HomeMy WebLinkAbout135-01 RESOLUTION• •
RESOLUTION NO. 135-01
A RESOLUTION ACCEPTING THE STATE OF ARKANSAS
CONTRACT AWARD ST -01-0194A, ITEM #7, AND
AUTHORIZING THE PURCHASE OF NINE (9) 2002 FORD
CROWN VICTORIA POLICE INTERCEPTOR SEDANS AT A
COST OF ONE HUNDRED NINETY-FIVE THOUSAND TWO
HUNDRED THIRTY ONE DOLLARS ($195,231.00).
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 -O1 -0194A, Item #7, and authorizes the purchase of nine (9)
2002 Ford Crown Victoria police interceptor sedans at a cost of One Hundred
Ninety -Five Thousand Two Hundred Thirty One Dollars ($195,231.00).
PASSED AND APPROVED this 16th day of October, 2001.
ATTEST:
By:
eather Woodruff, City C rk
APPROVED:
By
DAN COODY, Mayo
NAME OF FILE:
CROSS REFERENCE:
Resolution No. 135-01
10/16/01
Resolution No. 135-01
07/01/01
06/30/02
State of Arkansas Contract Award -Extended (Contract/Bid No. ST -01-
0194)
09/26/01
Memo to Mayor Coody & City Council thru Ted Webber, Admin.
Services Director, Greg Boettcher, Director of Public Works, Peggy
Vice, Purchasing Manager, from W. A. Oestreich, Fleet Operations
Superintendent
09/25/01
Memo to Bill Oestreich, Fleet Operations Superientendent, from Richard
L. Watson, Chief of Police, regarding Police Car Body Size
10/16/01
Staff Review Form
10/29/01
Memo to W. A. Oestreich, Fleet Operations, from Heather Woodruff,
City Clerk
NOTES:
Res. 135-01 sm
• • co:
s: -i
State of Arkansas
OFFICE OF STATE PURCHASING
1509 West Seventh Street, Room 300 72201-3966
P. 0. Box 2940 72203-2940
Little Rock, Arkansas
501-324-9316
STATE CONTRACT AWARD -EXTENDED
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 PORTIONS 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.
= = =a=vv==vasaavaaaavaa=ava=vaavaacaaa==========vana=v===n=nnna=
BUYER: WILLIAM BOTTORFF, C.P.M. CONTRACT/BID NO.: ST -01-0194
DESCRIPTION: VEHICLES
CONTRACT PERIOD: JULY 1, 2001 THROUGH JUNE 30, 2002
CONTRACT VALUE: N/A
COMMODITY CLASS(ES): 070-05,42,48190
PURCHASE REQUEST NO.: N/A
AGENCY CONTACT/PHONE: N/A
DELIVERY REQUIREMENTS: AS SPECIFIED
eaea=================c======nava=====nn==
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:
• •
STATE OF ARKANSAS
CONTRACT AWARD
Res. 135-01
CONTRACT NO: ST -01-0194 PAGE 2
Expiration Date: 06/30/02
Motor Vehicle Acquisition Revolving Fund
PO Box 2485
Little Rock, AR 72203
ST -01-0194/A
Line Items: 1, 3, 4, 6, 7, 8, 10, 18, 19, 23, 24, 25, 37, 39, 42, 43, 48
Landers Chrysler -Dodge Jeep, Inc.
Attn: David Hobbs
PO Box 1649
Benton, AR 72018
Phone: 501-315-7100
Fax: 501-303-7121
Fed. ID: 71-0678164
Line Items: 31, 32, 40
ST -01-0194/B
• STATE OF ARKANSAS •
CONTRACT AWARD
CONTRACT NO: ST -01-0194 PAGE 3
•***********************fiat***********************rat***********************
AUTOMOBILES, VANS AND TRUCKS
Res. 135-01
I. PURPOSE AND INTENT
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 cars vans,
light trucks and one (1) ton trucks.
II. TERM OF CONTRACT
Term of this contract will be from July 1, 2001 through June 30, 2002.
Availability of individual line items will depend on factory order cut-off
dates. Many items will have cutoff dates by April -May of 2002.
III. QUANTITIES
Actual quantities of vehicles that will be ordered are not known at this
time. On last years contract, the State of Arkansas ordered approximately 615
various vehicles within the scope of this bid, total from all sources was
over 1225..
IV. SPECIFICATIONS
All vehicles shall be new and shall be the latest model of proven performance
and in standard production by manufacturer at time of delivery. Bidder's
offering must conform to the State of Arkansas Specifications referenced
herein. Copies of the specifications may be obtained by contacting 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
provided 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.
• •
STATE OF ARKANSAS
CONTRACT AWARD
CONTRACT NO: ST -01-0194 - PAGE 4
Res. 135-01
VI. ACKNOWLEDGEMENTS
Awarded vendors must send, to the ordering entity, an order acknowledgement
within 10 days after receipt of order .
