Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAbout18-03 RESOLUTION• •
RESOLUTION NO. 18-03
A RESOLUTION TO AWARD BID 02-72 TO ARKANSAS POWER
STEERING AND HYDRAULICS, INC. AND A CONTRACT FOR
THE PURCHASE OF THREE FREIGHTLINER RECYCLING TRUCKS
IN THE AMOUNT OF 5432,681.00
WHEREAS, Arkansas Power Steering and Hydraulics was the lowest
qualified bidder to provide 2003 Freightliner Compartmentalized recycling
trucks at a per unit price of $144,227.00.
NOW, THEREFORE, 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 approves the bid award and the contract attached as Exhibit "A" with
Arkansas Power Steering and Hydraulics, Inc. to purchase three 2003
Freightliner compartmentalized, recycling trucks for the Solid Waste Division for
a total cost of $432,681.00.
PASSED and APPROVED this the 4Pi day of February, 2003.
ern\
�T 1.1. j.;•-•
i
ATTEST
By: a01,+✓
Sondra Smith, City Clerk
APPROVED:
•
CONTRACT •
WHEREAS, the City of Fayetteville has accepted Bid #02-72 from Arkansas
Power Steering and Hydraulics, Inc. of North Little Rock, Arkansas (hereinafter
"Arkansas Power Steering") to purchase compartmentalized recycling trucks at the unit
price of One Hundred Forty Four Thousand Two Hundred Twenty -Seven Dollars
(5144,227.00) each.
Pursuant to this bid, the City of Fayetteville agrees to pay Arkansas Power
Steering the sum- of Four Hundred Thirty -Two Thousand Six Hundred Eighty -One
Dollars ($432,681.00) upon the timely delivery of three compartmentalized recycling
trucks pursuant to the terms and specifications within Bid #02-72.
Pursuant to paragraph 6 of the Bid and the Guaranteed Delivery Date on page
one of the Invitation to Bid, all ordered units must be delivered, ready for service and in
full compliance with all specifications no later than 190 calendar days after Arkansas
Power Steering receives an order to purchase from the City of Fayetteville. Liquidated
damages in the amount of Two Hundred Fifty Dollars ($250.00) per business day will
be assessed (per vehicle) for any vehicle not properly delivered within the 190 day
allowed period. The City of Fayetteville may assert all of its other legal rights if
Arkansas Power Steering breaches this contract or any of the bid specifications (which
are incorporated within this contract and expressly agreed to by both parties).
In agreement with all terms stated above as well as all specifications and terms of
Bid #02-72, the proper legal representatives of the City of Fayetteville and Arkansas
Power Steering and Hydraulics, Inc. sign below.
Arkansas Power Steering & Hydraulics, Inc. City of Fayetteville, Arkansas
itsfietc4cem
44 e2`j etceseJ- es Are
Printed (\lame & Corporate Title
Witness: Attest: 560,4W
By
Dan oody, Mayor
City Clerk
44
•
.'
Date Signed. Date Signed. O?' 0.3 - ,
•
•
•
• imp
#
§
31 -Dec -02 us w
• •
2. BARLOWWORLD FREIGHTLINER INC
• k00
0NI83319 233MOd SVSNVAIV
•
-
\)43
DESCRIPTION: H.D. CAB / CHASSIS W / COMPARTMENTALIZED BODY
Page 2/2
0
m
m
9)
W
0
•
2. BARLOWWORLD FREIGHTLINER INC.
ONI21331S 83MOd S
N 44
coNcoN
a m
.
-t.
