Loading...
HomeMy WebLinkAboutResolution - 2003-R0146 - Resolution To Reject All Bids For Row Crop Farm Equipment - 04_10_2003Resolution No. 2003—RO146 April 10, 2003 Item No. 26 RESOLUTION BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK THAT the Mayor of the City of Lubbock BE and is hereby authorized and directed to reject all bids for row crop farm equipment per ITB# 005-03/DC for and on behalf of the City of Lubbock. Said ITB is attached hereto and incorporated in this resolution as if fully set forth herein and shall be included in the minutes of the City Council. Passed by the City Council this loth day of April , 2003. GAL, MAYOR ATTEST: Reb cca Garza, City Secretary APPROVED AS TO CONTENT: Victor Kil an, Purchasing Manager APPROVED AS TO FORM: William de Haas Contract Manager/Attorney gs/ccdocs/Bid Reject -ROW Crop Farm Equip ITB# 005-03RS.rs March 31, 2003 Resolution No. 2003—RO146 ITB #005-0-2003/DC, Row Crop Farts Equipment SUBMIT TO: OF LUBBOCK ftCITY CITY OF LUBBOCK., TEXASPURCHASING DEPARTMENT (( 1625 13TH STREET, RM L04 LUBBOCK, TX 7%01-3830 AN EQUAL OPPORTUNITY INVITATION TO B I D CONTACT PERSON: Diana Caudillo EMPLOYER #00 5 -0- 2003/DC TEL: 806.775.2167 FAX: 806.775.2164 http://purchasing.ci.tubbock.tx.us TITLE: SUBMITTAL DEADLINE: Row Crop Farm Equipment February 11, 2003 @ 3:00 pm CST PRE BID DATE, TIME AND LOCATION: January 28, 2003 @ 11:00 any bids received after the time and date listed am CST, in the Municipal Building, 1625 13th Street, Plannin i3 aeturn regardless of the mode of delivery, shaft be returned unopened. Conference Room 107, Lubbock, Texas RESPO DENT NAME- / ,r O IF RETURNING AS A "NO BID", PLEASE COMPLETE AND RETURN THE "STATEMENT OF NO BID". MAILING ADDRESS: 3s s CITY - - ZIP: THE CITY OF LUBBOCK RESERVES THE RIGHT TO ACCEPT OR REJECT ANY 7ATE - eAc �lo DZ AND ALL BIDS IN WHOLE OR IN PART AND WAIVE ANY INFORMALITY IN THE COMPETITIVE BID PROCESS. FURTHER, THE CITY RESERVES THE RIGHT TO TELEPHONE NO: ENTER INTO ANY CONTRACT DEEMED TO BE IN THE BEST INTEREST OF THE / S- ? S- O(o ©2 CITY. IT IS THE INTENT AND PURPOSE OF THE CITY OF LUBBOCK THAT THIS FAX NO: S- �07 7 REQUEST PERMITS COMPETITIVE BIDS. IT IS THE BIDDER'S RESPONSIBILITY / TO ADVISE THE CITY OF LUBBOCK PURCHASING MANAGER IF ANY LANGUAGE, REQUIREMENTS, ETC., OR ANY COMBINATIONS THEREOF, E-MAIL: INADVERTENTLY RESTRICTS OR LIMITS THE REQUIREMENTS STATED IN THIS rtB TO A SINGLE SOURCE. SUCH NOTIFICATION MUST BE SUBMrr ED IN WRITING AND MUST BE RECEIVED BY THE PURCHASING MANAGER NO LATER DERAL TAX ID NO. OR SOCIAL SECURITY NO. FEDERAL F1-7S- 7 1k2 2'j — -j THAN FIVE (5) BUSINESS DAYS PRIOR TO THE ABOVE SUBMITTAL DEADLINE. THE BIDDER HEREBY ACKNOWLEDGES RECEIPT OF AND AGREES ITS BID IS BASED ON THE FOLLOWING ADDENDA: #$t r/ #3 #4 #5 (Please Initial) The City of Lubbock Charter states that no officer or employee of the City can benefit from any contract, job, work or service for the municipality or be interested in the sale to the City of any supplies, equipment, material or articles purchased. Will any officer or employee of the City, or member of their immediate family, benefit from the award of this bid to the above firm? YES NO IN COMPLIANCE WITH THIS SOLICITATION, THE UNDERSIGNED BIDDER HAVING EXAMINED THE INVITATION TO BID AND SPECIFICATIONS, AND BEING FAMILIAR WITH THE CONDITIONS TO BE MET, HEREBY SUBMITS THE FOLLOWING BID FOR FURNISHING THE MATERIAL, EQUIPMENT, LABOR AND EVERYTHING NECESSARY FOR PROVIDING THE ITEMS LISTED ON THE ATTACHED BID FORM AND AGREES TO DELIVER SAID ITEMS AT THE LOCATIONS AND FOR THE PRICES SET FORTH ON THE BID FORM. AN INDIVIDUAL AUTHORIZED TO BIND THE COMPANY MUST SIGN THE FOLLOWING SECTION. FAILURE TO EXECUTE THIS PORTION MAY RESULT IN BID REJECTION. By my signature I certify that this offer is made without prior understanding, agreement, or connection with any corporation, firm, business entity, or person submitting an offer for the same materials, supplies, equipment, or service(s), and is in all respects fair and without collusion or fraud. I further agree that if the offer is accepted, the offeror will convey, sell, assign, or transfer to the City of Lubbock all right, title, and interest in and to all causes of action it may now or hereafter acquire under the Anti-trust laws of the United States and the State of Texas for price fixing relating to the particular commodity(s) or service (s) purchased or acquired by the City of Lubbock. At the City's discretion, such assignment shall be made and become effective at the time the City tenders final payment to the vendor ., rc.s 1 J,4 Authorized Signature Title Print/Type Name Date THIS FORM MUST BE COMPLETED AND RETURNED WITH YOUR RESPONSE. 005-0-20031TBVehideBV.doc I TB #005.0-2003/DC, Row Crop Farts Equipment BID FORM Row Crop Farm Equipment CITY OF LUBBOCK, TEXAS ITB #005-0-2003/DC In compliance with the Invitation to Bid #005-0-2003/DC, the undersigned Bidder having examined the Invitation to Bid and Specifications, and being familiar with the conditions to be met, hereby submits the following Bid for furnishing the material, equipment, labor and everything necessary for providing the items listed below and agrees to deliver said items at the locations and for the prices set forth on this form. The Invitation to Bid #[number] is by reference incorporated in this contract. The Bid Form must be completed in blue or black ink or by typewriter. ITEM QN Unit Measure DESCRIPTION UNIT PRICE` BID EXTENDED COST Delivery (Days) After Receipt of One Set of Mfr's Repair, Parts a Service Order -Manuals 1. 2 Each ROTARY HOE, 12 ROW WIDTHS, SEE' ON 30 INCH SPACING, WITH THREE-POINT, CAT 3, HITCH ATTACHMENT $ D $ Option One (1) DEBRIS GUARDS EACH ROTOR SHALL BE FURNISHED WITH A DEVICE TO PREVENT BUILD-UP OF SOIL OR DEBRIS ON THE CUTTING TEETH. Option Two (2) ATTACHMENTS THE ROTOR SUPPORT ARMS SHALL BE ATTACHED TO THE TOOL BAR WITH A ALLOWANCE FOR REMOVAL OR ADJUSTMENT OF ROW WIDTH. Brand Name and Model Number: 2. 2 Each PLANTER, STACKING TOOL BAR DESIGN, $ $ $ PROVIDING FOR 12 ROWS SET ON 30 INCH SPACING. 13'4, C/y10� Rig Option One (1) SEED HOPPERS y k, OVERSIZED, NOT LESS THAN THREE 1 BUSHELS EACH. jV Option Two (2) TARP COVER A FITTED, WEATHER RESISTANT, FULL COVER, DESIGNED TO SECURLY ATTACH TO A AND PROTECT THE TOTAL PLANTER N` DURING PERIODS OF STORAGE. Brand Name and Model Number: 1�keto 00Lla,� S 390 3. 2 Each CULTIVATOR, ROW CROP, CONVERVATION $ $ $ TYPE, SET FOR 12 ROWS AT 30 INCHS SPACING. 0 1 Brand Name and Model Number: 005-0.20031TBVehicIeW.doc 3 rrB t1005-0-20031DC,' Row Crop Farm Equipment 4. 2 Each DISK HARROW, TANDEM ARRANGEMENT, $ $ $ WITH TRANSPORT WHEELS AND HYDRAULIC LEVELING Brand Name and Model Number. 5. 2 Each CRADLE, WITH RACKS AND FIXTURES TO $ $ $ SECURE, TRANSPORT, AND UNLOAD 12 EACH ROUND HAY BALES, APPROXIMATELY FIVE FEET LONG AND SIX FEET IN DIAMETER, SIX BALES ON EACH SIDE. UNIT °O416 SHALL BE CONSTRUCTED TO SLIDE ONTO A FLAT BED FOR UTILIZATION. Brand Name and Model Number: 6. 2 Each TRAILER, GOOSE NECK, TWO AXLE, $ $ $ EQUIPPED WITH RACKS AND FIXTURES TO SECURE, TRANSPORT, AND UNLOAD 12 ROUND HAY BALES, APPROXIMATELY -7Slo NIA FIVE FEET LONG AND SIX FEET IN lS IA2 DIAMETER, SIX BALES ON EACH SIDE Brand Name and Model Number: 7. 2 Each TRACTOR, AGRICULTURE DESIGN, WITH $ $ $ DRAW BAR AND THREE (3) POINT HITCH ARRANGEMENT, DUAL REAR WHEELS AND LIVE PTO DRIVE SYSTEM `'C2 i pal Option One (1) EXTENDED WARRANTY i' da OEM EXTENDED 100% COVERAGE FOR 5 � YRS. - 5000 HRS. �Q °O Brand Name and Model Number: -*PRICE: F.O.B. City of Lubbock Municipal Garage - Lubbock, Texas PAYMENT TERMS AND DISCOUNTS - Bidder offers a prompt payment discount of %, net 10 calendar days. Discounts will not be considered in determining low bid. Unless otherwise indicated on the Bid Form, payment terms will be NET THIRTY DAYS. The City will pay the successful bidder within thirty days after the receipt of a correct invoice or after the date of acceptance, whichever event occurs later. Discounts for prompt payment requiring payment by the City within a stipulated number of days will be interpreted as applying within the stipulated number of calendar days after the date of receipt by the City of a correct invoice or after the date of acceptance that meets contract requirements, whichever event occurs later. Discounts for payment in less than ten days will not be considered. 005.0-20031TBVehideMdoc ITB #005.0-2003/DC. Row Crop Form Equipment INTERLOCAL PURCHASING (optional): The City desires to make available to other local governmental entities of the State of Texas, by mutual agreement with the successful bidder, and properly authorized interlocal purchasing agreements as provided for by the Interlocal Cooperation Act (Chapter 791, Government Code), the right to purchase the same services, at the prices quoted, for the period of this contract. Each bidder shall indicate on the Bid Form in the space provided below if he/she will honor Political Subdivision orders in addition to orders from the City of Lubbock. Should these other governmental entities decide to participate in this contract, would you (the bidder) agree that all terms, conditions, specifications, and pricing would apply? Other governmental entities that might have interests in this contract are Frenshlp Independent School District, Lubbock Housing Authority, Lubbock County, Lubbock County Hospital District, Lubbock Independent School District, South Plains Association of Governments, City of Texarkana, Texas Tech University, West Texas Municipal Power Agency, and City of Wolfforth. YES NO • If you (the bidder) checked YES, the following will apply: • Governmental entities utilizing interlocal Agreements for Cooperative Purchasing with the City of Lubbock will be eligible, but not obligated, to purchase materials/services under the contract(s) awarded as a result of this solicitation. All purchases by governmental entities other than the City of Lubbock will be billed directly to that governmental entity and paid by that governmental entity. City of Lubbock will not be responsible for another governmental entity's debts. Each governmental entity will order their own materials/service as needed. THIS BID IS SUBMITTED BY A�, �er� ffe.�.) 14C�-J 44J. a corporation organized under the laws of the State of T c �6 eA5 , or a partnership consisting of or individual trading as of the City of l ;7e Firm: �� , �G..c y� art(a..j. Address: f %% o,4.1— City: 1e41, je,4-4- State:zip `7f602 M/WBE Firm: Woman Black American Native American Any entity or person that manufactures, distributes, converts new motor vehicles (or represents an enttty that manufactures, distributes, or converts new motor vehicles) or is in the business of buying, exchanging, or selling new motor vehicles is required under the Texas Vehicle Commission Code, Tex. Rev.Civ.Stat.Mn. Art 4413(36) and 4413(36a) to be licensed by Motor Vehicle Division of the Texas Department of Transportation. in order for a bid to be in compliance with the Motor Vehicle Commission Code, the bidder must hold and provide all applicable current valid licenses issued by the State of Texas: 1. Name and Manufacture's License No. 2. Name and Converter's License No. 3. Name and Representative's License No. 4. Name and Franchise Dealer's License No. General Distinguishing No. (Franchised TX dealer) A -- 03 Authorized Representative - must sign by handy - I Officer Name and Title: po- 44 V A.P te r es-, p-�t Please Print Business Telephone Number 7` / S— (c 2 !I>"'— O or- 0*2 FAX: jam/ S— (e? $ - 'S;- Sk 7 FOR CITY USE ONLY Bid Form item Number(s) Awarded to Above Named Firm/Individual: Date of Award by City Council (for bids over S25,000): Date P.O./Contract Issued: RETURN COMPLETED & SIGNED BID FORM ALONG WITH CITY OF LUBBOCK SPECIFICATIONS. 005.0-20031TBVehideBV.doc 5 rrB #005-0-200=C; Flow Crop Farts Equipment NEW EQUIPMENT SERVICE QUESTIONNAIRE 1. What is the name and address of the nearest authorized service facility to the City of Lubbock? If your company does not own nearest service facility, please provide letter of assurance of service from said facility. 49;1Grc ,/rw /4//--( /3S8 S, T.,e,,Je_,, ,y 7x 79G0z 2. What is your total parts inventory for the proposed equipment? c 2d 3. How many technicians are employed at the nearest service .facility? 4. How many field service technicians are available for on -site service? $' 5. What is the hourly labor rate for shop labor? 6 ot! 6. What is the hourly labor rate for field service labor? G 0 o-° 7. What is the average response time that can be expected for a service call? aZ gJV5 8: What is the average delivery time for parts not found in inventory? 9 4 kr s 9. Approximately how long will replacement parts be available for the proposed unit? /,2 - /S y., s, 10. Explain the method for calculating the discount available for repair/replacement parts. (Show percent of discount to be expected.) 11. Provide an explanation of the standard warranty coverage of the machine quoted. What is the process for handling defective parts, quality of workmanship or poor quality of materials? 3 yr-s • SL. �-kew,r Lu.,(,( Cd-� c--'-- S Q Wcvr, 1 . 12. How many years has this particular machine been in production? G 13. If the service facility is located outside the City of Lubbock, explain the process for performing (i) warranty work, (H) service not covered in the warranty, and (iii) service work after the warranty has expired. /, �a65oc� ;s A4,,/,4am ;/ Redd 2, boo 14-r itir, o- 3. Go= 4-A—(k,7 c4,.,,rs-I : -A %& e-J j 14. Who is liable for transportation expense should the unit require out of town service during the warranty period? C;4' eW 4,Z/.1t 15. Explain the method used to calculate the transportation expense of out of town service. a . !�p /-e-_1. j 16. State in years the useful life and expected downtime of equipment quoted. /'2 Y/- s 3W k s augr , NOTE: RETURN THIS QUESTIONNAIRE ALONG WITH YOUR BID SUBMITTAL. YOUR RESPONSE TO THE EQUIPMENT SERVICE QUESTIONNAIRE MAY BE A FACTOR IN DETERMINING THE LOWEST RESPONSIBLE BID. 005-0-20031MehideWdoc 23 ITB #005-0-2003/DC; Flow Crop Farm Equipment NEW EQUIPMENT SERVICE QUESTIONNAIRE 1. What is the name and address of the nearest authorized service facility to the City of Lubbock? If your company does not own nearest service facility, please provide letter of assurance of service from said facility. M;41., A11w ! ll—i /398 S. Tx 796vz 2. What is your total parts inventory for the proposed equipment? 2 D 3. How many technicians are employed at the nearest service.facility? 4. How many field service technicians are available for on -site service? j' 5. What is the hourly labor rate for shop labor? to p°_° 6. What is the hourly tabor rate for field service tabor? G O o-0 7. What is the average response time that can be expected for a service call? qWS B. What is the average delivery time for parts not found in inventory? a 4(kr s 9. Approximately how long will replacement parts be available for the proposed unit? /,2 - /-S.- y / s- 10. Explain the method for calculating the discount available for repair/replacement parts. (Show percent of discount to be expected.) / p ,/ 11. Provide an explanation of the standard warranty coverage of the machine quoted. What is the process for handling defective parts, quality of workmanship or poor quality of materials? �yr • h� /,6��w,� ;.. =ll hoc. -mac- r� 5��. �urrc�% 12. How many years has this particular machine been in production? / s-,c 13. If the service facility is located outside the City of Lubbock, explain the process for performing (1) warranty work, (ii) service not covered in the warranty, and (iii) service work after the warranty has expired. /• •1a65oc� ; S /, 1,c� �Sr, ; � ^""e Z. C�o '�t �r kr , �- '"­ /,�Y C�4'V;r 3.Ga= ,-Aa....(. 7 14. Who is liable for transportation expense should the unit require out of town service during the warranty period? C;44, o� aCu�6a�/c 15. Explain the method used to calculate the transportation expense of out of town service. a. s_a 4-.1.1 16. State in years the useful life and expected downtime of equipment quoted. /2`rrs, atP /w%- P, Y -r cM cus. 005-0-2003rrBVeh1deBV.doc 23 ITB #005.0.2003/DC; Row Crop Farm Equipment NEW EQUIPMENT SERVICE QUESTIONNAIRE 1. What is the name and address of the nearest authorized service facility to the City of Lubbock? If your company does not own nearest service facility, please provide letter of assurance of service from said facility. AJr/ei7C N,w /4//--1 /3S8 s. ?ie�«,«y 146. /�.•� Tjx 7A9 0-x 2. What is your total parts inventory for the proposed equipment? 3v V 3. How many technicians are employed at the nearest service.facility? 6 4. How many field service technicians are available for on -site service? S' 5. What is the hourly labor rate for shop labor? fo p —_ 6. What is the hourly labor rate for field service labor? r- o o-G 7. What is the average response time that can be expected for a service call? dZ qV5 8. What is the average delivery time for parts not found in inventory? 9. Approximately how long will replacement parts be available for the proposed unit? 1,,2 - /s y, r_ 10. Explain the method for calculating the discount available for repair/replacement parts. (Show percent of discount to be expected.) / p % 11. Provide an explanation of the standard warranty coverage of the machine quoted. What is the process for handling defective parts, quality of workmanship or poor quality of materials? .1 y r o 1 d- &t-D k 5 New (L t(o... d w t K coop )544, t,s a.M 4- 12. How many years has this particular machine been in production? 13. If the service facility is located outside the City of Lubbock, explain the process for performing (i) warranty work, (11) service not covered in the warranty, and (III) service work after the warranty has expired. /, .4k65mck ;.s h / rl..s's :/ netd.'C "d- 6«, a. �� i� ct� s�-r U. 3.4 o r #-, hr 4- hc6,..rs-i : 70 ^. e- 4 e 14. Who is liable for transportation expense should the unit require out of town service during the warranty period? C,-4y W /lazz c/c 15. Explain the method used to calculate the transportation expense of out of town service. a, sr- 4.-J. j . 16. State in years the useful life and expected downtime of equipment quoted. rs Itsr �Irc... ` _j L s i- y --, o.n ptlS , NOTE: RETURN THIS QUESTIONNAIRE ALONG WITH YOUR BID SUBMITTAL. YOUR RESPONSE TO THE EQUIPMENT SERVICE QUESTIONNAIRE MAY BE A FACTOR IN DETERMINING THE LOWEST RESPONSIBLE BID. 005.0-2003TBVehicloWdoc 23 ITB #005-0-20031DC, Addendum #1 Page 1 of 3 Revised 1/30103 CITY OF LUBBOCK MINIMUM SPECIFICATIONS FOR STACKER BAR PLANTER, 12 (30 INCH) ROW CAPACITY (( !! SPEC. NV-F-23 MAKE.. �.� l� �I�� MODEL IT IS THE INTENT OF THESE SPECIFICATIONS AND THE SPECIFICATIONS FOR EQUIPMENT GENERAL INFORMATION, REQUIREMENTS AND CONDITIONS SECTION TO DESCRIBE MINIMUM REQUIREMENTS. THE VEHICLE SHALL MEET OR EXCEED THE CONSTRUCTION AND PERFORMANCE SPECIFICATIONS DESCRIBED IN THE FOLLOWING MINIMUM SPECIFICATIONS. THE SELLER SHALL BE REQUIRED TO MARK COMPLIANCE TO THE SECTION OF THE SPECIFICATIONS IN THE SPACE PROVIDED. ALL EQUIPMENT FURNISHED AS STANDARD BY THE MANUFACTURER SHALL BE INCLUDED,•IF NOT STATED IN THE WRITTEN SPECIFICATIONS. ANY DEVIATIONS FROM THE WRITTEN SPECIFICATIONS SHOWN IN THE INVITATION TO BID SHALL BE NOTED ON THE ATTACHED EXCEPTIONS TO THE SPECIFICATIONS. IN ORDER TO RECEIVE FULL CONSIDERATION, QUOTATION MUST FOLLOW THESE SPECIFICATIONS AND THE INVITATION TO BID'S TERMS AND CONDITIONS. NO. ITEM MINIMUM REQUIREMENTS SELLER COMPLIANCE YES NO SCOPE PLANTER, STACKING TOOL BAR DESIGN, PROVIDING FOR 12 ROWS SET ON 30 INCH SPACING. 1. COVERAGE WIDTH NOT LESS THAN 12 ROWS, SET AT 30 INCHS SPACING, IN ONE PASS. .� 2. TRANSPORT WIDTH MAXIMUM: 20 FEET AND 6 INCHES, OVERALL TRANSPORT WIDTH. ✓ 3. STACKER BAR SEVEN INCH TUBELAR STEEL PRIMARY FRAMEWORK. ✓ 4. TILLAGE ATTACHMENTS CONSERVATION TYPE DISK FURROWERS WITH TWO SOLID BLADES ON EACH ARRANGEMENT. 5. OPENER A MINIMUM OF 13 INCH DIAMETER, DOUBLE DISK ARRANGEMENT, WITH ROTARY SCRAPERS. ✓ 6. DEPTH GAUGING TWO EACH, ON EACH ROW UNIT, NOT LESS THAN 4' X 16' GAUGE WHEELS WITH QUICK ADJUSTMENT FEATURES. 7. SEED METERING OEM STANDARD HYDRAULIC DRIVEN VACUUM SYSTEM WITH VACUUM GAUGE VISIBLE TO THE OPERATOR WHILE INSIDE THE TRACTOR. THE SYSTEM SHALL BE FURNISHED WITH 12 CORN DISKS, 25,000 145,000 PLANT POPULATION PER ACRE RANGE, WITH QUICK / d ADJUSTMENT RATE DISPERSING FEATURE. 8. SEED HOPPERS INDIVIDUAL ROW SEED HOPPERS SHALL BE CONSTRUCTED OF NON-METAL COMPONENTS WITH CAPACITY OF NOT LESS THAN 1.5 BUSHELS EACH. 005-0-20031DCAddend 1.doc Page 2 of 3 ITB #005-0-2003.D�. m #1 CITY OF LUBBOCK MINIMUM SPECIFICATIONS FOR STACKER BAR PLANTER, 12 (30 INCH) ROW CAPACITY SPEC. NV-F-23 NO. ITEM MINIMUM REQUIREMENTS SELLER COMoLI.N'.-SE YES NO 9. CLOSING SYSTEM CLOSING SYSTEM CONSISTING OF TWO DISKS EACH ROW, DESIGNED TO COVER FURROW, WITH A SINGLE WIDE BASE, RUBBER TREAD COMPRESSION WHEEL FOR EACH ROW. 10. MONITOR A MONITOR DESIGNED FOR IN -CAB MOUNTING, WITH ELECTRONIC DISPLAY SHOWING ROW FAILURE, SEED POPULATION, SEED SPACING, AVERAGE POPULATION, ACRE COUNTER AND GROUND SPEED. 11. MARKERS OEM STANDARD SIDE MARKERS WITH HYDRAULIC FOLDING FEATURES. 12. HYDRAULICS OEM HYDRAULIC CYLINDERS, LINKAGE, HOSES AND CONTROLS TO OPERATE ALL FEATURES OF THE PLANTER, TO INCLUDE RAISING, LOWERING, FOLDING, AND TRANSPORT PREPERATION. THE ASSEMBLY SHALL BE FURNISHED WITH QUICK DISCONNECT ISO FITTING WITH DUST CAPS. 13. HITCH OEM CATEGORY THREE (3) QUICK HITCH 14. SAFETY FEATURES SMV SIGN AND PARKING STANDS. vll 15. WARRANTY OEM STANDARD MANUFACTORER WARRANTY 0.1 SEED HOPPERS OVERSIZED, NOT LESS THAN THREE BUSHELS EACH. $ X D 6: 0.2 TARP COVER A FITTED, WEATHER RESISTANT, FULL COVER, DESIGNED TO SECURLY ATTACH TO AND PROTECT THE TOTAL PLANTER DURING PERIODS OF STORAGE. $ VA 0 i 1 005-0-2003/DCAddend 1.doc Page 3 of 3 ITB #005-0-2003/DC. Addendum #1 CITY OF LUBBOCK MINIMUM SPECIFICATIONS FOR STACKER BAR PLANTER, 12 (30 INCH) ROW CAPACITY SPEC. NV-F-23 EXCEPTIONS TO THE SPECIFICATIONS EXCEPTIONS TO THE SPECIFICATIONS OF ANY ITEMS STATED HEREIN SHALL BE FULLY DESCRIBED IN WRITING BY THE CONTRACTOR IN THE SPACE BELOW. Page 1 of 2 005-0-2003/D CAddend 1.doc Page 1 of 2 Revised 1130103 ITB #005-0-20031-'C;. Jum #1 CITY OF LUBBOCK MINIMUM SPECIFICATIONS FOR ROUND HAY BALE TRANSPORT CRADLE ,) SPEC NV-F-30 MAKE --f�t2 ^__ MODEL t2 6,(r IT IS THE INTENT OF THESE SPECIFICATIONS AND THE SPECIFICATIONS FOR EQUIPMENT GENERAL INFOR-1.1 -.'ION, REQUIREMENTS AND CONDITIONS SECTION TO DESCRIBE MINIMUM REQUIREMENTS. THE VEHICLE SHALL 1.:==T OR EXCEED THE CONSTRUCTION AND PERFORMANCE SPECIFICATIONS DESCRIBED IN THE FOLLOWING MINI„'U'., SPECIFICATIONS. THE SELLER SHALL BE REQUIRED TO MARK COMPLIANCE TO THE SECTION OF THE SPECIFICATIONS IN THE SPACE PROVIDED. ALL EQUIPMENT FURNISHED AS STANDARD BY THE MANUFACTU=ER SHALL BE INCLUDED, IF NOT STATED IN THE WRITTEN SPECIFICATIONS. ANY DEVIATIONS FROM THE WRIT=N SPECIFICATIONS SHOWN IN THE INVITATION TO BID SHALL BE NOTED ON THE ATTACHED EXCEPTIONS TO THE SPECIFICATIONS. IN ORDER TO RECEIVE FULL CONSIDERATION, QUOTATION MUST FOLLOW THESE SPEC!F::;ATIONS AND THE INVITATION TO BID'S TERMS AND CONDITIONS. NO. ITEM MINIMUM REQUIREMENTS SELLER COMPLIANCE YES NO SCOPE CRADLE, WITH RACKS AND FIXTURES TO SECURE, TRANSPORT, AND UNLOAD 12 EACH ROUND HAY BALES, APPROXIMATELY FIVE FEET LONG AND SIX FEET IN DIAMETER, SIX BALES ON EACH SIDE. UNIT SHALL BE CONSTRUCTED TO SLIDE ONTO A FLAT BED FOR UTILIZATION. 1. CAPACITY THE CRADLE SHALL PROVIDE FOR HOLDING 12 INDIVIDUAL BALES OF APPROXIMATELY SIX FEET DIAMETER AND FIVE FEET IN LENGTH, WEIGHTING UP TO 2,200 LBS. EACH. 2. DIMENSIONS THE CRADLE SHALL BE OF SUFFICENT DIMENSIONS TO RETAIN AND TRANSPORT 12 INDIVIDUAL BALES AT THE SAME TIME. 3. FRAME THE CRADLE SHALL BE CONSTRUCTED TO SIT ON A FLAT BED SUPPORT. WHILE HOLDING 12 BALES DURING TRANSPORT. HOLD DOWN LOCATIONS SHALL BE FURNISHED FOR SECURING TO THE TRANSPORT DECK. THE FRAME SHALL ALLOW SLIDING OR SLIDING ASSEMBLY ONTO CARRIER. 4. WIDTH THE CRADLE DECK SHALL PROVIDE SUFFICENT WIDTH TO HOLD AND TRANSPORT 12 INDIVIDUAL, ROUND HAY BALES PLACED TWO WIDE, WITH SIX EACH, ENDTO END, ON EACH SIDE. THE EMPTY CRADLE SHALL NOT EXCEED102 INCHES IN WIDTH.. 5. BALE CRADLE THE FIXTURE PROVIDED FOR TRANSPORT OF THE ROUND BALES SHALL BE CONSTRUCTED TO PROVIDE FOR THE DUMPING OF EITHER SIDE, WITHOUT ASSIST OF CABLES, HYDRAULICS OR ELECTRICAL POWER. EACH SIDE SHALL OPERATE INDEPENDENTLY OF THE OTHER. 005-0-20031DCAddend 1.doc ITB #005-0-20031DC, Addendum #1 Page 2 of 2 CITY OF LUBBOCK MINIMUM SPECIFICATIONS FOR ROUND HAY BALE TRANSPORT CRADLE SPEC NV-F-30 MAKE C a MODEL S �[.a NO. ITEM MINIMUM REQUIREMENTS SELLER COMPLIANCE YES NO 6. UNLOADING THE CRADLE SHALL BE DESIGNED TO UNLOAD WITHOUT REQUIRING CABLES, HYDRAULICS, OR ELECTRIC POWER. 7. COLOR THE CRADLE SHALL BE PREPARED AND PAINTED OEM COLORS. 8. WARRANTY STANDARD MANUFACTURERS PARTS AND LABOR WARRANTY EXCEPTIONS TO THE SPECIFICATIONS EXCEPTIONS TO THE SPECIFICATIONS OF ANY ITEMS STATED HEREIN SHALL BE FULLY DESCRIBED IN WRITING BY THE CONTRACTOR IN THE SPACE PROVIDED BELOW: 2. Baskets are made to hold individual 5 x 6 bales and dump one at a time. 4. Trailer dumps one=bale at a time starting with back passenger side to the front. Trailer loads end to end, fiat side facing out,from side of trailer 005-0-20031DCAddend 1.doc Page 1 of 3 Revised 1130103 ITB 4005-0-2003/DC. r.: m #1 CITY OF LUBBOCK MINIMUM SPECIFICATIONS FOR TRAILER, GOOSENECK, TWO AXLE, ROUND HAY BALE TRANSPORT SPEC T-30-F MAKE MODEL IT IS THE INTENT OF THESE SPECIFICATIONS AND THE SPECIFICATIONS FOR EQUIPMENT GENERAL INFORMATION, REQUIREMENTS AND CONDITIONS SECTION TO DESCRIBE MINIMUM REQUIREMENTS. THE VEHICLE* SHALL MET OR . EXCEED THE CONSTRUCTION AND PERFORMANCE SPECIFICATIONS DESCRIBED IN THE FOLLOWING MINIMUM SPECIFICATIONS. THE SELLER SHALL BE REQUIRED TO MARK COMPLIANCE TO THE SECTION OF THE SPECIFICATIONS IN THE SPACE PROVIDED. ALL EQUIPMENT FURNISHED AS STANDARD BY THE MANUFACTURER SHALL BE INCLUDED, IF NOT STATED IN THE WRITTEN SPECIFICATIONS. ANY DEVIATIONS FROM THE WRITTEN SPECIFICATIONS SHOWN IN THE INVITATION TO BID SHALL BE NOTED ON THE ATTACHED EXCEPTIONS TO THE SPECIFICATIONS. IN ORDER TO RECEIVE FULL CONSIDERATION, QUOTATION MUST FOLLOW THESE SPECIFICATIONS AND THE INVITATION TO BID'S TERMS AND CONDITIONS. NO. ITEM MINIMUM REQUIREMENTS SELLER COMPLIANCE YES NO SCOPE TRAILER, GOOSE NECK, THREE AXLES, EQUIPPED WITH RACKS AND FIXTURES TO SECURE, TRANSPORT, AND UNLOAD 12 EACH ROUND HAY BALES, APPROXIMATELY FIVE FEET LONG AND SIX FEET IN DIAMETER, SIX BALES ON EACH SIDE. 1. CAPACITY THE TRAILER SHALL PROVIDE NOT LESS THAN TWENTY THOUSAND (20,000) POUNDS GROSS VEHICLE WEIGHT RATING (GVWR). 2. DIMENSIONS THE TRAILER DIMENSIONS SHALL CONFORM TO THE FOLLOWING: 2.1 DECK LENGTH THE DECK LENGTH SHALL PROVIDE NOT LESS THAN 30 FEET OF LOAD SPACE, IN ADDITION TO THE GOOSE NECK HITCH. 2.2 DECK WIDTH THE LOAD DECK SHALL PROVIDE SUFFICENT WIDTH TO HOLD THE CARRIAGE FIXTURE REQUIRED TO SUPPORT AND TRANSPORT 12 INDIVIDUAL, ROUND HAY BALES. PLACED TWO WIDE, WITH SIX EACH, END TO END, ON EACH SIDE. THE EMPTY TRAILER SHALL NOT EXCEED 102 INCHESIN WIDTH.. 2.3 BALE CRADLE THE FIXTURE PROVIDED FOR TRANSPORT OF THE ROUND BALES SHALL BE CONSTRUCTED TO PROVIDE FOR THE DUMPING OF EITHER SIDE, WITHOUT ASSIST OF CABLES, HYDRAULICS OR ELECTRICAL POWER. EACH SIDE SHALL OPERATE INDEPENDENTLY OF THE OTHER. 3. AXLES THREE AXLES, SINGLE WHEEL ARRANGEMENT WITH EACH AXLE RATED AT NOT LESS SEVEN THOUSAND (7,000) POUNDS CAPACITY. AXLES SHALL BE LOCATED AT NOT LESS THAN 250 INCHES DISTANCE FROM THE FRONT OF THE CARGO AREA. v m 005-0-2003/DCAdde nd 1.doc Page 2 of 3 ITB #005-0-20031DC, Addendum #1 CITY OF LUBBOCK MINIMUM SPECIFICATIONS FOR TRAILER, GOOSENECK, TWO AXLE, ROUND HAY BALE TRANSPORT SPEC T-30-F MAKE d4-re.____ MODEL (•Z 6d'c C Aj NO. ITEM MINIMUM REQUIREMENTS SELLER COMPLIANCE YES NO At. SUSPENSION EACH AXLE SHALL BE INDEPENDENTLY SUSPENDED WITH SPRINGS RATED AT NOT,LESS THAN SIX THOUSAND (6,000) POUNDS EACH. 5. BRAKES EACH WHEEL POSITION SHALL BE FURNISHED WITH ELECTRIC / CONTROLLED BRAKES, SYSTEM RATED FOR THE GVWR. 5.1 BREAKAWAY THE BRAKE SYSTEM SHALL INCLUDE A SELF CONTAINED MEANS OF APPLYING THE BRAKES IN THE EVENT OF DETACHMENT FROM THE TOW VEHICLE. o� 6. WHEELS DISK TYPE, ONE PIECE WHEELS WITH EIGHT LUG STUD ARRANGEMENT, 16 INCH DESIGN, RATED AT NOT LESS THAN SIX THOUSAND (6,000) POUNDS EACH. 7. TIRES TIRES SHALL BE RADIAL DESIGN, TUBELESS, RATED AT NOT LESS THAN / FORTY EIGHT HUNDRED (4,800) POUNDS EACH. 8. SPARE TIRE ONE COMPLETE SPARE TIRE/WHEEL ASSEMBLY SHALL BE FURNISHED WITH A MOUNTING LOCATION ON THE GOOSE NECK, TO INCLUDE PADLOCK RETENTION FEATURE. 9. HITCH THE •TRAIL?RAIALL BE FURNISHED WITH A GOOSE NECK DESIGN HITCH ARRANGEMENT, TO INCLUDE A 2 5116 INCH BALL RECEIVER WITH RETENTION DEVICE AND KEY LOCKABLE THEFT PREVENTION DEVICE. HITCH HIGHT SHALL BE ADJUSTABLE TO NOT LESS THAN FOUR INDIVIDUAL POSITIONS. 10 LANDING GEAR THE TRAILER SHALL BE FURNISHED WITH A HEAVY DUTY LANDING LEG ASSEMBLY WITH AN EASILY OPERABLE, DROP SECTION WITH WIDEBASE FOOTPAD.THE CRANK HANDLE SHALL BE LOCATED TO PROVIDE UN -OBSTRUCTED MOVEMENT, EITHER ATTACHED TO / VEHICLE OR FREE STANDING. / 11. COLOR THE TRAILER SHALL BE PREPARED AND PAINTED STANDARD OEM COLOR. 12. LIGHTING VEHICLE LIGHTING SYSTEM IN CONFORMANCE WITH DOT AND STATE OF TEXAS AT TIME OF DELIVERY. 13. WARRANTY STANDARD MANUFACTURERS PARTS AND LABOR WARRANTY. 005-0-20031DCAddend 1.doc ITB #005-0-200310C. Ac'_ :m #1 Page 3 of 3 CITY OF LUBBOCK MINIMUM SPECIFICATIONS FOR TRAILER, GOOSENECK, TWO AXLE, ROUND HAY BALE TRANSPORT ``,, SPEC T-30-F MAKE K=L_fc, MODEL (a Al NO. ITEM MINIMUM REQUIREMENTS SELLER COMPLIANCE YES NO OPTIONS 0-1 TANDEM AXLE TANDEM AXLES, SINGLE WHEEL ARRANGEMENT WITH EACH AXLE RATED AT NOT LESS THAT TEN THOUSAND (10.000) POUNDS CAPACITY, AXLES SHALL BE LOCATED AT NOT LESS THAN 250 INCHES DISTANCE FROM THE FRONT OF THE CARGO AREA ov EXCEPTIONS TO THE SPECIFICATIONS EXCEPTIONS TO THE SPECIFICATIONS OF ANY ITEMS STATED HEREIN SHALL BE FULLY DESCRIBED IN WRITING BY THE CONTRACTOR IN THE SPACE PROVIDED BELOW: • 6 . M... 2.2 Baskets are made to hold individual 5 x 6 bales and dump one at a time. 2.3 Trailer dumps ore=Sale at a time starting with back passenger side to the front. Trailer loads end to end, fiat side facing out:from side of trailer 7. Tires are 16" raaials rated at 3,248 pounds each,at 80 PSI each 005-0-20031DCAdd end 1.doc Page 1 of 4 Revised 1130/03 ITB #005-0-2003/0C, Addendum #1 CITY OF LUBBOCK MINIMUM SPECIFICATIONS FOR TRACTOR, AGRICULTURE, FOUR- WHEEL -DRIVE, 215 PTO HP I SPEC F-60 MAKE �a"` MODEL TC IT IS THE INTENT OF THESE SPECIFICATIONS TO DESCRIBE MINIMUM REQUIREMENTS. THE VEHICLE SHALL MEET OR EXCEED THE CONSTRUCTION AND PERFORMANCE SPECIFICATIONS DESCRIBED IN THE FOLLOWING MINIMUM SPECIFICATIONS: THE SELLER SHALL BE REQUIRED TO MARK COMPLIANCE TO THE SECTION OF THE SPECIFICATIONS IN THE SPACE PROVIDED. ALL EQUIPMENT FURNISHED BY THE MANUFACTURER AS STANDARD SHALL BE INCLUDED, EVEN IF NOT SPECIFICALLY STATED IN THE WRITTEN SPECIFICATIONS. ANY DEVIATIONS FROM THE WRITTEN SPECIFICATIONS SHOWN IN THE INVITATION TO BID SHALL BE NOTED ON THE ATTACHED EXCEPTIONS TO THE SPECIFICATIONS. TO RECEIVE FULL CONSIDERATION, QUOTATION RESPONSE MUST FOLLOW THESE SPECIFICATIONS AND THE INVITATION TO BID'S TERMS AND CONDITIONS. NO. ITEM MINIMUM REQUIREMENTS SELLER COMPLIANCE YES NO SCOPE TRACTOR, AGRICULTURE DESIGN, WITH DRAW BAR AND THREE (3) POINT HITCH ARRANGEMENT, DUAL REAR WHEELS AND LIVE . PTO DRIVE SYSTEM. 1. ENGINE DIESEL FUELED, LIQUID COOLED, FOUR STROKE/CYCLE, TURBOCHARGED, SIX CYLINDER ENGINE WITH NOT LESS THAN 489 CUBIC INCHS (8.0 L) DISPLACEMENT, 1,400 FOOT POUNDS TORQUE @ 1,600 RPMS, PROVIDING NOT LESS THAN 215 PTO HORSEPOWER. 1.1 ACCESSORIES THE ENGINE SHALL BE FURNISHED WITH THE FOLLOWING ACCESSORIES, AS A MINIMUM: 1.1.1 AIR FILTER TWO STAGE DRY TYPE AIR CLEANER, WITH PRE -CLEANER, AND A RESTRICTION INDICATOR LOCATED WITHIN VIEW OF THE SEATED OPERATOR 1.12 FUEL FILTER OEM FUEL FILTERING SYSTEM. 2. TRANSMISSION FULL POWER SHIFT DESIGN TRANSMISSION WITH A MINIMUM OF FIFTEEN (15) FORWARD AND FOUR (4) REVERSE GEARS WITH A NEUTRAL SAFETY SWITCH, PREVENTING ENGINE FROM STARTING WITH TRANSMISSION IN A DRIVE GEAR.. 2..1 FRONT AXLE DRIVE THE FRONT AXLE DRIVE ENGAGEMENT SHALL BE OPERATOR / CONTROLLED FROM INSIDE THE CAB. V 005-0-2003/DCAddend 1.doc sae ITB #005-0-20031DC, roc.:. -idum #1 Page 2 of 4 CITY OF LUBBOCK MINIMUM SPECIFICATIONS FOR TRACTOR, AGRICULTURE, FOUR- WHEEL -DRIVE, 215 PTO HP SPEC F-60 MAKE %Yew doll& -,MODEL _- 1 Co A S-,5 NO. ITEM MINIMUM REQUIREMENTS SELLER COMPLIANCE YES NO 3. FRONT AXLE FRONT AXLE SHALL BE OF THE STEERING AND DRIVE DESIGN WITH TIRE TRACK WIDTH SHALL BE ADJUSTED TO 60 INCHES, FOR OPERATION.WITH 30 INCH ROW SPACING. 4. STEERING OEM POWER ASSISTED. LIZ 5. ELECTRICAL SYSTEM 12 VOLT ELECTRICAL SYSTEM. y 5.1 ALTERNATOR OEM ALTERNATOR OF NOT LESS THAN 125 AMPS RATING. 5.2 BATTERIES OEM DUAL BATTERY CONFIGURATION, MINIMUM 1,800 CCA 5.3 LIGHTING THE LIGHTING SYSTEM SHALL INCLUDE NOT LESS THAN FOUR EACH FRONT AND REAR HEADIWORK LIGHTS, TWO TAIL LIGHTS, TURN SIGNALS,CAB INTERIOR AND INSTRUMENTATION LIGHTING. 5.4 TRAILER PLUG ONE SEVEN PIN, TRAILER CONNECTOR, LOCATED AT THE REAR OF TRACTOR, WIRED FOR TAIL, AND TURN LIGHTS. 5.5 RADAR OEM STANDARD RADAR'SYSTEM 6. INSTRUMENTATION OEM INSTRUMENATION TO INCLUDE THE FOLLOWING AS A MINIMUM: 6.1 TACHOMETER ENGINE AND PTO RPM INDICATOR. 6.2 FUEL GAUGE FUEL LEVEL GAUGE. f 6.3 AMPNOLT METER CHARGING AMPS OR BATTERY VOLTAGE INDICATOR. 6.4 COOLANT TEMPERATURE ENGINE COOLANT TEMPERATURE INDICATOR, WITH OVERHEATING WARNING DEVICE. •/ 6.5 ENGINE OIL PRESSURE ENGINE OIL PRESSURE INDICATOR, WITH LOW OIL PRESSURE ALERT DEVICE. / 7. BRAKES OEM POWER ASSISTED. 8. HITCHS OEM CAT III RATINGS, TO INCLUDE A DRAWBAR WITH PIN, AND A THREE POINT QUICK HITCH ARRANGEMENT WITH LIFTING CAPACITY OF NOT LESS THAN 13,700 LBS. ✓ 005-0-2003/DCAddehdl .doc Page 3 of 4 CITY OF LUBBOCK ITB #005-0-2003JDC, Addendum #1 MINIMUM SPECIFICATIONS FOR TRACTOR, AGRICULTURE, FOUR- WHEEL -DRIVE, 215 PTO HP SPEC F-60 MAKE , o-, MODEL NO. ITEM MINIMUM REQUIREMENTS SELLER COMPLIANCE YES NO 9. PTO OEM STANDARD 13/4 SHAFT.1000 RPM, PTO ARRANGEMENT. 10: FUEL TANK 70 GALLONS (US), MINIMUM FUEL CAPACITY. 11. TIRES OEM FRONT AND REAR AS SPECIFIED. 11.1 FRONT TIRES FRONT TIRE SIZE NOT LESS THAN 16.91130 WITH CHEVRON STYLE TREAD. 112 REAR TIRES DUAL REAR TIRES, MAXIMUM WIDTH OF 16.4R46 WITH INNER — ' DUAL SET AT 60 INCHS CENTER, WITH OUTER DUALS SET AT 120 INCHS CENTER, WITH CHEVRON STYLE TREAD DESIGN. / V OUTSIDE DUALS SHALL NOT CONTAIN LIQUID BALLAST. 12. WEIGHT SHIPPING WEIGHT OF NOT LESS THAN 20,000 POUNDS, WITH FRONT TO REAR RATIO OF 40160 %, WITHOUT IMPLEMENT ATTACHED. ADDITIONAL WEIGHTS SHALL BE FURNISHED TO PROVIDE SAFE OPERATIONAL BALANCE WITH AN IMPLEMENT ATTACHED WEIGHING NOT LESS THAN SPECIFIED MINIMUM HITCH CAPACITY. INSIDE DUAL AND FRONT TIRES MAY UTILIZE WATER AND ANTIFREEZE LIQUID BALLAST AS REQUIRED. 13. CAB OEM ENCLOSED, PRESSURIZED, HEATED AND AIR CONDITIONED CAB ASSEMBLY. THE CAB SHALL INCLUDE TWO DOORS, OR ONE DOOR AND ONE WINDOW THAT OPENS SUFFICENT TO ACT AS / AN EMERGENCY ESCAPE EASEMENT. i/ THE CAB SHALL INCLUDE THE FOLLOWING FEATURES AS A MINIMUM: 13.1 DOORS & WINDOWS TWO DOORS, OR ONE DOOR AND ONE WINDOW OF SUFFICENT SIZE TO PROVIDE AN ALTERNATE EXIT. 132 AIR CONDITIONING OEM AIR CONDITIONING WITH SELFCLEANING FILTER SYSTEM. v _ 13.3 STEERING CONSOLE TILT AND TELESCOPING STEERING WHEEUCOLUMN ASSEMBLY. Vf 13.4 RADIO OEM AM1FM RADIO WITH A MINIMUM OF TWO SPEAKERS. 005-0-20030CAddendl .doc Page 4 of 4 ITB #005-0-2003/DC, Addendum #1 CITY OF LUBBOCK MINIMUM SPECIFICATIONS FOR TRACTOR, AGRICULTURE, FOUR- WHEEL -DRIVE, 215 PTO HP SPEC F-60 MAKE ° o �aw MODEL NO. ITEM MINIMUM REQUIREMENTS SELLER COMPLIANCE YES NO 13.5 SEAT OEM SUSPENSION TYPE OPERATORS SEAT WITH ARM RESTS, CLOTH COVERING, AND SEAT BELTS. SEAT MOUNTING SHALL PROVIDE FORWARD AND AFT MOVEMENTS, SEAT HEIGHT AND BACK ANGLE ADJUSTMENTS. 13.6 MIRRORS RIGHT AND LEFT SIDE EXTERNAL MIRRORS. 14. HYDRAULICS OEM STANDARD PUMP (MINIMUM OF 30 GPM FLOW) WITH FOUR REMOTE CIRCUITS AND ASAEASO COUPLERS. ✓ 15. AUXILARY EQUIPMENT A TOOLBOX WITH PADLOCK HASP AND A SLOW MOVING EMBLEM. ✓ 16. WARRANTY OEM WARRANTY COVERAGE OF NOT LESS THAN 24 MONTHS, OR 2,000 HOURS,100% PARTS AND LABOR. OPTIONS 1. EXTENDED WARRANTY OEM EXTENDED POWERTRAIN WARRANTY FOR 5 YRS. — 5000 HRS. $_ 000 c� EXCEPTIONS TO THE SPECIFICATIONS EXCEPTIONS TO THE SPECIFICATIONS OF ANY ITEMS STATED HEREIN SHALL BE FULLY DESCRIBED IN WRITING BY THE CONTRACTOR IN THE SPACE PROVIDED BELOW: 005-0-20031DCAddend 1. doc i Resolution No. 2003-RO146 ITB #005-0-2003/DC, Raw Crop Farm Equipment SUBMIT TO: CITY OF LUBBOCK PURCHASING DEPARTMENTift CITY OF LUBBOCK TEXAS 1625 13TH STREET, RM L04 - LUBBOCK, TX 7%01-3830 AN EQUAL INVITATION TO B I D CONTACT PERSON: OPPORTUNITY Diana Caudillo EMPLOYER #005-0-2003/DC TEL: 806.775.2167 FAX: 806.775.2164 http://purchasing.cl.iubbock.tx.us TITLE: SUBMITTAL DEADLINE: Row Crop Farm Equipment February 11, 2003 @ 3:00 pm CST PRE BID DATE, TIME AND LOCATION: January 28, 2003 @ 11:00 Any bids received after the time and date listed am CST, in the Municipal Building, 1625 13th Street, Planning rreturneregardless Suuan pen�� ft a of delivery, shal(be Conference Room 107, Lubbock, Texas FIVSPONDENT NAW: vA m,S rh R YY-, LJQ a:iY rr e w , Co. IF RETURNING AS A "NO BID", PLEASE COMPLETE AND RETURN THE "STATEMENT OF NO BID". MAILING ADDRESS: �Z e (0Z CITY - STATE - ZIP: _Y [j L U ► ,oc 1 / THE CRY OF LUBBOCK RESERVES THE RIGHT TO ACCEPT OR REJECT ANY AND ALL BID PROCESS. IN WHOLE OR IN THE CITY RESERVES TTHERIRIGIN THE HT TO ENTER INTO ANY CONTRACT DEEMED TO BE IN THE BEST INTEREST OF THE CITY. TELEPHON g2�) — O R IS THE INTENT AND PURPOSE OF THE CITY OF LUBBOCK THAT THIS REQUEST PERMITS COMPETITIVE BIDS. IT IS THE BIDDER'S RESPONSIBILITY FAX NO' �\ _ ^ (_ TO ADVISE THE CITY OF LUBBOCK PURCHASING MANAGER IF ANY LANGUAGE, REQUIREMENTS, ETC., OR ANY COMBINATIONS THEREOF, E-MAIL: INADVERTENTLY RESTRICTS OR LIMITS THE REQUIREMENTS STATED IN THIS ITB TO A SINGLE SOURCE. SUCH NOTIFICATION MUST BE SUBMITTED IN WRITING AND MUST BE RECEIVED BY THE PURCHASING MANAGER NO LATER FEDERAL TAX ID NO. OR SOCIAL SE� RITY NO. THAN FIVE (5) BUSINESS DAYS PRIOR TO THE ABOVE SUBMITTAL DEADLINE. THE BIDDER HEREBY ACKNOWLEDGES RECEIPT OF AND AGREES ITS BID IS BASED ON THE FOLLOWING ADDENDA' #1 #2 #3 #4 #5 (Please Initial) The City of Lubbock Charter states that no officer or employee of the City can benefit from any contract, job, work or service for the municipality or be interested in the sale to the City of any supplies, equipment, material or articles purchased. Will arty officer or employee of the City, or member of their immediate family, benefit from the award of this bid to the above firm?,_ YES NO IN COMPLIANCE WITH THIS SOLICITATION, THE UNDERSIGNED BIDDER HAVING EXAMINED THE INVITATION TO BID AND SPECIFICATIONS, AND BEING FAMILIAR WITH THE CONDITIONS TO BE MET, HEREBY SUBMITS THE FOLLOWING BID FOR FURNISHING THE MATERIAL, EQUIPMENT, LABOR AND EVERYTHING NECESSARY FOR PROVIDING THE ITEMS LISTED ON THE ATTACHED BID FORM AND AGREES TO DELIVER SAID ITEMS AT THE LOCATIONS AND FOR THE PRICES SET FORTH ON THE BID FORM. AN INDIVIDUAL AUTHORIZED TO BIND THE COMPANY MUST SIGN THE FOLLOWING SECTION. FAILURE TO EXECUTE THIS PORTION MAY RESULT IN BID REJECTION. By my signature I certify that this offer is made without prior understanding, agreement, or connection with any corporation, firm, business entity, or person submitting an offer for the same materials, supplies, equipment, or service(s), and is in all respects fair and without collusion or fraud. 