SPECIFICATIONS FOR TWO (2) 31 CU



CITY OF LONG BEACH

Purchasing Dept. – Room 509

1 West Chester Street

Long Beach, New York

CONTRACT DOCUMENTS

FOR

BID PROPOSAL: TWO (2) 31 CU. YD. REAR LOADIING

SANITATION VEHICLES

August 7, 2003

CITY OF LONG BEACH

NEW YORK

CITY MANAGER

HAROLD PORR III

CITY COUNCIL

JOEL CRYSTAL, PRESIDENT

GINA T. GUMA SCOTT K. NIGRO

DENIS G. KELLY LEONARD G. REMO

CORPORATION COUNSEL

WILLIAM G. HOLST

ATTENTION*******************

Read thoroughly "Instructions to Bidders" and the legal advertisement relative to bid and other details on submitting offers.

If bidder is a co-partnership, all partners must execute the bid, unless one partner has been authorized to sign for the co-partnership, in which case evidence of such authority shall be submitted.

If a bidder is a corporation, the President and Secretary shall execute the bid.

The Corporate Seal must be affixed.

In the event that this bid is executed by a Vice-President in lieu of the President, please attach hereto a certified copy of that section of Corporate By-Laws authorizing the Vice-President to execute contracts of this kind.

NOTICE TO BIDDERS

PLEASE TAKE NOTICE that sealed bids will be received and opened in

Room 509, Purchasing Dept., City Hall, Long Beach, N.Y. on Thursday, August 7, 2003 at 11:00 AM for the following:

TWO (2) 31 CU. YD. REAR LOADING

SANITATION VEHICLES

Sealed bids may be obtained on the City’s website at or by contacting the Purchasing Dept., Room 509, City Hall, Long Beach, N.Y. (516-431-1000 Ext. 203). The City of Long Beach reserves the right to reject any and all bids, to waive all formalities on same and to accept those bids which are in the best interest of the City of Long Beach.

Date: July 11, 2003

HAROLD PORR III

City Manager

SPECIFICATIONS FOR TWO (2) 31 CU. YD. REAR LOADING SANITATION VEHICLES AND TWO (2) STANDARD TRANSMISSION TRUCK CHASSIS

It is the intent of the City of Long Beach to purchase two (2) 31 Cu. Yd High Compaction Rear Loading Body and Low Entry Series Chassis complete in every respect. The Chassis and Packer Bodies shall be the manufacturer’s lastest model, modified to conform to the requirements of this specification and the entire unit, new, completely serviced and ready for use shall be supplied and delivered to the City of Long Beach. All parts not specifically mentioned which are necessary in order to furnish a complete unit shall be included and shall conform to the best practice known to the automotive, truck and sanitation equipment trade in strength, quality of material and workmanship.

The following documents form a part of this specification to the extent specified herein. Unless otherwise indicated, the issue in effect on date of invitation for bids or request for proposal shall apply:

a. Department of Health, Education and Welfare Control of Air Pollution for new motor vehicles and motor vehicle engines.

b. Department of Transportation, Federal Motor Vehicle Safety Standard, Motor Carrier Safety Regulations.

c. Society of Automotive Engineers, Inc., SAW Standards and Recommended Practices.

Any additions, deletions or variations from the following specifications must be noted and explained in detail. If offering “or equal” bidder is to included manufacturer’s brochure and state model being offered. Those offered must be equals to those set forth.

Bidder shall provide a repair parts and service guarantee properly signed by an officer of the company to the effect that repair parts and service will be available for the useable lifetime of the vehicle.

Bidder shall supply two (2) sets of part books, operating instructions and maintenance manuals covering the complete unit.

One spare front and rear tires and wheels shall be supplied.

The City of Long Beach reserves the right to reject any or all bids, to waive all formalities on same and to accept those bids which are to the best interest of the City of Long Beach.

Any changes to these specifications after signing of contract shall be by written agreement of both the bidder and the City of Long Beach.

Delivery: F.O.B. City of Long Beach.

Approximate delivery date shall be included in all bids.

BIDS MUST BE ACCOMPANIED BY A BID BOND OR CERTIFIED CHECK IN THE AMOUNT OF TEN (10) PERCENT OF THE QUOTED PRICE.

Bidder must be the chassis manufacturer’s representative for the total vehicle being bid and must state location of service facilities.

These specifications, with approved “Exceptions”, if any, shall become an integral portion of the successful bidder’s contract. Bidders may offer a product of the same capability, but of different manufacture and model than that specified in this bid. The use of the name of a manufacturer, brand, make or catalog designation in specifying items described herein does not restrict or preclude bidders from offering equivalent or better product bids. Such a designation is used only to indicate the character, quality and minimum performance desired. Equal or better product bids are permissible. A bidder submitting an equal or better product shall, at his own cost and expense be responsible for submitting proof and/or a demonstration of equivalence, compatibility and performance. However, acceptance of an equivalent product shall be strictly at the discretion of the City. Any omission of the term “or equal” in any specific bid item listing should be disregarded by the bidder. All bidders shall have an absolute right to submit “equivalent” bids notwithstanding any other provision of the bid specifications.

2004 MACK MR688S CHASSIS (“or equal”

WHEELBASE 220”

PLATFORM 300”

AF OVERHANG 83”

FRAME SECTION STEEL 5/16 x 13 ¼ x 3 ¼

DOUBLE FRAME REIN-INSIDE STEEL ¼”

SECTION MODILES 26.06 CU INCH. RBM 28700.000 IN LBS PER RAIL

BUMP SWEPT BACK STEEL EXTENDED

10” FRONT FRAME EXTENSION

CROSS MEMBERS PLATE TYPE STEEL BEHIND CAB ½” THICK PLATES

CRANKSHAFT ADAPTER 1350 SERIES FLANGE, FRONT PTO DRIVE

70 GAL 24” DIAMETER STEEL FUEL TANK = RS.

ENGINE

MACK AL-350 ASET 350 H.P. AT 1950 RPMS

INTERNAL EXHAUST GAS RECIRCULATING

SIX CYLINDER IN LINE 728 CUBIC INCH DISPLACEMENT

12 LITRE ENGINE

TORQUE 1260 FT LBS AT 1300 RPM

JAKE BRAKE

AIR COMPRESSOR MERITOR 318 (18.7 CFM)

ALTERNATOR 12V 100 AMP DELCO

BATTERIES 3-12V MACK MF 660 CCA

ENGINE BLOCK HEATER 120 VOLT

EXHAUST – VERTICAL SINGLE

ALUM FLYWHEEL HOUSING

RADIATOR HEATER HOSES GATES BLUE STRIPE

UNIT INJECTORS

AIR CLEANER 13” DIAMETER BEHIND CAB W/SNORKEL

STARTING SYSTEM 12V GEAR REDUCTION DELCO 450 ELECTRIC

COOLANT CONDITIONER SPIN ON COOLANT PROTECTION

HEAT SHIELD FOR MUFFLER

POLY V FAN BELTS

TURBO CHARGE BORG WARNER/HEAT SHIELD

RACOR FUEL WATER SEP.

