Loading...
HomeMy WebLinkAbout2008 Axle Truck with side-loading refuse Call for Bids CITY OF BOZEMAN, MONTANA C A L L F O R B I D S One (1) new 2008 60,000 lb gvwr tandem axle truck with installed and operating new 2008 side-loading refuse packer Sealed bids will be received by the Bozeman City Clerk's Office, Bozeman, Montana, at the office in City Hall, 411 East Main Street, Bozeman, Montana, until 2:00 p.m. on Wednesday, November 7, 2007, at which time the bids will be publicly opened at the City Hall before the City Clerk for one (1) new 2008 60,000 lb gvwr tandem axle truck with installed and operating new 2008 side-loading refuse packer. Full and detailed specifications on the equipment to be furnished may be obtained at the office of the City Clerk, City Hall, 411 East Main Street, Bozeman, Montana 59715, telephone number (406) 582-2320, or by e-mail at agenda@bozeman.net. The City of Bozeman reserves the right to reject any and all bids, and to waive any informality in the bids received. DATED at Bozeman, Montana, this 24th day of October 2007. _______________________________ Stacy Ulmen City Clerk Legal Ad Publish: Sunday, October 28, 2007 Sunday, November 4, 2007 City of Bozeman, Montana Bid Specifications One (1) new 2008 60,000 lb gvwr tandem axle truck with installed and operating new 2008 side-loading refuse packer The vehicle described herein shall be new 2008 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. This truck will be used for collecting/hauling various refuse materials for the City of Bozeman. The City of Bozeman will be accepting one bid for a cab and 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 City of Bozeman. SCHEDULE I CAB AND CHASSIS SECTION 1 Standard Options All standard equipment and options, whether expressly, stated herein or not shall be included. YES NO SECTION 2 Color Shall be Freightliner N0069E Blue Urethane or equal YES NO SECTION 3 Cab Unit shall be drivable from the right hand position. (Steering must be installed at the factory) YES NO Unit shall have a swivel cab fan YES NO Unit shall be Low cab forward chassis and be of the low profile type so that the operator will only have one step to be out of the cab. YES NO All windows shall be tinted safety glass, rear window shall be full cab width. YES NO Driver seats shall be a National 2000 Premium air ride (low profile or equal). YES NO Seat must allow for seat tilt, back angle and lumbar adjustment. YES NO Retractable seat belts shall be of the lap/shoulder type. YES NO Unit shall have a cold climate package. YES NO Unit shall have the heaviest duty available, high output, hot water type heater equipped with a multi-speed fan and manual temperature control. YES NO Unit shall have two heavy-duty windshield wipers with intermittent switch and windshield washer shall be installed YES NO Unit shall have arm rests on left door, if not provided on seat. YES NO Unit shall have minimum 8" grab rails on both sides. YES NO Unit shall have dual sun visors. YES NO Unit shall have dome lights, with manual and automatic door switch. YES NO Electric horn and air horn with shield shall be provided. YES NO Cab shall be equipped with a right-hand and left-hand heated/ motorized outside mirror not less than 6" x 16" and a separately adjustable minimum 6" round convex mirror to be attached to the main mirror supporting rods on each side (mirror must be able to fold when struck). YES NO Fuel tank shall be on ICC approved heated tank with a minimum capacity of not less than sixty gallons. YES NO Unit shall have a factory installed AM/FM radio(with clock). YES NO Front bumpers shall be installed. If not a factory bumper, then it shall be noted in the bid. YES NO Full length heavy-duty insulated rubber floor covering shall be provided. YES NO One two-way radio to be included (with five-eights whip antenna) and installed. Two-way radio shall be a Kenwood TK-880K, with modem KGP2A with external speaker or equivalent, mounting location to be determined by City personnel. YES NO Unit shall have an adjustable telescoping/tilt steering wheel. YES NO SECTION 4 Instruments and controls Instrument panel shall be of the wrap around type and have all