Loading...
1992-015ALL0001F ORDINANCE NO ~ AN ORDINANCE ACCEPTING A COMPETITIVE SEALED PROPOSAL AND AWARDING A CONTRACT FOR THE PURCHASE OF MATERIALS, EQUIPMENT, SUPPLIES OR SERVICESv PROVIDING FOR THE EXPENDITURE OF FUNDS THEREFORE, AND PROVIDING FORAN 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 materlals, 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 NUMBER NO VENDOR AMOUNT 1303 2 Andritz Ruthner $447,385 00 1308 1&2 Hudlburg Chevrolet $164,480 00 1313 i Hudiburg Chevrolet $ 30,975 00 1313 2 Metro Ford $ 49,495 00 1316 Ail Turblex, Inc $491,720 00 1322 Ail North Texas Nursery & Landscape $16pertree 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 submltted 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- lfications, 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 here~n SECTION V That this ordinance shall become effective imme- diately upon its passage and approval PASSED AND APPROVED this~ day of ~~=__, 1992 BOB CASTLEBERRY, MAYOR/ ~ / ATTEST JENNIFER WALTERS, CITY SECRETARY APPROVE~ AS T~O LEGAL FORM DEBI~A 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 $447,385 00 SUMMARY This bid is for the purchase of equipment with a long delivery time These two belt filter presses are required as a portion of the Waste Water Treatment Plant 13 million gallon per day expansion Delivery of this equipment is critical to the completion time of the facility and compliance w~th E P A and T W C regulations There were two b~ds submitted which were lower prices but were evaluated by Alan Plummer and Associates as not conforming to specif~cations of the bad BACKGROUND Tabulation sheet for Bid Item #2, PUB Meeting Minutes from January 15, 1992 PROGRAM$~ 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 Respectf_~y submitted City Manager Approved by Name Denise arpoo~\ Title Senior Buyer DH/Jh 228 DOC 8 Excer pt Minutes of PubLic JtiLit~es Board Januar~r 111~ 1992 10 CONSIDER BID OPENING #1303 FOR THE PURCHASE OF TWO BELT FILTER PRESSES FOR THE WASTEWATER T~ EATM~T PLANT 13 MGD EXPANSION Martin advised that four bidj~ were r sceived on this project The lowest bid was $369,000 vs the $447,3~ bid t~at is being recommended by staff The two low bids were not in confo ymance with specifications Staff is recommending the lowest bid ~onforrz Lng to specif~oations~ Andrttz Ruthner~ Inc ~ in the amount of $447~3~5 Alan Plummet, Engineers on this pr~)Ject, reviewed with the Board the bid analysis and discussed the variationl between the bid specifications and the equipment bid by the low bidders vi the equipment bid in conformance to specification by And~itz Ruthner, In After general discussion, Frady ma, a motion to recommend to the City Counct~l approval of the bid of Andritz Ruthner, Inc , in the amount of $447,3~5 as the lowest qualified bidde] Second by Coplen All ayes, no nays, motion carried 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 prlce 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 malntenance cost of $54,100 00 and $74,180 00 respectively The old units will be sold at auction BACKGROUND 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 Approved by Name Tom D Shaw, C P M Title Purchasing Agent 88 88 8 DATE January 21, 1992 CITY COUNCIL REPORT TO Mayor and Members of the City Council FROM Lloyd V Harrell, City Manager SUBJECT BID #1313 TRUCK CAB & CHASSIS RECOMMENDATION We recommend th~s bad 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 Respect f~ly submitted LlOyd ~ Harrell / City Manager -- Approved by Name -~om-D Shaw, C P M Title Purchasing Agent TS/Jh 224 DOC 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 M~nutes 1-15-92 PROGRAMS~ 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 Respectfully submitted L 1-6yd ~ Harrell / City Manager Approved by DH/ih 226 DOC BID # 1316 WAST~ ,,'r~A~f~T ROOTS (1) ROOTS (2) ROOTS (3) 92-151-600 92-151-601 92-151-602 CPEN DATE JANUARY 8, 1992 ITeM DESCRIPTIC~ TO~AL BID PRICE $491,720 00 $396,425 00 I $427,700 00 $489,070 00 DESIC~ LOAD 100% 356 389 7 I 371 4 362 6 DESIGN LOAD 75% 262 303 2 [ 285 9 275 6 DESIGN LOAD 50% 180 222 7 I 214 8 198 2 EXCEFFiONS R~r~s~'~ NO NO I NO YES Excerpt M~nutes of Public ~t~llt~es Board January 15t, 1992 9 CONSIDER BID OPENING #1315 FOR ~HE PURCHASE OF TWO SINGLE STAGE ~X~SI