INJECTION V-MACK III ELECTRONIC ENGINE CONTROL

TRANSMISSION

ALLISON WORLD TRANS HD 4560 P 6-SPD

TRANS OIL COOLER

SYNTHETIC OIL IN TRANSMISSION

ELEC-TRANS PACKAGE ALLISON SPECIAL REFUSE SERVICE

TRANSMISSION OIL TEMP GAUGE

GEARSHIFT WITH NEUTRAL TO RANGE INHIBITOR

MAIN DRIVELINE DANA SPICER 1810

INTERAXLE DRIVELINE 1760

TRANSMISSION TORQUE CONVERTER TC541 FOR USE U/ALLISON TRANS

CAB

MACK CAB LOW PROFILE WELDED STEEL

GAL VANIZED STEEL SHELL WITH MAC RUST PREVENTIVE PROC

CAB MOUNTING FOUR POINT FIXED TYPE

CAB LIFT PUMP MOUNTED RH FENDER

MC DOORS ROLL-UP WINDOWS RH/LH

MACK BULLDOG BRIGHT FINISH HEATED MIRRORS

CONVEX MIRRORS 7.5 DIAMETERS

ONE TRUMPET AIR HORN ROOF MTD

INTEGRAL AIR CONDITIONING/HEATER

RADIO AM/FM CASSETTE, ROOF MTD ANTENA

CAB POWER LEADS 5-WAY BINDING POSTS DASH MTD

DRIVER SIDE ANTI SCUFF

GRILL ARGENT SILVER FURN W/FEPTO CUTOOT

FENDERS POLYURES FOR CHASSIS AND CAB SECTIONS

GAUGES = VOLTMETER, SPEEDOMETER, TACHOMETER,

DUAL AIR PRESSURE, ENGINE COOLANT, OIL PRESSURE,

EXHAUST PYROMETER, FUEL LEVEL

AIR RESTRICTION MONITOR

ONE DOME LIGHT W/SWITCH

FLOOR COVERING RUBBER MATS W/CLOSED CELL VINYL.

CAB GLASS SAFETY TINTED

EXTERIOR GRAB HANDLES RH/LH

MARKER LIGHTS TOP OF CAB (5)

INTERIOR TRIM SILVER GRAY

LOW AIR PRESSURE INDICATOR LIGHT AND BUZZER

PARKING BRAKE CONTROL WITH LIGHT

REAR WINDOW FIXED TYPE

SEATS DRIVER SEAT AIR BOSTROM TALADEGA 905

PASS SEAT RIDER FIXED NON SUSPENSION.

ALL SEAT COVERING VINYL

TWO SETS OF SEAT BELTS

WINDSHIELD WIPERS ELECTRIC MOTOR INTERMITTENT

DIRECTIONAL SIGNAL SWITCH

INTERIOR SUN VISOR

FRONT TURN SIGNALS

WIND DEFLECTORS – CORNER WINDSHIELDS

WINDSHIELD WIPER FLUID MOUNT

FRONT AXLE

FAW 20 20,000 LB MACK WIDE PIVOT CENTER

FRONT SUSPENSION 20,000 LB MULTILEAF SPRINGS

592S INTEGRAL POWER STEERING (20,000 LB CAP)

HALDEX AUTO SLACK ADJUSTERS

DOUBLE ACTING FRONT SHOCK ABSORBERS

FRONT WHEEL STEEL DISC 22.5 x 9.0

ACCURIDE 10 HOLE HUB PILOT WHEELS

STEMCO FRONT WHEEL SEALS

FURNISH DUST SHIELDS

FRONT AXLE BRAKES MERITOR S CAM 16.5 x 6

FRONT BRAKE DRUMS DISC WHEELS OUTBOARD CAST DRUM

FRONT BRAKE TYPE CAM

FRONT HUB MATERIAL FERROUS

FRONT AXLE TIRES 315/80R 22.5 GOOD YEAR G286

REAR AXLES

TANDEMSS58 58000 LB CAPACITY

SUSPENSION 58000 LB MULTILEAF CAMELBACK

REAR AXLE CARRIER CRD PC112/113

REAR TIRES 12R x 24.5 H GOOD YEAR G286

CAST SPOKE REAR WHEELS 24.5 x 8.25

REAR BRAKES MERITOR CAM 18 x 7

FURNISH DUST SHIELDS

CARRIER HOUSING MATERIAL MALLEABLE

DOUBLE REDUCTION GEARS

HALDEX REAR SLACKS

HEAVY DUTY MACK REAR TANDEMS

POWER DIVIDER LOCKOUT IN CAB MANUAL AIR

VALVE W/BUZZER OR LIGHT.

TANDEM AXLE SPACING 54”

ANTI SWAY REAR SPRINGS

REAR BRAKE CHAMBER SIZE 30/30 TYPE

REAR TRUNNION BUSHING BRONZE

AIR BRAKE SYSTEM

BENDIX VALVES WHERE POSSIBLE

AIR DRYER BENDIX SYSTEM GUARD AD-9 HEATED

AIR DRYER LOCATE RH INBOARD

AIR RESERVOIRS MOUNT INSIDE FRAME RAIL

FORWARD OF BOGIE.

ANTI LOCK BRAKE SYSTEM – BENDIX ABS

ABS SENSOR 4S/4M SYSTEM REAR WHEEL END SENSORS

HAND CONTROL VALVE REAR SERVIE

SPRING BREAK INVERSION VALVE

MANUAL DRAIN VALVE-LANYARD CONTROLS

ALL HOSE CHASSIS.

ELECTRIC

DAYTIME RUNNING LIGHTS

ALL CIRCUITS PROTECTED BY CIRCUIT BREAKERS.

DIRECTIONAL SIGNAL FLASHER – TRANSISTORIZED 16 BULK FLASHER

BODY POWER CABLE

BATT – DISCOUNT SWITCH

BACK-UP ALARM

BATT-BOX COVER PAINTED STEEL.

PAINT

PAINT CAB SINGLE COLOR MACK YELLOW

PAINT FRAME SINGLE COLOR BLACK

PAINT DISC WHEELS FRONT AND REAR WHITE

OPTIONS

FIRE EXT REF KIT

TRANSMISSION 5-YEAR WARRANTY

ENGINE AND ELECTRONIC WARRANTY

REAR AXLE WARRANTY

HIGH COMPACTION REAR LOADING

REFUSE COLLECTION TRUCK BODY

INTENT:

This specification describes a hydraulically actuated packer body of the rear loading type with the following minimum specifications necessary to perform the work assigned. The body shall be capable of compacting and transporting refuse to a landfill or transfer station and dispensing the load by means of hydraulically ejecting the load from the body.