g
0 {T co
O A
DESCRIPTION: H.D. CAB / CHASSIS W / COMPARTMENTALIZED BODY
NAME OF FILE:
CROSS REFERENCE:
Resolution No. 18-03
Document
1
NOTES:
1
02/04/03
Resolution 18-03 w/contract & bid award
2
01/27/03
Staff Review Form w/attachments
1/14/03 memo to mayor/city council
1.15.03 memo to Carrol Hill
12/13/02 copy of Invitation to Bid #02-72
12/13/02 copy of Invitation to Bid #02-72 w/specification
1/17/03 coy of check request to Arkansas Power Steering
3 SAC recycle trucks
for
copy of 1/15/03 memo to Jesse Beeks w/attachment
copy of 1/15/03 memo to Jesse Beeks w/attachment
copy of 1/15/03 memo to Jesse Beeks w/attachment
memo to mayor/city council
2/3/03 letter to city
3
02/18/03
memo to Jesse Beeks
NOTES:
- FAYETTE`� LLE
1,‘
THE CITY 01 FAYETTEVILLE, ARKANSAS
DEPARTMENTAL CORRESPONDENCE
r
To: Jesse Beeks
Fleet Operations
From: Clarice Buffalohead-PearmanC
City Clerk's Division
Date. 2/18/2003
Re: Res. 18-03
Attached you will find an executed copy of the above referenced resolution passed by the City
Council on February 4 2003, awarding Bid 02-73 to River City Hydraulics, Inc. A contract was
not attached to this item nor was a budget adjustment attached. The budget adjustment was
pulled because it was not presented prior to the final agenda and not reviewed by the City
Council before the meeting. If you have any questions regarding this item please contact Mr.
Williams, City Attorney or Kevin Springer, Budget & Research.
If anything else is needed please let the city clerk's office know.
/cbp
Attachments
cc Nancy Smith, Internal Auditor
Sharon Crosson, Parking & Telecommunications Manager
it -T-74 EVILLt
Jesse Beeks
Name
ACTION REQUIRED:
• •
XXX AGENDA REQUEST
CONTRACT REVIEW
GRANT REV
FROM:
Fleet Operations
Division
r
Ad AYE—
r 0 Divt2 tpen cx�-mob zoO3
Operations
Department
Acceptance of the lowest priced bid for Item #1 — Bid: 02-72 — 3 each - 2003 Freightliner FL70 w/mounted SAC
Recycle Body to the lowest qualified bidder, Arkansas Power Steering & Hydraulics, 900 Fiber Optic Dr., N. Little
Rock, AR 72114 (Vendor #9822). /a p p to -'a l o f n /3 L J y e r Ad1J us trn'e t.
COST TO CITY:
$ 432,681.00
Cost of this Request
5500-5060-5802.00
Account Number
02033 & 02036
Project Number
BUDGET/jtEVIE
Category/Project Budget
0
Funds Used To Date
Remaining Balance
XX Budgeted Item
—/d 6L-
'Budget
z
'Buddgggeettt 4,1 Coo or JJ _ ' �/ l
n g to
gMan .61/221_00 ir; —
C—)-
�� %m
Purchasing Officer
STAFF RECOMMENDATION:
Solid Waste Expansion Vehicles
Category/Project Name
Recycling
Program Name
Solid Waste
Fund
X Budget Adjustment Attached
Administrative Services Director
j 11103
Date
ADA Coordinator
Date
r�u
Ihtertmal AudAu! Date
Acceptance of Bid and Approval to Purchase 3 Units.
t _.! .
li
a- w IIA
kw,
t.. a _.I
Ad
n
Mayor
S
-YS-o�
Date
5
''recto
Date
1-11-03
Date
Date
Ars
Cross Reference
of e4J5or tibijwJr„e7f
New Item: Yes No
Prev Ord/Res #:
Orig Contract Date:
agelellosiallaleak
FAVETTEVILLG
STAFF REVIEW FORM
•
Description: Agenda Request - Recycle Trucks Meeting Date: February 4, 2003
Comments: Reference Comments:
Budget Coordinator:
Accounting Manager:
City Attorney:
Purchasing Officer:
ADA Coordinator:
Internal Auditor:
•
folefe4,5
479.444.3495
• •
City of
FAYETTEVILLE
FLEET OPERATIONS
EE
FAYETTEVILLE
1
2/15R -OFFICE MEMORANDUM ... _ ._.,FAX: 479444.3425
TO: Mayor/City Council
THRU: Gary Dumas, Director of Operatio
THRU: Peggy Vice Purchasing Manager
FROM: Jesse Beeks, Interim Fleet Operations Superintendent
DATE: January 14, 2003 (/
SUBJECT: BID AWARD RECOMMENDATION 02-72 - Project 02033 & 02036
Reference the attached Agenda Request for the Award of Bid 02-72, Item #1, to the lowest qualified bidder
meeting specifications. This Vendor is Arkansas Power Steering & Hydraulics, 900 Fiber Optic Dr., N. Little
Rock, AR 72114. (Vendor #9822).
The Bid Tabulation Sheet dated December 31, 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.
