HomeMy WebLinkAbout1992-212ALL0001F
ORDINANCE NO. q2 39
AN ORDINANCE ACCEPTING COMPETITIVE BIDS AND AWARDING A CONTRACT FOR
THE PURCHASE OF MATERIALS, EQUIPMENT, SUPPLIES OR SERVICES; PROVID-
ING FOR THE EXPENDITURE OF FUNDS THEREFORE; AND PROVIDING FOR AN
EFFECTIVE DATE.
WHEREAS, the City has solicited, received and tabulated com-
petitive 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 therefor, and
WHEREAS, the City Council has provided in the City Budget for
the appropriation of funds to be used for the purchase of the ma-
terials, 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 herto, are hereby accepted and approved as
being the lowest responsible bids for such items
BID
ITEM
NUMBER
CIO_
V NDO
AMOUNT
1435
ALL
OSMOSE WOOD PRESERVING, INC.
EXHIBIT "A"
1441
ALL
SHERMCO
$ 43,167.00
1446
ALL
NORTH TEXAS NURSERY
$ 32,000.00
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 ap-
proved 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, spec-
ifications, 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 imme-
diately upon its passage and approval. ,�
PASSED AND APPROVED this day of ���--1992.
BOB CASTLEBERRY, MAYO�
ATTEST:
JENNIFER WALTERS, CITY SECRETARY
APPR&ED AS TO LEGAL FORM'
DEBRA A. DRAYOVITCH, CITY ATTORNEY
BY: _9�� '/ —
BID
# 1435 I
I
I
BID
I
NAME TEST & INSPECT WOOD UTILITY I
OSMOSE WOOD I
POLES IPRESERVING,INC I
OPEN
DATE NOVEMBER 19, 1992 I
I
I
I
#
IQUANTITYI DESCRIPTION I
I I
VENDOR ) VENDOR
-I
A
I I I
I ITREADED POLE(INCLUDES C, BELOWI
I
$18 82 I
B
I IREJECTED POLE(INCLUDES C,BELOWI
$16 95 I
C
I IREPORTED POLE I
$1 45 I
D
I ISHIGOMETER INSPECTION I
I
I(INCLUDE C, ABOVE) I
$4.49 I
E
I IHOLLOW HEART INTERNAL I
I
I ITREATMENT (AS REQUIRED) I
$7 95 I
F
I IFUMIGANT TREATMENT AS REQUIREDI
I
WOODFUME PER POLE I
$8 50 I
MITC-FUME PER VIAL I
$4 05 I
G
I ITREATED REJECT POLE I
I
I(INCLUDES C, ABOVE) I
$19 81 I
H
I IWORK SUMMARY I
I
N/C I
I
I I
I POLE REINFORCEMENT I
I
I
A
I I I
I IREPORT POLE I
$36.94
B
I IREJECTED POLE FOR I
I
IREINFORCMENT I
$41 29 I
*C
I IREINFORCED POLE I
SEE ATTACHED I
SHEET I
I I I
I I*ADD $47 10 PER REINFORCER FORI
I
I
I IPOLES WHICH ARE 100 FEET OR I
I
I'MORE FROM A PUBLIC ROAD. I
I
I
I
I I
I I SIZE REINFORCER
I
I I I
I *SEE ATTACHED SHEET I
I I I
I
I
EXHIBIT "A"
DATE DECEMBER 15, 1992
CITY COUNCIL REPORT
TO Mayor and Members of the City Council
FROM Lloyd V Harrell, City Manager
SUBJECT BID # 1435 - TEST AND INSPECT WOOD UTILITY POLES
RECOMMENDATION: We recommend this bid be awarded to the only bidder, Osmose
Wood Preserving, Inc at the unit prices listed
Section 1
A
Treated Pole
$18 82
B
Rejected Pole
$16 95
C
Reported Pole
$ 1 45
D
Shigometer Inspection
$ 4 49
E
Hollow Heart Int. Treatment
$ 7.95
F
Fumigant Treatment
$ 8 50 vial $4 05
G
Treated Rejected Pole
$19 81
H
Work Summary
N/C
Section 2
A Reported Pole Reinforcement $36 94
B Rejected Pole Reinforcement $41 29
This award will not exceed $20,000 00
SUMMARY: This bid is for testing and reinforcement of wood utility poles through
out the Electric Distribution System of the City of Denton This test is recommended
to be done every seven years and was performed last in 1985
Although Osmose was the only bidder their prices are in line with what other utilities
are paying They have performed this work for the City in the past, meeting all
requirements of the contract
One bid was received in response to five bid invitations mailed
BACKGROUND: Tabulation sheet.
