Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
112-99 RESOLUTION
• • RESOLUTION NO. 112-99 A RESOLUTION AWARDING BID NO. 99-66 TO WILLIAMS FORD TRACTOR & EQUIPMENT, FOR ITEM NO. 1, FOR THE PURCHASE OF A HEAVY DUTY SKID STEER WITH ATTACHMENTS IN THE AMOUNT OF $50,499. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1. That the City Council hereby awards Bid No. 99-66 to Williams Ford Tractor & Equipment, for Item No. 1, for the purchase of a heavy duty skid steer with attachments in the amount of $50,499. A copy of the bid tabulation is attached hereto marked Exhibit "A" and made a part hereof. PASSED AND APPROVED this 2`' day of September , 1999. • c" • c� 1,� • • APPROVED • 1.x).^ . _1• 9, • ATTEST: By. C Heather Woodruff, City Cl By Fred Hanna, Mayor �t > p > s- }0 > gip{ i N‘k > O ii > Q ' lie l -‘a: > 0 Q p $ 1 91 c > p ,Q.'y, > O i, jj Cr \ p- p 8 1 1 5 §.9 s§. »€ COST °3 traltOUANT t COF Frt. Coit TRXWOIT COSI &•• s€ °: si 793 ?if N9 el = a* i, • t. % O L 4 c t i illi 0 t. M n 0, c N ," Q 1 rn P t L 2 Q • • • BIDDERS LIST SKID -STEER LOADER RENTAL SERVICE CORP. 1810 S. 8TH ST. ROGERS, AR 72756 501 .636.7368 FAX 501 .636.6071 An: STEVE LITZINGER 2. GRADY JONES CO. OF SPRINGDALE P.O.Box 747 SPRINGDALE, AR 72764 3. WILLIAMS FORD TRACTOR & EQUIPMENT CO. P.O. Box 1346 FAYLIItVILLE, AR 72702-1346 4. U.S.RENTALs 2795 MCCONNELL FAYETTEVILLE, AR 72703 5. YALE MATERIALS HANDLING GAMMON INC. 1 586 E. EMMA AVE. SPRINGDALE, AR 72764 6. LITTLE ROCK EQUIPMENT SALES 13001 INTERSTATE 30 LITnE ROCK, AR 72209 7. DAUGHERTY EQUIPMENT 1 507 W. TRUCKERS LANE FAYti ItVILLE, AR 72701 8. J.A.RIGGs TRACTOR Co. 91 25 INTERSTATE 30 LITTLE ROCK, AR 72209 E.A. MARTIN MACHINERY CO. P.O.Box 874 SPRINGDALE, AR 72764 10. WARRIOR OF ARKANSAS 2003 SOUTH 8TH ST. ROGERS, AR 72756 I I. SPRINGDALE TRACTOR CO. HWY 68 WEST SPRINGDALE, AR 72764 1 2. ALMA TRACTOR & EQUIPMENT, INC. 35 HIGHWAY 7 I NORTH ALMA, AR 72921 50 163 2-6300 FAX 50 1-63 2-6309 ATT: J.D.ALEXANDER 1 3. HANCOCK FARMS EQUIPMENT & SUPPLY 290 EAST MAIN - Hwy 62 FARMINGTON, AR 72730 ATTN: BRAD HANCOCK 50 I -267-3685 1 4. SCOTT CONSTRUCTION EQUIPMENT 4831 N. THOMPSON SPRINGDALE, AR 72764 15. HERTZ EQUIPMENT RENTAL CORP. 4269 WAGON WHEEL ROAD SPRINGDALE, AR 72762 50I.750.33I3 ATT: VICKEY PRICE FINLEY • • NOTICE TO BIDDER BID NO. 99-66 COMMODITY: HEAVY DUTY SKID STEER The City of Fayetteville, Arkansas will receive sealed bids at the Purchasmg Office, City Hall, 113 W. Mountain Street, Fayetteville, Arkansas, 72701, until 11:00 A M., AUGUST 2, 1999, for the furnishing of: COMMODITY: HEAVY DUTY SKID STEER Bid Forms, Specifications, and Terms and Conditions may be obtained from the Purchasing Office, located in Room 306, 3rd floor of the City Administration Building. The City reserves the right to reject any and all bids and to waive any formalities deemed to be in the City's best interest. Peggy Vice, Purchasing Officer PUBLISH 7/25/99 NORTHWEST ARKANSAS TIMES - Billing refer to P.O.