Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
R-89-1367 - 10/12/1989
ATTEST: JO ERNE LAND, C t Secretary j RESOLUTION NO. 66 1 A WHEREAS, the City of Round Rock has duly advertised for bids for demolition services, and WHEREAS, Spangler Excavating and Demolition has submitted the lowest and best bid, and WHEREAS, the City Council wishes to accept the bid of Spangler Excavating and Demolition, Now Therefore, BE IT RESOLVED BY THE COUNCIL OF THE CITY OF ROUND ROCK, TEXAS, That the bid of Spangler Excavating and Demolition is hereby accepted as the lowest and best bid, and the Mayor is authorized and directed to execute on behalf of the City a contract with Spangler Excavating and Demolition for demolition services, a copy of said contract being attached hereto and incorporated herein for all purposes. RESOLVED this 12th day of October, 1989. C- RS10129J MIKE ROBINSON, Mayor City of Round Rock, Texas Mayor Mike Robinson Mayor Pro -tem Charles Culpepper Council Members John Hood Tish batman Pele Correa Ronnie Jean Jimmy Joseph City Manager Robert L. Bennett, Jr. City Attorney Stephan L. Sheets THE STATE OF TEXAS COUNTY OF WILLIAMSON TiE CITY OF ROUND ROCK 221 East Main St tee, Round. Rock, Texas 78664 512- 255 -3612 AGREEMENT KNOW ALL MEN BY THESE PRESENTS That this Agreement made and entered into this Second day of November, A.D., 1989, by and between the CITY OF ROUND ROCK, TEXAS, its Mayor, First Party, hereinafter termed the Owner and Spangler Excavating and Demolition of the City of Georgetown, County of Williamson, State of Texas, Second Party, hereinafter termed Contractor. WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned to be made and performed by said First Party (Owner), the said Second Party (Contractor) hereby agrees with the First Party to commence and complete the demolition of certain structures and cleanup of certain sites at the prices set forth in the Contractor's Proposal- dated October 3, 1989 for demolition and clearing described as follows: DEMOLITION OF UNSAFE STRUCTURES The Contractor shall perform all work described in the Contract and shall meet all requirements of this Agreement, and such Orders and Agreements for Extra Work as may subsequently be entered by the above named parties to this Agreement. The Contractor hereby agrees to commence work under this contract within five (5) consecutive days after the date of the written Notice to Proceed and shall cause work to progress in a manner satisfactory to the Owner. Such work shall be completed in full within sixty (60) calendar days after the date of the written Notice to Proceed. Time is of the essence to this contract. The Owner agrees to pay the Contractor in current funds, and to make payments on account, for the performance of the work in accordance with the Contract, at the prices set forth in the Contractor's ProposaL The following documents together with this Agreement, comprise the Contract, and they are fully a part thereof as if herein repeated in frill. The Notice to Bidders The Instruction to Bidders The Proposal and Bidding Sheets The r'ertificate of Insurance AGREEMENT - continued In WITNESS WHEREOF the Parties to the presents have executed this Agreement in the year and day first above written. ATTEST: BY LAND City Secretary demoagre /pg CITY OF ROUND ROCK, TEXAS, OWNER MIKE ROBINSON, Mayor Spangler Excavating and Demolition Contractor Mayor Mike Robinson Mayor Pro-tern Charles Culpepper Council Members John Hood Tish Oatman Pete Correa Ronnie Jean Jimmy Joseph City Manager Robert L. Bennett, Jr. City Attorney Stephan L. Sheets rrdem189 /pg THE CITY OF ROUND ROCK Round Rock Leader September 18, 1989 September 25, 1989 October 2, 1989 221 Errs( Main Slur! Round Rork, Turas 78664 512 - 255 - :1(512 NOTICE TO BIDDERS Sealed proposals shall be addressed to the City Manager, City of Round Rock, 221 East Main Street, Round Rock, Texas 78664 for furnishing all