DR9401-CN 950314 AGENDA REQUEST FORM
CITY COUNCIL MEETING: March 14, 1995 ITEM
ITEM CAPTION:
Discussion and consideration of awarding Bid # Q-0195-01 Shadow Ridge/Devonshire Drainage
Improvement Project # DR 94-01, to ~'-"- r,,~,.~o.,,/,::,l,..l~r;~es, Inc. in the amount of $73,202.50 and
authorizing the Mayor to sign. ~.:
- .
SUBMITTED B~: Kenneth M. Griffin, P.E. "] --'-
TITLE: Assistant City Manager/city Engineer INITIALS
STAFF COMMENTS:
See attached memo.
STAFF RECOMMENDATION Approval ~ Denial
EXPLANATION:
Staff willbeavailableto answerany questionsat the Council meeting.
BUDGET AMT.$ AMT. EST.$ +/- BUD:$
FINANCIAL COMMENTS:
Funds for this project are available in Drainage CIP.
FINANCIAL REVIEW: CITY MANAGER REVIEW: .,:"~'
Agenda Request Form - Revised 1/94
To: Mayor and City Council
From: Kenneth M. Griffin, P.E., Assistant City Manager/City Engineer ~
RE: Discussion and consideration of awarding Bid # Q-0195-01 Shadow
Ridge/Devonshire Drainage Improvement Project #DR94-01, to John Copeland
Enterprises, Inc. in the amount of $73,202.50 and authorizing the Mayor to sign.
Date: March 6, 1995
On February 10, 1995, three bids were received for the construction of the Shadow
Ridge/Devonshire channel. Council may recall that this project was initially bid without gunite
as a acceptable alternative for the channel. The specifications were revised and the project
rebid. Again, three bidders submitted bids but only one bidder submitted on both projects,
Humphrey and Morton. Humphrey and Morton was the low bidder on the initial project and
was also the low bidder on the concrete portion of the rebid. However, the f'u'm of John
Copeland Enterprises, Inc. was the only finn to submit an alternate bid for the utilization of
gunite in lieu of concrete.
Staff has received and reviewed qualifications from the finn of John Copeland Enterprises. The
only item on the bid that causes me concern is the fact that they bid 180 calendar days to
complete the project (approximately 6 months), whereas the other two finns bid approximately
3 months to complete the project. I am hopeful that John Copeland Enterprises, Inc. will
complete the project in a much more timely manner than six months.
Staff recommends the award of Bid #Q-0185-01 to John Copeland Enterprises, Inc. in the
amount of $73,202.50 and authorizing the Mayor to sign. Staff will be available to answer any
questions at the Council meeting.
SHADOW RIDGE/DEVONSHIRE DRAINAGE IMPROVEMENTS DR 94-01 (rebid 2/17/1995)
Item Quanity Unit Description Engineer's Est. Humphrey & Morton Thomco Construction John Copeland Enterprises, Inc.
Concrete Gunite/Shotcrete
Unit Price Total Unit Price Total Unit Price Total Price Unit Price Total Unit Total
Price Price Price Price Price
1 1 L.S. Concrete 70,500.00 70,500.00 74,550.00 74,550.00 70,500.00 70,500.00 52,000.00 52,000.00 n/a
Channel
lA 1 L.S. Gunite no bid no bid no bid no bid no bid no bid n/a n/a 35,100.00 35,100.00
Channel
2 275 C.Y Excavation& 10.00 2,750.00 23.70 6,517.50 20.00 5,500.00 50.50 13,887.50 50.50 13,887.50
Recompaction
3 75 C.Y Excavation & 10.00 750.00 8.70 652.50 20.00 1,500.00 120.00 9,000.00 120.00 9,000.00
Haul Off
4 4 ea. Rem. & Rep. 750.00 3000.00 510.00 2,040.00 1,000.00 4,000.00 1,500.00 6,000.00 1,500.00 6.000.00
Flumes
5 1 ea. 18" Pipe 500.00 500.00 460.00 460.00 500.00 500.00 750.00 750.00 750.00 750.00
Connection
6 14650 S.F. Hydromulch 0.50 7,325.00 0.01 146.50 0.12 1,758.00 0.30 4,395.00 0.30 4,395.00
7 1480 S.F. Sidewalk 2.50 3,700.00 2.79 4,129.20 3.25 4,810.00 2.75 4,070.00 2.75 4.070.00
I TOTAL CosTll $88,525.00 II $88,495.70 II $88,568.00 II $90,102.50 $73,202.50
BIDDING AND CONTRACT DOCUMENTS
BID FORM
PROJECT IDENTIFICATION: Shadow Ridge/Devonshire Drainage Improvements ~ DR 94-01
in Coppeil. Texas.
