Loading...
1988-156% 923L NO Ft-1-5& 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 bids for the purchase of necessary materials, equip- ment, 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 recommended that the herein described bids are the lowest responsible bids for the materials, equipment, supplies or services as shown in the "Bid Proposals" submitted therefor, 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 or materials, equipment, supplies, or services, shown in the "Bid Proposals" attached hereto, are hereby accepted and approved as being the lowest responsible bids for such items BID ITEM NUMBER NO VENDOR AMOUNT 9900 All Comdisco, Inc 23,763 00 9897 1, 2 & 6 White Glove 43,800 00 9897 3, 4, 5, 8, 9, Varsity Cleaners 10, 11 & 12 $ 48,394 00 SECTION II That by the acceptance and approval of the above numbere tems 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 approve 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 I I x I OI 1311 ~ 1 1 I nl 1 nl '~1 ml 1 e11 e1 hl G W IA ^l D IJl A N N I MF 1 C 1 a 1 ~ ~ I 4M I 1 HI I HI _ I 1 i 1 1 _ 1 ~1 -~1 x9+ R a +M^ .'t1 Yl) 5 .'Sl Y" N I 1 I 'tl I -4 I y r S I" "Il -1 -1 C C Mt '.1' '.gyp ~ Z r1 rl g n' I I i I I I 1 '-11 ml I u -1 1 ~ I£' ~ ~.t n z 1 s. Ferri rl rrr't r s 4d r r 1 i i I I 1 nt I s I r "I 171 PC r i I ~ N as i rn~ m m 1 m rj n ~1 I 1 43f 1 1 I I I 1 'J11 M 1 pp ni 9t qY V x~ S m 1 fn I 1 rl 'Sf 1 1 I 1 311 Clf I m 1 1 1 I I 1 1 ~ ~ 1 1 Zl ~ I I I I I 1 1 I 1 ~ 1 ~ I I I 1 I 1 I 1 1 I 1 I 1 1 1 I 1 1 1 1 _1 I _I I H f O hl I+ -O W V C V 6f N t-1 P .M 4! I i m I I r O ll qO ry ~P1t ~CNf ~+l ~q'1~ . p W , y~ I y i l V 1] ^ Cll W Y N r J I G}!1 W 4 1 Y ' I b N \ (1 1 1 1.~~ ~~1 . 1 1.II 11 h 1 I I I~~11 1 1 °e. rJ GI O C}II Cf <1 0 ~ ~ ~ G='j ti A w . 0 0 1 1 I ~ I I O G I 1 - _ 1- - -1 D ~ C11 Lll G r G1 } 1 ~ 1 i ~I ri Cl IG.~ 0` If) 'H 4 J V 1 1 v I m U1 rJl I `1 .i1 it IJ1 I I 1 T z I~1 1 1 1 m m S -~1 W N V G O- N 1 ~ 1 P O P O !T T < 4 O G G G r' fT <s n i i m m I I 1 h 1 i 1 >L t9 rA " hf I.p V E11 F } . y yE -11N N N N 1"^ h 1 y <1 <i1 i N ✓ UI } O N L.11 61 } h+ r+ .O 1 tCll [ )1 . A 'J r N ^O 411 ^J n V O 1 I G T 1 : 1 ~ I~1 ~ w N N !2 ~tl ~1 ra-• N -1 N % A V m ^ 6 y p O O O d 4 O K} C1 ~ O Q 4 I I ti 1 G1 O I 1 m C.1 N } P ~l yJ1 V A O~ 411 ~l 1 + C I r 1C'1 'ia~' 1.ytl V rj1 T a O UI f O ~^1 C UI VI I -C I 4 I ~ t C 1 ~-1 pp p<1 ~<j1 pCs pp pp JJ G G~ 0~ 4 d 6 0 C 4 O ~ ~ ~ ~C U 1 1 CITY of DENTON, TEXAS Civic Center/ 321 E McKinney/ Denton, TX 76201 M E M O R A N D U M TO John Marshall, Purchasing Agent Tom Shaw, Assistant Purchasing Agent FROM Bruce Henington, Superintendent of Building Operations DATE September 27, 1988 SUBJECT Bid #9897 Janitorial Service I would like to recommend the following 1 The Martin Luther Ring, Jr Recreation Center building bid was varied, maybe because the construction is not far enough along for vendors to bid accurately, and I suggest we not consider this new building as part of this award I do think we need to reserve the right to renegotiate this building at a later date (January) without re-bidding 2 I suggest you award this bid to two contractors instead of one The two contractors approach will save the city approximately $12,276 00 Award the following buildings to Varsity, Inc 1 Traffic Control $ 985 2 City Annex 4,260 3 Service Center 13,100 4 Vehicle Maintenance 985 5 Civic Center 10,800 6 Senior Center 4,800 7 Denia 7,800 8 North Lakes 5,664 $48,394/year Denton Parks and Recreation / Denton, Texas / (817) 588.8270 Award the remainder of the buildings to white Glove 1 City Hall $21,600 15,000 2 Police 7,200 3 visual Arta 43,800 TOTAL $92,194 Bruce Heningt Copy to Betty McKean Steve Brinkman MEMO2510 or his designated represents the written contract which that the written contract conditions, specifications, sums contained in the Bid herein approved and accepted Ltive is hereby authorized to execute shall be attached hereto, provided is in accordance with the terms, standards, quantities and specified Proposal and related bid documents SECTION IV That by the acceptance and approval of the above numbered--ft -ems of the submitted bids the City Council hereby authorizes the expenditure of funds therefor in the amount and in accordance with the approved bids or pursuant to a written contract made pursuant thereto as authorized herein SECTION V That this ordinance shall become effective imme ate y upon its passage and approval PASSED AND APPROVED this 4th day of October, 1988 RAY S 7P NS, AYOR ATTEST RS, CITY SECRETARY APPROVED AS TO LEGAL FORM DEBRA ADAMI DRAYOVITCH, CITY ATTORNEY BY PAGE TWO A CONTRACT AGREEMENT STATE OF TEXAS COUNTY OF DENTCN THIS AGREEMENT, made and entered into this 5 day of OCTOBER A.D., 19 8$ by and between THE CITY OF DENTON, PURCHASING, 901-B TEXAS STREET, DENTCN, TEXAS 76201 of the County of DENTON and State of Texas, acting through LLOYD HARRELL, CITY MANAGER thereunto duly authorized so to do, r nr. vi ~ilE °f first-PLrr~.'