Loading...
1992-212ALLOOO1F AN ORDINANCE ACCEPTING COMPETITIVE BIDS AND AWARDING A CONTRACT FOR THE PURCHASE OF HATERIALS, EQUIPMENT, SUPPLIES OR SERVICES; PROVID- ING FOR THE EXPENDITURE OF FUNDS THEREFORE; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the Clty 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 reco~mended 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: ECT~ 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 1435 ALL OSMOSE WOOD PRESERVING, INC. EXHIBIT "A" 1441 ALL SHEI~MCO $ 43,167.00 1446 ALL NORTH TEXASNURSERY $ 32,000.00 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 ~. That should the City and persons submlttlng ap- proved and accepted ltems and of the submitted bids wlsh to enter lnto a formal written agreement as a result of the acceptance, approval, and awarding of the bids, the C~ty Manager or designated representative ~s hereby authorized to execute the written contract whlch shall be attached hereto, provided that the written contract is in accordance with the terms, conditions, spec- lflcatlons, standards, quantities and specified sums contained the B~d Proposal and related documents here~n approved and accepted. ~. That by the acceptance and approval of the above numbered ltems of the submltted bids, the Clty Councll hereby authorlzes the expendlture of funds therefor ~n the amount and ~n accordance w~th the approved b~ds or pursuant to a written contract made pursuant thereto as authorized here~n. ~. That th~s ordlnance shall become effective lmme- dlately upon ~ts passage and approval. PASSED AND APPROVED thls~day of ~~-~, 1992. BOB CASTLEBERRY, MAY~ ~ / ATTEST: JENNIFER WALTERS, CITY SECRETARY DEBRA A. DRAYOVITCH, CITY ATTORNEY BID # 1435 BID NAME TEST & INSPECT WOOD UTILITY OSMOSE WOOD POLES PRESERVINO,INC OPEN DATE NOVEMBER 19, 1992 # QUANTITY DESCRIPTION VENDOR VENDOR A TREADED POLE(INCLUDES C, BELOW $18 82 EXHIBIT "A" B REJECTED POLE(INCLUDES O,BELOW $16 95 C REPORTED POLE $1 45 D SHIGOMETER INSPECTION INCLUDE C, ABOVE) $4.49 E HOLLOW HEART INTERNAL TREATMENT (AS REQUIRED) $7 95 F FUMIGANT TREATMENT AS REQUIRED WOODFUME PER POLE $8 50 MITC-FUME PER VIAL $4 05 G TREATED REJECT POLE INCLUDES C, ABOVE) $19 81 H WORK SUMMARY N/C POLE REINFORCEMENT A REPORT POLE $36.94 B REJECTED POLE FOR REINPORCMENT $41 29 *C REINFORCED POLE SEE ATTACHED SHEET *ADD $47 10 PER REINFORCER FOR POLES WHICH ARE 100 FEET OR 'MORE FROM A PUBLIC ROAD. SIZE REINFORCER *SEE ATTACHED SHEET DATE DECEMBER 15, 1992 CITY COUNCIL REPORT TO Mayor and Members of the City Council FROM Lloyd V Harrell, City Manager SUBJECT BID # 1435 - TEST AND INSPECT WOOD UTILITY POLES RECOMMENDATION: We recommend this bid be awarded to the only bidder, Osmose Wood Preserving, Inc at the unit prices hsted Section 1 A Treated Pole $18 82 B Rejected Pole $16 95 C Reported Pole $ I 45 D Shigometer Inspection $ 4 49 E Hollow Heart Int. Treatment $ 7.95 F Fumigant Treatment $ 8 50 vial $4 05 G Treated Rejected Pole $19 81 H Work Summary N/C Section 2 A Reported Pole Remforoement $36 94 B Reiected Pole Reinforcement $41 29 This award will not exceed $20,000 00 SUMMARY: This bid is for testing and reinforcement of wood utility poles through out the Electric Distribution System of the City of Denton This test is recommended to be done every seven years and was performed last in 1985 Although Osmose was the only bidder their prices are in line with what other utlhtles are paying They have performed this work for the City in the past, meeting all requirements of the contract One bid was received ~n response to f~ve hid invitations mailed BACKGROUND: Tabulation sheet. PROGRAMS, DEPARTMENTS OR GROUPS AFFECTED: Electric Distribution Division, Electric Utlhty, Customers of the City of Denton. FISCAL IMPACT: Budgeted Funds for 1993 Electric Distribution Overhead Maintenance Account #610-080-0252-8339 balance of account $31,342, 52 CITY COUNCIL REPORT DECEMBER 15, 1992 PAGE 2 OF 2 i fully submitted: lfty Manager Approved: Name Tom D. Shaw, C.P.M Title. Purchasing Agent BID # 1435 BID NAME TEST & INSPECT WOOD UTILITY OSMOSE WOOD POLES PRESERVING, INC OPEN DATE NOVEMBER 19, 1992 # QUANTITY DESCRIPTION VENDOR VENDOR A TREADED POLE(INCLUDES C, BELOW $18 82 B ~EJECTED POLE(INCLUDES CtBELOWI $16 95 C REPORTED POLE I $1 45 D SHIGOMETER INSPECTION I INCLUDE C, ABOVE) I $4 49 E HOLLOW HEART INTERNAL I TREATMENT (AS REQUIRED) I $7 95 F FUMIGANT TREATMENT AS REQUIREDI WOODFUME PER POLE $8 50 MITC-FUME PER VIAL $4 05 G TREATED REJECT POLE INCLUDES C, ABOVE) $19 81 H WORK SUMMARY N/C POLE REINFORCEMENT A REPORT POLE $36 94 B REJECTED POLE FOR REINFORCMENT $41 29 *C REINFORCED POLE SEE ATTACHED SHEET *ADD $47 10 PER REINFORCER FOR POLES WHICH ARE 100 FEET OR 'MORE FROM A PUBLIC ROAD SIZE REINFORCER *SEE ATTACHED SHEET UNIT PRICE SCHEDULE FOR POLE REINFORCING (Distribution Poles) NESC Grade B Construction *A. Reinforced Pole POLE CLASS Pole 1 2 3 4 5 6 7 Height 30' $459 17 $383.95 $383.95 $330.15 $330 15 $314.76 $303.77 35' 530 36 459.17 383.95 383.95 330 15 314.76 303.77 40' 530.36 530.36 459 17 383.95 383 95 330.15 45' 695.49 530.36 459.17 383.95 383.95 330.15 50' 830.98 695.49 530.36 459 17 383 95 55' 868.29 744 15 561.22 477 82 60' 868.29 868.29 744.15 561.22 65' 1017 46 868.29 744.15 70' 1017.46 1017.46 868.29 B Reported Pole $ 36.74 C. Rejected Pole (No Charge if inspected by Osmose within 12 months) $ 41.29 D Remove and Replace Telephone Co. Steps $ 13.87 E. Dlg up and Locate Underground Cable $ 14.59 F Break up and Replace Concrete $ 29.43 *Add $47.10 to all poles that are from 100 to 300 feet from accessibility of truck. DATE DECEMBER 15, 1992 CITY COUNCIL REPORT TO Mayor and Members of the City Counml FROM Lloyd V Harrell, City Manager SUBJECT' BID #1441 - 800 HP 3-PHASE INDUCTION MOTOR RECOMMENDATION We recommend thru b~d be awarded to the lowest b~dder Shermco m the amount of $43,167 00 SUMMARY: Tins b~d is for the purchase of a replacement 800 horsepower motor to dr~ve the draft force fan for Unit F~ve Boiler at the Mumclpal Power Plant BACKGROUND' Tabulation sheet, Memorandum from J~m Thune, Manager, Electric Production PROGRAMS~ DEPARTMENTS OR GROUPS AFFECTED Denton Mummpal Utility Electmc Production FISCAL IMPACT. Funding for tt~s motor ~s prowded m the 1993 CIP pro~eots for Electric Production Estimated cost was and available funds are $45,000 00 Lloyd V Ha~ City Manager Approved Name TomD Shaw, C P M Title Purchasing Agent a~enda 317 BID # i441 BID NAME 800 HP 3-PHASE INDUCTION SHERMCO IND SOUTHWEST EASTERN MOTOR ELECTRIC ELECTRIC OPEN DATE DECEMBER 1, 1992 APPARATUS # QUANTITY DESCRIPTION VENDOR VENDOR VENDOR 1 1 800 NP 3-PHASE INDUCTION $41,627.00 $43,193 00 $42,417 35 MOTOR TOSHIBA TOSHIBA TOSHIBA Bi ADD TBERMOCOUPLE INTO BEARINO $1,540 00 $1,584 O0 $1,440 00 METAL, BOTH BEARINGS B2. ADD MOTOR HEATERS N/C -0- -0- TO Tom Shaw, Purchasing Agent FROM Jim Thune, Manager, Electric Production DATE December 8, 1992 RE Bid 1441, 800 HP 3-Phase Induction Motor SUMMARY' Concerning the above referenced bid, the Electric Production D~vlsion accepts proposal from Shermco Purchase is recommended based on low qualified bid DETAILS' 1 Bids were received from three vendors for the supply of one(l), 800 H P 3-phase induction motor, quotations as follows Motor T~C Total Shermco $41,627 O0 $1,540 O0 $43,167 O0 Eastern Electrtc 42,417 35 1,440 O0 43,857 35 Southwest Electrtc 43,193 O0 1,584 O0 44,777 O0 Shermco provided low quote for the required supply at $43,167 O0 HISTORY The forced draft fan drive for Unlt Five boller was originally prowded by two Allls Chalmers 800 HP Induction motors The original design provtded adequate servlce for the 3ntended use, However, when the Spencer Statlon began cycling operation ~n the mid 1980's, motor failures became prevalent The Allls Chalmers motors dtd not provtde reltable service under the numerous motor start conditions experienced by the operation Nulttpte failures led to investigation of alternative drtve configurations s~nce mountlng repalr costs were exceeding cost of a new motor In 1987, a replacement motor from Toshiba Corporation was purchased and subsequently installed to the 5-2 drive position The Toshiba drive has provided acceptable service taking all fan starts The remaining Allls Chalmers motor in the 5-1 position has not taken fan starts yet still failed once in 1991 Repair costs for the Allis Chatmers motor exceeded $10,000 O0 The latest