HomeMy WebLinkAbout1988-0440923L
I' /
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 ordinances, 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, NOW, THEREFORE,
THE COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS
SECTION I That the following competitive bids for the
construc�-oi public works or improvements, as described in the
"Bid Invitations', "Bid Proposals' or plans and specifications
attached hereto are hereby accepted and approved as being the
lowest responsible bids
BID NUMBER CONTRACTOR AMOUNT
9822 R C Small & Company $1,324,000 00
SECTION II That the acceptance and approval of the above
competT—t1v—e—bTTs 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 Proposals, and documents relating thereto specifying the
terms, conditions, plans and specifications, standards, quantities
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
imme iate� ly upon its passage and approval
PASSED AND APPROVED this the 1st day of March, 1988
ATTEST
rill, TIER �PMRS, CITY SECRETARY
APPROVED AS TO LEGAL FORM
DEBRA ADAMI DRAYOVITCH, CITY ATTORNEY
.. 4.r.J 9f fa a, �
0
PAGE TWO
DATE March 1, 1988
CITY COUNCIL REPORT
TO Mayor and Members of the City Council
FROM Lloyd V Harrell, City Manager
SUBJECT BID# 9822 MARTIN LUTHER KING, JR
RECREATION CENTER
RECOMIENDATION We rerecommend this bid be awarded to the low bidder R C Small
and Company o Dallas for the net total of $1,324,000 00 with a completion time of 240
days
SUMMARY: This bid created a lot of activity with some 62 plans being picked
up by general and sub -contractors We had nine general contractors to qualify and
received eight bids as shown on the tabulation sheet The above recommendation was
arrived at by first evaluating the low bidder with a through investigation of his past
performances Several of his projects have been in the Denton County area
We then calculated the low bidder after deducting the alternate
bids #2 and #5 to bring the total down to the funds available for the project Item #2
is to deduct concrete paving for drives and parking lots This would cause the drives
and parking lots to be asphalt Item #5 is to deduct brick pavers at exterior walks
These deductions did not change the low bidders in any way
BACKGROUND Tabulation Sheet
Memorandum
PROGRAMS, DEPARTMENTS OR GROUPS. AFFECTED
Approval will mean the long awaited construction of the Martin
Luther King, Jr Recreation Center
FISCAL INPAACT There will be no additional impact on the General Fund The
funds are available by other sources
Respectfu ly submitted
2
Ll OYZIF Harrell
City Manager
Prepared by
;OTieo in J Marshall,CPMPurchasing Agent
Approved
a n JMarshall, C P M
tJe, urchasing Agent
i
F
i
i
ri
i
mi
i
I
I
i
1
I
1
I
I
I
<
I
1
1
1
1
y
y
OSi
1
1
91
Idl
t.�
V
N
0
I
m
i
yy1
SI
NI1
®1
Ili
1{.
rt
I
I
1
1
I
1
I
_
s
iS�m��
i
s"8;8s
s
a
s
i
i
-•
-
-_ --
-_ _-
_- -
-- -- -- -- --
-- ----
-- -- ----
-- -- -- --- --
-- --
-- •-
-- _- __
__ __
••
-_
�V/I
S
®
® ®
amass�
®�
I
s
r
i
s
among
:
s
a
i
i
a
m
come
s
s
as
i
I
a
:
i
'
a
19
I:
®
i
®N�'
s
:
comma
-- --
a
-- -- --
-- --
a
-- -- --
i
-.i
--
--,-
-- --
-- --
-- --
- --
-- -- -- -- --
-- -- --
-- -- --
-' - -- --
�_
1
1
N
I
p
I
s
i
2 =no
s
s
s
i
i
1
1
1
1
�_p$
G
��1111
P GI
IO
r�,,II11
G1
4NII
I
1
w my
�•�
yyI
UI
a
®
swung
m
as
s
CITY o/ 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
FROM
Steve
Brinkman,
Director,
Parks and Recreation
DATE February 24, 1988
SUBJECT Bids for Martin Luther King, Jr Center
The total amount of funds allotted to construct the new recreation
center are $1,324,500 These funds are broken down as follows
$1,200,000
CIP Bonds
100,000
CDBG
12,000
Utility Loan
12,500
Private Donations
We would like to recommend the bid of R C Small & Associates,
which was the low bid, to construct the new recreation center with
deductions #2 and #5 These deductions bring the total bid below
the allotted amount of funds of $1,324,500
Gary Juren has done an extensive background check and feels that
this firm can give us an above average product as well as be
responsive to our needs If possible, we would like Council to
approve this at their March 1, 1988 meeting Construction time for
