Loading...
HomeMy WebLinkAbout106-00 RESOLUTION• RESOLUTION Nal 06-00 MICROFILMED A RESOLUTION AWARDING BID NO. 00-52 TO E.A. MARTIN MACHINERY, FOR ITEM NO. 1, TRACTOR BACK HOE LOADER FOR ITEM NO 1, TRACTOR BACK HOE LOADER, 2 UNITS @ $56,909.55 EACH FOR A TOTAL BID OF $113,819.10. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS Section 1. That the City Council hereby awards Bid No. 00-52 to E A Martin Machinery, for Item No. 1, tractor back hoe loader for Item No 1, tractor back hoe loader, 2 units @ $56,909.55 each for a total bid of $113,819.10. A copy of the bid tabulation is attached hereto marked Exhibit "A" and made a part hereof. PASSED AND APPROVED this1s` day of August , 2000. By: U 2 fi/il. GC//W/dr<`t Heather Woodruff, City Cler APPROVE By: Fre Hanna, Mayor 0 NAME OF FILE: A . Z-- /a `DD CROSS REFERENCE: • ATroiV Date Contents of File Initials Sit -0o /0d-D� /x,:1740o sX1trsrr /Y (th /4Atlir2 4J 7,?/ -De _I e2-2/ C'vL&Cl/ 724eu /* O /a Mr,P ,Y46',IA kap/,Cee- i,QG7l1 gi. A. 66-67-, iref//� ,Q : 4) nal) iQs`ccmiltA-L W7i0�1/ OD -5Z rear* #lO 7,74 oo fid exry (4//Mcr4 2-7/,2>C M .4 70 YIi41DE A,¢,ddA moo„ 09 r)9196-/2�g&- %�D7r, k&s y Pie- ,P B -F!1 .44 - 5."L -cs E5 Ti5?i Y-24-oc EX&7ynPT leltr7-azo A10;2-7 E 4 yi/7,4,eyr4 C'!O. '%PD-oo %'a9.4 To zati. 61Es7,P1crCN A,QD-7,-r 42J 1/ X42,tgr/ /& : E>ACK,Tng 7,Pde'( /z7) ,epczy i mk I/ o -0 -Do /in ,.r7J,&Dnarivi✓ ( h&as /- ) 9 g-/-00 le"di-E 44.) ib-a1/40),)n .S97-,49 W -foo 0907,96 Ae07,2 cr7 r,/,_.0 ATroiV k tu ( CO 1- 0. SI lc; Z till 0 1141 L no bid no hid Iist less 10% 01 list loss 5% 550.00 trnsp each way tt- 411 • 0 o. EXHIBIT A /z \ Ts 0 41, !§ ! ! ! 10 CO CO ■@ ; ■ ■ ae ■ ! I )} 2 § 0� 2{ ! ^ \( )i 2 co k es o \ \\ ( to ai71 n se 10 0 IS } 2k } ) \\ W. 2 k n ;| 2| §ui o c #| Q; , . ak =; $T k |i w r n an o ( ( E 44. DIXIE SURPLUS 0 20 § ) WILLIAMS FORD EA MARTIN • • adissasuitsthkt FAY ETT EV I LLE ONTER‘CIFFICE MEMO CITY OF FAYETTEVILLE FLEET OPERATIONS NOUN TO: Mayor/City Council THRU: John Maguire, Administrative Services Director THRU: Peggy Vice, Purchasing Manager FROM: W. A. Oestreich, Fleet Operations Superintendent DATE: July 21, 2000 SUBJECT: BID AWARD RECOMMENDATION 00-52 Project #98061 Attached is the Agenda Request for the Award of Bid 00-52 to the lowest qualified bidder for 2 Tractor Back -hoe loaders scheduled for replacement equipment for utilization in the Street Maintenance Division. The Vendor forthis purchase will be E. A. Martin Machinery, P. O. Box 874, Springdale, AR, 72765, Vendor # 53520. These are budgeted items. The Bid Tabulation Sheet dated June 27, 2000, 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 these units in a proper and efficient manner. This will also give the City the opportunity to evaluate this equipment in actual field operations. It has been with an objective attitude that this bid has been evaluated. This recommendation has been reviewed by Randy Allen, Fleet Operations Personnel and the Equipment Committee. Therefore, the following is