HomeMy WebLinkAbout1992-035ALLOOOIF
ORDINANCE NO ?'D
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
NO
VENDOR
AMOUNT
1324
1
Wesco
$ 19,089 00
1324
2
Cummins
$ 5,595 00
1324
3
Vantran
$ 1,976 00
1325
1
Fontaine Truck
$ 3,287 00
1325
2
G & G Truck
$ 2,607 00
1325
3
Fontaine Truck
$ 2,257 00
1327
ALL
Mahaney International
$ 45,968 00
1330
1,3,4,6,8,11
Estes
Exhibit A
1330
2,10,12,13
Justin Seed
Exhibit A
1330
5,7
Lesco
Exhibit A
1330
9
Deport Farm Supply
Exhibit A
1332
1
Priester Supply
$11,020 00
1332
2
Poleline
$13,860 00
SSECTION 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
SSECTION 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 3-W- day of &4d&'Z. , 1992
BOB CASTLEBERRY,
ATTEST
JENNIFER WALTERS, CITY SECRETARY
BY
APP rVEDTO LEGAL FORM
DEBRA A DRAYOVITCH, CITY ATTORNEY
BY
DATE MARCH 3, 1992
CITY COUNCIL REPORT
TO Mayor and Members of the City Council
FROM Lloyd V Harrell, City Manager
SUBJECT BID #1324 - PADMOUNT TRANSFORMERS
REC MMEp NDATION We recommend this bid be awarded to the low
evaluated bidder for each item as follows
Item 1 WESCO $19,089 00
Item 2 CUMMINS $ 5,595 00
Item 3 VANTRAN $ 1,976 00
SUMMARY This bid is for padmounted transformers to be used
in specific locations in the Electrical Distribution System
of the City of Denton This bid was evaluated by the
Electric Engineering Department using a load/loss equation
to determine the most cost effective transformer
BACKGROUND Tabulation sheet, Memorandum George Pool
T-
PROGRAMS, DEPARTMENT OR GROUPS AFFECTED Electric
Distribution Division
FISCAL IMPACT Budgeted Bond Funds acct
#612-080-RB90-CO63-9222
Respec lly submitted
LloyC&V Harrell
City Manager
a
Prepared by
Na a Denise Harpool
Title Senior Buyer
Approved
Nagle Tom D Shaw, C P M
Title Purchasing Agent
240 DOC
W N r
r
r
r
m
nn
p9
N
J
W
O
O
O
v
N
N
r
N
J
J
rop
m
OD
0
ON
£
O
OD
AW
O
O
O
qp
— —
O
W
x
w W
Cl O
ob
H
t
tz
ro
N
K
N
Pi N
A
ro�
I-
N
y
°x
N
N
O
N
FJ'
%O
OD
O
O
O
O
�
L+V
H
N
C'
'GYgtl�
�
r
V
z
H
�
dd M
O �r3d
N
C
N N N
W
J O N
O O O
O O O
-------------
—((—]]--
N
N Cy' U1 O�
Ln
O W L" O
(xd
v 0` Ov O
O O O
_ _ _ _ _ _ _ _ _
_ _
_ _ _ _ _ _
W N r
r r r
x
N
W
O
J
O
O
ut
O
O
cw
b
7
OHO W
O O
x :
N
O z w
H
Ol
l7
�
H
H
z
r
N
i
xNi
m
UO
A
In
N
01
W
N
O
O
m
zHz
C+�
M
N
�
w
z
OD
OODD
O
O O
O
— — — —
O O
— — — —
— —
— —
----
w
(N(]]
01
w OD
ro
O
O
W kO
O
O O
O
— — — —
O O
— — — —
— —
— —
— — — —
N
N
O x
L
Dd
rA
O
ro
r
0
O
O
O
O
— — —
O
— — — — —
— —
— —
— — — —
)
N
CC
cl
M
14
d1
DD
O
O r
O
_ _ _
O
_ _ _ _ _
_ _
_ _
_ _ _ _
ITY Of DENTON MUNICIPAL UTILITIES / so1 A Texas Street / Denton, Tx 76201
M E M O R A N D U M
TO Denise Harpool, Purchasing Buyer
FROM %eorge Pool, Electric Engineer Associate I
DATE February 24, 1992
SUBJ PADMOUNT TRANSFORMER PURCHASE BID NUMBER 1324
--------------------------------------------------------------
The Electrical Engineering department recommends that the bid be
