Loading...
1985-1750923L NO 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 IC AR O STEWA MAYOR CITY OF D TON, TEXAS ATTEST 6U~el~4A~ CHARLOTTE ALLEN, CITY SECRETARY CITY OF DENTON, TEXAS APPROVED AS TO LEGAL FORM DEBRA ADAMI DRAYOVITCH, CITY ATTORNEY CITY OF DENTON, TEXAS BY A1QL Dr' u 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 Pi erred name Tom Shaw Title Assistant Purchasing Approved Agent , hn Marshall ict Purchasing Agent a z w a 0 0 z w a z w a S ~ > a m o z Z ~ I.ti w > O N Lo O I~ r O LO 0 a 1 0 co O U M p N m 'D co r, O co to Z N Z n et \ m W O 01 I O C) O N O O O O a O O N p co O I~ 'O q N~ co CD LO m O r Z O t0 O E W co C) Lo cli O > M d c7 G) N N N N v ro ro 5% Z V L co LL '0 \ \ pI M E I a S- 0 O 0 C ro \ O U 0) ro C Ln ro C O S_ 00 O n d v N O 4J O N N O J u (0 J J F C M A C Y N C i-1 O w L ro ro S- >t r C L ro ro S- ro O S- 4~ C r O L to C r O L I k7 ro C (D r 0_ w m I C N 0- Gl E O H 3 0 ro 0 > d' w O 4-1 (0 0 > I~ F G O H '0 E C C r '0 E C +1 C r Ol m r S. r N to r f ro N ro et F-I ro (0 C S- G) co S- sY ro c Q 01 N S N f H D V- N E S- H H 4z z od w w z 9z w CO w 0 Q @ _ . 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 Pr red b Name Tom Shaw Dille Assistant Purchasing Approved Agent " ohn Marshall it Purchasing Agent x S Z w a 8 Z a Z > x 8 z > a $ m z Z O N O O O O O un co 94 O d' U t[7 f~ l0 N r Z. N N W ~ ~ > N O O O O O u >1 o ~n v o co ro o t o v z O O) 2 M N E O O > > N M U N OJ N ro r m > i O p H 7 F D > a r f v L C Y N C a 0 v ro c O U') O _ a) 0 1 Y co I o m J U N M L7 O O O t ro ro L T O O r I { M M G N G 4J co N M M E C % c m CD + + r r N ro r m m O S- ai a N g ~ -I I-- O fs7 N +Ic a F F Q z ac r] F [ Z O O O a U Ca co 0 d ai 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 RECOMMENDAFION 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 Grant Fund -Community Respectfully submitted Rick Svehla Acting City Manager Pr li ed by ~ \ ~ C Name " Tom Shaw rifle Assistant Purchasing Agent Ap over N e s a Ie P chasing Agent a S Z w > ao Q z w a zz w > a S > a i > 0 0 c c a E o r, z c co > w 0 0 aca, o i r U a r O r Q ^ L ~ N [ l A V r OJ to U 3 m N > S- i N N Y Y r N r N L L N N O U p U ~ c o ~ c U p U LO r, I n. m O C a Y m 4- O U N 4- N O \ w O A C 00 O c O O O O CD d ~ U N N C W W N m w a F E F w = Z O P. ~ CC o] 6 ac CONTRACT AGREEMENT gs -/~S SPATE OF TEXAS COUNTY OF Denton THIS AGREEMENT, made and entered into this 4 day of September _ 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 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 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 and !printed or . i CA-1 00441) written explanatory matter thereof, and the Specifications therefore, as f. . . prepared by Citv of Denton Parks & Recreation Department and CDBG 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. ATTEST: executed this 5 OWNER Rick Svehla Acting Citv Manager. AAPPROVED '~lJS(~_S TO FORM: City Attorney CA-2. 