Loading...
1991-059ORDINANCE NO q/ _a,5_~ AN ORDINANCE ACCEPTING COMPETITIVE BIDS AND AWARDING A CONTRACT FOR THE PURCHASE OF MATERIALS, EQUIPMENT, SUPPLIES OR SERVICES, PROVID- ING FOR THE EXPENDITURE OF FUNDS THEREFORE, AND PROVIDING FOR AN EFFECTIVE DATE WHEREAS, the City 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 recommended that the herein described bids are the lowest re- sponsible 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 SECTION I That the numbered items in the following numbered bids for materials, equipment, supplies, or services, shown in the "Bid Proposals" on file in the office of the City's Purchasing Agent filed according to the bid number assigned thereto, are here- by accepted and approved as being the lowest responsible bids for such items BID ITEM NUMBER NO VENDOR AMOUNT 1210 All Testech Inc $ 28,701 00 1231 1-40 Basic Computer See Exhib it A 1234 All Weff Industries $ 38,961 00 1239 All Temple Inc $ 19,729 00 1240 1,4,5 Priester $ 43,416 00 1240 2,3 Wesco $ 22,610 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 pur- chase 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 ap- proved and accepted items and of the submitted bids wish to enter into a formal written agreement as a result of the acceptance, ap- proval, and awarding of the bids, the city manager or his desig- nated 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, specifica- tions, standards, quantities and specified sums contained in the Bid Proposal and related bid documents herein approved and ac- cepted SECTION IV That by the acceptance and approval of the above numbered items of the submitted bids the City Council hereby autho- rizes the expenditure of funds therefor in the amount and in accor- dance with the approved bids or pursuant to a written contract made pursuant thereto as authorized herein SECTION V That this ordinance shall become effective imme- diately upon its passage and 7;Zy l PASSED AND APPROVED this of a4k.Z, 1991 BOB CASTLEBERRY, ATTEST JENNIFER WALTERS, CITY SECRETARY BY APPROVED AS TO LEGAL FORM DEBRA A DRAYOVITCH, CITY ATTORNEY BY ~l MMIBIT A BID E 1231 I I I BID PERSONAL C(E44TTER IBASIC 0afUTER I AM SOFTWARE I I OPEN 3-7-91 1 I A 1TEE1 W-SCIITPTION I VENWR HARDWALQs & ACCESSORIES: 1 1 Ma MM 80 1 $4,21000 1 2 I PS/2 MMEL 70 386 1 $2,63800 1 3 PS/2 MMEL 5590 1 $2 104 00 1 4 1 PS12 MMEL 3D 286 1 $1,465 00 1 5 1 PS/2 KXIL 25 0 36 1 $1,730 00 1 6 1 LASER PRINTER 1 $1,664 00 1 7 1 mw Prmm 1 $431 00 1 8 1 WT TAPE 80 MB 1 $476 00 1 9 1 TNT DISC DRIVE 5 25" 1 $184 00 1 101 RV DI3C DRIVE ADAPT/A 1 $131 00 1 111 ISM 3270 CONN,4M 80 1 $397 00 1 121 MFM ETPB as IOT80386 1 $00 00 1 131 MATH 00-PRICE MSO.80386 1 $345 00 1 141 STS BOARD 1kM SAP K=381 $234 00 I 151 PS/2 M1U9i 1 $64 00 1 161 COAR DISPLAY PS/2 8513 1 $493 OD 1 171 COAR DISPLAY PS/2 8514 1 $1,07000 1 181 513/2 DL%W ADAPTOR I $699 00 1 191 MM EP COT 8514 1 $2D3 00 1 201 MATH Co-FROG 559C 80386 I $304 00 1 211 12888 m EP NTT 1 $38 OD 1 221 2" 3 5 MIED DISC DRIVEL $340 00 I 231 5 HE mom w 1O7 I N/B 1 241 WC[ 3270 W/3MT9 CARD 1 $516 00 251 LM STS BOAR m FOR I I MI1 3D 2% 8530 1 $240 OD 261 MEN MM418 F96450609MMI $470 00 271 4" 3 5 FM ED DISC MUN I N/B 281 6" FM DMSC DRIVE 1 $806 00 HAMINARE & AC= SUB TOTAL. 921,582 00 SOFTWARE: 291 LOTUS 123 VAR 2 2 I $325 00 1 301 LOTUS 123 VER 3 01 1 $395 00 1 311 LOIM FI MLMCE VER 3 01 1 $309 00 1 321 HARVARD ORMWM VER 2 3 1 $296 00 1 331 LEASE IV VEIL 1 1 1 $463 00 1 341 WO) PERMT 5 1 1 9246 oo 1 351 WD PEWWT 5 1 MAN 1 $246 00 1 361 DOS 4 0 1 $101 00 1 371 DOS 4 O7 1 $101 00 1 381 PC TOLLS VER 6 0 /LATEST 1 $83 00 1 391 NORTON AM UTILTIES 1 $10700 1 401 MH WO16C STATION CONTROL I I I a= LMM VER 1 22 1 9220 00 1 SIkTWAm SUB TOTAL 9218% 00 KUNTFNAE>LE: 411 MAINT ON I= 1 1 9295 OD 421 W= ON ITEM 2 $295 00 431 MAINT ON HEN 3 1 9295 00 441 MAINT ON ITEM 4 1 X95 00 451 MAW ON ITEM 5 1 9295 00 461 MAINT ON ITPD1 6 1 0$100 00 471 MAINT ON LIPM 7 1 IELLID W/CPU 10 DAYS WIMTH CPO WARR MT DATE April 16, 1991 QIT~_CQy$CIJt_REgQ$T TO Mayor and Members of the City Council FROM Lloyd V Harrell, City Manager SUBJECT: BID#1210 - DATA LOGGER RE92NMENDA1121 Council approve award of bid to the low evaluated bidder, Testeeh Inc in the amount of $28,701 00 MNA$Y This bid is for the purchase of a data logging system for Electric Production The equipment and software will support the recording of critical process events regarding operation of the electric production plant The information gathered will be used to evaluate station performance and will provide detailed records of equipment operation $ACKQ$Qy$p Tabulation sheet and memorandum from Jim Thune, Manager of Electric Production PRQQ$A=}___gE$A$~~$$~___Q$___Q$Qy??~___A)$ECT$D Electric Production FlaQAL__IMEAQl Funds are available in the 190 - 191 operating budget acct #610-080-0251-9205 (Steam Plant Equipment) Re4VY ully submitted Harrell lo Harrell City Manager Prepared by _J4-00 Name lanie Harden Title Buyer Approved Name Tom D Shaw, C P M Title Purchasing Agent MH/jh 147 DOC BID 41 BID NAME OPEN DATE 1210 I I I Data Lager I I I Febnwy 28, 1991 I I I I I Im I I I I I EII8LF.1C MrRABXTE I 1 I I I I I DIGITRONICS I I I I I I I I TESTECH I i INC I I I I I I I ITEM I ITEM DESCRIPTION I I I VENDOR 1 I VENDOR I VENDOR I I VENDOR I I I 1 I I IM MU I I *151859 I N/B I I I I 1 $16,292 00 I I I I I I ITEMS 1-4 I 2 IM1USS-DRIVEN GONFIGORATOR I IS~wATTE I N/B I I N/B i I I I ~ 3 I I IuSERR-DESIGNED C7PERATOR I I NIB I N/B I I I ~ I IGRAPHIC DISPLAYS SOF WARE I I I I I I 1 ' 4 I IREATrTDE PROCESS MW I N/B I N/B i I& CONTRaL SOMARE I I I