Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
65-90 RESOLUTION
RESOLUTION NO. 65-90 A RESOLUTION AWARDING BID i90-10 TO WILLIAMS FORD TRACTOR FOR PURCHASING TRACTOR/MOWER EQUIPMENT. BE TT RESOLVED BY THE BOARD OF DIRECTORS OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1. That the Mayor and City Clerk are hereby authorized and directed to execute a contract with Williams Ford Tractor in the amount of $89,261.00 for purchasing tractor/mower equipment. A copy of the contract authorized for execution hereby is attached hereto marked Exhibit "A" and made a part hereof. PASSED AND APPROVED this 17th day of April ATTEST: B : APPROVED: 1990. i a"o r • o Q F n lLl W N 1r Q J H to j N Z W Z < W Z <OJ LL o3W n r. -mow LL 0 z BID BONO REQUIRED PERFORMANCE. BOND REQUIRED YES D NO El • TABULATION OF BIDS 0 W 0 LL i • • 1Z C •i z II x 0 F c' t 1 I � E 1 a a F • c. `" I C a \ 2 o 0 • 'r rn r` x o o of CO vp N --c c • C A c c x • m o 0 O C .;. N - C \• L 0 0 • x cv V' 10 c 0 co in cc n - 0 0 • a n a1 L^ r - F F, a` c rn x i _ i" •i a. 3 0 ar \ C a 0 c c n c -4 r a) a\ c I a c C cr Cr. EI a 0 O • 0 N c C ., a - "' rn •= I L a E L a F .` CC 7i o O A r a O O co rn r ¢ 7 c c o In 01 co o O 0) a N F 1-2CC c c O cr 10 I-- 1• < E C a _ :i F H L 3.099.00 0 0 a v n rn 3.290.00 — — r. — c 3172_.00 cc 7 C a E- 7 ii:. L 3 •_ Ulf VOL C 00.666 OT •s Vn' 7 -11 -rt 0 W 7 o 0 L.1 N l0 c c C V U - --1 0 O O d rt -+ I 0 Z I - Li LL a S 0 1 0 a O '-W Qo V 2 > "0 " O Qo O z > 'C l•' (. 0o O z > Kc "' L: Go V z > FXr COSr_. UNI GOUANT rnsr EXr COSI' 0000 - 0 a > EXT COST UNI 10UANr COST Eur COSr Qo 0 2 > XC u' (. 40 " U 2 > EXE COST I ' ¢ 4 BIDDER. WTIiT.TAMS FORD ADDRESS TR AC TOR FAYE.TTEVII.LE AR [ DDER. WTLI, TAMS FORD ADDREssTRAC TOR FAYETTEV __ A' B:PDER. YARNALI, TRACTOR ADDRESS CASSVI LLE ooRE sCASSVLLLE MO BIDDER CHRISTIAN EQUIP ADDRESS FAYETTEVILLE AR RDDER DAUCHTERTY EQUIP ADDRFSSFAYETTEVILLE AR B DDER ADDRESS BIDDER: BAKER EQUIP ADDRESS FAYETTEVII,LR AR DIDDCR ADDRESS. BID AWARD SUMMARY: d d d o d a a a a a a o 0 0 0 F.w .$i• 2 w 4 2 n t-01 W W N JCC Q J F (0 jNZ W=Y Z Q Q oo J LL 2 0 t ,- uJ HAY U Q LL BID BOND REQUIRED PERFORMANCE BOND REQUIRED 000 O S TABULATION OF BIDS DATE OPENED 0 O DESCRIPI.ON orilf X W ITEM 10 REAR MO.NT k " 1,049.00 C C C C kC 0 N O H (9 O O C 111 C E H O C N N N C C C (C N c ITEM 9 FRONT END LOADER 0 c m C CC N 3,349.00 C c to N 0 M' a Z 0 c r7 is M < W� 0 c if Cr c1 C r C c • LT (n (r re. WNJ]OW HV2d 8 mil E E L Y. s 4 E — o Co o u1 c 1 Lo C C v 4 N N c 0 c CO CO %c to N CO r• r b < 0 0 O O � CT MCO rn 0 < 0 O 0 r Co C O V r r 6 ITEM 7 62 PTO - 1-4 q CF�{ r. .� 0 0 0' C` a. 0 0 c c 0 cc r. 0 0 0 0 N r- r. z \ 0 0 .-I, C C c .t r r. 19,259.00 Al: .-I N CO .-i V' -- lO W MTD -MOUNT FTNTSFI MCTWF:R N/B 1.444-00 2,888.00 1.500.00 0 O 0, 0 0 i \. Z c c /" ( N r 2,466.00 0 0 L') v -+ c 0 C tr rn r• QO u z UNIT/OMNI COST WUQ u C E.; z y0 u Z_ Qo u wocc u �u z Kc Wu BIDDER ADDRESS. BIDDER W FORD ADDRESS: BIDDEN W FORD ADDRESS BIDDER YARNALL ADDRESS BIDDER TOM CHRISTIAN ADDRESS BIDDER DA[JGHTERTY EQUIP ADDRESS. BIDDEN ADDRESS BIDDER: BAKER ADDRESS: BIDDER. ADDRESS BID AWARD SUMMARY: PUIH,NASING 014 !CEA CERTIFIED BY a Q W o cc it : s it • O O C O O a a o. n: d O O 0 0 0 LL W W W W 2 ▪ - - H r • • 2 G Q H (44 P- al W W N J 2 J 1—N N W Z ¢¢ W ~Q 2 COJ IL. Eu. o3w T el k H T U C LL 0 0 2 0 w 3- BID