Loading...
HomeMy WebLinkAbout271-19 RESOLUTIONF FArETr 4RKA NSPS 113 West Mountain Street Fayetteville, AR 72701 (479) 575-8323 Resolution: 271-19 File Number: 2019-0723 BID #19-47 LEWIS FORD: A RESOLUTION TO AWARD BID #19-47 AND APPROVE THE PURCHASE OF FOUR FORD TRUCKS FROM LEWIS FORD OF FAYETTEVILLE IN THE TOTAL AMOUNT OF $227,029.00, FOR USE BY THE PARKS AND RECREATION DEPARTMENT AND WATER AND SEWER 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 awards Bid #19-47 approves the purchase of two Ford F550s, one Ford F350 and one Ford F550 4x4 from Lewis Ford of Fayetteville in the total amount of $227,029.00, for use by the Parks and Recreation Department and Water and Sewer Operations Division. PASSED and APPROVED on 12/3/2019 Attest: ,��\ _. GIT V o •F-yJ,'%.. � FFq yE�EV/ ,M � �. C /—ZO/ 1, 'A Kara Paxton, City Clerk Treasure�.,'�,�-";-gNSPS,.`��e�� ON C Page 1 Printed on 1215119 City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville, AR 72701 (479) 575-8323 Text File File Number: 2019-0723 Agenda Date: 12/3/2019 Version: 1 Status: Passed In Control: City Council Meeting File Type: Resolution Agenda Number: A. 13 BID #19-47 LEWIS FORD: A RESOLUTION TO AWARD BID #19-47 AND APPROVE THE PURCHASE OF FOUR FORD TRUCKS FROM LEWIS FORD OF FAYETTEVILLE IN THE TOTAL AMOUNT OF $227,029.00, FOR USE BY THE PARKS AND RECREATION DEPARTMENT AND WATER AND SEWER 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 awards Bid #19-47 approves the purchase of two Ford F550s, one Ford F350 and one Ford F550 4x4 from Lewis Ford of Fayetteville in the total amount of $227,029.00, for use by the Parks and Recreation Department and Water and Sewer Operations Division. City of Fayetteville, Arkansas Paye 1 Printed on 12/4/2019 City of Fayetteville Staff Review Form 2019-0723 Legistar File ID 12/3/2019 City Council Meeting Date - Agenda Item Only N/A for Non -Agenda Item Sara Glenn 11/13/2019 FLEET OPERATIONS (770) Submitted By Submitted Date Division / Department Action Recommendation: A resolution to authorize the purchase of four Ford trucks available through Lewis Ford of Fayetteville, AR for the combined total amount of $227,029.00 from awarded Bid 19-47 for use of the Parks and Water & Sewer Departments. Budget Impact: 9700:770.1920-5802.00 Shop Account Number 02078.2016, 02078.2017, and 02078.2018 Project Number Budgeted Item? Yes Does item have a cost? Yes Budget Adjustment Attached? No Purchase Order Number: Change Order Number: Original Contract Number: Comments: Fund Light/Medium Trucks Current Budget Funds Obligated Current Balance Item Cost Budget Adjustment Remaining Budget Project Title $ 235,000.00 1 $ 235,000.00 $ 227,029.00 $ 7,972.00 V20180321 Previous Ordinance or Resolution # Approval Date: CITY OF FAYETTEVILLE ARKANSAS MEETING OF DECEMBER 3RD, 2019 TO: Mayor and City Council THRU: Terry Gulley, Director of Transportation FROM: Sara Glenn, Fleet Operations Superintendent DATE: November 13, 2019 CITY COUNCIL MEMO SUBJECT: Purchase of four Ford trucks for Parks and Water & Sewer RECOMMENDATION: City Council approve the purchase of four new Ford trucks available for a combined total of $227,029.00 through Lewis Ford of Fayetteville, AR; the awarded winner of Bid 19-47, for replacements needed within the Parks and Water & Sewer Departments. BACKGROUND: Bid 19-47 was approved for these purchases on 10/21/2019 by Purchasing. Parks and Water & Sewer have a combined total of four units that are needing replaced due to age and wear and tear. Each of the current units score 15/15 points and have exceeded their life expectancies. DISCUSSION: Fleet recommends the purchase of all four trucks available for the combined total of $227,029.00 through Lewis Ford of Fayetteville, AR for these departments. Through this purchase, Parks will receive two new Ford F550s. One dump body, crew cab truck purchased at $61,800 and one extended cab utility body for $58,302. Water & Sewer will receive one flatbed F350 purchased for $43,362; that also has a tommy lift, and one 4x4 utility body F550 for $63,565. BUDGET/STAFF IMPACT: Sufficient funds have been budgeted and collected for these purchases. This purchase was approved at the November 12' Equipment Committee Meeting. Attachments: Bid Tab 19-47 Lewis Ford's Submitted Bid Mailing Address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 Adft CITY OF �� FAYETTEVILLE ARKANSAS Date of Advertisement: 9. 16.2039 Date of Issue: 9.16.2019 Heavy Duty Trucks' Official Bid Tabulation .tnrrld toed,,,,. Wyo, Bid No. 19-47 Date: 10.10.2019 Time: 2:00 PM lrwis Faro Sales Inc Summit Truck Group Superior Automotive ItemDeicti tion EaM Chassis Cab I Body Extended Price Chassis Cab Body I Extended Price Ch..11 Cab Body Ezce"ded Price i 1:5 To,Diesel, 4 14, Crew Cab, 9; Utility Body (Installed) 1 $ 49,310oO 1 $ 14,255.00 $ .63,565.00 $ 58,000.00$ "Mon - $- 69.800.00 $ 52,101.46 $ 11,590.00 $ 63,691.46 Chassis Cab Make/Model FORD F-5504 x 4Cew Cab - INTERNATIONAL/CVS15 CHEVROLET S:I.v 5500 CC Body Make/Model KNAPEHIEDE 13080 OA1^.$/TA 9 inc. KNAP{3 EIDE CS DUMP 2 1:5 Ton, Diesel, 4 x 4, Crew Cab, 9' Dump Body 1. 5 49,330.00 $ 12,4-- $ 61,800.00 $ 58,0:K3.a1 S 31,050.00 $: :69,050.00 5 52,101.46 5 10,175.00 $ 62,276.46 Chassis Cab Make/Model FORD F•5504 x 4 Crew Cab INTERNATIONAL I CV515 CHEVROLET SILV 5500 CC Body Make/Modef CRYSTEIC E -TIPPER __-- - - KHAPHEIOE/7109054 KNAPHEIDE PCON I2-0 -3 1.5 Tori, Diesel, 4 x 2, Extended Cab, 11' Utility- Body (Installed} 1 $ 45,352.00 $ 12,950.00 $ 581302.00 No Bid No Bid F No 9Id S 49,529.55 S 12,585,00 $ 62,114.55 Chassis Czb Make/Model FORD F-550 4 x 2 Ert Cab No Bld FORD F550'SUPERCAS Body Make/Model STAHL No Bid KNPHEIOE 7106054 .A 1 Ton, Gas, 4 x 4, Single Cab, 12' Flatbed Body (Installed) 1 5 30,J32.o0 5 12.650.00 $ '43,362.00 Nb Bid I.T. o etd. No Bld 5 31.653.60 $ 11.150.00 5 42,833.60 Chassis Cab Make/Model FORTD F-350 4 x 4 Pea {ab No Bid CHEVROLET SILV 35011 R.EG GAB Body Make/Model-CROWNUNE Nc Bid KNAPHEIOE P:.HHr Total Base Bid $ 227,0291%3 $ 138,850.00 -$ 230,916.07 NiBh!igh:ed: Nc.es Cepulaffon rorrcaiens .'o ncE. s d zwzrd's con:mt— aeon vender meeting minimum SPecif-t—, 2nd formal by City.olB6a2s. Fo (,d CITY OF S ARKANSAS I E._ City of Fayetteville, Arkansas Purchasing Division — Room 306 113 W. Mountain Fayetteville, AR 72701 Phone: 479.575.8258 TDD (Telecommunication Device for the Deaf): 479.521.1316 INVITATION TO BID: Bid 19-47, Heavy Duty Trucks DEADLINE: Thursday, October 10, 2019 before 2:00 PM, Local time DELIVERY LOCATION: Room 306 —113 W. Mountain, Fayetteville, AR 72701 PURCHASING AGENT: Adonis Bwashi, abwashi@favetteville-ar.gov DATE OF ISSUE AND ADVERTISEMENT: Monday, September 16, 2019 INVITATION TO BID Bid 19-47, Heavy Duty Trucks No late bids will be accepted. Bids shall be submitted in sealed envelopes labeled with the name and address of the bidder. All bids shall be submitted in accordance with the attached City of Fayetteville specifications and bid documents attached hereto. Each bidder is required to fill in every blank and shall supply all information requested; failure to do so may be used as basis of rejection. The undersigned hereby offers to furnish & deliver the articles or services as specified, at the prices & terms stated herein, and in strict accordance with the specifications and general conditions of bidding, all of which are made a part of this offer. This offer is not subject to withdrawal unless upon mutual written agreement by the Proposer/Bidder and City Purchasing Manager. Name of Firm: 1.ew+5ftlf Inc Contact Person: �a �;c,�L ►�r�n"1l� Title: ivlez"f'� Ca'r��tr a1 lkcaujt 1#an4a ,^ E -Mail: &-fi,'4 1.ewissuner�lare�cnm Phone: 4171- 521, — b909 Business Address: 337.3 N, 06I6& Av( 1 lei 13ox $y3 (1 City: & `fYur 11e_ State: Ar Zip: 727112 Signature: _ ,� �ann;�,a�a1n,�� Date: it — 19 City of Fayetteville, AR Bid 19-47, Heavy Duty Trucks Page 1, of 27 City of Fayetteville Bid 19-47, Heavy Duty Trucks Advertisement City of Fayetteville, Arkansas INVITATION TO BID Bid 19-47, Heavy