I I 1 5 1 I IDRIVER CARD I I N/B I N/B I x28,407 00 I $20,924 00 I I I I ITEM 5-10 I ITEMS 5-10 6 ITHETHOCOUPLE I/O BOM I I N/B I I N/B I I I I 7 I IDIGITAL ISOLATED I/O BOARDS[ I N/B I I N/B I I I I 8 I 1PCWER SUPPLY I I INCLUDED I I NIB I I I I 9 I [CABLES I I INCLUDED I I N/B I I I I 10 i 1MOUNTING ACCESSORIES 1 1 I N/B I I I I I I 1 Delivery I 15 DAYS I I 21 DAYS I 14 DAYS I 1 30 DAYS I I I I AddendLu Adamledged? I YES I YES I i YES *SEE EXCEPTIONS ALT ALT 1 $23,138 00 $7,777 00 ITEM 2-10 (411-4) FT $41 60 ALT 2 $15,085 00 (411-4) 1, 19ri 'n 7 r 1 , 3Q TO Tom Shaw, Director of Purchasing FROM Jim Thune, Manager of Electric Production DATE March 28, 1991 RE BID #1210, DATA LOGGER Regarding Bid #1210, Data Logger, evaluations are as follows Bid Item Teste ch Metrabvte Diaitronics IBM # 1 - 16,292 16 '292 0 no bid no bid 5859 00 2 - 3 - 1-4 r 2,260 00~ Items 2-4 no bid no bid no bid no bid 4 - no bid no bid 5 - 20,924 00 20,888 00 915 00 no bid 6 - Items 5-10 terns 5-10 16,850 00 no bid 7 - 10,070 00 no bid 8 - no bid no bid 9 - 572 00 no bid 10 - no bid no bid Total - $37,216 0 $23,138 00* $28 407 00* $5859 00* *Incomplete *Incomplete *Incomplete Supply Supply Supply Only one firm, Testech, supplied pricing for all Items of the Specification By combining Metrabyte's proposal with the IBM proposal, the specification can also be satisfied Disregarding Digitronics, due to price and insufficient supply, an evaluation of Testech vs Metrabyte/IBM follows Item Testech Metrabvte/IBM 1 - 7777 00 5,859 00 (IBM) 2 - 3 - Option 01 Items 1-4 2,250 00~ Items 2- 4 4 - 5 - 20,924 00 20,888 D 6 - Items 5-10 Items 5-10 7 - 8 - 9 - 10 - Total - $28,701 00 $28,997 0 Testech supports our requirements in this evaluation also, and based on low evaluated,bid, I recommend accepting their proposal Page 2 Data Logger This order will provide equipment to allow the recording of critical process events, regarding the operation of the Plant The information will be used to evaluate Station performance, analyze pre-trip conditions, monitor critical equipment operation parameters and provide detailed records of equipment operation The order with Testech should include Items 1 - 4 Inclusive $ 7,777 00 (Option 01) 5 - 10 Inclusive 20,924 00 Please contact me if you have any questions regarding this recommendation Thank you, une, Manager of Electric Production JT/ks 03291028 cc Ernie Tullos, Director of Electric Utilities Bob Nelson, Executive Director of Utilities Requisition #126480 DATE April 16, 1991 Se~.