submitted for purchase approval by the Council: ITEM 1. Tractor Back -Hoe Loader 2 Units @ $56.909.55 $113,819.10 The item bid was accepted as they should provide units that will to be efficient, reliable and compatible to our operations. SUMMARY TO BE DELIVERED AS COMPLETE UNITS: • • TOTAL BID AWARD: $113,819.10 The budgeted amount for this item is from the Shop Fund Capital Expenditures Program, Vehicles and Equipment, Replacement/Expansion Back Hoe Loader, 9700-1920-5802.00 Project 98061. With the purchase of these units at $113,819.10 a balance of $2,184.90 remains. FAYETTEVILLE THE CITY OF FAYETTEVILLE, ARKANSAS DEPARTMENTAL CORRESPONDENCE • TO: Mayor Hanna and City Council Members THRU: John McGuire, Administrative Services Directorr FROM: Peggy Vice, Purchasing Manager V.9x DATE• July 24, 2000 RE• Bid 00-52 - Sales Tax Government agencies are exempt from sales tax on vehicles/equipment that can move under their own power. E. A. Martin included sales tax as an add on to their bid because they were unaware that government organizations were exempt. Attached is a letter from them acknowledging that we are exempt. 7N% JUL-24-00 02:49 PM E R MARTIN • EU& E. A. MARTIN COMPANY MACHY CO 5017568099 • E. A. MARTIN COMPANY /It (pari!/,"/; . _Jit re 41.e/ ft; 1'C_S2 / ar,(; ter est{ t1/4. � �, . t .c 3,/ 1 -de !, :/; OJj, Ys . L. PC4os� CT 1 0 4 Il 4 Rental S I 0 E. Springfield, MO :'2:51F Keannc1 7731 f Knarnev 1t 1i0x!IYN P11 I1nx 91111 1'Frffl;.i)j00 05001 0988 111/18h5-8551 1'111)Ilili 7 loll //or _..r• .� rS ` 4 lis. /fit/ P.02 fp-7J .S xrr Joplin, MO 7679 L 101h St ('ll llox 020 Crlllllf INYII (4171529 3010 West Plains, MCI 3030 Haddock Si PO BOA :130 85//6-0370 191/IY`MHil:lll Harrison, AR :1990 Iw)1313 P0IlUx /26117-0211i arm 793-0700 Springdale. AR (OFh 11:,./01 PI1 Bu<i1 i4 0/13;(11151 p111h6 O1O0 FAYETTEV1ILLE THE CITY OF FAYETTEVILLE, ARKANSAS • DEPARTMENTAL CORRESPONDENCE TO: Bill Oestreich, Fleet Maintenance Superintendent FROM: Randy Allen, Street Superintendent K'Q, DATE: July 20, 2000 SUBJECT: Backhoe and Truck Bid Recommendation I have reviewed the bids for backhoes and dump trucks for the Street Division and the following is my recommendation. For the backhoe bid I recommend accepting the sale price without trade from E.A. Martin who had the lowest sale price on backhoes. I will be purchasing two backhoes. For the dump truck bid I recommend accepting the bid for the Sterling truck with standard transmission and tuff-trac suspension. I will be purchasing three tandem -axle trucks with 12-14 cubic yard beds on them and one tri -axle truck with a 14-16 cubic yard bed on it. • • CITY OF FAYETTEVILLE 113 W. Mountain St. Fayetteville, AR 72701 FLEET OPERATIONS 501-444-3494 INVITATION TO BID BID #: 00-52 DATE ISSUED: June 14, 2000 DATE & TIME OF OPENING: June 27, 2000 - 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: QTY: * PRICE: *TOTAL ZOk2Qma 1. Heavy Duty Tractor -Back Hoe -Loader per Item #1 56, 909.55 $ 113, 819.10 f7/%� /it of Specifications Attached 2 $ 'GUARANTEED DELIVERY SCHEDULE: 8 weeks from date of signed order. ITEMS 2 & 3 ARE OFFERED FOR EITHER SALE OR TRADE *PRICE: 1993 Ford 555D Tractor - Back Hoe -Loader VIN: A420078 Unit # 621 $ 19,500.00 3. 