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