Loading...
HomeMy WebLinkAbout43-02 RESOLUTIONRESOLUTION NO. 43-02 A RESOLUTION TO ACCEPT THE LOWEST QUALIFIED BIDDER FOR A FORKLIFT LESS TRADE-IN ALLOWANCE FROM TOYOTA FORKLIFT IN A NET AMOUNT OF $18,220.00 BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1. That the City Council of the City of Fayetteville, Arkansas hereby accepts the lowest qualified bidder and agrees to purchase a Toyota Forklift for 520,220.00 reduced by a trade-in of an old forklift in the amount of $2,000.00 for a net purchase of $18,220.00. PASSED and APPROVED this the 19III day of March, 2002. 11. \t, 1(1 -• • •\ < ahi Woodruff, City c . lerk APPROVED: By: DAN COODY, May NAME OF FILE: CROSS REFERENCE: Resolution No. 43-02 • 03/19/02 Resolution No. 43-02 Bid Information 03/19/02 Staff Review Form 03/21/02 Memo to W. A. Oestreich, Fleet Operations Superintendent, from Fleather Woodruff, City Clerk NOTES: Ft-INYC--r-revot_a_c- 01,44t349,5 TO: THRU: THRU: FROM: DATE: • ear ?A rano= PLEIAT INTER -OFFICE MEMORANDUM Mayor/City Council Greg Boettcher, Public Works Director Peggy Vice, Purchasing Manager W. A. Oestreich, Fleet Operations Superintendent March 1,2002 • Aillaa°Salk FAY'S -r-revit_a_s FAX 501,4443425 SUBJECT: BID AWARD RECOMMENDATION 02-12 Project 02080 Reference the attached Agenda Request for the Award of Bid 02-12, Item #1 to the lowest qualified bidder meeting specifications. This Vendor is Yale Materials Handling, Gammon Inc., 1586 E. Emma Ave., Springdale, AR 72764. (Vendor #5144). This is a budgeted item. The Bid Tabulation Sheet dated November 02, 2001, 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. This item has been evaluated for compliance with original specifications along with anticipated Manufacturer and Dealer support necessary to maintain it 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 Representatives of OMI, Fleet Operations Division and the Equipment Committee. The Equipment Committee approved this recommendation unanimously at their meeting on February 28, 2002 Therefore, the following is submitted for purchase approval by the Council: ITEM 1. 5000 lb. Capacity Fork Lift Yale Materials Handling Gammon Inc. $20,220.00 Less Trade allowance for Unit #906 - 1984 Toyota Fork Lift CREDIT $2,000.00 IP* Total Purchase cost of $18,220.00 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 ONE COMPLETE UNIT: TOTAL BID AWARD: $18.220.00 The budgeted amount for items of this type is $412,013.00 in account 9700-1920-5802.00, Project 02080. With the purchase of this item at $18,220.00 we will have a balance remaining of $359,133.00. 00 2 00 Noo TABULATION OF BIDS )I -C; g 4 0 1 8 6 6 d o a: a: a: a: a: 0 0 0 0 0 eeeee 1 i: • • g g cst 1 •N V - \ \ a V S • 1 \ r ‘ -.1 %1 l'rJ td rtj c't N. l'k) Y N rt --r 1 h 3333333 8g 1 J 8g 1 si n -1 § 8ig -1 g 8EI•Itig 1 1 UPI T/OUN41 COST .- 3 n et i 1 \ it i 1 ite 05 ?‘ ee 05 & gl i — 15 1.2 05. N te g5 )I -C; g 4 0 1 8 6 6 d o a: a: a: a: a: 0 0 0 0 0 eeeee Mar -04-02 2 0 04:44P Fleet Oper 501-110-3425 4) .---e Tm•-4t-i-‘ ‘vk 0 titerletee,- orr M VITTSWal agmaallallaalik PP:VETT C'/ILL FLEET PE.tMIfl n1,440495 INW-OFFICE MEMOIMNDUM FAX 501.4443425 TO: Mayor/City Council THRU: Greg Boettcher, Public Works Director THRU: Peggy Vice, Purchasing Manager FROM: W. A. Oestreich, Fleet Operations Superintendent DATE: March 1, 2002 SUBJECT: BID AWARD RECOMMENDATION 02-12 Project 02080 Reference the attached Agenda Request for the Award of Bid 02-121 Item #1 to the lowest qualified bidder meeting specifications. This Vendor is Yale Materials Handling, Gammon Inc., 1586 E. Emma Ave., Springdale, AR 72764. (Vendor 45144). This is a budgeted item. The Bid Tabulation Sheet dated November 02, 2001, 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. This item has been evaluated for compliance with original specifications along with anticipated Manufacturer and Dealer support necessary to maintain it 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 Representatives of OMI, Fleet Operations Division and the Equipment Committee, The Equipment Committee approved this recommendation unanimously at their meeting on February 28, 2002 Therefore, the following is submitted for purchase approval by the Council: ITEM 1. 