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
-
®