Loading...
HomeMy WebLinkAbout72-21 RESOLUTION` OF f1.YETTE. �! D 4 �''KA NSPS 113 West Mountain Street Fayetteville, AR 72701 (479) 575-8323 Resolution: 72-21 File Number: 2021-0115 ARKANSAS MUNICIPAL EQUIPMENT: A RESOLUTION TO AUTHORIZE THE PURCHASE OF AN AUGER -STYLE SIDE LOAD REFUSE TRUCK FROM ARKANSAS MUNICIPAL EQUIPMENT, INC. IN THE AMOUNT OF $294,205.65, 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 an auger -style side loader refuse truck from Arkansas Municipal Equipment, Inc. in the amount of $294,205.65, pursuant to a Sourcewell Cooperative Purchasing Contract, for use by the Recycling and Trash Collection Division. PASSED and APPROVED on 3/2/2021 Page 1 Attest: O ••�,G • AYE Az Kara Paxton, City Clerk Treasutj} ' .Ik S •.•' - y . glvsA ,�y ,ON'�ro• 110 Printed on 312121 City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville, AR 72701 (479) 575-8323 r- Text File ® 1 J File Number: 2021-0115 Agenda Date: 3/2/2021 Version: 1 Status: Passed In Control: City Council Meetinq File Type: Resolution Agenda Number: A.5 ARKANSAS MUNICIPAL EQUIPMENT: A RESOLUTION TO AUTHORIZE THE PURCHASE OF AN AUGER -STYLE SIDE LOAD REFUSE TRUCK FROM ARKANSAS MUNICIPAL EQUIPMENT, INC. IN THE AMOUNT OF $294,205.65, 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 an auger -style side loader refuse truck from Arkansas Municipal Equipment, Inc. in the amount of $294,205.65, pursuant to a Sourcewell Cooperative Purchasing Contract, for use by the Recycling and Trash Collection Division. City of Fayetteville, Arkansas Page 1 Printed on 31212021 City of Fayetteville Staff Review Form 2021-0115 Legistar File ID 3/2/2021 City Council Meeting Date - Agenda Item Only N/A for Non -Agenda Item Sara Glenn 2/10/2021 FLEET OPERATIONS (770) Submitted By Submitted Date Division / Department Action Recommendation: A resolution to authorize the purchase of an auger -style side -load refuse truck using Sourcewell Cooperative Contract # 091219-NWY pricing in the total amount of $294,205.65 through the dealer, Arkansas Municipal Equipment. Budget Impact: 9700.770.1920-5802.00 Shop Account Number 02082.2021 Project Number Budgeted Item? Yes Fund Recycling and Trash Vehicles Project Title Current Budget $ 1,522,000.00 Funds Obligated Current Balance �$ 1,522,000.00 Does item have a cost? Yes Item Cost $ 294,205.65 Budget Adjustment Attached? No Budget Adjustment Remaining Budget $ 1,227,794.35 V20180321 Purchase Order Number: Previous Ordinance or Resolution # Change Order Number: Approval Date: Original Contract Number: Comments: _CITY OF FAYETTEVILLE ARKANSAS MEETING OF MARCH 02, 2021 TO: Mayor and City Council THRU: Terry Gulley, Director of Transportation FROM: Sara Glenn, Fleet Operations Superintendent DATE: February 10, 2021 CITY COUNCIL MEMO SUBJECT: Purchase of one (1) auger style Side -Loader for RTC. RECOMMENDATION: Council approves the purchase of an auger -style side -load refuse truck using Sourcewell Cooperative Contract # 091219-NWY pricing in the total amount of $294,205.65 through the dealer, Arkansas Municipal Equipment (AME) and to agree to a contract with AME. BACKGROUND: Unit 4022 is a 2014 Side -Load refuse truck that has 14.8/15 points and has exceeded its life expectancy. DISCUSSION: A side -load refuse truck with an auger system is available off the Sourcewell Cooperative Purchasing Agreement for $294,205.65 through the dealer, Arkansas Municipal Equipment. Staff requests that the mayor and city clerk sign a contract with this vendor for this purchase. BUDGET/STAFF IMPACT: Sufficient funds have been budgeted and collected. This item was approved at Equipment Committee on February 09, 2021. Attachments: Quote from Arkansas Municipal Equipment. Contract with AME for 1 side load - Final with Exhibits A-C Mailing Address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 Quote Arkansas Municipal Equipment 14263 Highway 2/U west Doyen, Arkansas /2128 501 425 1567 ** danielellison@yahoo.com ** To: City Of Fayetteville AR 1525 S Happy Hollow RD QUOTE:#FAYARPBRP221 Fayetteville AR 72701 Sourcewell Member# 34143 Date: Febuary, 2nd 2021 AR Dealer # M 8116 Sorucewell Contract # 1 12014-NWY Qty Description 1.00 2022 Peterbilt 530 Per Bid Spec 27yd New Way Roto Pac Per Bid Spec Delivery Date No Later Than 12-31-2021 If We Have A Purchase Order By 4--1-2021 1.00 ATD Discount Daniel Ellison Phone: 501 425 1567 Email: danielellison@yahoo.com www.ametrucks.com Each Total $ 296,512.78 $ 296,512.78 $ (2,307.13) $ (2,307.13) Subtotal $ 294,205.65 Sales tax Freight Total $ 294,205.65 Supplemental Warranty Agreement between the City of Fayetteville, Arkansas and Arkansas Municipal Equipment, Inc. for the Purchase of One (1) Side Loading Trash Truck City staff is recommending Fayetteville City Council approval of a Resolution authorizing a contract with Arkansas Municipal Equipment, Inc. for