2020/2021 DUMP BODY AND SNOW PLOW PACKAGE - BIDDING DOCUMENTS FOR CITY of BEAVERCREEK - Beavercreek ...

Page created by Michelle Brown
 
CONTINUE READING
BIDDING DOCUMENTS

                FOR

     CITY of BEAVERCREEK

2020/2021 DUMP BODY AND SNOW
        PLOW PACKAGE
             November 2020

          PREPARED BY: Sam Hurwitz
          Public Service Superintendent

              789 ORCHARD LANE
          BEAVERCREEK, OHIO 45434
CITY OF BEAVERCREEK
INVITATION TO BID #01-2020 DUMP BODY AND SNOW PLOW PACKAGE
BIDDING SPECIFICATION
LEGAL ADVERTISEMENT

Sealed proposals for the purchase of one {1) 2020\2021 TANDEM DUMP BODY AND
SNOW PLOW PACKAGE will be received at the office of the Public Administrative
Services Superintendent, City of Beavercreek, 789 Orchard Lane, Beavercreek, Ohio
45434, until 2:30 P.M., December 11, 2020 .local time, on , and publicly opened and
read at that hour and place.

The work for which proposals are invited consists of furnishing all labor, equipment
and material to provide the equipment item as specified in the contract and as may
be necessary to complete the contract in accordance with the plans and
specifications.

Contract documents may be examined and/or obtained at the office of the Public
Administrative Services Superintendent, City of Beavercreek, and 789 Orchard
Lane, Beavercreek, Ohio 45434.

Each bidder will be provided 1 proposal document at no cost. Additional copies of the
proposal forms will not be provided by the city.

Each bidder must insure that all employees and applicants for employment are not
discriminated against because of race, color, religion, sex or national origin.

Bidders are advised that City of Beavercreek Administrative Policy No. 28 allows
for the application of a local bidder credit in determining the award of a contract for
this project. The requirements and application of this local bidder credit in
determining the award of a contract are explained in the 'Instructions to Bidders'
section of the project bid documents.

The City of Beavercreek reserves the right to accept or reject any or all proposals; to
waive any informalities in the bidding; and to enter into a contract with the bidder
who in their consideration offered the lowest and best proposal. The City also
reserves the right to hold all proposals for sixty {60) days.

Advertised:     November 24, 2020

                December 1, 2020
INSTRUCTIONS TO BIDDERS

   1.   BID SCOPE OF SERVICES

        The City of Beavercreek will be accepting proposals for the purchase of one (1) 2020/2021 TANDEM DUMP BODY
        AND SNOW PLOW PACKAGE in accordance with the proposal and specifications following:

   2.   PROPOSALS:

        A. Proposals shall be made on the form hereinafter provided. Such proposals shall be endorsed "City of
           Beavercreek two (1) TANDEM DUMP BODY AND SNOW PLOW PACKAGE - and addressed to the City of
           Beavercreek, Sam Hurwitz, Public Administrative Services Superintendent, 789 Orchard Lane, Beavercreek,
           Ohio 45434.

        B. Proposals shall contain the full names of the company presenting the proposal and be signed by the individual(s)
           who are properly authorized to represent the company/corporation.

        C.   Bids may not be withdrawn after the specified time of opening.

        D. All proposals shall be completed in BLACK ink or typewritten. All blank spaces for bid prices must be filled in.

        E.   Figures only are satisfactory on the proposal sheets; words are not necessary.

   3.   SUBMITTALS:

   The following documents must be executed and submitted with the bid in a sealed envelope bearing, on the outside, the
   name of the bidder, his/her address and the name of the project for which the bid is submitted:

        Proposal
        All Submittals Required in the Special Provisions Section Affidavit of Contractor (Non-Collusion)
        Addenda (if any)
        Explanations of non-conformance

   If forwarded by mail, the sealed envelope containing the bid must be enclosed in another envelope addressed as
   specified above.

   4.   BIDS:

   The City of Beavercreek reserves the right to accept, rejects, or waives any informality in any proposal made for the
   project at any time within sixty (60) days following the date established for the receipt of bids. Bidder shall submit unit
   price bid as required for the item covered by the specifications on the provided forms. Prices shall cover complete work
   and include all costs incidental thereto including delivery, unless otherwise indicated.

   The quantities set forth on the proposal are estimated quantities only and will be used strictly for canvassing of bids.

   5.   EXAMINATION:

   Bidders are required to satisfy themselves by personal examination and study of the Contract Documents as to the
   specifications as noted for the delivery of the item.

   The Contractor will accept full responsibility for all conditions or difficulties that may be encountered manufacture of the
   item: no plea of ignorance of conditions may be entered at any time. The Contractor will be required to fulfill in every way
   all the requirements of the contract. No claim for extra compensation or for an extension of time will be accepted based on
   the failure of the Contractor for omissions made because of lack of familiarization with the Contract Documents.

