HomeMy WebLinkAbout1992-015ALLOOOIF
• I.
AN ORDINANCE ACCEPTING A COMPETITIVE SEALED PROPOSAL AND AWARDING
A CONTRACT FOR THE PURCHASE OF MATERIALS, EQUIPMENT, SUPPLIES OR
SERVICES, PROVIDING FOR THE EXPENDITURE OF FUNDS THEREFORE, AND
PROVIDIING FOR AN EFFECTIVE DATE
WHEREAS, the City has solicited, received and tabulated com-
petitive sealed proposals for the purchase of necessary materials,
equipment, supplies or services in accordance with the procedures
of state law and City ordinances, and
WHEREAS, the City Manager or a designated employee has reviewed
and recommended that the herein described proposals are the best
responsible proposals for the materials, equipment, supplies or
services as shown in the "Proposals" submitted therefor, and
WHEREAS, the City Council has provided in the City Budget for
the appropriation of funds to be used for the purchase of the ma-
terials, equipment, supplies or services approved and accepted
herein, NOW, THEREFORE,
THE COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS
SECTION I That the numbered items in the following numbered
bids for materials, equipment, supplies, or services, shown in the
"Proposals" on file in the Office of the City's Purchasing Agent
filed according to the number assigned thereto, are hereby accepted
and approved as being the lowest responsible bids for such items
BID ITEM
1303
2
Andritz Ruthner
$447,385
00
1308
1&2
Hudiburg Chevrolet
$164,480
00
1313
1
Hudiburg Chevrolet
$ 30,975
00
1313
2
Metro Ford
$ 49,495
00
1316
All
Turblex, Inc
$491,720
00
1322
All
North Texas Nursery &
Landscape
$16 per tree
SECTION II That by the acceptance and approval of the above
numbered items of the submitted proposals, the City accepts the
offer of the persons submitting the proposals for such items and
agrees to purchase the materials, equipment, supplies or services
in accordance with the terms, specifications, standards, quantities
and for the specified sums contained in the Invitations, Proposals,
and related documents
SECTION III That should the City and persons submitting ap-
proved and accepted items and of the submitted proposals wish to
enter into a formal written agreement as a result of the accep-
tance, approval, and awarding of the proposal, the City Manager or
his designated representative is hereby authorized to execute the
written contract which shall be attached hereto, provided that the
written contract is in accordance with the terms, conditions, spec-
ifications, standards, quantities and specified sums contained in
the Proposal and related documents herein approved and accepted
SECTION IV That by the acceptance and approval of the above
numbered items of the submitted proposals, the City Council hereby
authorizes the expenditure of funds therefor in the amount and in
accordance with the approved proposal or pursuant to a written con-
tract made pursuant thereto as authorized herein
SECTION V That this ordinance shall become effective imme-
diately upon its passage and approval
PASSED AND APPROVED this day of'04= 1992
ATTEST
JENNIFER WALTERS, CITY SECRETARY
BY"rt
rw
APPROS TO LEGAL FORM
DEBRA A DRAYOVITCH, CITY ATTORNEY
DATE January 21, 1992
CITY COUNCIL REPORT
TO Mayor and Members of the City Council
FROM Lloyd V Harrell, City Manager
SUBJECT: BID #1303 - PECAN CREEK WASTE WATER TREATMENT PLANT
PHASE I IMPROVEMENT EQUIPMENT PRESELECTION (ITEM 2)
RECOMMENDATION We recommend this bid be awarded to Andritz
Ruthner, Inc in the amount of $447,385 00
SUMMARY This bid is for the purchase of equipment with a long
delivery time These two belt filter presses are required as a
portion of the Waste Water Treatment Plant 13 million gallon per
day expansion Delivery of this equipment is critical to the
completion time of the facility and compliance with E P A and
T W C regulations There were two bids submitted which were
lower prices but were evaluated by Alan Plummer and Associates as
not conforming to specifications of the bid
BACKGROUND Tabulation sheet for Bid Item #2, PUB Meeting
Minutes from January 15, 1992
PROGRAMSt DEPARTMENT OR GROUPS AFFECTED Pecan Creek Waste Water
Treatment Plan, Water/Wastewater Utility and Citizens of Denton
FISCAL IMPACT Funds for this equipment will come from Capital
Improvement Program Bonds
Respect, y submitted
Lloyd V Harrell
City Manager
Approved by
Name Denise Harpool
Title Senior Buyer
DH/jh
228 DOC
-----------
O
-----------
