Loading...
HomeMy WebLinkAbout137-00 RESOLUTIONRESOLUTION NO. 137-00 �ij'l C k' Q'?''_W EC A RESOLUTION AWARDING BID NO. 00-66 IN THE AMOUNT OF $68,908 TO RON BLACKWELL FORD FOR THE PURCHASE OF ONE CAB/CHASSIS WITH MOUNTED UTILITY BODY AND LIFT. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1. That the City Council hereby awards Bid No. 00-66 in the amount of $68,908 to Ron Blackwell Ford for the purchase of one cab/chassis with mounted utility body and lift. A copy of the bid tabulation is attached hereto marked Exhibit "A" and made a part hereof. PASSED AND APPROVED this 17th day of October , 2000. APPROVED By: Fid Hanna, Mayor ATTEST: By: "it���4�c f r Woodruff, City Cle NAME OF FILE: CROSS REFERENCE: • >.r ety),: 4. /37 O D Date Contents of File Initials le -/1 -Do ,p„f.A x37 Oo /DAS6o _ y>yr. ti �iQ�� dz v EXHIBIT A O, O N O {V N fV m m a m n 8i w w c m W O fG o w an r LL IG N 6F Z GI P F U • • zJroR INVITATION TO BID BID 00-69 # DATE ISSUED: Sept. 18, 2000 DATE AND TIME September OF OPENING: 28, 2000 at 11:00 a.m. BUYER: City of Fayetteville, AR 30 DATE DAYS REQUIRED: ARO F. Fayetteville, 0 B. AR BUYER'S (501) 575 PHONE 8289 # Normal GUARANTEED IBM delivery DELIVERY DATE: is 30 days afterPO. ITEM # DESCRIPTION QUANTITY UNIT PRICE TOTAL 1 Per Please requested bid RESTRICTIONS TO document. THE Attached indicate in BID the Specifications MUST pricing body OR BE of EXCEPTIONS as the NOTED: Upon requirements conditions furnish signing and these this set articles pertinent Bid, forth the in this information at the bidder bid prices certifies proposal, stated. EXECUTION regarding that including they OF the have articles BID specifications, read being and agree terms bid to the and standard on and agree to UNSIGNED BIDS WILL REJECTED BE NAME Total OF FIRM: Data Service, Inc. PHONE 918-582-9377 FEDERAL ID#: 73125516 BUSINESS 1516 South ADDRESS. Boston Ave, STE 21E CITY Tulsa AND STATE: OK ZIP: 74119 THORIZED Y'--1 ��•,• SIGNATURE: TITLE: President DATE: 9/28/2000 zJroR • • LoL��I d Lt TOTAL DATA SERVICE INC September 28, 2000 The City of Fayetteville, Arkansas Purchasing Department, Room 306 113 W. Mountain Street Fayetteville, AR 72701 To Whom It May Concern: Please find attached our response to your Bid # 00-69 for Computer Systems Upgrade. If there are any questions please contact me at 918-582-9377x128, or, 918-633-9225. Sincerely Robert L. Stoven Gary Collins Certified AS/400 Sales Professional President 1516 South Boston, Suite 216 • Tulsa, Oklahoma 74119 • Phone (918) 582-9377 • City of Fayetteville, Arkansas • Request for BID # 00-69 Computer Systems Upgrade 1. Introduction Total Data Service, Inc. is pleased to respond to the Request for Bid # 00-69, Computer Systems Upgrade. This response is developed in the same format as the bid document. If there were any questions we would be pleased to discuss / clarify any points. 2. Bid Schedule 3. BID SUBMISSION PROCEDURE 4. AWARD OF BID A. EVALUATION Total Data Service, Inc. being an AS/400 Premier Business Partner is very qualified to meet the needs of the City of Fayetteville in installing and migrating your existing applications to the new replacement systems. We have been involved with the AS/400 since it's announcement in 1988. Over the past four years we have implemented dozens of CISC to RISC migrations for our customers. Frankly since most installed systems are now RISC in the past 12 months we have implemented 7 RISC to RISC migrations as the practice of totally replacing machines has become more commonplace. We believe in through planning and conservative implementation practices to insure the migrations are completed on time and with a minimum of problems. In addition, we are a LOTUS Partner and have extensive experience in implementing LOTUS Domino on the AS/400. Total Data Service, Inc. has operated in the Tulsa, OK, and Northwest Arkansas area for several years and count many satisfied customers in this area. 1. FUNCTIONS To the best of our ability we have complied with the provisions of the bid. We noticed a few typographical errors and noted them in the EXCEPTIONS area. The systems being bid here represent current production machines from the IBM Corporation. Both systems as specified are expandable to meet the needs of The City for many years. While we believe these systems represent a very reasonable upgrade from your current systems we make no representation as to the length of time they will continue to meet your needs. Total Data Service, Inc. Page 1 of 23 • City of Fayetteville, Arkansas • Request for BID # 00-69 Computer Systems Upgrade 2 MAINTENANCE Maintenance services quoted are for IBM Maintenance services. In the case of the 9910-P15 UPS the service is provided by the Powerware Corporation coordinated through the IBM Corporation. This unit has a 5 -Year warranty and any service action required will be handled on an exchange basis. The equipment being bid carries a 12 -month warranty from the IBM Corporation. Beyond this warranty period The City should contract with IBM to provide maintenance services. The Monthly / Annual List price maintenance prices are shown in this bid response. However, the cost for contracting maintenance beyond the warranty period is not included in this response. IBM offers several discounted maintenance offerings. We would be happy to work with The City to develop a ServiceSuite Contract on a month to month or long term -prepaid basis. 3. SUPPORT Total Data Service, Inc. will provide general planning and coordination of delivery during the installation process at no charge. We will setup the machines that IBM declares to be "Customer Setup". This involves basic setting in place and cabling together the units. An IBM Customer Engineer will install the 9406-720, as this is not a Customer Setup unit. The City must provide proper electrical connections and service in the rooms that will house the machines. Order and install an Internet Service connection connected to your Ethernet network so that Domino Mail can send / receive mail from the Internet. 4. COST See Section 9. 5. EXPERIENCE / REPUTATION 6. FINANCING OPTIONS We have not submitted financing options as the IBM Global Financing can not provide the Annual Out clause as you have specified. We would be happy to work with any other leasing company that can meet those conditions. 7. ABILITY TO MEET DEADLINES Total Data Service, Inc. believes in through planning so that we can meet predictable and agreed upon deadlines. Please review our planning documents for the migrations and I think you will see an example of what our planning process produces. This insures that all parties in the migration process have a good understand of what is happening when. Total Data Service, Inc. Page 2 of 23 • City of Fayetteville, Arkansas • Request for BID # 00-69 Computer Systems Upgrade B. REFERENCES Sebastian County, Fort Smith, AR Leslie Harris Arkansas Valley Electric, Ozark, AR Dennis Terry PRADCO, Fort Smith, AR John French Arvest Bank Operations, Lowell, AR Cary Parker Norvell-Marcum, Tulsa, OK Joel Norvell Tulsa Adjustment Bureau, Tulsa, OK Charles Garrison Contact Information provided upon request. 5. GENERAL REQUIREMENTS 6. WARRANTY / MAINTENANCE Maintenance services quoted are for IBM Maintenance services. In the case of the 9910-P15 UPS the warranty is provided by the Powerware Corporation coordinated through the IBM Corporation. This unit has a 5 -Year warranty and any service action required will be handled on an exchange basis. The equipment being bid carries a 12 -month warranty from the IBM Corporation. Beyond this warranty period The City should contract with IBM to provide maintenance services. The Monthly / Annual list price maintenance prices are shown in this bid response. However, the cost for contracting maintenance beyond the warranty period is not included in this response. IBM offers several discounted maintenance offerings. We would be happy to work with The City to develop a ServiceSuite Contract on a month to month or long term -prepaid basis. Total Data Service, Inc. Page 3 of 23 • City of Fayetteville, Arkansas • Request for BID # 00-69 Computer Systems Upgrade 7. HARDWARE / OPERATING SYSTEM INFORMATION AND BID FORM A. INFORMATION The AS/400 Model 720 is not a Customer Setup unit. An IBM Customer Engineer will install the unit. The remaining pieces are Customer Setup and Total Data Service; Inc. will coordinate and setup those units in the location designated by The City. Once setup / installed any further movement of the systems will be the responsibility of The City. The City must provide the building power and receptacles for the systems. Specifications will be provided as part of the installation planning process. The UPS for the City Hall system will need to be modified to support the Model 720. The replacement UPS suggested was not included in this bid. Removal of the existing systems will be the responsibility of The City. These units may have some residual value. If that is not the case IBM has a No Charge Removal program for replaced equipment. We will work with you on setting up this service if you want to use it. Installation of V4R5 on the Police Department system is required to execute the RISC to RISC migration. The City will be responsible for upgrading to this level prior to the migration. The Police System specified using the Operations Console function of OS/400. This dictates using a Windows 95/98/NT PC. This PC is not a part of this bid and is to be provided by The City with the appropriate operating system level installed. VENDOR CRITERIA: 1. Total Data Service, Inc. is an IBM Premier AS/400 Business Partner. In addition we are also a Lotus Partner and a Tivoli Partner. 2. The person submitting the bid, Robert L. Stoven, holds both the AS/00 Technical Solutions Design V4R4, and, AS/400 Technical Solutions Implementation V4R4. Copies of the Certification documents are attached. 3. The installation / migrations proposed will be performed by Danny Anderson, a Total Data Service, Inc. employee. Danny holds both the AS/00 Technical Solutions Design V4R4, and, AS/400 Technical Solutions Implementation V4R4. Copies of the Certification documents are attached. 4. Gary Collins will perform the Domino installation and configuration. Gary holds the AS/400 Domino R5 for AS/400 Certification, and, is a Certified Lotus Professional. Copies of the Certification documents are attached. Total Data Service, Inc. Page 4 of 23 Tue 9/26/00 10:04 AM CISC-to-RISC Page 1 n "61 0 0 d tom �D 5.1 x n b �• otz O z O 10 N � O 0 to; co) O 0 0 O s 42 0• V) O 0 SI) rv< O N O 1 0 y, O N 0to A A ICY A A O,N A A AAWN+00 A A A A W O1 W 01 W AAWN+O W W W 4Y N IOW N N V 26 N NAWN+O N N N N N++++++ IOMVN WN+0I00, V NNAWN+O 0N ZZZ 0 0 0 0 ZZZ 0 0 0 rNo 2ZZZZ 0 0 0 0 0 ON ON ON ON I ON ON1 ON 0 Z 0 aN Z2 O 0 oN ON ZZZZZZ 0 0 0 0 0 0 °N1 oN 0 N I oN ZZZ 0 O O ory oN 2Z2ZZZ 0 0 0 0 0 0 oN ZC) O 0 3 v It Final Save Tasks - Installation Phase Conversion Tasks: Conversion upgrade tasks from the CISC system to the RISC system user application software RISC system remote communications - j WAN interfaces LAN interfaces RISC system hardware configuration devices OS/400 system softwarefunctions _ Plan the test procedures to be performed after the RISC system upgrade and migration perform a copy spool file command for each spool file to be saved create a physical file for each spool file to be saved on the CISC system create a save spool file !library if needed on the CISC system identify if any current CISC system spool files to be saved 1 is there a current spool files will not be migrated from t' CISSC system to the RISC system Review the CISC system for any special considerations for saving spool files confirm using the CISC system EnhancMUpgrade Assistant task QP150 . Plan the CISC system save procedures to be used for the RISC system upgrade migration or prompt for the RISC restore command and change the FRCOBJCVN parm to "YES IRQD set the system value QFRCCVNRST to force conversion when ob j convert the objects when restored to the RISC system from the CISC tape by a list of specified libraries using a Procedure to Convert Objects fidentify review the PSP document for special considerations to install the V4R5 R order the PSP information for software installs review the PSP document for sped ifc information or instructions needed for the RISC upgrade order the Preventive Service Planning Informs order the current corrections and clarifications for the RISC Road Map order the current OS/400 V4R3 cumulative PTF -level package SF99450 1 Preparation for the CISC to RISC system upgrade conversion Pre -conversion Tasks: Document programs on the list cannot be converted to the RISC system Create a list of the non -observable programs on the CISC system without source code non -observable program source code to be used on RISC system recompiles 1 Search the source files on the CISC system for non -observable program source code Identify the software vendor applications to be replaced with R SC versions General Planning Tasks: Create the detail pro Project number # - Convert the CISC system and software to RISC -4 w 0 Z Plan the object conversion identify any critical restore PTE review the "Service Recommendations" section of RISC Road Map document Software vendor applications to not be converted and removed from the RISC system Program source code from software vendors for compiling non -observable programs 3 w 07 N 0 O S 0 A N 0 c ma m d a w a 3 9 toa O A O z.re3 Z w 30 the application software requirements_ for theRISC system conversion object conversion method to be used on t ject task plan schedule 3 m plication software from vendors tasks on the RISC system for the migrated libraries thod to save critical spool files on the CISC system? prionty for "Grouped Libraries for Object Conversion" ies (`ALLUSR) on the system apply to the RISC system upgrade tion of the V4R5 target release document SF98450 from IBM _ he source CISC system he RISC upgrade system jects restored upgrade backups 8 days l day N a 1 `C 0 4 days a s w `G 0 4 days A as wa `GK N A U 4 days A a Manana 0mwmum `G N(00(000 A A a A ` 4 days 4 days A a w K N 4 days A s •c 0 4 days 4 days AAA aaa mmw `GK`C N N 0 4 days A a w NIN 4 days A s m 4 days AAAA as a a m0m •GY`G^C`GY CO 0 N CO 1 4d A a m N 4 days A 0. 0 "C 0 5 days 5 days N N N s as a 0 0 N 0 5 days l 00 a w `G`G 0 s m 0 5 days M a w •G 0 5 days l 5 days +c N a 010 N`C 0 c _ N Thu 10/19/00 Thu 10/19/00 ro c COO 00 00 7 1 Mon 10/16/00 o 0 > 0 e O 0 1 Mon 10/16/00 Mon 10/116/ 1 Mon 10/16/00 Mon 10/16/00 Mon 10/16/00 Mon 10/16/00 1 Mon 10/16/00 Mon 10/16/00 Mon 10/16/00 Mon 10/16/00 Mon 10/16/00 Mon 10/16/00 1 Mon 10/16/00 Mon 10/16/00 0 > 0 N O 0 1 Mon 10/16/00 1 Mon 10/16/00 Mon 10/16/00' Mon 10/16/00 1 Mon 10116/00 j 0 0 0 0 on 10/16/00 Mon 10/16/00' 1 Mon 10/16/00 ons Mon 10/16/00 Mon 10/16100 Mon 10/16/00 Mon 10/16/00 Mon 10/16/00 1 Mon 10/16/00 Mon 10/16/00 33 O O 3 00 t0 10 00 00 Mon 10/9/00 Mon 10/9/00 Mon 10/9/00 3 0 0 CO 0 0 1 Mon 10/9/001 Mon 10/9/00 I Mon 10/9/001 Mon 10/9/001 Mon 10/9/001 Mon 10/9/001 Mon 1019/001 0S00 a Mon 10/30/00 Mon 10/30/00. Thu 10/19/00 Thu 10/19/00 Thu 10/19/00 Thu 10/19/00 Thu 10/19/00 Thu 10/19/00 r 0' IThu 10/19/00 Thu 10/19/00 SSS 1 r Thu 10/19/00 Thu 10/19/00 Thu 10/19/00 Thu 10/19/00 1 Thu 10/19/00 I S Thu 10/19/00 Thu 10/19/00 Thu 10/19/00 Thu 10/19/00 Thu 10/19/00 Thu 10/19/00 Thu 10/19/00 Thu 10/19/00 Thu 10/19/00 Thu 10/19/00 Thu 10/19/00 Fri 10/13/00 Fri 10/13/00 Fri 10/13/00 Fri 10/13/00 Fri 10/13/00 Fri 10/13/00 Fri 10/13/00 hu 10/19/00 hu 10/19/00 hu 10/19/00 C + 000 0 000 000 c + (0 hu 10/19/00 hu 10/19/00 hu 10/19/00 hu 10/19/00 c c 00 (O 0 00 00 C 0 0 0 0 T 3 0 W 0 0 )n 10130/00 =ri 10/13/00 'd 10/13/00 :ri 10/13/00 Fri 10/13/00 N S -44-1-1-1-1-f 0000000 0000000 T T ,•C`w G •< T w T T `a G •.< T T 0 .....c•w< �TDS,Fay TDS,Fay IOS,Fay TDS,Fay TDS,Fay --- TDS,Fay ITDS,Fay 1 TDS,Fay TDS TDS TDS,Fay TDS,Fay TDS TDS TDS TDS TOS TDS -4 0 0 TDS LIDS TDS TDS TDS TDS TDS TDS TDS TDS TDS ITDS,Fay TDS TDS TDS TDS TDS TDS TDS TDS esource ames r ,Fay TDS I DS,Fay TDS TD n "61 0 0 d tom �D 5.1 x n b �• otz O z O 10 N � O 0 to; co) O 0 0 O s 42 0• V) O 0 SI) rv< O N O 1 0 y, O Tue 9/26/00 10:04 AM CISC-to-RISC Page 2 OOON N+O00VO01AWN+0(0 N00WWWWWNW 030100.000JV4VV OINAWN+0WW•40) VVVVVTNN AWN+000)V O(O(0)OIO)ONNNNN{T AWN+OaOVNNAWNO NON= 00 No No 00 ON nu 0 ] ON M 0 ON 0 [No ON ON I ON $ ON 0 owl 1 ON oNI ON] ZZ (oN oN[ 00Z ON .000 oN] 00Z oN ON ON 0 ON] 0 ONI ON ON ON ON 0 oNI 0 3 0 0 m follow the instructions on page 503 (setting production values) restore authority and set system �nfnr rreduction settings yerl ld Off to aW 1 perform task 91 in the RISC Upgrade RoadMap on page 226 this procedure installs the IBM -supplied libraries QGPL and QUSRSYS follow the instructions on page 492 (replacing installed licensed programs) perform task 90 in user RISC libraries and obj follow your application software provider's instructions perform task 66 in the RISC Upgrade RoadMap on page 225 follow instructions on page 479 (restoring libraries, documents, and directories) perform task 83 in the RISC Upgrade Road follow instructions on page 478 (preparin perform task 82 in the RISC Upgrade RoadMap on page 225 follow instructions on page 475 (C a o E 0 O) 0 GO UPGRADE2 Option 72 (restore system information) perform task 79 in the RISC Upgrade RoadMap on I GO UPGRADE2 Opl ] restore your upgrade environment from the CISC save tape perform task 78 in the RISC Upgrade ] configuring media devices in the RISC Upgrade RoadMap on page 467 perform task 77 in the RISC Upgrade RoadMap on page 224 configure the Initial tape and/or optical device if they don't exist document any programming application modifications made on the CISC system Initial Load Tasks -Installation Phase document any user profile maintenance performed on the CISC system freeze the CISC system user profiles and programming applications GO UPGRADE2 Option 51 QP160 (reset values after save) perform task 70 in the RISC Upgrade RoadMap on page 223 GO UPGRADE2 Option 51 QP150 (perform final save) confirm that there are no active users before starting the dedicated system save end Client Access connections -- sign -on at the system console using the QSECOFR user profile dean the 8mm tape drive unit - - -- perform task 69 in the RISC Upgrade RoadMap on page 223 GO UPGRADE2 Option51 QP140 (set values for save) - --- -- - perform task 68 in the RISC Upgrade RoadMap on page 223 ]Task Name nuw Ulla n.