Loading...
HomeMy WebLinkAbout2 in1 Spreader/Dumper Hwy Dept. r 0 ru Ir Postage $ rl O Cerdfied Fee O O O Retum Reciept Fee f rk (Endorsement Required) ' s Restrktetl Delivery Fee (Endorsement Required) Total Postage 8 Fees m 0 Sent To C3 y� 'street' =!`.41-^!11�tVC1!lC2 Box No. (d�._-. Q_Sll.'�_....... or PO 'IS / 'CC==`.'r l`�Y: _�------------------ ETJ~ABETH A. NEV~',T.E TOWN CLERK REGISTP~R OF VITAL STATISTICS MARRIAGE OFFICER RECORDS MANAGEMENT OFFICER FREEDOM OF INFORMATION OFFICER Town Hall, 53095 Main Road P.O. Box 1179 Southold, New York 11971 Fax (631) 765-6145 Telephone (631) 765-1800 southoldtown.northfork.net OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD September 15, 2004 CERTIFIED MAIL RETURN RECEIPT REQUESTED Robert C. Hamilton, President Advanced Equipment Inc 75 Cedarhurst Avenue Medford, NY 11763 Dear Mr Hamilton: The Southold Town Highway Department has advised this office that they have taken possession of the combination spreader/dump track. Returned herewith is the certified check you submitted with this bid. Thank you for submitting you bid. Eno. Very truly yours, Southold Town Clerk ; · Completeitem:3 1, ~,and3. AJ ; '[ ~; . ; item 4 if Restrict ed Dellve~ is ir,. : · Print your nam,, anJ address c i · Attach this car=~ to. the back of 1 .:,!:. ............. 21 Article Numbe~ (r~fmm~,~,,~)_ '; Ii !1 : ,;,E 0001 8547 9120 PS Fo~ 3811, Au~ust 2001 )~ >ul; i:,r ~ ;ignatum [] ~ent {eceived by (Printe~ Name) C. D~te of Delivery ~ del~ address different from itern 17 []Ye~ YES, enter delivew address below: [] No n Expm~ Mail [] Return Receipt for Memhandise [] C.O.D. DYes Pl='l 1~ W. HARRIS ~uperintendent Highway Department Town of Southold 275 Peconic Lane · P.O. Box 178 Peconic, N.Y. 11958-0178 Tel. (631) 765-3140 (631) 734-5211 Fax (631) 765-1750 TO: FROM: RE: DATE: Lynda Bohn Peter Harris 'Bids September 13, 2004 RECEIVED 8EP 1 4 2004 Southold Town Clerk I would like to advise following bid checks. 11/19/02 East Coast sand 11/19/03 Trius Inc 3/25/04 1/16/03 8/19/03 that you may return the Sand For Ice Control 2003 Snow Removal Equipment 10' Stainless Steel Spreaders Snow Plow Hitch(s) Central Hydraulic System(s) Long Island sanitation Street Sweeper Advanced Equipment Combo Dump Truck/Spreader Peterbilt of Maine, Inc 10 Wheel Dump Truck ELIZABETH A. NEVILLE TOWN CLERK REGISTRAR OF VITAL STATISTICS MARRIAGE OFFICER RECORDS MANAGEMENT OFFICER FREEDOM OF INFORMATION OFFICER Town Hall, 53095 Main Road P.O. Box 1179 Southold, New York 11971 Fax (631) 765-6145 Telephone (631) 765-1800 southoldtown.northfork.net OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD THIS IS TO CERTIFY THAT THE FOLLOWING RESOLUTION NO. 72 OF 2003 WAS ADOPTED AT THE REGULAR MEETING OF THE SOUTHOLD TOWN BOARD ON FEBRUARY 4, 2003: RESOLVED that the Town Board of the Town of Southold hereby accepts the bid of Advanced Equipment Inc. in the amount of $29~795.00 for the purchase of one Combination Spreader/Dump Truck for the use of the Southold Town Highway Department. Elizabeth A. Neville Southold Town Clerk RESOLUTION FEBRUARY 4, 2003 V- 72 RESOLVED that the Town Board of the Town of Southold hereby accepts the bid of Advanced Equipment Inc. in the amount of $29~795.00 for the purchase of one Combination Spreader/Dump Truck for the use of the Southold Town Highway Department. PETER W. HARRIS Superintendent Highway Department Town of Southold 275 Peconic Lane · P.O. Box 178 Peconic, N.Y. 11958-0178 Tel. (631) 765-3140 (631) 734-,5211 Fax (631) 765-1750 M E M ORA N D U M RECEIVED TO: Elizabeth A. Neville Southold Town Clerk JAN 2 9 2003 FROM: Peter W. Harris, Superintendent Southold Town Highway Department Southohl ]'0~/, Cierl DATE: January 29, 2003 RE: PURCHASE OF ONE COMBINATION SPREADER/DUMP TRUCK FOR USE BY THE SOUTHOLD TOWN HIGHWAY DEPARTMENT I have reviewed all bids received in connection with the above and recommend that the Southold Town Board accept the bid of Advanced Equipment Inc., as their bid was the only bid received which satisfied all bid specifications. PWH:jes ELIZABETH A. NEVILLE TOWN CLEP, K REGISTRAR OF VITAL STATISTICS MARRIAGE OFFICER RECORDS MANAGEMENT OFFICER FREEDOM OF INFORMATION OFFICER Town Hall, 53095 Main Road P.O. Box 1179 Southold, New York 11971 Fax (631) 765-6145 Telephone (631) 765-1800 southoldtown.northfork.net OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD BID OPENING Combination Spreader/Dump Truck for Highway 1/17/03 ~ lO:OOam THREE BIDS WERE RECEIVED Thus Inc. 458 Johnson Ave P 0 Box 158 Bohemia NY 11716 631-244-8600 $28,205.00 (with exceptions/changes fi~om bid specs) Dejana Track & Utility Equipment Co. Inc $28,726.00 (with exceptions/changes from bid specs) 490 Pulaski Rd Keings Park NY 11754 631-544-9000 Advanced Equipment Inc. 75 Cedarhurst Ave Medford NY 11763 631-698-4100 $29,795.00 PETER W. HARRIS Sul~erintendent Highway Department Town of Southold 275 Peconic Lane · P.O. Box 178 Peconic, N,Y. 11958-0178 Tel. (631) 765-3140 (631) 734-5211 Fax (631) 765-1750 01'/30/2~03 12:44 ADVANCED £QUIPI £N o, ADVANCED EQ PAGE TEL: (631 ) 698-41 O0 FAX: [631) 696-0892 EMAIL: AdvancedEq@aoLcom Janua~ 22,2003 Mr. Peter Harris Superintendent of Highways Town of Southold Re: Bid for Combination Dump Body/Material Spreader Dear Mr. Harris, The purpose of this letter is to state my position as regards the results of the above referenced bid that opened on this past January 16th. You'll recall the bid results were as fellows: Advanced Equipment DeJana Truck Eguipm. ent Tdus Inc. $ 29,795.00 $ 28,726.00 $ 28,205.00 ' Your published specification called in par[ for a radius style body, electrically operated central hydraulic system equipped with ground speed oriented electdc spreader circuit and tarp system. Additionally, the dump body underside is required to be coated in an acrylic rust preventive coating. Of the three vendors, Advanced Equipment was the only one to answer as specified. Pursuant to the opening ef the bid, I was provided the opportunity to review the responses submitted by the other vendors, and would like to make the fellowing observations for your consideration. In so far as the lowest bidder, Tdus Inc., is concerned, The vendor chose to completely disregard the requirements of the bid, instead taking exception to the bid in its' entirety. In their letter attached to the response, the vendor stated that he was offering a body of radically different rectangular body design based on the fact that the Town had specified and accepted that rectangular design in the past. 75 CEDARHUI~$¥ AVENUI~ · MEDFORD, N,Y 11763 .12:44 631696 ADVANCED EQ PAGE ~3 It is my position that this argument is invalid and self-serving. I say this for several important reasons. First, Advanced Equipment has also provided several combination dump body/material spreaders of rectangular design to the Town in the past. In point of fact, the bodies supplied by Advanced to the Town were each awarded as the result of competitive bids wherein Advanced Equipment competed successfully against Trius inc., who offered the identical body then as in this instance. Trius is well aware of this fact, yet chose not to disclose this information in their letter because doing so would invalidate the prima-facie logic of their position. Second, the act of completely excepting oneself from the requirements of any bid in its' entirety confounds the response as a whole. For example, the body offered by Tdus does not comply with the requirement that the roain Iongitudinals be manufactured of 7ga. stainless steel (a rust free grade of steel). Also, the body offers only a 6:1 spur gear drive rather than the 25:1 planetary gearcase specified, iThe body does not feature stainless upper tailgate hinge pins. The body hing~ pins do not possess composite grease bushings. The tailgate latches are made Of only ~" steel not the %" steel specified. These features represent important advances in design and technology that speak to the issues of long term operating cost, efficiency, durability and productivity, yet no representation is made to these disparities. Also, "frius has offered a simple asphalt based mst, proofing m{~teda. I in lieu of,the more expensive acrylic rust preventive abrasion resistant coating specified. Th~se tactical omissions of information constitute a direct violation of the requirements of the bid and call the credibility of the entire response into question. As far as the response submitted by DeJana Truck Equipment is concerned, major deficiencies exist herein as well. This body also offers only a 6:t spur gear conveyor drive. This is the same drive gear found in spreaders that possess 18" conveyors. The conveyor specified in this bid is 28" wide. The spinner is manufactured of a lesser grade of stainless steel than specified, and as a result will still rus~ over time, There is no guard over the spinner motor to protect it and the related hydraulic hosing against falling material. The upper tailgate hardware is not stainless steel. The dump body hoist cylinder is not of a top lift design as required in the specification. Perhaps most disturbing aspect of this response is the fact that the conveyor and spinner controls are offered outside at the rear of the spreader. This can only mean that the controls are of manual design rather than the electdc controls, required to be located in the cab, as specified. As a result, the eperator would have no ability to adjust the flow of material in response to changing road conditions, nor would controls of this type feature a "Blast" capability, as is also required in the specification. This perplexing response coupled with no response whatsoever to pages 11, 12 and 13, the pages that detail the remainder of the hydraulic system requirements in their entirety, (as well as pages 17,18,19,20 and 21) would lead one to question if the entire scope of the hydraulic system were actually and fully understood at alt, Further, it warrants mention that the cost difference between manually operated spreader controls and electric, ground speed odented spreader controls on the dealer net (wholesale) level exceeds the difference in cost between the central hydraulic system specified in the bid (and offered by Advanced Equipment) and the system offered by DeJana Truck Equipment. Advanced .Equipment was the only bidder who endeavored to comply with the procedural requirements of the bid (listing compliance and/or exceptions). For the Town to award to the other vendom in light of their blatant disregard for the format undermines the Integrity of the entire bid process. This approach should not be condoned, and therefore reinfomed, by virtue of award. Lastly, Advanced Equipment is the only bidder who is prepared to install and deliver a unit in a timeframe that would allow for any use of the unit this winter For all the above stated reasons, I respectfully request that you award to Advanced Equipment as the lowest responsible bidder. I hope this information proves useful in your purchasing decisioN. If you have" questions, please don't hesitate to contact me, Sin ~e~ely, /7 'R'ebert C. HamiltonTM President ELIZABETH A. NEVILLE TOWN CLERK REGISTRAR OF VITAL STATISTICS MARRIAGE OFFICER RECORDS MANAGEMENT OFFICER FREEDOM OF INFORMATION OFFICER Town Hail, 53095 Main Road P.O. Box 1179 Southold, 1~;w York 11971 Fax (631) 765-6145 Telephone (631) 765-1800 southoldtown.northfork.net OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD February 2t; 2003 Robert C. Hamilton, President Advanced Equipment Inc. 75 Cedarhurst Ave Medford NY 11763: Congratulations. The Southold Town Board, at its regular meeting of February 4, 2003, accepted the bid of Advanced Equipment Inc. for the purchase of a Combination Spreader/Dump Truck for the Southold Town Highway Department. A certified copy of the resolution is enclosed. Your bid check will be returned to you upon confirmation by the Highway Department of delivery. Should you have any questions concerning this matter, please do not hesitate to contact this office. Very truly yours, l jo Enclosures Elizabeth A. Neville Southold Town Clerk ELIZABETH A. NEVILLE TOWN CLERK REGISTRAR OF VITAL STATISTICS MARRIAGE OFFICER RECORDS MANAGEMENT OFFICER FREEDOM OF INFORMATION OFFICER Town Hall, 53095 Main Road P.O. Box 1179 Southold, New York 11971 Fax (631) 765-6145 Telephone (631) 765-1800 southoldtown.northfork.net OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD February 21, 2003 CERTIFIED MAIL RETURN RECEIPT REQUESTED Attn: Louis Balazs Dejana Track & Utility Equipment Co Inc 490 Pulaski Rd Kings ParkNY 11754 Dear Mr. Balazs: The Southold Town Board, at its regular meeting of February 4, 2003, accepted the bid of Advanced Equipment Inc. for the purchase of a Combination Spreader/Dump Track for the Southold Town Highway Department. A certified copy of the resolution is enclosed. Also, returned herewith is your certified bid check. Thank you for submitting your bid. Very truly yours, Elizabeth AJ Neville Southold Town Clerk EncIosures .~ "'0~h~20~"' 1:0220008hD:~0~000~,' 'I Complete items 1, 2, and 3. Also COmplete item 4 if Restricted Delivery is desired. · Print your name and address on the reverse so that we can return the card to you. · Attach this card to the back of the mailpiece, or on the front if Space permits. 1. ~¢tfcJe Addressed to: A. Received by (Please Pn;~t Clearly) B. Date of Delivery X if YES, enter delivery address below: [~ No [~ Registered [~ Return Receipt for Merchandise Domestic Return R~eipt ~ ~/~ I, . 3'"7 Postmark Here ELIZABETH A. NEVILLE TOWN CLERK REGISTRAR OF VITAL STATISTICS MARRIAGE OFFICER RECORDS MANAGEMENT OFFICER FREEDOM OF INFORMATION OFFICER Town Hail, 53095 Main Road P.O. Box 1179 Southold, New York 11971 Fax (631) 765-6145 Telephone (631) 765-1800 southoldtown.northfork.net OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD February 21, 2003 CERTIFIED MAIL RETURN RECEIPT REQUESTED Attn: Gary Cervelli, President Thus Inc. P O Box 158 Bohemia NY 11716 Dear Mr. Cervelli: The Southold Town Board, at its regular meeting of February 4, 2003, accepted the bid of Advanced Equipment Inc. for the purchase of a Combination Spreader/Dump Track for the Southold Town Highway Department. A certified copy of the resolution is enclosed. Also, returned herewith is your certified bid check. Thank you for submitting your bid. Very truly yours, Elizabeth A. Neville Southold Town Clerk ljc',.X EncloSures __ · Complete items 1, 2, and 3. Also complete item 4 if Restricted Delivery is desired. · Print your name and address on the reverse so that we can return the card to you. · Attach this card to the back of the mailpiece, or on the front if space permits. 1. Article Addressed to: A. Received by (Please Print Clearly) B. Date of Delivery C. Signature [] Agent X [] Addressee D. Is delivery address dh~mnt flom item l? [] Yes If YES, enter deliver? address below: [] NO 3. Service Type ,,[~ed Mall [] Express Mail [] Registered [] Return Receipt for Merchandise ~-I Insured Mail [] C.O.D. 4. Restricted Delivery? (Extra Fee) [] Yes 2. Article Number (Copy from service label) PS Form 3811, Ju~y 1999 Domestic Return Receipt 102595-00-M-0952 Post&ge Certified Fee Return Receipt Fee {Endorsement Required) Restricted Delivew Fee (Endorsement Requ~req) Total postage & Fees Postmark Here ELIZABETH A. NEVILLE TOWN CLERK REGISTRAR OF VITAL STATISTICS MARRIAGE OFFICER RECORDS MANAGEMENT OFFICER FREEDOM OF INFORMATION OFFICER Town Hall, 53095 Main Road P.O. Box 1179 Southold, New York 11971 Fax (631) 765-6145 Telephone (631) 765-1800 southoldt own.northfork.net OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD BID OPENING Combination Spreader/Dump Truck for Highway 1/17/03 ~ 10:00am THREE BIDS WERE RECEIVED Thus Inc. 458 Johnson Ave P O Box 158 Bohemia NY 11716 631-244-8600 $28,205.00 (with exceptions/changes from bid specs) Dejana Track & Utility Equipment Co. Inc $28,726.00 (with exceptions/changes from bid specs) 490 Pulaski Rd Keings Park NY 11754 631-544-9000 Advanced Equipment Inc. 75 Cedarhurst Ave Medford NY 11763 631-698-4100 $29,795.00 ELIZABETH A. NEVILLE TOWN CLERK REGISTRAR OF VITAL STATISTICS MARRIAGE OFFICER RECORDS MANAGEMENT OFFICER FREEDOM OF INFORMATION OFFICER Town Hall, 53095 Main Road P.O. Box 1179 Southold, New York 11971 Fax (631) 765-6145 Telephone (631) 765-1800 southoldtown.northfork.net OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD THIS IS TO CERTIFY THAT THE FOLLOWING RESOLUTION NO. 797 OF 2002 WAS ADOPTED AT THE REGULAR MEETING OF THE SOUTHOLD TOWN BOARD ON DECEMBER 3, 2002: RESOLVED that the Town Board of the Town of Southold hereby authorizes and directs Town Clerk Elizabeth Neville, to advertise for bids for the purchase of (1) new mechanical combination dump/spreader truck body and snowplow push-frame and hoist for the Southold Town Highway Department. Elizabeth A. Neville Southold Town Clerk RESOLUTION DECEMBER 3, 2002 V - 797 RESOLVED that the Town Board of the Town of Southold hereby authorizes and directs Town Clerk Elizabeth Neville~ to advertise for bids for the purchase of(l) new mechanical combination dump/spreader truck body and snowplow push-frame and hoist for the Southold Town Highway Department. PETER W. HARRIS Superintendent TO: FROM: DATE: RE: Highway Department Town of Southold 275 Peconic Lane · P.O. Box 178 Peconic, N.Y. 11958-0178 Tel. (631) 765-3140 (631) 734-5211 Fax (631) 765-1750 MEMORANDUM Elizabeth A. Neville Southold Town Clerk Peter W. Harris, Superintendent Southold Town Highway Department-- November 27, 2002 ADVERTISEMENT FOR BIDS IN CONNECTION WITH THE PURCHASE OF: ONE (1) NEW MECHANICAL COMBINATION DUMP/SPREADER TRUCK BODY AND SNOWPLOW PUSH- FRAME AND HOIST In connection with the above, please submit the following resolution for the Town Board's consideration at its next Board meeting: RESOLVED: THAT the Town Board of the Town of Southold hereby authorizes and directs Town Clerk, Elizabeth A. Neville, to advertise for bids for the purchase of one (1) new mechanical combination dump/spreader truck body and snowplow push-frame and hoist for the Southold Town Highway Department. Specifications to follow: [Items to be covered in the bid proposal will include a dump/spreader body, lift cylinder, hydraulic pumps, valves, cables, piping, hoses, fittings and spreader control system; a snowplow push-frame and hoist, piping, hoses, hydraulic valves and fittings. The above items will be mounted on a 1995 Ford chassis owned by the Southold Town Highway Department, in accordance with plans and specifications to be prepared by Peter W. Harris, Superintendent of Highways.] PWH:jes I D /t IV ED E UIPI EAIT . TEL: [631) 698-4100 FAX: (631) 696-0892 EMAIL: AdvancedEq@aol.com Janua~ 15,2003 Mrs. Elizabeth A. Neville Southold Town Clerk Southold Town Hall 53095 Main Road Southold, NY 11971 Re: Bid for New Combination Dump Body/Material Spreader truck Body and Snow Plow Push Frame and Hoist Dear Mrs. Neville, Advanced Equipment is pleased to present this bid to supply and install the following snow and ice control components: Hi-Way Model XT-3 Combination Dump Body/Material Spreader Component Technology AS-2 Central Hydraulic System Advanced Style Custom Low-Mount Snow Plow Hitch Pioneer Model G1500DS Tarp System Dump Body underside and Snow Plow Hitch will be coated in Noxyde rust preventive/abrasion resistant coating. These components comply with the published specification in all regards without exception. All options listed in specification are included instated bid price. Delivered Price Availability $ 29,795.OO 15 Days Advanced Equipment will honor the stated pricing for a period of (1) one year. Please consider this letter as part and parcel to this bid. Robert C. Hamilton President 75 CEDARHURSTAVENUE * MEDFORD, N.