Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
18-03 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 MIRRORS: Left/Right Heated Remote Control West Coast Style, with 5" Convex Spot Mirrors Arm Mounted below the standard mirrors. 6" Pedestal Mounted Convex Safety Mirror shall be furnished at both front corners of cab. GLASS: Tinted, Maximum Glass area offered by the Manufacturer shall be made available. BRAKE SYSTEM: Bendix 13.2 CFM Compressor or equal. 15 X 4" Front, 16-1/2" X 7" Rear, Outboard Mounted Drums, Automatic Slack Adjusters on all positions, Rear Parking Brake Chambers, Bendix Heated Air Drier. SAFETY EQUIPMENT: Electronic Back -Up Alarm, 5 Roof Mounted Marker Lamps, Frame Mounted Front Tow Hooks, Dual Air Horns, Interior Sun Visor -Both Sides, Electronic Tachometer and Speedometer w/Odometer, Vernier Hand Throttle, Manual Reset Circuit Breakers. RADIO EQUIPMENT: Motorola C7 Spectra Dash Mount Mobil 35W DC7ZX Radio with Brackets, Antenna, and all necessary hardware shall be provided. Mounting will be completed by the City of Fayetteville. "RIGHT HAND STAND UP CONVERSION: Corner -Entry, Right -Hand Stand Up Drive Modification on right hand side of conventional chassis. Corner entry access with entry door, which slides inside of cab. Sliding Door to be constructed of 1(8-5052 Aluminum Door Size 72.625" H x 20" W x 2" D - with 1.5" x 1.5" x 1/4" - 6063 Aluminum Angle reinforcement on top, bottom, and sides. Door to have one window sized 15" x 39.5" to be constructed of lightly tinted safety plate glass, and a door handle with lock. Stationary portion of right hand enclosure to be fabricated of 12 GA Galvancaled Steel, and to have one window sized 20.5" x 39.5", one window sized 7.5" x 16.5" and one window sized 5.75" x 24". All windows to be constructed of lightly tinted safety plate glass. Four Windows to add 11.02 Square Feet of Safety Plate Glass to the truck. Bevel Gear Drive Boxes added to both Right and Left Side Steering. Gear Boxes to be constructed of 3000 PSI cast iron with alloy Shafting #1144 Stress proof, tapered roller bearings, and double lipped spring -loaded seals. Right hand side bevel gear drive box to be pedestal -mounted, and connected to left side by a solid cross shaft constructed of 1" keyed solid steel shaft - Grade 1018 Cold Rolled Steel with universal joint type couplers constructed of cold -formed carbon steel at each end. Universal joint to have grease fittings, and to be safety wired. Cross Shaft to be protected with a 1/8" - 5052 aluminum shield which is 39.5" Long. Shield to be contoured around the Cross Shaft. Right Side Steering to be all OEM - Brand Name parts, including, Steering Wheel, Horn, Self - canceling Signal Switch, Housing Steering Shaft Air -operated brake valve to be protected with 1/8" — 5052 Aluminum Shield, 11" deep x 8" wide, mounted under cab onto right corner fender, tc shelter brake valve from road and weather debris. OEM - brand name electronic type throttle control pedal on right hand side connected to left side throttle pedal using remote throttle switch module which is an electrically actuated six pole, double throw switch, that allows the operator to select between the left side and right side stations. Relocate chassis shifting mechanism, and remount on aluminum pedestal for easy access from right hand side of vehicle. Removable synthethic grate material floor. Padded backrest and leg support. Aluminum trim package. Finish paint to match cab. Existing mirrors supplied with chassis to be relocated on stationary portion of Right Hand Stand Up Drive. Electronic mirrors installed with central control The following Schematics to be provided with Dual Steer Conversion: 1) Upper Column Components - including part numbers and vendors. 2) Shaft Components - including part numbers and vendors. 