Loading...
HomeMy WebLinkAboutSolid Waste Division Spec checkoff City of Bozeman, Montana Solid Waste Division Bid Specifications and Bid Form *Note:your bids must be submitted on this form.* Bid Specifications for: one (1) New 2014(or newer) 60,000 Pound GVWR Tandem Axle Truck with installed and operating New 2014(or newer) Automated Side Load Refuse Packer and one (1) New 2014(or newer) Packer unit to be installed on an existing chassis The equipment described herein shall be a new 2014 or newer production and shall be in first class running condition. All parts and accessories which are required to compose a complete unit shall be furnished whether herein stipulated or not. Unless otherwise noted in these specifications, all equipment cataloged as standard shall be furnished and included in the purchase price of the unit. SCHEDULE1 COMPLETE CHASSIS & PACKER UNIT This truck will be used for collecting/hauling of refuse materials for the City of Bozeman. The primary drive function will be from the right hand position therefore all driver functions to be accessed on right side. The City of Bozeman will be accepting one bid for a cab & chassis and one refuse packer. The successful truck bidder will be responsible for setting times for the refuse packer and other equipment to be mounted, and delivery of the complete unit to the Solid Waste main office in Bozeman, MT. Section 1 Standard Options: All standard equipment and options, whether expressly stated herein or not, shall be included Yes X No Exceptions Section 2 Color: Cab color shall be L0069EB, blue Elite BC or equivalent Yes x No Exceptions bid f•;r.,ne S 11 Now 2014 60,000 Pound G`JwR Tandem Axle Truck with installed and operating New 2014 Automated Side Load Refuse Packer andfor one(1)Now 2014 Packer unit to be installed or,an existing chassis Section 3 Engine: Unit shall have three hundred eighty(380) HP at eighteen hundred (1800) RPM, two thousand eighty(2080) GOV RPM, one thousand three hundred fifty(1350) Ib/ft at eleven hundred (1100) RPM Yes x No Exceptions Unit shall meet current federal emission standards. Yes x No Exceptions Engine block heater with thermostat(fifteen hundred (1500)watt/one hundred fifteen (115)volt) Yes x No Exceptions Antifreeze to minus thirty four degrees(-34') Fahrenheit Yes x No Exceptions Three (3), Group thirty one(31), twelve (12)volt maintenance free three thousand three hundred seventy five (3375) CC threaded stud batteries Yes x No Exceptions Battery box with cover, mounted short side to rail Yes x No Exceptions Battery disconnect switch Yes x No Exceptions Standard heater plumbing with ball shutoff valves at supply lines Yes_X No Exceptions Unit shall have a Davco 482 fuel water separator with esoc and twelve (12) volt&one hundred twenty (120)volt pre-heater or equivalent Yes X � No Exceptions BW model BA-921, nineteen point zero (19.0)CFM single cylinder air compressor with safety valve Yes x No Exceptions Right hand outboard under step mounted horizontal after-treatment system assembly with left hand B-pillar mounted vertical tailpipe Page 2 01,31 R"..Sa :_'ations for ride€1 s Now 2014 60,000 Pound GVVIJR Tandern Axle Truck with installed and operating New 2014 Automated Side Load Refuse Packer andlor one(l)New.2014 Packer unit to be installed on an existing chassis Yes x No Exceptions Engine after-treatment device, automatic over the road regeneration and dash mounted regeneration request switch Yes x No Exceptions Exhaust system height must clear top of packer box Yes x No Exceptions Minimum thirteen (13)gallon diesel exhaust fluid tank Yes x No Exceptions Stainless after treatment device/muffler/tailpipe shield Yes X No Exceptions Automatic fan control with dash switch and indicator light, non engine mounted Yes x No Exceptions A maximum capacity fuel tank desired, however must have a minimum of seventy(70) gallon/two hundred sixty four(264) liter aluminum fuel tank Yes x No Exceptions Fifteen (15)gallons of additional fuel Yes X No Exceptions Fuel cooler as required Yes x No Exceptions Section 4 Transmission and equipment: Allison 4500 RDS automatic transmission with PTO Yes x No Exceptions For automated side-load refuse application, must have auto neutral YesX_ No Exceptions All electrical wiring shall be in protective looms Page 3 of 31 Bid ipGcifir irons for one i 1?New 2014 60,000 Paund GVWR Tandem Axle Truck with installed and operating Pled 2014 Automated Side load Refuse Packer and/or one(1)New 2014 Packer unit to be installed on an existing chassis Yes. x No Exceptions All wiring harnesses shall be Deutsch automotive type connectors meeting IP67 waterproof specification Yes x No Exceptions The electrical system junction boxes or terminations shall use the IP67 specification connectors Yes x No Exceptions All circuits shall be properly fused and wiring shall be color coded and numbered Yes X No Exceptions Numbered Vehicle Interface wiring and PDM with body builder connector in back of cab Yes x No Exceptions Electronic transmission customer access connector mounted on firewall Yes x No Exceptions Water to oil transmission cooler must be frame mounted Yes x No Exceptions Ninety seven (97) DB backup alarm when reverse is engaged Yes x No Exceptions Push button electronic shift control—dash mounted Yes X No Exceptions Transmission oil check and fill with electronic oil level check Yes x No Exceptions Section 5 Cab: Conventional Cab Yes X No Exceptions Shall be drivable from the right hand position, steering must be installed at the factory Yes. X _. No Exceptions Fontaine Modification Co. Page 4 of31 R.d SP,*df 7—*ons for one i Y i New 2414 60.000 Pound GVWR Tandern Ule Truck with installod and operating New 2014 Automated Sfdo Load Refuse Packer andlor one(Ij New 2014 Packer unit to be installed on an existing chassis Unit shall have an adjustable telescoping/tilt steering wheel on both sides Yeses_ No Exceptions All windows will be tinted safety glass; rear window shall be full cab width Yes_X No Exceptions Retractable seat belts shall be of the lap/shoulder type Yes X No Exceptions Unit shall have arm rests on left& right door Yes x No Exceptions Unit shall have a cold climate package Yes x No Exceptions Unit shall have two (2) heavy-duty windshield wipers with intermittent switch and windshield washer shall be installed Yes X No Exceptions Unit shall have dual sun visors Yes x No Exceptions Unit shall have dome lights,with manual and automatic door switch Yeses_ No Exceptions Cab shall be equipped with a right-hand and left-hand heated/motorized outside mirror not less than six inch by sixteen inch (6"xl6") and a separately adjustable minimum eight inch round convex mirror to be attached to the main mirror supporting rods on each side; mirror must be able to fold when struck and mounted on door. Mirror controls to be mounted in center so that it can be operated from both sides. Yes,x_ No Exceptions Unit shall have a common key for doors and ignition; two (2) keys shall be provided Yes X No Exceptions Front bumper shall be provided; if not a factory bumper, than it shall be noted in the bid Yes. No Exceptions Page 5 of 31 Bic 3n5 fr:3tars=>(o,one—,I Novi 2014$0,000 Pound GVAIR Tandom Axle Truck with installed and operating New 2014 Automated Side Load Refuse Packer and/or one(1)New 2014 Packer unit to be installed on an existing chassis Full length heavy-duty insulated rubber floor covering shall be provided Yes x No Exceptions Molded plastic door panel without vinyl insert with aluminum kickplate on lower door, both sides Yes_X_ No Exceptions Smart switch expansion module Yes x No Exceptions Unit shall have left hand and right hand electric door locks Yes X No Exceptions All electrical wiring shall be in protective looms Yes X No Exceptions Two fused twelve (12)volt power supply in dash Yes x No Exceptions Electronic cruise control with switches operated from both sides Yes x No Exceptions Engine remote interface, not configured Yes X No Exceptions Furnished and installed PTO controls Yes_X No Exceptions Self canceling turn signal switch available on both sides Yes x No Exceptions Unit must have