Loading...
HomeMy WebLinkAboutF. COMMERICAL REFUSE CONTAINERS CITY OF PORT ARTHUR, TEXAS MAYOR and CITY COUNCIL COMMUNICATION DATE 3/15/02 REFERENCE NUMBER 403-1273-533.42-00 SUBJECT: Award The Bid For Repairing/Refurbishing Commercial Refuse Containers For Use In The Public Works Solid Waste Division. PAGE 1 RECOMMENDATION It is recommended that the City Council award the bid for repairing/refurbishing of commercial refuse containers for the Public Works-Solid Waste Division to Quality Containers of Houston, Texas, at the various unit prices shown in Exhibit "A" attached hereto, in the approximate amount of $20,000. Funding is available in FY2002 Account No. 403-1273-533.42-00. BACKGROUND Advertisements for the bids were published on January 20, 2002 and January 27, 2002, with thirteen (13) bid packets being mailed out or picked up. Bids were opened on February 13, 2002 with three (3) bidders submitting detailed bids for the requested items. Copies of the bids are attached hereto for reference, with the bidders being as follows: VENDOR EXCEPTIONS REQUIREMENTS Wastequip May Fab Houston, TX Six (6) 2" High Bottom Pad 12 Gauge Bottom Bottom welds on outside only Single-ply poly lids and door Shot blast, gray primer and finish coat Shipping not in prices but is $17.45/unit 4" High Bottom Pad 10 Gauge Bottom Inside and outside welds on bottom Two-ply poly lids and doors Sand blast, mst-preventive primer and finish coat Shipping to be included Quality Container Houston, TX Two (2) 2 ½" High Bottom Pad 1-1 ½" Drain Hole 4" High Bottom Pad 2-1 V2" Drain Holes Zerl' s Welding Bridge City, TX None The bids were reviewed by the Public Works staff and the Purchasing Manager, and a basis for evaluation was determined. PREPARED BY:LEM/bmm APPROVED BY ~ ] CITY MANAGER __~_~I DISPOSITION BY COUNCIL: [ ! APPROVE [ ]OTHER (Describe) PROCESSED BY: CITY SECRETARY DATE DATE CITY OF PORT ARTHUR, TEXAS MAYOR and CITY COUNCIL COMMUNICATION 3/13/02 REFERENCE ISUBJECT: Award The Bid For RepairingfRefurbishing ] PAGE NUMBER I Commercial Refuse Containers For Use In The Public 403-1273-533.42-00 Works Solid Waste Division. 2 For the item used most often, Bid Item 1, Wastequip was low, Quality was second low, and Zerl's was significantly higher than either. It should be noted, however, that Wastequip did not meet specifications in three (3) important areas and took exception to those: (1) Bottom pad height - should be as high as possible in order to keep the container bottom from touching the ground in order to keep it from deteriorating faster; (2) Bottom thickness - 10 gauge steel is approximately 28.4% thicker than 12 gauge steel thus allowing a longer bottom life; and (3) Inside and outside welds at new bottom - inside welds are important in order to prevent a place where water or leachate can get trapped and promote deterioration at the top edge of the new bottom. For the items used second most often, Bid Items 5 and 11, Wastequip was low, Quality was second low, and ZerI's was significantly higher than either. Once again, Wastequip did not meet specifications for these items and took exception to those: (1) Poly lids and doors should be of two-ply, corrugated construction in order to prevent damage due to bending in handling and servicing and to provide enough weight in the lids to prevent them from being blown open in moderate to high winds. Wastequip also took exception to the container finishing in that a rust-preventive primer was replaced with a gray primer. They also did not include shipping to and from Port Arthur in their unit prices. Quality offered a taller bottom pad than Wastequip but offered only one drain hole (normal to most of those we have in service now). The bid offered by Quality is identical to their bid of last year, which was the low bid. It is the consensus of all involved that the bid by Quality Container Maintenance of Houston, Texas is the most responsive bid and the one that is the best value to the City. BUDGETARY/FISCAL EFFECT Funding for repairing/refurbishing containers was approved by the City Council in the amount of $30,000 in the FY2002 Public Works Solid Waste Division Budget, Account No. 403-1273-533.42-00. At present, there is an unencumbered balance of $17,348 in the FY2002 budget, with additional funds to be allocated in the FY2003 budget. EMPLOYEE/STAFF EFFECT None PREPARED BY:LEM/bmm APPROVED BY CITY MANAGER DISPOSITION BY COUNCIL: [ ] APPROVE [ ]OTHER(Describe) PROCESSED BY: CITY SECRETARY DATE CITY OF PORT ARTHUR, TEXAS MAYOR and CITY COUNCIL