Electric Distribution Division,
FISCAL IMPACT: Budgeted Funds for 1993 Electric Distribution Overhead
Maintenance Account #610-080-0252-8339 balance of account $31,342, 52
CITY COUNCIL REPORT
DECEMBER 15, 1992
PAGE 2 OF 2
%R
R estfuulllly submitted:
7v
d v Harrell
FV--
rty Manager
Approved:
Name Tom D. Shaw, C.P.M
Title. Purchasing Agent
AGENDA 312
BID
# 1435 I
I
�
BID
I
NAME TEST & INSPECT WOOD UTILITY I
OSMOSE WOOD I
POLES IPRESERVING,INC I
OPEN DATE NOVEMBER 19, 1992 I
I
I
I
#
IQUANTITYI DESCRIPTION I
I I
VENDOR
VENDOR
1
_I
A
I I I
I (TREADED POLE(INCLUDES C, BELOW(
$18
I
82 I
B
I (REJECTED POLE(INCLUDES C,BELOWI
$16
95 I
C
I (REPORTED POLE I
$1
45 I
D
I ISHIGOMETER INSPECTION I
I(INCLUDE C, ABOVE) I
$4
49 I
E
I (HOLLOW HEART INTERNAL I
I
I (TREATMENT (AS REQUIRED) I
$7
95 I
F
I (FUMIGANT TREATMENT AS REQUIRED(
I
I I WOODFUME PER POLE I
$8
50
I I MITC-FUME PER VIAL I
$4
05 I
G
I (TREATED REJECT POLE I
I
I(INCLUDES C, ABOVE) I
$19
81 I
H
I (WORK SUMMARY I
I
N/C
I
I
I I
I I POLE REINFORCEMENT I
I
A
I (REPORT POLE I
$36
94 I
B
I (REJECTED POLE FOR I
I
I IREINFORCMENT I
$41
29
*C
I (REINFORCED POLE I
SEE ATTACHED I
I
SHEET
I
I I I
I I*ADD $47 10 PER REINFORCER FORT
I
I
I (POLES WHICH ARE 100 FEET OR I
I
I I'MORE FROM A PUBLIC ROAD I
I
I
I
I I
I I SIZE REINFORCER I
I
I
I I I
I I *SEE ATTACHED SHEET I
I I I
I
I
UNIT PRICE SCHEDULE FOR POLE REINFORCING
(Distribution Poles)
NESC Grade B Construction
*A. Reinforced Pole
P O L E C L A S S
Pole 1 2 3 4 5 6 7
Height
30' $459 17 $383.95 $383.95 $330.15 $330 15 $314.76 $303.77
35' 530 36 459.17 383.95 383.95 330 15 314.76 303.77
40' 530.36 530.36 459 17 383.95 383 95 330.15
45' 695.49 530.36 459.17 383.95 383.95 330.15
50' 830.98 695.49 530.36 459 17 383 95
55' 868.29 744 15 561.22 477 82
60' 868.29 868.29 744.15
65' 1017 46 868.29 744.15
70' 1017.46 1017.46 868.29
B
Reported Pole
$
36.74
C.
Rejected Pole (No Charge if inspected
by Osmose within 12 months)
$
41.29
D
Remove and Replace Telephone Co. Steps
$
13.87
E.
Dig up and Locate Underground Cable
$
14.59
F
Break up and Replace Concrete
$
29.43
*Add $47.10 to all poles that are from 100 to 300 feet from
accessibility of truck.
