Loading...
HomeMy WebLinkAbout1960-08-02 Special MeetingA call meetin oouncil of the City or. Grapevine was held on August 2, 1960, in the City Hall of the Grapevine. The following members were present: Mayor Tip Johnson, Alderman Al Harwell, Ed, Hayward, Harold Kaker, and Travis Matthews, Alderman floyd Deacon being absent, with Acting City Secretary Jim Hancock and incomeing City Secretary Fld)y Ezell present. A committee of the Chamber of Commerce met with the cooncil to discuss & invite the council to a public meeting of the Chamber of Commerce August 4, 1960, to discuss the possibilities of improving the City streets by bond issue or by assessments. Mr. D, R. Moore ask the council if sewer facilitie�� were going to be extended across Del Wood Acres to service lots along Ridge Read and the area west of there. The council delayed a definite answer until the City Engineer cod determinte the feasibility of this project. The City Council received a letter, which is attached, requetting the council to take necessary action to cause a hog -wire fence to be re- moved across a public alley which was couttruated soo at the southwest corner of property owned by Clois Tate the Alley paralleling Main Street on the west, this being the allies of the Southeast corner of Block 14 in the Grapevine Survey. A motion by Alderman Harwell, seconded by Alderman Matthews to have the allies opened for public use, moti�n passed by a uaanimous vote of the alderman, ­IAsslt Fire Chief, Jack Hodges presented an estimate of the cost of Iremodeling or ex-Cending the presnt Fire Slation. Letter of the estima.t-d Lion file in the City Office. No action was taken at this time. Police Chief Scott read to the council a letter from containing some violations of the City's radio system which was found by an investigation of a F. C. C. representative on July 21, 1960. A list of these violations are on file in the City Hall. Council agreed to have Chief Scott to take neCessary steps to correct the violations, and buy additional equipment to remote our base station for the night operator, this was done by a motion by Alderman i-larwell, seconded by Alderman Hayward, motion carried by a unanimous vote. Th ' e lease of the U. S. Army Engineers to the City of Grapevine of Government owned land for a water treatment plant site and an easement to the City for gights of way for an access road, water pipe lines and related facilities for contruction of the City's water system improve- ments in Grapevine Reservoir was approved and accepted by the council as presented by the U. S. Government on a motion by Alderman Kaker and seconded by Alderman Matthews, motion carried. Mr. Bob Nichols of Freese, Nichols, & Endress, consultinglengineers for the the City, was present with all bid tabulations of thevarious bids received by the City on the water & sewer improvements. The bid of the !Natkin Co. was the low bid on con -tracts 2,3, & 5 and with the recom- Imendation of the th-e consulting engineers, which are attached and a Jmotion by Alderman Kaker, seconded by Alderman Hayward, that the City award contracts 2.3. & 5 to the Natkin Co., motion carried. The Pumping Units, contract #4, wasawarded to Livingston Machine Sales on items 3 and 4 and also items 5 and 6. Item #7 was awarded to ttie Southern Engine and PumpCo. Awarding of all contracts was based on the recommendations of the Citys consulting engineers by a motion by Alderman Harwell, seconded by Kaker, motion carried. Purchasing of Pumping Units of the sewerage lift station on contract #5 shall be purchased by the Natkin Co. from Fairbanks !Morse & Co., this also was the recommendation of the consulting engineers, this was done by a motion by Alderamn Kaker, seconded by Alderman Hayward, motion carried. The Cojncil isspected a print of the City's map with the present day City Limits shown, and authorized the pnrchase of 12 prints to be put in stocto be sold for the price of 3® to those who desire a print. The attached petition addressed to the Mayor and City Council w read and discussed. It was decided that a letter be written to Mr. Yates, to be circulated among the petitioner, stating that is apparant that the noise referred to in the -tkx:kxitxis petition has ceased and no action will be taken unles the disturbance reoccurs. Floy T.