Loading...
MA1006-AG110510AGENDA REQUEST FORM T H E C t T Y O F COPPELL " " � DEPT: Engineering DATE: May 10, 2011 ITEM #: 20 E] WORK SESSION CONSENT IZI REGULAR ITEM TYPE CONTRACT /BID or PROPOSAL ITEM CAPTION: Consider approval of awarding Bid #Q -041 1 -01 'Belt Line Road and Denton Tap Road Brick Paver Replacement" to Jim Bowman Construction Company, L.P. in the amount of $307,430.70, and approval of an incentive bonus amount of up to an additional $45,000 for a total award of $352,430.70, as provided for in the IMF; and authorizing the City Manager to sign and execute any necessary documents. GOAL(S): EXECUTIVE SUMMARY: Approval of this contract will allow the the construction to begin on the intersection of Belt Line /Denton Tap Road and Southwestern. The project will consist of replacing the entire intersection of brick pavers with stamped concrete bands. Staff will be available to answer any questions at the Council meeting. FINANCIAL COMMENTS: Funds are available in the Infrastructure Maintenance Fund for this contract. RECOMMENDED ACTION: ACTION TAKEN BY COUNCIL: Staff recommends approval of this contract. APPROVED BY CITY COUNCIL ON ABOVE DATE Motion to approve M - Brancheau S - Hinojosa- Flores Vote - 7 -0 I #BeItLineDentonTap Award MEMORANDUM TO: Mayor and City Council VIA: Kenneth M. Griffin, P.E., Director of Engineering /Public Works FROM: George S. Marshall, P.E., Civil Engineer DATE: May 10, 2011 RE: Consider approval of awarding Bid #Q- 0411 -01 "Belt Line Road & Denton Tap Road Brick Paver Replacement" to Jim Bowman Construction Company, L.P. in the amount of $307,430.70, and approval of an incentive bonus amount of up to an additional $45,000 for a total award of $352,430.70, as provided for in the IMF; and authorizing the City Manager to sign and execute any necessary documents. On April 28 2011 the City of Coppell received and opened 3 bids for the Belt Line Road and Denton Tap Road Brick Paver Replacement contract. The bids ranged from $307,430.70 to $354,460.00. The anticipated cost of construction for this project was $330,000. The project is designed to replace the entire brick paver intersection and the concrete below the pavers. The new intersection will consist of standard concrete, stamped concrete bands along the crosswalks and a decorative design in the center of the intersection to mimic the Denton Tap Road and Sandy Lake Road intersection completed last summer. On April 12 2011, the Director of Engineering and Public Works presented to Council the Engineering Department's plan to close Southwestern Blvd & E. Belt Line Road at the intersection of S. Belt Line Road and Denton Tap Road and reduce Denton Tap Road to one lane northbound and one lane southbound for a period of up to 30 calendar days. The low bid of $307,430.70 was submitted by Jim Bowman Construction Company, L.P. based in Plano. This company constructed the Denton Tap Road and Sandy Lake Road Intersection last summer. Based on past experience with this company, it appears Jim Bowman Construction Company, L.P. is qualified and capable of completing this work. We are also asking for approval of an incentive bonus amount of $45,000. This amount would be used to pay the maximum incentive bonus at $3,000.00 per day as defined within the bid documents. The maximum incentive bonus can be achieved by reestablishing all lanes of traffic in all directions within 15 calendar days. On the 30 calendar day the bonus would be $0. In the event the road closure time takes longer than 30 calendar days, there will be damages assessed of $3,000 per day. There is no limit on the amount of disincentive. Staff recommends the award of the "Belt Line Road and Denton Tap Brick Paver Replacement' project to Jim Bowman Construction Company, L.P. in the amount of $307,430.70 with an additional incentive bonus amount of $45,000.00 for a total award of $352,430.70. Staff will be available to answer any questions at the Council meeting. 0 0 0 0 0 o 0 0 o o 0 0 0 o o 0 4 O O O N M O Vl O O v O O 7 O O I o O I � 01 Vl N Vl 01 l- O lD O O ID O O I O I 7 M O O N ID O, Vl O D N M M 7 L Y Y E I I I O V O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O I F y �j O p, O Vl O M O f3 O H A O O Vl O - ID O O O O O O Vl 10 �s O, O\ �o ID O M 01 � t o A O O O O O I I O O O O O O O O O O o O O o N O O N w O O o O O o 0 O O . 0 o O O 0 O O a, O O 10 r- O O 0 a, O O 0 O O O 0 O O 0 O O O 0 O O O O O o 0 o I C; O o C; w o a, D I I I I A M O O O O O O O O O O O O O O O O O O F O O O O O O O O O O O O O O Vl O O O I O O O O O O O O O O O O O O O O O O 0 0 'Z O O O O O Vl O O O O 7 O n 01 O N ID O O O O O Vl O O O O O Vl N 01 O l- O, O l- N O O O, O O 7 O O Vl O O O O I C I O I O I O O Vl O c O M 4 Y Vl 7 R --i Ic A O O N 7 A 't 7 R l� O N il O !n N O 7 Ni lc O\ 1-: N r 10 A N A - A - I I --i I I O 7 l O _ A A A 3 I I O O O O O O O O O O O O o O O O h O o 0 0 n o O O O O f3 f3 O � � I I I I cl _ M cl 't �_ O O O Ic z I I r _ fn U U CQ U w O° a A A I Sit. . .......... i O N H W W LL N O N II 2 U Z 0 D Q U 0 'n W a o O U I �O a z r Q W Z W 0 U U J W z W 0 � �w Z Q W m � - J�a d J L] W M W n/ OL LL L > m LLJ O a m L � o U r_ Qo U v O N H W W LL N O N II 2 U Z 0 D Q U 0 _ a R w � W 0 v U I I o J Lta bi W Q - ` l3'^P ❑ LLJ Ll LLJ Ll f �< Q uj ~ W P r -�r' a� ui W I