← Back to Douglas

Document Douglas_doc_9fb54316c2

Full Text

Page 1 of 20 CITY OF DOUGLAS WYOMING Contract Documents & Specifications for One New Cab, Chassis and Refuse Compaction Body Douglas City Hall 101 N. 4th St. PO Box 1030 Douglas, WY 82633 Public Works Dept. 420 W. Grant Street PO Box 1030 Douglas, WY 82633 ---PAGE BREAK--- Page 2 of 20 City of Douglas Call for Bids (Equipment) Sealed bids for One New Specified 2020 Cab, Chassis and Refuse Compaction Body will be received in the office of the City Clerk until 2:30 p.m., July 31, 2019 and read immediately thereafter in the Conference Room at City Hall, 101 N. 4th St., Douglas, WY. Bid should include the option of an allowance for trade-in, one 2013 Freightliner/Champion Refuse Truck. 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 17th & 24th, ,2019 End of Section ---PAGE BREAK--- Page 3 of 20 CITY OF DOUGLAS BID INFORMATION July 11, 2019 Seal bids will be received until 2:30 p.m. on July 31, 2019, at the office of the City Clerk the same day in the Conference Room of the City Hall Building at 101 North 4th Street, Douglas, Wyoming, for One New Specified 2020 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 units will not be accepted or considered in the bid proposal. Bid should include the option of an allowance for trade-in, one 2013 Freightliner/Champion Refuse Truck VIN 1FVH63CY30HFG5015. Details and specifications may be obtained by contacting the Public Works Department, 420 West Grant, Douglas, Wyoming 82633-2153. Delivery will be accepted, F.O.B. Douglas, Wyoming. All complete bids must be F.O.B. the City of Douglas, Public Works Department, 420 West Grant, Douglas, Wyoming 82633-2153. Tax Exempt Certificate will be furnished by the City of Douglas. All bids must be clearly marked New 2020 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. A Bid Bond or Letter of Credit of 5% will be required at the time the bid is opened. The City of Douglas will allow a 5% preference to Wyoming residents. Bidders will supply a Certificate of Residency in compliance with the Wyoming Department of Labor and Statistics. 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 New Specified 2020 Cab, Chassis and Refuse Compaction Body. The specifications are for and the purpose and intent of this document is to specify the purchase of a New Specified 2020 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 ---PAGE BREAK--- Page 4 of 20 bidder shall outline fully on company letterhead stationery 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 to the requirements, unless deviations have been cited by the bidder and acceptance based upon the exceptions. Total bid amount for new 2020 unit: $ Signature of company representative responsible for bid: Printed Name: You are required to deliver the above specified item/s, F.O.B. to Douglas, Wyoming on or before June 15, 2020 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. End of Section ---PAGE BREAK--- Page 5 of 20 (Proposal must be filled out, signed and submitted with the bid document) PROPOSAL FOR FURNISHING NEW SPECIFIED 2020 CAB, CHASSIS AND REFUSE COMPACTION FOR THE CITY OF DOUGLAS, WYOMING Proposal of (Name): (Address): to furnish equipment as specified to the City of Douglas, Wyoming, in accordance with specifications dated (insert date). BID ITEM: Description: New Specified 2020 Cab, Chassis and Refuse Compaction Body Make and Model: I. Price bid for (unit) as specified FOB a. Douglas, Wyoming $ II. Less trade-in allowance: (One 2013 Freightliner/Champion Refuse Truck VIN 1FVH63CY30HFG5015) 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: Printed Name: Title: End of Section ---PAGE BREAK--- Page 6 of 20 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. End of Section ---PAGE BREAK--- Page 7 of 20 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.) End of Section ---PAGE BREAK--- Page 8 of 20 NOTICE OF AWARD To: Equipment description: One New Specified 2020 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 July 17th & 24th 20 19 and information for bidders. You are hereby notified that your bid has been accepted for item/s in the amount of: Base Bid One New Specified 2020 Cab, Chassis and Refuse Compaction Body Option #1 - $ Description Option #2 - $ Description _ _ Option #3 - $ Description Less Trade in Amount: $ (One 2013 Freightliner/Champion Refuse Truck VIN 1FVH63CY30HFG5015) 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. ACCEPTANCE OF NOTICE Receipt of the above Notice of Award is hereby acknowledged by: Owner Company Name Name Printed Name/Title Printed Name/Title Date Date End of Section ---PAGE BREAK--- Page 9 of 20 SPECIFICATIONS Specifications for One New Specified 2020 Cab, Chassis and Refuse Compaction Body. These are the minimum specifications for this vehicle; you must meet or exceed these specifications. Mark “Yes” if item meets specifications; mark “No” if not. If indication “No” is marked 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 truck being specified will be used by the City of Douglas and will be assigned specifically to the Public Works Sanitation Department. The truck will operate daily collecting refuse by lifting refuge containers and dumping over the left front of compactor body; the refuse will be compacted until the body is full then hauled to a transfer station where the refuse will be ejected from the body through a lifted tail gate. I. ENGINE & ENGINE EQUIPMENT: Yes No 1. Cummins L9 350 HP @ 2000 RPM 2. 1000 LB/Ft Toque @1400 RPM 3. 1000-watt 115 volt coolant heater w/heater receptacle mounted under LH door 4. Dry type air cleaner w/restriction gauge mounted on air cleaner housing 5. Heavy duty radiator with coolant recovery system and coolant conditioner filter 6. Automatic OTR regeneration and dash mounted regeneration request switch 7. Urea system with gauge in dash indicating urea tank level 8. LH 6 Gallon diesel exhaust fluid (DEF) tank 9. Aluminum after treatment device/muffler/tailpipe/shields 10. RH outboard under step mounted horizontal after treatment system 11. RH curved vertical tailpipe B-Pillar mounted routed from step 12. Automatic fan control without a dash switch 13. Electronic engine integral shutdown protection system 14. 12 Volt 160amp alternator 15. 12V group 31 maintenance free batteries w/threaded stud post 16. Single battery box frame mounted LH side under cab 17. Electric grid air intake warmer II. ELECTRONIC PARAMETERS: Yes No 1. Parameters set to body builders’ recommendations 2. 75 MPH road speed 3. Cruise control speed limit same as road speed 4. PTO mode cancel speed 5 MPH III. TRANSMISSION & TRANSMISSION EQUIPMENT: Yes No 1. Allison 3000 RDS automatic with PTO provision 2. WTEC calibration – 6 speed RDS 3. Vehicle interface wiring at back of cab 4. Electronic transmission customer access connecter firewall mounted ---PAGE BREAK--- Page 10 of 20 5. Push button electronic shift control dash mounted 6. Transmission oil to water cooler in radiator end tank 7. transmission fluid (TES-295 compliant) IV. FRONT AXLE & EQUIPMENT: Yes No 1. Flat leaf drop single front axle w/ 20,000# flat leaf suspension 2. 16.5X6 Q+ non-asbestos front brake shoes & linings 3. Cast iron front brake drums 4. Vented front hub caps with window 5. Automatic front brake slack adjusters 6. Power steering with power steering pump 7. Front shock absorbers 8. 75w-90 front axle lube V. REAR AXLE & EQUIPMENT: Yes No 1. MT-40XP 40,000# R-Series tandem rear axle 2. 5.29 rear axle ratio 3. Iron rear axle carrier with optional heavy-duty axle housing 4. MXL 17T Meritor extended lube main driveline with haft round yokes 5. MXL 17T Meritor extended lube interaxle driveline with haft round yokes 6. Driver controlled traction differential-both tandem axles 7. Interaxle lock valve, driver controlled differential forward-rear axle valve and rear-rear axle valve 8. Blinking lamp with each mode switch, interaxle unlock default with ignition off 9. Blinking lamp with each mode switch, differential unlock with ignition off, active <5 MPH 10. 16x.5X7 Q+ cast spider cam, double anchor, fabricated shoes 11. Brake cams and chambers on front side of drive axles 12. Cast iron rear brake drums 13. Wabco Tristop D 2-drive axles spring parking chambers 14. Haldex automatic rear slack adjusters 15. 75w-90 rear axle lube VI. REAR SUSPENSION: Yes No 1. Tuftrac 40,000# rear spring suspension 2. Tuftrac standard ride height 3. Axle clamping group 4. 