Loading...
HomeMy WebLinkAbout83-90 RESOLUTION• RESOLUTION NO. 83-90 MICROFILMED A RESOLUTION AWARDING BID 1190-27 TO DEALER'S TRUCK & EQUIPMENT FOR PURCHASE OF A CRANE FOR THE RECYCLING PROGRAM. BE IT 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 Dealer's Truck & Equipment in the amount of $17,952.48 to purchase a crane for the recycling program. A copy of the contract authorized for execution hereby is attached hereto marked Exhibit "A" and made a part hereof. PASSED AND APPROVED this 15th day of May City C • rte' -`r ✓/' .�• 4 , 1990. In m m m m v v v v v b o 9 0 0 Vl D 0 :AtivWWns auvMv ala BIDDER: ADDRESS: BIDDER: ADDRESS: 'BIDDER: ADDRESS: BIDDER: Scruggs Equipment ADDRESS: Memphis, Tenn BIDDER: • ADDRESS: BIDDER: Scruggs Equipmen' ADDRESS: Memphis, Tenn. BIDDER: Dealers Truck Eq ADDRESS: N.Little Rock nm O yy c z ny Oa yC g nm t O t -1 f UNIT/OUANT rncT )m t J ( -I ( MIT/WMT rncT lm f ixx t yy f UNIT/QUANT rncT )m 1 J < yy. 1 UNIT/OUANT * rngT nm J yy c z n=4 Oa Yc or, I O 1 y. I 1^ NVu 1n11Nn'K UNIT/OUANT 18,693.00 2,275.00 TOTAL PRICE: 20,968.00 cost EM. COST UNIT/OUANT 17,262.00 3,174.00 TOTAL PRICE: 20,436 00 . cosT EXT re -lc CO yell x z H 19,650.00 Hi co a O . 0 00'080'61 N ID O 1- r a al n his price incl 4..... an ... rt 3,174.00 rt G' , N. 3 m *it �n r- 0 0 i. G n r G Sa. N m H 0 Ludes TOTAL PI IS 0 H y r4 t z 71 'AL PRICE: 19 RICE: 18,400.1 22,254.00 rn 01 0 • 0 0 0 2 m O sats io noun -man ❑❑J PERFORMANCE BOND REQUIRED YES El NO a31:1I1103U ONOB aiB K m N z O ® t D 0 m"� w< n: O r.0D Pi c n -m D nzm N< m m v� ni 1 rnD o NE CITY O; FAYETTEVILLE. ARKANSAS • DEPARTMENTAL CORRESPONDENCE TO: Fayetteville City Board Of Directors THRU: Scott C. Linebaugh, City Manager FROM: Kevin D. Crosson, Assistant Admin. Services Director DATE: May 15, 1990 SUBJ: Bid 90-27, Heavy Duty Truck Mounted Knuckle Boom Crane Staff recommends purchase of Heavy Duty Truck Mounted Knuckle Boom Crane for use in the Recycling Program as per Bid #90-27, as follows: Per tabulation sheet dated May 14, 1990, the line item breakdown of proposals is hereby submitted with appropriate comments and recommendations. Conferences with Scott Smith, Calvin Mounce, Hal Morton, William Oestreich and Bud Rhine, along with a various number of parties With hands on experience in the industry, have very ably assisted in preparing this recommendation. As a deciding factor, a careful evaluation of all aspects of the final bid were taken into consideration prior to award recommendation. Budgeted amount of $18,000.00 is from Vehicles and Equipment, Recycling Program. 550-506-5-802.00. This dollar amount was budgeted to expand the function of the Recycling Program to keep up with the excellent response by the citizenry of Fayetteville. ITEM #1 TRUCK MOUNTED HYDRAULIC BOOM CRANE Scruggs Equipment Co., Memphis, Tenn. was the lowest bidder at $17,150.00, but did not qualify for the Arkansas 5% preference which is allowed to the next lowest bidder. Dealers Truck & Equipment Co., N. Little Rock, Ark., was the next lowest bidder at $17,262.00, but qualified for the Arkansas 5% preference which placed their bid at $16,398.90 for comparison purposes. Therefore, the recommendation for Item #1 is to Dealers Truck & Equipment Co. as the lowest bidder meeting specifications. ITEM #2 ADDITIONAL. LIFTING WINCH MECHANISM (OPTION) This item must be considered to be a part of Item #1 due to compatibility of Manufacturers. Therefore, the lowest bidder for this item is Dealers Truck & Equipment Co. at $3,174.00. Due to the dollar amount involved, the initial purchase recommendation will be for Item #1 only. Therefore, the total dollar expenditure will be $17,952.48, (includes tax) which is within budget guidelines. Utilization of the optional item will be considered at a later date due to monetary restrictions at this time. Safety and efficiency considerations were a deciding factor for the functional items included in the specifications and recommended award. EXECUTION OF BID Upon signing this Bid, the bidder -certifies that they have read and agree to the requirements set forth in this bid proposal, including specifications terms and standard conditions,and pertinent information regarding the articles being bid on, and agree to furnish these articles at the prices stated. UNSIGNED BIDS WILL BE REJECTED NAME OF FIRM: PHONE: TAX PERMIT: BUSINESS ADDRESS: CITY: STATE: ZIP AUTHORIZED SIGNATURE: TITLE: DATE: ARKANSANS PREFERENCE REQUESTED: CASH DISCOUNT YES. DAYS NO Peggy Bates, Mailing Address: Purchasing Officer INVITATION TO BID Purchasing Dept. 113 W. Mountain Rm 307 CITY OF FAYETTEVILLE, ARK. Fayetteville AR 72701 BID # 90- 27 DATE ISSUED: May 4 , 1990 DATE & TIME OF OPENING: May1_, 1990 10:3Q. A.M. BUYER: Peggy A. Bates MI DATE REQUIRED: 45 Days A.R.O. F.O.B. Fayetteville, AR BUYERS PHONE # ' (501) 575-8289 GUARANTEED DELIVERY DATE: ITEM # DESCRIPTION QUANTITY UNIT PRICE TOTAL 1. 