← Back to Douglas

Document Douglas_doc_034f6ea2b0

Full Text

Page 1 of 18 CITY OF DOUGLAS Specifications for Cab, Chassis, and Refuse Compaction Body Public Works Dept. 420 W. Grant Street PO Box 1030 Douglas, WY 82633 ---PAGE BREAK--- Page 2 of 18 City of Douglas Call for Bids (Equipment) Sealed bids for a New Specified 2019 Cab, Chassis, and Refuse Compaction Body will be received in the office of the City Clerk until 2:00 p.m., July 26th, 2018 and read immediately thereafter in the Council Chambers at City Hall, 101 N. 4th St., Douglas, WY. Approved specifications and contract documents may be obtained at the Public Works Dept., 420 W. Grant Street, or on the City of Douglas website at www.cityofdouglas.org under the “Bid Postings” tab. Mail submitted bids to the City Clerk, City of Douglas, P.O. Box 1030, Douglas, WY 82633, or deliver to the City Clerk at 101 N. 4th Street, Douglas, WY. The City of Douglas reserves the right to reject any and all bids, to waive informalities, and to accept the bid that serves the best interests of the City./s/ Karen Rimmer, City Clerk Published: July 11th and 18th, 2018 ---PAGE BREAK--- Page 3 of 18 CITY OF DOUGLAS BID INFORMATION Seal bids will be received until 2:00 p.m. on July 26, 2018, at the office of the City Clerk the same day in the Council Chambers of the City Hall Building at 101 North 4th Street, Douglas, Wyoming, for a New Specified 2019 Cab, Chassis, and Refuse Compaction Body. Details and specifications may be obtained by contacting the City Clerk, 101 North 4th, Douglas Wyoming 82633; at the Public Works Department, 420 West Grant, Douglas Wyoming 82633-2153; or on the City of Douglas website at www.cityofdouglas.org under the “Bids” tab. Bids received after the specified hour will not be accepted. Demonstrative unit will not be accepted or considered in the bid proposal. Bid should include the option of an allowance for a trade-in, one 1999 GMC VIN# 1GDP7C1C8XJ515736 with Impac side-dump refuse body; Model# Impac Garbage Truck. Delivery will be accepted 120 days after notice of award, F.O.B. Douglas, Wyoming. A bid bond, letter of credit, or a cashier’s check in the amount of 5% of the total bid amount will be required at the time the bid is opened. All complete bids must be firm F.O.B. the City of Douglas, Public Works Department, 420 West Grant, Douglas, Wyoming 82633. Tax Exempt Certificate will be furnished by the City of Douglas. The City of Douglas will allow a 5% preference to Wyoming residents. Bidders will supply a Certificate of Residency in compliance with the Wyoming of Labor and Statistics. All bids must be clearly marked New Specified 2019 Cab, Chassis, and Refuse Compaction Body with the bidder’s name and the time and date of the opening on the outside of the envelope. No qualified individual with a disability shall, by reason of such disability, be excluded from participation in or be denied the benefits of the services, programs or activities of the City of Douglas, or be subjected to discrimination. Pursuant to the American’s with Disabilities Act, reasonable accommodation for persons with disabilities who wish to participate in these services, programs or activities shall be made upon request to City of Douglas, American Disability Act Coordinator at Douglas City Hall, 101 North 4th Street, Douglas, Wyoming 82633. The City of Douglas reserves the right to reject any or all bids, to waive informalities in any bid received and accept any bid which best serves the interest of the City of Douglas. The City of Douglas is letting bids for; specifications are for; and the purpose and intent of this document is for: A New Specified 2019 Cab, Chassis, and Refuse Compaction Body. Any model bid shall meet or exceed the prescribed requirements. It is unacceptable to add or change components and/or materials to a unit or lesser design capability, in order, to meet these requirements. The bidder shall indicate his compliance with a “Yes” or non-compliance with a “No” in each line item specification. Where submitted literature does not support the meeting of these specifications, the bidder shall outline fully on company letterhead stationary the variation from specification. Any unit not conforming to the specifications will be rejected, and it will be the responsibility of the manufacturer to conform with the requirements, unless deviations have been cited by the bidder and acceptance on the basis of the exceptions. Base Bid - $ ---PAGE BREAK--- Page 4 of 18 Option #1 - $ Description Option #2 - $ Description Option #3 - $ Description Option #4 - $ Description