HomeMy WebLinkAbout1985-1750923L
PONISAWA
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 ordinanes, 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 the Code of Ordinances requires
that the City Council approve all expenditures of more than
$3,000, and
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
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
9496 I B M $ 26,600 00
9497 I B M $113,332 22
9500 Whitmire Building Services $ 6,540 00
SECTION II
That the acceptance and approval of the above competititve
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 authorzied to excecute 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
Bid Proposals, and documents relating thereto specifying the
PAGE ONE
terms, conditions, plans and specifications, standards, quantitates
and specified sums contained therein
SECTION IV
That upon acceptance and approval of the above competitive
bids and the execution of contracts for the public works and
improvements as authorized herein, the City Council hereby
authorizes the expenditure of funds in the manner and in the
amount as specified in such approved bids and authorized contracts
executed pursuant thereto
SECTION V.
That this ordinance shall become effective immediately upon
its passage and approval
PASSED AND APPROVED this the 3rd day of September, 1985
ATTEST
6U�el�
CHARLOTTE A LEN, CITY SECRETARY
CITY OF DENTON, TEXAS
APPROVED AS TO LEGAL FORM
DEBRA ADAMI DRAYOVITCH, CITY ATTORNEY
CITY OF DENTON, TEXAS
��//,/i OVA/ ? 57A/21.1
PAGE TWO
DATE 9/3/85
CITY COUNCIL REPORT rORMAT
10 Mayor and Members of the City Council
FROM Rick Svehla Acting City Manager
SUBJ htl Bid 9497 IBM Mainframe Upgrade
RECO14M ENDAfION We recommend this bid be awarded to IBM for the total
cost of 113,332 22 This will however be purchased on a lease/purchase
contract at a payment of 4,898 72 per month
SUi1M AR Y This bid for item one upgrade and we also listed item two
as a 4361 to replace the 4331 We feel that the upgrade is the better of the
two at this time therefore we are awarding the bid to IBM for item one
BACKGROUND Tabulation Sheet and D P A Board Minutes
PROGRAMS DEPARPMENfS OR GROUPS AFFELrED Data Processing
FISCAL IMPACT Budgeted 100-003-0017-8509 There is no additional impact
on the General Fund
Respecttully submitted
IMEk Svehl a Acti rig
City Manager
P ii erred
name Tom Shaw
Title Assistant Purchasing
Approved Agent
, �
hn Marshall
ict Purchasing Agent
a
z
w
a
0
c
z
w
a
z
w
a
S
�
>
a
m
o
z
�
Z
I.ti
w
>
O
N
Lo
O
LO
m
m
O
U
M
pa
N
O
co
to
Z
N
g
Z
et
\
m
W
O
Ch
I
O
C)
O
N
O
O
O
O
>)
CD
C)C)O
N
pa
co
'O
q
00
O
LO
m
O
r
L
Z
O
t0
O
E
z
m
C)
cli
O
>
M
d
c7
G)
N
N
N
N
v
ro
ro
5%
Z
V
L
Ln
co
pI M
E
r
a
S..0
O
0
C
ro \
O
U
0)
ro
C
Ln
ro
C
O
L 00
O
t/l
Od
Iv
N
O
4J
O
N
N
O
J
J
J
C
M
A
C
4-
N
C
4�
4%
O
w
L
ro
ro
L
A
r
C
L
ro
ro
L
>�
O
'E'
f-
4�
C
r
O
L
to
+>
C
r
O
L
E
I
k7
ro
C
(D
r
0_
w
M
I
C
N
0-
Gl
E
O
H
3
0
ro
0
>
d'
w
O
4+
t0
0
>
m-
C)r1
'0r-
Ol
m
r
S.