2. Truck Mounted Hydraulic Boom Crane with 1 Standard Winch *SPECIFY COMMERCIAL MANUFACTURER WITH MODEL DESIGNATION: 1 1 --OPTION-- Additional Lifting Winch Mechanism *SPECIFY COMMERCIAL MANUFACTURER WITH MODEL & YEAR DESIGNATION: (NOTE: The addition of Item # 2 will give a total of 2 Winches) *MANDATORY REQUIREMENT FOR CONSIDERATION OF BID EXECUTION OF BID Upon signing this Bid, the bidder -certifies that they have read and agree to the requirements set forth in this bid proposal, including specifications terms and standard conditions,and pertinent information regarding the articles being bid on, and agree to furnish these articles at the prices stated. UNSIGNED BIDS WILL BE REJECTED NAME OF FIRM: PHONE: TAX PERMIT: BUSINESS ADDRESS: CITY: STATE: ZIP AUTHORIZED SIGNATURE: TITLE: DATE: ARKANSANS PREFERENCE REQUESTED: CASH DISCOUNT YES. DAYS NO CITY OF FAYETTEVILLE, ARKANSAS Special Terms and Conditions BID NO. 90-27 • Page 2 of 6 1. All bids shall be submitted on forms provided by the City. 2. Bidders shall include all applicable local, state, and federal sales tax in bid. The responsibility of payment shall remain with the successful bidder. Tax amount shall show as a separate item. 3. Bids received after the date and time set for receiving bids will not be considered. 4. The City reserves the right to accept or reject any or all bids, waive formalities in the bidding and make a bid award deemed to be in the best interest of the City. The City shall be ableto purchase more or less than the quantity indicated subject to availability of funds.. 5. Each bidder shall state on the face of the bid form the anticipated number of days from the date of receipt of an order, for delivery of the vehicles to the City of Fayetteville, Arkansas. 6. The awarded bid price shall remain good and firm and may not be changed regardless of how long it may take for the successful bidder to make delivery of the unit(s) to the City. 7. All bid prices shall be FOB City Shop, Highway 16E and Happy Hollow Road, Fayetteville, Arkansas. 8. Standard Manufacturers Warranty shall apply to each piece of equipment as specified. Copy of the warranty shall accompany the bid, and any exceptions to the warranty shall be clearly noted on the bid form. 9. Installation of Dealership/Distributorship Logo shall be prohibited. Page 3 of 6 BID # 90 - 27 BASIC SPECIFICATIONS TRUCK MOUNTED HYDRAULIC KNUCKLEBOOM CRANE General Specification Requirements are as follows for a TRUCK MOUNTED HYDRAULIC KNUCKLEBOOM CRANE. These are MINIMUM SPECIFICATIONS ONLY and are not limited or restricted to the following. ALL UPGRADE OR DOWNGRADE VARIATIONS/DEVIATIONS/SUBSTITUTIONS MUST BE CLEARLY ANNOTATED. IN THE ABSENCE OF SUCH STATEMENTS. THE BID SHALL BE ACCEPTED AS IN STRICT COMPLIANCE WITH ALL TERMS. CONDITIONS. AND SPECIFICATIONS. AND THE SUPPLIER. SHALL BE HELD LIABLE_ Alternates will be considered provided each Supplier clearly states on the face of his proposal exactly what he proposes to furnish and forwards necessary descriptive material which will clearly indicate the character of the article covered.. by his bid. All Bids are subject to Staff analysis. All equipment shall be new and unused and of the Manufacturers Current Model Year and shall include all standard equipment as advertised by the Manufacturer. All equipment listed herein shall comply with applicable Federal and State Safety Requirements in effect at time of delivery. Mounting is to be done at a factory AUTHORIZED location to assure compliance with all requirementsto validate warranty. Modifications to the Cab/Chassis that will void/invalidate/compromise the manufacturers warranty on either unit will not be permitted. 