Loading...
1990-1162651L-1/3689 ORDINANCE NO. ?V116 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, equip- ment, 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 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 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" on file in the office of the City's Purchasing Agent filed according to the bid number assigned thereto, are hereby accepted and approved as being the lowest responsible bids for such items: BID ITEM NUMBER NO. VE14DOR AMOUNT 1116 All Eagle Specialty Brush $92,586.00 1130 All Idea Courier $88,200.00 1131 All IBM $21,200.00 1133 All Priester Supply $26,054.00 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 accor- dance 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 accep- tance, 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 bid 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 01 day of , 1990. Al BOB CASTLEBERRY, MA R ATTEST: JENNIFER WALTERS, CITY SECRETARY BY: APPROVED AS TO LEGAL FORM: DEBRA A. DRAYOVITCH, CITY ATTORNEY BY: ' PAGE TWO DATE: August 21,1990 CITY COUNCIL REPORT TO: FROM: SUBJECT: Mayor and Members of the City Council Lloyd V. Harrell, City Manager RFP #1130 - CRT'S, CONTROLLER, PRINTER SYSTEM RECOMMENDATION: We recommend this RFP be awarded to the lowest and most responsible bidder IDEA COURIER for the CRT'S and Controllers in the amount of $61,575.00 purchase price funded over a 60 month payout period for total cost of $88,200.00. We are also recommending the outright purchase of: (3) Slave printers at: $385.50 (1) 18 part remote controller at: $6,030.75 (1) 9345 400 LPM Printer at: $7,020.00 TOTAL $14,207.25 The Data Processing Advisory Board recommends approval. SUMMARY: This request was for proposals to replace the obsolete CRT'S, controllers and printers connected to the IBM 4381 mainframe. Tile proposal consisted of prices and suggested replacements for 56 terminals 4 controllers, 7 printers, and conversion of 2 other controllers. BACKGROUND: Comparison of the two responses IDEA Courier and IBM Exert from Data Processing Advisory Board Agenda Packet (Item #6). PROGRAMS, DEPARTMENT OR GROUPS AFFECTED: Information Services, all other departments of the City of Denton. FISCAL IMPACT: Funds for this purchase will come from budget funds for purchase of Data Processing Equipment: 1. (3) Slave printers 100-040-0022-9103 $1,156.50 2. 18 part remote controller 100-036-0017-9103 $6,030.75 3. 9345 400 LPM Printer 710-043-0582-9103 $7,020.00 4. CRT's, controller and printer system Lease/Purchase Account 100-036-0017-8509 $88,200.00 CITY COUNCIL REPORT AUGUST 21, 1990 PAGE 2 of 2 Prepared by: Name: Tom D. Shaw, C.P.M. Title: Purchasing Agent Respectfully submitted: " Z' zz LLloy4f V, ar e City Manager TS/jh 048.DOC REPLACEMENT EQUIPMENT UNIT TOTAL CURR EQUIP CURR EQUIP IDEA COURIER BID UNIT TOTAL MONTHLY MONTHLY 1ST YR 1ST YR 5 YR 5 YR ITEM QTY PRICE PURCHASE HAINT LEASE TOT COST HAINT TOT COST NAIHT CST HONOCHROME TERMINALS t 50 696.50 34,825.00 7.00 705.00 8,460.00 8,365.20 50,700.00 51,070.38 It PORT REMOTE CONTROLLER tt 1 3,332.00 3,332.00 15.50 68.97 827.64 940.80 4,882.20 5,743.68 36 PORT REMOTE CONTROLLER tt 1 10,110.75 10,110.75 27.10 209.29 2,511.48 1,502.40 13,858.20 91172.30 36 PORT LOCAL CONTROLLER tt 1 12,150.75 12,150.75 29.20 247.36 21968.32 2,539.20 16,243.20 15,502.07 13001-P SLAVE PRINTER tt 3 385.50 1,156.50 7.50 - - 23.94 287.28 918.12 2,516.40 51605.21 TOTALS 56 26,675.50 61,575.00 - 86.30 11254.56 15,054.72 14,265.72 881200.00 87,093.65 MONTHLY DIFFERENCE 65.75 18.44 t 3 YEAR WARRANTY t4 1 YEAR WARRANTY ADDITIONAL EQUIPMENT OUT RIGHT PURCHASE IDEA COURIER BID UNIT TOTAL ITEM QTY PRICE PURCHASE 13001-P SLAVE PRINTER tt 3 385.50 1,156.50 18 PORT REMOTE CONTROLLER tt 1 60030.75 6,030.75 9345 400 LPN PRINTER ttt 1 7,020.00 7,020.00 5 13,436.25 14,207.25 tt I YEAR WARRANTY ttt 4 MONTH WARRANTY REPLACEMENT EQUIPMENT - UNIT TOTAL CURE, EQUIP CURR