Loading...
HomeMy WebLinkAbout1995-090ORDINANCE NO. ;�5--Q 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, equipment, 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 therefore; 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; NOW, THEREFORE, THE COUNCIL OF THE CITY OF DENTON 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 ITEM NUMBER NO VENDOR AMOUNT 1732 ALL S.D.P.TELESPECTION INC. $ 48,056.00 1746 1&3 PRIESTER $ 29,537.00 1746 2 PREFERRED SALES $ 4,454.00 1746 4&5 WESCO $ 15,035.00 1754 ALL ARROW INDUSTRIES EXHIBIT "A" 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. 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 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 p?A-d day of , 1995. ATTEST: JENNIFER WALTERS, CITY SECRETARY BY: APP ED AS TO LEGAL FORM: MICHAEL A. BUCEK, ACTING CITY ATTORNEY BY: SUPPLY.ORD BID # 1754 BID NAME REFUSE BAGS OPEN DATE APRIL 201 1995 ARROW IND. # QUANTITY DESCRIPTION.: VENQOR . 1. 60/M 30 GALLON PLASTIC REFUSE $2.30 ROLLS BAGS, 1.5MIL. AS PER THE ATTACHED SPECIFICATIONS FOR LINEAR LOW DENSITY POLYETHYLENE. 52 BAGS PER ROLL 2. 1500 SMALL ROLL $1.32 ROLLS SAMES AS ABOVE 30 BAGS PER ROLL THE ABOVE MANUFACTURER CERTIFIFES THIS BAG TO CONTAIN % LINEAR LOW 40% DENSTTY POLYETHYLENE RESIN. DELIVERY 7-14 DAYS EXHIBIT "A" DATE: MAY 2, 1995 CITY COUNCIL REPORT TO: Mayor and Members of the City Council FROM: Lloyd V. Harrell, City Manager SUBJECT: BID #1732 - SELF-PROPELLED POWER DOLLY RECOMMENDATION: We recommend this bid be awarded to the bidder meeting specification, S.D.P. Telespection, Inc., in the total amount of $48,056.00. SUMMARY: This bid is for the purchase of a self-propelled power dolly. This machine is used by the Electric Distribution Department in transporting and setting utility poles and padmount transformers in areas such as back lot easements, which are unaccessible by normal utility trucks. The lower bid of U. E. C. offered a 16 horsepower motor instead of the 20 horsepower specified and only 4 wheel "all wheel" drive instead of the 6 wheel "all wheel" drive as specified. Both requirements are necessary to assure adequate power and traction. Two bids were received in response to four bid packages mailed to vendors. BACKGROUND: Tabulation Sheet, Memorandum from Fara Emadi dated 4-10-95. PROGRAMS, DEPARTMENTS OR GROUPS AFFECTED: Electric Distribution Department, Electric Utility Customers of the City of Denton. FISCAL IMPACT: Budgeted Funds for Electric Distribution Motor Pool replacement for 1995 Account #610-103-1031-4260-8611 with a balance of $195,940.79. Respe ully sy�bm' d: (/ --TlOYVV. Harrell City Manager Prepared by: Name: Denise arpool Title: Senior Buyer Ap ved. Izz