Loading...
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