Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
23-02 RESOLUTION
• • RESOLUTION NO. 23-02 A RESOLUTION APPROVING THE PURCHASE OF TWO (2) FRONT -LOAD SANITATION TRUCKS FROM ARKANSAS POWER STEERING, INC AND TWO (2) REAR -LOAD SANITATION TRUCKS FROM SHIPLEY MOTOR EQUIPMENT COMPANY AT A TOTAL COST OF SIX HUNDRED FORTY-SIX THOUSAND NINE HUNDRED NINETEEN DOLLARS AND EIGHTY CENTS ($646,919.80). BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1. That the City Council hereby approves the purchase of two (2) front -load sanitation trucks from Arkansas Power Steering, Inc. and two (2) rear - load sanitation trucks from Shipley Motor Equipment Company at a total cost of Six Hundred Forty -Six Thousand Nine Hundred Nineteen Dollars and Eighty Cents ($646,919.80). Section 2. That the City Council hereby authorizes the Mayor or his duly authorized representative to sign any documents required to complete said purchases. PASSED and APPROVED this 19th day of February 2002. ATHER WOODRUFF, CiClerk APPROVED: By: • NAME OF F11.E: CROSS REFERENCE: Resolution No. 23-02 02/19/02 Resolution No. 23-02 Bid Information 02/19/02 Staff Review Forni 02/26/02 Memo to W. A. Ocstreich, Fleet Operations, from Heather Woodruff, City Clerk NOTES: 1 allaallaallaik EWETT EV ILLE� 50/4442495 TO: THRU: THRU: FROM: DATE: • • aver M rirT lY/ t'SG.YtM PUNT PER in Q ms L agiaapallaalis FAVETTEVI L LE INTER OFFICE MEMORANDUM FAX 50 .444, 425 Mayor/City Council Greg Boettcher, Public Works Director Peggy Vice, Purchasing Manager W. A. Oestreich, Fleet Operations Superintendent February 6, 2002 SUBJECT: BID AWARD RECOMMENDATION 02-01 Project 98067 Reference Bid Award Recommendation dated January 31, 2002. The representative of Arkansas Power Steering of Little Rock utilized the following paragraph of our Specifications - Terms and Conditions: 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 orotherqualified interested parties. Property documented referrals may be required of vendors which allows field evaluation of units in a comparable operational area. A request was made by their representative, Mr. Larry Jackson, to provide the City with a demonstrator unit which he felt would be superior to the lowest priced bid. He indicated that the dollar difference would be to the advantage of the City in operator convenience, efficiency and weight reduction. A comparison demonstration was made by a senior operator (Darrell Lackey) to obtain a comparison on equal ground by an unbiased operator. As Mr. Lackey would be an operator of one of the purchased units, his input would be in the best interest of the City Staff to allow a properly managed evaluation. His operation of the Labrie Unit on Saturday, February 2, 2002 and of the Heil Unit on Tuesday, February 5, 2002 gave an excellent opportunity to compare each on an equal basis. His comments proved to be well based in ease of operation, speed of action and utilization of the automated set down abilities with the low RPM pump. (1000 RPM) This pump with the Automated Self Leveling Device was indicated in the bid as a $4,200.00 option over the Base Price of $167,925.00 for a total of $172,125.00. In addition, the following packaged options were available on the chassis; Poly Belt Tensioner, Transmission Level Sensor, Transmission Probe, Transmission Range Inhibitor and Light Weight Skid Plate at a total package price of $313.65. • • This gave a total delivered cost of the Unit as bid of $172,438.65 which is $1,115.52 above the Low bid of the Heil Unit with the options listed. As it was the decision of Solid Waste and Fleet Personnel to further investigate the validity of the claims of the Labrie Dealer, the referrals were checked with the following: LeMay, Inc. Tacoma, WA Mr. LeMay City of San Bemardino San Bernardino, CA Don Johnson Superior Services Hartland, WI Jeff Parrott Steppe Equipment Menomonee Falls, WI Ed Kavanaugh Very positive comments were received regarding operation, durability, parts availability and factory support. A question raised by the Fleet Operations Division regarding the durability of the lighter weight floor was also put to rest with positive comments by other users. An inspection had previously been made of this Bidders Facility along with stocking assurances for all wear parts. The Bidder will also provide Cylinders on consignment for the warranty period and make available an extended warranty on the Cylinders. In view of the above listed information, the previous recommendation for the Heil Front Load Unit has been set aside as the price differential would provide the City with a Unit that would give superior service for the dollars spent. Therefore, the Agenda Request should be adjusted as follows: Item #1 Arkansas Power Steering - Labrie 2 Units © $172,438.65 Total $344,877.30 Extended Warranty $ 3,800.00 Item #2 Shipley Motor Equipment - Heil 2 Units © $147,221.25 Total $294,442.50 Extended Warranty $ 3,800.00 $348,677.30 $298.242.50 TOTAL BID AWARD $646,919.80 rr � r��.rL FA,t-nat ILLS • • CITY M VOTIWISS ��` F AYETI'EVILLE MET4PE 0 N ;01,44440S INTEROFFICE MEMORANDUM FAX: 30/,4443425 TO: Mayor/City Council THRU: Greg Boettcher, Public Works Director THRU: Peggy Vice, Purchasing Manager FROM: W. A. Oestreich, Fleet Operations Superintendent DATE: January 31, 2002 SUBJECT: BID AWARD RECOMMENDATION 02-01 Project 98067 Reference the attached Agenda Request for the Award of Bid 02-01, Items #1 and #2, to the lowest qualified bidder meeting specifications. This Vendor is Shipley Motor Equipment, P.O.Box 250, Lowell, AR 72745. (Vendor #1785) These are budgeted items. The Bid Tabulation Sheet dated January 29, 2002, is included along with a copy of the formal bid that was sent to each of the vendors on the Bidders List. Also attached is a completed copy of the successful bid. Please note the pricing details listed which are not reflected on the Tabulation Sheet. The lowest priced items which are the recommended items, comply with the minimum specification developed by the Fleet Operations Division and the Solid Waste Division. Some of the specifics with which vendors did not comply are noted. These minimums were set up with precise objectives in mind, such as utilizing the 40 GPM @ 800 RPM Hydraulic Pump, thus allowing quiet operation in the early morning hours and engine wear savings, as well. In addition, Also the requirement of 145,000 psi and 150,000 psi steel was to provide more resistance to wear, providing longer life; larger pivot pins and hinge pins were utilized for this purpose also. Failure to comply with minimum requirements are noted for each vendor in the following order. ITEM/REQUESTED/RESPONSE Item #1. Arkansas Power Steering - McClain EZ Pak $172,419.00 Does not include 40 GPM @ 800 RPM Pump $ 4,200.00 Total Cost $176,619.00 HOPPER SIDES/ 150,000 PSI 100,000 PSI PACK W/CLOSED HOPPER NOT AVAILABLE PACKING BLADE SAFETY CABLE GATE SEALS ENGINE