Duty Trucks The City is seeking bids from qualified vendors for the purchase of multiple heavy duty chassis cab pickup trucks with various style beds. Al.l sealed bids are due byThursday, October 10, 2019 before 2:00 PM, Local Time. All bids are due before the time stated. Late bids shall not be accepted. City of Fayetteville reserves the right to deviate from the estimated purchase quantities. Bids will be opened and read aloud. immediately following the.stated deadline. Bid forms can be downloaded from the City's website at http://fayetteville-ar.pov/bids . All questions should be directed to Adonis Bwashi, (479)-57S-8258, abwashi@favetteville:-ar.gov. The City reserves the right to reject any and all bids and to waive formalities deemed to be in the City's best interest. Pursuant to Arkansas Code Annotated §22-9-203 The City of Fayetteville encourages all qualified small, minority and women business enterprises to bid on and. receive contracts for goods, services, and construction.. Also, City of Fayetteville encourages all general contractors to subcontract portions :of their contract ,to,qualified small,. minority and women business enterprises. City of Fayetteville By: Adonis Bwashi, Purchasing Agent P: 479.575.8258 abwashi@fayetteville-ar.gov TDD (Telecommunications Device for the Deof): (479) 521-1316 Date of advertisement: 09/16/2019. City of Fayetteville, AR Bid 19-47, Heavy Duty Trucks Page 2 of 27 City of Fayetteville Bid 19-47, Heavy Duty Trucks Bid Form DATE REQUIRED AS A COMPLETE UNIT: 120 CALENDAR DAYS FROM DATE OF ORDER F.O.B. Fleet Operations Division, 1525 S. Happy Hollow Road, Fayetteville, AR 72701 �:i ouf ��♦ ,. c � s`.fc+iY Y.i Mt s.,.� nasi{i TOTAL BASE BID: $c7^ •�� ,o m THIS. BID FORM CONTINUES- ON' THE NEXT PAGE. City of Fayetteville, AR Bid 19-47, Heavy Duty Trucks Page 3 of 27 Please specify for Unit Bid fL cc -. Item 1- Chassis Cab Make/Model �;b Item 2 - Chassis Cab Make/Model MAI, F-550 c,,b Item 3 - Chassis Cab Make/Model 550 cab Body Make/Model ..Krmpeloick- -1/07-b Body Make/Model C,[( E Tapper qIJ Body Make/Model R Item 4- Chassis Cab Make/Model foSUy-s5c) �b Body Make/Model. Crawrl%w- ALL BIDDERS SHALL COMPLETE THE "TECHNICAL SPECIFICATION" SECTION WITH BID. FAILURE TO SUBMIT A RESPONSE ON THE PROVIDED "TECHNICAL SPECIFICATION" FORM IN A COMPLETED FORMAT CAN RESULT IN BID REJECTION. Bids shall be submitted on this bid form in its entiretyA. :accompanied by descriptive literature on the products being bid. The City reserves the right to award this bid based on the City's best interest at the time of product order. THIS BI® FORM CONTINUES ON THE NEXT PAGE.. City of Fayetteville, AR Bid 19-47, Heavy Duty Trucks Page 4 of 27 EXECUTION OF BID - Actual specification of any deficient item shall be noted on the bid sheet or separate attachment. If specifications of item bid differ from provided literature, deviation shall be documented and certified by the manufacturer as a regular production option. Upon signing this Bid, the bidder certifies that: 1. 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. 2. Unless otherwise noted and explained, the unit bid and listed meets or exceeds all of these requirements as. specified by The City of Fayetteville. 3. Pursuant Arkansas Code Annotated §2S -1-S03, the Contractor agrees and certifies that they do not currently boycott Israel and will not boycott Israel during any time in which they are entering into, or while in contract, with any public entity as defined in §2S-1-503. If at any time during contract the contractor decides to boycott Israel, the contractor must notify the contracted public entity in writing. 4. The Bidder can and will comply with all specifications and requirements for delivery; documentation and support as specified herein. 5. 1, as an officer of this organization, or per the attached letter of authorization, am duly authorized to certify the information provided herein is accurate and true. 6. Bidder shall comply with all State and Federal Equal Opportunity and Non -Discrimination requirements and conditions of employment in addition to all federal, state, and local laws. 7. Bidder shall disclose any possible conflict of interest with the City of Fayetteville, including, but not limited to, any relationship with any City of Fayetteville employee. Response shall disclose if a known relationship exists between any principal or employee of your firm and any City of Fayetteville employee or elected City of Fayetteville official. If no relationship exists, this should also be stated in your response. Failure to disclose such a relationship may result in cancellation of a purchase and/or contract as a result of your response. V 1.) NO KNOWN RELATIONSHIP EXISTS 2.) RELATIONSHIP EXISTS (Please explain): 8. Bidder will perform the Work in compliance with all applicable trench safety standards set forth in Occupational Safety and Health Administration (OSHA) Part 1926 — Subpart P -- Excavations. 9. As A bidder on this project, you are required to provide debarment/suspension certification indicating that you are in compliance with the below Federal Executive Order. Certification can be done. by completing and signing this form. a. Federal Executive Order (E.O.) 12549 "Debarment and Suspension" requires that all contractors receiving individual awards, using federal funds, and all sub -recipients certify that the organization and its principals are not debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded by any Federal department or agency from doing business with the Federal Government. City of Fayetteville, AR Bid 19-47, Heavy Duty Trucks Page 5 of 27 b. Your signature below certifies that neither you nor your principal is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any federal department or agency. Unsigned bids will be rejected. Items marked * are mandatory for consideration. *NAME OF FIRM: i e-U%s FcA 'T"c Purchase Order/Payments shall be issued to this name *D/B/A or Corporation Name L.ew;S NAIM86 Qnq *BUSINESS ADDRESS: t -"o Box 0830 *CITY: eut I le- *STATE: %BIZ *ZIP: -7A703 *PHONE: lf7q- SIM- 4903 FAX: q—M ` qq3 *E-MAIL: .Q(tPlity, kewv5supee9toM , co M *BY: (PRINTED NAME) fAtPi NCti`�ty�011' *AUTHORIZED SIGNATURE: *TITLE: Flea�f" t- Qbm oiefi�a l t sv-%r Ma AaQe-r R!,A *TAX ID NUMBER -11~ 631). r 9111)lq Acknowledge Addendums: CAGE NUMBER: Addendum No.. ( Dated: 101-08 Acknowledged by: Addendum No. Dated: Acknowledged by: Addendum No. Dated: Acknowledged by: Addendum No. Dated: Acknowledged by: ALL BIDDERS SHALL COMPLETE THE "TECHNICAL SPECIFICATION" SECTION WITH BID. FAILURE TO SUBMIT A RESPONSE ON THE PROVIDED "TECHNICAL SPECIFICATION" FORM IN A COMPLETED FORMAT CAN RESULT IN BID REJECTION. City of Fayetteville, AR Bid 19 -47, -Heavy Duty Trucks Page 6 of 27 City of Fayetteville Bid 19-47, Heavy Duty Trucks General Terms and Conditions 1. SUBMISSION OF BID & BID EVALUATION: a. Bids shall be reviewed following the stated deadline, as shown on the cover sheet of this document. b. Bidders shall submit bids based on documentation published by the Fayetteville Purchasing Division. c. Bids shall be enclosed in sealed envelopes or packages addressed to the City of Fayetteville, Purchasing Division, Room 306, 113 W. Mountain, Fayetteville, AR 72701. The name, address of the firm and Bid, RFP, or RFQ number shall be on the outside of the packaging as well as on any packages enclosed in shipping containers or boxes. d. The City will not be responsible for misdirected bids. Vendor should call the Purchasing Office at 479.575.8258 to ensure correct receipt of bidding documentsrp for to opening time and date listed on the bid form. e. Bidders shall have experience in providing products and/or.services of the same or similar nature. f. Bidder is advised that exceptions to any of the terms contained in this bid must be identified in its response to the bid. Failure to do so may lead the City to declare any such term non- negotiable. Proposer's desire to take exception to a non-negotiable term will not disqualify it from consideration for award. g. Local time is defined as the time in Fayetteville, Arkansas on the due date of the deadline. Bids shall be received before the time as shown by the atomic clock located in the Purchasing Division Office. h. Bids will be evaluated and awarded based on the best interest of the City of Fayetteville. The City reserves the right to award bids in their entirety, none, or by line item. 2. WRITTEN REQUESTS FOR INTERPRETATIONS OR CLARIFICATION: No oral interpretations will be made to any firms as to the meaning of specifications or any other contract documents. All questions pertaining to the terms and conditions or scope of work of this bid must be sent in writing via e-mail to the Purchasing Agent. Responses to questions may be handled as an addendum if the response would provide clarification to the requirements of the bid. All such addenda shall become part of the contract documents. The City will not be responsible for any other explanation or interpretation of the proposed bid made or given prior to the award of the contract. 