Automated Side Loader Refuse Compactor January 2012

Similar documents
The bidder shall furnish a complete set of Operator, Service, and Parts Manuals with each body sold.

NELSON COUNTY FISCAL COURT

145 HP, FRONT WHEEL ASSIST TRACTOR 3/17/15 Page 1. Mountrail County Road and Bridge SPECIFICATIONS FOR

Request for Bids INFORMATION FOR BIDDERS. FURNISH THE CITY OF DERBY, KANSAS, ONE (1)2014 or NEWER TANDEM AXLE 10 YARD DUMP TRUCK w/ PLOW

1- Body capacity The minimum capacity of the body, excluding hopper area is:

I N V I T A T I O N F O R B I D S NOTICE TO BIDDERS

AUTOMATED REFUSE TRUCK RIGHTHAND OPERATING, DIESEL POWERED

MANISTEE COUNTY ROAD COMMISSION 2019 TANDEM AXLE TRUCK SPECIFICATIONS AND BID REQUIREMENTS (ALTERNATE BID) January 4, 2018

GALLATIN PUBLIC UTILITIES

The American Road Machinery Company 17, 25, 30 CUBIC YARD CHASSIS OR ROLLOFF MOUNT LEAF COLLECTOR June 2015

ALLEGAN COUNTY ROAD COMMISSION PROPOSAL FOR WESTERN STAR TANDEM REAR AXLE DUMP TRUCKS (CAB & CHASSIS) MINIMUM 64000# GVWR

QUOTE For a 2017 Fire Department Conventional Truck Chassis-Water Tender With PTO Pump

NOTICE OF BID. The City of Pigeon Forge is receiving bids on one knuckle boom trash loader for the sanitation department.

SPECIFICATIONS FOR THE PURCHASE OF ONE (1) AUTOMATED SIDE LOADING GARBAGE REFUSE COLLECTION TRUCK BODY

Failure to comply with any of the instructions may be cause for the County to reject that bid.

REQUEST FOR QUOTATIONS

ONE (1) CURRENT MODEL YEAR REGENERATIVE AIR TYPE STREET SWEEPER MOUNTED ON CONVENTIONAL CAB BID NO

Multi-Service Vehicle Engine Specifications

Mantis Rerailer General Specifications

The American Road Machinery Company 25 CUBIC YARD CHASSIS OR ROLLOFF MOUNT LEAF COLLECTOR March 2013

534E LA LANDFILL COMPACTOR. Operating Weight - w/ blade kg (50,485 lb) - w/ bucket kg (53,351 lb) Net Horsepower 169 kw (227 hp)

F120HE Drop Frame Manual Side Loader

Mantis Rerailer. General Specifications

MSV. Innovating for you

NORTH CAROLINA SHERIFFS ASSOCIATION

NORTH CAROLINA SHERIFFS ASSOCIATION

City of Glasgow Department of Public Works Purchase of (1) 2013 White Rear Load Garbage Truck

WHEEL LOADER WHEEL LOADER. ZW series Parallel linkage tool carrier version

Request for Proposal

BANNOCK COUNTY SOLID WASTE

CLEVELAND COUNTY NORTH CAROLINA REQUEST FOR BID NEW 2012 EXCAVATOR

POWER UNIT: (Deere 4045T Tier 4 74HP) In-Line 4 cylinder, 4-cycle, Turbo Diesel. 74 HP (55 KW) Intermittent at 2400 RPM.

DL250 TECHNICAL DATA

DL250TC TECHNICAL DATA

IC-35-D. Engineering Spec. Page 1 of 8 Date: June 2006

Inline 6 series turbocharger with exhaust gas recirculation (EGR) and selective catalytic reduction (SCR) Valves per Cylinder 4

TMS x 4 & 6 x 6

POWER UNIT: (Deere 4045T Tier 4 74HP) In-Line 4 cylinder, 4-cycle, Turbo Diesel. 74 HP (55 KW) Intermittent at 2400 RPM.

