INVITATION TO BID PURCHASING DEPARTMENT P. O. BOX E. CENTRAL AVENUE THIRD FLOOR VALDOSTA, GEORGIA 31601

Similar documents
INVITATION TO BID PURCHASING DEPARTMENT P. O. BOX E. CENTRAL AVENUE THIRD FLOOR VALDOSTA, GEORGIA 31601

INVITATION TO BID PURCHASING DEPARTMENT P. O. BOX E. CENTRAL AVENUE THIRD FLOOR VALDOSTA, GEORGIA 31601

INVITATION TO BID PURCHASING DEPARTMENT P. O. BOX E. CENTRAL AVENUE THIRD FLOOR VALDOSTA, GEORGIA 31601

INVITATION TO BID PURCHASING DEPARTMENT P.O. BOX NORTH ASHLEY ST. VALDOSTA, GEORGIA #LC

NELSON COUNTY FISCAL COURT

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

INVITATION TO BID PURCHASING DEPARTMENT P. O. BOX E. CENTRAL AVENUE SECOND FLOOR VALDOSTA, GEORGIA 31601

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

GALLATIN PUBLIC UTILITIES

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

DANA SPICER WIDE TRACK IPO STD FRONT AXLE(S)

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

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

CUSTOMER NAME: LIN'S PROPANE TRUCKS CHASSIS NUMBER: MODEL: 337 WHEELBASE: CAB TO AXLE:

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

BANNOCK COUNTY SOLID WASTE

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

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

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

RAC EXPORT TRADING Germany Tel

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

Invitation No: Additional available options:

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

ISUZU N-SERIES (REG CAB) DIESEL CAB/CHASSIS SPECS NPR-HD (14,500# GVWR)

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

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

PHILLIPS 120V 1000 WATT WITHOUT STEP MOUNTED RECEPTACLE PHILLIPS 120V 1000 WATT WITH STEP MOUNTED RECEPTACLE OIL PAN HEATER

REQUEST FOR QUOTATIONS

ISUZU NPR-HD REG CAB CAB & CHASSIS SPECS 14,500# GVWR DSL

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

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

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

Minimum Specifications for One New Yard Roll-Off Truck

Type 3 Fire Engine Model 346

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

Addendum 2 Minimum Specifications One New Twin-Screw Diesel-Powered Cab & Chassis For the Sanitation Division

GU533 MACK TRUCKS ARE BUILT TO BUILD

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

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

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

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

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

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

Warranty - Standard Equipment & Specs

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

CITY OF MARSHALL, MINNESOTA

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

FLAT BED STAKE BODY TRUCK

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

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

One (1) Current Model Year Cab/Chassis with Chipper Body and Articulating Crane Mounted Bid No Notice to Bidders

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

SALT TRUCK - SHORT TANDEM

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

Mantis Rerailer. General Specifications

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

Warranty - Standard Equipment & Specs

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

TMS x 4 & 6 x 6

TRUCKINGTRUTH.COM T T. Daniel B s Pre-Trip Inspection Checklist

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

As a safety precaution, remove keys from the ignition while working under or around the vehicle.

Houston County Purchasing Department

CITY OF TACOMA Environmental Services Department - Solid Waste Management

ONE (1) EACH SELF-CONTAINED PATCH TRUCK

CITY OF CORALVILLE th Street, Coralville, IA

Dump Construction. Medium Heavy Duty GU532 STANDARD POWERTRAIN SPECIFICATIONS. Mack Trucks, Inc.,

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

BID FOR ONE (1) 1 TON CREW CAB TRUCK WITH SERVICE BODY OPENING APRIL 11, 2019 AT 10:00 A.M.

