Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
49-02 RESOLUTION
RESOLUTION NO. 49-02 A RESOLUTION AWARDING BID 01-55 FOR UNITS NO. 1,2,3,4,5,7,9, AND 10 IN THE AMOUNT OF NINE HUNDRED NINETY ONE THOUSAND EIGHT HUNDRED THIRTY-FIVE DOLLARS ($991,835.00) TO THE LOWEST QUALIFIED BIDDER, RON BLACKWELL FORD AND UNITS 8 AND 11 IN THE AMOUNT OF ONE HUNDRED FIVE THOUSAND SIX HUNDRED TWENTY-TWO DOLLARS AND EIGHTY CENTS ($105,622.80) TO THE LOWEST QUALIFIED BIDDER, LANDERS FORD; AND AUTHORIZING THE PURCHASE THEREOF BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1. That the City Council hereby awards Bid 01-55 for Units No. 1,2,3,4,5,7,9, And 10 in the amount of Nine Hundred Ninety One Thousand Eight Hundred Thirty -Five Dollars ($991,835.00) to the lowest qualified bidder, Ron Blackwell Ford and Units No 8 and 11 in the amount of One Hundred Five Thousand Six Hundred Twenty -Two Dollars and Eighty Cents ($105,622.80) to the lowest qualified bidder, Landers Ford. Section 2. That the City Council hereby authorizes the Mayor or his duly authorized representative to sign any documents required to complete said purchases. PASSED and APPROVED this 19th day of March, 2002. 7a4 -tale ATHER WOODRUFF ity Clerk APPROVED: By: DAN COODY, Mayo • • NAME OF FILE: CROSS REFERENCE: Resolution No. 49-02 • 03/19/02 Resolution No. 49-02 03/13/02 Copy of the Budget Adjustment Form Bid Information 03/19/92 Staff Review.Form 03/21/02 Memo to W. A. Oestreich, Fleet Operations Superintendent, from Hcathcr Woodruff, City Clerk NOTES: ad• City of Fayetteville, Arkansas Budget Adjustment Form Res. No. 49-02 Budget Year 2002 Department: Division: Program: Various Various Various Date Requested 03/13/02 Adjustment COPY Project or Item Requested: Increases in Motor Pool and Replacement Charges. Project or Item Deleted: Various accounts will be reduced. Justification of this Increase: Fleet Operations are purchasing ancVor retiring equipment. Justification of this Decrease: Sufficient funds exist to fund this request and comply with City policy. Increase Expense (Decrease Revenue) Account Name Amount Account Number Project Number See attached Decrease Expense (Increase Revenue) Account Name Amount Account Number Project Number See attached Approval Signatures Requested By Date - a, - 3-1 3 Date Admin. 'd Director Mayor ate Budget Office Use Only Type A Date of Approval Posted to General Ledger Posted to Project Accounting Entered in Category Log Blue Copy: Budge & Research / Yellow Copy: Requester rrourcnwamcrsletto„totuujamawmrwm c. A 0 Backup for Budget Adtment Account Name Motor Pool Charges Replacement Charges Travel & Training Motor Pool Charges Replacement Charges Landscape Materials Motor Pool Charges Replacement Charges Vehicle & Equip. Maint. Minor Equipment Motor Pool Charges Replacement Charges Construction Materials Amount 5,055 8,658 (13,713) 1,423 681 (2,104) 1,005 3,544 (2,549) (2,000) 2,942 4,529 (7,471) Account Number 1010 1010 1010 1010 1010 