COMM 15.E I ONERS' COURT AGENDA REQUEST " PEASE FURNISH ONE ORIGINAL AND FIVE COPIES OF THIS REQUEST AND DOCUMENTS TO BE REVIEWED BY THE COURT MADE BY: Franklin Johnston MEETING DATE: tyovember 12. ~ 9~ OFFICE: Road & Bridge TIME PREFERRED: 1:30 Advertised time SUBJECT: (PLEASE BE SPECIFIC) Awarding of Bid for Maintenance Facility and Off; c-P R,,; ~ r;; „g ~,,,- Road & Bridge EXECUTIVE SESSION REQUESTED: YES (if neede~i,)0 Awarding 6f. Bid PLEASE STATE REASON ' °' ESTIMATED LENGTH OF PRESENTATION: PERSONNEL MATTER - NAME OF EMPLOYE: NAME OF PERSON ADDRESSING Tf-fE COURT: 15 minutes Franklin Johnston Time t'or submitting this request for Court to assure that the matter is posted in accordance with Article 6252-17 1s as follows: * Meetings held on second Monday: t 2:00 P.M. previous Wednesday ~ Meetings held on Thursdays: 5:00 P.1"i. previous Thrusday THIS REQUEST RECEIVED BY: THIS REQUEST RECEIVED ON All Agenda Requests w i 11 be screened by the County Judge's Of f Ice to determ 1ne 1 f _. adequate information has been prepared for the Court's formal consideration and action at time of Court meetings. Your cooperation will be appreciated and contribute towards your request being addressed at the earliest opportunity. See Agenda Request Guidelines. MEMORANDUM November 12, 1991 To : Commissioner's Court Re : Bid Analysis of Road & Bridge Maintenance and Office Building From : Franklin Johnston, P. E., County Engineer I recommend you accept the following bids for construction of Kerr County Road & Bridge Maintenance and Office Building Project Maintenance Bldg, Matl & Erection: Better-Built Enterprises, Inc. $ 29,987.00 Masonry Labor : Better-Built Enterprises, Inc. 5,642.00 Insulation Materials: Brite Insulation Corp. 3,030.63 Office Bldg, Matl & Erection: Better-Built Enterprises, Inc. 26,896.00 Overhead Doors: TexDoor, Inc. 7,300.00 Windows: Texas Window Specialties 4,286.00 TOTAL $ 77,141.63 This price translates into $ 8.57 /square foot, which is a very reasonable price for the structures we are building. The low bid in Masonry category from Mitchell Masonry does not include Worker's Compensation Insurance, which was required in our specifications and State law. The low bidder in the Of j"ice Building category, Freiman Construction, did not make submittals of: (1) drawings and samples of product as required by specifications, (2) did not bid on required form, (3) did not submit Contractors Qualification Form, (4) did Page 2, Memo not submit Certificate of Insurance or Bid Bond, (5) and did not submit letter from building manufacturer, WedgeCor, that the building met all loading {Live Load & Wind Load) per Standard Building Code and specifications. After three telephone calls and one FAX to Freiman Construction, and they still did not respond to produce the above required items, I rejected their bid. I recommend that the bids summarized above be accepted. There is additional analysis and submittal information attached. attachments P.S. If anyone has a problem that a Butler Building was the low bidder, I would suggest they vote to accept the second lowest bidder, S.A.C. Building Corp., which build Varco- Pruden Buildings, at a premium of $ 810.00 (9 G / sq. ft.) for both buildings. Refer to Bid Analysis on attached page. BID ANALYSIS FOR MAINTENANCE BUILDING ~ I ~ ~ _ ' _ BID F RM; NAME OF BIDDER i BLDG. NAME BID BOND ~ ACK. ADDENDA _ LABOR __. MATERIALS TOTAL 1 ~ YES ~ BETTER-BUILT ENTERPRISES BUTLER YES YES $7,925.00 $22,062.00 $29,987.00 YES SAC BUILDING CORP. ~ VARCO-PRUDENT NO NO 6,250.00 23,794,00 30,044.00 1 NO FREIMAN CONSTRUCTION WEDGECOR NO NO 6,250.00 24,500.00 30,750.00 YES R. D. CONSTRUCTION ( RED-DOT NO NO 8,200.00 23,880.00 32,080.00 YES ~ WUNDERLICH BUILDERS BUTLER NO NO 11,448.00 24,085.00 35,533.00 YES B.T,C.lARMCO STEELOX ~ ARMCO NfA YES 8,237.00 31,103.00 39,340.00 I BID ANALYSIS FOR OFFICE BUILD ING BID F RM NAME OF BIDDER , BLDG. NAME BID BOND; ACK. ADDENDAI LABOR MATERIALS TOTAL NO I FREIMAN CONSTRUCTION j WEDGECOR NIA NO 4,076.00 16,200.00 20,276.00 E YES i BETTER-BUILT ENTERPRISES BUTLER YES t YES $8,750.00 $18,146.00 $26,896.00 i I YES I SAC CONSTRUCTION CORP. i VARCO-PRUDENj NO NO 4,475.00 23,174.00 27,649.00 YES ~ R. D. CONSTRUCTION ( RED-DOT NO NO 7,900,00 20,094.00 27,994.00 YES ; WUNDERLICH BUILDERS j BUTLER NO NO 10,392.00 20,296.00 30,688.00 YES B.T.C.IARMCO STEELOX ~ ARMCO N!A YES 8,486.00 24,300.00 32,786.00 COUNTY ENGINEER'S BID ANALYSIS 1 KERR COUNTY ROAD & BRIDGE DEPARTMENT ~,- KERR C~tJNTY ROAD & BRI~rGE FRANKLIN JOHNSTON, P.E. COUNTY ENGINEER 101 SPUR 100 KERRVILLE, TEXAS 78028 512 - 257 - 2993 FAX TRANSMITTAL COVER SHEET TO: JUAN MANUAL ZALDIVAR FREIMAN CONSTRUCTION 7947 MAINLAND DRIVE SAN ANTONIO, TEXAS 78250 512-684-2211 FAX # 512-680-1449 o1~i. ~~ ~~~a ~~~ 7,a~'~. ~~j. NOVEMBER 8, 1991 RE: MAINTENANCE AND OFFICE BUILDING BID, KERR COUNTY ROAD & BRIDGE DEPT., KERRVILLE, TEXAS 1. THE FOLLOWING SUBMITTALS WERE DUE WITH OR PRIOR TO YOUR BID ON THIS PROJECT. WE HAVE NOT RECEIVED THEM AS OF THIS DATE OF NOVEMBER 8, 1991. a. Bid Bond if total is over $ 25,000.00 b. Letter of certification from the Pre-Engineered Metal Building Manufacturer, Certificating building meets or exceeds all specifications. c. Detailed drawings, specifications and design calculations of all components of building. See Section 13122, 1.03 DESIGN CRITERIA, 'C', 1 THRU 5. A brochure is not acceptable. d. Full scale samples of roof, walls, etc. e. Insurance Certificate per Specs and Addendum #1 f. Contractors Qualification Statement, A.I.A. #A305 2. IF THESE ITEMS ARE NOT RECEIVED IN KERR COUNTY ROAD & BRIDGE OFFICE, 101 SPUR 100, KERRVILLE, TEXAS 78028, NOVEMBER 8, 1991, BEFORE 4:30 P.M., YOUR BID CANNOT BE CONSIDERED FOR ACCEPTANCE. 1 OF 1 END OF FAX ~~~ Fnr All IM~i ~~mrnilnM•nt~lnu Nwk~• A N I ~ L f N O I S C O R P O R A T I O N POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY;IN-FACT Know All Men by these Presents, That CONTINENTAL CASUALTY COMPANY, a corporation duly organized and existing under the laws of the State of Illinois, and having Its principal office in the City of Chicago, and State of Illinois, does hereby make, constitute andappo~nt _ DdV1d E. Sund. Barbara Davenport, Lana Sund, Individually of San Antonio, Texas Its true and lawful Attorneyin-tact with full power and authority hereby conferred to sign, seal and execute in its behalf bonds, undertakings and other obligatory instruments of similar nature ___ - In Unlimited Amounts - and to bend CONTINENTAL CASUALTY COMPANY thereby as fully and to the same extent as if such instruments were signed by the duly authorized officers of CONTINENTAL CASUALTY COMPANY and all the acts of said Attorney, pursuant to the authority hereby given are hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the following By~Law duly adopted by the Board of Directors