Loading...
HomeMy WebLinkAboutResolution No. R21-56RESOLUTION NO. R21-56 A RESOLUTION OF THE CITY COUNCIL SELECTING KOIS BROTHERS AS THE SUCCESSFUL BIDDER FOR THE CITY'S PURCHASE OF A GARBAGE TRUCK. WHEREAS, the City of Laurel planned to purchase new equipment, specifically a Garbage Truck, which was publicly advertised for competitive bids from interested and qualified bidders; and WHEREAS, City Staff reviewed and considered the bids received and recommends the City Council award the bid to the qualified and responsive bid that appears to be in the City's best interest; and WHEREAS, Kois Brothers submitted a bid of $376,319.00 for a Garbage Truck that meets the City's specifications. City Staff determined the bid is in the best interest of the City. The Bid documents are attached hereto and incorporated herein. NOW, THEREFORE, BE IT RESOLVED the City Council of the City of Laurel, Montana, finds that the City has followed its procurement policies and state law requiring competitive bidding; and BE IT FUTHER RESOLVED the City Council hereby awards the bid to Kois Brothers for its bid price of $376,319.00 for the Garbage Truck purchase. The Mayor and City Clerk are authorized to sign all necessary documents, agreements or contracts on the City's behalf consistent with this resolution for the purchase. Stokes. 2021. Introduced at a regular meeting of the City Council on July 27, 2021, by Council Member PASSED and APPROVED by the City Council of the City of Laurel this 271 day of July APPROVED by the Mayor this 27h day of July 2021. CITY OF LA ItEL / CI Thomas C. Nelson, Mayor Bethany I a4gvA Clerk -Treasurer, Clerk -Treasurer Approved Sam Painter, Civil City Attorney R21-56 Award Bid for Purchase of Garbage Truck RECOMENDATION TO: Thomas C. Nelson, Mayor Bethany Langve, City Clerk Treasurer FROM: Matt Wheeler, Public Works Superintendent Nathan Herman, Utility Plants Superintendent SUBJECT: New refuse truck purchase DATE: July 16, 2021 Mayor and Bethany, The City received 7 bids for a new refuse truck. The bids ranged from $307,931.00 to $376,319.00. The bids are as follows: Billings Peterbilt Peterbilt Cab/Scorpion Body $351,067.00 Billings Peterbilt Peterbilt Cab/ Curbtender Body 27yd $307,931.00 Billings Peterbilt Peterbilt Cab/Curbtender Body 31yd $316,429.00 SWS Equipment Autocar Cab/Scorpion Body $375,175.00 Kois Brothers Peterbilt Cab/Heil Body $352,546.00 Kois Brothers Mack Cab/Heil Body $354,741.00 Kois Brothers Autocar/Heil Body $376,319.00 After reviewing the City specifications and evaluating the past history and future needs of the city, It is our recommendation to award the bid to Kois Brothers for a Autocar with a Heil body as it meets all the specifications. Sincerely, Matt Wheeler Nathan Herman Cc. Kurt Markegard, Public Works Director CITY CLERK CITY OF LAUREL P. O. BOX 10 LAUREL, MONTANA 59044 CONTRACTBID DOCUMENTS ATTACHED: INTENT AND SCOPE OF OPERATIONS CALL FOR SEALED BIDS: NOTICE TO BIDDERS (BID BOND AND PERFORMANCE BOND) INSTRUCTIONS TO BIDDERS CONTRACT SPECIFICATIONS: 2021 (OR NEWER) REFUSE TRUCK STANDARD TERMS AND CONDITIONS INVITATION TO BID FORM OF AGREEMENT �- FORM OF PROPOSAL (BID PROPOSAL) INTENT AND SCOPE OF OPERATIONS This bid is for the purpose of entering into a contract for a 2021 (OR NEWER) REFUSE TRUCK for the City of Laurel Public Works Department. The successful bidder agrees to provide the City of Laurel with acceptable quality of equipment/services, performance and workmanship as determined by the City of Laurel. It is the purpose of this bid to obtain the best quality of equipment at the most favorable price to the City of Laurel. Consideration will be given for the level of service offered and ability to meet stated specifications as outlined in the contract document. END: INTENT AND SCOPE OF OPERATIONS CITY CLERK CITY OF LAUREL P. O. BOX 10 LAUREL, MONTANA 59044 CALL FOR SEALED BIDS: NOTICE TO BIDDERS Sealed bids entitled: 2021 (OR NEWER) REFUSE TRUCK For the City of Laurel Maintenance Department, Laurel, Montana Will be received addressed to City Clerk of Laurel, Montana, at the office of the City Clerk, City Hall, Laurel, Montana 59044, until 1:00 p.m. July 15, 2021. More specific additional information regarding the 2021 (OR NEWER) REFUSE TRUCK may be obtained by contacting Matt Wheeler, Public Works Superintendent, at 115 W. First Street, Laurel, Montana, phone number of 406-628-4796 or visit htts://citvoflaurelmontana comLrfRs. Each bid or proposal must be accompanied by a Certified Check, Cashiers Check, or Bid Bond payable to the City of Laurel, Montana, in an amount not less than ten per cent (10%) of the total amount of the bid. The bid bond will be retained by the City Clerk until the successful bidder enters into a contract with the City of Laurel. If the successful bidder enters into no contract within 30 days the bond will be forfeited to the City of Laurel. Bid bonds will be returned to the unsuccessful bidders immediately after final action on the bid by the City Council. No bids may be withdrawn after the scheduled time for the public opening of bids, which is at 01:00 9.m. July 15, 2021. at 115 W. 1" Street Laurel, MT 59044. The right is reserved to reject any or all proposals received, to waive irregularities, to postpone the award of the contract for a period of not to exceed thirty (30) days, and to accept that proposal which is in the best interests of the City of Laurel, Montana. The City of Laurel is an Equal Opportunity Employer Published 7/2/2021; 7/9/2021 Bethany Langve, City Clerk/ Treasurer END: CALL FOR SEALED BIDS: NOTICE TO BIDDERS CITY CLERK CITY OF LAUREL P. 0. BOX 10 LAUREL, MONTANA 59044 INSTRUCTIONS TO BIDDERS EXAMINATION OF DOCUMENTS Before submitting the proposals, the bidder shall: (a) Carefully examine the Standards and Specifications as well as all other attached documents. (b) Fully inform themselves of the existing conditions and limitations. (c) Include with the bid sufficient information to cover all items required in the specifications. BID COMPLIANCE It shall be the responsibility of the bidder to see that all bids are sealed and submitted to the office of the City Clerk at City Hall, 115 W. First Street, Laurel, Montana 59044, before 01:00 p.m. July 15.2021. BID PROPOSAL MODIFICATIONS Proposals shall be made on form provided herein; they shall not contain any recapulation of the work done. Modifications, additions or changes to the terms and conditions of this invitation to bid may be cause for rejection of the bid. Bids submitted on other forms may be rejected. No oral, telephone, or telegraphic bids or modifications will be considered. CERTIFICATION OF ALTERATION OR ERASURE A bid shall be rejected should it contain any material alteration or erasure, unless, before the bid is submitted, each such alteration has been initialed in INK by the authorized agent signing the bid. INTERPRETATION PRIORITY Should a bidder find discrepancies in, or omissions from, the specifications, or be in doubt as to their meaning, bidder shall notify the department head, Matt Wheeler at the address noted above, who will send written instructions or addenda to all bidders. The City will not be responsible for oral interpretation. All addenda issued prior to bid opening shall be incorporated into and become part of the contract agreement upon award. Question received less than ninety- six (96) hours before the bid opening cannot be answered. SIGNATURE All bids shall be typewritten or prepared in ink and must be signed in longhand by the bidder or bidders agent or designee, with his/hers usual signature. A bid submitted by a partnership must be signed with the partnership name to be followed by the signature and designation of the partner signing. Bids by corporations must be signed with the legal name of the corporation, followed by the name and signature of an authorized agent or officer of the corporation. Bids submitted by a proprietorship must be signed by the owner; name of each person signing shall be typed or printed legibly below the signature. WITHDRAWAL OF BIDS Bidders may withdraw their bid either personally or by written request at any time prior to the time set for bid opening. No bid may be withdrawn or modified after the time set for opening, unless and until award of the contract is delayed for a period exceeding thirty (30) days. CERTIFICATION The bidder certifies that the bid has been arrived at by the bidder independently and has been submitted without any collusion designed to limit independent bidding or competition. The bidder further certifies that the materials, products, services and/or goods offered herein meet all requirements of the stated specification and are equal in quality, value and performance with highest quality, nationally advertised brand and/or trade names. EVIDENCE OF QUALIFICATION Upon request of the City of Laurel, a bidder whose proposal is under consideration for award may be required to manifest satisfactory evidence of his financial resources, experience, the organization and equipment as well as service provisions bidder has available. In determining the lowest responsible bidder, in addition to price, the following considerations may be addressed: (a) The ability, capacity, character, integrity, and skill of the bidder to perform the contract or provide the service required. (b) Whether the bidder can perform the contract within the time specified. (c) The quality of performance of previous contracts, agreements, services and/or performance. (d) Previous and/or existing compliance by the bidder with laws relating to the contract or services. (e) Such other information, which may be secured having a bearing on the decision to award the contract. Each bid or proposal must be accompanied by a Certified Check, Cashiers Check, or Bid Bond payable to the City of Laurel, Montana, in an amount not less than ten percent (10%) of the total amount of the bid. The bid bond will be retained by the City Clerk until successful bidder enters into a contract with the City of Laurel. If the successful bidder enters into no contract within thirty (30) days the bond will be forfeited to the City of Laurel. Bid bonds will be returned to the unsuccessful bidders immediately after final action on the bid by the City Council. END: INSTRUCTIONS TO BIDDERS CITY CLERK CITY OF LAUREL P. O. BOX 10 LAUREL, MONTANA 59044 CONTRACT SPECIFICATIONS 2021 (OR NEWER) REFUSE TRUCK END SPECIFICATIONS CITY CLERK CITY OF LAUREL P. O. BOX 10 LAUREL, MONTANA 59044 STANDARD TERMS AND CONDITIONS — PAGE 1 This contact includes the following Standard Terms and Conditions and includes, but is not limited to, the Invitation to Bid, Call for Sealed Bids, Specifications, Forms of Agreement, Instruction to Bidders, and Form of Proposal. The contractor will not be liable for any delay in furnishing or failure to furnish service due to fire, flood, strike, lockout, dispute with workmen, act of God, or any cause beyond reasonable control. In case of default by the successful bidder or failure to deliver the goods or services within the time specified, the City Purchasing Authority, after written notice, may procure them from other sources and hold contractor responsible for excess costs occasioned thereby. The specifications attached to the instructions to bidders establish a standard of quality desired by the City of Laurel. Any bidder may submit quotations on any article, which substantially complies with these specifications as to quality, workmanship and service. The City of Laurel reserves the right to make its selection of materials or services purchased, based on its best judgment as to which articles substantially comply with the requirements of the specifications. No alteration in any of the terms, conditions, delivery, quality, or specifications will be effective without prior written consent of the City of Laurel. No exception to delivery or service dates shall be allowed unless prior written approval is first obtained for the City of Laurel. All payments to the contractor shall be remitted by mail. The City shall not honor drafts, nor accept goods on a sight draft basis. Furthermore, the provisions or monies due under this contract shall not be assignable unless prior written approval is first obtained from the City of Laurel. All goods, materials or services purchased herein are subject to approval by the City of Laurel. Any rejections of services, goods or materials, whether held by the City or returned, will be at the contractor's risk and expense. The contractor agrees to assume all expense, protect and hold harmless the City, its officers, agents and employees against all claims and expense including, but not limited to, suits or proceedings for patent, trademark, copyright, or franchise infringement arising from the purchase, installation or use of the goods, material or services purchased herein. The contractor further agrees to assume all expenses and damages arising from such claim, suits or proceedings. CITY CLERK CITY OF LAUREL P. O. BOX 10 LAUREL, MONTANA 59044 STANDARD TERMS AND CONDITIONS — PAGE 2 Contractor agrees that the waiver, acceptance, or failure by the City to enforce any provisions, terms, or conditions of this contract shall not operate or be construed as a waiver of prior or subsequent breaches or the right of the City to thereafter enforce such provisions. The contractor warrants all articles supplied under this contract conform to specification herein. The contractor will deliver a warranty stating that articles supplied under the contract are fit and sufficient for the purpose manufactured, merchantable, and free from defects. In the event the City is entitled to a prompt payment or cash discount the period of computation shall commence on the date of delivery, or