Loading...
1994-215AN 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 1677 ALL DARR EQUIPMENT $329,706.00 1682 ALL RFC ELECTRONICS $ 19,500.00 1683 ALL LENT. DELONEY CO. $ 67,300.00 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 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 thls~ day of ~, 1994. ATTEST: BO JENNIFER WALTERS, CITY SECRETARY APPROVED VAS TO LEGAL FORM: MICHAEL A. BUCEK, ACTING CITY ATTORNEY DATE: NOVEMBER 92, 1994 CITY COUNCIL REPORT TO: Mayor and Members of the City Council FROM: Lloyd V. Harrell, City Manager SUBJECT: BID # 1677 - LANDFILL COMPACTOR RECOMMENDATION: We recommend this bid be awarded to Dart Equipment Co. in the amount of $329,706.00. S~RY: This bid is for the purchase of a Caterpillar Model 826C (70,000 lb) Landfill Compactor including a 5 year or 7500 hour powertrain warranty. This unit will be a fleet addition as approved in the budget process. It will be utilized as the name indicates, to compact refuse at the City of Denton Landfill. Request for Bid were mailed to 6 potential equipment suppliers and only one response was received. Caterpillar Manufacturing is the only manufacturer of this size and style of equipment. We choose the 826C (70,000 lb) machine over the lighter (50,000 lb) machine since the experts estimate our compaction would be increased by 20-25%. This additional compaction is critical to maximize the remaining space in the landfill. The $10,800.00 for the extended warranty is included in our recommendation due to the unfriendly environment in which the machine operates. It is obviously a large machine requiring tools and equipment we do not currently have for proper maintenance and repair. The entire drive line including engine, transmission differential and axles are included in this full parts and labor warranty. The standard warranty is 1 year or 1500 hours. We feel the additional cost is justified as insurance against future major cost items. BACKGROUND: Tabulation Sheet PROGRAMS ~ DEPARTMENTS OR GROUPS AFFECTED: Landfill Operations and Fleet Services FISCAL IMPACT: The purchase of this machine will be funded by Motor Pool Operations and repaid on a monthly payment basis by the using department account number #630-024-0803-8508° ~c.~~.~spectf lly mitre · (/Lloyd ~. ~ ~ City Manager Name: Tom D. Shaw, C.P.M. Title: Purchasing Agent BID # 1677 BID NAME LANDFILL COMPACTOR DARR CASE EQUIPMENT POWER OPEN DATE OCTOBER 25, 1994 I 70,000 LB LANDFILL $318,906.00 NO BID COMPACTOR OPTIONS; 1. 5 YEAR 7500 HOURS $10,800.00 WARRANTY 2. CARON WHEELS $30,059.00 MAKE CATERPILLAR MODEL 826C DELIVERY 60-90 DAYS DATE: NOVEMBER 22, 1994 CITY COUNCIL REPORT TO: Mayor and Members of the City Council FROM: Lloyd V. Harrell, City Manager SUBJECT: BID # 16112 - WATTHOUR TESTING BOARD SYSTEM RECOMMENDATION: We recommend this bid be awarded to the lowest bidder, RFC Electronics in the amount of $19,500.00 with delivery in thirty (30) days. SUMMARY: This Test Board will aliow the City of Denton to test the new electronic meters currently being installed for many industrial customers. The use of the electronic meters will give the City of Denton the capability to bill demand to 4 decimal places versus current two decimal place billing. In addition it will give us the capability to program different rate structures for readout to the customers. Expected demand revenue increase for billing demand at 4 decimal places is expected to total over $100,000.00. Public Utility Board recommend approval. BACKGROUND: Tabulation Sheet PROGRAMS, DEPARTMENTS ORGROUPSAFFECTED: Electric Metering Division and Electric Meter Test Program. FISCAL IMPACT: 1995-1999 Capital Improvements Plan No. 95-1034-03, ($40,000 budget). Account #610-134-1034-3950-9233. ~_.