1 GENERAL: Crane Rating Reach (from centerline rotation Hydraulic Extension (reach) Lifting Height Crane Weight Outrigger Span Storage Height Mounting Space Required Optimum Pump Capacity Oil Reservoir Capacity Design Factors, Pins & Hydraulics LIFTING CAPACITY; 7' 6" (2.29m) 14' 5" (4.39m) 19' 9" (6.02m) 25' 1" (97.65m) Bid 90-27 Page 4 of 6 48,000ft. x/(6.65 ton/m)- 25' 1" (7.65m) 64" & 64" to 25' 1" 32' 2" (9.80m) 3,400 lbs. (1,545kg) 11' 10" (3.61m) 10' 0" (3.05m) 28" (71.1cm) 9 U.S. GPM (34.11/m) 17 U.S. Gal. (64.531) 4/1 6,400 lbs. (2,903kg) 3,300 lbs. (1,513kg) 2,430 lbs. (1,104kg) 1,920 lbs. (872kg) 1. Crane will have hydraulic down out riggers. 2. Option: Crane bid must be accompanied by an option for the two (2) lifting winch system. 3. Crane will be able to hoist and dump the Proviel collection container Model #100 which the City will be utilizing. Collection Container Vendor: Fibrex, Virginia Beach, VA 23455. Phone: (804) Inc., P.O. Box 68010, 490-3008. Crane Rating - 2000 pound - 9000 pound Reach (from centerline rotation) 19' - 28' Hydraulic extension (reach) 64" - 28' Lifting height - 27' - 34' Crane weight - 3200 pounds - 3300. pounds Outrigger span - 11' - 12' Storage height - 6' - 10' Mounting space - 24" - 28" Optimum pump capacity - 9 U.S. Gal Oil reserve capacity - 17 U.S. Gal. Crane will be mounted on a City owned Ford 8000 flatbed dump truck. GVWR 27,500 lbs., right-hand PTO. WB 174 TYPE GVW R-803 BODY BZ8 TRANS. AC GVWR 27,500 WARRANTY: The crane shall have a warranty on parts for a period of 12 months from the date of delivery. Labor costs shall have a 90 day warranty period from the date of delivery. STATE OF ARKANSAS INVITATION FOR BID BID NO. PAGE 4 Bid 90-27 Page 5 of 6 ARKANSAS PREFERENCE CERTIFICATION PAGE: DOES NOT APPLY TO SERVICE CONTRACTS I hereby certify that the BIDDER: 1) Maintains at least one staffed office in this state: LOCATION AND PHONE NUMBER: AND For not less than (2) successive years immediately prior to submitting bid, has paid taxes under the Arkansas Employment Security Act, §11-10-101 et seq. unless exempt therefrom, and either the Arkansas Gross Receipts Act, §26-52-101 et seq., or the Arkansas Compensating Tax Act, §26-53-101 et seq., on any property used or intended to be used for or in connection with the firm's business; PLEASE CHECK TAXES PAID Arkansas Employment Security Tax Arkansas Gross Receipts Tax Arkansas Compensating Tax AND Within the two (2) year period, has paid any taxes to one or more counties, school districts, or municipalities of the State of Arkansas on either real or personal property used or intended to be used for or in connection with the firm's business. PLEASE CHECK TAXES PAID Real Property Personal Property • NAME OF TAXING ENTITY (COUNTY, CITY, ETC.) Bid 90-27 • TERMS AND STANDARD CONDITIONS Page 6 of 6 CITY OF FAYETTEVILLE, ARKANSAS • PLEASE READ CAREFULLY' 1. When sibmlttnpenInvitation bBjI'thebidder warrants that the commodities coveredbythebidshallbefreafromdefedsiimaterialandworkmanshipundern&maluse and service. n addition, bidder must deliver new commodities of the latest design and model, unless otherwise specified in the *Invitation to Bid',. . 2. Prices quoted we to be net Prices, and when an error ls made nMrten ng total prion, the Ciy may accept the bid for to lesser amount wlwther refeded by extension or by the coned multi* of the and pike. 3. Discounts offered will be taken when the City qualifies for such. The beginning date for nonvoting dscohmis wa be the dated invoice or the date of deivery end' acceptance, whichever k Ser. "4. When bidding other than the brand and/or model specified In the Invitation to Bid,' the brand and/or model number must be staled by that Item In the invitation to Bid; and descriptive literature be submitted with the bid. 5. The City reserves the right b rejed any and all bids. The Purchasing office reserves the right to awa d Items, WI or none, or by the Ins item(s). •:7. Quality, time end probabiity of performance maybe blas in making an award. • 8. Bid quotes sub nitled wit remain firm for 30 calendar days from bid opening date; however, the prices may remain Inn for a longer period of tine if mutually agreeable {, ,. - between bidder and the City Purchasing Department. - r t'7, ccs • 9. Bidder must submit a completed, signed copy of the front page of the invitation to Be and must submit any oher inbrmation required in the 'Invitation to Bid.' 10. In the event a contract is entered into pursuant to the invitation to Bid; the bidder shal not discriminate against any qualified applicant for employment because of race, sex, color, creed, national origin or ancestry. The bidder must include it any and all subcnntrads a provision similar to the above. Sales tax is b be included in the bid price. Alth1ough use tax's nal to be nduded in this bid, vendors are to register and pay tax dinned to the Arkansas State RevenueDepartment. tined. 