BANNOCK COUNTY SOLID WASTE

Similar documents
BID PACKAGE (2)NEW 2018 SELF-PROPELLED BROOMS

REQUEST FOR QUOTATIONS

NELSON COUNTY FISCAL COURT

GALLATIN PUBLIC UTILITIES

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

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

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

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

ADDENDUM 2. The following clarifications, changes, additions, and/or deletions are hereby made to the RFB:

Type 3 Fire Engine Model 346

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

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

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

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

FLAT BED STAKE BODY TRUCK

INVITATION TO BID ONE (1) 10-FOOT DUMPBODY DUMP TRUCK WITH DIESEL / CNG OPTIONS

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

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

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

RAC EXPORT TRADING Germany Tel

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

TENDER 2019 OR 2020, ONE AND A HALF TON EXTENDED DOUBLE CAB/CHASSIS, 4X4, DUMP BODY TRUCK

BID SPECIFICATIONS FOR HEAVY DUTY DUMP TRUCK CHASSIS - OPTION D CT660S $129, (INCLUDING OPTION)

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

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

TMS x 4 & 6 x 6

REQUEST FOR QUOTE. Half Ton Trucks CONTRACT NO ADDENDUM NO.2

BID SPECIFICATIONS FOR HEAVY DUTY DUMP TRUCK CHASSIS - OPTION A 2013 Mack GU 713 $109, (INCLUDING OPTIONS)

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

Request for New Heavy Duty 3/4 ton Pickup Truck for Lee County Emergency Management

Warranty - Standard Equipment & Specs

Barrow County Board of Education 179 W. Athens Street Winder, Georgia 30680

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

THREE (3) NEW 2018 SIX WHEEL DRIVE MOTOR GRADER WITH LIFT GROUP, REAR-RIPPER/SCARIFIER, AND SNOW WING.

Minimum Specifications for One New Yard Roll-Off Truck

Truck Specs. Sabre 9 Off-Highway GCWR: 242,000. CapacityTrucks.com

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

BID SPECIFICATIONS FOR HEAVY DUTY DUMP TRUCK CHASSIS - OPTION A 2015 MACK GU 713 $110, (INCLUDING OPTION) TIER 3

Warranty - Standard Equipment & Specs

Request for Proposal. Articulated Loader

TENDER. 2017, THREE QUARTER (3/4) TON PICKUP TRUCK, 4x4

INVITATION FOR BID 2015 ROLL OFF/ON TRUCK BODY W/HOIST

TENDER 2018 OR 2019, ONE AND A HALF TON CAB/CHASSIS, 4X4, DUMP BODY TRUCK

TENDER. 2017/2018 HALF TON PICKUP TRUCK, EXTENDED CAB, 4x4

Zip's Truck Equipment. 316 W. Milwaukee Street New Hampton, Iowa Phone: Fax: Visual Inspection.

CITY OF CORALVILLE th Street, Coralville, IA

SALT TRUCK - SHORT TANDEM

REQUEST FOR QUOTATION

Dubuque Community School District SPECIFICATIONS BID FORM AND TIME AND PLACE OF FILING

BID REQUEST FOR Four (4) SCHOOL BUSES

T T US t Lifting Capacity Truck Crane Datasheet Imperial. Features: T 780-1

Invitation No: Additional available options:

CLEVELAND COUNTY NORTH CAROLINA REQUEST FOR BID NEW 2012 EXCAVATOR

IC-200-F. Tech Spec. Unmatched in Features and Performance

REQUEST FOR BID For Trucks. Bid Notice

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

CITY OF TACOMA Environmental Services Department - Solid Waste Management

HEAVY DUTY TRUCKS. Business Rack Clock Digital $

Mantis Rerailer General Specifications

IC-200-G. Tech Spec. Industrial Crane. 15-Ton Max. Capacity Under 8 Feet Wide. Manufacturing Corp. Rated Capacity Limiter...