-----------
-----------
----------
----------
----------
gg
1 3
m
JAN-15-'92 WED 15 03 ID ITY OF DENTON UA TEL NO 917-566-el20 #951 P02/03
Minutes of Public Utilities Board
January 13, 1992
10 CONSIDER BID OPENING #1303 FOR THE PURCHASE OF TWO BELT FILTER
PRESSES FOR THE WASTEWATER T EATMENT PLANT 13 MGD EXPANSION
Martin advised that four bid were
was $369,000 vs the $447,305 bid
two low bids were not in coni
recommending the lowest bid cc,nfox
Inc , in the amount of $447,39
rived on this project The lowest bid
is being recommended by staff The
tnce with specifications Staff is
to specifications, Andritz Ruthner,
Alan Plummer, Engineers on this pr ject, reviewed with the Board the bid
analysis and discussed the variationo between the bid specifications and the
equipment bid by the low bidders vo the equipment bid in conformance to
specification by Andritz Ruthner, In
After general discussion, Frady
Council approval of the bid of
$447, 385 as the lowest qualified bi,
motion carried
a motion to recommend to the City
z Ruthner, Inc , in the amount of
Second by Coplen All ayes, no nays,
DATE January 21, 1992
CITY COUNCIL REPORT
TO
Mayor
and Members
of the City Council
FROM
Lloyd
V Harrell,
City Manager
SUBJECT BID #1308 - TWO MAN AERIAL DEVICE
RECOMMENDATION We recommend this bid be awarded to the lowest
bidder Hudiburg Chevrolet for the combination of item 1 and 2
consisting of a Chevrolet Cab/Chassis and an Altec Aerial Device
The price is $82,240 00 each for two complete units, total bid
award $164,480 00
SUMMARY: This bid is for the purchase of two (2) aerial devices
or bucket trucks used by the Electric Distribution Division in
maintenance and new construction of the overhead distribution
system
They will replace trucks purchased in 1978 ad 1979 with mileage
of 89,000 and 90,000 and the last 5 year maintenance cost of
$54,100 00 and $74,180 00 respectively
The old units will be sold at auction
Tabulation sheet
PROGRAMS, DEPARTMENT OR GROUPS AFFECTED Fleet Services and
Electric Distribution
FISCAL IMPACT These trucks will be funded from a combination of
1991-92 budget funds approved during the budget process and
motorpool replacement funds
Budget $90,192 00
Motorpool $74,288 00
Total $164,480 00
Respectfillly submitted
tT6-y07V Harrell
City anager
Approved by
Name Tom D Shaw, C P M
Title Purchasing Agent
ifij$oc
s
a
s
---------------------------------
--
-------------
s xs
8
8
$�
d§
88
88
8
p
r
a
23
c9
8m
8
8
8
DATE
CITY COUNCIL REPORT
January 21, 1992
TO Mayor and Members of the City Council
FROM Lloyd V Harrell, City Manager
SUBJECT BID #1313 TRUCK CAB & CHASSIS
RECOMMENDATION We recommend this bid be awarded to the lowest
bidder meeting specifications
Item 1 28,000 lb GVW Truck Cab/Chassis with 5th wheel,
Hudiburg Chevrolet at a cost of $30,975 00
Item 2 48,000 lb GVW Truck Cab/Chassis for knuckle boom,
Metro Ford at a cost of $49,495 00
Total bid award $80,470 00
SUMMARY: This bid is for the purchase of two large truck
cab/chassis Item 1 replaces a 1964 model truck with over
156,000 miles and a last 5 year maintenance cost of $17,738 00
The new unit will be assigned to the Electric Distribution
Division and will be used primarily to pull a pole trailer and or
a 40' flatbed trailer Item 2 will replace 1985 model truck with
85,000 miles and a last 5 year maintenance cost of $22,768 00
The 1985 unit was originally the carrier for a digger body A
new digger truck and body was purchased in 1988, the old digger
sold and the chassis placed under a new knuckle boom crane Due
to insufficient frame strength on the old truck it is no longer
economical to maintain or safe to operate
The new truck with extra heavy duty frame will go under the
existing knuckle boom
Hudiburg Chevrolet and Summit White GMC both offered lower prices
for item 2 however, they failed to meet minimum specifications
for front axle, front suspension, rear axle and frame section
modules
BACKGROUND Tabulation sheet
PROGRAM , DEPARTMENT OR GROUPS AFFECTED Electric Distribution
Division and Fleet Services
FISCAL IMPACT Both units will be funded from 1991-92 funds
approved during the budget process and motorpool replacement
funds
Budget $47,520 00
Motorpool $32,950 00
$80,470 00
CITY COUNCIL REPORT
JANUARY 21, 1992
PAGE 2 OF 2
Respectf lyssubmitted
v
Lloyd Harrell
City anager
Approved by
Name Tom D Shaw, C P M
Title Purchasing Agent
TS/jh
224 DOC
s
s
t'
r
S
g
;ate.
