HomeMy WebLinkAboutPR 16809: AWARD TO DUO-GARD INDUSTRIES FOR PURCHASE OF TWELVE PASSENGER WAITING SHELTERS INTEROFFICE MEMORANDUM
To: Steve Fitzgibbons, City Manager
From: Colleen Russell, Director of Transit
Tom Kestranek, Transit Manager
Subject: P.R. NO 16809 Procurement of Twelve (12) Passenger Waiting Shelters
Date: 12/02/2011
RECOMMENDATION:
The Transit Department recommends that the City Council approve the bid award to Duo -Gard
Industries of Canton, MI. for the procurement of Twelve (12) Passenger Waiting Shelters in the
amount of $83,160.00 The procurement solicitation was for eight (8) Passenger Waiting Shelters
with the option of eight (8) additional shelters. The Transit Department is recommending the
purchase of the base bid for eight (8) shelters and electing to exercise its alternative for the
acquisition of four (4) of the eight (8) additional shelter option.
BACKGROUND:
The Transit Department in conjunction with the City's Purchasing Division solicited/ advertised on
11/06/11 and 11/13/11 for bids. Subsequently, the City received two (2) bids for the purchase of
eight (8) Passenger Waiting Shelters with the option for eight (8) additional shelters. The two (2)
bids received were from the following vendors as shown in Exhibit "A ". There are no Port Arthur
vendors that perform this service.
Bidder Each Base Bid Total With options Delivery Days
(1) Columbia Equipment Co., Inc Of
Jamaica, NY $8,095.00 $64,760.00 $97,140.00 65 -95
(2) Duo -Gard Industries Of Canton,
MI $6,930.00 $55,400.00 $83,160.00 70 -91
The two (2) bids received where evaluated and reviewed by the Transit Staff. Upon analysis, the
Lowest and Responsive Bid meeting specifications was submitted by Duo -Gard Industries, of
Canton, MI. in the amount of $83,160.00.
1
BUDGET /FISCAL EFFECT:
Funding for this procurement is provided under the Federal Transit Administration (F.T.A.) Capital
Grant #TX -90 -X859 and TX -90 -X916 in the amount of $83,160.00. The procurement expense will
be charged to the Transit Capital Budget Account: 401 - 1509 - 561.89 -00 in the amount of $83,160.00
@ 80% FTA ($65,528.00) and 20% CPA ($16,632.00).
STAFF /EMPLOYEE EFFECT:
Staff will install these shelters and PAT will be in compliance with FTA regulations.
SUMMARY:
The Transit Department recommends that the City Council approve the bid award to Duo -Gard
Industries of Canton, MI. for the procurement of Twelve (12) Passenger Waiting Shelters in
the amount of $83,160.00.
2
P.R. NO. 16809
Page 1 of 2 cr
RESOLUTION NO.
A RESOLUTION AUTHORIZING THE CITY COUNCIL TO APPROVE AN
AWARD TO DUO -GARD INDUSTRIES OF CANTON, MI. FOR THE
PURCHASE OF TWELVE (12) PASSENGER WAITING SHELTERS FOR
A COST OF $83,160.00 (ACCOUNT: 401 - 1509 - 561 - 89.00).
WHEREAS, the Federal Transit Administration awarded the City of Port Arthur
grant funding for the purpose of purchasing Transit System Passenger Waiting Shelters and
Bus Stop Sign amenities; and
WHEREAS, the City's Purchasing Division solicited bids and received two (2)
bids for the purchase of eight (8) Passenger Waiting Shelters, with the option to
purchase additional shelters if necessary; and
WHEREAS, Duo -Gard Industries of Canton, MI., was the lowest and most
responsive bidder with a cost of $6,930 per shelter, a copy of the bid tabulation is
attached hereto as Exhibit "A "; and
WHEREAS, the Transit Department has determined that twelve (12) passenger
waiting shelters will accommodate its current needs and recommends that the City
Council to authorize the procurement of these items; now, therefore,
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF PORT ARTHUR:
THAT the City Council does authorizes the procurement of Twelve (12)
passenger waiting shelters in the amount of $83,160.
THAT a copy of the caption of this Resolution be spread upon the Minutes of the
City Council.
READ, ADOPTED AND APPROVED this day of A.D. 2011 at a Regular
Meeting of the City Council of the City of Port Arthur, Texas by the following vote: AYES:
•
MAYOR:
COUNCILMEMBERS: •
NOES:
Mayor
ATTEST:
City Secretary
APPROVED • S TO FORM:
� ''
City Attorney
APPROVED FOR ADMINISTRATION:
� I
City Max►a er , 4 Purchasing Manager
impi.1004.•
Director of Transit
APPROVED AS TO AVAILABILTY OF FUNDS:
Director of Finance
(Account: 401 - 1509- 561 - 89.00)
EXHIBIT "A"
4, 0
.• c O
U U O
00 v.
