Loading...
1989-0862651L-3/3689 NO -OQo AN ORDINANCE ACCEPTING COMPETITIVE BIDS AND PROVIDING FOR THE AWARD OF CONTRACTS FOR PUBLIC WORKS OR IMPROVEMENTS, PROVIDING FOR THE EXPENDITURE OF FUNDS THEREFOR, AND PROVIDING FOR AN EFFECTIVE DATE WHEREAS, the City has solicited received and tabulated competitive bids for the construction of public works or improvements in accordance with the procedures of state law and City ordinances, and WHEREAS, the City Manager or a designated employee has received and recommended that the herein described bids are the lowest responsible bids for the construction of the public works or improvements described in the bid invitation, bid proposals and plans and specifications therefore, NOW, THEREFORE, THE COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS SECTION I That the following competitive bids for the construct ono public works or improvements, as described in the "Bid Invitations', "Bid Proposals" or plans and specifications on file in the Office of the City's Purchasing Agent filed according to the bid number assigned hereto, are hereby accepted and approved as being the lowest responsible bids BID NUMBER CONTRACTOR AMOUNT 9975 LABORATORY EXPANSION, INTERIOR $ 52,595 00 SECTION II That the acceptance and approval of the above compet t ve s shall not constitute a contract between the City and the person submitting the bid for construction of such public works or improvements herein accepted and approved, until such person shall comply with all requirements specified in the Notice to Bidders including the timely execution of a written contract and furnishing of performance and payment bonds, after notifi- cation of the award of the bid SECTION III That the City Manager is hereby authorized to execute all necessary written contracts for the performance of the construction of the public works or improvements in accordance with the bids accepted and approved herein, provided that such contracts are made in accordance with the Notice to Bidders and Bid Proposals, and documents relating thereto specifying the terms, conditions, plans and specifications, standards, quantities and specified sums contained therein SECTION IV That upon acceptance and approval of the above compet t ve s and the execution of contracts for the public works and improvements as authorized herein, the City Council hereby authorizes the expenditure of funds in the manner and in the amount as specified in such approved bids and authorized contracts executed pursuant thereto SECTION V That this ordinance shall become effective imme ate y upon its passage and approval PASSED AND APPROVED this the day of 1989 14 W'A~ ATTEST *J4 R , ET Y APPROVED AS TO LEGAL FORM DEBRA ADAMI DRAYOVITCH, CITY ATTORNEY PAGE 2 DA'in JULY 11, 1989 CITY COUNCIL REPORT TO Mayor and Members of the City Council FROM Lloyd V Harrell, City Manager SUBJECT BID #9975 LABORATORY EXPANSION, INTERIOR RECOMMENDATION We recommend this bid be awarded to the lowest evaluated bidder meeting specification, Max Grigsby Co in the amount of $52,595 00 including basebid and alternate #2 SUMMARY This bid is for the purchase of Laboratory Furniture and fixtures including work stations and storage facilities These items are the second phase of the Municipal Laboratory expansion project The lower price offered by American Seating fails to meet specification and would require a change in the floor plan of the building under construction An extensive evaluation was done by the using department and the architect The results of which is included in attached memorandums This evaluation is the basis for our recommendation BACKGROUND Tabulation Sheet Memorandum from Howard Martin to John Marshall PROGRAMS, DEPARTMENT Municipal Laboratory FISCAL IMPACT 1988/89 C I P funds for Water Production 25% 624-008-0480-9101 and 75% Waste Water Treatment 623-008-0480-9101 Respectful submitted repared by Name Tom D Shaw, C P M Title Assistant Purchasing, Agent Title Approved Name Title Lloyd Ha e11 city manager 012 DOC r (D M w rt fD W N 0 r w M M m 0 M ov N 1'r rt r 0 N a a A a H h Ul r K M a rt tD M r b7 r w n 0 0 a a ~r co n 0 N "n n O 0 b `3 O H to H e ro t+7 C~] N H 9 o m ~ o z r r ~ w z ~ O 00 z w - ~ n w w H 'P. t7i O 'vC G) O~ N p W .