168. CALCULATED FRAME SPACE V 153.85
RH SIDE: 148.51
169, CALC'D SPACE AVAILABLE V 162.45 in
FOR DECKPLATE:190.45in
170. SQUARE END OF FRAME V
171. FRONT CLOSING ✓
CROSSMEMBER
172. LIGHTWEIGHT HEAVY DUTY
ALUMINUM ENGINE V
CROSSMEMBER
173. STANDARD CROSSMEMBER V
BACK OF TRANSMISSION
174. STANDARD MIDSHIP#1 V
CROSSMEMBER(S)
175. STANDARD REARMOST V
CROSSMEMBER
176. HEAVY DUTY SUSPENSION V Standard Suspension Crossmember
CROSSMEMBER
17 Chassis Equipment: Yes No Comment(s)
7.
178. THREE-PIECE 14 INCH
PAINTED STEEL BUMPER V Chromed steel
WITH COLLAPSIBLE ENDS
179. FRONT TOW HOOKS-FRAME
MOUNTED
180. BUMPER MOUNTING FOR ✓
SINGLE LICENSE PLATE
181. FENDER AND FRONT OF
HOOD MOUNTED FRONT V
MUDFLAPS
182. HUCK-SPIN ROUND COLLAR
CHASSIS V Grade 8 threaded Hex Headed
FASTENERS Fasteners
10
x ).Ni \9i f-
(z
Richmond Sanitary District
Cardboard Recycle Trash Truck Bid Specification
Page 11 of 17
183. Fuel Tanks: Yes No Comment(s)
184. 80 GALLON/302 LITER
ALUMINUM FUEL TANK—LH
185. 23 INCH DIAMETER FUEL V Rectangular fuel tank
TANK(S)
186. PLAIN ALUMINUM/PAINTED
STEEL FUEL/HYDRAULIC V
TANK(S)WITH PAINTED
BANDS
187. FUEL TANK(S)FORWARD V
188. PLAIN STEP FINISH V
189. FUEL TANK CAP(S) V
190. DAVCO 245 FUEL/WATER
SEPARATOR WITH 12 VOLT J
HEAT AND WATER IN FUEL
SENSOR
191. EQUIFLO INBOARD FUEL V
SYSTEM
192. HIGH TEMPERATURE
REINFORCED NYLON FUEL
LINE _
193. FUEL COOLER V Not available on quick delivery vehicle
194. Tires: Yes No Comment(s)
195. MICHELIN XZU-S2 315/80R22.5
20 PLY RADIAL FRONT TIRES V
196. MICHELIN XDN211 R22,5 14 20 Ply rear tires
PLY RADIAL REAR TIRES
197. Hubs: Yes No Comment(s)
198. CONMET PRESET PLUS V
PREMIUM IRON FRONT HUBS
199, CONMET PRESET PLUSV Webb iron rear hubs
PREMIUM IRON REAR HUBS
200. Wheels: Yes No Comment(s)
201. 11 R22.5 STEEL FRONT V WHEELS Aluminum Front Wheels
202. 11R22.5 STEEL DISC REARV Aluminum Rear Wheels
WHEELS
203. FRONT WHEEL MOUNTING
NUTS
204. REAR WHEEL MOUNTING V
NUTS
205. Cab Exterior: Yes No Comment(s)
206. 106 INCH BBC FLAT ROOF
ALUMINUM V
CONVENTIONAL CAB
11
Ob (02.
Richmond Sanitary District
Cardboard Recycle Trash Truck Bid Specification
Page 12 of 17
Cab Exterior(continued):
Yes No Comment(s)
208. AIR CAB MOUNTING ✓
209. NONREMOVABLE BUGSCREEN ✓
MOUNTED BEHIND GRILLE
210. 2-1/2 INCH FENDER ✓
EXTENSIONS
211. LH AND RH GRAB HANDLES V
212, HOOD MOUNTED CHROMED ✓
PLASTIC GRILLE
213. CHROME HOOD MOUNTED AIR
INTAKE GRILLE V
214. FIBERGLASS HOOD V
215. TUNNEUFIREWALL LINER V
216. SINGLE 14 INCH ROUND Dual 26 in air horns-roof mounted
POLISHED AIR HORN ROOF ✓
MOUNTED
217. DUAL AIR AND ELECTRIC V Dual Air, Single Electric horns
HORNS
218. SINGLE HORN SHIELD V Dual horn shields
219. DOOR LOCKS AND IGNITION
SWITCH KEYED THE SAME V
220. KEY QUANTITY OF 4 V Key Quantity of 2
221. REAR LICENSE PLATE MOUNT V
END OF FRAME
222. INTEGRAL
HEADLIGHT/MARKER V
ASSEMBLY WITH CHROME
BEZEL
223. LED AERODYNAMIC MARKER ✓
LIGHTS
224. DAYTIME RUNNING LIGHTS V
225. OMIT STOP/TAIL/BACKUP
LIGHTS AND PROVIDE WIRING
WITH SEPARATE STOP/TURN V
WIRES TO 4 FEET BEYOND
END OF FRAME
226. STANDARD FRONT TURN ✓
SIGNAL LAMPS
227. DUAL WEST COAST BRIGHT
FINISH HEATED MIRRORS V
WITH LH AND RH REMOTE
228. DOOR MOUNTED MIRRORS V
229. 102 INCH EQUIPMENT WIDTH
230. LH AND RH 8 INCH BRIGHT
FINISH CONVEX MIRRORS V
MOUNTED UNDER PRIMARY
MIRRORS
231. STANDARD SIDE/REAR V
REFLECTORS
232. Cab Exterior(continued): Yes No Comment{s)
12
1/1)( (-
Pip .6 2
Richmond Sanitary District
Cardboard Recycle Trash Truck Bid Specification
Page 13 of 17
2-STAGE ELECTRIC HORN AND
HAZARD LAMP ALERT Not available on quick delivery
CONTROLLED BY ✓ vehicle
PARTICULATE FILTER
REGENERATION REQUIRED
STATUS
234. COMPOSITE EXTERIOR SUN
VISOR
235. 63X14 INCH TINTED REAR ✓
WINDOW
236. TINTED DOOR GLASS LH AND
RH WITH TINTED OPERATING V
WING WINDOWS
237. RH AND LH ELECTRIC
POWERED WINDOWS, V
PASSENGER SWITCHES ON
DOOR(S)
238. 1-PIECE SOLAR GREEN GLASS
WINDSHIELD ✓
239. 2 GALLON WINDSHIELD
WASHER RESERVOIR WITH ✓
FLUID LEVEL INDICATOR,
FRAME MOUNTED
239. Cab Interior: Yes No Comment(s)
240. OPAL GRAY VINYL INTERIOR V
241. MOLDED PLASTIC DOOR
PANEL WITHOUT VINYL
INSERT WITH ALUMINUM ✓ Molded plastic door panel
KICKPLATE LOWER DOOR
-242. BLACK MATS WITH SINGLE ✓
INSULATION
243. FORWARD ROOF MOUNTED
CONSOLE WITH UPPER V
STORAGE COMPARTMENTS
WITHOUT NETTING
244. IN DASH STORAGE BIN V
245. (2)CUP HOLDERS LH AND RH ✓
DASH
246, GRAY/CHARCOAL FLAT DASH V
247. SMART SWITCH EXPANSION
MODULE
248. 5 LB.FIRE EXTINGUISHER ✓
249. HEATER,DEFROSTER AND AIR
CONDITIONER ✓
250. STANDARD HVAC DUCTING V
251. MAIN HVAC CONTROLS WITH
RECIRCULATION SWITCH ✓
252. STANDARD PLUMBING WITH ✓
SHUTOFF VALVES
254. Cab Interior: (continued) Yes No Comment(s)
13
ThckbHFx11;io`if. 1
u► 6662.
Richmond Sanitary District
Cardboard Recycle Trash Truck Bid Specification
Page 14 of 17
VALEO HEAVY DUTY NC
REFRIGERANT COMPRESSOR
254. BINARY CONTROL, R-134A V
255. PREMIUM INSULATION V
256. SOLID-STATE CIRCUIT ✓
PROTECTION AND FUSES
257. 12V NEGATIVE GROUND ✓
ELECTRICAL SYSTEM
258. DOME LIGHT WITH 3-WAY V
SWITCH ACTIVATED BY LH
AND RH DOORS
259. LH AND RH ELECTRIC DOOR ✓
LOCKS
260. (1)12V POWER SUPPLY(1)
DUAL 2.1 AMP USB CHARGER V
IN DASH
261. TRIANGULAR REFLECTORS ✓
WITHOUT FLARES
262. BASIC HIGH BACK AIR
SUSPENSION DRIVER SEAT
WITH MECHANICAL LUMBAR V
AND INTEGRATED CUSHION
EXTENSION
263. BASIC HIGH BACK STANDARD
SUSPENSION PASSENGER V
SEAT WITH MECHANICAL
LUMBAR AND INTEGRATED
CUSHION EXTENSION
264. DUAL DRIVER AND ✓
PASSENGER SEAT ARMRESTS
265. LH AND RH INTEGRAL DOOR ✓
PANEL ARMRESTS
266. GRAY CORDURA PLUS CLOTH V Black cordura
DRIVER SEAT COVER
267. GRAY CORDURA PLUS CLOTH ✓ Black cordura
PASSENGER SEAT COVER
268. BLACK SEAT BELTS V
269. FIXED STEERING COLUMN V Exceeds:Adjustable Steering Column
270. 4-SPOKE 18 INCH(450MM) ✓
STEERING WHEEL
271. DRIVER AND PASSENGER ✓
INTERIOR SUN VISORS
273. Instruments and Controls
Yes No Comment{s)
274. GRAY DRIVER INSTRUMENT V
PANEL
275. GRAY CENTER INSTRUMENT ✓
PANEL
276. ENGINE REMOTE INTERFACE V Engine remote interface with park-brake
WITHOUT INTERLOCKS interlock
277. BLACK GAUGE BEZELS V
14
2Z. 62
Richmond Sanitary District
Cardboard Recycle Trash Truck Bid Specification
Page 15 of 17
LOW AIR PRESSURE
INDICATOR LIGHT AND V
AUDIBLE ALARM
279. 2 INCH PRIMARY AND
SECONDARY AIR PRESSURE V
GAUGES
280. INTAKE MOUNTED AIR
RESTRICTION INDICATOR V
WITH GRADUATIONS
281. 97 DB BACKUP ALARM V
282. ELECTRONIC CRUISE
CONTROL WITH SWITCHES IN V
LH SWITCH PANEL
283. KEY OPERATED IGNITION
SWITCH AND INTEGRAL
START POSITION;4 POSITION V
OFF/RUN/START/ACCESSORY
284. ICU3S, 132X48 DISPLAY WITH
DIAGNOSTICS,28 LED V
WARNING LAMPS AND DATA
LINKED
285. (1)HEAVY DUTY ONBOARD •
DIAGNOSTICS INTERFACE
CONNECTOR LOCATED V
BELOW LH DASH AND(1)SAE
J1939 DIAGNOSTIC
INTERFACE CONNECTOR
LOCATED CENTER OF DASH
286. 2 INCH ELECTRIC FUEL
GAUGE
287. ENGINE REMOTE INTERFACE V
WITH MULTIPLE SET SPEEDS
288. ENGINE REMOTE INTERFACE
CONNECTOR IN CAB BETWEEN DRIVER AND Connector at back of cab
PASSENGER SEATS
289. TMC RP170 INTERFACE
CONNECTOR
290. ELECTRICAL ENGINE
COOLANT TEMPERATURE
GAUGE
291. 2 INCH TRANSMISSION OIL V
TEMPERATURE GAUGE
292. ENGINE AND TRIP HOUR
METERS INTEGRAL WITHIN V
DRIVER DISPLAY
293. INSTALLED CUSTOMER FURNISHED V
294. ELECTRIC ENGINE OIL ✓
PRESSURE GAUGE
295. AM/FMIWB WORLD TUNER
RADIO WITH BLUETOOTH AND ✓
USB AND AUXILIARY INPUTS
J1939
296. DASH MOUNTED RADIO V
15
16
7_3 L3r2,-
Richmond Sanitary District
Cardboard Recycle Trash Truck Bid Specification
Page 16 of 17
(2)RADIO SPEAKERS IN CAB V
298. AM/FMLL SIDE MIRRORUNTED ✓ Mounted on forward LH roof
299. ELECTRONIC MPH
SPEEDOMETER WITH V
SECONDARY KPH SCALE,
WITHOUT ODOMETER
300. STANDARD VEHICLE SPEED
SENSOR
301. ELECTRONIC 3000 RPM
TACHOMETER
302. IGNITION SWITCH V
CONTROLLED ENGINE STOP
303. PRE-TRIP LAMP INSPECTION,
ALL OUTPUTS FLASH,WITH
SMART SWITCH
304. DIGITAL VOLTAGE DISPLAY V
INTEGRAL WITH DRIVER
DISPLAY
305. SINGLE ELECTRIC
WINDSHIELD WIPER MOTOR V
WITH DELAY
306. MARKER LIGHT SWITCH
INTEGRAL WITH HEADLIGHT
SWITCH
307. ALTERNATING FLASHING
HEADLAMP SYSTEM WITH ✓
BODY BUILDER CONTROLLED
ENGAGEMENT
308. ONE VALVE PARKING BRAKE
SYSTEM WITH WARNING V
INDICATOR
309. SELF CANCELING TURN
SIGNAL SWITCH WITH J
DIMMER,WASHER/WIPER AND
HAZARD IN HANDLE
310. INTEGRAL ELECTRONIC TURN
SIGNAL FLASHER WITH V
HAZARD LAMPS OVERRIDING
STOP LAMPS
16
_
Richmond Sanitary District !;
r,)( g
b� Cardboard Recycle Trash Truck Bid Specification
Page 17 of 17
311. Design/Color: 'Yes No Comment(s)
312. PAINT: .WHITE
313. BLACK HIGH SOLIDS
POLYURETHANE CHASSIS V
PAINT
314. SUNVISOR PAINTED SAME AS
CAB COLOR
315. STANDARD E-
COAT/UNDERCOATING
312. Certification/Compliance, Yes No Comment(s)
313. US FMVSS CERTIFICATION V
314. CORPORATE PDI CENTER IN-
SERVICE ONLY
315. CALCULATED EFFECTIVE
BACK OF CAB TO REAR V 165.7 in
SUSPENSION C/L 187.36 IN
316. CALCULATED SPACE
AVAILABLE FOR DECKPLATE: V 162.45 in
190.45 IN
Instructions to Bidder--Any item that is marked "NO" please give explanation on
a separate sheet of paper.
