HomeMy WebLinkAbout109-00 RESOLUTION•
RESOLUTION Na 109 00 MICROFILMED
A RESOLUTION AWARDING BID NO. 00-56 TO WILLIAMS
TRACTOR FOR ITEMS NO. 1, 2, 3 AND 4 IN THE AMOUNT OF
$94,200, LESS TRADE VALUE OF $31,760 FOR ITEMS, 5, 6, 7,
8, 9, 10, 11, 12, 13, 14, 15, 16, 17 AND 18, BRINGING THE
TOTAL BID TO $62,440.
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE,
ARKANSAS:
Section 1. That the City Council hereby awards Bid No. 00-56 to Williams Tractor for
Items No. 1, 2, 3 and 4 in the amount of $94,200, less trade value of $31,760 for Items, 5, 6, 7, 8,
9, 10, 11, 12, 13, 14, 15, 16, 17 and 18, bnnging the total bid to $62,440. A copy of the bid
tabulation is attached hereto marked Exhibit "A" and made a part hereof.
PASSED AND APPROVED this1s` day of' August , 2000.
By: A9/70fc
Heather Woodruff, City Cleri�
APPROVE
By:
red Hanna, Mayor
•
NAME OF FILE: �A�! /D 4 00
CROSS REFERENCE:
•
A/
Date
Contents of File Initials
ff.-FDD;
-
/p 9" D D
<
7
-N -DO
Z-XiifirT 114 " ( Ad) 7:942a,47-roAD(WOO--S0
«/Ioo
A4s1A0 to yl%9yoR //AMA yt CI7U
GDztocil. 7tyn
Zl
o i29A41nnlE
/e -a2/ ll2te A -Join IL, 4
1?,4s y,QE ZCI? ,PE : / _z -in h
",rc4
m, AMAL zz
DO -tel Aen,;ccr4/4b'D4SPAn*4f44,-P-
.11-276-66
MSD %D 12.4 0Es T, ,creg l�,P/t7n
j� K��,n
LeD
.��" : Lrt 44 -A446 -L6-14 /
111$-06
trA LAlPogym' rrDA/ (AA&Es /-4)
x g -Day
iti,o2n
(XTy e% X
A/
DESCRIPTION: Tractors & Equipment w/Sale or Trade of Tractor & Equipment
2
z
COan
§
Z «
2 §
Z
2
$
P /
2 m 2
A 0
b Z
%
+
¢ 0
z
4
•
R. 0 + 0
K CO ¢ S
b z
t•••• z -
Darrell Lackey
Williams Ford Tractor
Darrell Lackey
Williams Ford Tractor
■
%
Pt
■
«
§
o
2
Z
ot
z _
0 k
2
z
Darrell Lackey
0
fire
William Ford Tractor
EXHIBIT A -
tXw
a!*
Thew
d
V 118 I HXB
•
FLEET J PI 7
INTER-LOFFICE MEMORANDUM
TO: Mayor/City Council
THRU: John Maguire, Administrative Services Director
THRU: Peggy Vice, Purchasing Manager
FROM: W. A. Oestreich, Fleet Operations Superintendent
DATE: July 18, 2000
SUBJECT: BID AWARD RECOMMENDATION 00-56
PROJECT # 98065 AND 98068
NS
Reference the attached Agenda Request for the Award of Bid 00-56, Items #1, 2, 3, and #4
with the acceptance of the trade allowance offered for Items #5, 6, 7, 8, 9, 10, 11, 12, 13, 14,
15, 16, 17 & #18. The only qualified bidder meeting specifications is Williams Tractor,
P.O.Box 1346, Fayetteville, AR 72702. (Vendor #1346). These are budgeted items for the
calendar year 2000.
The Bid Tabulation Sheet dated July 18, 2000, is included along with a copy of the formal bid
with the attached specifications that was sent to each of the vendors on the Bidders List
attached.
The items listed have been evaluated for compliance with original specifications along with
anticipated Manufacturer and Dealer support necessary to maintain these units in a proper and
efficient manner.
This bid was sent to 50 prospective bidders, with only two acceptable responses. I spoke to
some of the potential bidders for the sale items with the response that they did not feel they
would be able to match pricing from a local vendor who would be very competitive. Evaluation
of the bid shows that the pricing structure received for the new units is in line with other units
on the market in the same size and horsepower category.