IFoUNGAL BLOWERS FOR THE Wa ~STEWATER TRE'ITdENT PLANT 13 MGD Staff is recommending Turblex, In¢ , as the lowest responsive b~dder, although they represent the highest atrial cost ($49! ,?20) Laney questioned the legality of the 1 id Martin advised that bid evaluation was based on the bid amount and the w~ dghted guaranteed power consumption The weighted average guaranteed max [mum powel, eonsumption of the Turhiex blower is 265 KW Evaluated at $7,~00 ,~er KW, this power consumption results in an evaluated life cycle cost differe~ ~'e of $97,500 to $29?,750 from the other blower bids submitted The cost cliff, rential would be recovered in three to four years All bidders submitted their bids with full knowledge of the evaluation criteria, this criteria was '~ublished within the bid specifications Coplen Indicated that during staff r view of bids, the break even analysm should bo considered for shorter peri ods to match tho current teohnologlcal unknowns and fluctuations in mark~ conditions Staff needs to utilize a break even analysis as a decisionmak] t~ tool ,.Board Action Laney made a motion to recommend tolthe City Council they accept the bid of Turblex, Ino , of Springfield, Mo , lin the amount of $491,720 Second by Frady All ayes, no nays, motion car~led 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 PROGRAMSt DEPARTMENT OR GROUPS AFFECTED Utility Division, Citizens of Denton FISCAL IMPACT Budgeted funds for 1991-92 account #610-080-0257-8983 pect~ly subm, i~ted ~ j Res Lloyd City Manager Approved Title Senior Buyer DH/Jh 225 DOC CITY of DENTON, TEXAS MUNICIPAL BUll_DING / 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 iow b~d which met our specifications was submitted by North Texas Nursery & Landscape, 1200 E University, Denton, Texas 76201 The b~d was $16 per tree I recommend that the contract be awarded to th~s bidder Th~s ~tem w~ll be considered by the Public Utilities Board at their January 15th meeting Pending their recommendation, I would l~ke to have th~s contract placed on th~s City Council agenda for January 21 Please advise ~f you need additional ~nformat~on M~nutes of the PUB meeting w~ll be supplied as back-up for the Coanc~l agenda Thank you for all your help R~/sc 1D5/010992003 cc Bob Nelson, Bxecutlve D~rector of Utilities 817/566 8200 D/FW METRO 434 2529 .¢ 04 ID ITY OF DENTON UA TEL NO 8i?-566-8i20 ~85i P03/03 Exoe~ )t Minutes of Public ~tllittes Board January 3, 1992 CONSIDER APPROVAL OF BID #132 IN THE AMOUNT OF $18 PER TREE TO NORTH TEXAS NURSERY & LANDS APE FOR AWARD OF A ~TREE POWER~ PROGRAM CONTHACT Nelson introduced this item explalnil that the purpose of the "Tree Power" program is two-fold One, to lmprov~ air quality, and two, to reduce energy consumption in the homes The ogram distributing 6000 trees per yeal, T~ calls for a five year program s Utility has l~ecelved a firm bid of 2000 trees with the option of an addltion~ [ 2000, and recommends the low bid of North Texas Nul'sory and Landscape of $16 per tree The staff has taken the Board's advtc ~ and reduced the list of species of trees available from the original ten propos~ ~d, to five The lowest bid received did not meet specifications Staff is lookfr~ g at this first year as a pilot pro, eot and is in the process of outlining policies and procedures regarding distribution and placement while, at the same time trying to build some flexibility into the program At the end of the pilot project, if tie, remain, the Utility can claim these at 75% of their ol~lgtrlal cost, plus the Utiltty has an option to extend tho p~ogrsm out to June Laney asked how customer selection will be made for receiving the trees Foster advised that he is working wl~ h Data P~oceseing on various selection methods, and so far~ staff has deter~r ined that no businesses~ apartments or mobile home units will be ehglble for t] ds program It would be self-defeating not to make sure the trees went to p~ [marily single family homes and duplex units insofar as lowering energy cos~ ale concerned Program management is still in the planning stages Laney made a motion to recommend to t ~e City Council that the lowest qualified bid of $16 per tree from North Texa~ Nursery and Landscape be accepted Second by Frady Ail ayes, no nays, motion carried