receipt of correctly completed invoices, whichever is later. If an adjustment in payment is necessary, the discount period shall commence on the date final approval for payment is authorized. The contractor agrees not to be discriminate against any client employee or applicant for employment or for services, because of race, creed, color, national origin, sex or age with regard to, but not limited to, the following: employment upgrading; demotion or transfer; recruitment advertising; layoffs and termination; rates of pay or other forms of compensation; selection for training; rendition of services. It is further understood that any contractor who is in violation of this shall be barred forthwith from receiving awards of any purchase order for the City unless a satisfactory showing is made that discriminatory practices have terminated and that a reoccurrence of such acts are unlikely. The City reserves the right to cancel and terminate this contract forthwith upon giving thirty (30) days written notice to the contractor. (This provision does not apply to the purchase of materials and equipment. A purchase order for materials and equipment is a binding contract.) Contractor agrees that in the event suit is instituted by the City for any default on the part of the contractor, he shall pay to the City all costs and expenses expended or incurred by the City in connection therewith, and reasonable attorney fees. Where applicable, possible or required, bidder is required to submit descriptive literature, sample material, design sketches and detailed shop drawings. Failure to submit required items may result in rejection of the bid or termination of contract. The successful bidder may not make any advertising or sale use of the fact contract items are being used by purchaser and other approved agencies, under penalty of contract termination. The Advertisement for Bids, the accepted Proposal, and the specifications, together form the contract and they fully act as if hereto attached or herein repeated. L CITY CLERK CITY OF LAUREL P. O. BOX 10 LAUREL, MONTANA 59044 STANDARD TERMS AND CONDITIONS — PAGE 3 This contract shall be governed by and construed in accordance with the laws of the State of Montana. The contractor may not assign or subcontract the agreement or the right to receive reasonable performance of any act called for by the contract shall be deemed waived by a waiver by City of a breach thereof as to any particular transaction or accurence. Regardless of FOB point contractor agrees to bear all risks of loss, injury, or destruction of goods and materials ordered herein and such loss, injury, or destruction shall not release contractor from any obligation hereunder. END: STANDARD TERMS AND CONDITIONS 0 CITY CLERK CITY OF LAUREL P. O. BOX 10 LAUREL, MONTANA 59044 INVITATION TO BID RETURN TO: City Clerk, City of Laurel, P.O. Box 10, Laurel, Montana 59044 Please bid net prices at which you will agree to furnish required services. To receive consideration, this form must be signed in full by a responsible, authorized agent, office, employee or representative of your firm. �J BID ITEM: , '7 BIAS /,() /7/4 #6/1- 13t)DU Enter full Company Name and Address Co. 7 ItlisFf���. plc S, 4111- CONDITIONS AGREEMENT We have read and agree to the conditions and stipulations contained herein and to the Standard Terms and Conditions contained on the attached. We further agree to furnish the services specified at the prices stated herein, to be delivered to the location and that date set forth herein. I itle 7✓1/✓4 Date END: INVITATION TO BID 10 CITY CLERK CITY OF LAUREL P. 0. BOX 10 LAUREL, MONTANA 59044 FORM OF AGREEMENT — PAGE 1 AGREEMENT, made on the day of , 2021, by and between the City of Laurel and WITNESSTH that the above named company and the City of Laurel, for consideration, hereinafter name agree as follows: SCOPE OF OPERATION: The contractor shall provide material and equipment, perform the work and do everything required by the specifications entitled: CONTRACT SPECIFICATION: TIME OF COMPLETION: Delivery of goods, equipment, and/or services shall be expected within thirty (30) days of the award of bid. FOLLOWING IS AN ENUMERATION OF THE CONTRACT BID Intent and Scope of Operation Call for Sealed Bids: Notice to Bidders (Bid Bond/Performance Bond) Instructions to Bidders Contract Specifications Standard Terms and Conditions Invitation to Bid Form of Agreement Form of Proposal (Bid Proposal) IN WITNESS WHEREOF, the parties hereto have executed this agreement to day and year above written. klels Con r By: Title I1 FORM OF AGREEMENT — PAGE 2 ATTEST: City Clerk Approved as to form 1 -rd CITY OF LAUREL v�� CITY CLERK CITY OF LAUREL P. O. BOX 10 LAUREL, MONTANA 59044 END: FORM OF AGREEMENT 12 CITY CLERK CITY OF LAUREL P. O. BOX 10 LAUREL, MONTANA 59044 FORM OF PROPOSAL (BID PROPOSAL,) The undersigned hereby submits the following proposal: Having carefully examined the specifications entitled CONTRACT SPECIFICATIONS: INSERT DESCRIPTION OF BID ITEMS) for the City of Laurel Public Works Department, as well as all other conditions affecting the bid, the undersigned proposes to furnish all equipment and services necessary to complete the work required. H 04R t_ ao Time and Date of Deliveryn �1}5'�CJ U�t,1 iP //�G � 0ay (INSERT DESCRIPTION OF BID ITEMS) Net FOB Laurel, Montana 1144 9i05 ISEI-e)tj PAYMENT PLANS, IF By. cAwn-7- Title Company Date END: FORM OF PROPOSAL (BID PROPOSAL) ob GENERAL BIDDING GUIDELINES: If bid specification is met than place a check in the column marked "YES". if it is necessary to bid alternate equipment or to take exceptions to the specifications as set forth, this must be checked as "NO". The Basis of Award shall be dependent on the most responsible bid submitted. Consideration will be given to cash flow, purchase price, delivery dates, equipment service guarantees, parts and service availability, parts and service location, analyses and comparison of equipment specification details, and any other items of concern to the City of Laurel. The purchaser reserves the right to reject any or all bids, to waive any Informality in bids, or to accept in whole or part such a bid as may be in the best interest of the City of Laurel. The purchaser also reserves the right to reject the vehicle at the time of final inspection if the vehicle does not meet any and/or all requirements of the final contract according to the personnel acting on behalf of the department at the time of final inspection. These requirements include, but are not limited to: performance, workmanship, service, quality and operation of the vehicle. Please state the estimated delivery time after receipt of order in days: 1219 p,4y.s 4. C6,&s/ s CHASSIS SPECIFICATION ITEM DESCRIPTION SINGLE RIGHT HAND DRIVE STEEL CAB CUMMINS 350HP ISX12 1450 FT -LB TORQUE 2 POSITION C BRAKE BY JACOBS AUDIBLE & VISUAL ALARM/LOP, HT, LWL RACOR 412R10 FILTER W/H20 PROBE & 12V ELEC HEAT PHILLIPS 120V 150OW BLOCK HEATER HEATER RECEPTACLE LOCATED IN RH CAB STEPS 1300 SQ. IN, SOLID ALUMINUM RADIATOR (NO PLASTIC TANK ENDS) 2 -SPEED ENGINE FAN EXTENDED LIFT COOLANT STEEL COOLANT SUGE TANK W/SIGHT GLASS 16" TWO STAGE AIR CLEANER BLACK, HOOD TYPE ENGINE AIR INTAKE HORZ DPF W/LH VERTICLE SCR PF & SCR SHIELDS VERTICLE SINGLE EXHAUST DIFFUSER STAINLESS STEEL OVER -FENDER MTD., RH SIDE, 10 -GAL CAPACITY UREA TANK ALUM TURBO/EXHAUST PIPE DEBRIS SHIELD MARK YES OR NO IF COMPLIANT OR NOT YES 380".f. tH 314C CUMMINS WABCO 18.7 CFM AIR COMPRESSOR DELCO REMY 12V 39MT STARTER MOTOR W/OCP DELCO REMY 180 AMP, 28SI PAD MTD. ALTERNATOR 10 MINUTE ENGINE IDLE SHUTDOWN ENABLED CRUISE CONTROL ENABLED —� PTO REGEN INHIBIT THRESHOLD = 0 MPH —� 1200 RPM MAX IN PTO PTO SET SWITCH = 1200 RPM �^ PTO RESUME SWITCH = 1000 RPM PTO RAMP RATE INCREMENT = 500 RPM ALLISON 4500 SERIES, 6-SPEED TRANSMISSION ✓ _ ALLISON PUSHBUTTON CONTROLS OIL TO WATER TYPE TRANSMISSION OIL FILTER TUBE/DIPSTICK W/ LEVEL SENSOR _Vol TRANSYND SYNTHETIC AUTO TRANSMISSION FLUID SPICER 1810HO HALD ROUND DRIVESHAFT PREP FOR CHELSEA 890/897 PTO CLEARENCE MERITOR MFS-16 STEER AXLE, 16000# RATING ✓ 90,000 7500LB FLATLEAF 16,500 ROUND CAPACITY FRONT SUSPENSION�a,lXJO' DOUBLE ACTING SINGLE—HEAVY DUTY FRONT SHOCK ABSORBERS L C _ �cr A J SCOTSEAL PLUS XL FRONT WHEEL SEALS CR ZYTEL FRONT HUBCAPS SYNTHETIC FRONT AXLE LUBRICANT �— MERITOR 16.5 X 6 FRONT BRAKES MERITOR AUTOMATIC FRONTAXLE SLACK ADJUSTERS ✓ DUST SHIELD — FRONT BRAKES INTEGRAL POWER STEERING W/ LEFT HAND RAM ✓ STEEL FOUR QUART POWER STEERING RESERVOIR MERITOR RT46-16046,000LB REAR AXLE ASSEMBLY 5.63 REAR AXLE RATION FFOUR WHEEL REAR AXEL LOCK HENDRICKSON HMX-460 REAR SUSPENSION 4 SHOCK ABSORBERS ON REAR SUSPENSION ✓ SCOTSEAL PLUS XL REAR AXLE SEALS SYNTHETIC REAR AXLE LUBRICANT MERITOR 16.5 X 7 Q PLUS REAR AXLE BRAKES MERITOR AUTOMATIC REAR AXLE SLACK ADJUSTERS _yL DUST SHILD — REAR BRAKES HENDRICKSON COMPOSILITE STEERABLE TAG, 13,500 LBS CAPACITY SCOTSEAL PLUS XL TAGE AXLE SEALS HENDRICKSON INTEGRALTAG AXLE BRAKES MERITOR AUTOMATIC TAG AXLE SLACK ADJUSTERS BENDIXABS 45/41VI SINGLE 3/8" VARIABLE STEEL FRAME RAIL 3,529,000 FRAME RBM RATING ON MAIN FRANE SECTION 7-PIECE STEEL W/ALUM BOC X-MEMBER ✓ CHASIS WIRING TO BE SUPPORTED ON WIRING STUDS W/ STEEL P-CLAMPS HUCKSPIN RR SUSP & CROSSMEMBER STEEL PAINTED FRONT BUMPER TWO REMOVABLE TOW PINS IN FRONT BUMPER RO 170 COMPLAINT BODY INTERFACE WIRING 75 GAL 26" DIA UNPAINTED ALUMINUM LH MOUNTED FUEL TANK FUEL TANK BRACKETTO EXTEND UNDER FUEL TANK WITH 3" WIDE STRAPS STEEL BATTERY BOX AND LID 3 GROUP 31 ECL 12V 22SOCCA BATTERIES BATTERY SHUTOFF SWITCH W/LOCKOUT BENDIX DV -2 AUTOMATIC WET TANK DRAIN WITH HEATER CENTRAL MANIFOLD W/PERCOCKS BENDIX ADIP AIR DRYER W/HEAT SINGLE SELF-CLEANING CAB ENTRANCE STEP STEEL CAB WITH REAR CORNER CURVED WINDOWS FOR VISIBILITY RUGGED STEEL CAB DOORS LH & RH DOOR CHECK STRAPS FOR WIND DUAL INTERNAL REGUALTOR POWER WINDOWS SINGLE PANE REMOTE CONTROL MIRRORS WHEAT RETRACTABLE MIRROR ARMS SINGLE DOWN VIEW MIRROR, LH SIDE BRUSHED SS EXTERIOR GRAB HANDLE TWIN AIR HORNS MOUNTED UNDER CAR SINGLE ELECTRONIC HORN HYDRAULIC TILT CAB WITH AIR ASSIST BUG SCREEN MOUNTED BEHIND GRILLE IMPACT RESISTANT FRONT POLYFENDERS 16" DIA. STEERING WHEEL, 2 SPOKE TILT AND TELESCOPIC STEERING COLUMN SEARS C2 AIR RIDE DRIVERS SEAT SEARS C2 FIXED PASSENGER SEAT MODURA SEAT COVERS, ASHPALT IN COLOR ALUMINUM DIAMOND PLATE FLOOR ON DRIVERS SIDE ASHTRAY MTD IN CONSOLE W/12V CIGAR LIGHTER INTEGRAL HVAC WITH ROOF MOUNTED A/C CONDENSER VOLTAGE & OIL PRESSURE INCLUDED IN VEHCILE DISPLAY ELECTRONIC TACHOMETER HOUR METER INCLUDED IN ON BOARD DISPLAY GRAUDUATED, AIR CLEANER MOUNTED AIR INTAKE RESTRICTION INDICATOR OEM MOUNTED ELECTRONIC PTO CONTROL SWITCH ELECTRONIC FUEL LEVEL LED HEAD LAMPS LED FRONT TURN SIGNALS SELF -CANCELING TURN SIGNALS AMBER LED ROOF MARKERS DAYTIME RUNNING LAMPS AM/FM RADIO MOUNTED IN OVERHEAD COMPARTMENT ANTENNA - ROOF MOUNTED 2 DUAL CONE SPEAKERS AdV+N<<d vi5plky RADIO SHUT-OFF IN REVERSE ti DRY TYPE ABC 5LB CAP MTD. IN CAB UNDER SEAT 22.5 X MICHELIN 315/80R22 XZY N3EFRONTTIREST, 51-11-1FRONT WHE�Sn �/!�VS 22.5 X 8.25" STEEL HP, SHH REAR WHEELS ./ MICHELIN 11R22.5H X DE M/S REAR TIRES ✓ 22.5 X 8.25" STEEL, HP, 6.18" INSET, 5HH TAG AXLE WHEELS MICHELIN 11R22.5H XZY-3 TAG AXLE TIRES Pk&11,OE1 �y STANDARD WHITE DPSS-N0007EX CAB PAINT I;Ws 1 YEAR CHASSIS WARRANTY ✓ 5 YEAR EXTENDED ALLISON TRANSMISSION WARRANTY SYRS/300K MILE EXTENDED CUMMINS WARRANTY PP2 �- 5YR/300K MILE EXTENDED CUMMINS AFTERTREATMENT WARRANTY DATALINK ADAPTOR TO HOOK TO CHASIS �— CUMMINS SOFTWARE FOR READING CODES BEMDIX SOFTWARE FOR READING CODES ✓ OEM TECHNICAL CALL CENTER FOR CUNTOMER AVAILABLE 24/7 MADE IN THE USA Automated Side Loader Refuse Compactor INTENT: ✓ No 5p4te These specifications describe a refuse collection body equipment with a mechanical device designed to handle a variety of plastic refuse containers (or specify sizes and types of containers to be handled), The body shall be capable of compacting and transporting refuse to a landfill or transfer station and unloading the load by means of hydraulically raising the tailgate and then ejecting the refuse without raising the body. GENERAL TERMS: All equipment furnished under this contact shall be new, unused and the same as the manufacture's current production model. Accessories not specifically mentioned herein, but necessary to furnish a 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 and component parts shall be standard and interchangeable throughout the entire quantity of the units as specified in this invitation to bid. The equipment furnished shall conform to current ANSI Safety Standard Z 245.1. The bidder shall complete every space in the Bidders Proposal column with checjk mark to Indicate if the item being bid is exactly as specified, if any check marks are placed in the "NO" column, a detailed and complete description of the deviation from specification must be supplied on a separate sheet labeled "Deviations from Specification". No 5P4re O ' EQUIPMENT COMPANY INC. DENVER BILLINGS GREAT FALLS 5200 Colorado Blvd. 2107 Hamish Blvd. 1610 River Drive North BROTHERS Commerce Ciry,C080022 ones -65.39 Great FKaIH,MT59401 Phone: 303-298-7370 Phoning 75901 phone: 406-452.2757 Fax: 303-298-8527 Fax: 406-652-3744 Fax: 406-452-2799 ATE PAGE 07/14/21 1 QUOTE NO. 21-17101 *** QUOTE *** SOLD TO: CITY OF LAUREL 2021 NEW REFUSE TRUCK 7-15-21 P.O. BOX 10 LAUREL MT 59044 SHIP TO: CITY OF LAUREL 2021 NEW REFUSE TRUCK 7-15-21 P.O. BOX 10 LAUREL MT 59044 ------------------------------------------------------------------------------- CUSTOMER PO CUSTOMER NUM SHIP VIA SALESMAN TERMS CUSTOMER PHONE BID/QUOTE 12310 FOB LAUREL 17 NET 10 406-628-7431 ------------------------------------------------------------------------------- Dear Matt, We are pleased