solicitations.thorntonco.gov  · web viewdifferences: in “red” type in “offered equipment”...

52
Proposing Vendor Name: <ENTER NAME HERE> IFB No. 332-19 Contract Representative: <ENTER NAME HERE> Automated Side Loader Refuse Trucks CITY OF THORNTON Technical Specifications and Bid Items For Automated Side Loader Refuse Trucks 1.0 General Statements 1.1.Description Thornton is seeking proposals to have ongoing replacements within its fleet of refuse vehicles with automated side loaders (ASLs). These units will be utilized by Thornton for residential refuse pick-ups. These replacements will be on an as-needed basis, with the resulting understanding that one (1) Vendor will be Thornton’s awarded Vendor for up to the next five (5) years. The current Thornton fleet size of ASLs is nineteen (19) units. Thornton anticipates in 2020 to replace four (4) units and add two (2) more units to the fleet size. Thornton currently utilizes a seven (7) year replacement cycle on ASL units. 1.2. Standard Factory Equipment All standard factory equipment shall be included with the equipment; no deletions of standard factory equipment will be permitted unless specifically superseded in these specifications. Accessories not specifically mentioned herein but necessary to furnish a complete unit ready for use shall also be included. 1.3.Government Requirements (where applicable) The vehicle/equipment shall be built to, and perform in accordance with, all the requirements of the latest edition of the following standards and specifications: Page 1 of 52

Upload: others

Post on 05-Dec-2020

1 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: solicitations.thorntonco.gov  · Web viewDifferences: in “RED” type in “Offered Equipment” column adjacent to Description of Equipment provide information on the item being

Proposing Vendor Name: <ENTER NAME HERE> IFB No. 332-19Contract Representative: <ENTER NAME HERE> Automated Side Loader Refuse Trucks

CITY OF THORNTONTechnical Specifications and Bid Items For

Automated Side Loader Refuse Trucks

1.0 General Statements

1.1. Description

Thornton is seeking proposals to have ongoing replacements within its fleet of refuse vehicles with automated side loaders (ASLs). These units will be utilized by Thornton for residential refuse pick-ups. These replacements will be on an as-needed basis, with the resulting understanding that one (1) Vendor will be Thornton’s awarded Vendor for up to the next five (5) years.

The current Thornton fleet size of ASLs is nineteen (19) units. Thornton anticipates in 2020 to replace four (4) units and add two (2) more units to the fleet size. Thornton currently utilizes a seven (7) year replacement cycle on ASL units.

1.2. Standard Factory Equipment

All standard factory equipment shall be included with the equipment; no deletions of standard factory equipment will be permitted unless specifically superseded in these specifications. Accessories not specifically mentioned herein but necessary to furnish a complete unit ready for use shall also be included.

1.3. Government Requirements (where applicable)

The vehicle/equipment shall be built to, and perform in accordance with, all the requirements of the latest edition of the following standards and specifications:

FHWA, Federal Highway Administration SAE, Society of Automotive Engineers Specifications FMVSS, Federal Motor Vehicle Safety Standards DOT, Department of Transportation Regulations AWS, American Welding Society Standards PUC, Public Utilities Commission (Colorado)

1.4. Workmanship and DurabilityWorkmanship throughout the equipment shall conform to the highest standards. Durability shall be sufficient to allow safe and efficient operation of the equipment.

Page 1 of 37

Page 2: solicitations.thorntonco.gov  · Web viewDifferences: in “RED” type in “Offered Equipment” column adjacent to Description of Equipment provide information on the item being

Proposing Vendor Name: <ENTER NAME HERE> IFB No. 332-19Contract Representative: <ENTER NAME HERE> Automated Side Loader Refuse Trucks

1.5. Completion of Bid Items and AlternatesVendor shall complete each line item in “Offered Equipment” and “Cost” columns in the following manner:

A. Offered: in “Offered Equipment” column write all requested information and specifications from the offered equipment. if the item can be provided as requested, provide cost of item in “Cost” column.

B. Included: in “Offered Equipment” column write “Inc.” if the item is provided as standard equipment at no additional cost, “Cost” column enter $0.00.

C. Differences: in “RED” type in “Offered Equipment” column adjacent to Description of Equipment provide information on the item being offered, in “Cost” column provide cost if there is a bid item cost. If a Vendor cannot meet or exceed a requested specification, the proposing Vendor is to note this difference on a separate letterhead with the Section number, and the corresponding specification letter/number. A variance tolerance may be allowed for some individual items, however, this will be at Thornton’s sole discretion.

D. Vendors shall break out and list costs for each specification section. Failure to break out proposed costs may cause proposal to be non-responsive. Note breakout costs do not need to add up to the total cost, breakout costs will be used for comparisons clarifying cost issues and if deletions to the specifications need to be made.

2.0 Basic Requirements or Approved Equal.

When a brand/model is referenced in the specifications unless it is stated as “No Approved Equal” it is only a statement of expected quality, not a minimum qualification that has to be met. Information on alternative products shall be provided with the bid so a full technical comparison can be made of the product submitted as an “approved equal”. Thornton reserves the right to make the final determination if a Vendor’s submission will be considered as an approved equal.

Thornton is expecting a completed unit, delivered and ready for service from the proposing Vendor. Thornton will not accept proposed units that are only for a cab and chassis or only for a refuse body. The proposing Vendor who submits their bid shall be responsible for the completed unit and final delivery to Thornton. Please note that builders are not allowed to relocate cross members and fuel or air tanks without the written permission of Thornton.

Page 2 of 37

Page 3: solicitations.thorntonco.gov  · Web viewDifferences: in “RED” type in “Offered Equipment” column adjacent to Description of Equipment provide information on the item being

Proposing Vendor Name: <ENTER NAME HERE> IFB No. 332-19Contract Representative: <ENTER NAME HERE> Automated Side Loader Refuse Trucks

2.1 Cab and Chassis - Base VehicleDescription of Equipment Offered Equipment Cost $

A.Autocar ASX Xpeditor, or an approved equivalent.

Make: _______________________________

Model: _______________________________$______________

B.

Frame:The Vendor’s proposed unit will have:1. Rated at 66,000 lbs. 2. Three (3) axles. 3. A yield strength of 110,000 PSI as a minimum.4. A heavy duty structural channel cross member.5. Steel cross members for the frame center and suspension.

1. GVWR: __________________________ lbs.2. # of axles _________________________3. _______________________________PSI4. Yes No5. Yes No

$______________

C. Cab:1. Cab tilt with air assist. 1. Yes No $______________

D.Wheelbase and Cab to Trunion:Vendor proposed unit can carry a minimum legal payload of 20,000 lbs. with vehicle body attached. What is the Vendor proposed unit’s maximum payload?

_____________________________________lbs. $______________

E.Wheel Cut:1. 45° minimum as measured at the rear right steer tire during a

left hand turn. Steering and wheel stops to be set for a maximum left turn. Right turn may be reduced.

1. Yes No; __________________° measured $______________

F.Corrosion Inhibitor:1. A complete cab corrosion inhibitor has been used:

a. Sprayed on or full cab/body immersion.

1. Yes Noa. (Circle One)Sprayed On or Full cab/body Immersion

$______________

Page 3 of 37

Page 4: solicitations.thorntonco.gov  · Web viewDifferences: in “RED” type in “Offered Equipment” column adjacent to Description of Equipment provide information on the item being

Proposing Vendor Name: <ENTER NAME HERE> IFB No. 332-19Contract Representative: <ENTER NAME HERE> Automated Side Loader Refuse Trucks

Description of Equipment Offered Equipment Cost $

G.

Turn Radius:1. What is your proposed unit’s general turning radius?

2. What is your proposed unit’s curb to curb turning radius?

3. What is your proposed unit’s wall to wall turning radius?

1. ___________________________________2. ___________________________________3. ___________________________________

H.

Keys:Ignition, door, toolboxes, and other. Three (3) sets all keyed alike.(Note: All purchased units from the awarded Vendor will be requested to be keyed to match all units purchased from the awarded Vendor)

Yes No $_____________/3 keys

I.Ignition Switch:What is the make and model/part number of your proposed unit’s ignition switch?

Make:_____________________________________

Model/P#: ________________________________

SECTION 2.1 – CAB AND CHASSIS – BASE VEHICLE - SUBTOTAL $ __________________

Page 4 of 37

Page 5: solicitations.thorntonco.gov  · Web viewDifferences: in “RED” type in “Offered Equipment” column adjacent to Description of Equipment provide information on the item being

Proposing Vendor Name: <ENTER NAME HERE> IFB No. 332-19Contract Representative: <ENTER NAME HERE> Automated Side Loader Refuse Trucks

2.2 Cab and Chassis - EngineDescription of Equipment Offered Equipment Cost $

A.