~~'_CQg3Sc?Ii_IIEP4BT TO Mayor and Members of the City Council FROM Lloyd V Harrell, City Manager SUBJECT BID# 1231 - PERSONAL COMPUTER HARDWARE, SOFTWARE AND ACCESSORIES HUMMAXPA1121 Council approve award of bid items 1-40 to the overall low bidder on these items, Basic Computer at the unit prices as shown on Exhibit A The hardware and accessories portions of the bid must be awarded to the same vendor because some accessories must be factory installed MMARX This bid is for the purchase of personal computer hardware, software and accessories Purchases will be made during the term of the bid on an as needed basis As of this date the Vehicle Maintenance, Municipal Lab, Library and Customer Services offices have requisitioned purchases totalling approximately $20,500 The bid prices are to remain firm for a period of six (6) months after bid award Bid items #41-47 for maintenance are not being awarded at this time Since the equipment bid is IBM, the 1st year warranty may be upgraded to on-site service for $40 each J1ApjjG,$Ojj.UP Tabulation sheet E R MAM§;___PLEARIM1--_0----2224%,---ALF FMU Vehicle Maintenance, Municipal Lab, Library, Customer Service F1§.PAL_.1MPA4.T Purchases are to made from the 190-V91 budgeted funds of the requesting departments Respec uy submitted loy V Harrell City Manager Prepared by - 4==J-------- Name Me is Harden Title Buyer Approve Name Tom D Shaw, C P M Title Purchasing Agent TS/,jh 152 Doe BID A 1231 BID PERSOYAL CG"4M AND SCFEi0.18 TEN 3-7-91 I I I ! !BASIC MUM I C34000M ! ! 1 I I CCMPO ADD cav11 FM ! I I ! ! I I IBM a I Him DESCPIy= I vmm I VENDOR I VENWR I VE6IDOR Vu= I 1 I HRADAUM & ALCES.SDKMt PS/2 MMEL 80 1 $4 210 00 1 $3,665 00 1 NB 1 $4,449 00 i $3,461 00 1 2 1 Ps/2 11m 70 386 1 $2,638 00 1 (2,775 00 1 NB 1 $4,689 00 1 $2,989 00 1 3 1 PS/2 MME 55SY 1 $2,104 00 1 92,197 00 1 NB 1 $2,665 00 1 $2,075 00 1 4 1 PS/2 mmEL 3o 286 1 $1,465 00 1 $1,21900 1 NB 1 $1,645 00 1 $2,937 OD 1 5 1 PS/2 MM 25 0 36 1 $1,73D 00 1 $1,810 00 1 NB 1 $1,199 00 1 $1,949 00 1 6 1 LASER PFM= $1,664 00 1 $1,850 00 1 NB 1 $1,899 00 1 $2,749 00 1 7 1 EP3CN PRIM $431 00 1 $630 00 1 NB I NB NB 1 8 1 = TAPS 80 ME I $476 00 I 00 I NB I 4509 00 I $627 00 I 9 I INT DISK mm 5 25" I $184 00 1 $195 00 1 NB 1 $225 00 I $256 00 1 101 W DIE MO ADAPT/A I $131 00 1 $139 00 1 NB I $159 00 1 $151 00 1 111 M 3270 OMMM 80 1 $397 00 1 $399 00 1 NB I $464 50 1 $467 00 1 121 MEN EIO9 218 M80386 I 453D 00 1 $260 00 1 NB 1 $275 DO 1 $347 00 1 131 M41R Co-PROF 180-0386 1 $345 00 1 $360 00 1 NB $379 00 1 $861 00 1 141 =9 BOMB MEM ESP 1=381 $234 00 1 $260 00 1 NB I $929 00 1 $179 00 1 151 M/2 M719B $64 00 1 $70 00 1 NB i $68 00 1 $101 00 161 CQAA DYSPLRY PS/2 8513 1 $493 00 1 $515 00 1 NB I $531 00 1 $486 00 1 171 =,OR DIZZ P312 8514 1 $1,070 00 1 $1,119 00 1 NB I $1,146 75 1 $1,048 00 1 181 SYS/2 DYSMM ADAPTOR I $699 00 1 $735 00 1 NB $149 00 1 $301 00 1 191 M@1 W ETT 8514 1 $203 00 1 $190 00 1 NB I $225 00 1 $945 00 1 201 MATH co-PAOC 59 80386 1 04 00 1 $282 00 1 NB I $299 00 1 $557 OD 1 211 12803 HM EIS K= I $38 00 1 450 00 1 NB I $39 