to present the following quotation: 1) 2022 Heil DPF Rapid Rail 33 yard full eject refuse compactor body with the following features: In -cab electrical pack controls 5.4 cubic yard hopper " ICC reflective tape " Lift cylinders cushioned up and down with chrome plated rods 3 -micron return line filter with magnetic trap and in -cab filter by-pass monitor and magnetic column " Mid -body turn signal " 96" lift reach " In -cab proportional lift, hoist and tailgate controls " Center mounted brake light " Cortex control " Backup alarm " 1,600 pound lift capacity rated at 3,200 but set lower " Fully automatic Shur -Lock tailgate latches " Rear Underride guard - 24" tool box mounted on ICC " 3 micron filter and 100 -micron suction line strainer " Street side access door with step and grab " Front MTN or Transmission PTO and Operate at idle pump " Load any time" compactor and follower shield design " Under hopper liquid sup with 2 clean out doors and steel rake " Tailgate service props " Customer's choice of finish paint color Underbody oil tank with level/temperature sight gauge, oil suction shut-off and "Y" manifold FMVSS #108 clearance lights and reflectors " Rear anti -spray mud flaps *** CONTINUED NEXT PAGE *** O I EQUIPMENT COMPANY INC. DENVER BILLINGS GREAT FALLS 5200 Colorado Blvd. 2107 Harnish Blvd. 1610 River Drive North KBROTHERS Commerce City (080022 Billings MT 59101 Great Falls, MT 59401 Phone: 303-]98-7370 Phone: 4b6-652-3975 Phone: 406.452.2757 Fax: 303-298-8527 Fax: 406-652-3744 Fax: 406-452-2799DATE PAGE 07/14/21 2 QUOTE NO. 21-17101 *** QUOTE *** SOLD TO: CITY OF LAUREL 2021 NEW REFUSE TRUCK 7-15-21 P.O. BOX 10 LAUREL MT 59044 5444;mi141~ CITY OF LAUREL 2021 NEW REFUSE TRUCK 7-15-21 P.O. BOX 10 LAUREL MT 59044 CUSTOMER PO CUSTOMER NUM SHIP VIA SALESMAN TERMS CUSTOMER PHONE BID/QUOTE 12310 FOB LAUREL 17 NET 10 406-628-7431 ------------------------------------------------------------------------------- ------------------------------------------------------------------------------- Backup and license plate light ANSI 2245.1 compliant The following optional items are also included in base bid price: Joystick lift control plus the extra paddle switches requested Smart strobes LED in design plus all lights LED 2 )LED Work lights - one in hopper area and one in lift arm area " grabbers for 40-450 gallon refuse barrels Fyl aq ory IS llation Sincer&::y'; Roy Pilcher 406-403-5321,Mobile PART NUMBER DESCRIPTION QTY ORD UOM •cccczavvaevvee====== e.a�aeeavcvvcacvr===aces=e=e=== _______ ___ AUTOCAR 2022 ACX *CABOVER TRUCK PER ATTACHED SP 1.00 EA DP RAPID RAIL *33 YD AUTOMATED FULL EJECT BO 1.00 EA FULL FACTORY MOUNT *INSTALLATION OF UNIT FT. PAYN 1.00 EA UNIVERSAL STANDARD *BELT GRABBERS 30-450 GAL GRAB 1.00 EA OIGAI TRANSMISSION *PTO/PUMP OPERATE @ IDLE OPRS. 1.00 EA HOPPER AND LIFT WORK *LED LIGHTS 1.00 EA MULTI FUNCTION *STROBE/TURN LAMPS LED LIGHTS 1.00 EA REMOTE LIFT CONTROLS *MOUNTED UNDER SEAT DRIVERS SI 1.00 EA PADDLE SWITCH/JOYSTI *RR STL. CONT JOYSTICK & SWITC 1.00 EA HOPPER FLOOR LINER *3/16" AR PLATE EXCEED SPECS 1.00 EA *** CONTINUED NEXT PAGE *** O I EQUIPMENT COMPANY INC. DENVER BILLINGS GREAT FALLS 5200 Colorado Blvd. 2107 Hamish Blvd. 1610 River Drive Nonh KBROTHERS Commerce Cl C060022 Billings MT 59101 Great Falls, MT 59401 Phone: 303-298-7370 Ph one: 4d6-652-3975 Phone:406-452-2757 Fax: 303-2989527 Fax: 406-652-3744 Fax:406-452-2799 DATE PAGE 07/14/21 3 QUOTE NO. 21-17101 *** QUOTE *** SOLD TO: SHIP TO: CITY OF LAUREL CITY OF LAUREL 2021 NEW REFUSE TRUCK 7-15-21 2021 NEW REFUSE TRUCK 7-15-21 P.O. BOX 10 P.O. BOX 10 LAUREL MT 59044 LAUREL MT 59044 ------------ ----------------------------------------------------------------- CUSTOMER PO CUSTOMER HUM SHIP VIA SALESMAN TERMS CUSTOMER PHONE BID/QUOTE 12310 FOB LAUREL 17 NET 10 406-628-7431 PART NUMBER 6 DESCRIPTION .... ======... C QTY ORD VOM STEEL MUD GUARDS CC...... *AHEAD & BEHIND REAR TANDEMS 1.00 C ..660 EA MAN HOPPER COVER *STD MESH EXT HANDLE LANDFL DR 1.00 EA FENDER EXT KIT *BRUSH GUARDS PROTECT BODY MUD 1.00 EA INF SERIES EJECT *CYLS W/ SCRAPERS 2 YEAR EXTRA 1.00 EA 3 YR COMPLETE BODY *COVERS ALL REQUESTED BODY/ARM 1.00 EA STRUCTURAL 5 YEAR *WARRANTY ADDITIONAL COVERAGE 1.00 EA STEEL SURCHARGE *158 BASED ON STEEL PRICES CUR 1.00 EA KOIS DISCOUNT GIVEN *MUNICIPAL DISCOUNT GIVEN HEIL -1.00 EA All returned goods must be accompanied by invoice and are subject to handling charge after 30 days. ***NO RETURNS AFTER 90 DAYS— A SERVICE CHARGE OF 24 PER MONTH, 24% PER ANNUM WILL BE ADDED TO ANY INVOICE NOT PAID. AY THE LAST DAY OF THE MONTH IN WHICH IT IS DUB. WE ARE CONFORMING WITH THE FAIR LABOR :ANDARTDS ACT OF 1938 AS AMENDED. NOT RESPONSIBLE FDR TIMELOST DUE TO FIRES, STRIKES OR CAUSES BEYOND OUR CONTROL. STENOGRAPHICAL AND CLERICAL ERRORS SUBJECT TO CORRECTION THANE YOU FOR ALLOWING US TO QUOTE THESE ITEMS. YOUR COST IS Sub Total 371,006.50 Sales Tax 0.00 F.E.T. 0.00 Freight 5,312.50 TOTAL 376,319.00 ACX64 Class 8 Model Year 2022 Jack's Truck & Equipment, Inc. NA Prepared By : Richard Chafee rchafee@floydstrucks.com Prepared For : MATT WALKER CITY OF LAUREL Monday, July 12, 2021 3:54:12 PM EST Prepared By Richard Chafee Quote Id: QA2NUSJZR Quote Number: 00041481 Model : 2022 - ACX64 Class 8 Chassis Specification Description AUTOCAR TRUCKS Prepared For Matt Walker City of Laurel 07/12/2021 Front Weight Rear Weight Price O ENGW01 ENGINEERING GROUP AUTOCAR ENGINEERING 0 0 0 BODY TYPE IDENTIFIER S C070001 FUEL SYSTEM TYPE DIESEL S 0040002 MODELS ACX64 10,431 6,154 197,350 O 5000002 CABSHELL SINGLE RIGHT HAND DRIVE 0 0 490 O C05033 CAB 33 YARD O IOOU001 CUSTOMER TYPE MUNICIPAL 0 0 0 S VEHICLE ADAPTATION REAR SUSPENSION TYPE STD/BEAM TYPE REAR S 114010 COUNTRY OF USE UNITED STATES STD 0 0 0 MARKED ADAPTATION SOLUTION O C04001 BODY COMPANY HEIL O CO2004 BODY TYPE AUTOMATED SIDE LOADER S C070001 FUEL SYSTEM TYPE DIESEL O C001056 TRUCK TYPE (WRENCH ASL, HEIL, WB 195, TAG@76, CODE) DIESEL, WITH EIECT O C06107 BODY STYLE HEIL DURA PACK PYTHON O C05033 TOTAL BODY CAPACITY - 33 YARD BODYMOPPER O C090004 AXLE QUANTITY 4AXLE S C080001 REAR SUSPENSION TYPE STD/BEAM TYPE REAR SUSPENSION O C01003 APPLICATION REFUSE -LANDFILL O C11005 BODY COMPANY SERVICE CONTAINER EIECT OPTION O C03002 TERRITORY WEST COAST O D010200 FRONT GAWK 20000 LBS O D020460 REAR GAWR 46000 LBS O D030132 TAG AXLE GAWR 13200 LBS O D100768 GV WR 76800 LBS (PARK BRAKE LIMITED) ENGINE S 1580001 ENGINE VOCATION O 1012023 ENGINE ASSY S 4460001 FUEL TYPE COMMERCIAL - DOMESTIC (DOT) X12 71 380HP / 2000 RPM / 1450 LB -FT, CUMMINS ULTRA-LOW SULPHUR DIESEL FUEL REQUIRED Price Level: 202105102022A Monday, July 12, 2021 3:54:12 PM EST 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 15,930 0 0 0 Page 2 of 12 Prepared By Richard Chafee Quote Id: QA2NUSJZR Quote Number: 00041481 Model : 2022 - ACX64 Class S Prepared For Matt Walker City of Laurel S 972A001 SPECIAL EMISSION CERTIFICATION LABELS ENGINE EQUIP 50 STATE - CALIFORNIA CLEAN IDLE CERTIFIED (DIESEL) 0 0 0 O 1222001 PTO -ENGINE FRONT FEPTO ADAPTER (425" BCD 40 -9 590 with 2" FEM PILOTED FLANGE YOKE - 7/16-20 BOLTS) S 128071 ENGINE CONTROL DEFAULT SPECS 0 0 0 SPECIFICATIONS S 1290004 ENGINE ELECTRONICS CUMMINS 500K 0 0 0 COMMUNICATION O 1310002 BRAKE -ENGINE C BRAKE BY JACOBS 2 80 10 2,500 POSITION FOR X ENGINES O 4382004 FILTER -FUEL, CHASSIS DAVCO 386 FILTER W/O 12V 0 0 105 MOUNTED HEAT, WITH H2O PROBE O 170025 FILTER -FUEL, ENGINE CUMMINS SPIN -ON FILTER -5 0 0 MOUNTED O 180021 ENGINE BLOCK HEATER PHILLIPS 120V 150OW 5 0 115 O 1810003 HEATER RECEPTICAL RECEPTACLE LOCATED AT 0 0 0 LOCATION -ENGINE CAB STEPS, RH SIDE S 2080001 FAN & DRIVE -ENGINE 2 -SPEED FAN 0 0 0 S 2120003 RADIATOR SURGE TANK STANDARD SURGE TANK W/ 0 0 0 SIGHT GLASS O 220052 AIR CLEANER 16" TWO STAGE 28 3 305 S 226001 ATR INTAKE RAIN CAP BLACK, HOOD TYPE 0 0 0 O 2302001 MUFFLER SYSTEM LH VERT HORIZ DPF/SCR 0 0 0 S 2310003 EXHAUST SHIELDS DPF & SCR SHIELDS 0 0 0 O 2320011 EXHAUST STACKS STAINLESS STEEL STACK 0 0 0 W/TURN OUT S 115A200 TURBO HEAT SHIELD TURBO HEAT SHIELD 0 0 0 S 2390002 UREA DELIVERY SYSTEM OVER -FENDER MTD., LH 0 0 0 SIDE, 10 GAL. CAPACITY S 5300001 ENGINE/EXHAUST COVER ALUM TURBO/EXHAUST PIPE 0 0 0 DEBRIS SHIELD O 7002000 AIR COMPRESSOR CUMMINS WABCO 25.9 CFM 0 0 0 COMPRESSOR S 8200003 STARTING MOTOR DELCO REMY 12V 39 MT 0 0 0 W/OCP O 8020005 ALTERNATOR DELCO REMY 180 AMP, 28SI 5 0 50 PAD MTD. O P020010 ENGINE IDLE SHUT DOWN ENGINE IDLE SHUTDOWN 0 0 0 ENABLED (10 MINUTES) S P030001 CRUISE CONTROL CRUISE CONTROL ENABLED 0 0 0 PARAMETER S P630006 MAX VEHICLE SPEED - MAX VEHICLE SPEED IN PTO 0 0 0 PTO MODE MODE = 6 MPH S P641200 RPM PTO MODE 1200 RPM MAX IN PTO 0 0 0 Price Level: 202105102022A Monday, July 12, 2021 Page 3 of 12 3:54:12 PM EST Prepared By Richard Chafee Quote Id: QA2NUSTLR Quote Number: 00041481 Model : 2022 - ACX64 Class 8 Prepared For Matt Walker City of Laurel S P701200 PTO SET SWITCH PTO SET SWITCH = 1200 RPM 0 0 0 S P711000 PTO RESUME SWITCH PPO RESUME SWITCH = 1000 0 0 0 RPM O P010064 VEHICLE GOVERNED SPEED LIMIT 64 MPH 0 0 0 SPEED LIMIT (LIMITED BY PROP SHAFT CALLS) TRANSMISSION S 2580003 VOCATION RDS REFUSE - VOC 400 -XXX 0 0 0 O 2690019 CONTROL MODULE REFUSE W/ AUTO -NEUTRAL 0 0 0 (ELECT) & SERVICE BRAKE, VP170 S 26A0001 TRANSMISSION SHIFT PRIMARY PERFORMANCE/ 0 0 0 SCHEDULE / FUEL SENSE SECONDARY ECONOMY S PTI0001 TRANS DIRECTION SHIFT INHIBIT ENABLED 0 0 0 CHANGE SHIFT INHIBIT S 27P0000 TRANSMISSION NO TRANSMISSION 0 0 0 RETARDER AUDIBLE RETARDER AUDIBLE ALARM ALARM O 2700028 TRANSMISSION ALLISON 4500 SERIES,6- 384 59 13,845 SPEED S 287A200 TRANSMISSION TRANSMISSION REMOTE 0 0 0 BREATHER BREATHER S 284016 TRANSMISSION ALLISON PUSHBUTTON 0 0 0 CONTROLS CONTROLS S 286005 COOLER -TRANSMISSION OILTO WATER TYPE 0 0 0 OIL S 290003 TRANSMISSION OIL OIL FILL TUBE / DIPSTICK W/ 0 0 0 FTLI/CHECK LEVELSENSOR O 300013 DRIVFSHAFT-MAIN SPICER 181OHD HALF ROUND 5 10 70 O 3170007 PTO -TRANSMISSION CHELSEA 890 / 897 PTO 5 0 110 MOUNTED CLEARANCE (PREP ONLY) FRONT AXLE S 3700002 FRONT AXLE MERITOR MFS -20 STEER 0 0 0 AXLE, 20000# CAPACITY S 3690005 FRONT AXLE POSITION 525 INCHES 0 0 0 O 3710003 FRONT SUSPENSION 10200 LB TAPER LEAF -90 5 0 REDUCED RIDE HEIGHT, 22000 LB GROUND CAPACITY O 371T01 SUSPENSION, FRONT AUX AUX LOAD CUSHION 10 0 50 S 373002 SHOCK ABSORBERS- DOUBLE ACTING SINGLE- 0 0 0 FRONT HEAVY DUTY S 904011 HUBS -FRONT STEEL HUB PILOTED285MM 0 0 0 BOLT CIRCLE S 9400001 WHEEL OH, SEALS -FRONT SCOTSEAL PLUS XL 0 0 0 S 9210001 HUB CAPS - FRONT AXLE CR ZYTEL HUBCAP 0 0 0 S 374002 FRONT AXLE LUBRICANT SYNTHETICJ)ANA SPICER 0 0 0 EP75 W90,OR EQUI V Price Level : 202105102022A Monday, July 12, 2021 Page 4 of 12 3:54:12 PM EST Prepared By Richard Chafee Prepared For Matt Walker Quote Id: QA2NUSJZR City of Laurel Quote Number: 00041481 Model : 2022 - ACX64 Class 8 S 7510003 BRAKES -FOUNDATION, MERITOR 163X6 QP 0 0 0 FRONT AXLE S 754009 BRAKE SLACK ADJUSTERS MERITOR AUTOMATIC 0 0 0 -FRONT AXLE S 755001 DUST SHIELDS - FRT DUST SHIELDS - FRONT 0 0 0 BRAKES BRAKES S 901001 BRAKE DRUM -FRONT CAST IRON 0 0 0 O 383107 STEERING GEAR INTEGRAL POWER STEERING 0 0 0 WILEFT HAND RAM S 387003 POWER STEERING FOUR QUART REMOTE 0 0 0 RESERVOIR MOUNTED REAR AXLE O 330444 REAR DRIVE AXLE -SINGLE MERITOR RT46-160 46,000 LB 0 430 3,002 & TANDEM S 33OU98 REAR AXLE LUBE PUMP NO LUBRICATION PUMP 0 0 0 O 331563 REAR DRIVE AXLE RATIO 5.63 0 0 0 O 333014 REAR DRIVE AXLE ANTI- FOUR WHEEL LOCK 0 63 1,070 SPIN DEVICES O 3500004 REAR SUSPENSION HENDRICKSON HMX-460 0 0 715 SUSP @ 54" AS S 351013 REAR SUSPENSION BEAMS 54 INCH STEEL RUBBER 0 0 0 BUSHED S 358005 TORQUE RODS LONGITUDINAL & 0 0 0 TRANSVERSE -RUBBER BUSHED O 359001 SHOCK ABSORBERS -REAR 4 SHOCK ABSORBERS 0 31 202 HENDRICKSON SUSPENSION S 9130001 HUBS -REAR IRON HUB, HP 10 STUD 0 0 0 S 3400001 REAR AXLE BREATHER STANDARD AXLE BREATHER 0 0 0 S 9410001 WHEEL OIL SEALS -REAR SCOTSEAL PLUS XL 0 0 0 S 7610003 BRAKES -FOUNDATION, MERITOR 163X7 Q PLUS 0 0 0 REAR AXLE S 764013 BRAKE SLACK ADJUSTERS MERITOR 0 0 0 -REAR AXLE AUTOMATIC,TANDEM AXLE S 765001 DUST SHIELDS - REAR DUST SHIELDS - REAR 0 0 0 BRAKES BRAKES S 781012 BRAKE CHAMBERS- CAM TYPE MGM STOPGARD 0 0 0 PARKING, TYPEIVENDOR (4) S 910001 BRAKE DRUM -REAR CAST IRON 0 0 0 AUXILIARY AXLES O 3TI2002 TAG AXLE XI HENDRICKSON -167 821 9,185 COMPOSILITE EXS STEERABLE TAG, 13500 LBS CAPACITY O 3TIF001 TAG AXLE BRACKET ALTERNATE TAG AXLE 0 0 0 BRACKET O 3TS0049 TAG AXLE 81 SPACING 49" SPREAD 0 0 0 Price Level: 202105102022A Monday, July 12, 2021 Page 5 of 12 3:54:12 PM PST Prepared By Richard Chafee Prepared For Matt Walker Quote Id: QA2NUSJZR City of Laurel Quote Number: 00041451 Model : 2022 - ACX64 Class S O 9TI0001 TAG AXLE HUBS STEEL HUBS, 11.25" BOLT 0 0 0 CIRCLE O 9T60001 TAG AXLE WHEEL SEALS SCOTSEAL PLUS XL 0 0 0 O 9T80001 TAG AXLE HUB CAPS CR ZYTEL HUB CAPS 0 0 0 O 7T20004 TAG AXLE BRAKES HENDRICKSON INTEGRAL 0 0 0 (5X4 O 7T40001 TAG SLACK ADJUSTER XXXX MERITOR AUTOMATIC 0 0 0 BRAKES S 729002 AIR LINES -PARKING AIR LINES CHASSIS PARK 0 0 0 BRAKE, CHASSIS BRAKE S 7410004 BRAKE CONTROL SYSTEM MERITOR WABCO ABS 4SAM 0 0 0 W/PLC CHASSIS 0 400195 WHEELBASE 195 INCHES -22 -27 -75 O 402098 FRAME -REAR OVERHANG 98" 10 -32 0 S 403012 FRAME RAI S 3/8" VARIABLE DROP STEEL, 0 0 0 EXT B O 4090001 FRAME CROSSMEMBER- 7 -PIECE STEEL W/ ALUM BOC 22 118 0 CENTER X -MEMBER ORIENTATION B O 411012 FRAME CROSSMEMBER- STEEL CHANNEL MEMBER- 0 0 0 END CLOSING IF REQUIRED S 460001 BUMPER -FRONT STEEL PAINTED 0 0 0 O 4682000 GUARD -OIL PAN ENGINE OIL PAN GUARD - 0 0 181 STEEL S 480002 TOWING DEVICE -FRONT TWO REMOVABLE TOW PINS 0 0 0 S 8742000 WIRING, BODY RP 170 COMPLIANT 0 0 0 INTERFACE S 430020 FUEL TANK -LEFT 75 GAL 26' DIA UNPAINTED 0 0 0 ALUMINUM O 4308001 FUEL TANK FILL LHS REAR FILL FUEL TANK, LHS 0 0 0 O 4470004 LH FUEL TANK SPACERS LH FUEL