HomeMy WebLinkAbout47-99 RESOLUTION1
RESOLUTION NO 4 7 - 9 9
A RESOLUTION AWARDING BID NO. 99-34, ITEM NO. 1 TO
BARTON COUNTY IMPLEMENT CO., IN THE AMOUNT OF
$14,458, LESS TRADE-INVALUE OF ITEM NO. 5 OF $6,012,
FOR A COST OF $8,446; AND TO WILLIAMS FORD TRACTOR
FOR ITEM NO. 2 WI THE AMOUNT OF $20,299, LESS TRADE-
IN VALUE OF ITEM NO. 6 OF $9,000, FOR A COST OF $11,299,
AND ITEM NO. 3 WI THE AMOUNT OF 13,999, LESS TRADE-IN
VALUE OF ITEM NO. 4 OF $2,000, FOR A COST OF $11,999.
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE,
ARKANSAS:
Section 1 That the City Council hereby awards Bid No. 99-34, Item No. 1 to Barton
County Implement Co., in the amount of $14,458, less trade-in value of Item No. 5 of $6,012, for
a cost of $8,446; and to Williams Ford Tractor for Item No. 2 in the amount of $20,299, less trade-in
value of Item No. 6 of $9,000, for a cost of $11,299, and Item No. 3 in the amount of $13,999, less
trade-in value of Item No. 4 of $2,000, for a cost of $11,999. A copy of the bid tabulation is
attached hereto marked Exhibit "A" and made a part hereof.
• c E 6ASSED AND APPROVED this _Cia day of Apnl , 1999.
(1 • V •
APPROVE
41. A •
•
r#
By.
' •
• • •
•
N'-.1A211-4E—ST:
By,$r 4/6"ge
Heaer Woodruff, City I rk
ed Hanna, Mayor
•
•
FAYETTEVILLE
TM CITY OF FAYETTEVILLE, ARKANSAS
DEPARTMENTAL CORRESPONDENCE
To: Bill Oestreich, Fleet Maintenance
From: Heather Woodruff
Date: April 9, 1999
Attached is a copy of the resolution awarding Bid 99-34 for your files. The original will be
microfilmed and filed with the city clerk.
cc. Yoland Fields, Internal Auditor
File
1
..•
STAFF REVIEW FORM
XX AGENDA REQUEST
CONTRACT REVIEW
GRANT REVIEW
For the Fayetteville City Council meeting of
31: • u
April
21516 V41
.MICROFILMED
6. 1999
W .A.Oestreich
Name Division
ACITTCW RFCITITRFTI•
Acceptance of the qualified Bidders meeting specifications for the purchase
o f Balers & Mowing Equipment per Bid 99-34, Item 4f1 with acceptance of the
trade offer for Item #5. The vendor for this purchase will be Barton County
Implement Co., Lamar MO 64759 (Vendor 3909). Items #2 & 3 with the acceptance
o f the trade offer for Items 0 4 & 06. The vendor for this purchase will be
W illiams Ford Tractor, Fayetteville, AR 72702. (Vendor 4112860) These units
will be utilized at the City of Fayetteville Sludge Management Site.
rnqT Tn rTTY.
Cost:$ 48.756.00 Trade Allowance:<$17.012.00> Net Cost:$ 33.744.00
Fleet Operations
Administrative Services
Department
$ 31.744.00
Cost of this Request
$ 169.000.00 ?e1/Exp Other Veh & Equip
Category/Project Budget Category/Project Name
9700-1920-5802.00 18.491.80
Account Number
97062
Project Number
Funds Used To Date
$ 150.508.20
Remaining Balance
dget Coordinator
CONTRACT/GRANT/LEASE REVIEW:
Vehicles & Equipment
Program Name
Fund
Shop
Budget Adjustment Attached
Administrative Services Director
GRANTING AGENCY:
trni-C-) 43'1741
Date
3-17-77
ty rney
ADA Coord
Mir
Al in 111/
Date Internal Auditor
Purchasing Officer
STAFF RFCAMMFTIMATTM1-
Date
Date
n
Date
Acceptance of Bid 99-34 with the Authorization to Purchase Items 01, 02 and
#34and the acceptance of trade off rs of Items 414, 05 and 06.