~fully subr~i~ed Ll.o V. Har en Cify Manager Approved: Name: To~D. Shaw,C.P.M. Title: Purchasing ACent 541.AGE~A DATE: NOVElVIBER 22, 1994 CITY COUNCIL REPORT TO: Mayor and Members of the City Council FROM: Lloyd V. Harrell, City Manager SUBJECT: BID # 1683 - 69KV CIRCUIT BREAKERS RECOMMENDATION: We recommend this bid be awarded to the low bidder meeting specifications, Len T. Deloney Co., Inc. in the total amount of $67,300.00. SUMMARY: This bid is for the purchase of two (2) 69KV Circuit Breakers to be used by the Substation Department. These breakers will replace 1965 breakers at Spencer and at Denton North Interchanges, which will increase the integrity of the system. This purchase is part of the Electric Utilities C.I.P. Upgrade of the 69 Loop. Three (3) bid proposals were received in response to twenty-two (22) bid packages mailed to vendors. BACKGROUND: Tabulation Sheet, Memorandum from Danny Scott dated 11-9-94. PROGRAMS, DEPARTMENTSORGROUPSAFFECTED: Substations Division, Electric Utilities, Utility Customers by the City of Denton. FISCAL IMPACT: Budgeted funds for 1995 Capital Improvements for Electric Substations Account Number #610-132-1032-3620-9217-C69KV01A with a balance of $185,000.00. ~ectful. ly sl~bynitted.: ~oyd V. Hat-tell City Manager Prepared By: Name: Denise Harpoo~ I Title: Senior Buyer Approved: Name: TomD. Shaw,C.P.M. Title: Purchasing Agent 543.AGENDA  / ,Ox :, ~0. 3. ClTYofDENTONMUNIClPAL UTILITIES / 901-ATexasStreet / Denton, TX76201 MEMOP3%NDUM TO: Tom Shaw, Purchasing Agent THRU: Jim Harder, Director of Electric Ray D. Wells, Superintendent Substations/Metering/Communications ,~FROM: Danny Scott, Foreman of Substations DATE: November 09, 1994 SUBJECT: 69 KV CIRCUIT BREAKER BID #1683 After evaluating the bids for two 69Kv circuit breakers we recommend award of bid to Len T. Deloney Co. Inc. for the Siemens SF6 circuit breaker. The reasons for recommendation of bid to Siemens are as follows: Mitsubishi Electric Power Products, Inc. They failed to meet specifications on page 4 of 6, Construction %1, which states: ~1. One interrupter per phase with pneumatic operating mechanism. The 70 SFMT 32 D Dead Tank SF6 circuit breaker has a motor-charged spring mechanism. The price for the 70 SFMT Dead Tank SF6 circuit breaker is $37,500.00. The total cost is $75,000.00 with a 24 week delivery time. ABB Power T & D Company Inc. They failed to meet specifications on page 4 of 6, Construction ~1, which states: ~1. One interrupter per phase with pneumatic operating mechanism. The 72PM31-20, outdoor, dead tank, SF6 circuit breaker has a motor-charged spring mechanism. The price for the 72PM31-20, outdoor, dead tank, SF6 circuit breaker is $32,900.00. The total cost is $65,800.00 with a 22 week delivery time. Len T. Deloney Co., Inc. The specifications of the Siemens SP-72.2-31.5,3PST, 2000 AMP, 69Ky nominal voltage, rated 31.5Ka maximum symmetrical interrupting capability pneumatic operated, frame-mounted outdoor SF6 Duffer circuit breaker is the only bid that meets all specifications as requested. The City will not have to purchase any additional or special tools because we have four of the Siemens in service at this time. Siemens will be able to deliver the breakers within 12 weeks. I recommend that we award the bid for Siemens breakers to Len T. Deloney Co., Inc., low bid meeting specifications as issued at the price of $33,650.00 each, for the total cost of $67,300.00. Respondents were as follows: Len T. Deloney $33,650.00 ea. Mitsubishi Electric $37,500.00 ea. Wesco-~ $32,900.00 ea. Lewis Moore Payette No Bid Cooper Power Systems No Bid Cummins No Bid Techline No Bid cc: Robert Nelson, Executive Director of Utilities Jim Harder, Director of Electric Utilities Ray D. Wells, Superintendent of Substations, Metering, and Communications