5000 lb. Capacity Fork Lift Yale Materials Handling Gammon Inc. $20,220.00 Less Trade allowance for Unit #906 - 1984 Toyota Fork Lift CREDIT $2,000.00 ** Total Purchase cost of $18,220.00 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 ONE COMPLETE UNIT: TOTAL BID AWARD: $1 8.220.00 The budgeted amount for items of this type is $412,013.00 in account 9700-1920-5802.00, Project 02080. With the purchase of this item at $18,220.00 we will have a balance remaining of $359,133.00. • • can WNWlalf RON @PRP ATO@NS OMR S. NAPPY FIOLLOW RD. 01AVRYTRVOIIIIR. ARK AHEM 92900 71-1:551 601,444 .;94SS ITICER MMORANDZY14 FA X: 301 .444.34:2S TO: Equipment Committee THRU: Greg Boettcher, Public Works Director FROM: W. A. Oestreich, Fleet Operations Superintendent DATE: February 27, 2002 SUBJECT: FORK UFT - BID 02-12 - RECOMMENDATION Please note Bid Tabulation Sheet Dated February 19, 2002 attached The recornmendation is to accept the lowest price bid from Yale Material Handling as the variances from the original specifications are negligible. It is also recommended to accept the trade allowance of $2,000 for the 17 year old Unit #906 currently in operation. This unit will be placed in service with OMI at the Pollution Control Plant. If You have any questions or comments please contact me at 444-3494. Thank You 1 • g g C( ;-te.,•c• •1 + (-Nis-% \ •.i g g -6 c ‘. -- % '..) c•--1 , i h 3 gg ig 1 gg ig k gg ig § ggig 3 gg h i ggig 3 gg lg 3 gg ig % gg tuee .1 z ., 1960 Cocourse Si L =LIAO 63146 (314) 5619250 FAX (314) 567.7280 1910 F47.1 awns Screcheil.14 69333 (417)&56.3528 FAX (4171064 5283 336 P74004 Suit Nath Lee 1340 AA 72117 (501) 44543171 FM (501)945-0174 1334 S imecertlycs FulSntAR72%l 1501)6464913 FAX (501)64618E45 1516 E Erma Arne $44993,11e. 0172164 (501) 75044[0 FAX (501) 7504817 9121.4way54Was1 brews Cty. MO 65103 (523) 635-5563 FAX 75731 8513-70774 YALE MATERIALS HANDLING GAMMON INC. • s. Peggy Vice ity of Fayetteville urchasing Office — Room 306 13 W. Mountain ayetteville, AR 72701 • Proposal # GWS10232 February 19, 2002 e New Yale Model GLP050TG LP Gas Pneumatic Tire Forklift Basic Capacity: 5,000 lb @ 24" load center Engine: Yale F2 — 4cyl. 2.2 liter (46H.P.) on Ip gas. High energy ignition for increased spark plug life and starting ease. 33.5 lb steel Ip tank with valves and gauges. Transmission: One speed forward/one speed reverse powershift Tires: Front: 7:00 x 12 solid single pneumatic Rear: 5:00 x 8 solid pneumatic Steering: Hydrostatic — Tilt column Hydraulics: 3 section valve with third lever Wheelbase: 63.9" Tread Width: Front: 37.8" Rear: 38.1" Ground Clearance: 6.3" @ center of wheelbase 5.2" @ unloaded at lowest point Brakes Hydraulic foot operated service brake. Mechanical hand operated parking brake. Weight 9.753 lb empty weight — axle load without rated load: front — 4.035 lb/ rear 4737 lb Speed: Travel: 11.8 mph Lift: 123 fpm Lowering: 99 fpm Dimensions: Length to fork face: 100.4" Width 45.5" Mast: Hi -Vis triplex 189"MFH; 84" OAL; 60" 1TH with single function internal hosing. 