   6.   INTERPRETATION OF CONTRACT DOCUMENTS:

   If any person, firm or corporation contemplating submitting a bid for this Contract is in doubt as to the true meaning of any
   part of the Specifications or other Contract Documents, he may submit to the Superintendent a written request for an
interpretation thereof. The person, firm or corporation submitting the request shall be responsible for its prompt delivery.
Any interpretations of the proposed documents will be made only by an Addendum duly issued by the Superintendent. A
copy of such Addendum will be mailed or delivered to each person securing a set of Contract Documents, provided that a
sufficient period of time is available for the issuance of such Addendum prior to the receipt of bids. The Owner and the
Superintendent will be responsible for any other explanations or interpretations of the Contract Documents made prior to
the receipt of bids.

7.   ELIGABILITY OF BIDDERS:

Contracts shall be awarded only to responsible prospective Contractors who are qualified and eligible to receive an award
under applicable laws and regulations. Further, successful bidder must be able to provide parts, services and support
from a permanent facility located with a 100 mile radius of the City of Beavercreek. This requirement is intended to insure
that when issues arise, the bidder is able to provide this support in a timely manner.

8.   AWARD OF CONTRACT:

The Contract shall be considered to have been awarded and binding upon the contracting parties on or after the date of
the Notice of Award from the Owner. The Contractor shall, within ten (10) days from the date of the Notice of Award,
furnish to the Owner three (3) copies of the signed the Form of Contract. The Contract shall be considered as awarded
after the Certificate the Fiscal Officer has been signed by the legally authorized representative of the Owner: and the
authorized representative(s) of the Owner have affixed their signature(s) thereto.

9.   FORM OF CONTRACT/AMENDMENTS TO CONTRACTS:

Each and every provision of law and clause required by law to be inserted in the Contract shall be deemed to be inserted
herein and this Contract shall be read and enforced as though it were included herein and if through mere mistake, or
otherwise, any such provision is not inserted, or is not correctly inserted, then upon the application of either party hereto,
the Contract shall forthwith be physically amended to make such insertion.

10. NOTICE OF DELINQUENT TAXES:

Bidder is apprised of the following requirements of the Ohio Revised Code.

When any taxing district in the County lets a contract by competitive bid, after the award to the successful bidder and
before the contract is entered into, the bidder shall submit an affidavit stating either that he owes no delinquent taxes or
that he does owe delinquent taxes and the amount there of.

When the bidder owes such taxes, the taxing district fiscal officer shall send a copy of the statement to the County
Treasurer within thirty (30) days. A copy of the statement shall be attached to the Contract. No payment can be made on
a contract without such statement.

11. INCONSISTENCIES:

Any inconsistencies discovered within these Contract Documents shall be brought to the attention of the City
Superintendent for clarification. The Prospective Bidder or Contractor shall submit such request, in writing. Clarification of
the apparent inconsistency shall be made by a written communication issued by the City Superintendent. Such
communication shall be attached to and become part of these Contract Documents and shall be binding upon all parties
thereto. The Contractor shall not proceed with any work, which would be affected by the clarification until such time as he
has received the written communication from the City Superintendent.

12. SIGNATURE OF BIDDERS:

The firm, corporate or individual name of the bidder must be signed in ink in the space provided for the signatures on the
proposed blanks. In the case of a corporation, the title of the officer signing must be stated and such officer must be
thereunto duly authorized and the seal of said corporation duly affixed. In the case of a partnership, the signature of at
least one of the partner must follow the firm name, using the term "member of the firm". In the case of an individual, use
the terms "doing business as", or "sole owner". The bidder shall further state in his proposal the name and address of
each person or corporation interested therein.
13. FOREIGN CORPORATIONS AND CONTRACTORS:

   A. Foreign Corporations

        Definition: "Foreign corporation: means a corporation incorporated under the laws of another state. No contract
        shall be entered into with a foreign corporation until the Secretary of State has certified that such corporation is
        authorized to do business in Ohio; and until, if the bidder so awarded the Contract is person or partnership, it has
        filed with the Secretary of State a Power of Attorney designating the Secretary of State as it's agent for the
        purpose of accepting service of summons in an action brought under Section 153.05 of the Ohio Revised Code
        or under Sections 4123.01 to 4123.94, inclusive of the Revised Code.

14. BIDDING DOCUMENTS:

   A.   Copies: Bidders may obtain complete sets of the Bidding Documents from the issuing office designed in the
        Advertisement or Invitation
   B.
        Bidders shall use compete sets of Bidding Documents in preparing bids; neither the Owner nor the
        Superintendent assume any responsibility for errors or misinterpretations resulting from the use of incomplete
        sets of Bidding Documents.

        The Owner in making copies of the Bidding Documents available on the above terms do so only for the purpose
        of obtaining Bids on the Work and do not confer a license or grant for any other use.
PROPOSAL

To:      THE CITY OF BEAVERCREEK, OHIO

The undersigned agrees to provide one (1) 2020/2021 DUMP TRUCK AND SNOW PLOW PACKAGE as specified for the
amount of

$

Delivery will be expected within                calendar days, unless otherwise agreed upon.

Signed this                  day of                      , 2020,

                                                Firm:

                    (SEAL)                      By:
                                                                         {Signature)

                                                                         (Print or Type)

                                                Title:

Official Address:

Phone)              (Fax)             (Email)
NON-COLLUSION AFFIDAVIT

STATE OF                                             ,

                                                     : ss

COUNTY OF                                                       ,

---------------------------------------------------------------------------------------being first and duly sworn, deposes and says

That he/she is                                                            (sole owner, partner, president, secretary, etc.)