-cwnRockaway lsuucs m me r<uc, upgraue un ya9 ye Yo pe the name of the tape device and press the enter key -- ask 96 In the RISC Upgrade RoadMap on page 226 -- II the cumulative PTF package for 05/400 V4R3 Iinthe RI 5 0 he RISC Upgrade RoadMap on page 225 ;tions in the RISC Upgrade Roadl RISC Upgrad 'ion 71 (restore upgrade environment) :d from the final save on the CISC system ISC Upgrade RoadMap on page 225 ion Phase -- page' ',0 taumng aooiuonai nuenseu ployianrs, (correcting system resource names) - ---- le RoadMap on page 226 1pgrade RoadMap on pages 470, 471, 472, 473, 474 1e CISC system final save tape RoadMap on page 225 tion Phase pplication software vendors page 225 -- Nap on pages 469 and 470 naaaaaaaaaa w w w w w w w w w •c .c •c •c •c .c •c •c 1 day 1 day l day aaaaaaaaaaaaaaa w w w w w w w w w w w •c .c .c •c •e .� < •c •c •c 1 day 1 day • 1 day l day • 1 day 1 day 1 day 1 day 1 day . 1 day 1 day w w w w w w w u w •c •c •. •c •c •c •c •c •c w w w W •c •c •c t day 0 c a aaao w w w m •c •c •c Fri 10/20/001 Fri 10/20/00 Fri 10/20/00 n 12100 Frl 10/20/00 Fri 10/20/00 n 11 20 00 Fri 10/20/00 Fr 10 20/00 Fri 10/20/00 Fri 10/20/00 _ Fri 10/20/00 Fri 10/20/00 Fri 10/20/00 Fri 10/20/00 Fri 10/20/00 Fri 10/20/00 Fri 10/20/00 Fri 10/20/00 Fri 10/20/00, Fri 10120/00 Fri 10/20/00 Fri 10/20/00 Fri 10/20 00 Fri 10/ 1 00 Fri 10/20/00 n 0 20 00 Fri 10/20/00 Fn 10/20 00 n 10/20/00 Fri 10/20/00 n 1021/00 Fri 10/20/00 rl 11 20 00 Thu 10/19/00 Thu 101. 11 Thu 10/19/00 u 019/00 Thu 10 19/00 Fr 10/20/00 Fri 10/20/00 Fr 10/20/00 Fri 10/20 00 hu 1 9 00 Thu 10/19/00 hu 10/19/00 Thu 10/19/00 � c 0 + O) O 0 tart u 0 911 Thu 10/19/00 Thu 0/ 9 00 rrl 1 UTZU/OO Fri 10/20/00 Fri 10/20/00 Fri 10/20/00 Fri 10/20/00 Fri 10/20/00 Fri 10/20/00 11 o N O 0 0 Fri 10/20/001 Fri 10/20/00 Fri 10/20/00 Fri 10/20/00 Fri 10/20/00 Fri 10/20/00 Fri 10/20/00 Fri 10/20/00 Fri 10/20/00 Fri 10/20/00 Fri 10/20/00 Fri 10/20/00 Fri 10/20/00 Fri 10/20/00 Fri 10/20/00 Fri 10/20/00 Fri 10/20/00. Fri 10/20/00 Fri 10/20/00'E Fn 10/20/00 Fri 10/20/00 Fri 10/20/00 Fri 10/20/00 Fri 10/20/00 Thu 10/19/00 Thu 10/19/00 Thu 10/19/00 Thu 10/19/00 Thu 10119/00 hu 10/19/00 Thu 10/19/00 Thu 10/19/00 hu 10/19/00 Fri 10/2000 Fri 10/20/00 Fri 10/20/00 n 10/20/00 ] Thu 10/19/00 Finis u 1 9/10 Thu 10/19/00 Thu 10/19/00 Fri 10/20/00 Fri 10/20/00 TOS TDS TDS TDS TDS I- es TDS 1 0 0 LIDS ITDS TDS TDS TDS TDS TDS IDS TDS TDS TDS TDS TDS TDS TDS TDS Resource Names Fay Fay Fay Fay Fay Fay Fay Fay Fay Fay Fay Fay Fay TDS TDS TDS TDS n S aZ0 ga m t — ►. N -• mq z_ N 0 0 y0 co n - 0 O CO (tin ONi O NC Ca'D O< O y 0 Tue 9/26/00 10:04 AM CISC-to-RISC Page 3 CI CO O) W {nAWN+ 4i W lJ W CO 000 N N COI 1 127 I N Of 125 1 124 I N W 122 1 10 1 120 r •tO N 1 114 +++ WN+O 1 ley V p NA 1 103 • No No oN oN oN ON No No No No �N0 00000 oN ory 0 oN1 ON ON ON 0 oN ON ON 01171 0 ON oN ON ON ON oN 1 Complet perform test perfoml schedule dz perform identify any user prc 1 confirm the f leSl lila WIN aria VV/1 test the remote switcl the instruct test the OS/400 s confirm the new AS/ perform task 1; save yours perforin task 11 verify the u follow the li N 2 0 o c m follow instn - 0 _ 0 0 0. N tolrow the instructions in the AS/400 PTF shipping information letter 1 Task Name perform task 100 in the RISC Upgrade RoadMap on page 2, m 0 LIB 11_16:quip r pr adc I f211)1 lions on how to convert objects on pages 506 thr igh page 510 tion of the RISC Upgrade test plan tions defined on the test plan an Tasks: the RISCUpgrade RoadMap on he RISC system upgrade to product e 0 JI Or usage -based price ormation and license RISC Upgrade Road tem using option 21 0 RISC Upgrade Road 21SC system using th, RISC Upgrade Road on software N interface conned bed communication e devices harware configuration _I m functions on nano 533 and 534 to verify the upgraded system ante to trdelet stem a upso 1 n fi n 0 lit IS 0 0 co 7. N ?. co bons on 1 rcbons 011page CO5and 524 page 229 SAVE menu panel page 229 m is N n de c Upgi s 1.105 ^NC n d 0 's the 3dc uction r<h be re - tem Ii E N identified data libraries synced from the final CISC I braries on the final save CISC system e save to the RISC system ISC system re are needed on RISC sys system tem 0 •C 5da s; 5 •a s 1 da 1 da� MEC 1 da 1 •a 1 day 5da s 5 ays co 5 days �ddsudv a`GK`C. l day 1 da 1da 1 •a 1 day dddvdd <'C..CCC'C'C 1 •a 1 da 1 •a 1 da 1 da 1da_ 1 day dddd03c '<+G'CY.`< 0 C Mon 10/23/00 Mon 10/23/00 Mon 10/30/00 Mon 10/30/00 Mon 10/30/00 Mon 10/30/00 Mon 10/30/00 Mon 10/30/00 Mon 10/30/00 Mon 10/23/00 1 Mon 10/23/001 Fri 10/20/00 Mon 10/23/00 Mon 10/23/00 Mon 10/23/00 Fri 10/20/00' Fri 10/20/00 Fri 10/20/00 Fri 10/20/00 Fri 10/20/00 1111 0.0 0 0a. NN 0 0 08 O O Fri 10/20/00 Fn 10/20/00 Fri 10/20/00 Fri 10/20/00 Fri 10/20/00 Fri 10/20/00 T 0.0.20.0.0 0 NNNNNI3 000000 000000 0 T 0 0 T 0 0 T 0 0 T 0 0 T 0 0 CD 0 A• Mon 10/30/00 Fri 10/27/00 Fri 10/27/00 Mon 10/30/00 Mon 10/30/00 Mon 10/30/00 Mon 10/30/00 Mon 10/30/00 Mon 10/30/00 Mon 10/30/00 Mon 10/30/00 Fri 10/27/00 Fri 10/27/00 00/LZ/01Pd son/OL Pd 00/0C/OL uoW 00/0Z/OL P4 Fri 10/20/00 Fri 10/20/00 Fri 10/20/00 Fri 10/20/00 Fri 10120/00 T T 0 0 0 0 0 0 0 00 Fri 10/20/00 Fri 10/20/00 Fri 10/20/00 Fri 10/20/00 Fri 10/20/00- Fri 0120100Fri 10/20/00. Fri 10/20/00 -n 0 0 N 0 0 O 1 Fri 10/20/00 T 0. 0 NNN= 0 0 O T 1 0 0 Bo O Y 0 r 0 0 O 11 3 H T-1 ii—(TT T T T TT TT NN I<��I<r'CNCr Ny< I I US,Fay I i1 i l NNyNNNaNNN0NNN`C T ll T Tf N d 03 10 -f -1 m 'rim Cu N TDS TDS TDS TDS TDS,Fay TDS,Fay 1-1 f/ 1TDS —f —f - 1 Resource Names 1 Fay I -ay 0 0 d o a • m s cro In I d • Z ▪ tbN O 0 My tin N N 0 N a in CDn N< 0 C O, 0 • City of Fayetteville, Arkansas Request for BID # 00-69 Computer Systems Upgrade PROPOSED HARDWARE — CITY HALL TARGET SYSTEM Product 9406-720 8 24 44 203 348 367 381 1501 2062 2729 2745 2746 2748 2824 2924 3004 5027 5153 5514 6817 7128 8817 9082 9083 9330 9364 9738 9745 Description AS400e Server 7208 Ultra SCSI Attachment 9348-002 Lcl Src Stnd Alone Device Parity Protection (RAID) Side by Side Install PCI Cable - V.24/EIA232 20 -Ft Operations Console PCI Cable Remote Control Panel Cable Interactive Card (70 CPW) Model 720 Processor (256MB) PCI External Tape Controller PCI Two -Line WAN IOA PCI Twinax Workstation IOA PCI Raid Disk Unit Controller PCI LAN/WAN/Workstation IOP English 256MB Main Storage Software Version V4R5 Redundant Power Supplies Alt IPL Specify for 8MM 8.58GB 10k rpm Disk Unit (SIU) DASD Expansion Unit Opt Base 8.58GB 10k rpm Disk(S/U) 14 Foot Line Cord Specify Locking Line Cord Plug Specify PCI Integrated Expansion Unit System Unit Expansion PCI Base 100/10Mbps Ethernet IOA Base PCI Two -Line WAN IOA 9406-720 Price Monthly Maintenance 7852-40Z External V.34 (AS/400 TSP Model) 7852-40Z Price Annual Maintenance • Qty Purchase Monthly Price Maint 1 $17,250.00 $195 1 $0.00 1 $0.00 1 $0.00 1 $0.00 8 $750.00 1 $93.75 1 $93.75 1 $21,000.00 $145 1 $13,125.00 $94 2 $1,950.00 4 $1,275.00 1 $562.50 1 $4,500.00 2 $2,700.00 1 $0.00 4 $7,680.00 1 $0.00 1 $3,000.00 1 $0.00 7 $10,500.00 1 $637.50 $69 1 $712.50 1 $0.00 1 $0.00 1 $0.00 1 $0.00 1 $0.00 1 $0.00 Total Data Service, Inc. Page 6 of 23 1 $85,830.00 $503 $414.75 $38 A $414.75 $38 7208-342 7019 9212 9300 9800 • City of Fayetteville, Arkansas • Request for BID # 00-69 Computer Systems Upgrade 20GB 8MM Cartridge Tape 5 -8mm AME Data Cartrdge Media Kit 12 Meter SCSI Cable Publication Language - English/US 9ft.(2.7M) 125V, 15A US/Canada 7208-342 Price Monthly Maintenance New Hardware /MES Upgrade Price Monthly Maintenance Annual Maintenance 1 $5,135.00 $78 2 $796.32 1 $0.00 1 $0.00 1 $0.00 Total Data Service, Inc. Page 7 of 23 $5,931.32 $78 $92,176.07 $581 $38 • City of Fayetteville, Arkansas • Request for BID # 00-69 Computer Systems Upgrade PROPOSED SOFTWARE — CITY HALL TARGET SYSTEM Product Description 5716 -DCT Language Dictionaries 772 Basic OTC Upg P20 9001 Asset Registration 5716 -DCT OTC 5769 -PTI Performance Tools/400 V4 817 Upg P20 BOTC PerfTools (From V3) 877 Upg P20 BOTC PT/400 Mgr (From V3) 9001 Basic Asset Registration 5769-PT1 OTC 5769-PW1 ADTS 912 Upg P20 ADTS 5763PW1,5716PW1 9001 Basic Asset Registration 5769-PW1 OTC 5769-QU1 Query 123 Basic OTC P20 UPG (5716/5763-QU1) 9001 Asset Registration 5769-QU1 OTC 5769-RG1 ILE RPG for AS/400 1002 Upg P20 BOTC ILE RPG (From V3) 9001 Basic Asset Registration 5769-RG1 OTC 5769-XWI Client Access Windows Family 1731 Upg P20 BOTC CA WINDOWS (From XW11XA1) 9001 Asset Registration 5769-XW1 OTC 5733-SM3 IBM SW Subscription 3 Yr Prepay 2222 Basic OTC P20 5733-SM3 OTC Total Data Service, Inc. Page 8 of 23 Qty Purchase 1 1 $0.00 1 $0.00 1 1 1 1 $0.00 $260.70 $430.55 $0.00 $691.25 1 1 $3,100.75 1 $0.00 $3,100.75 1 1 $758.40 1 $0.00 $758.40 1 1 $2,844.00 1 $0.00 $2,844.00 1 1 $4,345.00 1 $0.00 $4,345.00 1 1 $15,720.21 $15,720.21 • City of Fayetteville, Arkansas Request for BID # 00-69 Computer Systems Upgrade 5769-SS1 Operating System 277 P20 Basic OTC OS/400 1476 Upg chg PSF AnySpeed 9001 Basic Asset Registration 5755-AS5 2105 2501 2508 2512 2516 2525 2526 2529 2547 2553 2556 2585 2586 2591 2610 2683 2924 3410 3550 8136 9001 5769-SS1 OTC SYSTEM PROGRAM ORDER LANG DICTNRIES OS/400 (DCT) OS/400 (5769-SS1) Query (5769-QU1) ILE RPG (5769-RG1) CA WINDOWS (5769-XW1) Pert Tools (5769-PT1) ADTS (5769-PW1) TCP/IP/400 (5769-TC1) Integr. For WindowsServer 5769-WSV IBM HTTP Server for AS/400 Perf Manager (5769-PM1) Java Tools Java Kit (5769-JV1) WebSphere Application Server(5769-AS1) PT/400 Mgr (5769-PT1) Any speed Print Support English U/L SBCS Primary CD-ROM Media Version 4 Release 5 OS/400 Backup and Recovery Fc8136 Basic Asset Registration Fc9001 5755-AS5 OTC New Software /MES Upgrade OTC Total Data Service, Inc. Page 9 of 23 • 1 1 1 1 $0.00 $948.00 $0.00 $948.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $19.75 $0.00 $19.75 $28,427.36 • City of Fayetteville, Arkansas • Request for BID # 00-69 Computer Systems Upgrade ADDITIONAL HARDWARE / SOFTWARE — NOT LISTED 1. The existing system has an IBM 9348-001 9 -Track Tape Drive installed in a rack. This tape is to be migrated to the new system and attached to one of the FC2729 Tape attachment features. To accomplish this an additional cable is needed. P/N 59h3460 at a cost of $225.00 2. The existing 9348 Tape Drive can remain in the current rack or be converted to a tabletop unit. The bid did not mention which method was preferred so I a not going to include the cost to convert the unit to a tabletop in this bid. It is not mandatory to convert the unit to achieve operational status. For your information only it is estimated that the cost to convert the unit is: $1,200.00 $600 for the 9348-001 to 9348-002 Conversion Kit, and, $600 for IBM Customer Engineer to install the conversion Kit. 3. Modification of the existing UPS to be able to service the new Model 720. The City will have to have this done with the UPS vendor. It is not a part of this bid. 4. The new 7208-342 Tape Drive requires new media cartridges. Ten pieces are included with the drive as defined in the specifications. These can achieve operational status but are not adequate for the longer term. You should plan on purchasing additional tapes outside the scope of this bid. This drive can READ your existing 8MM tapes. Total Data Service, Inc. Page 10 of 23 M400M720 Tue 9/26/00 Page 1 WWWWN C0 CO V OI o, A I 31 I OO N0W+O V I 25 24 22 O f0 CO J OI I _15 a W IG DO V OI N a W N ON Z 0 Z 0 ON Z 0 oN No No Z 0 ON No ON Z 0 Z 0 Z 0 ON Z 0 ON ZZZZ 0 0 0 0 ZZZ 0 0 0 Z 0 oN oN oN oN oN Z 0 oN oN Z 0 0 Completed Clean tape drive (7208 8mm) System backups ENDSBS *ALL *IMMED (after business hours) Confirm the test plan for after the upgrade Review the test plan for after the upgrade Create test plan foster the upgrade print outqueues, job queues, data queues, journals, message queue entries) Develop configuration for twinax controllers and devices moved to new IOP Confirm planning for system objects not saved for restore on the model 270 Map IOP connections from Model 400 to model 270 Machine Pool, Base Pool, Spool Pool and InteractivePool Phase 3 Upgrade Preparation Research IBM PTF PSP databases SF98450, MF98450, (RISC to RISC V4R5) Confirm Memory Pool Sizes and Activity Level Values Research 270 -hardware and New IOP Card PTF's Research and Review AS/4400 RISC to RISC CD book for model 270 configuration test restore from 8mm tape created on the model 400 Create Device Configuration for external 8mm tape drive Model 270 preparation tasks Manual IPL to DST tools Confirm Disk Configuration - RAID device parity protection status IBM CEs prepare the new model 270 hardware for the upgrade IBM preparation tasks IBM CEs inventory the model 270 order received Confirm new Ethernet network switches and cabliing connections Confirm plan for layout of Computer room Confirm system console monitor for the 270 Confirm new UPS power circuits for model 270 Phase 2: Site Preparation Schedule IBM CE support for the install IConfirm Model 400 to be operational during and after the model 270 upgrade Phase 1: Upgrade Planning - y OJ O 0 N A O 0 0 N Task Name - ject Plan J (1 set) (Performed night before initial load] O. `< < 1< CO Cu N 3 days 3 clays 3 days �3 days 3 days 3 days 3 days 3 days 3 days days 3 days 3 days 3 days CO N 3 days 3 days 3 days 3 days 3 days 3 days 3 days CO (0 3 days 3 days : 3 days' 3 days', 3days I 1 day 1 day vd"c � `G Ch co Duration Wed 10/11/00 Wed 10/11/00 Wed 10/11/00 Mon 10/9/00 Mon 10/9/00 Mon 10/9/00 I Mon 10/9/00 I Mon 10/9100 151on 10/9/00 Mon 10/9/00 Mon 10/9/00 00/6106 uolAil Mon 10/9/00 33 O co OO O J O C 0 Mon 10/9/00 Mon 10/9/00 Mon 10/9/00 Mon 10/9/00 Mon 10/9/00 Mon 10/9/00 Mon 1019100 Mon 10/9/00 Mon 10/9/00 Mon 10/9/001 Mon 10/9/001 Mon 10/9/001 Mon 10/9/00 Mon 10/9/00 Mon 10/9/00 0 J O O0 Fri 10/6/00 Fri 10/6/00 Fri 10/6/00 Fri 10/6/00 Fri 10/6/001 Start Wed 10111/00 Wed 10/11/00 S -s 0 0 Wed 10/11/00 Wed 10/11/00 Wed 10/11/00 Wed 10/11/00 Wed 10/11/00 Wed 10/11/00 Wed 10/11700 Wed 10/11/00 Wed 10/11/00 I Wed 10/11/00 Wed 10/11/00 Wed 10/11700 Wed 10/11/00 Wed 10/11/00 Wed 10/11/00 Wed 10/11/001 nee 10/11/00 Wed 10/11/001 Wed 10/11/00'' Wed 10/11/00 Wed 10/11/00 C 0 G� �_ O 0 Wed 10/11/00 Wed 10/11/00 Wed 10/11/00 Wed 10/11/00 Wed 10/11/00 C 0n 0 -T 5 O 0 Fri 10/6/00 Fri 10/6/00 Fri 10/6/00 Fri 10/6/00 Fri 10113/00 s 71 m m TDS m T -I 1 ��y� --nil co tu —I TDS 1 TDS ITDS I 1—I NN iI at TDS �E 141 collN TDS TDS TDS TDS CO CO IFay 'fl ����� Fay Fay Fay TDS TDS Fay ay Resource Names M400M720 Tue 9/26/00 Page 2 N N I 81 CO O V ID 78 V V V N V N V A V CO N N W 01 CO N V CO N O1 N sa N W 62 CO + N O N f0 58 N V 56 01 N 01 A N + I N O A ID I 48 A V I 46 A N yy A A W A- N 0 ON I oN O O ON1 O O O oN oN INo O No No No O ON IN° O ON O O O O O oN] O O O O ONI O 0000 3 m 0 m a Windows NT Connect PC to AS/400rirs el 270 system Network connections Client Access PC workstations AS/400 system functions Connect the 270 to the network and phone line Disconnect the 400 from the network and phone line Set up Network Configuration - Perform 270 Test Plan Tasks Configure SNADS and Communications [Correct any configuration problems after completing system hardware upgrade create configuration for ethernet line, controllers and devices Modify twinax controllers and devices to use the new IOPs Move system connections from model 400 to the new model 270 Restore Authorities Restore all objects which did not restore listed in Job logs Restore SAV FS -Directories Restore DLO's Restore User Libraries Restore Configuration Obj Restore User Profiles Install Operating System keep existing DASD configuration and protection Install Licensed Internal Code Perform Manual IPL from Source D Perform Initial Load from external 8 mm tape drive Backup set #1 (7208 8mm). Task Name 3uration objects and correct label descriptions mum Block parm *NO allation plan tasks: - don't restore model 400 system resource management data ID n N N a 03 `< 0) 2 days 2 days 2 ays 2days 2 days 2 days 2 days 2 days Al a 0) K N ' ___ _I ... a s aaa 0) 0) 0) 0) 11) 'G 'G '< `G K a s 0) )L `< K a a 01 `C 1 day 1 1 dayl 0. 0_1 03 03 `G 'G aa 03 0) 'G K 1 day iffirin ! a 0) `G 1 day i 0. 01 `G J 0) `G i 0. 0) 'G a 0. d 'C ! aaa 0) 'G i 0) K uration ay Thu 10/12/00 Thu 10/12/00 Thu 10/12/00 Thu 10/12/00 Thu 10/12/00 Thu 10/12/00 Thu 10/12/00 I Thu 10/12/00 I Thu 10/12/00 Thu 10/12/00 Thu 10/12/00 Thu 10/12700 Thu 10/12/00 Thu 10/12/00 Thu 10/12/00 Thu 10/12/00 I Thu 10/12/00 Thu 10/12/00 Thu 10/12/00 Thu 10/12/00 Thu 10/12/00 Thu 10 12 00 hu 10/12/00 Thu 10/12/00 Thu 10/12/00 Thu 10/12/00 I Thu 10/12/00 Thu 10/12/00 Thu 10/12/00 Wed 10/11/00 Wed 10/11/001 Start Wed 10/11/00 Fri 10/13/00 Fri 10/13/00 Fri 10/13/00 Fn 10/13/00 Fri 10/13/00 Fri 10/13/00 Fri 10/13/00 Fri 10/13/00 Fri 10/13/00 Fri 10/13/00 Thu 10/12/00 Thu 10/12/00 Thu 10/12/00 Thu 10/12/00 Thu 10/12/00 Thu 10/12/00 Thu 10/12/00 Thu 10/12/00 Thu 10/12/00 Thu 10/12/00 Thu 10/12/00 Thu 10/12/00 Thu 10/12/00 —Thu 10/12/00 Thu 10/12/00 Thu 10/112/00 Thu 10/12/00 � Thu 10/12/00!, Thu 10/12/001 I Thu 10/12/00 Thu 10/12/00 Funs ne. i s e• 10/11/00 rye. 0 11/00 -n m .< -n m0103 -rt T T1 m0 TDS,Fay TDS, Fay TDS,Fay 11 00 CO a) 11n TDS TDS TDS LDS TDS TDS TDS TDS TDS TDS -,-I (0 TDS s TDS -i111-i 00000 Cn CO Cn CO CI) TDS TDS -I 0030/d N -Resource 'ames ay Fa Fay 0 O S. ", O rIm aM CD iso y O ins a� �tn tb O O C to O q NytLU M400M720 Tue 9/26/00 Page 3 • Imm a II(b( om L 88 87 m 85 84 w Q-4m INo ZZZZ 0 0 0 0 Z 0 ZZZZZZZ 0 0 0 0 0 0 0 I Completed _ Perform full restart IPL FAS/400 Model 270 System backups Confirm completion of the 270 system upgrade to production status PC DOS OS/2 Remote communications Application software Windows 3.1 I Task Name pe drive (external 8mm; ption 21 (Save Entire System; (RCLSTG), Reclaim DLO .