Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
82-02 RESOLUTION
!r 'Y • • • RESOLUTION NO. 82-02 A RESOLUTION APPROVING THE PURCHASE OF AN ASPHALT PAVING MACHINE FROM RUSHING AND MASON OF LITTLE ROCK IN THE AMOUNT OF ONE HUNDRED EIGHTY-SEVEN THOUSAND TWO HUNDRED TWENTY-FIVE DOLLARS ($187,225.00), THE TOTAL REFLECTING A TRADE-IN ALLOWANCE FOR THE EXISTING UNIT; AND APPROVING A BUDGET ADJUSTMENT IN THE AMOUNT OF SIXTEEN THOUSAND SEVEN HUNDRED DOLLARS ($16,700.00). BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1. That the City Council hereby approves the purchase of an asphalt paving machine from Rushing and Mason of Little Rock in the amount of One Hundred Eighty -Seven Thousand Two Hundred Twenty -Five Dollars ($187,225.00), the total reflecting a trade-in allowance for the existing unit. Section 2. That the City Council hereby authorizes the Mayor or his duly authorized representative to sign any documents required to complete said purchase. Section 3. That the City Council hereby approves a Budget Adjustment in the amount of Sixteen Thousand Seven Hundred Dollars ($16,700.00). PASSED and APPROVED this 21st day of May 2002. By: .,•1 THER WOODRUFF, Ci ' lerk APPROVED: By • NAME OF FILE: CROSS REFERENCE: Resolution No. 82-02 • 05/21/02 Resolution No. 82-02 04/29/02 Bid Award #02-31 (Rushing & Mason Equipment in Little Rock) for the purchase of an asphalt paving machine 05/20/02 Copy of the Budget Adjustment Form 05/30/02 Memo to Greg Boettcher, Public Works Director, from Heather Woodruff, City Clerk NOTES: • • YETTEVILLE • J • CITY ���\��/ OF FA 7/7E77LLE • INTER -OFFICE MNDUM 9164 EVILLE TO: Mayor/City Council THRU: Peggy Vice, Purchasing Manager Oit- FROM: Greg Boettcher, Public Works Director .4/ d DATE: May 10, 2002 SUBJECT: BID AWARD RECOMMENDATION 02-31 - Project 01024 Reference the attached Agenda Request for the Award of Bid 02-31, Item #2, to the qualified bidder meeting specifications. This Vendor is Rushing & Mason Equipment, 7720 Interstate 30, Little Rock, AR 72209. • The Bid Tabulation Sheet dated April 29, 2002, is included along with a copy of the formal bid that was sent to each of the vendors on the Bidders List. Also attached is a completed copy of the successful bid. This item has been evaluated for compliance with original specifications along with anticipated Manufacturer and Dealer support necessary to maintain it in a proper and efficient manner. Therefore, the following is submitted for purchase approval by the Council: Item 2: Rushing & Mason Equipment - Vogele Pro -Pave Series 111 ORTB Swiftrac Demonstrator/Used Unit w/Approx. 150 Hrs Q #225,225.00 Less Trade Allowance for Unit #63 -1993 Cedar Rapids Model CR461 Tracked Hot Mix Paver - Credit of $38,000.00 for a net amount of $187,225.00 SUMMARY TO BE DELIVERED AS A COMPLETE UNIT: ITEM 2. Rushing & Mason Equipment -1 Unit at $187,225.00 - NET TOTAL. BID AWARD: $187,225.00 The amount for this item is in account 9700-1920-5802.00, Project 01024, Budget Adjustment • attached. H 102-31Bld Anm.pu.I.X MIE • City of Fayetteville, Arkansas Request for Expansion/Replacement Equipment Department: (A L V v oRKs Division: C in r �T Program: Date of Request S d/o%Z Circle One: Expansion If replacement, unit # to be replaced fin 3 Date required. Current Veh. Monthly chgs.: Motor Pool Replacement Amount Budgeted $ Replcmt.Veh. Monthly ch .: Motor Poof 5 7I0 3. 9 Replacement *a y VO. ca" Amount Budgeted $ Description of the equipment to be purchased/transferred: Voce r rZO_ ✓r Sia, s /1/Di?/S SW IF%R4c t=mosraotr ) a, Justification Justification for this equipment: Approval Signanaes: Division Head Date Fleet Operations Superintendent Date udget Manager Date Approval Signatures: Department Director Date Admix Services Director Date K\Forms\VehE_xpansion Request.WK4 K: IFormslVehExpansion Request.WK4 Date • FAV ETT �E V I LLE ...