Engine:1. The following is a standard of quality baseline:

a. Cummins. b. ISL-series.c. Diesel.d. Turbo charged.e. Three hundred fifty horsepower (350 HP) @ 1,100 rpm.f. Torque rating approximately 1,350 lb./ft. @ 1,000 rpm.g. 9.0L. h. Variable speed governor.

2. Does your engine meet or exceed all current EPA standards?a. What is its’ Tier 4 rating?

3. Neoprene motor mounts.

1. Answer the following:a. Make: ________________________b. Model: _______________________c. Yes Nod. Yes Noe. ______________ HP @ ___________

rpmf. ____________ lb./ft. @ _________rpmg. ______________ Lh. Yes No

2. Yes Noa. Tier 4 __________________

3. Yes No

$______________

B.

Fuel Tank and Lines:1. Seventy (70) gallons capacity.2. Aluminum construction of tank.3. Left side of cab, frame mounted.4. Easily accessible fuel cap with no obstructions.5. Fuel Lines are SAE J844 Nylon tubing.

1. __________________________ gallons2. Yes No3. Yes No4. Yes No5. Yes No

$______________

C.DEF Tank:1. Twelve (12) gallons capacity.2. Left side, rear of cab, frame mounted.3. Easily accessible cap with no obstructions.

1. __________________________ gallons2. Yes No3. Yes No

$______________

D.Air Compressor:1. 16.5 C.F.M.2. Air lines are Synflex nylon.

1. ______________________ C.F.M.2. Yes No

$______________

Page 5 of 37

Page 6: solicitations.thorntonco.gov  · Web viewDifferences: in “RED” type in “Offered Equipment” column adjacent to Description of Equipment provide information on the item being

Proposing Vendor Name: <ENTER NAME HERE> IFB No. 332-19Contract Representative: <ENTER NAME HERE> Automated Side Loader Refuse Trucks

Description of Equipment Offered Equipment Cost $

E.

Radiator:1. Heavy duty radiator with 1,100 sq. in minimum.2. Horton thermal controlled clutch fan.3. Heavy duty top and bottom bolted tanks.4. Coolant and heater hoses silicone with steel tubing:

a. Lifetime warranty on hoses5. Filled with -40°F ShellZone Extended Life antifreeze or better.

1. Yes No _______________________sq. in.

2. Yes No3. Yes No4. Yes No

a. Yes No5. Yes No; Type: ______________________

$______________

F.

Filtration:1. Oil: Spin-on type, full flow and bypass.

2. Fuel: With water separator, 12V heater.

3. Water: Spin-on type, conditioner, Cummins DCA.

1. Yes No Make: ______________/P#: ___________

2. Yes NoMake: ______________/P#: ___________

3. Yes NoMake: ______________/P#: ___________

1. $_____________

2. $_____________

3. $_____________

G.

Exhaust:1. Vertical turned end pipe.2. Mounted securely on the left side behind cab.3. Exhaust shield.4. Stainless Steel.5. Height above top of refuse body.

1. Yes No2. Yes No3. Yes No4. Yes No5. ______________________ inches

$______________

H.Engine Protection System:1. Proposed unit includes an audible and visual alarm for Low Oil

Pressure, High Temp, Low Water Level.1. Yes No $______________

Page 6 of 37

Page 7: solicitations.thorntonco.gov  · Web viewDifferences: in “RED” type in “Offered Equipment” column adjacent to Description of Equipment provide information on the item being

Proposing Vendor Name: <ENTER NAME HERE> IFB No. 332-19Contract Representative: <ENTER NAME HERE> Automated Side Loader Refuse Trucks

Description of Equipment Offered Equipment Cost $

I.Engine Heater:1. Block heater 1,500 watt minimum with plug in receptacle.2. Plug protected from mechanical and weather damage.3. Mounted on the front or side of the cab for easy access.

1. Yes No

2. Yes No3. Yes No

$__________________

J.Air Filtration:1. Dual stage sixteen-inch (16”) dry-type air filter.2. Engine pre-cleaner system.

1. Yes No Type: _______________________

2. Yes No

$__________________

SECTION 2.2 – CAB AND CHASSIS - ENGINE – SUBTOTAL $ __________________

2.3 Cab and Chassis – Transmission and DrivetrainDescription of Equipment Offered Equipment Cost $

A.

Transmission:1. Allison New World HD 4500 RDS, P five (5) speed automatic

transmission with overdrive to match engine.2. Electronic push button transmission located in easy access

location.3. Shifter has basic refuse group 104 programming.4. Shifter has vocational package 144 programming.5. Transmission cooler mounted in front of radiator as primary

cooler.6. Active prognostics and load based shift scheduling (LBSS).7. Transmission is fully sealed without a dipstick.8. Transmission control module (TCM) mounted in the cab, and not

on the frame.

1. Make: __________________________Model: _____________________________

2. Yes No

3. Yes No4. Yes No5. Yes No

6. Yes No7. Yes No8. Yes No

$___________________

Page 7 of 37

Page 8: solicitations.thorntonco.gov  · Web viewDifferences: in “RED” type in “Offered Equipment” column adjacent to Description of Equipment provide information on the item being

Proposing Vendor Name: <ENTER NAME HERE> IFB No. 332-19Contract Representative: <ENTER NAME HERE> Automated Side Loader Refuse Trucks

Description of Equipment Offered Equipment Cost $

B.Power Take Off (PTO)1. Spicer 1350 Series or equivalent.

1. Make: _____________________________

Model: ____________________________

Idle rpm: __________________________

Max psi pressure: ___________________

$______________

C. PTO Adapter:1. Front engine mount system. 1. Yes No $______________

D. Front Suspension:1. Twenty thousand (20,000) lbs., flat tapered leaf. 1. Yes No _______________________lbs. $______________

E.Rear Suspension:1. Hendrickson HN model or equivalent.2. Rated for forty-six thousand (46,000) lbs. capacity with torque

rods.

1. Make: ____________; Model: __________

2. Yes No Capacity __________________lbs.

$______________

F.

Rear Axles:1. Forty-six thousand (46,000) lbs. capacity.2. All components including hubs, bearings, drums springs,

suspension, and wheels capable of achieving forty thousand (40,000) lbs. capacity.

3. Gear ratio of 4.56 or best for fuel economy.4. Oil seals to be National brand double lip axle seal.5. Lubricant to be Emery Synthetic lube # 2834-75-90W or

equivalent.

1. Yes No Capacity __________________lbs.

2. Yes No

3. Ratio: ________; Top speed _______mph4. Yes No5. Yes No

$______________

Page 8 of 37

Page 9: solicitations.thorntonco.gov  · Web viewDifferences: in “RED” type in “Offered Equipment” column adjacent to Description of Equipment provide information on the item being

Proposing Vendor Name: <ENTER NAME HERE> IFB No. 332-19Contract Representative: <ENTER NAME HERE> Automated Side Loader Refuse Trucks

Description of Equipment Offered Equipment Cost $

G.

Front Axle:1. Rockwell FL-941 or equivalent. 2. All components, spindles, hubs, bearings, drums, springs, shock

absorbers, suspension, and wheels capable of achieving twenty thousand (20,000) lbs. front axle weight capacity.

3. Oil seals to be National brand:a. Oils seals have visible caps.

4. Lubricant to be Emery synthetic lube # 2834/50W or equivalent.

1. Yes No2. Yes No

3. Yes Noa. Yes No

4. Yes No

$_______________

H.

Brakes:1. Full Cam-Type air brakes:

a. List make.b. List model.c. List front size.d. List rear size.

2. Air outlet plug located for easy access for accessories:a. Does not disturb system requirements.b. No “Work Brakes” or “Flipper Valves” installed.

1. Yes Noa. Make: __________________________b. Model: _________________________c. Front: __________________________d. Rear: ___________________________

2. Yes Noa. Yes Nob. Yes No

1. $_______________

2. $_______________

I.Service Brakes (Front):1. Meritor QP (16.5” x 7” Cam) or equivalent.2. Dual air chambers.3. Dust covers to be removed prior to delivery.

1. Make: ___________; Model: __________2. Yes No3. Yes No

$_______________

J.

Parking and Service Brake Chamber:1. Cam brakes.2. Four (4) chambers:

a. Two (2) mounted forward on front axle.b. Two (2) mounted forward on rear axle.c. Top mounted on all four (4).

1. Yes No2. Yes No

a. Yes Nob. Yes Noc. Yes No

$_______________

K. Automatic Traction Control (ATC): 1. Yes No $______________

Page 9 of 37

Page 10: solicitations.thorntonco.gov  · Web viewDifferences: in “RED” type in “Offered Equipment” column adjacent to Description of Equipment provide information on the item being

Proposing Vendor Name: <ENTER NAME HERE> IFB No. 332-19Contract Representative: <ENTER NAME HERE> Automated Side Loader Refuse Trucks

Description of Equipment Offered Equipment Cost $1. Independently activated power divider and ATC will be installed

with separate on dash controls.