.lltrtina..-ter"te rme4-tlle-V{1iV n..j dild' HENRY MITCHELL dba WHITE GLOVE JANITORAL SERVICE, 1100 OAK TREE DRIVE, DENTON, TEXAS 76201 of the City of _DENTCN ,.County of DENTON and state of TEXAS Party of the Second Part, hereinafter termed CONTRACTOR. 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) liereoy agrees with the said Party of the First Part (OWNER) to commence and complete the construction of certain improvements described as follows; BID# 9977 JANITORAL SERVICE, ITEMS 1,2,&6 FOR ONE YEAR FROM DATE AT $43,800.00 PER YEAR and all extra work in connection therewith, under the terms as stated in the General Conditions of the agreement; and (or their) own proper cost ii-!d expense to furnish all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance, and other accessories and 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-Pe'afasmanc® ' and--Payment= Bonds, all attached hereto, and in accordance with the plans, which includes all maps, plats, blueprints, and other drawings and printed or CA-1 0044b written explanatory matter thereof, and the Specifications therefore, as prepared by BRUCE HENNINGTON, SUPERINTENDENT OF BUILDING MAINTENANCE all of which are made a part hereof and collectively evidence and constitute the entire contract. 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 pricesshown 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 have executed this _ a¢reement_in_tho vPar- and-sta.. F9.r-cr_ahp..a-.ia,-i.r tec . _ - - - ATTEST* v / e1L.P T •~lV~i \ f~ `~11A\TTEST s APPROVED AS TO FORM: City Attorney CA-2 CITY OF DENTON, TEXAS ?arty of e First Pert, OWNE&3 (SEAL) 4By IRORAL SERVICE e ENRY MITCHF_LL OWNER (SEAL) 0044b l y'°r' ANNRNl YjA.l~rl''\ a 4enL'Te' C` _ A . •'°r ISSUE DATE (MM/DD/YY) 10/21/88 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS L RAMEY KING & MINN IS INSURANCE NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POUCHES BELOW. 707 FIRST STATE BANK BUILDING DENTON, TEXAS 76201 COMPANIES AFFORDING COVERAGE COMPANY A LETTER AMERICAN GENERAL INSURANCE COMPANY COMPANY LETTER E COMPANY L IN U AN INSURED R TRINITY UNIVERSA S C COMPANY C HENRY MITCHELL DBA WHITE GLOVE JANITOR LETTER SERVICE COMPANY 1100 OAK TREE DRIVE LETTER DENTON, TEXAS 76201 COMPANY E LETTER THIS IS TO CERTIFY THAT POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS, AND CONDI- TIONS OF SUCH POLICIES. 10 TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION LIABILITY LIMITS IN THOUSANDS TER DATE IMMDONYI DATE (MMODFM - EACH OCCURRENCE AGGREGATE GE NERAL LIABILITY BODILY X X COMPREHENSIVE FORM INJURY $ $ X PREMISES/OPERATIONS PROPERTY x ECA 81103152 1/3/88 1/3/89 DAMAGE $ $ EXPLOSION IT COLLAPSE HAZARD PRODUCTS/COMPLETEO OPERATIONS CONTRACTUAL IT PD $ 500 $ 1,000 COM BINED )C INDEPENDENT CONTRACTORS X BROAD FORM PROPERTY DAMAGE PERSONAL INJURY PERSONAL INJURY $ A UTOMOBILE LIABILITY MY INJURY Y- ANY AUTO (PER PERSON) r £ ALL OWNED AUTOS (PRIV. PASS .1 80DILY a.1 ALL OWNED AUTOS (OTHER THAN IK NI]IXBn $ ' 1 PRIV. PASS. A xsrwf. P. ~1, HIRED AUTOS PROPERTY t 1J NON OWNED AUTOS DAMAGE $ s., x { GARAGE LIABILITY y 3) BI IT PD COMBINED $ [f•-, EXCESS LIABILITY UMBRELLA FORM BI 6 PD COMBINED $ $ OTHER THAN UMBRELLA FORM WORKERS' COMPENSATION STATUTORY $ (EACH ACCIDENT) AND ' $ (DISEASE-POLICY LIMIT) EMPLOYERS LIABILITY DISEASE EACH EMPLOYEE $ ( ) OTHER Business Services t Bond 11406575 3/7/88 3/7/88 $2500.00 )ESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/SPECIAL ITEMS PURCHASING DEPARTMENT SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EX- PIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO CITY OF DENTON IF Ff MAILS DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE 901B Texas Street LEFT BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY Denton Texas ]6201 OF ANY KIND UPON THE COMPANY ITS AGENTS OR REPRESENTATIVES. Denton, AUTHnR17F0 REPRESENTATIVE BID NUMBER 9897 BID PROPOSALS Page 2 Of 27 . City of Denton; Texas 901.6 Texas SL Purchasing Department Denton, Texas 76201 ITEM - DESCRIPTION OUAN. PRICE AMOUNT 1. CITY HALL I 2. POLICE STATION 1 3. - CITY ANNEX 1 4. SERVICE CENTER 1 5. VEHICLE OPERATIONS 1 6. VISUAL ARTS 1 7. MARTIN LUTHER KING JR. CENTER 1 8. CIVIC CENTER 1 . 9. SENIOR CENTER 1 10. DENIA RECREATION CENTER i 11. NORTH LAKES RECREATION CENTER 1 12. TRAFFIC CONTROL `~u 1 TOTAL ITEMS BID ' TOTALS We quote the above f.o.b. delivered to Denton, Texas. Shipment can be made in days from receipt of order. Terms neU30 unless otherwise indicated. In submitting the above bid, the vendor agrees that acceptance of any or all bid items by the City of Denton, Texas within a reasonable period of time constitutes a contract. The completed Bid Proposal must be property priced, signed and returned. Melling AE~dra e, State ZIP / /~ty 7 (ri r4/ 3rJ Telephone _ l~l/E 7 r ~~°✓vicE Bidder Signature Title BID NUMBER 9897 BID PROPOSALS Page 3 of 27 'Al NOTICE TO BIDDERS: 1. A MANDATORY PRE-BID CONFERENCE WILL BE HELD ON TUESDAY, SEPTEMBER 13, 1988 at 10:00 A.M. IN THE PURCHASING DIVISION AT 901-B TEXAS ST DENTON, TEXAS 76201. BIDS WILL ONLY BE ACCEPTED FROM THOSE COMPANIES WITH A REPRESENTANCE IN ATTENDANCE AT THE PRE-BID CONFERENCE. 