Loading...
6540 j r , RESOLUTION NO. 6 , 540 A RESOLUTION ACCEPTING BIDS AND AUTHORIZING THE CITY MANAGER TO AWARD CONTRACTS FOR EQUIPMENT FOR THE FIRE DEPARTMENT, REPLACEMENT PARTS FOR THE TRAFFIC SIGNAL SYSTEM TIRE RECAPPING, FOR PROPERTY INSURANCE FOR CITY-OWNED STRUCTURES AND ROOFING REPAIRS FOR CERTAIN CITY-OWNED BUILDINGS; WAIVING COMPETITIVE BIDDING IN THE AWARD OF A CONTRACT FOR REPLACEMENT PARTS FOR THE CITY' S COMPUTERIZED TRAFFIC SIGNAL SYSTEM; DECLARING AN EXCEPTIONAL SITUATION IN THE CASE OF PURCHASE OF REPLACEMENT PARTS FOR THE CITY' S COMPUTERIZED TRAFFIC SIGNAL SYSTEM; AND FOR OTHER PURPOSES . WHEREAS , an invitation to bid was duly advertised and bids received pursuant thereto are attached as exhibits for the following: EXHIBIT A. Breathing masks , air tanks and fire extinguishers for the Little Rock Fire Department; EXHIBIT B. Annual contracts for tire capping ; EXHIBIT C. Property insurance for City-owned structures; EXHIBIT D. Roofing repairs for buildings one and two of the zoo, for the Dunbar Recreation Center and the Rebsamen Park Clubhouse; and WHEREAS , the lowest responsible and responsive bidders have been determined, and it is the desire of the Board of Directors to authorize the issuance of contracts for such purposes to the lowest responsive and responsible bidders; and WHEREAS , an exceptional situation exists in the purchase of replacement parts for the City' s computerized traffic signal system in that there is a sole source for such equipment as Honeywell is the only distributor for the necessary replacement parts and, therefore, it has been determined that competitive bidding should be waived. NOW, THEREFORE, BE IT RESOLVED BY THE BOARD OF DIRECTORS OF THE CITY OF LITTLE ROCK, ARKANSAS: SECTION 1 . An exceptional situation is hereby declared to exist in the case of the purchase of replacement parts for the City' s computerized traffic signal system in that Honeywell is the sole source distributor for such replacement parts . SECTION 2. Competitive bidding is hereby waived in the awarding of a contract for replacement parts for the City' s computerized traffic signal system. SECTION 3. The City Manager is hereby authorized to enter into a contract with the bidders named on the attached exhibits for a total contract price as set out , the funds for which have been allocated in the 1981 budget for tire capping and breathing masks , air tanks and fire extinguishers for the Little Rock Fire Department . SECTION 4. The City Manager is hereby authorized to enter into a contract with Honeywell for replacement parts for the City' s computerized traffic signal system. SECTION 5 . All items to be purchased herein shall comply with the bidding specifications. Upon receipt of the items or from time to time as may be required, the City Manager and the Director of Finance are hereby authorized and directed to issue the necessary warrants in payment of the contract price. SECTION 6 . This resolution