Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
150-99 RESOLUTION
• RESOLUTION NO 1 so -99 A RESOLUTION AWARDING BID NO. 99-81, ITEM NO. 1 TO SHIPLEY MOTOR COMPANY, IN THE AMOUNT OF $159,443 FOR PURCHASE OF A HEAVY DUTY TRUCK CAB & CHASSIS WITH MOUNTED SANITATION BODY. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS* ,Section 1. That the City Council hereby awards Bid No. 99-81, Item No. 1 to Shipley Motor Company, in the amount of $159,443 for purchase of a heavy duty truck cab & chassis with mount and sanitation body. A copy of the bid tabulation is attached hereto marked Exhibit "A" and made a part hereof. 1484D APPROVED thisZ day of December , 1999. i. . a • • ATTEST: By7 fC �ty Wo Heather Woodruff, City Clerk' APPROVE By 'red Hanna, Mayor 11/17/199,9 21:28 5015758241 • F 1 V IIBIHX3 FAYETTE PURCHASING 0 S r m S131100/4d 0 V • 71 e M S m 0 O O • O Sr c v C c x i v a o m 3 g A a; ~' O.c W V CI p pp O 0 p - v 7g e o 4a O O mo O •N1 d C Na + a a • p e + 0 O8 • b AZO 0 O O PAGE 01/01 DESCRIPTION: HEAVY DUTY CAB/CHASSIS TRUCK W(MOUNTED SANITATION BODY • STAFF REVIEW FORM XX AGENDA REQUEST CONTRACT REVIEW GRANT REVIEW For the Fayetteville City Council meeting of December 7, 1999 FRAM- • W.A.Oestreich Fleet Operations Administrative Services Name Division ACTION RP QT1TRRA • Acceptance of the lowest qualified Bidder meeting specifications for the purchase of a Heavy Duty Truck Cab & Chassis with Mounted Sanitation Body, Bid 99-81, Item #1. The vendor for this purchase will be Shipley Motor Co., P.O.Box 250, Lowell, AR 72745 (Vendor 1785). rnRT TA rTTY• Cost:$ 159,443.00 Trade Allowance: N/A Net Cost:$ 159,443.00 Department $ 159.443.00 Cost of this Request 9700-1920-5802.00 Account Number 98065 Project Number $ 798,866.00 Repl/Exp Sanitation Equip Category/Project Budget Category/Project Name $ 515,550.00 Vehicles & Equipment Funds Used To Date Program Name $ 283,316.00 Shop Remaining Balance Fund BUDG T REVIEW: Budget Coordinator XX Budgeted Item Budget Adjustment Attached Administrative Services Director CONTRACT/GRANT/LEASE REVIEW: Accou GRANTING AGENCY: u-17-97 Date ADA Coordinator Date .u.) Min -fl City Attorney Date \i ouc u - 11-11.99 Purchasing Officer Date QTAFF RRrOMMRNnATTAN• Internal Auditor Date Acc-stance of Bid 99-81 with the Authorization to Purchase Item #1. //, /7 Division Head Date Cross Reference Date J/,fq/9 Date ///y y Date New Item: Yes No Prev Ord/Res #:- Orig Contract Date: • . a STAFF REVIEW FORM Description: Approval of Purchase - Bid 99-81 Meeting Date: December 7. 1999 Comments: Budget Coordinator: Accounting Manager: City Attorney: Purchasing Officer: ADA Coordinator: Internal Auditor: Reference Comments: • CITY OF FAYETTEVILLE L11D3I J \ II 3 INTER -OFFICE MEMORANDUM TO: Peggy Vice, Purchasing Manager FROM: W. A. Oestreich, Fleet Operations Superintendent DATE: November 18, 1999 SUBJECT: RESPONSE TO BID 99-81 The following is forwarded for your information: Peterbilt of Springdale Springdale, AR: Dennis Martin current Sales Representative stated that the previous Rep had worked up the bid but did not follow through by sending it out to us. I had helped Mr. Rankin on several occasions to assist him in preparing his bid. He is no longer with Peterbilt. The Peterbilt chassis is in direct competition with the Mack. Ron Blackwell Truck Center Bentonville, AR: Cody Manus stated he could not prepare a spec that was suitable for an application with a refuse body that was a front loader. Sterling Trucks of Arkansas Little Rock, AR Don Robbins stated that the chassis that was available to him by the manufacturer was not compatible with a front loader sanitation body. This unit is a very specialized piece of equipment. We only have 1 authorized Distributor for this style body in our area. This is J & R Equipment of Oklahoma City. The only other dealer is located in Memphis and does not service Northwest Arkansas. • • CITY OF FAYETTEVILLE FLEE- CPE fl INTER -OFFICE MEMORANDUM TO: Mayor/City Council THRU: John Maguire, Administrative Services Director THRU: Peggy Vice, Purchasing Manager FROM: W. A. Oestreich, Fleet Operations Superintendent DATE: November 12, 1999 SUBJECT: BID AWARD RECOMMENDATION 99-81 Project #98067 Attached is the Agenda Request for the Award of Bid 99-81 to the lowest qualified bidder meeting specifications for the Heavy Duty Cab & Chassis with Mounted Sanitation Body scheduled for replacement equipment for utilization in the Solid Waste Division. The Vendor for this purchase will be Shipley Motor Co., P.O.Box 250, Lowell, AR 72745, Vendor #1785. This is a budgeted item for the calendar year 1999. The Bid Tabulation Sheet dated November 2, 1999, is included along with a copy of the formal bid that was sent to each of the vendors on the Bidders List attached. The item listed has been evaluated for compliance with original specifications along with anticipated Manufacturer and Dealer support necessary to maintain this unit in a proper and efficient manner. It has been with an objective attitude that this bid has been evaluated. This recommendation has been reviewed by Solid Waste Division, Fleet Operations Personnel and the Equipment Committee. Therefore, the following is submitted for purchase approval by the Council: ITEM 1. HD Cab & Chassis w/Mounted Sanitation Body ** Shipley Motor Co. 2000 Mack MR 688 S w/ Mounted Leach Body © $159,443.00. This bid was accepted due to the compliance with Specifications without variances and should provide units that will to be efficient, reliable and compatible to our operations. SUMMARY TO BE DELIVERED