Loading...
HomeMy WebLinkAboutOlson TruckingoCity of Oshkosh Wisconsin v4o-���(jw Invitation for Bid For STAINLESS STEEL DUMP BODY HOIST AND HYDRAULICS INSTALLED ON A 1 TON CHASSIS CITY OF OSHKOSH PARKS DEPARTMENT — CEMETERY DIVISION OCTOBER 31, 2023 City of Oshkosh P.O. Box 1130 Oshkosh, Wisconsin 54903-1130 www.ci.oshkosh.wims CITY OF OSHKOSH PURCHASING DIVISION NOTICE TO VENDORS 1. NOTICE IS HEREBY GIVEN that sealed bids will be received in the City Clerk's office, Room 108, City Hall, Oshkosh, Wisconsin, for: STAINLESS STEEL DUMP BODY HOIST AND HYDRAULICS INSTALLED ON A 1 TON CHASSIS NO LATER THAN 10:00 AM TUESDAY NOVEMBER 14 2023 at which time all bids will be publicly opened and read in Room 404. 2. It is the bidder's sole responsibility to insure that the bid is timely and physically received by the City Clerk's office prior to the deadline set forth in this notice. Receipt of a bid/proposal by the mail system or other City departments does not constitute receipt of a bid/proposal by the City Clerk's office. 3. All bids must be submitted in an envelope sealed by the bidder or designated representative. All bids should be addressed to the City Manager, c/o City Clerk's Office, City Hall, 215 Church Avenue, P.O. Box 1130, Oshkosh, WI 54903-1130. On the outside of the envelope, the bidder should distinctly indicate the name and address of the bidder and in the lower left corner should clearly indicate the envelope contains a sealed bid for: "STAINLESS STEEL DUMP BODY." Any bids not complying with these instructions will not be considered submitted to the City, and shall be returned to the bidder unopened and unread. 4. Submission of bid documents by facsimile equipment or electronic mail (email) will not be accepted. 5. This notice establishes a time by which sealed bids must be physically received by the City Clerk's office. No bids will be accepted after that deadline. Under no circumstances will bids be accepted and read when submitted at the place of bid opening even if presented before that deadline. 6. The City is not responsible for bids submitted in any other way except those submitted in strict conformance with these instructions. 7. A written request for the withdrawal of a bid or any part thereof may be granted if the request is received by the City prior to the specified time of opening. 8. All formal bids submitted shall be binding for thirty-five (35) calendar days following the bid opening date, unless the bidder(s), upon request of the General Services Manager, agrees to an extension. 9. If applicable, bidder must comply with all necessary insurance requirements, bid bond and/or performance bond as required of the project and as noted in the City of Oshkosh Insurance Requirements. 10. If the bid is accepted, the bidder must execute and file the proper contract within ten (10) days after award by the Common Council and receipt of the contract form for signature. In case the successful bidder shall fail to execute and deliver the Contract and Performance Bond within the time limited by the City, the amount of the bid bond shall be forfeited to the City of Oshkosh as liquidated damages. 11. The City reserves the right to reject any and all bids and to waive any informalities in bidding. 