Of

the party making the foregoing proposal or bid; that such bid is genuine and not collusive or sham; that said bidder has not
colluded, conspired, conned, or agreed, directly or indirectly with any bidder or person, to put them in a sham bid, or that such
other person shall refrain from bidding, and has not in any manner, directly or indirectly, sought by agreement or collusion, or
communication or conference, with any person, to fix the price of affiant or any other bidder, or to fix any overhead, profit or
cost element of said bid price, or of that of any other bidder, or to secure any advantage against the City of Beavercreek, Ohio
or any other person or persons interested in the proposed contract; and that all statements contained in said proposal or bid
are true; and further, that such bidder has not, directly or indirectly, submitted this bid, or the contents thereof, or divulged
information or data relative thereto to any association or to any member or agent thereof.

Sworn and subscribed before me this                             day of                                    , 2020.

                     Notary Public in and for                                                   County,

                     My Commission Expires
SPECIFICATIONS

The City of Beavercreek is inviting qualified vendors to provide and install one {1} dump body and specified equipment on one
{1} 2021 International HV507 SFA (HV507) Dual Axle Cab and Chassis. The cab and chassis specification is included in the
bidding specification (Attachment A}. The City of Beavercreek will determine a mandatory pre-build meeting date after an
award has been made and prior to starting any up fitting upon said cab and chassis.
Meets Specifications - Bidding vendor to circle YES or NO; for areas circled marked NO please include with your quotation, a
detailed explanation of why the item does not meet specifications and include the recommended substitution specifications.
Please note: Failure to submit this information or not answering "YES" or "NO" may result in disqualification.
Bidders will be evaluated based upon quality and value. The City of Beavercreek reserves the right to accept or reject any bid
associated with this specification.

1.   BODY EQUIPMENT

     1.1.    Body: - Meets Specifications?        YES     NO

            1.1.1. The dump body shall be either Warren, Galion, or Henderson polished stainless steel. The dump body shall be
                   approximately 14 feet long, 7 feet wide, and have a 34-inch stainless steel side wall.

            1.1.2. The construction of the body shall be 304 Stainless Steel. All welds shall be sloped so as not to retain moisture
                   or material

            1.1.3. A heavy-duty one-half cab shield {304 Stainless Steel} shall be provided.

            1.1.4. The tailgate shall be six {6} panel heavy-duty ¼-inch material “barn style” door. The tailgate shall be supplied
                   with one (1) extra set of top pins. There shall be a full rear bolster reinforced bottom rail to prevent bending or
                   warping. The tailgate shall have stainless steel hooks for chains. Hook placement will be determined at the pre-
                   build meeting.

            1.1.5. The floor shall be ¼-inch thick material to conform to ASTM AR400 for hauling riprap and broken concrete. The
                   inside bed floor to side radius shall be 2-inch minimum so material does not stick in body.

            1.1.6. All catwalks will be approximately 2 in. x 5 in. grip strut. Catwalks shall extend down both sides of the bed from
                   the front of the bed to the front of the rear corner post. The bottom of the catwalk shall be 1/2 in. above where
                   the rub rail meets the bed wall. The catwalks will be spaced 1 in. away from the bed wall. Catwalks will be
                   welded to the dump body rub rails. Catwalks will be made out of 304 stainless steel. Catwalks shall not be
                   painted (Figure 1

            1.1.7. Both lower rub rails to be boxed on inside with formed channel 2-1/2 in. deep and 4 in. high. To be located on
                   the inside wall of rub rail. Channel to be continuously welded to eliminate moisture.

            1.1.8. Two (2) stainless steel grab handles shall be positioned on each side of the truck bed approximately 10 in.
                   above the catwalk. One (1) will be positioned directly over the rear axle on both sides of the bed approximately
                   28 in. from the front of the bed on the passenger side. These handles will be 3/4 in. stainless steel that extends
                   3-3/4 in. from the bed and will be approximately 10 in. wide. (Figure 2)

            1.1.9. Positioned on the right side of the bed directly in line with the grab handle located immediately behind the cab
                   shall be a two-rung fold down ladder. The ladder shall be constructed of 304 stainless steel and use all
                   stainless steel hardware to attach to the body. There shall be a system in place to secure the ladder to the side
                   of the body when not in use also constructed from stainless steel. (Figures 3, 4, & 5)

            1.1.10. Positioned on the inside right side of the bed directly in line with the fold down ladder shall be a stainless
                  steel egress step constructed in the same manner as the catwalk. This step shall be approximately 12 inches
                  from the floor of the bed and 7 inches in width. The egress step placement shall be confirmed during the pre-
                  build meeting.

            1.1.11. Four (4) banjo eyes are required for the tailgate safety chain on the body. The top eyes shall be 2-inches
                  from the top rail and 8-inches from the floor of the dump bed.