00 1 $36 W I 221 2018 3 5 FM DISC MWI $340 00 1 $415 OD 1 NB i 4599 00 1 4596 00 1 231 5 18 HKIM EAP EIT I NB 1 $929 00 1 NB I NB I $875 OD 1 241 WCC 3270 W/3278-79 CM 1 $616 00 1 NB I NB I $836 99 1 $882 00 1 251 I @e SYS BOAR MEM FOR 1 MDD 3D 286 8530 1 I $240 00 1 I $473 00 1 I NB i I 9925 00 i 1 $900 00 I 261 M@1111N418 POil6NA609CAMI $470 00 1 $42(1 00 1 NB I $960 00 1 $693 00 1 271 4018 3 5 FMIM MW 13=1 NB 1 $475 00 1 MB 1 N/B I $487 00 I 281 6" FMMD DIED DRIVE I 4506 00 ! $'560 00 1 NB I NB I $100 00 1 HAR0NRI8 & AOI.RSS SOH TCML $21,582 00 $22,479 00 NB $25,865 24 $27 665 00 291 9@TWARB7 L= 123 VER 2 2 I $325 00 1 $330 00 1 $383 00 I $329 00 I $364 00 Sol LOR13 123 VER 3 01 I $395 00 1 $385 00 1 $112 00 1 $421 95 1 $347 00 311 LO11E FaEJAN:& VER 3 01 1 $309 00 1 $305 00 1 $328 00 1 $319 95 1 NB 321 HARVARD GRAPFIICB VER 2 3 1 $296 00 1 9305 00 1 $m 00 1 $299 00 1 NB 331 (EASE N VIDI 1 1 I $463 00 1 $485 00 1 $474 00 1 $489 95 1 N/B 341 MOM) PELT 5 1 1 $246 00 1 $235 00 ! $251 00 1 $259 00 ! $34'1 00 351 WORD PERF= 5 1 1>EIM I $246 00 1 $255 00 I $160 00 1 NB i NB 361 DOS 4 0 1 $101 00 1 $105 00 1 NB I N/B I $116 00 371 009 4 01 I $101 00 1 $105 00 1 Na I $122 95 1 $116 00 381 PC TOMS VER 6 0 AA= 1 $83 00 1 $85 00 1 $8D 50 1 $89 00 1 $104 00 391 NMW ADP UMLT3M 1 $107 00 1 $113 00 1 $116 00 1 $115 00 1 NB 401 D3M $ADAE STATION Q ffM I I I I I @JTRY LEM VER 1 22 1 $220 00 1 4319 00 1 N/B 1 $269 00 1 $273 00 SMTWA18 SOB TOM $2,892 00 $3,047 00 $2,494 50 $2,71480 $1,66700 (3 ND BTDS) (2 NO BIDS) (5 No RIDE) 411 MA M1TNANIM: MANT C8 ITEM i I $295 00 1 +$100 00 1 NB 1 4533 88 1 $650 DD 421 MAn?T oN nm 2 1 9295 00 1 "$100 00 1 NB 1 $5Q 68 1 $150 00 431 w= cH nw 3 1 $295 00 1 "$100 00 1 NB I $319 80 1 $260 00 441 MAINE C$1 n34 4 1 $295 00 1 ;$100 00 1 NB I $197 B8 1 0000 451 MA= R! ITPI4 5 1 $295 00 1 *$10D 00 1 NB 1 $143 88 1 $210 00 461 MAINT CN TIEM 6 1 "$100 00 1 "$100 00 1 NB I 9221 88 1 $310 00 471 MARIP CN TT51 7 1 INCLID WIM I "980 00 1 I NB I NB I NB I I I DMXM 1 WARRANTY I 10 DAYS 1 10 DAYS 1 10 DAYS 1 10 DAYS 1 15 DAYS I rdm CPO ! "1 ST YEAR I I WARRANTY 1 Ml-= wm i DATE April 16, 1991 TO Mayor and Members of the City Council FROM Lloyd V Harrell, City Manager SUBJECT BID #1234, 16 FT DIESEL RIDING MOWER R92gKPKXRA112X Council approve award of bid to the low bidder meeting specifications, Weff Industries, for a total of $38,961 00 (Base bid $38,326 00 plus $635 00 for optional compressor controlled seat) UMNAPY This bid is for a motorpool replacement of a 1982 mower used in park & grounds maintenance throughout the city PAOURDREPs Tabulation sheet Memorandum from Bob Tickner M,QAAH§ _-PE£AETEEE7---QP___SaR.M2___AEEEScT_ED Park and Recreation E;E,QAE-.tlEA4T This purchase was authorized in the 901 - 91' budget and is to be funded with