Loading...
HomeMy WebLinkAbout06-99 RESOLUTION• • • RESOLUTION NO • A RESOLUTION ACCEPTING THE STATE OF ARKANSAS CONTRACT AWARD ST -99-0157, TO PURCHASE FOURTEEN UNITS, ITEM NO. 9, 1999 FORD CROWN VICTORIA POLICE PURSUIT SEDAN INCLUDING OPTION "IO"' AND MODIFICATIONS TO "EE" FROM LANDERS FORD BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1 That the City Council hereby accepts the State of Arkansas contract award ST - 99 -0157, to purchase fourteen units, Item No. 9, 1999 Ford Crown Victoria Police pursuit sedan including option "10" and modifications to "EE" from Landers Ford. A copy of the contract is attached hereto marked Exhibit "A" and made a part hereof. PASSED AND APPROVED this�2 day of January , 1999. APPROVE By. Fred Hanna, Mayor ATTEST: B p t' E• ! q r athcr Woodruff, City erk 1• • • • NAME OF FILE: 45. 6-97/S7R ie Dt Ale i /Co,u7R4cr TD .CAV 5 �"O,QQ CROSS REFERENCE: /// Date//�� Contents of File Initials l-19-99 As. l - 99 / �X/ir s r7 ` Cott) T/CAc 7) /-+49 S 7Akt 4Enew 104m 1.1-29.98 w'e-mo ,—o A',97 a f Cr7 y cow,rresis F2649 %174-7770 TD a- A. oesrRErcM • St. Arkansas Contract 1.13.3 CONTRACT AWARD STATE OF ARKANSAS OFFICE OF STATE PURCHASING P. O. BOX 2940 1509 Wert 7th, 3rd Floors Little Rock, Arkansas 72203-2940 (501) 324-9316 1 EXHIBIT A THIS IS NOT AUTHORITY TO SHIP. SEPARATE PURCHASE ORDER WILL BE ISSUED. PLEASE DIRECT INQUIRIES CONCERNING THIS CONTRACT TO: C.P.H LLONTRACT AND BID NO, ST -99-0157 THIS CONTRACT, 8T-99-0157 CONSTITUTES ACCEPTANCE OF YOUR BID ALONG WITH ALL TERMS AND CONDITIONS THEREIN AND SIGNIPIES THE OFFERERS KNOWLEDGE AND ACCEPTANCE OF ALL TERMS AND CONDITIONS SET FORTH WITHIN THE INVITATION FOR RID. BUYER, RANDY WRIGHT, CPPB, GENERAL DESCRIPTION: VEHICLES CONTRACT PERIOD: FROM DATE OF AWARD THROUGH JUNE 30, 1999 DELIVERY REQUIRED: AS SPECIFIED WITHIN COMMODITY CLASS: 070 - 05, 42, 48, 90 INVOICE TO: F.O.B AS SPECIFIED BELOW: ATT. STATE AGENCIES AND AS SPECIFIED WITHIN COOPERATIVE PURCHASING PROGRAM PARTICIPANTS All prices are F.O.B. destination, inside delivery, unless otherwise specified. This contract is subject to the Terms Bid, some of which are included. CONTRACTOR: SEE PAGE 2 and Conditions of the Invitation for STATE OF ARKANSAS OFFICE OF STATE PURCHASING BY: h. DATE m X 0o EXN ('ON TX CONTRACT NO.:..:ST799 7 STATE OF ARKANSAS' CONTRACT AWARD Jt. Arkansas Contract s111.5 PAGE - /TENS 1 AND 2 LIBERTY AUTO SUPERSTORE ATTN: DAVID SEDGWICX 2580 HT. MORIAR MEMPHIS, TN 38115 (901) S41-8495 - FED. I.D.*: 62-1003778 ITEMS 5, 6, AND'9 LANDERS FORD ATTN: ALLEN P£NROD 4600 -SOUTH UNIVERSITY AVENUE LITTLE ROCK, AR 72204 (501) 570-3722 FED. S.D.l: 71-0472936 AWARDED VENDOR -1 ITEMS 3, 4, 10, 11, 12, 13, 14, 1S LITTLE ROCK DODGE' ATTN: BUTCH MARTINDILL P.O. BOX 8904 LITTLE ROCK, AR 72204 (,501) 562-7200 FED. 'I.D.4: 71-0415880 • ITERS 7 AND 25 SMART CHEVROLET COMPANY ATTN: RICHARD SMART P.O. BOX 8008. PINE BLUFF, AR 71611 (870) 534-8122 FED. I.D.!: 71-0354750 ITR! 8 BALE CHEVROLET ATTN: DAVID BROYLES 13101 CMENAL PARKWAY LITTLE ROCK, AR 72211 (501) 221-9191 FED. I.D.1: 71-0009370 16 27, 19, 20, 21, 22, 23, 24 4 26. Po$g' Fax Nolo l '•7671 fTotfed LY g d gym'° F., SD/- 4141 q -.i L%.2 C :2:9 [oma' ,Z. " PftOIM . 40/-s3a /-43i1 Fax o • • St. Arkansas Contract I.B.6 : ST -9 ITEMS 27 AND 28 LANDERS JEEP`•= EAGLE ATTN: DAVID WILLS 19236 I-30 BENTON, AR 72015. (501) 315-7100 TED. -I.0.S: X71-0678164 STATE OF -ARKANSAS CONTRACT AWARD III PAGE 3 -..CHRYSLER-„ .PLYMOUTH-. DODGE,, INC. ITEM 29 LANDERS BUICK.