Lee County Board Of County Commissioners Agenda Item Summary Blue Sheet No. 20020631
1. REOUESTED MOTION:
ACTION REQUESTED: Approve the award of Project # EXO20536, the purchase of seven (7) New Holland mowing tractors six (6) for DOT and one (1) for Parks &Recreation- from Landig Tractor Co., Inc. via Florida State Contract # 765-900-02-l. Pricing breaks down as follows: State Contract amount (includes the tractors and assorted options): $190,876.40; and assorted non-contract options in the amount of: $39,9X7.00. Grand total: $230,X63.40.
WHY ACTION IS NECESSARY: Se&n 11.0.3.1 of the Lee County Purchasing and Payment Procedures Manual exempts “the purchase of equipment that has gone through the Administrative Code Procedure, such as State Conlmcts or Federal General Services Administration Schedules, providing the purchase, rental, or lease amount does not exceed $50,000.00”, As this expenditure will exceed $50,000.00, Board approval is required.
WHAT ACTION ACCOMPLISHES: These tractors are replacement units, and will provide DOT and Parks & Recreation with the equipment needed to mow County right-of-ways, sidewalks, and other designated areas. The tractors being replaced have met Fleet Management’s replacement criteria requirements.
2. DEPARTMENTAL CATEGORY: 3. MEETING DATE: COMMISSION DISTRICT #
C% 07-~oY-aooa 4. AGENDA: 5. REOUIREMENT/PURPOSE: 6. REOUESTOR OF INFORMATION:
mec~BJ x CONSENT STATUTE A. COMMISSIONER
ADMINISTRATIVE ORDINANCE B. DEPARTMENT DOT & PARKS APPEALS X ADMIN. AC-4-1 C. DIVISION
CODE PUBLIC OTHER BY: S. Gilbertson & .I. Yarbrqtugh c WALK ON A&)#+$ TIME REQUIRED:
7. BACKGROUND:
--BACKGROUND BEGINS ON PAGE TWO--
8. MANAGEMENT RECOMMENDATIONS:
9. RECOMMENDED APPROVAL:
County Manager
APPROVED DENIED DEFERRED OTHER
--BACKGROUND CONTINUED FROM PAGE ONE--
On May 22,2002, the Division of Purchasing Services received a request from Lee County DOT, Parks & Recreation, and Fleet Management to purchase seven (7) New Holland mowing tractors at the prices listed in Florida State Contract # 765-900- 02-l.
Section 11.0.3.1 of the Lee County Purchasing and Payment Procedures Manual exempts “the purchase of equipment that has gone through the Administrative Code Procedure, such as State Contracts or Federal General Services Administration Schedules, providing the purchase, rental, or lease amount does not exceed $50,000.00”. As this expenditure will exceed $SO,OOO.OO, Board approval is required.
Therefore, Board approval is requested to purchase the following seven (7) tractors - Unth assorted contract and non-contract options - from Landig Tractor Co., Inc.:
*Quantity: Two (2) New Holland Model TS 110 - $65,247.28 ($32,346,64/ea - Contract/$277,00/es-Non-Contract)
*Quantity: Two (2) New Holland Model TN70D - $63,33 1.44 ($22,728.72/ea - Contract/$8,937,00/es-Non-Contract)
*Quantity: Two (2) New Holland Model TL80 _ $76,656.X8 ($27,687.44/ea - Contra&lo,641 .OO/ea ~ Non-Contract)
*Quantity: One (1) New Holland Model TN65D - $25,627.80 ($25,350.80-Contract/$277.00-Non-Contract)
Pricing breaks down as follows: State Contract amount (includes the tractors and assorted options): $190,876.40; and assorted non-contract options in the amount of: $39,987.00. Grand total: $230,863.40.
Funds are available:
PC54101 17500.506430 (DOT -To replace Asset #‘s: 019487,019472,018386, & 019568)
PC5379114600.506430 (DOT -To replace Asset #‘s: 018758 & 019570)
KH5722015!&.506430 (Parks &Recreation -To replace Asset #: 018834)
Attachments: (1) Department Request for Purchase (2a) Landig Tractor Co., Inc.‘s Quotations for the TSllO Tractors (2b) Florida State Contract # 765-900-02-I for the TSllO Tractors (3a) Landig Tractor Co.? Inc.‘s Quotations for the TN70D Tractors (3b) Florida State Contract # 765-900-02-l for the TN70D Tractors (4a) Landig Tractor Co., Ix’s Quotations for the TL80 Tractors (4b) Florida State Contract # 765-900-02-l for the TL80 Tractors (5a) Landig Tractor Co., Inc.‘s Quotation for the TN65D Tractor (5b) Florida State Contract # 765-900-02-l for the TN65D Tractor (6) Repair Histories on the Tractors Being Replaced
LEE COUNTY
**Please note this memo supersedes prior memo dated 05/16/02**
To: Janet Sheehan, Purchasing DiFeCtor
Fmmr Marilyn Rawiings, Fleet Manager/SE&
Date: 06/03/02
RG% Blue Sheet for the purchase of (7) seven New Holland Mowing Tractors
Please prepare a Blue Sheet for the purchase of seven (7) New Holland Mowing Tractors. (6) are requested by the Department of Transportation, and (1) by The Department of Parks and Recreation,
ACTION REQUESTED:
Approve the purchase of (2) TSI IO New Holland Mowing Tractors (2) TN70D New Holland Mowing Tractors (2) TL80 New Holland Mowing TFadOFS (1) TN65D Marving Tractor. Please approve purchase through the Florida State Contract, Commodity Code #070-700-230.
Price breakdown:
(2) TSI IO New Holland Mowing Tractors Combined Total Purchase Pdce: (2) TN70D New Holland Mowing TM?OFS Combined Total Purchase Price: (2) TL80 New Holland Mowing Tractors Combined Total Purchase Price: (1) TN65D New Holland Mowing TFaCtoF Combined Total Purchase Price
Combined Total Purchase Price
WHY ACTION IS NECESSARY:
$32346.64. Contract $277.00. Non-Contract $65,247.28 $22,728.72 Contract $8,937.00 Non-Contract $63,331.44 $27,687&l Contract $10,641 .OO Non-Contract $76,666.88 $28350.80 Contract $277.00 Non-Contract $25,627.80 (ea.)
$230,863.40
Section 11.0.3.1 of the Lee County Purchasing and Payment Procedures Manual exempts “the purchase of equipment that has gone through the Administrative Code Procedure, such as State Contracts or Federal General Services Administration Schedules, providing the purchase, rental, or lease amount dces not exceed $60,000.00.” As this expenditure will exceed $50,900.00, Board approval is necessary.
l Page 1
,
WHAT ACTION ACCOMPLISHES:
These tractors are replacements for their fleet (replacement numbers indicated below). All the tractors being replaced have fulfilled Fleets replacement criteria. These tractors are used for mowing county right-of-ways, sidewalks and other county designated areas.
Asset Number Tvoe Tractor (Reolacement)
019587 TN70D 019472 TSIIO 018386 TN70D 019568 TS’llO 018758 TL80 019570 TL80 018834 TN65D
Lee County Fleet Management received a request from Division of Transportation and Parks and Recreation to purchase New Holland Mowing Tractors. These an? replacements for their fleet This equipment is necessary to provide county tide mowing services. Funds are available from the account strings as indicated balow :
Asset Number of replacement Account Strina Number
019467,019472,018386,019568 (Division of Transportation ) PC54101 17500.506430
018758,019570 (Division of Transportation) PC63791 14600596430
018834 (Parks & Recreation) KH5722015300.596430
Please see attachments.
0 Page 2
p‘ *
i-
LEE COUNTY bOVERNMENT, DIVISION OF FLEET MANAGEMENT e EQUIPMENT AND VEI.IICIX REQUIBT FORM
t~‘~.buti twiw 01~ .wtw
1. DEPARTMENT/DIVISION: (name) 00-c /oycJA R&d Y-h&& a. \S6
(numtwr)?% 5y\o\b I~ r
2. REQUESTED RY: (print) &lLlb!yLfi- PllONE#: Mu- 333y
3. IS THIS A REPI,ACl%MENT EQUIPMENT OR VT:IIICl.l? ? [ ] YES [ ] NO
Ifyes: Asset //:]4Tl~ Yr: -<t Make: f&d Mc&l: &‘j Meter: l&L(o
4. WIIATTYI’E Olc l?QUII’MENT OR VEIIICI.I;. ARE YOll REQUI~STINC?
[ ]Seden [ ] Mid-Six [ ] Station Wagon [ ] Full-Size [ ] Spat Util Veh [ ] Regular Cnh [ ] PickupTruck [ ] Extended Cab I [ ] Cah & Chassis [ ] Crew Cab [ ] van 1 ] 2 Wheel Drive I [ ]01her [ ] 4 Wheel Drive” [
‘A Ton ‘A Ton % Ton I Ton Clnss 6 Clnss 7 Class 8
]2Door ] 3 Door L-Side 13 Door R-Side ]4rhr ] Utility IITly A ] I:lnt Dwl 1 Dump Truck A
] Cnrgo ] 7 Passenger t ] I2 Passenger [ ] I5 Passenger [ ] Sliding Door [ ]SwingDoor [ 1 Single RW [
G?XOlillfZ Diesel 4 Cylinder 6 Cylinder 8 Cylinder IO Cylinder Dual RW
” Plcase provide detailcdjllstilication on separate sheet.
3
5. WIIAT, IF ANY, SI’ECIAI, OlYl-IONS OR ACCESSORIES ARE REQUIRED? Please check all npproprintc options lxzlow and list any ndditiotnl options on lhe lines below: i.e. lift gates, SO’ telestick lxxxn,
L enwgency lighting package. ligh-bar. 60” hydraulic rotary mower, etc. Please attach brochures ifapplicable: .\
LEE COUNTY GOVERNMENT, DMSION OF FLEET MANAGEMENT EQUIPMENT AND VEHICLE BEQUEST FORM
(PLEASE PRINT OR TYPE)
7. FUNDING SOURCE:
[ ] Vehicle Replaoanent Fund
~Chpital, PleaseSpecify Account String /C K?‘/ 0 / / 7x8 0 $ d 6 ~3 D
[ ] Other, Please Specify Account S&g __
If needed, please provide additional account strings:
8. WE ARE AUTHORIZING A PURCHASE NOT TO EXCEED: $32 0 0 0
L APPROVAL
2ND LEVEL APPROVAL DATE
Optionl:[ ]
Option2:[ ]
QUOTES AND REQUISITION. This option authrim Fleet Management to obtain quotes and authkzes Fled Management to issue a requisition using the account string(s) provided above.
VEHICLE REPLACEMENT FUND PURCHASES. This option authorizes Fleet Management to obtain quotes and authoriws Fleet Management to purchase the equipment or vehicle wing m&m pool fimds
$$&?&,$A /(-alsol *co h&Y MANAGER 1 DESIGNEE DATE
* REQ”IRIDFoRAUpuR~~~B~ $25,cal~ $50,cal
SUBMIT THIS COMPLETE ET MANAGEMENT
[ [ 1N.RA.T.T.
[ IDECLINED
Page 2 of 2 Vs. 3.2
LEE COUNTY GOVERNMENT, DIVISION OF FLEET MANAGEMENT EQUIPMENT AND VEHICLE REQUEST FORM
(PLEASE PRtNT OR TYPE,
1. DEPARTMENT/DIVISION: (name) nn? b*o’Z&i hrto*s
(number) SY\OLU
2. REQUESTED BY: (print) &lJLt- PHONE#: L44-333Y
3. IS THIS A REPLACEMENT EQUIPMENT OR VEHICLE ? M YES [ I NO
If yes: Asser #: \ qsto8 Yr: z Make: Fbd Model: l&&o Meter: 5, 50 b 4. WHAT TYPE OF EQUIPMENT OR VEHICLE ARE YOU REQUESTING?
Sedan Station Wagon Sport Util Veh Pickup Truck Cab &Chassis Van Other
Select all appropriate boxes:
[ ] Mid-Size [ ] Full-Size [ I Regular Cab [ I Extended Cab [ 1 Crew Cab [ ] 2 Wheel Drive [ ] 4 Wheel Drive ’
]‘/Ton [ ]%Ton [ ]%Ton [ ] I Ton ] Class 6 : ] Class7 [ ] Class 8 [
2 Door [ 1 Cargo [ ] Gasoline 3 Door L-Side [ ] 7 Passenger f ] Diesel 3 Door R-Side [ ] 12 Passenger [ ] 4 Cylinder 4 Door [ 1 I5 Passenger Utility Body A
[ ] 6Cylinder [ ] Sliding Door [ ] 8Cylinder
Flat Bed A Dump Truck ’
[ ] Swing Door [ ] IO Cylinder [ 1 Single RW [ ] Dual RW
Additional description for vehicles or equipment: alw <w& c-&b ‘MO
‘Please provide detailed justification on separate sheet.
5. WHAT, IF ANY, SPECIAL OPTIONS OR ACCESSORIES ARE REQUIRED? Please check all appropriare options below and list any additional options on the lines below: i.e. lift gates, 50’ t&stick boom. emergency lighting package, light-bar, 60” hydraulic rotary mower, etc. Please attach brochures if applicable:
ALL COUNTY VEHICLES ARE ORDERED WITH FOLLOWING STANDARD OPTIONS: Air Conditioning. AM/FM Radio, Automatic Transmission, Rear Anti-Lock Brakes.
f,,@ AMIFMICassctte [ ] Bed-Liner [ ] Trailer Hitch Receiver [ ] Arrow Board ’
[ ] Limited Slip W Strobe Light [ ] Power WiniL.ocks [ ] Tires -All Terrain
[ ILongBed [ ] Floor-Carpet [ ] Seats-Cloth [ ] Tow Package [ ] Short Bed M Floor-Rubber MSeats -Vinyl DQWindows -Tinted
LI cv1&%t ti\.,!.+x e&a\ 3 i# vti, -io. HP !$-Lo RMP 1
LkA$, 54& r.z.&< l&M-\- cl,.&-
i; no4
6. WHAT WILL BE THE PRIMARY USE OF THE NEW EQUIPMENT OR VEHICLE? -s&&r
; pd\ ix 15 F-f km& w\cI u\r\ndti CL&S c&ic%~C aa c&i
COtLn4-JALZlht. * 04 - &tdS \;a L.ke. c.w~ & CcSS~~sBL A&,
’ Specify Dimensions or Model
Page I or 2 VW. 3.2 Fleet Use Only: #
,./’ LIE. COUNTY GOVERNMENT, DIVISION OF- l%EET MANAGEMENT EQUIPMENT AND VISHICLE REQUEST FORM
. 1 ,,‘I.EASE PRINT 01, TYIT,
SUBMIT THIS COMPLET ET MANAGEMENT
I ~JRECOMMENDED I I N.R.A.T.T. QIA-O-2 DATE
( 1 I~EC’l.INEI~
? c , .y LEE COUNTY GOVERNMENT, DIVISION OF FLEET MANAGEMENT
~EQUIPMENT AND VEHICLE REQUEST FORM (PLEASE PRINT OR TYPE)
1. DEPARTMENT/DIVISION: (name) &7- / &L ,
(mnber) ,T!rY/z/5
2. REQUESTED BY: (print) rj& A c) 7 5 PRONE #: L 9+ 3.3.7 $f
3. IS THIS A REPLACEMENT EQUIPMENT OR VEHICLE ? [‘r4 YES [ ] NO
Ifyes:Asset#:O/9V81 UK* Make: ?‘a Model: r/135DA- Meter: 1911
4. WHAT TYPE OF EQUIPMENT OR VEHICLE ARE YOU REQUESTING?
/ 1 \ \ 3 $ \
Select all appropriate boxes:
[ IS&an [ ] Mid-Size [ 1 Station Wagon [ ] Full-Size [ I Sport Util Veh [ ] Regular Cab [ ]PickupTruck [ ]ExtendedCab [ ] Cab& Chassis [ ] Crew Cab [ IVan [ ] 2 Wheel Drive w Other [ 14 Wheel Drives
[ ] % Ton [ ]2Dcor [ ]%Ton [ ] 3 Door L-Side [ ]%Ton [ ] 3 Door R-Side [ ] 1 Ton [ ]4Dw [ ]Class6 [ ] Utility Body * [ ]Class7 [ ] Flat Bed * [ ]ClassS [ ] Dump Truck A
1 CWJ ] 7 Passenger ] 12 Passenger ] 15 Passenger ] Sliding Door ] Swing Door ] Single RW
[ ] Gasoline [ ]Diesel [ ] 4 Cylinder [ ] 6 Cylinder [ ] 8 Cylinder [ ] IO Cylinder [ ]DualRW
Additional description for vehicles or equipment: 7 &cY&&u//&a*d a&.
‘Please provide detailed justification on separate sheet.
5. WHAT, IF ANY, SPECIAL OPTIONS OR ACCESSORIES ARE REQUIRED? Please check all appropriate options below and list any additional options on the lines below: i.e. lift gates, 50’ telestick boom, emergency lighting package, light-bar, 60” hydraulic rotary mower, etc. Please attach brochures if applicable:
ALL COUNTY VEHICLES ARE ORDERED WITH FOLLOWING STANDARD OPTIONS: Aii Conditioning, AMIFM Radio, Automatic Transmission, Rear Anti-Lock Brakes.