of the Company. "Article IX--Execution of pocuments Section 3. Appointment of Attorneyin-tact. The President or a Vice President may, from time to time, appoint by writtencertificates attorneys•in•fact to act in behall of the Company in the excecution of policies of insurance, bonds, undertakings and other obligatory instruments of Ilke nature. Such attorneys•in•fact, subject to the limitallons set forth in their respective certificates of authority, shall have full power to bind the Company by their signature and execution of any such instruments and to attach the seal of the Company thereto. The President or any Yice President or the Board of Directors may at any time revoke all power and authority previously given to any attorneyin•fact." This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company at a meeting duly called and held on the 3rd day of April, 1957. "Resolved, that the signature of the President or Vice President and the seal of the Company may be affixed by facsimile on any power of attorney granted pursuant to Section 3 of Article Ix of the Bylaws, and the signature of the Secretary or an Assistant Secretary and the seal of the Company may be affixed by facsimile to any certificate of any such power, and any power or certificate bearing such facsimile signatures and seal shall be valid and binding on the Company. Any such power so executed and sealed and certified byy certificate so executed and sealed shall, with respect to any bond or undertaking to which it is attached, continue to be valid and bindina on the Company." In Witness Whereof, CONTINENTAL CASUALTY COMPANY has caused these presents to be signed by its Vice President and its corporate seal to be hereto affixed on this 25th day of March 1991 State of Illinois 1 : ~a~~~. County of Cook I ss = cv SEAL ? ~,~t CONTINENTAL CASUALTY COMPANY ~~~~1 ~ J. E. Purtell Vice President. on this 25th day of March 19 91 .before me personally came J. E. Purtell, to me known, who, being by me duly sworn, did depose and say: that he resides in the Village of Glenview. State of Illinois; that he is a Vice•President of CONTINENTAL CASUALTY COMPANY, the corporation described in and which executed the above instrument; that he knows the seal of said Corporation; that the seal affixed to the said instrument is such corporate seal; that it was so affixed pursuant to the said instrument is such corporate seal; that it was so affixed pursuant to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like authority, and acknowledges same to be the ad and deed of said wrporation. D~ . De,~ .o ~ NOTARY m , -UBLIC `~ / aaa ee' \~ Linda C. Dempsey otary Public. My Commission Expires Oc er 19, 1994 - CERTIFICATE I, Robert E. Ayo, Assistant Secretary of CONTINENTAL CASUALTY COMPANY, do hereby certify that the Power of Attorney herein above set forth is still in force, and further certify that Section 3 of Article IX of the By-Laws of the Company and the Resolution of the Board of Directors, set forth in said Power of Attorney are still in force. In testimony whereof I have hereunto subscribed my name and affixed the seal of the said Company this 28th -day of October , lg 91 r /,,.ro,,;, \\~ Ro rt E. Ayo Assistant Secretary I~ I~ \\\,.., Forrr- 1.23142.8 INY. N0. G-57443-B ox~ER No. 20670 p,GCEPTANCE OF BIDS FOR Tf~ MAINTII4ANCE FAOILITY AND OFFICE BUILDING FUR ROAD AND BRIDGE DEPAR'TNIE~`1T Nov~nber 12, 1991 Vol S, Page 477