Loading...
HomeMy WebLinkAbout152-99 RESOLUTION• • RESOLUTION NO 152-99 A RESOLUTION AWARDING BID NO. 99-82, ITEM NO. 1, TO SCOTT CONSTRUCTION EQUIPMENT, IN THE AMOUNT OF $34,920, FOR THE PURCHASE OF THREE HEAVY DUTY DIESEL -POWERED TRAILER MOUNTED AIR COMPRESSORS, WITH THE TRADE ALLOWANCE FOR ITEM NOS. 2, 3, AND 4. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1 That the City Council hereby awards Bid No. 99-82, Item No. 1, to Scott Construction Equipment, in the amount of $34,920, for the purchase of three heavy duty diesel - powered trailer mounted air compressors, with the trade allowance for Item Nos. 2, 3, and 4. A copy of the bid tabulation is attached hereto marked Exhibit "A" and made a part hereof. 48S -SED AND APPROVED this Z day of December , 1999. •� tb. APPROVED: By. Heather Woodruff, City Clerk /1/1444- Frf=d Hanna, Mayor 0 RA Nsx V II8 I HX8 S 3 0 N saws Hama 1:13n1f0 c011103 naassBMaVw a. Pca SAS rLf '� 1 yy�a N co aj N W� fD r -41 10 �� AN -c°1-. qp O O O 2. O C 0 g O O. s O O O O S S a 03oo 00 e•0 0o001 ✓ i▪ s -• M O q• Nq O O "al P N p P p Q O p a o o S o o ao O O c 0 P . 6 01 • N 3 • 3 o O N • p V V Cr. OI N y o O o a N o O IV S O O. O O O O O O P P P P S S S S 40 401 N N 0 0 0 O 0 P O; P Cr. o G N a 0. S. N O 010 M w O O O O O enP P P N O. S n M M > O > O N V O O O P Nfn P P P S o 0 a S 0. • STAFF REVIEW FORM XX AGENDA REQUEST CONTRACT REVIEW GRANT REVIEW For the Fayetteville City Council meeting of December 7, 1999 FRnM• • W.A.Oestreich Fleet Operations Administrative Serviced Name Division Department ArTTAN RFg[1TRF11- Acceptance of the lowest qualified Bidder meeting specifications for the purchase of 3 Heavy Duty Diesel Powered Trailer Mounted Air Compressors, Bid 99-82, Item #1, with the trade allowance for items #2, 3, & 4. The vendor for this purchase will be Scott Construction Equipment, 4831 N. Thompson, Springdale, AR 72764 (Vendor 3482). rngm Tn rTTy• Cost:$ 34,920.00 Trade Allowance: 5,700.00 Net Cost:S 29,220.00 $ 29,220.00 Cost of this Request 9700-1920-5802.00 Account Number 98065 Project Number $ 173,571.00 Repl/Exp Misc Veh/Equip Category/Project Budget Category/Project Name $ 99,055.00 Vehicles & EQuipment Funds Used To Date Program Name S 74,216.00 Shop Remaining Balance Fund BUDGET REVIEW: XX Budgeted Item Budget Adjustment Attached Budgdt Coordinator Administrative Services Director CONTRACT/GRANT/LEASE REVIEW: Accou City Atto ney /?-/7-9y Date Date t% -x-119 GRANTING AGENCY: ADA Coor Purchasing Officer Date CTAFF RFrnMMRNnATTAN• Internal Auditor Date Date Acceptance of Bid 99-82 with the Authorization to Purchase Item #1 and accept rade „allowanpe for Items #2, 3, & 4. 4D �/aaertm nt Director 4140 01 4A1 A in 4tiv Services Director /0; ;' tes May r Date 9 Cross Reference New Item. Yes No Prev Ord/Res #: Orig Contract Date: • • STAFF REVIEW FORM Description: Approval of Purchase - Bid 99-82 Meeting Date: December 7. 1999 Comments: Reference Comments: Budget Coordinator: Accounting Manager: City Attorney: Purchasing Officer: ADA Coordinator: Internal Auditor: • CITY OF FAYETTEVILLE Fn r EPCS o A`ll'y INTER -OFFICE MEMORANDUM TO: Mayor/City Council THRU: John Maguire, Administrative Services Director THRU: Peggy Vice, Purchasing Manager FROM: W. A. Oestreich, Fleet Operations Superintendent DATE: November 12, 1999 SUBJECT: BID AWARD RECOMMENDATION 99-82 Project #98065 Attached is the Agenda Request for the Award of Bid 99-82 to the lowest qualified bidder meeting specifications for the Heavy Duty Diesel Powered Trailer Mounted Air Compressor scheduled for replacement equipment for utilization in the