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 " .