Loading...
HomeMy WebLinkAbout162-19 RESOLUTION113 West Mountain Street Fayetteville, AR 72701 (479) 575-8323 Resolution: 162-19 File 'Number: 2019-0369 ARKANSAS MUNICIPAL EQUIPMENT, INC.: A RESOLUTION TO AUTHORIZE THE PURCHASE OF FOUR PETERBILT 520 SIDE LOADER TRUCKS WITH NEW WAY ROTO PAC BODIES FROM ARKANSAS MUNICIPAL EQUIPMENT, INC. IN THE TOTAL AMOUNT OF $1,130,820.88, PURSUANT TO A SOURCEWELL COOPERATIVE PURCHASING CONTRACT, FOR USE BY THE RECYCLING AND TRASH COLLECTION DIVISION 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 authorizes the purchase of four Peterbilt 520 side loader trucks with New Way Roto Pac Bodies from Arkansas Municipal Equipment, Inc. in the total amount of $1,130,820.88, pursuant to a Sourcewell Cooperative Purchasing Contract, for use by the Recycling and Trash Collection Division. PASSED and APPROVED on 7/2/2019 Page 1 Attest: �r✓ZCx/zCc– �. ����� �nlnrrr Sondra E. Smith, City Clerk Treas iG. , — K ,• C1Ty • << �� NSP`' ••�•: Printed orifi • • III �v\ ``` n City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville, AR 72701 (479) 575-8323 Text File — File Number: 2019-0369 Agenda Date: 7/2/2019 Version: 1 Status: Passed In Control: City Council Meeting File Type: Resolution Agenda Number: C. 1 ARKANSAS MUNICIPAL EQUIPMENT, INC.: A RESOLUTION TO AUTHORIZE THE PURCHASE OF FOUR PETERBILT 520 SIDE LOADER TRUCKS WITH NEW WAY ROTO PAC BODIES FROM ARKANSAS MUNICIPAL EQUIPMENT, INC. IN THE TOTAL AMOUNT OF $1,130,820.88, PURSUANT TO A SOURCEWELL COOPERATIVE PURCHASING CONTRACT, FOR USE BY THE RECYCLING AND TRASH COLLECTION DIVISION 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 authorizes the purchase of four Peterbilt 520 side loader trucks with New Way Roto Pac Bodies from Arkansas Municipal Equipment, Inc. in the total amount of $1,130,820.88, pursuant to a Sourcewell Cooperative Purchasing Contract, for use by the Recycling and Trash Collection Division. City of Fayetteville, Arkansas Page 1 Printed on 7/3/2019 Sara Glenn Submitted By City of Fayetteville Staff Review Form 2019-0369 Legistar File ID 7/2/2019 City Council Meeting Date - Agenda Item Only N/A for Non -Agenda Item 6/12/2019 Submitted Date Action Recommendation: FLEET OPERATIONS (770) Division / Department City Council to approve the purchase of four Peterbilt 520 Side Loaders with New Way Roto Pac bodies are available for the Sourcewell price of $279,155.22 each, along with two extra Augers for $7,100 each, for a total of $1,130,820.88 from Arkansas Municipal Equipment of Poyen, AR for use by the Recycling and Trash Collection Department. Budget Impact: 9700.770.1920-5802.00 Shop Account Number 02082.2018 & 2019 Project Number Fund Solid Waste Vehicles Budgeted Item? Yes Current Budget Funds Obligated Current Balance Does item have a cost? Yes Item Cost Budget Adjustment Attached? No Budget Adjustment Remaining Budget Project Title $ 1,343,822.55 $ --Y 1,343,822.55 $ 1,130,820.88 $ 213,001.67 V20180321 Purchase Order Number: Previous Ordinance or Resolution # Change Order Number: Original Contract Number: Comments: Approval Date: CITY OF FAYETTEVILLE ARKANSAS MEETING OF JULY 2, 2019 TO: Mayor and City Council THRU: Terry Gulley, Director of Transportation FROM: Sara Glenn, Fleet Operations Superintendent DATE: June 12, 2019 CITY COUNCIL MEMO SUBJECT: Purchase of four Automated Side Loaders for Recycling & Trash Collection RECOMMENDATION: City Council to approve the purchase of four Peterbilt 520 Side Loaders with New Way Roto Pac bodies are available for the Sourcewell price of $279,155.22 each, along with two extra Augers for $7,100 each, for a total of $1,130,820.88 from Arkansas Municipal Equipment of Poyen, AR for use by the Recycling and Trash Collection Department. BACKGROUND: Unit 4004 is a 2011 Peterbilt Side Load Trash Truck with 11.6/15 points that has exceeded its life expectancy. Unit 4005 is a 2011 Peterbilt Side Load Trash Truck with 13.2/15 points that has exceeded its life expectancy. Units 4010 and 4011 are 2012 Peterbilt Side Loader Trash Trucks with 15/15 points that have met their life expectancies. DISCUSSION: Fleet recommends the purchase of four Peterbilt 520 Side Loaders with New Way Roto Pac bodies are available for the Sourcewell price of $279,155.22 each, along with two extra Augers for $7,100 each, for a total of $1,130,820.88 from Arkansas Municipal Equipment of Poyen, AR. BUDGET/STAFF IMPACT: Sufficient funds have been budgeted and collected for these purchases. These purchases were approved at the June 11'h Equipment Committee Meeting. Attachments: Arkansas Municipal Equipment Quote Sourcewell Contract Mailing Address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 City of Fayetteville will take quotes on Automated side loader and accessories listed below for Recycling and Trash Collection division. We anticipate the purchase of four like units. Quotes must be thru a purchasing contract used and approved by the City of Fayetteville and the State of Arkansas. Some of these are; Sourcewell, HGAC, National IPA and US Communities. Contact the Purchasing division cx 479-575-8256 for other contracts that may apply. The City will accept quotes until lune 3, 2019, when they will be evaluated for use by the user division and Fleet Operations for the best fit and lowest total cost of ownership. Prices shall be effective thru December 2019. We expect to have a purchase order mid-July and order will be placed. All quotes must have the contract name and number on the price sheet {our Sourcewell ID # 341431. These Automated Side Loaders are a replacement item. Accessories will be evaluated by use and as budget allows. Quotes to be returned to Sara Glenn, Fleet Operations Superintendent at the City of Fayetteville, 1525 s. Happy Hollow Rd. Fayetteville, AR 72701 or emailed to sglenn@fayetteville-ar.gov Quotes must include: Purchasing Co-op name and contract number Model numbers and pricing on Automated Side Loader and all accessories individually Note any deviations to specifications Deadline —June 3, 2019 Contract name; New Way Contract # 112014-NWY Chassis; Make / Model Peterbrilt / 520 Body; Make / Model New Way / Roto Pac 27yard Item's # 1— 2, Complete unit $ 279,155.22 Each Replacement Auger, Price each: $ 7,100 Calendar days from PO to delivery, 160-200 Days after receipt of PQ 1 2. 3, 422-19-4 AUTOMATED REFUSE COLLECTION TRUCK GENERAL - 1.1 All unit(s) bid must meet or exceed the minimum requirements or they will be deemed incomplete and will not be considered for bid award. 1.2 All specifications written are to minimums, unless otherwise noted. 1.3 Damages of $100 per day, per vehicle will be assessed by the City to cover additional costs of running older equipment, beginning on the first day following the guaranteed delivery date and each day thereafter until full delivery is made. 1.4 A working Demo must be provided for the Recycling & Trash Collection Department to use for a minimum of 2 two days unless one was provided in last demo period of 2018. If major changes have been made and you want to demo please call for setting up demonstration dates. 1.5 Primary vendor will be responsible for all warranty issues. The primary vendor is the one to whom the check is issued. MANUFACTURER/MODEL - 2.1 Unit(s) bid must be new and of the latest standard production model as offered for commercial trade. 2.2 All automated arms must have been in service for at least two (2) years with a minimum of SO working units. Please provide contacts for arms in use. I TEM 1— DIESEL TRUCK CAB AND CHASSIS - 3.1 ENGINE: a. X Cummins model ISL 370 HP 1250 ft lbs torque. (if not this model please include software and three years of updates plus training cost for S techs within price of bid) b. X Six (6) cylinder inline turbo -charged diesel with DEF system C, X 110 VAC engine block heater w/exterior plug mounted in or near front bumper. d. X OEM shutdown system for engine oil pressure and overheating of cooling system equipped with a dash mounted "Engine Shutdown" light indicator. e. X Heated fuel/water separator f. X Frame mounted vertical exhaust with heat diffuser to direct exhaust away from cab and bed &X Compression type Engine Brake System h. X Two speed, cooling fan for frequent stops I. X Spin on Fuel, Water, Oil Filters mounted for ease of service j. X Trash Guard over turbo charger and all exposed exhaust components to keep trash out k. X Engine must be able to run on 20% bio fuel and maintain engine warranty. 