•
17
? ,
CITY OF RICHMoND,INDIANA SANITARY DISTRICT Richmond Sanitary District
/5 b?._ Automizer Right-Hand Cardboard Recycle Trash Truck
Bid Specification Sheet
BODY SPECIFICATION: YES NO COMMENTS
1-Body capacity
The body has a rounded shape enhancing J
resistance to deformation,durability and
better legal payload.
The minimum capacity of the body. V22 cu. yd.
24 cu.yd J
The maximum capacity of the body. 27 cu yd
Hopper capacity Is(please specify) V 6 cubic yards
Total capacity of the body including hopper. J 26 cubic yards
2-Body dimensions
The body Is rounded for better resistance V
The body is tapered(walls and roof)to
facilitate the unloading of the material
and to increase compaction ratio.
Overall body length,Including hopper and
tailgate Is: 318 in V — 237"
Overall body height above frame Is:
103 in _ V 108"
The outside body width is not to exceed:
1021n ‘,L —
Inside body width at front Is:
78 in ✓ —
Inside body width at rear Is:
871n V —
Width tapering is:
91n V —
Inside body height at front Is:
89In V —
Inside body height at rear Is:
92,5 in V —
Height tapering Is:
3,5 in V _
3-Body floor construction
Body floor Is curved for better resistance V
to deformation
The body floor is made of abrasion
resistant steel.
Body floor steel grade is:
Hardox 450 V _
Body floor thickness is:
0,157 in V _ EXCEEDS: 1.88"
Body floor yield strength is:
175 000 psi V _
Long sills are made from: HSS
TUBING V _
Long sills dimensions is:
6X2X318 in V _ EXCEEDS: 8 x 3 x 1/4"
Long sills steel grade is: A-500 Grade
C V —
Long sills yield strength is:
50 000 psi NL —
Nomber of sills under floor is:
2 yZ —
4-Body walls construction YES NO COMMENTS
Body side wails are rounded and smooth, Side walls are 2 piece with 2"
improving resistance and lightness.They overlapped seams.
are in one piece,full length of the body to ✓
reduce welding seams.
Body windows are installed on the front wall
of the body,to indicate when body Is full. — V. N/A with Crusher Panel Option
Body windows(2)dimensions are: 5 x4 in V N/A with Crusher Panel Option
Upper wall corner is rounded for better
resistance to compression and stress V —
Pagel of11
_FAir» la '[ 6 i
Z/ 6� CITY OF RICHMOND,INDIANA SANITARY DISTRICT Richmond Sanitary District 1
'4' 45' Automizer Right-Hand Cardboard Recycle Trash Truck
Bid Specification Sheet
4-Body walls construction(continued). YES NO COMMENTS
A1011
Lower body side walls steel grade is: HSLAS-F GR V — EXCEEDS:AR450
80
Lower body side walls thickness is;
10ga NL _
Lower body side walls yield strength is:
80 000 psi ✓ _ EXCEEDS: 175,000 psi
Upper body side wails steel grade is: A1011
HSLAS F GR _ EXCEEDS: AR450
80
Upper body side wails thickness is:
12 ga NZ_ _ EXCEEDS: 10 ga
Upper body side walls yield strength Is:
80 000 psi ' . _ EXCEEDS: 175.000 psi
Font wall steel grade Is: A1011
HSLAS-F GR — EXCEEDS:AR450
80
Font wall thickness is: V
12 ga _ EXCEEDS: 10 ga
Font wall yield strength is:
80 000 psi ✓_ _ EXCEEDS: 175,000 psi
5-Body roof construction YES NO COMMENTS
Body roof is rounded and made of high yield
steel for maximum resistance to stress
Roof steel grade is: A1011
HSLAS-F GR V. —
80
Roof thickness is:
12 ga V. _ EXCEEDS: 10 ga
Roof yield strength is:
80 000 psi V.
6-Hopper dimensions and construction
The hopper floor is made of abrasion
resistant steel.
Hopper depth is:
23In ✓ _
Hopper length is:
76In V —
Hopper width is:
651/2 in V —
Hopper height,at front,from bottom to
canopy Is: 78 in V _ •
Hopper height,at rear from bottom to canopy
Is: 81 In ✓ _
Hopper floor steel grade Is:
Hardox 450 ✓ —
Hopper floor thickness is:
1/4in V _
Hopper floor yield strength is:
175 000 psi V _
Hopper lower side walls steel grade is: Hardox 450
in `L —
Hopper lower side walls thickness Is;
1/4 N.L _
Hopper lower side walls yield strength is:
175 000 psi V _
The hopper upper left wall thickness is:
toga V _ EXCEEDS: 1/4"
The hopper upper right wall thickness is:
toga V — EXCEEDS: 1/4"
6-Hopper dimensions and construction YES NO COMMENT(S)
(continued)
The hopper walls upper part steel grade is: ASTM
A1011 CS V _ EXCEEDS:AR450
A hinged door is installed to allow
operator's access to the hopper on ✓
curbside.
Door on street side not accepted V
Page2 of 11
- --)(h i (0)f-- B ,
2`7 "`""" 62 CITY OFRICHMOND,INDIANA SANITARY DISTRICT Richmond Sanitary District
((lV J Automizer Right-Hand Cardboard Recycle Trash Truck
Bid Specification Sheet
6-Hopper dimensions and construction YES NO COMMENT(S):
(continued).
Door is held open or close with manual locks. ✓
The hopper access door thickness Is:
10 ga ✓ _-.
The hopper access door steel grade is: ASTM
A1011 CS %.Z —
The hopper access door dimensions:
23x47in ,L —
Canopy steel grade is:
A1011 CS —
Canopy steel thickness Is:
12 ga — �/
Hopper front wall steel grade is:
A1011 CS ✓ _
Steel thickness of hopper front wall is:
14 ga ✓ — EXCEEDS: 10 qa
The hopper sump boxvolume is:
30 gat ,,L —.
The hopper sump box dimensions are: 14 X 6 X 80
in —
Sump boxes doors dimensions are:
15X9in V —
Floating panel steel grade is:
A1011CS V —
Floating panel thickness Is:
10ga ✓
Floating panel yield strength is: ✓
80 000 psi V —
Floating panel dimensions are:
61 x 30 in V _
Breaker bar steel grade Is:
50W V _
Breaker bar thickness is: •
3/8 in V ._ EXCEEDS: 1/2"
Breaker bar yield strength is:
50 000 psi V —
Breaker bar dimensions are:
06x65in ,L _
Length from packer face to breaker bar Is:
45 In V —
7-Rear tailgate YES NO COMMENT(S):
_ • The rear tailgate is operated by 2 hydraulic
cylinders. V —
The rear tailgate is equipped with automatic
hydraulic locks and constant pressure system — —
to allow leakproof joint pressure system to
allow leakproof Joint V
Tailgate hydraulic line is equipped with flow
restrictor to prevent sudden descent. ✓ —
A channel mounted rubber seal Is installed
on the tailgate to prevent liquid leakage. V —
The tailgate pivots around a fixed point
preventing seal damage and friction against — J Sliding hinge design for fewer wear parts
body
A cab mounted audible alarm is provided to
indicate when the tailgate is unlocked. V —
A manual tailgate control recessed within a
guard Is installed In the cab to prevent aL —
accidental activation.
Tailgate steel grade is: A1011
HSLAS-F GR aL _ EXCEEDS:AR450 Rear Skin
80
Tailgate skin thickness is: 12 ga V _ EXCEEDS: 10 qa
Tailgate yield strength is:
80 000 psi aL _ EXCEEDS: 80,000 psi Sides& 175,000 psi Sides
Tailgate hinge pin steel Is: Casting steel rOOfEXCEEDS: 1144 Stress
8630 V — Stressproof
3 of 11
,---'Xkibil" 13
Z (�� CITY OF RiCHMOND,INDIANA SANITARY DISTRICT Richmond Sanitary District
'� Automizer Right-Hand Cardboard Recycle Trash Truck {I
Bid Specification Sheet
7-Rear tailgate(continued): YES NO COMMENT(S):
Tailgate hinge pin surface treatment is:
Nitrided NZ —
Tailgate hinge pins diameter is: 11/4in V —
EXCEEDS: 1 1/2"
The number of cylinders operating the
tailgate is: 2 V —
Tailgate cylinder bore diameter is:
21/2In _. EXCEEDS: 3"
Tailgate cylinder rod diameter Is:
13/4 in V _ EXCEEDS:2"
Tailgate cylinder rod surface treatment Is: Chrome-
plated V —
Tailgate cylinder stroke is:
39 In — NZ 30"Stroke
Tailgate cycle time at idle is:
47 sec V —
Tailgate seal height is:
35in V —
Tailgate safety prop lenght is:
22 in V —
The tailgate opening angle Is not less than I
(above horizontal): 45 a V —
Tailgate Lenght:
481n V —
Tailgate top frame steel Is: A-500 Grade —
Tailgate top frame thickness Is:
3/16ln tL —
Tailgate bottom frame steel is: A-500.Grade —
Tailgate bottom frame thickness is:
1/4 in V —
Tailgate side frame steel Is: A-500 Grade
C V —
Tailgate side frame thickness is:
3/16 in V —
a-Packer YES NO COMMENTS
Packer Is operated by 2 single stage, V
double acting cylinders.
One complete set of packer controls located
in cab Is provided. V —
Packer controls consist of start,retract and
emergency stop. V —
Emergency red button is provided to stop
packer ram movement at any time. V —
Control buttons are industrial type,color
coded and weather resistant NZ —
Pressure on garbage is(single axle chassis):
N/A psi NZ —
Pressure on garbage Is(single axle with tag
and tandem): 42 psi V —
The packer is guided by 2 rails made of steel
grade: Hardox 500 N,Z —
Rail wear plates thickness Is:
1141n `L —
Rail wear plates yield strength Is:
190 000 psi V .__.
Rail dimensions are:
3%x2 3/16 in V —
Packer underside wear shoes steel grade is:
Hardox 450 V —
Packer underside wear shoes thickness Is:
3/8 In V —
Packer underside wear plates yield strength
is: 175 000 psi _.
Packer topside wear shoes steel grade is:
Hardox 450 V —
Packer topside wear shoes thickness is:
1/2 in V —
Page 4 of 11
2-9 66 (2, CITY OF RICHMOND,INDIANA SANITARY DISTRICT Richmond Sanitary District
Automizer Right-Hand Cardboard Recycle Trash Truck !
Bid Specification Sheet
8-Packer(continued) YES NO COMMENTS
Packer topside wear plates yield strength Is:
175 000 psi V _.
Packer cylinders rods are: Chrome-
plated NZ —
Cylinder bore diameter Is: 4In V —
EXCEEDS:41/2"
Cylinder rod diameter Is: EXCEEDS: 3"
2'/=in 1L
Cylinder stroke is: 40 in NZ _ EXCEEDS:43"
Cylinders force Is(single axle chassis): N/A lbf
Cylinders force is(single axle with tag and
tandem): 75 4001131 V _
Packer force on garbage is(single axle
chassis): N/A lbf r,( —
Packerforce on garbage is(single axle with
tag and tandem): 66 750 lbf V _
Maximum compaction of refuse is(single
axle chassis): N/A Ibs/cu.yd s,L _
Maximum compaction of refuse is(single
axle with tag and tandem): 850 Ibs/cu.yd V _
inside width of packing ram is:
641/21n yL —
Inside heigth of packing ram is:
24In V —
Packing ram stroke is: 52 In V _ EXCEEDS: 55"
Packing ram top steel grade is: 100QT V _ EXCEEDS:AR450
Packing ram top thickness is:
1/4 in NZ —
Packing ram top yield strength is: 100000 psi NZ. EXCEEDS: 175,000 psi
Packing face plate steel grade Is: 100QT EXCEEDS:AR450
—
Packing face plate thickness is:
1/41n V —
Packing face plate yield strength Is:
100 000 psi V _ EXCEEDS: 175.000 psi
Packing ram swept volume is: T-
1,75 cu.yd L —
Penetration of the ram Into body is: 6 in NZ — EXCEEDS: 8.5"
Packer ram cycle time without regeneration 12 sec @
Is: 1200 rpm V. —
Packer length(including follower panels) 55In V —
EXCEEDS: 58"
Packer cylinder pins steel is: Casting steel• 8s3o V — EXCEEDS: HR1045
Packer cylinder pins surface treatment is:
Nitrided NZ —
Packer cylinder pins diameter is:
13/41n V _ EXCEEDS:2"
Packer cylinder pins are easily greasable.
V —
Follower panels steel grade is:
AR200 _ V GR 80
Follower panels thickness is:
3/1s in NZ _ EXCEEDS: 1/4"
Follower panel yield strength Is:
70 000 psi V _ EXCEEDS: 80,000 psi
Following panel dimensions are: 1613/16 x
57 In V —
Afloating UHMW packer scraper keeps
debris inside the compaction zone.
