Loading...
1984-16908901 (44L) AN ORDINANCE ACCEPTING COMPETITIVE BIDS AND AWARDING A CONTRACT FOR THE PURCHASE OF MATERIALS, EQUIPMENT, SUPPLIES OR SERVICES, PROVIDING FOR THE EXPENDITURE OF FUNDS THEREFORE, AND PROVIDING FOR AN EFFECTIVE DATE WHEREAS, the City has solicited, received and tabulated competitive bids for the purchase of necessary materials, equip- ment, 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 bids are the lowest responsible bids for the materials, equipment, supplies or services as shown in the "Bid 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 materials, equipment, supplies or services approved and accepted herein, 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 numbered items in the following numbered bids for materials, equipment, supplies, or services, shown in the "Bid Proposals" attached hereto, are hereby accepted and approved as being the lowest responsible bids for such items BID NUMBER ITEM NO VENDOR 9352 9352 9352 1&5 TEMPLE, INC 2 GRAYBAR AMOUNT 28,650 00 $ 16,113 00 3&4 CUMMINS $ 35,139 75 9354 All ATLAS ENGINEERING $ 70,760 00 9355 All BERNARD ASSOCIATES $ 14,430 00 9365 All CASCO INDUSTRIES, INC $ 10,016 00 (Continued on Next Page) SECTION II That by the acceptance and approval of the above numbered items of the submitted bids, the City accepts the offer of the persons submitting the bids 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 Bid Invitations, Bid Proposals, and related documents CONTINUATION SECTION I BID NUMBER ITEM NO VENDOR AMOUNT All GATES CONCRETE PRODUCT $ 9,010 00-- 9368 9369 All CAMAC STEEL WORKS, INC $ 9,851 00 SECTION III That should the City and persons submitting approved and accepted items and of the submitted bids wish to enter into a formal written agreement as a result of the acceptance, approval, and awarding of the bids, 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, specifications, standards, quantities and specified sums contained in the Bid Proposal and related bid documents herein approved and accepted SECTION IV That by the acceptance and approval of the above numbered items of the submitted bids the City Council hereby authorizes the expenditure of funds therefor in the amount and in accordance with the approved bids or pursuant to a written contract made pursuant thereto as authorized herein SECTION V That this ordinance shall become effective immediately upon its passage and approval PASSED AND APPROVED this day of ~A°Q~2~~(/~ 1984 ~KI~HARD 04 J , MAYOICV CI Y OF D NTON, TEXAS ATTEST 91 CHARLOT ALLEN, CITY SECRETARY CITY OF DENTON, TEXAS APPROVED AS TO LEGAL FORM JOE D MORRIS, ACTING CITY ATTORNEY CITY OF DENTON, TEXAS BY CITY COUNCIL AGENDA BACK-UP SUMMARY SHEET DATE OF MEETING December 4, 1984 COUNCIL AGENDA ITEM # Consent SUBJECT BID #9352(Revised) STREETLIGHTS SUMMARY This bid is for the purchase of streetlights and lamps to replace warehouse stock The bid was awarded on November 6, 1984, as recommended The using department has notified us of an upcoming change out program making it necessary to increase the quantity of items 1, 2, 3, and 5 We have also determined that the bid of Graybar Electric on Items 3 and 4 do not meet specification This award revision is to increase item 1, 2, and 3 and to award item 3 and 4 to the next lowest bidder ACTION REQUIRED Approval by Council and Award of Bid SOURCE OF FUNDS Working Capital 1985 Budget Funds Account #710-004-0598-8708 RECOMMENDATION We recommend this bid be re-awarded as listed below to the lowest bidder meeting specification in the revised quantity #1 Temple 400 pcs@47 25 Total $18,900 00 #2 Graybar 300 pcs@53 71 Total 16,113 00 #3 Cummins 400 pcs@82 67 Total 33,068 00 #4 Cummins 25 pcs@82 87 Total 2,071 75 #5 Temple 600 pcs@16 25 Total 9,750 00 Bid Total $79,902 75 EXHIBITS bulation et SUBMITTED