3.2 TRANSMISSION/ DRIVETRAIN: a. X 6 speed Allison automatic model 4500 RDS b. X Push button gear selector Page 2 of 11 C. X Auto neutral programming provided d. X Heavy duty drive shaft and u -joints e. X Over speed control connected to Transmission to cut off PTO over 30 mph 3.3 BRAKES: a. X Air brakes w/18 cfm. compressor. Compressor air intake shall be common with engine air intake. b. X — Bendix AD -IS heated air dryer mounted to outside of frame C' X Four (4) rear axle mounted spring actuated parking brakes d. X Air disc brakes on all axles, Bendix or equal e. X Severe service rotors for refuse applications f. X Air tank drains to be run individually and run to driver side and installed in a bank with petcocks for ease of Driver operation. Fleet will approve location. 3.4 STEERING: a. X Right hand drive b. X Hydraulic power steering C. X Standard steering wheel d. X Ergonomic/adjustable steering wheel position e. X Stops adjusted for maximum steering angle 3.5 FRONT AXLE & SUSPENSION: a. X 20,000# axle capacity rating b. X 20,000# leaf spring suspension C. X Steel/iron hubs for frequent stops and heavy loads d. X Wide track front axle for improved turning radius e. X Double acting shock absorbers 3.6 REJ AXLES & SUSPENSION: a. 46,000 lb rated suspension b. X HaulMaxx HM460 suspension C. X Dana, Eaton or Meritor tandem heavy wall axles with a combined rating of 46,000 lb. d. X Steel/iron hubs for frequent stops and heavy loads e. X Live tandem drive with power divider on front drive axle. f. X Rear axles with Power Divider Lock controlled from cab. 9.X Ratio to provide no less than 60 mph nor more than 65 mph at governed engine rpm 3.7 GROSS VEHICLE WEIGHT RATING: a. X 66,000 Pounds GVWR 3.8 WHEELS / TIRES: a. X Front – (2) hub piloted bright unpolished aluminum disc wheels b. X Front – (2) Michelin, Goodyear, /Bridgestone 315/80R 22.5 tires rated for maximum load c. X Rear (8) hub piloted bright unpolished aluminum disc wheels d. X Rear – (8) Goodyear, Bridgestone / Firestone, Michelin equivalent 11R x 22.5 tubeless steel belted radials rated for maximum load. Pape 3 of 11 3.9 ELECTRICAL SYSTEM: a. X 12 -volt, 160 amp alternator b. X Three (3) 12 -volt sealed maintenance free batteries 2190 CCA C. X Battery disconnect switch located near battery box d. X Voltmeter e. X Engine oil pressure gauge f. X Coolant temperature gauge g. X Fuel level gauge h. X M.P.H. speedometer i. X Mileage odometer j. X Forward facing DVR with removable SD card k. X Intermittent windshield wipers w/electric washer pump and reservoir i. X Self canceling turn signal switch M, X Lighting to comply with all state and federal regulations n. X All circuit loads shall be controlled by a 2 -post battery shut off located next to battery box o. X Junction box located in cab for electrical accessories; two-way radio, GPS, etc. p. X A body junction box will be located behind cab and will have the following systems: marker lights, left and right turn signals, stop lights, backup lights, and back up horn. The box will have stud connections. 3.10 CAB: a. X Low entry forward tilt cab over engine b. X Tilt cab with hydraulic and air assist c. X Right side drive d. X High back air suspension seat both sides e. X Seat belts for two (2) f. X Blue Tooth connectivity g. X Fresh air heater and defroster h. X Factory installed air conditioning — must maintain 20 -degree F. temperature drop to 100 degree ambient temperature. i. X Dual sun visors j. X Dual west coast type mirrors, heated, motorized remote adjustable, up/down in/out with 8" bolt on heated spot mirrors. k. X Air horn right side I. X OEM installed AM/FM Radio MX Tinted glass n. X Roll down windows to bottom of window frame 0.x Cab entry handle and safety step at each of the two (2) doors 3.11 FRAME: a. X Frame rails: steel channel painted black, assembled with Huck fasteners. b. X Successful vendor shall be responsible to coordinate chassis and body providing proper mounting and weight distribution. C. X 42" maximum frame height d. X Painted steel front bumper e. X Single tow loop fully braced to the chassis frame f. X Successful vendor shall be responsible to coordinate chassis and body to provide best location (except for stated mounting locations) of frame mounted tanks and accessories. Page 4 of 11 A 3.12 FUEL TANK: a. X Minimum Seventy (70) gallon aluminum safety tank b. X DEF tank of sufficient size to run two tanks of fuel to one DEF or greater C. X Frame mount, left hand perferred. 3.13 COLOR. a. X Exterior color - White polyurethane enamel b. X Interior color - Grey ITEM2-AUTOMA TED SIDELOAD SOLID WASTECOLLECTIONBODYSPECIF/CATIONS 4.1 BODY CONSTRUCTION: a. X Twenty-seven (27) cubic yard capacity of body and tailgate excluding hopper b. X Body sides shall taper front to rear to facilitate unloading C. X Sidewall to be 12 -gauge A 1011, 80,000 psi d. X Floor to be 3%16" AR100100,000 psi e. X Roof shall be 12 -gauge A-715 GR 80F high tensile steel, 80,000 psi f. X Body shall be all welded construction and liquid tight up to 40" inside body 9.X Sides, front and rear to be reinforced for strength requirements h. X Reinforcement design and characteristics dependent upon construction methods used, must be certified to meet the specified compacting requirements without body distortion i. X Entire body must be completely cleaned (ex. dirt, oil, slag, etc...) prior to priming. j. X Body paint and color must be white urethane enamel, Minimum 2.5 mil thickness. k. X Body will have a two (2) year complete warranty to include all switches, valves and controls that work body I. X Curb side ladder at hopper MX Outside width not to exceed 96" n. X Height above frame 110" maximum 4.2 REAR TAILGATE: a. X Hinged above roofline, lifted and locked by double acting hydraulic cylinders b. X Hydraulic cylinders to have flow restrictors to limit sudden decent and check valves to keep tailgate closed C. X Safety pin to hold lock mechanism to prevent accidental opening d. X Hinge pins with grease fittings and hoses to be greaseable from ground e. X P -type Neoprene seal at bottom to height of 40" shall form water tight seal f. X Tailgate to be 12 -gauge ASTM A715 80,000 psi 9.x Tailgate shall have safety prop h. X Manual control valve located in cab to prevent accidental activation i. X Light and audible alarm provided to indicate when tailgate is unlocked j. X Approved under ride guard bolted to bottom of door to be clear of refuse during unloading. k. X Camera mounted to rear tailgate center to work when reverse is selected. 4.3 HOPPER: a. X Five (5) cubic yard capacity of hopper Page 5 of 11 b. X Hopper floor X" Hardox 400 replaceable liner C. X Hopper bottom shall be rounded X" SOW resistant steel d. X Hopper shall have three (3) %2" X 1 l" flat Hardox guiding bars e. X Hopper shall have a material displacement rate of seven (7) cubic yards per minute 4.4 PACKER: a. X Packing shall be accomplished by auger system. Auger mechanism must meet all applicable standards b. X Speed sensor must be incorporated within the auger mechanism allowing the auger to be automatically engaged in reverse in case of jamming C. X Auger RPM shall be adjustable and delivered @ 30 RPM d. X Auger maximum torque shall be 21,000 pounds feet. e. X Must pack dry household trash at 1,000 lbs. per cubic yd. f. X Length of auger shall be a minimum of 81" g. X Auger mechanism to retain compacted material in body h. X Packing cycle shall be automatically activated by trigger on the arm joystick 4.5 HYDRAULIC SYSTEM: a. X Hydraulic system designed to operate cart lift and packer functions at idle in gear b. X PTO driven duel piston pumps. One for body functions and one for arm functions C. X Body function pump shall be: 10.6 gpm max @ 3700 psi @ 700 rpm &X Arm functions pump shall be: 13.4 gpm max @ 2000 psi @ 700 rpm e. X Reservoir capacity 50 gallons, frame mounted