Loading...
Roll-Off Truck Bid 12-23-2014Bid Proposal and Specifications Roll-off Truck with Tarping System Harnett County Department of Engineering and Facilities Maintenance Bid Proposal and Specifications Roll-off Truck with Tarping System Pursuant to General Statutes of North Carolina, Section 143-129, sealed bids will be received in the Harnett County Finance Department, 102 East Front Street, Lillington, NC 27546 up to Closing Time: 2:00 P.M., EST, Tuesday, December 23, 2014. NOTES: Faxed and email submissions will not be accepted. A bid bond is not required. A performance bond is not required. CONTACT INFORMATION: Harnett County Department of Finance Renea Warren-Ford, Purchasing Agent 102 East Front Street P.O. Box 760 Lillington, NC 27546 Phone: 910-814-6101 Email: rwarren-ford@harnett.org TABLE OF CONTENTS Section 1: Advertisement Section 2: Instructions and General Conditions 2.1 Schedule 2.2 Preparation of Bid Forms 2.2.1 Completion of Bid Form 2.2.2 Required Specifications 2.2. 3 Deviations 2.2.4 Warranties 2.3 Submission of Bid Form 2.4 Condition of Goods 2.5 Trade Secret Confidentiality 2.6 Time for Opening Bids 2.7 Withdrawal of Bids 2.8 Award of Contract 2.9 Considerat ions in Award of Contract 2.10 Federal Taxes 2.11 North Carolina Sales Tax 2.12 Price and Binding Offer 2.13 Delivery 2.14 Demonstration 2.15 Responsibility of Compliance with Legal Requirements 2.16 Indemnity 2.17 Addendum 2.18 Compliance with Bid Requirements 2.19 County’s Rights and Opinions 2.20 Purchase of Additional Equipment 2.21 Brochures 2.22 Brand Names 2.23 Questions and Clarifications 2.24 Cost of Preparation Section 3: Technical Specifications General Service Requirements Cab and Chassis General Configuration Engine Transmission and Drive Train Brakes Tires and Wheels Axles Front and Rear Operator Compartment Miscellaneous Hoist Frame Bumper and Light Package Reeving/Winch System Hydraulic Systems Paint Finish Mounting Other Accessories Heavy-Duty Version Autocover II-CH Section 4: Bid Proposal Section 1: Advertisement HARNETT COUNTY REQUEST FOR BID ON ROLL-OFF TRUCK WITH TARPING SYSTEM Pursuant to Section 143-129 of the General Statutes of North Carolina, sealed bids addressed to Renea Warren-Ford, Purchasing Agent, Harnett County, P.O. Box 760, Lillington, NC 27546 and marked “Roll-Off Truck with Tarping System” will be accepted until 2:00 P.M., Tuesday, December 23, 2014. The bids will be publicly opened and read immediately following the latest time for receipt of bids in the conference room at 200 Alexander Drive, Lillington, North Carolina. Instructions for submitting bids and complete requirements and information may be obtained by contacting Renea Warren-Ford, Purchasing, rwarren@harnett.org. The Board of County Commissioners reserves the right to accept or reject any or all bids and to make the purchase which will be in the best interest of the County. Renea Warren-Ford, Purchasing Agent Harnett County (910) 814-6101 Released: December 10, 2014 Section 2: Instructions and General Conditions 2.1 Schedule Advertisement: December 10, 2014 Deadline for Questions: 2:00 p.m., EST, Friday, December 19, 2014 Deadline for Receipt of Bids: Tuesday, December 23, 2014 at 2:00 p.m. Proposed Date of Award: Tuesday, December 23, 2014 2.2 Preparation of Bid Proposal 2.2.1 Completion of Bid Form: Bidders are directed to submit their bid on the bid proposal form contained in this bid package. DO NOT REMOVE THE BID PROPOSAL FORM. SUBMIT THE ENTIRE BID PACKAGE. Bidders are instructed to submit the original and three copies. All prices and notations shall be written in ink or typed. Discrepancies between words and numerals will be resolved in favor of words. Discrepancies between the multiplication of units of work and unit prices will be resolved in favor of the unit prices. Changes or corrections made on the Bid must be initialed by the individual signing the bid. No corrections will be permitted once bids have been received and opened. BIDS NOT SIGNED WILL BE REJECTED. 