HomeMy WebLinkAbout122-91 RESOLUTIONRESOLUTION NO. 122-91
A RESOLUTION ACCEPTING THE BID OF, $324,257.83
FOR A NEW PUMPER/LADDER FIRE TRUCK FROM OK-
WEIS .AMERICAN FIRE EQUIPMENT COMPANY AND
APPROVAL OF A BUDGET ADJUSTMENT,
BE IT RESOLVED BY THE BOARD OF DIRECTORS OF THE CITY OF
FAYETTEVILLE, ARKANSAS:
Section 1. To award the bid in the amount of $324,257.83
from OK -Weis American Fire Equipment Company for a new
pumper/ladder fire truck for Fayetteville Fire Department, per the
1991 CIP Program,
Section 2, That Board of Directors hereby approves a
budget adjustment in the amount of $24,257.93 from Unreserved Fund
Balance, Acct. No, 447-00-1-800.99 into Vehicles & Equipment, Acct.
No. 447-947-5-802,00, A copy of the budget adjustment approved is
hereby attached and made a part hereof,
PASSED AND APPROVED this 2nd day of July , 1991,
ATTEST:
r
City Clebk
=. a 03'1444)
APPROVED:
By:<
Mayor
FAYETTEVI LLE
THE CITY OF FAYETTEVILLE. ARKANSAS
DEPARTMENTAL CORRESPONDENCE
TO: City Board of Directors
THRU: Scott Linebaugh, City Manager
y
FROM: Mickey Jackson, Fire Chief
DATE: June 10, 1991
SUBJ: Request for approval of bid for new Pumper/Ladder fire
truck.
On May 24, `bids were opened for the new Pumper/Ladder fire
apparatus, as per• the 1991 Capital Improvements Program budget.
The bid tabulation was as follows:
American La France bid $389,760,00
(Bluefield, Virginia)
Grumman Corporation bid 386,748,00
(Roanoke, Virginia)
Pierce Alanufacturing bid 366,655.00
(Appleton, Wisconsin)
After several negotiating sessions with
the Pierce
representative, we have reduced the low
bid down
to $324,257.83.
The budget for this project is 3300,000.
I have
informed
Itr.
Linebaugh that I don't believe we can
further reduce
the
bid
without significantly affecting the truth's
capabilities
to meet
our
needs. Mr. Linebaugh has agreed that
we should
go with
the
proposed reduced figure,
I solicit your approval of this bid at
$324,257.83, so that
we
may execute 'a contract for construction and delivery
of this
unit.
Delivery time is projected to be approximately one
year.
Thank you, and if you have questions or comments about this
request, please call upon me.
rs..�r.�... ;r+wr . ..Mrr;I iFood... r .. .,
yr' f:. l.r. lims��jr .. add
•._a t'' ,:.:a.11 : �:,i9'i�. — _ :w..�a; .,. :...� , 1:.. ::a-. ri'-+h,� �'y r
01 JIM
Ism I
:IMF :r14 do 4 I. 3 ° "•' ;:„;'CITY OF FAYETTEVILLEo 9 ids
; ARKANSAS `! + +,",' `P Ism R; °,';,_ ;
U. '<f \ ..s r r' L'. x" :.tr TIN A .` k^� n^, r:I s-. ..MI
.,. •rW { 5! 7.'•' rMI
v,�, I I.pw a O
:do T.e MI Iss
r MI do
MI di r I 'a,t � T
Y t, �• .r_ t a� A'... ; .ZN YEAR `. BUDGET ADJUSTMENT ,� w
ADJUSTMENT `\ ;:- mo ,, :,r;..r r: .1 - ..
;. .. .. .. ., .i.' .•',r' .,�,.. - _-pLyr.r� •alk
I do
BUDGETYEAR DEPT: 1 E•;' . F r : DATE REQUESTED 1'• t+�' R
0 `�.. EQ INCREASE ,1
r.,.4 Mod
`DIV. ,,,. '.e'er.,.k.;:. i'.f 1. ...19 ..'M MI :1 .F.: F A.{
".' 1 l I r,', PROG e f _.' Q .l - ACCOUNT: TITLEMI
MM
i .0 MIll y1..rr...,•.
PROJECTIM ITEM REQUESTEDG IIs ---MI so A"'' r+''
Y:.; ;.;
. r+x,;'-:r�. .,, ,,,;,:I...,•�..:.. 'r; a -r _ Is
My so MIAMI
:.. i ” , .,yIII Mmr; .4 MIAdds ACCOUNT NUMBER
teaI Is
do dod do -r... . r.vts ... ;:- so yMI! Mos" .'1=`141- .MOM 00
JUSTIFICATION OF THIS INCREASE ° r►. ""'µ''s MI a�r."Is
'' S` a �, MI
Is, Mt� 1
;1• r...;11••:�:� IIds
,r..� wa� .r '' 'k i� LLIMF
"� AMOUNTS M1 +'Mao
"
MI
M.
