Loading...
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