12. For specifications and further information concerning this invitation to bid, contact Jon Urben, General Services Manager, email: jurben@ci.oshkosh.wi.us or telephone (920) 236-5100. Mark A Rohloff City Manager 9 CITY OF OSHKOSH STANDARD TERMS AND CONDITIONS (Request for Bids/Proposals) 1) SPECIFICATIONS: The specifications in this request are the minimum acceptable. When specific manufacturer and model numbers are used, they are to establish a design, type of construction, quality, functional capability and/or performance level desired. When alternates are bid/proposed, they must be identified by manufacturer, stock number, and such other information necessary to establish equivalency. The City of Oshkosh shall be the sole judge of equivalency. Bidders/proposers are cautioned to avoid bidding alternates to the specifications which may result in rejection of their bid/proposal. 2) DEVIATIONS AND EXCEPTIONS: The bid/proposal shall be accepted as in strict compliance with all terms, conditions, and specifications and the bidders/proposers shall be held liable. Specific product types or manufacturers identified in specifications shall be interpreted to require bidding of those exact types and manufacturers. Specifications which allow for bids/quotes with "equal' materials must be fully supported with technical data, test results, or other pertinent information as evidence that the substitute offered is a sufficient alternate to the specification requirement. Failure to provide product information will result in disqualification of such requests. 3) QUANTITIES: The quantities shown on this request are based on estimated needs. The city reserves the right to increase or decrease quantities to meet actual needs. 4) DELIVERY: Deliveries shall be F.O.B. destination freight prepaid and included unless otherwise specified. 5) ACCEPTANCE -REJECTION: The City of Oshkosh reserves the right to accept or reject any or all bids/proposals, to waive any technicality in any bid/proposal submitted, and to accept any part of a bid/proposal as deemed to be in the best interests of the city. Only proposals which are made out on the bid/proposal form attached hereto will be considered. All bid/proposals forms must be completed in full compliance as specified. Failure to complete bid/proposals forms may result in disqualification and considered non -responsive. 4 6) ORDERING: Purchase orders or releases via purchasing cards shall be placed directly to the contractor by an authorized agency. No other purchase orders are authorized. 7) GUARANTEED DELIVERY: The contractor shall strictly adhere to delivery schedules as specified by the City and to promptly replace rejected or defective materials. The City retains the right to procure materials on its own when the Contractor's materials are not delivered, or replaced if necessary, according to the City's schedule. Contractor's failure to deliver, or replace when applicable, materials as required shall result in the contractor's liability for all costs in excess of the contract price when the City is required to procure materials necessary due to Contractor's failure to act. The City's excess costs shall also include the administrative costs. 8) ENTIRE AGREEMENT: These Standard Terms and Conditions shall apply to any contract or order awarded as a result of this request except where special requirements are stated elsewhere in the request; in such cases, the special requirements shall apply. Further, the written contract and/or order with referenced parts and attachments shall constitute the entire agreement and no other terms and conditions in any document, acceptance, or acknowledgment shall be effective or binding unless expressly agreed to in writing by the contracting authority. 9) APPLICABLE LAW: This Contract shall be governed under the laws of the State of Wisconsin, and all disputes shall be resolved in the state or federal court jurisdiction within which Oshkosh, Wisconsin is located. The contractor shall at all times comply with and observe all federal and state laws, local laws, ordinances, and regulations which are in effect during the period of this contract and which in any manner affect the work or its conduct. The City of Oshkosh reserves the right to cancel any contract with a federally debarred contractor or a contractor which is presently identified on the list of parties excluded from federal procurement and non -procurement contracts. 