Memphis-Shelby County Airport Authority ( Authority ) Addendum No. 1 To Request for Bids For Sweeper with Snow Plow

FLORIDA SHERIFFS ASSOCIATION, FLORIDA FIRE CHIEFS ASSOCIATION, & FLORIDA ASSOCIATION OF COUNTIES

LX80. Note: General purpose bucket with bolt on cutting edges. I J K. Unit : mm

VEHICLE SPECIFICATIONS Mid-Sized 4 X 4 Sport Utility Vehicle REV 05/16

534E WHEEL LOADER. Bucket Capacity 2.6 m 3 to 5.7 m 3 (3.4 yd 3 to 7.5 yd 3 ) Net Horsepower 169 kw (227 hp) Operating Weight kg (45,917 lb)

City of Lewiston. Finance Department Allen Ward, Purchasing Agent

CITY OF BURLEY, IDAHO. Golf Course Maintenance Equipment. Terry Greenman

The self-propelled Chipspreader shall be designed and constructed to apply a uniformly distributed application of cover and seal coat aggregates.

ZAXIS DASH-5 Ultrashort-CLASS EXCAVATORS ZX245LC kw (159 hp)

SPECIFICATIONS AND BID FORM FOR ONE NEW SIX WHEEL DRIVE ARTICULATED MOTOR GRADER WITH SNOW GATE. Street Department

Doosan Infracore DL220 TECHNICAL DATA

STATE OF MINNESOTA EQUIPMENT SPECIFICATION. SPECIFICATION: September 2012 Page 1 SINGLE AXLE CAB & CHASSIS

MONTGOMERY COUNTY PUBLIC WORKS DEPARTMENT P. O. BOX 663 INDEPENDENCE, KANSAS PH FAX

RAC EXPORT TRADING Germany Tel

NOTICE TO BIDDERS. ONE (1) NEW TANDEM AXLE TRUCK (cab & chassis)

City of Fargo Request for Proposal

2017 Single Axle 5 CU.YD. Dump Truck Specifications. Minimum Specifications 33,000 lb

VEHICLE SPECIFICATIONS 12 PASSENGER OFF CENTER AISLE VAN REV 02/19

SPECIFICATIONS FOR 4X4 SINGLE AXEL PLOW TRUCK. City of Negaunee

S P E C I F I C A T I O N S

THE TOWN OF CLARENVILLE PUBLIC WORKS DEPARTMENT. Tender Specification # For Purchase of One (1), New Wheel Loader with Snow Blades

COLLEGE COMMUNITY SCHOOL DISTRICT BID SHEET. THREE (3) 78 PASSENGER TRANSIT STYLE SCHOOL BUSES and ONE (1) 65 PASSENGER LIFT BUS

555C WHEEL LOADER. Bucket Capacity 4.2 m 3 to 8.4 m 3 (5.5 yd 3 to 11.0 yd 3 ) Net Horsepower 238 kw (319 hp) Operating Weight kg (63,753 lb)

BID PACKAGE (2)NEW 2018 SELF-PROPELLED BROOMS

DL350 TECHNICAL DATA

Pressure system with spin-on filter & cooler Dual-stage dry type with safety element and evacuator valve

FLORIDA SHERIFFS ASSOCIATION, FLORIDA FIRE CHIEFS ASSOCIATION, & FLORIDA ASSOCIATION OF COUNTIES

July 15, 2016 NOTICE INVITING BIDS NOTICE TO SUPPLIERS FOR FURNISHING MOTOR VEHICLES

ZAXIS DASH-5 utility-class EXCAVAtORS. ZX250lC kw (188 hp)

REQUEST FOR SEALED BID CAB/CHASSIS FOR MEDIUM DUMP TRUCK WITH SALT SPREADER NOVEMBER 18, 2015

SPECIFICATIONS FOR TRUCK EQUIPPED WITH AERIAL LIFT AND SERVICE BODY Pennsylvania Department of Military and Veteran Affairs

TOWN OF FARRAGUT. Bid Specifications For 2017 Dump Truck. William McKelvey Public Works Director Municipal Center Drive Farragut, TN 37934

Request for Proposal. Rear Load Refuse Truck

Cat BACKHOE LOADER. breakout forces and aggressiveness in hard bank applications. to the operator while roading.