1995 Ford 555D Tractor - Back Hoe -Loader VIN: A431304 Unit # 630 NOTE: ITEMS 2 & 3 WILL NOT BE RELEASED PRIOR TO RECEIPT OF THE UNITS LISTED IN ITEM #1. 19,500.00 1 • • • NOTICE TO BIDDER BID NO. 00-53 COMMODITY: HEAVY DUTY CAB & CHASSIS W/MOUNTED DUMP BODY 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., JUNE 27, 2000, for the fumishing of: COMMODITY: HEAVY DUTY CAB & CHASSIS W/MOUNTED DUMP BODY 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. 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 6/18/00 NORTHWEST ARKANSAS TIMES Billing refer to P.O.# bb ^ ark 0 oma, . 9i .Q - -g-- Q .1S-4-th.t. VIAXe 515.- 8a41 • • BIDDERS LIST Williams Ford Tractor & Equipment Co. P.O.Box 1346 Fayetteville, AR 72702-1346 J.A Riggs Tractor Co. 9125 Interstate 30 Little Rock, AR 72709 Scott Construction Equipment 4831 N. Thompson Springdale, AR 72764 4. E A Martin Machinery Co. 802 E. 264 Hwy Springdale, AR 72764 5. Traksan Equipment Co. 1531 E. Ford Ave Springdale, AR 72764 6. Clark Machinery Co. P.O.Box 1985 Fort Smith, AR 72901 7. Mitchell Machinery Co. P.O.Box 1267 Van Buren,AR 72956 8. Warrior of Arkansas 2003 South 8th St. Rogers, AR 72756 9. Midwestem Equipment Co. P.O.Box 3445 Tulsa, OK 74101 Attn: Newton Box 800 324-6144 10. Grant Manufacturing & Equipment Co., Inc. 1828 Northwest 4th St. Oklahoma City, OK 73106 800-259-9892 FAX 405-236-1472 11. Little Rock Equipment Sales , /e /37% Little Rock, AR 72209 0i3Z/ • June 7, 2000 BIDDERS LIST SALE ITEMS 1. 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 814-696-4343 Fax 814-696-1324 7. Meuser Heavy Equipment 4100 S. Hiway 71B Springdale, AR 72764 501-751-0680 8. CHICAGO MOTORS INC. 2553 WEST CHICAGO AVE. CHICAGO, ILLINOIS 60622 Attn: ANIS GHANIWALA 312-235-6500 (800-942-0005) FAX 312-235-6532 9. GCDC, INC. P.O.BOX 15158 FORT LAUDERDALE, FL 33318 ATTN: ALEX ZAGRUZNY 954.792.7777 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. Davis Truck & Equipment 4282 Hwy 90 East San Antonio, TX 78219 210.333.5570 Fax 210.333.2217 13. DIXIE SURPLUS EQUIPMENT P.O.BOX 8507 ALEXANDRIA, LOUISIANA 71306 ATTN: KENNETH MCKAY 318-765-3068 FAX:318-765-9312 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. Dickson Equipment Co., Inc. P. O. Box 565242 Dallas, TX 75356-5242 800.634.7531 Fax 214.741.5515 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 27. Methvin Sanitation, Inc. Rte. 1 - Box 271 D Lead Hill, AR 72644 Attn: Mark Methvin 870.436.8095 28. Gary L. Cooper Rte. 1 - Box 356 Prairie Grove, AR 72753 501.761.3686 501.761.3348 29. Fayetteville Tree Service P.O. Box 376 West Fork, AR 72774 Attn: Ken Rogers 501.575.0977 501.443.5407 30. Don Lee Harding 113 Lark Lane Farmington, AR 72730 501.267.2428 • • • 31. J. Hall Wood 919 Janelle Fayetteville, AR 72701 32. Travis Dotson Rt. 1 - Box 21 Wesley, AR 