1010 2100 2100 2100 2100 3010 5331 3010 5331 3030 5304 5450 5450 5450 5530 5530 5530 5530 5400 4310 5400 4310 5400 4310 5331 5331 5220 5331 5331 5403 5890 5331 5331 5216 00 01 00 00 01 00 00 01 00 00 00 01 00 Project Number Pike:1'11•11,44• PLAT PER ATN • 01.444.349S INTER -OFFICE MEMORANDUM fAX: SOI .444.342$ TO: Mayor/City Council THRU: Greg Boettcher, Public Works Director THRU: Peggy Vice, Purchasing Manager FROM: W. A. Oestreich, Fleet Operations Superintendent DATE: March 1, 2002 SUBJECT: BID AWARD RECOMMENDATION 01-55 Projects 02078, 02079, 02081 & 02086 Reference the attached Agenda Request for the Award of Bid 01-55, Items 1, 2, 3, 4, 5, 7, 9 & 10 to Ron Blackwell Ford, P.O.Box 547, Bentonville, AR 72712 (Vendor 88230) and Items 8 & 11 to Landers Ford, P.O.Box 190668, Little Rock, AR 72219 (Vendor 7582) as these are the lowest qualified bidders meeting specifications. These are budgeted items. Detail of these items are attached as Inter -Office Memo from Fleet Operations Division to the Equipment Committee dated February 26, 2002. The detailed listing was unanimously approved for purchase by the Equipment Committee at the Meeting on February 28, 2002. The Bid Tabulation Sheet dated October 25, 2001, is included along with a copy of the formal bid that was sent to each of the vendors on the Bidders List. Also attached is a completed copy of the successful bids. Also included is an acceptance by each Department/Division for the itemized assignment of each unit. These items have been evaluated for compliance with original specifications along with anticipated Manufacturer and Dealer support necessary to maintain them in a proper and efficient manner. Therefore, these items are submitted for purchase approval by the Council: ITEMS 1, 2, 3, 4, 5, 1,9 & 10 Ron Blackwell Ford - $991,835.00 4. Heavy Duty Extended Cab Dual Rear Wheel - Four Wheel Drive per Item #4 of Specifications attached: 5 Heavy Duty Extended Cab Single Rear Wheel - Four Wheel Drive per Item #5 of Specifications attached: BLACKWELL 6 @ $41,146.00 $246,876.00 BLACKWELL 3 @ $31,952.00 $ 95,856.00 6. Heavy Duty Standard Cab Dual Rear Wheel - Four Wheel Drive per Item #6 NOT AWARDED of Specifications attached. Heavy Duty Crew Cab Dual Rear Wheel - Rear Wheel Drive per Item #7 of Specifications attached: NOT AWARDED BLACKWELL 3 @ $37,911.00 $ 113,733.00 1 Ton Standard Cab Dual Rear Wheel - Rear Wheel Drive Cab & Chassis per Item #8 LANDERS of Specifications attached: 2 © 28,454.65 $ 56,909.30 9. 1 Ton Extended Cab Dual Rear Wheel - Four Wheel Drive Pickup per Item #9 BLACKWELL 1 @ $32,217.00 of Specifications attached: $ 32,217.00 10. Extended Cab - Four Wheel Drive Pickup per Item #10 BLACKWELL 4 @ $24,202.00 of Specifications attached: $ 96,808.00 11. Extended Cab - Four Wheel Drive Pickup per Item #11 LANDERS 2 @ $24,356.75 of Specifications attached: $ 48,713.50 Ron Blackwell Ford $991,835.00 Landers Ford $105,622.80 Total Proposed Purchase $1,097,457.80 ITEMS 