[ ] AM/FM/cassette [ ] Bed-Liner [ ] Arrow Board * [ ] Strobe Light [ lbgB& [ ] Floor-Carpet [ ] Short Bed [ ] Floor -Rubber
[ ] Limited Slip [ ] Power Win/Locks [ ] seats - Cloth [ ] Seats - Vinyl
[ ] Trailer Hitch Receiver [ ] Tires-All Terrain [ ] Tow Package [ ] Windows-Tinted
6. WHAT WILL BE THE PRIMARY USE OF THE NEW EQUIPMENT OR VEHICLE?
I., pi LEE COUNTY GOVERNMENT, DIVISION OF FLEET MANAGEMENT n EQUIPMENT AND VEHICLE REQUEST FORM
(PI.P.ASE PRlNT OR TYPE,
7. FUNDING SOURCE:
[ ] Vehicle Replacement Fund
[$‘Capital, Please Specify Account String S’C +5-,,5’~, /75-uc1 Sd6P.321 [ ) Other, Please Specify Account String ~
If needed, please provide additional account strings:
8. WE ARE AUTHORIZING A PURCHASE NOT TO EXCEED: $ , D, -. -
Option I: [ ] QUOTES AND REQUISITION. This option authorizes Fleet Management to obtain quotes and authorizes Fleet Management to issue a requisition using the account string(s) provided above.
Option 2: [ ] VEHICLE REPLACEMENT FUND PURCHASES. This option authorizes Fleet Management to obtain quotes and authorizes Fleet Management to purchase the equipment or vehicle using motor pool funds
* COV@Y MANAGER I DESIGNEE lWT3f
DATE
SUBMIT THI
[ ,&COMMENDED 1 1 N.R.A.T.T.
// [ APPROVED
Page 2 of 2 Ver. 3.2
p, ” LEE COUNTY GOVERNMENT, DMSION OF FLEET MANAGEMENT .~ .’ EQUIPMENT AND VEHICLE REQUEST FORM
(PLEASE PRINT OR TYPE)
1. DEPARTMENT/DIVISION: (name) hb-; On& / ’
(numba) 5q \o LO
2. REQUESTED BY: (print) b&h., \ Lc k PHONE #: I
b%uz 333 “1
3. IS THIS A REPLACEMENT EQUIPMENT OR VEHICLE ? [ ] YES [ ] NO
Ifyes: Asset #: tv3 5% Yr: 2 Make: Meter: a,SO b
4. WHAT TYPE OF EQUIPMENT OR VEHICLE ARE YOU REQUESTING?
_I [ IMa
5
[ ] station wagon [ ]spcitutiiveh
i
[ ] Pickup Truck [ ] Cab&Chassis [ IVan
i [ l%a
Select all appropriate boxes:
[ ] Mid-Size [ ]%Ton [ 12h [ ] Full-Size [ ]%Ton [ ]3DoorLSide [ ]RegularC!ab [ ]%Tw [ ] 3 Door R-Side [ ] Extended Cab [ IlTm [ 14- [ ] CrewCab [ ]Class6 [ ]IJtiiityBcdy” [ ]2wheelDtive [ ]cla.s.s7 [ ]FlatBedA [ ]4WbeelDrive’ [ ]Clas.sS [ ]DumpTruck’
I cm0 ] 7 Passenger ] 12Passeng~ [ ]4Cylinder ] 15 Passenger [ ] 6 Cylinder ] Sliding Dow [ ] 8 Cylinder ]swingDoor [ ] 10 Cylinder ] Single RW [ ]DualRW
2 Additional description for vehicles OT equipment: F amy GwAw w; cab,
, 5. WHAT, IF ANY, SPECIAL OPTIONS OR ACCESSORIES ARE REQUIRED? Please check all
appropriate options below and list any additional options on the lines below: i.e. lift gates, 50’ t&stick boom, emergency lighting package, light-bar, 60” hydraulic rotary mower, etc. Please attach brochures if applicable:
ALL COUNTY VEHICLES ARE ORDERED WITH FOLLOWING STANDARD OPTIONS: Air Ccoditioning, AM/FM Radio, Automatic Transmission, Rear Anti-Lock Brakes.
~AMiFMJCassett~ WArrcwBaardA I IhgM [ ]ShortBed
[ IBed-Liner StrobeLight
r ] Flow-carpet W Floor-Rubber
[ ] Limited Slip [ ] Trailer Hitch Receiver [ ]PowerWin/L&s [ ]Tiies-AlITmain [ ]sats-Cloth [ ] Tow Package pq seats - Vinyl W Widow - Tinted
6. WHAT WILL BE THE PRIMARY USE OF THE NEW EQUIPMENT OR VEHICLE?
_IbxuiLfW YtC\ b- W&A 40 &.ltXD bid&c&S SdLuJ-ladKs
2”’ LEVEL APPROVAL
SUBMIT THIS COMPLET
1 +&XIMMENDED ( I N.R.A.I‘.T
1 1 DECI.INI:D
LEE COUNTY GOVERNMENT, DIVISION OF FLEET MANAGEMENT * EQUIPMENT AND VEHlCLE REQUEST FORM
(PLEASE PRlNT OR TYPE)
1. DEPARTMENT/DIVISION: (name) ,b=- L5!!4w7zo#d5
(number) -5cI = 3’
2. REQUESTEDBY: (print) Bfl E(r~,.z+ PHONE#: LyL/-333 q
3. IS THIS A REPLACEMENT EQUIPMENT OR VEHICLE ? M YES [ ] NO
lfyes: Asset #: JW70 ~r:/qq(Make: +=o~?r, Model: 66 +J Meter:
4. WtIATTYPEOFEQUlPMENTORVEHICLEARE YOU REQUESTING?
Select all appropriate boxes:
[ ]Sedan [ ] Mid-Size [ ]‘hTon [ ]2Door [ I CWP [ ]Gasoline [ ]Station Wagon [ ] Full-Size [ ] %Ton [ ] 3 Door L-Side [ ] 7 Passenger M] Diesel [ ]SportUtilVeh [ ]RegularCab
t [ ] % Ton [ ] 3 Door R-Side [ ] I2 Passenger [ 14Cylinder
[ ] Pickup Truck ] Extended Cab [ ] I Ton ( ]4Door [ ] 15 Passenger [ ] 6 Cylinder [ ] Cab& Chassis [ ] Crew Cab [ ]ClassB [ ] Utility Body * [ ] Sliding Door [ ] 8 Cylinder 1 IVan DC] 2 Wheel Drive [ ] Class 7 [ ] Flat Bed A [ ] Swing Door [ ] 10 Cylinder pq Other [ ] 4 Wheel Drive a [ ] Class 8 [ ] Dump Truck A [ ] Single RW [ ]DualRW
Additional description for vehicles or equipment:
‘Please provide detailed justification on separate sheet.
5. WHAT, IF ANY, SPECIAL OPTIONS OR ACCESSORIES ARE REQUIRED? Please check all appropriate options below and list any additional options on the lines below: i.e. lit? gates, 50’ t&stick boom, emergency lighting package, light-bar, 60” hydraulic rotary mower, etc. Please attach brochures ifapplicable:
ALL COUNTY VEHICLES ARE ORDERED WITH, FOLLOWING STANDARD OPTIONS: Air Conditioning, AM/FM Radio, Automatic Transmission, Rear Anti-Lock Brakes.
r ] AM/FM/Cassette [ ] Bed-Liner [ ] Limited Slip [ ] Trailer Hitch Receiver ] Arrow Board * KQ Strobe Light [ ] Power Win/Locks [ ] Tires - All Terrain
[ ]LongBed [ ] Floor - Carpet [ ] seats -Cloth [ ] Tow Package [ ] Short Bed [ ] Floor - Rubber [ ] Seats - Vinyl &I Windows -Tinted
I”\lU. 5s iTo i-\p , \CLhO\ CUSe;h tti CAR,R C , ~4nR?r1@“70
A Specify Dimensions or M el I I,
f-v H
l&J-V
Page I of 2 Ver. 3.2 Fleet Use Only: # 82 N&7
,
LEEC~UNTYGO~ERNMENT,DIVISI~NO~FLEETM.~~~GEMENT 1 ,__. EQUIPMENT AND VEHICLE REQUEST FORM
(PLEASE PRINT OK TYPE)
7. FUNDING SOURCE:
[ ] Vehicle Replacement Fund
x Capital, Please Specify Account String
[ ] Other, Please Specify Account String ___
! Ifneeded, please provide additional account strings:
8. WE ARE AUTIlORlZlNC A PURCHASE NOTTO EXCEED: $ -+&@jO+ i a6
DATE
Option 1: [ ] QUOTES AND REQUISITlON. This option authorizes Fleet Management to obtain quotes and authorizes Fleet Managemenl to issue a requisition using the account string(s) provided above.
Option 2: [ ] VEHICLE REPLACEMENT FUND PURCHASES. This option authorizes Fleet Management to obtain quotes and authorizes Fleet Management to purchase the equipment or vehicle using motor pool funds
Q&AL 1fdlyp MANAGER I DESIGNEE DATE
SUBMIT THIS COMPLBT
[ /&COMMENDED [ ] N.R.A.T.T.
MANAGEMENT
[ ] DECLlNED
Page 2 of 2 Ver. 3.2 Fleet Use Only: ll
LEE COUNTY GOVERNMENT, DIVISION OF FLEET MANAGEMENT EQUIPMENT AND VEHICLE REQUEST FORM
(I’LEASE PRINT OKTYPE)
I. DEPARTMENT/DIVISION: (name) a D 7 DflflL&’ zzar;!
(number) sr/z.T
2. REQUESTEDBY: (prinl) -7rE1 /*SE/c PHONE #:. L. 4 y-333 y
3. ISTHIS A REPLACEMENT EQUIPMENT OR VEIIICLE ? w YES [ ] NO
Ifyes: Asset #: /8 7x9 Yr:w Make:l&h \‘S%&odel: 9.3 SO Meter:
4. WIIATTYPE OF EQUIPMENT OR VI Et
Select all appropriate boxes:
f ISda [ ] Mid-Size t
1 [ ] Station Wagon [ ] Full-Size [ ] Sport Util Veh [ ] Regular Cab
t 1
[ ] Pickup Truck [ ] Extended Cab [ ] Cab& Chassis [ ] Crew Cab i’ f 1 V”” @j 2 Wheel Drive f pg Other [ ] 4 Wheel Drive” [ i’
IICLE ARE YOU REQUESTING?
‘A Ton % Ton % Ton I Ton Class G Class 7 Class 8
]2Door ] 3 Dour L-Side ] 3 Door R-Side
‘14Dc.x ] Utility Body A ] Flat Bed A ] Dump Truck ’
] cargo ] 7 Passenger ] I2 Passenger ] IS Passenger ] Sliding Door ] Swing Door ] Single RW
Additional description for vehicles or equipment: -
a Please provide detailed justification on separate sheet.
5. WHAT, IF ANY, SPECIAL OYTIONS OR ACCESSORIES ARE REQUIRED? Please check all appropriate options below and list any additional options on the lines below: i.e. lift gates, 50’ telestick boom, emergency lighting package, light-bar, 60” hydraulic rotary mower, etc. Please attach brochures ifapplicable:
ALL COUNTY VEHICLES ARE ORDERED WITH FOLLOWING STANDARD OPTIONS: Air Conditioning, AM/FM Radio, Automatic Transmission, Rear Anti-Lock Brakes.
Gasoline Diesel 4 Cylinder 6 Cylinder 8 Cylinder IO Cylinder Dual RW
W AM/FM/Cassette [ ] Arrow Board A [ ]LongBed [ ]ShortBed
[ ] Bed-Lioer pC] Strobe Light [ ] Floor - carpet [ ] Floor - Rubber
] Limited Slip [ ] Trailer Hitch Receiver ] Power Win/Locks [ ] Tires-All Terrain ] seals -Cloth ( ] Tow Package ] Seats - Vinyl p<] Windows-Tinted
6. WHAT WILL BE TIIE PRIMARY USE OFTIIE NEW EQUIPMENT OR VEHICLE?
.’ f LEE COUNTY GOVERNMENT, DIVISION OF FLEET MANAGEMENT * -, EQUIPMENT AND VEHICLE REQUEST FORM
(PLwm PRINT OR TYPE)
‘I. FUNDING SOURCE:
[ ] Vehicle Replacement Fund
[NCapital, Please Specify Account String Fc 5-?7?/ /ti -30
! [ ] Other, Please Spccitj Account String __
/ Ifneeded, please provide additional accounl strings:
8. WE ARE AUTHORIZING A PURCHASE NOT TO EXCEED: $ ~ i?‘oda
Ye /“i&Y I DATE
-Qj&&Jba- /(‘/I a( ZND LEVEL APPROVAL DATE DIVISION DlRECTOti
Option 1: [ ]
Option 2: [ ]
QUOTES AND REQUISITION. This opkon authorizes Fleet Management to obtain quotes and authorizes Fleet Management to issue a requisition using the account string(s) provided above.
VEHICLE REPLACEMENT FUND PURCHASES. This option authorizes Fleet Management to obtain quotes and authorizes Fleet Management to purchase the equipment 01 vehicle using motor pool timds
ii-ah, DATE
SUBMIT THIS COMPLETE MANAGEMENT
[ ] N.R.A.T.T.
[ ] DECLINED
Page 2 of 2 Vcr. 3.2 Fleet Use Ooly: # 82-062
.LEiZ COUNTY GOVERNMENT, DIVISION OF FLEET MANAGEMENT EQUIPMENT AND VEHICLE REQUEST FORM
(PLEASE PRJNTOR TYPE) /-&24&L ccy)u
j+c AclmL. 1. DEPARTMENT/DIVISION: (name)
2. REQUE,STED By: (print) PHONE#: q&7)17 1
3. IS THIS A REPLACEMENT EQUIPMENT ORVEHICLE ? HYES [ ] NO
If yes: Asset #: \ @ x‘t yr: I;b Make: $‘.&‘.odel: 9 .&q Meter: 29 7 ‘7
4. WHAT TYPE OF EQUIPMENT OR VEHICLE ARE YOU REQUESTING?
[ ]Sedan [ ] Station Wagon [ ] Sport Util Veh [ ] Pickup Tmck [ ] Cab &Chassis [ 1 Van [P Other
Select ail appropriate boxes:
[ ] Mid-Size [ ] Full-Size [ ] Regular Cab [ ] Extended Cab [ ] Crew Cab [ ] 2 Wheel Drive [ ] 4 Wheel Drive a
]%Ton [ ]2Door 1 %Ton [ ] 3 Door L-Side [ ]%Ton [ ] 3 Door R-Side [ ] 1 Ton [ ]4Door ] Class 6 [ ] Utility Body A I’ ] Class 7 [ ] Flat Bed A ] Class 8 [ ]DampTruckA
cargo 7 Passenger 12 Passenger [ 15 Passenger [ Sliding Door [ Swing Door [ SingleRW [
Gasoline Diesel 4 Cylinder 6 Cylinder’ 8 Cylinder 10 Cylinder Dual RW
Additional description for vehicles or equipment: k
‘Please provide detailed justification on separate sheet. 4#A
5. WHAT, IF ANY, SPECIAL OPTIONS OR ACCESSORIES ARE REQUIRED? Please check all appropriate options below and list any additional options on the lines below: i.e. lift gates, 50’ telestick boom, emergency lighting package, light-bar, 60” hydraulic rotary mower, etc. Please attach brochures if applicable:
ALL COUNTY VEHICLES ARE ORDERED WITH FOLLOWING STANDARD OPTIONS: Air Conditioning, AM/FM Radio, Automatic Transmission, Rear Anti-Lock Brakes.
[ ] AiwF~cassette [ ] Arrow Board * [ ] Long Bed [ ]ShortBed
[ ] Bed-Liner [ ] Strobi Light [ ] Floor- Carpet [ ] Floor-Rubber
[ ] Limited Slip [ ] Power win/Locks [ ] Seats - Cloth [ ] Seats-Vinyl
[ ] Trailer Hitch Receiver [ ] Tires -All Terrain [ ] Tow Package [ ] Windows - Tinted
\ e//k4 - 6. WHAT WILL BE THE PRIMARY USE OF THE NEW EQUIPMENT OR VEHICLE? -i%
Page 1 of 2 Ver. 3.2 Fleet use only: #
LEE COUNTY GOVERNMENT, DIVISION OF FLEET MANAGEMENT ‘. ( EQUIPMENT AND VEHICLE REQUEST FORM
(PLEASE PRINT OR TYPE)
I. FUNDING SOURCE:
[ ] Vehicle Replacement Fund
[ ] Capital, Please Specify Account String
Please Specify Account Shing
Ifneeded, please provide additional account strings:
8. WE ARE AUTHORIZING A PURCHASE NOT TO EXCEED: $
utlec~, 2ND LEVEL APPROV$IL
Option 1: [ ] QUOTES AND REQUISITION. This option authorizes Fleet Managemetlt to obtain quotes and autbotis Fleet Management to issue a requisition using the account stting(s) provided above.
OptionZ: [ ] VEHICLE REPLACEMENT FUND PURCHASES. This option authorizes Fleet Management to obtain quotes and authorizes Fleet Management to purchase the equipment OI vehicle using motor pool
/-/i%-JJ 2, DATE
l REQUlRED FOR ALL PURCHASES BETWEEN $ ZS,OW - S50,OoO
SUBMIT THIS COMPLET
[ Y’ RECOMMENDED [ ] N.R.A.T.T.
[ IDECLINED
Page 2 of 2 Ver. 3.2 Fleet”scOnly:#&& \
1 Sent by: LANOIQ TfIACTOR CO. ; I I
813 628 4282;
hndig Tractor Co., Inc. Q429Causeway Blvd.
‘\y&Fl..3$6 9
FAX:81 3-6284282
FLORIDA STATE CONTRACT QUOTATION
PREPARED FOR: LEE COUNTY FLEET MANAGEMENT ATTN MR. DON LAWS (941)461-5607 FAX- (941)338-3234
PREPARED By: DUEW ROEMER daoemer~landiglractor.wm
RETAIL CONTRACT DISCOUNT COMMODIW PRICE PERCENT PRICE
CITY. CODE DESCRlPTlON EACH DISCOUNT EACH PRICE
1 765-900-452 BllOC3-100PKG~S110) $47,812.00 1 02 TIRES RI TIRE OPTION $2,339.00
TWO WHEEL DRIVE INC. 18.4 X 30 Rl REAR TIRES INC. 10.00 X 16 FRONT TIRES INC.