.... ,,-.. -: i,q
(NAME OF FIRM)
THIS BID IS SUBMITTED TO: City of Coppell (hereinalier called OWNER)
c/o Purchasing Agent
255 Parkway Boulevard
P.O. Box 478
Coppell, Texas 75019
CITY OF COPPELL BID NO: ~ - C)/(q:~-5' 0 k
1. The undersigned BIDDER proposes and agrees, if this Bid is accepted, to enter into an
agreement with OWNER in the form included in the Contract Documents to perform and
furnish all Work as specified or indicated in the Contract Documents for the Contract
Price and within the Contract Time indicated in this Bid and in accordance with the other
terms and conditions of the Contract Documents.
2. BIDDER accepts ali of the terms and conditions of the Advertisement or Notice to
Bidders and Instructions to Bidders. This Bid will remain subject to acceptance for
ninety (90) days after the day of Bid opening. BIDDER will sign and submit the
Agreement with other documents required by the Bidding Requirements within fifteen
(15) days after the date of OWNER's Notice of Award.
3. In submitting this Bid. BIDDER represents, as more fully set forth in the Agreement,
that:
(a) BIDDER has examined copies of all the Bidding Documents and of the following
Addenda (receipt of all which is hereby acknowledged):
No:
Date:
Rec'd:
(b) BIDDER has familiarized itself with the nature and extent of the Contract
Documents. Work. site, locality, and all local conditions and Laws and
12 Bidding and Contract Documents
Regulations that in any manner may affect cost. progress, performance or
furnishing of the Work.
(c) BIDDER has studied carefully all reports and drawings of subsurface conditions
contained in the contract documents and which have been used in preparation of
the contract documents. CONTRACTOR may rely upon the accuracy of the
technical data contained in such reports, but not upon nontechnical data.
interpretations or opinions contained therein or for the completeness thereof for
CONTRACTOR's purposes. Except as indicated in the immediately preceding
sentence, CONTRACTOR shall have full responsibility with respect to subsurface
conditions at site.
BIDDER has studied carefully all drawings of the physical conditions in or
relating to existing surface or subsurface structures on the site, which are
contained in the contract documents and which have been utilized in preparation
of the contract documents. CONTRACTOR may rely upon the accuracy of the
technical data contained in such drawings, but not lbr the completeness thereof
for CONTRACTOR's purposes. Except as indicated in the immediately
preceding sentence, CONTRACTOR shall have full responsibility with respect to
physical conditions in or relating to such structures.
(d) BIDDER has obtained and carefully studied (or assumes responsibility for
obtaining and carefully studying) all such examinations, investigations,
explorations, tests and studies (in addition to or to supplement those referred to
in (c) above) which pertain to the subsurface or physical conditions at the site or
otherwise may affect the cost, progress, performance or furnishing of the Work
as BIDDER considers necessary for the performance or furnishing of the Work
at the Contract Price, within thc Contract Time and in accordance with the other
terms and conditions of the Contract Documents: and no additional examinations,
investigations, explorations, tests reports or similar inl'brmation or data are or will
be required by'BIDDER for such purposes.
(e) BIDDER has reviewed and checked all information and data shown or indicated
on the Contract Documents with respect to existing Underground Facilities at or
contiguous to the site and assumes responsibility for the accurate location of said
Underground Facilities. No additional examinations, investigations, explorations,
tests, reports or similar information or data in respect of said Underground
Facilities are or will be required by BIDDER in order to perform and furnish the
Work at the Contract Price, within thc Contract Time and in accordance with the
other terms and conditions of the Contract Documents.
BIDDER has correlated the results of all such observations, examinations,
investigations, explorations, tests, reports and studies with the terms and
conditions of the Contract Documents.
13 Bidding and Contract Documents
BIDDER has given ENGINEER written notice of all conflicts, errors or
discrepancies that it has discovered in the Contract Documents and the written
resolution thereof by ENGINEER is acceptable to BIDDER.