10) STANDARD PROVISIONS: The Contractor agrees in all hiring or employment made possible by or resulting from this agreement, there will not be any discrimination against any employee or applicant for employment because of race, color, religion, sex, sexual orientation, gender identity, or national origin. 11) SAFETY REQUIREMENTS: Contractor must follow all applicable federal, state and local standards. 12) SAFETY DATA SHEET: If any item(s) on an order(s) resulting from this award(s) is a hazardous chemical, as defined under 29CFR 1910.1200, provide one (1) copy of a Safety Data Sheet for each item with the shipped container(s). 13) PUBLIC RECORDS ACCESS: It is the intention of the City of Oshkosh to maintain an open and public process in the solicitation, submission, review and approval of procurement activities. Bid/proposal documents and openings are public records and therefore subject to release unless excluded from release by Wisconsin Statutes. Those submitting information to the City that believe that their information is not subject to release must identify the applicable statute(s) and describe in detail how the information being submitted applies to the statute cited. The City's lack of response to assertions related to public records does not indicate any agreement with those assertions. Public records may not be available for public 5 inspection prior to the opening of bids/quotes and/or the issuance of the notice of intent to award or the award of the contract. 14) PRICING: Unit prices shown on the bid/proposal or contract shall be the price per unit of sale (e.g., gal., cs., doz., ea.) as stated on the request or contract. For any given item, the quantity multiplied by the unit price shall establish the extended price; the unit price shall govern in the bid/proposal evaluation and contract administration. If the bid/quote clearly involves the City's desire to purchase a product or products, then all prices shall exclude any Federal Excise Tax or State of Wisconsin Sales Tax as the City of Oshkosh is exempt from such taxes and will furnish an exemption certificate, if requested by the successful bidder. If the bid/quote is for the purpose of completing a project involving both labor and materials, then the Contractor/Consultant, and not the City, will be purchasing the material directly and the bid/quote must include all material costs, including without limitation, taxes. If the bidder is eligible to provide tax exempt building materials pursuant to state law, all verification must be submitted with their bid or quote. 15) WARRANTY: Unless otherwise specifically stated by the bidder/proposer, equipment purchased as a result of this request shall be warranted against defects by the bidder/proposer for one (1) year from date of receipt, or the manufacturer's warranty, whichever is longer. The equipment manufacturer's standard warranty shall apply as a minimum and must be honored by the contractor. 