2: THE CITY OF DENTON RESERVES THE RIGHT TO AWARD THIS BID BY ITEM OR IN TOTAL, WHICHEVER IS THE MOST CONVENIENT AND AD- VANTAGEOUS TO THE CITY OF DENTON. 3. THE CITY OF DENTON RESERVE THE RIGHT TO CANCEL ANY PART OF, OR ALL OF THIS CONTRACT AT ANY TIME THAT PERFORMANCE OF THE DESCRIBED DUTIES BECOME UNSATISFACTORY AND CORRECTIONS ARE NOT MADE WITHIN A' REASONABLE TIME. We quote the above f.o.b. Denton, Texas. Shipment can be made in days from receipt of order. Terms net unless otherwise indicated. In submitting the above bid, the vendor agrees that acceptance of any or all bid items by the City of Denton, Texas within a reasonable period of time constitutes a contract. . /W DaZ 7~e & Mailing Address Pis f i~ : fX. ZZ '~7Z)l b State Zip 7) Telephone r y Bidder - - Signature Title _ BID NUMBER 9897 BID PROPOSALS - a Page 4 of 27 ITEM STOCK NUMBER DESCRIPTION QUAN. PRICE AMOUNT TOTAL ANNUAL BID 5% Bid Bond or Certified Check in the amount of NOTE: This contract will run from date of award through October 1, 1989, with a one (1) year extension under the same terms, conditions, price, etc., if agreeable with both parties. For on site inspection of facilities, contact Bruce Henington, Civic Center (817) 566-8270, to make an appointment. TOTALS We quote the above f.o.b. Denton, Texas. Shipment can be made in days from receipt of order. Terms net if not otherwise indicated. In submitting the above bid, the vendor agrees that acceptance of any or all bid items by the City of Denton, Texas within a reasonable period of time constitues a contract. - k~~V 6Jr~/~ rK (/s / e7 0 Date Bidder n Title Signature - JANITORIAL SERVICES BUILDING WORKSHEET Building: City Hall 215 E. McKinney Denton, Texas Square Footage: 35,000 Days to be Cleaned: MTWThF Hours: Evening Special Requirements: (Close supervision needed!) This building is to be cleaned at "Prestige Cleaning". This building houses many meetings (citizen, court, and staff meetings). This building must be cleaned with no complaints. Windows can be a very difficult.task. Carpet is very difficult to maintain. Tile floors (see attached requirements). Window Cleaning - three times.a year Manhours x Wage Rate Productive supervisory managerial Supplies Equipment Liners, etc. TOTAL ANNUAL BID FOR THIS BUILDING $ D .DD $ . &oDD $ D ,DD $ DD $ DD. Dv $ 4dv.DD $ ZVI $ Add -13- JANITORIAL SERVICES - BUILDING WORKSHEET Building: Police Center 221 North Elm Denton, Texas Square Footage: 20,000 Days to be Cleaned: SMTWThFS Hours: Evening Special Requirements: Some areas must be cleaned under supervision. Supervision provided by contractor. Hours are determined by the chief of Police. Jail must be cleaned to city/County Standards. Window Cleaning - three times a year $ )L/~,/Xl Manhours x Wage Rate Productive Supervisory Managerial Supplies Equipment Liners, etc. TOTAL ANNUAL BID FOR THIS BUILDING $ T.Dl~ $~D $ , g34.D0 $ dd, a $ ~d.DD $ ,3 M. $ D -14- JANITORIAL SERVICES BUILDING WORKSHEET Building: City Annex 324 E. McKinney Denton, Texas Square Footage: 6,000 Days to be Cleaned: MTWThF Special Requirements: Computer floors - carpet. Window Cleaning - three times a year Manhours x Wage Rate Productive Supervisory Managerial Supplies Equipment Liners, etc TOTAL ANNUAL BID FOR THIS BUILDING Hours: Evening $ ID.DD 3 D/~. DD $ /5'I.DO $ / DD, DD $ >DD. DD $ D~.00 -15- JANITORIAL SERVICES BUILDING WORKSHEET Building: Service Center 901B Texas Street Denton, Texas Square Footage: 45,000 Days to be Cleaned: MTWThF Hours: Evening Special Requirements: Restroom. Need special treatment downstairs, difficult to clean. Upstairs - must maintain new carpets. Window cleaning - three times a year Manhours x Wage Rate Productive Supervisory Managerial Supplies Equipment Liners, etc. TOTAL ANNUAL BID FOR THIS BUILDING $ /OTD/~, DD $ 00, Dd $ ~5D•DD $ <30D.DD $ ~DD.OD $ d -16-. JANITORIAL SERVICES BUILDING WORKSHEET Building: Visual Arts Center - Bell & Hickory Denton, Texas Square Footage: 20,000 Days to be Cleaned: MTWThF Hours: Daytime Special Requirements: Supervised by Visual Arts staff. Cleaning schedule set by visual •Arts staff. Windows are a factor. Dusting is a factor. Window Cleaning - three times a year $ Manhours-x Wage Rate Productive $ j 9D~,o_d s vi Ild $ J uper sory . . Managerial $ Supplies $ Equipment $ Liners, etc. $ TOTAL ANNUAL BID FOR THIS BUILDING $ /,IO~DDi)d " T- . -18- JANITORIAL SERVICES BUILDING WORKSHEET Building: Martin Luther King, Jr. Recreation Center Denton, Texas Square Footage: 20,000 Days to be Cleaned: MTWThF Hours: after 9pm Special Requirements: Cleaning will not begin until January, 1989. Wood gym floor, high activity. Window Cleaning - three times a year Manhours x Wage Rate Productive $ 7. S&A-d supervisory $d Managerial $ 112, dd Supplies $ JrlJI~D/J Equipment Liners, etc. $ 6/A) dd TOTAL ANNUAL BID FOR THIS BUILDING $ l'7" Dv~ JANITORIAL SERVICES BUILDING WORKSHEET Building: Civic Center 321 E. McKinney Denton, Texas Square Footage: 20,000 Days to be Cleaned: MTWThFS Hours: Evening Special.Requirements: Large open floor, large carpet track, many special rentals. Rental clean ups are paid for by the renters. Schedule may need to be adjusted due to rentals. Sundays are dedicated to the large floor area. WindowCleaning - two times a year $ Dv~ Manhours x Wage Rate Productive $-;7 421), /Y Supervisory $ 1. 'dd _ managerial $ iv Supplies $ ~Idd, M Equipment $ ' m1411 Liners, etc. $ ~dd, dd TOTAL ANNUAL BID FOR THIS BUILDING $ D dd, dd JANITORIAL SERVICES BUILDING WORKSHEET Building: Senior Center 509 N. Bell Denton, Texas , Square Footage: 8,000 Days to be Cleaned: MTWThF Hours: Daytime Special Requirements: Hours set by building staff; dance special treatment (per attachment) Window Cleaning - two times a year $ O Manhours x Wage Rate Q~ . Productive $ 24 Supervisory $///AA/ Managerial $ 5"' Supplies $ 26j a Equipment $ /Mlod Liners, etc. 1 $ TOTAL ANNUAL BID FOR THIS BUILDING- $ ~Di JANITORIAL SERVICES BUILDING WORKSHEET Building: Denia Recreation Center 1001 Parvin Denton, Texas Square Footage: 13,000 Days to be Cleaned: MTWThF Hours: Evening after 9pm special Requirements: Gym area, high activity. Window cleaning - two times a year Manhours x Wage Rate Productive Supervisory Managerial Supplies Equipment Liners, etc. TOTAL ANNUAL BID FOR THIS BUILDING -22= $ $ 5 D 95"D o4 $ Dd,M $ Do $ /DII.DI s DDd,DD JANITORIAL SERVICES BUILDING WORKSHEET Building: North Lakes Recreation Center 2001 West Windsor Denton, Texas Square Footage: 13,800 Days to be cleaned: MTWThF Hours: Evening after 9pm Special Requirements: Window Cleaning - two times a year Manhours x Wage Rate Productive Supervisory Managerial Supplies. Equipment Liners, etc. TOTAL ANNUAL BID FOR THIS BUILDING $ 1 ~ OD $ C/SV'DD $ ~.OD $ s---"t c4d $ D, 0 $ -23- A ~yf JANITORIAL SERVICES BUILDING WORKSHEET Building: Traffic Control 901 Texas Street Denton, Texas Square Footage: 1,000 Days to be cleaned: MTWThF Hours: Special Requirements: Offices and restroom only not shop area. Window Cleaning - 0 times a year Manhours x Wage Rate ' Productive $ ~~1 Supervisory $ D" OU Managerial $ Supplies Equipment Liners, etc. $ U TOTAL ANNUAL BID FOR THIS BUILDING $ k CONTRACT AGREEMENT STATE OF TEXAS COUNTY OF DENTON ) sii,sG THIS AGREEMENT, made and entered into this 5 day.of OCTOBER _ A.D., 1988 , by and between THE CITY OF DENTON, TEXAS of the County of DENTON and State of Texas, acting through LLOYD V. HARRELL thereunto duly authorized so to do' Party of the rirsE PaiY aeiein'aft`er'termed°fh'e`OtJNE 9- 1 YARSM CON RACTC2S, INC., 1275-E. CROSBY ROAD #A, CARROLLTON, TX 75006 ~ of the City of CARROLLTON County of DALLAS and state of TEXAS , Party of the Second Part, hereinafter termed CONTRACTOR. 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: BID# 9897 JANITORAL SERVICE FOR ONE-YEAR FOR -ITEMS 3,4,5;8,9,10,11&12 FOR THE TOTAL AMOUNT OF $482394.00. and_all extra work in connection therewith, under the terms as stated in the _--General Gonditions'of the agreement;-aad-at-iris (or-their)' own proper cost ano expense to furnish all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance, and other accessories and 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 toBidders (Advertisement for Bids), Instructions to Bidders, and t~P*r- m e end---Payment---Bends, all. attached hereto, and in accordance with the plans,- which includes all maps, plats, blueprints, and other drawings and printed or CA-1 0044b written explanatory matter thereof, and the Specifications therefore, as prepared by BRUCE HENNINGTON, SUPERINTENDENT BUILDING MAINTENANCE all of which are made a part hereof and collectively evidence and constitute the entire contract. 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 have executed this- in the year and day first above written. ATTEST: APPROVED AS TO FORM: City Attorney CA-2 (SEAL) (SEAL) 0044b L BID NUMBER 9897 BID PROPOSALS - Page 4 of 27 ITEM STOCK NUMBER DESCRIPTION OUAN. PRICE qM OUNT TOTAL ANNUAL BID 5% Bid Bond or Certified Check in the amount of ~t ~ $ 1 i\ j1>!