AS 1 COMPLETE UNIT: ITEM 1. Shipley Motor Co. 1 unit $159,443.00 TOTAL BID AWARD: 5159.443.00 The budgeted amount for these items is from the Shop Fund Capital Expenditures Program, Vehicles and Equipment, Replacement/Expansion Sanitation Vehicles & Equipment, 9700-1920- 5802.00 Project 98067. With the purchase of this unit at $159,443.00 a balance of $123,873.00 remains. • • NOTICE TO BIDDER BID NO. 99- 81 COMMODITY: HEAVY DUTY TRUCK CAB & CHASSIS WITH MOUNTED SANITATION BODY WITH THE SALE OR TRADE OF USED EQUIPMENT The City of Fayetteville, Arkansas will receive sealed bids at the Purchasing Office, City Hall, 113 W. Mountain Street, Fayetteville, Arkansas, 72701, until 11:00 A.M., NOVEMBER 2, 1999, for the fumishing of: COMMODITY: HEAVY DUTY TRUCK CAB & CHASSIS WITH MOUNTED SANITATION BODY WITH THE SALE OR TRADE OF USED EQUIPMENT LISTED BELOW: UNIT # 427 - 1991 MACK MR -688-S W/MOUNTED LEACH 2F 35 YARD FRONT LOAD SANITATION BODY VIN: 1M2K195C1MM002623 UNIT # 428 - 1991 MACK RD -688S W/MOUNTED LEACH 2RII 25 YARD REAR LOAD SANITATION BODY VIN: 1M2P2296C0MM010004 Bid forms and specifications for the units being purchased may be obtained from the Purchasing Office, located in Room 306, 3rd floor of the City Administration Building, 113 W. Mountain St., Fayetteville, AR 72701. Bid forms with terms and conditions for the units being offered for sale or trade may be obtained from the Purchasing Office, located in Room 306, 3rd floor of the City Administration Building. Provisions for inspection of Trade/Sale unit are a part of the Invitation to Bid The City reserves the right to reject any and all bids and to waive any formalities deemed to be in the City's best interest. Peggy Vice, Purchasing Officer CITY OF FAYETTEVILLE 113 W. Mountain St. Fayetteville, AR 72701 FLEET OPERATIONS 501-444-3494 INVITATION TO BID BID #: 99-81 DATE ISSUED: October 20, 1999 DATE & TIME OF OPENING: November 2, 1999 - 11:00 A.M. BUYER: Peggy Vice, Purchasing Manager, Room 306 - (501) 575-8289 DATE REQUIRED AS COMPLETE UNIT: 120 Days from Date of Order F.O.B. Fayetteville, AR ITEM: DESCRIPTION: *TOTAL QTY: * PRICE: 1. Heavy Duty Truck Cab & Chassis with mounted Sanitation Body per Item #1 of Specifications Attached 1 $ *GUARANTEED DELIVERY SCHEDULE: ITEMS 2 & 3 ARE OFFERED FOR EITHER SALE OR TRADE *PRICE: 2. 1991 Mack MR -688-S w/Mounted Leach 2F Front Load Sanitation Body VIN: 1 M2K195C1 MM002623 Current 130,XXX Miles Unit # 427 16. • • 3. 1991 Mack RD -688-S w/Mounted Leach 2RII Rear Load Sanitation Body VIN: 1 M2P2296C0MM010004 Current 117,XXX Miles Unit # 428 NOTE: ITEM 2 WILL NOT BE RELEASED PRIOR TO RECEIPT OF THE UNIT LISTED IN ITEM #1. ITEM 3 WILL BE RELEASED UP ACCEPTANCE OF BID BY THE CITY OF FAYETTEVILLE. *BIDDER IMPOSED RESTRICTIONS ON ITEMS 2 & 3 EXECUTION OF BID - Upon signing this Bid, the bidder certifies that they have read and agree to the requirements set forth in this bid proposal, including specifications, terms and standard conditions, and pertinent information regarding the articles being bid on, and agree to fumish these articles at the prices stated. Unsigned bids will be rejected. Items marked * are mandatory for consideration. *NAME OF FIRM: *BUSINESS ADDRESS: *CITY: *STATE: *ZIP: *PHONE: *FAX: *AUTHORIZED SIGNATURE: *TITLE: PLEASE NOTE: ALL ITEMS MARKED * ARE CONSIDERED MANDATORY REQUIREMENT FOR CONSIDERATION OF BID. FAILURE TO COMPLETE THESE ITEMS MAY RESULT IN REJECTION OF BID. BID 99-81 SPECIAL TERMS & CONDITIONS ITEM #1 THIS REQUEST FOR BID IS NOT TO BE CONSTRUED AS AN OFFER, A CONTRACT, OR A COMMITMENT OF ANY KIND; NOR DOES IT COMMIT THE CITY TO PAY ANY COSTS INCURRED BY THE BIDDER IN THE PREPARATION OF THIS BID. 1. All bids shall be submitted on forms provided by the City with the item bid and the bid number stated on the face of the sealed envelope. Bidders MUST provide the City with their bids signed by an employee or officer having legal authonty to submit bids on behalf of the bidder. The entire cost of preparing and providing responses shall be bome by the bidder. 2. Bidders shall include all applicable local, state, and federal sales tax in this bid. The responsibility of payment shall remain with the successful bidder. Tax amount MUST show as a separate item. 3. Bids received after the date and time set for receiving bids will NOT be considered. The City will NOT be responsible for misdirected bids. Vendor should call the Purchasing Office at (501) 575-8289 to insure receipt of their bid documents prior to opening date and time listed on the bid form. 4. The City reserves the right to accept or reject any or all bids, waive formalities in the bidding and make a bid award deemed to be in the best interest of the City. The City shall be able to purchase more or less than the quantity indicated subject to availability of funds. 5. Each bidder MUST state on the face of the bid form the anticipated number of days from the date of receipt of order for delivery of the completed units to the City of Fayetteville, Arkansas. 6. Time is specifically made of the essence of this contract and failure to deliver on or before the time specified in the contract may subject the contractor to the payment of damages. 7. All bid prices shall be FOB Fleet Operations, 1525 S. Happy Hollow Rd., Fayetteville, AR, 72701, and shall include all dealer preparation charges, labor, materials, overhead, profit, insurance, inspection fees, etc., to cover the fumishing of the unit/units bid. 8. Standard Manufacturers Warranty shall apply to each unit as specified. A copy of the applicable warranty MUST accompany the bid with any exception to the warranty clearly noted on the Bid Form. Warranty on accessories/equipment fumished by an after market vendor MUST be noted. 