3. DESCRIPTION OF SUPPLIES AND SERVICES: Any reference to a particular brand or manufacturer is done in an effort to establish an acceptable level of quality for this project. Brands or manufacturers that are included in bid that are of at least equal quality, size, design, and specification as to what has been specified, will be acceptable for consideration only if approved by the City of Fayetteville Purchasing Division. The City of Fayetteville reserves the right to accept or reject any requested equal. City of Fayetteville, AR Bid 19-47, Heavy Duty Trucks Page 7 of 27 4. RIGHTS OF CITY OF FAYETTEVILLE BID PROCESS: In addition to all other rights of the City of Fayetteville, under state law, the City specifically reserves the following: a. The City of Fayetteville reserves the right to select the bid that it believes will serve the best interest of the City. b. The City of Fayetteville reserves the right to accept or reject any or all bids. c. The City of Fayetteville reserves the right to cancel the entire bid. d. The City of Fayetteville reserves the right to remedy or waive technical or immaterial errors in the invitation to bid or in bids submitted. e. The City of Fayetteville reserves the right to request any necessary clarifications, additional information, or data without changing the terms of the bid. S. COSTS INCURRED BY BIDDERS: All expenses involved with the preparation and submission of bids to the City, or any work performed in connection therewith, shall be borne solely by the bidder(s). No payment will be made for any responses received, or for any other effort required of, or made by, the bidder(s) prior to contract commencement. 6. CONFLICT OF INTEREST: a. The bidder represents that it presently has no interest and shall acquire no interest, either direct or indirect, which would conflict in any manner with the performance or services required hereunder, as provided in City of Fayetteville Code Section 34.26 titled "Authority of City Employee to Contract with the City'. L All bidders shall promptly notify Adonis Bwashi, City Purchasing Agent, in writing, of all potential conflicts of interest for any prospective business association, interest, or other circumstance which may influence or appear to influence the bidder's judgment or quality of services being provided. Such written notification shall identify the prospective business association, interest or circumstance, the nature of which the bidder may undertake and request an opinion to the City as to whether the association, interest or circumstance would, in the opinion of the City, constitute a conflict of interest if entered into by the bidder. The City agrees to communicate with the bidder its opinion via e-mail or first-class mail within thirty days of receipt of notification. 7. WITHDRAWL OF PROPOSAL: A bid may be withdrawn prior to the time set for the bid submittal, based on a written request from an authorized representative of the firm; however, a bid shall not be withdrawn after the time set for the bid unless approved by the Purchasing Division. 8. LATE PROPOSAL OR MODIFICATIONS: Bid modifications received after the time set for the bid submittal shall not be considered. Modifications in writing received prior to the deadline will be accepted. The City will not be responsible for misdirected bids. Bidders should call the Purchasing Division at (479) 575-8258 to insure receipt of their submittal documents prior to opening time and date listed. 9. LOCAL, STATE, AND FEDERAL COMPLIANCE REQUIREMENTS: The laws of the State of Arkansas apply to any purchase made under this bid. Bidders shall comply with all local, state, and federal directives, orders and laws as applicable to this proposal City of Fayetteville, AR Bid 19-47, Heavy Duty Trucks Page 8 of 27 and subsequent contract(s) including but not limited to Equal Employment Opportunity (EEO), Disadvantaged Business Enterprises (DBE), & OSHA as applicable to this contract. Pursuant to Arkansas Code Annotated §22-9-203 The City of Fayetteville encourages all qualified small, minority and women business enterprises to bid on and receive contracts for goods, services, and construction. Also, City of Fayetteville encourages all general contractors to subcontract portions of their contract to qualified small, minority and women business enterprises. 10. PROVISION FOR OTHER AGENCIES: Unless otherwise stipulated by the bidder, the bidder agrees to make available to all Government agencies, departments, municipalities, and counties, the proposal prices submitted in accordance with said proposal terms and conditions therein, should any said governmental entity desire to buy under this proposal. Eligible Users shall mean all state of Arkansas agencies, the legislative and judicial branches, political subdivisions (counties, local district school boards, community colleges, municipalities, counties, or other public agencies or authorities), which may desire to purchase under the terms and conditions of the contract. 11. COLLUSION: The Proposer, by affixing his or her signature to this proposal, agrees to the following: "bidder certifies that his or her bid is made without previous understanding, agreement, or connection with any person, firm or corporation making a proposal for the same item(s) and/or services and is in all respects fair, without outside control, collusion, fraud, or otherwise illegal action." 12. RIGHT TO AUDIT, FOIA, AND JURISDICITON: a. The City of Fayetteville reserves the privilege of auditing a vendor's records as such records relate to purchases between the City and said vendor. b. Freedom of Information Act: City contracts and documents prepared while performing City contractual work are subject to the Arkansas Freedom of Information Act. If a Freedom of Information Act request is presented to the City of Fayetteville, the (Contractor) will do everything possible to provide the documents in a prompt and timely manner as prescribed in the Arkansas Freedom of information Act (A.C.A. §25-19-101 et. seq.). Only legally authorized photocopying costs pursuant to the FOIA may be assessed for this compliance. c. Legal jurisdiction to resolve any disputes shall be in Washington County, Arkansas with Arkansas law applying to the case. 13. CITY INDEMNIFICATION: The successful bidder(s) agrees to indemnify the City and hold it harmless from and against all claims, liability, loss, damage or expense, including but not limited to counsel fees, arising from or by reason of any actual or claimed trademark, patent or copyright infringement or litigation based thereon, with respect to the goods or any part thereof covered by this order, and such obligation shall survive acceptance of the goods and payment thereof by the City. 14. VARIANCE FROM STANDARD TERMS & CONDITIONS: All standard terms and conditions stated in this request for bid apply to this contract except as specifically stated in the subsequent sections of this document, which take precedence, and should be fully understood by bidders prior to submitting a proposal on this requirement. City of Fayetteville, AR Bid 19-47, Heavy Duty Trucks Page 9 of 27 15. ADA REQUIREMENT FOR PUBLIC NOTICES & TRANSLATION: Persons with disabilities requiring reasonable accommodation to participate in this proceeding/event, should call 479.521.1316 (telecommunications device for the deaf), not later than seven days prior to the deadline. Persons needing translation of this document shall contact the City of Fayetteville, Purchasing Division, immediately. 