=rPONTIAC -CNC, .INC., ATTN: DAVID WILLS 19236 1-30 RENTON, AR 720.15 (501) 315-7100 FED. I.D.4: 71-0799357. , nansw CONTRACT NO.: ST -99-0157. AUTOMOBILES, VANS AlITRUCES PURPOSE AND zwrrer • PAC.St. Arkansas Contract 1.8.7 it is the intent of this Invitation for Bid to ooliclt and obtain competitive bide as a basis for establishing a contract under which the• State of Arkanaaa and Cooperative Purchasing Program Participants may of purchase Lt. cars, vans, light trucks and one (1) ton trucks. ZI. r7t* t aP co,TRAcr Term of this contract will be from Date of Award through Juno 30, 1999. IIZ. ouAPTiraES Actual quantities of vehicles that will be ordered are not known at this time. Last years contract, the State of Arkansas orderedapproximately 612 various vehicles within the scope of this bid. IV. SPECIPICATIONS • All vehicles shall be new and shall bo the latest model of proven performance and in standard production by manufActurer at time of delivery.* Bidders offering must conform to the State of Arkansas Specifications. Copies of the specifications may be obtained by contacting the Specification specialist at the office of state Purchasing. Specifications for these vehicles ars minimum and bidders may bid more than one (1) model for each type, but they must meet or exceed the minimum specifications. V. WARRANTY The supplier warrants each vehicle to be of good material and workmanship and agrees to promptly replace any part or parte, when the vehicle is returned to the suppliers place of business or a pre -approved Ideation, which by reason of defective material or workmanship shall fail under normal use, free of negligence or accident, for a minimum period of thirty-six (36) montho or 36,000 miles, whichever comes first, from the date of delivery. If such failure renders the vehicle incapable of being driven, the supplier will be responsible for having the vehicle transported to his place of business. If such failure taken place outside the suppliers service area, the supplier will be responsible for reimbursing the nearest authorized dealer for services rendered under this warranty. Tires are exempted from this warranty but must be covered by the tire manufacturer's standard warranty and'services by the local authorized dealer of the tire manufacturer. Thin warranty applies to Police Pursuit Vehicles starting with the date the vehicle is put in service. St. Arkansas Contract 1.11.8 10.: ST -997 CONTRACT AWARD PAGE 5 • VI. ligninsanzn Awarded vendor■ must send a order acknowledgement within 10 days after receipt of order to the ordering entity• vIt. pnnIVER2 Did prices must include delivery of all vehicles to the ordering agency regardless of location with -in the State of Arkansas. Diddor will be required to state approximate delivery in the space provided for each vehicle. If delivery time stated is considered excessive by the Office of State Purchasing your bid for that vehicle will be rejected. Failure to deliver the vehicle within the stated time w111 he cause to cancel the contract for that vehicle. If cancellation occurs the office of state Purchasing may purchase the vehicles and charge the difference (if any) to the defaulting contractor. VIII. ORDERING vEEICjps All vehicles as defined by Arkansas Code Annotated of 1987 at section • 22-8-206, will be ordered by the Department of Finance & Administration, Administrative Services. Vehicles not covered by Arkansan Code Annotated of 1987 at section 22-8-206, will be ordered by ordering Agency after notifying the Office of State Purchasing. IX. PRICE INCRBASSS Price increases will be allowed if the manufacturer has a general price increase on any model on the contract. However, the price increase must be documented by a letter from the manufacturer and only that amount will be allowed. The effective date of the increase will be 10 days after Office of State Purchasing accepts the increase. The successful vendor(s) must guarantee that the ordering agency will receive the full general price decrease or rebate amount the manufacturer offern on any vehicle(e) within this contract. X. SELLING TO COOPERATIVE PORCEASING PROGRAX PARTICIPANTS Arkansas Purchasing Law provides that local public procurement unite (counties, municipalities, school districts, certain not-for-profit corporations, etc.) may participate in state purchasing contracts. The contractor(e) therefore agree(s) to Dell to Cooperative Purchasing Program Participants. Onless otherwise ■toted, all standard and special terms and conditions listed within the Invitation for Bid must be equally applied to such participants. r ......uedn contract III CONTRANO. ST-IIIP 157 pf.B.9 XI. OTHER VESICLES . CONTRACT AWARD Vehicles which do not conform to the State of Arkansas Standard Specifications and have been approved for purchase will be bid on an individual basis. XII. OPTIONS Bidders please note that option prices bid may be a determining factor in award of this Contract (if it is in the States best interest). XIII. ANARp This contract will be awarded, by item, to the lowest responsive responsible bidder meeting specifications for all vehicles listed herein. XIV. ADDITIONAL OPTIONS BOT SPECINTan: Agencies/Awarded Vendors can not add options to vehicle purchases from this contract unless the option is referenced within this IPB/Contract for that vehicle. XV. ONb TON VEHICLES Except for agencies that are exempt, it is required when agencies are ordering One (1) Ton vehicles from this contract that the original approved HV -6 form and a copy of the agency purchase order be sent to the Office of state Purchasing attention: Vehicle Buyer. • St. Arkansas Contract I.B.10 ?Yo NO.: ST -$157/4 PAGE 12 Item •9 Type LA - Four (4) Door Large Police Pursuit Sedan $19,962.00 HPG AND MODEL POPO CROWN VIC ENGINE SIZE 4.6 LITER Approximate delivery 1,po days A.R.O. OEM alternate fuel vehicle Multi -fuel - Gasoline/Compressed Natural Gas (CNG) ENGINE SIZE 4.6 LITER Approximate delivery 180 days A.R.O. $23,962.00 OPTIONS: IO. Roof reinforcement for light bar installation $71.00 MO. Delete Spotlight: Spotlight may be deleted for Credit (deduct) $<136.00> 00 Spotlight (additional, to be installed front passenger side). $156.00 VO. Delete ABS Brakes and Anti -Slip Rear axle (deduct) $<550.00> • • Q VVa.I,VO SPECIFICATION N 070 -05 -E -JW (RE A. Size Cla sifi MLLtN rtM<UL • mut 63 iSt. Arkansas Contract j1.13.11 TYPE LA - ADDENDUM 9 Four (4) Door Large Police Pursuit Sedan tion A.1 Vehicle s interior trunk/car large sed the Envir 0. Equipment B.1 Standard following a. Air co window b. Altern c. Anti -f d. Automa same m e. Automa and on f. Batter for ve g. Brakes h. Coolin radiat instal i. Discon 3. Drive the be k. Electr 1. Engine accele crminim CO Police with d etimin m. Engine n . Floor inters o . Gauge (dial p. Glove q. Heater ✓ . Horns, s. Inside t. Licens ✓ . locks, keys pe w. Mirror day -nig Operat Paint: and spe x. Y• 11 have a minimum of 110 cubic feet of passenger ace volume and a minimum of 20 cubic feet of volume. Interior volumes are the ones shown as s in the latest Fuel Economy Guide published by mental Protection Agency. uipment - Every vehicle shall be equipped with the itioning: factory installed and tinted glass in all or: heavy duty, minimum of 100•amperes. eze: serviced to -296C (-20•F) or lower. e speed control (may be dealer installed, but of ufacturer as vehicle) and tilt steering wheel. c Transmission: minimum of three (3) forward speeds (1) reverse. maintenance free, type recommended by manufacturer cle as equipped. ABS type brake system and anti -slip rear axle. system: heavy duty, including heavy duty extra capacity heavy duty temperature controlled fan, and factory d coolant recovery system. ct door courtesy light switches. le: manufacturer to select axle ratio which will provide overall performance and the heaviest duty available. controlled door locks. suitable for police pursuit work and capable of ting from 0 to 60 mph in a maximum of 14.5 seconds with a top speed of 105 mph as shown in the latest Michigan ehicle Test. Engine shall be 210 