0044b Bid # 9500 ' E PROPOSAL w r ! , c! TO- r w< :t ,THE CITY OF DENTON„TEXAS For the Construction of z ;r s Fred Moore Park P t ro]eCt r~ z xL4 F~ + q i ` 1 + 'S IE -e 7 L 44Mi Y~ t+ _ 1 s a E e!r ! 4 w E; ~t , 3'~1 ESE DENTON ~i s\ ~ i~. 3} 5ry+ V of SLY!~ \~r ~ 3+y) YY YpiS.. E, ~ ~,i J!~ ~ 1 s h } l{~ 2Y Y1 L ; n, ~t ~ F~ Y,"~Zo I9 ~ , R"4 ♦~~5! r~'nkE ~b{,Y ;?~~~1~ 7`41 The ° undersigned~4`~ <s- . Srliy ?z: `;wa4 r, T a~~ xl u 7 ;c~ti$:~M 1r , as bidderdeclares that the, ,,,only#person orv:part. interested-in this proposal' as pr ies incipals! are :'those .;s thab; this$;proposal is made'withoutltcollusionwithjnotherhersoin, n, p Wt kcorNoticeon,othat any he"^has ':'carefully; examineds the: form of v contract Bidders, specifications ref sand-,lthe'plans,therein n erred to, and has :',-examined,",- .1 A the .,locatilEOns, conditions, .1 ,f and classes of ;'?materials "=of.,:=•the'rproposedt'work^and-€agrees`'that` he will provide all the:`necessary_n;labor,` machinery, E stools, ;`;apparatus, .;r and-', other.-+• items-,incidental'_to construction, and•wiltl doa1L:,the work and furnish all the materials called for gin the ,'contract sand . a !specifications in.the mannerprescribed therein .and Faccord ing<to,the i"N 7, 7 Ir." II requirements of ;the zCity,_ as thereinset forth i•'ts y ~ 'YrF ~ L~i.;$^T+' c+.x ,hi,. f~~ 1 ~..?Sfi~ ' Y'~•F s f:* E>'~' A+~ iTY rte- t It+ is understood°that'~'the following quantities of work to?, be done ;at ' 4 , F unit' prices''are approximate onl y, and „are intended principally to r ,r +'#g4~serve,as a guide i evaluating bids , n y 9 f vN It is agreed that :the'quantities'of work to beudone?`at unit prices andimaterial to..be:;furnished may_be.`increased or-v diminished a-'as 'f 3 j gybe 'consideredbnecessary, may in the:', opinion;,-ofr the tiCity E o ;;complete. ;the t` work' fully'`as`'planned `and. tcontemplated,r and - that fall E'-:rquantities ;',of..:, work whether increased or decreased are to-be' performed at the`unit prices setxforth,4below except as provided forgan t St 4 I F' rt :~!