resolution no. 2010-32s-r the purchase of two (2) knuckle …

46
RESOLUTION NO. 2010-32S-R RESOLUTION TO AWARD BID NO. MPWD-13-10 FOR THE PURCHASE OF TWO (2) KNUCKLE BOOM LOADERS WHEREAS, the Purchasing Agent of the City of Madison, Alabama, by proper notice, solicited bids for Bid No. MPWD-13-10 in accordance with Alabama's Competitive Bid Law, Title 41 of the Alabama Code for the purchase of Two (2) Knuckle Boom Loaders; and WHEREAS, it is the desire and intent of the City Council to award a contract to the lowest responsible and responsive Bidder who submitted a bid in compliance with the reasonable and stated specifications for Bid No. MPWD-13- 10; and WHEREAS, sealed bids received from bidders have been evaluated to determine the lowest responsible and responsive bidder who submitted a bid in compliance with the reasonable and stated specifications of the Bid No. MPWD- 13-10; and WHEREAS, the City Council, after full consideration of all bids submitted, finds that Work Trux submitted the lowest responsible and responsive bid that supplied the items as specified in the specifications. It is in the best interest of the City to award Bid No. MPWD-13-10 to Work Trux for the purchase of Two (2) Knuckle Boom Loaders for $141,927.00, which bid attached to and made part of this resolution by reference. NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Madison, Alabama, sitting in regular session on this the 8th day of November 2010, that upon final approval of this resolution, a contract for the above-described purchase or provision of goods and/or services shall be awarded to Work Trux. The Mayor of the City of Madison, Alabama, and its Purchasing Agent hereby authorized to execute all documents necessary to give effect to this award. READ, PASSED AND ADOPTED this 8th day of November 2010. ATTEST: Melanie A. Williard, City Clerk-Treasurer City of Madison, Alabama President of the City Council City of Madison, Alabama APPROVED this 8th day of November 201 O. Paul Finley, Mayor City of Madison, Alabama Resolution No. 201 0-325-R Page 1 of 1

Upload: others

Post on 07-Jan-2022

1 views

Category:

Documents


0 download

TRANSCRIPT

RESOLUTION NO. 2010-32S-R

RESOLUTION TO AWARD BID NO. MPWD-13-10 FOR THE PURCHASE OF TWO (2) KNUCKLE BOOM LOADERS

WHEREAS, the Purchasing Agent of the City of Madison, Alabama, by proper notice, solicited bids for Bid No. MPWD-13-10 in accordance with Alabama's Competitive Bid Law, Title 41 of the Alabama Code for the purchase of Two (2) Knuckle Boom Loaders; and

WHEREAS, it is the desire and intent of the City Council to award a contract to the lowest responsible and responsive Bidder who submitted a bid in compliance with the reasonable and stated specifications for Bid No. MPWD-13-10; and

WHEREAS, sealed bids received from bidders have been evaluated to determine the lowest responsible and responsive bidder who submitted a bid in compliance with the reasonable and stated specifications of the Bid No. MPWD-13-10; and

WHEREAS, the City Council, after full consideration of all bids submitted, finds that Work Trux submitted the lowest responsible and responsive bid that supplied the items as specified in the specifications. It is in the best interest of the City to award Bid No. MPWD-13-10 to Work Trux for the purchase of Two (2) Knuckle Boom Loaders for $141,927.00, which bid attached to and made part of this resolution by reference.

NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Madison, Alabama, sitting in regular session on this the 8th day of November 2010, that upon final approval of this resolution, a contract for the above-described purchase or provision of goods and/or services shall be awarded to Work Trux. The Mayor of the City of Madison, Alabama, and its Purchasing Agent hereby authorized to execute all documents necessary to give effect to this award.

READ, PASSED AND ADOPTED this 8th day of November 2010.

ATTEST:

Melanie A. Williard, City Clerk-Treasurer City of Madison, Alabama

President of the City Council City of Madison, Alabama

APPROVED this 8th day of November 201 O.

Paul Finley, Mayor City of Madison, Alabama

Resolution No. 201 0-325-R Page 1 of 1

TO: Mayor Finley City Council Finance Department City Clerk

FROM: Dana Stahl

DATE: November 4, 2010

RE: Bid No. MPWD-30-10 (Purchase 2 Knuckleboom Loaders)

The Public Works Department and the Finance Department Purchasing Division evaluated the three (3) bids received in response to the invitation to bid for the purchase of the two (2) knuckleboom loaders. After a thorough and extensive evaluation process, it is the recommendation of the departments to award Bid No. MPWD-30-10 to WorkTrux

Recommendation based on the following evaluation report:

Bid No. MPWD-30-10 (Purchase of 2 Knuckle Boom Loads) Evaluation Report

Southeastern Truck Body & Equipment PalFleet Truck Equipment Company WorkTrux

1. Bid Specifications required non-telescopic 1. Bid Specifications required non-telescopic 1. Bid Specifications required non-telescopic fixed boom heavy duty waste crane. fixed boom heavy duty waste crane. fixed boom heavy duty waste crane.

Bidder proposed a knuckleboom loader designed Bidder proposed a crane to feature a link system Bidder proposed a 20' fixed boom. The 20' fixed for one-person operation. Loader mounted between the main and outer boom system to boom is a non-telescopic boom. between the back of the chassis cab and the increase capacity and provide for a near constant front of the dump body. Loader utilizes a main rate of movement for ease of control. Outer boom The equipment proposed by the Bidder meets the boom, jib boom, extendable tip boom, and cylinder mounted above arm system for maximum specifications. rotating trash bucket to lift and load material. An protection and main boom cylinder protection via extendable tip boom is a telescopic boom. guard; cylinder rod is not exposed and extension

cylinder mounted inside arm system. The The equipment proposed by the Bidder does not extension cylinder is a telescopic boom. meet the specifications for a non-telescopic fixed boom The equipment proposed by the Bidder does not

meet the specifications for a non-telescopic fixed boom

2. Safety Specifications required the waste 2. Safety Specifications required the waste 2. Safety Specifications required the waste crane to comply with latest edition of crane to comply with latest edition of crane to comply with latest edition of ASME/ANSI standards B30.5 mobile ASME/ANSI standards B30.5 mobile ASME/ANSI standards B30.5 mobile knuckleboom cranes and B30.22 articulating knuckleboom cranes and B30.22 articulating knuckleboom cranes and B30.22 articulating cranes. Waste crane tested for stability on cranes. Waste crane tested for stability on cranes. Waste crane tested for stabiltty on truck chassis in accordance with the latest truck chassis in accordance with the latest truck chassis in accordance with the latest requirements of ASME/ANSI standards requirements of ASME/ANSI standards B30.5 requirements of ASME/ANSI standards B30.5 B30.5 mobile knuckleboom cranes and mobile knuckleboom cranes and B30.22 mobile knuckleboom cranes and B30.22 B30.22 articulating boom cranes. articulating boom cranes. articulating boom cranes.

Equipment proposed by Bidder does not meet Equipment proposed by Bidder does not meet Equipment proposed by Bidder complies with the requirements of safety specifications requirements of safety specifications requirements of the safety specifications

3. Grapple (bucket) specification - 72" grapple 3. Grapple (bucket) specification - 72" 3. Grapple (bucket) specification - 72" (bucket) when opened. grapple (bucket) when opened. grapple (bucket) when opened.

Bidder proposed 60' grapple (bucket) when Bidder proposed 59.B1 grapple (bucket) when Bidder proposed 72" grapple (bucket) when opened opened opened 4. Specifications required 28 yd dump body 4. Specifications required 28 yd dump body 4. Specifications required 28 yd dump body

The Bidder proposed a 18' dump body Bidder proposed 26 yd dump body Bidder proposed 28 yd dump body

Bid No. MPWD-30-10 (Purchase of 2 Knuckle Boom Loads) Evaluation Report - continued

Southeastern Truck Body & Equipment Pal Fleet Truck Equipment Company WorkTrux

5. Specification required 3500 Ib lift capacity 5. Specifications required 3500 Ibs lift capacity 5. Specification required 3500 Ib lift capacity without attachment without attachment without attachment

Bidder proposed 2450 Ib with attachment Bidder proposed 3550 Ibs without attachment Bidder proposed 3500 Ib lift capacity without attachment

6. Specification required warranty as follows: 6. Specification required warranty as follows: 6. Specification required warranty as follows: a. One (1) year parts and labor a. One (1) year parts and labor a. One (1) year parts and labor b. Two ( 2) years turning ring and gearbox b. Two ( 2) years turning ring and gearbox b. Two ( 2) years turning ring and gearbox c. Three ( 3) years structural and cylinders c. Three ( 3) years structural and cylinders c. Three ( 3) years structural and cylinders d, Three ( 3) years optional joysticks d. Three ( 3) years optional joysticks d. Three ( 3) years optional joysticks

Bidder proposed: Bidder proposed: Bidder proposed: a, One (1) year parts and labor a. One (1) year parts and labor a. One (1) year parts and labor b, One (1) year turning and gearbox b. Two (2) years turning and gearbox b. One 91) year turning ring and gearbox c. One year for cylinder c. Did not bid c. Three (3) years structural and one (1) year

cylinder

7. Bidder did not submit bid in accordance with 7. Specifications require PTO must be dash addendum #2. Bidder was present at pre-bid mounted with a light or safety buzzer. conference and notified to submit bid in accordance with addendum #2. Bidder did not respond to requirement in the bid.

Finance department verified this requirement is standard on the equipment proposed by the Bidder.