necessary labor, machinery, equipment, toms, materials, insurance and miscellaneous items and providing all work required for performing and completing demolition of structures - at four specific locations in the City of Round Rock. Bids for this project, titled ROUND ROCK DEMOLITION 1989, will be received until Tuesday, October 3, 1989 at 2:00 P.M. and will then be pnhlirly opened and read aloud in the City Council Chambers at the same address. Any bids received after the scheduled bid opening time will be returned unopened. Bids must be submitted on City of Round Rock proposal forms and must be accompanied by an acceptable bid eacurity as outlined in the Instructions to Bidders, payable to the City of Round Rock, Texas, equal to five percent (5 %) of the total bid amount. Proposal Forms and Instructions to Bidders may be obtained from the Department of Pnhlir Works, 300 South Blair, Round Rock, Texas, beginning Monday, September 18, 1989 In case of ambiguity, duplication or obscurity in the bids, the City of Round Rock reserves the right to construe the meaning thereof. The City of Round Rock further reserves the right to reject any or all bids and waive any informalities and irregularities in the bids received. The successful bidder will be expected to execute the standard contract prepared by the City of Round Rock and to furnish performance and payment bonds as described in the bid documents. Pub. Dates: Austin Ameriran Statesman September 17, 1989 September 24, 1989 October 1, 1989 Joanne Land City Secretary City of Round Rock PROPOSAL BIDDING SHEET JOB NA ME: Demolition of Unsafe Structures JOB LOCATION: Round Rock, Williamson County, Texas DATES: August 1989 Gentlemen: Pursuant to the foregoing Notice to Bidders and Instructions to Bidders, the undersigned bidder hereby proposes to do all the work, to furnish all the necessary labor, machinery, equipment, tools, materials, insurance and miscellaneous items, to complete all the work on which he bids as provided by the attached supplemental specifications, and as shown on the plans for the demoliton of structures, removal of debris, and clean up of lot and binds himself on acceptance of this proposal to execute a contract and bond for completing said project within the time stated, for the following prices, to wit: Bid Items: 1. Provide all labor, equipment and demolition permits to demolish structures, carry off debris, cleanup and mow a 1.0 acre parcel out of J.M. Harrell survey #284, at north end of Wonder Drive near Round Rock Industrial Park for , 7 ` G7 dollars and no cents. $ 2 � t Ci 2. Provide all labor, equipment and demolition permits to demolish structures, carry off debris, r•lean up and mow lot 9, Murcer Monroe addition at 302 West Logan for 3 5 O dollars and C• c� cents. 3. Provide all labor, equipment and demolition permits to demolish structures, carry off debris, clean up and mow a 1.022 acre parcel out of J.M. Harrell. survey #284 located at 1000 Clark Street for dollars and 00 cents. $ 1 'tS " (70 4. Provide all labor and equipment to carry off debris, clean up and mow a 2.10 acre parcel and a 0.986 acre parcel out of J.M. Harrell survey #284 located near Sam Ba Road and Meadows Drive for ' (l dollars and c - t cents. 0 Total for all four (4) locations (,,,{4 dollars and cc, cents. demobid/mh $ , 6 oz, If this proposal is accepted, the undersigned agrees to execute the contract and provide ,necessary bonds and insurance certification as per the Instructions to Bidders and commence work within ten (10) days after written Notice to Proceed. The undersigned further agrees to complete the work in full within sixty (60) calendar days after the date of the written Notice to Proceed. The undersigned certifies that the bid prices contained in the proposal have been carefully checked and are submitted as correct and final. The owner reserves the tight to reject any or all bids and may waive