Loading...
1991-085ORDINANCE NO 9/-J 85 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 com- petitive 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 receiv- ed and recommended that the herein described bids are the lowest responsible bids for the construction of the public works or im- provements described in the bid invitation, bid proposals and plans and specifications therein, NOW, THEREFORE, THE COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS SECTION I That the following competitive bids for the con- struction of public works or improvements, as described in the "Bid Invitations", "Bid Proposals" or plans and specifications on file in the Office of the City's Purchasing Agent filed according to the bid number assigned hereto, are hereby accepted and approved as be- ing the lowest responsible bids BID NUMBER CONTRACTOR AMOUNT 1259 Carpet Service, Inc $51,430 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 Bid Propos- als, and documents relating thereto specifying the terms, condi- tions, plans and specifications, standards, quantities and speci- fied sums contained therein SECTION IV That upon acceptance and approval of the above competitive bids and the execution of contracts for the public CONTRACT AGREEMENT STATE OF TEXAS H COUNTY OF DENTON ~(-D85 rE -THIS AGREEMENT, made and entered into this 4 day of June A.D., 19_2, 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 Carpet Services Inc. 2451 Stemmons-Frwy, Dallas, Texas 75207 of the City of Dallas , County of Dallas and State of Teas , 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: Bid 61259 - FURNISH 6 INSTALL MODULAR CARPET SYSTEM/LIBRARY in the amount of $51,430.00. 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 all maps, plats, blueprints, and CA-1 0114s other drawings and printed or written explanatory matter thereof, and the Specifications therefore, as prepared by 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 0114s IN WITNESS WHEREOF, the parties of these presents have executed this agreement in the year and day first above written. ATTEST; FATTEST ` ~A; CA-3 0114s (SEAL) (SEAL) 4 INSURANCE MINIMUM REQUIREMENTS INSURANCE: Without limiting any of the other obligations or liabilities of the Contractor, the Contractor shall provide and maintain until the contracted work and/or material has been completed/delivered and accepted by the City of Denton, Owner, the minimum insurance coverage as indicated hereinafter. Satisfactory certificate(s) of insurance shall be filed with the Purchasing Department prior to starting any construction work or activities to deliver material on this Contract. The certificate(s) shall state that thirty (30) days advance written notice will be given to the Owner before any policy covered thereby is changed or cancelled. The bid number and title of the project should be indicated, and the City of Denton should also be listed on all policies as an additional named insured. ..To avoid any undue delays, it is worth reiterating that: o Thirty (30) days advance written notice of material change or cancellation shall be given; o The City of Denton shall be an additional named insured on all policies. I. WORKMEN'S COMPENSATION AND EMPLOYER'S LIABILITY. This insurance shall protect the Contractor against all claims under applicable state workmen's compensation laws. The Contractor shall also be protected against claims for injury, disease, or death of employees which, for any reason, may not fall within the provisions of a workmen's compensation law. The liability limits shall not be less than: o workmen's compensation - Statutory o Employer's Liability.- Statutory II. COMPREHENSIVE AUTOMOBILE LIABILITY. This insurance shall be written in comprehensive form and shall protect the Contractor against all claims for injuries to members of the public and damage to property of others arising from the use of motor vehicles licensed for highway use, whether they are owned, nonowned, or hired. The liability limits shall not be less than: o A.combined single limit of $500,000.00 III. COMPREHENSIVE GENERAL LIABILITY. This insurance shall be written in comprehensive form and shall protect the Contractor against all claims arising from injuries to members of the public or damage to property of others arising out of any act or omission of the Contractor or his agents, employees or subcontractors. CI - 1 To the extent the Contractor's work, or work under