9. Any exceptions to the requirements of the City of Fayetteville MUST be noted on the Bid Form. If products and/or components other than those described on this bid document are proposed, the bidder must include complete descriptive literature and technical specifications. The City reserves the right to request any additional information it deems 3 • necessary from any or all bidders after the submission deadline. 10. Installation of Dealership/Distributorship Logo is PROHIBITED. 11. The completed unit delivered to the City of Fayetteville shall comply with all accepted commercial standards for materials and supplies which are new and unused except for normal testing and evaluation needed to prior to release for delivery. 11. All items marked "MANDATORY REQUIREMENT FOR CONSIDERATION OF BID" MUST be completed and retumed with the bid or the bid may be considered as non- responsive and rejected on that basis. 12. Parts and Service Manuals shall be provided to cover the Chassis, Power train, Body and any modifications to production items. 13. A training session shall be provided at a City of Fayetteville Facility to familiarize City Employees with the operational and maintenance needs of any special equipment furnished. ADDITIONAL TERMS AND CONDITIONS SALE ITEMS ONLY ITEMS # 2 & 3 1. All bids shall be submitted on forms provided by the City. 2. Bids received after the date and time set for receiving bids will not be considered. 3. The City reserves the right to accept or reject any or all bids, waive formalities in the bidding and make a bid award deemed to be in the best interest of the City. 4. The City assumes no responsibility for the safety of the Bidder during inspection of the item listed herein. 5. The items listed will be sold "AS IS -WHERE IS" with no warranty either express or implied. Arrangements for inspection may be made by appointment with Fayetteville Fleet Operations Division, 1525 S. Happy Hollow Road, Fayetteville, AR., 501-444-3494 & 501- 444-3496, between 9:00 A.M. and 4:00 P.M. MONDAY, OCTOBER 25, 1999 AND FRIDAY, OCTOBER 29, 1999 AND MONDAY , NOVEMBER 1, 1999. 7. Questions regarding these items may be directed to the Fleet Operations Division, 1525 S. Happy Hollow Road, Fayetteville, AR., 72701 501-444-3494 & 501-444-3496 8. Notification of bid award will not be made prior to proper approval of the acceptance of this bid by the City. Therefore, the following provisions for payment and possession are contingent on required approval by the City of Fayetteville. A. Payment for the item/items listed herein shall be made after notification of bid award and prior to release of the item/items awarded. 4 B. Removal of the item/items listed herein awarded to the successful bidder shall be the sole responsibility of said successful bidder. 9. The item bid and the bid number shall be stated on the face of the sealed bid envelope. BID#99-81 BASIC SPECIFICATIONS HEAVY DUTY TRUCK CAB/CHASSIS WITH SANITATION BODY General Specification Requirements are as follows for an HEAVY DUTY TRUCK CAB/CHASSIS WITH SANITATION BODY. These are MINIMUM SPECIFICATIONS ONLY and are not limited or restricted to the following ALL UPGRADE OR DOWNGRADE VARIATIONS/DEVIATIONS/SUBSTITUTIONS MUST BE CLEARLY ANNOTATED. IN THE ABSENCE OF SUCH STATEMENTS, THE BID SHALL BE ACCEPTED AS IN STRICT COMPLIANCE WITH ALL TERMS, CONDITIONS, AND SPECIFICATIONS AND THE SUPPLIER SHALL BE HELD LIABLE. Alternates will be considered provided each Supplier clearly states on the face of his proposal exactly what he proposes to furnish and forwards necessary descriptive material which will clearly indicate the character of the article covered by his bid. All Bids are subject to Staff analysis. Fleet standardization requirements, replacement parts availability, warranty service availability and Manufacturer/Distributor/Dealer Field support of operational units will be considered. All vehicles/equipment shall be new and unused and of the Manufacturers Current Model Year and shall include all standard equipment as advertised by the Manufacturer. All vehicles and equipment listed herein shall comply with applicable Federal and State Safety/Emission/Pollution Control Requirements in effect at time of delivery. Standard Manufacturer's Warranty shall be furnished. Minimum Warranty period shall be no less than 1 year. Field demonstrations of currently operational units which are offered as a substitute, variation, or deviation may be required as part of Staff analysis at the option of Staff members or other qualified interested parties. Properly documented referrals may be required of vendors which allows field evaluation of units in a comparable operational area ANY BIDDER, WHETHER A MANUFACTURER OR DESIGNATED DEALER, WHO CAN PROVIDE MATERIALS , FEATURES OR OPTIONS TO MEET THE SPECIFICATIONS • • • OUTLINED HEREIN AND WILFULLY FAILS TO DO SO BECAUSE OF PRICE OR TO GAIN A PRICING ADVANTAGE IN A COMPETITIVE BID SITUATION WILL BE DEEMED NON- RESPONSIVE. ANY FURTHER CONSIDERATION OF THEIR BID SUBMISSION WILL NOT BE CONSIDERED. SHOULD THEIR CURRENT LITERATURE OR PRICE LISTS FOR MATERIALS, FEATURES, OR OPTIONS INDICATE THEIR ABILITY TO PROVIDE SAME TO MEET THESE SPECIFICATIONS, AND THEY FAIL TO DO SO, THEY WILL BE DEEMED NON-RESPONSIVE AND DECLARED INELIGIBLE TO RECEIVE THE AWARD FOR THE UNIT SPECIFIED. FINALLY, ANY CLAIMS THAT AN ITEM BID EXCEEDS THE STATED SPECIFICATION MUST BE DEMONSTRATED IN A PERFORMANCE DEMONSTRATION IN DIRECT COMPETITION WITH OTHER UNITS BID BY OTHER MANUFACTURERS PRIOR TO AN AWARD OR THE BID WILL BE DEEMED UNRESPONSIVE FOR FAILURE TO SUBSTANTIATE THE CLAIM. The City of Fayetteville reserves the right to accept the best bid for the City, and is not required to accept the lowest priced bid. The City also reserves the right to reject any or all bids and will be the sole judge of what comprises the best and most advantageous units to meet the needs of the City. GENERAL PROVISIONS AND REQUIREMENTS 1. GENERAL It is the intent and purpose of these specifications to secure for the purchaser the necessary equipment and accessories which will be capable of performing in a safe, practical and efficient manner consistent with accepted commercial standards. 