h.p. or larger equipped 1 exhaust (or single if large enough for proper ion of pressure) and factory installed engine oil cooler. ompartaent light. ts: individual front and rear, color to coincide with ckage: oil pressure, ammeter, and coolant temperature pe only - warning lights unacceptable). light. integral fresh air heater and defroster. al. od latch control. late brackets; front and rear. or: single key locking system for each car with three vehicle. rear view with remote control both sides. inside. Non -glare, s manual. e (1) exterior color selected from manufacturer's list fied by the ordering entity. 0m MI Om a , 1-J, ♦ J JO JusJ,VJ „W St; Arkansas Contract IN NUMBER 1.6.12 __- -- - „- (REV) • to V vs, z. Police pac printed sp package. aa. Power stee linkage & bb. Power Wind cc. Protective dd. Quiet soun ee. Radio: fac ff. Radio supp measures a that gener establishe Vehicle Ra gg. Rear Windo hh. Remote dec ii. Seats: buc jj. Sp(2))mmph. A speeds bet kk. Spotlight: with aircr 11. Suspension allow fla on fast a shall incl absorbers, on unit f nn. Tires: P2 radial. manufactu oo. Wheels: h covers. Vindshiel Upholster color. D PP• qq. 8.2 Optional equ I0. Roof rein M0. Delete sp 00. Spotlight VO. Delete AB MLLtn rtrimuu •EFFECTIVE DATE AUGUST 13, 1998 ge: ll ed in ifications�and ng aliterature spart tof polcemanufacturer's equipment ng: firm feel power assisted steering gear with ternal oil cooler. s. ody side molding. group (special noise deadening insulation). ry installed in dash AM/FM. ssion: radio frequency interference suppression devices shall be incorporated into the vehicle so ed interference does not exceed the limits in SAE standard J55, entitled "Measurement of o Interference (30 to 40 megacycles)". Defrost. lid release, control on driver's side. t front and rear bench. 0 to 120 mph, certified calibrated within two owable instrument error to be • one (1) mph at all en 10 and 100 mph. actory installed, left side, not less than 5 inches t or halogen bulb. maximum handling package designed to limit body roll, ornering, limit dive on severe braking, limit squat leration, and to provide optimum handling. Package e , at a minimum, extra control front and rear shock extra heavy duty frame or frame member reinforcement e , with front and rear stabiliter bars. 60 V/R x 16 tubeless, fabric body and belts. Pursuit res must be certified by both the tire and auto r for police use to 120 mph sustained. vy duty, 16 inch diameter with metal, full wheel wipers: intermittent type. cloth, police duty, color to coordinate with exterior k colors and black unacceptable due to heat build-up. ent - Purchasers may select the following: rcement for light bar installation. light: spotlight may be deleted for credit. additional, to be installed front passenger side). type brake system and anti -slip rear axle. rrwt 0 O -F S -P -E -C -I -F -I -C -A -T -I -0-N . .. n.--- 04 St. Arkansas Contract I.B.4 • CONTRACT AWARD STATE OF ARKANSAS OFFICE OF STATE PURCHASING P. O. BOX 2940 1509 West 7th, 3rd Floors Little Rock, Arkansas 72203-2940 (501) 324-9316 THIS IS NOT AUTHORITY TO SHIP. SEPARATE PURCHASE ORDER WILL 88 ISSUED.: PLEASE DIRECT INQUIRIES CONCERNING THIS CONTRACT TO: BUYER: RANDY WRIGHT, CPPB, C.P.n.�[,�ONTRACT AND BID NO: ST -99-0157 : } THIS CONTRACT, ST -99-0157 CONSTITUTES ACCEPTANCE OF YOUR BID ALONG WITH ALL TERNS AND CONDITIONS THEREIN AND SIGNIFIES THE OFFERERS KNOWLEDGE AND ACCEPTANCE OF ALL TERNS AND CONDMIONS SET FORTH WITHIN THE INVITATION FOR BID. GENERAL DESCRIPTIONS VEHICLES CONTRACT PERIOD: FROM DATE OF AWARD THROUGH JUNE 30, 1999 DELIVERY REQUIRED: AS SPECIFIED WITHIN COMMODITY CLASS: 070 - 05, 42, 48, 90 INVOICE TO: ALL STATE AGENCIES AND COOPERATIVE PURCHASING PROGRAM PARTICIPANTS F.O.B AS SPECIFIED BELOW: AS SPECIFIED WITHIN All prices are F.O.B. destination, inside delivery, unless otherwise