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

Purchasing Department Finance Group INVITATION TO BID

BOCC MEETING TRANSMITTAL. #4 - Effective and Responsive Government. Consent. Ongoing

CITY OF DOUGLAS BID PACKAGE NEW SPECIFIED 2019 HALF-TON 4X4 PICKUP TRUCK

TENDER HALF TON PICKUP TRUCK, 4x4

City of Fargo Request for Proposal

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

GENERAL SPECIFICATIONS FOR END DUMP WITH PLOW AND SPREADER

Request for Proposal. Articulated Loader

ADDENDUM No. 2. Bid #: 13-B-016 Purchase of Solid Waste Trucks

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

Rockwood School District Diesel Fuel Bid. BIDS DUE ON June 17, 2013 AT 11:00 A.M. CDT

Town of Marystown. Tender For. One New 4x4 Two (2) Door Cab Chassis (19,500 KG GVWR) With 12Ft Flat Deck

Warranty - Standard Equipment & Specs

BID REQUEST FOR Four (4) SCHOOL BUSES

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

Mantis Rerailer General Specifications

Hickory Isuzu Truck, Inc. Rob Preston Jr Stock Isuzu NRR NU3

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

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

SOMERSET BOROUGH TECHNICAL SPECIFICATIONS FOR A USED 1-TON STYLE DUMP BODY TRUCK

CITY OF ALHAMBRA NOTICE INVITING BIDS NO. N2M16-144

Municipality of the District of West Hants Request for Proposal (RFP) PW Supply of one (1) new ½ Ton 4x4 Truck

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

CITY OF BARTLETT 6400 STAGE ROAD BARTLETT, TENNESSEE 38134

INVITATION TO BID. Should you need clarification on any item, please contact Berley Mears, Public Works Director at

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

ADDENDUM #1, POSTED 12/27/17 RFQ# X4 ONE TON CHASSIS CAB DUALLY

BULLOCH COUNTY BOARD OF COMMISSIONERS 115 NORTH MAIN STREET P. O. BOX 347 STATESBORO, GEORGIA INVITATION TO BID

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

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

Transcription:

INVITATION TO BID PURCHASING DEPARTMENT P. O. BOX 1125 216 E. CENTRAL AVENUE THIRD FLOOR VALDOSTA, GEORGIA 31601 BID #42-17-18 FOR: 60,000 GVW Roll-Off Truck with Tarp System OPENING DATE: May 22, 2018 TIME: 3:30 PM EST GREG BROWN, CPPB, CPPO PURCHASING AGENT (229) 259-3525 Fax (229) 259-5460

NOTICE TO DEALERS/VENDORS 1. Any prices bid by dealer/vendor on any items offered to the City of Valdosta shall be the price effective at the date of delivery. 2. No delivery date of ASAP (As Soon As Possible) shall be considered acceptable on items that have a maximum delivery date listed in the specifications. 3. The City of Valdosta reserves the right to accept alternate bids on any or all items where maximum delivery date, as listed in the specifications is not met by dealer/vendor. 4. Signature below of authorized agent for dealer/vendor shall constitute recognition and acceptance of all conditions of the sale as listed above. 5. All shipping is to be FOB Valdosta, GA 31601 and included in total price unless otherwise stated in the bid document. Dealer/Vendor Authorized Agent

GENERAL SPECIFICATIONS It is the intent of these specifications to furnish the City of Valdosta with the following requisitioned equipment, according to the attached. It is clearly understood that the following are minimum specifications and are made in order to show the exact quality through specifications of the equipment proposed. The City of Valdosta reserves the right to accept any or all bids or to choose the bid considered to be in their best interest. The final decision of purchase will be made upon the award of the City of Valdosta Mayor and Council if the item or items total are greater than $10,000. NO BID WILL BE CONSIDERED IF RECEIVED AFTER THE DATE AND TIME SPECIFIED. Be sure to put the Bid Number on the outside of your return envelope.