—Ezell took the Oath of Office as City Secretary for the City of Grapevine effective August 1, 1960. Starting salary shall be $450.00 per month with a $25.00 per month increase January 1, 1961, and a $25.00 per month increase July 1, 1961. Xk*Xxxx:%:imx wxsxtxkxx Also the City will include in each months pay the stme of $5.00 for miscellanous expense account. The City also agrees to pay membership dues and expenses to attend the state and local municipal organization meetings and the periodically attendance of national organizations. Meeting adjourned. Jim Hancock, Acting City Secretary SANDERS, NOLEN, SAMPLE & STEVENSON ATTORNEYS AND COUNSELLORS AT LAW 606 NORTB ERVAY SUITE {18 DALLAS 1. TEXAS VIROIL R. SANDERS - PHONE: RIvsssxDE 7.8511 'F WILFORD A. "BILL" NOLEN J.TOM SAMPLE JAMES D. STEVENSON F. LYNN ESTEP, JR. July 7, 1960 Honorable Mayor and City Councilman City of Grapevines Grapevine, Gentlemen: Request is respectfully made that the Council take the necessary action to dues a hog -wire fence t removed .cross a public alley Which was constructed some time ago. The section of Ailey Where the fence is situatedis at o near the southwest corner of property owned by Clois Tate the alley parallelling Main Street on the West. This ietter will serve as a protest that the aiiey has been olocked and that the same constitutes a private and public nuisance. This jetter will further serve as my agreement, that in the event the alley is cleared, that I Will, at my expense, gravel the aliey running from North to South and the section of aliey running East and West which lies between property owned by me and Clois Tate. Very truly yours f Albert E. Tucker, Jr. I S. W. PRC-F=SL:: M. C. NICPOLS S. Q 1=-NDRCSS f--R9C-SC-. NICNOLS AND C-NDRQSS CONSULTING F=N(;INC-F=RS DANCIGI=-R BUILDING PORT WORTH 2. TEXAS Mayor Tip Johnson P. 0. Box 337 11% Grapevinet Texas TELC-PPONE MiSON 2.4364 Ret Tabulation of Bids Contract Nos. 2o 3 and 5 Reference is made to the bid opening held on July 20th in connection with certain construction contracts for the water treatment plant and the sewage lift station. We transmit herewith seven copies of the tabulation of bids received for Contract No. 2� Water Treatment Plant; Contract No. 3, Water Supply Line; and Contract No. 51 Sanitary Sewer Collection System and Lift Station. Inasmuch as all three of these contracts are related to each othert we transmit herein our recommendation for the awards of each of the three contracts. A total of seven bids were received for Contract No.MGD Water Treatment Plant. A summary of the bids received is as follows: Natkin & Company $197014.00 Lyon Construction Company,$208,561.00 Bruce Construction Company $2229075-00 Austin Bridge Company $227,887-00 Elm Fork Construction Company $232,024.1o The Bering Company $241,689.00 Broughton & Ericson $223t916-50 The lowest bid received for Contract No. 2 was submitted by Natkin & Company in the amount of $197f914.00. We recommend that this contract be awarded to the low biddert Natkin Construction Company, based upon their low bid. Attention is called to the fact that Natkin & Company proposes a lump sum deduction if awarded all three contracts. This is shown on the tabulation of bids for Contract No. 5 and will be referred to later in this letter. -2_ total • ' nine bids were_ • for ContractNo, • • Mids were requested for two sizes of a treated water supply linet a base bid for 1611 and an alternate bid for 14". A summary of the bids submitted is as s • Rase Bid Alternate r Company submitted the lowest ♦ • for both the base • • and the alternate bid. Inasmuch as sufficient funds are available for the base bid, we would recommend that this contract be awarded for the installation of a 1611 supply line from the filter plant to the City distribution system. We further recommend that Contract No. 3 - Water Supply Line, be awarded to Natkin & Company at their bid price of $113,377.40. Contract No. 5, Sanitary Sewer Collection System and Lift Station, was divided into two sections. Section I covers the installation of the sewer line and force main and Section II covers the construction of a sewage lift station. Bidders were permitted to submit proposals on one or both sections of the contract. A total of eight bids were submitted for Section I while seven bids were submitted for Section II. A summary of the bids received is as follows.