specified. This contract is subject to the Terms and Conditions of the Invitation for Bid, some of which are included. CONTRACTOR: SEB PAGE 2 STATE OP ARKANSAS OFFICE OF STATE PURCHASING BY: y/Y/ DATE CONTRACT NO.: 5T-99-0 ITEMS 1 AND 2 LIBERTY AUTO SUPERSTORE ATTN: DAVID SEDGWICK 2580 MT. MORIAN MEMPHIS, TN 38115 (901) 541-8495 ' FED. I.D.1: 62-1003778 ITEMS 5, 6, AND 9. LANDERS FORD ATTN: ALLEN PENROD 4600 SOUTH UNIVERSITY AVENUE LITTLE ROCK, AR 72204 (501) 570-3722 FED. I.D:1: 71-0472936 7 UCL GJ STATE:OF ARKANSAS CONTRACT AWARD AWARDED VENDOR ITEMS 3, 4, 10, 11, 12, 13, 14, 1S LITTLE ROCK DODGE ATTN: BUTCH MARTTNDILL P.O. BOX 8904 LITTLE ROCK, AR 72204 (501) 562-7200 FED.-I.D.i: 71-0415880 ITEMS 7 AND 25 SMART CHEVROLET COMPANY ATTN: RICHARD SMART P.O. BOX 8008, PINE BLUFF, AR 71611 (870) 534-6122 FED. I.D.!: 71-0354750 IT/248 BALE CHEVROLET ATTN: DAVID BROYLES . 13101 CHENAL PARKWAY LITTLE ROCK, AR 72211 (501) 221-9191 FED. I.D.4: 71-0009370 JO IU.11 r.V1 St. Arkansas Contract op I.8.5 PAGE 169_ 17,:18, 19, 20, 21, 22, 23, 24 G 26 • I Posii4rFaxNote I 7871 �; A tat CT -2;71 rthd Fn !sok- 4:415/-3 Tr15 °°'L ..z.9 Imo. a., fn,ecJ777LR. `°. 7',UC °"""• SO/-9da� 43 Fn I • St. Arkansas Contract I.B.6 • 1 ♦JLYJJ�S ITEMS 27 AND 28 STATE OF ARAANSAS CONTRACT AWARD 0.L LJ Jo frit•1[ r.uz • PAGE 3 LANDERS JEEP`-- EAGLE - CHRYSLER PLYMOUTH -. DODGE, INC. ATTN: DAVID WILLS - - 29236 1-30 BENTON, AR 72015 (501) 315-7100 FED. I.D.t: -71-0678164 ITEM 29 LANDERS BUICR PONTIAC-GHC,.�INC. ATTN: DAVID WILLS 19236 1-30 BENTON, AR 72015 (501) 315-7100 FED.- I.D.i: 71-0799357. NMI CONTRACT NO.: ST -9157 AUTONDBILBS, VANS AND TRUCKS I. PURPOSE AND INTENT . CONTRACT AWARD • PAc: St. Arkansas Contract 1.8.7 It is the intent of this Invitation for Bid to solicit and obtain competitive bids as a basis for establishing a contract under which the State of Arkansas and Cooperative Purchasing Program Participants may purchase its cars, vans, light trucks and one (1) ton trucks. II. TERN OP COMA= Term of this contract will be from Date of Award through June 30/1999. III. QUANTITIES • Actual quantities of vehicles that will be ordered are not known at this time. Last years contract, the State of Arkansas ordered approximately 612 various vehicles within the scope of this bid. IV. SPECIFICATIONS 9 • • All vehicles shall be new and shall be the latest model of proven performance and in standard production by manufacturer at time of delivery. Bidders offering must conform to the State of Arkansas Specifications. Copies of the specifications may be obtained by contacting the Specification specialist at the Office of State Purchasing. Specifications for these vehicles are minimum and bidders may bid more than one (1) model for each type, but they must meet or exceed the minimum specifications. v. WARRANTY The supplier warrants each vehicle to be of good material and workmanship and agrees to promptly replace any part or parts, when the vehicle is returned to the suppliers place of business or a pre -approved location, which by reason of defective material or workmanship shall fail under normal use, free of negligence or accident, for a minimum period of thirty-six (36) months or 36,000 miles, whichever comes first, from the date of delivery. If such failure renders the vehicle incapable of being driven, the supplier will be responsible for having the vehicle transported to his place of business. If such failure takes place outside the suppliers service area, the supplier will be responsible for reimbursing the nearest authorized dealer for services rendered under this warranty. Tires are exempted from this warranty but must be covered by the tire manufacturer's standard warranty and'services by the local authorized dealer of the tire manufacturer. This warranty applies to Police Pursuit Vehicles starting with the date the vehicle