It has been with an objective attitude that this bid has been evaluated. This recommendation
has been reviewed by Pollution Control Plant/Sludge Management Site, Fleet Operations
Division and the Equipment Committee.
Therefore, the following is submitted for purchase approval by the Council:
• •
ITEM 1. 145 PTO HP - 4 Wheel Drive Utility Tractor
Per Item 1 of Specifications
ITEM 2. Mower Conditioner per Item 2 of Specifications
ITEM 3. Tedder per Item 3 of Specifications 2 @ $2,850.00
ITEM 4. Rotary Cutter per Item 4 of Specifications
TOTAL
LESS TRADE ALLOWANCES OFFERED ON THE FOLLOWING:
FA# 02306 New Holland
Roll -A -Bar Rake VIN: 782843
FA# 02975 Walton
Tedder VIN: 2137
7. FA# 02976 Walton
Tedder VIN: 2135
8. Unit 537 - John Deere 17 H.P.
LX188 Hydrostatic Drive
48" Riding Mower VIN: MOL188X075739
9. FA# 2470 New Holland
Pop Up Loader VIN: NSN
10. FA# 2471 Hay Elevator
VIN: NSN
11. FA# N/A Service CY-72
Rotary Cutter VIN: NSN
12. FA# N/A 6 Way -7' -Box Blade
VIN: 1029
13. FA# 02190 Bush Hog 6'
Rotary Cutter VIN: 10125
14. Unit# 968 1411 New Holland
Mower Conditioner VIN: 594480
15. Unit#522 John Deere
Model 4430 Tractor VIN: 366449R
16. FA# 03048 Rhino Twister TW -72
Rotary Cutter VIN: 10714
$72,500.00
$14,500.00
$ 5,700.00
$ 1,500.00
$94,200.00
$ 2,000.00
$ 1,000.00
$ 750.00
$ 400.00
$ 250.00
$ 100.00
$ 700.00
$ 150.00
$ 500.00
$ 7,500.00
$12,000.00
$ 400.00
• •
17. FA# N/A Land pride 3pt Mower
Mdl 25-72 (Less Gearbox) VIN: UNK $ 10.00
18. Unit# 523 1990 Ford
Model 1520 Tractor VIN: UH25702 $ 6,000.00
TOTAL CREDIT
SUMMARY
TO BE DELIVERED AS COMPLETE UNITS:
ITEMS 1, 2, 3 & 4 Williams Tractor
LESS TRADE CREDIT:
ITEMS 5,6,7,8,9.10,11,12,13,14,15,16.17&18
$31,760.00
$94,200.00
<$31,760.00>
TOTAL BID AWARD: $ 62,440.00
The budgeted amount for these items is in the Shop Fund Capital Expenditures Program,
Vehicles & Equipment, Replacement/Expansion Tractor/Mower Project 98068-001 and
Replacement/Expansion Other Vehicles & Equipment Project 98065-001. With the purchase of
these items at $62,440.00, a balance of $126,841.00 remains to complete the other items
needed in these projects.
TO:
FROM:
DATE:
SUBJECT:
•
Bill Oestreich
Roy Reed
20 July, 2000
BID # 2000-56
MEMORANDUM
•
Mr. Oestreich,
After reviewing BID # 2000-56, the 145 h.p.tractor, tedders,
mower conditioner, and rotary cutter equipment specifications
presented by Williams Ford Tractor have been found to meet the
requirements of the Paul R. Noland WasteWater Treatment Facility.
Thank you,
i/ego..94)\
Roy D. Reed
SMS Director City of Fayetteville/OMI
• •
CITY OF FAYETTEVILLE
113 W. Mountain St.
Fayetteville, AR 72701
FLEET OPERATIONS
501-444-3494
INVITATION TO BID
BID #: 2000-56 DATE ISSUED: June 28, 2000
DATE & TIME OF OPENING: July 18, 2000 - 11:00 A.M.