with magnetic drain plug f. X Reservoir shall have easily visible sight gauge for oil level and temperature g. X Shut off valve on suction line and check valve on return to service system without draining h. X 100 mesh stainless steel suction line strainer, rated @ 100 gpm i. X In tank return filter rating of 7 micron, rated @ 100 gpm j. X All hoses shall be double wire braid appropriately rated for operating pressure k. X High flex hoses to be used at hinge points I. X All tubing and hoses shall be securely clamped to prevent vibration, abrasion, and snagging. M. X System shall be capable of continuous operation at 100 F. degrees ambient temperature, without external coolers n. X Quick disconnect hydraulic test ports shall be installed, (include one test gauge per truck) o. X All cylinder rods shall be chrome plated or nitrated p. X All cylinders shall have a three (3) year warranty q. X Transmission driven Hot Shift PTO and pumps, must be supported with brace to rear of pumps r. X Hydraulic control assemblies must be located so that at no time or load conditions it becomes necessary to remove load to service these components S, X Must have protective cover on pack manifold 4.6 BODY LIFT: a. X Dumping to be accomplished by raising body, full eject bodies are not acceptable b, X Hydraulic lift system must have dual body lift cylinders to lift fully loaded body C. X Three (3) stage telescopic cylinders with 77" stroke d. X Body shall be securely mounted with a pivot hinge at rear of chassis frame. Guides shall Page 6 of 11 be provided at front of body to securely align body to chassis frame. e. X Safety stands with locking device for servicing under the body f. X Body dump angle shall be such that all refuse in body will be removed without sticking or bridging. Body dump angle of 45 degrees g. X Hump and rear door controls to be mounted in cab. h. X —Control pane must be interlocked with manual override to prevent accidental opening i. X Light and audible alarm to indicate when body is raised 4.7 LUBRICATION a. X All body hinges, cylinder rod ends, cylinder base trunnions, and pivot points shall be supplied with grease fittings. b. X Each high grease point shall be fitted with individual ground level fitting and steel or reinforced flexible lines. Group fitting mount location wherever practical. o Tailgate hinge pins o Tailgate lift cylinder bases 4.8 LIFT ARM & GRIPPER: a. X Arm and gripper to be hydraulically operated and controlled by joystick in cab b. X Joystick shall be conveniently located to the left of the operator C. X Ergonomically designed patted armrest shall be provided to support the operators arm d. X Auxiliary controls located by driver's seat for operation from ground level e. X Lock valve integrated in the inner boom cylinder to prevent any movement without action of joystick or auxiliary controls f. X Lifting capacity, 500 lbs at any point to which the arm is extended (Bidder shall provide X certification of this capability with bid) g. Horizontal reach shall be 144" from retracted to fully extended position h. X Maximum arm cycle time for grip, lift, dump, lower and release: 8 seconds at engine idle i. X Lifting and gripping shall be a rack and pinion mechanism for a constant speed j. X Container shall be tilted a minimum of 45 degrees past horizontal to ensure clean dumping k. X Arm shall be capable of handling carts from 32 to 110 gallons I. X Lifting mechanism mounted between cab and body to chassis frame m. X Arm shall be capable of handling carts placed 24" above or below roadway surface. n. X Grab clamp shall be spring steel (3/8 X 4") with 5/8" X 4" 3 ply nylon belt incorporated to the gripers a. X Minimal gripping force of 1,800 psi to be applied to container to provide retention and also for limiting the radial force applied to prevent container damage P. X Grab clamp shall be operated by a single hydraulic cylinder q. X Grab clamp shall be fitted with a spill shield r. X Arm shall be a self-contained assembly that can be unbolted and interchanged or replaced with minimal number of bolts and hydraulic fittings 4.9 CONTROLS a. X Controls shall be mounted in a console readily accessible to operator b. X Arm and gripper to be controlled by joystick in cab C. X Joystick shall be conveniently located to the left of the operator d. X Ergonomically designed, padded armrest shall be provided to support operators arm e. X Auxiliary controls located by driver's seat for arm and gripper operation from ground Page 7 of 11 level f. X Bed lift and tailgate shall be operated by switches located in control console g. X Packer controls shall consist of automatic, start, retract, and emergency stop h. X Large red emergency stop button shall immediately stop hydraulic system at any time i. X Indicator light in console shall warn of emergency stop activation j. X Selectable auto pack function shall activate packer each time the cart dump is activated. k. X Tailgate lift shall be activated from the control console. Safety lock shall prevent accidental activation. I. X Audible alarm and console mounted warning light will indicate tailgate is open and/or unlocked M. X Audible alarm and console mounted warning light will indicate bed not fully seated down 4.10 BODY ELECTRICAL: a. X Lighting shall comply with requirements of FMVSS#108. b. X Two (2) red 4.0" LED brake/marker lights, two (2) red 4.0" LED turn/marker lights and two (2) 4,0" clear LED flood lamp reverse lights shall be rubber grommet integrated into the lower rear of the body tailgate C. X Two (2) red 4.0" LED brake/marker lights, two (2) amber 4.0" LED turn/marker lights, and five (S) red LED marker lights shall be rubber grommet integrated into the top rear of the body tailgate d. X Rubber grommet mounted LED side marker lights. e. X Rubber grommet mounted LED turn signal mounted low near middle of body. f. X All wiring shall be in protective conduit or loom. g.. X All wiring connections shall have permanent waterproof connectors. "Scotch -Lock" or other non -water tight connectors are unacceptable. h. X 80 dba backup alarm i. X One amber strobe light mounted at center portion of tailgate bustle, operated by dash mounted rocker switch. j. X LED work light mounted to illuminate hopper with individual toggle switch. k. X LED work light mounted to illuminate cart lift with individual toggle switch, 1. X 6.8" diagonal Safety Vision SV500 or approved equal 4 picture color monitor M. X Rear mounted camera (SV -620 or equal) shall provide clear view to rear of truck when backing. n. X Hopper mounted camera (SV -620 or equal) shall provide clear view of hopper and cart in X dump position. o. Side body mounted camera (SV — 620 or equal) to show container at curb P. X Left side, mirror mounted camera to view traffic. 4.11 ACCESSORIES: a. X Tool box mounted left side underbody: 18" h. x 18" d. x 24" I. aluminum diamond plate with vertical hinge, waterproof gaskets and drip rails, twist "T" or "D" handle latch. b. X Mounting brackets for one long handle square point shovel and one long handle push broom C. X One (1) heavy duty fire extinguisher bracket and 10 Ib ABC fire extinguisher to be frame X mounted next to tool box d. Mud guards at front of forward tandem axle. e. X Mud flaps in rear of the tandem axles (No logos). f. X All grease points must be accessible from ground level Page 8 of 11 g._X _ Deflector shield to protect wiring at tailgate hinge point h. X Hopper work light i. X Air hose connection with flex hose & OSHA approved blower located in cab to aid in cleaning j. NA Please list and price as an option any hybrid drive/or operation system that could be an option for the City of Fayetteville to consider. This will not be considered in the award of bid. 4.12 COLOR: a, X Exterior color— White polyurethane enamel 5. WARRANTY- 5.1Onclard No Cab and chassis will be warranted for 3 years/150,000 miles or the manufacturer's warranty, whichever isrg eater. 5. Yes No Engine, drive train and axles will be warranted for 5 years/200,000 miles or the nufacturer's standard warranty, whichever is greater. 