16. PROCUREMENT POLICY FOR RECYCLED MATERIALS: The City of Fayetteville wishes to encourage its bidders to use recycled products in fulfilling contractual obligations to the City and that such practices will serve as a model for other public entities and private sector companies. 17. PAYMENTS AND INVOICING: The bidder must specify in their bid the exact company name and address which must be the same as invoices submitted for payment as a result of award of this bid. Further, the successful bidder is responsible for immediately notifying the Purchasing Division of any company name change, which would cause invoicing to change from the name used at the time of the original bid. Payment will be made within thirty days of invoice received. The City of Fayetteville is very credit worthy and will not pay any interest, fees, or penalty for untimely payments. Payments can be processed through bidder's acceptance of Visa at no additional costs to the City for expedited payment processing. The City will not agree to any nonrefundable deposit or retainer that would remain property of the bidder even if the hourly work actually performed by the bidder would not justify such fee. The City will pay the awarded bidder based on unit prices provided on invoicing.. Progress payments will be made after approval and acceptance of work and submission of invoice. Payments will be made within 30 days of accepted invoice. 18. CANCELLATION: a. The City reserves the right to cancel this contract without cause by giving thirty (30) days prior notice to the Contractor in writing of the intention to cancel or with cause if at any time the Contractor fails to fulfill or abide by any of the terms or conditions specified. b. Failure of the contractor to comply with any of the provisions of the contract shall be considered a material breach of contract and shall be cause for immediate termination of the contract at the discretion of the City of Fayetteville. c. In addition to all other legal remedies available to the City of Fayetteville, the City reserves the right to cancel and obtain from another source, any items and/or services which have not been delivered within the period of time from the date of order as determined by the City of Fayetteville. d. In the event sufficient budgeted funds are not available for a new fiscal period, the City shall notify the vendor of such occurrence and contract shall terminate of the last day of the current fiscal period without penalty or expense to the City. 19. ASSIGNMENT, SUBCONTRACTING, CORPORATE ACQUISITIONS AND/OR MERGERS: a. The Contractor shall perform this contract. No assignment of subcontracting shall be allowed without prior written consent of the City. If a bidder intends to subcontract a portion of this work, the bidder shall disclose such intent in the bid submitted as a result of this bid. City of Fayetteville, AP, Bid 19-47, Heavy Duty Trucks Page 10 of 27 b. In the event of a corporate acquisition and/or merger, the Contractor shall provide written notice to the City within thirty (30) calendar days of Contractor's notice of such action or upon the occurrence of said action, whichever occurs first. The right to terminate this contract, which shall not be unreasonably exercised by the City, shall include, but not be limited to, instances in which a corporate acquisition and/or merger represent a conflict of interest or are contrary to any local, state, or federal laws. Action by the City awarding a proposal to a firm that has disclosed its intent to assign or subcontract in its response to the bid, without exception shall constitute approval for purpose of this Agreement. 20. NON-EXCLUSIVE CONTRACT: Award of this bid shall impose no obligation on the City to utilize the vendor for all work of this type, which may develop during the contract period. This is not an exclusive contract. The City specifically reserves the right to concurrently contract with other companies for similar work if it deems such an action to be in the City's best interest. In the case of multiple -term contracts, this provision shall apply separately to each item. 21. LOBBYING: Lobbying of selection committee members, City of Fayetteville employees, or elected officials regarding request for proposals, request for qualifications, bids or contracts, during the pendency of bid protest, by the bidder/proposer/protestor or any member of the bidder's/proposer's/protector's staff, and agent of the bidder/proposer/protestor; or any person employed by any legal entity affiliated with or representing an organization that is responding to the request for proposal, request for qualification, bid or contract, or has a pending bid protest is strictly prohibited either upon advertisement or on a date established by the City of Fayetteville and shall be prohibited until either an award is final or the protest is finally resolved by the City of Fayetteville; provided, however, nothing herein shall prohibit a prospective/bidder/proposer from contacting the Purchasing Division to address situations such as clarification and/or questions related to the procurement process. For purposes of this provision lobbying activities shall include but not be limited to, influencing or attempting to influence action or non -action in connection with any request for proposal, request for qualification, bid or contract through direct or indirect oral or written communication or an attempt to obtain goodwill of persons and/or entities specified in this provision. Such actions may cause any request for proposal, request for qualification, bid or contract to be rejected. 22. ADDITIONAL REQUIREMENTS: The City reserves the right to request additional services relating to this bid from the bidder. When approved by the City as an amendment to the contract and authorized in writing prior to work, the Contractor shall provide such additional requirements as may become necessary. 23. ADD OR DELETE LOCATIONS OR SERVICES: The City reserves the right to unilaterally add or delete locations and/or services, either collectively or individually, at the City's sole option, at any time after award has been made as may be deemed necessary or in the best interests of the City. In such case, the Contractor(s) will be required to provide services to this contract in accordance with the terms, conditions, and specifications. 24. INTEGRITY OF BID DOCUMENTS: Bidders shall use the original bid form(s) provided by the Purchasing Division and enter information only in the spaces where a response is requested. Bidders may use an attachment as an addendum to the bid form(s) if sufficient space is not available on the original form for the bidder to enter a complete response. Any modifications or alterations to the original documents by the bidder, whether intentional or otherwise, City of Fayetteville, AR Bid 19-47, Heavy Duty Trucks Page 11 of 27 will constitute grounds for rejection of such response. Any such modifications or alterations a bidder wishes to propose shall be clearly stated in the bidders response and presented in the form of an addendum to the original bid documents. 