BOND REQUIRED PERFORMANCE BONO REQUIRED YES 0 NO 0 0 CO ❑G❑ a O TABULATION OF BIDS DATE OPENED 0_ D= IF • 2 LJ W ITEM I F W T N r, 5 w - .MO.WING. MAGE W/HOPPER EDGE CC ZZ 0 0 a1 a\ N -n -4 C C , C l^ CC -I —, N/B a., C C a• C 4 Ir r Z i I (2 Z F. 3 O £ MACHINE 10,199.00 0 0 al a' n f- 11F:220.00 6,538.73 0 0 r a% N C C m a n, .1 ,i — Lu _ i 2 J EXT COST UNITIOUANT COST ,-Q yV Z j QV 2 D OCT. COST UNIT/UUANT COST �N _17 ..L UNIT/OIIANT COST 1_ "� U $ 2 D c ` FXT cosy --I• UNiTiOlMT MST WV0QV NjO " 2 > EXT COST I SS3U(YJV x2303 M 830019 SS3H00V H 3001H BIDDER: W FORD AUDI IESS. © DOER: YARNAT.3. ADDRESS RIDDER T_CHRISTIAN ADDRESS BIDDER DAUGHTERTY EQUIP ADDRESS: BIDDER BAKER ADDRESS: BIDDER: ADDRESS: BIDDER. ADDRESS: BID AWARD SUMMARY: PUM IASINf or F ICI R CERTIFIED BY w w 0 0 o 0 o 0 a a a a a O o O O O r - r '- 2 2 f 2 LLF F W W F AYET T E\1 LL E THE CJTY OF FAYETTEVILLE, ARKANSAS DEPARTMENTAL CORRESPONDENCE TO: Fayetteville City Board Of Directors THRU: Scott C. Linebaugh, Assistant City Manager FROM: DATE: March 29, 1990 SUBJ: Bid 90-10 Tractor/Mower Equipment rC Kevin D. Crosson, Assistant Admin. Services Director 0V Staff recommends awarding Bid #90-10 for Tractor/Mower Equipment per memo from W.A. Oestreich, Fleet Maintenance Superintendent, attached. A Copy of the Bid Tabulation Sheet is enclosed for your information. FAYET T EV I LLE THE.CITY OF FAYETTEVILLE, ARKANSAS DEPARTMENTAL CORRESPONDENCE TO: FROM: DATE: SUBJECT: Peggy Bates, Purchasing // W.A.Oestreich, Fleet Maintenance Superintendent/ March 29, 1990 Bid 90-10 Recommend purchase of Tractor/Mower Equipment as per Bid #90-10, as follows. Per Tabulation Sheet dated March 16, 1990, the line item breakdown of proposals is hereby submitted with appropriate comments and recommendations. Variations and deviations to our minimum specifications have resulted in conferences with Dale Frederick, Keith Shreve, Bob Braswell, and Bud Rhine, who have very ably assisted in preparing this recommendation. The equipment listed has been inspected and evaluated for the determination of the value of the upgrade and downgrade variations. Comments have been solicited from operators and maintenance personnel in the field to assist in this evaluation of the various equipment involved. Warranty conditions have been considered along with the required Manufacturer, Distributor, and Dealer support necessary to maintain a proper and efficient Parts and Service line open to the City Maintenance Facility Due to the fact that we request Minimum Specifications only to allow a broader base of bidders without specifically eliminating any particular Make or Model, we are to anticipate variations, deviations, and substitutions of the types listed herein. ITEM 1. LOW CENTER 4,800 LBS. Weights. OF GRAVITY TRACTOR, 52 P.T.O. H.P., VEHICLE WEIGHT with 400 lbs. Add on Williams Ford Tractor & Equip. - Long Mdl. 510 @ $10,999.00 This Unit Develops only 49.15 P.T.O. H.P. which was considered insufficient for our needs. Therefore the lowest bid was rejected on that basis. Yarnall Tractor & Supply - Ford Mdl, 4610 LCS @ $12,400.00 (Ark. Preference of 5% is applicable on this item.) Therefore the second lowest base 1 * * * * * * bid was refected as they are not an Arkansas based business, allowing the Arkansas Preference to the next lowest bidder. Williams Ford Tractor & Equip. - Ford