-aN `<G 1 day 1a— 1 ay 1 day a r. 2 days 2 days 2 days 2 days N M N N N N f/) Duration n _. O co O O Fn 10/13700 Fri 10/13/00 Fri 10/13/00 Fri 10/13/00 Fri 10/13/00 Thu 10/12/00'. Thu 10/12/00' Thu 10/12/00 Thu 10/12/001 —I-4 r c O O O Thu 10/12/00 r c O N O 0 co Z Fri 10/13/00 Fri 10/13/00 Fri 10/13/00 Fri 10/13/00 Fri 10/13/00 Fri 10113100 Fri 10/13/00 Fn 10/13/00 Fri 10/13/00 Fri 10/13/00 Fri 10/13/00'. Fri 10/13/001 Fri 10/13/001 T s Th. S al �COWd I TDS,Fay 0)a)d0)dvCO FR e s o s • City of Fayetteville, Arkansas • Request for BID # 00-69 Computer Systems Upgrade LOTUS DOMINO INSTALLATION ON AS!400 - SCOPE OF WORK The initial scope of work is attached for your review. The cost for this service is $6,800.00 and is noted in Section 9. Install Domino for AS400 - Internal e-mail Server Application Lotus Domino Release 5.0 is a multi -function Client / Server software product designed to run on a variety of hardware platforms. Although Lotus Domino can be used to accomplish a wide variety of tasks, the most common implementation of Domino is as an internal e-mail server for a local or wide area network. Internal e-mail typically provides the basic infrastructure for additional Domino applications, such as Internet Mail, Workflow or custom application databases. The most common implementation of Domino utilizes Lotus Notes Client software as an e-mail client. The goal of this specific task is to install and configure the basic Domino software to run as a Native task on an AS400, and then implement the basic e-mail functionality provided by Domino to support Lotus Notes Release 5.0 clients in a local or wide area network. To accomplish this goal, we will perform the following tasks: We will review your current environment to confirm that your system and network infrastructure meets the necessary requirements to implement Domino for AS400. • We will confirm that the AS400 meets or exceeds IBM's recommended minimum hardware requirements for a Domino Server implementation. • We will confirm that the AS400 Operating system meets or exceeds IBM's recommendations for the version of Domino we are installing. • We will confirm that applicable PTFs have been applied to the OS400 operating system. (The application of OS400 PTFs is beyond the scope of this task.) • We will confirm that your network implementation uses the TCP/IP protocol, and that TCP/IP is functioning properly. (The implementation of TCP/IP is beyond the scope of this task.) • If your network uses SubNets and / or Routers, a TCP/IP Domain Name to IP Address resolution scheme is necessary to support the addition of new R5 Notes clients located on a different sub -network from the Domino server. (The implementation of address resolution software, such as DNS, WINS or LMHost tables is beyond the scope of this task.) • We will confirm that a suitable PC is available for use as a Domino Administration console. The PC must meet or exceed Lotus minimum requirements as specified for the Domino Administrator software. The PC must also have Microsoft Windows 98 or Microsoft Windows NT 4.0 installed, and must be connected to the network with TCP/IP configured and functioning properly. • The Domino Administrator will require the ability to access or manipulate certain files that will be found in the AS400 IFS directory structure. Files in the AS400 Integrated File System can be accessed using NetServer or Client Access. We will confirm that one (or both) of these methods are available and functioning properly. (The scope of this task is limited to the installation and configuration of Lotus Domino and Lotus Notes software products. The installation and configuration of any other PC hardware or software is beyond the scope of this task.) We will work with you to plan the implementation of your Domino server. • To assure the ongoing success of this implementation, it is critical that certain members of your staff participate in the planning and implementation of the Domino Server. • We will work with you to identify the resources from your staff who need to participate in the planning and implementation phases of the Domino server, and will identify the areas of responsibility for those resources. • We will conduct an implementation planning meeting with the resources you identify to plan the initial installation and implementation of Domino on your AS400. We will install the Domino for AS400 software on your AS400. Total Data Service, Inc. Page 12 of 23 • City of Fayetteville, Arkansas • Request for BID # 00-69 Computer Systems Upgrade We will use the information obtained during our planning session to configure the First Domino Server. We will install the Domino Administrator Client software on the PC designated for use as the Domino Administrator Console. (The scope of this task is limited to the installation and configuration of Lotus Domino and Lotus Notes software products. The installation and configuration of any other PC hardware or software is beyond the scope of this task.) We will start the AS400 Domino Server, and will establish a connection to the Domino Administration Console. We will provide instruction to your AS400 Administrator to property start and end the AS400 Domino Server. We will create a batch CL Program that can be used to automate the backup of Domino Server data. Your AS400 Programmer can modify your current backup routine to include a call to this CL Program. (The scope of this task is limited to creating a batch CL program that will End the Domino Server, Save the IFS Notes directory and sub -directories to tape, and Start the Domino Server.) We will provide you with documentation showing any changes we make to configuration settings or tailoring parameters. Install Lotus Notes Client - PC (5 Clients) The most common implementation of Notes / Domino utilizes Lotus Notes clients to exchange e-mail with a Domino Server. The goal of this task is to install the Lotus Notes R5 Client on a PC and confirm that it is functional. To accomplish this goal, we will perform the following tasks: We will confirm that the PC meets or exceeds the minimum hardware requirements to support a Notes Client. We will confirm that the PC operating system meets the requirements to support a Notes Client. We will confirm that the PC is configured for network communication. (The scope of this task is limited to the installation and configuration of Lotus Notes software products. The installation and configuration of any other PC hardware or software is beyond the scope of this task.) We will install the Lotus Notes software on the PC. We will establish a Lotus Notes communication session with the Server to confirm proper function. Implement Internet e-mail Lotus Domino Release 5.0 provides native support for the Internet e-mail protocol (SMTP). Domino provides the function necessary to allow users to send and receive e-mail to addresses beyond the local or wide area network utilizing an Internet connection to an Internet Service Provider (ISP). The goal of this task is to configure a Domino Server to exchange SMTP messages with an ISP. To accomplish this goal, we will perform the following tasks: We will work with you to identify the resources from your staff who need to participate in the planning and implementation phases for this task, and will identify the areas of responsibility for those resources. We will conduct an implementation planning meeting with the resources you identify to establish the configuration parameters for this task. We will confirm that an appropriate network infrastructure is in place to support Internet e-mail exchange. (The scope of this task is limited to the configuration of the Domino Server. Establishing a connection to an ISP, registering an Internet Domain Name, modifying firewall or router configurations, or the creation or modification of any element of the internal network infrastructure is beyond the scope of this task.) Total Data Service, Inc. Page 13 of 23 • City of Fayetteville, Arkansas • Request for BID # 00-69 Computer Systems Upgrade We will confirm that an Internet Domain Name has been registered, and a public IP address has been assigned to that Domain. We will confirm with your ISP that SMTP traffic is being correctly routed. We will configure the Domino Server appropriately to exchange SMTP traffic with your ISP. We will test the exchange of Internet e-mail and will confirm successful operation. We will provide documentation for any configuration settings or tailoring parameters we change. Notes Administrator Training Lotus Domino is a complex, multi -functional set of programs. It is important that you have resources on your staff that is familiar with the basic features provided by these programs. If your goal is to expand your utilization of Notes / Domino beyond the implementation of basic e-mail, it will become necessary to develop a higher level of internal expertise in Domino administration. The goal of this task is to familiarize specific members of your staff with the basic operational features of the Domino Administrator Client. To accomplish this goal, we will perform the following tasks: We will work with you to identify the resources that should be involved in Domino Administration. We want those resources to be involved in the Domino installation and configuration process. We will conduct a Domino Administrator Client familiarization training session at your location for those resources. This session is limited to a maximum of five (5) administrators. You will be responsible for providing the training facility and resources (PCs, marker board, etc.). The training session will cover the basic functions of the Domino Administrator client. Notes Client Training (Users) The Lotus Notes Client software is a complex, multi -functional set of programs. It is important that you have resources on your staff that is familiar with the basic features provided by these programs. In our experience with this product, we have found that it makes sense to designate a small group of internal users as the primary internal support group for the other users in your organization. The goal of this task is to familiarize specific members of your staff with the basic operational features of the Lotus Notes Client. To accomplish this goal, we will perform the following tasks: We will work with you to identify the resources you should train internally to support your Notes / Domino environment. We will conduct a Notes Client familiarization training session at your location for those resources. This session is limited to a maximum of five (5) end users. You will be responsible for providing the training facility and resources (PCs, marker board, etc.). The training session will cover the basic functions of the Notes client. The training session will cover the basic functions available in Notes e-mail, Calendar and Address Book. Total Data Service, Inc. Page 14 of 23 • City of Fayetteville, Arkansas • Request for BID # 00-69 Computer Systems Upgrade PROPOSED HARDWARE - POLICE DEPARTMENT AS/400 UPGRADE Product Description Qty Purchase Maint 9406-270 AS400e Server 1 $2,960.00 $92.00 8 7208 Ultra SCSI Attachment 1 $0.00 41 Device Parity Protection -All 1 $0.00 205 RISC to RISC Data Migration 1 $0.00 348 PCI Cable - V.24/EIA232 20 -Ft 3 $277.50 367 Operations Console PCI Cable 1 $92.50 382 Remote Control Panel Cable 1 $92.50 1413 125V 14 -Ft Line Cord 3 $0.00 1460 3m HSL Cable 2 $666.00 1463 2m SPCN Cable 1 $0.00 1518 Interactive Capacity Card 1 $14,430.00 $76.00 2250 Model 270 Processor 1 $2,960.00 $69.00 2749 PCI Ultra Mag Media Ctlr 1 $962.00 2763 PCI RAID Disk Unit Ctlr 1 $2,220.00 2842 PCI Hot -Plug IOP 1 $1,332.00 2924 English 1 $0.00 3025 512MB Main Store 2 $3,031.04 4317 8.58GB 10k rpm Disk Unit (PCI) 9 $13,320.00 4525 CD-ROM 1 $307.10 4745 PCI WAN IOA 2 $629.00 4746 PCI Twinaxial Workstn IOA 1 $555.00 4838 PCI 100/10Mbps Ethernet IOA 1 $666.00 5027 Software Version V4R5 1 $0.00 5075 PCI Expansion Tower 1 $4,440.00 $122.00 5514 Alt IPL Specify for 8MM 1 $0.00 5544 Sys Console on Op Console 1 $0.00 7002 HSL enabler 1 $148.00 7104 System Unit Expansion 1 $1,110.00 $51.00 EXCEPTIC 7133 DASD Concurrent Maint Cage 1 $629.00 9771 Base PCI 2 -Line WAN w/Modem 1 $0.00 --------------- --------------- ------ 9406-270 Price --------- $50,827.64 Monthly Maintenance $410.00 Total Data Service, Inc. Page 15 of 23 • City of Fayetteville, Arkansas • Request for BID # 00-69 Computer Systems Upgrade 7208-342 20GB 8MM Cartridge Tape 1 $4,810.00 $78.00 7019 5-8mm AME Data Cartrdge Media Kit 2 $745.92 9212 12 Meter SCSI Cable 1 $0.00 9300 Publication Language - English/US 1 $0.00 9800 9ft.(2.7M) 125V, 15A US/Canada 1 $0.00 --------------- --------------- 7208-342 Price --------- $5,555.92 ------ Monthly Maintenance $78.00 9910-P15 PW9125 1500va EXT110-127V,50/60Hz 9910-P15 Price New Hardware /MES Upgrade Price Monthly Maintenance Annual Maintenance $1,081.14 N/O $1,081.14 $57,464.70 $488.00 $0.00 Total Data Service, Inc. Page 16 of 23 City of Fayetteville, Arkansas Request for BID # 00-69 Computer Systems Upgrade SOFTWARE TARGET SYSTEM - POLICE DEPARTMENT AS/400 Product Description Qty Purchase 5769-SS1 Operating System 1 276 P10 Basic OTC OS/400 1 $0.00 9001 Basic Asset Registration 1 $0.00 5769-SS1 OTC $0.00 5769-LNT Lotus Domino Enterprise for AS/400 1 $0.00 1903 IPLA Per Use Notes 50 $3,948.00 1906 IPLA Per Use Designer 2 $957.60 2011 Enterprise 1 $4,254.60 2924 English Upper/Lower Case (SBCS) 1 $0.00 5859 V5.0 128 -Bit CDROM (Encryption) 1 $0.00 9001 Asset Registration 1 $0.00 5769-LNT OTC $9,160.20 5733- IBM SW Subscription 1 Yr Prepay 1 $0.00 SM1 2211 Basic OTC P10 1 $1,680.00 5733-SM1 OTC $1,680.00 Total Data Service, Inc. Page 18 of 23 • • City of Fayetteville, Arkansas Request for BID # 00-69 Computer Systems Upgrade 5755-AS5 SYSTEM PROGRAM ORDER 1 $0.00 1925 V3R6/7 or V4R1/2 to V4R3/4 PTFs 1 $0.00 2105 LANG DICTNRIES OS/400 (DCT) 1 $0.00 2501 OS/400 (5769-SS1) 1 $0.00 2504 OV/400 (5769-WP1) 1 $0.00 2508 Query (5769-QU1) 1 $0.00 2511 DB2 Qry Kit (5769-ST1) 1 $0.00 2512 ILE RPG (5769-RG1) 1 $0.00 2516 CA WINDOWS (5769-XW1) 1 $0.00 2526 ADTS (5769-PW1) 1 $0.00 2529 TCP/IP/400 (5769-TC1) 1 $0.00 2547 Integr. For WindowsServer 5769-WSV 1 $0.00 2553 IBM HTTP Server for AS/400 1 $0.00 2556 Pert Manager (5769-PM1) 1 $0.00 2585 Java Tools 1 $0.00 2586 Java Kit (5769-JV1) 1 $0.00 2591 WebSphere Application Server(5769-AS1) 1 $0.00 2924 English U/L SBCS Primary 1 $0.00 3410 CD-ROM Media 1 $0.00 3550 Version 4 Release 5 1 $0.00 8136 OS/400 Backup and Recovery Fc8136 1 $21.00 9001 Basic Asset Registration Fc9001 1 $0.00 5755-AS5 OTC $21.00 New Software /MES Upgrade OTC $10,861.20 Total Data Service, Inc. Page 19 of 23 • City of Fayetteville, Arkansas • Request for BID # 00-69 Computer Systems Upgrade ADDITIONAL HARDWARE / SOFTWARE - NOT LISTED This system requires a Windows 95/98/NT PC to use the Operations console / Remote Console functions. This is a customer supplied PC and is not within the scope of this bid. The Lotus Notes clients are on the Lotus Passport service until 6/30/2001. At that time they will have to be put on Lotus Passport Advantage for an annual charge. The cost of providing ongoing Passport coverage is not in the scope of this bid. Total Data Service, Inc. Page 20 of 23 • City of Fayetteville, Arkansas • Request for BID # 00-69 Computer Systems Upgrade 9. HARDWARE / OPERATING SOFTWARE BID SUMMARY A. City Hall AS/400 9406-720e Server Cost HARDWARE $92,176.07 OPERATING SYSTEM $28,427.36 ADDITIONAL HARDWARE / SOFTWARE '• $225.00 ANNUAL MAINTENANCE"" (at list) $7,010.00 INSTALLATION $4,500.00 ESTIMATED DELIVERY DATE 30 Days TOTAL HARDWARE/OPERATING SYSTEMIINSTALLATION NOTE: 1. ANY APPLICABLE TAXES ARE NOT INCLUDED. 2. This pricing assumes the IBM REBATE will be signed over to Total Data Service, Inc.. See IBM Letter 300-103. ** NOT INCLUDED IN TOTAL B. Police Department AS1400 9406-270e Server HARDWARE OPERATING SYSTEM ADDITIONAL HARDWARE / SOFTWARE** ANNUAL MAINTENANCE"" (at list) INSTALLATION INSTALLATION, SETUP, TRAINING LOTUS DOMINO** ESTIMATED DELIVERY DATE TOTAL HARDWAREIOPERATING SYSTEMIINSTALLATION NOTE: 1. ANY APPLICABLE TAXES ARE NOT INCLUDED. 2. This pricing assumes the IBM REBATE will be signed over to Total Data Service, Inc.. See IBM Letter 300-103. ** NOT INCLUDED IN TOTAL $125,103.43 Cost $57,464.70 $10,861.20 $0.00 $5,856.00 $3,600.00 $6,800.00 30 Days $71,925.90 Total Data Service, Inc. Page 21 of 23 F' L T DER iUR1 TO: Mayor/City Council THRU: John Maguire, Administrative Services Director THRU: Peggy Vice, Purchasing Manager FROM: W. A. Oestreich, Fleet Operations Superintendent DATE: September 27, 2000 SUBJECT: BID AWARD RECOMMENDATION 00-66 Reference the attached Agenda Request for the Award of Bid 00-66, Item #1, to the lowest qualified bidder meeting specifications. This Vendor is Ron Blackwell Ford, P.O.Box 547, Bentonville, AR 72712. (Vendor #88230). This is a budgeted item.. The Bid Tabulation Sheet dated September 20, 2000, is included along with a copy of the formal bid that was sent to each of the vendors on the Bidders List attached along with a completed copy of the successful bid. Please note the response from the second bidder, Nelms Chevrolet which included a comparable item for a higher dollar amount. There was not any significant modifications to the bid item which would warrant the additional cost, therefore the lowest priced item was chosen as the most advantageous for the City. This item 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 Traffic Division, Fleet Operations Division and the Equipment Committee. Therefore, the following is submitted for purchase approval by the Council: ITEM 1. Cab/Chassis w/mounted Utility Body & Articulated Lift ** Ron Blackwell Ford 2001 Ford F-550 W/Mounted Body and Lift @ $68,908.00,. This Bid was accepted due to the compliance with the original Specifications. This should provide a unit that will be efficient, reliable and compatible to our operations. FAYETTEVLE THE CITY OF FAYETTEVILLE, ARKANSAS DEPARTMENTAL CORRESPONDEN TO: Mr. Bill Oestreich, Fleet Maintenance Superintendent FROM: Perry Franklin, Traffic Division Superintendent DATE: September 29, 2000 SUBJECT: Bid# 00-66 Traffic Division Bucket Truck I have reviewed the specifications and the bid submitted by the apparent low bidder Ron Blackwell Ford of Bentonville, Arkansas. The bid submitted appears to meet the our truck specifications and I believe will be adequate for our work in the City of Fayetteville Traffic Division. PLF/plf CITY OF FAYETTEVILLE FAVETrEVILLE 113 W. Mountain St. Fayetteville, AR 72701 FLEET OPERATIONS 501-444-3494 INVITATION TO BID BID #: 00-66 DATE ISSUED: September 11, 2000 DATE & TIME OF OPENING: September 20, 2000 - 11:00 A.M. BUYER: Peggy Vice, Purchasing Manager, Room 306 - (501) 575-8289 DATE REQUIRED AS COMPLETE UNITS: 60 Days from Date of Order F.O.B. Fayetteville, AR THIS INVITATION TO BID IS BASED ON THE NEED FOR I UNIT AS LISTED IN ITEM #1 OF SPECIFICATIONS ATTACHED. HOWEVER, 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. Item # Description Cab and Chassis with mounted Utility Bed and mounted Articulating Telescoping Lift as listed in Item #1 Of Specifications Attached Price* EXECUTION OF BID - Upon signing this Bid, the bidder certifies that he/she has 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 agrees to furnish 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: *AUTHORIZED SIGNATURE:. *TITLE: PLEASE NOTE: ALL ITEMS MARKED * ARE CONSIDERED MANDATORY REQUIREMENTS FOR CONSIDERATION OF BID. FAILURE TO COMPLETE THESE ITEMS MAY RESULT IN REJECTION OF BID. SPECIAL TERMS & CONDITIONS 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. 