%:c r - ~ h e specifications ~y vs iJr I fr; f. 14 rtit- ,T~,z 3sFs'A z, t"` b'3y..., n + r r i Cc i c i '3 r^, ~ n kr 6r! a 2 b- t +a ti j f~ °3 L.,It is further agrIs ed'that',lum ~p ~sum3prices may be 4i?incr~easedi~r;to cover i '~I;additional'' :'work "ordered by the City, ''but =not 'shown:on, the.'plans or. required by: the "specifications,-in, accordance with, the 's'provisions ;i_to ' the "General Conditions:" Similarly,!! theyr may be' decreased'~to 'cover ,,deletion ofwork so ordered i" + It is understood and "agreed;,that the' work is=to be , completedin';"'the most" expeditious..,"manner. ' Each 'contractor will work with:=the'+'City Park'Superintendent`or his designate `}tor.coordinate>irthe pro ect, in;! 'the most efficient manner. ~ } (.j 4.3' Y E F,. i. L . s vy d °~3If vv ~fi Accompanying thisproposal his a certified or.cashier:'s,check orBid Bond, payable to,the Owner, ;in' the ` amount:'.'." of flve"'percent of-,the ;total bid. i I hi P 1 11 . A_ BID SUlk4 y a 14 ;q. TOTAL BID PRICElN.WORDS Lza.C~/LW+Q~ _q W (D ~!0 500 r "V'. J~'~ 4 t r.., lY a 5 X a rn 1'' ( i t 4 In the event' of 'the .award -of = a 'contract lto s~r s' g * 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 "ins ^of>the"contract,t r ure and'Quarantee~"'the work-`iuntil`-; i# final, comp letion° and + 'acceptance and to guarantee ',payment for`allr-lawful claims t 'theocontractmrea ndjmaterials ~furnishe&' in the fulfillment t v. xe. cit °',Y txt+'}r 3* ,{n+t~~ 4S~n~„y, i ,kr rx .~y,ei`: It is understood that!the"work proposed to beAone `shall b a ; $ ;accepted, when':fully."completed `ands=finishedVin ce-ili 1 the plans and specifications,,to the, satisfaction helF4 k 12i EAQ lneer !A ,The undersiQnedFcertifies-that :.the,bid;'prices:.`conta ned in Y proposal'.have-•lbeenrcarefully checked 11 a asnd tare submitted ` COtrect andrfin s,. n {1x.1 - u z r c, w 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,,°tshall,control over sextensions ,r, rN k `'°j'~r y > ~ ~ > 5 ~2 G , > t D 4 ay t £~iiw'"x y i,}, L ,e,T xe nl. 4R~ s4 e=JY ~T/G1~/J ~ ~~C~ SLR/?✓/CG_$ {t F,<a ~4 x'"~4! I^s S.-. e'zx ,g BY treet=:Address lithe 0 `t4xtrY ,f i. N,r,vro.v ~ ~~7~o2D.~- )x:;yz trr tY' i4!°x ~ ~`ti+ gsrr~~~ hri64'11 i1~. 4'. IV, City, and State K t a , ' sr ,r 'n it rl` t r I-,,. 1, tyik N'iD,+! y ,v~vir rt~ a ( sA Seal & Authorization~~ (If, a Corporalion)TM: t s ~ : Telephone ~ ~°t w , tt, r t t v yx' XI t ~ r v ti fJ A ~ i' s , i d nd 71 L~ti > st - v e _ t} e'+a fir Cz a Mns Ji ' v it d fFp t V I tf 4 , iF y i f 3f < f: ~k ~dr~yt ati::f YSi i, irr ! I " r r Y r r +A~ s 1 t' @{ i t P 3 s' 1 K a.~ ~H 1 t 4 It is understood that the. bid.