1 further agree that if the offer is accepted, the offeror will convey, sell, assign, or transfer to the City of Lubbock all right, title, and interest in and to all causes of action it may now or hereafter acquire under the Anti-trust taws of the United States and the State of Texas for price fixing relating to the particular commodity(s) or service (s) purchased or acquired by the City of Lubbock. At the City's discretion, such assignment shall be made and become effective at the time the City tenders final payment to the vendor Authorized Signature Print/Type Name Title 0., o%b3 Date THIS FORM MUST BE COMPLETED AND RETURNED WITH YOUR RESPONSE. 005-0-20031TBVehIde8V.doc ITB #005-0-2003/DC, Row Crop Farm Equipment This Page Intentionally Left Blank 005.0-2003ITBVehicleBV.doc J ITB il005-0-2003/DC. Row Crop Farm Equipment BID FORM Row Crop Farm Equipment CITY OF LUBBOCK, TEXAS ITB #005.0-2003/DC In compliance with the Invitation to Bid #005-0-2003/DC, the undersigned Bidder having examined the Invitation to Bid and Specifications, and being familiar with the conditions to be met, hereby submits the following Bid for furnishing the material, equipment, labor and everything necessary for providing the items listed below and agrees to deliver said items at the locations and for the prices set forth on this form. The Invitation to Bid #[number] is by reference incorporated in this contract. The Bid Form must be completed in blue or black Ink or by typewriter. Delivery One Set of Unit UNIT PRICE* EXTENDED (Days) Mfr's Repair, ITEM QTY °fie DESCRIPTION BID COST After Parts Et Receipt of Service Order Manuals 1. 2 Each ROTARY HOE, 12 ROW WIDTHS, SET ON 30 S S $ INCH SPACING, WITH THREE-POINT, CAT 3, L 156aw N C" HITCH ATTACHMENT ly��� Option One (1) DEBRIS GUARDS ' EACH ROTOR SHALL BE FURNISHED WITH A DEVICE TO PREVENT BUILD-UP OF SOIL OR DEBRIS ON THE CUTTING TEETH. Option Two (2) ATTACHMENTS r THE ROTOR SUPPORT ARMS SHALL BE ATTACHED TO THE TOOL BAR WITH A ALLOWANCE FOR REMOVAL OR ADJUSTMENT OF ROW WIDTH. Brand Name and Model Number. Z 0 11 A C©,,g - i�N I:->R3D 2. 2 Each PLANTER, STACKING TOOL BAR DESIGN, /' }� S!V $ $ PROVIDING FOR 12 ROWS SET ON 30 INCH J�y� SPACING. Option One (1) SEED HOPPERS y OVERSIZED, NOT LESS THAN THREE BUSHELS EACH. Option Two (2) TARP COVER A FITTED, WEATHER RESISTANT, FULL COVER, DESIGNED TO SECURLY ATTACH TO AND PROTECT THE TOTAL PLANTER DURING PERIODS OF STORAGE. Brand Name and Model Number: 3. 2 Each CULTIVATOR, ROW CROP, CONVERVATION TYPE, SET FOR 12 ROWS AT 30 INCHS $0 I 1 d $ $ SPACING. Brand Name and Model Number: 005-0-20031TBVehideW.doc 3 ITS #005-0-2003/DC, Row Crop Farm Equipment 4. 2 Each DISK HARROW, TANDEM ARRANGEMENT, WITH TRANSPORT WHEELS AND HYDRAULIC S� �� \ C $ 5 LEVELING Brand Name and Model Number: 5. 2 Each CRADLE, WITH RACKS AND FIXTURES TO SECURE, TRANSPORT, AND UNLOAD 12 $ /O $ $ EACH ROUND HAY BALES, APPROXIMATELY FIVE FEET LONG AND SIX FEET IN ) v DIAMETER, SIX BALES ON EACH SIDE. UNIT I SHALL BE CONSTRUCTED TO SLIDE ONTO A FLAT BED FOR UTILIZATION. Brand Name and Model Number: 6. 2 Each TRAILER, GOOSE NECK, TWO AXLE, EQUIPPED WITH RACKS AND FIXTURES TO $J�O $ S SECURE, TRANSPORT, AND UNLOAD 12 EACH ROUND HAY BALES, APPROXIMATELY 1� FIVE FEET LONG AND SIX FEET IN DIAMETER SIX BALES ON EACH SIDE Brand Name. and Model Number. 7. 2 Each TRACTOR, AGRICULTURE DESIGN, WITH DRAW BAR AND THREE (3) POINT HITCH s / 1> j 1 v p JS $ $ ARRANGEMENT, DUAL REAR WHEELS AND LIVE PTO DRIVE SYSTEM Option One (1) EXTENDED WARRANTY ru OEM EXTENDED 100% COVERAGE FOR 5 YRS. - 5000 HRS. Brand Name and Model Number: -*PRICE: F.O.B. City of Lubbock Municipal Garage - Lubbock, Texas PAYMENT TERMS AND DISCOUNTS -Bidder offers a prompt payment discount of —0—%, net_ calendar days. Discounts will not be considered in determining low bid. Unless otherwise indicated on the Bid Form, payment terms will be NET THIRTY DAYS. The City will pay the successful bidder within thirty days after the receipt of a correct invoice or after the date of acceptance, whichever event occurs later. Discounts for prompt payment requiring payment by the City within a stipulated number of days will be interpreted as applying within the stipulated number of calendar days after the date of receipt by the City of a correct invoice or after the date of acceptance that meets contract requirements, whichever event occurs later. Discounts for payment in less than ten days will not be considered. 005-0.2003rrBVeh1de13V.doc 4 s -- ITB t1005-0-2003/DC, Row Crop Farm Equipment INTERLOCAL PURCHASING (optional): The City desires to make available to other local governmental entities of the State of Texas, by mutual agreement with the successful bidder, and properly authorized interlocal purchasing agreements as provided for by the Interlocal Cooperation Act (Chapter 791, Government Code), the right to purchase the same services, at the prices quoted, for the period of this contract. Each bidder shall Indicate on the Bid Form in the space provided below if he/she will honor Political Subdivision orders in addition to orders from the City of Lubbock. Should these other governmental entities decide to participate in this contract, would you (the bidder) agree that all terns, conditions, specifications, and pricing would apply? Other governmental entities that might have interests in this contract are Frenship Independent School District, Lubbock Housing Authority, Lubbock County, Lubbock County Hospital District, Lubbock Independent School District, South Plains Association of Governments, City of Texarkana, Texas Tech University, West Texas Municipal Power Agency, and City of Wolfforth. YES v NO • If you (the bidder) checked YES, the following will apply: • Governmental entities utilizing Intertocal Agreements for Cooperative Purchasing with the City of Lubbock will be eligible, but not obligated, to purchase materials/services under the contract(s) awarded as a result of this solicitation. All purchases by governmental entities other than the City of Lubbock will be billed directly to that governmental entity and paid by that governmental entity. City of Lubbock will not be responsible for another governmental entity's debts. Each governmental entity will order their own materials/service as needed. THIS BID IS SUBMITTED BY APAm-5 I-,-, i--qo:y n% C0-T CO ` a corporation organized under the laws of the State of or a partnership consisting of or individu I. trading as of the City of Firm: )' ksk irn , -0,j-, i nn C�o—i Co. Address: City: U t`�j$U C I< State: iC Zip'7 9 Lt 0—_ M/WBE Firm: Woman Black American Native American Hispanic American Asian Pacific American Other (Specify) Any entity or person that manufactures, distributes, converts new motor vehicles (or represents an entity that manufactures, distributes, or converts new motor vehicles) or is in the business of buying, exchanging, or selling new motor vehicles is required under the Texas Vehicle Commission Code, Tex.Rev.Cfv.Stat.Ann. Art 4413(36) and 4413(36a) to be licensed by Motor Vehicle Division of the Texas Department of Transportation. In order for a bid to be in compliance with the Motor Vehicle Commission Code, the bidder must hold and provide all applicable current valid licenses Issued by the State of Texas: 1. Name and Manufacture's License No. 2. Name and Converter's License No. 3. Name and Representative's License No. 4. Name and Franchise Dealer's License No. General Distinguishing No. (Franchised TX dealer) ` j4wc Date: 02 )) v) v 3 Authorized Representative ; must sign by Officer Name and Title: Please Print r 1 (0,, Business Telephone NumYo( g� �"'Z �-s� (o FA)���/ G FOR CITY USE ONLY Bid Form Item Number(s) Awarded to Above Named Firm/Individual: Date of Award by City Council (for bids over $25,000): Date P.O./Contract Issued: RETURN COMPLETED & SIGNED BID FORM ALONG WITH C17Y OF LUBBOCK SPECIFICATIONS. 005-0.2003fTBVehideBV.doc 5 RB #OD5-0.2003/DC, Row Crop Farm Equipment NEW EQUIPMENT SERVICE QUESTIONNAIRE 1. What is the name and address of the nearest authorized service facility to the City of Lubbock? If your company does not own nearest service facility, please provide letter of assurance of service from said facility. ;--( ���5 rAiZ rr LC�vs`Pm Ly� _G U3,3�GIc� ' � 2. What is your total parts inventory for the proposed equipment? 3. How many technicians are employed at the nearest service facility? 4. How many field service technicians are available for on -site service? 5. What is the hourly labor rate for shop labor? -sy )_, Do 6. What is the hourly labor rate for field service labor? lLp oo 7. What is the average response time that can be expected for a service call? —A —OA`4 8. What is the average delivery time for parts not found in inventory? -PP�9. Approximately ow long will replacement parts be available for the proposed unit? )o y(WS 10. Explain the method for calculating the discount available for repair/replacement parts. (Show percent of discounttobe expected.) A 11. Provide an explanation of the standard warranty coverage of the machine quoted. What is the process for handling defective parts, quality of Workmanship or poor quality of materials? ON(2 year Ora PIN � jz�-_ e WORK"�Ic6 6 a.4 12. How many years has this particular machine been in production? j O �� eflZS 13. If the service facility is located outside the City of Lubbock, explain the process for performing (i) warranty work, (ii) service not covered ip the warranty, and (III) service work after the warranty has expired. 11 j 11111 All Wu rt« -Pce.C.QtmeD -41 J N-T or 14. Who is liable for transportation expense should the unit require out of town service during the warranty periodXr'►rnS ) (- Am L-�J�S'+r" e� i Co 15. Explain the method used to calculate the transportation expense of out of town service. 1 .OJ Tel' L' Arced " ,, le . 16. State in years the useful life and expected downtime of equipment quoted. }��v �J �Pi' �l eAt' NOTE: RETURN THIS QUESTIONNAIRE ALONG WITH YOUR BID SUBMITTAL. YOUR RESPONSE TO THE EQUIPMENT SERVICE QUESTIONNAIRE MAY BE A FACTOR IN DETERMINING THE LOWEST RESPONSIBLE BID. 005-0-2003RBVehideBV.doc 23 ITB #005.0.2003/DC, Row Crop Farts Equipment This Page Intentionally Left Blank oos-0-2003rrBven1c1eBV.doc 24 ITB #005-0-2003/DC, Row Crop Farm Equipment CITY OF LUBBOCK, TEXAS STATEMENT OF NO BID The City of Lubbock is very conscious and extremely appreciative of the time and effort you expend in preparing and submitting bids to the city. If you do not intend to bid on this requirement, please complete and return this form prior to date shown for receipt of bid to: Victor Kilman, Purchasing Manager, City of Lubbock, P.O. Box 2000, Lubbock, Texas 79457. We, the undersigned, have declined to bid on your ITB #005-0-2003/DC for the following reason(s): Specifications too "tight", i.e. geared toward one brand or manufacturer only. (Please explain reason below) Specifications unclear. (Please explain below) Insufficient time to respond to Invitation to Bid. We do not offer this product/s or equivalent. (if you wish to remain on bidders list for other commodities and/or services, please state particular product and/or service under which you wish to be classified.) Our product schedule would not permit us to perform. Unable to meet specifications. Job too large. Job too small. Cannot provide required bonding. Cannot provide required insurance. Bidding through dealer. Do not wish to do business with the City of Lubbock. (Please explain below) Other (Please specify below) REMARKS: Company Name: Address: City: State: Zip Contact Name: Title: Business Telephone Number. Internet Address: Company's Internet Web Page URL: FAX: 005.0-20031717BVehideWdoc 25 ITB #005-0.20031DC, Row Crop Farts Equipment This Page Intentionally Left Blank 005-0-2003MVehideW.doc 26 rrB 005-0-2003MC, Row Crop Farm Equipment City of Lubbock Consideration of Location of Bidder's Principal Place of Business Affidavit of Eligibility Pursuant to Texas Local Government Code 271.905(b), in purchasing real property or personal property that is not affixed to real property, if the City receives one or more bids from a bidder whose principal place of business is in the City of Lubbock and whose bid is within three percent (3%) of the lowest bid price received by the City from a bidder who is not a resident of the City of Lubbock, the City may enter into a contract with: (1) the lowest bidder; or (2) the bidder whose principal place of business is in the City of Lubbock if the City Council determines, in writing, that the local bidder offers the City the best combination of contract price and additional economic development opportunities for the City of Lubbock created by the contract award, including the employment of residents of the City of Lubbock and increased tax revenues to the City of Lubbock. In order to receive consideration, bidders must submit this affidavit to: Victor Kilman, Purchasing Manager City of Lubbock 162513u' Street Lubbock, TX 79401 Complete all areas below. Incomplete affidavits may be rejected. Local Business Name: Local Address (must be within the City limits): 1. Is the above address the principal place of business for the business named above? 2. How many residents of the City of Lubbock are employed at the above business location? 3. Year your business was established in the City of Lubbock: 4. For transactions that require sales tax, provide the following Reseller information: Reseller Permit Number: Company Name and Address (as it appears on permit): 5. Does your business have more than one office in the State of Texas? Yes No If Yes, identify the office location considered as the point -of sale credit for sales tax purposes: 6. Was the local business required to pay business and/or real property tax for the most recent tax year? Yes No If Yes, did the local business pay any of this tax to the City of Lubbock? Yes No Under penalty of perjury, the undersigned states that the foregoing statements are true and correct. it is further acknowledged that any person, firm, corporation or entity intentionally submitting false information to the City in an attempt to qualify for eligibility shall be prohibited from bidding on City of Lubbock products and services for a period of one (1) year. Authorized Signature: Printed Name and Title: Date: 005-0-20031-17svehideW.doc 27 ITB #005-0-2003/DC, Row Crop Farm Equipment This Page Intentionally Left Blank 005-0-2003IT13VehideWdoc 28 ITB #005-0-2003/DC, Row Crop Farm Equipment PAGE 1 OF 3 DATED 11/25/02 CITY OF LUBBOCK MINIMUM SPECIFICATIONS FOR ROTARY HOE, SOIL AERIATOR, 12 ROW CAPACITY SPEC. NV-F-21 MAKE MODEL IT IS THE INTENT OF THESE SPECIFICATIONS AND THE SPECIFICATIONS FOR EQUIPMENT GENERAL INFORMATION, REQUIREMENTS AND CONDITIONS SECTION TO DESCRIBE MINIMUM REQUIREMENTS. THE VEHICLE SHALL MEET OR EXCEED THE CONSTRUCTION AND PERFORMANCE SPECIFICATIONS DESCRIBED IN THE FOLLOWING MINIMUM SPECIFICATIONS. THE SELLER SHALL BE REQUIRED TO MARK COMPLIANCE TO THE SECTION OF THE SPECIFICATIONS IN THE SPACE PROVIDED. ALL EQUIPMENT FURNISHED AS STANDARD BY THE MANUFACTURER SHALL BE INCLUDED, IF NOT STATED IN THE WRITTEN SPECIFICATIONS. ANY DEVIATIONS FROM THE WRITTEN SPECIFICATIONS SHOWN IN THE INVITATION TO BID SHALL BE NOTED ON THE ATTACHED EXCEPTIONS TO THE SPECIFICATIONS. IN ORDER TO RECEIVE FULL CONSIDERATION, QUOTATION MUST FOLLOW THESE SPECIFICATIONS AND THE INVITATION TO BIDS TERMS AND CONDITION. NO. ITEM MINIMUM REQUIREMENTS SELLER COMPLIANCE YES NO SCOPE ROTARY HOE, 12 ROW WIDTHS, SET ON 30 INCH SPACING, WITH THREE-POINT, CAT 3, HITCH ATTACHMENT. 1. COVERAGE WIDTH NOT LESS THAN 12 ROVES, SET AT 30 INCHS SPACING, IN ONE PASS. v 2. TRANSPORT WIDTH MAXIMUM 22 FEET OVERALL WIDTH, DURING TRANSPORT. 3. ROTORS PROVIDING TEETH DIAMETER OF NOT LESS THAN _ 18 INCHES. v 4. ROTOR MOUNTS EACH ROTOR SHALL BE INDEPENDENTLY MOUNTED TO A SUPPORT ARM WITH A SPRING LOADED, DOWN PRESSURE DEVICE. 5. ROTOR BEARING EACH ROTOR SHALL BE FURNISHED WITH SEALED BEARINGS. 6. CUTTING TEETH A MINIMUM OF 15 TEETH OF NOT LESS THAN 18 INCHES DIAMETER ON EACH ROTOR. 7. TOOL BAR THE ROTORS SHALL BE FURNISHED WITH A TOOL BAR ATTACHMENT, EQUIPPED WITH A CAT 3 RATED, THREE POINT HITCH CONNECTION. THE TOOL BAR SHALL 'EATURES PROVIDING ATOW WIDTH )st-it® Fax Note 7671 Date pages 7o From O CoJDept.%' I Co. Pk , Phone # Phone # Fax # I �1 Fax # 122 FEET IN TOTAL. THE TOOL BAR nONING OF ATTACHMENTS ALONG i. �g s PAGE 2 OF 3 DATED 11/25/02 ITB #005-0-2003/DC, Row Crop Farts Equipment CITY OF LUBBOCK MINIMUM SPECIFICATIONS FOR ROTARY HOE, SOIL AERIATOR, 12 ROW CAPACITY SPEC. NV-F-21 N0. ITEM MINIMUM REQUIREMENTS SELLER COMPLIANCE YES NO 8. GAUGE WHEELS THE ROTARY HOE SHALL BE FURNISHED WITH WHEELS AND PNEUMATIC TIRES RATED AT NOT LESS THAN THE TOTAL WEIGHT OF THE ASSEMBLY. THE NUMBER OF WHEELS AND LOCATIONS SHALL PROVIDE SUPPORT TO THE CENTER SECTION AND EACH FOLDING SECTION. WHEEL MOUNTING.SHALL PROVIDE HEIGHT / ADJUSTMENT FOR VARIOUS SOIL CONDITIONS. o/ 9. HYDRAULICS THE ASSEMBLY SHALL BE FURNISHED WITH HYDRAULIC CONTROLLED RAISING AND LOWERING OF THE TOOL BAR ENDS, AS REQUIRED TO MEET MAXIMUM OVERALL TRANSPORT WIDTH LIMITS. 10. SAFETY FEATURES SMV SIGN, DEFLECTOR SHIELDS, AND A PARKING STAND. / 11. WARRANTY STANDARD MANUFACTORER WARRANTY. V OPTIONS 0-1 DEBRIS GUARDS EACH ROTOR SHALL BE FURNISHED WITH A DEVICE TO PREVENT BUILD-UP OF SOIL OR DEBRIS ON THE CUTTING TEETH. 0-2 ATTACHMENTS THE ROTOR SUPPORT ARMS SHALL BE ATTACHED TO THE TOOL BAR WITH A ALLOWANCE FOR REMOVAL OR ADJUSTMENT OF ROW WIDTH. 005-0-2003ITBVehldeBV.doc 30 Feb. 24 2003 03:36PM J. OTHER FACSIMILE START TIME USAGE TIME MODE PAGES RESULT 01 7753085 Feb. 24 03:35PM 01126 TX 02 OK PAGE 30F3 DATED 11/25/02 ITB #005-0-20031DC, Row Crop Farm Equipment CITY OF LUBBOCK MINIMUM SPECIFICATIONS FOR ROTARY HOE, SOIL AERIATOR, 12 ROW CAPACITY SPEC. NV-F-21 NO. ITEM MINIMUM REQUIREMENTS SELLER COMPLIANCE YES NO EXCEPTIONS TO THE SPECIFICATIONS EXCEPTIONS TO THE SPECIFICATIONS OF ANY ITEMS STATED HEREIN SHALL BE FULLY DESCRIBED IN WRITING BY THE CONTRACTOR. USE ADDITIONAL SHEETS AS REQUIRED. 005-0-2003ITBVehideBV.doc 31 PAGE 3 TO 3 DATED 11/25/02 ITB #005-0-2003/DC, Row Crop Farm Equipment CITY OF LUBBOCK MINIMUM SPECIFICATIONS FOR STACKER BAR PLANTER, 12 (30 INCH) ROW CAPACITY SPEC. NV-F-23 NO. ITEM MINIMUM REQUIREMENTS SELLER COMPLIANCE YES NO EXCEPTIONS TO THE SPECIFICATIONS EXCEPTIONS TO THE SPECIFICATIONS OF ANY ITEMS STATED HEREIN SHALL BE FULLY DESCRIBED IN WRITING BY THE CONTRACTOR IN THE SPACE BELOW. 005-0-200311BVehicleBV.doc 34 ITB #005.0-2003/DC, Row Crop Farm Equipment PAGE 1 OF 2 DATED 11/25/02 CITY OF LUBBOCK MINIMUM SPECIFICATIONS FOR CULTIVATOR, 12 ROW / 30 INCH, ROW SPACING SPEC. NV-F-24 MAKE MODEL IT IS THE INTENT OF THESE SPECIFICATIONS AND THE SPECIFICATIONS FOR EQUIPMENT GENERAL INFORMATION, REQUIREMENTS AND CONDITIONS SECTION TO DESCRIBE MINIMUM REQUIREMENTS. THE VEHICLE SHALL MEET OR EXCEED THE CONSTRUCTION AND PERFORMANCE SPECIFICATIONS DESCRIBED IN THE FOLLOWING MINIMUM SPECIFICATIONS. THE SELLER SHALL BE REQUIRED TO MARK COMPLIANCE TO THE SECTION OF THE SPECIFICATIONS IN THE SPACE PROVIDED. ALL EQUIPMENT FURNISHED AS STANDARD BY THE MANUFACTURER SHALL BE INCLUDED, IF NOT STATED IN THE WRITTEN SPECIFICATIONS. ANY DEVIATIONS FROM THE WRITTEN SPECIFICATIONS SHOWN IN THE INVITATION TO BID SHALL BE NOTED ON THE ATTACHED EXCEPTIONS TO THE SPECIFICATIONS. IN ORDER TO RECEIVE FULL CONSIDERATION, QUOTATION MUST FOLLOW THESE SPECIFICATIONS AND THE INVITATION TO BID'S TERMS AND CONDITIONS. NO. ITEM MINIMUM REQUIREMENTS SELLER COMPLIANCE YES NO SCOPE CULTIVATOR, ROW CROP, CONVERVATION TYPE, SET FOR 12 ROWS AT 30 MCHS SPACING. 1. COVERAGE WIDTH NOT LESS THAN 12 ROWS, SET AT 30 INCHS SPACING, IN ONE PASS. 2. TRANSPORT WIDTH 19 FEET, MAXIMUM, DURING TRANSPORT. 3. DEPTH CONTROL SINGLE CRANK WITH INDICATOR FOR EACH ROW UNIT, TO INCLUDE A SINGLE, IN FURROW 20 INCH COULTER/ GAUGE WHEEL PER ROW. 4. TILLAGE TOOLS TWO EACH, ADJUSTABLE BARRING OFF DISKS PER ROW UNIT. 20 INCH CULTIVATOR SWEEPS WITH ADJUSTABLE RIDGING WING AND TWO EACH, ADJUSTABLE FENDERS PER ROW UNIT. 5. DOWN PRESSURE MECHANICAL SPRING PRESSURE IS REQUIRED. PENUMATIC DEVICES ARE NOT ACCEPTABLE. 6. TOOLBAR TOOLING AND ATTACHMENTS SHALL BE CONNECTED TO A FOLDING TOOL BAR FURNISHED WITH A CAT 3, THREE POINT QUICK ATTACHMENT HITCH. 7. HYDRAULICS OEM HYDRAULIC CYLINDERS, LINKAGE, HOSES AND CONTROLS TO OPERATE ALL FEATURES OF THE CULTIVATOR, TO INCLUDE RAISING, LOWERING, TILTING, FOLDING AND TRANSPORT PREPERATION. THE ASSEMBLY SHALL BE FURNISHED WITH QUICK DISCONNECT ISO FITTING WITH DUST CAPS. 005-0-20031' BVehicleWdoc 35 PAGE 20F2 DATED 11/25/02 ITB i1005-0-2003/DC, Row Crop Farm Equipment CITY OF LUBBOCK MINIMUM SPECIFICATIONS FOR CULTIVATOR, 12 ROW / 30 INCH, ROW SPACING SPEC. NV-F-24 NO. ITEM MINIMUM REQUIREMENTS SELLER COMPLIANCE YES NO 8. SAFETY FEATURES SMV SIGN, DEFLECTOR SHIELDS AND PARKING STANDS. 9. WARRANTY OEM STANDARD MANUFACTURERS WARRANTY EXCEPTIONS TO THE SPECIFICATIONS EXCEPTIONS TO THE SPECIFICATIONS OF ANY ITEMS STATED HEREIN SHALL BE FULLY DESCRIBED IN WRITING BY THE CONTRACTOR IN THE SPACE BELOW. 005-0-200317MVehicleW.doc 36 TTB #005-0.2003/13C, Row Crop Farm Equipment PAGE 1 OF 2 DATED 12/09/02 CITY OF LUBBOCK MINIMUM SPECIFICATIONS FOR TANDEM DISK HARROW, DRAW BAR HITCH SPEC. NV-F-25 MAKE MODEL IT IS THE INTENT OF THESE SPECIFICATIONS AND THE SPECIFICATIONS FOR EQUIPMENT GENERAL INFORMATION, REQUIREMENTS AND CONDITIONS SECTION TO DESCRIBE MINIMUM REQUIREMENTS. THE VEHICLE SHALL MEET OR EXCEED THE CONSTRUCTION AND PERFORMANCE SPECIFICATIONS DESCRIBED IN THE FOLLOWING MINIMUM SPECIFICATIONS. THE SELLER SHALL BE REQUIRED TO MARK COMPLIANCE TO THE SECTION OF THE SPECIFICATIONS IN THE SPACE PROVIDED. ALL EQUIPMENT FURNISHED AS STANDARD BY THE MANUFACTURER SHALL BE INCLUDED, IF NOT STATED IN THE WRITTEN SPECIFICATIONS. ANY DEVIATIONS FROM THE WRITTEN SPECIFICATIONS SHOWN IN THE INVITATION TO BID SHALL BE NOTED ON THE ATTACHED EXCEPTIONS TO THE SPECIFICATIONS. IN ORDER TO RECEIVE FULL CONSIDERATION, QUOTATION MUST FOLLOW THESE SPECIFICATIONS AND THE INVITATION TO BID'S TERMS AND CONDITIONS. NO. ITEM MINIMUM REQUIREMENTS SELLER COMPLIANCE YES NO SCOPE DISK HARROW, TANDEM ARRANGEMENT, WITH TRANSPORT WHEELS AND HYDRAULIC LEVELING. 1. CUTTING WIDTH FOURTYTWO (42) FEET, MINIMUM DISKING COVERAGE. 2. TRANSPORT WIDTH MAXIMUM 22 FEET AND 2 INCHES, WITH WINGS FOLDED. 3. TRANSPORT HEIGHT FOURTEEN FEET AND SEVEN INCHES, MAXIMUM TRANSPORT HEIGHT. 4. WEIGHT MINIMUM 27,000 POUNDS, WITHOUT BALLAST. 5. DISKS SOLID DISKS OF NOT LESS THAN 24 INCHES DIAMETER AND .25 INCH THICKNESS. 5.1 SCRAPERS EACH DISK SHALL BE FURNISHED WITH A RIGID SCRAPER OF NOT LESS THAN FOUR INCHES IN WIDTH. 6. GANGS GANGS SHALL CONSIST OF ASSEMBLIES UTILIZING NOT LESS THAN 1 Y INCH ROUND SHAFTS, INCLUDING TRIPLE LIPSEALS AND TRUNION BEARING LUBE ZERKS. 6.1 DISK SPACING BOTH FRONT AND REAR TANDEM DISKS SHALL BE SET AT NOT MORE THAN NINE INCH CENTERS. 7. DEPTH CONTROL TWO SINGLE POINT, FRONT MOUNTED DEPTH STOPS. 8. HITCH SINGLE POINT CATEGORY 4, CAST LIP TONGUE HITCH WITH NOT LESS THAN A TWO-INCH PIN HOLE. 8.1 LEVELING THE HITCH ARRANGEMENT SHALL INCLUDE A SELF LEVELING, HYDRAULIC CONTROL SYSTEM. 005.0-20031-WeNdeMcloc 37 PAGE 2TO2 DATED 12/09/02 ITB #005-0-200310C, Row Crop Farts Equipment CITY OF LUBBOCK MINIMUM SPECIFICATIONS FOR TANDEM DISK HARROW, DRAW BAR HITCH SPEC. NV-F-25 NO. ITEM MINIMUM REQUIREMENTS SELLER COMPLIANCE YES NO 9. HYDRAULICS THE DISK ASSEMBLY SHALL BE EQUIPPED WITH HYDRAULIC WING, TILT AND LOWER CYLINDERS AND LINKAGE ALLOWING THE OPERATOR TO RAISE AND LOWER THE WINGS INDEPENDENTLY. THE SYSTEM SHALL INCLUDE HOSES AND ISO QUICK DISCONNECT COUPLERS. 10. TIRES/WHEELS TWELVE WHEELS WITH TIRES SHALL BE FURNISHED. UTILIZING EIGHT LUG HOLE DESIGN, WITH NEW 12.51- X 15, 12 PLY TIRES. HUBS SHALL BE FURNISHED WITH GREASE ZERKS. 11. GAUGE WHEELS TWO EACH, 8.00X10 PENUMATIC TIRES, MOUNTED ON FIVE'HOLE HUBS WITH GREASE ZERKS. 12. ACCESSORIES SMV SIGN AND ONE GANG WRENCH. 13. WARRANTY OEM STANDARD MANUFACTURERS WARRANTY EXCEPTIONS TO THE SPECIFICATIONS EXCEPTIONS TO THE SPECIFICATIONS OF ANY ITEMS STATED HEREIN SHALL BE FULLY DESCRIBED IN WRITING BY THE CONTRACTOR IN THE SPACE PROVIDED BELOW: 005-0.2003ITBVehideBV.dx 38 ITB #005.0-2003/DC, Row Crop Farr Equipment PAGE 1 OF 2 DATED 11/25/02 CITY OF LUBBOCK MINIMUM SPECIFICATIONS FOR ROUND HAY BALE TRANSPORT CRADLE SPEC NV-F-30 MAKE MODEL IT IS THE INTENT OF THESE SPECIFICATIONS AND THE SPECIFICATIONS FOR EQUIPMENT GENERAL INFORMATION, REQUIREMENTS AND CONDITIONS SECTION TO DESCRIBE MINIMUM REQUIREMENTS. THE VEHICLE SHALL MEET OR EXCEED THE CONSTRUCTION AND PERFORMANCE SPECIFICATIONS DESCRIBED IN THE FOLLOWING MINIMUM SPECIFICATIONS. THE SELLER SHALL BE REQUIRED TO MARK COMPLIANCE TO THE SECTION OF THE SPECIFICATIONS IN THE SPACE PROVIDED. ALL EQUIPMENT FURNISHED AS STANDARD BY THE MANUFACTURER SHALL BE INCLUDED, IF NOT STATED IN THE WRITTEN SPECIFICATIONS. ANY DEVIATIONS FROM THE WRITTEN SPECIFICATIONS SHOWN IN THE INVITATION TO BID SHALL BE NOTED ON THE ATTACHED EXCEPTIONS TO THE SPECIFICATIONS. IN ORDER TO RECEIVE FULL CONSIDERATION, QUOTATION MUST FOLLOW THESE SPECIFICATIONS AND THE INVITATION TO BID'S TERMS AND CONDITIONS. NO. ITEM MINIMUM REQUIREMENTS SELLER COMPLIANCE YES NO SCOPE CRADLE, WITH RACKS AND FIXTURES TO SECURE, TRANSPORT, AND UNLOAD 12 EACH ROUND HAY BALES, APPROXIMATELY FIVE FEET LONG AND SIX FEET IN DIAMETER, SIX BALES ON EACH SIDE. UNIT SHALL BE CONSTRUCTED TO SLIDE ONTO A FLAT BED FOR UTILIZATION. 1. CAPACITY THE CRADLE SHALL PROVIDE FOR HOLDING 12 INDIVIDUAL BALES OF APPROXIMATELY SIX FEET DIAMETER AND FIVE FEET IN LENGTH, WEIGHTING UP TO 2,200 LBS. EACH. 2. DIMENSIONS THE CRADLE SHALL BE OF SUFFICENT DIMENSIONS TO RETAIN AND TRANSPORT 12 INDIVIDUAL BALES AT THE SAME TIME. 3. FRAME THE CRADLE SHALL BE CONSTRUCTED TO SIT ON A FLAT BED SUPPORT. WHILE HOLDING 12 BALES DURING TRANSPORT. HOLD DOWN LOCATIONS SHALL BE FURNISHED FOR SECURING TO THE TRANSPORT DECK. THE FRAME SHALL ALLOW SLIDING OR SKIDING ASSEMBLY ONTO CARRIER. 4. WIDTH THE CRADLE DECK SHALL PROVIDE SUFFICIENT WIDTH TO HOLD AND TRANSPORT 12 INDIVIDUAL, ROUND HAY BALES PLACED TWO WIDE, WITH SIX EACH, ENDTO END, ON EACH SIDE. THE EMPTY CRADLE SHALL NOT EXCEED102 INCHES IN WIDTH. 5. BALE CRADLE THE FIXTURE PROVIDED FOR TRANSPORT OF THE ROUND BALES SHALL BE CONSTRUCTED TO PROVIDE FOR THE DUMPING OF EITHER SIDE, WITHOUT ASSIST OF CABLES, HYDRAULICS OR ELECTRICAL POWER. EACH SIDE SHALL 005.0-2003ITBVehideBV.doe 39 PAGE 2 OF 2 DATED 11/25/02 fTB #005-0.2003/DC, Row Crop Farm Equipment CITY OF LUBBOCK MINIMUM SPECIFICATIONS FOR ROUND HAY BALE TRANSPORT CRADLE SPEC NV-F-30 NO. ITEM MINIMUM REQUIREMENTS SELLER COMPLIANCE YES NO 6. UNLOADING THE CRADLE SHALL BE DESIGNED TO UNLOAD EITHER SIDE INDEPENDENT OF THE OTHER, WITHOUT REQUIRING CABLES, HYDRAULICS, OR ELECTRIC POWER. 7. COLOR THE CRADLE SHALL BE PREPARED AND PAINTED THE OEM RED COLOR. 8. WARRANTY STANDARD MANUFACTURERS PARTS AND LABOR WARRANTY EXCEPTIONS TO THE SPECIFICATIONS EXCEPTIONS TO THE SPECIFICATIONS OF ANY ITEMS STATED HEREIN SHALL BE FULLY DESCRIBED IN WRITING BY THE CONTRACTOR IN THE SPACE PROVIDED BELOW: 005-0-2003TTBVehtdeBV.doc 40 ITB #005.0-2003/DC, Row Crop Farm Equipment PAGE 1 OF 3 DATED 11/25/02 CITY OF LUBBOCK MINIMUM SPECIFICATIONS FOR TRAILER, GOOSENECK, TWO AXLE, ROUND HAY BALE TRANSPORT SPEC T-30-F MAKE MODEL IT IS THE INTENT OF THESE SPECIFICATIONS AND THE SPECIFICATIONS FOR EQUIPMENT GENERAL INFORMATION, REQUIREMENTS AND CONDITIONS SECTION TO DESCRIBE MINIMUM REQUIREMENTS. THE VEHICLE SHALL MEET OR EXCEED THE CONSTRUCTION AND PERFORMANCE SPECIFICATIONS DESCRIBED IN THE FOLLOWING MINIMUM SPECIFICATIONS. THE SELLER SHALL BE REQUIRED TO MARK COMPLIANCE TO THE SECTION OF THE SPECIFICATIONS IN THE SPACE PROVIDED. ALL EQUIPMENT FURNISHED AS STANDARD BY THE MANUFACTURER SHALL BE INCLUDED, IF NOT STATED IN THE WRITTEN SPECIFICATIONS. ANY DEVIATIONS FROM THE WRITTEN SPECIFICATIONS SHOWN IN THE INVITATION TO BID SHALL BE NOTED ON THE ATTACHED EXCEPTIONS TO THE SPECIFICATIONS. IN ORDER TO RECEIVE FULL CONSIDERATION, QUOTATION MUST FOLLOW THESE SPECIFICATIONS AND THE INVITATION TO BID'S TERMS AND CONDITIONS. NO. ITEM MINIMUM REQUIREMENTS SELLER COMPLIANCE YES NO SCOPE TRAILER, GOOSE NECK, TWO AXLE, EQUIPPED WITH RACKS AND FIXTURES TO SECURE, TRANSPORT, AND UNLOAD 12 EACH ROUND HAY BALES, APPROXIMATELY FIVE FEET LONG AND SIX FEET IN DIAMETER, SIX BALES ON EACH SIDE. CAPACITY THE TRAILER SHALL PROVIDE NOT LESS THAN TWENTY THOUSAND (20,000) POUNDS GROSS VEHICLE WEIGHT RATING (GVWR). 2. DIMENSIONS THE TRAILER DIMENSIONS SHALL CONFORM TO THE FOLLOWING: 2.1 DECK LENGTH THE DECK LENGTH SHALL PROVIDE NOT LESS THAN 30 FEET OF LOAD SPACE, IN ADDITION TO THE GOOSE NECK HITCH. 2.2 DECK WIDTH THE LOAD DECK SHALL PROVIDE SUFFICENT WIDTH TO HOLD THE CARRIAGE FIXTURE REQUIRED TO SUPPORT AND TRANSPORT 12 INDIVIDUAL, ROUND HAY BALES. PLACED TWO WIDE, WITH SIX EACH, END TO END, ON EACH SIDE. THE EMPTY TRAILER SHALL NOT EXCEED 102 INCHESIN WIDTH. 2.3 BALE CRADLE THE FIXTURE PROVIDED FOR TRANSPORT OF THE ROUND BALES SHALL BE CONSTRUCTED TO PROVIDE FOR THE DUMPING OF EITHER SIDE, WITHOUT ASSIST OF CABLES, HYDRAULICS OR ELECTRICAL POWER. EACH SIDE SHALL OPERATE INDEPENDENTLY OF THE OTHER. 005-0-20031TBVehicleWdoc 41 PAGE 2OF3 DATED 11/25/02 ITB #005.0-20031DC. Row Crop Farts Equipment CITY OF LUBBOCK MINIMUM SPECIFICATIONS FOR TRAILER, GOOSENECK, TWO AXLE, ROUND HAY BALE TRANSPORT SPEC T-30-F NO. ITEM MINIMUM REQUIREMENTS SELLER COMPLIANCE YES NO 3. AXLES TANDEM AXLES, SINGLE WHEEL ARRANGEMENT WITH EACH AXLE RATED AT NOT LESS TEN THOUSAND (10,000) POUNDS CAPACITY. AXLES SHALL BE LOCATED AT NOT LESS THAN 250 INCHES DISTANCE FROM THE FRONT OF THE CARGO AREA. 4. SUSPENSION EACH AXLE SHALL BE INDEPENDENTLY SUSPENDED WITH SPRINGS RATED AT NOT LESS THAN SIX THOUSAND (6,000) POUNDS EACH. 5. BRAKES EACH WHEEL POSITION SHALL BE FURNISHED WITH ELECTRIC CONTROLLED BRAKES, SYSTEM RATED FOR THE GVWR. 5.1 BREAKAWAY THE BRAKE SYSTEM SHALL INCLUDE A SELF CONTAINED MEANS OF APPLYING THE BRAKES IN THE EVENT OF DETACHMENT FROM THE TOW VEHICLE. 6. WHEELS DISK TYPE, ONE PIECE WHEELS WITH EIGHT LUG STUD ARRANGEMENT, 16 INCH DESIGN, RATED AT NOT LESS THAN SIX THOUSAND (6,000) POUNDS EACH. 7. TIRES TIRES SHALL BE RADIAL DESIGN, TUBELESS, RATED AT NOT LESS THAN FORTY EIGHT HUNDRED (4,800) POUNDS EACH. 8. SPARE TIRE ONE COMPLETE SPARE TIRE/WHEEL ASSEMBLY SHALL BE FURNISHED WITH A MOUNTING LOCATION ON THE GOOSE NECK, TO INCLUDE PADLOCK RETENTION FEATURE. 9. HITCH THE TRAILER SHALL BE FURNISHED WITH A GOOSE NECK DESIGN HITCH ARRANGEMENT, TO INCLUDE A 2 5/16 INCH BALL RECEIVER WITH RETENTION DEVICE AND KEY LOCKABLE THEFT PREVENTION DEVICE. HITCH HIGHT SHALL BE ADJUSTABLE TO NOT LESS THAN FOUR INDIVIDUAL POSITIONS. 10 LANDING GEAR THE TRAILER SHALL BE FURNISHED WITH A HEAVY DUTY LANDING LEG ASSEMBLY WITH AN EASILY OPERABLE, DROP SECTION WITH WIDEBASE FOOTPAD.THE CRANK HANDLE SHALL BE LOCATED TO PROVIDE UN -OBSTRUCTED MOVEMENT, EITHER ATTACHED TO VEHICLE OR FREE STANDING. 005-0.2=r BVehideBV.doc 42 PAGE 3 OF 3 DATED 11/25/02 ITB #005-0-2003/DC, Row Crop Farm Equipment CITY OF LUBBOCK MINIMUM SPECIFICATIONS FOR TRAILER, GOOSENECK, TWO AXLE, ROUND HAY BALE TRANSPORT SPEC T-30-F NO. ITEM MINIMUM REQUIREMENTS SELLER COMPLIANCE YES NO 11. COLOR THE TRAILER SHALL BE PREPARED AND PAINTED THE OEM RED COLOR. 12. LIGHTING VEHICLE LIGHTING SYSTEM IN CONFORMANCE WITH DOT AND STATE OF TEXAS AT TIME OF DELIVERY. 13. WARRANTY STANDARD MANUFACTURERS PARTS AND LABOR WARRANTY. EXCEPTIONS TO THE SPECIFICATIONS EXCEPTIONS TO THE SPECIFICATIONS OF ANY ITEMS STATED HEREIN SHALL BE FULLY DESCRIBED IN WRITING BY THE CONTRACTOR IN THE SPACE PROVIDED BELOW: 005-0-200311TBVehicleWdoc 43 PAGE 1 OF 5 DATED 11/19/02 ITB #005.0-200MX, Row Crop Farm Equipment CITY OF LUBBOCK MINIMUM SPECIFICATIONS FOR TRACTOR, AGRICULTURE, FOUR- WHEEL -DRIVE, 215 PTO HP SPEC F-60 MAKE MODEL IT IS THE INTENT OF THESE SPECIFICATIONS TO DESCRIBE MINIMUM REQUIREMENTS. THE VEHICLE SHALL MEET OR EXCEED THE CONSTRUCTION AND PERFORMANCE SPECIFICATIONS DESCRIBED IN THE FOLLOWING MINIMUM SPECIFICATIONS. THE SELLER SHALL BE REQUIRED TO MARK COMPLIANCE TO THE SECTION OF THE SPECIFICATIONS IN THE SPACE PROVIDED. ALL EQUIPMENT FURNISHED BY THE MANUFACTURER AS STANDARD SHALL BE INCLUDED, EVEN IF NOT SPECIFICALLY STATED IN THE WRITTEN SPECIFICATIONS. ANY DEVIATIONS FROM THE WRITTEN SPECIFICATIONS SHOWN IN THE INVITATION TO BID SHALL BE NOTED ON THE ATTACHED EXCEPTIONS TO THE SPECIFICATIONS. TO RECEIVE FULL CONSIDERATION, QUOTATION RESPONSE MUST FOLLOW THESE SPECIFICATIONS AND THE INVITATION TO BID'S TERMS AND CONDITIONS. NO. ITEM MINIMUM REQUIREMENTS SELLER COMPLIANCE YES NO SCOPE TRACTOR, AGRICULTURE DESIGN, WITH DRAW BAR AND THREE (3) POINT HITCH ARRANGEMENT, DUAL REAR WHEELS AND LIVE PTO DRIVE SYSTEM. 1. ENGINE DIESEL FUELED, LIQUID COOLED, FOUR STROKE/CYCLE, TURBOCHARGED, SIX CYLINDER ENGINE WITH NOT LESS THAN 489 CUBIC INCHS (8.0 L) DISPLACEMENT, 1,400 FOOT POUNDS TORQUE @ 1,600 RPMS, PROVIDING NOT LESS THAN 215 PTO HORSEPOWER. 1.1 ACCESSORIES THE ENGINE SHALL BE FURNISHED WITH THE FOLLOWING ACCESSORIES, AS A MINIMUM: 1.1.1 AIR FILTER TWO STAGE DRY TYPE AIR CLEANER, WITH PRE -CLEANER, AND A RESTRICTION INDICATOR LOCATED WITHIN VIEW OF THE SEATED OPERATOR. 1.1.2 FUEL FILTER OEM FUEL FILTERING SYSTEM. 2. TRANSMISSION FULL POWER SHIFT DESIGN TRANSMISSION WITH A MINIMUM OF FIFTEEN (15) FORWARD AND FOUR (4) REVERSE GEARS WITH A NEUTRAL SAFETY SWITCH, PREVENTING ENGINE FROM STARTING WITH TRANSMISSION IN A DRIVE GEAR. 2.2 FRONT AXLE DRIVE THE FRONT AXLE DRIVE ENGAGEMENT SHALL BE OPERATOR CONTROLLED FROM INSIDE THE CAB. 3. FRONT AXLE FRONT AXLE SHALL BE OF THE STEERING AND DRIVE DESIGN WITH TIRE TRACK WIDTH SHALL BE ADJUSTED TO 60 INCHES, FOR OPERATION WITH 30 INCH ROW SPACING. _ 4. STEERING OEM POWER ASSISTED. 005.0-20031T13VehicleBV.doc 44 rrB #005-0.2003/DC, Row Crop Farts Equipment PAGE 2OF5 DATED 11/19/02 CITY OF LUBBOCK MINIMUM SPECIFICATIONS FOR TRACTOR, AGRICULTURE, FOUR- WHEEL -DRIVE, 215 PTO HP SPEC F-60 NO. ITEM MINIMUM REQUIREMENTS SELLER COMPLIANCE YES NO 5. ELECTRICAL SYSTEM 12 VOLT ELECTRICAL SYSTEM. 5.1 ALTERNATOR OEM ALTERNATOR OF NOT LESS THAN 125 AMPS RATING. 5.2 BATTERIES OEM DUAL BATTERY CONFIGURATION, MINIMUM 1,800 CCA. 5.3 LIGHTING THE LIGHTING SYSTEM SHALL INCLUDE NOT LESS THAN FOUR EACH FRONT AND REAR HEAD/WORK LIGHTS, TWO TAIL LIGHTS, TURN SIGNALS,CAB INTERIOR AND INSTRUMENTATION LIGHTING. 5.4 TRAILER PLUG ONE SEVEN PIN, TRAILER CONNECTOR, LOCATED AT THE REAR OF TRACTOR, WIRED FOR TAIL, AND TURN LIGHTS. 6. INSTRUMENTATION OEM INSTRUMENATION TO INCLUDE THE FOLLOWING AS A MINIMUM: 6.1 TACHOMETER ENGINE AND PTO RPM INDICATOR. 6.2 FUEL GAUGE FUEL LEVEL GAUGE. 6.3 AMP/VOLT METER CHARGING AMPS OR BATTERY VOLTAGE INDICATOR. 6.4 COOLANT TEMPERATURE ENGINE COOLANT TEMPERATURE INDICATOR, WITH OVERHEATING WARNING DEVICE. 6.5 ENGINE OIL PRESSURE ENGINE OIL PRESSURE INDICATOR, WITH LOW OIL PRESSURE ALERT DEVICE. 7. BRAKES OEM POWER ASSISTED. 8. HITCHS OEM CAT III RATINGS, TO INCLUDE A DRAWBAR WITH PIN, AND A THREE POINT QUICK HITCH ARRANGEMENT WITH LIFTING CAPACITY OF NOT LESS THAN 15,000 LBS. 9. PTO OEM STANDARD 1 Y" SHAFT, 1000 RPM, PTO ARRANGEMENT. 10. FUEL TANK 70 GALLONS (US), MINIMUM FUEL CAPACITY. 005-0-2W3ITBVehldeBV.doc 45 Resolution No. 2003—RO146 ITB a005-0-2003/DC, Row Crop Farm Equipment SUBMIT T0: t o CITY OF LUBBOCK CITY OF LUBBOCK., TEXAS PURCHASING DEPARTMENT 1625 137" STREET, RM L04 LUBBOCK, TX 7%01-3830 AN EQUAL OPPORTUNITY INVITATION TO B I D CONTACT PERSON: Diana Caudillo EMPLOYER #005-0-2003/DC TEL: 806.775.2167 FAX:806.775.2164 http: / /purchasing.cl. tubbock.tx.us TITLE: SUBMITTAL DEADLINE: Row Crop Farm Equipment February 11, 2003 @ 3:00 pm CST PRE BID DATE, TIME AND LOCATION: January 28, 2003 @ 11:00 Any bids received after the time and date listed am CST, in the Municipal Building, 1625 13'h Street, Planning p $ B returned n d unopless of the mode of delivery, shot! be returned unopened. Conference Room 107, Lubbock, Texas RESPONDENT NAME* /t ,t r r f IF RETURNING AS A "NO BID", PLEASE COMPLETE AND RETURN THE "STATEMENT OF NO BID". DR S: MA LINGr,q la / 9.3 CITY - STATE ZIPS THE CITY OF LUBBOCK RESERVES THE RIGHT TO ACCEPT OR REJECT ANY AND ALL BIDS IN WHOLE OR 1N PART AND WAIVE ANY INFORMALITY IN THE K - S COMPETITIVE BID PROCESS. FURTHER, THE CITY RESERVES THE RIGHT TO ENTER INTO ANY CONTRACT DEEMED TO BE IN THE BEST INTEREST OF THE TELEPHONE NO, 0L y 1733 CITY. IT IS THE INTENT AND PURPOSE OF THE CITY OF LUBBOCK THAT THIS FAX NO: o 7/3 - '/0 REQUEST' IS THE BIDDER'S RESPONSIBILITY LUBIBOCK�PURCHASING TO ADVISE C� OF MANAGER IF MY LANGUAGE, REQUIREMENTS, ETC., OR ANY COMBINATIONS THEREOF, INADVERTENTLY RESTRICTS OR LIMITS THE REQUIREMENTS STATED IN THIS E-MAIL: / ,� C!�!t'i' a C ITB TO A SINGLE SOURCE. SUCH NOTIFICATION MUST BE SUBMITTED IN WRITING AND MUST BE RECEIVED BY THE PURCHASING MANAGER NO LATER FEDERAL TAX ID NO. OR SOCIAL SECURITY NO. 7 C THAN FIVE (5) BUSINESS DAYS PRIOR TO THE ABOVE SUBMITTAL DEADLINE. THE BIDDER HEREBY ACKNOWLEDGES RECEIPT OF AND AGREES ITS BIIDis BASED ON THE FOLLOWING ADDENDA: #1 #2 #3 #4 #S!0 1 (Please Initial) !D The City of Lubbock Charter states that no officer or employee of the City can benefit from any contract, job, work or service for the municipality or be interested in the sale to the City of any supplies, equipment, material or articles purchased. Will any officer or employee of the City, or member of their immediate family, benefit from the award of this bid to the above firma YES NO IN COMPLIANCE WITH THIS SOLICITATION, THE UNDERSIGNED BIDDER HAVING EXAMINED THE INVITATION TO BID AND SPECIFICATIONS, AND BEING FAMILIAR WITH THE CONDITIONS TO BE MET, HEREBY SUBMITS THE FOLLOWING BID FOR FURNISHING THE MATERIAL, EQUIPMENT, LABOR AND EVERYTHING NECESSARY FOR PROVIDING THE ITEMS LISTED ON THE ATTACHED BID FORM AND AGREES TO DELIVER SAID ITEMS AT THE LOCATIONS AND FOR THE PRICES SET FORTH ON THE BID FORM. AN INDIVIDUAL AUTHORIZED TO BIND THE COMPANY MUST SIGN THE FOLLOWING SECTION. FAILURE TO EXECUTE THIS PORTION MAY RESULT IN BID REJECTION. By my signature I certify that this offer is made without prior understanding, agreement, or connection with any corporation, firm, business entity, or person submitting an offer for the same materials, supplies, equipment, or service(s), and is in all respects fair and without collusion or fraud. I further agree that if the offer is accepted, the offeror will convey, sell, assign, or transfer to the City of Lubbock all right, title, and interest in and to all causes of action it may now or hereafter acquire under the Anti-trust laws of the United States and the State of Texas for price fixing relating to the particular commodity(s) or service (s) purchased or acquired by the City of Lubbock. At the City's dis Lion, s ignment shall be made and become effective at the time the City tenders final payment to the. vendor. Authoriized Signature Title . N"e-XIC / §04/ 4- Print/Type Name ,), Ill 3 Date � THIS FORM MUST BE COMPLETED AND RETURNED WITH YOUR RESPONSE. 005-0-2003rrBVehideI3V.doc rrB #005.0-2003IDC, Row Crop Farts Equipment This Page Intentionally Left Blank 005-0-2003ITBVeh1c1eBV.doc ITB #005-0.2003IDC. Row Crop Farts Equipment BID FORM Row Crop Farm Equipment CITY OF LUBBOCK, TEXAS ITB N005.0.2003/DC In compliance with the Invitation to Bid #005-0-2003/DC, the undersigned Bidder having examined the Invitation to Bid and Specifications, and being familiar with the conditions to be met, hereby submits the following Bid for furnishing the material, equipment, labor and everything necessary for providing the items listed below and agrees to deliver said items at the locations and for the prices set forth on this form. The Invitation to Bid #[number] is by reference incorporated in this contract. The Bid Form must be completed in blue or black ink or by typewriter. Delivery One Set of Unit UNIT PRICE' EXTENDED (Days) Mfr's Repair, ITEM QTY MeaOf DESCRIPTION BID COST After Parts r} Receipt of Service Order Manuals 1. 