25. OTHER GENERAL CONDITIONS: Bidder is presumed to be familiar with all federal, state, and city laws, ordinances, and regulations which in any manner affect those engaged or employed in the Work, or the materials or equipment used, or that in any way affect the Work and shall in all respects comply with said laws, ordinances, and regulations. No claim of misunderstanding or ignorance on the part of Bidder or Proposer will in any way serve to modify the provisions of the contract. No representations shall be binding unless embodied in the contract. b. Prices shall include all labor, materials, overhead, profit, insurance, shipping, freight, etc., to cover the products and services presented. Sales taxshallnotbeincludedinthebidprice. Applicable Arkansas sales tax laws will apply when necessary but will not be considered in award of this project.. c. Each bidder should state the anticipated number of days from the date of receipt of an order for delivery of services to the City of Fayetteville. Bidders must provide the City with their bids signed by an employee 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. e. The City reserves the right to request any additional information it deems necessary from any or all bidders after the submission deadline. The 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 for any costs incurred by bidder in preparation. It shall be clearly understood that any costs incurred by the Proposer in responding to this request for proposal is at the bidder's own risk and expense as a cost of doing business. The City of Fayetteville shall not be liable for reimbursement to the Proposer for any expense so incurred, regardless of whether or not the proposal is accepted. g. If products, components, or services other than those described in this bid document are proposed, the bidder must include complete descriptive literature for each. All requests for additional information must be received within five working days following the request. NOTE: Any uncertainties shall be brought to the attention to Adonis Bwashi immediately via telephone (479.575.8258) or e-mail (abwashi@favetteville-ar.gov). It is the intent and goal of the City of Fayetteville Purchasing Division to provide documents providing a clear and accurate understanding of the scope of work to be completed and/or goods to be provided. We encourage all interested parties to ask questions to enable all bidders to be on equal bidding terms. Any inquiries or requests for explanation in regard to the City's requirements should be made promptly to Adonis Bwashi, City of Fayetteville, Purchasing Agent via e-mail (abwashi@fayetteville-ar.goy) or telephone (479.575.8258). No oral interpretation or clarifications will be given as to the meaning of any part of this request for proposal. All questions, clarifications, and requests, together with answers, if any, will be provided to all firms via written addendum. Names of firms submitting any questions, clarifications, or requests will not be disclosed until after a contract is in place. Any information provided herein is intended to assist the bidder in the preparation of proposals necessary to properly respond to this bid. The bid is designed to provide qualified Proposers with City of Fayetteville, AR Bid 19-47, Heavy Duty Trucks Page 12 of 27 sufficient basic information to submit proposals meeting minimum specifications and/or test requirements, but is not intended to limit a bid's content or to exclude any relevant or essential data. k. Bidders irrevocably consent that any legal action or proceeding against it under, arising out of or in any manner relating to this Contract shall be prevailed by Arkansas law. Proposer hereby expressly and irrevocably waives any claim or defense in any said action or proceeding based on any alleged lack of jurisdiction or improper venue or any similar basis. I. The successful bidder shall not assign the whole or any part of this Contract or any monies due or to become due hereunder without written consent of City of Fayetteville. In case the successful bidder assigns all or any part of any monies due or to become due under this Contract, the Instrument of assignment shall contain a clause substantially to the effect that is agreed that the right of the assignee in and to any monies due or to become due to the successful bidder shall be subject to prior liens of all persons, firms, and corporations for services rendered or materials supplied for the performance of the services called for in this contract. m. The successful bidder's attention is directed to the fact that all applicable Federal and State laws, municipal ordinances, and the rules and regulations of all authorities having jurisdiction over the services shall apply to the contract throughout, and they will be deemed to be included in the contract as though written out in full herein. The successful bidder shall keep himself/herself fully informed of all laws, ordinances and regulations of the Federal, State, and municipal governments or authorities in any manner affecting those engaged or employed in providing these services or in any way affecting the conduct of the services and of all orders and decrees of bodies or tribunals having any jurisdiction or authority over same. If any discrepancy or inconsistency should be discovered in these Contract Documents or in the specifications herein referred to, in relation to any such law, ordinance, regulation, order or decree, s/he shall herewith report the same in writing to City of Fayetteville. 26. INVOICING: All invoices shall be presented to the City with the minimum information listed below. a. City Department that ordered the materials or services b. Order Date C. Delivery date or the date of services d. Name of the City Employee that requested or picked up the goods, materials, or service e. Bid Number that applies to the purchase and invoices. Amounts in the bid shall match invoicing. 27. ATfACHMENTSTO BID DOCUMENTS: N/A City of Fayetteville, AR Bid 19-47, Heavy Duty Trucks Page 13 of 27 City of Fayetteville Bid 19-47, Heavy Duty Trucks Technical Specification ALL BIDDERS SHALL COMPLETE THIS "TECHNICAL SPECIFICATION" SECTION WITH BID. FAILURE TO SUBMIT A RESPONSE ON THIS "TECHNICAL SPECIFICATION" FORM IN A COMPLETED FORMAT CAN RESULT IN BID REJECTION. BIDDING REQUIREMENTS: o NOTICE: THIS SECTION CAN BE COMPLETED ON THE FOLLOWING MANNER: When given a specification option containing a blank (example a. ), bidder shall write a "check mark" or write "yes" indicating yes if the accompanied specification is met. In the event a specification cannot be met, bidder shall indicate so by writing in "no" and writing on the City's bid forms how the specification is not met or how the unit(s) bid differ from what has been specified. Lea ving item blank shall indicate bidder does not meet the Astedspecification and can result in bidder DISQ(JALIFICA TION. o Bidders small NOT sulply warraapers for the City to interpret whether a warrantyr specification is met or not. 1. GENERAL - 1.1 All unit(s) bid shall 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. 2.. MANUFATURER/MODEL - 2.1 Unit(s) bid shall be new, unused, and standard production model asoffered for commercial trade. 