the facility will be 240 days
Steve Brinkman
MEM02213
,.Iv.&.a winwet -*
Denton Parka and Recreation / Denton, Texas / (817)866.8270
A
A R C
February 23, 1988
H I T E C T 5 & C 0
Mr Steve Brinkman, Director
Parks and Recreation Department
321 East McKinney
Denton, Texas 76201
Re Martin Luther King, Jr Recreation Center
Denton, Texas
Dear Steve
Enclosed please find my notes from my extensive background
check on R C Small & Associates, Inc I feel like they are
the qualified low bid on this project and would recommend the
award of the contract to this low bidder
I would also recommend that alternates number 2 and 5 be
deleted
Call me if there are any questions
Sincerely,
Gary L Juren, Project Architect for Joint Venture
GLJ jh
Enclosure
THE WKINNEY BUILDING • 222 EAST WKINNEY 9 SUITE 200 • DENTON TEXAS 76201 • S17 5663316
CONTRACT AGREEMENT
STATE OF TEXAS )(
COUNTY OF DENTON )
MAR 2 4 (988 !
CITY MAN � ST�i^J f
OFFI,E
THIS AGREEMENT, made and entered into this 3 .day of MARCH
A.D., 1988 , by and between THE CITY OF DENTON, TEXAS
901- B TEXAS STREET. DENTON. TEXAS 76201.
of the County of DENTON and State of Texas, acting through LLOYD V.
HARRELL, CITY MANAGER thereunto duly authorized so to do,
Party of the First Part, hereinafter termed the OWNER, and
R.C. SMALL & ASSOCIATES, INC. R.C. SMALL, PRESIDENT
2254 ROYAL LANE SUITE 100
DALLAS, TEXAS 75229-3309
of the City of DALLAS 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 here inafter;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:
RID# 9827 - CONCTRI ICTICIN DE MARTIN T I ITHFR KTNCr TR RECREATION C'FNTFR
C •: •�� � 11111
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
*NOTE: BASE BID: $1,338,000.00
Alternate No. 2. (11,000.00) - (DEDUCT)
Alternate No. 5. (3,000.00) - (DEDUCT)
CONTRACT AMOUNT: $1,324,000.00
CA-1
0044b
--written explanatory matter thereof, and the Specifications therefore, as
Z.
prepared by GARY JUREN ARCHITECTS & CO. HAYWOOD JORDAN MCCOWAN
JOINT VENTURE
all of which are made a part hereof and collectively evidence and
constitute the entire contract.
The CONTRACTOR hereby agrees to commence work on or after the date
established for the start of work as set forth in written notice to commence
work and complete all work within the time stated in the Proposal, subject to
such extensions of time as are provided by the General and Special Conditions.
The OWNER agrees to pay the CONTRACTOR in current funds the price or
prices shown in the Proposal, which forms a part of this contract, such
payments to be subject to the General and Special Conditions of the Contract.
IN WITNESS WHEREOF, the parties of these presents have executed this
agreement in the year and day first above written.
WALTERS
ATTEST:
PATRICIA B. HIBBARD
SECRETARY - R. C. S., Inc.
APPROVED AS TO -FORM:
City Attorney
CA-2
0044b
CITY MANAGER
(SEAL)
R.C.
By
(SEAL)
PERFOMIANCE BOND
STATE OF TEXAS )(
COUNTY OF DENTON )(
KNOW ALL MEN BY THESE PRESENTS: That R. C. Small & Associates, Inc.
of the City of Dallas
County of Dallas and State of Texas
as PRINCIPAL, and American National Fire Insurance Company
, as SURETY, authorized under the laws of
the State of Texas to act as surety on bonds for principals, are held and firmly
bound unto the CITY OF DENTON, TEXAS
as OWNER, in the penal sum of ONE MILLION THREE HUNDRED TWENTY FOUR
THOUSAND Dollars ($ 1,324,000.00 ) for the payment whereof, the said
Principal and Surety bind themselves and their heirs, administrators, executors,
successors and assigns,, jointly and severally, by these presents:
WHEREAS, the Principal has entered into a certain written contract
with the OWNER, dated .the 3 day of MARCH , 1988 , for the construction of
BID# 9827 - MARTIN LUTHER KING, JR. RECREATION CENTER
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 is 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 Plans 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 pursuant to the
provisions of Article 5160 of the Revised Civil Statutes of Texas as 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 this bond,
venue shall lie in DENTON County, State of Texas.
