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