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 the Fleet Operations Division, Solid Waste & Recycling Division and the Equipment Committee.
Therefore, the following is submitted for purchase approval by the Council:
Item 1:
Arkansas Power Steering & Hydraulics - 2003 Freightliner FL -70 w/SAC
Recycle Bodies ( $144,227.00
SUMMARY
TO BE DELIVERED AS COMPLETE UNITS:
Item 1. Arkansas Power Steering & Hydraulics - 3 Units at $144,227.00
TOTAL BIP AWARD: $ 432,681.00
The budgeted amount for items of this type is in account 5500-5060-5802.00, Project 02033 and 02036.
w.
WAVY' ET -TE VI LLE
•
FAYETTEVILLE
THE CITY OF FAYETTEVILLE, ARKANSAS
1560 South Happy Hollow Road
Fayetteville, AR 72701
Telephone: 479-575-8398
SOLID WASTE DIVISION CORRESPONDENCE
TO:
FROM: Carrol Hill - Solid Waste Division
DATE: January 15, 2003
SUBJECT: Bid # 02-72 Recycling Vehicles
Jesse Beeks, Interim Fleet Operations Superintendent
The initial bid specs were put together by the Fleet Operations Division and the
Solid Waste/ Recycling Division. The bid opening was December 31, 2002.
We have reviewed the bids submitted at the opening and the low bidder Arkansas
Power Steering has complied with the bid specifications and was the low bidder.
Therefore, we are recommending that the Bid #02-72 be awarded to Arkansas
Power Steering for 3 Units.
•
•
BID #: 02-72
•
CITY OF FAYETTEVILLE
113 W. Mountain St.
Fayetteville, AR 72701
FLEET OPERATIONS
479-444-3494
INVITATION TO BID
DATE ISSUED: December 13, 2002
DATE & TIME OF OPENING: December 31, 2002 - 11:00 A.M.
BUYER: Peggy Vice, Purchasing Manager, Room 306 - (479) 575-8289
DATE REQUIRED AS A COMPLETE UNIT: 120 days from Date of Order
'GUARANTEED DELIVERY DATE: / 2-D - I' i7 2 t &/5 MR. b.
F.O.B. Fayetteville, AR
THIS INVITATION TO BID IS BASED ON THE NEED FOR 2 UNITS, AS LISTED IN
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.
REM: DESCRIPTION: QUANTrTY: 'UNIT PRICE: 'TOTAL PRICE:
1. Heavy Duty Truck Cab and
Chassis with Mounted
Compartmentalized Recycling
Collection Body per Item #1
of Specifications Attached 2 $ /9q22 -i• $ an C/ S y,
PLEASE SPECIFY:
*MANUFACTURER:
'MODEL: I li ` 1-70'
1
•
EXECUTION OF BID - Upon signing this Bid, the bidder certifies that
he/she has read and agrees to the requirements set forth in this
proposal. Including specifications, terms, standard conditions, and.
any pertinent information regarding the articles being bid on. The
Bidder also agrees to furnish these articles at the prices stated.
Unsigned bids will be rejected. Items marked * are mandatory for
consideration.
*NAME OF FIRM: A7054446. E i, , .f b (2flr-CU CS - L
*BUSINESS ADDRESS: Q DO
*CITY: / `I . L( f1"(-e-Je[XK
*PHONE: . ZV 372 Viz E? *FAX- Sb A- 37 - z�FS
*STATE: /7, *ZIP: -nil?
*BY:(PRINTED NAME) (A-7ZR
*AUTHORIZED SIGNATUR
*TITLE:
•
•
Th
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 - ITEM 1
THIS REQUEST FOR BID IS NOT TO BE CONSTRUED AS AN OFFER, A
CONTRACT, OR A COMMITMENT OF ANY KIND; NOR DOES IT COMMIT THE
CITY TO PAY ANY COSTS INCURRED BY THE BIDDER IN THE PREPARATION
OF THIS BID.
2
❑ ❑
2 2
❑ ❑
1 a
1
000
ti
TABULATION OF BIDS
a
a
0
0
LL
zi
1
1
o d Q 0
0 0 0 0 c
W
•
g
g
g
4-o
'
T
�l
.•
N
T
N
N.