14
Date
Division Head
partment •irector
1
Admin
ative Services
Date
KNANgq
Director /Date
Date
May
Cross Reference
New Item: Yes No
Prey Ord/Res #:
Orig Contract Date:
•
ant OF WEITEVILLE
IFQLif OPEEEEN
INTER -OFFICE AI EA I ORMIX404
•
TO: Mayor/City Council
THRU: Kevin Crosson, Administrative Services Director
THRU: Peggy Vice, Purchasing Manager
FROM: W. A. Oestreich, Fleet Operations Superintendent
DATE: March 15, 1999
SUBJECT: BID AWARD RECOMMENDATION 99-34
Reference the attached Agenda Request for the Award of Bid 99-34, for the purchase of Item #1,
with the acceptance of trade allowance offered for Item #5. The qualified bidder meeting
specifications for this item is Barton County Implement Co., Lamar, MO 64759. (Vendor #3909)
Included on this Agenda Request is the purchase of Items #2 and #3 with the acceptance of the
trade allowance offered for Items #4 & #6. The qualified bidder meeting specifications for these
two items is VVilliams 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 March 5, 19991 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.
The need to comply with bid specifications is due to the unique conditions which exist at the Sludge
Management Site. Attached is a memorandum from Roy Reed explaining the need to conform to the
specifications for Item #1. The need to conform to specifications on Item #2 is due to the fact that
the lower priced unit requires 6 passes in the field to cover the same area as 4 passes by the unit
specified. With an anticipated life of 4 to 6 years the difference in fuel costs, labor and additional
hours required to be placed on the power unit will easily more than pay the difference. On Item #3,
the anticipated savings in maintenance costs due to cutter bar construction is apparent for the New
Holland unit.
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. Square Baler
It*
•
Barton County Implement Co.
1999 John Deere 348-C Baler @ $14,458.00,. 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.
ITEM 2. Round Baler
• •
Williams Ford Tractor
1999 New Holland 648 -Silage Special Baler @ $20,299.00,. 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.
ITEM 3. Mower/Conditioner
• •
ITEM 1.
Williams Ford Tractor
1999 New Holland 1411 Mower/Conditioner @ $13,999.00,. 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:
Barton County Implement Co. - 1 Unit at $14,458.00
LESS TRADE ITEM# 5 CREDIT $6,012.00
NET COST $ 8.446.00
ITEM 2. Williams Ford Tractor - 1 Unit at $20,299.00
LESS TRADE ITEM# 6
ITEM 3. Williams Ford Tractor - 1 Unit at $13,999.00
CREDIT $9,000.00
NET COST $11.299.00
LESS TRADE ITEM# 4 CREDIT $2,000.00
NET COST $11.999.00
TOTAL BID AWARD:
._
•
BARTON COUNTY IMPLEMENT CO,
INILLIAMS FORD TRACTOR
$ 8.446,00
$23.298.00
The budgeted amount for these items is $169,000.00 in account 9700-1920-5802.00, Project 97062-
001. With the purchase of these items at $31,744.00 we will have a balance remaining of
$118,764.20 which can be utilized for additional budgeted items in this project.
TO:
FROM:
DATE:
SUBJECT:
Bill Oestreich
Roy Reed
08 March 1999
BID # 99-34
$1 •
• •
•
MEMORANDUM
Mr. Oestreich,
After reviewing BID # 99-34, the following conclusions have
been reached, they are as follows:
I. The New Holland square baler bid, submitted by Williams
Ford Tractor, does not meet the standards required for hay
operations at the City of Fayetteville, Sludge Management Site. The
proposed Model # 575 New Holland square baler fails to meet the
minimum specifications requested in a very important area. This is
the absence of a hay feed auger. The auger is a very necessary unit
in helping to control the square bale lengths. The need for a
consistent bale length is vital to the operations of the SMS.
Removal of the square bales from the field is done mechanically by
grabbing eight bales at a time and then loading them unto a
trailer. This endeavor requires that the bales be as uniformed as
possible or shifting of the load can occur allowing the hay to fall
from the trailers possibly causing an accident and at the minimum
requiring the load to be re -stacked.
The Sludge Management Site is not like a typical farm and
requires the need for a high performance and high quality square
baler which can produce the type of bales demanded by our clients
and the requirements of the SMS hay removal equipment . The New
Holland Model # 575 baler fails to meet these needs.
2. The John Deere 348 square baler submitted for
consideration, by Barton County Implement, does meet the requested
minimum specifications. The 348 baler can consistently produce the
type of square bales needed, this factor has been proven by the
current 348 baler we have used the past four years.
Therefore the recommendation is that the Barton County
Implement bid be accepted on the balers capability to meet SMS
needs.