3. Item 1-1.5 Ton, Diesel, 4x4, Crew Cab, `9 Utility Body (installed) 3.1 ENGINE: a. 6 Cylinder Turbo Diesel b. `% 300 SAE net horsepower c.y' 660 ft, lbs. of torque d. 110 VAC engine block heater w/exterior plug mounted in or near front bumper 3.2 TRANSMISSION / DRIVETRAIN: a. Six (6) speed electronic automatic- 10 sreA "Tfms b. PTO provision provided c. V Heavy duty transmission oil to water cooler d. V Skid plate 3.3 BRAKES: a. ✓ Hydraulic anti-lock brakes b. Trailer tow package with factory integrated electric brake controller City of Fayetteville, AR Bid 19-47, Heavy Duty Trucks Page 14 of 27 3.4 FRONT AXLE & SUSPENSION: a. V 7,000 -pound capacity rating front driving axle (44) b. V 7,000 -pound leaf spring suspension c. V Heavy-duty double acting shock absorbers 3.5 REAR AXLE & SUSPENSION: a. N/ Limited slip rear axle with a minimum 14,500 -pound capacity rating b. %7 14,500 -pound rated leaf spring type suspension with auxiliary C. V Dual rear wheels d. V Max tow configuration per manufacture specifications 3.6 GROSS VEHICLE WEIGHT RATING: a. V 19,500 -pound 3.7 WHEELS/TIRES: a. V Front — Manufactures standard to meet weight of vehicle; Max Traction tread tubeless steel belted radials. (2) b. V Rear - Manufactures standard to meet weight of vehicle; Max Traction tread tubeless steel belted radials. (4) 3.8 ELECTRICAL SYSTEM: a. ✓ 12 -volt, 130 -amp alternator b. f Two (2) 12 -volt sealed maintenance free. battery c. ✓ Lighting to comply with all state and federal regulations d. Trailer tow lighting e. 7 -pin trailer light connector f f 4 Upfitter electrical switches mounted on instrument panel g. */ Bluetooth,connectivity 3.9 CAB: a. ✓ Conventional type. crew cab b.V Four full cab doors c. r/ Power Windows d. ✓ Power Door Locks e. Power dual trailer tow outside rear view mirrors f. V Adjustable front split bench seat with vinyl cover — individual adjustment for driver and passengers. g. V Full width rear bench seat with vinyl cover h. V Full vinyl/rubber floor covering i. ✓ Full length running boards to allow access to cab openings j. V Tinted glass 3.10 FRAME: a. ✓ Steel channel frame rails painted black enamel b. \,-Cab to Axle (CA) of 60" City of Fayetteville, AR Bid 19-47, Heavy Duty Trucks Page 15 of 27 c. ✓ Painted steel front bumper d.4vr Minimum two (2) front tow eye fully braced to the chassis frame e V Trailer tow package with Frame mounted trailer tow hitch to legally tow rated capacity of vehicle 3.11 FUELTANK: a. N/ Minimum Forty (40) gallon fuel tank b. V Rear tank skid plate 3.12 PAINT: a. ✓ Standard trim - painted white b.. V Grey Interior color 3..1.3 BODY! a.. ✓ 9' Overall Length b- 93" Overall Width qVW%&e. c. V" Sides 16" inside height. d. Tailgate 22" inside height. e.�� 10 -gauge 50,000 psi high tensile steel on all sheet metal. f.✓/ 3/16" 50,000 psi high tensile steel floor constructed of one piece with no seam. 411 g. ✓ 8" depth rear cross sill at tailgate. (o" goo Ruhwl h7i7r Tailgate to open at midpoint in a "Barn Door" fashion I. ✓ Body shall be designed and mounted to obtain minimum floor height for ease.of hand loading. Maximum 10" between chassis frame and bottom of bed flooring. j. V/ -/Main frame rails: 5`' Boxed trapezoidal construction k. V Three inch crossmembers on 12" centers. L V Interior of longsills shall be factory coated with anticorrosion compound prior to VIP; M. V 3" square tubing top rail. 392aX$ °%. n. ✓/ 3" x 3" vertical side braces spaced no more than 28" apart. 611 o. V Two (2) 3" x 3" vertical braces on tailgate. P. t/ 16" length cab protector. f011 .q. Two strobe type beacons, one each side, mounted above and inboard of cab protector. r. ✓ Front bulkhead shall have a plasma cut slotted window or heavy mesh window for rear %visibility from cab. s.v All bed attachments and spacers are to be steel. t.:::�Z Rear body hinge and tailgate hinges shall be equipped with .grease fittings and hardened steel bushings No bt!:...1!9 6cees btu Re*'r u.V Primer to be a minimum of 1.2 mil thickness. v.Body paint and color must be white urethane enamel, matching cab color, minimum of 2.5 mil thickness. 3.14 HOISTJ,WER TAKEOFF: a. V ydraulic 8 -ton Class 20 underbody hoist. b. V Lift cylinder shall not interfere with inside bed floor dimensions City of Fayetteville, AR Bid 19-47, Heavy Duty Trucks Page 16 of 27 C. Muncie "FA" series or Chelsea electrically actuated PTO. �i�de^rAv��L d. PTO and pump shall be configured to allow "roll and dump — tailgating". e. Parker or Muncie direct mount hydraulic pump. f.II hydraulic lines and fittings are to be SAE. g. Hydraulic reservoir fill point must be accessible with bed in lowered position. 3.15 TOOLB XES: a. Install one (1) underbody, lockable tool box each side of vehicle, forward of rear axle. V/ Minimum ground clearance, 16 inches. b.___ . Minimum box dimensions: 36" long x 18" deep x 18" high. c.�Boxes shall have drip rail, full perimeter seals,.and paddle style, slam latches. 3.16 HITCH: a. +/ Install Heavy Duty receiver hitch with combination pintle/ball hitch b.V Entire hitch assembly shall berated at maximum towing capacity of chassis 3.17 BODY frLECTRICAL: a. `/ OEM stop; tail, backup lights mounted in a visible location, well protected from impact fdamage. b.V All body wiring connections shall be waterproof, and wires adequately secured and J�rotected from damage or snagging. "Scotch -Lock" or similar non -water tight connectors J are not acceptable. C.. »>/// Lighting shall comply with all applicable state and federal regulations. 4. Item.2 -1.5 Ton, Diesel, 44, Crew Cab, 9' Dump Body (installed) 4.1 ENGINE: a. ✓ 6 Cylinder Turbo Diesel b._ 300 SAE net horsepower c. 660 ft. lbs. of torque d. 110 VAC engine block heater w/exterior plug mounted in or near front bumper 4.2 TRAN'MISSION / DRIVETRAIN: a. � Six (6) speed electronic automatic 10 5pt4 Wk° -IMS b. ✓ PTO provision provided c. ✓ Heavy duty transmission oil to water cooler cl _ V Skid plate 4.3 BRAKES: a. ✓ Hydraulic anti-lock brakes b._Trailer tow package with factory integrated electric brake controller 4.4 FRONT AXLE & SUSPENSION: a. V/ 7,000 -pound capacity rating front driving axle (44) b. V 7,000 -pound leaf spring suspension City of Fayetteville, AR Bid 19-47, Heavy Duty Trucks Page 17 of 27 c. ✓ Heavy-duty double acting shock absorbers 4.5 REAR AXLE & SUSPENSION: a. ✓ Limited slip rear axle with a minimum 14,500 -pound capacity rating b. 14,500 -pound rated leaf spring type suspension with auxiliary C. v Dual rear wheels d./Max tow configuration per manufacture specifications 4.6 GROSS VEHICLE WEIGHT RATING: a. ✓19,500 -pound 4.7 WHEELS/TIRES: a.� Front—Manufactures standard to meet weight of vehicle; Max Traction tread tubeless steel belted radials. (2) b. Rear Manufactures standard to meet weight of vehicle; Max Traction. tread tubeless steel belted radials. (4) 4.8 ELECTRICAL SYSTEM: a. ✓ 12 -volt, 130 -amp alternator b. ✓ Two (2) 12 -.volt sealed maintenance free battery c; ✓ Lighting to comply with all state and federal regulations d - Trailer tow lighting e.� 7 -pin trailer light connector f. 4 Upfitter electrical switches mounted on instrumentpanel g.+ / Bluetooth connectivity 4.9 CAB: a. ✓ Conventional type crew cab b. V Four full cab doors c. V Power Windows d. Power Door Locks e. ✓ Power dual trailer tow outside rear view mirrors f. ^✓ Adjustable front split bench seat with vinyl cover — individual adjustment for driver and passengers. g. Full width rear bench seat with vinyl cover h. +/ Full vinyl/rubber floor covering i. Full length running boards to allow access to cab openings j. V Tinted glass 4.10 FRAME: a. •✓ Steel channel frame rails painted black enamel b. V Cab to Axle (CA) of 60" c. V Painted steel front bumper d. -/ Minimum two (2) front tow eye fully braced to the chassis frame e. ✓ Trailer tow package with Frame mounted trailer tow hitch to legally tow rated capacity of vehicle City of Fayetteville, AR Bid 19-47, Heavy Duty Trucks Page 18 of 27 4.11 FUEL TANK: a. '-/ Minimum Forty (40) gallon fuel tank b.. N,' Rear tank skid plate 4.12 PAINT: a. V Standard trim -painted white b. r/ Grey Interior color 4.13 BODY: a. �/ e Knapheide or approved equal b. \,,".108" Long c. ✓89" Wide d. i, % r40" Side height e. ' / Two-sided steel construction f. ✓ 12 -gauge minimum safety tread plate floor g. t� Front and rear cross members steel channel floor width h. �/ Intermediate cross members steel channel floor width i. Designed for 60" CA dual wheel, 19,500 GVWR chassis j. V Front corner mount to frame must incorporate spring, rubber cushion, or center pivot to allow for frame flex. 4.14 COMPATMENT LAYOUT (Knapheide or approved equal): a. t,/} 3 compartments each side with one galvanized steel adjustable shelf each compartment b. V 2 Tall forward compartments, both sides /' Drivers side, to have mechanics drawers C. y Short center compartment over wheel well with pull-out shelves, door to open down ward, Drivers side d. Long center compartment over wheel well with pull-out shelves, door to open down /,,'ward, Passenger side e. V Tall drivers side reward compartment f.