shall be in full force and effect from and after its adoption and approval . ADOPTED: April 7 , 1981 ATTEST: Itrj i _ _ ,.. APPROVED: _ o r f Ci. y Cle / May CITY OF LITTLE ROCK PURCHASING AWARD OF BIDS OR SERVICES FACT SHEET DATE March 20, 1981 DESCRIPTION: RECOMMENDATION: Breathing masks, air tanks and fire X ACCEPT extinguishers for the Little Rock WAIVE COMPETITIVE BIDDING Fire Department. VENDOR: D & D FIRE AND SAFETY 5602 PATTERSON LITTLE ROCK, AR. BID PROCESS: x LOW BID OTHER THAN LOW BID PROFESSIONAL SERVICES: LOW BID NEGOTIATED DISCUSSION: OTHER (EXPLAIN) It is recommended that the award be given to the low bidder for each FUNDING: item. Item one is awarded' to D & D FUND' GENERAL Fire & Safety by virtue of Ark. Pref. OPERATING Ex SPECIAL PROJECT 0 AMOUNT BUDGETED: $11,300 APPROP. OR TRANS. REQUIRED: NONE ACCOUNT NUMBER: 181-4200-7.11 AMOUNT OF PURCHASE: $ 11,220.00 BID NO:1155 DATED:MARCH 13, 1981 Certified By: Jerry Paul Purchasing Agent :;e4/7 J M. BID# 1155 ITM 1 COMMODITY BREATHING MASKS & AIR TANKS DEPARTMENT LITTLE ROCK FIRE DEPARTMENT FIRE APPLIANCE & SAFETY ARK. PREF. $13,940. WYATT SAFETY ARK. PREF. 12,354. CLEMENT SAFETY ARK. PREF. 12,824. TREADWAY ELECTRIC ARK. PREF. 13,085. OZARK FIRE EXTINGUISHERS 13,538. ROCKFORD SAFETY EQP. NO BID CASCO 11,110 BILL STOREY FIRE & SAFETY 14,126 GRIFFIN MUNICIPAL SUPPLY 13,330 D & D FIRE & SAFETY ARK. PREF. (11,130) AWARDED BY VIRTUE OF ARK. PREF. FIRE APPARATUS 14,442 DIRECT SAFETY NO BID GRIFFIN MUNICIPAL SUPPLY 13,005 GRIFFIN MUNICIPAL SUPPLY 14,010 ITEM 2 COMMODITY FIRE EXTINGUISHERS FIRE APPLIANCE & SAFETY ARK. PREF. $120.00 WYATT SAFETY ARK. PREF. 100.80 CLEMENT SAFETY ARK. PREF. 104.00 TREADWAY ELECTRIC ARK. PREF. 99.00 OZARK FIRE EXTINGUISHERS 121.50 ROCKFORD SAFETY EQP. 120.00 CASCO NO BID BILL STOREY FIRE g. SAFETY 102.00 GRIFFIN MUNICIPAL SUPPLY 100.00 D & D FIRE & SAFETY ARK. PREF. (90.00) AWARDED, LOW BIDDER FIRE APPARATUS 220.00 DIRECT SAFETY 138.60 GRIFFIN MUNICIPAL SUPPLY 100.00 4 CITY OF LITTLE ROCK PURCHA SING AWARD OF BIDS OR SERVICES FACT SHEET DATE March 2 4 , 19 81 DESCRIPTION: RECOMMENDATION: ANNUAL CONTRACT FOR TIRE CAPPING X ACCEPT WAIVE COMPETITIVE BIDDING Contract Period: To April 30 , 1982 VENDOR: Primm Tire & Retread ServicE: 2222 E. Broadway N. Little Rock , AR 72114 BID PROCESS: X LOW BID OTHER THAN LOW BID PROFESSIONAL SERVICES: LOW BID DISCUSSION: NEGOTIATED OTHER (EXPLAIN) Recommend award to low bidder. FUNDING: Estimated Purchases : $15 , 700 .00 FUND: General/Street OPERATING ID SPECIAL PROJECT ❑ Should Primm Tire fail to be able to AMOUNT BUDGETED Annua 1 Purchase Ordel: service this contract, recommend award to next low bidder, ABC Treadco. APPROP. OR TRANS. REQUIRED: None ACCOUNT NUMBER: Various AMOUNT OF PURCHASE: $Annual Purchase Order Not to Excee Budget BID NO: C1017 DATED: March 23 , 1981 Certified By: Jerry Paul Purchasing Agent ' 1111 m 1 • "" 111 11111 ° � I' iv IL' CITY OF LITTLE ROCK PURCHASING AWARD OF BIDS OR SERVICES FACT SHEET DATE April 1. 