ACCESS 150,000 PSI 61" ANY POSITION 1000,000 PSI NOT AVAILABLE 41" UP ONLY Shipley Motor Equipment - Pak Mor $170,459.48 Does not include 40 GPM @ 800 RPM Pump $ 4,200.00 Total Cost $174,659.48 SLIDING TOP DOOR NOT AVAILABLE TAILGATE PINS 2" 1-1/4" WEAR BARS 150,000 PSI 80,000 PSI COMPACTOR PLATE 150,000 PSI 100,000 PSI SAFETY CABLE NOT AVAILABLE HOPPER FLOOR 150,000 PSI 100,000 PSI Arkansas Power Steering - Labrie $167,925.00 Does not include 40 GPM @ 800 RPM Pump $ 4,200.00 Total Cost $172,125.00 BODY FLOOR 1/4"-150,000 PSI 3/16"-50,000 PSI HOPPER 150,000 PSI 100,000 PSI GATE PINS 2" 1-1/4" GATE CYLS. 3" 2-1/2" SAFETY CABLE NOT AVAILABLE RECOMMENDED: Shipley Motor Equipment - Heil Optional Equipment: Upper Box Teeth Flood Lights Poly Tensioner Trans Level Sensor Trans Probe Light Weight Skid Plate Trans Range Inhibitor Total Cost Item #2. $170,459.48 $ 230.00 $ 320.00 $ 61.00 $ 136.00 $ 26.65 $ 90.00 N/C $171,323.13 Arkansas Power Steering - McClain EZ Pak $142,621.00 Does not include 40 GPM © 800 RPM Pump $ 4,200.00 Container Lift $ 3,246.00 Total Cost $150,067.00 HOPPER 150,000 PSI 100,000 PSI BLADE PINS 2" & 3" 1" & 1-1/2" CYLINDER CUSHION NOT AVAILABLE Shipley Motor Equipment - Leach $144,987.60 Does not include 40 GPM © 800 RPM Pump $ 4,200.00 Total Cost $149,187.60 ELECTRIC WINCH NOT AVAILABLE • • BODY FLOOR 150,000 PSI 50,000 PSI Shipley Motor Equipment - Pak Mor $143,422.60 Does not include 40 GPM @ 800 RPM Pump $ 4,200.00 Total Cost $147,622.60 HOPPER 150,000 PSI 100,000 PSI TELESCOPIC CYLS. NOT AVAILABLE RECOMMENDED: Shipley Motor Equipment - Heil $146,907.60 Optional Equipment: Poly Tensioner $ 61.00 Trans Level Sensor $ 136.00 Trans Probe $ 26.65 Light Weight Skid Plate $ 90.00 Trans Range Inhibitor N/C Total Cost $147,221.25 An extended warranty of 5 years has been offered by the manufacturer to supplement the standard 1 year warranty requested. It would be to the City's benefit to utilize this extended warranty at the following rate: Front Loader $2,500.00 per Unit Rear Loader $1,900.00 per Unit Total $5,000.00 Total $3,800.00 These items have been evaluated for compliance with original specifications along with anticipated Manufacturer and Dealer support necessary to maintain them in a proper and efficient manner. A post bid conference was also held with the Bidder and the Representative for the Units bid to assure the compliance with our needs. It has been with an objective attitude that this bid has been evaluated. This recommendation has been reviewed by Representatives of the Solid Waste Division, Fleet Operations Division and the Equipment Committee. Therefore, the following is submitted for purchase approval by the Council: ITEM 1. Front Load Solid Waste Equipment Shipley Motor Equipment 2002 Mack MR688S with Mounted Heil Half -Pack $171,323.13,. This Bid was accepted as it met original Specifications. This should provide units that will be efficient, reliable and compatible to our operations. ITEM 2. Rear Load Solid Waste Equipment • Shipley Motor Equipment 2002 Mack MR688S with Mounted Heil 5000 © $147,221.25. This Bid was accepted as it met original Specifications. This should provide unit that will be efficient, reliable and compatible to our operations. SUMMARY TO BE DELIVERED AS COMPLETE UNITS: ITEM 1. Shipley Motor & Equip. - 2 Units at $171,323.13 $342,626.26 ITEM 2. Shipley Motor & Equip. - 2 Units at $147,221.25 $294,442.50 Extended Warranty $ 8,800.00 TOTAL BID AWARD: $645.868.76 The budgeted amount for items of this type is $1,120,000.00 in account 9700-1920-5802.00, Project 98067-001. With the purchase of these items at $645,868.76 we will have a balance remaining of $474,131.24. • FAYETTEVItLE THE CITY OF FAYETTEVILLE. ARKANSAS February 6, 2002 TO: FROM: Bill Oestreich 41)) Carrol Hill Solid Waste & Recycling Division SUBJECT: LaBrie Trucks Demonstration of the LaBrie Front Loader was reviewed by various members of the Equipment Committee on February I, 2002 at the Solid Waste Facility and driver testing took place on Saturday, February 2, 2002 on an actual route. Since the demonstration truck was equipped with forks instead of a triangle, we made arrangements with Waste Management for our drivers to meet, and take the demonstration vehicle on one of their heaviest tonnage routes. Our driver Darrell Lackey reported the following: After testing both of the trucks, he definitely preferred the LaBrie. It handled very well, and the use of the forks versus the triangle was far superior. It was a much smoother operation, took less time per container. The forks seemed to handle the heaviest of restaurant containers without any noticeable strain. The cycle time for the loader and packer was very fast, thus able to compact much tighter and as a result could hold significantly more per load, and would result in Icss route time. In speaking with the City of San I3ernardino, who use 6 LaBrie front loaders and 28 Automated trucks. They are pleased with the vehicle, and their mechanics and drivers unanimously voted for the LaBrie purchase after sampling three other vehicles over the same time period. They have had no significant service problems, and feel that they have received better service response from I.,aBrie who is 3,000 miles away than they had with their old vendors who are 10 minutes from their yard. 113 WEST MOUNTAIN 72701 (501) 575.8398 0 PRINTED ON RECYCLED PAPER • • -2- We were unable to preview the LaBrie vehicle earlier due to schedule conflicts of the Equipment Committee and availability of the vehicle. We have listened to our drivers who drove the test vehicles. The LaBrie weight reduction of 4,000 lbs which Fleet and Solid Waste have recommended exceeds the original estimates presented to the Equipment Committee. The weight reduction was of particular interest to the Equipment Committee as well as the Fleet and Solid Waste Divisions. The low bidder did not measure up to driver testing. Therefore we decline our initial recommendation, and change the recommendation to the LaBrie. FAYETTEVILLE THE CITY OF FAYETTEVILLE, ARKANSAS February 4, 2002 TO: Bill Ocstreich FROM: Carrot Hill SUBJECT: �` Vehicle Recommendation We have reviewed and evaluated the operation of the two units demonstrated at our facility in the last two weeks. Therefore we are recommending that you proceed with the purchase of the Heils. 