CO Funds Acct# 720-004-0020-8707 Respe ul/l/y subm tted v Cloy V Harrell City Manager Prepared by Name Mnie Harden Title Buyer Approved Name Tom D Shaw, C P M Title Purchasing Agent TS/jh 144 DOC BID # 1234 I I I I I I I I I I I I BID NAME 16' Diesel Riding Mower I JACOBSEN TURF I GOLDTHWAITE'S IWEFF INDUSTRIESI 1 & COMMERCIAL I I I I 1 I I OPEN DATE March 28, 1991 I I I 1 ! I I I I I 1 1 QTY I ITEM DESCRIPTION I VENDOR I VENDOR I VENDOR I I I I ! I 116' DIESEL RIDING MOWER I OPTIONS (ADD/DEDUCT) !Deluxe compressor controlled 1 air ride seat ! !Turbo charged 100 hp diesel I engine I I I Warranty (Months or Hours) I 1 Delivery I I * 1 ' 1 $39,322 00 1 $39,480 00 1 $38,326 00 1 1 I ! ! 1 +$635 00 1 I I i ! I------------------------------------------------ 1 I 1 1 I I ! TOTAL OF $40,321 00 11 YR ALL PARTS 124 MOS OR 1500 I 12 MOS & LABOR 1 HOURS I------------------------------------------------ 1 1 1 1 14-21 DAYS I 10-21 DAYS ! 30 DAYS I---------------l---------------I---------------1 I ! 1 * BRAKES-DISC ! HOWARD PRICE I I OPTIONS 1A H180T I 1 I 16 5' CUT I #4TIRES&WHEELS ! I I ! ! 1 ! REAR & FRONT 1 1 I I EXCEPTIONS I i--------------- 1--------------- 1--------------- I C/TY of DENTON / 215 E McKinney / Denton Texas 76201 M E M O R A N D U M TO Tom Shaw, Purchasing Agent FROM Bob Tzckner, Superintendent of Parks DATE April 2, 1991 SUBJECT Recommendation on Mower Bid #1134 We have reviewed the bids received on Mower Bid #1234 and wish to recommend the low bid meeting specifications of Weff Industries, Irving, Texas, for a Howard Price 180T, 16 5 foot diesel riding mower with optional seat at $38,961 The next two bids received were from Jacobsen Turf $39,322 Goldthwaite's of Texas, Toro $39,480 We currently are operating two of the Howard Price 180 mowers This new unit replaces the 1982 model These mowers have provided us very efficient and effective service in our park maintenance operation Please advise if more information is necessary d Robert K Tickner PARKS237 DATE April 16, 1991 CITY CPEEC!L-REPORT TO Mayor and Members of the City Council FROMi Lloyd V Harrell, City Manager SUBJECT BID #1239 - AIR SWITCHES RECQHHENRA112E We recommend this bid be awarded to the lowest bidder meeting specification, Temple Inc in the total award amount of $19,729 00 MHARD This bid is for the purchase of (6) vertical pole top air switches, (2) horizontal conversion kits and (3) crossarm air switches The optional motorized switch, tab sheet item 2A, will not be purchased at this time These units are replacement of warehouse inventory stock and are to be utilized by the Electric Distribution Division in maintenance and new construction of overhead electric lines The lower prices offered by Cummins and Wesco fail to meet specification as outlined in the memo by Don