43' (13.07) 18' 4" (5.59 ) 18' 6" (5.64) Turning Radius: TMS870-45' 1" (13.7 m) TTS870-29' 8" (9.04 m) (8 wheel)

NOTICE OF BID. The City of Pigeon Forge is receiving bids on four trucks for the Public Works Department.

M325B MH Wheeled Material Handler

ZAXIS DASH-5 UTILITY-CLASS EXCAVATORS ZX180LC kw (121 hp)

INSTRUCTIONS TO BIDDERS AND SPECIFICATIONS FOR A 7-8 CUBIC YARD DUMP TRUCK

Technical Specifications

Hydraulic. Open center, load sensing Main Pumps. 2 variable-displacement axial-piston pumps Maximum Rated Flow 105 L/m (28 gpm) x 2 Pilot Pump

PRODUCT LINE WHEELBASE & CAPACITIES

CITY OF BARTLETT 6400 STAGE ROAD BARTLETT, TENNESSEE 38134

521F/XT/XR ARTICULATED

290G LC. 147 kw (197 hp)

TECHNICAL SPECIFICATIONS LOADER MOUNTED SNOWBLOWER

CITY OF DUBUQUE VEHICLE BID BID DATE: 08/26/2016 BID DUE DATE: 09/12/2016 PURCHASING COORDINATOR'S OFFICE FINANCE DEPARTMENT 50 WEST 13TH STREET

15,432 lbs. (7 000 kg) Operating Weight

CITY OF MOBILE. Purchasing Department and Package Delivery: Government Plaza 4th Floor, Room S Government St Mobile, Alabama 36644

IC-20-G. Engineering Spec. View thousands of Crane Specifications on FreeCraneSpecs.com. Page 1 of 7 Date: June 2006

NOTICE OF BID. The City of Pigeon Forge is receiving bids on three trucks for the Public Works Department.

Maximum Payload 36.3 m tons (40.0 U.S. tons) Maximum Payload with Standard Liners 34.2 m tons (37.7 U.S. tons) Maximum GMW kg ( lb)

9,000 lb. Forklift w/tire Changing Attachment (Propane) Req. 18-GA Georgia Ports Authority. Section 3 - Performance Specs Page 1 of 7

BID FORM TRAILER-MOUNTED CONTINUOUS SEWER RODDER

INVITATION AND NOTICE FOR BIDS ONE 2009 OR NEWER HYDRAULIC DETACHABLE GOOSENECK TRAILER-(aka LOW BOY) w/trade-in

555C WHEEL LOADER. Bucket Capacity 4.2 m 3 to 8.4 m 3 (5.5 yd 3 to 11.0 yd 3 ) Net Horsepower 238 kw (319 hp) Operating Weight kg (63,753 lb)

ZAXIS. 210/210LC-5 n 119 kw (159 hp)

Standard features. Standard features of the Unimog U500 NA 2005 model

ZAXIS DASH-5 UTILITY-CLASS EXCAVATORS ZX210/210LC kw (150 hp)

CITY OF CORALVILLE th Street, Coralville, IA

BID SPECIFICATIONS FOR 3 CY WHEEL LOADER JD 544K $148, (INCLUDING OPTIONS) TIER 4

TMS500E. product guide. contents. features 40 ton (40 mt) Capacity. Truck Mounted Crane

Transcription:

