Loading...
1986-1850923L NO 36-Id~ AN ORDINANCE ACCEPTING COMPETITIVE BIDS AND PROVIDING FOR THE AWARD OF CONTRACTS FOR PUBLIC WORKS OR IMPROVEMENTS, PROVIDING FOR THE EXPENDITURE OF FUNDS THEREFOR, AND PROVIDING FOR AN EFFECTIVE DATE WHEREAS, the City has solicited, received and tabulated competitive bids for the construction of public works or improvements in accordance with the procedures of state law and City ordinances, and WHEREAS, the City Manager or a designated employee has received and recommended that the herein described bids are the lowest responsible bids for the construction of the public works or improvements described in the bid invitation, bid proposals and plans and specifications therefore, and WHEREAS, Section 2 36 (f) of that the City Council approve $10,000, and the Code of Ordinances requires all expenditures of more than WHEREAS, Section 2 09 of the City Charter requires that every act of the Council providing for the expenditure of funds or for the contracting of indebtedness shall be by ordinance, NOW, THEREFORE, THE COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS SECTION I I That the following competitive bids for the construction of public works or improvements, as described in the "Bid Invita- tions"„ "Bid Proposals" or plans and specifications attached hereto are hereby accepted and approved as being the lowest responsible bids BID NUMBER CONTRACTOR AMOUNT 74967 Advanced Control Systems $179,274 00 75,002 Ag-Chem Equipment Co , Inc $ 12,000 00 SECTION II That the acceptance and approval of the above competitive bids shall not constitute a contract between the City and the person submitting the bid for construction of such public works or improvements herein accepted and approved, until such person shall comply with all requirements specified in the Notice to Bidders including the timely execution of a written contract and furnishing of performance and payment bonds, after notification of the award of the bid SECTION III That the City Manager is hereby authorized to execute all necessary written contracts for the performance of the construction of the public works or improvements in accordance with the bids accepted and approved herein, provided that such contracts are made in accordance with the Notice to Bidders and PAGE ONE DATE September 16, 1986 CITY COUNCIL REPORT TO Mayor and Members of the City Council FROM Lloyd V Harrell, City Manager SUBJECT P 0 # 74967- ADVANCED CONTROL SYSTEMS RECOIR1ENWTION We recommend that this one source electronic equipment be approved for the purchase of additional computer equipment to add the new sub-station, etc This includes both the needed hardware and the software less trade-in of some equipment SUMMARY The initial system was purchased in 1974 and upgraded in 1981 The new system will have the capability for expansion BACKGROUND Purchase Order 1174967 Memo from Ray Wells PROGRAMS,I DEPARTMENTS OR GROUPS AFFECTED Electric Systems Operations and future Load Management Programs FISCAL IMPACT There is no additional impact on the General Fund Respectfully submitted Lloyd V Harrell City Manager Prepared by ame /John 'J Marshall, C P M Title Purchasing Agent Approved r /Name chn J Marshall, C P M Title. Purchasing AeenS CITY OF DENTON, TEXAS 901 B TEXAS STREET PURCHASE ORDER DENTON, TX 76201 1 P 0 NUMBER 74967 DATVg5N.pO.J lO S22 DOCUMENT ADV49000 Ty`~ VENDOR ADVANCED CONTROL SYSTEM P,O. SCX 47824 ATLANTA, GA 30362 CITY UFIPDCONTON, RAY WELLS CENTRAL RECEIVING 901 TEXAS ST. DENTON* TX 76201 BID/REF # ITEM ACCOUNT NUMBER UNITS NUMBER DESCRIPTION BID NO LINE AMOUNT Ol 611 008 0253 9217 E362 1 OPT MI-HPM-7035 MASTER STATION 148,2y8.00 02 611 008 0253 9217 E362 2-A600 COMPUTERS W/1024 KBYTES 03 611 008 0253 9217 E3o2 2-55.1 MEGUYTZ WIN. DISC LRIVE 04 611 008 0253 9217 E362 C/8 EQUIPPED FOUR PGRTS,RTc-A 05 oil 008 0253 9217 c362 OPERATING SYS9 SYS DCCUMENTATN 06 oil 006 0253 9217 E362 1 SOFTWARE MODULES PER QUOTE 24,500.00 07 611 OUS 0253 9217 E302 1 REMOTE TERMINAL CCNVERSICNS 269860.00 - LESS EXISTING SYSTEM TRADE IN - 20,384 00 TOTAL $179,274 00 Denton Texas is tax