L.Slack Adjusters:1. Haldex Automatic or equivalent for both front axle and rear

tandem axles.

1. Make: ______________________________Model: _____________________________

$______________

M.

Brake Assist System:1. Telma brand or equivalent.2. Electromagnetic, frictionless, drive-line type:

a. Mid-mounted.b. Meets or exceeds fifty-four thousand (54,000) lbs.

application range of the vehicle.3. Dash mounted on/off control:

a. Programmed for twenty-five percent (25%) application at throttle off.

b. Progressive application as service brake is applied at speeds of 5 mph and above.

c. Does not come on when vehicle is idling.

1. Brand: ___________________________2. Yes No

a. Yes Nob. Yes No

3. Yes Noa. Yes No

b. Yes No

c. Yes No

1. $______________

2. $______________

3. $______________

N.

Rear Brakes:1. Eaton 16.5” x 8.6” or equivalent.2. Forty thousand (40,000) lbs. capacity.3. Heavy duty refuse application.4. Dust covers to be removed prior to delivery.

1. Make: _____________; Model: ___________2. Capacity: ________________________lbs.3. Yes No4. Yes No

$______________

O. Parking Brake:1. Push-pull type, dash mounted control. 1. Yes No $______________

P. Driveline:1. Spicer 1810 HD or approved equivalent.

1. Make: _________________________Model: ________________________

$_________________

Page 10 of 37

Page 11: solicitations.thorntonco.gov  · Web viewDifferences: in “RED” type in “Offered Equipment” column adjacent to Description of Equipment provide information on the item being

Proposing Vendor Name: <ENTER NAME HERE> IFB No. 332-19Contract Representative: <ENTER NAME HERE> Automated Side Loader Refuse Trucks

Description of Equipment Offered Equipment Cost $

Q.

Air Dryer:1. Bendix ADIP with heater or approved equivalent, with automatic

moisture ejecting air dryer.2. Spin-on desiccant filter.3. Installed preferably on outside of frame.

1. Make: ____________________________Model: ____________________________

2. Yes No3. Yes No

Location: ___________________________

$_________________

R.

Air Tank Reservoir:1. Bendix D/V-2 or approved equivalent.2. Three (3) tanks minimum, minimum 6360 in3 volume.3. Steel construction.4. Mounted inside frame rails.5. Equipped with air supply.6. Equipped with rapid air build-up system.7. Tanks shall have petcocks accessible in one convenient location

to drain tanks.8. Auto drain spitter valve installed on main tank.

1. Make: ____________ Model: __________2. Yes No; _______________ in3 volume3. Yes No4. Yes No5. Yes No6. Yes No7. Yes No Location: _____________________8. Yes No

$_________________

S.Steering:1. Dual ram, integral hydraulic power steering.2. Matched to axle components.3. Power steering reservoir.

1. Yes No2. Yes No3. Reservoir size: __________________quarts

$_________________

SECTION 2.3 – CAB AND CHASSIS – TRANSMISSION AND DRIVETRAIN SUBTOTAL $ __________________

Page 11 of 37

Page 12: solicitations.thorntonco.gov  · Web viewDifferences: in “RED” type in “Offered Equipment” column adjacent to Description of Equipment provide information on the item being

Proposing Vendor Name: <ENTER NAME HERE> IFB No. 332-19Contract Representative: <ENTER NAME HERE> Automated Side Loader Refuse Trucks

2.4 Cab and Chassis – Electrical SystemDescription of Equipment Offered Equipment Cost $

A.Alternator:1. Heavy duty, internally regulated, 12V, 270 amps.2. Leece-Neville or approved equivalent.

1. Yes No; Volts:_________; _________amps

2. Make:_____________________________Model: ___________________________

$_______________

B.Wiring:1. Body interface Bodybuilder RP 170.2. Frame mounted connector.

1. Yes No2. Yes No

$______________

C.

Batteries:1. Batteries to be:

a. 12-volt.b. Four (4).c. Total CCA of 925 minimum required.

2. Maintenance free.3. Equipped with a battery disconnect switch to remove power

from battery box.4. Battery location frame mounted on driver’s side.5. Jump start provision easy to access.6. Battery box lid not secured by rubber straps.

1. Make: ___________; Model: ____________a. Yes Nob. Quantity: ____________c. CCA’s: _______________

2. Yes No3. Yes No4. Yes No5. Yes No6. Yes No

$______________

D.Wiring:1. All wiring connectors to be automotive double seal, with wiring

in split convoluted looms, with all connectors to be soldered or crimp type with shrink-wrap covering.

1. Yes No $______________

E.Starter:1. Delco Remy. 2. 12v positork, 42MT.

1. Make: _____________; Model: _________2. Yes No

$______________

Page 12 of 37

Page 13: solicitations.thorntonco.gov  · Web viewDifferences: in “RED” type in “Offered Equipment” column adjacent to Description of Equipment provide information on the item being

Proposing Vendor Name: <ENTER NAME HERE> IFB No. 332-19Contract Representative: <ENTER NAME HERE> Automated Side Loader Refuse Trucks

Description of Equipment Offered Equipment Cost $

F.

Back-up Alarm:1. Ecco SA907 or approved equivalent.2. 100 dB.3. Fully sealed and wired into vehicle’s backup light system using

OEM plug-in adapter.

1. Make: ___________; Model: ___________2. _____________dB3. Yes No

$________________

G.

Cab and Chassis Lights:1. Halogen sealed beam headlights, 12V.2. Wiring sealed modular plug-in type.3. Daytime running lights.4. Marker lights LED type.

1. Yes No2. Yes No3. Yes No4. Yes No

1. $_______________2. $_______________3. $_______________4. $_______________

SECTION 2.4 – CAB AND CHASSIS – ELECTRICAL SYSTEM SUBTOTAL $ __________________

2.5 Cab and Chassis – Wheels and TiresDescription of Equipment Offered Equipment Cost $

A.

Wheels and Tires:1. Hub piloted, single nut.2. Highway tread design.3. Goodyear G289 WHA or equivalent.4. 315/80 R22.5.5. Load weight rated at ten thousand (10,000) lbs. each.6. All tire rims shall be white in color.

1. Yes No2. Yes No3. Type: ______________________________4. Size: _______________________________5. Yes No6. Yes No

$__________________

SECTION 2.5 – CAB AND CHASSIS – WHEELS AND TIRES SUBTOTAL $ ___________________

Page 13 of 37

Page 14: solicitations.thorntonco.gov  · Web viewDifferences: in “RED” type in “Offered Equipment” column adjacent to Description of Equipment provide information on the item being

Proposing Vendor Name: <ENTER NAME HERE> IFB No. 332-19Contract Representative: <ENTER NAME HERE> Automated Side Loader Refuse Trucks

2.6 Cab and Chassis – Exterior Description of Equipment Offered Equipment Cost $

A.

Paint:1. Cab shall be painted standard white.2. Body shall be painted with blue stripes per Thornton’s

specifications – provided upon award - Adhesive stripes shall not be accepted.

3. Chassis frame and bumpers to be black.

1. Yes No2. Yes No

3. Yes No

$__________________

B.Fenders:1. Full coverage.2. Includes eleven inch (11”) brush type well covers for each

wheel well to prevent splash back.

1. Yes No2. Yes No $__________________

C.

Front Bumper:1. Heavy duty front bumper.2. Two (2) integrated, frame mounted towing hooks in front

bumper that withstand the total GVWR. 3. Shall have sealed ends to prevent corrosion.

1. Yes No2. Yes No

3. Yes No

$_________________

D.

Mud Flaps:1. Mud flaps to be installed on the steering axle and mounted on

the rear of the fender area.2. Rear mud flaps shall be hinge mounted to the tailgate and rise

within the tailgate.

1. Yes No

2. Yes No$_________________

E.ICC Bumper:1. Frame mounted in compliance of Federal D.O.T. regulations.2. Red and white reflective conspicuity tape, two inches (2”) in

width along entire length of bumper and bottom edge of body.

1. Yes No$_________________

Page 14 of 37

Page 15: solicitations.thorntonco.gov  · Web viewDifferences: in “RED” type in “Offered Equipment” column adjacent to Description of Equipment provide information on the item being

Proposing Vendor Name: <ENTER NAME HERE> IFB No. 332-19Contract Representative: <ENTER NAME HERE> Automated Side Loader Refuse Trucks

Description of Equipment Offered Equipment Cost $

F.

Mirrors:1. Two (2) heated, West Coast-type mirrors, six-inch (6”) width

by sixteen inches (16”) height.2. Two (2) heated, convex mirrors mounted below West Coast

mirrors, six inches (6”) width by eight inches (8”) in height.3. All mirrors mounted with heavy duty breakaway brackets.