8 & 11 Landers Ford $105,622.80 TOTAL BID AWARD: &1.097,457.80 The budgeted amount for items of this type is $2,100,561.00 in account 9700-1920-5802.00 as follows: Project 02078 $833,926.00 Project 02079 $624,461.00 Project 02081 $550,875.00 Project 02086 $ 91,299.00 With the purchase of these items at $1,0971457.80 we will have a balance remaining of $1,003,103.20 as follows: Project 02078 &3761218.00 Project 02079 $138,241.00 Project 02081 $4721263.00 Project 02086 $ 16,381.20 ( ‘,411e1`14,1i,y 501)4443495 Can wurr PERATI VOS IN7Eft-OFFICE MEMORANDIMI TO: Equipment Committee THRU: Greg Boettcher, Public Works Director FROM: W. A. Oestreich, Fleet Operations Superintendent DATE: February 26, 2002 FAX: SO1.444344 SUBJECT: BID AWARD RECOMMENDATION #01-55 Projects 02078 - 02079 - 02081 - 02086 Reference the attached Agenda Request for the Award of Bid 01-55, Items #1 through #11, to the lowest qualified bidders meeting specifications. The Vendors will be Ron Blackwell Ford and Landers Ford as listed below. These are budgeted items. The Bid Tabulation Sheet dated October 25, 2001, is included along with a copy of the formal bid that was sent to each of the vendors on the Bidders List Also attached are completed copies from the successful bidders. The lowest priced items which are the recommended items, comply with the minimum specification developed by the Fleet Operations Division. Specific assignment and reassignment of the units has been attached for your information. 1. 4 Door - 4 Wheel Drive Utility Vehicle per Item #1 of BLACKWELL 4 @ $26,204.00 Specifications attached: $104,816.00 2. Intermediate Extended Cab P/U 4 Wheel Drive per Item #2 BLACKWELL 13 @ $20,388.00 of Specifications attached: $265,044.00 3. Heavy Duty Extended Cab Dual Rear Wheel - Rear Wheel Drive per Item #3 of Specifications attached: BLACKWELL 1 @ $36,485.00 $ 36,485.00 Funds to Be Provided as follows: Account: 9700-1920-5802.00 Project: 02078 Budget: $833,926.00 Cost: $457,708.00 Balance Available for future purchases: $376,218.00 Project: 02079 Budget: $624,461.00 Cost: $486,220.00 Balance Available for future purchases: $138,241.00 Project: 02081 Budget: $550,875.00 Cost: $ 78,612.00 Balance Available for future purchases: $472,263.00 Project: 02086 Budget: $ 91,299.00 Cost: $ 74,917.50 Balance Available for future purchases: $ 16,381.50 These items have been evaluated for compliance with original specifications along with anticipated Manufacturer and Dealer support necessary to maintain them in a proper and efficient manner. A post bid conference was also held with the Bidders to assure compliance with our needs. It has been with an objective attitude that this bid has been evaluated. This recommendation has been reviewed by Representatives of the user Departments and Divisions with their justification and recommendations attached. UTILITY VEHICLE c. 0 (11) S24,356.75 8 a 8 40 14, 8 0 R WI VI co 10 IP 10 • 8 8 8 0 g 0 . 