~ 11763 Town of Southold Specifications for: Dump Body/Material Spreader, Snow Plow Hitch Central Hydraulic System LEGAL NOTICE NOTICE TO BIDDERS NOTICE IS HEREBY GIVEN, in accordance with the provisions of Section 103 of the General Municipal Law, that sealed bids are sought and requested for the purchase of (1) new mechanical combination dump/spreader truck body and snowplow push-frame and hoist by the Southold Town Highway Department. A certified check in the amount of $100.00, will be received by the Town Clerk at the Southold Town Hall, 53095 Main Road, Southold, New York, until 10:00 A.M., Thursday, January 16, 2003, at which time they will be opened and read aloud in public. The Town Board of the town of Southold reserves the right to reject any and all bids and waive any and all informalities in any bid should it be deemed in the best interest of the Town of Southold to do so. All bids must be signed 3nd sealed in envelopes plainly marked "Bid on mechanical combination dump/spreader truck body and snowplow push-frame and hoist ", and submitted to the Town Clerk. The bid price shall not include any tax, federal, state, or local, from which the Town of Southold is exempt. Dated: December 3, 2002. ELIZABETH A. NEVILLE SOUTHOLD TOWN CLERK PLEASE PUBLISH ON JANUARY 2, 2002, AND FORWARD ONE (1) AFFIDAVIT OF PUBLICATION TO ELIZABETH NEVILLE, TOWN CLERK, TOWN HALL, PO BOX 1179, SOUTHOLD, NY 11971. Copies to the following: The Suffolk Times Town Board Members Town Attorney Data Construction Dodge Reports Brown's Letters Burrelle's Information Services Town Clerk's Bulletin Board Supt. of Highways Hams I. Intent 1II. Technical Specifications A. Dump Body/Material Spreader B. Custom Low Mount Hitch C. Central Hydraulic System D. Tarping System E. Coating Specification III. Vendor Qualifications IV. Manufacturer's Requirements V. Submittals VI. Warranty I. Intent It is the intent of this document to describe one (1) dump body/material spreader, Iow mount hitch, tarp system with ground control and central hydraulic system. Dump Body underside shall be coated in Noxyde. Body shall be installed on chassis supplied by the Town Highway Department. The dump body/material spreader, snow plow hitch and central hydraulic system shall be built to the manufacturer's standard. It shall be equipped with the manufacturer's equipment and accessories which are included in the advertised and published literature for the unit. No such item of equipment or accessories shall be removed or omitted for the reason that it was not specified in the bid. The successful bidder shall deliver to the Town of Southold, a new and previously unused unit in complete working order, which meets or exceeds the various specifications and requirements described herein. Bids will only be accepted from dealers authorized to conduct sales, service, warranty and repair for all chassis components. In addition, the items listed below shall be considered as part and parcel to the bid and the property of the Town of Southold. 1. Specifications - in the event an alternate is bid, the vendor shall at the time of the bid submit two (2) copies of the technical description/specification of the unit and components he / she proposes to furnish. (i.e. chassis, hydraulic system, snow plow). Said representations should be sufficiently detailed so as to address this bid on an item by item basis. Specifications submitted by vendors shall be instrumental in substantiating compliance with this bid. 2. Brochures-in the event an alternate is bid, each vendor shall at the time of the bid submit two (2)copies of manufacturers color brochures depicting current production model, by means of photograph, of the unit and components he / she proposes to furnish. (Xerox, Fax Copy, or Artist sketch not acceptable.) Brochures should be sufficiently details so as to clearly illustrate general arrangement and fabrication of the chassis, hydraulic system, coating system. 3. Warranty~ Copy of the manufacturer's warrantee on the dump body shall be included at the time of bid. In the event an alternate is bid, the Town reserves the right to request a demonstration within 10 days of notification. Demonstration will be conducted within the Town of Southold, free of charge. Delivery will be a factor of critical importance in the award of this bid. Vendors must state guaranteed delivery date in calendar days. Vendors are cautioned to be realistic in quoting delivery as a late penalty of $100 per day any be imposed for every day beyond the stated delivery date. Enforcement shall be at the sole discretion of the Superintendant of Highways. Failure on the part of any bidder to comply with each of the aforementioned mandatory requirements may result in the rejection of his or her bid. II. ~chnical Specification A. , m~p Body GL L: F~AL 1. ~ese specifications shall describe a multi- pu )se dump body and material spreader eq ped with a telescopic hoist mounted at th. ,ont of the body, a center line conveyor a~, ~ spinner chute located at the rear of tile 2. he unit, as bid, shall be a current design ar~ ! production unit. Bidders shall submit cu~ ent literature for the make and model being Compliance Yes N,:~ Exception] Y Y Din~ensions Th~ struck capacity of the unit being bid shall be ,~.4 cubic yards without sideboards or 9.7 ,'~,~,~c yards with sideboards. Th.~ body inside length shall be 10' and the inside body width shall be 95" to maximize capacity and provide a lower center of gravity of Ihe unit. !he overall length of the unit shall not exceed 10' from front of cradle to rear of hinge. side height above the sills shall be 36". T ," tailgate height above ~he ::ills shall be 48". "'~ head sheet height above lhe sills shall be !; ..~ body shall be equipped wilh 4" wide eboard pockets that taper in height from 12" ~he front, to 6" at the rear o! the body. Y Y Y Y Y Y Y Compliance Yes No Exception Side and Headsheet The design of the side sheet/floor shall be such that the vertical surface (side wall) transforms into a horizontal surface (floor) through a large self cleaning radius. The result of this transformation shall be a flat dump body floor su~ face, not less than 48" wide allowing for the transportation of palletized materials, barrels, and sign posts and other like items. This design shall also provide for the clean unloading of free flowing materials. All body seams shall be fully welded both inside and out. The head sheet and side sheets are to be 7- gauge HSLA, 65,000 PSI tensile strength, with 50,000 PSI yield strength. HEADSHEET Continued: Both the side sheets/floor and the head sheet shall be constructed from one piece material. Seams from splicing material will not be allowed. A boxed top rail, sloped inward to aid in preventing material from resting on the rail, shall be constructed from 7-gauge grade 50 steel. The construction shall be such that the top formed lip of the side shall overlap the channel formed rail to provide for double material thickness. The rear corner posts are full depth from top of ihe tailgate to the bottom of the longitudinal sills and are constructed from 7- gauge grade 50 steel. The longitudinal sills, corner posts and rear apron are all tied together with a 7- gauge steel plate to provide further reinforcement to this area. Full length fenders shall be fully welded to the body side sheet. These fenders shall be flared outwardly to act as a material shedding surface and be constructed from 10-gauge steel. ¥ Compliance Yes No Exception The head sheet has a vertical surface at the top and then tapers rearward 33 degrees to reduce pressure on the center conveyor and to accommodate a front top-mount telescopic hoist. The top of the head sheet is reinforced with a 7-gauge grade 50 formed channel with further reinforcement occurring, with formed angles, at the bend line and above the front feedgate. Hoist The hoist design shall be a front mount top lift telescopic, NTEA class 7. The cylinder shall be 3 stage with a 94" stroke and a 5" diameter first stage. The connecting pivots shall have greaseable fittings and the connecting pins to be made from C1045 steel round. The cylinder tubes shall be nitrited and the cylinder shall be warranted for a period of 1 year. The cylinder base cradle shall be a frame mounted and fully welded modular assembly fabricated from 4" x 6" x 1/~,, structural steel angle. Rear Hinge Assembl~Z The rear hinge assembly shall be constructed from structural steel angle 6" x 8" x ½" with 2" stainless hinge pins connecting to the 2-1/2" hinge blocks. The bushings shall be a greaseless composite type and have minimal pin to bushing clearance. Compliance Yes No Exception Tailqate The tailgate shall be constructed from 7-gauge HSLA 65,000 PSI tensile strength steel with yield strength of 50,000 PSI. There shall be full perimeter boxing with all horizontal bracing to be sloped outward to sl~ed material. In addition there shall also be two 10-gauge horizontal braces with a sloped top surface The hinge plates shall be 1" flame-cut heavy- duty offset type. The tailgate pivots shall be flush mount 1/2" flame cut material. The latch hooks will be %" steel with the latch plates to be 3/8" carbon steel. The upper pins are to be 1-1/4" diameter 304 stainless, The lower latch pins are to be 1-1/4" diameter CR1018 material, The tailgate latch mechanism shall be an air operated dual brake chamber (one at each latch position) type. Design shall allow the tailgate to be opened at the top and placed into a nearly horizontal position for the purpose of carrying and dumping brush, limbs, stumps, etc. Main Conveyor The 28" wide main conveyor shall be recessed within the 7-gauge 409 stainless steel formed inner and outer Iongitudinals and feed material to a feed gate located in the tailgate. ¥ ¥ Compliance Yes No Exception The main conveyor floor shall be constructed from 3/16" AR400 plate and fully welded to the longitudinal sills. 7-gauge grade 50 formed chain shields shall be fully welded and of design to protect the pintle side links. The multi ply belt over chain construction shall consist of two strands of 29,700 PSI tensile strength pintle chain with ½" x 1-1/2" cross bars welded to every other link. Belt shall be high heat rated and suitable tor asphalt. The drive and idler shafts shall be 2" CR1045 round with two 8-tooth drop forged steel sprockets keyed to each shaft. The conveyor gear case shall be 25:1 reduction; rear mounted planetary drive. Worm gear or spur gear will not be considered acceptable. The drive motor shall be a high torque hydraulic type with a minimum of 4.9 cubic inch displacement. The motor will drive the gear case through a SAE 6B splined shaft. Keyed couplings are not acceptable. Conveyor adjustment shall take place through two 2" conveyor type take-up bearings. Flange or pillow-block bearings used for the purpose of conveyor adjustment is not acceptable, Compliance Yes No Exception The longitudinal sills must be equipped with slots at the bearing mounting points that allow the entire front or rear shaft, bearing and sprocket assembly to be removed as an assembly for ease in maintenance. The vertical rear feedgate panel shall be 7- gauge grade 50 and lever operated with 1" increments of adjustment. The adjustment is fixed through a positive locking mechanism. A cover of debris shedding design shall be provided on the tailgate, in the area around the feedgate, to aid in preventing the free flow of material on the conveyor and rear apron. _~)inner ']-he spinner assembly supplied must be capable of spreading granular material in a controlled pattern up to a distance of forty feet. The spinner assembly shall be mounted by means of two receiver tubes located on the lower rear sills. The square tubing frame will support a chute to direct the material to the spinner as well as the spinner assembly. The spinner chute will be equipped with a panel that will allow for conveying material and bypassing the spinner. The spinner assembly shall be adjustable from left to right, front to back, and up and down to obtain an accurate placement of material on the spinner disc. In addition the spinner assembly will be linked to the truck frame with a universally mounted parallel arm to keep the spinner parallel to the road surface if the body is raised. The spinner assembly shall be equipped with four adjustable baffles to control the width of material spread as well as the direction. Y Y Y Y Y Y Y 0 Compliance Yes No Exception The spinner hydraulic motor shall mount directly above the spinner disc. This motor shall be protected within a material shedding housing that is removable for motor serviceability. The distributor disc shall be 20" diameter, 10- gauge carbon steel, and equipped with six radial formed replaceable fins. ~j:)tional Equipment Conveyor Cover - 7-gauge grade 50 panel designed to protect conveyor cross bars and chain shields during periods of "non-conveyor use". Panel must be designed for ease in installation as well as ease in securing to the body. Side Mount Access Ladder- Ladder shall be of rugged design and hinged from the bottom of body up. From body bottom down steps shall be spring protected 304 Stainless Steel Spinner Disc- Poly Disc in lieu of standard steel disc. Disc is equipped with replaceable fins. Sloped steel side boards - 7-gauge grade 50 steel panels to be fully welded when installed. Top of panel to be of debris shedding design. B. CUSTOM LOW MOUNT HITCH Face Plate Shall have a height of not greater than 26" measured at the face of the hitch, Shall have a width of not less than 48" measured across the face of the hitch. l 0 Shall be not less than %" thick with 5" crimped top and bottom edges formed for greater rigidity. Shall serve as the mounting surface for plow lift a:;sembly, hinge ears, drive centers and all vertical reinforcements. Shall have two (2) outboard 5" x ½" vertical reinforcements which bolt to both frame extension on chassis and check plates. Cheek plates shall be fabricated of not less than 3/8" plate with 3" flanged edges & shall extend back as far as possible. Shall have two (2) inboard 5" x ½" vertical reinforcements. Ears shall be drilled for 1/~,, bolts Grade 5 minimum. Shall not extend above the chassis frame rails, so as to provide maximum clearance of tilt type hoods. Compliance Yes No Exception fl C. Central Hydraulic System Manufacturer - Component Technology Model - AS2 Pump Shall be Rexroth Model A10V071 or equal Shall be front crankshaft driven Shall be Load Sense, Pressure Compensated Shall be 11 GPM at 1000 RPM minimum rated, heavy duty, and hydraulic pump. Shall have 1%" keyed shaft for remote application. Shall have 7/8-13 spline shaft Shall be driven by Spicer 1310 drive line Shall have 4-7 degree operating angle Lines Pipes, hoses and fittings to be adequate size and capacity to accommodate the volume of oil required without undo heating all high pressure hoses to be sized to allow free flow of oil so as not to have undo back pressure High pressure hoses to be two (2) wire braid reinforced Iow pressure hoses in return lines to be of sufficient size to eliminate causation lines are to be spiral wire reinforced. Lines to have dripless quick disconnects where ever a unit/part must be removed for seasonal storage. Compliance Yes No Y Y Y Y Y Y Y Y Y Y Y Y Exception 12 Compliance Yes No Exception Valves Shall be Rexroth MP18 Shall be cable operated for dump body and plow functions. Shall be electric operated for spreader circuit. Shall be closed center design capable of use in open center application Shall have internal adjustment to control the speed/flow for the individual functions. For ease of plumbing and maintenance there shall be no external flow dividers, or flow restrictors. Valve to have enough sections to operate dump body cylinder SA, Plow Lift, conveyor and spinner. No plow reverse at all Shall be sectional type spool valve w/color coded weather tight connections on valve and sensors. Shall be of cast iron body type construction. Shall be pressure compensated. Shall have individual section flow compensators, allow adjustability of function speed, flow restrictions are unacceptable. Tank The hydraulic tank is to be fabricated of 10 ga, steel, baffled and chassis mounted Capacity of tank 30 gallons minimum Sight glass to be mounted on tank Y Y Y Y Y Y Y Y Y Y Y Y Y Y Compliance Yes No Exception A return line filter, GRESEN Model FB 203 33 Micron replaceable element with 1400 square inches of filtering area, built-in by pass valve and condition indicator gauge or prior approved equal. Removable 2" filter cap, magnetic drain trap Entire hydraulic system is to be installed by one supplier and shall be guaranteed against defects for a period of less than one year Shall have integral valve enclosure. Shall have automotive style weather stripping between the tank and the valve enclosure cover. Shall have continuity lights thereby automatically isolating "hydraulic" problems to either the mechanical or electrical portion of the system. Control Console Manufacturer shall be Component Technology Model AS2. Shall have nine position control for auger plus positive off position. Shall have five position control for spinner plus positive off position Shall have a separate blast push button for an instantaneous 100% auger dump. Blast button shall be orange in color to allow for immediate distinction. Control panel faceplate shall have recessed calibration access port for ease of access without removal. Calibration shall by means of h,md held digital display. ¥ ¥ 14 Compliance Yes No Exception :Two hand held display units shall be provided at time of delivery. Shall have adjustable minimum and maximum trims for both valves. Shall have adjustable PWM frequency. Shall have circuit breaker for short circuit protection. Shall have reverse polarity protection. Shall have 0 MPH shut off in automatic mode for spinner and auger. Shall be fully ground speed coordinated. Shall have toggle switch to allow for selection of manual or automatic control of sander Shall have independent positive off position for each valve control knob. Shall have power on indicator. Shall have twist lock CPC connector for simple removal and replacement. Shall have one power switch that removes alt ~,oower from both valves. Shall be flush mounted in the overhead console. _Wirin¢t All electrical components are to be protected by circuit breakers and exit the control box in two wiring