any informalities. Respectfully Submitted: / for ' • ame '/of Firm demobid/mh ({cy . TalRphone 517- “7 / 3/ Secretary, if Conrractor is a Corporation. instruct/2 INSTRUCTIONS TO BIDDERS 1. Prior to submitting any proposal, bidders are required to read the plans, specifications, proposal, contract and bond forms rarefully; to inform themselves by their independent research, test and investigation of the rliffir.ulties to be encountered and judge for themselves of the accessibility of the work and all attending circumstances affecting the cwt of doing the work and the time required for its completion and obtain all information required to make an intelligent proposal 2. Should the bidder find discrepancies in, or omissinns from, the plans, sper•ifirations, or other documents, or should he be in doubt as to their meaning, he should notify at once Paul Gambrel at the City of Round Rock and obtain clarification or addendum prior to v any bid. 3. It shall be the responsibility of the bidder to see that his bid is received at the place and time named in the Notice to Biddeis. Bar s received after closing time will be returned unopened. 4. Birls shall be submitted in sealed envelopes plainly marked "Seal,_ Bid" and showing the name of the project, the job number if apps cable, and the opening date and time. 5. Birk shall be submitted on proposal forms furnished by the City of Round Rock. 6. All proposals shall be accompanied by a certified rashiar's check upon a National or State bank in an amount not less than five percent (5%) of the total maximum bid price, payable without recourse to the City of Round Rock, or a bid bend in the same amount from a reliahle sirety company, as a guarantee that the bidder will enter into a contract and execute performance and payment bonds, as stipulated by item 11 below, within ten (10) days after notice of award of contract to him. Proposal guarantees must be submitted in the same sealed envelope with the proposal_ Proposals submitted without check or bid bonds will not be considered. (See items 11 & 12.) 7. All bid securities will be returned to the respective bidders within twenty -five (25) days after bids are opened, except those which the owner elects to hold until the successful bidder has executed the contract_ Thereafter, all remaining securities, including security cf the successful bidder, will be returned within sixty (60) days. 8. Until the award of the contract, the City of Round Rock reserves the right to reject any and all proposals' and to .waive technicalities; tc advertise for new proposals; or to do the work Otherwise when the bss interest of the City of Round Rock will be thereby promoted. BD -1 9 - In cam of ambiguity or lack of clarity in the statement of prc s :n the bids, the City of Round Rock reserves the right to consider the most favorable analysis thereof, or to reject the bid. Unreasonable (or unbalanced) prices submitted in a bid may result in re ✓ction of such bid or other bids. 10 Award of the contract, if awarded, will be made within sixty (60) days after opening of the proposals, and no bidder may withdraw his propcsal within said sixty (60) day period of time unless a prior award is made. 11. Within ten (10) days after written notification of award of the contract, the successful bidder must furnish a performance bond and a payment bond in the amount of one - hundred percent (100 6) of the total contract price. Provided however, if the contract price is lass than $50,000.00, the bidder shall have the option of providing a letter o f credit in lieu of a performance bond, said letter of credit in a form acceptable to the City of Round Rock. Said performance bond, or lett of credit, if applicable, and payment bond shall be from an approved surety company holding a permit from the State of Texas to act as surety (and acceptable according to the latest list of cornpania holding certificates of authority from the Security of the Tresury of the United States) or other surety or sureties acceptable to the Owner, with approval prior to bid opening. 