his direction, may require blasting, explosive conditions, or underground operations, the comprehensive general liability coverage shall contain no exclusion relative to blasting, explosion, collapse of buildings, or damage to underground property, The liability limits shall not be less than: o A combined single limit of $500,000.00 IV. OWNER'S PROTECTIVE LIABILITY INSURANCE POLICY. This insurance shall provide coverage for the Owner and its employees, in the name of the City of Denton, for liability that may be imposed. arising out of the work being performed by the Contractor. This also includes liability arising out of the omissions or supervisory acts of the Owner. Although this insurance is strictly for the benefit of the Owner, the Contractor is responsible for obtaining it at his expense. The liability limits shall not be less than: o A combined single limit of $500,000.00 INSURANCE SUMMARY: The Contract 'shall provide insurance to cover operating 'hazar.ds during the period of placing the facility in operation and during testing, and until such time as the facilities are completed and accepted for operation by the Owner and written notice of that fact has been issued by the Owner. Approval of the insurance by the Owner shall not in any way relieve or decrease the liability of the Contractor hereunder. It.is expressly understood that the Owner does not in any way represent that the specified limits of liability or coverage or policy forms are sufficient or adequate to protect the interest or liabilities of the Contractor. Again, the owner shall be given a certificate of insurance indicating that all of the above policies and the appropriate limits are indeed enforced. The certificate shall also indicate that. the Owner will be given -at least thirty (30) days written notice of cancellation, non-renewal, or material change of the required insurance coverage. All responsibility for payment. of any sums resulting from any deductible provisions, corridor or self-insured retention conditions of the policy or policies shall remain with the Contractor. The Contractor shall not begin any work until the Owner has reviewed. and approved the insurance certificates and so notified the Contractor directly in writing. Any notice to proceed that is issued shall be subject to such approval by the owner. CI - 2 Name.and Address of Agency Phone Name and Address of Insured: Phone City of Denton Reference: Project Name: Project No: Project Location: Managing Dept: Companies Affording Coverage: A B C This is to certify that: 1) Policies of insurance listed below have been issued and are in force at this. time. 2) The City of Denton is listed as an additional insured as to all applicable coverage. ;ompany Expiration Limits of Liability 'ptf.r Tuna nF In<uranrp Po liev Number Date In Thousands (000) Comprehensive General Liability Occurrence - Occurrence - Claims Made (see #4-Page CI4) Bodily Injury j Broad Form to Include: Property Damage S - Premises/Operations - - Independent Contractors - Products/Completed Operations Bodily injury and Property - Personal injury Damage Combined S - Contractual Llability(see #3-Page CI-4) - Explosion and Collapse Hazard - Underground Hazard - Liquor Liability Coverage - Fire Legal Liability (see #5-Page C14) - Broad Form Property Damage - Professional Errors/Omissions - occurrence - claims made (see #4-Page CI-4) Comprehensive Automobile Bodily Injury/Person Liability Bodily Injury/Accident - Owned/Leased Automobiles Property Damage S - Non-owned Automobiles - - Hired Automobiles Bodily Injury/Property Damage.Combined S - Workers' Compensation and Statutory Amount Employers' Liability _ eac accident - Owners' Protective Liability S Other Insurance Description of Operations/Locations/Vehicles. Each policy shall require thirty (30) days notice of cancellation, non-renewal, or material change in coverage. (See 02, Page CI-4). Name and address of Certificate Holder. CITY OF DENTON, TEXAS PURCHASING AGENT 901-8 TEXAS ST. DENTON, TEXAS 76201 045i AUfIIURIZEO REPRESENTATIVE . SEE DEFINIIfONS UN PAGE Cl 4 ATIACIIEU._ CI - 3 DEFINITIONS 1. ADDITIONAL INSURED: The City of Denton, its elected and appointed officials, officers and employees. (This does not apply to Worker's Compensation.) 2. NOTICE OF CANCELLATION: Each policy. shall require that thirty (30) days prior to the cancellation, "non-renewal, or any material change in coverage, a-notice thereof shall be given to owner by certified mail. If the policy is cancelled for non-payment of premium only ten (10) days written notice to owner is required. 