Loading...
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