W:\Automizer\AUTOMIZER BID SPECIFICATIONS Automated Side Loader Refuse Compactor January 2012 General Conditions The City of Burley invites all interested parties to bid on providing a side loading refuse truck for the Burley Sanitation Department. A copy of the proposed bid specifications can be found at www.burleyidaho.org. Bids must be received by the City of Burley by March 21, 2012-- 5 pm local time. Bids will be open March 23, 2012 at 9 am at Burley City Hall. Each bidder shall file with their bid a cashier s check, certified check or a bidder's bond for 5 percent (5%) of the total bid amount, made payable to City of Burley. No Bid may be withdrawn within a period of 60 days after the date fixed for opening Bids. The City of Burley reserves the right to reject any or all bids; to waive informalities or to accept the proposal of the best responsible bidder; to postpone the award of the contract for a period not to exceed 30 days; and to accept such proposals as are in the best interest of the City of Burley. A full copy of the requirements and specifications are available at www.burleyidaho.org under the Legal Advertisements and Bids tab. Bid opening: Sealed bids shall be addressed to the City of Burley. Idaho and will shall be labeled 2012 Sanitation truck Bid on the cover envelope. INTENT: These specifications describe a refuse collection body equipped with a mechanical device designed to handle a variety of plastic refuse containers. The body shall be capable of compacting and transporting refuse to a landfill or transfer station and unloading the load by means of hydraulically raising the tailgate and then ejecting the refuse without raising the body. GENERAL TERMS: 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 body trade in design, quality of material and workmanship. Assemblies and component parts shall be standard and interchangeable throughout the entire quantity of the units as specified in this invitation to bid. The equipment furnished shall conform to current ANSI Safety Standard Z 245.1 The bidder shall complete every space in the Bidders Proposal column with a check mark to indicate if the item being bid is exactly as specified. If any check marks are placed in the NO column, a detailed and complete description of the deviation from specification must be supplied on a separate sheet labeled, Deviations from Specifications. Page 1 of 17

Specifications New Tandem Tilt Cab, 2012 Model, 62,000 GVW Cab and Chassis with Right Hand Steering and 31-Cubic Yard Automated Side Loading Refuse Compactor Body CAB AND CHASSIS MUST BE PURCHASED FROM AN IDAHO TRUCK DEALER COMPLY YES/NO DESCRIPTION ENGINE MINIMUM REQUIREMENTS Diesel 350 horsepower with 1450 pounds of torque. Engine shall net 330 ft. lbs. torque to the pump input shaft at idle with transmission in a drive position. Full variable speed governor 18.7 cubic feet air compressor, gear driven with air intake plumbed to the clean side of the main engine air filter Oil filters spin-on type Fuel filters spin-on type Engine Coolant Filter, spin-on Heaviest duty Radiator available with no coverage by cab or etc., with maximum cooling - heavy duty top and bottom bolted tanks. P.T.O. opening in radiator. Stationary Grille Racor 1000 FH fuel filter and heater to be mounted as close to engine as possible, or equal. Block Heater, 120v 1500 watt Anti-freeze to 34 below zero 12 volt, 160 amp minimum alternator 3-12 volt maintenance free batteries 1875 c.c.a. External mounted on the left side of truck Battery disconnect to kill all power from battery at the battery Muffler, vertical mounted, maximum silence rated at latest U.S. Government Specifications Page 2 of 17

Allison 4500 Rugged Duty Service 5 Speed Automatic Comply YES/NO REAR AXLE TIRES Power steering, Right Hand Steering, extra heavy duty with right-hand ram. 44,000 lb. High performance. Synthetic axle lubes for all axles. Main drive line to be 1810 series, or equal Transverse torque rods Three (3) Michelin 315/80R22.5 (L) XZY or equal, 10-hole budd rims, hub piloted wheels, steel hubs. Ten (10) Michelin 11R22.5 (H) XDE M/S or equal, 10-hole budd rims, hub piloted wheels, steel hubs. CAB Fresh air heater Fresh air defroster Dual windshield wipers, variable Auxiliary cab fan (one) Two air ride type seats Full coverage fender with rubber fender flares Door windows roll-down type, both sides Two (2) motorized and heated west coast mirrors, with dash switch kit for dual steer operation. Six inch convex mirrors mounted below west coast mirrors Page 3 of 17

DESCRIPTION MINIMUM REQUIREMENTS COMPLY YES/NO CAB (continued) Dual air horns mounted on top of cab Fully insulated and sound deadened. Must be insulated between cab and engine. Padded door liners and head liner required. FRAME Grab handle - both sides Engine hour meter Water temperature gauge - direct reading Oil gauge - direct reading Voltmeter - direct reading Air pressure gauge - direct reading Transmission temperature gauge - direct reading Fuel gauge - direct reading Audio alarm for low radiator, high water temperature (205 degrees), low oil, and transmission temperature (225 degrees) Audio alarm shutdown system Audio warning - low brake pressure Back up alarm AM/FM Radio w single cd player Extra heavy duty to match or exceed G.V.W. Frame rails 3/8 steel with ¼ liner frame reinforcement, variable drop, extension B, or equal. Page 4 of 17