'Fuming Radius: 86.5" Mast Tilt: 60 forward/ 60 back Fork Spacing: 0"/42" 1960 Coasurs• Dew SI lcus. MO 63146 MO 567-9250 FAX (311) 567-728) 29113 East Da. Scerghell MO 55903 (417) 0664521 FAX (417) $54.5253 X6 Flaps Slreet Natattle Rock AR 72'17 (SDI) 9154171 FAX (501) 945-0174 1304 S IrCepeicerce Fat Scroll AR 72901 (501) 64-8563 FAX(501) 6464385 ISM E Emma Avenue Spmgdge. /31 72764 15011 750-2403 FAX (501) 7504017 912 Figherty Wet Jerson Gt. MO 6.5103 (573) S3S-6663 FAX (573) 8917004 YALE MATERIALS HANDLING GAMMON INC. Forks: 48" — Class II ITA hook integral sideshifter — 48" product guard Safety Equipment: Electronic back-up alarm; amber strobe mounted below OHG; clear plastic canopy cover; 2 forward facing head lamps; 2 rear facing work lamps; vertical rear combination stop/tail lamps. Maintenance Items: Two (2) complete sets of scheduled maintenance filters (air; engine; oil; hydraulic oil) Grand Total Sincerely, citfig Gary Shipman Unit Delivered Price: AR State tax Washington Co. tax Fayetteville City tax Accepted by, 120,220.00 $1,036.28 $25.00 $50.00 521,331 28 Yale Representative Date BID #: 02-12 • CITY OF FAYETTEVILLE ff3 HOUND alluD Fayetteville, AR 72701 FLEET OPERATIONS 501-444-3494 INVITATION TO BID DATE ISSUED: January 25, 2002 DATE & TIME OF OPENING: February 11, 2002 - 11:00 A.M. BUYER: Peggy Vice, Purchasing Manager, Room 306 - (479) 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 1. 5000 lb. cap. Fork Lift per Item #1 of Specifications attached: SALE OR TRADE OF THE FOLLOWING: 1 2. City of Fayetteville Unit # 906 - 1984 Toyota - I.D. # H24F6G2520918 5,000 lb. Capacity: (CREDIT) tit • ...L. El MirTCR H 1110 • 1 BIDDER IMPOSED RESTRICTIONS - ITEM #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: *STATE: *ZIP: *PHONE: *PRINTED NAME: *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. 1115 REQUEST FOR BID IS NOT TO BE CONSTRUED AS AN OFFER, A CONTRACT, OR A COMMITMENT OF ANY KIND; NOR DOES ne 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 bome by the bidder. 2 Bidders shall include all applicable local, state, and federal sales taxes 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 479.575.8289 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. 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 fumishing of the unit/units bid. Standard Manufacturers Warranty shall apply to each unit as specified. A copy of the applicable warranty MUST accompany the bid with any exception to the warranty clearly noted on the Bid Form. Warranty on accessories/equipment fumished by an after market vendor MUST be noted. 9. Any exceptions to the requirements of the City of Fayetteville MUST be noted on the Bid Form. If products and/or components other than those described on this bid document are proposed, the bidder must include complete descriptive literature and technical specifications. The City reserves the right to request any additional information it deems necessary from any or all bidders after the submission deadline. 10. Installation of Dealership/Distributorship Logo is PROHIBITED. 11. The completed unit/units delivered to the City of Fayetteville shall comply with all accepted commercial standards for materials and supplies which are new and unused except for 3 normal testing and evaluation needed prior to release for delivery. 12. All items marked "MANDATORY REQUIREMENT FOR CONSIDERATION OF BID" MUST be completed and retumed with the bid or the bid may be considered as non-responsive and rejected on that basis. 13. Service Manuals (Either printed or CD) shall be provided to cover the Chassis, Powertrain, 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. SPECIAL TERMS & CONDITIONS SALE /TRADE ITEM 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 bome by the bidder. 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 Bidder should call the Purchasing Office at 479.575.8289 to insure receipt of their bid documents prior to opening date and time listed on the bid form. The City reserves the right to accept or reject any or all bids, waive formalities in the bidding and make a bid award deemed to be in the best interest of the City. 4 4. The City assumes no responsibility for the safety of the Bidder during inspection of the item listed herein. 