CAB WITH AIR COND. INC. FLEX LINK ENDS INC. DUAL HYD VALVE INC.
12X12 SHUTTLE TRANS. INC. 1 765-900-353-0005 WARNING UGHT $250.00 1 NON-CONTRACT AM-FM CASSETTE $277.00
PRICE INCLUDES ALL STANDARD EQUIPMENT AND BACKUP ALARM AND HORN PER CONTRACT
PLEASE 00 NOT HESITATE TO CALL WITH ANY QUESTIONS.
36% $30,509.68 $30,599.68 36% $1,4Q5.95 $1,496.9B
N/C N/C N/C N/C NIC N/C N/C N/C 2 N/C N/C N/C N/C $250.00 $250.00 $277.00 $277.00 TOTAL- $32.623.64
Landig Tractor Co., Inc. 6429 Causaw Blvd.
Tampa, FL a19 813-623.3873
FAX: 813-828-4282
FLORIDA STATE CONTRACT QUOTATION 5/9/2002
PREPARED FOR: LEE COUNTY FLEET MANAGEMENT ATTN: MR. DON LAWS (941)461-5607 FAX- (941)338-32&l
PREPARED By: DREW ROEMER droemer~landigtractor,com
RETAIL CONTRACT DISCOUNT COMMODIN PRICE PERCENT PRICE
QN. CODE DESCRIPTION EACH OtSCoUNr EACH PRICE
1 I
765900452 BllOC3-lOOPKG~Sl10) $47,812.W 02 TIRES RI TIRE OPTION $2,339.00
TWO WHEEL DRIVE INC. 18.4 X 30 RI REAR TIRES INC. 10.00 X 18 FRONT TIRES INC.
CAB WITH AIR COND. INC. FLEX LINK ENDS INC.
DUAL HYD VALVE INC. 12X12 SHUlTLE TRANS. INC.
1 765-900-353-0005 WARNING LIGHT $250.00 1 NON-CONTRACT AM-F&l CASSETTE $277.00
38% 830.599.68 $30,599.68 38% $1,496.96 $1,496.96
NIC N/C N/C N/C N/C NIC
E N/C
talc Ii: N/C N/C $250.00 $250.00 $277.00 $277.00 TOTAL- $32,623.64
PRICE INCLUDES ALL STANDARD EQUIPMENT AND BACKUP ALARM AND HORN PER CONTRACT
PLEASE DO NOT HESITATE TO CALL WITH ANY QUESTIONS.
Model TSllO All Purpose Tractor
FWD DRII’ESHAFT SHIIZLD
HYDROST.4TIC POWER STEERLYG Tilt and Telzrcopic Srccring Column
FRONT AXLE Adjurtable 56 ins to X3 in. 2WIl (unballasted) 2 I .5 in. clearance (vtim with iire) PWJ (unb&?aled) 18.0 in. clearance(vtie~ with lie)
REAR WHEELS Manual Adjustable 60 ia. to 80 in. (depends
on riie rirej
FOOT ACCELERATOR
SMV EhmLEM
BRAKES
DIFFERENTIALLOCK UecwohydraulicEnSqmment
TOOLBOX Side Mounl . . IIIELBI Rear -_ plastic
WARRANTY New Hollwd Standard Wsrrunry .Applies
SHIPPING POINT Pon of Entry
DH & D CHARGE GROUP 02
PACKAGEEQLXPMENT 2WD and RYD PACKAGES
Iacluded in all prckxgcs unless replaced by a Fwlory kulalled Option
XU I ,000 DUAL RE\tOTE VALVES 720783000 SINGLE HYDR\ULIC Closed cenrer, load sensing AUXILIARY LIFTRAM
X-+14000 SWINOINE DR\\VB,4R _ ‘ETSbT
.+rcd 10-01-01 .cp1accr 10-02-00 4
U.S.
‘II : \/ IP TSllO
MNHOCLAM 12x12/24x24
Model TSllO All Purpose Tractor MAJOR OPTlONALEQUIPMENT
DELIJS CAB DELUXE C.58 (CON’l’3 DELUXE CAB (CON’TI FIRI Deck Cab Plarfozm. IWO doors with loch Storage Box and Shelf witi cup holder Panromph Front Wiper Sys:em with intermit.
Four Front and Four Rear Hulogen \\‘orkJghrs Air Condjrjoning Timed Turn Sianalo
lc”l W&X and ? speeds &peed Presrwizer 1ntatiwnr Rear wiper
Br&eLi:hl
Windshield Washer SrJndard Air Sear with oparor’r prcssnce TwoSpoolCloredCenrerRemoteVnlv:.Single
switch and lap belt Joysrick Canad for #I and #l Remote Radio Ready . . with speaken. am.-.~ac and SUllSCIMl
cohnectionr for radio 8 ampCigar Lighter
Interior Rearview Mirror Rear Wipe, FUI). Diff Leek and PTO located
40 amp PoridwNe~scive Gwpw Twminels
onri~hI.b~dcoconsol~-pillar Dud We1 Bmeries with 100 amp alremaror Integral ROPS Bonay Boost Taminals under fight-hand step Hcnrer
Sofi Feel Corm01 Gnps and Handlu Top Hinged Re;u Window Roof Vent Hatch 4 PitI 4d &imp hnpiemtnl Swka with inridc HingedSide Windows
switch Inwicr Dome Lights
DigitalClock Rear Access Panel 6 amp Accessory Power Scckrr Right-Hznd Console Tmnsmisaion Con!~ols Recircularin~ Ucors
(1) Exicmal Minws
: miib 12x12/24x24
Model TSll.0 All Purpose Tractor. TWO WHEELDRIVE. PACKAGED TRACTORS
l-RAcTOR& r-JuMBm PACKAGECODE
BllOR3 BIlOR3 BllOR3 rn, IA0 AM
999411ooo k x .x.:.;. .X’
999784Oca X : p.:.i,. 7207aloo9 X
7010 ~70M 7050 S39.0?1.00 $10.199.~ s40.694.00
03004hf600 03095M300 03133M400
-- -Q? TRACTOR% -
.~hwMBETi PACKAGECODE: tuIoc3
cao22hi600 01 000113MXXl COO136M100
cx!m43h~200 02 000136hlP’Xl @Q180h4100
cwO26M1cQ 03 owl llhflcx3 000137M100
00W22M600 04 000136h~900 000159M500
Ocw43M200 OS 000172hf800 o(w216hIaoO
oooo43h12W 06 ocQlSSM7W 000228MWO
811130103 835530100
811460100 835760100
8118.%100 83?7805CQ
8111301C0 83578M00
811460100 836530100
81!#0100 s3776JxcKl
‘7.50 x 16. 6 PR (F?) ....... .._ .......................................... 110 16.9x30.6PRiRl). .................................................... 460 ...................................................................................... 510
IO.03 x 16, 8 PR (FL!) ................................................... 1% 18.4x30.6PRtRl) ..................................................... 465 ...................................................................................... 617
7.50 x IS, 8 PR tF2) ..................................................... 110 15.5 x 38, 6 PR (Rl) ..................................................... 560 ...................................................................................... 6?0
7.50 x 16. 6 PR CC?) ..................................... ..- ............ 18.4 Y 30, 6 PR (RI). .................................................... ......................................................................................
110 465 57s
IO,Wx 16, 8 PR(F2) ................................................... IS? 18.4 x 3% 6 PR (RI) ..................................................... 560 ...................................................................................... 712
10.00 x 16. 8 PR (F?) ................................................... IS? 18.4x 38, 8 PR (Rl). .................................................... i(Y) ...................................................................................... 852
g\P l)P :/ \/ TSllO
Kww 12x12/24x24
Model TSllO All Purpose Tractor FRONT AND REAR TIRE COMPLETING PACKAGES
LIST 8‘ELEt.T ()NR ORDER m
5 294.M1 1.474.00
S 1.768.Cx3
9 561.00 1.778.00
s 2.339.03
s 339.00 1.443.00
S 1.782.0
s 29400 1,778.W
3 2.072.W
$ 561.00 2.24-4.00
s 2.805.00
s 561.00 2.4E.W
s ?.973.03
Rcvired 10.01-0~ Repl.ew IO-02.04 , 1139 U.S.
: TSllb 12x12mx24
lit \I \/
NwHouANl
Model TSllO All Purpose Tractor. FOURWHEELDRIVE-PACKAGEDTRACTORS
,\P b/ \P TSllO
NWHOLLAN, 12x12124~24
Model TSllO All Purpose Tractor
OCOO58M300 cm1 13M500 lMol71MSRl
cao71M400 000136M9CQ 000208M300
fXtJO9OMZW CCOIllMlW cm.OlM3M)
Dwo91M500 000160M300 003254MSW
OWW3M6W ocO172M800 cilo266Mml
000107MZ00 000184M903 cKm9~M103
CCOIZBMSCO ccolS5.M700 Oo314M500
owl 19woo 000?.53M?CQ 000371M400
01
02
03
od
05
06
08
09
8?323Dm 83553NcQ
813650100 832780500
82503WX 83758oxQ
82403os00 8365mcQ
8240101w 83654CNQ
8?41504cG 83776cml
824I4&co 8377S(YW
Il.lx?4.6PRcRI~ ..................................................... 195 16.9x30,bPRiRI) ..................................................... 460 ...................................................................................... 655
12.4x 24, 6 PR(Rl) ..................................................... 22s 18.4x30.6PR!Rl) ..................................................... 465 ...................................................................................... 690
13.6~2:. 8 PR (Rl). .................................................... 310 155 x 38. 6 PR (RI) ..................................................... 560 ...................................................................................... 870
13.6 x28. 6 PR (RI) ..................................................... 380 16.9x 38, 6PR (RI) ..................................................... 58s ...................................................................................... 965
14.9 x 24. 6 PR (RI) ..................................................... 350 18.4 x 34. 6 PR (Rl) ..................................................... 560 ...................................................................................... 910
11.9U4. 6 PR tRlW) .................................................. 370 18.4R34. *(RI!%? ........................................................ 615 ...................................................................................... 985
14.9x28. lOPR(RI1 ................................................... lS.4~38.8PR1Rl) ..................................................... ......................................................................................
14.9RZ8. 6 PR (RIW) ................................................. IS.4R38. 6PR iRi\Q .................................................. ......................................................................................
s 757.00 1,474.co
s ?.?31.00
a 927.00 1,77R.c4
$ 2,705.w
E 1.17i.co 1.513.w
S 2.614.M)
s 1,227.oo 2.082.00
$ 3,3o!xo
S 1.216.0 7,244.w
s 3,460.0[)
s 1.392.00 ?.401.ca
$ ?.793.W
S 1.673.00 2.412.00
$ 4.085.00
s 1.5lfLW 3m.w
S 4.S36.00
F&red 10-01-01 ll4i -iz Rcplacu 10.02-00 (
Tsiio lil
w \I 12x12/24x24 NWHl.LAN,
Model TSllO AHPurpose ‘Ikactor. FACTORY IKSTALLEDOPTIONS
rkcription
00i)108M800 092
WWO4MSW 242 720665CK~l ccOo16M800 MS 720859OCO 000053M.N 238 729859ooo
000072M500 247 72076105)
003012M400 369 719325ixKl COOO51M200 370 520234ca 6ooi)76M800 372 720235ikx CFOWtSMSOO 385 728472cal
000014M200 083 owoobM400 045 000029M3cQ 413 oc#39Maoo 413 w34h47cxl 134 M0034M700 13s rnh~l.ow OS0 OGCWOMOOO 065
ONN6SMjW 292 72s102ow
OW3S3MOOO 263
cwx3*M200 692 811440100 00(kX3M300 693 s11570100 COO’%OMlC’J 642 811596100
72041oooo
720131ooo 720198ooo 72osMKKM 720197cw 72w1cccO 720912303 720951ooo 720956xQ
720417000
Hl-DlLWLlCSGU0L-F. Four Rcmofe Conc~ol \‘alves - 3 on joystick, 2 0x1 individual con~ols (CAB only) ....................................
CUUPL4TFOR~OPf8A~GR’SST~TION Right-Hand Steps (ROPS only) ................................... Rear Fender Exrcnrionr tC.SB only) ............................ D&N Air Scar (wider seat 8: higher back) sick o~ra~ofs prewncc switch nod lap bell (CAB only) ... Full EIC with performance monitor (X%x?4 CAB only)
WElGMGUOIJP Front Weigx Hanger .................................................... Front End Weights (6 uri& + hanger) ...................... From End Weights (10 s$ighrs + hanger) .................... Rear \%.A Weights (6 u,ei:hrs, 30 in., 34 in . . 36 in. and 38 in. steel wheels only; not av&ble with power adjw rim) .....................................................................
MLSCELL4?G%OWS Fuel Tank Gwd ........................................................... Cennifu@l AirPrcclemer .......... ..~ ............................... Front Fcndm (FWD only) .......................................... Dywnic Front Fenders 1FWD only). .......................... Roller Drawbar ............................................................. Suingin: Orawbu- raighr wirh clevir ....................... French Qxrator’s Menuti ............................................ Spanish Oper~~or’s. Manual ..........................................
(Only Available on ?\{?I Units) “Tobacco Axle” - wide crack uid~ nzar wheel spaca’s Requires Power Adjust Rear Tire.. see Re?.f Tires *ecnwl ........................................................................... “Heap Duty” Frost .A.xle for harsh npplicntionr. bxluding tractor mcuwl mowers ............................... Both of Ihe above optionr rquire one of the following front tics: 10.00 x i6. 8 PR 0% 8.bolt rim ................................. 11.W x 16. 8 PR (F?!, S-boll rim ................................. II.00 x !6, 10 PR (F3). &bolt rim ...............................
55 s
85 $ IS 0
SO % s
195 s 790 $ llS5 $
595 $
65 5 %’
II5 $
75 s”
1.413.00
62.M) 21s.w
694.M) 942.00
161.W 665.00 997.00
595.00
184.03 83.00
381.00 517.00 151.00
25 $ 451 .oo I NO CHARGE 1 NO CHARGE
250
IS5
IS5 165
RIviwd 10~01-01 RrDlaccr 10.02-00
1142 U.S. *
TSllO 12x12/24x24
Model TSllO All Purpose Tractor -
FACTORY INSTALLEDOPTIONS(CON’T)
Ilcsaiptbn
FRONT TIRES (Only Available on 2M’D Units) 000022M600 610 6111301w 7.50 Y 16. 6 PR (F3) ..................................................... WN24M400 621 611170160 7.50 x 16. 8 PR CFZ:2) ..................................................... OcoO26MJ00 623 811 l9OlW 7.50 x 16. 8 PR tl I) with heavy dory rim .................... 000023M6cu 6l.4 81183OICO 7.50x 18. 6 PR iF2) ..................................................... 000026M100 625 8118~100* 7% x 18. 8 PR f,E) ..................................................... CCWtOMl&l 628 8114301w’ 10.00 x 16, 6 PR (F?M) ............................................... CCOO43M200 62-l S114M)lCW 10.00x 16, 8PR (F?) ................................................... W0053MXkl 629 811560100* I1.W.x 16. 8 PR (F?) ................................................... OWMOMIOO 630 811SSOlW* 1I.W x 16. IO PR CF.?) ................................................. ‘Rcaxnmendrd for use with 34 in. and 38 in. rear tirer.
000115M7W 817 837340100 003111Ml00 824 63278oN OC0183MS00 823 8327306oo OW109MSW 851 83203W.Xl 003113MSCQ 838 83553oxy) GO3133M100 842 83643cwx ooO16oM3CQ 826 837580100 Ot0232M600 833 83?S306QO 000136M9CO 843 835786100 000209.1900 815 835730600 000172M800 820 836SMioO 00024SM206 818 8365306Oa @YJl84hWO 621 B3654oMo CY3ZS7M300 s19 836540403 000185M7CXI 831 837760100 Ko00203M2cQ 827 836?601CO CCQ253M200 832 63771o-100 0002j7hNQ 83.4 83836W
0@309:M600 892 82403o)W @!YJUSM?OO 836530600
TlRE SETS (Only Available on IWD Units) 14.9~ 24. 6 PR iR1). .................................................... 18.4 x 34. 6 PR CR I ) with pvu adjust rim ................
350 1190
OCLIl?&MS00 895 824150404 14.9 x 28. IOPR (RI). .................................................. 440 OC02S7M300 6383606oo 18.4 x 38. 8 PR (RI) wisJ pmvcr sdjwc tim ................ I325
WAR lTlUZ.5 (Only Available on 2WD Units) 33.6R38. **(RI%‘) .................................................... 15.5 n38,6PRtRl) ..................................................... 15.5 x 38. 6 PR CRl) with pweradjusr rim ................ l6.9x?4.6PR(Rl) ..................................................... 16.9 x 30, 6 PR (RI) ..................................................... 16.9x 34,6PR(Rl) ..................................................... 16.9x 38, 6PR (RI) ..................................................... 16.9 x 38. 6 PR (RI) wirh power adjust rim ................ 18.4x 30. 6PR (RI) ..................................................... 18.4 x 30. 6 PR (RI) with power adjust rim ................ 18.4x34.6PR(RI) ..................................................... 18.4 x 34. 6 PR (RI) wilh power adjust tim ................ 18.4R~.*(Rl\V) ......................................................... IE.4R34,*(RlW) with power adjust rim .................... 18.4 x38. S PR (RI) ..................................................... IS.4 x 3s. 8 PR iR?) ..................................................... 18,4R38,**(Ri\\‘) ..................................................... 18.4 x 38, 6 PR IKI) with pva adjurr dm ................
