Loading...
1985-002O893L (44L) NO &4'Q62_1 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 improve- ments in accordance with the procedures of state law and City ordinanes, 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, and WHEREAS, Section 2 36 (f) of the Code of Ordinances requires that the City Council approve all expenditures of more than $3,000, and WHEREAS, Section 2 09 of the City Charter requires that every act of the Council providing for the expenditure of funds or for the contracting of indebtedness shall be by ordinance, NOW, THEREFORE, THE COUNCIL OF THE CITY OF DENTON, TEXAS HEREBY ORDAINS SECTION I That the following competitive bids for the construction of public works or improvements, as described in the "Bid Invita- tions", "Bid Proposals" or plans and specifications attached hereto are hereby accepted and approved as being the lowest responsible bids BID NUMBER #9355 CONTRACTOR RAW WATER PUMP CONTROL VALVES AMOUNT $14,638 00 #9351 HOBSON LANE LIFT STATION $218,500 00 SECTION II That the acceptance and approval of the above competititve bids shall not constitute a contract between the City and the PAGE 1 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 notification of the award of the bid SECTION III That the City Manager is hereby authorzied to excecute 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, quantitites and specified sums contained therein SECTION IV That upon acceptance and approval of the above competitive bids and the execution of contracts improvements as authorized herein, authorizes the expenditure of funds amount as specified in such appr contracts executed pursuant thereto SECTION V That this ordinance shall become for the public works and the City Council hereby in the manner and in the oved bids and authorized effective immediately upon its passage and approval PASSED AND APPROVED this the 8 day of January 1985 i D , MAYOR-/ CITY OF DE TON, TEXAS ATTEST y2~~ ~~~TY 5ECKETARY CITY OF DENTON, TEXAS APPROVED AS TO LEGAL FORM JOE D MORRIS, ACTING CITY ATTORNEY CITY OF DENTON, TEXAS BY ~(1~~ ,vtnnil T PAGE 2 DATE 1/2/85 CITY COUNCIL REPORT FORMAT TO Mayor and Members of the City Council FROM G Chris Hartung, City Manager SUBJECT BID# 9355 RAW WATER PUMP CONTROL VALVES RECOMMENDATION We recommend with Freese & Nichols, Inc and the Utility epar ment that the bid award made to Bernard Associates on December 4, 1984 be recended and awarded to the next lower bidder Newman Engineering SUMMAR Y This bid was awarded to the low bidder Bernard Associates an we Tater found out their manfacuture was not qualified under our bid conditions and specifications BACKGROUND Letter from Freese and Nichols, Inc and a memo from O71- Ram PROGRAMS DEPARTMENTS OR GROUPS AFFECTED Utilities, Water Production FISCAL IMPACT This has no impact on the General Fund Respectfully submitted ris ar ung City Manager Prepared by ~~e- 011A Marshall fit repurchasing Agent rove ame o ars a i e Purchasing Agent CITY 08 DENTON C04P Z9M I *LM. 4 awl M B N 0 R A N 0 U M N NN M~ TOs Robert 8. Nelson, Director of Utilities FROMs Dave Nam, Asst. Dir. of Utilities, Water/Wastewater Division DATES December 21, 1984 SUBJ\ Raw Water Pump Control Valves Bid #9355 As per the attached letter from W E Clement, P E. of Freese and Nichols, Inc , it has been found that the raw water pump control valve as bid by Bernhard Associates does not meet the specifications with regards to the 250 psi pressure rating Mr Clement has recommended that the Bernhard Associates bid in the amount of $14,430 00 for contract No 2 be disqualified and that the next lower bidder, Newman Engineered Equipment, in the amount of $14,638 00 be accepted and the raw water pump control valve purchase be made from them As I understand, Mr Clement has also contacted John Marshall who is prepared to return to the council with this new recommended bid price cc: John Marshall Coy Veach, P E , FSN DEC 2 6 1984vv~ PU1Y OF DENrOry ASING DEPT Pump Control Valves:HAM /INoNW "99SL►L JAM[/ R NIONOL[ 1 L IHMISRT 11. LEE O t T/ R JOEt[T/ OOOON filial I I I 1 1 C I 1 I , I , I l e JOB ►AYL JON ROBERT M ON 111 I V H C OOL P