GENERAL TERMS:

The manufacturer of all equipment provided under this contract shall be ISO 9001 certified. All equipment furnished under this contract shall be new, unused and the same as the manufacturer’s current production model. Accessories not specifically mentioned herein, but necessary to furnish complete unit ready for use, shall also be included. Unit shall conform to the best practice known to the body trade in design, quality of material and workmanship. Assemblies, sub-assemblies and component parts shall be standard and interchangeable throughout the entire quantity as specified in this invitation to bid. The equipment furnished shall conform to ANSI Safety Standard Z245.1-1999.

GUARANTEE:

Bidder shall state his normal warranty where available.

PARTS MANUAL:

Bidder shall furnish a complete parts, maintenance, and operator’s manual with each body sold.

BID QUOTATION:

Bidder shall complete every space in the bidder’s proposal column with a check mark to indicate if the item being bid is exactly as specified. If not, the “NO” column must be checked and a detailed description of the deviation from the specification to be supplied.

BID SPECIFICATION

BIDDER SHALL COMPLETE BY CHECKING THE FOLLOWING.

IF NOT COMPLIANT, STATE SPECIFICALLY ITEM BEING OFFERED.

YES NO OFFERED

A. CAPACITY

1. The packer body shall have a capacity,

excluding the receiving hopper, of not

less than:

32 Y³

2. The hopper shall have capacities as

defined below:

a. TBEA: 3.1 Y³

b. Volumetric: 3.4 Y³

c. Inclusive: 5.6 Y³

3. The structural integrity of the body

shall allow high density loading of up

to 1,000 pounds per cubic yards of

normal refuse.

B. BODY DEMENSIONS

1. Maximum width, outside 96”

2. Maximum overall length of the body and tailgate combined shall not exceed the following:

CAPACITY LENGTH

32 Y³ 318”

3. Body width, inside 89”

4. Body height, inside 79”

5. Body height, outside (above chassis) 96”

6. Maximum body and tailgate weight exclusive of special options shall not exceed:

32 Y³ 17,000 pounds

YES NO OFFERED

C. BODY CONSTRUCTION

1. The body interior shall have a smooth floor without a trough. The sides and roof shall also be smooth.

2. In order to prevent damage from corrosion and fire, no hydraulic cylinders, valve or other hydraulic components shall come in contact with refuse packed into the body.

3. Body sides & roof shall be of curved stressed skin construction interfacing with the corner mainframe bolsters. Rear bolsters shall be 5” x 20” x 7 ga., 80,000 PSI minimum yield formed channel @ the major upper & lower connecting points of the mainframe. Front bolster shall be a 5” x 8” x 8 ga., 80,000 PSI minimum connecting points. All sidewall and roof members shall be continuous welded.

4. Floor shall be reinforced with interlaced 3” x 6” x 8 ga., 80,000 PSI minimum yield channels nominally located on 18” centers so as to withstand continuous operation at maximum imposed loads without harmful deformation or excessive wear.

5. Body roof shall be minimum 8 gauge, 80,000 PSI minimum yield hi-tensile steel sheet fully welded to a full length 11 ga. 45,000 PSI minimum yield roof crown rail to contain and dissipate forces equally through the body structure.

6. Body sides shall be a minimum 8 gauge, 80,000 PSI minimum yield high tensile steel sheet, fully welded to the roof crown rail and to a 4.7” x 18” x 11ga., PSI minimum yield outer floor skirt rail.

7. Rear mainframe body side bolsters shall be a minimum 3” x 20” and contoured shaped to sidewall with minimum 7 gauge 80,000 PSI

YES NO OFFERED

minimum yield. Reinforcement bolsters shall be full welded to the curve body side sheets.

8. Body Floor shall be flat full width and must not have inboard guide rails or a trough. Floor shall be a minimum 7 gauge 80,000 PSI minimum yield steel sheet.

9. Floor longitudinal long members shall be a formed trapezoidal shape 9.6” x 11” with a 3.3” base sill of 7 ga. 80,000 PSI minimum yield formed steel channels and shall be continuous welded to the floor sheet.

10. Floor cross members shall be 3” x 6” x 7 ga. 80,000 PSI minimum yield steel channels. Cross members shall be interlaced through the long members on approximately 18” centers to fully support the floor. Cross members shall be full width, single piece.

D. TAILGATE DIMENSIONS

1. Maximum overall width at the hopper opening shall be 85.2” outside to outside hopper bolsters.

2. Inside tailgate loading width shall be minimum of 80”.

3. Hopper opening height shall be a minimum of 51”.

4. Loading sill height below chassis rail shall be 4.6”.

5. Overall height above the chassis frame with the tailgate raised shall not exceed 180”.

E. TAILGATE CONSTRUCTION

1. Tailgate sides shall be 11 gauge 100,000 PSI minimum yield at the upper portion with

YES NO OFFERED

lower portion being 3/16” 150,000 PSI minimum yield, 321 BHN, abrasion resistant plate steel. To include 11 GA wall overlay liners. (145,000psi)

2. Tailgate side reinforcement shall consist of 2” x 6” x 11 gauge 100,000 PSI formed steel channels fully welded to the perimeter edge of the tailgate side sheets. An interlaced network of 2” x 7” x 11 gauge 100,000 PSI and 3” x 7” x 11 gauge 100,000 PSI minimum yield formed steel channels shall also be fully welded to the tailgate side for superior support.

3. Hopper floor shall be minimum ¼” 150,000 PSI minimum yield, 321 BHN abrasion resistant steel plate. To include ¼” overlay liner.

4. Hopper floor lateral reinforcement shall consist of a 3/16” 110,000 PSI minimum yield formed “Z” loading sill cross member. Forward hopper reinforcements shall be provided by a lateral bearing plate of 3/16”

150,000 PSI minimum yield 321 BHN and 3/16”, 110,000 PSI minimum yield formed steel channel cross members.

5. Tailgate shall be equipped with heavy duty 1” diameter turnbuckles, one on each side of the body, to secure the tailgate in the closed position against the body to prevent leakage.

6. One (1) grab handle of ¾” diameter shall be located at the height of 48” – 52” above the rear step on the left and right side of the tailgate. The grab shall have a 8” vertical rear portion, a 38” horizontal center portion, and a 18” diagonal portion to be compatible

YES NO OFFERED

with a broad range of differing height personnel and conforming to ANSI 245.1-1999.