looms. Installation All hoses, fittings and quick disconnect coupling will confirm to SAE standards Y Y Y Y Y Y Y Y Y Y Y Y Y Y Y Compliance Yes No Exception All hoses will be sized for minimum restrictions under generally accepted practices and have swivel fittings on both ends All hoses assemblies will be protected against chaffing and extreme heat and be held by accepted clamping methods to support them. All lines that see system pressure shall terminate in JIC of ODT fittings All quick disconnects shall be supplied with a complete set of dust caps Hydraulic lines to rear shall be steel S~Jction line from tank to pump shall be minimum ¥ of 2" High pressure line from pump to valve shall be minimum 1" Hydraulic quick disconnects shall be Aeroquip Series 5600 All lines shall be adequately secured to prevent vibration and chaffing Switches Shall have switches to control: calcium on/off, dump bodyup/down, plow up/down, plow left/right, strobe lights, and plow lights. All switches shall have integral backlit, permanently etched lenses for function identification. Shall be color-coded. D. TARPING SYSTEM Telescopic 2 inch tubular steel roller ,assembly, bearing plates, crank handle, rear tube, rope, cleats and rectangular economy mesh cover. Compliance Yes No Exception E. COATING SPECIFICATIONS 1. Manufacturer- Noxyde A. Product Description Product shall be an acrylic, abrasion ,resistant, rust preventive coating. Coating must be one part acrylic base self priming, thixotropic semi-paste coating that contains at least 36% highly elastic in water dispersed polymers. V.O.C. (Volatile Organic Compound) shall be 0.01 or less as evidenced by OSHA Form 174 MSDS. Coating cannot contain any lead, organic solvents, or bitumastic materials or other hazardous ingredients as evidenced by OSHA Form 174 Material Safety Data Sheet. Coating must be 100% waterproof. Coating must be 100% ultraviolet resistant so as not to breakdown as a result of long term exposure to sunlight. Coating must be capable of 200% elongation so as to completely prevent cracking due to expansion and contraction as well as dimpling resulting from impacts. Coating must afford excellent chemical resistance to acids alkalis, salts and fuels. Coating must be self-extinguishing. Coating must dry to a smooth texture. Y Y Y Y Y Y Y Y Y Y Y Coating dry film thickness shall be 14 ~mil. Coating samples wet and dry shall be submitted for evaluation at the time of the bid. B. Technical Performance Criteria Coatings offered shall have been tested in the following areas. Results as listed below shall be considered the minimum acceptable to the Town. Test documentation must be available upon request. Specific Gravity: Not less than 1.28, Solids by Weight: Not less than 57%. Spread Rate: 400 grams p/sq. meter, per coat at not less than 13 mils. Dry Time: 30 minutes at 70 degrees F. and 50% relative humidity. Cure Time: 48-72 hours after final coat. Application Temperature: Not less than 45 Degrees on substrate. Primer: 33 diluted Noxyde. Elasticity: 200% Compliance Yes No Exception ¥ ¥ Water Tightness: 14 mils, waterproof. Hardness: Shore "A" hardness 70. Vapor Permeability: 5.5 grams of vapor p/1 sq. meter per 24 hours. Fire Resistance: Self-Extinguishing. High Temperature Stability: Unaffected by temperatures of 250 degrees F. Salt Spray Test: 100% resistant. Aging and Adhesion: Unaffected after 800 hours of testing from 60 degrees C. to minus 20 degrees C. with rain, frost, UV light and humidity Sulfur Dioxide Resistance: Resistant of hot humid atmosphere of f% concentration of sulfur dioxide. Ozone Resistance: Unaffected by an environment containing 1 PPM ozone for 30 days. Hot Water Immersion: Unaffected after 1,000 hours immersion in 100 degrees F. water. Impact Resistance: 90 Newton's, no damage. ~,lkalis Resistance: Resists 100% against sodium hydroxide at pH 14 C. Compliance Yes No ¥ ¥ ¥ ¥ Exception Areas to be Coated: Dump body underside and snow plow hitch. Compliance Yes No Exception II1. Vender Qualifications Dump body, hydraulic system, tarp system, snow plow, snow plow hitch and rust preventive/ abrasion resistant coating and rust proofing must be supplied by the factory authorized distributors. Vendor must operate a full service facility and make that facility available upon request. Vendor must possess all equipment necessary to install and maintain all equipment specified. In order to qualify for warranty, coating must be applied by a certified applicator for the abrasion resistant/rust preventive coating system in strict accordance with manufacturers approved application and inspection guide lines. IV. Manufacturer's Requirements The manufacturer shall provide standardized factory maintenance and repair manuals for the unit supplied. The manufacturer's Statement of Product warranty shall be supplied. V. Submittals Vendor shall submit the following at the time of ':he bid for all alternates bid. Product Specifications Product Brochures Product Manuals (Both parts and service) Product Warranties 2O Compliance Yes No Exception ¥1. Warranty A one (1) year pads & labor on all system, components VII. Vendor Guarantee Bidder hereby guarantees; To save the Town, its agents and employees harmless from liability of any nature or kind for the use of any copyrighted or un-copyrighted composition, secret process, invention, article or appliance furnished or used in the performance hereof of which the Bidder is not the Patentee, assignee or licensee, and to defend any action brought against the Town in the name of the Town and under the direction of the Town Attorney at the sole cost of the Bidder or in the sole option of the Superintendent of Highways to pay the cost of such defense to the Town. 21 VI. Bid Response Sheet Price delivered Availability Days A/R/O "~ full as uanddUetrYsaUthOrinZdedrerepresent~i~e of :~~/~'~/j¢_.~...,,~A~. read, tood a cognized requirements of this bid. I have enclo~'e'd C~mplete copies of this specification, having been filled out in good faith and to the best of my knowledge for the items(s) being bid. 22 NON-COLLUSIVE BID CERTIFICATE The undersigned bidder certifies that this bid has been arrived at by the bidder independently and has been submitted without collusion with any other vendor of materials, supplies or equipment of the type described in the invitation for bids, and the contents of this bid have not been communicated by the bidder, nor, to its best knowledge and belief, by any of its employees or agents, to any person not an employee or agent of the bidder or its surety on any bond furnished herewith prior to the official opening of the bid. (Signed) (Corporate Tit~. (if any) Bid on mechanical combination dump/spreader truck body and snowplow push- frame and hoist "-lr'- ~i,.M UNICIPAL & CONTRACTORS' '~l~MENT RIUS inc. 458 JOHNSON AVENUE · PO BOX 158 · BOHEMIA, N.Y. 11716 631-244"8600 · FAX 631-244"8661 January l4,2003 Town of Southold Town Hall Southold, NY 11971 ATTN: Elizabeth Neville, Town Clerk Dear Ms. Neville, Enclosed please find our response to your request for bids for the purchase of One (1) New Mechanical Combination Dump/Spreader Truck Body and Snow Plow Push Frame and Hoist by the Town's Highway Department. Due to the proprietary nature of the specifications, we must take complete exception. However, the Town currently owns one or more Air Flo units we propose and we have enclosed the specifications, which describe what we propose. The concept of our product is the same, however, with differences in manufacturing technologies and patent protections, some design aspects differ. According to our records from parts and requests for service, as well as conversations with the Highway Department personnel, our product has given good service. Please accept our bid as meeting the intent of your request. GC:mn Town of Southold Specifications for: Dump Body/Material Spreader, Snow Plow Hitch Central Hydraulic System LEGAL NOTICE NOTICE TO BIDDERS NOTICE IS HEREBY GIVEN, in accordance with the provisions of Section 103 of the General Municipal Law, that sealed bids are sought and requested for the purchase of (1) new mechanical combination dump/spreader truck body and snowplow push-frame and hoist by the Southold Town Highway Department. A certified check in the amount of $100.00, will be received by the Town Clerk at the Southold Town Hall, 53095 Main Road, Southold, New York, until 10:00 A.M., Thursday, January 16, 2003, at which time they will be opened and read aloud in public. The Town Board of the town of Southold reserves the right to reject any and all bids and waive any and all informalities in any bid should it be deemed in the best interest of the Town of Southold to do so. All bids must be signed ired sealed in envelopes plainly marked "Bid on mechanical combination dump/spreader truck body and snowplow push-frame and hoist ", and submitted to the Town Clerk. The bid price shall not include any tax, federal, state, or local, from which the Town of Southold is exempt. Dated: December 3, 2002. ELIZABETH A. NEVILLE SOUTHOLD Town CLERK PLEASE PUBLISH ON JANUARY 2, 2002, AND FORWARD ONE (1) AFFIDAVIT OF PUBLICATION TO ELIZABETH NEVILLE, TOWN CLERK, TOWN HALL, PO BOX 1179, SOUTHOLD, NY 11971. Copies to the following: The Suffolk Times Town Board Members Town Attorney Data Construction Dodge Reports Brown's Letters Burrelle's Information Services Town Clerk's BUlletin Board Supt. of Highways Harris ][. Intent [[. Technical Specifications A. Dump Body/Material Spreader B. Custom Low Mount Hitch C. Central Hydraulic System D. Tarping System E. Coating Specification Ill. Vendor Qualifications IV. Manufacturer's Requirements V. Submittals VI. Warranty I. Intent It is the intent of this document to describe one (1) dump body/material spreader, Iow mount hitch, tarp system with ground control and central hydraulic system. Dump Body underside shall be coated in Noxyde. Body shall be installed on chassis supplied by the Town Highway Department. The dump body/material spreader, snow plow hitch and central hydraulic system shall be built to the manufacturer's standard. It shall be equipped with the manufacturer's equipment and accessories which are included in the advertised and published literature for the unit. No such item of equipment or accessories shall be removed or omitted for the reason that it was not specified in the bid. The successful bidder shall deliver to the Town of Southold, a new and previously unused unit in complete working order, which meets or exceeds the various specifications and requirements described herein. Bids will only be accepted from dealers authorized to conduct sales, service, warranty and repair for all chassis components. In addition, the items listed below shall be considered as part and parcel to the bid and the property of the Town of Southold. 1. Specifications - in the event an alternate is bid, the vendor shall at the time of the bid submit two (2) copies of the technical description/specification of the unit and components he / she proposes to furnish. (i.e. chassis, hydraulic system, snow plow). Said representations should be sufficiently detailed so as to address this bid on an item by item basis. Specifications submitted by vendors shall be instrumental in substantiating compliance with this bid. 2. Brochures - in the event an alternate is bid, each vendor shall at the time of the bid submit two (2)copies of manufacturers color brochures depicting current production model, by means of photograph, of the unit and components he / she proposes to furnish. (Xerox, Fax Copy, or Artist sketch not acceptable.) Brochures should be sufficiently details so as to clearly illustrate general arrangement and fabrication of the chassis, hydraulic system, coating system. 3. Warranty- Copy of the manufacturer's warrantee on the dump body shall be included at the time of bid. In the event an alternate is bid, the Town reserves the right to request a demonstration within 10 days of notification. Demonstration will be conducted within the Town of Southold, free of charge. Delivery will be a factor of critical importance in the award of this bid. Vendors must state guaranteed delivery date in calendar days. Vendors are cautioned to be realistic in quoting delivery as a late penalty of $100 per day any be imposed for every day beyond the stated delivery date. Enforcement shall be at the sole discretion of the Superintendant of Highways. Failure on the part of any bidder to comply with each of the aforementioned mandatory requirements may result in the rejection of his or her bid. Compliance Yes No Exception II. Technical Specification A. Dump Body GENERAL 1. These specifications shall describe a multi- purpose dump body and material spreader equipped with a telescopic hoist mounted at the front of the body, a center line conveyor and a spinner chute located at the rear of the body. 2. The unit, as bid, shall be a current design and production unit. Bidders shall submit current literature for the make and model being bid. Dimensions The struck capacity of the unit being bid shall be 6.4 cubic yards without sideboards or 9.7 cubic yards with sideboards. The body inside length shall be 10' and the inside body width shall be 95" to maximize capacity and provide a lower center of gravity of the unit. The overall length of the unit shall not exceed 10' from front of cradle to rear of hinge. The side height above the sills shall be 36". The tailgate height above the sills shall be 48". The head sheet height above the sills shall be 54". The body shall be equipped with 4" wide sideboard pockets that taper in height from 12" at the front, to 6" at the rear of the body. Please see enclosed letter and specifications. 4 Compliance Yes No Exception Side and Headsheet The design of the side sheet/floor shall be such that the vertical surface (side wall) transforms into a horizontal surface (floor) through a large self cleaning radius. The result of this transformation shall be a flat dump body floor surface, not less than 48" wide allowing for the transportation of palletized materials, barrels, and sign posts and other like items. This design shall also provide for the clean unloading of free flowing materials. All body seams shall be fully welded both inside and out. The head sheet and side sheets are to be 7- gauge HSLA, 65,000 PSI tensile strength, with 50,000 PSI yield strength. HEADSHEET Continued: Both the side sheets/floor and the head sheet shall be constructed from one piece material. Seams from splicing material will not be allowed. A boxed top rail, sloped inward to aid in preventing material from resting on the rail, shall be constructed from 7-gauge grade 50 steel. The construction shall be such that the top formed lip of the side shall overlap the channel formed rail to provide for double material thickness. The rear corner posts are full depth from top of the tailgate to the bottom of the longitudinal sills and are constructed from 7- gauge grade 50 steel. The longitudinal sills, corner posts and rear apron are all tied together with a 7- gauge steel plate to provide further reinforcement to this area. Full length fenders shall be fully welded to the body side sheet. These fenders shall be flared outwardly to act as a material shedding surface and be constructed from 10-gauge steel. Compliance Yes No Exception The head sheet has a vertical surface at the top and then tapers rearward 33 degrees to reduce pressure on the center conveyor and to accommodate a front top-mount telescopic hoist. The top of the head sheet is reinforced with a 7-gauge grade 50 formed channel with further reinforcement occurring, with formed angles, at the bend line and above the front feedgate. Hoist The hoist design shall be a front mount top lift telescopic, NTEA class 7. The cylinder shall be 3 stage with a 94" stroke and a 5" diameter first stage. The connecting pivots shall have greaseable fittings and the connecting pins to be made from C1045 steel round. The cylinder tubes shall be nitrated and the cylinder shall be warranted for a period of 1 year. The cylinder base cradle shall be a frame mounted and fully welded modular assembly fabricated from 4" x 6" x ½' structural steel angle. Rear Hinqe Assembly The rear hinge assembly shall be constructed from structural steel angle 6" x 8" x ½" with 2" stainless hinge pins connecting to the 2-1/2" hinge blocks. The bushings shall be a greaseless composite type and have minimal pin to bushing clearance. Compliance Yes No Exception Tail.qate The tailgate shall be constructed from 7-gauge HSLA 65,000 PSI tensile strength steel with yield strength of 50,000 PSI. There shall be full perimeter boxing with all horizontal bracing to be sloped outward to shed material. In addition there shall also be two 10-gauge horizontal braces with a sloped top surface The hinge plates shall be 1" flame-cut heavy- duty offset type. The tailgate pivots shall be flush mount 1/2" flame cut material. The latch hooks will be %" steel with the latch plates to be 3/8" carbon steel. The upper pins are to be 1-1/4" diameter 304 stainless. The lower latch pins are to be 1-1/4" diameter CR1018 material. The tailgate latch mechanism shall be an air operated dual brake chamber (one at each latch position) type. Design shall allow the tailgate to be opened at the top and placed into a nearly horizontal position for the purpose of carrying and dumping brush, limbs, stumps, etc. Main Conveyor The 28" wide main conveyor shall be recessed within the 7-gauge 409 stainless steel formed inner and outer Iongitudinals and feed material to a feed gate located in the tailgate. 7 ComPliance Yes No Exception The main conveyor floor shall be constructed from 3/16" AR400 plate and fully welded to the longitudinal sills. 