EQUIP IBM BID UNIT TOTAL MONTHLY MONTHLY 1ST YR 1ST YR 5 YR 5 YR ITEM QTY PRICE PURCHASE HAINT - LEASE - TOT COST NAINT TOT COST HAINT CST MONOCHROME TERMINALS 3472 56 904.00 50,624.00 5.40 - - 1,081.85 12,982.18 8,365.20 79,426.09 51,070.38 8 PORT REMOTE CONTROLLER 91R 1 3,219.00 3,219.00 11.25 68.79 825.49 940.80 4,667.45 5,743.68 32 PORT REMOTE CONTROLLER IIR 1 10,274.00 10,274.00 16.06 219.56 21634.70 1,502.40 13,944.37 9,172.30 32 PORT LOCAL CONTROLLER 111, 1 13,503.00 13,503.00 17.64 288.56 31462.75 21539.20 18,160.48 15,502.07 4224 TERMINAL PRINTER 5 3,395.00 16,975.00 30.00 362.76 41353.12 918.12 28,965.61 5,605.21 64 31,295.00 94,595.00 80.35 21021.52 24,258.24 14,265.72 145,164.01 87,093.65 ALL ITEMS HAVE A 1 YEAR WARRANTY MONTHLY DIFFERENCE 832.71 967.84 ADDITIONAL EQUIPMENT OUT RIGHT PURCHASE IBM BID UNIT ITEM QTY PRICE DISPLAY ATTACHED PRINTER 3 462.00 4234 410 LPN PRINTER 1 7,112.00 16 PORT REMOTE CONTROLLER 1 6,879.00 5 14,453.00 TOTAL PURCHASE 1,386.00 + 7,112.00 6,879.00 15,377.00 BACKGROUND INFORMATION for Item 6 Most of the CRTs, Printers and Controllers are from 5 to 9 years old. Especially in the case of the printers the failure rate is becoming more frequent and our maintenance costs have been escalating at approximately 10 percent per year. Due to new technology and reliability some of the manufactures are now offering 3 year warranties on the CRTs. With these factors in mind we sent out an RFP to the vendors for new CRTs, Printers and Controllers. The attached analysis shows the cost breakdown between the two vendors that responded and the overall cost allocation over a 5 year period with the assumption that the replacement equipment would be placed on a 5 year lease purchase agreement. The lowest bid on this equipment was from Idea Courier. With their proposal we could replace all of the listed equipment for increased cost of $18.44 per month over what we would pay for maintenance on the current equipment over the next 5 years. This additional monthly cost of $18.44 seems to be a very small price to pay when we can replace old equipment with new equipment with better technology. Additionally there exists a need for additional equipment that has been budgeted in various departments budgets. Again the low bidder on the new equipment was Idea Courier. The attached cost analysis shows the difference between the two vendors responding to the RFP. SUN FINANCIAL Group, INC_ EXHIBIT E to STATE AND MQNICIPAL LEASE/PURCHASE AGREEKKRT CERTIFICATE OF RESOLUTIONS I, Jennifer Walters , do hereby certify that I am the duly elected, or appointed and acting Secretary Clerk of the City of Denton, . 'texas , an agency duly organized and existing under the laws of the State of Texas ^ (the "Lessee"), and that the following resolutions have been presented to and duly adopted by the Denton City Council at a meeting duly and regularly held and convened in accordance with applicable law on the 21st day of August 19 90 WHEREAS, the Lessee is entering a State and Municipal Lease/Purchase Agreement ("Lease") dated August 21 , 19 90 , with Sun Financial Group, Inc'. WHEREAS, Lessee has carefully reviewed its financing requirements for the current calendar year and reasonably expects that it will not issue more than ten million dollars ($10,000,000) of tax-exempt obligations during the calendar year; NOW, THEREFORE, be it RESOLVED, that the Lessee be, and hereby is, authorized to enter into the Lease with Sun Financial Group, Inc. for a period of 60 months, and be it further RESOLVED that Gary A. Collins, Dir. of Info. Serv. Name Title Specimen Signature an official of the Lessee be, and hereby is, authorized, empowered, and directed to sign on its behalf the Lease and any addenda, schedules, notes, UCC financing statements or other instruments issued under the provision of the Lease and any other instrument or document which may be necessary or expedient in connection with