CITY OF FAYETTEVILLE
113W. Mountain St.
Fayetteville, AR 72701
BID #: 99-34
FLEET OPERATIONS
501.444.3494
INVITATION TO BID
DATE ISSUED: February 19, 1999
DATE & TIME OF OPENING: March 5, 1999- 11:00 A.M.
BUYER: Peggy Vice Purchasing Manager, Room 306 - 501.575.8289
DATE REQUIRED AS COMPLETE UNITS: 45 Days from Date of Order
F.O.B. Fayetteville, AR
ITEM: DESCRIPTION:
QUANTITY: *TOTAL PRICE
Square Baler per Item #1
of Specifications Attached 1
*GUARANTEED DELIVERY SCHEDULE:
MANUFACTURER: MODEL:
2. Round Baler per Item #2
of Specifications Attached 1
*GUARANTEED DELIVERY SCHEDULE.
MANUFACTURER: MODEL:
3. Mower/Conditioner per Item #3
of Specifications Attached 1
*GUARANTEED DELIVERY SCHEDULE:
MANUFACTURER: MODEL:
1
•
THE FOLLOWING LISTED ITEMS ARE OFFERED FOR
EITHER SALE OR TRADE:
FA# 3086 Model 465 New Holland Mower
S/N 940237
5. UNIT # 956 - 1995 John Deere Baler - Mdl. 348T
S/N 985153
UNIT # 957 - 1995 Gehl Baler - Mdl RB -1475
S/N 23014
CREDIT $
CREDIT $
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:
*CITY:
*STATE: ZIP:
*PHONE: *FAX:
*FEDEFtAL I.D. # OR SSN:
2
•
•
*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 99-34
SPECIAL TERMS & CONDITIONS
THIS REQUEST FOR BID IS NOT TO BE CONSTRUED AS AN OFFER, A
CONTRACT, OR A COMMITMENT OF ANY KIND; NOR DOES IT
COMMIT THE CITY TO PAY ANY COSTS INCURRED BY THE BIDDER
IN THE PREPARATION OF THIS BID.
1. All bids shall be submitted on forms provided by the City with the item bid and
the bid number stated on the face of the sealed envelope. Bidders MUST
provide the City with their bids signed by an employee or officer having legal
authority to submit bids on behalf of the bidder. The entire cost of preparing and
providing responses shall be borne by the bidder.
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.
3
•
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.
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.
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.
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 Pails 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 # 4, & 6
4
•
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.
The items listed will be sold "AS IS -WHERE IS" with no warranty either express or
implied.
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 22, 1999
THROUGH FRIDAY, FEBRUARY 26, 1999 and MONDAY, MARCH 1, 1999 THROUGH
WEDNESDAY MARCH 3, 1999.
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
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.
The item bid and the bid number shall be stated on the face of the sealed bid envelope.
BASIC SPECIFICATIONS
MOWING EQUIPMENT AND BALERS
General Specification Requirements are as follows for: MOWING
EQUIPMENT AND BALERS
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 COMPUANCE WITH ALL TERMS, CONDMONS, AND
SPECIFICATIONS AND THE SUPPUER SHALL BE HELD UABLE.
5
•
Altemates will be considered provided each Supplier cleady 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.
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. 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 fumished in accordance with these specifications shall be covered by the
manufacturer's and/or suppliers 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.
6
•
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 IMLL NOT BE CONSIDERED. SHOULD THEIR
CURRENT LITERATURE OR PRICE USTS 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 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 APPUCABLE FEDERAL / STATE / LOCAL SAFETY REQUIREMENTS,
SUPERSEDES THE REQUIREMENTS AS USTED BELOW.
MINIMUM SPECIFICATIONS ONLY
ITEM 1. SQUARE BALER
COMPLIANCLAIIILAMACABLEIMYSS_SUPERSEDES_
BALE SIZE
PICKUP:
AUGER:
BEQUIREME,NISASSISIED.BEMLIE
MINIMUM SPECIFICATIONS ONLY
14" X 18" Cross section, 12" to 50" length.
64" Inside Width, 74" Width on flare, 156 teeth on 6 bars,
Hydraulic height adjustment, 5" Height adjustment range, 12"
cylinder diameter.
16" Dia., 61" length.
FEED OPENING: 289 sq. in.
7
•
•
PLUNGERHEAD 30" Stroke, 93 Strokes per min, Sealed Ball Bearing
Rollers on bottom w/wear pads on top.
FLYWHEEL: 27" Dia., 295 lb.