UHMW scraper dimensions are:
3 x 55 in V —
UHMW scraper thickness Is:
3/4 in V —
Page 5 of 11
�n CITY OF RICHMOND,INDIANA SANITARY DISTRICT Richmond Sanitary District
30 AutomizerRight-Hand Cardboard Recycle Trash Truck
v Sid Specification Sheet
9.Hydraulic system YES NO COMMENTS
The hydraulic system Is designed to allow easy ✓
maintenance
Hydraulic system is composed of a double V
Denison vane pump,one section for the body
functions and one for the arm. Pumps have a
common suction part.
Pumps have a common suction port. V
The hydraulic pressure body line shall be ✓ Flow back to pump inlet over 31 GPM
equipped with a Denison relief valve 125P.a
Denison vent valve W01 with a 12 volts DC in line
mounted solenoid to divert the flow back 10 tank
When pump is not engaged,and a flow control
block for system protection.
The hydraulic pressure arm line shall be equipped V
with a Denison relief valve RSP,a Denison vent
valve V1/01 with a 12 volts DC In line mounted
solenoid to divert the flow back to the suction pod
when pump Is not engaged,and a flow control
block for system protection.
The hydraulic tank Is pressurized for pump ✓ Not available on quick delivery vehicle
protection(Except saddle tank)
The hydraulic tank is equipped with magnetic drain V
plug,oil level and temperature gauge and sisal-off
ball valve on suction line.
gauge and shut-off ball valve on suction line. V
The hydraulic lank has an Inspection and clean V
out cover.
Return line filler is tank mounted style V
Return titer has a bypass valve and a differential V
pressure gauge.
100 mesh suction strainer Is Installed inside tank V
Hydraulic steel tubing is Used where flexibility is V
not needed.
All hydraulic steel tubes are zinc plated to prevent ✓
corrosion.
All tubes are securely clamped to prevent
vibration,abrasion and excessive noise
All hoses are double braided minimum,high burst V
rated and abrasion resistant
All hydraulic hoses meet SAE standards ✓
All hose bending radius respect manufacturer's V
requirements
Hydraulic system operates al acceptable V
temperature without external cooler
Quick disconnect fittings are provided so that a V
pressure gauge can be easily connected without
using tools or hydraulic fittings removal.
Body functions pump flow Is: 20 gpm @700 V 30 gpm @ 700
rpm
Arm functions pump flow Is: 16 gpm @ V 22 gpm @ 700
700 rpm
Hydraulic system pressure relief valve for the body
is(single axle chassis): N/A psi ✓
Hydraulic system pressure relief valve(or the body
Is(single axle with lag and tandem): �[ _
3000 psi
Hydraulic system pressure relief valve for the arm
is: 2000 psi ✓ _
Hydraulic tank capacity is:
84 gal ✓ _
Maximum quantity of oil In hydraulic tank is:
68 gal
Page 6 of 11
TXkci
l3
1
31 b6 (02__ CITY OF RICHMOND,INDIANA SANITARY DISTRICT Richmond Sanitary District
Automizer Right-Hand Cardboard Recycle Trash Truck
aid Specification Sheet
9-Hydraulic system(continued): YES NO COMMENT(S):
Hydraulic tank is battled. ✓
Hydraulic tank is pressurized at:
5 psi ✓ Not available on quick delivery vehicle
The return line filter capacity is: V
150 gpm
Nominal filtration rating is:
5 micron V 10 micron
The suction line slrainercapecily is:
100 gpm V
Suction line strainer size Is;
100 mesh V
Seta filtration ratio per ISO 15889 is: Bele
0 ✓ EXCEEDS: Beta Ratio 10<1000
The return line filler derivation valve cracking
pressure is: 40 psi V
Hydraulic pump driving shaft is: HD spicer
(1310) V
10-Cart lifting mechanism"RIGHT- YES NO COMMENT(S):
HAND HD"32to95 pal(Optionai) Arm mounted to chassis frame to reduce hydraulic
Arm Is attached under body to minimize chassis stress ✓ hose&body twisting when body raises to dump.
chassis valveismovntedonbodyslde,noton
✓ Arm valve mounted on chassis frame to reduce
Arm has Integrated counterbalance valves In all additional hydraulic hose.
cylinders to eliminate potential drift V
Extension cylinders have integrated hydraulic
cushioning(adjustable on extension,extension, V
non-adjustable on retraction)
Lift function uses electronic cushioning for smooth
action and low cab rocking V
Joystick-manual triggers that internally utilize V
contactiess technology for better reliability
Ming arms are linked together by keyless V
bushings.
Joystick has a deadman switch for additional
safety. V
Extension rails are activated by 2 cylinders.
Extension rails cylinders are cievis mounted. ✓ ✓ Extension cylinders are spherical bearing mounted.
Two leveling rods allow srflooth displacemement
and rotation above hopper. V
Leveling rods have spherical bushing at both ends ✓
for better durability.
Leveling rads are adjustable in lenghl to modify
grabber angle. V Not required
Grabbers ringers are controlled by two by design
synchronized hydraulic cylinders and shall use
high friction rubber replaceable blocks to enable `/
loading of a wide range of wheeled carts:
Grabber has an automatic closing function when V
dumping to prevent cart slipping and collision with
hopper.
The'auto-closing system"is activated by a limit V
switch located on the side of the arm.
Arm has a limit switch for hopper/side cameras
automatic switching. ✓
Arm and grabber ere powder coated safety yellow. V
Arm C-rail extension steel is: ✓
44W
Arm C-rail extension yield strength is: 44000 psi VEXCEEDS: 60,900 psi
Arm I-rag extension steel is:
A572 GR 50 V
Arm I-rail extension yield strength is: 50000 psi ✓ EXCEEDS: 100,000 psi
—.
tl Page 7 of 11
i.
E.xtr,) b .1-- 8
3Z (02. CITY OF RICHMOND,INDIANA SANITARY DISTRICT Richmond Sanitary District
Automlzer Right-Hand Cardboard Recycle Trash Truck
Bid Specification Sheet
10-Cart lifting mechanism"RIGHT- YES NO COMMENT(S)•
HAND HD"32 to 95 qal(continued):
Arm lift frame yield strength is: 50000 psi _ EXCEEDS: 100,000 psi
Extension rails shall slide on heavy duty
bearings. NZ
Extension rails cylinders diameter is:
1,5 in ,,L EXCEEDS: 2"
Extension rails cylinders rod diameter is:
1 In V _ EXCEEDS: 1 1/4"
Extension rails cylinders stroke is: 5215/16In NZ _ EXCEEDS: 54"
Extension rails cylinders rod surface
treatment Is: Nltrided — V Chrome Rod Cylinder
Lifting cylinder diameter Is:
3 In NZ. —
Lifting cylinder rod diameter Is:
1,751n V —
Lifting cylinder stroke is:
15 3/4 in NZ- —
Lifting cylinder rod Is:
Niirided _ 4Chrome Rod Cylinder
Lifting chains type&lacing are:
Leaf,6x6 NZ —
Main arm shaft diameter is:
4in ' _
Inner tube wear pads are:
Nyloil NZ. —
Grabber cylinders diameter is:
1.5 in NZ —
Grabber cylinders rod diameter Is:
1 in NZ —
Grabber cylinders stroke Is:
6 3/8 in NZ —
Grabber cylinders rods are:
Nitrided — V— Chrome Rod Cylinder
Lifting device minimum bin size is:
32ga1 NZ —
Lifting device maximum bin size is:
95 gal NZ —
Maximum lifting capacity of arm at maximum
reach is: 1000 lbs NZ _.
Maximum lifting capacity of arm at minimum
reach is: 1000lbs ,pG ._
Overall Height Above Frame When Dumping
is: 113 in NZ —
Maximum horizontal reach(center of cart)is:
144 in NZ —
Minimum horizontal reach is:
Oln ,Z _
Arm swing out effect Is:
36In '4 —
Dump cycle time of arm at minimum reach is:
10seo '4 —
Dump cycle time of arm at maximum reach
is: 20 sec NZ —
Arm weight Is:
2310 lbs NZ _
Arm maximum operating pressure is:
2000 psi / . —
Grabber maximum operating pressure is:
1200 psi NZ _
Extension and lifting arm valves are: Electro-
Proportional NZ _
Grabber valves are: Electric
On/Off type N _.
Arm Is controled by: Electric
joystick N.I. —
Arm and cylinders warranty is: 1 year —
Exceeds: Cylinders 2 Years
Dumping angle is:
47 deg NZ —
Page 8 of 11
r v. h )(.... ).y....„
B
3 c6 b2-
CITY OF RICHMOND,INDIANA SANITARY DISTRICT
Richmond Sanitary District
Cardboard Recycle Trash Truck
Autornizer Right-Hand 1
Bid Specification Sheet
11-Body lifting mechanism YES NO COMMENT(S):
The body hoist cylinder is front mounted with
outer cover and lop ported V. —
One safety prop Is supplied to support the
body in the raised position. —
A light and audible alarm in cab are provided
to indicate when body is raised and remain V —
activated until it is not completely down.
Body is raised by one single acting front
mounted telescopic cylinder with: 4 sections V _
Telescopic cylinder rods surface treatment is: Salt bath
Nitrided V —
Cylinder stroke Is:
180 in V, _
Cylinder Lifting capacity is:
490001bs >1 —
Body cylinder bore diameter is:
6 1/16 in V — •
Body dump angle is:
45 deg V —
Body lifting cycle time is: 65 sec @
700 rpm V _
12-Crusher panel(Optional) YES NO COMMENT(S):
An optional crusher panel is installed on the
front wall of the body to V. —
optimize the compaction of the material and
to facilitate the V- _
transfer Into the body.
_
Hydraulic protection is supplied to prevent
dumping on top of the panel V —
Two rubber strips 2-3/8"wide are attached on
crusher panel sides to keep the material from —flying out J Not available on quick delivery vehicle
Crusher panel steel grade is:
5001 ,,L — GR 80
Crusher panel thickness is:
3/16 in N.Z — 10 gauge
Crusher panel dimensions are:
Crusher panel is operated by 1 cylinder. 52 x 36 In N.I —
Crusher panel cylinder rod is: Chrome-
plated V —
Crusher panel cylinder bore diameter is:
2 in V —
Crusher panel cylinder rod diameter is: 1/4�
11l21n —
Crusher panel cylinder stroke is:
141/2 in .V —
Crusher panel cylinder pins steel is: Cold-roll
Siressproof % —
Crusher panel cylinder pins surface treatment
is: Nitrided Al —
Crusher panel cylinder pins diameter:
1 in 41 —
Crusher panel cycle lime Is:
9 sec V —
13-Electrical/Pneumatic systems YES NO COMMENT(S):
All stop,directional,tail and clearance lights
are LED type,recessed mount and water V _
tight
All lights are FMVSS#108 compliant _ •
Rear lights are integrated to tailgate
structure. 1.1 —
Dual-Tone back-up alarm is provided. —
Limit switches are heavy duty,industrial type, EXCEEDS:Magnetic sensors for durability&ease of
Water tight with adjustable arm V — maintenance
All circuits are protected with resetlabie circuit breakers and wiring is color coded and V
—
Module programmed with solid state devices
numbered.
Page 9 of 11
r.,
kk5r13
3/-1-ct5 CITY OF RICHMOND,INDIANA SANITARY DISTRICT Riclunond Sanitary District 1
Automizer Right-Hand Cardboard Recycle Trash Truck i
Bid Specification Sheet
13-ElectricallPneumatic systems YES NO COMMENT(S):
(continued):
Wiring conforms to SAE J1128, V
Wiring connections are sealed with shrink
tube —
All wiring run in plastic loom. —
Electrical/Pneumatic valves are Installed in a
watertight box si —
All electric wires are run in side rub rails with Wiring underbody for easy access. Less wiring by
bolted access panels for easy access,no — V- design due to arm being mounted on chassis frame.
wiring under body
14-Controls caracteristics YES NO COMMENT(S):
Tailgate switch is: Electric V —
Body lift switch Is: Electric V _.
Pump switch is: Electric V —
Packer controls are: Electric
—
If the body hydraulic control valve is
pneumatic,electrical/pneumatic control
veiveswill transfer the signal from the cab J
control to the body hydraulic control valve.
15-Console standard characteristics YES NO COMMENT(S):
All body and arm functions are controlled via
a Canopen network V —
An LCD display with integrated diagnostic
functions is Installed In the cab NZ —
Real time operation assistance with
continuous system status on screen V —
All switches(except Packer controls)are
Illuminated. V —
16-Accessories YES NO COMMENT(S):
Mud flaps are supplied at front and rear of J
rear axle.
17-Painting YES NO COMMENT(S):
All parts are properly cleaned of all dirt,
grease and weld slag. V —
Body,hopper and arm are shot blasted with
steel beads — Nt Body etching is applied
One coat(0,002")of polyurethane primer
lmron Elite is applied on body V —
One finish coat(0,002")of polyurethane paint
lmron Elite is applied on body V —
Finish paint coat is baked..125°F-150°FV —
Arm Is powder coated,safety yellow
NZ —
18-Manuals YES NO COMMENT(S):
Parts,service and operator's manual are
supplied for the refuse packer. V —
19-Lubrication YES NO COMMENT(S):
All body hinges,cylinder rod ends,cylinder
base, —
trunnion and pivot points are supplied with
grease fittings. — —
20-Warranty YES NO COMMENT(S):
The body manufacturer is certified ISO
9001. — IL Not necessary
All internal inspection documents such as
intermediate inspection booklets made at the . —
body manufacturer are available and filed per
vehicle.