2.2.2 Required Specifications: Bidder shall submit as part of his proposal detailed specifications for the goods bidder proposes to furnish. Bidder’s specification shall be in strict accordance with the County’s specifications. Any bid which is not in strict accordance with the County’s specifications must list each exception separately in a letter submitted as an attachment to the Bid Proposal. Any item marked “Do Not Comply” by the bidder on the Bid Compliance Form must also be addressed in the exception letter. 2.2.3 Deviations: Harnett County reserves the right to allow or disallow minor deviations or technicalities should the County deem it to be in the best interest of the County. Harnett County shall be the sole judge of what is considered a minor deviation or technicality. 2.2. 4 Warranties: Bidder warranties that all goods furnished shall be free from all defects, and shall conform in all respects to the technical specifications established by the County. Bidder shall submit manufacturers’ warranties against defects in materials and workmanship covering the goods bid upon. If the County’s specifications include a statement of the particular purpose for which the goods will be used, the goods offered by bidder shall be fit for this purpose. 2.3 Submission of Bid Proposal: Submit one (1) original and two (2) hard copies of the bid in a sealed envelope properly marked “Roll-Off Truck with Tarping System,” and addressed to the County at the following address: DO NOT REMOVE THE BID PROPOSAL FORM. SUBMIT THE ENTIRE BID PACKAGE INCLUDING YOUR PROPOSAL: Harnett County Renea Warren-Ford P.O. Box 760 102 East Front Street Lillington, NC 27546 2.4 Condition of Goods: All goods shall be new and in no case will be used, reconditioned, refurbished, remanufactured, or obsolete equipment will be accepted. 2.5 Trade Secret Confidentiality: Upon receipt of your bid by the County, it is considered a public record as defined under N.C. General Statute 132-1 except for material which qualifies as “trade secret” information. After the bid opening, the County’s Evaluation Team as well as other staff who evaluate bids and members of the general public who submit public records requests will review your bid. To properly designate material as trade secret, each Bidder must take the following precautions: (a) any trade secrets submitted by a Bidder should be submitted in a separate, sealed envelope marked “Trade Secret – Confidential and Proprietary Information – Do Not Disclose Except for the Purpose of Evaluating this Bid,” and (b) the same trade secret/confidentiality designation should be stamped on each page of the trade secret materials contained in the envelope. Do not attempt to designate your entire bid as a trade secret, and do not attempt to designate pricing information as a trade secret. Doing so may result in your bid being disqualified. In submitting a Bid, each Bidder agrees that the County may reveal any trade secret materials contained in such response to all County staff and County officials involved in the selection process. Furthermore, each Bidder agrees to indemnify and hold harmless the County and each of its officers, employees, and agents from all costs, damages, and expenses incurred in connection with refusing to disclose any material which the Bidder has designated as a trade secret. 2.6 Time for Opening Bids: Bids will be opened promptly and read at the time and date set forth in the advertisement. Bidders or their authorized agents are invited to be present. Any bids received after the scheduled closing time for receipt of bids will not be accepted. 2.7 Withdrawal of Bids: Bidders may withdraw or withdraw and resubmit their bid at any time prior to the closing time for receipt of bids. NO bid may be withdrawn after the scheduled closing time for receipt of bids for a period of sixty (60) days. 2.8 Award of Bid: The award resulting from this bid will be made to the lowest responsible bidder, taking into consideration quality, performance, and time specified in the proposal for the performance of the contract. Harnett County reserves the right to add or delete items or adjust quantities. 2.9 Considerations in Award of Bid: In determining the lowest responsible bid in accordance with G.S. 143-129, the Board of Commissioners will consider, among other factors; modern, accepted practices, engineering, design, efficiency and workmanship; maintenance costs; availability of service and parts inventory, and performance (based on County or any other owner’s previous use of the same or similar equipment made by the manufacturer. 