3) Signal Switch & Stop Circuit - including part numbers and vendors. 4) Dual Brake Circuit - including part numbers and vendors. City of Fayetteville, Arkansas Bid Specifications 45.5 Cubic Yard Separating Recycling Body with Plastics Cage Body Construction Aluminum Body & Cage Capacity 47.5 Yards ' Body Width Outside 102" Wide 'Body Length 22' -'Divider Doors 7 - Height Inside 66" 'Height Including Cage 98' Compartmentation & Yardage - Front to Rear Compartment #1 .75 Cubic Yards 'Compartment #2 1.27 Cubic Yards 'Compartment #3 2.00 Cubic Yards iCompartment #4 3.61 Cubic Yards 'Compartment #5 2.00 Cubic Yards 'Compartment #6 .50 Cubic Yards 'Compartment #7 10.49 Cubic Yards 'Compartment #8 9.71 Cubic Yards 'Compartment #9 #1 Plastic 7.595 Cubic Yards 'Compartment #10 #2 Plastics 7.595 Cubic Yards "Compartments are not to be marked. 11" X 4' Signage is to be provided for installation by the ,/City of Fayetteville with the following legends: GREEN GLASS BROWN GLASS CLEAR GLASS ALUMINUM S STEEL MIXED PAPER CORRUGATED NEWSPAPER #1 PLASTIC #2 PLASTIC ✓Understructure 8" - .487 Aluminum Structural Channel Longmembers with 3/16" 5052 Aluminum formed diagonal "Z" reinforcement. Two inner gussets per floor sheet. 3/16" 5052 Aluminum Formed Crossmembers interlaced through longitudinals for maximum floor support, each crossmember to be 6" x 1.5" with four way bend or equivalent. .Body Floor 3/16" - 5052 Aluminum Floor pan with 4" flange to meet side panels. 'Body Sides 1/8" - 5052 Aluminum Side Panels with each vertical support side column welded to each crossmember. Each column to be 1/8" - 5052 Aluminum 6" x 1.5" with four way bend. Left side of front compartment (Cans & Glass) to be double wall construction. Body Front 1/8" - 5052 Aluminum with 1" Flange to meet body sides with double wall construction. -'Body Roof 1/8" - 5052 Aluminum with 1-1/2" flange on side panels to meet body sides. ,Sorting Platforms - Right Hand Side 12" Wide x 114" long (post to post) Recycle Bin Shelf. Sorting Platform Safety Step to be constructed of 4" - .180 Aluminum Channel step frame and 3" - .170 Aluminum Channel for vertical bracing. Safety Step to be 78" Long and be constructed of 12" x 1.5" X 14 ga — 51514 Steel Grip Strut. Body Roof to extend over sorting platform, and to include drip molding, work area light, and aluminum grab handle. Plastic Cage - Two Compartments Two compartment Plastics Cage to be 7.595 yards each with separating wall down length of truck (stationary). Capacity with Right Side Loading Chutes located on sorting platform. Right Side Loading Chutes located on Sorting Platform to be Constructed of 10" Diameter PVC Pipe. Loading Chute one will be longer than other to reach other side of cage. 1/8" Neoprene Diaphragm Loading Shoot Cover that allows for loading of plastics without backflow. Cage Skeleton to be constructed of 1/4 x 2 x 2 - 6061 Aluminum Angle. Roof covered with .090 - 5052 Aluminum Sheet. Sides constructed of Expanded Aluminum Flat - 0.75 x 0.125. Beveled front corners to act as brush guards and to be constructed of .125-5052 Aluminum Sheet. Rear Plastics Cage Tailgate will need to be split to provide separate load dumping process, and will also need to be constructed of Expanded Aluminum Flat .075 x 0.125 with 1-1/2" x 1-1/2" x 1/8" - 6063 Aluminum Square Box Tube framing. Rear Door to be bottom hinged with four aluminum 10 hinges, and with rear latch on left side which releases gate. Rear door to have 1/8" - 5052 Aluminum "wingsto guide load during dumping process. Compartment Dividers Seven (7) Compartment Dividers to be furnished. Seven Compartment Divider Doors to be constructed of 1/8" - 5052 Aluminum with formed angle reinforcement. One rear door to be constructed of .090 - 5052 Aluminum sheet framed with 1-1/2" x 1-1/2" x 1/8" - 6063 Aluminum Square Box Tube framing. Upper 10" of Door to be Expanded Aluminum