TOTAL BID PRICE - $119,854.00 TOTAL BID PRICE - $131 ,884.00 TOTAL BID PRICE - $141,927.00 DELIVERY TIME AFTER RECEIPT OF DELIVERY TIME AFTER RECEIPT OF DELIVERY TIME AFTER RECEIPT OF PURCHASE ORDER PURCHASE ORDER PURCHASE ORDER

60-90 DAYS 5 MONTHS 9 WEEKS

SECTION 7.0 PROPOSAL

BID No. MPWD·30·10 Addendum No.2

The Bidder declares that he or she has informed himself or herself fully in regard to all condilions pertaining to the work to be provided; and has examined the plan, drawings, specifications and Bid Documents relative to the work to be provided. .

The Bidder proposes and agrees, if this proposal is accepted, to contract with the City of Madison, Alabama, to provide all the work as described in the Notice to Bidders, Invitation to Bid, Specifications, Instructions to Bidders and related documents, which are made a part hereof to the same extent as fully set out herein, and in full and complete accordance with the described and reasonably intended requirements of the Specifications and to the full and entire satisfaction of the City Council of the City of Madison, Alabama. This bid is for the purchase of Two (2) Knuckle Boom loaders for Madison Public Works Department.

1. Two (2) Knuckle Boom Loaders (includes delivery) BID AMOUNT: $ J3'180~.O( One (1) 4-Hour Onsite Training Sessions for Operators of Knuckle Boom Loader

-z..{ O. (x. 2. to demonstrate operation of Knuckle Boom Loader BID AMOUNT: $ One (1) 4-Hour Onsile Training Sessions for Operators of Knuckle Boom Loader z"So.oo 3. to demonstrate actual use of Knuckle Boom Loader BID AMOUNT: $ One (1) 4-Hour Onsite Training Session for Mechanics to demonstrate

UD.O\J 4. maintenance on Knuckle Boom Loader BID AMOUNT: $ 5. Right side joYStick BID AMOUNT: $ IS ~z..,f0 6. Left side joystick BID AMOUNT: $ 1$6 2-.,f 0

7. i Removable heat shield BID AMOUNT: $ ICjo.if)O

TOTAL BID PRICE: $ NFiJ.-1.fYO

Delivery Time after Receipt of Purchase Order (# of days, weeks or months 1 q Wee-kS Attached hereto is a Bid Bond or Cashier'S Check for the sum of $, __ .:.1_1)--=°=---,0_° ________ _

The Bidder acknowledges receipt of addendum (addenda), if applicable: _-1'/:"'£==$'--_______ _ YE S The Bidder acknowledges Non-Collusion Bidding Affidavit is signed, notarized and enclosed: --,..L_=-=-__ _

Y.cs The Bidder acknowledges Statement of Qualifications/Experience is signed, enclosed ___ -I-~-=--'---

The Bidder acknowledges Certificate of Non-Suspension or Debarment signed, notarized, enclosed: YES The Bidder acknowledges Copy of Manufacturer's Specifications enclosed: ___ Yi<--E_S ______ _ The Bidder acknowledges Proposal Form is completed and signe;:;>')" _--,,_-;;-_--1.>}--=E.;=-S ______ _

Addresr '7.., I "? / ? . 1-(;),.) - z:> £.-I;) - -::> ~ ~ b Phone Number

MPWD-3D-10 Two (2) Knuckle Boom Loaders - Addendum No.2

tI

Print Name} ( lID L! I b

Fax Number

Page 21 of21

SECTION 4.0 NON-COLLUSION BIDDING AFADAVIT

BID NO. MPWO-30-10 Submit with Proposal

By submission of this bid. each Bidder and each person signing on behalf of any Bidder certifies, and in t'le case of a joint bid each party thereto certifies, as to its own organization, under penalty of peljury, that 10 the best of his or her knowledge and belief.

1. The prices in Ihis bid have been arrived at independently without collusion, consultation, communication, or agreement for the purpose of restricting competition as 10 any malter relating io such prices with any other Bidder or with any competitor.

2. Unless otherwise required by law, the prices which have been quoled in this bid have not been knowingly disclosed by the Bidder and will not knowingly be disclosed by the Bidder prior to opening, directly or indirectiy, 10 any other Bidder or to any competitor.

3. No attempt has been made or will be made by the Bidder 10 induce any olher person, partnership, or corporation to submit or no! 10 submit a bid for the purpose of restricting competition.

4. I certify that neither I nor any representative of Ihe bidder 10 my knowledge is a party to, or has participated in, any agreement or collusion in reslraint of freedom of compelifion with respect to the project bid herein.

(Please sign in BLUE ink)

Dated: __ q_\ ..... ''-Io.--1-\ -,-' ,) ___ _

Printed Name

I, the person who subscribed the above certification, do affirm under the penalties of pe~ury that !he statements hereinabove set forth are t"Ue in every respect and Iha~ if I am not Ihe Bidder, I was at the lime of said subscription t~e agent, Qfficer, or employee of the Bidder authorized 10 execute said certification in the ame of !he Bidder.

Dated: q \ 16 I,,, L74-X ~~--~~--~--~----~~-----­Signature !1ECP:- L.

Printed Name STATE OF __ ..l'A::u...1 _________ --l)

COUNTY OF D \OLt.{\. -\: )

CITY OF Q..e.i'l'.\..?-Y )

SWORN to and subscribed before me this ---,1 ... 1",0 ___ day of So f l- ,20 10

f( oi-eUc, Notary Public

My commission expires: .....:J:...;<J.(\e ____ 2.c.;I:....;." I).D_I..;t/-'---_

City of Madison, Alabama Page: 13 of39 M?WD-30~ 10 Two {2) KnuCkle Boom Loaders

SECTION 5.0 CERTIFICATE OF NON-SUSPENSION OR DEBARMENT

BID NO. MPWO-3D-10 Subm it with Proposal

1. All persons or firms, including subcontractors, must complete this certification and certify, under penalty of peljury, that, except as noted below, helshe or any person associated therewith in the capacHy of owner, partner, director, officer or manager: a. are not presenHy debarred, suspended, proposed for debarment, declared Ineligible, or voluntarily

excluded from covered trensactions by any federal department or agency; b. have not, with the three (3) year penod preceding this certificaHon, been convicted of or had a civil

judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (federal, state, or local) trensaction or contrect under a public transaction, violation of Federal or staie antitrust statutes, or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property;

c. are not presently indicted for or otherwise climinally or civilly charged by a governmental entity (federal, state or local) wHh commission of any of the offenses 6stad in subparagraph (1)(b) of this certification; and

d. have not, within the three (3) year penod preceding this certification, had one or more public transactions (Federal, state or local) terminated for cause or default.

2. If such persons or firms later become aware of any information contradicting the statements of paragraph (1), they will promptly provide the information to CHy of Madison Finance Department.

If there araany exceptions to this certification, insert the exceptions in the following space:

Exceptions will not necessarily resuh in denial of award, but will be considered in determining bidder responsibility. For any exception noted above, indicate below to whom IT applies, initiating agency, and dates of action.

(Piease sign in BLUE ink)

Dated q) ICD /1 6

Pnnted Name

I, (! GGI (... L-. t:e,£ Wi tL Y the person who subscribed the above affidaviL do affirm under the penalties of peljury that the statements herainabove set forth are true in every respect. If I am not the Proposer, I was at the time of said SUbscription the agent, officer, or employee of the Proposer authorized to execuie said

affidavit In the name of the Proposer. /? -//. ~ Dated: q [, (. !t~ ~~=::::-I-""::'~..L:.r---'-'_~_--ff-_

~l:iL L, GE.;Vl/!j Printed Name

STATE OF~el.!I ______ --,

CITY OF e. e.-o \ a. d) I

COUNTYOF~~~\~Q~"~b~J~ __________ ~

SWORN to and subscribed before me this..J..!£. day of S?1)t ,20 I Q

R Q loll rc 0,< g d:Lda '*= Notary Public)· , I My commission expires: .j lttit- 2.1) 2.{)l'1

City of Madison. Alabama Page 14 of 3S MPVVD-3D-10 Two (2) KnucJde Boom Loaders

SECTION 3.0.1 EXPERIENCE STATEMENT

MPWD.30·10 Submit with Proposal

List at least five (5) references for equipment of a similar nature purchased within the last five (5) years.

I hereby cert1fy that I have performed the work listed below:

(Please sign In BLUE in~)

LOt>4-pe.,\\.., X U G , ,c:,o . Name of Proposer

Ceq l G r:;..r\JTO-y Name of Authorized Represenlatlve

.

Name of Company (Municipalltv) Address (City, Stale, Zip) Telephone No.

1, ~ d·--r. D;:::' OeLi!14-vIf p,,-! hCl.;~" J tiL 3> S J 1--'-1- lo,s ~ fc 2.0 1o'f3z--

2, ~ ~j--nr= tktV 1$'\1 I 11 ~ ~,v\S v ~ /Ie" ,I'lL., :3 Sro5" "l-Sfo- "683- 395 S"

3, C l-fy b{- CL.IIV-1oiV CL..'l'Vi~1\.J I Ms. ~qo~o bD /- q 7,/- 'Zz.5~

4, crty Or c.A-I'e~1l ~ ttLEt.A I fit. ~SD'fO ZlIS- ~,g- ~'6b9

Model No.

II I/ODTI- 18·!

1-1 { ISoTL , Il(· t v

rf 115'OTL.. -(g,:?, ,/

# I ISO tL- \8', v , tt-t£ft-~ __ . _ tlE:FL-ltV I ttL. ~ &t~ _ "NT" =_!f'.3 -: 1-'2<96_ l-IllSi.Y!L_-l§'--__ 5-'.. c, Ij)' ex: )..-

City of Madison, Alabama paga120f39 MPWD-30-10 Two (2) Knuckle Boom Load ...