54 Inch axle spacing 5. Fore/aft and transverse control rods 6. Rear shock absorbers – two axles VII. BRAKE SYSTEM Yes No 1. Wabco 4S/4M ABS without traction control 2. Reinforced nylon, fabric braid and wire braid air lines ---PAGE BREAK--- Page 11 of 20 3. Fiber braid park brake hoses 4. Standard brake system valves 5. Standard air system pressure protection valves 6. Standard U.S. front brake valve 7. Relay valve with 5-8 PSI crack pressure, no rear proportioning valve 8. Wabco System Saver HP air dryer with heater 9. Air dryer mounted inboard on LH frame rail 10. Steel air tanks mounted aft inside and/or below frame just forward of rear suspension 11. BW DV-2 auto drain valve with heater - wet tank, petcock drain valves on all other tanks VIII. WHEELBASE AND FRAME: Yes No 1. 6100MM (240 inch) wheelbase 2. 11/32X10-15/16-inch steel frame 120KSI 3. 2525MM (95 inch) rear frame overhang 4. ¼ inch c-channel inner frame reinforcement 5. Frame overhang range: 91 inches to 100 inches 6. Back of cab to rear suspension C/L (CA): 174.45 inches 7. Square end of frame 8. Front closing crossmember 9. Standard rearmost cross member 10. Heavy duty suspension crossmember IX. CHASSIS EQUIPMENT: Yes No 1. 14 Inch painted steel bumper 2. Bumper mounting for single license plate 3. No mud flaps brackets 4. Rear mud flaps installed by body manufacturer 5. Clear frame rails from back of cab to front rear suspension, both rails outboard 6. Grade 8 hex headed frame fasteners 7. Tow hooks, frame mounted, two front and two rear of truck. X. FUEL TANK(S): Yes No 1. 50 Gallon/189leter short rectangular aluminum fuel tank - LH 2. Fuel tank forward 3. Plain step finish 4. Fuel tank cap 5. Detroit fuel filter/water separator 6. Equiflo inboard fuel system 7. High temperature reinforced nylon fuel line XI. Tires: Yes No 1. 11R22.5 16 ply front steer tires 2. 11R22.5 16 ply rear traction tires ---PAGE BREAK--- Page 12 of 20 3. One spare tire for the rear, One spare tire for the front. XII. HUBS: Yes No 1. Pre-set Plus bearing iron front hubs 2. Pre-set Plus bearing iron rear hubs XIII. WHEELS: Yes No 1. 22.5x8.25 10-hub pilot 5-hand steel disc wheels XIV. CAB EXTERIOR: Yes No 1. Aluminum conventional cab 2. Air cab mounts 3. 2-1/2” fender extensions 4. LH and RH grab handles 5. Molded-In color grill 6. Molded-in color hood mounted air intake grill 7. Fiberglass hood 8. Single 14-inch air horn roof mounted 9. Single electric horn 10. Door lock and ignition switch keyed the same 11. LED marker lights 12. Daytime running lights – low beam only 13. Standard front turn signal lamps 14. Door mounted mirrors 15. Duel west coast molded-in color heated mirrors 16. LH and RH molded-in color convex mirrors mounted under primary mirrors 17. No cab mounted steps 18. LH and RH tinted door glass 19. Rear window 20. Power electric door window regulators 21. Windshield washer reservoir, frame mounted 22. Rubber mud flaps behind front tires to keep mud from tanks, steps, etc. XV. CAB INTERIOR: Yes No 1. Gray vinyl interior 2. Molded plastic door panels with aluminum kickplate lower door 3. Black mats with single insulation 4. Dash mounted ashtray without lighter 5. Forward roof mounted console with upper storage compartments 6. In dash storage bin 7. Smart switch expansion module 8. Heater, defroster and air conditioner ---PAGE BREAK--- Page 13 of 20 9. Main HVAC controls with recirculation switch 10. Standard heater plumbing with ball shut off valves 11. Heavy duty air conditioner compressor 12. Binary control, R134A 13. Cab insulation 14. Solid state circuit protection and fuses/circuit breakers 15. 12-volt negative ground electrical system 16. Dome light with three-way switch activated by LH and RH doors 17. Cab door latches with electric door locks 18. High back air suspension driver and passenger seats with seat belts 19. Driver & passenger seats are the same type, color and manufacturer 20. Heavy duty vinyl driver & passenger seats with fold down armrest 21. LH and RH integral door panel arm rest 22. Adjustable tilt and telescoping steering column 23. Driver and passenger interior sun visors XVI. INSTRUMENTS AND CONTROLS: Yes No 1. Low air pressure light and buzzer 2. 2 inch primary and secondary air pressure gauges 3. 