Loading...
HomeMy WebLinkAbout1994-031ORDINANCE NO. ?�Jl AN ORDINANCE ACCEPTING A COMPETITIVE SEALED PROPOSAL AND AWARDING CONTRACT PURCHASEEXPENDITUREMATERIALS, EQUIPMENT, SERVICES; PROVIDING FOR THE OFFUNDS THEREFORE; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the City has solicited, received and tabulated competitive sealed proposals 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 recommnded proposals for heemateria materials, equipment, equipm he me supplies scribed proposals services the best responsible shown in the 1 Proposals" submitted therefore; 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 "Proposals" attached hereto, are hereby accepted and approved as being the best responsible proposal for such items: BID NUMBER ITEM NO. VENDOR AMOUNT 1565 ALL GTE $151,537.00 1596 1 TECH PLAN INC. $ 88,006.00 1596 2 UHW INC. $ 58,000.00 SECTION II. That by the acceptance and approval of the above numbered items of the submitted proposals, the City accepts the offer of the persons submitting the proposals 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 Invitations, Proposals, and related documents. SECTION III. That should the City and persons submitting approved and accepted items and of the submitted proposals wish to enter into a formal written agreement as a result of the acceptance, approval, and awarding of the proposal, 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 Proposal and related documents herein approved and accepted. SECTION_ II• That this ordinance shall become effective immediately upon its passage and approval. PASSED AND APPROVED this the P�— day of 1 1994. BOBBOB CASTLEBERRY, MAYOR ATTEST: JENNIFER WALTERS, CITY SECRETARY BY: --- APPROVED AS TO LEGAL FORM: DEBRA A. DRAYOVITCH, CITY ATTORNEY BY: DATE: MARCH 1, 1994 CITY COUNCIL REPORT TO: Mayor and Members of the City Council FROM: Lloyd V. Harrell, City Manager SUBJECT: RFP # 1565 - TELEPHONE SWITCHES RECOMMENDATION: We recommend this request for proposal be awarded as follows: 1. GTE - DMC Telephones $127,804.83 2. GTE - Waste Water Treatment Plant $ 28 386.98 Telephone System Total Award $156,191.81 SUMMARY: The proposal is to furnish and install the required new telephone switchgear, wiring and associated equipment for both the occupation of the Denton Municipal Complex and the Waste Water Treatment Plant upgrade. 1. The DMC portion includes the items listed above as well as a number of new telephones. The majority of the phones will be brought with the current users when they relocate. 2. The portion of RFP dedicated to the Pecan Creek Waste Water Plant includes a complete replacement of an obsolete telephone system that is no longer compatible with the new communication technology. BACKGROUND: Memorandum and other documents from Gary Collins, Director of Information Services. PROGRAMS DEPARTMENTS OR GROUPS AFFECTED: Information Services, Denton Municipal Center occupants, Waste Water Treatment Plant. FISCAL IMPACT: Funds for the DMC portion will come from DMC Bond funds. The Waste Water Treatment Phone System will be funded from 1993-94 budget funds. a-,spectfully omitted: ill loyd V . Harrell City Manager Approved: Name: Tom D. Shaw, U.P.M. Title: Purchasing Agent 465.AGENDA CITY of DENTON, TEXAS 215 E. McKINNEY / DENTON, TEXAS 76201 / TELEPHONE (817) 566-8200 M E1. M O It A N 1) U M DATE: February 23, 1994 TO: Lloyd I[arrell, City M.Zuager FROM: Gary A. Collins, Director o1Informtit i.,i) Sereices SUBJECT: Telephone PBXs. We are recommending that the Cit. of a North:_ t i I'elcal:)hone Merid.ari S11 from GTE for both the Der)t.ou Municii,ai Center and t;he Waste Water tre eit.ment. pirtrit , G'1'1. oPfcr'6 t Ili , equipment aL thr lowast, cost oP the ttrree %enctor; rc,ponckng o oi,r Request 1'01 Proposal. GTE' s ( )st, i'o r Lhi s c,pl i pmeut k, i 7 i wu i ftcee•d $132,387 for Lhe DMC awl will no',rr>d $2&,390 fo, t1,� Wast.e WaLer Trcatment I'lan'L. Tlw- c amouics wiII. ifit :.lu_Ie Lice f:unt; for an additional phones for l.he lieparLment and th, MuniC ipa.1 JUdv,'e as. Well. as Che ( 1 f, i tie; ... i ncurr I'i um ,`.rriol.d I irni.ted. The funds for the I'BX al. .lie DLI.