2 Each ROTARY HOE, 12 ROW WIDTHS, SET ON 30 $ $ $ INCH SPACING, WITH THREE-POINT, CAT 3, HITCH ATTACHMENT Option One (1) DEBRIS GUARDS EACH ROTOR SHALL BE FURNISHED WITH A DEVICE TO PREVENT BUILD-UP OF SOIL OR DEBRIS ON THE CUTTING TEETH. Option Two (2) ATTACHMENTS THE ROTOR SUPPORT ARMS SHALL BE ATTACHED TO THE TOOL BAR WITH A ALLOWANCE FOR REMOVAL OR ADJUSTMENT OF ROW WIDTH. Brand Name and Model Number: 2. 2 Each PLANTER, STACKING TOOL BAR DESIGN, $ $ $ PROVIDING FOR 12 ROWS SET ON 30 INCH SPACING. Option One (1) SEED HOPPERS" " a 7 OVERSIZED, NOT LESS THAN THREE BUSHELS EACH. Option Two (2) TARP COVER A FITTED, WEATHER RESISTANT, FULL COVER, DESIGNED TO SECURLY ATTACH TO AND PROTECT THE TOTAL PLANTER DURING PERIODS OF STORAGE. Brand Name and Model Number: 3. 2 Each CULTIVATOR, ROW CROP, CONVERVATION $ $ $ TYPE, SET FOR 12 ROWS AT 301NCHS SPACING. Brand Name and Model Number. 005-0-2003ITBVehicleWdoc 3 rrB #005-0-20031DC. Row Crop Farm Equipment 4. 2 Each DISK HARROW, TANDEM ARRANGEMENT, WITH TRANSPORT WHEELS AND HYDRAULIC $ $ $ LEVELING Brand Name and Model Number: 5. 2 Each CRADLE, WITH AND FIXTURES SECURE, TRANSPORT, AND UNLOAD 120 $� 1 $(vJra �!5 $ EACH ROUND HAY BALES, APPROXIMATELY FIVE FEET LONG AND SIX FEET IN DIAMETER, SIX BALES ON EACH SIDE. UNIT SHALL BE CONSTRUCTED TO SLIDE ONTO A FLAT BED FOR UTILIZATION. Brand Name and Model Number: lorGrc O 1r�t ti e d4 `c b. 2 Each TRAILER, GOOSE NECK, AXLE, EQUIPPED WITH RACKS AND FIXTURES TO $ $ �flj $ SECURE, TRANSPORT, AND UNLOAD 12 EACH ROUND HAY BALES, APPROXIMATELY FIVE FEET LONG AND SIX FEET IN DIAMETER, SIX BALES ON EACH SIDE Brand Name and Model Number: P 44 Q ���e �/ �`v''e /,2 ou CE rt U 7- 7. 2 Each TRACTOR, AGRICULTURE DESIGN, WITH DRAW BAR AND THREE (3) POINT HITCH $ $ $ ARRANGEMENT, DUAL REAR WHEELS AND LIVE PTO DRIVE SYSTEM Option One (1) EXTENDED WARRANTY OEM EXTENDED 100% COVERAGE FOR 5 YRS. - 5000 HRS. Brand Name and Model Number: -*PRICE; F.O.B. City of Lubbock Municipal Garage - Lubbock, Texas PAYMENT TERMS AND DISCOUNTS -Bidder offers a prompt payment discount of �s�X, netia calendar days. Discounts will not be considered in determining low bid. Unless otherwise indicated on the Bid Form, payment terms will be NET THIRTY DAYS. The City will pay the successful bidder within thirty days after the receipt of a correct invoice or after the date of acceptance, whichever event occurs later. Discounts for prompt payment requiring payment by the City within a stipulated number of days will be interpreted as applying within the stipulated number of calendar days after the date of receipt by the City of a correct invoice or after the date of acceptance that meets contract requirements, whichever event occurs later. Discounts for payment in less than ten days will not be considered. 005-0-2003MBVehideWdoc 4 ITB l/005-0-20031DC, Row Crop Farts Equipment INTERLOCAL PURCHASING (optional): The City desires to make available to other local governmental entities of the State of Texas, by mutual agreement with the successful bidder, and properly authorized interlocal purchasing agreements as provided for by the interlocal Cooperation Act (Chapter 791, Government Code), the right to purchase the same services, at the prices quoted, for the period of this contract. Each bidder shall indicate on the Bid Form in the space provided below if he/she will honor Political Subdivision orders in addition to orders from the City of Lubbock. Should these other governmental entities decide to participate in this contract, would you (the bidder) agree that all terms, conditions, specifications, and pricing would apply? Other governmental entities that might have interests In this contract are Frenship Independent School District, Lubbock Housing Authority, Lubbock County, Lubbock County Hospital District, Lubbock Independent School District, South Plains Association of Governments, City of Texarkana, Texas Tech University, West Texas Municipal Power Agency, and City of Wolfforth. YES Y NO • If you (the bidder) checked YES, the following will apply: • Govemmental entities utilizing Interlocal Agreements for Cooperative Purchasing with the City of Lubbock will be eligible, but not obligated, to purchase materials/services under the contract(s) awarded as a result of this solicitation. All purchases by governmental entities other than the City of Lubbock will be billed directly to that governmental entity and paid by that governmental entity. City of Lubbock will not be responsible for another governmental entity's debts. Each governmental entity will order their own materials/service as needed. THIS BID IS SUBMITTED BY ^ d- _T-6d,r ..5y leS . Z; r _ a corporation organized under the lays of the State of z 4d < , or a partnership consisting of or individual trading as of the City of Firm: 14J. # /ra. le., .Sr. /e S Address: y904 7o46& City: Lce6icek State: 75rG S zip 7Q�tG� MMBE Firm: Woman Black American Native American Hispanic American Asian Pacific American I I Other (SDecifv) Any entity or person that manufactures, distributes, converts new motor vehicles (or represents an entity that manufactures, distributes, or converts new motor vehicles) or is In the business of buying, exchanging, or selling new motor vehicles is required under the Texas Vehicle Commission Code, Tex.Rev.Ctv.Stat.Ann. Art 4413(36) and 4413(36a) to be licensed by Motor Vehicle Division of the Texas Department of Transportation. In order for a bid to be in compliance with the Motor Vehicle Commission Code, the bidder must hold and provide all applicable current valid licenses issued by the State of Texas: 1. Name and Manufacture's License No. 2. Name and Converter's License No. 3. Name and Representative's License No. 4. Name and Franchise Dealer's License No. General Distinguishing No. (Franchised TX dealer) By Date: Authorized Representative , must sign by hand Officer Name and Title: Please Print Business Telephone Number FAX: FOR CITY USE ONLY Bid Form Item Number(s) Awarded to Above Named Firm/Individual: Date of Award by City Council (for bids over 525,000): Date P.O./Contract Issued: RETURN COMPLETED Et SIGNED BID FORM ALONG WITH CITY OF LUBBOCK SPECIFICATIONS. 005-0.20031TBVehIde13V.doc 5 ITB #005-0-2003/DC, Raw Crop Farm Equipment This Page Intentionally Left Blank 005-0-20031TBVehideMdoc Page 1 of 2 Revised 1/30/03 ITB #005-0-200':Z. im #1 CITY OF LUBBOCK MINIMUM SPECIFICATIONS FOR ROUND HAY BALE TRANSPORT CRADLE EC MAKE �r�e fscpl�e.NMODEL Z 24 u 4,66 IT IS THE INTENT OF THESE SPECIFICATIONS AND THE SPECIFICATIONS FOR EQUIPMENT GENERAL INFO=:;. DN, REQUIREMENTS AND CONDITIONS SECTION TO DESCRIBE MINIMUM REQUIREMENTS. THE VEHICLE SHALL:.".. .-T OR EXCEED THE CONSTRUCTION AND PERFORMANCE SPECIFICATIONS DESCRIBED IN THE FOLLOWING MINII,:'j! SPECIFICATIONS. THE SELLER SHALL BE REQUIRED TO MARK COMPLIANCE TO THE SECTION OF THE SPECIFICATIONS IN THE SPACE PROVIDED. ALL EQUIPMENT FURNISHED AS STANDARD BY THE MANUFP.C-'_: =R SHALL BE INCLUDED, IF NOT STATED IN THE WRITTEN SPECIFICATIONS. ANY DEVIATIONS FROM THE WR17. SPECIFICATIONS SHOWN IN THE INVITATION TO BID SHALL BE NOTED ON THE ATTACHED EXCEPTIONS TC SPECIFICATIONS. IN ORDER TO RECEIVE FULL CONSIDERATION, QUOTATION MUST FOLLOW THESE SPECI'''.,_-.TIONS AND THE INVITATION TO BID'S TERMS AND CONDITIONS. NO. ITEM MINIMUM REQUIREMENTS SELLER COMP'_i,-r,lCE YES .:o SCOPE CRADLE, WITH RACKS AND FIXTURES TO SECURE, TRANSPORT, AND UNLOAD 12 EACH ROUND HAY BALES, APPROXIMATELY FIVE FEET LONG AND SIX FEET IN DIAMETER, SIX BALES ON EACH SIDE. UNIT SHALL BE CONSTRUCTED TO SLIDE ONTO A FLAT BED FOR UTILIZATION. 1. CAPACITY THE CRADLE SHALL PROVIDE FOR HOLDING 12 INDIVIDUAL BALES OF / APPROXIMATELY SIX FEET DIAMETER AND FIVE FEET IN LENGTH, WEIGHTING UP TO 2`,2kLBS.€,AC,H. 2. DIMENSIONS THE CRADLE SHALL BE OF�SUFFICENT DIMENSIONS TO RETAIN AND / TRANSPORT 12 INDIVIDUAL BALES AT THE SAME TIME. FRAME THE CRADLE SHALL BE CONSTRUCTED TO SIT ON A FLAT BED SUPPORT, WHILE HOLDING 12 BALES DURING TRANSPORT. HOLD DOWN LOCATIONS / SHALL BE FURNISHED FOR SECURING TO THE TRANSPORT DECK. THE FRAME SHALL ALLOW SLIDING OR SKIDING ASSEMBLY ONTO CARRIER. 4. WIDTH THE CRADLE DECK SHALL PROVIDE SUFFICENT WIDTH TO HOLD AND TRANSPORT 12 INDIVIDUAL, ROUND HAY BALES PLACED TWO WIDE, WITH SIX EACH, ENDTO END, ON EACH SIDE. THE EMPTY CRADLE SHALL NOT EXCEED102INCHES IN WIDTH.. 5. BALE CRADLE THE FIXTURE PROVIDED FOR TRANSPORT OF THE ROUND BALES SHALL BE CONSTRUCTED TO PROVIDE FOR THE DUMPING OF EITHER SIDE, WITHOUT ASSIST OF CABLES, HYDRAULICS OR ELECTRICAL POWER. EACH SIDE SHALL OPERATE INDEPENDENTLY OF THE OTHER. 005-0-2003/D CAddend 1.doc ITB #005-0-200310C, Addendum #1 Page 2 of 2 CITY OF LUBBOCK MINIMUM SPECIFICATIONS FOR ROUND HAY BALE TRANSPORT CRADLE SPEC NV-F-30 7 r MAKE �d /Q MODEL NO. ITEM MINIMUM REQUIREMENTS SELLER COMPLIANCE YES NO/ 6. UNLOADING THE CRADLE SHALL BE DESIGNED TO UNLOAD WITHOUT REQUIRING CABLES, HYDRAULICS, OR ELECTRIC POWER, 1� 7. COLOR THE CRADLE SHALL BE PREPARED AND PAINTED OEM COLORS. PARTS 8. WARRANTY STANDARD MANUFACTURERS AR AND LABOR WARRANTY EXCEPTIONS TO THE SPECIFICATIONS EXCEPTIONS TO THE SPECIFICATIONS OF ANY ITEMS STATED HEREIN SHALL BE FULLY DESCRIBED IN WRITING BY THE CONTRACTOR IN THE SPACE PROVIDED BELOW: 005-0-2003/DCAddend 1.doc Page 1 of 3 Revised 1/30103 ITB #005-0-2003: :m #1 CITY OF LUBBOCK MINIMUM SPECIFICATIONS FOR TRAILER, GOOSENECK, TWO AXLE, ROUND HAY BALE TRANSPORT SPEC T-30-F Q y MAKE ��/ C►JC&iiY MODEL �Q,J -/fg/ 1T 1S THE INTENT OF THESE SPECIFICATIONS AND THE SPECIFICATIONS FOR EQUIPMENT GENERAL iNFOR.,.:-.' ON, REQUIREMENTS AND CONDITIONS SECTION TO DESCRIBE MINIMUM REQUIREMENTS. THE VEHICLE SHAL ,-I':i=_T OR EXCEED THE CONSTRUCTION AND PERFORMANCE SPECIFICATIONS DESCRIBED IN THE FOLLOWING MINIM'_i`_ SPECIFICATIONS. THE SELLER SHALL BE REQUIRED TO MARK COMPLIANCE TO THE SECTION OF THE SPECIFICATIONS IN THE SPACE PROVIDED. ALL EQUIPMENT FURNISHED AS STANDARD BY THE MANUFACT'.r=,cR SHALL BE INCLUDED, IF NOT STATED IN THE WRITTEN SPECIFICATIONS. ANY DEVIATIONS FROM THE WRITTE:: SPECIFICATIONS SHOWN IN THE INVITATION TO BID SHALL BE NOTED ON THE ATTACHED EXCEPTIONS To TH= SPECIFICATIONS. IN ORDER TO RECEIVE FULL CONSIDERATION, QUOTATION MUST FOLLOW THESE SPECIFICATIONS AND THE INVITATION TO BID'S TERMS AND CONDITIONS. NO. ITEM MINIMUM REQUIREMENTS SCOPE TRAILER, GOOSE NECK, THREE AXLES, EQUIPPED WITH RACKS AND FIXTURES TO SECURE, TRANSPORT, AND UNLOAD 12 EACH ROUND HAY BALES, APPROXIMATELY FIVE FEET LONG AND SIX FEET IN DIAMETER, SIX BALES ON EACH SIDE. SELLER CO%ir=! '-,NCE YES 1'0 CAPACITY THE TRAILER SHALL PROVIDE NOT LESS THAN TWENTY THOUSAND / (20,000) POUNDS GROSS VEHICLE WEIGHT RATING (GVWR). (� 2. DIMENSIONS THE TRAILER DIMENSIONS SHALL CONFORM TO THE FOLLOWING: 2.1 DECK LENGTH THE DECK LENGTH SHALL PROVIDE NOT LESS THAN 30 FEET / OF LOAD SPACE, IN ADDITION TO THE GOOSE NECK HITCH.y 2.2 DECK WIDTH THE LOAD DECK SHALL PROVIDE SUFFICIENT WIDTH TO HOLD THE CARRIAGE FIXTURE REQUIRED TO SUPPORT AND TRANSPORT 12 INDIVIDUAL, ROUND HAY BALES. PLACED TWO WIDE, WITH SIX EACH, END TO END, ON EACH SIDE. THE EMPTY TRAILER SHALL NOT EXCEED 102 INCHESIN WIDTH.. (/ 2.3 BALE CRADLE THE FIXTURE PROVIDED FOR TRANSPORT OF THE ROUND BALES SHALL BE CONSTRUCTED TO PROVIDE FOR THE DUMPING OF EITHER SIDE, WITHOUT ASSIST OF CABLES, HYDRAULICS OR ELECTRICAL POWER. ` EACH SIDE SHALL OPERATE INDEPENDENTLY OF THE OTHER. l/ AXLES THREE AXLES, SINGLE WHEEL ARRANGEMENT WITH EACH AXLE RATED AT NOT LESS SEVEN THOUSAND (7,000) POUNDS CAPACITY. / AXLES SHALL BE LOCATED AT NOT LESS THAN 250 INCHES DISTANCE y/ FROM THE FRONT OF THE CARGO AREA. 005-0-20031DCAddend 1.doc ITB #005-0-20031DC, Addendum #1 Page 2 of 3 CITY OF LUBBOCK MINIMUM SPECIFICATIONS FOR TRAILER, GOOSENECK, TWO AXLE, ROUND HAY BALE TRANSPORT / S��jj EC T-30-F MAKE /mac �/ry MODEL �a� �07 NO. ITEM MINIMUM REQUIREMENTS SELLER COMPLIANCE YES NO/ 4: SUSPENSION EACH AXLE SHALL BE INDEPENDENTLY SUSPENDED WITH SPRINGS RATED AT NOT.LESS THAN SIX THOUSAND (6,000) POUNDS EACH. 5. BRAKES EACH WHEEL POSITION SHALL BE FURNISHED WITH ELECTRIC / CONTROLLED BRAKES, SYSTEM RATED FOR THE GVWR. c� 5.1 BREAKAWAY THE BRAKE SYSTEM SHALL INCLUDE A SELF CONTAINED MEANS OF APPLYING THE BRAKES IN THE EVENT OF DETACHMENT FROM THE TOW VEHICLE. 6. WHEELS DISK TYPE, ONE PIECE WHEELS WITH EIGHT LUG STUD ARRANGEMENT, 16 INCH DESIGN, RATED AT NOT LESS THAN SIX THOUSAND (6,000) / POUNDS EACH. 7. TIRES TIRES SHALL BE RADIAL DESIGN, TUBELESS, RATED AT NOT LESS THAN / FORTY EIGHT HUNDRED (4,800) POUNDS EACH. 8. SPARE TIRE ONE COMPLETE SPARE TIRE/WHEEL ASSEMBLY SHALL BE FURNISHED 1 WITH A MOUNTING LOCATION ON THE GOOSE NECK, TO INCLUDE yJ PADLOCK RETENTION FEATURE. 9. HITCH THE TRAILER SHALL BE FURNISHED WITH A GOOSE NECK DESIGN HITCH ARRANGEMENT, TO INCLUDE A 2 5116 INCH BALL RECEIVER WITH RETENTION DEVICE AND KEY LOCKABLE THEFT PREVENTION DEVICE. HITCH HIGHT SHALL BE ADJUSTABLE TO NOT LESS THAN FOUR INDIVIDUAL POSITIONS. 10 LANDING GEAR THE TRAILER SHALL BE FURNISHED WITH A HEAVY DUTY LANDING LEG ASSEMBLY WITH AN EASILY OPERABLE, DROP SECTION WITH WIDEBASE FOOTPAD.THE CRANK HANDLE SHALL BE LOCATED TO PROVIDE UN -OBSTRUCTED MOVEMENT, EITHER ATTACHED TO VEHICLE OR FREE STANDING. 11. COLOR THE TRAILER SHALL BE PREPARED AND PAINTED STANDARD OEM COLOR. 12. LIGHTING VEHICLE LIGHTING SYSTEM IN CONFORMANCE WITH DOT AND STATE OF TEXAS AT TIME OF DELIVERY. 13. WARRANTY STANDARD MANUFACTURERS PARTS AND LABOR WARRANTY. 005-0-20031DCAddend 1.doc ITB #005-0-200"'.= dum #1 Page 3 of 3 CITY OF LUBBOCK MINIMUM SPECIFICATIONS FOR TRAILER, GOOSENECK, TWO AXLE, ROUND HAY BALE TRANSPORT SPEC T-30-F MAKE MODEL NO. ITEM MINIMUM REQUIREMENTS SELLER C .:" _ ANCE YES O OPTIONS 0-1 TANDEM AXLE TANDEM AXLES, SINGLE WHEEL ARRANGEMENT WITH EACH AXLE RATED AT NOT LESS THAT TEN THOUSAND (10,000) POUNDS CAPACITY, AXLES SHALL BE LOCATED AT NOT LESS THAN 250 INCHES DISTANCE FROM THE FRONT OF THE CARGO AREA. /f I EXCEPTIONS TO THE SPECIFICATIONS EXCEPTIONS TO THE SPECIFICATIONS OF ANY ITEMS STATED HEREIN SHALL BE FULLY DESCRIBED IN WR" ':G BY THE CONTRACTOR IN THE SPACE PROVIDED BELOW: 005-0-2003/DCAdde nd 1.doc Resolution No. 2003—RO146 rrB #005-0-2003/0C, Row Crop Farm Equipment SUBMIT TO: CITY OF LUBBOCK CITY OF LUBBOCK, TEXAS PURCHASING DEPARTMENT ift; 1625 13TH STREET, RM L04 LUBBOCK, TX79401-3830 AN EQUAL OPPORTUNITY INVITATION TO BID CONTACT PERSON: Diana Caudillo EMPLOYER #00 5 -0 - 200 3 /D C TEL: 806.775.2167 FAX: 806.775.2164 http: //purchasing.ci.lubbock.tx.us TITLE: SUBMITTAL DEADLINE: Row Crop Farm Equipment February 11, 2003 @ 3:00 pm CST PRE BID DATE, TIME AND LOCATION: January 28, 2003 @ 11:00 Ary bids received after the time and date listed am CST, in the Municipal Building, 1625 13t' Street, Planning rreetturned unopened f �e mode of delivery, shall be Conference Room 107, Lubbock, Texas RESPONDENT NAME:' fT "NO IF RETURNING AS A BID", PLEASE COMPLETE AND RETURN "STATEMENT OF NO BID". MAILING ADDRESS: ITHE CITY - STATE - ZIP. J THE CITY OF LUBBOCK RESERVES THE RIGHT TO ACCEPT OR REJECT ANY AND ALL BIDS IN WHOLE OR IN PART AND WANE ANY INFORMALITY IN THE COMPETITIVE BID PROCESS. FURTHER, THE CITY RESERVES THE RIGHT TO ENTER INTO ANY CONTRACT DEEMED TO BE IN THE BEST INTEREST OF THE CITY. TELEPHONE NO: Lo 2 - 0 ( IT IS THE INTENT AND PURPOSE OF THE CITY OF LUBBOCK THAT THIS FAX NO: �j b G �p - ? G Z - 2 O REQUEST PERMITS COMPETITIVE BIDS. IT IS THE BIDDER'S RESPONSIBILITY TO ADVISE THE CITY OF LUBBOCK PURCHASING MANAGER IF ANY LANGUAGE, REQUIREMENTS, ETC., OR ANY COMBINATIONS THEREOF, E-MAIL. INADVERTENTLY RESTRICTS OR LIMITS THE REQUIREMENTS STATED IN THIS ITB TO A SINGLE SOURCE. SUCH NOTIFICATION MUST BE SUBMITTED IN WRITING AND MUST BE RECEIVED BY THE PURCHASING MANAGER NO LATER FEDERAL TAX ID NO. OR SOCIAL SECURITY NO. THAN FIVE (5) BUSINESS DAYS PRIOR TO THE ABOVE SUBMITTAL DEADLINE. THE BIDDER HEREBY ACKNOOEQGES'PT OF AND AGREES ITS BID IS BASED ON THE FOLLOWING ADDENDA: #1 #2 #3 #4 #5 (Please Initial) The City of Lubbock Charter states that no officer or employee of the City can benefit from any contract, job, work or service for the municipality or be interested in the sale to the City of any supplies, equipment, material or articles purchased. Will any officer or employee of the City, or member of their immediate family, benefit from the award of this bid to the above firm?_ YES NO IN COMPLIANCE WITH THIS SOLICITATION, THE UNDERSIGNED BIDDER HAVING EXAMINED THE INVITATION TO BID AND SPECIFICATIONS, AND BEING FAMILIAR WITH THE CONDITIONS TO BE MET, HEREBY SUBMITS THE FOLLOWING BID FOR FURNISHING THE MATERIAL, EQUIPMENT, LABOR AND EVERYTHING NECESSARY FOR PROVIDING THE ITEMS LISTED ON THE ATTACHED BID FORM AND AGREES TO DELIVER SAID ITEMS AT THE LOCATIONS AND FOR THE PRICES SET FORTH ON THE BID FORM. AN INDIVIDUAL AUTHORIZED TO BIND THE COMPANY MUST SIGN THE FOLLOWING SECTION. FAILURE TO EXECUTE THIS PORTION MAY RESULT IN BID REJECTION. By my signature I certify that this offer is made without prior understanding, agreement, or connection with any corporation, firm, business entity, or person submitting an offer for the same materials, supplies, equipment, or service(s), and is in all respects fair and without collusion or fraud. I further agree that if the offer is accepted, the offeror will convey, sell, assign, or transfer to the City of Lubbock all right, title, and interest in and to all causes of action it may now or hereafter acquire under the Anti-trust laws of the United States and the State of Texas for price fixing relating to the particular commodity(s) or service (s) purchased or acquired by the City of Lubbock. At the City's discretion, such assignment shall be made and become effective at the time the City tenders final payment to the vendo Authoriz gnature Title 1�e PLai /"651— Print/Type Nathe Date THIS FORM MUST BE COMPLETED AND RETURNED WITH YOUR RESPONSE. 005-0-20031TBVehidesV.doc ITB #005-0-2003/DC, Row Crop Farm Equipment This Page Intentionally Left Blank 005-0-20031MVehideWdoc rrB #005.0.2003/DC, Row Crop Farm Equipment BID FORM Row Crop Farm Equipment CITY OF WBBOCK, TEXAS ITB #005-0.2003/DC In compliance with the Invitation to Bid #005-0-2003/DC, the undersigned Bidder having examined the Invitation to Bid and Specifications, and being familiar with the conditions to be met, hereby submits the following Bid for furnishing the material, equipment, labor and everything necessary for providing the items listed below and agrees to deliver said items at the locations and for the prices set forth on this form. The Invitation to Bid #[number] is by reference incorporated in this contract. The Bid Form must be completed in blue or black ink or by typewriter. Delivery One Set of Unit Of UNIT PRICE` EXTENDED (Days) Mfr's Repair, ITEM QN Measure DESCRIPTION BID COST After Receipt of Parts Ii Service Order Manuals 1. 2 Each ROTARY HOE, 12 ROW WIDTHS, SET ON 30 INCH SPACING, WITH THREE-POINT, CAT 3, �t�pC 761,oO %S SDP !— HITCH ATTACHMENT Option One (1) DEBRIS GUARDS a t EACH ROTOR SHALL BE FURNISHED WITH A DEVICE TO PREVENT BUILD-UP OF SOIL OR DEBRIS ON THE CUTTING TEETH. Option Two (2) ATTACHMENTS THE ROTOR SUPPORT ARMS SHALL BE l� PSI ATTACHED TO THE TOOL BAR WITH A ALLOWANCE FOR REMOVAL OR ADJUSTMENT OF ROW WIDTH. Brand Name and Model Number: 2. 2 Each PLANTER, STACKING TOOL BAR DESIGN, $ $ ?5 $ j PROVIDING FOR 12 ROWS SET ON 30 INCH 3d500 ' 1 g,600 �O /DD• n` SPACING. Option One (1) SEED HOPPERS 1,000 a o 0o 0S9t+i"A_k "D,'Iores OVERSIZED, NOT LESS THAN THREE 35,300 BUSHELS EACH. Option Two (2) TARP COVER A FITTED, WEATHER RESISTANT, FULL COVER, DESIGNED TO SECURLY ATTACH TO S00.00 j oat, AND PROTECT THE TOTAL PLANTER DURING PERIODS OF STORAGE. Brand Name and Model Number: 3. 2 Each CULTIVATOR, ROW CROP, CONVERVATION S $ $AP OP. TYPE, SET FOR 12 ROWS AT 30 INCHS SPACING. D,1� a5 y I �0 arty Brand Name and Model Number: 005-0-20031TBVehideMdoc ITS #005-0-2003JDC, Row Crop Farm Equipment 4. 2 Each DISK HARROW, TANDEM ARRANGEMENT, WITH TRANSPORT WHEELS AND HYDRAULIC $ $ $ LEVELING Brand Name and Model Number: 5. 2 Each CRADLE, WITH RACKS AND FIXTURES TO SECURE, TRANSPORT, AND UNLOAD 12 $ $ $ EACH ROUND HAY BALES, APPROXIMATELY FIVE FEET LONG AND SIX FEET IN DIAMETER, SIX BALES ON EACH SIDE. UNIT SHALL BE CONSTRUCTED TO SLIDE ONTO A FLAT BED FOR UTILIZATION. Brand Name and Model Number: 6. 2 Each TRAILER, GOOSE NECK, TWO AXLE, EQUIPPED WITH RACKS AND FIXTURES TO $ $ $ SECURE, TRANSPORT, AND UNLOAD 12 EACH ROUND HAY BALES, APPROXIMATELY FIVE FEET LONG AND SIX FEET IN DIAMETER, SIX BALES ON EACH SIDE Brand Name and Model Number: 7. 2 Each TRACTOR, AGRICULTURE DESIGN, WITH DRAW BAR AND THREE (3) POINT HITCH ARRANGEMENT, DUAL REAR WHEELS AND $ $ Da, L00 �� S 00 )11- LIVE PTO DRIVE SYSTEM Option One (1) EXTENDED WARRANTY OEM EXTENDED 100% COVERAGE FOR 5 YRS. - 5000 HRS. Brand Name and Model Number: ((��jj �0 � b2G zL (S ]� �-o -'PRICE: F.O.B. City of Lubbock Municipal Garage - Lubbock, Texas PAYMENT TERMS AND DISCOUNTS . Bidder offers a prompt payment discount of _ —%, net 69 calendar days. Discounts will not be considered in determining low bid. Unless otherwise indicated on the Bid Form, payment terms will be NET THIRTY DAYS. The City will pay the successful bidder within thirty days after the receipt of a correct invoice or after the date of acceptance, whichever event occurs later. Discounts for prompt payment requiring payment by the City within a stipulated number of days will be interpreted as applying within the stipulated number of calendar days after the date of receipt by the City of a correct invoice or after the date of acceptance that meets contract requirements, whichever event occurs later. Discounts for payment in less than ten days will not be considered. 005-0-2003rrBVeNc1eBV.doc 4 ATTACHMENT FROM PAGE 3 ON 1720 As of 01/06/2003 John Deere only had 8- 1720 Planters left in inventory. If we win the bid for the 1720's and John Deere had already sold these planters we will not be able to provide the planters because John Deere will not be making any more of these planters in 2003. Kerry Hurst No Text rrs #005.0.2003/DC. Row Crop Farm Equipment INTERLOCAL PURCHASING (optional): The City desires to make available to other local governmental entities of the State of Texas, by mutual agreement with the successful bidder, and properly authorized interlocal purchasing agreements as provided for by the Interlocal Cooperation Act (Chapter 791, Government Code), the right to purchase the same services, at the prices quoted, for the period of this contract. Each bidder shall indicate on the Bid Form in the space provided below if he/she will honor Political Subdivision orders in addition to orders from the City of Lubbock. Should these other governmental entities decide to participate in this contract, would you (the bidder) agree that all terms, conditions, specifications, and pricing would apply? Other governmental entities that might have interests in this contract are Frenship Independent School District, Lubbock Housing Authority, Lubbock County, Lubbock County Hospital District, Lubbock Independent School District, South Plains Association of Governments, City of Texarkana, Texas Tech University, West Texas Municipal Power Agency, and City of Wolfforth. YES NO_ • if you (the bidder) checked YES, the following will apply: • Governmental entities utilizing Interlocal Agreements for Cooperative Purchasing with the City of Lubbock will be eligible, but not obligated, to purchase materials/services under the contract(s) awarded as a result of this solicitation. All purchases by governmental entities other than the City of Lubbock will be billed directly to that governmental entity and paid by that governmental entity. City of Lubbock will not be responsible for another governmental entity's debts. Each governmental entity will order their own materials/service as needed. THIS BiD IS SUBMITTED BY a corporation organized under the laws of the State of , or a partnership consisting of or individual trading as of the City of Firm: Address: City: State: Zip M/WBE Finn: Woman Black American Native American Hispanic American Asian Pacific American Other (Specify) Any entity or person that manufactures, distributes, converts new motor vehicles (or represents an entity that manufactures, distributes, or converts new motor vehicles) or is in the business of buying, exchanging, or selling new motor vehicles is required under the Texas Vehicle Commission Code, Tex.Rev.CtvStat.Ann. Art 4413(36) and 4413(36a) to be licensed by Motor Vehicle Division of the Texas Department of Transportation. In order for a bid to be in compliance with the Motor Vehicle Commission Code, the bidder must hold and provide all applicable current valid licenses issued by the State of Texas. 1. Name and Manufacture's License No. 2. Name and Converter's License No. 3. Name and Representative's License No. 4. Name and Franchise Dealer's License No. General Distinguishing No. (Franchised TX dealer) By Date: Authorized Representative . must sign by hand Officer Name and Title: Please Print Business Telephone Number FAX: FOR CITY USE ONLY Bid Form Item Number(s) Awarded to Above Named FirmAndividual: Date of Award by City Council (for bids over $25,000): Date P.O./Contract Issued: RETURN COMPLETED B SIGNED BID FORM ALONG WiTH CITY OF LUBBOCK SPECIFICATIONS. 005-0-20031TBVehicleBV.doc 5 ITB #005.0-2003/DC, Row Crop Farts Equipment This Page Intentionally Left Blank 005.0-2003ITBVeh1de13V.doc n-B #005-0-20031DC. Row Crop Farm Equipment NEW EQUIPMENT SERVICE QUESTIONNAIRE 1. What is the name and address of the nearest authorized service facility to the City of Lubbock? If your company does not own nearest service facility, please provide letter of assurance of service from said facility, iJ2ST FAe4-.n �aposed , 2. What is yourSq otal parts inventory equipment? )0C)'11), o 3. How many technicians are employed at the nearest service facility? 3 4. How many field service technicians are available for on -site service? .3 5. What is the hourly labor rate for shop labor? 5('. oo 6. What is the hourly labor rate for field service labor? 5("1'C 7. What is the average response time that can be expected for a service call? a1-1 des 8. What 's the average delivery time for parts not found in inventory? l Aq 9. Approximately how long will replacement parts be available for the proposed unit? i 0 4-eRe5 10. Explain the method for calculating the discount available for repair/replacement parts. (Show percent of discount to be expected.) 1) nT A p n ) I cAb 11. Provide an explanation of the standard warranty coverage of the machine quoted. What is the process for handling defective parts, quality of workmanship or poor quality of materials? 83Z:�' ayes 4coAcaes aHCu1T- )HQ 12. How many years has this particular machine been in production? y¢ +t�rrtQybG- 1 `�2 j3 h:CVlr --SyQS. 13. If the service facility is located outside the City of Lubbock, explain the process for performing (i) warranty work, (ii) service not covered in the warranty, and (iii) service work after the warranty has expired./) Sohn o-e.re. Covers elpelAA, VAOer8hsic_ijw,-,m4,j, 2.) CuStoy.•��- Tcspa„sr�le �yjrserv�c� /no+covef4 by w4trIt+y, 3. tvs-FwrvdZ-is f-x Gr349_ 14. Who is liable for transportation expense should the unit require out of town service during the warranty period? e L5.oyY,2Q j S r bLe 15. Explain the method used to calculate the transportation expense of out of town service. a. So luaaeA �v L&P�) l)ie 16. State in years the useful life and expected downtime of equipment quoted.S „ S I- ,3 H W )+ - _5: j Cl@7` Y4 Y-0 �- Qjejf►,,, -p4epAr-3+ 005-0-2003I78vehideWdoc 23 ITB #005-0-2003/DC, Row Crop Farts Equipment This Page Intentionally Left Blank 005-0.2003rrBVehideBV.doc 24 M ii005-0-2003/DC, Row Crop Farm Equipment PAGE 1 OF 3 DATED 11 /25 /02 CITY OF LUBBOCK MINIMUM SPECIFICATIONS FOR ROTARY HOE, SOIL AERIATOR, 12 ROW CAPACITY SPEC. NV-F-21 MAKE4QfFeiC_ MODEL IT IS THE INTENT OF THESE SPECIFICATIONS AND THE SPECIFICATIONS FOR EQUIPMENT GENERAL INFORMATION, REQUIREMENTS AND CONDITIONS SECTION TO DESCRIBE MINIMUM REQUIREMENTS. THE VEHICLE SHALL MEET OR EXCEED THE CONSTRUCTION AND PERFORMANCE SPECIFICATIONS DESCRIBED IN THE FOLLOWING MINIMUM SPECIFICATIONS. THE SELLER SHALL BE REQUIRED TO MARK COMPLIANCE TO THE SECTION OF THE SPECIFICATIONS IN THE SPACE PROVIDED. ALL EQUIPMENT FURNISHED AS STANDARD BY THE MANUFACTURER SHALL BE INCLUDED, IF NOT STATED IN THE WRITTEN SPECIFICATIONS. ANY DEVIATIONS FROM THE WRITTEN SPECIFICATIONS SHOWN IN THE INVITATION TO BID SHALL BE NOTED ON THE ATTACHED EXCEPTIONS TO THE SPECIFICATIONS. IN ORDER TO RECEIVE FULL CONSIDERATION, QUOTATION MUST FOLLOW THESE SPECIFICATIONS AND THE INVITATION TO BID'S TERMS AND CONDITION. NO. ITEM MINIMUM REQUIREMENTS SELLER COMPLIANCE YES NO SCOPE ROTARY HOE, 12 ROW WIDTHS, SET ON 30 INCH SPACING, WITH THREE-POINT, CAT 3, HITCH ATTACHMENT. 1. COVERAGE WIDTH NOT LESS THAN 12 ROWS, SET AT 30 INCHS SPACING, ✓ IN ONE PASS. 2. TRANSPORT WIDTH MAXIMUM 22 FEET OVERALL WIDTH, DURING TRANSPORT. 3. ROTORS PROVIDING TEETH DIAMETER OF NOT LESS THAN ✓ 18 INCHES. 4. ROTOR MOUNTS EACH ROTOR SHALL BE INDEPENDENTLY MOUNTED TO A SUPPORT ARM WITH A SPRING LOADED, DOWN PRESSURE DEVICE. ✓ 5. ROTOR BEARING EACH ROTOR SHALL BE FURNISHED WITH SEALED BEARINGS. ✓ 6. CUTTING TEETH A MINIMUM OF 15 TEETH OF NOT LESS THAN 18 INCHES DIAMETER ON EACH ROTOR. ✓ 7. TOOLBAR THE ROTORS SHALL BE FURNISHED WITH A TOOL BAR ATTACHMENT, EQUIPPED WITH A CAT 3 RATED, THREE POINT HITCH CONNECTION. THE TOOL BAR SHALL INCLUDE FOLDING FEATURES PROVIDING ATOW WIDTH OF NOT MORE THAN 22 FEET IN TOTAL. THE TOOL BAR SHALL ALLOW POSITIONING OF ATTACHMENTS ALONG ✓ THE ENTIRE LENGTH. 005-0-20031TBVehicleBV.doe 29 ITB #005-0-2003/DC, Row Crop Farm Equipment PAGE 2OF3 DATED 11/25/02 CITY OF LUBBOCK MINIMUM SPECIFICATIONS FOR ROTARY HOE, SOIL AERIATOR, 12 ROW CAPACITY SPEC. NV-F-21 NO. ITEM MINIMUM REQUIREMENTS SELLER COMPLIANCE YES NO 8. GAUGE WHEELS THE ROTARY HOE SHALL BE FURNISHED WITH WHEELS AND PNEUMATIC TIRES RATED AT NOT LESS THAN THE TOTAL WEIGHT OF THE ASSEMBLY. THE NUMBER OF WHEELS AND LOCATIONS SHALL PROVIDE SUPPORT TO THE CENTER SECTION AND EACH FOLDING SECTION. WHEEL MOUNTING SHALL PROVIDE HEIGHT ADJUSTMENT FOR VARIOUS SOIL CONDITIONS. ✓ 9. HYDRAULICS THE ASSEMBLY SHALL BE FURNISHED WITH HYDRAULIC CONTROLLED RAISING AND LOWERING OF THE TOOL BAR ENDS, AS REQUIRED TO MEET MAXIMUM OVERALL ✓ TRANSPORT WIDTH LIMITS. 10. SAFETY FEATURES SMV SIGN, DEFLECTOR SHIELDS, AND A PARKING STAND. ✓ 11. WARRANTY STANDARD MANUFACTORER WARRANTY. ►� OPTIONS 0-1 DEBRIS GUARDS EACH ROTOR SHALL BE FURNISHED WITH A DEVICE a b4 TO PREVENT BUILD-UP OF SOIL OR DEBRIS ON THE r� p CUTTING TEETH. 815 o� _a2 2P 0-2 ATTACHMENTS THE ROTOR SUPPORT ARMS SHALL BE ATTACHED TO t l THE TOOL BAR WITH A ALLOWANCE FOR REMOVAL OR ADJUSTMENT OF ROW WIDTH. Not 9- 005.0-2003rWehicleMcloc 30 PAGE 3 OF 3 DATED 11/25/02 ITB #005-0-2003/DC, Row Crop Farm Equipment CITY OF LUBBOCK MINIMUM SPECIFICATIONS FOR ROTARY HOE, SOIL AERIATOR, 12 ROW CAPACITY SPEC. NV-F-21 NO. ITEM MINIMUM REQUIREMENTS SELLER COMPLIANCE YES NO EXCEPTIONS TO THE SPECIFICATIONS EXCEPTIONS TO THE SPECIFICATIONS OF ANY ITEMS STATED HEREIN SHALL BE FULLY DESCRIBED IN WRITING BY THE CONTRACTOR. USE ADDITIONAL SHEETS AS REQUIRED. 005-0-200311BVehicleBV.doc 31 ITB #005-0-2003"D_- Jum #1 Page 1 of 3 Revised 1130103 CITY OF LUBBOCK MINIMUM SPECIFICATIONS FOR STACKER BAR PLANTER, 12 (30 INCH) ROW CAPACITY ,�^ i SPEC. NV-F-23 MAKE O b0t-r e. MODEL in 2 O IT IS THE INTENT OF THESE SPECIFICATIONS AND THE SPECIFICATIONS FOR EQUIPMENT GENERAL INFORMATION, REQUIREMENTS AND CONDITIONS SECTION TO DESCRIBE MINIMUM REQUIREMENTS. TH= VEHICLE SHALL MEET OR EXCEED THE CONSTRUCTION AND PERFORMANCE SPECIFICATIONS DESCRiS`.:. iN THE FOLLOWING MINIMUM SPECIFICATIONS. THE SELLER SHALL BE REQUIRED TO MARK COMPLIANCE TO TH_. SECTION OF THE SPECIFICATIONS IN THE SPACE PROVIDED. ALL EQUIPMENT FURNISHED AS STANDAR' :3Y THE MANUFACTURER SHALL BE INCLUDED,_IF NOT STATED IN THE WRITTEN SPECIFICATIONS. ANY DEVIAT10r%S FROM THE WRITTEN SPECIFICATIONS SHOWN IN THE INVITATION TO BID SHALL BE NOTED ON THE ATTACHED EXCEPTIONS TO THE SPECIFICATIONS. IN ORDER TO RECEIVE FULL CONSIDERATION, QUOTATION NWST FOLLOW THESE SPECIFICATIONS AND THE INVITATION TO BID'S TERMS AND CONDITIONS. NO. ITEM MINIMUM REQUIREMENTS SELLER COMPL iANCE YES NO SCOPE PLANTER, STACKING TOOL BAR DESIGN, PROVIDING FOR 12 ROWS SET ON 30 INCH SPACING. 1. COVERAGE WIDTH NOT LESS THAN 12 ROWS, SET AT 30 1NCHS SPACING, IN ONE PASS. 2. TRANSPORT WIDTH MAXIMUM: 20 FEET AND 6 INCHES, OVERALL TRANSPORT WIDTH. 3. STACKER BAR SEVEN INCH TUBELAR STEEL PRIMARY FRAMEWORK. 4. TILLAGE ATTACHMENTS CONSERVATION TYPE DISK FURROWERS WITH TWO SOLID BLADES ON EACH ARRANGEMENT. f/ 5. OPENER A MINIMUM OF 13 INCH DIAMETER, DOUBLE DISK ARRANGEMENT, WITH ROTARY SCRAPERS. 6. DEPTH GAUGING TWO EACH, ON EACH ROW UNIT, NOT LESS THAN 4" X 16" GAUGE WHEELS WITH QUICK ADJUSTMENT FEATURES. ✓ 7. SEED METERING OEM STANDARD HYDRAULIC DRIVEN VACUUM SYSTEM WITH VACUUM GAUGE VISIBLE TO THE OPERATOR WHILE INSIDE THE TRACTOR. THE SYSTEM SHALL BE FURNISHED WITH 12 CORN DISKS, 25,000145,000 PLANT POPULATION PER ACRE RANGE, WITH QUICK ADJUSTMENT RATE DISPERSING FEATURE. I/ 8. SEED HOPPERS INDIVIDUAL ROW SEED HOPPERS SHALL BE CONSTRUCTED OF NON-METAL COMPONENTS WITH CAPACITY OF NOT LESS THAN 1.5 BUSHELS EACH. V 005-0-2003/DCAddend 1.doc ITB #005-0-2003/DC, Addendum #1 Page 2 of 3 CITY OF LUBBOCK MINIMUM SPECIFICATIONS FOR STACKER BAR PLANTER.12 (30 INCH) ROW CAPACITY SPEC. NV-F-23 NO. ITEM MINIMUM REQUIREMENTS SELLER COMPLIANCE YES NO 9. CLOSING SYSTEM CLOSING SYSTEM CONSISTING OF TWO DISKS EACH ROW, DESIGNED TO COVER FURROW, WITH A SINGLE WIDE BASE, RUBBER TREAD COMPRESSION WHEEL FOR EACH ROW. I/ 10: MONITOR A MONITOR DESIGNED FOR IN -CAB MOUNTING, WITH ELECTRONIC DISPLAY SHOWING ROW FAILURE, SEED POPULATION, SEED SPACING, AVERAGE POPULATION, ACRE COUNTER AND GROUND SPEED. 11. MARKERS OEM STANDARD SIDE MARKERS WITH HYDRAULIC FOLDING FEATURES. f✓ 12. HYDRAULICS OEM HYDRAULIC CYLINDERS, LINKAGE, HOSES AND CONTROLS TO OPERATE ALL FEATURES OF THE PLANTER, TO INCLUDE RAISING, LOWERING, FOLDING, AND TRANSPORT PREPERATION. THE ASSEMBLY SHALL BE FURNISHED WITH QUICK ✓ DISCONNECT ISO FITTING WITH DUST CAPS. 13. HITCH OEM CATEGORY THREE (3) QUICK HITCH t/ 14. SAFETY FEATURES SMV SIGN AND PARKING STANDS. 1/ 15. WARRANTY OEM STANDARD MANUFACTORER WARRANTY OPTIONS 0.1 SEED HOPPERS OVERSIZED, NOT LESS THAN THREE BUSHELS EACH. $ oc)CA ,p,nq 1 &6+- 0.2 TARP COVER A FITTED; WEATHER RESISTANT, FULL COVER, DESIGNED TO SECURLY ATTACH TO AND PROTECT THE TOTAL PLANTER DURING PERIODS OF STORAGE. $G}sst- 005-0-2003/DCAddend 1.doc Page 3 of 3 ITB #005-0-20031DC. , . m #1 CITY OF LUBBOCK MINIMUM SPECIFICATIONS FOR STACKER BAR PLANTER, 12 (30 INCH) ROW CAPACITY SPEC. NV-F-23 EXCEPTIONS TO THE SPECIFICATIONS EXCEPTIONS TO THE SPECIFICATIONS OF ANY ITEMS STATED HEREIN SHALL BE FULLY DESCRIBED IN WRiTIN _. BY THE CONTRACTOR IN THE SPACE BELOW. Page 1 of 2 005-0-2003/DCAddend 1.doc ITB #005-0-2003/DC, Addendum #1 Page 1 of 2 Revised 1/30/03 CITY OF LUBBOCK MINIMUM SPECIFICATIONS FOR { CULTIVATOR, 12 ROW 130 INCH, ROW SPACING MAKE IS A SPEC.MODEL , 011 Oo IT IS THE INTENT OF THESE SPECIFICATIONS AND THE SPECIFICATIONS FOR EQUIPMENT GENERAL INFORMATION, REQUIREMENTS AND CONDITIONS SECTION TO DESCRIBE MINIMUM REQUIREMENTS. THE VEHICLE SHALL MEET OR EXCEED THE CONSTRUCTION AND PERFORMANCE SPECIFICATIONS DESCRIBED IN THE FOLLOWING MINIMUM SPECIFICATIONS. THE SELLER SHALL BE REQUIRED TO MARK COMPLIANCE TO THE SECTION OF THE SPECIFICATIONS IN THE SPACE PROVIDED. ALL EQUIPMENT FURNISHED AS STANDARD BY THE MANUFACTURER SHALL BE INCLUDED, IF NOT STATED IN THE WRITTEN SPECIFICATIONS. ANY DEVIATIONS FROM THE WRITTEN SPECIFICATIONS SHOWN IN THE INVITATION TO BID SHALL BE NOTED ON THE ATTACHED EXCEPTIONS TO THE SPECIFICATIONS. IN ORDER TO RECEIVE FULL CONSIDERATION, QUOTATION MUST FOLLOW THESE SPECIFICATIONS AND THE INVITATION TO BID'S TERMS AND CONDITIONS. NO. ITEM MINIMUM REQUIREMENTS SELLER COMPLIANCE YES NO SCOPE CULTIVATOR, ROW CROP, CONVERVATION TYPE, SET FOR 12 ROWS AT 30 INCHS SPACING. 1. COVERAGE WIDTH NOT LESS THAN 12 ROWS, SET AT 3D INCHS SPACING, IN ONE PASS. 2. TRANSPORT WIDTH 19 FEET, MAXIMUM, DURING TRANSPORT. 3. DEPTH CONTROL SINGLE CRANK WITH INDICATOR FOR EACH ROW UNIT, TO INCLUDE A SINGLE, IN FURROW 20 INCH COULTER/ GAUGE WHEEL PER ROW. 1/ 4. TILLAGE TOOLS TWO EACH, ADJUSTABLE BARRING OFF DISKS PER ROW UNIT. 20 INCH CULTIVATOR SWEEPS WITH ADJUSTABLE RIDGING WING AND TWO EACH, / 5. 6. 7. DOWN PRESSURE TOOLBAR ADJUSTABLE FENDERS PER ROW UNIT. OEM STANDARD REQUIRED. PENUMATIC DEVICES ARE NOT ACCEPTABLE. TOOLING AND ATTACHMENTS SHALL BE CONNECTED TO A FOLDING TOOL BAR FURNISHED WITH A CAT 3, THREE POINT QUICK ATTACHMENT HITCH. V V HYDRAULICS OEM HYDRAULIC CYLINDERS, LINKAGE, HOSES AND CONTROLS TO OPERATE ALL FEATURES OF THE CULTIVATOR, TO INCLUDE RAISING, LOWERING, TILTING, FOLDING AND TRANSPORT PREPERATION. THE ASSEMBLY SHALL BE FURNISHED WITH QUICK DISCONNECT ISO FITTING WITH DUST CAPS. L/ D05-0-2003/D CAddend 1.doc Page 2 of 2 ITB #005-0-20031DC. r.. im #1 CITY OF LUBBOCK MINIMUM SPECIFICATIONS FOR CULTIVATOR, 12 ROW / 30 INCH, ROW SPACING SPEC. NV-F-24 MAKE MODEL NO. ITEM MINIMUM REQUIREMENTS SELLER CO(v1P'-i.,L.:.CE YES I:o 8. SAFETY FEATURES SMV SIGN, DEFLECTOR SHIELDS AND PARKING STANDS. 9. WARRANTY OEM STANDARD MANUFACTURERS WARRANTY EXCEPTIONS TO THE SPECIFICATIONS EXCEPTIONS TO THE SPECIFICATIONS OF ANY ITEMS STATED HEREIN SHALL BE FULLY DESCRIBED IN WRITING BY THE CONTRACTOR IN THE SPACE BELOW. 005-0-2003/DCAddend 1.doc Page 1 of 4 Revised 1/30103 ITB #005-0-2003/DC, AL- Um #1 CITY OF LUBBOCK MINIMUM SPECIFICATIONS FOR TRACTOR, AGRICULTURE, FOUR- WHEEL -DRIVE, 215 PTO HP SPEC F-60 MAKF�DkN DQ& 14Z_ MODEL 83 � IT IS THE INTENT OF THESE SPECIFICATIONS TO DESCRIBE MINIMUM REQUIREMENTS. THE VEHICLE SHALL MEET OR EXCEED THE CONSTRUCTION AND PERFORMANCE SPECIFICATIONS DESCRIBED IN THE FOLLOWING MINIMUM SPECIFICATIONS. THE SELLER SHALL BE REQUIRED TO MARK COMPLIANCE TO THE SECTION OF THE SPECIFICATIONS IN THE SPACE PROVIDED. ALL EQUIPMENT FURNISHED BY THE MANUFACTURER AS STANDARD SHALL BE INCLUDED, EVEN IF NOT SPECIFICALLY STATED IN THE WRITTEN SPECIFICATIONS. ANY DEVIATIONS FROM THE WRITTEN SPECIFICATIONS SHOWN IN THE INVITATION TO BID SHALL BE NOTED ON THE ATTACHED EXCEPTIONS TO THE SPECIFICATIONS. TO RECEIVE FULL CONSIDERATION, QUOTATION RESPONSE MUST FOLLOW THESE SPECIFICATIONS AND THE INVITATION TO BID'S TERMS AND CONDITIONS. NO. ITEM MINIMUM REQUIREMENTS SELLER COMPLIANCE YES NO SCOPE TRACTOR, AGRICULTURE DESIGN, WITH DRAW BAR AND THREE (3) POINT HITCH ARRANGEMENT, DUAL REAR WHEELS AND LIVE . PTO DRIVE SYSTEM. 1. ENGINE DIESEL FUELED, LIQUID COOLED, FOUR STROKE/CYCLE, TURBOCHARGED, SIX CYLINDER ENGINE WITH NOT LESS THAN 489 CUBIC INCHS (8.0 L) DISPLACEMENT, 1,400 FOOT POUNDS TORQUE Q 1,600 RPMS, PROVIDING NOT LESS / THAN 215 PTO HORSEPOWER. 1.1 ACCESSORIES THE ENGINE SHALL BE FURNISHED WITH THE FOLLOWING ACCESSORIES, AS A MINIMUM: 1.1.1 AIR FILTER TWO STAGE DRY TYPE AIR CLEANER, WITH PRE -CLEANER, AND A RESTRICTION INDICATOR LOCATED WITHIN VIEW OF THE SEATED OPERATOR.V/ / 1.1.2 FUEL FILTER OEM FUEL FILTERING SYSTEM. 