97 DB back-up alarm mounted rear inboard of rail 4. Electronic cruise control with easy access switches 5. Key operated ignition switch with integral start position 6. Odometer/trip/hour/diagnostic/ voltage display 7. Heavy Duty on-board diagnostic interface connector, located LH below dash 8. 2-inch electric fuel, oil pressure, engine temperature, transmission temperature and gauges. 9. Engine and trip hour meters integral within drivers display 10. AM/FM/WB radio with front auxiliary inputs, radio speakers in cab 11. Dash mounted radio, AM/FM antenna mounted on forwarded LH cab 12. Electronic MPH speedometer with secondary KPH scale 13. Electronic 3000 RPM tachometer 14. Ignition switch controlled engine stop 15. Programmable RPM control-electronic engine 16. Single electric windshield wiper motor with delay 17. Marker light switch integral with headlight switch 18. One valve parking brake system with warning indicator 19. Self-canceling turn signal switch with dimmer, washer/wiper and hazard in handle 20. Integral electronic turn signal flasher with hazard lamps overriding stop lamps 21. Customer furnished and installed PTO controls XVII. PAINT AND COLOR: Yes No 1. Paint: one solid color 2. Cab color: fleet white ---PAGE BREAK--- Page 14 of 20 3. Chassis paint: black 4. Wheels: white 5. Standard black bumper paint XVIII. WARRANTY: Yes No 1. Full factory warranty on cab chassis and components to be shown with the bid. 2. Cab and chassis warranty will be registered by the vendor at the time of delivery. A copy of the cab and chassis warranty/registration is to be delivered with the truck. 3. Engine warranty will be registered by the vendor. A copy of the engine warranty/ registration is to be delivered with the truck. XIX. MANUALS: Yes No 1. Workshop manual set in book form 2. Custom parts catalog in book form 3. Drivers & operators manual 4. Engine operator’s manual End of Section ---PAGE BREAK--- Page 15 of 20 BODY SPECIFICATIONS FOR HIGH-COMPACTION, SIDE-LOADING REFUSE COLLECTION TRUCK BODY INTENT: 1. This specification describes a hydraulically operated packer body of side loading type with the following minimum specifications necessary to perform the work assigned: a. The body shall be manufactured and assembled in the U.S.A. b. 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. c. The body’s construction and specifications shall be in compliance with the applicable standards to the (ANSI Safety Standard Z245.1). GENERAL TERMS: 1. The body shall have a capacity of 32 cubic yards including the receiver hopper. 2. No top sliding cover/door is to be installed on top of packer body (the City of Douglas has not used the ones installed on the refuse trucks we now have, and they cause more problems than they help). 3. 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. 4. 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. 5. All equipment furnished under this contract shall be new, unused, and the same as the manufacture’s current production model. 6. 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. I. HOPPER: Yes No 1. The packer body shall have a capacity (including the receiver hopper) of 32-cubic yards. 2. 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. Channel reinforcing to be 4”X2”X10 gauge – A3HR – 36,000 minimum psi yield. ---PAGE BREAK--- Page 16 of 20 3. 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. Body sill under the hopper area to be ¼” – 46,000 psi yield strength steel with a 10” cross section. 4. Body hopper opening to be 65” wide and 88” long with a depth from 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”x47” tall framed with 4” channel reinforcement. The door shall be from minimum ¼” steel. Door shall be install with heavy duty hinges and latch (see pictures, last page). The rod diameter for the latches shall be The door shall have perimeter reinforcement, center brace welded to the perimeter reinforcement. Packer panel shall not interfere with the door opening when in the retracted position, to allow access to the hopper floor. 