7. The rear steps shall be bolt-on design fabricated from 9.5” x 40.5” x 12 gauge, 4 diamond Grip Strut, slip resistant, self-cleaning material, located on each side of the tailgate, they shall provide for a minimum of 380 square inches of footing area for a single rider and shall be of bolt-on design to permit adjustments of step height. The steps must conform to ANSI standards and specification 121-2104 & 2105

8. The tailgate shall be raised with two (2) double acting 4” bore x 3.5” rod x 26” stroke hydraulic cylinders. The cylinders shall incorporate an integral orifice which will limit the descent speed of the tailgate in the event of hydraulic failure. Cylinders shall conform to specification 001-6586.

YES NO OFFERED

9. The tailgate shall be equipped with a one piece, removable rubber gasket. The gasket, which shall have a hardness rating of 35-45 durometer and tensile strength of 1500-1800 PSI, shall extend across the entire bottom width of the tailgate and provide for water tight seal vertically up the side for no less than 58” conforming to specification 022-3509-001.

10. The hopper sill shall be formed from 3/16”, 110,000 PSI high tensile steel.

F. PACKING MECHANISM

1. Packing cycle control shall be mechanical, lever operated on the right hand side of the tailgate. A two lever design, the operator shall have the capability to start, stop and

YES NO OFFERED

reverse the direction of any function at any time throughout the packing cycle.

2. Packing mechanism control valve shall be centrally located within the upper confines of the hopper, under upper light cross members.

3. The packing cycle time shall be no greater than 18-22 seconds. Operator reload time shall be no greater that 6-10 seconds.

4. Packing mechanism shall consist of two primary structures; the carrier panel and the packing blade.

a-1. Carrier Panel

The carrier panel shall be installed in the tailgate weldment and guided by four (4) upper and lower carrier shoes.

Carrier shoes shall be of aluminum bronze metallurgical content. Vertical load nearing surface shall total a minimum of 280 square inches. Lateral load nearing surface shall total a minimum of 50 square inches. Each slide shoe shall be pivot mounted on 3” C1045 stub pins and shall be capable of being rotated 180º for extended service life. Shoes must be replaced without removing the carrier from the tailgate and shall comply with specification 028-0479.

a-2. The carrier panel shall be constructed from 3/16”, 150,000 PSI minimum yield steel 321 BHN, abrasion resistant steel plate in all areas of refuse contact. The packing blade hinge lugs shall be constructed from 2.5” thick 50,000 PSI minimum yield steel plate.

a-3. Primary compaction by the carrier panel shall be accomplished with two (2) double acting 5” bore x 4.0” rod x 34.8”

YES NO OFFERED

stroke hydraulic cylinders located inside the hopper confines. The cylinders shall produce a min. force of 98,000lbs. Cylinders shall conform to a spec. 001-6559.

b-1. Packing Blade

The packing blade shall be mounted to and pivot on the carrier panel hinge lugs with heat treated chrome plated, induction hardened 1045 cold rod 3” steel pins and steel spherical bearings to maintain alignment.

b-2. The packing blade shall be concave constructed with 3/16” 150,000 PSI minimum yield, 321 BHN, abrasion resistant steel plate and capable of

resisting shearing and breaking forces of large objects during the compacting cycle.

b-3. Pre-compaction by the packing blade shall be accomplished with two (2) double acting, 5.5” bore x 3.5” rod x 24” stroke cushioned hydraulic cylinders located inside the hopper confines. The packing blade cylinders shall produce a minimum force of 118,000 pounds. Cylinders shall conform to specification 001-6457.

5. All packing mechanism cylinders shall have a replaceable hardened steel bushings for extended service life.

6. All cylinder, carrier and packing blade pivot pins shall be secured in place with a minimum Grade 5 retaining bolts, lock nuts and lock collars.

7. Each hopper packing cycle shall compress waste material between the packing blade, carrier panel and the ejector panel. The ejector panel shall automatically advance forward as the body fills, in reaction to the packing forces and a pre-adjusted ejector unload valve. No operator attention shall be required to advance the ejector panel forward as the body fills.

YES NO OFFERED

8. The packing mechanism shall be equipped with an “automatic crowd” pressure sensing device, which will enable the packing mechanism to find a path through the load which will neither stall the mechanism nor damage the structure thereby prolonging the hopper floor and mechanism life.

G. DISCHARGE OF LOAD

1. The load shall be discharged by means of a positive ejection system. A double acting, telescopic hydraulic cylinder shall extend and retract the ejector panel the full length of the body. The ejector cylinder shall attach to the body and the ejector panel via cold-drawn, C1045, pins having a minimum diameter of 1.5” and positioned diagonally to minimize possible damage from objectional liquids.

2. The ejector cylinder shall have the following dimensional characteristics:

CAPACITY STAGES BORE STROKE

32 Y³ 5 7” 173.6”

3. The ejector panel concaved face sheet shall be constructed from 11 gauge hi-tensile steel. Four (4) ASTM A500 structural steel tubes shall span horizontally, with one (1) trapezoidal cross member at floor level. The vertical panel corner posts shall be 11 gauge hi-tensile steel fully flanged on the rear for a tight wall fit and fully boxed with 11 gauge at the forward corner from top to bottom. A 12 gauge hi-tensile steel protective covering shall be provided to keep refuse from coming in contact with the ejector cylinder.

YES NO OFFERED

4. The ejector panel shall extend and retract without the assistance of clamp bars or associated hardware.

5. Smooth movement of the ejector panel in the body shall be achieved with two (2) cast alloy shoes on each side of the ejector panel. The castings shall conform to specification

28C358-A0201 possessing a minimum contact surface of 18 square inches each shoe side

and having a minimum hardness of 260 BHN. Each shoe shall pivot on a minimum 2” diameter, C1045, removable cold drawn stub pin held within the fully boxed 4” x 12” base frame of the ejector panel. Four (4) shoes shall be provided for each ejector panel and shoes must be replaceable without removing the ejector from the body. Rollers shall not be used.

6. Ejector guide bottom edge shall be located 3.7” above longitudinal floor corners and integral to body floor sheets. The guide channel shall have interior dimensions of 3.5” x 4.2”. The top flange of the guide channel shall be reinforced with a 45º plate which also serves as a self cleaning device.

7. The ejector panel shall be guided by a track raised 3.7” which shall be integral to the body floor sheets. The track shall also minimize pivotal movement of the ejector panel as refuse is packed against it.

8. The rod end of the ejector cylinder shall be pin mounted at the front of the body to the main lateral bolster of the body longitudinal members thus affording maximum resisting bending movement.