Surety, for value received, stipulates and agrees that no change,
extension of time, alteration or addition to the terms of the contract, or to the
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 WITNESS
sealed this instrument t3
Principal
By Robert C. Small
Title President
EREOF, the said Principal and Surety have signed and
7th day of March 1988 .
o eAddress' ,2254 Royal:.Lane, Sutie 100
Q`
/Dallas, TX 75229-3309
5 "ZV
t� 't
(SEAL)
American flational Fire
Surety
Title Rosemary Weaver,
Insurance Company
J .
ra
4ttorney-in=Fact
Address 8300 Douglas, Suite 700
The name and address of the Resident Agent. of Surety is:
Corroon & Black/Ellis Crotty Powers & Co., Inc.
8300 Douglas Avenue, Suite 700 - Dallas, TX 75225
(SEAL)
NUPE: Date of Bond must not be prior to date of Contract.
PB-2
PAYMENT BOND
STATE OF TEXAS )(
COUNTY OF DENTON )(
KNOW ALL MEN BY THESE PRESENTS: That
of the City of Dallas
R. C. Small & Associates, Inc.
County of Dallas , and State of Texas , as principal, and
American National Fire Insurance Company
authorized under the laws of the State of Texas. to act as surety on bonds for
principals, are held and firmly hound unto THE CITY OF DENTON, TEXAS
OWNER, in the penal sum of ONE MILLION THREE
HUNDRED TWENTY FOUR THOUSAND Dollars C$ _1,324,000.00 )
for the payment whereof, the said Principal and Surety bind themselves and their
heirs, administrators, executors, successors and assigns, jointly and severally, by
thes presents:
WHEREAS, the Principal has entered into a certain written contract
with the Owner, dated the 3 day of MARCH , 19 8.
BID# 9827 - MARTIN LUTHER KING, 7R. RECREATION CENTER
to which contract is hereby referred to and made a part hereof as fully and to the
same extent as if copied at length herein.
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the
said Principal shall pay all claimants supplying labor and material to him or a
subcontractor in the prosection of the work provided for in said contract, then
this obligation shall be void, otherwise to remain in full force and effect;
PROVIDED, HOWEVER, that this bond is executed pursuant to the
provisions of Article 5160 of the revised Civil Statutes of Texas as amended by the
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.
PB-3
Surety, for value received, stipulates and agrees that no change,
extension of time, alteration or addition to the terms of the contract, or to the
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 WITTINESS WHEREOF, the said Principal and Surety have signed and
sealed this instrument thisq.Yth 'day of March
Principal
By Robert C. Small.
Title President
Address_2254 Royal Lane, Suite 100
vsv�a_z�09
(SEAL).
American National'Fire
Surety
Title Rngamary !jPAVPr
'i / J � �.
T �
Atto'rney<:i n`='Fact
Address 8300 Douglas, Suite 700
Dallas, Texas 75225
The name and address of the Resident Agent of Surety is:
Corroon & Black/Ellis Crotty Powers & Co., Inc.
8300 Douglas Avenue, Suite 700 - Dallas, TX 75225
PB-4
0092b
(SEAL)
MAINTENANCE BOND
STATE OF TEXAS )(
COUNTY OF DEV014 )
KNOW ALL MEN BY THESE PRESENTS: THAT R. C. Small 8
Associates, Inc. as Principal, and American National Fire Insurance Uompany
a Corporation authorized to do business in the State of
Texas, as Surety, do hereby acknowledge themselves to be held and bound to pay unto
the City of Denton, A Municipal Corporation of the State of Texas, its successors
and assigns, at Denton, Denton County, Texas the sum of ONE HUNDRED THIRTY-TWO
THOUSAND FOUR HUNDRED DOLLARS Dollars 132 40n_nn , 10% of
the total amount of the contract for the payment of which sum said principal and
surety do hereby bind themselves, their successors and asssigns, jointly and
severally.