Street Maintenance Division and the Water/Sewer Maintenance Division. The Vendor for this purchase will be Scott Construction Equipment, 4831 N. Thompson, Springdale, AR 72764, Vendor #3482. These are budgeted items for the calendar year 1999. The Bid Tabulation Sheet dated November 12, 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 this unit 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 the Street Maintenance Division, Water/Sewer Maintenance Division, Fleet Operations Personnel and the Equipment Committee. Therefore, the following is submitted for purchase approval by the Council: ITEM 1. Heavy Duty Diesel Powered Trailer Mounted Air Compressor "" Scott Construction Equipment 1999 Ingersoll Rand Mdl 185 Compressor at $11,640.00. This ITEM 1. • • bid was accepted due to the compliance with Specifications without variances and should provide units that will to be efficient, reliable and compatible to our operations. SUMMARY TO BE DELIVERED AS 3 COMPLETE UNITS: Scott Construction Equipment 3 units at $11,640.00 LESS TRADE ALLOWANCES AS FOLLOWS: ITEM 2 Unit 903-1984 Sullair 185 --CREDIT ITEM 3. Unit 920-1989 Sullair 185 --CREDIT ITEM 4. Unit 921-1989 Sullair 185 --CREDIT TOTAL CREDIT $ 34,920.00 <$1,500.00> <$2,100.00> <$2,100.00> <$5,700.00> TOTAL BID AWARD: $29,220.00 The budgeted amount for these items is from the Shop Fund Capital Expenditures Program, Vehicles and Equipment, Replacement/Expansion Other Vehicles & Equipment, 9700-1920-5802.00 Project 98065. With the purchase of these units at $29,220.00 a balance of $44,996.00 remains. • • CITY OF FAYETTEVILLE 113 W. Mountain St. Fayetteville, AR 72701 FLEET OPERATIONS 5014444494 INVITATION TO BID BID #: 99-82 DATE ISSUED: November 1, 1999 DATE & TIME OF OPENING: November, 12, 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: *TOTAL 1. Diesel Powered Trailer Mounted Air Compressor per Item #1 of Specifications Attached 3 $ $ "GUARANTEED DELIVERY SCHEDULE: ITEMS 2, 3, 4, 5 & 6 ARE OFFERED FOR EITHER SALE OR TRADE "PRICE: 2. UNIT 903 1984 SULLAIR 185 COMPRESSOR VIN: 004-85875 CHD 3. UNIT 920 1989 SULLAIR 185 COMPRESSOR VIN: 102324 4. UNIT 921 1989 SULLAIR 185 COMPRESSOR VIN: 102348 ANCOMP.000 1 5. FA#2599 1.5 KW HOL-GAR PORTABLE GENERATOR VIN: 35692 6. 3.0 KW HOLLINGSWORTH PORTABLE GENERATOR VIN: KA -68-07949 7. 3.0 KW HOLLINGSWORTH PORTABLE GENERATOR VIN: KA -73-0030378 8. 5 CFM MELLEY PORTABLE COMPRESSOR PARTS ONLY NSN $ NOTE: ITEMS 2. %,& 4 WILL NOT BE RELEASED PRIOR TO RECEIPT OF THE UNITS LISTED IN ITEM #1. *BIDDER IMPOSED RESTRICTIONS ON ITEMS 2, 3, 4, 5, 6, 7 & 8 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: AIACOMP.000 2 • PLEASE NOTE: ALL ITEMS MARKED " ARE CONSIDERED MANDATORY REQUIREMENT FOR CONSIDERATION OF BID. FAILURE TO COMPLETE THESE ITEMS MAY RESULT IN REJECTION OF BID. BID 99-82 SPECIAL TERMS & CONDITIONS ITEM #1 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 fors 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 authonty 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 for. 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 for 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 Road., Fayetteville, AR, 72701, and shall include all dealer preparation charges, labor, materials, overhead, profit, insurance, inspection fees, etc., to cover the furnishing 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 ANOOMP.000 3 • • specifications. The City reserves the right to request any additional information it deems necessary from any or all bidders after the submission deadline. 