5.3Yes No Engine to include injectors, turbo, DEF system and drive axles shall be warranted for 5 e years/ 200,000 miles or the manufacturer's standard warranty, whichever isrg eater. 5. Yes No Allison transmission shall be warranted for five (5) years 5(5:: DYeso Refuse Body, Accessories, Paint and Installation will be warranted for 2 years or the manufacturer's standard warranty, whichever isrg eater. S. Yes '' o Hydraulic Pump, hydraulic cylinders and valves shall be warranted for three (3) years. Successful vendor shall maintain one of each cylinder in stock at City of Fayetteville and authorize the City to perform warranty exchange with reimbursement of reasonable shop labor costs. 5.7 Yes o Warranty shall include all parts, labor, and transportation to the location of the warranty administrator. S.8 Yes o Successful vendor shall be responsible for warranty administration of entire unit. 5.9 Each unit shall be delivered with the following warranty documents which shall be placed into effect upon the first day unit is placed into service: a. X Manufacturer's warranty which shall be honored at any local manufacturer -authorized dealership. b. X Manufacturer's warranty shall be provided for each supplemental unit mounted on and delivered with each primary unit. .X Enter a yes or no on each warranty line (51-5.6). Do Not supply warranty papers for us to interpret whether you meet or not! if a simple yes or no is not chosen, your bid will be disqualified as incomplete. 6. STANDARDS - Page 9 of 11 6.1 Each unit shall meet or exceed the following applicable standards. a. X Environmental Protection Agency's Exhaust Emission Standards (EPA). b. X Occupational Safety and Health Administration Standards (OSHA). C. X Arkansas State Highway Commission Regulations regarding vehicle markings, lighting and reflectors 7. DELIVERY/DOCUMENTATION- 7.1 All units are to be delivered F.O.B. to the City's Fleet Operations facility, located at 1525 S. Happy Hollow Road, Fayetteville, Arkansas 72701, for compliance review and final acceptance 7.2 Delivery shall include the following documents as a minimum: a. X Manufacturer's Certificate of Origin b. X Odometer statement C. X Dealer invoice d. X A complete list with part numbers of all service filters and other regular preventive maintenance supplies. 7.3 Units must be fully assembled, serviced, and ready for operation as delivered. 8. MANUALS - 8.1 The successful bidder agrees to furnish one (1) set each of the following list of manuals: a. X Operator's Manual (1 file copy plusone (1) copy for each machine purchased) b. X Service Manual (Paper, CD, or DVD format) c. X Parts Manual (Paper, CD, or DVD format) 8.2 Payments) may be held until all manuals and certifications are delivered to the City of Fayetteville Fleet Operations Division. 9. TRAINING - 9.1 Training quoted below shall be arranged through Fleet Operations for both, operators and technicians, by a qualified instructor at a location designated and provided by the City. a. X Operator Training (REQUIRED) - This training shall include proper operating techniques and daily maintenance including lubrication, inspection of fluid checks and adjustments. This training shall be designed to instruct qualified vehicle operators. b. X Maintenance Training (REQUIRED) - This training shall be designed to instruct qualified mechanics in techniques and procedures that are needed to understand the repair and maintenance of new unit model supplied. The factory shall provide 8 hours of training to the City of Fayetteville techs in a class room and shop environment. 10. SUPPORT SERVICES - 10.1 Repair Parts Inventory - stock of standard repair parts for units bid must be available to the City of Fayetteville within twenty-four (24) hours of part(s) requested. Parts inventory availability will be Page 10 of 11 considered in the purchasing decision. 10.2 Maintenance Service - Fully trained maintenance personnel shall be available for service within twenty-four (24) hours of repair requests. This shall include warranty service. Availability of maintenance personnel and facilities will be considered in the purchasing decision. Name and address of authorized repair facility for body and chassis must be included with bid. A fee of 100.00 per day can be accessed if a Warranty repair is not completed within (3) three days upon notification of a warranty repair being needed. V r 3 10.3 Body Warranty repairs will be performed by a fully trained dealer. The City of Fayetteville wishes to become the Warranty Dealer for the repairs and will work out terms with Manufacturer before bid is awarded. YDS The vehicle and body that is bid must be available if requested for a (3) day Demo by the City of Fayetteville. 1! 7 f .�. Page 11 of 11 New Way Contract #112014-NVVY Quote for: City of FayettevilleArJomse 1500Happy Hollow Ln Fayetteville, AR 72701 Dealer: Arkansas Municipal Date.- 2/4/2019 Sourcewe|| PNember#� Dealer must receive copy of P0 You may, inaddition, send acopy ofPOto: New Way Trucks P.O.Box 33G Scranton, |/\51462 umhaseOrder # Date 27 yd Dump STD Hot Shift PTO, Tandem Vane 1 RP2 (2) Halogen Work Lights $391.87 STD RP3 Integrated Strobe Light Pack -age System - 2 round lights mounted upper . RP4 Integrated Strobe Light Package System - 2 round . lights mounted lower $518.75 RP8 Zone Defense Triple Camera/Flat Split Screen Color 7.0" $2,419,80 STID Acrylic Urethane,, Enamel (White to match chassis) - Body STD Arm Control Joystick on Counsel 1 RP1 1 Arm Controls Rocker Switches Under Seat $884.02 1 Fender extension $566.13 1 Camera.sysyem with dvr to record $2,000.00 1 Can counter $311.23 Grease zerks on tailgate and body hoist Cylinder $311.23 Chassis to include 5yr Allison and disc brakes Optional Spare Auger $7,100( NET) $7,100 MTFIreight Freight! - Ginove to New Way $4,000, Chassis To - istributor 137,349.00 $1,000.00 iscount -$2,01100 otal Cost Per Sourcewell Contract $279,15522 umhaseOrder # Date City of Fayetteville will take quotes on Automated side loader and accessories listed below for Recycling and Trash Collection division. We anticipate the purchase of four like units. Quotes must be thru a purchasing contract used and approved by the City of Fayetteville and the State of Arkansas. Some of these are; Sourcewell, HGAC, National IPA and US Communities. Contact the Purchasing division @ 479-575-8256 for other contracts that may apply. The City will accept quotes until June 3, 2019, when they will be evaluated for use by the user division and Fleet Operations for the best fit and lowest total cost of ownership. Prices shall be effective thru December 2019. We expect to have a purchase order mid-July and order will be placed. All quotes must have the contract name and number on the price sheet {our Sourcewell ID # 341431. These Automated Side Loaders are a replacement item. Accessories will be evaluated by use and as budget allows. Quotes to be returned to Sara Glenn, Fleet Operations Superintendent at the City of Fayetteville, 1525 s. Happy Hollow Rd. Fayetteville, AR 72701 or emailed to sgienn@favetteville-ar.gov Quotes must include: Purchasing Co-op name and contract number Model numbers and pricing on Automated Side Loader and all accessories individually Note any deviations to specifications Deadline —June 3, 2019 Contract name; New Way Contract # 112014-NWY Chassis; Make / Model Peterbrilt / 520 Body; Make / Model New Way / Roto Pac 27yard Item's # 1— 2, Complete unit $ 279,155.22 Each Replacement Auger, Price each: $ 7.100 Calendar days from PO to delivery, 160-200 Days after receipt of PO Page 1 of 11 422-19-4 AUTOMATED REFUSE COLLECTION TRUCK 1. GENERAL - 1.1 All unit(s) bid must meet or exceed the minimum requirements or they will be deemed incomplete and will not be considered for bid award. 1.2 All specifications written are to minimums, unless otherwise noted. 1.3 Damages of $100 per day, per vehicle will be assessed by the City to cover additional costs of running older equipment, beginning on the first day following the guaranteed delivery date and each day thereafter until full delivery is made. 1.4 A working Demo must be provided for the Recycling & Trash Collection Department to use for a minimum of 2 two days unless one was provided in last demo period of 2018. If major changes have been made and you want to demo please call for setting up demonstration dates. 