110 294.00 110 : 317.00 l?O 110 :
343.M) 306.00
115 s 339.00 II? :: 521.00 152 561.W 180 s 692.W 150 s 521.04
460 s 1.503.00 560 $ 1.443.co I193 (6 2,363.0(1 380 5 1.422.w 460 5 1.474.03 510 s 1.729.00 585 $ 2.083.W 1200 E 3.021.00 465 s 1.778.00 625 S 2,674.OO 560 s 2.244.w llh? s 3.184.00 615 5 2.40100 1240 s 3.342.00 700 % 2.413.00 700 5 2.639.00 815 s 3288.00 1325 5 3.wz.GfJ
5 1.?16.OG s 3 i8400 , I
S 1.673.00 $ 3.34?.00
Rwiscd IO-01 .Ol R4phce, 10.02~00 ,
~rsllo 16x16
Model TSllO All Purpose Tractor
IIESELENGLNE 3 ITO hp @ 2070 ‘pm $3 cu. in. Displacement Cylinders. Twbochqed
‘enicalExbau$~ ky Ah Cleannu 2.gallon Low Mourn Fuel Tat& witb
LockableCap in$e Fuel Fikwith Sedimenror :ooling System wifh Antifrccte and
SCX Addidve .IccuicFuel Shuloff -hcnostan BladsCwlinS Fan
lPER4TOR’S STATION ial DcckContiguration ~:Idable ROPS kIwue Vinyl Scat with Rcuxring Lap Belt
(operator’s pounce switch) iom
3 Position Turn Indicators iat Top Fenders
STANDARD EQUIPMENT NSTRIJMENTATION \VYningLiSh~(coo’r~
En~ncTcmperarw Tom Sigal lndicarors Headlamp Main Beam Dlerentid Lock FWD (if applicable, Bidmy Charge Jhei-mosran Tmsmission Oil Filwr Fro kiicaror Transmission Oil Pressure and Tem~xranue
HYDRAULIC SYSTEM Li\(e Hydraulics with Position Control. Toq
Link Dfali Sensing. .%uronrzric Flow COWOl
Catcgwy II. 3-pt. Liirge witi Fkx Ends and TelescopicLinkage Stabilizers
20.0 gpm Closed C&w. Load Sensing Piston Pomp (CCLS)
ELECIRICAL 55 amp Allcmarcu CROP.5 unirr) Wet Battery. 800 cca (ROPS uniIs) Key 1gltidan S&y Stan Switch “2 hp Smrting Motor 7 P&e ‘Trailer Socket
LICIiTI?iC Two Dual Btam Halogen Headlighis Rixht-Hand and L&-Hand Rurr Halosen
PAcK4GEEQukPmm 2WDandFIVDPACKACE.S
Included in ail pnckagu unlrsv replaced by II Factory Innslkd OpUon
~ZUiliOOO DUAL RE!.fOTE\‘ALIPES Closed cenkr, laad sensing
7287aaOOO ANALOG/DIGITAL INSTRLh(ENTCLUSTER
Base ins&umenrsriofi with LCD display: ‘18915000 S\VLYCING DW.UWBAR - OFFSET pound speed plus f,wli dla;no.ris coder
720783000 SINGLE HYDRAULIC AllXiLIARY LIFT IUM
HYDROSTATIC POWER STEWNG Till and Telescopic Sreering Column
FRONT AXLE Adjwable 56 in. IO El in. ?UD (unbdlnsted) ? I S in. clwancc (wirr witb tire) FU’D (unbPlluCtd) 18.0 in. clc.w.ncc (varies wirh Tire)
REAR wEEI+ Mrnual Adjustable 60 in. to SO in. (tependr
on tire siu.)
FOOT ACCELERATOR
SMV EMBLEM
TOOLBOX From -- metd Rear-- plvtic
WARRANTY New Holland Srwdard Wumfiry App!ies
SHIPPING POIST Port of Enuy
DH 6: D CH.kRCE CROLIP 02
765-900-02-l = Tractors, Mowers and Cutters Page 1 of 1
Tractors, Mowers and Cutters 765-900-02- 1
Effective: 5/01/02 through l/31/04
Certification Special Conditions
Price Sheet Orderinq Instructions
Complete Contract
Contractors
Aeco Corporation Alamo Sales Corporation Briggs Construction Ea~uipment. Inc. Hall Manufacturing. Inc. John Deere Companv Landigany. Inc. MTD Consumer Products Ocala Tractor and Equipment merior Tractor Compm Tieer Corporation
www.alamo-industrial.com www.brigpsecmipment.com
www.deere.com www.landigtractor.com www.mtdproducts.com
www.tiger-mowers.com
765900.452 Page 1 of 6
,
765-900-452 WHEEL TRACTOR, ALL-PURPOSE/UTILITY, CAB EQUIPMENT, REAR WHEEL DRIVE, 70 TO 99 PTO HP @ 540RPM
NOTE: This specification is not complete unless it is used in conjunction with Exhibit A’s Specifications GSTM-1, General Specification For Tractors, Mowers And Cutters.
WTENDED USE
USED FOR A VARIETY OF APPLICATIONS SUCH AS M O W ING, PLOWING, TILLING, ETC. THESE ARE REAR WHEEL DRI\IE, ALL-PURPOSE/UTILITY TRACTORS. THE CAB PROVIDES A TOTALLY CONTROLLED OPERATOR’S ENVIRONMENT FOR COMFORT AND PROTECTION.
ENGINE: Diesel engine, liquid or air-cooled. Dry type air cleaner, cold start aid, 12-volt electrical system, and standard exhaust system.
PERFORMANCE: PTO HP shall be at exactly 540 RPM for the Eciuipment bid. Submit latest Nebraska Test reports with Bid, if available. If Nebraska Test reports have not yet been published or if the Equipment bid has not been Nebraska Tested, enclose with Bid the Manufacturer’s test data certifying compliance. Where necessary, use 1000 RPM data instead of 540 RPM data.
FAILURE TO SUBMIT THIS DATA MAY RESULT IN THE BID BEING DISQUALE3ED
DRIVETRAW: Rear wheel drive. Manufacturer’s standard type transm ission. Differential lock and steering brakes.
REARPOWER TAKE-OFF: 540 RPM, independent rear PTO. PTO output shaft shall be covered with a safety shield.
AXLES: Manufacturer’s standard front steering axle and rear axle.
CAB: Fully enclosed sound insulated cab with air conditioning and heater. Must meet the latest issues of either OSHA Standards or SAE requirements for ROPS (roll over protection structure).
ACCESSORIES: Standard instrumentation and lighting system. Electric backup alarm , electric horn, seat belt and SMV (slow moving Equipment) emblem. Hydraulic controlled three-point hitch with linkage stabilizers. Standard drawbar.
TIRES: Manufacturer’s standard F2 tread front tires and Rl tread rear tires.
PAINT: Manufacturer’s standard paint and color.
CONDITIONS: Equipment offered must be completely assembled, including options/accessories and shall have been thoroughly tested and ready for operation. Equipment must be equipped with &Manufacturers’ standard Equipment and accessories. It is preferred to have a PIN (Production Identification Number) system per the latest issue of SAE standards. At a m inimum the Manufacturer’s standard warranty for state and municipalities shall be provided. A copy of the warranty shall be provided with the Bid.
S/30/2002
765-900-452 Page 2 of 6
765-900-452 PRICE SHEET
CONTRACTOR MARE
AGCO CORPORATION MASSEY FERGm
List all specified Equipment of all-purpose/utility, cab Equipment, rear wheel drive tractors, between 70 and 99 PTO HP that can be offered for the same percentage discount bid.
SPECIFIED EQUIPMENT: 4345-2 ci;i 75 PTO HP. 4355-2 @? 85 PTO HP. 4360-2 (ii 90m HP. 4370-2 62 99 PTO HP
PERCENTAGE DISCOUNT FOR *DISCOUNT F.O.B. CONTRACTOR EQUIPMENT OFFERED
m 37 % (9)
** Date of Manufacturer’s current published retail price list: 02/01/02
Approximate delivery time required after receipt of Purchase Order: 150 DAYS OR LESS
1. Percentage discomu off the Manufacturer’s current published retail price list for options/accessories for the Equipment offered.
25 % Discount ** Date of Manufacturer’s current published retail price list: 02/01/02
2. Percentage discount off the Manufacturer’s current published retail price list for implements/equipment compatible for the Equipment offered.
25 % Discount ** Date of Manufacturer’s current published retail price list: 1 l/01/01
*Discount for pickup by the ordering agency at Contractor’s place of business.
**NOTE: ALL DATES m BE FOR THE CURRENT PUBLISHED RETAlL PRICE LIST
OPTION CODING: 765-900-453 -Option Number NOTE: The options below apply to the Equipment offered.
0005. Warning light, strobe (may be provided and installed by the dealer if not available from the Manufacturer). Four way flashing lights are not acceptable.
PRICE: $250.00
0010. Special state color, DOT Yellow (DuPont # L9069A) (may be dealer painted if factory painting is not available). NOTE: the entire unit, including options/accessories, shall be painted the same color.
765-900-452 Page 3 of 6
PRICE: $2.000.00
765-900-452 PRICE SHEET
CONTRACTOR MAKE
BRIGGS EQUE’MENT CASE INTERNATIONAL
List all specified Equipment of all-purpose/utility, cab Equipment, rear wheel drive tractors, between 70 and 99 PTO HP that can be offered for the same percentage discount bid.
SPECIFIED EQUIPMENT: cxa_O @ 74 PTO HP. CXIOO @ 83 PTO HP, MXllO @ 95 PTO HP
PERCENTAGE DISCOUNT FOR *DISCOUNT F.O.B. CONTRACTOR EQUIPMENT OFFERED
$JQQ 30 % (9)
** Date of Manufacturer’s current published retail price list: 04/09/01 CX MODELS 09/l l/O0 MX MODEL
Approximate delivery time required after receipt of Purchase Order: 180 DAYS
1. Percentage discount off the Manufacturer’s current published retail price list for options/accessories for the Equipment offered.
30 % Discount ** Date of Manufacturer’s current published retail price list: 04/09/01 CX MODELS
09/l l/O0 MX _____- MODEL
2. Percentage discount off the Manufacturer’s current published retail price list for implements/equipment compatible for the Equipment offered.
20 % Discount ** Date of Manufacturer’s current published retail price list: 06/10/01
*Discount for pickup by the ordering agency at Contractor’s place of business.
**NOTE: ALL DATES MUST BE FOR THE CURRENT PUBLISHEDRETAIL PRICE LIST
OPTION CODING: 765-900-453 - Option Number NOTE: The options below apply to the Equipment offered.
0005. Warning light, strobe (may be provided and installed by the dealer if not available from the Manufacturer). Four way flashing lights are not acceptable.
PRICE: $300.00
765-900-452 Page 4 of 6
,
0010. Special state color, DOT Yellow (DuPont # L9069A) (may be dealer painted if factory painting is not available). NOTE: the entire unit, including options/accessories, shall be painted the same color.
PRICE: $975.00
765-900-452 PRICE SHEET
CONTRACTOR MAKE
JOHN DEERE COMPANY JOHN DEERE
List all specified Equipment of all-purpose/utility, cab Equipment, rear wheel drive tractors, between 70 and 99 PTO HP that can be offered for the same percentage discount bid.
SPECIFIED EQUIPMENT: 5520 @ 75 PTO HP, 552ONm5 PTO HP, 6220 @< 72 PTO HP. 6320 Gil 80 PTO HP, 6405 @ X5 PTO HP. 6420 @ 90 PTO HP, 6605 Gil 95 PTO HP. 7210 (Z? 95 PTO HP
PERCENTAGE DISCOUNT FOR *DISCOUNT F.O.B. CONTRACTOR EQUIPMENT OFFERED
$o.oo 28 % (9)
** Date of Manufacturer’s current published retail price list: lO/Ol/Ol
Approximate delivery time required after receipt of Purchase Order: 60 TO 150 DAYS
1. Percentage discount off the Manufacturer’s current published retail price list for options/accessories for the Equipment offered.
28 % Discount ** Date of Manufacturer’s current published retail price list: lO/Ol/Ol
2. Percentage discount off the Manufacturer’s current published retail price list for implements/equipment compatible for the Equipment offered.
28 % Discount ** Date of Manufacturer’s current published retail price list: lO/Ol/Ol
*Discount for pickup by the ordering agency at Contractor’s place of business.
**NOTE: ALL DATES MUST BE FOR THE CURRENT PUBLISHED RETAIL PRICE LIST
OPTION CODING: 765-900-453 - Option Number NOTE: The options below apply to the Equipment offered.
0005. Warning light, strobe (may be provided and installed by the dealer if not available from the Manufacturer). Four way flashing lights are not acceptable.
513012002
765-900-452 Page 5 of 6
,
PRICE: $200.00
0010. Special state color, DOT Yellow (DuPont # L9069A) (may be dealer painted if factory painting is not available). NOTE: the entire unit, including options/accessories, shall be painted the same color.
PRICE: $2.000.00
765-900-452 PRICE SHEET
CONTRACTOR
List all specified Equipment of all-purpose/utility, cab Equipment, rear wheel drive tractors, between 70 and 99 PTO HP that can be offered for the same percentage discount bid.
SPECIFIED EQUIPMENT: TL90D @ 76 PTO HP, TLlOOD @ 82 PTO HP, TS90 @ 70 PTO HP. TSlOO @ 80 PTO HP. TS110 @ 90 PTO HP. TM120 @ 95 PTO HP
PERCENTAGE DISCOUNT FOR *DISCOUNT F.O.B. CONTRACTOR EQUIPMENT OFFERED
$350.00 (
** Date of Manufacturer’s current published retail price list: lO/Ol/Ol TL. TS MODELS 02/15/02 TM
MODEL
Approximate delivery time required after receipt of Purchase Order: 60,TO 150 DAYS AR0
1. Percentage discount off the Manufacturer’s current published retail price list for options/accessories for the Equipment offered.
30 % Discount ** Date of Manufacturer’s current published retail price list: lO/Ol/Ol TL, TS MODELS
02/l 5/O- MODEL
2. Percentage discount off the Manufacturer’s current published retail price list for implements/equipment compatible for the Equipment offered.
lo % Discount ** Date of Manufacturer’s current published retail price list: 01/01/02
*Discount for pickup by the ordering agency at Contractor’s place of business.
S/30/2002
765-900-452 Page 6 of 6
,
**NOTE: ALL DATES m BE FOR THE CURRENT PUBLISHED RETAIL PRICE LIST
OPTION CODING: 765-900-453 - Option Number NOTE: The options below apply to the Equipment offered.
m Warning light, strobe (may be provided and installed by the dealer if not available from the Manufacturer). Four way flashing lights are not acceptable.
(piGG&
0010. Special state color, DOT Yellow (DuPont # L9069A) (may be dealer painted if factory pair not available). NOTE: the entire unit, including options/accessories, shall be painted the sa PRICE: $750.00
5/30/2002
/ Sent by: LANLIIQ TRACTOR CO. 913 528 4292; 05/30/02 9:41; J&m-#223;Pege 112
, *:
,> Landig Tractor Co E 6429 Causeway Blvd.
Tampa, FL 33610 613-6253673
FAX:0l3-629+!82 NEW-
FLORIDA STATE CONTRACT QUOTATION
PREPARED FOR: PREPARED BY: LEE COUNM FLEET MANAGEMENT DREW ROEMER Al-TN: MR. DON LAWES (941)461-5607 FAX- (Q41)338-3234
dmemer(i%lan&igrraclor.oom
PW #I 02453 - RWISER
COMMODITY CITY. CODE DESCRIPTION
RETAIL CONTRACT DISCOUNT PRlCE PERCENT PRICE EActl DISCOUNT EACH PRICE
1 785-900-352 D70CB2260PKGCTN70) $33,219.00 1 06 TIRES R4 IND. TIRE OPTION s1,904.00
TWO WHEEL DRIVE INC. 18.9 X 24 R4 REAR TIRES INC.
11 LX 15 FRONT TIRES INC. CAB WITH AIR COND. INC.
FLEX LINK ENDS INC. DUAL HYD VALVE INC.
16X16 SYNCHRO TRANS. INC. 1 765-900-353-0005 WARNING LIGHT $250.00 1 NON-CONTRACT AM-FM CASSETE $277.00 i NON-CONTRACT B-FOOT FRONT BROOM* $8,660.00
PRICE INCLUDES ALL STANDARD EQUIPMENT AND BACKUP ALARM AND HORN PER CONTRACT
PLEASE DO NOT HESITATE TO CALL WITH ANY QUESTIONS.
36% $21,260.16 $21,260.16 36% $1,213.56 $1,218.56
N/C N/C NIC N/C N/C N/C N/C N/C N/C NIC N/C N/C N/C N/C $250.00 $250.00 $277.00 $277.00
$8.660.00 $6,660.00 TOTAL- $31,865.72
-BROOM IS A SWEEPSTER MODEL “CH” EQUIPPED AS FOLLOWS:
FRONT MOUNT; HYD. LIFT AND ANGLE USING TRACTOR REMOTE STEEL LINES MOUNTED BENEATH RH SIDE OF CAB FOR ANGLE, LIFT FUNCTIONS; DUAL BROOM MOTORS
i Sent by: LANDIG TRACTOR CO. /
813 628 4282; 05/30/02 9:42; jerimd223;page z/2
, D I’;-
Landig Tractor Co., Inc., 6429 Causeway Blvd.
Tampa. FL 33619 615623.3673
FAX: 613-628-4282
FLORIDA STATE CONTRACT QUOTATION 5/30/2(102
PREPARED FOR: LEE COUNM FLEET MANAGEMENT ATTN: MR. DON LAWES (941)451-5607 FAX- (Q41)338-3234
PREPARED By: DREW ROEMER drosmer~land~tractor.oom
WF # 02066 - RFVlSEp
COMMODIM WI-Y. CODE DESCRIPTION
RETAIL CONTRACT DISCOUNT PRICE PERCENT PRICE EACH DISCOUNT EACH PRICE
1 765900-352 D70CB2-260PKG(TN70) $33,219.00 1 06 TIRES R4 IND. TIRE OPTION $1,904.00
TWO WHEEL DRIVE INC. 16.9 X 24 R4 REAR TIRES INC.