Total bid amount - $ Signature of company representative responsible for bid _ You are required to deliver the above specified item/s, F.O.B. to Douglas, Wyoming on or before May 1, 2019, at which time your invoice should be submitted to the City of Douglas. Finance Department, P.O. Box 1030, Douglas, Wyoming 82633-1030 for payment, unless otherwise specified in the bid documents. ---PAGE BREAK--- Page 5 of 18 (Proposal must be filled out, signed and submitted with the bid document) PROPOSAL FOR FURNISHING NEW SPECIFIED 2019 CAB, CHASSIS, AND REFUSE COMPACTION BODY FOR THE CITY OF DOUGLAS, WYOMING PUBLIC WORKS DEPARTMENT Proposal of (Name) (Address) To furnish equipment as specified to the City of Douglas, Wyoming, in accordance with specifications dated July 2018. BID ITEM: Description: One New Specified 2019 Cab, Chassis, and Refuse Compaction Body Make and Model: Trade –in, one 1999 GMC Vin# 1GDP7C1C8XJ515736 with Impac side-dump refuse body; Model # Impac Garbage Truck I. Price bid for (unit) as specified FOB Douglas, Wyoming $ II. Less trade-in allowance: $ III. Net Price: (City to pay only this amount) $ In addition to this proposal, the undersigned herewith submits complete information including specifications and descriptive literature to fully describe and illustrate the equipment and accessories offered. Bidder proposes to deliver equipment in accordance with the schedule above. A bid bond, certified, or cashier’s check made payable to the City of Douglas, Wyoming, in an amount of 5% of the total amount of this bid is enclosed. The undersigned certifies that he understands the specifications relating to said bid security and agrees to the conditions set forth in said specifications. Submitted By: Company Signature: Title: ---PAGE BREAK--- Page 6 of 18 NOTICE OF AWARD - VEHICLE To: Equipment description: New Specified 2019 Cab, Chassis, and Refuse Compaction Body. The owner has considered the bid submitted by you for the above described work in response to its advertisement for bids dated , 20 and information for bidders. You are hereby notified that your bid has been accepted for item/s in the amount of: Base Bid: Option #1 - $ Description Option #2 - $ Description Option #3 - $ Description Option #4 - $ Description Total bid amount - $ You are required, as set forth in the bid specifications, to execute any documents within ten (10) days from the date of this notice. If you fail to execute said documents, owner will be entitled to consider all rights arising out of the owner’s acceptance of your bid as abandoned and as a forfeiture of your bid bond. The owner will be entitled to such other rights as may be granted by law. You are required to return an acknowledged copy of this Notice of Award to the owner. Dated this day of . ACCEPTANCE OF NOTICE Owner Receipt of the above Notice of Award is hereby acknowledged By by Company Title By Dated this day of 2017 ---PAGE BREAK--- Page 7 of 18 BID BOND - EQUIPMENT KNOW ALL MEN BY THESE PRESENT, that we, the undersigned, as Principal, and as surety, are hereby held and firmly bound unto as OWNER in the penal sum of for payment of which, we and truly to be made, we hereby jointly and severally bind ourselves, successors and assigns. The condition of the above obligation is such that whereas the Principal has submitted to a certain BID, attached hereto and hereby made a part hereof to enter into a contract in writing for the NOW, THEREFORE, A. If said BID shall be rejected, or B. If said BID shall be accepted and the Principal shall execute and deliver a contract in the Form of Contract attached hereto (properly completed in accordance with said BID) and shall furnish a BOND for his faithful performance of said contract, and for the payment of all persons performing labor or furnishing materials in connection therewith and shall in all respects perform the agreement created by the acceptance of said BID. Then this obligation shall be void, otherwise the same shall remain in force and effect; it being expressly understood and agreed that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the penal amount of this obligation as herein stated. The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its BOND shall in no way be impaired or affected by any said Surety does hereby waive notice of any such extension. IN WITNESS WHEREOF, the principal and the Surety have hereunto set their hands and seals, and such of them as are corporations have caused their corporate seals to be hereto affixed and these presents to be signed by their proper officers, the day and year first set