6. Side ladder with a swing down lower section will be mounted to the RH outside rear of hopper body. The ladder shall have a weight bearing capacity of 350 lbs. II. FRONT BALKHEAD: Yes No 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. III. LOAD DISCHARGE: Yes No 1. Load discharge is to be of “full eject” type and shall be interlocked with the rear door so that it has to be open before the packer plate can pass the ½ pack point. 2. On 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. IV. BODY ROOF: Yes No 1. Body roof shall be of a square design and constructed of 10-gauge steel – A572 Grade 50- 70,000 psi tensile strength 50,000 psi yield point strength steel. Roof shall be reinforced longitudinally at the point where roof meets the side with 10 gauge – A36HR psi yield strength formed channel. V. BODY SIDES: Yes No 1. Body sides are a square 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 steel. The body shall be reinforced at the upper most point where it joints 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. VI. BODY FLOOR: Yes No 1. Body floor shall be part of the unibody concept and shall be of square design. It shall be constructed of 3/16” – 50,000 psi yield strength steel. In combination with the rear body seal and unique front bulkhead design, the body will have the capacity to hold approximately 1,000 gallons of liquid waste. ---PAGE BREAK--- Page 17 of 20 VII. BODY REINFORCING: Yes No 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 4 ½”x 2. Rear body reinforcing at the door shall be achieved by a formed channel constructed of 10 gauge – 50,000 psi yield steel with dimensions of 4 ½”x VIII. LIFTING MECHANISM/MAST: Yes No 1. The lifting mechanism shall be capable of handling rollout dumpsters, 1 ½, 3 and 4-yard stationary refuse containers. The City of Douglas uses a rollout lifting/locking mechanism of its own design. The factory mechanism will be left off, however the mounting holes for the factory mechanism will be drilled in their factory location to enable the City to mount it unit. 2. The lifting mechanism consist of a horizontal bar with container hook-up points on each end, achieving horizontal plane motion via the extension and retraction of one double acting hydraulic cylinder which slides the roller supported framework through a vertical track mounted above the chassis frame work, below the body. 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 mechanism framework through a vertical track. The mechanism shall be simultaneously connected to a system of link bars attached to a pivot shaft which rotates the container for dumping purposes at it extreme vertical level. 4. The mechanism will be capable of serving containers from ground level to dock height (approximately 48 inches from the ground level). The lifting mechanism will also have a 48- inch reach from truck body to container. 5. Manual air valves for controlling the mast in/out and up/down will be mounted within easy reach of the operator, one valve will control in and out and one valve will control up and down functions. IX. REAR DOOR: Yes No 1. The rear door is to have a convex profile to direct material flow compaction and to ensure that the body fill completely. 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 two heavy duty steel hinges with 1 ¼ “diameter – 150,000 psi yield strength steel rod, rotating in a harden bearing. 4. The rear door is to incorporate a watertight seal to prevent leakage. This shall be a replaceable compression type seal attached to the body, extending 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 cylinders. The latch hooks shall be constructed of 1” thick - 100,000 psi yield strength steel. Latch locks 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 welded to the bottom of rear door and swing out of the way when refuse is ejected. X. PACKER EJECTION BLADE: Yes No 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. ---PAGE BREAK--- Page 18 of 20 2. The packer/ejection blade shall be constructed ¼” – 50,000 psi yield strength steel and the upper section shall be reinforced with vertical and horizontal box sections. 