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

INVITATION FOR BID Bid # 2013-RD102. Tandem Axle Dump Truck

TENDER HALF TON PICKUP TRUCK, 4x4

MONTVILLE PUBLIC SCHOOLS MONTVILLE CONNECTICUT FEBRUARY 20, 2015 BID # BUS

Pennsylvania State Police Tactical Mounted Unit. 25,500# GVWR Crew Cab Tractor

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)

CITY OF ALHAMBRA NOTICE INVITING BIDS NO. N2M16-144

ALLEGAN COUNTY ROAD COMMISSION SPECIFICATION FOR BIDS

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

DEPARTMENT OF PUBLIC WORKS WHITMAN COUNTY COLFAX, WASHINGTON Bid for One (1) New Diesel Powered Articulated Four Wheel Drive Loader & Trade

REQUEST FOR BID For Trucks. Bid Notice

Customer Proposal. Rush Medium Duty Truck Center, Dallas Irving Blvd., Dallas, Texas, Office: Prepared for: Prepared by:

Customer Proposal. Rush Medium Duty Truck Center, Dallas Irving Blvd., Dallas, Texas, Office: Prepared for: Prepared by:

GU533 MACK TRUCKS ARE BUILT TO BUILD

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

An ISO 9001:2000 Certified Company Autocar MY x DOT/EPA Compliant Terminal Tractor Standard Specifications

LEGACY U-SERIES ROLL-OFF CABLE HOISTS Tel:

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

T T XL. T / T XL 40 USt Lifting Capacity Truck Crane Datasheet Imperial. Features: T Features: T XL

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

Customer Proposal. Rush Medium Duty Truck Center, Dallas Irving Blvd., Dallas, Texas, Office: Prepared for: Prepared by:

Zip's Truck Equipment. 316 W. Milwaukee Street New Hampton, Iowa Phone: Fax: Visual Inspection.

CITY OF MARSHALL, MINNESOTA

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)

Technical Specifications SENNEBOGEN Rubber Tired Material Handler

DL250 TECHNICAL DATA

Town of Digby. Tender Equipment Purchase 4 WD One Ton Truck CONTENTS

PART A TENDER SUBMISSION

INVITATION TO BID PURCHASING DEPARTMENT P. O. BOX E. CENTRAL AVENUE THIRD FLOOR VALDOSTA, GEORGIA BID #

Multi-Service Vehicle Engine Specifications

Refuse Dump Wrecker STANDARD POWERTRAIN SPECIFICATIONS. Mack Trucks, Inc.,

BID FOR A ONE (1) ONE-TON AND A HALF (5500 SERIES) CREWCAB TRUCK WITH DUMP BED. BID OPENING February 15, 2017 AT 10:00 A.M.

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

Mantis Rerailer. General Specifications

Working Range GROVE MODEL TM TON CAPACITY. LIFTING CHARTS - Hydraulic Truck Cranes 9'-7"

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

WHEEL LOADER 938H WHEEL LOADER 938H. Power Generation - Bulk Materials Standards I. GENERAL: DESCRIPTIONS FOR CATERPILLAR MODEL 938H WHEEL LOADER:

INVITATION TO BID. January 10, 2018

TMS900E. product guide. contents. features 90 ton (80 mton) capacity. Truck Crane ft ( m) 5 section full power boom

Transcription:

BANNOCK COUNTY SOLID WASTE 1500 N. Fort Hall Mine Road Pocatello, Idaho 83204 Ph. (208) 236-0607 NEW 2018 ROLL-OFF BID PACKAGE The undersigned hereby agrees and proposes to furnish one (1) new 2018 (make) (model) 64,000 G.V.W class 8 truck chassis with roll off cable hoist for 22 containers. The vehicle will be like-unit of a current model under standard production by the manufacturer. The unit must meet all minimum specification. Bidders Bond Required. Cost of one (1) New 2018 class 8 truck chassis with roll-off cable hoist Amount $ Dealer Name Bidder certifies delivery will be completed on or within days from award of bid. Printed Name Title Signature