72773 501.456.2678 33. Bush Machinery Inc. P.O.Box 850 Blue Springs, MO 64013 800.443.6415 FAX 816.229.9800 34. Unlimited Resources Corporation Highway 63 South Route 1, Box 25E Cairo, MO 65239 800.423.9062 FAX 660.263.1185 Att: Harold Reisch 35. Lawrence Motors P.O.Box 472 Morton Grove, IL 60053 773.693.2060 FAX 773.693.9560 Att: Lawrence Van De Walle Email: Iawrencemotors@hotmail.com 36. Asia Motors, Inc. 1659 W. Grand Ave. Chicago, IL 60622 312.733.1777 (888.741.1777) FAX 312.733.1745 37. RDK Truck Sales & Service 3214 Alamo Dr. Tampa, FL 33605 888.735.8789 Fax 813.241.0414 38. Gunter's Services Inc. 7501 Stadium Blvd. KanSat City MO 64129 800.697.3573 Fax 816.921.0194 39. Joe Stevens 429 Sutton Fayetteville, AR 72702 40. Shane Hausam 15483 Riches Road WC841 Fayetteville AR 72704 501.587.1980 501.575.8390 416C/416C IT Backhoe Loader Z'• = Mr :, s • ' .• —. • -t_ • •.• .a a- t i• .. j.. }, el •. ~ f' . •,.rte A_ — ... `-- Fwa6 '—r ....Y .,..- b—w ' ' y .- . • ,;241• +•`^r'' '�� '' , J,e. _ / 1y.k9 Jam' �- ''fie+? -a'r d a �. r - • i. 1 r-r▪ va - - _ . yw _ .kms Y ;i; . _y. w4 C^ Cat' 3054T Diesel Engine Grass power (standard) Net power (standard) Gross power (optional) 78 HP 75 HP 84 HP Net power (optional) 80 HP Operating Weight 13,957 Ih. 59 kW 56 kW 63 kW 60 kW 6330 kg Backhoe Digging Depth Standard stick 14' 6" 4420 mm Extendible stick 18' 2" 5545 mm • • • CITY OF FAYETTEVILLE 113 W. Mountain St. Fayetteville, AR 72701 FLEET OPERATIONS 501-444-3494 INVITATION TO BID BID #: 00-52 DATE ISSUED: June 14, 2000 DATE & TIME OF OPENING: June 27, 2000 - 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: QTY: * PRICE: *TOTAL 1. Heavy Duty Tractor -Back Hoe -Loader per Item #1 $ of Specifications Attached 2 $ *GUARANTEED DELIVERY SCHEDULE: ITEMS 2 & 3 ARE OFFERED FOR EITHER SALE OR TRADE *PRICE: 2. 1993 Ford 555D Tractor - Back Hoe -Loader VIN: A420078 Unit # 621 3. 1995 Ford 555D Tractor - Back Hoe -Loader VIN: A431304 Unit # 630 NOTE: ITEMS 2 & 3 WILL NOT BE RELEASED PRIOR TO RECEIPT OF THE UNITS LISTED IN ITEM #1. 1 • • • *BIDDER IMPOSED RESTRICTIONS ON ITEMS 2 & 3 4. Heavy Duty Tractor -Back Hoe -Loader per Item #1 of Specifications Attached - 1 Year Lease with option of automatic renewal for 2 additional 1 year terms subject to budget approval.(per year, per unit) $ Note: Hours of operation restrictions, Maintenance responsibility, Insurance responsibility, ANY additional charges: 5. Heavy Duty Tractor -Back Hoe -Loader per Item #1 of Specifications Attached - 1 Year Lease with option of automatic renewal for 3 additional 1 year terms subject to budget approval.(per year, per unit) $ Note: Hours of operation restrictions, Maintenance responsibility, Insurance responsibility, ANY additional charges: 6. Heavy Duty Tractor -Back Hoe -Loader per Item #1 of Specifications Attached - 1 Year Lease with option of automatic renewal for 4 additional 1 year terms subject to budget approval.