12. Prices quoted shall be 'Free on Board' (F.0.8.) to destination at designated Cary facility in Fayetteville. Charges may not be added after the bid's opened. 13. Arkansas Preference must be requested on the bid to be considered as a tads in awarding a cadrad. 14. ;F0 In the event of two or mare identical low bids, the contract may be awarded arbitrarily or for any reason to any of such bidders or split in any proportion between there at the discretion of the Purchasing Department. ;;'• 15. Specifications furnished with this bwiat ion are intended to establish a desired quality or perlamance level, or other minimum dimensions and capacities, which will ;;provide the best Product available at the lowest possible price. Other than donated brands and/or models approved as equal to designated produds shall receive `a4 ' equal mrsiderahon. When an 'cc equar product is bid, the City shall be the sole arbiter as to whether that Product is equal to the one specified. . . r -t 16. Sam of items when required, must be furnished free, and, B not called for withal 30 da from dated bid i wig become of the Pies req � days � ng. fx�Y City. x117. Bids received after stated time for opening will nd be considered. :4,18. 18. Guarantees and warranties should be submitted with the bid, as they may be a consideration in making an award. 19. CONSTRUCTION A. When noted, the Contractor is to supply the City with evidence of having and maintaining poper and cordata insurance, specificaly Workman's Carpensatbn Insurance in accordance with the laws of the Stale of Manses, Pubfic Liabiity and Properly Damage. All premiums and cost shal be paid by the Contrador. In no way wig the Cfty be resposbke in cased accident. A B. When noted, a Certified check or bid bond in the amount of 5% of total bid shall accompany bid. C. A Performance Bond equalfirg the total amount of any bid exoeed $10,000.00 must be provided br any contrail for the repel alteration or erection of any pabls budding, public structure or public improvement (pursuant to Ad 351 of 1953 as amended by Ad 539 of 1979). • 20. LIQUIDATED DAMAGES — Liquidated damages shall be assessed beginning on the first day following the maximum delivery or axkpkMin time entered on this bid tom and/or provided to by the plans and speaficatbns. 21. AMBIGUITY NBID —My amn biguityany bidas the result d omission, error, lack d darty or non-compliance by the bidder with specifications, insaudias, and all conditions of shall be construed n the light most favorable to the City. 22 The bid number should be stated on the faced the sealed bid envelope. If 1 is not, the envelope win have to be opened to Wordily. 23. Whenever a bd is sought seeking a sourced supply br a specified period of time for materials and services, the quantities of usage shown are estimated ONLY. No guarantee or warranty hs given or implied by the participants as to the trial amount that may or may not be purchased from any resulting contracts. These quantities we for the bidders mbxmation ONLY aid w7 be used for tabulation and presentation of bid and the participant reserves the right to inaease or decease quantities as required. - - - - 24. The City of Fayetteville reserves the right to reject any and all bids, to accept in whole or in part, to waive any nfomafties in bids received, to accept bids on materials a epnpment with minor variations tom specifications n hose razes where alb onny of operarion will nd be impaired, and unless otherwise speahed by the bidder, to accept any item in the bid. 11 unit prices and extensions thereof do not coincide,lithe City of Fayette/Ile may accept the bid for the lesser amount whether reflected by the extension or by the coned mutcle of the unit price. 25. Additional information of bid toms may be obtained from: Purchasing Department Cly Administration Budding Room 209 113 W. Mourdan Fayetteville, AR 72701 - (501) 575-8281 •• -