r
N
ro
r
f
ro
N
ro
et
F-I
ro
d'
ro
C
L
G)
coS-
d'
roc
S-
Q
H
H
od
w w
z
CO
w 0
DAT E 9/3/85
CITY COUNCIL REPORT rORMAT
TO Mayor and Members of the City Council
FROM Rick Svehla Acting City Manager
SUBJECT Bid 9496 IBM Disk Drive
RELOMM ENDATION We recommend this bid be awarded to I B M , the lowest
evaluated bid, for the amount of 26,600 00 with maintenance of 101 00 per month
and a one time cost of transportation at 115 00, however a 24 month lease/purchase
is considered at 1214 52 per month
SUMM AR Y This bid was sent to several vendors and we received only two bids
IBM is the higher lump sum bid, however the cost per meabytes is less There is
a greater storage capacity available in the 3370 model 2 than the 3370 Model 1
bid by Comdisco Therefore we recommend the higher bid as the lowest evaluated
bid, and we also specified the model 2
BACKGROUND Tabulation Sheet, D P A Board Minutes
PROGRAMS DGPARIMENZS OR GROUPS AFFELIED Data Processing
FISCAL IMPACT Budgeted Item, there will be no impact on the General Fund
Respecttully submitted
Rick Sv--eh Acting
City Manager
Name Tom Shaw
Dille Assistant Purchasing
Approved Agent
�l
" ohn Marshall
it Purchasing Agent
x
S
Z
w
a
8
Z
>
>
a
z
>
x
8
z
>
a
8
m
Z
Z
O
N
O
O
O
O
O
un
m
94
O
d'
U
Lr)
N
>
N
O
O
O
O
O
✓�
o
�n
v
o
co
ro
$
o
o
v
Z
O
0)
Oi
2
M
N
E
CD>
O
>
'
M
U
N
OJ
N
ro
r
M
>
i
O
p
F
7
F
C
>
r
fa
m
L
C
Y
N
C
a
o
v
ro
c
o
OI
_
Y co
.,�
0
m
_I
U
-P
N M
L7
O
O
O
t
ro
ro
L
T
O
OI
r
{
M
M
G
N
G
4J
co
M
M
cm
m
CD
E
C
+%+
r
N
ro
m
m
cr
a
N
g
�O-I
fs7 N
+Ic
a
F
F
z
ac
F [Qsl
� '+
Z
O
O
O a
U
as
co 0
d
as
DATE 9/3/85
CITY COUNCIL REPORT FORMAT
rO Mayor and Members of the City Council
rROM Rick Svehla Acting City Manager
SUBJh(II Bid 9500 Erection of Picnic Shelters at Fred Moore Park
RECOMM ENDAFION We recommend this bid be awarded to the low bidder
Whitmire Building Services of Denton for the amount of 6,540 00 The
equipment has been received and is ready to be installed
SUHM AR Y This bid is a rebid for the erection of a Picnic Shelter
at Fred Moore Park We purchased the shelter for Fred Moore Park softie months
ago We bid the erection at that time but did not receive a bid With this
award the shelter can be erected soon
BACKGROUND
Tabulation Sheet
PROGRAMS DEPARrMENFS OR GROUPS AFFECTED
Development
FISCAL IMPACT Grant Fuild 216-005-CD07-9108
Pr h ed by �
\ � C
Name " Tom Shaw
rifle Assistant Purchasing
Agent
Ap over
N e 5 a
Ie P chasing Agent
Grant Fund -Community
Respectfully submitted
Rick Svehla Acting
City Manager
a
S
Z
w
>
a
z
z
w
a
z
z
w
>
a
S
>
a
>
0
0
c c
a
o
r,
E
z c
°�
>
w
0
0
aca,
o
r O r
Q
r OJ
[
t0
U
m N
>
3
L.
i
N
N
Y
Y
r
N
r
N
L
N
V)
N
O
U
p
U
U
p
U
n. m
O
C
CL
Y
�U
4- O
N
4-
N
O \
w
O
A
C 00
O
c
O
O
O
O
CD
C
~
N
N
N
C
W
W N
m
w
a
F
E
F w
0
Z
O
~
P.
CC
o]
6
cc
CONTRACT AGREEMENT
SPATE OF TEXAS )(
COUNTY OF Denton )(
THIS AGREEMENT, made and entered into this 4 day of .$gRtember _
A.D., 19 65, by and between The City of Denton, Texas R
of the County of DPnion and State of Texas, acting through
Rick Svehla, Acting City Manager thereunto duly authorized so to do,
Party of the First Part, hereinafter termed the OWNER, and
_James 0. Whitmer dba Whitmer Building Services 2212 Fort Worth
p
of the City of Denton 76205 ., County of Denton
and state of Texas Party of the Second Pa
termed CONTRACTOR.
hereinafter.