heater, defroster and air conditioner Yeses_ No Exceptions One (1)two-way radio with five-eighths (5/8)whip antenna to be included and installed. Two- way radio shall be a Kenwood TK-8180HK, with external speaker or equivalent, mounting location to be determined by City personnel Yes X No Exceptions-Bridger Communications Page 6 of31 Ear one i t t New 2014 60,000 Found GVIAIR Tandem Axle'truck with installed and operating New 2014 Autoarated Side Load Refuse Packer andlor one(1)New 2014 Packer unit to be Installed on an existing chassis Right hand and left hand electric powered window controls, center mounted so that it can be operated from both sides. Yes-X No Exceptions Premium insulation Yes X No Exceptions Premium high back air suspension driver seat with three (3) chamber air lumbar, integrated cushion extension, forward and rear cushion extension, forward and rear cushion tilt, adjustable shock absorber Yes x No Exceptions Premium high back air suspension passenger seat with three (3)chamber air lumbar, integrated cushion extension,forward and rear cushion extension, forward and rear cushion tilt, adjustable shock absorber Yes X No Exceptions Dual driver and passenger seat armrests Yes X No Exceptions Bug screen on grille Yes x No Exceptions Bolt-on molded flexible fender extensions Yes_X No Exceptions Left hand and right hand exterior grab handles to assist operator entering &exiting vehicle cab Yes X No Exceptions Hood liner, added firewall and floor heat insulation Yes_x No Exceptions LED aerodynamic marker lights Yes x No Exceptions Cab fan, location to be determined by City of Bozeman staff Yeses No Exceptions_Dealer Installed Page 7 of3i P,rd 81>ec;GC<tt ons for ore(1)Now 2014 60,000 Pound GWIR Tandem Axle Truck with installed and operating Now 2014 Automated Side Load Refuse Packer andf or one(1)Na-.v 2014 Packer unit to be installed on an existing chassis Install a painless switch panel, CirKit Boss circuit isolator system Part#P/N 70207 to be installed inside the cab Yes x No Exceptions Section 6 Instrument and Controls: AM/FM/WB radio with CD player and front auxiliary input Yes_x_ No Exceptions Three (3)on/off rocker switch in the dash with indicator light and three wires routed to chassis at back of frame into a junction box, label opt Yes x No Exceptions Dual instrument cluster Yes x No Exceptions Unit must have a parking brake with yellow knob and have a permanent label on panel as to the function and direction of operation Yes x No Exceptions Section 7 Electronic Parameters: Seventy five (75) miles per hour road speed limit Yes x No Exceptions Cruise control speed limit same as road speed limit Yes x No Exceptions Twenty(20) minute idle shutdown with clutch and service brake override Yes X� No Exceptions PTO mode engine RPM limit—One thousand one hundred (1100) RPM Yes—x-_ No Exceptions PTO mode brake override—service or park brake enabled Yeses_ No Exceptions Page 8 ol'31 Bid Speci irzidonc fn_r one i 1,Now 2014 60,000 Potind GV NR Tandern Axle Truck witli install"[and operating Now 2014 Automated Side Load Refuse Packer andlar one(1)New 2014 Packer unit to he installed on an existing chassis PTO RPM with cruise set switch-seven hundred (700) RPM Yes x No Exceptions PTO RPM with cruise resume switch-eight hundred (800) RPM Yes_ _ No Exceptions Enable regeneration in PTO mode Yes x No Exceptions One (1) remote PTO Speed Yes X No Exceptions Remote PTO speed one (1)setting -nine hundred (900) RPM Yes x No Exceptions Engine brake with cruise control enabled at two (2) miles per hour above set speed;two (2) miles per hour increment between braking levels Yes x No Exceptions PTO minimum RPM of six hundred (600) Yes x No Exceptions Section 8 Frame: Two (2)front and two (2) rear tow hooks shall be provided and installed, attached to frame Yes-x_ No Exceptions Huck-spin round collar chassis fasteners or equivalent Yeses` No Exceptions Front mudflaps Yes X No Exceptions Clear frame rail from back of cab to front rear suspension bracket R/H rail outboard Yeses_ No Exceptions Page 9 of 31 Rid S>nedrlcat*�15 for u+)e t1)New 20I4 60,000 Pound GVWR Tandem Axle Truck with installed and operating New 2014 Automated Side Lrtad Refuse Pricker and?or one(1)Ner>2014 Packer unit to be installed on an existing ch issis Clear L/H frame rail inside for hydraulic pump, contact packer manufacture for specifications. Yeses_ No Exceptions Section 9 Tires &Wheels: Unit shall have Michelin XZU S2 315/80R22.5 twenty(20)ply radial front tires Yes x No Exceptions Unit shall have BF Goodrich, DR675, 11 R22.5 fourteen (14) ply radial rear tires Yes No_ x Exceptions Michelin XDE MS Duals shall have ample clearance to allow the use of heavy-duty truck single or dual-tire chains. Recommended spacing is one and three quarter inch (13/4")minimum between tires; unit shall have mud flaps in front and rear of duals Yes x No Exceptions Accuride 29039 22.5X9.00 ten (10) hub pilot five point two five (5.25)inset five (5)hand steel disc front wheels Yes X_ No Exceptions Accuride 28828 22.5X8.25 ten (10) hub pilot two (2)-hand HD steel disc rear wheels Yes_X No Exceptions Nylon wheel guards front and rear all interfaces Yes x No Exceptions Section 10 Rear Axle and Suspension: RT-46-160P forty six thousand (46,000) pound R-series tandem rear axle Yes x No Exceptions Five point three eight(5.38) Rear axle ratio Yeses` No Exceptions MXL 18T Meritor extended lobe main driveline with half-round yokes Yes_X No Exceptions Driver controlled traction differential—rear most tandem/tridem rear axle Page 10 or31 Bti:1 patif;C�iian5 for one t!)Ner>2014 60.000 Pound GvwR Tandem Axle Truck with installed and operating New 2014 Autontstad Side Load Refuse Packer and/or one:(,I). New 2014 Parker unit to be installed on an existing chassis Yes. x No Exceptions One (1) interaxle lock valve and one(1)driver controlled differential lock rear-rear axle valve Yes_X No Exceptions Blinking lamp with each mode switch, differential unlock with ignition off Yes x No Exceptions Blinking lamp with each mode switch, interaxle unlock default with ignition off Yes X No Exceptions Meritor 16.5X8.62 Q+cast spider cam rear brakes, double anchor,fabricated shoes Yes x No Exceptions Brake cams and chambers on forward side of drive axle(s) Yes-X_ No Exceptions Rear brake dust shields Yeses_ No Exceptions Haldex automatic rear slack adjusters Yes x No Exceptions Tuftrac forty six thousand (46,000) pound two(2)-stage rear spring suspension or equivalent Yes X No Exceptions Rear shock absorbers—two (2) axles (tandem) Yeses_ No Exceptions Expected rear drive axles(s)load of forty six thousand (46,000) pounds Yes—x_ No Exceptions Expected gross vehicle weight capacity of sixty six thousand (66,000) pounds Yes x No Exceptions Page 11 of31 bid Speci;ic:,tions For om (1)New 2014 60,000 Pound G4`AJR Tandern A,cle Truck with installed and operating New 2014 Automates{Side load Refuse Packer anchor one(1)New 2014 packer unit to be installed on an existing.chassis Expected body/payload CG height above frame of thirty two (32) inches Yeses_ No Exceptions Section 11 Front axle and suspension: Bidder must state wall-to-wall turning radius in feet Yes x No Exceptions 46.4' L/H Turn , 38' R/H Turn +/- 1.5 Bidder must state cab to trunion length in inches Yeses_ No Exceptions 172" Clear 186" Total 16.5x6 Q+cast spider cam front brakes, double anchor, fabricated shoes Yeses_ No Exceptions Front brake dust shields Yes_ x No Exceptions Haldex automatic front slack adjusters Y.es,X_ No Exceptions TRW THP-60 Power steering with RH RAM Yes X No Exceptions Minimum four(4) Quart power steering reservoir Yes x No Exceptions Oil/air power steering cooler Yes x No Exceptions Synthetic 50W Front axle lube Yes-x_ No Exceptions Twenty thousand(20,000) pound taperleaf front suspension Yes._ No Exceptions Section 12 Brake System: Page 12 of3l Bid pecilic.at or=s iot o�e;I;New 2014 60,0vO Pound GV'eVR Tandem Axle Truck with installed and opllrating Now 2014 Automated Side Load Refuse Packer am or one(1)New 2014 Packer unit to be installed on an existing chassis Bendix AD-IP brake line air dryer with heater Yes No x