2 MATERIALS AND WORKMANSHIP All equipment, materials and workmanship shall be of the highest grade in accordance with modern practice . The equipment supplied will be new and unused except for the necessary testing, calibration and transportation 3. WARRANTY All items furnished in accordance with these specifications shall be covered by the manufacturer's and/or suppliers standard warranty or guarantee on new equipment. The minimum warranty period on new equipment must be one year. 4. PARTS AND SERVICE To best service the requirements of the purchaser, it is the intent of these specifications to secure equipment, which can be properly maintained and serviced without the necessity of stocking an expensive parts inventory or being subjected to long periods of interrupted service due to the lack of spare parts. All suppliers submitting proposals must have available a stocked parts and service facility capable of meeting the needs of the City for the equipment listed herein for all warranty requirements in addition to normal maintenance for the life of the unit. Response to parts and service requests shall be completed in a satisfactory manner within 24 hours. The facility shall be staffed with full time technical personnel, as well as order and shipping personnel, during regular business hours and days. ITEM 1. HEAVY DUTY TRUCK CHASSIS WITH MOUNTED FRONT LOADER STYLE WASTE DISPOSAL BODY COMPLIANCE WITH APPLICABLE FMVSS SUPERSEDES REQUIREMENTS AS LISTED BELOW. MINIMUM SPECIFICATIONS ONLY BODY STYLE: Low Cab Forward Cab/Chassis WHEELBASE. As Required to conform to requirements of Body listed below. CAB/AXLE DIMENSION: As Required to conform to requirements of Body listed below. DIESEL ENGINE 6 CYL. MINIMUM ONLY: 728 C.I.D. Displacement, 350 H.P. © 1800 R.P.M., 1360 lb -ft Torque @ 1200 R.P.M.-120 Volt 1500 Watt Engine Block Heater, Dry Type Air Cleaner with Restriction Indicator, Automatic Warning System with Automatic Shut Down, Spin -On Fuel Filters, Air to Air Intercooler, key type shut off, under frame exhaust. MANDATORY REQUIREMENT FOR CONSIDERATION. PLEASE STATE: MANUFACTURER: MODEL DESIGNATION: C.I.D. DISPLACEMENT: H.P RATING: R.P.M. TORQUE RATING: @ R P.M. TRANSMISSION: 6 Speed Automatic Allison HD -4060P-6 with External Auxiliary Cooler, Replaceable element Oil Filter, Output Retarder, Oil Level Sensor, Rear Support, Remote Shift Selector, Power Take off drive provision as required by body listed. 7 GVW RATING: FRAME 82,000 LBS 13.25" X 3.25" X .3125 Steel Combined Rating w/1/4" inside channel reinforcement Section Modulus 26.06 cu.in./RBM 2,870,000 in Ib per rail. AXLES TANDEM DRIVE INTERMEDIATE. 46,000 LB. Cap 4.17 Ratio - Mack Tandem Model S- 462 or equal, with Camelback anti -sway Suspension or equal, Bronze Trunnion Bushings with Transverse Torque Rod. 18,000 LB. Cap. Spring lift/Air down with manual control and air gauge mounted in an easily accessible location for the driver. FRONT: 20,000 LB. Cap. Model FAW-20 Multi Leaf Spring Suspension ALTERNATOR: 110 AMP. BATTERIES: 4 - Group 31 - 2600 CCA. w/Steel Box FUEL SYSTEM: 70 Gal. Cap Steel Tank COOLING SYSTEM: 1050 Sq. In. 3 Row Core Radiator, Silicone Hoses, Filter/Conditioner. STEERING. 592S Shepard Integral Hydraulic Power Assist 20.1:1 Ratio WHEELS & RADIO: TIRES: 8.25" Steel Disc 10 Hole Budd Type With 11-24.5 G-124 Goodyear Steel Belt Radial Tires on Drive Wheels and Intermediate axle, 12.25" Aluminum Disc 10 Hole Budd with 425/65R22.5 G-286 Goodyear Steel Belt Radial Tires on Steer Axles with necessary Ply Rating and Load Range Rating to be compatible with required GVW. Steel Belt Radial Tires of necessary Ply Rating and Load Range Rating to be compatible with required GVW. O.E.M. AM/FM FLOOR COVERING: Non -Skid Vinyl/Rubber SEAT: CAB: H.D Vinyl High Back Air Ride Drivers Seat, Low Back Stationary Passenger Seat. Standard Manufacturers Current Model Year, Equipped with O.E.M. Heater and Air Conditioner capable of maintaining sufficient temperature control and air flow for operator comfort. COLOR: EXTERIOR -White Urethane - with Clear Coat INTERIOR - Grey WIPERS: 2 Speed Intermittent MIRRORS: Left/Right Heated West Coast Style, with 4" Convex Spot Mirrors Arm Mounted above and below the standard mirrors. GLASS: Tinted, Maximum Glass area offered by the Manufacturer shall be made available, including Visibility Window in Right Hand Door. BRAKE SYSTEM Bendix 13.2 CFM Compressor or equal. S -Cam 16-1/2" X 5" Front, S -Cam 16-1/2" X 7" Rear, 4 Rear Spring Style Parking Brake Chambers, Heated Air Drier. SAFETY EQUIPMENT: Electronic Back -Up Alarm, 7 Marker Lamps, Front Tow Hooks, Dual Air Horns, 3 Point Retractable Seat Belts, Interior Sun Visor -Both Sides, Manual Reset Circuit Breakers, Skid Plate under Radiator. 