Length of warranty on defective parts will not
be less than: lyear NZ —
Length of warranty on hydraulic cylinders
and hoses will not be less than: -
1 year J EXCEEDS:2 Year Warranty on Cylinders
Page 10 of 11
36 ' (02_ CITY OF RICHMOND,INDIANA SANITARY DISTRICT Richmond Sanitary District
Automizer Right-Hand Cardboard Recycle Trash Truck
Bid Specification Sheet
Length of warranty on defective parts will not
be less than: 1 year a[ _
20-Warranty(continued): YES NO COMMENT(S):
Length of warranty on automated arm Is not
less than: 1 year V
The body manufacturer is certified ISO 9001. ✓ Not necessary
Manufacturer and welders are certified by the
Canadian Welding Bureau(CWB)and V Not necessary. Built in USA
conforms to the standards; — —
Welding procedure and materials are certified
by the Canadian Welding Bureau(CWB)and V Not necessary. Built in USA
conforms to the standards:
21-Options
Grabber Counting Device
Spill Shield
V — i
Auxiliary Arm Control located curbside of the
cab V —
Packer Control on the Joystick
NZ Not available on quick delivery vehicle
Hot Shift PTO
NZ —
Hydraulic Tank Heater
�L Not available on quick delivery vehicle
Body Controls to be Electric Over Hydraulic
Triple Work Lights
V —
AlternatinglFlashing 4"LED Lights Front and Provided on Rear.
Rear _. 1 Not available on Front of quick delivery vehicle.
6"Strobe Rear mounted
Not available on quick delivery vehicle
Multifunction LED Light Package
Triple Camera System
Anti-sail Mud Flaps on rear
N —
Central Grease Point-Follower Panel
Rollers,Pack Shoes/Rails NZ
Clean Out Tool Installed v'
20 lbs.Fire Extinguisher ✓ 10 lb Fire Extinguisher provided on quick delivery vehicle.
Ground Level Grease Point for Tailgate and
Hopper Door Hinges aL —
Hopper Floor Liner 114"Hardox 450 v'
Retainer Teeth in Hopper
Instructions to Bidder—Any Item that Is
marked"NO"please give explanation on a •
separate sheet of paper.
Page 11 of 11
In
X
Prepared for: r Prepared by:
SCRANTON MFG CO INC BB ' 6 lQ A j Mccaffrey
101 STATE ST I-STATE TRUCK CENTER
SCRANTON,IA 51462 4801 HARBOR DRIVE
Phone:712-652-3396 SIOUX CITY,IA 51111
Phone:712 252 2714
E-Mail:
Aj.McCaffrey@istatetruck.com
SPECIFICATION PROPOSAL
Weight Weight
Description Front Rear
Puce Level
M2 PRL-23M(EFF:01/21/20)
1,Data£Verslon
SPECPRO21 DATA RELEASE VER 005
r-Vel:710W:6--"I:1:46-7-1614-114-0777:7--HL
M2 106 CONVENTIONAL CHASSIS 5,709 3,503
2022 MODEL YEAR SPECIFIED
SET BACK AXLE-TRUCK
STRAIGHT TRUCK PROVISION
LH PRIMARY STEERING LOCATION AND PREP
FOR CUSTOMER SUPPLIED RH SIT-DOWN
SECONDARY STEERING LOCATION WITH DUAL
INSTRUMENT CLUSTER
TRUCK CONFIGURATION
DOMICILED,USA 50 STATES(INCLUDING
CALIFORNIA AND GARB OPT-IN STATES)
REFUSE SERVICE
SANITATION BUSINESS SEGMENT
MOIST BULK COMMODITY
TERRAIN/DUTY:100%(ALL)OF THE TIME,IN
TRANSIT,IS SPENT ON PAVED ROADS
MAXIMUM 8%EXPECTED GRADE
SMOOTH CONCRETE OR ASPHALT PAVEMENT-
MOST SEVERE IN-TRANSIT(BETWEEN SITES)
ROAD SURFACE
MEDIUM TRUCK WARRANTY
EXPECTED FRONT AXLE(S)LOAD: 18000.0 lbs
EXPECTED REAR DRIVE AXLE(S)LOAD:
30000.0lbs
EXPECTED GROSS VEHICLE WEIGHT CAPACITY
: 48000.0 lbs
Application Version 11.4.009 ® 03/04/2021 4:39 PM
Data Version PRL-23M.005
2022 L9 350 20yd Automated 18K 30K Page 1 of 25
STKK
FX ( 10)
Prepared for: Prepared by:
SCRANTON MFG CO INC BB �j� O 6 Z. Al Mccaffrey
101 STATE ST ✓✓ I-STATE TRUCK CENTER
SCRANTON,IA 51462 4801 HARBOR DRIVE
Phone:712-652-3396 SIOUX CITY,IA 51111
Phone:712-252-2714
E-Mail:
AJ.McCaffrey@istatetruck.com
Weight Weight
Description Front Rear
Truck$ervtce
REFUSE,SIDE LOAD OR REAR PACKER BODY-
UNLOADS IN A LANDFILL
SCRANTON MANUFACTURING/NEW WAY
EXPECTED BODY/PAYLOAD CG HEIGHT ABOVE
FRAME"XX"INCHES: 32.0 in
•
•
LEngtne
CUM L9 350 HP @ 2200 RPM,2200 GOV RPM, 640 30
1050 LB-FT @ 1200 RPM,REFUSE
['Electronic Parameters • -
75 MPH ROAD SPEED LIMIT
CRUISE CONTROL SPEED LIMIT SAME AS ROAD
SPEED LIMIT
PTO MODE ENGINE RPM LIMIT-1400 RPM
PTO MODE BRAKE OVERRIDE-SERVICE
BRAKE APPLIED
PTO RPM WITH CRUISE SET SWITCH-1200
RPM
PTO RPM WITH CRUISE RESUME SWITCH-1400
RPM
PTO MODE CANCEL VEHICLE SPEED-5 MPH
PTO GOVERNOR RAMP RATE-1000 RPM PER
SECOND
TWO REMOTE PTO SPEEDS
PTO SPEED 1 SETTING-1200 RPM
PTO SPEED 2 SETTING-1300 RPM
PTO MINIMUM RPM-700
• REGEN INHIBIT SPEED THRESHOLD-5 MPH
[`Engine Egwpment
2016 ONBOARD DIAGNOSTICS/2010
EPA/CARB/GHG21 CONFIGURATION
2008 GARB EMISSION CERTIFICATION-CLEAN
IDLE(INCLUDES 6X4 INCH LABEL ON LOWER
FORWARD CORNER OF DRIVER DOOR)
STANDARD OIL PAN
ENGINE MOUNTED OIL CHECK AND FILL
SIDE OF HOOD AIR INTAKE WITH FIREWALL
MOUNTED DONALDSON AIR CLEANER
DR 12V 160 AMP 28-SI QUADRAMOUNT PAD
ALTERNATOR WITH REMOTE BATTERY VOLT
SENSE
Application Version 11.4.009 m 03/04/2021 4:39 PM
Data Version PAL-23M.005
2022 L9 350 20yd Automated 18K 30K Page 2 of 25
STKK
EiA 11b) ...H3
Prepared f or: Prepared by:
SCRANTON MFG CO INC BB 3 Q L2- Aj McCaffrey
101 STATE ST QQ I-STATE TRUCK CENTER
SCRANTON,IA 51462 4801 HARBOR DRIVE
Phone:712-652-3396 SIOUX CITY,IA 51111
Phone:712-252-2714
E-Mail:
Aj.McCaffrey@istatetruck.com
Weight Weight
Description Front Rear
(2)DTNA GENUINE,FLOODED STARTING,MIN 10
2000CCA,370RC,THREADED STUD BATTERIES
BATTERY BOX FRAME MOUNTED
STANDARD BATTERY JUMPERS
SINGLE BATTERY BOX FRAME MOUNTED LH
SIDE UNDER CAB
WIRE GROUND RETURN FOR BATTERY CABLES
WITH ADDITIONAL FRAME GROUND RETURN
NON-POLISHED BATTERY BOX COVER
CAB AUXILIARY POWER CABLE 5
POSITIVE LOAD DISCONNECT WITH CAB 8
MOUNTED CONTROL SWITCH MOUNTED
OUTBOARD DRIVER SEAT
POSITIVE AND NEGATIVE POSTS FOR 2
JUMPSTART LOCATED ON FRAME NEXT TO
STARTER
CUMMINS TURBOCHARGED 18.7 CFM AIR
COMPRESSOR WITH INTERNAL SAFETY VALVE
STANDARD MECHANICAL AIR COMPRESSOR
GOVERNOR
• AIR COMPRESSOR DISCHARGE LINE
ELECTRONIC ENGINE INTEGRAL SHUTDOWN
PROTECTION SYSTEM
CUMMINS ENGINE INTEGRAL BRAKE WITH 20
VARIABLE GEOMETRY TURBO ON/OFF
RH OUTBOARD UNDER STEP MOUNTED 30 25
HORIZONTAL AFTERTREATMENT SYSTEM
ASSEMBLY WITH RH B-PILLAR MOUNTED
VERTICAL TAILPIPE
ENGINE AFTERTREATMENT DEVICE,
AUTOMATIC OVER THE ROAD REGENERATION
AND DASH MOUNTED REGENERATION
REQUEST SWITCH
11 FOOT 06 INCH(138 INCH+0/-5.9 INCH)
EXHAUST SYSTEM HEIGHT
STANDARD CURVE BRIGHT UPPER STACK(S)
RH CURVED VERTICAL TAILPIPE B-PILLAR
MOUNTED ROUTED FROM STEP
13 GALLON DIESEL EXHAUST FLUID TANK 35 10
100 PERCENT DIESEL EXHAUST FLUID FILL
POLISHED ALUMINUM DIAMOND PLATE DIESEL 15 5
EXHAUST FLUID TANK COVER
LH MEDIUM DUTY STANDARD DIESEL EXHAUST
FLUID TANK LOCATION
Application Version 11.4.009 CCEZEragij 03/04/2021 4:39 PM
Data Version PRL-23M.005 •
2022 L9 350 20yd Automated 18K 30K Page 3 of 25 •
STKK
Fxk
Prepared for: //,q�� Prepared by:
SC101RANTON STA E ST1FG CO INC BB 39 � lfJ Al Mccaffrey
I-STATE TRUCK CENTER
SCRANTON,IA 51462 4801 HARBOR DRIVE
Phone:712-652-3396 SIOUX CITY,IA 51111
Phone:712-252-2714
E-Mail:
Aj.McCaffrey@istatetruck.com
Weight Weight
Description Front Rear
STANDARD DIESEL EXHAUST FLUID PUMP
MOUNTING
STANDARD DIESEL EXHAUST FLUID TANK CAP
STAINLESS STEEL AFTERTREATMENT
DEVICE/MUFFLER/TAILPIPE SHIELD
HORTON DRIVEMASTER ADVANTAGE ON/OFF
FAN DRIVE
AUTOMATIC FAN CONTROL WITHOUT DASH
SWITCH,NON ENGINE MOUNTED
CUMMINS SPIN ON FUEL FILTER
COMBINATION FULL FLOW/BYPASS OIL FILTER
1100 SQUARE INCH ALUMINUM RADIATOR 70
ANTIFREEZE TO-34F,OAT(NITRITE AND
SILICATE FREE)EXTENDED LIFE COOLANT
GATES BLUE STRIPE COOLANT HOSES OR
EQUIVALENT
CONSTANT TENSION HOSE CLAMPS FOR
COOLANT HOSES
COOLANT FILL/EVACUATION QUICK CONNECT 1
LOWER RADIATOR GUARD
PHILLIPS-TEMRO 1000 WATT/115 VOLT BLOCK 4
HEATER
CHROME ENGINE HEATER RECEPTACLE
MOUNTED UNDER LH DOOR WITH CURRENT
SENSOR LIGHT
ALUMINUM FLYWHEEL HOUSING
ELECTRIC GRID AIR INTAKE WARMER
DELCO 12V 38MT HD STARTER WITH
INTEGRATED MAGNETIC SWITCH
Transmission .