flat .075 x 0.125 for easier unloading of rear compartment. Plastics Cage compartment divider to be constructed of expanded Aluminum Flat .075 x 0.125 and framed with 1-1/2" x 1-1/2" x 1/4" Angle — 6061 Aluminum Wedge Type doorstops welded to body floor forward of each compartment divider door. Door to be hinged with Aluminum hinges with Stainless Steel hinge pins. Steel cam type latching devices to release each divider door when operated. Release handles to be located on left-hand side of the body. /Loading Doors 0.125 - 5052 Aluminum Double Channel Bending configuration for added strength. Lower portion of double channel bending configuration to be completed with a 0.125 - 5052 aluminum cover plate. Stainless Steel, Spring loaded positioning handles to be mounted at top of loading doors, two per door. Doors to be vertically adjustable on approximately 6" centers. Bolt in Door Track Sections allow for easy removal of doors. Right side loading doors for each compartment. "Rear Door 56" high x 89" wide rear door to be constructed of 1/8" Aluminum with four (4) horizontal and two (2) side, vertical reinforcements constructed of 3" (.130) channel 3/16" - 5052 Aluminum formed rear header fully welded to each rear side post. Additional 10" -5052 Aluminum corner gussets connecting rear header and corner posts. Rear Door to be top hung with four 12" reverse bracket hinges manufactured from 8ga. hot rolled steel, embossed for greater strength and zinc finished. Each hinge to have one 2/16" - 6061 4" x 8" reinforcement back plate. Latching and unlatching of rear door to be single lever cam type steel door lock with zinc finish, plastic coated handle assembly, and one handle keeper assembly with lock retaining latch for added security. Four mounting brackets cross shaft to be made of 3/4" A 53 welded steel pipe. Each end dam to be fully welded to cross shaft, as well as, drilled and plug welded to cross shaft. Both keepers to be mounted to rear corner posts with 1/4" - 1-1/2" x 7" steel back plates for added reinforcement. All hardware painted with high solid primer and high solid No Smudge stainless steel paint. Chain latch for rear doors when unloading. ./Power & Hoist System Rugby Scissors Type Model LR 28A double acting with 17 Ton capacity at 45 degree angle or equivalent. Must attain a class 60 rating, at or below 3200 PSI. Hoist shall be a combination of double arm and scissors design, with a double acting cylinder, providing power down and locking body in down position. Upper and Lower arm of scissor hoist shall be constructed of tubular design with a minimum of 3/16" high quality strength steel. Cylinder to be of a minimum 6" bore and stroke of 28". Cylinder rod shall be 2-1/2" diameter, and chrome plated to prevent rusting. Mounting height shall not exceed 8 Ys'. Must have 45 degree dump angle, with end dimension of 120". Minimum hinge pin - 1-1/2". Two (2) body props to support the body. 12 volt electric hydraulic pump. Pump valve shall have load chocks in each port to assist holding the body to the truck chassis. Controls to be of push button electric type. Power Take Off to be Muncie Clutch Shift CS 6 Series, electric over air operated. Switch to be mounted in cab in control tower mounted on floor. Muncie Direct Mount K Series 8 gallon Hydraulic Pump. Control 11 Valve to be single spool with direct mounted return line 25 Micron spin on filter. Control Valve operated by closed cable. Controls to be in floor mounted tower in cab. Hydraulic Tank suction line to have sump strainer with rating of 150 -micron. /f3odv Detail and Lighting ICC Bumper, Rear mud flaps two (2), Truck-Lite LED lights to be installed for all body lighting including Stop/Tail/Turn Signal and Marker lamps. Lens and housing assemblies to be polycarbonate, and sure -seal Snap -lock plug assemblies. LED to be rated at 