7-gauge grade 50 formed chain shields shall be fully welded and of design to protect the pintle side links. The multi ply belt over chain construction shall consist of two strands of 29,700 PSI tensile strength pintle chain with ½" x 1-1/2" cross bars welded to every other link. Belt shall be high heat rated and suitable for asphalt. The drive and idler shafts shall be 2" CR1045 round with two 8-tooth drop forged steel sprockets keyed to each shaft. The conveyor gear case shall be 25:1 reduction; rear mounted planetary drive. Worm gear or spur gear will not be considered acceptable. The drive motor shall be a high torque hydraulic type with a minimum of 4.9 cubic inch displacement. The motor will drive the gear case through a SAE 6B splined shaft. Keyed couplings are not acceptable, Conveyor adjustment shall take place through two 2" conveyor type take-up bearings. Flange or pillow-block bearings used for the purpose of conveyor adjustment is not acceptable. Compliance Yes No Exception The longitudinal sills must be equipped with slots at the bearing mounting points that allow the entire front or rear shaft, bearing and sprocket assembly to be removed as an assembly for ease in maintenance. The vertical rear feedgate panel shall be 7- gauge grade 50 and lever operated with 1" increments of adjustment. The adjustment is fixed through a positive locking mechanism. A cover of debris shedding design shall be provided on the tailgate, in the area around the feedgate, to aid in preventing the free flow of material on the conveyor and rear apron. Spinner The spinner assembly supplied must be capable of spreading granular material in a controlled pattern up to a distance of forty feet. The spinner assembly shall be mounted by means of two receiver tubes located on the lower rear sills. The square tubing frame will support a chute to direct the material to the spinner as well as the spinner assembly. The spinner chute will be equipped with a panel that will allow for conveying material and bypassing the spinner. The spinner assembly shall be adjustable from left to right, front to back, and up and down to obtain an accurate placement of material on the spinner disc. In addition the spinner assembly will be linked to the truck frame with a universally mounted parallel arm to keep the spinner parallel to the road surface if the body is raised. The spinner assembly shall be equipped with four adjustable baffles to control the width of material spread as well as the direction. Compliance Yes No Exception The spinner hydraulic motor shall mount directly above the spinner disc. This motor shall be protected within a material shedding housing that is removable for motor serviceability. The distributor disc shall be 20" diameter, 10- gauge carbon steel, and equipped with six radial formed replaceable fins. Optional Equipment Conveyor Cover - 7-gauge grade 50 panel designed to protect conveyor cross bars and chain shields during periods of "non-conveyor use". Panel must be designed for ease in installation as well as ease in securing to the body. Side Mount Access Ladder - Ladder shall be of rugged design and hinged from the bottom of body up. From body bottom down steps shall be spring protected 304 Stainless Steel Spinner Disc - Poly Disc in lieu of standard steel disc. Disc is equipped with replaceable fins. Sloped steel side boards - 7-gauge grade 50 steel panels to be futly welded when installed. Top of panel to be of debris shedding design. B. CUSTOM LOW MOUNT HITCH Face Plate Shall have a height of not greater than 26" measured at the face of the hitch. Shall have a width of not less than 48" measured across the face of the hitch. l0 Compliance Yes No Exception Shall be not less than ½" thick with 5" crimped top and bottom edges formed for greater rigidity. Shall serve as the mounting surface for plow lift assembly, hinge ears, drive centers and all vertical reinforcements. Shall have two (2) outboard 5" x ½" vertical reinforcements which bolt to both frame extension on chassis and check plates. Cheek plates shall be fabricated of not less than 3/8" plate with 3" flanged edges & shall extend back as far as possible. Shall have two (2) inboard 5" x ½" vertical reinforcements. Ears shall be drilled for ½" bolts Grade 5 minimum. Shall not extend above the chassis frame rails, so as to provide maximum clearance of tilt type hoods. ]! Compliance Yes No Exception C. Central Hydraulic System Manufacturer - Component Technology Model - AS2 Pump Shall be Rexroth Model A10V071 or equal Shall be front crankshaft driven Shall be Load Sense, Pressure Compensated Shall be 11 GPM at 1000 RPM minimum rated, heavy duty, and hydraulic pump. Shall have 1%" keyed shaft for remote application. Shall have 7/8-13 spline shaft Shall be driven by Spicer 1310 drive line Shall have 4-7 degree operating angle Lines Pipes, hoses and fittings to be adequate size and capacity to accommodate the volume of oil required without undo heating all high pressure hoses to be sized to allow free flow of oil so as not to have undo back pressure High pressure hoses to be two (2) wire braid reinforced Iow pressure hoses in return lines to be of sufficient size to eliminate causation lines are to be spiral wire reinforced. Lines to have dripless quick disconnects where ever a unit/part must be removed for seasonal storage. Compliance Yes No Exception Valves Shall be Rexroth MP18 Shall be cable operated for dump body and plow functions. Shall be electric operated for spreader circuit. Shall be closed center design capable of use in open center application Shall have internal adjustment to control the speed/flow for the individual functions. For ease of plumbing and maintenance there shall be no external flow dividers, or flow restrictors. Valve to have enough sections to operate dump body cylinder SA, Plow Lift, conveyor and spinner. No plow reverse at all Shall be sectional type spool valve w/color coded weather tight connections on valve and sensors. Shall be of cast iron body type construction. Shall be pressure compensated. Shall have individual section flow compensators, allow adjustability of function speed, flow restrictions are unacceptable. Tank The hydraulic tank is to be fabricated of 10 ga. steel, baffled and chassis mounted Capacity of tank 30 gallons minimum Sight glass to be mounted on tank Compliance Yes No Exception A return line filter, GRESEN Model FB 203 33 Micron replaceable element with 1400 square inches of filtering area, built-in by pass valve and condition indicator gauge or prior approved equal. Removable 2" filter cap, magnetic drain trap Entire hydraulic system is to be installed by one supplier and shall be guaranteed against defects for a period of less than one year Shall have integral valve enclosure. Shall have automotive style weather stripping between the tank and the valve enclosure cover. Shall have continuity lights thereby automatically isolating "hydraulic" problems to either the mechanical or electrical portion of the system. Control Console Manufacturer shall be Component Technology Model AS2. Shall have nine position control for auger plus positive off position. Shall have five position control for spinner plus positive off position Shall have a separate blast push button for an instantaneous 100% auger dump. Blast button shall be orange in color to allow for immediate distinction. Control panel faceplate shall have recessed calibration access port for ease of access Without removal. Calibration shall by means of hand held digital display. Compliance Yes No Exception ,:Two hand held display units shall be provided at 'time of delivery. Shall have adjustable minimum and maximum trims for both valves. Shall have adjustable PWM frequency. Shall have circuit breaker for short circuit protection. Shall have reverse polarity protection. Shall have 0 MPH shut off in automatic mode for spinner and auger. Shall be fully ground speed coordinated. Shall have toggle switch to allow for selection of manual or automatic control of sander Shall have independent positive off position for each valve control knob. Shall have power on indicator. Shall have twist lock CPC connector for simple removal and replacement. Shall have one power switch that removes all i~ower from both valves. Shall be flush mounted in the overhead console. Wirin.q All electrical components are to be protected by circuit breakers and exit the control box in two wiring looms. installation All hoses, fittings and quick disconnect coupling will confirm to SAE standards Compliance Yes No Exception All hoses will be sized for minimum restrictions under generally accepted practices and have swivel fittings on both ends All hoses assemblies will be protected against chaffing and extreme heat and be held by accepted clamping methods to support them. All lines that see system pressure shall terminate in JIC of ODT fittings All quick disconnects shall be supplied with a complete set of dust caps Hydraulic lines to rear shall be steel Suction line from tank to pump shall be minimum of 2" High pressure line from pump to valve shall be minimum 1" Hydraulic quick disconnects shall be Aeroquip Series 5600 All lines shall be adequately secured to prevent vibration and chaffing Switches Shall have switches to control: calcium on/off, dump bodyup/down, plow up/down, plow leftJright, strobe lights, and plow lights. All switches shall have integral backlit, permanently etched lenses for function identification. Shall be color-coded. D. TARPING SYSTEM Telescopic 2 inch tubular steel roller ~ssembly, bearing plates, crank handle, rear tube, rope, cleats and rectangular economy mesh cover. t6 Compliance Yes No Exception E. COATING SPECIFICATIONS 1. Manufacturer - Noxyde A. Product Description Product shall be an acrylic, abrasion ,resistant, rust preventive coating. Coating must be one part acrylic base self priming, thixotropic semi-paste coating that contains at least 36% highly elastic in water dispersed polymers. V.O.C. (Volatile Organic Compound) shall be 0.01 or less as evidenced by OSHA Form 174 MSDS. Coating cannot contain any lead, organic solvents, or bitumastic materials or other hazardous ingredients as evidenced by OSHA Form 174 Material Safety Data Sheet. Coating must be 100% waterproof. Coating must be 100% ultraviolet resistant so as not to breakdown as a result of long term exposure to sunlight. Coating must be capable of 200% elongation so as to completely prevent cracking due to expansion and contraction as well as dimpling resulting from impacts. Coating must afford excellent chemical resistance to acids alkalis, salts and fuels. Coating must be self-extinguishing. Coating must dry to a smooth texture. Compliance Yes No Coating dry film thickness shall be 14 ~mil. Coating samples wet and dry shall be submitted for evaluation at the time of the bid. B. Technical Performance Criteria Coatings offered shall have been tested in the following areas. Results as listed below shall be considered the minimum acceptable to the Town. Test documentation must be available uPon request. Specific Gravity: Not less than 1.28. Solids by Weight: Not less than 57%. Spread Rate: 400 grams p/sq. meter, per coat at not less than 13 mils. Dry Time: 30 minutes at 70 degrees F. and 50% relative humidity. Cure Time: 48-72 hours after final coat. Application Temperature: Not less than 45 Degrees on substrate. Primer: 33 diluted Noxyde. Elasticity: 200% tS Exception Compliance Yes No Water Tightness: 14 mils, waterproof. Hardness: Shore "A" hardness 70. Vapor Permeability: 5.5 grams of vapor p/1 sq. meter per 24 hours. Fire Resistance: :Self-Extinguishing. High Temperature Stability: Unaffected by temperatures of 250 degrees F. Salt Spray Test: 100% resistant. Aging and Adhesion: Unaffected after 800 hours of testing from 60 degrees C. to minus 20 degrees C. with rain, frost, UV light and humidity Sulfur Dioxide Resistance: Resistant of hot humid atmosphere of ,z% concentration of sulfur dioxide. Ozone Resistance: Unaffected by an environment containing 1 PPM ozone for 30 days. Hot Water Immersion: Unaffected after 1,000 hours immersion in 100 degrees F. water. Impact Resistance: 90 Newton's, no damage. Alkalis Resistance: Resists 100% against sodium hydroxide at pH 14 C. Exception Compliance Yes No Exception Areas to be Coated: Dump body underside and snow plow hitch. ][][]~, Vender Qualifications Dump body, hydraulic system, tarp system, snow plow, snow plow hitch and rust preventive/ abrasion resistant coating and rust proofing must be supplied by the factory authorized distributors. Vendor must operate a full service facility and make that facility available upon request. Vendor must possess all equipment necessary to install and maintain all equipment specified. In order to qualify for warranty, coating must be ~applied by a certified applicator for the abrasion resistantJrust preventive coating system in strict accordance with manufacturers approved application and inspection guide lines. IV. Manufacturer's Requirements The manufacturer shall provide standardized factory maintenance and repair manuals for the unit supplied. The manufacturer's Statement or Product warranty shall be supplied. V. Submittals ~endor shall submit the following at the time of the bid for all alternates bid. Product Specifications Product Brochures Product Manuals (Both pads and service) Product Warranties 2O Compliance Yes No Exception VI. Warranty A one (1) year parts & labor on all system, components VII. Vendor Guarantee Bidder hereby guarantees; To save the Town, its agents and employees harmless from liability of any nature or kind for the use of any copyrighted or un-copyrighted composition, secret process, invention, article or appliance furnished or used in the performance hereof of which the Bidder is not the Patentee, assignee or licensee, and to defend any action brought against the Town in the name of the Town and under the direction of the Town Attorney at the sole cost of the Bidder or in the sole option of the Superintendent of Highways to pay the cost of such defense to the Town. 21 VI. Bid Response Sheet Price delivered Availability $. 28,205.00 60 - 90 Days A/R/O I Gary Cervelli as a duty authorized representative of Tr±us, Inc. have full read, understood and recognized the requirements of this bid. I have enclosed complete copies of this specification, having been filled out in good faith and to the best of my knowledge for the items(s) being bid. Dated: January 14, 2003 22 NON-COLLUSIVE BID CERTIFICATE The undersigned bidder certifies that this bid has been arrived at by the bidder independently and has been submitted without collusion with any other vendor of materials, supplies or equipment of the type described in the invitation for bids, and the contents of this bid have not been communicated by the bidder, nor, to its best knowledge and belief, by any of its employees or agents, to any person not an employee or agent of the bidder or its surety on any bond furnished herewith prior to the official opening of the bid. (Signed) ~ (Colpor/ate Title~'5 (if any) President Bid on mechanical combination dump/spreader truck body and snowplow push- frame and hoist The Henderson Munibody that is being bid exceeds the sp~flc~ons in the following areas: Capacity - 6.9 cu. yds without side boards / 9.8 cubic yards with aide boards Standard Munibody design includes one piece side to floor incorporating a 6" floor to side radius. The floor slopes 22 dogr~s to the conveyor to f~ilitate self-cle~nlr~g of free flowing materials. Without this design, material will not flow to the conveyor and load The rear comerposts of the Mum'body is also reinforced with with a ~A' stool plate that helps prevent flexin~ of the rear cornerposts when thc tailgate is opened at the top. This %" plate also str~nEthens the tailgate latch assembly. The hoist is a ~mnlon mount nitrided telescopic that lifts st the bottom o£the body vers~ top pin mount for added stability. When the cylinder is dow~ it'ii'~overcd - protecting it from thc elements. Thc trait ha~ greas~less composite bushings e]imln"~'ing the requimu~t for srease z~rts. The cylinder has a 2~rcar v,~,,~,,iy. (versus the 1 year cylinder warranty spedfied) Desigu of thc tailgate is full double acting- and will lay down coi~,letely horizontally The body head sheet does have a sloped front to enhimce material flow to the center conveyor, however has an internal protective do~house for the hoist that also c~umce~ capacity o£the body. The optional cover plate is 3/16' ~ - more than 3 timc~ the strength of the specified Grade 50 steel. Therc are over 500 Henderson Munibodies in service throughout the United States has be~u in production for over 5 years. Town of Southold Specifications for: Dump Body/Material Spreader, Snow Plow Hitch Central Hydraulic System LEGAL NOTICE NOTICE TO BIDDERS NOTICE IS HEREBY GIVEN, in accordance with the provisions of Section 103 of the General Municipal Laws that sealed bids are sought and requested for the purchase of (1) new mechanical combination dump/spreader truck body and snowplow push-frame and hoist by the Southold Town Highway Department. A certified check in the amount of $100.00, will be received by the Town Clerk at the Southold Town Hall, 53095 Main Road, Southold, New York, until 10:00 A.M., Thursday, January 16, 2003, at which time they will be opened and read aloud in public. The Town Board of the town of Southold reserves the right to reject any and all bids and waive any and all informalities in any bid should it be deemed in the best interest of the Town of Southold to do so. All bids must be signed trod sealed in envelopes plainly marked "Bid on mechanical combination dump/spreader truck body and Snowplow push-frame and hoist ", and submitted to the Town Clerk. The bid price shall not include any tax, federal, state, or local, from which the Town of Southold is exempt. Dated: December 3, 2002. ELIZABETH A. NEVILLE SOUTHOLD TOWN CLERK PLEASE PUBLISH ON JANUARY 2, 2002, AND FORWARD ONE (1) AFFIDAVIT OF PUBLICATION TO ELIZABETH NEVILLE, TOWN CLERK, TOWN HALL, PO BOX 1179, SOUTHOLD, NY 11971. Copies to the following: The Suffolk Times Town Board Members Town Attorney Data Construction Dodge Reports Brown's Letters · Burrelle's Information Services · Town Clerk's Bfilletin Board Supt. of Highways Harris 1. Intent ][I. Technical Specifications A. Dump Body/Material Spreader B. Custom Low Mount Hitch C. Central Hydraulic System D. Tarping System E. Coating Specification II1. Vendor Qualifications IV. Manufacturer's Requirements V. Submittals VI. Warranty I. Intent It is the intent of this document to describe one (1) dump body/material spreader, Iow mount hitch, tarp system with ground control and central hydraulic system. Dump Body underside shall be coated in Noxyde. Body shall be installed on chassis supplied by the Town Highway Depadment. The dump body/material spreader, snow plow hitch and central hydraulic system shall be built to the manufacturer's standard. It shall be equipped with the manufacturer's equipment and accessories which are included in the advertised and published literature for the unit. No such item of equipment or accessories shall be removed or omitted for the reason that it was not specified in the bid. The successful bidder shall deliver to the Town of Southold, a new and previously unused unit in complete working order, which meets or exceeds the various specifications and requirements described herein. Bids will only be accepted from dealers authorized to conduct sales, service, warranty and repair for all chassis components. In addition, the.items listed below shall be considered as part and parcel to the bid and the property of the Town of Southold. 1. Specifications - in the event an alternate is bid, the vendor shall at the time of the bid submit two (2) copies of the technical description/specification of the unit and components he / she proposes to furnish. (i.e. chassis, hydraulic system, snow plow). Said representations should be sufficiently detailed so as to address this bid on an item by item basis. Specifications submitted by vendors shall be instrumental in substantiating compliance with this bid. 2. Brochures - in the event an alternate is bid, each vendor shall at the time of the bid submit two (2)copies of manufacturers color brochures depicting current production model, by means of photograph, of the unit and components he / she proposes to furnish. (Xerox, Fax Copy, or Artist sketch not acceptable.) Brochures should be sufficiently details so as to clearly illustrate general arrangement and fabrication of the chassis, hydraulic system, coating system. 