11 L X 15 FRONT TIRES INC. CAB WITH AIR COND. INC.
FLEX LINK ENDS INC. DUAL HYD VALVE INC.
16X16 SYNCHRO TRANS. INC. 1 765-9003550005 WARNING LIGHT $250.00 1 NON-CONTRACT AM-FM CASSETTE $277.00 1 NoN-C~NTRACTB-F~~T FRONT BROOM* $6,660.00
PRICE INCLUDES ALL STANDARD EQUIPMENT AND BACKUP ALARM AND HORN PER CONTRACT
PLEASE DO NOT HESITATE TO CALL WITH ANY QUESTIONS.
3% 38%
$21,260.16 $21,260.16 $1.21856 $1,218.56
NIC N/C NIC NE N/C N/C NE NE N/C NE N/C NIC N/C N/C $250.00 5250.00 $277.00 $277.00
$8,660.00 $6,660.00 TOTAL- $91,66$.72
“BROOM IS A SWEEPSTER MODEL “CH” EQUIPPED AS FOLLOWS:
FRONT MOUNT; HYD. LIFT AND ANGLE USING TRACTOR REMOTE STEEL LINES MOUNTED BENEATH RH SIDE OF CAB FOR ANGLE, LIFT FUNCTIONS; DUAL BROOM MOTORS
- )
KWHoUAEb TN70D
Model TN70D All Purpose Tractor (with cab)
DIESELENGINE 69 Cross Engiw hp 66 .Ye! En$ne hp 51 QTO ho 0 X0 rprn* 3 CglindcrTurbochxgcd Eil:.inr I 79 cu in 11.9 LI Dirplx~menr Bosch Fuel luicction Pump EngincOilCookr Elcctic EngineShutoff Themloam StaJzinp Aid Dual Elzmum .Ur Filler Under Hood hlufllcr V’cnictiExh~us~ 19.5:dlon Fuel Tnni wilh Bouom Sbhld
CLUTcHITR*h‘S.\llSSION I I ir%h Cersnralic Trac.crior~ Clutch I6F Y I6R (4 rar@s of J rynchronired gcvr, Synchronized !4echanicril Shunle
.QIx.s FRONT . ?t%‘i)
STAhlMRDEQUIPMENT
PTO I I inch Cerawtnlic PTO Cictch lndexndcnr j-10 mm PTO Sin& L&r.hlech~nienl Enggerncnr Flip up PTO Shaft Guard
drab I Faw RaiselLowr Coarrol 3962 Ihs. Lift Capacity iS.AE) Cuegory II Ends Iconvcniblc to Carc;or? I) Tek.wopic Stmhili?#rs FleXibkLowcrLirkEndS Lower Link Oroft Scnsin:
out lor PTO ry”? and Ground SPzed
ELECTRICAL on? 12.vol1, 730 CCP Battery 65 ruup Ahuwror 7.pin Outler lor TrxilcrAmplemenl Lighting A-pin Power Ourlrr I15 amp) Single Fin 18 amp) Accessory Power Outlc~
TN70D
Model TN70D All Purpose Tractor (with cab)
Rcvired 10-01~01 48? V.S. Rmhees 10-09-00
,
TN70D
Model TN70D All Purpose Tractor (with cab) FRONT AND REARTIRECOMPLETING PACKAcES
OCtW’MSW 01 8i?J7Om 9.SL x IS. 6 PR IF?, ........... . . . . ..... ......... . . .................. 125 5 ?Q?.W rxkxN1~4ow 83513om 149 x 3. 6 PR ,RJ, ............................ ....................... SIO I. I R2.04 OCOI 13MSOD ...... I ..................... . ......................................................... 635 ‘ror~l i 1.174.00
oooo234.500 02 8ll47MW 9.SL x 15,6PRtF?, ............... . .. . .......... .................... IS0 s ?QXG 000105MSW 83?ODJW 16.9x25.6YR1RIJ ..................................................... 5.30 I .Jx?.M) CCOIJ2MOW ...................................................................................... hH0 l-ml s i.7lJ.00
KOO?~MSW 0.; s12.l7oJw 9.SL Y IS. 6 PR IF?, ...................................... .......... I.3 s 292 .oo wo!tl.vSw S35XOXO I~.~xX.~PRIRJ, ..................................................... 610 I .JJS.oo ooo1341000 760 rord s 1.7~0.00
ooo031M500 o-4 8 12470400 9.SLx IS.bPRtF?l ..................................................... IS0 5 292.00 000113hts00 833530100 16.9x30,6PRfRI, .,., ................................................. 680 I cl74.00 O!Nl36MCW ...................................................................................... 830 Total S 1.766.00
CWOJ8M9CNl 05 s 12130400 IlLx 15.6PHtlJJ ....................................................... 135 S ‘J5.W 00911Shmo 8.3207aco 16.9x 24. 6 PRtR31. .................................................... 193 I .J91.00 000133M900 ...................................... I ............................................... 625 TO~~i s 1.739.00
CK0017M600~ 07 ooO114!4600 ow13?Mxl
s1213Oxxl 27 x 9.50-15. 6 PR tHF) ............................................... 90 5 229.00 83083Wxl 2lSLx 16.1.6 PRrRW. ............................................. -I80 1.488.00
370 TOIPI s 1.717.00
000036hI?W OS Sl423OlW WIOLL x IS.6 PR tSmoolh;e) GaJ3.q.. ....... .............. I JO 5 310.00 (Xa18ShiAW 8i10701ca XSLL I, 16. I. 6 PR (Turf Spccial~ Gslxxy ................ 3co !.JOS.W owl lM600 .......... ... ..................... . ............................................... .X0 TOUl 5 2.7Js.w
8 l3mwJ IlLx JS.SPRIF?J ...................................................... I10 S 356.00 S3?06MUO 16.9s ?%8PR#R-lr.. ................................................... 58S 1.S.JX.M
.................................... , ................... I.. .. . ........................ 7?S Tok!l s I.Pc-mz
Revised IO-01.01 Rcnlnrc, I b-09.00
Model TN70D All Purpose Tractor (with cab)
Models TN7OD All Purpose Tractor (with &b) FRONT AND REAR TIRECOMPLETING PACKAGES
Padory Order R&rence Suggested G&e h’vmbw Number DescriptiWl Weight List Price
1 01 S2303WoC 6.3 II 24. 6 PR IR I , .,..........,,,.,,.,.,.,,....._...,..,,,.,,,,.,........ 250 > 710.00 s3s I3fuW 14.9 x 2% 6 PR IF!;, . . . . . . . . . . . . . . . . 510 I. I S?.W
,.,,,...,,.........,,.,,.,.................,,,,,,,~............. . . . . ,,.........,.. 760 TOUl s 1.s92.00
02 S'303oHIo 83?03CUW
03 813 13cJ00 83S?3cuQ
04 8’3?3o.w S3553McQ
05 8.?6)Wco 83?07@4@0
OS 8?8770103 E310701Do
8.3 1: 24. 6 PH rRI i ....................................................... 16.9x24.6YH1Rl~ .................................................... ......................................................................... ............
2.50 530 760
9.5 xX 6 PR &RI, ...................................................... ??O 16.9x?S.6PRiRI, ..................................................... 610 ...................................................................................... 880
II.?xX6PRtRli ..................................................... 340 16.9 x 30. 6 PR (R 11 ..................................................... 6S0 ..................................................................................... IO?0
13.6s 16.1. 8PR fR3,. ................................................. 16.9 x 24. 6 PR iKil.._........................................ .......... ...... ....... __. ....................................................................
260 190 7.50
I?LL x 16. 6 PR tTufSpxi&li Galaxy ........................ ??.ILLx 16.1. 6 PR (Turf Sjxciall Galaxy .................. ......................................................................................
10.5 x 20. 10 PR IR:). .................................................. 16.9x 11. 8 YR 1R4r.. .................................................
170 394 560
2.50 ses 635
s 7 10.00 I .J2?.ofJ
TOL1l 5 2.13mJ
5 735.00 I.JJ8.W
roornl s 2.183.00
5 757.00 I .J74.00
Total 5 2.231.00
5 673.00
2.408.W TMll S 3246.00
rN70D
Model TN70D All Purpose Tractor (with cab) FACTORYISSTALLEDOPTIONS
XO0?6MS00 127
~000?1M000 !26
300006M700 371 ~X1003lM500 368 LMWMSCxl 370 Lxca32.M600 39j wxJ3?!4800 394
OooOj3hl4OfJ 23s 0004?SM4CO 413
wol!m.lOOO 050 !wooO~1000 Ge
7?0365ooO
7288!6co3
7?OS?3ooo
7?0?1sca 7.20218c50 7?0??6ooo 7?047crJco 729-26SCG3
728asoQoo 720168000*
7209S?ooo ?2098Mxx)
16.9 $?pm Hydraulic Pump with oil co&r for mechxdcol shunle rtanrmirsions. NOTE; Ody order with D7OCB21U.L D7OCBqIM). D7CCB260 and D7OCBlX.O .,,......,.........~.......,.,1.11...
IS
IO
IO
I 30 485 660 ‘UC 420
5
s
S
Rrvircd 10~01~01 486 U.S. RIchCCI 10.00-00
P
TN70D
Model TN70D All Purpose Tractor (with cab)
FXtOty Order Refwence Sug:ested code !+lnlber I+nnlw Description M’eighl List Price
TIRE PACKGES OFFI:R THE BEST COWfiINAllONS FORTR~C’CORATTITUDEA~~PPERFCHLMANCE.
ONL1’ORDERBELO\VIFSPECI.~LCO~IB~IS.~l-~ONS~REREQL~IKED.
6S.i $1 I0?0400 613 s1113oJoo 633 SI 247MW 626 812?3WW e-4 El2I3OJW 655 8 lX’W.lW 695 814?301W
74: 83503NW 7.u 835 13Moo 854 83’0304W 751 835?3om 838 83553C4W 750 83?07WW 742 E3205C-IW 763 E30S3Miul isl; 831070100
ll~O\VHEELDRIXE(;ROUP Frau Tires 6.50x 16,6PRrF?1 ..................................................... 7.50s l6,6PHiF’1 ..................................................... 9.5L x 15. 6 PI? <F?, ..................................................... IlLx I5.6PRtllt .................................. . .................... 27 x 9.50. IS. 6 PR IHFI.. ............................................. IlLx I%SPRIF~J ...................................................... Z5i:OLLx 15. 6PR ISmowhielGalq .. . .... . ........... .... Rear Tires li.6x?8.6PRiRI, ..................................................... 14.9 x 28, 6 PH IKI 1.. ....... . ........................................... 16.9xXbPK1Rl, ..................................................... 16.9 x 28. 6 PR tR1 1.. . .............................................. 16.9 x 30. 6 PR (RI 1 ............................... I.. ... . . .............. 16.9 x 24, 6 PR IR;, ..................................................... 16.9x?&SPlt1RA, ..................................................... 21.5Lx 16.1.6PR~R31~~~.................1.1.......................... 22.5LL s 16.1. 6 PR iTurf Special1 Galaxy* ..............
I IO I?5 ii0 I35 90 I40 110
490 sill 5.30 610 620 .va 585 480 390
S 2M.W 5 29.i.w S 291.w 5 ?.t5.00 s ?29.00 5 356.30 S 340.w
s 1.079.w s 1.18~.00 s 1.412.00 s I.H8.00 s 1.474.00 $7 1.495.00 S 1.548.00 s I.JE8.00 S 2.40800
765-900-02-l = Tractors, Mowers and Cutters Page 1 of 1
ATTACHMEN Tractors, Mowers and Cutters
765-900-02-l
Effeative: 5/01/02 through I/31/04
Certification Special Conditions
Price Sheet Orderins Instructions
Complete Contract
Agco Corporation Alamo Sales Corporation Briew Construction Equipment, Inc. Hall Manufacturing, Inc. John Deere Company Landig Tractor Company, Inc. MTD Consumer Products Ocala Tractor and Equip- Suuerior Tractor Company &er Corporation
www.alamo-industriaLcorn www.briCrpseq&ment.com
www.deere.com www.landktractor.com www.mtdproducts.com
www.tker-mowers.com
5/30/2002
765-900-352
,
Page 1 of 6
765-900-352 WHEEL TRACTOR, ALL-PURPOSE/UTILITY, CAB EQUIPMENT, REAR WHEEL DRIVE, 40 TO 69 PTO HP @ 540RPM
NOTE: This specification is not complete unless it is used in conjunction with Exhibit A’s Specifications GSTM-1, General Specification For Tractors, Mowers And Cutters.
INTENDED USE
USED FOR A VARIETY OF APPLICATIONS SUCH AS MOWING,,PLOWING, TILLING, ETC. THESE ARE REAR WHEEL DRIVE, ALL-PURPOSE/UTILITY TRACTORS. THE CAB PROVIDES A TOTALLY CONTROLLED OPERATOR’S ENVIRONMENT FOR COMFORT AND PROTECTION.
ENGINE: Diesel engine, liquid or air-cooled. Dry type air cleaner, cold start aid, 12-volt electrical system, and standard exhaust system.
PERFORMANCE: PTO HP shall be at exactly 540 RPM for the Equipment bid. Submit latest Nebraska Test reports with Bid, if available. If Nebraska Test reports have not yet been published or if the Equipment bid has not been Nebraska Tested, enclose with Bid the Manufacturer’s test data certifying compliance.
FAILURE TO SUBMIT THIS DATA.MAY RESULT IN THE BID BEING DISQUALIFIED
DRIVETRAIN: Rear wheel drive. Manufacturer’s standard type transmission. Differential lock and steering brakes.
REAR POWER TARE-OFF: 540 RPM, continuous “live”, or independent rear PTO. PTO output shaft shall be covered with a safety shield.
AXLES: Manufacturer’s standard front steering axle and rear axle.
CAB: Fully enclosed sound insulated cab with air conditioning and heater. Must meet the latest issues of either OSHA Standards or SAE requirements for ROPS (roll over protection structure).
ACCESSORIES: Standard instrumentation and lighting system. Electric backup alarm, electric horn, seat belt and SMV (slow moving Equipment) emblem. Hydraulic controlled three-point hitch with linkage stabilizers. Standard drawbar.
TIRES: Manufacturer’s standard F2 tread front tires and RI tread rear tires,
PAINT: Manufacturer’s standard paint and color.
CONDITIONS: Equipment offered must be completely assembled, including options/accessories and shall have been thoroughly tested and ready for operation. Equipment must be equipped with &Manufacturers’ standard Equipment and accessories. It is preferred to have a PIN (Production Identification Number) system per the latest issue of SAE standards. At a minimum the Manufacturer’s standard warranty for state and municipalities shall be provided. A copy of the warranty shall be provided with the Bid.
5/30/2002
765-900-352 Page 2 of 6
765-900-352 PRICE SHEET
CONTRACTOR MAKE
AGCO CORPORATION MASSEY FERGUSON
List all specified Equipment of all-purpose/utility, cab Equipment, rear wheel drive tractors, between 40 and 69 PTO HP that can be offered for the same percentage discount bid.
SPECIFIED EQUIPMENT: 4325-2 @ 55 PTO HP. 4335-2 @ 65 PTO HP
PERCENTAGE DISCOUNT FOR *DISCOUNT F.O.B. CONTRACTOR EQUIPMENT OFFERED
$75 00 A 36 % (5)
** Date of Manufacturer’s current published retail price list: 02/01/02
Approximate delivery time required after receipt of Purchase Order: 150 DAYS OR=
1. Percentage discount off the Manufacturer’s current published retail price list for options/accessories for the Equipment offered.
25 % Discount ** Date of Manufacturer’s current published retail price list: 02/01/02
2. Percentage discount off the Manufacturer’s current published retail price list for implements/equipment compatible for the Equipment offered.
25 % Discount ** Date of Manufacturer’s current published retail,price list: 1 l/01/01
*Discount for pickup by the ordering agency at Contractor’s place of business.
**NOTE: ALL DATES MtJST BE FOR THE CURRENT PUBLISHED RETAIL PRICE LIST
OPTION CODING: 765-900-353 - Option Number
NOTE: The options below apply to the Equipment offered.
0005. Warning light, strobe (may be provided and installed by the dealer if not available from the Manufacturer). Four way flashing lights are not acceptable.
PRICE: $250.00
0010. Special state color, DOT Yellow (DuPont # L9069A) (may be dealer painted if factory painting is not available). NOTE: the entire unit, including options/accessories, shall be painted the same color.
765-900-352
PRICE: $1,800.00
Page 3 of 6
,
765-900-352 PRICE SHEET
CONTRACTOR MAKE
BRIGGS EOUB’MENT CASE INTERNATIONAL
List all specified Equipment of all-purpose/utility, cab Equipment, rear wheel drive tractors, between 40 and 69 PTO HP that can be offered for the same percentage discount bid.
SPECIFIED EQUIPMENT: CX70 @ 60 PTO HP. CXSO @ 67 PTOB
PERCENTAGE DISCOUNT FOR *DISCOUNT F.O.B. CONTRACTOR EQUIPMENT OFFERED
$75 00 A 30 % (5)
** Date of Manufacturer’s current published retail price list: 04/09/01
Approximate delivery time required after receipt of Purchase Order: 180 DAYS
1. Percentage discount off the Manufacturer’s current published retail price list for options/accessories for the Equipment offered.
30 % Discount ** Date of Manufacturer’s current published retail’price list: 04/09/01
2. Percentage discount off the Manufacturer’s current published retail price list for implements/equipment compatible for the Equipment offered.
2tJ % Discount ** Date of Manufacturer’s current published retail price list: 06/10/01
*Discount for pickup by the ordering agency at Contractor’s place of business.