BUYER: Peggy Vice, Purchasing Manager, Room 306 - (501) 575-8289
DATE REQUIRED AS COMPLETE UNIT: 60 Days from Date of Order
F.O.B. Fayetteville, AR
ITEM: DESCRIPTION:
CITY: • PRICE: *TOTAL
1. 145 PTO HP Tractor
per Item #1
of Specifications Attached 1 $ 79 Son nn $
*GUARANTEED DELIVERY SCHEDULE: 60 days
2. Mower Conditioner
per Item #2 1 $ 74,500.00
of Specifications Attached
*GUARANTEED DELIVERY SCHEDULE:
10 days
3. Tedder per Item #3 2 $ 2,850.00
of Specifications Attached
*GUARANTEED DELIVERY SCHEDULE: 10 days
7,5nn nn
5,700.00
1
• •
4. Rotary Cutter
per Item #4
of Specifications Attached
*GUARANTEED DELIVERY SCHEDULE:
1
$ 1.500.00 $ 1
10 days
ITEMS 5, 6, 7, 8, 9, 10, 11, 12, 13, 14, 15, 16, 17
OFFERED FOR EITHER SALE OR TRADE
FA# 02306 New Holland
Roll -A -Bar Rake
VIN: 782843
.snn on
8r 18 ARE
*PRICE:
$ 2,000.00
6. FA# 02975 Walton
Tedder $ 1 Pn0 n0
VIN: 2137
FA# 02976 Walton
Tedder
VIN: 2135
8. Unit 537 - John Deere 17 H.P.
LX188 Hydrostatic Drive
48" Riding Mower
VIN: MOL188X075739
9. FA# 2470 New Holland
Pop Up Loader
VIN: NSN
750.00
$ 400.00
10. FA# 2471 Hay Elevator
VIN: NSN
11. FA# NIA Service CY-72
Rotary Cutter
VIN: NSN
12. FA# N/A 6 Way -7' -Box Blade
VIN: 1029
13. FA# 02190 Bush Hog 6'
Rotary Cutter
VIN: 10125
14. Unit# 968 1411 New Holland
Mower Conditioner
VIN: 594480
2sn nn
100.00
700.00
ao u
2
15. Unit#522 John Deere
Model 4430 Tractor
VIN: 366449R
•
$ 17 nnn nn
16. FA# 03048 Rhino Twister TW -72
Rotary Cutter 400.00
VIN: 10714
17. FA# N/A Landpride 3pt Mower
Mdl 25-72 (Less Gearbox) 10.00
VIN: UNK
18. Unit# 523 1990 Ford
Model 1520 Tractor
VIN: UH25702
NOTE: ITEMS 5, 6, 7, 9 10, 11, 13,14, &
UNITS LISTED IN ITEM #1, 2, 3, & 4.
'BIDDER IMPOSED RESTRICTIONS ON
15 WILL NOT
ITEMS 5, 6, 7,
$ 61100 nn
BE RELEASED PRIOR TO RECEIPT OF THE
8,9,10,11,12,13,14,15,16,17818
Trade only.
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 furnish
these articles at the prices stated. Unsigned bids will be rejected. Items marked are mandatory
for consideration.
*NAME OF FIRM: Williams Tractor
P.O. Box 1346
*BUSINESS ADDRESS:
*CITY:
Fayetteville
*PHONE: 501-442-8284
*AUTHORIZED SIGNATURE:
P
*STAT
*ZIP: 727071/46
'TITLE: Virp Pr -pc -iv -lent
CO SSNOTE: ALL ITEMS MANDATORY REQUIREMENT
IDERATION OF BID. FAILURE TO COMPLETE TTHESEIITEMSMAY RESULT IN
REJECTION OF BID.
3
•
CITY OF FAYE2TEVILLE
BID ATTENDANCE SHEET
BID NO. bb S
R %
COMMODITY +, kb
tthEE
4. Qt
5.
6
7.
8.
9
10.
11
12.
•
COMPANY
DATE:
TIME:
TITL$
LA /1
.
ailJi -la-do
6/J eta
/ 7?
4
• •
BIDDERS LIST
Tractors
1. Warrior of Arkansas, Inc.
2003 South 8th St.
Rogers, AR 72756
Att: Wendell Bridges
501-636-8220 FAX 501-636-1271
2. Springdale Tractor Co.
Hwy 68 West
Springdale, AR 72764
3 Williams Ford Tractor & Equipment Co.
P.O.Box 1346
Fayetteville, AR 72702-1346
4 Aces Inc.
Hwy 71 North
Springdale, AR 72764
5. E.A.Martin Machinery Co.
802 E. 264 Hwy
Springdale, AR 72764
6. Traksan Equipment Co.
1531 E. Ford Ave
Springdale, AR 72764
7. J.A.Riggs Tractor Co.
9125 Interstate 30
Little Rock, AR 72209
• •
June 19, 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-
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: l awren cemoto rs@h otmai I. 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.
