Loading...
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.