Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
154-99 RESOLUTION
• • RESOLUTION NO. 154-99 A RESOLUTION AWARDING BID NO. 99-84, ITEM NO. 1, TO CARTHAGE FO1 MERCURY, CARTHAGE, MISSOURI, IN THE AMOUNT OF $37,548, FOR THE PURCHASE OF A CREW CAB DUAL REAR WHEEL 4X4 CAB & CHASSIS WITH MOUNTED 3 -WAY DUMP. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS• Section 1 That the City Council hereby awards Bid No. 99-84, Item No. 1, to Carthage Ford -Mercury, Carthage, Missouri, in the amount of $37,548, for the purchase of a crew cab dual rear wheel 4x4 cab & chassis with mounted 3 -way dump. A copy of the bid tabulation is attached hereto marked Exhibit "A" and made a part hereof. Fwar, +ND APPROVED this Z day of December 1999. u� ['�+-,►� APPROVE Vit+` •n ATTEST: B Heather Woodruff, City Cler By. red Hanna, Mayor n V sIBIHX3 CARTHAGE FORDJMERCURY (2) Q) AHDOM3VUQaOJ 3DVHLWO 0 z Ca 73 5 mr r r $ m 33 2 o ▪ S 0 O 1 0 x N r r m co S3TfS mons' amino Y CO yY WO OC b mfa M N ta Y 10 V ab b 7 3 P N 6 ; y 8 0 0 P P 8 O m 0 O 6 S M 0 P S v a CRIPTION: DUAL REAR WHEEL DUMP TRUCK I • • 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 Services Name Division Department AOTTCN RPQTITRF.T1• Acceptance of the lowest qualified Bidder meeting specifications for the purchase of a Crew Cab Dual Rear Wheel 4 X 4 Cab & Chassis with mounted 3 -Way Dump, Bid 99-84, Item #1. The vendor for this purchase will be Carthage Ford - Mercury. P.O. Box 417, Carthage, MO 64836 (Vendor Pending). rngm TO CTTY• Cost:$ 37,548.00 Trade Allowance. N/A Net Cost:$ 37,548.00 $ 37,548.00 $ 632,544.00 Cost of this Request Repl/Ext' Lt/Med Util Veh, Category/Project Budget Category/Project Name 9700-1920-5802.00 $ 287,315.00 Account Number Funds Used To Date 98063 $ 345,229.00 Project Number Remaining Balance Vehicles & Equipment Program Name Fund Shop BUDGET REVIEW: Budget Coordinator XX Budgeted WHIT Item Budget Adjustment Attached Administrative Services Director CONTRACT/GRANT/LEASE REVIEW: Accounting Manage City (Attorneyti Purchasing Officer gTAFF RrrnmmRNnAT TAN• GRANTING AGENCY: /117.19 Date ADA Coordinator Date Date Internal Auditor 114111 Date // /9 97 Date Acceptance of Bid 99-84 with the Authorization to Purchase Item #1. I AI ivision Head De ent Director n'fd /�...,/.,A / 5; //..�/ ini ra Services Director Mayo 1117x41 Date Date Cross Reference New Item: Yes No Prev Ord/Res #: Orig Contract Date: • • STAFF REVIEW FORM Description: Approval of Purchase - Bid 99-84 Meeting Date: December 7. 1999 Comments: Budget Coordinator: kot Poo` 4-`e7" ktenai- CLUFt6 act L» c &Asyut, boAciatA �o Accounting Manager: City Attorney: Purchasing Officer: ADA Coordinator: Internal Auditor: Reference Comments: CITY OF FAYETTEVILLE FLEE' OPE c Immo 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 16, 1999 SUBJECT: BID AWARD RECOMMENDATION 99-84 Project #98063 Attached is the Agenda Request for the Award of Bid 99-84 to the lowest qualified bidder meeting specifications for the Crew Cab Dual Rear Wheel 4 X 4 w/3 Way Dump scheduled for replacement equipment for utilization in the Fire Department The Vendor for this purchase will be Carthage Ford- Mercury,.Box 417, Carthage, MO 64836, Vendor #Pending. This is a budgeted item for the calendar year 1999. The Bid Tabulation Sheet dated November 15, 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 Street Maintenance Division, Fleet Operations Personnel and the Equipment Committee. Therefore, the following is submitted for purchase approval by the Council: ITEM 1. Crew Cab Dual Rear Wheel 4 X 4 w/ 3 Way Dump ** Carthage Ford -Mercury 2000 Ford F-350 at $37,548.00. This bid was accepted due to the compliance with Specifications without variances and should provide a unit that will to be efficient, reliable and compatible to our operations. SUMMARY TO BE DELIVERED AS 1 COMPLETE UNIT: ITEM 1. Carthage Ford -Mercury 1 unit at $37,548.00 TOTAL BID AWARD: $37,548.00 $37.548.00 • The budgeted amount for this item is from the Shop Fund Capital Expenditures Program, Vehicles and Equipment, Replacement/Expansion Light Medium Utility Vehicles and Equipment, 9700-1920-5802.00 Project 98063. With the purchase of this unit at $37,548.00 a balance of $307,681.00 remains. • • CITY OF FAYETTEVILLE 113 W. Mountain St. Fayetteville, AR 72701 FLEET OPERATIONS 501-444-3494 INVITATION TO BID BID #: 99-84 DATE ISSUED: November 3, 1999 DATE & TIME OF OPENING: November 15, 1999 - 11:30 A.M. BUYER: Peggy Vice, Purchasing Manager, Room 306 - (501) 575-8289 DATE REQUIRED AS COMPLETE UNIT: 90 Days from Date of Order F.O.B. Fayetteville, AR ITEM: DESCRIPTION: QTY: * TOTAL PRICE: 1. Crew Cab DRW 4X4 3 -Way Dump per Item #1 of Specifications Attached 1 $ *GUARANTEED DELIVERY SCHEDULE: ITEM 2 IS OFFERED FOR EITHER SALE OR TRADE *PRICE: 2. 1985 GMC Sierra 3500 Series 4 X 4 SRW Crew Cab Pick Up VIN: 1 GTHK33JOFS531344 Unit # 226 NOTE: ITEM 2 WILL NOT BE RELEASED PRIOR TO RECEIPT OF THE UNIT LISTED IN ITEM #1•. BIDDER IMPOSED RESTRICTIONS ON ITEM 2 1 • • 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: 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 99-84 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 authority to submit bids on behalf of the bidder. The entire cost of preparing and providing responses shall be borne by the bidder. 2 • • 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 form 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 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 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. 3 • • ADDITIONAL TERMS AND CONDITIONS SALE ITEM ONLY ITEM # 2 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 8, 1999 THRU WEDNESDAY, NOVEMBER 10, 1999 AND FRIDAY, NOVEMBER 12, 1999. 7. Questions regarding thls item 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. 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#99-84 BASIC SPECIFICATIONS CREW CAB DRW 4 X 4 - 3 WAY TIPPER DUMP TRUCK 4 • • General Specification Requirements are as follows for a CREW CAB DRW 4 X 4 PICKUP TRUCK. 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 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 fumished. 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. 5 • • 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. 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 provided including CD if applicable. ITEM 1. CREW CAB DRW 4 X 4 - 3 WAY TIPPER DUMP TRUCK COMPLIANCE WITH APPLICABLE FMVSS SUPERSEDES REQUIREMENTS AS LISTED BELOW. MINIMUM SPECIFICATIONS ONLY BODY STYLE: WHEELBASE: DIESEL ENGINE: Conventional Cab/Chassis 176" 8 CYL. MINIMUM ONLY: 7.3 Liter Turbo Charged, 235 H.P. @ 2600 R.P.M., 500 Ft. Lb. © 1800 R.P.M.-120 Volt Engine Block Heater, Dry Type Air Cleaner with Restriction Indicator, Spin -On Fuel Filters, w/Auxiliary Idle Control. 6 • MANDATORY REQUIREMENT FOR CONSIDERATION. PLEASE STATE: MANUFACTURER: • MODEL DESIGNATION: C.I.D. DISPLACEMENT: H.P. RATING: @ R.P.M. TORQUE RATING: (d1 R.P.M. TRANSMISSION: 4 Speed automatic overdrive with auxiliary cooler, manually controlled electric lockout, Integrated Power Take Off position. TRANSFER CASE: Electric Shift on the Fly GVW RATING: 12,500 LBS FRONT AXLE: 4,700 LB. Cap. W/4,700 LB. Cap. Heavy Service Springs, w/ Stabilizer Bar, w/Automatic Locking Hubs DRIVE AXLE: ALTERNATOR: BATTERIES: FUEL SYSTEM: STEERING: WHEELS & TIRES: RADIO: FLOOR COVERING SEAT: CAB. COLOR: WIPERS: MIRRORS: CS4PRCATA%WPQATAnoermITONSTP.EO00 DRW 10,000 LB. CAP. Limited Slip 3.73 Ratio W/8,250 LB. CAP. Springs w/Stabilizer Bar, Auxiliary Springs Dual 110 AMP. Dual 750 CCA. 38 Gal. Capacity Mid -Mount Tank Power Assist, w/Extemal Oil Cooler, Adjustable (Tilt) Steering Column 7 - 16 x 6 Steel Disc - 8 Hole w/LT235/85Rx16 All Terrain BSW Tires including matching disc spare. O.E.M. AM/FM w/Clock Non -Skid Vinyl/Rubber H.D Knitted Vinyl Bench Seat. Equipped with O.E.M. Heater and Air Conditioner w/R134a Refrigerant capable of maintaining sufficient temperature control and air flow for operator comfort. Cab Steps, Rear Step Bumper. EXTERIOR -White INTERIOR -Grey 2 Speed w/Intermittent Feature Left/Right Extendable with Convex Mirrors. • GLASS: Tinted, Maximum Glass area offered by the Manufacturer shall be made available. BRAKE SYSTEM: Power Vacuum Boost Assist, 4 Wheel ABS, 4 Wheel Disc, w/electronic trailer brake controller and 7 Wire Hamess. SAFETY EQUIPMENT: Electronic Back -Up Alarm, 5 Roof Mounted Marker Lamps, Frame Mounted Front Tow Hooks, Lap and Shoulder Retractable Seat Belts, Interior Sun Visor -Both Sides, Electronic Tachometer and Speedometer w/Odometer & Trip Odometer, Voltmeter, Oil Pressure Gauge, Engine Coolant Temperature Gauge and Fuel Gauge, Receiver Hitch w/2" Ball/Pintle Hook attachment. BODY: CAPACITY: Body shall be 8 feet long with 2 to 3 cubic yard capacity, water level load. Side height shall be 10 inches, tailgate height shall be 16 inches, front shall be 35 inches with a 10 inch cab protector and slotted window. Inside width shall be 84 inches SIDES AND ENDS: Shall be fabricated 12 gauge high strength alloy steel with a minimum yield strength of 50,000 PSI. Front shall be 35 inches tall with one horizontal brace. Sides shall have bolt on side board pockets 2 inches wide to allow extending sides 6 inches to height of tailgate. Sides shall have both front and rear corner pillars full height and extended to bottom of side rubrail. Side rubrail shall have 45 degree slope for self cleaning. All welds shall be continuous to prevent entrance and entrapment of moisture. Sides shall fold down to horizontal position level with floor, folding mechanism shall be activated by an efficient single lever trip release. TAILGATE: Shall be 12 gauge high strength alloy steel with minimum yield strength of 50,000 PSI. Fully boxed upper and lower rails shall be sloped 45 degrees to be self cleaning, all to be continuous welded. Upper tailgate hinges shall be 1 inch flame cut and offset forward approximately 5 inches and shall have a 1 1/4 inch diameter pin. There shall be upper and lower dog -leg slotted chain keepers welded to the rear corner pillars to control tailgate opening at bottom, and there shall be sufficient chain to allow tailgate to lay flat approximately flush with the floor when hinged at bottom. FLOOR AND UNDER STRUCTURE: Floor shall be 12 gauge high strength alloy steel with minimum yield strength of 50,000 PSI. The under structure shall be H frame box type with 5'/ foot hinge pivots mounted just below the floor, level on sides and rear, effectively reducing mounting height to not more than 11 inches and suitable for required stability. TAILGATE LATCH: Shall be retractable type latch with minimum of 1 inch flame cut latch finger. Control lever shall be located at left front comer of dump body. LIGHTS AND REFLECTORS: Shall meet Federal FMVSS No. 108. CMPRDATAIWPDATAV00e1rn1roHsme000 8 • • HOISTS: Hoist shall be five stage telescopic NTEA/TBEA Class 10. The cylinder shall be chromed with a collapsed over all length of 10 1/4 inches. Diameter shall be 5 inch, 4'/: inch, 3'/ inch, 2 3/4 inch, 2 inch with a total stroke of 30 inches. The hoist shall pivot on greaseless double -trunnion mount hoist base and double shaft upper body mountings. A body prop shall be provided to support empty body in raised position for servicing. HINGES AND CONTROL: The directional hinges shall be extra heavy duty and operated by hydraulic cylinders. Control panel shall be mounted inside the cab, convenient to the operator. Indicator lights will show body operations being used. Safety switches shall monitor operation, making it impossible to operate unit incorrectly. Hoist will not operate until one hinge is fully engaged and the other two fully retracted. Hinges shall not operate with the body in raised position. HYDRAULIC: PTO & Hydraulic pump shall be 6 G.P.M. gear pump at 1000 RPM. Operating pressure shall be 1500 PSI. Pump shall have sufficient capacity to raise dump body to full dump angle in 13 seconds in any direction. CAB PROTECTOR: 10 inch cab protector is required w/Grote 7622 Amber Rotating Beacon mounted on each side with self leveling bracket. C:MPPIDATAIWPDATAb081011TONSTRE000 9 BIDDERS LIST 1. Ron Blackwell Ford P.O.Box 608 Bentonville, AR 72712 Attn: P. Cody Manus 800-238-9289 FAX 501-464-0984 2. Jones Olds -GMC 3535 N. College Fayetteville, AR 72703 Attn: Duane Mathews 501-521-7281 3. Nelms Chevrolet 2403 N. College Fayetteville, AR 72703 501-442-4201 4. Lewis Ford Sales 3373 N. College Fayetteville, AR 72703 Attn: Ron Masters 501-442-5301 5. Springdale Dodge -Chrysler -Plymouth 2308 S. Thompson Springdale, AR 72764 501-751-4563 6. Lewis Chrysler -Plymouth -Dodge Inc. 3311 N. College Fayetteville, AR 72703 501-442-7552 7. Joplin Ford -Lincoln-Mercury 3000 Range Line Road Joplin, Mo 64804 417-623-5660 FAX -417-623-7305 8. Carthage Ford - Mercury P.O.Box 417 Carthage, MO 64836 Att: Rick Wilton 417-358-4037 800-573-1068 FAX -417-358-8505 cMW %DATAWppATMW81p1LTV8LIST.000 • • • BIDDERS UST SALE ITEMS I. CULVER TRUCK SALES P.O.BOX 21 GREENLAND, AR 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, AR 72701 5. DARREL MEREDITH TRUCK SALES 1749 S. SCHOOL FAYETTEVILLE, AR 72701 6. Auto Wholesalers P.O.Box 445 Hollidaysburg, PA 16648 814-6964343 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: ANIS GHANIWALA 312-235-6500 (800-9424005) 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 N 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