Exceptions Bendix AD-9si Bendix oil coalescing filter for air dryer Yes x No Exceptions Must have a cable operate drain valve with on all air tanks. Yeses No Exceptions SCHEDULE 2 PACKER UNIT All equipment furnished under this contract shall be new, unused and the same as the manufacturer's current production model. Accessories not specifically mentioned herein, but necessary to furnish a complete unit ready for use, shall also be included. Unit shall conform to the best practice known to the trade in design, quality of material and workmanship.The equipment furnished shall conform to current ANSI Safety Standard Z 245.1 These specifications describe a refuse collection body equipped with a mechanical device designed to handle a variety of plastic refuse containers ranging from 32 gallon to 450 gallon.The body shall be capable of compacting and transporting refuse to a landfill or transfer station and dumping the load by means of hydraulically raising the tailgate and ejecting the load without raising the body. Section 1 Capacity: The minimum capacity of the body including tailgate shall be twenty(27)cubic yards, excluding hopper area Yes X No Exceptions Section 2 Body: The hopper capacity shall be four(4) cubic yards Yes X No Exceptions The body shall have a brake-formed radius design Yes X No Exceptions Page 13 or31 .ifJ for or)-(1)Now 2014 60.000 Pound GVWR Tandem Axl.+Truck with installed and operating New 2014 Automated Side toad Refuse Packer and/or one(1)New 2014 Packer unit to be Installed on an existing chassis The body floor shall be flat Yes X No Exceptions The body floor thickness shall be three sixteenth inch (3/16") Hardox 450 Yes X No Exceptions The body sides and roof shall have a brake-formed radius design providing superior structural strength to weight ratio Yes X No Exceptions The body sides shall be formed from a one (1) piece panel with no vertical weld seams Yes X No Exceptions The body sides and roof steel grade shall be 10 ga ASTM A1011 grade 80 Yes X No Exceptions The body fenders shall be light weight material to reduce overall weight Yes X No Exceptions Steel inner fender rub rail thickness shall be three sixteenth inch (3/16") Hardox 450 Yes X No Exceptions The body shall include a bolt-on rear under ride guard as standard equipment to meet Federal Motor Carrier Safety Regulation (49CFR393.86) Safety Reg.,49CFR393.86, TTMA RP No 41- 02, and SAE J682, Oct84 Yes X No Exceptions Section 3 Hopper: The hopper shall have a minimum static capacity of four(4)cubic yards Yes X No Exceptions The hopper shall have a minimum dynamic capacity displacement rate of ten point five(10.5) cubic yards per minute Yes X No Exceptions The hopper floor must include a one eighth inch (1/8") Hardox 450 liner that extends into the body Page 14 of3l Bid S,ec;fica Lin,ns Im one(P)New 2014 60,000 Pound GVWR Tandem Axle Truck with installed and operating Now 2014 Automated Side toad Refuse Packer Ind?or one(1)New 2014 Packer unit to he installed on an existing chassis Yes X No Exceptions The hopper floor steel grade shall be: AR450 Hardox, and be three sixteenth inch (3/16") thick Yes X No Exceptions The hopper side walls steel grade shall be:AR450 Hardox and be three sixteenth inch (3/16") thick Yes X No Exceptions A hopper access door shall be provided above the packing panel on the street side of the body to permit access into the hopper area Yes X No Exceptions The hopper access door shall be equipped with a safety interlock switch to disable all functions if the access door is opened Yes X No Exceptions A hopper ladder with grab handles shall be located on the street side of the hopper Yes X No Exceptions The ladder must have an OSHA Standard seven inch (7")toe spacing between the ladder rung and the side of the hopper Yes X No Exceptions A transverse sump shall extend the full width of the front hopper Yes X No Exceptions Two (2)sealed sump access doors equipped with handles and quick acting over center toggle latches shall facilitate clean out of the sump Yes X No Exceptions A clean-out tool option shall be provided to facilitate easy removal of any accumulated debris from the hopper sump area Yes X No Exceptions A holder shall be provided on the body side to secure the clean out tool in a stored position Yes X No Exceptions Page 15 of 31 Bid Spo�"cir;c-ations f7?•one(I!Now 2014 60,000 hound GVWR Tandem Azle Truck with installed and operating New 2014 Automated 5idn load Refuse Packer andfor one(1)New 2014 Packer unit to be installed on an existing chassis The hopper shall have optional plastic gull wing hopper covers to enclose the hopper during transport Yes X No Exceptions The hopper cover shall be opened/closed by a switch in cab on the right hand side Yes X No Exceptions The hopper cover must have an interlock eliminating the ability to dump a container if the hopper cover is closed Yes X No Exceptions Interior hopper to body transition welds shall be covered with "hard face"to prevent wear through Yes X No Exceptions Section 4 Packing Mechanism: Must have a manual super pack operation that allows the panel to extend into the body to clear debris from the hopper area Yes X No Exceptions Packer hydraulic control must utilize a regeneration circuit and include manual overrides for maintenance and repair functions Yes X No Exceptions A single, centrally mounted, pack cylinder shall generate eighty three thousand (83,000) pounds of packing force; two (2)cylinder and/or continuous packing mechanisms are not acceptable Yes X No Exceptions The packing panel shall complete an auto pack cycle in a maximum of thirteen (13)seconds at eight hundred (800) RPM Yes X No Exceptions Packing panel top thickness shall be one quarter inch('/")ASTM A-715 GR 50 Yes X No Exceptions Packing panel face plate thickness shall be three eighths inch (318")ASTM A-715 GR 50 Nape 16 of31 2 i New 2014 60,000 Pound GVWR Tandem Rxle Truck witli inatailed and operating Now 2014 Automated Side Load Refuse Packer anchor one(1)New 2014 Packer unit to be installed on an existing chassis Yes X No Exceptions The packing panel shall be guided by a single self-cleaning "T" rail located in the center of the body Yes X No Exceptions "T" Rail steel and thickness shall be one half inch('W)AR450 Hardox ultra high-strength, high abrasion resistant steel plate Yes X No Exceptions Packing panel wear shoes thickness shall be one quarter inch('/")AR450 Hardox Yes X No Exceptions The packing mechanism shall use a single, double-acting telescopic cylinder will be supported by self-aligning bearings on each end; these will be three (3)stage for twenty seven (27)yard units Yes X No Exceptions Cylinder shall be centrally mounted above the hopper floor Yes X No Exceptions The main cylinder sleeve shall be induction hardened and chrome plated Yes No X Exceptions Sleeve is chrome plated but not induction hardened. All stages of the sleeves must have metallic scrapers to protect from internal contamination and damage Yes No X Exceptions Upgraded cylinder model does not require scraper. The first stage of the cylinder shall have a sixty four inch (64")stroke Yes X No Exceptions Maximum operation pressure shall be three thousand (3000) psi Yes X No Exceptions Packing panel swept volume shall be four(4) cubic yard Yes X No Exceptions The pack/eject panel shall be capable of a complete extend/retract cycle in less than thirty(30) seconds Page 17 of31 Pi I.ced!)cat: ns for one(t)New 2014 60,000 Pound CIAVR Tandern Axle Truck with installed and operating New 20t4 Automated Side Load Refuse PaekEr andfor one(1)New 2014 packer unfit to be Installed on an existing chassis Yes X No Exceptions All eject controls shall be operated from inside the cab Yes X No Exceptions The pack/eject panel shall not be capable of extending into the body during an auto pack cycle with the tailgate closed Yes X No Exceptions A lockout system shall be supplied to allow the ejector panel to enter the ejection mode only with the tailgate is in the open position Yes X No Exceptions A lockout system shall be supplied to require the ejector panel is in the home position before the tailgate can be lowered