`r (I 'j) enclosed. NOTE: This contract will run from date of award through October 1, 1989, with a one (1) year extension under the same terms, conditions, price, etc., if agreeable with both parties. For on site inspection of facilities, contact Bruce Henington, Civic Center (817) 566-8270, to make an appointment. ''~~0o 3 2 TOTALS We quote the above f.o.b. Denton, Texas. Shipment can be made in :-days from receipt of order. Terms net if not otherwise indicated. In submitting the above bid, the vendor agrees that acceptance of any or all bid items by the City of Denton, Texas within a reasonable period of time constitues a contract. r y ~ r Date Bidder )rc.-~~Z Title. !~t1~ L' (4f~L .Grl %jJ.l_ C Signature Wausau Insurance Amt Companies KNOW ALL MEN BY THESE PRESENTS: That We BID OR PROPOSAL BOND Any correspondence in relation to this bond should be directed to: Wausau Insurance Companies Surely Underwriting 2000 Westwood Drive Wausau, Wisconsin 54401 VARSITY CONTRACTORS, INC. 253 West Halliday-P.O. Box 1692 Pocatello, ID 83204 (hereinafter called the principal), as principal, and EMPLOYERS INSURANCE OF WAUSAU A Mutual Company a corporation organized and doing business under and by virtue of the laws of the State of WISCONSIN , and duly licensed fur the purpose of making, guaranteeing or becoming sole surety upon bonds or undertakings required or authorized by the laws of the State of TEXAS. t` as Surety, are held and firmly bound unto CITY OF DENTON (hereinafter called the Obligee) in the lust and full sum of FIVE PERCENT (57) OF AMOUNT OF BID---------=----------- -Dollars X5% OF BID~AMOUNT) lawful, money; of the United States of America, for the payment of which, well and truly to be ;made, we hereby bind ourselves and our heirs( executors, administrators and each of our successors and assigns, jointly and severally, Ormly~ by these presents. ! I 'THE CONDITION OF-TIIIS OBLIGATION IS SUCH THAT, WHEREAS, the above, bounden principal as aforesaid, is about to hand in'and.subndt to the obligee a bid or proposal for the , !JANITORIAL CONTRACT i I `iri accordance with the plans and specifications filed in the office of the obligee and under the notice inviting proposals therefor: NOW, THEREFORE, if the bid or proposal of said principal shall be accepted, and the contract I'or such work be awarded to the principal thereupon by the said obligee, and said principal shall enter into a comraci and bond for the completion of said work as required by law, then this obligation to be null and void, otherwise to be and remain in full force and effect. IN WITNESS WHEREOF, said Principal and said Surety have caused these presents to be duly signed and sealed Ihis_-,, 2-? D - day of SEPTEMBER , I9 88 V Y CO CTORS, INC. - rr ;pat By , EMPLOYERS INSURANCE OF WAUSAU'`: v A Mutual Company Surety - - i ,(Seat), `li It r 7 07 1 V ncy-in-h act DEBRA LYNN MC BRIDE - (P)8154228.1 3-81 PRTD. USA :.,PRTD: ;LLSA EMROR'ERS INSURANCE OF WAUSAU A Mutual Company POWER OF ATTORNEY (FOR BID BONDS ONLY) Y Z_ 0 W ¢ Z_ Q¢Q aW a Q~ F- O Z to W O Z W 2 W k ZU) U) Z~ Q ~ WW Z O Q u- 0 as W O a O J Q F_ O Z U) (n F KNOW ALL MEN BY THESE PRESENTS: That the EMPLOYERS INSURANCE OF WAUSAU A Mutual Cnmpanv, a corporation duly organized and existing under the laws of the State of Wisconsin, and having its principal office in the City of Wausau, County of Marathon, State of Wisconsin, has made. constituted and appointed, and does by these presents make, constitute and appoint its true and lawful attorney-in-fact, with full power and authoritv hereby conferred in its name, place and stead, to execute, seal, acknowledge and deliver ANY AND ALL BID BONDS OR WRITTEN DOCUMENTS INVOLVING BID GUARAN- TEES OR IN THE NATURE THEREAFTER and to hind the corporation thereby as fully and to the same extent as if such bonds were signed by the President, sealed with the corporate seal of the corporation and duly attested by its secretary hereby ratifying and confirming all that the said attorney-infact may do in the premises. This powernf attorney is granted pursuant to the following resolution adopted by the Board of Directors of said Company ata meeting duly called and held on the IRth day of May. 197;1, which resolution is still in effect: "RESOLVED, that the President and any Vice President - elective or appointive - of EMPLOYERS INSURANCE OF WAUSAU A Mutual Company be, and that each of them hereby is, authorized to execute powers of attorney qualifying the attorney named in the given power of attorney to execute on behalf of EMPLOYERS INSURANCE: OF WAUSAU A Mutual Company bonds, undertakings and all contracts of suretyship; and that any secretary or assistant secretary be, and that each or anv of them hereby is, authorized to attest the execution of any such power of attorney, and to attach thereto the seal of EMPLOYERS INSURANCE OF WAUSAU A Mutual Company" " F'URTH ER RESOLVED. that the signatures of such officers and the seal of EMPLOYERS INSURANCE: OF WAUSAU A