9. Plastic non-metallic ejector shoe material is not acceptable.

YES NO OFFERED

H. CONTROLS

1. The ejector panel and tailgate raise controls shall be mounted outside the body of the front left hand side of the body. Direct connection of the control handles to the valve spool shall exist to minimize moving parts and allow for ease of service.

2. An electrical device shall be supplied to automatically raise the engine speed to the proper RPM during the packing cycle.

3. An additional throttle advance switch shall be located at the front left hand side of the body within hands reach of the ejector and tailgate raise controls.

4. Power take off controls shall be conveniently mounted in the cab, preferably to the right side of the driver.

I. HYDRAULIC SYSTEM

1. A heavy duty pump motive drive shall be provided and shall be compatible with that of chassis transmission or the chassis engine. The pump drive shall be activated by:

Front Engine Crank Driven Pump

With Electronic Overspeed Control

2. The pump motive drive must run quietly & shall be selected for minimum engine RPM compatible with recommended pump RPM for correct operating pressure and rates of flow for the refuse body.

3. To minimize hydraulic cylinder weight, a high pressure hydraulic system shall be employed. The operating pressure of the

YES NO OFFERED

system shall be 2400-2500 PSI. Low pressure systems shall not be acceptable.

4. A heavy duty gear pump shall be provided with a rated capacity of 48 GPM @ 1200 RPM.

5. The hydraulic pump shall be designed to operate continuously with peak loading at frequent, short intervals.

6. The hydraulic system shall incorporate adjustable relief valves to protect all components from excessive pressure and overloads.

7. All hydraulic tubes will be securely clamped to prevent vibration, abrasion and excessive noise.

8. All hydraulic tubes running the length of the body shall be routed underneath the body to the rear, then routes up the left side rearmost bolster to the tailgate hinge area.

9. a. All hydraulic hoses shall conform to S.A.E. standards for designed pressure. Bends shall not be less than recommended by S.A.E. standards. Flat spots in hoses will not be acceptable.

b. All high pressure hoses shall be sheathed with fabric protective covering.

10. a. The hydraulic oil reservoir shall be frame mounted underneath the body, and shall have a 50 gallon

YES NO OFFERED

gross capacity and a net of 45 gallons.

b. The tank shall be completed with a screened fill pipe and cap, filter breather, cleanout cover, and shutoff valve.

c. The hydraulic system shall be protected by a six (6) micron return line filter along with a 100 mesh (140 micron) reusable oil strainer in the suction line.

d. The return line filter shall also include an in-cab filter by-pass monitor which shall alert the operator or service personnel when the filter is in the by-pass mode.

e. A hydraulic pump shut down system shall also be included which shall prohibit prolonged operation of the hydraulics when the filter is in the by-pass mode.

10. All multi-spool control valves shall be of a section design such that servicing would not require replacement of the entire valve assembly.

J. HYDRAULIC CYLINDERS

1. All cylinders must have a working pressure rating of no less than 2500 PSI.

2. Packing cylinders must be of the internal cushion design so that hydraulic shock and audible noise is minimized. This shall be

YES NO OFFERED

accomplished by a design which will decrease the speed of the cylinder for the last one-half (1/2”) inch of cylinder stroke on both directions of travel.

3. Packing cylinder rods must be induction hardened to a surface hardness of a 55-65 Rockwell C scale.

4. Rods and working sleeves of all cylinders shall be chrome plated.

5. All packing cylinder end lugs shall be forged steel material with excavating quality hardened steel bushings.

K. ELECTRICAL

1. All electrical wiring connectors to be automotive double-seal, with wiring in split convoluted loom.

2. All wiring connections to be soldered with rubber molded covering or crimp type connectors with shrink wrap. Unprotected wiring in any application is unacceptable.

3. All electrical limit switches shall be epoxy impregnated to minimize effects of excess moisture.

L. LIGHTING

1. Clearance lights, a back up, four(4) directional lights and five (5) brake lights shall be Lexan lens, shock mounted in a

YES NO OFFERED

protective housing. The whole unit shall be pop out and replaceable. All lighting shall be LED.

2. All lights shall be provided in accordance with FMVSS #108, plus an above hopper center brake light. Direction and brake lights are dispersed to position two (2) each above the hopper and two (2) each below the hopper.

M. PAINTING

First Step: Smoothing: All weld slag, splatter or roughness shall be removed with the appropriate hand tools. No sand, shot or glass air blasting shall be permitted to eliminate contamination and possible damage to bearings or pin surfaces and possible distortion or higher gauge sheet materials used on the body.

Second Step: Purgation: A heated pressure washing shall drench the entire body with a highly concentrated alkaline degreaser and emulsion soap to clean all metal surfaces. This solution shall soak through and break down the oil film and other contaminations found on steel. This solution shall be non-corrosive to metals and shall be environmentally friendly.

Third Step: Washing: A heated pressure washing shall thoroughly remove all soap residue. This process shall be completely safe to use on plastics, rubber, leather, and fabric, and shall be safe on all metals. The solution shall be approved for all types of steel structures, machines, bodies, etc., where harsh environmental conditions are present.

YES NO OFFERED

Fourth Step: Sealing: The entire body shall be coated with an application of the patented Dry-In-Place Seal from Henkel Surface Technologies (“OR EQUAL”). This process shall dramatically improve the surface finish resistance to rusting that occurs from general wear and tear, and shall also offer improvements to paint adhesion and other related corrosion that occurs over the life of the product. This shall help retain the “as new” appearance of the factory paint surface.

Fifth Step: Primer Coat Paint: the seal coat shall be painted using Sikkens Autocoat LV (“OR EQUAL”) epoxy primer in an amount necessary to achieve a dry thickness of one (1) mil.

Sixth Step: Finish Top Coat Paint: A high luster coat shall be applied using Sikkens Autocryl/acrylic urethane (“OR EQUAL”). An ample amount shall be applied to achieve a dry thickness of two and one-half (2 ½) mil and shall result in a finish of 3 ½ mil minimum thickness and up to 4 mil maximum finish.

N. MISCELLANOUS

1. One (1) push button shall be installed on each side of the tailgate, conveniently located for easy operation to activate a buzzer in the cab.

2. Left side body access door (39.7”H x 29.6”W) to include step and grab handle.

3. Two (2) 7” amber municipal style flashing lights to be mounted at rear of body. Lights to operate from a separate switch in the cab.

YES NO OFFERED

4. Two (2) 7” amber strobe lights to be mounted at rear of body above tailgate opening. Lights to operate from a separate switch in the cab.

5. One (1) hopper work light to be mounted inside the hopper at the top to illuminate hopper work area.

6. Mud Flaps, Anti-Sail, Anti-Splash mounted ahead of rear tires.

Heil (“OR EQUAL”) Recessed Reeving Style

Hydraulic Container Dumper

O-Scope

This specification sets forth the features of the recessed reeving style hydraulic dumper. The assembly shall consist of a complete system, properly incorporated into the rear loader body and tailgate design and properly interconnected into the hydraulic and electric system of the parent rear loader. The dumper shall be recess mounted 4.9” into the rear loader body assembly, fully operational and route ready as received.