necessary gauges grouped within clear view of the operator’s position YES NO and shall include, but not be limited to: One electric fuel gauge YES NO Amp or volt-meter YES NO Hour meter (shall run when the key is in the “on” position). YES NO Speedometer which is calibrated to compensate for axle ratio and tire size. YES NO Oil pressure gauge YES NO Transmission temperature gauge YES NO____________ Water temperature gauge YES NO Air pressure gauge YES NO Warning system which consists of lights and buzzer for low oil pressure, high water temperature, and low air pressure. YES NO Signal switch (self-cancel type) YES NO 2-valve parking brake system with indicator light YES NO Dash mounted starter control YES NO Standard or electronic tachometer YES NO Brake application pressure gauge YES NO Turbo air pressure gauge YES NO Fuel pressure gauge YES NO SECTION 5 Frame Cab to trunnion shall meet packer specifications YES NO Extra heavy duty to meet or exceed G.V.W. 29.4 sm - R.B.M. of 3,000,000 in/lb. With reinforcements per rail. Reinforcements to be full length of frame. Heavy duty front bumper. Installed, factory original? YES NO SECTION 6 Tires Two front tires shall be 315/80R 22.5 20 ply rating Michelin XZY2 or equal YES NO Eight rear tires shall be 11R22.5 14 ply rating Michelin XZY2 or equal. YES NO SECTION 7 Wheels All wheels shall be 10 hole steel disc, budd type YES NO Duals shall have ample clearance to allow the use of heavy- duty truck single or dual-tire chains. Recommended spacing is 1 3/4 inches minimum between tires. Unit shall have mud flaps in back to rear axle and in front of forward axle. YES NO SECTION 8 Rear Axle and Suspension Unit shall have a RT-46-160P or equal (46,000 lbs). YES NO Unit shall have a driver controlled differential lock for rear axle at tandem. One axle valve and light for driver controlled traction differential. YES NO Unit shall have a rear axle ratio to allow the truck to have speeds of 65 mph. YES NO Unit shall have a Rockwell 176 half round yoke #2 driveline. YES NO Unit shall have an iron rear axle carrier housing YES NO Rear brakes shall be Rockwell Cam Q-series 16.5 x 7 YES NO Unit shall have outboard mounted cast iron brake drums YES NO Unit shall have air brake package automatic slack adjusters on brakes YES NO Suspension must be a Chalmers (minimum 46,000 lbs). Volvo’s T-ride or equal. YES NO Unit must have a minimum 16.5 CFM air compressor and must have a BW AD-IP brake line air dryer w/heater or equal must have a petcock drain valve on the air tanks. YES NO 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 NO Unit must have two steel air reservoirs. Mounted outside of frame rails not acceptable. YES NO SECTION 9 Front axle and suspension Unit shall have a Rockwell FL-943 20,000 lb front axle. YES NO Bidder must state body length Number of feet Bidder must state cab to trunion length in feet. Number of feet Front brakes shall be Rockwell Cam Master Q 16.5 x .6 YES NO Unit shall have TRW-TAS power steering or equal. YES NO Unit shall have a Hobourn BB power steering pump or equal. YES NO Front suspension shall be Taper leaf. YES NO Unit shall have front shock absorbers YES NO Unit shall have bronze bushing front suspension YES NO Unit shall have Stemco oil bath hubs YES NO Unit shall have mud flaps behind the front wheels YES NO SECTION 10 Engine Engine shall be 350 HP @ 2100 RPM 1350 pounds torque at 1200 rpm. YES NO Unit shall have engine mounted oil check and fill YES NO Unit shall have a minimum of (2) batteries capable of 1875 cold cranking amps. YES NO Unit shall have a Bendix 15/2 CFM air compressor plumbed To the clean side of the main engine air filter. YES NO Unit shall have one left side vertical mounted exhaust with 90 degree turnout on top (no raincap). YES NO Unit shall have Spinner II ® oil filter or equal. YES NO Unit shall have a fuel water separator with drain cock and heater. Racor model 1000 or equal. YES NO Radiator must be heavy-duty with draincock, anti-freeze for -30 degrees F. Front crankshaft opening for front mounted pump and driveline. YES NO Unit shall have a Phillips 1000 watt/110/120v engine heater, receptacle under left hand door for engine heater or