agreement upon or fulfillment of the provisions of the Lease. RESOLVED, that pursuant to Section 265(b) (3) of the Internal Revenue Code of 1986, as amended, this Lease be and hereby is designated a "qualified tax-exempt obligation" includable within the ten million dollars ($10,000,000) of the aggregate issues designated as "qualified tax-exempt obligation" for the calendar year within which this Lease is entered into. RESOLVED, that Lessee shall not designate more than ten million dollars ($10,000,000) of tax-exempt obligations during thd• current calendar year as qualified tax-exempt obligations and Lessee, together with all its subordinate entities, does not reasonably expect to issue more than ten million dollars ($10,000,000) of tax-exempt obligations during the calendar year. IN WITNESS WHEREOF, I have duly executed this certificate and affixed the seal hereto this 31st day of August 19 90 . Lessee: City of Denton -(Municipal Entity By: S'g atur of Secretary/clerk) Jennifer Walters rinte ame 1o-11('e FEB 1 81991 CITY of DENTON, TEXAS MUNICIPAL BUILDING / 215 E. McKINNEY / DENTON, TEXAS 76201 MEMORANDUM DATE: February 14, 1991 TO: WHOM IT MAY CONCERN: FROM: Lloyd V. Harrell, City Manager SUBJECT: SUN FINANCIAL LEASE AGREEMENT Gary Collins is duly authorzied to sign the lease agreement. v. l yd V. Harrell City Manager JFMcG:af 5645F 8171566.8200 D/FW METRO 434-2529 DATE: August 21,1990 CITY COUNCIL REPORT TO: Mayor and Members of the City Council FROM: Lloyd V. Harrell, City Manager SUBJECT: BID #1116 - STREET SWEEPER RECOMMENDATION: We recommend this bid be awarded to the lowest bidder meeting specification, Eagle Specialty Brush, in the amount of $92,586.00. SUMMARY: This bid is for the purchase of a vacuum type street sweeper. The unit recommended is a Johnson Sweeper mounted on a Ford Chassis. It will replace a Ravo Sweeper that is no longer economical to repair. The old unit has major mechanical problems and is badly worn. As of today $75,034.00, has been spent on maintenance for the 1986 Model Ravo Sweeper. It is currently out of service and will require an estimated $12,000.00 in engine and transmission work to become operable. It is our intent to list it for sale at the next Surplus Auction schedule for September 18, 1990. The bid offered by STM Equipment is for an Elgin Whirlwind Sweeper. It fails to meet the requirement of an in-dash factory installed air conditioner. The unit they offered is a roof mounted unit making the entire sweeper too tall and exposing the air conditioner to tree limbs and other obstacles. By design and intent, a sweeper operates along curbside. Denton has many attractive treelined streets that would not be accessible with the roof mounted air conditioner. Due to heat, noise, and dusty conditions, an air conditioner cab is essential to the efficient operation of any street sweeper and greatly contributes to the health and safety of the operator. Due to the few dollars difference in the two units meeting specification a very complete evaluation was preformed. The Johnson Sweeper offers a superior warranty, increase fuel efficiency, on site repairs, engine compartment sealed from sweeping area, stainless steel water systems and several other items listed as options on other machines are standard equipment on the Johnson Sweepter. BACKGROUND:Tabulation Sheet (See tab sheet for list of adders and deducts listed on bids to make machines basically equal for evaluation process). CITY COUNCIL _REPORT August 21, 1990 Page 2 of 2 PROGRAMS, DEPARTMENT OR GROUPS AFFECTED: Fleet Operation Department, Drainage Section of Community Service Department of Utility Division. FISCAL IMPACT: Funds for the purchase of this unit will come from. Certificates of obligation previously approved by Council for the purpose of purchasing Motorpool Equipment. Respectfully submitted: U L1066 V. Harrell City Manager Prepared by: ~ i '1 Name: Tom D. Shaw, C.P.M. Title: Purchasing Agent TS1j Yi 032.DOC ~ro o m to n - d d o z >D zz 1-• H H - - - - - - - - - - - - - - - - - - - - - - - - - - - k tri w 9 O o z y H C C+] z H O I C H ts7 rn LTJ H 7d w W z ; H - H O N FC H H CI z In 0 O En FC to H ~ d ci $ ' t p d H IT] tr1 U) 0 y z > > H ° lb In ~ H Z En x t1i tlj H C 0 t7i I I O t1 t~ z n z - 0) t~ C) H I O ~10 o 0 O LFI > In ~c ~ o 0 0 z z z n n n H 0 0 z z ` \ \ O n n ul vi 0 0 0 C) O C [r] z ~-3 6 O zzHH T1 ~ t to ~z3 r - - >F - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - H w < + + + C cn z x rn w ° ~ c O ti t~ kD W H n O n ul O r r0 > N N J A. to •C ~'1 H F4 • iP m O O rn O • • . O O O O O O O O O O O O O ~F - N lD I O ' Lt 1O c ro H to + w hi U] N z z z O (,n \ \ \ Ul H G~ Cn d 00 00 n n N n to m > m ,K7 r cn F< o O C) C) H~ cn o 0 0 0 0 0 0 0 J C) -V~ 1 00 co C 10 co w m a t' N z \ Z Z Z H o n n n n n N o y > o r~ cn o o H y 0 0 - - - - - - C) - - - - - - - - I H 0 0 0 x ;zJ H FC DATE: August 21,1990 CITY COUNCIL REPORT TO: Mayor and Members of the City Council FROM Lloyd V. Harrell, City Manager SUBJECT: RFP #1131 - MAINTENANCE OF PC'S AND RELATED EQUIPMENT RECOMMENDATION: We recommend this proposal be awarded to IBM in the amount of $21,200.00 The Data Processing Advisory Board recommends approval. SUMMARY: This proposals for the annual contract for the on site maintenance of all PC's, monitors, and related equipment in the City of Denton. Currently 62 personal computers with monitors will be covered under this contract. The price offered by IBM is based on their MRSA Maintenance Pricing. This gives us a 5 year maintenance and is only available for PC's to those customers with a mainframe MRSA agreement in place. This agreement extends discounts of 20 to 30% off of the normal maintenance cost quoted by I.B.M. BACKGROUND: Exert from Data Processing Advisory Board Agenda Packet (Item #4), Proposal Cover Letter, Equipment List, MRSA Maintenance Pricing. PROGRAMS, DEPARTMENT OR GROUPS AFFECTED: All departments in the City of Denton. FISCAL IMPACT: Funds for this service will come from budget funds set aside by the various departments for maintenance of office equipment. Each department paying for the machines assigned to that department. IT.L Prepared by: Name: Tom D. Shaw, C.P.M. Title: Purchasing Agent TS/jh 049.DOC Resp ctfully submitted: oyd V. Harrel City Manager BACKGROUND INFORMATION for Item 4 Over the past 6 years the City of Denton has acquired approximately 62 personal computers of various models. At the last DP Advisory Board meeting the motion to recommend a maintenance contract for these PCs died due to a lack of a second. At the time the board discuss the possibility of having the Information Services Department assumed the responsibility for maintaining and repairing these PCs or going on a time and material basis for repair. At that time I explained to the board that I had requested a 'PC Analyst position in the current year budget and that position was denied. Therefore I did not have the staff, expertise, or parts inventory to adequately provide this service to the other departments. Again this year I requested a PC Analyst position and again this year it has been denied. Since the last board meeting the City has placed 4 PCs on maintenance contract due to the critical nature of the work performed on these machines or due to the PC becoming in operable and the time and material basis was much more expensive than the maintenance contract. In analyzing our situation, I feel that the maintenance contract has the least impact on the various departments' budgets since it is a fixed cost once a year and the departments can plan for this expense. Due to the tight budget conditions that the City has been experiencing in the last few years it has become very difficult for managers to find funds for unexpected expenses. I feel that maintenance contracts on this equipment are very similar to insurance policies and give