Application

The Dumper shall be capable of lifting a three (3) cubic yard through ten (10) cubic yard rear loader type refuse container above the rear loader hopper, permitting discharge of the container’s contents and lowering of the container to the working surface. Container shall conform to specifications set forth by ANSI Z245.60-1996-Para. 7.5

Features

The reeving assembly shall be capable of developing a 15,000 pound line pull. The ½” cable and hook shall have a 2:1 factor of safety and meet all requirements of ANSI Z245.1 1999 Paragraph 7.3.2.5 Safety Standards. The reeving hydraulic cylinder shall be 5.5” bore x 4” rod x 52.7” stroke and shall have a minimum force of 59,400 lbs. and shall comply with specification 001-6061. The reeving apparatus shall have 4:1 reduction ratio. The reeving sheave shall be 8” diameter x 1.75” bore. The idle sheave shall be 8” diameter x 1.5” bore. The sheaves shall be supported by a guide trolley on the shaft end of the cylinder. The rear cable sheave shall be 6” diameter x 7/8” bore to guide and assist the centering aspect of the container and provide a non-friction support bearing. The tailgate loading sill shall be equipped with lip & latch for the container trunnions having a length of no less than 77” long nor longer than 79”. A throttle advance button shall be located near the control handle at the right side of the tailgate hopper.

The assembly shall be cleaned and painted a color matching that of the tailgate assembly.

SCHEDULE OF COSTING – SIGNED AUTHORIZATION

VENDOR – SERVICE AGENCY

Unit Total

Item Description Quantity Price Price

1. 31 cu. Yd. Rear

Loading Sanitation

Vehicle w/Standard

Transmission

Chassis As Per

Specs 2 $___________ $________

OPTIONS:

a) 1 Addl. Vehicle $_________

b) Fire Ext Ref Kit $_________

c) 5 yr Transmission Warranty $_________

d) Eng. & Electronic Warranty $_________

e) Rear Axle Warranty $_________

All Deliveries: F.O.B. City of Long Beach

Prices will hold:___________________________________________

Bidder is to state Warranty/Guarantees____________________________________

Make & Model being offered___________________________________________

Delivery Time:______________________________________________________

BIDS MUST BE ACCOMPANIED BY A BID BOND OR CERTIFIED CHECK IN THE AMOUNT OF TEN (10) PERCENT OF THE QUOTED PRICE.

*All bidders bidding “or equal” are to include brochure with bid and state model being offered.

FIRM:_________________________________

SIGNED BY:_________________________________

TITLE:________________________________

DATE:________________________________

CITY OF LONG BEACH

LONG BEACH, NEW YORK

Bid submitted by:____________________________________________________________

NAME

_______________________________________________________________

ADDRESS

_______________________________________________________________

TELEPHONE

to furnish __________________________________________________________________

in accordance with specifications attached, it being further understood that the City reserves the right to make an award on the basis of quotations received for any item or the aggregate total for all items on which quotations are received.

TO: City Purchasing Agent

City of Long Beach

1 West Chester Street

Long Beach, NY 11561

The undersigned, desiring to submit a bid to furnish ________________________________________________________________________

________________________________________________________________________

for the City of Long Beach, New York, does hereby accept all terms, conditions and agreements contained and set forth in the Notice to Bidders, Information for Bidders and Specifications and the undersigned does hereby certify, agree and propose as follows:

The undersigned declares that he has examined all of the attached documents and hereby proposes and agrees that, if this bid is accepted, he will contract with the City to supply said materials and services and to perform the specified work in the manner and time required pursuant to the attached documents.

By submission of this bid, each bidder and each person signing on behalf of any bidder, or in the case of a joint bid, each party thereto, certifies, under the penalty of perjury, that to the best of each of their knowledge and belief:

A. That the prices in this bid have been arrived at independently without collusion, consultation, communication or agreement for the purpose of restricting competition as to any matter relating to such prices with any other bidder or with any competitor; and

B. That unless otherwise required by law, the prices which have been quoted in this bid have not been knowingly disclosed by the bidder and will not knowingly be disclosed by the bidder, directly or indirectly, by the bidder to any other bidder or to any competitor, prior to opening of all bids upon this proposal; and

C. That no attempt has been made or will be made by the bidder to induce any other person, partnership or corporation to submit or not to submit a bid for the purpose of restricting competition; and

D. That neither the said bidder nor any of its officers, partners, owners, agents, representatives, employees or parties in interest, including this affiant has in any way colluded, conspired, connived or agreed, directly or indirectly, with any other bidder, firm or person to submit a collusive or sham bid in connection with the contract for which the attached bid has been submitted or to refrain from bidding in connection with such contract, or has in any manner, directly or indirectly, sought by agreement or collusion or communication or conference with any other bidder, firm or person to fix any overhead, profit or cost element of the bid price of any other bidder, or to secure through any collusion, conspiracy, connivance or unlawful agreement any advantage against the City of Long Beach or any person interested in the proposed contract; and

E. That the price or prices quoted in the attached bid are fair and proper and are not tainted by any collusion, conspiracy, connivance or unlawful agreement on the part of the bidder or any of its agents, representatives, owner, employees or parties in interest, including this affiant.

Enclosed is bid bond or depositor' check (IF CALLED FOR IN BID) certified by (name of bank of deposit) in the amount of made payable to the City Treasurer, City of Long Beach, as a proposal guarantee which it is understood will be forfeited in case the contractor fails to comply with the requirements of the specifications.

(SIGN ATTACHED PAGE AND/OR PAGES)

SIGNATURES

(If an individual)

Date , 20_______

Signature of Bidder___________________________________________

(Owner and Proprietor)

Business Name D/B/A ______________________________________________________

Business Address __________________________________________________________

SUBSCRIBED AND SWORN TO before me

this day of , 20________

_______________________________________________________________________

(If a co-partnership)

Date _________________________, 20_________

Firm Name ___________________________________________________________(Seal)

By __________________________________________________________________

Business Address_______________________________________________________

_______________________________________________________

Name and Address of all Members of the Firm: _______________________________

_____________________________________________________________________

_____________________________________________________________________

_____________________________________________________________________

_____________________________________________________________________

SUBSCRIBED AND SWORN to before me

This __________day of __________________, 20_________

_____________________________

Notary Public

(If a corporation)

Date _________________________, 20________

Corporate Name___________________________________________________________

By __________________________________________________________

___________________________________________________________

President

Business Address __________________________________________________________

__________________________________________________________

CORPORATE SEAL

President ___________________________________________________________

Vice President ______________________________________________________

Secretary ___________________________________________________________

Treasurer ___________________________________________________________

Attest ___________________________________________________________________

Secretary

SUBSCRIBED AND SWORN TO BEFORE ME

This __________________day of _____________, 20________

_________________________________

Notary Public

INSTRUCTIONS TO BIDDERS

1. General:

Read all documents contained in the bid specifications.

