HomeMy WebLinkAbout155-99 RESOLUTION• •
RESOLUTION NO 155-99
A RESOLUTION AWARDING A BID UNDER THE STATE OF
ARKANSAS CONTRACT AWARD #ST -00-0201, ITEM NO. 9,
TO LANDERS FORD, IN THE AMOUNT OF $285,726, FOR THE
PURCHASE OF 14 COMPLETE UNITS, 2000 FORD CROWN
VICTORIA POLICE INTERCEPTOR -4 DOOR@ $20,409 EACH.
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE,
ARKANSAS:
Section 1. That the City Council hereby awards a bid under the State of Arkansas
Contract Award #ST -00-0201, Item No. 9, to Landers Ford, in the amount of $285,726, for the
purchase of 14 complete units, 2000 Ford Crown Victoria Police Interceptor -4 door@ $20,409 each.
A copy of the state contract is attached hereto marked Exhibit "A" and made a part hereof.
PASSED AND APPROVED this Z day of December , 1999.
r'fc4,
e' ‘. APPROVED:
Heather Woodruff, City
By.
Fred Hanna, Mayor
•
• •
STAFF REVIEW FORM
XX AGENDA REQUEST
CONTRACT REVIEW
GRANT REVIEW
For the Fayetteville City Council meeting of December 7, 1999
FRnM•
W.A.Oestreich Fleet Operations Administrative Services
Name Division Department
ACTTQN RVQtTTRRF1•
Acceptance of the State of Arkansas Contract Award ST -00-0201, Item #9, 2000
Ford Crown Victoria Police Pursuit Sedan including Options "IO" and
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
rng' Tn rrmy•
Cost:S285,726.00
$285,726.00
Cost of this Request
9700-1920-5802.00
Account Number
98066
Project Number
Trade Allowance N/A
$ 293,144.00
Category/Project Budget
S ---00.00---
Funds Used To Date
$ 293,144.00
Remaining Balance
Net Cost.S285,726.00
Rep./Ex. Police/Pass. Vehic1a
Category/Project Name
Vehicles & Equipment
Program Name
Fund
Shop
BUD ET REVIEW:
XX Budgeted Item
B dget Coordinator
Budget Adjustment Attached
Administrative Services Director
CONTRACT/GRANT/LEASE REVIEW:
Purchasing Officer
fMMRNFIATTAN-
A h. ef%tio to P chase
Division Head
'rector
ini rati
Services Director
Mayor
GRANTING AGENCY:
//—/el
Date
ADA Coordinator
Date
Date
11 -IS -99
Date
Internal Auditor
Item #9 -Arkansas
Date
Date
Date
Date
Contract Award ST -00-0201.
Cross Reference
New Item: Yes No
Prev Ord/Res #:
Orig Contract Date:
• •
STAFF REVIEW FORM
Description: Acceptance of State Contract 00-0201 Meeting Date: December 7. 1999
Comments: Reference Comments:
Budget Coordinator:
Accounting Manager:
City Attorney:
Purchasing Officer:
ADA Coordinator:
Internal Auditor:
•
GT(OF PAYEFJIWLLE
,MCV
PCS
9
INTERI•OFFICE MEMORANDUM
TO: Mayor/City Council
THRU: John Maguire, Administrative Services Director
THRU: Peggy Vice, Purchasing Manager
FROM: W. A. Oestreich, Fleet Operations Superintendent
DATE: November 16, 1999
SUBJECT: ACCEPTANCE OF STATE CONTRACT AWARD ST -00-0201
Project #98066
Reference the attached Agenda Request for the Acceptance of the State of Arkansas contract
Award ST -00-0201, Item #9, 2000 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 27, 1999, 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 "ee" in the specifications for the 2000 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 11-10-99 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, 1998 and 1999. 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.
Therefore, the following is submitted for purchase approval by the Council:
• •
ITEM 9. Full Size Police Pursuit Sedan
**
ITEM 9.
Landers Ford
2000 Ford Crown Victoria Police Interceptor - 4 Door @ $20,409.00.
This should provide units that will be efficient, reliable and compatible
to our operations.
SUMMARY
TO BE DELIVERED AS 14 COMPLETE UNITS:
Landers Ford - 14 Units at $ 20,409.00
TOTAL BID AWARD: $ 285/26.00
The budgeted amount for items in this Category/Project is $293,144.00 in account 9700-1920-
5802.00, Project 98Q56. With the purchase of these items at $285,740.00 we will have a balance
remaining of $7,418.00 for the equipment scheduled for the expansion units in this Category/Project.
I (Th
• State of Arkansas
OFFICE OF STATE PURCHASING
1509 West Seventh Street, Room 300 72201-3966
P. O. Box 2940 72203-2940
Little Rock, Arkansas
501-324-9316
STATE CONTRACT AWARD
THIS IS A TERM CONTRACT ISSUED BY THE OFFICE OF STATE PURCHASING. THIS
IS NOT AUTHORITY TO SHIP. A SEPARATE PURCHASE ORDER WILL BE ISSUED. THIS
CONTRACT CONSTITUTES ACCEPTANCE OF YOUR BID ALONG WITH ALL TERMS AND
CONDITIONS THEREIN AND SIGNIFIES THE OFFERER'S KNOWLEDGE AND ACCEPTANCE OF
ALL TERMS AND CONDITIONS SET FORTH WITHIN THE INVITATION FOR BID.