3. Warranty- Copy of the manufacturer's warrantee on the dump body shall be included at the time of bid. In the event an alternate is bid, the Town reserves the right to request a demonstration within 10 days of notification. Demonstration will be conducted within the Town of Southold, free of charge. Delivery will be a factor of critical importance in the award of this bid. Vendors must state guaranteed delivery date in calendar days. Vendors are cautioned to be realistic in quoting delivery as a late penalty of $100 per day any be imposed for every day beyond the stated delivery date. Enforcement shall be at the sole discretion of the Superintendant of Highways. Failure on the part of any bidder to comply with each of the aforementioned mandatory requirements may result in the rejection of his or her bid. Compliance Yes No Exception Ii. Technical Specification A. Dump Body GENERAL 1. These specifications shall describe a multi- purpose dump body and material spreader equipped with a telescopic hoist mounted at the front of the body, a center line conveyor and a spinner chute located at the rear of the body. 2. The unit, as bid, shall be a current design and production.unit. Bidders shall submit current literature for the make and model being bid. Dimensions ~he~uck capacity of the unit being bids~ e 6.~,)cubic yards without sideboards o 9~.7 Cubic yards with sideboards. -- The body inside length shall be 10' and the inside body width shall be(~)to maximize ~ capacity and provide a lower center of gravity of the unit. The overall length of the unit shall not exceed 10' from front of cradle to rear of hinge. The side height above the sills shall be 36". The tailgate height above the sills shall be 48". The head sheet height above the sills shall be 54". The body shall be equipped with 4" wide sideboard pockets that taper in height from 12" at the front, to 6" at the rear,of the body. 4 Compliance Yes No Exception Side and Headsheet r.The design of the side sheet/floor shall be such that the vertical surface (side wall) transforms into a horizontal surface (floor) through a large self cleaning radius. The result of this transformation shall be a fiat dump body floor surface, not less than 48' wide allowing for the transportation of palletized materials, barrels, and sign posts and other like items. This design shall also provide for the clean unloading of free flowing materials. All body seams shall be fully welded both inside and out. The head sheet and side sheets are to be 7- gauge HSLA, 65,000 PSI tensile strength, with §0,000 PSI yield strength. HEADSHEET Continued: Both the side sheets/floor and the head sheet shall be constructed from one piece material. Seams from splicing material will not be allowed. A boxed top rail, sloped inward to aid in preventing material from resting on the rail, shall be constructed from 7-gauge grade 50 steel. The construction shall be such that the top formed lip of the side shall overlap the channel formed rail to provide for double material thickness. The rear corner posts are full depth from top of t the ta'ilgate to the bottom of the longitudinal sills and are constructed from 7- gauge grade 50 steel. The longitudinal sills, corner posts and rear apron are all tied together with a 7- gauge steel plate to provide further reinforcement to this area. Full length fenders shall be fully welded to the body side sheet. These fenders shall be flared outwardly to act as a material shedding surface and be constructed from 10-gauge steel. 5 Compliance Yes No Exception The head sheet has a vertical surface at the top and then tapers rearward 33 degrees to reduce pressure on the center conveyor and to accommodate a front top-mount telescopic hoist. The top of the head sheet is reinforced with a 7-gauge grade 50 formed channel with further reinforcement occurring, with formed angles, at the bend line and above the front feedgate. Hoist The hoist design shall be a front moun~ telescopic, NTEA class 7. The cylinder shall be 3 stage with a 94" stroke and a 5' diameter first stage. The connecting pivots shall have greaseable fittings and the connecting pins to be made from C1045 steel round. The cylinder tubes shall be nitrited and the cylinder shall be warranted for a period of~l~) year. The cylinder base cradle shall be a frame mounted and fully welded modular assembly [abricated from 4" x 6" x ¼, structural steel angle. Rear Hinqe Assembly The rear hinge assembly shall be constructed from structural steel angle 6" x 8" x W' with 2" stainless hinge pins connecting to the 2-1/2" hinge blocks. The bushings shall be a greaseless composite type and have minimal pin to bushing clearance. Compliance Yes No Exception Tailqate The tailgate shall be constructed from 7-gauge HSLA 65,000 PSI tensile strength steel with yield strength of 50,000 PSI. There shall be full perimeter boxing with all horizontal bracing to be sloped outward to shed material. In addition there shall also be two 10-gauge horizontal braces with a sloped top surface The hinge plates shall be 1" flame-cut heavy- duty offset type. The tailgate pivots shall be flush mount 1/2" flame cut material. The latch hooks will be %" steel with the latch plates to be 3/8" carbon steel. The~;tainless.Upper pins are to be 1-1/4" diameter 304 The lower latch pins are to be 1-1/4" diameter CR1018 material. The tailgate latch mechanism shall be an air operated dual brake chamber (one at each latch position) type. Design shall allow the tailgate to be opened at the top and placed into a nearly horizontal position for the purpose of carrying and dumping brush, limbs, stumps, etc. Main Conveyor The 28" wide main conveyor shall be recessed within the 7-gauge 409 stainless steel formed inner and outer Iongitudinals and feed material to a feed gate located in the tailgate. 7 ComPliance Yes No Exception The main con_.ve?r .fl?o.r shall be constructed from 3J16.6.6.~ ~'A_A_R40g_ plate and fully welded to the longitudinal sills. 7-gauge grade 50 formed chain shields shall be fully welded and of design to protect the pintle side links. The multi ply belt over chain construction shall consist of two strands of.2,~q~zo_o p_SI tensile strength pintle chain wit YtC.,~-l-1/2'~cross bars welded to every other~in .~E7''--~ Belt shall be high heat rated and suitable for asphalt' ,, The drive and idler shafts shall be2 CR1045 iound with two 8-tooth drop forged steel Sprockets keyedto each.shaft. Th,e c.o. nveyor gear case shall be 25:1 reaucdon; rear mounted planetary drive. Worm gear or spur gear will not be considered acceptable. The drive motor shall be a high torque hydraulic type with a minimum of 4.9 cubic inch displacement. The motor will drive the gear case through a SAE 6B splined shaft. Keyed couplings are not acceptable. Conveyor adjustment shall take place through two 2" conveyor type take-up bearings. Flange or pillow-block bearings used for the purpose Of conveyor adjustment is not acceptable. 8 Compliance Yes No Exception The longitudinal sills must be equipped with slots at the bearing mounting points that allow the entire front or rear shaft, bearing and sprocket assembly to be removed as an assembly for ease in maintenance. The vertical rear feedgate panel shall be 7- gauge grade 50 and lever operated with 1" increments of adjustment. The adjustment is fixed through a positive locking mechanism. ,~f debris shedding design shall be provided on the tailgate, in the area around the feedgate, to aid in preventing the free flow of material on the conveyor and rear apron. Spinner The spinner assembly supplied must be capable of spreading.granular material in a. controlled pattern up to a distance of forty feet. The spinner assembly shall be mounted by means of two receiver tubes located on the lower rear sills. The square tubing frame will support a chute to direct the matedal to the spinner as well as the spinner assembly. The spinner chute will be equipped with a panel that Will allow for conveying material and bypassing the spinner. The spinner assembly shall be adjustable from left to right, front to back, and up and down to obtain an accurate placement of material on the spinner disc. In addition the spinner assembly will be linked to the truck frame with a universally mounted parallel arm to keep the spinner parallel to the road surface if the body is raised. The spinner assembly shall be equipped with four adjustable baffles to control the width of material spread as well as the direction. Compliance Yes No Exception The spinner hydraulic motor shall mount directly above the spinner disc. This motor shall be protected within a material shedding housing that is removable for motor serviceability. The distributor disc shall be 20 diameter, 10- gauge carbon steel, and equipped with six radial formed replaceable fins. ~1~1~'~ Optional Equipment Conveyor Cover - 7-gauge grade 50 panel designed to protect conveyor cross bars and chain shields during periods of "non-conveyor use". Panel must be designed for ease in installation as well as ease in securing to the body. Side Mount Access Ladder- Ladder shall be of rugged design and hinged from the bottom of body up. From body bottom down steps shall be spring protected 304 Stainless Steel Spinner Disc - Poly Disc in lieu of standard steel disc. Disc is equipped with replaceable fins. Sloped steel side boards - 7-gauge grade 50 steel panels to be fully welded when installed. Top of panel to be of debris shedding design. B. CUSTOM LOW MOUNT HITCH Face Plate Shall have a height of not greater than 26" measured at the face of the hitch. Shall have a width of not less than 48" measured across the face of the hitch. ]0 Compliance Yes No Exception Shall be not less than ¼" thick with 5" crimped top and bottom edges formed for greater rigidity. Shall serve as the mounting surface for plow lift assembly, hinge ears, drive centers and all vertical reinforcements. Shall have two (2) outboard 5" x ~" vertical reinforcements which bolt to both frame extension on chassis and check plates. Cheek plates shall be fabricated of not less than 3/8" plate with 3" flanged edges & shall extend back as far as possible. Shall have two (2) inboard 5' x ¼" vertical reinforcements. .Ears shall be drilled for ½" bolts Grade 5 minimum. Shall not extend above the chassis frame rails, so as to provide maximum clearance of tilt type hoods. ]! Compliance Yes No Exception C. Central Hydraulic System Manufacturer - Component Technology Model - AS2 Pump Shall be Rexroth Model A10V071 or equal Shall be front crankshaft driven Shall be Load Sense, Pressure Compensated Shall be 11 GPM at 1000 RPM minimum rated, heavy duty, and hydraulic pump. Shall have 1%" keyed shaft for remote Application. Shall have 7/8-13 spline shaft Shall be driven by Spicer 1310 drive line Shall have 4-7 degree operating angle Lines Pipes, hoses and fittings to be adequate size and capacity to accommodate the volume of oil required without undo heating all high pressure hoses to be sized to allow free flow of oil so as not to have undo back pressure High pressure hoses to be two (2) wire braid i-einforced Iow pressure hoses in return lines to be of sufficient size to eliminate causation lines are to be spiral wire reinforced. Lines to have dripless quick disconnects where ever a unit/part must be removed for seasonal storage. Compliance Yes No Exception Valves Shall be Rexroth MP18 Shall be cable operated for dump body and plow functions. Shall be electric operated for spreader cimuit. Shall be closed center design capable of use in open center application Shall have internal adjustment to control the speed/flow for the individual functions. For ease of plumbing and maintenance there shall be no external flow dividers, or flow restrictors. Valve to have enough sections to operate dump body cylinder SA, Plow Lift, conveyor and spinner. No plow reverse at all Shall be sectional type spool valve w/color coded weather tight connections on valve and ~ensors. Shall be of cast iron body type construction. Shall be pressure compensated. Shall have individual section flow compensators, allow adjustability of function speed, flow restrictions are unacceptable. Tank The hydraulic tank is to be fabricated of 10 ga. steel, baffled and chassis mounted Capacity of tank 30 gallons minimum Sight glass to be mounted on tank 13 A return line filter, GRESEN Model FB 203 33 Micron replaceable element with 1400 square inches of filtering area, built-in by pass valve and condition indicator gauge or prior approved equal. Removable 2" filter cap, magnetic drain trap Entire hydraulic system is to be installed by one supplier and shall be guaranteed against defects for a pedod of less than one year Shall have integral valve enclosure. Shall have automotive style weather stripping between the tank and the valve enclosure cover. ~hall have continuity lights thereby automatically isolating "hydraulic" problems to either the mechanical or electrical portion of the system. Control Console Manufacturer shall be Component Technology Model AS2. Shall have nine position control for auger plus positive off position. Shall have five position control for spinner plus positive off position Shall have a separate blast push button for an instantaneous 100% auger dump. Blast button shall be orange in color to allow for !mmediate distinction. Control panel faceplate shall have recessed ~alibration access port for ease of access Without removal. Calibration shall by means of hand held digital display. Compliance Yes No Exception Compliance Yes No Exception .~wo hand held display units shall be provided at ~[ime of delivery. Shall have adjustable minimum and maximum trims for both valves. Shall have adjustable PWM frequency. Shall have circuit breaker for shod circuit protection, Shall have reverse polarity protection. Shall have 0 MPH shut off in automatic mode for Spinner and auger. ~hall be fully ground speed coordinated. Shall have toggle switch to allow for selection of manual or automatic control of sander Shall have independent positive off position for each valve control knob. Shall have power on indicator. Shall have twist lock CPC connector for simple removal and replacement. Shall have one power switch that removes all power from both valves. ~ha,I be flush mounted in the overhead console._J Wirin.q All electrical components are to be protected by circuit breakers and exit the control box in two wiring looms. Installation All hoses, fittings and quick disconnect coupling will confirm to SAE standards ]5 Compliance Yes No Exception All hoses will be sized for minimum restrictions under generally accepted practices and have swivel fittings on both ends All hoses assemblies will be protected against chaffing and extreme heat and be held by accepted clamping methods to support them. All lines that see system pressure shall terminate in JIC of ODT fittings All quick disconnects shall be supplied with a iComplete set of dust caps Hydraulic lines to rear shall be steel Suction line from tank to pump shall be minimum Of 2" High pressure line from pump to valve shall be minimum 1" Hydraulic quick disconnects shall be Aeroquip Series 5600 All lines shall be adequately secured to prevent vibration and chaffing Switches ~ £ Sba, , ve switches Lcr dumP bodyup/down, ~ up/down, plow 5 V~*t~c~-- ~ le~right, strobe lig~, add plow lights. All switches shall have integral backlit, permanently etched lenses for function identifi~tion. Shall be color-coded. D. TARPING SYSTEM Telescopic 2 inch tubular steel roller assembly, bearing plates, crank handle, ~ear tube, rope, cleats and rectangular economy mesh cover. E. COATING SPECIFICATIONS 1. Manufacturer- Noxyde A. Product Description ,Product shall be an acrylic, abrasion · resistant, rust preventive coating. 'Coating must be one part acrylic base Self priming, thixotropic semi-paste coating that contains at least 36% highly elastic in water dispersed polymers. V.O.C. (Volatile Organic Compound) shall be 0.01 or less as evidenced by OSHA Form 174 MSDS. Coating cannot contain any lead, organic solvents, or bitumastic materials or other hazardous ingredients as ~videnced by OSHA Form 174 'Material Safety Data Sheet. Coating must be 100% waterproof. Coating must be 100% ultraviolet resistant so as not to breakdown as a result of long term exposure to sunlight. Coating must be capable of 200% elongation so as to completely prevent cracking due to expansion and contraction as well as dimpling resulting from impacts. Coating must afford excellent chemical resistance to acids alkalis, salts and fuels. Coating must be self-extinguishing. Compliance Yes No Exception Coating must dry to a smooth texture. ]7 Coating dry film thickness shall be 14 ~mil. i Coating samples wet and dry shall be submitted for evaluation at the time of the bid. B. Technical Performance Criteria Coatings offered shall have been tested in the following areas. Results as listed below shall be considered the minimum acceptable to the Town. Test documentation must be available ~pon request. Specific Gravity: Not less than 1.28. Solids by Weight: Not less than 57%. Spread Rate: 400 grams p/sq. meter, per coat at not less than 13 mils. Dry Time: 30 minutes at 70 degrees F. and 50% relative humidity. Cure Time: 48-72 hours after final coat. Application Temperature: Not less than 45 Degrees on substrate. Primer: 33 diluted Noxyde. Elasticity: 2OO% Compliance Yes No Exception t8 Water Tightness: 14 mils, waterproof. Hardness: Shore "A" hardness 70. Vapor Permeability: 5.5 grams of vapor p/1 sq. meter per 24 hours. Fire Resistance: Self-Extinguishing. :High Temperature Stability: Unaffected by temperatures of 250 degrees F. Salt Spray Test: 100% resistant. Aging and Adhesion: Unaffected after 800 hours of testing from 60 degrees C. to minus 20 degrees C. with rain, frost, UV light and humidity Sulfur Dioxide Resistance: Resistant of hot humid atmosphere of 7% concentration of sulfur dioxide. Ozone Resistance: Unaffected by an environment containing I PPM ozone for 30 days. Hot Water Immersion: Unaffected after 1,000 hours immersion in 100 degrees F. water. Impact Resistance: 90 Newton's, no damage. Alkalis Resistance: .Resists 100% against sodium hydroxide ~t pH 14 C. Compliance Yes No Exception Compliance Yes No Areas to be Coated: Dump body underside and snow plow hitch. Exception ~]][. Vender Qualifications Dump body, hydraulic system, tarp system, ,snow plow, snow plow hitch and rust preventive/ abrasion resistant coating and rust proofing must be supplied by the factory authorized distributors. Vendor must operate a full service facility and make that facility available upon request. Vendor must possess all equipment necessary to install and maintain all equipment specified. In order to quality for warranty, coating must be iapplied by a certified applicator for the abrasion ~esistant/rust preventive coating system in strict accordance with manufacturers approved application and inspection guide lines. iV. Manufacturer's Requirements The manufacturer shall provide standardized factory maintenance and repair manuals for the unit supplied. The manufacturer's Statement of Product warranty shall be supplied. V. Submittals Vendor shall submit the following at the time of ~he bid for all alternates bid. ~roduct Specifications Product Brochures Product Manuals (Both parts and service) Product Warranties 20 Compliance Yes No Exception VI. Warranty A one (1) year parts & labor on all system, components VII. Vendor Guarantee Bidder hereby guarantees; To save the Town, its agents and employees harmless from liability of any nature or kind for the use of any copyrighted or un-copyrighted composition, secret process, invention, article or appliance fumished or used in the performance hereof of which the Bidder is not the Patentee, assignee or licensee, and to defend any action brought against the Town in the name of the Town and under the direction of the Town Attorney at the sole cost of the Bidder or in the sole option of the Superintendent of Highways to pay the cost of such defense to the Town. 21 VI. Bid Response Sheet Price delivered Availability Days NRIO ,~,~',~ I ~ o~1.,~ I~1,,~t'~-.'