forth above. Surety By: IMPORTANT: Surety companies executing BONDS must appear in the Treasury Department’s most current list (Circular 570 as amended) and be authorized to transact business in the State of Wyoming. Proposal must be filled out, signed and submitted with the bid document ---PAGE BREAK--- Page 8 of 18 IF BIDDER IS: AN INDIVIDUAL By: doing business as: (Name) Address: Phone: A PARTNERSHIP By: (seal) (Firm Name) (General Partner) Business Address: Phone: A CORPORATION By: of (Corporation Name) (State of Incorporation) By: (Signature) (Title) ATTEST: (Corporate Seal) Business Address: Phone: A JOINT VENTURE By: Address: By: Address: By: Address: By: Address: (Each member of the joint venture must sign; attach additional sheet if necessary.) ---PAGE BREAK--- Page 9 of 18 SPECIFICATIONS Specifications for a cab and chassis to be used with a 27 cubic yard refuse compaction unit. These are the minimum specifications for a cab and chassis, you must meet or exceed these specifications. As this unit will be used in narrow alleys and cul-de-sacs a short turning radius and visibility from the cab will be of great importance. If (no) is marked, this will show the vehicle that you are supplying does not meet specifications. If indication (no) to any specifications, you must provide on a separate sheet of paper an explanation of the item that you would supply in place of the specified item. Any item not marked may result in rejection of the bid. SCOPE: The cab and chassis being specified will be used to collect garbage on a daily basis. The vehicle will be of a conventional cab type chassis, have in it a diesel engine as specified, automatic transmission, with axle and suspension requirements as requested by the City of Douglas. Meets Specifications Yes No I. WHEEL BASE & FRAME 1. Wheel base & frame length must meet specifications required by packer body manufacturer. 2. Clear frame rails back of cab to front of rear suspension bracket, both rails out board. 3. 11/32X3-1/2X10-15/16 Inch steel frame 120KSI. 4. ¼ inch c-channel inner frame reinforcement. 5. Front & rear frame mounted tow hooks. 6. Steel front bumper with license plate mount. Meets Specifications Yes No II. AXLES FRONT & REAR 1. Front Axle – 20,000 lbs. with 20,000 lbs. flat leaf front suspension, oil lubricated front hubs, grease able drag link and tie rods, and power assisted steering. 2. Rear Axle – 30,000 lbs. capacity .Single rear axle ratio to be 5.38 with driver controlled, traction lock differential. Blinking light indicator light to show when lock is energized and unlock default with ignition off. 3. Rear 30,000# flat leaf spring suspension with helper and radius rod. 4. GVW must meet the requirements specified by the body builder for the packer body. Meets Specifications Yes No III. BRAKES & BRAKE-RELATED EQUIPMENT 1. Air brakes front and rear (S-CAM) refuse service type. 2. Air compressor to be 18.7 C.F.M. 3. Rear brake chambers, spring type 30/30LS. 4. Parking brakes controlled by yellow knob located within easy reach of driver. 5. Brake lines color and size coded nylon 6. Automatic moisture ejector. 7. WABCO System Saver HP Heated air dryer. 8. 2 – gauges with both gauges mounted in dash. 9. Manual Drains with remote lanyards on air tanks. 10. Slack adjusters front and rear to be self-adjusting. 11. Front Brakes – 16.5” X 6” refuse approved brakes ---PAGE BREAK--- Page 10 of 18 12. Rear Brakes - 16.5” X 7” refuse approved brakes 13. ABS without traction control. 14. Rear brake dust shields 15. BW DV-2 Auto drain valve with heater – wet tank Meets Specifications Yes No IV. CAB/TRIM/SEATS 1. Full width cab with two people seating, both seats to be air ride and fully adjustable, cab to be severe duty aluminum with thermal and noise insulation package. Cab to have no dog house engine covering . If cab has dog house, the bid will not be considered, two sun visors, grab handles on left and right side of cab for three points of contact when entering cab, solid state circuit protection and fuses, AM/FM radio with two in cab speakers antenna and port for accessories, factory installed air conditioner, steering to be adjustable both tilt and telescoping, D.C. port for accessory power. Dual air horns on top of cab and an electric horn, tilt hood, tinted glass all around cab. One Motorola Mobile Radio model CM200, VHF 4 Channel 45 watt w/mic, bracket, power cable, & 2 YR. Warranty, antenna setup for roof mounting. Radio is to be programmed to the city frequency of 155.085.