BUYER: WILLIAM BOTTORFF, C.P.M. CONTRACT/BID NO.: ST -00-0201
DESCRIPTION: VEHICLES
CONTRACT PERIOD: September 27, 1999 THROUGH JUNE 30, 2000
CONTRACT VALUE: N/A
COMMODITY CLASS(ES): 070-05,42,48,90
PURCHASE REQUEST NO.: N/A
AGENCY CONTACT/PHONE: N/A
DELIVERY REQUIREMENTS: N/A
PRICES ARE F.O.B. DESTINATION, INSIDE DELIVERY, UNLESS OTHERWISE SPECIFIED.
INVOICE TO: DELIVER TO:
AS SPECIFIED WITHIN AS SPECIFIED WITHIN
CONTRACT AWARD TO:
SEE PAGE 2.
CONTACT NAME:
TELEPHONE NO.:
FAX NO.:
VENDOR NO.:
FEDERAL I.D. NO.:
STATE OF ARKANSAS OFFICE OF STATE PURCHASING
BY: DATE:
i
• STATE OF ARKANSAS •
CONTRACT AWARD
CONTRACT NO: ST -00-0201 PAGE 2
****************************************************************************
RUSSELL CHEVROLET
ATTN; BOBBY DUNCAN
P. O. BOX 6200, 6200 LANDERS ROAD
SHERWOOD, AR 72124
PHONE#: (501) 835-8330, FAX#: (501) 835-0761
ITEM NUMBERS AWARDED: #1
LITTLE ROCK DODGE
ATTN: BUTCH MARTINDILL
5809 SOUTH UNIVERSITY
(P. O. BOX 8901, LITTLE ROCK, 72219)
LITTLE ROCK, AR 72209
PHONE#: (501) 562-7200 FAX#: (501) 562-8673
ITEM #'S AWARDED: #2,3,4,11,12,15,16,17,18,19,20,21,22,23,24,25,26,28,29,
30,32,33,34,36,38,39,40,41,42,44
SMART CHEVROLET
ATTN: RICHARD SMART
P. O. BOX 8008
PINE BLUFF, AR 71611
PHONE#: (870) 534-8122 FAX4: (870) 535-8122
ITEM I'S AWARDED: #7,8
LANDERS FORD
ATTN: ALAN PENROD
4600 SOUTH UNIVERSITY AVE.
LITTLE ROCK, AR 72204
PHONE#: (501) 570-3722 FAX#: (501) 570-3776
ITEM #'S AWARDED- 46,9,10,13,14,31,37,49
LANDERS BU/CK, PONTIAC, GMC, INC.
ATTN: DAVID WILLS
19236 I-30
BENTON, AR 72015
PHONE*: (501) 315-7100 FAX#: (501) 303-7121
ITEM #'S AWARDED: #35,43,45
LANDERS JEEP-CHRYSLER-PLYMOUNT-DODGE, INC.ATTN: DAVID WILLS
19236 I-30
BENTON, AR 72015
PHONE#: (501) 315-7100 FAX#: (501) 303-7121
ITEM #'S AWARDED: #46,47,48
Th
•
STATE OF ARKANSAS
CONTRACT AWARD
CONTRACT NO: ST -00-0201 PAGE 11
■*************************************************************x*************
Item #9
Type LAA - Four (4) Door Large Police Pursuit
Sedan
MFG AND MODEL FORD CROWN VIC.
ENGINE SIZE 4.6L, V-8
Approximate delivery 150 days A.R.O.
OEM alternate fuel vehicle
Multi -fuel - Gasoline/Compressed Natural Gas
(CNG)
ENGINE SIZE 4.6L, V-8
Approximate delivery 150 days A.R.O.
OPTIONS:
IO. Roof reinforcement for light bar installation
MO. Delete Spotlight: Spotlight may
for Credit
be deleted
(deduct)
00. Spotlight (additional, to be installed front
passenger side).
VO. Delete ABS Brakes (deduct)
VI. Delete anti -slip rear axle (deduct)
ZI. Street Appearance Package: Chrome grill, side
moldings, change police engine markings.
(MUST DELETE SPOTLIGHT, INCLUDED IN PRICE)
VENDOR: LANDERS FORD
$20,148.00
$24,635.00
$76.00
$<136.00>
$170.00
$<400.00>
$<75.00>
$100.00
SPECIFICATION NUMBE
411
070-05-E-WB (REV)
EFFECTIVE D4
AUGUST 19,
TYPE LAA- ADDENDUM 9
Four (4) Door Large Police Pursuit Sedan
A. Size Classification
A.1 Vehicle shall have a minimum of 110 cubic
interior space volume and a minimum of 20
trunk/cargo volume. Interior volumes are
large sedans in the latest Fuel Economy Guide
the Environmental Protection Agency.