$ as a duty authorized representative of I/n'l~'t,/lt~,b,,,~'.,T' c=, have full read, understood and recognized the requirements of this bid. I have ~ncl6s~d complete copies of this specification, having been filled out in good faith and to the best of my knowledge for the items(s) being bid. Dated: NON-COLLUSIVE BID CERTIFICATE The undersigned bidder certifies that this bid has been arrived at by the bidder independently and has been submitted without collusion with any other vendor of materials, supplies or equipment of the type described in the invitation for bids, and the contents of this bid have not been communicated by the bidder, nor, to its best knowledge and belief, by any of its employees or agents, to any person not an employee or agent of the bidder or its surety on any bond furnished herewith prior to the official opening of the bid. (Signed) (Corporate Title) (if any) Bid on mechanical combination dump/spreader truck body and snowplow push- frame and hoist SPECIFICATIONS: FLO'N DUMP BODY, REAR SPREAD MODEL INTENT It is the intent of these specifications to describe a multi-use heavy duty dump body. This dump body shall have a telescopic hoist and an integral conveyor built into the floor for conveying and/or spreading ice control materials, chips for seal coating, asphalt or shoulder material. Since the body will be working in very demanding and adverse conditions, and to thus prevent obtaining an unproven proto type body of a similar design, the manufacturer shall have been in continual production of this specific type of body for a minimum of 5 years. The manufacturer shall also have built a minimum of 500 such units; and shall provide to the bidder a list of customers that includes names and phone numbers of a list of 50 different customers. These customers shall have working experience with the proposed model being bid, with a minimum operation time of at least 3 years. Product must be from original design manufacturer. BODY The overall length of the dump body shall be 10 feet. It shall have a struck capacity of 8 cubic yards without side boards. The straight vertical sides of the body shall be made of 7 gauge steel. The top of the sides shall be boxed with a "C" section closure and full welded. The boxed top rail shall be 5" deep and 4-1/4" wide. The comer post shall be made from 7 gauge steel and be 5" deep and 15" wide. It will mn full depth from the top of the gate to the bottom of the longitudinal and be full welded. The sides are supported by vertical gussets that are 4- 1/2" deep, 7" wide and full welded. The bottom of the sides will have a 45 degree sloped mb rail that is 5" wide. The tailgate shall be constructed of 7 gauge steel. There shall be four vertical gussets 6" wide 2-3/4" deep and full welded. There will be a boxed top horizontal gusset nmning full width that is 3" x 3-3/4" and full welded. The bottom horizontal rail shall be full width and sloped 45 degrees. The flat horizontal floor shall be made from ¼" steel. The center of the floor shall have a bar flight chain conveyor running the entire length of the body. The conveyor shall be flush with the floor of the dump body. The flat horizontal floor of the body and the bedplates of the conveyor, shall be supported the full length of by every 12" Hot Extruded, American Standard 4" Structural Steel I- Beam which is 7.7 lbs. per foot. Formed channels will not be accepted. There must be not less than (8) 4" structural I-beam supports per side of body. CONVEYOR HOOD The conveyor hood is mounted in a rear opening of the tailgate of the dump truck body. It shall be capable of being shifted to a forward extended position covering the rear end of the conveyor and to a rearward retracted position where a front face of the conveyor hood is flush with an inner face of the tailgate. For controlled and even tailgate spreading of material, the tailgate housing must be designed to rotate outside of the tailgate opening and thus leaving a flat inside steel plate that seals the opening down to the conveyor cover plate or barflight chain. For ease of adjustment, feedgate opening must be located outside of tailgate. Any feedgate design that must rotate through loaded material, is unacceptable. With the body loaded to full capacity, the feedgate must be easily adjustable by the operator without the use of tools or any other mechanical device. No exceptions to this requirement. A horizontally revolving feedgate is not acceptable. To facilitate the ease of feedgate adjustment, the coal door assembly must contain a separate smaller feedgate door located in the center of the coal door assembly. To adjust feedgate door, the door must move in a flat vertical plane within the coal door housing. The gate latch shall be made of V2" steel and have 1-1/4" pin. There will be threaded rod adjustments and have two yokes with 5/8" pins. The gate handle shall be supported by two angle irons ¼" x 2" x 3" with an 1-1/4" rod. This handle will have a safety chain with a ring that will slide over the handle. All moving joints shall be equipped with accessible grease fittings. DOGHOUSE To position more of the load toward the front of the truck and leave less open space between the cab and the body, the body shall have a 10" deep by 2' wide lift cylinder doghouse. The body must be able to be mounted with no more than 5" between the cab and the front body panel. CONVEYOR For ease of dumping operations, even tailgate spreading of aggregates, (i.e. spreader apron, side discharge or stone spreader) - the conveyor shall end flush with the rear of the body and shall not extend past the tailgate of the unit. When the conveyor chain is moving material toward the rear of the body, the material shall be fed through the doghouse opening in the tailgate. This movement of material through the tailgate shall be used for conveniently charging attachments such as paving hoppers and cross conveying shoulder machines. The rear of the floor and rear conveyor shall have no openings by which material shall pass through before it moves rearward through the doghouse in the tailgate. The rear of the floor and rear conveyor shall seal tight against the tailgate and doghouse in the tailgate when the coal door is closed. This tight seal shall eliminate any material leaking out of the body. The conveyor shall feed material rearward through the coal door of the tailgate. The conveyor shall be 32" minimum width. The sides of the conveyor which are also the longitudinal members of the body, shall be constructed of Hot Extruded American Standard 12" Structural Steel channel which is 20.7 lbs. per foot. Formed I-Beam channels will not be accepted. There shall be an adequate number of 3" channel bracing welded to the bottom of the channel iron longitudinals. This 3" channel bracing shall form the base of the unit that will rest on the trucks chassis. The dump body floor shall be so formed that it fully covers the pintle chain links, #D667X. The bar flight shall be IA" x 1-1/2" and welded to every link. The bedplate of the conveyor shall be made of iA" abrasion resistant steel. The coverage shall be powered by one 6:1 ratio spur gearbox mounted to the side of the 2" drive shaft. The gearbox shall be powered by a hydraulic motor. DRIVE ASSEMBLY COVER Shall be bolted in position easily detached to allow for ease of maintenance of rear drive assembly. IA CAB SHIELD Them shall be a IA cab shield supplied made of 10 gauge steel. The IA cab shield shall extend 22-1/2" from the front of the body and shall be reinforced vertically by (2) 2" x 2" x 3/16" angle iron. TELESCOPIC HOIST The hoist shall be of telescopic design, double acting and have a tmnion mounting. The trunion mount shall have a 1-7/8" pin. Capacity shall be 20 tons. It shall be designed to operate up to 2500 PSI and shall be self bleeding. It shall have lA" wall construction with bronze glands and pistons to assure a smooth and durable bearing surface. Each cylinder shall be internally sealed. The inside seals shall have a U-cup design made of nitral packing. The piston rod shall be machined from ASI 4140 and nitrated using the QPQ method to establish the following mechanical properties: Surface Hardness: Rockwell C60-C65 Surface Finish: RMS 20 (using ASTM B 117 salt spray) Approximately 7% surface area corrosion in 88 hours (or 10 times better than hard chrome plating) Fatigue Strength: Approximately 80% to 100% increase using QPQ as compared untreated sample. HYDRAULIC CONTROL To operate the unit as a spreader, there shall be two variable speed hydraulic cab controls mounted in the cab. One control knob will govern the conveyor speed and the other will govern the spinner or shoulder conveyor speed. COVER PLATE There shall be a cover plate over the conveyor made of 7 gauge steel. This plate will slide into position over the conveyor and then be bolted in place at the rear of the body. SPINNER ASSEMBLY The spinner disc shall be made of 10 gauge steel and be 20" in diameter. It shall have 6 formed vanes and be powered by a hydraulic motor mounted underneath the spinner disc. The disc shall be mounted to an "L" shaped arm. This ann shall be pin mounted in a tubing, which will be mounted to the chassis of the track. This "L" ann shall have 2 positions, one under the conveyor to receive material; the other position will be stowed under the truck chassis. LOAD COVER The dump body shall be fitted with a load cover mounted to the cab protector. The load cover shall consist of a telescoping roller assembly with bearing plates and bearings, wind deflector, control box with crank handle and friction brake, and vinyl coated mesh tarp for asphalt. The unit is activated by a reverse wound steel coil tension spring that works in conjunction with an arm system as one component. The framework is heavy duty 1-5/8" O.D. ten gauge steel tubing. Donovan 7000GL or equal. SPECIFICATIONS: CENTRAL HYDRAULIC SYSTEM HYDRAULIC PUMP - REXROTH PUMP MODEL A10VSO71DF1U30L The front mounted flow and pressure compensated pump shall be driven direct and in- line with the crankshaft through a double universal joint driveline. The hydraulic pump must be of piston type and capable of 35 GPM ~ 2000 RPM. Pressure sense line must be internally bled at the pump. Pump case drain must be plumbed directly to reservoir - not through retum line filter. LOW OIL SHUTDOWN A single normally open, two position, two way, poppet type solenoid valve must be mounted directly to the hydraulic pump discharge port in such a way as to stop all oil flow to the hydraulic system when energized. The solenoid valve must be wired directly to an in-tank mounted level indicator. The level indicator shall be of the float type and mounted from the top of the reservoir. When the float switch contacts close, the shut- down valve blocks pump flow and an annunciator on the main control will be activated. The momentary switch shall be wired in such a way as to de-energize the system shut- down to facilitate fault finding and equipment stowing. DRIVELINE The hydraulic pump is to be driven by a 1310 Series driveline off the engine harmonic balancer which must accept a 1310 Series flange yoke. The driveline can have no more than a 4 degree operating angle and must be assembled with proper slip movement. OPERATOR CONTROLS Hydraulic valve to be controlled from inside cab by remote cable control. Cable shall be of stainless steel core with no less than 100 lb. rating for pushing and pulling. Cable connection to valve spool must be enclosed and sealed with protective bonnet. The cab control levers must be capable of being stacked and tied together in desired order. HYDRAULIC VALVES - REXROTH VALVE MODEL MP 18 Central Hydraulic System valving shall be of mobil design to withstand exposure to de- icing chemicals and severe weather conditions without the use of a watertight enclosure. It shall be of cast iron construction, horizontally stackable and serviceable without disassembly. Each section must have built-in flow and pressure compensator to allow simultaneous operation regardless of any other system function. Sections for hoist, snow plow reverse and lift shall be operated manually. Spinner and auger sections must be incorporated into main valve assembly. Both spinner-auger sections are to be pilot operated and have manual oven'ides. All valving shall be mounted in one main valve assembly. Multiple valve assemblies are unacceptable. SANDER CONTROL - COMPU-SPREAD CS- 130 Controls for spinner and auger shall be of the rotary knob design. Each knob shall be a selector type with 10 detented positions 0-9, rheostat design switches are unacceptable. This control unit must automatically stop the conveyor and spinner when the vehicle stops moving. It must restart the conveyor and spinner when the vehicle begins to move. BLAST FEATURES A push on, push off type switch. The switch shall light in the "on" position. CABLE ASSEMBLIES All electrical cables supplied must come complete with attached watertight "quick disconnect" connectors, shielded, heavy duty industrial and anti-scuff and sheating. Wire joints must be soldered and heat shrink tubing used in all appropriate locations. The following lengths of cable will be used: a. From spreader control to main power - 18 Ga. Approx. 10 ft. b. From spreader control to speedometer - 18 Ga. Approx. 10 ft. c. From spreader control to valve assembly and feedback sensor- 18 GA. Approximately 25 ft. Valve sections will be stacked in the following order from inlet to outlet. Inlet Closed Center Inlet Spinner SA Proportional Coil Conveyor SA Proportional Coil Hoist DA Mech. With 500 PSI "A" Port Relief Plow Lift DA Mechanical Plow Reverse DA Mechanical Pressure Reducing Right Hand End Cover HYDRAULIC RESERVOIR Hydraulic reservoir to be a minimum of 40 gallon capacity and be constructed of 7 gauge steel. Due to service accessibility, a hydraulic reservoir incorporating an integral valve enclosure that is part of the hydraulic tank, will not be acceptable. The reservoir must be baffled, have a magnetic drain plug, lockable Protecto-Seal cap - NO EXCEPTION, and a suction strainer with a minimum 2" NPTF outlet. A minimum 5" diameter clean-out port and an in tank 10 micron return filter to be supplied. Reservoir shall also have an electrical low level indicator. HYDRAULIC LINES AND PLUMBING All hydraulic lines, pipes, hoses, and fittings shall be of sufficient capacity of accommodate the volume of oil without undue hating or turbulence in the system. A 2" suction line with a minimum SAE rating of 100-R4 must be used between the reservoir and the inlet of the pump. All of the pressure hoses, including the signal sensing line to the pump must have swivel fittings on both ends and have a minimum SAE rating of 100- R2. Return lines and the case drain line must have a minimum SAE rating of 100-R1. Hydraulic lines shall be routed to minimize interference with equipment and chassis components requiring periodic servicing. Appropriate support brackets, gommets, and ty-raps shall be provided to protect lines from abrasion, cutting and impact damage. Hoses shall not be installed near manifold or exhaust pipes so as to be affected by extreme heat. There shall he no pipe fittings used with any high pressure lines. Any and all hydraulic quick disconnect couplings used for spreader system and snow plow reversing system shall be of the bulkhead mounted style and be rigidly attached without the use of any hose clamp arrangements, (Loose hose ends are not acceptable). Dust cap for male ends and dust plugs for the female ends must be attached to couplers. Maximum distance allowed between support clamps on all hydraulic hoses shall be approximately 24". VALVE ENCLOSURES A valve enclosure will be provided for protection of wiring. Valve enclosure must be constructed of 10 gauge steel. Valve will be placed in an enclosure in such manner for complete servicing of valve. Enclosure must have cable restrain and not to be watertight. SPECIFICATIONS: LOW MOUNT CUSTOM DESIGNED TRUCK SNOW PLOW HITCH FOR TILT HOOD OR CAB APPLICATION GENERAL: These specifications describe a Low Mount Custom Designed Snow Plow Hitch specifically manufactured to attach to customer chassis. It shall consist of push frame and plow lifting device, and shall be ruggedly constructed of new material. It shall be manufactured by a recognized snow plow manufacturer. The intent of these specifications is to describe a plow hitch which will allow the cab or hood of the intended chassis to tilt forward for engine service without necessitating movement of the main vertical members. PUSH FRAME: Shall be of heavy plate, tubing and angle construction. The side plates shall be ½" thick, and shall extend back as far as practical from the front. Reinforcing ribs shall be welded to the side plates at the points of greatest stress, and provision for mounting a front P.T.O. type pump shall be incorporated into the design. In addition, two (2) extra heavy 2-1/2" pipe braces, with ballfoot ends shall be incorporated, so the transmit thrust from the lower push frame to the underside of the chassis frame rails at a point fore of the front axle. LIFTING DEVICE: Shall be of welded and bolted construction and shall be provided with not less than a 4" diameter by 5" stroke double acting ram, having a hard chrome plated piston rod, chevron type packing seal, with gland and adjustable bronze packing nut. The main vertical members shall be no less than 4 x 4 x ½ angle, the bottom mm support 5 x 3-1/2 x ½ angle and the top cross angle shall be 4 x 4 x ½. The lift arm and ram arrangement shall be capable of collapsing and pinning to a stowage position when the plow is not in use, so to shorten overall chassis length and minimize obstruction. The lifting device shall be designed to give a minimum vertical lift of 16". PLOWLIGHTS: As per DOT requirements. RUST PROTECTION SPECIFICATIONS UPPER BODY AREAS 1. Product applied must be Ziebart Super Extra Sealant 2. Product applied must meet FED. MIL. SPEC. MIL-C-0083933A(MR), which provides 100% seam penetration, 100% salt water immersion resistance, and superior flexibility at -20 degrees Fahrenheit. 