30 CUBIC YARD FRONT LOADING BODY It is the intent of these specifications to describe the minimum requirements for a refuse collection body of the front loading, full eject design. The capacity of the refuse body shall be 30 cubic yards. The refuse body described herein shall meet the minimum specifications that follow. All bidders shall attach a statement that the unit offered meets the specifications exactly, exceeds, or list any exceptions fully and accurately. Features which are regularly furnished as standard with this unit shall be furnished by the successful bidder. The body shall conform in strength, quality of material and workmanship to that provided by the best manufacturing and engmeenng practices of the industry. 9 • • The bidder shall represent by his bid that all equipment bid is new and unused. It is required that the unit as specified herein, shall be completely assembled, painted, and ready for operation. If exception is taken, bidder must explain. (Use separate page if necessary.) I. GENERAL 1. Refuse body to include the tailgate capacity to be a minimum of 30 cubic yards capacity, exclusive of hopper area. 2 Packer body must meet all applicable ANSI Safety standards. MANDATORY REQUIREMENT FOR CONSIDERATION. COMPLY AS PER MINIMUM SPECIFICATIONS STATED. DEVIATIONSNARIATIONS/SUBSTITUTIONS LISTED AS FOLLOWS: II. BODY 1. The body sides to be curved in the lower section, including the hopper, with a vertical upper side section. Body sides to be constructed of minimum 10 GA 80,000 PSI steel, upper vertical portion and 3/16" 80,000 PSI lower curved portion. 2 The lower hopper sides are to be curved with a vertical upper section. The hopper sides are to be constructed of a minimum 10 GA 80,000 PSI steel upper vertical portion and 3/16' 80,000 PSI steel lower curved portion. 3. Body must utilize a full length longitudinal center floor trough design as the main structural member. The floor trough is to be constructed of minimum 5/16' 80,000 PSI steel. The floor trough shall also provide 350 gallon liquid sump capacity. 10 4. Body roof to be a curved design and constructed of a minimum 3/16"- 80,000 PSI steel. Two (2) longitudinal support channels must be supplied to reinforce roof sheet. Anti slip material is to be applied to roof from back of hopper opening to the tailgate hinge area. 5. Hopper to have a minimum usable capacity of 10 cubic yards. 6. The hopper top opening shall be minimum 82" wide x 101" long. 7. Flat floor designs utilizing fabricated substructures are not acceptable. 8. Load discharge to be full ejection type. Dump style ejection is not acceptable. 9. The hopper and body sides must be of the same contour. Vertical side hopper walls joined to curved shape bodies are not acceptable. 10. Continuous weld construction is required. 11. An open bottom track design side door is to be furnished as standard. 12 A top, front to rear (hopper and body), brush guard must be incorporated to prevent brush from catching on irregular structural members. MANDATORY REQUIREMENT FOR CONSIDERATION. COMPLY AS PER MINIMUM SPECIFICATIONS STATED. DEVIATIONSNARIATIONS/SUBSTITUTIONS LISTED AS FOLLOWS: III. LIFT ARMS 1. The lift arms shall be 3" x 10", variable section to optimize weight and strength, full welded and reinforced steel box construction with a rated lifting capacity of 8,000 LB (container and payload); sides 80,000 PSI; bars 50,000 PSI steel. 11 2 The lift arms shall be hydraulically actuated with two 4-1/2" diameter x 42.00 stroke double acting cylinders. The lift arm cylinder shall have chrome plated and induction hardened rods and shall have a built-in deceleration feature. Lift arm deceleration valves actuated external to the lift arm cylinders are not acceptable. 3. The lift arms shall be bolted to the torque tube and be interchangeable with each other. The torque tube shall be minimum 4-1/2" outside diameter with a wall and constructed of 50,000 PSI steel. 4. The lift arm assembly torque tube shall be bolted to the body through two 6-1/2" wide cast steel split bearing housings with bronze split bearings. The split bearings shall be cross grooved to ensure complete surface lubrication. The split bearings shall completely encompass the 4-1/2" torque tube and be field replaceable 5 Fully adjustable and replaceable rubber lift arm stops shall be mounted on each side of the body. 6. The lift arms shall not obstruct or interfere with the opening of the truck cab doors on either side at any time during the dump cycle. 7. The entire lift arm assembly shall be removable for field servicing. 8. All pivot points to incorporate replaceable bronze bushings with lubrication fittings. MANDATORY REQUIREMENT FOR CONSIDERATION. COMPLY AS PER MINIMUM SPECIFICATIONS STATED. DEVIATIONSNARIATIONS/SUBSTITUTIONS LISTED AS FOLLOWS: 12 [1 • IV.FRONT END LOADER: 1. Lift capacity 8,000 lbs. minimum. The truck mounted hydraulic front end loader must be of the single point, vertical acting, triangular coupler type. The triangular coupling method provided shall permit the truck driver -operator to couple containers that are up to thirty (30) degrees out of axial alignment with the truck chassis and also permit a lateral misalignment of not less than ten (10) inches left or right of the centerline of the container. The front end loader must be able to handle individual container in sizes ranging from ½ cubic yard through 8 cubic yards capacity. The loader shall be so designed that no part of any size container, as mentioned above, shall come into contact with the truck cab or hood when raising or lowering the container regardless of the tilt position of the container when coupled to the front end loader through any portion of the loader's hoisting and lowering arc. A Safety Windshield Guard with Ladder shall be provided to prevent damage in event of container failure. The front loader must be so designed as to permit complete access to the truck engine regardless of the loader position. The front loader shall be capable of handling containers on or off loading docks that are up to fifty-four (54) inches in height above ground level without special attachments or adjustments. The loader boom arms are to be of a box type construction and hydraulically actuated for raising and lowering by means of 2 double-acting cylinders. Automatic Container locking devices shall be furnished to operate on initiation of lift cycle, and release at completion of cycle. 