Loading...
1995-090AN 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 l&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 i~ediately upon its passage and approval. PASSED AND APPROVED this~~d day of ~, 1995. BOB CASTLEBERRY, MAY~ ATTEST: JENNIFER WALTERS, CITY SECRETARY APP~ED AS~TO LEGAL FO~: MICHAEL A. BUCEK, ACTING CITY ATTORNEY BID # 1754 ~BID NAME REFUSE BAGS ARROW IND. OPEN DATE APRIL 20, 1995 # QUANTITY : :DESORiPT!ON?-' ..... ili i' iiiVENDORi'~~ l. 60/M 30 GALLON PLASTIC REFUSE $2.30 EXHIBIT "A" ROLLS BAGS, 1.5MIL. AS PER THE ATFACHED SPECIFICATIONS FOR LINEAR LOW DENSITY POLYETHYLENE. 52 BAGS PER ROIJ. 2. 1500 SMALL ROLL $1.32 ROLLS SAMES AS ABOVE 30 BAGS PER ROLL FtIE ABOVE MANUFACTURER CERTIFIFES THIS BAG TO CONTAIN % LINEAR LOW 40% DENSITY POLYETHYLENE RESIN. DELIVERY 7-14 DAYS DATE: MAY ~., 1995 CITY COUNCIL REPORT TO: Mayor and Members of the City Council FROM: Lloyd V. Harrell, City Manager SUBJECT: BID #173~. - 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. S~RY: This bid is for the purchase of a self-propelled power doily. 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. ' ~~<~~Re~ ully s bm' ~1: / City Manager Prepared by: Name: Denise Harpool [ Title: Senior Buyer Name: Tom D. Shaw, C.P.M. Title: Purchasing Agent 597 .AGENDA CITY OF DENTON MUNICIPAL UTILITIES · 901-A TEXAS STREET · DENTON. TEXAS 76201 MEMORANDUM 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. 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 VENDOR TOTAL 1&3 2500KVA & 225KVA PRIESTER $29,537.00 2 167 KVA PREFERRED SALES $ 4,454.00 4&5 25KVA & 50KVA WESCO $15,035.00 For a total expenditure of $49,026.00 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 #610r 103-1031-3680-9222-C536801A with a balance of $200,052.70. ~y.~bm~~Respe lly s bmi : Lloy~/V. Harrell City Manager Prepared by: Name: Denise Harpool Title: Senior Buyer Name: Tom D. Shaw, C.P.M. Title: Purchasing Agent 596 .AGENDA CITY OF DENTON MUNICIPAL UTILITIES · 901-A TEXAS STREET · DENTON. TEXAS 76201 M~MORANDUH TO: Denise Harpool, Purchasing Senior Buyer FROM:~ Festus Okolie, Engineering Associate DATE: April lO, 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, 1~ PMT 2 4,454.00 PRIESTER 225KVA, 120/240V, 3~ PMT 3 12,558.00 PRIESTER 2500KVA, 277/480V, 3~ PMT 1 16,979.00 WESCO 25KVA, 120/240V. 1~ CONV 15 7,935.00 WESCO 50KVA, 120/240V, 1~ 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, D~rector of Electric Utilities Joe Cherri, Electric Engineering Administrator Ralph Klinke, Superintendent of Electric Distribution "Dedicated to Quality Service" TRANSFORMER EVALUATION SHEET APRIL4, 1995 BID Cf 1746 PREPARED BY: FESTUS OKOLIE EXHIBIT 1 LOSS/COST EVALUATION OF A 167KVA, 240/480V SINGLE PHASE PADMOUNTED LOOP FEED TRANSFORMER POLELINE i TECHLINE HOWARD 278[ -~-375 I-- ~.59 -~8~(~ ..... $2,330.00 L ' $~4,76-2- ~ KBS ELECT. 1 COOPER 2241 17~,0~ 2.13 12 $2.224.00 [ __ $!_5_,_6_99 'KBS ELECT. 2 I~RMco 272! 