DATE DECEMBER 15, 1992
CITY COUNCIL REPORT
TO Mayor and Members of the City Council
FROM Lloyd V Harrell, City Manager
SUBJECT • BID #1441 - 800 HP 3-PHASE INDUCTION MOTOR
RECOMMENDATION We recommend this bid be awarded to the lowest bidder Shermco
in the amount of 43,167 00
SUMMARY: This bid is for the purchase of a replacement 800 horsepower motor to
drive the draft force fan for Unit Five Boiler at the Municipal Power Plant
BACKGROUND* Tabulation sheet, Memorandum from Jim Thune, Manager, Electric
Production
PROGRAMS, DEPARTMENTS OR GROUPS AFFECTED Denton Municipal Utility
Electric Production
FISCAL IMPACT. Funding for this motor is provided in the 1993 CIP projects for
Electric Production Estimated cost was and available funds are $45,000 00
pe/ct/fully su muted
v
Lloyd V Harrell
City Manager
Approved
Name Tom D Shaw, C P M
Title Purchasing Agent
agenda 317
BID #
1441
I 1
I
I
BID NAME
800 HP 3-PHASE INDUCTION
I I
I SHERMCO IND I
SOUTHWEST I
EASTERN
MOTOR
I I
ELECTRIC I
ELECTRIC
OPEN DATE
DECEMBER 1, 1992
I I
1
I
I
APPARATUS
I
# IQUANTITYI
DESCRIPTION
I VENDOR I
I I
VENDOR I
I
VENDOR
-1-1
I I
1 1 1 I
800 HP 3-PHASE INDUCTION
I I
1 $41,627.00 I
I
$43,193 00 I
$42,417 35
I I
I I
MOTOR
I TOSHIBA
I I
TOSHIBA I
I
TOSHIBA
I I
B1 I ADD I
THERMOCOUPLE INTO BEARING
I I
I $1,540 00 I
I
$1,584 00 1
$1,440 00
I
I I
METAL, BOTH BEARINGS
I
I I
I
I
I I
B2.1 ADD I
1 1
1 1
1 1
MOTOR HEATERS
I I
I N/C I
I I
I I
I I
I
-0- 1
I
I
I
-0-
TO Tom Shaw, Purchasing Agent
FROM Jim Thune, Manager, Electric Production
DATE December 8, 1992
RE Bid 1441, 800 HP 3-Phase Induction Motor
SUMMARY"
Concerning the above referenced bid, the Electric Production Division accepts
proposal from Shermco Purchase is recommended based on low qualified bid
DETAILS-
1 Bids were received from three vendors for the supply of one(1), 800 H P
3-phase induction motor, quotations as follows
Motor TC Total
Shermco $41,627 00 $1,540 00 $43,167 00
Eastern Electric 42,417 35 1,440 00 43,857 35
Southwest Electric 43,193 00 1,584 00 44,777 00
Shermco provided low quote for the required supply at $43,167 00
HISTORY
The forced draft fan drive for Unit Five boiler was originally provided by two
Allis Chalmers 800 HP induction motors The original design provided adequate
service for the intended use. However, when the Spencer Station began cycling
operation in the mid 1980's, motor failures became prevalent The Allis Chalmers
motors did not provide reliable service under the numerous motor start conditions
experienced by the operation Multiple failures led to investigation of
alternative drive configurations since mounting repair costs were exceeding cost
of a new motor
In 1987, a replacement motor from Toshiba Corporation was purchased and
subsequently installed to the 5-2 drive position The Toshiba drive has provided
acceptable service taking all fan starts The remaining Allis Chalmers motor in
the 5-1 position has not taken fan starts yet still failed once in 1991 Repair
costs for the Allis Chalmers motor exceeded $10,000 00 The latest failure of
the Allis Chalmers motor was attributed to slip RPM due to a difference in
operating speed between the Toshiba and Allis Chalmers motor
Evaluation of the Toshiba drive has been favorable since installation No
Bid 1441
Page Two
failures have occurred despite receiving all fan starts, as previously stated
Repair costs for the Allis Chalmers will likely exceed the cost of a new Toshiba
replacement in 3-6 years
RECOMMENDATION.