COMPRESSION CHAMBER:
TIRES:
46" Length
Right: 26 X 12.00-12, 4PR
Left: 11L X 14, 6PR
GENERAL: Category 4, 3 Joint Heavy Duty Powershaft w/540 RPM PTO
Sliding Collar hookup, tongue and equal angle hitch, 67" height,
108" width, 2276 length, Steel cut, enclosed transmission gears, Slip
Clutch, Support brackets for hydraulic hose and PTO Hookup,
Pickup compressor, Jack, Bale Counter, Safety Chain, Plungerhead
Extensions, Side Drop Chute, Hydraulic Bale Tensioner, Hydraulic
Tongue Positioner, Twine Tie.
ITEM 2. ROUND BALER
COMPLIANCE WITH APPLICABLE FMVSS SUPERSEDES
BEOUIREMENTS AS LISTED BELOW
MINIMUM SPECIFICATIONS ONLY
BALE SIZE:
Diameter
Width
Weight
DIMENSIONS:
Weight
Length
Height
Width
PICKUP:
Width between side sheets
Width overall
Number of Teeth
Pick up Tires
36" to 60"
46.5"
1750 lbs. max
4430 lbs
152"
100"
90"
79"
76.5"
96 on 4 bars, 2.6" spacing
1 per side 4.00X 8, 4 ply
8
ITEM 3.
FORMING BELTS:
Number
Width
Type
Length
TWINE WRAP:
Type
Spacing
•
6
7"
2 -ply combination, nylon -polyester
with friction surface, endless .
343"
Dual Arms
Automatic / Adjustable
NET WRAP: Adjustable from operators station
BALE MONITORING SYSTEM:
Bale Forming
Full Bale Indicator
CONTROL BOX:
Electronic Digital type indicators
guide weaving pattern for even fill of
bale chamber
Audible, Visual & Adjustable
Switch from Twine to Net Wrap,
and adjust twine spacing, all from
operators station. Bale counter
showing daily and total bale count.
TIRES: 31 x 13.5-15 High flotation
PTO:
Speed 540 rpm
Protection Shear Bolt
ATTACHMENTS:
MOWER CONDITIONER
Bale Ejector
COMPLIANCES.
REOUIREMENTS AS LISTED BELOW
MINIMUM SPECIFICATIONS ONLY
OVERALL WIDTH:
Transport Position
Operating Position
135"
192"
9
OVERALL LENGTH:
Transport Position
Operating Position
HEIGHT:
Transport Position
Operating Position
202"
187"
68"
53"
WEIGHT: 4100 pounds
DRIVE. PTO & gears
PTO: 540 or 1000 rpm.
Protection: Slip Clutch
GROUND CLEARANCE. 18"
SWATH WIDTH: 84"
WINDROW WIDTH: Infinitely adjustable from 36" to 84"
CUTTERBAR:
Number of Discs 8
Speed of Discs 3000 rpm
Type Counter-rotating,2 knives per disc
Angle Hydraulic control -0 to 10 degrees
CUTTING WIDTH: 10'4"
CONDITIONER
Intermeshing Chevron design rubber
rollers, 102" long, 10.38"
diameter, turning at 635 rpm
OPERATING SPEED: 0 to 9 mph
TIRES 11Lx15 Tubeless
10
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
319-391-4840 FAX 319-391-8823
3. Abdul Wahetd
8403 E. 98TH TERRACE
KANSAS CITY, MO 64134
816-765-0707 FAX -SAME-
4. WARFORD AUTO WRECKERS INC.
PUMP STATION ROAD
FAYETTEVILLE, AR 72701
S. DARREL MEREDITH TRUCK SALES
1749 S. SCHOOL
FAYETTEVILLE, AR 72701
6. Auto Wholesalers
P.O.Box 44S
Hollidaysburg, PA 16648
814-696-4343 Fax 814-696-1324
7. Meuser Heavy Equipment
4100 S. Hiway 71B
Springdale, AR 72764
501-7514680
8. CHICAGO MOTORS INC.
2.553 WEST CHICAGO AVE.
CHICAGO, IUJNOIS 60622
Attn: ANIS GHANIVIALA
312-235-6500 (800-942-0005) FAX 312-235-6532
9. TRI-STATE AUCTIONEERS INC.
RT. 4, BOX 4605 Hifi 175 W.
ATHENS, TX 75751
ATTN: RANDY WHATLEY
903-675-9039 FAX 903 675-4557