# • CITY OF FAYETTEVILLE 113 W. Mountain St. Fayetteville, AR 72701 FLEET OPERATIONS 501-444-3494 INVITATION TO BID BID #: 99-66 DATE ISSUED: July 23, 1999 DATE & TIME OF OPENING: August 2, 1999 - 11:00 A.M. BUYER: Peggy Vice, Purchasing Manager, Room 306 - (501) 575-8289 DATE REQUIRED AS COMPLETE UNIT: 60 Days from Date of Order F.O.B. Fayetteville, AR ITEM: DESCRIPTION: QTY: • PRICE: Heavy Duty Skid Steer with Attachments per Item #1 of Specifications Attached 1 $ *GUARANTEED DELIVERY SCHEDULE: 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 fumish these articles at the prices stated. Unsigned bids will be rejected. Items marked • are mandatory for consideration. *NAME OF FIRM: *BUSINESS ADDRESS: *CITY: *STATE: *ZIP: *PHONE: *FAX: *AUTHORIZED SIGNATURE- *TITLE: 1 • PLEASE NOTE: ALL ITEMS MARKED* ARE CONSIDERED MANDATORY REQUIREMENT FOR CONSIDERATION OF BID. FAILURE TO COMPLETE THESE ITEMS MAY RESULT IN REJECTION OF BID. SPECIAL TERMS & CONDITIONS THIS 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 ANY COSTS INCURRED BY THE BIDDER IN THE PREPARATION OF THIS BID. 1. All bids shall be submitted on forms provided by the City with the item bid and the bid number stated on the face of the sealed envelope. Bidders MUST provide the City with their bids signed by an employee or officer having legal authority to submit bids on behalf of the bidder. The entire cost of preparing and providing responses shall be bome by the bidder. 2. Bidders shall include all applicable local, state, and federal sales tax in this bid. The responsibility of payment shall remain with the successful bidder. Tax amount MUST show as a separate item. 3. Bids received after the date and time set for receiving bids will NOT be considered. The City will NOT be responsible for misdirected bids. Vendor should call the Purchasing Office at (501) 575-8289 to insure receipt of their bid documents prior to opening date and time listed on the bid form. 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 able to purchase more or less than the quantity indicated subject to availability of funds. 5. Each bidder MUST state on the face of the bid forth the anticipated number of days from the date of receipt of order for delivery of the completed units to the City of Fayetteville, Arkansas. 6. Time is specifically made of the essence of this contract and failure to deliver on or before the time specified in the contract may subject the contractor to the payment of damages. 7. All bid prices shall be FOB Fleet Operations, 1525 S. Happy Hollow Rd., Fayetteville, AR, 72701, and shall include all dealer preparation charges, labor, materials, overhead, profit, insurance, inspection fees, etc., to cover the fumishing of the unit/units bid. 8. Standard Manufacturers Warranty shall apply to each unit as specified. A copy of the applicable warranty MUST accompany the bid with any exception to the warranty clearly noted on the Bid Form Warranty on accessories/equipment fumished by an after market vendor MUST be noted. 9. Any exceptions to the requirements of the City of Fayetteville MUST be noted on the Bid Form. If products and/or components other than those described on this bid document are proposed, the bidder must include complete descriptive literature and technical specifications. The City reserves the right to request any additional information it deems necessary from any or all bidders after the submission deadline. 