ALLISON 3000 RDS AUTOMATIC TRANSMISSION 200 60
WITH PTO PROVISION
Transmission Equipment
ALLISON VOCATIONAL PACKAGE 170-
AVAILABLE ON 3000/4000 PRODUCT FAMILIES
WITH VOCATIONAL MODEL RDS AND EVS
ALLISON VOCATIONAL RATING FOR REFUSE
APPLICATIONS AVAILABLE WITH ALL PRODUCT
FAMILIES
PRIMARY MODE GEARS,LOWEST GEAR 1,
START GEAR 1,HIGHEST GEAR 6,AVAILABLE
FOR 3000/4000 PRODUCT FAMILIES ONLY
Application Version 11.4.009 ® 03/04/2021 4:39 PM
Data Version PRL-23M.005 CC D
2022 L9 350 20yd Automated 18K 30K Page 4 of 25
STKK
Rhiby1- 5
Prepared for: Prepared by:
SCRANTON MFG CO INC BB 40 ob ' Aj Mccaffrey
101 STATE ST I-STATE TRUCK CENTER
SCRANTON,IA 51462 4801 HARBOR DRIVE
Phone:712-652-3396 SIOUX CITY,IA 51111
Phone:712-252-2714
E-Mail:
Aj.McCaffrey@istatetruck.com
Weight Weight
Description Front Rear
SECONDARY MODE GEARS,LOWEST GEAR 1,
START GEAR 1,HIGHEST GEAR 6,AVAILABLE
FOR 3000/4000 PRODUCT FAMILIES ONLY
Si PERFORMANCE PRIMARY SHIFT SCHEDULE,
AVAILABLE FOR 3000/4000 PRODUCT FAMILIES
ONLY
S1 PERFORMANCE SECONDARY SHIFT
SCHEDULE,AVAILABLE FOR 3000/4000
PRODUCT FAMILIES ONLY
1600 RPM PRIMARY MODE SHIFT SPEED
1600 RPM SECONDARY MODE SHIFT SPEED
ENGINE BRAKE RANGE PRESELECT
RECOMMENDED BY DTNA AND ALLISON,THIS
DEFINED BY ENGINE AND VOCATIONAL USAGE
ENGINE BRAKE RANGE ALTERNATE
PRESELECT RECOMMENDED BY DTNA AND
ALLISON,THIS DEFINED BY ENGINE AND
VOCATIONAL USAGE
FUEL SENSE 2.0 DISABLED-PERFORMANCE-
TABLE BASED
DRIVER SWITCH INPUT-DEFAULT-NO
SWITCHES
VEHICLE INTERFACE WIRING CONNECTOR
WITH PDM AND NO BLUNT CUTS,AT BACK OF
CAB
ELECTRONIC TRANSMISSION CUSTOMER
ACCESS CONNECTOR MOUNTED BACK OF CAB
CUSTOMER INSTALLED CHELSEA 280 SERIES
PTO
PTO MOUNTING,LH SIDE OF MAIN
TRANSMISSION
MAGNETIC PLUGS,ENGINE DRAIN,
TRANSMISSION DRAIN,AXLE(S)FILL AND
DRAIN
PUSH BUTTON ELECTRONIC SHIFT CONTROL,
DASH MOUNTED
TRANSMISSION PROGNOSTICS-ENABLED 2013
WATER TO OIL TRANSMISSION COOLER,IN
RADIATOR END TANK
TRANSMISSION OIL CHECK AND FILL WITH
ELECTRONIC OIL LEVEL CHECK
SYNTHETIC TRANSMISSION FLUID(TES-295
COMPLIANT)
FronP76ie and Equipment •
DETROIT DA-F-18.0-5 18,000#FL1 71.0 KPI/3.74 210
DROP SINGLE FRONT AXLE
Application Version 11.4.009 03/04/2021 4:39 PM
Data Version PRL-23M.005 COMBILM
2022 L9 350 20yd Automated 18K 30K Page 5 of 25
STKK
xlr
Prepared for: / Prepared by:
SCRANTON MFG CO INC BB 4 ( A j Mccaffrey
101 STATE ST + �� I-STATE TRUCK CENTER
SCRANTON,IA 51462 4801 HARBOR DRIVE
Phone:712-652-3396 SIOUX CITY,IA 51111
Phone:712-252-2714
E-Mail:
Aj.McCaffrey@istatetruck.com
Weight Weight
Description Front Rear
MERITOR 16.5X6 Q+CAST SPIDER CAM FRONT 10
BRAKES,DOUBLE ANCHOR,FABRICATED
SHOES
NON-ASBESTOS FRONT BRAKE LINING
CONMET CAST IRON FRONT BRAKE DRUMS
FRONT BRAKE DUST SHIELDS 5
FRONT OIL SEALS
VENTED FRONT HUB CAPS WITH WINDOW,
CENTER AND SIDE PLUGS-OIL
STANDARD SPINDLE NUTS FOR ALL AXLES
MERITOR AUTOMATIC FRONT SLACK
ADJUSTERS
TRW TAS-85 POWER STEERING 40
POWER STEERING PUMP
2 QUART SEE THROUGH POWER STEERING
RESERVOIR
OIL/AIR POWER STEERING COOLER 5
CURRENT AVAILABLE SYNTHETIC 75W-90
FRONT AXLE LUBE
1-Front Suspension
20,000#TAPERLEAF FRONT SUSPENSION 200
MAINTENANCE FREE RUBBER BUSHINGS-
FRONT SUSPENSION
FRONT SHOCK ABSORBERS
IT Rear Axle andE. Equipment ' ••
N RS-30-185 30,000#U-SERIES SINGLE REAR 275
AXLE
5.63 REAR AXLE RATIO
IRON REAR AXLE CARRIER WITH STANDARD
AXLE HOUSING
MXL 176T MERITOR EXTENDED LUBE MAIN 25 25
DRIVELINE WITH HALF ROUND YOKES
DRIVER CONTROLLED TRACTION 20
DIFFERENTIAL-SINGLE REAR AXLE
(1)DRIVER CONTROLLED DIFFERENTIAL LOCK
REAR VALVE FOR SINGLE DRIVE AXLE
BLINKING LAMP WITH EACH MODE SWITCH,
DIFFERENTIAL UNLOCK WITH IGNITION OFF,
ACTIVE<5 MPH
MERITOR 16.5X7 P CAST SPIDER CAM REAR 20
BRAKES,DOUBLE ANCHOR,CAST SHOES
NON ASBESTOS REAR BRAKE LINING
Application Version 11.4.009 ,� 03/04/2021 4:39 PM
Data Version PRL-23M.005
2022 L9 350 20yd Automated 18K 30K Page 6 of 25
STKK
c
Prepared b :
Rhibir6
Prepared for: Pre P Y
SCRANTON MFG CO INC BB Al Mccaffrey
101 STATE ST 2, 6 2_ I-STATE TRUCK CENTER
SCRANTON,IA 51462 45' 4801 HARBOR DRIVE
Phone:712-652-3396 SIOUX CITY,IA 51111
Phone:712-252-2714
E-Mail:
Aj.McCaffrey@istatetnick.com
Weight Weight
Description Front Rear
N BRAKE CAMS AND CHAMBERS ON REAR SIDE
OF DRIVE AXLE(S)
WEBB CAST IRON REAR BRAKE DRUMS 50
REAR BRAKE DUST SHIELDS 5
REAR OIL SEALS
BENDIX EVERSURE LONGSTROKE 1-DRIVE
AXLE SPRING PARKING CHAMBERS
HALDEX AUTOMATIC REAR SLACK ADJUSTERS
CURRENT AVAILABLE SYNTHETIC 75W-90 REAR
AXLE LURE
F Rear Suspension
30,000#FLAT LEAF SPRING REAR SUSPENSION 230
WITH HELPER AND RADIUS ROD
SPRING SUSPENSION-NO AXLE SPACERS
STANDARD AXLE SEATS IN AXLE CLAMP
GROUP
FORE/AFT CONTROL RODS
[-IA rake System
AIR BRAKE PACKAGE
WABCO 4S/4M ABS
REINFORCED NYLON,FABRIC BRAID AND WIRE
BRAID CHASSIS AIR LINES
FIBER BRAID PARKING BRAKE HOSE
STANDARD BRAKE SYSTEM VALVES
STANDARD AIR SYSTEM PRESSURE
PROTECTION SYSTEM
STD U.S.FRONT BRAKE VALVE
RELAY VALVE WITH 5-8 PSI CRACK PRESSURE,
NO REAR PROPORTIONING VALVE
BW AD-9 BRAKE LINE AIR DRYER WITH HEATER 20
AIR DRYER FRAME MOUNTED
STEEL AIR BRAKE RESERVOIRS
CLEAR FRAME RAILS FROM BACK OF CAB TO
FRONT REAR SUSPENSION BRACKET,BOTH
RAILS OUTBOARD
PULL CABLES ON ALL AIR RESERVOIR(S)
Trader Connections
UPGRADED CHASSIS MULTIPLEXING UNIT
UPGRADED BULKHEAD MULTIPLEXING UNIT
UUheelbase&Frame '
Application Version 11.4.009 _ ® 03/04/2021 4:39 PM
Data Version PRL-23M.005
2022 L9 350 20yd Automated 18K 30K Page 7 of 25
STKK
f_
x I() ,
Prepared for: c/ Prepared by:
SCRANTONMFG CO INC BB Aj Mccaffrey
101 STATEEST CENTER
I-STATE TRUCK CENTER
SCRANTON,IA 51462 4801 HARBOR DRIVE
Phone:712-652-3396 SIOUX CITY,IA 51111
Phone:712-252-2714
E-Mail:
Aj.McCaffrey@istatetruck.com
Weight Weight
Description Front Rear
5950MM(234 INCH)WHEELBASE
11/32X3-1/2X10-15/16 INCH STEEL FRAME 310 120
(8.73MMX277.8MM/0.344X10.94 INCH)120KSI
1/4 INCH(6.35MM)C-CHANNEL INNER FRAME 180 400
REINFORCEMENT
2450MM(96 INCH)REAR FRAME OVERHANG
FRAME OVERHANG RANGE:91 INCH TO 100 -60 260
INCH
CALC'D BACK OF CAB TO REAR SUSP C/L(CA):
168.7 in
CALCULATED EFFECTIVE BACK OF CAB TO
REAR SUSPENSION C/L(CA): 165.7 in
CALC'D FRAME LENGTH-OVERALL: 360.14
CALCULATED FRAME SPACE LH SIDE: 101.07
in
CALCULATED FRAME SPACE RH SIDE: 153.85
in
CALC'D SPACE AVAILABLE FOR DECKPLATE:
162A5 in
* UNDER OR OVERSLUNG CROSSMEMBER
SQUARE END OF FRAME
FRONT CLOSING CROSSMEMBER
LIGHTWEIGHT HEAVY DUTY ALUMINUM ENGINE -12
CROSSMEMBER
STANDARD CROSSMEMBER BACK OF
TRANSMISSION
STANDARD MIDSHIP#1 CROSSMEMBER(S)
STANDARD REARMOST CROSSMEMBER
STANDARD SUSPENSION CROSSMEMBER
^Chassis Equipment _ 4 - _..-_��._.�__..r
THREE-PIECE 14 INCH CHROMED STEEL 30
BUMPER WITH COLLAPSIBLE ENDS
FRONT TOW HOOKS-FRAME MOUNTED 15
BUMPER MOUNTING FOR SINGLE LICENSE
PLATE
FENDER AND FRONT OF HOOD MOUNTED
FRONT MUDFLAPS
GRADE 8 THREADED HEX HEADED FRAME
FASTENERS
c
a Fuel Tanks
80 GALLON/302 LITER RECTANGULAR 40 10
ALUMINUM FUEL TANK-LH
RECTANGULAR FUEL TANK(S)
Application Version 11.4.009 ® 03/04/2021 4:39 PM
Data Version PRL-23M.005
2022 L9 350 20yd Automated 18K 30K Page 8 of 25
STKK
Prepared for: f blf Prepared by:
SCRANTON MFG CO INC BB A j Mccaffrey
101 STATE ST I-STATE TRUCK CENTER
SCRANTON,IA 5146214 4 6k
4801 HARBOR DRIVE
Phone:712-652-3396 SIOUX CITY,IA 51111
Phone:712-252-2714
E-Mail: •
Aj.McCaffrey@istatetruck.com
Weight Weight
Description Front Rear
PLAIN ALUMINUM/PAINTED STEEL
FUEL/HYDRAULIC TANK(S)WITH PAINTED
BANDS
FUEL TANK(S)FORWARD
10 GALLONS ADDITIONAL FUEL
PLAIN STEP FINISH
FUEL TANK CAP(S)
DETROIT FUEL/WATER SEPARATOR WITH -5
WATER IN FUEL SENSOR,HAND PRIMER AND
12 VOLT PREHEATER"
EQUIFLO INBOARD FUEL SYSTEM
HIGH TEMPERATURE REINFORCED NYLON
FUEL LINE
.._.
MICHELIN X LINE ENERGY Z 315/80R22.5 20 PLY 50
RADIAL FRONT TIRES
MICHELIN X WORKS XDY 315/80R22.5 20 PLY 232
(( RADIAL REAR TIRES
Hubs
t .
ram _.. ...