Yes X No Exceptions The packer shall be Full Eject style body capable of ejecting full loads of refuse Yes X No Exceptions Unit must have remote grease point that is accessible from ground level that greases tube points on top of packer Yes X No Exceptions Section 5 Tailgate: The tailgate shall be hydraulically operated, top hinged bustle type Yes X No Exceptions The tailgate shall automatically lock and unlock without the use of additional locking cylinders, cables or manual turnbuckles Yes X No Exceptions The tailgate must use the operating system to remain closed and pressurized in the locked position without the use of any external control blocks or devices Yes X No Exceptions Tailgate thickness shall be 10 ga ASTM A-715 GR 50 Page 18 or3l Bicx SPecJfi:,etlon;for one t17 New 2014 60,000 Pound GV`VAIR Tandem Axle Truck with installed and operating New 2014 Automated Side,Load Refuse Packer andtor one(1)New 2014 Packer unit to be installed on an existing chassis Yes X No Exceptions The tailgate latch roller shall be fully supported by a horizontal bolster around the lower perimeter of the tailgate Yes X No Exceptions The tailgate shall be operated by two (2)cylinders Yes X No Exceptions Tailgate cylinders shall be chrome plated rod with one and one half inch(11/")diameter and three inch (3") bore diameter Yes X No Exceptions The tailgate side sheets will have an integral rolled flange that overlaps the perimeter of the rear tailgate sheet Yes X No Exceptions A rubber seal shall be installed on the tailgate and extend across the entire bottom and vertically up each side a minimum of sixty inches (60") Yes X No Exceptions A cab mounted light and audible alarm shall be provided to indicate that the tailgate is unlocked Yes X No Exceptions The tailgate raise control shall include a delayed action to guard against accidental activation Yes X No Exceptions Self-contained horizontal tailgate maintenance safety props shall be provided Yes X No Exceptions Unit must have remote tube point that is accessible from ground level Yes X No Exceptions The tailgate shall have a wire harness with Deutsch IP 69K connectors between the body and the tailgate to isolate the tailgate wiring from the body Yes X No Exceptions Unit shall have a rear strobe light, Echo brand model 6650 with in cab switch Page 19 or31 6IJ SV,IaI:CI[0(t5 for one(13 Now 2014 60,000 Pound GVwR Tandem Axle Truck with installed and oparating New 2014 Automated Side Load Refuse Packer andtor one(1)New 2014 Packer unit to be installed on an existing chassis Yes X No Exceptions Section 6 Lifting Mechanism: The Lifting Arm mechanism shall be capable of operating simultaneously during any phase of packing operations with full force and flow Yes X No Exceptions Lift arm shall be mounted directly to the chassis frame rail Yes X No Exceptions The lift arm lower base weldment shall straddle both chassis frame rails and be secured to its mounting brackets with four one inch (1")grade eight(8) bolts Yes X No Exceptions The lower base weldment shall be fully constructed of one quarter inch('/o")ASTM A715 GR 50 steel Yes X No Exceptions Arm must utilize long life sealed greaseless bearings for the arm dump pivot, grabber gears, grabber cylinder, dump cylinder Yes X No Exceptions Unit must have remote grease points that are accessible from ground level Yes X No Exceptions Arm must have an automatic container shake feature that allows the inner boom to short stroke to be effective and easy on the arm assembly Yes X No Exceptions The Lifting Arm mechanism must have a lifting capacity of one thousand seven hundred fifty (1,750) pounds at full extension, and two thousand (2,000) pounds retracted Yes X No Exceptions The Lifting Arm mechanism must have no more than a fifteen inch (15") kick out through the entire arc of the container lift Yes X No Exceptions Page 20 of31 L'i 1:sf5etifia];;oii,for cc-_(1)Now 2014 60,000 Pound GVwR Tandem Axle Truck with installed and operotstig New 2014 Automated Side toad ReErise Packer and!or one(1)New 2014 Packer unit to be installed on an Existing chassis The Lifting Arm mechanism must be within the ninety six inch (96") road limit in the travel position with the grippers in the full lowered position and opened/home position Yes X No Exceptions No portion of the lift mechanism shall have less than thirteen inches(13")of ground clearance in the stowed position Yes X No Exceptions Lift Arm extension from the side of the body must be horizontal in a linear fashion; no swinging or arching of the lift arm is permitted Yes X No Exceptions Lift Arm mechanism shall have a reach of eighty four inches (84")from the side of the body to the centerline of a ninety(90) gallon container Yes X No Exceptions Lift Arm mechanism shall be capable of grasping a container located six inches(6")from the side of the body Yes X No Exceptions Vertical dump height shall not exceed one hundred twenty inches (120")above truck frame while dumping a 90-gallon container Yes X No Exceptions Container dump angle shall be a minimum of forty five (45) degrees to insure complete dumping of container's contents Yes X No Exceptions Lifting mechanism shall be capable of a complete cycle, which includes Grip-Lift-Dump-Un- dump-Lower and Un-grip in a maximum of eight(8)seconds including proportional cushioning Yes X No Exceptions The Lifting Arm must be constructed utilizing an Inner and Outer Arm assembly Yes X No Exceptions Roller bearings shall rotate on a shim adjustable trunion to allow compensation for wear and maintain the grippers parallel with the ground; the tuition will allow the rollers to have full contact with the inner arm tracks Yes X No Exceptions Page 21 ol'31 c rt Spp^i;cat;.r 4 for crIe r V Netw 2014 60.000 Found GVWR Tandem Axle Truck with installed and operating New 2014 Auto natetd Side load Refuse Packer andlar one(1)New 2014 Packer unit to t>e installed on an existing chassis Lift Arm must have a safety interlock to restrict dumping unless the container is positioned over the hopper opening Yes X No Exceptions Lift Arm hydraulics shall be controlled by a four(4) spool sectional valve equipped with hydraulic pilot actuators for proportional spool positioning Yes X No Exceptions Standard joystick lift function controls shall be proportional electric over pilot operated hydraulic spools Yes X No Exceptions Dump and grip cylinders shall include internal linear position sensors to provide position feedback to the control system Yes X No Exceptions Use of standard proximity switches for arm sensing shall not be acceptable Yes X I No Exceptions Arm must be equipped with an air actuated boom safety latch that keeps the inner boom locked in the home position when not in use Yes X No Exceptions No air operation or controls may be used in the operation of the arm except for arm safety latch operation Yes X No Exceptions Joystick shall be conveniently located to the left of the operator Yes X No Exceptions Joystick must be can-bus multi-functional operation for all standard arm functions; including auto-grip-un-grip, packer function, work lights, container shake feature; selectable dead man function Yes X No Exceptions An ergonomically designed padded armrest shall be provided to support the operator's arm during joystick operation Yes X No Exceptions Unit to be equipped with in-cab dual pressure control switch for gripper pressures Page 22 or31 laid Speciio.at,ons for one i 1)Nov 2014 50 000 Pound GVWR Tandem Asie Truck with Installed and operating New 2014 Automated Side toad Refuse Packer and/or one(1)Now 2014 Packer unit to be installed on an existing chassis Yes X No Exceptions Two (2)additional control options shall be provided for the operator; additional controls shall consist of a three(3) rocker switch console located on the right hand window sill to allow activation by the operator's right hand and a three(3)rocker switch console with dead-man control located at the side of the operator's seat, above the cab floor by one inch,to be activated if the operator is standing outside of the cab Yes X No Exceptions An Automated Dump Cycle"Coordinator"option shall be