� CITY OF FA LLE `Lln Ua 6V©MUDgEk0 Zf o Fayetteville, AR 72701 FLEET OPERATIONS 501-444-3494 INVITATION TO BID BID #: 02-31 DATE ISSUED: April 19, 2002 DATE & TIME OF OPENING: April 29, 2002 -11:30 A.M. BUYER: Peggy Vice, Purchasing Manager, Room 306 - (501) 575-8289 DATE REQUIRED AS COMPLETE UNIT: 15 Days from receipt of order. F.O.B.: Fayetteville, AR *Guaranteed Delivery Date: THIS INVITATION TO BID IS BASED ON THE NEED FOR 1 UNIT AS LISTED IN SPECIFICATIONS ATTACHED. HOWEVER, 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. • ITEM: DESCRIPTION: QTY. * PRICE PER UNIT 1. Rubber Track Hot Mix Paving Machine as listed in Item #1 of Specifications Attached 1 $ PLEASE SPECIFY: *MANUFACTURER: *MODEL: 1 • • • • • 2. Rubber Track Hot Mix • Paving Machine as listed in Item #1 of Specifications Attached Demonstrator Unit Maximum 100 Hour Machine PLEASE SPECIFY: *MANUFACTURER: *MODEL• Sale or Trade will be considered on the following: 3. Unit # 63 - 1993 Cedar Rapids Model CR461 Tracked Hot Mix Paver CREDIT $ EXECUTION OF BID - Upon signing this Bid, the bidder certifies that • he/she has read and agree to the requirements set forth in this bid proposai, including specifications ,terms and standard conditions, and pertinent information regarding the articles being bid on, and agrees to furnish 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: 2 • • • • *BY:(PRINTED NAME) *AUTHORIZED SIGNATURE: *TITLE: PLEASE NOTE: ALL ITEMS MARKED * ARE CONSIDERED MANDATORY REQUIREMENTS FOR CONSIDERATION OF BID. FAILURE TO - COMPLETE THESE ITEMS MAY RESULT IN REJECTION OF BID. SPECIAL TERMS & CONDITIONS - ITEMS 1 & 2 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 fors 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 be shown 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 may call the Purchasing Office at (501) 575-8289 to deterine if their bid documents have been received prior to opening date and time listed on the bid form. Bids must be sent to: City of Fayetteville Purchasing Office Room 306 113 West Mountain St. Fayetteville, AR 72701 3 • • 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 to the date of 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 fumishing of the unit/units bid. 8. Standard Manufacturer's 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. Full New Unit Warranty shall apply regardless of operating hours shown at time of delivery. 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 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. SPECIAL TERMS & CONDITIONS - ITEM 3 4 • • 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 bome by the bidder. 2. 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. Bids must be sent to: City of Fayetteville Purchasing Office - Room 306 113 West Mountain St. Fayetteville, AR 72701 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. MONDAY THROUGH FRIDAY, UNTIL FRIDAY, APRIL 26, 2001. 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 itemfdems awarded. B. Removal of the itemfdems 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 RUBBER TRACK HOT MIX PAVING MACHINE General Specification Requirements are as follows for a Crawler Style Paving Machine. 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 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 -Bled" and specifics noted is suggested. 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. NO FURTHER CONSIDERATION OF THEIR BID SUBMISSION WILL BE MADE. 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 d0 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. NI 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 shallcomply 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 Tess than 1 year. Field demonstrations 0 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. 6 • 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 supplier'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 extensive 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. 7 or • • • • 5. TRAINING Supplier shall provide the necessary training required for a full work crew of this equipment Such training will be on an .operational work site which shall be mutually selected and is to provide sufficient background training in all areas of use. This training is to allow the crews performance to be considered as satisfactory and to comply with accepted commercial standards of operation. Supervised Training is required until the Supplier is assured of the competency of the operating crew. Replacement personnel will be scheduled with the supplier for training which is to be provided within 5 working days of crew replacement RUBBER TRACK HOT MIX PAVER COMPLIANCE WITH APPLICABLE FMVSS SUPERSEDES REQUIREMENTS AS LISTED BELOW MINIMUM SPECIFICATIONS ONLY WIDTH: 10' 4" BASE WEIGHT: 38,000 lbs. min. LENGTH: 19' 7" SCREED: Unit to be capable of laying