3. CONTRACTURAL COVERAGE: (Liability assumed by. contract or agreement, and would not otherwise exist.) The contractual liability requirement shown on the reverse side of this Certificate of Insurance under Comprehensive General Liability, must include a definition of coverage broad enough to provide coverage for obligations assumed by the contractor in the referenced contract. This Certificate of Insurance is provided as required by the governing.contract. 4. CLAIMS MADE POLICY FORM: Required period of coverage will be determined by the following formula: -Continuous coverage for the life of the contract, plus one year (to provide coverage for the warranty period), and a extended discovery period for a minimum of five (5) years which shall begin at the end of the warranty period. 5. FIRE LEGAL LIABILITY: (Required in all contracts that involve the occupancy, construction or alteration of City-owned or leased facilities.) Insurance is to cover buildings, contents (where applicable) and permanently installed equipment with respect to property damage to structures or portions of structures if such damage is caused by the peril of fire and "due to the operations of the contractor. Limit of liability is to be a minimum of $500,000. 6. OWNER: The term owner shall include all authorities, boards, bureaus, commissions, divisions, departments, and offices of the owners, and individual members, employees, and agents thereof in their official capacities, and/or while acting on behalf of the owner. CI - 4 PURCHASING DEPARTMENT BID INVITATION City of Denton 901-B Texas St. CITY OF DENTON, TEXAS Denton, Texas 76201 Date may 13, 1991 BID NUMBER 1259 BID TITLE FURNISH AND INSTALL MODULAR CARPET SYSTEM/LIBRARY Sealed bid proposals will be received until 2:00 p.m. MAY 28, 1991 _at the office of the Purchasing Agent. 901-B Texas St., Denton, Texas 76201 For additional information contact PURCHASING DEPARTMENT 901 B Texas Street Denton, Texas 76201 _ Office 817-383.7100 DFW Metro 817.267.0042 INSTRUCTIONS TO BIDDERS 1. Sealed bid proposals must be received in duplicate, on this form, prior to opening date and time to be considered. Late proposals will be returned unopened. 2. Bids shall be plainly marked as to 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 -B Texas St., Denton. TX 76201. 3. Any submitted article deviating. from the specifications must be identified and have full desdriptive 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. 5. The City of Denton, Texas reserves the right to accept separate items in a.bid unless this right is denied by the bidder. 6. In case of default after bid acceptance, the City of. Denton, Texas may at its option hold the accepted bidder or contractor liable for any and all resultant increased costs as a penalty for such default. 7. The City of Denton reserves the right to reject any and all bids, to waive all informalities and require that submitted bids remain in force for a sixty (60) day period after opening or until award is made; whichever comes first. 8. The quantities shown maybe approximate and could vary according. to the requirements of the City of Denton throughout the contract period. 9. The items are to be priced each net. (Packaging or shipping quantities will be considered.) 10. The Purchasing Department assumes responsibility 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 with the City of Denton or its representatives prior to award shall be gounds for disqualifications. 12. The conditions and terms of this bid will be considered when evaluating for award. 13. The City of Denton is exempt from all sales and excise taxes. (Article 20.04.8) 31D NUMBER' _ 1259 BID PROPOSALS Page 2 Of 14 City of Denton, Texas 901.8 Texas St. ourrh.dnn nnnertment Denton. Texas 76201 _M DESCRIPTION OUAN. PRICE AMOUt CITY OF DENTON LIBRARY Remove existing carpet, floor preparation. Install modular carpet square and cove base UARE YARDS S 1 $ Q iture and shelves f i 1 $ urn ng Mov Maintenance stock UARE YARDS S 1 $ Q MANUFACTURER STYLE # COLOR 10 YEAR WARRANTY YES TOTALS We quote the above f.o.b. delivered to Denton, Texas. Shipment can be made in days from receipt of order. Terms net/30 unless otherwise Indicated. In submitting the above bid, the vendor agrees that acceptance of any or ail bid Items by the