0 .Z WS 108 6 4 in 1.0 CO CO V 0 0 • .1% CO. es re 2 oft 0 r0 a; 0 ^ E VI 0 r3 VP zr ) 1 el 40 ri r. en a el el a el LI U.1 ej '0 .... /0 0/ —.5 fr- '-.." I. 03 CY s (2) 921,247.00 a g 8 8 8 •• 13 4 isi ci ei g .0 NI V re 6 a 0 r: ric sec 6 tei c re 2 2 en . ..... a a a ... ...... --- t .. r. • ir E —. m lc 1- (1 2 LEWIS FORD SALES INC (9) S32,217.00 P Vice Porch Mgr • • Ford /L -M 2002 MY Fleet Final Order Submission Dates 2/21/02 Inm Cars Continental Fleet Final Order Submission Date 6/14/02 LS 6/28/02 Toon Car Balanced (-nit Escort 3/29/02 ZX2 5/24/02 Crown Vic Balanced (1..ai Crown Vic Police •n••• Grand Marqui:i • Mustang 5/24/02 Focus 5/24/02 Taurus 5/24/02 Sable 5/24/02 Cougar 5/24/02 T -Bird Trucks F -Series (Heavy Duty) Super Duty (Over 85009 GVWR)111 4/5/02 Fleet Final Order Submission Date 4/26/02 Excursion 4/26/02 Econoline Van/ Wagon 5/24/02 FaSeries Light Duty (Under 85009 GVWR) bl 5/24/02 Escape 2/28/02 Ranger 5/24/02 Navigator Eta Expedit;on ced Windstar Van / Wagon 5/24/02 F- 650/750 natant:fit! Out Villager Wagon 3/28/02 Explorer Sport / Sport Trac 5/24102 Explorer / Mountaineer 4 - door 5/24/02 Blackwood 5/24/02 I/ Includes Stripped Chassis Is Includes SuperCrew Ngps: • Acceptence al an order le not a productko commttment *Selected options may be Want:0d out earlier than the above dates tsflectkig high demand and capacity shortages Explorer, 4x4 $26,204.001 F150,XCab,4x41 239 I F150,XCab,4x4I 286 F350,XCab14x4 Ranger 4x4 Explorer, 4x4 F150,XCab,4x4 287 01 214 71 GOrka Ranger 4x4 71 F250,XCab14x41 D3 co Ranger 4x4 2005 Ranger 4x4 Ranger 4x4 i $20,388.00 -n cn -n (31 F550,XCab14x4 — — Unit Replacement En CA 7 th (31 0 0 (.0 o m rs a >c 0 b 00 - x 0) co a x 0 co 11 tor 00) o) 1,XCab,4x4 1,XCab,4x4 0 X a cr 0 c 3 cr NJ N.) CD a NJ CD 0 CD N C) 0 CO NJ CO NJ 57 jth. X NJ N.) -4 Cr Du 10 th $37,911.00 I I $20,388.001 $31,952.00 I $31,952.00 $20,388.00 ! $41,146.001 8 Water/sewer! $395.81 $41,146.00 : 8 !Water/sewer I $395.81 $28,454.651 8 1 SMS $361.62 Parks , I Purchase ;Expected Location 64 NJ A 63 MM 412. 03 CD VI CO K3 VI EA NJ NJ C) CD ES N3 Du EA P0 SI P0 V) 6A N3 Dll. IA NJ 13 -0) S -43 S N3 2 -N) V ,_ 1.4 r1/4) 0 a CO 44 _ a ro ._P g co CO -... -.&-Kcika ti C3 0 V cn V cry _ 6 CD 6666 0000 a C) o 0 CD CD 666 000 6 ' Fire 8 ; Fire CD CD CD CD �a�� CD CD CD CD ._ I EMS ** -013 Water/sewer Parks Street Parks I Parks Meter I Meter Water/sewer Water/sewer * co -o > > c c mmm a ir mcm D M 0MM-11 min 0 0 co 0) 0) m m R R tit CD CD CD . a) co MO) co 3 o. co a) 3 0 Mgt " . :. RgR co a 0 * m $414.90 I $322.81 I $322.81 Monthly Replacement w co p ED a c) cn wT co.. cna .0) OD En CD T a co .1). NJ N.) w co 01NMCDO CO ... TwTT alma° -• el) .-. -. 6,6 en co w m I%) 6, .. 6363 w F.) N) S w634903 ro N3 .03 a www wmm 010)0) CO N -00 N $202.67 $588.32 I 1 $217.29 ' _$632.191 $217.29 $632.1 $202.67 $588.: $217.291 $171.25 $201.44 $584.64 $207.75 $603.56 $201 6363 N3 -"4 Du to NJ 0 EA N3 0 6212.87 212.87: 6171.251 235.90 ffi EA a. a. -.4 V as as .as V V as as t. & OH. in CA • cn —5 iQ K.) cn cn N.) K.) CA CA $584.E IS $618.93 $494.06 .1-$688.0i1 STS NTkl CO 0 .