This obligation is conditioned, however, that:
WHEREAS, said R. C. Small 8 Associates, Inc.
has this day entered into a written contract with the said City of Denton to build
and construct BID# 9827 MARTIN LUTHER KING. JR. RECREATION CENTER
which contract and the plans and specifications therein mentioned, adopted by the
City of Denton, are filed with the City Secretary of said City and are hereby
expressly incorporatd herein by reference and made a part hereof as though the same
were written and set out in full herein, and:
WHEREAS, under the said plans, specifications, and
contract, it is provided that the Contractor will maintain and keep in good repair
the work therein contracted to be done and performed for a period of one (1) year
from the date of acceptance thereof and do all necessary back£illing that may
become necessary in connection therewith and do all necessary work toward the
repair of any defective condition growing our of or arising from the improper
construction of the improvements contemplated by said contractor on constructing
the same or on account of improper excavation or backfilling, it being understood
that the purpose of this section is to cover all defective conditions arising by
reason of defective materials, work, or labor performed by said Contractor, and in
case the said Contractor shall fail to repair, reconstruct or maintain said
improvements it is agreed that the City may do said work in accordance with said
contract and supply such materials and charge the same against the said Contractor
and its surety on this obligation, and said Contractor and surety shall be subject
to the damages in said contract for each day's failure on the part of said
Contractor to comply with the terms and provisions of said contract and this bond.
MB-1
0093b
NOW, THEREFORE, if the said Contractor shall perform its
agreement to maintain said construction and keep same in repair for the maintenance
period of one (1) year, as herein and said contract provided, then these presents
shall be null and void and have no further effect; otherwise, to remain in full
force and effect.
It is further agreed that this obligation shall be a
continuing one against the Principal and Surety and that successive recoveries may
be had hereon for successive breaches of the conditions herein provided until the
full amount of this bond shall have been exhausted, and it is further understood
that the obligation to maintain said work shall continue throughout said
maintenance period, and the same shall not be changed, diminished, or in any manner
affected from any cause during said time.
i
IN WITNESS WHEREOF the said
R. C. Small & Associates Inc. as Contractor and Principal, has caused
these presents to be executed y Robert C. Small President
and the said American National ire Insurance ompany
as surety, has caused these presents to be executed by its Attorney —in —Fact
Rosemary Weaver and the said Attorney —in —Fact has hereunto set his hand
this 7th day of March , 19 gg .
SURETY:
American
tiIZF BY
'Rosem
� Att orne,
0093b
PRINCIPAL• p
3t.ional Fire Insurance Company11]�A�>!
Robert C. Small, President
1
yFWeaver R. C. Small & Associates, Inc.'
Ln-Fact
c ']
s103o • AWEPJC I A4 T=MkLFiRE INSIIIdr4111COMPORIK
•
—------------- ------------------------------ ------------------------------------------ --------------
APAIZICAN NATIONAL FIRE INSURANCE COMPANY
The -number of persons authorized New York, New York
by this power of attorney is not No.0 14541
more than SIX POWER OF ATTORNEY
KNOW ALL MEN BY THESE. PRESENTS: That the AMERICAN NATIONAL FIRE INSURANCE COMPANY, a corporation
organized and existing'under and by virtue of the laws of the State of New York, does hereby nominate, constitute and appoint the person or
persons named below its true and lawful attomey-in-fact, for it and in its name, place and stead to execute in behalf of the said Company, as
surety, any and all bonds, undertakings and contracts of suretyship or other written obligations in the nature thereof; provided that the
liability of the said Company on any such bond, undertaking or contract of suretyship executed under this authority shall not exceed the limit
stated below.
Name Address Limit of Power
WIL1.ARD CRO= WTr T,TAM G. KLINGs41N ALL OF ALL
JAMES N. PagER.S ORVIL B. COBORN, JR. DAL AS, TEXAS UNLIMITED
PETER A. RUSH ROSEMARY WEAVER
This Power of Attorney revokes all previous powers issued in behalf of the attomey(s)-in-fact named above.