N >.
f6 as
al O . 7 _
=
c
„ C
_ _ v O
r0 c
U
ro H 0 o
0 U U
O O
O 4+ .O N
_
p c Q
in
1% 0
Li O
0
C U N
— L v.Z 113 d >-
L c
TS
N ~ in (6 G
l" 1 CO c c 2
!`I O c a1 O 1 ro
N E 0 ca "
.. co c0 H 0 0 rn U ■
i N Z o U 0 0
CC m
2 - = m
ce G y
< m C
O
cc 3 m z = o 0 c
CL H Cl. c u ° > ca
LL 4J U (0 n
•0
ul c
O m ca o c ›- Q
L to v `^ z 00
F- i 0 E c C
o- cri co
0 cc
Q t . 00 rn 0 3
a a
1 E U 'r' Ln a) L
a) c O
m = E 0 `° � E oti o_ U p i N
o m
'2 " a
c
1 co r
E
_c ro
U —1 O
�� [= O ri U 1.
o d
0 5
al
`r) a
0 0 4' E
m U
v C
* 2. O
E
a co V
0
Specifications for
Purchase of Bus Shelters
1. MODEL STYLE: Monumental Series Passenger Waiting Shelter Model MNS12 or Approved Equal
2. QUANTITY: Eight
3. DESCRIPTION: The work specified shall consist of the design, fabrication, and delivery of Passenger
Waiting Shelter to include structural aluminum frame with glazed rear and side wall modules and
aluminum roof, and all required hardware for installation. Shelters shall be computer designed and
structurally engineered. The shelter frame shall be designed to be stable with or without wall. All
connections and glazing containment shall be tamper proof. Shelter shall be prefabricated in three (3)
modular wall sections and one (1) prefabricated roof complete and ready for field erection.
4. STANDARDS:
A. Materials
a. All aluminum shall conform to the standards of the Aluminum Association.
b. All glazing shall conform to the American National Standards Institute (ANSI) Safety Standard for
Architectural Glazing Materials Z97.1975.
B. Performance
a. Shelter shall be designed to withstand minimum vertical and horizontal wind load of 150 mph.
b. Roof shall be designed to withstand minimum dead load of 40 PSF.
5. SUBMITTALS:
A. Bidders must submit these items with bid
1) Submit shop drawings and product data.
2) Submit manufacturer's statement of certification that materials meet or exceed these specifications.
3) Submit finish sample.
4) Submit wall and roof glazing sample(s).
6. DELIVERY AND STORAGE:
A. Shelter shall be delivered to destination in clearly labeled modular assemblies.
B. Each shelter shall include a boxed hardware kit complete with installation instructions.
7. WARRANTY:
A. Manufacturer warrants that shelter shall be free from defect in parts and manufacture for a
period of at least one year.
B. Manufacturer shall maintain inventory of replacement parts for ten years after delivery of shelter.
8. SIZE:
A. Shelter size shall be: 5' deep by 8' wide as required.
9. CONSTRUCTION:
A. Shelter shall be constructed of modular interchangeable components.
B. All structural framing members and mullions shall be 1 (one) piece seamless extruded
aluminum tubes of 6063 -T6 alloy.
C. Snap together or (2) two piece members are not acceptable.
D. All roof and glazing frame extruded aluminum sections shall be 6061 -T6 alloy.
E. All structural connector channels, roof corner key angles, and base anchor boots shall be extruded
aluminum sections of 6061 -T6 alloy.
Page 4 of 15
QUANTITIES: Quantities shown are estimated, based on projected use. It is specifically understood and
agreed that these quantities are approximate and any additional quantities will be paid for at the quoted price. It
is further understood that the contractor shall not have any claim against the City of Port Arthur for quantities
less than the estimated amount.
SHIPPING INFORMATION: All bids are to be F.O.B., City of Port Arthur, Port Arthur, TX 77640
INCORPORATION OF PROVISIONS REQUIRED BY LAW: Each provision and clause required by law
to be inserted into the Contract shall be deemed to be enacted herein and the Contract shall be read and enforced
as though each were included herein. If, through mistake or otherwise, any such provision is not inserted or is
not correctly inserted the Contract shall be amended to make such insertion on application by either party.
CONTRACTOR'S OBLIGATIONS: The Contractor shall and will, in good workmanlike manner, perform all
work and furnish all supplies and materials, machinery, equipment, facilities and means, except as herein
otherwise expressly specified, necessary or proper to perform and complete all the work required by this
Contract, in accordance with the provisions of this Contract and said specifications.
The apparent silence of these specifications as to any detail or to the apparent omission from it of a detailed
description concerning any point shall be regarded as meaning that only the best commercial practices are to
prevail.
While the purpose of the specifications is to indicate minimum requirements in the way of capability,
performance, construction, and other details, its use is not intended to deprive the City of Port Arthur the option
of selecting goods which may be considered more suitable for the purpose involved.
In the event of conflicts between the written bid proposal and information obtained verbally, the vendor is
specifically advised that the written bid proposal will prevail in the determination of the successful bidder.
Under the Title VI of the Civil Rights Act of 1964, no person shall, on the grounds of race, color, or national
origin, be excluded from participation in, be denied the benefits of, or be subjected to discrimination under any
program or activity receiving Federal financial assistance.
TERMINATION FOR CAUSE: If, through any cause, the Contractor shall fail to fulfill in a timely and
proper manner his obligations under this contract, or if the Contractor shall violate any of the covenants,
agreements or stipulations of this contract, the City shall thereupon have the right to terminate this contract by
giving written notice to the Contractor of such termination and specifying the effective date thereof, at least
fifteen (15) days before the effective date of such termination. Notwithstanding the above, the Contractor shall
not be relieved of liability to the City for damages sustained by the City by virtue of any breach of the contract
by the Contractor, and the City may withhold any payments to the Contractor for the purpose of set -off until
such time as the exact amount of damages due the City from the Contractor is determined.
TERMINATION FOR CONVENIENCE: The City may terminate this contract at any time giving at least
thirty (30) days notice in writing to the Contractor. If the Contract is terminated by the City as provided herein,
the Contractor will be paid for the service that it has performed up to the termination date. If this contract is
terminated due to fault of the Contractor, the previous paragraph hereof relative to termination shall apply.
RELEASES AND RECEIPTS: The City of Port Arthur before making payments may require the Contractor
to furnish releases or receipts for any or all persons performing work and supplying material or service to the
Contractor, or any sub - contractors for work under this contract, if this is deemed necessary to protect its
interests.
Page 13 of 15