Mutual Company may be affixed to anv such power of altornev or to any certificate relating thereto by facsimile. and any such power of attorney or certificate hearing such facsimile signatures and facsimile seal shall be valid and binding upon the EMPLOYERS INSURANCE, OF WAUSAU A Mutual Company when so affixed and in the future with respect to any bond, undertaking or contract of suretyship to which it is attached" IN WITNESS WHEREOF, EMPLOYERS INSURANCE OF WAUSAU A Mutual Cnmpanv has caused these presents to be signed he the senior cice president and attested by its assistant secretary, and its corporate seal to be hereto affixed this 1ST day of AUGUST 1982 EMPLOYERS INSURANCE OF WAUSAU A Mutual Company Rv R. C. Relterath Senior Vice President Attest R. J. Besteman ' Assistant Secretary STATE OF WISCONSIN ) )as. COUNTY OF MARATHON ) On this 15T- dal of AUGUST R. Rcn,,;ah , 19 before me personally came C. . to me known, who being by me duly sworn, did depose and sit% that he is a wniur cice president of the I'. MPLOYFRS INSURANCE OF WAUSAU A Mutual Company, theeorporation described in and which executed the ahme mgnmheni: that he knows the seal of said corporation: that the seal affixed to said instrument is such corporate sad and that it wvu %o affixed b%' order of the Board of Directors of said corporation and that he signed his name thereto by like order. IN %%ITNESS WH I.REOF. I h;nc hereunto set me hand and affixed a.% official seal the day and year herein first above written Patricia A. Kleman Notary Public NOTARY PUBLIC STATF OF WISCONSIN MY' C'OM MISSION EXPIRES JUNE J, 1990 STATE OF WISCONSIN t CERTIFICATE CITY OFWAUSAU t ss. COUNTY OF MARATHON 1, the undersigned, assistant secretary of EMPLOYERS INSURANCE: OF WAIISAII A Mutual Company. a Wisconsin corporation. d.. hen•by certify that the foregoing and attached posccrofatturne•v, WHICH M USTCONTAIN A VALIDAT- ING STATEMENT PRINTED IN THE MARGIN THEREOF IN RED INK, remains in full force and has not been revoked; and furthermore that the resolution of the Board of Directors set forth in the power of altornev is still in force. Signed and sealed in the City of Wausau, Marathon Cr•unty. State of Wisconsin. this 22ND day of SEPTEMBER '108 ~/ii/11` R. J. Besteman / Assistant Secretary SEAL r+ NOTE: IF YOU HAVE ANY t1UESTIONS REGARDING THE VALIDITY" OR WORMING OF THIS POWER OF A17 RNEY. CAI.I,'1'01,L FRF;F.Iri00182(i Wfil. IN WISCONSIN. CALL1800),1720041) x154222-1 NO - CERTIFICATE OF INSURANCE Wausau Insurance Companies This is to certify that the insurance policies (described below by a policy number) written on forms in use by the company have been issued. This certificate is not apolicy or a binder of insurance and does not in any way alter, amend or extend the coverage afforded by any policy referred to herein. Name and Mailing Address of Insured VARSITY CONTRACTORS, INC., ETAL Producer No.: 4942 253 WEST HALLIDAY-BOX 1692 Office: POC, POR POCATELLO, IDAHO 83204 Date: 9/22/88 Region: POR L J Type of Insurance NOO . Policy Number Date (MOIDCA/Yq) Datac(MO/DrA/YR) Unless otherwise indicated, this policy affords full coverage under the Workers Workers Compensation laws of all stales (except slates where coverage Compensation • • 2 2319 00 046747 1-1-88 1-1-89 ' can be provided only by Slate Foods, and Canada) and as designated in the policy and endorsements for Part Two (Employers Liability). Commercial General Liability Limits In Thousands (000 omitted) 3 2329 00 046747 Liability 1-1-88 1-1-89' General Aggregate $ 1.000 Commercial Packa e r Products 8 Comp/Ops. Aggregate $ g o Trademark (Section II onl Personal a Advertising Injury $ y) ( ) Claims Made O Each Occurrence $ (Xx) ccurrence Fire Damage (Any One Fire) $ Products - Completed O erati p ons: (XX) Included E l Medical Expense (Any One Person) $ ( ) xc uded Owners 8 Contractors Protective Aggregate $ ' Each O ccurrence $ $ s Auto Liability 2 2329 03 046747 1-1-88 1-1-89 Single Limit Each Accident $ 1,000, eooily injury IXx) All Owned Autos ) Specified A t O l Each Person $ u os n y ) Hired Autos Each Accident $ XX Property Damage XX) Nonowned Autos Each Accident $ Jmbrella labilit Each Occurrence $ - y General Aggregate $ Retention $ COMMERCIAL BLANKET BON 2 2358 02 046747 1-1-88 1-1-89 EMPLOYEE DISHONESTY D COVERAGE 100.'