7/.9l!512010 13:30 SilverStone Group "Cecil Gentry 2(3

~ -u. . CERTIFICATE OF LIABILITY '''.~. 11'!2. A. 9." ."nlO

.J)Ci~; N~~ED AS. A-,"' ,_~.OF INFORMATION ONLY AN" CONF"RS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS

" OR NEGATIVELY AMeND, EXTeliD OR ALTER THE COV!:RAGE AFFORDED BY THE POUCIES ;:;;; _~!I!. ':.':" OF ooES NOT CONSTITUTE A CONTI<ACT BE'TWEEN THE ISSIlING INSURER!S), AUTl-IORlZED

".,; OR , AND THE CI:RTlFICATE HOLDER.

,mrvn '"" ',n If Ih~ .. u,~. ,Oau

' holcf.>r ,~~;;'~W'-"V~"L , tho I I must be If "uri IS ;-righ~.t; to may require an endOlSement. A statement on thts ~ d~s not confer the

~." Group .""" • .,)7 0<. "7' I ... ", .:,~~~ ~1i:5i6- Mi:I::acle Hills Drive

Qnlaha NE 68154 -, .Mm

. "Ar.~T~' ~4"'a

l::i~ .. ~~~~ Inc, .", Paul - ~. ., 17~4'

-'·h '"~, Co 116535 Inc., FTEC, Inc. 3501 7; 11th _c,

Bluffs 51501 1 ........ 0,

ION ..... R.,

~i!li ~ ""-"8 ~ nuOL ~~Ft¥!S8£;~ ~ UCY : ~E ~u.!t~', ~~~ 01 I "iERE'~ ';'!'!II ~! '" TO

~,~ W' , ."' Xi';,rfs SHOWN .,BEE& ' "",0 CLAIMS.

'['ll\' POUCY NUMa.R UM""

• ~1!RA1. LIABIUTY III 111 I .2,000,000

jx 1.250,000

'----~ CLAIMS-MADE ~ OCCUR M=' .$,000

, $2,000,000 -

-;=j~oucyr lf~~ 'rfLOC

,';';00;-000

• A U4B1UlY 61n-S42X9176-EH~-lO I Ol, 000. 000 !--

~_A1JTO BOOIL' " ...... If - AU..OWNECAUlOS

BOOILYI , ...... .., • ~

SCHEOUl..ED 1Wf0$ OAMAGE • HIRED ,AUTOS

i-~OWNE[} AUTOS • oed: comp $250/Col1 $500 •

A

Ii< ,lWl H~cu, !e.<-93.53l\.S91 7/l/2011 EACH ",0,000,000

;- -Gl. • UO,oo,

~ I.

§~~ 1°J.:'"

nH • 0 .,. E.L.

c.L DISEASE· • 'balow I •. L DIS"""'. ~,,~ "u.. •

~ 'oqu'p ·~~~~a42K916;! ;~i~~m ;ji~mi ~~.~OO Oed S2;'(I

{Attac:b ACORD 10'1, AddItlllfllJ! ftQrn'l!l'it:s smcdullt, If·moiV.~'' requirod}

10 days noti~e of cancellation for non-payment of pxemium.

s;.~ :

CEFITlFlCA1'E HOLDER CANCELLAl10N

SHOUL.D ANY OF lJiE ABOVE DESCRIBED POUClES BE CANCEL.LED BEFORE1HE EXPIRATION DATE 7HER5OF. NollCE WILL. BE DEUVERED IN ACCORDANCE WlTM THE POUCY PROVISIONS.

Woxktrux, LLC 2800 Powell Avenue South Birmingham AL 35233 Alf1'HORlZED ~eNTAnve

I JlL-AAt-

® 1988-20011 ACORD CORPORAl1011. All rights ........ rved.

ACORD 25 (2009/1/9) The ACORO name and logo are reglsterea marks of ACORD

01ftcialCheck Date:.~0/04/:l0

O.3344(

Brnru:h: 0002

REMITIER WORKTRUX

PAY EXACTLY **~oo AND OO/lOO DOLLARS $~OO.OO

TO THE ORDER OF CITY OF MADISON

~dlA<#m/l .,.....,; '. . . '" '. . . . ..... '. . ..... l" . . ':' :' :>., :' ". ." . . .

: ' :i~~~p(Jb3·il.~O'~lipj;.,t!60g:~~:~i·::·:~~DotJ;L6;~ ..' " ,\:L ~.\ .,:~>: "-, ';: . . \;,. .::':;.>' '~:·.'_.::f:\~: ~,:.: ::t~:~1:~:x.~i:.;:\';;;;(;;~';J:_~i:r~ :.?: .)lrr~}!i~;'~,r,:·:'/;<':';;i:,;:J~: . .' ,::;' ,-

CUSTOMER: City Of Madison CONTACT: Manly Story ADDRESS: Finance Dpt

100 Hughes Rd CITY, ST, ZIP: Madison. AL 3:,758

PHONE: 256-772-5600 FAX:

Make:

Model:

We Make Trucks That Work! 800-749-3238

QUOTATION

Year: WJB: 'Trans: GIIWR:

Control Station Work Platform IlnstaUedAt Factory

Factory Dump Body 20 x 96 42" at FrontTo 72" High 8' From The Front

Inside Of Dump Bed

NOTES: Bid#MPWD-30-10

C-A: C-T:

Chassis must be drop shipped to Factory In Trenton, N.J. and Worktrux will delivsrto city.

QUOTE NUMBER: 97547 QUOTE DATE: 9/1512010 VALID UNTIL: 1013012010

SALESPERSON: Cecil Gentry

Sin fe/DuaJ:

Sfock#:

97547

1 of 1

TOTAl ___ 'L---'=-'"

Customer must fill outthe information below and fax to 334·794·8874 before the order can be processed.

A~pwdby ________________________ _ PO.number. ______________________________ ___

D8tO: _____________ _ Chassis ETA: _______________ __

• Labor and installation is included in aI/ pricing unless otherwise noted. .. Body paint is not guaranteed to match OEM paint. .. Quoted price does not include any applicable taxes. .. Tenns are Due Upon Receipt unless prior credit arrangements are made at the time of order. + Please note if chassis is furnished, it is as a convenience and terms are Net Due on Receipt of Chassis.

SECTION 6.0 SPECIFICATIONS

BID No. MPWD·30·10 Submit with Proposal

Addendum No.2

GENERAL INFORMATION AND INSTRUCTIONS -These are minimum specifications.

This bid is for purchase of Two (2) 20 ft. Non Telescopic Fixed Boom Heavy Duty Bulky Waste Cranes. The two (2) one (1) man operated loaders with 28 yard dump bodies will be mounted on two (2) chassis by the sllccessful bidder (specification of chassis listed in Section 6.0, Item 6.20). Knuckle Boom Loaders must be new, unused and of current year production. Units must be furnished with the design and construction features specified and must be delivered, serviced (alllubrlcaUon points greased/oiled to proper extent, etc.) and ready to operate. Delivery location Is Public Works Department, 400 Celtic Drive, Madison, AL 35758.

The Intent of these specifications is to describe the Hawk 1150 loader, a Non Telescopic J::rnm£\I..QJ.lli Bulky Waste Crane designed primarily for use as a hydraulic refuse loader and grapple machine and dump body. It Is to be mounted behind the cab for loading of bulk waste Into a suitably designed body attached to the chaSSis. If bidder is proposing any models other than the H~wk 1150 bidder must list all exceptions. Any bidder proposing a model other than the specified may be required to provide a demonstration of the unit for inspection prior to award of bid to validate compliance. Bidder must provide printed literature proving compliance with specifications. The brand name (Hawk 1150) Is for reference only to be "equal to" or 'to exceed'. Bids on equivalent Items meeting the standards of quality thereby indicated will be considered, providing the bid clearly describes the item (article) offered and indicates how it differs from the referenced brand.

This bid Includes the purchase of on-site training for operators of Imuckle boom loaders. Bidders must not Include the price for the on-site training In the price of the knuckle boom loaders.

ATTENTION ALL BIDDI;RS For safety reasons, the product bid niust be a true rated crane and must comply with al! applicable American National Standard Institute (ANSI) and American Society of Mechanical Engineering (ASME) standards. Cranes or loaders Which do not comply with these features may be considered non-responsible or non­responsive. Compliance with lust the Z 245.1 Safety standards will not be accepted as complying with the ANSIIASME standards.

REQUIREMENTS Bidders are instructed to complete the following form(s) by placing an X In the correct column (Yes I No I Alternative) for each requirement described in the specifications.

YES

NO­

ALTERNATIVE

Indicates that the equipment offered by the Bidder meets and/or exceeds the specifications

Indicates that the equipment offered by the Bidder does not meet the specifications

Indicates that the equipment offered by the Bidder Is an alternative for meeting or exceeding the specifications.

MPWD-30-10 Two (2) Knuckle Boom Loaders - Addendum No.2 Page 1 of 21

6.1.1

SECTION 6.0 SPECIFICATIONS

BID No. MPWD-30-10 Submit with Proposal

comply with the latest edition of ASMEIANSI standards (B30.5 mobilFJ l an_dJ B 30.22 articulatino boom

Waste crane must be tested for stability on truck chassis in accordance with the requirements of ASME/ANSI standards (830.5 mobile knuckle boom cranes) and (B

g boom cranes)

Waste crane and dump body must comply with the latest edition of Z 245.1 mobil qulpment safety req

Crane must be a minimum of 70,000 ft-Ibs. (This rating will be determined and publisherll by the crane manufacturer as per the criteria in the latest edition of ASME/ANSI,

Bidder must include a copy of the manufacturers graphic load chart as part of the packag

MPWD·30·10 Two (2) Knuckle Boom Loaders· Addendum No.2

In

Page 2 of 21

6.2.6

6.2.7

SECTION 6.0 SPECIFICATIONS

BID No. MPWD-30-10 Submit with Proposal

g envelop

Minimum rated capacity without attachments and measured from the center line of

b.

c.