113 WEST MOUNTAIN 72701 (501) 575-8798 0 PRINTED ON RECYCLED PAPER • r130 r-EIW r-vw -1Wm -IWm O O r O O s O 0 S m N 0 0')m m co - m co - m co 3 A '^ O7 -x� =Oxy =x� m D -I o *a. a AdNo �Ao �CAo r3 x Soo , NO0 -4-0 O0 NO0 W O o > Q m m -+ m io(p o,,= 0 C 01 C N C 0 0 V O a 3 3 m m. -43w rnOc m m H a W 0 0 0 8 o • 0 0 co m ow =8 N O O O Dig' rag) D _ ,c V Ca c c m 0 r3 23 CL RW m N a 1< m 0 mg ID. m 0.1 N CU O w� • O x71 p it 2 o m a• m • a 1 m c W 8 2 O a Z o> Z(8D • 7 o r o y 3217 amp N N y N y xi -, N N got got > 0%, >00 730 XI0 N m (D --,4<p (D J a A Da A (0 2 0 W N j m V 0 1.4N a r(n nw m + 5' + co Ph m fr p O N o T O -0O 3 0w O A r - o - °m a till I -am 11 O Wa N N OD ta m N N (O 3 O e c3 J 1 O 0 o.10. N A m En C.7 O S L m 9- m4.) - mN lD. W 0 Zi A m p O (D aO a w c co a is J J a a N 3 N 3 0m 0m 014 OKI d — Y1 5 + 5 + m w m W gig liq NA NA To mo m m0,0 A 9.a A m MED N Y d m r D I-11 N .. Nth R N R N m m V V o 0 c 3 (D N O. Mr m d m4 O 0 aq N f7 a 01 con - a o Ea 7 $°w 0. wv zg Otto � • • 01/14/91 08:59 51 :02/033 N� 3881 • EQUIPMENT Sala - Service - Repairs Name: CI. "Ly Off/ Fay�fit ✓f%1,� Date: /•.3/ Pa. Address: / / 3 4(JES 1 /ifo cc n 4,;,/ Date Required: City: ‘it f / r State: 412 Zip: 72 70) Telephone M: 1) 7 9 • (4) - ? 7 3 / Fax I: til) 9E5-c<cl) Contact: QTv 4`77 444 .$14k9 DESCRIPTION PRICE t we Grit l 5 14400 14 C,> 9 11� %/i ere �%t at l l l ..40zeo...lelt ��' S e & e‘v /,'t charts A API) 8%.7.5c /.s.K-i, L S ,e -ea/ L( ) --v ftbaLy t'spiaes. ,44 +KAJ-tt.:-e 414 c,9 c,Q0•c PutiG6as.� /A.S m 2 Pt tat rtai f -a kJ ✓-..c etas N , L.. L u.; f lJ a'C cr0c.4-e13 � 2 'Spic / T c y h vAi viae 9F" 14, 1?A1e /304-4 $.ocs) Quoted By: Subtotal: Accepted By: FET: Financed By: Freight: Contact Person: Tax: Phone No.: Total: P.O. On 4033. 11001 Utile Rock. Mumma 72124 • TsispS ,: 6014364330 VAX 601434.1233 310700•14444 • S, Tanen f11e• T010110114: 001312.274 V& If. en, _see .... Name: cab 01/14/91 08:59 5 :03/03 NO:388 rye 4. EQUIPMENT Sales -Service- Repairs Date: • Address: Date Required: City: Telephone 0: Contact: QTY State: Zip: Fax N: Il�eak Qom DESCRIPTION - a PA1} -41- 00,3 s" Pb x 3" _T'.D .c s " cc. j, ino"'web,- ; AL Ll. N den c✓ PRICE 9 52 64.4/44 itifii-a( 07.0 S Ging-CA aAin Flr�ed 11. c eJ4( u -✓'f, po t.49 D Ec rs/ ,.c 'e Co I c 2 pe 4 t 14-1..c._ 4-1C,IS (og) co p44.1! Ll t.t e ?,..LCL 14.01,4y, - L` )4 RA/ req S et,epie E NIpo eL - Asi to omo SPAct es - S¥ffl'o 3 Si r Ploliv-eiLAriey Quoted By: Subtotal: Accepted By: FET: Financed By: Freight: Contact Person: Tax: Phone No.: Total: 11.0, Sox 4022 • Ns* (e aeq. Monne 72124 • TSN .sr: 5014344220 FAX 501434.1233 3107 rkSr, Y• M,.wS. Tweseeee 34114 • Telsrene: 401432.2744 Far- enl.��e.si.. • • • BIDDERS LIST HEAVY DUTY TRUCK CHASSIS RON BLACKWELL FORD TRUCK CENTER P .O.BOX 608 BENTONVILLE, AR 72712 ATTN: LARRY EDEN 501-756-9461 2. OZARK TRUCK SALES P .O. BOX 6247 P PRINGDALE, AR 72766 501-756-1200 3. River City Hydraulics, Inc. P .O.Box 6033 Sherwood, AR 72124 Attn: Roger Williams 501.835.5230 4. SHIPLEY MOTOR EQUIPMENT CO. P .O.BOX 250 LOWELL, AR 72745 Attn: Jim Lollis 501-631-7653 5. Arkansas Power Steering & Hydraulics, Inc. 900 Fiber Optic Drive North Little Rock, AR 72117 Attn: Larry Jackson 800.734.9411 6. Peterbilt of Springdale P .O.Box 6310 Springdale, AR 72766 Attn: Landon Logan 501.361.5077 7 J & R Equipment 25-C N. Council Oklahoma City, OK 73127 Attn: Nick Pontikos 405.495.5110 • • 8. RDK Truck Sales & Service, Inc. 3214 Adamo Dr. Tampa, FL 33605 Attn: Tom Mascunana 888.735.8789 9. Crane Carrier Company P .O.Box 582891 Tulsa, OK 74158 Attn: Butch Butler 918.836.1651 10. McNeilus Truck & Manufacturing Co. P .O.Box 458 Hutchins, TX 75141 972.225.2313 10. Total Truck & Trailer Equipment P .O.Box 720660 Norman, OK 73070-4500 Attn: Bob Stavinoha 405.329.3775 H.D.TRUCK BIDDERS LIST 2 • • otedeLLE CITY OF FAYETTEVILLE f1 Y7 3 Wa Mom a'dui) se Fayetteville, AR 72701 FLEET OPERATIONS 501-444-3494 INVITATION TO BID BID #: 02-01 DATE ISSUED: January 9, 2002 DATE & TIME OF OPENING: January 29, 2002 - 11:00 A.M. BUYER: Peggy Vice, Purchasing Manager, Room 306 - (501) 575-8289 DATE REQUIRED AS COMPLETE UNIT: 90 Days from receipt of order. F.O.B.: Fayetteville, AR *Guaranteed Delivery Date: APPROXIMATELY 200 DAYS FROM ORDER ITEM: DESCRIPTION: QTY. * PRICE PER UNIT Heavy Duty Cab/Chassis w/Mounted Front Load Sanitation Body per Item #1 of Specifications attached: 2 $ 170,104.48 2. Heavy Duty Cab/Chassis w/Mounted Rear Load Sanitation Body per Item #2 of Specifications attached: 2 146,907.60 *PLEASE NOTE THE OPTIONAL BODY BIDS ON THE NEXT PAGE EXECUTION OF BID - Upon signing this Bid, the bidder certifies that they have read and agree to the requirements set forth in this bid proposal, including terms and standard conditions, and pertinent information regarding the article being bid on. Unsigned bids will be rejected 1 • • OPTIONAL BODY BID PRICING CITY OF FAYETTEVILLE BID#: 02-01 ALL OF THE FOLLOWING BIDS ARE WITH A 2003 MACK MR688S FROM SHIPLEY MOTOR EQUIPMENT COMPANY, AS PER THE SPECIFICATIONS AND EXCEPTIONS IN OUR ORIGINAL BID PACKAGE. ORIGINAL QUOTE IN BID PACKAGE RIVERCITY HYDRAULICS a. FRONT LOADER b. REAR LOADER OPTIONAL BODY BID PRICING 1. DOWNING SALES AND SERVICE c. FRONT LOADER - PAK-MOR FPE840 d. REAR LOADER - PAK-MOR R320B 2. KEY EQUIPMENT & SUPPLY a. FRONT LOADER b. REAR LOADER LEACH 20 YD 2RII *** *** PLEASE NOTE THAT THE LEACH DEALER HAS SUBMITTED A QUOTE WITHOUT THE CITY SPECIFICATION SHEET DUE TO THE LEACH EQUIPMENT NOT MEETING SPECIFICATION TO THE EXTENT THAT HE FELT IT BEST TO SUBMIT A ENTIRELY DIFFERENT QUOTE. *** $ 170,104.48 each $ 146,907.60 each $ 170,459.48 each $ 143,422.60 each NO BID $ 144,987.60 each • • *NAME OF FIRM: SHIPLEY MOTOR EQUIPMENT COMPANY 'BUSINESS ADDRESS: P.O. BOX 250 •CIN: LOWELL *PHONE: 479-770-6040 'PRINTED NAME: JIM LOLLIS *AUTHORIZED SIGNATURE: •TITLE: v.P. OPERATI 'STATE: AR 'ZIP: 72745 'FAX: 479-770-6146 PLEASE NOTE: ALL ITEMS MARKED * ARE CONSIDERED MANDATORY REQUIREMENTS FOR CONSIDERATION OF BID. FAILURE TO COMPLETE THESE ITEMS MAY RESULT IN REJECTION OF BID. THIS REQUEST FOR BID IS NOT TO BE CONSTRUED AS AN OFFER, A CONTRACT, OR A COMMITMENT OF ANY KIND; NOR DOES IT COMMIT THE CITY TO PAY ANY COSTS INCURRED BY THE BIDDER IN THE PREPARATION OF THIS BID. 1. All bids shall be submitted on forms provided by the City with the item bid and the bid number stated on the face of the sealed envelope. Bidders MUST provide the City with their bids signed by an employee or officer having legal 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. Tax amount MUST show as a separate item. 3. Bids received after the date and time set for receiving bids will NOT be considered. The City will NOT be responsible for misdirected bids. MAIL OR DELIVER BIDS TO: CITY OF FAYETTEVILLE PURCHASING OFFICE - ROOM 306 113 W. MOUNTAIN FAYETTEVILLE, AR 72701 Vendor should call the Purchasing Office at 501.575.8289 to insure receipt of their bid documents prior to opening date and time listed on the bid form. 2 P FAME I I EMCEE BID #: 02-01 CITY OF FAYETMWLLE 414 Wo G omfluah 890 Fayetteville, AR 72701 FLEET OPERATIONS 501-444-3494 INVITATION TO BID DATE ISSUED: January 9, 2002 DATE & TIME OF OPENING: January 29, 2002 - 11:00 A.M. BUYER: Peggy Vice, Purchasing Manager, Room 306 - (501) 575-8289 DATE REQUIRED AS COMPLETE UNIT: 90 Days from receipt of order. F.O.B.: Fayetteville, AR •Guaranteed Delivery Date: ITEM: DESCRIPTION: QTY. * PRICE PER UNIT Heavy Duty Cab/Chassis