CONMET PRESET PLUS PREMIUM_----IRON—FRONT
HUBS
WEBB IRON REAR HUBS 70
Wheels
--
ALCOA ULTRA ONE 89U64X 22.5X9.00 10-HUB -28
PILOT 5.99 INSET ALUMINUM FRONT WHEELS
ALCOA ULTRA ONE 89U64X 22.5X9.0010-HUB -56
PILOT 5.99 INSET ALUMINUM REAR WHEELS
POLISHED FRONT WHEELS;OUTSIDE ONLY
POLISHED REAR WHEELS;OUTSIDE OF OUTER
WHEELS ONLY
FRONT WHEEL MOUNTING NUTS
REAR WHEEL MOUNTING NUTS _
Cab Exterior
106 INCH BBC FLAT ROOF ALUMINUM
CONVENTIONAL CAB
AIR CAB MOUNTING
NONREMOVABLE BUGSCREEN MOUNTED
BEHIND GRILLE
2-1/2 INCH FENDER EXTENSIONS 10
LH AND RH GRAB HANDLES
HOOD MOUNTED CHROMED PLASTIC GRILLE
Application Version 11.4.009 ® 03/04/2021 4:39 PM
Data Version PRL-23M.005
2022 L9 350 20yd Automated 18K 30K Page 9 of 25
STKK
Prepared for: i Prepared by:
SCRANTONfor:
MFG CO INC BB I� I A j Mccaffrey
101 STATE ST I-STATE TRUCK CENTER
SCRANTON,IA 51462 q506 ( 4801 HARBOR DRIVE
Phone:712-652-3396SIOUX CITY,IA 51111
Phone:712-252-2714
E-Mail:
Aj.McCaffrey@istatetruck.com
Weight Weight
Description Front Rear
CHROME HOOD MOUNTED AIR INTAKE GRILLE
FIBERGLASS HOOD
TUNNEUFIREWALL LINER
DUAL 26 INCH RECTANGULAR POLISHED 8
ALUMINUM AIR HORNS ROOF MOUNTED
SINGLE ELECTRIC HORN
DUAL HORN SHIELDS
DOOR LOCKS AND IGNITION SWITCH KEYED
THE SAME
KEY QUANTITY OF 2
REAR LICENSE PLATE MOUNT END OF FRAME
INTEGRAL HEADLIGHT/MARKER ASSEMBLY
WITH CHROME BEZEL
LED AERODYNAMIC MARKER LIGHTS
DAYTIME RUNNING LIGHTS
OMIT STOP/TAIL/BACKUP LIGHTS AND PROVIDE -5
WIRING WITH SEPARATE STOP/TURN WIRES
TO 4 FEET BEYOND END OF FRAME
STANDARD FRONT TURN SIGNAL LAMPS
DUAL WEST COAST BRIGHT FINISH HEATED
MIRRORS WITH LH AND RH REMOTE
DOOR MOUNTED MIRRORS
102 INCH EQUIPMENT WIDTH
LH AND RH 8 INCH BRIGHT FINISH CONVEX
MIRRORS MOUNTED UNDER PRIMARY
MIRRORS
RH AND LH 8 INCH STAINLESS STEEL FENDER 8
MOUNTED CONVEX MIRRORS WITH TRIPOD
BRACKETS
STANDARD SIDE/REAR REFLECTORS
RH AFTERTREATMENT SYSTEM CAB ACCESS
WITH POLISHED DIAMOND PLATE COVER
COMPOSITE EXTERIOR SUN VISOR 10
63X14 INCH TINTED REAR WINDOW
TINTED DOOR GLASS LH AND RH WITH TINTED
NON-OPERATING WING WINDOWS
RH AND LH ELECTRIC POWERED WINDOWS, 4
PASSENGER SWITCHES ON DOOR(S)
1-PIECE SOLAR GREEN GLASS WINDSHELD
2 GALLON WINDSHIELD WASHER RESERVOIR
WITH FLUID LEVEL INDICATOR,FRAME
MOUNTED
WHITE WINTERFRONT 2
Application Version 11.4.009 ® 03/04/2021 4:39 PM
Data Version PRL-23M.005
2022 L9 350 20yd Automated 18K 30K Page 10 of 25
STKK
Prepared for: r b i•f- Prepared by:
j�' ' IIrn�
SCRANTON MFG CO INC BB �" I l A j Mccaffrey
101 STATE ST I-STATE TRUCK CENTER
SCRANTON,IA 51462 / I ). 4801 HARBOR DRIVE
Phone:712-652-3396 L.6 rl„ 6 2- SIOUX CITY,IA 51111
1 l{lC1T Phone:712-252-2714
E-Mail:
Aj.McCaffrey@istatetruck.com
Weight Weight
Description Front Rear
I Cab Interior _ j
OPAL GRAY VINYL INTERIOR
MOLDED PLASTIC DOOR PANEL
MOLDED PLASTIC DOOR PANEL
BLACK MATS WITH SINGLE INSULATION
DASH MOUNTED ASHTRAYS AND LIGHTER
FORWARD ROOF MOUNTED CONSOLE WITH
UPPER STORAGE COMPARTMENTS WITHOUT
NETTING
IN DASH STORAGE BIN
CENTER STORAGE CONSOLE MOUNTED ON 20
BACKWALL
LH DOOR MAP POCKET
(2)CUP HOLDERS LH AND RH DASH
GRAY/CHARCOAL FLAT DASH
SMART SWITCH EXPANSION MODULE
HEATER,DEFROSTER AND AIR CONDITIONER
STANDARD HVAC DUCTING
• MAIN HVAC CONTROLS WITH RECIRCULATION
SWITCH
STANDARD HEATER PLUMBING WITH BALL
SHUTOFF VALVES
VALEO HEAVY DUTY A/C REFRIGERANT
COMPRESSOR
BINARY CONTROL,R-134A
PREMIUM INSULATION
SOLID-STATE CIRCUIT PROTECTION AND
FUSES
12V NEGATIVE GROUND ELECTRICAL SYSTEM
DOME DOOR ACTIVATED LH AND RH,DUAL
READING LIGHTS,FORWARD CAB ROOF
LH AND RH ELECTRIC DOOR LOCKS
(1)12 VOLT POWER SUPPLY IN DASH
BASIC HIGH BACK AIR SUSPENSION DRIVER 30
SEAT WITH MECHANICAL LUMBAR AND
INTEGRATED CUSHION EXTENSION
BASIC HIGH BACK AIR SUSPENSION 25 10
PASSENGER SEAT WITH MECHANICAL LUMBAR
AND INTEGRATED CUSHION EXTENSION
DUAL DRIVER AND PASSENGER SEAT 8
ARMRESTS
LH AND RH INTEGRAL DOOR PANEL ARMRESTS
Application Version 11.4.009 ® 03/04/2021 4:39 PM
Data Version PRL-23M.005
2022 L9 350 20yd Automated 18K 30K I Page 11 of 25
STKK
Prepared for. ' 10+ Prepared by:
SCRANTON MFG CO INC BB ` Aj Mccaffrey
101 STATE ST [ �k L. I-STATE TRUCK CENTER
SCRANTON,IA 51462 1 l�V 4801 HARBOR DRIVE
Phone:712-652-3396 SIOUX CITY,IA 51111
Phone:712-252-2714
E-Mail:
Aj.McCaffrey@istatetruck.com
Weight Weight
Description Front Rear
BLACK CORDURA PLUS CLOTH DRIVER SEAT
COVER
BLACK CORDURA PLUS CLOTH PASSENGER
SEAT COVER
BLACK SEAT BELTS
ADJUSTABLE STEERING COLUMN,SUPPLIER 10
CONVERSION TO LH AND RH ADJUSTABLE TILT
STEERING COLUMNS
4-SPOKE 18 INCH(450MM)STEERING WHEEL
DRIVER AND PASSENGER INTERIOR SUN
VISORS _
Instruments&Control`s
GRAY DRIVER INSTRUMENT PANEL
GRAY CENTER INSTRUMENT PANEL
ENGINE REMOTE INTERFACE WITH PARK
BRAKE INTERLOCK
BLACK GAUGE BEZELS
LOW AIR PRESSURE INDICATOR LIGHT AND
AUDIBLE ALARM
2 INCH PRIMARY AND SECONDARY AIR
PRESSURE GAUGES
INTAKE MOUNTED AIR RESTRICTION
INDICATOR WITH GRADUATIONS
ELECTRONIC CRUISE CONTROL WITH
SWITCHES IN LH SWITCH PANEL
KEY OPERATED IGNITION SWITCH AND
INTEGRAL START POSITION;4 POSITION
OFF/RUN/START/ACCESSORY
ICU3S,132X48 DISPLAY WITH DIAGNOSTICS,28
LED WARNING LAMPS AND DATA LINKED
HEAVY DUTY ONBOARD DIAGNOSTICS
INTERFACE CONNECTOR LOCATED BELOW LH
DASH
2 INCH ELECTRIC FUEL GAUGE
ENGINE REMOTE INTERFACE FOR REMOTE
THROTTLE
ENGINE REMOTE INTERFACE CONNECTOR AT
BACK OF CAB
ELECTRICAL ENGINE COOLANT TEMPERATURE
GAUGE
2 INCH TRANSMISSION OIL TEMPERATURE
GAUGE
ENGINE AND TRIP HOUR METERS INTEGRAL
WITHIN DRIVER DISPLAY
Application Version 11.4.009 ° 03/04/2021 4:39 PM
Data Version PRL-23M.005 tFREIGiHTL/NER.)
2022 L9 350 20yd Automated 18K 30K Page 12 of 25
STKK
Prepared for: FAI10) S Prepared by:
SCRANTON MFG CO INC BB A j Mccaffrey
101 STATE ST ) I-STATE TRUCK CENTER
SCRANTON,IA 51462 4801 HARBOR DRIVE
Phone:712-652-3396 SIOUX CITY,IA 51111
Phone:712-252-2714
E-Mail:
Aj.McCaffrey@istatetruck.com
Weight Weight
Description Front Rear
(1)DASH MOUNTED PTO SWITCH WITH 10
INDICATOR LAMP
ELECTRIC ENGINE OIL PRESSURE GAUGE
OVERHEAD INSTRUMENT PANEL
AMIFMNVB WORLD TUNER RADIO WITH 10
BLUETOOTH AND USB AND AUXILIARY INPUTS,
J1939
DASH MOUNTED RADIO
(2)RADIO SPEAKERS IN CAB
AM/FM ANTENNA MOUNTED ON FORWARD LH
ROOF
POWER AND GROUND WIRING PROVISION
OVERHEAD
ROOF/OVERHEAD CONSOLE CB RADIO
PROVISION
ELECTRONIC MPH SPEEDOMETER WITH
SECONDARY KPH SCALE,WITHOUT
ODOMETER
STANDARD VEHICLE SPEED SENSOR
ELECTRONIC 3000 RPM TACHOMETER
TMC RP 1226 ACCESSORY CONNECTOR
LOCATED BEHIND DASH B PANEL
IDLE LIMITER,ELECTRONIC ENGINE
SIX ON/OFF ROCKER SWITCHES IN THE DASH
• WITH INDICATOR LIGHTS;FOUR WIRE TO
CHASSIS AT BACK OF CAB,TWO UNWIRED,
LABEL ALL OPT
PRE-TRIP LAMP INSPECTION,ALL OUTPUTS
FLASH,WITH SMART SWITCH
(2)OVERHEAD MOUNTED LANYARD
CONTROLS:(1)OFFICER AIR HORN AND(1)
DRIVER AIR HORN
DIGITAL VOLTAGE DISPLAY INTEGRAL WITH
DRIVER DISPLAY
SINGLE ELECTRIC WINDSHIELD WIPER MOTOR
WITH DELAY
MARKER LIGHT SWITCH INTEGRAL WITH
HEADLIGHT SWITCH
ONE VALVE PARKING BRAKE SYSTEM WITH
DASH VALVE CONTROL AUTONEUTRAL AND
WARNING INDICATOR
SELF CANCELING TURN SIGNAL SWITCH WITH
DIMMER,WASHER/WIPER AND HAZARD IN
HANDLE
Application Version 11.4.009 a 03/04/2021 4:39 PM
Data Version PRL-23M.005
2022 L9 350 20yd Automated 18K 30K Page 13 of 25
STKK
Prepared for: I Prepared by:
SCRANTON MFG CO INC BB ki)o )t- [) A j Mccaffrey
101 STATE ST I-STATE TRUCK CENTER
SCRANTON,IA 51462
14 9 0{5 b2-- 4801 HARBOR DRIVE
Phone:712-652-3396 SIOUX CITY,IA 51 11
Phone:712-252-27114
E-Mail:
Aj.McCaffrey@istatetruck.com
Weight Weight
Description Front Rear
INTEGRAL ELECTRONIC TURN SIGNAL
FLASHER WITH HAZARD LAMPS OVERRIDING
STOP LAMPS
Design
PAINT:ONE SOLID COLOR
Color
.77 -..=.7.--:77::"r" •; ; ;: ;., f!' -1'
CAB COLOR A:L0006EY WHITE ELITE EY
BLACK,HIGH SOLIDS POLYURETHANE CHASSIS
PAINT
SUN VISOR PAINTED SAME AS CAB COLOR A
STANDARD E COAT/UNDERCOATING
Certification I Compliance
-`• 77;7777 77'71
U.S.FMVSS CERTIFICATION,EXCEPT SALES
CABS AND GLIDER KITS
SecondaryFactory- Options
CORPORATE PDI CENTER IN-SERVICE ONLY
SHIP TO FONTAINE(STATESVILLE,NC)PRIOR
TO DELIVERY
Raw Performance Data
CALCULATED EFFECTIVE BACK OF CAB TO
REAR SUSPENSION C/L(CA): 165.7 in
CALC'D SPACE AVAILABLE FOR DECKPLATE:
162.45 in
ZPLLYE LcLE S UMM A,RY
Weight Weight Total
Front Rear Weight
Factory Weight 7939 lbs 5299 lbs 13238 lbs
+
Total Weight 7939 lbs 5299 lbs 13238 lbs
Extended Warranty
i-• -'• -
Application Version 11A.009 03/04/2021 4:39 PM
Data Version PRL-23M.005
2022 L9 350 20yd Automated 18K 30K Page 14 of 25
STKK
/"� n+ 1�
Prepared for: l b 1V�l �— U� Prepared by:
SCRANTON MFG CO INC BB VVVVIIIL..��� Aj Mccaffrey
101 STATE ST r 1-STATE TRUCK CENTER
SCRANTON,IA 51462 5C5 li 2- 4801 HARBOR DRIVE
Phone:712-652-3396 —v SIOUX CITY,IA 51111
Phone:712-252-2714
E-Mail:
Aj.McCaffrey@istatetruck.com
TOWING:1 YEAR/UNLIMITED MILES/KM EXTENDED TOWING
COVERAGE$550 CAP FEX APPLIES
(+)Weights shown are estimates only.
If weight is critical,contact Customer Application Engineering.
('•')All cost increases for major components(Engines,Transmissions,Axles,Front and Rear Tires)and government mandated
requirements,tariffs,and raw material surcharges will be passed through and added to factory invoices.