L J (~/~J~J\/\/ JOHN M COOL C O N S U L T I N G E N G I N E E R S T ANTHONY Ras PL ^ M"n T CLIIMENT December 18, 1984 JO[ • ES [LTIN C COIRLANO It OMTN RE[Vt/ IL Mr. C. David Ham, P.E. Assistant Director of Utilities City of Denton Municipal Building Denton, Texas 76201 Re Raw Water Pump Control Valves Bid No 9355 Dear Mr. Ham Since we made our recommendation to you on November 8, 1984 for award of contract to purchase pump control valves for the Raw Water Pump Station, additional evidence has come to our attention that the motor operated eccentric control valve offered by Bernhard Associates does not fully comply with the requirements of the Specifications. Although Bernhard did not specifically take exception to the specifications, the eccentric control valve on which they based their bid, was rated for 150 psi pressure instead of the specified 250 psi pressure. Don Krusemark with Bernhard Associates, has now advised us that Homestead Ballcentric Valves have not previously been manufactured in the 14-inch size and larger for the 250 psi pressure rating, although he says that they could and would build one. We do not believe it would be to the City's best interest to accept this proposal We therefore would rule that the Homestead Ballcentric Valve manufacturer is not qualified under the conditions set out in the specifications and that the bid of Bernhard Associates is not responsive to the specifications. We recommend that the City reject the low bid of Bernhard Associates in the amount of $14,430.00 for Contract No. 2 and that they award Contract No 2 (Bid No. 9355) to the second lowest bidder, Newman Engineered Equipment, in the total amount of $14,638.00. Please advise us of your concurrence with this recommendation and we will proceed to prepare the contract documents for execution. Call us if you have any questions or need further explanations Very truly yours, F~R"EE~SEE AND NICHOLS, INC./_ N. E. Clement, P E. el-~- A/ WEC jd xc R. E Nelson, P.E. John J. Marshall, Elvin C Copeland, 011 LAMAR TELEPHONE 017 330 Dir. of Utilities Purchasing Agent P E., F3N STREET IORT WORTH TEXAS 70102 7161 MIT NO 617 429 1900 DATE CITY COUNCIL REPORT FORMAT TO Mayor and Members of the City Council FROM G Chris Hartung, City M anager SUBJECT BID# 9351 HOBSON LIFT STATION RECOMMENDATION Approval of ordinance and contract This was approved by the Utility Board on December 12, 1984 and recommended by Freese and Nichols, Inc the consulting engineers SUMMARY This bid is for the Capital Improvements Project Phase 1, Hobson Lift Station BACKGROUND Tabulation sheet, minutes of Utility Board Meeting, recommendation by Freese & Nichols, Inc and Mr R E Nelson, Utilities Director PROGRAMS, DEPARTMENTS OR GROUPS AFFECTED Utility - Wastewater Collection FISCAL IMPACT There is no impact on the General Fund Respecttully submitted is Hartung City Manager ared by e hn Marshall 14-16 it Purchasing Agent A ove - me hn*Marshall T e p', rchasing Agent n m d 0 o z 0 yy ct C H d H r m w a x W a o m 0 2 N O O d H W o. 3 R o a ~ z m O a D cn z N M C+ b o r H O " T o a z 0 cn o ~ C, 0 z N ~ n E ° i c z i v N 0 z N --1 N ° g r - CD ° N O E C r m t T z A r o g ° Z C) ° Z N C1 L" _ 0 i (D m con - i v N O 2 ) '1 C ;a CD CD g ay c-) O O ~ O N C z m g ~n N O w O O w C') N m 2 m co m N V N N N ° g Z ° C) O --I ° z 0 0 z c i g ATTACHMENT A Duties, Responsibilities and Limitations of Authority of Resident Project Representative A Cenan6 Resident Project Representative is ENGINEER s Agent will act as directed by and under the supervision of ENGI NEER, and will confer with ENGINEER regarding his actions Resident Project Representative s dealings in matters pertaining to the on-site Work shall to general be only with ENGINEER and CONTRACTOR and dealings with subcontractors shall only be through or with the full knowledge of CONTRACTOR Written communication with OWNER will be only through or as directed by ENGINEER E Delia and Rapensiautla Resident Project Representative will I Schedules Review the progress schedule, schedule of Shop Drawing submissions and schedule of values prepared by CONTRACTOR and consult with ENGINEER