the purchase of one (1) side loading trash truck. In addition to the terms contained in the Sourcewell cooperative purchasing agreement, the City of Fayetteville ("City") requires Arkansas Municipal Equipment, Inc. CAME") to agree to the following additional specifications, guaranties, and warranties: 1. AME shall work with the City's local Peterbilt vendor, The Larson Group, to obtain a Peterbilt 520. Specifications for the truck are attached as Exhibit A and incorporated herein by reference. YES 2. The New Way Roto Pac 27-yard body shall have the alterations as promised by Scott Rupiper on his visit Tuesday, January 19, 2021 to match the changes that Oregon City, Oregon has made to the arm of their trucks. These alterations are described and set forth in Exhibit B and incorporated herein by reference. , YES 3. Other general specifications are described and set forth in Exhibit C and incorporated herein. In case of any conflict, inconsistency, or ambiguity in the specifications contained in the exhibits, the specifications set forth in Exhibits A and B shall control over the general specifications contained in Exhibit C. YES 4. The completed vehicle, meeting all specifications, including the alterations to the arm described in Exhibit B, shall be delivered to the City's Fleet Operations Division located at 1525 Happy Hollow Rd. Fayetteville, AR no later than December 31, 2021. YES 5. The City shall be given a sixty (60) day test period in which to determine compliance with all of the specifications. YES 6. If AME fails to deliver the vehicle on time or fails to provide a vehicle that meets all specifications, the City shall have the right to immediately cancel and terminate the City's contract with AME for the purchase of the side loading trash truck and all agreements and obligations, either in this supplemental warranty agreement or any other contract document related to this transaction shall be null and void. Such right of termination shall be exercised by the City by written notice given to AME within the sixty (60) day test period. YES 7. AME acknowledges that it has received sufficient consideration for this supplemental warranty agreement. ARKANSAS MUNICIPAL EQUIPMENT, INC. By: Pa ,eW Daniel Ellison, President Date: 2-2-2021 THE CITYAW FAYETTEVILLE, ARKANSAS 'S I Date:_ iR, N 1 1 . Mayor Attest: ,�Jjjjl tIrr����� I By: G��RK Tq�_,9ate: 2 Kara Paxton, City Clerk/$'"ur rY 0; - FAyfTIE� ��_ �q S ���'�ON CO0� -0- Exhibit A — Peterbilt Sourcewell Contract #060920-PMC Vendor to be: The Larson Group, Shawn Smith, ssmift2tlgtrucks.com 479-567-6459 Cab and Chassis to be a Peterbilt 520 with the following specifications: ENGINE: a. X Cummins model ISL 370 HP 1250 ft lbs. torque b. 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 Compression type Engine Brake System e. X Two speed, cooling fan for frequent stops f. X Trash Guard over turbo charger and all exposed exhaust components to keep trash out TRAN S M I S S I ON/D RI V E TRAIN BRAKES a. X 6 speed Allison automatic model 4500 RDS b. Push button gear selector C. Auto neutral programming provided, when released, go back to drive d. Over speed control connected to Transmission to cut off PTO over 30 mph 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. 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. STEERING a. X Right hand drive b. T_ Hydraulic power steering C. X Standard steering wheel d. Ergonomic/adjustable steering wheel position e. x Stops adjusted for maximum steering angle FRONT AXLE & SUSPENSION a. x 20,000-pound axle capacity rating b. x 20,000-pound leaf spring suspension C. x Steel/iron hubs for frequent stops and heavy loads d. x Wide track front axle for improved turning radius REAR AXLES & SUSPENSION a. " 46,000-pound rated suspension b. X HaulMaxx HM460 suspension C. X Dana, Eaton or Meritor tandem heavy wall axles with a combined rating of 46,000-pound d. 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 GROSS VEHICLE WEIGHT RATING a. x 66,000 Pounds GV WR WHEELS / TIRES a. " 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 11 R x 22.5 tubeless steel X belted radials rated for maximum traction. ELECTRICAL SYSTEM CAB FRAME X a. 12-volt, 160-amp alternator b. x Three (3) 12-volt sealed maintenance free batteries 2190 CCA C. x Forward facing DVR with removable SD card d. Intermittent windshield wipers w/electric washer pump and reservoir e. x LED Lighting to comply with all state and federal regulations f. x All circuit loads shall be controlled by a 2-post battery shut off located next to battery box g. x Junction box located in cab for electrical accessories; two-way radio, GPS, etc. h. 