2. TRANSMISSION FULL POWER SHIFT DESIGN TRANSMISSION WITH A MINIMUM OF FIFTEEN (15) FORWARD AND FOUR (4) REVERSE GEARS WITH A NEUTRAL SAFETY SWITCH, PREVENTING ENGINE FROM STARTING WITH TRANSMISSION IN A DRIVE GEAR.. 2..1 FRONT AXLE DRIVE THE FRONT AXLE DRIVE ENGAGEMENT SHALL BE OPERATOR CONTROLLED FROM INSIDE THE CAB. 005-0-2003/D CAdd end 1.doc IL- _.._ -. . ITB #005-0-20031DC, Addendum #1 Page 2 of 4 CITY OF LUBBOCK MINIMUM SPECIFICATIONS FOR TRACTOR, AGRICULTURE, FOUR- WHEEL -DRIVE, 215 PTO HP SPEC F-60 MAKE MODEL NO. ITEM MINIMUM REQUIREMENTS SELLER COMPLIANCE YES NO 3. FRONT AXLE FRONT AXLE SHALL BE OF THE STEERING AND DRIVE DESIGN WITH TIRE TRACK WIDTH SHALL BE ADJUSTED TO 60 INCHES, / { FOR OPERATION.WITH 30 INCH ROW SPACING. V t 4. STEERING OEM POWER ASSISTED. i 5. ELECTRICAL SYSTEM 12 VOLT ELECTRICAL SYSTEM. 5.1 ALTERNATOR OEM ALTERNATOR OF NOT LESS THAN 125 AMPS RATING. s 52 BATTERIES OEM'DUAL BATTERY CONFIGURATION, MINIMUM 1,800 CCA. ✓ 5.3 LIGHTING THE LIGHTING SYSTEM SHALL INCLUDE NOT LESS THAN FOUR EACH FRONT AND REAR HEADWORK LIGHTS, TWO TAIL LIGHTS, TURN SIGNALS,CAB INTERIOR AND INSTRUMENTATION LIGHTING. _j,'/_ 5.4 TRAILER PLUG ONE SEVEN PIN, TRAILER CONNECTOR, LOCATED AT THE REAR OF TRACTOR, WIRED FOR TAIL, AND TURN LIGHTS. 6.6 RADAR OEM STANDARD RADAR•SYSTEM 6. INSTRUMENTATION OEM. INSTRUMENATION TO INCLUDE THE FOLLOWING AS A MINIMUM: 6.1 TACHOMETER ENGINE AND PTO RPM INDICATOR. ✓/ y 6.2 FUEL GAUGE. FUEL LEVEL GAUGE. 6.3 AMPNOLT METER CHARGING AMPS OR BATTERY VOLTAGE INDICATOR. 6.4 COOLANT TEMPERATURE ENGINE COOLANT TEMPERATURE INDICATOR, WITH / OVERHEATING WARNING DEVICE. y 6.5 ENGINE OIL PRESSURE ENGINE OIL PRESSURE INDICATOR, WITH LOW OIL PRESSURE ALERT DEVICE. 7. BRAKES OEM POWER ASSISTED. 8. HITCHS OEM CAT III RATINGS, TO INCLUDE A DRAWBAR WITH PIN, AND A THREE POINT QUICK HITCH ARRANGEMENT WITH LIFTING CAPACITY OF NOT LESS THAN 13,700 LBS. ' 4 005.0-2003/DCAddendl.doc ITB #005-0-2003/DC, Ac = ::dum #1 Page 3 of 4 CITY OF LUBBOCK MINIMUM SPECIFICATIONS FOR TRACTOR, AGRICULTURE, FOUR- WHEEL -DRIVE, 215 PTO HP SPEC F-60 MAKE MODEL NO. ITEM MINIMUM REQUIREMENTS SELLER COMPLIANCE YES NO 3/4" 9. PTO OEM STANDARD 1 SHAFT, 1000 RPM, PTO ARRANGEMENT. 10. FUEL TANK 70 GALLONS (US), MINIMUM FUEL CAPACITY. 11. TIRES OEM FRONT AND REAR AS SPECIFIED. 11.1 FRONT TIRES FRONT TIRE SIZE NOT LESS THAN 16.9R30 WITH CHEVRON STYLE TREAD. 11.2 REAR TIRES DUAL REAR TIRES, MAXIMUM WIDTH OF 18AR46 WITH INNER DUAL SET AT 60 INCHS CENTER, WITH OUTER DUALS SET AT 120 INCHS CENTER, WITH. CHEVRON STYLE TREAD DESIGN. / OUTSIDE DUALS SHALL NOT CONTAIN LIQUID BALLAST. 12. WEIGHT SHIPPING WEIGHT OF NOT LESS THAN 20,000 POUNDS, WITH FRONT TO REAR RATIO OF 40/60 °%, WITHOUT IMPLEMENT ATTACHED. ADDITIONAL WEIGHTS SHALL BE FURNISHED TO PROVIDE SAFE OPERATIONAL BALANCE WITH AN IMPLEMENT ATTACHED WEIGHING NOT LESS THAN SPECIFIED MINIMUM HITCH CAPACITY. INSIDE DUAL AND FRONT TIRES MAY UTILIZE WATER AND ANTIFREEZE LIQUID BALLAST AS REQUIRED. 13. CAB OEM ENCLOSED, PRESSURIZED, HEATED AND AIR CONDITIONED CAB ASSEMBLY. THE CAB SHALL INCLUDE TWO DOORS, OR ONE DOOR AND ONE WINDOW THAT OPENS SUFFICENT TO ACT AS AN EMERGENCY ESCAPE EASEMENT. THE CAB SHALL INCLUDE THE FOLLOWING FEATURES AS A MINIMUM: 13.1 DOORS & WINDOWS TWO DOORS, OR ONE DOOR AND ONE WINDOW OF SUFFICENT V, SIZE TO PROVIDE AN ALTERNATE EXIT. / y 13.2 AIR CONDITIONING OEM AIR CONDITIONING WITH SELFCLEANING FILTER SYSTEM. 13.3 STEERING CONSOLE TILT AND TELESCOPING STEERING WHEEL/COLUMN ASSEMBLY. 13.4 RADIO OEM AM/FM RADIO WITH A MINIMUM OF TWO SPEAKERS. v 005-0-2003/D CAddend 1.doc , f ITB #005-0-20031DC, Addendum #1 Page 4 of 4 CITY OF LUBBOCK MINIMUM SPECIFICATIONS FOR TRACTOR, AGRICULTURE, FOUR- WHEEL -DRIVE, 215 PTO HP SPEC F-60 MAKE MODEL NO. ITEM MINIMUM REQUIREMENTS SELLER COMPLIANCE YES NO 13.5 SEAT OEM SUSPENSION TYPE OPERATORS SEAT WITH ARM RESTS, CLOTH COVERING, AND SEAT BELTS. SEAT MOUNTING SHALL PROVIDE FORWARD AND AFT MOVEMENTS, SEAT HEIGHT AND BACK ANGLE ADJUSTMENTS. 13.6 MIRRORS RIGHT AND LEFT SIDE EXTERNAL MIRRORS. 14. HYDRAULICS OEM STANDARD PUMP (MINIMUM OF 30 GPM FLOW) WITH FOUR REMOTE CIRCUITS AND ASAEASO COUPLERS. ✓ 15. AUXILARY EQUIPMENT A TOOLBOX WITH PADLOCK HASP AND A SLOW MOVING EMBLEM. 16. WARRANTY OEM WARRANTY COVERAGE OF NOT LESS THAN 24 MONTHS, OR 2,000 HOURS,100% PARTS AND LABOR. OPTIONS 0 1. EXTENDED WARRANTY OEM EXTENDED POWERTRAIN WARRANTY FOR 5 YRS. — 5000 HRS. $ EXCEPTIONS TO THE SPECIFICATIONS EXCEPTIONS TO THE SPECIFICATIONS OF ANY ITEMS STATED HEREIN SHALL BE FULLY DESCRIBED IN WRITING BY THE CONTRACTOR IN THE SPACE PROVIDED BELOW: 005-0-2003/DCAddendl.doc Resolution No. 2003—RO146 ITB 0005-0-2003/DC, Row Crop Farts Equipment SUBMIT To: , s CITY OF LUBBOCK CITY OF LUBBOCK, TEXAS PURCHASING DEPARTMENT 1625 13TH STREET, RM L04 LUBBOCK! TX 79401-3830 AN EQUAL OPPORTUNITY INVITATION TO BID CONTACT PERSON: Diana Caudillo EMPLOYER #005'"0-2003/DC TEL: 806.775.2167 FAX: 806.775.2164 http://purchasing.ci.lubbock.tx.us TITLE: SUBMITTAL DEADLINE: Row Crop Farm Equipment February 11, 2003 @ 3:00 pm CST PRE BID DATE, TIME AND LOCATION: January 28, 2003 ® 11:00 Any bids received after the time and date listed CST, in the Municipal Building, 1625 13th Street, Planning P $ $ obowam recur' d unopress of the mode of derivery, snail be returned unopened. Conference Room 107, Lubbock, Texas RESPONDENT NAME: JMS Equipment Co. IF RETURNING AS A "NO BID", PLEASE COMPLETE AND RETURN THE "STATEMENT OF NO BID". MAILING ADDRESS: PO 13?� 776 CITY - STATE - ZIP: THE CITY OF LUBBOCK RESERVES THE RIGHT TO ACCEPT OR REJECT ANY Plainview, TX 7D Q 7 3 AND ALL BIDS IN WHOLE OR IN PART AND WANE ANY INFORMALITY IN THE COMPETmVE BID PROCESS. FURTHER, THE CITY RESERVES THE RIGHT TO ENTER INTO ANY CONTRACT DEEMED TO BE IN THE BEST INTEREST OF THE TELEPHONE NO: 806 293-4223 CITY. IT IS THE INTENT AND PURPOSE OF THE CITY OF LUBBOCK THAT THIS FAX NO: 8 0 6 / 2 9 3 — 7 4 7 0 REQUEST PERMITS COMPETITIVE BIDS. IT IS THE BIDDER'S RESPONSIBILITY TO ADVISE THE CITY OF LUBBOCK PURCHASING MANAGER IF ANY LANGUAGE, REQUIREMENTS, ETC., OR ANY COMBINATIONS THEREOF, E-MAIL: jmstcgattis@amaonline.com INADVERTENTLY RESTRICTS OR LIMITS THE REQUIREMENTS STATED IN THIS ITB TO A SINGLE SOURCE. SUCH NOTIFICATION MUST BE SUBMITTED IN WRITING AND MUST BE RECEIVED BY THE PURCHASING MANAGER NO LATER FEDERAL TAX ID NO. OR SOCIAL SECURITY NO. 7 5 —15 0 9 4 0 9 THAN FIVE (5) BUSINESS DAYS PRIOR TO THE ABOVE SUBWTrAL DEADLINE. THE BIDDER HEREBY ACKNOWLEDGES RECEIPT OF AND AGREES ITS BID IS BASED ON THE FOLLOWING ADDENDA: #1-0 G /2 TC % 0 #4 #5 (Please initial) The City of Lubbock Charter states that no officer or employee of the City can benefit from any contract, job, work or service for the municipality or be interested in the sale to the City of any supplies, equipment, material or articles purchased. Will any officer or employee of the City, or member of their immediate family, benefit from the award of this bid to the above firm? YES NO IN COMPLIANCE WITH THIS SOLICITATION, THE UNDERSIGNED BIDDER HAVING EXAMINED THE INVITATION TO BID AND SPECIFICATIONS, AND BEING FAMILIAR WITH THE CONDITIONS TO BE MET, HEREBY SUBMITS THE FOLLOWING BID FOR FURNISHING THE MATERIAL, EQUIPMENT, LABOR AND EVERYTHING NECESSARY FOR PROVIDING THE ITEMS LISTED ON THE ATTACHED BID FORM AND AGREES TO DELVER SAID ITEMS AT THE LOCATIONS AND FOR THE PRICES SET FORTH ON THE BID FORM. AN INDIVIDUAL AUTHORIZED TO BIND THE COMPANY MUST SIGN THE FOLLOWING SECTION. FAILURE TO EXECUTE THIS PORTION MAY RESULT IN BID REJECTION. By my signature I certify that this offer is made without prior understanding, agreement, or connection with any corporation, firm, business entity, or person submitting an offer for the same materials, supplies, equipment, or service(s), and is in all respects fair and without collusion or fraud. I further agree that if the offer is accepted, the offeror will convey, sell, assign, or transfer to the City of Lubbock all right, title, and interest in and to all causes of action it may now or hereafter acquire under the Anti-trust laws of the United States and the State of Texas for price fixing relating to the particular commodity(s) or service (s) purchased or acquired by the City of Lubbock. At the City's discretion, such assignment shall be made and become effective at the time the City tenders final payment to the vendor. -- G _bdat_; Authorized Signature TC Gattis Print/Type Name .Owner Title _2/10/03 Date THIS FORM MUST BE COMPLETED AND RETURNED WITH YOUR RESPONSE. 005-a20031TBVehkdeBV.doc tTB #005-0-2003/DC, Row Crop Farm Equipment This Page Intentionally Left Blank 005-0-2003111'13VehideMdoc 2 v IlB #005-0-2003/DC. Row Cmp Farm Equipment BID FORM Row Crop Farm Equipment CITY OF WBBOCK, TEXAS ITB //005-0-2003/DC In compliance with the Invitation to Bid i1005-0-2003/DC, the undersigned Bidder having examined the Invitation to Bid and Specifications, and being familiar with the conditions to be met, hereby submits the following Bid for furnishing the material, equipment, labor and everything necessary for providing the items listed below and agrees to deliver said items at the locations and for the prices set forth on this form. The invitation to Bid #[number] is by reference incorporated in this contract. The Bid Form must be completed in blue or black ink or by typewriter. Delivery One Set of Unit UNIT PRICE` EXTENDED (Days) Mfr's Repair, ITEM QTY MeaOsfure DESCRIPTION BID COST After Parts & Receipt of Service Order Manuals 1. 2 Each ROTARY HOE, 12 ROW WIDTHS, SET ON 30 $ $ $ INCH SPACING, WITH THREE-POINT, CAT 3, No B i d HITCH ATTACHMENT Option One (1) DEBRIS GUARDS EACH ROTOR SHALL BE FURNISHED WITH A DEVICE TO PREVENT BUILD-UP OF SOIL OR DEBRIS ON THE CUTTING TEETH. Option Two (2) ATTACHMENTS THE ROTOR SUPPORT ARMS SHALL BE ATTACHED TO THE TOOL BAR WITH A ALLOWANCE FOR REMOVAL OR ADJUSTMENT OF ROW WIDTH. Brand Name and Model Number. 2. 2 Each PLANTER, STACKING TOOL BAR DESIGN, $ $ $ PROVIDING FOR 12 ROWS SET ON 30 INCH SPACING. No B i d Option One (1) SEED HOPPERS •' I OVERSIZED, NOT LESS THAN THREE` n BUSHELS EACH. Option Two (2) TARP COVER A FITTED, WEATHER RESISTANT, FULL COVER, DESIGNED TO SECURLY ATTACH TO AND PROTECT THE TOTAL PLANTER DURING PERIODS OF STORAGE. Brand Name and Model Number: 3. 2 Each CULTIVATOR, ROW CROP, CONVERVATION $ $ $ TYPE, SET FOR 12 ROWS AT 30 INCHS SPACING. No B i d Brand Name and Model Number: 005-0-20031T13VehicieW.doc 3 ITB #005-0-2003/DC, Row Crop Farts Equipment 4. 2 Each DISK HARROW, TANDEM ARRANGEMENT, $ $ $ WITH TRANSPORT WHEELS AND HYDRAULIC 45,800 91 , 60 30-45 -,,Incl. LEVELING Brand Name and Model Number: Sunflower Disc Model 1544-42 5. 2 Each CRADLE, WITH RACKS AND FIXTURES TO $ $ $ SECURE, TRANSPORT, AND UNLOAD 12 EACH ROUND HAY BALES, APPROXIMATELY FIVE FEET LONG AND SIX FEET IN No B i d DIAMETER, SIX BALES ON EACH SIDE. UNIT SHALL BE CONSTRUCTED TO SLIDE ONTO A FLAT BED FOR UTILIZATION. Brand Name and Model Number: 6. 2 Each TRAILER, GOOSE NECK, TWO AXLE, $ $ $ EQUIPPED WITH RACKS AND FIXTURES TO SECURE, TRANSPORT, AND UNLOAD 12 No Bid EACH ROUND HAY BALES, APPROXIMATELY FIVE FEET LONG AND SIX FEET IN DIAMETER SIX BALES ON EACH SIDE Brand Name and Model Number: 7. 2 Each TRACTOR, AGRICULTURE DESIGN, WITH $ $ $ DRAW BAR AND THREE (3) POINT HITCH ARRANGEMENT, DUAL REAR WHEELS AND No B i d LIVE PTO DRIVE SYSTEM Option One (1) EXTENDED WARRANTY OEM EXTENDED 100% COVERAGE FOR 5 YRS. - 5000 HRS. Brand Name and Model Number: "PRICE: F.O.B. City of Lubbock Municipal Garage - Lubbock, Texas PAYMENT TERNS AND DISCOUNTS - Bidder offers a prompt payment discount of %, net _ calendar days. Discounts will not be considered in determining low bid. Unless otherwise indicated on the Bid Form, payment terms will be NET THIRTY DAYS. The City will pay the successful bidder within thirty days after the receipt of a correct invoice or after the date of acceptance, whichever event occurs later. Discounts for prompt payment requiring payment by the City within a stipulated number of days will be interpreted as applying within the stipulated number of calendar days after the date of receipt by the City of a correct invoice or after the date of acceptance that meets contract requirements, whichever event occurs later. Discounts for payment in Less than ten days will not be considered. 005-0-2003rT13VeNdeBV.doc 4 ITB #005-0-20031DC, Row Crop Farm Equipment INTERLOCAL PURCHASING (optional): The City desires to make available to other local governmental entities of the State of Texas, by mutual agreement with the successful bidder, and properly authorized interlocal purchasing agreements as provided for by the Interlocal Cooperation Act (Chapter 791, Government Code), the right to purchase the same services, at the prices quoted, for the period of this contract. Each bidder shall indicate on the Bid Form in the space provided below if he/she will honor Political Subdivision orders in addition to orders from the City of Lubbock. Should these other governmental entities decide to participate in this contract, would you (the bidder) agree that all terms, conditions, specifications, and pricing would apply? Other governmental entities that might have interests in this contract are Frenship independent School District, Lubbock Housing Authority, Lubbock County, Lubbock County Hospital District, Lubbock Independent School District, South Plains Association of Governments, City of Texarkana, Texas Tech University, West Texas Municipal Power Agency, and City of Wolfforth. YES X NO • If you (the bidder) checked YES, the following will apply: • Governmental entities utilizing Interlocal Agreements for Cooperative Purchasing with the City of Lubbock will be eligible, but not obligated, to purchase materials/services under the contract(s) awarded as a result of this solicitation. All purchases by governmental entities other than the City of Lubbock will be billed directly to that governmental entity and paid by that governmental entity. City of Lubbock will not be responsible for another governmental entity's debts. Each governmental entity will order their own materials/service as needed. THIS BID IS SUBMITTED BY JMS Ecfu i pment Co . a corporation organized under the laws of the State of T)e 1 awa r e , or a partnership consisting of or individual trading as of the City of Firm: Address: City: State: Zip M/WBE Firm: Woman Black American Native American Hisoanic American I I Asian Pacific American I I Other (SDecifv) Any entity or person that manufactures, distributes, converts new motor vehicles (or represents an entity that manufactures, distributes, or converts new motor vehicles) or is in the business of buying, exchanging, or selling new motor vehicles is required under the Texas Vehicle Commission Code, Tex. Rev.Civ.Stat.Ann. Art 4413(36) and 4413(36a) to be licensed by Motor Vehicle Division of the Texas Department of Transportation. In order for a bid to be in compliance with the Motor Vehicle Commission Code, the bidder must Fold and provide all applicable current valid licenses issued by the State of Texas: 1. Name and Manufacture's License No. 2. Name and Converter's License No. 3. Name and Representative's License No. 4. Name and Franchise Dealer's License No. General Distinguishing No. (Franchised TX dealer) By Date: Authorized Representative - must sign by hand Officer Name and Title: Please Print Business Telephone Number FAX: FOR CITY USE ONLY Bid Form Item Number(s) Awarded to Above Named Firm/individual: Date of Award by City Council (for bids over $25,000): Date P.O./Contract Issued: RETURN COMPLETED B: SIGNED BID FORM ALONG WiTH CITY OF LUBBOCK SPECIFICATIONS. 005.0-2W31TI3Vehide13V.doc Jr ITB #005-0.20031DC, Row Crop Farm Equipment This Page Intentionally Left Blank 0050-2003FTBVeh1deBV.doc f rrB #005.0-2003/DC, Row Crop Farm Equipment NEW EQUIPMENT SERVICE QUESTIONNAIRE 1. What is the name and address of the nearest authorized service facility to the City of Lubbock? If your company does not own nearest service facility, please provide letter of assurance of service from said facility. JMS Equipineftt Co. 2. What is your total parts inventory for the proposed equipment? $12,000. 3. How many technicians are employed at the nearest service facility? 4. How many field service technicians are available for on -site service? 3 5. What is the hourly labor rate for shop labor? 1�45.00 — subject to annual review 6. What is the hourly labor rate for field service labor? $45.00 — subject to annual review 7. What is the average response time that can be expected for a service call? 6 to 24 hours 8. What is the average delivery time for parts not found in inventory? 2 to 3 d§rys 9. Approximately how long will replacement parts be available for the proposed unit? 15 years 10. Explain the method for calculating the discount available for repair/replacement parts. (Show percent of discount to be expected.) Mfg. suggested retail price — 0 net 30 days 11. Provide an explanation of the standard warranty coverage of the machine quoted. What is the process for handling defective parts, quality of workmanship or poor quality of materials? See attached §A 12. How many years has this particular machine been in production? 10 years 13. If the service facility is located outside the City of Lubbock, explain the process for performing (i) warranty work, (ii) service not covered in the warranty, and (iii) service work after the warranty has expired. 1. $100 charge per trip to equipment location ii. $100 charge per tripexp to equipment plus $45/hr for work iii. same as 14. ;Ao � �a�Ye forofrranlploR60tic ense IRA TheW 9 gUiRFAt Wllvin seKic? Mrinj Wce wtarlraonty period? City of Lubbock 15. Explain the method used to calculate the transportation expense of out of town service. Per mile cost — pick up location to our shop 16. State in years the useful life and expected downtime of equipment quoted. 15 years with proper maintenance with little or no down time NOTE: RETURN THIS QUESTIONNAIRE ALONG WITH YOUR BID SUBMITTAL. YOUR 'RESPONSE TO THE EQUIPMENT SERVICE QUESTIONNAIRE MAY BE A FACTOR IN DETERMINING THE LOWEST RESPONSIBLE BID. 005-0-2=rrBVeh1desv.dx 23 ITB #005-0.2003/DC, Row Crop Farm Equipment This Page Intentionally Left Blank 005-0-2003ITBVehicleBV.doc 24 3D days .1 I lb SU& OMP" fTB #005-0.20031DC, Row Crop Farm Equipment PAGE 1 OF 2 DATED 12/09/02 CITY OF LUBBOCK MINIMUM SPECIFICATIONS FOR TANDEM DISK HARROW, DRAW BAR HITCH SPEC. NV-F-25 MAKE Sunflower MODEL 1544-42 IT IS THE INTENT OF THESE SPECIFICATIONS AND THE SPECIFICATIONS FOR EQUIPMENT GENERAL INFORMATION, REQUIREMENTS AND CONDITIONS SECTION TO DESCRIBE MINIMUM REQUIREMENTS. THE VEHICLE SHALL MEET OR EXCEED THE CONSTRUCTION AND PERFORMANCE SPECIFICATIONS DESCRIBED IN THE FOLLOWING MINIMUM SPECIFICATIONS. THE SELLER SHALL BE REQUIRED TO MARK COMPLIANCE TO THE SECTION OF THE SPECIFICATIONS IN THE SPACE PROVIDED. ALL EQUIPMENT FURNISHED AS STANDARD BY THE MANUFACTURER SHALL BE INCLUDED, IF NOT STATED IN THE WRITTEN SPECIFICATIONS. ANY DEVIATIONS FROM THE WRITTEN SPECIFICATIONS SHOWN IN THE INVITATION TO BID SHALL BE NOTED ON THE ATTACHED EXCEPTIONS TO THE SPECIFICATIONS. IN ORDER TO RECEIVE FULL CONSIDERATION, QUOTATION MUST FOLLOW THESE SPECIFICATIONS AND THE INVITATION TO BID'S TERMS AND CONDITIONS. NO. ITEM MINIMUM REQUIREMENTS SELLER COMPLIANCE YES NO SCOPE DISK HARROW, TANDEM ARRANGEMENT, WITH TRANSPORT WHEELS AND HYDRAULIC LEVELING. 1. CUTTING WIDTH FOURTYTWO (42) FEET, MINIMUM DISKING COVERAGE. X 2. TRANSPORT WIDTH MAXIMUM 22 FEET AND 2 INCHES, WITH WINGS FOLDED. X 3. TRANSPORT HEIGHT FOURTEEN FEET AND SEVEN INCHES, MAXIMUM TRANSPORT HEIGHT. X 4. WEIGHT MINIMUM 27,000 POUNDS, WITHOUT BALLAST. X 5. DISKS SOLID DISKS OF NOT LESS THAN 24 INCHES DIAMETER AND .25 INCH THICKNESS. X 5.1 SCRAPERS EACH DISK SHALL BE FURNISHED WITH A RIGID SCRAPER OF NOT LESS THAN FOUR INCHES IN WIDTH. X 6. GANGS GANGS SHALL CONSIST OF ASSEMBLIES UTILIZING NOT LESS THAN 1 % INCH ROUND SHAFTS, INCLUDING TRIPLE LIPSEA X AND TRUNION BEARING LUBE ZERKS. 6.1 DISK SPACING BOTH FRONT AND REAR TANDEM DISKS SHALL BE SET AT NOT MORE THAN NINE INCH CENTERS. X 7. DEPTH CONTROL TWO SINGLE POINT, FRONT MOUNTED DEPTH STOPS. X 8. HITCH SINGLE POINT CATEGORY 4, CAST LIP TONGUE HITCH WITH NOT LESS THAN A TWO-INCH PIN HOLE. 8.1 LEVELING THE HITCH ARRANGEMENT SHALL INCLUDE A SELF LEVELING, HYDRAULIC CONTROL SYSTEM. 005-0-2003rMeniaeMcloc 37 rrB #005-0.2003/DC, Row Crop Farm Equipment PAGE 2TO2 DATED 12/09/02 CITY OF LUBBOCK MINIMUM SPECIFICATIONS FOR TANDEM DISK HARROW, DRAW BAR HITCH SPEC. NV-F-25 NO. ITEM MINIMUM REQUIREMENTS SELLER COMPLIANCE YES NO 9. HYDRAULICS THE DISK ASSEMBLY SHALL BE EQUIPPED WITH HYDRAULIC WING, TILT AND LOWER CYLINDERS AND LINKAGE ALLOWING THE OPERATOR TO RAISE AND LOWER THE WINGS INDEPENDENTLY. THE SYSTEM SHALL INCLUDE HOSES AND ISO QUICK DISCONNECT COUPLERS. X 10. TIRES/WHEELS TWELVE WHEELS WITH TIRES SHALL BE FURNISHED. UTILIZING EIGHT LUG HOLE DESIGN, WITH NEW 12.51- X 15, 12 PLY TIRES. HUBS SHALL BE FURNISHED WITH GREASE ZERKS. % 11. GAUGE WHEELS TWO EACH, 8.00X10 PENUMATIC TIRES, MOUNTED ON FIVE HOLE HUBS WITH GREASE ZERKS. % 12. ACCESSORIES SMV SIGN AND ONE GANG WRENCH. X 13. WARRANTY OEM STANDARD MANUFACTURERS WARRANTY X EXCEPTIONS TO THE SPECIFICATIONS EXCEPTIONS TO THE SPECIFICATIONS OF ANY ITEMS STATED HEREIN SHALL BE FULLY DESCRIBED IN WRITING BY THE CONTRACTOR IN THE SPACE PROVIDED BELOW: 005-0-2003tTBVenideBV.aoe 38 ' Resolution No. 2003—RO146 ITB #005-0-2003/DC, Row Crop Farm Equipment SUBMIT TO: o CITY OF LUBBOCK / CITY. OF LUBBOCK TEXAS PURCHASING DEPARTMENT 1625 137" STREET, RM L04 LUBBOCK, TX 79401-3830 AN EQUAL OPPORTUNITY INVITATION TO BID CONTACT PERSON: Diana Caudillo EMPLOYER #005-0-2003/DC TEL: 806.775.2167 FAX: 806.775.2164 http://purchasing.cl.tubbock.bc.us TITLE: SUBMITTAL DEADLINE: Row Crop Farm Equipment February 11, 2003 @ 3:00 pm CST PRE BID DATE, TIME AND LOCATION: January 28, 2003 @ 11:00 Any bids received after the time and date listed am CST, in the Municipal Building, 1625 13`h Street, Planning Pa S S above, regardless of the mode of delivery, shot! be returned d uunoptw ened. Conference Room 107, Lubbock, Texas RESPONDENT NAME: Nix Implement Co., Inc. IF RETURNING AS A "NO BID", PLEASE COMPLETE AND RETURN THE "STATEMENT OF NO BID". MAILING ADDRESS: 1000 No. Dallas Ave. CITY - STATE - ZIP: THE CITY OF LUBBOCK RESERVES THE RIGHT TO ACCEPT OR REJECT ANY Lamesa, Tx. 79331 AND ALL BIDS IN WHOLE OR IN PART AND WAIVE ANY INFORMALITY IN THE COMPETITIVE BID PROCESS. FURTHER, THE CITY RESERVES THE RIGHT TO ENTER INTO ANY CONTRACT DEEMED TO BE IN THE BEST INTEREST OF THE TELEPHONE NO: (806) 872-2666 CITY. IT IS THE INTENT AND PURPOSE OF THE CITY OF LUBBOCK THAT THIS FAX NO: (806) 872-5724 REQUEST PERMITS COMPETITIVE BIDS. IT IS THE BIDDER-S RESPONSIBILITY TO ADVISE THE CITY OF LUBBOCK PURCHASING MANAGER IF ANY LANGUAGE, REQUIREMENTS, ETC., OR ANY COMBINATIONS THEREOF, E-MAIL' niximpco@pics.net INADVERTENTLY RESTRICTS OR LIMITS THE REQUIREMENTS STATED IN THIS ITB TO A SINGLE SOURCE. SUCH NOTIFICATION MUST BE SUBMITTED IN WRITING AND MUST BE RECEIVED BY THE PURCHASING MANAGER NO LATER FEDERAL TAX ID NO. OR SOCIAL SECURITY NO. 1— 75-101959 2-2 THAN FIVE (5) BUSINESS DAYS PRIOR TO THE ABOVE SUBMITTAL DEADLINE. THE BIDDER HEREBY ACKNOWLEDGES RECEIPT OF AND AGREES ITS BID IS BASED ON THE FOLLOWING ADDENDA: #1 4l #2 f� #3 #4 #5 (Please initial) The City of Lubbock Charter states that no officer or employee of the City can benefit from any contract, job, work or service for the municipality or be interested in the sale to the City of any supplies, equipment, material or articles purchased. Willeny officer or employee of the City, or member of their immediate family, benefit from the award of this bid to the above firm?_ YES NO IN COMPLIANCE WITH THIS SOLICITATION, THE UNDERSIGNED BIDDER HAVING EXAMINED THE INVITATION TO BID AND SPECIFICATIONS, AND BEING FAMILIAR WITH THE CONDITIONS TO BE MET, HEREBY SUBMITS THE FOLLOWING BID FOR FURNISHING THE MATERIAL, EQUIPMENT, LABOR AND EVERYTHING NECESSARY FOR PROVIDING THE ITEMS LISTED ON THE ATTACHED BID FORM AND AGREES TO DELIVER SAID ITEMS AT THE LOCATIONS AND FOR THE PRICES SET FORTH ON THE BID FORM. AN INDIVIDUAL AUTHORIZED TO BIND THE COMPANY MUST SIGN THE FOLLOWING SECTION. FAILURE TO EXECUTE THIS PORTION MAY RESULT IN BID REJECTION. By my signature I certify that this offer is made without prior understanding, agreement, or connection with any corporation, firm, business entity, or person submitting an offer for the same materials, supplies, equipment, or service(s), and is in all respects fair and without collusion or fraud. I further agree that if the offer is accepted, the offeror will convey, sell, assign, or transfer to the City of Lubbock all right, title, and interest in and to all causes of action tt may now or hereafter acquire under the Anti-trust laws of the United States and the State of Texas for price fixing relating to the particular, commodity(s) or service (s) purchased or acquired by the City of Lubbock At City's discretion, such assignment shall be made and become effective at the time the City tenders final payment to the vendor. President Authorized Signature Title Ron Nix Print/Type Name 2-7-03 Date THIS FORM MUST BE COMPLETED AND RETURNED WITH YOUR RESPONSE. 005-0-2003IT8Veh1de8V.doc ITB #005.0-2003/DC, Row Crop Farts Equipment This Page Intentionally Left Blank 005-0-2003ITBVehideMdoc I1B #005.0-2003/DC, Row Crop Farm Equipment BID FORM Row Crop Farm Equipment CITY OF LUBBOCK, TEXAS ITB #005-0-2003/DC In compliance with the Invitation to Bid #005-0-2003/DC, the undersigned Bidder having examined the Invitation to Bid and Specifications, and being familiar with the conditions to be met, hereby submits the following Bid for furnishing the material, equipment, labor and everything necessary for providing the items listed below and agrees to deliver said items at the locations and for the prices set forth on this form. The Invitation to Bid #[number] is by reference incorporated in this contract. The Bid Form must be completed in blue or black Ink or by typewriter. Delivery One Set of Unit UNIT PRICE' EXTENDED (Days) Mfr's Repair, REM DESCRIPTION BID COST After Parts & Measure Receipt of Service Order Manuals 1. 2 Each ROTARY HOE, 12 ROW WIDTHS, SET ON 30 $ $ $ INCH SPACING, WITH THREE-POINT, CAT 3, No Bid HITCH ATTACHMENT Option One (1) DEBRIS GUARDS EACH ROTOR SHALL BE FURNISHED WITH A DEVICE TO PREVENT BUILD-UP OF SOIL OR DEBRIS ON THE CUTTING TEETH. Brand Name and Model Number. SIGN, 1 PROPROVIDING2. I 2 I Each PLANTER, FOR 12 ROWS SET ONE30 INCH 1$40,597.52 I.81,195.0t 45* 1 $ n/c Option One (1) SEED HOPPERS OVERSIZED, NOT LESS THAN THREE $1056.00 $2,112.0 BUSHELS EACH. Option Two (2) TARP COVER A F1 I I-ED, WEATHER RESISTANT, FULL $944.00 $1, 888.0 COVER, DESIGNED TO SECURLY ATTACH TO AND PROTECT THE TOTAL PLANTER DURING PERIODS OF STORAGE. Brand Name and Model Number: Monosem ; ING+ 12-30-0 3. 2 Each CULTIVATOR, ROW CROP, CONVERVATION 1 $ $ $ TYPE, SET FOR 12 ROWS AT 30 INCHS No Bid SPACING. Brand Name and Model Number: 005-0-20031TBVehideWdoc 3 ITB #005-0.2003/DC, Row Crop Farm Equipment 4. 2 Each DISK HARROW, TANDEM ARRANGEMENT, $ $ $ WITH TRANSPORT WHEELS AND HYDRAULIC $48,950.00 $97 , 900 25* N/C LEVELING Brand Name and Model Number: Sunflower 1544-42 5. 2 Each CRADLE, WITH RACKS AND FIXTURES TO $ $ $ SECURE, TRANSPORT, AND UNLOAD 12 EACH ROUND HAY BALES, APPROXIMATELY No Bid FIVE FEET LONG AND SIX FEET IN DIAMETER, SIX BALES ON EACH SIDE. UNIT SHALL BE CONSTRUCTED TO SLIDE ONTO A FLAT BED FOR UTILIZATION. Brand Name and Model Number: 6. 2 Each TRAILER, GOOSE NECK, TWO AXLE, $ $ $ EQUIPPED WITH RACKS AND FIXTURES TO SECURE, TRANSPORT, AND UNLOAD 12 EACH ROUND HAY BALES, APPROXIMATELY No Bid FIVE FEET LONG AND SIX FEET IN DIAMETER SIX BALES ON EACH SIDE Brand Name and Model Number: 7. 2 Each TRACTOR, AGRICULTURE DESIGN, WITH $ $ $ DRAW BAR AND THREE (3) POINT HITCH ARRANGEMENT, DUAL REAR WHEELS AND No Bid LIVE PTO DRIVE SYSTEM Option One (1) EXTENDED WARRANTY OEM EXTENDED 100% COVERAGE FOR 5 YRS. - 5000 HRS. Brand Name and Model Number: !PRICE: F.O.B. City of Lubbock Municipal Garage - Lubbock, Texas PAYMENT TERMS AND DISCOUNTS -Bidder offers a prompt payment discount of %, net_ calendar days. Discounts will not be considered in determining low bid. Unless otherwise indicated on the Bid Form, payment terms will be NET THIRTY DAYS. The City will pay the successful bidder within thirty days after the receipt of a correct invoice or after the date of acceptance, whichever event occurs later. Discounts for prompt payment requiring payment by the City within a stipulated number of days will be interpreted as applying within the stipulated number of calendar days after the date of receipt by the City of a correct invoice or after the date of acceptance that meets contract requirements, whichever event occurs later. Discounts for payment in less than ten days will not be considered. * Delivery dates are based upon the bid being awarded within 10 days of bid.opening date. 005-0-2003rTBVeh1deBV.doc 4 ITS #005.0-20031DC, Row Crop Farm Equipment INTERLOCAL PURCHASING (optional): The City desires to make available to other local governmental entities of the State of Texas, by mutual agreement with the successful bidder, and properly authorized interlocal purchasing agreements as provided for by the Interlocal Cooperation Act (Chapter 791, Government Code), the right to purchase the same services, at the prices quoted, for the period of this contract. Each bidder shall indicate on the Bid Form in the space provided below if he/she will honor Political Subdivision orders in addition to orders from the City of Lubbock. Should these other governmental entities decide to participate in this contract, would you (the bidder) agree that all terms, conditions, specifications, and pricing would apply? Other governmental entities that might have interests in this contract are Frenship Independent School District, Lubbock Housing Authority, Lubbock County, Lubbock County Hospital District, Lubbock Independent School District, South Plains Association of Governments, City of Texarkana, Texas Tech University, West Texas Municipal Power Agency, and City of Wolfforth. YES NO X • If you (the bidder) checked YES, the following will apply: • Governmental entities utilizing Interlocal Agreements for Cooperative Purchasing with the City of Lubbock will be eligible, but not obligated, to purchase materials/services under the contract(s) awarded as a result of this solicitation. All purchases by governmental entities other than the City of Lubbock will be billed directly to that governmental entity and paid by that governmental entity. City of Lubbock will not be responsible for another governmental entity's debts. Each governmental entity will order their own materials/service as needed. THIS BID IS SUBMITTED BY Nix Implement Co . , Inc . a cor poration organized under the laws of the State of Texas or a partnership consisting of or individual trading as of the City of Firm: Nix Implement Co., Inc. Address:1000 No. Dallas City: Lame s a State. Tx Zip 79331 M/WBE Firm: Woman Black American I I Native American Hispanic American Asian Pacific American I Other S Any entity or person that manufactures, distributes, converts new motor vehicles (or represents an entity that manufactures, distributes, or converts new motor vehicles) or is in the business of buying, exchanging, or selling new motor vehicles is required under the Texas Vehicle Commission Code, Tex.Rev.Civ.Stat.Ann. Art 4413(36) and 4413(36a) to be licensed by Motor Vehicle Division of the Texas Department of Transportation. In order for a bid to be in compliance with the Motor Vehicle Commission Code, the bidder must hold and provide all applicable current valid licenses issued by the State of Texas: 1. Name and Manufacture's License No. 2. Name and Converter's License No. 3. Name and Representative's License No. 4. Name and Franchise Dealer's License No. General Disti uis 'ng No. (Franchised TX dealer) By Date: 2-7-03 Authorized Representati :-Must sign by hand Officer Name and Title: Ron Nix , President Please Print (806) 872-2666 (806) 872-5724 Business Telephone Number FAX: FOR CITY USE ONLY Bid Form Item Number(s) Awarded to Above Named Firm/Individual: Date of Award by City Council (for bids over 525,000): Date P.O./Contract issued: RETURN COMPLETED & SIGNED BID FORM ALONG WiTH CITY OF LUBBOCK SPECIFICATIONS. 005-0-20031 TBVehiclesV.doe 5 MS p005-0-20031DC, Row Crop Farm Equipment This Page Intentionally Left Blank 0050-20031TBVehicleBV.doc rrB #005-0-2003/DC, Row Crop Farm Equipment NEW EQUIPMENT SERVICE QUESTIONNAIRE What is the name and address of the nearest authorized service facility to the City of Lubbock? If your company does not own nearest service facility, please provide letter of assurance of service from said facility. Nix Implement Co., Inc., 1000 No. Dallas Ave., Lamesa, Texas 2. What is your total parts inventory for the proposed equipment? At least $2,000.00 per bid item 3. How many technicians are employed at the nearest service facility? Two 4. How many field service technicians are available for on -site service? Two 5. What is the hourly labor rate for shop labor? $41.50 currently 6. What is the hourly labor rate for field service labor? $41..50 per hour + mileage at $0,50 a mile 7. What is the average response time that can be expected for a service call? 1 to 2 working days 8. What is the average delivery time for parts not found In inventory? Air: 1 to 2 days Regular: 3 to 4 days 9. Approximately how long will replacement parts be available for the proposed unit? There is no stated policy, but both companies are still making parts for units discountue for over 15 years. 10. Explain the method for calculating the discount available for repair/replacement parts. (Show percent of discount to be expected.) Unsure of question. There is no discount on q parts other than warranty,which carries no charge. 11. Provide an explanation of the standard warranty coverage of the machine quoted. What is the process for handling defective parts, quality of workmanship or poor quality of materials? If there is any questions on warranty, the representative of the company will make the call. Defective parts must be returnedy assepcm%-127.fowmayers na�ar ularMeen in production? Planter for over 13 years T ndem pi c f o� oye 6 arks City p performing ( ) 1. I the se ce a t i iYloca ed outside the of Lubbock explain the process for i warranty work, (0) service not covered in the warranty, and (III) service work after the warranty has expired. If work can be performed in field it will, if not we will bring back to sho (ii) operator damage or extreme conditions are not covered (iii) we will perform any ork d ur curr rates. 4. 'to rs iabte %or transporMfon expense should the unit require out of town service during the warranty period? The owner of the equipment is generally liable, unless extreme conditions exist. 15. Explain the method used to calculate the transportation expense of out of town service. We calculate on the basis of leaving our shop and driving the most direct route to the equipment 16. State in years the useful life and expected downtime of equipment quoted. Answer depends on how the machine is operated and maintained. 15 to 20 years is not unusual for these kinds of ma NOTE: RETURN THIS QUESTIONNAIRE ALONG WITH. YOUR BID SUBMITTAL. YOUR RESPONSE TO THE EQUIPMENT SERVICE QUESTIONNAIRE MAY BE A FACTOR IN DETERMINING THE LOWEST RESPONSIBLE BID. 005.0.2003r BVehideBV.d= 23 rB #005-0-2003/DC, Row Crop Farm Equipment This Page Intentionally Left Blank 005-0-2003fTBVehicleBV.doc 24 ITB #005-0-2003/DC, Row Crop Farm Equipment PAGE 1 OF 2 DATED 12/09/02 CITY OF LUBBOCK MINIMUM SPECIFICATIONS FOR TANDEM DISK HARROW, DRAW BAR HITCH SPEC. NV-F-25 MAKE Sunflower MODEL 1544-42 IT IS THE INTENT OF THESE SPECIFICATIONS AND THE SPECIFICATIONS FOR EQUIPMENT GENERAL INFORMATION, REQUIREMENTS AND CONDITIONS SECTION TO DESCRIBE MINIMUM REQUIREMENTS. THE VEHICLE SHALL MEET OR EXCEED THE CONSTRUCTION AND PERFORMANCE SPECIFICATIONS DESCRIBED IN THE FOLLOWING MINIMUM SPECIFICATIONS. THE SELLER SHALL BE REQUIRED TO MARK COMPLIANCE TO THE SECTION OF THE SPECIFICATIONS IN THE SPACE PROVIDED. ALL EQUIPMENT FURNISHED AS STANDARD BY THE MANUFACTURER SHALL BE INCLUDED, IF NOT STATED IN THE WRITTEN SPECIFICATIONS. ANY DEVIATIONS FROM THE WRITTEN SPECIFICATIONS SHOWN IN THE INVITATION TO BID SHALL BE NOTED ON THE ATTACHED EXCEPTIONS TO THE SPECIFICATIONS. IN ORDER TO RECEIVE FULL CONSIDERATION, QUOTATION MUST FOLLOW THESE SPECIFICATIONS AND THE INVITATION TO BID'S TERMS AND CONDITIONS. NO. ITEM MINIMUM REQUIREMENTS SELLER COMPLIANCE YES NO SCOPE DISK HARROW, TANDEM ARRANGEMENT, WITH TRANSPORT WHEELS AND HYDRAULIC LEVELING. 1. CUTTING WIDTH FOURTYTWO (42) FEET, MINIMUM DISKING COVERAGE. Yes 2. TRANSPORT WIDTH MAXIMUM 22 FEET AND 2 INCHES, WITH WINGS FOLDED.Yes 3. TRANSPORT HEIGHT FOURTEEN FEET AND SEVEN INCHES, MAXIMUM Yes TRANSPORT HEIGHT. 4. WEIGHT MINIMUM 27,000 POUNDS, WITHOUT BALLAST. Yes 5. DISKS SOLID DISKS OF NOT LESS THAN 24 INCHES DIAMETER AN&s .25 INCH THICKNESS. 5.1 SCRAPERS EACH DISK SHALL BE FURNISHED WITH A RIGID SCRAPER Yes OF NOT LESS THAN FOUR INCHES IN WIDTH. 6. GANGS GANGS SHALL CONSIST OF ASSEMBLIES UTILIZING NOT LESS THAN 11/4 INCH ROUND SHAFTS, INCLUDING TRIPLE LIPSEALS AND TRUNION BEARING LUBE ZERKS. Yes 6.1 DISK SPACING BOTH FRONT AND REAR TANDEM DISKS SHALL BE SET AT NOT MORE THAN NINE INCH CENTERS. Yes 7. DEPTH CONTROL TWO SINGLE POINT, FRONT MOUNTED DEPTH STOPS. Yes 8. HITCH SINGLE POINT CATEGORY 4, CAST LIP TONGUE HITCH WITH NOT LESS THAN A TWO-INCH PIN HOLE. Yes 8.1 LEVELING THE HITCH ARRANGEMENT SHALL INCLUDE A SELF LEVELING,' HYDRAULIC CONTROL SYSTEM. 005.0-20031TBVenideBVAM 37 PAGE 2 TO 2 DATED 12/09/02 ITB #005-0-2003113C. Row Crop Farm Equipment CITY OF LUBBOCK MINIMUM SPECIFICATIONS FOR TANDEM DISK HARROW, DRAW BAR HITCH SPEC. NV-F-25 NO. ITEM MINIMUM REQUIREMENTS SELLER COMPLIANCE YES NO 9. HYDRAULICS THE DISK ASSEMBLY SHALL BE EQUIPPED WITH HYDRAULIC WING, TILT AND LOWER CYLINDERS AND LINKAGE ALLOWING THE OPERATOR TO RAISE AND LOWER THE WINGS INDEPENDENTLY. THE SYSTEM SHALL INCLUDE HOSES AND ISO QUICK DISCONNECT COUPLERS. Yes 10. TIRES/WHEELS TWELVE WHEELS WITH TIRES SHALL BE FURNISHED. UTILIZING EIGHT LUG HOLE DESIGN, WITH NEW 12.51- X 15, 12 PLY TIRES. HUBS SHALL BE FURNISHED WITH GREASE ZERKS. Yes 11. GAUGE WHEELS TWO EACH, 8.00X10 PENUMATIC TIRES, MOUNTED ON FIVE HOLE HUBS WITH GREASE ZERKS. Yes 12. ACCESSORIES SMV SIGN AND ONE GANG WRENCH. Yes 13. WARRANTY OEM STANDARD MANUFACTURERS WARRANTY Yes Warranty of 3 years EXCEPTIONS TO THE SPECIFICATIONS EXCEPTIONS TO THE SPECIFICATIONS OF ANY ITEMS STATED HEREIN SHALL BE FULLY DESCRIBED IN WRITING BY THE CONTRACTOR IN THE SPACE PROVIDED BELOW: 005.0.20031TBVehideMcloc 38 1 ITB #005-0-2003/DC, Addendum #1 Page 1 of 3 Revised 1130103 CITY OF LUBBOCK MINIMUM SPECIFICATIONS FOR STACKER BAR PLANTER, 12 (30 INCH) ROW CAPACITY SPEC. NV-F-23 MAKE Monosem MODEL NG+ 12-30-0 IT IS THE INTENT OF THESE SPECIFICATIONS AND THE SPECIFICATIONS FOR EQUIPMENT GENERAL INFORMATION, REQUIREMENTS AND CONDITIONS SECTION TO DESCRIBE MINIMUM REQUIREMENTS. THE VEHICLE SHALL MEET OR EXCEED THE CONSTRUCTION AND PERFORMANCE SPECIFICATIONS DESCRIBED IN THE FOLLOWING MINIMUM SPECIFICATIONS. THE SELLER SHALL BE REQUIRED TO MARK COMPLIANCE TO THE SECTION OF THE SPECIFICATIONS IN THE SPACE PROVIDED. ALL EQUIPMENT FURNISHED AS STANDARD BY THE MANUFACTURER SHALL BE INCLUDEDJF NOT STATED IN THE WRITTEN SPECIFICATIONS. ANY DEVIATIONS FROM THE WRITTEN SPECIFICATIONS SHOWN IN THE INVITATION TO BID SHALL BE NOTED ON THE ATTACHED EXCEPTIONS TO THE SPECIFICATIONS. IN ORDER TO RECEIVE FULL CONSIDERATION, QUOTATION MUST FOLLOW THESE SPECIFICATIONS AND THE INVITATION TO BID'S TERMS AND CONDITIONS. NO. ITEM MINIMUM REQUIREMENTS SELLER COMPLIANCE YES NO SCOPE PLANTER, STACKING TOOL BAR DESIGN, PROVIDING FOR 12 ROWS SET ON 30 INCH SPACING. 