`d O H En W H p ON 01 d' H H ~ o CD O o x Uj 0 0 0 0 ` (D H H ( M CT1 to H 7 H 9 H O O in H in 0 y H :4 n p 0 o 0 ° o o n ro ~:,O n H Ln ? H H OD En w rn O z n G) z C) Ln 0 o tzj o 0 n - - - - - - - - - - - - - - - - - - - - - - - - H ~ to 0, z a rn w o z LO F~ N v >x>n H O O H W p P p ~zr m p p O p H lT1 0 0 ° o z m H L) r CITY of DENTON M E M O R A N D U M TO: John Marshall, Purchasing Agent DENTON# TEXAS 76201 FROM: Howard Martin, Environmental Services Administrator DATE: 6/12/89 SUBJECT: Laboratory Casework Bid 119975 The Division has completed the review of the bids for the laboratory expansion casework Based on the casework details provided by the prospective project bidders and inspection of their casework installation, I am recommending selection of Hamilton Industries casework as bid by Max Grigsby Co , Inc Although the Fisher laboratory casework is the casework of choice, it is difficult to justify the higher cost when products were compared on the basis of utility The primary difference that sets the Fisher casework apart from the other suppliers is the greater availability of color schemes for the cabinet units and the countertops This being the situation, the casework of the other two bidders was evaluated and the recommendation to utilize the Hamilton casework is based on the followings 1 Load Capacity of Casework The proposed laboratory design utilizes a combination of cantilevered work surfaces as well as floor mounted work surfaces. The primary difference between the American Seating and the Hamilton casework is that American Seating utilizes cantilevered casework construction extensively as opposed to floor mount casework construction. American Seating proposes that approximately 69 R of the casework construction is cantilever type and 31 % is floor mount construction Hamilton utilizes approximately 87 / floor mount and only 13 / cantilever type construction. Floor mounted casework is preferable in our application because of the ability of the casework to support approximately 600 lbs per base unit as opposed to 200 lbs per pair of cantilever supports EXHIBI12. p 2 In casework applications where both manufacturers proposed cantilever type construction, the Hamilton furniture is rated at 400 lbs per pair of cantilever supports as opposed American Seating s 200 lbs per pair of cantilever supports It should be pointed out that both manufacturers claim functional load capacity increases when using epoxy resin work surfaces Actual load capacity must be determined through evaluation of the like support means but the basic support capability differences would remain in casework application where both manufacturers propose floor mounted casework construction, load-bearing capacities are roughly equal 2 Casework Configuration Both American Seating and Hamilton were able to supply casework configurations that would satisfy the proposed casework utility The difference between the two proposals is that the American Seating casework would require minor modification of the proposed laboratorydesnumber utilize net their product In addition, the typ of cabi units would have to be modified to accomodate their casework. Accomodation of the American Seating casework would require the following changesi a The installation of wall cabinets with flipper doors in the place of wall units with sliding glass front doors and adjustable shelves The primary problem with flipper door cabinets in this installation is the 15 inch height limitation Many pieces of glassware exceed 15 inches in height, examples include graduated cylinders (1000 ml volumetric flask (2,000ml long stem glass funnels, distillation condensers and burets. These pieces of glassware would have to be stored in another location In addition, a double row of flipper door cabinets would be necessary to equal the storage capacitof the propose the Hamilton wall cabinets. Because flipper open top, the opening and closing of the doors on the top row of flipper door cabinets exceeds the height that a normal employee is able to reach without the benefit of step ladder or stool The American Seating representative did say that they could supply wall cabinets in the place of flipper door cabinets but no information was received on these units during the review period so the bid proposal was reviewed as originally proposed b The configuration of the base