INSTRUCTIONS TO BIDDERS 1. Proposals must be made upon the form of the proposal attached hereto. They must be enclosed in a sealed plain envelope, with the bid number written on the outside and endorsed with the title of the proposal, and must be filed with the Purchasing Agent of the City of Valdosta, located at 216 E. Central Ave, third floor. In the event you choose to mail your proposal, it should be mailed to Greg Brown, P.A., P.O. Box 1125, Valdosta, Ga. 31603. 2. No bidder will be allowed to withdraw his proposal for any reason whatsoever after the bids have been opened. 3. The specifications following, represent the minimum general size, weight, capacity and performance characteristics desired in the equipment to be purchased. These requirements are not intended to prevent obtaining fair prices or to eliminate competition, but to insure, if possible, that all bids submitted shall not be subject to correction or alteration after the bid has been filed, opened, and publicly read. In view of an unusual wide disparity in details of design and manufacture, complete descriptive literature and manufacturer s specifications must be submitted on each type of equipment offered. The City of Valdosta reserves the right to evaluate any or all bids, particularly where there is a range in specifications. Special consideration will be given to the ready availability of repair parts and service. 4. Federal or State taxes are not applicable to Georgia Municipalities under the United States Code Title 26 and Georgia Exemption Certificate Number 3-465-686-300-1. 5. It is expressly understood by the bidder that written notice of the award or purchase order by the City of Valdosta will constitute an agreement and consummate the transaction and will serve together with the proposal, the advertisement, these instructions and the detailed specifications, as the entire form of contract between the parties. 6. The bidder agrees that the City of Valdosta reserves the right to reject any or all proposals, or to accept the part of the bid considered to be in the best interest of the City. 7. Specifications referred to minimum, therefore unless otherwise indicated by the bidder, the City will assume proposals meet or exceed all specifications. 8. The names of a certain brand, make or definite specifications are to demote quality standard of the article desired 9. The award of the contract will be made to the lowest responsible bidder taking into consideration quality performance and the time specified in the proposals for the performance of the contract. The City of Valdosta reserves the right to reject all bids as appears in its own best interest and to waive technicalities. In cases of a tie, award will be made for whichever bid is in the best interest of the City.

GENERAL SPECIFICATIONS It is the intent of these specifications to furnish the City of Valdosta with One, Brand New, 2018 or newer Roll-Off Container Truck equipped with Hoist and Tarp System. These are minimum specifications. Any deviation to the Chassis specifications should be marked and an explanation shall be attached to this bid document on your company letterhead. You should reference the section you are deviating from and describe the deviation in detail. Failure to do so could result in your bid being rejected. Some of the parts required on this unit may not be standard factory line parts but are readily available to the open market. These parts meet the harsh environment the City places on our equipment and have passed the standards set forth by the City. Also, attach supporting documentation on the chassis and hoist you propose to provide the City. Specifications on Refuse/Landfill Chassis for Roll-Off Hoist G.V.W.: 66,000# YES/NO Cab to Axle: 190 minimum cab to axle. 270 minimum end of frame. Frame: 10 ¾ steel rails 355 384. 10 ¾ x 3 ½ dimension, 2,136,000 RBM. Yield strength 120,000 psi. Section modulus 17.8 cubic inches. Weight 1.74 lbs/inch pair. Full steel inner liner. Three piece cross members. EOF square without xmbr for use with body builder Installed crossmembers. Omit rear mudflaps and hangers. Engine: Shall be Cummins 9 liter 380@1900 GOV @ 2100 @ 1400. 72 max. accelerator pedal vehicle speed. 1500 max PTO speed. Engine idle shutdown timer disabled. Belly pan. Remote PTO and throttle provision. 160 amp alternator and 12 v starter. Premium 12v starting batteries 2000 CCA, threaded stud type terminal. Stranded copper battery cables are 00 or larger to reduce resistance. Battery jumper terminal mounted under hood, LF frame rail.