//' Short passenger side reward compartment g. �/ oor seals to be weather -tight when closed h. V/LED compartment lighting i. t/ Master locking systern 4.15 DOORS - a. ✓ Double panel construction 1" thick panel to panel b.-7 Full length steel hat section reinforcement between panels, spot welded to interior panel and bonded to exterior panel. c. k Bolt on hidden hinges with overlapping door construction I-4;teps Viol 1{ Af'X' 4tkvl. d. (Automotive quality bubble type gasket seal to keep dust and water out of compartment / and prevent metal to metal contact. e. v Corrosion resistant paddle style latches. Must slam latch. f., Adjustable latch striker pins 9. /Over center compressed gas cylinder door closers with internal dampeners on vertically City of Fayetteville, AR Bid 19-47, Heavy Duty Trucks Page 19 of 27 5. rhinged doors h. V Full drip rails and channels to direct water away from compartments 4.16 TAILGATE: a. V Double panel construction b. V Pickup style slam action latch with center release handle 4.17 REAR Bl1,pAPER & HITCH: a.. Slip resistant Safety step bumper b. i/ Folding vise bracket mounted on right rear NoTtb��� a. ✓ Install Heavy Duty receiver hitch with combination pintle/ball hitch b. ✓ Entire hitch assembly shall be rated at or above maximum towing capacity of chassis f4ii-ti R&V4 @_ C8 K 4.18 LIGHTI a.Lighting shall be provided to comply with all applicable state and federal regulations. b.7 � All body wiring connections shall be waterproof, and wires adequately secured and protected from damage or snagging. "Scotch -Lock" or similar type connectors are not / acceptable. C. ✓ Two flush mount yellow and white strobe lights, one each side, integrated into the rear of the body 4:19 PAINT: a: White powder coat process finish electro -statically applied and baked to very hard chip resistant finish. PP'tAA b.. X .Powder coat shall be factory applied by body manufacturer to entire body including but /hot limited to compartment interiors, underbody, and body exterior. c: \/ Body floor and partial interior side walls shall be factory coated with Rhinb=Liner or approved equal coating. • Graphite grey or black color • Slip -resistant texture • Minimum 12" interior side height. Item.3 -1.5 Ton, Diesel, 42, Extended Cab, 11' Utility body (Installed) 5.1 ENGINE: a. ✓ 6 Cylinder Turbo Diesel b. ✓ 300 horsepower c.7 660 ft. lbs. of torque d. V 110 VAC engine block heater w/exterior plug mounted in or near front bumper 5.2 TRANSMISSION / DRIVETRAIN: a. ,/ Six (6) speed electronic automatic W sv"A Ng% b._71 Heavy duty transmission oil to water cooler c. ✓ Skid plate 5.3 FRONT AXLE & SUSPENSION: a. V 7,000 -pound capacity rating front driving axle (4x2) City of Fayetteville, AR Bid 19-47, Heavy Duty Trucks Page 20,of 27 b. J 7,000 -pound leaf spring suspension c7t?g Heavy-duty double acting shock absorbers 5.4 REAR AXLE & SUSPENSION: a. ✓ Limited slip rear axle with a minimum 14,500 -pound capacity rating b. ✓ 14,500 -pound rated leaf spring type suspension w/ auxiliary c.� Dual rear wheels d. Max tow configuration per manufacture specifications e. 5.5 GROSS VEHICLE WEIGHT RATING: a. V 19,500 -pound 5.6 WHEELS/TIRES: a. Front — Manufactures standard to meet weight of vehicle; Max Traction tread tubeless. steel belted radials. (2) b. ✓ Rear - Manufactures standard to meet weight of vehicle; Max Traction tread tubeless steel belted radials. (4) 5.7 ELECTRICAL.SYSTEM: a. V 12 -volt, 200 -amp alternator L).--7 Two (2) 12 -volt sealed maintenance free batteries c. 7 Lighting to comply with all state and federal regulations d.__ Trailer tow package wiring e.7 Integrated electronic trailer brake controller f.� Upfitter electrical switches mounted on instrument panel g. ✓ 80 decibel backup alarm 5.8 CAB: a. Conventional type Extended Cab b Two extended cab doors c. ✓ Vinyl covered seats - individual adjustment for driver and passengers. d.7 Full vinyl/rubber floor covering e.\7 Bluetooth connectivity f. V Power windows g. ✓ Power door locks h. Dual trailer tow outside rear view mirrors i.Full length running boards to allow access to cab openings 5.9 FRAM: a. ,J Steel channel frame rails painted black enamel b. ✓ Cab to Axle (CA) of 84" c.✓ Painted steel front bumper d.� Minimum two (2) front tow eyes fully braced to the chassis frame e. Trailer tow package with Frame mounted trailer tow hitch to legally tow rated capacity of vehicle City of Fayetteville, AR Bid 19-47, Heavy Duty Trucks Page 21 of 27 5.10 FUEL TANK: a. V Minimum Forty (40) gallon fuel tank b. -/ Rear tank skid plate 5.11 PAI NT: a. ✓" Standard trim - painted white b. �i Grey interior color 5.12 BODY: a. Knapheide or approved equal b.� 132" Long c. 94" Wide 40" Side Hight e. 20" Compartment Depth f. 49" Floor Width g. Two-sided steel construction h .:�- 12 -gauge minimum safety tread plate floor i.- Front and rear cross members steel channel floor width j. Vim, Intermediate cross members steel channel floor width k.y Designed for 84" CA dual wheel, 19,500 GVWR chassis I. Front corner mount to frame must incorporate spring, rubber cushion, or center pivot to allow for frame flex. 5.13 COMPS RTMENT LAYOUT (Knapheide or approved equal): a.—y^ 3 compartments. each side with one galvanized steel adjustable shelf each compartment b. V 2 Tall forward compartments, both sides • Drivers side, closest to center compartment, to have mechanics drawers with.various drawer dividers Vendor to work with the City to ensure the proper drawer depths and number of dividers are selected • Passenger side to have 1 shelf c. Short center compartment over wheel well with one pull-out mechanic drawer or similar slide drawer with dividers, doors to open downward, both sides d. Tall rearward compartment, 1shelf per compartment, both sides e.-7 Door seals to be weather -tight when closed f.LED compartment lighting g. Master locking system 5.14 DOOf S: a. Double panel construction 1" thick panel to panel b. -_V"" Full length steel hat section reinforcement between panels, spot welded to interior panel and bonded to exterior panel. c._V Bolt on hidden hinges with overlapping door construction d. Automotive quality bubble type gasket seal to keep dust and water out of compartment / and prevent metal to metal contact. e. !J Corrosion resistant paddle style. Must slam latch. City of Fayetteville, AR Bid 19-47, Heavy Duty Trucks Page 22 of 27 f.Adjustable latch striker pins g. � Over center compressed gas cylinder door closers with internal dampeners on vertically hinged doors h.. Full drip rails and channels to direct water away from compartments 5.15 TAILG E: a. i/ Double panel construction b.� Pickup style slam action latch with center release handle 5.16 REAR UMPER & HITCH: a. --Slip Slip resistant Safety step bumper b. Install Heavy Duty receiver hitch with combination pintle/ball hitch c. Entire hitch assembly shall be rated at or above maximum towing capacity of chassis 5.17 LIGHTI G: all Lighting shall be LED and will comply with all applicable state and federal regulations. b. All body wiring connections shall be waterproof, and wires adequately secured and protected from damage or snagging. "Scotch -Lock" or similar type connectors are not acceptable. 5.18 PAINT' a. V White powder coat process finish electro -statically applied and baked to very hard chip • resistant finish. b. V Powder coat shall be factory applied by body manufacturer to entire body including but ,,,,'not limited to compartment interiors, underbody, and body exterior. c. V Body floor, interior side walls and top of bins shall be factory coated with Rhino -Liner or approved equal coating. • Graphite grey or black color • Slip -resistant texture 6. Item 4 -1 Ton, Gas, 44, Single Cab, 12' Flatbed body (installed) 6.1 ENGINE: a. -8 -cylinder gas engine b. 360 horsepower c 380 -foot pounds of torque 6.2 TRANSMISSION / DRIVETRAIN: a. V Five (S) speed electronic automatic 10 5p,,,A Auto "ti ,%-5 b. V Heavy duty transmission oil to water cooler 6.3 BRAKES: a. V Hydraulic anti-lock brakes b. ✓ Trailer tow package with electric brake controller. Controller shall be factory integrated. 