Loading...
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