BY Tomb Shaw, CPM Assistant Purchasing Agent CITY COUNCIL AGENDA BACK-UP SUMMARY SHEET DATE OF MEETING December 4, 1984 COUNCIL AGENDA ITEM # Ordinance SUBJECT BID #'s 9354 & 9355 RAW WATER PUMP STATION WITH VALVES AND CONTROLS SUMMARY This bid is for Capital Improvements and includes 8 MGD pumping unit with necessary connections and was bid on two different bids because of the vendors response We received bids as shown on the summary attached This bid was directed by Freese & Nichols ACTION REQUIRED SOURCE OF FUNDS Approval by Council CIP 84-WP-3 RECOMMENDATION We recommend these bids be awarded to the low bidder as evaluated by Freese & Nichols and reviewed by the Utilities Board Bid #9354 - Pump Unit to Atlas Engineering @$70,760 00 and Bid #9355 - Check Valves, etc to Bernard Associates for $14,430 00 for the total amount of $85,190 00 EXHIBIT M&011 fro E Nelson and Freese & Nichols SUBMITTED BY h p ,CPM PUrch ng Agent December 4, 1984 CITY COUNCIL AGENDA ITEM SUBJECT Bid Opening for Capital Improvements Project (CIP) 84-WP-3, Raw Water Pump Station, Bid #9354 and #9355 SUMMARY The bids were opened on November 6, 1984, for CIP project 84-WP-3, and the results are as follows Contract 1 8 MGD pumping unit and motor controller Ingersoll-Rand $65,193 (disqualified= Bid wrong pump) Atlas Engineering Inc $70,760 McGraw Edison-Worthington Div $73,603 Aurora Pump $74,018 Peabody Floway Inc $88,303 Peerless Pump $115,687 Contract 2 14" check valve and ecc control valve Bernard Associates $14,430 Newman Engineered Equipment $15,138 FISCAL SUMMARY Budgeted- 5 Year CIP $150,000 (phase I & II) Recommend Award- Contract I (Phase I) $70,760 Recommend Award- Contract 2 (Phase I) $14,430 Recommend Award- (Phase I) Total T95-M Source of Funds Water Bond Funds Acct #623-008-0450-9114 ACTION REQUIRED Approval or disapproval of lowest qualified bidder by the City Council RECOMMENDATION The Public Utilities Board, at their meeting of 11/14/84 recommended award of Contract 1 to Atlas Engineering, Inc , in the amount of $70,760 and Contract 2 in the amount of $14,430, to Bernard Associates Res e tful_l~~ Nelson Director of Utilities FIRM 110 IMIL1, M C O N S U L T I N O E N O 1 N E E R S November 8, 1984 Mr C David Ham, P E Assistant Director of Utilities City of Denton Municipal Building Denton, Texas 76201 SIMONW ►R[aSa PIL JAMES R NICHOLS Pa. ROBERT L. NICHOLS P a La[ B ►RaaSL P a ROBERT S SOOCH Pa JOa PAIL JONES P L ROBERT A THOMPSON 111 P a JOHN M COOK. P a T ANTHONY SKID ►a Joa■ MAPS$ Pa W [/NEST CLEMENT Pa KLVINa COPELAND Pa OARYN RKCV[S Pa ` Re Raw Water Pumping Unit and Motor Controller Contract Award Recommendation Dear Dave Bids were received in your Purchasing Department on November 6, 1984, for Furnishing and Delivering a New 8 MGD Raw Water Pumping Unit and Motor Controller, City of Denton Bid Number 9354 Six (6) bids were received and fifteen (15) copies of a detailed tabulation of the bids are attached A summary of the bids is as follows Bidder A744J EAJFIA,EfXJAIe_ -tagne-&-Bowler, Inc Worthington Division- McGraw Edison Company Aurora Pump Company Peabody Floway, Inc Peerless Pump Company Ingersol-Rand Company Total Bid Amount $70,760 00 $73,603 00 $74,018 00 $88,303 00 $115,687 00 Bids did not comply with specifications The low bid by Layne & Bowler, Inc was also the lowest bid received when evaluated for overall pump efficiency during operating conditions t 811 L A M A R STREET PORT WORTH TCKAS 76108 C David Ham Page 2 November 8, 1984 This bid is for Proposal Items 1, 2 and 3, including the raw water pumping unit, a witnessed factory test on the unit, and a motor con- troller for the pump We recommend that the contract for this equipment be awarded to Layne & Bowler, Inc at their low bid amount of $70,760 00 Please call if you have any questions concerning