12/19 BID SPECIFICATIONS STAINLESS STEEL DUMP BODY HOIST AND HYDRAULICS INSTALLED ON A 1 TON CHASSIS The following are minimum bid specifications for One (1) steel dump body, hoist, and hydraulic system installed on a 1-ton dual rear wheel cab chassis with a 60" CA for the City of Oshkosh Parks Department, Cemetery Division. Any deviations from the following specifications must be noted by bidder. DESCRIPTION YES NO DUMP BODY GENERAL Minimum 9' ID long x 87" ID, 96" OD wide{` Minimum 11" sides, 17" tailgate �-Lasi 1�Plr ) L, 2-3 yard capacity U.S. Manufactured ` 7 All dimensions to be verified with chassis vendor SIDES AND FRONT 10 ga 201 stainless steel Fold down sides Single lever release fold down sides (no removable pins) Grease type hinges-� Full depth rear corner posts, dirt shedding sloping top Three bend dirt shedding top rail (no add on angle iron) 45 degree sloped rub rails �. Flame cut window in bulkhead ✓' TAILGATE 10 ga 201 stainless steel, 111,000 psi tensile 47,000 psi yield strength Single lever release fold down tailgate (no removable pins) Integral dirt shedding peaked top and all braces to be dirt shedding 1" thick flame cut lower latch fingers Front mounted manual trip tailgate 5/16" high tensile spreader chains FLOOR AND UNDERSTRUCTURE 3/16" 201 stainless steel, 111,000 psi tensile 47,000 psi yield strength Western style no cross -member understructure 3/16" 201 stainless steel fabricated trapezoidal long sill's 3/16" AR450 steel overlay on floor Minimum 1 1/4" greasable dump body hinge pin CAB SHIELD Shall extend a minimum of 12" forward of front bulkhead A Sound Off Pinnacle 7000 series mini -LED lightbar shall be mounted forward of cab shield to swivel and be seen in all directions when body is in lowered or up position MISCELLANEOUS Heavy-duty rubber mud flaps rear mounted Heavy-duty rubber frame mounted splashguards ahead of rear wheels All lights to be LED with weather shield rapping to prevent salt from decaying wiring Back up alarm Body up light switch and 971)b electric back up alarm PREPREATION AND PAINT Sub -frame to be power coated black Body left in its bare natural finish ELECTRIC/HYDRAULIC HOIST SYSTEM Pump shall be electric over hydraulic with integral hydraulic oil reservoir Pump circuit shall include a resettable circuit breaker appropriately sized �✓ , Pump control shall be electric with raise and lower pushbuttons located in the cab✓ Pump shall be rated for minimum 5.75 gpm flow Pump shall be rated for minimum 3150 psi pressure Hoist Cylinder shall have a 4-inch bore and 2-inch rod Hoist action shall be accomplished thru a scissor mechanism The hydraulic control valve shall be U.S. manufactured, electrically operated valve assembly Valve operation required; double acting hoist Box safety prop shall be included HOSES AND FITTINGS Hoses must be sized accordingly to provide optimum performance of all hydraulic Jr equipment. JIC ORB fittings required LIGHTING AND ELECTRICAL All wiring is soldered, heat shrunk and in protective loom HITCH PACKAGE 1/z" pintle plate with 3/4' D-rings and 2" receiver tube 7 prong RV plug recessed into pintle plate MANUALS Parts and service manuals for all items shall be provided in bound book upon delivery of the completed unit. Two complete lists of part numbers of items used in building tZ the unit will be included WARRANTY One year on parts and labor on all equipment Body and hoist to carry three-year warranty Warranty statements must be included with quotations OPTIONS (to be prices separately from bid proposal) Western MVP 9.5" Vee Plow with Control, Electrical Harness and Plow mount Maxon Lift C2 Galvanized Dump Through Lift gate EXCEPTIONS AND DEVIATIONS Bidder shall fully describe by attaching sheets of every variance, exception and/or deviation. ✓ 0' We, the undersigned, propose to furnish the City of Oshkosh, Parks Department, Cemetery Division, one (1) stainless steel dump body, hoist, and hydraulic system installed on a 1-ton dual rear wheel cab chassis with 60" CA. FOB 639 Witzel Avenue, Oshkosh WI 54902, as per specifications or noted exceptions for the following amount: One (1) Stainless steel dump body, hoist, and hydraulic system for a one -ton dual rear wheel cab chassis W" CLASS 5(),Ni, " 7�,� MAKE AND MODEL NUMBER (Bid Price — in Words is r DELIVERY IN w 110 DAYS AFTER RECEIPT OF ORDER TERMS W1ij,_-3Qt>S j LS®y,j ob%-i L.QC_ NAME OF COMPANY SUBMITTED BY: Cv t<, �p �1 ML-L NAME & TITLE OF PERSON SUBMITTING BID WHcrtjQrr�scj 0LS�AI COdV EMAIL OF PERSON SUBMITTING BID 2023 DATE ADDRESS OF COMPANY G f,j )b �3 CITY STATE ZIP TELEPHONE NUMBER 10 ( -9D-C) ' 1t 1 � . r?