HomeMy WebLinkAbout83371
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
258
RESOLUTION NO. 8.337
A RESOLUTION AUTHORIZING THE CITY MANAGER TO
ACCEPT BIDS AND AWARD CONTRACTS FOR THE
PURCHASE OF 2 6 -YARD DUMP TRUCKS; 1 TRACK
LOADER, AND 1 LOADER BACKHOE FOR THE DEPART-
MENT OF HUMAN AND GENERAL SERVICES /FLEET
SERVICES,AND POLICE TROUSERS AND SHIRTS FOR
THE LITTLE ROCK POLICE DEPARTMENT.
NOW, THEREFORE, BE IT RESOLVED BY THE BOARD OF DIRECTORS OF
THE CITY OF LITTLE ROCK, ARKANSAS:
SECTION 1. The City Manager is hereby authorized to accept
bids and award contracts for the purchase of the following:
(a) 2 six -yard dump trucks for the Department of Human
and General Services /Fleet Services in an amount not
to exceed $62,320.00 to Robinson International.
(b) 1 track loader for the Department of Human and General
Services /Fleet Services in an amount not to exceed
$105,879.39 to Newton Equipment.
(c) 1 loader backhoe for the Department of Human and
General Services /Fleet Services in an amount not to
exceed $25,217.14 to Capitol Ford.
(d) 360 police trousers and 600 shirts for the Little Rock
Police Department in an amount not to exceed $25,629.00
to Schneiders.
ADOPTED: August 7, 1990
ATTEST:
APPROVED:
2 -y/
• 259
PURCHASING FACT SHEET
BID NO: 0312 DATE OPENED: JUNE 22, 1990
DEPARTMENT: HUMAN AND GENERAL SERVICES - FLEET
DESCRIPTION: SIX YARD DUMP TRUCKS (2)
FUNDING: FLEET REPLACEMENT
ACCOUNT NUMBER: 210 -214- 0139 -7060
APPROPRIATION OR TRANSFER REQUIRED: NONE
ACCOUNT AVAILABILITY: $682,661.00
AMOUNT OF PURCHASE: $62,320.00
SUGGESTED AWARDEE: ROBINSON INTERNATIONAL
LITTLE ROCK, AR
RECOMMENDATION AND DISCUSSION: It is recommended that the low bid
submitted by Robinson International be accepted.
BID * : 0312
DESCRIPTION: Six Yard Dump Trucks (2)
DEPARTMENT: Human and General Services - Fleet
TABULATION
ITEM 1 - Six Yard Dump Truck (2 ea.)
Robinson International
Bale Chevrolet
Walt Bennett Ford
Tri -State Mack
($31,160.00
32,015.46
33,139.05
34,152.00
Total
$62,320.00)
64,030.92
66,278.10
68,304.00
Award
260
261
PURCHASING FACT SHEET
BID NO: 0318 DATE OPENED: July 9, 1990
DEPARTMENT: Human & General Services - Fleet
DESCRIPTION: Heavy Equipment - (1) Track Loader (1) Loader Backhoe
FUNDING: Fleet Replacement
ACCOUNT NUMBER: 210 -214- 0139 -7040
APPROPRIATION OR TRANSFER REQUIRED: None
ACCOUNT AVAILABILITY: $ 813,756
AMOUNT OF PURCHASE: $ 131,095.86
SUGGESTED AWARDEE: See Tabulation
RECOMMENDATION AND DISCUSSION: It is recommended that the low bid
for each item be accepted.
BID #: 0318
DESCRIPTION: Heavy Equipment - (1) Track Loader (1) Loader Backhoe
DEPARTMENT: Human & General Services - Fleet
TABULATION
Item 1 - Track Loader
Newton Equipment
Midco
Capitol Ford
Case Power & Equipment
Item 2 - Loader Backhoe
Capitol Ford
Newton Equipemnt
Case Power & Equipment
Midco
($105,879.39)
131,500.00
NO BID
NO BID
($25,217.14)
27,258.47
28,836.00
29,214.00
A14ARD
262
263
PURCHASING FACT SHEET
BID NO: C0020 DATE OPENED: May 11, 1990
DEPARTMENT: Police
DESCRIPTION: Police Trousers & Shirts
FUNDING: General
ACCOUNT NUMBER: 100- 350 - (5200/5300/5500 /5510/5600) -2020
APPROPRIATION OR TRANSFER REQUIRED: None
ACCOUNT AVAILABILITY: $ 100,040.23
AMOUNT OF PURCHASE: $ 25,629.00
SUGGESTED AWARDEE: Schneiders
N. Little Rock, AR
RECOMMENDATION AND DISCUSSION: It is recommended that the bid
submitted by Schneiders be accepted for each item. See attached
page for justification of disqualifications.
Bid *: C0020
DESCRIPTION: Police Trousers & Shirts
DEPARTMENT: Police
TABULATION
Item 1 - Trousers (360 ea.)
Boykins $7,290.00
Farriors 7,808.40
Martin Southern 8,182.80
Schneiders (8,604.00)
Item 2 - Shirts (600 ea.)
Farriors
$13,675.00
Boykins
15,078.00
Schneiders
(17,025.00)
Martin Southern
17,164.00
AWARD
AWARD
264
r� �■ r r r r rr r r r r r r r it
265
ITEM 1 - Trousers
Boykins - Disqualified for the following reasons:
1. Button tab on left rear pocket too short forcing pocket to
pucker.
2. Hook and eye smaller and not attached to inner support.
3. Pockets not cut on quarter cut design.
4. Snugtex waistband not sewn into waistband (sewn on top).
5. Lining shows above waistband.
6. No' apparent roll band.
7. Belt loops too narrow.
8. Appears to be lighter weight material.
9. No care instructions.
10. Workmanship is poor quality (uneven stitching, crooked cut
material).
Farriors - Disqualified for the following reasons:
1. Zipper is metal and does not appear to be durable. (in the
sample submitted the zipper was broken).
2. Hook and eye fasteners are not bartacked.
3. Specification calls for two bartacks inside base of fly.
( Farrior's only has one).
4. Crotch is lined on the specified pant which helps absorb
perspiration and prevents wear, Farrior's doesn't offer this.
5. Waist of the specified female pants has elastic, Farrior's
does not.
Martin Southern - Disqualified for the following reasons:
1. Failed to provide local alteration point as called for in
bid.
2. Failed to provide samples as called for in bid.
w w w w �w w w ■w w w■ w w w it w
266
ITEM 2 - SHIRTS
Farriors - Disqualified for failure to provide Bi -Swing feature
required in the specification. This feature provides more
comfort and allows the officer to wear bullet proof vests
under shirt. This is not an only source. Manufacturers
simply will not construct this style shirt.
Boykins - Disqualified for the following reasons:
1. No eyelets on badge tab.
2. No support on badge sling.
3. Shoulder straps uneven.
4. Velcro on pockets not lined up and already loose.
5. Zipper not attached well.
6. Collar lining is different color, different material and is
visible with collar open.
7. Left pocket does not open at top.
8. Shirts are sized S - M - L and XL, not by neck size, shirts do
not appear to be proportioned in size and would cause each
officer to have to be measured according to new sizes.
9. Points of collar are much shorter than Horace Small.
10. Buttons are two hole plastic.
11. Placket front sewn uneven.
12. Workmanship is poor quality.