IN WITNESS WHEREOF the AMERICAN NATIONAL FIRE INSURANCE COMPANY has caused these presents to be signed and
attested by its appropriate officers and its corporate seal hereunto affixed this 9th day of Septe nbes. 19 87
Attest: AMERICAN NATIONAL FIRE INSURANCE COMPANY
� N.rl ytr�L y -
Secretary Vice President
a,
42
STATE OF OHIO; COUNTY OF HAMILTON — ss
On this 9th day of SeptHnberr 1987 , before me personally appeared ROBERT M. SCHUDER, to me known,
being duly sworn, deposes and says that he resided in Cincinnati, Ohio, that he is the Vice President of the American National Fire Insurance
Company, the Company described in and which executed the above instrument; that he knows the seal; that it was so affixed by authority of
his office under the By -Laws of said Company, and that he signed his name -thereto by like authority.
GEORGIANN L. MULLINS
Notary Public, State of Ohio
s" My Commission Expires June 11, 1989
This Power of Attorney is granted by authority of the following resolutions adopted by the Board of Directors of American
National Fire Insurance Company by unanimous written consent dated August 20, 1979.
RESOL VED: That the President, the several Vice Presidents and Assistant Vice Presidents, or any one of them, be and hereby
is authorized, from time to time, to appoint one or more Attorneys -In -Fact to execute in behalf of the Company, as surety, any and
all bonds, undertakings and contracts of suretyship, or other written obligations in the nature thereof,- to prescribe their respective
duties and the respective limits of their authority; and to revoke any such appointment at any time.
RESOLVED FURTHER: That the Company seal and the signature of any of the aforesaid officers may be affixed by
facsimile to any power of attorney or certificate of either given for the execution of any bond, undertaking, contract or suretyship,
or other written obligation in the nature thereof, such signature and seal when so used being hereby adopted by the Company as the
original signature of such officer and the original seal of the Company, to be valid and binding upon the Companv with the same
force and effect as though manually affixed.
CERTIFICATION
1 KAREN HOLLEY HORRELL, Secretary of the American National Fire Insurance Company. do hereby certify that the fore-
- going .Power of Attorney and the Resolutions of the Board of Directors of August 20, 1979 have not been revoked and are now in full
a ettect. a,
n,ae' 'ne
fi i� J 'E-i-lCLIY 1 19 80
'I rSigd and sealed this day of
nr r t.�.WM/.l�li
Secretary
•a. �.:. S •
rr, lSey° � 'i �,4. n ISSJE �A ' IM'd. D']lYv)
�l h
PRo�uc;E�
X CORROON & BLACK, INC. OF DALLA
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS
NO RIGHTS UPON THE CERTIFICATE HOLDER, THIS CERTIFICATE DOES NOT AMEND.
8300 DOUGLAS AVE . , SUITE 700
EXTEND OR ALTER THE COVERAGE AFFOPDED BY THE POLICIES BELOW,
DALLAS, TEXAS 75225
COMPANIES AFFORDING COVERAGE
COMPANY
LETTER A TRANSPORTATION INSURANCE COMPANY
ETTERNY 8 TRANSCONTINENTAL INSURANCE COMPANY
INSURED
R. C. SMALL & ASSOCIATES. INC.
COMPANY
2254 ROYAL LANE
LETTER C CONTINENTAL INSURANCE COMPANY
DALLAS , TEXAS 75229
COMPANY
LETTER NORTHBROOK INDEMNITY COMPANY
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
TR TYPE Or INSURANCE
POLICY NUMBER
POLICY EFFECTIVE
DATE (MMODYYI
POLICY EXPIRATION
DATE (MM'OD'VY)
ALL LIMITS IN THOUSANDS
GENERAL
LIABILITY
GENERA; AGGREGATE
$
1
COMMERCIAL GENERAL LIABILITY
PROD _CT5,COMP:OPS AGGREGATE
$
CLAME MADE Fx OCCURRENCE
CCP 000339689
2-5--88
2-5-89
PERSDYAL L AOYFRL9NG INJURY
$ nno
OWNERS 6 CONTRACTORS PROTECTIVE
*
EACH OLC..WRENCE
$
LIRE DAMAGE APO ONE "RE)
$
MEDICAL EXPENSE. IANY ONE PERSON,
$
AUTOMOBILE
LIABILITY
ANY AUTO
tsE
$ 1 , 000
ALL OWNED AUTOS
CCP 300339684
2-5-88
2-5-89
BO;
SCHEDULED AUTOS
iPER PERGOo
$ c,
HIRED AUTOS
�
r'
INJUPv
NON OWNED AUTOS
(�'��
ACCRIDEYiI
$
GARAGE LIABILITY
DAM w.