Mdl. 4610 @ $12,794.00, (Arkansas Preference of 5% gives a comparison bid of $12,154.30). This Unit complied with all requirements as presented and has shown a previous "Track Record" as a durable piece of equipment. This is the lowest bid meeting specifications. Therefore, recommendation is to accept this bid. ITEM 2. ROTARY CUTTER, 8' CUT WIDTH, for operation with Unit Specified in #1 above. Williams Ford Tractor & Equip. - M & W Mdl. PC 810 P @ $3,099.00 This Unit complied with all requirements as presented and is the lowest bid meeting specifications. Therefore, recommendation is to accept this bid. ITEM 3. CONVENTIONAL TRACTOR, 19 P.T.O. H.P., 9 Speed Transmission, VEHICLE WEIGHT: 2,150 LBS. Daugherty Equipment Inc. - Case -IH Mdl. 245 @ $6,950.00 This is a downgrade deviation from the Invitation to Bid. Developed H.P. is from a 59 Cubic Inch Displacement Engine which was considered to be insufficient for the durability required for our application. Therefore, it was of the opinion of the staff members evaluating this equipment, to be in the best overall interests of the City to reject this bid on the basis of the downgrade. Williams Ford Tractor & Equip. - Ford Mdl. 1520 @ $7,549.00 This unit complies with all Minimum Specifications as set forth in the Invitation to Bid, therefore, recommendation is to accept this as the lowest bid meeting requirements. ITEM 4. REAR MOUNT FINISHING MOWER, 60" Cut Width, for operation with Unit Specified in #3 above. 2 ** ** Daugherty Equipment Inc. - Caroni Estate @ 895.00 This is a downgrade deviation which allows only 59" of Cut Width. The Unit also shows to be of lighter construction with a total weight of only 403 lbs. compared with 545 lbs, of the Landpride shown below. This weight difference would indicate a less substantial construction of the unit, therefore, the opinion was to reject this bid on that basis. Williams Ford Tractor @ $999.00 set forth, accept this & Equip. - Landpride Mdl, FD 2560 This Unit met all requirements as therefore, recommendation is to bid. ITEM 5. CONVENTIONAL TRACTOR W/DIESEL ENGINE, 19 P.T.O. H.P., Hydrostatic Transmission. VEHICLE WEIGHT: 2,150 LBS. Daugherty Equipment Inc. - Case IH Mdl. 235 @ $6,428.00 This Unit is a downgrade deviation with insufficient P.T.O. H.P. (18) for the duties intended, therefore, it was determined to be in the best interest of the City to reject this bid on the basis of the downgrade. Baker Equipment Co. - Kubota Mdl, B 9200 HSF @ $8,349.00 This Unit is a downgrade deviation from the Invitation to Bid as it does not comply with requested Hydraulic Requirements, and also has a developed P.T.O. H.P. of 18.5 utilizing a 75.4 Cubic Inch Displacement Engine. This Model has been inspected and compared by Staff due to the minor variations as listed and the determination was to reject this bid on the basis of the downgrade. Williams Ford Tractor & Equip. - Ford Mdl. 1520 @ $8,794.00 This Unit has very minor upgrade items from the requirements as presented, and complies with the projected needs of the City, therefore, it is recommended to accept this bid as the lowest meeting specifications. ITEM 6. MID -MOUNT FINISHING MOWER, 5' Cut Width, for installation on unit specified in #5 above. Daugherty Equipment Inc. - Case IH Belly Mower @ $1,233.00 3 ** ** Although this item complies with the required