WITNESSETH: That for and in consideration of the payments and
agreements hereinafter mentioned, to be made and performed by the Party of the
First part (OWNER), and under the conditions expressed in the bonds .bearing
even date herewith, the said Party of the Second Part (CONTRACTOR) hereby.._
agrees with the said Party of the First Part (OWNER) to commence and. complete'.
the construction of certain improvements described as follows:.
and all extra work in connection therewith, under the terms as stated 'in the '1
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'','iand ''services.'•:`.=
necessary to complete the said construction, 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 all maps, plats, blueprints, and other drawings andtprinted or .
i
CA-1
00441)
written explanatory matter thereof, and the Specifications therefore, as
prepared by Citv of to
Parks & Recreation Department and CDBG
f. therefore,
all of which are made a part hereof and collectively evidence and
constitute the entire contract. i
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.
IN WITNESS WHEREOF, the parties of these presents
agreement in the year and day first above written.
Rick Svehla
Acting Citv Manager
ATTEST:
APPROVED
A
S(�_S TO FORM:
ttorney
CA-2.
0044b
executed this
5
OWNER
Bid # 9500 _<
_} PROPOSAL 1 ' w
` f
TO- f
Z' r t THE CITY OF DENTON„TEXAS
For the Construction of �$.
� y
, z ;r s Fred Moore Park
t r0]eCt r� c xL4 F� + q i
`
t+ _ .) 1 s a E e! r !
j x IKs �x��+
s h } l{� 2i rJ L ; �., n, �t � F� Y,'•�Zo I9 � , R"4 ♦��5! r�'nkE �b{,Y ra7F��i� 7`41
P_
+zi+.nriSThe °-:-undersigned`s r5"^•?z;,:,-'xl,ltu,t"�."ti$:��M..1� 1Ju'r ,: ,as bidder,'declares that the,,,,only#person orvrparties,
interested'.in this proposal°as principals` are :`those.;:
that;" this"q; proposal is made'withoutltcollusion withjanynothe",'5? n,
k p
�� t or contractcorNoticeon�othat �Ihe`^�has '"':'carefully; examined, the: form "`of
Bidders, specifications`_j>and-,jthe'plans,therein II
n referred to, and has carefully`,examined tithe ".,locatiions, conditions,
and classes of ;' materials "=of.,:=•the'l rproposedl'work ^and-€agrees`'that `he
will provide all the:`necessary_ ". labor,` I machinery, E stools, ;`;apparatus, . ;r and -',.other. +' items•. incidental _to construction, and' wiltl do,' a1L the work
and furnish all the ,","materialsthe ,'contract sand . a
!specifications in the manner,; prescribed therein andFaccording<to,the
requirements of ;the =City_ as therein set forth " ° f:*
t It+ is under stood°that'�'the:following quantities oflip work to?,bedone;at ' 4,�lF.unit'pricesi'are approximate onl
y, and „are
�serve,asa intended principally to
+'#g4guide in evaluating bids ,
E - 1 a• i�'L n ,_ .i `E ,C;L + ."5-` y' cc °'. dx e
y 9 f vN
It 'is agreed'^that :the' quantities 'of work to beudonee`at unit prices
andimaterial to..be:;furnished may -be." or-v diminished s 'foray 3 j gybe 'considered ':necessary, `in the:', opinion;•,--ofr the ,,City E o ;;complete. ;the it
work' fully'`as`planned `and.-contemplated,r and - that', fall E':rquantities ;',of. , 1.;work whether increased or decreased are to be performed at the`unit
prices setxforth,4below except as providedforin thespecifications {•
i�r isFs'A z, t"` '",� b'3y...�,
it s further agreed that lum
p sum; prices may be 4,?incr�eased i nto ,;cover i
;additional work "ordered by `;the, City,''but =not 'shown ion, the.'plans or.
1.required by: the "specifications,4-in, accordance ,with-`, the ','provisions ;i_to '
the "General "' Conditions:" Similarly, TM theyr may be' decreased'�to 'cover
deletion of:,work so ordered ,
k�ra+,l�zil
It is understood and"agreed;,;
that the, is=tobe 'completed,;,un;I-the
tit most expeditious..•"manner.' Each 'contractor `'will work with=they'+'City
1. PPark' superintendent` or his designate `,},tor .coo
'the most efficientrdinate >i�the pro ect , in !
manner.