concerning their acceptability ? Conferences Attend preconslruction conferences Arrange a schedule of progress meetings and other job conferences as required in consultation with ENGINEER and notify those expected to attend in advance Attend meetings and maintain and circulate copies of minutes thereof 3 Liaison a Serve as ENGINEER s liaison with CONTRACTOR working pnncipally through CONTRACTOR s supennten dent and assist him in understanding the intent of the Contract Documents Assist ENGINEER in serving as OWNER s liaison with CONTRACTOR when CONTRACTOR s operations affect OWNER s on site operations b As requested by ENGINEER, assist in obtaining from OWNER additional details or information when required at the job site for proper execution of the Work I Shop Drawings and Samples a Receive and record date of receipt of Shop Drawings and samples receive samples which are fumish-d at the site by CONTRACTOR, and notify ENGINEER of their availability for examination b Advise ENGINEER and CONTRACTOR or its superintendent immediately of the commencement of any Work requiring a Shop Drawing or sample submission if the submission has not been approved by ENGINEER 3 Review of Work, Rejection of Dejeelive Work Insprr nuns and Tests a Conduct on site observations of the Work in progress to assist ENGINEER in determining if the Work is proceeding in accordance with the Contract Documents and that completed Work will conform to the Contract Documents b Report to ENGINEER whenever he believes that any Work is unsatisfactory faulty or defective or does not conform to the Contract Documents or does not meet the requirements of any inspections tests or approval required to be made or has been damaged prior to final payment and advise ENGINEER when he believes Work should be corrected or r*cted or should be uncovered for observation or requires special testing inspection or approval c Verify that tests, equipment and systems startups and operating and maintenance instructions are conducted as required by the Contract Documents and in presence of the required personnel and that CONTRACTOR maintains adequate records thereof observe record and report to ENGINEER appropriate details relative to the test procedures and startups ` d Accompany visiting inspectors representing public or other agencies having jurisdiction over the Project record the outcome of these inspections and report to FNGINEER ®1979 by National society of Professional Engitnxnt 2019 K St N W Washington D C 20MG NSPFJACEC)ASCF PuMication No 1910-1 A 1979 Woven 6 Interpretation of Contract Documents Transmit to CONTRACTOR ENGINEER s clarifications and interpretations of the Contract Documents l Modifications Consider and evaluate CONTRACTOR s suggestions for modifications in Drawings or Specifications and report them with recommendations to ENGINEER 8 Records a Maintain at the job site orderly files for correspondence reports of lob conferences Shop Drawings and samples submissions reproductions of original Contract Documents including all addenda change orders field orders adds tional Drawings issued subsequent to the execution of the Contract ENGINEER s clarifications and interpretations of the Contract Documents progress reports and other Project related documents b Keep a diary or log book, recording hours on the lob site weather conditions data relative to questions of extras or deductions, list of visiting officials and representatives or manufacturers fabricators suppliers and distributors daily activities decisions observations in general and specific observations in more detail as in the case of observing test procedures Send copies to ENGINEER c Record names addresses and telephone numbers of all CONTRACTORS subcontractors and major suppliers of materials and equipment 9 Reports a Furnish ENGINEER periodic reports as required of progress ofthe Work and CONTRACTOR s compliance with the approved progress schedule and schedule of Shop Drawing submissions b Consult with ENGINEER in advance of scheduled major tests inspections or start of important phases of the work c Report immediately to ENGINEER upon the occurrence of any accident 