1. Yes No

2. Yes No

3. Yes No

$__________________

SECTION 2.6 – CAB AND CHASSIS – EXTERIOR SUBTOTAL $ __________________

2.7 Cab and Chassis – InteriorDescription of Equipment Offered Equipment Cost $

A. Driver Position:1. Right side drive.

1. Yes No

B.

Seating:1. Deluxe National Cush-n-Aire II, Eldorado, Bostrom for both

driver’s and passenger’s side.2. Mounted full back with forward lumbar adjustment.3. Seating and back rest areas shall be cloth type fabric – Vinyl is not

acceptable.4. Left and right arm rests with each seat. Left arm rest of

passenger side will be ergonomically adjustable to the position of the lift arm control.

5. Sun Visors shall be mounted and adjustable for both driver and passenger sides.

1. Yes No; Make: _________________Model: _________________________

2. Yes No3. Yes No

4. Yes No

5. Yes No

$___________________

Page 15 of 37

Page 16: solicitations.thorntonco.gov  · Web viewDifferences: in “RED” type in “Offered Equipment” column adjacent to Description of Equipment provide information on the item being

Proposing Vendor Name: <ENTER NAME HERE> IFB No. 332-19Contract Representative: <ENTER NAME HERE> Automated Side Loader Refuse Trucks

Description of Equipment Offered Equipment Cost $

C. Glove box:1. Door pocket on the driver’s side. 1. Yes No $___________________

D.Floor Covering:1. Heavy duty rubber.2. Includes two (2) rubber floor mats.

1. Yes No2. Yes No

$_________________

E.Grab Handles:1. Left and right side metal entry grab handles and shall be

positioned to allow for safe entrance into cab.1. Yes No $_________________

F.Radio system:1. AM/FM radio, roof mounted and accessible when in operation.2. AM/FM antenna.3. Two (2) dual cone speakers.

1. Yes No2. Yes No3. Yes No

$_________________

G.

Windshield and Glass:1. All glass to be tinted twenty percent (20%) smoke gray to reduce

sunlight.2. Wrap around windshield design.3. Rear corner windows for visibility and safety.4. Driver’s view free of obstructions.5. Wipers to be variable speed electric with intermittent and

washer.

1. Yes No

2. Yes No; Design __________________3. Yes No4. Yes No5. Yes No

$_________________

H.Seat Belts:1. Three (3) point type on both driver and passenger seats.2. High visibility orange in color.

1. Yes No2. Yes No

$_________________

I.Sound:1. Electric horn.2. Single chrome rectangular air horn.

1. Yes No2. Yes No

$_________________

Page 16 of 37

Page 17: solicitations.thorntonco.gov  · Web viewDifferences: in “RED” type in “Offered Equipment” column adjacent to Description of Equipment provide information on the item being

Proposing Vendor Name: <ENTER NAME HERE> IFB No. 332-19Contract Representative: <ENTER NAME HERE> Automated Side Loader Refuse Trucks

Description of Equipment Offered Equipment Cost $

J.

Air Conditioning and Heater:1. Factory installed cab R134A air conditioning or equivalent.2. Fresh air heater and defroster; roof mount will not be acceptable.3. Thermal insulation kit for cab, fiberglass blankets in roof and back

panel, foam insulation blanket in doors’ kick panels, leg area, and engine compartment cover.

1. Yes No2. Yes No3. Yes No $_________________

K.

Onboard Diagnostics:1. Proposed unit can read the following from the cab:

a. Reading DPF soot level.b. Engine fault codes with descriptions.c. ABS fault codes with descriptions.

2. Display forces input to key circuits.3. Diagnostic readings 1a, 1b, 1c can be viewed by the driver during

operation of the vehicle and without a computer plugged into the truck port.

1. Answer the followinga. Yes Nob. Yes Noc. Yes No

2. Yes No3. Yes No

1. $_________________

2. $_________________

3. $_________________

L. Instruments and Gauges:1. Instrument panel shall allow for operator’s monitoring of the

following:a. Speedometer.b. Odometer.c. Tachometer.d. Engine oil pressure.e. Dual air pressure gauges.f. Voltmeter.g. Fuel gauge.h. DEF gauge.i. Engine water temperature.j. Low/High signals for water temperature, oil pressure, air

pressure, with buzzer and light in dash.

1. Complete the following:

a. Yes Nob. Yes Noc. Yes Nod. Yes Noe. Yes Nof. Yes Nog. Yes Noh. Yes Noi. Yes Noj. Yes No

$_________________

Page 17 of 37

Page 18: solicitations.thorntonco.gov  · Web viewDifferences: in “RED” type in “Offered Equipment” column adjacent to Description of Equipment provide information on the item being

Proposing Vendor Name: <ENTER NAME HERE> IFB No. 332-19Contract Representative: <ENTER NAME HERE> Automated Side Loader Refuse Trucks

Description of Equipment Offered Equipment Cost $

k. Air restriction indicator.l. Dimmer switch mounted on steering column.m. Circuit breakers with automatic reset.n. Turn signals mounted on steering column.o. Steering column telescopic and tilt included.

k. Yes Nol. Yes Nom. Yes Non. Yes Noo. Yes No

SECTION 2.7 – CAB AND CHASSIS – INTERIOR SUBTOTAL $ ____________________

2.8 Refuse BodyDescription of Equipment Offered Equipment Cost $

A.

Compactor Body:1. Twenty-eight (28) yd3 capacity refuse body capable of packing a

minimum of seven hundred (700) lbs. per yd3 payload. 2. Water tight to minimum twenty-four inches (24”).3. Gravity type dump style that allows for a thorough ejection with

body props.4. Floor shall be constructed at a minimum of 10-guage AR 500

ultra-high strength, hi-abrasion resistant steel plate with a 100,000 psi yield.

5. Sides shall be made of a minimum 3/16” ultra-high strength, hi-abrasion resistant, spring steel plate with an 80,000 psi yield.

6. Front corners to be reinforced to prevent refuse body distortion.

1. Make: ________________________Model: _______________________

2. Yes No3. Yes No

4. Yes No; ______________________psi

5. Yes No; ______________________psiSteel thickness: ____________________

6. Yes No

$___________________

Page 18 of 37

Page 19: solicitations.thorntonco.gov  · Web viewDifferences: in “RED” type in “Offered Equipment” column adjacent to Description of Equipment provide information on the item being

Proposing Vendor Name: <ENTER NAME HERE> IFB No. 332-19Contract Representative: <ENTER NAME HERE> Automated Side Loader Refuse Trucks

Description of Equipment Offered Equipment Cost $

B.

Dimensions:Proposing Vendor shall list the following of their proposed unit:1. Body Width.2. Body Capacity.3. Body Weight (Empty).4. Body compaction weight/yd3.

5. Body Weight (@ Full load).

1. Body Width: ________ft. __________in.2. Capacity: ______________________yd3

3. Body Weight (Empty): ___________lbs.4. Packing: _______________________lbs.5. Body Weight. (Full load): _________lbs.

$__________________

C.

Hopper:1. Minimum capacity of four (4) yd3 with size and shape to allow for

the dumping of a single three hundred (300) gallon container in one (1) cycle.

2. Floor shall be constructed of minimum 3/8” AR 500 ultra-high strength plate steel with a minimum 150,000 psi yield.

3. Sides shall constructed of minimum 1/4” AR 500 ultra-high strength, hi-abrasion resistant steel plate with a minimum 150,000 psi yield.

4. Equipped with an inspection ladder, grab handles on both sides of the catwalk and grab handle and step for entrance/exit of hopper from the catwalk.

5. Minimum six-inch (6”) flexible rubber extension lip mounted on top right side of hopper – Shall not interfere with normal operation and functionality.

6. Hydraulic powered trash enclosure.7. In-cab control for opening and closing trash enclosure doors8. Left and right hand clean out door to allow sump area cleanout9. What is your proposed unit’s volume of the hopper sump?10. What is your proposed unit’s cleanout door size?

1. Yes NoCapacity: _______________________

2. Yes No; _____________________psi

3. Yes No; ____________________psi

4. Yes No

5. Yes No; Lip width: ____________in.

6. Yes No7. Yes No8. Yes No9. ___________________________ yd3

10. Height: ________in; Width: _______ in.

$__________________

Page 19 of 37

Page 20: solicitations.thorntonco.gov  · Web viewDifferences: in “RED” type in “Offered Equipment” column adjacent to Description of Equipment provide information on the item being

Proposing Vendor Name: <ENTER NAME HERE> IFB No. 332-19Contract Representative: <ENTER NAME HERE> Automated Side Loader Refuse Trucks

Description of Equipment Offered Equipment Cost $

D.

Compaction:1. Displacement of four (4) yd3 per minute.2. Compaction system to be designed to allow for continuous

compaction while arm is in operation for packing while traveling between stops.