Accompanying this.proposal .is a certified or.cashier:'s,check or`
„Bid
Bond, payable to,the Owner, in'the ` amount:'.'."
;total bid. of five'!�
Percent of -`the
Xt
I hi
-„
i
., yQ
P-- 1
BID SUlk4 y a
14
;q. TOTAL BID PRICElN.WORDS
r...
5 X a rn 1'' ( i. •.. t 4
In the event of 'the .award -of ::a 'contract to e�r z-
the undersignec
undersigned' will "furnish a performance bond _and a�.lpayment for the full" amount `of the':contract,==to:'secure, proper 'fy s �compliance,.with the terms and,;provisions^of>the"contract,t r "ins and'Quarantee�"'the work`:luntil`-;final, completion° and.44
+ 'acceptance and to guarantee ',payment for`allr-lawful claims
t labor mrea ndjmaterials �fur&in the ""'the cont rfulfillment
t v. I
t is understood thatthe"work proposed to beAone #shall b a ; $ ;accepted, when;:fully."completed`ands=finishedVin;accordance�i
the plans and specifications,,to the, satisfaction of'the
1
k 12i EAQ lneer Y9 r �A
,The undersigned certifies'that:.the,bid;'prices.:.`conta d in
Y proposal'.have-•lbeenrcarefully checked ne
and tare submi7ttne as`
i COtrect andrflnal
i ry,... i :<>', t t-Y'•Fir *r"i ..a^4 tht`�3„: Y1 sl, t.+�;
Unit and1lump sum. prices as :showa for',each item listed in�t
proposal,,°,shall control over sextensions ,r,
y ., •, > � � > 5 �2 G , >
,�s xe nl. 4R� s4 e=JY // �%/G1�/J � ��Ci SLR/?✓/CG_$ {t F,<a +' �4 x'"�4! I^s S.-.e'zx ,g `�;�,
C`f1NTD�mm�o:.,..
P.
treet=Address
;the .,
`t4xtrY ,f �! i. /✓/�NT�� � '`/b�D� 12,,yv `i'r tY' i4!°x � �`ti+ gsrr��� hri64'11 j1'�i. 4'.
City, and State K
a :
rl`
Authorization��
(If, a Corporation):, z �w :� , "
y oras t � ��� S9'%� r w h ,
t Telephone t w
Aa .fir Cz a Mns Ji ' -:.Fib
1
{
'+ 4 ,
�It is understood that the. d"security accompanying this proposal
a ?shall be returned to -the bidderl,:unless`in.casevI''of %the .acceptance^of
,{the proposal,:+'the bidder°'shall`'>fail to- exec_ ute'`ar'contract;� and"file'a
:performance bondrtand acceptance, a'payment ''bond F' within fifteenF"``days `;"after ter -'."its
in:which'"case.the-bid.security.shallpbecome;the'property
Of the Owner,' and shall be considered`'as"'payment%fori��;damages .due to
delay and other, inconveniences;;'suffered by'"the Owner on ,,account 'of
such failure ;ofVthe .'bidder 'understood pthat the p Owner
Vreserves the right to reject;any andrall bids
ti ': ,;!.The undersigned .hereby' -proposes, and'agrees:a.to,,k.performs`'all work ?',of
w,whatever nature"" required, `in strict'{�aaccordance'with the':plansand
,a specifications, for the following sum or'p;ices,fiao
1`4
�� t' y ., i. isn�r yy* R I*�.F Jlxi✓ � d e r � 2{ .fs S•r [ tj i� ' ' r trr
I `§ n �,• a '� G�'Y,sV„ra'zy. § Y a �,Z'Sei #7�3*:�fi'.rn'�s 1 s
''' 'd $ J i r c�' tY ( :j •9c ys¢ 4i '. tr
.i 1
li t 1 IK i i
k RS i +� i 7 n i
f t r .a� 9 I { yi c) 'I' r I'll A Yi+ r y 3 R�1 1
U. 4!' v "i�^%G�`
('.,y�
S
�f
°s ly r k i yti'k� a` �f i
saS
I ' Y)+ e �,. } ,:...n r .+,. I �Y r 'ff r t +-, x � - L �e, o '7s it �"}1•�yr ' °e` -�' t T ri� rt r ¢
F,
t ii 't ro >1�s c J a� Aar t c tr t i i o i A f;, r'S sn
P f w i
1zf+ L ry1.7 4 s
�D
11 t P.1j.
i;
f x _t. fTy fti` a ! rr f k'-
i
%Y t .c
xt .4'
t u t+
t W.