equal. YES NO Unit shall have a Delco Remy 12v starter YES NO SECTION 11 Transmission and equipment Unit shall have an Allison 4000 RDS transmission. YES NO Unit shall have an aluminum flywheel housing YES NO Unit shall have magnetic drain plugs for transmission YES NO Unit shall have a water to oil transmission cooler crossmember mounted. YES NO Shift controls shall be mounted engine tunnel mounted YES NO Trans oil level will be able to be checked from key pad shifter YES NO SECTION 12 Training: Four hours of operator and service training to be provided at City of Bozeman Shop Complex (814 North Bozeman) If a model of truck is awarded the bid and that model has never been owned by the City of Bozeman, then factory training will be provided for one mechanic. This will be the same training provided to dealership mechanics. The training will be no less than 2 days and no more than 5. All expenses including but not limited to travel, room and board and classroom materials will be provided by the successful bidder. Contact the Sanitation Dept. to get clarification on this before submitting bid. Failure to supply this training within one year of delivery of truck will result in a one thousand dollar ($1000.00) penalty. YES NO SECTION 13 Warranty Unit shall have a standard factory warranty. Any warranty work will be done at City Shop Complex, 814 North Bozeman, Bozeman, Montana. Warranty work will be billed out at eighty dollars ($80.00) per hour straight time for warranty repairs. Prior approval will be obtained from the manufacturer before repairs are started. All parts will be shipped to our shop with overnight designation and if parts are to be returned the manufacturer will make arrangements to have the old parts returned at their cost. Arrangements may be made at our approval to have warranty work done within a 10 mile radius of our shop. If the truck is not operational for more than 5 days during the warranty period due to parts availability or agreed upon repair shops’ schedule, then a penalty of one hundred dollars ($100.00) per day will be paid by the dealer who supplied the truck. YES NO SECTION 14 Manuals The following manuals must be provided Workshop/Service manual, Maintenance manual, Driver’s/Operator’s manual, Parts Technical manual, Service Bulletins, Recall Bulletins, field Service modifications. YES NO SECTION 15 General WARRANTY AND SERVICE STATE WARRANTY TERMS AND CONDITIONS INCLUDING THOSE OF OTHER MANUFACTURERS/SUPPLIERS. Truck Chassis: Engine Transmission: Warranty period will begin after acceptance by the City -- not upon delivery. SECTION 16 Delivery The complete units (F.O.B. City Shops Complex, 814 North Bozeman, Bozeman, MT) shall be delivered within 180 calendar days after the date of the notice to proceed. Upon delivery of the complete unit, City of Bozeman staff will inspect the complete unit to see if it meets bid specs. If the City staff finds that it does not meet the specs, it will be taken by the dealer to their facility to correct the deficiencies. If the completed unit is not returned with all deficiencies corrected within 30 days, a penalty of one hundred dollars ($100) per day will be paid by the successful bidder. YES NO SECTION 17 BID PRICE Net Bid: $ SECTION 18 USERS’ LIST OF TRUCK CHASSIS BID: Bidder to supply a list of users of the current model of the unit bid with address and telephone number: NAME ADDRESS TELEPHONE SCHEDULE II PACKER BODY SECTION 1 Capacity Twenty Seven (27) cubic yards minimum, excluding the receiving hopper or compaction device. YES NO SECTION 2 Body Body sides and roof shall be 11 ga. ASTM A-715 GR-50 brake-form radiused “chiseled” construction to permit a maximum capacity load. YES NO Body floor shall be 3/16’ AR400 177,000 psi yield strength YES NO Maximum overall width: 98 inches YES NO Access door, 1,000 square inches minimum, at front side of packer body without internal projection. Shall have a ladder/ grab handles to get into packer body. An electrical interlock shall be provided to prevent packer panel motion whenever the side door is open. YES NO Shall have a transverse clean-out trough at front of hopper with sealed door on both left and right side. A clean