w/Mounted Front Load Sanitation Body per Item #1 of Specifications attached: 2 2. Heavy Duty Cab/Chassis w/Mounted Rear Load Sanitation Body per Item #2 of Specifications attached: 2 EXECUTION OF BID - Upon signing this Bid, the bidder certifies that they have read and agree to the requirements set forth in this bid proposal, including terms and standard conditions, and pertinent information regarding the article being bid on. Unsigned bids will be rejected. *NAME OF FIRM: *BUSINESS ADDRESS:! •CITY: `PHONE: *PRINTED NAME: •AUTHORIZED SIGNATUR `TITLE: *STATE: *ZIP: PLEASE NOTE: ALL ITEMS MARKED * ARE CONSIDERED MANDATORY REQUIREMENTS FOR CONSIDERATION OF BID. FAILURE TO COMPLETE THESE ITEMS MAY RESULT IN REJECTION OF BID. THIS REQUEST FOR BID IS NOT TO BE CONSTRUED AS AN OFFER, A CONTRACT, OR A COMMITMENT OF ANY KIND; NOR DOES R 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. Tax amount MUST show as a separate item. 3. Bids received after the date and time set for receiving bids will NOT be considered. The City will NOT be responsible for misdirected bids. MAIL OR DELIVER BIDS TO: CITY OF FAYETTEVILLE PURCHASING OFFICE - ROOM 306 113 W. MOUNTAIN FAYETTEVILLE, AR 72701 Vendor should call the Purchasing Office at 501.575.8289 to insure receipt of their bid documents prior to opening date and time listed on the bid form. 4. The City reserves the right to accept or reject any or all bids, waive formalities in the bidding and make a bid award deemed to be in the best interest of the City. The City shall be able to purchase more or less than the quantity indicated subject to availability of funds. 5. Each bidder MUST state on the face of the bid form the anticipated number of days from the date of receipt of order for delivery of the completed units to the City of Fayetteville, Arkansas. 6. Time is specifically made of the essence of this contract and failure to deliver on or before the time specified in the contract may subject the contractor to the payment of damages. 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 Manufacturers Warranty shall apply to each unit as specified. A copy of the applicable warranty MUST accompany the bid with any exception to the warranty clearly noted on the Bid Form. Warranty on accessories/equipment 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/unfts delivered to the City of Fayetteville shall comply with all accepted commercial standards for materials and supplies which are new and unused except for normal testing and evaluation needed to prior to release for delivery. 12. 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. 13. Service Manuals (Either printed or CD) shall be provided to cover the Chassis, Power train, Body and any modifications to production items. 14. 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. BID # 02-01 BASIC SPECIFICATIONS I • General Specification Requirements are as follows: HEAVY DUTY TRUCK CAB/CHASSIS WITH SANITATION BODY THESE ARE MINIMUM SPECIFICATIONS ONLY and are not limited or restricted to the following. ALL UPGRADE OR DOWNGRADE 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. 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 Manufacturer's Warranty shall be furnished. Minimum Warranty period shall be no less than 1 year. Field demonstrations of currently operational units which are offered as a substitute, variation, or deviation may be required as part of Staff analysis at the option of Staff members or other qualified interested parties. Properly documented referrals may be required of vendors which allows field evaluation of units in a comparable operational area. 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. 4 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 orguarantee 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 expensive parts inventory or being subjected to long periods of interrupted service due to the lack of spare parts. All suppliers submitting proposals must have available a 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. ANY BIDDER, WHETHER A MANUFACTURER OR DESIGNATED DEALER, WHO CAN PROVIDE MATERIALS , FEATURES OR OPTIONS TO MEET THE SPECIFICATIONS OUTLINED HEREIN AND WILFULLY FAILS TO DO SO BECAUSE OF PRICE OR TO GAIN A PRICING ADVANTAGE IN A COMPETITIVE BID SITUATION WILL BE DEEMED NON- RESPONSIVE. ANY FURTHER CONSIDERATION OF THEIR BID SUBMISSION WILL NOT BE CONSIDERED. SHOULD THEIR CURRENT LITERATURE OR PRICE LISTS FOR MATERIALS, FEATURES, OR OPTIONS INDICATE THEIR ABILITY TO PROVIDE SAME TO MEET THESE SPECIFICATIONS, AND THEY FAIL TO DO SO, THEY WILL BE DEEMED NON -RESPONSIVE AND DECLARED INELIGIBLE TO RECEIVE THE AWARD FOR THE UNIT SPECIFIED. FINALLY, ANY CLAIMS THAT AN ITEM BID EXCEEDS THE STATED SPECIFICATION MUST BE DEMONSTRATED IN A PERFORMANCE DEMONSTRATION IN DIRECT COMPETITION WITH OTHER UNITS BID BY OTHER MANUFACTURERS PRIOR TO AN AWARD OR THE BID WILL BE DEEMED UNRESPONSIVE FOR FAILURE TO SUBSTANTIATE THE CLAIM. COMPLIANCE WITH APPLICABLE FEDERAL / STATE / LOCAL SAFETY REQUIREMENTS, SUPERSEDES THE REQUIREMENTS AS LISTED BELOW. ITEM 1. HEAVY DUTY TRUCK CHASSIS WITH MOUNTED FRONT LOADER STYLE WASTE DISPOSAL BODY COMPLIANCE WITH APPLICABLE FMVSS SUPERSEDES REQUIREMENTS AS LISTED BELOW. MINIMUM SPECIFICATIONS ONLY BODY STYLE: Low Cab Forward Cab/Chassis WHEELBASE: As Required to conform to requirements of Body listed below. CAB/AXLE DIMENSION: As Required to conform to requirements of Body listed below. DIESEL ENGINE: 6 CYL. MINIMUM ONLY: 728 C.I.D. Displacement, 350 H.P. @ 1800 R.P.M., 1360 lb -ft Torque @ 1200 R.P.M.-120 Volt 1500 Watt Engine Block Heater, Dry Type Air Cleaner with Restriction Indicator, Automatic Warning System with Automatic Shut Down, Spin -On Fuel Filters, AirtoAir Intercooler, key type shut off, underframe exhaust. MANDATORY REQUIREMENT FOR CONSIDERATION. PLEASE STATE: MANUFACTURER: MODEL DESIGNATION: C.I.D. DISPLACEMENT: H.P. RATING: R.P.M. TORQUE RATING: _________R.P.M. TRANSMISSION: 6 Speed Automatic Allison HD-4060PR-6 with External Auxiliary Cooler, Replaceable element Oil Filter, Output Retarder, Oil Level Sensor, Rear Support, Remote Shift Selector, Power Takeoff drive provision as required for body listed. GVW RATING: 82,000 LBS FRAME: 13.25" X 3.25" X .3125 Steel Combined Rating w/1/4" inside channel reinforcement Section Modulus 26.06 cu.in./RBM 2,870,000 in lb per rail. AXLES: TANDEM DRIVE: 46,000 LB. Cap. - CRDPC 200 Carrier - 4.17 Ratio - Mack Tandem Model S-462 or equal, with Camelback anti -sway Suspension or equal, Bronze Trunnion Bushings with Transverse Torque Rod, INTERMEDIATE: 18,000 LB. Cap. Air IiftIAirdown with manual control and air gauge mounted in an easily accessible location for the driver. FRONT: 20,000 LB. Cap. Model FAW-20 Multi Leaf Spring Suspension D] ALTERNATOR: 160 AMP. BATTERIES: 3 -Group 31 - 1900 CCA. w/Aluminum Covered Box FUEL SYSTEM: 70 Gal. Cap Aluminum Tank COOLING SYSTEM: 