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