out tool will be provided which will hang on bracket mounted to right side of body when not in use. YES NO SECTION 3 Hydraulic System Pump shall be front mount Low RPM type. Minimum 50 gallon per minute and rated at 2,500 PSI working pressure. YES NO Lift hydraulics shall operate at minimum 2,000 PSI and body hydraulics shall operate a minimum 2,500 PSI. YES NO Compacting operations will be performed while vehicle is both moving and stopped YES NO Shall have a hydraulic reservoir of minimum 60 gallon capacity and be equipped with both a suction line shut-off valve and return line shut off valve or check valve, magnetic drain plug, and a oil level gauge visible from the ground. Top center mounted vent. YES NO A 10 Micron return line filter and 100 mesh (140 micron) suction line strainer shall be equipped for hydraulic oil filtration. Shall be access to these screens for maintenance. YES NO The hydraulic system shall operate at an acceptable temperature without the need for external hydraulic oil cooling devices. YES NO SECTION 4 GREASE FITTINGS Shall be provided at all pivot points, body hinges, cylinder rod ends and cylinder base trunnions. YES NO SECTION 5 Packing/Ejection Mechanism Shall be Full Eject style body capable of ejecting full load in less. Than 30 seconds. YES NO Hydraulically actuated packer/eject panel, which automatically traverses a minimum of 52" of the hopper when in pack mode, cleaning the hopper of material and returning to the front of the hopper with a maximum pack cycle time of 16 seconds. YES NO Lower packing panel face will be a minimum 3/8" abrasion resistant steel sheet and have 50,000 PSI minimum yield. The packer panel shall be reinforced with a number of steel cross member for maximum rigidity. YES NO Packer panel shall be guided by a single center floor T-Rail guide fabricated from 1/2" AR400 high tensile steel plate YES NO The packer/eject panel will be hydraulically actuated by (1) one double acting 4 stage X 6 1/2" bore cylinder with a stroke of 191-1/2” YES NO Packing panel shall be 33 “ high, providing a minimum of 83,000 lbs. of force. YES NO Body shall have 2 rows of retention teeth mounted internally at front near hopper opening to reduce fallback of refuse into hopper when packing. YES NO A stop and retract button (push type) shall be furnished to give the operator complete control of the packer panel. YES NO SECTION 6 Hopper Capacity: four (4) cubic yards minimum YES NO Hopper floor minimum ¼” AR/400, 177,000 PSI minimum yield with hopper side walls 3/16"AR/400, 177,000 minimum yield. YES NO Unit shall have a single solid metal hopper cover activated by single manual lever on right side of hopper and be equipped with an interlock switch to prevent dumping of containers when cover is closed. YES NO SECTION 7 Tailgate One piece, top-hinged, 11 gauge hi-tensile steel with horizontal YES NO boxed brace reinforcement with safety props provided. Gasket: one-piece, removable rubber. YES NO Automatically released and locked from cab controls. YES NO Tailgate shall be hydraulically actuated by (2) two double-acting 3” bore cylinders. YES NO There must be a light and alarm mounted in the cab which will come on and sound anytime the tailgate is not latched. YES NO SECTION 8 Lifting Mechanism Grippers to be supplied with unit: (1) set of removable universal grippers capable of lifting/dumping a 60, 100, 220, 300 gallon containers without changing any of the lift mechanism. (1) set of 30-110 gallon spring steel grippers and (1) set of 30-110 gallon 4” wide belt style grippers. YES NO Unit to be equipped to allow changing of gripper arms by one man with no tools in less than 3 minutes. YES NO Unit to be equipped with in-cab dual pressure control switch for gripper pressures. YES NO Unit shall have Gripper storage rack located on the front bumper area to allow storage of grippers not in use on arm. YES NO Lift arm to operate on right side and be constructed using an inner and outer telescoping type fabricated rectangular box assembly. Outer arm shall be 6”x 8” inner arm shall be 5” x 7” with AR400 roller wear strips. Inner arm shall glide in and out on (5) 4” dia. Roller bearings with adjustable eccentric