1050 Sq. In, 3 Row Core Radiator, Silicone Hoses, Filter/Conditioner. STEERING: 592S Sheppard Integral Hydraulic Power Assist 20.1:1 Ratio WHEELS & TIRES: 8.25" Aluminum Disc 10 Hole Hub Pilot Type With 11-24.5 G-124 Goodyear Steel Belt Radial Tires on Drive Wheels and Intermediate axle, 12.25" Aluminum Disc 10 Hole Aluminum Hub Pilot with 425/65R22.5 G- 288 Goodyear Steel Belt Radial Tires on Steer Axles with necessary Ply Rating and Load Range Rating to be compatible with required GVW. Steel Belt Radial Tires of necessary Ply Rating and Load Range Rating to be compatible with required GVW. RADIO: O.E.M. AM/FM FLOOR COVERING: Non -Skid Vinyl/Rubber SEAT: H.D Vinyl High Back Air Ride Drivers Seat, Low Back Stationary Passenger Seat CAB: Standard Manufacturers Current Model Year, Equipped with O.E.M. Heater and Air Conditioner capable of maintaining sufficient temperature control and air flow for operator comfort. COLOR: EXTERIOR -White Urethane - with Clear Coat INTERIOR -Grey WIPERS: 2 Speed Intermittent MIRRORS: Left/Right Heated West Coast Style, with 4" Convex Spot Mirrors Arm Mounted above and below the standard mirrors. GLASS: Tinted, Maximum Glass area offered by the Manufacturer shall be made available, including Visibility Window in Right Hand Door. BRAKE SYSTEM: Bendix TF - 750 - 16.5 CFM Compressor or equal. Aluminum Air Tanks, S -Cam 16-1/2" X 5" Front, S -Cam 16-1/2" X T' Rear, 4 Rear Spring Style Parking Brake Chambers, Heated Air Drier, heated automatic drain valves. SAFETY EQUIPMENT: Electronic Back -Up Alarm, 7 Marker Lamps, Front Tow Hooks, Dual Air Horns, 3 Point Retractable Seat Belts, Interior Sun Visor -Both Sides, Manual Reset Circuit Breakers, Skid Plate under Radiator, Waterproof connectors 40 CUBIC YARD HYDRAULICALLY OPERATED FRONT END LOADER MINIMUM SPECIFICATIONS ONLY PACKER BODY GENERAL DESCRIPTION: 28 Yard Body Capacity with 12 Yard Hopper Capacity, Capable of handling 1 to 10 yard containers - Hopper. 80" width - 92" length - 92" depth, Full Eject Style, with 8 Gauge 80,000 PSI Steel Roof, 8 Gauge 80,000 PSI Steel Body sides, Floor 1/4" 150.000 PSI Steel, Lower Hopper Sides of 3/16" 150,000 PSI Steel, Upper Hopper Sides 12 ga. 80,000 PSI, Hopper Floor of 1/4" 150,000 PSI Steel. 96"- Lift/Tilt system with support props shall be provided. CHECK AS APPLICABLE: MANDATORY REQUIREMENT FOR CONSIDERATION. COMPLY AS PER MINIMUM SPECIFICATIONS STATED. DEVIATIONSNARIATIONS/SUBSTITUTIONS LISTED AS FOLLOWS: AUTOMATIC HOPPER COVER: The body shall be equipped with an automatically actuated sliding hopper cover that will close the hopper opening in the roof of the body whenever the compaction mechanism is actuated for compressing the refuse. A means must be provided that will prevent the operator from dumping a container when either the hopper cover is not fully open or the body compactor plate is not in its fully forward retracted position. Automatic means must also be provided wherein the body compactor plate will not move rearward to compress the refuse material in the body unless the hopper cover is closed. Top door cylinder shall be 2-1/2" Bore X 90" w/1-1/2" Chrome plated rod. Door to be constructed of 12 Ga. HR w/2" X 2" X 1/8" Structural Tube frame w/guide track of 7 Ga - 80,000 PSI steel. CHECK AS APPLICABLE: MANDATORY REQUIREMENT FOR CONSIDERATION. COMPLY AS PER MINIMUM SPECIFICATIONS STATED. DEVIATIONSNARIATIONS/SUBSTITUTIONS LISTED AS FOLLOWS: TAILGATE: The tailgate shall be one piece top hinged to open 30 degrees above horizontal . 2 sets of hinges with 2" hinge pins at roof line. Constructed of 10 GA 80,000 PSI w/1/4" 80,000 PSI Box Braces. A replaceable compression style seal shall be provided to prevent leakage and shall extend across the full width of the bottom and up the sides a minimum of 68". It shall be automatically latched and unlatched in sequence with the rear door hydraulic lift cylinders. The tailgate shall be provided with two (2) double acting hydraulic cylinders of 3" Dia, X 28-1/4" Stroke, with one cylinder on each side of the body. Cylinder design shall prevent the rapid descent of the rear door in the event of a hydraulic failure. Lock Cylinders shall be 3" X 3- 5/8" W/1-1/2" Chrome Plated Rod. An approved under ride guard shall be bolted to the bottom of the door to be clear of all refuse during load ejection. CHECK AS APPLICABLE: MANDATORY REQUIREMENT FOR CONSIDERATION. COMPLY AS PER MINIMUM SPECIFICATIONS STATED. DEVIATIONSNARIATIONS/SUBSTITUTIONS LISTED AS FOLLOWS: CAB PROTECTOR: The body shall be equipped with a 53" cab protector that is rigidly attached to the front of the body. The cab protector shall afford protection to the truck cab against accidental spillage out of the container. The cab protector shall extend forward of the body sufficiently to fully cover the cab windshield. The cab protector shall be constructed of expanded metal of sufficient strength to allow weight of personnel without bending or sagging. CHECK AS APPLICABLE: MANDATORY REQUIREMENT FOR CONSIDERATION. COMPLY AS PER MINIMUM SPECIFICATIONS STATED. DEVIATIONSNARIATIONS/SUBSTITUTIONS LISTED AS FOLLOWS: SIDE ACCESS DOOR AND STEP RUNGS: The body shall have a minimum of one (1) hinged side access door, located on the right hand side of the body toward the forward end. The door clear opening shall be not less than 27 x 31 inches. Step rungs must be provided under the access door. Ladder rungs shall be provided on the left forward side of the body for access to the top forward section of the hopper.. CHECK AS APPLICABLE: MANDATORY REQUIREMENT FOR CONSIDERATION. COMPLY AS PER MINIMUM SPECIFICATIONS STATED. DEVIATIONSNARIATIONS/SUBSTITUTIONS LISTED AS FOLLOWS: OIL RESERVOIR: An oil reservoir shall be provided with a total liquid capacity of not less than 47 gallons, with filtration of 140 micron suction line strainer and 10 micron in line filter. The reservoir must be equipped with a suitable filter type air breather that will permit an adequate amount of air to enter and exhaust from the tank when the body compaction cylinder is operated without allowing entrance of dust and dirt into the tank. An oil level gauge and shut off valve shall be provided. CHECK AS APPLICABLE: MANDATORY REQUIREMENT FOR CONSIDERATION. COMPLY AS PER MINIMUM SPECIFICATIONS STATED. DEVIATIONSNARIATIONS/SUBSTITUTIONS LISTED AS FOLLOWS: TELESCOPIC CYLINDERS AND COMPACTOR PLATE: The body shall be equipped with a hydraulically actuated packer traversing a minimum lof 83" into the body from the front head and shall clear the hopper in 26 seconds or less. Lower panel face to be 3/16" - 321 Brinell - 150,000 PSI Min abrasion resistant steel plate. Upper to be 7 ga. 80,000 PSI Min and reinforced with structural members for rigidity. 