1000,000 hours of operation and to be warranted for the life of the vehicle. ICC lights and reflectors. All lights to be sealed beam, shock rubber mounted. Two (2) truck lite brand 7" LED amber flashers to be installed on rear of body. Back up alarm, Body Up alarm and flashing light in cab. Spare Recycling bin holding shelf, Tool Box, Bucket hook, to be located below sliding door compartment for newspaper. -'Paint No paint - body to natural aluminum finish. City Logo/decals to be provided. (City will advise of logo & location) /CAD Drawings CAD drawings provided to show detail of proposed recycling body. Manual/Parts Books One manual provided to include hoist manual, hydraulic schematic, wiring schematic/diagram. CITY OF FAYETTEVILLE SHALL HAVE FINAL APPROVAL OF BODY CONFIGURATION PRIOR TO PRODUCTION. 1h II II I IEKp Qf FRAME_ it II II II I I I ' I ° K___ N ii ii 1. N I—. Iii _ D 0 I I _ I fr I'.'... i a u 'I I M 1 I - ______ _____________ 0 t 1 o I } BACK of CAB --3--t M < rl (n n n CJ m o \\ \ d 4 A = n I . \ -< \ \\ a \ d Z C7 .\\ O Z7� . N = rn o -4 m 3 II U ~ II 11 II u I N I J I I mo_ II I --II II II II I I 1 __ I / / ' • • EXCEPTIONS I) Transmission is MD3560PR with output retarder. 2) GVW rating 31,3009 3) Rear axle 23,000 lb with 23,000 lb rear springs with helper 4) Front axle 12,000 lb with 12,000 lb front springs 5) Freightliner measures their fuel tanks by drain instead of fill. Our tank is 45 gal. Drain 6) Batteries 3 batteries at 2280 cca 7) Goodyear tires are not available from Freightliner. We bid 255/70R 22.5 16 ply with XZE tread 8) Radio is Delco AM/FM/WB/ Cassette 9) Radio equipment: the replacement radio is ASTRO SPECTRA W-7 Ll Internal Use Only Prepared for CITY OF FAYETTE VILI.E 113 WEST MOUNTAIN FAYETTEVILLE, AR 72701 479-044-3494 BILL. OESFRF.ICH SPECIFICATION SpccPro Version, V4.01 Pre(nnd by Rarloworld Freiglnlinev Inc. 11700 Valentine Rd. 72117 Dcn'avne Jones Quote ID- 11-11-02 F Iheenrber30,2002 PROPOSAL Data Boot U'uot (•/-) Weight (.1.) Sugg Raul Price Codc i Specfiatiom Front Rear (S) 001-056 FL70 CONVENTIONAL. CHASSIS 5060 3100 65.851.00 002-00-4 SET BACK AXLE - TRUCK STD 019-002 STRAIGHT TRUCK PROVISION STD 003-001 LH PRIMARY STEERING LOCATION STD AAI-002 TRUCK CONFIGURATION SID A85-001 REFUSE SERVICE N/C A84-IGM GOVERNMENT BUSINESS SEGMENT N/C AA3-009 RECYCLING BODY N/C AM -003 DRY BULK COMMODITY N/C AAS-002 100% ON HIGHWAY/CITY TERRAIN STD A135-001 SMOOTH CONCRETE OR ASPf IAI.T ROAD SURFACE STD AR 1-008 MAXIMUM 8% EXPECTED GRADE STD AA6-002 DOMICILED. USA49STATTS(W/O CALIFORNIA) N/C 995-059 MEDRJM TRUCK WARRANTY II S1D A66 -99D EXPECIED FRONT AXLE LOAD 10000 LBS A68-991) EXPECTED REAR AXLE LOAD 20000 LBS A63 -99D EXPECTED GVW CAPACITY 26000 LBS ASS -991) TRUCK BODY LENG111 0 FT A89 -99D CAB TO TRUCKBODY CLEAR 4 IN 101- I YY CAT 3126 275 I [P C 2200 RPM, 2400 COY RPM 800 LB/P460 -30 7,301.00 @ 1440 RPM 99C-002 2002 EPA/CARB EMISSION CERTIFICATION N/C 105-001 ENGINE MOUN"ITD OIL CI 111K & FILL. STD 014-008 FRONTAL AIR INTAKE W/DONALDSON AIR CLEANER - STD RAIL. MOUNTED 190-001 AIR CLEANER: DONALDSON ONE -STAGE STD 124-080 DR 12 V 130 AMP 22-SI ALTET RNATOR Si]) • Prelmnd for CITY OF FAYETIT.VILI.F. 113 WEST MOUNTAIN FAYETTEVILLE. AR 72701 479444-3494 BILL OESTREICH Internal Use Only El Prelzved in Harloworld Freightliner Inc. 11700 Valentine Rd. 72117 Dewarne Jones Quote ED. I I -I 1-02 F December 30, 2002 Dua Book Code Spen:om ieati Weight (•/.) Front Weight (•/.) Supy Retail Price Rem (S) 292-058 (3)ALLIANCE 1031 GRP31 I2VMF2280CCATHREADED 25 25 106.00 STUD BATTERIES 290-017 BATTERY BOX FRAME MTD STD 291-001 FRAME GROUND RETURN FOR BATTERY CABLES STD 180-998 NO CLUTCH SW 107-015 BW 13.2 CFM COMPRESSOR (SERIES 550) N/C 131-002 TEFLON COMPRESSOR DISCHARGE LINE N/C 152-041 EI.EC ENG INTEGRAL SHUTDOWN PROTECTION STD SYSTEM 128-026 TRANSMISSION RETARDER CONTROLS, FLOOR