Upon submitting a proposal, each bidder shall be assumed to have made a careful examination of the conditions and specifications and to have fully informed himself as to any special conditions, contracts and/or other documents.

Bidders are responsible for submitting their bids to the appropriate location at or prior to the time indicated in the specifications. No bids will be accepted after the designated time or date indicated in the bid specifications.

All bids must be filled out in ink or be typewritten. Bids submitted in pencil may be rejected as unresponsive. In the case of a discrepancy between the numerical number and written number, the written number will be controlling and will be considered to be the actual bid of the bidder.

The competency and responsibility of bidders will be considered in determining whether a bidder is qualified to perform the services or items required for the purpose of making the award.

The City may reject any and/or all bids. Any bid may be withdrawn prior to the scheduled time for the opening of bids.

No bid shall be considered which is not based upon these specifications and other contract documents attached or made a part there-to. Further no bid will be considered which contains any letters or memorandum modifying the bid, or which is not properly executed, or which is not accompanied with bid security in the form and amount as set forth herein. In case of discrepancy between the numerical number and written number, the written number will be controlling and will be considered to be the actual bid of the bidder.

No oral, telegraph, or telephone bids or modifications will be considered.

2. Submission of Proposals

All prospective bidders shall submit sealed proposals.

The sealed envelope submitted by the prospective bidder shall carry the following information on the FACE of the envelope: bidder's name, address, subject matter of proposal, advertised date of bid opening and the hour designated for bid opening as shown on the legal advertisement.

Where proposals are sent by mail to the City Purchasing Agent, the bidders shall be responsible for their delivery to the City Purchasing Agent before the advertised date and hour for the opening of bids. If the mail is delayed beyond the date and hour set for the bid opening, proposals thus delayed will not be considered. Under no circumstances is it necessary to submit the technical specifications with the bid.

3. Receipt and Opening for Bids:

Bids will be received and opened by the City Purchasing Agent as outlined in the Notice to Bidders or by her authorized representative.

4. Proposal Security

Each bid shall be accompanied by a bid bond or certified check (IF CALLED FOR IN THE BID SPECIFICATIONS) in the amount of ten percent (10%) of the bid and shall be made payable to the City Treasurer, City of Long Beach, unless otherwise specified. Such proposal security will be returned to the unsuccessful bidders, within forty-five (45) days after the City and the successful bidder have executed contract for the proposed purchase or services, or in the event no contract is executed, within (45) days after the date of the opening of the bids or upon the demand of the bidder at any time after the forty-five (45) days, so long as he has not been notified of the acceptance of his bid. The proposal security of the successful bidder may be accepted as a performance security to be retained pending successful completion of the contract and shall be retained by the City as liquidated damages, not as a penalty, for failure to complete the contract as specified herein, it being now agreed that said sum is a fair estimate of the amount of damages that said City will sustain due to the bidder's failure to complete the contract as specified herein.

5. Liquidated Damages for Failure to Enter into Contract:

The successful bidder, upon his failure or refusal to execute and deliver the Contract and Bonds required within fifteen (15) days after he has received notice of the acceptance of his bid, shall forfeit the proposal security deposited with his bid to the City as liquidated damages, not as a penalty, for such failure or refusal, it being now agreed that said sum is a fair estimate of the amount of damages that said City will sustain due to the bidder's failure or refusal to execute and deliver the executed Contract and Bonds as stated above.

6. Signatures:

Bids shall be signed with the full name of the bidder or an authorized agent of the bidder. If the bidder is a corporation the bid shall be signed by a properly authorized officer of the corporation.

The bid shall indicate whether the bidder is an individual, a partnership or a corporation. In case of a partnership, the full name of each individual partner shall be given. In case of a corporation, the corporate name, the State of incorporation, and the names of its officers shall be submitted.

7. Acceptance of Bid and its Effect:

Within forty-five (45) days after the opening of the bids, the City will act upon them. The acceptance of a Bid will be given to the successful bidder by notice in writing signed by a duly authorized representative of the City. No other act of the City or any official shall constitute the acceptance of a Bid. The acceptance of a bid shall bind the successful bidder to execute the contract and to be responsible for liquidated damages as provided in paragraph 5 above. The rights and obligations provided for in the contract shall become effective and binding upon the parties only upon the formal execution of the contract.

8. Competancy of Bidder:

No proposal will be accepted from or a contract awarded to any person, firm or corporation that is in arrears or is in default to the City upon any debt or contract, or that is a defaulter, as surety or otherwise, upon any obligation to said City or who had failed to perform faithfully any previous contract with the City.

9. Obligation of Bidders:

At the time of the opening of the bids, each bidder will be presumed to have read and to be thoroughly familiar with the specifications and all contract documents. The failure or omission of any bidder to receive or examine any form, instrument or document shall in no-way relieve any bidder from any obligation in respect to his proposal.

10. Time for Executing the Contract:

The bidder whose bid shall be accepted will be required to execute a Contract in the form hereto attached within fifteen (15) days after the notice that his proposal has been accepted. Failure or neglect to execute the Contract within the said period of Fifteen (15) days shall constitute a breach of the agreement affected by the acceptance of the bid and the proposal security shall thereupon become forfeited. The provisions contained in the said contract shall be considered a part of the Instructions and Specifications.

11. Time of Payment:

The City shall make payment within thirty (30) to forty-five (45) days after delivery of any purchase or rendering of services made under the terms of this contract acceptance, after a proper invoice of same is submitted and approved by the City Purchasing Agent, City of Long Beach.

12. Failure to Furnish Bond:

In the event that the bidder fails to furnish a performance bond when required in said period of fifteen (15) calendar days after acceptance of the bidder's proposal by the City, then the bid deposit of the bidder shall be retained by the City as liquidated damages and not as a penalty; IT BEING NOW AGREED that said sum is a fair estimate of the amount of damages that said City will sustain due to the bidder's failure to furnish said performance bond.