(per year per unit) $ Note: Hours of operation restrictions, Maintenance responsibility, Insurance responsibility, ANY additional charges: 2 • a • • 7. Heavy Duty Tractor -Back Hoe -Loader per Item #1 of Specifications Attached - 1 Year Lease with option of automatic renewal for 2 additional 1 year terms subject to budget approval.(per year, per unit) Normal Scheduled Maintenance Included Note: Hours of operation restrictions, Maintenance responsibility, Insurance responsibility, ANY additional charges: 8. Heavy Duty Tractor -Back Hoe -Loader per Item #1 of Specifications Attached - 1 Year Lease with option of automatic renewal for 3 additional 1 year terms subject to budget approval.(per year, per unit) Normal Scheduled Maintenance Included Note: Hours of operation restrictions, Maintenance responsibility, Insurance responsibility, ANY additional charges: Heavy Duty Tractor -Back Hoe -Loader per Item #1 of Specifications Attached - 1 Year Lease with option of automatic renewal for 4 additional 1 year terms subject to budget approval.(per year, per unit) Normal Scheduled Maintenance Included Note: Hours of operation restrictions, Maintenance responsibility, Insurance responsibility, ANY additional charges: 10. Guaranteed hourly shop rate for repairs at Bidders Facility. 11. Guaranteed hourly shop rate for repairs at Unit Location 12. Per Mile Transportation Fee for Unit Location Repairs. 3 • • 13. Parts cost for units being bid. (Example: Cost Plus XX%, List Less XX%, Published Wholesale, Published Fleet, Published Jobber) 14. Substitute Equipment shall be required to replace any unit that is disabled for a period of 24 hours or more. Please indicate proposed charges for said replacement Unit. Include transportation, hourly or daily fees including insurance. 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. 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 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. 4 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 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#2&3 5 0 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 & 501444-3496, between 9:00 A.M. and 4:00 P.M., Monday, June 19, 2000 thru Friday, June 23, 2000 and Monday, June 26, 2000. 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 itemlitems 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 TRACTOR -BACK HOE -LOADER General Specification Requirements are as follows for TRACTOR -BACK HOE -LOADER. These are MINIMUM SPECIFICATIONS ONLY and are not limited or restricted to the following. 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. 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 each unit. ITEM 1. HEAVY DUTY FOUR WHEEL DRIVE TRACTOR-BACKHOE-LOADER MINIMUM SPECIFICATIONS ONLY CAB STYLE: Safety Style Cab with Laminated Safety Glass/Tempered Safety glass, Front & Rear Wipers, HeaterlDefroster/Air Conditioner, Pressurizer, OSHA Approved ROPS/FOPS with Sound Deadening Headliner and Vinyl Trim, Rubber Floor Mat, AM/FM Radio, Cushioned Air Suspended Swivel Style Seat with Belt, Tilt Steering Wheel, External