VII. DELIVERY
Bid 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 be 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 VEHICLES
A11 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 INCREASES
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 it. 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(s) within this contract.
X. SELLING TO COOPERATIVE PURCHASING PROGRAM PARTICIPANTS
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 sell 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.( Notice # XI for co-op participants.)
XI. COOPERATIVE PURCHASING PROGRAM PARTICIPANTS NOTE:
In order to provide the discounted prices offered in this procurement package
to both the State and the Cooperative Purchasing Program participants, the
vehicle bidders must receive timely payment, payment for partial shipment on
multiple vehicle orders, and have all required approvals obtained prior to
order placement. All these conditions are being met by state agencies, who
are required to have sufficient funds and approvals before orders are placed
and to make prompt payment for vehicles as received. It is incumbent upon
Cooperative Purchasing participants to have all approvals obtained and funds
available to complete the purchasing transaction in a prompt manner. Most of
the dealers have fifteen days from the time a vehicle leaves the factory to
pay the manufacturers. In order to continue to receive the fleet pricing, you
must ensure prompt payment for each vehicle as it is received.
XII. OTHER VEHICLES
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.
• STATE OF ARKANSAS •
CONTRACT AWARD
CONTRACT NO: ST -01-0194 PAGE 5
XIII. OPTIONS
Bidders please note that option prices bid may be a determining factor in
award of this Contract (if it is in the State's best interest).
XIV. AWARD AND REQUIREMENTS
Res. 135-01
This contract will be awarded, by item, to the lowest responsive responsible
bidder meeting specifications for all vehicles listed herein. Bidder must
also meet all requirementa set forth by the Arkansas Motor Vehicle
Commission,(501-682-1428), prior to bidding.
XV. ADDITIONAL OPTIONS NOT SPECIFIED:
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.
XVI. ONE 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
MV -6 form and a copy of the agency purchase order be sent to the Office of
State Purchasing, attention: Vehicle Buyer.
XVII. CONTRACT EXTENSION
Upon agreement of all parties, the state reserves the right to extend the
term of this contract, by line item, through June 30, 2002. Item IX on
allowable price increases would apply. The delivery times would be extended
during the time between old model cut-off and new model introduction to a
time agreed to by the manufacturers.
• •
Res. 135-01
STATE OF ARKANSAS
CONTRACT AWARD
CONTRACT NO: ST -01-0194 PAGE 10
•************* ***••**Y •• ******•••••••••******************4*****••*••♦***
Item ({7
Type LAA - Four (4) Door Large Police
Pursuit Sedan
MFG AND MODEL FORD CROWN VIC
ENGINE SIZE 4.6 L V-8
Approximate delivery 120 days A.R.O.
VENDOR
$21,446.00 LANDERS FORD
OEM alternate fuel vehicle
Multi -fuel - Gasoline/Compressed Natural Gas
(CNG)
ENGINE SIZE
Approximate delivery _ days A.R.O.
$N/A
OPTIONS:
5!. IO. Roof reinforcement for light bar installation $76.00
091 MO. Delete Spotlight: Spotlight may be deleted
for Credit (deduct) $<136.00>
00. Spotlight (additional, to be installed front
passenger side) $160.00
VO. Delete ABS Brakes (deduct) $<400.00>
VI. Delete anti -slip rear axle (deduct) $c70.00>
NL. Full size spare, tire to match others on vehicle. $STANDARD
ZI. Street Appearance Package: Chrome grill, side
moldings, full size wheel covers, change police
engine markings. $200.00
(NOTE: AUTOMATICALLY DELETES SPOTLIGHTS)
S9.
FAE 'CTV 1
INTEROFFICE MEMORANDUM
•
r M YAMMIS
IFLEET OPE
TEICOiRN
TO: Mayor/City Council
THRU: Ted Webber, Administrative Services Director
THRU: Greg Boettcher, Director of Public Works
THRU: Peggy Vice, Purchasing Manager
FROM: W. A. Oestreich, Fleet Operations Superintendence,!
sr
DATE: September 26, 2001
SUBJECT: ACCEPTANCE OF STATE CONTRACT AWARD ST -01-0194/A
Reference the attached Agenda Request for the Acceptance of the State of Arkansas contract
Award ST -01-0194, Item #7, 2002 Ford Crown Victoria Police Interceptor Vehicles including
Option 10 and upgrade of radio equipment. 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
2001.
The Contract Award 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. .
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 7. Full Size Police Interceptor Sedan
**
Landers Ford
2002 Ford Crown Victoria Police Interceptor - 4 Door - 8 Units @
$21,707.00, 1 Unit @ 521,495.00. This should provide units that will
be efficient, reliable and compatible to our operations.
SUMMARY
• •
TO BE DELIVERED AS 9 COMPLETE UNITS:
ITEM 7. Landers Ford
TOTAL BID AWARD: $195,231.00
The remaining budgeted amount for items in this Category/Project is $503,476.00 in account
9700-1920-5802.00, Project 98066. With the purchase of these items at $195,231.00 we will
have a balance remaining of $144,885.00 for additional vehicles and equipment scheduled for
the balance of this calendar year and for the next budget year in this Category/Project.