5. The item listed will be sold "AS IS -WHERE IS" with no warranty either express or implied. 6. Arrangements for inspection may be made by appointment with Fayetteville Fleet Operations Division, 1525 S. Happy Hollow Road, Fayetteville, AR., 479.444.3495 between the hours of 9:00 A.M. and 4:00 P.M. MONDAY THROUGH FRIDAY UNTIL FRIDAY, FEBRUARY 8, 2002. 7. Questions regarding this item may be directed to the Fleet Operations Division, 1525 S. Happy Hollow Road, Fayetteville, AR., 72701 479.444.3494 & 479.444.3496 8 Notification of bid award will not be made prior to proper approval of the acceptance of this bid by the City. Therefore, the following provisions for payment and possession are contingent on required approval by the City of Fayetteville. A. Payment for the item/items listed herein shall be made after notification of bid award and prior to release of the itern/items awarded. B. Payment shall be made with certified funds. C. Unit will not be released until receipt and acceptance of Item #1. D. Removal of the item/items listed herein awarded to the successful bidder shall be the sole responsibility of said successful bidder. 9. The item bid and the bid number shall be stated on the face of the sealed bid envelope. BID # 02-12 BASIC SPECIFICATIONS General Specification Requirements are as follows: LP GAS PNEUMATIC TIRE FORK LIFT THESE ARE MINIMUM SPECIFICATIONS ONLY and are not limited or restricted to the following. ALL UPGRADE OR DOWNGRADE VARIATIONS/DEVIATIONS/SUBSTITUTIONS MUST BE CLEARLY ANNOTATED. IN THE ABSENCE OF SUCH STATEMENTS, THE BID SHALL BE ACCEPTED AS IN STRICT COMPLIANCE WITH ALL TERMS, CONDITIONS, AND SPECIFICATIONS AND THE SUPPLIER SHALL BE HELD LIABLE. 5 Altemates will be considered provided each Supplier clearly states on the face of his proposal exactly what he proposes to fumish 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 fumished. 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 fumished 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. 6 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 OUTUNED 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. LP GAS PNEUMATIC TIRE FORK LIFT COMPLIANCE WITH APPLICABLE FMVSS SUPERSEDES REQUIREMENTS AS LISTED BELOW MINIMUM SPECIFICATIONS ONLY CAPACITY: 5000 LB. © 24" LOAD CENTER ENGINE: L.P. GAS - 4 CYL. - 2.0 LITER -46 H.P. - ELEVATED AIR INTAKE - CLOSED LOP LP FUEL SYSTEM - 33.5# STEEL LP TANK WNALVES AND GAUGES TRANSMISSION: 1 SPEED FORWARD/1 SPEED REVERSE POWER SHIFT TIRES: FRONT: SOLID SINGLE PNEUMATIC REAR: SOLID PNEUMATIC 7 STEERING: HYDRAULICS: WHEELBASE* TREAD WIDTH: HYDROSTATIC - TILT COLUMN 3 SECTION VALVE WITH 3' LEVER 63" FRONT: 37.8" REAR: 38.4" GROUND CLEARANCE: 6.9" © CENTER OF WHEELBASE 4.7" W/LOAD © LOWEST POINT BRAKES: WEIGHT: SPEED: HYDRAULIC FOOT OPERATED SERVICE BRAKE, MECHANICAL HAND OPERATED PARKING BRAKE MINIMUM: 7,900 LB. EMPTY WEIGHT - AXLE LOAD W/RATED LOAD: 11680 LB. FRONT/5300 LB. REAR - W/O RATED LOAD: 3300 LB. FRONT/1510 LB. REAR. TRAVEL: 10 M.P.H. - LIFT: 111 F.P.M. - LOWERING: 98 F.P.M. DIMENSIONS: LENGTH TO FORK FACE: 99" W/LOWERED MAST - 188 FUNCTION INTERNAL HOSING - TURNING RADIUS: MAST TILT: FORK SPACING: FORKS: - WIDTH: 45" - HEIGHT: 84" TRIPLEX MAST W/SINGLE 41" SEAT HEIGHT. 88" OUTSIDE 6 DEGREES FORWARD/10 DEGREES BACK 9.5/38.4 48" - CLASS II ITA HOOK CARRIAGE W/CASCADE SIDE SHIFTER - 48" PRODUCT GUARD SAFETY EQUIPMENT: MAINTENANCE ITEMS: ELECTRONIC BACK UP ALARM - AMBER STROBE MOUNTED BELOW OVERHEAD GUARD - CLEAR PLASTIC CANOPY COVER - 2 FORWARD FACING HEADLAMPS - 2 REAR FACING WORK LAMPS - HORIZONTAL REAR COMBINATION STOP/TAIL LAMPS TWO (2) COMPLETE SETS OF SCHEDULED MAINTENANCE FILTERS (AIR - ENGINE OIL - HYDRAULIC OIL) 8