Ti 'v4D7 D <f .'y 4y 4aa"°
i
k W.
'ji
ff
.li 9y r A 'i I�i f
I r
P _ 2
.t
TOTAL BID PRI,CE:-IN,WORDS
cz-ltl a, 'yo, 00
Oil
AI
In the event,Of��the 'award of `4!
a contractT�l o
undersigned will��furni Sh-at.� e
i"perform c e;-�� 0
- a
for the fUll"aamount,,, :of,•,the',,contract.,; `*� ,�.,to-.-'sec re
'cOmPliancewith;,,the•_%'terms ii,and prov s o S%'o
."
`insure and'guarantee'itheY,worO"u �Y -'?'c o
nti
'acceptance %,-�tMiguaranteelipaymen
t for �an d Jlr
I 1
Tabor performedandM. " materialsg'furnished r n i sTe!
contract"O�WkVi�'i
the
is understood 'that,'the work."propo'
accepted ';when' se to� be-, c
.'fully�lcompleted I �j and."finishe&in:
kx e plans :and,, -specifications
to
ine er ...the,'.: s a t i s f a c t
e undersigned ,certifies,
:,thatl'the,bid 'prices.,c
proposal'.
have lbeen,,,carefullya checked :'and; ',are{ u
' �` r MUnit and .,lump sum ;prices as1:'shown 'for -.each, �
W
BY
StreeV,,.Addiess
/x
4
aal
t.
& Authorizations4
Corporatio
Telep
ersigned',
payment�l
t
peru,.�
nt.ract.',.,,t
on6T.shali
accordant
on'of"th
,4,
ontainedl;l
bmitte&'�'a
!I k
P-3.
e
PURCHASING DEPARTMENT:; • .`: BID INVITATION
City of Denton _ �, : ;•.r
901-e Texas St: - - 'CITY OF DENTON, TEXAS '
Denton, Texas 76201
r "' Date ,July, 25,' 1985
i. r• : '.t ( I
mr r j t i...... t BID NUMBER 9500 i•, "
`BID TITLE ` ..ERECTION OF PICNIC,SHELTER,
.'`.'FRED MOORE,PARK
Sealedbld proposals will be received until 2:00 p.m.
of
yrrX9 ,
. I.
� ) x`" f� " t* = ' August 20: '19R5 at the office of the
Purchasing Agent, 901 B Texas St., Danton,.Texas, 76201
' `� M'`� x � F c ' '¢. r' �' •+�" { ^
Rt Z u t x? �. '.'' t ri ; ; �`�' t For additional information contact
- _ 'JOHN J. MARSHALL C P.M: -:-TOM D. SHAW, C.P.M.
i "T) F 'J + '• PURCHASING AGENT ASSIST. PURCHASING AGENT t �`
? F ..r F'I +r••st e'+� ' .. s a "L r Sr .v-rc r�•-v y-axs.r+. x �t.•�,
Y .3' �OfflCe 4 E+ d', cDIFW Metro,,r: i t
817 568-8311.' 817-267-0042
'l` t
INSTRUCTIONS TO BIDDERS
L }}
1 'Sealed bid proposals'niust beCreceived'In duplicate, on this form; prior to opening date and time to beconsidered.'Late : j
proposals will be returned unopened.
2.,'"Bids'shall be plainly marked a§ tc the bid number, name'of the bid. and bid opening date on the outside of completely+
-,.sealed envelope; and mailed or delivered to the Purchasing Department, City of Denton, 901-8 Texas St.; Denton, TX-;
J t 76201 riyy 6 ti.. Sr + e y I r ,y
3 Any submitted article -deviating from the specifications must be Identified and have full descriptive data accompanying
,. same or It will not be considered
4 All materials are to' be quoted FOB Denton, Texas; delivered to the floor of the warehouse, or as otherwise indicated.
r 1
6 P Y Y P
t 5 :The City of Denton Texas reserves the right to accept separate Items In a bid unless this right Is denied by the bidder.