N=
N
t
pO
L
N
tt
J
1.h1
._
s
-�
,I
\
4
g
W5, 1
UNI ostwT
COST
gg
yq
5
©caa E I
ADDRESS:
r
yy
` N
o•c
_
,,
6<
NIPy
'44i
yy
N
`
�(
N
66 c
yy
N
g
yy
d+ N
g
.
g
O
1
1
o d Q 0
0 0 0 0 c
W
•
• •
��==vr
FAYG TTF VILLG !
CITY OF FAYETTEVILLE
113 W. Mountain St.
Fayetteville, AR 72701
FLEET OPERATIONS
479-444-3494
INVITATION TO BID
BID #: 02-72 DATE ISSUED: December 13, 2002
DATE & TIME OF OPENING: December 31, 2002 - 11:00 A.M.
BUYER: Peggy Vice, Purchasing Manager, Room 306 - (479) 575-8289
DATE REQUIRED AS A COMPLETE UNIT: 120 days from Date of Order
'GUARANTEED DELIVERY DATE: / ZJ - I c7 a 7/y5MR. v.
F.O.B. Fayetteville, AR
THIS INVITATION TO BID IS BASED ON THE NEED FOR 2 UNITS, AS LISTED IN
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: QUANTITY: 'UNIT PRICE: 'TOTAL PRICE:
1. Heavy Duty Truck Cab and
Chassis with Mounted
Compartmentalized Recycling
Collection Body per Item #1
of Specifications Attached
PLEASE SPECIFY:
2 $ /992:2-1,$ 246Y.5 -V,
'MANUFACTURER: i GFffi L./il/
'MODEL: �L
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.
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.
Bids received after the date and time set for receiving bids will NOT be considered. The City
will NOT be responsible for misdirected bids. Vendors may call the Purchasing Office at
(479) 575-8289, to determine if their bid documents have been received prior to opening date
and time listed on the bid form.
Bids must be mailed to:
City of Fayetteville — Attn: Purchasing
113 West Mountain St
• Fayetteville, AR 72701
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 in this contract, and failure to deliver on or before
the time specified in the contract may subject the contractor to payment of damages.
7. All bid prices shall be F.O.B. 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. Full New Unit Warranty shall apply regardless of operating hours
shown at time of delivery.
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.
3
•
•
• •
EXECUTION OF BID - Upon signing this Bid, the bidder certifies that
he/she has read and agrees to the requirements set forth in this
proposal. Including specifications, terms, standard conditions, and
any pertinent information regarding the articles being bid on. The
Bidder also agrees to furnish these articles at the prices stated.
Unsigned bids will be rejected. Items marked * are mandatory for
consideration.
*NAME OF FIRM:
7,<A2cs -Po-2,1/4)E /19D etu_Q
*BUSINESS ADDRESS: 6100 it ----‘32
*CITY: N. . 1142 Je(XK
*PHONE: C/- 372- (711 is'
*STATE: /� "ZIP: 7Z//
*FAX. SZbZ'$'
"BY:(PRINTED NAME) ( 7Z1-P\--C-ACS cN�S
*AUTHORIZED SIGNATUR
"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 - ITEM 1
THIS REQUEST FOR BID IS NOT TO BE CONSTRUED AS AN OFFER, A
CONTRACT, OR A COMMITMENT OF ANY KIND; NOR DOES IT COMMIT THE
CITY TO PAY ANY COSTS INCURRED BY THE BIDDER IN THE PREPARATION
OF THIS BID.
2
•
• r
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.
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. Parts and Service Manuals 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, in order to familiarize City
Employees with the operational and maintenance needs of any special equipment fumished.
BASIC SPECIFICATIONS
HD CAB & CHASSIS W/COMPARTMENTALIZED RECYCLE COLLECTION BODY
General Specification Requirements for a HD CAB & CHASSIS W/COMPARTMENTALIZED
RECYCLE COLLECTION BODY are as follows. These are MINIMUM SPECIFICATIONS ONLY,
and are not limited or restricted to the following.
ALL UPGRADE OR DOWNGRADE VARIATIONS/DEVIATIONS/SUBSTITUTIONS MUST BE
CLEARLY ANNOTATED. IN THE ABSENCE OF SUCH STATEMENTS, THE BID SHALL BE
ACCEPTED AS IN STRICT COMPLIANCE WITH ALL TERMS, CONDITIONS, AND
SPECIFICATIONS AND THE SUPPLIER SHALL BE HELD LIABLE.