1.5 Primary vendor will be responsible for all warranty issues. The primary vendor is the one to whom the check is issued. 2. MANUFACTURERJMODEL - 2.1 Unit(s) bid must be new and of the latest standard production model as offered for commercial trade. 2.2 All automated arms must have been in service for at least two (2) years with a minimum of 50 working units. Please provide contacts for arms in use. 3. 1 TEM 1— DIESEL TRUCK CAB ANL? CHASSIS - 3.1 ENGINE: a. X Cummins model ISI.370 HP 1250 ft lbs torque. (if not this model please include software and three years of updates plus training cost for 5 techs within price of bid) b. X Six (6) cylinder inline turbo -charged diesel with DEF system C. X 110 VAC engine block heater w/exterior plug mounted in or near front bumper. d. X OEM shutdown system for engine oil pressure and overheating of cooling system equipped with a dash mounted "Engine Shutdown" light indicator. e. X Heated fuel/water separator f. X Frame mounted vertical exhaust with heat diffuser to direct exhaust away from cab and bed g. X Compression type Engine Brake System h. X Two speed, cooling fan for frequent stops Spin on Fuel, Water, Oil Filters mounted for ease of service j. X Trash Guard over turbo charger and all exposed exhaust components to keep trash out k. X Engine must be able to run on 20°x, bio fuel and maintain engine warranty. 3.2 TRANSMISSION / DRIVETRAIN: a. X 6 speed Allison automatic model 4500 RDS b. X Push button gear selector Page 2 of 11 C. X Auto neutral programming provided d. X Heavy duty drive shaft and u -joints e. X Over speed control connected to Transmission to cut off PTO over 30 mph 3.3 BRAKES: a. X Air brakes w/18 cfm. compressor. Compressor air intake shall be common with engine air intake. b. X __ Bendix AD -IS heated air dryer mounted to outside of frame C' X Four (4) rear axle mounted spring actuated parking brakes d. X Air disc brakes on all axles, Bendix or equal e. X Severe service rotors for refuse applications f. X Air tank drains to be run individually and run to driver side and installed in a bank with petcocks for ease of Driver operation. Fleet will approve location. 3.4 STEERING: a. X Right hand drive b. X Hydraulic power steering C. X Standard steering wheel d. X Ergonomic/adjustable steering wheel position e. X Stops adjusted for maximum steering angle 3.5 FRONT AXLE & SUSPENSION: a. X 20,000# axle capacity rating b. X 20,000# leaf spring suspension C. X Steel/iron hubs for frequent stops and heavy loads d. X Wide track front axle for improved turning radius e. X Double acting shock absorbers 3.6 REJ AXLES & SUSPENSION: a. 46,000 lb rated suspension b. X HaulMaxx HM460 suspension C. X Dana, Eaton or Meritor tandem heavy wall axles with a combined rating of 46,000 Ib. d. X Steel/iron hubs for frequent stops and heavy loads e. X Live tandem drive with power divider on front drive axle. f. X Rear axles with Power Divider Lock controlled from cab. g. X Ratio to provide no less than 60 mph nor more than 65 mph at governed engine rpm 3.7 GROSS VEHICLE WEIGHT RATING: a. X 66,000 Pounds GVWR 3.8 WHEELS / TIRES: a. X Front — (2) hub piloted bright unpolished aluminum disc wheels b. X Front — (2) Michelin, Goodyear, /Bridgestone 315/80R 22.5 tires rated for maximum load C. X Rear (8) hub piloted bright unpolished aluminum disc wheels d. X Rear — (8) Goodyear, Bridgestone / Firestone, Michelin equivalent 11R x 22.5 tubeless steel belted radials rated for maximum load. Paae 3 of 11 3.9 ELECTRICAL SYSTEM: a. X 12 -volt, 160 amp alternator b. X Three (3) 12 -volt sealed maintenance free batteries 2190 CCA C. X Battery disconnect switch located near battery box d, X Voltmeter e. X Engine oil pressure gauge f. X Coolant temperature gauge g. X Fuel level gauge h. X M.P.N. speedometer i. X Mileage odometer j. X Forward facing DVR with removable SD card 1<.X Intermittent windshield wipers w/electric washer pump and reservoir I. X Self canceling turn signal switch M, X Lighting to comply with all state and federal regulations n. X All circuit loads shall be controlled by a 2 -post battery shut off located next to battery box o. X Junction box located in cab for electrical accessories; two-way radio, GPS, etc. p. X A body junction box will be located behind cab and will have the following systems: marker lights, left and right turn signals, stop lights, backup lights, and back up horn. The box will have stud connections. 3.10 CAB: a. X Low entry forward tilt cab over engine b. X Tilt cab with hydraulic and air assist C. X Right side drive d. X High back air suspension seat both sides e. X Seat belts for two (2) f. X Blue Tooth connectivity g. X Fresh air heater and defroster h. X Factory installed air conditioning — must maintain 20 -degree F. temperature drop to 100 degree ambient temperature. i. X Dual sun visors j. X Dual west coast type mirrors, heated, motorized remote adjustable, up/down in/out with 8" bolt on heated spot mirrors. k. X Air horn right side 1. X OEM installed AM/FM Radio m: X Tinted glass n. X Roll down windows to bottom of window frame o. X Cab entry handle and safety step at each of the two (2) doors 3.11 FRAME: a. X Frame rails: steel channel painted black, assembled with Huck fasteners. b. X Successful vendor shall be responsible to coordinate chassis and body providing proper mounting and weight distribution. C. X 42" maximum frame height d, X Painted steel front bumper e. X Single tow loop fully braced to the chassis frame f. X Successful vendor shall be responsible to coordinate chassis and body to provide best location (except for stated mounting locations) of frame mounted tanks and accessories. Page 4 of 11 0 3.12 FUEL TANK: a. X Minimum Seventy (70) gallon aluminum safety tank b. X DEF tank of sufficient size to run two tanks of fuel to one DEF or greater C. X Frame mount, left hand perferred. 3.13 COLOR: a. X _ Exterior color— White polyurethane enamel b. X Interior color - Grey ITEM 2 AUTOMATED S/DE LOAD SOLID WASTE COLLECTION BODYSPECIFICATIONS 4.1 BODY CONSTRUCTION: a. X Twenty-seven (27) cubic yard capacity of body and tailgate excluding hopper b. X Body sides shall taper front to rear to facilitate unloading C. X Sidewall to be 12 -gauge A 1011, 80,000 psi d. X Floor to be 3%16" AR100100,000 psi e. X Roof shall be 12 -gauge A-715 GR 80F high tensile steel, 80,000 psi f. X Body shall be all welded construction and liquid tight up to 40" inside body g. X Sides, front and rear to be reinforced for strength requirements h. X Reinforcement design and characteristics dependent upon construction methods used, must be certified to meet the specified compacting requirements without body distortion I, X Entire body must be completely cleaned (ex. dirt, oil, slag, etc...) prior to priming. j. X Body paint and color must be white urethane enamel. Minimum 2.5 mil thickness. k. X Body will have a two (2) year complete warranty to include all switches, valves and controls that work body I. X Curb side ladder at hopper M. X Outside width not to exceed 96" n. X Height above frame 110" maximum 4.2 REAR TAILGATE: a. X Hinged above roofline, lifted and locked by double acting hydraulic cylinders b. X Hydraulic cylinders to have flow restrictors to limit sudden decent and check valves to keep tailgate closed C. X Safety pin to hold lock mechanism to prevent accidental opening d. X Hinge pins with grease fittings and hoses to be greaseable from ground e. X P -type Neoprene seal at bottom to height of 40" shall form water tight seal f. X Tailgate to be 12 -gauge ASTM A715 80,000 psi 91X Tailgate shall have safety prop h. X Manual control valve located in cab to prevent accidental activation i. X Light and audible alarm provided to indicate when tailgate is unlocked j. X Approved under ride guard bolted to bottom of door to be clear of refuse during unloading. k. X Camera mounted to rear tailgate center to work when reverse is selected. 