H
S
S
S
ti
S
�
DATE January 21, 1992
CITY COUNCIL REPORT
TO Mayor and Members of the City Council
FROM Lloyd V Harrell, City Manager
SUBJECT BID #1316 - BLOWER PECAN CREEK WASTE WATER TREATMENT
RECOMMENDATION We recommend this bid be awarded to Turblex, Inc
in the total amount of $491,720 00
SUMMARY This bid is for the purchase of equipment with an
expected long delivery time These two single stage blowers are
required as a portion of the Waste Water Treatment Plant 13
million gallon per day expansion Delivery of these blowers is
critical to the completion time of the facility and compliance
with E P A and TWC regulations Other bids received were lower
in price but were evaluated by Alan Plummer and Associates as not
being the most efficient or lowest bid
BACKGROUND Tabulation sheet, PUB Meeting Minutes 1-15-92
PROGRAM$ DEPARTMENT OR GROUPS AFFECTED Pecan Creek Waste Water
Treatment Plant, Water/Waste Water Utility and Citizens of
Denton
FISCAL IMPACT Funds for this equipment will come from Capital
Improvements Program Bonds
Respectf ly submitted
Lfo-yda Harrell
City Manager
Approved by
Name Denise Harpool
Title Senior Buyer
DH/jh
226 DOC
BID # 1316
I
I 1
1 1
1
I I
I I
1
1 I
I 1
BID NAME BLOWERS pMAN CREEX
i TUFU.DL Iw
i DEEM IND I
DRESSER IND
I DRESSER 10
w,sr ATER TFEA74m
I
I ROOTS (1) i
ROOTS (2)
I ROOTs (3)
1
I 92-151-600 1
92-151-601
1 92-151-602
OPEN DATE JANUARY 8, 1992
I
1
I I
1
I I
I I
QTY i ITEM DFXFM 7ICN
i i
1 TOTAL BID PRICE
I
1 $491,720 00
1 I
1 $396,425 00 I
$427,700 00
I $489,070 00 1
1
1
I I
1 1
1 DESIGN LARD 100%
I 356
1 389 7 1
371 4
1 362 6 1
I DESIGN LOAD 75%
I 262
1 303 2 1
285 9
i 275 6 1
DESIGN LOAD 50%
I 180
1 222 7 I
214 8
i 198 2
1 EXCEPTIONS FEW ESTED
i NO
1 NO i
NO
i YES
BOND
i YES
i YES 1
YES
YES i
Excer$t
Minutes of Public utilities Board
January 15I, 1992
CONSIDER BID OPENING *1316 FOR �HE PURCHASE OF TWO SINGLE STAGE
CENTRIFUGAL BLOWERS FOR THE W4STEWATER TRETMENT PLANT 13 MGD
EXPANSION
Staff is recommending Turblex, It
although they represent the highest
Laney questioned the legality of the
was based on the bid amount and the H
The weighted average guaranteed ma:
blower is 265 KW Evaluated at $7, 50C
In an evaluated life cycle cost differej
blower bids submitted The cost diff
four years All bidders submitted
evaluation criteria, this criteria was
as the lowest responsive bidder,
sl cost ($491,720)
Martin advised that bid evaluation
hted guaranteed power consumption
um power consumption of the Turblex
c KW, this power consumption results
of $970500 to $297, 750 from the other
atial would be recovered in three to
rir bids with full knowledge of the
dished within the bid specifications
Coplen indicated that during staff r view of bids, the break even analysis
should be considered for shorter per ods to match the current technological
unknowns and fluctuations in mark conditions Staff needs to utilize a
break even analysis as a decisionmak ng tool
Board Action
Laney made a motion to recommend to the City Council they accept the bid of
Turblex, Inc , of Springfield, Mo , ithe amount of $491, 720 Second by
Frady All ayes, no nays, motion car red
DATE January 21, 1992
CITY COUNCIL REPORT
TO Mayor and Members of the City Council
FROM Lloyd V Harrell, City Manager
SUBJECT BID #1322 - TREES -CONTAINER GROWN
RECOMMENDATION We recommend this bid be awarded to the low
bidder meeting specification, North Texas Nursery and Landscape
in the amount of $32,000 00
SUMMARY, This bid is to purchase container grown trees for the
Tree Power Program The lowest bid by Green Fiddler did not meet