2 10. Installation of Dealership/Distributorship Logo is PROHIBITED. 11. The completed unit delivered to the City of Fayetteville shall comply with all accepted commercial standards for materials and supplies which are new and unused except for normal testing and evaluation needed to prior to release for delivery. 11. All items marked "MANDATORY REQUIREMENT FOR CONSIDERATION OF BID" MUST be completed and returned with the bid or the bid may be considered as non-responsive and rejected on that basis. 12. Parts and Service Manuals shall be provided to cover the Chassis, Power train, Body and any modifications to production items. 13. A training session shall be provided at a City of Fayetteville Facility to familiarize City Employees with the operational and maintenance needs of any special equipment fumished. BID#99-66 BASIC SPECIFICATIONS SKID STEER LOADER General Specification Requirements are as follows for SKID STEER LOADER. 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. Altemates will be considered provided each Supplier clearly states on the face of his proposal exactly what he proposes to fumish 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. Fleet standardization requirements, replacement parts availability, warranty service availability and Manufacturer/Distributor/Dealer Field support of operational units will be considered. All Units Bid shall show deviations to line item specifications on the "Minimum Specification" attached with referral to each item. Utilizing a copy of these specifications with variations "hi-lited" and specifics noted is suggested. ANY BIDDER, WHETHER A MANUFACTURER OR DESIGNATED DEALER, WHO CAN PROVIDE MATERIALS , FEATURES OR OPTIONS TO MEET THE SPECIFICATIONS OUTLINED HEREIN AND WILFULLY FAILS TO DO SO BECAUSE OF PRICE OR TO GAIN A PRICING ADVANTAGE IN A COMPETITIVE BID SITUATION WILL BE DEEMED NON-RESPONSIVE. ANY FURTHER CONSIDERATION OF THEIR BID SUBMISSION WILL NOT BE CONSIDERED. SHOULD THEIR CURRENT LITERATURE OR PRICE LISTS FOR MATERIALS, FEATURES, OR OPTIONS INDICATE THEIR ABILITY TO PROVIDE SAME TO MEET THESE SPECIFICATIONS, AND THEY FAIL TO DO SO, THEY WILL BE DEEMED NON-RESPONSIVE AND DECLARED INELIGIBLE TO RECEIVE THE AWARD FOR THE UNIT SPECIFIED. FINALLY, ANY CLAIMS THAT AN ITEM BID EXCEEDS THE STATED SPECIFICATION MUST BE DEMONSTRATED IN A PERFORMANCE 3 DEMONSTRATION IN DIRECT COMPETITION WITH OTHER UNITS BID BY OTHER MANUFACTURERS PRIOR TO AN AWARD OR THE BID WILL BE DEEMED UNRESPONSIVE FOR FAILURE TO SUBSTANTIATE THE CLAIM. 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 vehicles and equipment listed herein shall comply with applicable Federal and State Safety, Emission and Pollution Control Requirements in effect at time of delivery. Standard Manufacturer's Warranty shall be furnished. Minimum Warranty period shall be no less than 1 year. Field demonstrations of currently operational units which are offered as a substitute, variation, or deviation may be required as part of Staff analysis at the option of Staff members or other qualified interested parties. Properly documented referrals