1n case of default after bid acts lance the Clt •of Denton Texas may et Its option hold theacceptedbidder or contractor
` liable for any and all resultant Increased costs as a penalty for such default.'
'a�vv t ,>`-i':77` t�:.S'..:',�rr�. .i',
7 x+The Clty4ot.Dsnion reserves,�,theiright_to"reject+'any and all„bide,°to`waive all`Informalltlea and'requlre that submitted bids' _" • i
remaln In force for a sixty (60) day Period after opening or until award Is made whichever comes first. t
8. .The quantities shown;may6er`approzimate`and could vary accordmg'to'the` requirements of the City of Denton
' throughout the contract pan od
9 ..The Items'are to be priced each net (Packaging or shipping quantities will be considered)
` : 10. ".[. The Purchasing Department assumes responsibllity for the correctness and clarity of this bid, and all Information andlor
`questions pertaining to this bid shall be directed to the City of Denton Purchasing.Agent
11 _ Any attempt to negotiate or give information on the contents of this bid It the Clty of Denton or its representatives ,
Prior to award shall be gounds for disqualifications.
12 ` The'condltions and terms of this'bld will be considered when evaluating for award.'.
ir
13 ,The City of Denton is'exempt fromallsales and excise lazes. (Article 2004 B) ...
•I
P-4 r�
}
r
HYD HUMM 9500 _ ®ID PROPOSALS
r - Page 5 of 10
..;t! ... OMEGItf�'TIOM •' GUAM. PRICK AWUA
t
� , y� >•�t Fj }�i,,y s1 � 1 iN� a- t -• � r � t � � t
j aC• ^,' iyy,,, t�/` x'"{ 1.r� i t i 4`'iK.I `. {. ; ,
i e la ,.� ;� 1 x if ari �r�i t t." r , 1. Erection of�'20x>36'' Laminated'BeamrPienic -*lS9�;a
ShelteV,4nd:,Concrete. Slab :.:'Foundation ' i { '.
A _Shelter+Package;to be.Supplied,by•Owner::•,
x
Game,T1me8804
si. P ,t *' 9
ryY sr sx of ,x M+n rtP §t !k H
e sr '*C'e �'" t .b� 'y*.x Cz¢. a�.' ir�: s` rat• * , ' v t i t di r`'' � ' tvi '� � h�! ) �
4 j.. 3"8 N£rys y:x�� s :�cY✓i yrk�F .•*.t �1 t t�% tt. vr`'d - h e { IV
tt ` PYtPjYt^u( S 4��{` ti,t 1
Pit I'
jl Willi �!" 11
IV } `ri,.«, .. R x—.i:"-
Eaeh;rproposal pagej.
or projectrtincluded°may,"consfitute �+ �;
_a separate bid.andjwillVbe;considered,for.that;portion:;; 1 t l
of,,.therentire.,project Awards will: be made separately " �' ' !
or`:incombination,whichever,is-considered,thewes ;lot r l
hand,best,evaluated offer;to the-City.of,Denton;':Texas y,yI
t `Sr I4- t h% dk ! i` A� , x• � a -p.f� 4T t t r
�a arap, a s .:Gy
i sk `3'Vpx "i� 7'� ,f
, l,a rg u r .E, r F t
L iJ,rII
-
e
{r £ yi•" 1 •.4ar'r v : v , a :' a , r ',y
It
, x
u.y t,ar r N y."AiVI
il i-.A .p
s ,I'
it
i
t �
u t, {
-T
t:Yx `Fe, 'i�1asi
Zit,y-fir 4s .�z 7 y tY a. e•it i
TOTALS <<
it zri x i �''h` ee:;:� _.!.Ae Hi,``'. :,•1 e:
We quote tIN above fai b Denton Texa SMpmwlt ra_n be made hY days from recwlpt of order. Terms net
unless otherwise radiated 4 ;
In submitting the sbow bid; the `vendor agriis twt aoteptsna of arty or all bid iterm by the City of Denton, Texas within a
reesomiWe period of time eomitues a contract ,
t f -, .: f i a i„ c , e t y•. f � r r +, `:
41
17
Mons" neerw ... Mader
Ta` U' T x
Carr seas Zip W"t ue
Tolson*" ' .. Title .•_.�— .—
6
a
u
E
,