` is budgctQd in the renovation and move to DMC proje,_L and the fund:; for t_hi, IBX II. (omen front the Utility Funds. FoLI1 )I.euu-; :rrc. under LI.cir i:r•�pe=_ctive proposed budgets. have attached for your revi,w hot_h a sununatt and a d.-•'.<.i; i,reakouL Of t.hc t1)ree vc)n1or:; rrSyon;t tv It ,)rojecL. If you hs"ve any qucsto). .. cu)i be .,I Lul-i,hc•_. sc-I p'.ease ffieel free to caJ1 me a ..nvt iUr..°. c,ary A. Collin~ Director of Information Sctvice_, ITEM DESCRIPTION DMC MAIN SWITCH (Installed) ADDITIONAL CARDS & INSTALL 8 HR UPS T1 ASSEMBLY MOVE FIBER TERMINATION TOTAL FOR DMC DPERATIONS GTE MUST DO REMOVE 25 #S FROM CH 7,LEAR /REMOVE POLICE #S RELEASE 19 UPGRADE CH RELEASE 19 UPGRADE SC RELEASE 19 UPGRADE PP GTE MUST DO TOT NFOTEXT UPGRADE UPGRADE OS TO OS PLUS 1500 NSTAMAC STATION ADMIN NSTAMAC MER MAIL ADMIN f RAUD ALERT INSTALLATION MULTI SITE SOFTWARE INFOTEXT UPGRADE TO' DMC GRAND 'TOTAL CONDUIT FROM GEN CONT ONSULTING FEES B6 33 PC; (COMPUSA) VGA MONITOR (COMPUSA) DMC PROJECT GRAND TOTAL WASTE WATER TREATME MAIN SWITCH & PHONES AMPLIFICATION COST/DISC INSTALLATION J PAGING SYSTEM WASTE WATER TOTAL FOR TELEPHONE SYSTEMS GTE 24,377.06 34,189.59 8,830.47 I/A I/A 1,013.00 63,910.12 660.00 2,640.00 22,227.30 3,860.79 3,860.79 33,249.38 2,895,33 3,950.00 2,875.00 400.00 3,000.00 TONE 75,866.00 I/A 2,420.00 5,988.00 5,483.00 I/A 89,757.00 660.00 2,640.00 22,227.80 3,860.79 3,860.79 33,249.38 2,895.33 3,950.00 2,875.00 400.00 3,000.00 BELL 62,353.96 13,187.50 2,420.00 I/A I/A I/A 77,961.46 660.00 2,640.00 22,227.80 3,860.79 3,860.79 33,249.38 2,895.33 3,950.00 2,875.00 400.00 3,000.00 13,120.331 13,120.331 13,120.33 15,279.831136,126.71 124,331.17 j 2750.001 2,750.00 j 2,750.00 8:525.00, 8,525.008,525.00' 1,000.00 % 1,000.00 1,000.00 250.00 250.00 250.00( 127.804.831143,651.71 ',136,856.17 24,197.45 25,635.001' 21,727.2311 (1,250.00) I/A I/A 3,952.501 I/A 6,805 00 I/A 1 2,420.00 IJA 1,487.031 2,380.00 DNB 28,386.981 30,435.00 28532.23 SUMMARY COMPARISONS OF RFSP FOR TELEPHONE SYSTEMS -- —-----------ECU ITEMS1N x ITEM DESCRIPTION GTE ! TONE BELL DMC PROJECT GRAND TOT_A_L_ 127,804.83 148 651.71 �136 856 171 WASTE WATER TOTAL 28,386.930 435.001 28 632 23 I, * Does not include fiber optic run between wiring closets in DMC DATE: MARCH 1, 1994 CITY COUNCIL REPORT TO: Mayor and Members of the City Council FROM: Lloyd V. Harrell, City Manager SUBJECT: RFSP # 1596 - COMPUTER ROOM MOVE RECOMMENDATION: We recommend this request for proposal be awarded as follows: 1. Tech Plan Inc. - Room design and buildup $ 88,006.00 2. UHW Inc. - Move and pre -stage equipment $ 58,000.00 $146,006.00 SUMMARY: This proposal is for the relocation of the Information Services Department equipment from the existing location to the Denton Municipal Center. 1. Tech Plan will layout the room, furnish and install the built up floor along with other associated activities. 2. UHW will do the actual moving and pre -staging of the equipment along with the re -assembly activities. The relocation will start on a given Friday at midnight and be completed by the following Monday morning prior to the start of the normal work day. BACKGROUND: Memorandum and documentation from Gary Collins, Director of Information Services. Information Services FISCAL IMPACT: This relocation will be funded from DMC Bond funds. The project will remain within budget guidelines. c.. spec,0 ubmi t' L1oydUV . Harrel City Manager Approved: Name: Tom D. Shaw,C.P.M. Title: Purchasing Agent 464.AGENGA CITY of DENTON, TEXAS 215 E. WKINNEY / DENTON, TEXAS 76201 / TELEPHONE (817) 566-8200 M E M O It A I N 1 17 U M DATE: February 23, 1994 TO: Lloyd Harrell, City Matn;ty,el FROM: Gary A. Col iris, Dive( Lot, of Informuti o)ii it es :iUBJECT: Computer Room BuildotiL and llove am recommending that we split the arvarilin:g oIthis Reluest f"r Proposal between two vendors. I'hi ; tv i 1 1 allot, us t.o c•nsui o coat"i.rrued operations without lusof uJrmztI sc- r'.ice to <tI of mane ocher, depar tmeril; , including the i ibral-v anal te�1ume nc,r mu I operations by 8:00 AM Monday morniri . 