's.3,IGEOMt::1T!:tli ";C#pi\~ili"e~·.f(

a.

,g heig

MPWD·3IJ.10 Two (2) Knuckle Boom Loader" Addendum No.2 Page 3 of 21

6.4.1

6.4.6

SECTION 6.0 SPECIFICATIONS

BID No. MPWD-30·10 Submit with Proposal

118 Inches at ndlevel.

Crane must be attached to the chassis using four (4) pairs of 1-inch diameter heat t .. ,,,t,,ri

Unit must have spacers installed between the truck chassis rails to avoid crushing the frame rails.

Means must be provided to assure that the frame rail spacers do not fali out in case studs

Crane hydraulic control valve must be mounted between the stem up right for aaequat~

Outriggers. one per side. must be an A-frame style and have a single cylinder and I"nntrnd

to extend and put down each of

MPWD·30·10 Two (2) l(nuckle Boom Loaders - Addendum No.2

x x

Page 4 of 21

item

6.4.8

6.4.9

6.4.10

SECTION 6.0 SPECIFICATIONS

BID No. MPWD-30-10 Submit with Proposal

No.2

Outrigger cylinder must be mounted inside telescoping rectangular tubing to prevent side I of the outrigger -,,"-".

Single cylinder outriggers must be used to assure the driver fully extends the outrigger to the full and safest position. (Multiple cylinder outriggers not alioWElcl)

Outrigger must have a full travel of 36" and travel a total of 11 Inches below grade to p_~Ds:ate for t InAVAn nrol mrl

6.4.11 t Outrigger span must be 118"lltground level (128" at full extension).

_6.<!J ~I OutriggElr~ mustoperate in<lElPendeDtof e!l()h other.

6.4:.13 I Outrigger must be visible from its ~"III~tln,

Outrigger ends must be fitted with smooth flotation pads - 12" x 12", pads must swivel to adjust

In Compliance I J\.& __ .... _£!.

Yes I No' -' K 4 I X-X I 1-,t\ I X

6.4.14 for uneven (ilround.

M ,;;f[I~;~~~!f~~jf.11l,j~~:i\i~~:li:t?,; .. :;;;l iX"0\(c'"·,'!;,,,i,,.;;'·;

•. ·,j\'~t.~t.ijt~~~lii~~iU~iuEk,;;:;x;;;.;;iI; < . ,·'aridtumtabls;' '. """,,", '. ~_~,' ",;i,> "" ,."" ,",',;',; , (', '," '. ,,,;;""i.,,"t,,·;;,i>';'

6.5.1 I must be powered,by a selHubricatingbt<Jirectional roller vane motor,

6.5.2 Rotational motor must deliver a minimum of 1933 inch Ibs. at flows of 1.0-2.0 gallons per minute. ~

MPWD-30·10 TIM> (2) Knuckle Boom Loaders' Addendum No.2 Page 5 of 21

SECTION 6.0 SPECIFICATIONS

BID No. MPWD-30·10 Submit with Proposal

"'''''""1.",, .... 1 •• ,""_ ... ~,

~- . - - . -- ~

Alter:tiVe --·l In Compliance .~-

Item ._---

Description Yes' No ~ . s ~ -~,~ ""'" ~ ~

, )( 6.5.3 ._.M~Lor must be_fully.ll~)viceable._~ __ ..• ________ .... _~~ ______ ~~ ..

,

Motor must have O-ring ports to prevent leakage. 'X' 6.5.4 --_. __ ._'_ .. _------Motor shaft seal must be able to withstand full system pressure, thus eliminating the need for a X 6.5.5 case dr§l.iI1-,-~ . ~ .

Turntable bearing - 25.75 Inch diameter connecting the stem and boom secured by Grade 8 bolts. )\' 6.5.6 ~ ~~- ~

Turntable bearing must be a 4-point contact ball bearing using 4150 for the Inner race and outer )\ 1--_ 6.5.7 ~ gear,~:tlatron bearings or bushings cannot be used). -_~ 6.5.1!. rl~oth hardness of turnt?ble bearing must be 8rinell 262 minimum. . -4-

6.5.9 Moment ar~m rating of turntable bearing must be 115,000 ft. Ibs. ~

X ~---------._--

The rotational motor speed must be reduced by a gear box by a factor of 19.75:1. (To assure a )( 6.5.10 safe and erocise rotation, direct drive rotation units wl.ll not be aeeeetad).

Rotational gear box musl be designed to withstand a maximum input lorque of 100,000 inch Ibs. X 6.5.11 and a 7,000 lb. radial load. ~ . .--

The gear box must turn a heat treated pinion gear which runs on the external gear teeth of the L _~.5.1~ turnLa.b.le bearing to accomplish tha rotation function.

6.5.1:3 ___ _ The pinion !Iller must_~~!!_sin9Ie piece, easily removable from JIlElJlear box shaft for r~9.!lment. X ~ -

MPWD·3D-1D Two (2) Knuckle Boom Loaders - Addendum No.2 Page 6 of 21

seCTION 6.0 SPECIFICATIONS

BID No. MPWD·30·10 Submit with Proposal

Addendum No.2

I_ I~"----' _p~OITlPlian~ .. e.1: .... _~.J.t.ernative . ~ Item D~.!r:iption:: n ... _ Y~ N~, .. _"

~5.14 I Rotationalrr;ast m~lst consist of a 1" plate with a,3/8" minimum box structure. I 4 I 'i-'---""""-'-'-'-

6.5.15 ~ast must consist.of mounts for the inn"r bO'2!!L,and Inn"r boom cylit\der. '.-------,-~I

Boom must rotate to the front centerline of the cab from the curb side of the chassis (counter' V 6.5.16 I clockwise). f\

~.6 INN~R'El~-'T-he-sta:dard inner boom must'be of th: un~e~lu~b ~!lrle;;~~dPerai;e~:~~~'I~""'" -,,,,,[-•. ,"l}~~,. Iciwere(Ftl~{usl!!"of a','doubl~-acling hydraulio:cylinder'conneotedipelWeen II· and the,:mast. ' ". .' , " ·I,·: .•. ~.;·;j.v

___ . assembly and mustarticulale throllghJ02 degree. ' ___ ",_ .,,;.,c~-,,!_.~_=~

Inner boom must articulate by use of an under boom mounted oylinder from 22 degrees to +80

I-..§;,,~degrees. . . I 1-\---1---+-----Must have fixed 138" boom constructed of 8" x 6" x 3/8' tube. One piece - dual tube booms not

.~~4, acoeptab!e. __ j-________ ' ___ '

Cy1lnder mounts must be below the inner boom. Holes must not be cut In the 8" x 6" boom for X 6.6.3 cyl!nder mounting (or any other reason) 10 assure the strongest boom is provided. ______ • _____ ._~_

6.6.4 Pins must be secured in place with a hex head which Is keyed into!,! lock on the mount!.~l'"l:a::;te"'.--t.....:...-\-_t-___ I ______ ". ___ ,.""1

6.B.5 Pin must be secured usin>! a lock nut which is threaded onto the pin. J{ 6.6.6 -A Inner boom cylinder must not be able to come in contact wtth Ihe dump body. ----.--

Base pin for Ihe inner boom oyllnder must be connected via a balance link to ensure equal load L. B.6.7 I on the e.Jil:

MPWD,30-10 Two (2) I(nllckle Boom Loader. "Addendum No.2 Page 7 of 21

6.7.3

SECTION 6.0 SPECIFICATIONS

BID No. MPWD·30·10 Submit with Proposal

Pins connecting the outer boom cylinder to the inner boom must be 1144 stress proof or 1050

6.7.4 I Hoses must be a replaceable part and not require purchase of additional parts or assemblies to

MPWD-30-10 Two (2) Knuckle Boom Loaders - Addendum No.2

In

Page 8 of 21

.8.7

SECTION 6.0 SPECIFICATIONS

BID No. MPWO-30-10 Submit. with Proposal

Cylinders must be re-buildable and use readily available packing kits and be available from

Inner and outer boom cylinder must use externally threaded caps and identical packing kits for

Inner boom and outer boom must have load holding valves or velocity fuses 10 lock or slow the

Inner and outer boom cylinders must have the velocity fuses externally mounted to allow easy regair or replaceme

, ' ' - --'-.' _.

two continuous flows to allow operation of 2 functions

MPWD-30-10 Two (2) Knuckle Boom Loaders - Addendum No.2

In

Page 9 of 21

SECTION 6.0 SPECIFICATIONS

BID No. MPWD·30·10 Submit with Proposal

Addendum No.2

~~. _~ _= Description ~. Q' C"v:~mpli~~:±=:::lternative 0.9.7t Inlel and midsection Inlet must have an a~ble relief set at 2300 psi. [:K I I

,.V I All cylinders musl be protecled by work.port reliefs. _~_.