is put in service. NMI St. Arkansas Contract tO, , ST -991,7 1.6.8 • VI. AciaroWLIDGEKIINTS JafnaL %Jr nnanaana 'CONTRACT AWARD •Imp PACE 5 Awarded vendors must send a order acknowledgement within 10 days after receipt of order to the ordering entity. VIZ. DELIVER! aid prices must include delivery of all vehicles to the ordering agency regardless of location with -in the State of Arkansas. Bidder will be required to state approximate delivery in the space provided for each vehicle. If delivery time stated is considered excessive by the Office of State Purchasing your bid for that vehicle will be rejected. Failure to deliver the vehicle within the stated time will he cause to cancel the contract for that vehicle. If cancellation occurs the Office of State Purchasing may purchase the vehicles and charge the difference (if any) to the defaulting contractor. VIII. ORDERING VERICIMS All vehicles as defined by Arkansas Code Annotated of 1987 at section • 22-8-206, will be ordered by the Department of Finance & Administration, Administrative Services. Vehicles not covered by Arkansas Code Annotated of 1987 at section 22-8-206, will be ordered by Ordering Agency after notifying the Office of State Purchasing. IX. PRICE IECREASIS Price increases will be allowed if the manufacturer has a general price increase on any model on the contract. However, the price increase must be documented by a letter from the manufacturer and only that amount will be allowed. The effective date of the increase will be 10 days after Office of State Purchasing accepts the increase. The successful vendor(s) must guarantee that the ordering agency will receive the full general price decrease or rebate amount the manufacturer offers on any vehicle(e) within this contract. X. ffi,LING TO ( oPERATIvs puRoassmo PROGRN( PARTICIPARTS Arkansas Purchasing Law provides that local public procurement units (counties, municipalities, school districts, certain not-for-profit corporations, etc.) may participate in state purchasing contracts. The contractor(s) therefore agree(s) to yell to Cooperative Purchasing Program Participants. Unless otherwise stated, all standard and special terms and conditions listed within the Invitation for Bid must be equally applied to such participants. CONTRACT NO.: ST -O57 XI. OTHER VEHiCLES STATE Ur AXAANSAS CONTRACT AWARD • • St. Arkansas Contract p1.B.9 Vehicles which do not conform to the state of Arkansas Standard Specifications and have been approved for purchase will be bid on an individual basis. XII. OPTIONS Bidders please note that option prices bid may be a determining factor in award of this Contract (if it is in the States best interest). XIII. AWARD This contract will be awarded, by item, to the lowest responsive responsible bidder meeting specifications for all vehicles listed herein. XIV. ADDITIONAL OPTIONS NOT SPECIPIED: Agencies/Awarded Vendors can not add options to vehicle purchases from this contract unless the option is referenced within this IFB/Contract for that vehicle. XV. ONE TON VEHICLRN • Except for agencies that are exempt, it is required when agencies are ordering One (1) Ton vehicles from this contract that the original approved MV -6 form and a copy of the agency purchase order be sent to the Office of State Purchasing attention: Vehicle Buyer. • • St. Arkansas Contract I.B.10 NMI NO.: ST_411509 CONTRACT AWARD Item #9 Type LA - Four (4) Door Large Police Pursuit Sedan MPG AND MODEL FORD CROWN VIC ENGINE SIZE 4.6 LITER Approximate delivery 180 days A.R.O. OEM alternate fuel vehicle Multi -fuel - Gasoline/Compressed Natural Gas (CNG) ENGINE SIZE 4.6 LITER Approximate delivery 180 days A.R.O. OPTIONS: 20. Roof reinforcement for light bar installation PAGE 12 $19,962.00 $23,962.00 $71.00 MO. Delete Spotlight: Spotlight may be deleted for Credit (deduct) $<136.00> 00. Spotlight (additional, to