COMPLY YES/NO Air conditioning, factory installed Tandem axle layout shall be in accordance with State of Idaho GVW regulations and shall provide a minimum of 42,000 lb. legal capacity on the rear axles and optimum weight distribution to front axle. Controls mounted in cab. Differential Lock Switch mounted in dash. A. BODY CAPACITY AND DIMENSIONS: 1. The body shall be brake-form radiused Chiseled rounded to permit a maximum capacity. 2. The minimum capacity of the body including tailgate shall be, excluding hopper area: 31 cu. yd. Comply Yes NO 3. The hopper capacity shall be 4 cu. yd. 4. The inside hopper width at front shall be 70 5. The inside body width at rear shall be 90 6. The outside body width shall be 96 (Across rear post) 7. The outside body width shall be 98 (Fenders) 8. The outside body width shall be 101 (Hose guards) 9. The outside body height above chassis frame shall be: 98 10. The inside body height shall be: 89.81 11. The overall body length including hopper shall be: 31 cu. yd. Capacity Body 282 12. The overall body length including hopper and lift arm shall be: 31 cu. yd. Capacity Body 302 B. BODY CONSTRUCTION: 1. The body shall have a brake-formed radius design. 2. The body floor shall be flat. Page 5 of 17

3. The body floor thickness shall be 7 ga ASTM A-715 GR 50. 4. The body long sills shall be 6 @ 10.5 lb/ft structural channel. 5. The body floor reinforcements shall be ¼ ASTM A-715 GR 50 formed steel members. 6. The body sides and roof shall have a brake-formed radius design providing superior structural strength to weight ratio. 7. The body sides shall be formed from a one piece panel with no vertical weld seams. 8. The body sides and roof steel grade shall be 10 ga ASTM A-715 GR 50. 9. Front perimeter of the body will incorporate a formed angle 4-7/8 x 3-7/8 x 10 ga ASTM A-715 GR 50 internal bolster. 10. Rear perimeter of the body will incorporate an external 4 x 3-1/2 7ga ASTM A715 GR 50 formed bolster. 11. A 10ga ASTM A715 GR 50 6 x 2-7/8 external crown rail shall form the transition from the single piece side sheet to the roof of the body. 12. Roof reinforcement shall incorporate a full length 4 x 2 x ¼ ASTM A500 GR b rectangle tube. 13. The body sides shall incorporate a full length steel fender rub rail covering all rear wheels. 14. Steel fender rub rail thickness shall be 10 ga ASTM A-715 GR 50 with trapezoidal gussets every 36 for maximum structural rigidity. 15. 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. C. HOPPER CONSTRUCTION: 1. The hopper shall have a minimum static capacity of 4 cubic yards under capacity. 2. The hopper shall have a minimum dynamic capacity (displacement rate) of 10.5 cubic yards per minute. Page 6 of 17

3. The hopper floor shall be flat and shall extend into the body an additional 38. 4. The hopper floor steel grade shall be ¼ AR400, also available in 3/8 AR400 option. 5. The hopper side walls steel grade shall be 3/16 AR400, also available in ¼ AR400 option. 6. A hopper access door shall be provided above the packing panel on the streetside of the body to permit access into the hopper area. 7. The hopper access door shall be equipped with a safety interlock switch to disable all functions if the access door is opened. 8. The hopper access door dimensions shall be: 28 X 32, thickness shall be 11 ga ASTM A-715 GR 50. 9. A hopper ladder with grab handles shall be located on the streetside of the hopper. 10. The hopper ladder shall be bolted on to the hopper. 11. The ladder must have an OSHA Standard 7 toe spacing between the ladder rung and the side of the hopper. 12. A transverse sump shall extend the full width of the front hopper. 13. Two (2) 14 x 20 sealed sump access doors equipped with handles and quick acting over center toggle latches shall facilitate clean out of the sump. 2 clean out chutes, 1 per side. 14. A clean-out tool option shall be provided to facilitate easy removal of any accumulated debris from the hopper sump area. 15. A holder shall be provided on the body side to secure the clean out tool in a stored position. 16. The hopper cover must have an interlock eliminating the ability to dump a container if the hopper cover is closed. 17. Interior hopper to body transition welds shall be covered with hard face to prevent wear through. Page 7 of 17