Is
3 EXCESS LIABILITY
X
UMB 600544105
2-5-88
2-5-89
accEAC- a
AGGRE ATE
OTHER THAN UMBRELLA FORM''��-""`
WORKERSCOMPENSATION
'
TBD
2�5-88
2�-5-89
STATLJTORv ., +•..'. a"">i;•,y.`
Isinn IEAC ACCIDENT)
AND
$ iD'.SEASEPOLICY VM:TI
EMPLOYERS' LIABILITY
'
Is100(DISEASE EACH EMPLOVEF7
OTHER
All Risk Reporting Form
ALL RISK BUILDERS
Policy - $3,200,000 limit
. RISK
IM 0 557 985
1-1-88
1-1-89
1000 Ded subject to terms
L)t JGHW I IUN Ur UMt" I FUNS/ LUUA I IUNS I VtMIULt J/ MtS I HE, I IUNJ I JMtUiAL 11 tMD
*The City of Denton is an additional insured as its interest may appear on this project
Project: Construction of Martin Luther King, Jr. Recreation Center
CITY OF DENTON, TEXAS
PURCHASING AGENT
901-B Texas Street
Denton, Texas 76201
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EX
PiRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO
MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE
LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR
Lkj�K ,
n
CITY OF DENTON
MINIMUM INSURANCE 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 $1,000,000
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
Insurance Requirements
page two
To the extent that 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 $1,000,000
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 $1,000,000
INSURANCE SUMMARY:
The Contract shall provide insurance to cover operating hazards 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 Contactor.
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
O1/13/87
•'II •
• our • - r - ••-- •• ..•• r• • •u •- -: w
Ic • • •- _� - 1 •: .• •- w a •w •- ,:r c• • n- a vu �� • r
• •rr- •`- y• •- •••r r .• ur u • •r r•-
�• •' r1 �.w •:1- •. •��•• 1r •III �1-•V -
•• • •- •- u w •• •.- •• _
•• - • •• Eiw ••: _ _• •• rr- ur r r• r q- - -Zw_
• 1 • '1 '• M' •' ^u r a• •- •r v •• o- _ • r •- - Ili •-• •• r -
• • • - •. II • w • •• - • r•- - •.- rr- ••• r-. • ••-
roo
_ •-• a -••
•' •• • m r II c cc a •• - •-v • .i n- a�i •' • - -
••- .iw • . •.r•- •N r r• ul •.' _• H •- III 1 II
11 111
Q-4
=� #8827
_ Set
PROPOSAL FORM FOR THE MARTIN LUTHER KING, JR. RECREATION CENTER
DATE:2-16-88
Proposal of R. C. Small & Associates, Inc.
a Corporation organized
State of Texas and existing under laws of the
Q$X�X���F#fFP7F,�}%PiC��p
TO THE CITY OF DENTON
DENTON, TEXAS
Gentlemen:
The undersigned hereby offers to furnish all supervision,
labor, materials, equipment, tools and necessary accessories
for the construction of Martin Luther King, Jr. Recreation
Center located at Wilson St., Denton, Texas, for the city of
Denton Parks and Recreation Department, as set out by the
plans and specifications and addenda. The bids shall be sub-
mitted in two parts. The first shall include all General
Conditions, materials, methods and labor necessary to provide
and install the concrete aprons, approaches, drives, lots, curbs, gutters, narking
flatwork, courtyards and site lighting
as detailed and specified in the construction documents. The
second shall include all General Conditions materials, methods
and labor necessary to construct the balance of the work as set
out by the plans and specifications. All work shall be the
responsibility of one General Contractor. The Owner shall have
the option of placing the Work under signle or multiple contracts
for Construction.
All shall be in strict accordance with the Contract Documents
the following prices: for
Iwo
Part 1 1 ('� a e ,._�
DOLLARS
Part 2 �Z
U r�G DOLLARS
TOTAL BID
(Total of Part 1 and 2) 2(4�L�"j"D�LLARS ($ I��
).
1
CDBG FUNDED ITEMS:
The following prices are a part of the total Amount Bid in part
2 and are not to be considered a separate bid. The prices
include all materials onlshall
y. The City of Denton must be invoiced
by the General Contractor's Prime Vendor for each of the follow-
ing items. These materials will be paid for from separate fund-
ing provided by Community Development Block Grant. Due to the
limits of funding, not all of the items may be purchased through
these funds. The items shall, however, remain a part of the
General Contract.