**NOTE: ALL DATES m BE FOR THE CURRENT PUBLISHED RETAIL. PRICE LIST
OPTION CODING: 765-900-353 - Option Number
NOTE: The options below apply to the Equipment offered.
0005. Warning light, strobe (may be provided and installed by the dealer if not available from the Manufacturer). Four way flashing lights are not acceptable.
PRICE: $300.00
S/30/2002
765-900-352 Page 4 of 6
t
0010. Special state color, DOT Yellow (DuPont # L9069A) (may be dealer painted if factory painting is not available). NOTE: the entire unit, including options/accessories, shall be painted the same color.
PRICE: $875.00
765-900-352 PRICE SHEET
CONTRACTOR MARE
JOHN DEERE COMPANY JolHN DEERE
List all specified Equipment of all-purpose/utility, cab Equipment, rear wheel drive tractors, between 40 and 69 PTO HP that can be offered for the same percentage discount bid.
SPECIFIED EQUIPMENT: 5220 @ 45 PTO HP. 5320 @ 55 PTO HP; 5420 ca, 65 PTO HP, 5320N cii 55 PTO HP. 5420N @ 65 PTO HP. 6120 @65 PTO HP
PERCENTAGE DISCOUNT FOR *DISCOUNT F.O.B. CONTRACTOR EQUIPMENT OFFERED
m 28 % (5)
** Date of Manufacturer’s current published retail price list: lO/Ol/Ol
Approximate delivery time required after receipt of Purchase Order: 60 TO 150 DAYS
1. Percentage discount off the Manufacturer’s current published retail price list for options/accessories for the Equipment offered.
28 % Discount ** Date of Manufacturer’s current published retail.price list: lO/Ol/Ol
2. Percentage discount off the Manufacturer’s current published retail price list for implements/equipment compatible for the Equipment offered.
28 % Discount ** Date of Manufacturer’s current published retail price list: lO/Ol/Ol
*Discount for pickup by the ordering agency at Contractor’s place of business.
**NOTE: ALL DATES Mt&T BE FOR THE CURRENT PUBLISHED RETAIL PRICE LIST
OPTION CODING: 765-900-353 -Option Number
NOTE: The options below apply to the Equipment offered.
0005. Warning light, strobe (may be provided and installed by the dealer if not available from the Manufacturer). Four way flashing lights are not acceptable.
5/30/2002
765-900-352
,
Page 5 of 6
PRICE: $200.00
0010. Special state color, DOT Yellow (DuPont # L9069A) (may be dealer painted if factory painting is not available). NOTE: the entire unit, including options/accessories, shall be painted the same color.
PRICE: $2.000.00
765-900-352 PRICE SHEET
CONTRACTOR MARE
LANDIG TRACTOR CO., INC. NEW HOLLAND
List all specified Equipment of all-purpose/utility, cab Equipment, rear wheel drive tractors, between 40 and 69 PTO HP that can be offered for the same percentage discount bid.
SPECIFIED EQUIPMENT: TN55D a 42 PTO HP. TN65D @ 47 PTO HP. TN7OD @ 57 PTO HP. TN75D @ 62 PTO HP, TL80D cii 66 PTO HP
PERCENTAGE DISCOUNT FOR *DISCOUNT F.O.B. CONTRACTOR EQUIPMENT OFFERED
$250.00 (p?$j-)
** Date of Manufacturer’s current published retail price list: lO/Ol/Ol
Approximate delivery time required alter receipt of Purchase Order: 60’T0 150 DAYS AR0
1. Percentage discount off the Manufacturer’s current published retail price list for options/accessories for the Equipment offered.
30 % Discount ** Date of Manufacturer’s current published retail price list: lO/Ol/Ol
2. Percentage discount off the Manufacturer’s current published retail price list for implements/equipment compatible for the Equipment offered.
u % Discount ** Date of Manufacturer’s current published retail price list: 01/01/02
*Discount for pickup by the ordering agency at Contractor’s place of business,
**NOTE: ALL DATES MUST BE FOR THE CURRENT PUBLISHED RETAIL PRICE LIST
OPTION CODING: 765-900-353 -Option Number
NOTE: The options below apply to the Equipment offered.
513012002
765-900-352 Page 6 of 6
,
e> arning light, strobe (may be provided and installed by the dealer if not available from the Manufacturer). Four way flashing lights are not acceptable.
~j&;~~;;o:o-Q
0010. Special state color, DOT Yellow (DuPont # L9069A) (may be dealer painted if factory painting is not available). NOTE: the entire unit, including options/accessories, shall be painted the same color.
PRICE: $750.00
513012002
Landig Tractor 6429 Causeway Blvd.
Tampa. FL 33619 813-623-3873
FAX: 813-6284282
FLORIDA STATE CONTRACT QUOTATION 5/16/2002
PREPARED FOR: LEE COUNTY FLEET MANAGEMENT Al-TN: MR. DON LAWS (941)461-6607 FAX- (941)451-5607
PREPARED BY: DREW ROEMER droemer~landigtl?ictor.com
RETAIL CONTRACT DlSCOUNT COMMOrmY PRICE PERCENT PRICE
QTY. CODE DESCRIPTION EACH DlSCOUNT EACH PRICE
1 765-900-352 TL8CB24OlPKG(TL80) $41.105.00 38% 1 01 TIRES RI AG. TIRE OPTION
$26,307.20 $26,307.20 $1.766.00 36% $1,130.24 $1,130.24
TWO WHEEL DRIVE INC. N/C N/C 16.9 X 30 Rl REAR TIRES INC. N/C N/C 9.5L X 15 FRONT TIRES INC. N/C N/C CAB WITH AIR COND. INC. N/C N/C
FLEX LINK ENDS INC. UK; NIC DUAL HYD VALVE INC. NE N/C
24 X 24 SHUTTlE TRANS. INC. N/C N/C 1 765-900-353-0005 WARNiNG LIGHT $250.00 $250.00 $250.00 1 NON-CONTRACT AM-FM CASSElX $277.00 $277.00 $277.00 1 NON-CONTRACTSIDE-MOUNTED MOWER’ $lo,S64.00 810.364.00 $10,384.00
PRICE INCLUDES ALL STANDARD EQUIPMENT AND ,3ACKUP ALARM AND HORN PER CONTRACT
PLEASE DO NOT HESITATE TO CALL WITH ANY QUESTIONS.
TOTAL- $38,328.44
‘SIDE-MOUNTED MOWER IS ALAMO SWITCHBLADE &FOOT AS FCKLOWS
SS6 SWITCHBLADE BASE UNIT; #I5 MOUNT KIT; INSTALLATION
NOTE: MOWER DOES NOT APPEAR ON STATE CONTRACT, THEREFORE ARE QUOTED AS “NON-CONTRACT” OPTIONS PER “EXHIBIT W’ IN STATE CONTRACT
Landig Tractor Co., Inc. ? 6429 caussway Blvd.
Tampa, FL 33619 613-623-3673
FAX: 8156264262
FLORIDA STATE CONTRACT QUOTATlON WI 612002
PREPARED FOR: LEE COUNTY FLEET MANAGEMENT ATTN: MR. DON LAWS (941)461-5607 FAX- (941)461-5607
PREPARED By: ,DREW ROEMER droemer~landigtractor.com
RETAIL CONTRACT DISCOUNT COMMODITY PRICE PERCENT PRICE
Q-w. CODE DESCRIPTION EACH DISCOUNT EACH PRICE
1 765-900-352 TL8C82-4OlPKG(TL80) $41,105.00 1 01 TIRES RI AG. TIRE OPTION $1.766.00
TWO WHEEL DRIVE INC. 16.9 X 30 Rl REAR TIRES INC. 9.5L X 15 FRONT TIRES INC. CAB WITH AIR COND. INC.
FLEX LINK ENDS INC. DUAL HYD VALVE INC.
24 X 24 SHUTTLE TRANS. INC. 1 765-900-353-0005 WARNING LIGHT $250.00 1 NON-CONTRACT AM-FM CASSETTE $277.00 1 NON-CONTRACTSIDE-MOUNTED MOWER’ $10,364.00
PRICE INCLUDES ALL STANDARD EQUIPMENT AND BACKUP ALARM AND HORN PER CONTRACT
PLEASE DO NOT HESITATE TO CALL WITH ANY QUESTIONS.
$26,307.20 $26.307.20 $1,130.24 $1,130.24
NC N/C
K N/C N/C
NIC NIC
I% N/C NIC
N/C N/C $250.00 $250.00 $277.00 $277.00
$10.364.00 $10,364.00
TOTAL- $36,328.4i
‘SIDE-MOUNTED MOWER IS ALAMO SWITCHBLADE 5FOOT AS FOLLOWS
ss6 swlvx3uiDE BASE UNIT; #i5 MOUNT KIT; INSTALLATION
NOTE: MOWER DOES NOT APPEAR ON STATE CONTRACT, THEREFORE ARE QUOTED AS “NON-CONTRACT” OPTIONS PER “EXHIBIT D” IN STATE CONTRACT.
Model TL80 Deluxe A11 Purpose Tractor (.with cab)
TWOWHEELDRIVJS-PACKAGEDTRACTORS Toordcracomplerc~c~r,specifyUle~ffOR8;PAC~GEORDERCODE~ndeTIJlECOMPLE~GP4CKhGEORDER~~ER 30 Ihe trzWmr 0:der SOnn. I( additional factory options are desired. specify codes on order form pilrkase equipam shown oo the fist pa:< of rhir prcducr offting.
All p3cka:es contain Ihe smndwd cqtipment md
TRACTOR & NUMBER PACKAGEWDE
TL8cB2 401
Tnnsmissfon j 24~24 Dual Cbmmttndnl Powve Shuttle 72927wfM X
Wei& f Suggested Lisl Price I,.es~ Tips s?l,lO5.W
Pscl4,codt 03165.M100
;00022”1500 01 lW113MS00 !W136MOoO
FRONT-AND REAR TIRE COMPLETING PACKAGES
KXK)13M200 02 W)113hl%XI K0156M7CKl
WOM3M?M) 03 :.W36ht900 ‘W00180MlLN
W022M6C@ 06 C0116M400 03139MOW
00W3M?W 07 ~NlllMIW W154M3CQ
W01SM900 08 wllSM0w rB133MSW
8114401oo 10.00-16, 8 PR (E?). ............. ..... . . ................................ 83553W 16.9-30, 6 PR (Rl) .......................................................
8114404C0 83643OKKl
10 00-16, 8 PR (F?). ....... . ... I.. ........ . .............................. 18.4-H). 6 PR (Rl) ....................................................... ....... .‘ ......................................... ........... . ........................
10.00-16. 8 PR CF?). ......... . ....... ..“. ........ ...................... 169-34.6 PR(R1) .......................................................
81113WoO ‘).SO-16.6PRcF2) ........................................................ 837230.0X 13.6-38.6 PR (Rl) .......................................................
811440403 lO.co-16 8 PR 832730403
(33). ........................... ...“. .................... 15.5-38.6 PR (Rl) .......................................................
8122304w 83207o400
llL15.6PROl) 3.. ...................................................... 16.9-24. 6 PR (rU) .......................................................
81224&03 83526iWO
-,~ ~ 1 K-IS. 8 PR tF3) . . . . . . . . . . . . . . . ~ ~......................~........,....... 16.9-28. 8 PR (R4) ._....._.............,._.....,.,...,..,,,.,.,,.,,,.,.,
b 561.W 1 t174.00
s ?.035.00
$ 561.00 1.778.00
$ 2,339.w
$ 561.00 1729.00
$
Model TLSO Deluxe All Purpose Tractar (with cab) POURWHEELDRIVE-PACKAGEDTRACTORS
T~~~~~~~~~~~~~~~~~~~~~.~~~~~~~~~~~CTOR%PAC~~GEORDERCODE;~~~~~~TIRECOMPLETINGPACKAGEORDER~~ER on the G%LO~ order form. If additional fac:ory options are desired. specify coder on order foml. paclia~e qtipmcm thown on the frrs page of this pmdun offering.
All packages contain the standard equipment and
-cE TRACTOR & PACKAOECODE ::
TL8cB.l co
TWWll~SiOll 14x24 04 Command-’ Power Shunle 729748000 X Weight Suggested L&t P&t 1~3s Tim st&u?5.00 Fntioty Code 03718M700
FRONT AI’!! REkR TIRE CONIPLETTNGPACKACES
12.4 R24. 8 PR IRIS’) . . . . . . . . . . . . . . . . . . . . . . . . . . . .._................... s 1.122.w 000086M4CQ 01 OWUSM000 000234M400
waO58M300 05 000113MSW 000171M800
ccw71M4cQ 06 000136M900 OCO20SM300
‘XC’OWM?CiJ 07 OOOlllMlOO OCO2OlM306
amO71M4W 09 Ow33MlOo
j 000204M500
82693u1oo 24-Y. 6 PR (RI) ....................................................... s371;oKM 13.6-38, 6 PR (RI) .......................................................
8?663WX 11.2.24. G f’R!Rl). ...................................................... 83553W 16.9-30. 6 PI? (RI) .......................................................
8269301oo 12.4-24. 6 PR (RI) ....................................................... 8357301oo 18.4-30, 6PR(Rl). ........................... ..~ .......................
8?.5B6Moo 13.6-24. 8 PR (RI) ....................................................... a3273om 155.35. 6 PR CR11 .......................................................
m593oxc 12..424. 6PR (RI) ....................................................... 8364W 16.9-34, 6 PR (RI) .......................................................
i.922.00 TOIRI $ 3.044.00
S 927.00 1512.00
mai s 2.439.00
s 757.00 1,474.ol
rotal s 2.23l.OG
d 927.00 1.778.03
TOlnl $ 2.705.00
s 1.171.00 I ,u43.c0
Total s 2,614.O
s 927.CxI 1.729.00
TOCal $ 2656.!?cl
lssucd 10-01-01 9s7 U.S.
TLSO ’
Model TL80 Deluxe All Purpose Tractor (with cab) FACTORY INSTALLED OPTIONS
000054M400 106 CS0085M300 101
liY7mAAULlcsGROLP 72w19ooo lhird Rear Remore Valve aed Couplets (lever wnuo!lcd) 720389ooo Two (2) Mid-Mowed Rcmore Conaol Valves (own ccnler)
with single flow comol and joystick opxaor e&l (for farm load-) ____.................,,..~.,...,,..._....,.............,..
00C/S15MSC0 371 OW015M300 370 lmo59M100 371 000036M900 593
000029M300 413 OoOooOMQOQ 050 OCIXXMMW 06.5
Wl?.lCllTGROUP 7?O!?Ym Fmnr Weight C&Tier ,,.,,....,...,,...,..............................~... 72O??GCO Front Weight Carrier + six 88 lb. weights . . . . . . . . 7’0?27ooo Front Weight Carrier + !cn SE lb. weights .._....._.... 7?M70300 Rear %l~?lbcl Weights (IO: of 4 for 28 in. or Izr;er dre$
A5SCELLANEOUS 7?&195Lm Front Fen&n (FWII models only) . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 720982oco Fmxb Langus$e Opemdr Mawal .___,..,,......,.......,.... 7?0986ooo Spanish Lan,gJa$C opmttis Manual . ..‘.................‘....
175 705 IofJo 440
ocomM500 633 81247@4C0 3cm3M?W 706 81144oJoo 300021M600 613 81113wJo XYNl8M900 626 81123wxl 3~027M400 6% 81224woo
so01 13MS00 83% D3136M9W 843 XYX33M100 842 xK)116M4W 844 xy3115Afm 750 )WlXhf800 813 )03111M100 824 Xk3148MO’YJ 7%
X35SXMCQ 83573CNC0 83643&w 83723OJcc 83107wx) 83526&W 8327301oo 8;574oQx
Availahlc Onlv nn Twn Whooll)n .“.
TwOWHEELDRMGROUP Fnml Tts 9.5L x 15. 6 PR (F2) ..................................................... 10.03 x 16, 8 PR (J?) ................................................... 7.50 Y 16. 6 PK (F?) ..................................................... lILx15.6PR(II) ....................................................... 1 IL x 15. 8PR ($3) ...................................................... Ruu Tires 16.9-30, 6 PR (Rl) ....................................................... 18.4-30.6 PR (RI) ....................................................... 16.9-34. 6 PR (Rl) ....................................................... 13.6-38.6 PR (RI) ....................................................... 16.9 x 24. 6 PR (R3) ..................................................... 16.9.18. 8 PR (R4) ....................................................... 15.5.38;6 PR (RI) ....................................................... ISAR30. 8 PR (Rlw) .................................................
S 706.M)
d 1.108.00
s 201.00
: 588.00 769.00
% 479.00
$ 379.w NO CWGE NO CHARGE
$ 292.0 $ 56l.00 5 294.w 3 245.00 s 356.po
$ 1.474.w $ 1.778.00 $ 1.729.03 $ 1~12.03 s 1,494MJ $ 1.621.00 s 1.443.w $ 1.9??.cxl
S”Cd 10.01-01 9s /
U.S.
,
I\ww TLSO
Model TLSO Deluxe All Purpose Tractor (with cab)
DLESELEVCIhT. 66 m-0 hp @ ?Soo ‘pm 3 Cylinder Naturally Aspirated Entine 238 cu in (3,9 L) Displacenna Bosch Fuel lnj%tion Pump ElecticEnSi~~eShuroff ntrmosran swrring Aid Dual Ekmnt Air Filter Under Hood Mufflo Lcfl.hand’A.Pille~VmicalExh;\urr 33.5.gaUonFuclTwk
TRANSMISSION Left-hand Power ShunIe (4) Synchronized Gears (3) Nooqncbronized Rants Dual Command*Power Shot ZWD-lQmpb(Mkph) FWD -- 25 mph (40 lph) spted Vtia with Tire Selection
CLUTCH Multi-plate Organic Wer Clutch
STAhBARD EQUIPMENT HI’DRAULIC SYSTEM TwoClosed-Center.RearDellLveRemoieVa]vss.