City of Denton, Texas within a reasonable period of time constitues a contract. The. completed Bid Proposal must be properly priced, signed and returned. Malling Aodreee City State Zip - _ Telephone i PF.R.FORPANCE BOND Bond rBD11006 STATE OF TEXAS COUNTY OF DENTON KNOW ALL MEN BY THESE PRESENTS: That Carpet Services, Inc. , of the City of Dallas County of Dallas ) and State of Texas as PRINCIPAL, and Commprcial Lloyd's Insurance 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 The City of Denton as OWNER, in the penal sum of Fifty One Thousand Four Bundred Thirty and Dollars 51,430.00 for the payment whereof, the said Principal and Surety bind themselves and their hairs, administrators, executors, successors and assigns, jointly and severally, by these presents: i WHEREAS, the Principal has entered into a certain written contract with the OWNER, dated the 4 day of June 19 91 , for the construction of BID 11259 - FURNISH AND INSTALL NODULAR CARPET SYSTEM/LIBRARY in the amount of $51,430.00 which contract is hereby referred to and made a dpart hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, the condition of this obligation in 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 Plana and Specifications hereto annexed, then this obligation shall be void: otherwise to remain in full force and effect; PB-1 PROVIDED, HOWEVER, that this bond is executed puzauaot to the - provisions of Article 5160 of the Revised Civil statutes of Texas a& amended by. acts of the 56th Legislature, Regular Session, 1959, 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. PROVIDED FURTHER, that if any legal action be filed upon :his bond, venue shall lie in DENTON County, State of Texas. Surety, for value received, stipulates and agrees that co change, extension of time, alteration or addition to the terms of'the contract, ur to the work performed thereunder, or the plans, specifications, or drawings accompauying the same, shall in anywise affect ita 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 Suretyy have signed and sealed this instrument this 30th day of July 19 91 Carpet Seryices, Inc. Principal E, y 2451 Stemons Freewa Dallas, Texas 75207 (214) 630-9800 Commercial Lloyd's Insurance Company Surety W. Schuler ele Attorney-in-fact Address to 20 Austin, Texas 78704 (SEAL) (SEA') The name and address of the Resident Agent of Surety is: D&D Surety and Insurance Agency 500 N. R ra xpresswa , (214) 578-5404 NOTE: Date of Bond must not be prior to date of Contract. P &-2 0091b PAYMENT BOND STATE OF TEXAS Bond #BD11005 COUNTY OF DENTON KNOW ALL KEN BY THESE PRESENTS: That Carpet Services, Inc. of the City of Dallas County of Dallas and State of Texa$ as principal, and Commercial Lloyd's Insurance Company authorized under the laws of the State of Texas to act as surety on bc; s for principals, are held and firmly hound unto The City of Denton OWNER,. in the penal sum of _ Fifty One Thousand Four Hundred Thirty and No 100----------------------- Dollars (S 51,430.00 ~ ) for the payment whereof, the said Principal and Surety bind themselves anc- their heirs, administrators, executors, successors and assigns, jointly and severaiiy, by i then presents., I ' . WHEREAS, the Principal has entered into a certain written ccntract with the Owner, dated the 4 day of Jung lg 91 Bid 11259 - FURNISH AND INSTALL NODULAR CARPET SYSTF2i/LIBRARY in the amount of to which contract is• hereby referred to and made a part hereof as fully and _c the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLICATION IS SUCH, that the said Principal shall pay all claimants supplying labor and material to ni; or a subcontractor in the proseetion of the, work provided for in said contract, th?p this obligation shallbe void, otherwise to remain in full force and affect; PROVIDED, HOWEVER,. that this bond is executed pursuant the provisions of Article 5160 of the revised CivXl Statutes of Texas as amended'bv the acts of the 56th Legislature, Regular Session, 1959, and all liabilities cn 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-3 e i ' Surety, for value received, stipulates and agrees that no change, extension of, time, alteration or addition to the terms of the contract, or to th, work performed thereunder, or the plans, specifications or drawings accompanying the same, shall in anywise 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 WITHNBSS WHEREOF, the said Principal and Surety have signed and