Specifications include, but are not limited to: The dump body shall be either Warren, Galion, or Henderson polished stainless steel. The dump body shall be approximately 10 feet long, 7 feet wide, and have a 34-inch stainless steel side wall. It shall provide a minimum capacity of 7 cubic yards. The construction of the body shall be 304 Stainless Steel. All welds shall be sloped so as not to retain moisture or material. A heavy-duty one-half cab shield (304 Stainless Steel) shall be provided. Cab shield shall span the gap between the dump body and pre-wet tank. The tailgate shall be six (6) panel heavy-duty ¼-inch material “barn door style”. The tailgate shall be supplied with one (1) extra set of top pins. There shall be a full rear bolster reinforced bottom rail to prevent bending or warping. The tailgate shall have stainless steel hocks for chains. Hock placement will be determined at the pre-build meeting. The floor shall be ¼-inch thick material to conform to ASTM AR400 for hauling riprap and broken concrete. The inside bed floor to side radius shall be 2-inch minimum so material does not stick in body. All catwalks will be approximately 2 in. x 5 in. grip strut. Catwalks shall extend down both sides of the bed from the front of the bed to the front of the rear corner post. The bottom of the catwalk shall be 1/2 in. above where the rub rail meets the bed wall. The catwalks will be spaced 1 in. away from the bed wall. Catwalks will be welded to the dump body rub rails. Catwalks will be made out of 304 stainless steel. Catwalks shall not be painted (Figure 1). Both lower rub rails to be boxed on inside with formed channel 2-1/2 in. deep and 4 in. high. To be located on the inside wall of rub rail. Channel to be continuously welded to eliminate moisture. Two (2) stainless steel grab handles shall be positioned on the right side of the truck bed. One grab bar shall be positioned on the left side of the truck bed. One forward grab bar on the right side shall be placed Approximately 10 in. above the catwalk. Two (2) will be positioned directly over the rear axle on both sides of the bed approximately 28 in. from the front of the bed on the passenger side. These handles will be 3/4 in. stainless steel that extends 3-3/4 in. from the bed and will be approximately 10 in. wide. (Figure 2) Positioned on the left and right side of the bed directly in line with the grab handle located immediately behind the cab shall be a two-rung fold down ladder. The ladder shall be constructed of 304 stainless steel and use all stainless steel hardware to attach to the body. There shall be a system in place to secure the ladder to the side of the body when not in use also constructed from stainless steel. (Figures 3, 4, & 5) Positioned on the inside left and right side of the bed shall be stainless steel egress steps constructed in the same manner as the catwalk. This step shall be approximately 12 inches from the floor of the bed and 7 inches in width. The egress step placement shall be confirmed during the pre-build meeting. Two (2) banjo eyes are required for the tailgate safety chain on the dump body. A central under the dash breaker panel shall be incorporated to handle all body equipment. Dump bed vibrator – Provide Manufacturer and Model: 12-inch bolt-on apron – stainless steel. The tailgate shall be operated by an air-operated latch. Tailgate chains shall be 100 grade. There shall be five (5) stainless steel D-rings in the bed and tailgate. Placement will be determined at the pre-build meeting. There shall be a subframe under the dump body that gives adequate clearance for the dump body, wheel wheels, and tires when the dump body is loaded to the maximum allowable tonnage according to manufacturer specifications. Hoist: – Meets Specifications? YES NO Single (front mount) telescopic dump body hoist. Double acting cylinder with 3/4 in. ports on both the lift and retraction sides, both shall have #12 SAE “O” ring port. Hoist shall be appropriate size for bed length, overhang, weight, and potential load. Hoist must be heavy duty and meet or exceed NTEA Class 50 specification. Cylinder shall be regulated so that maximum height of bed shall not exceed 13 ft. 6 in. when installed. Integrated grease Zerk fittings shall be included at all pivot points. Hoist shall be powered from a central hydraulic system. Hoist shall include all hardware, fittings, fasteners, and mounts necessary to install dump bed on spec cab and chassis. All pivoting and hinge points shall be reinforced per manufacturer specifications. The hoist shall be supplied with two (2) built-in OSHA specified body props. Hydraulic power down on bed hoist is required. Full dumping angle shall be approximately 50 degrees. A warning light shall be mounted in the cab to indicate that the dump body is not fully down (location TBD at pre-build meeting). Bed hoist description (Manufacturer / Model No., additional information) Metal Finish: – Meets Specifications? YES NO The body shall be polished 304 stainless steel. The hoist, underbody, and associated frame members that are not stainless steel shall be 3M Dynatron Dyna-Pro (Or equivalent) Paintable Rubberized Undercoating spray applied according to manufacturer specifications or approved equal. Color: Black. The vendor shall warrant the body to be free of corrosion for a minimum of 30 months due to workmanship and metal composition. Mud Guards: – Meets Specifications? YES NO The rear of the frame shall be equipped with mudguards