2.10 Federal Taxes: Harnett County is exempt from and will not pay Federal Excise Taxes or Transportation Taxes. 2.11 North Carolina Sales Tax: If bidder is required to charge North Carolina sales tax on bidder’s sales, bidder shall not include it as part of the bid price. County will pay North Carolina sales tax over and above bid prices when invoiced. 2.12 Price and Binding Offer: Bidder shall guarantee the prices quoted against any increase for whatever delivery date is specified and contract period required. Each bid shall constitute a firm offer that is binding for ninety (90) days from the date of the bid opening. Please see section 2.20 regarding purchase of additional equipment. 2.13 Place of Delivery. Goods shall be delivered F.O.B. Destination, Harnett County Solid Waste, Attn: Randy Smith, Solid Waste Manager, 449 Daniels Road, Dunn, NC 28334, and shall be complete and ready for use unless otherwise specified. 2.14 In struction in Use of Goods; Demonstration: County may require a demonstration of the goods bid upon; the demonstration shall be at no cost to the County. If bidder cannot make a demonstration within 20 days of request, bidder’s bid may be rejected. Performance of the equipment at the demonstration will be a factor in the award of the contract. Demonstrations must be made with the same model of equipment as the bid. The County may require the demonstration at the same time competitive demonstrations are made. 2.15 Responsibility of Compliance with Legal Requirements: The bidder’s products, service and facilities shall be in full compliance with any and all applicable state, federal, local, environmental and safety laws, regulations, ordinances and standards or any standards adopted by nationally recognized testing facilities regardless of whether or not they are referred to in the bid documents. 2.16 Indemnity: VENDOR shall indemnify and hold the County, its agents and employees, harmless against any and all claims, demands, causes of action, or other liability, including attorney fees, on account of personal injuries or death or on account of property damages arising out of or relating to the work to be performed by VENDOR hereunder, resulting from the negligence of or the willful act or omission of VENDOR, his agents, employees, and subcontractors. 2.17 Addendum: The bid package constitutes the entire set of bid instructions to the bidder. The County shall not be responsible for any other instructions, verbal or written, made by anyone. Any changes to the specifications will be mailed to all bidders who are listed with the Finance Department as having received the bid package. 2.18 Compliance with Bid Requirements: failure to comply with these provisions or any other provisions of the General Statues of North Carolina will result in rejection of bid. 2.19 County’s Rights and Options: The County reserves the following rights, which may be exercised at its ole distraction: To supplement, amend, substitute or otherwise modify this Bid at any time: To cancel this Bid with or without the substitution of another bid To take any action affecting this Bid, this Bid process, or the services, or facilities subject to the Bid that would be in the best interest of the County. To issue additional requests for information To require one or more Bidders to supplement, clarify or provide additional information in order for the County to evaluate the Bids submitted To conduct investigations with respect to the qualifications and experience of each Bidder To waive any defect or irregularity in any Bid received To reject any or all Bids To award all, none, or any part of the items that is in the best interest of the County, with one or more of the Bidders responding. 2.20 Purchase of Additional Equipment Harnett County reserves the right to purchase additional equipment for a twelve (12) month period from the contract date at the original pricing. 