1. COVERAGE WIDTH NOT LESS THAN 12 ROWS, SET AT 30 INCHS SPACING, IN ONE PASS. Yes 2. TRANSPORT WIDTH MAXIMUM: 20 FEET AND 6 INCHES, OVERALL TRANSPORT WIDTH. Yes 3. STACKER BAR SEVEN INCH TUBELAR STEEL PRIMARY FRAMEWORK. Yes 4. TILLAGE ATTACHMENTS CONSERVATION TYPE DISK FURROWERS WITH TWO SOLID BLADES ON EACH ARRANGEMENT. Yes 5. OPENER A MINIMUM OF 13 INCH DIAMETER, DOUBLE DISK ARRANGEMENT, WITH ROTARY SCRAPERS. Yes 6. DEPTH GAUGING TWO EACH, ON EACH ROW UNIT, NOT LESS THAN 4' X 16' GAUGE WHEELS WITH QUICK ADJUSTMENT FEATURES. Yes 7, SEED METERING OEM STANDARD HYDRAULIC DRIVEN VACUUM SYSTEM WITH VACUUM GAUGE VISIBLE TO THE OPERATOR WHILE INSIDE THE TRACTOR. THE SYSTEM SHALL BE FURNISHED WITH 12 CORN DISKS, 25,000145,000 PLANT POPULATION PER ACRE RANGE, WITH QUICK ADJUSTMENT RATE DISPERSING FEATURE. Yes 8. SEED HOPPERS INDIVIDUAL ROW SEED HOPPERS SHALL BE CONSTRUCTED OF NON-METAL COMPONENTS WITH CAPACITY OF NOT LESS THAN 1.5 BUSHELS EACH. Yes 005-0-2003/DCAddend 1.doc ITB #005-0-200 m #1 Page 2 of 3 CITY OF LUBBOCK MINIMUM SPECIFICATIONS FOR STACKER BAR PLANTER, 12 (30 INCH) ROW CAPACITY SPEC. NV-F-23 NO. ITEM MINIMUM REQUIREMENTS SELLER CO .'= _ CE YES NO 9. CLOSING SYSTEM CLOSING SYSTEM CONSISTING OF TWO DISKS EACH ROW, DESIGNED TO COVER FURROW, WITH A SINGLE WIDE BASE, RUBBER TREAD COMPRESSION WHEEL Yes FOR EACH ROW. 10. MONITOR A MONITOR DESIGNED FOR IN -CAB MOUNTING, WITH ELECTRONIC DISPLAY SHOWING ROW FAILURE, SEED POPULATION, SEED SPACING, AVERAGE POPULATION, ACRE COUNTER AND GROUND SPEED. Yes 11. MARKERS OEM STANDARD SIDE MARKERS WITH HYDRAULIC Yes FOLDING FEATURES. 12. HYDRAULICS OEM HYDRAULIC CYLINDERS, LINKAGE, HOSES AND CONTROLS TO OPERATE ALL FEATURES OF THE PLANTER, TO INCLUDE RAISING, LOWERING, FOLDING, AND TRANSPORT PREPERATION, THE ASSEMBLY SHALL BE FURNISHED WITH QUICK DISCONNECT ISO FITTING WITH DUST CAPS. Yes 13. HITCH OEM CATEGORY THREE (3) QUICK HITCH Yes 14. SAFETY FEATURES SMV SIGN AND PARKING STANDS. Yes 15. WARRANTY OEM STANDARD MANUFACTORER WARRANTY Yes 1 year warranty OPTIONS 0.1 SEED HOPPERS OVERSIZED, NOT LESS THAN THREE BUSHELS EACH. $ 1,056.00 0.2 TARP COVER A FITTED, WEATHER RESISTANT, FULL COVER, DESIGNED TO SECURLY ATTACH TO AND PROTECT THE TOTAL PLANTER DURING PERIODS OF STORAGE. $ 944.00 005-0-2003lDCAddendl.doc Page 3 of 3 ITB #005-0-2003/DC, Addendum #1 CITY OF LUBBOCK MINIMUM SPECIFICATIONS FOR STACKER BAR PLANTER, 12 (30 INCH) ROW CAPACITY SPEC. NV-F-23 EXCEPTIONS TO THE SPECIFICATIONS EXCEPTIONS TO THE SPECIFICATIONS OF ANY ITEMS STATED HEREIN SHALL BE FULLY DESCRIBED IN WRITING BY THE CONTRACTOR IN THE SPACE BELOW. Page 1 of 2 005-0-2003/DCAddend 1.doc Resolution No. 2003—RO146 ITB #WS-0-2003/10C, Row Crop Farm Equipment SUBMIT TO: t a CITY OF LUBBOCK CITY OF LUBBOCK, TEXAS PURCHASING DEPARTMENT 1625 13TH STREET, RM L04 LUBBOCK, TX 79401-3830 AN EQUAL OPPORTUNITY EMPLOYER INVITATION TO BID #005-0-2003/DC CONTACT PERSON: Diana Caudillo TEL: 806.775.2167 FAX: 806.775.2164 http://purchasing.ci.tubbock.tx.us TITLE: SUBMITTAL DEADLINE: Row Crop Farm Equipment February 11, 2003 @ 3:00 pm CST PRE BID DATE, TIME AND LOCATION: January 28, 2003 @ 11:00 Any bids received after the time and date listed am CST, in the Municipal Building, 1625 13th Street, Planning above, regardless of the mode of delivery, shall be Conference Room 107, Lubbock, Texas returned unopened. RESPONDE tt Aa1Jt5�Oge4p "NO . IF RETURNING AS A BID", PLEASE COMPLETE AND RETURN "STATEMENT OF NO BID". MAILING ADDRESS' I I ITHE , 0 . oK G.$ CITY - STA r Zlr:_ n (A 1 e Ji, �G L �� �� A Gi THE CITY OF LUBBOCK RESERVES THE RIGHT TO ACCEPT OR REJECT ANY AND ALL BIDS IN WHOLE OR IN PART AND WAIVE ANY INFORMALITY IN THE COMPETITIVE BID PROCESS. FURTHER, THE CITY RESERVES THE RIGHT TO ENTER INTO ANY CONTRACT DEEMED TO BE IN THE BEST INTEREST OF THE TELEPHONE NO q Q�� (O fl IT IS THE INTENT AND PURPOSE OF THE CITY OF LUBBOCK THAT THIS FAX NO: �jQ CC U REQUEST PERMITS COMPETITIVE BIDS. IT IS THE BIDDER'S RESPONSIBILITY TO ADVISE THE CITY OF LUBBOCK PURCHASING MANAGER IF ANY LANGUAGE, REQUIREMENTS, ETC., OR ANY COMBINATIONS THEREOF, E-MAIL' P R, I S raWk gf. COM INADVERTENTLY RESTRICTS OR LIMrrS THE REQUIREMENTS STATED IN THIS nB TO A SINGLE SOURCE. SUCH NOTIFICATION MUST BE SUBMITTED IN WRITING AND MUST BE RECEIVED BY THE PURCHASING MANAGER NO LATER FEDERAL T ID N . OR SOCIAL SECURITY N0. THAN FIVE (5) BUSINESS DAYS PRIOR TO THE ABOVE SUBMITTAL DEADLINE. THE BIDDER HEREBY ACKNOWLEDGES RECEIPT OF AND AGREES ITS BID IS BASED ON THE FOLLOWING ADDENDA: #1 #2 #3 #4 #5 (Please Initial) The City of Lubbock Charter states that no officer or employee of the City can benefit from any contract, job, work or service for the municipality or be interested in the sale to the City of any supplies, equipment, material or articles purchased. Will any officer or employee of the City, or member of their immediate family, benefit from the award of this bid to the above firm?_ YES NO IN COMPLIANCE WITH THIS SOLICITATION, THE UNDERSIGNED BIDDER HAVING EXAMINED THE INVITATION TO BID AND SPECIFICATIONS, AND BEING FAMILIAR WITH THE CONDITIONS TO BE MET, HEREBY SUBMITS THE FOLLOWING BID FOR FURNISHING THE MATERIAL, EQUIPMENT, LABOR AND EVERYTHING NECESSARY FOR PROVIDING THE REMS LISTED ON THE ATTACHED BID FORM AND AGREES TO DELIVER SAID REMS AT THE LOCATIONS AND FOR THE PRICES SET FORTH ON THE BID FORM. AN INDIVIDUAL AUTHORIZED TO BIND THE COMPANY MUST SIGN THE FOLLOWING SECTION. FAILURE TO EXECUTE THIS PORTION MAY RESULT IN BID REJECTION. By my signature I certify that this offer is made without prior understanding, agreement, or connection with any corporation, firm, business entity, or person submitting an offer for the same materials, supplies, equipment, or service(s), and is in all respects fair and without collusion or fraud. I further agree that if the offer is accepted, the offeror will convey, sell, assign, or transfer to the City of Lubbock all right, title, and interest in and to all causes of action it may now or hereafter acquire under the Anti-trust taws of the United States and the State of Texas for rice fixing relating to the particular commodity(s) or service (s) purchased or acquired by the City of City's e ' , suc ignment shall be made and become effective at the time the City tenders final payment to the vend r. s r' zed Si ` ur Title 1 Print/Type Name Date THIS FORM MUST BE COMPLETED AND RETURNED WITH YOUR RESPONSE. 005-0-20031TBVehic1eBV.doc ITB #005-0-2003110C, Row Crop Farm Equipment BID FORM Row Crop Farm Equipment CITY OF WBBOCK, TEXAS ITB #005-0-2003/DC In compliance with the Invitation to Bid #005-0-2003/DC, the undersigned Bidder having examined the Invitation to Bid and Specifications, and being familiar with the conditions to be met, hereby submits the following Bid for furnishing the material, equipment, labor and everything necessary for providing the items listed below and agrees to deliver said items at the locations and for the prices set forth on this form. The Invitation to Bid #[number] is by reference incorporated in this contract. The Bid Form must be completed in blue or black ink or by typewriter. Delivery One Set of Unit UNIT PRICE' BID EXTENDED (Days) Mfr's Repair, ITEM QTY Of DESCRIPTION COST After Parts rk Measure Receipt of Service Order Manuals I. 2 Each ROTARY HOE, 12 ROW WIDTHS, SET ON 30 S $ $ INCH SPACING, WITH THREE-POINT, CAT 3, HITCH ATTACHMENT Option One (1) DEBRIS GUARDS 9 EACH ROTOR SHALL BE FURNISHED WITH A , DEVICE TO PREVENT BUILD-UP OF SOIL OR DEBRIS ON THE CUTTING TEETH. Option Two (2) ATTACHMENTS THE ROTOR SUPPORT ARMS SHALL BE ATTACHED TO THE TOOL BAR WITH A ALLOWANCE FOR REMOVAL OR ADJUSTMENT OF ROW WIDTH. Brand Name and Model Number: 2. 2 Each PLANTER, STACKING TOOL BAR DESIGN, $ $ 5 PROVIDING FOR 12 ROWS SET ON 30 INCH SPACING. Option One (1) SEED HOPPERS OVERSIZED, NOT LESS THAN THREE BUSHELS EACH. Option Two (2) TARP COVER. A FITTED, WEATHER RESISTANT, FULL COVER, DESIGNED TO SECURLY ATTACH TO AND PROTECT THE TOTAL PLANTER DURING PERIODS OF STORAGE. Brand Name and Model Number. 3. 2 Each CULTIVATOR, ROW CROP, CONVERVATION5 $ $ $ TYPE, SET FOR 12 ROWS AT 30 INCHS SPACING. A151q.21( / Brand Name and Model Number: 005-0-200317BVehideBV.doc rTB #005-0-2003/DC, Row Crop Farm Equipment 4. 2 Each DISK HARROW, TANDEM ARRANGEMENT, c$ 5 $ WITH TRANSPORT WHEELS AND HYDRAULIC LEVELING Brand Name and Model Number: 5. 2 Each CRADLE, WITH RACKS AND FIXTURES TO $ $ $ SECURE, TRANSPORT, AND UNLOAD 12 EACH ROUND HAY BALES, APPROXIMATELY FIVE FEET LONG AND SIX FEET IN DIAMETER, SIX BALES ON EACH SIDE. UNIT SHALL BE CONSTRUCTED TO SLIDE ONTO A FLAT BED FOR UTILIZATION. Brand Name and Model Number: 6. 2 Each TRAILER, GOOSE NECK, TWO AXLE, $ $ $ EQUIPPED WITH RACKS AND FIXTURES TO SECURE, TRANSPORT, AND UNLOAD 12 EACH ROUND HAY BALES, APPROXIMATELY FIVE FEET LONG AND SIX FEET IN DIAMETER, SIX BALES ON EACH SIDE Brand Name and Model Number: 7. 2 Each TRACTOR, AGRICULTURE DESIGN, WITH DRAW BAR AND THREE (3) POINT HITCH $to5 $ 1 $ ARRANGEMENT, DUAL REAR WHEELS AND �A {} LIVE PTO DRIVE SYSTEM Option One (1) EXTENDED WARRANTY 31+700 .01D OEM EXTENDED 100% COVERAGE FOR 5 YRS. - 5000 HRS. Brand Name and Model Number: �o�tvl _Doere 920 MI -WO w/ d; 4 5 'PRICE: F.O.B. City of Lubbock Municipal Garage - Lubbock, Texas PAYMENT TERMS AND DISCOUNTS - Bidder offers a prompt payment discount of %, net _ calendar days. Discounts will not be considered in determining low bid. Unless otherwise indicated on the Bid Form, payment terms will be NET THIRTY DAYS. The City will pay the successful bidder within thirty days after the receipt of a correct invoice or after the date of acceptance, whichever event occurs later. Discounts for prompt payment requiring payment by the City within a stipulated number of days will be interpreted as applying within the stipulated number of calendar days after the date of receipt by the City of a correct invoice or after the date of acceptance that meets contract requirements, whichever event occurs later. Discounts for payment in less than ten days will not be considered. 005-0-20031TBVehideWdoc iTB #005-0-20031DC, Row Crop Farm Equipment INTERLOCAL PURCHASING (optional): The City desires to make available to other local governmental entities of the State of Texas, by mutual agreement with the successful bidder, and properly authorized interlocal purchasing agreements as provided for by the Interlocal Cooperation Act (Chapter 791, Government Code), the right to purchase the same services, at the prices quoted, for the period of this contract. Each bidder shall indicate on the Bid Form in the space provided below if he/she will honor Political Subdivision orders in addition to orders from the City of Lubbock. Should these other governmental entities decide to participate in this contract, would you (the bidder) agree that all terms, conditions, specifications, and pricing would apply? Other governmental entities that might have interests in this contract are Frenship Independent School District, Lubbock Housing Authority, Lubbock County, Lubbock County Hospital District, Lubbock Independent School District, South Plains Association of Governments, City of Texarkana, Texas Tech University, West Texas Municipal Power Agency, and City of Wolfforth. YES V NO • If you (the bidder) checked YES, the following will apply: • Governmental entities utilizing interlocal Agreements for Cooperative Purchasing with the City of Lubbock will be eligible, but not obligated, to purchase materials/services under the contract(s) awarded as a result of this solicitation. All purchases by governmental entities other than the City of Lubbock will be billed directly to that governmental entity and paid by that governmental entity. City of Lubbock will not be responsible for another governmental entity's debts. Each governmental entity will order their own materials/service as needed. THIS BID IS SUBMITTED BY 70-W1tt5 't jdupwt.e % a corporation organized under the laws of the State of ��XaS , or a partnership consisting of rr or individual trading as of the City of L � F1 Q City: Li lik e-1 State: T1l zip lqm M/WBE Firm: Woman Black American Native American Hispanic American I I Asian Pacific American I Other (SDecifvl Any entity or person that manufactures, distributes, converts new motor vehicles (or represents an entity that manufactures, distributes, or converts new motor vehicles) or is in the business of buying, exchanging, or selling new motor vehicles is required under the Texas Vehicle Commission Code, Tex.Rev.Civ.Stat.Ann. Art 4413(36) and 4413(36a) to be licensed by Motor Vehicle Division of the Texas Department of Transportation. In order for a bid to be in compliance with the Motor Vehicle Commission Code, the bidder must hold and provide all applicable current valid licenses issued by the State of Texas: 1. Name and Manufacture's License No. 2. Name and Converter's License No. 3. Name and Representative's License No. 4. Name and Franchise Dealer's License No. General Distinguishing No. (Franchised TX dealer) By Date: Authorized Representative - must sign by hand Officer Name and Title: Please Print Business Telephone Number FAX: FOR CITY USE ONLY Bid Form Item Number(s) Awarded to Above Named Firm/Individual: Date of Award by City Council (for bids over $25,000): Date P.O./Contract Issued: RETURN COMPLETED Ik SIGNED BID FORM ALONG WITH CITY OF LUBBOCK SPECIFICATIONS. 005-0-20031TBVehIcIeBV.doc 5 ITB #005-0-2003/DC. Row Crop Farm Equipment NEW. EQUIPMENT SERVICE QUESTIONNAIRE 1. What is the name and address of the nearest authorized service facility to the City of Lubbock? If your company does not own nearest serfvice facility, please provide letter of assurance of service from said facility. &q- 2. What is your total parts inventory for the proposed equipment? 3. How many technicians are employed at the nearest service facility? -:�aujks emu• - Levett" 4- 4. How many field service technicians are available for on -site service? 2 5. What is the hourly labor rate for shop labor? Nry, 6. What is the hourly labor rate for field service labor? 96(f + VK 1 I e9t - Q�er VK1 7. What is the average response time that ca be expected for a service call? 8. What is the average delivery time for parts not found in inventory? 1 wov'ki�Jtarts 9. Approximately how long will��repla be available for the proposed unit? 10. Explain the method for calc ial he discount available for repair/replacement parts. (Show percent of discount to be expected.) P 11. Provide an explanation of the standard warranty coverage of the machine quoted. What is the process for handling defective parts, quality of workmanship or poor quality of materials? 2 Y+r5. 20M Ors o44 -Trail oar' - t r Ovl Catt iva er 12. How many years has this particular machine been in production. I �lr on�trac�av- & yrs wn Cwl 4. 13. If the service facility is located outside the City of Lubbock, explain the process for performing (i) warranty work, (ii) service not covered in the warranty, and (M) service work after the warranty has expired. W&rrpL4V—'SUO�L Fop %K �10 LL'SA tJI.K-t2 SS Mi 0-ov— Yia F Co wej _ Coto `ts t`o,u,Vt,e oe 0-X& , cq�l;pwer5 CowJImee- 14. Who is liable for transportation expense should the unit require out of town service during the warranty period? —The CA. _ 1 DkXkeA/_ 15. Explain the method used to calculate the transportation expense of out of town service. 12.6o per l oat&4 Ma l e 16. State in years the useful life and expected downtime of equipment quoted. Lice --m 3O ylrs. D0W V EF VU'e - F5 kacct s j yeol ►- NOTE: RETURN THIS QUESTION AIRS ALONG WITH YOUR BID SUBMITTAL. YOUR RESPONSE TO THE EQUIPMENT SERVICE QUESTIONNAIRE MAY BE A FACTOR IN DETERMINING THE LOWEST RESPONSIBLE BiD. 005-0-20031TBVehideBV.doc 23 ITB #005-0-2003/DC, Row Crop Farm Equipment City of Lubbock Consideration of Location of Bidder's Principal Place of Business Affidavit of Eligibility Pursuant to Texas Local Government Code 271.905(b), in purchasing real property or personal property that is not affixed to real property, if the City receives one or more bids from a bidder whose principal place of business is in the City of Lubbock and whose bid is within three percent (3%) of the lowest bid price received by the City from a bidder who is not a resident of the City of Lubbock, the City may enter into a contract with: (1) the lowest bidder; or (2) the bidder whose principal place of business is in the City of Lubbock if the City Council determines, in writing, that the local bidder offers the City the best combination of contract price and additional economic development opportunities for the City of Lubbock created by the contract award, including the employment of residents of the City of Lubbock and increased tax revenues to the City of Lubbock. In order to receive consideration, bidders must submit this affidavit to: Victor Kilman, Purchasing Manager City of Lubbock 1625 13t' Street Lubbock, TX 79401 Complete all areas belaw-4ncomplete affidavits may be rejected. Local Business Name: Local Address (must be within the City limits): 1. Is the above address the principal place of business for the business named above? 00 2. How many residents of the City of Lubbock are employed at the above business location? 3. Year your business was established in the City of Lubbock: (' A 4. For transactions that require sales tax, provide the following Resetier information: Reseller Permit Number: Company Name and Address (as it appears on permit): 5. Does your business have more than one office in the State of Texas? Yes No es, identify the office loca on considered a the poi t-of sale credit for sales tax purposes: WkS wow LeVel� X 1C133 & lw&u 6. Was the local business required to pay business and/or real property tax for the most recent tax year? Yes No If Yes, did the local business pay any of this tax to the City of Lubbock? Yes '-"No Under penalty of perjury, the undersigned states that the foregoing statements are true and correct. It is further acknowledged that any person, firm, co n, or en ' natty wbmitting false information to the City in an attempt to qualify for eligibility shall be p ited fro bi di n i bock products and services for a period of one (1) year. Authorized Signature: Date: i3 - Printed Name and Title: 005-0-2003MVehideW.doc 27 ITB #005-0-20031DC, Row Crop Farts Equipment PAGE 1 OF 2 DATED 11/25/02 CITY OF LUBBOCK MINIMUM SPECIFICATIONS FOR CULTIVATOR, 12 ROW / 30 INCH, ROW SPACING SPEC. NV-F-24 MAKE MODEL IT IS THE INTENT OF THESE SPECIFICATIONS AND THE SPECIFICATIONS FOR EQUIPMENT GENERAL INFORMATION, REQUIREMENTS AND CONDITIONS SECTION TO DESCRIBE MINIMUM REQUIREMENTS. THE VEHICLE SHALL MEET OR EXCEED THE CONSTRUCTION AND PERFORMANCE SPECIFICATIONS DESCRIBED IN THE FOLLOWING MINIMUM SPECIFICATIONS. THE SELLER SHALL BE REQUIRED TO MARK COMPLIANCE TO THE SECTION OF THE SPECIFICATIONS IN THE SPACE PROVIDED. ALL EQUIPMENT FURNISHED AS STANDARD BY THE MANUFACTURER SHALL BE INCLUDED, IF NOT STATED IN THE WRITTEN SPECIFICATIONS. ANY DEVIATIONS FROM THE WRITTEN SPECIFICATIONS SHOWN IN THE INVITATION TO BID SHALL BE NOTED ON THE ATTACHED EXCEPTIONS TO THE SPECIFICATIONS. IN ORDER TO RECEIVE FULL CONSIDERATION, QUOTATION MUST FOLLOW THESE SPECIFICATIONS AND .THE INVITATION TO BID'S TERMS AND CONDITIONS. NO. ITEM MINIMUM REQUIREMENTS SELLER COMPLIANCE YES NO SCOPE CULTIVATOR, ROW CROP, CONVERVATION TYPE, SET FOR 12 ROWS AT 30 INCHS SPACING. 1. COVERAGE WIDTH NOT LESS THAN 12 ROWS, SET AT 30 INCHS SPACING, IN ONE PASS. 2. TRANSPORT WIDTH 19 FEET, MAXIMUM, DURING TRANSPORT. 3. DEPTH CONTROL SINGLE CRANK WITH INDICATOR FOR EACH ROW UNIT, TO INCLUDE A SINGLE, IN FURROW 20 INCH COULTER/ GAUGE WHEEL PER ROW. 4. TILLAGE TOOLS TWO EACH, ADJUSTABLE BARRING OFF DISKS PER ROW UNIT. 20 INCH CULTIVATOR SWEEPS WITH ADJUSTABLE RIDGING WING AND TWO EACH, ADJUSTABLE FENDERS PER ROW UNIT. 5. DOWN PRESSURE MECHANICAL SPRING PRESSURE IS REQUIRED. / PENUMATIC DEVICES ARE NOT ACCEPTABLE. 6. TOOL BAR TOOLING AND ATTACHMENTS SHALL BE CONNECTED TO A FOLDING TOOL BAR FURNISHED WITH A CAT 3, THREE POINT QUICK ATTACHMENT HITCH. 7. HYDRAULICS OEM HYDRAULIC CYLINDERS, LINKAGE, HOSES AND CONTROLS TO OPERATE ALL FEATURES OF THE CULTIVATOR, TO INCLUDE RAISING, LOWERING, TILTING, FOLDING AND TRANSPORT PREPERATION. / THE ASSEMBLY SHALL BE FURNISHED WITH QUICK DISCONNECT ISO FITTING WITH DUST CAPS. 005-0-2003rrBVehicleBV.doc 35 PAGE 2 OF 2 DATED 11/25/02 ITB #005-0-2003/DC, Row Crop Farm Equipment CITY OF LUBBOCK MINIMUM SPECIFICATIONS FOR CULTIVATOR, 12 ROW / 30 INCH, ROW SPACING SPEC. NV-F-24 NO. ITEM MINIMUM REQUIREMENTS SELLER COMPLIANCE YES NO 8. SAFETY FEATURES SMV SIGN, DEFLECTOR SHIELDS AND PARKING STANDS. ✓ 9. WARRANTY OEM STANDARD MANUFACTURERS WARRANTY EXCEPTIONS TO THE SPECIFICATIONS EXCEPTIONS TO THE SPECIFICATIONS OF ANY ITEMS STATED HEREIN SHALL BE FULLY DESCRIBED IN WRITING BY THE CONTRACTOR IN THE SPACE BELOW. SUae dM '01tAUL&eA I, tLu.r ortGe however w e- VW4 --® V�tow I, jw size (5 0054-20031TBVehiclel3V,doc 36 PAGE 1 OF 5 DATED 11/19/02 ITB #005-0-2003JDC, Row Crop Farm Equipment CITY OF LUBBOCK MINIMUM SPECIFICATIONS FOR TRACTOR, AGRICULTURE, FOUR- WHEEL -DRIVE, 215 PTO HP SPEC F-60 MAKE MODEL IT IS THE INTENT OF THESE SPECIFICATIONS TO DESCRIBE MINIMUM REQUIREMENTS. THE VEHICLE SHALL MEET OR EXCEED THE CONSTRUCTION AND PERFORMANCE SPECIFICATIONS DESCRIBED IN THE FOLLOWING MINIMUM SPECIFICATIONS. THE SELLER SHALL BE REQUIRED TO MARK COMPLIANCE TO THE SECTION OF THE SPECIFICATIONS IN THE SPACE PROVIDED. ALL EQUIPMENT FURNISHED BY THE MANUFACTURER AS STANDARD SHALL BE INCLUDED, EVEN IF NOT SPECIFICALLY STATED IN THE WRITTEN SPECIFICATIONS. ANY DEVIATIONS FROM THE WRITTEN SPECIFICATIONS SHOWN IN THE INVITATION TO BID SHALL BE NOTED ON THE ATTACHED EXCEPTIONS TO THE SPECIFICATIONS. TO RECEIVE FULL CONSIDERATION, QUOTATION RESPONSE MUST FOLLOW THESE SPECIFICATIONS AND THE INVITATION TO BID'S TERMS AND CONDITIONS. NO. ITEM MINIMUM REQUIREMENTS SELLER COMPLIANCE YES NO SCOPE TRACTOR, AGRICULTURE DESIGN, WITH DRAW BAR AND THREE (3) POINT HITCH ARRANGEMENT, DUAL REAR WHEELS AND LIVE PTO DRIVE SYSTEM. 1. ENGINE DIESEL FUELED, LIQUID COOLED, FOUR STROKE/CYCLE, TURBOCHARGED, SIX CYLINDER ENGINE WITH NOT LESS THAN 489 CUBIC INCHS (8.0 L) DISPLACEMENT, 1,400 / FOOT POUNDS TORQUE @ 1,600 RPMS, PROVIDING NOT LESS THAN 215 PTO HORSEPOWER. 1.1 ACCESSORIES THE ENGINE SHALL BE FURNISHED WITH THE FOLLOWING ACCESSORIES, AS A MINIMUM: 1.1.1 AIR FILTER TWO STAGE DRY TYPE AIR CLEANER, WITH PRE -CLEANER, % AND A RESTRICTION INDICATOR LOCATED WITHIN VIEW OF / THE SEATED OPERATOR. S 1.1.2 FUEL FILTER OEM FUEL FILTERING SYSTEM. 2. TRANSMISSION FULL POWER SHIFT DESIGN TRANSMISSION WITH A MINIMUM OF FIFTEEN (15) FORWARD AND FOUR (4) REVERSE GEARS WITH A NEUTRAL SAFETY SWITCH, PREVENTING ENGINE FR1 STARTING WITH TRANSMISSION IN A DRIVE GEAR. ✓✓ 2.2 FRONT AXLE DRIVE THE FRONT AXLE DRIVE ENGAGEMENT SHALL BE OPERAT!f CONTROLLED FROM INSIDE THE CAB. �1 _ 3. FRONT AXLE FRONT AXLE SHALL BE OF THE STEERING AND DRIVE DESIGN WITH TIRE TRACK WIDTH SHALL BE ADJUSTED TO 60 INCHX FOR OPERATION WITH 30 INCH ROW SPACING. .•�� 4. STEERING OEM POWER ASSISTED. 005-0-2003ITBVehideMdoc 44 PAGE 2 OF 5 DATED 11/19/02 ITS #005-0.2003/DC, Row Crop Farm Equipment CITY OF LUBBOCK MINIMUM SPECIFICATIONS FOR TRACTOR, AGRICULTURE, FOUR- WHEEL -DRIVE, 215 PTO HP SPEC F-60 NO. ITEM MINIMUM REQUIREMENTS SELLER COMPLIANCE YES NO 5. ELECTRICAL SYSTEM 12 VOLT ELECTRICAL SYSTEM. 5.1 ALTERNATOR OEM ALTERNATOR OF NOT LESS THAN 125 AMPS RATING. 5.2 BATTERIES OEM DUAL BATTERY CONFIGURATION, MINIMUM 1,800 / CCA. ✓ 5.3 LIGHTING THE LIGHTING SYSTEM SHALL INCLUDE NOT LESS THAN FOUR EACH FRONT AND REAR HEAD/WORK LIGHTS, TWO TAIL LIGHTS, TURN SIGNALS,CAB INTERIOR AND / INSTRUMENTATION LIGHTING. ✓ 5.4 TRAILER PLUG ONE SEVEN PIN, TRAILER CONNECTOR, LOCATED AT THE REAR OF TRACTOR, WIRED FOR TAIL, AND TURN LIGHTS. 6. INSTRUMENTATION OEM INSTRUMENATION TO INCLUDE THE FOLLOWING / AS A MINIMUM: ✓/ 6.1 TACHOMETER ENGINE AND PTO RPM INDICATOR. 6.2 FUEL GAUGE FUEL LEVEL GAUGE. 6.3 AMP/VOLT METER CHARGING AMPS OR BATTERY VOLTAGE INDICATOR. 6.4 COOLANT TEMPERATURE ENGINE COOLANT TEMPERATURE INDICATOR, WITH OVERHEATING WARNING DEVICE. 6.5 ENGINE OIL PRESSURE ENGINE OIL PRESSURE INDICATOR, WITH LOW OIL PRESSURE ALERT DEVICE. ✓ 7. BRAKES OEM POWER ASSISTED. 8. HITCHS OEM CAT III RATINGS, TO INCLUDE A DRAWBAR WITH PIN, AND A THREE POINT QUICK HITCH ARRANGEMENT WITH LIFTING CAPACITY OF NOT LESS THAN 15,000 LBS. 9. PTO OEM STANDARD 1 3/" SHAFT, 1000 RPM, PTO ARRANGEMENT. ✓ 10. FUEL TANK 70 GALLONS (US), MINIMUM FUEL CAPACITY. 005-0-2003rrBVenlaeBV.doc 45 PAGE 3OF5 DATED 11/19/02 ITB #005-0-2003MC, Raw Crop Farm Equipment CITY OF LUBBOCK MINIMUM SPECIFICATIONS FOR TRACTOR, AGRICULTURE, FOUR- WHEEL -DRIVE, 215 PTO HP SPEC F-60 NO, ITEM MINIMUM REQUIREMENTS SELLER COMPLIANCE YES NO 11. TIRES OEM FRONT AND REAR AS SPECIFIED. 11.1 FRONT TIRES FRONT TIRE SIZE NOT LESS THAN 16.91130 WITH CHEVRON STYLE TREAD. 11.2 REAR TIRES DUAL REAR TIRES; MAXIMUM WIDTH OF 18.41146 WITH INNER DUAL SET AT 60 INCHS CENTER, WITH OUTER DUALS SET AT 120 INCHS CENTER, WITH CHEVRON STYLE TREAD DESIGN. OUTSIDE DUALS SHALL NOT / CONTAIN LIQUID BALLAST. ✓ 12. WEIGHT SHIPPING WEIGHT OF NOT LESS THAN 20,000 POUNDS, WITH FRONT TO REAR RATION OF 40/60 %, WITHOUT IMPLEMENT ATTACHED. ADDITIONAL WEIGHTS SHALL BE FURNISHED TO PROVIDE SAFE OPERATIONAL BALANCE WITH AN IMPLEMENT ATTACHED WEIGHING NOT LESS THAN SPECIFIED MINIMUM HITCH CAPACITY. INSIDE DUAL / AND FRONT TIRES MAY UTILIZE WATER AND ANTIFREEZE ✓/ LIQUID BALLAST AS REQUIRED. 13. CAB OEM ENCLOSED, PRESSURIZED, HEATED AND AIR CONDITIONED CAB ASSEMBLY. THE CAB SHALL INCLUDE TWO DOORS, OR ONE DOOR AND ONE WINDOW THAT OPENS SUFFICENT TO ACT AS AN EMERGENCY ESCAPE EASEMENT. THE CAB SHALL INCLUDE THE FOLLOWING FEATURES AS A MINIMUM: 13.1 DOORS Et WINDOWS TWO DOORS, OR ONE DOOR AND ONE WINDOW OF SUFFICENT SIZE TO PROVIDE AN ALTERNATE EXIT. 13.2 AIR CONDITIONING OEM AIR CONDITIONING WITH SELFCLEANING FILTER / SYSTEM. 13.3 STEERING CONSOLE TILT AND TELESCOPING STEERING WHEEL/COLUMN ASSEMBLY. 13.4 RADIO OEM AM/FM RADIO WITH A MINIMUM OF TWO SPEAKERS, 005-0-20031TBVehicleBV.doc 46 PAGE 4OF5 DATED 11/19/02 ITB #005-0-2003/DC, Row Crop Farm Equipment CITY OF LUBBOCK MINIMUM SPECIFICATIONS FOR TRACTOR, AGRICULTURE, FOUR- WHEEL -DRIVE, 215 PTO HP SPEC F-60 NO. ITEM MINIMUM REQUIREMENTS SELLER COMPLIANCE YES NO 13.5 SEAT OEM SUSPENSION TYPE OPERATORS SEAT WITH ARM RESTS, CLOTH COVERING, AND SEAT BELTS. SEAT MOUNTING SHALL PROVIDE FORWARD AND AFT MOVEMENTS, SEAT HEIGHT AND BACK ANGLE ADJUSTMENTS. / 13.6 MIRRORS RIGHT AND LEFT SIDE EXTERNAL MIRRORS. ✓ 14. HYDRAULICS OEM STANDARD WITH FOUR REMOTE CURCUITS WITH ASAE/ISO COUPLERS. EACH CURCUIT SHALL HAVE A 22 GPM FLOW. -Z 15. AUXILARY EQUIPMENT A TOOLBOX WITH PADLOCK HASP AND A SLOW MOVING / EMBLEM. 16. WARRANTY OEM WARRANTY COVERAGE OF NOT LESS THAN 24 MONTHS, OR 2,000 HOURS, 100% PARTS AND LABOR, WARRANTY SHALL INCLUDE ALL LIQUIDS AND LUBRICANTS REQUIRED DURING WARRANTY REPAIRS. WARRANTY COVERAGE SHALL BE FURNISHED ON SITE OR INCLUDE TRANSPORTATION OF THE TRACTOR TO THE MAINTENANCE FACILITY LOCATION AND RETURN. OPTIONS 1. EXTENDED WARRANTY OEM EXTENDED 100% COVERAGE FOR 5 YRS. - 5000 HRS. $ 005-0-20031TBVehideBV.doc 47 PAGE 5OF5 DATED 11/19/02 ITB #005-0-2003/DC, Row Crop Farm Equipment CITY OF LUBBOCK MINIMUM SPECIFICATIONS FOR TRACTOR, AGRICULTURE, FOUR- WHEEL -DRIVE, 215 PTO HP SPEC F-60 NO. ITEM MINIMUM REQUIREMENTS SELLER COMPLIANCE YES NO EXCEPTIONS TO THE SPECIFICATIONS EXCEPTIONS TO THE SPECIFICATIONS OF ANY ITEMS STATED HEREIN SHALL BE FULLY DESCRIBED IN WRITING BY THE CONTRACTOR IN THE SPACE PROVIDED BELOW: H1ar�a�n.� COVQ_Ycw Cant be 06we. ovt-"i �e bo� +'vwx y w1 f1 be cdaed kr 0.service Cast +o aw4 +ra4or. We Cam V f Prove e Flree Vta 40 vt.c� �rc�cnti 1� e �►� Q �- LubbQr. �r reoa i Ir +S C w t In e�,-v�.yo r r �cm 5 ��c�uis, All kos e s C a� C�v e �ec� uvi � e r vva rCOUVL A, be , way-(anJ � A ovt l 0 6LA day- o 00 In vc�lXS .�Y�ere s a (so a#''55(20 IJ 005-0-20031TBVehideSV.doC 48 02/11/2003 17:08 8068945461 RAILS EQ LEVELLAND PAGE 01 Rawls Equipment Co. Fax Transmittal To: Total number of pages numm1tt4 iocludlog this Paget E ' Rawls Equipment Co. PO Box.1056 Lmlland, 'TX 79336' Phone 906-994-7343 Fax 906-894-5461 .:: ;; • ; r' . Email www.RawlsEq.com 02/11/2003 17:08 B068945461 RAWLS EQ LEVELLAND PAGE .02 JOHN DEERE Rawls Equipment Co. Dear City of Lubbock, Please except our bid on the John Deere model 1720 at°the price of $36381.92. This price includes 3 buchel seed box. Also, please except our bid on the John Deere model 8320 for $106,078.05. This Price includes waranty. Thank You, ay acha LeveUand Littlefield Morton P.O. Box 1056 P.O. Box 629 P.O. Box 1076 Lavolland, Texas 79336 Littlefield, Texas 79339 MortoA, Texas 79346 906-894-7343 80&385.5108 806.266-5535 02/11/2003 17:06 8068945461 RAWLS EQ LEVELLAND PAGE .03 ITB 0005-0-20081:1.-: Page 1 of 3 Revised 1/30103 :rn #1 CITY OF LUBBOCK MINIMUM SPECIFICATIONS FOR STACKER BAR PLANTER, 12 (30 INCH) ROW CAPACITY SPEC. NV-F-23 MAKE -141 _ MO0EL L'?2f IT IS THE INTENT OF THESE SPECIFICATIONS AND THE SPECIFICATIONS FOR EQUIPMENT GENERAL INFORMATION, REQUIREMENTS AND CONDITIONS SECTION TO DESCRIBE MINIMUM REQUIREMENTS. - VEHICLE $HALL. MEET OR EXCEED THE CONSTRUCTION AND. PERFORMANCE SPECIFICATIONS DESCR:: : THE FOLLOWING MINIMUM SPECIFICATIONS, THE SELLER SHALL BE REQUIRED TO MARK COMPLIANCE TO SECTION OF THE SPECIFICATIONS IN THE SPACE PROVIDED. ALL EQUIPMENT FURNISHED AS STAND:.= : 'THE MANUFACTURER SHALL BE INCLUDED,.IF NOT STATED IN THE WRITTEN SPECIFICATIONS. ANY DEVIAT3^* ;. =ROM THE WRITTEN SPECIFICATIONS SHOWN IN THE INVITATION TO BID SHALL BE NOTED ON THE ATTACHE!.- -EXCEPTIONS; TO THE SPECIFICATIONS. IN ORDER TO RECEIVE FULL CONSIDERATION, QUOTATION vUS FOLLOW THESE SPECIFICATIONS AND THE INVITATION TO BID'S TERMS AND CONDITIONS. N0, ITEM MINIMUM REQUIREMENTS SELLER COA'tP_:•• -CE YES SCOPE PLANTER, STACKING TOOL BAR DESIGN, PROVIDING FOR 12 ROWS SET ON 30 INCH SPACING. 1. COVERAGE WIDTH NOT LESS THAN 12 ROWS, SET AT 30 INCHS SPACING, IN ONE PASS. 2. TRANSPORT WIDTH MAXIMUM: 20 FEET AND 6 INCHES. OVERALL TRANSPORT WIDTH. 3. STACKER BAR SEVEN INCH TUBELAR STEEL PRIMARY FRAMEWORK 4. TILLAGE ATTACHMENTS CONSERVATION TYPE DISK FURROWERS WITH TWO SOLID BLADES ON EACH ARRANGEMENT, S. OPENER A MINIMUM OF 13 INCH DIAMETER, DOUBLE DISK / ARRANGEMENT, WITH ROTARY SCRAPERS, +/ 8. DEPTH GAUGING TWO EACH, ON EACH ROW UNIT. NOT LESS THAN 4' X 16' GAUGE WHEELS WITH QUICK ADJUSTMENT FEATURES. -Z 7, SEED METERING OEM STANDARD HYDRAULIC DRIVEN VACUUM SYSTEM WITH VACUUM GAUGE VISIBLE TO THE OPERATOR WHILE INSIDE THE TRACTOR, THE SYSTEM SHALL - BE FURNISHED WITH 12 CORN DISKS, 25,000 /45,000 PLANT POPULATION PER ACRE RANGE, WITH QUICK — ADJUSTMENT RATE DISPERSING FEATURE. B. SEED HOPPERS INDIVIDUAL ROW SEED HOPPERS SHALL BE CONSTRUCTED OF NON-METAL COMPONENTS WITH CAPACITY OF NOT LESS THAN 1.5 BUSHELS EACH. OMO-2003/DCAddend 1.doc 02/11/2003 17:08 8068945461 RAWLS EQ LEVELL.AND PAGE .04 ITB #005.0.20031DC, Addendum #1 Pegs 2 of 3 CITY OF LUSBOCK MINIMUM SPECIFICATIONS FOR STACKER OAR PLANTER, 12 (30 INCH) ROW CAPACITY SPEC. NV-F-23 NO. ]ITEM MINIMUM REQUIREMENTS SELLER COMPLIANCE YES Nb 9. CLOSING SYSTEM CLOSING SYSTEM CONSISTING OF TWO DISKS EACH ROW, DESIGNED TO COVER FURROW, WITH A SINGLE WIDE BASE, RUBBER TREAD COMPRESSION WHEEL / FOR EACH ROW. f/ 101: MONITOR A MONITOR DESIGNED FOR IN -CAB MOUNTING, WITH ELECTRONIC DISPLAY SHOWING ROW FAILURE, SEED POPULATION. SEED SPACING, AVERAGE POPULATION, / ACRE COUNTER AND GROUND SPEED. 11. MARKERS OEM STANDARD SIDE MARKERS WITH HYDRAULIC FOLDING FEATURES, 12. HYDRAULICS OEM HYDRAULIC CYLINDERS, LINKAGE, HOSES AND CONTROLS TO OPERATE ALL FEATURES OF THE PLANTER, TO INCLUDE RAISING, LOWERING. FOLDING, AND TRANSPORT PREPERATION. THE ASSEMBLY SHALL BE FURNISHED WITH QUICK / DISCONNECT 150 FITTING WITH DUST CAPS, !/ s / 13. HITCH OEM CATEGORY THREE (3) QUICK HITCHy/ 14. SAFETY FEATURE$ SMV SIGN AND PARKING STANDS. 1/ 15. WARRANTY OEM STANDARD MANUFACTORER WARRANTY OPTIONS 0.1' SEED HOPPERS OVERSIZED, NOT LESS THAN THREE BUSHELS EACH. $ 02 TARP COVER A FITTED; WEATHER RESISTANT, FULL COVER, DESIGNED TO SECURLY ATTACH TO AND PROTECT THE TOTAL PLANTER DURING PERIODS OF STORAGE. g 's-d'es p ( DEL 36 39/ 0�i 2 (''NdV � 0M0-20031D CAdd and 1.doc 02/11/2003 17:08 8068945461 RAWLS EQ LEVELLAND PAGE .05 ITB #005-0.2G%3. !um #1 Page 1 of 4 Revised 1130/03 CITY OF LUBBOCK MINIMUM SPECIFICATIONS FOR TRACTOR. AGRICULTURE, FOUR- WHEEL -DRIVE, 215 PTO HP SPEC F-130 MAKE ��it1�..r. MODEL 2� IT IS THE INTENT OF THESE SPECIFICATIONS TO DESCRIBE MINIMUM REQUIREMENTS. THE VEHICLE SHE .'_ AET'OR EXCEED THE CONSTRUCTION AND PERFORMANCE SPECIFICATIONS DESCRIBED IN THE FOLLOWING MINll ,':. SPECIFICATIONS, THE SELLER SHALL BE REQUIRED TO MARK COMPLIANCE TO THE SECTION OF THE SPECIFICATIONS IN THE SPACE PROVIDEQ. ALL EQUIPMENT FURNISHED BY THE MANUFACTURER AS ST.M :C4-.RD SHALL BE INCLUDED, EVEN IF NOT SPECIFICALLY STATED IN THE WRITTEN SPECIFICATIONS. ANY DEVIAT:^.E ;3 FROM THE WRITTEN SPECIFICATIONS SHOWN IN THE INVITATION TO BID SHALL BE NOTED ON THE ATTACHED EXCEPTIONS TO THE SPECIFICATIONS, TO RECEIVE FULL CONSIDERATION, QUOTATION RESPONSE MU$T FOLLOW TrESS SPECIFICATIONS AND THE INVITATION TO BID'S TERMS AND CONDITIONS. NO. ITEM MINIMUM REQUIREMENTS SELLER COI:4r LANCE YES N0a SCOPE TRACTOR, AGRICULTURE DESIGN, WITH DRAW BAR AND THREE (3) POINT HITCH ARRANGEMENT, DUAL REAR WHEELS AND LIVE PTO DRIVE SYSTEM. 1. ENGINE DIESEL FUELED, LIQUID COOLED, FOUR STROKEICYCLE, TUR80CHARGED, SIX CYLINDER ENGINE WITH NOT LESS THAN 489 CUBIC INCHS (8.0 L) DISPLACEMENT, 1,400 FOOT POUNDS TORQUE 01,600 RPMS, PROVIDING NOT LESS THAN 215 PTO HORSEPOWER 1.1 ACCESSORIES THE ENGINE SHALL 6E FURNISHED WITH THE FOLLOWING ACCESSORIES, AS A MINIMUM: 1.1.1 AIR FILTER TWO STAGE DRY TYPE AIR CLEANER, WITH PRE -CLEANER, AND A RESTRICTION INDICATOR LOCATED WITHIN VIEW OF THE SEATED OPERATOR. _ALI- 1.12 FUEL FILTER OEM FUEL FILTERING SYSTEM. 2. TRANSMISSION FULL POWER SHIFT DESIGN TRANSMISSION WITH A MINIMUM OF FIFTEEN (15) FORWARD AND FOUR (4) REVERSE GEARS WJTH A NEUTRAL SAFETY SWITCH, PREVENTING ENGINE FROM STARTING WITH TRANSMISSION IN A DRIVE GEAR.. 2..1 FRONT AXLE DRIVE THE FRONT AXLE DRIVE ENGAGEMENT SHALL BE OPERATOR CONTROLLED FROM INSIDE THE CAB. 005-0.2003/D CAddend 1.doc 02/11/2003 17:08 8068945461 RAWLS EQ LEVELLAND PAGE 06 176 0005-0-2003113C, Addendum #1 Page 2 of 4 CITY OF LUBBOCK MINIMUM SPECIFICATIONS FOR TRACTOR, AGRICULTURE, FOUR- WHEEL -DRIVE, 215 PTO HP SPEC F-80 MAKE -- MODEL NO. ITEM MINIMUM REQUIREMENTS SELLER COMPLIANCE YE$ NO 3. ' FRONT AXLE FRONT AXLE SHALL BE OF THE STEERING AND DRIVE DESIGN WMI TIRE TRACK WIDTH SHALL BE ADJUSTED TO 60 INCHES, FOR OPERATION WITH 30 INCH ROW SPACING, 4. STEERING OEM POWER ASSISTED, ^� 5. ELECTRICAL SYSTEM 12 VOLT ELECTRICAL SYSTEM. 5.1 ALTERNATOR OEM ALTERNATOR OF NOT LESS THAN 125 AMPS RATING. 5.2 BATTERIES OEM DUAL'BATTERY CONFIGURATION, MINIMUM 1,800 CCA. 5.3 UGHTING THE LIGHTING SYSTEM SHALL INCLUDE NOT LESS THAN FOUR EACH FRONT AND REAR HEADANORK LIGHTS, TWO TAIL LIGHTS. TURN SIGNALS,CAB INTERIOR AND INSTRUMENTATION LIGHTING. SA TRAILER PLUG ONE SEVEN PIN, TRAILER CONNECTOR, LOCATED AT THE REAR OF TRACTOR, WIRED FOR TAIL, AND TURN LIGHTS. 5-8 RADAR OEM STANDARD RADAR SYSTEM 6. INSTRUMENTATION OEM INSTRUMENATION TO INCLUDE THE FOLLOWING AS A 9.1 TACHOMETER NIMUM: E ENGINE AND PTO RPM INDICATOR, 8 2 FUEL GAUGE FUEL LEVEL GAUGE 6.3 AMPIVOLT METER CHARGING AMPS OR BATTERY VOLTAGE INDICATOR _ 6.4 COOLANT TEMPERATURE ENGINE COOLANT TEMPERATURE INDICATOR, WITH OVERHEATING WARNING DEVICE. 0.6 ENGINE OIL PRESSURE: ENGINE OIL PRESSURE INDICATOR, WITH LOW OIL PRESSURE J ALERT DEVICE 7. BRAKES OEM POWER ASSISTED. 8. HITCH$ OEM CAT III RATINGS, TO INCLUDE A DRAWBAR WITH PIN, AND A THREE POINT QUICK HITCH ARRANGEMENT WITH LIFTING CAPACITY OF NOT LESS THAN 13,700 LBS. 005-0-20031DCAddendl.doc . 02/11/2003 17:08 8068945461 RAWLS EQ LEVELLAND PAGE 07 ITB :um #1 Pape 3 of 4 CITY OF LUBBOCK MINIMUM SPECIFICATIONS FOR TRACTOR, AGRICULTURE, FOUR- WHEEL -DRIVE. 215 PTO HP SPEC F-50 MAKE MODEL NO. ITEM MINIMUM REQUIREMENTS SELLER C:0:-.-'--JANCE YES N 9. PTO OEM STANDARD 1'Ys SHAFT, 1000 RPM, PTO ARRANGEMENT. 10. FUEL TANK 70 GALLONS (US), MINIMUM FUEL. CAPACITY. 11. TIRES OEM FRONT AND REAR AS SPECIFIED. 11.1 FRONT TIRES FRONT TIRE SIZE NOT LESS THAN 18.9R30 WITH CHEVRON STYLE TREAD. 112 REAR TIRES DUAL REAR TIRES, MAXIMUM WIDTH OF 18AR46 WITH INNER DUAL SET AT 60 INCHS CENTER WITH OUTER DUALS SET AT 120 INCHS CENTER, WITH CHEVRON STYLE TREAD DESIGN. OUTSIDE DUALS SHALL NOT CONTAIN LIQUID BALLAST. 12. WEIGHT SHIPPING WEIGHT OF NOT LESS THAN 20,000 POUNDS, WITH FRONT TO REAR RATIO OF 40/00 %, WITHOUT IMPLEMENT ATTACHED. ADDITIONAL WEIGHTS SHALL BE FURNISHED TO PROVIDE SAFE OPERATIONAL BALANCE WITH AN IMPLEMENT ATTACHED WEIGHING NOT LESS THAN SPECIFIED MINIMUM HITCH CAPACITY. INSIDE DUAL AND FRONT TIRES MAY UTILIZE WATER AND ANTIFREEZE LIQUID BALLAST AS REQUIRED, 13. CAB OEM ENCLOSED, PRESSURIZED. HEATED AND AIR CONDITIONED CAB ASSEMBLY, THE CAB SHALL INCLUDE TWO DOORS, OR ONE DOOR AND ONE WINDOW THAT OPENS SUFFICENT TO ACT AS AN EMERGENCY ESCAPE EASEMENT. THE CAB SHALL INCLUDE THE FOLLOWING FEATURES AS A MINIMUM: 13.1 DOORS & WINDOWS TWO DOORS, OR ONE DOOR AND ONE WINDOW OF SUFFICENT SIZE TO PROVIDE AN ALTERNATE EXIT. 13.2 AIR CONDITIONING OEM AIR CONDITIONING WITH SELFCLEANING FILTER SYSTEM.J 13.3 STEERING CONSOLE TILT AND TELESCOPING STEERING WHEELJCOLUMN ASSEMBLY. 13.4 RADIO OEM AMIFM RADIO WITH A MINIMUM OF TWO SPEAKERS. 008-0-2003/DCAddendl .doc 02/11/2003 17:08 8068945461 RAWLS EQ LEVELLAND PAGE 08 ITS #005-0-2003MC, Addendum #1 Page 4 of 4 CITY OF LUBBOCK MINIMUM SPECIFICATIONS FOR TRACTOR, AGRICULTURE, FOUR- WHEEL -DRIVE, 215 PTO HP SPEC F-60 MAKE MODEL N0. ITEM MINIMUM REQUIREMENTS SELLER COMPLIANCE YES NO 13.6 SEAT OEM SUSPENSION TYPE OPERATORS SEAT WITH ARM RESTS, - CLOTH COVERING, AND SEAT BELTS. SEAT MOUNTING SHALL PROVIDE FORWARD AND AFT MOVEMENTS, SEAT HEIGHT AND BACK ANGLE ADJUSTMENTS. 13.5 MIRRORS RIGHT AND LEFT SIDE EXTERNAL MIRRORS. 14. HYDRAULICS OEM STANDARD PUMP (MINIMUM OF 30 GPM FLOW) % WITH FOUR REMOTE CIRCUITS AND ASAFJISO COUPLERS. I& AUXILARY EQUIPMENT ATOOLBOX WITH PADLOCK HASP AND A SLOW MOVING EMBLEM. 