failure of the Allis Chalmers motor was attributed to sl~p RPM due to a difference in operating speed between the Toshiba and Allis Chatmers motor Evaluation of the Toshiba drive has been favorable since ~nstallation No Bid 1441 Page Two failures have occurred despite receiving all fan starts, as previously stated Repair costs for the Allls Chalmers will likely exceed the cost of a new Toshiba replacement in 3-6 years RECOMMENDATION. Evaluation of the Toshiba over the past five years indicates the drive is providing acceptable service in the cycling enwronment A replacement motor for the remaining Allts Chalmers is warranted due to mounting repair expanse Funding for the replacement motor was established in the 1993 CIP for Electric Production, Item #93-0251-03 Estimated funding was budgeted at $45,000 O0 This recommendation is for funding to purchase the specified motor at low bid for 3nstallation during our Spring 1993 boiler inspection outage i~ Thu~e, Manager, Electric Product3on cc Jim Harder, Director, Electric Utilities File LII A 6 a XXVI Requis3tion File Attachment CIP Reference PROJ T~TLE UNIT 5 FDF MOTOR REPLACEMENT ESTIMATED COST $45 (x 1000) EVALUATION SCORE 80 GROUP ASSIGNMENT 2 DESCRIPTION Replace Umt 5-1 FDF Drive Current ~nsta[led Alhs Chalmers Drive has failed and requires repair on a frequent bas~s Accumulated star~s on the Alhs Chalmers Drive are damaging to Rotor Bars Continued operation has resulted ~n Ioosemng and damage to stator due to RPM sl~p PURPOSE The Alhs Chalmers drive w~tl be replaced w~th a Toshiba drive similar to Unit 5-2 The Tost~ba has provided aceptable service Repair cost for the Alhs totals approx 10,000 At th~s t~me the Allis Drive would require approx 5-10 K m repair every 2-3 years COST CALCULATION Estimate FUNDING REQUIREMENTS CASH FLOWS/ENCUMBERANCES (In Dollars x 1000) ENC EXP ENC EXP ENC EXP ENC EXP ENC EXP ENC EXP 1993 O N 45 D J F M 45 A M J J A S 1994 O N D J F M A M J J A S 1995 O N D J F M A M J J A S ENCUMBERANCES CASH EXPENDITURE~ BOND REV AIC OTHER TOTAL BOND REV AIC OTHER TOTAL TOTAL 1STYR $0 $45 $0 $0 $45 $0 $45 $0 $0 $45 TOTAL 2ND YR $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 TOTAL 3RD YR $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 GRAND TOTAL $0 $45 $0 $0 $45 $0 $45 $0 $0 $45 ENCUMBERANCE DATES 11/93 PHASE DATE AMOUNT General Purchase FY93 $45 Engmeenng Design Inspectmn Construction Miscellaneous ENCUMBERANCE TOTAL $45 COMMENTS, 3/20/92 8 21 Pg DATE DECI~/IBER 15, 1992 CITY COUNCIL REPORT TO Mayor and Members of the City Council FROM' Lloyd V. Harrell, City Manager SUBJECT' BID # 1446 - TREES CONTAINER GROWN RECOMMENDATION: We recommend tins bid be awarded to the only responding bidder, North Texas Nursery and Landscape at $16 00 per tree Estimated expenditure is $32,000 for 2000 trees SUMMARY: Tins Ind is for the purchase of approximately 2000 trees designated to be given to citizens of Denton for participation in the "Tree Power Program" Tins program was very successful last year we feel that the positive response from the participants warrant a continuation of the program. The Tree Power Program is intended to be a five year 12,000 tree program. B~ds were sohmted from eight (8) prospective local vendors and only one response was received The responding bidder is the same suppher as last year and the price remains the same. Coupons will be distributed to Utility Customers and these individuals w~ll present the coupon to the designated supplier and receive a tree of their choice at no charge be supp.lier w~li submit the coupon to the City of Denton and we in turn pay the supplier for the tree BACKGROUND: Tabulation sheet. PROGRAMS, DEPARTMENTS OR GROUPS AFFECTED: Denton Municipal Utility and the Citizens of Denton FISCALIIMPACT: Funds for continuation of the Tree Power Program were approved in the 1992-93 budget. Account number #610-080-0257-~83 balance is $99,979 14 City Manager Approved. Name Tom D. Shaw, C.P.M. Title Purchasing Agent agenda 319 BID # 1446 BID NAME TREES CONTAINER GROWN N TEXAS NURSERY & LANDSCAPE OPEN DATE DECEMBER 8~ 1992 # QUANTITY DESCRIPTION VENDOR 1 2000 TREES, CONTAINER GROWN AS $16 00 PER SPECIFICATIONS AND SPECIAL TERMS AND CONDITIONS