Name: Tom D. Shaw, C.P.M. Title: Purchasing Agent 597.AGENDA . � O 2 m m %z / 2W b LLI 2 � � � Q § % 0g f Q = � � 22 f E � j > q B � o § o ¥ o ¥ < o / E q0 0 w > k v 7 0 . � w Eƒ ® w � �\ �: q w CC � D q-i w m S} > Z CL uj< E Lli �< w/ L M<m IL LU k �� z k Ca a LL�L -j LU0 @� c � w w u e 2- % z E O o m m b % - ® CITY OF DENTON MUNICIPAL UTILITIES 901-A TEXAS STREET 0 DENTON. TEXAS 76201 M E M O R A N D U M TO: Tom Shaw, Purchasing Agent FROM: Fara Emadi, Engineering Tech II Electric OH/URD/Services DATE: April 10, 1995 SUBJECT: ACCEPTANCE OF BID #1732 The City of Denton Utilities recommends the acceptance of Bid #1732 for the purchase of the Self -Propelled Power Dolly Easement Machine to S.D.P. Telespection, Inc. They are the low bidders to meet our specifications. Specifications were asked for: 1. 20 hp motor S.D.P. Telespection, Inc. bid 20 hp UEC bid 16 hp 2. Need "all -wheel" drive vehicle S.D.P. Telespection, Inc. bid 6-wheel drive UEC did not. The main purpose of this machine is to set poles, replace padmount transformers in back lot easements that are inaccessible by heavy equipment, which necessitates excavating holes for pole installation and/or replacement by hand without use of this machine. One of the major concerns in the ingress and egress of these easements is to have adequate power and traction to accomplish these assignments. Both of these areas have caused undue duress in the past. FE:g� 02275012 cc: Jim Harder, Director, Electric Utilities "Dedicated to Quality Service" DATE: MAY 2, 1995 CITY COUNCIL REPORT TO: Mayor and Members of the City Council FROM: Lloyd V. Harrell, City Manager SUBJECT: BID # 1746 - DISTRIBUTION TRANSFORMERS RECOMMENDATION: We recommend this bid be awarded to the low evaluated bidder for each item as follows: ITEM TRANSFORMER 10 2500KVA & 225KVA 2 167 KVA 4&5 25KVA & 50KVA For a total expenditure of $49,026.00 VF,NDOR TOTAL PRIESTER $29,537.00 PREFERRED SALES $ 4,454.00 WESCO $15, 035.00 SUMMARY: This bid is for the purchase of padmounted and conventional overhead transformers. These transformers will be used by the Electric Distribution Department in new developments and for back up stock. Nine proposals were received in response to nineteen bid packaged mailed to vendors. BACKGROUND: Tabulation Sheet, Memorandum and Evaluation from Festus Okolie dated 4-10-95. PROGRAMS, DEPARTMENTS OR GROUPS AFFECTED: Electric Distribution Department, Electric Utility Customers of the City of Denton. FISCAL IMPACT: Budgeted funds for Electric Distribution for 1995 Account #610- 103-1031-3680-9222-0536801A with a balance of $200,052.70. Respe llWr b Lloy rreell City Manager Prepared by: `tom �� �Nam Denise Harpoo Title: Senior Buyer proved• ni__ Name: Tom D. Shaw, C.P.M. Title: Purchasing Agent 596.AGENDA za Q4,3❑ o❑ N � z p; 0 B z > z z m W g g $ [: ❑_ a ❑_ o m rn Q 0 m U N N CEwo flyy CI N iO N N ❑ '� z zz N Op O O p O p 8 m�.