3. Application must conform to FED. Standard 297-E. 4. Applicator must be a factory trained and certified Ziebart Technician with authorization to perform rust protection applications from a licensed Ziebart location within the County of Suffolk. UNDERSIDE AREA 1. Product applied must be Ziebart Formula Q Sealant. 2. Product must meet FED. MIL. SPEC. STD TT-C-520B. 3. Product applied must contain no asbestos or water retention fillers, be black in color, and pass all sag, abrasion resistance, cold temperature adhesion, and alkali and acid standards of TT-C-520B. 4. Applicator must be a factory trained and certified Ziebart Technician, with authorization to perform rust protection, applications from licensed Ziebart location within the County of Suffolk. WRITTEN WARRANTY 1. Ziebart applicator must supply a written insured full repair warranty for each vehicle rust protected. 2. Warranty duration will be for a period of not less than ten (10) years. MAINTENANCE RESPRAYS 1. Ziebart applicator must provide for annual resprays of critical seam areas on each vehicle, at no additional charge for reapplication, for a period often (10) years. This respmy may be performed at an authorized Ziebart location within Suffolk County, or at the municipality facilities, by an authorized Ziebart Certified Technician. FND;13 FND~14 ; 9~ 34" 7¥D 20TON 13' 46!' 13YD 38~ON FND~17 17' Air, FIo Mandfacturing reserves the righ to change design specifics OhS and u n s pr0d8otS ~0 ~ltered without prior notice. phone~ 607.522,3574 fax: 607.522,4412 US pateats ¢4886214, 5310119, 5397172, 5400974, 5437499 and other US and international patents pending '9t" CO PU SPR AD® preader Control System Simplicity in design, programming and operation Interchangeable with existing Compu-Spread® controllers Three modes of operation 10 user-programmable "Spread Width" and "Application Rate" settings One-touch, illuminated "BLAST" button Programming "Key-Lock" on rear of the controller The Iow-cost solution to material management. The C5~130-SC controller has three modes of operation: Manual Mode, 12 Volt l?iggered Manual Mode and Open-Loop Mode. The controller is easy to install, set-up and operate. The CS-130~SC provides many value-added features from an economically-priced controller. The compact and flexible design of the CS-130-SC accommodates a variety of mounting options. The CS-130-SC platform is based on that of the CS-230 controllen It is designed to be interchangeable, simply by unplugging one controller and plugging in the other. Once the settings are in place the contrQIler is ready for operation. Innovative material and metering solutions SFRINK AMERICA Sornedap you'll be · r _igl y you invested a C sto Hitch. ~t w~s some day! February 13, 1978; Providence, Rhode island. With main roads in the city and state covered with 26" of snow, all businesses, except grocery stores, were ordered closed by the Governor in a state of emergency. It was a day you'd be mighty thankful you invested in Frink. Frink Custom Hitches are custom-designed for your truck's chassis to give you the finite, integrated, plow-to- hitch-to-chassis performance a standard hitch rarely, if ever, provides. Each Frink Custom Hitch is designed after our engineers examine a special truck data sheet, (which we demand from our dealers before we ship), then manu- factured precisely to conform to your chassis' geometry. Built tough, too. Our Custom Hitches come to you with standard '/¢' thick side plates, and a standard 4" x 10" lift cylinder. Our super-durable side plate construction dis- tributes the Icad evenly over as wide an area as possible. So you can hitch assured, plow assured, rest assured. Show~ is the basic custom hitch for a 1981 Mack model RM6864 chassis. Note that various chassis options and con- figurations dictate side plate geometry, and few Custom Hitches will look exactly alike--even though the same Frink quality and integrity exists. Now you can have a custom-des~ned l~ttch for your tr~ck's chassis. Catalog CH-86 Youq_l find Frank's Universal amd I [tches leave to be desired. Tor-Lok® Quick Hitch. A patented, one-man, drive-in, self-locking mech- anism. The plow hook-up is accomplished in seconds. Available with all hitch styles, Tor-Lok® eliminates finger pinching and knuckle gnashing pin insertion. Protected under patents #3020066 and #659952 and 'Z~'~e 'O'~tertreme to ]~mper H:l.tch. manufactured under licensing agreement. Heavy steel channel construction, with supporting cross braces, this universal hitch fits all rear wheel drive trucks. F 13,000 For use with 21" drive centers.* F 14,000 For use with 31' drive centers.' F 15,000 With Tor-Lok® Quick Hitch.* F 22,000 Heavy-duty model with 31" drive centers Plows to 2,500 ~bs. 'Plows to 1,800 lbs. Fri~k Low-Moo_ut Custom H~tch. This special hitch accommodates most tilt-hood vehicles, and has been expressly designed by Frink engineers to ease engine access. The lift device folds to a carry position'when not in use. Aisc available as a Iow- mount uni-frame version, without custom side plates. (Not ]~'tn~' Clzstom T~t-T.~ ~; Device H~tch. This rugged, proven hitch has been developed for use on some tilt-hood vehicles. It's rugged, heavy-duty and buiit with the engineering quality you deserve and expect from Frink. This universal hitch has the strength and adaptability to fit virtually all rear wheel drive trucks. Designed for use with plows weighing up to 1,800 lbs. F 10,000 For use with 21" drive centers. F 19,000 For use with 31" drive centers. F 11,000 With Tor-Loke Quick Hitch. Someday, you'll need a custom or universa~ hitch to make your plowing hook-up, performance and operation e,~sier. When you dc, you'll b~ ;:~,~, ~ha,:; ~u: ~,~.~ specified Fdnk. Talk to your nearest Frink dealer today. Because someday may be here soon. TRIU$ INC. 458 JOHNSON AVE, BOX 158 BOHEMIA, NY 11716 (516) 244-8600 Un.t:b~..,~F 21,000. This light, yet rugged universal hitch is easy to install and accommodates plows to 1,800 lbs. Shown with standard, heavy-duty bumper. Consult Frink. F 21,000 For use with 4x2 applications. (21" and 31" drive centers). F 20,000 With Tor-Lok® Quick Hitch. F 26,000 For 4x4 applications, (21" and 31" drive centers). eFrink Sno-Plow$ Clayton, Hew York 13624 315-686-5531 We make the best snowplowing Investment you'll ever make. Prated in U.S,A. LEGAL NOTICE NOTIC~ TO BIDDERS NOT~-~ IS HEREBY GIVE.N, in accordance with the provisions of Section 103 of the General Municipal A certified check in the nmount of $100.00, will be received by the Town Clerk at the Soutbeld Town Hall. 53095 Main Road, Southold, New York, until 10:00 a.m., Thursday, Janunr3~ 16, 2003. at which time they will be opened and read aloud in public. The Town Board of the Town of Southoid reserves the right m reject any and all bids and waive any and all informalities th any bid should it be deemed in the best inter- est of the Town of Soutbeld to do so. All bids must be signed and sealed in envelopes plainly marked "Bid on mechnnicnl combination dmnu/ at.reader trnck body and snownlow ~". and submitted to the Town Clerk. The bid price shall not include any tax, federal, state, or l~cal, from which the Town of Southol~l is exempt. Dated: December 3, 2002. ELIZABETH A. NEVILLE SOUTHOLD TOWN CLERK 2579-1T J2 STATE OF NEW YORK) )SS: COUNTY OF~SU ~¢O ,[.K) ~_C',~-~cl~q~']~-I'- of Mattituck, in said county, being duly sworn, says that he/she is Principal clerk of THE SUFFOLK TIMES, a weekly newspaper, published at Mattituck, in the Town of Southold, County of Suffolk and State of New York, and that the Notice of which the annexed is a printed copy, has been regularly published in said Newspaper once each week for ] weeks succes- sively, commencing on the .~-.~r~ day ,-"Principal Clerk Sworn to before me this day of J,~..Z~l. 20 EAURA E. BONDARCHUK Notary Public, State of New York No 01B06067958 Qualified in Suffolk County My Commission Expires Dec. 24~ 20~~ 19/12 '02 THU 13:38 FAX 516 765 6145 SOUTHOLD CLERK ~001 *** TX REPORT *** ********************* TRANSMISSION OK TX/RX NO CONNECTION TEL CONNECTION ID ST. TIME USAGE T PGS, SENT RESULT 4047 2983287 Suffolk Times 19/12 13:37 00'49 2 OK ELIZABETH A. NEVILLE TOWN CLERK REGISTRAR OF VITAL STATISTICS MAP~RJ. AGE OFFICER RECORDS 1V~kNAGEMENT OFFICER FI%EEDOM OF INFORM-%TION OFFICER Town Hall, 53095 Main Road P.O. Box 1179 Southold, New York 11971 Fax (631) 765-6145 Telephone (631) 765-1800 southoldtown.northfork.net OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD TO: FROM: DATE: RE: FAX TRANSMITTAl, THE SUFFOLK TIMES ATT: JOAN ANN LYNDA M. BOHN 12/19/2002 LEGAL NOTICES FOR PUBLICATION IN 2002 Number of pages being faxed 2 including cover page If total transmittal is net received, please call 631 765-1800. PLEASE ACKNOWI.EDGE RECEIPT OF THIS LEGAL NOTICE WITHIN ONE (I) HOUR BY SIGNING BELOW AND RETURNING BY FAX TO 765-6145, ATTENTION: BETTY N£VILLE. THANK YOU. Received By D~e ELIZABETH A. NEVILLE TOWN CLERK REGISTRAR OF VITAL STATISTICS MARRIAGE OFFICER RECORDS MANAGEMENT OFFICER FREEDOM OF INFORMATION OFFICER Town Hail, 53095 Main Road P.O. Box 1179 Southold, New York 11971 Fax (631) 765-6145 Telephone (631) 765-1800 southoldtown.northfork.net OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD TO: FROM: DATE: RE: FAX TRANSMITTAL THE SUFFOLK TIMES ATT: JOAN ANN LYNDA M. BOHN 12/19/2002 LEGAL NOTICES FOR PUBLICATION IN 2002 Number of pages being foxed 2 including cover page If total transmittal is not received, please call 631 765-1800. PLEASE ACKNOWLEDGE RECEIPT OF THIS LEGAL NOTICE WITHIN ONE (1) HOUR BY SIGNING BELOW AND RETURNING BY FAX TO 765-6145, ATTENTION: BETTY NEVILLE. THANK YOU. Received By Date LEGAL NOTICE NOTICE TO BIDDERS NOTICE IS HEREBY GIVEN, in accordance with the provisions of Section 103 of the General Municipal Law, that sealed bids are sought and requested for the purchase of (1) new mechanical combination dump/spreader truck body and snowplow push-frame and hoist by the Southold Town Highway Department. A certified check in the amount of $100.00, will be received by the Town Clerk at the Southold Town Hall, 53095 Main Road, Southold, New York, until 10:00 A.M., Thursday, January 16, 2003, at which time they will be opened and read aloud in public. The Town Board of the town of Southold reserves the right to reject any and all bids and waive any and all informalities in any bid should it be deemed in the best interest of the Town of Southold to do so. All bids must be signed and sealed in envelopes plainly marked "Bid on mechanical combination dump/spreader truck body and Snowplow push-frame and hoist ", and submitted to the Town Clerk. The bid price shall not include any tax, federal, state, or local, from which the Town of Southold is exempt. Dated: December 3, 2002. ELIZABETH A. NEVILLE SOUTHOLD TOWN CLERK PLEASE PUBLISH ON JANUARY 2, 2002, AND FORWARD ONE (1) AFFIDAVIT OF PUBLICATION TO ELIZABETH NEVILLE, TOWN CLERK, TOWN HALL, PO BOX 1179, SOUTHOLD, NY 11971. Copies to the following: The Suffolk Times Town Board Members Town Attorney Data Construction Dodge Reports Brown's Letters Burrelle's Information Services Town Clerk's Bulletin Board Supt. of Highways Harris STATE OF NEW YORK) SS: COUNTY OF SUFFOLK) ELIZABETH A. NEVILLE, Town Clerk of the Town of Southold, New York being duly sworn, says that on the ,~ day of ~ 2002 she affixed a notice of which the annexed printed notice is a true copy, in, a proper and substantial manner, in a most public place in the Town of Southold, Suffolk County, New York, to wit: Town Clerk's Bulletin Board, Southold Town Hall, 53095 Main Road, Southold, New York. Legal Notice: Notice to Bidders for mechanical combination dump/spreader truck body and snowplow push-frame and hoist, bid opening at 10:00 a.m., Thursday, January 16, 2003 ESliz~be~h A~Neville Southold Town Clerk Sworn to before me this /~ day of ~. UNDA J. cooPER Notary Publio, State of New york No. :~.822563, Suffolk County .... Term Expiro~ December ELIZABETH A. NEVILLE TOWN CLERK REGISTRAR OF VITAL STATISTICS MARRIAGE OFFICER RECORDS MANAGEMENT OFFICER FREEDOM OF INFORMATION OFFICER Town Hall, 53095 Main Road P.O. Box 1179 Southold, New York 11971 Fax (631) 765-6145 Telephone (631) 765-1800 southoldtown.northfork.net OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD THIS IS TO CERTIFY THAT THE FOLLOWING RESOLUTION NO. 797 OF 2002 WAS ADOPTED AT THE REGULAR MEETING OF THE SOUTHOLD TOWN BOARD ON DECEMBER 3, 2002: RESOLVED that the Town Board of the Town of Southold hereby authorizes and directs Town Clerk Elizabeth Neville~ to advertise for bids for the purchase of(l) new mechanical combination dump/spreader truck body and snowplow push-frame and hoist for the Southold Town Highway Department. Elizabeth A. Neville Southold Town Clerk Town of Southold Specifications for: Dump Body/Material Spreader, Snow Plow Hitch Central Hydraulic System LEGAL NOTICE NOTICE TO BIDDERS NOTICE IS HEREBY GIVEN, in accordance with the provisions of Section 103 of the General Municipal Law, that sealed bids are sought and requested for the purchase of (1) new mechanical combination dump/spreader truck body and snowplow push-frame and hoist by the Southold Town Highway Department. A certified check in the amount of $100.00, will be received by the Town Clerk at the Southold Town Hall, 53095 Main Road, Southold, New York, until 10:00 A.M., Thursday, January 16, 2003, at which time they will be opened and read aloud in public. The Town Board of the town of Southold reserves the right to reject any and all bids and waive any and all informalities in any bid should it be deemed in the best interest of the Town of Southold to do so. All bids must be signed 3nd sealed in envelopes plainly marked "Bid on mechanical combination dump/spreader truck body and snowplow push-frame and hoist ", and submitted to the Town Clerk. The bid price shall not include any tax, federal, state, or local, from which the Town of Southold is exempt. Dated: December 3, 2002. ELIZABETH A. NEVILLE SOUTHOLD TOWIq/CLERK PLEASE PUBLISH ON JANUARY 2, 2002, AND FORWARD ONE (1) AFFIDAVIT OF PUBLICATION TO ELIZABETH NEVILLE, TOWN CLERK, TOWN HALL, PO BOX 1179, SOUTHOLD, NY 11971. Copies to the following: The Suffolk Times Town Board Members Town Attorney Data Construction Dodge Reports Brown's Letters Burrelle's Information Services Town Clerk's Bulletin Board Supt. of Highways Harris I. Intent II. Technical Specifications A. Dump Body/Material Spreader B. Custom Low Mount Hitch C. Central Hydraulic System D. Tarping System E. Coating Specification I11. Vendor Qualifications IV. Manufacturer's Requirements V. Submittals VI. Warranty I. Intent It is the intent of this document to describe one (1) dump body/material spreader, Iow mount hitch, tarp system with ground control and central hydraulic system. Dump Body underside shall be coated in Noxyde. Body shall be installed on chassis supplied by the Town Highway Department. The dump body/material spreader, snow plow hitch and central hydraulic system shall be built to the manufacturer's standard. It shall be equipped with the manufacturer's equipment and accessories which are included in the advertised and published literature for the unit. No such item of equipment or accessories shall be removed or omitted for the reason that it was not specified in the bid. The successful bidder shall deliver to the Town of Southold, a new and previously unused unit in complete working order, which meets or exceeds the various specifications and requirements described herein. Bids will only be accepted from dealers authorized to conduct sales, service, warranty and repair for all chassis components. In addition, the items listed below shall be considered as part and parcel to the bid and the property of the Town of Southold. 1. Specifications - in the event an alternate is bid, the vendor shall at the time of the bid submit two (2) copies of the technical description/specification of the unit and components he / she proposes to furnish. (i.e. chassis, hydraulic system, snow plow). Said representations should be sufficiently detailed so as to address this bid on an item by item basis. Specifications submitted by vendors shall be instrumental in substantiating compliance with this bid. 2. Brochures - in the event an alternate is bid, each vendor shall at the time of the bid submit two (2)copies of manufacturers color brochures depicting current production model, by means of photograph, of the unit and components he / she proposes to furnish. (Xerox, Fax Copy, or Artist sketch not acceptable.) Brochures should be sufficiently details so as to clearly illustrate general arrangement and fabrication of the chassis, hydraulic system, coating system. 