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 authority to submit bids on behalf of the bidder. The entire cost of preparing and providing responses shall be borne 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 be shown 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 may call the Purchasing Office at (501) 575-8289 to determine if their bid documents have been received prior to opening date and time listed on the bid form. 1 • • 1 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 to the date of 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 furnishing of the unit/units bid. 8. Standard Manufacturer's 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 furnished 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 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 prior to release for delivery. 11. All items marked "MANDATORY REQUIREMENT FOR CONSIDERATION OF BID" MUST be completed and returned 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. BASIC SPECIFICATIONS Cab & Chassis w/Mounted Telescopic Lift & Utility Body General Specification Requirements are as follows for Cab & Chassis w/Mounted Telescopic Lift & Utility Body. These are MINIMUM SPECIFICATIONS ONLY and are not limited or restricted to the following. ALL UPGRADE OR DOWNGRADE VARIATIONSIDEVIATIONS!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 Units Bid shall show deviations to line item specifications on the "Minimum Specification" attached with referral to each item. Utilizing a copy of these specifications with variations "hi- lited" and specifics noted is suggested. 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. NO FURTHER CONSIDERATION OF THEIR BID SUBMISSION WILL BE MADE. 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. All 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 and Pollution Control Requirements in effect at time of delivery. Standard Manufacturers 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. 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 unit 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 modem 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 supplier's standard warranty or guarantee on new equipment. The minimum warranty period on new equipment must be one year. Warranty which will be honored by other than the supplier bidding must be annotated. 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 extensive 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 parts and service facility within an area to allow 1 day service on any parts or service needs. The facility shall be staffed with full time technical personnel, as well as order and shipping personnel, during regular business hours and days. A complete set of Parts and Service Manuals are to be provided for each unit. ITEM 1. HEAVY DUTY TRUCK CHASSIS W/MOUNTED UTILITY BODY & TELESCOPIC LIFT. 0 COMPLIANCE WITH APPLICABLE FMVSS SUPERSEDES REQUIREMENTS AS LISTED BELOW. MINIMUM SPECIFICATIONS ONLY BODY STYLE: Conventional Cab/Chassis - Dual Wheel 4X2 WHEELBASE: 16511 CAB/AXLE DIMENSION: 84" DIESEL ENGINE: MINIMUM ONLY: 444 C.I.D. 7.3 Liter Displacement, Direct Injection, Turbo charged, 250 HP @ 3000 R.P.M., 425 LB.FT. @ 2000 R.P.M.-120 Volt 1500 Waft Engine Block Heater, Dry Type Air Cleaner with Restriction Indicator, Auxiliary Idle Control w/Battery Charge Protection and LCD RPMNoltage readout. MANDATORY REQUIREMENT FOR CONSIDERATION. PLEASE STATE: MANUFACTURER: MODEL DESIGNATION: NO. OF CYLINDERS: C.I.D. DISPLACEMENT: HP RATING: to R.P.M. TORQUE RATING: C� R.P.M. TRANSMISSION: 4 Speed Electronic Control Automatic with Power Take off capability to match requirements of Telescopic Lift listed herein. GVWR RATING: 17,500 LBS. GCWR RATING: 30,000 LBS. REAR AXLE: Limited Slip 13,500 LB, W/Auxiliary Springs. DRIVE LINE: Spicer/Dana Coated Spline w/single guard. FRONT AXLE: 6000 LB. Capacity, Stabilizer Bar. ALTERNATOR: Dual 115 AMP. BATTERIES: Dual 78 AH-CCA. FUEL SYSTEM: 42 Gal. Cap. 6 STEERING: WHEELS & TIRES: RADIO: FLOOR COVERING: SEAT: Power Assist w/Tilt Wheel 225/70R19.5 All Season, 8 Hole w/Spare Tire and Wheel O.E.M. AM/FM w/Clock Non -Skid Vinyl/Rubber H.D Knitted Vinyl Full Bench w/Seat Belts provided for 3 seating positions. CAB: Standard Manufacturers Rust Proofed Current Model Year, Equipped with O.E.M. Heater and Air Conditioner w/R134a Refrigerant capable of maintaining sufficient temperature control and air flow for operator comfort, w/extemal steps, Dual Air Bags with Passenger Lockout. COLOR: EXTERIOR -White INTERIOR -Grey WIPERS: 2 Speed Intermittent MIRRORS: Left/Right Heated Junior West Coast Style, with 4" Convex Spot Mirrors Arm Mounted below the standard mirrors. 6" Pedestal Mounted Convex Safety Mirror shall be furnished at right front corner of cab. GLASS: Tinted, Maximum Glass area offered by the Manufacturer shall be made available. BRAKE SYSTEM: Power Assist 4 wheel disc. TRAILER HITCH: Receiver style -w/ 2" combination Ball-Pintle, w/electronic Brake controller. SAFETY EQUIPMENT: Electronic Back -Up Alarm, 5 Roof Mounted Marker Lamps, Frame Mounted Front Tow Hooks, Dual Air Horns, Interior Sun Visor -Both Sides, Electronic Tachometer and Speedometer w/Odometer, Manual Reset Circuit Breakers, Federal Signal Full Function - Full Light Street Hawk Amber Light Bar to be installed on Cab Roof (Includes Take Down, Alley, Rotators and Flashers w/6 function control. 7 • TELESCOPING ARTICULATING BOOM SPECIFICATIONS Ground to bucket 36' Working height 4 I' Side reach 29'. Bucket capacity 350# Stowed height lift only 6'5" Stowed height 9'6" Stowed length 11' Overall stowed length 16'6" Articulating boom -4 +88 Telescoping boom -14 +74 Boom extension 8' HYDRAULIC SYSTEM PTO and Pump with Minimum of 9GPM flow at operating speed, Maximum pressure: 2500 PSI, Tank capacity: 15 Gallons, 3/4" shut off ball valve on suction line, 100 mesh screen on suction line, 10 micron filter and diffuser in tank with easy access for maintenance, Sight gauge on reservoir tank. Cylinders: All lift and extension cylinders are double acting with external threaded end caps. Bore on Lift cylinders: 5" on lower, 3.5" on upper. Bore on extension cylinder. 2". Bore on leveling cylinders: 2". ROTATION Continuous rotation with shear ball system. Direct worm drive, 1" machined plate, Gears lock in the event of hydraulic failure, 7/8" shaft for manual rotation. CONTROLS Full feathering control valves at bucket and base with base overide. Single stick control at bucket. Trigger on single stick control must be engaged to operate other boom functions. Fiberglass shield surrounds the control valve at the bucket. Boom Functions: Lower boom up/down, *Upper boom up/down, *Extend/Retract, *Rotation, Bucket leveling, (*Controlled by joystick at bucket) Engine start/stop (bucket and base), Relay panel in located in pedestal. Hydraulic bucket rotator rotates bucket 180 degrees from one side, of boom to the other. A unit power switch with indicator light, located in the cab, is provided. The vehicle must be in park and the parking brake set for boom operation. 125 volt receptacle at bucket with GFI protection including an invertor with a capacity of 2000 Watts is to be provided. BOOM STRUCTURE 6" X 8" A500 Grade B welded steel upper and lower booms w/5" X 7" A500 Grade B welded telescoping boom. Pivot pins are equipped with replaceable non-lube brass bushings. Pins are ETD 150. Safety harness and shock lanyard with safety anchor ring mounted on Upper boom. Upper boom angle is constant due to compensating parallelogram. PEDESTAL 23" x 23" X 36" steel weldment with access door. Door has ventilation openings. SWING ARM Tubing is 2" X12". Lower valve is mounted on plate between tubes. Control Handles located below plate. BUCKET 350# capacity in all positions. 24" X 30" X 42" Fiberglass walk through bucket w/door, Rib Style Construction. Hydraulic leveling by master slave system. MISCELLANEOUS EQUIPMENT 12 Volt backup system with heavy duty DC pump/motor. Auxiliary 904 battery w/battery box and isolator kit. 12 Volt backup system for emergency power. Front and rear torsion bars, Full hydraulic outriggers, Hydraulic tool circuit. UTILITY BODY SPECIFICATIONS: Understructure: Front cross member: 5" 6.7 Structural Steel Channel - floor width, Rear cross member: 5" 6.7 Structural Steel Channel. full width, 5" 6.7 Structural Steel Channel fore and aft of the wheelhouse panel Intermediate cross member. a. (4) Front floor width 12 gauge Commercial Grade Steel Channel b. ( 1) Rear floor width 1 2 gauge Commercial Grade Steel Channel Center H -Frame reinforcement: (2) - 4" 5.4 Structural Steel Channel longitudinal reinforcements (1) p 5116.7 Structural Steel Channel transverse reinforcement — Floor. 3/16" Safety Tread Plate Steel Rear Deck: 3/16" Safety Tread Plate Steel - Extending 3' from rear of body to be utilized as bucket rest. Doors: Double panel construction A60 2 -sided Galvannealed Steel, Exterior panel 20 gauge A60 2 -sided Galvannealed Steel, Interior panel 20 gauge A60 2 -sided Galvannealed Steel, Plated chain supports on all horizontal doors, Flange mounted automotive door seal (Adhesive not accepted) Locks: Flush mounted, Rotary action, Key locking: Automotive quality , double bitted lock cylinder Paddle type, free wheel in locked position for greater security (Corrosion Resistant G90 Zinc Coated Steel) Door Hinges: (Removable) Concealed pin hinges, 5/16" diameter Electro-Zinc steel rod, Each removable stainless steel hinge bracket includes (1) type 316J stainless steel bushing insert, Securely bolted in place. Striker Brackets: Adjustable Body Sides: 14 gauge A60 2 -sided Galvannealed Steel Front Bulkhead: 14 gauge A6O 2 -sided Galvannealed Steel Solidly welded in place, Die -formed reinforcing rib 10 Front Panels: 14 gauge AGO 2 -sided Galvannealed Steel Second Front Partitions: 16 gauge A6O 2 -sided Galvannealed Steel Third Front Partition: 16 gauge A60 2 -sided Galvannealed Steel Horizontal Compartment Base: 14 gauge A60 2-sjded Galvannealed Steel Front Compartment Base: 14 gauge A60 2 -sided Galvannealed Steel Second Rear Partition: 16 gauge A60 2 -sided Galvannealed Steel Rear Compartment Base: 14 gauge A60 2 -sided Galvannealed Steel Rear Panels: 12 gauge A60 2 -sided Galvannealed Steel Wheelhouse Panel (Flush Type): 14 gauge A60 2 -sided Galvannealed Steel, 2" wide fenderette Wheel Boxes: 12 gauge Safety Tread Plate Steel Tailgate: 14 gauge A60 2 -sided Galvannealed Stdel, Tailgate ChQin: 410 Chain - Cadmium Plated, Tailgate Hinge Brackets: 12 -gauge A60 2 -sided Galvannealed Steel Shelving: 18 gauge G60 Minimum Spangle Galvanized Steel, Removable, lock in place, Slotted on 2 inch centers for dividers Dividers: Primer. 18 gauge G60 Minimum Spangle Galvanized Steel Automotive electro-cathodic immersion prime paint Undercoating: Entire understructure undercoated All Body Parts Are to be Electrically Welded Into One Integral Unit. Compartment Configuration: 2 Full Height Vertical compartments on both sides ahead of drive axle. Horizontal compartment above drive wheels extending from rear of front vertical compartment to rear of body on left side. Single vertical door on single compartment at rear of body. (Left Side) -2 full height vertical doors at rear of body on single compartment with horizontal compartment extending from rear of front vertical compartment to front of rear compartment. (Right Side) Total Body Height - 40" ahead of axle & 36" behind axle" - Total Body length of 11'. 12 C NOTICE TO BIDDER BID NO. 00-66 COMMODITY: CAB & CHASSIS WIMOUNTED UTILITY BODY & LIFT 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., SEPTEMBER 20, 2000, for the furnishing of: COMMODITY: CAB & CHASSIS W/MOUNTED UTILITY BODY & LIFT 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. 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 PUBLISH 9/13/00 NORTHWEST ARKANSAS TIMES Billing refer to P.O.#, BIDDERS LIST Ron Blackwell Ford P.O.Box 608 Bentonville, AR 72712 Attn: P. Cody Manus 800-238-9289 2. Jones Olds-GMC 3535 N. College Fayetteville, AR 72703 Attn: Duane Mathews 501-521-7281 3. Nelms Chevrolet 1310 W. Showroom Drive Fayetteville, AR 72704 501-442-4201 4. Lewis Ford Sales 3373 N. College Fayetteville, AR 72703 Attn: Ron Masters 501 -442-5301 5. Springdale Dodge -Chrysler -Plymouth 2308 S. Thompson Springdale, AR 72764 501-751-4563 6. Lewis Chrysler -Plymouth -Dodge Inc. 3311 N. College Fayetteville, AR 72703 501 -442-7552 - .-, .1.,.- .+�....„ 1 ir.,,a_ny ulv, �ui�i;iocvi� Sep-29-UU i0:44AM; Pd VLO/Uu fly., .v.v. .- ...,. --. a..- ._. , ye I I avlTTlvlLl CITY OF FAYETiEVILLE 113 W. Mountain St. Fayflltteviller AR 72701 ,.11..1•; • :,• DATE ISSUED: September ii, 2000 DATE & TIME OF OPENING: September 20, 2000 -1 t:00 A.M. BUYER: Peggy Vim, Purchasing Manager, Room 308 • (Ii01) 675-8299 J' GATE t;SQUIRBD AS COMPLETE UNITS:'Days from Date of Order fst qD 4W(j`" js F.O,B. Fayettevllle, AR THIS INVITATION TO BID IS BASED ON THE NEED FOR i UNIT AS LISTED IN ITEM #1 OF SPECIFICATIONS ATTACFIW. HOWgVFR THE CITY RESERVES THE RIGHT TO ACCEPT OR REJECT ANY OR ALL BIDS, WAIVE FORMALITIES IN THE BIDDING AND MAKE A BID AWARD DEMISE TO BE IN THE BEST INTEREST OF THE CITY. Item# Description Price' Cab and Chassis with mounted Utility Bad and mounted Articulating Telescophhe Lif as Ilstad in Item 11 6 8 90 g • O Of Specifications Attached ,8 EXECUTION OF 8ID - Upon signing this Sid, the bidder certifies that helshs has read and agree to the requirements setfdth in this bid proposal. Including sPecificatlons. terms and standard conditions, and pertinent irtformadon regarding the attides being bid on, and agrees to famish ttese amide® at the prices stated. Unsigned bids will to rejected. items marked • are mandatory for consiiderailon• +-d 6efE-"*;wet0s sWOt1Wfld0 1331 dtttEO 00 et tics v/. I UI II" •h,' L'sY) UU/10/VV AWN ♦0.JL !:u 7VJ avvs+•a JVIJI JV _•t V..FJ--J YU .J. ♦YI'U:.� - i 'NAME of FIRM:_ kiG���O✓� r�. •BUSINESS ADPREt3.. �- t�i1J ...� 1 ___ — •STATE:_ "Z.lP; 'CITY:, •nMONE: i- -5 •FAX; b rf- 098. 'AUTHORIZED SIONATURF: �, - �ac�•we-l� �tird. 'TITLE:_ - jrley i - PLEASE NOTE: ALL ITEMS MARKED • ARE CONSIDERED MANDATORY REQUIREMENTS FOR CONSIDERATION OF BID. FAILURE TO COMPLETE THESE ITEMS MAY RESULT IN REJECTION OF BID. SPECIAL TERMS & CONDITIONS TIiIS REtaUEST FOR WO IS NOT TO BE CONSTRUED AS AN OFFER, A CONTRACT. OR A COMWIMVNT OF ANY KIND; NOR DOES IT COM iT THE CITY TO PAY ANY COWS INCURRED BY THE 91DDER IN THE PREPARATION OR THIS BID. 1. All bids shall be submitted on forma provided by the City with the item bid end the bid number stated on the face of the sealed envelope. Bidders ISM provide the City with their bids signed by an employee or officer having IegS autiwrity to submit bids on behalf of the bidder. The entire cost of prepari g providing responeas shall be borne by the bidder. 2. Bidders shall include all applicable local, state, and federal sales tax in this bid. The rfl4tflM3IhtY of payment shall remain with the surx afUh bidder. Tax amount MMMBI be shown as a sate item. 3. Bids receiveo after the dais and time set for receiving bide will j1(QT be OOnMdpted. The City will NQL be responsible for n% ediradled bids. Vendor may call the Purchasing Office at (501) 615.8289 to determine if their bid dotaane fs have been recMved furor to opening date and time listed on the bid form. a•d 66 6-tr�ti-SOa 6NOt1HM3dD 13314 dTT:EO 60 CT dos ..-Ir- yJr -5lV•YV-._1- l _I lrry J111V Lil, ..•y. Jy.-Ir, V. .-J Y♦ •Y ��I•.., •yJ. •.. . . 4. ,. The City reserves the right to accept or reject any or all bldg, waive formalities in - the the bidding and make a bid award deemed to bath the best Interest of me City. The City shall be able 10 purchase more or less than the quantity Indicated subject to availability of funds. 5. Each bidder I1SI state on the face of the bid form the anudpated number of days from the date of receiptatorder the date of delivery of the completed units to the C►ty of Fayettsv' re to B. Time is ephCiticaHy made sence of this contract and contract may subject the contractor to deliver on or before the time specified payment of damages. 7. All bid priest shall be FOB Fleet Operations, 1626 S. Happy Hollow Rd., Fayetteville. AR, 72701, and shall Include all dealer preperetion charges, labor. materrels, overhead, profit insurarrca. tntpectton fees, eta, to cover the furnishing of the untttunb bid_ 8. Standard Man facturet'a Warranty shall apply to each unit as specified. Ay of the applicable warranty MUST any the bid with any exception to warranty clearly noted on the Bid Form. Warranty on aeCassotleslequ1Pment furnished by an after market vendor lnoted. 9. Any exceptions to the requiromeS of the City of Fayetteville NM be noted on the Bid Fant If products andlor components other than those described on Th & bid documOnt are proposed. the bidder must Include Complete descdp VO literature and technical specdloet'ons. The City bidders reserves the r �ht� t any additional Information It deems necessary o eubMselon deadline. 10. Inatalitdon of DealerchiplDistributorship Logo 11. The corr�feied unit delivered to the City of FayerievHls shau comply with ail accepted a commercialfor l' g an ��uiaon needand ed priolm release forate nww te' unused except delivery. 11. All items marked ow MLI be completed and raturned with the bid a the bid maybe considered as non-respor and relecwd on that basis. 12. Parts and Service Manuals shall be provided b cover the Chaetis, Power train. Body and any modifications to production Items. g•d eaf6 Ybb-L09 SN0rLtl213d0 1314 dtt:EO 00 Ct des z=I 14 '00 41:34 405 236 1472 PAGE.004 : P.::': �. .. .t...JC5. .. ... .::. .. :':. .. 1 _. ....