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.