16_5..1_ I~_ 2._0_02-6' .... $2,345.00 I $15,937 :WESCO ~BB 3271 1195 1.12 8~0 ...... ~,885.00 ] - $-16,09~ :~TEMPLE - eE 2951 1553'1"-2.4~-' ~ ...... $3,935.00 j-- $_2_~7999 LOSS/COST EVALUATION OF A 225KVA PADMOUNT, 120/240V THREE PHASE TRANSFORMER RADIAL FE.ED_ CUMM NS KBS ELECT ~ IN .......... ~ ..... t--- I~l'~)~l[~ POLEL E [PRIESTER -' [(~'5~)pEF~'- 591/2276j 3_ 18_ __!__3_ ............. _$4,~_86.00.J ....$2_4,4_98_i [ TECHLINE KBS ELECT 1 COOPER 591 2276 / , PREF. SALES PAUWELS 433 ' 24~-3 [_~2.7o_L8 -__tg .j .... _$.¢,459.001 __~$.2_4,980 ~ [WESCO ~ABB '' ! 4141 2172~ZJ8-__1_0 __/ --$--4'738'¢-0-I ..... $.25_,_030_~ ~SE~CO- " §E§CO .... 490 '---2140 1 4.001 17 $5,789.00 $28,874! i VANTRAN VANTRAN LOSS/COST EVALUATION OF A 2500KVA PADMOUNT, 277/480V 3 PHASE RADIAL FEED TRANSFORMER __ MADE NL TL-- ~ D~LI~I~h~ --' BiD UNIT ~AL-CUL~'-EDi BIDDER .... BY LOSSES LOSSESt.~_%_Z---~TIM~E-(~W~S~)'---1------ ...... ~0ST ,CUMMINS .~ _.___i~_~ ................. NOB~D i KBS ELECT. 2 l ............... i~~ 1-- : POLELINE I ......... i KBS ELECTs: 1 [_c_ooP_E_B 3133 ......... i-~, ...... $1~,330.00 ;WESCO iABB I 2757 __ ~ 'TEMPLE iCE I 2~75 -~i~ 17-'-- TECHLINE / HOWARD F 2229 2046~ 5~5 1~8~ ; PREF. SALES [PAUWELS 2215 18~3~_~_ ~i-~ ~212 - $~2,692.0~)l -~1~5~ i VANTRAN ~'~ANTRAN 3700 2070(~__~ 1-O~--- SESCO -._~§E-~O---I 6905 - 30700~--§~7~' ~7 ....... A'~(FMRBID\BID1746 ...... _-. : __-_..:~=.. __:--- : ........... TRANSFORMER EVALUATION SHEET APRIL4. 1995 BID # 1746 PREPARED BY: FESTUS OKOLIE EXHIBIT LOSS/COST EVALUATION OF A 25KV,A CO_Ny_ENTIONAL 120/240V SINGLE PHASE T.R_A__NSF .O_.R__MER ' i'-_'-MADE NL i TL I~'~:-I~iV~'R~'--_-'~iD ONIT-_ .C_A. LCULA_TE_~ BIDDER ............... VANTRAN 57 NO BID PREF. SALES 'C: MoLONE'f 67/ 32(~ ........................ 1.73 10 $512.00 ......... $~,~8- PRIESTER COOPER 70] 273 -~-~-'~,~ ~ ..... ~ '- $575.001 .... ~3,3~2- KBS ELECT. i '800PER 70 273 -~.7.4 -'~ CUMMINS ~. MOLONE'~ 67 3~ -~.~3 10~ ~ -'--$-53P.0~ ..... ~-~35 TEMPLE .......... :(3~ ..... ~)~ - ,~ --~ ~----/----$5i~.0~ ...... §~-,5~6 POLiO:LINE -'- KUHLMAN 66 - ~3i;3 KBS ELECT. 2 'ERMc0 58 ~-8-4- TECHLINE :PiOWARD 58 4~'~ '~:~.0_~_.-2~- ~:/; - _j-_~- - ~474~00 ...... SESCO - i ESb5_ .... 17 ---- LOSS/COST EVALUATION OF A 50KVA CONVENTIONAL 120/24OV SINGLE PHASE TRANSFORMER ' MADE NL J - T~. ----~L~-EL~F~ ~ BIO UNIT ].CAi_cui..~-"~E~-E WESCO ~ABB -'- 9~.J --578 --~.~9_j_8 ' 10 % $710.00.j $5,195 PREF. SALES ~. M0'~'b~ ~'~ ............. ~'~-'--~ CUMMINS ~. MoP'NEw 12~] -'~7 ~ ..... j - $7~6.~/ ..... $5,2~' POLELINE ]KUHLMAN 108~- ~5~'-~1 8 TEMPLE '/~E 13~']~-~7 2.181 4 PR ESTER [~PER 106] - ~---1.50~ 1~ - KBS ELECT. 2 -[ ERMCO 119] '" ~ ~ 1~ ........ $88~.~-j .... ~,~- KBSELECT. 1 ~00'PER - 106~- ~~[~ TECHLINE - HOWARD 111/-- ~- 1.951 25 - 27 ~ ~¢~ ~~4 A.\XFMRBID\BID1746: -.::: 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 RF. COMMENDATION: 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. S~RY: 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. City Manager Prepared by: Name: Denise Har~ Title: Senior Buyer Approved: Name: Tom D. Shaw, C.P.M. Title: Purchasing Agent 601 .AGENDA