Application Version 11.4.009 03/04/2021 4:39 PM
Data Version PRL-23M.005 CeIZEM1145
2022 L9 350 20yd Automated 18K 30K Page 15 of 25
STKK
Prepared for: E
` Prepared by:
SCRANTON MFG CO INC BB X h� )9)t 3 A j Mccaffrey
101 STATE ST I-STATE TRUCK CENTER
SCRANTON,IA 51462 61 T 6 2- 4801 HARBOR DRIVE
Phone:712-652-3396 ` SIOUX CITY,IA 51111
Phone:712-252-2714
E-Mail:
Aj.McCaffrey@istatetruck.com
[. ` J _ DIMENSIONS
4-----1613in >
E 3 in
7/1 .,,?;: 67.62 in
i' "p
- , e.I 1. �' q 42.44 in
f 41 in ->< 234 in >1<96 in>
< 371in >
�-r'r_'�16- _'- IVArri�iJ W:--'*-- - n;r_„ - ,Yr-,c-. -' __ -- , 'Ft
VEH�i`C�LE�SP„ I"T.�O«NS S.UMMARY��DINSIQNS;' •� ., �_L ass."
i
Model M2106
Wheelbase(545) 5950MM(234 INCH)WHEELBASE
Rear Frame Overhang(552) 2450MM(96 INCH)REAR FRAME OVERHANG
Fifth Wheel(578) NO FIFTH WHEEL
Mounting Location(577) NO FIFTH WHEEL LOCATION
Maximum Forward Position(in) 0
Maximum Rearward Position(in) 0 ,
Amount of Slide Travel(in) 0
Slide Increment(in) 0
Desired Slide Position(in) 0.0
Cab Size(829) 106 INCH BBC FLAT ROOF ALUMINUM CONVENTIONAL CAB
Sleeper(682) NO SLEEPER BOX/SLEEPERCAB
Exhaust System(016) RH OUTBOARD UNDER STEP MOUNTED HORIZONTAL AFTERTREATMENT SYSTEM ASSEMBLY
WITH RH B-PILLAR MOUNTED VERTICAL TAILPIPE
Application Version 11.4.009 ° 03/04/2021 4:39 PM
Data Version PRL-23M.005 t FREIGHTLINER)
2022 L9 350 20yd Automated 18K 30K Page 16 of 25
STKK
c
Prepared for: f Prepared by:
SCRANTON MFG CO INC BB _ h 1 L9/ j) A j Mccaffrey
101 STATE ST I-STATE TRUCK CENTER
SCRANTON,IA 51462 �4�� 4801 HARBOR DRIVE
Phone:712-652-3396 52. f SIOUX CITY,IA 51111
Phone:712-252-2714
E-Mail:
Aj.McCaffrey@istatetruck.com
TiABLEt;SUMMt07--tDitilESIGNS _
e V6.• : "I" f �v. o t #}�r fit,
f'i ham. e �4 .r r.•`e r# � c},°,' n '..; . d e e
, ,,,4 .,ui.a 1'0 .:k• t-,. . . i.�:t3 sP'.°'#':xitn4 i +t 4 tt X'.° ` ..�- ,...�.:,
Bumper to Back of Cab(BBC) 1063
Bumper to Centerline.of Front Axle(BA) 40.7
Min.Cab to Body Clearance(CB) 3.0
Back of Cab to Centerline of RearAxle(s)(CA) 168.7
Effective Back of Cab to Centerline of RearAxle(s)(Effective CA) 165.7
Back of Cab Protrusions(Exhaust/Intake)(CP) - 0.0
Back of Cab Protrusions(Side Extenders/Trim Tab)(CP) 0.0
Back of Cab Protrusions(CNG Tank) 0.0
Back of Cab Clearance(CL) 3.0
Back of Cab to End of Frame 265.2
Cab Height(CH) 67.5
Wheelbase(YVB) 234.3
Frame Overhang(OH) 96.5
Overall Frame Length 360.1
Overall Length(OAL) 371.5
Rear Axle Spacing 0.0
Unladen Frame Height at Centerline of RearAxle 42.4
Performance calculations are estimates only.If performance calculations are critical,please contact Customer Application
Engineering.
Application Version 11.4.009 m 03/04/2021 4:39 PM
Data Version PRL-23M.005
2022 L9 350 20yd Automated 18K 30K - Page 17 of 25
STKK
Prepared for: Prepared by:
SC101 STATE
M CO INC BB -A h'i
I„i 1 B Cj Mccaffrey
CENTER101 STATE ST Py�/ �! I-STATE TRUCK CENTER
SCRANTON,IA 51462 4801 HARBOR DRIVE
Phone:712-652-3396 53 56 r _(�2- SIOUX CITY,IA 51111
Phone:712-252-2714
E-Mail:
Aj.McCaffrey@istatetruck.com
TRUC .K , VIlEIGH`T ,I ,
Peylioaa,(Ips)=Type=; a'riakile :` a; =s 0
- Payload CG7frorn Front of Body(ft)r i '7.0
rl j i is .- i .. ...r; GVW(pdunds)-:> . 18632
4 is
lpf�1� 1(Ik� I! i
Front Rear
10433 8199
VEHICLEZFECIIFICAtTIO S SUMMARYr-?ERASCIOVEIGHT -
Model M2106
Cab Size(829) 106 INCH BBC FLAT ROOF ALUMINUM CONVENTIONAL CAB
Expected Front Axle(s)Load(Ibs) 18000.0
Expected Pusher Axle(s)Load(Ibs) 0.0
Expected Rear Axle(s)Load(Ibs) 30000.0
Expected Tag Axle(s)Load(Ibs) 0.0
Expected GVW(Ibs) 48000
Expected GCW(Ibs) 0.0
Wheelbase(545) 5950MM(234 INCH)WHEELBASE
Pusher/Tag Axle(443) NO PUSHER OR TAG AXLE
Front Axle to Back of Cab(in) 65.551
Cab to Body Clearance(in) 3.0
Front Axle to Body(in) 68.551
Truck Configuration(AA3) REFUSE,SIDE LOAD OR REAR PACKER BODY-UNLOADS IN A LANDFILL
Body Length(ft) 14.0
Body Weight(Ibs) 4200.0
Body Horiz CG from Body Front(ft) 5.9
Body Front to Rear Axle(s)CL(ft) 13.81
•
Application Version 11.4.009 _- 03/04/2021 4:39 PM
Data Version PRL-23M.005
2022 L9 350 20yd Automated 18K 30K Page 18 of 25
STKK
Prepared for: t. i Prepared by:
SCRANTON MFG CO INC BB , / Aj Mccaffrey
�) )(off-
101 STATE ST (, )io J ( I-STATE TRUCK CENTER
SCRANTON,IA 51462 f 4801 HARBOR DRIVE
Phone:712-652-3396 r �' !.. SIOUX CITY,IA 51111
J Phone:712-252-2714
E-Mail:
Aj.McCaffrey@istatetruck.com
Driver Weight(lbs) 500.0
Driver Horizontal CG from Front Axle(in) 46.302
Left-Hand Primary Fuel/Hydratilic Tank(204) 80 GALLON/302 LITER RECTANGULAR ALUMINUM FUEL TANK-LH
Left Fuel Tank Horizontal CG(in) 95.6105
Right-Hand Primary Fuel/Hydraulic Tank(206) NO RH FUEL TANK
Right Fuel Tank Horizontal CG(in) 0
a F r{ n� r , a s- • ai
t'ffi : VIf .4:01 'x' =ii ., , wt •�i v{t ,..1�•��1 .1 t.. j Y fi.!
birM
Chassis Tare. 7939 5299 13238
Fuel/Oil 391 303 694
Driver 401 99 500
Dealer Installed Options 0 0 0
Accessories Total 0 0 0
Body Tare I 1702 2498 4200
Truck Tare Weight 10433 8199 18632
PayloadTotal 0 0 0
Calculated Axle Loads 10433 8199 18632
Expected Axle Loads/GVW 18000 30000 48000
GAWR/GVWR 18000 30000 48000
Payload CG From Front of Body 7 feet
Payload CG From Front Axle 12.7 feet
Payload Distribution I Variable
All weights displayed in pounds
Application Version 11.4.009 03/04/2021 4:39 PM
Data Version PRL-23M.005 CfraigffrODI
2022 L9 350 20yd Automated 18K 30K Page 19 of 25
STKK
Prepared for: Prepared by:
SCRANTON MFG CO INC BB In A j Mccaffrey
101 STATE ST Fy J v J )1- 8 I-STATE TRUCK CENTERSCRANTON,IA 51462 v 4801 HARBOR DRIVE
Phone:712-652-3396 ' �� SIOUX CITY,IA 51111
55 Phone:712 252-2714
E-Mail:
A].McCaffrey@istatetruck.com
, • a " > _ ,^r
Chassis Tare . .. 7939 5299 13238
Fuel loll` .. 391 303 694
Driver 401 99 500
Dealer installed Options 0 0 0
Accessories Total 0 0 0
Body Tare . ., 1702 2498 4200
Truck Tare Weight 10433 8199 18632
Payload Total _ 0 01 0
Calculated Axle.Loads 10433 8199 18632
Expected Axle Loads/GVW 18000 30000 48000
GAWR/GVWR 18000 30000 48000
Payload CG From Front of Body 7feet
Payload CC From Front Axle 12.7 feet
Payload Distribution Variable
JI v.eights displayed in pounds
Performance calculations are estimates only.If performance calculations are critical,please contact Customer Application
Engineering.
Application Version 11.4.009 IPD® 03I04/2021 4:39 PM
Data Version PRL-23M.005
2022 L9 350 20yd Automated 18K 30K Page 20 of 25
STKK
Prepared for: Prepared by:
SCRANTON MFG CO INC BB A j Mccaffrey
101 STATE ST EP
1 I-STATE TRUCK CENTER
SCRANTON,IA 51462 1 9�. b 4801 HARBOR DRIVE
Phone:712-652-3396 I ° SIOUX CITY,IA 51111
51 c (02- Phone:712-252-2714
E-Mail:
Aj.McCaffrey@istatetruck.com
i.' TURNING ; RA .DIU $
— - Turning radius graphic and data provided strictly for comparisons v
---h -- between model configurations.Weather,road surfaces,and tire
e.\ treads affect the results. It is strongly suggested that actual
vehicles be measured before constructing any roads/driveways
I N using this information. For specific figures regarding your
configuration,please contact your CAE representative.
i .'s,\\
,i
2 _ $ Diiiiec(sidri Tdteratice;
i y Wall to Wall Diameter,(ft) 60.0 +1-3.0
- Curb tbi' urbC biaineter i(ft) 58.3 +1-3.0
.'•. I.. TurnincjRadius(ft). `: `_ 28.7 +/-1.5
y
3 /,
_ .
VEHI5.1.w,FFCI_FICA�TIIONS SU.___ARMY)-•TURNII„. ._IU3r , • :_�^ , , Y : ., -,,,
Model M2106
Cab Size(829) 106 INCH BBC FLAT ROOF ALUMINUM CONVENTIONAL CAB
Wheelbase(545) 5950MM(234 INCH)WHEELBASE
Front Tires(093) MICHELIN X LINE ENERGY Z 315/8DR22.5 20 PLY RADIAL FRONT TIRES
Width(in) 12.4
Front Axle(400) DETROIT DA-F-18.0-518,000#FL1 71.0 KPI/3.74 DROP SINGLE FRONT AXLE
Kingpin Intersection(in) 71
Bumper(556) THREE-PIECE 14 INCH CHROMED STEEL BUMPER WITH COLLAPSIBLE ENDS
Width(in) 93.5
Bumper Miter to Front Axle(in) 21.458
Primary Steering Location(003)...LH PRIMARY STEERING LOCATION AND PREP FOR CUSTOMER SUPPLIED RH SIT-DOWN
SECONDARY STEERING LOCATION WITH DUAL INSTRUMENT CLUSTER
Steering Gear(536) TRW TAS-85 POWER STEERING
Dual Steering Gear NONE
Ram NONE
Rear Axle(420) RS-30-185 30,000#U-SERIES SINGLE REAR AXLE
Axle Spacing(624) NO AXLE SPACING
Application Version 11.4.009 03/04/2021 4:39 PM
Data Version PRL-23M.005
2022 L9 350 20yd Automated 18K 30K Page 21 of 25
STKK
Prepared for: X111)ill)' B Prepared by:
SCRANTON MFG CO INC BB Aj Mccaffrey
101 STATE ST j � 7 I-STATE TRUCK CENTER
SCRANTON,IA 51462 L— 4801 HARBOR DRIVE
Phone:712-652-3396 SIOUX CITY,IA 51111
Phone:712-252-2714
E-Mail:
Aj.McCaffrey@istatetruck.com
Performance calculations are estimates only.If performance calculations are critical,please contact Customer Application
Engineering.
Application Version 11.4.009 ° 03/04/2021 4:39 PM
Data Version PRL-23M.005 CEZEZIOD5
2022 L9 350 20yd Automated 18K 30K Page 22 of 25
STKK
,
Prepared for: Prepared by:
SCRANTON MFG CO INC BB Exkilhcri— B
A j Mccaffrey
101 STATE ST I-STATE TRUCK CENTER
SCRANTON,IA 51462 4801 HARBOR DRIVE
Phone:712-652-3396 3 �� . SIOUX CITY,IA 51111
(� Phone:712-252-2714
E-Mail:
Aj.McCaffrey@istatetruck.com
Desired Crutse Speed 65 0
{ _
400
Marlmutn HP 250
,
1 OW t'racie
73
a 300 0 3`Yo Grade
a� f k {
1200
Z
n 1
f.
,. f
100
'4.;:,”"t:-;-;S:;::
t3 7
{ 1 , t
ram_ — r Spe
Gore ned HP. ed
0 20 40 60 $0 100
vehicle Speed(MPH)
VEHICLE SPEGIFI�C/1Y• ---_StIMM- YL S_EEDABlLITY z
Model M2106
Cab Size(829) 106 INCH BBC FLAT ROOF ALUMINUM CONVENTIONAL CAB
Desired Cruise Speed(mph) 65.0
Application Version 11.4.009 ° 03/04/2021 4:39 PM
Data Version PRL-23M.005
2022 L9 350 20yd Automated 18K 30K Page 23 of 25
STKK i
b`cA-.