Kansas 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
280 SERIES
n' CUU'irE
Five, Six -and Seven -Foot Models for All Medium
Duty Cutting Jobs.
Header flotation is ensy to adjust, so you can cut more crop witli lar scalping or Imp damage.
5
New Holland
70 Series GENESIS'*"
145 to 210 PTO hp Tractors
8670 8770 8870 8970
NW HOLLAN.7
•
• •
CITY OF FAYETTEVILLE
113 W. Mountain St.
Fayetteville, AR 72701
FLEET OPERATIONS
501-444-3494
INVITATION TO BID
BID #: 2000-56 DATE ISSUED: June 28, 2000 QI
Tf-oe
DATE & TIME OF OPENING: July 18, 2000 - 11:00 A.M.
BUYER: Peggy Vice, Purchasing Manager, Room 306 - (501) 575-8289
DATE REQUIRED AS COMPLETE UNIT: 60 Days from Date of Order
F.O.B. Fayetteville, AR
ITEM: DESCRIPTION:
QTY: " PRICE: *TOTAL
1. 145 PTO HP Tractor
per Item #1
of Specifications Attached 1 $ $
*GUARANTEED DELIVERY SCHEDULE:
2. Mower Conditioner
per Item #2
of Specifications Attached 1 $ $
*GUARANTEED DELIVERY SCHEDULE:
3. Tedder per Item #3
of Specifications Attached 2 $ $
*GUARANTEED DELIVERY SCHEDULE:
1
4. Rotary Cutter
per Item #4
of Specifications Attached 1 $
*GUARANTEED DELIVERY SCHEDULE:
ITEMS 5, 6, 7, 8, 9, 10, 11, 12, 13, 14, 15, 16, 17 & 18 ARE
OFFERED FOR EITHER SALE OR TRADE
*PRICE:
5. FA# 02306 New Holland
Roll -A -Bar Rake
VIN:782843
6.
FA# 02975 Walton
Tedder
VIN: 2137
7.
FA# 02976 Walton
Tedder
VIN: 2135
8.
Unit 537 - John Deere 17 H.P.
LX188 Hydrostatic Drive
48" Riding Mower
VIN: MOL188X075739
9.
FA# 2470 New Holland
Pop Up Loader
VIN: NSN
10.
FA# 2471 Hay Elevator
VIN: NSN
11.
FA# N/A Service CV -72
Rotary Cutter
VIN: NSN
12.
FA# N/A 6 Way -7' -Box Blade
VIN: 1029
13.
FA# 02190 Bush Hog 6'
Rotary Cutter
VIN: 10125
14.
Unit# 968 1411 New Holland
Mower Conditioner
VIN: 594480
F
Ii
15. Unit#522 John Deere
Model 4430 Tractor
VIN: 366449R
16. FA# 03048 Rhino Twister TW-72
Rotary Cutter
VIN: 10714
17. FA# N/A Landpride 3pt Mower
Mdl 25-72 (Less Gearbox)
VIN: UNK
18. Unit# 523 1990 Ford
Model 1520 Tractor
VIN: UH25702
*BIDDER IMPOSED RESTRICTIONS ON ITEMS 5, 6, 7, 8,9 10, 11, 12, 13, 14, 15, 16, 17 & 18
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 furnish
these articles at the prices stated. Unsigned bids will be rejected. Items marked * are mandatory
for consideration.
*NAME OF
*BUSINESS ADDRESS:
*CITY: *STATE: *ZIP:
*PHONE:
*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.
3
BID 2000-56
SPECIAL TERMS & CONDITIONS
ITEMS #1, 2, 3, &4
THIS REQUEST FOR BID IS NOT TO BE CONSTRUED AS AN OFFER, A CONTRACT, OR A
COMMITMENT OF ANY KIND; NOR DOES IT COMMIT THE CITY TO PAY ANY COSTS INCURRED
BY THE BIDDER IN THE PREPARATION OF THIS BID.
All bids shall be submitted on forms provided by the City with the item bid and the bid
number stated on the face of the sealed envelope. Bidders MUST provide the City with
their bids signed by an employee or officer having legal authority to submit bids on behalf
of the bidder. The entire cost of preparing and providing responses shall be borne by the
bidder.