COMMUNICATION DATE 3/13/02 REFERENCE NUMBER 403-1273-533.42-00 SUBJECT: Award The Bid For Repairing/Refurbishing Commercial Refuse Containers For Use In The Public Works Solid Waste Division. PAGE 3 SUMMARY It is recommended that the City Council award the bid for repairing/refurbishing of commercial refuse containers for the Public Works Solid Waste Division to Quality Containers of Houston, Texas in the approximate amount of $20,000 with funding available in FY2002 Account No. 403-1273-533.42-00, and authorize the proper City officials to execute the repairs/refurbishing services. Leslie E. McMahen, P.E. Director of Public Works Gerald W. Robinson Solid Waste Superintendent appropriate documents for procurement of the Rebecca Underhill Finance Director e'. D~vet Brannon -/~/ Purchasing Manager Admin:c:winword~Admin\CouncilCommunica...~epairRefurbishContainers02 PREPAI~ED BY:LEM/bmm APPROVED BY CITY MANAGER DISPOSITION BY COUNCIL: [ ] APPROVE [ ]OTHER(Describe) PROCESSED BY: CITY SECRETARY DATE Exhibit 'A" 1 of 3 DATE: 2/13/2002 BID FORM Proposal for Repairing/Refurbishing Refuse Containers TO: City Secretary City of Port Artlmr P.O. Box 1089 Port Arthur, TX 77641-1089 The undersigned hereby agrees to furnish tbe equipment as listed below in accordance with specifications on file at the City of Port Arthur, Purchasing Manager, Port Artlmr, Texas which have been carefully examined and which are attached herein. Description of work to be performed 2 Yd 1. Replace Bottom and Pads or Runners, Sandblast/Prime and Paint Container $ 2. Replace Bottom Only $ 3. Sandblast/Prime and Paint Container Only $ 4. Replace Individual Bottom Pad or Runner $ 5. Replace Poly Lid, 2 Ply Corrugated $ 6. Replace Outside Lid Bracket $ ~l.'1~' 7. Replace Inside Lid Bracket $ 9,.q~' 8. Replace Lid Hinge Pin And Hardware For Poly Lid $ 9. Replace Steel Lid Assembly With Poly Lid Assembly $ q_]?.5' 10. Rcplacc Individual Lift Bracket $ ~'0. I 1. Replace Poly Sliding Door, 2 Ply Corrugated $ 12. Rcplacc StecI Sliding Door with Poly Door Assembly $ Prices Arc Good For Any Quantity If No, what is your minimum quantity per shipmcnt? SIGNATURE Container Size 4 Yd 8 Yd 10 Yd $ Iq3, $ ,16. $° $ !ff¢.~o $ t~,.zo $ iq3.~ $ Il? $11,5o Yes ~ No DATE Receipt of addenda is acknowledged: Number , Date Number ., Date Number Date Received Received Received Exhibit DATE: 2/13/20~3f3 Number of Days to Dclivcr After Pick-Up: Signature Date Name of Individual (typed) Na, e ofnu i.c s Address City, State, Zip Exhibit '~A' Detailed Specification~ for Repairing/Refurbishing of 3 of 3 Refuse Containers PUBLIC WORKS - SOLID WASTE, DIVISION It is the intent of these specifications to describe the Repairing/Refurbishing of Refuse Containers. It is neither the purpose nor the intent to alienate any prospective Bidder within the following descriptions: All containers shall bc rclmlrcd/rcfurbishcd and racet thc following requirements: 14. Botto~n pads or runners shall be constructed of steel and shall elevate the container bottom off the ground by four (4)inches. ,~ ,, ,a~,~,._- 15. Bottom and sidewall shall be removed not less that 5" from bottom to ensure contact with side wall of full thickness. New bottom shall be 10-gauge steel and new partial sides to be 12-gauge steel. A pre-formed steel bottonv'sides assembly of 10-gauge steel is acceptable. INCLUDED IN BID 16. Install txvo (2) I ¼" drain boles through side wall of container at floor line, holes to be at opposing comers. ~ ~ 17. Lift brackets on side of containers shall be of the appropriate size and constructed of I O-gauge steel. 18. Outside lid bracket, inside lid bracket and lid hinge pin/hardware shall be vendor's standard construction. 19. Continuous welds shall be used inside the bottom replacement and at all points outside on any item repaired or replaced. 20. Poly plastic lids and doors to be of 2-ply corrugated construction, or better, and sturdy enough to prevent collapse and deformation due to use or natural conditions. 21. Automatic or manual lid locks shall be vendor's standard construction. 22. Containers shall be sandblasted, to bare metal to meet N.A.C.E. requirements, or equal, prior to painting outside With one (I) coat of rust preventative primer and one (I) coat of automotive paint, or equal treatment with direct-to-metal paint with mst iuhibitors, on all outside surfaces. Color to be dark green. "2 23. City ,,viii number containers to bc repaired/refurbished and will supply a list of requested repairs for all containers sbipped. 