2. One Tilt Triangle constructed of flame cut steel shall be mounted on the front square torque tube. 3. The front torque tube shall be minimum 4" square tubing with a 5/16" wall and be constructed of 80,000 PSI steel. 4. All pivot points to incorporate replaceable bronze bushings with lubrication fittings. MANDATORY REQUIREMENT FOR CONSIDERATION. COMPLY AS PER MINIMUM SPECIFICATIONS STATED. DEVIATIONSNARIATIONS/SUBSTITUTIONS LISTED AS FOLLOWS: 13 . . . V. CAB GUARD 1. A full length one piece cab guard shall be furnished with handles and "Grip Strut" material for operator convenience. Partial hinge type guards requiring the operator to tilt part of guard is not acceptable. MANDATORY REQUIREMENT FOR CONSIDERATION. COMPLY AS PER MINIMUM SPECIFICATIONS STATED. DEVIATIONSNARIATIONS/SUBSTITUTIONS LISTED AS FOLLOWS: VI. TOP DOOR 1. A hydraulically actuated one-piece sliding top door shall be provided to cover the hopper opening. 2. The top door cylinder shall be minimum 2-1/2" diameter x 98" stroke, double acting, and have a chrome plated rod. 3. The sliding top door shall be constructed of 12 gauge steel and reinforced with steel. The sliding top door shall operate in a track integral in the fixed side shields. The top door shall slide in the track on replaceable hi -density Polyethylene shoes. Steel on steel slides are not acceptable. 4. The sliding top door shall be operator -controlled from within the cab. MANDATORY REQUIREMENT FOR CONSIDERATION. COMPLY AS PER MINIMUM SPECIFICATIONS STATED. DEVIATIONSNARIATIONS/SUBSTITUTIONS LISTED AS FOLLOWS: 14 VII. REAR DOOR 1. The rear door shall be curved to direct material flow upward during compaction and ensure the body fills completely. 2. The rear door shall be constructed of minimum 10 gauge 50,000 PSI steel. 3. The rear door shall be attached to the body with two heavy duty cast.steel hinges with heavy duty 1-1/2" chrome plated diameter hinge pins. 4. The rear door shall incorporate a triple lip seal to prevent leakage. The seal shall be a replaceable compression type seal attached to the rear door and extend across the bottom full width of the door and -36" up the sides. Pneumatic inflated rear door seals are not acceptable. 5. The rear door shall be automatically latched and unlatched in sequence with the rear door hydraulic lift cylinders. The latch hook shall be constructed of high strength 1" flame cut steel and latch onto a fully adjustable hardened latch block. Rear doors that slide upward before unlatching are not acceptable. 6. The rear door shall be hydraulically actuated from within the cab by two 3" diameter bore x 28.62" stroke double acting cylinders with chrome plated rods. Cylinder design shall prevent the rapid descent of the rear door. 7. A Federal Motor Carrier approved under ride guard shall be furnished. The under ride guard shall be bolted to the bottom of the rear door so it is clear of all refuse during load ejection. MANDATORY REQUIREMENT FOR CONSIDERATION. COMPLY AS PER MINIMUM SPECIFICATIONS STATED. DEVIATIONSNARIATIONS/SUBSTITUTIONS LISTED AS FOLLOWS: 15 VIII. PACKER/EJECTION PANEL 1. A hydraulically activated panel shall rapidly clear the hopper of refuse (auto -pack), compacting refuse in the body. Under operator control the panel must be able to compact refuse and eject the load. These functions shall be operator controlled from within the cab. 2. The packer/ejection panel shall be constructed of 10 GA AR200 steel upper and middle face sheets and 5/16" 80,000 PSI lower face sheet. The entire panel shall be supported and reinforced by vertical and horizontal box sections ribs. 3. The packing/ejection panel shall be supported on eight non-metallic, self-lubricating, "TIVAR 90" UHMW guide shoes. The guide shoes shall be replaceable without removing the packer/ejection Panel. The upper shoes shall be 1" X 3" X 24", and the lower shoes shall be 1-1/4" X 6" X 24". The guide shoes shall ride in 80,000 PSI steel guide channels which are integral with the body sides for extra strength. Parallel to the guide channels are 1/4" AR400 steel floor sheets to provide back-up as the'Tivar 90" wears down. 4. The packing/ejection panel shall incorporate "UHMW" wear strips, sides and bottom, which allow for minimal clearance between the panel and the body structure. Wear strips must be replaceable. Packing/ejection panels that do not have the wear strips are not acceptable. 5. The packing/ejection panel shall be operated by two horizontal mounted "crisscross" hydraulic cylinders. These cylinders shall be 3 stage telescopic, 6-1/4" x 5-1/4" x 4- 1/4" bore, double acting, with chrome plated rods. The lower cylinder shall be mounted a minimum of 10" above the floor trough to prevent rod damage from debris. Both cylinders shall incorporate spherical bearings at each end to prevent side loading. 