16. WARRANTY OEM WARRANTY COVERAGE OF NOT LESS THAN 24 MONTHS, OR 2,000 HOURS, 100% PARTS AND LABOR, _iz_ OPTIONS 1. EXTENDED WARRANTY OEM EXTENDED POWERTRAIN WARRANTY FOR 5 YRS. —5000 HRS. S� EXCEPTIONS TO THE SPECIFICATIONS EXCEPTIONS TO THE SPECIFICATIONS OF ANY ITEMS STATED HEREIN SHALL BE FULLY DESCRIBED IN WRITING BY THE CONTRACTOR IN THE SPACE PROVIDED BELOW: 00 j ., 005-0-20030CAddwd 1.dw Resolution No. 2003-RO146 ITS f100540-2003/DC, Row Crop Farm Equipment SUBMITTO: Y „ CITY OF LUBBOCK CITY OF LUBBOCK, TEXAS PURCHASING DEPARTMENT 1625 13TM STREET, RM L04 LUBBOCK, TX79401-3830 AN EQUAL OPPORTUNITY INVITATION TO BID CONTACT PERSON: Diana Caudillo EMPLOYER #00 5-0-2003/DC TEL- 806.775.2167 FAX: 806.775.2164 http://purchasing.ci.lubbock.tx.us TITLE: SUBMITTAL DEADLINE: Row Crop Farm Equipment February 11, 2003 @ 3:00 pm CST PRE BID DATE, TIME AND LOCATION: January 28, 2003 @ 11:00 Any bids received after the time and date listed am CST in the Municipal Building, 1625 13u' Street Planning P S, g above, regardless of the mode of delivery, shah be returned unopened. Conference Room 107, Lubbock, Texas RESPONDENT NAME: Ray Lee Equipment C . IF RETURNING AS A "NO BID", PLEASE COMPLETE AND RETURN THE "STATEMENT OF NO BID". MAILING ADDRESS: 910 Norht Date St CITY - STATE - ZIP: THE CITY OF LUBBOCK RESERVES THE RIGHT TO ACCEPT OR REJECT ANY Plainview, Texas 79072 AND ALL BIDS IN WHOLE OR IN PART AND WAIVE ANY INFORMALITY IN THE COMPETITIVE BID PROCESS. FURTHER, THE CiTY RESERVES THE RIGHT TO ENTER INTO ANY CONTRACT DEEMED TO BE IN THE BEST INTEREST OF THE TELEPHONE NO: 806 293 2538 CITY. IT IS THE INTENT AND PURPOSE OF THE CITY OF LUBBOCK THAT THIS FAX NO: 806 293 5900 REQUEST PERMITS COMPETITIVE BIDS. IT IS THE BIDDER'S RESPONSIBILITY TO ADVISE THE CiTY OF LUBBOCK PURCHASING MANAGER IF ANY LANGUAGE, REQUIREMENTS, ETC., OR ANY COMBINATIONS THEREOF, E-MAIL: jimw@rlec.com RESTRICTS INADVERSTATED IN THIS OR LIMITS THE REQUIREMENTS ITB TO AT SINGLE SUCH NOTIFICATION BE IN WRITING AND MUST BE RECEIVED BY THE PURCHASING MANAGER NO LATER FEDERAL TAX ID NO. OR SOCIAL SECURITY NO. 75-210 9288 THAN FIVE (5) BUSINESS DAYS PRIOR TO THE ABOVE SUBMITTAL DEADLINE. THE BIDDER HEREBY ACKNQWLEDGi; RECEIPTQF AND AgUES ITS(B1p IS BASED ON THE FOLLOWING ADDENDA: (Please Initial) The City of Lubbock Charter states that no officer or employee of the City can benefit from any contract, job, work or service for the municipality or be interested in the sale to the City of any supplies, equipment, material or articles purchased. Will any officer or employee of the City, or member of their immediate family, benefit from the award of this bid to the above firm? YES NO IN COMPLIANCE WITH THIS SOLICITATION, THE UNDERSIGNED BIDDER HAVING EXAMINED THE INVITATION TO BID AND SPECIFICATIONS, AND BEING FAMILIAR WITH THE CONDITIONS TO BE MET, HEREBY SUBMITS THE FOLLOWING BID FOR FURNISHING THE MATERIAL, EQUIPMENT, LABOR AND EVERYTHING NECESSARY FOR PROVIDING THE ITEMS LISTED ON THE ATTACHED BiD FORM AND AGREES TO DELIVER SAID ITEMS AT THE LOCATIONS AND FOR THE PRICES SET FORTH ON THE BID FORM. AN INDIVIDUAL AUTHORIZED TO BIND THE COMPANY MUST SIGN THE FOLLOWING SECTION. FAILURE TO EXECUTE THIS PORTION MAY RESULT IN BiD REJECTION. By my signature I certify that this offer Is made without prior understanding, agreement, or connection with any corporation, firm, business entity, or person submitting an offer for the same materials, supplies, equipment, or service(s), and is in all respects fair and without collusion or fraud. 1 further agree that if the offer is accepted, the offeror will convey, sell, assign, or transfer to the City of Lubbock all right, title, and interest in and to all causes of action it may now or hereafter acquire under the Anti-trust laws of the United States and the State of Texas for price fixing relating to the particular commodity(s) or service (s) purchased or acquired by the City of Lubbock. a City's.discre, n, such assignment shall be made and become effective at the time the City tenders final payment to the vendor j 4-1 Authoriz d ture RA LEE Print/Type Name Title Date FEB. 11, 2003 THIS FORM MUST BE COMPLETED AND RETURNED WITH YOUR RESPONSE. 005.0.20031TBVehicleBV.doc ITB #005-0-20031DC, Row Crop Farm Equipment This Page Intentionally Left Blank 005.0.2003ITBVeh1deBV.doc ITB 0005-0-20031DC, Row Crop Farm Equipment BID FORM Row Crop Farm Equipment CITY OF LUBBOCK, TEXAS ITB #005-0.2003/DC In compliance with the Invitation to Bid #005-0-2003/DC, the undersigned Bidder having examined the invitation to Bid and Specifications, and being familiar with the conditions to be met, hereby submits the following Bid for furnishing the material, equipment, tabor and everything necessary for providing the items listed below and agrees to deliver said items at the locations and for the prices set forth on this form. The Invitation to Bid #[number] is by reference incorporated in this contract. The Bid Form must be completed in blue or black ink or by typewriter. Delivery One Set of ITEM QTM Unit Measure DESCRIPTION UNIT PRICE' BID EXTENDED COST (Days) After Receipt of Mfr's Repair, Parts It Service Order Manuats 1. 2 Each ROTARY HOE, 12 ROW WIDTHS, SET ON 30 INCH SPACING, WITH THREE-POINT, CAT 3, $ NO BID $ $ HITCH ATTACHMENT Option One (1) DEBRIS GUARDS EACH ROTOR SHALL BE FURNISHED WITH A DEVICE TO PREVENT BUILD-UP OF SOIL OR DEBRIS ON THE CUTTING TEETH. Option Two (2) ATTACHMENTS THE ROTOR SUPPORT ARMS SHALL BE ATTACHED TO THE TOOL BAR WITH A ALLOWANCE FOR REMOVAL OR ADJUSTMENT OF ROW WIDTH. , Brand Name and Model Number: 2. 2 Each PLANTER, STACKING TOOL BAR DESIGN, $ $ $ PROVIDING FOR 12 ROWS SET ON 30 INCH 32500. 65000. 75 Day 100. SPACING. see not Option One (1) SEED HOPPERS Included 'ad OVERSIZED, NOT LESS THAN THREE BUSHELS EACH. Option Two (2) TARP COVER Incl ded A FITTED, WEATHER RESISTANT, FULL COVER, DESIGNED TO SECURLY ATTACH TO AND PROTECT THE TOTAL PLANTER , DURING PERIODS OF STORAGE. Brand Name and Model Number: John Deere model 1720 Stackfold 3. 2 Each CULTIVATOR, ROW CROP, CONVERVATION TYPE, SET FOR 12 ROWS AT 30 INCHS $ 20500. $ 41000. 45 Days $ 75.00 SPACING. Brand Name and Model Number: John Deere model 886 conservation cultivator 005.-0-20031TBVeh1deBV.doc 17B #005-0-20031DC. Row Crop Farm Equipment 4. 2 Each DISK HARROW, TANDEM ARRANGEMENT, $ $ $ WITH TRANSPORT WHEELS AND HYDRAULIC NO BID LEVELING Brand Name and Model Number: 5. 2 Each CRADLE, WITH RACKS AND FIXTURES TO $ NO BID $ $ SECURE, TRANSPORT, AND UNLOAD 12 EACH ROUND HAY BALES, APPROXIMATELY FIVE FEET LONG AND SIX FEET IN DIAMETER, SIX BALES ON EACH SIDE. UNIT SHALL BE CONSTRUCTED TO SLIDE ONTO A FLAT BED FOR UTILIZATION. Brand Name and Model Number: 6. 2 Each TRAILER, GOOSE NECK, TWO AXLE, &0 $ $ EQUIPPED WITH RACKS AND FIXTURES TO BID SECURE, TRANSPORT, AND UNLOAD 12 EACH ROUND HAY BALES, APPROXIMATELY FIVE FEET LONG AND SIX FEET IN DIAMETER, SIX BALES ON EACH SIDE Brand Name and Model Number: 7. 2 Each TRACTOR, AGRICULTURE DESIGN, WITH $ $ DRAW BAR AND THREE (3) POINT HITCH 102500. 205000 75 Da 485.00 ARRANGEMENT, DUAL REAR WHEELS AND LIVE PTO DRIVE SYSTEM Option One (1) EXTENDED WARRANTY IAcluded in � OEM EXTENDED 100% COVERAGE FOR 5 above $34abab ice rice YRS. - 5000 HRS. „ Brand Name and Model Number: John deere model 8320 tractor -*PRICE: F.O.B. City of Lubbock Municipal Garage - Lubbock, Texas PAYMENT TERMS AND DISCOUNTS - Bidder offers a prompt payment discount of %, net ^ calendar days. Discounts will not be considered in determining low bid. Unless otherwise indicated on the Bid Form, payment terms will be NET THIRTY DAYS. The City will pay the successful bidder within thirty days after the receipt of a correct invoice or after the date of acceptance, whichever event occurs later. Discounts for prompt payment requiring payment by the City within a stipulated number of days will be interpreted as applying within the stipulated number of calendar days after the date of receipt by the City of a correct invoice or after the date of acceptance that meets contract requirements, whichever event occurs later. Discounts for payment in less than ten days will not be considered. 005-0-2003ITBVeNdelMdoc 4 JOHN DEERE STACK FOLD PLANTER Delivery in 75 days can be met only if we get an April build date. As of this morning (Tuesday Feb. 11) there were onlysix slots left for april. If they are filled it will add another 30 days to delivery time. Thanks 69750088 WARRANTY FOR NEW JOHN DEERE AGRICULTURAL PRODUCTS AND LIMITED WARRANTY FOR NEW JOHN DEERE COMMERCIAL & CONSUMER EQUIPMENT (U.S. Only) . GENERAL PROVISIONS - The warranties described below are provided by Deere & Company ("John Deere") to the original purchasers of new Agricultural and Commercial & Consumer Equipment from John Deere or authorized John Deere dealers. These warranties apply only to equipment intended for sale in the U.S. Under these warranties, John Deere will repair or replace, at its option, any covered part which is found to be defective in material or workmanship during the applicable warranty term. Warranty service must be performed by a dealer or service center located in the U.S. or Canada, and authorized by John Deere to sell and/or service the type of product involved, which will use only new or remanufactured parts or components furnished by John Deere. Warranty service will be performed without charge to the purchaser for parts or labor. The purchaser will be responsible, however, for any service call and/or transportation of product to and from the dealer's or service center's place of business, for any premium charged for overtime labor requested'by the purchaser, and for any service and/or maintenance not directly related to any defect covered under the warranties below. Non -John Deere engines in self-propelled Forage Harvesters are warranted separately by their respective manufacturer. John Deere's Obligation shall not apply to fuel injection pumps and nozzles during the original manufacturer's warranty period. When the pump manufacturer's warranty is less than the engine warranty, John Deere will provide warranty during the remainder of the original engine warranty period. B. WHAT IS WARRANTED - All parts of any new John Deere product, except non -John Deere engines in self-propelled Forage Harvesters, tires, radios, and batteries, are warranted for the number of months or operating hours specified below. .....,.........,.,..� PRODUC WARRANTY TERM 2 In Any Other Application 12 Months 24 Months - Or a) L100 Series Tractors and Attachments, SABRE by John 90 Days TRACTORS 2,000 Hours Deere Products and Walk Behind Mowers under 30' 3) Regardless of Application: a) Compact Utility Tractors, Wide Area Mowers, Front Mower Traction Units (with diesel or 20 HP and above engines), Z-TRAK Mowers 24 Months Whichever Comes First ' SCRAPERS 6 Months (and 7-IRON.MoCommercial e Deecks - �� hers (30' or targar), OTHER PRODUCTS 12 Months ENGINES IN b) Utility Vehicles, F620 Z-TRAK Mowers and Tractor Loader Backhoes (TLB). Other mower decks.Implements, and attachments for 12 Months or 1000 Hours SELF-PROPELLED 2a Months - or 2,000 Hours listed in 3a 3b and 3c Whichever Comes First -equipment c) PROGATORS and Cargo Box attachment 24 Months or t500 Hours, First PRODUCTS OTHER Whichever THAN TRACTORS Comes First d) Skid Steers and Approved John Deere Skid Steer Attachments 12 Months Engine Items Covered - Engine block, cylinder head, rocker arm cover, timing gear cover, crankcase pan and all parts enclosed within these units. Also included are the fuel injection pump, turbocharger, water pump, torsional damper, manifolds, Intercooler, and engine oil cooler. Engine Items Not Covered - Oil filler tube, engine filters and filter gaskets, air cleaners and associated parts, engine mounts and supports, all pulleys and belts, starter, alternator, linkage and cables, radiator, and hoses, engine oil lines, water piping, muffler and associated parts, fuel tank and associated parts, cold weather starting aids, fan and fan drives. Warranty Term for 9320T, 9420T or 9520T tractors used in industrial -type applications is 12 Months or 1000 hours whichever comes first. Each warranty term begins on the date of product delivery to the purchaser (except for certain agricultural tillage, planting, cultivating, and harvesting products which may have a delayed warranty start date, but only if established by John Deere and noted by the dealer, on the purchase order). Sweeps, Shovels, Plow Shares and Disk Blades - A replacement part will be furnished without charge if the following John Deere items break during the applicable warranty term, subject to these conditions: SWEEPS & SHOVELS - When breakage occurs on items which do not show appreciable wear. PLOW SHARES - When breakage occurs before the plow share reaches the following wear limits (labor not included - wear to be measured perpendicularly across the middle of the front bolt hole): INCH DIMENSION SHARES: 1/2 inch of wear (31/a inches remaining); METRIC DIMENSION SHARES: 15mm of wear (100mm remaining). DISK BLADES - When warrantable breaks occur as shown in the operator's manual on blades that have worn less than 10 percent of the original diameter (center breakage excluded). WHEN APPLICABLE, A SEPARATE EMISSIONS WARRANTY STATEMENT WILL BE PROVIDED BY YOUR JOHN DEERE DEALER. C. WHAT IS NOT WARRANTED - JOHN DEERE IS NOT RESPONSIBLE FOR THE FOLLOWING: (1) Used Products: (2) Frontier EquipmentTM' products. Warranty Is the responsibility of the original manufacturer. The customer should contact a Frontier EquipmentTm dealer for details. (3) Any product that has been altered or modified in ways not approved by John Deere: including, but not limited to, setting injection pump fuel delivery above John Deere specifications; l4) .Depreciation or damage caused by normal wear, lack of reasonable and proper maintenance, failure to follow the products Operator Manual recommendations. (5) Normal maintenance parts and service including, but not limited to, oil fitters, coolants, and conditioners, cutting parts, belts, brake and clutch linings. (6) Use of tractors other than 8000 Series wheel and track units, 9000 Series wheel and 9320T, 9420T or 9520T tractors in certain industrial -type applications such as, but not limited to, land planing or scraping, whether commercial or private, will limit warranty coverage. D. SECURING WARRANTY SERVICE - To secure warranty service, purchaser must (1) report the product defect to an authorized dealer and request repair within the applicable warranty tens, (2) present evidence of the warranty start date, and (3) make the product available to the dealer or service center within a reasonable period of time. E. NO IMPLIED WARRANTY OR OTHER REMEDY - AGRICULTURAL PRODUCTS - Where permitted by law, neither John Deere or any company affiliated with it makes any warranties, representations, or promises, express or implied as to the quality or performance, or freedom from MERCHANTABILITY OR FITNESS ISMA Et of its IN NO ppabove, NO EVENT WILLL THE DEALER, JOHN DEERE ORANY COMPANY AFFIL ATED WITH JOHN DEERE BE LIABLE FOR INCIDENTAL OR CONSEQUENTIAL DAMAGES. The only remedies the purchaser has in connection with the breach of performance of any warranty on John Deere agricultural products are those set forth above. F. LIMITATION OF IMPLIED WARRANTIES OR OTHER REMEDIES - COMMERCIAL & CONSUMER EQUIPMENT - To the extent permitted by law, neither John Deere nor any company affiliated with it makes any warranties, representations, or promises express or implied as to the quality performance or freedom from defect of the Commercial & Consumer equipment covered by this warranty. IMPLIED WARRANTIES OF MERCHANTABILITY AND FITNESS FOR A PARTICULAR PURPOSE, TO THE EXTENT APPLICABLE, SHALL BE LIMITED IN DURATION TO THE APPLICABLE PERIOD OF WARRANTY SET FORTH ON THIS PAGE. THE PURCHASER'S ONLY REMEDIES IN CONNECTION WITH THE BREACH OR PERFORMANCE OF ANY WARRANTY ON JOHN DEERE COMMERCIAL & CONSUMER EQUIPMENT ARE THOSE SET FORTH ON THIS PAGE. IN NO EVENT WILL THE DEALER, JOHN DEERE OR ANY COMPANY AFFILIATED WITH JOHN DEERE BE LIABLE FOR INCIDENTAL OR CONSEQUENTIAL DAMAGES. (Note: Some states do not allow limitations on how long an implied warranty lasts or the exclusion or limitation of incidental or copsequential damages so the above limitations and exclusions may not apply to you.) In the event the above warranty fails to correct purchaser's performance problems caused by defects in workmanship and/or matenals, purchaser's exclusive remedy shall be limited to payment by John Deere of actual damages in an amount not to exceed the amount paid for the product. This warranty gives you specific legal rights, and you may also have other rights which vary from state to state. G. NO DEALER WARRANTY - THE SELLING DEALER MAKES NO WARRANTY OF ITS OWN AND THE DEALER HAS NO AUTHORITY TO MAKE ANY REPRESENTATION OR PROMISE ON BEHALF OF JOHN DEERE, OR TO MODIFY THE TERMS OR LIMITATIONS OF THIS WARRANTY IN ANY WAY. H. It further Information Is desired, contact your selling dealer or DEERE & COMPANY MOLINE, IL at 1-866-993-3373. DF-M5 stock (EM 11102) (ReprinVRev.11/02) Page 2 of 2 ITB #005-0-2003/DC. Row Crop Farm Equipment INTERLOCAL PURCHASING (optional): The City desires to make available to other local governmental entities of the State of Texas, by mutual agreement with the successful bidder, and properly authorized interlocal purchasing agreements as provided for by the Interlocal Cooperation Act (Chapter 791, Government Code), the right to purchase the same services, at the prices quoted, for the period of this contract. Each bidder shall indicate on the Bid Form in the space provided below if he/she will honor Political Subdivision orders in addition to orders from the City of Lubbock. Should these other governmental entities decide to participate in this contract, would you (the bidder) agree that all terms, conditions, specifications, and pricing would apply? Other governmental entitles that might have interests In this contract are Frenship Independent School District, Lubbock Housing Authority, Lubbock County, Lubbock County Hospital District, Lubbock independent School District, South Plains Association of Governments, City of Texarkana, Texas Tech University, West Texas Municipal Power Agency, and City of Wolfforth. YES NO — — 0 If you (the bidder) checked YES, the following will apply: • Governmental entities utilizing Interlocal Agreements for Cooperative Purchasing with the City of Lubbock will be eligible, but not obligated, to purchase materials/services under the contract(s) awarded as a result of this solicitation. All purchases by governmental entities other than the City of Lubbock will be billed directly to that governmental entity and paid by that governmental entity. City of Lubbock will not be responsible for another governmental entity's debts. Each governmental entity will order their own materials/service as needed. THIS BID IS SUBMITTED BY a corporation organized under the laws of the State of , or a partnership consisting of or individual trading as of the City of Firm: Address: City: State: Zip M/WBE Firm: woman Black American Native American Hispanic American Asian Pacific American I I Other (S ecif Any entity or person that manufactures, distributes, converts new motor vehicles (or represents an entity that manufactures, distributes, or converts new motor vehicles) or is in the business of buying, exchanging, or selling new motor vehicles is required under the Texas Vehicle Commission Code, Tex.Rev.Civ.Stat.Ann. Art 4413(36) and 4413(36a) to be licensed by Motor Vehicle Division of the Texas Department of Transportation. In order for a bid to be in compliance with the Motor Vehicle Commission Code, the bidder must hold and provide all applicable current valid licenses issued by the State of Texas: 1. Name and Manufacture's License No. 2. Name and Converter's License No. 3. Name and Representative's License No. 4. Name and Franchise Dealer's License No. General Distinguishing No. (Franchised TX dealer) By Date: Authorized Representative - must sign by hand Officer Name and Title: Please Print Business Telephone Number. FOR CITY USE ONLY Bid Form Item Number(s) Awarded to Above Named Firm/Individual: FAX: Date of Award by City Council (for bids over S25,000): Date P.O./Contract Issued: RETURN COMPLETED Et SIGNED BID FORM ALONG WITH CITY OF LUBBOCK SPECIFICATIONS. 005-0-2003ffBVehicieW.doc 5 Page 1 of 3 Revised 1/30103 CITY OF LUBBOCK MINIMUM SPECIFICATIONS FOR ITB #005-0-2003/DC, Addendum #1 STACKER BAR PLANTER, 12 (30 INCH) ROW CAPACITY SPEC. NV-F-23 MAKE J o rt 1 ore MODEL I r%ai 1) IT IS THE INTENT OF THESE SPECIFICATIONS AND THE SPECIFICATIONS FOR EQUIPMENT GENERAL INFORMATION, REQUIREMENTS AND CONDITIONS SECTION TO DESCRIBE MINIMUM REQUIREMENTS. THE VEHICLE SHALL MEET OR EXCEED THE CONSTRUCTION AND PERFORMANCE SPECIFICATIONS DESCRIBED IN THE FOLLOWING MINIMUM SPECIFICATIONS. THE SELLER SHALL BE REQUIRED TO MARK COMPLIANCE TO THE SECTION OF THE SPECIFICATIONS IN THE SPACE PROVIDED. ALL EQUIPMENT FURNISHED AS STANDARD BY THE MANUFACTURER SHALL BE INCLUDED,,IF NOT STATED IN THE WRITTEN SPECIFICATIONS. ANY DEVIATIONS FROM THE WRITTEN SPECIFICATIONS SHOWN IN THE INVITATION TO BID SHALL BE NOTED ON THE ATTACHED EXCEPTIONS TO THE SPECIFICATIONS. IN ORDER TO RECEIVE FULL CONSIDERATION, QUOTATION MUST FOLLOW THESE SPECIFICATIONS AND THE INVITATION TO BID'S TERMS AND CONDITIONS. NO. ITEM MINIMUM REQUIREMENTS SELLER COMPLIANCE YES NO SCOPE PLANTER, STACKING TOOL BAR DESIGN, PROVIDING FOR 12 ROWS SET ON 30 INCH SPACING. 1. COVERAGE WIDTH NOT LESS THAN 12 ROWS, SET AT 30 INCHS SPACING, IN ONE PASS. 2. TRANSPORT WIDTH MAXIMUM: 20 FEET AND 6 INCHES, OVERALL TRANSPORT WIDTH. 3. STACKER BAR SEVEN INCH TUBELAR STEEL PRIMARY FRAMEWORK. 1l_*� 4. TILLAGE ATTACHMENTS CONSERVATION TYPE DISK FURROWERS WITH TWO SOLID BLADES ON EACH ARRANGEMENT. 5. OPENER A MINIMUM OF 13 INCH DIAMETER, DOUBLE DISK ARRANGEMENT, WITH ROTARY SCRAPERS. 6. DEPTH GAUGING TWO EACH, ON EACH ROW UNIT, NOT LESS THAN 4' X 16' GAUGE WHEELS WITH QUICK ADJUSTMENT FEATURES. 7. SEED METERING OEM STANDARD HYDRAULIC DRIVEN VACUUM SYSTEM WITH VACUUM GAUGE VISIBLE TO THE OPERATOR WHILE INSIDE THE TRACTOR. THE SYSTEM SHALL BE FURNISHED WITH 12 CORN DISKS, 25,000 / 45,000 PLANT POPULATION PER ACRE RANGE, WITH QUICK ADJUSTMENT RATE DISPERSING FEATURE. 8. SEED HOPPERS INDIVIDUAL ROW SEED HOPPERS SHALL BE CONSTRUCTED OF NON-METAL COMPONENTS WITH CAPACITY OF NOT LESS THAN 1.5 BUSHELS EACH. 005-0-2003/D CAddend 1.doc ITB #005-0-200-1:7:; im #1 Page 2 of 3 CITY OF LUBBOCK MINIMUM SPECIFICATIONS FOR STACKER BAR PLANTER, 12 (30 INCH) ROW CAPACITY SPEC. NV-F-23 NO. ITEM MINIMUM REQUIREMENTS SELLER COI.'; _ XE YES NO 9. CLOSING SYSTEM CLOSING.SYSTEM CONSISTING OF TWO DISKS EACH ROW, DESIGNED TO COVER FURROW, WITH A SINGLE WIDE BASE, RUBBER TREAD COMPRESSION WHEEL FOR EACH ROW. 10. MONITOR A MONITOR DESIGNED FOR IN -CAB MOUNTING, WITH ELECTRONIC DISPLAY SHOWING ROW FAILURE, SEED POPULATION, SEED SPACING. AVERAGE POPULATION, / ACRE COUNTER AND GROUND SPEED. 1/ 11. MARKERS OEM STANDARD SIDE MARKERS WITH HYDRAULIC FOLDING FEATURES. 12. HYDRAULICS OEM HYDRAULIC CYLINDERS, LINKAGE, HOSES AND CONTROLS TO OPERATE ALL FEATURES OF THE PLANTER, TO INCLUDE RAISING, LOWERING, FOLDING, AND TRANSPORT PREPERATION. THE ASSEMBLY SHALL BE FURNISHED WITH QUICK ISO FITTING WITH DUST CAPS. DISCONNECT 13. HITCH OEM CATEGORY THREE (3) QUICK HITCH 14. SAFETY FEATURES SMV SIGN AND PARKING STANDS. _Iv," 15. WARRANTY OEM STANDARD MANUFACTORER WARRANTY All, OPTIONS 0.1 SEED HOPPERS OVERSIZED, NOT LESS THAN THREE BUSHELS EACH. $ y 0.2 TARP COVER A FITTED, WEATHER RESISTANT, FULL COVER, DESIGNED TO SECURLY ATTACH TO AND PROTECT THE TOTAL PLANTER DURING PERIODS OF / STORAGE. $ Y 005-0-20031DCAddend 1.doc Page 3 of 3 ITB #005-0-2003/11C. Addendum # i CITY OF LUBBOCK MINIMUM SPECIFICATIONS FOR STACKER BAR PLANTER, 12 (30 INCH) ROW CAPACITY SPEC. NV-F-23 EXCEPTIONS TO THE SPECIFICATIONS EXCEPTIONS TO THE SPECIFICATIONS OF ANY ITEMS STATED HEREIN SHALL BE FULLY DESCRIBED IN WRITING BY THE CONTRACTOR IN THE SPACE BELOW. Page 1 of 2 005-0-20031DCAddend 1.doc Page 1 of 2 Revised 1/30103 ITB #005-0-20331fG: 1m #t1 CITY OF LUBBOCK MINIMUM SPECIFICATIONS FOR CULTIVATOR, 12 ROW 130 INCH, ROW SPACING SPEC. NV-F-24 G MAKE 10 ere MODEL_ o IT IS THE INTENT OF THESE SPECIFICATIONS AND THE SPECIFICATIONS FOR EQUIPMENT GENERAL INFORMATION, REQUIREMENTS AND CONDITIONS SECTION TO DESCRIBE MINIMUM REQUIREMENTS. VEHICLE SHALL MEET OR EXCEED THE CONSTRUCTION AND PERFORMANCE SPECIFICATIONS DESCRI::_'�'' J THE FOLLOWING MINIMUM SPECIFICATIONS. THE SELLER SHALL BE REQUIRED TO MARK COMPLIANCE TO T�-7 SECTION OF THE SPECIFICATIONS IN THE SPACE PROVIDED. ALL EQUIPMENT FURNISHED AS STANDARD THE MANUFACTURER SHALL BE INCLUDED, IF NOT STATED IN THE WRITTEN SPECIFICATIONS. ANY DEVIATi .:. FROM THE WRITTEN SPECIFICATIONS SHOWN IN THE INVITATION TO BID SHALL BE NOTED ON THE ATTACHED EXCEPTIONS TO THE SPECIFICATIONS. IN ORDER TO RECEIVE FULL CONSIDERATION, QUOTATION MUST FOLLOW THESE SPECIFICATIONS AND THE INVITATION TO BID'S TERMS AND CONDITIONS, NO. ITEM MINIMUM REQUIREMENTS SELLER COMFLIr.NCE YES I:0 2. K� 5. 6. 7 SCOPE CULTIVATOR, ROW CROP, CONVERVATION TYPE, SET FOR 12 ROWS AT 30 INCHS SPACING. COVERAGE WIDTH NOT LESS THAN 12 ROWS, SET AT 30 INCHS SPACING, IN ONE PASS. TRANSPORT WIDTH 19 FEET, MAXIMUM, DURING TRANSPORT. DEPTH CONTROL SINGLE CRANK WITH INDICATOR FOR EACH ROW UNIT, TO INCLUDE A SINGLE, IN FURROW 20 INCH COULTER/ GAUGE WHEEL PER ROW. TILLAGE TOOLS TWO EACH, ADJUSTABLE BARRING OFF DISKS PER ROW UNIT. 201NCH CULTIVATOR SWEEPS WITH ADJUSTABLE RIDGING WING AND TWO EACH, ADJUSTABLE FENDERS PER ROW UNIT. DOWN PRESSURE OEM STANDARD REQUIRED. PENUMATIC DEVICES ARE NOT ACCEPTABLE. TOOLBAR TOOLING AND ATTACHMENTS SHALL BE CONNECTED TO A FOLDING TOOL BAR FURNISHED WITH A CAT 3, THREE POINT QUICK ATTACHMENT HITCH. s� HYDRAULICS OEM HYDRAULIC CYLINDERS, LINKAGE, HOSES AND CONTROLS TO OPERATE ALL FEATURES OF THE CULTIVATOR, TO INCLUDE RAISING, LOWERING, TILTING, FOLDING AND TRANSPORT PREPERATION. THE ASSEMBLY SHALL BE FURNISHED WITH QUICK / DISCONNECT ISO FITTING WITH DUST CAPS. 005-0-2003/DCAddend 1.doc Page 2 of 2 ITB #005-0-2003/DC, Addendum #1 CITY OF LUBBOCK MINIMUM SPECIFICATIONS FOR CULTIVATOR, 12 ROW / 30 INCH, ROW SPACING a� SPEC. NV-F-24 MAKE �clk'J &-ereMODEL. �J NO. ITEM MINIMUM REQUIREMENTS SELLER COMPLIANCE YE,S/ NO 8. SAFETY FEATURES SMV SIGN, DEFLECTOR SHIELDS AND PARKING STANDS. v 9. WARRANTY OEM STANDARD MANUFACTURERS WARRANTY Y EXCEPTIONS TO THE SPECIFICATIONS EXCEPTIONS TO THE SPECIFICATIONS OF ANY ITEMS STATED HEREIN SHALL BE FULLY DESCRIBED IN WRITING BY THE CONTRACTOR IN THE SPACE BELOW. 005-0-2003/DCAddend 1. doc ITB #005-0-20031DC, Addendum #1 Page 1 of 4 Revised 1/30/03 CITY OF LUBBOCK MINIMUM SPECIFICATIONS FOR TRACTOR, AGRICULTURE, FOUR- WHEEL -DRIVE, 215 PTO HP SPEC F-60 MAKE JO hill MODEL 1?''0 IT IS THE INTENT OF THESE SPECIFICATIONS TO DESCRIBE MINIMUM REQUIREMENTS. THE VEHICLE SHALL MEET OR EXCEED THE CONSTRUCTION AND PERFORMANCE SPECIFICATIONS DESCRIBED IN THE FOLLOWING MINIMUM SPECIFICATIONS. THE SELLER SHALL BE REQUIRED TO MARK COMPLIANCE TO THE SECTION OF THE SPECIFICATIONS IN THE SPACE PROVIDED. ALL EQUIPMENT FURNISHED BY THE MANUFACTURER AS STANDARD SHALL BE INCLUDED, EVEN IF NOT SPECIFICALLY STATED IN THE WRITTEN SPECIFICATIONS. ANY DEVIATIONS FROM THE WRITTEN SPECIFICATIONS SHOWN IN THE INVITATION TO BID SHALL BE NOTED ON THE ATTACHED EXCEPTIONS TO THE SPECIFICATION. TO RECEIVE FULL CONSIDERATION, QUOTATION RESPONSE MUST FOLLOW THESE SPECIFICATIONS AND THE INVITATION TO BID'S TERMS AND CONDITIONS. NO. ITEM MINIMUM REQUIREMENTS SELLER COMPLIANCE YES NO SCOPE TRACTOR, AGRICULTURE DESIGN. WITH DRAW BAR AND THREE (3) POINT HITCH ARRANGEMENT, DUAL REAR WHEELS AND LIVE. PTO DRIVE SYSTEM. 1. ENGINE DIESEL FUELED, LIQUID COOLED, FOUR STROKE/CYCLE, TURBOCHARGED, SIX CYLINDER ENGINE WITH NOT LESS THAN 489 CUBIC INCHS (8.0 L) DISPLACEMENT, 1,400 FOOT POUNDS TORQUE @ 1,600 RPMS, PROVIDING NOT LESS THAN 215 PTO HORSEPOWER 1.1 ACCESSORIES THE ENGINE SHALL BE FURNISHED WITH THE FOLLOWING ACCESSORIES, AS A MINIMUM: 1.1.1 AIR FILTER TWO STAGE DRY TYPE AIR CLEANER, WITH PRE -CLEANER, AND A RESTRICTION INDICATOR LOCATED WITHIN VIEW OF THE SEATED OPERATOR. 1.1.2 FUEL FILTER OEM FUEL FILTERING SYSTEM. 2. TRANSMISSION FULL POWER SHIFT DESIGN TRANSMISSION WITH A MINIMUM OF FIFTEEN (15) FORWARD AND FOUR (4) REVERSE GEARS WITH A NEUTRAL SAFETY SWITCH, PREVENTING ENGINE FROM STARTING WITH TRANSMISSION IN A DRIVE GEAR.. 2.1 FRONT AXLE DRIVE THE FRONT AXLE DRIVE ENGAGEMENT SHALL BE OPERATOR CONTROLLED FROM INSIDE THE CAB. 005.0-20031DCAddend 1.doc n ITB #005-0-20G'- Aum #1 age 2 of 4 CITY OF LUBBOCK MINIMUM SPECIFICATIONS FOR TRACTOR, AGRICULTURE, FOUR- WHEEL -DRIVE, 215 PTO HP SPEC F-60 MAKE Ja�� ba?t' t_ MODEL �3a0 NO. ITEM MINIMUM REQUIREMENTS SELLER 0'_:'."DANCE YES 3. FRONT AXLE FRONT AXLE SHALL BE OF THE STEERING AND DRIVE DESIGN WITH TIRE TRACK WIDTH SHALL BE ADJUSTED TO 60 INCHES, FOR OPERATION WITH 30 INCH ROW SPACING. 4. STEERING OEM POWER ASSISTED. 5. ELECTRICAL SYSTEM 12 VOLT ELECTRICAL SYSTEM. 5.1 ALTERNATOR OEM ALTERNATOR OF NOT LESS THAN 125 AMPS RATING. 5.2 BATTERIES OEM DUAL BATTERY CONFIGURATION, MINIMUM 1.800 CCA. 5.3 LIGHTING THE LIGHTING SYSTEM SHALL INCLUDE NOT LESS THAN FOUR EACH FRONT AND REAR HEADWORK LIGHTS, TWO TAIL LIGHTS, j TURN SIGNALS,CAB INTERIOR AND INSTRUMENTATION LIGHTING. 5.4 TRAILER PLUG ONE SEVEN PIN, TRAILER CONNECTOR, LOCATED AT THE Y REAR OF TRACTOR, WIRED FOR TAIL, AND TURN LIGHTS. Y 5.5 RADAR OEM STANDARD RADAR SYSTEM 6. INSTRUMENTATION OEM INSTRUMENATION TO INCLUDE THE FOLLOWING AS A MINIMUM: / 6.1 TACHOMETER ENGINE AND PTO RPM INDICATOR. 1/ 6.2 FUEL GAUGE FUEL LEVEL GAUGE. 6.3 AMPNOLT METER CHARGING AMPS OR BATTERY VOLTAGE INDICATOR. 6.4 COOLANT TEMPERATURE ENGINE COOLANT TEMPERATURE INDICATOR, WITH OVERHEATING WARNING DEVICE. 6.5 ENGINE OIL PRESSURE ENGINE OIL PRESSURE INDICATOR, WITH LOW OIL PRESSURE ALERT DEVICE. !/ 7. BRAKES OEM POWER ASSISTED. 8. HITCHS OEM CAT III RATINGS, TO INCLUDE A DRAWBAR WITH PIN, AND A THREE POINT QUICK HITCH ARRANGEMENT WITH LIFTING CAPACITY OF NOT LESS THAN 13,700 LBS. 005-0-2003IDCAddend 1.doc ITB #005-0-2003/DC, Addendum #1 Page 3 of 4 CITY OF LUBBOCK MINIMUM SPECIFICATIONS FOR TRACTOR, AGRICULTURE, FOUR- WHEEL -DRIVE, 215 PTO HP SPEC F-60 Q �2¢� e MODEL �CJ MAKE NO. ITEM MINIMUM REQUIREMENTS SELLER COMPLIANCE YES NO 9. PTO OEM STANDARD 1 3/: SHAFT, 1000 RPM, PTO ARRANGEMENT. 10. FUEL TANK 70 GALLONS (US), MINIMUM FUEL CAPACITY. 11. TIRES OEM'FRONT AND REAR AS SPECIFIED. 11.1 FRONT TIRES FRONT TIRE SIZE NOT LESS THAN 16.91130 WITH CHEVRON STYLE TREAD. 11.2 REARTIRES DUAL REAR TIRES, MAXIMUM WIDTH OF 18AR46 WITH INNER DUAL SET AT 601NCHS CENTER, WITH OUTER DUALS SET AT 120 INCHS CENTER, WITH CHEVRON STYLE TREAD DESIGN. OUTSIDE DUALS SHALL NOT CONTAIN LIQUID BALLAST. / y 12. WEIGHT 13. CAB 13.1 DOORS & WINDOWS 13.2 . AIR CONDITIONING 13.3 STEERING CONSOLE 13A RADIO SHIPPING WEIGHT OF NOT LESS THAN 20.000 POUNDS, WITH FRONT TO REAR RATIO OF 40/60 %, WITHOUT IMPLEMENT ATTACHED. ADDITIONAL WEIGHTS SHALL BE FURNISHED TO PROVIDE SAFE OPERATIONAL BALANCE WITH AN IMPLEMENT ATTACHED WEIGHING NOT LESS THAN SPECIFIED MINIMUM HITCH CAPACITY. INSIDE DUAL AND FRONT TIRES MAY UTILIZE WATER AND ANTIFREEZE LIQUID BALLAST AS REQUIRED. OEM ENCLOSED, PRESSURIZED, HEATED AND AIR CONDITIONED CAB.ASSEMBLY. THE CAB SHALL INCLUDE TWO DOORS, OR ONE DOOR AND ONE WINDOW THAT OPENS SUFFICENT TO ACT AS AN EMERGENCY ESCAPE EASEMENT. THE CAB SHALL INCLUDE THE FOLLOWING FEATURES AS A MINIMUM: TWO DOORS, OR ONE DOOR AND ONE WINDOW OF SUFFICENT SIZE TO PROVIDE AN ALTERNATE EXIT. L-_� OEM AIR CONDITIONING WITH SELFCLEANING FILTER SYSTEM. TILT AND TELESCOPING STEERING WHEELICOLUMN ASSEMBLY. OEM AM/FM RADIO WITH A MINIMUM OF TWO SPEAKERS. 005-0-2003/DCAdd end l .doc Page 4 of 4 iTB #005-0-2003iDC. r,: im #1 CITY OF LUBBOCK MINIMUM SPECIFICATIONS FOR TRACTOR, AGRICULTURE, FOUR- WHEEL -DRIVE, 215 PTO HP SPEC F-60 MAKE Aef4eie MODEL NO. ITEM MINIMUM REQUIREMENTS SELLER COMP—iANCE YE, NO 13.5 SEAT OEM SUSPENSION TYPE OPERATORS SEAT WITH ARM RESTS, CLOTH COVERING, AND SEAT BELTS. SEAT MOUNTING SHALL PROVIDE FORWARD AND AFT MOVEMENTS, SEAT HEIGHT AND BACK ANGLE ADJUSTMENTS. 13.6 MIRRORS RIGHT AND LEFT SIDE EXTERNAL MIRRORS. 14. HYDRAULICS OEM STANDARD PUMP (MINIMUM OF 30 GPM FLOW) WITH FOUR REMOTE CIRCUITS AND ASAE/ISO COUPLERS. _ 15. AUXILARY EQUIPMENT A TOOLBOX WITH PADLOCK HASP AND A SLOW MOVING EMBLEM. 16. WARRANTY OEM WARRANTY COVERAGE OF NOT LESS THAN 24 MONTHS, OR 2,000 HOURS, 100% PARTS AND LABOR. OPTIONS 1. EXTENDED WARRANTY OEM EXTENDED POWERTRAIN WARRANTY FOR 5 YRS. - 5000 HRS. 5 EXCEPTIONS TO THE SPECIFICATIONS EXCEPTIONS TO THE SPECIFICATIONS OF ANY ITEMS STATED HEREIN SHALL BE FULLY DESCRIBED IN WRITIN3 BY THE CONTRACTOR IN THE SPACE PROVIDED BELOW: 005-0-20031DCAddend 1.doc r B #005.0.20031DC, Row Crop Farm Equipment NEW EQUIPMENT SERVICE QUESTIONNAIRE 1. What is the name and address of the nearest authorized service facility to the City of Lubbock? If your company does not own nearest service fecility, please provide let er of assurance of service from said facility. }%Grt�s7L %-14el- S�f�/�/ L 66 01�. 7X a(,oCA ( �r?� �er ruse ci 2. What is your EotaPparts /inventory for the proposed equipment? ro r'► r'� ro K .200 ,Oe O . 3. How many technicians are employed at the nearest service facility? 40 4. How many field service technicians are available for on -site service? 2- 5. What is the hourly labor rate for shop tabor? 4 D ,0" i Al -shop 6. What is the hourly labor rate for field service labor? 65 r 00 7. What is the average response time that can be expected for a service call? ,J i e /Voro,A �rs 8. What is the average delivery time for parts not found in inventory? 9. Approximately how long will replacement parts be available for the proposed unit? � � yPAr-C 10. Explain the method for calculating the discount available for repair/replacement parts. (Show percent of NCINe discount to be expected.) 11. Provide an explanation of the standard warranty coverage of the machine quoted. What is the process for handling defective parts, quality of workmanship or poor quality o materials7 j rs �oo0 hours 8 ,i�•��'.� ,5 p 12. ow many ears has this pa particular r machine been in production? Yf 0�/Y ` 4�{re�� q %? IS 64�e Yehr_, A J0 r s (z ye R �) to%,�rrte✓ 7 ye a rd GU-441 Y yeA r r 13. If the service facility is located outside the City of Lubbock, explain the process for performing (1) warranty work, (11) service not covered in the warranty, and (iii) service work after the warranty has expired. (, /:?,, .gt z � eA rr o ►^ 2c�oo A r- s is {re e--, Xzef 9 yrs o r 3ooDAr Girls /1, :54A-VJnvd rAf 405oo A,c-rF de v.0 lr ,-4b6 /il. ,5.1ANd-4v�d r4T 14. Who is liable for transportation expense should the unit require out of town service during the warranty '�` period? O a t— e,* r" S .��iA.� a T-c Al L� y �y� _)oar fi rS'�' o o y , �� ✓ r A 7tv pI �'-fie,- �� �� �s 15. Explain the. methgiuse to calculate the transportation expense of out of town service. 16. State in years the useful life and expected downtime of equipment quoted. bpi;, e(S o,c/j X /i I.*� t1,V1-e /q'ad e f e"+^� L y- NOTE: RETURN THIS QUESTIONNAIRE ALONG WITH YOUR BID SUBMITTAL. YOUR RESPONSE TO THE EQUIPMENT SERVICE QUESTIONNAIRE MAY BE A FACTOR IN DETERMINING THE LOWEST RESPONSIBLE BID. 005.0-2003rrBVeh1cieBV.doc 23 Resolution No.2003—RO146 ITB it005-0-2003/DC, Row Crop Farm Equipment SUBMIT TO: o CITY OF LUBBOCK CITY OF LUBBOCK TEXAS PURCHASING DEPARTMENT 11 1625 13TH STREET, RM L04 !� LUBBOCK, TX 79401-3830 AN EQUAL OPPORTUNITY INVITATION TO BID CONTACT PERSON: Diana Caudillo EMPLOYER #005-0-2003/DC TEL:806.775.2167 FAX: 806.775.2164 http://purchasing.ci.Lubbock. tx. us TITLE: SUBMITTAL DEADLINE: Row Crop Farm Equipment February 11, 2003 @ 3:00 pm CST PRE BID DATE, TIME AND LOCATION: January 28, 2003 @ 11:00 Any bids received otter the time and dote listed am CST, in the Municipal Building, 1625 13th Street, Planning sun�A f � �e of delivery, shall be returned Conference Room 107, Lubbock, Texas RESPONDENT NAME: Scott Tractor & Equipment Co. Inc. IF RETURNING AS A "NO BID", PLEASE COMPLETE AND RETURN THE "STATEMENT OF NO BID". MAILING ADDRESS: 102 SE Loop 28 CITY - STATE - ZIP: THE CITY OF LUBBOCK RESERVES THE RIGHT TO ACCEPT OR REJECT ANY Lubbock. Tx, 40 AND ALL BIDS IN WHOLE OR IN PART AND WAIVE ANY INFORMALITY IN THE COMPETITIVE BID PROCESS. FURTHER, THE CITY RESERVES THE RIGHT TO TELEPHONE NO: ENTER INTO ANY CONTRACT DEEMED TO BE IN THE BEST INTEREST OF THE CITY. _4451 IT IS THE INTENT AND PURPOSE OF THE CITY OF LUBBOCK THAT THIS FAX NO: REQUEST PERMITS COMPETITIVE BIDS. IT IS THE BIDDER'S RESPONSIBILITY TO ADVISE THE CITY OF LUBBOCK PURCHASING MANAGER IF ANY LANGUAGE, REQUIREMENTS, ETC., OR ANY COMBINATIONS THEREOF, E-MAIL: INADVERTENTLY RESTRICTS OR LIMITS THE REQUIREMENTS STATED IN THIS ITB TO A SINGLE SOURCE. SUCH NOTIFICATION MUST BE SUBMITTED IN WRITING AND MUST BE RECEIVED BY THE PURCHASING MANAGER NO LATER FEDERAL TAX ID NO. OR SOCIAL SECURITY NO. 175-2344266 THAN FIVE (5) BUSINESS DAYS PRIOR TO THE ABOVE SUBMITTAL DEADLINE. THE BIDDER HEREBY ACKNOWLEDGES RECEIPT OF AND AGREES ITS BID IS BASED ON THE FOLLOWING ADDENDA: #tj'jk #2&0#41#5 (Please Initial) The City of Lubbock Charter states that no officer or employee of the City can benefit from any contract, job, work or service for the municipality or be interested in the sale to the City of any supplies, equipment, material or articles purchased. Will arry officer or employee of the City, or member of their immediate family, benefit from the award of this bid to the above firm? YES NO IN COMPLIANCE WITH THIS SOLICITATION, THE UNDERSIGNED BIDDER HAVING EXAMINED THE INVITATION TO BID AND SPECIFICATIONS, AND BEING FAMILIAR WITH THE CONDITIONS TO BE MET, HEREBY SUBMITS THE FOLLOWING BID FOR FURNISHING THE MATERIAL, EQUIPMENT, LABOR AND EVERYTHING NECESSARY FOR PROVIDING THE ITEMS LISTED ON THE ATTACHED BID FORM AND AGREES TO DELIVER SAID ITEMS AT THE LOCATIONS AND FOR THE PRICES SET FORTH ON THE BID FORM. AN INDIVIDUAL AUTHORIZED TO BIND THE COMPANY MUST SIGN THE FOLLOWING SECTION. FAILURE TO EXECUTE THIS PORTION MAY RESULT IN BID REJECTION. By my signature I certify that this offer is made without prior understanding, agreement, or connection with any corporation, firm, business entity, or person submitting an offer for the same materials, supplies, equipment, or service(s), and is in all respects fair and without collusion or fraud. I further agree that if the offer is accepted, the offeror will convey, sell, assign, or transfer to the City of Lubbock all right, title, and interest in and to all causes of action it may now or hereafter acquire under the Anti-trust laws of the United States and the State of Texas for price fixing relating to the particular commodity(s) or service (s) purchased or acquired by the City of Lubbock. At the City's discretion, such assignment shall be made and become effective at the time the City tenders final payment to the vendor. n ( ,{x,Y,y,t'gy General Manager Authorized Signature Title W 1 nn Pr a on 2/11/03 Print/Type Name Date THIS FORM MUST BE COMPLETED AND RETURNED WITH YOUR RESPONSE. 005-0-20031TBVehideBV.doc f(B #005-0-2003/DC, Row Crop Farm Equipment This Page Intentionally Left Blank 005-0-2003rMVehicleBV.doc ITB #l005.0-2003/DC, Row Crop Farm Equipment BID FORM Row Crop Farm Equipment CITY OF LUBBOCK, TEXAS ITB #005-0-2003/DC In compliance with the Invitation to Bid #005-0-2003/DC, the undersigned Bidder having examined the Invitation to Bid and Specifications, and being familiar with the conditions to be met, hereby submits the following Bid for furnishing the material, equipment, labor and everything necessary for providing the items listed below and agrees to deliver said items at the locations and for the prices set forth on this form. The Invitation to Bid #[number] is by reference incorporated in this contract. The Bid Form must be completed in blue or black ink or by typewriter. Delivery One Set of Unit UNIT PRICE' EXTENDED (Days) Mfr's Repair, ITEM QTY Of Measure DESCRIPTION BID COST After Parts ri Receipt of Service Order Manuals 1. 2 Each ROTARY HOE, 12 ROW WIDTHS, SET ON 30 $8,150.00 $16, 300 30 days $free INCH SPACING, WITH THREE-POINT, CAT 3, HITCH ATTACHMENT Option One (1) DEBRIS GUARDS zY� EACH ROTOR SHALL BE FURNISHED WITH A $728 $1,456 DEVICE TO PREVENT BUILD-UP OF SOIL OR DEBRIS ON THE CUTTING TEETH. Option Two (2) ATTACHMENTS THE ROTOR SUPPORT ARMS SHALL BE n/ c n/ c i ATTACHED TO THE TOOL BAR WITH A ALLOWANCE FOR REMOVAL OR ADJUSTMENT OF ROW WIDTH. Brand Name and Model Number: Yetter Model 3500 2. 2 Each PLANTER, STACKING TOOL BAR DESIGN, $30, 874 S61, 748 365 day S 300. PROVIDING FOR 12 ROWS SET ON 30 INCH SPACING. Option One (1) SEED HOPPERS OVERSIZED, NOT LESS THAN THREE n/a n/a BUSHELS EACH. Option Two (2) TARP COVER A FITTED, WEATHER RESISTANT, FULL COVER, DESIGNED TO SECURLY ATTACH TO $750 each $1500 +; AND PROTECT THE TOTAL PLANTER DURING PERIODS OF STORAGE. Brand Name and Model Number: Case IH 1200 30' Stacker 3. 