awarded to the following low bidders for the
- 2000 KVA transformer to Wesco for $19,089 00 dollars
- 300 KVA transformer to Cummins for $5,595 00 dollars
- 75 KVA transformer to Van Tran for $1,976 00 dollars
The loss/cost transformer evaluation calculation sheet has been
provided for reference
If you have any questions, please call me at 7124
JP th
02062342
cc R E Nelson, Executive Director of Utilities
Jim Harder, Director of Electric Utilities
Donald McLaughlin, Electric Engineer Administrator
file
LOSS/COST EVALUATION
OF
A 2000KVA
PADMOUNT
277/480V
DELIVERY
3 PHAst I HAN*1-
Bid
KMtn
ALCULATED
MADE
NL
LL
S D
BY
OS S
LOSS1k
96Z
TIME KS
COST
COST
GE
_
$000
SESCO
SESCO
_
_ $000
POLELINE
PAUWELS
__ $o 00
KEN FR
FAYETVILLE
T $000
SCQ
B
2642
i0 8
5
9-10
19,08900
11867682
TECHLINE
HOWARD
2187
13410
67
$16 56200
$120 956 66
PRIESTER
COOPER
2457
12608
5 35
14-16
$17 811 00
$122 961 97
GRAYBAR
SQUARE D
2570
13908
575
$16 64100
$12489393
STUARTIRBY
M
2570
13908
5 75
20-24
$16 990 00
$1073 55
TEMPLE
2423
9GE
9
-712045
VAN TRAN
VAN TRAN
2650
9000
575
10
$26 026 00
$136 501 78
CUMMINS
VAN TRAN
2650
9000
5 75
10
$26 b50 00
$138 272 90'
T VALUATION OF A 300KVA PADMOUNT 208/120V 3 PHASE TRANSFORMER
BOSS/COS E
MADE
NL
LL
DELIVERY
BID
ALCULATEp
13144EA.
SY
OSSES
LOSSE
%Z
TIME. KS
COST
COS$0
GE
---
00
K N FR
FAYETVILLE
_
$000
GRAYBAR
CW MINS
SQUARE D
PA L&
72
4
3,45
12-13
$5 595,00
$0 00
$B'� 608 68
POLELINE
PAUWELS
572
2764
366
12-14
$568300
$9310632
VAN TRAN
VAN TRAN
650
1600
39
10
$7 107 00
$34 228_36
WESCO
ABB
522
2457
173
9-10
$6 633 00
$34 830 05
STUART IRBY
650
1800
3 9
10
$7 48C 00
$35 48910
PRIESTER
COOPER
660
2314
346
13-15
$7 268 00
3691366
TECHLINE
HOWARD
559
2679
2
$7 423 00
__:$38:1579 25
T MPLE
GE
605
1813
356
17-19
$9,71900
$� 92361
S SCO
SESCO
720
33001421
$10 460 00
$52 10212
O A 75KVA PADMOUNT 240/120V SINGLE PHASE TRANSFORMEF
LOSS CO3T EVALUATION
BIDDEN
MADE
BY
F
K
0t3SES
LL
LOSSE
%z
DELIVERY
T#ME KS
BID
COST
ALCULATED
COST_
GE
KEN FR
FAYETVILLE
$000
_ $000
POLELINE
PAUWELS
$000
$000
T MPLE
GE
_
$000
GRAYBAR
SQUARE D
$000
CHLINE
I HOWARD
VAN RAN
16
400
16
1�1
$1976,00
$1i01184
IV
CU
VAN TRAN
160
400
16
10
$2 010 00
$9 126 76
STUART IRBY
160
400
16
10
_ $2 080 00
$9 363 36
PRIESTER
COOPER
164
555
171
9
$2 100 00
$10 093 35
WESCO
ABB
146
560
166
15-16
$314000
$1355440
SESCO
SESCO
165
830
2 7
$2 951 00
$14 119 55
DATE March 3, 1992
CITY COUNCIL REPORT
TO Mayor and Members of the City Council
FROM Lloyd V Harrell, City Manager
SUBJECT BID #1325 - DUMP AND UTILITY BODIES
RECOMMENDATION We recommend this bid be awarded to the
lowest bidder as indicated
Item 1) 1 Dump Body to Fontaine Truck at $3287 00 ea
Item 2) 2 Utility Bodies 1 ton to
G & G Truck at $2607 00 ea
Item 3) 1 Utility Body 3/4 ton to
Fontaine Truck at $2257 00 ea
TOTAL AWARD $10758 00
SUMMARY This bid is for the purchasing of four (4) truck
bodies to be mounted on truck cab/chassis approved by