Rear View Mirrors. INSTRUMENTATION: Transmission Oil Temperature Warning Light, Charging System Gauge, Engine Oil Pressure Gauge, Fuel Gauge, Tachometer w/Hour Meter, Coolant Temperature Gauge. DIESEL ENGINE: MINIMUM ONLY: TURBO CHARGED 4 CYL. 240 C.I.D. NET 80 H.P. @2200 R.P.M., 203 ft. -lb. Net Torque @ 1300 R.P.M., Dry Type Air Cleaner with Restriction Indicator, 110 Volt Block Style Engine Preheater, Fuel Filter with Water/Sediment Separator, Automatic Warning System with Automatic Shut Down, Exhaust Rain Cap or Turn Out, Spark Arrestor Muffler. *MANDATORY REQUIREMENT FOR CONSIDERATION. PLEASE STATE: MANUFACTURER: MODEL DESIGNATION: C.I.D. DISPLACEMENT: H.P. RATING: @ R.P.M. TORQUE RATING: @ R.P.M. El TRANSMISSION: Fully Synchronized 4 Speed Forward -4 Speed Reverse with Power Reversing, Torque Convertor w/ 2.63:1 Stall Ratio, 4.8 Gal. cap. REAR AXLE: Self Adjusting Inboard Brakes, Differential Lock, 61,000 lb. Rating, 5'-8" Tread, 6.4 Gal. cap. FRONT AXLE: Outboard Final Drive, 6'-2" Tread, 11 degree oscillation, 12" Ground Clearance, 2.2 Gal. cap w/hubs, Front Drive Line Guard. ALTERNATOR: 90 AMP. BATTERY: Dual 12 Volt -1,600 CCA FUEL SYSTEM: 34 Gal. Cap COOLING SYSTEM: 4.2 Gal. Cap. Radiator, Silicone Hoses. STEERING: Hydrostatic Power w/Secondary system available, 27,000 lb. Rating TIRES: 12.5/80 X 18, 10 Ply Front w/1 Spare Wheel wlTire Mounted -19.5L X 24, 8 Ply Rear w/1 Spare Wheel w/Tire Mounted. SAFETY EQUIPMENT: Back -Up Alarm, Front & Rear Work Lights, MINIMUM OF 2 Rotating Amber Safety Beacons visible 360 degrees, 2 Amber/2 Red Flashing Lights, Directional Lights, Tail Light, 2 Halogen Headlamps, Horn, Engine Compartment Covers, Seat Belts, Foot Throttle, Interior Sun Visor, Circuit Breakers. HYDRAULICS: 43 G.P.M. Pump @2200 R.P.M., Variable Flow w/replaceable filter located in a readily serviceable area, 3,000 PSI System Pressure w/Independent Oil Cooler capable of reaching maximum lift capacity and dig force at any engine speed. Hoses shall have a minimum of 4 spiral wire wraps. LOADER: Clamshell (Multi -Purpose) Bucket Style w/Bolt On Blade, T-11„ Width, 40 degree rollback, 43 degree dump angle, 1.25 cubic yard capacity, 11,300 lb. Clamping force, 9030 lb. Breakout force, 5220 lb. Lift capacity @ full height, 9490 lb. Capacity @ dump height, no less than 8'-7". BACKHOE: Extendible Dipper stick - Self Lubricating shim adjustable, 5,800 lb. Stick lift @ +6' - 3,050 lb. Boom lift @ +6' Retracted - 3,350 lb Stick lift/2,300 lb. Boom lift @ 6' Extended - Bucket Dig Force 12,000 lb either retracted or extended. 7' - 9" Transport Stabilizer Spread, 22'-8" Overall Backhoe Loader Transport Length, 14'-9" Digging Depth (Retracted) - 18'-2" (Extended) 12'-0" Loading 9 Height (Retracted) 13'-10" (Extended), 5'-11" Loading Reach (Retracted) 8'-11" (Extended), 18'-8" Reach from Swing Pivot (Retracted) 21'-11" (Extended), 165 degree Bucket rotation, 180 degree Swing Arc, 12'-1" Operating Stabilizer Spread, w/ 1-18" - 4 Tooth Extreme Service Bucket, 1-24" - 4 Tooth Extreme Service Bucket. SOUND LEVELS: Sound Levels shall comply with Test Procedures as specified in SAE J88 Test Standards. These are exterior sound pressure levels measured at 15 meters at maximum stated machine break out forces and lift capacities. 