McLaughlin Electric Engineer dated 4-9-91 DAC1j_CCROUND Tabulation sheet, Memorandum from Don McLaughlin dated 4-9-91 PRQQRAjIE,_DEPARTHE13T_OR_CROUPSL_AFFECTEj) Warehouse inventory and Electric Distribution FT$CA],_IHPACT 1990-91 budget funds for working capital inventory purchases acct # 710-043-0582-8708 Respectf lyy/submitted - K- L oyd Harrell city anager Approved - _~j Name Tom D Shaw, C P M Title Purchasing Agent TS/,jh 146 DOC BID # 1239 I I I I BID I NAME Air Switches I 1 I CUMMINS I I TEMPLE I WESCO I OPEN DATE March 28, 1991 I I ! I I I I 1 1 ' ITEMIQTYI ITEM DESCRIPTION I VENDOR I VENDOR I VENDOR 1 1 6 1VERTICLE POLE TOP AIR I ! I I 1 SWITCHES I $1,629 00 1 $2,224 00 1 $1,975 00 !Option I-- 1A ! 2 !CONVERSION KITS--MAKING I ! ! ' I AIR SWITCH HORIZONTAL i I NIB ! $50 00 1 NIB 2 1 3 1CROSSARM AIR SWITCHES 1 i I 1 I $1,629 00 1 $2,095 00 1 NIB ' !Option 2A ! 3 !MOTORIZED OPERATION 1 , ! ! CROSSARM AIR SWITCHES ! NIB 1 $6,261 00 1 NIB I ! (per specs) I-- I I I Delivery ! I-- I 65 DAYS ! I ! 42-56 DAYS I ! 6-8 WEEKS MFG I I - KEARNEY I I-- BRIDGES I I -------------I ABB I I 145, -9 7 J~ CITYof DENTON MUNICIPAL UTILITIES / 901 A Texas Street/ Denton TX76201 M E M O R A N D U M TO Denise Harpool, Senior Buyer FROM Donald L McLaughlin, Electric Engineer Administrator DATE April 9, 1991 SUBJ BID EVALUATION 1239 - AIR SWITCHES Please award the bid to Temple I (6) Vertical pole top air switches $2224/ea $13,344/total II (2) Horizontal conversion kits S50/ea $100/total III (3) Crossarm air switches $2095/ea $6285/total Grand Total $19,729 Temple was the only distributor to bid all three items Four distributors no bid the entire bid Two distributors bid on the pole top switch only Electric Engineering feel the bid should be awarded to Temple for the following reasons I Lack of exposed linkage on Bridges Switches II No linkage adjustments are required by the Bridges Switches in the field III Ability to use the switch either in the vertical or horizontal position with the purchase of a $50 conversion kit IV Future motorization options available in the Bridges Switches DLM th t 04081210 cc Ernie Tullos, Director of Electric Utilities Ralph Klinke, Superintendent of Electric Distribution DATE April 16, 1991 Q3~%_QDii13Q~L_~E€ofi~ TO Mayor and Members of the City Council FROM Lloyd V Harrell, City Manager SUBJECT BID# 124 0 DISTRIB UTION TRANSFO RMERS $EQQMMENDATION We recomme nd this bid be awarded to the lowest bidder for each item as follows ITEM QTY DFI Qs yEDDQ$ PEKE TOTAL 1 4 500 KVA PM PRIESTER $6119 $24,476 00 2 1 300 KVA PM WESCO $4610 $ 4,610 00 3 5 150 KVA PM WESCO $3600 $18,000 00 4 20 50 KVA OH PRIESTER $ 573 $11,460 00 5 20 25 KVA OH PRIESTER $ 374 1-1,4HAR TOTAL AWARD $63,326 00 MMAgg This bid is to replace normal inventory stock