`security accompanying this proposal shall be returned to-the bidderl,:unless`in.casevI'of%the :acceptance- of a 1,t the proposal,:+'the'bidder°'shall, >fail to-execute'`ar'contract;~and"file'a :performance bondrtand a'payment ''bond F' within fifteenF"``days `;"after ' -."its acceptance, in ,~:which'"case.the-bid.security.shallnbecome;the'property of the Owner,' and shall be considered`'as-'payment%fori~4:;damages delay and .due to other, inconveniences ;;'suffered by'"the Owner on ,,account 'of ouch failure ;ofVthe .'bidder 'understood pthat the p Owner -';reserves the right to reject any andrall bids ay G. T °f`r'~t °The undersigned "herebyiproposes and"agrees':a.to,,k.performs`'all work ,a ?',of w,whatever naturerequired, `in strict'+tiaaccordance'with the':plansand Pi. specifications, for the following sum or'p;ices, fito `~~i'y S. r"n~r yy* R I*~.F Jl d"✓ x d Y '+4t 2{ .fs S•r [ tj i~' ' r ir+ + n .fir r G~'Y,sV„ra'zy. § Y a ~,Z•Sei #7~3*:•~n'.rn'~s 1 t fse A ¢rix"f~r. Tr - ; t d 04 I~3 r m 3 . 1F }F s i rti 4 t,.•ti 3+4 - .t { v i ' J'' x $ J i r c~' IY v~ •9c ys¢ M 41 r. d tr } r C, f x FC 1' j~1" 3 E £.•hrrv .i h ti 5 .i 1 f~ t 1 IK i Y ' t S t 7 i .{t3 r`Lt b / k RS i~ ( 7 n~ )V 1`r~ f ~ r' i t r .fi 9 I {{4, 5 c) 't' r Yt1 + A Yi+ r y ~ ~ 1 1 I.F t X 1" p f} ~rL" `46 _ a }>r '5v 5, j r " ` ~ a 'SF 4.3 m {r FN ('.,y~ } !r FY.+ij tir, t Lp r, `'4 1 1jz -i v ray r " i,,. ~a ^ s sa' sa°SS Y~ x'~.,~t- fa 5 i> r ' Y 1• e E .n r ~i ar 'ff r , x y - t ,e, o '7s Zt '~r}1•,}4fr n ih , r Nc 1 r Gr t ` v T ' ,{4.# 6 5 ~t7 x. re JSsN'r atrv § S I i r.. t '6 a, v ,(v+ S h t:;, w .j 1 t i' > i 7,.r t< } Y 7+ n' r9fi•k k. t r .s l3 r f t ^~1 $ - r a {y if l5} t 2 t ♦are k°,'rv' t ) V t ' r Fat r,. T(t•"r" " Y,s!sr?x ..n fit{ zXxn SI k t St 't ro des c J a~ A2 r t+ rt F i -1 o r.+" f~ r'~s' Vin. R y f^E at '4 J. w /P t i F •R;r i m s, bt IN W_ x rcr ' k f r Y k ~}"rc A 1 k ,a. C. lv 1 ka ~~i i t I 41 1 fp 9Y'~,w { $ ri r. 4 t r a ` 'r ' ~Y ? 1 .c7 Y.`~r w„y - :~f5 i a, sz ~t it M' S l ya F F F 1 L y 4 5 -U i h^ J P F , t1 ~4Ti :)a e "f'` , i i .1 r t' h C " 4rhul"' S L r1i~o +tiA. t r z.,.1 y'~r 1 .t ",x 1 r ,i T v } :.N tt ~w~ nF 7`t i Z ys X ~1 xi` 7 A ti i D 6 k r 1" r rr M r t ry 3 L' ti iy" ~ti '`t ti r+' t 1.. 7, •a i~µ if 'sY1 xE ~TMfi ~Y+?, 7 r~ }7 rt ~fy,t 3 a c, 2 tl p ~ sS t.~.:b ~ tyA ,4 vkFa it ' < ~ ` r Y ,r s + x~ t ` ~Ir a t xr SfF D ~ .iti ar { ~'SZ 3g tr 3i..r 1 r f A 'f ':lyn Y id+~ ,4ry N 2 r -:A t i+ r. P i t , ya n F 1 's, it s x sT rTXS t a K.i , rr , x ^yog7 "llp + Q t - } 'ti 'r 4{, Z+ 1 fi•'rn '~Ni sS;S 4+^ ~ t m} s<K,v r s' i t .;f a- c , J t Vlrt 7r t + x xt Xr' Y 3'' S ~i Ti-~~-i'i't - r sl r:. ~i r c ieah'Y p t ' t , t , ~ f+ 1,ing u, ' r; ~1S'~'(f0.