Loading...
1989-0702651L-1/3689 NO ~qQ 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 d for the purchase in a accordance necessary w th the materials, procedur procedures of supplies or services 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 uip ies serviceseasoshownein bidhse "BidtProposals" lsubmigtt dm therefor, and or WHEREAS, the City council has the appropriation of funds to be materials, equipment, supplies or herein, NOW, THEREFORE, provided in the City Budget for used for the purchase of the services approved and accepted THE COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS SECTION I That the numbered items in bids for materials, equipment, supplies, or "Bid Proposals" on file in the Office of Agent filed according to the bid number hereby accepted and approved as being the for such items BID ITEM NUMBER NO 9983 ALL VENDOR Temple, Inc the following numbered services, shown in the the City's Purchasing assigned thereto, are lowest responsible bids AMOUNT $12,288 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 bid documents herein approved and accepted SECTION IV That by the acceptance and approval of the above numbered items of the submitted aids the city council hereby the to amount a war d in authorizes the expenditure of funds therefor accordance with the approved bids or pursuant 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 1989 RAY STE NS, M YOR ATTEST J NIFER A.T RS, CRETARY APPROVED AS TO LEGAL FORM DEBRA ADAMI DRAYOVITCH, CITY ATTORNEY BY l/ PAGE TWO DATE JUNE 13, 1989 CITY COUNCIL REPORT TO Mayor and Members of the City Council FROM Lloyd V Harrell, City Manager SUBJECT: BID# 9983 - CROSSARM AIRSWITCHES RECOMMENDATION we recommend this bid be awarded to the lowest bidder meeting specifications, which ls, Temple, Inc , at a unit price of $2,048 00 SUMMARY This bid is for six (6) Crossarm Airswitches to be used in overhead electric distribution Bridges manufactures the only switch meeting specifications, due to their added safety features Temple, Inc , is the lowest bidder offering Bridges Airswitches BACKGROUND Tabulation Sheet, Memorandum PROGRAMS, DEPARTMENTS OR GROUPS AFFECTED Electric Distribution Department FISCAL IMPACT: Budgeted Account #610-080-0252-2519-9219 *Ress fully u mitt arre ll City Manager Prepared by Name Denise Manning Title: Buyer Approved o Marshal . TPurchasing Agent 010 DOC - - " - - - T4 T o m S yy I w+ al ,'p 3 t I" Yff i1 1 tll Z ~ p I Rl N ~ H N 1 C~'f fNJI v n " S =1 1 v O m I O I I I I ' 1 I ry fn m m I I r I z 1 CI 4 I ~ ~ n ~v I _ N N 1 I ® C ® 19 i Ai p ® 1 I 1 p I b SS N [.11 pp ~ ^p CJ CO 1 1 I 1 p1.1 N N > ~~11 I W ~ m 'R 1 o ~ ,gy I of _ N I I ~ - _ 1 I N N I I I C ~ CN V 'V R1 y 1 r~ m I I I Y3 ~ r+ ® l ° I 1 y tr N p oI ~ ~ - l ~ 1 P ~ Z Syr m tol I ~ ~ n i { 1 I ORIGINAL CITY of DEsNTON / 215 E McKinney / Denton, Texas 76201 MEMORANDUM To Ernie Tu1108, Director of Electric Utilities From Keith Dubea, Engineer Associate I Date June 1, 1989 Subject BID EVALUATION #9983 - CROSSAR14 AIR-SWITCH On Tuesday, may 23, 1989, bids were opened to purchase six cross-arm air-switches We had nine venders to respond to the bid invitation of the nine venders, one quoted Wesco Type, two S & C Alduti-Rupter, two A B Chance, two quoted Bridges Style crossarm air-switch, and two no bidders * Cummins S & C @ $1,421 90/per or $ 8531 40 * Priester Supply #2 S & C @ $ 1,450/per or $ 8,700 * Poleline Electric A B Chance @ $ 1,775/per or $ 10,650 * Priester Supply #1 A B Chance @ $ 2,000/per or $ 12,000 * Temple Inc Bridges @ $ 2,048/per or $ 12,288 * FRP Marketing Bridges @ $ 2,098/per or $ 12,558 * Wesco Inc Westinghouse @ 2,210/per or $ 13,260 The switches were evaluated to minimize equipment failure and maintenance cost Some of the conditions the department analysis were A) Maximum dead-end load per phase or conductor 7 1) Bridges - 10,000 # 2) S & C - 8,000 # 2) A B Chance - 6,000 # B) Linkage adjustment in field installation 7 1) Bridges - None 2) S & C - Minor initial adjustment required 3) A B C - Some initial adjustments are required and after several switching operations C) Number of exposed rotating switch components ? 1) Bridges - (1) one ball-joint assembly 2) S & C - (7) seven pin-connecting assembly 3) A B C - (11) eleven pin-connecting assembly D) Procedure to replace damaged/broken dead-end insulator ? 1) Bridges - dead-end energized conductor and replace insulator 2) S & C - Same as Bridges 3) A B C - disconnect conductor from switch, replace two special insulators and galvanize tubing from blade assembly E) Future automation for air-switches ? 1) Bridges - all electrical and electronic parts 2) S & C - same as Bridges 3) A B C - same as Bridges F) Enclosed mechanical housing ? 1) Bridges - totally enclosed operating mechanism 2) S & C - operating mechanism are exposed to weather 3) A B C - same as S& C G) Operating under icy or frozen condition ? 1) Bridges - open or close successfully in each case 2) S & C - some restriction on amount of ice build-up 3) A B C - No data available at this time H) Motor operating response time ? 1) Bridges - one (1) Second 2) S & C - 0 75 Seconds 3) A B C - 2- 3 Seconds I) Number of control operations from a single DC battery ? 1) Bridges - 50 operations during a 23 minute period, special DC storage energy 22 Volts DC 2) S & C - 12 operations by use of a standard 12 Volt DC auto battery 3) A B C - No data available ALL EQUIPPED WITH A BUILT IN AC/DC CHARGER J) Dimension of motor operator ? 1) Bridges - 8" X 8" X 36" long 2) S & C - 20 X 2011 X 44, Wt 190 # 3) A B C - 23 8" X 2 1" X 8" X 13 " K) List of Bridges features that are very competitive ? a) Cost of motor operator AC or DC AC estimated cost $ 1,050 - 3,500 DC estimated cost $ 2,660 - 3,500 b) Life expectancy c) Number of manual operations at full-load(600 amp) Under these very important conditions, we compared the three types of switches and determined that the Bridges is definitely the best switch for our application on the electrical distribution system because of the following conditions 1) 10,000 # dead-end loading capacity 2) less exposed rotating parts 3) standardize style air-switch on Distribution network 4) mechanisms are encased in steel housing 5) no maintenance is required Therefore, we can conclude that the Bridges Crossarm air-switch either meet or exceed the required specifications, where its competitors failed in many of the conditions listed above We recommend that the bid be awarded to TEMPLE INC for $ 12,288 The following people were called in regard to the Kearney, S & C, and Bridges Crossarm Air-Switch 1) Houston Power & Light Dave Rios, Distribution Standards Houston, Texas (713)623-3492 Comment of Kearney/KPF "Experience malfunctions with contacts, pin assembly, and no problems with the Bridges " 2) Gulf States Utilities Michael Laborde, Supervisor Beaumont, Texas (409)838-6631 Comments of S & C - Alduti-Rupter Division Engineering "Experience problem with motor operator on automation distribution system and rotating operating shaft" xc R E Nelson, P E , Executive Director of Utilities Don McLaughlin, P E , Engineer Administrator Denise Manning, Purchasing Agent