12. If the total contract price is less than $25,000.00 the performance and payment bond requirement may be waived by the City of Round Rock. Payment will be made following completion of the work. 13. Failure to execute the construction contract within ten (10) days of written notification of award or failure to furnish the performance bond, or letter of credit a applicable, and payment bond as requred by item it above, shall be just cause for the annulment of the award. In case of the annulment of the award, the proposal guarantee shall become the property of the City of Round Rock, not as a penalty, but as a liquidated damage. 14. No contract shall be binding upon the City of Round Rock un it it has been signed by its Mayor after having been duly authon_zed to do so by the City council 15. The Contractor shall not commence work under this contract until he has furnished certification of all insurance required and such has been approved by the City of Round Rock, nor shall the contractor allow any subcontractor to commence work on his subcontract until proof cf all hmilar insurance that is required of the subcontractor has been fern shed and approved. instruct/2 B 0 -2 16. Any quantities given in any portion of the contract documents, including the plans, are estimates only, and the actual amount of work required may differ somewhat from the estimates. The bass for the payment shall be the actual amount of work done and/or material furnished. 17. No Texas sales tax shall be included in the prices bid for work under this contract_ This contract is issued by an organization which is qualified for exemption pursuant to the provisions of Article 10.04 (h) of the Texas Limited Sales, Excise and Use Tax Act The contractor performing this contract may purchase, rent or 1eaun all materials, supplies, equipment used or consumed in the performance of this contract by issuing to his supplier an exemption certificate complying with State Comptroller's ruling #95 -0.07. Any such exemption certificate isu;e..-j b the contractor in lieu of the tax shall be subject to the provisions of the State Comptroller's ruling #95 -0.09 as amended to be affective July ?, 1979. 18. Any municipal fees for permits, etc. will be waived. 19. It shall be the responsibility of the bidders to coordinate witn an y or all utility companies involved. 20. No conditional bids will be accepted. in_Struct/2 BD -3 AC111 11. CERTIFICATE OF INSURANCE PRODUCER INSURED c o LTR UNITED EMPLOYERS INSURANCE AGENCY INC 9225 KATY FREEWAY SUITE 404 HOUSTON TEXAS 77024 ODE SUB -CODE JANE SPANGLER ROUTE 3 BOX 105 GEORGETOWN TEXAS 78626 OVERAGES THIS IS TO CERTIFY THAT THE 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 CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. A X TYPE OF INSURANCE GENERAL LIABILITY R AUTOMOBILE LIABILITY A X ANY AUTO ALL OWNED AUTOS X• SCHEDULED AUTOS x HIRED AUTOS NON -OWNED AUTOS GARAGE LIABILITY EXCESS LIABILITY OTHER COMMERCIAL GENERAL LIABILITY CLAIMS MADE x OCCUR. OWNER'S & CONTRACTOR'S PROT. OTHER THAN UMBRELLA FORM WORKER'S COMPENSATION AND EMPLOYERS' LIABILITY A EQUIPMENT FLOATER LEASED EQUIPMENT 1CG07969992801 DESCRIPTION OF OPERATIONS/ LOCATIONS /VEHICLES /RESTRICTIONS /SPECIAL ITEMS 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 COMPANY A LETTER COMPANY LETTE COA G. LETTE R COMPANY D LETTER CO MPANY E LE ER CITY OF ROUNDROCK 1TB10926832400 03 -14 -89 03 -14 -90 CERTIFICATE HOLDER CANCELLATION : ACORD 25 -S (3t8s) COMPANIES AFFORDING COVERAGE U S FIDELITY & GUARANTY POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION ALL LIMITS IN THOUSANDS DATE (MMIDD /YY) DATE (MMIDD /YY) 03 -14 -89 03 -14 -90 COMBINED SINGLE LIMIT BODILY INJURY (Per person) BODILY INJURY (Per acciden PROPERTY DAMAGE 2904910891 03 -14 -89 