18. 1 row of Retention teeth D. PACKING MECHANISM: 1. The packing panel shall be 33 high X 70 wide 2. A single, centrally mounted, pack cylinder shall generate 83,000 lbs of packing force. Two cylinder packing mechanisms are not acceptable. 3. The packer shall be a platen type design, integral with body. 4. The packing panel shall complete a pack cycle in a maximum of 12 seconds @ 1400 RPM. 5. Packing panel top thickness shall be ¼ ASTM A-715 GR 50. 6. Packing panel face plate thickness shall be 3/8 ASTM A-715 GR 50. 7. Packing panel shall be reinforced with a combination of structural members for maximum rigidity. 8. The packing panel shall guided by a single self-cleaning T rail located in the center of the body. 9. T Rail dimensions shall be: ½ x 13 ¼ and be fabricated from ½, AR400 ultra high strength, abrasion resistant steel plate. 10. Packing panel wear shoes thickness shall be ¼ AR400 11. The packing mechanism shall use a single, double-acting telescopic cylinder will be supported by self-aligning bearings on each end. These will be 3-stage for 16, 20, 24 and 27 yard units. 12. Cylinder shall be centrally mounted above the hopper floor. 13. Cylinder bore diameter shall be 6 ½ 14. The cylinder sleeves shall be chrome plated. 15. The first stage of the cylinder shall have a 64 stroke. 16. The cylinder full eject stroke shall be: Page 8 of 17

1 cu. Yd. Capacity Body 4 stage with a stroke of 205.5 17. Maximum operation pressure shall be 2500 psi 18. Inside width of packing panel shall be 70 19. Inside height of packing panel shall be 33 20. The automatic packing cycle stroke shall be 52 21. Packing panel swept volume shall be 4 cu. yd. E. FULL EJECT - PUSH OUT: 1. The pack/eject panel shall be capable of ejecting the full load in less than 30 seconds. 2. All eject controls shall be operated from inside the cab. 3. The pack/eject panel shall not be capable of extending into the body with the tailgate closed. 4. 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. F. TAILGATE: 1. The tailgate shall be hydraulically operated, top hinged bustle type. 2. The tailgate shall automatically lock and unlock without the use of additional locking cylinders, cables or manual turnbuckles. 3. The tailgate locking mechanism shall utilize a progressive inverted cam roller design. 4. Tailgate thickness shall be 10 ga ASTM A-715 GR 50. 5. The tailgate latch roller shall be fully supported by a horizontal bolster around the lower perimeter of the tailgate. 6. The tailgate shall be operated by 2 cylinders 7. Tailgate cylinders shall be chrome plated rod with 1 ½ diameter and 3 bore diameter. Page 9 of 17

8. Tailgate cylinder stroke shall be 36-1/2 9. Tailgate cycle time at idle shall be 30 sec 10. The tailgate side sheets will have an integral rolled flange that overlaps the perimeter of the rear tailgate sheet 11. A rubber seal shall be installed on the tailgate and extend across the entire bottom and vertically up each side a minimum of 24. 12. A cab mounted light and audible alarm shall be provided to indicate that the tailgate is unlocked. 13. A manual control switch shall be installed in the cab to guard against accidental activation. 14. Self-contained horizontal tailgate maintenance safety props shall be provided. 15. 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. 16. 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. G. AUTOMATED LIFTING MECHANISM: 1. The Lifting Arm mechanism shall be capable of operating simultaneously during any phase of packing operations with full force and flow. 2. Lift arm shall be mounted directly to the chassis frame rail. Tip to Dump units with the lift arm mounted to the body are not acceptable. 3. The lift arm lower base weldment shall straddle both chassis frame rails and be secured to its mounting brackets with four 1 grade eight bolts. 4. The lower base weldment shall be fully constructed of ¼ ASTM A715 GR 50 steel. 5. The Lifting Arm mechanism must have a lifting capacity of 2,000 pounds at full extension. 6. The Lifting Arm mechanism must be within the 96 road Page 10 of 17