-) FAX NUMBER Note: (1) Product Literature to Accompany Bid. 11 '. - (p� AND ,L,C. 2485 Hutson Road, P.O. Box 12586 Green Bay, Wisconsin 54307-2586 Telephone 920-499-0881 FAX 920-499-3813 C/O OSHKOSH PARKS DEPARTMENT "CEMETERY DIVISION" STAINLESS STEEL DUMP Quote: 72411-WH-2 Date: 11/14/23 Delivery Date: TBD Terms: NET Ship Via: F.O.B. GREEN BAY Quoted By WALLY HENDERSON FURNISH AND INSTALL 1 DURA CLASS YARD BIRD DUMP BODY 2-3 YRD TO INCLUDE: *9' LONG X 84" WIDE INSIDE DIMENSIONS, (96" OD WIDTH) *7GA STAINLESS STEL X-MEMBERLESS FLOOR WITH 3/16" AR-450 WEAR PLATE *12" SINGLE HANDLE FOLD DOWN SIDES WITH GREASE ZERKS, DIRT SHEDDING TOP RAILS CONSTRUCTED OF 10GA 201 2B STAINLESS STEEL WITH 35 DEGREE DIRT SHEDDING TOP RAH.., FULL FRONT AND REAR CORNER POSTS *18" TAILGATE WITH SINGLE LEVER RELEASE, FRONT MOUNTED MANUAL RELEASEAND H.D. SPREADER CHAINS *INTEGRAL 1/4 CAB SHIELD WITH FLAME CUT WINDOW AND SOUND -OFF EPL71PDAC LED LIGHT MOUNTED ON SELF LEVELING BRACKET WIRED TO FACTORY SWITCH *H.D. MUDFLAPS FRONT & REAR OF REAR AXLE *BACK UP ALARM AND BODY UP LIGHT KIT *SR4016 SUB FRAME HOIST TO INCLUDE: *ELECTRIC/HYDRAULIC DOUBLE ACTING POWER UNIT WITH PUSH BUTTON CONTROL AND 9.5 TON CAPACITY BASED ON 60" CA AND 6" OVERHANG CONTINUED ON PAGE 2 Page 1 of 3 C 0 _AN— TRAILERANDBODY LL. 2485 Hutson Road, P.O. Box 12586 Green Bay, Wisconsin 54307-25861elephone 920-499-0881 FAX 920-499-3813 Quote: 72411-WH-2 Date: 11 /14/23 Delivery Date: TBD Terms: NET Ship Via: F.O.B. GREEN BAY Quoted By WALLY HENDERSON *SUBFRAME MOUNTED BODY PROP 7 * 1/2" PINTLE PLATE WITH 2" RECEIVER TUBE, HEAVY DUTY SAFETY CHAIN D-RINGS, & 7 WAY RV TRAILER PLUG *PAINT ALL WELDED AREAS BLACK TOTAL: $21626 00 OPTIONS: WESTERN 9'/2' MVP PLUS PLOW MOUNT, CONTROL, MAIN HARNESS, LIGHT HARNESS, & MODULE ADD: $2000 00 MAXON LIFT-N-DUMP LIFTGATE WITH 1600LB CAPACITY, 83" X 33" TREADPLATE STEEL PLATFORM, GALVANIZED MAINFRAME AND PLATFORM, INCLUDES LED LIGHT KIT AND DELETION OF TAILGATE ADD: $3400 00 This Quotation is Subject to the Additional Terms & Conditions on the Reverse Side If This Box is Checked you Accept As Shown. Please Sign and Return Acceptance Copy I Authorized Signature Date Page 2 of 3 H P I Q� ED T I E I t 1 GHA "PABMI-VATNTT OUST 1�?O I E AFTER A QI r FILE FOR U fZ7F1Ct TIOI F7 ER TEIA I IME All orders Accepted will be Subject to the Following Unless Specified Otherwise in our Current Price Lists. Schedules or Quotations: TERMS AND CONDITIONS: 1. Prices and terms are subject to change without notice. 2. Regular Terms on approved credit are: Net 30 Days Prices are FOB Seller's dock. If stated on current price lists or quotations, freight will be allowed on orders as specified. No Allowance for freight or for cartage will be made if buyer accepts delivery at the factory or warehouse. 4. All orders are taken subject to seller's acceptance. 5. Seller Shall be excused and not liable for delays caused by Buyer's request, labor troubles, shortages in materials, damage to plant, governmental regulations or other cause, similar or otherwise, beyond Seller's control. 