MTD N/C MODULATED FOOT PEDAL • 016-021 SINGLE HORIZONTAL MUFFLER W LH ROUTING 25 25 300.00 242-011 ALUMINUM MUFFLER/TAILPIPE SHIELD N/C 273-018 HORTON DRIVEMASTER ON/OFF FAN DRIVE 329.00 110-004 CAT SPIN ON FUEL FILTER N/C 118-001 FULL FLOW OII. FILTER STD 266-019 720 SQ-IN RADIATOR - COPPER/BRASS 20 272.00 103-036 ANTIFREEZE TO -34F, ETHYLENE GLYCOI. PRE- Si]) CHARGED SCA HEAVY DUTY COOLANT 171-007 GATES BLUE STRIPE'. COOLANT HOSES 49.00 172-001 CONSTANT TENSION HOSE CLAMPS FOR COOLANT STD HOSES 138-011 PIIII.LIPS-TEMRO 1000 WATT/1 15 VOLT BLOCK HEATER 5 107.00 .140-053 BLACK PLASTIC ENGINE HEATER RECEPTACLE N/C MOUNTED UNDER LEFT HAND DOOR 134-002 IRON FI.YWFIEEL HOUSING N/C 132-001 AIR INTAKE WARMER N/C 155-029 DELCO 12V 41 MT 400 SERIES STARTER N/C 342-307 ALLISON MD-3560PR AUTOMATIC TRANSMISSION 250 70 17,109.00 W/OUTPUT RETARDER 343-028 MD/Ill) TRANSMISSION PROGRAMMING - 5SPEED N/C REFUSIJCONSIRUCTION I (GRP 73/PKG 142) 341-018 MAGNETIC PLUGS. ENGINE DRAIN TRANSMISSION STD DRAEN,AXLE(S) FILL & DRAIN 345-003 PUSH BUTTON, ELECTRONIC SHIFT CONTROL, DASH N/C MOUNTED 370-006 WATER TO OIL TRANSMISSION COOLER N/C 400-003 MERITOR FF-961 FRONT AXLE@ I2,000# 90 261.00 402-020 MERFFOR I5 X 4 Q+ CAM FRONT BRAKES N/C - 2 - fl Internal Use Only Prepared for CITY OF FAYETTEVILLE 113 WEST MOUNTAIN FAYETTEVILLE. AR 72701 479444-3-194 BILI. OESTREICI I Prepared by Barloworld Frciehtliner Inc. 11700 Valentine Rd. 72117 Ik"ta\ne Jones Quote ID. 11-11-02F December 30, 2002 Data Loot Weight (•/.) Weight C''-) Sugg Retail Price Code SPccat :o^S Front Rear (S) 419-021 GUNFIE CAST IRON FRONT BRAKE DRUMS N/C 427-001 FRONT BRAKE DUST SHIELDS 5 25.00 409-021 CHICAGO RAWHIDE SCOTSEAL PLUS XL FRONT OIL 11.00 SEALS 416-022 STANDARD SPINDLE NUTS FOR ALI. AXLES Si]) 405-002 MERITOR AUTOMATIC FRONT SLACK ADJUSTRS N/C 536-013 TRW TAS-65 POWER STEERING N/C 539-003 POWER STEERING PUMP STD 534-015 2 QUART SEE THROUGH POWER STEERING RESERVOIR Si]) 620-015 12,000# TAPERLEAF FRONT' SUSPENSION 80 88.00 619-005 MAINTENANCE FREE RUBBER BUSHINGS - FRONT STD SUSPENSION 410-001 FRONT SHOCK ABSORBERS STD e 420-051 MERfTOR RS -23-I60 R -SRS SINGLE REAR AXLE C 23,000# 250 1.14700 421-683 6.83 AXLE RATIO N/C 424-001 IRON REAR AXLE CARRIER HOUSING Si]) 386-025 17N MF.RITOR MAIN DRIVELINE W/FULI, ROUND YOKES 85 85 761.00 423-020 MERrFoR 16.5X7 Q+ CAST SPIDER CAM REAR BRKS, N/C DBLE ANCHOR, FABD SHOES 433-002 NON -ASBESTOS REAR BRAKE I,INING Si]) 434-01 I BRAKE CAMS AND CHAMBERS ON FORWARD SIDE OF N/C DRIVE AXLES) 451-021 CAST IRON OUTBOARD REAR BRAKE DRUMS N/C ?` 440-001 CHICAGO RAWHIDE SCOTSEAL REAR OIL SEALS STD 426-021 ANCILORLOK GOLDSEAI. TAMPER PROOF I -DRIVE N/C AXLE. SPRING-PRKG CHAMBERS W/ORANGEALERT 428-002 MERITOR AUTOMATIC REAR SLACK ADJUSTERS N/C 622-087 23.000# FIAT LEAF SPRING REAR SUSPENSION 90 157.00 W/HF.LPF.R, WITH RADIUS LEAF 621-001 SPRING SUSPENSION - NO AXLE SPACERS Si]) 431-001 STANDARD U -BOLT PAD STD 623-007 FORE/AFT RADIUS LEAF N/C 018-002 AIR BRAKE PACKAGE 125 200 438.00 490.100 WABCO 4S/4M ABS W/O TRACTION CONTROL N/C EN!ENHANCEMENT 871-001 REINFORCED NYLON, FABRIC BRAID R. WIRF.BRAII) N/C CHASSIS AIR LINES - 3 - Internal Use Only Prepared for CITY OF FAYE.TTEVILI.E 113 WEST MOUNTAIN FAYETTE VII.LE, AR 7271)1 479-144-3494 BILL OESTREICI I Prgxued by Barlo\corld Freightliner Inc. 11700 Valentine Rd 72117 I)<n\a\ne Jones Quote 11). 