Valve musl work with tandem pump to allow multiple functions to be done simultaneouslYjf I wilhout Ihe loss of power. "-"-L\.-\--4.---4-

Musl have 25 mloron return filler Gr",sen spin on or equal. .---.---------'hA-+_--\

., '1 All hose~glhs must be minimal. steel hydraulic lubes must be used to limit long runs of hose., )(

Hoses routed through Ihe column must be equipped with swivels to revent hose twist. ____ 1---. ____ _

'v : Steel hY.cJ!'.~ullo tubes must be mounted in b(Jlt on clamps. .-----.--I-..c:..-.-+----1-------

Hydraulic tubes must be posltione<!.to minimize dama~_. ______ -X -\-. __ _ Any hose passing through a hole or in a close tolerance or exposed area must be covered with "a separate abrasion sleeve. _______ _

_~ Hoses must be two-wire and exoeed 100 R2 with permanent 4000 psi crimp style fittings. X

MPWO-30-10 Two (2) Knuckle Boom Loaders - Addendum No.2 Page 10 of21

SECTION 6.0 SPECIFICATIONS

BiD No. MPWD-30-10 Submit with Proposal

Addendum No.2 - i4 ::m ........ ¥ tr war! IM"UljI'ltm11l11~

I __ . In Compliance Item t Description I Yes 1 No

Alternative

~.9",20 Gate valve required to isolate tank when servicing the pump. -1-4--+--.. ---+- ____ _ Must have a 1-),,' suction line with reusable ends secured by T-bolt clamps. (Hose or band

I--- 6.9.21 I clamps are f!ot acceptable). K 69 .. ?2 Divelier valve required to switch between crane oeeratio[1s and dump bod)'. function. X I

6.9.24.~:rO must be Chelsa Hot Shift with over-speed control.

6.91.~t_--.£'TO control must be dash mounted with a !Ight or-,s",a,-,fe~ty,--"-bu",z:::z",e,,,r. ____ . -----~ _ I HO.t .. shlfl PTO, when activated, must automaticallY. disengage the PTO when the truck Is placed If

6.9.26 I in gear and reengage with the transmission is returned to neutral. .• ____ ._ (\ .-+---t--------

Must have a protection procedure provided which will not allow simultaneous operation of the \I

crane and dump body. ...Ll_. j---._\------.---r. _.=-> __ X 1Ai:1S P;<efl/('i> ~ C~"lse ... j .

~.9,2L

PTO must not operate when the vehicle's transmission is In gear to avoid accidental activation V. ... .

6.9.27 I of the cr~ while In transit. ~- I --1'---' , ___ _ System must include two pilot operated check valves to maintain the cylinder stability of both II

~.9.281 outriggers. .__ 1\ ' __ -j --l

Swing control valve must be provided to control crane rotation under load and to prevent the X 6,9.~ load from overpoweringthe crane. . "''''-====0.,:,y,-,=='"h'0'''''-*=''''c='7=~~'''~-''"''i • 611.0' ·<···WAtkB~~\ijBiJ~&~T~6ks,r·cf~hel~~hW~,~ ·.··\o.J1.1~~~;;~j~::tt;§·if$~riJtijh~;~i!~~:·.,· .,. ",'

.. ' '.*6w~r: P!Jiir~jlje;'Walst1IeV'er rf)?lriUafl~ver·Qohtrclls~re·:~t~hq~tdartd:prOYId'a~ilp~r<i!!9h'. t' fromeithar'sldffofthe·vehlcle,.; .. _ .. _ .• ~. c.:.' ""'. "'::"::.J ... "",,,,~.---J'--"-_ .. "'-"'--_____ ~'~~~~C __ .......4

MPWD·3D,lD Twa (2) Knuckle Boom Loaders· Addendum No.2 Page11 0121

Item """''''''',

6.10.1 1.-.2!l!'rator's station must be

~

SECTION 6.0 SPECIFICATIONS

BID No. MPWD·30·10 Submit with Proposal

.. --_ .. -_ ...... _.

Description ~~

set above the Cl18ssls constructed from ex[>anded 9rle strut.

must be constructed of a minimum of 2' x 2' rectangular tube. 6.10.2 --_ .. ,-- Frame for driver's plalforl1l_

_ ...

Operator's station must be accessible from the ground by two sleps mounted on each side of 6:10.3 I the vehicle. -

a non-skid grate and must have a handrail for safe use.

ng between the cab and boom controls must be sufficient for safe

6.10.41 Steps must be covered with

Size of platform and spacl __ 6.10,51 'and efi'icient movement oft he operator whOe m~!Iipulaling the boom controls.

Truck exhaust must be m lodlfled so It discharges a minimum of 24' beyond the rearmost rm. -6.10.61 porti~!1 01 the control plalfor.

sl be used. -'-,«- .. --._-_. "--.flc1.()LL. __ \l<31!l".l;iLqontrol handles_~.

.1 a eermanent weather resistant taa. 6.10.8 ,--- Controls must be lab~led 0

Controls must be self-cente

In Compliance Yes No

X K

X X

.6-X )(

X . __ 6.10,!1.

6.10.10

rin(! in the neutral !:,osition. -- X Controls must comply with -,'tandards sel forth In ASME 830.5 and B 30.22. .. .-X-

6.10.11 ss and be designed to eliminate freeze up In cold wealher. L ,alves must be utilized with dual-mirror Image controls aI/owing X f the truck. _QJgc1?

Controls m!:lst be greaseles

A single bank of control operationfr.D.t11.boti.1 slde~_() -----_._-- .--.-.-.---~------.

MPWD-30-10 Two (2) Knuckle Boom Loaders - Addendum No.2

Alternative

--

--

--- --'"---' .. ----------

. .. ---.----. I

I

--------,--------_.,.,-

-

."-" ___ "_0'- ._-

Page 12 of 21

F'"

Item -""

~

SECTION 6.0 SPECIFICATIONS

BID No. MPWD·30·10 Submit with Proposal

Addendum No.2 _ J. T -I

In Compliance Description Yes 1 !'I_o

fltlfR(3 lledy...eafllfel--mtISt-Ga-metiffied se tl1e-dfiveris-staflaiflfj-9n tho gretlR4-fleJ4-ta .L #!IHiFiveRHleOF-WReFKItlfR!lin~bC.:r.e 1'.1"-1 ~

Alternative _____ ,

~.14 ~D1P control must be 2I:Qperly labeled. _

6.10.151 Total heiQht ofthe vehicle must be stated.on the dashboard of the truck . . - , '" c'.: '._ ,:" , ", _, 'c . . "'. .. . . .,". . ,. ~. ,

6.11' ·C()~PONEI!I!"S!JI?~(j~RS;.,i(Jgy~ra~I~El'!I,,:colr\~l~i~,'~~iI!lo~~~;t~rml~i!fpl~~4h .; ••.• EI,'P!lf1l;ii\t~ef~LJI~y' Wast!;l(3rane'mu~tuserparts·'YJhlch·hl;lve;Il1LJlt!Plti\i,lf!tir~.m!l~e~

"aources;:,~' . .'\.: ::;,,' :-t.'· ~:_~'-': ;~~~,_;~~ .>.~:' .. ,,:- ','-;:t ~~\.L ,,:',/'*' _.' :-~2-'<~;:L;'~)C;_i'<s§~,'-:lj" ,'1\,"" ';\

The manufacturers' and model number for each of the items must be listed below. Vendor must note items which are made by the crane manufacturer or an affiliated

1

6

.

11

.

1

.l ,gO~rnYint:,~:;~;e"prored. , ,""', "';::M~'~tif~itut~rl:' i, ","-,,--+"';;;;"';;;;+-'-'-~+'-"';-'-''--''-'"=_':--'~-'--I r ,,~~"u. un .p. 1---_2/1.e' M Co Hyd ..... ,11i ... O , ...............

--+1 L+---'1 --b. "v~.v~. ---l ~ .... PHKa. Contr",1 \ ,~" U,'\." X c. DumJLl'!0d" I..I~'".,

d. r>, .• li .... ,.., ...... ..,.. r e. Optional: JQY§ticks

II "- -- jl_f- ---, I ~l"'·UV'~. Jv,t:> f\*foU!,:=-GIL'-JrL:.Jl\~tk:::,::~,~~+d, ~_J s:(~ 1

MSCO / Jja 7SifC:'-\-!--u", ,-;1---1--

I

~.v.~.. I c.lL':,LbTeGt--

,_. _1.-- " __ " _____ "

MPWD·30-10 Two (2) Knuckle Boom Loaders - Addendum No, 2 Page 13 of21

MPWD-30-10 Two (2) Knuckle Boom Loaders - Addendum No.2

SECTION 6.0 SPECIFICATIONS

BID No. MPWD-30-10 Submit with Proposal

Page 140121

SECTION 6.0 SPECIFICATIONS

BID No. MPWD·30·10 Submit with Proposal

Addendum No.2

In comfliance Item I Descrjmion "f Ves t:.fo

lit:ll'lifSiIIs;,. .

. 6,12.11 . Must be 8" structural chan'l~elc..' _________ ~

Alternative __ _

1-6.12.12.~M .. U .... S.'tbe 3/16" 9ussets.betw:enlo~sIUS andchannels. ;~' '. .." • j.', .

