Loading...
HomeMy WebLinkAbout81541 RESOLUTION NO. 8,154 267 2 3 A RESOLUTION AUTHORIZING THE CITY MANAGER TO ACCEPT 4 BIDS AND AWARD CONTRACTS FOR THE PURCHASE OF MOWING 5 UNITS FOR CITY GOLF COURSES, TURF CARE VEHICLES FOR 6 GOLF COURSE MAINTENANCE, AND DUMP TRUCKS FOR THE 7 DEPARTMENT OF HUMAN AND GENERAL SERVICES, FLEET 8 SERVICES DIVISION; ANNUAL CONTRACTS FOR BODY WORK FOR 9 THE FLEET SERVICES DIVISION OF HUMAN AND GENERAL 10 SERVICES AND TRAVEL SERVICES FOR VARIOUS DEPARTMENTS. 11 12 NOW THEREFORE, BE IT RESOLVED BY THE BOARD OF DIRECTORS OF 13 THE CITY OF LITTLE ROCK, ARKANSAS: 14 SECTION 1: The City Manager is hereby authorized to accept 15 bids and award contracts for the purchase of the following: 16 1. Mowing units for City golf courses for the 17 Department of Human and General Services, Fleet 18 Services Division, in an amount not to exceed 19 $43,023 to Capital Turf and Equipment Company and 20 Turfaid. 21 2. Turf care vehicles for City golf maintenance 22 for the Department of Human and General Services, 23 Fleet Services Division, in an amount not to exceed 24 $20,570 to Capital Turf and Equipment Company. 25 3. Two 10 yard dump trucks for the Department of Human 26 and General Services, Fleet Services Division, in an 27 amount not to exceed $76,146.22 to Bale Chevrolet. 28 4. One 5 yard dump truck, two stake bed dumpt trucks 29 with optional stake and steel sides for the 30 Department of Human and General Services, Fleet 31 Services Division, in an amount not to exceed $75,866 32 to Robinson International. 33 5. Annual contract for body work for the Department of 34 Human and General Services, Fleet Services Division, 35 36 e -� i 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 in an amount not to exceed $45,000 to Collision 26 O Specialists. 6. Air and other business travel services for various departments in amounts not to exceed the budget to World Wide Travel. ADOPTED: June 6, 1989 ATTEST: C Y CLERK J E CZECH APPROVED AS tTO /,,v k,— MARK STODOLA, CITY ATTORNEY APPROVED: M.M. j'Md/,, o/ YD G. VILLINES, III 265 PURCHASING FACT SHEET BID NO: 9168 DATE OPE FD,: April 27, 1989 DEPAMMM: Fuman and General Services (Fleet) DESCRIPTION: *lowing Units for City Golf Courses FMIM: Fleet Replacement ACCOUNT V0: 600- 214 - 6020 - (6021) -7040 ACODIM AVAILABILITY: 1,389,952 APIMPRIATION OR TRANSFER REQUIRED: S None Ak11M OF KW ASE: Z 43,023.00 Slh,t'F, Sim ANARDEE: See Tabulation. It is recommended that the low bid meeting specifications for item one be accepted. Capital Turf was disqualified on item two for failing to meet tt minimum engine specifications. They bid a 14 HP engine with a cubic inch displacement of 31.27 when the specification called for a 16 FP with a ,ninumun displacement of 35 cubic inches. 11111 to i "'i it �I a Ion No ON .. i Nil INN fr - - - 4.70 r FI U i W I H a CL U H a H U W f, 5F / J Y ii Lr U cc cr L C cr j CI W F G cr H CC cc I I U C2 G h �I a M M 27i PURCHASING FACT SHEET BID NO: 9164 DATE OPEIZD: April 21. 1989 DEPAR 424T Human and General Se -vices (Fleet) DESCRIPTION: Turf Care Vehicle for Golf Course Maintenance FUNDING: Fleet Replacement ACCOLM NO: 600 - 214 - 6020 - 6021 -7060 ACCOUW AVAILABILITY: 1,722,252 APPROPRIATION OR TRANSFER RE(ZJIRED: S None_ AMKXIDIr OF PURCHASE: $ 20.570 SUGGESTED ANARDEE: Capital Turf & Equipment Compam Alexander AR RECOIOMMON A ID DISCUSSION: It is recommended :hat the bid submitted by Capital Turf & Equipment Company be accepted. Turfaid bid a three -wheel unit instead of a four wheel which was specified. They failed to meet the hors( power requirements and their unit isn't adaptable to a cor? harvester which was specified. Bob TL, .d, Inc. requested that their bid be withdrawn from consideration. They failed to respond to specifica- tions and did not bid the requested equipment. 