exemot House Bill No 20 Fr);' P.n. 199.658.00 Reference P 0 Number on all B/L,Shipments and Invoices Shipments are F 0 B City of Denton, or as indicated By Send Invoices TO City of Denton Accounts Payable 215 E McKinney St Denton TX 76201 (or as indicated on Purchase Order) Direct Inquiries TO John J Marshall C P M Purchasing Agent Tom D Shaw C P M Asst Purchasing Agent 817/566 8311 D/FW Metro 267 0042 The City of Denton is an equal opportunity employer CITY OF DENTON M E M O R A N D U M TO: R E Nelson, Director of Utilities FROM% Ray D. Wells, Superintendent of Electric Metering/Substations DATE: August 6, 1986 SUBJECTS S C A D A System Master Up-Grade and Duplex As you are aware, we have discussed the up-grade and duplexing of our master for quite sometime We have allocated some $200,000 for this project in our C I P for the Fiscal Year 1987 We have also discussed functions we would like our system to perform ranging from computer aided distribution to mapping I have ask for, and received, quotes from the two leading companies in this field They are TEJAS out of Houston, Texas, and ADVANCED CONTROL SYSTEMS out of Atlanta, GA The quotes are as follows: TEJAS quotes two systems one quote is for their "generic" system, and they provide system support TEJAS second quote is for a "DEC" system with support by "DEC" The TEJAS quote includes four new CRT's and two new printers The quoted prices are $210,000 for the system they support and built out of "DEC" and third party vendor items The prices for a total "DEC" system is $245,219 00 Both systems have a $31,422 00 adder for spare parts The only problems I see with TEJAS is the fact we would be operating with two different protocols (B W T -BASIC and A C S and we would eventually operate with three until B W T -BASIC, and R T U 's could be replaced The quoted price for system one (1) is also higher than the A C S quotes 1 The A C S quote has two options Number (1) is $179,275 00 This is based on HP-A600 CPU's 2 Number (2) is $251,595 00 This is based on HP-A900 CPU's A C S has a spare part option quote of $3,386 00 if required A C S will change out our B W T-Basic, R T U 's and turn them into A C S -R T U 's for the price quoted for option 1 or 2 This is a real advantage since we would only be using a single protocol, and the R T U parts would then all interchange This is a real plus from our operations stand point Based on these facts and fiqures, I strongly recommend the A C S quote be accepted for option (1) at $179,275 00 CITY OF 0MON M E M O R A N D U M TOt CHAIRMAN AND MEMBERS OF THE PUBLIC UTILITIES BOARD FROM: Ray D. Wells, Superintendent, Metering & Sub Stations THROUGHS R E Nelson, Director of Utilities SUBJECT: Support/Background Information - S C A D A System The following background information is intended to inform the Board members of our previous S C A D A system purchases, costs and problems The electronics industry has, for many years, been a fast changing industry I sometimes think that the electronics firms market planned obsolescence However, I suppose like many other businesses and services, new developments are faster coming and carry more profound impact than others A) First actual S C A D A systems purchased in 1974 with final equipment delivery and on line operational use being 1979 The supplier was B W T - Basic of Houston, Texas, and Black and Veatch was the consultant firm for specifications The cost of the original system was in excess of $400,000 00 with about $200,000 00 directly attributable to the master station We had many problems primarily with the software A fixed hard program was utilized not allowing access to the software for changes or expansion This turned out to be very expensive and not a system we could live with We learned a very important lesson B) Second S C A D A system purchased in 1982 with delivery and on line use some four (4) months later The supplier was Advanced Control Systems, Atlanta, Georgia We did not use a consultant All specifications were generated in house, and installation was with our own personnel The cost of this system was $101,045 00 This has been a very good system At the time it was purchased, it was top of the line offering as many functions as were available We have lust outgrown the system's capabilities and have developed a greater need for total reliability thus the duplex requirement The need for our upgrade and duplex of the master station, which is the brain of the system, is based upon the following needs 1 Our systems dependence on outside power generation to meet our system demands 2 Multiple interconnection points between our system and the power pools 3 Requirement and ability to know instantly what is happening throughout the system! 4 Need to expand into areas of load control and management 5 Need to update engineering data requirements The system we now have will not do all of the above requirements RDW bw DATE September 16, 1986 CITY COUNCIL REPORT TO Mayor and Members of the City Council FROM Lloyd V Harrell, City Manager SUBJECT P 0 #75002 - AG-CNEM EQUIPMENT CO , INC RECOMIIENDATION We recommend this emergency purchase order to Ag-Chem Equipment Co , Inc for an estimated amount of $12,000 00 SUMMARY This is for repair parts to repair the Big A truck located at the Landfill It is a sludge injection vehicle It is necessary for proper disposal of sludge at the Wastewater Treatment Plant This axle is a mayor part and should increase the life usability of this vehicle BACKGROUND Purchase Order #75002 Memo from Wastewater Treatment Department PROGRAMS, DEPARTMENTS OR GROUPS AFFECTED This equipment definitely affects the operation of the Wastewater Treatment Plant FISCAL IMPACT There is no additional impact on the General Fund Respectfully submitted Lloyd V Harrell City Manager Prepared by Wame John J Marshall, C P M Title Purchasing Agent Approved iN me J n J Marshall, C P M 'Title Pnrrhasrno Aapnt CITY OF DENTON, TEXAS 901 B TEXAS STREET PURCHASE ORDER DENTON, TX 76201 75002MBER DATF~~5I D7',jgO C14 DOCUMENT EN pR AGC49000 At;-LHEM EQUIPMENT CO* INC. 341500 BRANPALL RD. SALINAs KS 67401 VEHICI.EIPMT2iNT°_NANCE CONFIkMATION ONLY DO NJ7 OLPLICATE TYJ /REF N ITEM ACCOUNT NUMBER UNITS NUMBER DESCRIPTION BID NO LINE AMOUNT 01 710 002 0580 8702 1 COMPLETE DIFFERENTIAL ASSEMBLY 12.000.00 The City of Denton Texas is tax exempt House Bill No 20 O .D. i2.o0o.00 Reference P 0 Number on all B/L,Shipments and Invoices Shipments are F 0 B City of Denton or as indicated By Send Invoices TO Direct Inquiries TO City of Denton Accounts Payable John J Marshall C P M Purchasing Agent 215 E McKinney St Denton TX 76201 Tom D Shaw C P M Asst Purchasing Agent (or as indicated on Purchase Order) 817/566 8311 D/FW Metro 267 0042 The City of Denton is an equal opportunity employer M E M O R A N D U M Toe R. E. Nelson, Director of Utilities thru David Ham, Assistant Director Water/Wastewaeter Froms Asa Brown Dates August 22, 1986 Subjs Emergency purchase of rear-end for sludge injection vehicle Two days ago the rear axles on the Big A, sludge injection vehicle, broke and rendered the vehicle helpless concerning land injection of sludge. The reason the axles broke is due to a worn out rear-end, in addition to the overall worn out condition of the vehicle. We can purchase a now rear-end for 25% less than the usual cost. Our cost would be 8119555.00 Total cost including freight would be 8129000.00. This would increase the vehicle value by 8159000.00. Delivery time would be one week. We have the money in our vehicle and equipment account. We are at a critical time concerning sludge disposal We are cleaning beds in preparation for the rainy season and land injection of the sludges is critical for us to be prepared for the wet season. We, therefore, respectfully request that we be permitted to purchase the rear-and assembly for the Big A immediately on an emergency basis waving the public bid requirement. Thank you for your support concerning this matter. ~&1--------------- Asa Brown, Superintandent, Wastewater Treatment Division Dave Ham, Assistant Director Water/Wastewater ccs Jack Jarvis, Vehicle Maintenance Superintendent David Ham, Assistant Director Water/Wastewater