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