Council at a previous meeting The dump body is for the
Street Department truck, the two utility bodies for 1 ton
trucks are for the Water/Sewer Field Services Division and
the one 3/4 ton truck body is for the Water Production Plant
vehicle
Tabulation sheet
PROGRAMS, DEPARTMENT OR GROUPS AFFECTED Motorpool and other
divisions listed above
FISCAL IMPACT These bodies will be purchased from 1991-92
budget funds for capital expenditures
1 Street Division
100-020-0033-9104
$3287
00
2 Water/Sewer Utility
620-081-0461-9104
$2607
00
3 Water/Sewer Utility
620-081-0462-9104
$2607
00
4 Water Production
620-081-0460-9104
$2257
00
Respe ulllly submitted
v
1,1001 V Harrell
City Manager
Approved
Name Tom D Shaw, C P M
Title Purchasing Agent
237 DOC
BID # 1325
BID NAME
OPEN
TRUCK BODIES
(DUMP & UTILITY)
FEBRUARY 11, 1992
G & G
TRUCK EQUIP
COMMERCIAL
BODY CORP
FONTAINE
TRUCK
EQUIPMENT
#
ITEM DESCRIPTION
VENDOR
VENDOR
VENDOR
1 1
CONTRACTOR DUMP BODY
FOR 1 TON CAB/CHASSIS
N/B
N/B
$3,287 00
2 2
UTILITY BODY FOR 1 TONS
CAS/CHASSIS
$2,607 00
$3,483 00
$2,642 00
3 1
UTILITY BODY FOR 3/4
TON CAB/CHASSIS
$2,487 00
$3,220 00
$2,257 00
DELIVERY
15-25 DAYS
10 DAYS
10 DAYS
DATE MARCH 3, 1992
CITY COUNCIL REPORT
TO Mayor and Members of the City Council
FROM Lloyd V Harrell, City Manager
SUBJECT BID #1327 - 12 CU YD DUMP TRUCK
RECOMMENDATION We recommend this bid be awarded to the
lowest bidder Mahaney International in the amount of
$45,968 00, with delivery in approximately 90 days
SUMMARY This bid is for the purchase of a 52000 Lb GVW
Truck cab/chassis with 12 cubic yard dump body This unit
is a motorpool replacement for a 1981 12 cubic yard dump
truck currently assigned to the Street Department The
existing unit has a past five year maintenance cost of
$34,846 00 and an odometer reading of 85,275 Replacement
of this vehicle was approved during the budget process
The old unit will be reviewed for possible reconditioning and
assignment to another department with lighter duty
requirements
Tabulation sheet
PROGRAMS, DEPARTMENT OR GROUPS AFFECTED Street
Construction and maintenance, Motorpool Operations
FISCAL IMPACT This purchase will be funded from Certificate
of Obligation Funds approved by council at an earlier date
and repaid by the Street Department over a 36 month time
period
Respec 111ysubmitted
v/WAI�
LloycVV Harrell
City Manager
Approved
Name Tom D Shaw, C P M
Title Purchasing Agent
238 DOC
O
m
--r—I—aa
0
x
zr
bygO
0004
K
y
W
.T
t+Cl
IGC
dda
h0
(N1
C
r
G
fA
K
N
J
r
ao
H
H
r
CI
x
(]
rl
C3
-------------
jy
dd
p1
J
O
ID
ID
K
O
yp
N
C
O
O
O
O
O
x
z
y
�Oy
u�i
�l
W
K
b7
A
cC
H
m x
\
C
kO
OQN
I
O
N
G
C Opp
H
C
I
r
O
Mtl
00
r
I.1
O
N
O
K
Ul
O
00
I
r
m
Oro
tHo
tro
------------
I
o
0
z
M
t�
r
t'
W
W
C
q
fA
@
K
W
r
OD
M3
m
CgC
H
r
z
r
�
�d
a
N
Q
ko
M
H
O
P
O1
P
N
NNN
K
G
K
CD
m
O�
ryOtl
0
N
OD
O
— — —
— —
O
— —
O
— — —
— —
— —
----
0
Or
N
I
O�
0.