3. The packer/ejection blade shall be supported on two 3”x 26”x 50” thick Wearform-500 100,000 psi yield strength wear plates. The shoes ride on a 3”x wide x .50 Wearform-500 wear plates on bottom inside steel guide channels which are welded directly to the body for extra strength. The shoes are replaceable by removing the packer/ejection blade. XI. FULL EJECT: Yes No 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” bore, double acting and have chrome plated shafts. They are mounted above the floor to prevent damage and are attached by 2” pivot pins. Full eject operation takes about 35 seconds, including the time to return the blade to home. XII. HYDRAULIC SYSTEM: Yes No 1. The hydraulic system maximum operating pressure shall be 2,500 psi. 2. A frame mounted heavy-duty manufactured in the USA 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 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 shall utilize hoses and tubing which has a burst pressure rating of 3 ½ times the maximum working pressure of 2,500 psi. 4. The hydraulic system oil reservoir shall have a capacity of 70 U.S. gallons located the opposite side of the lifting mechanism and mounted to the chassis frame. 5. The tank shall come complete with temperature/level gauge, visible from the ground, a breather cap and a shut off valve. Hydraulic filtration includes a 100-mesh screen located on the suction side of the hydraulic tank, a 10-micron pressure filter (with indicator) located between the pump and valve assembly and a 10-mircron return filter (with indicator located on the hydraulic tank) red push button in cab shuts down the complete system. XIII. CONTROLS: Yes No 1. Controls for all functions are to be located in the cab within easy access to the operator. Start- up/shut-down control will utilize a push/pull switch with a large 2 3/8” diameter knob. Lift reach and grabber functions will utilize duel compensating air valves in tandem or triple configurations. A pressure switch and an adjustable timer (.01 seconds-10 – seconds) will be used to compact and “crush” refuse, then compaction packer will automatically return. Eject/retract functions shall be controlled by an electrical selector switch and a set of air valves. XIV. INDICATOR LAMPS: Yes No 1. Retract – Yellow 2. Compact – Green 3. Over speed – Blue 4. Tailgate ajar – Red 5. Strobe/work lights on – Amber 6. A lamp will be on anytime the master switch is on. XV. BODY LIGHTS AND WIRING: Yes No 1. All lighting shall be in accordance with Light bar on the lower section of rear door includes two LED stop/turn and two LED tail lamps, one LED back-up lamp on each side. ---PAGE BREAK--- Page 19 of 20 2. Mid-body on outside of each fender will have a LED turn/marker lamp. 3. Top tail gate will have one each side stop/turn LED lamps, one each side LED tail marker lamp. Center top of rear door will have three LED red marker lamps. LED marker lamps will be mounted on all four corners of body. 4. An electric back-up alarm shall be provided and shall be activated when the vehicle is in reverse. An electrical alarm shall be provided and shall activated when the tail gate is ajar. Circuit breakers with reset will be used for circuit protection on packer system systems. All wiring shall be enclosed in body members or sealed in plastic loom. All wiring shall be color coded and a readable up to date schematic shall be provided. 5. A rear facing camera and an in cab mounted, easy visible monitor shall be installed to provide safety while backing. 6. Flood type work lamps shall be mounted one in front and one at the rear of mast to light the area where the containers hook on to the mast mechanism. One flood type work lamp shall be mounted in the front of packer body to light up the packer blade. Switch for the work lamps shall be mounted in cab by the packer controls. 7. An amber LED class 2 strobe light shall be mounted at the rear center of tail gate. Light is to be on when any time the engine is running. XVI. MUD FLAPS: Yes No 1. Mud flap are to be installed on the front and rear of the rear axle’s fenders. XVII. MANUALS: Yes No 1. Manuals for the body will be provided with the new body, manual will cover operations, parts & systems settings. XVIII. WARRANTY: Yes No 1. Body warranty will be shown on the bid. 2. Body warranty will be registered by the vendor at the time of delivery, a copy of registration/warranty will be with the unit at the time of delivery. End of Section ---PAGE BREAK--- Page 20 of 20