03 -14 -90 $ 100 (EACH ACCIDENT) $ 500 (DISEASE—POLICY LIMIT) 3 100 (DISEASE —EACH EMPLOYEE) CIM07969993901 03 -14 -89 03 -14 -90 AS SCHEDULED $90,000 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL 10 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO MAIL SUCH NPF E SHALL IMPOSE NO OBLIGATION OR n LIABILITY OF ANY KIND UPON THE COFdPNY, ITS AGENTS OR REPRESENTATIVES. AUT ZED RE ESENTAT1 ISSUE DATE (MM /DDIYY) 10 -31 -89 VS GENERAL AGGREGATE $ 1,000 PRODUCTS- CGMP /OPS AGGREGATE $ 500 PERSONAL& ADVERTISING INJURY $ 500 EACH OCCURRENCE $ 500 FIRE DAMAGE (Any one fire) $ 50 MEDICAL EXPENSE (Any one person) $ ) r STATUTORY ' 500 EACH AGGREGATE OCCURRENCE $ 5 ©ACORD CORPORATION 1988 DATE: October 9, 1989 SUBJECT: City Council Agenda, October 12, 1989 ITEM: 12J. Consider a resolution authorizing the Mayor to enter into a contract for demolition services. STAFF RESOURCE PERSON: Paul Gambrel/ Jim Nuse STAFF RECOMMENDATION: On October 3, 1989, twelve bids were received for the demolition services. Twelve bids were opened. Only eleven were read, since one bid was rejected because of an improper proposal guarantee. Of the eleven bids read, the low bid was that submitted by Spangler Excavating and Demolition whose total bid was $6,650.00. At this time the Spangler bid is being formally recommended for the award of this contract. A copy of the bid tabulations is enclosed. ITEM Item 1 Item 2 Item 3 Item 4 Total Bid UNIT DESCRIPTION THE CE['Y OF ROUND 12CCK PUBLIC WORKS DEPARTMENT 221 East Main Street Round Rock, Texas 78664 (512) 255 -3612 CONTRACT Round Rook D e m o l i t i o n 1989 BID DATE Oct 3, 1989 TIME 2:00 P.M. LOCATION City Council Chambers APPROX. QUANTITY BIDS EXPENDED AND CHECKED Spangler Excavating Knauth Construction Torres Trucking & & Demolition Company P` y Excavating Bid Bond? Ch. Ck. UNIT PRICE COST $ 2550.00 $ 1350.00 $ 1950.00 $ 800.00 $ 6650.00 Bid Bond? M.O. UNIT PRICE COST $ 2940.60 $ 1290.00 $ 1370.00 $ 1200.00 $ 6800.00 BIDDERS Bid Bond? Ch. Ck. UNPP PRICE COST $ 1900.00 $ 1900.00 $ 2000.00 $ 1800.00 $ 7600.00 ;Actual total corrputed upon checking & extending bid) Cerlich Homes, Inc. Bid Bond? Ch. Ck. UNIT PRICE UNIT COST PRICE 2700.00 $ 2600.00 $ 2775.00 1 OF 3 Sunbelt Demolishing Corp. Bid Bond? Yes 0032 $ 2197:00 $ 4056.00 $ 1859.00 $ 900.00 $ 8975.00 $ 1183.00 $ 9295.00 BID TABULATIONS BY: Ann Ballard DATE: October 3, 1989 :SHEET THE CPPY OF ROUND ROCK J�v nk,4 PUBLIC h1DRKS DEPARTMENT a 221 East Main Street 0 h' opo � Round Rock, Texas 78664 (512) 255 -3612 BID TABULATIONS BIDS EXTENDED AND CHECKN, q� BY: Ann Ballard /�" DATE: October 3, 1989 SHEEP 2 OF 3 CONTRACT Round Rock Demolition 1989 BIDDERS Oct 3, 1989 BID DATE M TIME 2:00 P.M. P gan Demolition Co. Bid Bond? Yes Parker & Rogers Construction Co. Bid Bond? Yes Thomas Company Inc. Bid Bond? Ch. Ck. Pitts Construction Inc. Bid Bond? Ch. Ck. Transom Concrete Co. Bid Bond' Ch. Ck. . leclu ION City Council Chambers DESCRIPTION ITEM UNIT APPROX. UNIT QUANTITY ( PRICE COST UNIT PRICE COST UNIT PRICE COST UNIT PRICE COST UNIT PRICE COST Item 1 $ 2950.00 $ 2400.00 $ 3650.00 $ 3725.00 $ 14000.00 Item 2 $ 1850.00 $ 2100.00 $ 1650.00 $ 2797.00 $ 1338.75 Item 3 $ 3450.00 $ 2600.00 $ 2150.00 $ 3144.00 $ 3368.75 Item 4 $ 1450.00 $ 2700.00 $ 3100.00 $ 2334.00 $ 4000.00 Total Bid $ 9700.00 $ 9800.00 $10550.00 $12000.00 $12707.50 fI THE CITY OF ROUND RC7CK PUBLIC WORKS DEPAR'T'MENT Tom-- N 221 East Main Street Round Rock, Texas 78664 (512) 255 -3612 CONTRACT Round Rock Demolition 1989 BID DATE Oct 3, 1989 TIME 2:00 P.M. IIXAT1CN City Council Chambers DESCRIPTION Item 1 Item 2 Item 3 Item 4 Total Bid ITEM UNIT APPROX. QUANT TT Y Coffee Equipment Inc. Bid Bond? Yes UNIT PRICE COST $ 7620.00 $ 2950.00 $ 3320.00 $3300.00 17190.00 13ID TABULATIONS UNIT PRICE COST BIDDERS UNIT PRICE COST UNIT PRICE COST BIDS EXPENDED AND (11008ED BY: Ann Ballard 1Y DATE: October 3, 1989 SHEEP 3 OR 3 UNIT PRICE COST