the City a protection from unexpected costs and/or the nonuse of piece of equipment that has become an essential part of our operations. PROPOSAL COVER LETTER The offerer proposes to provide on-site maintenance for the PCs identified in Attachment A belonging to the City of Denton. Equipment will be covered between the hours of 8:00 a.m. to 5:00 p.m. five days per week Monday through Friday in accordance with the specifications provided in the REQUEST FOR PROPOSAL date 7/~ 24/90 and further agrees to bind himself/herself on acceptance of his/her proposal by the City to execute a contract for service specified therein. Total lump sum price for this Contract (as shown on the Proposal Price Summary) shall be written in words and numbers in the place provided below: TOTAL LUMP SUM CONTRACT PRICE: Twenty-one thousand one hundred and twenty DOLLARS AND NO CENTS 21,120.00* ) COMPANY NAME OF OFFERER: IBM Corporation ~i SIGNED BY: Linda M. Sanders TITLE: VVV/// ADDRESS: CITY, STATE, ZIP: TELEPHONE NUMBER: DATE: Marketing Manager 1605 LBJ Freeway Dallas, TX 75234 214-888-4000 7/24/90 * Price is stated including warranted items. Price without warranted items would be $16,599.00 2129k a W Y Y W Y W Y W W Y N N N N N N N N N N r 1 O {p m y O. y. a W N r O tp m V A {T a Y N rr O tp m y Ol y. Y N r O W m J 0+ a u N I a C M M M M M y C C C C .O 'q .O C .p C C C p C c C .p r r r-I .q .Iq Cj t1 Ci Ci .p r r O H O H Q .y y H C Vq 'J!. ! H H O O O O P!! Z Z! H H H H H r P r H m H fy H H H H F.. (y n~ .>Q ! Z! i Z r m m 1 H T pq i s►► T .q r r~ r r H t9 r-. r r r r r r C"' C+ r r A 0 0 T> i Z Z b H sa >a 1 c CJ C7 r Z Z Z! Z H 1~. n.. rl m m H C. H H H rl H H H H r P SO Z Z C C C C) T A 1 H •1 O A A A n n Z .y H Y •-1 `y CO d Pf -5 C. -1 •"D •"l H -9 n R i A Z Z Z! W P P 1 tmf ! 'PO P W 04 PO 00 T .d .+C i .d .O R1 W .Y .d ..d ..q .-0 W ^O C M M M P! I--1 H H Y r r T ! OmO Oy.O OC 00 y r! y VPa P O O W .-d ..Q n .PV. i wo 1 y OV ! Z Cn to to t*] H 1 -i r<V IC-1 vC-1 G i 0.0p P 00 fA N H H 1<_I C'] l7 cl 1 C12 C"3 09 P P y C-9 Ib. 1 <O O A n Q. Y C) n C] t c ORI r OO O T p pp pp i i C Q 00 = C m A e O q► fn ► 1 Q ^'1 Y P A A C C O} r► C" rl O r!}} y y r} -i C H}► C S -9 n O H QI LO Z m O I+PO p~j i C> O y N O m H m m t4 fn YC H OO n N y I--1 H y H r y y .y P M fn ! r r► O O y y pp y r !7 O ppOp f] .p H .p n H m w r r C, C] pp r r .O Y T C't O F-1 7C H .y s 1 1 C) r H m fn t'f 1 ~ ! T ► Q = ! m H ty aK T 'O •y ! y r.1 -y bp pp i. A T Z 1~ T IO-1 ► .p mb T ! O r r G y pPp b 1 •.-y~ O P i •-i F IPO • o Y R O O .m~ y m O p H a w iG H b i aO C!7 H O O H ny-1 Y n GU C) W 1 Q O m~! !<< O 00 H O P DO P O ..y H n H 00 Z H O n n!! y O Z W n 1 H C W h Ci A Ci 1 1 \ y CZ'J IP O`i0 I!-. ! \ V. H ! H ~p W CO CJ Ci H ! T PO W P9 T O H H ! YC H H OO 1 lO .C Z O P C O T ti 00 N >S y W m H P P S Cyia i Cn ~1p pppp Z T m S O t p y~p r Q H y w^1 H p b y! N y H y T A tmiJ \P CS'J CSi r Io 2 i O b O H ► ! P .~y i N ► O ~ S y ! O O t Z H ! 00 N P I Y -~-n C) A A C) C] n A t'] t N m C m b Ci b H A i t N fn to y A C) W W w C] N T 1 a la H H H H H T 00 } 00 O t l O ►V l4 00 QJ [S! H H N N PO H [-f S Y 1G-1 p Imo-. Ir..l 1 H Z H -i y H P P C rr-. 1-ri Y y •-'1 P P P P H a s fo •"l P H yi'p r m e ~ •-4 .•O y M b •-Y .A C<i T OV ► lC m °p ¢~p7 OO H R m H A P n i < .C < T. ► ..Q H ppMP r I<-1 I<-1 W O P .b 1 m my m m m m m m 00 Rf H r--. T n T A 1 ucA ArT►:T►T.c Mb .c pp r ,c} mca C+c~c~mm r eirr rrrrrr} r fCb ►be wtn eeT►!lclam~rfn menm a, 1 0 ire- .orrrrrr-a caT► va e^r}rr rr ea Ca O°eT-•t"cn T -a -a 1 c-a H 'y . •"1 t'9 ^V ► r } r A t"i n n r r Ya ►V Ci r C) S r i _ 00 PO ! 00 1 P y y P y Al l..'J l.0 00 H H P ! y P S K r tV H y y~ y ! 