may be required of vendors which allows field evaluation of units in a comparable operational area. The City of Fayetteville reserves the right to accept the best bid for the City, and is not required to accept the lowest priced bid. The City also reserves the right to reject any or all bids and will be the sole judge of what comprises the best and most advantageous unit to meet the needs of the City. GENERAL PROVISIONS AND REQUIREMENTS 1. GENERAL It is the intent and purpose of these specifications to secure for the purchaser the necessary equipment and accessories which will be capable of performing in a safe, practical and efficient manner consistent with accepted commercial standards. 2. MATERIALS AND WORKMANSHIP All equipment, materials and workmanship shall be of the highest grade in accordance with modem practice . The equipment supplied will be new and unused except for the necessary testing, calibration and transportation. 3. WARRANTY All items fumished in accordance with these specifications shall be covered by the manufacturer's and/or supplier's standard warranty or guarantee on new equipment. The minimum warranty period on new equipment must be one year. Warranty which will be honored by other than the supplier bidding must be annotated. 4. PARTS AND SERVICE To best service the requirements of the purchaser, it is the intent of these specifications to secure equipment, which can be properly maintained and serviced without the necessity of stocking an expensive parts inventory or being subjected to long periods of interrupted service due to the lack of spare parts. 4 • All suppliers submitting proposals must have available a parts and service facility within an area to allow 1 day service on any parts or service needs. The facility shall be staffed with full time technical personnel, as well as order and shipping personnel, during regular business hours and days. A complete set of Parts and Service Manuals are to be provided for the unit. BID#99-66 BASIC SPECIFICATIONS ITEM 1. SKID -STEER LOADER COMPLIANCE WITH APPLICABLE FMVSS SUPERSEDES REQUIREMENTS AS LISTED BELOW MINIMUM SPECIFICATIONS ONLY CAPACITY: 1,700 LB. OPERATING LOAD ENGINE: 4 CYL. - TURBOCHARGED DIESEL - 121 C.I.D. - 53 H.P. © 3100 R.P.M. - 122 FT. LB. TORQUE @ 1700 RPM POWERTRAIN: 41 CC VARIABLE DISPLACEMENT HYDROSTATIC TRANSMISSION PUMPS, 82 CC HYDROSTATIC MOTORS, 80HD CHAIN SIZE, 3800 FT. LBS. WHEEL TORQUE, DOUBLE REDUCTION GEAR/CHAIN FINAL DRIVE TIRES: AIR BOSS OR EQUAL AIRLESS INDUSTRIAL TREAD WHEELBASE: 42" TREAD WIDTH: 55" GROUND CLEARANCE: 7.7" © CENTER OF WHEELBASE BUCKET: MULTI PURPOSE - 12 CU. FT. 66" WIDTH, WITH BOLT ON REPLACEABLE STEEL BLADE. LIFT CAPACITY: 2,100 LB. BREAKOUT: 3,700 LB. WEIGHT: 5400 LB. OPERATING WEIGHT SPEED: TRAVEL: 7 M.P.H. - LIFT: 2.7 SEC. - LOWERING: 2.3 SEC. HYDRAULICS: QUICK COUPLING BOOM HYDRAULICS, 2,650 PSI RELIEF, 25.8 GPM. PUMP © 2900 RPM. 5 • DIMENSIONS: 3PT HITCH: BACKHOE• • OVERALL LENGTH: 126" - WIDTH: 65.6" - HEIGHT: 75" CATEGORY I ADAPTER,150 LB. 11' DIG DEPTH, 2 LEVER CONTROL, INDEPENDENT LEFT/RIGHT STABILIZER CONTROLS, ADJUSTABLE FLIP UP SEAT, SWING SPEED CONTROL. HYDRAULIC HAMMER: 500 