HomeMy WebLinkAboutRESOLUTION 1991-72Suggested by: ~ Adminism~tion
CITY OF KlflqAl
~LtrrlON NO. 91-72
A RESOLUTION OF THE COUNCIL OF THE CITY OF KENAI, ALASKA AWARDING
TI~ BID FOR AN AmPORT SWlB~HIt TO YUKON EQUIPMHNT, INC. FOR A TOTAL
AIVIOUNT OF $101,981.00.
WttBR~S, 'the City of Kenai received the followin$ bids for the above menfion~ Airport
Sweeper on November $, 1991:
J & S SERVICE COMPANY
YUKON EQUIPMENT
MCDONALD INDUSTRIES
SAHLB~O EQUIPMENT
TOTEM EQUIP.IVIENT
BID #1 - $ 89,~05.00
BID g2 - 102,908.00
101,981.00
102,086.00
102,978.00 ~
BID #1 - 10~,000.00 '
BID g2 - 121,800.00
Wi~S, Yukon Equipment's bid is the lowest responsible bid me,ting specifications, and
WHEREAS, this award is contingent upon FAA approval, and
WttEREAS, this award is contingent upon Federal and State fanding, and
V~-iBAt~AS the Council of the City of Kenai has determined that awarding this contract to Yukon
Hquipment for the total amount of $101,981.00 is in the best interest of the City.
NOW, . ~ .THEREF~ ORE,.BE IT RESOLVED BY THE COUNCIL OF THE CITY OF KENAI,
ALASKA, that the bid for an Airlmrt Sweeper be awarded to Yukon Equipment for the' total
amount of $101,981.00.
PASSED BY THE COUNCIL OF THE CITY OF KENAI, ALASI~, this 20th day of
November, 1991.
ATTEST:
Carol L.. Freas, City Clerk
Approved by Fi.na~.~: ~
Written by Pubhc Works:
H/6/gltkv
, IVIAYOR
CITY OF KENAI
210 l;idalgo Avenue
Kenai, Alaska 99611
TELEPHOI~ 283-7535
FAX ~'~-283-30!4
November 8, 1991
Patty Sullivan
Civil Engineer, Safety and
Airports D/v/sion, FAA
222 W. 7th Ave, #14
Anchorage, AK 99513-7587
Standards Branch
BUB~ECT:
~XRPORT BWBEPER BiD
Bids were received November 2nd for
purchase. The bidders, make and model
are as £ollows:
the referenced
of equipment bid,
equipment
and costs
J & S SERVICE CO.
YUKON EQUIPMENT
MCDONALD IND.
J a S SERVICE CO.
SAHLBERG EQUIPMENT
TOTEM EQUIPMENT
TOTEM EQUIPMENT
TYMCO MODEL 600
ELGIN EAGLE
FMC VANGUARD VXO00 SP
TYMCO MODEL FHD
MOBIL M9-B
TYMCO MODEL 600
TYMCO MODEL FHD
$ 89,505 00
$1Ol,9 1]oo
$102~086.00
$102,908.00
$102,978.00
$105,000.00
$121,800,~00
We have reviewed each bid for compiiance WitCh the bid
specifications and conditions. We have prepared-a brief summary of
each bid and enclosed a copy of each bid package received.
J &_SSERVICE CO.
Bid 1:
This equipment does not have the high-dump capability
required, and the pick-up system is a broom assisted air
method rather than the brush and elevator system
specified.
Bid 2:
The pickup system uses no rear broom only an air head.
Also,.since J &. S Service Co. did not include a Tax
Compliance Certificate signed by the proper ~enai
Peninsula Borough authority, the City of Kenai cannot
consider this bid.
YUKON_. EOUIPMENT. INet'
This equipment appears to substantially meet specifications .
The only deviations are-minor and would not affect the
intended use or operation. The complete bid package appears
in order.
MCDONALD INDUSTRIF~
The dumping mechanism dumps £rom the rear rather than the side
as specified. This may not be a problem, however, it does
appear to be a significant deviation from the specifications.
The other items in the bid package are complete.
SAHLBERG EOUIPM__RN~
This sweeper has no exceptions to the specifications however,
the Tax Compliance Certificate was not signed by the Kenai
Penineula Borough.
TOTEM_EOUIPM_.~fNT
The same equipment was bid as that from J & S Service Co. and
the Tax Compliance Certificate was not complete.
In summary, the lowest responsible bid that we feel can Be
considered is that of Yukon Equipment to furnish an Elgin Eagle at
a cost of $101,981.00.
We would like to award' this bid at our November 20th City Council
of ~he bid
meeting with your concurrence.
proposals would be aPPreciated.
Please contact me if. you have any questions...
Your earliest review
JaCk'La~ Shot
City Engineer
JL/lh