Loading...
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