TANK SPACED 2", 7 5 162 DROPPED 4" S 432002 FUEL TANK STRAP/ PAINTED STEEL, LH 0 0 0 SUPPORT LEFT O 4280003 DRILLING FUEL TK SUPT- FUEL TANK LHS LOCATION - 0 0 0 LEFT SPEC DRIVEN S 436015 FUEL LINES SAEJ1402AI WIREBRAIDED 0 0 0 S 8120005 BATTERY BOX STEEL BOX, 3 BATTERY, LHS 0 0 0 O 8160011 BATTERY BOX SPACERS BATTERY BOX SPACED 2", 7 2 48 DROPPED 2" ON SPACERS WITH SPACERS DROPPED ADDITIONAL 2" 0 8090W3 BATTERY BOX DRILLING BATTERY BOX LOCATION - 0 0 0 �. SPEC DRIVEN S 810089 BATTERY 3 JOHNSON CONTROL 3 I ECL 0 0 0 12V 225OCCA Price Level : 202105102022A Monday, July 12, 2021 Page 6 of 12 3:54:12 PM EST Prepared By Richard Chafee prepared For Matt Walker Quote Id: QA2NUSJZR City of laurel Quote Number: Q0041481 Model : 2022 - ACX64 Class 8 S 8140002 BATTERY SHUT-OFF SHUTOFF W/ LOCKOUT, NO 0 0 0 SWITCH EMERGENCY JUMPER STUDS S 7110001 AIR TANK -BRAKE STEEL AIR TANKS 0 0 0 O 7090003 AIR TANK DRILLING AIR TANKS LOCATION SPEC 0 0 0 DRIVEN O 7152001 WET TANK DRAIN WABCO DV -2 AUTOMATIC W/ 0 0 100 HEATER O 715T003 AIR RESERVOIR DRAIN CENTRAL MANIFOLD W/ 2 2 70 SYSTEM PETCOCKS O 713023 AIR DRYER BENDIX ADIP W/HEAT 0 0 15 O 7100008 AIR DRYER DRILLING AIR DRYER MTD OUTSIDE 0 0 0 RAIL, RHS, SPEC DRIVEN S 724001 AIR LINES -CAB SAE J844 NYLON TUBING 0 0 0 CAB EXTERIOR O 4510005 STEP -CAB ACCESS, CAB SINGLE SELF CLEANING CAB -6 0 -160 MOUNTED ENTRANCESTEP S 502001 CAB DOORS STEEL 0 0 0 O 5120001 POWER WINDOWS DUAL INTERNAL 4 0 750 REGULATOR POWER WINDOWS O 6220018 MIRRORS -DUAL WEST MIRROR, BLACK, HTD, 0 0 620 COAST REMOTE. W/MARKER LIGHT, W / LWR HTD CONVEX S 630026 HORN -AIR TWIN MOUNTED UNDER CAB 0 0 0 S 631001 HORN -ELECTRIC SINGLE 0 0 0 O 661002 CAB TWT MECHANISM- HYDRAULIC TILT WITH AIR 20 0 285 C.O.E. ASSIST S 6720001 GRILLE AUTOCARGRILLE 0 0 0 S 675001 BUG SCREENS BUG SCREEN MOUNTED 0 0 0 BEHIND GRILLE CAB INTERIOR S 3800001 STEERING WHEEL 16' DIA. WHEEL, 2 SPOKE 0 0 0 S 3810002 STEERING COLUMN TILT AND TELESCOPIC 0 0 0 STEERING COLUMN O 5202002 SEAT -DRIVER SEARS C2+ SEAT, AIR RIDE, 0 0 100 AIR LUMBAR O 5212001 SEAT -PASSENGER SEARS C2+ SEAT, FIXED 0 0 125 S 5222000 SEATBELTS -DRIVER THREE POINT 0 0 0 RETRACTABLE, W/O COMFORT LATCH S 5232000 SEAT BELTS -PASSENGER THREE POINT 0 0 0 RETRACTABLE, W/O COMFORT LATCH O 5260002 SEAT INSERT MODURA, ASPHALT COLOR 0 0 0 O 538004 CARPET & MAT ALUMINUM DIAMOND 4 2 70 PLATE - DRIVER SIDE Price Level: 202105102022A Monday, July 12, 2021 Page 7 of 12 3:54:12 PM EST Prepared By Richard Chafee Prepared For Matt Walker Quote Id: QA2NUSJZR Cit of laurel Quote Number: 00041481 y Model : 2022 - ACX64 Class 8 S 5500001 CENTER CONSOLE CENTER CONSOLE 0 0 0 S 5510001 REAR CONSOLE REAR CONSOLE 0 0 0 S 5930001 ASHTRAY ASHTRAY MTD IN CONSOLE 0 0 0 CAB CLIMATE CONTROL O 0602003 CAB TEMPERATURE INTEGRAL A/C WITH ROOF 0 0 2250 SYSTEM MOUNT CONDENSER(GHG) O 612002 AIR CONDITIONER ROOF MTD. (DISTRIBUTOR 0 0 0 CONDENSER RESPONSIBILITY TO ENSURE CLEARANCE WITH FEL CANOPY) GAUGES & INSTRUMENTATION S 0572001 INSTRUMENTS SALES PKG ADVANCED DIAGNOSTIC 0 0 0 DISPLAY -V1 S 1430001 TRUCK ELECTRICAL VEHICLE CONTROL UNIT 0 0 0 CONTROL MODULE S 1362000 TACHOMETER/RPM ELECTRONIC TACHOMETER 0 0 0 TACHOGRAPH S 1372000 GAUGE-HOURMETER HOURMETER INCLUDED IN 0 0 0 ON BOARD DISPLAY S 225009 AIR INTAKE RESTRICTION GRADUATED, AIR CLEANER 0 0 0 INDICATOR MOUNTED S 4390001 GAUGE -FUEL LEVEL ELECTRONIC FUEL LEVEL 0 0 0 S 5712003 GAUGE PANELS ALL GAUGES IMPERIAL 0 0 0 S 1472001 VEHICLE MONITORING AUTOCAR ADVANCED 0 0 0 SYSTEM TELEMATICS - FULL INSTALLATION LIGHTING S 8360003 LAMPS -HEAD LED HEADLAMPS 0 0 0 S 8410002 LAMPS -TURN SIGNAL - LED FRONT TURN SIGNALS 0 0 0 FRONT S 8510002 LAMPS -MARKER AMBER LED ROOF MARKERS 0 0 0 S 859001 LAMPS -RUNNING DAYTIME 0 0 0 S 8700001 CIRCUIT PROTECTION AUTO CIRCUIT BREAKERS 0 0 0 DEVICE RADIO/MISC S 509001 KEY & LOCK SETS- DOOR & IGNITION SAME - 0 0 0 IGN/DOORS UNIQUE PER TRUCK 0 5900006 RADIO AM/FM RADIO, ROOF 13 4 275 MOUNTED O 59A0002 RADIO MOUNTING RADIO MOUNTED IN RHS 0 0 0 LOCATION HEADLINER O 5910002 ANTENNA/POWER SUPPLY ANTENNA -ROOF MOUNTED 0 0 0 O 596005 RADIO SPEAKERS 2 DUAL CONE SPEAKERS 0 0 0 O 962003 FIRE EXTINGUISHER DRY TYPE ABC 5LB. CAP 2 0 110 MTD. IN CAB Price Level : 202105102022A Monday, July 12, 2021 Page 8 of 12 3:54:12 PM EST Prepared By Richard Chafee Quote 1d: QA2NUSJZR Quote Number: 00041481 model: 2022 - ACX64 Class 8 Prepared For Matt Walker City of Laurel FRONT TIRES / WHEELENDS O 9310046 TIRE MANUFACTURER & MICHELIN XZU-S 2 (RATED 0 0 406 TREAD -FRONT TO 10K) S 930469 TIRE SIZE & LOAD RANGE 315/80R22.5L 0 0 0 -FRONT S 9050015 WHEELS -DISC FRONT 22.5X9.0" STEEL, 5.25" INSET, 0 0 0 HAYES REAR TIRES / WHEELENDS O 9342007 TIRE MANUFACTURER & MICHELIN X MULTI D 0 0 64 TREAD -REAR S 933062 TIRE SIZE & LOAD RANGE 11 R22.5H 0 0 0 -REAR S 9140014 WHEELS -DISC REAR 22.5X8.25" STEEL, 6.2" INSET, 0 0 120 HAYES AUXILIARY AXLE TIRES O 9T50001 TAG AXLE TIRE TREAD MICHELIN XZY-3 0 20 354 O 9T4062 TAG AXLE TIRE SIZE I I R223H 0 0 0 O 9T20014 TAG AXLE WHEELS 22.5X8.25" STEEL, 6.2" INSET, 0 0 0 HAYES PAINT S 950001 CAB PAINT SCHEME SINGLE COLOR PAINT 0 0 0 S 9550001 CAB PAINT TYPE STANDARD WHITE 0 0 0 S 9801002 CAB COLOR -FIRST APPROVED -_- DPSS-N0007EX 0 0 0 -= STANDARD WHITE N0007 S 9861U1 CHASSIS COLOR BLACK P3036 0 0 0 S 987949 BUMPER COLOR SAME AS 0 0 0 CHASSIS,UNPAINTED ALUM OR CHROME S 988401 DISC WHEEL OR RIM STEEL, E -COAT WHITE I 0 0 0 COLOR ALUM -UNPAINTED ADDITIONAL OPTIONS S 899002 CHASSIS WARRANTY STANDARD WARRANTY 0 0 0 O 899A203 TRANSMISSION ALLISON 5YR. EXT 0 0 1229 WARRANTY WARRANTY O 899B225 ENGINE WARRANTY 2021 X12 PTI 5YRS/300K 0 0 2,300 MILES TRAVEL OR TOWING EXTENDED WARRANTY PPI MATRIX 266414 - Restrictions apply O 899K222 EXHAUST 2021 X 12 AT35YRS/300K 0 0 875 AFTERTREATMENT MILES AFTERTREATMENT EXTENDED WARRANTIES EXTENDED WARRANTY MATRIX 233813 S 978015 FLOOR PLAN 15 DAYS FLOORING 0 0 0 OTHERS Price Level: 202105102022A Monday, July 12, 2021 3:54:12 PM PST Page 9 of 12 Prepared By Richard Chafee Quote Id : QA21%'USJZR Quote Number: Q0041481 Model : 2022 - ACX64 Class 8 O 9722021 CERTMCATION- EMISSIONS SUB TOTALS Prepared For Matt Walker City of Laurel COMPLIES WITH 2021 U.S. 0 0 0 EMISSIONS BASE WEIGHT/PRICE 10,431 6,154 197,350 FACTORY OPTION 363 1,509 59,358 WEIGHT/PRICE DISTRIBUTOR OPTION 0 0 0 WEIGHT/PRICE TOTALS TOTAL PRICE ($) 256,708 TOTAL WEIGHT (LB) 10,794 7,663 18,457 Price Level: 202105102022A Monday, July 12, 2021 Page 10 of 12 3:54:12 PM EST Prepared By Richard Chafee Quote Id: QA2NIJSJZR Quote Number: 00041481 Model : 2022 - ACX64 Class 8 GAWR, GVWR & Tire Pressure Prepared For Matt Walker City of Laurel 07/12/2021 GVW Rating — 76,800# Front GAWR 20,000# Rear GAWR 46,000# Front Suspension 22,000# Rear Suspension 46,000# Front Wheels 20,000# Rear Wheels 59,100# Front Tire Size And Tread 20,000# Rear Tire Size And Tread 48,000# Front Brakes 20,000# Rear Brakes 52,000# Front Axle 20,000# Rear Axle 46,000# Tag 1 GAWR 13400# Tag 1 Wheels 14,700# Tag 1 Tire Size And Tread 13,200# Tag 1 Axle 13,500# PSI Front PSI 130.0 Rear PSI 105.0 Tag 1 PSI 120.0 Price Level: 202105102022A Monday, July l2, 2021 Page 12 of 12 3:54:12 PM EST ACX64 Class 8 Model Year 2022 Jack's Truck & Equipment, Inc. NA Prepared By : Richard Chafee rchafee@floydstrucks.com Prepared For : MATT WALKER CITY OF LAUREL Monday, July 12, 2021 3:56:28 PM EST Prepared By Richard Chafee Quote Id: QA2NUSJZR Quote Number: 00041481 Model : 2022 - ACX64 Class 8 Dimensions BC ° E 14 A F H M K L Dimension(ft) Description A 59.00 CAB HEIGHT B 62.00 BUMPER TO BACK OF CAB C 95.00 EFFECTIVE BUMPER TO BACK OF CAB D 364.00 OVERALL LENGTH E 269.00 EFFECTIVE CAB TO END OF FRAME F 171.00 EFFECTIVE CAB TO REAR AXLE G 43.20 UNLADEN FRAME HEIGHT H 98.00 OVERHANG 1 195.00 WHEELBASE 1 71.00 BUMPER TO FRONT AXLE K -24.00 DRIVER CENTER OF GRAVITY L 24.00 EFFECTIVE FRONT AXLE TO BACK M 102.20 OVERALL HEIGHT N 0.00 FRONT FRAME EXTENSION SPECIFICATION SUMMARY Model ACX64 Class 8 Engine X1221 380HP / 2000 RPM / 1450 LB -FT, CUMMINS Transmission ALLISON 4500 SERIES,6-SPEED Rear Axle MERITOR RT46-160 46,000 LB Rear Axle Ratio 5.63 Rear Tire I 1 R22.5H Prepared For Matt Walker City of Laurel 07/12/2021 Price Level : 202105102022A Monday, July 12, 2021 Page 2 of 3 3:56:28 PM EST Prepared By Richard Chafee Quote Id: QA2NUSJZR Quote Number: 00041481 Model : 2022 - ACX64 Class 8 GA WR, GVWR & Tire Pressure Prepared for Matt Walker City of Laurel 07/12/2021 GVW Rating — 76,8011# Front GAWR 20,000# Rear GAWR 46,000# Front Suspension 22,000# Rear Suspension 46,000# Front Wheels 20,000# Rear Wheels 59,100# Front Tire Size And Tread 20'000# Rear Tire Size And Tread 48,000# Front Brakes 20,000# Rear Brakes 52,000# Front Axle 20,000# Rear Axle 46,000# Tag 1 GAWR 139200# Tag 1 Wheels 14,700# Tag 1 Tire Size And Tread 13,200# Tag 1 Axle 13,500# PSI Front PSI 130.0 Rear PSI 105.0 Tag 1 PSI 120.0 Price Level : 202105102022A Monday, July 12, 2021 3:56:28 PM EST Page 3 of 3 MT FLFOYD � SD TRUCK CENTER * �Cr Pne y C0 Nebraska I Wyoming I South Dakota I Montana W x.hSaAa* *tnnrwm * ^M NE Autocar Remote Diagnostics Features Explained: Yes, our trucks not only report fact codes (including engine codes) and warnings on the in -dash display, they are available on our Autocar Advanced Telematics system. The Autocar system is accessible on any device, including laptops, desktops, smartphones, and tablets (there's even a app dedicated to technicians) and can sent email or SMS alerts too. All the engine information is also shared with Cummins in real-time so a Cummins Call Center will have it — So will our Autocar Solutions team. Autocar is integrating Cummins Connected Diagnostics and Cummins Software Updates into our own system, so you wont even need a Cummins login or subscription. All this is included in the price of the truck — no extra charge —for the first few years. Future pricing hasn't been decided but expect it to similar to a cheap monthly cellphone bill. Also, any Autocar truck since 2010 (and even Macks, Petes, etc.) can have this Autocar service added — if you're interested let's get a list of trucks and we can quote that next month. Manny Perez Autocar Truck Regional Sales Manager 2631 Martinez Lane Riverside, CA 92503 rnnerez@autocartruck.corn Cell: 765 312-2468 qP;�; www.autocartruck.com u_ oc rl t<„ti START ig !!PICK En gin eeringin lock step as one virtual company • No disassembly • No hacking intoelectripl • No cab clutter • No finger pointing • No delays Always Up' Dash • No Distractions mode • No laptop needed • On -board diagnostics • Onboardschematics ADAS & ESC Systems M • Electronic Stability Control (ESC) • RolloverStabBityControl(RSC) • Advanced Emergency Braking System (AEBS) • Forward Collision Waming(FCw) • Stationary bane Departure Waming(StDW) • Blind Spot Detection (BSD) Vehicle Data translation & Resolution (VDTIT) • Chassis systems • Engine systems • Transmission systems • Brakingsystems • EDGE Processing isf:iTtt��<3� ,, • They can get in & out easier • HVAC keep them more comfortable no mattertheseason • They have bettervWbility • They deal with less dutter& noise • They receive concise. understandable, real-time information on any truck issues • Theydrive with confidence because of collision braking, stability control. & blind spot detection .:. 11111 • They have on -board diagnostics & schematics • They have less electrical ghosts • They have a direct link to virtual hands in help - AutocarService Team • There is less risk & loss axddents • There is less employee turnover • There are less spares • There is less cast r• And, there is more uptimel • EMP electric cool pack Q3-2020 • Electric automated Q2.2021 Old dash vs the always up 'digital display o: 1. , ' , CHECK NGINE 14000 E �i�,x wmxrm�c low FUEL i^rrn PKE65UKE 10 I'XI ))�� IU lINN41. 11\NAMI II II) St ' rxnN►mnuxcr nnnauo ABS Mi 13.15,; r�,. HrwKnt 00 ♦ 00 IF ok III FUEL F / 200 1 100 /300 E /"F DEF T126 PSI 15-816 51.2 the always up°digital display: Benefits RACu to c a ]r 581..60 51.2 WO WS No Distractions Mode FUEL OEF - C22.00 F FUEL OEF 2� (0:: I/10O 300120 \\ E E 21.5 of Psi 58 �) 58160 51.2 � 212 58160 51.? 12.0 r Focus Mode Custom Mode gut the always up' digital display: Benefits FUEL DEF F ` F F / 'IOO 6p is�oor , P51 58160 51.2 TAKEACTION _2>170 SOOTLEVEL FUEL DEF F F 60 .o ��. �2O P51 t.60 t 120 SOOTTEM Something Worth Noticing TAKE CRITICAL ACTION PRESS VEHICLE MUSTS NOT BE OPERATE, CRNDWLEC"E Something Worth Noticing TAKE CRITICAL ACTION HI BEAM INPUT STATUS ------------- -AM OUTPUT STATUS: LIGHTOUT _ ckl OUTPUT VOLTAGE 13.6V _AM OUTPUT CURRENT- O.00A IB BEAM IN VOLTAGE. tB U/IB/TXl EEN ----� 3ln B/xt"N— ,/IB/T%L/Vi -I BH HI BEAM OUTPUT STATUS: BH If BEAM OUTPUT VOLTAGE. BH HI BEAM OUTPUT COGENT Displays The data and schematic for the problem on your truck ■ One More touch shows where the parts are in the truck UH HBEAM N VIk�Gc;_ I3.R ._._.__ HI lUY SW —�' �aeonemVrseN 11/�tmLn'.1N 3�nemavr--� y 74► oo wr2A � 604Y/18/I%lM _ o[LnN 18320031 i 1382N94 TUIINSw-L '- N1S � a TuxN Y on l t awnv L LPA OELP1 h 13523#01 _ f K - 6015/I [/i . �'W.d] IM1. ivnR OVf RfM fb¢4FMe .H HI BEAM WIRIi STATUS: EAAIT BUT AN H BEAM OUTPUT STATUS: 011 - .HNIBEAMWTNUV0.IAGE 13.6V AHHlKAMOUTPUTV%TAGE 13.6Y- .HHIBEAM WTPUTGIAIAENT O.00A AH H BEAN OUTPUT 131AAENT: 171A Ac Displays The 3D layout for the problem on our truck Proprietary & Confidential A°ar the always up' digital display FUEL F, DEP F 200 1 so I 900 3D0 1 O 41� 920 °F PSI 581.651.2 ,HS MILES 6 A MENU BACK ' FUSE BOX 3 ® Ea ® ® '`I-FUEi:�PALYtNlVw9 f1h : i m ME Kaif?AIBA25A1 m Kip14-BWMS WAI m ''5-SPABEBA7U5A! � E-Af1ERNlF:�1NIRr7 UUSA! 112 i n A&SU NUe�➢ fElilCi17dA5A! u{,AP1(RY®191 "J"BAt#NAiMIBA9 BL2-ONITi7N1 Aly STINT 1 - 'lv'9E1914A7fE(7§Al BLI-IGA Bl3-BEVfRSR B� © ".2+%LYNSE dBY Y450! �rr� WIJSMJlE uLF :i�II'9F995A1 BLSTP.AAS ffN ��.