* Section I Section II Steed Construction • .. lowestMcHone $38,255.6o • 1 Crausbay ConstructionCompany Steed Construction Company1 1 ! $113,765.20 Cullum Construction Company6.6o $120,998.6o Elm Fork Construction• •_ny $1369679-00 $129,225.4o Stimson Contracting Company' $141to4l.10 $134t638-10 Lyon Construction Company $1459856.90 $140021-50 McH• . Construction Company• •/ $151,134.00 Bruce Construction• •any $165t693.80 $160t605.80 Company submitted the lowest ♦ • for both the base • • and the alternate bid. Inasmuch as sufficient funds are available for the base bid, we would recommend that this contract be awarded for the installation of a 1611 supply line from the filter plant to the City distribution system. We further recommend that Contract No. 3 - Water Supply Line, be awarded to Natkin & Company at their bid price of $113,377.40. Contract No. 5, Sanitary Sewer Collection System and Lift Station, was divided into two sections. Section I covers the installation of the sewer line and force main and Section II covers the construction of a sewage lift station. Bidders were permitted to submit proposals on one or both sections of the contract. A total of eight bids were submitted for Section I while seven bids were submitted for Section II. A summary of the bids received is as follows.* Section I Section II Steed Construction • .. lowestMcHone $38,255.6o • 1 _tkin : Company• Construction Company $409861.55 $24,olo. BruceLyon Construction Company$309975.1/ Wayne ,' e Construction Company $49,8?1.80 $309450-01 Elm Fork Construction Company $519869.15 $250 5. Stimson Contracting Company $6o,o62.00 The • -Force Steedthat of amount of $38,255.60. low bid wasCompany- amount 2 -3- approximately 3_ _•r• $22.00 consideration the fact that Natkin & Company proposes to allow a lump 8 deduction of $6,500.00 if awarded all of Contract No. • Contract Nos. 2 and 3, the bid of Natkin & Company in the amount of $38t277.45 is the most • ,.-, • r for- • on one particul item they •• not tabulateas - low bidder. We therefore recommend tha Section I of Contract No. 5 be awarded to Natkin & Company at their bid] [r of The lowest bid received for Section II - Sewage Lift Station, was submitted by Natkin & Company in the amount of $239346.00. We recommend that this section of the contract be awarded to Natkin & Company in accordance with their proposal. In the preceeding paragraphs we have recommended that Contract No. 2, Contract No. 3 and Contract No. 5, both Sections I and II, be awarded to Natkin & Company. If the award is made on this basis, the City would be entitled to make the lump sum deduction of $6,500.00 as described in Item No. 29 of Contract No. 5. A summary of the recommended awards to- gether with the deduction is as follows: Contract No. 2, Water Treatment Plant $197,914.00 Contract No. 3, Water Supply Line $1139377.40 Contract No. 5, Section I $ 389277.45 Contract No. 59 Section II $ 23.•46.00 Sub -Total $3729914,85 Deduct for award of all Contracts (See Item No. 29) 6L_500.00 TOTAL AMOUNT OF RECOMMENDED AWARD TO NATKIN & COMPANY $366,414.85 As noted in the paragraphs above 0 we have recommended the award of all the contracts to the lowest bidder with the exception of Section I0 Contract •5. In the event_ City electsto award this contractto Steed Construction •' • - low • ••- the total cost of - overall project to the City would be as • • -4— Contract No, 2 - Natkin & Company Contract No. 3 - Natkin & Company Contract No. 5 - Section II - Natkin & Company Wnlosrom. Deduct for the award of Contract No. 2 and Contract No. 5. See. II (Item 27) TOTAL AWARD TO NATKIN & COMPANY Contract No. 5 - Steed Construction Co. TOTAL AMOUNT OF CONSTRUCTION BASED ON THIS ASSUMED AWARD $1979914.00 $1139377.40 1 22 J46. 