. REFERENCE: JANITORIAL CONTRACT IT IS AGREED THAT THE CANCELLATION CONDITION OF THE POLICY IS AMENDED TO PROVIDE THAT, WITH RESPECT TO CANCELLATION BY THE COMPANY FOR ANY REASON OTHER THAN NONPAYMENT OF PREMIUM, THE EFFECTIVE DATE OF CANCELLATION SHALL BE NOT LESS THAN 30 DAYS AFTER THE MAILING OF NOTICE muvjb n' Votwe Policy (p any requirement, term of condition of any contract or other document with respect to which this certificate may be issued or may pertain, the insurance afforded ~y the policy (policies) described above is subject to all of the terms, exclusions and conditions of such policy (policies) during the lean(s) thereof. • the entry of a number in this column means that the coverage is afforded by the company designated by the same number. • Issuing Company No. 2. EMPLOYERS INSURANCE OF WAUSAU A Mutual Company sued to: 3. WAUSAU UNDERWRITERS INSURANCE COMPANY CITY OF DENTON 7. ILLINOIS EMPLOYERS INSURANCE[ OF WAUSAU Denton, Texas 76201 1. WAUSAU LLOYDS n I ' I Signed I§I e0.32< JANITORIAL SERVICES BUILDING WORKSHEET Building: City Hall 215 E. McKinney - Denton, Texas Square Footage: 35,000 Days to be Cleaned: MTWThF Hours: Evening Special Requirements: (Close supervision needed!) This building is to be cleaned at "Prestige Cleaning % This building houses many meetings (citizen, court, and staff meetings). This building must be cleaned with no complaints. Windows can be a very difficult task. Carpet is very difficult to maintain. Tile floors (see attached requirements). Window Cleaning - three times a year $ Manhours x Wage Rate Productive Supervisory Managerial Supplies Equipment Liners, etc. TOTAL ANNUAL BID FOR THIS BUILDING -13- $31.235 *i JANITORIAL SERVICES BUILDING WORKSHEET Building: Police Center 221 North Elm Denton, Texas Square Footage: 20,000 Special Requirements: Days to be Cleaned: SMTWThFS Hours: Evening Some areas must be cleaned under supervision. Supervision provided by contractor. Hours are determined by the Chief of Police. Jail must be cleaned to City/County Standards. Window cleaning - three times a year Manhours x Wage Rate Productive Supervisory $ Managerial x Supplies Equipment Liners, etc. TOTAL ANNUAL BID FOR THIS BUILDING $ 16,936 ,I -14- JANITORIAL SERVICES BUILDING WORKSHEET Building: City Annex 324 E. McKinney Denton, Texas Square Footage: 6,000 Days to be Cleaned: MTWThF Hours: Evening Special Requirements: Computer floors - carpet. Window Cleaning - three times a year Manhours x wage Rate Productive $ Supervisory $ Managerial $ Supplies $ Equipment $ Liners, etc. - - $ TOTAL ANNUAL BID FOR THIS BUILDING $4,260 -15- JANITORIAL SERVICES BUILDING WORKSHEET Building: Service Center 901B Texas Street Denton, Texas Square Footage: 45,000 Days to be Cleaned: MTWThF Hours: Evening Special Requirements: Restroom. Need special treatment downstairs, difficult to clean. Upstairs - must maintain new carpets. Window Cleaning - three times a year Manhours x wage Rate Productive Supervisory Managerial Supplies Equipment Liners, etc. TOTAL ANNUAL BID FOR THIS BUILDING $13,100 -16- JANITORIAL SERVICES BUILDING WORKSHEET Building: Vehicle Maintenance 804 Texas Street Denton, Texas Square Footage: 1,000 Days to be Cleaned: MTWThF Special Requirements: Office, restrooms, and hallways - not shop area. Window Cleaning - one time a year Manhours x Wage Rate Productive Supervisory Managerial Supplies Equipment Liners, etc. TOTAL ANNUAL BID FOR THIS BUILDING Hours: Evening $985.00 -17- JANITORIAL SERVICES BUILDING WORKSHEET Building: Visual Arts Center Bell & Hickory Denton, Texas Square Footage: 20,000 Days to be Cleaned: MTWThF Hours: Daytime Special Requirements: Supervised by Visual Arts staff. Cleaning schedule set by Visual Arts staff. windows are a factor. Dusting is a factor. Window Cleaning - three times a year Manhours x wage Rate Productive Supervisory Managerial Supplies Equipment Liners, etc. TOTAL ANNUAL BID FOR THIS BUILDING $2,845 -18- JANITORIAL SERVICES BUILDING WORKSHEET Building: Civic Center 321 E. McKinney Denton, Texas Square Footage: 20,000 Days to be cleaned: MTWThFS Hours: Evening Special Requirements: Large open floor, large carpet track, many special rentals. Rental clean ups are paid for by the renters. Schedule may need to be adjusted due to rentals. Sundays are dedicated to the large floor area. Window Cleaning - two times a year Manhours x Wage Rate Productive Supervisory Managerial Supplies Equipment Liners, etc. TOTAL ANNUAL BID FOR THIS BUILDING $10.800 -20- JANITORIAL SERVICES BUILDING WORKSHEET Building: Senior Center 509 N. Bell Denton, Texas Square Footage: 8,000 Days to be Cleaned: MTWThF Hours: Daytime Special Requirements: Hours set by building staff; dance special treatment (per attachment) Window Cleaning - two times a year Manhours x-Wage Rate Productive Supervisory Managerial Supplies Equipment Liners, etc. TOTAL ANNUAL BID FOR THIS BUILDING $4,800 -21- JANITORIAL SERVICES BUILDING WORKSHEET Building: Martin Luther King, Jr. Recreation Center Denton, Texas Square Footage: 20,000 Special Requirements: Days to be Cleaned: MTWThF Hours: after 9pm Cleaning will not begin until January, 1989. activity. Window Cleaning - three times a year Manhours x wage Rate Productive Supervisory Managerial Supplies Equipment Liners, etc. Wood gym floor, high TOTAL ANNUAL BID FOR THIS BUILDING $5,310 *'From completion in January thru