either asphaltic or base materials to grade from a depth of 1/4" to 12". Hydraulic extendable screed shall extend 10' to 19' - 6" without add-on extensions. High speed (2800 vibrations per minute) hydraulic vibrators shall be provided. Attack angle of 5' hydraulic extensions must be independently adjustable that of the main 10' screed section. Four heaters w/glow plug ignition shall provide 274,000 BTU to the screed bottom. End plate must be quick bleeding to deliver material at will from ends of screed. Realignment of 5' extensions will be provided. Match height, center crown and 5' slope adjustments to be power activated. Automatic screed controls and screed counterbalance kit, Sonic Proportional feed control. Power Crown, Slope, Match Height, auger override switch and screed assist including dual grade sensors. Vandal covers for full screed. DIESEL ENGINE: 6 CYL. MINIMUM ONLY: 5.9 Liter Displacement, 200 H.P. © 2200 R.P.M., Electnc Start, Safety Shut Down, full instrumentation, readily accessible oil and fuel filter and severe duty air cleaner, Heavy Duty Muffler and 64 Gallon Fuel Capacity. •e • • • • • MANDATORY REQUIREMENT FOR CONSIDERATION. PLEASE STATE: MANUFACTURER: MODEL DESIGNATION: C.I.D. DISPLACEMENT: H.P. RATING: R.P.M. TRACTION DRIVE: Replaceable 18" wide rubber track, Self Adjusting track tensioning system, Crawler mounted Cross Frame Dual Track suspension, Oscillating bogie wheel assembly, Independent hydrostatic transmission drive for each track to allow counter rotation, planetary drives in sprocket hub, hydrostatic drive for travel and paving speed, Adjustable spreading auger height via frame raise, independent parking brake, Paving speed shall be adjustable from 0 to 275 FPM, and travel speed from 0 to 10 MPH. Travel speed shall be attainable in forward or reverse. HYDRAULIC SYSTEM: Engine mounted enclosed pump drive, variable displacement pumps for tractor drives, right an left feed systems and auxiliary circuits. Fixed displacement pump for vibrator circuit with flow control valve for frequency adjustment. Centralized filter locations - primary/secondary fuel, engine oil, hydraulic system, Remote control solenoids with function -check LED light for system diagnosis. BRAKES: Wet type multiple disc brakes shall be inherent in the drive system and be automatically applied from the operators station. CONTROLS: All electric controls shall be provided in a sliding console which moves to either side of the paver. Electric toggle switch controls to be provided for screed vibrators, screed lift, hopper wings, throttle, feed conveyors, etc. Paving speed and travel speed, left and right, are to be variable and regulated at the console. Control areas to be color coded and intemationally symbolized. Material no -flow indicators. Digital readouts of fuel level, hydraulictemperature, water temperature, engine oil pressure, engine hour meter and engine RPM to be provided in console. Protection shall be provided with an umbrella for the operator. Sonic Feed Control. Fume recovery and ventilation system. Unit shall be equipped with full sonic grade and slope control system, consisting of two sonic grade sensors, one gravity reference slope sensor with forward and aft mounting positions, including all mounting hardware and storage container for sensors and controls. It shall also include a thirty foot mutti-foot grade reference ski. 9 • • • HOPPER: Minimum capacity of 14 Tons of asphaltic material with hydraulic powered folding hopper wings controlled at operator console. Front of hopper to be 10' wide, with oscillating push rollers for truck dump box alignment Including 1 set of 2" and 1 set of 4" Spacer Blocks. Two separate power adjusted flow gates to be provided atrear of hopper. AUGER CONVEYOR: Hopper floor and conveyor tunnel shall be AR -400 High Abrasion steel. Augers to be 16" diameter, 5/8" thick. Feed tunnels to be minimum of 30" wide each. Heavy duty slat bars of 1-1/2" X 2-1/2" to be provided. Separate automatic proportional hydrostatic auger and conveyor drives for both left and right conveyor systems to be controlled from operator console, with limit control switches mounted in auger area for automatic material feed control. High alloy liners to be provided for extensions. MATERIAL HANDLING: 6' of 16" diameter auger extensions 12" long (3R & 314 with outboard auger supports which incorporate material retaining plates. CUT OFF SHOES: One 12" section and one 24" section. MAINTENANCE ITEMS: Unit shall come with a suggested wear item list. Four complete sets of PM filters to provide coverage for each application of the machine. 