requirements for various size of electrical distribution transformers The transformers will be utilized by the Electric Distribution Division for maintenance and new construction $ACEQ$QygD Tabulation sheet EHQUAMa+DEPARIMPARM QRSafl 2MAMQ1 ED Electric Distribution Division E.1EQAL_3MFAQ.T 1990-91 budget funds for Electric System Plant and Equipment-Line transformers account number #612-080-RB90-9222 4Respe fu/l~ly submitted v L1 d V Harrell City Manager Approved Name Tom D Shaw, C P M Title Purchasing Agent TS/ jb 148 DOC PAGE 1 of 2 BID # 1240 BID NAME Distribution Transfbrmars I PR1ESTE'R I I WFM I I VAN TRANS I I I TBORI M I I OPEN DATE M3roh 28, 1991 I I I I I I I I I I ramigtYl ITEM DESCFLTMCN I I I VENDOR I I VENDOR I I VENDOR I I I VENDOR I I _ _ 1 1 4 1500 KVA P M TRUMR9R I $6,119 00 1 $6,310 00 1 $7,566 00 1 $6,874 00 1 I I I ALT $6593 00 I I I I I I I 2 1 1 I 1300 KVA P M TRAISO M I------ 1 $5,108 00 I- 1 $4,610 00 - 1 $5,936 00 1 - $5,056 00 1 1 I 3 1 5 1 1150 KVA P M TRANSFUNR 1 $3,765 00 1 $3,600 00 - 1 $4,076 00 1 - $3,711 00 1 1 I 4 120 I 150 KVA CONVMMOK L 0 H I I I I I I I I TRIQUOR1ER I I $573 00 1 $656 00 1 $1,068 00 1 $759 00 1 -I 5 120 125 KVA CONVENTIONAL 0 H I I I I I I I TRANR I $374 00 1 $436 oo 1 $113 00 1 X48 OO 1 I I I COOPER POWER I I I HOWARD I I I MANUFACTURER I SYSTEM I ABB I VAN TRAN I BU STRIFS I I I I I I I I 110-12 WKS #1-3 1 - 13 M #1-3 1 I I I DELIVERY I I - I ■ 1 8-1OWKSAPA5 I 10 WKS #4&5 I I I 1 I IATTACHED LOAD LOSSES? (Y/N) I I YES I I I YES I I i I YES I I I I YES I -I - 1010-12WKS #1&3 1 M5-7WKS #1 1 I I I 13-15WKS Y12 18-10WKS #1A I I I 18-10WKS #40-5 1 10-12WKS #2 1 1 1 1 1 8-10 WKS #3 1 1 I I I I 9WKS #485 I 1 I I I I I PAGE 2 of 2 BID # 1240 BID NAME Distribution Transfbrmrs OPEN DATE March 28, 1991 ICU"S SUPPLY 1 I I ODCM CO 1CENTRAL MQANEYI TEMPLE 1 C/O BYRON I I JOHNSON i (A) (B) I I 1 I POLELINE I I ITEMIQTY! ITEM DESCRIPTION I VENDOR I VENDOR I VENDOR i VENDOR i VENDOR I 1 1 4 1500 KVA P M TRANXOMER I $6,869 00 1 N/B i N/B 1 $6996 / $7895 1 $6,820 00 1 ---I I 2 1 1 I 1300 KVA P M TRANWOMER I- I $5,559 00 1 NIB I N/B 1 $5960 / $6458 1 $5,549 00 I , 3 1 5 1150 KVA P M TRANWORIER 1 $3,806 00 i N/B i N/B 1 $4387 / $5664 1 $3,795 00 I I-------- ---------I 4 120 150 KVA CONVENTIONAL 0 H i I I i i I I I TRANSFORMER i $778 00 1 $749 00 1 $748 00 1 $791 / $838 1 $756 00 I 5 120 125 KVA CONVFSPTIONAL 0 H 1 1 I I I 1 TRAM1MER I $536 00 1 $518 00 I $528 00 1 $561 / $538 1 $570 00 1 I i I PAUWEIS #1-3 1 PAUWEUS #1-3 I MANUFACTURER I UNITED IM5 I UNITED fk4&5 I MOLANEY iG E /MAQMC I KUHLMAN 114&5 1 _-------I I 1 I i I-------- 1 1-3, 14-16WKS I I 120-22WK/12-14WKI I i DELIVERY 1 4&5, 8-10WKS I 56-70 DAYS 1 70 DAYS 111-13WK/4-5WKS 1 14 - 16 WKS I (ATTACHED TOAD LOSSES? (YIN) I YES I YES I YES I YES / YES i YES I