& programed to turn on & off with the ignition switch, radio is to be delivered with the truck but will be installed by the customer. Meets Specifications Yes No V. INSTRUMENT PANEL & GAUGES 1. Large, easy-to-read gauges: Electronic engine hour meter, Tachometer, dual air pressure gauge with low pressure warning buzzer, Engine coolant temperature, high engine coolant temperature warning light and buzzer, low coolant warning light, transmission temperature gauge, warning light and buzzer for high transmission temperature, Engine Oil Pressure, low engine oil pressure warning light and buzzer, fuel gauge, speedometer, voltmeter, instrument panel lighting adjustable. Meets Specifications Yes No VI. ENGINE - DIESEL 1. Engine – Cummins L9 350 HP @ 2000 RPM, 2200 GOV RPM,1000 LB/FT @ 1400 RPM, wet sleeved with current emission certification and selective catalytic reduction. ENGINE - DIESEL - continued Meets Specifications Yes No 2. Magnetic drain plug. 3. Warranted 2yrs, 100,000 miles 4. Antifreeze shall be long life and protected to -34 degrees. VII. ENGINE - EQUIPMENT 1. Air cleaner dry type, Air cleaner restriction gauge – mounted on air cleaner housing, Coolant filter/conditioner, Coolant recovery system, Heavy Duty radiator, , Engine after treatment device , automatic over the road regeneration and dash mounted regeneration request switch, Urea system with gauge in dash indicating level of urea in tank . RH under step horizontal after treatment system, block heater 1000 watts minimum (cold weather starting), Engine oil cooler, oil filter engine mounted disposable, type, Horton clutch fan drive or equivalent, air inlet heater, vertical exhaust with vertical tailpipe and stack guard, max height to be 11’6”, 6-gallon diesel exhaust fluid tank. ---PAGE BREAK--- Page 11 of 18 Meets Specifications Yes No VIII. ELECTRICAL 1. Two bbatteries 1800 CCA, 160 amp alternator. 2. Body builders wiring harness 4 feet past rear of frame for stop/tail/backup lights & alarm. 3. 96 dB minimum backup alarm. 4. Battery box with jump start and cover with battery disconnect switch. 5. Positive load disconnect with cab mounted control switch. 6. Electric power windows. Meets Specifications Yes No IX. TRANSMIISSION 1 5-speed refuse special automatic, Allison 3000 RDS heavy application with hot-shift capabilities, external transmission cooler, transmission fluid temperature sending unit used in conjunction with transmission gauge and high temperature alarm mounted in dash. Will include display showing life of fluid, filter and clutch condition with up and down buttons to show mode, auto neutral activated by parking brake. PTO mounting left side of transmission. Meets Specifications Yes No X. CAB EXTERIOR 1. Door mounted heated west coast mirrors. 2. LH & RH 8-inch convex mirrors mounted under primary mirrors. 3. LED aerodynamic marker lights. 4. Tinted rear window. 5. Roof mounted air horn. 6. Dual electric horns. 7. Air cab mounts. 8. Grab handles left & right sides of cab. Meets Specifications Yes No XI. FUEL TANK & FUEL SYSTEM 1. Single 80-gallon aluminum tank mounted left side with step. 2. Fuel filter/water separator with heated bowl and primer pump. 3. Single 80-gallon aluminum tank mounted left side with step. 4. Fuel filter/water separator with heated bowl and primer pump. Meets Specifications Yes No XII. TIRES/WHEELS/RIMS 1. Front 315/80R 22.5 (20 ply) radial tubeless type tires with highway thread. 2. Rear 315/80R22.5(20 ply) radial tubeless type tires, mud & snow traction tire. 3. Front wheels steel 22.5X9 10-hole, hub pilot. 4. Rear wheels, steel 22.5 X 8.25, 10-hole, hub pilot. 5. One spare wheel/tire assembly as specified above for front. 6. One spare wheel/tire assembly as specified above for rear. 7. Tires & wheels must meet the weight requirements of the body builder’s packer body. ---PAGE BREAK--- Page 12 of 18 Meets Specifications Yes No XIII. OPERATOR MANUALS & DIAGRAMS 1. One set Parts, Service, Operators Manuals, and Parts Line Sheet of truck, complete set of wiring diagrams for both the truck and the packer. All online manuals will be set up by the dealer for the customer. Meets Specifications Yes No XIV. EXTERIOR PAINT 1. Exterior paint to be base coat/clear coat white, with interior trim to match. Meets Specifications Yes No XV. WARRANTY 1. Warranty a minimum of 2 years and 100,000 miles BODY SPECIFICATIONS FOR HIGH COMPACTION SIDE LOADING REFUSE COLLECTION TRUCK BODY INTENT This specification describes a hydraulically operated packer body of side loading type with the following minimum specifications necessary to perform the work assigned. The body shall be manufactured and assembled in the U.S.A. The body