6.4 FRONT AXLE & SUSPENSION: a. ✓ 4,800 -pound capacity rating front driving axle (44) City of Fayetteville, AR Bid 19-47, Heavy Duty Trucks Page 23 of 27 b. 4,800 -pound. suspension c. ✓ Heavy-duty double acting shock absorbers d. ✓ Front skid plate 6.5 REAR AXLE & SUSPENSION: a. ✓ Limited slip rear axle with a minimum 9,000 -pound capacity rating b. I ✓ 9,000 -pound rated leaf spring type suspension with auxiliary c. `✓ Dual rear wheels d. '✓ Max Tow Configuration per manufacture specifications 6.6 GROSS VEHICLE WEIGHT RATING: a. V 12,000 -pound 6.7 WHEELS/TIRES: a. ✓ Front — Manufactures standard to meet weight of vehicle; Max Traction tread tubeless steel belted radials. (2) b. ✓ Rea.r- Manufactures standard to meet weight of vehicle; Max Traction tread tubeless steel belted radials.: (4) 6.8. ELECTRICAL SYSTEM: a. 12 -volt, 130 -amp alternator b. / Lighting to comply with all state and federal regulations c.. ✓ Trailer tow lighting d 7 -pin trailer light,connector e. ✓ 4 Upfitter electrical, switches mounted on instrument panel f.Ne/ Bluetooth connectivity 69 LIGHTING: a. ✓ Yellow and white strobe li hts to be flush mounted on both sides and rear of bed b. v/ Yellow strobe FEDERAL SINAL CORPORATION® Part# MPS1200U-WA lights to be mounted in the front grill c. ✓ Lighting to comply with all state and federal regulations 6.10 CAB: a. ✓ Conventional single cab b. ✓ Two full cab doors c.__N,/ Adjustable front bench seat with vinyl cover d. ✓ Seat belts for three (3) passengers e. ✓/ Full vinyl/rubber floor covering f. Power Dual extendable trailer tow outside rear view mirrors g.::V Tinted glass h. V Power windows i. V Power locks 6.11 FRAME: a. ✓Steel channel frame rails painted black enamel b. \./Cab to Axle (CA) of 84" City of Fayetteville, AR Bid 19-47, Heavy Duty Trucks Page 24 of 27 c, ✓ Painted steel front bumper d. Minimum two (2) front tow eye fully braced to the chassis frame 6.12 FUELTANK: a. \// Minimum Forty (40) gallon fuel tank b. 1.7 Rear tank skid plate 6.13. BODY: a.-- 12 -Feet in length b.: 15 -Inch hinged drop down side stake racks c. V / 1,500 -pound capacity overcab material rack d.�_f Reinforced bulkhead with screen window e. --V Integrated tie downs two (2) on each side of bed f.Y/ Two (2) toolboxes mounted under body, one on each side 9.Tommy Gate G2 Series for Flatbeds or equal h. 100 -gallon Fuel tank with metered pump and hose reel mounted near bulkhead 6.14 PAINT: a. "/Standard trim paintedwhite b. \/* Interior color to be gray 7. WARRANTY 7.1 The cab and chassis will be warranted for 3 years/36,000 miles or the manufacturer's standard warranty, whichever is greater. 7.2 The chassis powertrain will be warranted for 5 years/60,000 miles or the manufacturer's standard warranty,. whichever isrg eater. 7.3 The utility sign body and crane will be warranted for 1 year or the manufacturers standard warranty, whichever isrg eater. 7.4 Body warranty against. corrosion, hinges, and latches shall be 6 years minimum. 7.5 Warranty shall include all parts, labor, and transportation of parts to the location of the warranty service center 7.6 Successful vendor shall be responsible for warranty administration of entire completed unit. 7.7 Eachyte shall be delivered with the following warranty documents which shall be placed into effect upofirst day of final acceptance of each unit: a. anufacturer's warranty which shall be honored at any local manufacturer -authorized dealership. b. Manufacturer's warranty shall be provided for each supplemental unit mounted on and delivered with each primary unit. City of Fayetteville, AR Bid 19-47, Heavy Duty Trucks Page 25 of 27 8. STANDARDS 8.1 Each unj shall meet or exceed the following applicable standards: a: Current State and Federal DOT Regulations b.YAA ccupational Safety .and.Health Administration (OSHA) Standards c,_rkansas State Highway Commission Regulations regarding vehicle markings, lighting and reflectors 9. DELIVERY/DOCUMENTATION 9.1 All units shall be delivered FOB Destination to the City's Fleet Operations facility, located at 1525 S. Happy:Hollow Road, Fayetteville, AR 72701, for compliance review and final acceptance. 9.2 Delivery all include the following documents as a minimum: a. Dealer invoice: b.�arts Manual c. ervice Manual d. _//AA dometer statement e. A list of :all required service filters with part numbers. f. A; list of all required service fluids and lubricants with -part numbers and generic specifications. 9.3 Unit shall be fully assembled, serviced, and ready for operation as delivered. 10. MANUALS 10.1 The succ sful. bidder agrees to furnish each of the following list of manuals: a. perator's Manual -one file copy p/us one copy for each .unit purchased. b. ho aintenance Repair Manuel (paper or electronic format acceptable) c. its (OEM) Manual — one copy (Paper or electronic format acceptable) d. I Current copies of parts and service manuals previously provided by vendor will satisfy this requirement 10.2 Payment(s) may be held until all manuals and certifications are delivered to the City of Fayetteville Fleet Operations Division 11, SUPPORTSERVICES 11.1 Repair Parts inventory — a stock of standard repair parts for units bid must be available for immediate delivery to the City of Fayetteville from the bidder's service inventory. A full. stock of all repair parts must be available for shipment within 24 hours of parts requests. Parts inventory availability will be considered in the purchase decision. 11.2 Maintenance Service — Fully trained maintenance personnel shall be available for service within City of Fayetteville, ISR Bid 19-47, Heavy Duty Trucks Page 26 of 27 twenty-four (24) hours of repair requests. This shall include warranty service. 11.3 Locals "icing :Dealers previous performance will be used in the determination of their ability to axle ately support parts & service required for this (these) unit(s). a. City of Fayetteville, AR Bid 15-47, Heavy Duty Trucks Page 27 of 27 From: Adonis Bwashi-479.575.8258—abwashi@favetteville-ar.gov CITY OF RE: Bid 19-47, Heavy Duty Trucks FAYETTEVILLE ARKANSAS This addendum is hereby made a part of the. contract documents to the same extent as though it were originally included therein. Bidders should indicate their receipt of same in the .appropriate blank of the Bid Form. BIDDERS SHOULD ACKNOWLEDGE THIS ADDENDUM ON THE DESIGNATED LOCATION ON THE BID FORM. 1. Amendments on Specifications: • The Description on Page 3 for Items 1 and 2 should be swapped: o Item#1: 1:5 Ton, Diesel, 4x4, CrewCab,9' Dump Body (installed) o Item #2: 1.5 Ton, Diesel, 40, Crew Cab,9'Utility Body (installed) • On page 14 the description is also wrong: should be Item #1: 1.5 Ton, Diesel, 40, CrewCab,9' Dump Body (installed) • Page 17, 3.14C — Will also except. Electric over hydraulic, power up/power down All Page 17 the description is also wrong: should be Item #2: 1.S Ton, Diesel, 44, Crew Cab,9'Utility Body (installed) • Page 22, 5.13A should say 4 compartments • Page 25, 6.13A will accept 11'6" in length • Page 25, 6.13B Drop down sides must fold down 180 degrees • Page 25, 6.13C will accept 1,000 -pound capacity over cab material rack • Page 25, 6.13G add that if not using Tommy Gate G2 specifically, then it needs to meet: 0 1600 lbs weight.capacity or greater o Load area should be 87x35 inches o Taper of 6 inches o Steel construction 2. The following picture is clarification for Section 6.13, Line b. - 15 -Inch hinged drop-down side stake racks. Telecoarimunications Device for the Deal, TDD W9; 521-1316 113 West Mountain - Payetteville, AR 72701 ' •� - ��� t'l:�� ::1,14:• •`�� �,�.' �^� ter..-_ t I � ^-••- •- � .."."• i The upper tool boxes are not required, but from the picture the sides can be lowered so that materials can be loaded. I t v 0f •r{1yetIevii1e, AF 8-; i1. +ddE: nduITi 1 2I2 Ielecommuniclitions EXvice for the Deaf TDD(479)521-1316 113 \Vest Mountain - Fayettevilie, AR 72701 or