-u io So V co T T T 2 6 T 2 T 2 6 CO CD CO g c..) 8 ,6 a a 0) I 78 89,196 11010 I 40,402 I !: 79,112 177 1 119,607 119 ; 98,682 239 ' 81,862 " -4 1026 1111,034 291 117,698 286 • 53,138 274 243 110 NJ 214 NJ -4 231 N3 NJ I 2; NJ N3 -u 33 i 3Z 1 NJ NJ 227 51,5491 $221.10 $122.83 $34: 1'.3 NJ NJ 1 257 < xi 0 0 71) CA 4 -. -L ro -LCON301°C0 co .1& co .. 8 NJ WanCb rka C3 Du CO OM Co ND 5/17 CD 2 _5 as as 127,578 62,635 78,683 128,472 —A 98,531 85,868 71,061 84,757 57,490 .. r 64,831 ...X 118,446 $274.97 137,018 $92.54 [103,703 1 $274.97 C-3 —.a _... CO0 120-00 -s - ' bi (49 CO " r1/4) "th K 6 -4 (...1 -• co Is 01-4 _. ..s -• 0) (0 0) 03 co 0.1 n 0 $92.02 $141.00 ; $233.02 Sell $440.25 • $231.88 $672.13 ! Sell I $242.31 $130.01 j $372.321 Fire Dept 1 Ja9ui6u3 6C*39Z$ £6093 8c.6014 IIS 9t9g6$ . LE'176$ L6'69$ IIS 199' len IS 3 1£646L3$ $54.30 $83.20 $286.48 $53.74 $56.97 $280.11 $56.97 Monthly Replacemt WW W W 0303 63WIO4A 4:0-•63W !PEA IQ W NEA WMW m....1.. • 6 a STSTE-A 0 :ta. V CD N.) -4 en CO P CO 99) NJ OD C) C) co 0 CO 0 ca a -. -u ...A —'-.i W ft) (1) as as $196.69 $81.21 $184.87 EA Eft I $128.63 EA EA Maint.& OH Minimum I Disposition I Life to Date 1 Monthly Monthly 1 . Maint. Costs *0 co 0 DU 0 CO Du fa 40 OD CD CD in u) 64 CD tie CO tO .. CA .& 4s a Du ta ..-• 4/#) CLO A go C3 eD En En -4 CD CD CO CO eD io CD 5) co 0 is cn is CD 6 N.) -s Co im CO 4, 44 CO 44 OD 4, 4, C3 0 cn CA CD C) -A -A cn .. En OD EH tie $572.37 $135.92 $348.27 4;f1 $158.25 $178.65 $76.34 $438.58 63 $182.37 60 NJ I T TIITT. (0 01 KI N3 CA EA 4s oh 40. 44 NJ NJ CT NJ CA CID CO CD C) CO 0 .--• NJ OD N3 -4 C) eD 00 en CD OD ob N3 -A -u N.) OD eD OD CD NJ NJ N3 Pub.Lands Sell Pub.Lands I Sell PCP 1189 clOd cn cn 0 moo ell ell ell CD CD CD CD CD R• R- m 0 Cfi ffiffi ffi ffi 4» $35.981 $8,320.001 $6,809.00 $10,650.001 1. $15,314.001 $10,490.001 ffiffi ffi --•-• --kffiffi-• ffi -543 ffi ca -4 CO CT -A CO en T 66 6 00 0 0P0 0) 01 -4 (6) 66 00' a N3 -1 N3 CD 0000 o o cn w CID VD CO Du co o N..) -u N) 0 P00) OD CO 66 00 5.3 DU K) 8 F150,XCab,4x4 Ranger4x4 I Ranger 4x4 281 iF550,XCabi4x4 F550, Dump F250,XCab,4x4 261 , Ranger 4x4 1 Unit L Replacement mm OIC..) CA) F350, CC 431 Ranger 4x4 Ranger 4x4 01 01 csi 00 Ea hey pay for and 1008 "x b 00 co - -0 0 a 0 0 x 3 0 ca c As -13 maintenance. 1 These ar^ R I $1,097,457.80 I 4:049 $37,911.00 I 8 $41,146.001 8 ON $36,485.00 $31,952.00 $20,388.00 $20,388.00 Purchase Price a a a a a 49 a a so K) 0 0 CA) -4 MMM a aN) o so la la is) po a IQ io -co a CO CO 0100 CO o COOD-u • • 288 -+ - a a CO 88 8 P o i • s • • (1 . • I 8 ITI x o CD CD CO CO CD CD CO CO CD CD CD CDo /TT . • • to Street Water/sewer Street Solid Waste Sidewalks Solid Waste Water/sewer $395.811 $207.751 9 tn 5 I Inspections Location a: cn -n 13 u) OD a; CD -m CD * to o) ..... a) * m Ra a; Rw a; Ek = co $322.81 $322.81 $322.81 $414.90 L $406.061 $212.87 $618.93 264 _ $322.81 $322.81 $322.81 Monthly XI a 40 VD 51 •K3 to CO CA) co 06 (001 cn K3 CO --• r 01 .... 