23. Bid prices for all complctc units, partial rcpairs or parts, shall be inclusive of all material, Iabor, equipment, disposal of by-products, pick-up, delivery and any other related costs. E3ehibit "B' 1 of 3 u P DATE: 2/13/2002 BID FORM Proposal for Repairin~Refurbishing Refuse Containers TO: City Secretary City ofPort Arthur P.O. Box 1089 PortA~hur, TX 77641-I089 The undersigned hereby agrees to furnish the equipment as listed below in accordance with specifications on file at the City of Port Arthur, Purchasing Manager, Port Arthur, Texas which have been carefully examined and which are attached herein. Container Size. Description of work to be performed 2 Yd 4 Yd 8 Yd 1. Replace Bottom and Pads or Runners, Sandblast/Prime and Paint Container $}O7oq5 $1%q.%~ 2..Replace Bottom Only $ 3. Sandblast/Prime and Paint Container Only $ 4. Replace Individual Bottom Pad or Runner $ 5. Replace Poly Lid, 2 Ply Corrugated ~{n~l% ~/~,d (~'~ $ I"'l,q~co $ I~.'-l~ 6. Replace Outside Lid Bracket $_~ f~ $ 'b .cc> 7. Replace Inside Lid Bracket $.~.CD $ ~ .OD 8. Replace Lid Hinge Pin And Hardware For Poly Lid 9. Replace Steel Lid Assembly With Poly Lid Assembly 10. Replace Individual Lift Bracket $%%.to% $~.6~ I 1. Replace Poly Sliding Door, 2 Ply Corrugated $ 12. Replace Steel Sliding Door with Poly Door Assembly $ 10 Yd Prices Are Good For Any Quantity If No, what is your minimum quant!ty per shipment? SIGNATU~-'~ Receipt of addenda is acknowledged: Number Date Number , Date Number Date Received Received Received E~hibit "B' 2of3 DATE: 2/13/2002 Number of Days to Deliver After Pick-Up: Signature Date Name of Individual (typed) 8 Exhibit 'B" 3of3 MEMO'. WASTEQUIP MAY FAB HOUSTON SERVICE CENTER 4000 OATES ROAD PO BOX 96031 HOUSTON, TEXAS 77013 Date: 02/12/2002 To: From: Subject: Gerald W. Robinson Peyton Cox Exceptions To Bid: 14. Exception to bid: The replacement bottom will have the standard May Fab 2" Caster Pad; with pre-drilled holes for the addition of fixed or swivel casters; not the 4" pad as specified. 15. Exception to bid. The replacement bottom will be constructed of 12 Ga.. steel with a 6" lip on all four sides. 19. Exception to bid. The continuos welds on the replacement bottoms will only be on the exterior and not on the interior. 20. Exception to bid. The poly lids shall be of single ply vacuum formed high molecular, UV- treated polyethylene. May Fab lids are guaranteed not to chalk or crack due to ultraviolet exposure for three years fi.om date of delivery. 22. Exception to bid. The containers will be shot blasted on the exterior only to commercial finish, one coat of gray oxide primer and one top coat of alkyd enamel paint. Exhibit DATE: 2/13/2002 BID FORM Proposal for Repairing/Refurbishing Refuse Containers TO: City Secretary City of Port Arthur P.O. Box 1089 Port Arthur, TX 77641-1089 The undersigned hereby agrees to fumish the equipment as listed below in accordance with specifications on file at the City of Port Arthur, Purchasing Manager, Port Arthur, Texas which have been carefully examined and which are attached herein. Description of work to be performed 1. Replace Bottom and Pads or Runners, Sandblast/Prime and Paint Container 2. Replace Bottom Only 3. Saudblast/Prime and Paint Container Only 4. Replace Individual Bottom Pad or Runner 5. Replace Poly Lid, 2 Ply Con'ugated 6. Replace Outside Lid Bracket 7. Replace Inside Lid Bracket 8. Replace Lid Hinge Pin And Hardware For Poly Lid 9. Replace Steel Lid Assembly With Poly Lid Assembly 10. Replace Individual Lift Bracket 11. Replace Poly Sliding Door, 2 Ply Corrugated 12. Replace Steel Sliding Door with Poly Door Assembly Prices Arc Good For Any Quantity If No, what is your minimum quantity per shipment? Container Size 2 Yd 4 Yd 8 Yd 10 Yd $300.00 $375.00 $475.00 $600.00 $200.00 $275.00 $375.00 $475.00 $200.00 $200.00 $200.00 $2o0.00 $ 75.00 $ 75.00 $100.00 $125.00 $100.00 $125.00 $150.00 $200.00 $ 75.00 $ 75.00 $ 75.00 $ 75.00 $ 75.00 $ 75.00 $ 75.00 $ 75.00 $. 75.00 $. 75.00 $ 75.00 $. 75.00 ~200.00 $725.00 $150.00 $200.00 $z25.00 $125.00 $125.00 $125.00 $.N/A $ N/A $.150.00 $.200.00 $ N/A $ N/A $150.00 $200.00 Yes No x 5 SI~,IATURE 1/21/02 DATE 7 Receipt of addenda is acknowledged: Number , Date Number , Date Number , Date Received Received Received Exhibit ' C' DATE: 2 / 13/22°~2 Number of Days to Deliver After Pick-Up: 5 January 21, 2002 Date Zerl W. Bielecki Name of Individual (typed) Name of Business Zerl ' s Welding & Fabrication, Inc. Address 745~,Jones City, State, Zip ' Brid§e Ciby, Tx 77611 Telephone 409-735-7141