cabinet units would require modification of the proposed design Deviation from the original floorplan is most noticable in the open wet chemistry area The American Seating proposal does not p 3 accomodate turn tables (Lazy Susan) in the corner cabinet units and substitutes a regular base unit which mounts diagonally. This in turn reduces the proposed base units against the west wall by eliminating a base unit, some flexibility in the proposed drawers/cabinet storage the configuration is reduced. Additionally, by utilizing cabinet configuration required to accomodate the proposed dishwasher, a base unit housing a set of drawers is eliminated c The proposed casework for the center island work stations incorporates an end sink in the design. The American Seating sink unit is a smaller unit with less countertop area than that proposed in the original design The American Seating representative indicated that he could provide the same width sink and countertop area but that it would have to be done with two base units instead of one (as designed) The problem with this configuration is that the sink could no longer be positioned in the center of the island end Included in the design are several small items that were not addressed by American Seating The laboratory design included dust covers over all wall mounted cabinets There was no indication in the bid proposal that American Seating could supply these dust covers. In the GC and carbon room there is a countertop overhang on the east wall that was not included in the American Seating drawing The Hamilton bid proposal can supply exactly what was designed with no modifications to casework configuration. Hamilton can provide the number, type and size of casework specified in the proposed design. 3 Fume Hood Criteria In attempting to evaluate the characteristics of laboratory fume hoods available from Hamilton Industries and American Seating Company, several important differences became apparent. The Hamilton hoods are manufactured by Hamilton Industries whereas the hoods offered by American Seating are manufactured by Air Master Systems Corporation. We were able to inspect Hamilton fume hoods operating at Environmental Processing Incorporated in Dallas and a JC Penney, Inc. quality assurance lab in Carrollton. Monitor/alarm sensitivity was exhibited at EPI when a correctable air-flow imbalance activated the Hamilton system The Hamilton Monitor/Alarm System is designed and specified to 'signal conditions when fume hood average face velocity and exhaust volume drops 70 of that specified, " whereas the alarm system in the Air Master Systems (American Seating) fume hood p.4 is specified to activate when "there is a pressure drop or something." An obvious problem associated with comparing the operation of hoods offered by Hamilton and American Seating is a lack of standardization of specifications Hamilton Industries provides extensive specs including face velocity (sec 11.9.9) and hood static pressure (sec 11.4 12) test procedures which closely reflect those recommended by the American Conference of Governmental Industrial Hygienists ( A Manual of Recoomended Practice , 18th Edition, 1984) Hamilton s test results of the polyresin hood liner material indicates a flexure strength of 20,OVO psi with a flame spread of 15 or less per 723/ASTM E84 Hamilton results of chemical spills and fume tests indicate resistance of the fume hood liner material to 49 reagents including but not limited to concentrated acids Hamilton Industries also specifies minimum average interior illumination of 80 foot candles American Seating Company does not provide specifications from Air Master Systems addressing fume hood liner material strength and chemical resistance. 