Lever Conuolkd, Flow Conuol, with Quick ReleascCouplers
LIGHTING
Dual Gear Pumps Maximum Flow a Ra:ed Engine Sptxd:
Implemen[ Pomp: 14.S gpm (5X&f) Steering pump: 5.5 gpm (21 m)
OPER4TOR’S STATION FM Deck Pl;idoml Deluc Cab witi Hcara and .ti Conditioner Inwgnl ROPS
DIFFERENTUL LOCK Two Dear wirh Locks ElecUohydraulicEnSaSed(mr) _- Timed Glass nnd Reuactabbb Sun Screen
AU ?WD models Ptislly Opening Side Windows Electrot~ydr;ru~ic Enga:ed (from ard revi -- Hinged Rear Window (fully opens)
All FWD models RearCabAccerr PylelforConrroVMooitor Bou
PTO s‘lo ‘pm Shaft Fully Indejxndeot, Hydi-auljc Clutch Ele.%ohydrulicEnga:ement Fli&x~p PI’0 Shsft Guard
or Wiring Harness Envance From and Rear Wipers and Washers Tilt and Telescopiog Swring wheel lntctior Mirror Radio Ready Cab frpakm. wiring. qmenna) Deluxe Cloth Air Suswnsion scar v&b
z-POfNT iw SwnIM Two Lever Confmlr (one for position, one for
ddtft) Ful Raiv/Lawa Control 6550 Pounds Lift Capacity (Sal cawgory [I End3 Telescopic Subiliza Flcxiblc Lower LinkEnds
MISCELLlNEOUS Pivoting Engine Hood SWillghlgDF8Wwbar SMVEmblem Tcdb0Y
WARRANTY New Holland Srmdud Wamry Applies
SXIPPINC, POINT Pon of Ewzy
DH&D CHARGE GROUP 02
ELECTRIGU (1)12-VOlL 960 cca BaImy 85 nmp Alxmaw 7-pin Outier for Traileolmpltmenr Lighting 4-pin Power Outler (25 amp) Single Pin (8 amp) Accessory Power Outit
LuMd IO-ot.01 955 U.S.
765-900-02-l = Tractors,Mowers andCutters rage 1 of1
AmACHidEN Tractors, Mowers and Cutters
765-900-02-l
Effective: 5/01/02 through l/31/04
Certification Special Conditions
Price Sheet Orderins Instructions
Complete Contract
contractors
Agco Coruoration Alamo Sales Corporation Briges Construction Equipment. Inc. Hall Manufacturinrr. Inc. John Deere Compm Landk Tractor Companv, Inc. MTD Consumer Products Ocala Tractor and Equipment merior Tractor Compu mer CorDoration
www.alamo-industriaLcorn www.briggsequipment.com
www.deere.com www.lauditiractor.com www.mtdproducts.com
www.tiger-mowersxom
S/30/2002
765-900-352 Page1 of6
,
765-900-352 WHEEL TRACTOR, ALL-PURPOSE/TJTILITY, CAB EQUIPMENT, REAR WHEEL DRIVE, 40 TO 69 PTO HP @ 540RPM
NOTE: This specification is not complete unless it is used in conjunction with Exhibit A’s Specifications GSTM-1, General Specification For Tractors, Mowers And Cutters.
INTENDED USE
USED FOR A VARIETY OF APPLICATIONS SUCH AS MOWING, PLOWING, TILLING, ETC. THESE ARE REAR WHEEL DRIVE, ALL-PURPOSE/UTILITY TRACTORS. THE CAB PROVIDES A TOTALLY CONTROLLED OPERATOR’S ENVIRONMENT FOR COMFORT AND PROTECTION.
ENGINE: Diesel engine, liquid or air-cooled. Dry type air cleaner, cold start aid, 12-volt electrical system, and standard exhaust system.
PERFORMANCE: PTO HP shall be at exactly 540 RPM for the Equipment bid. Submit latest Nebraska Test reports with Bid, if available. If Nebraska Test reports have not yet been published or if the Equipment bid has not been Nebraska Tested, enclose with Bid the Manufacturer’s test data certifying compliance.
FAILURE TO SUBMIT THIS DATA MAY RESULT IN THE BID BEING DISQUALIFlED
DRIVETRAIN: Rear wheel drive. Manufacturer’s standard type transmission. Differential lock and steering brakes.
REAR POWER TARE-OFF: 540 RPM, continuous “live”, or independent rear PTO. PTO output shaft shall be covered with a safety shield.
AXLES: Manufacturer’s standard front steering axle and rear axle.
CAB: Fully enclosed sound insulated cab with air conditioning and heater. Must meet the latest issues of either OSHA Standards or SAE requirements for ROPS (roll over protection structure).
ACCESSORIES: Standard instrumentation and lighting system. Electric backup alarm, electric horn, seat belt and SMV (slow moving Equipment) emblem. Hydraulic controlled three-point hitch with linkage stabilizers. Standard drawbar.
TIRES: Manufacturer’s standard F2 tread front tires and Rl tread rear tires.
PAINT: Manufacturer’s standard paint and color.
CONDITIONS: Equipment offered must be completely assembled, including options/accessories and shall have been thoroughly tested and ready for operation. Equipment must be equipped with all Manufacturers’ standard Equipment and accessories. It is preferred to have a PIN (Production Identification Number) system per the latest issue of SAE standards. At a minimum the Manufacturer’s standard warranty for state and municipalities shall be provided. A copy of the warranty shall be provided with the Bid.
513012002
765-900-352 Page 2 of 6
,
765-900-352 PRICE SHEET
CONTRACTOR MAKE
AGCO CORPORATION MASSEY FERGUSON
List all specified Equipment of all-purpose/utility, cab Equipment, rear wheel drive tractors, between 40 and 69 PTO HP that can be offered for the same percentage discount bid.
SPECIFIED EQUIPMENT: 4325-2 @ 55 PTO HP, 4335-2 @ 65 PTO HP
PERCENTAGE DISCOUNT FOR *DISCOUNT F.O.B. CONTRACTOR EQUIPMENT OFFERED
w 36 % (5)
** Date of Manufacturer’s current published retail price list: 02/01/02
Approximate delivery time required after receipt of Purchase Order: 150 DAYS OR LESS
1. Percentage discount off the Manufacturer’s current published retail price list for options/accessories for the Equipment offered.
25 % Discount ** Date of Manufacturer’s current published retail price list: 02101102
2. Percentage discount off the Manufacturer’s current published retail price list for implements/equipment compatible for the Equipment offered.
25 % Discount ** Date of Manufacturer’s current published retail price list: 1 l/01/01
*Discount for pickup by the ordering agency at Contractor’s place of business.
**NOTE: ALL DATES MUST BE FOR THE CURPENT PUBLISHED RETAIL PRICE LIST
OPTION CODING: 765-900-353 - Option Number
NOTE: The options below apply to the Equipment offered.
0005. Warning light, strobe (may be provided and installed by the dealer if not available from the Manufacturer). Four way flashing lights are not acceptable.
PRICE: $250.00
0010. Special state color, DOT Yellow (DuPont # L9069A) (may be dealer painted if factory painting is not available). NOTE: the entire unit, including options/accessories, shall be painted the same color.
5/30/2002
765-900-352
,
Page 3 of6
PRICE: $1.800.00
765-900-352 PRICE SHEET
CONTRACTOR MAKE
BRIGGS EQUIPMENT CASE INTERNATIONAL
List all specified Equipment of all-purpose/utility, cab Equipment, rear wheel drive tractors, between 40 and 69 PTO HP that can be offered for the same percentage discount bid.
SPECIFIED EQUIPMENT: CX70 k?J 60 PTO HP, CXSD
PERCENTAGE DISCOUNT FOR *DISCOUNT F.O.B. CONTRACTOR EQUIPMENT OFFERED
$75 00 A 30 % (5)
** Date of Manufacturer’s current published retail price list: 04/09/01
Approximate delivery time required after receipt of Purchase Order: 180 DAYS
1. Percentage discount off the Manufacturer’s current published retail price list for options/accessories for the Equipment offered.
30 % Discount ** Date of Manufacturer’s current published retail price list: 04/09/01
2. Percentage discount off the Manufacturer’s current published retail price list for implements/equipment compatible for the Equipment offered.
20 % Discount ** Date of Manufacturer’s current published retail price list: 06/10/01
*Discount for pickup by the ordering agency at Contractor’s place of business.
**NOTE: ALL DATES m BE FOR THE CURRENT PUBLISHED RETAIL PRICE LIST
OPTION CODING: 765-900-353 - Option Number
NOTE: The options below apply to the Equipment offered.
0005. Warning light, strobe (may be provided and installed by the dealer if not available from the Manufacturer). Four way flashing lights are not acceptable.
PRICE: $300.00
765-900-352 Page4of6
,
0010. Special state color, DOT Yellow (DuPont # L9069A) (may be dealer painted if factory painting is not available). NOTE: the entire unit, including options/accessories, shall be painted the same color.
PRICE: $875.00
765-900-352 PRICE SHEET
CONTRACTOR .MAKE
JOHN DEERE COMPANY JOHN DEERE
List all specified Equipment of all-purpose/utility, cab Equipment, rear wheel drive tractors, between 40 and 69 PTO HP that can be offered for the same percentage discount bid.
SPECIFIED EQUIPMENT: 5220 (ii! 45 PTO HP. 5320 @ 55 PTO Ill’, 5420 @, 65 PTO HP. 5320N @ 55 PTO HP. 5420N @ 65 PTO HP. 6120 @ 65 PTO HP
PERCENTAGE DISCOUNT FOR *DISCOUNT F.O.B. CONTRACTOR EQUIPMENT OFFERED
$o.oo 28 % (5)
** Date of Manufacturer’s current published retail price list: lO/Ol/Ol
Approximate delivery time required after receipt of Purchase Order: 60 TO 150 DAYS
1. Percentage discount off the Manufacturer’s current published retail price list for options/accessories for the Equipment offered.
28 % Discount ** Date of Manufacturer’s current published retail price list: lO/Ol/Ol
2. Percentage discount off the Manufacturer’s current published retail price list for implements/equipment compatible for the Equipment offered.
28 % Discount ** Date of Manufacturer’s current published retail price list: lO/Ol/Ol
*Discount for pickup by the ordering agency at Contractor’s place ofbusiness.
**NOTE: ALL DATES MUST BE FOR THE CURRENT PUBLISHED RETAIL PRICE LIST
OPTION CODING: 765-900-353 - Option Number
NOTE: The options below apply to the Equipment offered.
0005. Warning light, strobe (may be provided and installed by the dealer if not available from the Manufacturer). Four way flashing lights are not acceptable.
513Ol2002
765-900-352 Page 5 of 6
1
PRICE: $200.00
0010. Special state color, DOT Yellow (DuPont # L9069A) (may be dealer painted if factory painting is not available). NOTE: the entire unit, including options/accessories, shall be painted the same color.
PRICE: $2,000.00
765-900-352 PRICE SHEET
CONTRACTOR MARE
LANDIG TRACTOR CO., INC. NEW HOLLAND
List all specified Equipment of all-purpose/utility, cab Equipment, rear wheel drive tractors, between 40 and 69 PTO HP that can be offered for the same percentage discount bid.
SPECIFIED EQUIPMENT: TN55D @ 42 PTO HP, TN65D @ 47 PTO HP. TN7OD @ 57 PTO HP, TN75D @ 62 PTO HP. TL80D @ 66 PTO HP
PERCENTAGE DISCOUNT FOR *DISCOUNT F.O.B. CONTRACTOR EQUIPMENT OFFERED
$250.00 @
** Date of Manufacturer’s current published retail price list: lO/Ol/Ol
Approximate delivery time required after receipt of Purchase Order: 60 TO 150 DAYS AR0
1. Percentage discount off the Manufacturer’s current published retail price list for options/accessories for the Equipment offered.
30 % Discount ** Date of Manufacturer’s current published retail price list: lO/Ol/Ol
2. Percentage discount off the Manufacturer’s current published retail price list for implements/equipment compatible for the Equipment offered.
lo % Discount ** Date ofManufacturer’s current published retail price list: 01/01/02
*Discount for pickup by the ordering agency at Contractor’s place of business.
**NOTE: ALL DATES MtJST BE FOR THE CURRENT PUBLISHED RETAIL PRICE LIST
OPTION CODING: 765-900-353 -Option Number
NOTE: The options below apply to the Equipment offered.
765-900-352 Page 6 of 6
,
,/Warning light, strobe (may be provided and installed by the dealer if not available from way flashing lights are not acceptable.
0010. Special state color, DOT Yellow (DuPont # L9069A) (may be dealer painted if factory painting is not available). NOTE: the entire unit, including options/accessories, shall be painted the same color.
PRICE: $750.00
5/30/2002
Landig Tractor 6428 Causeway Bivd.
Tampa, FL 33519 813-6253473
FAX: 813-628-4262
FLORIDA STATE CONTRACT QUOTATION
PREPARED FOR: LEE COUNTY FLEET MANAGEMENT ATi-N: MR. DON LAWS @41)461-564I7 FAX- (941)338-3234
PREPARED By: DREW ROEMER [email protected]
W-F # OW!il
COMMODITY QTY. CODE DESCRIPTION
RETAIL CONTRACT DISCOUNT PRICE PERCENT PRICE EF%CH DISCOUNT EACH PRICE
1 765-900-376 l%Cf34462PKG(TN65) $37,053.00 1 05 TIRES R3 TURF TIRE OPTION $2.167..00
FOUR WHEEL DRIVE INC. 16.9 X 24 REAR TIRES INC.
16.6 X 16.1 FRONT TIRES INC. CA8 WITH AIR COND. INC.
FLEX LINK ENDS INC. DUAL HYD VALVE INC.
16 X 16 ELEC. TRANS. INC. 1 765-900-377-0005 WARNING LIGHT $250.00 1 NON-CONTRACT AM-FM CASSETTE $277.00
PRICE INCLUDES ALL STANDARD EQUIPMENT AND BACKUP ALARM AND HORN PER CONTRACT
PLEASE DO NOT HESITATE TO CALL WITH ANY QUESTIONS.
$23.713.92 $23,713.92 $1.366.88 $1,366.88
g N/C
N/C k N/C N/C NIC N/C N/C N/C N/C N/C $250.00 $250.00 $277.00 $277.00 TOTAL- 325.627.80
I
TN65D
Model TN65D All Purpose Tractor (with cab)
iltlz%RmcE’ TRACTOR 6i ?mawR PACK4GECODE
I 1 D65CB4 1 D65CB4 t D6JCBA
,
KWHOUANI TN65D
Model TN65D All Purpose Tractor (with cab)
REFERENCE ! TR4CTOR k NUMBER I PACKAGECOOE
D63CH2 j 160
D6XBZ D6X.X 260 160
Trun.mmirrion 16 x 16 Sychro Comnnnd”’ Plus wi,h I .synchronized nlcch?n;cat ihunk 999woou I s x 16 x 16 Synchro Cotnnundn’Plur wi!h I-
729396000 x Hcmote VatYe SinglsRevRenlalsV1t~e.le\~rrconuotl~d 9993SbNN s Two Rear Remote Vtives. joystick cowottrd l i~commmdzd for Ironbend loader opm~ion 17?S336OQQ X s Weight 4395 4420 4-W Sugcsted List Price 1.~ Tim 530.043.03 530.539.00 I 5312 19.03 FPClOry cc& 0?31.3M300 O?.WhlS00 ~0348OM900
Rrvired 10-01-01 469 U.S. Reptlcer IO-09-00
Model TN6SD Ail Purpose Tractor (with cab)
VA~WFACTURER’S RATING
WSCELLANEOUS PivorispEnpine Ho-ad Fla~Svin;ingDrawba ShlVEnlblem Toolbox
SHlPPlNC POINT
I , ,’
TN65D
Model TN65D All Purpose Tractor (with cab) FRONT AND REAR TIRE COMPLETING PACKAGES
m OSE WI? Nl In& hw Ann -ro ~Q~I&$LE
06
Sl?J704Ki R3?030400
SI?l304W 83083WX3
9.5L x lS.6 PRcF?I .................. . .................................. 1J.Y s 2.. 6 PR IX I , .....................................................
...... ................... .. ....................... .. .....................
9.5L x IS. 6 PR IF?) ................................. . .................. IN 16.9x?4.bPR1RI ,, .................................................... 530 ................................ . ................... . ................................. 6X0
9.%x IS. bPRlF1) ..................................................... I~.Q~?S.~PKIRII ..................................................... .. ,., ... .. ....................... , ............... .. ...... ,, ............