provided; "Coordinator" shall allow the operator to manually reach and grip a container, continued contact on arm lift switch shall cause the container to be raised, dumped, and lowered to the side of the vehicle, un-gripped and the arm returned to the stowed/home position Yes X No Exceptions Section 7 Grippers: One set of thirty(30)to one hundred ten (110)gallon spring steel grippers to be supplied Yes X No Exceptions A selectable, dual pressure valve shall control the grip pressure/radial force, the switch to be located on the control console. The low pressure function will be selected for thirty(30)to one hundred ten (110)gallon containers; the high pressure function will be selected for handling two hundred(200) to four hundred (400) gallon containers Yes X No Exceptions Unit to be equipped to allow changing of gripper arms by one person with no tools required Yes X No Exceptions Gripper pivots shall pivot on greaseless bearings Yes X No Exceptions Gripper shall be capable of handling thirty two (32)to ninety eight(98)gallon containers designed for automated collection Yes X No Exceptions Unit shall include a gripper storage rack to allow storage of grippers not in use, mounted in location to be determined by city personnel upon the award of the bid Page 23 of31 Bi<l 5pecifical,;,ns for onu i±°New 2014 60,044 Pound GV`NR Tandem Axle Truck with installed and operating Nov.,2014 Automatcd Side toad Refuse Parker andlor one(1)New 2014 Packer unit to be Installed on art existing chassis Yes X No Exceptions An electronic proportional control system shall be provided that will give the operator the ability to"feather" the automated lifting mechanism when grippinglun-gripping, extendingtretracting, raising/lowering. Tipping/un-tipping the containers; No Exceptions Yes X No Exceptions Section 8 Controls: The automated lifting mechanism shall be controlled by an electronic operated hydraulic directional control valve. The valve shall respond to proportional outputs (PWM signals)from the controller Yes X No Exceptions Positive linear sensors shall be incorporated into the system to provide feedback of the position of the lift arm while raising, dumping and gripping the containers Yes X No Exceptions Must have an engine monitoring system to protect from over torqueing or stalling the engine in high load operations Yes X No Exceptions A controller designed for mobile equipment with multiple digital and analog inputs and outputs shall be mounted near the main automated lifting mechanism hydraulic control valve Yes X No Exceptions Remote 1/0 modules shall communicate through the Canbus to provide for the inputs and outputs not directly connected to the main controller Yes X No Exceptions The joystick will also include four momentary switches for frequently used functions including pack start, container shake, work lights and Auto grip/un-grip Yes X No Exceptions A multifunctional joystick shall be provided; it will include two proportional"axis" for extending and retracting the lift mechanism, raising and lowering the lift mechanism and a proportional rocker for closing and releasing the grippers Yes X No Exceptions The joystick will include a selectable hold-to-run switch to prevent unintentional operation of the control Page 24 or3l 1311 for«re t l;New 2014 60,000 Pound GVWR Tandern Axle Truck with installed and operating New 2014 Automated Sid-Load Refuse Packer and/or one(1)New 2014 Packer unit to be installed on an existing chassis Yes X No Exceptions There shall be (2)additional (3-rocker switch type)are controls;(1) located on the right side of the cab under right side of the driver's seat so that the driver can operate the controls from the ground and(1) located on the right hand window sill area/dash area if chassis permits. Yes X No Exceptions The menu system will include screens for the following: A. Factory setup, password protected, so the system can be configured for the user's needs B. User setup to allow the user to change how specific features operate C. Input and output diagnostics for trouble shooting the system D. Lights, for turning on and off work and warning lights E. Collection mode grouping the controls needed when picking up containers F. Unloading mode grouping the controls needed when unloading the unit G. Joystick operation showing the function of the joystick H. Data collection showing counts of arm cycles, pack cycles, eject cycles, pump run times and warnings I. System warning messages will display over the operation screen Yes X No Exceptions Section 9 Hydraulic System: Hydraulic pump design must allow all hydraulic flow to be stopped during emergency situations (ex: hose burst) using the E-Stop button Yes X No Exceptions Hydraulic pump design must allow truck to be able to drive back to its home base without any harm to the pump and without spilling any fluid after engaging e-stop with no further modifications to the system. (ex: removing pto shaft) Yes X No Exceptions An Eaton load sensing, power on demand (POD) hydraulic system featuring a variable displacement tandem piston pump driven by a long-life drive shaft must be used or equivalent Yes X Na Exceptions For maximum efficiency the tandem load sense pump shall provide only the flow required for proper operation Yes X Na Exceptions No over-speed control shall be required Page 25 or31 t t i New 2014 60.000 Pound GVWR Tandern Ax;e Truck will;installed and operating New 2014 Automated Side Load Refuse Packer and/or one(1)New 2014 Packer emit to be instilled on an existing chassis Yes X No Exceptions The arm hydraulic control valve must be true pilot operated, proportional post compensated style with manual over-rides for each function Yes X No Exceptions Hydraulic reservoir shall be a maximum capacity of forty(40)gallons to reduce overall weight; the reservoir shall include internal baffling to direct the oil flow for maximum heat transfer Yes X No Exceptions A highly efficient light weight non-micro nucleation reservoir must be used, specifically designed to incorporate a suction screen without concerns of micro nucleation Yes X No Exceptions Hydraulic reservoir shall be equipped with a fluid level sight glass and an in cab low level indicator Yes X No Exceptions Hydraulic reservoir shall be equipped with a temperature sender so oil temperature can be monitored in the cab Yes X No Exceptions Hydraulic reservoir shall be located street side and frame mounted; system must be plumbed and sized sufficiently to the pump inlet to assure optimum inlet conditions without the need for augmented tank pressurization Yes X No Exceptions The hydraulic system shall incorporate a full flow ten (10) micron absolute in-tank return line filter with replaceable element Yes X No Exceptions The hydraulic system shall incorporate a full flow ten (10) micron tank breather with replaceable element Yes X No Exceptions All hydraulic fittings shall be O-ring Face Seal (OFS) or O-Ring Boss (ORB) Yes X No Exceptions Page 26 or31 SF.S066ficatiOns for an£t 1i Now 2014 60.000 Pound GVWR Tandem Axle Truck with installed and operating New 2014 Automated Side load Refuse Packer and/or one(1)New 2014 Packer unit to be installed on an existing chassis All hydraulic components shall be adequately sized and designed to maintain appropriate hydraulic oil temperature Yes X No Exceptions Maximum hydraulic system pressure for the lift arm and pack circuits shall be three thousand (3000)psi Yes X No Exceptions Hydraulic system must provide arm operation in gear at engine idle speed, RPM not to exceed eight hundred (800) Yes X No Exceptions An oil cooler shall be installed to ensure hydraulic oil temperature is regulated in high ambient temperatures as needed for running in extreme environments Yes X No Exceptions Section 10 Lights: L.E.D.stop,tail, clearance and reverse lights shall be provided in accordance with FMVSS#108 Yes X No Exceptions Upper light bar shall contain two (2)of each four inches(4") diameter stop/tail/turn lights and two inch (2") diameter clearance and side marker lights Yes X No Exceptions Lower light bar shall contain two (2) of each four inch (4") diameter