limit in the travel position with the grippers in the full lowered position. 7. No portion of the lift mechanism shall have less than 13 inches of ground clearance in the stowed position. 8. 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. 9. Lift Arm mechanism shall have a reach of 84 from the side of the body to the centerline of a 90-gallon container. 10. Lift Arm mechanism shall be capable of grasping a container located 6 from the side of the body. 11. Vertical dump height shall not exceed 120 above truck frame while dumping a 90-gallon container. 12. Container dump angle shall be a minimum of 45 degrees to insure complete dumping of container s contents. 13. Lifting mechanism shall be capable of a complete cycle, which includes Grip-Lift-Dump-Undump-Lower and Ungrip in a maximum of 8 seconds. 14. The Lifting Arm must be constructed utilizing an Inner and Outer Arm assembly. 15. The Outer Arm assembly shall be a fabricated rectangular box constructed of ASTM-A-500 Grade B. 16. The Inner Arm assembly shall be fabricated rectangular box constructed of ASTM-A-500 Grade B. 17. The inner arm assembly shall include AR400 roller bearing tracks. 18. The inner arm assembly shall glide in and out on five (5) 4 dia. steel roller bearings. 19. Roller bearings shall rotate on adjustable eccentric shafts to compensate for wear and maintain the grippers parallel with the ground. 20. Inner and Outer Arm pivot pins shall be 2 C1045 turn ground, heat-treated and polished pins held with 2 selfaligning spherical bearings. Page 11 of 17

21. Five (5) solid-state proximity switches shall be used as input sensors for the PLC for proper arm sequencing. 22. Lift Arm must have a safety interlock to restrict dumping unless the container is positioned over the hopper opening. 23. Lift Arm hydraulics shall be controlled by 4 sections of a 6- spool sectional valve equipped with electric over hydraulic for spool positioning. 24. The Lifting Arm must utilize four (4) hydraulic cylinders. 25. Cylinders shall include: Reach (In-Out) 2 bore x 66 stroke Lift (Arm Up-Down) 2 ½ bore x 26 stroke Dump (Cart Dump/Undump) 2 ½ bore x 10 stroke Grab (Grip/Release) 2 ½ bore x 7 ½ stroke 26. Standard joystick lift function controls shall be electric over hydraulic type with an on-off rocker switch for the control of the gripper located on the top of joystick. 27. No air lines shall be routed into the cab from the body. 28. Joystick shall be conveniently located to the left of the operator. 29. An ergonomically designed padded armrest shall be provided to support the operator s arm during joystick operation. 30. Two (2) additional control options shall be provided for the operator. 31. Additional controls shall consist of a three (3) rocker switch console with dead-man control located at the side of the operator s seat to be activated if the operator is standing outside of the cab. 32. An Automated Dump Cycle Coordinator option shall be provided. 33. Coordinator shall allow the operator to manually reach and grip a container, continued contact on the grip switch shall cause the container to be raised, dumped, returned to Page 12 of 17

H. GRIPPERS: the side of the vehicle, un gripped and the arm returned to the stowed/home position. Universal Grippers 1. The gripper shall be capable of grasping and dumping containers with capacities from 90-450 gallons without the need to change grippers. Grippers of spring steel. 2. The grippers shall exert an appropriate radial force on each size container to firmly grip the container without dropping, damaging or contorting. This force shall be controlled by a toggle switch on the control box. I. CONTROLS: 1. An easily accessible control panel shall be provided in the cab with AMP connectors. 2. The control panel must be a programmable logic system PLC with software adjustability. 3. The control panel must display diagnostic information in Alpha-numeric (written word readout) format. 4. Control panel must provide a diagnostic display for each input and output signal. 5. The PLC must include the following safety options, complete with audible and visual warnings: Hydraulic Filter By-Pass Warning Shut Down System Low Oil Warning Shut Down System High Temperature Hydraulic Fluid Warning Shut Down System 6. The PLC display must include the following unit history data: Hour Meter for pump operation / PTO engagement. Permanent counters for pack, eject and arm cycles. Resettable counters for pack and arm cycles. 7. The control panel must include both an ON/OFF rocker switch for system function AND an Emergency STOP button. _ 8. The control panel shall utilize rocker switches for all controls. 9. The control panel shall provide guarded switches to Page 13 of 17