be installed front passenger side). $156.00 VO. Delete ABS Brakes and Anti -Slip Rear axle (deduct) $<550.00> • XX AGENDA REQUEST CONTRACT REVIEW GRANT REVIEW For the Fayetteville City FRnM• STAFF REVIEW FORM • • St. Arkansas Contract 1.6.1 MICROFTLMFD Council meeting of January 19, 1999 W.A.Oestreich Fleet Operations Name Division Department ACPTnN RFQrTTRFn • Acceptance of the State of Arkansas Contract Award ST -99-0157, Item #9, 1999 Si/i Ford Crown Victoria Police Pursuit Sedan including Options "IO" and REV - modifications to "ee". This will be for 14 units. The Vendor for this Purchase will be Landers Ford, 4600 S. University Ave, Little Rock, AR 72204 f ncT Tn f TTy • Cost:S283,052.00 Trade Allowance: N/A $283,052.00 Cost of this Request 9700-1920-5802.00 Account Number 98066 Project Number Net Cost:$283,052.00 $ 286,000.00 Rep./Ex. Police/Pass. Vehicle Category/Project Budget Category/Project Name S Funds ---00.00--- Vehicles & Equipment Used To Date Program Name $ 286,000.00 Shop Remaining Balance Fund BUD ET REVIEW: Bu get Co dinatr CONTRACT/GRANT/LEASE I .1A ,rrcA g Mae cci � City1 Attor� ey 'Q V l/w9 XX Budgeted Item Budget Adjustment Attached REVIEW: Purchasing Officer CTFF RFCfMMPNnATTfN• Administrative Services Director GRANTING AGENCY: /,-2 -Jo .-98 Date Date ADA Coordinator Date ►a -3o-qa Date Ddu Internal Auditor Date Au h r' tion to Purchase 'cDivxsion Head 1)epar ire or ini rative Services Item #9 -Arkansas Contract Award ST -99-0157. Date Director Date Mayor Date CcQjs Reference New Item: Yes No Prev Ord/Res #: Orig Contract Date: St. Arkansas Contract 1.13.2 • • CM? PAYM1711.11 MITER -VMS M R45.PU M TO: Mayor/City Council THRU: Kevin Crosson, Administrative Services Director THRU: Peggy Vice, Purchasing Manager FROM: W. A. Oestreich, Fleet Operations Superintendent DATE: December 29, 1998 SUBJECT: ACCEPTANCE OF STATE CONTRACT' AWARD ST -99-0157 Reference the attached Agenda Request for the Acceptance of the State of Arkansas contract Award ST -99-0157, Item #9, 1999 Ford Crown Victoria Police Pursuit Vehicle including Option "10" and upgrade of Item "ee". The Vendor for this purchase will be Landers Ford, 4600 S. University Ave., Little Rock, AR 72204. These are budgeted items for the calendar year 1999. The Contract Award dated September 14, 1998, is included along with the Vendor information, Bid Specifications and Pricing Information. The item listed complies with the original specifications developed by the City of Fayetteville for vehicles of this type and size. Therefore it will be to our advantage to utilize the State Bid for our pricing structure. The anticipated Manufacturer and Dealer support necessary to maintain these units in a proper and efficient manner was also considered. Please note the upgrade on Item nee" in the specifications for the 1999 Ford Full Size Police Pursuit Vehicle. This upgrade was completed with the assistance of Mr. Allen Penrod, Fleet Manager for Landers Ford. It consists of the upgrade from the standard unit which is an AM/FM to the next step unit of AM/FM/Cassette/Clock. The pricing is based on Dealer cost as of 10-2-98 which is $185.00. This was done to allow these units to conform to standardization of equipment which was initiated in 1992. We have followed this practice for each model year since which includes 1993, 1994, 1995, 1996 1997 and 1998. As the officers frequently move from one year model unit to another, it is to their advantage when instrumentation and controls remain in a relatively familiar location. As these changes from unit to unit occur at varying times of day and night, lighted instrumentation is of particular importance due to the safety factor of not needing to search for unfamiliar controls. This recommendation has been reviewed by the Police Department, Fleet Operations Division and the Equipment Committee.