00 $3349637.40 J-�s $3289637.40 L-EMEME1 To split the award between Natkin & Company and Steed Construction Company would result in a total award of $366,893.00 as compared to a total award of $366f414.85 if all the work is given to Natkin & Company. To award all of Contract No. 5 and Contract No. 2 and No. 3 to Natkin & Company would permit a saving of $478-15 and would result in the lowest cost to the City. In addition to the small saving as a result of awarding all contracts to Natkin & Company, it would also permit the City to deal with one constructi company for all of the construction projects, We have therefore concluded that it would be in the best interests of the City of Grapevine to award Contract No. 2, Contract No. 3 and Contract No. 5, Sections I and 110 to Natkin & Company. FREESEt NICHOLS AND ENDRESS Robert L. Nichols F ;C—G[;, NICPOLS AND �NDRC—SS S. W. ERC -ESE CONSULTING ENGINEERS M. C. NIC{4OLS DANCICA=-R eUILDING TF=LF=PP0N9 S. & C-NDRESS PORT WORTH 2. TEXAS EDSON 2.4364 Mayor Tip Johnson P. 0, Box 337 Grapevine, Texas August 2, 1960 Re: Tabulation of Bids Contract No. 4 -Pumping Units Reference is made to the bids received on July 20th for the above referenced contract, These pumping units are to be furnished under Contract No. 4 and installed under Contract No. 2-1 MGD Water Treatment Plant. Bids were requested on a total of eight pumping units with two of these pumps being identical units. The bidding documents provided that the City would retain the right to award the purchase of these units on an individual basis and/or any combination thereof. It is our opinion and recommendation that the awards should be made in categories, that is, the two raw water pumping units of the same manufacture, the two transfer pumps of the same manufacture, the three high service pumps of the same manufacture and the wash water pump as an individual unit. We have compared the bids in accordance with this recommen- dation. A summary of the combined bids for pumping unit Nos. 1 and 2 is shown in the following tabulation. Attention is called to the fact that two dollar values are given, the first corresponding to the actual dollars bid for the furnishing of the two units and the second reflecting the evaluation of the bids, taking into consideration the overall operating efficiency of the pumping unit (a comparison of the electrical cost is taken into consideration). Layne Texas Company Livingston Machinery Sales Alliger & Sears Company Fairbanks, Morse & Company Southern Engine & Pump Company Eli Myers Pump Sales & Service Briggs -Weaver Machinery Company Allis-Chalmers Amount Bid Evaluated Bid $3,259-00 $39384-50 $3,449-00 $3,481.50 $3,722.00 $4,190.00 $4,443.70 $4t829-70 $49980.00 $4t670-00 $59120.00 $5020.00 $69712.00 $69532.00 $6o958-00 $69917-50 The lowest bid submitted was that of Layne Texas Company in the amount of $3,259.00- This bid is also the lowest evaluated bid, taking power cost into consideration. We recommend that Item No. 1 and Item No. 2 be awarded to Layne Texas Company. We would further advise that Layne Texas has indicated a willingness to accept these two units without the other units on which they bid. Mayor Tip Johnson P. 2 August 2, 1960 A summary of the bids received for item No. 3 and No. 4, transfer pumpst is shown in the tabulation below. The tabulation indicates the total amount for the two units! Alliger & Sears $ 652-00 $ 860.00 Livingston Machinery Sales/ $ 768.00 $ 768.00 Layne Texas Company $19064.00 $ 793-00 Allis-Chalmers $1,022.00 $1t284.00 A, M. Lockett $1,168.00 $1,360.50 Briggs -Weaver Machinery Co. $1t241.00 $1t846;00 Fairbanks, Morse & Co. $1,708-95 $29448.95 The lowest bid submitted for these two items was that of Alliger & Sears in the amount of $642.00. Their bid stipulated, however$ that no factory testing of the units is included. This is not in compliance with the bidding documents and therefore the bid should not be considered in making the award for the purchase of these two units. The lowest bid submitted in compliance with the specifications was that of Livingston Machinery Sales in the amount of $768,00. We recommend that the transfer pumps, Item # 3 and Item # 4, be awarded to Livingston Machinery Sales. Bids were requested for three high service pumping units, two of which are identical. A summary of the bids received for furnishing all three units is as follows: Allis-Chalmers $3050-00 $69138-00 Layne Texas Company $4,087-00 $6,202.00 Livingston Machinery Sales-' $4,169.00 $4,169.00 Alliger & Sears $49784.00 $6,840.84 Briggs -Weaver Machinery Co, $5,160.00 $8,201.00 Fairbanks, Morse & Company $59856,40 $79698.00 A. M. Lockett $50962.00 $8t887.80 The lowest bid for the three high service pumping units was submitted by Layne Texas Company, with the second low bid being that of Allis-Chalmers. Both Layne Texas and Allis-Chalmers are quoting on identical equipment. Attention is called to the fact that