raise/lower tailgate and to raise/lower body. 10. The control panel shall include visual and audible warnings for: Tailgate Open/Unlocked Arm/Gripper Extended Body Raised 11. The control panel must provide operator selectable packing controls. 12. Operator selectable packing controls shall consist of: Manual Requires Operator to control packing cycle. Cycle 1 Automatically activates one complete packing cycle after one container is dumped. Cycle 2 Automatically activates one complete packing cycle after two containers are dumped. 2X Automatically activates two complete packing cycles after one container is dumped. 3X Automatically activates three complete packing cycles after one container is dumped. 13. The control panel shall include a red Power Packing indicator light to illuminate when the packer is in maximum compaction power mode. J. HYDRAULIC SYSTEM: ALL HYDRAULIC SYSTEMS WILL BE ELECTRIC OVER HYDRAULIC 1. A tandem, high performance, balanced vane pump shall be utilized. 2. The hydraulic pump shall be front mounted off engine crankshaft. 3. The tandem pump shall be equipped with flow limiting valves rated at 22 GPM for the lift arm mechanism and 55 max GPM for the packing panel. Low rpm high volumne. 4. The hydraulic system shall include hydraulic over-speed protection to limit the maximum pump output at all engine RPM ranges. 5. Hydraulic reservoir shall be a minimum capacity of 80- Page 14 of 17

gallon for maximum cooling efficiency. 6. Hydraulic reservoir shall be equipped with a fluid level sight glass and low level indicator. 7. Hydraulic reservoir shall be equipped with a fluid level sight glass. 8. Hydraulic reservoir shall be equipped with a temperature gauge. 9. Hydraulic reservoir shall be located street side adjacent to hopper and sufficiently above the pump inlet to assure optimum inlet conditioned without the need for augmented tank pressurization. 10. The hydraulic system shall incorporate a full flow 10-micron absolute in-tank return line filter with replaceable element. 11. All hydraulic fittings shall be JIC or O-Ring Boss. 12. All hydraulic components shall be adequately sized and designed to maintain appropriate hydraulic oil temperature. 13. Maximum hydraulic system pressure for the lift arm and pack circuits shall be 2500 psi. 14. Operational control is available to reduce the speed of the arm in required operational situation. 15. A self-contained forced air to oil cooler shall be provided to ensure hydraulic oil temperature is regulated in high ambient temperatures. K. LIGHTS: 1. Standard lights shall be provided in accordance with FMVSS#108. 2. An upper bolt on light bar shall be provided. 3. Upper light bar shall contain two (2) of each 4 diameter stop/tail/turn lights and 2 diameter clearance and side marker lights. _ 4. Lower light bar shall contain two (2) of each 4 diameter stop/tail/turn AND reverse lights. Page 15 of 17

5. All lights shall be sealed, lexan covers and have flexible gasket mounting. 6. Mid-body turn signals shall be provided. 7. Two (2) work lights shall be provided, operated by a single rocker switch on the in-cab control panel, one (1) light shall illuminate the hopper and one (1) light shall illuminate the lift arm area. L. ELECTRICAL: 1. All electrical wiring shall be in protective looms. 2. All wiring harnesses shall be Deutsch automotive type connectors meeting IP67 waterproof specification. 3. The electrical system shall not have junction boxes or terminations that do not use the IP67 specification connectors. 4. All circuits shall be properly fused and wiring shall be color coded and numbered. M. PAINTING: 1. The entire unit shall be properly cleaned of all dirt, grease and weld slag prior to painting. 2. The complete unit shall be painted with DuPont Imron 5000 high solids to a minimum of 4 mils. 3. The body shall be painted White N. MANUALS: 1. One complete set of operators, parts and service manuals Page 16 of 17

O. WARRANTY: to be supplied for each refuse packer. 1. The bidder shall offer a (2) two year warranty against defects in material or workmanship. Page 17 of 17