Loading...
1990-0992651~-1/3689 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. VENDOR AMOUNT 1120 1 Wesco $ 1,526.00 each 1120 2 Poleline #1 $ 989.00 each 1120 3 Wesco $ 1,448.00 each 1120 4 Wesco $ 5,210.00 each 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 /~day of ~4~ , 1990. BOB CASTLEBERRY, M~OR ~ ! ATTEST: JENNIFER WALTERS, CITY SECRETARY BY :~ APPROVED AS TO LEGAL FORM: DEBRA ADAMI DRAYOVITCH, CITY ATTORNEY PAGE TWO DATE: JULY 17, 1990 CITY COUNCIL REPORT TO: Mayor and Members of the City Council FROM: Lloyd V. Harrell, City Manager SUBJECT: BID ~1120 - PADMOUNT TRANSFORMERS RECOMMENDATION: We recommend this bid be awarded to the lowest evaluated bidder meeting specifications for each item~ Item 1 Wesco $ 1,526.00 ea. Item 2 Poleline ~1 $ 989.00 ea. Item 3 Wesco $ 1,448.00 ea. Item 4 Wesco $ 5,210.00 ea. SUMMARY: This bid is for the purchase of padmount transformers for use by the Electric Distribution Department. These bids were evaluated using load losses to determine the total life cycle cost for each size transformer. BACKGROUND: Tabulation Sheet, Memorandum from Glenn Fisher. PROGRAMS, DEPARTMENT OR GROUPS AFFECTED: Budgeted funds for Electric Distribution. FISCAL IMPACT: Account #611-008-0252-9222 ~Harrel ~//~/Re spec~u 1 ll.y'~~ submitted: _ City Manager Prepared by: Name: Denise Manning Title: Senior Buyer Approved: Name: Tom D. Shaw, C.P.M. Title: Purchasing Agent 033 .DOC MEMORANDUM lo: Tom Shaw From: Glenn Fisher Date: JUly 10, 1990 Sub3ect: Bid ¢ 1120, Padmount Transformers lhe Electric Utilities Department recommends the acceptance of the following items based on meeting specifications and future cost: Item 1:1 - 75 KVA, 240/480 voit padmount Bidder: Wesco @ $1526.00 Item 2: I - 25 KVA, 240/480 vo]t padmount Bidder: Poleline (#1) @ $989.00 Item 3:10 - 75 KVA, 240/120 vott padmoung Bidder: Wesco @ $1448.00 each Item 4:3 - 300 KVA, 277/480 vo~t padmou~t Bidder: Nesco @ $5210.00 each Attached is the future cost evaluation of each cc: Bob Nelson, Executive Director of Utilities 1120.eva Evaluation for B,d # 1120, July 3, 1990 1-75 KV^ 240!480 vo~i, 1-25 KVA 240/4B0 volt, 10-75KVA 240/120 volt and 3-300 KVA 277/480 volt padmount tranformers Future co~t formula osed for the evaluation is: Total Future Cost=(Unit Cost*7.04)+[No Load Loss~(Total Load Loss-No Load Lossl~Load Factorial4.54 where Load Factor=0.5 for 167 KVA and smaller =0.35 for all others Evaluation for 75 KV^, 240/480 voit padmount Unit No Load Winding Total Total Future Delivery Impedance Vendor Hanufacturer Cost Losses Losses Load Loss Cost Time (Wks) % Priester Cooper (BTE) $1,639,00 247 948 1195 $22,021.90 12 2.05 edom ~1 $1,510.00 155 690 $45 $17,900.40 16-18 1,7 edom ~2 $1,848.00 188 573 761 $19,909.15 1.3 Van Tran ~antran $2,1t7.01) 130 430 560 $19,919.9~ 14 2.7 CummlBs Ul%lted $1,511.00 155 690 845 $17,907.44 1~-16 1.7 Pol~[~ne ~1 Ermco $1,835.00 188 573 761 $19,817.63 i4-16 1.3 Poleline #2 No Bid 14-16 Wesco ABB $1,526.00 120 660 780 $17,28~>.04 19-21 1.96 Temple :i Cooper $1,665,00 247 948 1195 $22,20.t.94 2.05 Temple ~2 (;E $1,805.00 172 514 686 $18,944,~6 2,21 Temple ~3 Ma~netlc $1,970.00 223 885 1111 $23,566.98 Colt Ind No B~O Ew~htation for 25 KVA, 240]480 voit padmount Unit No Load Winding Total To[al Future Del/vel'y Impedance Ve~ldor Manufac~ureP Cost Losses Losses Load Loss Cosl Time (~;ks) Pr lm~t er Cooper (RTE) $1,021.00 79 492 57] $11,913.34 12 2.43 ()dom #1 $956.00 56 344 400 $10,045.36 8-1,t 2.7 Odom 62 $993.00 74 272 346 $10,044.12 8-10 1.5 Van Tran Vantran $1,374.00 70 160 230 $11,853,96 13 1.9 Cumin ins United $954.00 56 344 400 $10,031,2~ 5-13 2.7 Pole t:tne ~t E l'mco $989.00 74 272 346 $10,015.96 q-14 1,5 Polel~ne ~2 No Bid Weqco %BB SI ,418.00 51 262 313 $12,629.00 15 1.~6 Tolm) ~ ~ :1 Coooe~ ~ 1,037.00 79 492 571 $12,025.9% 7-19 2.43 'femo le ~2 (;E $1,1%~0.00 74 ~63 ,337 $11,154.37 19 'l'~mp I ~= ~'3 ',lagnet ] c $1,040.00 8,! 499 582 $12,156.15 lb 3 Colt lnd No 81(t Evaluation £or 75 KVA, 240/]20 volt padmount Prleater Cooper (RTE) $1,313.00 233 988 1221 $19,~14.10 12 2.15 Odom #~ $1,463.00 155 690 845 $17,569.52 8-14 1.7 ()dom #2 $1,814.00 146 696 842 $19,953,32 ~-10 1.6 Van Tran Vantran $2,112.00 13t) 430 560 $19,884.78 13 2.6 Cummins Un~ted $1,476.00 155 690 845 $17,661.01 8-13 1.7 Poteline ~1 Ermco $1,81)4.00 14~ 696 842 519,882.92 8-14 1.6 Polellne $2 Kuhlman $1,445.00 132 747 879 $17,522.77 10-12 2 ~e~c,) ABB $1,448.00 149 552 701 $16,373.42 15 1.59 Temple #1 Cooper $1,334.00 233 988 1221 $19,961.94 7-19 2.15 Temple ~2 GE $1,530.00 128 758 886 $18,142.98 19 3.14 Temple ~3 Magnetic $1,950.00 255 830 1085 $23,469.80 18 1.5 Colt Ind ~'~ $1,403.00 147 613 7~0 ~16,471.01 ]3 1,9 Evaluation for 300 KV^, 277/480 volt padmom~t Unit No Load Winding Total Total Future DeJiverv Impedance Vendor Manufacturer Cost Losses Losses Load Loss Cost Time (Wks) % Priester Cooper (RTE) $5,831.00 654 2024 2678 $61,742.40 12 3.33 edom Wi $6,048.00 795 3165 3960 $71,624.46 8-li 4 edom ~2 No Bid Van Tran Vantran $7,126.00 640 1650 2290 $6~,5B9.22 13 5 Cummins United $5,297.00 69& 2338 3036 $60,357.72 8-13 3.1 Poleline ~1 Pauwel~ $5,250.00 698 2338 3036 $60,026.44 ~-11 3.1 Poleline ~2 No Bid Wesco ABB $5,210.00 546 2124 2670 $56,352.76 15 1.Il Temple ~1 Cooper $5,923.00 654 2024 2678 $62,390.08 7-19 3.33 Temple ~2 GE $5,760.00 547 2131 2678 $60,277.98 19 3.17 T~mple ~3 Hagnettc $7,090.00 723 4441 5164 $64,963.43 18 2.3 Colt Ind No Bid