~'~4/& R~s~ I s~ $9rt{ Av ^'q.J". ~k,3 a, ae a wr A } i It v cwr 3 I. ~ 1 ~H a) ~.;kirc4* ~ i7 .a, [ p!"6 Fr tt~y E ~ rrR I'uilvs •"~..J54#txt~+rFN-e*`,}*r W '~.'i2~'¢ q, -~ym-4' ' j~ y xr&^sf ,e .4+ o. 4 Fr e>:~ r a ;u r: A 4 ri' ^t .,v 8' Yr l - .p rt E` 13 :P ' T 1 ° 6{ + n n >r.3 t r Y , .rt r r i r7i°;-~" tt lc 7''r}trsa'wC" r ~f~D°~Jhr,t of,.:W 7.+ Xry 1 xr w,` 'k ve~ M ! L e t ~t. s t d ~>R t r + rs i t Sf t 115" Js.,jlj; 4 A se e"L 1•k. r1,aS -i p t 1 ..t 1 1.• -rYF1 f 4 5 + P D +k`.''~ .-t } ~'t! 1. i al~~ ~$V:. LS yi.. y iZ r~ . ^i ' v 4a 7 t r s v ,i r 4 J r .z tt v q ' i F i "ix ~.rr1 'ti P} ,D a Kr 3 1 'Z+ rx y+`, @ e f C y~s7s' l r a'G, pt ~ `~r ~ r 1 Y t r~ s k. 1-tk-.~f1i 5 T n ~i ~L. fY t ~ r.. h . 1 Sr.t r Ir j ` r~ ~r y tt ~%^i•~I~ ~i fM'."rh«yi c~,7}c aft~uw,iy ~.rr { j r % r{ e i } ` s t~ n t k Y^ 1 p. i a H' x^ 1 1~. i t: s , , (•d " 1.• p i a7 YtTFy S J r Ii 7 t r 1 i ,'3 r n r 7t ia., Sf r ah ,r iF~ 1~' 'z`e ryt75 `tr +rl D } f i v+ tP~ n7 c4 tyh i',hh r" li~l.l 5.. i.. r } ) ~4 < i ~'ac 1~! 1 4t , l ~.M i r"s 4RD fI h ze, 1 M1 v 1 1 f,; ,r J..r " r • " t I tj ~rW° r~_ r i.e t' ^s` J +.n+ r ' +.r t 41 t t If :i~ tll rr ¢ c '7 a R »Si: r S t :If t " P - 2 .t BID SUMMARY p TOTAL BID PRICE IN;WORDS _ a( of ~ S yo, oo In the event.of the award ofa contract undersigned will-furnish a .performance.;bond'~an for the full'aamounty_of,•,the',contract;:.,to;,`secure ;..?compliance with the-,terms a,andjprovisions`ofAth' insure and' guarantee'theYworkuntilt,final'`com acceptance'andsto-guarantee paymentforall?lr Tabor performedandmaterialsr rnished i n;'the' '`l ifu < 'the contract'" `"i is understoodthat','the work~,proposedtobet 4 accepted..when.'fully; completed,'and-;:f inished`"fin: kx the plans and specifications, to t ine he satisfactj Enger' a ~z I r 1.1 1t 4 , r1 3rE'~ "r`, y ° ° ~M` 1 5k 6-6 Y+ Y~- i1 k4t t` Y,<++ 2> uc r v~. .rr IF. The undersigned certifies°that.'the'bid `prices'='c x'proposa1'. have tbeen carefu1lya checked and; are{ u ' p, + correct and 'final w , ~ rr,:,s , = 3 ,i y r'x +'l. t v" ..4 aY ~ !'D,~" t3r ryni ~Pr tiha,urt ' r MUnit and .,lump sum ;prices as1:'shown 'for -.each, ,item tt$~t ~Broposal,.shalltcontrol oyer'aextensions y ~ t r.. f a h 'X. r , - W- ; BY t. 5 . Y,. • + c ; Street Address r aal & t: Authorizatio n y ,i ~ r n [f a Corporation) r 'r V i ~ ` F Sh + „ 4Y fK~ ~Y TeIap 1 T 4 iti fi f 1 C' r s cr w 4 r v+ a {e r ,,1.;/` ersigned, payment~zt Per=„~ ntract.,,t 1-1 oneT.shall accordant on,Yof•rtha { c. F <Gk r+ vytp $v-+'Srf''-rf ~S, s yx P ontained" bmittad<a , ,r. r f: n S 2 , , t • 3 } Y Sf 3 Y 4 k + +"4 f !tn"'r x,+/ ~ ~ t~~ kF tl d ~~ne hF 4,h~ !I k } I J _ I I, t - I r 7, a 1 s r ~ a ~ ~ rt ` P-3 < . . e MC v:~, i A t r PURCHASING DEPARTMENT:; • BID INVITATION City of Denton _ : ;•.r 901-e Texas St 'CITY OF DENTON, TEXAS ' Denton, Texas 76201 .Date:.. ,July, 25,' 1985 Ui a~l. S' 9:$'' 9t; 'j+'st`t :k.ty i - i. 6• : t i I { tr mr r j t +i, t BID NUMBER 9500 i•, " `BID TITLE ` ..ERECTION OF PICNIC, SHELTER, t 1~ Y r~Mt .'