stop/tail/turn AND reverse lights Yes X No Exceptions All lights shall be sealed, lexan covers and have flexible gasket mounting Yes X No Exceptions Mid-body turn signals shall be provided Yes X No Exceptions Page 27 ol'31 Bi Spe ilications fr�r onE, 1 i New 2014 60.0p0 Pound GVNR Tandem Axle Truck with installed and operating New 2014 Automated Side Coact Refuse Packer arrdlor one(1)New 2014 Packr:r uni'to he installed on an existing chassis Two (2)optional L.E.D.work lights shall be available, operated by a single push button switch on the in-cab joystick, one (1) light shall illuminate the hopper and one (1) light shall illuminate the lift arm area Yes X No Exceptions Section 11 Electrical: All electrical wiring shall be in protective looms Yes X No Exceptions All wiring harnesses shall be Deutsch automotive type connectors meeting IP67 waterproof specification Yes X No Exceptions The electrical system junction boxes or terminations shall use the IP67 specification connectors Yes X No Exceptions All circuits shall be properly fused and wiring shall be color coded and numbered Yes X No Exceptions Section 12 Painting: The entire unit shall be properly cleaned of all dirt, grease and weld slag prior to painting Yes X No Exceptions The complete unit shall be painted with DuPont Imron Elite high solids to a minimum of three point five (3.5) mils or equivalent Yes X No Exceptions The packer body shall be painted one color, White Yes X No Exceptions I'age 28 or3l Pic; for env t1;Blow 2014 60.000 Pound GVWR Tandem nixie Truck with installed and operating New 2014 Automated Side Load Refuse Packer and?or one(1)New 2014 Packer unit to be installed on an existing chassis Section 13 Camera System: Unit shall have three cameras; A. The first to be located above the gripper arm, centered with the grippers. Safety Vision model#SV-690H which is a color, heated, non shuttered with six (6) 1R's B. The second to be mounted on the tailgate of the packer that will come on when the transmission is put into reverse; this camera to be Safety Vision model#SV-810, which is color, has six (6) IR's, heated and is shuttered C. The third to be mounted in the hopper area; this to be a Safety Vision model#SV-690H which is a color, heated, non shuttered with six (6) 1R's Yes x No Exceptions The camera system will also include a video Recorder from Safety Vision model#SVR-4100; this system is not required to have Wi-Fi, but does need to include two (2)SD cards, each with a thirty two (32) GB capacity Yes X No Exceptions Unit shall have a seven inch (7") monitor/controller and be a Safety Vision model#SV- LED70WP4 Yes x No Exceptions Section 14 Manuals and Technical Information: The successful bidder shall provide TWO (2) Complete sets to the City, the following technical information: A. Maintenance and operation manuals, as used by the manufacturers repair facilities, covering the equipment, parts and supplies purchased B. Service manuals, as used by the manufacturers repair facilities, covering the equipment purchased C. Parts manuals, as used by the manufacturers repair facilities, giving service part numbers complete in every detail covering the equipment purchased D. Access to any and all on line applications as used by the manufacturers repair facilities E. Access to any and all Computer/PC based trouble shooting/diagnostic programs as used by the manufacturers repair facilities Yes x No Exceptions Pave 29 of31 R_r', i ac ti=a;.ns tar one(1)Plow 2014 60,000 Pound GVWR Tandem Axle Truck with instailzid and operating New 2014 Autornated Side Load Refuse Packer and/or one(1)Now 20 f4 Packer unit to be installed on an existing chassis Section 15 Warranty: All Material and workmanship herein is specified, including all equipment furnished by the successful bidder, shall be guaranteed to be free from defective material or workmanship for the manufactures standard warranty period. Seller will be required to furnish and install all parts and pay any additional expense to repair the unit that has been affected by defective workmanship, equipment or material during this period, at no cost to the city of Bozeman. Should warranty repairs take longer than forty eight(48)hours, Bidder agrees to supply the City of Bozeman with a machine of like, kind, and quality to use during the time the machine is down. Yes X No Exceptions Section 16 Training: A minimum of four (4) hours of packer operation and safety, and eight (8) hours of packer service training will be required by a factory trained (by the manufacturer he/she represents) Certified Trainer. Training will be completed upon delivery of the new machine at a facility determined by the City of Bozeman and will include general service, maintenance, operator orientation and safety training. Yes X No Exceptions Section 17 Delivery: Prior to delivery the vehicle shall be completely serviced as necessary to assure proper operation and function Yes X No Exceptions All Equipment, spare parts and supplies shall be delivered F.O.B. Destination, Delivery charges prepaid and added, to City of Bozeman Vehicle Maintenance Department, 1812 N. Rouse, Bozeman, MT 59715. Yes X No Exceptions Page 30 of 3 t P,ir'80,-I ;!ications for one•;1;Nov,2014 60,000 Pound GIPWR Tandem Axle Truck with installed and operating Now 2014 Automated Side Load Refuse Packer and/or on,(1)New 2014 Packer unit to be installed on an existing ch issiF Section 18 Trade In Option• 2008 Craine Carrier, Vin# 1CYCAB4888T048764, chassis with a forty two (42) cubic yard Labrie; Top Select, serial #TSRH-42 TS08109NOV, body with seven thousand seven hundred sixty four(7,764) hours and sixty seven thousand six hundred forty two(67,642) miles Yes X No Trade In Value $3,625.00 2007 Wayne Curbtender, twenty seven (27) cubic yard packer only; serial#17027, Model K27- PAAAABBEAA Yes X No Trade In Value $2,880.00 Please include any and all warranty extension programs and costs Please list any additional options to be considered Page 31 ol'31 BID—_ (Purchase Agreement) PROJECT:One(1) New 2014(or newer)60,000 Pound GVWR Tandem Axle Truck with installed and operating New 2014(or newer)Automated Side Load Refuse Packer and One(1) New 2014(or newer)Packer unit to be installed on an existing chassis THIS BID SUBMITTED TO: Bozeman City Clerk,City of Bozeman,MT, 121 N. Rouse Ave.,Bozeman,MT 59715. 1. THE UNDERSIGNED BIDDER proposes and agrees that if this bid is accepted,Bidder will enter into a Purchase Agreement with the City in the form included in the bidding documents and will furnish the goods or product to be purchased by the City within the number of calendar days indicated in the Agreement and in accordance with the other terns and conditions of the bidding documents. 2. Bidder has examined,understands,accepts, and abides by all of the terns and conditions of the Invitation to Bid, Instructions to .Bidders, Bid Specifications, and Purchase Agreement. 3. Bidder expressly covenants that if Bidder is awarded the bid,Bidder will, after the bid is awarded and within the time specified in the Request for Bid, enter into a formal Purchase Agreement with City. The bid must be accompanied by Bid Security payable to the City of Bozeman for ten percent (10%) of the total amount of the bid, including alternates, if any. The Bid Security must be in a form specified in §18-1-203, MCA, which includes, but is not limited to, certified check, cashier's check, bank draft, bid bond,guaranty bond,or surety bond. The Bid Security is attached hereto as Exhibit 1. 4. This bid will remain subject to acceptance for sixty(60) days after the bid opening,or for such longer period of time that Bidder may agree to in writing upon request of City. 5. Bidder further represents that this bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any agreement or rules of any group,association, organization,or corporation; Bidder has not solicited or induced any person, firm, or corporation to refrain from bidding; and Bidder has not sought by collusion to obtain for itself any advantage over any other bidder or over City. 6. Bidder certifies that no employee or official of the City or any member of such employee or official's immediate family has any direct or indirect interest in the pecuniary profits or contracts of the Bidder. 