•� ''+`'STQp IINIt IIB!➢ ::5;% 6AT V% ■ Increasing demand in truck functionality and productivity has increased electrical design complexity. Emission standards, safety features and vehicle monitoring systems all contribute to the overall truck complexity ■ With Autocar "One Touch" guided diagnostics, fault finding can be reduced by up to 95% ■ Let us handle the truck. With "No Distraction" and "Speed" mode, accompanied by our onboard notification and diagnostic system we will keep your driver more focused on the job and less focused on the truck. Technicians will reduce fault finding time and start fixing the problem sooner. Proprietary & Confidential NO TIME TO WASTE! Ci 111 r Wel:T7-, 1� , 74 1 Autocar Chassis Configurations Autocar's pre-engineered chassis with multiple layout offerings provide custom-designed tools for any application. Auxiliary axle options are available for your desired configuration. Chassis • 4X2 • 8X4 • 10X4 12X6 • 6X4 • 8X6 • 10X6 X \ TOTALWHEELS DRIVEN WHEELS Frame Rails • Straight • Drop Frame ACA 6X4 STRAIGHT FRAME ACX 6X4 DROP FRAME ACX 12XB STRAIGHT FRAME AVTOCAR'ACX' 2 Door Configurations Autocar's purpose-built products create an operator -focused cab environment that promotes driver productivity, and comfort. Available in Right-hand Stand-up (RHS) and Standard door layouts and four different driving options. RHS door offers superior driver visibility because of its narrow width and ability to fold directly against the cab eliminating the blind spot present on competitor door layouts. ACX NIGHT -HAND STAND-UP DOOR WIDE GRAB HANDLES strategically placed as a result of vigorous driver testing BROAD CAB ENTRY custom standards allow a generous amount of space to support the driver's ingress and egress ADJUSTABLE SEAT enables the driver to choose their level of comfort LOW ENTRY STEP designed for accessibility for ease of entry and exit 3 aUTDCAr TRUCKS Galvannealed Steel Cab Visibility, comfort, and durability make the ACX cab the preferred severe -duty workspace in refuse. Autocar offers a severe service cab with all -welded steel construction for strength, weight savings, and driver safety. DOOR HINGE FASTENERS automotive door hinge system an standard doors has no visible exterior hinge to rust or freeze in inclement weather INGRESS AND EGRESS lower step height, closertu ground level, reduces driver fatigue for mutes with multiple enters and exits QUICK-CHANGEGRILLE takes less time to maintain the cool pack and allows for significant clearance for front end PDT AUrUCAR'ACX' ALL STEEL CAB is more robust than aluminum featuring two-sided galvanized steel. Its rhmfless construction requires less maintenance CAB GUARD hers around windshield and top of cab are present on residential and commercial front end loaders to Protect from canister BREAKAWAY LED TURN SIGNALS tum signals extend outward for additional visibility. and LED light offers greater energy efficiency than halogen INSULATION OVER ENGINE provents engine heat from entering the cab in hot weather Roomiest Cab Available Greatest comfort for drivers of all sizes. 1 to 1.5 inches of extra hip space and 1.15 to 1.75 inches of extra lateral foot space. Autocar leads in overall operator space in comparison to competitors. INSULATED CAB t CORNEA WINDOWS tested to keep drivers comfortable In / enhances side visibility(especially on ASQ extreme cold and heat- up to 120 degrees, and lower Interior noise i 1 I l0 i r , 7" SMART DASH DISPLAY t'i` �L! ','a ' y I r A -PILLAR INSERTS engineered to minimize driver distraction and help technicians get your truck hack makes it easier and faster to maintain an the job faster I�� - - e 19f,- . —may harnesses and reduces downtime a ADIUSTIBLE STEERING WHEEL • NO CONTROL BONES ITT and reach -adjustable allowsforeasier custom -engineered Configurations operation and more belly room body control boxes from the cab iintelrior for better driver visibility DRIVING CONFIGURATIONS WRAPAROUND WINDSHIELD standup RH drive, seated RH drive, dual drive, contributes to 325 -degree driver or passenger seat - all custom -engineered visibility and its two-piece construction for driver comfort and productivity simplifies maintenance 5 AIROCGe'TAaCkS The Always Up 7" Smart Dash Display Autocar's Smart Display is engineered to reinforce driver focus and expedite problem -solving for technicians. Drivers have different mode options to select their preferred level of information to minimize distraction. Electrical diagnostic time can be reduced with Autocar "One Touch" guided diagnostics. For Drivers • Drivers can select the gauges and info they want displayed • Multi -tier Level Warning System pre-emptively makes the driver aware of changing conditions on the truck before Its critical For Techinicians • Provides electrical diagnostic/report of failed fuses or circuits • Access to service, body builder, and operator manuals • Easy access to wiring schematics and 3D diagrams interface tool that controls smart dash MANI(OLD HARNESS ,_M��Fi(j�7i1:. Mit NO DISTRACTION MODE reduces distractions by only populating gauges as required AUTOCAR' AW LIGHT CYCLE TEST driver can check all lights with automated light sequence SMART FUSE BOXES shows fuse and relay faults live SMART FUSE BOXES real-time relay and fuse statuses Best in Class Routing and Clipping 70% of truck -down situations are electrical failures, which challenged Autocar to set a new industry standard for harness wiring. The new method maintains the truck's integrity by eliminating external harnesses and drilling holes in the cab. Pass -Through Harness Wiring • Breathable harness coverings for better protection to keep out water, dirt and chemicals • Clips and hangers keep the wiring from rubbing against the frame, helping to prevent electrical shorts • Water sealed connectors in easy to reach locations for fault finding, diagnostics and body integration • Elimination of over 80 lbs of wiring simplifies maintenance and optimizes legal weight payload up to 1,000 lbs. • Two engineered harness pass-throughs make troubleshooting easier to perform, reduce likelihood of maintenance errors IMPROVED ROUTING hamesses are clamped away from the bottom frame flange to protect from dirt build-up FIRM COOLANT LINE INSULATION coolant lines are insulated as part of the prep for the CNG System HELLERMAN TITAN CLAMPING used to support harness every 12" COLOR -COOED AIRLINES airlines are color -coded for ease of fault finding hgiOCtdr TRCCI(S Power of One® Integration Autocar partners with willing body companies to deliver the highest level of body integration in the industry. Power of One Integration ensures a fully integrated, production -ready tool for seamless body mounting. This collaboration is a breakthrough process that eliminates the need for chassis modifications and produces an assembled solution for the customer's needs. Industry Leading Body Integration • Collaborating with body builders to integrate key body mount features, facilitating clean body installation and uptime • All body components are installed during production process with full OEM quality— delivering ready -to -work trucks faster • Chassis are laser cut to the required length with the desired rear cutoff, allowing the installation of the body to be exact • Body -integrated holes are punched, not drilled, which eliminates welding and preserves the truck's integrity Joystick Arm -Best Service Lift or Hoist Body Controller IFM Display — Body Guides Side LoaderAnn Mounting Brackets FACTDBY-INSTALLED BODY CONTROLS factory integration of critical body controls, body builder harnesses, and camem systems avoid the need to tear cab apart are clean and unobstructed, ter that confuses the operator 8 Mudflaps Hydraulic Routing Brackets Closeout Crossmember Body Props and Hold Oo ms HUCK BOLTED BODY COMPONENT: body components are hulk -bolted [not welded onto frame mils in the correct locations, whict avoids misplacement and damage to the rail! Bear Body Hinge Industry Leading Electrical Integration • Body builder and Autocar harnesses are installed together, which helps avoid need to disassemble cab • Autocar provides body builder connections, so harnesses do not need to be spliced or tabbed • Expedited body mounting with no cutting protects chassis and cab quality for increased reliability • All the electrical harnesses are installed together, eliminating the risk of loose connectors or drilled access holes • Factory installation of critical electrical harnesses and data cables establishes predictability to the body mount cycle CAB CHASSIS 0 Overhead Monitor and IFM Display 0 Camera Pre -wire O Cab Camera O Chassis Hamess • Cab Hamess Body Controller Joystick 9 RBrRCAR'TRdglS Industry's Best Performance Engines and Aftertreatment Cummins' Single Module'h1 system combined with our convenient service locations expedites inspection time. Aftertreatment is designed to be up to 60% smaller and 40% lighter than preceding aftertreatment systems. Cummins offers fuel economy, low operating costs, and an extensive service network. Cummins Engines • Exceptional performance in diesel and compressed natural gas options with leading power -to -weight ratio • Improved fuel efficiency and extended maintenance intervals provide a low cost of ownership per mile • Simple to maintain and serviceable modular design with factory -ready connected solutions • Single module aftertreatment is more efficient and requires fewer active regens ISX12N X12 Horsepower Horsepower 320-400 350-500 Torque Op Torque 1150-1450 1250-1700 _ LB [STAGE VI Horsepower 295-430 Torque 1050-1361 1.911 Horsepower 250-320 Torque 660-1006 Cummins High Efficiency Aftertreatment System • Advancements in catalyst technologies have allowed the diesel particulate filter to have a bigger ash capacity • Daily service inspection items are always located in the same place, allowing for faster pre -trip checks • Fluid check and fill locations are grouped together to facilitate ease of access during inspections • Larger sight glass gives a better view of the coolant level to prevent over or under -fill situations AOIIILAX-PLA- SIGHT GLASS Compressed Natural Gas (CNG) Integration Autocar is the only OEM chassis manufacturer that provides CNG -ready installation direct from its factory. Factory -installed and tested means you have Autocar-backed performance, which certifies functionality, and reduces maintenance time. Autocar is currently running its fourth generation of CNG engines. Industry Leading Fuel Management Module (FMM) Preparation ACX FMM SETTINGS 7' Smart gash Display is preconfigured for various FMM connections, eliminating the need to install suppliers gauges CNG ACX WITH A TEMPORARY [PONY] TANK before the truck is sent to the CNG provider, the temporary tank is connected to the FMM kit and a quality impaction isperformed ACX FUEL RECEPTACLE OPEN ERROR MESSAGE diagnostic and Fuel Management Modules LFMM] are installed to allow the operator to monitor engine performance and gas usage ACX FMM CONNECTOR AND COOLANT LINES CNG -specific connector is positioned to connect to the FMM without splicing into wiring harnesses, and pa�engineering establishes that the coolant hoses are sized correctly and run from their corresponding port ACX FRAME GAIL INSTALL CUSTOMIZED SOLUTIONS guarantee your truck is ready for all types of CNG installations: Cahmet Frame Rail, Rooftop, Tailgate ACX CABINET INSTALL AUTDRRR' Bucks Steering and Maneuverability ACX has the best turning circle in the industry, featuring the best -in -class turning radius and wheel cut. A tighter turning radius and larger wheel cut reduces backup situations and allows drivers to maneuver more easily in confined residential areas. The ease of steering with the Autocar ACX reduces cycle time and increases driver maneuverability during their route. Autocar ACX 48' Wheel Cut 28ft Turning Radius 29ft Curb to Curb Radius 32ft Wall to Wall Radius Competitor VS. 37° Wheel Cut 33ft Turning Radius 34ft Curb to Curb Radius 36ft Wall to Wall Radius COVOURATION USED: Wheelbase 204" 1 Tire Size 315/80822.51.1 Wheel 22.5 X 9.0 Aluminum, 3.12' Inset AIROCAR'ACX' 12 "URNINO RADIUS Advanced Driver Assistance System (ADAS) The Waste Collection Industry is among those with the highest rates of fatal work injuries (Bureau of Labor Statistics). To address this challenge, Autocar partnered with WABCO to develop a new standard of security for drivers. An Autocar ACX with ADAS empowers drivers with six advanced and embedded safety features. ELECTRONIC STABILITY CONTRGL SYSTEM IESCI AND ROLLOVER STABILITY CONTROL SYSTEM ORSCI I ESC - actively intervenes when the vehicle Is understmving or oversteering in order to maintain vehicle stability 2. RSC -actively Intervenes when the vehicle is at risk of a driver induced roll over event l ADVANCED EMERGENCY BRAKING SYSTEM IAEBS) AND FOWARD COLLISION WARNING IFCW'1 3. AEBS-vehicledetects impending collision and actively engages emergency brakes 4. FCW -driver visibly and audibly warned of Impending collision STATIONARY MERGE ASSISTANT ISMA) AND BLIND SPOT DETECTION IBSOI 5. SMA - visibly and audibly warns the driver of a "hide In blind spot at 0 mph S. BSO -flashing light located on the A -pillar warns the driver of a vehicle in blind spot No system @fall9root. Driver attention is requlredW all does. ADAS does not replace an Wort and trained operator. Operators should munllor surmundiigs,vehide speed and pumon at all times. 13 AgTOCAN'TRUCKS ACX ROLLOFF " ACK FRONT LOADER Discover more at autocartruck.com/acx or call 833.857.0200 im E A. BODY CAPACITY AND DIMENSIONS: Exactly as Specified YES NO Offered 1. The body shall be brake -formed radiused "Chiseled" rounded to permit maximum capacity. 