that cover the entire rear wheels and shall be attached to the sub-frame utilizing Minimizer Fast Flap clip type mud flap mounts. The mud flaps shall be rubber, and be on a frame that is attached to the subframe (not the mudguard). Lights and Wiring: – Meets Specifications? YES NO A pre-build meeting will be scheduled by the City of Beavercreek after award has been made and exact placement of the lights shall be determined at that time. All units shall be wired alike and the wire used shall conform to SAE J1128. All wiring shall be continuous from the inside cab to the lights with no connections. The warning light system shall be Whelen (Or equivalent) controlled by a single WeCan controller (in- cab location TBD at pre-build meeting). The warning safety lights on the cab top shall be Whelen JY8JWLLED2 amber with two (2) center white worklights and JXALF1L optional external white flashing alley lights. All warning safety lights shall be permanently mounted to the truck. The warning safety lights on the cab top shall be mounted to a stainless steel bracket that mounts to the stationary cab shield. No holes are to be drilled into the top of the cab. Each corner of the cab shield shall contain one (1) 400 Series Amber-White Super-LED® Warning Light. Each rear corner post shall contain one (1) 400 Series Amber-Green Super-LED® Warning Light, one (1) 400 LED BTT Light, and one (1) 400 LED Back-up Light. Rear lightheads hall be mounted within a Whelen 400 Series 7 gauge stainless steel “D” housing. Each housing assembly shall include flex tubing for strain relief purposes. All lightheads shall be easily replaceable and utilize waterproof Deutsch® connectors for each light module. All Whelen cable shall home run into the cab where all connection will be made within the Whelen junction box/controller. Wiring shall be continuous with no connectors located outside of the cab of the truck. Each lens shall be made of polycarbonate and have a smooth outer surface for self-cleaning. The lighthead assemblies shall use stainless steel screws that screw directly into a nylon mounting bracket to eliminate dissimilar metal corrosion. Units that screw directly into a steel bracket are unacceptable. The system shall be warranted by the manufacturer to the user directly to be free from defects of material or workmanship for a period of twenty-four (24) months from the date of purchase. LED’s shall be warranted for a period of five (5) years. Written proof of warranty by the manufacturer must be furnished by the bidder attached to the bid. All warning light systems must meet current S.A.E. requirements for the type of warning device, and be certified by an AMECA accredited testing lab to meeting these requirements in the appropriate specified safety colors. Electrical and wiring shall conform to all FMVSS Regulations and be sealed and weather- tight. All required lights shall be installed and positioned so their function is not obstructed. The unit shall be equipped with an illuminated license plate mounting. The trucks shall be wired for a trailer with seven (7) wire (SAEJ506b) and seven (7) wire conductor cable (round pin). Vendor shall utilize the OEM factory trailer harness and circuit. Under no circumstances will the vendor splice trailer wiring into the chassis tail lighting wiring. The ground wire shall be #8 gauge wire and all other wire shall be #10 gauge wire. The trailer socket shall be placed so that it does not interfere with the asphalt operation. The truck shall be equipped with a brake controller for electric trailer braking. The salt spinner light shall be mounted below the driver’s side stop/turn/backup light. The light shall be a sealed beam LED spotlight. Aftermarket lights (warning / plow / spreader lights) shall be controlled by centrally located illuminated switches. Switches shall be mounted in a common panel in the cab. The exact location shall be determined during the pre-build meeting. The vendor shall be required to supply a wire schematic for the trucks. All trucks shall be wired alike. Install factory provided Stop/Turn/Tail/Back-up light assembly on lower rear frame area. Rear Pintle Hitch: – Meets Specifications? YES NO The truck shall be equipped with a hitch plate 5/8-inch minimum, properly K-braced to the frame. The hitch shall be a 20-ton capacity pintle hitch (Wallace Forge or equivalent). The exact placement of the hitch will be determined during the pre-build meeting, and is generally 22-inch center of pintle hitch to ground. The plate shall be undercoated with 3M Dynatron Dyna-Pro Paintable Rubberized Undercoating spray applied according to manufacturer specifications or approved equal. Color: Black, not painted. (Figure 6) Hydraulic System: – Meets Specifications? YES NO There shall be a Chelsea hot-shift PTO with low oil shutdown that powers the hydraulic pump. All valves shall be in a common waterproof enclosure. Currently approved central hydraulic systems for the City of Beavercreek: Pengwyn Force America Hydraulic Pump: The pump shall be a heavy duty type pump specifically designed for application to a dump/snow and ice control truck application. The pump shall be designed and capable of producing a minimum rated flow of 20 gallons per minute. The pump shall be mounted to the PTO. The pump case drain shall be plumbed directly to the reservoir and not through the return line filter. Control Valves: Central hydraulic system valves shall be of mobile design, horizontally stackable and