7. Bidder will provide the goods, product, or equipment being purchased by the City in accordance with the Purchase Agreement, for the price stated on the completed Bid Specifications sheet attached hereto as Exhibit 2, Bid Form 1 Page 1 of 7 S. Bidder understands that the unit prices shall govern in checking the bid, and should a discrepancy exist in the total estimated price and total amount of unit prices bid as listed on the Bid Sheet after extensions are checked and corrections made, if any, the total amount of unit prices bid as corrected shall be used in awarding the contract. 9. Bidder certifies that Bidder is a responsible bidder. 10. Bidder agrees that the good, product, or equipment to be purchased by City will be delivered and ready for final payment in accordance with the Purchase Agreement. 11. If applicable, Bidder certifies receipt of City's revisions or additions made subsequent to the advertised proposal, which are specifically acknowledged on Receipt of Addendum, attached hereto as Exhibit 3. 12. Bidder represents that the bid is genuine and not collusive or a sham and that bidder has not colluded, conspired, connived, or agreed, directly or indirectly, with any bidder or person, to put in a sham bid or to refrain from bidding. Bidder further represents that Bidder has not sought by agreement or collusion, directly or indirectly, with any person, to fix the bid price of any other bidder, or to fix any overhead,profit, or cost element of said bid price or that of any other bidder, or to secure any advantage against the City or any person interested in the proposed bid. Bidder affirms that all statements in this bid are true. SUBMITTED on the 13th day of February , 20 14 Bidder's Tax ID# 91-1481199 IF BIDDER is: An Individual: N/A (Name typed or printed) By: (SEAL) (Individual's Signature) Doing business as: Business Address: Telephone# FAX# A Partnership: N/A (Partnership Name) By: (SEAL) (Signature) (Name typed or printed) Business Address: Bid Form Page 2 of 7 2 Telephone# FAX# �: :_ A Corporation: Solid Waste Systems, Inc. STUL) 1; ;�0 z (Corporation Name) State of Incorporation: Washington V O Type(Ge eraI Business, Professional, Service,Limited Liability): General Business By: .;6- (Signature of Authorized Representative) Print Name and Title: Paul Cochran President Attest: ,l, C- (Corporate Seal) (Signature of Secretary) %%sG E Business Address: PO Box 13040 Spokane Valley, WA 99213 1\1 \PS O .GpR� Telephone# 509-533-9000 FAX#_509-533-1050 _e,� ���� N - : - = cn : - Date of Qualification To Do Business Is: 1990 1990 o A Joint Venture: Each Joint Venture Must Si O� 1NG bm ��� ,� Joint Venture Name: (SEAL) (Name) By: (Signature of Joint Venture Partner) Name: (Name,printed or typed) Title: Business Address: Telephone# FAX# A Joint Venture: Each Joint Venture Must Sign Joint Venture Name: (SEAL) (Name) By: (Signature of Joint Venture Partner) Name: (Name,printed or typed) Title: Business Address: Bid Form Page 3 of 7 3 Telephone# FAX# Address of Joint Venture for Receipt of Official Communication: Address: Telephone# FAX# (Each Joint Venture must sign. The manner of signing for each individual, partnership and corporation that is a party to the joint venture should be in the manner indicated above.) Bid Form Page 4 of 7 4 Exhibit 1 Bid Securitv Attached, Bid Form Page 5 of 7 5 Exhibit 2 Bid Sheet Attach a completed Bid Specification Form. The Bidder must state the Total Bid Price here: THREE HUNDRED NINETY THOUSAND FIVE HUNDRED TWENTY DOLLARS. Total Bid Price(writtext out and in dollar amount): $ 390,523.00 Total Bid Price Less Trade In = $384,018.00 (THREE HUNDRED EIGHTY-FOUR THOUSAND EIGHTEEN DOLLARS) Bid Forte 6 Page G of 7 Exhibit 3 Receipt of Addendum(if applicable). Bidder acknowledges receipt of the following addendum of revisions or additions: Addendum Number Date Issued Authorized Signature For Each 1 2 3 4 5 Bid Form Page 7 of 7 7 BID PURCHASE AGREEMENT THIS AGREEMENT is made this 13thday of February , 2014, by and between the CITY OF BOZEMAN, a municipal corporation organized and existing under the laws of the State of Montana, 12I North Rouse Ave., Montana 59715, hereinafter referred to as "City," and Solid Waste Systems, Inc , with a mailing address of Po Box 13040,Spokane Vai,ey,WA 99213 hereinafter referred to as("Seller"). In consideration of the mutual promises and agreements hereinafter contained, the parties agree as follows: 1. PROPERTY PURCHASED: Seller agrees to sell and City agrees to purchase the property requested and described in the City's Bid Specifications,as modified by the parts of Seller's response accepted by City, all of which is incorporated into this Purchase Agreement by this reference. By accepting this Purchase Agreement, Seller hereby agrees that the sale, use, or incorporation into manufactured products of all machines, software, hardware, materials and other devices furnished under this Purchase Agreement which are not of the Seller's design, composition, or manufacture shall be free and clear of infringement of any valid patent, copyright, or trademark. Seller shall hold the City harmless from any and all costs and expenses, including attorney fees, liability, and loss of any kind growing out of claims, suits, or actions alleging such infringement,and Seller agrees to defend such claims, suits,or actions. The property being purchased("Property")consists of.- One(1)New 2014(or newer)60,000 Pound GVWR Tandem Axle Truck with installed and operating New 2014(or newer)Automated Side Load Refuse Packer and One(1)New 2014(or newer)Packer unit to be installed on an existing chassis TOTAL PRICE: $-390,523.00 (less trade = $384,018.00) 2. SPECIFICATIONS: The Seller agrees that all material and workmanship in and upon this Property complies with the City's Bid Specifications as shown on the Seller's Bid Form and the Seller's response thereto as accepted by the City. Unless otherwise agreed to by the City, the City's Bid Specifications as shown on the Seller's Bid Fonn govern in the event of inconsistencies with the Seller's response to the same. e ' 3. PRICE: The City agrees to pay-&Wo =��Q;a �' (S.J8gj& as the purchase price. All prices are less any applicabl a ocal, state or federal taxes that may be applied to the Property to be purchased. This price is .firm and not subject to escalation under agreed to in writing by the City. 4. DELIVERY AND PAYMENT: Time is of the essence in the performance of this Purchase Agreement. Seller assumes full responsibility for all transportation, transportation Purchase Agreement Page 1 of 4 scheduling, packing, handling, insurance, and other served associated with delivery of the Property. Seller agrees to deliver the above-described Property to the City within ninety (90) days of the receipt of City's order. Delivery will occur at the City of Bozeman's City Shop Complex (814 North Bozeman Ave., Bozeman, MT 59715), or at a place otherwise selected by City. If delivery of the Property and/or performance of services required under this Purchase Agreement cannot be made Seller shall promptly notify the City of the earliest possible date for delivery or performance.Notwithstanding such notice,if Seller for any reason fails to deliver the Property or perform required services within the time specific or to the City's satisfaction the City may terminate this Purchase Agreement or any part therefore without liability except or good or services previously provided and accepted.The City's receipt or acceptance of any part of a non-conforming delivery or service shall not constitute a waiver of any claim, right or remedy the City has under this Purchase Agreement or applicable law. Upon delivery and for a reasonable period thereafter, City has the right to inspect the Property to ensure that it meets Bid Specifications as modified by Seller's responses accepted by City. If the Property meets the modified Bid Specifications, City shall tender the purchase price stated above to Seller through the City's normal claim process. Unless otherwise agreed in writing,payment terms shall be net thirty (30) days from the date of receipt of invoice or acceptance of goods and services by the City, whichever occurs last. Payment will be made to Seller at the address previously stated unless Seller provides a different address in writing. Invoices must be mailed to: John Alston, Superintendent of Sewer and Water, PO Box 1230, Bozeman, MT 59771-1230. 