Loading...
R-88-1202 - 12/8/1988WHEREAS, the City of Round Rock has duly advertised for bids for the construction of the proposed Police Annex, and WHEREAS, Transom Concrete, Inc., has submitted the lowest and best bid, and WHEREAS, the City Council wishes to accept the bid of Transom Concrete, Inc., Now Therefore, BE IT RESOLVED BY THE COUNCIL OF THE CITY OF ROUND ROCK, TEXAS, That the bid of Transom Concrete, Inc., is hereby accepted as the lowest and best bid, and the Mayor is hereby authorized and directed to execute on behalf of the City a contract with Transom Concrete, Inc., to construct the proposed Police Annex, a copy of said contract being attached hereto and incorporated herein for all purposes. °- RESOLVED this d day of December, 1988. ATTEST: C33RESANNEX City Secretary RESOLUTION NO. / ow MIKE ROBINSON, Mayor City of Round Rock, Texas AGREEMENT BETWEEN the Owner: and the Contractor: The Project: The Architect: THE AMERICAN INSTITUTE OF ARCHITECTS AIA Document A701 Standard Form of Agreement Between Owner and Contractor where the basis of payment is a STIPULATED SUM 1977 EDITION THIS DOCUMENT HAS IMPORTANT LEGAL CONSEQUENCES; CONSULTATION WITH AN ATTORNEY f5 ENCOURAGED WITH RESPECT TO ITS COMPLETION OR MODIFICATION Use only with the 1976 Edition of AIA Document A201, General Conditions of the Contract for Construction. This document has been approved and endorsed by The Associated General Contractors of America. made as of the Twelfth day of January in the year of Nineteen Hundred and Eighty —Nine City of Round Rock, Texas 221 East Main Avenue Round Rock, Texas 78664 Transom Concrete Construction Inc. 1504 Brandi Lane Round Rock, Texas 78681 Police Annex For The City of Round Rock, Texas Opus 3, Architects 106 East Fannin Round Rock, Texas 78664 The Owner and the Contractor agree as set forth below. Copyright 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1967, 1974, © 1977 by the American Institute of Architects, 1735 New York Avenue, N.W., Washington, D. C. 20006. Reproduction of the material herein or substantial quotation of its provisions without permission of the AIA violates the copyright laws of the United States and will be subject to legal prosecution. AIA DOCUMENT A101 • OWNER- CONTRACTOR AGREEMENT • ELEVENTH EDITION • JUNE 1977 • AIA® 01977 • THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 NEW YORK AVE., N.W„ WASHINGTON, D. C. 20006 A101 - 1977 1 ARTICLE 1 THE CONTRACT DOCUMENTS The Contract Documents consist of this Agreement, the Conditions of the Contract (General, Supplementary and other Conditions), the Drawings, the Specifications, all Addenda issued prior to and all Modifications issued after exe- cution of this Agreement. These form the Contract, and all are as fully a part of the Contract as if attached to this Agreement or repeated herein. An enumeration of the Contract Documents appears in Article 7. ARTICLE 2 THE WORK The Contractor shall perform all the Work required by the Contract Documents for (Here insert the caption descriptive of the Work as used on other Contract Documents.) Construction of a one story masonry building as shown on Drawings and as Specified. This includes Alternate No. 1 based on Plans Drawn by Pulliam Engineering for Alternate on Excavation & Foundation Design. (Drawings Dated December 6, 1988). ARTICLE 3 TIME OF COMMENCEMENT AND SUBSTANTIAL COMPLETION The Work to be performed under this Contract shall be commenced immediately after Notice to Proceed has been issued by the Architect. and, subject to authorized adjustments, Substantial Completion shall be achieved not later than (Here insert any special provisions for liquidated damages relaling to failure to complete an time) Seventy consecutive calendar days after the Notice to Proceed has been issued. AIA DOCUMENT A101 • OWNER- CONTRACTOR AGREEMENT • ELEVENTH EDITION • JUNE 1977 • AIM 51977 • THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 NEW YORK AVE., N.W., WASHINGTON, D. C. 20006 A101 - 1977 2 ARTICLE 4 CONTRACT SUM The Owner shall pay the Contractor in current funds for the performance of the Work, subject to additions and deductions by Change Order as provided in the Contract Documents, the Contract Sum of Fifty four thousand eight hundred and fifty five dollars and no cents. ($54,855.00) The Contract Sum is determined as follows: (State here the base bid or other lump sum amount, accepted alternates, and unit prices, as applicable.) Base Bid Item No. 1 Alternate No. 1 All Unit Prices $60,000.00 — 5,145.00 $54,855.00 ARTICLE 5 PROGRESS PAYMENTS Based upon Applications for Payment submitted to the Architect by the Contractor and Certificates for Payment issued by the Architect, the Owner shall make progress payments on account of the Contract Sum to the Contractor as pro- vided in the Contract Documents for the period ending the thirtieth day of the month as follows: Not later than Ten days following the end of the period covered by the Application for Payment Ninet percent (90 %) of the portion of the Contract Sum properly allocable to labor, materials and equipment incorporated in the Work and Ninety percent ( 90 %) of the portion of the Contract Sum properly allocable to materials and equipment suitably stored at the site or at some other location agreed upon in writing, for the period covered by the Application for Payment, less the aggregate of previous payments made by the Owner; and upon Substantial Completion of the entire Work, a sum sufficient to increase the total payments to Ninety —Five percent ( 95 %) of the Contract Sum, less such amounts as the Architect shall determine for all incomplete Work and unsettled claims as provided in the Contract Documents. (11 not covered elsewhere in the Contract Documents, here insert any provision for limiting or reducing the amount retained after the Work reaches a certain stage of completion.) Payments due and unpaid under the Contract Documents shall bear interest from the date payment is due at the rate entered below, or in the absence thereof, at the legal rate prevailing at the place of the Project. (Here insert any rate of interest agreed upon) (Usury laws and requirements under the Federal Truth in Lending Act, similar stare and local consumer credit laws and other regulations at the Owner's and Contractor's principal places of business, the location of the Project and elsewhere may affect the validity of this provision. Specific legal advice should be obtained with respect to deletion, modification, or other requirements such as written disclosures or waivers.) AIA DOCUMENT A101 • OWNER-CONTRACTOR AGREEMENT • ELEVENTH EDITION • JUNE 1977 • AIA' 01977 • THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 NEW YORK AVE., N.W., WASHINGTON, D. C. 20006 A101 -1977 3 FINAL PAYMENT Final payment, constituting the entire unpaid balance of the Contract Sum, shall be paid by the Owner to the Contractor when the Work has been completed, the Contract fully performed, and a final Certificate for Payment has been issued by the Architect. MISCELLANEOUS PROVISIONS 7.1 Terms used in this Agreement which are defined in the Conditions of the Contract shall have the meanings designated in those Conditions. 7.2 The Contract Documents, which constitute the entire agreement between the Owner and the Contractor, are listed in Article 1 and, except for Modifications issued after execution of this Agreement, are enumerated as follows: (List below the Agreement, the Conditions of the Contract (General, Supplementary, and other Conditions), the Drawings, the Specifications, and any Addenda and accepted alternates, showing page or sheet numbers in all cases and dates where applicable.) The Agreement General Conditions of the Contract Amended General Conditions of the Contract Supplementary General Conditions of the Contract Drawings SP1, Al, A2, Si, M1, & E1 Specifications All Addendum Bid Form Alternate Number 1(Pulliam Engineering - Drawings Dated December 6, 1988) This