shafts. YES NO The lifting mechanism shall be capable of extending to a reach of minimum 86 inches, clamping, raising, dumping, and returning the container from any position. YES NO The lift mechanism shall cycle (clamp, dump, and return containers) in a maximum of 10 seconds YES NO The lifting capacity shall be a minimum of 2,000 lbs. at any extension YES NO The lifting mechanism shall be powered by three hydraulic cushioned cylinders YES NO The lifting cylinders shall be minimum 2 1/2" (inch) diameter with hardened and chrome plated piston rods. YES NO The lift mechanism shall be interlocked to prevent opening of the grabbers while in the dump position. YES NO The lift shall be interlocked to prevent the body from being raised while the lift is in the dump position. YES NO SECTION 9 Controls: Main body control panel shall be center console mounted and must be a programmable logic system “PLC” with software adjustability. Unit must provide a body diagnostic display in Alpha-numeric (written word readout) format. YES NO Main arm/grabber controls shall be of the Joystick type. This Joystick shall control all of the lifting arm and grabber hydraulic functions and be located on center console on padded armrest for left hand operation, convenient to the driver. YES NO There shall be (2) additional (3-rocker switch type) arm controls (1) located on the right side of the cab under right side of the drivers seat so that the driver can operate the controls from the ground and (1) located on right hand window sill area/ dash area if chassis design permits. YES NO The lift controls shall be electric over air over hydraulic. YES NO The packer push button controls shall be electric over air over hydraulic and located in the cab, convenient to the driver. Separate push buttons shall be provided for "pack" and "eject" with a "retract" button provided for complete packer panel movement. Pushing the "pack” button will automatically extend and retract the packer panel for a complete cycle. YES NO There shall be an interlock button provided for the following: Prevent packer panel movement unless the hopper side access door is securely latched. YES NO Prevent opening of grabbers while containers is in the dump position. YES NO Each control shall be properly labeled to indicate function and direction. A warning light shall be provided for "tailgate unlatched". YES NO SECTION 10 Electrical: All electrical wiring connectors to be automotive double-sealed, with wiring in split convoluted loom. All wiring connectors to be soldered with shrink wrap covering. Crimp type connectors are unacceptable. YES NO SECTION 11 Lighting: Tail, brake, back up, and directional lights will be L.E.D. type. YES NO All lights shall be provided in accordance with FMVSS #108 with mid-body turn signals. YES NO (2) work lights shall be provided (1) to illuminate the lift area and (1) to illuminate hopper interior, with cab mounted on/off switch YES NO All wiring shall be color coded and grouped in Deutsch automotive type harnesses with connectors meeting IP67 waterproof specifications. YES NO SECTION 12 Color: Shall be white in color. With the City of Bozeman Logo on both sides and rear of packer. This is currently on file with Gallery Signs of Bozeman, MT. YES NO SECTION 13 Camera System/Toolbox Unit shall have three cameras, the first to be located above the gripper arm. The Second to be mounted on the tailgate of the packer and the third to be mounted in the hopper area. The camera mounted on the tailgate will come on when the transmission is put in reverse. 