            1.1.12. A central under the dash breaker panel shall be incorporated to handle all body equipment.
1.1.13.   Dump bed vibrator - Provide Manufacturer and Model:

    1.1.14. 12 inch bolt-on apron - stainless steel

    1.1.15. The tailgate shall be operated by an air-operated latch.

    1.1.16. Tailgate chains shall be 100 grade.

    1.1.17. There shall be five (5) stainless steel D-rings in the bed and tailgate. Placement will be determined at the
          pre-build meeting.

1.2. Hoist: - Meets Specifications?        YES      NO

    1.2.1. Single (front mount) telescopic dump body hoist.

    1.2.2. Double acting cylinder with 3/4 in. ports on both the lift and retraction sides, both shall have
           #12 SAE "O" ring port.

    1.2.3. Hoist shall be appropriate size for bed length, overhang, weight, and potential load.

    1.2.4. Hoist must be heavy duty and meet or exceed NTEA Class SO specification.

    1.2.5. Integrated grease Zerk fittings shall be included at all pivot points.

    1.2.6. Hoist shall be powered from a central hydraulic system.

    1.2.7. Hoist shall include all hardware, fittings, fasteners, and mounts necessary to install dump bed on spec cab and
           chassis.

    1.2.8. All pivoting and hinge points shall be reinforced per manufacturer specifications.

    1.2.9. The hoist shall be supplied with two (2) built-in OSHA specified body props.

    1.2.10. Hydraulic power down on bed hoist is required.

    1.2.11. Full dumping angle shall be approximately SO degrees.

    1.2.12. A warning light shall be mounted in the cab to indicate that the dump body is not fully down (location TBD at
          pre-build meeting).

    1.2.13. Bed hoist description (Manufacturer/ Model No., additional information)

1.3. Metal Finish: - Meets Specifications?          YES       NO

    1.3.1. The body shall be polished 304 stainless steel.

    1.3.2. The hoist, underbody, and associated frame members that are not stainless steel shall be 3M Dynatron Dyna-
           Pro Paintable Rubberized Undercoating spray applied according to manufacturer specifications or approved
           equal. Color: Black.

    1.3.3. The vendor shall warrant the body to be free of corrosion for a minimum of 30 months due to workmanship and
           metal composition.

1.4. Mud Guards: - Meets Specifications?        YES           NO

    1.4.1. The rear of the frame shall be equipped with mudguards that cover the entire rear wheels and shall be attached
           to the sub-frame.

    1.4.2. The mud flaps shall be rubber, and be on a frame that is attached to the sub frame (not the mudguard).

1.5. Lights and Wiring: - Meets Specifications? YES           NO
1.5.1. A pre-build meeting will be scheduled by the City of Beavercreek after award has been made and exact
           placement of the lights shall be determined at that time. All units shall be wired alike and the wire used shall
           conform to SAE J1128. All wiring shall be continuous from the inside cab to the lights with no connections.

    1.5.2. The warning light system shall be Whelen controlled by a single WCC9 WeCan controller (in- cab location TBD
           at pre-build meeting).

    1.5.3. The warning safety lights on the cab top shall be Whelen JY8JWLLED2 amber with two (2) center white work
           lights and JXALF1L optional external white flashing alley lights. All warning safety lights shall be permanently
           mounted to the truck.

    1.5.4. Each corner of the cab shield shall contain one (1) 400 Series Amber Super-LED® Warning Light.

    1.5.5. Each rear corner post shall contain one (1) 400 Series Amber/Green Super-LED® Warning Light, one
    400 Series 7 gauge stainless steel "D" housing. Each housing assembly shall include flex tubing for strain relief
    purposes.

    1.5.6. All light heads shall be easily replaceable and utilize waterproof Deutsch® connectors for each light module.

    1.5.7. All Whelen cable shall home run into the cab where all connection will be made within the Whelen junction
           box/controller.

    1.5.8. Each lens shall be made of polycarbonate and have a smooth outer surface for self-cleaning.

    1.5.9. The light head assemblies shall use stainless steel screws that screw directly into a nylon mounting bracket to
           eliminate dissimilar metal corrosion. Units that screw directly into a steel bracket are unacceptable.

    1.5.10. The system shall be warranted by the manufacturer to the user directly to be free from defects of material or
          workmanship for a period of twenty-four (24) months from the date of purchase. LED's shall be warranted for a
          period of (5) years. Written proof of warranty by the manufacturer must be furnished by the bidder attached to
          the bid.

    1.5.11. All warning light systems must meet current S.A.E. requirements for the type of warning device, and be
          certified by an AMECA accredited testing lab to meeting these requirements in the appropriate specified safety
          colors.

    1.5.12. Electrical and wiring shall conform to all FMVSS Regulations and be sealed and weather- tight. All required
          lights shall be installed and positioned so their function is not obstructed. The unit shall be equipped with an
          illuminated license plate mounting.

    1.5.13. The trucks shall be wired for a trailer with seven (7) wire (SAEJ506b) and seven (7) wire conductor cable
          (round pin). Vendor shall utilize the OEM factory trailer harness and circuit. Under no circumstances will the
          vendor splice trailer wiring into the chassis tail lighting wiring. The ground wire shall be #8 gauge wire and all
          other wire shall be #10 gauge wire. The trailer socket shall be placed so that it does not interfere with the
          asphalt operation.