FOOT POUND WITH GAS ASSIST CYCLE, INCLUDING 1 EACH POINT BIT AND 1 EACH SPADE BIT. ROCK WHEEL: 12" CUTTING DEPTH, 2.5" CUTTING WIDTH -28 TOOTH, 22" SIDE SHIFT, 1230 LB, 60 RPM WHEEL SPEED, 15 FPM CUTTING SPEED, MULTI -FUNCTION CONTROL HANDLE, REAR MOUNTED 40 GAL. PRESSURIZED WATER TANK W/ NOZZLES, MOUNTING BRKTS, HOSE & QUICK DISCONNECT FITTINGS, SIDE DISCHARGE, PLANETARY DRIVE W/3300 FT. LB. TORQUE, .765" DIA. SHANK CARBIDE TEETH W/REPLACEMENT TOOL, 84 SPARE TEETH TO BE INCLUDED. ROLLER: BOX BLADE. CAPACITIES: MISC.: VIBRATORY SMOOTH DRUM, 66" WIDE, 24" DIA , 8,740 LB DYNAMIC OUTPUT, 2,500 VPM © 15 GPM, 1600 LB. 72" HD4272LB GANNON OR EQUAL, 1/2" X 6" REVERSIBLE CUTTING EDGE, HINGED TAILGATE, 8 SHANK HYDRAULIC SCARIFIER, MIN. WEIGHT- 1,000 LB. 14 GAL. FUEL, 10 QT. COOLING SYSTEM, 7 QT. CRANKCASE W/ FILTER, 6 GAL. HYDRAULIC OIL, 2 GAL. CHAIN CASES, 1 QT. GEAR BOXES. SOUND INSULATION IN CAB AREA, HOUR METER, TACHOMETER, VOLTAGE METER, HYD. OIL TEMP. LIGHT & ALARM, COOLANT TEMP. LIGHT & ALARM, ELECTRICAL SECURITY LOCK, FUEL GAGE, TRANS. CHARGE PRESSURE LIGHT & ALARM, ENGINE OIL PRESSURE LIGHT & ALARM, SEAT BELT LIGHT, AIR CLEANER RESTRICTION LIGHT & ALARM, TRANSMISSION FILTER RESTRICTION LIGHT & ALARM, PARKING BRAKE REMINDER LIGHT & ALARM, DIAGNOSTICS DISPLAY & ALARM. 6 • . •Ist-tsPer019%. :19aiiiteronlittrocaM-1”:4115n.7.; 'Aga. 41111. •• .74ou , • • • • 4*, • • • / 4. 1A1 • 4. • • ' :„I . • • t a A , . , • •• . b."% •• .... •1•. • . • t • - • •4. . .• 1.4 ,• 4.' 4'. • ••4 4 .• 1% 4. 7 l•4e .-. i •- • _• • ••: i'• , . .• . • h',A• CY11,; 4 "• -• 'e• •.. aru g.' ,.•a•I t t • " r •S:, . ?t . • . 4. :• - 4:4' .• ... %r • • ....,. in. 10 • ‘11 ,.'. . -,. .'. "1. .., . •t ;• . "i• i . ' .' ).1•_' .-• ':• •Af••. . ;.* . 4 ,.t :..",-.s•..._.i.: t,. . • -.• 1 • *., .. . ..:.• ... • .:..s.. • • — . , . 4 b. •- k .• ,• 9.: . .-.%4• • • •... • ..• "r. . . AI '. 44 .‘.1-: ,.I. • •. . -. .4. N. ‘0. • 1 • ‘ .. .44 • ' 4..••-r . . •••‘ ‘, c .. " . . ' •• . . 'I ' a:tS..•.. • ‘I.f• .1 • , ' .A% • • , . . . •.-•. -".;,t ••• io. 44 , 1 • , • • • • • • STAFF REVIEW FORM XX AGENDA REQUEST RECEIVED CONTRACT REVIEW AUG 13 1999 GRANT REVIEW For the Fayetteville City Council meeting of September 7. 1999 cITVcLERK'SCFFICE FRAMs CITY OF FAYETTEVILLE W.A.Oestreich Fleet Operations Administrative Services_ Name Division Department prommm RF.Q[TTRFf • Acceptance of the lowest qualified Bidder meeting specifications for the purchase of a Heavy Duty Skid Steer W/Attachments, Bid 99-66, Item #1. The vendor for this purchase will be Williams Ford Tractor & Equipment, P.O.Box 1346, Fayetteville, AR 72702 (Vendor 12860). mem TA rTTv• Cost:$ 50,499.00 Trade Allowance: $ 50,499.00 Cost of this Request 9700-1920-5802.00 Account Number 98065-1 Project Number N/A Net Cost:$ 50,499.00 $ 173,571.00 Category/Project Budget S 53,919.00 Funds Used To Date $ 119,652.00 Remaining Balance Bgpl/Exp Misc. Veh & Equip Category/Project Name Vehicles & Equipment Program Name Fund Shop ET REVIEW: _XX_ Budgeted udget Coordinator tem ")Budget Adjustment Attached dministrative Services Director CONTRACT/GRANT/LEASE REVIEW: A counti 4 a Ci At torney J\IJLPAZ it r Purchasing