FAYETTEVILLE
THE CITY OF FAYETTEVILLE. ARKANSAS
DEPARTMENTAL CORRESPONDENCE
0
MEMORANDUM
TO: Bill Oestreich, Fleet Operations Superintendent
FROM: Richard L Watson, Chief of Police /-(Jcr-2...._.
DATE: September 25, 2001
RE• Police Car Body Size
The purpose of this memorandum is to reaffirm our department's need for "full-
size" police vehicles that may be purchased in the future. Our police vehicles are
"mobile offices" that officers occupy many continuous hours a day. The vehicles contain
consoles with radios, light switches, siren switches and other devices. Each car also
contains a mount with a laptop computer installed. Officers also carry a radar gun in the
passenger seat area along with their gear bag or bnefcase full of supplies.
The rear seat area of the cars is already cramped and we have taken out the
factory back seats in order to install a hard plastic seat that is easier to hose off when
needed and minimizes the concealment of contraband and/or weapons that prisoners
might try to hide We have a screen between the front seat and the rear passenger area to
protect the officer from prisoners who may want to attack the officer by kicking or
spitting or in case they manage to get their handcuffs in from of them. The screen
encroaches on the space in the rear passenger area already making it somewhat difficult
to get prisoners in and out of the car.
Many of our officers are tall, large framed individuals that carry a large amount of
equipment on their gunbelts Any reduction of leg and shoulder room would decrease
officers' comfort and ability to exit and enter the vehicle in a hurry.
The trunk area of our police cars contains many other items needed on a daily
basis such as rubber glove, fingerprint kits, evidence collection supplies and devices with
spikes to stop fleeing vehicles. We also have an additional radio and a modem in each
trunk area and we have to have room for a large hard case for department shotguns Any
reduction in trunk size could limit carrying of needed supplies and create additional
challenges for the mounting of necessary equipment.
Our police cars are not simply a mode of transportation. They contain the tools
we need to do our daily job and officers spend a large amount of time there. A full-size
car is a must for us to do our job properly.
r
STAFF REVIEW FOP,
XX AGENDA REQUEST
CONTRACT REVIEW
GRANT REVIEW
For the Fayetteville City Council meeting of October 16, 2001
FROWN
W.A.Oestreich Fleet Operations Public Works
Name Division Department
p rpTON RRQIITRF.fl •
Acceptance of the State of Arkansas Contract Award ST -01-0194/A, Item #7,
2002 Ford Crown Victoria Police Interceptor Sedan including Option "IO" and
modifications to "Radio" with authorization to purchase 9 units. The Vendor
for this Purchase will be Landers Ford, 4600 S. University Ave, Little Rock,
AR 72204
rngT TO rTTV•
Cost:$195,231.00 Trade Allowance: N/A Net Cost:$195,231.00
$195,231.00
Cost of this Request
9700-1920-5802.00
Account Number
98066
Project Number
$ 658,006.00 Rep./Ex. Police/Pass. Vehicle
Category/Project Budget Category/Project Name
$ 154,530.00 Vehicles & Equipment
Funds Used To Date Program Name
$ 503,476.00 Shop
Remaining Balance Fund
BUDGET REVIEW:
XX Budgeted Item
BudgetCoordinator
Budget Adjustment Attached
Administrative Services Director
C013�RACT/
/LEASE REVIEW:
GRANTING AGENCY:
,7`4:-`) 9/)",
Accounting Manager
1
a„e,
Purchasing Officer
CTZFF RRrnMMFNnrTTnn•
o Pur
Date
ADA Coordinator
Date
Date Internal Auditor
9-a7-bl
Date
Date
'vision Head
ase Item Arksas Contract Award ST -01-0194.
01-6 O/
Dertment Direct•r,
•
ratio• Service; Director
tV �e/
Mayor
Date
l!11Date
/0 ed/
a/
Date
Cross Reference
New Item: Y68 No
Prev Ord/Res #:
Orig Contract Date:
St
R
Fc
Description
Comments:
Budget Coordinator
STAFF REVIEW PCB
Feeti.n Date
Reference Conent5:
Page 2
4a1/44/ Leine- elto iGizet
City Attorney
Purchasing Officer
ADA Coordinator
Internal Auditor
FAYETTEVA,LE
THE CITY OF FAYETTEVIIIE, ARKANSAS
DEPARTMENTAL CORRESPONDENCE
•
To: W. A. Oestreich, Fleet Operations
From: Heather Woodruff, City Clerk
Date: October 29, 2001
Attached is a copy of Resolution No. 135-01 accepting the State of Arkansas Contract Award
ST -O1 -0194/A, Item #7. The original will be microfilmed and filed with the City Clerk.
cc: Nancy Smith, Internal Audit
Mc
Cit