60.0 dB(A) - Front - 59.5 dB(A) - Right - 56.0 dB(A) - Rear - 59.0 dB(A) Left - 58.5 dB(A) Average. *MANDATORY REQUIREMENT FOR CONSIDERATION. Maximum dB(A) for equipment bid: Right: Rear: Average: 10 Mail or Deliver Bids To: City of Fayetteville Purchasing Office-Rm 306 113 W Mountain Fayetteville, AR 72701 SSTAFF REVIEW FORM XX AGENDA REQUEST CONTRACT REVIEW GRANT REVIEW For the Fayetteville City Council meeting of August 1, 2000 W.A.Oestreich Fleet Operations Administrative Services Name Division Department ArTTnw RRQTTTRrn Acceptance of the lowest qualified Bidder for the purchase of 2 Tractor Backhoe Loaders. Bid 00-52, Item #1. The vendor for this purchase will be E. A. Martin Machinery, P. 0. Box 874, Springdale, AR, 72765, vendor #53520. rngp Mn CTTV • Cost:$ 113, 819.10 Trade Allowance: N/A Net Cost:$ 113,819.10 $ 113,819.10 Cost of this Request 9700-1920-5802.00 Account Number 98061 Project Number $ %31 ooz Category/Project Budget Funds Used To Date $ 116,004.00 Remaining Balance BUDGET REVIEW: XX Budgeted Item Coordinator REVIEW: Date 7-Zf-cE Date Repl/Exp Back Hoe Loader Category/Project Name Vehicles & Equipment Program Name Shop Fund Budget Adjustment Attached 57RF strative Services Director GRANTING AGENCY: �roRy ADA Coordinator_ Date 91 &tcu �0 Inter 1 Auditor Date - JLe l -a' -00 Purchasing Officer Date grpApr ^^^nMMywnATTnw• Acc tance of Bid 00-52 with the Authorization to Purchase Item #1. sion Head Date Cross Reference Director Date 7-2Y-oa Jv e 'vices Director ate 7 DD Date New Item: Yes No Prev Ord/Res #: Orig Contract Date Page 2 Date Cones: Reference Cants: Budget Coordinator I /I 4 (, ILA ._ I'll _.4 '.-� i l��-• /I i ,�1 / .i 1 Purchasing Officer ADA Coordinator Internal Auditor FAYETTEV?LLE • THE CITY OF FAYETTEVIIIE, ARKANSAS DEPARTMENTAL CORRESPONDENCE To: Bill Oestreich, Fleet Operations From: Heather Woodruff, City Clerk Date: August 8, 2000 Attached is a copy of the resolution awarding Bid No. 00-52 to E.A. Martin Machinery. The original will be microfilmed and filed with the City Clerk. cc: Nancy Smith, Internal Audit L Y , I RESOLUTION NO.106-00 A RESOLUTION AWARDING BID NO. 00-52 TO E.A. MARTIN MACHINERY, FOR ITEM NO. 1, TRACTOR BACK HOE LOADER FOR ITEM NO 1, TRACTOR BACK HOE LOADER, 2 UNITS ® $56,909.55 EACH FOR A TOTAL BID OF $113,819.10. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1. That the City Council hereby awards Bid No. 00-52 to E. A. Martin Machinery, for Item No. 1, tractor back hoe loader for Item No 1, tractor back hoe loader, 2 units ® $56,909.55 each for a total bid of $113,819.10. A copy of the bid tabulation is attached hereto marked Exhibit "A" and made a part hereof. PASSED AND APPROVED this 1" day of August , 2000. APPROVED• By: i Fr6d Hanna, Mayor