11-11-02 F December 30, 2002 Due Book Weight (•/-) \Vc:g tt (.1.) Su gg Retail Price Code Speciticat,orn From Rear (S) _ 432-003 RELAY VALVE W/ 5.8 PSI CRACK PRESSURE NO REAR N/C PROPORTIONING VALVE 480-009 BW AD -9 BRAKE LINE AIR DRYER W/1[EATER 40 557.00 460-001 STEEL AIR BRAKE RESERVOIRS N/C 477-004 PULL CABLES ON ALL AIR RESERVOIRS N/C 545-595 234/5950MM WHEELBASE N/C 546-030 11/32" X 3-I/'2' X 10-15/16STEEL FRAME (8.73MM X 480 180 962.00 277.8/.344' X 10.94') I I0KSI 565-001 STANDARD SUSPENSION CROSSMEMBER STT) 572-001 STANDARD REARMOST CROSSMEMBER STD 553-001 SQUARE END OF FRAME Si]) 556-095 12' PAINTED STEEL BUMPER - THREE PIECE WITH Si]) COLLAPSIBLE ENDS 55"1 FRONT TOW HOOKS - FRAME MOUNTED 10 113.00 574-003 SINGLE LICENSE PLAIT: BRK'I' BELOW BUMPER STD a r 206-998 NO RI! FUEL TANK N/C 200-105 45 GALLON / 170 LITER SHORT RECTANGULAR STEEL 10 10 22.00 FUE1. TANK - Lf I 218-005 RECTANGULAR FUEI. TANK(S) STD 215-005 PLAIN ALUMINUNt/I'AINTED STEEL FUEL/ HYDRAULIC STD TANK(S) WITH PAINTED BANDS 212-007 FUEI. TANK(S) FORWARD STD 205-001 FUEL TANK CAP(S) STD 216-020 EQUIFLO INBOARD FUEL SYSTEM Si]) 202-003 REINFORCED NYLON FUEL HOSE STD 093-0BN MICHELIN XLE_......255/70R 22.5 16 PLY -36 140.00 418-018 CONMET PRE-SET BEARING ALUMINUM FRONT INBS N/C 502-411 ACCURIDE 2840822.5X8.2510 -FLUB PILOT 2 -HAND STEEL STD DISC FRONT WHEELS 094-0BN MICHELIN XZE........255T70R 22.5 16 PLY -72 280.00 450-001 CONMET ALUMINUM REAR HUBS Si]) 505-111 ACCURIDE 28403 27.5X8.25 10-IIU13 PILOT 2 -HAND STEEL Si]) DISC REAR WHEELS -4- • • Internal Use Only Prepared for CITY OF FAYETTEVILLE 113 WEST MOUNTAIN FAYETTLVILI.F. AR 72701 479-144-3494 BILL OESTREICH Prepared by Barloworld Freightliner Inc. 11700 Valentine Rd. 72117 Ikna.ne Jones Quote ED: Ii-11-O2F December 30, 2002 Data flock Weig)u (•/.) wcigM (•/-) Sugg Rctai Pr'c Code v�.,c......•. Front Rear (S) 829-O10 106' BBC STEEL CONVENTIONAL CAB STD 646-009 PAINTED PLASTIC GRILLE STD 644-004 FIBERGLASS HOOD STD 727-001 DUAL 14" ROUND GROVER AIR HORNS 4 107.00 726-001 SINGLE ELECTRIC HORN STD 657-001 ALL LOCKS KEYED THE SAME STD 312-O07 SINGLE RECTANGULAR HALOGEN HEADLIGHTS 25.00 302-001 (5)AMBER MARKER LIGHTS Si]) 294-001 INTEGRAL. STOPcrAR/BACKUP LlG1rrS STD 300-015 STANDARD FRONT TURN SIGNAL LAMPS STD 744-O29 DUAL SST AFRO MOTO MIRRORS, HTD LH/RH RMT 4 739.00 797-001 DOOR MOUNTED MIRRORS STD 796-O02 96- EQUIPMENT WIDTH STD 743-202 LIVRI16" CONVEX MIRRORS, BRIGHT FINISH, MTD 42.00 UNDER PRIMARY MIRRORS 74A -00I RIGIrr HAND DOWN VIEW MIRROR N/C 729-001 STANDARD SIDE/REAR REFLECTORS STD 768-001 29X13DUAL CLEAR REAR WINDOWS Si]) 661-003 TINTED DOOR GLASS LH & RI! WITH TINTED NON- N/C OPERATING WING WINDOWS 654-003 MANUAL DOOR WINDOW REGULATORS STD 663-013 TINTED WINDSI{IELD N/C 659-004 2.5 GALLON WINDSI{IELI) WASHER RESERVOIR MIL) STD UNDER RH DECK fl�. 707-IAK OPAL GRAY VINYL INTERIOR STD 706-037 VINYL. DOOR TRLM STD 708-037 VINYL. DOOR TRLM Si]) 772-O06 BLACK MATS W/SINGLE INSULATION Sit) 694-001 CENTER STORAGE CONSOLE, FLOOR Si]) N 742-008 (1) CUP HOLDER, LH DASH STD 700-002 HEATER, DEFROSTER AND AIR CONDITIONER 60 1.030.00 703-005 MAIN HVAC CONTROLS WITH RECIRCULATION N/C SWITCH 170-O15 STANDARD HEATER PLUMBING STD 739-001 CAB INSULATION STD 285-001 AUTOMATIC SELF -RESET CIRCUIT BREAKERS 25.00 280-007 12V NEGATI VE GROUND ELECTRICAL SYSTEM SIT) - 5 - a Internal Use Only Prepared for CITY OF FAYETTEVILLE 113 WEST MOUNTAIN FAYETTEVILLE. AR 72701 479-444-3494 BILL OESTREICH Prepared by Barloworld Fre lgh0iner Inc. 11700 Valentine Rd 72117 De\same Jones Quote I): 11-11-02 F December 30, 2002 Data Book Weight (•/-) We:g)d (•/.) Sugg Retail Price Code �_Front Rear - (S) 324-008 DOME LI IL W/3 -WAY SWITCH ACTIVATED BY LEFT STD HAND DOOR(S) 655-001 CAB DOOR LATCHES WTI H MANUAL. DOOR LOCKS STD 756-081 BOSTROM TALI.ADEGA 910 HIGH -BACK AIR- -10 N/C SUSPENSION DRIVER SEAT 760-026 BOSTROM HI -BACK NON-SUSP PASS SEAT 35 321.00 758-033 VINYL W/CLOTH INSERT, DRIVERS SEAT 24.00 532-001 FIXED STEERING COLUMN STD 540-006 TWO -SPOKE 475NIM(19-)STEERING WHEEL STD 765-002 DRVR/PASS INTER SUN VISORS STD 017-076 BUSINESS CLASS GAUGE CLUSTER STD 732-004 GRAY INSTRUMENT PANEL -DRIVER STD 486-001 LOW AIR PRESSURE LIGHT AND BUZZER N/C 840-002 PRIMARY & SECONDARY AIR PRESSURE GAUGES - N/C 198-025 INTAKE MOUNTED AIR RESTRICTION INDICATOR STD WTITIOUT GRADUATIONS 