'L' Z mm ~ N b lV q OO O O b w [i! OO Z! -i H H 1 > ¢ P T P! y Z Y P P P PC „Pd .mq to ba m •='l y A P ?u Z ~ = 1 -i 'O b 'O b b b b b b b b b b b b b b b b b •O g b b b b b q b b b b b b b b b b 1 fn N y CA N fn N N H N N H Cn C] Ci Cf A n Ci A t"7 A n A Ca n C) 17 C) A A A C] C] C] h H W 4. u W W u W N N N N N N y y y y N N N u W u W u u u_ W W u W W w u u w ~ J I I _ N N N_ N _ W W w _ N N N N 1 t".9 0 0 0 0 0 0 0 0 0 0 ta. O O O O O O O y y J y J V y y N.l N 1 b N N N N N N N N N N 1 1 O O O O O O O O e ° ° ~~.y 1 CO m m m m m m m m pp A T 1 Pi e. rn a fn rn fn a1 a flf H m m m m m ' m m m m m m m m 1 tJ. t.. iT il. t.. 4. tT tr tT iT [T ~r tT tT Y. tr ts. tr V\ V. Y. V. fT V. tT N V. V. V. t1 (T U 1 t.a u w W W W W W tJ N t>• to N N N N N N N N N N ^ tr•. t O O O u W W W N Oa p1 p1 y y± y~ N N N N N N N N N N u... 1 1 O O O O O O O O e O lT O O O W W u r. r. r y r r ti. y r. r <T ar 1 Z m t' p' 1 1 1 I 01 I 1 1 I 1 O° O 1 O ~ ~ .N.. oa w m to m t>4 0 0 0 0 o e o 0 0 1 ° r r~ r r u •N... ~ .N-. u i m m m= OI 01 1 m rn m a _ N N 1 r N N J .J.. .y-. N y y N I t, W .C tY r" r W N N W Y r I..,. r y O t.. 0 0 0 0 0 0 0 0 0 0 0 0 0 1 ► T O _ J J m m p1 pl ap r r 1 Oi m pl V r~ r~~ r t0 fA O r {p r O O O O O O U m .p N 1 y O (.s. r Y O _a a N V O N J. Y W a CT O a W a W_ O O O _N O O m O r CT .O W_ N tG W 1 iT y r m a r O J O is. Y r 'p O• r OI as. N a O O! .O m ta. N W r N ts. ii+ N -.a r a N a W r m ; N O O m V O u m _ ± V ° W a Oo N O J W O. J a r i O tT tf. m tf. aa. taw ta. la. m t•. ta. sNi. to t_w ° r U 1 'JC.. V tf. J b N y tT O N y _VN N N N r ~ O J a W ..n r r r r r ~r t^ Ca. T 1 " O O c7 1 O 1 S Z! i Z Z Z Z Z OC a a Z a Z a s m r a N N ,,N„ ~ I t10 t4 tfJ 00 01 tC m OO tq nC a pC pc ^ ~ i y ~ ' ~ n c~ n n n n n n n aea o 0 0 o N po o m N o o Pa PC Oa /O Oa C7 III G7 0+ Oa OO GP] V°a ONa PC Cw] n VNa VNO Ov a w ac fJ m 1 s W W O m m m m m ' m m m m r r wr r r r r r tT Y. Y. iT r r r r tl1 V. tT V. tT V. V. tT V. tT N fa. tT V. 4. V. •T c). , W Y u W W W W W u N N N N y J V .v V V V V V N_ N_ N N N~ N y (V [V ~ r 1 ~ t..~ C') n t] n i Y N N N N N N N N N N N N N N N N N N N [n ~ .r ~ i 0 0 0 0 0 0 0 0 0 0 0 0 0 O i n n n n n n n A A t'~ r A n O O O O O w~` ~ i i r r C- r t" r r r r r r r n ! Z t°-. = LO^ C CO" 0 0 0 0 0 0 0 0 0 0 0 O O O O c7 _ . ` P P P P P _ 0 0 0 0 0 Pp GP p A °P Or O O p O 0 0 0 0 p p p 0 0 0 0 0 0 0 C• 1 O cz. a'9 P Ci P P P P P IOi H .Or .O-. .Oi ►O^ .Oti ~ O O ~ _p P m m O P 0 P P P P So So po .'e .'n O [-7 1 m b "O 'O 'O 'O "O 'O 'O 'O 'CI 'O y ~ ~ ~ y Z Vl V! VJ to VJ Vl iA H FO.1 lO-. .O-I ..0.. .Oy FO-. O .dY HO O IO-. 0 A 1 ` r r r r r r r r r r eb-• b w as b w v v -e b b b b b b"" w to Cn Z va w fn en ~ i l V H ..Y V V V 1 ^V W •O ~ T T A T T T y y r r r r r r -i r r r i b no I _N _J _o V ..y V V ..f V ..y .p .Ta •Te .Ta y ..p ...p ..a P J .Ap .Ae .Ae ~e 1 _J e o o_ o e_ J J _ _ Z O Y O_ b r r q fV N fV _N Y M N N N N N N N N N N N_ N ta. th Y a^ tom. <a. v_. c^ r _V O. m m W O! V~ U a a D O y tf. N a 0 y IO N fJ t.Vj N N N N N N N N N N N N N N N Ol m pi 1 J N O "'t m W~ O m iu r OI N a 41 W 4. N N W W W W N N~~ 1 1 N N O t°i m wr a N ~ W 1 1 1 y u 1 1 1 1 tJ W W w W w [p n... O 1 Cn u b N V V O N a •pu O O O. O O Pa O W 6 0 w m ~ 1 = aw y an m m u y y° i r J u a N w i ~ ° • G O Y. w W y Oi O tqi. u m m O O m W I T> ! a m 0 W W V M Os m O O w V a w 1 ww fw r~r0 ww v,W u `n - - = = = _ rn~ oooo~rn~~woom _ woo s s - -s - =0T ON 0% LA VI kO%0 N tDko NLD - - _ _ _ _W O+r--lr "d ^ya C> 00ooC> 0 OO I H O 0 0 0 0 0 0 0 0 0 00 O O O O ' O O O O .fy co co O OD ~ O~ O O O O O C Tv r t[. a' < C. au ac. b a. W r fD S N ; Or h. r N • G 1 N r P b m l OI tT + W N r O a0 m y 0• tT + W N r 1 p] C C C G C G C C G C C C c G G C G '.O G b q . [TYl H H H H H H H H H H Z H H H H 1--1 H w m • FY `y M F\ H F7 H• •~1 MH F1 N •><J r~ H FY FY H = h"'1 A fO 1 r r r r r r r r r r r r o r r r r r s r m m • o M 1--1 M-1 r-1 r-1 1--I 1--1 •--I h-1 r-1 M-V r--I A I--1 rr >-1 w-• 9C H O O • Rf •y H H H H H H H H H H! H H H H H A H x flC 1 b ~ y •.0 .a M .i ~4 •C •a •.d •i ..a ^Y r/ > .a •i b b •d w •C x • H H H w to , •-1 r r , O va • l ] y A • 1 n • r w , m , r7 1--~ w i i i C w i i w r w w O C i K i G T w q q , b r> i> H r>> r > r r> H>>> H A Z m w • w o •b to H 1~1 w H H m m w . i •-t H H H 1--• A m so pa 1 C7 H H r CI FJ Q/ rt pa w t-4 m a w O C7 0 f7 C c! r r Q yo m y 1 co w m > pp t,] A ]o e n o o tt A ! t i w O w g w to y .q w W e w i i O H x Y O> T=! H x O w m t0 Q~ p O H O aC x:> s 1--1 ! m w 1 v ; - 1-3 O O w n n m m •-1 x i r r 1 r A n w N µ g t m . ! a e O ► , q w to p ! b h ^ v w r n x : mo ~ N, 'a y E a C t a s - I w w - m C7 w m m O m m (b L G i Y i H m R 1~ a. rl •ti. W ! w M s : O y O .A-1 m C] 9 H O 0 N ~ 0 ne ixa H H y x m x µ Cl . C o spa s : O N Cr ! o n x W µ N c ~ m a to Q' y i i' y y y K m y t y y u m m y y C'a C] y w tv w> > w w w> w H i H m N w m w m •--1 I-Y N 41 Q. FI. ' '7• • µ O w N , ao H m A ae A ^i A m m w A+ A A pa A-i H A++ w H C t r m C i > a . Cl) M N O ~ H t •C G C •c .e .a 1 A w .-t r .-1 A oc w Cc rl w r r 1--I I--1 m 00 7' M C p w l r n n n n n n n n n n x m n . o w b K w w w b w b s q w oc w w w w» nc O N ~ rt ' ' m oc . n n a ~ n n n a n a y> n w n n n n r r n sOi vOe : w , C M = m w w w! m m m x m w m m m m 1 x y yo Z! x H x -i ao H 2 Z! Z Z Z L W a m r Y H H H H H .i Z H H H H H z x , w q m m d] w f~• 9D y m •9 p' b m w w m m w m m m ~O ~ A A A A i se -O m A w ao A ~-e .a m n a ! x 0) w - s , w n m K l'>` Il n •O g q b b q b q q q q q b •y g b b b b b b q 1 m rt n y = = V] m m m m m m m m y y a CD ; N N N N N N N N N N N N N N N N N N N N N N a M ^ f' ; q m m m m m m m m m m m ' N O W 0 m m O• ta• y {T y W w w , O O O O O O O O O O O O O O to 0 0 0 0 0 0 ) 0 CL o C µ marn o N rt I'A` ~ f •t C µ I • CD 0 m m m m m m m m m m m m m m m m m m m m m m I N w m po m m m m m oo m m m m m rn v t>. c+. u w w : x 0 0 0 0 0 o e o o e o 0 IT C ^ M C R N o u. a o 0 0 0 0 0 1 0 1 1 1 1 1 ^ ~ r 1 1 1 1 1 ' W rD a _ . • _ o e o o e o 1 1 0 m m m rr F'' $ m m : r r r r r r r r a - a - - • Vl O C] C] i i -.i ~i ~i N 1 N N N QJ ty N N N N N W N y N N N N -i .a N (-.a 1 m u N W w t~ I~ W W w N O w w . y 1 1 1 f,T CT 1 1 1 I (T , 1 1 I ` ,y ~1 ~y rl ~a 1 1 .Q Os Vl Da U• Gf• R• ~ of Oa m Oa f.T Oa •G a -i --.i m ~a --.i 1 y O O O 1 I O O O R I sr ar sr m s.>. t]. w + ± aa• m Oa m r + y j r 0 : •7 "r R O R U a i• + W N O O t0 ap N r Q• O r w m m m m m N 1 't N N b ro u N r+ t J ti y m w V r t0 u r O O c W + [G 1 Q N+ W m R N tT N N N W (n m N+ N O N++ •J N d m m o rt O C O p (D n x m m p~ c ac x m i oc s 5 x ac s s x s: i w m F✓ m no w m m w n w m w w no m m m m m m m m m m m m m x n n n n n n n n n n n n n c, n n n n n n n n t o N 1 • b 1 m m m m m m m m m m m m m m m cu m m m m m m I y r r ~ ~ y y y ~ W . r . r . . r tr r r W r • r ~ r . y . U 1 U - . . , . , W W W W W W w + W W + W W w u w W N W w 1 N p[ O A n t7 n n t'7 A n • O t7 A C] C'] `J C] n n n n n 1 Z O O O O O O O O O O O O O O O Q O O O O O O . 00 O O O O O O O O O O O O O O O G O O O O O O 0 (n 1 p p W 00 A A A i>O S]] A A A A W A ]+o jp A p A 1 R A .L v v v v v v v v v v v o v v v v r-1 h-1 .-1 r-. F1 ,--1 I--1 •-1 I--• rr r-1 r-r ° C v O : O .-1 I-+ I -I I . H m m m m m m m m m y y m y y y m y y y m y f!> 1 g q q q q b b q b b b b ' M q O b b b , r r C r r > > > T > > > a a ~ a > t > ~ a a r > r a r : rt a - i •V i i H •d b i •d < ~V i ~-O •'tl •C •d V •a ~ C G 1 N N N y H r ~a y N .a ~i ~ W W W N O N N y N y m ± y N N W N N N N Of N N 1 + 1 • ~ 1 O r. ~ R> m m O N : O ~ N i m m o e o m o 0 e o b b= tJ. a e rn m i n x q •O W x m .p m N 't (T <T V\ O 1 Y N V + N W O y ~ W " N an a> an w . - • u ac e• c o a V t0 Y• O• m N O. O• ~a m O a0 aJ b aG Gn u Of [T 1 N .1- + tat {C y ± N t0 O• Oa Oa O ± O tG W W N W 1 Q ~ tT 0) N m CG N W f K K i K K tC K • 1~ > > > T i > > • i ~ L ]e A A A A F ]o A A N oo • T f . 0 a s a N> Y N s s 00 = _ z O z y rJ • y y D H H H _ - 00 H y -i H . C) CD m CD F F 1~ f 000 0000 00 O W " 000 0 0 0 C DO O O O O O O 0 O p CITY OF DENTON MRSA MAINTENANCE PRICING Annual Maintenance Prices (5-Year MRSA) IBM ONLY OFFERS 24 HOUR 365 DAY/YEAR MAINTENANCE Dept/or Machine Display Item # Maint Di . scount Price 5150 1 168.00 30% 117.60 5151 1 50.00 22% 39 00, Item #2 same as Item #1. . 