shall be capable of compacting and transporting Refuse to a landfill or transfer station and dispensing the load by means of hydraulically ejecting the load from the body. The body’s construction and specifications shall be in compliance with the applicable standards to the (ANSI Safety Standard Z245.1) GENERAL TERMS The body shall be of rectangular form and shall be mounted in a stationary manner that does not require body to be tilted or raised in order to discharge the load. The body shall be of design that no welding, cutting, and / or material modification of the standard chassis frame forward of the rear axle(s) is required to mount the body. All equipment furnished under this contract shall be new, unused, and the same as the manufacture’s current production model. The body shall be equipped with a side loading container handling device capable of engaging, raising, discharging, lowering, and disengaging standard metal type containers of 2, 3, and 4 cubic yards containers with the operator / driver remaining in the cab of the chassis throughout the entire cycle. GUARANTEE Bidder shall state his normal warranty and extended warranty where available. BID QUOTATION Bid shall complete every space in the specification bidder’s proposal column with Yes or No to indicate if the item bid meets exactly as specified. If not, the “NO” column must be checked and a detailed description of the deviation from the specification must be supplied. Meets Specifications Yes No 1.0 BODY CAPACITY 1. The packer body shall have a capacity, including the receiving hopper, 27 cu. yds. 2. The hopper shall have a capacity of approximately 12 cu. yds. ---PAGE BREAK--- Page 13 of 18 3. The structural integrity of the body shall high density loading of up to 1,000 pounds per cubic yards of normal household garbage. Meets Specifications Yes No 2.0 HOPPER 1. The hopper will have a 12-cubic yard useable capacity. Hopper sides to be of a flat design with horizontal channel reinforcing. Lower panel to be 3/16”/A572 Grade 50/50,000 psi minimum yield up 48” from the floor. Upper panel to be 10-gauge/A572/Grade 50/50,000 psi minimum yield. Channel reinforcing to be 4” x 2” x 10-gauge/A3HR/36,000 minimum psi yield. 2. The hopper floor to be constructed of ¼” – AR400 – 140,000 psi minimum yield strength abrasion resistant steel. Hopper floor to be reinforced with a combination of ¼” – A38HR – 36,000 psi yield strength steel and 2”x3” x.25 H.S.S. and 4”x 3” x.25 H.S.S. Body sill under the hopper area to be ¼” – 46,000 psi yield strength steel with a 10” cross section. 3. The structural integrity of the body shall high density loading of up to 1,000 pounds per cubic yards of normal household garbage. 4. Body hopper opening to be 65” wide and 88” long with a depth from top of hopper shield to floor of 102”. 5. Hopper shall be equipped with a side access door with an opening of 36” wide x 43” tall. Door frame shall be 38” x 47” tall framed with 4” metal channel reinforcement. The door shall be fabricated from minimum ¼” metal. Door shall be installed with heavy duty hinges and latch (see picture). The rod diameter for the latches shall be ¾ The door shall have perimeter reinforcement and X-brace reinforcement corner to corner through the center welded to the perimeter reinforcement where the ends meet. Packer panel shall not interfere with door opening when in the retracted position, to allow access to the hopper floor. Meets Specifications Yes No 3.0 FRONT BULKHEAD 1. The front bulkhead shall be constructed from formed plates consisting of three horizontal members spanning the width of the body and outer vertical plate which lies perpendicular to the horizontal spanning members, creating an integral structure. 2. The outer plate, in addition to structurally reinforcing the entire assembly also seals the bulkhead so that effective liquid retention height of 22 ½” inches above the body floor is achieved. Meets Specifications Yes No 4.0 LOAD DISCHARGE 1. Load discharge is to be of “full eject” type and shall be interlocked with the rear door so that it must be open before the packer plate can pass the ½ pack point. 