10 Payment Requisitions Review applications for payment with CONTRACTOR for compliance with the established procedure for their submission and forward them with recommendations to ENGINEER noting particularly their relation to the schedule of values, Work completed and materials and equipment delivered at the site but not incor- porated in the Work 11 Certificates Maintenance and Operation Manuals During the course of the Work verify that certificates maintenance and operation manuals and other data required to be assembled and furnished by CONTRACTOR are applicable to the items actually installed and deliver this material to ENGINEER for his review and forwarding to OWNER prior to final acceptance of the Work 12 Completion a Before ENGINEER issues a Certificate of Substantial Completion submit to CONTRACTOR a list of observed items requiring completion or correction b Conduct final inspection in the company of ENGINEER OWNER and CONTRACTOR and prepare a final list of items to be completed or corrected c Verify that all items on final list have been completed or corrected and make recommendations to ENGINEER concerning acceptance C Limitations of Authority Except upon written instructions of ENGINEER Resident Project Representative I Shall not authorize any deviation from the Contract Documents or approve any substitute materials or equipment 2 Shall not exceed limitations on ENGINEER s authority as set forth in the Contract Documents 3 Shall not undertake any of the responsibilities of CONTRACTOR subcontractors orCONTRACrORssupenntendent or expedite the Work 4 Shall not advise on or Issue directions relative to any aspect of the means methods techniques sequences or procedures of construction unless such is specifically called for in the Contract Documents S Shall not advise on or issue directions as to safety precautions and programs in connection with the Work 6 Shall not authorize OWNER to occupy the Project in whole or in part ` I Shall not participate in specialized field or laboratory tests Pft W" br boeoftn JWW CMftn oaaawNCaarwwa rubWedNaNlr by Floft MW/arlarraMMwrhaelRa arras&aN+fWaMIM Nxard SMMtMnMf,WlN aaearan AMMMC".Aft FnenrMCaww}i Awrw.w,sww, ar Ciwl aaewrn ATTACHMENT B FREESE AND NICHOLS, INC Schedule of Charges Special Services Staff Members Salary Cost Times Multiplier of 2 2 Salary Cost is defined as the cost of salaries of engineers, draftsmen, stenographers, surveymen, clerks, laborers, etc , for time directly chargeable to the project, plus social security contributions, unemployment compensation insurance, retirement benefits, medical and insurance benefits, bonuses, sick leave, vacation and holiday pay applicable thereto (Salary Cost is equal to 1 39 times salary payments This factor is adjusted annually ) Other Direct Expense Actual Cost times Multiplier of 1 00 Other direct expenses shall include printing and reproduction expense, communication expense, travel, transportation and subsistence away from Fort Worth and other miscellaneous expense directly related to the work, including costs of laboratory analysis, tests, and other work required to be done by independent persons or agents other than staff members January 8, 1985 CITY COUNCIL AGENDA ITEM SUBJECT Consider Bid Opening for Capital Improvements Project (CIP) 84-WW-5 (Phase I), and 85-WW-6 (Phase II) Hobson Lift station, Bid #9351 SUMMARY The bids were opened on December 11, 1984, for this CIP project, and the results are as follows Weitzel Const Co Inc $218,500 Wise-Sullivan Construction Co $236,000 Twin-C, Inc $239,000 Gracon Construction Cc Inc $259,000 Mission Construction Inc $358,000 Freese and Nichols, Inc , have evaluated the bids and recommend approval of Weitzel Construction Co , Inc FISCAL SUMMARY Budgeted 5 Yr CIP (Phase I & II) $150,000 Freese & Nichols Co Inc (estimate) $244,000 Recommended Award $218,500 Source of Funds 624-008-0470-9138 (Sewer Bond Funds) ACTION REQUIRED Approve or disapprove lowest qualified bidder RECOMMENDATION The Public Utilities Board, at their meeting of December 12, 1984, and Freese & Nichols, Inc , Consulting Engineers, recommend award of the