43 CD CO 61 13 CD 0 -. -. K3 7 4n K FMaint. & OH. ow KJ C) ru 4A 4u el K3 K3 0 CO V C.71 .-4 im cn c) a a -• -u -4 -4 -"'01 io KJ cn CT a KJ CO CID 0 a -• c� 0 co cn a K3 -».i -4 K) CID a -L -u K3 tri o 7 49 4/4 4A I $494.06 ILI $632.191 L $552.261 I $494.06 254 252 Monthly CD CD CD 12• E3 ES in 6 A CD tOtO4A 40.• 40i 22 /2 000 CD CD CD ES c 3 -u -u • 1/4// -L K3 K3 250 293 205 209 I 141 92,314 I $94.29 I 136 84,694 I $91.85 431 j 76,624 $120.88 309 138,508 j $125.29 Ka < m X m 8tNriV. CD 13 g CO a) KJ V 85,658 78,756 90,542 [ 105,695 141,675 68,347 _j I0,542 $375.68 I 73,094 I $54.75 1_96,301 I $103.87 L 78,756 117,007 K.) , K 11-) ua CD $125.84 $139.70 $286.481 $152.10 $275.53 1 $182.91 I $56.97 $55.46 $91.85 $138.42 $55.72 $92.86 i 9 I $67.81 I $110.57 I $286.48j $152.10 I Monthly Monthly Replacemt, 1Maint.& OH %A K3 di 49 co co -. a 03 cn is (a K1 CO tO CA ..). (11 01 4) 60 NJ A e0 er. co -A CP cO c) OD 40. C) eD Ea Ea a -. qa coo eD 40 404:0 a ...• -• -. 4u cA) 4u 74 eD CO -u (0 4.1 ..116 V 69 -4 CDCD OD 90 CO CO 911,;-A C0.01 Or 4 a .-+ I 41 43 -4 CO co -A .A 43 Jo. Jo. NJ OD CO -u co C3 CD - $265.54 $438.58 Utili 69 SA &A LA SA LW LA 1 i $438.58, Parks $385.12 Spare $4,914.00 L $178.38 Sell $7,623.00 Minimum Monthly cn 6572.37 ' Sell 230.27 • Sell $13,195.001 P36.08, Sell $12,528.00 I 230.27 I Sell $8,315.00 I 6361.32 Parks 6342.63 I Sell $19,063.001 220.161 Sidewalks WM 255.97 Parks M38.201 Sell ca ca ia o) t83.22 Sell 151.281 Parks -, CO cn at 7) $26,114.00 $13,221.00 $10,342.00 $8,212.00_ Life to Date I Maint. Costs -1 EA -4 b 43 tO co 1.) co 6 0 En 03 0 CITY OF FAYETTEVILLE nc:3; igusIleup Fayetteville, AR 72701 FLEET OPERATIONS 501-444-3494 INVITATION TO BID BID #: 01-55 DATE ISSUED: October 10, 2001 DATE & TIME OF OPENING: October 25, 2001 - 11:00 A.M. BUYER: Peggy Vice, Purchasing Manager, Room 306 - (501) 575-8289 DATE REQUIRED AS COMPLETE UNIT: 60 Days from receipt of order. F.O.B.: Fayetteville, AR *Guaranteed Delivery Date: '10- \O (6•15 ITEM: DESCRIPTION: QTY. PRICE PER UNIT 1. 4 Door - 4 Wheel Drive Utility Vehicle per Item #1 of Specifications attached: 2. Intermediate Extended Cab P/U 4 Wheel Drive per Item #2 of Specifications attached: Heavy Duty Extended Cab Dual Rear Wheel - Rear Wheel Drive per Item #3 of Specifications attached: Heavy Duty Extended Cab Dual Rear Wheel - Four Wheel Drive per Item #4 of Specifications attached: Heavy Duty Extended Cab Single Rear Wheel - Four Wheel Drive per Item #5 of Specifications attached: 2 4 2 4 1 JL.aC4 Q0 33' .11-1±^14/ (Li 390 ILI 3) °)S-, • 6. Heavy Duty Standard Cab Dual Rear Wheel - Four Wheel Drive per Item #6 of Specifications attached: 4 • 7. Heavy Duty Crew Cab Dual Rear Wheel - Rear Wheel Drive per Item #7 of Specifications attached: 1 3-7 11 1 Ton Standard Cab Dual Rear Wheel - Rear Wheel Drive Cab & Chassis per Item #8 of Specifications attached: 1 i),S1F I