2. On a full eject, the opening of the rear door also disables the auto cycle, so the load discharge is controlled manually with the manual override packing controls. Meets Specifications Yes No 5.0 BODY ROOF 1. Body roof shall be of a square design and constructed of 10-gauge material/ A572/ Grade 50/70,000 psi tensile strength 50,000 psi minimum yield point strength steel. Roof shall be reinforced longitudinally at the point where the roof meets the side with 10-gauge/A36HR psi yield strength formed channel. ---PAGE BREAK--- Page 14 of 18 Meets Specifications Yes No 6.0 BODY SIDES 1. Body sides are Squair in design from top to bottom and constructed of 10- gauge/ A572/Grade 50/50,000 psi yield strength steel/70,000 psi tensile strength. The body shall be reinforced at the upper most point where it joins the roof with a formed channel constructed of 10-gauge/36,000 psi yield strength steel. With no rear body exterior stiffeners, the result shall be a smooth, aesthetically-pleasing exterior that can be utilized for signs or custom advertising, also making daily washing easier with less surface area to wash. Meets Specifications Yes No 7.0 BODY FLOOR 1. Body floor shall be part of the unibody concept and shall be of a square design. It shall be constructed of 3/16”/50,000 psi yield strength steel. In combination with the rear body seal and the unique front bulkhead design, the body will have the capacity to hold approximately 1,000 gallons of liquid waste. Meets Specifications Yes No 8.0 BODY REINFORCING 1. Mid-body reinforcing shall be achieved by a formed channel, constructed of 10- gauge/A570/Grade 50/50,000 psi yield strength steel with dimensions of 41/2” x 2. Rear body reinforcing at the door frame area shall be achieved by a formed channel constructed of 10-gauge/50,000 psi yield strength steel with dimensions of 4 ½” x Meets Specifications Yes No 9.0 LIFTING MECHANISM/MAST 1. The lifting mechanism shall be capable of handling rollouts, 1 ½, 3 and 4 cubic- yard stationary steel refuse containers. The City of Douglas uses a rollout lifting mechanism of its own design. The factory mechanism will be left off; however, the mounting holes will be drilled in their factory location to enable the City to mount its unit. 2. The lifting mechanism consist of a horizontal bar with container hook-up points on either end, achieving horizontal plane motion via the extension and retraction of one double acting cylinder which slides the roller supported mechanism frame work back and forth through a horizontal track mounted above the chassis framework, below the body floor. 3. Vertical motion of the lifting mechanism shall be achieved through the extension and retraction of two double acting hydraulic cylinders which raise and lower the roller supported frame work through a vertical track. The mechanism shall be simultaneously connected to a system of link bars attached to a pivot shaft which rotate the container for dumping purposes at its extreme vertical level. 4. The mechanism will be capable of serving containers from the ground level to dock height (approximately 48 inches from ground level). The lifting mechanism will also have a 48’’ inch reach from truck body to container. Meets Specifications Yes No 10.0 REAR DOOR 1. The rear door is to have a convex profile to direct material flow compaction and to ensure that the body fills completely. ---PAGE BREAK--- Page 15 of 18 2. The rear door is to have a 3 cubic yard capacity and is to be constructed of 10- gauge 50,000 psi yield strength steel. 3. The rear door shall be attached to the body with 2 heavy-duty steel hinges with 1 ¼ “diameter – 150,000 psi yield strength steel, rotating in a hardened bearing race. 4. The rear door is to incorporate a water tight seal to prevent leakage. This shall be a replaceable compression type seal attached to the body, extending along the full width of the body/door interface and 39’’ up the sides. 5. The rear door shall be automatically latched and unlatched in sequence with the rear door hydraulic lift cylinders. The latch hooks shall be constructed of 1” thick -100,000 psi yield strength steel which must be installed and removed manually and are incorporated to prevent accidental opening of the door. 6. A Federal Motor Carrier approved under-ride guard shall be furnished. The under-ride guard shall be welded to the bottom of the rear door and swings out of the way with the door when refuse is ejected. Meets Specifications Yes No 11.0 PACKER EJECTION BLADE 1. A hydraulically-activated plate shall be furnished to clear the hopper of refuse, compact the body and eject the load. These hydraulic functions are operator- controlled from within the cab. 2. The packer/ejection blade lower section shall be constructed of ¼ “thick – 50,000 psi strength steel and the upper section shall be reinforced with vertical and horizontal boxed sections. 