sealed this inacrument this 30th day of July 19 91 Carpet Services, Inc. Commercial Lloyd's Insurance Company Princi 1 urety i' o W. Schuler Title: eN itle Attorney-in-fact Address 2451 Stemons Freeway Address 3901 S. Lamar, Suite 120 ,n311as Texas 75207 Austin, Texas .78704 (214) 630-9800 512 7- L C. (SEAL) (sEA-L) c The name and address of the Resident Agent of Surety is: ouu, ~i`v f1Rn Surety and incuranrp Agency 500 N. Central Expressway, Plano, Texas 75074 (214) 578-5404 PB•-4 0092b Commercial Lloyd's Insurance Company CaNMERCIAL 3901 S. Lamar Austin, Texas 78704 wS ry BD -11009 POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That Union Commercial, Inc., a Corporation duly organized and existing under the laws of the State of Texas, having its principal office in Austin, Texas, Attorney-In-Fact for the Underwriters at Commercial Lloyd's Insurance Company, pursuant to the following resolution which is now in full force and effect: "That each of the following officers: the President, or any Vice-President, may from time to time appoint Attomeys-in-Fact, and Agents to act for and on behalf of the Company and may give any such appointee such authority as his certificate of authority and other writings obligatory in the nature of a bond, and any of said officers may at any time remove any such appointee and revoke the power and authority given him," does hereby make, constitute and appoint: John W. Schuler Its we and lawful Attomey(s)-in-Fact, with full power and authority hereby conferred in its name, place and stead, to sign, execute, acknowl- edge and deliver in its behalf, and as its act and deed, as follows: ~12 Z All bonds not to exceed on any single instrument Fifty one thousand four hundred thirty and no/100--------- W 1_ IN WITNESS WHEREOF, Union Commercial, Inc. has caused these presents to be signed by its President, and its Corporate Seal to be affixed, this 12th day of October, 1989. 0 C David R. Burch President H e State of Texas County of Travis On this 12th day of October, in the year 1989, before me Dixie Myers, a notary public, personally appeared David R. Burch, personally known to me to be the person who executed the within instrument as President, on behalf of the Corporation therein named and acknowledged to me that the Corporation executed it. ; DIA~MYYEER~S' ~t/yl.// McEe_]t. t= aG) Commission Expires 2-21-93 Dixie Myers Notary Public CERTIFICATE I, the undersigned, Secretary of Commercial Lloyd's Insurance Company, DO HEREBY CERTIFY that the foregoing'and•attached Power of - d Attorney and Certificate of Authority remains in full force and has not been revoked: , . Signed and Sealed at the said Company at Austin, Texas dated this 30th day of July= 199E- . tpMNERq~ r- s. , Secretary v ~ +usnx. s` works and improvements as authorized herein, the City Council here- by 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 im- mediately upon its passage and approval PASSED AND APPROVED this the ~ay of "te ,1991 ATTEST JENNIFER WALTERS, CITY SECRETARY BY C~ X.~1D~d APPROVED AS TO LEGAL FORM DEBRA A DRAYOVITCH, CITY ATTORNEY BY DATE June 4, 1991 S 111-rIOgN911-REP OET TO Mayor and Members of the City Council FROM Lloyd V Harrell, City Manager SUBJECT BID #1259-FURNISH & INSTALL MODULAR CARPET SYSTEM/LIBRARY REMMERRATIQN We recommend this bid be awarded to the low bidder, Carpet Services, Inc in the amount of $511430 00 SUMMARY This bid is for moving furniture, removal of existing carpet, floor preparation installation of modular carpet squares (approximately) 2125 square yards, cove base and a small amount (25 square yards) of replacement/maintenance squares This modular carpet system will have a ten year manufactures warranty BAEI~CiROj2j3p Tabulation sheet PRQGRAM~~__DEPARTME~[~__OR__GRO~PS__AFFECTED Denton Public Library, Citizen Utilizing the Library FI UL-IMPACj Bond fund X1436-033-Go89-8811-9101 Respec ull/y/submi ted v Lloy V Harrell City Manager Prepared by Denise Harpool 7Name Title Senior Buyer Approved Name Tom Shaw, C P M Title Purchasing Agent DH/,jh 160 DOC BID # NAME OPEN 1259 i i LIBRARY CARPET I I 5-28-91 I CARPET TO GO 1 i i 1 CARPETS SERVICES I Iteml i Description I I Vendor i I Vendor I _ I 1 I I REMOVE/INSTALL CARPET I $62,000 1 00 1 $48,769 I 00 2 i I MOVING I $3,000 00 i $2,125 00 3 i I MAINTENANCE STOCK I I $500 00 I $536 00 I i ~ i I TOTAL i $65,500 00 I 1 $51,430 00 I 1 I DELIVERY 1 30 DAYS 1 45 DAYS 1 MFG I NETWORK I NETWORK