6. Packing force for the largest cylinder stage as applied to the vertical portion of the pack panel during max system pressure on large stage of pack cylinders shall be: Force: 173,811 lbs. 7. Full eject operation not to exceed 45 seconds. r� MANDATORY REQUIREMENT FOR CONSIDERATION. COMPLY AS PER MINIMUM SPECIFICATIONS STATED. DEVIATIONSNARIATIONS/SUBSTITUTIONS LISTED AS FOLLOWS: IX. HYDRAULIC SYSTEM I. The hydraulic system maximum operating pressure shall be 3000 PSI. 2. Hot Shift style with controls located in a convenient location for the driver with adequate indication of operation. Power take off and hydraulic system to furnish hydraulic power for operating both loader and packer body. Hydraulic pump capacity: 50 GPM. System Operating Pressure: 3000 PSI. Seamless Steel tubing shall be provided of 3000 PSI Working Pressure and 9000 PSI burst pressure with SAE straight thread and O -Ring face seal brazed to tubing. 3. Hydraulic system shall use seamless steel tubing mounted to the body and secured with cushioned clamps. Tubing and valves mounted in the chassis frame are not acceptable. Flared 37 degree style fittings are not acceptable on high pressure lines. 4. All hydraulic high pressure flexible hoses shall have a 3000 PSI working pressure and a 12,000 PSI minimum burst pressure. All body hoses must incorporate nylon "jacket" style hose guards. 5. The hydraulic oil reservoir shall have a minimum capacity of 40 gallons and be located on the street side. Mounting to the body floor only. Reservoirs attached to the chassis frame are not acceptable. It shall have an oil level site gauge visible from the ground, an oil filler breather cap, and a suction line shut-off valve. Hydraulic filtration shall include a 141 micron suction externally mounted line strainer with built in by-pass and an 8-10 micron in -tank filter with a by-pass valve and visual indicator. 6. The main control valve bank shall be accessible without raising the body and incorporate the main relief valve. This valve is to be sealed at a maximum pressure setting of 3,000 PSI. 17 7. The packleject circuit must have a'dump valve" that allows hydraulic oil to flow directly to the reservoir during the return of the packleject cylinders. MANDATORY REQUIREMENT FOR CONSIDERATION. COMPLY AS PER MINIMUM SPECIFICATIONS STATED. DEVIATIONSNARIATIONS/SUBSTITUTIONS LISTED AS FOLLOWS: X. CONTROLS 1. Controls for operation of all hydraulic functions shall be located in the cab, within easy access to the operator. 2.. All the controls Shall be pneumatic and a joystick actuator must control the arm and triangle fork functions. All controls shall be clearly labeled to indicate function. These controls will actuate the following: Triangle tilt control (joystick control) Lift arm control (joystick control) Packing/ejection control Top door control Rear door control 3. A manifold pneumatic circuit board must be utilized to minimize air lines and fittings. All pneumatic valves mounted to this manifold must be able to be removed and replaced without removing air lines. • C 4. All air lines are to be color coded for ease of tracing during maintenance. 5. A separate joystick control box is to be supplied so placement is convenient for the operator. An adjustable arm rest shall be supplied in conjunction with the air joystick control for operator comfort. 6. The control function shall include indicator lights positioned in full view of the operator. These indicator lights will include: a. Hopper door partially closed - yellow b. Hopper door fully open - green c. Packer panel partially extended - yellow d. Packer panel home - green e. Rear door ajar - red f. Lift arms above body - red g. System test - yellow h. Top door closed - red I. Pump on - red MANDATORY REQUIREMENT FOR CONSIDERATION. COMPLY AS PER MINIMUM SPECIFICATIONS STATED. DEVIATIONS/VARIATIONS/SUBSTITUTIONS LISTED AS FOLLOWS: W XI.CYCLE TIMES 1. Cycle times for the following functions shall be maximum as listed based on 50 GPM Pump Output: a. Lift arms up and down: 13 seconds b. Sliding top door open/close; 21 seconds c. Packer to clear hopper & return: 26 seconds d. Load ejection and return: 52 seconds MANDATORY REQUIREMENT FOR CONSIDERATION. COMPLY AS PER MINIMUM SPECIFICATIONS STATED. DEVIATIONSNARIATIONS/SUBSTITUTIONS LISTED AS FOLLOWS: XII. BODY LIGHTING AND WIRING 1. Body lighting must comply with FMVSS 108 regulations. 2. For maximum visibility, a light panel above the tailgate must also be provided, consisting of two 4" red stop/tail lights, two 4" amber turn signal lights, three individual I.D. lights, and one license plate bracket with light. All lights to be grommet mounted except the license plate light. The light panel is to have an integral junction box for all tailgate wiring connections. 3. All crimp style wire connectors outside of cab are to be of the heat shrink design to ensure moisture resistant connections. 4. All electrical junction boxes must be weatherproof utilizing gasket seals. 20 . . . S 5. All wiring to be color coded and numbered. 6. All body wiring shall be enclosed in a sealed plastic loom with the exception of the body to tailgate wiring where a rubber clamped hose must be utilized versus loom. All wiring shall be color coded and numbered. 7. Circuit breakers versus fuses must be used and housed in sealed, weatherproof boxes. 8. Proximity switches must be used instead of contact style switches. MANDATORY REQUIREMENT FOR CONSIDERATION. COMPLY AS PER MINIMUM SPECIFICATIONS STATED. DEVIATIONSNARIATIONS/SUBSTITUTIONS LISTED AS FOLLOWS: XIII. BODY PAINTING: 1. Unit must be shot blasted before primer is applied. 