Kissling battery disconnect switch mounted on battery box. 2 speed fan clutch for frequent start/stops. 18.7 CFM air compressor N/A x 15 furnished on engine. Teflon lined stainless steel braided compressor discharge line. C-brake by Jacobs, Cummins 9L. Spin on fuel/water separator. No fluid heat option for fuel filter. 12V heat for fuel. Engine protection shutdown includes oil pressure, oil temp., coolant temp., and intake manifold temp. High efficiency cooling system. Cooling module is a combination of steel and aluminum components with aluminum connections to maximize performance and cooling capability. Silicone radiator and heater hoses enhance value, durability and reliability. Constant tension band to reduce leaks. Low coolant level sensor to warn of low coolant condition to prevent engine damage. Radial seal, dry type air cleaner, frontal air intake. Molded rubber air intake connections with lined stainless steel clamps seal to prevent contaminants in air intake. Exhaust single RH side of cab. DPFS/SCR RH under cab. Curved tip stand pipe. Include cruise control and auto resume. Transmission and Eqpt Air and Equipment Shall be Allison 4500 RDS-P transmission, Gen 5 rugged duty series. Includes rear transmission support. Tran Synd transmission fluid, water oil heat exchange. Also includes features that monitor the transmission fluid, filter, and clutch condition. Will display percent life remaining for the transmission fluid, filter and clutches on the shift selector. This information may be displayed using the Mode and Up and Down buttons. A wrench icon will also be included to indicate when the transmission fluid, filter or clutches need servicing. Forward ratios 1 st 4.70, 2 nd 2.21, 3 rd 1.53, 4 th 1.00, 5 th 0.76, and 6 th 0.67. Reverse ratio DR (5.55) SPL170 HD-XL driveline, 2 mid-ship bearings. SPL 170 XL driveline inter axle for rear axles. Allison 5 th generation RDS, PKG 225. Allison fuel sense not desired. Allison 6 speed configuration, wide ratio gears. Dash mounted push button shifter. Shall be Bendix AD-IS air dyer with heater. Pull cords all air tanks. Nylon chassis hose. Steel painted air tanks.

Clear outside frame of all air system components LH and RH BOC. Body connections 5 BOC and junction box contains light and power circuits for body connections. Tires and Wheels: Fuel Tank: Battery Box and Bumper Front Axle and Eqpt.: FF: BR 20 ply 425/65R22.5 M860A. RR: BR 14 ply 11R22.5 M710 Ecopia. Diameter = 41.8 SLR = 19.5. Tire quantity 08 FF: Alcoa 823627 22.5 x 12.25 clean buff finish. RR: Accur Stl Armor 50291PK 22.5 x 8.25 heavy duty, two hand holes code-rear rim quantity 08 Include aluminum spare FF rim and tire. 26 inch aluminum 70 gallon fuel tank minimum. Includes steps for cab access. Paddle handle filler cap with threadless filler neck. Top draw fuel plumbing reduces chance of he central placement of fuel pickup tube. Wire braid fuel lines. Location of tank LH U/C 70 gallon. DEF tank mounted RH BOC. Standard DEF to fuel ratio 2:1 or greater and minimum 9 gallon capacity. Aluminum space save battery box LH BOC with battery access from side. After treatment RH U/C aluminum non slip cab entry step. DPF/SCR for diesel engine. Aluminum channel bumper stainless steel clad with 2 tow pins. Meritor mfs20, 20,000 lbs, 3.74 drop. Axles is designed for applications with gross axle weight rating GAWR of 20,000 lbs. Axle includes special low friction bushings, double draw keys and integral thrust bearings and seal. Combination of Meritor easy steer kind pin bushings, computer designed and optimized I-beam construction and stiff axle assembly delivering a tight turning radius. Taper leaf springs, shocks 20,000 lbs, standard with heavy resistance shocks. Power steering Shepard HD94 dual for use with 16,000 to 20,000 lb. axle rating. Power steering reservoir frame mounted with cooler. PHP10 aluminum preset PLUS Hubs. Bendix Air Cam front drum brakes 16.5 x 7. Includes automatic slack adjusters and outboard mounted brake drums. Meritor Wide Track IPO standard front axle MFS+3.5