❑ m�❑ m H '" d "� N d as n « m OOm > a U ❑ � o0 8 8 8 8 y J C Pk b r N a < N h ao r EE N W a y > N d -- 8 8 8 a ❑ 'h" � y/ •�T.•f 9 b M°� N b �� Ea � a q m N m N N a tR a 0 z z az �a 8 8 8 8 8 o 8 N m P O U Y�Y m O C O C 8 p O p 8 W V n x N P Z. M N N < O M w M U od d F� N M of « » a (n � !� N N ❑ rbi F > a y i Z n & ❑ ❑ Y 0 m o Q a N °° N ❑ z C,7E w » z N O z O z g y z W dy N 0 > ID m m aoao m m m aoa; F f F F F F O O > '>>>d O N O N a��,'o,°'g>>>> O O 0w pE� �❑�❑d❑ > z z > a om n❑e❑<❑�z m z m > F a F d C.N 6 o 61 d o G.Ni�N a ed O h a W F a 5a I i 6 CCCC.... GIN 6 o o� Nay d o N0 N0yOj a W ti �oN ice. aaea W N W> ad W>���� m O d V ,n., 07u.N Fze%i A`'a6a WM >W>w..�.+ a l9 S W FzM d pa p C>d ❑ C o o a m b a m Nadad ;� C i 0 ❑ d ❑a Q0 $ m 0 i m 0Nadad i o C ❑ F aN¢.'"'n.N0M0W z z W m 0 Ad F e,Nw"c.NOWOW z z�z m Z Z W zrzn d odc a F. a F d>d> FOIa,O a F a F F d>d> HOFO f U U U x O x U `� U U U x U x U W F QO Cdl W W W W d O "' w w w vWi o 11 z z z z ~ ❑ ❑ y ❑ ❑ a SI ib 0 N M V Vf Q: m 0 CITY OF DENTON MUNICIPAL UTILITIES a 901-A TEXAS STREET DENTON. TEXAS 76201 MLMURANDUM TO: Denise Harpool, Purchasing Senior Buyer FROM : Festus Okolie, Engineering Associate DATE: April 10, 1995 SUBJECT: PURCHASE OF (A) 167 KVA, 225 KVA, AND 2500 KVA PADMOUNT TRANSFORMERS (B) 25 KVA AND 50 KVA CONVENTIONAL OVERHEAD TRANSFORMERS BID# 1746. The Electric Utility Staff recommends the purchase of the 25 KVA, 50 KVA, 167 KVA, 225 KVA, 2500 KVA Padmount (PMT) and Conventional (CONV) type transformers (Bid number 1746) from WESCO, PREFERRED SALES and PRIESTER as tabulated below, for the total cost of $49,026.00. BIDDER TRANSFORMER TOTAL PRICE SIZE, VOLTAGE, PHASE TYPE QTY ($) -------------------------------- PREFERRED 167KVA, 240/480V, 10 PMT 2 4,454.00 PRIESTER 225KVA, 120/240V, 30 PMT 3 12,558.00 PRIESTER 2500KVA, 277/480V, 30 PMT 1 16,979.00 WESCO 25KVA, 120/240V, 10 CONV 15 7,935.00 WESCO 50KVA, 120/240V, 10 CONV 10 7,100.00 SUM TOTAL ------------- = $49,026.00 The evaluation was based on the calculated cost (Initial and Operating). Transformers with lower bid unit cost but higher power losses resulted in higher calculated costs. See the attached transformer evaluation sheet. cc: Jim Harder, Director of Electric Utilities Joe Cherri, Electric Engineering Administrator Ralph Klinke, Superintendent of Electric Distribution "Dedicated to Quality Service" TRANSFORMER EVALUATION SHEET APRIL4, 1995 BID # 1746 EXHIBIT 1 PREPARED BY: FESTUSOKOUE i LOSS/COST EVALUATION OF A 167KVA, 240/480V