specifications, it was the opinion of the evaluating staff that for the sake of standardization, and the previous experience level of mounting competitive brand options and equipment, that it would be in the best interest of the City to reject the bid on this item on that basis. Williams Ford Tractor & Equip. - Ford Mdl. 914 @ $1,444.00 This unit is of the same manufacture as the recommended tractor as it is to be mounted on, which has shown in the past to eliminate problems that are normally associated with mid - mount mowing equipment, therefore, it is recommended to accept this bid as the lowest meeting the minimum requirements as set forth in the Invitation to Bid. ITEM 7, CONVENTIONAL TRACTOR, W/Approved O.E.M. Cab,W/DIESEL ENGINE, 62 P.T.O. H.P., 8 Speed Transmission, VEHICLE WEIGHT: 5,650 LBS, Williams Ford Tractor & Equip. - Zetor-Mdl. 7711 @ $14,999.00 This Unit is a downgrade deviation with the following as deciding factors: All Metric Fasteners, which would require procurement of additional specialized hand tools; less track adjustment both front and rear which does not allow as wide a stance for operations, thereby not giving the safety factor of a wide stance; Dry brakes which allow foreign material to enter the friction material area which could cause premature wear; Hydraulic capacity that is 62% of requested flow, therefore, after investigation, it was of the opinion of the evaluating staff to reject this bid on the basis of the downgrades as presented. Yarnall Tractor & Supply - Ford Mdl. 5610 @ $17,700.00 (Ark. Preference of 5% is applicable on this item.) Therefore the second lowest base bid was rejected as they are not an Arkansas based business, allowing the Arkansas Preference to the next lowest bidder. Williams Ford Tractor & Equip. - Ford Mdl 5610 @ $18,099.00, (Arkansas Preference of 5% gives 4 ** ** a comparison bid of $17,194.05). This Unit complied with all requirements as presented and listed upgrade items to our advantage, therefore, it is the recommendation to accept this as the lowest bid meeting specifications. ITEM 8. ROTARY CUTTER, CUT WIDTH: 15', for installation on unit specified in #7 above. Yarnall Tractor & Supply - Sidewinder @ $6,880.00 (Ark. Preference of 5% is applicable on this item.) Therefore the lowest base bid was rejected as they are not an Arkansas based business, allowing the Arkansas Preference to the next lowest bidder. Daugherty Equipment Inc. - Rhino 15' Cutter @ $6,998.00 (Arkansas Preference of 5% gives a comparison bid of $6,648.10). This Unit does not comply with the sales tax exemption requirement as it would not be delivered as a part of a piece of "rolling stock equipment" which is tax exempt to municipalities, therefore it is the recommendation of the evaluating staff to decline this bid. Williams Ford Tractor & Equip. - M & W PC 1530 P Cutter @ $6,999.00, (Arkansas Preference of 5% gives a comparison bid of $6,649.05). This Unit complied with all requirements as presented and is the lowest bid meeting specifications, therefore, recommendation is to accept this bid. ITEM 9. FRONT END LOADER, 2,500 LB. LIFT CAPACITY, for installation on unit specified in #7 above. Williams Ford Tractor & Equip. - Farmhand @ $2,899.00 This Unit complied with all requirements as presented and is the lowest bid meeting specifications, therefore, recommendation is to accept this bid. ITEM 10. REAR MOUNT FINISHING MOWER, 72" CUT WIDTH. 