1 zxni reconun0nd11)11r that t,, have Tech Plan do the computer room t,lrildoltt- tend C11lS' corl,o ;11 i,.ii l,rrfor'm tAir, aguipmenL move and pi 'sAlt �� ph s;cry; of, thi pi,JecL. k% erwaeding the llFi' in 'tkil.s manner tAw !'.t;. o Le;rton will riot, tht lowest, cost for this p'c'oject which, is $1-17,36't includinP Lhe� wuvt- of the laseer printer by xe r-oti, HW-lit: fonds at,, bnd:;t urd in Lice R.enovat:.i.on and 'dove project for the DM(-. Attached for yoi-ir review :i:; boi.h t,f I' the three vendors that rre;;porided .,luestions or, I can he of any further call. me at. any time. t 1✓'}� � Coll In Di.rcctor of Information Gevvi.cos sru fflnv� rind detail coi,ipttri aorl Lu Lhis 1'1",P. i f } ou hay c crn) cercic -c- 1,I.as Peal Irr, to LTH I al #. Q 1 I lid R A Did ITEM RECOMMENDATION Tech Flan Room Build Ul UHW Move & Prestaae Printer (Xerox) PLAIN UHW 148,1911 187,8 _88,005�' 58,0001 146,60611 1,0811 147,087 i IBM 87,6M': TECH ITEM PLAN UHW IBM Raised Flooring 10,180 129,840 18,108 Cables for Equipment 2,176 3,647 Emergency Power Off 680 1,205 1 UPS 14,895 37,2421 Generator I 31,260 I 45,190 PDU and Installation 5,120 0 Air Conditioner & Installation 11,830 22,435 Performance Bond 3,250 0 Sliding Glass Door 6,940 4,025 SUBTOTAL 1 86,331 129,840 131,852 Partition Wall (Security) 2,515 2,244 1 8 Duplex Outlets (Security) SUBTOTAL 2 410 89,256 129,840 3851 134,481 I ALLOWANCES I Air Conditioning (750) (16,025)I PDU _ TOTAL ROOM BUILD UP 5-00-) 88,006 129,840 118,456 Equipment & Furniture Move 7,185 5,000 14,330 Coordination Charges 1,847 Prestage CPU & Disk Credit for Old Equipment_ 55,o00 55,0001 55,000 . ?�000) 6- TOTAL MOVE & PRFSTAGE 60,1851 58,0001 GRAND TOTAL -(2,000 -__(2,009) F-187,840_187,633 148,191 RECOMMENDATION Tech Plan Room Build Up 88,006 UHW Move & Prestage _ (Recommended Total 58,000 146,066 Laser Printer (Xerox) 1,081 Project Total 147,08 � PCt�L �z CONTRACT AGREEMENT STATE OF TEXAS § COUNTY OF DENTON § THIS AGREEMENT, made and entered into this 1st day of March A.D., 1994 , by and between The City of Denton of the County of Denton and State of Texas, acting through Lloyd V. Harrell thereunto duly authorized so to do, hereinafter termed "OWNER," and GTE Southwest Incorporated 500 E. Carpenter Freeway of the City of Irving , County of Dallas and State of Texas , hereinafter termed "CONTRACTOR." WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by OWNER, and under the conditions expressed in the bonds bearing even date herewith, CONTRACTOR hereby agrees with OWNER to commence and complete performance of the work specified below: Specifications as outlined in RFSP 1565 and GTESW's response to said RFSP and Schedule A which is attached. CA - 1 Independent Status It is mutually understood and agreed by and between City and Contractor that Contractor is an independent contractor and shall not be deemed to be or considered an employee of the City of Denton, Texas, for the purposes of income tax, withholding, social security taxes, vacation or sick leave benefits, worker's compensation, or any other City employee benefit. City shall not have supervision and control of Contractor or any employee of Contractor, and it is expressly understood that Contractor shall perform the services hereunder according to the attached specifications at the general direction of the City Manager of the City of Denton, Texas, or his designee under this agreement. Indemnification Contractor shall and does hereby agree to indemnify and hold harmless the City of Denton from any and all damages, loss, or liability of any kind whatsoever, by reason of injury to property or third persons occasioned by any error, omission or negligent act of Contractor, its officers, agents, employees, invitees, and other persons for whom