our recommendation Yours very truly, FREESE AND NICHOLS, INC 4 t Elvin C Copeland, P E ECC bg Enclosure xc R E Nelson, P E P11888 111 IIC1168, 11V C O N S U L T I N G E N O 1 N E E R S November 8, 1984 Mr C David Ham, P E Assistant Director of Utilities City of Denton Municipal Building Denton, Texas 76201 1r SIMON W PRICKER P R JANKER NICHOLS PS. BOOKS?L NICHOLS PS LSE ■ FREESE. PJL ROBERT E OOOCH PS JOE PAUL JONES PC ROBERT A. THOMPSON 111 PC JOHN N COON. P C T ANTHONY RRID PR JORB MAPRS ►S W RRNEST CLRMRNT PE RLVIN C COPELAND PS DART N SERVES P E Re Raw Water Pump Control Valves Contract Award Recommendation Dear Dave Bids were received in your Purchasing Department on November 6, 1984, for Furnishing and Delivering a Check Valve and a Pump Control Valve for the Raw Water Pumping Unit Two (2) bids were received and detailed bid tabutacions are attached A summary of the bids received is as follows Bidder Total Amount Bid Bernhard Associates Co , Inc $14,430 00 Newman Engineered Equipment, Inc $15,138 00 The valves quoted by Bernhard Associates appear to be in compliance with the specifications, and we recommend that the contract for this equip- ment, Proposal Items 4 and 5 in City of Denton Bid Number 9355, be awarded to Bernhard Associates Co , Inc at their low bid of $14,430 00 Please call if you have any questions concerning our recommendation Yours very truly, ECC bg Enclosure xcl Mr R E Nelson, P E FREESE AND NICHOLS, INC Elvin C Copeland, P E all LAMAR STREET PORT WORTH TEXAS 76 102 TELEPHONE 617 339 7161 METRO SIT 42a 1800 PROJECT:. RAW WATER PUMP CONTRACT: Purchase Order No. 66314/L & B Ord. No. 85D-1027 ' OWNER: City of Denton, Texas CONTRACTOR: Layne & Bowler, Inc. i CHANGE ORDER NO. 1 DATE: May 29, 1985 CHANGE OR EXTRA WORK TO BE PERFORMED Delete bid item No. 2 from the contract, which reads: For additional, optional cost for witnessing pump test by a representative of the Owner, the total amount of $941.00. Previous contract amount $70,760.00 Net(YAW*ft y(decrease)in contract amount $941.00 Revised contract amount $69,819.00 Not(increase)(decrease)in contract time of completion None Revised contract time of completion June 21 , 1985 (Shipping Date) - t t " Recommended by Approved by OWNER FREESE AND NICHOLS I y ~ By B ~ Y , DisMbution: Approved by CONTRACTOR I - Owner I-Contractor BY-' LS/ `1'~~ I - F. d N. Office I - Ras. Eng. CHANGE OR EXTRA WORK ORDER a 4 . Public Utility Board Minutes November 14, 1984 Page 4 6 CONSIDER APPROVAL OF BIDS FOR OVERSIZE OF SEW Staff recommended accept! oversizing to an 18 inch line needed to service the by Albenesius Contracting and $154,102 respectively the City of $38,228 7 8 ng the difference between the line and the necessary 12 inch proposed apartments as submitted Bid submissions were $192,330 for a difference to be paid by Mr Ham reminded the Board that the oversize had been previously authorized by the Board Mr Thompson recommendation paid by the recommend the Herring seconi motion carried made the mo to accept the City for the City Council led the motion :ion to accept the staff difference of $38,228 to be sewer line oversizing and adopt the agreement Mr Five "ayes", no "nays", CONSIDER RECOMMENDATION OF LOWEST QUALIFIED BID FOR TWO CONTRACTS FOR THE RAW WATER PUMP STATION, BID #9354 and #9355 KI Staff recommended aware Inc , in the amount of of $14,430 to Bernard paid from bond funds portion of the Capital i of Contract 1 to Atlas Engineering, $70,760 and Contract 2 in the amount Associates, the total amount to be The project is a part of the 1984-85 Improvement Plan Ms Boyd made a motion to approve the lowest qualified bidders Contract 1 to Atlas Engineering, Inc , in the amount of $70,760 and Contract 2 in the amount of $14,430 to Bernard Associates, the total amount to be paid from bond funds Five "ayes", No "nays", motion carried The staff recommended the project as a part of the 1984-85 portion of the Utility Capital Improvement Plan The Board asked about the recommended contractor Mr Ham replied that Red River Construction Cc , had done work for the city on the Hickory Creek sewer line project, and he had found them to be reliable and a good company with which to work Mr Coomes made a motion to accept the bid of the Red River Construction Company at a total cost of $277,700 00 to be paid from bond funds and to recommend acceptance by the Council Motion seconded by Ms Boyd Five "ayes", no "nays", motion carried CITY COUNCIL AGENDA BACK-UP SUMMARY SHEET DATE OF MEETING December 4, 1984 COUNCIL AGENDA ITEM # Ordinance SUBJECT BID #9365 FIRE HOSE SUMMARY This bid is for the replacement of fire hose on some trucks and other uses We replace a portion each year so we can have a good hose and have adequate reserves We sent to s ix bidde rs and received three bids ACTION REQUIRED Approval by Council SOURCE OF FUNDS Budget 100-006-0051-9106 RECOMMENDATION We recommend this bid be awarded for all items to the low bidder, Casco Industr ies, Inc for the overall total of $10,016 00 EXHIBIT T ~latio Sheet SUBMITTED BY ~ r a11,CPt4 urc ing Agent 07 V OI lJl W N r ? O w n a r, A ' r A r N r r H ~ ~ lT p ID O y O ~ N O N 1 0 c f D r m W J H O i > ~ w E m x o < o cy N N m ° [7 V1 < N z -n ~ V1 'S ' ' 1 N X V N X % (n - W O O fD N - 1 z C1 e4 e ~ 1 C f h z 0 0 z o N ~ cn - - n v c, a , Ir Ir Ln OD O O O C n w N O O O O O O O y p 01 O O O O O O O C7 ° O 7D CD m N ID O r O L7 N W N A ON W m .O - 10 OI %0 cn O N un C C E O N OD C. N O O O O O z -4 N to o Ir o 0 0 0 0 ' N 0 m r 0 m A r r N A 01 -1 N Vf O A r-j W O OD Ln O 00 a' f M C-) i n v w ~o N Ln to t0 A O O O m v v N f71 O cn O O O N W N Ln m z a 0 PO m 6 0 z C ITf 7 d O "A CITY COUNCIL AGENDA BACK-UP SUMMARY SHEET DATE OF MEETING December 4, 1984 COUNCIL AGENDA ITEM # Ordinance SUBJECT BID #9368 CONCRETE PLANKS SUMMARY This bid is for the purchase of the concrete planks for the floor support on the "West Wing Addition" of the Municipal Building The planks are 3'4" wide, 8" thick and in various lengths totalling approximately 3100 feet ACTION REQUIRED Approval by Council and Award of Bid SOURCE OF FUNDS 1984-85 Special Projects Funds Account Number 430-004-02OM-9136 RECOMMENDATION We recommend this bid be awarded to the lowest bidder meeting specifications of Gates Concrete Products in the amount of $9,010 00, Fob Denton Delivery will be in 21 days after receipt of purchase order EXHIBIT T lation S et SUBMITTED BY om haw, C M Assistant Purchasing Agent n ro M N n to d o m d H y r f~ r 2 O t M 00 ~ H 9 N ry Z rn CA V r M z V N H O ~ z N N 3 C~ x g N ~O f7 'O C'1 O,DO CD a-a -4 d p x C N m N O O -i I O 70 N m A ( n O .v --IX N a ~ Im C N " O y C O ro O ' r d7 z S C t+7 z 0 0 z c r n z d 0 z c e n z 8 CITY COUNCIL AGENDA DATE OF MEETING COUNCIL AGENDA ITEM # SUBJECT SUMMARY ACTION REQUIRED SOURCE OF FUNDS RECOMMENDATION EXHIBIT SUBMITTED BY BACK-UP SUMMARY SHEET December 4, 1984 Ordinances BID #9369 STRUCTURAL STEEL This bid is for the purchase of the structural steel for the construction of the "West Wing Addition" of the Municipal Building The bid prices also include delivery charges and erection of the steel The total bid is for approximately 34 squares of decking and 7 20 tons of structural steel Approval by Council and Award of Bid 1984-85 Special Projects Funds Account Number 430-004-02OM-9136 We recommend this bid be awarded to the lowest bidder meeting specification of Camac Steel Works Inc in the amount of $9,851 00 TAbu1 do eet i om D Shaw, C M Assistant Purchasing Agent o ~ T O o- n 0 c+ ai C " M w a) " 3 ? n t 1 O O CD R 1 1 Z-1A C) :c- H H n C) Z 0 Z ~ to m " N m --i m m r y n 0 H to n ~mn m r n E C) z x