3. Manual or Automatic as selected by operator.4. Follower plate included to eliminate dumping containers behind

the packing panel.

1. Displacement: ______________yd3/min2. Yes No

3. Yes No4. Yes No

$__________________

E.

Packing Mechanism:1. Packer panel force of 45 psi.2. Packer blade shall be guided on abrasion resistant slide

blocks/guides of minimum AR 500 steel.3. Slide blocks/guides shall be constructed of minimum AR 500

steel.4. Slide blocks/guides can be replaced with bolt-on replacement

parts when maximum wear is reached for ease of replacement.5. Platen-type packer fabricated from a minimum one-half-inch

(1/2”) reinforced steel plate.6. Packer is hydraulically actuated by two (2) five-inch (5”), single-

stage, double-acting cylinders, horizontally opposed and crossed telescopically in a “scissor” for equal weight distribution – Single packer systems will not be accepted.

7. Cylinders use a minimum of two-inch (2”) diameter pins8. Packer pins mount from the top, sliding down through the

cylinder and bracket.

1. Force: ____________________ psi2. Yes No

3. Yes No4. Yes No

5. Yes No

6. Yes No

7. Yes No8. Yes No

$__________________

Page 20 of 37

Page 21: solicitations.thorntonco.gov  · Web viewDifferences: in “RED” type in “Offered Equipment” column adjacent to Description of Equipment provide information on the item being

Proposing Vendor Name: <ENTER NAME HERE> IFB No. 332-19Contract Representative: <ENTER NAME HERE> Automated Side Loader Refuse Trucks

Description of Equipment Offered Equipment Cost $

F.

Container Lift Arm:1. Frame mounted.2. Minimum reach out of eighty-four inches (84”).3. Minimum pick-up of twelve hundred (1,200) lbs. at full extension.4. Full lift cycle completed in twelve (12) seconds or less; includes

pick-up through raise, dump, lower, and release.5. When retracted, within the one hundred and two inch (102”)

road limit.6. Shall dump at an angle sufficient to ensure all trash is dumped

into the hopper without spillage.7. The pick-up arm shall be “zero grab” capable, pick up barrels at

the side of the truck without extending the pick-up arm.8. Mechanical lock or other safety device that prevents arm from

extending during transport.

1. Yes No2. Yes No; Max: _________________in.3. Yes No; Max:

__________________lbs.4. Yes No; Cycle time:

_____________sec.

5. Yes No Width when retracted: ____________in.

6. Yes No; Max angle: _____________________°

7. Yes No

8. Yes No

$__________________

G.

Gripper:1. “Tri-cuff” belt-type gripper.2. Capable of gripping between forty-five (45) and ninety-six (96)

gallon containers3. Shaped to prevent container distortion.4. Change-out gripper components can accommodate a range of

containers up to three (300) gallons.5. Gripper pressure adjustable and shall not affect other hydraulic

functions.6. Arm “interlock” provided to prevent the gripper from opening

once the arm exceeds forty inches (40”) from the ground.

1. Yes No; Type:____________________2. Yes No

3. Yes No4. Yes No

5. Yes No

6. Yes No

$__________________

Page 21 of 37

Page 22: solicitations.thorntonco.gov  · Web viewDifferences: in “RED” type in “Offered Equipment” column adjacent to Description of Equipment provide information on the item being

Proposing Vendor Name: <ENTER NAME HERE> IFB No. 332-19Contract Representative: <ENTER NAME HERE> Automated Side Loader Refuse Trucks

Description of Equipment Offered Equipment Cost $

H.

Tailgate:1. Bustle type2. Hinged from the top 3. Unlatches automatically without the need of unclamping and

unscrewing4. Controls for activation located in the cab of the unit5. Watertight seal to a minimum of twenty-four inches (24”)6. Hydraulically actuated by two (2), double-acting cylinders with a

minimum bore of two and a half inches (2 ½”) diameter7. No drilled holes in the tailgate8. No mounting brackets to be held on by bolts that leave the bolt

head exposed to the inside of the body9. All electrical to be run inside the body10. All tailgate locks shall have a positive locking mechanism, which

includes an in-cab visual indicator light or warning buzzer11. Operating controls located in secure position that cannot be

activated during loading operations

1. Yes No; Type: ____________________

2. Yes No3. Yes No

4. Yes No5. Yes No6. Yes No

7. Yes No8. Yes No

9. Yes No10. Yes No

11. Yes No

$__________________

I. Load Ejection:

1. All controls shall be inside the cab2. Tip to dump ejection model3. Tip to dump models shall have a tapered body and rise to

sufficient angle to safely and completely eject load

1. Yes No2. Yes No3. Yes No

Max tip angle: ____________________°

$__________________

J. Operating and Lift Arm ControlsOperating:1. All controls for operation shall be within the cab of the vehicle.2. Ergonomically correct for comfort and productivity during

operation.

1. Yes No2. Yes No

3. Yes No; (Circle One)

Operating:

$__________________

Page 22 of 37

Page 23: solicitations.thorntonco.gov  · Web viewDifferences: in “RED” type in “Offered Equipment” column adjacent to Description of Equipment provide information on the item being

Proposing Vendor Name: <ENTER NAME HERE> IFB No. 332-19Contract Representative: <ENTER NAME HERE> Automated Side Loader Refuse Trucks

Description of Equipment Offered Equipment Cost $3. Lift arm, packer, and ejection operation shall be made by means

of air over hydraulic or electronic over hydraulic.

Lift Arm:1. Minimum three (3) lift arm control stations are required.2. All operated by electric rocker switch or touch pad.3. Control station locations:

a. No. 1 on left side of operator’s position.b. No. 2 on right side of operator’s position.c. No. 3 mounted easily accessible from standing position

outside passenger side door.

Air Over Electronic Over

1. Yes No2. Yes No3. Answer the following:

a. Yes Nob. Yes Noc. Yes No

Lift Arm:

$____________________

K.

Hydraulics – System:1. Designed and capacity rated to allow for complete lifting,

dumping, and packing operations within the specified cycle times.2. Operates at idle speed, which eliminates transmission shifting.3. Max cycle times:

a. Lift arm – Twelve (12) seconds.b. Packer – Twenty (20) seconds.

1. Yes No

2. Yes No3. List times:

a. Lift Arm: ___________________secs.

b. Packer: _____________________secs.

$ __________________

L. Hydraulics – Pump and Oil:1. Pump will be PTO driven and speed sensing. 2. Auto shutdown when above recommended rpm.3. Front mounted pump and PTO.4. Two known acceptable options are:

a. Parker P365 gear pump with 36 gal/min at 750 rpm.b. Hawe piston pump with 25 gal/min at 750 rpm.c. List any other options for engine heaters, makes and models

on separate company letterhead. Do you have options listed in your proposal?

1. Yes No2. Yes No3. Yes No; Location: ___________________4. Make:

______________________________Model: ___________________________________________________gal/min@ ___________________ rpmYes No

$_________________

Page 23 of 37

Page 24: solicitations.thorntonco.gov  · Web viewDifferences: in “RED” type in “Offered Equipment” column adjacent to Description of Equipment provide information on the item being

Proposing Vendor Name: <ENTER NAME HERE> IFB No. 332-19Contract Representative: <ENTER NAME HERE> Automated Side Loader Refuse Trucks

Description of Equipment Offered Equipment Cost $

5. Premium grade hydraulic fluid in compliance with manufacturer’s service requirements.

6. 40 gallon hydraulic reservoir capacity.

5. Yes No6. _______________ gallons reservoir

capacity

M.

Electrical:1. All lights to be of a Grote brand LED-type on tail, clearance, and

park lamps.2. Rear lighting, three (3) each LED-type, four-inch (4”) amber lights,

center mounted on tailgate that flash when brakes applied.3. All connectors/wires shall be permanently and individually

labeled.4. Amber strobe light installed at eye level in center of tailgate.

On/Off controls cab-mounted for operator accessibility.

1. Yes No

2. Yes No

3. Yes No

4. Yes No

1. $_________________

2. $_________________

3. $_________________

4. $_________________

N.

Paint:1. Entire refuse body shall be cleaned prior to painting and painted

with a minimum of:a. One (1) coat of etching primer.b. One (1) coat of epoxy primer.c. Three (3) coats of DuPont Imron white in color or

equivalent paint.2. Paint shall achieve a minimum nine (9) millimeter coat

application.3. Unit shall receive a painted blue metallic stripe along entire

length of body as specified upon final award – Adhesive application of stripes shall be unacceptable.

4. Paint and striping shall be warranted for a minimum of two (2) years against deterioration by environmental conditions.