it is legally liable, with regard to the performance of this Agreement, and Contractor will, at its cost and expense, defend and protect the City of Denton against any and all such claims and demands. Contractor's obligation with respect to damage to the system it is installing is limited to repair or replacement, at Contractor's option, of the damaged items. Choice of Law and Venue This agreement shall be governed by the law of the State of Texas and venue for its construction and enforcement shall lie in the courts of Denton County, Texas. The CONTRACTOR hereby agrees to commence work on or after the date established for the start of work as set forth in written notice to commence work and complete all work within the time stated in the Proposal, subject to Specifications as outlined in RFSP 1565 and GTE's response to said RFSP and Schedule A which is attached. The OWNER agrees to pay the CONTRACTOR in current funds the price or prices shown in the Proposal, which forms a part of this contract, such payments to be subject to Specifications as outlined in RFSP 1565 and GTE's response to said RFSP and Schedule A which is attached. CA - 2 IN WITNESS WHEREOF, the parties of these presents have executed this agreement in the year and day first above written. (SEAL) ATTEST: (SEAL) APPROVED AS TO FORM: AA X/ - CA City Attorney AAA0184D CA - 3 SiCHEDULE A SCOPE OF VVORK All work will be performed as outlined in RFSP 1565 and their response to RFSP 1565 Work can be started on March 2, 1994 and the first cutover must be completed by Midnight (12:00 AM) May 2, 1994. The second cutover must be completed by 7:00 AM June 30,1994 T he work to be performed is the following: - —ITEM DESCRIPTION GTE DMC MAIN SWITCH (Installed) 241877.06! WIRING, 34,189.59' ADDITIONAL CARDS & INSTALL 8,830.47 i8 HR UPS I/A �T1 ASSEMBLY I / A MOVE FIBER TERMINATION 1,013.00 TOTAL FOR DMC( 68,910.12 !OPERATIONS GTE MUST DO I 25 #S FROM CH I 660.00'': (REMOVE ;CLEAR /REMOVE POLICE #S 2,640.00' 19 UPGRADE CH 22,227.80, ZLEASE LEASE 19 UPGRADE SC 3,860.791 RELEASE 19 UPGRADE PP 3,860.79' GTE MUST DO TOTAL 33,249.38 , ; I '{NFOI'EXT UPGRADE I 'l.1PGRADE OS TO OS PLUS 1500 2,895.33 !. ;INSTAMAC STATION ADMIN 3,950.00' !INSTAMAC MER MAIL ADMIN 2,875.00 ALERT INSTALLATION 400.00 'FRAUD ;MULTI SITE SOFTWARE 3,000.00 INFOTEXT UPGRADE 13,120.33 DMC GRAND TOTAL T11115,279Z3 WASTE. WATER TREATMENT MAIN SWITCH & PHONES 24,197.45', AMPLIFICATION COST/DISC (1,250.00 INSTALLATION 3,952.50 i UPS I/A NEW PAGING SYSTEM 1,487.03' WASTE WATER TOTAL L28,386.98'i All payments will be made after completion of work and acceptance by the City of Denton. PERFORMANCE BOND STATE OF TEXAS S COUNTY OF S Bond No. 276895 KNOW ALL MEN BY THESE PRESENTS: That GTE SOuthwebt, Inc. , of the City of. Ixv.ing County of DaU," , and State of Tex" as PRINCIPAL, and SEABOARD SURETY COMPANY as SURETY, authorized under the laws of the State of Texas to act as surety on bonds for principals, are held and firmly bound unto the City nA Dgntan as OWNER, in the penal sum of One Hundked foat4 Three Thousand zix hUnd,ked A eventfj and no/100--------- Dollars ($,_ 143,670.00 ) for the payment whereof, the said Principal and Surety bind themselves, and their heirs,. administrators, executors, successors and assigns, jointly and severally, by these presents: WHEREAS, the Principal has entered into a certain written contract with the OWNER, dated the 1dt day of Mahch , 1994 , for the construction of 2 new PABX'e, DMC wihi.ng, move g.ihehmux 3 PABX u nailed, Injo>rtext Upgrade. which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, the condition of this obligation is such, that if the said .principal shall. faithfully perform said Contract and shall in all respects, conditions and agreements in and by said contract agreed and covenanted by the Principal to be observed and performed, and according to the true intent and meaning of said Contract and the Plans and Specifications hereto annexed, then this obligation shall be