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