-.......y v_. C E .4 13. A training 9eesion .hall be provided at a City of FayetWvllle Facility to familiarize City Employees with the operational and maintenance needs of any special equipment furnlsned- BASIC SPECIFICATIONS Cab @ Chassis wlMosmtcd Tetascoplo Lift & Utility Body Alternates Will be conatdeled provbed each Supplier dearly Mates on the face of his propowl exactly what he propot.s to furnish and forwards necessary deornptive material which wpl cleady Indicate the char.dar of the amide ccvnd by his n bid. ns fi Bids are sub$d to evailebarty, wa nt Staff analysis. Float Mandardlltion requlremerks, replawrna Faorral w0tswwl be oe avadabftty and ManufactunedDistdbulodDealer fa.id support at apendConsiderod. Al Unite Bid shall show deviations to Yea Poem specMicatbna on the "Minimum SpS coadOm" attached with mlerra1 to each item. UtIUZUIIQ a copy of thee. apedfieatons with verlations,u tried" and specdles noted Is suggest- ANY BIDDER. WI1E1)CRA MANUFACTURER OR DESIGNATED DEALER. WHO CAN PROVIDE MATERIALS , FEATURES OR OPTIONS TO MEET THE SPECIFICATIONS PRICING LNEP ACING ADVANTAGE AGVI AND A COMPEWILFULLYT1TNE BID SITUATION WILL BE DEEMED NOW AILS TO DO $O BECAUSE OF PRICE OR TO GAINA RESPONSIVE- NO FURTHER CONSIDERATION OF THEIR BID SUBMISSION WILL BE MADE. SHOULD THEIR CURRENT LITERATURE, OR PRICE LISTS FOR MATERIALS, FEATURES, OR OPTIONS INDICATE THEIR ABILITY TO PROVIDE SAME TO MEET THESE SPECIFICATIONS. AND THEY FAIL TO DO SO, THEY WILL BE DEEMED NON- RESPONSIVE AND DECLARED INELIGBLE TO RECENE THE AWARD FOR THE UNIT SPECIFIED. FINALLY, ANY CLAIMS THAT AN ITEM BID EXCEEDS THE STATED SPECIFICATION MUST BE DEMONSTRATED IN A PERFORMANCE DEMONGTRATION IN DIRECT COMPETITION WITH OTHER UNITS BID BY OTHER MANUFACTURERS PRIOR' TO AN AWARD OR THE BID WILL BE DEEMED UNRESPONSIVE FOR FAILURE TO SUBBTAN•fIA•TE THE CLAIM. All equlpmalt shall be now end unused and of the Manufaawers Current Model Year and shalt include al standard equipment a. advertised by the Manufacturer. All vehleiss and equipment tilted heroin shall compb wAh applicable FedssW and Stal.Safety. Emlson and Pollution Control Requhenpnta in effect at Urn. of delivery. Standard Monutadurmes Warranty shall be furnished. Minimum Warranty period shall be no Len than I year. y•d 68iE-obi-T09 swoIlbtl3do 13314 d9S P26 dtt=eo. Doet dal 1472 `.;'i?AGE . 005 i 1� Field dernonaUaD0n6 of currency opsitionai units wMch are offend as a substtuhe, v8riatlona: or deviation may be required as pant of Staff anatysls at the option of Staff members or other quaffed interested partiesproperly dowmented r0 ana13 may be required of vendors which allows field evaluation of units in s comparable operational area The City of FayettiVile Moms the right to accept the best bid for the City. and is not required to accept the lowest priced bid. - The City a60 reaaivae the right to root sly area bide and will be the sole judge of what compAees the best and most apvardageou$ unit to meat the needs of the City. GENERAL PROVISIONS AND REQUIREMENTS 1. GENERAL It is the Mint and purpose of these spodflca6a s to secure for the purchaser the necessary equipment and acoessorNs which will be oapabte of pettom*� in a sate praaliwl and atfident manner consisbM with accepted cornmerehel standards. 2. MATERIALS AND WORKMANSHIP All equipment. materials and worwriarartlp shall be of the highest grads In accordance wink modem pied ce The equipment suppfisd will be new end unused except for the necessary testing, calibration and transportation. 3. WARRANTY An items fumkhad In accordance with these spacifreabons shall be covered by the manufathrrere and/or suppliees standard warranty or guarantee on new equlpmeM. The minimum wnntY period an now equipment must be one year. Warranty who cell be honored by other than the supplier bidding must be annotatod• 4. PARTS AND SERVICE To best saMos the raqulrenante of the P fit and the inWrit aahioad of without ta app cs6Gn oio secure dan exsnk which tan e pt ryorY subjected to long peAeds of 1Merrupted service atoddnp an extensive parts Irhhrentoty being ubieoU due to the tads of spare Parts' All suppflets submtaing proposals muM or have a needs. Tpaa�ao dySe�sshaH mtadl � n an with full area to allow I day 6sMce on any pa n regular a bediness tine tathntoai personnel, as was as ardor and shipping peter ne. Outing hours and days. A complete sal 1 Parts and Service Manuals are to be provided for each unit. '1ITEM I S -d -- a ce a nn A I• �JS HEAVY DUTY TRUCK CHASSIS WIMOUNTED UTILITY BODY S TELESCOPIC LIFT. se,C-tbb-IOS Su0I1tle3d0 133'/! d,T:60 00 6T sag 405 236 1472 .::,PAGE .006,.. .. �.. ..L%j ♦,. i e . r.. I u. •_I -?__II vr.j ..b .... ...a.. u..,: ._ .:_ ..�....J I _A. .. • L Y, COMPLIANCa " n P.CAW PIIY� $UPERSEDF.S SPBCtiWTIONS ONLY BODY 5TYLEConysMionol CabIChasale " Dual Wheel 4X2 WHEELBASE: 1es'✓ CAB/AXLE DIMENSION: 84"✓ DIESEL ENGINE: M1NWUM ONLYr444 C.I.D. 7.3 Liter 250pHP 3000 R.P` A 425 LB.FT. C 000 R.P.M.-120 Vole 1600 Wrdt Engine Block Plastic: Dry Type Air Clearw w4h Re m P caters gAul_Wry iary idle Control WBat and LCD RPMIVOItaga readout. MODAL DESIGNATIUN NO. OF CYUNDERSI -- CID. DISPLACEMENT' RP.M. HP RATING: TORQUE RAYING• 5 O O IE /WO R P.IA TRANSMISSION: 4 Speed Electronic control AutorJk with Power ✓ TOM off o•patIl ty to match ,.qufrerfltfltS of Teleacoplc Litt listed herein. GVWR RATING 17,600 LAS. -1 %DOo ✓ GCWR RATING: REM AXLE: DRIVE UNE: FRONTAXLJ ALTERNATOR: BATTERIES: FUEL eYSTEMC old 6B4e-t.�*'IoG 7- 14 00 41:33 30,000 L88. ✓ Limited Sep 13,600 L8, W!AuxiIiery Springs. J spicerlDtta Coated ppluw w/dngie guard.I 8000 LB. Capadty. Stabilaar Bar. J Dual 115 AMP.✓ Dual TB AN-CCA.J 42 OaL ap. No 9G1 / 6 GWOILU8360 133-4 dfltr60 00 et des 405 236 1472' PRGE.007 . _f. - 1 .I. _......_ .:I _.I 1 • STEERING: Power Assist w1rdtWheel WHEELS & TIRES: 225/70R19.5 All Season, 8 Hob W(Spare Tiro and ✓ Wheel 1 RADIO: O.E.M. AM(FM vdQlods ✓ FLOOR COVERWO: Non -Skid VmylRubber✓ SEAT: H•D Knitted vinyl Full Bench w(Seat Belts provided for 3 seating porrihont. CAB: Standardar, EquI pSdrRust Proofed Current ./ wih O.E.M. Heaterah¢ Ak Model Year, Equipped •. Cc boner WJR134a Refngarerlt capable of matnte irg auffids t temperob+fe control end Si flow for operator comfort w1e*demal steps• Dual Air Baps vdth Passenger Lockout. COLOR EXTERIOR white INFERIOR -Gray./ WIPERS: 2 Speed Inmmlatent./ LeflIRl01d Heated AWW west coed Style, wan 4- S µ �d MIRRORS: R below the `/ 7T fK*fofo.r standard mirrors. 8" Pedestal Mounted ironImrrsaf 1 Sgwy Mkror shalt be f umished at rig non - t.e•-i4d of cab. GLA93: Tinted, Mndmum Glass, area offarad by the,/ µanufadurer shaU be made available. IL • • . • • ....,nryrr!A 1NUIf 7 4•d Gai6-1fi^Toe SN0rsua3a0 £3314 daTsgo do ET daS x= 14 '00 41128 405 236 1472 PAGE.006 -.Y•aa a. I. 1 41 a.I.. Jlll Ua., JVI JI JUL1., JLN LJ• J,/ IJ.'Ii TELESCOPING ARTICULATING BOOM SPECFlCATiONS ,;: Ground to bucket a' Working height 4 r Side reach 2W. Bucket capacity 350$ Stowed height lift only 8'a" Stowed height slaw Storied length 11' Overall stowed length 1e'6' • Articulating boom -4 +88 Teleacophhg boom -14 +74 Boom extension 8• HYDRAULIC SYSTEM pM and pump with Minimum of BGPM flow at operating speed Maximum pressure: 2600 PSI. Tank capacity: 15 Gallons, 314" shut Off ball valve on auction line, 100 mesh screen on suction line, 10 micron filter and dtlfuseF in tank with easy access for maintenance, Sight gauge on reservoir tank. Cylinders: All lift and extension cylinders are double acting with external threaded Sid caps. Bore on Utt cylinders: 5' on lower, 3.5" on upper. Bove on extension cylinder. 2". Bore on reveling cylinders: 2". ROTATION I 49U IO Continuous rotation with shear ball systtsm. Direct worm ddwe, t" machkied plate, Ceara lock in the event of hydraulic failure, 718" shaft for manual rotation. I CONTROLS Full feathering control valves at buakit end base with base overide. 8htge stick control at bucket Tdgg& on single stick control must be eng Sd to op*ate other boom functions. Fbergiass shield surrounds the control valve at the 8'd 68►C-t 44'-lDS 41:36 8 SNOI1SM3d0 13314 d4l:Bo 00 21 des 405 236 1472 PAGE.009 _'.•L u) uy u l LLv s..11. 800 1lt1L ON RS/fl W,.IIUa-SI VlY JV•✓. JVLY t SL•4I 00/6L/00 J J`J lJ v'✓ .✓. YI ML1� ql- j. bucket Room Functions: Lower boom upfdown. 'Upper boom up/own. dck at bucket) •extendlfistruck,'Rotsbon, Rudest leveling, ('Controlled by pedestal. Engine start/stop (bucket and base). Relay panel rain from one ain ped of hoop+ to Hydraulic bucket totafnr rotates bucket 180 degdin the cab, le the other. A unit power switch with indicator tight. breaks set for hooln provided. ma vehicle must be In park and the parldnga operation. 125 volt rewptade at bucket with GA protection Including an inventor with a capacity of 2000 Watts is to be BOOM STRUCTURE 6" X 6" A600 Grade 8 welded steel upper and lower booms ww15" ith �p ceablm S0C Grade B welded telescoping boom. Pivot pins are equipped inyard nondube brass bushings. Pine are ETD 150• Safety harness �andsm hook LB natant with safety anchor ring mounted on Upper boom- Upper due to compen$BUn9 parallelogram. ii PEDESTAL 23" x 23" X96" steal weidMont with access door. Door has ventilation openings. SWING ARM Tubing Is 2" X12«' Lower valve is mounted on plate betwean tubes. Control Handles located below plate. BUCKET 350# capacity In all positions. 24" X 30" X 42" Fiberglass walK through ppckat w/door. Rib Style Construction. Hydraulic leveling by master slave system. MISCELLANEOUS EQUIPMENT 12 Volt backup system with heavy duty DC pump/motor. Auxiliary 904 6dKitery w/battely box end isolator kit. 12 Volt backup system for emergency power. Front and rear tomlon bars. Full hydraulic outriggers. Hvdraull0 toot circkat. UTILITY BODY BPECIFICATIONS' Undetstrudure: . Front class member, 5" 6.7 atnidurat Steel Channel - floor width. Rear cross member 5 6.7 Structural Sta l Channelfull width, 6' 5.7 Structural Steal Channel fore and aft of the wttaelhousa panel 9 SN0tltra3d0 433'13 da25co 00 EL des Z•d 66f6-;trf-TOS -- I,•Qi 405.236 1472 ....PRGE.010. .•J. .�.J I V:•u.eve ua.! .iu u..iu•_v i ucFl-�J'VV• V.`l W+ui, I' dye LV • COOo L4VV1 Uri xa,saa a••• ••�^ �^•••-- y Intermediate cross member. a. (4) Front floor width 12 gauge Commercial Grade Stbet Channel b. (1) Rear flaorwidth 1 2 gauuge Structural Grade Steel Channel Center M•Framrel a nforcpment: (2) Steei Channel longitudinal reinforoemente (1) p 5" 6.7 Structural Steel Channel! transverse reinforcement~ Floor. 3116" Safety Tread Plate Steal Rear Dock: 3116" Safety Tread Plate Steel - Extending 3' From rear of body to be utilised as bucket rest. Doors; Double panel construction MO 2aided Galvannealed Steel, Eged80 or 2 anul eidad 20 gauge AGO 2-sided'Gatvennealed Steel, Interior panel 20 gauge oaivannealS Steel. Plated chain mounted automotive door seal (Adhesive not on all horizontal doors, Flange not eccepted) Woke: Flush mounted, Rotary action, Key loddng: Automotive quality ,double Sated luck uc (Corrosion cylinder aiddle et type, free Coated in l) locked positron for greater eeourdy C390 Door Hinges: (Removable) Concealed pin hinges, 8116" diameter Electro-Zinc stainless Steel redsbum g Each le stainless steel hinge bracket Includes (1) type siai Insert, Securely bolted In place. Spiker Btaokots: Adjustable Body Sides: 14 gauge AGO 2 -sided Galvannealed Steel Front Bulkhead: 14 gauge AaO 2 -sided Galvannealed Steel Solidly welded in place, Die;torrrred reinforcing rib S'd save-bbt•-IOS 14 '00 41:37 SNOI1ua3d0 133.13 dsa:cD p0 6t Gies 405;236 1472 PAG£.011 - •J�♦ ♦\L\u J•l••LIJ1.•' V11) ./V Iy .1�1 •..\'. tJ .. - IV.Iy -,. .�. Front Panels 14 gauge AGO 2 -sided Galvannealed Steel Second Front Partitions: 16 gauge A6o 2 -sided Galvannealed Steel Third Front Partttlan: 16 gauge AGO 2 -sided Galvannealed Steel Horizontal Comportment Base: 14 gauge A60 2 -aided Galvannealed Steel Front Compartment Base: 14 gauge A60 2 -sided Galvannealed Steel Second Rear Partition: 16 gauge A60 2 -sided Galvannealed Steel Rear Compartment Base: 14 gauge AGO 2 -sided Galvannealed Steel Rear Panels: 12 gauge A60 2 -sided Galvanneated Steel Wheelhouse Panel (Flush Type): 14 gauge ASO 2-sldad Galvannealed Steel, 2" wide fenderette Wheel Boxes: 12 gauge Safety Tread Plate Steel 1 Tailgate: 14 gauge *60 at d. Ttd G&vasic HingelS Steel, Tailgate Chain: 410 ChaIn 2 -gauge A60 2 -sided oalvi mewled Cadmium Plated, TaNgate Hinge Stool t'�i 69t.6-rrf-IDS 14 •00 41:37 SN0k1l dad0 L331. d4Z 960 00 ei' des 405 .236 .;1472 4.'v.PAGE , 012_p;,; __ ♦ GG_ .. {AY �� .....F .-.. 'U.) SDll � 11661 ON Ylt/fl cu)1 ` DD/81/80 ._l Shelving: pt 18 gauge 06O Wnimum Spangle Galvanized Steel, Removable, lock in plpae. Slotted an 2 inch'centers for dividers Dividers: 18 gauge Goo Minimum Spangle Galvanized Steel Primer. Automotive elactro-eathodie immersion prime point undercoating: Entire understrilcture undercoated Au bogy. P..: tube sal •jcaIIy Welded lrrto 0a Mhoria Unit Compartment Configuration: 2 Full Height Vertical compartments on both sides ahead of drive axle. Horizontal compartment above drive wheels extending from rear of front vertical compartment to rear of body on ion side. Single vertical door on single ; cempartnront at rear of body. (Left Side) .2 full height vertical doors at reir of body on single compartment with horizontal Compartment extending from;raar of front vertical compartment to front of rear Compartment. (Right Side) Tots Body Height - 40" ahead of axle & 38" behind axle'- Total Body length of 11'. • 12 ^�'� BBbE-♦rtr"TaS• • SN0Isua3dO 1331) dSZ:80;;00 el de$ 14 ' RS n r : 3B 405 . 236:-::1472 ;PRG 013 k---,,' vlII J'. 11111♦ -I 1yJ�L 1 VI LIIL:JJIIy yy v... Jl ... •..rr ♦Ie� • .'fll • y • ? • • . 9OF • e.. • ♦ • • . 1.• iC �� 1• i• • 1I • • �. I - S 7 _ v • . tl _ 1 •r1 ■� � 1 � ' K l:uVFr: C=spnln'_:J IhrJL! ' ■II p_g . fCHNI E ■� ■®l■■ II II ■� ■H ■■ ■,1■■ ■■■ ■■■ ■■ ■U■■ 11 ■■■■ ■®1O■ . ■■■■ II__ .. _ - a ---Y d la 4...J J i I tY —+l OSScma ClVj OK 75100 TO •a : •• ORDER D.s O. WY•r gGUOR]1TION NO. PURCHASER'S ORDER NO! SHIP TO ADDRESS CCWY STATE ZIP TERMS P Y" PAYMENT I-l(PBCr®ATTt OF DEWERY UNLESS OTHER ARMNGMENTS Alt MACE IN ADVANCE :arJi .lY J'i�CK rU ":1RFii i. L::Gf.Ir'I 1f1`; I i'nrL j -®.- Es ■� - MU z= 14 80 41:36 _;' 405 236 1472 PAGE.014 JUIJI • _� iep-d.JUU IUr4:JNI4{, • {aye d J'jU •Ir- ../r �uj•rl... v'aalvr II v.I IGL:ll l vj VAV1 UV/10/UV AVP AU. -J0 ma •VJ nVV �lrw 1 • I Division of TG Industries, Inc. J'J, J/JUDY 1) i U: bUAlaj Kaye 2b/bb GENERAL SPECOFJCRT11O"5: • Platform Height 38' • Working Height 41' • Side Reach 29' • Approx Stowed Travel Height 9'8" • Rated Platform Capacity 350# • Articulating Boom -4 +88 • Telescoping Boom -14 +74 • Boom Extension 8' • Rotation Continuous • Minimum Chassis Specs 17,500 GVWHydraulic Outriggers Required OPTIONS: • 12 Volt Emergency Power at Bucket & Base • Hydraulic Tool Circuit 2_ 14 '00 41:4@ oup-[b-UU • Economy 11 A STR"DRRO FERTURES: • Engine Start/Stop at Bucketand Base • Full Pressure Control Valves • Single Stick Control at Bucket • Extension By Hydraulic Cylinder • Hydraulic Bucket Leveling • Shear Sall Rotation • Hydraulic Bucket Rotator • Non-Lube Bearings • Steel Units Only: Fiberglass walk thru bucket. with door 125 Volt Receptacle with GM at bucket or ri ut • Rear Torsion Bar • Required • Front Torsion Bar • Recommended • "H" Frame Hydraulic Outriggers - Required • Vinyl Bucket Cover DIVISION OF TO INDUSTRIES, INC. (712)884-3737 • Fax (712)864-3848 1621 HIGHWAY 15 SOUTH ARMSTRONG, IOWA 50514 AfmUR meat or ec€e all OSHA an0 ANSI92.2 reQuifBmenls ICE •s*.lkp ttm n aadN•4g o,¢dydatjitnS 2d•e •.Q&4 •M miltl,•, W' telb•th La., CtGSIPWI 1.1G ��OI�KYClp•M11M1'.R1WOYp101dlEWG!YgiPl'/•tl11R DEALER: 405 23W______________ 36 . ul ..,:<,51„y Ulv; bUI919b[41; Sep -29-00 10:51AM; Page 27/58 W A R•A N T Y CERTIFICATE +*!t#R**3*R*tt!*! S f « This is a limited warranty. All parts of the ARM -LIFT are warrapted for a period of twelve months from the date of « purchase. This warranty is issued only to the originej user and promises that TG INDUSTRIES, INC., manufactured products are free from defects in material and factory workmanship when 0 4 props*ly installed, serviced and operated under normal 4 conditions, according to the Manufacturer's instructions, * « « « S Manufacturer's obligation under this warranty is limited to + correcting without charge at its factory any part or parts * thereof which shall be' returned to its factory or one of its * * Authorized Service Stations, transportation charges prepaid, within twelve months after being put into- service by the original « « user, and which upon examination shall disclose to the * Manufacturer's satisfaction to have been originally defective. * « Correction of such defects by repair to, or supplying of replacements for defective parts, shall constitute fulfillment * *• of all obligations to original user. * « « « The •ARM -LIFT Aerial Bucket Lift is engineered and designed to perform as stated on published specifications. Only quality i materials and workmanship are used in the manufacture of ,'this « •. product. With proper installation, regular maintenance, and periodic repair service, the equipment will provide excellent * « service. « This warranty shall not apply to any of the 'Manufacturer's * * products which must -be replaced because of normal wear, which * t 'have been subject to misuse, negligence or accident of which « * have been repaired or altered outside of the Manufacturer's a * factory unless authorized by the Manufacturer. Misuse included « « driving the vehicle with the Arm -Lift up in the air or operating 00 without a man in the bucket. M « t 1 « kManufacturer shall not be liable for loss, damage or expense + directly or indirectly from the use of its product or from any *� cause. This includes injury to a person in the bucket incurred « while the motor vehicle, the Arm -Lift is mounted on is moving. « « i « The above warranty supersedes and is in lieu of all other * v • warranties, expressed or implied, and of all other liabilities or obligations On part of Manufacturer. No 'person, agent or * _ . dealer is authorized to give any warranties on behalf of the * * Manufacturer nor to assume for the ...Manufacturer any other liability in connection with any of::3ts product, unless made « in writing and signed by an officer Of tbeManufacturer. * off tt;lsttfttt}tttis!!t*tttt�r�Rt:3t�f *tiltt�tt#Rte:rAR<set#*t*tt##A7)F • 7 - 4�S:2363472 PAGE .017:>.::.. _,. .. J..... . �.., r...J .._ u... Warranty Coverage ..u� ..� .. .. u. v...j Pre y P. Cody Ron B1ack*d Ford Commercls Tnldm 2609 South Welton Bed. P -O Bar 547 Bwftnvgk, AR, 72712 Tog free: 800.2389288 Phone: 501-273.8022 Ford F-550 Chassis Super Duty 2001 Ford F-UO Chassis 4,280 Regular Cab 16&8w WS DRW HD XL Bumper m Bumper........................................................._..................................................... 