PROPOSAL SUBMISSION RULES s contained herein are numbered and each specification contains a box with brackets to permit the bidder to indicate a "yes" or "no" compliance reply. A yes answer is to mean that equipment offered conforms to or exceeds the specification as written. A no answer is to mean that equipment offered differs from or is less than the specification as written. A yes or no reply in the box is mandatory. Bidders are accordingly advised that all pages of the specifications, with required answers indicated, must be returned with the submitted bid proposal. SUPPORT OF EQUAL OR SUPERIOR, BUT DIFFERENT, EQUIPMENT To properly present his equipment when "no" replies are generated, a bidder or manufacturer is advised to follow the procedure described below. 1. Carefully read each specification and mark the appropriate "yes" or "no" reply with an X inside the proper brackets. The X entry must be made in ink or typewritten. 2. For each "no" reply, show the box number, the title of the specification and then explain how the equipment being offered differs. Replies must be made on sheet with title, "EXCEPTIONS TO BID CONDITIONS & SPECIFICATIONS". Bidders must submit with their bid the latest printed specifications and advertising literature on the units they propose to furnish. The price or prices quoted shall include all transportation charges fully pre-paid to Bannock County. Bidder shall supply one (1) parts book, one (1) service and repair manual (CD format preferred on parts and service), one (1) operator's manual, one (1) transmission repair manual, and one (l) engine repair manual. Upon award of bid Bannock County Landfill must have complete assurance of vendor against failure or inability to deliver. Penalty for not making delivery in the time stated: The bidder is to state on bid sheet the number of days or date of delivery. If delivery is not made in accordance with stated time, it is understood and agreed that the company will pay Bannock County Landfill one hundred dollars ($ 100.00) per calendar day beyond the stated delivery time until the vehicle is delivered. F.O.B Bannock County Landfill

1. GENERAL: These specifications are intended to describe the minimum requirements to furnish one (1) 2018 diesel truck chassis 64,000 G.V.W. with mounted Roll-Off Cable Hoist. Bidder must submit proof of manufacturer s Product Liability Insurance 2. ENGINE: A. Cummins ISX12 425hp B. 2018 EPA emissions engine C. Battery disconnect switch mounted on battery box D. Alternator shall be 160 AMP brushless type E. 12v Starter HD that meets manufacturer s needs. F. 4 Gp. 31, 700-730 CCA threaded port batteries. G. Shall have Electronic Engine Integral Warning and Derate protection System 3. ENGINE EQUIPMENT: A. Shall Have an Immersion 1500 watt/110-120 Volt Block Heater with plug under left hand door B. Artic Fox fuel tank heater with thermostat C. Silicon heater and radiator hoses D. Fuel/Water separator with 12v heat start aid 3

E. Engine Idle shut down F. Air cleaner shall be mounted under the hood. G. Single exhausts stack with vertical mounted muffler with shield and grab handle, right side. H. Air compressor shall be 18.7 CFM Naturally Aspirated I. Engine shall be equipped with protection system/warning and shut down. Shall have audible and visual alarms for low oil pressure, high temperature and low water levels. J. Shall Have an Automatic Fan Control with dash switch K. Compression engine brake 4. TRANSMISSION: A. Transmission shall be a Eaton Fuller RTLO 16918B with oil lubrication pump and cooler with rear transmission support. B. Transmission shall be 8-hole PTO bottom mount compatible. 5. FRONT AXLE: A. Front axle 18,000 lbs. min-18,000 lbs. min front suspension with shock absorbers B. Front disc brakes 18k min with dust covers 4

C. FR SPR: Taper leaf 18K W/Shock Absorbers D. PWR SRNG: Dual gear 16-22K 6. REAR AXLE: A. Rear axles 46,000 lb. min Meritor RT46-160 46k*dual* Rear axle ratio 3.73, with tandem interlock and driver control main differential lock on both axles. Separate indicator lights required for interaxle differential lock on both rear main axle locks. B. Shall have Automatic Slack Adjusters C. Shall have full air brakes, S-cam with spring loaded parking brakes, both rear axles, with inverted cans for maximum ground clearance. Rear brake camshaft reinforcements installed. D. Heavy duty 1810 series drivelines. 7. CHASSIS: A. Chassis shall be equipped for GVWR of 64,000 lbs. minimum. B. Back of Cab to axle shall be 174. CLEAR, bottom frame rails 5