2 Packer rail guides of 3/8" - 50,000 PSI angle welded to 3-1/2" x 3-1/2" x 1/4" ASTM A500 Grade B structural tubing which is a continuous length of 128". Abrasion resistant wear bars of 145,000 PSI shall 10 0 be dad to lower guide rails 1/4" thick x 3-1/2" wide located 3-1/2 above floor at comer and upper 1/4" thick x 2-1/2" wide, vertical outer of 1/4" thick x 2-1/2 wide, with ejection rails of 3/8" 50,000 PSI structural angle welded to the full length 3-1/2" x 3-1/2" x 3/16" ASTM A500 B Structural tube with a 1/4" x 2-1/2" HR wear bar on inside vertical surface of tube. Panel to be guided w/3" x 6" x 1/4' ASTM A500 B clad w/ 145,000 PSI as follows: lower 3/8" x 3" x 41", upper 1/4" x 3" x 41" vertical -2 each side 1/4" x 2" x 8" - Bolt on lugs to be provided for the 2 double acting 5-1/2" x 182" packing cylinders which are attached with 2" Pins. Bulkhead also to have bolt on lugs w/spherical bearings. A 3/4" safety cable w/32 ton rating shall be provided to retain cylinders within body in case of mechanical failure of pin, packer or cylinder. Packing force shall be a minimum of 105,000 lbs. CHECK AS APPLICABLE: MANDATORY REQUIREMENT FOR CONSIDERATION. COMPLY AS PER MINIMUM SPECIFICATIONS STATED. DEVIATIONSNARIATIONS/SUBSTITUTIONS LISTED AS FOLLOWS: BODY STRUCTURE: The packer body shall be of general welded construction and property reinforced in order to withstand continuous operation at maximum imposed loads without evidence of permanent deformation or excessive wear. All exterior bracing on the sidewalls, roof and tailgate of the body shall be continuously seam welded. The body interior must have a smooth, easily cleanable surface. CHECK AS APPLICABLE: MANDATORY REQUIREMENT FOR CONSIDERATION. COMPLY AS PER MINIMUM SPECIFICATIONS STATED. DEVIATIONSNARIATIONS/SUBSTITUTIONS LISTED AS FOLLOWS: BODY OPERATING CONTROLS: Controls must be conveniently located inside of the truck cab, Single Lever Joy Stick Style with auto pack. The complete operations of compacting and ejecting must be able to be performed by the operator from within the cab. 0 CHECK AS APPLICABLE: MANDATORY REQUIREMENT FOR CONSIDERATION. COMPLY AS PER MINIMUM SPECIFICATIONS STATED. DEVIATIONSNARIATIONS/SUBSTITUTIONS LISTED AS FOLLOWS: FRONT END LOADER: Lift capacity 8.000 lbs. minimum. The truck mounted hydraulic front end loader must be of the single point, vertical acting, triangular coupler type. The triangular coupling method provided shall permit the truck driver -operator to couple containers that are up to thirty (30) degrees out of axial alignment with the truck chassis and also permit a lateral misalignment of not less than ten (10) inches left or right of the centerline of the container. The front end loader must be able to handle individual container in sizes ranging from 1 cubic yard through 10 cubic yards capacity. The loader shall be so designed that no part of any size container, as mentioned above, shall come into contact with the truck cab or hood when raising or lowering the container regardless of the tilt position of the container when coupled to the front end loader through any portion of the loaders hoisting and lowering arc. A Safety Windshield Guard with Ladder shall be provided to prevent damage in event of container failure. The front loader must be so designed as to permit complete access to the truck engine regardless of the loader position. The front loader shall be capable of handling containers on or off loading docks that are up to fifty-four (54) inches in height above ground level without special attachments or adjustments. The loader boom arms are to be of a box type construction and hydraulically actuated for raising and lowering by means of 2 double-acting cylinders. Automatic Container locking devices shall be furnished to operate on initiation of lift cycle, and release at completion of cycle. In cab visual and audible warning shall be provided to indicate arm location above body. CHECK AS APPLICABLE: MANDATORY REQUIREMENT FOR CONSIDERATION. COMPLY AS PER MINIMUM SPECIFICATIONS STATED. DEVIATIONSNARIATIONS/SUBSTITUTIONS LISTED AS FOLLOWS: 12 UNIT CLEARANCE HEIGHT: The front loader and the compactor body hopper cover must be of such a design as to be less than twenty (20) feet in height above the ground at all times when operated throughout its complete performance cycle in order to facilitate functional testing and/or servicing of the truck chassis, packer body or front end loader. CHECK AS APPLICABLE: MANDATORY REQUIREMENT FOR CONSIDERATION. COMPLY AS PER MINIMUM SPECIFICATIONS STATED. DEVIATIONSNARIATIONS/SUBSTITUTIONS LISTED AS FOLLOWS: HYDRAULIC POWER: Hot Shift style with controls located in a convenient location for the driver with adequate indication of operation. Power take off and hydraulic system to furnish hydraulic power for operating both loader and packer body. Hydraulic pump: 'Operate at Idle' style. capacity: 40 GPM. @ 800 RPM, System Max. Operating Pressure: 3500 PSI. A poppet style valve shall be provided to unload system at specified RPM, 2-1/2" Min. Suction line w/1" min. pressure line - Pump to be mounted to PTO. All hydraulic hoses shall be S.A.E. standard for designed pressures. CHECK AS APPLICABLE: MANDATORY REQUIREMENT FOR CONSIDERATION. COMPLY AS PER MINIMUM SPECIFICATIONS STATED. DEVIATIONSNARIATIONS/SUBSTITUTIONS LISTED AS FOLLOWS: MOUNTING: Mounting is to be done at the factory of the body manufacturer or at a factory AUTHORIZED location to assure compliance with all requirements to validate warranty. Modifications to the Cab/Chassis that will voidfinvalidatelcompromise the manufacturers warranty on either unit will not be permitted. Mounting shall be of 6 point suspension design and incorporate lateral restraint front mounts. LIGHTS: Standard lights shall be supplied in accordance with applicable FMVSS 108. Upper Light Bar with 2 Amber LED Turn Lamps/2 Red LED Stop/Tail Lamps, 3 LED Marker Lamps to be included. 13 E Body Front Lights, Container Light, Mid -Body Turn/Indicator Light and Rotating Beacon shall be furnished. MIRRORS: Pedestal Mounted Convex Safety Mirrors shall be mounted at each rear comer of body to be visible to the driver utilizing Cab/Chassis Mounted West Coast Mirrors. PAINT: The complete unit shall be clear of all weld slag and shall be painted with one (1) coat of primer and two (2) coats of enamel. Color White of acceptable High Grade Commercial Standard. MANUALS: One each of the following shall be furnished: 1 Maintenance Manual 2. Parts Manual 3. Operators Manual 4. Electrical Diagram 5. Hydraulic Diagram ITEM 2. HEAVY DUTY TRUCK CHASSIS WITH MOUNTED REAR LOADER STYLE WASTE DISPOSAL BODY COMPLIANCE WITH APPLICABLE FMVSS SUPERSEDES REQUIREMENTS AS LISTED BELOW. MINIMUM SPECIFICATIONS ONLY BODY STYLE: Low Cab Forward Cab/Chassis WHEELBASE: As Required to conform to requirements of Body listed below. CAB/AXLE DIMENSION: As Required to conform to requirements of Body listed below. DIESEL ENGINE: 6 CYL. MINIMUM ONLY: 728 C.I.D. Displacement, 350 H.P. @ 1800 R.P.M., 1360 lb -ft Torque @ 1200 R.P.M.