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 retumed 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. ADDITIONAL TERMS AND CONDITIONS SALE ITEMS ONLY ITEMS# 2, 3, 4, 5, 6,7&8 1. All bids shall be submitted on forms provided by the City. 2. Bids received after the date and time set for receiving bids will not be considered. 3. 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. 4. The City assumes no responsibility for the safety of the Bidder during inspection of the item listed herein. 5. The items listed will be sold "AS IS -WHERE IS" with no warranty either express or implied. 6. Arrangements for inspection may be made by appointment with Fayetteville Fleet Operations Division, 1525 S. Happy Hollow Road, Fayetteville, AR., 501-444-3494 & 501-444-3496, between 9:00 A.M. and 4:00 P.M. MONDAY, NOVEMBER 1, 1999 AND FRIDAY, NOVEMBER 5, 1999 AND MONDAY; NOVEMBER 8, 1999 THROUGH TUESDAY, NOVEMBER 9, 1999. 7. Questions regarding these items may be directed to the Fleet Operations Division, 1525 S. Happy Hollow Road, Fayetteville, AR., 72701 501-444-3494 & 501-444-3496 8. Notification of bid award will not be made prior to proper approval of the acceptance of this bid by the City. Therefore, the following provisions for payment and possession are contingent on required approval by the City of Fayetteville. A. Payment for the item/items listed herein shall be made after notification of bid award and prior to release of the item/items awarded. McoMP.000 4 • B. Removal of the item/items listed herein awarded to the successful bidder shall be the sole responsibility of said successful bidder. 9. The item bid and the bid number shall be stated on the face of the sealed bid envelope. BID #99-82 BASIC SPECIFICATIONS TRAILER MOUNTED DIESEL POWERED AIR COMPRESSOR General Specification Requirements are as follows for TRAILER MOUNTED DIESEL POWERED AIR COMPRESSOR. 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-Iited" 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 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 Ilsted herein shall comply with applicable Federal and State Safety, Emission and Pollution Control Requirements in effect at time of delivery. Standard.Manufacturees Warranty shall be fumished. Minimum Warranty period shall be no Tess than 1 year. MAGOMP.000 5 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 compnses 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 penod on new equipment must be one year. Warranty which will be honored by other than the supplier bidding must be annotated. A copy of the warranty shall be provided with the Bid clearly indicating Time and Operating Hour limitations. 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 property 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. 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. AUCOMP.000 • • ITEM 1. TRAILER MOUNTED DIESEL POWERED AIR COMPRESSOR COMPLIANCE WITH APPLICABLE FMVSS SUPERSEDES REQUIREMENTS AS LISTED BELOW. MINIMUM SPECIFICATIONS ONLY TYPE: Self-contained, fully -enclosed, heavy-duty portable air compressor, approximate shipping weight: 2600 Ib., approximate working weight 3000 lbs.. CAPACITY: • 185 CFM Free air at 100 PSI. 75 -125 Operating Pressure Range COMPRESSOR: Oil flooded rotary screw, 3.5 Gallon oil capacity, with Direct Drive Coupling. ENGINE: Water cooled, four cylinder, 4 cycle diesel with a minimum of 239 CID, 80 HP. Rated speed not to exceed engine manufacturers published rated speed for compressor operation. John Deere Model CD4039D equipped w/2 gallon oil capacity. STARTER: Electric, 12 Volt -w/865 CCA Maintenance Free Battery, Minimum. AIR INTAKE FILTER: 2 -stage dry type. Separate filters for compressor and engine on all models. AIR RECEIVER: 6.7 Gallon, 175 PSI working pressure. ASME code approved construction, equipped with ASME air pressure relief valve located upstream of the final oil separator, and two 3/4 inch service valves. MOUNTING: Leaf Spring Suspension w/Two wheel trailer pneumatic tires, 15" - 4 Ply Rating, Adjustable Jack w/Swivel Caster. 