IS0 610 760
9.SL x IS, 6 PR (F?) .......... . .................. . ....................... IS0 16.9~ .W.bPK(RI) ... ........................ t ........................ 680 .................................... ‘. ..... . .......................................... 830
I35 490 625
27 x 9.50.IS. 6 PR tHFt ............................................... w ?l.SLr 16.1.bPR(R3is .............................................. 180 ...................................................................................... 570
?S/lOLL x IS. 6 PR (Snmxhirl Galwy ........................ 110 ?:.iLL x 16.1.6 PR (TilriSpcial) Gh..xy * ..... . .......... 394 .......... ., ......................................................................... SC0
* 111.x lS,8PRrf~1 .... . ................................................. I40 16.9 x 24. 8 YR tR1) ..................................................... 93 ........................... .I.. ...... . ................................................ 73
s 29?.00 l.lA?.OO
s 1.474.00
S ?QxQ I.422 00
s 1.714.00
% 292.00 lA+S.OO
i 1.74o.a)
$ ?92.00 1.471.00
S 1.766.h’l
$ 245.00 I .J94.00
5 1.739.00
S 229.00 1..ls8.00
s 1.717.00
5 RJO.00 ?.iOS.I~O
s ?.iJS.ao
s BS6.00 I.54Wfl
i l .9u4.aa
Rs~ixed 10.0141 470 U.S. Rrplxer 10-09.00
Model TN65D All Purpose Tractor (with cab) FRONT AND REAR TIRE COMPLETING PACKAGES
y&--m AV;n ADD ..‘CQ P4CK.AC.E -SE
01
02
03
04
OS
OS
06
X?.30iMcxl 835 m-m
8?30304W 83203MOO
S?3?3cLw s35530100
8?8W.tC0 832070400
818770100 X3lOfOlOO
x2.l99ck!w 82@lwxl
86xX6PRfRl1 ....................................................... 30 14.9 x 28. 6 PR (RI 1 ..................................................... 510 ...................................................................................... 760
8.3 I 24. 6 PR (R I, ....................................................... ?W 16.9 x 2J.6 PR (RI) ..................................................... 530 ...................................................................................... ?60
9.5~24.6PRtRl~ ....................................................... 270 16.9xXbPR(Rt). .................................................... 610 ...................................................................................... 880
lI.?x?J.6PRtRI~ ..................................................... 340 16.9x30.6PR(RI) ..................................................... 680 ...................................................................................... IO?0
13.6~ 16.1. EPR(R.31.. ................................................ 16.9 x 2-l. 6 PR IR3) ..................................................... ......................................................................................
12LL x 16. 6 PR (Tur? Sjxcial~ Galaxy ........................ ??.SLL x 16.1, 6 PR (Turf Special) Galaxy .................. ......................................................................................
13.5 I 20. IO PR (R4i ................................................... lb.9 x 24. S PR 1R41 ..................................................... .....................................................................................
350 4YJ 750
I70 390 sbo
30 5s5 635
5 710.00 1.l82.ao
i 1.89?.00
5 11o.w 1 .J?x!cJ
s 2.13X4
s 7?..5.00
5 757.00 I ,474.oO
$ X31.00
S 673.00 1.494W
S 2.167.00
S 838.00 ?.JUS.GO
s 3.24b.W
Reviled 10-01-01 Kcplaccr I0.09.00
172 U.S.
,
TN65D
Model TN65D A11 Purpose Tractor (vith cab) FACTORY INSTALLED OPTIONS
wxlo:sM?00 091
OKWhhlSW I?7 72amcix
OOOC? I ~lcm I?6 7?OS?3o[YJ
WXYYJSM700 371 710??5CO3 0&003lht500 368 7102 I so&l 0000J?MSW 3x7 7?0??6ooo GXW3?h1600 3Y3 72o-t7m 00003?Ma00 30-l 729365ooo
owl53h1400 238 OOOO?SM4OC 415
OcmOOOMM!4 OS0 000000.\1000 065
?Z!O3640K1
7?0983000 7209ShOw
HX’DR4L’LICSCROUP
16.9 Spm Hydrwlic Pump with oil cooler for nechmicirl shmlc wmsn~ibtion~. NOTE Only order txich DbJCB?l60. DSSC811@, D65CB!?tO and DhSCl3J260. . . . . . . . . . . . . . . .
16.9 ;~m Hydraulic Pump for power shuttle nwsm:rsionr. NOTE: Only order u,itb C65CB?J60 and 04SCB3162.
W&tGH”fGROL-P Front \\‘eight Cticr . . . . . . . . ..__...___..................._......._.__... Frao~ weight Cwrkr + four 88 !b. wciehts .,.,..._.......... From Weigh; Cani<, + six 88 lb. wciphts . .._.... Kear Wheel Wei:hrs (4, fk only 28 3114 30 inch wheels Xeu Vv’heel Wcifhv (6) Ii= only 24 inch xheelr
Air Suspension SC31 ,,.,...._._._._.....,.,,,..,,,..,.,.................. Frm Fendm #U’D models only; will nor ii1 with 13.6sl6. I. U3nr IXLx 16furfSpeciPl front iirerj French L.?n.gu:c O,wmor~s Mnnuul ,..,,,..................,... . >pmmrb Lqua~: Ofwmr’s Mtmnl ..__...................
IO
IO
IO
63
5 496.00
s 34400
5 173.oc
5 I 13.00 s 409.00 s 556.00 s 4?6.00 5 4’6.00
5 49x00
5 369.00 X0 CHARGE NO CHARGE
Rcrkd IO-01 -01 Repkcr lb-09.00
473 U.S.
Model TN65D All Purpose Tractor (with cab) F.KTORYINST.uLEDOPTIONS(CON'T)
.Awilahleunlvon TwoWheel Drive Units
TKO\VHEELDRIt-EGROUP Frw Tim 6.50x 16.6PR1F?1 ..................................................... 7.10x16.6YR1F?, ..................................................... 9.Xx IS.~PRIF~I ..... .... ,.~........................................ IILl lJ.6YKfll) ... . ..... . ... . . . . . . ............................... ?7x9.$0-15.6PR (HFI .... .... . ... . . . .. . ............................ IlLx 15.8PRtF:) ............ . ......................................... 25/lOLL )L 15. 6 PR ~Smcnthie~G~!a.xy ........................ Rew Tires 13.6x?S.6PRtRl) .., .................................................. 14.9 Y 28, 6 PR (RI) ..................................................... 16.9sX.6PRtRI~ .......................................... i .......... 16.9 x 28. 6 PR (RI ) ..................................................... 16.9x .iO. 6PRtRl) ................................................ I,,,, 16.9x24.6PRtR3) ...I ................................................. 16.9 x 3. 8PR (WI. ................................................ ..z. :I.SLr lb.!. 6PR CR:->* .t.,,, . .I....., ... I .......................... ??.SLL P 16.1. 6 PR ~T’uriSpccit~Il,Gali,xy* ................
I IO 12s IS0 I35 90 140 I10
490 SIO 530 610 680 490 585 480 390
264.00 ?94.00 ?9?.00 xi.00 ??9.00 356.W .MO.iKl
765-900-02-l = Tractors, Mowers and Cutters
Tractors, Mowers and Cutters 765-900-02-l
Effective: 5/01/02 through l/31/04
Certification Special Conditions
Price Sheet Orderinq Instructions
Complete Contract
contractors
Axco Corporation Alamo Sales Corporation Briges Construction Equbment, Inc. Ball Manufacturing. Inc. John Deere Compx Landie Tractor Comoanv, Inc. MTD Consumer Products Ocala Tractor and Eauipment Superior Tractor Comuany T&er Corporation
www.alamo-industriaLcorn www.brisgseauioment.com
www.deere.com [email protected] www.mtdproducts.com
www.tiger-mowerscorn
5/30/2002
765-900-376
,
Page 1 of 6
765-900-376 WHEEL TRACTOR, ALL-PURPOSE/UTILITY, CAB EQUIPMENT, FOUR WHEEL DRIVE, 40 TO 69 PTO HP @ 540 RPM
NOTE: This specification is not complete unless it is used in conjunction with Exhibit A’S Specifications GSTM-1, General Specification For Tractors, Mowers And Cutters.
INTENDED USE
USED FOR A VARIETY OF APPLICATIONS SUCH AS MOWING, PLOWING, TILLING, ETC. THESE ARE FOUR WHEEL DRIVE, ALL/PURPOSE UTILITY TRACTORS. FOUR _ WHEEL DRIVE WILL IMPROVE PERFORMANCE AND CONTROL UNDER ADVERSE CONDITIONS. THE CAB PROVIDES A TOTALLY CONTROLLED OPERATOR’S ENVIRONMENT FOR COMFORT AND PROTECTION.
ENGINE: Diesel engine, liquid or air-cooled. Dry type air cleaner, cold start aid, 12-volt electrical system, and standard exhaust system.
PERFORMANCE: PTO HP shall be at exactly 540 RPM for the Equipment bid. Submit latest Nebraska Test reports with Bid, if available. If Nebraska Test reports have not yet been published or if the Equipment bid has not been Nebraska Tested, enclose with Bid the Manufacturer’s test data certifying compliance.
FAlLURE TO SUBMIT THIS DATA MAY RESULT IN THE BID BEING DISQUALIFIED
DRIVETRAIN: Four wheel drive. Manufacturer’s standard type transmission. Differential lock and steering brakes.
REAR POWER TARE-OFF: 540 RPM, continuous “live”, or independent rear PTO. PTO output shaft shall be covered with a safety shield.
AXLES: Manufacturer’s standard front steering axle and rear axle.
CAB: Fully enclosed sound insulated cab with air conditioning and heater. Must meet the latest issues of either OSHA Standards or SAE requirements for ROPS (roll over protection structure).
ACCESSORIES: Standard instrumentation and lighting system. Electric backup alarm, electric horn, seat belt and SMV (slow moving Equipment) emblem. Hydraulic,controlled three-point hitch with linkage stabilizers. Standard drawbar.
TIRES: Manufacturer’s standard Rl tread front tires and Rl tread rear tires.
PAlNT: Manufacturer’s standard paint and color.
CONDITIONS: Equipment offered must be completely assembled, including options/accessories and shall have been thoroughly tested and ready for operation. Equipment must be equipped with all Manufacturers’ standard Equipment and accessories. It is preferred to have a PIN (Production Identification Number) system per the latest issue of SAE standards. At a minimum the Manufacturer’s standard warranty for state and municipalities shall be provided. A copy of the warranty shall be provided with the Bid.
http://fcn.state.fl.us/st_conhacts/765900021/price7.htm
765-900-376 Page 2 of G
,
765-900- 316
PRICE SHEET
CONTRACTOR
AGCO CORPORATION MASSEY FERGUSON
List all specified Equipment of all-purpose/utility, cab Equipment, four wheel drive tractors, between 40 and 69 PTO HP that can be offered for the same percentage discount bid.
SPECIFIED EQUIPMENT: 4325-4 (li! 55 PTO HP. 4335-4 @ 65 PTO HP
PERCENTAGE DISCOUNT FOR *DISCOUNT F.O.B. CONTRACTOR EQUIPMENT OFFERED
$75.00 36 % (6)
** Date of Manufacturer’s current published retail price list: 02/01/02
Approximate delivery time required after receipt of Purchase Order: 150 DAYS OR LEB
1. Percentage discount off the Manufacturer’s current published retail price list for options/accessories for the Equipment offered.
25 % Discount ** Date of Manufacturer’s current published retail price list: 02/01/02
2. Percentage discount off the Manufacturer’s current published retail price list for implements/equipment compatible for the Equipment offered.
25 % Discount ** Date of Manufacturer’s current published retail price list: 1 l/01/01
*Discount for pickup by the ordering agency at Contractor’s place of business.
**NOTE: ALL DATES m BE FOR THE CURRENT PUBLISHED RETAIL PRICE LIST
OPTION CODING: 765-900-377 - Option Number
NOTE: The options below apply to the Equipment offered.
0005. Warning light, strobe (may be provided and installed by the dealer if not available from the Manufacturer). Four way flashing lights are not acceptable.
PRICE: $250.00
5/30/2002
765-900-376 Page 3 of 6
,
0010. Special state color, DOT Yellow (DuPont # L9069A) (may be dealer painted if factory painting is not available). NOTE: the entire unit, including options/accessories, shall be painted the same color.
PRICE: $2.000.00
765-900- 376
PRICE SHEET
CONTRACTOR MAKE
BRIGGS EOUIPMENT CASE INTERNATIONAL
List all specified Equipment of all-purpose/utility, cab Equipment, four wheel drive tractors, between 40 and 69 PTO HP that can be offered for the same percentage discount bid.
SPECIFIED EQUIPMENT: CX70 @ 60 PTO HP, CXM 67 PTO HP
PERCENTAGE DISCOUNT FOR *DISCOUNT F.O.B. CONTRACTOR EQUtF’MENT OFFERED
$75.00 30 % (6)
** Date of Manufacturer’s current published retail price ‘list: 04/09/01
Approximate delivmy time required after receipt of Purchase Order: 150 DAYS OR LESS
1. Percentage discount off the Manufacturer’s current published retail price list for options/accessories for the Equipment offered.
211% Discount ** Date of Manufacturer’s current published retail’price list: 04/09/01
2. Percentage discount off the Manufacturer’s current published retail price list for implements/equipment compatible for the Equipment offered.
20 % Discount ** Date of Manufacturer’s current published retail price list: 06/10/01
*Discount for pickup by the ordering agency at Contractor’s place of business.
**NOTE: ALL DATES m BE FOR THE CURRENT PUBLISHED RETAIL PRICE LIST
OPTION CODING: 765-900-377 - Option Number
NOTE: The options below apply to the Equipment offered.
0005. Warning light, strobe (may be provided and installed by the dealer if not available from the Manufacturer). Four way flashing lights are not acceptable.
765-900-376
,
Page 4 of 6
PRICE: $300.00
0010. Special state color, DOT Yellow (DuPont # L9069A) (may be dealer painted if factory painting is not available). NOTE: the entire unit, including options/accessories, shall be painted the same color.
PRICE: $875.00
765-900- 376
PRICE SHEET
CONTRACTOR M4KE
JOHN DEERE COMPANY JOHN DEE=
List all specified Equipment of all-purpose/utility, cab Equipment, four wheel drive tractors, between 40 and 69 PTO HP that can be offered for the same percentage discount bid.
SPECIFIED EQUIPMENT: 5220 @, 45 PTO HP. 5320 @ 55 PTO HP, 5420 @ 65 PTO HP. 5320N @ 55 PTO HP, 5420N @ 65 PTO HP. 6120 @ 65 PTQHP
PERCENTAGE DISCOUNT FOR *DISCOUNT F.O.B. CONTRACTOR EQUIPMENT OFFERED
$o.oo 28 % (6)
** Date of Manufacturer’s current published retail price list: lO/Ol/Ol
Approximate delivery time required after receipt of Purchase Order: 60 TO 150 DAYS
1. Percentage discount off the Manufacturer’s current published retail price list for options/accessories for the Equipment offered.
28 % Discount ** Date of Manufacturer’s current published retail price list: lO/Ol/Ol
2. Percentage discount off the Manufacturer’s current published retail price list for implements/equipment compatible for the Equipment offered.
28 % Discount ** Date of Manufacturer’s current published retail price list: lO/Ol/Ol
*Discount for pickup by the ordering agency at Contractor’s place of business,
**NOTE: ALL DATES u BE FOR THE CURRENT PUBLISHED RETAIL. PRICE LIST
OPTION CODING: 765-900-377 - Option Number
513012002
765-900-376
,
Page5 of6
NOTE: The options below apply to the Equipment offered.
0005. Warning light, strobe (may be provided and installed by the dealer if not available from the Manufacturer). Four way flashing lights are not acceptable.
PRICE: $200.00
0010. Special state color, DOT Yellow (DuPont # L9069A) (may be dealer painted if factory painting is not available). NOTE: the entire unit, including options/accessories, shall be painted the same color.
PRICE: $J 000.00 t-
765-900- 376
PRICE SHEET
CONTRACTOR MAKE
LANDIG TRACTOR CO., INC. NEW HO.LLAND
List all specified Equipment of all-purpose/utility, cab Equipment, four wheel drive tractors, between 40 and 69 PTO HP that can be offered for the same percentage discount bid.
SPECIFIED EQUIPMENT: TN55D 0 42 PTO HP. TN55S @42 PTO HP, TN65D @ 47 PTO HP, TN65S @ 47 PTO HP. TN70D cii 57 PTO HP. TN7OS @ 57 PTO HP. TN75D ($62 PTO HP, TN75S @ 62 PTO HP, TL8OD ‘& 66 PTO HP
PERCENTAGE DISCOUNT FOR *DISCOUNT F.O.B. CONTRACTOR EQUIPMENT OFFERED
$250.00 &a
** Date ofManufacturer’s current published retail price list: lO/Ol/Ol
Approximate delivery time required after receipt of Purchase Order: 60 TO 150 DAYS &I@
1. Percentage discount off the Manufacturer’s current published retail price list for options/accessories for the Equipment offered.
30 % Discount ** Date of Manufacturer’s current published retail’price list: lO/Ol/Ol
2. Percentage discount off the Manufacturer’s current published retail price list for implements/equipment compatible for the Equipment offered.
U % Discount ** Date of Manufacturer’s current published retail price list: 01/01/02
*Discount for pickup by the ordering agency at Contractor’s place of business.
513012002
Page 6 of 6
**NOTE: ALL DATES m BE FOR THE CURRENT PUBLISHED RETAIL PRICE LIST
OPTION CODING: 765-900-377 - Option Number
1 NOTE: The options below apply to the Equipment offered.
0005.
0010.
Warning light, strobe (may be provided and installed by the dealer if not available from the Manufacturer). Four way flashing lights are not acceptable.
&SG
Special state color, DOT Yellow (DuPont # L9069A) (may be dealer painted if factory painting is not available). NOTE: the entire unit, including options/accessories, shall be painted the same color.
PRICE: $750.00
513012002
,
I
,
,
MEMORANDUM FROM
THE DIVISION OF PURCHASING
,? DATE: JUNE 3. 2002 “,:I,
TO: MARKYNRAWLINGS _ FLEET MANAGER
FROM &!I SHEEHAN, CPPB PURCHASING DIRECTOR
RE: BLUE SHEET # 2002063 1
PROJECT: Seven (7) New Holland Mowing Tractors
TYPE: State Contract Purchase
AWARDED TO: Landig Tractor Co., Inc.
Attn. Ms. Rawlinas - When you have finished your review ofthis package, please forward it to John Yarbrough, Parks.
Attn. Mr. Yarbrougb - When you have finished your review of this package, please forward it to Scott Gilbertson, DOT.
Attn. Mr. Gilbertson -When you have finished your review of this package, please forward it to I&tie Rroslack in the Cot&y Attorney’s Office.
If there are any questions or concerns with this package, please contact Bob Francescbiui at 689-7385.