    1.5.14. The truck shall be equipped with a brake controller for electric trailer braking.

    1.5.15. The salt spinner light shall be mounted below the driver's side stop/turn/backup light. The light shall be a
          sealed beam LED spotlight.

    1.5.16. Aftermarket lights (warning/ plow/ spreader lights) shall be controlled by centrally located illuminated
          switches. Switches shall be mounted in a common panel in the cab. The exact location shall be determined
          during the pre-build meeting.

    1.5.17. The vendor shall be required to supply a wire schematic for the trucks. All trucks shall be wired alike.

    1.5.18. Install factory provided Stop/Turn/Tail/Back-up light assembly on lower rear frame area.

1.6. Rear Pintle Hitch: - Meets Specifications? YES         NO
1.6.1. The truck shall be equipped with a hitch plate 5/8-inch minimum, properly K-braced to the frame. The hitch
           shall be a 20-ton capacity pintle hitch (Wallace Forge or equivalent). The exact placement of the hitch will be
           determined during the pre-build meeting, and is generally 22-inch center of pintle hitch to ground. The place
           shall be undercoated with 3M Dynatron Dyna-Pro Paintable Rubberized Undercoating spray applied according
           to manufacturer specifications or approved equal. Color: Black, not painted. (Figure 6)

1.7. Hydraulic System: - Meets Specifications? YES         NO

Please note: Failure for not answering "YES" or "NO" may result in disqualification.

    1.7.1. There shall be a Chelsea hot-shift PTO with low oil shutdown that powers the hydraulic pump. All valves shall
           be in a common waterproof enclosure.
    1.7.2. Currently approved central hydraulic systems for the City of Beavercreek

         1.7.2.1. Pengwyn LS485 Series
         1.7.2.2. Force America 6100 Series

    1.7.3. Hydraulic Pump: The pump shall be a heavy duty type pump specifically designed for application to a
           dump/snow and ice control truck application. The pump shall be designed and capable of producing a minimum
           rated flow of 20 gallons per minute. The pump shall be mounted to the PTO. The pump case drain shall be
           plumbed directly to the reservoir and not through the return line filter.

    1.7.4. Control Valves: Central hydraulic system valves shall be of mobile design, horizontally stackable and serviced
           without disassembly. Each section shall have a built-in flow and pressure compensator to allow simultaneous
           operation regardless of any other system function. Sections for the dump body plow hoist and the plow angle
           shall be operated manually. Spinner, auger and liquid sections shall be electronic controlled and incorporated
           into the main valve assembly. The valves shall be mounted in a weatherproof stainless steel enclosure on the
           driver side frame rail.

    1.7.5. Reservoir: The reservoir valve enclosure shall be mounted on the driver side of the truck frame ahead of the
           rear wheel in such a way that it may be serviced without the necessity of raising the body. The cover shall be
           able to be removed without the use of tools. It shall be equipped with a combination temperature and oil level
           sight gauge and a low level switch with an in-cab warning light. The valves shall be co-mounted with this tank
           in a weatherproof enclosure on the driver side frame rail.

    1.7.6. The reservoir return filter shall have a 25-psi by-pass and element condition gauge. The tank shall be
           constructed of 12 gauge pickled metal with internal baffles. The tank and caps shall be 3/16-inch Lenz type
           pressurized filler cap. The suction and return lines each shall have a ¼ turn shut-off valve, and the tank shall
           have a magnetic drain plug.

    1.7.7. All hydraulic quick disconnects shall be flush mounted dripless, Parker FF501-8FP and FF502- 8FP. The
           pressure side shall be equipped with a male hydraulic fitting. The plow connection shall be plumbed with the
           pressure side to the left. The spreader connection shall be plumbed with the pressure side forward of the return
           connector. All hose fittings are JIC type wherever possible.

    1.7.8. All hydraulic hoses shall be megaflex style hose for sharper bend radius. Hydraulic lines shall have swivel
           fittings for easy replacement. There shall be hydraulic line hose guards over chafe points. Kevlar sleeves shall
           be provided over high abrasion areas.

    1.7.9. A hydraulic schematic shall be provided.

1.8. Controls: - Meets Specifications? YES        NO

    1.8.1. A control console shall be provided for all hydraulic controls asses by the builder. These controls shall be
           identified and marked to their function. Controls shall be illuminated.

    1.8.2. The plow lever shall read when pushing lever forward -turn to left, when pulling lever back- plow turns to right
           (passenger side).

    1.8.3. All plow and dump body controls shall be lever or stick type controls.

    1.8.4. The exact placement of the controls, cables, warning light switches, and salt spreader controls shall be
determined during the pre-build meeting. The controls will generally be mounted between the seats.

     1.9. Manuals: - Meets Specifications?     YES     NO

         1.9.1. The vendor shall supply the following complete sets. The City of Beavercreek will require receipt of all manuals
                prior to approving any payments for the equipment. The vendor shall supply these manuals and updates at no
                cost to the city.

              1.9.1.1. Operator: One (1) complete, current operator's manual shall be furnished to provide city employees
                       information on operating the equipment safely. Additionally, there shall be one operator's manual for
                       each vehicle ordered.