project, Hobson Lift Station, to Weitzel Construction Co , Inc , 11500 Stemmons #108, Dallas, Texas, 75229, in the amount of $218,500 WE Nelso~ Director of Utilities EXHIBIT I- Bid Tabulation II- Freese & Nichols, Inc Evaluation of Bids III- Ordinance IV- Minutes PUB Meeting of 12/12/84 3388U 21 4 r a y 4 IIRRRR 111 1ICIIIL3, C O N S U L T I N G E N G 1 N E December 12, 1984 Mr Robert E Nelson, P E Director of Utilities City of Denton Municipal Building Denton, Texas 76201 SIMON W PREESE PC JAMESA NICHOLS PE ROBERT I. NICHOLS PE LEE B PREESE P E ROBERT S GOOCH PE 11 C JOE PAUL JONES P E ROBERT A THOMPSON III P E I JOHN H COOK P E E R S T ANTHONY REID PE JOES MAPES PE W ERN EST CLEM ENT PE ELVINC COPELAND P9 GARY N REEVES P E Re Hobson Lane Lift Station Contract Award Recommendation Dear Bob Bids were received in the office of John Marshall on December 11, 1984 for the construction of the Hobson Lane Lift Station Five (5) bids were received, ranging from a low of $218,500 to a high of $358,000 A copy of the bid tabulation is attached The low bid was lower than our estimate of probable construction costs of $244,000 The Weitzul Construction Co has recently completed one of our projects in Grapevine and has done a good job We contacted owners and engineers at other locations before the award of the Grapevine Project and received only favorable comments We also checked references for a project Weitzul Construction Co is currently constructing for the Corps of Engineers and have also received favorable reports We therefore recommend that the contract for the Hobson Lane Lift Station, your Contract # 9351, be awarded to Weitzul Construction Company at their low bid of $218,500 Please call if you have any questions concerning our recommendation Sincerely, FREESE AND NICHOLS, INC 4 1'w~~ Coy M Veach, P E CMV ks attachment xc C David Ham City of Denton a I I L A M A R STREET P O R T W O R T H T E K A 9 76 1 02 T E L E P H O N E 6 1 7 336 7 1 Of M E T R 0 6 1 7 42 9 1 9 0 0 Public Utility Board Minutes December 12, 1984 Page three item 8 Item 9 The staff recommended the contract as one more step to keeping open the option of constructing the projected hydro-electric facility at the Lewisville Dam The contract is not to exceed $30,000 Board discussion included questions regarding the total amount of expenses incurred thus far on the proposed project Mr Nelson told the Board that the City had spent about $80,000 for engineering and license applications for both the Lewisville and Ray Roberts projects Some members of the Board also questioned whether this project was wise since it provided so little power relative to the City's total power needs Other members of the Board suggested that energy diversificaiton is of prime importance and the cost of the project is reasonable since studies have shown the project to be economically feasible Mr Herring made a motion to accept the contract and recommend it to the Council for adoption Mr Thompson seconded the motion Four ayes, one nays, motion carried Mr Ham told the Board that the project came in at a cost of about $68,500 more than had been estimated in the Capital Improvements Plan (CIP) Mr Coomes asked where the money to fund the additional cost would come from Mr Ham said the funds would come from either putting off or not funding other projects Mr Coomes requested to be informed where the funds had been found for this project when such information becomes available Mr Herring made a motion to recommend the bid of Weitzel Construction Co , Inc of $218,500 for Council acceptance Mr Coomes seconded the motion All ayes, no nayes, motion carried At this time in the meeting, Mr Nelson and Mr Ham requested the Board allow them to present the backup for Items 10 through 24 and then for the Board to take action since the items all related to oversizing, pro-rata agreements and other capital construction Messrs Ham and Nelson showed a map and presented the Board with lists of all of the projects included in the discussion Messrs Ham and Neslon discussed the various projects with the Board The Board then decided to take each agenda item to be voted separately