Loading...
1995-054 ORDINANCE NO. ~ 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 1718 1A-1E TATE MFG EXHIBIT A 1718 2A-2C TATE MFG EXHIBIT A 1718 3A SOUTHWESTERN EQUIPMENT EXHIBIT A 1718 3B,3E,3F TATE MFG EXHIBIT A 1718 3C,3D IDS EXHIBIT A 1728 SECTION I WESCO EXHIBIT B 1-19 1728 SECTION I TRANSDATA EXHIBIT B 20A-21B 1728 SECTION II CUMMINS EXHIBIT B 1-3 1728 SECTION III CUMMINS EXHIBIT B 1-13 1728 SECTION III WESCO EXHIBIT B 14,15 1728 SECTION IV WESCO EXHIBIT B 1-9 1728 SECTION IV PRIESTER EXHIBIT B 10,11 1728 SECTION IV TEMPLE EXHIBIT B 10A,11A 1733 1 VAN & TRUCK $ 4,290.00 1733 2 FONTAINE TRUCK $ 2,734.00 1733 3 COMMERICAL BODY $17,246.00 1739 ALL INDUSTRIAL DISPOSAL $17,123.00 SUPPLY 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~day of ~ , 1995. ATTEST: JENNIFER WALTERS, CITY SECRETARY MICHAEL A. BUCEK, ACTING CITY ATTORNEY BID # 1718 - EXHIBIT A I. FRONT LOAD CONTAINER ITEM VENDOR UNIT PRICE A. TATE MFG $ 289.00 EACH B. TATE MFG $ 356.00 EACH C. TATE MFG $ 473.00 EACH D. TATE MFG $ 535.00 EACH E. TATE MFG $ 527.00 EACH II. SIDE LOAD CONTAINERS: ITEM VENDOR UNIT PRICE A. TATE MFG $ 230.00 EACH B. TATE MFG $ 254.00 EACH C. TATE MFG $ 283.00 EACH III. COMPACTOR EQUIPMENT: ITEM VENDOR UNIT PRICE A. SOUTHWESTERN EQUIP $5,958.00 EACH B. TATE MFG $3,901.00 EACH C. IDS $9,917.00 EACH D. IDS $9,727.00 EACH E. TATE MFG $2,628.00 EACH F. TATE MFG $2,365.00 EACH 1718.EXH BID # 1728 - EXHIBIT B SECTION I. SECTION II. ITEM VENDOR UNIT PRICE ITEM VENDOR UNIT PRICE 1. WESCO $ 37.50 1. CL~I NS $ 302.00 2. WE~CO $ 149.00 2. CIJ~IINS $ 414.00 3. WESCO $ 26.50 3. ~NS $ 382.00 4. ~ $ 130.00 ~. ~ ~ ~o.oo SECTION III. 9. ~ * 187.00 4. C~N8 $ 38.46 i3. ~ $ 187.00 8. C~NS $ 53.84 14. ~ $ 187.00 9. C~NS $ 53.84 15. ~ $ 180.00 10. C~N8 $ 53.84 16. ~ $ 180.00 11. ~NS $ 53.84 17. ~ $ 180.00 12. ~N~ $ 53.84 ~. ~so~m $2~o.oo SECTION IV. 2. ~ $ 23.00 3. ~S~ $ 35. O0 4. ~ $ 75.00 5. ~ $ 78.00 6. ~S~ $ 67.00 7. ~ $ 68.00 8. ~ $ 129.00 9. ~ $ 132.00 1~. ~ $ 520.68 11. P~R $ 614.00 1~. ~LE $ 683.48 DATE: MARCH 21, 1995 CITY COUNCIL REPORT TO: Mayor and Members of the City Council FROM: Lloyd V. Harrell, City Manager SUBJECT: BID # 1718 - REFUSE CONTAINERS RECOMMENDATION: We recommend this bid be awarded to the lowest bidder as listed below: I. FRONT LOAD CONTAINERS: ITEM VENDOR UNIT PRICE A. 3 CU YD TATE MFG $ 289.00 EACH B. 4 CU YD TATE MFG $ 356.00 EACH C. 6 CU YD TATE MFG $ 473.00 EACH D. 8 CU YD FLAT TATE MFG $ 535.00 EACH E. 8 CU YD SLANT TATE MFG $ 527.00 EACH II. SIDE LOAD CONTAINERS: ITEM VENDOR UNIT PRICE A. 2 CU YD TATE MFG $ 230.00 EACH B. 3 CU YD TATE MFG $ 254.00 EACH C. 4 CU YD TATE MFG $ 283.00 EACH III. COMPACTOR EQUIPMENT: ITEM VENDOR UNIT PRICE A. 2.3 CU YD COMPACTOR SOUTHWESTERN EQUIPMENT $5,958.00 EACH B. 42 CU YD RECEIVER TATE MFG $3,901.00 EACH C. 30 CU YD COMPACTOR/ IDS $9,917.00 EACH CONTAINER D. 20 CU YD COMPACTOR/ IDS $9,727.00 EACH CONTAINER E. 30 CU YD OPEN TOP TATE MFG $2,628.00 EACH F. 20 CU YD OPEN TOP TATE MFG $2,365.00 EACH Total annual estimated award is $170,000.00. SUMM~RY: This bid is for the annual contract to supply refuse containers for the Commercial Solid Waste Division. The containers will be purchased only on an as needed basis over the next twelve months. Section I and 2 are awarded as a group so we can combine requirements to ail for truck load shipments eliminating freight charges. CITY COUNCIL REPORT MARCH 21, 1995 PAGE 2 OF 2 BACKGROUND: Tabulation Sheet PROGRAMS, DEPARTMENTS OR GROUPS AFFECTED: Commercial Solid Waste Division and their customers. FISCAL IMPACT: Purchase of these containers will be funded from Motor Pool lease funds. The using department will reimburse Motor Pool over a 36 month period. ~t fu.