1981 DESCRIPTION: RECOMMENDATION: Roofing repairs for the following structures: X ACCEPT 1) Bldgs. l&2 for The Zoo of Arkansas 2) Dunbar Recreation Center WAIVE COMPETITIVE BIDDING 3) Rebsamen Park Club House VENDOR:A.w. Hepp Co. 401 Delta Drive Little Rock, Ar. BID PROCESS: LOW BID x OTHER THAN LOW BID PROFESSIONAL SERVICES: LOW BID DISCUSSION: NEGOTIATED OTHER (EXPLAIN) It is recommended that the award be given to the second low bidder, A. W. FUNDING: Hepp Co. The low bid submitted by Bob Via Co. failed to meet specifi FUND:General Bond cations in that they would not remove OPERATING Q SPECIAL PROJECT the old roofs as required in the bid. The existing structures cannot stand AMOUNT BUDGETED: $123,824.89 the additional weight without removin; APPROP. OR TRANS. REQUIRED: None • the old roof, also there is water damage to the old roofs which require ACCOUNT NUMBER: 599-8017-8.01 their removal. There currently is a 599-8018-8.01 balance of $123,824.89 in the account• to be used for these projects. Roof AMOUNT OF PURCHASE: Maint. . Co. , Guinns Remodeling and $ 53 230.00 Allied Roofing Co. failed to include `! a bid bond with their bids as require. BID N0:1165 in the terms and conditions of the bid. DATED: March 30, 1981 p Certified By: Jerry Paul Purchasing Agent g .,. 1 -8 c ). z , _ •.3 .... ... . c • o c •• o -) C-.7 I (7.... ■aj z.P P• V• a, - 0 W < I-4 ',Y• M••••■ I N III 11___ cli'j a) ;:- .• a : rl •• -I 9._,____ ■./1 0 -,, • .-i 7,. 74 ,on.r. ,.. H Cri cn n _ . c-) 9 • o 0 • cn g• • M n 9. CI F-4 9 0 H .-, • ---i. „ ....„,......„. cn \ lb c n ) • _ : . _ 3 CD CD 0 : 0 < N ‘ .P- 0 0 : (--. — ilp III: II- -. 111 .,_,.... -0 H O 9 • ...- c--) r--3 c %. . II Ii_ ___Fli, Ili i 00 ,..., a 1 ik: I. . , 1 ,.... op . ,. fti M F-4 O• 9 PJ 0 . III'T 1 III . . __ L,...) -- • • r.) -P- L.) o c • o o _ I _ _I , 1 _ I • ___ ' ' \\ N. . . , . a, \ I I --4-- '.---------- -2 ---. › 0 < z c7 0 .1/4). I 11 tr cn L'' 1-4 0 i-I C M Z 0 ,T1 0 CI Z ._ r.:1 CI ,-ri 0 • ‘. -111111 - ---, 1 - . . .. c , n7 g I--'• 'f-1 1---, n o 3-1 • a --. - — -- — - 1 , I l) . -.. 3 I I I e CITY OF LITTLE ROCK PURCHASING AWARD OF BIDS OR SERVICES FACT SHEET DATE March 20. 1981 DESCRIPTION: RECOMMENDATION: Replacement parts for the City's Computerized ACCEPT Traffic Signal System. x WAIVE COMPETITIVE BIDDING VENDOR: TRACONEX INC. 336 MARTIN AVENUE SANTA CLARA, CA 95050 BID PROCESS: LOW BID OTHER THAN LOW BID PROFESSIONAL SERVICES: LOW BID DISCUSSION: NEGOTIATED OTHER (EXPLAIN) It is recommended that these items be considered a sole source purchase. Traconex FUNDING: Inc. is the only distributor for Honeywell FUND: STREET replacement parts, therefore, competitive bidding would not be feasible. OPERATING ❑ SPECIAL PROJECT ❑ AMOUNT BUDGETED: $23.000.00 APPROP. OR TRANS. REQUIRED: NONE ACCOUNT NUMBER: 281-2222-7.05 AMOUNT OF PURCHASE: $22,143.97 BID NO: EXEMPT DATED: 3/20/81 Certified By: Jerry Paul Purchasing Agent