C. After frame from center of tandem shall be 75 inches. D. Steel frame rail with full insert and reinforcement to equal or exceed 3,000,000 R.B.M (no partials) E. Chassis shall be equipped with back up alarm. F. Chassis shall be equipped with two tow Hooks on the front of frame. G. Chassis shall be equipped with a painted Steel Bumper-HD 8. CAB: A. Cab suspension to be air-ride. B. Extended day cab or equivalent C. Air tanks will have pull-cord type drains. 9. CAB ACCESSORIES: A. Cab shall be equipped with stair type Steps for easy and safe entry and exit. 6

B. Cab shall be equipped with left hand and right hand heated mirrors, right hand shall be power mirror. C. Cushion air high back cloth covered driver seat with right hand arm rest. D. Cab shall be equipped with Electric Motor windshield wipers and washers, with Delay E. Cab shall be equipped with Air and electric Horns. F. Companion seat. G. Cab shall be equipped with seatbelt. Must be three point retractable design and on all seats. H. Cab shall be equipped with Driver/Passenger interior Sun Visors I. Cab shall be equipped with Heater, Defroster and Air Conditioner J. Cab shall be equipped with AM/FM radio with Bluetooth. K. Shall be equipped with operator controlled RH power windows. 7

L. Cab shall be equipped with ignition key and door key. All equipment shall be keyed the same. M. Steering Column shall be Adjustable tilt and Telescoping N. Shall be equipped with Cruise Control. 10. DASH: A. Dash mounted gauges shall be oil temperature and pressure, water temperature, and transmission temperature. Transmission temperature buzzer and light is acceptable. B. Dash mounted gauges shall be dual air pressure gauges. C. Dash mounted gauges shall be electric speedometer. D. Dash mounted gauges shall be electric tachometer with hour meter. E. Dash mounted electric warning light and buzzer shall be high water temperature, low oil pressure, and low air pressure. 11. ELECTRICAL SYSTEM: A. Electrical system shall be equipped with all lights and 8

reflectors provided to meet Federal and State vehicle safety codes 12. BRAKE SYSTEM: A. Air dryer Benedix AD-IS extended purge heater frame mounted and heated. 13. STEERING SYSTEM: A. Power steering gear driven pump with dual power steering gears. B. Steering Column Adjustable tilt and telescope. 14. FUEL TANK: A. Fuel tank 100 US gallons located on the driver s side of the cab with anti-roll provision. B. Def tank capacity for a 2:1 fill ratio C. Fuel Water Separator with 12 v heat start- aid D. Shall have In Tank Fuel Level Sender 15. WHEELS AND TIRES: A. Front and Back Wheels: 11R24.5. 16. PAINT: 9

A. Color of cab and chassis shall be Orange to match existing fleet. B. Color of frame and bumper shall be black. C. Wheels - White 17. ROLL OFF SPECIFICATIONS: A. The minimum specifications described below Are for a 60,000 Pound Outside rail Hydraulic Roll-Off Hoist. With sub frame to house all Hydraulic lines. Extra Heavy duty recessed Bumper with lights. Automatic spring loaded container locking system. 1 plate steel with tempered lock spring. 18. CAPACITY Manufacturers rated_ 60,000 lb A. Maximum factory tested Lifting 60,000 lb. B. Maximum Factory tested pull-on 60,000 lb. 19. HOIST FRAME: A. Main 10 x 4 x3/8 Rect. Tubing A-500 Grade C B. Roll-Off Hoist must have a Sub Frame that is 4 x 4 x 4/16 Square Tubing ASTM A - 500 20. ROLL-OFF CABLE: A. Shall be 7/8 78 ft. 6X37 XIP 10