2. All burrs and rough areas are to be ground off. 3. All body surfaces to be washed with a phosphorous based steam cleaning solution. 4. A coat of 2 -part epoxy primer is to be applied and must be rust inhibiting. 5. A high gloss two part polyurethane top coat of white color is to be applied. MANDATORY REQUIREMENT FOR CONSIDERATION. COMPLY AS PER MINIMUM SPECIFICATIONS STATED. 21 I DEVIATIONSNARIATIONS/SUBSTITUTIONS LISTED AS FOLLOWS: XIV. BODY MOUNTING 1. Mounting is to be done at the factory of the body manufacturer. 2. Factory mounting to incorporate a rear pivot assembly and front spring loaded brackets. Two, one each side, lateral restraints with wear plates on the chassis frame must be supplied. MANDATORY REQUIREMENT FOR CONSIDERATION. COMPLY AS PER MINIMUM SPECIFICATIONS STATED. DEVIATIONSNARIATIONS/SUBSTITUTIONS LISTED AS FOLLOWS: 22 • C1 BIDDERS UST HEAVY DUTY TRUCK CHASSIS RON BLACKWELL FORD TRUCK CENTER P.O.BOX 608 BENTONVILLE, AR 72712 ATTN: CODY MANUS 501-756-9461 2. OZARK TRUCK SALES P.O. BOX 6247 SPRINGDALE, AR 72766 501-756-1200 3. BELL INTERNATIONAL, INC. P.O.BOX 25 SPRINGDALE, AR 72764 800-477-7436 4. SHIPLEY MOTOR EQUIPMENT CO. P.O.BOX 250 LOWELL, AR 72745 Attn: Jim Lollis 501-631-7653 FAX: 501-770-0146 5. Sterling Trucks of Arkansas, Inc. 7200 S. University Ave Little Rock, AR 72209 Attn: Don Robbins 877-977-2030 FAX: 501-562-1292 6. Tulsa Truck P.O.Box 9546 Tulsa, OK 74157 Attn: Lee Sawin, Jr. 800-375-4979 7. Peterbilt of Springdale P.O.Box 6310 Springdale, AR 72766 Attn: Bil Rankin 800.825-7383 FAX: 501-361-2128 8. Northwest Arkansas Truck & Equip., Inc. P.O.Box 89 Springdale, AR 72765 Attn: Tim McConnell 800-495-4551 FAX: 501-751-0836 n BIDDERS LIST SALE ITEMS CULVER TRUCK SALES P.O.BOX 21 GREENLAND, AR 72737 501-521-2870 2 Elliott Equipment Co. 3100 W. 76th Street Davenport, Iowa 52806 Attn: Phil Mien 800-786-4841 FAX 319-391-8823 3. Abdul Waheed 8403 E. 98TH TERRACE KANSAS CITY, MO 64134 816-765-0707 FAX -SAME- 4. WARFORD AUTO WRECKERS INC. PUMP STATION ROAD FAYETTEVILLE, AR 72701 5. DARREL MEREDITH TRUCK SALES 1749 S. SCHOOL FAYETTEVILLE, AR 72701 6. Auto Wholesalers P.O.Box 445 Hollidaysburg, PA 16648 814696.4343 Fax 814-696-1324 7. Meuser Heavy Equipment 4100 S. Hiway 7IB Springdale, AR 72764 SOI-751-0680 8. CHICAGO MOTORS INC. 2553 WEST CHICAGO AYE. CHICAGO, ILLINOIS 60622 Attn: ANIS GHANIWALA 312-235.6500 (800-942-0005) FAX 312-235-0532 9. GCDC, INC. P.O.BOX 15158 FORT LAUDERDALE, FL 33318 ATTN: ALEX ZAGRUZNY 954.792.777 FAX 954.792.7050 . • . 10. AMI AUTO BROKER 16329 CENTER POINT GROVER, MO 63040 314-458.1380 II. ATLAS AUTO LEASING 750 E. IRVING BLVD. IRVING, TEXAS 75060 972-5541117 I2. Ralph J. Bell 151 N Platinum Drive Apt I Fayetteville, AR 72701 501.973.2754 13. DUDE SURPLUS EQUIPMENT P.O.BOX 8507 ALEXANDRIA, LOUISIANA 71306 ATTN: KENNETH MCKAY 318-765-3068 FAX318-765-9312 14. WHITTLE TRUCK SALES P.O.BOX 7061 SPRINGDALE, AR 72766 ATTN: RICK WHITTLE 501-750-9410 IS. CENTRAL OKLAHOMA POLICE SUPPLY 1329 N. HARRISON SHAWNEE, OK 74810 ATTN: CHRIS HURLEY 800-259-7177 405-275-7177 16. Trucks & Parts of Tampa 1015 S. 50th St Tampa, FL 33619 800.488-8889 Ann: Bruce Goldenberg 17. Dale Frederick 6537 Huntsville Rd. Fayetteville, AR 72701 18. Al Coakley 2761Boxwood Fayetteville, AR 72703 19. Mountain Creek Real Estate Co. P.O.Box 520 Huntsville, AR 72740 Attn: Bill G. Cotton 501-456-2547 Fax 501-738-6262 20. Raymond E. Purser P.O.Box 1489 Huntsville, AR 72740 501-738-6420 21. SRC Services Corp. 18603 E. Hwy. 412 Springdale, AR 72764 Ann: James Dudley 501-7SI-4001 Fax 303-688-1372 22 ILPolice Cars Unlimited P.O.Box 770893 Woodside, NY 11377 Attn: Tammy 23. Reeder Simco Truck Center, Inc. 3421 South Zero Fort Smith, AR 72908 Attn: Ken Plemmons 800-643-2013 Fax 501-646-0533 2 . Vicki Kaufman 841 Lola lane Fayetteville, AR 72701 25. Hancock Farms Equipment & Supply 290 East Main - Hwy 62 Farmington, AR 72730 Attn: Brad Hancock 501-267-3685 26. AG Products 2525 W. Broadway Phoenix *1 85041 602-268-8707 27. Methvin Sanitation, Inc. Rte.I-Box271D Lead Hill, AR 72644 Attn: Mark Methvin 870.436.8095 28. Gary L Cooper Rte. I- Box 356 Prairie Grove, AR 72753 501.761.3686 501.761.3348 29. Fayetteville Tree Service P.O. Box 376 West Forky AR 72774 Attn: Ken Rogers 501.575.0977 501.443.5407 30. Don Lee Harding 113 Lark Lane Farmington, AR 72730 501.267.2428 31. J. Hall Wood 919 Janelle Fayetteville, AR 72701 32. Travis Dotson Rt. I - Box 21 Wesley, AR 72773 501.456.2678 33. Bush Machinery Inc. P.O.Box 880 Blue Springs, MO 64013 800.443.6415 FAX 816.229.9800 34. Unlimited Resources Corporation Highway 63 South Route 1, Box 25E Cairo, MO 65239 800.423.9062 FAX 660.263.1185 Aft: Harold Reisch 35. Lawrence Motors P.O.Box 472 Morton Grove, IL 60053 773.693.2060 FAX 773.693.9560 Ate Lawrence Van De Walle Email: lawrencemotors@hotmail.com 36.. wAsia Motors, Inc. 1659 W. Grand Ave. Chicago, IL 60622 312.733.1777 (888.741.1777) FAX 312.733.1745 0 Unit # Type Yr. Mdl. Life Cost Replacement M & O Min. Mo. 4COM PROPOSED FRT LOAD 2000 8 $159,443.00 $2,026.25 $1,265.41 $3,291.66 FAYETTEtILLE THE CITY OF FAYETTEVILLE, ARKANSAS DEPARTMENTAL CORRESPONDE To: Bill Oestreich, Fleet Operations From: Heather Woodruff, City Clerk Date: December 13, 1999 Attached is a copy of the resolution awarding bid 99-81 to Shipley Motor Company for your records. The original will be microfilmed and filed with the City Clerk. cc. Rena Williams, Purchasing Yolanda Fields, Internal Auditor