1. Answer the following:

a. Yes Nob. Yes No

c. Yes No

2. Yes No

3. Yes No

4. Yes No

$_________________

Page 24 of 37

Page 25: solicitations.thorntonco.gov  · Web viewDifferences: in “RED” type in “Offered Equipment” column adjacent to Description of Equipment provide information on the item being

Proposing Vendor Name: <ENTER NAME HERE> IFB No. 332-19Contract Representative: <ENTER NAME HERE> Automated Side Loader Refuse Trucks

Description of Equipment Offered Equipment Cost $

O.

Sign Frame:1. One (1) sign frame for each side of the body.2. Capable of securely holding a Roadway Display sign with

dimensions of eight feet long by three (3) feet tall by one-eights thickness (8’ x 3’ x 1/8”).

1. Yes No2. Yes No $__________________

SECTION 2.8 – REFUSE BODY SUBTOTAL $ ___________________

2.9 SundriesDescription of Equipment Offered Equipment Cost $

A.Fire Extinguisher1. One (1) Class ABC, ten (10) lb. fire extinguisher mounted outside

of the cab, but easily accessible1. Yes No; Location: _________________ $___________________

B.

Camera System:1. Will have rear-view2. Will have left side view3. Will have a hopper view4. All views can be monitored by the operator for their selection5. Lighthouse model K7000 in-cab monitor with two additional

cameras.6. Control cables shall be three (3) pieces with weatherproof

connectors located for ease of maintenance.7. Monitor will be center-ceiling mounted on a heavy duty swivel

mounting plate.

1. Yes No2. Yes No3. Yes No4. Yes No

5. Yes No

6. Yes No

7. Yes No

Camera System:

$___________________

Cost for Replacement Camera (as needed):

$___________________

C. Warning Sign:1. Safety sign installed on rear of truck, center of tailgate, reads 1. Yes No

$__________________

Page 25 of 37

Page 26: solicitations.thorntonco.gov  · Web viewDifferences: in “RED” type in “Offered Equipment” column adjacent to Description of Equipment provide information on the item being

Proposing Vendor Name: <ENTER NAME HERE> IFB No. 332-19Contract Representative: <ENTER NAME HERE> Automated Side Loader Refuse Trucks

Description of Equipment Offered Equipment Cost $

“CAUTION: SUDDEN STOPS AND WIDE TURNS”.2. Eighteen inch by thirty inch (18” x 30”) vinyl decal, reflective

yellow background with four-inch (4”) black letters.3. Visible from a distance of one hundred fifty feet (150’).

2. Yes No

3. Yes No

D.

Road Safety:1. Three (3) red reflective emergency triangles.2. Triangles enclosed in a weather-sealed box.3. Box mounted to the refuse body or chassis frame in an easily

accessible location.

1. Yes No2. Yes No3. Yes No; Location:

_________________

$__________________

E.

Additional Alarm:1. An audible alarm shall sound when the tailgate is raised, when

the body is raised, or when the arm is extended during pump over speed conditions

2. Decibel rating of 100 dBA

1. Yes No

2. Yes No; _____________________dBA

$__________________

SECTION 2.9 – SUNDRIES SUBTOTAL $ ___________________

Page 26 of 37

Page 27: solicitations.thorntonco.gov  · Web viewDifferences: in “RED” type in “Offered Equipment” column adjacent to Description of Equipment provide information on the item being

Proposing Vendor Name: <ENTER NAME HERE> IFB No. 332-19Contract Representative: <ENTER NAME HERE> Automated Side Loader Refuse Trucks

3.0 Optional EquipmentAll optional equipment shall not be included in a Vendor’s final proposed pricing. All proposed optional equipment will be at the discretion of Thornton if it is included in the final vehicle configuration. All proposed Vendor equivalents will be reviewed and it will be at Thornton’s sole discretion if the equivalent proposed meets or exceeds the standard of quality provided herein.

3.1 Optional EquipmentDescription of Equipment Offered Equipment Cost $

A.

Tool Box:1. One (1) stainless steel toolbox, 24” w x 18” d x 18” h.2. Mounted on driver’s side.3. List any other optional tool box sizes, makes and models on separate

company letterhead. Do you have options listed in your proposal?

1. Yes No; Size: ________________2. Yes No3. Yes No

$___________________

B.Tire Chain Storage:1. Two (2) hooks to hang tire chains.2. Mounted to the ICC bumper.

1. Yes No2. Yes No

$___________________

C.

Engine Heater: This is an alternative to Item # 2.3.I1. Recirculating Glycol heater 110V 15-20A.2. List any other options for engine heaters, makes and models on

separate company letterhead. Do you have options listed in your proposal?

1. Make: _______________________Model: ______________________

2. Yes No$___________________

D.

Scale System:1. Air Weigh On-board scale system or equivalent

(Part # OA5814HAHAG4AOA).2. Capable of providing in-cab visual indication of gross vehicle weight

with accuracy within two percent (2%) variance rate.

1. Make: _______________________Model: _______________________

2. Yes No; accuracy percentage: __________%

$___________________

Page 27 of 37

Page 28: solicitations.thorntonco.gov  · Web viewDifferences: in “RED” type in “Offered Equipment” column adjacent to Description of Equipment provide information on the item being

Proposing Vendor Name: <ENTER NAME HERE> IFB No. 332-19Contract Representative: <ENTER NAME HERE> Automated Side Loader Refuse Trucks

Description of Equipment Offered Equipment Cost $

E.

Camera Alternative:The following camera make and model is a known acceptable alternative to the camera make and model provided in Section 2.9.A. Proposing Vendors may bid an equivalent here as well.

1. Preco PreView Plus camera system (Part # PCWSW6020FL).

2. Integrated radar sensors.3. Two (2) additional cameras

(Part # CPK732).

1. Make: _______________________Model: ______________________

2. Yes No3. Yes No

Part #: _______________________

Camera System:

$____________________

Cost for Replacement Camera (as needed):

$____________________

F.

Engine:1. A known alternative engine Thornton may consider using is as

follows. Proposing Vendors may bid an equivalent here as well.a. Cummins.b. L9.c. Diesel.d. Turbo charged.e. 380 HP at 2,100 rpm.f. 1,250 lb./ft. at 1,400 rpm.g. 11 L.h. Variable speed governor.

2. Does your engine meet or exceed all current EPA standards?a. Is your alternative engine Tier 4 Final certified?

3. Neoprene motor mounts.

1) Answer the following:a. Make: ____________________b. Model: ___________________c. Yes Nod. Yes Noe. _________ HP @ __________

rpmf. _________ lb./ft. @

_________rpmg. ______________ Lh. Yes No

2) Yes Noa. Yes No; Tier 4

_____________3) Yes No

$____________________

Page 28 of 37

Page 29: solicitations.thorntonco.gov  · Web viewDifferences: in “RED” type in “Offered Equipment” column adjacent to Description of Equipment provide information on the item being

Proposing Vendor Name: <ENTER NAME HERE> IFB No. 332-19Contract Representative: <ENTER NAME HERE> Automated Side Loader Refuse Trucks

4.0 Dealer Provided Optional Equipment and Quality Standards

a. Electrical Systems:A. All non-factory wire connections (splices, connectors, etc.) shall be soldered and shrink tube insulated with adhesive/meltable

sealant, thick wall polyolefin shrink tubing (3M EPS-300 or equal). No non-factory crimp connections allowed. No cutting or splicing into the factory wiring harnesses allowed.

B. All accessories (strobe lights, operator controls, light bar, etc.) shall be wired through a 12-vDC constant-duty solenoid and controlled by bus bar mounted and permanently labeled auto-resetting circuit breakers. The solenoid shall be wired to the key switch.

C. All dealer/vendor installed items, which require connecting into the vehicle’s electrical system shall be done using an OEM factory modified wiring kit whenever possible.

D. All non-factory wiring shall be encased in a totally sealed wiring harness (no plastic split loom) to prevent corrosion from magnesium chloride. The wiring harness shall be well secured to the truck with neoprene aircraft stainless steel tubing clamps. Rubber grommets shall be used at all areas where the wiring passes through areas that could damage the wiring. Unprotected wiring in any application is unacceptable.

E. Electrical cables and wiring harnesses shall be neatly run and clamped with neoprene aircraft stainless steel tubing clamps. Clamp spacing shall not exceed 18-inches.