2 Each CULTIVATOR, ROW CROP, CONVERVATION $20,261 $40,522 0 days $ free TYPE, SET FOR 12 ROWS AT 30 INCHS SPACING. Brand Name and Model Number: Buffalo 6600-1230 005-0-2003rWehidesv doc 3 ffB #005-0-2003/DC, Row Crop Farts Equipment 4, 2 Each DISK HARROW, TANDEM ARRANGEMENT, WITH TRANSPORT WHEELS AND HYDRAULIC $ $ $ LEVELING Brand Name and Model Number: No Bid 5. 2 Each CRADLE, WITH RACKS AND FIXTURES TO SECURE, TRANSPORT, AND UNLOAD 12 S $ $ EACH ROUND HAY BALES, APPROXIMATELY FIVE FEET LONG AND SIX FEET IN DIAMETER, SIX BALES ON EACH SIDE. UNIT SHALL BE CONSTRUCTED TO SLIDE ONTO A FLAT BED FOR UTILIZATION. Brand Name and Model Number: No Bid 6. 2 Each TRAILER, GOOSE NECK, TWO AXLE, EQUIPPED WITH RACKS AND FIXTURES TO $ $ $ SECURE, TRANSPORT, AND UNLOAD 12 EACH ROUND HAY BALES, APPROXIMATELY FIVE FEET LONG AND SIX FEET IN DIAMETER, SIX BALES ON EACH SIDE Brand Name and Model Number: No Bid 7, 2 Each TRACTOR, AGRICULTURE DESIGN, WITH DRAW BAR AND THREE (3) POINT HITCH $91, 938 $183, 876 90 days $-700 ARRANGEMENT, DUAL REAR WHEELS AND LIVE PTO DRIVE SYSTEM Option One (1) EXTENDED WARRANTY. OEM EXTENDED 100% COVERAGE FOR 5 4,200 $8,400 YRS. - 5000 HRS. Brand Name and Model Number: Case IH MX255 'PRICE: F.O.B. City of Lubbock Municipal Garage - Lubbock, Texas PAYMENT TERNS AND DISCOUNTS - Bidder offers a prompt payment discount of %, net _ calendar days. Discounts will not be considered in determining low bid. Unless otherwise indicated on the Bid Forth, payment terms will be NET THIRTY DAYS. The City will pay the successful bidder within thirty days after the receipt of a correct invoice or after the date of acceptance, whichever event occurs later. Discounts for prompt payment requiring payment by the City within a stipulated number of days will be interpreted as applying within the stipulated number of calendar days after the date of receipt by the City of a correct invoice or after the date of acceptance that meets contract requirements, whichever event occurs later. Discounts for payment in less than ten days will not be considered. 005-0-2003r rBVehicleBV.doc 4 ITB #005-0-20031DC, Row Crop Farm Equipment INTERLOCAL PURCHASING (optional): The City desires to make available to other local governmental entities of the State of Texas, by mutual agreement with the successful bidder, and properly authorized interlocal purchasing agreements as provided for by the Interlocal Cooperation Act (Chapter 791, Government Code), the right to purchase the same services, at the prices quoted, for the period of this contract. Each bidder shall indicate on the Bid Form in the space provided below if he/she will honor Political Subdivision orders in addition to orders from the City of Lubbock. Should these other governmental entities decide to participate in this contract, would you (the bidder) agree. that all terms, conditions, specifications, and pricing would apply? Other governmental entities that might have interests in this contract are Frenshlp Independent School District, Lubbock Housing Authority, Lubbock County, Lubbock County Hospital District, Lubbock Independent School District, South Plains Association of Governments, City of Texarkana, Texas Tech University, West Texas Municipal Power Agency, and City of Wolfforth. YES NO �. I t • If you (the bidder) checked YES, the following will apply: • Governmental entities utilizing Interlocal Agreements for Cooperative Purchasing with the City of Lubbock will be eligible, but not obligated, to purchase materials/services under the contract(s) awarded as a result of this solicitation. All purchases by governmental entities other than the City of Lubbock will be billed directly to that governmental entity and paid by that governmental entity. City of Lubbock will not be responsible for another governmental entity's debts. Each governmental entity will order their own materials/service as needed. THIS BID IS SUBMITTED BY Sentt Tractor & Equipment Co. Inc. a corporation organized under the laws of the State of Texas , or a partnership consisting of or individual trading as Scott Tractor & Equipment Co. Inc of the Cityof Lubbock Firm: Scott Tractor & Equipment Co. Inc. Address: 102 SE L.00R 289 City: Lubbock State: Tx. Zip 79404 MIWBE Firm: I I Woman Black American I Native American Any entity or person that manufactures, distributes, converts new motor vehicles (or represents an entity that manufactures, distributes, or converts new motor vehicles) or is in the business of buying, exchanging, or selling new motor vehicles is required under the Texas Vehicle Commission Code, Tex.Rev.Civ.Stat.Ann. Art 4413(36) and 4413(36a) to be licensed by Motor Vehicle Division of the Texas Department of Transportation. In order for a bid to be in compliance with the Motor Vehicle Commission Code, the bidder must hold and provide all applicable current valid licenses issued by the State of Texas: 1. Name and Manufacture's License No. 2. Name and Converter's License No. 3. Name and Representative's License No. 4. Name and Franchise Dealer's License No. General Distinguishing No. (Franchised TX dealer) IFIFAM Autho zed Representative -'rn rit sign by hand Officer Name and Title: (f d .ti/ �' S X0 Please Print Business Telephone Number (806) 745-4451 FAX: (806) 748-1884 FOR CITY USE ONLY Bid Form Item Number(s) Awarded to Above Named Firm/Individual: Date of Award by City Council (for bids over S25,000): Date P.O./Contract Issued: RETURN COMPLETED B SIGNED BID FORM ALONG WITH CITY OF LUBBOCK SPECIFICATIONS. 005-0-20031TBVehideBV.doc 5 ITS g005-0-2003/DC, Row Crop Farm Equipment s This Page Intentionally Left Blank 005-0-20031TSvenicloBV.doc SCOTTTRACTOR & EQUIPMENT CO. INC. 102 S.E. LOOP 289 LUBBOCK, TEXAS 79404 TEL: (806) 745-4451 Date: February 11, 2003 To: City of Lubbock Lubbock, Tx. Row Crop Farm Equipment Bid # 005-0-2003/DC Spec # NV-F-21 Yetter 3500 $8,150.00/ea. $16,300.00 Option 1 Debris Guards $728.00 $1,456.00 Option 2 Attachments Included Spec # NV-F-23 Stacker Bar Planter $30,874.00/ea. $61,748.00 Option 1 Oversized Hopper Not Available Option 2 Tarp $750.00 $1,500.00 Spec # NV-F-24 Cultivator 12-30" $20,261.00 $40,522.00 Spec # NV-F-25 Disc Harrow No Bid Spec # NV-F-30 Hay Cradle No Bid Spec # T-30-F Hay Trailer No Bid Spec # F-60 Case NM55 Tractor $91,938.00/ea $183,876.00 Option 1 5 year 5000 hours P/T Warranty $4,200.00/ea. $8,400.00 If you have any questions concerning the above bid Call 745-4451. Sincerely, Jla� eldon Preston General Manager rTB #005.0-20031DC, Row Crop Farm Equipment NEW EQUIPMENT SERVICE QUESTIONNAIRE 1. What is the name and address of the nearest authorized service facility to the City of Lubbock? If your company does not own nearest service facility, please provide letter of assurance of service from said facility. Scott Tractor & Equipment Co. Inc. 102 SE Loop 289 Lubbock, x. 79404 2. What is your total parts nventory for the proposed equipment? $150, 000 3. How many technicians are employed at the nearest service facility? 9 4. How many field service technicians are available for on -site service? 8 5. What is the hourly labor rate for shop labor? $ 60.00 6. What is the hourly labor rate for field service labor? $60.00 plus mileage 7. What is the average response time that can be expected for a service call? 24 hours 8. What is the average delivery time for parts not found in inventory? 24 to 48 hours 9. Approximately how long will replacement parts be available for the proposed unit? 20 years 10. Explain the method for calculating the discount available for repair/replacement parts. (Show percent of discount to be expected.) 10% 11. Provide an explanation of the standard warranty coverage of the machine quoted. What is the process for handling defective parts, quality of workmanship or poor quality of materials? Warranty Policy Included with Bid 12. How many years has this particular machine been in production? 1-3 years 13. If the service facility is located outside the City of Lubbock, explain the process for performing (i) warranty work, (ii) service not covered in the warranty, and (ill) service work after the warranty has expired. n/a 14. Who is liable for transportation expense should the unit require out of town service during the warranty period? n/a 15. Explain the method used to calculate the transportation expense of out of town service. $2.50 per loaded mile 16. State in years the useful life and expected downtime of equipment quoted. 20 years 57 downtime NOTE: RETURN THIS QUESTIONNAIRE ALONG WiTH YOUR BID SUBMITTAL. YOUR RESPONSE TO THE EQUIPMENT SERVICE QUESTIONNAIRE MAY BE A FACTOR IN DETERMINING THE LOWEST RESPONSIBLE BID. 005-0.2003MVehideMdoc 23 ITB #005.0-2003/DC, Row Crop Farm Equipment ' This Page Intentionally Left Blank 005-0.2003ITBVehideBV,doc 24 ITS #005-0-20031DC. Row Crop Farm Equipment City of Lubbock Consideration of Location of Bidder's Principal Place of Business Affidavit of Eligibility Pursuant to Texas Local Government Code 271.905(b), in purchasing real property or personal property that is not affixed to real property, if the City receives one or more bids from a bidder whose principal place of business is in the City of Lubbock and whose bid is within three percent (3%) of the lowest bid price received by the City from a bidder who is not a resident of the City of Lubbock, the City may enter into a contract with: (1) the lowest bidder; or (2) the bidder whose principal place of business is in the City of Lubbock if the City Council determines, in writing, that the local bidder offers the City the best combination of contract price and additional economic development opportunities for the City of Lubbock created by the contract award, including the employment of residents of the City of Lubbock and increased tax revenues to the City of Lubbock. In order to receive consideration, bidders must submit this affidavit to: Victor Kilman, Purchasing Manager City of Lubbock 1625 13u' Street Lubbock, TX 79401 Complete all areas below. Incomplete affidavits may be rejected. Local Business Name: Scott Tractor & Equipment Co. Inc. Local Address (must be within the City limits): 102 SE Loop 289 Lubbock, Tx. 79404 1. Is the above address the principal place of business for the business named above? yes 2. How many residents of the City of Lubbock are employed at the above business location? 16 3. Year your business was established in the City of Lubbock: 1 9gfl 4. For transactions that require sales tax, provide the following Reseller information: Reseller Permit Number: 75-2344266 Company Name and Address (as it appears on permit): Scott Tractor & Equipment Co. Inc. 102 SE Loop 289 Lubbock, Tx. 79404 5. Does your business have more than one office in the State of Texas? x Yes No If Yes, identify the office location considered as the point -of sale credit for sales tax purposes: Lubbock 6. Was the local business required to pay business and/or real property tax for the most recent tax year? x Yes No If Yes, did the local business pay any of this tax to the City of Lubbock? x Yes No Under penalty of perjury, the undersigned states that the foregoing statements are true and correct. It is further acknowledged that any person, firm, corporation or entity intentionally submitting false information to the City in an attempt to qualify for eligibility shall be prohibited from bidding on City of Lubb roducts an services for a period of one (1) year. Authorized Signature: Date: 2 / 11 / 03 Printed Name and Title: Weldon Preston General Manager 0050.2003rr13VehWeBV.doC 27 fTB #005-0-2003/DC, Row Crop Farm Equipment ' This Page Intentionally Left Blank 005-0-2003ITBVehicieMdoc 28 rM #005-0-2003/DC, Row Crop Farm Equipment PAGE 1 OF 3 DATED 11/25/02 CITY OF LUBBOCK MINIMUM SPECIFICATIONS FOR ROTARY HOE, SOIL AERIATOR, 12 ROW CAPACITY SPEC. NV-F-21 MAKE Yetter MODEL 3500 IT IS THE INTENT OF THESE SPECIFICATIONS AND THE SPECIFICATIONS FOR EQUIPMENT GENERAL INFORMATION, REQUIREMENTS AND CONDITIONS SECTION TO DESCRIBE MINIMUM REQUIREMENTS. THE VEHICLE SHALL MEET OR EXCEED THE CONSTRUCTION AND PERFORMANCE SPECIFICATIONS DESCRIBED IN THE FOLLOWING MINIMUM SPECIFICATIONS. THE SELLER SHALL BE REQUIRED TO MARK COMPLIANCE TO THE SECTION OF THE SPECIFICATIONS IN THE SPACE PROVIDED. ALL EQUIPMENT FURNISHED AS STANDARD BY THE MANUFACTURER SHALL BE INCLUDED, IF NOT STATED IN THE WRITTEN SPECIFICATIONS. ANY DEVIATIONS FROM THE WRITTEN SPECIFICATIONS SHOWN IN THE INVITATION TO BID SHALL BE NOTED ON THE ATTACHED EXCEPTIONS TO THE SPECIFICATIONS. IN ORDER TO RECEIVE FULL CONSIDERATION, QUOTATION MUST FOLLOW THESE SPECIFICATIONS AND THE INVITATION TO BID'S TERMS AND CONDITION. NO. ITEM MINIMUM REQUIREMENTS SELLER COMPLIANCE YES NO SCOPE ROTARY HOE, 12 ROW WIDTHS, SET ON 30 INCH SPACING, WITH THREE-POINT, CAT 3, HITCH ATTACHMENT. 1. COVERAGE WIDTH NOT LESS THAN 12 ROWS, SET AT 30 INCHS SPACING, IN ONE PASS. X 2. TRANSPORT WIDTH MAXIMUM 22 FEET OVERALL WIDTH, DURING TRANSPORT. X 3. ROTORS PROVIDING TEETH DIAMETER OF NOT LESS THAN 18 INCHES. X 4. ROTOR MOUNTS EACH ROTOR SHALL BE INDEPENDENTLY MOUNTED TO A SUPPORT ARM WITH A SPRING LOADED, DOWN PRESSURE DEVICE. X 5. ROTOR BEARING EACH ROTOR SHALL BE FURNISHED WITH SEALED BEARINGS. x_ 6. CUTTING TEETH A MINIMUM OF 15 TEETH OF NOT LESS THAN 18 INCHES DIAMETER ON EACH ROTOR. X 7. TOOLBAR THE ROTORS SHALL BE FURNISHED WITH A TOOL BAR ATTACHMENT, EQUIPPED WITH A CAT 3 RATED, THREE POINT HITCH CONNECTION. THE TOOL BAR SHALL INCLUDE FOLDING FEATURES PROVIDING ATOW WIDTH OF NOT MORE THAN 22 FEET IN TOTAL. THE TOOL BAR SHALL ALLOW POSITIONING OF ATTACHMENTS ALONG THE ENTIRE LENGTH. x 005-0-2003ITBVehideBV.dm 29 PAGE 2 OF 3 DATED 11/25/02 ITB #005-0.2003/DC, Row Crop Farm Equipment CITY OF LUBBOCK MINIMUM SPECIFICATIONS FOR ROTARY HOE, SOIL AERIATOR, 12 ROW CAPACITY SPEC. NV-F-21 NO. ITEM MINIMUM REQUIREMENTS SELLER COMPLIANCE YES NO 8. GAUGE WHEELS THE ROTARY HOE SHALL BE FURNISHED WITH WHEELS AND PNEUMATIC TIRES RATED AT NOT LESS THAN THE TOTAL WEIGHT OF THE ASSEMBLY. THE NUMBER OF WHEELS AND LOCATIONS SHALL PROVIDE SUPPORT TO THE CENTER SECTION AND EACH FOLDING SECTION. WHEEL MOUNTING SHALL PROVIDE HEIGHT ADJUSTMENT FOR VARIOUS SOIL CONDITIONS. x 9. HYDRAULICS THE ASSEMBLY SHALL BE FURNISHED WITH HYDRAULIC CONTROLLED RAISING AND LOWERING OF THE TOOL BAR ENDS, AS REQUIRED TO MEET MAXIMUM OVERALL TRANSPORT WIDTH LIMITS. x 10. SAFETY FEATURES SMV SIGN, DEFLECTOR SHIELDS, AND A PARKING STAND. X 11. WARRANTY STANDARD MANUFACTORER WARRANTY. x OPTIONS 0-1 DEBRIS GUARDS EACH ROTOR SHALL BE FURNISHED WITH A DEVICE TO PREVENT BUILD-UP OF SOIL OR DEBRIS ON THE CUTTING TEETH. 0-2 ATTACHMENTS THE ROTOR SUPPORT ARMS SHALL BE ATTACHED TO THE TOOL BAR WITH A ALLOWANCE FOR REMOVAL OR ADJUSTMENT OF ROW WIDTH. X $728 Included 005-0-2003M3VenicieBV.aoc 30 PAGE 3 OF 3 DATED 11/25/02 RB #005.0-20030C, Row Crop Farts Equipment CITY OF LUBBOCK MINIMUM SPECIFICATIONS FOR ROTARY HOE, SOIL AERIATOR, 12 ROW CAPACITY SPEC. NV-F-21 NO. ITEM MINIMUM REQUIREMENTS SELLER COMPLIANCE YES NO EXCEPTIONS TO THE SPECIFICATIONS EXCEPTIONS TO THE SPECIFICATIONS OF ANY ITEMS STATED HEREIN SHALL BE FULLY DESCRIBED IN WRITING BY THE CONTRACTOR. USE ADDITIONAL SHEETS AS REQUIRED. 005-0-20031TBVehicleBV.doc 31 ITB #005-0-2003:'D . im #1 Page 1 of 3 Revised 1/30/03 CITY OF LUBBOCK MINIMUM SPECIFICATIONS FOR STACKER BAR PLANTER, 12 (30 INCH) ROW CAPACITY SPEC. NV-F-23 MAKE Case IH MODEL 1200 IT IS THE INTENT OF THESE SPECIFICATIONS AND THE SPECIFICATIONS FOR EQUIPMENT GENERAL INFORMATION, REQUIREMENTS AND CONDITIONS SECTION TO DESCRIBE MINIMUM REQUIREMENTS. T__ VEHICLE SHALL MEET OR EXCEED THE CONSTRUCTION AND PERFORMANCE SPECIFICATIONS DESCF.!;_ZE'. J THE FOLLOWING MINIMUM SPECIFICATIONS. THE SELLER SHALL BE REQUIRED TO MARK COMPLIANCE TO T!i SECTION OF THE SPECIFICATIONS IN THE SPACE PROVIDED. ALL EQUIPMENT FURNISHED AS STANDARDb _ 'THE MANUFACTURER SHALL BE INCLUDED,, IF NOT STATED IN THE WRITTEN SPECIFICATIONS. ANY DEVIA T ICN,-: FROM, THE WRITTEN SPECIFICATIONS SHOWN IN THE INVITATION TO BID SHALL BE NOTED ON THE ATTACHED EXCEPTIONS TO THE SPECIFICATIONS. IN ORDER TO RECEIVE FULL CONSIDERATION, QUOTATION MUST FOLLOW THESE SPECIFICATIONS AND THE INVITATION TO BID'S TERMS AND CONDITIONS. NO. ITEM MINIMUM REQUIREMENTS SELLER COM.PLI; . SCE YES t0 SCOPE PLANTER, STACKING TOOL BAR DESIGN, PROVIDING FOR 12 ROWS SET ON 30 INCH SPACING. 1. COVERAGE WIDTH NOT LESS THAN 12 ROWS, SET AT 30 INCHS SPACING, IN ONE PASS. x- 2. TRANSPORT WIDTH MAXIMUM: 20 FEET AND 6 INCHES, OVERALL TRANSPORT WIDTH. X 3. STACKER BAR SEVEN INCH TUBELAR STEEL PRIMARY FRAMEWORK. X 4. TILLAGE ATTACHMENTS CONSERVATION TYPE DISK FURROWERS WITH TWO SOLID BLADES ON EACH ARRANGEMENT. _x 5. OPENER A MINIMUM OF 13 INCH DIAMETER, DOUBLE DISK . ARRANGEMENT, WITH ROTARY SCRAPERS. X 6. DEPTH GAUGING TWO EACH, ON EACH ROW UNIT, NOT LESS THAN 4" X 16' GAUGE WHEELS WITH QUICK ADJUSTMENT FEATURES. X 7. SEED METERING OEM STANDARD HYDRAULIC DRIVEN VACUUM SYSTEM WITH VACUUM GAUGE VISIBLE TO THE OPERATOR WHILE INSIDE THE TRACTOR. THE SYSTEM SHALL BE FURNISHED WITH 12 CORN DISKS, 25,000 / 45,000 PLANT POPULATION PER ACRE RANGE, WITH QUICK ADJUSTMENT RATE DISPERSING FEATURE. 8. SEED HOPPERS INDIVIDUAL ROW SEED HOPPERS SHALL BE CONSTRUCTED OF NON-METAL COMPONENTS WITH CAPACITY OF NOT LESS THAN 1.5 BUSHELS EACH. 005-0-2003/DCAddend 1.doc ITB #005-0-2003/DC, Addendum #1 Page 2 of 3 CITY OF LUBBOCK MINIMUM SPECIFICATIONS FOR STACKER BAR PLANTER, 12 (30 INCH) ROW CAPACITY SPEC. NV-F-23 NO. ITEM MINIMUM REQUIREMENTS SELLER COMPLIANCE YES NO 9. CLOSING SYSTEM CLOSING SYSTEM CONSISTING OF TWO DISKS EACH ROW, DESIGNED TO COVER FURROW, WITH A SINGLE WIDE BASE, RUBBER TREAD COMPRESSION WHEEL FOR EACH ROW. X ' 10:: MONITOR A MONITOR DESIGNED FOR IN -CAB MOUNTING, WITH ELECTRONIC DISPLAY SHOWING -ROW FAILURE, SEED POPULATION, SEED SPACING, AVERAGE POPULATION, ACRE COUNTER AND GROUND SPEED. x 11. MARKERS OEM STANDARD SIDE MARKERS WITH HYDRAULIC FOLDING FEATURES. A 12. HYDRAULICS OEM HYDRAULIC CYLINDERS, LINKAGE, HOSES AND - CONTROLS TO OPERATE ALL FEATURES OF THE PLANTER, TO INCLUDE RAISING, LOWERING, FOLDING, AND TRANSPORT PREPERATION. THE ASSEMBLY SHALL BE FURNISHED WITH QUICK DISCONNECT ISO FITTING WITH DUST CAPS. X 13. HITCH OEM CATEGORY THREE (3) QUICK HITCH X 14. SAFETY FEATURES SMV SIGN AND PARKING STANDS. X 15. WARRANTY OEM STANDARD MANUFACTORER WARRANTY X OPTIONS 0.1 SEED HOPPERS OVERSIZED, NOT LESS THAN THREE BUSHELS EACH. $Not Available 02 TARP COVER A FITTED, WEATHER RESISTANT, FULL COVER, DESIGNED TO SECURLY ATTACH TO AND PROTECT THE TOTAL PLANTER DURING PERIODS OF STORAGE. $750 005-0-2003/DCAddend 1.doc Page 3 of 3 ITB #005-0-2003i [) . :m #1 CITY OF LUBBOCK MINIMUM SPECIFICATIONS FOR STACKER BAR PLANTER, 12 (30 INCH) ROW CAPACITY SPEC. NV-F-23 EXCEPTIONS TO THE SPECIFICATIONS EXCEPTIONS TO THE SPECIFICATIONS OF ANY ITEMS STATED HEREIN SHALL BE FULLY DESCRIBED IN WRITI!�: BY THE CONTRACTOR IN THE SPACE BELOW. Page 1 of 2 005-0-2003/DCAddend 1.doc ITB #005-0-2003/DC, Addendum #1 Page 1 of 2 Revised 1130/03 CITY OF LUBBOCK MINIMUM SPECIFICATIONS FOR CULTIVATOR, 12 ROW 130 INCH, ROW SPACING SPEC. NV-F-24 MAKE Buffalo MODEL 6600 IT IS THE INTENT OF THESE SPECIFICATIONS AND THE SPECIFICATIONS FOR EQUIPMENT GENERAL INFORMATION, REQUIREMENTS AND CONDITIONS SECTION TO DESCRIBE MINIMUM REQUIREMENTS. THE VEHICLE SHALL MEET OR EXCEED THE CONSTRUCTION AND PERFORMANCE SPECIFICATIONS DESCRIBED IN THE FOLLOWING MINIMUM SPECIFICATIONS. THE SELLER SHALL BE REQUIRED TO MARK COMPLIANCE TO THE SECTION OF THE SPECIFICATIONS IN THE SPACE PROVIDED. ALL EQUIPMENT FURNISHED AS STANDARD BY THE MANUFACTURER SHALL BE INCLUDED, IF NOT STATED IN THE WRITTEN SPECIFICATIONS. ANY DEVIATIONS FROM THE WRITTEN SPECIFICATIONS SHOWN IN THE INVITATION TO BID SHALL BE NOTED ON THE ATTACHED EXCEPTIONS TO THE SPECIFICATIONS. IN ORDER TO RECEIVE FULL CONSIDERATION, QUOTATION MUST FOLLOW THESE SPECIFICATIONS AND'THE INVITATION TO BIDS TERMS AND CONDITIONS. NO. ITEM MINIMUM REQUIREMENTS SELLER COMPLIANCE YES NO SCOPE CULTIVATOR, ROW CROP, CONVERVATION TYPE, SET FOR 12 ROWS AT 30 INCHS SPACING. 1. COVERAGE WIDTH NOT LESS THAN 12 ROWS, SET AT 301NCHS SPACING, IN ONE PASS. X 2. TRANSPORT WIDTH 19 FEET, MAXIMUM, DURING TRANSPORT. X 3. DEPTH CONTROL SINGLE CRANK WITH INDICATOR FOR EACH ROW UNIT, TO INCLUDE A SINGLE, IN FURROW 20 INCH COULTER/ GAUGE WHEEL PER ROW. X 4. TILLAGE TOOLS TWO EACH, ADJUSTABLE BARRING OFF DISKS PER ROW UNIT. 20 INCH CULTIVATOR SWEEPS WITH ADJUSTABLE RIDGING WING AND TWO EACH, ADJUSTABLE FENDERS PER ROW UNIT. X 5. DOWN PRESSURE OEM STANDARD REQUIRED. PENUMATIC DEVICES ARE NOT ACCEPTABLE. X 6. TOOLBAR 'TOOLING AND ATTACHMENTS SHALL BE CONNECTED TO A FOLDING TOOL BAR FURNISHED WITH A CAT 3, THREE POINT QUICK ATTACHMENT HITCH. X 7. HYDRAULICS OEM HYDRAULIC CYLINDERS, LINKAGE, HOSES AND CONTROLS TO OPERATE ALL FEATURES OF THE CULTIVATOR, TO INCLUDE RAISING, LOWERING, TILTING, FOLDING AND TRANSPORT PREPERATION. THE ASSEMBLY SHALL BE FURNISHED WITH QUICK DISCONNECT ISO FITTING WITH DUST CAPS. X 005-0-2003/DCAddendl.doc s ITB #005-0-20031'^:;. .m #1 Page 2 of 2 CITY OF LUBBOCK MINIMUM SPECIFICATIONS FOR CULTIVATOR, 12 ROW 130 INCH, ROW SPACING SPEC. NV-F-24 MAKE Buffalo MODEL 6600 NO. ITEM MINIMUM REQUIREMENTS SELLER COWPLf'.::CE YES i : 8. SAFETY FEATURES SMV SIGN, DEFLECTOR SHIELDS AND PARKING STANDS. X 9. WARRANTY OEM STANDARD MANUFACTURERS WARRANTY X EXCEPTIONS TO THE SPECIFICATIONS EXCEPTIONS TO THE SPECIFICATIONS OF ANY ITEMS STATED HEREIN SHALL BE FULLY DESCRIBED IN WRITING BY THE CONTRACTOR IN THE SPACE BELOW. 005-0-20031DCAddend 1. doc Page 1 of 4 Revised 1130103 ITB #005-0-2003/DC, rs' um #1 CITY OF LUBBOCK MINIMUM SPECIFICATIONS FOR TRACTOR, AGRICULTURE, FOUR- WHEEL -DRIVE, 215 PTO HP SPEC F-60 MAKE Case IH MODEL MX255 IT IS THE INTENT OF THESE SPECIFICATIONS TO DESCRIBE MINIMUM REQUIREMENTS. THE VEHICLE SHALL PviEET OR EXCEED THE CONSTRUCTION AND PERFORMANCE SPECIFICATIONS DESCRIBED IN THE FOLLOWING MINIMUM SPECIFICATIONS. THE SELLER SHALL BE REQUIRED TO MARK COMPLIANCE TO THE SECTION OF THE SPECIFICATIONS IN THE SPACE PROVIDED. ALL EQUIPMENT FURNISHED BY THE MANUFACTURER AS STANDARD SHALL BE INCLUDED, EVEN IF NOT SPECIFICALLY STATED IN THE WRITTEN SPECIFICATIONS. ANY DEVIATIONS FROM THE WRITTEN SPECIFICATIONS SHOWN IN THE INVITATION TO BID SHALL BE NOTED ON THE ATTACHED EXCEPTIONS TO THE SPECIFICATIONS. TO RECEIVE FULL CONSIDERATION, QUOTATION RESPONSE MUST FOLLOW THESE SPECIFICATIONS AND THE INVITATION TO BID'S TERMS AND CONDITIONS. NO. ITEM MINIMUM REQUIREMENTS SELLER COMPLIANCE YES NO SCOPE TRACTOR, AGRICULTURE DESIGN, WITH DRAW BAR AND THREE (3) POINT HITCH ARRANGEMENT, DUAL REAR WHEELS AND LIVE PTO DRIVE SYSTEM. 1. ENGINE DIESEL FUELED, LIQUID COOLED, FOUR STROKE/CYCLE, TURBOCHARGED, SIX CYLINDER ENGINE WITH NOT LESS THAN 489 CUBIC INCHS (8.0 L) DISPLACEMENT, 1,400 FOOT POUNDS TORQUE @ 1;600 RPMS, PROVIDING NOT LESS THAN 215 PTO HORSEPOWER. X 1.1 ACCESSORIES THE ENGINE SHALL BE FURNISHED WITH THE FOLLOWING ACCESSORIES, AS A MINIMUM: 1.1.1 AIR FILTER TWO STAGE DRY TYPE AIR CLEANER, WITH PRE -CLEANER, AND A RESTRICTION INDICATOR LOCATED WITHIN VIEW OF THE SEATED OPERATOR. X 1.1.2 FUEL FILTER OEM FUEL FILTERING SYSTEM. X 2. TRANSMISSION FULL POWER SHIFT DESIGN TRANSMISSION WITH A MINIMUM OF FIFTEEN (15) FORWARD AND FOUR (4) REVERSE GEARS WITH A NEUTRAL SAFETY SWITCH, PREVENTING ENGINE FROM STARTING WITH TRANSMISSION IN A DRIVE GEAR.. X 2.1 FRONT AXLE DRIVE THE FRONT AXLE DRIVE ENGAGEMENT SHALL BE OPERATOR CONTROLLED FROM INSIDE THE CAB. X 005-0-2003/DCAdden d 1.doc ITB #005-0-2003/DC, Addendum #1 'age 2 of 4 CITY OF LUBBOCK MINIMUM SPECIFICATIONS FOR TRACTOR, AGRICULTURE, FOUR- WHEEL -DRIVE, 215 PTO HP SPEC F-60 MAKE Case IA MODEL MX255 NO. ITEM MINIMUM REQUIREMENTS SELLER COMPLIANCE YES NO 3. FRONT AXLE FRONT AXLE SHALL BE OF THE STEERING AND DRIVE DESIGN WITH TIRE TRACK WIDTH SHALL BE ADJUSTED TO 60 INCHES, FOR OPERATION.WITH 30 INCH ROW SPACING. X 4. STEERING OEM POWER ASSISTED. X 5. ELECTRICAL SYSTEM 12 VOLT ELECTRICAL SYSTEM. X 5.1 ALTERNATOR OEM ALTERNATOR OF NOT LESS THAN 125 AMPS RATING. X 52 BATTERIES OEM DUAL BATTERY CONFIGURATION, MINIMUM 1,800 CCA. X 5.3 LIGHTING THE LIGHTING SYSTEM SHALL INCLUDE NOT LESS THAN FOUR EACH FRONT AND REAR HEADWORK LIGHTS, TWO TAIL LIGHTS, TURN SIGNALS,CAB INTERIOR AND INSTRUMENTATION LIGHTING. x 5.4 TRAILER PLUG ONE SEVEN PIN, TRAILER CONNECTOR, LOCATED AT THE REAR OF TRACTOR, WIRED FOR TAIL, AND TURN LIGHTS. x 5.5 RADAR OEM STANDARD RADAR SYSTEM 6. INSTRUMENTATION OEM INSTRUMENATION TO INCLUDE THE FOLLOWING AS A MINIMUM: 6.1 TACHOMETER ENGINE AND PTO RPM INDICATOR. x_____ 62 FUEL GAUGE FUEL LEVEL GAUGE. x- 6.3 AMPNOLT METER CHARGING AMPS OR BATTERY VOLTAGE INDICATOR. _X__-_ 6.4 COOLANT TEMPERATURE ENGINE COOLANT TEMPERATURE INDICATOR, WITH OVERHEATING WARNING DEVICE. x_ 6.5 ENGINE OIL PRESSURE ENGINE OIL PRESSURE INDICATOR, WITH LOW OIL PRESSURE ALERT DEVICE. x 7. BRAKES OEM POWER ASSISTED. 8. HITCHS OEM CAT III RATINGS, TO INCLUDE A DRAWBAR WITH PIN, AND A THREE POINT QUICK HITCH ARRANGEMENT WITH LIFTING CAPACITY OF NOT LESS THAN 13,700 LBS. x_ 005-0-2003/DCAddend 1.doc ITB #005-0-2003/DC, -idum #1 Page 3 of 4 CITY OF LUBBOCK MINIMUM SPECIFICATIONS FOR TRACTOR, AGRICULTURE, FOUR- WHEEL -DRIVE, 215 PTO HP SPEC F-60 MAKE Case IH MODEL MX255 NO. ITEM MINIMUM REQUIREMENTS SELLER COMPLIANCE YES NO 9. PTO OEM STANDARD 1 '/: SHAFT, 1000 RPM, PTO ARRANGEMENT. X 10. FUEL TANK, 70 GALLONS (US), MINIMUM FUEL CAPACITY. X 11. TIRES OEM FRONT AND REAR AS SPECIFIED. X 11.1 FRONT TIRES FRONT TIRE SIZE NOT LESS THAN 16.9R30 WITH CHEVRON STYLE TREAD. X 11.2 REAR TIRES DUAL REAR TIRES, MAXIMUM WIDTH OF 18AR46 WITH INNER DUAL SET AT 601NCHS CENTER, WITH OUTER DUALS SET AT 1201NCHS CENTER, WITH CHEVRON STYLE TREAD DESIGN. OUTSIDE DUALS SHALL NOT CONTAIN LIQUID BALLAST. 12. WEIGHT SHIPPING WEIGHT OF NOT LESS THAN 20,000 POUNDS, WITH FRONT TO REAR RATIO OF 40/60 %, WITHOUT IMPLEMENT ATTACHED, ADDITIONAL WEIGHTS SHALL BE FURNISHED TO PROVIDE SAFE OPERATIONAL BALANCE WITH AN IMPLEMENT ATTACHED WEIGHING NOT LESS THAN SPECIFIED MINIMUM HITCH CAPACITY. INSIDE DUAL AND FRONT TIRES MAY UTILIZE WATER AND ANTIFREEZE LIQUID BALLAST AS REQUIRED. 13. CAB OEM ENCLOSED, PRESSURIZED, HEATED AND AIR CONDITIONED CAB ASSEMBLY. THE CAB SHALL INCLUDE TWO DOORS, OR ONE DOOR AND ONE WINDOW THAT OPENS SUFFICENT TO ACT AS AN EMERGENCY ESCAPE EASEMENT. THE CAB SHALL INCLUDE THE FOLLOWING FEATURES AS A MINIMUM: 13.1 DOORS & WINDOWS TWO DOORS, OR ONE DOOR AND ONE WINDOW OF SUFFICENT SIZE TO PROVIDE AN ALTERNATE EXIT. 13.2 AIR CONDITIONING OEM AIR CONDITIONING WITH SELFCLEANING FILTER SYSTEM. 13.3 STEERING CONSOLE TILT AND TELESCOPING STEERING WHEEUCOLUMN ASSEMBLY 13.4 RADIO OEM AM/FM RADIO WITH A MINIMUM OF TWO SPEAKERS X X X 005-0-2003/DCAddend 1.doc ITB #005.0-2003/DC, Addendum #1 Page 4 of 4 CITY OF LUBBOCK MINIMUM SPECIFICATIONS FOR TRACTOR, AGRICULTURE, FOUR- WHEEL -DRIVE, 215 PTO HP SPEC F-60 MAKE Case IH MODEL —EX255 NO. ITEM MINIMUM REQUIREMENTS SELLER COMPLIANCE YES NO 13.5 SEAT OEM SUSPENSION TYPE OPERATORS SEAT WITH ARM RESTS, CLOTH COVERING, AND SEAT BELTS. SEAT MOUNTING SHALL PROVIDE FORWARD AND AFT MOVEMENTS, SEAT HEIGHT AND ' BACK ANGLE ADJUSTMENTS. X i 13.6 MIRRORS RIGHT AND LEFT SIDE EXTERNAL MIRRORS. X b 14. HYDRAULICS OEM STANDARD PUMP (MINIMUM OF 30 GPM FLOW) WITH FOUR REMOTE CIRCUITS AND ASAE/ISO COUPLERS. X 15. AUXILARY EQUIPMENT A TOOLBOX WITH PADLOCK HASP AND A SLOW MOVING EMBLEM. _x_ ` 16. WARRANTY OEM WARRANTY COVERAGE OF NOT LESS THAN 24 MONTHS, OR 2,000 HOURS,100% PARTS AND LABOR x_ OPTIONS 1. EXTENDED WARRANTY OEM EXTENDED POWERTRAIN WARRANTY FOR 5 YRS. — 5000 HRS. $ 4 , 200 EXCEPTIONS TO THE SPECIFICATIONS EXCEPTIONS TO THE SPECIFICATIONS OF ANY ITEMS STATED HEREIN SHALL BE FULLY DESCRIBED IN WRITING BY THE CONTRACTOR IN THE SPACE PROVIDED BELOW: i 1 r • t 005-0-2003IDCAddendl.doc Resolution No. 2003—RO146 ITB #005-0-2003/DC, Row Crop Farm Equipment SUBMIT TO: CITY OFLUBBOCK CITY OF LUBBOCK TEXASPURCHASING DEPARTMENTift 1625 13�" STREET, RM L04 LUBBOCK, TX 79401-3830 AN EQUAL OPPORTUNITY INVITATION TO B I D CONTACT PERSON: Diana Caudillo EMPLOYER #005-0-2003/DC TEL: 806.775.2167 FAX: 806.775.2164 http://purchasing.cl.tubbock.tx.us TITLE: SUBMITTAL DEADLINE: Row Crop Farm Equipment February 11, 2003 @ 3:00 pm CST PRE BID DATE, TIME AND LOCATION: January 28, 2003 @ 11:00 Any bids received after the time and dote listed am CST, in the Munici al Buildin 1625 13th Street, Plannin P S S aeturn regardless of the mode of delivery, shall be , returned unopened. Conference Room 107, Lubbock, Texas RESPONDENT E: IF RETURNING AS A "NO BID", PLEASE COMPLETE AND RETURN THE "STATEMENT OF NO BID". . MAILING ADDRESS: I°`e. CI STATE - IP: 1 1p THE CITY OF LUBBOCK RESERVES THE RIGHT TO ACCEPT OR REJECT ANY AND ALL BIDS IN WHOLE OR IN PART AND WAIVE ANY IN THE ✓e �� � /�X INFORMALITY COMPETITIVE BID PROCESS. FURTHER, THE CITY RESERVES THE RIGHT TO ENTER INTO ANY CONTRACT DEEMED TO BE IN THE BEST INTEREST OF THE TELEPHONE NO: � � / IT IS THE INTENT AND PURPOSE OF THE CITY OF LUBBOCK THAT THIS FAX N ' �J�� Q19� Q'd i� REQUEST PERMITS COMPETITIVE BIDS. IT IS THE BIDDER'S RESPONSIBILITY ��'jj iiS� p TO ADVISE THE CITY OF LUBBOCK PURCHASING MANAGER IF ANY LANGUAGE, REQUIREMENTS, ETC., OR ANY COMBINATIONS THEREOF, INADVERTENTLY RESTRICTS OR LIMITS THE REQUIREMENTS STATED IN THIS E-MAIL' /� ® / C /7 /T/lam vdw Y� RB TO A SINGLE SOURCE. SUCH NOTIFICATION MUST BE SUBMITTED IN WRITING AND MUST BE RECEIVED BY THE PURCHASING MANAGER NO LATER FEDERAL TAX ID NO. OR SOCIAL SECURITY NO. THAN FIVE (5) BUSINESS DAYS PRIOR TO THE ABOVE SUBMTITAL DEADLINE. THE BIDDER HEREBY ACKNOWLEDGES RECEIPT OF AND AGREES ITS BID IS BASED ON THE FOLLOWING ADDENDA: #1 Q ;12 0 #3 Z$ #4 4$ #5 0; (Please Initial) The City of Lubbock Charter states that no officer or employee of the City can benefit from any contract, job, work or service for the municipality or be interested in the sale to the City of any supplies, equipment, material or articles purchased. Will any officer or employee of the City, or member of their immediate family, benefit from the award of this bid to the above firm? YES ✓ NO IN COMPLIANCE WITH THIS SOLICITATION, THE UNDERSIGNED BIDDER HAVING EXAMINED THE INVITATION TO BID AND SPECIFICATIONS, AND BEING FAMILIAR WITH THE CONDITIONS TO BE MET, HEREBY SUBMITS THE FOLLOWING BID FOR FURNISHING THE MATERIAL, EQUIPMENT, LABOR AND EVERYTHING NECESSARY FOR PROVIDING THE ITEMS LISTED ON THE ATTACHED BID FORM AND AGREES TO DELIVER SAID ITEMS AT THE LOCATIONS AND FOR THE PRICES SET FORTH ON THE BID FORM. AN INDIVIDUAL AUTHORIZED TO BIND THE COMPANY MUST SIGN THE FOLLOWING SECTION. FAILURE TO EXECUTE THIS PORTION MAY RESULT IN BID REJECTION. By my signature I certify that this offer is made without prior understanding, agreement, or connection with any corporation, firm, business entity, or person submitting an offer for the same materials, supplies, equipment, or service(s), and is in all respects fair and without collusion or fraud. I further agree that if the offer is accepted, the offeror Will convey, sell, assign, or transfer to the City of Lubbock all right, title, and interest in and to all causes of action it may now or hereafter acquire under the Anti-trust laws of the United States and the State of Texas for price fixing relating to the particular commodity(s) or service (s) purchased or acquired by the City -of Lubbock. At the City's discretion, such assignment shall be made and become effective at the time the City tenders final payment to the vendor. Authorized Sig/nature Print/Type Name �2� Title Date THIS FORM MUST BE COMPLETED AND RETURNED WITH YOUR RESPONSE. 005-0-2003rTBVehIdeBV.doc ITB #005-0-2003/DC, Row Crop Farm Equipment This Page Intentionally Left Blank 005-0-2003rTBVehideBV.doc ITB #005-0.2003/DC, Row Crop Farm Equipment BID FORM Row Crop Farm Equipment CITY OF LUBBOCK, TEXAS ITB #005-0-2003/DC In compliance with the invitation to Bid #005-0-2003/DC, the undersigned Bidder having examined the Invitation to Bid and Specifications, and being familiar with the conditions to be met, hereby submits the following Bid for furnishing the material, equipment, labor and everything necessary for providing the items listed below and agrees to deliver said items at the locations and for the prices set forth on this form. The Invitation to Bid #[number] is by reference incorporated in this contract. The Bid Form must be completed in blue or black ink or by typewriter. Delivery One Set of Unit UNIT PRICE' EXTENDED (Days) Mfr's Repair, ITEM QN Of Measure DESCRIPTION BID COST Parts Et Recfter eipt of Service Order Manuals 1. 2 Each ROTARY HOE, 12 ROW WIDTHS, SET ON 30 $ $ $ INCH SPACING, WITH THREE-POINT, CAT 3, HITCH ATTACHMENT Option One (1) DEBRIS GUARDS EACH ROTOR SHALL BE FURNISHED WITH A DEVICE TO PREVENT BUILD-UP OF SOIL OR DEBRIS ON THE CUTTING TEETH. Brand Name and Model Number: 3. 2 1 Each I CULTIVATOR, ROW CROP, CONVERVATION 1 $ $ $ TYPE, SET FOR 12 ROWS AT 30 INCHS SPACING. Brand Name and Model Number: D05-0-20031T13VehicieWdoc 3 ITB #005-0-2003/DC, Row Crop Farts Equipment 4. 2 Each DISK HARROW, TANDEM ARRANGEMENT, WITH TRANSPORT WHEELS AND HYDRAULIC $ $ $ LEVELING Brand Name and Model Number: S. 2 Each CRADLE, WITH RACKS AND FIXTURES TO SECURE, TRANSPORT,,AND UNLOAD 12 $ $ $ EACH ROUND HAY BALES, APPROXIMATELY FIVE FEET LONG AND SIX FEET IN DIAMETER, SIX BALES ON EACH SIDE. UNIT SHALL BE CONSTRUCTED TO SLIDE ONTO A FLAT BED FOR UTILIZATION. Brand Name and Model Number: 6. 2 Each TRAILER, GOOSE NECK, TWO AXLE, EQUIPPED WITH RACKS AND FIXTURES TO $ $ $ SECURE, TRANSPORT, AND UNLOAD 12 EACH ROUND HAY BALES, APPROXIMATELY FIVE FEET LONG AND SIX FEET IN DIAMETER SIX BALES ON EACH SIDE Brand Name and Model Number: 7. 2 Each TRACTOR, AGRICULTURE DESIGN, WITH DRAW BAR AND THREE (3) POINT HITCH ARRANGEMENT, DUAL REAR WHEELS AND LIVE PTO DRIVE SYSTEM $ $a?141,202 � $ Option One (1) EXTENDED WARRANTY OEM EXTENDED 100% COVERAGE FOR 5 k YRS. - 5000 HRS. Brand Name and Model Number: /'/i9.5 5 ey /fir raso� Ova -•PRICE: F.O.B. City of Lubbock Municipal Garage - Lubbock, Texas yo 1h PAYMENT TERMS AND DISCOUNTS -Bidder offers a prompt payment discount of O %, net calendar days. Discounts will not be considered in determining low bid. Unless otherwise indicated on the Bid Form, payment terms will be NET THIRTY DAYS. The City will pay the successful bidder within thirty days after the receipt of a correct invoice or after the date of acceptance, whichever event occurs later. Discounts for prompt payment requiring payment by the City within a stipulated number of days will be interpreted as applying within the stipulated number of calendar days after the date of receipt by the City of a correct invoice or after the date of acceptance that meets contract requirements, whichever event occurs later. Discounts for payment in less than ten days will not be considered. D05-0-20031T13VehIde8V.doc 4 rrB #005-0-20031DC, Row Crop Farm Equipment NEW EQUIPMENT SERVICE QUESTIONNAIRE 1. What is the name and address of the nearest authorized service facility to the City of Lubbock? If your company does not own nearest service facility, please provide letter of assurance of service from said facility. �%igr��vr9e�' _Zytp/ -ram. 107 0✓ley 2. What is your total parts inventory for the proposed equipment? aS4i o0 0. o19 3. How many technicians are employed at the nearest service facility? _3 4. How many field service technicians are available for on -site service? .3 5. What is the hourly labor rate for shop labor? S'4L. D a 6. What is the hourly labor rate for field service labor? 7. What is the average response time that can be expected for a service call? /Sr5 B. What is the average delivery time for parts not found in inventory? /';/.9y 9. Approximately how long will replacement parts be available for the proposed unit? i"? y, 10. Explain the method for calculating the discount available for repair/replacement parts. (Show percent of discount to be expected.) 11. Provide an explanation of the standard warranty coverage of the machine quoted. What is the process for handling defective parts, quality of workmanship or poor quality of materials? /QD l' 41V -'0';A J 12. How many years has this particular machine been in production? IV 13. If the service facility is located outside the City of Lubbock, explain the process for performing (i) warranty work, (ii) servic n9 j covered in the warranty, and (iii) service work after the warranty has expired. /DO�o /�Mi- 'Jr'fj 00,Oc�r /��'i 7f' �9►�'[S 6�D`1�Gr /�.biPAra �y �.�'S P./�/0 , i�� , 14. Who is liable for tr5nsportation expense should the unit require out of town service during the warranty period? 1 , O ✓��04� ,y 15. Explain the method used to calculate the transppgqrtation expense of out of town service. .1 , 'e 16. State in years the useful life and expected downtime of equipment quoted./� /dy�/�r�A,'>�e /1�/aes �O,�A- .mac NOTE: RETURN THIS QUESTIONNAIRE ALONG WITH YOUR BID SUBMITTAL. YOUR RESPONSE TO THE EQUIPMENT SERVICE QUESTIONNAIRE MAY BE A FACTOR IN DETERMINING THE LOWEST RESPONSIBLE BID. 005-0-2003rrBVehideBV.doc 23 ITS #005-0-2003/DC, Row Crop Farm Equipment This Page Intentionally Left Blank 005-0-20031TBVehideBV.doc 24 PAGE 1 OF 5 DATED 11/19/02 ITB #005.0-2003/DC, Row Crop Farts Equipment CITY OF LUBBOCK MINIMUM SPECIFICATIONS FOR TRACTOR, AGRICULTURE, FOUR- WHEEL -DRIVE, 215 PTO HP SPEC F-60 MAKE i}SSp �° 4ODEL 1q ,�? 90 IT IS THE INTENT OF THESE SPECIFICATIONS T DESCRIBE MINIMUM REQUIREMENTS. THE VEHICLE SHALL MEET OR EXCEED THE CONSTRUCTION AND PERFORMANCE SPECIFICATIONS DESCRIBED IN THE FOLLOWING MINIMUM SPECIFICATIONS. THE SELLER SHALL BE REQUIRED TO MARK COMPLIANCE TO THE SECTION OF THE SPECIFICATIONS IN THE SPACE PROVIDED. ALL EQUIPMENT FURNISHED BY THE MANUFACTURER AS STANDARD SHALL BE INCLUDED, EVEN IF NOT SPECIFICALLY STATED IN THE WRITTEN SPECIFICATIONS. ANY DEVIATIONS FROM THE WRITTEN SPECIFICATIONS SHOWN IN THE INVITATION TO BID SHALL BE NOTED ON THE ATTACHED EXCEPTIONS TO THE SPECIFICATIONS. TO RECEIVE FULL CONSIDERATION, QUOTATION RESPONSE MUST FOLLOW THESE SPECIFICATIONS AND THE INVITATION TO BID'S TERMS AND CONDITIONS. NO. ITEM MINIMUM REQUIREMENTS SELLER COMPLIANCE YES NO SCOPE TRACTOR, AGRICULTURE DESIGN, WITH DRAW BAR AND THREE (3) POINT HITCH ARRANGEMENT, DUAL REAR WHEELS AND LIVE PTO DRIVE SYSTEM. 1. ENGINE DIESEL FUELED, LIQUID COOLED, FOUR STROKE/CYCLE, TURBOCHARGED, SIX CYLINDER ENGINE WITH NOT LESS THAN 489 CUBIC INCHS (8.0 L) DISPLACEMENT, 1,400 FOOT POUNDS TORQUE @ 1,600 RPMS, PROVIDING NOT LESS THAN 215 PTO HORSEPOWER. =5A, 1.1 ACCESSORIES THE ENGINE SHALL BE FURNISHED WITH THE FOLLOWING ACCESSORIES, AS A MINIMUM: 1.1.1 AIR FILTER 1.1.2 FUEL FILTER TWO STAGE DRY TYPE AIR CLEANER, WITH PRE -CLEANER, AND A RESTRICTION INDICATOR LOCATED WITHIN VIEW OF THE SEATED OPERATOR. Vol OEM FUEL FILTERING SYSTEM. 2. TRANSMISSION FULL POWER SHIFT DESIGN TRANSMISSION WITH A MINIMUM OF FIFTEEN (15) FORWARD AND FOUR (4) REVERSE GEARS WITH A NEUTRAL SAFETY SWITCH, PREVENTING ENGINE FRO 4 STARTING WITH TRANSMISSION IN A DRIVE GEAR. V✓ 2.2 FRONT AXLE DRIVE 3. FRONT AXLE 4. STEERING THE FRONT AXLE DRIVE ENGAGEMENT SHALL BE OPERATOR CONTROLLED FROM INSIDE THE CAB. ✓ FRONT AXLE SHALL BE OF THE STEERING AND DRIVE DESIGN WITH TIRE TRACK WIDTH SHALL BE ADJUSTED TO 60 INCHES, FOR OPERATION WITH 30 INCH ROW SPACING. ✓ OEM POWER ASSISTED. 005-0-2003rrBVehldeBV.doc 44 rrB #005-0-2003/DC, Row Crop Farm Equipment PAGE 2OF5 DATED 11/19/02 CITY OF LUBBOCK MINIMUM SPECIFICATIONS FOR TRACTOR, AGRICULTURE, FOUR- WHEEL -DRIVE, 215 PTO HP SPEC F-60 NO. ITEM MINIMUM REQUIREMENTS SELLER COMPLIANCE YES NO 5. ELECTRICAL SYSTEM 12 VOLT ELECTRICAL SYSTEM. 