721-021 87 DB TO 112 DB SELF ADJUSITNG BACKUP ALARM 2 151.00 149-013 PROGRANGAABLE RPM CONTROL FOR 3126 (FS65 ONLY) STD 156-001 DASH MOUNTED START CONTROL STD 160-012 DIAGNOSTIC INTERFACE CONNECTOR, 9 PIN, SAL 141.00 J 1587/1708/1939, LOCATED BELOW DASH 844-001 ELECTRIC FUEL GAUGE STD 856-001 ELECTRICAL ENGINT COOLANT TEMP GAUGE STD 864-001 TRANSMISSION O1I. TEMPERATURE GAUGE 74.00 852-002 ELECTRIC ENGINE OIL PRESSURE GAUGE STD 746-067 F/L XTA-2100 AM/FM/WB CASSETTE RADIO BY DELCO tO 605.00 747-002 ROOF/OVERHEAD CONSOLE MOUNTED RADIO N/C 750-002 (2) RADIO SPEAKERS (CAB ONLY) N/C 753-001 AM/FM ANTENNA MOUNTED ON FORWARD LH ROOF N/C 810-027 ELECTRONIC MPH SPEEDOMETER W/ SECONDARY KPH STD SCALE, W/OODOMEiER 812-001 ELECTRONIC TACHOMETER 3000 RPM 102.00 660-008 SINGLE ELECTRIC WINDSHIELD WIPER MOTOR 28.00 W/DELAY 304-001 MARKER LIGHT SWITCH INTEGRAL. W/HEADLIGHT STD SWITCH 299-009 GROTE SELF CANCEL TURN SIGNAL. SWITCH SIT) W/DLM:MIER & HAZARD 298-001 TIiERMAL TURN SIGNAL FLASHER STD -6- S Internal Use Only Prepared for CITY OF FAYE II EVILLE 113 WEST MOUNTAIN FAYETTEVILLE. AR 72701 479-144-3491 BILI.OESTREICH Prepa ed by Barloworld Freightliner Inc. 11700 Valentine Rd. 72117 lkwa\ne Jones Quotell) I1 -II -02F December 30, 2002 Daa Boot weight (-i.) \t eight ( •;.) Sugg Real Price Code Speci:icattotu Front Rem (S) 065-000 PAINT: ONE SOLID COLOR STD 980-3F6 Cab Color A: IMRON N0006 W1 UTE 996-020 Chassis: BLACK HIGH SOLIDS POLYURETHANE 962-970 Front Wheels: FRONT WHEEL PAINT VENDOR WHITE 966-970 Rear Wheels: REAR WHEEL PAINT VENDOR WHITE .TOTALS sin 80 tt EXTENDED WARRANTY i tt t TOTAL WARRANTY' n "TOTAL: VEHICLE SUMMARY .`=— Total Price (+) Weights shown are estimates only. ((weight is critical, contact sales application engineering. —7-- ReceIved; 17/ 1/03 5:02PM; 479 444 3489 -> City of Fay ; Page 3 Jki±o m:mp F•TOPERATIONS a1W#gae� e, o § U) § . , | ■ I- co a - a �k 0 ) z{ - ; & $ � $ o . J !I. - k - ' E S \2J Co } (� (I cl t�k oIlu CO m a m m#■■ • _ a; a a■_ g a a a a w ;}■ m m m #§# k ,! ! K ! \ ! �$ o # 44 • ) / O1 f | $ .. k f 2 o o z z § U)EW -z k 0- _ >- to C § 0 a 8 j \ | \ ) Ll ! ) � $ , $ ' • ........ • ° City of Fayetteville, Arkansas Regt:est for Expansion/Replacement Equipment Department: Date of Request )) Division: 2(-(J, r 03 Program: 5S E) - S b (o Ci x nsi or Replacement If replacement, unit # to be replaced Date required: Current Veh. Monthly chgs. Overhead: Maintenance: Replacement Amount Budgeted $ Leh. Monthly chgs Overhead: `1 f9.� Maintenance: 46/000, o0 Replacement */904. t)O Amount Budgeted $ Description of the equipment to be purchased/transferred: 514 C VQp' .Q0.Gk\ 1'NL'AG_ - - e -*-t& Justification for this equipment: Approval Signature: Approval Sigratunx: Division Head Date Depa ent Dtar Date 1 1l0 �3 - `Z eet 0pe�atbn uperintendent Date Adm ry irector Date S/ Budget Man4er Date Mayor Date le Exp. .xis) Vehicle Exp. Vilename F'r FAYETTEVILLE FAYETTEVILLE THE CITY OF FAYETTEVILLE, ARKANSAS 1560 South Happy Hollow Road Fayetteville, AR 72701 Telephone: 479-575-8398 SOLID WASTE DIVY ION CORRESPONDENCE TO: Jesse Beeks, Interim Fleet Operations Superintendent FROM: Carrol Hill - Solid Waste Division DATE: January 15, 2003 SUBJECT: Bid # 02-72 Recycling Vehicles 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. If City of Fayetteville, Arkansas Request for Expansion/Replacement Equipment Department: Date of Request Division:_ O Program: SSQO — ≤7 &o Circle One: nsion r Replacement If replacement, unit # to be replaced Date required: Current Veh. Monthly chgs. Overhead: Maintenance: Replacement: Amount Budgeted $ A ' Jeh. Monthly chgs Overhead: #9g9 C` Maintenance: #/000. °° Replacement:)9p 00 Amount Budgeted $ Description of the equipment to be purchased/transferred: SAG yy �7,CO Justification for this equipment: Approval Signatures: Approval Signatures: LL Division