F. Dielectric grease shall be applied to all electrical plug terminals and connections to reduce corrosion.

b. Fasteners:A. Grade 5 (SAE or USS) or 8.8 (metric) minimum, bolts, nuts, washers minimum. Vendor shall use Grade 8 or 10.9 for all critical areas

or where good engineering practice suggests.B. All fasteners shall be zinc plated to prevent corrosion.C. Anti-Seize: all fasteners shall have Fel Pro C5A Anti-Seize compound applied before assembly to prevent corrosion, rusting, galling

and aid in equipment servicing and repair.D. All fasteners shall be of appropriate length, diameter and strength (grade) for the application,E. Bolts and screws shall extend a minimum of 1-1/2 threads beyond the nut and maximum of 6-threads past the nut.F. Flat washers shall be used under bolt heads and nuts.G. Lock nuts (nylon insert, metal, slotted, castle nuts) shall be used lock-washers are not acceptable.

c. Hydraulic Systems:A. All hydraulic circuits shall be pressure relief protected.B. Hydraulic hoses shall be Gates M3T Megaflex (tight bend radius) 2-wire braid hose meeting SAE-100R16 specifications where the

hose meets operational criteria or approved equal.C. Hydraulic hoses shall have swivel fittings on both ends. Hose ends shall be located to facilitate easy component replacement.D. High-pressure hydraulic hose shall not be used for suction lines.E. Close/tight radius ninety degree (90º) elbow fittings shall not be used if short, medium or long drop steel stem ninety degree (90º)

elbow fittings can be used. Over use of ninety degree (90º) elbows shall not be permitted.F. Hydraulic hoses and rigid lines shall be run parallel where possible; routing shall look neat and well planned.

Page 29 of 37

Page 30: solicitations.thorntonco.gov  · Web viewDifferences: in “RED” type in “Offered Equipment” column adjacent to Description of Equipment provide information on the item being

Proposing Vendor Name: <ENTER NAME HERE> IFB No. 332-19Contract Representative: <ENTER NAME HERE> Automated Side Loader Refuse Trucks

G. Rubber cushioned metal hydraulic clamps shall be used on all hydraulic ridged lines and hoses at proper intervals for supporting the line/hose 36” maximum distance. Clamps shall be securely mounted to the equipment.

H. Hydraulic hoses and lines shall not be routed near exhaust, close to rotating components or over, around or through sharp edges. Rubber grommets shall be used at all areas where the hydraulic lines through areas that could damage the lines.

I. Galvanized fittings and thread tape shall not be used.J. Hydraulic hoses shall be covered with protective spiral nylon anti-chaffing wrap or sock type protective sleeves at all areas where

chafing/rubbing could cause premature wear/failure.K. Hydraulic oil tanks shall magnetic drain plug, oil level and temperature gauge.L. Hydraulic hoses over 4’ long shall be labeled on both ends for easy identification.M. Shut off valves ¼-turn on each side of filter.

d. All fabricated parts, brackets etc. shall have all sharp corners, edges etc. radiused or rounded for safety.

e. Welds:A. All welds shall meet AWS (American Welding Society) standards for the type weld, material joined and welding method.B. Weld joints shall have proper design and fit for the application.C. Welds joints shall have proper penetration and be smooth in appearance with no undercuts or overlaps at edge of weld.D. Weld joints shall be properly prepared with cut ends ground to remove all slag, create a smooth surface and beveled end.

5.0 Manuals and Training

5.1 Manuals and Training – Parts and GeneralItem Description of Equipment Offered Equipment Cost

Training DVD, CD, Flash Drive

One (1) DVD, CD, or Flash Drive demonstrating and explaining the safe and proper use of the vehicle/equipment:1. Equipment and Attachments.

1. Yes No $______________

Operators ManualPaper

One (1) book per vehicle/equipment with “safe equipment operation” section for each component:1. Equipment and Attachments.

1. Yes No $______________

Service/Maintenance ManualPaper or Flash Drive

Two (2) complete sets per Contract (not per vehicle); binder required, however Flash Drives may be substituted for paper1. Manuals shall be provided for:

A. Equipment and Attachments2. Manuals shall include complete and detailed information

for maintenance of the equipment, including general information, specifications, troubleshooting guide, lubrication and required adjustments.

3. The hydraulic and electrical sections of the manuals

1. Yes No

2. Yes No

$______________

$______________

Page 30 of 37

Page 31: solicitations.thorntonco.gov  · Web viewDifferences: in “RED” type in “Offered Equipment” column adjacent to Description of Equipment provide information on the item being

Proposing Vendor Name: <ENTER NAME HERE> IFB No. 332-19Contract Representative: <ENTER NAME HERE> Automated Side Loader Refuse Trucks

shall be provided in a separate electrical/hydraulic binder. Both the hydraulic and electrical circuits shall have separate color coded schematics for each equipment function to show the flow of both electrical current and hydraulic oil.

3. Yes No

Service/Maintenance Manual on DVD, CD, or Flash Drive

Two (2) complete sets; per Contract (not per vehicle): 1. Manuals shall be provided for:

A. Equipment and Attachments2. Manuals shall include complete and detailed information

for maintenance of the equipment, including general information, specifications, troubleshooting guide, lubrication and required adjustments.

3. The hydraulic and electrical sections of the manuals shall be provided in a separate electrical/hydraulic binder. Both the hydraulic and electrical circuits shall have separate color coded schematics for each equipment function to show the flow of both electrical current and hydraulic oil.

4. New DVD, CD, or Flash Drives shall be provided when information is updated, superseded or changed.

1. Yes No

2. Yes No

3. Yes No

4. Yes No

$_______________

Service/Maintenance Manual on Internet Access, or Other Electronic Media

One (1) complete set; per Contract (not per vehicle): 1. Vendor shall provide access to the site for the length of

time that the City owns the equipment at a one (1) time up front cost to the City.

2. Internet information shall include complete and detailed information for maintenance of the equipment, including general information, specifications, troubleshooting guide, lubrication and required adjustments.

3. The hydraulic and electrical sections of the manuals shall be provided in a separate electrical/hydraulic binder. Both the hydraulic and electrical circuits shall have separate color coded schematics for each equipment function to show the flow of both electrical current and hydraulic oil.

1. Yes No

2. Yes No

3. Yes No

$_______________

Page 31 of 37

Page 32: solicitations.thorntonco.gov  · Web viewDifferences: in “RED” type in “Offered Equipment” column adjacent to Description of Equipment provide information on the item being

Proposing Vendor Name: <ENTER NAME HERE> IFB No. 332-19Contract Representative: <ENTER NAME HERE> Automated Side Loader Refuse Trucks

Parts ManualPaper or Flash Drive

Two (2) complete sets, per Contract (not per vehicle) binders required, however Flash Drives may be substituted for paper1. Manuals shall be provided for:

A.Equipment and Attachments2. Illustrated parts book shall be furnished containing data

so that part numbers can be readily found for each system.

1. Yes No

2. Yes No$______________

Parts Manual onDVD, CD, or Flash Drive

Two (2) complete sets, per Contract (not per vehicle) illustrated parts book shall be furnished containing data so that part numbers can be readily found for each system.1. Information shall be provided for:

A. Equipment and Attachments2. Parts manuals shall include complete and detailed

information for replacement parts for the equipment, including general information, specifications ordering guide lines and superseded parts information.

3. New DVD, CD or Flash Drives shall be provided when information is updated, superseded or changed.

1. Yes No

2. Yes No

3. Yes No

$______________

Parts Manual onInternet Access, or Other Electronic Media

One (1) complete subscription; per Contract (not per vehicle) 1. Internet information shall allow Thornton twenty-four (24)

hour seven (7) days/week including holidays access from its main maintenance facility.

2. Internet information shall include complete and detailed information for parts for the:

A.Equipment and Attachments3. Internet information shall cover vehicle/equipment, shall

include general parts information, parts specifications, ordering guide lines and superseded parts information.

4. Vendor shall provide access to the site for the length of time that Thornton owns the vehicle/equipment at a one (1) time up front cost to Thornton.

5. Parts manuals shall include complete and detailed information for replacement parts for the equipment, including general information, specifications ordering guide lines and superseded parts information.

1. Yes No

2. Yes No

3. Yes No

4. Yes No

5. Yes No

$______________

Page 32 of 37

Page 33: solicitations.thorntonco.gov  · Web viewDifferences: in “RED” type in “Offered Equipment” column adjacent to Description of Equipment provide information on the item being

Proposing Vendor Name: <ENTER NAME HERE> IFB No. 332-19Contract Representative: <ENTER NAME HERE> Automated Side Loader Refuse Trucks

New Equipment Check-in Form:

The successful vendor shall complete the City’s “New Equipment Check-in Form” completely and accurately with all requested information.

Yes No $_______________

5.2 Manuals and Training - Operator and Mechanics Item Description of Equipment Offered Equipment Cost

On Site Equipment Manufacturers Training

On site the vendor shall insure that the equipment manufacturers training representative, after delivery of the equipment Contacts Fleet Maintenances training manager to coordinate equipment training.

____________________________________________________________________________________________________________________________________________________________________________

$__________

Fleet Maintenance Training Manager

David Carson – Thornton Fleet Manager(720) [email protected]

NOTE TO VENDORS: You shall not contact this person during an open solicitation. You shall only contact the Buyer listed on this solicitation. Failure to do follow this may result in immediate rejection of your proposal from evaluation.

Training Requirements

Training shall consist of factory training materials, classroom and actual field training on the equipment for the equipment operators and supervisors.