serviced without disassembly. Each section shall have a built-in flow and pressure compensator to allow simultaneous operation regardless of any other system function. Sections for the dump body plow hoist and the plow angle shall be operated manually. Spinner, auger and liquid sections shall be electronic controlled and incorporated into the main valve assembly. The valves shall be mounted in a weatherproof stainless steel enclosure on the driver side frame rail. Reservoir: The reservoir valve enclosure shall be mounted on the driver side of the truck frame ahead of the rear wheel in such a way that it may be serviced without the necessity of raising the body. The cover shall be able to be removed without the use of tools. It shall be equipped with a combination temperature and oil level sight gauge and a low level switch with an in-cab warning light. The valves shall be co-mounted with this tank in a weatherproof enclosure on the driver side frame rail. The reservoir return filter shall have a 25-psi by-pass and element condition gauge. The tank shall be constructed of 12 gauge pickled metal with internal baffles. The tank and caps shall be 3/16-inch Lenz type pressurized filler cap. The suction and return lines each shall have a ¼ turn shut-off valve, and the tank shall have a magnetic drain plug. All hydraulic quick disconnects shall be flush mounted dripless, Parker FF501-8FP and FF502- 8FP. The pressure side shall be equipped with a male hydraulic fitting. The plow connection shall be plumbed with the pressure side to the left. The spreader connection shall be plumbed with the pressure side forward of the return connector. All hose fittings are JIC type wherever possible. All hydraulic hoses shall be megaflex style hose for sharper bend radius. Hydraulic lines shall have swivel fittings for easy replacement. There shall be hydraulic line hose guards over chafe points. Kevlar sleeves shall be provided over high abrasion areas. A hydraulic schematic shall be provided. Controls: – Meets Specifications? YES NO A control console shall be provided for all hydraulic controls by the builder. These controls shall be identified and marked to their function. Controls shall be illuminated Joystick controls are acceptable and all controls and switches for plow and spreader operation shall be confirmed during the mandatory prebuild meeting. The exact placement of the controls, cables, warning light switches, and salt spreader controls shall be determined during the pre-build meeting. The controls will generally be mounted between the seats. Builder shall supply a spec sheet for proposed controls with bid package. Manuals: – Meets Specifications? YES NO The vendor shall supply the following complete sets. The City of Beavercreek will require receipt of all manuals prior to approving any payments for the equipment. The vendor shall supply these manuals and updates at no cost to the city. Operator: One (1) complete, current operator’s manual shall be furnished to provide city employees information on operating the equipment safely. Additionally, there shall be one operator’s manual for each vehicle ordered. Parts: One (1) complete, current parts manual shall be furnished to ensure city employees will be able to order the proper parts for the complete unit bid. Service: One (1) service manual shall be furnished. The manual shall be current, complete, and detailed, to assist the city mechanics in troubleshooting, overhauling, and repairing the complete piece of equipment bid. Warranty: – Meets Specifications? YES NO The manufacturer’s standard warranty on the equipment used shall be transferred to the City of Beavercreek. All certificates and specifications of transferred warranties shall be provided with bid. Training: – Meets Specifications? YES NO The vendor shall provide, at no additional cost to the City of Beavercreek, certifiable training for two (2) mechanics. The training shall orient City of Beavercreek mechanics on the equipment. The training shall educate city mechanics on problem areas, new technology, and how to efficiently maintain the equipment and prolong equipment life. The vendor shall provide training to educate the operator on how to safely and efficiently operate and calibrate the equipment. Delivery point: The City of Beavercreek will have the opportunity to inspect the unit prior to delivery to verify it meets specifications: – Meets Specifications? YES NO CITY OF BEAVERCREEK INVITATION TO BID #01-2022 DUMP BODY AND SNOW PLOW PACKAGE BIDDING SPECIFICATION Meets Specifications – Bidding vendor to circle YES or NO; for areas circled marked NO – please include with your quotation, a detailed explanation of why the item does not meet specifications and include the recommended substitution specifications. Please note: Failure to submit this information or not answering “YES” or “NO” may result in disqualification. The complete units shall be delivered to the City of Beavercreek Municipal Maintenance Facility, 789 Orchard Lane, Beavercreek, Ohio 45434, Monday through Friday, between 8:00AM and 2:30PM. No exceptions. A minimum of one day’s notice (24 hours) shall be given prior to delivery. Delivery date: Once the cab and chassis have been delivered to the body builder, a delivery date shall be established. Vendor inspection: The complete units shall be thoroughly inspected by the vendor before delivery as to their performance. A thorough inspection checklist shall accompany each unit as to what was inspected.