Loading...
HomeMy WebLinkAbout22-90 RESOLUTIONRESOLUTION NO. 22-90 A RESOLUTION AUTHORIZING THE AWARD OF BID a89- .8 TO STEVE SA'ITH COUNTRY OF SPRINGDALE FOR ONE (1) FOUR WHEEL DRIVE UTILITY VEHICLE. BE TT RESOLVED BY THE BOARD OF DIRECTORS OF TIIE CITY OF i'AYETTEVTLLE, ARKANSAS: Section 1. That the Mayor and City Clerk are hereby authorized and directed to execute a contract with Steve Smith Country of Springdale for one (1) four wheel drive utility vehicle in the amount of $1b,936.CC. A copy of the contract authorized for execution hereby is attached hereto marked Exhibit "A" and made a part hereof. PASSED AND APPROVED this 20th day of February ATTEST: BV: APPROVED: 199C. Mar • • 1` AGENDA REQUEST PROM: Peggy A. Bates Name Purchasing Division Administrative Services Department BOARD ACTION REQUESTED: To Authorize purchase of one (1) Four Wheel Drive Utility Vehicle COST SO CITY: - S1 916 nn Cost of this request 519,nn((1 On Line item budgeted amount % of Program completed Funds used to date $1,032.50 Remaining balance Capitol Expenditures Program Vehiclea0A_fgu iDment Account name $70-192-9-en2 on Account Number BUDGETARTIER- x Budgeted Item Budget Adjustment Attached KV.e�na Assistant��City eager CONTRACT/LEASH REVIEW GRANT APPLICATION REVIEW: Accounting Supervisor Date City Attorney Date Purchasing Officer Date Internal Auditor Date Internal Auditor Date snotRECOMMENDATION: Award of Bid t89-58 to Steve SmithCountry of Springdale, AR (One (1) Four Wheel Drive Utility Vehicle) 1 4J (' fLR.A Divisi 0Q. Q Dep`hitmen Director / O Csty Menarer 7 1/25/90 Date t -z5 -4i Date Date d . 6 t ••••• 1w 3 e >88 e a6'8 N b CCI -- rhevrolet Blazl o N 03 4) it c N a) a.l r -I FS Axle Ratio and ;MC S15 4X4 Jit e a Go .>; co c id 3 >a r r r x a a x C )- .c V a) •.1 w -1 0 a) a rne-1 0) rn ,-1 C O •1-1 el 0) c el 0' c W Is a) N CQ mni le Ratio ation: None , Wheel Base, N 0 ation: 1991 Axle Ra i a a a r c 0 -1-4 Y VEHICLE ITEM t. al N 01) 0 e l va) t X 'se a) 3 0) 0 E 8-1 x 40 rc e (Model Desig :dude: Engin C N 1- 2 c. � - N Cl el t dude• En ine 4 al O are Noted. JCLOSED UTILII FOR ITEM #1 el a) b X $30.00 Bid Specs In $45.00 H a) 0) V -el CQ c N U a $52.00 1 C H N 0 a) a m V 0 Ito Bid Specs 'WHEEL DRIVE EC RVICE MANUAL o o M w el CQ l-- Lt) (p O 'O 1!) ---I Deviations t o O co al O) C ei Deviations td $16,800.00 Deviations tc O O INo Deviation ITEM (1): 4 - ITEM (2): SE co Ol t0 ko e-1 r U EXT. cosT UNTIOWNT COST UNT/OWNT CAST �$ 1- � / EXT. COST UNIT/OWNT COST EXT. COST UNT/OWNT COST /. WL UNITjUANT ry cosT WL I UNT/OUANT cosi U TIOUANT cosT BIDDER: Nelms Chevrolet Fayetteville, A ADDRESS: m BIODER: Lewis Ford AD Fayetteville, A m CC 4 U 0 (1 ) I r1 4f) el Vl r4 •> Oa) 4-) (.04) v a) c >4 hid m< 3 a BIDDER: Steve Smith Coun AQoRESS:Springdale, AR m a 3 v) 1 m m • FAYETTEVILLE MF CITY OF FAYETTEVILLE, ARKANSAS DEPARTMENTAL CORRESPONDENCE TO: Fayetteville City Board of Directors THRU: Scott C. Linebaugh, Assistant City Manager�7Z fi FROM: Kevin D. Crosson, Assist. Admin. Services Director4(1 Date: January 26, 1990 SUBJECT: Bid 89-58 The staff recommends award of Bid #89-58 for one (1) Four Wheel Drive Enclosed Utility Vehicle to Steve Smith Country, P.O. Box B, Springdale, AR 72765, Vendor #54290. They were the lowest bidder meeting the necessary specifications required with no exceptions to the bid specifications. Safety and efficiency considerations were a deciding factor for the functional items included in the specifications and recommended award. Due to the interior size restrictions imposed by the alternate units bid, and the other deviations including downsized alternator and reduced engine capability, it was decided that the best interests of the City would be shown by maintaining the standard that was set forth in the specifications as originally presented. After consideration of option combinations offered by the manufacturer, it was decided and agreed upon to include an additional item prior to acceptance of the unit as presented by the bidder. The option to be included is a locking type rear axle which was felt to be an item to improve operator safety and vehicle efficiency. As an additional deciding factor, it should tend to improve resale value of a vehicle of this type in combination to the balance of the specifications. The inclusion of these specific options when weighing the initial cost against projected benefits, prove to be the best economical choice. The total amount of the bid is $16,698.00 for the vehicle as specified, plus the inclusion of the non -bid item (lock type rear differential) which will add an additional $238.00 giving a net cost of $16,936.00. In addition to Item 1, it will also be necessary to procure a Parts and Service Manual for the unit, Item 2, @ $30.00 plus tax of $1.50, which gives a total cost of $16,967.50. • Budgeted amount of $18,000.00 is from Capitol Expenditures Program, Vehicles and Equipment. 970-192-5-802.00. A surplus amount of $1,032.50 will be available for future use. Intended usage of this vehicle is to replace Unit #253, a 1982, Ford 1/2 ton assigned to Don Ranz, Engineering Tech II. His particular usage requires the vehicle be operated off road and in an unfriendly environment at times. Therefore, a vehicle with all -wheel drive capability shows to be a more practical and useful replacement option than a conventional two wheel drive. The unit has exceeded 115,000 miles and is showing signs of wear and the need for major expenditures in the very near future. It has reached the maximum of its life expectancy due to the type of use it encounters. Investigation and input by William Oestreich, Bud Rhine and Don Ranz assisted in the final determination. A bid tabulation sheet is provided for your review. If you should have questions please do not hesitate to contact us. Thank you KDC/pb