Agreement entered into as of the day and year first written above. OWNER CONTRACTOR City of Round Ropk, Texas ARTICLE 6 ARTICLE 7 Transom nstructi.n, Inc. AIA DOCUMENT A101 • OWNER- CONTRACTOR AGREEMENT • ELEVENTH EDITION • JUNE 1977 • AIA. ©1977 • THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 NEW YORK AVE., N.W., WASHINGTON, D. C. 20006 A101 -1977 4 p m TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE DATE (MMU0TY) POLICY ExPIRATICN DATE IMMIDDPTU) LIABILITY LIMITS IN THOUSANDS EACH OCCURRENCE AGGREGATE GENERAL _ LIABILITY COMPREHENSIVE FORM PREMISES /OPERATIONS UNDERGROUND EXPLOSION 8 COLLAPSE HAZARD PRODUCTS /COMPLETED OPERATIONS CONTRACTUAL INDEPENDENT CONTRACTORS BROAD FORM PROPERTY DAMAGE PERSONAL INJURY BODILY INJURY $ $ PROPERTY DAMAGE $ $ Ell a PD COMBINED W $ PERSONALINJURY $ AUTOMOBILE ^— LIABILITY ANY AUTO ALL OWNED AUTOS (PRIV. PASS.) ALL OWNED AUTOS ( OTHER HAN) PRIV. PAS / HIRED AUTOS NON OWNED AUTOS GARAGE LIABILITY LDCIL) Pan IPEP PERS0 $ - " 400111 INJURY !PEP/CREEK) $ PROPERTY DAMAGE $ BI 8 PD COMBINED $ EXCESS LIABILITY UMBRELLA FORM OTHER THAN UMBRELLA FORM RECEIVED RECEIVED T�j,/ B & PD COMBINED $ $ WORKERS' COMPENSATION AND EMPLOYERS' LIABILITY 71 WZ CG6613 06 -21 -88 06 -21 -89 STATUTORY I $100 (EACH ACCIDENT) $ SUU (DISEASE- POLICY LIMIT) $ 1OU (DISEASE -EACH EMPLOYEE OTHER CERTIFICATE OF INSURANCE SET TAR STOPS AT ARROWS Of ISSUE DATE (MM)DDIYY) 12 -30 -88 st PRODUCER Leonard Newman Agency, L.P. 199 Main St. White Plains, NY 10601 INSURED Transom Concrete Construction Inc.; Transom Cable Company 1504 Brandi Ln. Round Rock, Texas 78681 City of Round Rock 221 East Main St. Round Rock, Texas Attn: Steve Sheets THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. COMPANIES AFFORDING COVERAGE COMPANY LETTER A Hartford Accident F Indemnity Company COMPANY LETTER COMPANY `. LETTER COMPANY D LETTER COMPANY E LETTER •VERAGES THI5IS 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. )ESCRIPTION OF OPERATIONSILOCATIONSIVEHICLES )SPECIAL ITEMS State of Texas Other States Endorsement (Limited Form) Proj: Police Annex for the City of Round Rock Texas Proj #03 -8805 ERTIFICATE HOLDER CORD 25 (5184) CANCELLATION IIRIACORD CORPORATION 19 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EX- PIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL O DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE 78664 LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY F ANY KIND UPON THE COMPANY, IT : GENTBOA REPRESENTATIVES. ORIZED RE PRESENT ATIVE AAA.' 8. F. NcCarnick Gergetowi, Teams Bel -Tee Cmstruxim * * * 69400.00 * No Bid Temple, Tees * 87880.00 * No Bid Gil PratherCcstructim Leander, Texas ROIT 1AJNN FOR NICE MU Cm I RUC RAx Rand Rck, Tag; CM 3, Architects 106 East Famin Rand Nock, Toros [512] 255 -0690 Architect's Project No.: 03 -8811 8A<E BID AL18NN1E N.3 1E M.1 N. 2 Alt. Pain Foul. Stripe ABO A00 * * R * * 250.00 * 1500.00 * 90 * 71150.00 * * 8rath Cmstructiam * * * * Ai_19NIt1E 0261. 1010E 843.3 8185 p�41 Fixues A8D * 180.00 * 3730.00 * 100 * 91790.00 * * Round ICck, Teas * 90343.00 * No Bid * 275.00 * 3715.00 * 100 * 94333.00 * M.N. Megan Castrtctlm Co. * * * * * * * Dustin, Taos * 79200.00 * No 81d * 400.00 * 1210.00 * 90 * 80810.00 * 63621.00 * No Bid * 350.00 * 1350.00 * 60 * • 65321.00 * Transom Cacrete * * * * * * * Round hark, Tees * 60000.00 * (5145,00> * 1000.00 * 7500.00 * 70 * 57355.00 * Vara Custr ctim * * * * * x Austin, Tees * 68168.00 * <1100.00> * 175.00 * 645.00 * 120 * 67888.00 * DATE: December 6, 1988 SUBJECT: Council Agenda, December 8, 1988 ITEM: 12B. Consider a resolution authorizing the Mayor to enter into a contract for the construction of the proposed Police Annex. STAFF RESOURCE PERSON: Jim Nuse STAFF RECOMMENDATION: On November 7, 1988 the City opened 7 bids for the Police Annex. Transom Concrete was the lowest and best bid. Public Works staff recommends acceptance of this bid. The price for this work with a deduct for alternate #1 is $54,855.00.