2.21 Brochures Descriptive literature will be required to substantiate the details specified in bid and to establish, for the purpose of bid evaluation, details of the product the bidder proposed to furnish as to design, material, method of manufacture, construction assembly or operation as appropriate. In addition, all difference in specifications must be itemized and clearly explained. Each exception will be considered by the County as to degree of impact and total effect on bid. The County assumes that silence to exception indicates that the item will comply with specifications. Should the item not comply, and the exception is not indicated, then the item shall be rejected when delivered. All equipment shall be given a general inspection for material, workmanship, and compliance with specifications prior to acceptance. Acceptance is not final until all specifications, with concurrence to exceptions, are met. The submission of literature will NOT constitute the taking of an exception nor honor any specification change. 2.22 Brand Names Any reference to brand names in the specifications is made to aid the bidder and indicate more clearly the quality desired and is not mentioned to limit or restrict the bidding to any particular brand. 2.23 Questions and Clarification After the Bid issue date, all communications between the County and prospective Bidders regarding this Bid shall be in writing. Any inquiries, requests for interpretation technical questions clarification, or additional information shall be directed to Renea Warren-Ford, Purchasing Agent. All questions concerning this Bid shall reference the Bid number, section number and paragraph. Questions and responses affecting the scope of the services will be provided to Bidders by issuance of an Addendum which will be posted to the County’s website at http://www.nhcgov.com/Finance/Pages/CurrentBi ds.aspx. The addendum will appear under the advertisement on the County’s website. All questions shall be received no later than 2:00 P.M., EST, Wednesday, March 20, 2013. 2.24 Cost of Preparation Costs incurred by prospective Bidders in the preparation of the response to this Request for Bid are the responsibility of the responding Bidder and will not be reimbursed by the County. Item Minimum Specification Doesn’t meet spec Meets Spec Exceeds Spec Comments  3.1 General These specifications are to be considered as minimum for the furnishing of one (1) Roll-Off Truck with extended day cab with curved glass and outside rail hoist for roll-on/roll-off trash containers (Roll-Off Truck). The hoist is to be designed to accommodate both stationary compactor and open-top containers with up to 22 foot length base platforms with long –sill rail spread dimensions of 36” to 38” (inside to inside). The truck shall also have a hydraulically operated tarping system mounted to the truck to cover open top container positioned thereon. The Roll-Off Truck must be new, completely assembled and ready for use when delivered.      3.2 Service Requirements: Proposed price shall include complete service prior to delivery to County, including:      3.2.1 Manuals for Cab and Chassis: One parts book, one service manual, and one Owner’s Manual shall be provided.      3.2.2 One (1) operating manual detailing the proper use and maintenance of the roll-off hoist shall be provided with each Roll-Off Truck       3.2.3 Complete parts manual detailing the components in “Exploded View” and marked to correspond to a numbered parts list shall be provided with each Roll-Off Truck      3.2.4 Operating Manuals for Tarping System      3.3 Cab and Chassis General Configuration      3.3.1 Conventional Cab Heavy Duty Tandem Roll-Off Truck with extended day cab and curved glass      3.3.1 Frame: 110,000 psi steel, minimum RBM 2,600,000       Overall Dimensions:      3.3.3 Platform: 299”       Wheelbase: 281”      3.3.6 White      3.4 Engine      3.4.1 Electronic Governor and Fuel Injection Control System      3.4.2 Horsepower: 395 HP @1500 RPM      3.4.3 Torque: Minimum 1550 lbs@ approx.1000 RPM      3.4.4 Exhaust: Vertical stack at correct height to clear tarp      3.5 Transmission       6-speed Allison Automatic Transmission      3.6 Brakes      3.6.1 Air Brake, ABS, Full vehicle wheel control system with automatic traction control      3.6.2 Auxiliary spring base at each rear wheel      3.6.3 Automatic slack adjusters      3.6.4 Air dyer      3.6.5 Air reservoir to be mounted inside