2. Bidders shall include all applicable local, state, and federal sales tax in this bid: The
responsibility of payment shall remain with the successful bidder. Tax amount MUST show
as a separate item.
II
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 unittunits 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.
41
I
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 #5,6,7,8,9,10,11,12,13,14,15,16,17&18
All bids shall be submitted on forms provided by the City.
Bids received after the date and time set for receiving bids will not be considered.
3. The City reserves the right to accept or reject any or all bids, waive formalities in the
bidding and make a bid award deemed to be in the best interest of the City.
4. The City assumes no responsibility for the safety of the Bidder during inspection of the
item listed herein.
5. The items listed will be sold "AS IS -WHERE IS" with no warranty either express or implied.
6. Arrangements for inspection may be made by appointment with Fayetteville Fleet
Operations Division, 1525 S. Happy Hollow Road, Fayetteville, AR., 501-444-3494 & 501-
444-3496, between 9:00 A.M. and 4:00 P.M. Wednesday, July 5, 2000 thru Friday, July
7, 2000 and Monday, July 10, 2000 thru Friday, July 14, 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 item/items listed
herein awarded
to the successful bidder
shall be the
sole responsibility of
said successful
bidder.
9. The item bid and the bid number shall be stated on the face of the sealed bid envelope.
BID#2000-56
BASIC SPECIFICATIONS
TRACTOR & MISC. EQUIPMENT
General Specification Requirements are as follows for TRACTOR & MISC. EQUIPMENT. These
are MINIMUM SPECIFICATIONS ONLY and are not limited or restricted to the following.
ALL UPGRADE OR DOWNGRADE VARIATIONS/DEVIATIONS/SUBSTITUTIONS MUST BE
CLEARLY ANNOTATED. IN THE ABSENCE OF SUCH STATEMENTS, THE BID SHALL BE
ACCEPTED AS IN STRICT COMPLIANCE WITH ALL TERMS. CONDITIONS, AND
SPECIFICATIONS AND THE SUPPLIER SHALL BE HELD LIABLE.
Alternates will be considered provided each Supplier clearly states on the face of his proposal
exactly what he proposes to furnish and forwards necessary descriptive material which will clearly
indicate the character of the article covered by his bid. All Bids are subject to Staff analysis: Fleet
standardization requirements, replacement parts availability, warranty service availability and
Manufacturer/Distributor/Dealer Field support of operational units will be considered.
All Units Bid shall show deviations to line item specifications on the "Minimum Specification"
attached with referral to each item. Utilizing a copy of these specifications with variations "hi-lited"
and specifics noted is suggested.
ANY BIDDER, WHETHER A MANUFACTURER OR DESIGNATED DEALER, WHO CAN
PROVIDE MATERIALS , FEATURES OR OPTIONS TO MEET THE SPECIFICATIONS
OUTLINED HEREIN AND WILFULLY FAILS TO DO SO BECAUSE OF PRICE OR TO GAIN A
PRICING ADVANTAGE IN A COMPETITIVE BID SITUATION WILL BE DEEMED NON-
RESPONSIVE. ANY FURTHER CONSIDERATION OF. THEIR BID SUBMISSION WILL NOT BE
CONSIDERED. SHOULD THEIR CURRENT LITERATURE OR PRICE LISTS 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 INELIGIBLE 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.
All equipment shall be new and unused and of the Manufacturers Current Model Year and shall
include all standard equipment as advertised by the Manufacturer. All vehicles and equipment
listed herein shall comply with applicable Federal and State Safety, Emission and Pollution Control
Requirements in effect at time of delivery. Standard Manufacturer's Warranty shall be furnished.
Minimum Warranty period shall be no less than 1 year.
Field demonstrations of currently operational units which are offered as a substitute, variation, or
deviation may be required as part of Staff analysis at the option of Staff members or other
qualified interested parties. Properly documented referrals may be required of vendors which
allows field evaluation of units in a comparable operational area.
The City of Fayetteville reserves the right to accept the best bid for the City, and is not required
to accept the lowest priced bid.
The City also reserves the right to reject any or all bids and will be the sole judge of what
comprises the best and most advantageous unit to meet the needs of the City.