3. The packer/ejection blade shall be supported on two 3” x 46” x 50” thick Wear form -500 100,000 psi yield strength wear plates. The shoes ride on a 3” wide x .50 Wearform-500 wear plates on bottom inside steel guide channels which are welded directly to the body side for extra strength. The shoes are replaceable by removing the packer/ejection blade. Meets Specifications Yes No 12.0 FULL EJECT 1. The packing/ejection blade shall be operated by two horizontally mounted, crisscrossed hydraulic cylinders. These cylinders are three stage, 5 ½ x 4 ½ x 3 ½ bore, double acting and have chrome plated shafts. They are mounted above the floor to prevent damage and are attached by 2” diameter pivot pins. Full eject operation takes about 35 seconds, including the time to return the blade to the “home” position. Meets Specifications Yes No 13.0 HYDRAULIC SYSTEM 1. The hydraulic system maximum operating pressure shall be 2,500 psi. 2. A frame mounted heavy-duty manufactured in the U.S.A. single stage hydraulic pump hot shift, shaft driven off the transmission with a HI-GFM/LOW=RPM displacement design. This will also have a priority flow control device and a dry valve to control the pump. The pump will deliver 66 GPM @ 1,800 RPM and shall be protected by an electric over speed switch. Pump start-up and shut- down shall be achieved by means of a push/pull switch connected to an air- solenoid valve. 3. The hydraulic system utilizes hoses and tubing which have a burst pressure rating of 3 ½ times the maximum working pressure of 2,500 psi. ---PAGE BREAK--- Page 16 of 18 4. The hydraulic system oil reservoir has a capacity of 70 U.S. gallons, located on the opposite side of the lifting mechanism and mounted to the chassis frame. 5. The tank come complete with an oil level/temperature gauge, visible from the ground, a filter type breather cap and a shut-off valve. Hydraulic filtration includes a 100-mesh suction screen located on the suction side of the hydraulic tank, a 10-micron pressure filter (with indicator) located between pump and valve assembly and a 10 micron return filter (with indicator located on the hydraulic tank). Red push button, in cab, shuts down the complete system. 14.0 CONTROLS 1. Controls for all functions are located in the cab within easy access to the operator. Start-up/shut-down control utilizes a push/pull switch with a large 2 3/8” diameter knob. Left reach and grabber functions utilize dual compensating air valves in tandem or triple configurations. Top-door options, when used, utilizes a momentary contact switch in conjunction with a limit switch, a pressure switch and an adjustable timer (.01 seconds – 10 seconds) to compact and “crush” refuse, then compaction packer automatically returns. Eject/retract functions are controlled by an electrical selector switch and a set of air valves. 15.0 INDICATOR LAMPS 1. Retract = Yellow 1. Compact = Green 2. Over speed = Blue 3. Tailgate Ajar = Red 4. Strobe/Work Lamps on = Amber 16.0 BODY LIGHT & WIRING 1. All lighting shall be in accordance with The light bar on the lower section of the door includes two LED stop/turn indicators on each side and one backup lamp on each side. 2. A mid-body signal combination marker lamp shall be located on each side of the unit, mid-lower body. 3. Body marker lamps are located, one in front and on the top corner of each side (amber). Rear body markers are located in the rear door frame, one on the top and one on the bottom. There shall also be a grouping on the outside of the rear door, one on each side and three in the center. All lights shall be LED type. 4. An electrical back-up alarm shall be provided and shall be activated when the vehicle is in reverse. An electrical alarm shall be provided and shall be activated when the rear gate is ajar. Circuit breakers, able to be reset, are utilized for circuit protection on packer systems. All wiring shall be enclosed in the body member or sealed plastic loom. All wiring shall be color coded. 5. A rear facing camera and an in cab mounted, easily visible monitor shall be installed to provide safety while backing. 6. An amber LED class 2 strobe light mounted at the rear in center of tail gate. Light is to be wired on any time the truck engine is running. 7. Flood type work lights mounted one in front of the mast & one at the rear of mast to light the area where the containers hook onto the lift, one work light ---PAGE BREAK--- Page 17 of 18 mounted to the front inside of hopper to light the packer blade, so the operator can see the blade. Switch for the work lights is to be mounted in cab by the packer controls. 17.0 MUD FLAPS 1. Mud flaps are installed on the front and rear of the axle. ---PAGE BREAK--- Page 18 of 18 Deviations from specifications: