HomeMy WebLinkAbout39-99 RESOLUTIONRESOLUTION NO 39-99
A RESOLUTION AWARDING BID NO. 99-25 TO WILLIAMS
FORD TRACTOR FOR ITEM NO. 1 IN THE AMOUNT OF
$82,998 FOR TWO UNITS, AND ITEM NO. 2 IN THE AMOUNT
OF $46,999, MINUS TRADE IN VALUE OF $92,500 FOR ITEM
NO. 3, ITEM NO. 4 AND ITEM NO. 5, FOR A TOTAL BID
AWARD IN THE AMOUNT OF $37,497.
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE,
ARKANSAS:
Section 1. That the City Council hereby awards Bid No. 99-25 to Williams Ford Tractor
for Item No 1, in the amount of $82,998, for two units; and Item No. 2 in the amount of $46,999,
minus trade in value of $92,500 for Item No. 3, Item No. 4 and Item No. 5, for a total bid award in
the amount of $37,497. A copy of the bid tabulation is attached hereto marked Exhibit "A" and
made a part hereof.
PASSED AND APPROVED this 2L day of March , 1999.
ATTEST:
APPROVED:
By.
Fred Hanna, Mayor
STAFF REVIEW FORM
XX AGENDA REQUEST
CONTRACT REVIEW
GRANT REVIEW
For the Fayetteville City Council meeting of Marrh 16. 1999
FROM•
W.A.Oestreich fleet Operations Administrative Services
Name Division Department
ArTTCIN RFQTTTRFII •
Acceptance of the lowest qualified Bidder meeting specifications for the
purchase of 90 PTO HP Tractors per Bid 99-25, Items #1 & 02 with acceptance
of the trade offer for Items #3, 04 & #5. The vendor for this purchase will
be Williams Ford Tractor, P.O.Box 1346, Fayetteville, AR 72702. (Vendor
012860) These units will be utilized by the City of Fayetteville Pollution
Control Plant/Sludge Management Site.
rnvT Tn rTTY•
Cost:$ 129.997.00
Trade Allowance:<$921500.00> Net Cost:$ 37.497.00
$ 37,497.00 $ 192.000.00
Cost of this Request
Rep'. Tractor/Mower
Category/Project Budget Category/Project Name
9700-1920-5802.00 $
Account Number Funds Used
98068
Project Number
75.00 Vehicles & Equipment
To Date Program Name
$ 191.925.00
Remaining Balance
Fund
Shop
BUDGET REVIEW: XX Budgeted
,s 5L9 Z-2.94
Budgetoordinator
Item
Budget Adjustment Attached
Administrative Services Director
CONTRACT/GRANT/LEASE REVIEW:
214,4r6AT i lLl�c�iL
Accou tint! ger
City Attorfie
-Q\J
Purchasing Officer
STAFF RFrnPMFNDATTnN•
GRANTING AGENCY:
Date
Date
Internal Auditor Date
Acceptance of Bid 99-25 with the Authorization to Purchase
th aptance of ,rade offer ofItems 03, #4 and #5.
Division Head
1 partment irector
• i / trati e ervices
AfI
Director
Ma
r
Date
Date
2g-
€231
rat
Date
Items #1 & #2
Cross Reference
New Item: Yes No
Prev Ord/Res a:
Orig Contract Date:
and
ant OFFAYE ill7LLE
EIU&U Ot LSe UUU�'U
TO: Mayor/City Council
THRU: Kevin Crosson, Administrative Services Director
THRU: Peggy Vice, Purchasing Manager
FROM: W. A. Oestreich, Fleet Operations Superintendent
DATE: February 24, 1999
SUBJECT: BID AWARD RECOMMENDATION 99-25
Reference the attached Agenda Request for the Award of Bid 99-25, Items #1 and #2 with the
acceptance of the trade allowance offered for Items #3, #4 & #5. The only qualified bidder meeting
specifications is Williams Ford Tractor, P.O.Box 1346, Fayetteville, AR 72702. (Vendor #1346).
These are budgeted items for the calendar year 1999.
The Bid Tabulation Sheet dated February 16, 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 items listed have 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.
This bid was sent to over 10 prospective bidders for new equipment, with this being the only
acceptable response. I spoke to some of the potential bidders for the sale items with the response
that they did not feel they would be able to match pricing from a local vendor who would be very
competitive. Evaluation of the bid shows that the pricing structure received for the new units is in line
with other units on the market in the same size and horsepower category.
It has been with an objective attitude that this bid has been evaluated. This recommendation has
been reviewed by Pollution Control Plant/Sludge Management Site, Fleet Operations Division and
the Equipment Committee.
Therefore, the following is submitted for purchase approval by the Council:
ITEM 1. 4 Wheel Drive Utility Tractor
..
Williams Ford Tractor
1999 Ford New Holland 8160 Utility Tractor @ $41,499.00,. This Bid
was accepted due to the compliance with the original Specifications.
This should provide units that will be efficient, reliable and compatible
to our operations.
ITEM 2. 4 Wheel Drive Utility Tractor w/Loader
ITEM 1.
ITEM 2.
•
Williams Ford Tractor
1999 Ford New Holland 8160 Utility Tractor w/7312 Loader
$46,999.00,. 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 COMPLETE UNITS:
Williams Ford Tractor - 2 Units at $41,499.00
$ 82,998.00
Williams Ford Tractor - 1 Unit at $46,999.00
$ 46, 999.00
$129,997.00
LESS TRADE CREDIT:
ITEM 3. Unit #547 - 1995 Ford 7840 Tractor
VIN: BD -87050 c$29,500.00>
ITEM 4. Unit #548 - 1995 Ford 7840 Tractor
VIN: BD -99411 <$30,000.00>
ITEM 5.
Unit #549 - 1995 Ford 7840 Tractor
W/Loader (Less Bucket)
VIN: BD-88959/55BP009
<$33,000.00>
<$92,500.00>
TOTAL BID AWARD* $ 37.497.00
The budgeted amount for these items is $192,000.00 in account 9700-1920-5802.00, Project 98068-
001. With the purchase of these items at 537,497.00 we will have a balance remaining of
$154,428.00.
:A9 a]IdIi2130
z
n
0
0 0 c 0
a4=
Z
Co m e
088
wa
Z
r • =
o
u 61 0
m
00'666'9PS )!un
00009'925 /quo aper
oo oo0'OCS kuo aped
3(10)/31 NO121
0
o
x
-n
N
•
m
O
O
m
o O
O 0
Q 0- -
S 3
O 0
v v
3 5
0
0
o cr0
O O
s s
N_
N
m
W
m
u•
DESCRIPTION: 90 PTO 4 -WHEEL DRIVE HID UTILITY TRACTOR
J 0 IIW
'co h Imo' IN IA Iw IN H L y
HUH
t
s
F
I
3
i
u
a
I
H
3
2Y
2
o
'O
o
o'
n
D
CD
CD
N
DI
CD
3
IV
7
100
N
N
w
'w 'w
'w
'w
'w 'w
w
'w
w
'w
0
0
0
0
0
0
0
0
o
o
Io
o
0
0
0
0
0
0
0
0
0
0
D
O
�
m
I:
0
m
x
≤
Q,
m
V
N
N
ir
--
AO
at
P
FAYETTEVILLE
THE CITY OF FAYETTEVILLE. ARKANSAS
DEPARTMENTAL CORRESPONDENCE
Giv) d&L
To: Bill Ocstrcich, Fleet Maintenance
From: Heather Woodruff, City Clerk
Date: March 31, 1999
Attached is a copy of resolution awarding Bid 99-25 to Williams Ford Tractor for your records.
The original will be microfilmed and filed with the city clerk. Your purchase requisition has
been forwarded to Internal Auditor.
cc. File
Internal Auditor
STAFF REVIEW FORM
XX AGENDA REQUEST
CONTRACT REVIEW
GRANT REVIEW
,Ets 39-99
MICR
For the Fayetteville City Council meeting of March 16. 1999
FRnm .
W.A.Oestreich Fleet Operations Administrative SPrvi(PS_
Name Division Department
PCTTnN RPQTTTRPn•
Acceptance of the lowest qualified Bidder meeting specifications for the
purchase of 90 PTO HP Tractors per Bid 99-25, Items #1 & #2 with acceptance
of the trade offer for Items #3, #4 & #5. The vendor for this purchase will
be Williams Ford Tractor, P.O.Box 1346, Fayetteville, AR 72702. (Vendor
#12860) These units will be utilized by the City of Fayetteville Pollution
Control Plant/Sludge Management Site.
rngT Tn rTTY•
Cost:$ 129.997.00 Trade Allowance:<$92,500.00> Net Cost:$ 37.497.00
$ 37,497.00
Cost of this Request
9700-1920-5802.00
Account Number
98068
Project Number
$ 192,000.00
Category/Project Budget
$
Funds
75.00
Used To Date
$ 191.925.00
Remaining Balance
Repl. Tractor/Mower
Category/Project Name
Vehicles & Equipment
Program Name
Fund
Shop
BUDGET REVIEW: XX Budgeted Item
Budget oordinator
Budget Adjustment Attached
Administrative Services Director
CONTRACT/GRANT/LEASE REVIEW:
Accougti.iMa. er
GA/
City Att�/o
Purchasing Officer
STAPP RPrntMPNnATTnf•
ct
Date
GRANTING AGENCY:
ADA Coo
a
2.2s' y
Date
Date
or
Internal Auditor
Date
a p29/17
Date
Acceptance of Bid 99-25 with the Authorization to Purchase
th ag ptance of jjrade offer ofItems #3, #4 and #5.
Division Head
partme t e rector
4 1 �A
•••i i trati - ervices
Date
Date
22rW
Director 443, ,,gnat q
///7/// gal!
Date
Items #1 & #2
Cross Reference
New Item: Yes No
Prev Ord/Res #:
Orig Contract Date:. _
and
WI OF FATEINVIIIE
IFIu n Umu° ironl
(NEER-OFFICEMEMORANDUM
TO: Mayor/City Council
THRU: Kevin Crosson, Administrative Services Director
THRU: Peggy Vice, Purchasing Manager
FROM: W. A. Oestreich, Fleet Operations Superintendent
DATE: February 24, 1999
SUBJECT: BID AWARD RECOMMENDATION 99-25
Reference the attached Agenda Request for the Award of Bid 99-25, Items #1 and #2 with the
acceptance of the trade allowance offered for Items #3, #4 & #5. The only qualified bidder meeting
specifications is Williams Ford Tractor, P.O.Box 1346, Fayetteville, AR 72702. (Vendor #1346).
These are budgeted items for the calendar year 1999.
The Bid Tabulation Sheet dated February 16, 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 items listed have 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.
This bid was sent to over 10 prospective bidders for new equipment, with this being the only
acceptable response. I spoke to some of the potential bidders for the sale items with the response
that they did not feel they would be able to match pricing from a local vendor who would be very
competitive. Evaluation of the bid shows that the pricing structure received for the new units is in line
with other units on the market in the same size and horsepower category.
It has been with an objective attitude that this bid has been evaluated. This recommendation has
been reviewed by Pollution Control Plant/Sludge Management Site, Fleet Operations Division and
the Equipment Committee.
Therefore, the following is submitted for purchase approval by the Council:
ITEM 1. 4 Wheel Drive Utility Tractor
Williams Ford Tractor
1999 Ford New Holland 8160 Utility Tractor @ $41,499.00,. This Bid
was accepted due to the compliance with the original Specifications.
This should provide units that will be efficient, reliable and compatible
to our operations.
ITEM 2. 4 Wheel Drive Utility Tractor w/Loader
..
Williams Ford Tractor
1999 Ford New Holland 8160 Utility Tractor w/7312 Loader (4)
$46,999.00,. 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 COMPLETE UNITS:
ITEM 1. Williams Ford Tractor - 2 Units at $41,499.00
$ 82,998.00
ITEM 2. Williams Ford Tractor - 1 Unit at $46,999.00
$ 46,999.00
LESS TRADE CREDIT:
ITEM 3.
ITEM 4.
ITEM 5.
Unit #547 - 1995 Ford 7840 Tractor
VIN: BD -87050
Unit #548 - 1995 Ford 7840 Tractor
VIN: BD -99411
Unit #549 - 1995 Ford 7840 Tractor
W/Loader (Less Bucket)
VIN: BD-88959/55BP009
$129,997.00
<$29,500.00>
<$30,000.00>
<$33,000.00>
<$92,500.00>
TOTAL BID AWARD; $ 37,497.00
The budgeted amount for these items is $192,000.00 in account 9700-1920-5802.00, Project 98068-
001. With the purchase of these items at $37,497.00 we will have a balance remaining of
$154,428.00.
DESCRIPTION: 90 PTO 4 -WHEEL DRIVE H/D UTILITY TRACTOR
2
w
14
Iwo
v
n
0 0
c c
a
0
c
o
0
0
0
4
O
c
trade only 533.00000
trade only $30.000 00
trade only $26.
unit 346.999.00
8O 0
o (9
4 ?1 g m
n n m_=
O 0 cN+Z
c c
COX FARMS
RICK TEAGUE
&i o
c 0 LL
7
1
NOTICE TO BIDDER
BID NO. 99- 25
COMMODITY: 90 PTO HP -4 WHEEL DRIVE UTIUTY TRACTOR WITH THE SALE
OR TRADE OF USED UTIUTY TRACTORS
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., FEBRUARY
16, 1999, for the furnishing of: COMMODITY:
90 PTO HP - 4 WHEEL DRIVE UTILITY TRACTOR WITH THE SALE OR TRADE OF
USED UTILITY TRACTORS LISTED BELOW:
UNIT # 547 - 1995 Ford 7840 Tractor VIN: BD -87050
Approx. 17XX Hours
UNIT # 548 - 1995 Ford 7840 Tractor VIN: BD -99411
Approx. 18XX Hours
UNIT # 549 - 1995 Ford 7840 Tractor W/Loader (Less Bucket)
VIN: BD-88959/55BP009 Approx. 11XX Hours
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 2/7/99 NORTHWEST ARKANSAS TIMES
Billing refer to P.O.#
BIDDERS LIST
Tractors/Loaders/Mowing Equipment
Warrior of Arkansas
2003 South 8th St.
Rogers, AR 72756
Springdale Tractor Co.
Hwy 68 West
Springdale, AR 72764
Williams Ford Tractor & Equipment Co.
P.O.Box 1346
Fayetteville, AR 72702-1346
Alma Tractor & Equipment, Inc.
35 Highway 71 North
Alma, AR 72921
501-632-6300 FAX 501-632-6309
Att: J.D.Alexander
Luber Brothers Lawn & Garden Equipment
6801 N.W. 50
Oklahoma City, OK 73008
Little Rock Equipment Sales
13001 Interstate 30
Little Rock, AR 72209
Daugherty Equipment
1507 W. Truckers Lane
Fayetteville, AR 72701
Southem Green
21126 Plank Road
Zachary, LA 70971
800.888.9883
Barton County Implement Co.
510 W. 12th St.
Lamar, MO 64759
Attn: Joe Terrington
417-682-5556 - FAX 417-682-3030
10. Hancock Farms Equipment & Supply
290 East Main - Hwy 62
Farrnington, AR 72730
Attn: Brad Hancock
501-267-3685
BIDDERS LIST
SALE ITEMS
I. CULYER 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
319-391-4840 FAX 319-391-8823
3. Abdul Waheed
8403 E. 98TH
,140 64134
6-765-0707 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 44
Ho ' urg, PA 16648
96-4343 Fax 814-696-1324
Mouser Heavy Equipment
4100 S. Hiway 7IB
Springdale, AR 72764
501-751-0680
8. CHICAGO MOTORS INC.
2553 WEST CHI
CHI ' -s 'IS 60622
I5 GHANIWALA
312-235-6500 (800-942-0005) FAX 312.235-6532
TRI-STATE AUCTIONEERS INC.
RT. 4, BOX 4605 HWY 175 W.
ATHENS, TX 75751
ATTN: RANDY WHATLEY
903-675-9039 FAX 903 675-4557
10. AMI AUTO BRO
16329 a' POINT
MO 63040
314-4584380
11. ATLAS AUTO LEASI
750 E.
I 75060
-5541117
BILLY THE KID, INC.
III N. 2ND ST
COE ' ' r NE, IDAHO 83814
7654062
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
IS. CENTRAL OKLAHOMA POUCE SUPPLY
1329 N. HARRISON
SHAWNEE, OK 74810
ATTN: CHRIS HURLEY
800-259-7177 405275-7177
16. Trucks & Parts of Tampa
10155.SOthSt.
Tampa, F1.13619
800-488-8889 Attn: Bruce Goldenberg
ayetteville, 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. SRC Services Corp.
18603 E. Hwy. 412
Springdale, AR 72764
Attn: James Dudley
501-751-4001 Fax 303-688-1372
22. NEBCO Volunteer Fire Dept.
12772 Lodge Drive
Garfield, AR 72732
Attn: Joe Phillippe
501-359-3376
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 Kaufma
841
etteville, AR 72701
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
27. Methvin Sanitation, Inc.
Rte. I - Box 271 D
Lead Hill, AR 72644
Attn: Mark Methvin
870.436.8095
28. Gary L Cooper
Rte. I - Box 356
Prairie Grove, AR 72753
501.7613686 501.761.3348
29. Fayetteville Tree Service
P.O. Box 376
West Fork, AR 72774
Attn: Ken Rogers
501.575.0977 501.443.5407
CITY OF FAYETTEVILLE
113 W. Mountain St.
Fayetteville, AR 72701
BID #: 99-25
FLEET OPERATIONS
501-444-3494
INVITATION TO BID
DATE ISSUED: February 3, 1999
DATE & TIME OF OPENING: February 16, 1999 - 11:00 A.M.
BUYER: Peggy Vice, Purchasing Manager, Room 306 - (501) 575-8289
DATE REQUIRED AS COMPLETE UNITS: 60 Days from Date of Order
F.O.B. Fayetteville, AR
ITEM: DESCRIPTION:
QUANTITY: • UNIT PRICE: *TOTAL PRICE
90 PTO HP - 4 Wheel Drive
Tractor per Item #1
of Specifications Attached 2 $ $
*GUARANTEED DELIVERY SCHEDULE:
MANUFACTURER: MODEL:
90 PTO HP - 4 Wheel Drive
Tractor W/Loader per Item #2
of Specifications Attached 1 $ $
*GUARANTEED DELIVERY SCHEDULE:
MANUFACTURER: MODEL:
THE FOLLOWING LISTED ITEMS ARE OFFERED FOR
EITHER SALE OR TRADE:
1
UNIT # 547 - 1995 Ford 7840 Tractor VIN: BD -87050
Approx. 17XX Hours CREDIT $
UNIT # 548 - 1995 Ford 7840 Tractor VIN: BD -99411
Approx. 18XX Hours CREDIT $
UNIT # 549 - 1995 Ford 7840 Tractor W/Loader (Less Bucket)
VIN: BD-88959/55BP009 Approx. 11XX Hours CREDIT $
BIDDER IMPOSED RESTRICTIONS:
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:
*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.
2
BID 99-25
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.
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 borne by the bidder.
2. Bidders shall include all applicable local, state, and federal sales tax in this bid.
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
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.
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.
All bid prices shall be FOB Fleet Operations, 1525 S. Happy Hollow rd..,
Fayetteville, AR, 72701, and shall include current Arkansas vehicle inspection if
applicable and all dealer preparation charges, labor, materials, overhead, profit,
insurance, inspection fees, etc., to cover the furnishing of the unit/units bid.
3
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
furnished 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 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 furnished.
ADDITIONAL TERMS AND CONDITIONS
SALE ITEMS ONLY
ITEMS 3, 4, & S
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, FEBRUARY 8, 1999 THROUGH
FRIDAY, FEBRUARY 12, 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.
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.
BASIC SPECIFICATIONS
90 PTO HP 4 WHEEL DRIVE TRACTOR
General Specification Requirements are as follows for: 90 PTO HP 4 WHEEL DRIVE
TRACTOR
THESE ARE MINIMUM SPECIFICATIONS ONLY and are not limited or restricted to the
following.
ALL UPGRADE OR DOWNGRADE VARIATIONS/DEVIATIONS/SUBSTITUTIONS MUST BE
CLEARLY ANNOTATED. IN THE ABSENCE OF SUCH STATEMENTS, THE BID SHALL BE
ACCEPTED AS IN STRICT COMPLIANCE WITH ALL TERMS, CONDITIONS, AND
SPECIFICATIONS AND THE SUPPLIER SHALL BE HELD LIABLE.
Alternates will be considered provided each Supplier clearly states on the face of his proposal
exactly what he proposes to furnish and forwards necessary descriptive material which will
clearly indicate the character of the article covered by his bid. All Bids are subject to Staff
analysis. 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.
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. Property 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 furnished 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 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.
ANY BIDDER, WHETHER A MANUFACTURER OR DESIGNATED DEALER, WHO CAN PROVIDE
MATERIALS , FEATURES OR OPTIONS TO MEET THE SPECIFICATIONS OUTUNED 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 UTERATURE OR PRICE LISTS FOR MATERIALS, FEATURES, OR OPTIONS INDICATE
THEIR ABIUTY TO PROVIDE SAME TO MEET THESE SPECIFICATIONS, AND THEY FAIL TO DO SO,
THEY WILL BE DEEMED NON -RESPONSIVE AND DECLARED INEUGIBLE 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.
COMPLIANCE WITH APPLICABLE FEDERAL / STATE / LOCAL SAFETY REQUIREMENTS,
SUPERSEDES THE REQUIREMENTS AS LISTED BELOW.
MINIMUM SPECIFICATIONS ONLY
ITEM 1. 90 P.T.O H.P. UTILITY TRACTOR - 4 WHEEL DRIVE
OPERATOR AREA: Enclosed Cab with OEM Heater and Air
Conditioner, Lockable Oil Filler Cap, Locking Fuel
Filler Cap, Hood Lock, Electric Hour Meter, Back
Up Alarm, Cushioned Seat with Belt, Left and Right
Rear View Mirrors, Hand & Foot Throttle,
Tachometer, Fuel Gauge, Coolant Temperature
Gauge, Air Cleaner Restriction Indicator, Oil
Pressure Warning Lamp and Alternator Warning
Lamp, AM/FM Radio.
DIESEL ENGINE: 6 CYL. MINIMUM ONLY: 456 C.I.D., 90 PTO
H.P., 2200 RPM Rated Engine Speed, 332 LB/FT
Gross Torque @ 1400 RPM., 32% PTO Torque
Rise, 20 QT. Oil Capacity, Dry Type Air Cleaner
with Restriction Indicator, Fuel Filter with
Water/Sediment Separator, Automatic Warning
System with Automatic Shut Down, Manifold Cold
Start Aid, Electric Fuel Shut-off.
PLEASE STATE:
MANUFACTURER:
MODEL DESIGNATION:
C.I.D. DISPLACEMENT:
PTO H.P. RATING:
TORQUE RATING: @ R.P.M.
WHEELBASE: 107"
AXLES: 60"-88" Front Axle Track Width Adjustment, Flange
Axle
WIDTH: 84" Min.
HEIGHT: 1115"
TRANSMISSION: 18 Speed Forward -6 Speed Reverse with Power
Reversing Shuttle
POWER TAKE -OFF: Independent Hydraulic actuation, 540/1000 RPM,
ALTERNATOR: 100 AMP.
BATTERY: Dual 12 Volt - 1800 C.C.A.
FUEL SYSTEM: 58 Gal, Cap. Tank
COOLING SYSTEM: 29.5 Qt, Cap. Radiator.
STEERING: Hydrostatic Power w/59 L.P.M. Pump at 2100 Eng.
R.P.M., 3.4 Turns Lock to Lock.
TIRES: 14.9 X 24 RI -8 Ply Front - 181 X 34 RI -8 Ply
Rear.
SAFETY EQUIPMENT: Back -Up Alarm, Front & Rear Work Lights,
Directional Lights, Tail Lights, 2 Halogen
Headlamps, Horn. .
THREE POINT HITCH: Category II, 8500 LB. Lift Capacity, Electronic
Draft Sensing
:
HYDRAULICS: 3 Remote Valves w/Min. 24 G.P.M. Pump, 95Q1.
Capacity
ITEM 2, 90 P.T.O. H.P. UTILITY TRACTOR -4 WHEEL DRIVE - W/LOADER
OPERATOR AREA: Enclosed Cab with OEM Heater and Air
Conditioner, Lockable Oil Filler Cap, Locking Fuel
Filler Cap, Hood Lock, Electric Hour Meter, Back
Up Alarm, Cushioned Seat with Belt, Left and Right
Rear View Mirrors, Hand & Foot Throttle,
Tachometer, Fuel Gauge, Coolant Temperature
Gauge, Air Cleaner Restriction Indicator, Oil
Pressure Warning Lamp and Alternator Warning
Lamp, AM/FM Radio.
DIESEL ENGINE: 6 CYL. MINIMUM ONLY: 456 C.I.D., 90 PTO
H.P., 2200 RPM Rated Engine Speed, 332 LB/FT
Gross Torque @ 1400 RPM., 32% PTO Torque
Rise, 20 QT. Oil Capacity, Dry Type Air Cleaner
with Restriction Indicator, Fuel Filter with
Water/Sediment Separator, Automatic Warning
System with Automatic Shut Down, Manifold Cold
Start Aid, Electric Fuel Shut-off.
PLEASE STATE:
MANUFACTURER:
MODEL. DESIGNATION:
C.I.D. DISPLACEMENT:
PTO A.P. RATING:
TORQUE RATING:
WHEELBASE: 1071'
M.
AXLES: 60"-88" Front Axle Track Width Adjustment, Flange
Axle
WIDTH: 84" Min.
HEIGHT: 111.5"
TRANSMISSION: 18 Speed Forward -6 Speed Reverse with Power
Reversing Shuttle
POWER TAKE -OFF: Independent Hydraulic actuation, 540/1000 RPM.
ALTERNATOR: 100 AMP.
BATTERY: Dual 12 Volt - 1800 C.C.A.
FUEL SYSTEM: 58 Gal, Cap. Tank
COOLING SYSTEM: 29.5 Qt Cap. Radiator.
STEERING: Hydrostatic Power w/59 L.P.M. Pump at 2100 Eng.
R.P.M , 3.4 Turns Lock to Lock.
TIRES: 14.9 X 24 RI -8 Ply Front - 18-4 X 34 R1-8 Ply
Rear, Fluid Filled.
SAFETY EQUIPMENT: Back -Up Alarm, Front & Rear Work Lights,
Directional Lights, Tail Lights, 2 Halogen
Headlamps, Horn. .
THREE POINT HITCH: Category 1I, 8500 LB. Lift Capacity, Electronic
Draft Sensing
HYDRAULICS: 3 Remote Valves w/Min. 24 G.P.M. Pump, 95 QT.
Capacity
LOADER: 145" Max. lift height, 112" max. clearance w/bucket
dumped, 41" reach @ lift height, 7380 lb. breakout
capacity, 11" min. level dig depth, 2945 lb. lift
capacity, double acting lift and bucket cylinders,
Joystick Style Control with cable operated valve
outside cab.
10
WILLIAMS FORD TRACTOR Fax:501-442-6013
Feb 2 '99 13:45 P.01
fl (m ••7614.Far
ese P FWA Bt70 w/U
A) lilt nei$1. in (an)
145.5 (369.5)
169(x29])
170 (431.81
B) Creawtoe, fwt neignt
with bucilt Oumpa4. m (an)
C) Mmrnan oump angle
0) Reach. full Ma'.a4
with oucwac ounped. in (cn
1123 (285.2)
52'
41.3 (104.9)
134 k340.31
45• I
35.3 (89.6)
132 (335.2)
60'
32 (83.2)
E) Ro(Dadt attp4
1V
400
40•
F) Digging Depth. in (aril
11.5 (29.2)
4.8 (12.1)
4(10.1)
lift Cape6y, lb (k()
2947 (1339.5)
4150 (1888.31
£560 (2072.7)
Breakout feu. lb (kp
7380 (3354.5)
7795 (3543.1)
7560 (3436.3)
Waller macd
Singe leer
Sir4e Lowf
Srrtg4 Lahr
Approx, weiyq to (V
2047 w/bckt (930.4)
2772 w/bdtt (1280)
3620 w/bckt (1645.4)
7312 fl 7314 Frtlnteno b
Sa exact speci5csions cor:wR
we recommended fa 60 Series
r Yew NOIIaM Dealer.
tae. 7ne 7514 baber is recornrtar4ed lot 70 Series tractors.
•• aY WE San5JM2
• .Y AW AMOLO S5013.
Lk C"mck wo "~ ft a h .taa+•...K .w uo ttwOrof.
OPTIONAL ATIACI MENTS:
Selection of bud" and manure forks
YOUR NEW HOLLAND DEALER
One,. mo;n Yn/Y .o.cncaowe n Iury.a m
c'MY .nriat nmkt MO wMwn naOID e
SMcfcae.n. 11 L..w w •uw..Ow t, CI..4..
U4_4 Stara Is inafan and OOfwfWw, WC •n.Y .xrY
o'As e 1MM Y.M.
K1l M ta a-w.l.a4e.—vs.
419x7 new HY:w ham atp. K.
MW NOUAD