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
13.
14.
15.
16.
I
Gymnasium d!Yider curtai -Section 11480
DOLLARS ( $ �3 C o c ) .
Six basketball bad b ckbi�rds
Section 11480 ` , goals & faci� g,
DOLLARS
Scoreboard -�9e� n �1480
t�� - -Z DOLLARS ($ L 6
Audio Signa s
�n gym•- Section 11010
DOLLARS ($
Retractable �r�ec6ion screen in
{ meeting room, Section 11132.
DOLLARS ($ :J ) .
Acousticalliins in meeting rooms - Section 08353
DOLLARS ($ 4 ) .
Project ded; t'sign o si— Section 10440
r� �-
DOLLARS ($ > > o ) .
Flagpole - �tq: C
x...k2,��( DOLLARS ($
Metal Locke in -sumo
. �, Section 10500
� #+-"-� DOLLARS
Kitchen equipment i.e. refrigerator, dishwasher, double oven,
cooktgp - �,ction^, 11930
�1`G`� r- DOLLARS ($
Fire extinguisher cabinets, bulletin boards, trophy cases
Section$ k052� t µ l
DOLLARS 3
Lighten ng ec o s s�teSection 16610
1y / DOLLARS ($ _S
Bleachers, Sect'ron 13125
DOLLARS ($
Wall�ca�rp�e for fto tipn (1n gym. only, Section 09682
�,�--V V DOLLARS (.$. 2_r� o ) ,
Metal t filet Trtit'o _andurinal screens Section 10162
' \-5 DOLLARS ( $. a ) .
Wall clock Se n 12.00 .
C. �S
LL--� DOLLARS
Fa
UNIT PRICES
The following prices will become a part of the Contract and
shall be used to determine additions to or deductions from
the Contract Sum (prices include all labor and materials):
Drilled piers per lineal foot:
18" dia. ,y R°
24" dia. �3 °;
Casings for drilled piers per lineal foot:
18" dia.
24" dia. ( 50
TIME OF COMPLETION:
The undersigned agrees to complete the project within 240
calendar days from the date of the Notice to Proceed. Time is
of the essence and this date is an absolute deadline.
ALTERNATES:
1. Part 1 of TOTAL BID as identified on page.one of the
PROPOSAL FOR11. DEDUCT ($
2. Omit concrete paving for drives and parking lots (retain for
curbs & gutters and aparoaches).. Substitute Soil Stahiliza f n
(Section 02241) and Asahalt Pavi (Sec ion 02513)(ire
DEDUCT/Aae $
3. Omit ',,Food Flooring System (Section��SS 2 ).
Substitute Vinyl Athletic tFSecloo o at the 7vm 143,
DEDUCT g (Section 09770).
4• Omit Wood Telescopic Gym Seating (Section 13125).
Vinyl -on -Steel seating based on same manufacturer'ssubstitute specifica-
tion.
DEDUCT/P0& 1 ($ 6 0 0
5. Omit Brick Pavers at exterior walks (Drawings de ).
Substitute broom-finishe concrete.
DEDUCT
ALLOWANCES:
The above bid includes the following cash allowances: Allow the
sum of $5,000. for an Underground Sprinkler System (Section 02811).
STATE SALES TAX EXEMPTION INFORMATION:
A).. Approximate percentage of total cost of materials only
(subject to Sales Tax) s c 8
B). Approximate percentage of total cost of labor, overhead
insurance, profits, etc. ....... c $
ADDENDA:
The undersigned agrees that the following addenda, which
have been issued during the bidding period, have been
received and have been considered both before and in the
Preparation of this proposal.
ADDENDA NUMBER DATE
One (1) 2-5-88
Respectfully Submi
9obert C. Small, President
Rc C. Small & Associates, Inc.
2254 Royal Lane, Suite 100
Address
Dallas, Texas 75229-3309
(214) 484-8181
City State
(Seal - if Bidder is a Corporation)
(Note: DO NOT DETACH Bid and Bid Bond from
Other papers. Fill in with ink and
submit complete with attached papers.
Name should be typed or printed under
all signatures in the Proposal and
accompanying Bid Bond.)
4