IWRC with swivel Knuckle hook end B. Pick-up end shall be Cast Steel ski. Cable eye tested to 79,600 lb C. Cable rated capacity: 39 tons by manufacturer D. Line Pull on Cable at 3250 PSI: 31,269 lb. 21. ROLL-OFF HOIST SHEAVES: Cable Sheaves: 5-10 sheaves 2 7/8 x 2 1/2 bronze bearings A. Cable sheaves shafts: 2 1/2 CRS grease able Zerts B. Cable sheave Tensile shall be 80,000 PSI 22. SIDE ROLLERS: Main Frame side ride rollers: 4 OD x 2 1/2 ID bronze bushings A. Main Frame side rollers Shafts: 2 CRS, with grease zert B. Rear Outside rollers shall be 8 O.D. x 4 wide with bronze bearing 23. HOIST BUMPER: A. Shall be 3 9/16 x 6 1/16 ASTM Split Heavy Duty with Recessed Lights. 24. CONTAINER REQUIREMENTS: A. Front container Stops to be: 1 ½ 11

plate Steel B. Front Container Lock: 1 plate steel with tempered lock spring, automatic C. Rear Container Hold Downs shall be 1 ¼ Plate Steel D. Recommended container length Shall be 20 to 24 25. HOIST REAR HINGES: A. Rear hinge butt: Shall be 2-1/2 plate steel each side grease able, free floating B. Rear hinge shaft shall be 2 1/2' CRS 26. HOIST LIFT CYLINDERS: A. Two Each Shall be 6. x 73 DA and 3 ½ polished chrome plated rod tube type B. Upper lift cylinder shaft shall be 2 3/4 Solid Rod CRS with guide plate C. Lower lift cylinder shaft shall be 2 3/4 solid Rod CRS 12

D. Lower lift cylinder mfg. plate shall be 3/8 formed plate with 1 reinforcement 27. LIGHTS AND REFLECTORS: A. Stop, tail and turn lights, ICC 3- light bar, two (2) corner clearance ;lights, four (4) reflectors, all lighting to meet or exceed federal regulations 28. HOIST HYDRAULIC SYSTEM: A. Shall be a 50 gallon Steel Reservoir tank with a 3 micron filter and screen fill Mounted behind Cab B. Shall be a Gear Type pump, 37 1/2 GPM @1500 RPM C. Pump to be a Direct mount Type D. Shall have a 3 spool 45 GPM valve with safety bypass E. Suction and Fill port strainer on reservoir 100 mesh wire and 25 micron fill port F. System Total Capacity shall be 80 gallons G. Shall be 1850 operating 13

Pressure H. Shall be 3200 PSI maximum pressure I. Shall have a Shut off valve 2 Ball type valve on suction line J. Shall have a sight gauge window Type with temperature gauge on Hydraulic tank K. Hydraulic fittings shall be stand- Pipe thread type L. Hydraulic hoses shall be SAE 100-R2, 5000 PSI Max 2500 working pressure 29. WINCH CYLINDER: Two Each A. Shall be 7 x 90 DA 4 OD ground and polished, chrome plated rod tube B. Tail Cylinder to be 3 ½ x 80 DA 30. REQUIRED HOIST OPTIONS: A. Hoist shall have Tandem Poly Fenders M500 Black B. Roll-Off Hoist up alarm: cab indicator light C. Shall have a Tool Box that is 20 x 16 x 48 with lift up front lid D. Hoist to Have inside cab air operated three lever controls E. Hoist to be Operated with a Hot 14

Shift PTO 31. HOIST EXTENDABLE TAIL SPECS A. Host overall to be 242 with Tail Retracted and 317 with Tail Fully extended State Length of Hoist 32. ROLL-OFF HOIST DIMENSION A. Hoist frame shall have an extendable tail B. Frame to be a minimum of 242 Long with Tail retracted State Hoist frame length 236 ½ 33. MANUALS: A. The awarded seller to furnish a complete set of the following manuals and drawings 1. Operator 2. Shop service repair 3. Maintenance 4. Electrical System 5. Hydraulic System 6. Manuals and drawings shall accompany equipment at time of delivery and cover all items requested & inspected and approved by Bannock County Public Works 7. Technical bulletins & updates shall be provided 15

to Bannock County Shops for the life of the truck. 8. Provide all engineering drawings for all accessories for hydraulic systems. 34. PAINT: A. Hoist to be Painted Black 35. WARRANTY: A. State full, partial, maintenance & Optional warranties, terms and conditions available. Warranty will start when Bannock County puts truck into service. B. The Unit shall be completely installed, ready to operate and delivered to Bannock County Public Works C. Hoist Company shall provide walk around training and operation of hoist. 16