6. Warranty: We warrant products manufactured by us to be free from defects in material and workmanship for 90 day period from our invoice date. As to any products not manufactured by us, the warranty is that of the manufacturer. Our obligation and liability under this warranty is expressly limited to replacing or repairing at our option: the defective part only, and only after satisfactory inspection and proof of defect. We make no other warranty, expressed or implied. Our obligation shall not include any liability allegedly caused by use of the merchandise resulting in property damage or personal injury. We do not accept liability for transportation charges, labor charges or any direct, indirect or consequential damage or delay. No warranty against patent infringement is made or is to be implied. Products or parts for which a warranty claim is made are to be returned, transportation prepaid to our warehouses unless authorized in writing by us prior to shipment. Any improper use, misapplication, operation beyond rated capacity, substitution of parts or any alteration or repair by others in such manner as in our judgment affects the product materially and adversely, shall void this warranty. No employee or representative is authorized to change this warranty in any ware or to grant any other warranty, expressed or implied. 7. The goods manufactured by us will be produced in compliance with requirements of the Fair Labor Standards Act of 1938, as amended and in compliance with regulations and orders of the U.S. Department of Labor issued there under. 8. Seller does not agree to any terms and conditions except those set forth herein and in its current price schedules and in its quotation, if any. Shipment of any merchandise by Seller will be on said terms and conditions and no modification shall be effected by the acknowledgement or acceptance of any purchase order forms containing different terms and conditions from those set for herein. OLSON TRAILER AND BODY GREEN BAY, WISCONSIN Page 3 of 3 YARDBIRD & SUPER DUTY YARDBIRD DUMP BODIES DURACLASS @ 0 DuraClass Super Duty Yardbird shown with available material spreader. KAoade in Durability I 1 • } DuraClass Yardbird shown with available accessories. www.duraclass.com ■ hat Means Business The DuraClass Yardbird and Super Duty Yardbird are the premium light duty choices for contractors and municipalities who don't want to compromise on quality and durability. DuraClass's patented design features a continuous formed body sidewall and fully enclosed top rail, offering superior resistance to moisture and corrosion. Plus, an interlaced understructure and double -wall body side give Yardbirds uncommon strength and rigidity in a light duty dump body. FEATURES • Quick release upper tailgate pins • 1/4 cabshield with window • Fully welded construction MEMO&• 1" diameter tailgate pin YARD SUP YARDBIRD SPECIFICATIONS Inside Length 8111, 10, Width 6' 8" 61811 Material 10 gauge 10 gauge Bpdy Ca ac'(yards) 2-3 2-3 Side Front Rear Height inches 14 20 20 12 18 18 Weight including hoist Ibs 1700 1 2002 • 5/10 GR43 tailgate chains • Chain brackets are banjo eye plates • Pipe handle The Yardbird's heavy-duty Stainless Steel Model platform hinge is greasable. 1520 HOIST • Standard on all Yardbirds • Powerful 5 inch chrome cylinder • Heavy-duty platform hinge • Double-acting electric or direct mount hydraulics • Greaseable fittings • Removable cylinder head AVAILABLE OPTIONS • Drop Sides • Crossmemberless Understructure • LED Marker Light Kit • Standard LED STT Light Kit • %2 Cabshield • Stainless Steel SUPER DUTY YARDBIRD SPECIFICATIONS Inside Length 8' 1" 9' 9' 10, 11' 11' Width 7' 7' 7' 7' 7' 7' Material 10 gauge 10 gauge 10 gauge 10 gauge 10 gauge 10 gauge BodyCa ac'(yards) 3-4 2.5-3.5 3.5-4.5 3-4 25-3.5 3.5-4.5 Side Front Rear Height inches 18 24 24 14 20 20 18 24 24 14 20 20 12 18 18 14 20 20 Weight, including hoist Ibs 1999 1 1831 1 2101 1 2090 1 2122 1 2182 1520 FLM HOIST CAPACITY* (TONS) 1520 FLM HOIST SPECIFICATIONS • NTFA Class: 30 • GPM (at 1000 RPM): 4 • Cylinder Bore: 5" • Weight: 635 Ibs (less oil & PTO) • Cylinder Stroke:20" • Mounting Height: 123/4' `Capacity is based on water -level load and approximately 50' dump angle. All bodies shown with some optional equipment. Models and options are subject to change without notice. 