frame rails      3.6.6 Hand control valve for rear service breaks      3.7 Tires and Wheels      3.7.1 Front: 315/80R22.5,20 ply highway rib (Qty: 2)      3.7.2 Rear: 11R22.5,14 ply on road traction (QTY: 9)      3.7.3 Steel Discs 10 Hole Pilot Mount Wheel front and Rear      3.8 Axles Front and Rear      3.8.1 Front axle rating 20,000 lb with suspension rated to axle capacity      3.8.2 Integral hydraulic power steering      3.8.3 Rear axles dual reduction tandem drive, 44,000 lb. rating      3.8.4 Multiple leaf spring and walking beam type suspension      3.8.5 Extra heavy duty anti-sway springs      3.8.6 Interaxle power divider      3.9 Operator Compartment      3.9.1 Full vision tinted safety glass      3.9.2 Integral heater air conditioner and defroster      3.9.3 Adjustable telescoping tilt steering column      3.9.4 Operators Seat: Air ride type with adjustments for height, weight, lumbar support and reach; vinyl covering      3.9.5 Passenger Seat: Fixed position, vinyl covering      3.9.6 Mirrors: West Coast type with large convex mirrors (L&R); fixes; heated      3.9.7 Air horn and electric horn      3.9.8 Full Instrumentation      3.9.9 Fully padded, vinyl headliner, doors and back panel      3.9.10 Self-canceli ng turn signal      3.10 Miscellaneous      3.10.1 Must meet OSHA requirements      3.10.2 Backup alarm      3.10.3 Parts and service manuals      3.10.4 Manufactur er’s standard warranty to include extended two (2) year/200,000 mile drive train warranty, 100% parts and labor      3.10.5 Fire extinguisher: CO2(ABC), 10 lbs, mounted inside capacity       3.10.6 Fuel capacity: 80 gal minimum LH under cab,      3.10.7 Two (2) hooks or eyes, one (1) on each side, front and rear, to pull on main frame (total of four (4) hooks or eyes)      3.10.8 Steel bumper full width 10” heavy duty      3.10.9 Engine protection alarm monitoring high coolant temp, low coolant level and low oil pressure      3.10.10 Rad io: AM/FM/weatherband      3.10.11 Electric LH &RH door locks      3.10.12 Electric windows      3.10.13 Diagnostic tool hookup      3.11 Hoist Frame      3.11.1 Th e hoist system shall carry a rating of not less than 60,000 lbs. manufacturer’s rated capacity and shall be capable of carrying a 22 foot container platform      3.11.2 The minimum hoist frame-to-ground angle shall not be less than 47 degrees from horizontal when the hoist frame is in the full raised position      3.11.3 The hoist frame side rails shall be offered protection by a surface roller designed to contact the ground surface. The roller is to be a schedule 80 steel pipe supported on each side by a press-fit 3 inch wide cast roller bearing, all mounted on a 2 inch steel shaft extending the width of the hoist frame.      3.11.4 Frame rails shall be designed and spaced to receive containers with a longitudinal spread of 36” minimum and 38” maximum inside dimension so as to straddle the hoist frame rails      3.11.5 Main frame rails shall be constructed of 4”x8”x2” wall A-500 grade ‘C’ tubing. Lesser strength grade ‘B’ or ‘A’ tubing is not acceptable.      3.11.6 The hoist shall rest on, and pivot from, a sub-frame constructed of at a minimum 3” x 2” x ¼” wall A05000 grade ‘C’ tubing. Lesser strength grade ‘B’ or ‘A’ tubing is not acceptable.      3.11.7 The forward end of the frame structure shall be equipped with a greasable ductile cast cable sheave having a minimum diameter of 10”. The sheave shall be bronze bearing equipped and rotate on heat-treated steel pin of not less than 2” diameter.      3.11.8 The hoist frame shall include a forward container radius stop of 1-1/2” steel plate and locking device which is automatically actuated when containers are winched      3.11.9 The rear hinge pins shall be not less than 3” heat treated steel.      3.11.10 The lift cylinder mounting shaft shall be one piece construction and not less than 2 ½” diameter.      