5 ** Williams Ford Tractor & Equip. - Landpride Mdl. FD 2572 @ $1,049.00 This Unit complied with all requirements as presented and is the lowest bid meeting specifications, therefore, recommendation is to accept this bid. ITEM 11. MOWING MACHINE, 60" ENGINE, Zero Degree CUT WIDTH, 21.5 H.P. DIESEL Turning Radius. Tom Christian Equipment - Woods Mdl. 3150 @ $6,538.73 This is a downgrade deviation with a gasoline engine. The general opinion of the evaluating staff was that for the intended application of the equipment, a gasoline engine would not perform with the dependability, efficiency, economy or the life expectancy of the diesel equipment originally specified in the Invitation to Bid, therefore, the determination was to reject this bid on the basis of the downgrade. Williams Ford Tractor & Equip. - Ford Mdl. CM 224 @ $10,199.00 This is a downgrade deviation as to the required zero degree turning radius which would eliminate the advantage of placing equipment of this type into operation for efficiency purposes, therefore, the determination was to reject this bid on the basis of the downgrade. Yarnall Tractor & Supply - Ford Mdl. CM -224 @ $11,220.00 (Ark. Preference of 5% is applicable on this item). Therefore this bid was rejected as they are not an Arkansas based business, allowing the Arkansas Preference to the next lowest bidder. Also, this is a downgrade deviation as to the required zero degree turning radius which eliminates the operational advantage of this type of equipment, which also assisted in the determination to reject this bid. Williams Ford Tractor & Equip. - Hustler Mdl. 320 @ $11,299.00, (Arkansas Preference of 5% gives a comparison bid of $10,734.05). This Unit complied with all requirements as presented and is the lowest bid meeting specifications, but after inspection of the equipment by the user 6 ** Division and the evaluating staff, it was decided that for the cost differential involved, that procurement for the advantages presented by this type of equipment would not be in the best interest of the City. It was agreed that even though it did present an improvement over the equipment presently in operation, that the conditions that must be met by operators and required supervision of operators did not justify the additional expenditure, therefore the advantage this bid was declined in favor of the conventional tractor with mid -mount mower listed in items #5 and #6 above. ITEM 12. MOWING MACHINE WITH HOPPER AND EDGER, 72" CUT WIDTH, 28.5 H.P. DIESEL ENGINE, Zero Degree Turning Radius, Yarnall Tractor & Supply - Ford Mdl. CM -274 @ $11,860.00 (This bid did NOT include Hopper or Edger that was required as Minimum, Without these two options, the equipment would not be capable of performing the required duties as anticipated to allow us to retire the additional equipment as outlined below) Baker Equipment Co. - Kubota Mdl, F 2400 @ $13,549.00 This is a downgrade deviation from the Invitation to Bid with the following deletion: Unit Not Available with Edger Attachment, does not meet the zero degree turning radius requirement, which eliminates the advantage of placing equipment of this type into operation for efficiency purposes, therefore the determination was made to reject this bid on the basis of the downgrades