4 Epoxy Resin Tops Both American Seating and Hamilton utilized similar testing procedures for chemical resistance profiles of the epoxy resin work surface The Hamilton work surface was tested against 50 different chemicals solutions where American Seating work surface was tested against 38 chemicals While both resin work surfaces performed adequately in these test, it is noted that all the solutions tested on the Hamilton epoxy resin work surface received a "good" or better rating where the American Seating resin received a "poor" rating on phenol solution and 95/ sulfuric acid solution. The information supplied with the American Seating was vague and did not categorize different ratings as adequately as the Hamilton testing information. This made evaluation of the work surface very difficult 5. Existing Casework Installations In evaluating existing installations, we found that most of the American Seating installations were medical and industrial types of installations I received only four references for chemical testing laboratory installations and the only reference in the State of Texas was Kelly Air Force Base in San Antonio I visited Kelly and talked with the employees working in the laboratory with the American Seating casework installation (the installation was approximately 1.5 years old) Their overall evaluation of the American Seating casework was "fair" They indicated that it was adequate for their operation. Some of the problems that they had with the casework were three or four incidents of broken spot welds on p 5 drawer runners, a large 4 foot sliding drawer continued to malfunction, there was limitation on glassware height in flipper door cabinets and there were some problems with wrong casework components being shipped during installation They did say that American Seating had worked with them to correct these problems as they occurred Hamilton had many references for chemical testing laboratories and submitted a list of three located in Dallas , I visited two more in San Antonio. Everyone seemed to be satisfied with the Hamilton installations, even in the older installation. SUMMARY In summary, the Division is recommending acceptance of Hamilton casework as bid by Max Grigsby Co., Inc. based upon the evaluation indicated above We feel that the American Seating bid would require a compromise on floor plan design to accomodate the proposed casework Hamilton casework is widely used in chemical testing laboratories and we anticipate that it would provide long term utility for our operation FILE.LASSID PT-DISH C Fq-o8(V CONTRACT AGREEMENT STATE OF TEXAS COUNTY OF DENTON ) ( THIS AGREEMENT, made and entered into this 14 day of JULY _ A.D., 19 89, by and between THE CITY OF DENTON of the County of DENTON and State of Texas, acting through LLOYD V. HARRELL, CITY MANAGER thereunto duly authorized so to do, Party of the First Part, hereinafter termed the OWNER, and MAX GRIGSBY COMPANY,': INC., 14114 NORTH DALLAS PARKWAY, DALLAS, TX 75240 of the City of DALLAS , County of DALLAS and state of TEXAS Party of the Second Part, hereinafter termed CONTRACTOR. WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by the Party of the First part (OWNER), and under the conditions expressed in the bonds bearing even date herewith, the said Party of the Second Part (CONTRACTOR) hereby agrees with the said Party of the First Part (OWNER) to commence and complete the construction of certain improvements described as follows: BID#9975 - LABORATORY EXPANSION EQUIPMENT 6 BASE BID PLUS ALTERNATE 2 - $52,595.00 O, q L Z and all extra work in connection therewith, under the terms as stated in the General Conditions of the agreement; and at his (or their) own proper cost and expense to furnish all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance, and other accessories and services necessary to complete the said construction, in accordance with the conditions and prices stated in the Proposal attached hereto, and in accordance with all the General Conditions of the Agreement, the Special Conditions, the Notice to Bidders (Advertisement for Bids), Instructions to Bidders, and the Performance and Payment Bonds, all attached hereto, and in accordance with the plans, which includes all maps, plats, blueprints, and other drawings and printed or CA-1 0044b written: explanatory matter thereof, and the Specifications therefore, as prepared by THF. R FTT T i AT. COLLECTIVE, TN D NTON T A , all of "which are made a part hereof and collectively evidence and constitute the entire contract. The CONTRACTOR hereby agrees to commence work on or after the date established for the start of work as set forth in written notice to commence work and complete all work within the time stated in the Proposal, subject to such extensions of time as are provided by the General and Special Conditions. The OWNER agrees to pay the CONTRACTOR in current funds the price or prices shown in the Proposal, which forms a part of this contract, such payments to be subject to the General and Special Conditions of the Contract. IN WITNESS WHEREOF, the parties of these presents have executed this agreement in the year and day first above written. ATTEST: ATTEST: CITY OF DENTON, 'arty of e, First, LLOYD V. HARRELL, CITY,~MANAGER.