1425 Highway 25 North CONTACT YOUR DISTRIBUTOR Tishomingo, MS 38873 800.255.4345 Fax: 800.728.4345 www.duraclass.com • company Visit Our Parts & Accessories Web site Printed in USA 9002788 arum unuucfhnidumn6ndvnnrf�_rnm rr)9ni R T,—L, R—ic. R P-0--t Int.—ti—I 1— \\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\ LR SERIES: LOW MOUNT SCISSOR HOISTS Rugby's LR series hoists boast a complete line-up of low mount scissor hoists for a variety of conversion and dump applications. The LR series was specifically created with a low profile, so as not to add excess height to the body. Applicable for body lengths 7'-22' and ranging in lifting capacities from 2.6 to 85.7 tons, the LR Series has model that will work for you! 523 Model LR-3510A*** LR-416B LR-165A LR-25B LR-26C LR-623 LR-28A LR-2355 LR-2066 LR-2866A Body Lengths 7- 10' 8' -12' B' -12' 12' -15' 12' -16' 10' -16' 12' -18' 10, -18' 16'- 20' 1B' - 22' NTEA Class A B/10 C/20 D/40 E/50 50 F/60 F/60 G/70 J/90 of C finders 1 1 1 1 1 1 1 2 2 2 Bore 3.5" 4" 5" 5" 6" 6" 6" 5" 6" 6" Stroke 10" 16" 16" 20" 20" 23" 28" 23" 20" 28" Rod Diameter 1.5" 2" 2" 2" 2.5" 2.5" 2.5" 2" 2.5" 2.5" Mounting Hei ht 5" 5.75" 5.75" 7.5" 7.25" 8" 8.5" 8.5" 8.5" 10.5" Recommended CA/CT N/A 60 - 84" CA 60 - 84" CA 84 -120" CA 84 -120" CA B4 -138" CA 108 -168" CA 84 -138" CA 120 -186" CT 138 - 202" CT Capacity Range* 2.6-4.3T 4.1-10.2T 6.3-15.3T 7.7-14.7T 10.6-26T 13.4-33.5T 10.9-20T 15.6-27.BT 13.5-27T 18.8-35.7T Approx. Weight 250 lbs 405 lbs 500 lbs 550 lbs 800 lbs 972 lbs 865 lbs 950 lbs 1010 lbs 1230 lbs Available H draulics** SA, DA SA, DA, DM SA, DA, DM SA, DA, DM DA, DM DA, DM DA, DM DM DM DM *See Rugby Truck Hoist Capacity Reference Charts for full details LR-2066 and LR-2866A hoists are recommended for tandem axle trucks **Hydraulics: SA = Single Acting, DA = Double Acting, DM = Direct Mount Subfrome optional for the LR-26C, LR-623, LR-28A and LR-2355 Hoists ***LR-3510A hoist is for flatbed applications only \\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\\ SR SERIES: SUBFRAME SCISSOR HOISTS Rugby's SR series line of subframe scissor hoists are designed to reduce installation time and make hoist application easier. Built with an incorporated body prop and table top rear hinge, the SR series is estimated to reduce installation time by at least 10-15%. Subframes are available to accomodate 60" CA and 84" CA chassis. w Model SR-4016 SR-4020 SR-5020 Body Lengths 8' -12' 9' -14' 10' -14' NTEA Class D / 40 D / 40 E / 50 of C finders 1 1 1 5.5" 5.5" 6" roke 16" 20" 20" 'ad Diameter 2" 2.25" 2.5" ountin Height 9.6" 10.5" 11.3" ltore ecommended CA/CT 60 - 84" CA 60 -108" CA 84 -120" CA apacity Range* 7.7-17T 9.6-13.3T 10.8-17T rox. Weight 460 lbs 650 lbs 710 lbs vailable H draulics** SA, DA, DM SA, DA, DM I DA, DM *See Rugby Truck Hoist Capacity Reference Charts for full details **Hydraulics: SA = Single Acting, DA = Double Acting, DM = Direct Mount Notes: Capacity includes both payload and body weight Capacity is based on 3,200 PSI with water -level load 40 Rugby Manufacturing Rugby, ND a7-]0r1u-g7b76r-n5f7g2.c2F ax 701-776-6235Mp USA��Email: sates@yom ouarty www rua6vmfa_com IS09001 NTEA MRIDER VERIFICATION EnocnnNI