Head'Dateent Di or Date /1/7/03 AeeVtt ti -(S-n3 uperintendent Da(e Ad in rvices or Date cration /—)t d, D �� Budget Manag Date Ma or ate n:v-ormsvvenrae txp..xIsJVehicle Exp. \filename r -, • • FAYETTEViLLE FAYETTEVILLE THE CITY OF FAYETTEVILLE, ARKANSAS 1560 South Happy hollow Road Fayetteville, AR 72701 Telephone: 479-575-8398 SOLID WASTE DIVR ION CORRESPONDENCE TO: Jesse Beeks, Interim Fleet Operations Superintendent FROM: Carrol Hill - Solid Waste Division DATE: January 15, 2003 SUBJECT: Bid # 02-72 Recycling Vehicles 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. N City of Fayetteville, Arkansas Request for Expansion/Replacement Equipment Department: Date of Request Division: LL y o3 Program: 5,j 0, cZ7(ov Circ Expa r Replacement If replacement, unit # to be replaced Date required: Current Veh. Monthly chgs. Overhead: Maintenance: Replacement Amount Budgeted $ Veh. Monthly chgs Overhead: #yS . 00 Maintenance: 1/OOO. 00 Replacement /gob, O° Amount Budgeted $ Description of the equipment to be purchased/transferred: S,4cti��� '/ /v as 2 00 Justification for this equipment: I. Approval Signatures: Approval Signatures: 43 Division ead Dat Department it or Date legit Operations S rintendent Date Amin. rvices rector Date Budget Man er Date May r Date K:tcormsvveh,cle Exp..xis] Vehicle Exp. Vilename F,6 , • • FAYE TZ EVILLE FAYETTEVILLE THE CITY OF FAYETTEVILLE, ARKANSAS 1560 South Happy Hollow Road Fayctteville, AR 72701 Telephone: 479-575-8398 SOLID WASTE DIVISION CORRESPONDENCE TO: Jesse Beeks, Interim Fleet Operations Superintendent FROM: Carrot Hill - Solid Waste Division DATE: January 15, 2003 �vtAf' SUBJECT: Bid # 02-72 Recycling Vehicles 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. - .• -• • City of Fayetteville, Arkansas Request for Expansion/Replacement Equipment Department: - Date of Request Division: Program: Circ nsio or Replacement If replacement, unit # to be replaced Date required: Current Veh. Monthly chgs. Overhead: Maintenance: Replacement Amount Budgeted $ _v2W �� D o Replcmt.Veh. Monthly chg3 Overhead: Maintenance: 100'3 Replacement: 'fi9D ,°° Amount Budgeted $ Description of the equipment to be purchased/transferred: S4 C Justification for this equipment: Approval Signatures: Approval Sigtatura: 3 2- (?1.0 Division H ad D� partme t D e or Date 2 leet Operations Superintendent Dale irector Date Budget Manager Date =ces Mayor K: IFOIPSI(Vehicle Exp. .xis) Vehicle Exp. \filename FAYETTE%ftLLE THE CITY OF FAYITTIVRII, ARKANSAS KIT WILLIAMS, CITY ATTORNEY DAVID WIITTAKER, ASST. CITY ATTORNEY LEGAL DEPARTMENT DEPARTMENTAL CORRESPONDE TO: Dan Coody, Mayor City Council FROM: Kit Williams, City Attorne DATE: February 3, 2003 RE: Contract with Arkansas Power Steering & Hydraulics, Inc. Attached please find the contract with the liquidated clause which has been signed by Larry Jackson for Arkansas Power Steering & Hydraulics, Inc. I have also attached his letter to inform the City Council that this bid that you are considering awarding cannot be good after February 6th because their truck supplied (Freightliner) will have a 3-5% price increase on February 7, 2003. I C ARKANSAS POWER STEERING & HYDRAULICS, INC. February 3, 2003 City of Fayetteville 133 West Mountain St. Fayetteville, AR 72701 To Whom It May Concern: In reference to the Sac Recycle Truck Bid; Freightliner will be having a 3-5% price increase effective February 7, 2003. This includes the medium duty chassis that was bid on these trucks. Freightliner will guarantee our pricing as it Is stated on our bid, if we can receive your purchase order before February 7. 2003. If you have any questions please do not hesitate to call me at 1-800-734-9411. Sincerely, Larry New Equipment Sales 900 FIBER OPTIC DRIVE • NORTH LITTLE ROCK. ARKANSAS 72127 (501) 372-4628 • ($00) 734-9411 • FAX (501) 372 -ZITS • www.apthyd.te'