our minimum specification of 5' which made North Texas Nursery
and Landscape the lowest bidder There is also an option in this
bid to purchase 2000 additional trees if required by the city for
this program The purpose of the program is to reduce summer
electric bills, improve air quality and privacy Funds for this
program were approved by Council in 1991-92 Budget
BACKGROUND Tabulation sheet, Memorandum from Richard Foster
January 9, 1992, PUB Minutes
PROGRAMS, DEPARTMENT OR GROUPS AFFECTED Utility Division,
Citizens of Denton
FISCAL IMPACT Budgeted funds for 1991-92 account
#610-080-0257-8983
Respect ly submi ed
Lloyd Hai/ell
City Manager
Approved
Name Denise Harpo 1
Title Senior Buyer
DH/jh
225 DOC
tri m
ro
C7 t7
Z
z
rj
a
a
�
H
Lo
H
7tl
W
t4
y
w
N
N
C+7
fn
O
W
O
Z
O
Z :d
C H
xx
M
[4 H
k
�
a
o
cn
0
H
C
C
H la
VI
H
O
a
r
0
0
CIrY 01 DEINTON, TEXAS MUNICIPAL BUILDING / 215 E McKINNEY / DENTON TEXAS 76201
MEMORANDUM
TO Tom Shaw, Purchasing Agent
FROM Richard Foster, Public Information Coordinator/Utilities
DATE January 9, 1992
SUBJECT TREE POWER BID #1322
The low bid which met our specifications was submitted by North Texas
Nursery F, Landscape, 1200 E University, Denton, Texas 76201 The bid
was $16 per tree I recommend that the contract be awarded to this
bidder
This item will be considered by the Public Utilities Board at their
January 15th meeting Pending their recommendation, I would like to
have this contract placed on this City Council agenda for January 21
Please advise if you need additional information Minutes of the PUB
meeting will be supplied as back-up for the Council agenda
Thank you for all your help
1
Richard Pas —ter
RF/sc
1D5/010992003
cc Bob Nelson, Executive Director of Utilities
8171566 8200 D/FW METRO 434 2529
.a 04 ID ITY OF DENTON UA TEL NO e17-566-e120
Exce pt
Minutes of Public tilities Board
January 1 , 1992
11 CONSIDER APPROVAL OF BID
NORTH TEXAS NURSERY & LA
PROGRAM CONTRACT
Nelson introduced this item exp.
Program is two -fold One, to iml
consumption in the homes T1
distributing 6000 tress per year
trees with the option of an adds
North Texas Nursery and Lands
The staff has taken the Board's 1
available from the original ten pi
not meet specifications Staff is 1
is in the process of outlining poJ
and placement while, at the same
Program
At the end of the pilot project, if
75% of their original cost, plus the
out to June
Laney asked how customer selectio
Foster advised that he is working w
methods, and so far, staff has deter
Mobile home units will be eligible for
not to make sure the trees went to p
units insofar as lowering energy cos
1s still In the planning stages
Laney made a motion to recommend to
bid of $16 per tree from North Texa.
Second by Frady All ayes, no nays,
#851 P03iO3
IN THE AMOUNT OF $16 PER TREE TO
APE FOR AWARD OF A "TREE POWER"
g that the purpose of the "Tree Power"
air quality, and two, to reduce energy
'09rain calls for a year
am
e UeUtility has received afirm bid of 2000
1 2000s and recommends the low bid of
Of $16 per tree
and reduced the list of species of trees
d, to five The lowest bid received did
at this first year as a pilot project and
Ind procedures regarding distribution
trying to build some flexibility into the
remain, the Utility can claim these at
7 has an option to extend the program
will be made for receiving the trees
I Data Processing on various selection
ned that no businesses, apartments or
is program It would be self-defeating
marily single family homes and duplex
are concerned Program management
e City Council that the lowest qualified
Nursery and Landscape be accepted
lotion carried