void; otherwise to remain in full force and effect; PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Article 5160 of the Revised Civil Statutes of Texas as amended by acts of the 72nd Legislature, Regular Session, 1991, and all liabilities on this bond shall be determined in accordance with the provisions of said Article to the same extent as if it were copied at length herein. PB - 1 PROVIDED FURTHER, that if any legal action be filled upon this bond, venue shall lie in Denton County, State of Texas. Surety, for value received, stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract, or to the work performed thereunder, or the plans, specifications, or drawings accompanying the same, shall in any way affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this instrument this 25th day of March 19 94 . GTE SOUTHWEST, INC. SEABOARD SURETY COMPANY Principal Surety 0 Title Address: (SEAL) Meeani.e Dunbar Title Attonneu-in-fact Address: 8144 Watytut H.ie_e Lane, Ste.1199 DaU.", Tex-" 75243 (SEAL) The name and address of the Resident Agent of Surety is: ThomaA A. Rogeu, 8144 Watnut Hilt Lane, Suite 1199, DafW, TX 75243 NOTE: Date of Bond must not be prior to date of Contract. AAAA184n PB - 2 For verification of the authenticity -of this Power o�fiAUo nd details of lhlo bond o9whichthe5pov powerand s attached. In New York, let 2 2 627-5444f or to the Powor CONTRACT AGREEMENT STATE OF TEXAS § COUNTY OF DENTON § THIS AGREEMENT, made and entered into this 1st day of March A.D., 1994 , by and between The City of Denton of the County of Denton and State of Texas, acting through Lloyd V. Harrell thereunto duly authorized so to do, hereinafter termed "OWNER," and 900 Alpha Drive P.O. Box 851077 of the City of Richardson , County of Dallas and State of Texas , hereinafter termed "CONTRACTOR." WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by OWNER, and under the conditions expressed in the bonds bearing even date herewith, CONTRACTOR hereby agrees with OWNER to commence and complete performance of the work specified below: Specifications as outlined in RFSP 1596 and Tech Plan's response to said RFSP and Schedule A which is attached. and all extra work in connection therewith, under the terms as stated in the General Conditions of the agreement; and at his (or their) own proper cost and expense to furnish all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance, and other accessories and services necessary to complete the work specified above, in accordance with the conditions and prices stated in the Proposal attached hereto, and in accordance with all the General Conditions of the Agreement, the Special Conditions, the Notice to Bidders (Advertisement for Bids), Instructions to Bidders, and the Performance and Payment Bonds, all attached hereto, and in accordance with the plans, which includes ;N.sil all maps, plats, blueprints, and other drawings and printed or written explanatory matter thereof, and the Specifications therefore, as prepared by Corrigan Associate Architects and City of Denton Staff , all of which are made a part hereof and collectively evidence and constitute the entire contract. Independent Status It is mutually understood and agreed by and between City and Contractor that Contractor is an independent contractor and shall not be deemed to be or considered an employee of the City of Denton, Texas, for the purposes of income tax, withholding, social security taxes, vacation or sick leave benefits, worker's compensation, or any other City employee benefit. City shall not have supervision and control of Contractor or any employee of Contractor, and it is expressly understood that Contractor shall perform the services hereunder according to the attached specifications at the general direction of the City Manager of the City of Denton, Texas, or his designee under this agreement. Indemnification Contractor shall and does hereby agree to indemnify and hold harmless the City of Denton from any and all damages, loss, or liability