presented. Williams Ford Tractor & Equip. - Hustler Mdl. 340 @ $15,299.00 This unit complies with all the needs as presented for necessary recycling procedures of leaves and mulch. It is a definite step forward in the recycling efforts of the City and should prove to show that the City is setting an example for the Citizens of Fayetteville. This Unit complied with all requirements as presented and is the lowest bid meeting specifications, therefore, recommendation is to accept this bid. 7 SUMMARY TO BE DELIVERED AS ONE COMPLETE UNIT: ITEM 1. Williams Ford Tractor & Equip. @ $12,794.00 ITEM 2. Williams Ford Tractor & Equip. @ $ 3,099.00 TOTAL: $15,893.00 TO BE DELIVERED AS ONE COMPLETE UNIT: ITEM 3. Williams Ford Tractor & Equip. @ $ 7,549.00 ITEM 4. Williams Ford Tractor & Equip. @ $ 999.00 TOTAL: $ 8,548.00 TO BE DELIVERED AS TWO COMPLETE UNITS: ITEM 5. Williams Ford Tractor & Equip. @ $ 8,794.00 ITEM 6. Williams Ford Tractor & Equip. @ $ 1,444.00 TOTAL: $20,476.00 TO BE DELIVERED AS ONE COMPLETE UNIT: ITEM 7. Williams Ford Tractor & Equip. @ $18,099.00 ITEM 8. Williams Ford Tractor & Equip. @ $ 6,999.00 ITEM 9. Williams Ford Tractor & Equip. @ $ 2,899.00 TOTAL: TO BE DELIVERED AS AN INDIVIDUAL UNIT: ITEM 10. Williams Ford Tractor & Equip. $27,996.00 $ 1,049.00 ITEM 11. DELETE IN FAVOR OF ITEMS #5 AND #6 ABOVE. TO BE DELIVERED AS AN INDIVIDUAL UNIT: ITEM 12. Williams Ford Tractor & Equip. $15,299.00 TOTAL BID AWARD: $89.261.00 As a deciding factor, a careful evaluation of all aspects of 8 the final bid were taken into consideration prior to the award recommendation to give us maximum safety, efficiency, and economy. With all factors considered it should also tend to improve resale value of equipment of this type. The inclusion of specific options when weighing the initial cost against projected benefits, prove to be the best economical choice. Budgeted Amount of $95,200.00 is from Capitol Expenditures Program, Vehicles and Equipment. 970-192-5-802.00 This dollar amount was budgeted to replace the following leased equipment: #505-1982 #501-1986 #506-1986 #507-1986 #508-1986 Ford Ford Ford Ford Ford Mdl Mdl Mdl Mdl Mdl ▪ 530A Tractor w/Mower ▪ LGT-12 Tractor w/Mower . 1210 Tractor w/Mower ▪ 1510 Tractor w/Mower • 1510 Tractor w/Mower Due to the fact that the equipment being recommended for purchase on this bid will exhibit much more efficiency of operation than those listed above, we will also be able to eliminate the following additional leased equipment: #502-1986 Ford Mdl, 5610 Tractor w/Mower & Loader #503-1985 Ford Mdl. 1510 Tractor w/Mower By releasing the City of the lease responsibility of Units #502 and #503 with the procurement of the above listed equipment, we will realize an additional initial saving of approximately $5,000.00 for Account 970-191-5-309.00 - Lease Expense - for the calendar year 1990. We are also relieving the maintenance expense required on equipment of this age bracket by installing units into the fleet which are covered with a full factory backed warranty. The potential maintenance dollar amount to be saved is a definite variable, but a very conservative minimum estimate for this equipment would be in the area of approximately $3,500.00, which will give us a total anticipated savings of $8,500.00 in the first year of operation on these 2 replacements alone. As an added