1 .1 4 a 4 H rII v. c r I w E � J � � - .r cr _ w r - F U: J Q a. .1 4 a 4 H rII L4 c I w E � J � � - w _ w r F U: U o =M =m yI r A 2 wl til 0 a 0 0 0 0 0 r\ tf1 O N co u'1 M .r W T 273 PURCHASING FACT SHEET BID NO: 9187 DATE OPENED: 5 -22 -89 DgpAr¢;; Human & General Services (Fleet) DESCRIPTION: Dump Trucks FUNDING: Fleet Replacement ACCT NO: 600 - 214- 6020 - (6021) -7060 ACCOUNT AVAILABILITY: $1,722,252.00 APPROPRIATION OR TRANSFER REQUIRED: $ None AMXNT OF PURCHASE: $ 152,012.22 SUGGESTED AWARDEE. See Tabulation AND DISCUSSION: It is recommended that the low bidder for each item be accepted. A ro NIh 1 C i� O = H U r O H r N cc h N� � N � I w ci --4I w 0 �I W 6 a w U a 74 O a H I—I w ro P4 H v w u Uo 0 0 o Ho 0 w� o O H O Lr) W U a 0 ro w U °o S m r-I [u w i N M H H � cf L w O r p 0 c �S S r2 6 .H N A +� N w M M N d N v �S in w H a N rn ce F n Lr N CC N U I .� .1 a.� b l I Hz W A H /Iy 0 �H ro Gro a Q r H °" fa; . wn �I l --4I w 0 �I W 6 a 275 PURCHASING FACT SHEET BID W: C9022 DATE OPENED: April 10, 1989 IVARrMT: Human and General SPrvi cPs 1E1 PPt SpnTi raa DESCRIPTION: Annual Contract for Body Work FUNDIMC: Fleet Support ACCOUNT 40: 600- 214 - 6030 - (6033) -9201 ACCOUYP AVAILABILIV: $49,000 APPROPRIATION OR TRANSFER REQUIRED: S None •` • +�.• , . � .. 111 Sti(GES ED ANARDEE: See recommendation and discussion. It is recommended that the award be given to Collison Specialists. They were the low bidder considering labor and parts pricing as they offered a greater discount on parts. It is also recommended that Little Rock bodge be allowed to be an alternate supplier when Collison Specialist cannot respond. 276 BID #: C9022 DEPT: Hunan & General Services /Fleet Services DESCRIPTION: Annual Contract for Body Work ACCOUNT #: 600- 214 - 6030 - (6033) -9201 ACCOUNT AVAILABILITY: $49,000 TABULATION: Labor Cost Bale Chevrolet--,. Sedans /Light Trucks $24 /hour Walt Bennet Ford Sedans /Light Trucks $24 /hour Collision Specialist Sedans /Light Trucks $20 /hour Green's Paint Sedans /Light Trucks $24 /hour Little Pock Dodge Sedans /Light Trucks $20 /hour Robinson Intl. Trucks Sedans /Light Trucks $27 /hour 277 PURCHASING FACT SHEET BID NO: 9.159 DATE OPENED: 4 -20 -89 DEPARTMENT: Various DESCRIPTION: Travel Services FUNDING: Various - Annual Purchase Order ACMIfNT NO: Various - Annual Purchase Order ACCOUNT AVAILABILITY: Annual Purchase Order APPROPRIATION OR TRANSFER REQUIRED: $ None AMOUNT OF PURCHASE: $ 65,000 Estimated for Air Travel SUGGESTED AWARDEE: World Wide Travel Little Rock , AR RECONNENDATION AND DISCUSSION: See attachment. it RECOMMENDATION AND DISCUSSION: 276 Proposals were issued to thirty -six area travel companies seeking an exclusive provider for the City's travel requirements. Eleven companies responded and their proposals were evaluated by a committee comprised of Jerry Paul, Purch- asing Agent, Gary Davis, Director of Accounting & Reporting, Capt. Randy Reed, Captain of the Patrol Division, LRPD, Hallie Simmons, Little Rock Convention Bureau, and Teresa Bryant, Director of Sales and Marketing, Camelot Hotel. The committee recommends that the City award a contract with World Wide Travel. The contract will require the City to exclusively use World Wide for all air travel and any lodging or car rental not pre- arranged by conferences or seminars. In return, World Wide will book all of the City's air travel at the lowest air rates available, provide requested reports, deliver tickets, arrange for lodging and car rentals and guarantee the City a discount of at least one percent on our purchases. The City