7” Color monitor to be mounted in the cab. Camera to be a Safety Vision Model No. SV-CLCD-65 Color TFT/LCD Vision System. YES NO Unit shall have 18’ X 18” X 24” Toolbox mounted on left side under body. YES NO SECTION 14 Packer Body Manuals One complete owner-operator manual. YES NO Two complete parts manuals YES NO Two complete service manuals with hydraulic system schematic, wiring system YES NO SECTION 15 Demonstration: The City of Bozeman reserves the right to request an onsite demonstration of the unit that has been bid at the bidders expense. YES NO SECTION 16 General: PACKER WARRANTY AND SERVICE STATE WARRANTY TERMS AND CONDITIONS. Packer: (one year minimum) (Warranty period will begin after acceptance by the City -- not upon delivery.) Unit shall have a standard factory warranty. Any warranty work will be done at City Shop Complex, 814 North Bozeman, Bozeman, Montana. Warranty work will be billed out at eighty dollars ($80.00) per hour straight time for warranty repairs. Prior approval will be obtained from the manufacturer before repairs are started. All parts will be shipped to our shop with overnight designation and if parts are to be returned the manufacturer will make arrangements to have the old parts returned at their cost. Arrangements may be made at our approval to have warranty work done within a 10 mile radius of our shop. If the truck is not operational for more than 5 days during the warranty period due to parts availability or agreed upon repair shops’ schedule, then a penalty of one hundred dollars ($100.00) per day will be paid by the dealer who supplied the truck. YES NO SECTION 17 Delivery: The complete units (F.O.B. City Shops Complex, 814 North Bozeman, Bozeman, MT) shall be delivered within 180 calendar days after the date of the notice to proceed. Upon delivery of the complete unit, City of Bozeman staff will inspect the complete unit to see if it meets bid specs. If the City staff finds that it does not meet the specs, it will be taken by the dealer to their facility to correct the deficiencies. If the completed unit is not returned with all deficiencies corrected within 30 days, a penalty of one hundred dollars ($100) per day will be paid by the successful bidder. YES NO Successful bidder shall have thirty (30) days from the time the cab and chassis is delivered to them to have the packer installed and have the truck back to the successful bidder of the truck YES NO SECTION 18 Training: Four hours of operator and service training to be provided at City of Bozeman Shop Complex (814 North Bozeman) If a model of truck is awarded the bid and that model has never been owned by the City of Bozeman, then factory training will be provided for one mechanic. This will be the same training provided to dealership mechanics. The training will be no less than 2 days and no more than 5. All expenses including but not limited to travel, room and board and classroom materials will be provided by the successful bidder. Contact the Sanitation Dept. to get clarification on this before submitting bid. Failure to supply this training within one year of delivery of truck will result in a one thousand dollar ($1000.00) penalty. YES NO SECTION 19 BID PRICE Net Bid: $ SECTION 20 USERS’ LIST OF PACKER BODY BID: Bidder to supply a list of users of the current model of the unit bid with address and telephone number. NAME ADDRESS TELEPHONE . SECTION 21 ADDITIONAL OPTIONS AVAILABLE ( show items below and pricing) CITY OF BOZEMAN, MONTANA BID FORM Your bid must be submitted on this form. The City of Bozeman is requesting sealed bids for one (1) new 2008 60,000 lb gvwr tandem axle truck with installed and operating new 2008 side-loading refuse packer. Bids will be received by the Bozeman City Clerk's Office, Bozeman, Montana, at the office in City Hall, 411 East Main Street, Bozeman, Montana, until 2:00 p.m. on Wednesday, November 7, 2007, at which time the bids will be publicly opened at the City Hall before the City Clerk at City Hall. Make/Model: _______________ _______________________________________ Net Bid for Cab and Chassis: $___________________________________ Net Bid for Packer Body: $___________________________________ Net Bid for Additional Options: $___________________________________ TOTAL BID: $___________________________________ Written amount of Total Bid: ___________________________________________________ ___________________________ _______________________________ ________________________________ Name of Bidder Signature _______________________________ ________________________________ Add ress of Bidder Title _______________________________ ________________________________ City, State, Zip Code Date (Seal) The City of Bozeman reserves the right to reject any and all bids, and to waive any informality in the bids received.