GENERAL PROVISIONS AND REQUIREMENTS
1. GENERAL
It is the intent and purpose of these specifications to secure for the purchaser the necessary
equipment and accessories which will be capable of performing in a safe, practical and efficient
manner consistent with accepted commercial standards.
2. MATERIALS AND WORKMANSHIP
All equipment, materials and workmanship shall be of the highest grade in accordance with
modem practice . The equipment supplied will be new and unused except for the necessary
testing, calibration and transportation.
3. WARRANTY
All items furnished in accordance with these specifications shall be covered by the
manufacturer's and/orsupplier's standard warranty or guarantee on new equipment. The minimum
warranty period on new equipment must be one year. Warranty which will be honored by other
than the supplier bidding must be annotated.
4. PARTS AND SERVICE
To best service the requirements of the purchaser, it is the intent of these specifications to
secure equipment, which can be 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. 145 PTO HP UTILITY TRACTOR
COMPLIANCE WITH APPLICABLE FMVSS SUPERCEDES
REQUIREMENTS AS LISTED BELOW.
MINIMUM SPECIFICATIONS ONLY
OPERATOR AREA: Enclosed Cab with OEM Heater and Air Conditioner,
AM/FM Radio, Locking Fuel Filler Cap, Hood Lock
Bracket, Electric Hour Meter, Back Up Alarm,
Cushioned Seat with Belt, Rear View Mirror, Hand &
Foot Throttle, Tachometer, Fuel Gauge, Coolant
Temperature Gauge, Air Cleaner Restriction
Indicator, Oil Pressure Warning Lamp and Alternator
Warning Lamp.
DIESEL ENGINE: 6 CYL. MINIMUM ONLY: 456 C.I.D., NET 145
P.T.O. H.P., Turbocharged, Intercooled, 22 Qt. Oil
Cap., 28 Qt. Coolant Cap., Fuel Filter with
Water/Sediment Separator, Automatic Warning
System with Automatic Shut Down, Manifold Cold
Start Aid, Electric Fuel Shut-off.
I
MANDATORY REQUIREMENT FOR CONSIDERATION.
PLEASE STATE:
MANUFACTURER:
MODEL DESIGNATION:
C.I.D. DISPLACEMENT:
NET H.P. RATING:
TORQUE RATING: @ R.P.M.'
TRANSMISSION: 16 X 9 Progammable Shuttle Powershift
POWER TAKE -OFF: Independent Hydraulic actuation, 540/1000 RPM.
REAR AXLE:
FRONT AXLE:
ALTERNATOR:
60"-124" Tread, W/Differential Lock, Wet Disc Brakes.
FWD 60"-88" Tread, 178" Turning Radius w/72"Tread
Setting, w/fenders.
130 AMP.
BATTERY: 12 Volt - 1900 C.C.A.
8
ITEM 2.
FUEL SYSTEM:
TIRES:
110 Gal. Cap. Tank
14.9 R-28 Front- 18.4 R-38 Rear.
SAFETY EQUIPMENT: Back -Up Alarm, Front & Rear Work Lights Total
Combination of 15, MINIMUM of 2 Flashing Safety Lights,
Directional Lights, Tail Lights, 2 Halogen Headlamps, Horn,
Front Weight Bracket with 12 - 88 lb. Weights, External
Rear View Mirror, Hydraulic Coupler to Dump Sump and Full
Harness for Hesston 4755 Baler.
HYDRAULIC SYSTEM: Closed Center/Load Sensing, 2750 psi, 55 gpm, 4
Valve - 8 Port.
THREE POINT HITCH: Draft Sensing Top Link w/2 Lever Control, 12,500 lb.
Cap, Category III.
TRANSPORT WIDTH: 11'3"
FIELD WIDTH: 16'
TRANSPORT LENGTH: 16'10"
FIELD LENGTH: 15'7"
TRANSPORT HEIGHT: 5'3"
CUTTING HEIGHT: 4'5"
TRANSPORT GROUND CLEARANCE: 18:
WHEEL TREAD WIDTH: 8'8"
WEIGHT: 4100 lb.
DRIVE PROTECTION: Main driveline-slip clutch with overrunning clutch,
conditioner roll drive - v -belt with spring loaded idler.
HEADER: 104" Cutting Width, Vertical and radial flotation, 36"
- 84" Windrow Width, Hydraulic Header Lift.