- r;_ c j# ~r (SEAL) MAX GRIGSBY CO., INC Party of the Second Part, CONTRACTOR By MAX GRIGSBY APPROVED AS TO FORM: City Attorn CA-2 (SEAL) 0044b ISSUE DATE NORTH AMERICAN INS AGCY 14825 ST MARY'S LN #100 HOUSTON TX 77079-2904 CODE BUD-CODE THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ON LY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR A LTER TH E COV ERAG E AFFOR OED BY TH E POLICI ES B ELOW I COMPANIES AFFORDING COVERAGE COMPANY A LETTER COMPANY B INSURED LETTER MAX GRIGSBY COMPANY, INC COMPANY C AND/OR MAX GRIGSBY, IND. LETTER P.O. BOX 198091 COMPANY D HOUSTON, TX 77224 LETTER COMPANY E LETTER THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSUR ED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY AEOUIR EM ENT. TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN. THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. TYPE OF INSURANCE DAL LIABILDY S AUTO NNED AUTOS EDULED AUTOS :D AUTOS -OWNED AUTOS AGE LIABILITY SS LIABILITY UMBRELLA ITH ER THAN U M BR ELLA FORM POLICYNUMBER I DATE (MM/DDnY DATE (MM/DO/) 0709591 12/01/88 12/01/89 CA0709592 112/01/88112/01/89 0709594 112/01/88112/0 ALL LIMITS IN THOUSANDS PRODUCTS-COMP/OPSAGGR f 1 U U U PERSONAL&ADVERTISING NJUR E 500 EACH OCCURRENCE E 500 FIRE DAMAGE(Any me fire) E 5n E f f E EACH AGGREGATE 60GffRO E 5,000 STATUTORY AND EMPLOYED S' LIABILITY oT"- INSTALLATION FLOATER 1$ 1 500 (DISEASE-POLICY LIMIT( E 500 (DISEASE-EACH ICL734430 12/01/88 12/01/89 $750,000 PER ICL734430 12/01/88 12/01/89 JOB SITE DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/RESTRICTIONS/SPECIAL ITEMS REF: MGC JOB #53065 CITY OF DENTON HAS BEEN ADDED AS AN ADDITIONAL INSURED ON THE GENERAL LIABILIT)l CITY OF DENTON, TEXAS PURCHASING AGENT 901-B TEXAS STREET DENTON, TX 76201 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL _3D- DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES. FORM OF PROPOSAL DATE: . APRIL 13, 1989 PROJECT: (Bid #9975) DENTON MUNICIPAL LABORATORY LABORATORY EXPANSION EQUIPMENT AND INSTALLATION 1100 Mayhill Road, Denton, Texas PROPOSAL OF: MAX GRIGSBY COMPANY, INC. (hereinafter called "Bidder") a corporation, a partnership, an individual doing business as TO:-- JOHN MARSHALL, CHIEF PURCHASING AGENT CITY OF DENTON, TEXAS 901-B TEXAS STREET DENTON, TEXAS 76201 The Bidder in compliance with your. Advertisement for Bids for the above referenced project, and having become thoroughly familiar with the terms and cdb3itions of the proposed Contract Documents and with local conditions affecting the performance and cost of the Work -at the place where the Work is to be completed and having fully. inspected the site in all particulars, hereby proposes and agrees to fully perform the Work within 140 calendar days from the Notice To Proceed, and in strict accordance with ._the proposed Contract Documents, for the following sum of money: BASE BID: All labor, materials, services and equipment necessary for completion of the Work shown on the Drawings and in the. Specifications,FORTY FOUR THOUSAND THREE HUNDRED SIXTY FOUR Dollars $44,364.00 ) Amount to be shown in both words and figures. ALTERNATES: No. 1 - (Add) (96aUU&') ONE THOUSAND SIX DOLLARS ONLY Dollars $1.006.00 ) - No. 2 - (Add) (94 @I)EIGHT THOUSAND TWO HUNDRED THIRTY ONIPollars $8,231.00 -1- F. COMMENCEMENT OF WORK: The Bidder further proposes and agrees to commence work under this Contract within ten (10) days after the date established in a written "Notice to Proceed" and to fully complete all work thereunder as set forth in the Form of Proposal. ADDENDA:. The Bidder further agrees, and acknowledges that the following Addenda have been received and that the entire thereof have been incorporated into this Proposal: No. one, dated APRIL 6, 1989 No. Two, dated No. Three, dated Submitted by: (Legal Signatur MAX GRIGSBY CO.. INC. (Firm) 14114 North Dallas Pkwy #330 Dallas 75240 (Address) (214) 458-2131 (Phone Number) Seal .Y~ +