Loading...
HomeMy WebLinkAbout03461 ORD - 05/06/1953TEXAS: AN ORDINANCE ( o / AUTHORIZING AND DIRECTING THE CITY MANAGER OF THE CITY OF CORPUS CHRISTI TO EXECUTE FOR AND ON BEHALF OF THE CITY OF CORPUS CHRISTI A CONTRACT WITH THE UNITED STATES OF AMERICA BY THE CIVIL AERONAUTICS ADMINISTRATION OF THE DEPARTMENT OF COMIERGE FOR THE FURNISHINC,,OF ELECTRIC SERVICE TO THE CIVIL AERONAUTICS ADMINISTRATION STOREROOM LOCATED AT THE MUNICIPAL AIRPORT, CLIFF MAUS FIELb, CORPUS CHRISTI, NUECES COUNTY, TEXAS, A COPY OF WHICH CONTRACT IS ATTACHED HERETO AND MADE A PART HEREOF; AND DECLARING AN EMERGENCY. BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF CORPUS CHRISTI, SECTION 1. THAT THE CITY MANAGER OF THECITY OF CORPUS CHRISTI IS HEREBY AUTHORIZED AND DIRECTED TO EXECUTE FOR AND ON BEHALF OF THE CITY OF CORPUS CHRISTI A CONTRACT WITH THE UNITED STATES OF AMERICA BY THE DIVIL AERONAUTICS ADMINISTRATION OF THE DEPARTMENT OF COMMERCE FOR THE FURNISHING OF ELECTRIC SERVICE TO THE CIVIL AERONAUTICS ADMINFSTRATION STOREROOM LOCATED AT THE MUNICIPAL AIRPORT, CLIFF MAUS FIELD, CORPUS CHRISTI, NUECES COUNTY, TEXAS, A COPY OF WHICH CONTRACT IS ATTACHED HERETO ANO MADE A PART HEREOF: 6CHrt[IfaLd. PO-m CONTRACT NO ACE U SER INVITATION, BID, AND AWARD R �N P+eltwd by Qeaera] 6nrviees N0. F l.dministcnI!_ Nov. 1949 Edition _ I FA6E5 (SUPPLY CONTRACT) --��yy 6-1 nyl D. I 1 ISEUED BY I ADDREBS I)epartMellt of Goumrce Michael ro J. Femm Jr. „ivil Aeronautics Administration hief, oeurement Branch P. 0. BOX Fort 140rth 11 Texan _ INVITATION FOR BIOS DATE ISSUED Alir11�, �,,�r for fiu s�+am_eRem, a -, c dii. . >enera tin Drnw, -ion, ¢s ra,oiiuns to bideters are contai9aed en the term, Land condition on th�n er�sy�heraof. _ SCHEDULE QUANTITY ITEM NO. SUPPLIES OR SERVICES (ZPmmUer of UNIT UNIT PRICE + AMO1N7 umi[s) For furnishing 110/220 volt, 2 -wirs, 60 dole, single ase ectric'service to the Civil Aeronautics Administration Chief isle ronics Te ' Cian anCL AirwaYS i Listtex�ayzee ''Tau hni.cian Storeroom, located in ve b , an the iunicipalirpart, Cliff Maus Field, Carpus Christi, aces ounty, I axes. Transformer capacity required: 3 Mlz3 i ferga •dates i [�� y Hoar ( T per ltilovatt flour A;o ,,�ranteep C'� 1 1y' lY• ! Hl❑ DATE_ In co:mplianee with the above, the undersigned offers and agrees, if this Bid be accepted within _ __calendar days (60 cedm4oir day, 14.1", a different period be in,,,,ted bV the btirlri,er) from the date of the opening, to famish any or alI of the items upon which prices are quoted, at tna price set opposite each item, delivered at the designated point(s) and within the time specified in the Schedule of tho Invitation for Bids. Discounts will be allowed for prompt payment as fellow's: _percent, 10 calendar days; - percent, 20 calendar days;_ _percent, 90 calendar days. BIDDER. REPRESENTS: (1) That the aggregate number of employees of the bidder and its affiliates is ❑ 300 or more, (Cheek appropriate bo:ces) ❑ less than 500. (B) Thathe is a C regular dealer in, ❑ manufacturer of, the supplies bid upon. (3) That he I] has, ❑ has not, employed or retained a company or person (other than a full -time e».ployes) to solicit or secure this contract, and agrees to furnish information relating thereto �1 as requested by the contracting