the overall operating efficiencies are rather low and it is anticipated that the amortized electrical cost will easily offset the additional initial cost of pumping units with a higher efficiency as offered by Livingston Machinery Sales. This is clearly reflected in the evaluated (or adjusted) bid - Layne Texas® adjusted bid of $6,202.00 as compared to Livingston Machinery Sales' bid of $4,169.00. It is our opinion that Livingston Machinery Sales offers the more advantageous bid to the City. We, therefore, recommend the award of Item #5 and #6 to Livingston Machinery Sales. a M August 2, 1960 A summary of the bids received for Item #7 - wash water pump - is shown in the tabulation below. Inasmuch as these pumps operate only periodically, no consideration has been given to efficiencies or operating costs. Southern Engine & Pump Company- $19558-00 Layne Texas Company $1,676.00 Alliger & Sears $1,676.00 Livingston Machinery Sales $1t790-00 Allis-Chalmers $2,167-00 Eli Myers Pump Sales $2,217;00 Briggs -Weaver Machinery Co, $29263-00 Fairbanks, Morse & Co. $39085.75 We recommend that Item #?-Wash Water Pump -be awarded to the low bidder, Southern Engine & Pump Company, in the amount of $1,558.00. RLN: rh Very truly yours, FREESE9 NICHOLS AND ENDRESS Robert L. Nichols f7-R1;ESC-, NICPOLS AND C-NDRESS S. W. FREES6 CONSULTING 9NGINF=F=RS Tr=LC-PPONC- K C. NICPOLS DANCIC-CR BUILDING CIDISON 2.4364 S. G. QNDRE-SS PORT WORTH 2. TEXAS August 2, 1960 Mayor Tip Johnson P. 0- Box 337 Grapevine, Texas Re: Purchase of Pumping Units DSewage Lift Station Dear Mayor Johnson: The construction documents for Contract No- 5, Section II - Sewage Lift Station, provide that the bidder should include in his bid for the lift station a lump sum of $4,000.00 to cover the cost of the two pumping units. The documents further provide that pump manufacturers would submit proposals for these two units addressed to the successful contractor, care of the City of Grapevine# It was intended that the City would review the quotations received and would direct the successful construction contractor to purchase a specific unit. The contract amount paid the lift station contractor would be adjusted dependent upon the actual cost of the pumping units in comparison to the $4,000.00 figure he was directed to include in his bid, A total of nine quotations were received on July 20th for these two Sewage pumps. A summary of the quotations received is as follows: Fairbanks, Morse & Co. $1077.40 Chicago Pump Company $1,827,60 The American Well Works $1t975-00 Bowles & Edens Supply Company $2,190.45 Livingston Machinery Sales 29270,00 A. M. Lockett $2041.00 J. W. Drake & Associates $2t593-00 C. H. Wheeler Mfg. Company $2000-00 Allis-Chalmers $3000-00 The lowest bid received for these two pumping units was submitted by Fairbanks, Morse and Company in the amount of $1,777.40. Fairbanks submitted an alternate which allows a deduction of $52.00 in the event a 15 horsepower motor in lieu of the specified 20 horsepower motor is acceptable. The base bid of Fairbankso Morse & Company proposes two identical units with the exception of the impellers providing a 15 horsepower motor is not accepted. It is our opinion that certain advantages are available in these two units being identical for at a later date a larger impeller can be installed in the small unit and can obtain additional capacity. We, therefore, recommend that the construction contractor for Contract No. 5, Section II, be instructed to purchase the two sewage pump units from Fairbanks, Morse & Company at their quoted price of $1,777.40, Yours very truly, Robert L. Nichols RLN:rh TC THE HONORABIS MAYORCITY COUNCIL CITY OF GRAPEVINE GRAPEVINE,TEXAS v the undersigned, do hereby petitionthe City of Grapevine to take the necessary steps to eleminate the noise created at Western Trailer Manufacturing Company buildinglocated at 348 E. Northwest ®, Grapevine, Texas. This s in operation at all hours of the day and night and the noise created by hammering,, riveting, and other work is such that it disturbs the rest and, peace of all the neighborhood. It is our understanding that this noise is in violation of local zoning ordinances and we respectfully request the City to take the necessary step to alleviatethis offensive noise at the earliest practical time. g >' oV D a /f , r h t = a., b