CUTTER BAR: Modular, 8 - 19.7" Disc w/2 knives per disc, Bevel
Gear drive in sealed module, 3000 RPM, 1.25" - 3"
Cutting Height, -2 deg. To -10 deg. Cutter Bar Angle,
•
CONDITIONER: Intermeshing Rolls w/4HB v -belt & spur gear drive.
ROLLS: Molded rubberw/intermeshing chevron design, 102"
length, 10.38" dia. 635 RPM.
TRAVEL SPEED: 9 MPH.
CAPACITY: 6.1 A/hr @6 MPH & 80% field efficiency.
TIRE: 11 LX 15 - 6 ply tubeless agricultural implement
2. fli
JACK: Side -Wind
TONGUE SWING: Hydraulic
ITEM 3. TEDDER
WORKING WIDTH: 174"
TRANSPORT WIDTH: 8'4"
TIRES: 350 X 8
ROTORS: 4
ARMS PER ROTOR: 6
TINES: 24R
OPERATING SPEED: 10 MPH
WEIGHT: 1070 LB.
ITEM 4. ROTARY CUTTER
CUTTING WIDTH: 6'
TRANSPORT WIDTH: 77"
LENGTH: 114"
HITCH: CAT II 4
l
CUTTING HEIGHT: 1-1/2" TO 10-1/2"
CUTTING CAPACITY: 2"
10
STAFF REVIEW FORM
XX AGENDA REQUEST
CONTRACT REVIEW
GRANT REVIEW
For the Fayetteville City Council meeting of August 1, 2000
FROM
W.A.Oestreich Fleet Operations Administrative Services
Name Division Department
r r'rrnta RRQTTTRVn-
Acceptance of the qualified Bidder for the purchase of 1 Tractor, 1 Mower
Conditioner, 2 Tedders, and 1 Rotary Mower (Items 1, 2, 3 & 4 - Bid 00-56)
with the trade of 14 various used items which were declared surplus or are
being replaced by the items purchased (Items 5 thru 18 - Bid 00-56) The
Vendor for this purchase will be Williams Tractor, P.O.Box 1346,
Fayetteville, AR 72702 (Vendor #1346).
rngT Tn rTmy•
Cost:$ 94,200.00 Trade Allowance: $31,760.00 Net Cost:$ 62,440.00
$ 62,440.00
Cost of this Request
9700-1920-5802.00
Account Number
98068 & 98065
Project Number
BUDGET REVIEW:
Coordinator
$ 270,001.00
Category/Project Budget
$ 80,720.00
Funds Used To Date
$ 189,281.00
Remaining Balance
XX Budgeted Item
Repl/Exp Other Veh/Equip
Repl/Exp Tractor/Mower
Category/Project Name
Vehicles & Equipment
Program Name C-oR
Shop
Fund
Budget Adjustment Attached
ve Services Director
REVIEW: GRANTING AGENCY:
c I a/-od
Acckintin Ma er Date�,(� ADA Coordinator Date/
uu
tty Attorn Date Int nal Auditor Date
7-aotoo
Purchasing Officer Date
G'T T rr nL+nranlr'mT TT1T.
Acceptance of Bid 00-56 with the Authorization to Purchase Items 1, 2, 3 & 4
With acceptance of trade allowance offer of Items 5, 6, 7, 8, 9, 10, 11, 12,
Division Head Date Cross Reference
New Item: Yes No
Date �J\�
/ �U
for ate
71/ DO
Date
Prev Ord/Res #:
Orig Contract Date:
RESOLUTION NO. 109„00
A RESOLUTION AWARDING BID NO. 00-56 TO WILLIAMS
TRACTOR FOR ITEMS NO. 1, 2, 3 AND 4 IN THE AMOUNT OF
$94,200, LESS TRADE VALUE OF $31,760 FOR ITEMS, 5, 6, 7,
8, 9, 10, 11, 12, 13, 14, 15, 16, 17 AND 18, BRINGING THE
TOTAL BID TO $62,440.
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE,
ARKANSAS:
Section 1. That the City Council hereby awards Bid No. 00-56 to Williams Tractor for
Items No. 1, 2, 3 and 4 in the amount of, $94,200, less trade value of $31,760 for Items, 5 6 7 8,
9, 10, 11, 12, 13, 14, 15, 16, 17 and 18, bunging the total bid to $62,440. 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.
APPROVE 0i
By:
red Hanna, Mayor