3.11.11 Safety locks and ratchet straps at the rear of the hoist frame on each side which meet all DOT an ICC regulations      3.11.12 Frame rails shall have a minimum of 5 load carrying steel rollers per side of 4” OD, each equipped with recessed grease zerks fittings and with bronze bushings mounted on 2” hi carbon C 1045 steel shafts. The roller shafts shall extend through both sidewalls of the tubing of each hoist rail and have a continuous radial weld around the shafts on each side of each rail.      3.11.13 The hoist frame shall include safety props on each side rail as a safety feature when servicing the unit      3.11.14 Automatic front nose roller container lock.      3.12 Bumper and Light Package      3.12.1 The unit shall be equipped with a bumper containing recessed back up clearance, and tail lights in rubber mounts, with each sealed beam containing “shock mount” bulb assemblies.       3.12.2 Attached to the rear bumper shall be a folding I.C.C. bumper extension which automatically raises during hoist tilting to clear ground obstructions and prevent damage to the I.C.C. bumper.      3.12.3 Mid body clearance lights shall be mounted on the fender assembly and all electrical wiring must be of a factory supplied bound harness type. Loose wired installations will not be accepted.      3.13 Reeving/Winch System      3.13.1 Two stroke cylinders at a minimum of 7” diameter 80”stroke with hard chrome rods shall be inboard mounted between the frame rails and shall be rated at 70,000 pounds minimum each capacity at 1850 psi.      3.13.2 Reeving is accomplished by winding a minimum of 71’ of 7/8” EXTWRC, 6 x 37 extra improved plow steel wire rope of 79,000 pound rating over four ductile cast sheaves with bronze bushings, provided with a zerk fitting for lubrication, rotating on heat-treated shafts.      3.13.3 The cable shall be supplied with a rectangular fitting with swaged connection. The opening shall be approximately 5 3/8’ long x 1-3/4” wide. The overall length of the eye shall be approximately 12” long and overall width of approximately 3 3/8” of cast steel alloy construction.      3.14. Hydraulic Systems: Generally described, this shall be all pumps, motors, cylinders, valves, hosing, fittings, and reservoir as required for operation.      3.14.1 Hydraulic power shall be by a heavy duty PTO, mounted to the chassis transmission directly mounted to an air shift PTO adapter. No PTO drive lines and U-joints of any kind will be accepted.      3.14.2 The pump shall be a continuous duty gear type, with a capacity of no less than 35 GPM at 1500 rpm and operating at a pressure of 1850 psi.      3.14.3 The two–spool control valve shall have a 45 gpm capacity bypass pressure relief valve, factory set at 1850 psi.      3.14.4 Air Operated Control for the valve, shall be located inside the cab to the drivers right. Shall be cable operated from a control stand with easy driver access to the control handles. A duplicate set shall be supplied street-side adjacent to the driver’s door.      3.14.5 Lift of the tilt frame rails shall be by 2, double acting multi-stage hydraulic cylinders that shall be not less than 6” x 72” stroke in diameter. Cylinders shall mount to pins with a minimum of 2 ½” diameter. The shaft and lower pins shall be spaced apart by approximately 3.5” O.D. and 3” I.D. tubing.      3.14.6 The oil reservoir shall be mounted directly to the chassis frame and shall service as a mount for the hydraulic control valve.      3.14.7 The oil reservoir shall have 50 gallon capacity. Supply line to pump supplied with oil filter of proper size (25 micron minimum), and readily available to replacement. The reservoir shall have a filter type breather cap. Hydraulic tank to be provided with a sight glass incorporating a hydraulic oil level gauge and temperature gauge.      3.15 Paint Finish (hoist)      3.15.1 Complete Unit shall be cleaned with all weld slag removed. Cleaning shall be in keeping with good and accepted industry practices.      3.15.2 The finish coat color shall be standard factory black to match the truck frame.      3.16 Mounting       3.16.1 All body installation shall be done by either the manufacture at said manufacturer’s place of business or at an authorized dealer’s location.      3.16.2 Mounting shall be to chassis and tilt frame manufacturer’s engineering specifications.      3.17 Other Accessories      3.17.1 The unit shall be equipped with a side-mount tool box of approximately 20”x16”48”.      