has approximately $65,000 budgeted for air travel expenses, and $90,000 budgeted for lodging. The recommendation to contract with a sole travel service provider is justified for the following reasons: .1). The contractor selected has available state of 'she art equipment which will always assure the City that the lowest possible rate will be available. In lieu of individual "Frequent Flier" objectives the City will be able to take advantage of all discounts, credits, and package -deal offerings which will minimize our travel cost. 2) Credits to the City for air fare alone will be approximately $1000. 3) "Perks" available for the City and the traveler include $400,000 in no -cost travelers' insurance, one -day free parking at the Little Rock Municipal Airport and the recommended contractor will offer their services to City employees for personal travel. 4) The contractor provides for immediate confirmation and complimentary ticket delivery guaranteed by 1:00 p.m. and 5:00 p.m. or picked up at the airport in the case of an emergency. 5) Perhaps the most important advantage will be the "tailored" automated reports the contractor will supply the City. The bid requires the provider to work with the Finance Department to establish cost centers for more detailed travel reporting. This service will be provided by the contractor as per our terms freeing time for the Accounting Division. 6) Having one contractor will better enable the City to educate them as to our travel procedures and guidelines. We can require the contractor to stay within our parameters and objectives of our travel policies when working with the various departments. REQUEST FOR PROPOSALS (TRAVEL SERVICES) 275 The City of Little Rock is seeking the services of a travel agency to contract for its needs for out -of -town travel, lodging, car rentals, and other costs associated with travel. It is estimated that the City spends $65,000 for air travel and $90,000 for lodging per year; however, there is no commitment or guarantee of this volume. All agency fees are to be paid by the companies for whom you make bookings. The successful bidder for this contract will be the sole agent for the City for one year. All proposals must address the following subjects in the order indicated. 1. History of your company. 2. Brief description of the size and organization of your staff. 3. Biography of individuals to be assigned to the City of Little Rock account. 4. Airlines you service. 5. Major hotel and motel chains you service. 6. Car rentals you service. 7. Your ticket delivery policy. (Will you deliver to all City locations ?) 8. Turnaround Time. 9. Detailed narrative of how you propose to service the City. 10. Three references from clients of comparable size, with names and contact phone numbers. 11. List perks your firm will provide which will enhance comfort and convenience to the traveler. 12. List perks your firm will provide which will produce a favorable financial consequence for the City. Proposals must be submitted to Jerry Paul, Purchasing Agent, City Hall - Room 300, 500 West Markham, Little Rock, AR 72201 no later than 1 :00 p.m. April 20, 1989. Five copies of your proposal are requested upon submission. No proposals will be accepted after that time. 1 i 280 All proposals will be evaluated by a selection committee pursuant to Ordinance 15,221. Selection will be based on the committee's review and scoring on the following criteria. Note that each criteria will be given a weighted value. CRITERIA RATING X WEIGHT = SUBTOTAL (0 -10) A. Company Experience (1) _ B. Staff Experience (2,3) C. Travel Services (4,5,6) _ D. Customer Services (7, 8, 9, 10, 11) _ E. Savings Potential (12) 100 M