SINGLE PHASE PADMOUNTED LOOP FEED TRANSFORMER_-_-. MADE ' NIL TL DELIVERY BID UNIT CALCULATED -1 11 BIDDER BY !LOSSESI LOSSES, %Z ITIME (WKS) COST UNIT COST _ _ _.. POLELINE i PREF. SALES_ C. MOLONEj 3171 _1243 _ $2,227.00 NO BID 1.65 10 I CUMMINS C. MOLONEY� 317 1243 1.65 10 $2,31600 1 $14 327 $14,762 I TECHLINE HOWARD 2781 1375 1.59 18-20 - $2,33000 __ ------ - PRIESTER COOPER 224 j ----------- 17401 r 2.13 ------ 13 $2,156.00 1 $15,469 KBS ELECT. 1 COOPER 224 1740_L 2.13 12_ _ _ $2,224.00 i _ - $15,699 KBS ELECT. 2 ERMCO 272I 16511 2,0_0 26_ $2,34500 1 $15,937 WESCO ABB 327, 1195 1_12 8 - 10 _ _$2,88500f $16,092 VANTRAN VANTRAN 3101 1370_ 1 .90_ _ 10 $2.960.00 �_ $17,004 I TEMPLE GE 295 1553 2.46 _ 8 _ _$3,935.00 $20,999 SESCO jSESCO 380, 1780 3.2 17 $4,053.00 - $22,698 LOSS/COST EVALUATION OF A 225KVA PADMOUNT, 120/240V THREE PHASE TRANSFORMER RADIAL_ _FEED MADE I NIL TL DELIVERY BID UNIT ALCULATEE LOSSES LOSSES %Z TIME KS COST UNIT COST BIDDER BY � { -- - --- ------�----� ----- - - _ I - ---- ----- CUMMINS - _ _ NO BID _ 1 KBS ELECT. 2 POLELINE _- ___ _ _-- NO BID PRIESTER COOPER ` 591 2276 3.18 13 __ __� $4f-.- - 0 _ $24,408 COOPER - - - - TECHLINE I HOWARD 406 23661 1.92 18-20 $4,450.00 _ $24 692 KBS ELECT. 1 COOPER ! 591 2276 3.18_ 12 _ _ $4,310.00 $24,827 - - -- I PREF. SALES PAUWELS 1 433 _ 2423 __ _2.70 8- 10 __$4,459.00 $24,98C 414 2172 1.47 8 10 - _- $4,738 00 $25,03C 1 WESCO- -ABB -- -- - --- - - SESCO SESCO 490 _2140 _4.00 17 _ $5,789 00 __ $28.874 TEMPLE GE 406 2936 4.57 17 $5,27700 $29,229 -- - -- - 1 VANTRAN _ VANTRAN j 590 2620 !_ 4.40 _. 10 -�_--$5.857.00 �_ $31,14C LOSS/COST EVALUATION OF A 2500KVA PADMOUNT, 277/480V 3 PHASE RADIAL FEED Triw ua rl MSAA O MADE NIL BIDDER BY LOSSES L CUMMINS - KBS ELECT. 2 ;POLELINE__ PRIESTER COOPER 3133 _ KBS ELECT_. 1 COOPER_ 1 3133 WESCO ABB 2757 :TEMPLE GE 2175 TECHLINE HOWARD 2229 PREF. SALES__ t PAUWELS f 2215 i VANTRAN_ _ VANTRA_N____ -�SESCO 3700 ' SESCO I 6900 TL T OSSES %Z DELIVERY TIME (WKS) BID ___C. 18887 5.03 15 $16, 18887 503 14-- $1 7 17_1_15 5.68 8-10 _ $1 9 15464 5.74 17 $2 2 _ 20403 5.75 18-20 -$1 16231 5.35 10_-_12__ __$2_ 2 20700 __ 5.75 10______ $2 _ 30700 5.70 17 _$2 8 UNIT (CALCULATED OST UNIT COST_. -- - --- -- - - - _NO BID _ - - NO BID-- L NO BID_ $1 979.001 _-33,373_ ,330.00 _ $134559 ,600.00 _.__-$_1.34,679 ,988.001 $137,897 9,229.001$141,108_ ,692.001_ -__$14-5 864 5,490.00 $170,809_ ,826.00 _ $2.30,277 A\XFMR8ID\BID1746------- A\XFMR8ID\BID1746------- TRANSFORMER EVALUATION SHEET APRIL4, 1995 BID # 1746 PREPARED BY: FESTUS OKOLIE I EXHIBIT 1 LOSS/COST EVALUATION BIDDER_ OF I MADE 1 .. BY _ A 25KVA j NILTL �LOSSEd CONVENTIONAL j LOSSES %Z 120/240V SINGLE DELIVERY TIME (WKS) PHASE BID UNIT _ CDST TF C/ L [VANTRAN WESCO PREF. SALES PRIESTER _ _ KBS ELECT. 