Loading...
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