Alternates will be considered, provided each Supplier clearly states on the face of his proposal
exactly what he proposes to furnish, and forwards necessary descriptive material which will clearly
indicate the character of the article covered by his bid. All Bids are subject to Staff analysis, Fleet
standardization requirements, replacement parts availability, warranty service availability, and
Manufacturer/Distributor/Dealer Field support of operational units will be considered.
All 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
4
• •
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 Manufacturer's Warranty shall be furnished.
Minimum Warranty period shall be no less than one 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 that will be capable of performing in a safe, practical, and efficient
manner consistent with accepted commercial standards.
2. MATERIALS AND WORKMANSHIP
All equipment, materials, and workmanship shall be of the .highest grade in accordance with
modern practice. The equipment supplied will be new and unused except for the necessary testing,
calibration, and transportation.
3. WARRANTY
All items furnished in accordance with these specifications shall be covered by the manufacturers
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.
5
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.
5. TRAINING
Supplier shall provide the necessary training required for a full work crew of this equipment. Such
training will be on an operational work site which shall be mutually selected, and is to provide
sufficient background training in all areas of use. This training is to allow the crews performance to
be considered as satisfactory, and to comply with accepted commercial standards of operation.
ITEM 1. HEAVY DUTY TRUCK CAB/CHASSIS W/MOUNTED COMPARTMENTALIZED
BODY
COMPLIANCE WITH APPLICABLE FMVSS SUPERSEDES
REQUIREMENTS AS LISTED BELOW
MINIMUM SPECIFICATIONS ONLY
BODY STYLE:
WHEELBASE:
CAB/AXLE•DIMENSION:
AFTER FRAME:
DIESEL ENGINE:
Conventional Cab/Chassis
236"
168"
97"
MINIMUM ONLY: 504 C.I.D. 8.3 Liter Displacement,
Turbo charged w/Air to Air After cooling, 275 HP @
2400 R.P.M., 800 LB.FT. @ 1300 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,
Horizontal Exhaust W/Left outlet. Provision shall be
made to have the chassis capable of mounting a hot
shift style P.T.O. and hydraulic pump which will be
provided with the Body listed herein.
MANDATORY REQUIREMENT FOR CONSIDERATION.
PLEASE STATE. /�
MANUFACTURER C ,SvT z-prtLAc
MODEL DESIGNATION: 31z fp
NO. OF CYLINDERS: r0
C.I.D. DISPLACEMENT: cP31
HP RATING. 727 S @ n0 R.P.M.
TORQUE RATING: fOO @ iV Sib R.P.M.
6
•
TRANSMISSION:
FRAME:
GVW RATING:
REAR AXLE:
DRIVE LINE:
FRONT AXLE:
ALTERNATOR:
BATTERIES:
FUEL SYSTEM:
COOLING SYSTEM:
STEERING:
WHEELS & TIRES:
RADIO:
FLOOR COVERING:
SEAT:
CAB:
COLOR:
Allison MD3560WR-P 5 Speed Electronic Control
Automatic OR EQUAL. Neutral position shall be
provided which will automatically actuate the parking
brake. Grade Retarder to be provided.
17.2 SM 110,000 PSI Yield, 11/32" X 10-15/16".
30,000 LBS..
20000 LB Rockwell Steel W/6.83 Ratio, Magnetic
Drain and Fill Traps or equal, with 20000 LB Springs.
Spicer/Dana 1710 Coated Spline w/guard.
10000 LB. Capacity, Bronze King Pin Bushings,
Greaseable Drag Link and Tie Rods, Double Acting
Telescopic Shock Absorbers W/10000 LB. Capacity
Taperleaf Suspension.
130 AMP.
1875 CCA.
Single Steel Min. Cap. 50 Gal. Left Tank.
Silicone Hoses, Filter/Conditioner.
Ross TAS -65 Power Assist or equal.
22.5 x 8.25 Steel Disc 10 Hole Pilot Type
w/245/75R22.5 Goodyear G-159 Steel Belt Radial
Tires.
O.E.M. AM/FM with clock.
Non -Skid Vinyl/Rubber.
H.D. Vinyl/Cloth Drivers Seat, Seat Belts shall be
provided.
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.
EXTERIOR -White, INTERIOR -Grey.
WIPERS 2 Speed Intermittent.
7