Prepared for: Prepared by:
SCRANTON MFG CO INC BB 5 9
/ - Aj Mccaffrey
101 STATE ST I-STATE TRUCK CENTER
SCRANTON,IA 51462 4801 HARBOR DRIVE
Phone:712-652-3396 SIOUX CITY,IA 51111
Phone:712-252-2714
E-Mail:
Aj.McCaffrey@istatetruck.com
Expected Front Axle(s)Load(Ibs) 18000.0
Expected Pusher Axle(s)Load(Ibs) 0.0
Expected Rear Axle(s)Load(Ibs) 30000.0
Expected Tag Axle(s)Load(Ibs) 0.0
Expected GVW(Ibs) 48000
Expected GCW(Ibs) 0.0
Engine(101) CUM L9 350 HP @ 2200 RPM,2200 GOV RPM,1050 LB-FT @ 1200 RPM,REFUSE
Governed RPM 2200
HP at Governed RPM 350
RPM at Max HP 2200
Max HP 350
HP at Governed RPM(High Torque) 350
RPM at Max HP(High Torque) 2200
Max HP(High Torque) 350
Multi-torque NO
Transmission(342) ALLISON 3000 RDS AUTOMATIC TRANSMISSION WITH PTO PROVISION
Rear Axle(420) RS-30-185 30,000#U-SERIES SINGLE REAR AXLE
Number of Speeds 1
Rear Axle Gear Ratio(s) 5.63 REAR AXLE RATIO
Rear Tires(094) MICHELIN X WORKS XDY 315/80R22.5 20 PLY RADIAL REAR TIRES
Revolutions per Mile • 486
Trailer Width(in) 0.0
Trailer Height(ground to top)(ft) 12.0
Body Width(in) 96.0
Body Height(ground to top)(ft) 12.0
Roof Mounted Aero Device(784) NO AIR SHIELD OR BRACKETS
Road Surface(AB5).SMOOTH CONCRETE OR ASPHALT PAVEMENT-MOST SEVERE IN TRANSIT(BETWEEN SITES)ROAD
SURFACE
Auxiliary Transmission(352) NO AUXILIARY TRANSMISSION
High Gear Ratio N/A
Low Gear Ratio N/A
Transfer Case(373) NO TRANSFER CASE
High Gear Ratio N/A
Low Gear Ratio N/A
iiTABCE'}SUMMARY.-SPEEI ABILI • ' f 'r:
Application Version 11.4.009 03/04/2021 4:39 PM
Data Version PRL-23M.005 cesimeD5
2022 L9 350 20yd Automated 18K 30K Page 24 of 25
STKK
Prepared for: Fxa)c+-B Prepared by:
SCRANTON MFG CO INC BB Aj Mccaffrey
101 STATE ST ��/ I-STATE TRUCK CENTER
(OD
SCRANTON,IA 51462 1� 4801 HARBOR DRIVE
Phone:712-652-3396 SIOUX CITY,IA 51111
Phone:712-252-2714
E-Mail:
Aj.McCaffrey@istatetruck.com
Tr, -4 T'"�''it �t y'_'4`,.;� -97 r:-PtK ortri €— ,41 Y'. w, ' e I..i � #"
.N �pyd�' t
i 4 i r� '.�}.''4 fi'-"s i.-.. . .r:a t,'-,, t �'"�'z�7`tr .k 3 y ti ' �. 3 F > •
+tea .
Top Gear Vehicle Speed(mph) 74.2; 121-7°0.
Engine RP►ul.- '. - - :.
2200 1927
Gross Power Available(HP) `: 350 N/A
Power(HP)Required for.
Level Road = 249 179
0.3%Grade 279 206
1 O%Grade 350 26S
13lue background represents value input by user.. .. :_,
Performance calculations are estimates only.If performance calculations are critical,please contact Customer Application
Engineering.
Application Version 11.4.009 ,- 03/04/2021 4:39 PM
Data Version PRL-23M.005
2022 L9 350 20yd Automated 18K 30K Page 25 of 25
STKK
043
__. _ . ..._ _ __ •
.. . , .•,. ... .
. .
. , .
• :
1 '..... „,..
r ---•, .
. ,. .
. ,..,
I : .-/ ' • .."•k,-.. i ...
., _ .- • ,
Jr / .0. ___ _
-)1 ' : :! --ri. 4 ' b
' 1" t il_j ..7t::: . .Art-TH 4 i • .., -
. .,
. .
- ti ..„
i - r7 f I-- • t ..;:i ,. /,' ,,. -11 •
li i u ..'i .r-- i I / 1 ',' ' '' \'''fi'l 11-, . - . ,, ,
f f i - i _ _ i 1
7 .
, . ,f, I.' U.. • !, . ' - _-.'.;
. .
-.. - .
. • , .,
.. - . • . ,,. .
• •
• •
, • . ., . , •, . •
—' ,il, - NEW(F,2) WA V .
l
L--- -
3:7 .
' . -.:.
. .
•
— silk ,
••', Jilw
.
' . ..
r
r. Or :41 • 1 r- .„ .,z1-7,,,-*- 1 '— fir
i -• // I.; , . -' ' 1
,..t...,. . .. . ,
if—_.„---$1 , [ - , d. L., C51
irM r.., 1.''. - - : ',''
*.• ,RD .: -, -. i -L wan . - . ' i ' ' .K. ...,.• 4. ._ _ i-
, _sp.. ,,,,
, ..
,-. '-7 . . I ' it'.'• f - • :.1114'1.-.-1:::i' .- 4,:.. or
, • -it, ....:Mik
L._ ,.... - , a
... ..„,..„.......6 _ ,. 7 . r, __ - -_ __ I, , ......_._ .
. -
..\ • ; . ...,
-Itt,I.-,•
-;-' , '- .,,.
•
i
,, /
,.. p
. ,, .. _
. .. .
, , • • ".. 1 • ,,,e,
. _ - - •
, -
4 .
14 1 •-,.I ,
,7 • - ' " t :
- 1
-
,,,- --.•„„:,...
kii,t,..,-.•,:...5,•,:_>,,,..,-,
.fr'i- • --•-•• .
- • -
.,,.-.;•
' ---
.. .- .
. • . . -
• -. TRACTION IN
. . , .
ANY ENVIRONMENT
With the New Way°Sidewinder XTRTm Automated Side Loader,
efficiency is always at your side. Enjoy smooth one-operator
convenience and a faster compaction rate than any other side
loader on the market.Combine the strongest frame-mounted arm
in ihe industry—boasting a 12-foot reach—with the convenience
of automated loading and the ability to maneuver in tight
spaces and you have an agile,ultra-tough,overbuilt loader.
-•-- . -
woislknipcommonvhm-858 I 1E8 008• I 1 . n.: ulligone-pini a, .•,,• •‘.••,••
. - .7. 'i ' air. AVM AlligiNI ir-:—=',C•'-' 9
.--, i s--,,-1.:-%
op 411 1151).fit'"Wci imaoliTnne=MAY --(j19 CI 't q
Dt111103p.111117.1v !!",- . -I,-.MP..
litii I I NOD.1110 S, A. E"' ' " • • • '"'-'''''' liaLfIciii11.5IU.1.V.Vi.litUN i'a7.1,1QH.Letif
GI) •-•••• - -
t .71
sjopuw ph FE pun oz'Ejj u!aplopono am- i map Psnjal ay jo wka...+wo sold Apoq ow jo ppm tau wo[mho)jo ajqodw aq pow ussocrn :,.....1
mum aq mu Ir.,.swawaunbal kullopIn6 uunujouu alp uoio s;a1 iv%6uunpoloom uoluous oi was wog Auv,
ainssaid Joildpfi aiquisrlou tro-ui-
woo,'pulp do woo panuoaw spi
Dosoubolp qo)ui Al spin)snq no-
sionurn11111.111All JOAO likf- J
:suialsAs joouo)jo a)wq)- „51;j x„2 j x„z, JapuHA)/13A0)JaddoH sop,tit, • -•I
(uoipiipal Sql°IWO - sZ I a„is-x,,,i, - .1!Fi7:511)ifpchiliusuovoli dal*is Ina:homy ,E x upIoo.,sh luau
aolopon oso)ppm s96ja11.1169/Isoo)Isom-
°OBIS h,.08I x„5 9 tpA IE-61 gill •',:i' t: _53.1SMIdtitaditerri;44-74A- '. 1
poiomod 9to-
96°151,.051 x..5 9 tpA tz-zz xos ofind 0 j saps alohipi •.(
KUM)apA)Will- , • , li_iflitifloyfaifelp-oa". ' :Elt,Itt".- : ./.'.1 "111311:4'71111§-11 :T4i3 '- ' .1
slkoi jahoys/wom-
.,l x„9 I x.,E "Punt'',1111 lu)!I"A OSHO ,vkii• Joolj Apo a t • :- • t,,-rt j
lapi)!Joddoll- .--47- ,4)1%1151'1-Tit-7-1APP11•4014d0g-dis-7-74-1 --11.s.-W-- "45,:"
Sf0111.10)JUJU louoilippv- . . . ,... ,
• A-6 x,Eh x,I, snPu!IA)lauad 31)Dd °Mk' 3,/i s'IP:S
51.10111.10 0101110)- r.7-`77[Q,ZOE "SiSilakInVir= 7,-')W7--Diti".77 45-74-773NOISMI.:; ''''.1
• _, .
„taildp0 uollu6 oog-
, ;SNO_Iiii3131?3d.013GNI1A-3 311111111CIAH NOIlDf121/5.N9,4t1,011Pt:1:
i ' • pholladd.oti !inwpAH- 7 , „4,'•4 s,.,- - A
1 ' ANithid1031VNI31140 . - . k -1-7@S 8.9 ' •99„1.aph?„ „ ,.., .,, P.iii- ,,, ,4
. -
.. , C:i 1 17ga'Ill I'.--trArterKliaitii1C7: 1 :f" :27",..71,7iliZITC1Millt ' I
. ,
rloop,ar.vil'Aniqtri- : ' lung 1.-0qt -sa sow ' 591 000 I •AW/3dp-3'5119K1141-111'
ppkinfipopocItotou- -,-,--..-,.,•'v'PI 1151"t;;;;4?-4).-P3Al .:1Wo-ariA
. ''':::'P.'Y'. gie2'% ainlaMil 149 ..:-;.
.1sl 000 E ' 'siltifu p i Eqz- ' . .. . . SNOlillAIIIDadS i ' '
.. a• •i-- 111Paiu9nliJalf,SVIZ`1511,t- • isd.00p, - sttinaktz-0,. • _ . •+ -
'Z s-P-'1-• ':..v. VtliRWAXED;i01..2- tk' 91-4::
,Ilpiipfur-
i, , 'yugfailiou ov, It , ' " ' . . _„1,,,...03. ` At alitygluNratra.T...k6,•,'"''' "' ' '-1
'4 t' --,' 4.• apAgui.,pymajoh%-
.",t,--,,' ,-..--,,.,4 giouilimp- :t.4,,,:410-5,,,ra.t:rd,f6,R6',,-- ,- -- - --..'.:,' -:- ... ' '.--.t.'"-: ' -.'' R.8- , ut34,frc-4_,st::,v.i,::._ ._i•J:.,,-: .:-21
„g44,ti.-14,-- _.. _,._..., - 1,.- .4., -3.,_, *.--,iii soli oll jtbi` ,..-'., ,, ,...,..:, z.-.-4 i 4-t....ii 4:da ..t.4-ritg ? ; -. • -.'.
..';',•.:* --if‘• . „ : -,....,;011,poili.ri 010,81-•-.•; •.'V.?,•t.--.11 , . , ...._-. .;.' . . • -- /= ;-•.- , • - - •'• ':-. - . :...•...• _...
.....:t.,' , • 0.4--, • ,O ,-, •-, - , riiiirg R411..71,-.. 1,Irq!.1 .,.".:.... .:.." '.
n-0,0-
,V. ,9066A044finuoitioahlostid, ` , ' '49.4.64.„40-11,#PPIR,P1,1, "•-,-.', ', • .„--'- - IRI„011yind_1,L4.5 -3,_ . ,tt
" , 4 r 84s9P IluhulPis AP9:18°Pu1SP ' ''' ' _ ,,,z6Ji ' ' '''.-. -.--,4:,,z61" ' - . ;,--4:',„0*.?1 -". '', •09'l , "Plunti.1::°11110-3.:-.'"• '.2! :
• icklAholjpifo ro,,dtiotpoimokui)puiiuli6i3-
, ,, .ffigg-• ,.?::.7.111:1141';4.-';"•1W411114'.8.r: ''t,'7•.' ,,:'"V,_..mtraiir'.5:., •",,,,.,.'.'
loOolD'ahlTp playikodm,s6upoaqJagot Am-
_ V 11 V fit V itZ , V'LZ laimw ".,' •
siaddp6*phut] q aui- ' , •— ..1
SN01.1.1131.111D3dS SISSIIHDINAWfinViti
,-yin poionotu-atuoti pompotd- " :: .. • 4. 1
". , unishs man)long- _.-.:-_-_-...6ze--..-_-:77__ _-_- :. —..7:0-_— _7 -;5-bl.'- - my-pH-aim --., -
.
• ,pplompAti ard-tplii-
,Eli ,Ell .Ell .Ell 146PH aiDfill°1*PusPRII , ''',...1:,;t•plod ownpotd ma mull- ',I.TiTt: _. Thir•14:-.."---77-..-,-IX -
-.. -:.," -.-_"'Tta' ..--_710_316.111 ,rti.
I • -
mop)bolo Noon- AO I .,80 I 801, „I301 (8)infilaH Apo E1 '
../l1U1 11/1.1000I UCI Anull!Ilk- 4. ' - I5lli -- -- fib — - -0-1
Japuipb isym-olBu!s apuoyo)win;-
p. t .
p4 I pA 6Z pi,,z zz Alodo)Apoa ,
loop Jacdotssono aNs poTopolu t. z api _
sndomph spoJ lau0)allionp- •••-SNO11131i133dS113N3d
510uplop on!)„z x„spi uyL
ooaqvuo-)pod- :4•..'1.,'..'.•51,•1'.'1
'
IN3Wd11103 CRIVONVAS
.. . , -'•1
..--•_. ;#,;,• - :- _ , - 0 0 __ -
. 11 I1.1, •-. ' A at f....- .1.
.49.,.--,-.1,,•.,., ',,i
..., , 1-, ..,• ...., . . .., .,. _. air-:---._-----.-_-.-- :,..,i 4 ...7 ....' ... .-4 .",'-•:
•
1 4 % ,
' I 1711 ' ,`L :::- .alligteilliti#E# . '11 C 1-,, .
+-1-,-- .
) ti , , ,- ., _..........r: * ' J i,'?`k ",' t• i
,
•' 1 1 -
+ 'i
. , .oo, -, ,i 0 1--o—A
1
i
1 .
ll ( i
,,
=I. ,
....
1 0 u! 0 A Eil ''('Ir. /_, i ill 313r 11111A/13 Ulm--
. i. ,
' ..14 in ..._,
. ,