5. NONDISCRIMINATION: Seller will not discriminate in the performance of this Agreement on the basis of race, color, religion, creed, sex, age, marital status, national origin,or because of actual or perceived sexual orientation,gender identity or disability and shall ensure this provision applies to all subcontracts let by the Seller in fulfillment of this Purchase Agreement. 6. DEFAULT/ TERMINATION/ REMEDIES: In the event of Seller's breach of this Purchase Agreement, including if Seller fails to deliver the Property as set forth herein or fails to meet City's Bid Specifications, City may, at its option, take any or all of the following actions without prejudice to any other rights or remedies available to the City by law: (i) declare the Seller in default and immediately cancel and rescind this Purchase Agreement; (ii) require Seller to repair or replace any equipment or materials used in the Property, and upon Seller's failure or refusal to do so, repair or replace the same at Seller's expense; (iii)reject any material or equipment included in the Property containing defective or nonconforming equipment or material and return for credit or replacement at Seller's option; or (iv) cancel any outstanding deliveries and treat such breach by Seller as Seller's repudiation of this Purchase Agreement. Thereafter, City may procure substitute property to replace the Property described herein. In such event, Seller is liable to City for the difference between the price set forth herein and the price paid by City for the replacement property. Additionally, the City may pursue any other remedy it has at law or in equity. In the event of the City's breach hereunder, Seller's exclusive remedy shall be Seller's recovery of the material or equipment or of the Purchase Price or portion of the Purchase Price Purchase Agreement Page 2 of 4 payable for equipment and material delivered to the City prior to such breach. 7. CHANGE ORDERS: The City shall have the right to revoke, amend, or modify this Purchase Agreement or the equipment or material included in the Bid Specifications at any time. Seller's receipt of City's written change order without response received by the City within 10 (ten) business days or Seller's shipment or other performance reflecting the change, whichever occurs fast, shall be Seller's acceptance of the change without any price or other adjustment. 8. WARRANTY: THE SELLER SHALL WARRANTY THE PROPERTY FOR A MINIMUM OF TWO (2) YEARS AND SHALL ALSO ASSIGN TO THE CITY ALL WARRANTIES FOR ALL COMPONENT PARTS OF THE PROPERTY NOT WARR.ANTIED BY SELLER. IN ADDITION, THE SELLER AGREES THE PROPERTY IS COVERED BY IMPLIED WARRANTIES FOR MERCHANTABILITY AND FITNESS FOR THE PARTICULAR PURPOSE FOR WHICH IT HAS BEEN PURCHASED. IN ADDITION TO ANY OTHER EXPRESSED OR IMPLIED WARRANTIES AND UNLESS OTHERWISE AGREED IN WRITING, SELLER ALSO WARRANTS THAT ALL EQUIPMENT DELIVERED HEREUNDER WILL BE NEW, SUITABLE FOR USE AS DESCRIBED, OF THE GRADE AND QUALITY SPECIFIED, FREE FROM ALL DEFECTS IN DESIGN, MATERIAL AND WORKMANSHIP; IN CONFORMITY WITH ALL SPECIFICATIONS FURNISHED; IN COMPLIANCE WITH ALL APPLICABLE FEDERAL, STATE AND LOCAL LAWS AND REGULATIONS AND FREE FROM ANY LIENS AND ENCUMBRANCES. THESE WARRANTIES SHALL NOT BE DEEMED TO EXCLUDE SELLER'S STANDARD WARRANTIES OR OTHER RIGHTS OR WARRANTIES WHICH THE CITY MAY HAVE OR OBTAIN. 9.INSURANCE/INDEMNIFICATION:The Seller shall insure the One(1)New 2014(or newer) 60,000 Pound GVWR Tandem Axle Truck with installed and operating New 2014(or newer)Automated Side Load Refuse Packer and One(1)New 2014(or newer)Packer unit to be installed on an existing chassis for a minimum of one hundred fifteen thousand dollars($115,000.000)against all damages during the time the One(1)New 2014(or newer)60,000 Pound GVWR Tandem Axle Truck with installed and operating New 2014(or newer)Automated Side Load Refuse Packer and One(1)New 2014(or newer) Packer unit to be installed on an existing chassis is in the Seller's possession which time of Seller's possession shall commence the moment the One(1)New 2014(or newer)60,000 Pound G"VR Tandem Axle Truck with installed and operating New 2014(or newer)Automated Side Load Refuse Packer and One(1)New 2014(or newer)Packer unit to be installed on an existing chassis is picked up from the City of Bozeman by Seller or Seller's agent until the moment the One(1)New 2014(or newer) 60,000 Pound GVWR Tandem Axle Truck with installed and operating New 2014(or newer)Automated Side Load Refuse Packer and One(1)New 2014(or newer)Packer unit to be installed on an existing chassis is returned to the City of Bozeman by Seller or Seller's agent and accepted by the City. In addition to and independent from the above requirement, from the moment Seller or Seller's agent takes possession of the One(1)New 2014(or newer)60,000 Pound GVWR Tandem Axle Truck with installed and operating New 2014(or newer)Automated Side Load Refuse Packer and One(1)New 2014(or newer) Packer unit to be installed on an existing chassis.Seller shall defend,indemnify,and hold the City Purchase Agreement Page 3 of 4 i i harmless against claims,demands,suits,damages, losses, and expenses connected therewith that may be asserted or claimed against,recovered from or suffered by the City by reason of any injury or loss,including but not limited to,personal injury,including bodily injury or death, property damage,occasioned by,growing out of,or in any way arising or resulting from any intentional or negligent act on the part of Seller,it's agents or employees during the performance of this Purchase Agreement. 10. ASSIGNMENT: Seller may not delegate, subcontract, or assign any duties and services or assign any rights or claims under this Purchase Agreement without the express written consent of City. It. ENTIRE AGREEMENT: This Agreement, including its appendices, if any, embodies the entire understanding between the parties relating to the subject matter contained herein. No agent or representative of either party has authority to make any representations, statements, warranties or agreements not herein expressed and all modifications or amendments of this Agreement, including the appendices, must be in writing and signed by an authorized representative of each of the parties hereto. 12. APPLICABILITY: This Agreement and any extensions hereof shall be governed and construed in accordance with the laws of the State of Montana, and the same is binding upon the parties,their heirs,successors,and assigns. IN WITNESS WHEREOF, the parties have caused this Agreement to be executed by their duly authorized representatives the day and year fast above written. CITY OF BOZEMAN Solid Waste Systems Inc SELLER(Type Name Above) By By`' 4u' Chris A.Kukulski,City Manager Prt ame: l Cochran Print Title: President APPROVED AS TO FORM: By Greg Sullivan,City Attorney Purchase Agreement Page 4 of 4 NON-DISCRINIINATION AFFIRMATION FORM Solid Waste Systems, Inc [name ofentity submitting]hereby affirms it will not discriminate on the basis of race,color,religion,creed,sex,age,marital status,national origin,or because of actual or perceived sexual orientation,gender identity or disability in the performance of work performed for the city of Bozeman,if a contract is awarded to it,and also recognizes the eventual contract,if awarded,will contain aprovision prohibiting discrimination as described above and that this prohibition shall apply to the hiring and treatment of the Solid Waste Systems, Inc[name of entity submitting]employees and to all subcontracts it enters into in performance of the agreement with the city of Bozeman. Signature of Bidder: Person authorized to sign on behalf of the bidder President i