~~t t e d: l~yd V. Hatred, / City Manager Approved: Name: Tom D. Shaw, C.P.M. Title: Purchasing Agent 581 .AGENDA DATE: MARCH 21, 1995 CITY COUNCIL REPORT TO: Mayor and Members of the City Council FROM: Lloyd V. Harrell, City Manager SUBJECT: BID#1728-ELECTRIC METERS]CURRENT TRANSFORMERS]METER SOCKETS RECOMMENDATION: We recommend this bid be awarded to the low evaluated bidder meeting specifications, as follows: SECTION I. SECTION II. ITEM VENDOR UNIT PRICE ITEM VENDOR UNIT PRICE 1. wesco $ 37.50 1. cu~Ns $ 302.00 2. WESCO $ 149.00 2. CUMMINS $ 414.00 3. WESCO $ 26.50 3. CUMMINS $ 382.00 4. WESCO $ 130.00 5. wesco $ 13o.oo SECTION III. 6. WESCO $ 150.00 1. CUMMINS $ 27.94 7. WESCO $ 187.00 2. CUI'E'IYNS $ 27.94 8. WESCO $ 187.00 3. CUF~INS $ 27.94 ~. wEsco $ 187.00 4. c~INs $ 38.46 10. WESCO $ 187.00 5. CUMMINS $ 38.46 11. WESCO $ 180.00 6. CUMMINS $ 53.84 12. WESCO $ 180.00 7. CUMMINS $ 53.84 13. WESCO $ 187.00 8. CUMMINS $ 53.84 14. WESCO $ 187.00 9. CUMMINS $ 53.84 15. WESCO $ 180.00 10. CUMMINS $ 53.84 16. WESCO $ 180.00 11. CUMMINS $ 53.64 17. WESCO $ 180.00 12. CUMMINS $ 53.84 18. WESCO $ 180.00 13. CU~4INS $ 55.89 19. WESCO $ 29,00 14. WESCO $ 445.00 20A. TRANSDATA $1450.00 15. WESCO $ 520.00 20B. TRANSDATA $1525.00 20C · TRANSDATA $1575.00 2lA. TRANSDATA $2550.00 2lB. TRANSDATA $2650.00 CITY COUNCIL REPORT MARCH 21, 1995 PAGE 2 OF 3 RECOMMENDATION (CON'T): SECTION IV. ITEM VENDOR UNIT PRICE 1. WESCO $ 24.00 2. WESCO $ 23.00 3. WESCO $ 35.00 4. WESCO $ 75.00 5. WESCO $ 78.00 6. WESCO $ 67.00 7 . WESCO $ 68.00 8. WESCO $ 129.00 9. WESCO $ 132.00 10. PRIESTER $ 435.00 10A. TEMPLE $ 520.68 11. PRIESTER $ 614.00 This will be an estimated annual purchase of $117,659.55 SUMMARY: This bid is for an annual price agreement to purchase electric meters, current transformers and meter sockets. These items are used by the Electric Metering Department and are stocked in the warehouse inventory. These meters, CT's and sockets will be purchased as needed to replenish warehouse stock. Seven (7) bid proposals were received in response to nine (9) bid packages sent to vendors. BACKGROUND: Tabulation Sheet, Memorandum from John Gandy dated March 14, 1995. PROGRAMS~ DEPARTMENTS OR GROUPS AFFECTED: Warehouse Inventory, Electric Metering Department, Utility Division, Electricity Rate Payers. FISCAL IMPACT: Warehouse Working Capital for 1995 and Budgeted Funds for Electric Metering for 1995. CITY COUNCIL REPORT MARCH 21, 1995 PAGE 3 OF 3 City Manager Prepared: Name: Denise Harpool[ Title: Senior Buyer Approved: Name: Tom D. Shaw, C.P.M. Title: Purchasing Agent 587 .AGENDA MEMORANDUM TO: Jim Harder, Director of Electric Utilities THRU: Ray D. Wells, Superintendent of Electric Metering FROM: John H. Gandy, Foreman of Electric Metering. DATE: March 14, 1995 SUBJECT: EVALUATION OF BID NO #1728 ELECTRIC METERS/CURRENT TRANSFORMERS/METER SOCKETS. Bids for the above mentioned items were opened February 21, 1995, at 2 P.M. with the following results. Seven venders replied with sealed bids on basically three item groups in four sections. Electric Meters, ( Electronic and Mechanical ) Current Transformers and Electric Meter Sockets. The City of Denton extends its appreciation to all seven vendors, Wesco, Techline, Priester, Poleline, Cummins, TransData and Temple. After careful evaluation we have recommended that the bid on the Electric Meters in SECTION I ( BID ITEMS # 1-19) be awarded to Wesco for lowest bid and meeting all specifications. We recommend that ( BID ITEMS #20-21B ) be awarded to TransData for lowest bid and meeting all bid specifications. Please note that we have recommended not to purchase electric meters equipped with the power factor option. We recommend our rate structure be changed to reactive (KVA) demand billing in lieu of existing KW/Powerfactor penalty clause. Also after careful evaluation we have recommended that the bid on Extended Range Meters in SECTION II ( BID ITEMS #1-3 ) be awarded to