3.17.2 Steel fenders shall have clearance sufficient to span and allow for normal movement of the chassis rear tandem tires. Such fenders shall be designed to withstand the stress associated with normal highway speed road vibration, be of such design to allow for quick removal and reinstallation - - mot to exceed ten (10) minutes for the entire R7R operation and be equipped with mudflaps.      3.17.3 Cab protector      3.18 Heavy-Duty Version Autocover II=CH      3.18.1 General: Hydraulically operated tarping system mounted to a truck to cover open top container positioned thereon. The tarping is capable of covering containers of various size heights and lengths. If desired, can cover the container with minimal clearance about the container. The tarping system is designed not to extend beyond the rear of the container. Container can range in size from 10 cu 16 foot containers locked four feet back to 50 cu yard 24 foot long sizes. The arms are designed low profile to reduce chances of sitting containers down on arms, possible bending arms. Tarp is rolled out over the load, not dragged over the load. Arms are fitted with deflectors to help push arms out of way sitting containers down on truck to help reduce changes of bending arms.      3.18.2 Cradle: The cradle is mounted to the uprights behind the cab that are mounted directly to the chassis. The uprights are constructed of a minimum of 3”x3”x31/16” square tubing. The cradle is made of a minimum of 7”x7”x1/8” steel.      3.18.3 Roller: The steel roller measures a minimum of 4” in diameter x 1/8’ thick wall, with a torsion spring inside connected to a 1” solid shaft via sealed ball bearings      3.18.4 Stabilizer: The stabilizer is a cross member beyond the roller connected to the arms to help prevent sway. Made of a minimum of 1-1/2’x2-1/2’x3/16’ steel tubing.      3.18.5 Pivot Arms: Pair of arm members are positioned along the side of the truck. Each arm is made of a minimum ¼” thick wall 2’ x 3’ tubing. This is an angled arm. Each arm comes with a minimum 1” ID hole lined with tubing and this tubing lined with an oillite bushing for self-lubrication.      3.18.6 Arm Extension: The extension portion is made of a minimum of ¼” thick wall 1-5/8” x 2-1/2” tubing with a hinge in arm for length and height adjustment      3.18.7 Tarp Bar: Made of a minimum 1-5/8” x 108” x 1/8” thick steel pipe      3.18.8 Tarp: The tarp is a minimum 9’6” wide by 28’ long, folded into 7’10” wide. Designed to fold when rolling in or out and to hand down when resting on a load. Made of 1000 denier polyester yarn weighing 12 oz. per square yard. Has vinyl coated nylon for reinforcement along two sides at rear and a minimum 9’ x 10’ reinforcement across front end to protect tarp against the different heights of front corners of containers. Has two rows of webbing running front to rear to take stress off the cover. Has webbing loops down both sides to fasten tarp down manually.       3.18.8 Tarp: The tarp is a minimum 9’6” wide by 28’ long, folded into 7’10” wide. Designed to fold when rolling in or out and to hand down when resting on a load. Made of 1000 denier polyester yarn weighing 12 oz. per square yard. Has vinyl coated nylon for reinforcement along two sides at rear and a minimum 9’ x 10’ reinforcement across front end to protect tarp against the different heights of front corners of containers. Has two rows of webbing running front to rear to take stress off the cover. Has webbing loops down both sides to fasten tarp down manually.      3.18.9 Powered: Powered by hydraulics. The two-spool control valve is operated by a joy stick. The two-spool control valve is connected to a priority valve connected to a relief valve connected to the truck’s pump. Uses rephrasing cylinders to operate lower arms and a divider to operate upper arms for synchronization. One control to cover and uncover loads. One control to adjust length of arms. Uses welded cylinders that rebuildable, Cylinders are 2” bore x 12” for upper arms and a 3” bore x 30” and a 2 ½” bore x 30 “ for lower arms.       Section 4 Bid Proposal (Do Not Include Tax In Your Bid) Roll-Off Truck with Tarping System Roll Off Truck (includes all required specifications except for the automatic tarping system $_____________________ Automatic Tarping System $______________________ Total Cost $_______________________