65" Track, 75" overall width, 150" maximum length including rear bumper. BRAKES: Electric Brakes w/Breakaway Switch and Hand Parking Brake. INSTRUMENT PANEL: Front Mount Lockable, Includes voltmeter, hour meter, fuel gauge, coolant temperature gauge, engine oil pressure gauge, compressor air pressure gauge, Air cleaner service indicators, & start -stop control. CONTROL: 100% stepless demand type controlling engine speed. COOLING SYSTEM: Sufficient engine and compressor cooling to operate at rated air delivery and pressure continuously in 120 degrees Fahrenheit ambient temperatures, with protection to -30 degrees Fahrenheit.. PROTECTIVE CIRCUIT: Automatic shutdown of machine in case of high compressor temperature, high engine coolant temperature, or low engine oil pressure. FUEL TANK Sufficient fuel tank capacity for full shift operation with lockable cap. GENERAL: Compressor to be equipped No Load Start Up Switch, safety tow chains with AV GOMPA00 ANCOMP.000 grab hooks, automatic blowdown valve, minimum pressure valve with integral check valve, adjustable height removable draw bar with 3 inch diameter lunette eye, single lifting eye, lockable curbside tool compartment, lockable doors and removable canopy. Two Stop, Tail and Tum indicator lamps, Two 50' Air Hoses with reels, Machine designed to meet EPA sound level requirements of 78 d.b.a. at 7 meters. 8 NOTICE TO BIDDER BID NO. 99- 82 COMMODITY: TRAILER MOUNTED DIESEL POWERED AIR COMPRESSOR WITH THE SALE OR TRADE OF USED EQUIPMENT The City of Fayetteville, Arkansas will receive sealed bids at the Purchasing Office, City Hall, 113 W. Mountain Street, Fayetteville, Arkansas, 72701, until 11:00 A.M., NOVEMBER 12, 1999, for the fumishing of: COMMODITY: TRAILER MOUNTED DIESEL POWERED AIR COMPRESSOR WITH THE SALE OR TRADE OF USED EQUIPMENT LISTED BELOW: UNIT # 903 -1989 SULLAIR 185 CFM AIR COMPRESSOR VIN: 004-85875-CHD UNIT # 920 - 1989 SULLAIR 185 CFM AIR COMPRESSOR VIN: 102324 UNIT # 921 - 1989 SULLAIR 185 CFM AIR COMPRESSOR VIN: 102348 FA #2599 1.5 KW HOL-GAR PORTABLE GENERATOR VIN: 35692 3.0 KW HOLLINGSWORTH PORTABLE GENERATOR VIN: KA -68-07949 3.0 KW HOLLINGSWORTH PORTABLE GENERATOR VIN: KA -73-0030378 5 CFM MELLEY PORTABLE COMPRESSOR PARTS ONLY NSN Bid forms and specifications for the units being purchased may be obtained from the Purchasing Office, located in Room 306, 3rd floor of the City Administration Building, 113 W. Mountain St., Fayetteville, AR 72701. Bid forms with terms and conditions for the units being offered for sale or trade may be obtained from the Purchasing Office, located in Room 306, 3rd floor of the City Administration Building. Provisions for inspection of Trade/Sale unit are a part of the Invitation to Bid 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 11/3/99 NORTHWEST ARKANSAS TIMES Billing refer to P.O.# Approve: are pea. Slims mm --- Mayor. Department Director. Purchasing Manager. Admin. Services Director. Budget Coordinator. Data Processing Mgr. Special Instructions:- – — - a. 0 0 CO V O) N A 0 N 3 III FAYETTEVILLE rddress: P.O.BOX 1607 CITY OF FA Purchase Requisltic root .pun Vendor ti:Vendor Name: 8830 NWA TIMES SHIPPING/HANDLING o Appear 11/3/99 !Advertisement for Bid 99-82 m O N N Q N n r A 5 A a 4 m� V c C o O n C N O oo O o O moos 1 oo.os oo.os oo.os 1 p O O O O O O O O O O O A. 9700-1920-5301.00 Account Number. 