              1.9.1.2. Parts: One (1) complete, current parts manual shall be furnished to ensure city employees will be able to
                       order the proper parts for the complete unit bid.

              1.9.1.3. Service: One (1) service manual shall be furnished. The manual shall be current, complete, and
                       detailed, to assist the city mechanics in troubleshooting, overhauling, and repairing the complete piece of
                       equipment bid.

     1.10. Warranty: - Meets Specifications? YES       NO

         1.10.1. The manufacturer's standard warranty on the equipment used shall be transferred to the City of
               Beavercreek.

         1.10.2. All certificates and specifications of transferred warranties shall be provided with bid.

     1.11. Training: - Meets Specifications?   YES     NO

         1.11.1. The vendor shall provide, at no additional cost to the City of Beavercreek, certifiable training for two (2)
               mechanics.

         1.11.2. The training shall orient City of Beavercreek mechanics on the equipment. The training shall educate city
               mechanics on problem areas, new technology, and how to efficiently maintain the equipment and prolong
               equipment life.

         1.11.3. The vendor shall provide training to educate the operator on how to safely and efficiently operate and
               calibrate the equipment.

     1.12. Delivery point: The City of Beavercreek will have the opportunity to inspect the unit prior to delivery to verify
           it meets specifications: - Meets Specifications? YES NO

         1.12.1. The complete units shall be delivered to the City of Beavercreek Municipal Maintenance Facility, 789
               Orchard Lane, Beavercreek, Ohio 45434, Monday through Friday, between 8:00AM and 2:30PM. No
               exceptions.

         1.12.2. A minimum of one day's notice (24 hours) shall be given prior to delivery.

         1.12.3. Delivery date: Once the cab and chassis have been delivered to the body builder, a delivery date shall be
               established.

         1.12.4. Vendor inspection: The complete units shall be thoroughly inspected by the vendor before delivery as to
               their performance. A thorough inspection checklist shall accompany each unit as to what was inspected.

2.   V Box

     2.1. Meets Specifications?                YES     NO

         2.1.1. The unit shall be an under the tailgate type spreader designed and equipped to mount.

         2.1.2. The spreader shall be of the easy clean-out design and shall be constructed of not less the 8 gauge type 304
                stainless steel continuously welded extreme street side discharge. Each corner shall have gussets for
                reinforcement.
2.1.3. The equipment shall be installed and ready to operate.

    2.1.4. Each spreader shall be mounted with pin type mounting brackets and shall be equipped with adjustable spinner
           guards. The exact mounting shall be determined during the pre-bid meeting.

    2.1.5. Provide Swenson V Box spreader EVA 14-82-54.

2.2. Spinner: - Meets Specifications?     YES     NO

    2.2.1. The poly spinner with integrated curve fins shall be hydraulic motor driven, left hand mounted, and easily
           removed. The spinner shall also include an adjustable shield to prevent salt from being tossed into back of
           truck and pre- calibrate by delivery.

    2.2.2. There shall be two {2) sets of salt shields; one (1) set shall be in the dump bed, bolted to the tailgate, and one
           (1) set shall be on the auger box. The location will be determined during a pre-build meeting.

    2.2.3. The spinner mechanism shall also include a stabilizing device to maintain a position parallel to the ground at all
           dumping angles.

    2.2.4. Spinner- Provide Manufacturer and Model:

2.3. Auger: - Meets Specifications?       YES     NO

    2.3.1. The unit shall have a direct drive hydraulic motor driving the auger. A single auger is preferred to assure an
           even flow of material to the spinner.

    2.3.2. A six-inch high-tensile steel auger shall be mounted on anti-friction type flange bearings with grease Zerk
           fittings. All body components and hardware shall be 304 stainless steel.

    2.3.3. Auger- Provide Manufacturer and Model:

2.4. Hydraulic System: - Meets Specifications? YES         NO

    2.4.1. The spreader hydraulic system shall be compatible with the tailgate spreader system described in the dump
           body specification and shall consist of hydraulic motors - one (1) motor for the auger and one (1) motor for the
           spinner, with a minimum of eight {8) different metered settings and full on-and-off controls. All hydraulic host
           line connections between the spreader and the truck shall be equipped with quick disconnect couplings,
           including components and accessories to assure proper and efficient performance according to accepted
           practices and standards.

    2.4.2. Spreader controls shall be Force America SSC6100 or Pengwyn 485. It shall be capable of running both salt
           and pre-wetting system. The controls shall provide full hydraulic power to the auger and pre-wetting system
           immediately upon resuming forward motion.

    2.4.3. The controls shall be mounted within easy reach of the driver and shall be fully adjustable to accommodate the
           driver. A City of Beavercreek representative will approve the exact placement during the pre-build meeting.

2.5. Manuals: - Meets Specifications?     YES     NO

    2.5.1. The vendor shall supply the following complete sets (per order, not per vehicle). The vendor shall supply these
           manuals and updates at no cost to the City of Beavercreek. The City of Beavercreek will require receipt of all
           manuals prior to making any payments.

        2.5.1.1. Operator: One (1) complete, current operator's manual shall be furnished to provide city employees
                 information on operating the equipment safely. Additionally, there shall be one operator's manual for
                 each vehicle ordered.