of any kind whatsoever, by reason of injury to property or third persons occasioned by any error, omission or negligent act of Contractor, its officers, agents, employees, invitees, and other persons for whom it is legally liable, with regard to the performance of this Agreement, and Contractor will, at its cost and expense, defend and protect the City of Denton against any and all such claims and demands. Choice of Law and Venue This agreement shall be governed by the law of the State of Texas and venue for its construction and enforcement shall lie in the courts of Denton County, Texas. The CONTRACTOR hereby agrees to commence work on or after the date established for the start of work as set forth in written notice to commence work and complete all work within the time stated in the Proposal, subject to such extensions of time as are provided by the General and Special Conditions. The OWNER agrees to pay the CONTRACTOR in current funds the price or prices shown in the Proposal, which forms a part of this contract, such payments to be subject to the General and Special Conditions of the Contract. CA - 2 IN WITNESS WHEREOF, the parties of these presents have executed this agreement in the year and day first above written. I JrHL) ATTEST: Tech Plan CONTRACTOR Title (SEAL) APPROVED AS TO FORM: City Attorney AAA0184D CA - 3 SCHEDOLek SCOPE OF goRK « work- will w 9Aiw as m1.dinR P'See: thea response bR PSy m car he starred an Mamh %lm4and must be completed 2 BDO u« 2199¢ e +mW QaGWe the todo,.ving: — — �— — ----- — — — — -- � -- � TECH ; TE 9 PLANj --�---...—�----.may. Rmedmmeg y 9d IIe;m zpoe 2176 E. . etrarOff qo UPS 14ME cleneraw %2q PSSand :nst 6&e t2c , Condloner&) a. « ?q e weaceE�o 2 2:50 se:w 9a: c 0440 SUS L1 +2s Ration 3& GeuQ1 225 sD&. 0&e :Sc eri «n sum C L2 q.aF ALLO' A CES Ailo4%m»: ) PER" ;S$ Ad payments be made. Ae«mP se ik anu =eotirr7ebyDecGe n Addendum to RFSP 1056 March 8, 1994 It is proposed the performance bond be removed as an item from the contract as outlined on Schedule A in RFSP 1056 and a deduct of $3,250.00 be applied to the contract total. This would revise the price for the total room build up to $84,756.00. It also appears the time to execute the performance bond would delay the project beyond the proposed start date. Contractor By Arceptf& bt Uwner a 3�l/ ¢ 3//G/y V Date Date COMPUTER RELATED — SERVICES U.H.W. Corporation 1540 Selene Drive, Suite 118 Carrollton, Texas 75006 214/242-0040 • 800/969-3090 FAX 214/323-0444 -SALE OF PRE -STAGED EQUIPMENT AGREEMENT - SELLER: PURCHASER: UHW CORPORATION CITY OF DENTON 1540 Selene Drive, Ste. 118 901-B Texas Street Carrollton, TX. 75006 Denton, Texas 76201 Attn: Cavin Higginbotham Attn: Gary A. Collins Phone: (214) 242-0040 Phone: (817) 566-8562 1. The SELLER agrees to sell, and the PURCHASER agrees to purchase, the equipment listed below ("the Equipment"). Test, Stage, Refurb, Deliver and Install. 1 x 4381-T91E 2 x 3880-G23 3 x 3380-AE4 3 x 3380-BE4 UHW Corporation shall purchase the following equipment based upon sale of Pre -Staged Equipment. 1 x 4381-P14 1 x 3880-003 1 x 3380-AA4 1 x 3380-B04 1 x 4361-005 3 x 3370-001 3 x 3370-002 (One is Memorex) UHW Corporation shall perform physical move of Data Center based upon response to RFSP #1596, not including install and disco of equipment. Sales Price: $58,000.00 Sales Tax: N/A Total: $58,000.00 Sales Tax Exemption Number: 75-6000-514 2. TERMS OF PAYMENT: Due upon installation completion of listed equipment. 3. Title of the Equipment is to remain vested in SELLER the sales price thereof shall have been paid. Failure to pay the sales price of any Equipment when due shall give the SELLER the right, without liability, to repossess the Equipment with or without notice, and to avail itself of any legal remedy. In the event that PURCHASER fails to pay for the Equipment when due, and SELLER elects to repossess the Equipment, SELLER shall be entitled as liquidated damages, and not as a penalty, to twenty per cent (20%) of the sales price of such Equipment. If the amounts due to SELLER from PURCHASER hereunder are not paid when due, there shall be added to the amount due to SELLER hereunder the amount of all attorneys fees actually incurred by SELLER in collecting such amounts or in repossessing any Equipment. 