2. The maximum capacity of the body including tailgate shall be, excluding hopper area: [Specify: 20, 24, 27, or 31 cu.yd) V 3. The hopper shall be 4 cu yd. 4. The inside hopper width at front shall be 70". 5. The inside body width rear shall be 90". ✓ �% �` 6. The outside body width shall be 96" (across rear post). 96 7. The outside body width shall be 98" (fenders) coverz (JfFFE�S' 8. The outside body width shall be 101" (hose guards). / 9. The outside body height above chassis frame shall be 98". 9z'( 10. The inside body height shall be 89.81". 11. The overall bo dv length including hopper shall be: 20 cu yd Capacity Body — 210" 24 cu yd Capacity Body -234" 27 cu yd Capacity Body -258" +� 31 cu yd Capacity Body -282" din pZ(p� 12. The overall body length including ho per and lift arm shall be: 20 cu yd Capacity Body — 230' _ 24 cu yd Capacity Body -254" _ 27 cu yd Capacity Body -278" 31 cu yd Capacity Body -302" BODY CONSTRUCTION: / SMOOTH 1. The body shall have a brake -formed radius design. ✓/?� 2. The body floor shall be flat. ✓ CCS C. HOPPER CONSTRUCTION: / tExeEEQ 1. The hopper shall have a minimum static capacity of 4 cu yd.y J. 2. <3 Exactly as Specified YES NO Offered p 3. The body floor thickness shall be 3/16" Hardox 450. V EJc�x�O 4. The body long sills shall be 6" @ 10.5 Ib/ft structural channel.hzs- �'c f (T S. The body floor reinforcements shall be'/." ASTM A-715 GR 50 formed steel members. 6. The body sides and roof shall have abrake-formed radius design ✓ S�'IaarN providing superior structural strength to weight ratio. r��� C 7. The body sides shall be formed from a one-piece panel with no vertical weld seams. Ex��Q 8. The body sides and roof steel grade shall be 10ga ASTM A1011 / V grade 80. 9. Front perimeter of the body will incorporate a external angle 4 7/8" x 3-7/8" x 10ga ASTM A-715 GR 50 internal bolster. V 10. Rear perimeter of the body will incorporate an external 4" x 3 %:" 7ga ASTM A715 GR 50 formed bolster. p Q 11. A 10ga ASTM A715 GR 50 6" x 2-7/8" external crown rail shall form the transition from the single piece side sheet to the roof ✓ tQ� of the body. 12. Roof reinforcement shall incorporate a full length 4" x 2" x %" ASTM A500 GR b tube. ✓ ��_ o� �QF"_ rectangle �c O 13. The body fenders shall be light weight material to reduce overall weight. V 14. Steel inner fender rub rail thickness shall be 3/16" Hardox 450. y" G 15. The body shall include a bolt -on rear under ride guard as standard equipment to meet Federal Motor Carrier Safety Regulation (49CFR393.86) Safety Reg., 49CFR393.86, TTMA RP No 41-02, / and SAE 1682, Oct84. V/ C. HOPPER CONSTRUCTION: / tExeEEQ 1. The hopper shall have a minimum static capacity of 4 cu yd.y J. 2. <3 Exactly as Specified YES NO Offered 3. The hopper shall have a minimum dynamic capacity (displacement rate) of 10.5 cu yd per minute. 7. A hopper access door shall be provided above the packing panel on / the street side of the body to permit access into the hopper area. ✓ 8. The hopper access door shall be equipped with a safety interlock V/switch to disable all functions if the access door is opened. /16 �x�f 9. The hopper access door dimensions shall be: 28" x 32", thickness ✓v shall be 11ga ASTM A715 GR 50. �CG'rFQ 10. A hopper ladder with grab handles shall be located on the street side of the hopper. 11. The hopper ladder shall be bolted on to the hopper. V/- 12. 12. The ladder must have and OSHA Standard 7" toe spacing / between the ladder rung and the side of the hopper. 13. A transverse sump shall extend the full width of the front hopper. 14. Two (2) 14" x 20" sealed sump access doors equipped with handles and quick acting over center toggle latches shall facilitate clean / out of the sump. ✓ 15. A clean out tool option shall be provided to facilitate easy removal / of any accumulated debris from the hopper sump area. _V 16. A holder shall be provided on the body side to secure the clean out tool in a stored position. R � / 31/�.f/`/ 4. The hopper floor must include a 1/8" Hardox 450 liner that Extends into the body / V an additional 38". S. The hopper floor steel grade shall be: AR450 Hardox, and be -yam 3/16" thick. 6. The hopper sides walls steel be AR450 Hardox be I IN�,,r�^ grade shall and 3/16" thick. �?w 7. A hopper access door shall be provided above the packing panel on / the street side of the body to permit access into the hopper area. ✓ 8. The hopper access door shall be equipped with a safety interlock V/switch to disable all functions if the access door is opened. /16 �x�f 9. The hopper access door dimensions shall be: 28" x 32", thickness ✓v shall be 11ga ASTM A715 GR 50. �CG'rFQ 10. A hopper ladder with grab handles shall be located on the street side of the hopper. 11. The hopper ladder shall be bolted on to the hopper. V/- 12. 12. The ladder must have and OSHA Standard 7" toe spacing / between the ladder rung and the side of the hopper. 13. A transverse sump shall extend the full width of the front hopper. 14. Two (2) 14" x 20" sealed sump access doors equipped with handles and quick acting over center toggle latches shall facilitate clean / out of the sump. ✓ 15. A clean out tool option shall be provided to facilitate easy removal / of any accumulated debris from the hopper sump area. _V 16. A holder shall be provided on the body side to secure the clean out tool in a stored position. R � / 0 17. The hopper shall have optional plastic gull wing hopper covers to enclose the hopper during transport. 18. The hopper cover shall be opened/closed by a single manual control lever located on the right-hand side of the hopper wall. an optional in cab controlled, air operated version is also available. 19. The hopper cover must have an interlock eliminating the ability to dump a container if the hopper cover is closed. 20. Interior hopper side sheet shall extend into the body with no welds at the hopper to body transition. PACKING MECHANISM: 1. Must have a manual super pack operation that allows the panel to extend into the body to clear debris from the hopper area. Exactly as Specified YES NO Offered S/ t16 L tG ✓ N6 QLLA)iA/4 J V V 2. Packer hydraulic control must utilize a regeneration circuit and include manual overrides for maintenance and repair functions. / ✓ _ 3. The packing panel shall be 33" high x wide. II C7 W 4. A single, centrally mounted, pack cylinder shall generate 83,000 lbs. bs. of packing force. Two cylinder and/or continuous packing mechanisms are not acceptable. / V L vd ero 5. The packer shall be a platen type design, integral with body. — — 6. The packing panel shall compete an auto pack cycle in a maximum ✓ of 13 seconds @ 800RPM. 7. Packing panel top thickness shall be X" ASTM A715 GR 50. ✓ r ou 8. Packing panel faceplate shall be 3/8" ASTM A715 GR 50e 9. Packing panel shall be reinforced with a combination of structural / members for maximum rigidity. V _, / /�,.,,, , 10. The packing panel shall be guided by a single self-cleaning "T" / / Na rail located in the center of the body. V✓— p�(L 11. "T" rail and thickness shall be: %,", AR450 Hardox ultra high-strength, / �O J.���/ high abrasion resistant steel plate. v — r [✓'EJJ �'f Exactly as Specified YES NO Offered 12. Packing panel wear shoes thickness shall be Y4" AR450 Hardox. 13. The packing mechanism shall use a single, double-acting telescopic cylinder will be supported by self -aligning bearings on each end. these will be 3-stagE for 16-, 20-, 24- and 27 -yard units. 14. Cylinder shall be centrally mounted above the hopper box. 15. Cylinder bore diameter shall be 6 Y2". V/ 16. The main cylinder sleeve shall be induction hardness and chrome / plated. 17. All stages of the sleeves must have metallic scrapers to protect / from internal contamination and damage. 18. The first stage of the cylinder shall be a 64" stroke. ✓ 19. The cylinder full eject stroke shall be: 20 cu yd Capacity Body — 3 stage with a stroke of 133.5" 24 cu yd Capacity Body — 3 stage with a stroke of 157.5" 27 cu yd Capacity Body — 3 stage with a stroke of 181.5" 31 cu yd Capacity Body — 3 stage with a strike of 205.5" �~ 20. Maximum operation pressure shall be 3000 psi. ' 500 F5'/ 21. Inside width of packing panel shall be 70". 22. Inside height of packing panel shall be 33". v// 23. The automatic packing cycle stroke shall be 52". ` It 24. Packing panel swept volume shall be 4 cu yd. E. FULL EJECT— PUSH OUT: 1. The pack/eject panel shall be capable of a complete extend/ / retract cycle in less than 30 seconds. 2. All eject controls shall be operated from inside the cab. i.aM Exactly as Specified YES NO Offered 3. The pack/eject shall not be capable of extending into the body during an auto pack cycle with the tailgate closed. 4. A lockout system shall be supplied to allow the ejector panel to the ejection mode only with the tailgate is in the open position. S. A lockout system shall be supplied to require the ejector panel V/is in the home position before the tailgate can be lowered. F. TAILGATE: 1. The tailgate shall be hydraulically operated, top hinge bustle type. 2. The tailgate shall automatically lock and unlock without the use ✓ of additional locking cylinders, cables or manual turnbuckles. 3. The tailgate must use the operating system to remain closed and pressurized in the locked position without the use of any external control blocks or devices. 4. The tailgate locking mechanism shall utilize a progressive inverter cam roller design. 5. Tailgate thickness shall be 10ga ASTM A715 GR 50. 6. The tailgate latch roller shall be fully supported by a horizontal bolster around the lower perimeter of the tailgate. 7. The tailgate shall be operated by 2 cylinders. 8. Tailgate cylinders shall be chrome plated rod with 1'/:" diameter and 3" bore diameter. 9. Tailgate cylinder stroke shall be 36 %". V LfftC�F 10. Tailgate cylinder time at idle shall be 30 seconds. V 11. The tailgate side sheets will have an integral rolled flange that overlaps the perimeter of the rear tailgate sheet. 12. A rubber seal shall be installed on the tailgate and extend across the entire bottom and vertically up each side a minimum of 60".ED f Exactly as Specified YES NO Offered 13. A cab mounted light and audible alarm shall be provided to indicate that the tailgate is unlocked. ✓ 14. The tailgate noise control shall include a delayed action to guard against accidental activation. ✓ 15. Self-contained horizontal tailgate maintenance safety props shall be provided. 16. The tailgate shall have a wire harness with Deutsch IP 69K connections between the body and the tailgate to isolate the tailgate wiring from the body. G. AUTOMATED LIFTING MECHANISM: 1. The lifting arm mechanism shall be capable of operating simultaneously during any phase of packing operations with / full force and flow. V 2. Lift arm shall be mounted directly to the chassis frame rail. Tip to Dump units with the lift arm mounted to the body are not acceptable. 3. The lift arm lower base weldment shall straddle both chassis frame rails and be secured to its mounting brackets with four 1" / grade eight bolts. V 4. The lowest base weld mount shall be fully constructed of ASTM EXCEL A715 GR50 steel. p0 5. Arm must utilize hardened spherical self -aligning bushings at dump pivot, tapered roller bearings at gripper pivots. 6. Arm must have an automatic container shake feature that allows the inner boom to short stroke to be effective and easy on the arm assembly. /�r�p SET 7. The Lifting Arm mechanism must have a lifting capacity of 1,750 lbs. / at full extension and 2,000 lbs. retracted. 33? -co ROM0 8. The Lifting Arm mechanism must have no more than a 15" kick out Lees TrgI through the entire arc of the container lift. / 1 �xC�p CSN Exactly as Specified YES NO Offered 9. The Lifting Arm mechanism must be within the 96" road limit in the travel position with the grippers in the full lowered position and opened/home position. ✓ 10. No portion of the lift mechanism shall have less than 13" of ground clearance in the stowed position. 11. Lift Arm extension from the side of the body must be horizontal in a V/linear fashion. No swinging or arching of the lift arm is permitted. 12. Lift Arm mechanism shall have a reach of 84" from the side of the / body to the centerline of a 90 -gallon container. _✓ 13. Lift Arm mechanism shall be capable of grasping a container located V/6" from the side of the body. _ 14. Vertical dump height shall not exceed 120" above the truck frame V/while dumping a 90 -gallon container. 15. Container dump angle shall be a minimum of 45 degrees to insure ✓ complete dumping of container contents. 16. Lifting mechanism shall be capable of a complete cycle, which includes Grip -Lift -Dump -Un -Dump -Lower and Un -grip in a maximum / of 8 seconds including proportional cushioning. V 17. The Lifting Arm must be constructed utilizing an Inner and Outer Arm assembly. (✓1�::� D 18. The inner Arm must be 8" x 6" x 3/16" fabricated rectangular box p� constructed of ASTM A500 Grade B. 19. The outer Arm assembly shall be 10" x 8" x 3/8" fabricated rectangular box constructed of ASTM A500 grade B. QS R�RI f4 960 20. The inner arm assembly shall include upper and lower 3/8" AR450 / Hardox roller bearing tracks. 21. The inner arm assembly shall glide in and out on six (6) 4" roller / bearings and four (4) plastic slide blocks to guide inner arm. 22. Roller bearings shall rotate on a eccentric pin roller adjustment to allow compensation for wear and maintain the grippers parallel with r the ground. The trunnion will allow the rollers to have full contact \ - with the inner arm tracks. Exactly as Specified YES NO offered 23. Inner and Outer Arm pivot pins shall be 2" C1045 turn ground, heat-treated and polished pins held with 2" self -aligning spherical ✓ bearings. 24. Lift Arm must have a safety interlock to restrict dumping unless the container is positioned over the hopper opening. 