4.3 HOPPER: a. X Five (5) cubic yard capacity of hopper Page 5 of 11 4A 4.5 4.6 b. X Hopper floor X" Hardox 400 replaceable liner C. X Hopper bottom shall be rounded !" SOW resistant steel d. X _ Hopper shall have three (3) %" X 1 f" flat Hardox guiding bars e. X A Hopper shall have a material displacement rate of seven (7) cubic yards per minute PACKER: a. X— Packing shall be accomplished by auger system. Auger mechanism must meet all applicable standards b. X Speed sensor must be incorporated within the auger mechanism allowing the auger to be automatically engaged in reverse in case of jamming C. X Auger RPM shall be adjustable and delivered @ 30 RPM d. X Auger maximum torque shall be 21,000 pounds feet. e. X Must pack dry household trash at 1,000 lbs. per cubic yd. f. X Length of auger shall be a minimum of 81" g. X Auger mechanism to retain compacted material in body h. X Packing cycle shall be automatically activated by trigger on the arm joystick HYDRAULIC SYSTEM: a. X Hydraulic system designed to operate cart lift and packer functions at idle in gear b. X PTO driven duel piston pumps. One for body functions and one for arm functions C. X Body function pump shall be: 10.6 gpm max @ 3700 psi @ 700 rpm d. X Arm functions pump shall be: 13.4 gpm max @ 2000 psi @ 700 rpm e. X Reservoir capacity SO gallons, frame mounted with magnetic drain plug f. X Reservoir shall have easily visible sight gauge for oil level and temperature g. X Shut off valve on suction line and check valve on return to service system without draining h. X 100 mesh stainless steel suction line strainer, rated @ 100 gpm i, X In tank return filter rating of 7 micron, rated @ 100 gpm j. X All hoses shall be double wire braid appropriately rated for operating pressure k. X High flex hoses to be used at hinge points I. X All tubing and hoses shall be securely clamped to prevent vibration, abrasion, and snagging. M, X System shall be capable of continuous operation at 100 F. degrees ambient temperature, without external coolers n. X Quick disconnect hydraulic test ports shall be installed, (include one test gauge per truck) o. X All cylinder rods shall be chrome plated or nitrated P. X All cylinders shall have a three (3) year warranty q. X Transmission driven Hot Shift PTO and pumps, must be supported with brace to rear of pumps r. X Hydraulic control assemblies must be located so that at no time or load conditions it becomes necessary to remove load to service these components S. X Must have protective cover on pack manifold BODY LIFT: a. X Dumping to be accomplished by raising body, full eject bodies are not acceptable b. X Hydraulic lift system must have dual body lift cylinders to lift fully loaded body C. X Three (3) stage telescopic cylinders with 77" stroke d. X Body shall be securely mounted with a pivot hinge at rear of chassis frame. Guides shall Page 6 of 11 be provided at front of body to securely align body to chassis frame. e. X Safety stands with locking device for servicing under the body f. X Body dump angle shall be such that all refuse in body will be removed without sticking or bridging. Body dump angle of 45 degrees g. X Dump and rear door controls to be mounted in cab. h. X Control pane must be interlocked with manual override to prevent accidental opening i. X Light and audible alarm to indicate when body is raised 4.7 LUBRICATION a. X All body hinges, cylinder rod ends, cylinder base trunnions, and pivot points shall be supplied with grease fittings. b. X Each high grease point shall be fitted with individual ground level fitting and steel or reinforced flexible lines. Group fitting mount location wherever practical. o Tailgate hinge pins o Tailgate lift cylinder bases 4.8 LIFT ARM & GRIPPER: a. X Arm and gripper to be hydraulically operated and controlled by joystick in cab b. X Joystick shall be conveniently located to the left of the operator C, X Ergonomically designed patted armrest shall be provided to support the operators arm d. X Auxiliary controls located by driver's seat for operation from ground level e. X Lock valve integrated in the inner boom cylinder to prevent any movement without action of joystick or auxiliary controls f. X Lifting capacity, 500 lbs at any point to which the arm is extended (Bidder shall provide X certification of this capability with bid) g. Horizontal reach shall be 144" from retracted to fully extended position h. X Maximum arm cycle time for grip, lift, dump, lower and release: 8 seconds at engine idle i, X Lifting and gripping shall be a rack and pinion mechanism for a constant speed j, X Container shall be tilted a minimum of 45 degrees past horizontal to ensure clean dumping k. X Arm shall be capable of handling carts from 32 to 110 gallons I. X Lifting mechanism mounted between cab and body to chassis frame m. X Arm shall be capable of handling carts placed 24" above or below roadway surface. n. X Grab clamp shall be spring steel (3/8 X 4") with 5/8" X 4" — 3 ply nylon belt incorporated to the gripers o. X Minimal gripping force of 1,800 psi to be applied to container to provide retention and also for limiting the radial force applied to prevent container damage P. X Grab clamp shall be operated by a single hydraulic cylinder q. X Grab clamp shall be fitted with a spill shield r. X Arm shall be a self-contained assembly that can be unbolted and interchanged or replaced with minimal number of bolts and hydraulic fittings 4.9 CONTROLS a. X Controls shall be mounted in a console readily accessible to operator b. X Arm and gripper to be controlled by joystick in cab C. X Joystick shall be conveniently located to the left of the operator d. X Ergonomically designed, padded armrest shall be provided to support operators arm e. X Auxiliary controls located by driver's seat for arm and gripper operation from ground Page 7 of 11 level f. X Bed lift and tailgate shall be operated by switches located in control console g. X Packer controls shall consist of automatic, start, retract, and emergency stop h. X Large red emergency stop button shall immediately stop hydraulic system at any time i. X Indicator light in console shall warn of emergency stop activation j. X Selectable auto pack function shall activate packer each time the cart dump is activated. k. X Tailgate lift shall be activated from the control console. Safety lock shall prevent accidental activation. I. X Audible alarm and console mounted warning light will indicate tailgate is open and/or unlocked M. X Audible alarm and console mounted warning light will indicate bed not fully seated down 4.10 BODY ELECTRICAL: a. X Lighting shall comply with requirements of FMVSS#108. b. X Two (2) red 4.0" LED brake/marker lights, two (2) red 4.0" LED turn/marker lights and two (2) 4.0" clear LED flood lamp reverse lights shall be rubber grommet integrated into the lower rear of the body tailgate C. X Two (2) red 4.0" LED brake/marker lights, two (2) amber 4.0" LED turn/marker lights, and five (5) red LED marker lights shall be rubber grommet integrated into the top rear of the body tailgate d. X Rubber grommet mounted LED side marker lights. e. X Rubber grommet mounted LED turn signal mounted low near middle of body. f,X All wiring shall be in protective conduit or loom. g. X All wiring connections shall have permanent waterproof connectors. "Scotch -Lock" or other non -water tight connectors are unacceptable. h. X 80 dba backup alarm i. X One amber strobe light mounted at center portion of tailgate bustle, operated by dash mounted rocker switch, j. X LED work light mounted to illuminate hopper with individual toggle switch. k. X LED work light mounted to illuminate cart lift with individual toggle switch, I. X 6.8" diagonal Safety Vision SV500 or approved equal 4 picture color monitor M. X Rear mounted camera (SV -620 or equal) shall provide clear view to rear of truck when backing. n. X Hopper mounted camera (SV -620 or equal) shall provide clear view of hopper and cart in X dump position. o. Side body mounted camera (SV — 620 or equal) to show container at curb p. X Left side, mirror mounted camera to view traffic. 