        2.5.1.2. Parts: One (1) complete, current parts manual shall be furnished to ensure city employees will be able to
                 order the proper parts for the complete unit bid.

        2.5.1.3. Service: One (1) service manual shall be furnished. The manual shall be current, complete, and
detailed, to assist the city mechanics in troubleshooting, overhauling, and repairing the complete piece of
                      equipment bid.

     2.6. Warranty: - Meets Specifications? YES         NO

         2.6.1. The manufacturer's standard warranty on the equipment used shall be transferred to the City of Beavercreek.

         2.6.2. All certificates and specifications of transferred warranties shall be provided with bid.

3.   PRE-WETTING SYSTEM

     3.1. Pre-wetting System: - Meets Specifications?             YES       NO

         3.1.1. There shall be an open-loop hydraulic liquid dispensing system that is designed for use with a ground speed
                orientation controller. The system shall control the rate of application of the deicing solution directly on material
                spread by an under tailgate type spreader.

         3.1.2. The system shall have a liquid spray pump, sprayer tank and mounting straps, discharge nozzles, plumbing
                and hardware.

         3.1.3. The system shall be compatible with a variety of deicing solutions including, but not limited to the following:
                sodium chloride, calcium chloride, magnesium chloride, and potassium acetate.

     3.2. Liquid Pump: - Meets Specifications?          YES       NO

         3.2.1. The liquid pump shall be constructed of a bronze corrosion resistant casting. The pump shall have bronze
                gears with self-lubricating carbon bearings and be capable of producing 11 gpm @ 1800 rpm. The motor shall
                be powered by the truck's hydraulic system and require no more than 5 gpm @ 1500 psi.

         3.2.2. The pump and motor shall be constructed with a flexible coupling. There shall be a flow meter mount to
                measure the motor flow. The entire assembly shall be attached to a stainless steel plate.

         3.2.3. The plate shall be covered by a stainless steel enclosure that is 17" wide by 13" high by 6" deep. The lid of the
                enclosure shall be held on by rubber straps and have a stainless steel handle affixed to it.

     3.3. Liquid Tank and Frame: - Meets Specifications?          YES       NO

         3.3.1. There shall be at least a 120-gallon heavy-duty polyethylene tank.

         3.3.2. The tank shall have two (2) 5-inch vented spin-on lids with a closed cell neoprene foam gasket, a 1-inch quick
                fill female port with a male cam lock and dust cap, a ¾-inch suction port, and a ¾-inch bypass port. The ports
                shall be replaceable bulkhead fittings. Spin-weld fittings are not acceptable. The tank shall also have a splash
                proof ventilation device.

         3.3.3. The tank shall have a stainless steel frame. The frame shall bolt directly to the V Box. The frame shall have
                four (4) lifting points and a cutout to view the liquid level the whole length of the tank. The tank shall be
                mounted on the frame on the V box.

     3.4. Plumbing and Hardware: - Meets Specifications?          YES       NO

         3.4.1. The system shall include a 1-inch polypropylene quick fill port with a shut-off valve and integral cam lock. The
                fill port shall be at the bottom of the tank to fill or off-load.

         3.4.2. The pump inlet plumbing shall have a ball valve and a strainer with serviceable screen filter cartridge.

         3.4.3. The bypass plumbing shall have a ¾-inch polypropylene bypass valve with an adjustable pressure relief valve
                with pressure gauge. All hose shall be nylon reinforced PVC hose with a minimum working pressure of 200 psi
                and a maximum temperature rating of 100 degrees F. All fasteners shall be 304 stainless steel.

     3.5. Discharge Nozzles: - Meets Specifications?              YES       NO

         3.5.1. The system shall have two (2) brass spray nozzles on the spinner plate and four (4) brass spray nozzles in the
auger box to apply solution on material being discharged.

         3.5.2. The nozzles shall have directional tips to disperse the solution evenly over the salt.

         3.5.3. There shall be an in-line check valve in close proximity to the nozzles to prevent siphoning.

4.   HYDRAULICALLY OPERATED SNOWPLOW

     4.1. Hitch Assembly: - Meets Specifications?       YES      NO

     4.2. Moldboard: - Meets Specifications?

         4.2.1. The moldboard shall measure 12-feet long

         4.2.2. The plow shall be straight type.

         4.2.3. The front of the moldboard shall be painted white. The back of the moldboard shall be painted flat black.

     4.3. Table: - Meets Specifications?       YES      NO

         4.3.1. The table shall be a power reversible tube type {PR        4.4

     4.4. Miscellaneous: - Meets Specifications?        YES      NO

         4.4.1. The plow shall be furnished with adjustable plow shoes. Left and right curb shoes or guards shall be furnished.

         4.4.2. A rubber baffle shall be affixed to the top of the moldboard to act as a snow shield.

         4.4.3. The plow shall be equipped with spring-type unbreakable end markers visible to the driver of the truck when
                the blade is down in a plowing position.

         4.4.4. The plow shall have a trip cutting edge {TE) constructed with a carbide blade. Gledhill 12HSBPRT-TE-Combo-
                QCP-LL Snow Plow is desired.