____________________________________________________________________________________________________________________________________________________________________________

$__________

On-Site Mechanics Training

On-site mechanics training shall be one (1) class, approximately 8-hours, day shift total provided at Thornton facilities. The training shall cover maintenance and service procedures, trouble shooting and use of manuals.

___________________________________________________________________________________________________________________________________________________________________________

$__________

Page 33 of 37

Page 34: solicitations.thorntonco.gov  · Web viewDifferences: in “RED” type in “Offered Equipment” column adjacent to Description of Equipment provide information on the item being

Proposing Vendor Name: <ENTER NAME HERE> IFB No. 332-19Contract Representative: <ENTER NAME HERE> Automated Side Loader Refuse Trucks

6.0 Warranty6.1 Warranty Requirement

WARRANTY (Table 1)Complies (Y or N/A)

1. Warranty is to be a minimum of 3-years/5,000-hours on the entire equipment and 18-months unlimited hours on the engine. The standard factory warranty plan shall be provided as an attachment to your bid proposal.

2. The Warranty is to include at no cost to the City of Thornton, all parts and labor, and no charge for work performed at the vendors facility

3. If during the standard warranty period the machine is down for 72-consecutive hours the vendor shall supply the City a comparable loaner Automated Side Loader (ASL) at “No Cost” to the City until the Thornton unit is repaired and back in service.

4. Warranty shall start when Thornton places the vehicle into service NOT on the delivery date

5. Warranty plans shall consist of the total unit and be broken out to a separate plan for each warranty item if applicable, such as engine warranty plan, transmission warranty plan, electrical, etc.

6. Options listed shall be bid and provided as factory installed under the terms of the full factory-backed warranty. This includes, but is not limited to: air conditioning, radios, cruise control, bumpers, towing packages etc. Dealer-installed options will not be permitted unless pre-approved by Thornton in writing and, where applicable, indicated on bid sheet as a “dealer installed” non-factory item.

7. Bidder will be responsible for warranty repair of all installed options/auxiliary equipment included in the bid that has a standard warranty that is less than the standard warranty for the base vehicle/equipment

8. If applicable, bidder shall provide a plan for Thornton to be reimbursed if the work can be done by Thornton on site.

9. Bidder shall use a single, local factory authorized dealership that will accomplish or coordinate required warranty work. The dealership must have a minimum of 1-year experience as a factory authorized vendor for like equipment being bid. Warranty parts shall be available and supplied within 24-hours

10. The bidder shall respond to request for warranty assistance within twenty-four (24) hours.

11. Warranty work shall be accomplished within an appropriate length of time (generally less than 3 working days for everything other than major component repair such as a transmission rebuild) and shall be coordinated with an authorized Thornton representative

12. During the entire warranty period, if the unit requires transportation to a repair facility, the vendor/sub-vendors shall be responsible for all transportation at "NO COST" to the City of Thornton. This includes transporting the unit back to the City's domicile location after repairs are complete. If an alternate is bid, charges to the City of Thornton shall be listed (e.g. mileage, travel, labor, etc.). Even if an alternate is bid, in NO CIRCUMSTANCES will the City of Thornton be responsible for transporting a unit greater than twenty-five (25) miles from the center of Thornton.

13. This Warranty in Table 1 and Table 2, is IN ADDITION to factory warranties on the vehicle and components

6.2 Fleet DefectsFleet Defects (Table 2)

Page 34 of 37

Page 35: solicitations.thorntonco.gov  · Web viewDifferences: in “RED” type in “Offered Equipment” column adjacent to Description of Equipment provide information on the item being

Proposing Vendor Name: <ENTER NAME HERE> IFB No. 332-19Contract Representative: <ENTER NAME HERE> Automated Side Loader Refuse Trucks

A. Definition: If during the warranty period, thirty percent (30%) of the total number of units delivered have the same part(s) and/or components failure requiring replacement and/or modifications, caused by defects in Design, Testing, Material, and/or Workmanship, then this “Fleet Defect Clause” goes into effect.

B. Remedy: Following notification of a Fleet Defect, the vendor shall develop and implement a plan that either reengineers, modifies, or replaces the defective parts/ systems, such that the identified problem is cured and the operation of the vehicle/equipment is not altered. When alterations are required to cure the defect, those alterations that change or modify the original bid specifications must be approved by the City of Thornton prior to execution. The vendor will pay for all necessary labor and materials to repair, modify, and/or “update” all vehicles/units in this group. The vendor shall also propose a work schedule that is mutually agreed upon by the City of Thornton that corrects the fleet deficiency within 30-days or a mutual agreed upon schedule.

C. Exceptions: Fleet defects will not apply to minor aftermarket accessories specified by the City of Thornton and installed per instructions/specifications. Examples include: toolboxes, spotlights, bed-liners, etc.

D. Mitigation: Should the vendor become non responsive to Thornton’s notification of a Fleet Defect, Thornton may employ several options. (1) After notifying the vendor in writing of Thornton’s intent to mitigate its circumstances, Thornton may chose to perform its own warranty work and seek reimbursement for both parts and labor. (2) On major components, such as engine, transmission, air conditioning, etc., Thornton may chose to have the repairs performed by an authorized dealer and vendor shall reimburse Thornton for any parts or labor not covered by other warranty.

E. Outside Metro-Denver: Vendor will pay for all transportation costs if unit(s) must be sent out of the Denver area for repairs. The City of Thornton reserves the right to inspect unit(s) before returning back to Denver. The City of Thornton also reserves the right to send at least one (1) employee, without cost to Thornton, to inspect the repair(s) before unit is released back to Thornton.

F. Expired Warranties: Units that have mutually agreed upon warranty defects during the warranty period will continue to be repaired until completed. If an on-going remedy continues past the warranty date the repairs will continue under warranty until completed or cease at a time agreed upon by the vendor and City of Thornton.

Page 35 of 37

Page 36: solicitations.thorntonco.gov  · Web viewDifferences: in “RED” type in “Offered Equipment” column adjacent to Description of Equipment provide information on the item being

Proposing Vendor Name: <ENTER NAME HERE> IFB No. 332-19Contract Representative: <ENTER NAME HERE> Automated Side Loader Refuse Trucks

6.3 Warranty OptionsWARRANTY Options (Table 3)

Cost of Extended Warranties

Please indicate in the columns below the additional cost of an extended warranty for all applicable components listed in the left hand column. Inc = Included N/A = Not available

City Standard$0.00 cost Four Years Five Years Comments

A. Frame/Body 1 yearB. Engine 2 yearsC. Drive Train 3 yearsD. Suspension 1 yearE. Hydraulics 3 yearsF. a. Pumps 3 yearsG. b. Motors 3 yearsH. c. Tanks 3 yearsI. d. Valves 3 yearsJ. e. Controls 3 yearsK. Electrical Components 1 yearL. Other

M.

Notes:

6.4 Warranty Service Location: Warranty repair parts and service shall be available locally at an established factory authorized dealership. The dealership must have a minimum of 1-year experience as a factory authorized vendor for like equipment being bid. Warranty parts and repairs shall be available and supplied within 8-hours.

Cab and Chassis: Dealership Name: __________________________ Telephone #: ______________________

Street Address: ___________________________ City: _____________________________

Refuse Body: Dealership Name: __________________________ Telephone #: ______________________

Street Address: ___________________________ City: _____________________________

Page 36 of 37

Page 37: solicitations.thorntonco.gov  · Web viewDifferences: in “RED” type in “Offered Equipment” column adjacent to Description of Equipment provide information on the item being

Proposing Vendor Name: <ENTER NAME HERE> IFB No. 332-19Contract Representative: <ENTER NAME HERE> Automated Side Loader Refuse Trucks

7. Vehicle Delivery and Complete Cost

7.1 Local Vendor Consideration:Are you a Vendor claiming the Thornton based business local vendor consideration? (Circle One) Yes No

If Yes, have you provided a current copy of your Thornton Business License with your bid? Yes N/A

7.2 Delivery of Completed Unit Provide Number Of Days Required For Delivery Of Completed Automated Side Loader To Be Delivered To Thornton _____________DAYS

7.3 Complete Vehicle CostInclude into Complete Unit Total Cost:

Section 2.1 – Base Vehicle Section 2.2 – Engine Section 2.3 – Transmission and Drivetrain Section 2.4 – Electrical System Section 2.5 – Wheels and Tires Section 2.6 – Exterior Section 2.7 – Interior Section 2.8 – Refuse Body Section 2.9 – Sundries

Do Not Include into Unit Total Cost:

Section 3.1 – Optional Equipment Section 5.1 – Manuals and Training – Parts and

General Section 5.2 – Manuals and Training – Operator

and Mechanics Section 6.3 – Warranty Options

Authorized Signature:

___________________________________________________

TOTAL COST

$_________________

Page 37 of 37