Cummins Supply for lowest bid and meeting all bid specifications. In SECTION III we recommend that the bid on Current Transformers ( BID ITEMS #1- 13 ) be awarded to Cummins Supply for lowest bid and meeting all bid specifications. And ( BID ITEMS #14-15 ) be awarded to Wesco for lowest bid and meeting all bid specifications. Evaluation of Bid Page 2 In SECTION IV we recommend that the bid on Meter Sockets ( BIDS ITEMS #1-9) be awarded to Wesco for lowest bid and meeting all bid specifications. We recommend that ( BID ITEMS #10,11 EXCLUDING BID ITEMS #10A, 1 lA ) be awarded to Priester Supply. And ( BID ITEMS #10A, 1 lA ) be awarded to Temple Inc. for lowest bid and meeting all bid specifications. KILOVAR AND KILOVOLT-AMPERE METERING vs. KW DEMAND AND POWER FACTOR The design of an electric utility system is based on the total kilovolt-ampere (kva) load to be served. Kva may be regarded as consisting of two components; kilowatts (kw) and kilovars (kvar) . Often revenue is derived solely from only one of these components, kilowatts. The ratio of kw to kva is called the power factor. It may also be defined as the ratio of power- producing current in a circuit to the total current in that circuit. k_~w = Power Factor = kw Current kva Total Current A poor ratio of kw to kva -- low power factor-has a serious effect on the economic design and operating costs of a system. When power factor is low and rates are based only on kw, the utility is not being compensated for all the kva it is required to generate, transmit, and distribute. To compensate for this, rate schedules have been established which take into consideration the power factor of the load being measured. These schedules take a variety of forms but in general they penalize poor factor or reward good power factor. The principal purpose of kvar and kva metering (or phase- displaced metering which is a general term describing this entire category) is in its application to the measurement of one or more of the quantities involved: power factor, average power factor, kva, kva-hours (kvah), kilovars (kyat), or kilovar-hours (kvarh). The method used depends upon the rate, the cost of the metering, and the accuracy required. The Electric Metering Division request that the electric utility rate structure for our existing customers currently being billed under the General Service Large (GSL) and the General Service Small (GSS) be re-structured to reflect K.V.A. demand (Kilovolt- ampere) instead of K.W. demand (Kilowatt) metering and billing. This change as proposed would initially affect 285 customers. The advantages to change from KW demand to KVA demand are as follows: 1) No programming cost associated with the change from KW demand to KVA demand by Information Services; where as the implementation of Power Factor and KW demand would cost $12,800.00. 2) Reduced cost for metering equipment. Electric meters required to record KWH/KW demand and power factor coincidental with KW demand peak cost $615.00 each; whereas meters required to record KWH and KVA demand cost $425.00 each or a total savings of $54,150.00. 3) A more realistic cost accounting of utility facilities required to serve customer requirements. The bottom line would be a savings of $66,950.00 versus an expenditure. 03105011 Page 1 COST COMPARISON (KWD & P.F.METERS TO KVA M~TERS) The following figures will compare the cost differences between an electronic power factor meter and an electronic kVA demand meter. Both electric meters measures kilo-watt ener~D~ and both are software programmable. The two major differences between these meter types is cost and enhanced option boards. The (ALT) model that measures m~x kVA does not have the enhanced option board, therefore the cost is reduced. The enhanced option board, which is necessary for power factor calulations, (Item 13a - 1.) also has Time of Use capabilities (standard) which is not functional in 99% of all applications. The prices will be derived from BID# 1728 Section I, Items 11 - 17 (particulary item 13a - 1.) electric watt-hour/watt- hour demand meters with power factor measurements at coincidental peak demand, and compared to quoted prices from the same vendor (ABB/WESCO) for kVA demand meters. 