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