`.'FRED MOORE,PARK ~r~Tr ~`at g~9" :int ',E5°S t?rr rr 1 1. t s r 1 , r Sealedbld proposals will be received until 2:00 p.m. . I. , = August 20: 1985 at the office of the } r ' M'`~ x ~ F c ' r' { ^Purchasing Agent, 901 B Texas SL, Da nton,. Texas, 76201 r e! t Z u t x? For additional information contact R 1 t `ir La :t~ t t- ct e - _ 'JOHN J. MARSHALL C P.M:-:-TOM D. SHAW, C.P.M i "T) F 'J + PURCHASING AGENT ASSIST. PURCHASING AGENT ? F ..r F'I +r••st ' s a "L r Sr .v-rc r~•-v y-axs.r+. x ~(j~t.•~, _ !~'..'J, iii{i' d' i rt f, t. {r S'S r ry c>ax."~.~rri,'wt•~''.~rY't+F :.r-t t Y .3 ' OfflCe 4 d', c DIFW Metro 7 588-831i - 817-267-0042 81 'A F 1 fR L` s INSTRUCTIONS TO BIDDERS L 'Sealed'bid proposals'must 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 completelyf -,.sealed envelope; and mailed or delivered to the Purchasing Department, City of Denton, 901-B Texas St.; Denton, TX; J t 76201 riyy S 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 toile quoted FOB Denton, Texas; delivered to the floor of the warehouse, or as otherwise indicated. r 1 t 5 :The City of Denton Texas reserves the right to accept separate Items In a bid unless this'rlg 6 ht Is denied by the bidder. 1n case of defeult after bid actsPlance the CltY•of Denton Texas may at Its oPtlori hold theaccepted bidder or contractor ` liable for any and all resultant Increased costs as a penalty for such default Th : i :.S '..:!,~rr i.C (w ` e .x+e Clty4ot.Denion reserves,~,theiright_to"rejectany,and all„bide,°to`waive all`Informalltlea and'requlre that submitte0,bids' 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 penod 9 ..The Itemst ere to be priced each net (Packaging or shipping quantities will be considered) 10. The Purchasing Department assumes responsiblliy 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 wllIt the Clty of Denton or its representatives , Prior to award shall be gounds for disqualifications. - ; 12 ` The'condltions and terms of this'bid will be considered when evaluating for award.'. 