'Rearl)oor: ' .. ,. _. __ 1 __ .'--'-'---_

- .- X p .... (Is lip flll~h.Jl'i~4;s:f f't!vil.t-1---6.12.13, Must rest on the floor 9f the body when the door is close~,,-. ___ _

6.12.14

6.12.15

Must be framed with 4" x 3" x 11 gauge tube with one additional piece horizontal across the center of the door. L !-1ust swing on 11,' h.inge plates with 1-y.- removable pins and minimum of 3 hinges. I K

~,1§_~ l.atch rl1.!'st be heavy duty torque action wtth 3 latch holders. +_1<. Door handle must operate in an up/down manner so it will not swing toward the operator when .;

--I

~lUZt·pened' . -_. . -..!~ ~.1.l1!L Doo~ m. ust open using !'!.single handle which is secured with !'!.safety chain. X I __ ~:.12.19 •• Door must nave a safety chain to secure It in the open position when dumping. _. _____ _

Door latch must be in a position so the load will not fall on the driver or push the door open 1/ 6.12.20 when tile latch a:::n",d",d",o::,:o:.:,r",a",re"-"-op",e,,,n;;:e;,,dc:,.' ===.==""-=~' =:\:or-I\.==~,..,.,==+c===,-,,-,.,""'"'7c;7~~-i

• • _ '",_ , ,_,~: __ c :'"-',;:<," ....... :_/::_>;,>_. " . :.,:~}~:.:, .«>:3' ';"; .. -, -,:~_-.':/>y,'_'- :,.,r _ ." ... ~-~ ~:~,:):;t:,:'--' .. '-~ <\:;':. "i.';,

_ 6.1a· .,. . DUMPBODYHOI$t; .. ;~"" f~ ..... f_ L .· '.' •.•.••. ' '; ;'.

L 6.13.1 I Hoi~must be Crysteel Model 4400 WMCO or equa~

MPWD-30,10 Two (2) KnUCkle Boom Loaders - Addendum No.2 Page 15 of21

Item

6:13.2 I Hoist must have a

SECTION 6.0 SPECIFICATIONS

BID No. MPWD·30·10 Submit With Proposal

A ...... _- .... ••mcNo ... 2

I Truck Eqqipment AS~l)ciatlon rating of H/80,.

In r. Yes I No

J(

6,13,31 H()lst rnustlle twin()yJinder,single action. 1 X fUM 1._ Hol~JlTlllst notlldd ail<:iJti()nalllelgbttgtb!l.cllIll}/lbogy, 1 X.

.I must ... b .. e .. interlocked with crane controls to prevent operation of the dump body when \ 6.13.5 I the crane is energized. X 6.13.6 I Control must be labeled wi!!L.j.l)erm!1nent tag. ._ ... _ .... ___ IL

AI

I '1,,-, tlYl~""llcJ'. 6.13.7 I Hoist and cYlinders must have a thee.e. (~)year.'!X"rranty: I X '" .LI' , i;#w;. 1tPt".c..,

;: '1 ".>"" i.f,;' ;'PAINT' "";.,:,.-,',, ,'," -, . ,.,

6.14.1 lOne (1) coat of lillme.1iDd two m cOllt~ of enamel paif!!.llIe requke.9, .. ~. _._ .. __ L.G 0.14.2 ainted.

7'~:';'\"'"'~'.'ji/'"

6.15.1 I Mustbe113 cOlll.,:l3ut!grglltJ

6,1 15.2 L Must be h~L"uIi9aIlY operated b.l~9j2) ~_ .. "'. RcllliO<lers,

6.15.3 Must have a pinch style grapple designed to minimize digging or seal ping of the ground when

I up,

6.15.4 ! must not hit fear dOOfS while In I

6.15.5 Must have chromed CYlinder rods.

MPWD·30·10 Two (2) Knuckle 800m Loaders· Addendlln No.2

x i(

x x x

Page 16 of 21

-, .. -~~ . - ~- -.~ .~-. ~~ S'.

Item '0 .

6.15.6 Must be 48" wide.

SECTION 6.0 SPECIFICATIONS

BID No. MPWD·30·10 Submit with Proposal

Addendum No.2

Descrietion --

..~ .. _.

.

. -- """-~". ,...,....".,

In C~m liance Alternative -Yes No ._=

-------- ---K _0.15.7 Must have continuous rotation bucket. - K -

6.15.8 . Minimum bucket must o~en to 72" and close to 36". -- X ---

1--6.15.9 Minimum weight with rotator is 990 Ibs. X -... -.. _- ~--~~~~~

__ 6.15.10 Must have solid knuckle link with re~laceable bushln~ -i--X,----r--- .. 6.15.11 Hydraulic lines must be secured and routed so they: cannot be snagged by brush or debris. )j, ---

_~~~12 Hoses must be erotected by the h(;)~<!.!!ssembly. L i-----~.

1"-- 6·19·13 Rotator mus!. be Indexator GV 6. A r----------I-- 6.15.14 Rotator shaft must be solid, 2 W' diameter. - X .---I

X 6.15.15 Rota~or caeacity must be 14,000 Ibs. . _ .

_!l.1S.16 Must have vane t}fEe rotator. Y 6.15.17 Rotator tOl:gue at 3,000 PSI, 1,157 ft.-lb. Y.. -----.-.-- --6.15.18 Rotator must be unlimited continuous rotation with out stops. -A. .. ~-------

6.15.19 Grapple must no!.hit rear doors while In rotatiOI"!'- _________ . ___________ ._ 1

MPWD-30·10 Two (2) Knuckle Boom Loaders - Addendum No.2 Page 17 of21

6.17.1

6.17.2

SECTION 6.0 SPECIFICATIONS

BID No. MPWO·30·10 Submit with Proposal

Right and left side joysticks. Joysticks must comply with any ASME 830.5 and 30.22 I ;(

Removable heal shield under operator's station to keep heat from exhaust off

Joysticks.

MPWO-30-10 Two (2) Knuckle Boom Loaders - Addendum No.2

X I I yt-. pn.cfs /I..AM) . .,

Page 18 of 21

SECTION 6.0 SPECIFICATIONS

BID No. MPWD·30·10 Submit with Proposal

Addendum No.2 - .

In Compliance Alternative Item Description ·~-+"Y;:e':-s- - No .. __ .,

,--!l.18.2.. Trash bod v and dump hoist warranty --..l _\--______ ,_, __ _ --'-II--",a'-., \--,one (1) year earts and labor. , __ . ____ X __ _

\--_____ I--~ _Three (3) years strut::tural and2ylindars. __ ;\ -,-.. -------1

c, Parts must be availaple for five (5\ vears. )( \" •.•.. '.. .. "'}";' .:... ,'. '\ .'."' ......••. ', ... ',"" '. ;~ , '..'. ".', ","', "',.',," ".'>.' . >;:!;."("" ".,.,. .,,' .. " ..>;~. '.'."'"

6.19 " SA.FETYVIDEOS' ", • ,,' •. c', ' . .;;\,> ' ••• ,'f"! "," ,. ,,' y" '" ',;.i·, , .• \,<.\ •• ( ',. !,,"" ' ,'/' ',.',,'. "._ .'\"'/ " ,.'.,

All safety videos must comply with all ASMEIANSI B30.5 and B30.22 and A 245.1 v 6.19.1 standards. 1\ ~ __ _

~. ~.19.2 Must qrovlde safety videos as ~t of the delivery. _ . _ X _. __ , a. Two (2) DVD training videos for equipment_ )( _____ ---j

b. Two (2) DVD safety videos for equipment _ _+_'-X'---+ __ +--_______ ._-I

c. Two (2) DVD maintenance videos for equipment X ___ . __ '--__ . _____ .--'

MPWO-30-10 Two (2) Knuckle 800m Loaders· Addendum No.2 Page 19 01,21

6.19.3

6.20.1

SECTION 6.0 SPECIFICATIONS

BID No. MPWD·30·10 Submit with Proposal

All charges for on-site training must include materials and information needed to quip

a. lOne (1) 2-hour on-site training sessioilS for operators to demonstrate quip

In f'!nmnlilm"A

b. One ("I) 2-hour on-site training sessions for operators to demonstrate actual I )(

One (1) 2-hour on-site training session for mechanics to demonstrate I X

~eNSIF,(;)R\:tCiNi:J.eKi!;EiB~. ~,-, :"i' ;.,- ,"_'h;"'''''-''''~-7''''~<';·.'V ",,-- <'I-, .," .-' '--~l' "', .~,:",;",-,,_,

~iMGfMa.ilisQfjJffomrslate'.c9Q!i s model 4400 set back axles 4x2 with 254.00

96.00 axel to frame Allison 3500 automatic transmission with PTO provision; 12 volt 160 amp alternator frame Resisting Bending Moment (RBM) deSign load 2.413.200 [IN-LBS) Gross Vehicle Weight Rating (GVWR) 40.000 Ibs., 2010 Durstar

to are

to location of the successful bidder. Upon Installation of knuckle boom .loaders onto. chassis, the successful bidder shall deliver complete units to: Public Works

400

MPWD·30·10 Two (2) Knuckle 800m Loaders • Addendum No.2

Alternative

;'

Page 20 of 21

B~s~~~!£i~~~o .'_ . 9 " -, ".,"' .. - " Slibmlfwith Proposal

A!!illlndull1 No~.2.

i GENERAL INFORMATIO!,! AND INSTRUCTIONS -These are minimum specifications.

Thi~ bid Is for purch'1se of T",,0.(2) 20 ft. ilion Tel.esqopic Fixed Boom He<lvy Duty I;!ulky Waste Cranes. The two (2) one (1) man operl!ted loaders with 28 yard dump bodies will be mo~nled onlwa (2) chas~is bythesuGcessful bidder (specificatiOf\ of chassis listed In Section 6.0, item Ei.20). Kn4ckle Boom Loaders must be· new, unused and of current Yllar' production. Units must be furnished with the d!,sign and:construction features specified and must be del!Vered, serviced (all lUbrication points greaseq/olled to.proper extent, etc.) and ready to operate. DE1livery location Is Public Works Department, 400 CE1ItiC Dri~e,Madison, AL 35758.