'Requester's Employee#: 241 N C 0 FOB Point: Fayetteville, AR 01 0 ProjecVSubProject Number. 1►" <3 iR s d P.O. Number. lEtpected Delivery Date: 11/03/99 Requisition No.: Date. dotal: $0.0 $o.0 02 0 tO 0 • C ffi SE z 'z 0 a 0 < J J a a O ..A CO CD BIDDERS LIST 1. Williams Ford Tractor & Equipment Co. P.O.Box 1346 Fayetteville, AR 72702-1346 2. JA Riggs Tractor Co. 9125 Interstate 30 Little Rock, AR 72709 3. Scott Construction Equipment 4831 N. Thompson Springdale, AR 72764 4. EAMartin Machinery Co. 802 E. 264 Hwy Springdale, AR 72764 5. Traksan Equipment Co. 1531 E. Ford Ave Springdale, AR 72764 Clark Machinery Co. P.O.Box 1985 Fort Smith, AR 72901 7. Mitchell Machinery Co. P.O.Box 1267 Van Buren,AR 72956 8. Warrior of Arkansas 2003 South 8th St. Rogers, AR 72756 9. Midwestern Equipment Co. P.O.Box 3445 Tulsa, OK 74101 Attn: Newton Box 800-324-6144 10. Grant Manufacturing & Equipment Co., Inc. 1828 Northwest 4th St. Oklahoma City, OK 73106 800-259-9892 FAX 405-236-1472 11. Little Rock Equipment Sales 13001 Interstate 30 Little Rock, AR 72209 12. Daugherty Equipment 1507 W. Truckers Lane Fayetteville, AR 72701 • BIDDERS UST SALE ITEMS I. CULYER TRUCK SALES P.O.BOX 21 GREENLAND, All 72737 501-521-2870 2. Elliott Equipment Co. 3100 W. 76th Street Davenport, Iowa 52806 Attn: Phil Allen 800-786-4841 FAX 319-391-8823 3. Abdul Waheed 8403 E. 98TH TERRACE KANSAS CITY, MO 64134 816-765-0707 FAX -SAME - 4. WARFORD AUTO WRECKERS INC. PUMP STATION ROAD FAYETTEVILLE, Alt 72701 5. DARREL MEREDITH TRUCK SALES 1749 S. SCHOOL FAYETTEVILLE, AR 72701 6. Auto Wholesalers P.O.Box 445 Hollidaysburg, PA 16648 814-696-4343 Fax 814-696-1324 7. Meuser Heavy Equipment 4100 S. Hiway 71B Springdale, AR 72764 501-751-0680 8. CHICAGO MOTORS INC. 2553 WEST CHICAGO AVE. CHICAGO, ILLINOIS 60622 Attn: MIS GHANIWALA 312-235-6500 (800-942-0005) FAX 312-235-6532 9. GCDC, INC. P.O.BOX 15158 FORT LAUDERDALE, FL 33318 ATTN: ALEX ZAGRUZNY 954.792.777 FAX 954.792.7050 • 10. AMI AUTO BROKER 16329 CENTER POINT GROVER, MO 63040 314-458-1380 11. ATLAS AUTO LEASING 750 E. IRVING BLVD. IRVING, TEXAS 75060 972-554-1117 12. Ralph J. Bell 151 14 Platinum Drive Apt 1 Fayetteville, AR 72701 501.973.2754 13. DIXIE SURPLUS EQUIPMENT P.O.BOX 8507 ALEXANDRIA, LOUISIANA 71306 ATTN: KENNETH MCKAY 318-765-3068 FAX318-765-9312 14. WHITTLE TRUCK SALES P.O.BOX 7061 SPRINGDALE, AR 72766 ATTN: RICK WHITTLE 501-750-9410 15. CENTRAL OKLAHOMA POLICE SUPPLY 1329 N. HARRISON SHAWNEE, OK 74810 ATTN: CHRIS HURLEY 800-259-7177 405-275-7177 16. Trucks & Parts of Tampa 1015 S. 50th St. Tampa, FL 33619 800-488-8889 Attn: Bruce Goldenberg 17. Dale Frederick 6537 Huntsville Rd. Fayetteville, AR 72701 18. Al Coakley 2761 Boxwood Fayetteville, AR 72703 • • 19. Mountain Creek Real Estate Co. P.O.Box 520 Huntsville, AR 72740 Attn: Bill G. Cotton 501-456-2547 Fax 501-738-6262 20. Raymond E. Purser P.O.Box 1489 Huntsville, AR 72740 501-738-6420 21. SITC Services Corp. 18603 E. Hwy. 412 Springdale, AR 72764 Attn: James Dudley 501-751-4001 Fax 303-688-1372 22. Police Cars Unlimited P.O.Box 770893 Woodside, NY 11377 Attn: Tammy 23. Reeder Simco Truck Center, Inc. 3421 South Zero Fort Smith, AR 72908 Attn: Ken Plemmons 800-643-2013 Fax 501-646-0533 24. Vicki Kaufman 841 Lola Lane Fayetteville, AR 72701 25. Hancock Farms Equipment & Supply 290 East Main - Hwy 62 Farmington, AR 72730 Attn: Brad Hancock 501-267-3685 26. AG Products 2525 W. Broadway Phoenix, AZ 85041 602-268-8707 3