36 monlMd0,00o miles MajorComponerb ...................................................................................................I.... ..... 38 nwntl✓d6,000 mien Corrosion PaRoredon................... .................................. ..................60 manlAuniniAed rdeege .............................. Roadsidece.............................................................................................................36 mmiilMd6000 mien ............. mordNMn oa0,.:.1. Engine........................................................................... 60 ....................... ....... Rice• arnl mrantwaibeltr a•S -... a r• r,hj•olbaloge .no ..t bf•rd wan••ratlda. p•c►•rm•gim a.m'u any Venr A_.. IS s•cwkcals M+0 - r$th.c•$win•rtnil it dInaomVran•)•bn. sms•le•pel•m farow wdowew Mbmalfon. radbm.c• Cf0fi006 M140a Printed on Sepaimbsr 10. 2000 pt 1256 pel Price Leval: 120 Quote % F400 Lift Y/ • 11 I - 1 . 1 1 1 1 Exterior (Continued) Rear bead.. ......................... Tuming radius ..................... Fuel tank ............................ 84.0' tom Cab to a>ae............... 47.5" from sic to end of frame- S.-abj-Abdlarpa and PrtnSd m S.rle�eer 15, 2000 at 12:08 pa Price LeveC 12D at(S O7. F700 Lin uvp-CJ-vu U.YJ'Arr1, reyl: J Prep•For: Peggy Ytse Prepared By: P. Cody Manus Dealership: Ron Bbakwel Ford Corn .....Ga41 .....29.T 40.0 gat. ry. Aoaolba _1.Laa, M not Ieaadad ii PaSaW. oa.I0 . atdwn. • uy rl lbytril. I UI 1.1 labjIlle ULV JUI JI DtlL41, Jep-Z9-UU IU:b1AId; September 19, 2000 Peggy Vice City of Faycticville 113 West Mountain Fayetteville, Ar 72701 Dear Ms. Vice. .IttMahgtG.a1 Park Local 501451-21o0•T004 a 677657.4201 .lax sou -251.2148 Nelms Chevrolet 1310 W.Showroom Daher • fayettevilb,AR72704 Thank you for the opportunity In bid on the following truck and body to be used by The City of Fayetteville. The bid for the body ,built to the City's specs, is from Grant Manufacturing in Tulsa Oklahoma for the amount of $38.638.00. We built a 2001 C Series as close to the bid specs as possible giving the allowable options from Chevrolet. Everything with the exception of the Horsepower is at or above minimum requested specs. The C6H042 Medium Duty Truck is a far heavier truck that requested specs. With an Inline 6 eyl Cat Diesel motor the horsepower is off 43 hsp at 207 lisp at 2200 RPM's inslaul of the minimum requested 2501tsp at 3000 RPM's, however, the torque rating is 520 at 1440 RPM'with , which exceeds the minimum required 425 lbs of torque at 2000 RPM's, which should more than overcome the shortage 01 43 horsepower. The truck is a total of 19000 GV WR with a 10761 lb payload capacity. With the price of the mounted utility body & telescopic lift being higher than the price of the truckI would highly recommend the heaviest truck allowed in the city budget. T believe that this truck would be the best and most advantageous unit to meet the needs of the City. I understand the need to have the vehicle within 60 days. I do not see a problem with this being accomplished, however, this is totally in the control of how quick Chevrolet can build and deliver the vehicle to us. Sincere Kevin Hunter Commercial Truck Manager • pv ETrEVIL� • CITY OF FAYETTEVILLE 1131 K. Mountain St. Fayetteville, AR 72701 FLEET OPERATIONS 501-444-3494 INVITATION TO BID BID 1:00-66 DATE ISSUED: September 11, 2000 DATE & TIME OF OPENING: September 20, 2000 - 11:00 A.M. BUYER: Peggy Vice, Purchasing Manager, Room 306 -(501) 575-8289 DATE REQUIRED AS COMPLETE UNITS: 60 Days from Date of Order F.O.B. Fayetteville, AR THIS INVITATION TO BID IS BASED ON THE NEED FOR 1 UNIT AS LISTED IN SPECIFICATIONS R, THE CITY RESERVES THE RIGHT TO ACCEPTOR EJE T ANY OR AL B DS WAIVE FORMALITiES IN THE BIDDING AND MAKE A BID AWARD DEEMED TO BE IN THE BEST INTEREST OF THE CITY. Item # Description Pn 3 1, Cab and Chassis with mounted Utility Bed and mounted Articulating Telescoping Lift as listed in Item #1 Of Specifications Attached $-- �--�—_ fi /c p EXECUTION OF BID - Upon signing this Bid, the bidder certifies that he/she has 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 agrees to furnish these articles at the prices staled. Unsigned bids will be rejected. Items marked * are mandatory for consideration. Ll)c . aalb UI UI M1I Jl. IU 1J1.' • JJ. JI J1Jr`.. rr 4r tJ •1 -. Jrnlj • 'NAME OF •BUSINESS ADDRESS: /3/U .�'..�on' Dgj CITY: /f�. , 'STATE: *PHONE: •FAX:_ 5/ - SI €2/cy 'AUTHORIZED SIGNATURE: �---^ PLEASE NOTE: ALL ITEMS MARKED'` ARE CONSIDERED MANDATORY REQUIREMENTS FOR CONSIDERATION OF BID. FAILURE TO COMPLETE THESE ITEMS MAY RESULT IN REJECTION OF BID. SPECIAL TERMS & CONDITIONS THIS REQUEST FOR BID IS NOT TO BE CONSTRUED AS AN OFFER, A CONTRACT. OR A THE CITY TO PAY ANY �COSTS INCUMITMENT OFR BY KINDTHE NOR DOH BIDDER IN THE ES rT MS PREPARATION OF THIS BID. 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 1I�Il SI provide the City with their bids signed by an employee or officer having legal authority to submit bids on behalf of the bidder. The entire cost of preparing and providing responses shall be borne 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_ be shown as a separate item. 3. Bids received after the date and time set for receiving bids will NQI be considered. The City will 1491 be responsible for misdirected bids. Vendor may call the Purchasing Office at (501) 575-8289 to determine if their bid documents have been received prior to opening date and time listed on the bid form. C.,, Y I.L V aaYV Vi JIUVSI.1 JY I J I JVLY I, V V,/-LJ VV IV. JJ.9I, i 0 0101 J I , JY 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 to the date of 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 furnishing of the unit/units bid. . 8. Standard Manufacturer's 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 furnished 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 r�� descriptiveetest any literature and technical specifications. The City 9 additional information it deems necessary from any or all bidders after the submission deadline. 10. Installation of Dealership/Distributorship Logo is P3OHIBiTED. 11. The completed unit delivered to the City of Fayetteville shall comply with all unnuused pted commercial standards for materials and supplies which are new and except for normal testing and evaluation needed prior to release for delivery. 11. All items marked "MANOATUKY ncuuflwi r n -.—w- son MUST be completed and returned 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. • 0 13. A training session shall be provided at a City of Fayetteville Facility to farnilianze City Employees with the operational and maintenance, needs of any special equipment furnished. BASIC SPECIFICATIONS Cab & Chassis wlMounted Telescopic Lift & Utility Body General Specification Requirements are as follows for Cab & Chassis w/Mounted Telescopic Lift & Utility Body. These are IIUNIMUM SPECIFICATIONS and are not limited or restricted to the following. Alternates will be considered provided each Supplier clearly states on the fade of his proposal exactly what he proposes to Furnish and forwards necessary descriptive material which will dearly Indicate the character of the article covered by his bid. AN 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 Units Bid shall show deviations to line item specifications on the "Minimum Specification" attached with referral to each item. Utilizing a copy of these specifications with variations "hi- lited" and specifics noted Is suggested. ANY BIDDER. WHETHER A MANUFACTURER OR PROVIDE MATERIALS. DESIGNATED FEATURES OR OPTIONS TO MEET THE SPECCAN IFICATIONS OUTLINED HEREIN I PRICING ADVANTAGE IN A COMPETITIVE BID SGAIN A IITUATION WILL BE DEEMED NON- RESPONSIVE. NO FURTHER CONSIDERATION OF THEIR BID SUBMISSION WILL BE MADE. 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 COMPE iiilON WITH OThER UNITS BID BY OThER MANUFACTURERS TO AN AWARD OR THE ID WILL BE DEEMED UNRESPONSIVE FOR FAILURE PRIOR TO SUBSTANTIATE THE CLAIM. An 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 hated herein shall comply with applicable Federal and State Safety, Emission and 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. •..¼.... u) . of u�.u. ���.. . u. u.u..u.s ui. •_ ••_•• rv._.•.r '-- ..e ... .. ...•J i 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. Property documented referrals may be required of vendors which allows field evaluation of units in a comparable operational area. 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 unit 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 modem practice The equipment supplied will be new and unused except for the necessary testing, calibration and transportatlon. 3. WARRANTY All Items furnished in accordance with these specifications shall be covered by the manufacturers and/or suppliers standard warranty or guarantee on new equipment. The minimum warranty period on new equipment must be one year. Warranty which will be honored by other than the supplier bidding must be annotated. 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 property maintained and serviced without the necessity of stocking an extensive 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 parts and service facility within an area to allow 1 day service on any parts or service needs. The facility shall be staffed�full time technical personnel, as well as order and shipping personnel, during reg ulat hours and days. A complete set of Parts and Service Manuals are to be provided for each unit. ITEM 1. HEAVY DUTY TRUCK CHASSIS W/MOUNTED UTILITY BODY & TELESCOPIC LIFT. -.� �. may. yl�y • 4. y_Y) • V.. J I • MINNUM SPECIFICATIONS ONLY BODY STYLE: Conventional Cab/Chassis - Dual Wheel 4X2 WHEELBASE: 185" CAB/AXLE DIMENSION: 84" DIESEL ENGINE: MINIMUM ONLY: 444 C.I.D. 7.3 Liter Displacement, Direct Injection, Turbo charged, 250 HP ® 3000 R.P.M., 425 LB.FT. @2000 R.P.M.-120 Volt 1500 Watt Engine Block Heater, Dry Type Air Cleaner with Restriction Indicator, Auxiliary Idle Control wBattary Charge Protection and LCD RPM Voltage readout NO. OF CYLINDERS: C.I.D. DISPLACEMENT: HP RATING: TORQUE RATING:__RP.M. TRANSMISSION: 4 Speed Electronic Control Automatic with Power Take off capability to match requirements of Telescopic Lift listed herein. GVWR RATING. 17,500 LBS. GCWR RATING: 30,E LBS. REAR AXLE: Limited Slip 13.500 LB, W/Auxlllary Springs. DRIVE LINE: Spicedpana Coated Spline w/singte guard. FRONT AXLE: 6000 L.B. Capacity, Stabilizer Bar. ALTERNATOR: Dual 115 AMP. BATTERIES: Dual 78 AH-CCA. FUEL SYSTEM: 42 Gal. Cap. • STEERING: WHEELS & TIRES: Power Assist wtTil, Wheel 225170R19.5 All Season, 8 Hole w/Spare Tire and Wheel RADIO: O.E.M. AM/FM w/Clock FLOOR COVERING: Non -Skid Vinyl/Rubber SEAT: H.D Knitted Vinyl Full Bench w/Seat Bells provided for 3 seating positions. CAB: Standard Manufacturers Rust Proofed Current Model Year, Equipped with O.E.M. Heater and Air Conditioner w1R134a Refrigerant capable of maintaining sufficient temperature control and air flow for operator comfort, w/external steps, Dual Air Bags with Passenger Lockout COLOR: EXTERIOR -White INTERIOR -Grey WIPERS: 2 Speed Intermittent MIRRORS: LeftlRight Heated Junior West Coast Style, with 4" Convex Spot Mirrors Arm Mounted below the standard mirrors. 6" Pedestal Mounted Convex Safety Mirror shall be furnished at right front comer of cab. GAS: Tinted, Maximum Glass area offered by the Manufacturer shall be made available. BRAKE SYSTEM: Power Assist 4 wheel disc. TRAILER HITCH: Receiver style -w/ 2" combination Ball-Pintle, w/electronic Brake controller. SAFETY EQUIPMENT: Electronic Back -Up Alarm, 5 Roof Mounted Marker Lamps, Frame Mounted Front Tow Hooks, Dual Air Home, interior Sun Visor -Both Sides, Electronic Tachometer and Speedometer w/Odometer, Manual Reset Circuit Breakers, Federal Signal Full Function - Full Light Street Hawk Amber Light Bar to be Installed on Cab Roof (Includes Take Down, Alley, Rotators and Flashers w/6 function control. uaL "y. . Vy ULLcVa U I VI UI Id3110., 1, VY L ...V IJi VVCY I, lly.. UUi J.I TELESCOPING ARTICULATING BOOM SPECIFICATIONS Ground to bucket 36' Working height 41' Side reach 29'. Bucket capacity 3509 Stowed height lift only 6'5" Stowed height g6" Stowed length 11' Overall stowed length 16'6" Articulating boom -4+88 Telescoping boom -14 +74 Boom extension 8' HYDRAULIC SYSTEM PTO and Pump with Minimum of 9GPM flow at operating speed, Maximum pressure: 2500 PSI, Tank capacity: 15 Gallons, 3/4" shut off ball valve on suction line, 100 mesh screen on suction line, 10 micron filter and diffuser In tank with easy access for maintenance, Sight gouge on reservoir tank. Cylinders: AO lift and extension cylinders are double acting with external threaded end caps. Bore on Lift cylinders: 5' on lower, 3.5" on upper. Bore on extension cylinder. 2". Bore on leveling cylinders: 2. ROTATION Continuous rotation with shear bell system. Direct worm drive, 1" machined plate, Gears lock in the event of hydraulic failure, 7/8" shaft for manual rotation. CONTROLS Full feathering control valves at bucket and base with base overtde. Single stick control at bucket. Trigger on single stick control must be engaged to operate other boom functions. Fiberglass shield surrounds the control valve at the .IJ ....JJ. •.3 0 • bucket Boom Functions: Lower boom up/down, Upper boom up/down, 'Extend/Retract, •Rotation. Bucket leveling, ('Controlled by joystick at bucket) Engine start/stop (bucket and base), Relay panel In located in pedestal. Hydraulic bucket rotator rotates bucket I80 degrees from one side, of boom to the other. A unit power switch with Indicator light, located in the cab, is provided. The vehicle must be in park and the parking brake set for boom operation. 125 volt receptacle at bucket with GFI protection including an invertor with a capacity of 2000 Watts is to be provided. BOOM STRUCTURE 6" X 8" A500 Grade B welded steel upper and lower booms w/5" X 7" A500 Grade B welded telescoping boom. Pivot pins are equipped with replaceable non -tube brass bushings. Pins are ETD 150. Safety harness and shock lanyard with safety anchor ring mounted on Upper boom. Upper boom angle is constant due to compensating parallelogram. PEDESTAL 23" x 23" X 36" steel weldment with access door. Door has ventilation openings. SWING ARM Tubing is 2" X12. Lower valve is mounted on plate between tubes. Control Handles located below plate. BUCKET 350% capacity in all positions. 24" X 30" X 42" Fiberglass walk through bucket w/door, Rib Style Construction. Hydraulic leveling by master slave system. MISCELLANEOUS EQUIPMENT 12 Volt backup system with heavy duty DC pump/motor. Auxiliary 904 battery wlbattery box and isolator kit. 12 Volt backup system for emergency power. Front and rear torsion bars. Full hydraulic outriggers, hydraulic tool circuit UTILITY BODY SPECIFICATIONS: Understructure: Front cross member. 5" 8.7 Structural Steel Channel - floor width. Rear cross member. 5"6.7 Structural Steel Channel. full width, 5"6.7 Structural Steel Channel fore and aft of the wheelhouse panel .'If I c u• V*IJJ111y Us .; • 0 Floor. Intermediate cross member. a. (4) Front floor width 12 gauge Commercial Grade Steel Channel b. (1) Rear floor width 1 2 gauge Commercial Grade Steel Channel Center H -Frame reinforcement (2) - 4" 5.4 Structural Steel Channel longitudinal reinforcements (1) p 5" 6.7 Structural Steel Channel transverse relnforcement— 3116" Safety Tread Plate Steel Rear Deck: Locks: 3/16" Safety Tread Plate Steel - Extending 3' from rear of body to be utilized as bucket rest. Double panel construction A60 2 -sided Galvannealed Steel, Exterior panel 20 gauge A60 2 -sided Galvannealed Steel, Interior panel 20 gauge A60 2 -sided Galvannealed Steel, Plated chain supports on all horizontal doors, Flange mounted automotive door seal (Adhesive not accepted) Flush mounted, Rotary action, Key locking: Automotive quality , double bitted lock cylinder Paddle type, free wheel in locked position for greater security (Corrosion Resistant (390 Zinc Coated Steel) Door Hinges: (Removable) Concealed pin hinges, 5116" diameter Electro-Zinc steel rod, Each removable stainless steel hinge bracket Includes (1) type 316J stainless steel bushing insert. Securely bolted in place. Striker Brackets: Adjustable Body Sides: 14 gauge A60 2 -sided Galvannealed Steel Front Bulkhead: 14 gauge A6O 2 -sided Galvannealed Steel Solidly welded in place, Die -formed reinforcing rib I0 Jj '-If'- fib illlb u, Llv� 1 • JV I J I JV LM •) v V�.I LJ'VV 1 _It- J., JL Front Panels: 14 gauge AGO 2 -sided Galvannealed Steel Second Front Partitions: 16 gauge ASO 2 -sided Galvannealed Steel Third Front Partition: 16 gauge A60 2 -sided Galvannealed Steel Horizontal Compartment Base: 14 gauge A60 2-sjded Galvannealed Steel Front Compartment Base: 14 gauge A60 2 -sided Galvannealed Steel Second Rear Partition: 16 gouge A60 2 -sided Galvannealed Steel Rear Compartment Base: 14 gauge A60 2 -sided Galvannealed Steel Rear Panels: 12 gauge A60 2 -sided Galvannealed Steel Wheelhouse Panel (Flush Type): 14 gauge A60 2 -sided Galvannealed Steel, 2" wide fenderette Wheel Boxes: 12 gauge Safety Tread Plate Steel Tailgate: 14 gauge A60 2 -sided Galvannealed Steel, Tailgate Chain: 410 Chain - Cadmium Plated, Tailgate Hinge Brackets:12-gauge ASO 2 -sided Galvannealed Steel 11 111 j' III V .--1V Y. lj 1YJ11 'a. j `J JV. J/ JVL I., • I1 Shelving: 18 gauge G60 Minimum Spangle Galvanized Steel, Removable, lock in place, Slotted on 2 inch centers for dividers Dividers: Primer. 18 gauge G60 Minimum Spangle Galvanized Steel Automotive electro-cathodic immersion prime paint Undercoating: Entire understnicture undercoated Compartment Configuration: 2 Full Height Vertical compartments on both sides ahead of drive axle. Horizontal compartment above drive wheats extending from rear of front vertical compartment to rear of body on left side. Single vertical door on single compartment at rear of body. (Left Side) -2 full height vertical doors at rear of body on single compartment with horizontal compartment extending from rear of front vertical compartment to front of rear compartment (Right Side) Total Body Height -40" ahead of axle & 36" behind axle' - Total Body length of 11'. 12 y I. YI Y I J 11IJ UlY I YJ.-I a...