Loading...
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