-120 Volt 1500 Watt Engine Block Heater, Dry Type Air Cleaner with Restriction Indicator, Automatic Warning System with Automatic Shut Down, Spin -On Fuel Filters, Air to Air Intercooler, key type shut off, underframe exhaust. MANDATORY REQUIREMENT FOR CONSIDERATION. PLEASE STATE: MANUFACTURER: MODEL DESIGNATION: C.I.D. DISPLACEMENT: H.P. RATING: (8r R.P.M. TORQUE RATING: @ R.P.M. TRANSMISSION: 6 Speed Automatic Allison HD-4060PR-6 with External Auxiliary Cooler, 14 C Replaceable element Oil Filter, Output Retarder, Oil Level Sensor, Rear Support, Remote Shift Selector, Power Take off drive provision as required by body listed. GVW RATING: 60,000 LBS FRAME: 13.25" X 3.25" X .3125 Steel Combined Rating w/1/4" inside channel reinforcement Section Modulus 26.06 cu.in./RBM 2,870,000 in lb per rail. AXLES: TANDEM DRIVE: 46,000 LB. Cap. CRDPC 200 Carrier 4.17 Ratio - Mack Tandem Model S-462 or equal, with Camelback anti -sway Suspension or equal, Bronze Trunnion Bushings with Transverse Torque Rod. FRONT: 20,000 LB. Cap. Model FAW-20 Multi Leaf Spring Suspension ALTERNATOR: 160 AMP. BATTERIES: 3 -Group 31- 1900 CCA. FUEL SYSTEM: 70 Gal. Cap Aluminum Tank COOLING SYSTEM: 1050 Sq. In. 3 Row Core Radiator, Silicone Hoses, Filter/Conditioner. STEERING: 592S Sheppard Integral Hydraulic Power Assist 20.1:1 Ratio WHEELS & TIRES: 8.25" Aluminum Disc 10 Hole Hub Pilot Type With 11-24.5 G-124 Goodyear Steel Belt Radial Tires on Drive Wheels, 12.25" Aluminum Disc 10 Hole Aluminum Hub Pilot with 11-24.5 G-286 Goodyear Steel Belt Radial Tires on Steer Axle. RADIO: O.E.M. AM/FM FLOOR COVERING: Non -Skid Vinyl/Rubber SEAT: H.D Vinyl High Back Air Ride Drivers Seat, Low Back Stationary Passenger Seat. CAB: Standard Manufacturers Current Model Year, Equipped with O.E.M. Heater and Air Conditioner capable of maintaining sufficient temperature control and air flow for operator comfort. COLOR: EXTERIOR -White Urethane - with Clear Coat INTERIOR -Grey WIPERS: 2 Speed Intermittent MIRRORS: Left/Right Heated West Coast Style, with 4" Convex Spot Mirrors Arm Mounted above and below the standard mirrors. GLASS: Tinted, Maximum Glass area offered by the Manufacturer shall be made available, including Visibility Window in Right Hand Door. 15 BRAKE SYSTEM: Bendix 13.2 CFM Compressor or equal. Aluminum Air Tanks - S -Cam 16- 1/2" X 5" Front, S -Cam 16-1/2" X 7' Rear, 4 Rear Spring Style Parking Brake Chambers, Heated Air Drier, automatic heated drain valves.. SAFETY EQUIPMENT: Electronic Back -Up Alarm, 7 Marker Lamps, Front Tow Hooks, Dual Air Horns, 3 Point Retractable Seat Belts, Interior Sun Visor -Both Sides, Manual Reset Circuit Breakers, Skid Plate under Radiator. Waterproof electrical connectors. HIGH COMPACTION BULK REFUSE TYPE REAR LOADING TRUCK BODY MINIMUM SPECIFICATIONS ONLY GENERAL: Equipment shall conform to ANSI Safety Standard Z245.1-1992. Body shall have a gross weight of 15,000 lb. or less. The Structural integrity of the body shall allow high density loading of up to 1,000 pounds per cubic yard capacity of 20 cubic yards, exclusive of the tailgate loading area and the space occupied by the ejection panel. The Hopper shall have a minimum capacity of 3.0 cubic yards. Container Lift Attachment with 6 Yard Container Capacity, Planetary Gear style Electric Winch mounted above Hopper with a minimum capacity of 6,000 lb., Two (2) Bayne Thinline Cart Lifters -Model BTL or equal. CHECK AS APPLICABLE: MANDATORY REQUIREMENT FOR CONSIDERATION. COMPLY AS PER MINIMUM SPECIFICATIONS STATED. DEVIATIONSNARIATIONS/SUBSTITUTIONS LISTED AS FOLLOWS: BODY MATERIALS: Maximum overall width shall not exceed 96 inches. Maximum overall height above the chassis frame shall not exceed 96 inches. A roof of 10 gauge high tensile steel shall be connected to the body sides with integral full length roof rails to contain and dissipate the high density side loading forces equally throughout the body structure. The body floor shall be fabricated from 7 gauge high tensile wear resistant steel. The body floor shall be supported by a cross members of 7 gauge high tensile steel interlaced through long members. Long members of 7 gauge high tensile steel interlaced construction affording maximum floor support. The front wall structure shall provide access to the body interior along with a left side access door for inspection and sanitary maintenance. CHECK AS APPLICABLE: MANDATORY REQUIREMENT FOR CONSIDERATION. COMPLY AS PER MINIMUM SPECIFICATIONS STATED. DEVIATIONSNARIATIONS/SUBSTITUTIONS LISTED AS FOLLOWS: 16 TAILGATE: The operating controls are designed to accomplish the normal packing cycle in two steps with one handed operation. The controls also provide the operator the capability of complete control of either the packing panel or blade, as well as short cycling the compaction sequence. Control linkage shall require a minimum of mechanical adjustments. The tailgate shall be top hinged, and have a loading sill height at least 3-3/4" (3.8 inches) lower than the chassis frame height. The hopper opening width should be not less than 80" and provide a 55" clear load opening height for large bulk material transferred into the body. Tailgate sides to be fabricated of 3/16" abrasion resistant high strength steel with a minimum yield strength of 150,000 PSI. The hopper floor shall be fabricated of 3116" high strength steel with a minimum yield strength of 150,000 PSI. The packing blade and upper panel surfaces shall be fabricated of identical gauge and type steel used in the hopper floor to preclude premature wear of all associated steel surfaces and assure uniform capability to resistthe shearing and breaking forces of large objects during compaction cycle. Compaction cycle shall be 28-32 seconds and allow for reloading within 9-11 seconds of actuation. The tailgate shall be mechanically locked with 2 - 1„ tumbuckles to the body to provide a water tight seal for at least 21" above body floor. A self cleaning step and a bar shall be provided on each side for loaders to ride between loading points. CHECK AS APPLICABLE: MANDATORY REQUIREMENT FOR CONSIDERATION. COMPLY AS PER MINIMUM SPECIFICATIONS STATED. DEVIATIONSNARIATIONS/SUBSTITUTIONS LISTED AS FOLLOWS: PACKING BLADE: The upper packing blade is to be mounted to the tailgate with 2 sets of upper and lower link arms. Each upper arms shall be secured to the panel with two 2" Dia. Pins of C-1045 Cold Drawn steel and the lower with the same to the tailgate an 2-5/6" #4030 CR to the panel. Primary compaction will be with 2 double acting 5"X36" cylinders located outside the hopper area and protected with hinged side doors. The lower packing blade shall be hinged with 3" CR 4340 Pins. And activated with 2 double acting 5-1/2". X 24" cylinders. All mechanism links will be equipped with replaceable Hardened Steel Bushings Maximum packing pressure must be achieved with each cycle during compaction from the first through the last hopper load to assure uniform density throughout the payload. The ejector panel will automatically advance utilizing an unloader valve without attention by the operator. The ejector cylinder shall be a double acting telescopic 4 stage - 6" X 107.2" controllable in both directions at all times during operation. Attachment shall be with CR C-1045 pins of 1-1/2" diameter. The packing blade and ejector panel shall be able to compress each hopper full of material automatically by means of a relief valve. No operator action shall be required. CHECK AS APPLICABLE: MANDATORY REQUIREMENT FOR CONSIDERATION. COMPLY AS PER MINIMUM SPECIFICATIONS STATED. 