y" Dyn QlA�1�,, ;c;ib;':'. 1 • ^�` PI
"do do &�y MI
`* �Y lMI. ^ 'Y
;;C.�-"'' Ph 0r M%I'm{,M 'Mp,• MI Ad r,"A—", h;Y♦ •M..'�. �..a :: Tr r'l"tr; �''I id;,1T'"°�'•9 phi e� .r �,
m MI
y; a , .a ,DECREASE do
` ,PROJECT; OR ITEM; DELETED: ' ti' y� "` ,� , '• �
ti y.•., '•.' ♦ Y',4ft L i"•,y4 R t r4Y&;{tidy
IN ssoda so I MI MI I&MIf. * : '`' • ' x'; A.`•• MI f? c v7� ACCOUNT ;TITLE '
MI Ms. Iismi i� `{ IMI • N�Ne.y ,'. :. h fix•In :\, a ?0 .+ 'IF mi Xm', vi- e1>'i �'m''iyf t w .r 'r?• `
MI V11
MI M.A LnA did C yr J'' r y 1 do` s., A b) I
S A 5 f , "MI TN•a •'t, 7
IMP 3 +• h ��
�'o; 90. rA rK fn 1'^•! r 446 1, J - •+ar �'., NJ _ ,r 0 r .Mod f'Is
a/Wf•.tI Is IF 4 MIr �W..
MI idd
.. Mom I'd rIds
'MMM� r Y k . !:, lll� ado I m IN 2 r11
F 1 I do Am ...5 \ r• • I
Is: 1.n � u.'�MA,1 .% ti r .moi' it / s I t MAI :M4 do I•\1. ..1' 7 .t f� ..'MI Md.
rY s..1 .7.r �,' .f .. .mow '.... '-• . .T :` •. .. �y. "C wn'4 ,. t• 'Is do,`(r., L, .. .. r ,
dowsm
„ :, ACCOUNT '%NUMBER MI.AN A
Is
ko
JUSTIFICATdo disr.ION `OF' somTHIS DECREAI IMP SE==, :^t” =;i' •`y::,•:: Ads `' �:i:
MM I
�( .}'/�ws /111.. 1\�. pIs
,.
11 �p
MI Id
`�1+e>v iN_ ra Yr' AMOUNT
CCff I : „
7.83
Is
I,,
DATE$ BUDGET' OFFICE USE ONLY
�,`, DATE OF APPROVAL
REQUESTED BY:;;.. _.
-t^do
to\ w e. �_ Date
I� SERVICES DIR:
CITY MANAGER
��9! Entered -
Posted
_l Il Type: A B C D E
(' ) / Total program adjustments to date:
0 5W�
This contract executed this 2nd day of July, 1991, between
the City of Fayetteville, Arkansas, hereinafter called the City,
and Pierce Manufacturing, Inc., hereinafter called the Contractor,
and having an address at P.O. Box 2017, Appleton, WI 54911 and
telephone number
In consideration of the mutual covenants contained herein, the
uparties agree as follows:
1. The Contractor at his own cost and expense shall furnish all
labor, materials, supplies, machinery, equipment, tools,
supervision, bonds, insurance, tax permits,. and all other
accessories and services necessary to construct a
pumper/ladder fire apparatus in accordance with plans' and
specifications attached hereto and made a part hereof, as
stated in CONTRACTOR'S PROPOSAL, and in accordance with plans
and specifications attached hereto and made a part hereof
under Bid #91-19, all included herein as if spelled out word
for word.
2. The City shall pay the Contractor the total sum of
($324,257.83), Three Hundred, Twenty -Four Thousand, Two
Hundred Fifty -Seven and 83/100 upon completion of all work
called for in the plans and specifications. Said
consideration shall be payable to the Contractor as follows:
(a) First payment of $107,233.45 due upon completion of
chassis construction.
(b) Second Payment of $78,720.00 due upon completion of
aerial ladder construction.
(c) Third and final payment of $138,304.38 due upon delivery
& acceptance of finished truck & equipment.
3. The Contract documents which comprise the contract between the
City and the Contractor consist of this Contract and the
following documents attached hereto:
A. Bid form identified as Invitation to Bid 91-19 with the
specifications and conditions typed thereon.
B. The Contractor's proposals attached thereto identified as
Pumper/ladder Type Fire Apparatus, Bid 91-19,
C. The Notice to Prospective Bidders.
4.
These Contract documents constitute the entire agreement
between the City and the Contractor and may be modified only
by a duly executed written instrument signed by the City and
the Contractor.
Contractor shall not assign his duties under the terms of this
agreement.
Contractor agrees to hold the City harmless and indemnify the
City, against any and all claims for property damage, personal
injury or death, arising from Contractor's performance of this
contract.
7. The actual notice to proceed will be issued by the
Fayetteville Fire Department with an accompanying .purchase
order .---
8. Contractor agrees to begin work within ten (10) days after
receipt of the chassis and "Notice to Proceed" and to complete
the work within schedule as indicated in Contractor's
proposal.
All work called for herein shall be coordinated directly with
Chief Mickey Jackson, Fayetteville Fire Department,
WITNESS OUR HANDS THIS,_DAY OF
C
ATTE T• CITY CLERK
WITNESS:
�Lf
"
Ct1 K. Rolof
CITY OF
, 1991.
FAYETTEVILLE,
FAYETTEVILLE, ARKMSAS
MAYOR
Pierce Manufacturing, Inc.
--FIRM=NAME
BY Nlk�FT I%
Harry K. Tompkins, Sales Manager
P.O. Box 2017
Appleton. WI 54914-2017
BUSINESS ADDRESS