25. Lift Arm hydraulics shall be controlled by a 4 -spool sectional valve equipped with hydraulic pilot actuators for proportional spool / positioning. ✓ 26. Standard joystick lift function controls shall be proportional electric ✓ over pilot operated hydraulic spools. 27. Solid state linear prox bar for boom angle and ultrasonic sensor for / boom in/out. V 28. Dump and grip cylinders shall include internal linear position sensors / to provide position feedback to the control system. _✓ ,}yeE we u5 E 29. Use of standard proximity switches for arm sensing shall not be ✓ �qsa�s� acceptable. 30. Arm must be equipped with an air actuated boom safety latch that ✓ keeps the inner boom locked in the home position when not in use. 31. No air operation or controls may be used in the operation of the ✓ arm except for arm safety latch operation. 32. Joystick shall be conveniently located to the left of the operator. 33. Joystick must be can -bus multi -functional operation for all standard arm functions; including auto -grip -un -grip, packer function, work lights, container shake feature. Selectable dead man function. 34. An ergonomically designed padded armrest shall be provided to 35. support the operator's arm during joystick operation. Two (2) additional control options shall be provided for the operator; additional controls shall consist of a three (3) rocker switch console located on the right hand window sill to allow activation by the operator and a three (3) rocker switch console with dead -man control located at the side of the operator's seat to be activated if the operator is standing outside of the.cab. --` M i v H. Exactly as Specified YES NO Offered 36. An Automated Dump Cycle "Coordinator" option shall be provided. 37. "Coordinator" shall allow the operator to manually reach and grip a container, continued contact on arm lift switch shall cause the container to be raised, dumped and lowered to the side of the vehicle, un -gripped and the arm returns to the stowed/home / position. 38. The Lifting Arm must utilize for (4) hydraulic cylinders. Cylinders shall include: —T _ON Reach (In -Out) 1 W bore x 66" stroke Lift ( Arm Up -Down) 2 Y4" bore x 26" stroke Dump (Cart Dump/Un-Dump) 2 Y:" bore x 10" stroke Grab (Grip/Release) 2 %" bore x 8 Y:" stroke GRIPPERS: For Steel Grippers 30-110 Gallon Container 1. Grip/Release shall be actuated by a single, double-acting 2 W' x 8 Y:" stroke hydraulic cylinder with internal positioning sensor. 2. Gripper pivots shall incorporate receiver pockets to allow gripper assemblies to be easily interchangeable. 3. Gripper pivot shafts shall be machined from SAE411_42 quenched and tempered cold drawn steel shafting. 4. gripper pivots shall pivot on tapered roller bearings. 5. Gripper gears shall be constructed from 1" thick AR500 material. 6. An infinitely adjustable pressure valve shall control the grip pressure/radial force: Switch will be located on the control console. 7. Gripper shall be capable of handling 30 -110 -gallon containers designed for automated collections. 8. Grippers shall have UHMW polyethylene rollers at the tip to protect and assist in grasping the container. 1 V ka ✓ � �yl: ScC,�eD Exactly as Specified YES NO Offered For Belt Grippers 30-110 Gallon Containers 9. Gripper shall be capable of handling 30 -110 -gallon container / designed for automated collection. v 10. Gripper shall have a stationary inner arm and a pivoting outer arm. 11. The pivoting outer arm shall provide tension using tensional springs. 12. Gripper shall have a belt 4" wide and connected on each end with three bolts. 13. grippers shall pivot on adjustable tapered roller bearings. 14. Grippers shall have UHMW poly thylene roller bearings. Universal Grippers 15. The gripper shall be capable of grasping and dumping containers with capacities from 40-450 gallons with out the need to change grippers. v 16. The grippers shall exert on appropriate radial force on each size container to firmly grip the container without dropping, damaging, or contorting. This force shall be controlled by a switch on the control panel. Electronic Proportional Control System (EPC): 1. An electronic proportional control system shall be provided that will give the operator the ability to "feather" the automated lifting mechanism with gripping/un-gripping, extending/ retracting, raising/lowering, dumping/un-dumping the / containers. (No Exceptions) 2. The automated lifting mechanism shall be controlled by an electronic operated hydraulic directional control valve. The valve shall respond to proportional outputs (PWM signals) from the / controller. ✓ 3. Positive linear sensors shall be incorporated into the system to provide feedback of the position of the lift arm while raising, dumping and gripping the containers. Exactly as Specified YES NO Offered 4. The system shall consist of multiple electrical components multiplexed together using SAE J2939 Canbus to provide a complete / and expandable system. V S. Must have a separate Canbus to communicate with the engine and transmission. 6. Must have an engine monitoring system to protect from over torquing or stalling the engine in high load operations. 7. A controller designed for mobile equipment with multiple digital and analog inputs and outputs shall be mounted near the main automated lifting mechanism hydraulic control valve. 8. Remote 1/0 shall communicate through the Canbus to provide for the inputs and outputs not directly connected to the main controller. 9. A color display will be provided in the cab convenient to the operator. The display will feature a function key driven menu system to access system functions. 10. The joystick will also include four momentary switches for frequently used functions including pack start, container shake, work lights and auto grip/un-grip. 11. A multi -functional joystick shall be provided. It will include two proportional "axis" for extending and retracting the lift mechanism, raising and lowering the loft mechanism and a proportional rocker for closing and releasing the grippers. 12. The joystick will include a selectable hold -to -run switch to prevent unintentional operation of the control. J J V V 13. An optional bank of four rocker switches shall be available to allow / lift mechanism operation from the curbside. V 14. The menu system will include screens for the following: • Factory setup (password protected) so the system can be configured for the user's needs. • User setup to allow the user to change how specific features operate. • Input and output diagnostics for trouble shooting the system. r V v/ J. HYDRAULIC SYSTEM 1. Hydraulic pump design must allow all hydraulic flow to be stopped during emergency situations (ex: hose burst) using the E -Stop button. / NO EXCEPTIONS. ✓ 2. Hydraulic pump design must allow truck to be able to drive back to its home base without any harm to the pump and without spilling any fluid after engaging e -stop with no further modifications to the system, (ex: removing PTO shaft). NO EXCEPTIONS _ 3. An Eaton load sensing, power on demand (POD) hydraulic system featuring a variable displacement tandem piston pump driven by a / long -life drive shaft must be used. NO EXCEPTIONS ✓ 4. The hydraulic pump shall be driven by chassis transmission PTO, direct mounted off engine crankshaft or a combination of both depending on the chassis limitations. V 5. Piston pump system must be expected to last the life of the body (5-7 years) when properly maintained. NO EXCEPTION. 6. For maximum efficiency, the tandem load sense pump shall provide only the flow required for proper operation. 7. No over -speed control shall be required. NO EXCEPTIONS. 8. The arm hydraulic control valve must be true pilot operated, proportional post compensated style with manual over -rides for / each junction. NO EXCEEPTIONS. ✓ Exactly as Specified YES NO Offered • Lights, for turning on and off work and warning lights. ✓ • Collection mode grouping the controls needed when picking up containers. V • Unloading mode grouping the controls needed when ✓ unloading the unit. • Joystick operation showing the function of the joystick. +7— • Data collection showing counts of arm cycles, pack ✓� cycles, eject cycles, pump run times and warnings. • System warning messages will display over the operation / system, v HYDRAULIC SYSTEM 1. Hydraulic pump design must allow all hydraulic flow to be stopped during emergency situations (ex: hose burst) using the E -Stop button. / NO EXCEPTIONS. ✓ 2. Hydraulic pump design must allow truck to be able to drive back to its home base without any harm to the pump and without spilling any fluid after engaging e -stop with no further modifications to the system, (ex: removing PTO shaft). NO EXCEPTIONS _ 3. An Eaton load sensing, power on demand (POD) hydraulic system featuring a variable displacement tandem piston pump driven by a / long -life drive shaft must be used. NO EXCEPTIONS ✓ 4. The hydraulic pump shall be driven by chassis transmission PTO, direct mounted off engine crankshaft or a combination of both depending on the chassis limitations. V 5. Piston pump system must be expected to last the life of the body (5-7 years) when properly maintained. NO EXCEPTION. 6. For maximum efficiency, the tandem load sense pump shall provide only the flow required for proper operation. 7. No over -speed control shall be required. NO EXCEPTIONS. 8. The arm hydraulic control valve must be true pilot operated, proportional post compensated style with manual over -rides for / each junction. NO EXCEEPTIONS. ✓ Exactly as Specified YES NO Offered 9. Hydraulic reservoir shall be a maximum capacity of 40 gallons to reduce overall weight. The reservoir shall include internal baffling to direct the oil flow for maximum heat. 10. A highly efficient light weight non -micro nucleation reservoir must be used, specifically designed to incorporate a suction screen without concerns of micro nucleation. 11. Hydraulic reservoir shall be equipped with a fluid level sight glass and an in cab low lever indicator. 12. hydraulic reservoir shall be equipped with a temperature sender / so oil temperature can be monitored in the cab. ✓ 13. Hydraulic reservoir shall be located on street side and frame mounted. System must be plumbed and sized sufficiently to the pump inlet to assure optimum inlet conditions without the V/need for augmented tank pressurization. _ t><L'EEO 14, The hydraulic system shall incorporate a full flow 10 -micron ✓M1C_P-&� absolute in -tank return line filter with replaceable element. 15. The hydraulic system shall incorporate a fill flow 10-microm tank 1CCE�0 breather with replaceable element. 16. All hydraulic fittings shall be O-ring Face Seal (OFS) or O-ring Boss (ORB). v 17. All hydraulic components shall be adequately sized and resigned to maintain appropriate hydraulic oil temperature. ✓_ — 18. Maximum hydraulic system pressure for the lift arm and pack circuits shall be 3000 psi. 19. Hydraulic system must provide arm operational gear at engine / idle speed, RPM not to exceed 800. NO EXCEPTIONS. ✓ 20. An optional self-contained forced air to oil cooler shall be available to ensure hydraulic oil temperature is regulated in high ambient temperature as needed for running in extreme / environments. v Exactly as Specified YES NO Offered K. LIGHTS: 1. LED stop, tail, clearance and reverse lights shall be provided in accordance with FMVSS#108. 2. An upper bolt on light bar shall be provided. ✓ 3. Upper light bar shall contain two (2) if each 4" diameter stop/tail/ / turn lights and 2" diameter clearance and side marker lights. 4. Lower light bar shall contain two (2) of each 4" diameter stop/tail/ / turn and reverse lights. ✓ 5. All lights shall be sealed, Lexan covers and have flexible gasket / mounting. 6. Mid -body turn signals shall be provided. s✓ 7. Two optional LED work lights shall be available, operated by a single push button switches on the in -cab joystick, one (1) light shall illuminate the hopper and one (1) shall illuminate the lift arm area. L. ELECTRICAL: 1. All electrical wiring shall be in protective looms. 2. All wiring harness shall be Deutsch automotive type connections meeting IP67 specification connections. 3. The electrical system shall not have junction boxes or terminations that do not use th IP67 specification connections. 4. All circuits shall be properly fused, and wiring shall be color coded and numbered. M. PAINTING: 1. The entire unit shall be properly cleaned of all dirt, grease, and weld slag prior to painting. J 2. The complete unit shall be painted with DuPont Imron Elite high solids to a minimum of 3.5 mils. S 2 WllL 3. The body shall be painted on color rr((sspecciify) t N. MANUALS: One complete set of operators, parts and service manuals to be suppled J for each refuse picker. O. WARRANTY: 1. The bidder shall offer a one (1) year body warranty against defective V/ material or workmanship. 2. The bidder shall offer a two (2) year warranty on all hydraulic vl� cylinders against defective material or workmanship. 3. The bidder shall offer a three (3) year warranty on the following products supplied by Eaton Corporation, tandem piston pump, hydraulic valves and OFS fittings and hoses against defective material or workmanship. 