     4.5. Hydraulic System: - Meets Specifications? YES          NO

         4.5.1. The plow hydraulic system shall be compatible with the central system described in the dump body
                specification and consist of the hoisting cylinder flush dripless disconnects {Parker FF501-8FP and FF502-
                8FP), couplers with plugs and caps for all hydraulic lines at the front of the truck, and all other necessary line
                hoses and fittings to connect the snow plow to the truck's central hydraulic system.

         4.5.2. The plow hoses shall be 6 feet long for the left/right and 5 feet long for the up/down.

         4.5.3. There shall be a pressure release valve {Force America # Cl0190 or approved equal) for up/down and left/right
                in front of truck mounted on the driver's side in a location to be determined at the pre-build meeting.

     4.6. Snow Plow Lights: - Meets Specifications? YES          NO

         4.6.1. A complete set of snowplow lights shall be installed above the grille at the front of the vehicle. The unit shall
                use high and low beam headlights connected to the truck's lighting system through an approved illuminated
                plow light switch, so that the standard front truck lights or snow plow lights may be used, but not
                simultaneously. The snowplow lights shall be Meyer Lite Saber II.

         4.6.2. Lights SHALL NOT be mounted to the plow frame or the front bumper. The snowplow headlamps shall be
                aligned.

         4.6.3. All light switches shall be illuminated and mounted in the control panel described in the dump body
                specification (1.5.16}. The cab shield flashing lights shall have heavy metal guards and shall be wired to a
                single toggle switch.

         4.6.4. A City of Beavercreek representative will approve exact placement and style of lights during the pre-build
                meeting.
4.7. Training: - Meets Specifications?    YES     NO

         4.7.1. The vendor shall provide training for the operation of equipment being bid. This training shall educate the
                operator on how to safely and efficiently operate the equipment.

5.   ADDITIONAL EQUIPMENT

     5.1. Tire Chains: - Meets Specifications?         YES       NO

         5.1.1. The vendor shall supply On-Spot Extreme Duty Tire Chains for both rear wheels of truck.

         5.1.2. The tire chains shall be constructed using¾" Grade 8 hardware.

         5.1.3. The tire chains shall feature ¾" A36 steel bracket plates and a reinforced steel cylinder bracket.

         5.1.4. The On-Spot Extreme Duty Tire Chains shall be the appropriate model for application to the specified cab and
                chassis and shall be installed in accordance with the manufacturer's guidelines.

         5.1.5. The vendor shall supply all necessary mounting hardware, fixtures, and supplies necessary for installation.

         5.1.6. The tire chain activating switch shall be located in the truck cab. Exact location for placement of the switch will
                be determined at the pre-build meeting.

     5.2. Rear View Camera System - Meets Specifications? YES             NO

         5.2.1. Rearview Camera

             5.2.1.1. The vendor shall supply a rearview camera system, all associated materials required for installation, the
                      installation, and set-up of equipment.

             5.2.1.2. The camera shall be completely waterproof construction with a minimum dust/ water of IP67.

             5.2.1.3. The camera shall provide full color video to the monitor.

             5.2.1.4. The camera shall be heated and provide LED illumination of up to 30 feet from the rear of the truck for
                      use at night.

             5.2.1.5. The camera shall feature a motorized panning function that is fully controllable in the cab.

             5.2.1.6. The camera shall be 12vdc.

             5.2.1.7. The camera shall be mounted to the rear of the truck in a location determined at the prebuild meeting.

             5.2.1.8. Camera - Provide Manufacturer and Model:

         5.2.2. Monitor

             5.2.2.1. The vendor shall supply a 7" full color LCD monitor in the cab that is compatible with the aforementioned
                      camera.

             5.2.2.2. The vendor shall provide all necessary hardware, cables, and materials for a permanent installation of
                      the monitor to the truck and the connections required for the camera.

             5.2.2.3. The monitor shall be able to control the light intensity of the camera for night operation.

             5.2.2.4. The monitor brightness and contrast shall be fully adjustable.

             5.2.2.5. The monitor shall be able to control the camera tilt function.

             5.2.2.6. The monitor shall feature a minimum of three {3) video inputs for system expansion.
5.2.2.7. The monitor shall have the ability to be continuously "ON" while driving forward.

        5.2.2.8. The monitor shall be mounted in the truck cab in a manner to allow for adjustment by the driver, which
                 does not restrict the driver's view, and is determined during the pre-build meeting.

        5.2.2.9. Monitor- Provide Manufacturer and Model:

5.3. Back-up Alarm - Meets Specifications?        YES      NO

    5.3.1. An audible back-up alarm shall be furnished and installed by the vendor in the rear of the truck. This alarm
           shall provide a 96 dB alarm tone at all times while the vehicle is in reverse.

    5.3.2. Alarm - Provide Manufacturer and Model:

5.4. Shovel holder - Meets Specifications?        YES      NO

    5.4.1. A stainless steel shovel holder shall be mounted to the driver's side of the dump body.

    5.4.2. The shovel holder shall be a spring-loaded clamp type. {Figure 1)
Figure 1
Figure 2
Figure 3
Figure 4
Figure 5
Figure 6
Figure 7
You can also read