Officer gTAFF RRrnMMF.NAATTAN• Date Date GRANTING AGENCY: S-9 -99 Date Internal Auditor Date Date Acc-•tance of Bid 99-66 Division Head rector 1 /s.. 1 'strative Services Ma or with the Authorization Director Date Date li Date 4,41yy Date to Purchase Item #1. Cross Reference New Item: Yes No Prev Ord/Res #: Orig Contract Date: • PAYETTEME OEIRAITOi l JNTTIR-OFFICEMEMORANDUM TO: Mayor/City Council THRU: Kevin Crosson, Administrative Services Director THRU: Peggy Vice, Purchasing Manager FROM: W. A. Oestreich, Fleet Operations Superintendent DATE: August 9, 1999 SUBJECT: BID AWARD RECOMMENDATION 99-66 Reference the attached Agenda Request for the Award of Bid 9946, Rem #1. The lowest qualified bidder meeting specifications is Williams Ford Tractor & Equipment, P.O.Box 1346, Fayetteville, AR 72702. (Vendor #12860). This is a budgeted item for the calendar year 1999. The Bid Tabulation Sheet dated July 23, 1999, is included along with a copy of the formal bid that was sent to each of the vendors on the Bidders List attached. The item listed has been evaluated for compliance with original specifications along with anticipated Manufacturer and Dealer support necessary to maintain these units in a proper and efficient manner. It has been with an objective attitude that this bid has been evaluated. This recommendation has been reviewed by Dave Jurgens, Water/Sewer Maintenance, Fleet Operations Division and the Equipment Committee. Therefore, the following is submitted for purchase approval by the Council: ITEM 1. Heavy Duty Skid Steer with Attachments Williams Ford Tractor & Equipment 1999 New Holland LX -665 © $50,499.00,. This Bid was accepted due to the compliance with the original Specifications. This should provide a unit that will be efficient, reliable and compatible to our operations. SUMMARY TO BE DELIVERED AS A COMPLETE UNIT: ITEM 1. Williams Ford Tractor & Equipment -1 Unit at $50,499.00 TOTAL BID AWARD; $50.499.00 The budgeted amount for this item is $173,671.00 in account 9700-1920-5802.00, Project 98065-001. With the purchase of this item at $50,499.00 we will have a balance remaining of $69,153.00. FAYETTEVILLE THE CITY OF FAYETTEVILLE, ARKANSAS DEPARTMENTAL CORRESPONDENCE To: Bill Oestreich, Fleet Mamtena From: David Jurgens, Water/Sewer Date: August 1, 1999 Subject: Skid Steer Requirements My employees and I have reviewed the specifications for the skid steer and the attachments thereto, and concur that the item specified should meet our division's requirements. We also recognize that some of the attachments will be fleet type items which will be shared among divisions as necessary. BDDOE'SKIDSTR .DEP • • FAYETTEVILLE THE CITY OF FAYETTEVILLE, ARKANSAS DEPARTMENTAL CORRESPONDENCE 1 To: Bill Oestreich, Fleet Operations From: Heather Woodruff, City Clerk Date: September 9, 1999 Attached is a copy of the resolution awarding Bid no. 99-66 to Williams Ford Tractor for the purchase of a heavy duty skid steer with attachments. The original will be microfilmed and filed with the City Clerk. Your purchase requisitions have been forwarded to the Internal Auditor for a contract number. cc. Yolanda Fields, Internal Auditor