1 _ - --- i_ABB C. MOLONEY COOPER COOPER- 57 67 70 70 - { 311 326 273 273 - - 8-10 10 _ 13 12 -- — $529 00 $512 00 $575.00 $593.00 - 2.27 1.73 1.74 _ 10 - - CUMMINS__ C. MOLONE 67 326 -1.74 1.73 __$532.00 - 54 66 - 373 _313 --- 2.36 1.80 --- 4 $514.00 TEMPLE I POLELINE ---- ------ GE KUHLMAN 8 _ $574.00_ 2.10 _ 18 KBS ELECT. 2 ERMCO 58 384 $501-.00 - 2.20_-_25 - 27 _ TECHLINE_ HOWARD 58 417 $474.00 _ SESCO SESCO _ I 85 435 _ 2.00 17 _ _ $624.00 _ LOSS/COST EVALUATION OF A 50KVA CONVEI NIL-TL - BIDDER --MADE- BY LOSSE LOSSES, VANTRAN WESCO ABB...--_--. 93- ..--- --- PREF. SALES C. MOLONE 128 537 CUMMINS C.MOLONEY 128 537 POLELINE KUHLM_AN 108 552 _ 607 TEMPLE GE _ 1 131 PRIESTER COOPER I 106 439 KBS ELECT. 2 _ ERMCO 119 507_ KBS ELECT. 1 COOPER 106 _ 439 TECHLINE HOWARD_ 111 654 1 SESCO _ SESCO_ 160 - 710 A.\XFMRBIDIBID1746 1201240V SINGLE PHASE DELIVERY 1 BID UNIT nME_(WKS)�___ COST a,-- 10 - 10 - - $710.00 $718.00 _ $746.00 $794.00 10 -- 8 - - 1.50 13 $969.00 1.40 18 1.50 12 $999.00 1.95 25 - 27 $730.00 2.50 17_ SFORMER NO BID _ $3 321_ $3 368 $3,519 $3,535 $3.581 TRANSFORMER _NO BID _$5,197 - $5,292 DATE: MAY 2, 1995 CITY COUNCIL REPORT TO: Mayor and Members of the City Council FROM: Lloyd V. Harrell, City Manager SUBJECT: BID # 1754 - REFUSE BAGS RECOMMENDATION: We recommend this bid be awarded to the low bidder, Arrow Industries, for the unit prices of $2.30 per 52 bag roll and $1.32 for the 30 bag roll. This will be an estimated annual expenditure of $139,980.00. SUMMARY: This bid is for an annual price agreement for the purchase of plastic refuse bags, which are issued to residential solid waste customers of the City of Denton. These bags are inventory stock and issued to the Solid Waste Department for distribution to customers. This bid will be in effect for one year with renewal at the same terms. Four bid proposals were received in response to eight bid packages mailed to vendors. BACKGROUND: Tabulation Sheet PROGRAMS, DEPARTMENTS OR GROUPS AFFECTED: Warehouse Working Capital, Solid Waste Department, Residential Solid Waste Customers of the City of Denton. FISCAL IMPACT: Warehouse Working Capital for 1995 Account Number #710-043- 0582. Resp fully sub it ed: Llo V . Harrell City Manager Prepared by: i Name: Denise Harpool Title: Senior Buyer Approved: Name: Tom D. Shaw, C.P.M. Title: Purchasing Agent 601.AGENDA _ R k Ow a. > < - « k� t c � @ O $ § / j 0 f A > a § 0 . ¢ cc E « E « > / \§\\� $ § 0 Uwu Q Q Q<■ m §0)- R ƒ Q_5■dQ <<b]§2 0 4 �X4 2�«a� m LO / 0C14 �)-$�§ �22 ®d2122 \ L 2 W§�]w�� ] cc\\\�\ �) 0 }I (2 mg z m < WU = Q / LLJ Li k 7 ) f § § 2 % z ■ o ( . _ m - ®