officer. INDICATE HET." ❑ INDIVIpiJ11L; ❑ PARTNER541P: ❑ CORPORATION. INCORPORATED IN THE ITATE OF NA AND ADU RES-SO F DIDDER (S4fea, -61 V, Z nu e, ¢ d St t, Type a; 1.0 -T) SIGNAT'IR,E AND TITI E OF PERBDN AIITHORIIEO TO 11 11 THIS BID 111 f 11V 1 CITY OF CORM MISTI "d till, ­d. eH-t -) Municipal Airport, Cliff Mus Field _ AWARD ' ACCEPTED AS TO ITEMS NUMSERED AMOVYT UNITED STATES OF AMERICA 5 INVOICE FOR PAMENT SHOULD SE MAILED TO CO;lTRACTING OfFICBCt 1684 P. 0. Bor. ACCOUNTING AND APFROPRIATION DATA — -- — Fort Worth 1, Texas PAYMENT WILL BE MADE BY 6GI.tldRrd b'rTrss+ 33 Nov. 1949 EdRinn TERMS AND CONDITIONS OF THE INVITATION FOR BIDS 1. AWARD. —The right is reserved, as the interest of the Government may require, to reject any or all bids and to waive any minor informality or irregularity in bids received. The Government may accept any item or group of items of any -bid unless qualified by specific 'limitation of the - bidder. UN- LESS OTHERWISE PROVIDED IN THE SCHEDULE, .BIDS MAY BE SUBMITTED FOR ANY QUANTITIES LESS THAN THOSE SPECIFIED; AND THE GOVERN. - MENT RESERVES THE RIGHT TO MAKE AN AWARD ON ANY ITEM FOR A QU- ANTITY LESS THAN THE - QUANTITY BID UPON AT THE UNIT PRICE OFFERED UNLESS THE BIDDER SPECIFIES OTHERWISE IN HIS BID. The contract shall be awarded to that responsible bidder whose bid, conforming to the Invitation for Bids, will be most advantageous to the Government, price and other factors considered. An award mailed (or otherwise furnished) to the successful bidder within the time for acceptance specified in the bid results in a binding contract without further action by either party, 2. LABOR INFORMATION.— Attention is invited to the _ possibility that wage determinations may have been made under the Walsh- Healey Public Contracts Act providing mini- mum wages for employees engaged in the manufacture for sale to the Government of the supplies covered by this Invita- tion for Bids. Information in this connection, as well as gen- eral information as to the requirements of the act concerning overtime payment, child labor, safety and health provisions, etc., may be obtained from the Wage and Hour and Public Contracts Divisions, Department of Labor, Washington 25, D. C. Requests for information should state the Invitation number, the issuing agency and the supplies covered. 3. DISCOUNTS. —(a) Prompt payment discounts will be included in the evaluation of bids, provided the period of the offered discount is sufficient to permit payment within such period in the regular course of business under the delivery, inspection, and payment . provisions of the Invitation and Bid. (b) In connection with any discount offered, time will be computed from date of delivery of the supplies to carrier . when delivery and acceptance are at point of origin, or from 1 date of delivery at destination or port of embarkation when delivery and acceptance are at either of those points, or from date correct invoice or voucher (properly certified by the Con- ; tractor) is received in the office specified by the Government if the latter date is Iater than the date of delivery. 4. PRICES.— Unit _price for each unit bid on shall be showri and such unit price shall include packing unless otherwise specified. In each case totals shall be inserted in the Amount column of the Schedule. 