04 13 The City of Denton is'exempt from all sales and excise lazes. (Article 20 B) •I P-4 r~ } HY HUMM 9500 _ BID PROPOSALS r - Page 5 of 10 'i 013MIMON GUAM. PRICK AMnun t . ~ i!I 2 ) I n~ n.: M T F` 3. It Cr A= t I , 1i, t~{ 1~ i q?3~"A 4i I ~r f { { i ~t r} p, 9j, lHA '14~ 'rrYS 7*w_ f = Z :k w ✓.4h< v7i ,t [''2d` S- :L' Y r'! u t 2 ! S i e la Apkv'5` drr x 1 x i f ari ~r~i t t." r 1 1. Erection of~'20 x>36' Lain nated~BeamrPienic Shelter7', and-., Concrete- Slab Foundation 5 , tr` A _Shelter' Package ;to be.Supplied,by•Owner::•, x Game,Tjme8804 f t a i,"r f si. P ,t 9 2,. t z 1 ° )n r t r qY Sr sx oA ,x M+n rtP §t !k 11 e 3~ a t ti. Vt a r "rx . S t I s F 9 a'.n F€ i< t: t f.7`k r t., 1' ~r, 4 % z C z¢. a~.' it v: s` r t• * A i v t i t d 5 r ' ~ i h ! 4~,B N£rys y:x~~ s :~cY✓t yrk~F .•*.t ~1 t t~f tt. vr`'d - h e { + +yll t i a - tb 'rr rr 'Ti s I$~r ? ° t. t 4 i y. ! ix . t 3 a„! C F~st h r x n x t ~3 S y ` Pa 4~~~{{ SJ 4 xi T n t lj~j q Eaeh;rproposalc page ora•proy,ject, included°may,"consfitute _a separate bid.andjwillVbe;considered, for.that;portion:; 1 t i of,,therentire.,project Awards will: be made separately ' i `i orn~combination,(,whichever,is-considered. thelowest r l y SI 1 i. r 1 .a ~I ",ana nest, eva I uated offer-;to the- Ci tyr of ,Denton,;* Texas "~-4 y i4Y..h ",Y2 s'.. 'rd w "u r A 'fig, r r'f q 4 ry.. t `Sr Iti. t h', dk ! ~ A~ , x• a -p.f~ 4T t t r t s ~ 1 , t t ' ~a 9ra a s .:G fy x. a w y r t i y r r t. 3.~, t i p ,q T e ~ t t 3r4, % F K.--y n t r'F r .SAS, -i r ~ r t' , t s r Ac 71 p...k~RR~ , f v +Rt ¢ .ter ? fF~a tn, ra t r~J a~ w, l,a rg o r J r F t r - i Y'D . t L i 2 ~ t'n sae X14+; et p v '!'~~b° ~Y> el t.~r 7 S.t r" r ~v; r - e 9 § b~~,.Y~ { L ft LJ F t vy" % t"g17, 1~""_k C 5 {t - ~ir R tvt f* ',t Y Yi 5 1 S r a.. c k e s.{,` r £ yi•" 1 •.4ar'~ r : r , a a , r t,y T, F L IN" 1w ~:~sA w43~aYx ~ >-v A x xa.y .p s r ~ v r., 9n"r iit C s t''Y l~ it;. b 4 9 t4 r fP 'C', t R ti a i 9:~ 'i t«; A t4 F nv 4t r C _ , ~ t r t ttA s 'S 3' errs{1 s3~~''Yi t {5;'Fyn! x 1 '+vrf4t~e~.''"fTr.'~~"':C~3'iih_'.'T,.tCia',~es~'kT+v.,sr}i"a!°j ty: { ,..i.p,. n ~ ikk pYe r ~ d „ _ _ t:Yx `Fe, '~1ast e e rv m;. t e° r t r _ r t br`'~t wl' t t ^ p ~ v't r { 1 7o Y ~ ~ - ~ t+t rJ ~ Q r~r r'' +t ~,r a x 1` 5 v ri ~ r ti Sr S Y 1 AS ~ y. u P 4 - kt :y'f 4A k t , r r ry q r~ e3'i~ til~} t s~, J tr t e s .r a t ~ 7 t ~i pi r„ +.o-d`~'+ 1. +a~.,p i ,..d. n 13i~~,,. Y ~ I, e•t i TOTAi 5 << yh Qteote tIN above fob Denton U SMpmatt ran be made in days from reciipt of order. Terms net unless otherwise indiatad 4 r, In subi+ittirg the above bid; the `vertdoi agrsis'thet aoceptartee bf any or all bid items by the City of Denton, Texas within a ressonmble period of time eorstltues a contract. 41 17 hankie AAerw _ Mader Ta` U' T x 762 0z~~2. urn seat Zip st"tum TolsoMM A Titte Y ,