0
r
O
K
H
CA
o
--------------
----
J
I
ID
9
o
i
ON
m
o
°z
�
[ O
[0z
J
K
N
O
H
O
------------
O
�O
O
dzd
K
y------------
O
x
K
w
ko
O
N
O
O
O
O
0
0
DATE March 3, 1992
CITY COUNCIL REPORT
TO Mayor and Members of the City Council
FROM Lloyd V Harrell, City Manager
SUBJECT BID #1330 - FERTILIZERS AND HERBICIDES
RECOMMENDATION Council approve award of Bid #1330 -
Fertilizers and Herbicides to the low evaluated bidders at
the unit prices as shown on Exhibit A
SUMMARY This bid is for annual cost comparisons of
fertilizers and herbicides used by Parks & Recreation as
well as other as other departments for grounds maintenance
This bid is for one year, awarded at unit prices, with an
estimated annual expenditure of $18,000 00 Bid may be
renewed for an additional year as stated in the bid
specification
BACKGROUND Tabulation sheet, Exhibit A
PROGRAMS, DEPARTMENT OR GROUPS AFFECTED Parks and
Recreation
FISCAL IMPACT Purchases to be paid from budgeted funds in
account #8105 (Chemical Supplies)
Respe fully submitted
v
Llcffd V Harrell
City Manager
Prepared by
FYI
Name Melanie Harden
Title Buyer
Approved
Name Tom D Shaw, C P M
Title Purchasing Agent
MH/jh
236 DOC
BID #1330 1
FERTILIZERS & HERBICIDES IVAN WATERS
OPENED 2-11-92 1 & ROGERS
ITEMI QTY I DES
1
2
3
4
5
6
7
8
9
10
11
12
13
4
6
120
4
7
10
24
20
4
30
36
10
10 1
CRIPTION I
-------------------------
----------
IOust (3# jug) 1
$439 9B
(Roundup (30 gal drum) 1$1,113 90
IMSMA (1 gal jug) 1
38
Rodeo (2 5 gal jug) 1
$236 25
(10#abag)g)
$1*0 00
'Logic
i
Orthene (1# can) I
$9 47
MC96 (1 gal g
NIB
Dormant Oil (5 gal jug) 1
$1970
Surfactant (1 gal jug) 1**
$12 05
Nacatrol (1 qt jug) I
NIB
15-5-10 508SCU Fertilizerl
NIB
15-5-10 87%SCU Fertilizerl
NIB
BID #1330
FERTILIZERS & HERBICIDES
OPENED 2-11-92
DEPORT
FARM
SUPPLY
I NIB
1$1,185 00
I $17 00
1 NIB
1 $238 00
I $57 50
I $9 45
I NIB
I $17 50
1 $14 50
NIB
NIB
NIB
Delivery 15-10 days 1 10 days
ITEMI
----
QTY
-----
I DESCRIPTION
-------------------------I
I
1 1
4
I
IOust (3# jug) 1
2 1
6
IRoundup (30 gal drum) 1
3 1
120
IMSMA (1 gal jug) 1
4 1
4
IRodeo (2 5 gal jug) 1
5 1
7
IImage (1 gal jug) I
6 1
10
ILogic (10# bag) 1
7 1
24
10rthene (1# can) 1
8 1
20
IMC96 (1 gal jug) I
9 1
4
IDormant Oil (5 gal jug) I
10 1
30
ISurfactant (1 gal jug) I
11 1
36
INacatrol (1 qt jug) 1
12 1
10
115-5-10 505SCU Fertilizerl
13 1
I
10
115-5-10 87%SCU Fertilizerl
I
I
I
I Delivery I
BID #1330
FERTILIZER!