4. The bidder shall offer a five (5) year structural warranty on the automatic arm with no additional cost to the customer. K�i BROTHERS To Whom it May Concern, EQUIPMENT COMPANY INC. DENVER 5200 Colorado Blvd. Com nerce City, CO 80022 Phone: 303-298-7370 Fax: 303-298.8527 BILLINGS 2107 Varnish Blvd Billings MT 59101 Phone: 466-652-3975 Fax: 406.652-3744 GREAT FALLS 1610 River Drive North Great Falls, MT 59401 Phone: 406-452-2757 Fax: 406.452-2799 I have spent hours with the guys at the shop and in City Council Meetings working toward solutions for the City of Laurel. My goal from day one is to create an honest open relationship that last for years. Below you will find differences in equipment being bid, as you read it you will see that it backs up what Ernie and I have shared in the past about Heil being a superior product. We want The City of Laurel to have the best performing, longest lasting unit available with Superior local Service. Equipment Differences Heil's body is made of 8 -gauge material, New Way and Curb Tender are made with 10 gauge material just on the body. Heil uses 80,000 PSI. New Way and Curb Tender use EX Ten 50 which can be 36,000 to 50,000 PSI. 60% less in strength of just body. Hells' hopper is a double wall body all 1/4 "AR 400 200,000 PSI, New Way and Curb Tender have AR400 but it is only single wall and only 3/16" and only rated at 177,000 PSI as described on the literature, material 25% less lust in steel strength. New Way's arm Arch's 24" out, ok for street work but NO Good for allies. Also only a 1000 pound capacity made primarily for 30-90 gallon containers. Curb Tender has a boxed cylinder eject that protrudes into the floor. NO flat floor for easy clean out. Tailgate on New Way and Curb Tender again is only 30 gauge steel with ex ten 50 type steel, 60% less strength. Curb Tender's body is only 27 yards not 28 as requested. New Ways body id 108" above the frame, the body probably won't fit in their garage. We are 96" above frame. Nearest service location for NEW WAY is Lincoln NE or Commerce City, CO and Curb Tender is Spokane WA. They send techs, but work isn't always completed. City of Laurel in the past paid over $12,000 to have a tech from SWS come fix their truck last summer and when he left it still did not work. As stated before, Kois Brothers is your local in Billings Heil Dealer with Factory trained technicians. We bring to the table 100's of years of combined experience from our 3 locations. HEILWE NEVER STOP WORKING FOR YOU —41 e:1 ��tn Env; ronmental S-� Solutions Group' Proven Design. Legendary Performance. w DuraPaW Rapid Rail' Automated Side Loader Ir f www.Heil.com DuraPacIC Rapid Rail` Reliable Automated Side Loader Performance + OPTIMIZED BODY WEIGHT + PROPORTIONAL CONTROLS The DuraPack Rapid Rail is brilliantly designed to have an optimized weight, without The DuraPack Rapid Rail allows for precision control while giving the operator a smoother OR and sacrificing strength and durability. The result is a perfect combination of dependability reducing cab shake. The lift -feathering feature is standard, giving the ability to precisely pick containers and increased payload. Greater route productivity delivers the lowest Total Cost of from difficult areas. This reduces the need for the operator to exit the cab, lessens wear and tear on the Collection (TCC). lift, and increases uptime, delivering the Lowest Total Cost of Collection (TCCj. + HIGH COMPACTION BODY High tensile strength steel withstands the exceptional forces of the compaction cycle, ensuring maximum payloads, and fewer trips to the disposal site. + SERVICE SMART DESIGN The Rapid Reil features our Service Smart design, which simplifies routine maintenance. Features include a new soft -shift valve, proximity switches, and a cable carrier that neatly houses and protects all of the arm's hydraulic hoses. + IN -CYLINDER HYDRAULIC SENSORS Odyssey' hydraulic controls cylinder technology delivers reduced lift maintenance and lower parts cost. There are no proximity adjustments and no complex electrical box to troubleshoot. This results in a smoother lift, less operator fatigue and cab shake, and decreased wear. + CAN SHAKE FEATURE Allows the operator to shake stubborn refuse out of the container using a preset number of can shakes at the top of the lift cycle with a simple press of a button. Discover What Sets The DuraPacle Apart + RAPID RAIL GRABBER GEARS Made from specially formulated, high-strength, low -alloy steel, the Rapid Rail features superior hardened grabber gears that virtually eliminate gear wear. The gearsaresplined to the grabber shafts, and can be cycled up to 1,000,000 times with virtually little evidence of wear. + DUAL JOYSTICK CAPABILITY The easy -to -operate joystick gives the operator precise control. Operate the lift *e a Rapid Rag a a OuraPack Python* with a press of a button. This reduces the learning curve and training time, increasing productivity from day one, and allowing operators with mixed fleets to transition from unit to unit w1h no loss in route time. + MOBILE CONTROLLER WITH IN -SIGHT" DISPLAY The "brain" 0 our system is the rugged mobile controner. This braliant innovation provides unbeatable intelligence and precise control. Placing the mobile controller in a protected location gives us the intelligence we need and the durability our customers demand. Less downtime, easier service, and urxnatched ease of operation. 1,600 pound lift capacity allows for residential, commercial, and multi -family collection. Utilize we unit with more payload carrying capacity. The DtraPack Rapid Rai am can handle above-9arle can pick-ups as high as two feet, elinFnating the need for the operatorto get out and reposition the can. Our exclusive. fully vaslded, interfaced subtrame provides exceptional longevity, while resisting abrasion, corrosion, and sat damage. The body is constructed of 7-8 ger high tensile strength steal, while the hoppwfeatures 114" thick AR400 steel on the floor, and 3'16" thick AR400 steel on the sides for superior strength and durability. Let the automation do the work. Simply press and hold the grab button, and the arm artomatically carries the can up and into the hopper in are smooth motion. EXPEDITE THE PURCHASE OF YOUR HEILe UNIT THROUGH SOURCEWELL Sourcewell Cooperative Purchasing Program has awarded Heil a nationally bid contract for "Solid Waste and Recycling Collection Equipment with Related Equipment, Accessories, and Supplies." Through the Heil contract, Sourcewell members can purchase any of the Hell line of refuse and recycling equipment, including front -loading, side -loading, and rear -loading refuse collection vehicles, without having to create an RFP and send the project through a time-consuming duplicate bid process. By using the existing nationally bid contract, members can receive the products they need more quickly and cost effectively. Best of all, Sourcewell membership is free! Qualtied agencies can join online Aa the Sourcewell purchasing website at www.souroewell-mn.gov. To find out more about purchasing Heil equipment via the Sourcewell contract, please contactyour local Heil Dealer at www.heii.com/dealers. I 1 i i Y M COWAX TRUST HER® CERTIFIED OEM PARTS Heil Certified OEM parts are the most reliable replacement parts for Heil refuse collection vehicles. They're made following the exact specifications and production processes on the same assembly lines as the parts originally installed on the bodies. This means that they fit perfectly every time. Heil uses only the highest -quality materials for parts that last - minimizing costly downtime. For more information on pats, contact your Heil dealer. Visit: wwwAsil.com/dealers to find the dealer nearest you. 0 Copyrignt 2021 The Heil Co. All rights reserved REApVJIZ23 © Nexteligence GnrinTrlRd ininry RELY ON LOCAL SUPPORT When you buy from Hell, you gain the aftermarket support of the industry's strongest network of dealers in North America. We stand behind our dealers, so you get the product support you need for the life of your products. Our dealers are also trained to help you trod the best product for your particular route needs. To find the Het dealer nearest you, visit: www. heacom/dealers. 9 Connected Collections" All Heil products are Connected Collections'" ready. This is part of our vision, focused on helping fleet owners make better decisions, faster. For more information on EGG 's Connected Collections, contact your local Heil dealer or visit us online at www.heil.com/connected-collections www.hegAM O O O COUNT ON THE LOWEST TCC Helping you save money is our passion, and we apply tremendous Mounoes to advance our product and service offeringsto irnVovetheproftabililyofyourbumnessand ixavide the lowest Total Cost of Collection and the maximum return on your investment. You can be confident than choosing Heil equipment brings a long -tem partnership with the industry leader. CONFIGURATION ASSISTANCE Chassis layout drawings are available through your local Heil dealer. To find your dealer, visA www. hei.=Wdeaters.. J Nexteligence SNAC, .K Connected -Tech Training INDUSTRY-LEADING TRAINING Heil has completely revamped their training programs with the addition of both the Heil Service Shack" and their lour - tiered Nexteligence' Comected-Tech Training Program. Now, customers can visit the Heil Service Shack on the. Heb website to learn the latest ter;txniques and view hellAul service and training videos any time, as well as sign up fcx Connected -Tech courses to better train technicians on Heti Refuse Products. Ensure your shops are sen,'ickag your Hal products correctly; check out the Had training (AfarhVs at wwwhei.com/nentehgertce. SEE SHEET 2 SEE SHEET 2 ABBPEAADONS 'WB — WHEELBASE 'CT - CAB -TANDEM 'PC a PLATFORM "Al" a AFTERMAME (-AT- - -PF- - -CT-) "CG" CENTER OF CRANTY n n eaor� a�isem xim 'HB' TRICK 210 225 'A` USABLE' 185 208 'PF' MPt 270 317 'PF' MIN 85 109 BODY 'CC" 117 131 PAI04D "C G' 185 201 MGBOD, WEIGHT 16-7—W 18000 IWAL PAYLOAD 252 0 FJEL TAk, MAK..ENGTH "A 4L5" 70 GAL 41.5' 70 GAL CHASSIS LAYOUT REQUIREMENTS DURAPACK AUTOMATED SIDE LOADERS ( RAPID RAIL LIFT) 24, ULL JEC L U WI H A N H 3s.oD yUH!RLS ARE ALWAYS �a� ® X ® TE '1-7 NO 4, 7ME •LARI/f , X, '3.00 11.00 �� MEASUREMENTS ARE IN INCHES. WEIGHTS ARE IN LBS, NOTE:® I) CHASSIS COMPONENTS MAY BE MOUNTED IN THIS AREA, BUT MAY NOT EXTEND MORE THAN 13' BELOW TOP OF CHASSIS RML OR E>TENDEO MORE THAN 12' FROM SIDE OF CHASSIS RAIL 2) THIS AREA FOR THE HOST SADDLE BRACKETS. NR TANKS MUST BE INSIDE FRAME AND ABOVE DRIVELINE IN THIS AREA 31 AIR TANKS MUST BE LOCATED INSIDE CHASSIS FRAME RAILS AND ABOVE THE DRIVEUNE& ^j. NEL TANK VUST BE MOUNTED ON LEFT HAND SIDE OF CHASSIS 04LY MACK CHASSIS- USE PID 489 9030. 5) MIS AREA FOR HYDRAULIC RESERVOIR. 6) THIS AREA -UR BATTERY BOX.BATTERY MUST BE MOUNTED 6" BELOW CHASSIS PAIL. IF BATTERIES WILL HOT FIT IN SPACE AVAILABLE THEY MUST BE MOUNTED ON RIGHT HAND CHASSIS RAIL AND NOTE Al MUST BE FOLLOWED ANY COMPONENT IN THIS AREA MUST BE E' BELOW TOP OF RAIL. 7) ALL HORIZONTAL EXHAUST COMPONENTS MUST BE LOCATED INSIDE FRAME RAILS. 8) ALL CHASSIt MOUNTEC COMPONENTS MUST BE MOUNTED BELOW ME TOP OF THE CHASV$ RAIL 91 MOUNTED BOD' HEIGHT DOES NOT INCLUDE OPTIONAL EQUIPMENT 10) FRONT MOUNT PUMP INSTALLATION REQUIRES ENGINE ADAPTER FLANGE COMPATIBLE WITH SPICER 1350 SERIES DRIVELINE. tU THIS AREA 'OR PTO CLEARANCE. 12) THIS AREA FOR SUC RON LINE CLEARANCE. 13) FRONT MOUNT PUMP P.EOUIRES A MINIMUM 4-0/8` BUMPER EXTENSION. & 14) TELMA INSTALLS MUST BE PRE -EVALUATED BY HEIL ENGINEERING BEFORE CHASSIS IS ORDERED& A LEFT HAND DRIVE RIGHT HAND GRIME #11 NOTE 17 WINDOW MIN. 15 X 50 WITH INSIDE OR OUTSIDE TO NEW In S12 & I I I ��AIRTAMXNOTE y3 3A.DD SDSG K I 1 ©in 1 01 ® 34.00 35.00 KEEP • KEEP 047 Np CLEAR NOTE2 OTE AS T2" FOR DEF TANK 12` AIR DRAPER NOTE N5 1OAD 'C G"� NOTE: FRES ARE NOTT� TO BE ABOVE RAIL in r ADDED AIR DRYER k DEF TANK, QPF?1010 OPF18T5 SHEET 1 OF 2 DPFIBt15 HEIL ENVIRON —9185 NEUTRA_ SICHA_ DEDICATED FOR BODY BUILDER CHASSIS LAYOUT REQUIREMENTS USE -Irl CAE _) BRAKE SIGNAL DEDICATED FOR BODY BUILDER DURAPACK AUTOMATED SIDE LOADERS ( RAPID RAIL LIFT) USE -F< CAB & YA LL J VA HOIST 31 R-STATOP SIGNAL DEDICATED FOR BODY BUILDER USE -IN CAE W e 4) BATTER( SHUT-OFF CABOVEH ENGINE CHASSIS----_- 5) 160 AMP ALTERNATOR -MINIMUM .SHE WHEELS ARE ALWAYS rrtj, c F,)-HROTTLE LIMIT CAPABILITY FOR N014 -OPERATE IN GEAR -TSTEM 71 15 AMP CIRCUIT -i PER LIGHT FOR ALL LIGHTS 8) d939 ACCESS N CAB 1) MUST BE PP170 COMPLIANT, IF POSSIBLE O) 'COMMON INIFRFACC SIGNALS IN CAP. AS PER WO -0-512) BRAKE AND TURN SIGNAL MUST BE SEPERATED L CHASSIS ELECTRICAL REQUIREMENTS TABLE AUTOC, AR MACK PETERBILT NUMBER DESCRIPTION MULTIPLEX FMVSS SIGNALS AT BACK OF SEPARATE TURN AND PROGRAMMING FROM CHASSIS C HAS951NFORMATION CAB INSIDE THE FRAME Ra1L COMMON INTERFACE BRAKE SIGNALS MANUFAC WRER NOTES: MACK MRU/TE.LR CONTROL UNIX - SALES CODE CONTROL LINK II - SALES STANDARD N/A M1100G3 GETS THE UPRIGHT .EaER PANE.. a 'HE UPRIGHT M110003 FOR MR, 8630030 CODE MI10003 FOR MR. CENTER PANEL IS NOT DESIRED THEN USE CODE 8830030. FOR LR 3830030 FOR LR WORK BRAKE CODE - 3KAA1X, tl�IIP N1.1 RIELOCATION COOF - PTR PKP MAC¢ GRANITE BODY LINK III - SALES CODE N/A STANDARD 8830026 N/A THE FMVSS CONNECTOR FOR THE BODY LINK III IS DIFFERENT FROM THE ONE FOR THE CONTROL LINK. AUTDC AR RP170 CODE - 8742000 SAME SAME N/A HINO STANDARD - BUT COMBINED N/A STOP/TURN M/A USES HEIL INSTALLED/DEVELOPEO COMMON INTERFACE CABLE INTERNATONAL ORDER COI WHAR N/A N/A CUSTOM CCC STANDARD STANDARD STANDARD N/A UD N/A N/A NIA FREMJHIUHER SALES CODE: 33U-012 SAME SAME 3C-001 GETS THE TRANSMISSION INTERFACE AT THE FRONT N/A WALL (GRAY PLUG), 148-070 IS THE ENGINE SPEED CONTROL WITH FIXED SINGLE SPEED. LOCATED BEHIND THE DASH (163-006) WTHOUT ANY INTERLOCKS (87L-005) - USES HEIL INSTALLED/DEVELOPED COMMON INTERFACE PE%RB%T - 520 STgNOARD - RPDO STANDARD RP170 STANDARD - RP170 N/A r.315NORTH REQUIRES OPTIONAL BOGY REWIRES OPTIONAL ORDER CODE: 9072022 CONNECTOR REMOTE PTO HARNESS N/A CHASSIS INTEGRATION TABLE / LAYOUT CODES AUTOC, AR MACK PETERBILT NUMBER DESCRIPTION NUMBER DESCRIPTION NUMBER DESCRIPTION PID 489 9030 FUEL TANK LOCATION, STREET SIDE. 104" FP.OM FRONT AXLE C/L SHEET 2 OF HEIL ENVIR 1-9185