The intent of these specifications is to describe the Hawk 1150 loader; a Non Telescopic HeaVV Duty Bulky Wasie Crane designed primarily for use as a hydraulic refuse loader and grapple machine and dump body. It Is to be mounfeq behind the cab for iOildlngof b~lk waste Into a suitably designed body attached to the chassis, IF bidder is proposing' any models other. than the Hawk 1150 bidder must list all exceptions. Any bidder proposing a model other than the specified may be required to provide a demonstration of the uninor inspection prior to award of bid to validate compliance. Bidder must provide printed literaltir.e proving compliance with specifications. The brand naml? (Hawk 1150) is for reference only to be "equal to' or 'to exceed'. Bids on equivalent items meeting the standards of quality thereby indicated will be considered, providing the bid clearly describes the item'(arti!;le) offered and indicates how it differs from the referenced brand.

This .bld Includes the purchase of on-site training for operators of knucl(le boom loaders. Bidders must not ihclude the price for the on-site training in the price of the knuckle boom 10ilders.

l\.TIENTION All BIDDERS

Fm safety reasons, the product bid must be a true rated cralia and must comply with.!!!! applicable American National Standard Institute (ANSI) and American So<;lety of Mechanical Engineering (AS ME) standards. Cranes or loaders which do not complywiththese·features may be. considered non-responsible'or non­resp,tlnsive. Compliance with just the t 245.1 Safely st~nda(ds will not be accepted as complying with the ANSIIASME standards.

RE§lUIREMEN.TS

Bidders are instructed to compiete the following form(s) by placing an X In the correct column (Yes I Nol Alternative) for each requirement described in the specifications.

YES

NO.

ALTERNATiVE

indicates that the eqUipment offered by the Bidder meets and/or exceeds the specifications

Indicates that the eqUipment offered by the Bidder does not meet the specifications

Indicates that the equipment offered by the Bidder is an alternative for meeting' or exceeding the specifications.

MPIND-30-10 Two (2) Knuckle Boom LoadeJ1l - Addendum No.2 Page 1 of21

:rf 9/1512010 13,30 SI !verStone Group ..,..CecII Gentry

AGENCY CUSTOMERIO:~P~A:::L=F-"I::--"l _______________ _ LOC#' _______ __

.1:,. ;".' .. , .. .. ' ADDITIONAL R6MARKS -SCHEDULE AaeNCY NAMED IIriISURED

s.1.1Vet"Stone Group Palfinger USAf Tnc.

PCWCY NUMBER Omaha Standard, Inc· t FTEC, 3501 S. 11th Street council. Bluffs IA 515D1

CARRJal I NAJC-C:ODE

EF.FECllVE .DAle

ADDrnONALREMARKS

THIS ADDmONAL REMARKS FORM IS A SCHE:OlJLE TO ACORD FORM,

FORM NUMBeR: 25 FORM TITLE: CERTIFICATE OF LIABILITY INSURANCE

Pa~fing$~ USA, Inc Omaha Standard, Inc. Omaha Standard Truck Equipment omaha Standard Distribution Omaha Standard Palfinger Eagle Lift Division Eaq~e Li~t Palfinger B'TEC 1 Inc. FTEC, Inc - dba- Fontaine Truck Equipment company ?ALTEC Truck Equipment company Pa2Fleet Truck Equipmen~ Company utomated Wa~te Equipment Company

Tiffin Loader Crane Company Palf~nger American Roll-Off

Garaqekeepars Physical Damage Schedu2e:

3501 S 11th Street, CBr IA 2109 S 35th Street, CBI IA 2490 PL~son Valley, Birmingham, AL 6700 Powerline Road,Ft. Lauderdale FL 5178 Old D1x~e Highway, At~anta, GA 2770 Bluf£ Road, IndianapoLis, IN 5620 Fe~n Valley Louisville/ KY 4101. Trai.ler Drivel Cnarlotte, NC 1801 Lebanon pike, Nashville, TN 3030 Irving Blvd, Dailas l TX 591 Me~thinghousel Baothwynl p~ 5 Tenni.e Ct, Hamilton, NJ 572 Whitehead Road, T~enton, NJ 4151 W. State Rd, Rte lS, Tiffin~ OR 15939 Piuma Ave. Cerritos, CA 90703

$ 650,000 $ 650,000 $ 800,000 $1,040,000 $ 714,000 $1 / 022,000 $2,575 t 000 $ 285,000 $ 243,770 $ 900 1 000 $ 0 $1 1 500 / 000 $ 250,000 ~ 500,000 $ 500,000

Inc.

Page 1 of ~ .

ACORD 10~ (200lIl01) © 2006 ACORD CQRPORAl1ON. All rights_ad. The ACORD name and logo are registered marks of ACORO

C 'i L I r4""7-~ >

~,'l,J eyLffV&eL.'. hrJV<'-

I 1 /'il I I ? () A,j"", {jjv::. . .£.J"; --be.J Ie B ' I VMfl... PI'Tf/.T5 / LI'f0DIt-

C . ~ Ye+f-l...s, s~-fu..,fI-4-j

t y £ifL 0 -u C. f L'IC.-Je£J D, 1 j€ 11-Jr.... 0-1\, :S':::'1 3f,c;f;s

1_ [.0 1 3 f.k/' L--, •

J')u.. ..... p 9'DJt {?~ iJo~1'<... p,-, t/~ t=" ( Lt $ ~ u.. p fl.j 1'1: t :::?1 ~L() ~ IC

L.-0h"'-'L ~i1)SE'& ?

z o r­« 0::: w Q.. o LL o « w a:::: « w w 0::: <..? W Cl

I U « W a:::: l­LL

N N I

OJ .-

~ 3: « I

Z « U 0::: W :::2: «

,.

.' - .. : / :

.. ' .'

."

'.

.'

.'

.'

.'

..'

. '.

. ' .. ,

.. ' .

. '

" ,.

.'. '.

"

. ' '.:

.'

' ..

.' :

.' '.

.' .' :. "

.... .'

'.

! .. : .. ." .

.' .'

,

. : .. ' : ..

: :

, . "

' . : .

.' :',

' . . '

.'.

'.'~

' . .'

Safety

American Hawk Bulk Waste Crane vs The Industry Standard

The H.awk is a true rated crane, which col)1plies with the ANSI and ASME standarns for a crane. These standards set criteria for design safety, product testing, stabiilty and operator safety. By complyin~ with the safety stapd<'!rds estabiished for a crane, the hawk will give the agency a safer and more reliable product. Just some of the features required by ASMEf ANSi that are standard features on the hawk include:

• A graphic load chart which show.; the operator what is a safe load in any position. .

• The hawk is tested for stability for the specific truck chassis used and tested under full load conditions.

• The hawk features velocity fuses to slow the cylinders in case of a hydraulic iailuTe.

• Clearly labeled controls which provide the operator with the visibility required by the standards.

The Industry Standard loader is not a rated crane and does not have a specific standard it must comply with. Loader manuiacturers of unrated products do not have to verify the capacities that they claim their product will pick-up.

1:f-1150TL~20' CAPACITY CllART .,

"

o

==-+---1 ., , r

Ui

-. ~-----~~;r-l en

! 12 FT

I

I J> ::s:: f"1 ;;0 ...... ("") J> Z

::c: J> ~ A

IY IV 0

."

I -!

~ I I

;;0 r'1 J>

! n i ::c:

60' I

I I ~ ..... -!

I

I

1-IV ...... a CO

I; '1 ,

--i

~l I i

/1 I <.D

ru

-0

• -<

/0/ I J J> ;;0 t::I

n J> -0 J> 0 ...... -! -<

Crfsteel Manutactunng, inc.

~ Warranty Information

Crysteell\llanufacturing Incorporated 5 Year Customer Satisfaction Pledge

Grysteel offers the most comprehensive warranty in the industry. Crysteel warrants each product against defects in material and workmanship for 60 Months from in-service date. 36 months at 100% followed by 24 months aI50%. No warranty of any kind applies to products which have been damaged, or have failed because of neglect. lack of maintenance, service, lubrication, wear, misuse, accidental overloading. or improper instaflation. Repair or replacement is at Grysteel's option.

This warranty fully covers:

• Grysteel manufactured product. • The repair of warranted product • Labor to replace warranted product e Freight for replacement product • Warranted product return freight (if required)

This warranty partially covers:

• Primer applied to Crysteel product. Primer carries a six month warranty from the original invoice date from the Grystael factory due to the shelf life of the applied primer.

• OEM Products or accessories purchased by Grysteel as part of or offered with our product will carry the manufacturer's warranty.

• Factory applied top coal pain! has a one year warranty.

This warranty does no! cover:

http://crysteel.comlti _warranty .html

Page 1 of2

Please contact Customer Service aI800-S33-0494 for ccmplete details.

9/30/2010

Hawk model H·1150 18·22 ft. Telescopic Boom or 20 ft. Fixed Boom

SPECIFICATIONS & OPERATING CllAlIACTERlSTICS

General Crane rating 70,000 fHbs. Reach (Irom cenlerline) 20' Fixed Boom 18'-22' Telescopic Boom Reach below grade wllh grapple 6' Fixed Boom 8' Telescopic Boom Lifting helghl' 31 '-7' Fixed Boom 33'-8' Telescopic Boom Crane welghlless grapple 5,050 Ibs. Fixed Boom 5,350 Ills. Telescopic Boom Oulrlgger span* 10'-S' at grade 12'-2' maximum Mounting space required 2S' for crane 24' suggested for operator platform Optimum pump capacity (tandem) 24/24 G.P.M, 011 reservoir capacity 50 U.S. gallons 'Based on 40' trock frame height

lilting Capacity 18·22'

5'-0" 10'-0' 15'-0' 20'-0' 22'-0'

Telescopic Boom 13,900 Ills. 7,170Ibs. 5,070Ibs. 3,500Ibs. 3,100Ibs.