OPENED 2-1:
ITEM] QTY
---- I-----
11 4
2 1 6
3 1 120
4 ] 4
5 1 7
6 I 10
7 I 24
8 1 20
9 1 4
10 1 30
11 1 36
12 1 10
13 1 10
& HERBICIDES
-92
DESCRIPTION
Alt
25#bag/$5#
**
25% @$7 44
I
HARPOOL I
TURFCO
FERTILIZERI
INC
I
---------------------
NIB I
NIB
NIB 1$1,225 00
NIB I
NIB
NIB 1
NIB
NIB I
$205 00
NIB I
$58 50
NIB
NIB
NIB
NIB
NIB
NIB
NIB
$14 75
NIB 1
NIB
$235 00 1
NIB
$265 00
NIB
Oust (3# jug)
Roundup (30 gal drum)
MSMA (1 gal jug)
Rodeo (2 5 gal jug)
Image (1 gal jug)
Logic (10# bag)
Orthene (1# can)
MC96 (1 gal jug)
Dormant Oil (5 gal jug)
Surfactant (1 gal jug)
Nacatrol (1 qt jug)
15-5-10 508SCU Fertilizer
15-5-10 878SCU Fertilizer
IMASTERI
I TURF I
I DIST 1
I I
NIB
NIB
NIB
NIB
NIB
NIB
NIB
NIB
NIB
NIB
NIB
NIB
NIB
I I
LESCO I ESTES 1
I I
I I
I I
----------------------
N/B
1 $426
62 1
$1,220
00
1$1,113
90 1
$16
15
1 $15
11 1
NIB
1 $236
25 1
$168
00
1 $183
52 1
NIB
1 $54
70 1
$9
29
1 $9
60 1
NIB
I $13
49 1
$35
75
1 $21
95 1
$12
15
I $13
24 1
NIB
1 $6
19 1
NIB
1
NIB I
NIB
1
NIB I
1 day 1 7 days 17-14 days 1 1-3 days I
STERN- I
RED I
SPORTS
I JUSTIN i
CHEMTECHI
RIVER I
TURF
I SEED
]
CORP ISPECIALTIESI
I I
SUPPLY
I
I
I
I
-------- ------------
NIB 1
---------
$435 00 1
NIB
-----------
1 $470
-
50 1
NIB 1
$1,113 90 1
NIB
1$1,113
50 1
NIB I
NIB 1
$20 60
1 $17
00 1
NIB 1
$236 25 1
NIB
1 $236
25 1
NIB 1
$185 00 1
NIB
1 $197
00 1
NIB 1
$89 50 1
$56 50
1 $57
45 1
NIB I
NIB 1
NIB
1 $9
30 1
$18 50 1
NIB 1
NIB
1 $14
25 1
NIB I
NIB 1
NIB
I $32
80 1
NIB 1
NIB 1
$28 75
I $4
35 1
NIB 1
NIB 1
NIB
1 $6
50 1
NIB 1
NIB 1
NIB
1 $184
00 1
NIB 1
NIB 1
NIB
1 $219
00 I
Delivery 1 7 days 1 3-5 days 110 days 1 5 days
EXHIBIT "A"
Bid #1330
Fertilizers & Herbicides
Item Description
-----------------------
2 Roundup
3 MSMA
-
$184 00 1 ton Justin Seed
$219 00 1 ton Justin Seed
DATE MARCH 3, 1992
CITY COUNCIL REPORT
TO Mayor and Members of the City Council
FROM Lloyd V Harrell, City Manager
SUBJECT BID #1332 - DISTRIBUTION TRANSFORMERS
RECOMMENDATION We recommend this bid be awarded to the low
evaluated bidders for Item 1 to Priester Supply (Bid #1) in
the total amount of $11,020 00 and Item 2 to Poleline in the
total amount of $13,860 00
SUMMARY This bid is for conventional overhead distribution
transformers used throughout the City of Denton Electrical
Distribution System These will be stored for use as needed
to replace defective transformers
BACKGROUND Tabulation sheet, Memorandum from Glenn Fisher
2-20-92
PROGRAMS, DEPARTMENT OR GROUPS AFFECTED Electric
Distribution Division
FISCAL IMPACT Budgeted
#611-008-0252-9222
Prepared by
Name Denise Harpo l
Title Senior Buyer
Approved
Name Tom 9- Shaw, C P M
Title Purchasing Agent
239 DOC
funds for 1991-92 account
Respect l/y/submit
ted
Lloyd641 Harrell
City Manager
N r I
-W
N N N N
O O O to
00
OHD
OHD
N
r
b0
c
t7
________
Z
N U
00
N N
am
�tlytl
t7
��yy7$ ryyyy
W
K
hNyQ N
N
m
rn
r
W
O O
HH
O
r
b
w z
N
z
m
J
O
O
— _ _ _
O
— _y _ _
O
_yy _ _ —
— —
_ _
_ _ _ _
H
N
m n
m 0
z
to
r
to
b N
O
_ _ _ _
N
_ _ _ _
0
_ _ _ _
_
_ _
_ _ _ _
tv
7_.