5150 3 168.00 30% 117 60 5153 3 62.00 22% . 48.36 5271-002 12 430.00 27% 315.90 5272 12 94.00 22% 73 32 Items 18 -19 same as Item #12. . 5271-006 4 629.00 27% 459.14 5272 4 94.00 22% 73 32 Items 5- 11, 13-17, & 20 same a s Item #4. . 5273-061 23 546.00 22% 425.88 5151 23 50.00 22% 39.00 5273-062 21 546.00 22% 425.88 5272 21 94.00 22% 73 32 Item 22 same as Item #21. . 5160-086 25 475.00 27% 346.75 5151 25 50.00 22% 39 00 Item #26 same as Item #25. . 5160-086 24 475.00 27% 346.75 5153 24 62.00 22% 48.36 8525-004 - 27 110.00 22% 85.80 8530-021 28 190.00 22% 148.20 8512 28 25.00 20% 20.00 Items 29- 30 same as Item #28. 8530-E21 32 190.00 22% 148.20 8413 32 25.00 20% 20.00 Items 33- 38, & 42-43 same as Item #32. Dept/or Machine Display Item Maint. Discount Price 8530-E21 31 190.00 22% 148.20 8512 31 25.00 20% 20.00 Item #41 same as Item #31. 8530-E31 39 190.00 22% 148.20 8513 39 25.00 20% 20.00 Item #40 same as Item #39. 8550-061 44 220.00 22% 171.20 8512 44 25.00 20% 20.00 8550-61 45 220.00 22% 171.60 8513 45 25.00 20% 20.00 Items 46-47 same as It em #45. 8555-061 48 260.00 22% 202.80 8513 48 25.00 20% 20.00 8560-071 49 345.00 22% 269.00 8513 50 25.00 20% 20.00 8580-111 50 500.00 22% 390.00 8513 50 25.00 20% 20.00 Items 52- 53, & 56-62 s ame as Item #50. 8580-111 51 500.00 22% 390.00 8514 51 48.00 20% 38.40 Items 54-55, are priced same as item #51. l ' DATE: August 21, 1990 CITY COUNCIL REPORT TO: Mayor and Members of the City Council FROM: Lloyd V. Harrell, City Manager SUBJECT: BID #1133 - PADMOUNTED CAPACITOR BANKS P.ECOMMENDATION: We recommend this bid be awarded to the low bidder, Priester Supply, in the total amount of $26,054,00. SUMMARY: This bid is for padmounted capacitor banks to be used in three locations in the Electrical Distribution Systems, Oak Street, San Jacinto Blvd., and in Southridge. Once installed these capacitor banks will improve the power factor of those circuits. BACKGROUND: Tabulation Sheet, Memorandum from Don McLaughlin. PROGRAMS, DEPARTMENT OR GROUPS AFFECTED: Electric Distribution Division. FISCAL IMPACT: Budgeted Funds Account #612-008-0252-9217. Respec ulllly submitted: U Llo V. Harrell City Manager Prepared by: Name: Denise Mannin Title: Senior Buyer Approved Name: Tom D. Shaw Title: Purchasing Agent DM/jh 039.DOC + _ _ _ 1 m m a a 1 1 1 I 1 I ~ ~ 1 1 C 3 C'1 W YJ Z I r h] j m I 7L IT 1 u) I O .o O m ai ;a•; i M j m 1 O I 1 T I 1 1 1 I I 1 r YO ~ ~ Y O 1 1 C I ff) d m l Y m m m a ' ~ c i m a a v . - . a i zi ~ . m i ~ 1 x Y' I~ Y CI 2 O O I I 1 I 1 m I ) m m a) j T I a 1 C ~ C) a a P I ~ i ~ ~ I 1 (1) i i a2 ~ m I 1 1 = v w n) i m1 ml a 0 ~ s m 1 a I ° Q.. m m i ~i m rn s: 1 I m 1 I Z• 1 1 W i ~ a• Jr m • 1 i 1 ,o = cmil i m i f„ 1 al m m i s i I- w t i I 1 m ti s i m i y i i m V) r .n V) I 1 I 1 S w 1 m I u n 4 m ° ) v n) eo m i o i s Vf y l9 m 1 ~ I ~ ~ m I I v v I ~ .9 1 I r CITYofDENTONMUNICIPAL UTILITIES/ 901-A Texas Street/ Denton,TX76201 M E M O R A N D U M TO: Denise Manning, Senior Buyer, Purchasing FROM: Donald L. McLaughlin, Electric Engineer Administrator DATE: August 3, 1990 SUBJECT: BID #1133 Award bid for the padmounted capacitor to the low bidder, Priester Supply. The prices were $8,053/ea for two 500 KVAR padmounted capacitor banks capable of being expanded to 1200 KVAR. and $9,948 for a 1200 KVAR padmounted capacitor bank for a total of $26,054. One 600 KVAR capacitor bank is to be part of the Oak Street overhead-to-underground conversion to replace existing overhead capacitor bank. The other 600 KVAR capacitor bank will be located next to the Trammell Crow building on San Jacinto Boulevard to improve power factor on S-215. The 1200 KVAR capacitor bank will be centrally located in Southridge to improve power factor of the circuit serving Southridge. DLM:gb 08030083 CC: R. E. Nelson, Executive Director of Utilities E. B. Tullos, Director of Electric Utilities