20' Fixed Boom 13,900Ibs. 7,170Ibs. 5,070Ibs. 3,500Ibs.

The above figures apply to an H-tt50 loader with the end boom lip l.vetl>1th /he Inner boom pivot. 71'uck capaolty Is not considered as a limiting conditIon. Deduot for grapple to det8rmlne working capacity.

Performance Characteristics Cylinders Bore Rod Inner 800m 6' 3" Outer Boom 18-22' 6' 3" Outer Boom 20' TIp Boom Outrigger Rotation Continuous Rotation Inner Boom Articulation Outer 800m Articulation Outriggers Extension Tip Boom Extension

5" 3" 2-1/2' 1-112' 3-1/:i' 2' 311' standard top seat model only -22' to +80' 165' 44' 48'

All oyllnders have solid cflrome rods alld a 3 year cylinder workmanshIp warmnty,

Operators Controls Stand up crane controls provide the operator with an unrestricted view of the loading operation. Dual side mirror Image controls allow operation from either side of the vehicle. Top mount controls are optional.

Boom Rotation The crane rotates 311 degrees using a heavy duty gearbox and a 24" turntable bearing to assure smooth and precise operation. Continuous rotation is standard on the top seat model.

Power Source Integral- mounted tandem hydraulic pump and P.T.O. application.

Hydraulic System The hydraulic system Is based on a tandem circuit design to allow opemtlon of two selected functions simultaneously without loss of power, The system is an open centered system requir­Ing 24/24 G.P.M. optimum oil flow at 2,000 P.S.I. The system Includes a 50 gallon 011 reservoir with suction line strainer, air breather, return line fflter, and a stack lype control valve.

Safely Features The crane's hydraulic system Incorporates load holding valves and/or ve!oclly fuses on all boom, boom extension, and outrigger cylinders. A swing control brake system is provided to control the rotation of the crane under load. A safety system Is provided to prevent simultane­ous operation of the crane and dump body.

Boom Articulation Innar and outer boom articulation is accom­plished through 6 In. bore cylinders operating at systam pressure. The wide range of motion of the outer boom allows easy loading of high Itams directly behind the body bulkhead.

Extendable Boom 18·22 fI, Boom tip extension is accomplished by an Inter­nally mounted 48 in. stroke cylinder. Boom extanslon guides maintain boom allgoment and are easy to replace, Extension boom hoses are well protected InSide a removable steel cover and hose guide tubes.

Outriggers "A" frame slyle outriggers with Individual controls are standard. The outriggers utilize a single cylinder, Internally mounted for simultaneous down and out placement.

Dump Body The heavy duly dump body is customized to meet the end user's needs. The bodies are avail­able with up to 40 cubic yards capacity. A rolloff or hook lift based body can be Incorporated Into the crane design.

MANUFACTURED By:

Grapple Bulk waste grapple wilh continuous rotation. Customized attachments available for other applications, Including bale handll"g, cootainer handling, recycling bin dumper, and log gmpple.

Optional Equipment • 20 ft. Fixed or 18-22 ft, Extendable Boom • Standup or Top Seat Controls • Rolloff or Hook Lift Based Body • Customized Grapple Attachments

Chassis Specifications - Single or Tandem Axle

Cab to Axle

Frame

Front Axle Rating Rear Axle Rating

Minimum Requirement, 174' for 18' body 18S' for 20' body Double frame with ao R.B.M. of 900,000 In-Ibs. 12,000Ibs. 20,000Ibs.

in addlilon to these specnicatlons, a heavy dirty electrical system, and cooling system are recommended. The vehicle should be equipped with an electrical engine tachometer, an ad/ustable throttle or speed control, auxiliary brake lock, power steering, and a horizontal exhaust extended to the rear of the chassis.

Wherever appl/c:sblfJ, speCifications a/YIln accordanoe with ASME/ANSI smndams for a loader orane. We reselVe the lIuM to change speclnc,Yons and design without notice.

AUTOMATED WASTE EQUIPMENT CO" INC, PO Box 5757, 3 TENNIS COURT, TRENTON, NEW JERSEY 08638 PHONE: 609-5B8-5400 FAX: 609·588-4104 WED: WWW.AMERlrANRDllOFF.COM

AMEAICAN HAWK BlJLK WASTE CRANES

The American Hawk Model 1150 shown with 18·22 foot extendable boom, walk behind controls, continuous rotation grapple and 28 yard dump body.

AMERICAN HAWK A 70,000 It-Ibs rated aane conforms to ASMEIANSI standards

IDEAL FOR: • Curbside pick-up of bulk items • Brush collection induding siDrm deanup • Back-up of automated curbside collection • Available with dump body, roll-off, or hookiift (36-114" or 54" hook height)

General Crane Rating 70,000 ft-Ibs.

Reach (from centerline) 20' Fixed Boom 18'-22' or 21'-25' Telescopic Boom

Reach below grade with grapple 6' Fixed Boom 8' Telescopic Boom

lifting height'" 31'-7" 33'-8"

Fixed Boom Telescopic Boom

Crane weight less grapple 5,050 lbs. Fixed Boom 5,350 Ibs Telescopic Boom

Outrigger span* 10'-8" 12'-2"

at grade suggested for operator platform

Mounting space required 28" for crane 24" suggested for operator platform

Optimum pump capacity (tandem) 24/24 G.P.M.

Oil reservoir capacity 50 U.S. gallons

'" Based on 40M truck frame height

Performance Characteristics Cylinders Bore Rod Inner Boom 6U 3" Outer Boom 18-22' 6u 3" Outer Boom 20' 5u 3" Tip Boom 2-1/2" 1-1/2" Outrigger 3-112" 2" Rotation 311' standard Continuous Rotation top seat model only Inner Boom Articulation -22'to +80' Outer Boom Articulation 165 Outriggers Extension 44" Tip Boom Extension 48 u

All q1inders have soiid chrome rods and 2 3 year cyfinder worlcmanshp tNamtnty

lifting Capacity

5'_0" 10'-0" 15'-0" 20'-0" 22'-0" 251~OIl

18-2Tor 21-25' Telescopic Boom

13,900Ibs 7,1701bs 5.0701bs 3,SOOlbs 3,1001bs 2,2521bs

20' Fixed Boom 13,900Ibs 7,1701bs 5,0701bs 3,500 !bs

The above figures apply to H-1150 !!larler with the end' boom tip level with the inner boom pivet. Truck capachy is not considered as a limmng condition. D<>J!uctfor grappie to determine wmking capacity

Boom Rotation The crane rotates 311 degrees using a heavy duty gearbox and a 24" tumtable bearing to assure smooth and precise operation. Continuous rotation is standard on the top seat model.

Hydraulic System The hydraulic system is based on a tandem circuit design to allow operation of two selected functions simultaneously without loss of power. The system is an open centered system requiring 24/24 G.P.M. optimum flow at 2,000 P.5.1. The system includes a 50 U.S. gallon oil reservoir with suction line strainer. air breather, return line filter, and a stack type contra! valve.

Operator Controls Stand up crane controls provide the operator with an unrestricted view of the loading operation. Dual side mirror image controls allow operation from either side of the vehicle. Top mount controls are optional.

Power Source PTO driven tandem hydraulic pump

Safety Features The crane's hydraulic system incorporates load holding valves andlor velodty fuses 00 all boom, boom extension, and outrigger cylinders. A swing control brake system is provided to control the rotation of the crane under load. A safety inerlock valve is provided to prevent simultaneous operation of the crane and dump body

Boom Articulation Inner and outer boom articulation is accomplished through 6" bore cylinders operating at system pressue. The wide range of motion of the outer boom allows easy loading of high items directly behind the body bulkhead.

Extendable Boom 18 - 22ft Boom tip extension is accomlished by an internally mounted 48" stroke cylinder. Boom extension guides maintain boom alignment and are easy to replace. Extension boom hoses are well protected inside a removable steel cover and hose guide tubes.

Outriggers 'x frame style outriggers with individual controls are standard. The outriggers utilize a single cylinder, internally mounted for simultaneous down and out placement.

Dump Body The heavy duty dump body is customized to meet the end user's needs. The bodies are available with up to 40 cubic yards capacity. Rolloff or hooklift based detachable container hoists are available as an option.

Grapples Bulk waste grapple with continuous rotation. Customized attachments available for other applications, including bale handling, container handling, recycling bin dumper, and log grapple.

Optional Equipment • 18-22ft or 21-25ftTelescopic Boor[ls • Standup or Top seat cotrols • Rol!off or Hooklift based body • Customized grapple attachments

Chassis Specifications

Cab to Axle Minimum Requirements

174" CA (single axie) for 18' body 186" CA (single axle) for 20' body 196" CT (tandem axle) for 22' body

Frame Double frame with an RBM of 900,000 in-Ibs

Front Axle Rating Rear Axle Rating

SingieAxle 12,0001bs 20,0001bs

Tandem Axle 14,0001bs 40,0001bs

In addition to these specifications, a heavy duty electrical system, and cooling system are recommended. The vehide should be equipped with an electrical engine tachometer, an adjustable throttle or speed contro!, auxilary brake lock, power steering, and a horizontal exhaust extended to the rear of the chassis

Wherevel'cpplicable. specifications are in accordance with ASMEfANS! standards for a !oadt!r cram!. We reserve the right to change specifications and design without notk.e

tMil1Iii1il www.p.a!finger-northamerica.rom

NORTHAMERlCA GROUP

umana !tmnaara IOC. p.o. Box 5757 Trenton, NJ 08638 Tel: 1-609-588-5400 Toll Free: 1-800-85.1-8938 Fax: 1-609-588-4104 wNw.americanrolloff.com