- . I, rr Prepared for: CITY OF FAYETTEVILL Attn: PEGGY VICE , PURCHASING MANAGER 113 W MOUNTAIN ST FAYETTEVILLE, AR 72701 Work: (501)444-3494 CHEVY TRUCK Vehicle Summary • Prepared by: SYS ADMIN CODE MODEL AND FACTORY OPTIONS MSRP C6421 2001 C81 -I042 31,880.00 STANDARD EQUIPMENT Ashtray, built in to lower instrument panel. Battery box located on right hand side under cab, has non-skid perforated top. Location allows for short starter cable as starters are R.H. engine mounted. Circuit breakers Non -cycling remote reset, provides protection from overloads. Replaces all the fuses in the panel fuse block. Instrument cluster is backlighted for easier reading with illuminated gauge pointers, electric speedometer (MPH & KPH), odometer (7 digit "million mile'),coolant temperature gauge, voltmeter, oil pressure gauge, fuel gauge & provisions for up to 17 telltale warning lights. Coat hook, right hand Interior colors, same as the exterior lower color. Instrument panel is molded plastic. Instrument cluster face, steering wheel column and controls are black. Cab construction, robotically assembled & welded cab for improved control of dimensions. Ail panels, except root, are two-sided galvanized steel to resist corrosion. Cowl/dash, one piece dash panel welded in place & features Improved sealing against water leaks. Bolted enginettransmission cover is fiberglass with acoustical & heat insulation. Dash pad, gray padded grained instrument panel pad. Door, frame formed from one steel piece for strength. Hinges are reinforced and welded to both door and frame. Increased door entry area for easier entry and exit. Floor met, vacuum -formed black, heavy duty rubber. Reinforced in heavy foot wear area. Cab framing, reinforced floor is welded to sill sides, making a solid foundation. Rear cross sill forms rigid box section when welded to floor panel & side members. Door glass, one piece flush glass Glove box, color -keyed to interior trim with soft PVC material covering door. Includes bulk in beverage holders on back side of door. Grille, molded plastic, dark argent (dark gray). Cab assist entry handles. Black molded R.H. & L.H. 11" handles Instrument panel Includes head lamp/park lamp/clearance lamp switch, instrument panel dimmer switch, slide type heater & defroster controls with fan switch. Insulation, molded fiberglass insulation with sound barrier. Covers cab side of dash panel. Fiber insulation covering underneath floor mat. Bonded to interior trim panels, cowl kick, R.H. & L.H. rear corner panels, and upper window panels. Door latch, squeeze type. Lights, exterior Standard Daytime running lights with halogen head lamps. These dual 5'k 6" headlamps are mounted ins housing which Is an Integral part Page 2 5eptamber 19,2000 vN•L try. l I.Iy bL LL Jll I U, 4I1ttOil,y U.'J� aVlr...JrY,, u.ij •... VJ • I.��-ql) . •., �'.. .yj .Au Prepared for: • CITY OF FAYETTEVILLE Attn: PEGGY VICE, PURCHASING MANAGER 113 W MOUNTAIN ST FAYETTEVILLE, AR 72701 Work: (501)444.3494 Prepared by: SYS ADMIN CODE MODEL AND FACTORY OPTIONS MSRP STANDARD EQUIPMENT of the hood shroud. Front fender mounted turn signals and side marker lamps with shock mounted bulbs. Five roof mounted clearance lamps. Two separate rear lamp assemblies with shock mounted bulbs serve for the following: tall lamps, stop/turn signals, back-up lights and license plate illumination. Switching of all marker lights is via the headlamp switch for truck application or with a dash mounted switch for tractor applications. Lighting, Interior dome lamp is activated by left hand door switch or by instrument panel dimmer switch. Door locks, slide type with keyless locking feature. Mirrors, dual T' x 18" with black molded heads & galvanized brackets painted black Molding, hidden drip molding on inside of door frame. Cab mounts, four -point with two rear mounts located centrally to reduce torsion Input from frame. Rear window, solid modular flush design with 981 square inch glass area. Window is solid tempered safety glass. Roof, double -wall construction Safety beta, two laprshoulder assemblies with retractors and one lap belt in center position with no retractor. Shifter boot, double wall for noise suppression. Includes built- in airfelectrical harness provisions. Sunvisors, left hand and right hand vinyl covered, color -coordinated with interior trim choice. Door trim, grained molded plastic panels, color -keyed to interior with integral vinyl covered armrests. Power air cob ventilation Provides increased driver comfort by drawing in outside air and distributing through four air ducts within the cab. Windshield, bonded to the frame for a water -tight seal, Windshield area is approximately 1,739 square inches. Standard engine equipment Included: Cooler: Engine Oil, integral in block. Cooling: 32 qt. capacity. 180 degrees F. thermostat, 9 lb. pressure cap, low coolant level light and alarm, surge tank and all -season coolant protected to -34 degrees F. Coolant: DE -COOL (R) Long Lite. Drain Plug: Magnetic. Fan: 25" 7 -blade steel, Eaton viscous drive. Filter, Fuel: Primary: Spin -on type, mounted in component box. Secondary: Engine mounted spin -on type. Filter, Oil: Single, full -flow 1.4 qt spin -on type. Engine mounted. Stater. Delco Remy 37 MT Series. Air Inlet Heater Electric 1.2 kw, located in intake manifold, electronically Page 3 September 19, 2000 Prepared for: CITY OF FAYETTEVILLE Attn: PEGGY VICE, PURCHASING MANAGER 113 W MOUNTAIN ST FAYETTEVILLE, AR 72701 Work: (501) 4443494 .J • ... ... J • red Pr*Pe by; SYS ADMIN CODE MODEL AND FACTORY OPTIONS MSRP STANDARD EQUIPMENT controlled. Includes indicator light. Air Cleaner Restriction Gouge: Fitterminder, mounted on air cleaner. 00 Hydraulic Electronic Unit Injection (HEUI) System, includes Electronic Control Module (ECM), Remote PTO AccessibIllity, Emission Control (No catalytic converter required), Programmable Features Include: Automatic Fast Idle, Manual Fast Idle/PTO Control, Engine Warning, Road Speed Limiter and Governor -75 mph maximum: Full Range Electronically Controlled. All horsepower ratings are exhaust brake compatible. Standard sloped hood (RPO T40). Fenders cannot be replaced independently. Hood is not available with access panels SOC or stationary grill GRW. Hood has integral grille and tiffs forward as one. This hood is not available with the following engines: LSZ, LQV, LQW, LRR, LRS, LOX, or LRT. RO2 Truck Application. N/C GPG Low Profile Chassis Modification. N/C JE3 ABS Hydraulic split brake system. N/C W LOA 7.2 L Cat 3126B Diesel, 207 Gross hp. 7,076-00 K34 Electronic Speed Control. 51.00 NB5 Single horizontal exhaust system. N/c KUK Fuel -water separator. 26.00 KNB Dry type air cleaner, Donaldson brand. WC KA2 Block heater, 1500 watt. 82.00 KUM Relocate block heater plug. 3e.00 TNL Dual batteries, 1500 cold cranking amps N/C KW1 (SEO) 160 amp alternator. 184.00 ir"a UER Tachometer and engine alarm. 87.00 MFt 4 speed automatic, AT545 Allison. 4,010.00 No Clutch Available. N/C FL1 8,100 lb capacity front aide. WC FF1 Oil lubricated front wheel hubs. 21.00 F12 7,000 lb front suspension. Tapered leaf 36.00 H08 (SEO) 15,000 lb Dane Spicer SlS0S axis 16.00 GZH 12,000 lb rear suspension. Tapered leaf N/C. GN1 Rear stabilizer bar. 174.00 G68 Rear shock absorbers, heavy duty. N/C G88 Automatic positive locking differential 383.00 035 Ratio: 1 speed 3.38 N/C EG4 157' Wheelbase, 84" CA, 135" CE 147,00 FDS 80,000 psi yield strength steel frame. 153.00 Standard bumper, painted dark argent N/C V76 Front tow hooks, L. 41.00 PZB 35 (U.S.) gallon LH. step fuel tank. N/C NXN 15 (U.S.) Gallons Additional Fuel 36.00 T40 Sloped Hood N/C C60 Integral air conditioning. 663.00 UPM Air cleaner restriction gauge. 82.00 All Tinted -Soler Ray glass, all windows. 31.00 U08 Dual electric horns. 21.00 DM N Outside mirrors, dual heated. 179.00 DNF Spot mirrors. 21.00 UM7 Delco AM -FM Stereo radio 255.00 U70 12 volt power source for CB or radio. 31.00 ANZ Full width bench seat. N/C r.. .,..... ..J. .,f,,....,_�.a_„ .,,,.,..,..,_..y Jam. ..........,.-..J V..'Y ..... Prepared for: • CITY OF FAYETTEVILLE Attn: PEGGY VICE , PURCHASING MANAGER 113 W MOUNTAIN ST FAYETTEVILLE. AR 72701 Work (501)4443494 Prepared by: SYS ADMIN CODE MODEL AND FACTORY OPTIONS MSRP No Passenger Seat w/Full Bench Front. WC N33 Tilt Steering wheel w/intermit. wipers. 169.00 C95 (SEO) Interior roof lamp 31.00 UEK Hazard warning switch. 48.00 ZYI Solid color exterior paint. N/C 12L Upper paint color. White N/C 12U Upper paint color - White WC 82C Cloth interior trim - Medium Dark Gray. WC Low Profile WC XTN 225/70R 19.5 F (12 Ply). (65.00} R4L Michelin Brand Front Tires, WC R3C PXZA WC Low Profile WC YIN 225(70R 19.5 F (12 Ply). (90.00) 541. Michelin Brand Rear Tires. WC S3D PXZT N/C Steel Disc 8 -Hole Hub Pilot Front. WC Q82 19.5 x 6.75 Aecurlde. - 8.00 Steel Disc 8 -Hole Hub Pilot Rear. N/C Q83 19.5 x 6.75 Accurlde. 11.00 SNF Front Spare Wheel. 118.00 ZTN 225/70R 19.5 F 142.00 Painted disc wheels - Gray (E -Coat). N/C SUBTOTAL 48,050.00 ADJUSTMENTS 0.00 TIRE WEIGHT TAX (TWT) 16.13 DESTINATION CHARGE 900.00 TOTAL PRICE (f) 46,988.13 FRONT GAWR: 7,000 lb REAR GAWR: 12,000 lb TOTAL GVWR: 19,000 lb These prices may not reflect the ultimate vehicle cost, in view of future manufacturer rebates, allowances, incentives, etc. Prices and specifications subject to change without notice. Federal, state and local taxes extra. An asterisk f indicates that the options have been altered by the dealer. Allsales prices established solely by dealer. The graphic printed on this report may not reflect the vehicle chosen. Revised 09/11/2000 .I Jf. 1 Jf.. . l V U ll.L 1 U1 L11Q.11lly JYUj rn ry Prepared for: CITY OF FAYETTEVILLE Attn: PEGGY VICE, PURCHASING MANAGER 113 W MOUNTAIN ST FAYETTEVILLE,AR 72701 Work: (501) 444-3494 C H E V Y TRUCK Window Sticker 2001 Chevy Truck COH042 FRONT GAWR: 7,000 lb REAR GAWR: 12,000 lb TOTAL GVWR: 19,000 lb y .. 1.. VJ v./ __I... �. J.J♦ • Prepared by. SYS ADMIN CODE MODEL AND FACTORY OPTIONS MSRP C6421 2001 CSH042 31,880.00 RQ2 Truck Application. WC GPO Low Profile Chassis Modification. WC JE3 ABS Hydraulic split brake system. WC LOA 7.2 L Cat 31268 Diesel, 207 Gross hp. 7,078.00 K34 Electronic Speed Control. 51.00 NB5 Single horizontal exhaust system. N/C KUK Fuel -water separator. 28.00 KNB Dry typo air cleaner, Donaldson brand. NIC KA2 Block heater, 1500 watt. - 62.00 KUM Relocate block heater plug. 36.00 TNL Dual batteries, 1500 cold cranking amps WC KWI (SEO) 160 amp alternator. 164.00 UER Tachometer and engine alarm. 87.00 MF1 4 speed automatic, AT545 Allison. 4,010.00 No Clutch Available. WC FL1 8,100 lb capacity front axle. N/C FF1 Oil lubricated front wheel hubs. 21.00 F12 7,000 lb front suspension. Tapered leaf 38.00 H08 (SEO)15,000 lb Dana Spicer S150 -S axle 18.00 GZH 12,000 lb rear suspension. Tapered leaf WC GN1 Rear stabilizer bar. 174.00 G68 Rear shock absorbers, heavy duty. N/C G86 Automatic positive locking differential 383.00 035 Ratio: 1 speed 3.3B WC EG4 157" Wheelbase, 84" CA, 135" CE 147.00 FDS 80,000 psi yield strength steel frame. 153.00 Standard bumper, painted dark argent WC V76 Front tow hooks, two. 41.00 PZB 35 (U.S.) gallon L.H. step fuel tank. WC NXN 15 (U.S.) Gallons Additional Fuel 36.00 T40 Sloped Hood NIC C60 Integral air conditioning. 663.00 UPM Air cleaner restriction gauge. 82.00 All Tinted -Solar Ray glass, all windows 31.00 U08 Dual electric home. 21.00 : '4_•••' J' U, YI.,.{JSIIl ✓1. j - I I.. Vt I IJ In W Prepared for: CITY OF FATE TTEVILL Attn: PEGGY VICE. PURCHASING MANAGER 113W MOUNTAIN 81 FAYETTEVILLE, AR 72701 Work: (501) 4443494 2001 Chevy Truck COH042 FRONT GAWR: 7,000 lb REAR GAWR: 12,000 lb TOTAL GVWR: 10,000 lb .. ji ._.. Y.. I • Prepared by. SYS ADMIN CODE MODEL AND FACTORY OPTIONS MSRP DNN Outside mirrors, dual heated. 179.00 DNF Spot mirrors. 21.00 UM? Delco AM -FM Stereo radio 255.00 U70 12 volt power source for CB or radio. 31.00 ANZ Full width bench seat N/C No Passenger Seat w/Full Bench Front. N/C N33 Tilt Steering wheel w/Intermit wipers. 189.00 C95 (SEO) Interior roof lamp 31.00 UEK Hazard warning switch. 46.00 ZY1 Solid color evterior paint N/C 12L Upper paint color - White N/C 12U Upper point color - White WC 82C Cloth Interior trim - Medium Dark Gray. N/C Low Profile N/C XTN 225f70R 19.5 F (12 Ply). (65.00) R4L Michelin Brand Front Tires. WC R3C PXZA N/C Low Profile N/C '(TN 225/70R 19.5 F (12 Ply). (90.00) 84L Michelin Brand Rear Tires. N/C S3O PXZT N/C Steel Disc 8 -Hole Hub Pilot Front. N/C Q82 19.5 x6.75 Accurlde. 6.00 Steel Disc 8 -Hole Hub Pilot Rear. WC Q83 19.5x8.75 Accuride. 11.00 SNF Front Spare Wheel. 118.00 ZTN 225/70R 19.5 F 142.00 Pointed disc wheels -Grey (E -Coat). WC SUBTOTAL MSRP 48,050.00 ADJUSTMENTS 0.00 TIRE WEIGHT TAX (TWT) 18.13 DESTINATION CHARGE 900.00 TOTAL PRICE ($) 46,068.13 These prices may not reflect the ultimate vehicle cost, in view of future manufacturer rebates, allowances, incentives, etc. Prices and specifications subject to change without notice. Federal, state and local taxes extra. An asterisk (') Indicates that the options have been altered by the dealer. All sales prices established solely by dealer. The graphic printed on this report may not reflect the vehicle chosen. Revised 09/112000 V �.. l lls. 111/ ,.. 1 V • alll. I UI VIIIt,skil u..V � Prepared for CITY OF FAYETTEVILLE Mn: PEGGY VICE, PURCHASING MANAGER 113 W MOUNTAIN ST FAYETTEVILLE, AR 72701 Work (501) 444-3494 CHEVY TRUCK Standard Equipment CODE MODEL TYPES C6421 2001 C0H042 STANDARD • Prepared by: 6Th ADMIN Ashtray, built in to lower instrument panel. Battery box located on right hand side under cab, has non-skid perforated top. Location allows for short starter cable as starters are R.H. engine mounted. Circuit breakers Non -cycling remote reset, provides protection from overloads. Replaces all the fuses in the panel fuse block. Instrument cluster is backlighted for easier reading with illuminated gauge pointers, electric speedometer (MPH & KPH), odometer (7 digit "million mile"),coolant temperature gauge, voltmeter, oil pressure gauge, fuel gauge & provisions for up to 17 telltale warning lights. Cost hook, right hand Interior colors, same as the exterior lower color. Instrument panel is molded plastic. Instrument cluster face, steering wheel column and controls are black. Cab construction, robotically assembled & welded cab for improved control of dimensions. All panels, except roof, are two-sided galvanized steel to resist corrosion. Cowl/dash, one piece dash panel welded in place & features improved sealing against water leaks. Bolted engine/transmission cover is fiberglass with acoustical & heat insulation. Dash pad, gray padded grained instrument panel pad. Door, frame formed from one steel piece for strength. Hinges are reinforced and welded to both door and frame. Increased door entry area for easier entry and exit. Floor mat, vacuum -formed black, heavy duty rubber. Reinforced in heavy foot wear area. Cab framing, reinforced floor Is welded to sill sides, making a solid foundation. Rear cross sill forms rigid box section when welded to floor panel & side members. Door glass, one piece flush glass Glove box, color -keyed to interior trim with soft PVC material covering door. Includes built In beverage holders on back side of door. Grille, molded plastic, dark argent (dark gray). Cab assist entry handles. Black molded R.H. & L.H. 11" handles instrument panel Includes head lamp/park lamp/clearance lamp switch, instrument panel dimmer switch, slide type heater & defroster controls with fan switch. Insulation, molded fiberglass insulation with sound barrier. Covers cab side of dash panel. Fiber insulation covering underneath floor mat. Bonded to interior trim panels, cowl kick, R.H. & L.H. rear corner panels, and upper window panels. Door latch, squeeze type. Lights, exterior Standard Daytime running lights with halogen head lamps. These dual Sk 8" headlamps are mounted in a housing which Is an integral part of the hood shroud. Front fender mounted turn signals and side marker lamps with shock mounted bulbs. Five roof mounted clearance lamps. Two separate rear lamp assemblies with shock mounted bulbs serve for the following: tail lamps, stop/turn signals, back-up lights and license plate illumination. Switching of all marker lights is via the headlamp switch for truck application or with a dash mounted switch for tractor applications. Lighting, Interior dome lamp is activated by left hand door switch or by instrument panel I.T'.7t:at" it:)f'ii..7 ,L Lr I LIyLLtL Viii.. „II •..I.aJ.II9 y�Vj JVI JI JVt .1 "Y .J.,....1 rn W Ca Prepared for: • Prepared by: CITY OF FAYETTEVILLE SYS ADMIN Mn: PEGGY VICE, PURCHASING MANAGER 113 W MOUNTAIN ST FAYETTE VILLE, AR 72701 Work: (501) 4443494 CODE STANDARD EQUIPMENT dimmer switch. Door locks, slide type with keyless locking feature. Mirrors, dual 7" x 18" with black molded heads & galvanized brackets painted black. Molding, hidden drip molding on inside of door frame. Cab mounts, four -point with two rear mounts Iodated centrally to reduce torsion input from frame. Rear window, solid modular flush design with 981 square inch glass area. Window Is solid tempered safety glass. Roof, double -wall construction Safety belts, two lap/shoulder assemblies with retractors and one lap belt in center position with no retractor. Shifter boot, double wall for noise suppression. Includes built- in air/electrical harness provisions. Sunvisors, left hand and right hand vinyl covered, color -coordinated with interior trim choice. Door trim, grained molded plastic panels, color -keyed to interior with integral vinyl covered armrests. Power air cab ventilation Provides increased driver comfort by drawing in outside air and distributing through four air ducts within the cab. Windshield, bonded to the frame for a water -tight seal. Windshield area is approximately 1,739 square inches. Standard engine equipment included: Cooler: Engine Oil, Integral in block. Cooling: 32 qt. capacity, 180 degrees F. thermostat, 9 lb. pressure cap, low coolant level light and alarm, surge tank and all -season coolant protected to -34 degrees F. Coolant DEX-COOL (R) Long Life. Drain Plug: Magnetic. Fan: 2S' 7 -blade steel, Eaton viscous drive. Filter, Fuel: Primary: Spin -on type, mounted in component box. Secondary: Engine mounted spin -an type. Filter, Oil: Single, full -flow 1.4 qt. spin -on type. Engine mounted. Stater. Delco Remy 37 MT Series. Air Inlet Heater. Electric 1.2 kw, located in intake manifold, electronically controlled. Includes Indicator light. Air Cleaner Restriction Gauge: Filterminder, mounted an air cleaner. Hydraulic Electronic Unit Injection (HEUI) System. Includes Electronic Control Module (ECM). Remote PTO Accessibiility, Emission Control (No catalytic converter required), Programmable Features Include: Automatic Fast Idle. Manual Fast IdIe/PTO Control, Engine Warning, Road Speed Limiter and Governor - 75 mph maximum: Full Range Electronically Controlled. All horsepower ratings are exhaust brake compatible. Standard sloped hood (RPO T40). Fenders cannot be replaced independently. Hood is not available with access panels BQC or stationary grill GRW. Hood has integral grille and tilts forward as one. This hood is not available with the following engines: LSZ, LQV. LOW, LRR, IRS. LQX, or LRT. Pegs 17 September 19, 2000 U ULL U1. 