10 • • CITY OF FA YETLLE i `PI'S VP L01+ ;D Moak pis. Fayetteville, AR 72701 FLEET OPERATIONS 501-444-3494 INVITATION TO BID BID #: 02-31 DATE ISSUED: April 19, 2002 DATE & TIME OF OPENING: Apnl 29, 2002 - 11:30 A.M. BUYER: Peggy Vice, Purchasing Manager, Room 306 - (501) 575-8289 DATE REQUIRED AS COMPLETE UNIT: 15 Days from receipt of order. F.O.B.: Fayetteville, AR *Guaranteed Delivery Date: 21 DAYS THIS INVITATION TO BID IS BASED ON THE NEED FOR 1 UNIT AS LISTED IN SPECIFICATIONS ATTACHED. HOWEVER, 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. ITEM: DESCRIPTION: QTY. * PRICE PER UNIT 1. Rubber Track Hot Mix Paving Machine as listed in Item #1 of Specifications Attached 1 PLEASE SPECIFY: *MANUFACTURER: *MODEL: $ 251,525.00 VOGELE PRO -PAVE SERIES 111ORTB 111ORTB SWIFTRAC • • • • • 2 • • Rubber Track Hot Mix Paving Machine as listed in Item #1 of Specifications Attached Demonstrator Unit Maximum 100 Hour Machine 1 PLEASE SPECIFY: *MANUFACTURER: *MODEL: VOGELE PROLPAV SERIES 111ORTB $ 225,225.00 111ORTB SWIFTRAC Sale or Trade will be considered on the following: 3. Unit # 63 - 1993 Cedar Rapids Model CR461 Tracked Hot Mix Paver CREDIT$ 38,000.00 EXECUTION OF BID - Upon signing this Bid, the bidder certifies that he/she has 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 agrees to furnish these articles at the prices stated. Unsigned bids will be rejected. Items marked * are mandatory for consideration. *NAME OF FIRM: RUSHING & MASON EQUIPMENT *BUSINESS ADDRESS: 7720 INTERSTATE 30 *CIN: LITTLE ROCK *STATE: ARKANSAS *ZIP: 72209 *PHONE: 501-562-4500 *FAX: 5nt-56R-Ason 2 *BY:(PRINTED NAME) i s hA R O Q• SPI cKrito *AUTHORIZED SIGNAT *TITLE: SALES MANAGER PLEASE NOTE: ALL ITEMS MARKED * ARE CONSIDERED MANDATORY REQUIREMENTS FOR CONSIDERATION OF BID. FAILURE TO COMPLETE THESE ITEMS MAY RESULT IN REJECTION OF BID. SPECIAL TERMS & CONDITIONS - ITEMS 1 & 2 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. 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 be shown 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 may call the Purchasing Office at (501) 575-8289 to determine if their bid documents have been received prior to opening date and time listed on the bid form. Bids must be sent to: City of Fayetteville Purchasing Office - Room 306 113 West Mountain St. Fayetteville, AR 72701 3 • • • • City of Fayetteville, Arkansas Budget Adjustment Form Res, 82-02 Budget Year 2002 Department: Division: Program: Public Works Fleet Operations Capital Expenditures Date Requested 05/20/2002 Adjustment # Project or Item Requested: $16,700 is requested in the Construction Equipment project. Project or Item Deleted: $16,700 from the Other Vehicles/Equipment project. • Justification of this Increase: The item is requested to replace the old asphalt paving machine used by the Street Division. Justification of this Decrease: Sufficient cash & investments exist to fund this request. Increase Expen e (Decrease Revenue) Account Name Amount Vehicles & Equipment. 16,700 Account Name Vehicles & Equipment Account Number 9700 1920 Decrease Expense (Increase Revenue) Amount 16,700 Project Number 5802 00 02077 1 Account Number 9700 1920 5802 00 Project Number 02080 1 Approval Signatures Requested B Date itdgetMa ryceger Date �L/ms`sJ,CS-20 -0 Departmyfit Director Admin. Servi Director Mayor Date Blue Copy: Budget & Rese3rf'h / Yellow Copy: Requester Type: A Date of Approval Budget Office Use Only B C Posted to General Ledger Posted to Project Accounting Entered in Category Log E H: IBUDGE7IPROJECTSIBUD_ADJIBA_2002tPAVER. WK4 C A F FAYETTEA.LE THE CITY OF FAYETTEVILLE, ARKANSAS DEPARTMENTAL CORRESPONDENCE • To: Greg Boettcher, Public Works Director From: Heather Woodruff, City Clerk Date: May 30, 2002 Please find attached a copy of Resolution No. 82-02 approving the purchase of an asphalt paving machine from Rushing and Mason of Little Rock. The original will be microfilmed and filed with the City Clerk I am forwarding your Budget Adjustment Form to the Budget and Research Division. cc: Nancy Smith, Internal Audit Stephen Davis, Budget & Research 0