5. DELIVERY TIME. -When not otherwise specified, bid- der must definitely state time of proposed delivery. - - 6. COMPUTATION OF TIME. —Time, if stated as a num- ber of days,.will include Sundays and holidays:, , T. SAMPLES. — Samples of items, when required, must be- aubmitted- within the time "specified and at no expense to the Government; if not destroyed by testing, they will be returned at bidder's request and expense, unless otherwise specified in the Schedule. - 8. GOVERNMENT - FURNISHED PROPERTY. —No ma- terial; labor, or facilities will be furnished by the Government unless otherwise provided in the Schedule. 2 9. AGENTS. —Bids signed by an Agent must be accom- panied by evidence of his authority. 10. BIDS. —(m) Data. Each bidder shall furnish the in- formation required by the Bid form. The bidder should print or type his name on the Schedule and each Continuation Sheet thereof upon which he makes an entry. (b) Corrections. Erasures or other changes in bids must be explained or otherwise noted over signature of bidder. (c) Late. No bid or modification thereof received after the time set for opening will be considered except that when a bid or modification arrives by mail after the time set for, opening, but before award is made, and it is determined by the Government that nonarrival on time was due solely to delay in the mails for which bidder was not responsible, such "bid or modification thereof will be considered. (d) Mistake. Bidders are expected to examine the draw- ings, specifications, circulars, Schedule, and all instructions pertaining to the supplies or services. Failure to do so will be at the bidder's risk. In case of mistake in extension of price, the unit price will govern. (e) Alternate. Alternate bids will not be considered unless authorized in the Schedule.. (f) Addressing. Except as provided in (g) below, bids and modifications thereof shall be enclosed in sealed envelopes addressed to the issuing office, with the name and address of the bidder, the date and hour of opening, and the Invitation Number on the face of the envelope. (g) Telegraphic. Telegraphic bids will not be considered unless authorized in the Schedule, although bids may be modi- fied by telegraphic notice provided such notice is received prior to the time set for the opening of the bids. (h) Withdrawal. Bids may be withdrawn by written or telegraphic notice provided such notice is received .prior to the time set for the opening of the bids. 11. BONDS.—No bond or other form of security will be re- quired except as provided in the Schedule. 12. SELLER'S INVOICES.— Invoices shall be prepared and submitted in'triplicate unless otherwise specified. In. voices shall contain the following information ° Contract num- her, Order number (if any), and Item number; contract de- scription of supplies or services, sizes, quantities, unit prices, and extended totals. Bill of lading number and weight of shipment will be shown for shipments made on Government bills of lading. The following certificate will be shown on each copy of the invoice: _ - "I.. certify that. the. above bill . is correct and. just. and that - payment, ayment therefor has pot been received.