AL.ni_or1/49 dgs-iLt 1 Ton Extended Cab Dual Rear Wheel - Four Wheel Drive Pickup per Item #9 of Specifications attached: 1 3a al 1-1 10. Extended Cab - Four Wheel Drive Pickup per Item #10 of Specifications attached: 11. Extended Cab - Four Wheel Drive Pickup per Item #11 of Specifications attached: 3 1 RLT 1•1---I )4 )0a 4261S -Sol ALT- XL -1 ps" 03o EXECUTION OF BID - Upon signing this Bid, the bidder certifies that they have read and agree to the requirements set forth in this bid proposal, including terms and standard conditions, and pertinent information regarding the article being bid on. Unsigned bids will be rejected. *NAME OF FIRM: ROv-, gl(AL LA -0 Foul •BUSINESS ADDRESS: Cl (.3‘ S • *CITY: clevlionuAlc *STATE: AP. *ZIP. *PHONE: SDI- 'AV- 57 7J F AX: SOF (-16 7- gt/ *AUTHORIZED SIGNATURE: nn,v, 2 Uct lb Ul U2:22F0 FLEET UPERHIION:j 501-444-j4UE • P'a 121-1- €:•.e - • CITY OF FAYETTEVILLE rtigc :191%./1576-17; EINk Fayetteville, AR 72701 FLEET OPERATIONS 501-444-3494 INVITATION TO BID BID #: 01 55 DATE ISSUED: October 10, 2001 DATE & TIME OF OPENING: October 25. 2001 - 11:00 AM. BUYER: Peggy Vice, Purchasing Manager, Room 306 - (501) 575-8289 DATE REQUIRED AS COMPLETE UNIT: 60 Days from receipt of order. F.O.B.: Fayetteville, AR *Guaranteed Delivery Date: ci 0 ITEM: DESCRIPTION: QTY. • PRICE PER UNIT 4 Door - 4 Wheel Drive Utility Vehicle per ftem #1 of Specifications attached: Intermediate Extended Cab PA) 4 Wheel Drive per Item 1*2 of Specifications attached: 3 Heavy Duty Extended Cab Dual Rear Wheel - Rear Wheel Drive per Item #3 of Specifications attached: Heavy Duty Extended Cab Dual Rear Wheel - Four Wheel Drive per Item #4 of Spedfications attached: Heavy Duty Extended Cab 4, Single Rear Wheel - Four 54' ti,(105 Wheel Drive per Item #5 of Specifications attached v-- 5 2 4 /Ni 0 LS.(? 2 4 1 3 0'- F • 2 Re p. r Dein/ /2 So trfici: I 5 8 5" • 1 Utt It Ul Oe:22p FT OPERHIIUNS • Heavy Duty Standard Cab Dual Rear Wheel - Four .5 Wheel Drive per Item 46 /- of Specifications attached: Heavy Duty Crew Cab < Dual Rear Wheel - Rear tr,e-rf) ,t Wheel Drive per Item 47 t/L. of Specifications attached: 8 1 Ton Standard Cab Dual Rear Wheel - Rear Wheel Drive 5 < Cab & Chassis per Item 48 of Specifications attached: fo- 4 1 1 1 Ton Extended Cab Dual Rear, c Wheel - Four Wheel Drive Pickup per Item 49 eice of Specifications attached 1 10. Extended Cab - Four Wheel Drive Pickup per Item 410 5-` .,./5 t of Specifications attached- 6 it ct 3 11, Extended Cab - Four Wheel Drive t Pickup per Item #1 < of Specifications attathed: 1 tC1-444-34bt • 2.9-9 .5031-(1'nen r -Or pot," a, , P• 3 2750 r V XV C.../ 7C / / (0 -2- 2 Li, 3_c,-4 EXECUTION OF BID - Upon signing this Bid, the bidder certifies that they have read and agree to the requirements set forth in this bid proposal, including terms and standard conditions, and pertinent infomiation regarding the article being bld on. Unsigned bids will be rejected. 