17 I Ll DEVIATIONSNARIATIONS/SUBSTITUTIONS LISTED AS FOLLOWS: UNDER BODY CONTROLS: Power take off controls mounted in the cab shall be conveniently located preferably to the right of the driver. Ejector and tailgate controls shall be mounted outside the body on the left front side. A device to automatically raise engine speed to proper RPM during packing cycle shall be supplied. CHECK AS APPLICABLE: MANDATORY REQUIREMENT FOR CONSIDERATION. COMPLY AS PER MINIMUM SPECIFICATIONS STATED. DEVIATIONSNARIATIONS/SUBSTITUTIONS LISTED AS FOLLOWS: HYDRAULIC POWER: Hot Shift style with controls located in a convenient location for the driver with adequate indication of operation. Power take off and hydraulic system to furnish hydraulic power for operating packer body. Hydraulic pump: Operate at Idle" style. capacity: 40 GPM. @ 800 RPM. System Max. Operating Pressure: 3500 PSI. A poppet style valve shall be provided to unload system at specified RPM, 2-1/2" Min. Suction line w/1" min. pressure line - Pump to be mounted to PTO. All hydraulic hoses shall be S.A.E. standard for designed pressures. CHECK AS APPLICABLE: MANDATORY REQUIREMENT FOR CONSIDERATION. COMPLY AS PER MINIMUM SPECIFICATIONS STATED. DEVIATIONSNARIATIONS/SUBSTITUTIONS LISTED AS FOLLOWS: HYDRAULIC CYLINDERS: Cylinders: Two required tailgate raise cylinders, chrome plated. Two required packing blade cylinders, induction hardened and chrome plated. One required telescopic ejection cylinder, chrome plated sleeves. All cylinders must have a manufacturer's working pressure rating of no less than 2,500 PSI. Packing blade cylinders must be of internal cushion design so that hydraulic shock and audible noise is minimized. This shall be accomplished by a design which will decrease the speed of the cylinder for the last one-half inch of stroke of cylinder travel. Rods of packing blade and panel cylinders must be induction hardened to surface hardness of 55-60 Rockwell C scale. All cylinders shall have chrome plated piston rods and sleeves. Pin mounting connectionsof packing blade and panel cylinders EE shall incorporate hardened steel bushings (50 minimum Rockwell C) with grease provisions. CHECK AS APPLICABLE: MANDATORY REQUIREMENT FOR CONSIDERATION. COMPLY AS PER MINIMUM SPECIFICATIONS STATED. DEVIATIONSNARIATIONS/SUBSTITUTIONS LISTED AS FOLLOWS: MOUNTING: Mounting is to be done at the factory of the body manufacturer or at a factory AUTHORIZED location to assure compliance with all requirements to validate warranty. Modifications to the Cab/Chassis that will void/invalidate/compromise the manufacturers warranty on either unit will not be permitted. Mounting shall be of solid suspension design and incorporate lateral restraint front mounts. LIGHTS: Standard lights shall be supplied in accordance with applicable FMVSS. Including Top Mount New York style Stop/Directional Lamps, MIRRORS: Pedestal Mounted V' Convex Safety Mirrors shall be mounted at each rear comer of body to be visible to the driver utilizing Cab/Chassis Mounted West Coast Mirrors. PAINT: The complete unit shall be clear of all weld slag and shall be painted with one (1) coat of primer and two (2) coats of enamel. Color. White of acceptable High Grade Commercial Standard. MANUALS: One each of the following shall be furnished: Maintenance Manual 2. Parts Manual 3. Operators Manual 4. Electrical Diagram 5. Hydraulic Diagram 19 Ca / I a§ ( 7 . 02 02 0i »or 2«q =om >i >M `a2 ma) x em -om 14 O \M., 3 } 3 � C/, 0 « 0 0 » 2(O> §A•8 ■ U) °} \/0 no ii a#E } # } - _ .. . . .. -. . � . . . 3 H II 03 } g - na 13 �\ m*h nit z -n z z § wk k \ ( \ § a \ % � E v \& \§& & II 2= �f §\ ac [� a'< og _ ,� �■ CD 0 ` % � E 1 ' a \ \ .. .-----y-- ...... 03 o 03 xl !E 2 I{ {m m E. (OO) no � ID �O U \} §( E\� z U 2§ 0 m0 A-§ & 'C.° 0$ mfB ID 0 \$B m■ (a, a'n 0� « ��gk ii _ �(D CE I L f L I F'AY ETTFVILLE-i II` FROM: W.A.Oestreich Name —ACTION REOUII STAFF REVIEW FORM XXX AGENDA REQUEST CONTRACT REVIEW _ GRANT REVIEW For the Fayetteville City Council meeting: February 19, 2002 1 FAYF_TTEVILLE I Fleet Operations Administrative Services DMslon Department Sanitation Bodies per Bid 02-01 - Item # 1 - Arkansas Power Steering - Mack Chassis with Labrie Body, ($348,677.30) and Item #2 - Shipley Motor Equipment - Mack Chassis with Heil Body ($298,242.50) Total Purchase of $649,919.80. Authorization is hereby granted to purchase these items. COST: TO CITY: X46 q l9• So -- . _ -- $ 6.4 .CO8 fi $ 1,120,000.00 Repl/Exp Sanitation Equipment Cost of this Request Category/Project Budget Category/Project Name 9700-1920-5802.00 $ —00.00— Vehicles & Equipment Account Number Funds Used To Date Program Name 98067 $ 1,120,000.00 Shop Project Number Remaining Balance Fund XX Budgeted Item Dale e02_ Da a 15 lb a� Date _ Budget Adjustment Attached STAFF RFrnMMFNfATION• Acceotance'ofZid 02-01 with the Authorization to Purchase Items #1 and #2. Department Director Date Administrative Services Director Date Mayor Date New Item: Yes No Prev Ord/Res #: Orig Contract Date: Description: Solid Waste Vehicles Comments: Budget Coordinator: Accounting Manager: City Attorney: Purchasing Officer: ADA Coordinator: Internal Auditor. STAFF REVIEW FORM Meeting Date: February 19, 2002 Reference Comments: FAYETTEV&LE THE CITY Of FAYETTEVIUE. AMKANSAS DEPARTMENTAL CORRESPONDE To: W. A. Oestreich, Fleet Operations From: Heather Woodruff, City Clerk Date: February 26, 2002 Please find attached a copy of Resolution No. 23-02 approving the purchase of two (2) front -load sanitation trucks from Arkansas Power Steering, Inc. and two (2) rear -load sanitation trucks from Shipley Motor Equipment Company. The original will be microfilmed and filed with the City Clerk. cc: Nancy Smith, Internal Audit Carol Hill, Solid Waste & Recycling Division 010 03 Cit of Fayetteville 2/27/2002 Update Index Maintenance • 13:56:40 Document ItTh Action Reference Date Ref. Taken Brief Description RES 2192002 23-02 FRONT -LOAD SANITATION TRUCKS Enter Keywords ........: RES. 23-02 File Reference ii....... Security Class........: Expiration Date.......: Date for Cont/Referred: Name Referred to......: Retention Type: **** Active * Cmdl-Return Cmd8-Retention Cmd4-Delete Cmd3-End Press 'ENTER' to Continue Cmd5-Abstract Yes No (c) 1986-1992 Munimetrix Systems Corp.