4.11 ACCESSORIES: a. X Tool box mounted left side underbody: 18" h. x 18" d. x 24" I. aluminum diamond plate with vertical hinge, waterproof gaskets and drip rails, twist "T" or "D" handle latch. b. X Mounting brackets for one long handle square point shovel and one long handle push broom C. X One (1) heavy duty fire extinguisher bracket and 10 Ib ABC fire extinguisher to be frame X mounted next to tool box d. Mud guards at front of forward tandem axle. e. X Mud flaps in rear of the tandem axles (No logos). f. X All grease points must be accessible from ground level Page 8 of 11 g. X Deflector shield to protect wiring at tailgate hinge point h. X Hopper work light i. X Air hose connection with flex hose & OSHA approved blower located in cab to aid in cleaning j. NA Please list and price as an option any hybrid drive/or operation system that could be an option for the City of Fayetteville to consider. This will not be considered in the award of bid. 4.12 COLOR: a. X Exterior color — White polyurethane enamel 5. WARRANTY- 1Yes No Cab and chassis will be warranted for 3 years/150,000 miles or the manufacturer's ndard warranty, whichever is r eater. 5. Yes No Engine, drive train and axles will be warranted for 5 years/200,000 miles or the nufacturer's standard warranty, whichever is greater. 5.3(Fe No Engine to include injectors, turbo, DEF system and drive axles shall be warranted for 5 years/ 200,000 miles or the manufacturer's standard warranty, whichever is greater. 5X Yes No Allison transmission shall be warranted for five (5) years 55 Yes o Refuse Body, Accessories, Paint and Installation will be warranted for 2 years or the CDmanufacturer's standard warranty, whichever isrg eater. 5.6(�Ye- o Hydraulic Pump, hydraulic cylinders and valves shall be warranted for three (3 ) years. Successful vendor shall maintain one of each cylinder in stock at City of Fayetteville and authorize the City to perform warranty exchange with reimbursement of reasonable shop labor costs. 5.7 �Yeso Warranty shall include all parts, labor, and transportation to the location of the warranty administrator. 5.8 Yes o Successful vendor shall be responsible for warranty administration of entire unit. 5.9 Each unit shall be delivered with the following warranty documents which shall be placed into effect upon the first day unit is placed into service: a. X Manufacturer's warranty which shall be honored at any local manufacturer -authorized X dealership. b. Manufacturer's warranty shall be provided for each supplemental unit mounted on and delivered with each primary unit. c.,X Enter a yes or no or, each warranty line (5.:11-5.3). Do Not supply warranty papers for us to interpret whether you rneet or not! if a simple yes or no is not chosen, your Enid will be disqualified as incomplete. S. 5TANDA RD5 - Page 9 of 11 6.1 Each unit shall meet or exceed the following applicable standards. a. X Environmental Protection Agency's Exhaust Emission Standards (EPA). b.-X Occupational Safety and Health Administration Standards (OSHA). c.i_ Arkansas State Highway Commission Regulations regarding vehicle markings, lighting and reflectors 7. DELIVERY/DOWMENTATION- 7.1 All units are to be delivered F.O.B. to the City's Fleet Operations facility, located at 1525 S. Happy Hollow Road, Fayetteville, Arkansas 72701, for compliance review and final acceptance 7.2 Delivery shall include the following documents as a minimum: a. X Manufacturer's Certificate of Origin b. X Odometer statement C. X Dealer invoice d. X A complete list with part numbers of all service filters and other regular preventive maintenance supplies. 7.3 Units must be fully assembled, serviced, and ready for operation as delivered. 8. MANUALS - 8.1 The successful bidder agrees to furnish one (1) set each of the following list of manuals: a. X Operator's Manual (1 file copy ptusone (1) copy for each machine purchased) b. X Service Manual (Paper, CD, or DVD format) C. X Parts Manual (Paper, CD, or DVD format) 8.2 Payment(s) may be held until all manuals and certifications are delivered to the City of Fayetteville Fleet Operations Division. 9. TRAINING - 9.1 Training quoted below shall be arranged through Fleet Operations for both, operators and technicians, by a qualified instructor at a location designated and provided by the City. a. X Operator Training (REQUIRED) - This training shall include proper operating techniques and daily maintenance including lubrication, inspection of fluid checks and adjustments. This training shall be designed to instruct qualified vehicle operators. b. X Maintenance Training (REQUIRED) - This training shall be designed to instruct qualified mechanics in techniques and procedures that are needed to understand the repair and maintenance of new unit model supplied. The factory shall provide 8 hours of training to the City of Fayetteville techs in a class room and shop environment. 10. SUPPORT SERVICES - 10.1 Repair Parts Inventory - stock of standard repair parts for units bid must be available to the City of Fayetteville within twenty-four (24) hours of part(s) requested. Parts inventory availability will be Page 10 of 11 considered in the purchasing decision. 10.2 Maintenance Service - Fully trained maintenance personnel shall be available for service within twenty-four (24) hours of repair requests. This shall include warranty service. Availability of maintenance personnel and facilities will be considered in the purchasing decision. Name and address of authorized repair facility for body and chassis must be included with bid. A fee of 100.00 per day can be accessed if a Warranty repair is not completed within (3) three days upon notification of a warranty repair being needed. 11x3 10.3 Body..Warranty repairs will be performed by a fully trained dealer, The City of Fayetteville wishes to become the Warranty Dealer for the repairs and will work out terms with Manufacturer before bid is awarded. - The vehicle and body that is bid must be available if requested for a (3) day Demo by the City of Fayetteville. Yes Page 11 of 11 New Way Contract #112O14-NVVY Quote for: City ofFayetteville Ar -Jesse 1560Happy Hollow Ln Fayetteville, AR 72701 Dealer.- Arkansas Municipal Date: 2/4/2019 Dealermust receive copy ofPO You may, inaddition, send acopy nfP(]to: New Way Trucks P.O Box 336 Scranton, |A51482 Purchase Order# Date 27 yd Dump $130,116.76 STD Hot Shift PTO, Tandem Vane 1 RP1 Halogen Back-up Lights on Tailgate (2) $539.2f 1 RP2 (2) Halogen Work Lights $391.87 STD RP3 Integrated Strobe.,Light Package System - 2 round lights mounted up -per 1 ___ 7i RP4 -P8 Integrated Strobe Light Package System - 2 round lights mounted lower -2o $518.75 R �eDefense Triple Camera/Flat Split Screen Color 7,0" $2,419,80 STD Acrylic Urethane Enamel (White to match chassis) - Body STD Arm Control Joystick on Counsel RP1 1 Arm Controls Rocker Switches Under Seat $884.02 RP1 Hopper Access Ladder $760.22 Fender extension $566.13 Camera sysyern with dvr to record $2,000.00 Can counter $311.23 Grease zer s on tailgate and body hoist Cylinder $311.23 Chassis to include 5yr Allison and d!isc brakes Optional Spare Auger $7,100( NET) $7,100 Fnzinht - Ginove to New Way $4,000.00 Unassis To Distributor 137,349,00 Freight $1,000.00 ATD Discount -$2,013,00 ITotal Cost Per Sourcewell Contract $279,15522 Purchase Order# Date Arkansas Municipal Equipment City of Fayetteville Staff Review Form City Council Meeting Date - Agenda Item Only N/A for Non -Agenda Item Sara Glenn 4/30/2020 FLEET OPERATIONS (770) Submitted By Submitted Date Division / Department Action Recommendation: Recommend the Mayor sign the amendment to the contract with Arkansas Municipal Equipment that was approved by resolution 162-19 for the purchase of four side load trash trucks. Budget Impact: Account Number Fund Project Number Budgeted Item? No Project Title Current Budget $ Funds Obligated $ Current Balance Does item have a cost? No Item Cost Budget Adjustment Attached? NA Budget Adjustment Remaining Budget $ V20180321 Purchase Order Number: Previous Ordinance or Resolution # 162-19 Change Order Number: Approval Date: 05/01/20 Original Contract Number: Comments: CITY OF _ FAYETTEVILLE ARKANSAS TO: Mayor Jordan THRU: Terry Gulley, Director of Transportation FROM: Sara Glenn, Fleet Operations