y
N
N
Ci
c(M
8
OD
J
O
O
O
O
(QQ�
to
tl
N
N
r M
rytl
ytl
OD
r
id
O
O
O
O
'd
bd
p
N
N
l7
N !A
.b
W
OD
O
O
0
0
N
N
J
N
V1
N
r
N
O
O
O
O
—
— — —
— — — —
— —
C
Cztl
— —
— — — —
N
O
�
z Cl
r
O
O
G
—
O
— — —
O
— — — —
— —
— —
— — — —
n
yH
O
O
A
y
O
O
O
O
O
y
w
w
W
W
dV
—
O
O
— — —
O
O
— — _ —
_ _cc
_ _
_
N
N
iD
rA
O
0.
O
0
O
0
0 CITY Of DENTON MUNICIPAL UTILITIES/ 901 A Texas Street / Denton TX 76201
MEMORANDUM
To Tom Shaw
From Glenn Fisher
Date February 20, 1991
Subiect Bid No 1332 Overhead Distribution Transformers
Based upon the evaluated lifetime operating costs, the Electric
Engineering Staff recommends the acceptance of the following items
in the above referenced bid
Item 1, (20) - 25 KVA transformers
Priester Supply, $551 00 each, Total Cost $11,020 00
Item 2, (20) - 50 KVA transformers
Poleline, $693 00 each, Total Cost $13,860 00
See the attached spreadsheet for the complete evaluation
R&M/1332 mem
cc Bob Nelson, Executive Director of Utilities
Jim Harder, Director of Electric Utilities
m Don McLaughlin, Electric Engineering Administrator
rn
c
;r
V N
P
a
CONVENTIONAL OVERHEAD DISTRIBUTION TRANSFORMERS
BID NO 1332
25 KVA
Delivery Bid Evaluated
Vendor Manufacturer (Weeks) NLL LL Price --cost
Priester #1
Cooper
5
79
187
$551 00
$2 970 54
Polelme
Kuhlman
6-8
66
255
$493 00
$3 003 63
Techlme
8-10
100
199
$522 00
$3 009 99
KBS Electrical
Ermco
4
58
282
$497 00
$3 096 30
Temple #1
General Electric
14-16
61
274
$505 90
$3 105 55
Preferred Sales
Central Moloney
4
63
250
$554 00
$3 176 48
Wesco
Westinghouse
5
57
322
$494 00
$3 248 63
Cummins
United
6-8
55
352
$490 00
$3 351 76
Sesco
Sesco
4
68
432
$417 00
$3,492 46
Priester #2
Cooper
5
75
514
$408 00
$3 832 81
Temple #2
Magnetic Electric
2-3
75
520
$426 10
$3 918 99
50 KVA
Delivery
Bid
Evaluated
Vendor
Manufacturer
(Weeks)
NLL
LL
Pnce
Cost _
Polelme
Kuhlman
6-8
123
414
$693 00
$4 579 48
Priester #1
Cooper
5
112
478
$658 00
$4 681 98
Preferred Sales
Central Moloney
4
114
406
$771 00
$4 772 30
Techline
8-10
160
389
$751 00
$4 825 51
Temple #1
General Electric
12-14
108
422
$791 25
$4,88241
KBS Electrical
Ermco
8
97
530
$706 00
$4 998 36
Cummins
United
6-8
135
515
$710 00
$5 107 70
Priester #2
Cooper
5
149
605
$593 00
$5 145 50
Sesco
Sesco
4
130
703
$618 00
$5,55912
Wesco
Westinghouse
5
102
748
$610 00
$5 602 90
Temple #2
Magnetic Electric
2-3
126
786
$696 89
$6 154 88
Evaluation Formula Evaluated Cost =
Unit Cost * 3
38 + [NLL + (LL — NLL) * 0 5] * 8 332
R&M 1332 wk3
--- —
s
n
I