^ - The Contractors or his' authorized. representative will sign ONLY the original (ribbon typed copy, if typed). -When the invoice is signed or receipted in the name of a company or ` corporation, the name of the person signing; as well -as the ca- pacity in which he signs, must appear. For example: "John Doe Company, by John Smith, Secretary," "Treasurer," or as the case may be. 13. NO - SID. --In the event no .bid is to be submitted, DO NOT return the invitation unless otherwise specified. How- ever, a letter or post card should be sent to the issuing office advising whether future invitations:for the type of supplies or services covered by this invitation are desired. BTa—.n Form >% Prescri"d by General Services CONTINUATION SHEET CONTRACT. ORDER, OR INVITATION NO. (A, nppli,.bl,) PAGE ND. Ad,bwi- ,thn,Nroo.1WEdillon (SUPPLY CONTRACT) ITEM NO. SUPPLIES OR SERVICES QUANTITY (Numb,, 0 UNIT UNIT PRICE AMOUNT unila) This cMtrl t became effe ti;ve as of krax4oh 31, 1,95P ttt a rAMw reading of 433s, deal-giaterd as meter 4o. 2. This aotltract to roman in Paw Am i neaw wticopl subject to a a911364ll n pKVia'"o IV o.$her party upon 30 days I notleo Tai WrUpag 49 d with I he under- standing that tale acabract doov not abllzats cr purpaxt to ate orponatwo of fetal funda tort ap v iatod, i NAME OF MDDFR DR CONTRACTTy.R Bta ddcd Form SB Yi U.s_GOVCRNMEni PRIn11NG OFE�cc: iaso--o1 2 cn— iO-- BUUiB -] Nov. 1019 Edition SECTION 2. THAT THE NECESSITY OF PROVIDING ELECTRIC SERVICE TO THE CIVIL AERONAUTICS ADMINISTRATION STOREROOM LOCATED AT THE MUNICIPAL AIRPORT, CLIFF MAUS FIELD, CORPUS CHRISTI, TEXAS, CREATES A PUBLIC EMERGENCY AND IM- PERATIVE PUBLIC NECESSITY REQUIRING THE SUSPENSION OF THE CHARTER RULE THAT NO ORDINANCE OR RESOLUTION SHALL BE - PASSED FINALLY ON THE DATE OF ITS INTRO- DUCTION AND THAT SUCH ORDINANCE OR RESOLUTION SHALL BE READ AT THREE SEVERAL MEETINGS OF THE CITY COUNCIL, AND THE MAYOR, HAVING DECLARED SUCH EMERGENCY AND NECESSITY TO EXIST, REQUESTING THAT SUCH CHARTER RULE BE SUSPENDED AND THAT THIS ORDINANCE BE PASSED FINALLY ON THE DATE OF ITS INTRODUCTION AND TAKE EFFECT AND BE IN FULL FORCE AND EFFECT FROM AND AFTER ITS PASSAGE, IT IS ACCORDINGLY SO ORDAINED. PASSED AND APPROVED, THIS THE DAY OF MAY, 1953- ATTEST MAYOR THE CI OF CORPUS CHRISTI, TEXAS CITY SE RETARY APPRO ED AS =GAL,FORM: CITY ATTORNEY 11 CORPUS CHRISTI] TEXAS ' 1953 TO THE MEMBERS OF THE CITY COUNCIL CORPUS CHRISTI, TEXAS GENTLEMEN: FOR THE REASONS SET FORTH �N THE EMERGENCY CLAUSE OF THE FOREGOING ORDINANCE, A PUBLIC EMERGENCY AND IMPERATIVE NECESSITY EXIST FOR THE SUSPENSION OF THE CHARTER RULE OR REQUIREMENT THAT NO ORDINANCE OR RESOLUTION SHALL BE PASSED FINALLY ON THE DATE IT IS INTRODUCED, AND THAT SUCH ORDINANCE OR RESOLUTION SHALL BE READ AT THREE MEETINGS OF THE CITY COUNCIL; I, THEREFORE, HEREBY REQUEST THAT YOU SUSPEND SAID CHARTER RULE OR REQUIREMENT AND PASS TH15 ORDINANCE FINALLY ON THE DATE IT IS INTRODUCED, OR AT THE PRESENT MEETING OF THE CITY COUNCIL. RESPECTFULLY, MAYOR CITY OF COR CHRISTI, TEXAS THE CHARTER RULE WAS SUSPENDED BY THE FOLLOWING VOTE: A. A. LICHTENSTEIN q-41 t ELLROY KING P. C. CALLAWAY JAMES A. NAISMITH W. JAMES BRACE THE ABOVE ORDINANCE WAS PASSED BY THE FOLALG A. A. LICHTENSTEIN cke ELLRO.Y KING P. Cc CALLAWAY JAMES A. NAISMITH r l W. JAMES BRACE 3HW