drop/71 KPI IPO 69 with MFS and MFS+ axles. Tie rods, Meritor MFS20 deep inset wheels. Long stroke brakes, gusseted cam brackets, and heavy duty cam bushings front axle. Rear Axle and Equipment: Cab: Dana Spicer D46-170, 46,000 lbs, laser factory axle alignment. Magnetic rear axle oil drain plug, parking brakes on all drive axles for optimal performance. Cognis EMGARD FE 75W-90 synthetic axle lube or comparable. PHP 10 Iron Preset PLUS hubs. Long stroke parking brakes, drive axles. Diff lock both axles, air rocker switch occupies the space of one gauge. Inverted rear brake chambers, Hendrickson Chalmers. Refuse service brakes, steer and drive axles. Rear brake camshaft reinforcement. Lube pump drive axles. Gusseted cam brackets on drive axles. SBM valve, Spring brake modulation system for emergency braking applications. System requires a SBM valve and a relay valve with spring brakes on the rear axles. Anti-lock braking system 4S4M ABS-6 includes air braking system. Synthetic axle lubricant all axles comparable to Cognis Emgard FE 75W90 Bendix air cam rear drum brakes 16.5 x 8.6, tandem drive axle, heavy duty cam bushings drive axes. Ratio 5.25 rear axle. Hendrickson Haulmax HMX460, 46,000 lb, 54 axle spacing, 60K creep rating. Shall be aluminum 110 BBC metton hood with bright finish crown, includes view window RH door and convex mirror over RH door. Severe service package includes aluminum side skins, rear skin, steel windshield mask, steel firewall, steel front floor sheet, and additional reinforcement on the back wall of cab. Thermal insulation package in cab and includes thick closed cell foam in floor, mylar faced foam in wall and roof. Rubber fender lips to be 4 extra wide. Ultra ride, air ride, and high back vinyl driver seat. Passenger seat to be ultra ride, high back, non air vinyl. Adjustable steering column. Interior to be grey/black with rugged instrument panels, glare resistant dash, gauges with black bezel, (2) power points, 18 4 spoke steering wheel, power windows,

extruded rubber floor covering, header mounted dome light, foot well lighting, integrated dead pedal, (4) inside entry grab handles, (2) each sun visors, cup holders, and coat hooks, and map bin in dash. Extended rear window in rear of cab. One piece curved windshield. Combination fresh air and heater. Stainless steel mirrors 7 x 16. (2) convex 8 ss mirrors center mounted under mirror bracket. Power door locks and windows. One air horn 15 painted mounted under cab. AM/FM WB, USB, and MP3 radio includes blue tooth with a minimum of 2 speakers. Plug in auto reset circuit breakers in place of fuses. Electric windshield wipers. Triangle reflector kit shipped loose, cab mounted fire extinguisher and back up alarm is to be included. Include a main transmission temp. gauge and air restriction indicator. Main instrument panel and graphic display: min. speedometer, tachometer with hour meter, voltmeter, engine oil pressure, engine coolant temp., fuel level, primary and secondary air pressure gauges. Standard warning light package, high water temp., low oil and air pressure warning lights with audible alarms, high beam, turn signals, low fuel, parking brake and ice warning. Rocker switches with long life LED indicators. Additional dash switch with wiring with extra wire. Headlights to be composite fender mounted integral park, turn, and side marker. (5) marker lights, aero LED. Shall have daytime running lights. (2) load lights, bracket mounted inboard. Paint: Warranty: Delivery: Imron White Paint. Manufacturer must offer 1 year unlimited miles. Cummins 9 Liter standard coverage 2 years, 250,000 miles. Cummins 9 Liter Protection Plan (5/100). Coverage is 100% parts and labor with no deductibles on internally lubricated components and major engine systems including turbo charger, water pump, and fuel injectors. Cummins 9 Liter After Treatment Coverage 5 years/100,000 miles. Shipping is to be FOB Valdosta, GA and figured into