1 pl.Llbl �lll. yI U Prepared for: • CITY OF FAYETTEVILLE Attn: PEGGY VICE, PURCHASING MANAGER 113 W MOUNTAIN ST FAYETTEVILLE. AR 72701 WorK: (501) 444-3494 • Prepared by: SYS ADMIN Specifications subject to change without notice. The graphic printed on this report may not reflect the vehicle chosen. Revised 09/112000 Page 18 September 19, 2000 v U.11 UJ. I Uj II MY r -1V • UI I141. JI'y .JJ I, - .I. .II JU I.. r Y'. Prepared for: • CITY OF FAYETTEVILLE Attn: PEGGY VICE , PURCHASING MANAGER 113 W MOUNTAIN ST FAYETTEVILLE, AR 72701 Wart. (501)444-3494 CHEVY TRUCK Warranty Information Model: 2001 COM042 C] 2001 GMC AND CHEVROLET C -SERIES AND T -SERIES LIMITED WARRANTY Prepared by: SYS ADMIN General Motors Corporation warrants each new C -SERIES AND T -SERIES to be free from defects in materials and workmanship under normal use and service up to the periods as specified, provided as C -SERIES AND T -SERIES maintenance requirements found in the operator's manual are followed. Al? warranty periods are calculated from the initial date in service. All coverage is 100% for parts and labor except as noted. Basic Coverage - The Complete Vehicle, bumper to Bumper. 2 years unlimited mileage. Except tires, Allison Transmissions, and Caterpillar diesel engines. Drivetrain and Chassis Coverage: Gasoline engine, drivetrain, and front axis I -Seam are covered up to 24 months/unlimited mileage. Caterpillar Diesel Engine: On -Highway vehicles - 3 years/150,000 miles (243,000 kilometers) or 3,600 hours. School Buses, fire trucks, recreational vehicles or emergency vehicles -5 year/unlimited miles. Diesel Engine Optional Equipment The following components installed by GM on the Caterpillar Diesel engine are covered under the Basic 2 yearlunlimited mileage warranty: Generator - Voltage regulator - Starting motor - Air compressor - Allison Transmission adapter Front engine supports - Flywheel - Alternator brackets - Fan drive system Allison Transmissions: AT545 - 3 years unlimited miles. MT643D, MT643G, MTOS3D, MT653G, MO3000, MD3560 -2 years unlimited, with prorated 2nd year. Rear Axles: Axles rated 22K 6 below- Standard GM warranty, 2 yaws unlimited miles applies. Axles rated 23K & above - May exceed standard GM 2 years unlimited miles warranty. For 3rd year contact Dana Spicer for warrantable situations at 1-800-820 HELP as opposed to utilizing GM warranty. This number is for the additional 3rd year only. Frame Rails and Cross Members: Five years/unlimited miles. Sheet Metal: Corrosion -2 years/unlimhed miles for body sheet metal panels. Rust through - 5 yearslunlimited miles for any body sheet metal panel that rusts -through (an actual hole in the sheet metal) Note: Cosmetic or surface corrosion (resulting from stone chips or scratches in the paint, for example) Is not included in sheet metal coverage. Emission Control System Warranty: Page 6 September 19, 2000 ..11.1E V,. . •,j., I V. LIIY..I S, Vs,lJ ../V IJ, JJL't.j Prepared for: • CITY OF FAYETTEVILLE Attn: PEGGY VICE, PURCHASING MANAGER 113 W MOUNTAIN ST FAYETTEVILLE, AR 72701 Work (501) 444-3494 Gasoline Engines -5 years150,000 miles Caterpillar Diesel Engines - 5 years/ 100,000 miles or 3,000 hours • Prepared by: SYS ADMIN Air Conditioning: The sealed refrigerant portion of the factory -installed air conditioning system Is covered for 2 years, regardless of mileage. Towing: Towing is covered to the nearest C -SERIES AND T -SERIES dealership if your vehicle cannot be driven because of a warranted defect No Charge: Warranty repairs. including towing, parts and labor, will be made at no charge. To obtain repairs, take the vehicle to a C -SERIES AND T -SERIES dealership within the warranty period and request the needed repairs. A reasonable time must be allowed for necessary repairs. This warranty is for C -SERIES AND T -SERIES trucks register in the United States and normally operated in the United States or Canada, and Is provided to the original owner and any subsequent owner during the warranty period. The warranty covers repairs to correct any vehicle defect related to material or workmanship occurring during the WARRANTY PERIOD. Needed repairs will be performed using new or remanufactured parts. The warranty period for all coverage's begins on the date the vehicle is first delivered or put in use and ends at the expiration of the coverage period. We urge you to follow the instructions contained in your Owner's Manual and Maintenance Schedule booklet. It is recommended that receipts covering performance of regular maintenance be retained. Damage to your vehicle caused by lack of scheduled maintenance is not covered under yourwarranties. Should you encounter a concern during or after the warranty periods that is not resolved, talk to a member of dealer management. If after discussing your concern with dealer management it appears your concern cannot be resolved by the dealership without further help, contact GM Truck Consumer Relations by calling 1-800-462-8782. In Canada, contact GM of Canada Central Office in Oshawa by calling 1-800-263-3777: English, or 1-600-203-7854: French. General Motors is proud to offer new vehicle buyers the response, security and convenience of a 24 -hour Roadside Assistance Program. Please refer to your owner's manual for details or consult your deakv. Roadside Assistance can be reached by calling 1-600-002-8762 for GMC Medium Duty Truck owners, or 1-800-TO-CHEVY (1-800-862-4369) for Chevrolet Medium Duty Truck owners. This program is not available in Puerto Rico or the U.S. Virgin Islands. THESE LIMITATIONS AND EXCLUSIONS ARE IMPORTANT AND MUST BE READ AND UNDERSTOOD. General Motors does not autnorize any person to create for it any other obligation or liability in connection with these vehicles. ANY IMPLIED WARRANTY OF MERCHANTABILITY OR FITNESS FOR A PARTICULAR PURPOSE APPLICABLE TO THIS VEHICLE IS LIMITED IN DURATION TO THE DURATION OF THIS WRITTEN WARRANTY. PERFORMANCE OF REPAIRS AND NEEDED ADJUSTMENTS IS THE EXCLUSIVE REMEDY UNDER THIS WRITTEN WARRANTY OR ANY IMPLIED WARRANTY. GENERAL MOTORS SHALL NOT BE LIABLE FOR INCIDENTAL OR CONSEQUENTIAL DAMAGES (SUCH AS. BUT NOT LIMITED TO, LOST WAGES OR VEHICLE RENTAL EXPENSES) RESULTING FROM BREACH OF THIS WRITTEN WARRANTY OR ANY IMPLIED WARRANTY. Tires and Allison Transmissions: Warranted separately. Refer to the additional warranty publications furnished with your vehicle. -:t dr. %.ci,L Uy. Vdy C LLLVn U I w cIII LI,y Uiv) JV IJ, JVLYI Prepared for: CITY OF FAYETTEVILLE Attn: PEGGY VICE. PURCHASING MANAGER 113W MOUNTAIN ST FAYETTEVILLE, AR 72701 Work. (501) 444-3494 • Prepared by: SYS ADMIN Damage caused as a result of the following is not covered: - Damage due to accidents, misuse, or alterations. - Collision, fire, theft, freezing, vandalism, riot, explosion, or objects striking the vehicle. - Misuse of vehicle such as driving over curbs, overloading, racing or other competition. (Proper vehicle use is discussed in the owner's manual.) - Alteration or modification to the vehicle including the body, chassis or components, after final assembly by General Motors; in addition, coverage's do not apply if the odometer has been disconnected, or its reading has been altered, or mileage cannot be determined. NOTE: This warranty is void on vehicles currently or previously titled as salvage, scrapped, junked or totaled. Damage or corrosion due to environment, chemical treatment, or after market products: Damage caused by airborne fallout (chemicals, tree sap, etc.), stones, hail, earthquake, water or food, windstorm. lightning, the application of chemicals or sealant subsequent to manufacture, etc., is not covered. Damage caused by: Failure to follow the recommendations of the maintenance schedule intervals and failure to use or maintain fluids, fuel, oil, or lubricants recommended in the Owner's Manual is not covered. Maintenance: Maintenance services such as those detailed In the Owner's Manual are not covered and are the owner's expense. Maintenance is the owners responsibility. GM recommends that you keep all receipts and make them available if questions arise about maintenance. Extra Expenses: Economic loss or extra expense is not covered. Examples include: - Loss of vehicle use -Inconvenience Storage Loss of time or pay Vehicle rental expense - Lodging, meals or other travel costs FOR MORE INFORMATION PLEASE REFER TO THE WARRANTY AND OWNER MANUAL 2001 CATERPILLAR DIESEL ENGINE WARRANTY Your C -SERIES AND 1 -SERIES dealer will provide warranty service on the Caterpillar 3116 diesel engine if the dealership is certified to do so. ENGINE USED TO POWER ON -HIGHWAY VEHICLES Caterpillar warrants diesel engines sold by it and used to power or -highway vehicles or used to power school buses, fire trucks, recreational vehicles, or emergency vehicles operated within the area specified under "Limitations" to be free from defects in material and workmanship. This warranty is subject to the following: WARRANTY PERIOD The warranty period for new engines for on -highway vehicles is 36 months or 150.000 miles (243,000 kilometers) or 3,800 operating hours, whichever occurs first after date of delivery to the first user. The warranty period for new engines for school buses, fire trucks and recreational vehicles is 60 months with unlimited miles. n Page 10 September 19, 2000 e...... .._ S..' .a ..IV..) .. Y'.. L... VY ... J l...I) Prepared for: CITY OF FAYETTEVILLE Attn: PEGGY VICE . PURCHASING MANAGER 113 W MOUNTAIN ST FAYETTEVILLE, AR 72701 Work: (501) 444-3494 CHEVY TRUCK Technical Information • Prepared by: SYS ADMIN ......................................................................................................................................................... t.0nu4L Application.................................................................................................................................. Truck Application GVW R..................................................................................................................................................... 19,000 lb TRANSMISSION OrderCode..................................................................................................................................................... MF1 Type....................................................................................................................................................... Automatic ELECTRICAL LkJII V' -.11L Jf. I LIy L♦ LL -U. I Lai LI4G.J11191/y.V I JJ I JI JJI-I I) V Y/ LJ VV I. IJ%V.1� Prepared for: • CITY OF FAYETTEVILLE Attn: PEGGY VICE , PURCHASING MANAGER 113 W MOUNTAIN ST FAYETTEVILLE, AR 72701 Work (501) 444-3494 Prepared by: SYS ADMIN •......,a.................................................................••..•..................................... 7,000 lb REAR SUSPENSION Rating................................................... ..... 12.000 Ib FRONT AXLE Frant A1de Capacity.......................................................... ... 9,100lb RearAxle Capacity.................................................................................................................................. 15.000 Ib ldk14 WHEELS Front Page 12 September 19, 2000 _.. ..� _....._.»ru u. ....uu�.. vim.) .._i... -) Prepared for: • • Prepared by: CITY OF FAYETTEVILLE SYS ADMIN Mn: PEGQY VICE, PURCHASING MANAGER 113 W MOUNTAIN ST FAYETTEVILLE, AR 72701 Work; (501)444-3494 FUEL TANK Page 13 September 19, 2000 y II II LIy. I y yy �'Lu rsSL 1 VI _II,,.11 IV L,sv ..V .✓. i✓r-1 1) �IJ Prepared for: • CITY OF FAYETTEVILLE Attn: PEGGY VICE, PURCHASING MANAGER 113W MOUNTAIN ST FAYETTEVILLE, AR 72701 Work: (501)444-3494 CHEVY TRUCK Dimensions MODEL • Prepared by: SYSADMIN EXTERIOR DIMENSIONS Wheelbase................................................................................................................................................... 157 in Overall Length without Rear Bumper........................................................................................................ 241.75 in Cobto Axle................................................................................................................................................ 84.00 In Cabto End of Frame ............................................................................................................................... 135.00 in Width........................................................................................................................................................ 94.20 in FrontBumper to Front Axle........................................................................................................................ 34.75 in RearOverhang w/o Bumper........................................................................................................................ 0.00 in Ground to lop of Frame (Base Model)....................................................................................................... 31.50 In MaximumFrame Cut-off................................................................................................................................. 34 in Bumperto Back of Cab (BBC)...................................................................................................................... 107 in FrontAxle to Back of Cab............................................................................................................................... 72 in Cab Height - Top/Frame Rail to Top/Cab................................................................................................... 58.84 in DualTire Spacing........................................................................................ ........................................... 9.90 in Page 14 September 19.2000 ..J I J I JAI✓1,) 4ep-1J- VQ I I . J4AIA) Prepared for: • CITY OF FAYETTEVILLE Attn: PEGGY VICE, PURCHASING MANAGER 113 W MOUNTAIN ST FAYETTEVILLE,AR 72701 Work: (501)4443494 CHEVY TRUCK Capacities Front Axle Capacity ................. .............................. Front Base Model Weight ...................................... Front Option Weight ............................ .................. Front Reserve Axle Capacity ................ Rear Axle Capacity ................................................ Rear Base Model Weight ....................................... Rear Option Weight ....... ........................................................................................ Rear Reserve Axla Capacity ................................ RATING • Prepared by: SYS ADMIN .................... 15,000 to .................. 2,504 lb ........................... 91 lb ................................................................... 12,405 lb ShippingWeight........................................................................................... Payload ................................. ....................................I...................... 8,320 lb ........... 10,671 lb The combination of the Front and Rear Reserve Axle Capacities may be greater than the As Spaced Payload weight due to the Frame, Tires, and Suspensions possibly having lower ratings than the axles. Revised 091112000 Page 15 September 19, 2000 • STAFF REVIEW FORM • XX AGENDA REQUEST CONTRACT REVIEW GRANT REVIEW For the Fayetteville City Council meeting of October 17, 2000 W.A.Oestreich Fleet Operations Administrative Services Name Division Department ACTTMM RFQIITnyn- Acceptance of the lowest qualified Bidder for 1 Cab/Chassis w/mounted Utility Body & Lift, Bid 00-66, Item #1, with the authorization for the purchase of this item from Ron Blackwell Ford, P.O.Box 547, Bentonville, AR 72712, vendor #88230. Sncm Pn rrmv- Cost:$ 68,908.00 Trade Allowance: N/A Net Cost:$ 68,908.00 $ 68,908.00 $ 802,398.00 Repl/Exp Med/Hvv Util Veh Cost of this Request Category/Project Budget Category/Project Name 9700-1920-5802.00 $ 283,811.00 Vehicles & Equipment Account Number Funds Used To Date Program Name 98064-001 $ 518,587.00 Shop Project Number Remaining Balance Fund BUDGET REVIEW: XX Budgeted Item Budget Adjustment Attached nator Administrative CANT/LEASE REVIEW: GRANTI] Accounti / M nag Date ADA Coordinator Date 'Z •po City Attorn Date Internal Auditor Date Q 9 -as -co Purchasing Officer Date n�nw.... nt.nn\nfL Nm?n1T. __._ cep ance of Bid 00-66 with the Authorization to Purchase Item #1. Division Head Date 4Da tor 0/fGOD Date Cross Reference New Item: Yes No Prev Ord/Res #: Orig Contract Date F L • STAFF REVIEW FORM Description: Cab/Chassis/Lift/Utility Body Meeting Date: October 17, 2000 Comments: Reference Comments: Budget Coordinator: Accounting Manager: City Attorney: Purchasing Officer: ADA Coordinator: Internal Auditor: FAYETTEV&LE THE CITY OF FAVETTEVILLE, ARKANSAS DEPARTMENTAL CORRESPONDENCE To: W. A. Oestreich, Fleet Operations From: Heather Woodruff, City Clerk Date: October 23, 2000 Attached is a copy of Resolution No. 137-00 awarding Bid No. 00-66 to Ron Blackwell Ford. The original will be microfilmed and filed with the City Clerk. cc: John Maguire, Administrative Services Director Peggy Vice, Purchasing Manager RESOLUTION NO. 137-00 A RESOLUTION AWARDING BID NO. 00-66 IN THE AMOUNT OF $68,908 TO RON BLACK WELL FORD FOR THE PURCHASE OF ONE CAB/CHASSIS WITH MOUNTED UTILITY BODY AND LIFT. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1. That the City Council hereby awards Bid No. 00-66 in the amount of $68,908 to Ron Blackwell Ford for the purchase of one cab/chassis with mounted unity body and lift. A copy of the bid tabulation is attached hereto marked Exhibit "A" and made a part hereof. PASSED AND APPROVED this 17" day of Octqer , 2000. APPROVED• By: F d Hanna, Mayor ATTEST By: Heather Woodruff, City_Gle " .