advantage, this replacement equipment is safer, more efficient and more operator friendly to give the user Division additional productivity over the equipment presently in operation which will also prove to be a cost savings factor. In addition to the return of the above listed leased equipment to the vendor involved, the reassignment of Unit #511-1982 John Deere Tractor from General Pool Usage to Specialized use at the Parks Division with the installation of the new 60" Rear Mount Finishing Mower, will allow Unit #500-1973 International Tractor w/Mower to be transferred from Specialized use at the Airport to General Motor Pool Usage to give us a very reliable back-up unit in addition to having a unit available for special projects and usage at outlying operations. 9 • Safety, Efficiency and Longevity considerations were a deciding factor for the functional items included in the Specifications and Recommended Award. Investigation and input by the following has assisted in the final determination; Bud Rhine, Keith Shreve, Dale Frederick, and Bob Braswell. 10 O Q ui n W ..11 J x N Z UJ 'Q¢ z JJ Z < O J LL 2 0 > -w U Q LL El El BID BOND REQUIRED TABULATION OF BIDS 0 s cn z O Z w L. 0 F Q i 0 [� o c o 0 vl 0 C c 0 co N 0 dcn Ln S 81 44 n 17 41S 97 ;;2 I I -1 O O G • BID AWARD SUMMARY: O Lc L c W 0 Y a G O O O O O W 4 a a a 0 c 0 0 0 WW F W • • Ga 0 N < w" ❑ ❑ o o z z LO N Wcc O O 0 0 0 m 0Q a BID BOND REOUIRED ❑❑❑ 0 0 TABULATION OF BIDS 0 BID AWARD SUMMARY: PURCHASING OI 1'CER CERTIFIED BY 2 d d o d d a a a a a O O 0 0 0 W L W w Z 0 4% z W ITEM n REAR MOUNT _ FINISH MOWER O Ol C C C O C. - c N 0 M r^ •- C C 0 111 C c< 0 0 N N N C C 01 0[ h 4. C O --I 1 ,o c 0• 0' o . 0` !, f^ \C \ r O M c c 0 cti o�ko 7,244.00 o 0 O CO LO O n c er CO a c r 1,0 ITEM 6 ITEM 7 MTD -MOUNT 62 PTO - 0 o m Cr" 01 0 o 01 61 0 x; .-. 0 0 0 0 N N 2 0 0 71 tan nn c r [O c c ci 2,888.00 _ I c c o o 0 0 O O Ln O '\ -i "'l c o C 0 M C r' lC CO n d' Z •- N. .c - z Cr Qo U z G Ec Q`0 U -1 2 rxr COST UNI r/OUANT COST BCT nc rncr 22 - 0 v: QC 1 U 2 � r r 0 m v; yo 00 c Qo U -U U U 2 z W� r U j- o� I- U 22 _� .. 1- 4v 0 - 1 - " "'U BIDDER: W FORD ADDRESS BIDDER W FORD ADDRESS BIDDER: YARNALL ADDRESS z < Fi F CC H .: L O Fce N W W 6 < m G s >4 P x c:; (..7 :] C C] v W •^ O m 0 W W a 4 _ u� •l w aa a Lai a 4 BID AWARD SUMMARY: PURCHASING OI 1'CER CERTIFIED BY 2 d d o d d a a a a a O O 0 0 0 W L W w PAGE 3 OF 3 wri c. CF -n.w W W JCL Q J H y y Q a W;:..4 CC Z Q O J LL E o3W 5- r Y o Q LL 0 z y BID BOND REOUIRFD • PEFIPORMANCE BOND REOUIRED YES ❑ NO 0 000 O O • TABULATION OF BIDS O w 2 w 1 O y 1 O LL BID AWARD SUMMARY: CERTIFIED BY CURCINSIrJG 011IUR NC 6 o d o a a a a a O 0 0 0 0 $ W W E 2 2 LJ - - - Z 0 Z W W . W W W w I N r W (3 C .. O o CM el .-� c c c C 5 z n C c' c 11 fi ct [y z z. Ci 4 % X a� C C CI O C Cr r. _- C C C h C 6,538.73 7,497.00 C C CC Q] — o ;i.. C 0 S 1 UNI r/OUAN r Cost EXT COST UNI r/OUAN r COST 'cc �u Q0 1J Z r --in Loosts UNlr/OUANT cosy "o Qo wJ -o Z r'o "'u Qo -u Z )<c �-o Qo -U z ko wU <� QO .-U E kc 'i_, UW r/CUANT COST EXT Gosr HIDDEN ADDRESS BIDDER W FORD ADDRESS: BIDDER'. W FORD ADDRESS B DDER: YARNALL ADDRESS KIDDER T.CHRISTIAN ADDRESS BIDDER DAUGHTERTY EQUIP ADDRESS: BIDDER BAKER ADDRESS. BIDDER: ADDRESS: BIDDER ADDRESS BID AWARD SUMMARY: CERTIFIED BY CURCINSIrJG 011IUR NC 6 o d o a a a a a O 0 0 0 0 $ W W E 2 2 LJ - - -