13. Interpretation of Contract Documents:

If any person contemplating submitting a proposal is in doubt as to the true meaning of any part of the specifications or other contract documents, he may submit to the Purchasing Agent a written request for an interpretaion thereof. The person submitting the request will be responsible for its prompt delivery. Any interpretation of the proposed documents will be made only by an addendum duly issued. A copy of such addendum will be mailed or delivered to each person receiving a set of such contract documents and to such other prospective bidders as shall have requested that they be furnished with a copy of each addendum. Failure on the part of the prospective bidder to receive a written interpretation prior to the time of the opening of bids will not be grounds for withdrawal of the proposal. If, after award of the contract, questions arise concerning interpretation of contract documents, it is understood that the decision of the Purchasing Agent will be final and binding.

14. Catalogs:

Each bidder shall submit in duplicate catalogs, descriptive literature, and detailed drawings, which fully detail the features, designs, construction, appointments, finishes and the like not covered in the specifications, but which details are necessary to fully describe the material work bidder proposes to furnish.

15. Non-Discrimination:

The Contractor, in performing under this contract, shall not discriminate against any worker, employee or applicant for employment because of race, creed, color or national origin. The Contractor further agrees that each subcontract made under this contract will contain a similar provision with respect to non-discrimination.

16. HOLD HARMLESS:

It is agreed that the Contractor shall indemnify, save and keep the City harmless against all liabilities, judgements, loss, costs, damages and expenses which may in any way be incurred by the City or its licensees, permitees, and assignees, respectively, by reason of the performance hereunder by the contractor, or the use of or any claim of the use of any patented material design, machinery, device, equipment or process furnished under this contract and accepted by the City.

17. Inspection and Responsibility:

The City shall have a right to inspect, by its authorized representatives, any material as herein specified. The City does not assume any responsibility for the availability of any controlled materials and equipment required under this contract.

18. Rejection of Material or Services:

Equipment, supplies or services that may fail to comply with the specifications herein as regards design, material or workmanship, are subject to rejection, and may at the option of the City Purchasing Agent, be rejected.

19. Replacement:

Materials or components, that have been rejected by the Purchasing Agent, in accordance with the terms of this contract, shall be replaced by the Contractor at no cost to the City.

20. Removal:

Any material or components rejected shall be removed within a reasonable time from the premises of the City at the entire expense of the Contractor, after notice has been mailed by the City to the Contractor that such materials or components have been rejected.

21. Delay:

Should the Contractor be delayed by the City for any cause, there shall be added to the Time of Completion a time equal to the period of such delay caused by the City; but the Contractor shall not be entitled to claim damages or extra compensation for such delay or suspension.

22. Time of Commencement and Performance:

The time of commencement, rate of progress and time of completion are essential conditions of this contract; however, if the time of performance of the contract is for any reason, either expressly or by implication, extended, such extention shall not affect the validity of this contract or the liability of the sureties upon the bid given for the faithful performance of the same.

The City Manager reserves the right finally to decide all questions arising as to the proper performance of this contract, and in case of failure by the Contractor to comply with this contract in any manner, then to declare the same forfeited, either as to a portion or the whole thereof, and to rebid the same with or without further advertising; and in such case of default, or in any case of default, to adjust the difference of damage or price, if any, which according to the just and reasonable interpretation of this contract, the said Contractor should, in the opinion of said Purchasing Agent, pay to the City.

It is further understood and agreed that any amount of damage or price determined by the City Manager to be paid to the City by the Contractor for any such default, or for any money paid out by the City in consequence of any such default, there shall be applied in payment thereof a like amount of any money that may be due and owing to the Contractor under or on account of the contract, so far as there may be any such money and the same shall be sufficient; and if there shall not be a sufficient amount retained from the Contractor, then the amount to be paid to the City in consequence of such default shall be a just claim against the Contractor to be recovered at law in the name of the City in any court of competent jurisdiction.

23. Subletting of Contract:

No contract shall be assigned or any part of the same subcontracted without the written consent of the City Manager and in no case shall such consent relieve the Contractor from his obligation, or change the terms of the contract.

24. Increase of Prices:

Should it become proper or necessary, however, in the execution of this contract for any change in design, or to make alterations which will increase the expense, the amount, if any, by which the contract price shall be increased in consequence of such change in design or alterations shall be determined by the City Manager.

No payment shall be made to the Contractor for any extra material, or of any greater amount of money than stipulated to be paid in the Contract, unless some changes in or additions to the contract requiring additional outlay by the Contractor shall first have been expressly authorized and ordered in writing by the City Purchasing Agent.

25. Delivery by Truck:

If delivery is made by truck, arrangements must be made in advance by the Contractor in order that the City may arrange for receipt of the materials. The material must then be delivered where directed. Truck deliveries will be accepted before 4:00 P.M. on weekdays only. No deliveries will be accepted on Saturdays, Sundays, or Holidays.

26. Verification of Weight:

The quantity of material delivered by truck shall be ascertained from certified weight ticket. In the case of delivery by rail, weight will be ascertained from bill of lading from originating line, but the City reserves the right to re-weigh at the nearest available scale.

27. Demurrage:

The City will be responsible for demurrage charges only when such charges accrue because of the City's negligence in unloading the material.

28. Re-spotting:

The City will pay railroad charges due to the re-spotting of cars when such re-spotting is ordered by the City.

29. Escalation:

If during the term of the Contract, the Contractor's price to others is below stipulated prices of this contract, the Contractor shall notify the City promptly of all such changes and the Contractor shall/give the City the benefit of such reduction in prices on all material or specification applying against this contract, shipped on or after the date of such price reduction.

30. Deliveries:

All materials shipped to the City of Long Beach must be shipped F.O.B. Long Beach, N.Y.

31. Trade Names:

In cases where an item is identified by a manufacturer's name, trade name or catalog number or reference it is understood that the bidder proposes to furnish the item as identified and does not propose to furnish an "equal" unless the proposed "equal" is definitely indicated therein by the bidder.

The reference to the above catalog is intended to be descriptive but not restrictive and only to indicate to the prospective bidder articles that will be satisfactory. Bids on other makes and catalogs will be considered, provided each bidder clearly states on the face of his proposal exactly what he proposes to furnish, or forwards with his bid a cut or illustration, or other descriptive matter which will clearly indicate the character of the article covered by his bid.

The City Manager hereby reserves the right to approve as an equal, or to reject as not being as equal, any article the bidder proposes to furnish having major or minor variations from specification requirements but complying substantially therewith.

32. Permits:

The Contractor shall take out at his own expense all permits and licenses necessary to carry out the work described in this contract.

33. Responsibility:

The Contractor shall be responsible for all materials or finished work furnished under this contract up to the time of final acceptance by the City.

34. Quantities:

If materials in this bid and contract are on a requirement basis, then the quantities may be increased or decreased, as the needs of the City shall require.

35. Firm Prices:

Firm price bids shall be given first consideration. Firm price shall mean a guarantee against price increase during the period of the Contract.

................
................

In order to avoid copyright disputes, this page is only a partial summary.

Google Online Preview   Download