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. a. X Low entry forward tilt cab over engine b. x Tilt cab with hydraulic and air assist c. x High back air suspension seat both sides d. x Bluetooth connectivity e. " Factory installed air conditioning f. x Single pull -down, retractable sunshade g. x Dual west coast type mirrors, heated, motorized remote adjustable, up/down in/out with 8" bolt on heated spot mirrors h. x Air horn right side i. x OEM installed AM/FM Radio j. � Tinted glass k. Automatic windows to bottom of window frame X a. Frame rails: steel channel painted black, assembled with Huck fasteners b. x 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 Coordinate chassis and body to provide best location (except for stated mounting locations) of frame mounted tanks and accessories. 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 preferred. PTO PLACEMENT COLOR: a. X PTO driven duel piston pumps. One for body functions and one for arm functions a. " Exterior color — White polyurethane enamel b. " Interior color -Grey Exhibit B — New Way Sourcewell Contract #091219-NWY Vendor to be: Arkansas Municipal Equipment, Daniel Ellison, danielellisongyahoo.com Body to be a New Way Rotopac with the following specifications: YES Lift arm modifications to the standard arm to match the changes that Oregon City, Oregon has made to the arm of their trucks, as follows: a. x Greaseable roller to replace the outer wear pad that slides on the outer section of the arm. This is located just in front of the body. b. x Claw bushings replaced with greaseable bearings Exhibit C — New Way Sourcewell Contract #091219-NWY Vendor to be: Arkansas Municipal Equipment, Daniel Ellison, danielellisonkyahoo.com Body to be a New Way Rotopac with the following specifications: BODY CONSTRUCTION: X a. Twenty-seven (27) cubic yard capacity of body and tailgate excluding hopper X b. Body sides shall taper front to rear to facilitate unloading X c. Sidewall to be 12-gauge A 1011, 80,000 psi x d. Floor to be 3/16" AR100 100,000 psi X e. Roof shall be 12-gauge A-715 GR 80F high tensile steel, 80,000 psi X f. Body shall be all welded construction and liquid tight up to 40" inside body X g. Sides, front and rear to be reinforced for strength requirements X h. Reinforcement design and characteristics dependent upon construction methods used, must be certified to meet the specified compacting requirements without body distortion X i. Entire body must be completely cleaned (ex. dirt, oil, slag, etc...) prior to priming. X j. Body paint and color must be white urethane enamel. Minimum 2.5 mil thickness. X k. Body will have a two (2) year complete warranty to include all switches, valves and controls that work body x 1. Curb side ladder at hopper X m. Outside width not to exceed 96" X n. Height above frame 110" maximum REAR TAILGATE: a. x Hinged above roofline, lifted and locked by double acting hydraulic cylinders b. " 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 watertight seal f. X Tailgate to be 12-gauge ASTM A715 80,000 psi g. x Tailgate shall have safety prop h. x Manual control valve located in cab to prevent accidental activation X i. 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. 1ull J, aWJ ' : 4:iU.A k. x Camera mounted to rear tailgate center to work when reverse is selected. a. x Five (5) cubic yard capacity of hopper b. X Hopper floor'/4" Hardox 400 replaceable liner c. x Hopper bottom shall be rounded'/4" 50W resistant steel d. x Hopper shall have three (3) '/2" X 1 '/z" flat Hardox guiding bars e. x Hopper shall have a material displacement rate of seven (7) cubic yards per minute 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. " 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 X b. _ PTO driven duel piston pumps. One for body functions and one for arm functions X C. Body function pump shall be: 10.6 gpm max @ 3700 psi @ 700 rpm X d. _ 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 X 1. All tubing and hoses shall be securely clamped to prevent vibration, abrasion, and snagging. in. X System shall be capable of continuous operation at 100 F. degrees ambient temperature, without external coolers BODY LIFT: 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 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 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. X h. Control pane must be interlocked with manual override to prevent accidental opening i. X Light and audible alarm to indicate when body is raised 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 LIFT ARM & GRIPPER: a. X Arm and gripper to be hydraulically operated and controlled by joystick in cab X b. Joystick shall be conveniently located to the left of the operator CONTROLS 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. " 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 g. x 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 1. 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 X o. 