3. Warranty- Copy of the manufacturer's warrantee on the dump body shall be included at the time of bid. In the event an alternate is bid, the Town reserves the right to request a demonstration within 10 days of notification. Demonstration will be conducted within the Town of Southold, free of charge. Delivery will be a factor of critical importance in the award of this bid. Vendors must state guaranteed delivery date in calendar days. Vendors are cautioned to be realistic in quoting delivery as a late penalty of $100 per day any be imposed for every day beyond the stated delivery date. Enforcement shall be at the sole discretion of the Superintendant of Highways. Failure on the part of any bidder to comply with each of the aforementioned mandatory requirements may result in the rejection of his or her bid. Compliance Yes No Exception II. Technical Specification A. Dump Body GENERAL 1. These specifications shall describe a multi- purpose dump body and material spreader equipped with a telescopic hoist mounted at the front of the body, a center line conveyor and a spinner chute located at the rear of the body. 2. The unit, as bid, shall be a current design and production unit. Bidders shall submit current literature for the make and model being bid. Dimensions The struck capacity of the unit being bid shall be 6.4 cubic yards without sideboards or 9,7 cubic yards with sideboards. The body inside length shall be 10' and the inside body width shall be 95" to maximize capacity and provide a lower center of gravity of the unit. The overall length of the unit shall not exceed 10' from front of cradle to rear of hinge. The side height above the sills shall be 36". The tailgate height above the sills shall be 48". The head sheet height above the sills shall be 54". The body shall be equipped with 4" wide sideboard pockets that taper in height from 12" at the front, to 6" at the rear of the body. 4 Compliance Yes No Exception Side and Headsheet The design of the side sheet/floor shall be such that the vertical surface (side wall) transforms into a horizontal surface (floor) through a large self cleaning radius. The result of this transformation shall be a flat dump body floor surface, not less than 48" wide allowing for the transportation of palletized materials, barrels, and sign posts and other like items. This design shall also provide for the clean unloading of free flowing materials. All body seams shall be fully welded both inside and out. The head sheet and side sheets are to be 7- gauge HSLA, 65,000 PSI tensile strength, with 50,000 PSI yield strength. HEADSHEET Continued: Both the side sheets/floor and the head sheet shall be constructed from one piece material. Seams from splicing material will not be allowed. A boxed top rail, sloped inward to aid in preventing material from resting on the rail, shall be constructed from 7-gauge grade 50 steel. The construction shall be such that the top formed lip of the side shall overlap the channel formed rail to provide for double material thickness. The rear corner posts are full depth from top of the tailgate to the bottom of the longitudinal sills and are constructed from 7- gauge grade 50 steel. The longitudinal sills, corner posts and rear apron are all tied together with a 7- gauge steel plate to provide further reinforcement to this area. Full length fenders shall be fully welded to the body side sheet. These fenders shall be flared outwardly to act as a material shedding surface and be constructed from 10-gauge steel. Compliance Yes No Exception The head sheet has a vertical surface at the top and then tapers rearward 33 degrees to reduce pressure on the center conveyor and to accommodate a front top-mount telescopic hoist. The top of the head sheet is reinforced with a 7-gauge grade 50 formed channel with further reinforcement occurring, with formed angles, at the bend line and above the front feedgate. Hoist The hoist design shall be a front mount top lift telescopic, NTEA class 7. The cylinder shall be 3 stage with a 94" stroke and a 5" diameter first stage. The connecting pivots shall have greaseable fittings and the connecting pins to be made from C1045 steel round. The cylinder tubes shall be nitrated and the cylinder shall be warranted for a period of 1 year. The cylinder base cradle shall be a frame mounted and fully welded modular assembly fabricated from 4" x 6" x ½" structural steel angle. Rear Hinqe Assembly The rear hinge assembly shall be constructed from structural steel angle 6" x 8" x ½" with 2" stainless hinge pins connecting to the 2-1/2" hinge blocks. The bushings shall be a greaseless composite type and have minimal pin to bushing clearance. Compliance Yes No Exception Tailqate The tailgate shall be constructed from 7-gauge HSLA 65,000 PSi tensile strength steel with yield strength of 50,000 PSI. There shall be full perimeter boxing with all horizontal bracing to be sloped outward to shed material. In addition there shall also be two 10-gauge horizontal braces with a sloped top surface The hinge plates shall be 1" flame-cut heavy- duty offset type. The tailgate pivots shall be flush mount 1/2" flame cut material. The latch hooks will be %" steel with the latch plates to be 3/8" carbon steel. The upper pins are to be 1-1/4" diameter 304 stainless. The lower latch pins are to be 1-1/4" diameter CR1018 material. The tailgate latch mechanism shall be an air operated dual brake chamber (one at each latch position) type. Design shall allow the tailgate to be opened at the top and placed into a nearly horizontal position for the purpose of carrying and dumping brush, limbs, stumps, etc. Main Conveyor The 28" wide main conveyor shall be recessed within the 7-gauge 409 stainless steel formed inner and outer Iongitudinals and feed material to a feed gate located in the tailgate. Compliance Yes No Exception The main conveyor floor shall be constructed from 3/16" AR400 plate and fully welded to the longitudinal sills. 7-gauge grade 50 formed chain shields shall be fully welded and of design to protect the pintle side links. The multi ply belt over chain construction shall consist of two strands of 29,700 PSI tensile strength pintle chain with ½" x 1-1/2" cross bars welded to every other link. Belt shall be high heat rated and suitable for asphalt. The drive and idler shafts shall be 2" CR1045 round with two 8-tooth drop forged steel sprockets keyed to each shaft. The conveyor gear case shall be 25:1 reduction; rear mounted planetary drive. Worm gear or spur gear will not be considered acceptable. The drive motor shall be a high torque hydraulic type with a minimum of 4.9 cubic inch displacement. The motor will drive the gear case through a SAE 6B splined shaft. Keyed couplings are not acceptable. Conveyor adjustment shall take place through two 2" conveyor type take-up bearings. Flange or pillow-block bearings used for the purpose of conveyor adjustment is not acceptable. Compliance Yes No Exception The longitudinal sills must be equipped with slots at the bearing mounting points that allow the entire front or rear shaft, bearing and sprocket assembly to be removed as an assembly for ease in maintenance. The vertical rear feedgate panel shall be 7- gauge grade 50 and lever operated with 1" increments of adjustment. The adjustment is fixed through a positive locking mechanism. A cover of debris shedding design shall be provided on the tailgate, in the area around the feedgate, to aid in preventing the free flow of material on the conveyor and rear apron. Spinner The spinner assembly supplied must be capable of spreading granular material in a controlled pattern up to a distance of forty feet. The spinner assembly shall be mounted by means of two receiver tubes located on the lower rear sills. The square tubing frame will support a chute to direct the material to the spinner as well as the spinner assembly. The spinner chute will be equipped with a panel that will allow for conveying material and bypassing the spinner. The spinner assembly shall be adjustable from left to right, front to back, and up and down to obtain an accurate placement of material on the spinner disc. In addition the spinner assembly will be linked to the truck frame with a universally mounted parallel arm to keep the spinner parallel to the road surface if the body is raised. The spinner assembly shall be equipped with four adjustable baffles to control the width of material spread as well as the direction. Compliance Yes No Exception The spinner hydraulic motor shall mount directly above the spinner disc. This motor shall be protected within a material shedding housing that is removable for motor serviceability. The distributor disc shall be 20" diameter, 10- gauge carbon steel, and equipped with six radial formed replaceable fins. Optional Equipment Conveyor Cover - 7-gauge grade 50 panel designed to protect conveyor cross bars and chain shields during periods of "non-conveyor use". Panel must be designed for ease in installation as well as ease in securing to the body. Side Mount Access Ladder - Ladder shall be of rugged design and hinged from the bottom of body up. From body bottom down steps shall be spring protected 304 Stainless Steel Spinner Disc- Poly Disc in lieu of standard steel disc. Disc is equipped with replaceable fins. Sloped steel side boards - 7-gauge grade 50 steel panels to be fully welded when installed. Top of panel to be of debris shedding design. B. CUSTOM LOW MOUNT HITCH Face Plate Shall have a height of not greater than 26" measured at the face of the hitch. Shall have a width of not less than 48" measured across the face of the hitch. t0 Compliance Yes No Exception Shall be not less than ½" thick with 5" crimped top and bottom edges formed for greater rigidity. Shall serve as the mounting surface for plow lift assembly, hinge ears, drive centers and all vertical reinforcements. Shall have two (2) outboard 5" x ½" vertical reinforcements which bolt to both frame extension on chassis and check plates. Cheek plates shall be fabricated of not less than 3/8" plate with 3" flanged edges & shall extend back as far as possible. Shall have two (2) inboard 5" x ½" vertical reinforcements. Ears shall be drilled for ½" bolts Grade 5 minimum. Shall not extend above the chassis frame rails, so as to provide maximum clearance of tilt type hoods. ]! Compliance Yes No Exception C. Central Hydraulic System Manufacturer - Component Technology Model - AS2 Pump Shall be Rexroth Model A10V071 or equal Shall be front crankshaft driven Shall be Load Sense, Pressure Compensated Shall be 11 GPM at 1000 RPM minimum rated, heavy duty, and hydraulic pump. Shall have 1%" keyed shaft for remote application. Shall have 7/8-13 spline shaft Shall be driven by Spicer 1310 drive line Shall have 4-7 degree operating angle Lines Pipes, hoses and fittings to be adequate size and capacity to accommodate the volume of oil required without undo heating all high pressure hoses to be sized to allow free flow of oil so as not to have undo back pressure High pressure hoses to be two (2) wire braid reinforced Iow pressure hoses in return lines to be of sufficient size to eliminate causation lines are to be spiral wire reinforced. Lines to have dripless quick disconnects where ever a unitJpart must be removed for seasonal storage. 12 Compliance Yes No Exception Valves Shall be Rexroth MP18 Shall be cable operated for dump body and plow functions. Shall be electric operated for spreader circuit. Shall be closed center design capable of use in open center application Shall have internal adjustment to control the speed/flow for the individual functions. For ease of plumbing and maintenance there shall be no external flow dividers, or flow restrictors. Valve to have enough sections to operate dump body cylinder SA, Plow Lift, conveyor and spinner. No plow reverse at all Shall be sectional type spool valve w/color coded weather tight connections on valve and sensors. Shall be of cast iron body type construction. Shall be pressure compensated. Shall have individual section flow compensators, allow adjustability of function speed, flow restrictions are unacceptable. Tank The hydraulic tank is to be fabricated of 10 ga. steel, baffled and chassis mounted Capacity of tank 30 gallons minimum Sight glass to be mounted on tank Compliance Yes No Exception A return line filter, GRESEN Model FB 203 33 Micron replaceable element with 1400 square inches of filtering area, built-in by pass valve and condition indicator gauge or prior approved equal. Removable 2" filter cap, magnetic drain trap Entire hydraulic system is to be installed by one supplier and shall be guaranteed against defects for a period of less than one year Shall have integral valve enclosure. Shall have automotive style weather stripping between the tank and the valve enclosure cover. Shall have continuity lights thereby automatically isolating "hydraulic" problems to either the mechanical or electrical portion of the system. Control Console Manufacturer shall be Component Technology IVIodel AS2. Shall have nine position control for auger plus positive off position. Shall have five position control for spinner plus positive off position Shall have a separate blast push button for an instantaneous 100% auger dump. Blast button shall be orange in color to allow for immediate distinction. Control panel faceplate shall have recessed calibration access port for ease of access without removal. Calibration shall by means of hand held digital display. 14 Compliance Yes No Exception ,Two hand held display units shall be provided at time of delivery. Shall have adjustable minimum and maximum trims for both valves. Shall have adjustable PWM frequency. Shall have circuit breaker for shod circuit protection. Shall have reverse polarity protection, Shall have 0 MPH shut off in automatic mode for spinner and auger. Shall be fully ground speed coordinated. Shall have toggle switch to allow for selection of manual or automatic control of sander Shall have independent positive off position for each valve control knob. Shall have power on indicator. Shall have twist lock CPC connector for simple removal and replacement. Shall have one power switch that removes all :)ower from both valves. Shall be flush mounted in the overhead console. Wirinq All electrical components are to be protected by circuit breakers and exit the control box in two wiring looms. Installation All hoses, fittings and quick disconnect coupling will confirm to SAE standards Compliance Yes No Exception All hoses will be sized for minimum restrictions under generally accepted practices and have swivel fittings on both ends All hoses assemblies will be protected against chaffing and extreme heat and be held by accepted clamping methods to support them. All lines that see system pressure shall terminate in JIC of ODT fittings All quick disconnects shall be supplied with a complete set of dust caps Hydraulic lines to rear shall be steel Suction line from tank to pump shatl be minimum of 2" High pressure line from pump to valve shall be minimum 1" Hydraulic quick disconnects shall be Aeroquip Series 5600 All lines shall be adequately secured to prevent vibration and chaffing Switches Shall have switches to control: calcium on/off, dump bodyup/down, plow up/down, plow left/right, strobe lights, and plow lights. All switches shall have integral backlit, permanently etched lenses for function identification. Shall be color-coded. D. TARPING SYSTEM Telescopic 2 inch tubular steel roller assembly, bearing plates, crank handle, ,'~ear tube, rope, cleats and rectangular economy mesh cover. Id Compliance Yes No Exception E. COATING SPECIFICATIONS 1. Manufacturer- Noxyde A. Product Description Product shall be an acrylic, abrasion ,resistant, rust preventive coating. Coating must be one part acrylic base self priming, thixotropic semi-paste coating that contains at least 36% highly elastic in water dispersed polymers. V.O.C. (Volatile Organic Compound) shall be 0.01 or less as evidenced by OSHA Form 174 MSDS. Coating cannot contain any lead, organic solvents, or bitumastic materials or other hazardous ingredients as evidenced by OSHA Form 174 Material Safety Data Sheet. Coating must be 100% waterproof. Coating must be 100% ultraviolet resistant so as not to breakdown as a result of long term exposure to sunlight. Coating must be capable of 200% elongation so as to completely prevent cracking due to expansion and contraction as well as dimpling resulting from impacts. Coating must afford excellent chemical ~-esistance to acids alkalis, salts and fuels. Coating must Coating must be self-extinguishing. dry to a smooth texture. t? Compliance Yes No Exception Coating dry film thickness shall be 14 ~mil. Coating samples wet and dry shall be submitted for evaluation at the time of the bid. B. Technical Performance Criteria Coatings offered shall have been tested in the following areas. Results as listed below shall be considered the minimum acceptable to the Town. Test documentation must be available upon request. Specific Gravity: Not less than 1.28. Solids by Weight: Not less than 57%. Spread Rate: 400 grams p/sq. meter, per coat at not less than 13 mils. Dry Time: 30 minutes at 70 degrees F. and 50% relative humidity. Cure Time: 48-72 hours after final coat. Application Temperature: Not less than 45 Degrees on substrate. Primer: 33 diluted Noxyde. Elasticity: 2OO% Compliance Yes No Exception Water Tightness: 14 mils, waterproof. Hardness: Shore "A" hardness 70. Vapor Permeability: 5.5 grams of vapor p/1 sq. meter per 24 hours. Fire Resistance: Self-Extinguishing. High Temperature Stability: Unaffected by temperatures of 250 degrees F. Salt Spray Test: 100% resistant. Aging and Adhesion: Unaffected after 800 hours of testing from 60 degrees C. to minus 20 degrees C. with rain, frost, UV light and humidity Sulfur Dioxide Resistance: Resistant of hot humid atmosphere of 7% concentration of sulfur dioxide. Ozone Resistance: Unaffected by an environment containing 1 PPM ozone for 30 days. Hot Water Immersion: Unaffected after 1,000 hours immersion in 100 degrees F. water. Impact Resistance: 90 Newton's, no damage. Alkalis Resistance: Resists 100% against sodium hydroxide 'atpH 14C. Compliance Yes No Exception Areas to be Coated: Dump body underside and snow plow hitch. III. Vender Qualifications Dump body, hydraulic system, tarp system, snow plow, snow plow hitch and rust preventive/ abrasion resistant coating and rust proofing must be supplied by the factory authorized distributors. Vendor must operate a full service facility and make that facility available upon request. Vendor must possess all equipment necessary to install and maintain all equipment specified. In order to qualify for warranty, coating must be applied by a certified applicator for the abrasion resistant/rust preventive coating system in strict accordance with manufacturers approved application and inspection guide lines. IV. Manufacturer's Requirements The manufacturer shall provide standardized factory maintenance and repair manuals for the unit supplied. The manufacturer's Statement of Product warranty shall be supplied. V. Submittals Vendor shall submit the following at the time of ~he bid for all alternates bid. Product Specifications Product Brochures Product Manuals (Both parts and service) Product Warranties 20 Compliance Yes No Exception VI. Warranty A one (1) year parts & labor on all system, components VII. Vendor Guarantee Bidder hereby guarantees; To save the Town, its agents and employees harmless from liability of any nature or kind for the use of any copyrighted or un-copyrighted composition, secret process, invention, article or appliance furnished or used in the performance hereof of which the Bidder is not the Patentee, assignee or licensee, and to defend any action brought against the Town in the name of the Town and under the direction of the Town Attorney at the sole cost of the Bidder or in the sole option of the Superintendent of Highways to pay the cost of such defense to the Town. 21 VI. Bid Response Sheet Price delivered $ Availability Days A/R/O as a duty authorized representative of have full read, understood and recognized the requirements of this bid. I have enclosed complete copies of this specification, having been filled out in good faith and to the best of my knowledge for the items(s) being bid. Signed: Dated: NON-COLLUSIVE BID CERTIFICATE The undersigned bidder certifies that this bid has been arrived at by the bidder independently and has been submitted without collusion with any other vendor of materials, supplies or equipment of the type described in the invitation for bids, and the contents of this bid have not been communicated by the bidder, nor, to its best knowledge and belief, by any of its employees or agents, to any person not an employee or agent of the bidder or its surety on any bond furnished herewith prior to the official opening of the bid. (Signed) (Corporate Title) (if any) Bid on mechanical combination dump/spreader truck body and snowplow push- frame and hoist