your price. Specifications for Tandem Axle Roll-Off Hoist GENERAL These specifications are intended to describe the minimum requirements necessary to furnish (1) one tandem axle, truck mounted Roll-Off Hoist compatible with 18' - 22' Roll-Off Containers and tarp system. The hoist and tarp system shall be a new, current, standard production model and carry a minimum one year warranty by the manufacturer. The provider must be a factory authorized dealer capable of supplying service, factory guarantee work, and parts from stock with a minimum of delay. Include literature on the brand and model you are bidding. Any deviation from the requirements below should be referenced by specification number on company letterhead in detail. Galfab OR 60174 S072 Or Comparable 1. Rated capacity: 60,000 lbs 2. Container length: 18 to 22 feet 3. Working hydraulic pressure: 1850 psi 4. Loaded operating times: Hoist up 29 seconds, hoist down 15 seconds, Container on 46 seconds. 5. Frame- hoist main frame, 8" x 4" x ½" A500 grade C tubing, sub-frame 3" x 2" x 1/4" A500 grade C tubing. 6. Must include container rail supports on each side of rear rails 7. Minimum dump angle: 48 degrees 8. Front stops: 1.5" plate steel 9. Safety Lock: 1 automatic spring-loaded container locks 10. Lift cylinder shaft: 2.5" solid steel 11. Hinge shaft: 1-15/16" solid steel 12. Cable end: Swaged end with swivel eye (Include Spare Cable End) 13. Rear hold downs: 3/4" plate steel 14. Hydraulic pump: Gear type 35 GPM @ 1500 RPM, Hot shift PTO 15. Hydraulic valve: 5 spool / 60 GPM with safety by-pass 16. Oil reservoir: 52 gallons with filter and screen fill, mounted behind cab above the frame rails. 17. Outside rollers: Grease-able 4" O.D. with bronze bushings, rollers to be outboard supported and replaceable by just removing 2 bolts. 18. Cable sheaves: 10" O.D. with bronze bushings 19. All working points grease-able 20. Controls- inside (air) and outside direct acting controls 21. Independent working winch cylinders: 7" x 3" x 81.5" double acting 22. Lift cylinders: 6" x 4.5" x 74.5" double acting 23. Auto folding ICC rear bumper: Forward folding only 24. Rear light bumper- heavy duty with recessed lights (all LED) and tow shackles. 25. Full contoured steel diamond tread plate fenders (minimum 7 gage) 26. No Tool Box

27. Pump control: Air or electric operated with signal light 28. Painted black 29. Huck Bolt Mounting 30. Cable: EX1WRC 6x37 (Include a Spare Cable) 31. Tarp system: Pioneer RP4500SARG plumbed directly to hoist operating valve. (Include Spare Tarp) 32. Hoist and tarp system mounted and ready to operate. 33. Lighting system for body to be all LED lights. 34. Supplemental rear nylon ratchet style hold-downs (laterally adjustable up to 14 ) Upon delivery, the successful bidder will provide a service manual for truck, roll off unit, and tarp system. Also as part of your price a training session shall be provided on the operation of the unit until City staff feel comfortable working with the unit. Please provide 3 references from government agencies where you have sold this same roll-off unit: ENTITY CONTACT PHONE NUMBER

PROPOSAL We/I have examined the specifications and agree to furnish the City of Valdosta with the equipment/services accordingly. Any deviations from the specifications will be marked exception on the bid sheet. We/I propose to furnish the City of Valdosta with said equipment/ service for: Year and Truck Bidding: Year and Body Bidding: TRUCK PRICE ROLL OFF PRICE TOTAL COST $ + $ = $ Date: Company Name: Address: Remit: Phone Number: Fax: Signature: Title: Printed Name: Email: Delivery: Days After Receive Order Is your company currently on any State or Federal Debarment list? Yes No E-Verfiy Number: Include a copy in package Include a W-9 in package. Delivery of the unit is FOB Valdosta, GA. and should be figured in your total price. 11