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 S. x Modifications to the standard arm to match the changes that Oregon City, Oregon has made to the arm of their trucks. a. " 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 level f. x Bed lift and tailgate shall be operated by switches located in control console X g. _ 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 X i. _ Indicator light in console shall warn of emergency stop activation j. x Tailgate lift shall be activated from the control console. Safety lock shall prevent accidental activation. k. x Audible alarm and console mounted warning light will indicate tailgate is open and/or unlocked 1. x Audible alarm and console mounted warning light will indicate bed not fully seated down BODY ELECTRICAL: a. x Lighting shall comply with requirements of FMVSS#108. b. " 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 -watertight 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 dump position. x o. Side body mounted camera (SV — 620 or equal) to show container at curb P. x Left side, mirror mounted camera to view traffic. ACCESSORIES: x a. _ Toolbox mounted left side underbody: 18" h. x 18" d. x 24" 1. 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 lb ABC fire extinguisher to be frame mounted next to toolbox X 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 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 COLOR: a. x Exterior color — White polyurethane enamel Z WARRANTY- 2.1 xYes No Cab and chassis will be warranted for 3 years/ 15 0,000 miles or the manufacturer's standard warranty, whichever is rg eater. 2.2 X Yes No Engine, drive train and axles will be warranted for 5 years/200,000 miles or the manufacturer's standard warranty, whichever is greater. 2.3 x Yes No Engine to include injectors, turbo, DEF system and drive axles shall be warranted for 5 five years/ 200,000 miles or the manufacturer's standard warranty, whichever is areater. 2.4 xYes No Allison transmission shall be warranted for five (5) years 2.5 X Yes No Refuse Body, Accessories, Paint and Installation will be warranted for 2 years or the manufacturer's standard warranty, whichever is greater. 2.6 x Yes No 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. 2.7 XYes No Warranty shall include all parts, labor, and transportation to the location of the warranty administrator. X 2.8 Yes No Vendor shall be responsible for warranty administration of entire unit. 2.9 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: YES a. Manufacturer's warranty which shall be honored at any local manufacturer -authorized dealership. YES b. Manufacturer's warranty shall be provided for each supplemental unit mounted on and delivered with each primary unit. YES c. Enter a yes or no on each warranty line (5.1-5.8). 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. YES 3. STANDARDS - 3.1 Each unit shall meet or exceed the following applicable standards. YES a. Environmental Protection Agency's Exhaust Emission Standards (EPA). YES b. Occupational Safety and Health Administration Standards (OSHA). YES c. Arkansas State Highway Commission Regulations regarding vehicle markings, lighting and reflectors 4. DELIVERY/DOCUMENTATION- 4.1 All units are to be delivered F.O.B. to the City's Fleet Operations facility, located at 1525 S. Happy YES Hollow Road, Fayetteville, Arkansas 72701, for compliance review and final acceptance 4.2 Delivery shall include the following documents as a minimum: YES a. Manufacturer's Certificate of Origin YES b. Odometer statement YES c. Dealer invoice YES d. A complete list with part numbers of all service filters and other regular preventive maintenance supplies. YES 4.3 Units must be fully assembled, serviced, and ready for operation as delivered. S. MANUALS - 5.1 The successful bidder agrees to furnish one (1) set each of the following list of manuals: YES a. Operator's Manual (1 file copy plus one (1) copy for each machine purchased) YES b. Service Manual (Paper or Digital format) YES c. Parts Manual (Paper or Digital format) 5.2 Payment(s) may be held until all manuals and certifications are delivered to the City of Fayetteville Fleet Operations Division. 6. TRAINING - 6.1 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. YES a. 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. YES b. Maintenance Training (REQUIRED) - This training shall be designed to instruct qualified mechanics in techniques and procedures that are needed to understand the repair and YES maintenance of new unit model supplied. The factory shall provide 8 hours of training to the City of Fayetteville techs in a classroom and shop environment. 7. SUPPORT SERVICES - 7.1 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 considered in the purchasing decision. YES 7.2 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. YES 7.3 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. YES