1. Power factor meter, with kWD demand, 120 volt 3 phase 4 wire w~e class 20 demand, model AiR: $615.00 2. kVA demand meter of same wiring fo~, (ALT) $425.00 $615.00 kWD & P.F. $425.00 kVA $190.00 difference Page 2 EQUIPMENT FUNCTIONS The following bid item breakout will include four (4) sections as defined in BID# 1728 .... Section I, Class 10, 20, 100 and 200 amp meters .... Section II, Extended Current Electric Meters .... Section III, current transformers and voltage transformers .... Section IV, electric meter bases. SECTION I. Items 1 - 3, single phase electric watthour meters, are primarily used for residential customers. Approximately 100 meters of this type will be used for new customer (residential) installations. The remaining 320 will be for meter maintenance activities included in F.E.R.C. accounts 5860 and 5970. These accounts also include our on-going Meter Test Program. Items 4 - 6, single phase electric watthour meters, are primarily used for small businesses. This type meter was requested and bid as a kilowatt energy and kilowatt demand meter. Approximately 20 of these meters will be for new small business installations as described in F.E.R.C. account# 3700, new meter installations. The remaining 66 will be utilized for meter maintenance and meter test program as described in F.E.R.C. 5860, Customer Meters, and 5970, Meter Maintenance. Items 7 - 10, Three phase electric watt-hour meters, are primarily installed at larger businesses who require three phase service. Approximately 10 meters of this type will be for new customer installations of whom the City of Denton bills for kWH and kW demand. Most of the customers who require this type meter have an average load in kWD of approximately 50 - 100 kWD. The remaining 71 meters will be utilized in maintenance and our one (1) year commercial meter test program schedule. Items 1! - 17, Three phase transformer rated electric meters are used primarily for large commercial and industrial applications. The meters included in this item group have many enhanced power measurement capabilities. The enhanced options are programmable and may have mass memory for multi-channel power recorders. Some can be programmed and have data retrieved locally or remotely via communication lines. Approximately 5 of these meter types will be used for new large commercial and large industry applications. The remaining 65 will be used for kVA demand billing, maintenance and meter test program. Items 18 - 21, This group of meters is primarily "specialized" type meters, in that they are used in limited applications, such as straight power three phase motors, security type meters, large residential loads above 200 amps and athletic fields. bid.~ps\matt n Page 3 SECTION II. Items I - 3, Extended Range Meters (E.R.M.); This bid item has been cost effective in as much as the savings for both equipment time and installation time. The principle behind E.R.M. is simple, attach built on or built in current transformers that are capable of handling up to 480 amps of current continually. This eliminates the need for unattached ct's which must be mounted in the transformer or in a ct "can" near the customers disconnect. The meter base is also specialized and can be socket style or K Base type. Most of the 12 E.R.M. will be used for new installations. SECTION III. Items I - 14, Current Transformers (secondary) current transformers, or CT's, are normally