4. The prices above are F.O.B. 601 Hickory Denton Texas 76201 All transportation, rigging, and drayage charges shall be paid by UHW Corporation. All charges for and incident to the installation of the Equipment shall be paid by UHW Corporation. 5. There has been or shall be added to the prices shown above amounts equal to any taxes, however designated, levied or based on such prices or on this Agreement or the Equipment, including state and local privilege, excise, sale or use taxes based on gross revenue, and any taxes or amounts levied thereon paid or payable by SELLER in respect of the foregoing, exclusive, however, of taxes based on net income. Any personal property taxes assessable on the Equipment after delivery to the freight carrier shall be borne by the PURCHASER. 6. SELLER warrants that at the time of delivery, the Equipment will qualify for a Manufacturers Maintenance Agreement, if so stated above, and that it shall have good title to the Equipment free and clear of all liens, claims, and encumbrances. SELLER MAKES NO OTHER WARRANTY EXPRESS OR IMPLIED; AND ANY WARRANTY OF MERCHANTABILITY OF FITNESS FOR A PARTICULAR PURPOSE IS HEREBY DISCLAIMED BY SELLER AND EXCLUDED FROM ANY AGREEMENT MADE BY ACCEPTANCE OF, OR ORDER PURSUANT TO, THIS OFFER, SELLER SHALL NOT BE LIABLE FOR ANY incidental or consequential damages, or for any loss or expense arising from the use or the inability to use the Equipment for any purpose whatsoever. SELLER'S liability shall not in any event, exceed the contract price for any malfunctioning item of the Equipment. 7. The SELLER reserves a purchase money security interest in the Equipment listed herein in the amount of the sales price. This interest will be satisfied by payment in full by PURCHASER. A copy of this Agreement may be filed with appropriate state authorities at any time after signature of the PURCHASER as a financing statement in order to perfect the SELLER'S security interest. Such filing does not constitute acceptance of this Agreement by SELLER. Prior to payments in full of the sales price, at the request of SELLER, PURCHASER will execute financing statements satisfactory to SELLER covering the Equipment. PURCHASER will not, and will not attempt to sell or transfer any of the Equipment prior to payment in full of the sales price. 8. This Agreement shall be governed by the laws of the State of Texas. This Agreement constitutes the entire agreement between the SELLER and PURCHASER with respect to the sale of the Equipment listed above and no statement not contained in this Agreement shall be binding upon the SELLER as a warranty or otherwise. The foregoing terms and conditions shall prevail notwithstanding any variance with the terms and conditions of any order submitted by the PURCHASER in respect of the Equipment. 9. Prior to delivery of the Equipment, SELLER shall have the right to substitute for any item or items of the Equipment, an item or items of the same type and model, provided that any such substituted item or items shall be subject to the Manufacturers Maintenance Agreement, if so stated above. 10. Within ten (10) days of delivery of the Equipment to PURCHASER, PURCHASER shall notify SELLER in writing of any defects or non -conformities in the Equipment. Failure to so notify SELLER shall constitute PURCHASER'S acceptance of the Equipment. 11. This agreement shall not be effective unless signed by PURCHASER and received by SELLER at its office above, within ten (10) days of the date hereof. 12. MISCELLANEOUS: ACCEPTED BY SELLER: ACCEPTED BY PURCHASER: UHW CORPORATION CITY OF BY: Cavin Higginbotham TITLE: Senior Vice President DATE: February 23, 1994 BY " LLOYD V. HARRELL TITLE CITY MANAGER DATE MARCH 8, 1994