'NAME OF FIRM: 'BUSINESS ADDRESS: 00 S Lb)/ c rs, ry *STATE: A 'ZIP: a 0 V *PHONE: CC / -15.7.7 -2 ) 'FA .5!'• - < < (se, 'AUTHORIZED SIGNATURE: 1. OMI •4411101111" MEMORANDUM TO: 8111 Oestreich FROM: Paul Hawkins, OMI COPY: Billy Ammons DATE: February 26, 2002 SUBJECT: Vehicle Replacement Unit #251. This truck had the transmission rebuilt 6/3/98 at the cost of $1,097.00. The transmission is not working properly at this time and most likely will need to be rebuilt again at a much higher rate. The total cost of upkeep on this truck for the past three years has been approximately $3500.00 without the current transmission problem. It is our opinion that it would not be cost effective to continue to spend money on this truck. Thank you tg- •I \ #4 ./f , 0 Cs 1/4 4 .1/4. A. SS. AA A.P1 j• THE CITY OF FAYETIEVILLI. ARKANSAS DEPARTMENTAL CORRESPONDENCE To: From: Date: Subject: • Bill Oestreich, Fleet Operations Superintendent Terry Gulley, Turf & Facility Coordinator February 25, 2002 Purchase of four wheel drive vehicles ***** ************ ****** ***** ************************************************* The Parks and Recreation Division is requesting for Fleet Operations to provide us with additional 4x4 vehicles for our fleet use. The Parks & Recreation Division encompasses more than 3500 acres of which the terrain varies widely from parks located within the city to wilderness areas. Thus due to the increased operations provided by this division regardless of conditions, our efficiency is greatly improved with the additional traction supplied by these vehicles. Thank you for your help in making us as efficient as possible. 501.4443493 • ant Wrif St, A FLEET PRRAM INTEROFFICE MEMORANDUM FAX 501 440425 TO: Equipment Committee THRU: Greg Boettcher, Public Works Director FROM: W. A. Oestreich, Fleet Operations Superintendent DATE: February 26, 2002 SUBJECT: BID AWARD RECOMMENDATION #01-65 Projects 02078 - 02079 - 02081 - 02086 Reference the attached Agenda Request for the Award of Bid 01-55, Items #1 through #11, to the lowest qualified bidders meeting specifications. The Vendors will be Ron Blackwell Ford and Landers Ford as listed below, These are budgeted items. The Bid Tabulation Sheet dated October 25, 2001, is included along with a copy of the formal bid that was sent to each of the vendors on the Bidders List. Also attached are completed copies from the successful bidders. The lowest priced items which are the recommended items, comply with the minimum specification developed by the Fleet Operations Division. Specific assignment and reassignment of the units has been attached for your information. 1. 4 Door - 4 Wheel Drive Utility Vehicle per Item #1 of BLACKWELL 4 @ $26,204.00 Specifications attached: $104,816.00 2. Intermediate Extended Cab P/U 4 Wheel Drive per Item #2 BLACKWELL 13 @ $20,388.00 of Specifications attached: $265,044.00 Heavy Duty Extended Cab Dual Rear Wheel - Rear Wheel Drive per Item #3 of Specifications attached: BLACKWELL 1 @ $36,485.00 36,485.00