Superintendent DATE: April 30, 2020 STAFF MEMO SUBJECT: Approval of contract amendment with Arkansas Municipal Equipment RECOMMENDATION: Recommend the Mayor sign the amendment to the contract with Arkansas Municipal Equipment that was approved by resolution 162-19 for the purchase of four side load trash trucks. BACKGROUND: Resolution 162-19,approved by council on July 2, 2019, authorized purchase of four Peterbilt side loader trucks from Arkansas Municipal Equipment (AME) in the amount of $1,130,820.88. The delivery date was to be no later than February 7th, 2020 for all four trucks. DISCUSSION: The February 7th date was not met. Due to issues involving suppliers for the company, Fleet was informed that delivery was going to be delayed. When the delayed delivery dates were also not met, AME was informed that the contract required the payment of liquidated damages to cover the increased cost to the City of maintaining trucks that should have been replaced weeks earlier. The City Attorney's office and the Fleet Division worked out the proposed amendment to the contract. AME has offered to provide temporary trucks to the City until the permanent trucks arrive and once all four temporary trucks are delivered the liquidated damages will stop accruing. They will still owe liquidated damages on vehicles that the City does not have temporary nor permanent trucks for. This Contract Amendment also lists specific delivery dates for each of the four trucks. If any date is missed, the City has the option to terminate the contract at that time. BUDGET/STAFF IMPACT: The cost of keeping these four very old trucks in operation has cost the City $38,684 from February 7, 2020 to today. The liquidated damages that are owed today are $33,200. This Amended Contract will allow the City to offset some of the cost to continue using the older trucks. The City will also maintain coverage through the Municipal League Vehicle Program for the temporary trucks. Attachments: Mailing Address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 Amendment to Contract Report showing maintenance costs Resolution 162-19 Amendment No. 1 to Contract with Arkansas Mimici al Eguil2ment, Inc. for the Purchase of Four (4) Side Loading Trash Trumks WHEREAS, the Fayetteville City Council approved Resolution 162-19 authorizing a contract with Arkansas Municipal Equipment, Inc., for the purchase of four (4) side loading trash trucks; and WHEREAS, pursuant to the terms of the contract, the trucks were to be delivered no later than February 7, 2020; and WHEREAS, Section 1.3 of the contract provides that "damages of $100 per day, per vehicle will be assessed by the City to cover additional costs of running older equipment, beginning on the first day following the guaranteed delivery date and each day thereafter until full delivery is made"; and WHEREAS, Arkansas Municipal Equipment, Inc.'s supplier has agreed to provide temporary replacement trucks until the permanent replacements can be delivered. NOW, THEREFORE, The City of Fayetteville ("City") and Arkansas Municipal Equipment, Inc. ("AME") hereby amend the contract as follows: AME, through its supplier, agrees to provide temporary replacement trucks at no cost to the City until the permanent replacement trucks are delivered to the City. Delivery costs shall be borne by AME or its supplier. 2. Temporary replacement trucks shall meet the following requirements: a. Vehicle identification number, and make and model, shall be provided to City prior to delivery. b. All lights shall comply with DOT regulations and in good working order upon delivery. c. The trucks shall have been recently serviced, including but not limited to the following maintenance requirements: i. Fluids shall be topped off. ii. Wiper blades shall be in new condition. iii. Tire tread shall be no less than 16/32" iv. All wear points shall be properly greased and ready to operate. v. All filters shall be new. 3. As long as the temporary replacement trucks meet the requirements of paragraph 2 upon delivery, City shall be responsible for normal maintenance and upkeep costs during the time City is in possession of the temporary replacement trucks. City shall also maintain insurance coverage for the temporary replacement trucks. 4. AME agrees to pay liquidated damages in the amount of $100 per day, per vehicle until the temporary replacement vehicles have been delivered to the City. 5. The amount of liquidated damages owed by AME through April 26, 2020, is $31,60D.00 (79 days x $400/day). Additional liquidated damages will be reduced by $100 per d4y for each temporary replacement vehicle delivered to the City that meets the requirements in paragraph 2. When all four temporary replacement vehicles have been delivered, the additional liquidated damages will cease to accrue. 6. Delivery of the four permanent replacement trucks ordered by the City shall be accomplished by the following dates: a. Truck 1: May 15th, 2020 b. Truck 2: May 26th, 2020 c. Truck 3: June 2nd, 2020 d. Truck 4: June 18th, 2020 7. If the permanent replacement trucks have not been delivered by dates established in paragraph 6, liquidated damages in the amount of $100.00 per day, per undelivered vehicle will be assessed beginning on the day following the guaranteed delivery date and each day thereafter until all four trucks have been delivered. 8. Alternatively, if delivery of any truck is not accomplished by the date established in paragraph 6, City shall have the option to terminate the contract with respect to the future purchase or delivery of any new permanent replacement truck. If the City chooses to terminate the contract, City shall cease its use of the temporary replacement trucks and AME or its supplier shall retrieve the trucks at its own cost. 9. This Amendment shall not serve to release AME from any other obligation, liability, loss, claim, or damage arising prior to the effective date of this Amendment. 10. This Amendment shall not serve to modify any other term or condition not expressly modified herein. �t,� �RK1 7RFq ►,,. CITY OF C TTEV LE, A NSAS Attest: .6\1 Y G� •S��� Bv: By: : FAYETTEVILLE Lion Jordan, N o ara Paxton, City Clerk-Treasprr, Date: J�1�� Date: `�' '041 ARKANSAS MUNICIPAL EQUIPMENT, INC. By. Z a4'e'w Daniel Ellison, President Date: April 28, 2020 N a } Q U O m N {Y a N o N N M \ {Y O O 19 O U O a O N O N a3\ m O N W O 0 O Y. It O 3 o: a F- w J m U) U Y U a O J O F- O w Q! OD r) m 111 o O 0 N 0 m ^ p .i r, n m n M F- O U m U a vj o D o 0 0 LU O Z) V) Y U C CSZ � � O Y w g m m Z O m g 5 z V) V 4� f u F F F H F H H 0 0 0 0 0 0 0 rq oo Ilz O] r) F- 0 0 U ix 0 ]L C O 3 F- FO- N Q OU w w Lu ❑ Z ❑ o w 0 N U Z o N a ❑ O 13� Q N a . O w � U p C7 U K m O W n W v m W W 0 v v a v w ❑ O -w aJ anJ s rUN o n 0 In a. O w w aQ 0 m — aOo � 3 .° I O O v v ¢QQaJ vv V) W U) d ZS O ~ = H V U p a' C W W Z p p a W W O O U Z2: U) Y Y Z Qa V oC cC S V1 Fw- OU 0 U J J J J J J a a a a a a W W Ur z Z W Q l7 Q. 0 w Z p (D 0 Z Z Z ¢ F- a w a' O w W LD W W V) W Z S Q C It F Z O W a O U S a a H w U c`fo=p ce O 5 W ao o a a s U m O g W a z w w Z U O w O O U O O w • (Wj a F- Z W W a Y 0 Y Z y y a 0 0 0 Q .. ccto a W s a� a 3 w 0 3 w 3 LU 3Lu Oa' w p Q¢ p p a C7 d w w ae a� w a 3 U nZ. a 3 F w o w 113 West Mountain Street Fayetteville, AR 72701 (479) 575-8323 Resolution: 162-19 File Number: 2019-0369 ARKANSAS MUNICIPAL EQUIPMENT, INC.: A RESOLUTION TO AUTHORIZE THE PURCHASE OF FOUR PETERBILT 520 SIDE LOADER TRUCKS WITH NEW WAY Rum PAC BODIES FROM ARKANSAS MUNICIPAL EQUIPMENT, INC. IN THE TOTAL AMOUNT OF $1.130,820.88, PURSUANT TO A SOURCEWELL COOPERATIVE PURCHASING CONTRACT. FOR USE BY THE RECYCLING AND TRASH COLLECTION DIVISION 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 authorizes the purchase of four Peterbilt 520 side loader trucks with New Way Roto Pac Bodies from Arkansas Municipal Equipment. Inc. in the total amount of $1,130,820.88, pursuant to a Sourcewell Cooperative Purchasing Contract. for use by the Recycling and Trash Collection Division. PASSED and APPROVED on 7/2/2019 Approve: -- Page 1 Attest: �'► �E ftFC / Trz'��� Sondra E. Smith, City Clerk TrrrasdrG. CITY • I. 0; .-V wr: RPM re • NSA