feet of passenger
cubic feet of
the ones shown as
published by
B. Equipment
B.1 Standard equipment - Every vehicle shall be equipped with the
following:
a. Air conditioning: factory installed and tinted glass in all
windows.
b. Alternator: heavy duty, minimum of 100 amperes.
c. Anti -freeze: serviced to -29°C (-20°F) or lower.
d. Automatic speed control (may be dealer installed, but of
same manufacturer as vehicle) and tilt steering wheel.
e. Automatic Transmission: minimum of three (3) forward speeds
and one (1) reverse.
f. Battery: maintenance free, type recommended by manufacturer
for vehicle as equipped.
g. Brakes: ABS type brake system and anti -slip rear axle.
h. Cooling system: heavy duty, including heavy duty extra capacity
radiator, heavy duty temperature controlled fan, and factory
installed coolant recovery system.
i. Disconnect door courtesy light switches.
j. Drive axle: manufacturer to select axle ratio
the best overall performance and the heaviest
k. Electric controlled door locks.
1. Engine: suitable for police pursuit work and capable of
accelerating from 0 to 60 mph in a maximum of 14.5 seconds with a
minimum top speed of 105 mph as shown in the latest Michigan
Police Vehicle Test. Engine shall be 210 h.p. or larger equipped
with dual exhaust (or single if large enough for proper
elimination of pressure) and factory installed engine oil cooler.
m. Engine compartment light.
n . Floor mats: individual front and rear, color to coincide with
interior.
o . Gauge package: oil pressure, ammeter, and coolant temperature
(dial type only - warning lights unacceptable).
Glove box light.
Heater: integral fresh air
Horns, dual.
Inside hood latch control.
License plate brackets; front and rear.
Locks, door: single key locking system for
keys per vehicle.
Mirrors, rear view
day -night inside.
Operator's manual.
Paint: one (1) exterior color selected from manufacturer's list
and specified by the ordering entity.
which will provide
duty available.
P•
q•
✓ .
s.
t .
✓ .
w .
heater and defroster.
each car with three
with remote control both sides. Non -glare,
Page 14 of 15 Pages
•
c
SPECIFICATION NUMBER
070 -05 -E -WB (REV) •
EFFECTIVE DAT.
AUGUST 19; 19
z. Police package: including all features listed in manufacturer's
printed specifications and literature part of police equipment
package.
aa. Power steering: firm feel power assisted steering gear with
linkage & external oil cooler.
bb. Power Windows.
cc. Protective body side molding.
dd. Quiet sound group (special noise deadening insulation).
ee. Radio: factory installed in dash AM/FM.
ff. Radio suppression: radio frequency interference suppression
measures and devices shall be incorporated into the vehicle so
that generated interference does not exceed the limits
established in SAE standard J55, entitled "Measurement of
Vehicle Radio Interference (30 to 40 megacycles)".
gg. Rear Window Defrost.
hh. Remote deck lid release, control on driver's side.
ii. Seats: bucket front and rear bench.
jj. Speedometer: 0 to 120 mph, certified calibrated within two
(2)mph. Allowable instrument error to be + one (1) mph at all
speeds between 10 and 100 mph.
kk. Spotlight: factory installed, left side, not less than 5 inches
with aircraft or halogen bulb.
11. Suspension: maximum handling package designed to limit body roll,
allow flat cornering, limit dive on severe braking, limit squat
on fast acceleration, and to provide optimum handling. Package
shall include, at a minimum, extra control front and rear shock
absorbers, extra heavy duty frame or frame member reinforcement
on unit frame, with front and rear stabilizer bars.
nn. Tires: P225 60 V/R x 16 tubeless, fabric body and belts. Pursuit
radial. Tires must be certified by both the tire and auto
manufacturer for police use to 120 mph sustained.
oo. Wheels: heavy duty, 16 inch diameter with metal, full wheel
covers.
pp. Windshield wipers: intermittent type.
qq. Upholstery: cloth, police duty, color to coordinate with exterior
color. Dark colors and black unacceptable due to heat build-up.
8.2 Optional equipment - Purchasers may select the following:
I0. Roof reinforcement for light bar installation.
MO. Delete spotlight spotlight may be deleted for credit.
00. Spotlight (additional, to be installed front passenger side).
VO. Delete ABS type brake system.
VI. Delete anti -slip rear axle.
ZI. Street Appearance Package: Chrome grill, side moldings, change
police engine markings.
E -N -D 0-F S -P -E -C -I -F -I -C -A -T -I -O -N
Page 15 of 15 Pages
• •
State Contract 00-0201
Unit # Desc Mdl Yr Life Cost Repl M & 0 Minimum
10XX PD REPLACEMENT 2000 6 $20,410.00 $323.16 $174.64 $497.80
•
FAYETTEV1rLLE
THE CITY OF FAYETTEVILLE, ARKANSAS
DEPARTMENTAL CORRESPONDENCE
•
To: Bill Oestreicli, Fleet Operations
From: Heather Woodruff, City Clerk
Date: December 10, 1999
Attached is a cop of the resolution awarding State Contract to Landers ford. The original will be
microfilmed and filed with the City Clerk.
cc. Yolanda Fields, Internal Auditor
Rena Williams, Purchasing