Oct. -39- JANITORIAL SERVICES - BUILDING WORKSHEET Building: Denia Recreation Center 1001 Parvin Denton, Texas Square Footage: 13,000 Special Requirements: Days to be cleaned: MTWThF Hours: Evening after 9pm Gym area, high activity. Window Cleaning - two times a year Manhours x Wage Rate Productive Supervisory ' Managerial Supplies Equipment Liners, etc. TOTAL ANNUAL BID FOR THIS BUILDING $ 7.800 -22- JANITORIAL SERVICES BUILDING WORKSHEET Building: North Lakes Recreation Center 2001 West Windsor Denton, Texas Square Footage: 13,800 Days to be Cleaned: MTWThF Hours: Evening after 9pm Special Requirements: Window Cleaning - two times a year Manhours x Wage Rate Productive Supervisory Managerial Supplies Equipment Liners, etc. TOTAL ANNUAL BID FOR THIS BUILDING $5.6(14 -23- JANITORIAL SERVICES 3U7LDING WORKSHEET Building: Traffic control 901 Texas Street Denton, Texas Square Footage: 1,000 Days to be Cleaned: 'IT_W-hF Special Requirements: Offices and restroom only - not shop area. Window Cleaning - 0 times a year Manhours x Wage Rate Productive Supervisory Managerial Supplies Equipment Liners, etc. TOTAL ANNUAL BID FOR THIS BUILDING Total Annual Bid for all 12 Buildings --$109, 720 Hours: $ $ $ $985.00 DATE OCTOBER 4, 1988 CITY COUNCIL REPORT TO Mayor and Members of the City Council FROM Lloyd V Harrell, City Manager SUBJECT BID# 9900 USED DATA PROCESSING EQUIPMENT RECOMMENDATION WE RECOMMEND THIS BID BE AWARDED TO COMDISCO, INC , IN THE AMOUNT OF $23,763 00, FOB DENTON WITH DELIVERY IN 30 DAYS SUMMARY THIS BID IS FOR THE PURCHASE OF A GROUP OF MAJOR DATA PROCESSING EQUIPMENT THE EQUIPMENT WILL BE UTILIZED TO UPGRADE THE SERVICES AND CAPABILITIES OF THE DATA PROCESSING DIVISION AND HAS BEEN APPROVED BY THE DATA PROCESSING ADVISORY BOARD THE EQUIPMENT IS USED, BUT DOES MEET IBM MAINTENANCE REQUIREMENTS AND IS A SAVINGS OF APPROXIMATELY 60% OVER THE NEW COST BACKGROUND TABULATION SHEET, MEMO FROM GARY COLLINS, DIRECTOR OF DATA PROCESSING PROGRAMS, DEPARTMENT OR GROUPS AFFECTED DATA PROCESSING DIVISION FISCAL IMPACT FUNDS FOR THIS PURCHASE WILL BE TAKEN FROM 1987/88 BUDGET FUNDS ACCOUNT NUMBER 100-036-0017-9103 Respectfully submitted Lloyd V Harrell City Manager P ared by Name TOM 0 SHAW Title ASSISTANT PURCHASING AGENT Approved m 4 H ARSHALL ile URCHASIMNG AGENT I UI ~M W N r^ 1 Mb 1 I I I N u H ~ ✓ 1 0.1 1 ~ ^ I x r] 17 O --1 G Z1 ftl P Rf P ti Al Rf P M~ pp ht 4 m Cf -1 O -1 M ti -i I T ~ Z• S I 1 1 u 1 Crl N I m C I N I i) tl '-1 1"' J1 I S1 N 'Ji 'V 1 1 O I 'C , IT I . _ r o m T 1 1 1 -11 PI O Yf K m r N N I P 1 ' I 1 I ~ I T I 'J[ I I P I R1 V m g Ip RI Ip 1 I O I 19I s l 'A C] z 1 I 1 1 m l -1 I i i T Z ~ I 1 I Z I ! O IT .Z -1 -1 rJ I 1 m I O I NI bl 'A r I `.Jt I V I O .'tf 1 P ~ q r I 1 I I 1 Gll y z r 1~1 P 1 Y) I 1 m 1 G I I 1 I I z I I I N N 1 m 1 1 I I I I I 1 zl ti i 1 1 N i W N O- r N UI I I C) P 9G V - I C C1 I c 1' I I u Cl -1 W li O Cf O_ I 1 P I 2 W 1 G p 6 b 4^ 1 P v 1 I 1 1 1 1 1 d d O r 1 is nl v i a ly P Rf W a i o 1 -1 ~ I a o 0 o a I ~ I m 1 I m I 1 I 1 U1 x I 1 ~ a o c o i o m i n h i I a I W R! Rf 9 Stl 1 1 O P ICf P P P I ~ I _ i' 1 I 1 ! 7 Rf 9 QJ Rf Rf I P 1 L P P P P P I ~ 1 P I I I I T~ ti h - - - I - - - - - - I 1 (7 a z z a' a I c I o q G G G G 1 1 i ro ~i Isf Iif q{f ti Rf G 1 ti S 1 • P P b C Cf ; ,T,1 ; f~l +2 S 1 I G la w w w I R' 1 47 T i> P C w w i .~Gtl Si DATE OCTOBER 4, 1988 TO MAYOR AND MEMBERS OF THE CITY COUNCIL FROM LLOYD V HARRELL, CITY MANAGER SUBJECT BID# 9897 JANITORAL SERVICE RECOMMENDATION WE RECOMMEND THIS BID BE AWARDED TO TWO DIFFERENT VENDORS AT A LOWER PRICE THAN ANY ONE VENDOR HAS BID AWARD ITEMS 1,2, AND 6 TO WHITE GLOVE FOR THE YEARLY TOTAL OF $43,800 00 AND ITEMS 3,4,5,8,9,10,11 AND 12 TO VARSITY CLEANERS AT THE YEARLY TOTAL OF $48,394 00 THIS MAKES A TOTAL AWARD OF $92,194 00 SUMMARY THIS BID WAS SENT TO OVER 20 VENDORS WE RECEIVED ONLY FIVE BIDS AS SHOWN ON THE TABULATION SHEET WE HAVE RECOMMENDED THAT ITEM SEVEN MARTIN LUTHER KING RECREATION CENTER NOT BE AWARDED AT THIS TIME THE VENDORS HAD TO MAKE A GUESS AS THE BUILDING IS NOT COMPLETE WE WILL BID MLK WHEN IT IS FINISHED AND READY FOR OCCUPANCY THIS AWARD IS SOME $12,276 00 LESS THAN THE LOW BID AND ONLY $330 25 MORE THAN THE LOW BID FOR EACH ITEM WE FEEL THE ABOVE AWARD IS THE LOWEST AND BEST BIDS FOR THE CITY THIS GIVES US ONLY 2 VENDORS RATHER THAN 4 VENDORS AND WE ARE SURE A DALLAS VENDOR WOULD NOT WANT TO COME UP AND SERVICE ONLY ONE BUILDING BACKGROUND TABULATION SHEET AND MEMO FROM BRUCE HENNINGTON, SUPERINTENDENT OF BUILDING OPERATIONS PROGRAMSl_DEPARIMLN!j OR GROUPS AFFECTED ALL CITY DEPARTMENTS AND/OR DIVISIONS USING THE LISTED BUILDING REQUIRING JANITORAL SERVICES FISCAL IMPACT BUDGETED ACCOUNT RESPECTFULLY SUBMITTED LLOYD V HARRELL CITY MANAGER E'A f~4A TLE PURCHASING AGENT APPROVED R JOHN MARSHALL ITL PURCHASING AGENT , i { , , , ,