associated with customers who have a current load of more than 200 amps. This combined with an instrument rated electric meter is referred to as an instrument rated service. Except in places where extended range applications are used, the instrument rated meter set is used for both residential and commercial applications, but primary commercial industries. The most common application is three (3) phase service. The three phase four (4) wire service requires 3 CT's and the single phase three (3) wire requires 2 CT's. Approximately 1/2 Of the 211 CT's will be used for new installations and the remainder for service upgrades and maintenance. Item 15 a, b and c, are used for large industries who require primary voltage and current. These voltage transformers and current transformers are mounted normally on pole-top racks before going underground, and a meter is affixed to the pole to measure the reduced voltage and current. The primary PT's or VT's and CT's are used mostly for maintenance. SECTION IV. Items I - 11, Meter sockets come in basically four (4) types: 1. Single phase self-contained ( over-head or underground). 2. Single phase instrument rated 3. Three phase self-contained 4. Three phase instrument rated. continued on next page Page 4 Section IV continued Most single phase self-contained overhead sockets are issued to electrical contractors for service updates. Therefore, we purchase them and charge them to maintenance account FERC 5970. Most under-ground single phase are issued for new customers because most all new construction is under-ground. Three phase meter sockets are used primarily by new commercial accounts chargeable to FERC 3700. Page 5 DATE: MARCH 21, 1995 CITY COUNCIL REPORT TO: Mayor and Members of the City Council FROM: Lloyd V. Harrell, City Manager SUBJECT: BID # 1733 - SERVICE BODIES AND CRANE RECOMMENDATION: We recommend this bid be awarded to the lowest bidder for each item as follows: ITEM 1 (1) 84" Utility Body to Van & Truck at $ 4,290.00 each ITEM 2 (2) 60" Utility Body to Fontaine Truck at $ 2,734.00 each ITEM 3 (1) 84" Utility Body & Crane to Commercial Body at $~7,246.00 each Total award is $27,004.00 SUMMARY: This bid is for the purchase of three utility service bodies and one service body/crane combination. These bodies will be installed on truck cab/chassis currently on order. Item 1 is for a Water & Sewer vehicle, both of Item 2 are for Facilities Management and Item 3 is for the Wastewater Treatment Plant. BACKGROUND: Tabulation Sheet PROGRAMS~ DEPARTMENTS OR GROUPS AFFECTED: Fleet Services, Water & Sewer Field Services, Facilities Management, Wastewater Treatment and Motor Pool. FISCAL IMPACT: These bodies will be funded from 1994-95 budget funds and Motor Pool vehicle replacement funds. City Manager Approved: Name: Tom-D. Shaw, C.P.M. Title: Purchasing Agent 5 8 5. A~ENDA DATE: MARCH 21, 1995 CITY COUNCIL REPORT TO: Mayor and Members of the City Council FROM: Lloyd V. Harrell, City Manager SUBJECT: BID # 1739 - 12 CUBIC YARD REFUSE BODY RECOMMENDATION: We recommend this bid be awarded to the lowest bidder, Industrial Disposal Supply, in the amount of $17,123.00. SUMI~RY: This bid is for the purchase of a 12 cubic yard refuse packer body. ~Fhis body will be mounted on a 15,000 GVW truck cab/chassis currently on order. The completed unit will be assigned to the Park Maintenance Division and utilized for refuse collection in the various park facilities. BACKGROUND: Tabulation Sheet PROGRAMS~ DEPARTMENTS OR GROUPS AFFECTED: Park Maintenance, Fleet Services and park patrons. FISCAL IMPACT: This unit will be funded from Motor Pool lease funds. The using department will repay Motor Pool over a 36 month time period. ? Re~tfull¥ sub/mitted: T~yd V. Hai'rell City Manager Approved: Name: Tom D. Shaw, C.P.M. Title: Purchasing Agent 584 .AGENDA