5.1 ALTERNATOR OEM ALTERNATOR OF NOT LESS THAN 125 AMPS RATING. > a Do r.:, 5.2 BATTERIES OEM DUAL BATTERY CONFIGURATION, MINIMUM 1,800 CCA. 5.3 LIGHTING THE LIGHTING SYSTEM SHALL INCLUDE NOT LESS THAN FOUR EACH FRONT AND REAR HEAD/WORK LIGHTS, TWO TAIL LIGHTS, TURN SIGNALS,CAB INTERIOR AND INSTRUMENTATION LIGHTING. v 5.4 TRAILER PLUG ONE SEVEN PIN, TRAILER CONNECTOR, LOCATED AT THE REAR OF TRACTOR, WIRED FOR TAIL, AND TURN LIGHTS. ✓ 6. INSTRUMENTATION OEM INSTRUMENATION TO INCLUDE THE FOLLOWING AS A MINIMUM: ✓ 6.1 TACHOMETER ENGINE AND PTO RPM INDICATOR. ✓ 6.2 FUEL GAUGE FUEL LEVEL GAUGE. 6.3 AMP/VOLT METER CHARGING AMPS OR BATTERY VOLTAGE INDICATOR. 6.4 COOLANT TEMPERATURE ENGINE COOLANT TEMPERATURE INDICATOR, WITH ✓ OVERHEATING WARNING DEVICE. 6.5 ENGINE OIL PRESSURE ENGINE OIL PRESSURE INDICATOR, WITH LOW OIL PRESSURE ALERT DEVICE. ✓ 7. BRAKES OEM POWER ASSISTED. 8. HITCHS OEM CAT III RATINGS, TO INCLUDE A DRAWBAR WITH PIN, AND A THREE POINT QUICK HITCH ARRANGEMENT WITH LIFTING CAPACITY OF NOT LESS THAN 15,000 LBS. 9. PTO OEM STANDARD 1 3/4" SHAFT, 1000 RPM, PTO ARRANGEMENT. ✓ 10. FUEL TANK 70 GALLONS (US), MINIMUM FUEL CAPACITY. 005-0-20031'MehideMcloc 45 PAGE 3 OF 5 DATED 11/19/02 ITB #005-0-2003/DC, Row Crop Farm Equipment CITY OF LUBBOCK MINIMUM SPECIFICATIONS FOR TRACTOR, AGRICULTURE, FOUR- WHEEL -DRIVE, 215 PTO HP SPEC F-60 NO. ITEM MINIMUM REQUIREMENTS SELLER COMPLIANCE YES NO 11. TIRES OEM FRONT AND REAR AS SPECIFIED. 11.1 FRONT TIRES FRONT TIRE SIZE NOT LESS THAN 16.91130 WITH CHEVRON STYLE TREAD. 11.2 REAR TIRES DUAL REAR TIRES, MAXIMUM WIDTH OF 18.41146 WITH INNER DUAL SET AT 60 INCHS CENTER, WITH OUTER DUALS SET AT 120 INCHS CENTER, WITH CHEVRON STYLE TREAD DESIGN. OUTSIDE DUALS SHALL NOT CONTAIN LIQUID BALLAST. 12. WEIGHT SHIPPING WEIGHT OF NOT LESS THAN 20,000 POUNDS, WITH FRONT TO REAR RATION OF 40/60 %, WITHOUT IMPLEMENT ATTACHED. ADDITIONAL WEIGHTS SHALL BE FURNISHED TO PROVIDE SAFE OPERATIONAL BALANCE WITH AN IMPLEMENT ATTACHED WEIGHING NOT LESS THAN SPECIFIED MINIMUM HITCH CAPACITY. INSIDE DUAL AND FRONT TIRES MAY UTILIZE WATER AND ANTIFREEZE LIQUID BALLAST AS REQUIRED. 13. CAB OEM ENCLOSED, PRESSURIZED, HEATED AND AIR CONDITIONED CAB ASSEMBLY. THE CAB SHALL INCLUDE TWO DOORS, OR ONE DOOR AND ONE WINDOW THAT OPENS SUFFICENT TO ACT AS AN EMERGENCY ESCAPE EASEMENT. _ /y THE CAB SHALL INCLUDE THE FOLLOWING FEATURES AS A MINIMUM: 13.1 DOORS I* WINDOWS TWO DOORS, OR ONE DOOR AND ONE WINDOW OF SUFFICENT SIZE TO PROVIDE AN ALTERNATE EXIT. ✓ 13.2. AIR CONDITIONING OEM AIR CONDITIONING WITH SELFCLEANING FILTER SYSTEM. 13.3 STEERING CONSOLE TILT AND TELESCOPING STEERING WHEEL/COLUMN ASSEMBLY. �Ll/ 13.4 RADIO OEM AM/FM RADIO WITH A MINIMUM OF TWO SPEAKERS. ✓ 005-0.2003rMehicloWdoc 46 PAGE 4OF5 DATED 11/19/02 ITS #005.0-2003/DC, Row Crop Farts Equipment CITY OF LUBBOCK MINIMUM SPECIFICATIONS FOR TRACTOR, AGRICULTURE, FOUR- WHEEL -DRIVE, 215 PTO HP SPEC F-60 NO. ITEM MINIMUM REQUIREMENTS SELLER COMPLIANCE YES NO 13.5 SEAT OEM SUSPENSION TYPE OPERATORS SEAT WITH ARM RESTS, CLOTH COVERING, AND SEAT BELTS. SEAT MOUNTING SHALL PROVIDE FORWARD AND AFT MOVEMENTS, SEAT HEIGHT AND BACK ANGLE ADJUSTMENTS. 13.6 MIRRORS RIGHT AND LEFT SIDE EXTERNAL MIRRORS. 14. HYDRAULICS OEM STANDARD WITH FOUR REMOTE CURCUITS WITH ASAE/ISO COUPLERS. EACH CURCUIT SHALL HAVE A 22 GPM FLOW. 15. AUXILARY EQUIPMENT A TOOLBOX WITH PADLOCK HASP AND A SLOW MOVING EMBLEM. ✓ 16. WARRANTY OEM WARRANTY COVERAGE OF NOT LESS THAN 24 MONTHS, OR 2,000 HOURS, 100% PARTS AND LABOR, WARRANTY SHALL INCLUDE ALL LIQUIDS AND LUBRICANTS REQUIRED DURING WARRANTY REPAIRS. WARRANTY COVERAGE SHALL BE FURNISHED ON SITE OR INCLUDE TRANSPORTATION OF THE TRACTOR TO THE MAINTENANCE FACILITY LOCATION AND RETURN. OPTIONS 1. EXTENDED WARRANTY OEM EXTENDED 100% COVERAGE FOR 5 YRS. - 5000 HRS. $ 11aSy. O gSvm,ov �6v0 �%ir• � 005-0-2003rrBVeniclesV.aot 47 Resolution No. 2003—RO146 ITB #005-0-2003/DC, Row Crop Farm Equipment SUBMIT TO: 4 CITY OF LUBBOCK / CITY OF LUBBOCK TEXAS PURCHASING DEPARTMENT (( 1 1625 13TH STREET, RM L04 LUBBOCK, TX79401-3830 AN EQUAL OPPORTUNITY INVITATION TO BID CONTACT PERSON: Diana Caudillo EMPLOYER #005-0-2003/DC TEL: 806.775.2167 FAX: 806.775.2164 http://purchasing.cl.tubbock.tx.us TITLE: SUBMITTAL DEADLINE: Row Crop Farm Equipment February 11, 2003 @ 3:00 pm CST PRE BID DATE, TIME AND LOCATION: January 28, 2003 @ 11,00 Any bids received after the time and date listed am CST, in the Municipal Building, 1625 13th Street, Planning ��regardless n al a mode of delivery, shad be Conference Room 107, Lubbock, Texas RESPONDENT So. � •arhS iemeft IF RETURNING AS A "NO BID", PLEASE COMPLETE AND RETURN THE "STATEMENT OF NO BID". MAILING ADDRES : ', �x / o 156 CITY - §TATE - ZIP: THE CITY OF LUBBOCK RESERVES THE RIGHT TO ACCEPT OR REJECT ANY 1 Vri YPr- Ct T �%C ?�(3 Z AND ALL BIDS IN WHOLE OR IN PART AND WAIVE ANY INFORMALITY IN THE COMPETITIVE BID PROCESS. FURTHER, THE CITY RESERVES THE RIGHT TO ENTER INTO ANY CONTRACT DEEMED TO BE IN THE BEST INTEREST OF THE TELEPHONE NO: I 61196 ^ 5q 2- 35o CRY. IT IS THE INTENT AND PURPOSE OF THE CITY OF LUBBOCK THAT THIS FAX NO: • py�/ q G 0C— 5 33 REQUEST IT IS CHASING ER LITY O [ -2— p TO ADVISE THE C� OOF�LUBBOCK PURDS. MANAGER IF MY LANGUAGE,COMBINATIONS THEREOF, QURREMENTSSTAIEINN E-MAIL: j, QM�Sm�t� Sri/AJlM Ca%. Cr�n�. IOR OR LIMITS THE THIS RB TO A SINGLE SOURCE. SUCH NOTIFICATION MUST BE SUBMITTED IN WRITING AND MUST BE RECEIVED BY THE PURCHASING MANAGER NO LATER FEDERAL TAX ID NO. OR SOCIAL SECURITY NO. 2 .So I THAN FIVE (5) BUSINESS DAYS PRIOR TO THE ABOVE SUBMITTAL DEADLINE. THE BIDDER HEREBY ACKNOWLEDGES RECEIPT OF AND AGREES ITS BID IS BASED ON THE FOLLOWING ADDENDA: #1 3Ss #2 '3--#3 #4 #5 (Please Initial) The City of Lubbock Charter states that no officer or employee of the City can benefit from any contract, job, work or service for the municipality or be interested in the sale to the City of any supplies, equipment, material or articles purchased. Will any officer or employee of the City, or member of their immediate family, benefit from the award of this bid to the above firm? YES NO IN COMPLIANCE WITH THIS SOLICITATION, THE UNDERSIGNED BIDDER HAVING EXAMINED THE INVITATION TO BID AND SPECIFICATIONS, AND BEING FAMILIAR WITH THE CONDITIONS TO BE MET, HEREBY SUBMITS THE FOLLOWING BID FOR FURNISHING THE MATERIAL, EQUIPMENT, LABOR AND EVERYTHING NECESSARY FOR PROVIDING THE ITEMS LISTED ON THE ATTACHED BID FORM AND AGREES TO DELIVER SAID ITEMS AT THE LOCATIONS AND FOR THE PRICES SET FORTH ON THE BID FORM. AN INDIVIDUAL AUTHORIZED TO BIND THE COMPANY MUST SIGN THE FOLLOWING SECTION. FAILURE TO EXECUTE THIS PORTION MAY RESULT IN BID REJECTION. By my signature I certify that this offer is made without prior understanding, agreement, or connection with any corporation, firm, business entity, or person submitting an offer for the same materials, supplies, equipment, or service(s), and is in all respects fair and without collusion or fraud. I further agree that if the offer is accepted, the offeror will convey, sell, assign, or transfer to the City of Lubbock all right, title, and interest in and to all causes of action it may now or hereafter acquire under the Anti-trust laws of the United States and the State of Texas for price fixing relating to the particular commodity(s) or service (s) purchased or acquired by the City of Lubbock. At the City's discretion, such assignment shall be made and become effective at the time the City tenders final payment to the vendor. Lpnl_611 S'�ore aka y�,� Authorize ignatur Title SQrPei� �itMfSOr` 2—��� Print/Type Name Date THIS FORM MUST BE COMPLETED AND RETURNED WITH YOUR RESPONSE. 005-0-2003ITBVehideBV.doc RB #005.0-2003/DC, Row Crop Farm Equipment This Page Intentionally Left Blank 005-0-2003MVehiGeWdoc ITB #005.0-2003/DC, Row Crop Farm Equipment BID FORM Row Crop Farm Equipment CITY OF LUBBOCK, TEXAS. TTB it005.0-2003/DC In compliance with the invitation to Bid #005-0-2003/DC, the undersigned Bidder having examined the Invitation to Bid and Specifications, and being familiar with the conditions to be met, hereby submits the following Bid for furnishing the material, equipment, labor and everything necessary for providing the items listed below and agrees to deliver said items at the locations and for the prices set forth on this form. The Invitation to Bid #[number] is by reference incorporated in this contract. The Bid Form must be completed in blue or black ink or by typewriter. Delivery One Set of Unit Of UNIT PRICE* EXTENDED (Days) Mfr's Repair, ITEM QTY Mere DESCRIPTION BID COST After Receipt of Parts B Service Order Manuals 1. 2 Each ROTARY HOE, 12 ROW WIDTHS, SET ON 30 $ $ $ INCH SPACING, WITH THREE-POINT, CAT 3, 7171, 1 ff I� 20 HITCH ATTACHMENT (5$ Option One (1) DEBRIS GUARDS g' EACH ROTOR SHALL BE FURNISHED WITH A DEVICE TO PREVENT BUILD-UP OF SOIL OR '7S. OD �� DEBRIS ON THE CUTTING TEETH. �00 Option Two (2) ATTACHMENTS THE ROTOR SUPPORT ARMS SHALL BE ATTACHED TO THE TOOL BAR WITH A , IV //A ALLOWANCE FOR REMOVAL OR ADJUSTMENT OF ROW WIDTH. Brand Name and Model Number: YOU- 3S3o 2. 2 Each PLANTER, STACKING TOOL BAR DESIGN, $ $ $ PROVIDING FOR 12 ROWS SET ON 30 INCH. 8q�. 1 �� ���� (as 11 SPACING. Option One (1) SEED HOPPERS OVERSIZED, NOT LESS THAN THREE 10 (9.0o 20300D BUSHELS EACH. Option Two (2) TARP COVER A FITTED, WEATHER RESISTANT, FULL Ct COVER, DESIGNED TO SECURLY ATTACH TO AND PROTECT THE TOTAL PLANTER DURING PERIODS OF STORAGE. Brand Name and Model Number: , oOL Dew 17ZO 3. 2 Each CULTIVATOR, ROW CROP, CONVERVATION $ $ $ TYPE, SET FOR 12 ROWS AT 30 INCHS SPACING.1Z 53�Wxw CI Brand Name and Model Number: Jo%n Deere, gg� 005-0-2003ITBVehideWdoc rrB #005-0-2003/DC, Row Crop Farts Equipment a. 2 Each DISK HARROW, TANDEM ARRANGEMENT, $ $ S WITH TRANSPORT WHEELS AND HYDRAULIC qq15-ZSx Gq 10y m S© Q LEVELING O L Brand Name and Model Number: Ste^+/ower %5 92, S. 2 Each CRADLE, WITH RACKS AND FIXTURES TO $ $ $ SECURE, TRANSPORT, AND UNLOAD 12 EACH ROUND HAY BALES, APPROXIMATELY FIVE FEET LONG AND SIX FEET IN DIAMETER, SIX BALES ON EACH SIDE. UNIT SHALL BE CONSTRUCTED TO SLIDE ONTO A FLAT BED FOR UTILIZATION. Brand Name and Model Number: 6. 2 Each TRAILER, GOOSE NECK, TWO AXLE, $ $ $ EQUIPPED WITH RACKS AND FIXTURES TO SECURE, TRANSPORT, AND UNLOAD 12 EACH ROUND HAY BALES, APPROXIMATELY FIVE FEET LONG AND SIX FEET IN DIAMETER SIX BALES ON EACH SIDE Brand Name and Model Number: 7. 2 Each TRACTOR, AGRICULTURE DESIGN, WITH $ $ $ DRAW BAR AND THREE (3) POINT HITCH ARRANGEMENT,EAR WHEELS AND 0� 29q�OD O LIVE 1 �201, S �" �5 PTO SYSTEM Option One (1) EXTENDED WARRANTY Si. OEM EXTENDED 100% COVERAGE FOR 5 �� Q 75oD 1g YRS. - 5000 HRS. ie `� Brand Name and Model Number: �o �n Deem 8 3 2 p 'PRICE: F.O.B. City of Lubbock Municipal Garage - Lubbock, Texas. PAYMENT TERMS AND DISCOUNTS - Bidder offers a prompt payment discount of %, net _ calendar days. Discounts will not be considered in determining low bid. Unless otherwise indicated on the Bid Form, payment terms will be NET THIRTY DAYS. The City will pay the successful bidder within thirty days after the receipt of a correct invoice or after the date of acceptance, whichever event occurs later. Discounts for prompt payment requiring payment by the City within a stipulated number of days will be interpreted as applying within the stipulated number of calendar days after the date of receipt by the City of a correct invoice or after the date of acceptance that meets contract requirements, whichever event occurs later. Discounts for payment in less than ten days will not be considered. 005-0-2003nBVehicieW.doc 4 ITB #005.0-2003lDC, Row Crop Farm Equipment INTERLOCAL PURCHASING (optional): The City desires to make available to other local governmental entities of the State of Texas, by mutual agreement with the successful bidder, and properly authorized interlocal purchasing agreements as provided for by the Interlocal Cooperation Act (Chapter 791, Government Code), the right to purchase the same services, at the prices quoted, for the period of this contract. Each bidder shall indicate on the Bid Form in the space provided below if he/she will honor Political Subdivision orders in addition to orders from the City of Lubbock. Should these other governmental entities decide to participate in this contract, would you (the bidder) agree that all terms, conditions, specifications, and pricing would apply? Other governmental entities that might have interests in this contract are Frenship independent School Diistrict, Lubbock Housing Authority, Lubbock County, Lubbock County Hospital District, Lubbock Independent School District, South Plains Association of Governments, City of Texarkana, Texas Tech University, West Texas Municipal Power Agency, and City of Wolfforth. YES V NO • If you (the bidder) checked YES, the following will apply: • Governmental entities utilizing Interiocal Agreements for Cooperative Purchasing with the City of Lubbock will be eligible, but not obligated, to purchase materials/services under the contract(s) awarded as a result of this solicitation. All purchases by governmental entities other than the City of Lubbock will be billed directly to that governmental entity and paid by that governmental entity. City of Lubbock will not be responsible for another governmental entity's debts. Each governmental entity will order their own materials/service as needed. THIS BID IS SUR)AITTED BY 5®,j � (�Q/�S 7mP1ex e, -t— a corporation organized under the laws of the State of M� , or a partnership consisting of or individual trading as of the City of Firm: so l F116ky State 'M zip At 3 23 Any entity or person that manufactures, distributes, converts new motor vehicles (or represents an entity that manufactures, distributes, or converts new motor vehicles) or is in the business of buying, exchanging, or selling new motor vehicles is required under the Texas Vehicle Commission Code, Tex.Rev.Civ.Stat.Ann. Art 4413(36) and 4413(36a) to be licensed by Motor Vehicle Division of the Texas Department of Transportation. In order for a bid to be in compliance with the Motor Vehicle Commission Code, the bidder must hold and provide all applicable current valid licenses issued by the State of Texas: 1. Name and Manufacture's License No. 2. Name and Converter's License No. 3. Name and Representative's License No. 4. Name and Franchise Dealer's License No. General Distinguishing No. (Franchised TX dealer) 03 Authorized Representative - must sign by hand r Officer Name and Title: S�ihrl?f_ _ J 1tM t? S Oh 5-6r e Markq jer Please Print �^G 1 / p Business Telephone Number � 6._ J 1 — 3so 1 FAX: oC — 6-fa — 333c FOR CITY USE ONLY Bid Form Item Number(s) Awarded to Above Named Firm/Individual: Date of Award by City Council (for bids over $25,000): Date P.O./Contract Issued: RETURN COMPLETED R SIGNED BID FORM ALONG WiTH CITY OF LUBBOCK SPECIFICATIONS. 005-0-20031TBVehiaeBV.doc 5 ITB #005-0-2003/QC. Row Crop Farts Equipment This Page Intentionally Left Blank 005-0-2003ITBVehicleBV.doc rrB #005-0.2003/0C, Row Crop Farts Equipment NEW EQUIPMENT SERVICE QUESTIONNAIRE 1. What is the name and address of the nearest authorized service facility to the City of Lubbock? If your company does not own nearest service facility, please provide letter of assurance of service from said facility. .rhtj� I� P�d�� 2. What is your total parts inventory for the proposed equipment? 3. How many technicians are employed at the nearest service facility? 9 4. How many field service technicians are available for on -site service? If 5. What is the hourly labor rate for shop labor? 6. What is the hourly labor rate for field service labor? 7. What is the average response time that can be expected for a service call? 8. What is the average delivery time for parts not found in inventory? ) D 9. Approximately how long will replacement parts be available for the proposed unit? pie- to YPar_5 10. Explain the method for calculating the discount available for repair/replacement parts. (Show percent of discount to be expected.) /1/ PaA ��Sc�+,�►-i- D 11. Provide an explanation of the standard warranty coverage of the machine quoted. What is the process for handling defective parts, quality of wor�imanship or poor quality of rn ltenals? Qa,J5 uA la�6er% Coverel joD% al�rin� D:E/11 Utvm-Fy fer!ol. TAA0 tT/�TI_h/V AT CDvFk,j , c W-c ,wer rf h� fir ede'A4 i,varrae'i'y 6-;4, 12. How many yea s this particular machine bedn in production? `-SD 6SSzo - Z Years ko4" tbe. - /o -f Years 70 /fax"Mete Pl�ler - jOf Yo4rs 71 RowC"'t C..){`,-dor — 10 t YPars 5�"00--er Aisks— ffi f Yeers 13. If the seance facility is located outside the City of Lubbock, explain the process for performing (i) warranty work, (ii) service not covered in the warranty, and (III) service work after the warranty has , expired. Parft as�_ L,bor C�vPr e� 10oe( d,,r.k O� ►►1 f va�r��`f� �21,oei9 er op -In (,I�zrrc+t q��PiePS� Work not cavereA u.arra��itr cr ��r t�.a a+4 PxP;,Yrfio•. wX billed of Ta'?P.- p�"5 earls Qt l[Sf / i I. 7F�inf�nrlotf how c�a�gP�0 14. Who is liable for trdns4rtation expense should the �fiit require out of town service during the warranty period? C ; �� a-f L•, b�o��' 15. Explain the method used to calculate the transportation expense of out of town service. #d.1-4r-c(c w/ Le -to IP4le,, rs �l,5� jOrr T�ow%� W,iA FA4 5Crv;ce Tract (I t 5'0 Per i maw/a /'l(/C, 16. State in years the useful life and xpected do time of equipment quoted. 5716 i5. 14 TrAd: j of Mu•^ffokewct �pr�tcfIcrl. ety? l d0-'Xmt th NOTE: RETURN THIS QUESTIONNAIRE ALONG WITH YOUR BID SUBMITTAL. YOUR RESPONSE TO THE7r#r /rr anc'C EQUIPMENT SERVICE QUESTIONNAIRE MAY BE A FACTOR IN DETERMINING THE LOWEST RESPONSIBLE BID. 005.0-2003ITBVehideWdoc 23 ITB #005-0.2003JDC, Row Crop Farm Equipment This Page Intentionally Left Blank 005-0-20031TBVehideBV.doe 24 rTB #005.0-2003/CC, Raw Crop Farm Equipment City of Lubbock Consideration of Location of Bidder's Principal Place of Business Affidavit of Eligibility Pursuant to Texas Local Government Code 271.905(b), in purchasing real property or personal property that is not affixed to real property, if the City receives one or more bids from a bidder whose principal place of business is in the City of Lubbock and whose bid is within three percent (3%) of the lowest bid price received by.the City from a bidder who is not a resident of the City of Lubbock, the City may enter into a contract with: (1) the lowest bidder; or (2) the bidder whose principal place of business is in the City of Lubbock if the City Council determines, in writing, that the local bidder offers the City the best combination of contract price and additional economic development opportunities for the City of Lubbock created by the contract award, including the employment of residents of the City of Lubbock and increased tax revenues to the City of Lubbock. In order to receive consideration, bidders must submit this affidavit to: Victor Kilman, Purchasing Manager City of Lubbock 1625 13u' Street Lubbock, TX 79401 Complete all areas below. Incomplete affidavits may be rejected. Local Business Name: SOA Pj�;K S 771-1 ©1Pn Local Address (must be within the City limits): 1. Is the above address the. principal place of business for the business named above? 2. How many residents of the City of Lubbock are employed at the above business location? 3. Year your business was established in the City of Lubbock: 4. For transactions that require sales tax, provide the following Reseller information: Reseller Permit Number: Company Name and Address (as it appears on permit): 5. Does your business have more than one office in the State of Texas? _ZYes No If Yes, identify the office location considered as the point -of sale credit for sales tax purposes: SQ�+iKo 6. Was the local business required to pay business and/or real property tax for the most recent tax year? VthYes No If Yes, did the local business pay any of this tax to the City of Lubbock? Yesy No Under penalty of perjury, the undersigned states that the foregoing statements are true and correct. It is further acknowledged that any person, firm, corporation or entity intentionally submitting false information to the City in an attempt to qualify for eligibility shall be prohibited from bidding n City of Lubbock products and services for a period of one (1 ) year. Authorized Signature: Date: Z ,�1— 03 Printed Name and Title: -JQ rre aAPSOr,- /' 5%re im ri e,- 005-0-2003rrBVeh1c1eBV.doc 27 rrB #006-0-2003/DC, Row Crop Farts Equipment This Page Intentionally Left Blank 005-0-2003rMehicleWdoc 28 ITB #005-0.2003/DC, Row Crop Farts Equipment PAGE 1 OF 3 DATED 11/25/02 CITY OF LUBBOCK MINIMUM SPECIFICATIONS FOR ROTARY HOE, SOIL AERIATOR, 12 ROW CAPACITY SPEC. NV-F-21 MAKE TRW MODEL 3S 0 IT IS THE INTENT OF THESE SPECIFICATIONS AND THE SPECIFICATIONS FOR EQUIPMENT GENERAL INFORMATION, REQUIREMENTS AND CONDITIONS SECTION TO DESCRIBE MINIMUM REQUIREMENTS. THE VEHICLE SHALL MEET OR EXCEED THE CONSTRUCTION AND PERFORMANCE SPECIFICATIONS DESCRIBED IN THE FOLLOWING MINIMUM SPECIFICATIONS. THE SELLER SHALL BE REQUIRED TO MARK COMPLIANCE TO THE SECTION OF THE SPECIFICATIONS IN THE SPACE PROVIDED. ALL EQUIPMENT FURNISHED AS STANDARD BY THE MANUFACTURER SHALL BE INCLUDED, IF NOT STATED IN THE WRITTEN SPECIFICATIONS. ANY DEVIATIONS FROM THE WRITTEN SPECIFICATIONS SHOWN IN THE INVITATION TO BID SHALL BE NOTED ON THE ATTACHED EXCEPTIONS TO THE SPECIFICATIONS. IN ORDER TO RECEIVE FULL CONSIDERATION, QUOTATION MUST FOLLOW THESE SPECIFICATIONS AND THE INVITATION TO BID'S TERMS AND CONDITION. NO. ITEM MINIMUM REQUIREMENTS SELLER COMPLIANCE YES NO SCOPE ROTARY HOE, 12 ROW WIDTHS, SET ON 30 INCH SPACING, WITH THREE-POINT, CAT 3, HITCH ATTACHMENT. 1. COVERAGE WIDTH NOT LESS THAN 12 ROWS, SET AT 30 INCHS SPACING, / IN ONE PASS. V / 2. TRANSPORT WIDTH MAXIMUM 22 FEET OVERALL WIDTH, DURING TRANSPORT. V 3. ROTORS PROVIDING TEETH DIAMETER OF NOT LESS THAN / 18 INCHES. V 4. ROTOR MOUNTS EACH ROTOR SHALL BE INDEPENDENTLY MOUNTED TO A SUPPORT ARM WITH A SPRING LOADED, DOWN / PRESSURE DEVICE. ✓ 5. ROTOR BEARING EACH ROTOR SHALL BE FURNISHED WITH SEALED BEARINGS. 6. CUTTING TEETH A MINIMUM OF 15 TEETH OF NOT LESS THAN 18 INCHES / DIAMETER ON EACH ROTOR. V 7. TOOL BAR THE ROTORS SHALL BE FURNISHED WITH A TOOL BAR ATTACHMENT, EQUIPPED WITH A CAT 3 RATED, THREE POINT HITCH CONNECTION. THE TOOL BAR SHALL INCLUDE FOLDING FEATURES PROVIDING ATOW WIDTH OF NOT MORE THAN 22 FEET IN TOTAL. THE TOOL BAR SHALL ALLOW POSITIONING OF ATTACHMENTS ALONG THE ENTIRE LENGTH. on-0-2003MVehideW.doc 29 PAGE 2 OF 3 DATED 11/25/02 rrB #005-0-2003/QC, Row Crop Farm Equipment CITY OF LUBBOCK MINIMUM SPECIFICATIONS FOR ROTARY HOE, SOIL AERIATOR, 12 ROW CAPACITY SPEC. NV-F-21 NO. ITEM MINIMUM REQUIREMENTS SELLER COMPLIANCE YES NO 8. GAUGE WHEELS THE ROTARY HOE SHALL BE FURNISHED WITH WHEELS AND PNEUMATIC TIRES RATED AT NOT LESS THAN THE TOTAL WEIGHT OF THE ASSEMBLY. THE NUMBER OF .WHEELS AND LOCATIONS SHALL PROVIDE SUPPORT TO THE CENTER SECTION AND EACH FOLDING SECTION. WHEEL MOUNTING SHALL PROVIDE HEIGHT / ADJUSTMENT FOR VARIOUS SOIL CONDITIONS. V 9. HYDRAULICS THE ASSEMBLY SHALL BE FURNISHED WITH HYDRAULIC CONTROLLED RAISING AND LOWERING OF THE TOOL BAR ENDS, AS REQUIRED TO MEET MAXIMUM OVERALL / TRANSPORT WIDTH LIMITS. 1/ 10. SAFETY FEATURES SMV SIGN, DEFLECTOR SHIELDS, AND A PARKING STAND. 11. WARRANTY STANDARD MANUFACTORER WARRANTY. OPTIONS 0-1 DEBRIS GUARDS EACH ROTOR SHALL BE FURNISHED WITH A DEVICE TO PREVENT BUILD-UP OF SOIL OR DEBRIS ON THE CUTTING TEETH. 0-2 ATTACHMENTS THE ROTOR SUPPORT ARMS SHALL BE ATTACHED TO THE TOOL BAR WITH A ALLOWANCE FOR REMOVAL OR ADJUSTMENT OF ROW WIDTH. 'f729Q 00 005-0-2003nBVehideBV.aoc 30 PAGE 3OF3 DATED 11/25/02 ITB #005-0-2003/DC, Row Crop Farts Equipment CITY OF LUBBOCK MINIMUM SPECIFICATIONS FOR ROTARY HOE, SOIL AERIATOR, 12 ROW CAPACITY SPEC. NV-F-21 NO. ITEM MINIMUM REQUIREMENTS SELLER COMPLIANCE YES NO EXCEPTIONS TO THE SPECIFICATIONS EXCEPTIONS TO THE SPECIFICATIONS OF ANY ITEMS STATED HEREIN SHALL BE FULLY DESCRIBED IN WRITING BY THE CONTRACTOR. USE ADDITIONAL SHEETS AS REQUIRED. 005-0.2003ITBVeNcloBV.doc 31 ITB #005-0-2003/DC. um #1 Page 1 of 3 Revised 1130103 CITY OF LUBBOCK MINIMUM SPECIFICATIONS FOR STACKER BAR PLANTER, 12 (30 INCH) ROW CAPACITY j� SPEC. NV-F-23 MAKE 71041, Ueere- MODEL I7 2O IT IS THE INTENT OF THESE SPECIFICATIONS AND THE SPECIFICATIONS FOR EQUIPMENT GENERAL INFORMATION, REQUIREMENTS AND CONDITIONS SECTION TO DESCRIBE MINIMUM REQUIREMENTS. TH= VEHICLE SHALL MEET OR EXCEED THE CONSTRUCTION AND PERFORMANCE SPECIFICATIONS DESCRIM=_ !N THE FOLLOWING MINIMUM SPECIFICATIONS. THE SELLER SHALL BE REQUIRED TO MARK COMPLIANCE TO THE_ SECTION OF THE SPECIFICATIONS IN THE SPACE PROVIDED. ALL EQUIPMENT FURNISHED AS STANDARD EYTHE MANUFACTURER SHALL BE INCLUDED,.IF NOT STATED IN THE WRITTEN SPECIFICATIONS. ANY DEVIATIO'- FROM. THE WRITTEN SPECIFICATIONS SHOWN IN THE INVITATION TO BID SHALL BE NOTED ON THE ATTACHED EXCEPTIONS TO THE SPECIFICATIONS. IN ORDER TO RECEIVE FULL CONSIDERATION, QUOTATION MUST FOLLOW THESE SPECIFICATIONS AND THE INVITATION TO BID'S TERMS AND CONDITIONS. NO. ITEM MINIMUM REQUIREMENTS SELLER COMPLIANCE YES IN SCOPE PLANTER, STACKING TOOL BAR DESIGN, PROVIDING FOR 12 ROWS SET ON 30 INCH SPACING. 1. COVERAGE WIDTH NOT LESS THAN 12 ROWS, SET AT 30 INCHS SPACING, / IN ONE PASS. 2. TRANSPORT WIDTH MAXIMUM: 20 FEET AND 6 INCHES, OVERALL TRANSPORT WIDTH. 3. STACKER BAR SEVEN INCH TUBELAR STEEL PRIMARY FRAMEWORK. V 4. TILLAGE ATTACHMENTS CONSERVATION TYPE DISK FURROWERS WITH TWO SOLID BLADES ON EACH ARRANGEMENT. 1/ 5. OPENER A MINIMUM OF 13 INCH DIAMETER, DOUBLE DISK / ARRANGEMENT, WITH ROTARY SCRAPERS. 6. DEPTH GAUGING TWO EACH, ON EACH ROW UNIT, NOT LESS THAN 4' X 16" GAUGE WHEELS WITH QUICK ADJUSTMENT % FEATURES. 7, SEED METERING OEM STANDARD HYDRAULIC DRIVEN VACUUM SYSTEM WITH VACUUM GAUGE VISIBLE TO THE OPERATOR WHILE INSIDE THE TRACTOR. THE SYSTEM SHALL BE FURNISHED WITH 12 CORN DISKS, 25,000145,000 PLANT POPULATION PER ACRE RANGE, WITH QUICK ADJUSTMENT RATE DISPERSING FEATURE. 8. SEED HOPPERS INDIVIDUAL ROW SEED HOPPERS SHALL BE CONSTRUCTED OF NON-METAL COMPONENTS WITH / CAPACITY OF NOT LESS THAN 1.5 BUSHELS EACH. 005-0-20031DCAddend 1.doc • ITB #005-0-2003/DC, Addendum #1 Page 2 of 3 CITY OF LUBBOCK MINIMUM SPECIFICATIONS FOR STACKER BAR PLANTER, 12 (30 INCH) ROW CAPACITY SPEC, NV-F-23 NO. ITEM MINIMUM REQUIREMENTS SELLER COMPLIANCE YES NO 9. CLOSING SYSTEM CLOSING SYSTEM CONSISTING OF TWO DISKS EACH ROW, DESIGNED TO COVER FURROW, WITH A SINGLE WIDE BASE, RUBBER TREAD COMPRESSION WHEEL FOR EACH ROW. low- MONITOR A MONITOR DESIGNED FOR IN -CAB MOUNTING, WITH ELECTRONIC DISPLAY SHOWING ROW FAILURE, SEED POPULATION, SEED SPACING, AVERAGE POPULATION, ACRE COUNTER AND GROUND SPEED. 11. MARKERS OEM STANDARD SIDE MARKERS WITH HYDRAULIC FOLDING FEATURES. 12. HYDRAULICS OEM HYDRAULIC CYLINDERS, LINKAGE, HOSES AND CONTROLS TO OPERATE ALL FEATURES OF THE PLANTER, TO INCLUDE RAISING, LOWERING, FOLDING, AND TRANSPORT PREPERATION. THE ASSEMBLY SHALL BE FURNISHED WITH QUICK DISCONNECT ISO FITTING WITH DUST CAPS. 13. HITCH OEM CATEGORY THREE (3) QUICK HITCH 14. SAFETY FEATURES SMV SIGN AND PARKING STANDS. V 11111 15. WARRANTY OEM STANDARD MANUFACTORER WARRANTY OPTIONS 0.1 SEED HOPPERS OVERSIZED, NOT LESS THAN THREE BUSHELS EACH. $ 17000 02 TARP COVER A FITTED; WEATHER RESISTANT, FULL COVER, DESIGNED TO SECURLY ATTACH TO AND PROTECT THE TOTAL PLANTER DURING PERIODS OF $ �,�-�01 STORAGE. co 005-0-2003/DCAddend 1.doc Page 3 of 3 ITB #005-0-2003!DC. - Jum #1 CITY OF LUBBOCK MINIMUM SPECIFICATIONS FOR STACKER BAR PLANTER, 12 (30 INCH) ROW CAPACITY SPEC. NV-F-23 EXCEPTIONS TO THE SPECIFICATIONS EXCEPTIONS TO THE SPECIFICATIONS OF ANY ITEMS STATED HEREIN SHALL BE FULLY DESCRIBED IN WRITir:3 BY THE CONTRACTOR IN THE SPACE BELOW, Page 1 of 2 005-0-20031DCAddend 1.doc ITB #005-0-20031DC, Addendum #1 Page 1 of 2 Revised 1130103 CITY OF LUBBOCK MINIMUM SPECIFICATIONS FOR CULTIVATOR, 12 ROW 130 INCH, ROW SPACING SPEC. NV-F-24 MAKE 30t�ih Deef P— MODEL �S,E IT IS THE INTENT OF THESE SPECIFICATIONS AND THE SPECIFICATIONS FOR EQUIPMENT GENERAL INFORMATION, REQUIREMENTS AND CONDITIONS SECTION TO DESCRIBE MINIMUM REQUIREMENTS. THE VEHICLE SHALL MEET OR EXCEED THE CONSTRUCTION AND PERFORMANCE SPECIFICATIONS DESCRIBED IN THE FOLLOWING MINIMUM SPECIFICATIONS. THE SELLER SHALL BE REQUIRED TO MARK COMPLIANCE TO THE SECTION OF THE SPECIFICATIONS IN THE SPACE PROVIDED, ALL EQUIPMENT FURNISHED AS STANDARD BY THE MANUFACTURER SHALL BE INCLUDED, IF NOT STATED IN THE WRITTEN SPECIFICATIONS. ANY DEVIATIONS FROM THE WRITTEN SPECIFICATIONS SHOWN IN THE INVITATION TO BID SHALL BE NOTED ON THE ATTACHED EXCEPTIONS TO THE SPECIFICATIONS. IN ORDER TO RECEIVE FULL CONSIDERATION, QUOTATION MUST FOLLOW THESE SPECIFICATIONS AND THE INVITATION TO BID'S TERMS AND CONDITIONS. NO. ITEM MINIMUM REQUIREMENTS SELLER COMPLIANCE YES NO SCOPE CULTIVATOR, ROW CROP, CONVERVATION TYPE, SET FOR 12 ROWS AT 30 INCHS SPACING. 1. COVERAGE WIDTH NOT LESS THAN 12 ROWS, SET AT 30 INCHS SPACING, IN ONE PASS. 2. TRANSPORT WIDTH 19 FEET, MAXIMUM, DURING TRANSPORT. 3. DEPTH CONTROL SINGLE CRANK WITH INDICATOR FOR EACH ROW UNIT, TO INCLUDE A SINGLE, IN FURROW 20 INCH COULTER/ . GAUGE WHEEL PER ROW. 4. TILLAGE TOOLS TWO EACH, ADJUSTABLE BARRING OFF DISKS PER ROW UNIT. 20 INCH CULTIVATOR SWEEPS WITH ADJUSTABLE RIDGING WING AND TWO EACH, / ADJUSTABLE FENDERS PER ROW UNIT. V/ 5. DOWN PRESSURE OEM STANDARD REQUIRED. PENUMATIC DEVICES ARE NOT ACCEPTABLE. 6. TOOLBAR TOOLING AND ATTACHMENTS SHALL BE CONNECTED TO A FOLDING TOOL BAR FURNISHED WITH A CAT 3, THREE POINT QUICK ATTACHMENT HITCH. 7. HYDRAULICS OEM HYDRAULIC CYLINDERS, LINKAGE, HOSES AND CONTROLS TO OPERATE ALL FEATURES OF THE CULTIVATOR, TO INCLUDE RAISING, LOWERING, TILTING, FOLDING AND TRANSPORT PREPERATION, THE ASSEMBLY SHALL BE FURNISHED WITH QUICK / DISCONNECT ISO FITTING WITH DUST CAPS. 005-0-2003/DCAddend 1.doc ITB #005-0-2003/DG, r._. 'm #1 Page 2 of 2 CITY OF LUBBOCK MINIMUM SPECIFICATIONS FOR CULTIVATOR, 12 ROW / 30 INCH, ROW SPACING SPEC. NV-F-24 MAKE �C�h �Qe�e MODEL NO. ITEM MINIMUM REQUIREMENTS SELLER COMFLI-,::CE YES i 8. SAFETY FEATURES SMV SIGN, DEFLECTOR SHIELDS AND PARKING STANDS. 9. WARRANTY OEM STANDARD MANUFACTURERS WARRANTY EXCEPTIONS TO THE SPECIFICATIONS EXCEPTIONS TO THE SPECIFICATIONS OF ANY ITEMS STATED HEREIN SHALL BE FULLY DESCRIBED IN WRITING BY THE CONTRACTOR IN THE SPACE BELOW. 005-0-2003/DCAddend1.doc ITB #005-0-2003/DC, Row Crop Farm Equipment PAGE 1 OF 2 DATED 12/09/02 CITY OF LUBBOCK MINIMUM SPECIFICATIONS FOR TANDEM DISK HARROW, DRAW BAR HITCH SPEC. NV-F-25 . MAKE S��,flowQ� MODEL %s�� �Z IT IS THE INTENT OF THESE SPECIFICATIONS AND THE SPECIFICATIONS FOR EQUIPMENT GENERAL INFORMATION, REQUIREMENTS AND CONDITIONS SECTION TO DESCRIBE MINIMUM REQUIREMENTS. THE VEHICLE SHALL MEET OR EXCEED THE CONSTRUCTION AND PERFORMANCE SPECIFICATIONS DESCRIBED IN THE FOLLOWING MINIMUM SPECIFICATIONS. THE SELLER SHALL BE REQUIRED TO MARK COMPLIANCE TO THE SECTION OF THE SPECIFICATIONS IN THE SPACE PROVIDED. ALL EQUIPMENT FURNISHED AS STANDARD BY THE MANUFACTURER SHALL BE INCLUDED, IF NOT STATED IN THE WRITTEN SPECIFICATIONS. ANY DEVIATIONS FROM THE WRITTEN SPECIFICATIONS SHOWN IN THE INVITATION TO BID SHALL BE NOTED ON THE ATTACHED EXCEPTIONS TO THE SPECIFICATIONS. IN ORDER TO RECEIVE FULL CONSIDERATION, QUOTATION MUST FOLLOW THESE SPECIFICATIONS AND THE INVITATION TO BID'S TERMS AND CONDITIONS. NO. ITEM MINIMUM REQUIREMENTS SELLER COMPLIANCE YES NO SCOPE DISK HARROW, TANDEM ARRANGEMENT, WITH TRANSPORT WHEELS AND HYDRAULIC LEVELING. / 1. CUTTING WIDTH FOURTYTWO (42) FEET, MINIMUM DISKING COVERAGE. V 2. TRANSPORT WIDTH MAXIMUM 22 FEET AND 2 INCHES, WITH WINGS FOLDED. 3. TRANSPORT HEIGHT FOURTEEN FEET AND SEVEN INCHES, MAXIMUM / TRANSPORT HEIGHT. V/ 4. WEIGHT MINIMUM 27,000 POUNDS, WITHOUT BALLAST. ►/ 5. DISKS SOLID DISKS OF NOT LESS THAN 24 INCHES DIAMETER AND / .25 INCH THICKNESS. 5.1 SCRAPERS EACH DISK SHALL BE FURNISHED WITH A RIGID SCRAPER / OF NOT LESS THAN FOUR INCHES IN WIDTH. 1/ 6. GANGS GANGS SHALL CONSIST OF ASSEMBLIES UTILIZING NOT LESS THAN 11/4 INCH ROUND SHAFTS, INCLUDING TRIPLE LIPSEALS / AND TRUNION BEARING LUBE ZERKS. 1/ 6.1 DISK SPACING BOTH FRONT AND REAR TANDEM DISKS SHALL BE SET AT / NOT MORE THAN NINE INCH CENTERS. 1/ DEPTH CONTROL TWO SINGLE POINT, FRONT MOUNTED DEPTH STOPS. 7. 8. HITCH SINGLE POINT CATEGORY 4, CAST LIP TONGUE HITCH WITH, NOT LESS THAN A TWO-INCH PIN HOLE. �/_ 8.1 LEVELING THE HITCH ARRANGEMENT SHALL INCLUDE A SELF LEVELING, HYDRAULIC CONTROL SYSTEM. 005-0-2003rrBVehicleBV.doc 37 PAGE 2TO2 DATED 12/09/02 ITB #005.0-2003/DC, Row Crop Farm Equipment CITY OF LUBBOCK MINIMUM SPECIFICATIONS FOR TANDEM DISK HARROW, DRAW BAR HITCH SPEC. NV-F-25 NO. ITEM MINIMUM REQUIREMENTS SELLER COMPLIANCE YES NO 9. HYDRAULICS THE DISK ASSEMBLY SHALL BE EQUIPPED WITH HYDRAULIC WING, TILT AND LOWER CYLINDERS AND LINKAGE ALLOWING THE OPERATOR TO RAISE AND LOWER THE WINGS INDEPENDENTLY. THE SYSTEM SHALL INCLUDE HOSES AND ISO QUICK DISCONNECT COUPLERS. 10. TIRES/WHEELS TWELVE WHEELS WITH TIRES SHALL BE FURNISHED. UTILIZING EIGHT LUG HOLE DESIGN, WITH NEW 12.51- X 15, 12 PLY TIRES. HUBS SHALL BE / FURNISHED WITH GREASE ZERKS. ✓ 11. GAUGE WHEELS TWO EACH, 8.00X10 PENUMATIC TIRES, MOUNTED ON FIVE HOLE HUBS WITH GREASE ZERKS. 12. ACCESSORIES SMV SIGN AND ONE GANG WRENCH. 13. WARRANTY OEM STANDARD MANUFACTURERS WARRANTY EXCEPTIONS TO THE SPECIFICATIONS EXCEPTIONS TO THE SPECIFICATIONS OF ANY ITEMS STATED HEREIN SHALL BE FULLY DESCRIBED IN WRITING BY THE CONTRACTOR IN THE SPACE PROVIDED BELOW: 005-0-2003ITBVenideBV.aoc 38 Page 1 of 4 Revised 1/30/03 ITS #005-0-2003lDC, Ac::- m #1 CITY OF LUBBOCK MINIMUM SPECIFICATIONS FOR TRACTOR, AGRICULTURE, FOUR- WHEEL -DRIVE, 215 PTO HP SPEC F-60 MAKE �o�n �eer� MODEL IZ320 IT IS THE INTENT OF THESE SPECIFICATIONS TO DESCRIBE MINIMUM REQUIREMENTS. THE VEHICLE SHALL MEET OR EXCEED THE CONSTRUCTION AND PERFORMANCE SPECIFICATIONS DESCRIBED IN THE FOLLOWING MINIMUM SPECIFICATIONS. THE SELLER SHALL BE REQUIRED TO MARK COMPLIANCE TO THE SECTION OF THE SPECIFICATIONS IN THE SPACE PROVIDED. ALL EQUIPMENT FURNISHED BY THE MANUFACTURER AS STANDARD SHALL BE INCLUDED, EVEN IF NOT SPECIFICALLY STATED IN THE WRITTEN SPECIFICATIONS. ANY DEVIATIONS FROM THE WRITTEN SPECIFICATIONS SHOWN IN THE INVITATION TO BID SHALL BE NOTED ON THE ATTACHED EXCEPTIONS TO THE SPECIFICATIONS. TO RECEIVE FULL CONSIDERATION, QUOTATION RESPONSE MUST FOLLOW THESE SPECIFICATIONS AND THE INVITATION TO BID'S TERMS AND CONDITIONS. NO. ITEM MINIMUM REQUIREMENTS SELLER COMPLIANCE YES NO SCOPE TRACTOR, AGRICULTURE DESIGN, WITH DRAW BAR AND THREE (3) POINT HITCH ARRANGEMENT, DUAL REAR WHEELS AND LIVE PTO DRIVE SYSTEM. ENGINE DIESEL FUELED, LIQUID COOLED, FOUR STROKEICYCLE, TURBOCHARGED, SIX CYLINDER ENGINE WITH NOT LESS THAN 489 CUBIC INCHS (B.0 L) DISPLACEMENT, 1,400 FOOT POUNDS TORQUE @ 1,600 RPMS, PROVIDING NOT LESS THAN 215 PTO HORSEPOWER. 1.1 ACCESSORIES THE ENGINE SHALL BE FURNISHED WITH THE FOLLOWING ACCESSORIES, AS A MINIMUM: 1.1.1 AIR FILTER TWO STAGE DRY TYPE AIR CLEANER, WITH PRE -CLEANER, AND A RESTRICTION INDICATOR LOCATED WITHIN VIEW OF THE SEATED OPERATOR. 1.1.2 FUEL FILTER OEM FUEL FILTERING SYSTEM. 2. TRANSMISSION FULL POWER SHIFT DESIGN TRANSMISSION WITH A MINIMUM OF FIFTEEN (15) FORWARD AND FOUR (4) REVERSE GEARS WITH A NEUTRAL SAFETY SWITCH, PREVENTING ENGINE FROM STARTING WITH TRANSMISSION IN A DRIVE GEAR.. 2.1 FRONT AXLE DRIVE THE FRONT AXLE DRIVE ENGAGEMENT SHALL BE OPERATOR CONTROLLED FROM INSIDE THE CAB. 005-0-2003/DCAddend 1.doc Page 2 of 4 ITB #005-0-20031DC, Addendum #1 CITY OF LUBBOCK MINIMUM SPECIFICATIONS FOR TRACTOR, AGRICULTURE, FOUR- WHEEL -DRIVE, 215 PTO HP SPEC F-60 afkk Note- MODEL q 3 ZO NO. ITEM MINIMUM REQUIREMENTS SELLER COMPLIANCE YES NO 3.. - FRONT AXLE FRONT AXLE SHALL BE OF THE STEERING AND DRIVE DESIGN WITH TIRE TRACK WIDTH SHALL BE ADJUSTED TO 60 INCHES, FOR'.OPERATION-WITH 30 INCH ROW SPACING. 4. STEERING OEM POWER ASSISTED_ 5. ELECTRICAL SYSTEM 12 VOLT ELECTRICAL SYSTEM. 5.1 ALTERNATOR OEM ALTERNATOR OF NOT LESS THAN 125 AMPS RATING. -DUAL 52 BATTERIES OEM BATTERY CONFIGURATION, MINIMUM 1,800 CCA v 5.3 LIGHTING THE LIGHTING SYSTEM SHALL INCLUDE NOT LESS THAN FOUR EACH FRONT AND REAR HEADIWORK LIGHTS, TWO TAIL LIGHTS, TURN SIGNALS,CAB INTERIOR AND INSTRUMENTATION LIGHTING. 5.4 TRAILER PLUG ONE SEVEN PIN, TRAILER CONNECTOR, LOCATED AT THE / REAR OF TRACTOR, WIRED FOR TAIL, AND TURN LIGHTS. ✓/ 5.5 RADAR OEM STANDARD RADAR SYSTEM y 6. INSTRUMENTATION OEM INSTRUMENATION TO INCLUDE THE FOLLOWING AS A MINIMUM: / 6.1 TACHOMETER ENGINE AND PTO RPM INDICATOR. ✓/ 62 FUEL GAUGE. FUEL LEVEL GAUGE. V 6.3 AMPNOLT METER CHARGING AMPS OR BATTERY VOLTAGE INDICATOR. 6A COOLANT TEMPERATURE ENGINE COOLANT TEMPERATURE INDICATOR, WITH / OVERHEATING WARNING DEVICE. 6.5 ENGINE OIL PRESSURE ENGINE OIL PRESSURE INDICATOR, WITH LOW OIL PRESSURE ALERT DEVICE. ' 7. BRAKES OEM POWER ASSISTED. 8. HITCHS OEM CAT III RATINGS, TO INCLUDE A DRAWBAR WITH PIN, AND A THREE POINT QUICK HITCH ARRANGEMENT WITH LIFTING CAPACITY OF NOT LESS THAN 13,700 LBS. 005-0-200310CAddendl .doc ITB #005-0-2003IDC, AG - -alum #1 Page 3 of 4 CITY OF LUBBOCK MINIMUM SPECIFICATIONS FOR TRACTOR, AGRICULTURE, FOUR- WHEEL -DRIVE, 215 PTO HP •� SPEC F-60 p MAKE `�7°eke- MODEL 0 3 ZO NO. ITEM MINIMUM REQUIREMENTS SELLER COMPLIANCE YES NO 9. PTO OEM STANDARD 1 3/4- SHAFT, 1000 RPM, PTO ARRANGEMENT. 10. FUEL TANK 70 GALLONS (US), MINIMUM FUEL CAPACITY. 11. TIRES OEM FRONT AND REAR AS SPECIFIED. 11.1 FRONT TIRES FRONT TIRE SIZE NOT LESS THAN 16.9R30 WITH CHEVRON STYLE TREAD. 11.2 REAR TIRES DUAL REAR TIRES, MAXIMUM WIDTH OF 18AR46 WITH INNER DUAL SET AT 60 INCHS CENTER, WITH OUTER DUALS SET AT / 120 INCHS CENTER, WITH CHEVRON STYLE TREAD DESIGN. ✓/ OUTSIDE DUALS SHALL NOT CONTAIN LIQUID BALLAST. 12. WEIGHT SHIPPING WEIGHT OF NOT LESS THAN 20,000 POUNDS, WITH FRONT TO REAR RATIO OF 40160 %, WITHOUT IMPLEMENT ATTACHED. ADDITIONAL WEIGHTS SHALL BE FURNISHED TO PROVIDE SAFE OPERATIONAL BALANCE WITH AN IMPLEMENT ATTACHED WEIGHING NOT LESS THAN SPECIFIED MINIMUM / HITCH CAPACITY. INSIDE DUAL AND FRONT TIRES MAY UTILIZE WATER AND ANTIFREEZE LIQUID BALLAST AS REQUIRED. 13. CAB OEM ENCLOSED, PRESSURIZED, HEATED AND AIR CONDITIONED CAB ASSEMBLY. THE CAB SHALL INCLUDE TWO DOORS, OR ONE / DOOR AND ONE WINDOW THAT OPENS SUFFICENT TO ACT AS AN EMERGENCY ESCAPE EASEMENT. THE CAB SHALL INCLUDE THE FOLLOWING FEATURES AS A MINIMUM: 13.1 DOORS 8, WINDOWS TWO DOORS, OR ONE DOOR AND ONE WINDOW OF SUFFICENT / SIZE TO PROVIDE AN ALTERNATE EXIT. 13.2 AIR CONDITIONING OEM AIR CONDITIONING WITH SELFCLEANING FILTER SYSTEM. 13.3 STEERING CONSOLE TILT AND TELESCOPING STEERING WHEELICOLUMN ASSEMBLY. 13.4 RADIO OEM AM/FM RADIO WITH A MINIMUM OF TWO SPEAKERS. 005-0-200 3/D CAddend 1.doc r ' ITB #005-0-2003/DC, Addendum #1 +� Page 4 of 4 CITY OF LUBBOCK MINIMUM SPECIFICATIONS t FOR TRACTOR, AGRICULTURE, FOUR- WHEEL -DRIVE, 215 PTO HP SPEC F-60 MAKE MODEL S3 NO. ITEM MINIMUM REQUIREMENTS SELLER COMPLIANCE YES NO 13.5 SEAT OEM SUSPENSION TYPE OPERATORS SEAT WITH ARM RESTS, CLOTH COVERING, AND SEAT BELTS. SEAT MOUNTING SHALL PROVIDE FORWARD AND AFT MOVEMENTS, SEAT HEIGHT AND / / BACK ANGLE ADJUSTMENTS. 13.6 MIRRORS RIGHT AND LEFT SIDE EXTERNAL MIRRORS. 14. HYDRAULICS OEM STANDARD PUMP (MINIMUM OF 30 GPM FLOW) t WITH FOUR REMOTE CIRCUITS AND ASAE11S0 COUPLERS. 15. AUXILARY EQUIPMENT A TOOLBOX WITH PADLOCK HASP AND A SLOW MOVING EMBLEM. V 16. WARRANTY OEM WARRANTY COVERAGE OF NOT LESS THAN 24 MONTHS, t OR 2,000 HOURS, 100% PARTS AND LABOR OPTIONS EXTENDED POWFERTRAIN WARRANTY FOR YRS. 3 c 1. EXTENDED WARRANTY OEM 5 — 5000 HRS. $ r EXCEPTIONS TO THE SPECIFICATIONS EXCEPTIONS TO THE SPECIFICATIONS OF ANY ITEMS STATED HEREIN SHALL BE FULLY DESCRIBED IN WRITING BY THE CONTRACTOR IN THE SPACE PROVIDED BELOW: E 005-0-2003f DCAddend l .doe