Evaluation of the Toshiba over the past five years indicates the drive is
providing acceptable service in the cycling environment A replacement motor for
the remaining Allis Chalmers is warranted due to mounting repair expense
Funding for the replacement motor was established in the 1993 CIP for Electric
Production, Item #93-0261-03 Estimated funding was budgeted at $45,000 00
This recommendation is for funding to purchase the specified motor at low bid for
installation during our Spring 1993 boiler inspection outage
-Ef-
l"luto--
im Thu e, Manager, Electric Production
cc Jim Harder, Director, Electric Utilities
File LII A 6 a
XXVI
Requisition File
Attachment CIP Reference
�i I I n L. IIVIr 1 1VV CIS HIV I r-r1 k-j CI.i I
1 '33-02bl-UJ
PROJ TITLE
UNIT 5 FDF MOTOR REPLACEMENT
ESTIMATED COST
$45 (x 1000) EVALUATION SCORE
GROUP ASSIGNMENT
DESCRIPTION
Replace Unit 5-1 FDF Drive Current Installed Allis Chalmers
Drive has failed and requires repair on a frequent basis Accumulated
starts on the Allis Chalmers Drive are damaging to Rotor Bars
Continued operation has resulted in loosening and damage to stator
due to RPM slip
PURPOSE
The Allis Chalmers drive will be replaced with a Toshiba
drive similar to Unit 5-2 The Toshiba has provided aceptable service
Repair cost for the Allis totals approx 10,000
At this time the Allis Drive would require approx 5-10 K in repair
every 2-3 years
COST
CALCULATION
Estimate
FUNDING REQUIREMENTS CASH FLOWS/ENCUMBERANCES (In Dollars x 1000)
ENC EXP ENC EXP ENC EXP ENC EXP ENC
1993 0
N
45 D
J
A
M
J
J
1994 O
N
D
J
A
M
J
J
1995 0 P
N
D
J
A
M
J
J
ENCUMBERANCES
BOND
REV AIC OTHER
TOTAL
TOTAL 1 ST YR
$0
$45
TOTAL 2ND YR
$0
$0
TOTAL 3RD YR
$0
$0
GRAND TOTAL
$0
$45
ENCUMBERANCE DATES
11/93
PHASE
DATE
General Purchase FY93
Engineering Design
Inspection
Construction
Miscellaneous
ENCUMBERANCE TOTAL
COMMENTS,
80
2
EXP ENC EXP
F M 45
A S
F M
A S
F M
A S
CASH EXPENDITURES
BOND REV AIC OTHER TOTAL
$0
$0
$45
$0
$45
$0
$0
$45
$0
$0
$0
$0
$0
$0
$0
$0
$0
$0
$0
$0
$0
$0
$0
$0
$0
$0
$45
$0
$45
$0
$0
$45
AMOUNT
$45
$45
821
DATE DECEMBER 15, 1992
CITY COUNCIL REPORT
TO Mayor and Members of the City Council
FROM- Lloyd V. Harrell, City Manager
SUBJECT • BID # 1446 -TREES CONTAINER GROWN
RECOMMENDATION: We recommend this bid be awarded to the only responding
bidder, North Texas Nursery and Landscape at $16 00 per tree Estimated
expenditure is $32,000 for 2000 trees
SUMMARY: This bid is for the purchase of approximately 2000 trees designated to
be given to citizens of Denton for participation in the "Tree Power Program" This
program was very successful last year we feel that the positive response from the
participants warrant a continuation of the program. The Tree Power Program is
intended to be a five year 12,000 tree program.
Bids were solicited from eight (8) prospective local vendors and only one response
was received The responding bidder is the same supplier as last year and the price
remains the same.
Coupons will be distributed to Utility Customers and these individuals will present
the coupon to the designated supplier and receive a tree of their choice at no charge
be supplier will submit the coupon to the City of Denton and we in turn pay the
supplier for the tree
BACKGROUND: Tabulation sheet.
PROGRAMS, DEPARTMENTS OR GROUPS AFFECTED: Denton Municipal Utility and
the Citizens of Denton
FISCALIIMPACT: Funds for continuation of the Tree Power Program were approved
in the 1 92-93 budget. Account number #610-080-0257- 83 balance is $99,979 14
ec feOXZL
e
L oyd V . Harrell
City Manager
Approved.
r�
Name Tom D. Shaw, C.P.M.
Title Purchasing Agent
agenda 319
BID # 1446 I I
I I
BID NAME TREES CONTAINER GROWN IN TEXAS NURSERYI
I& LANDSCAPE I
OPEN DATE DECEMBER 8, 1992 I I
I I
# IQUANTITY I DESCRIPTION I VENDOR I
I I I I
I I I I
1 I 2000 ITREES, CONTAINER GROWN AS I $16 00 I
IPER SPECIFICATIONS AND SPECIALI I
I ITERMS AND CONDITIONS I I
I I I I
I I I I
I I I I
I I I I