This bid is genuine and not made in the interest of or on behalf of any
undisclosed person, firm or corporation and is not submined in conformity with
any agreement or rules of any group, association, organization or corporation:
BIDDER has not directly or indirectly induced or solicited any other Bidder to
submit a false or sham Bid: BIDDER has not solicited or induced any person.
firm or corporation to refrain from bidding: and BIDDER has not sought by
collusion to obtain for itself aw advantage ovc,- any other Bidder or over
OWNER.
(i) It is understood and agreed that the following quantities of work to be done at
unit prices are approximate only. and are intended principally to serve as a guide
in evaluating bids.
(j) It is understood and agreed that the quantities of work to be done at unit prices
and materials to be furnished may be increased or diminished as may be
considered necessary in the opinion of the OWNER to complete the work fully
as planned and contemplated, and that all quantities of work, whether increased
or decreased, are to be performed at the unit prices set forth, except as provided
for in the Contract Documents.
4. It is understood and agreed that all work under this contract will be completed within the
bid calendar days. Completion date will be established in the Notice to Proceed.
5. BIDDER will complete the Work tbr the following price(s):
14 Bidding and Contract Documents
UNIT PRICE BID SCHEDULE
SHADOW RIDGE/DEVONSHIRE DRAINAGE LMPROVEMENTS DR 94-01
BASE BID
Item Quantity Unit Description and Price in Words Unit Total
No. Price Price
1 1 Lump Concrete Channel
Sum Complete in Place
and ~. Cents ~):~,~. - - ·
per Lump Sum.
(Est. Quantity 260 C.Y.)
2 275 C.Y. Excavation and Recompaction
np
lete in Place
co,¢, CYX~,~ nona~s 5~' ...... ~-"~ ~, ~ ~s. ,~. ~--
and ~.~ Cents I%
per C.Y.
3 75 C.Y. Excavation and Haul Off
Complete in Place
and r,~ O Cents i ~ 5, q, , '
per C.Y.
4 4 Each Remove and Replace Existing
Flumes
Complete in PI,ace ,i~e:l~ ~ ,~--'
" ' ~' ' ~'~ ~,~ x ~'-'"
~tqe..,~o~..O',,,.~l ~; 'r.~tlq~ollars -..,.., ,' .
and ~ 0 Cents ] DDt. (5, O O~
per each.
5 1 Each Connect existing 18" RCP to
Concrete Channel
Complete
in
- ~lace ...o..~. .:...., ~, £'
and N B Cents ~ .3'-.~ ·
per each.
15 Bidding and Contract Documents
L,NIT PRICE BID SCHEDULE
SHADOW RIDGE/DEVONSHIRE DRAINAGE IMPROVEMENTS DR 94-01
BASE BID
Item Quantity Unit Description and Price in Words Unit Total
No. Price Price
6 14650 S.F. Hydro Mulch
Complete In Place
' . ' _ _ ,3~.-'"
% .~ Dollars ~3'3 {- h3 .~ __
and ~ ~.' .:3"~ Cents ' q 3~[D'
per S.F. '
7 1480 S.F. Sidewalk
Complete In Place
~[~0-~ O Dollars ~ 'l ~ -B c~,
and ~- ~¢n~"c/ ~C ~ ~,~ Cents ,~. LI,~c~0' -
per S.F.
TOTAL BASE BID ITEMS 1 THRU 7 $ "~ ~, }~ ~, '~''-~
TANGIBLE PERSONAL PROPERTY COST $ ~ ~ ~ r'~ ,~,
Signamre~ ~ ~~
16 Bidding and Contract Documents
UNIT PRICE BID SCHEDULE
SHADOW RIDGE/DEVONSHIRE DRALNAGE IMPROVEMENTS DR 94-01
ALTERNATE BID
Item Quantity Unit Description and Price in Words Unit Total
No. Price Price
Delete I Lump Concrete Channel
1 Sum Complete In Place
and~"J ['~ C' Cents '~ 3, ~O. 3, ·
per Lump Sum.
(Est. Quantiw 2~ C.Y.)
Add 1 Lump Pneumatically Placed Concrete
1A Sum (Gunite/Shotcrete)
Complete In Place .. ,,e i~{~Lt~'~a
and ' ~ 0 Cen~
~r Lump Sum.
(Est. ~anti~ 2~ C.Y.)
TOTAL ALTERNATE BID ITEMS lA THRU 7 $ ~ 3 -~ O ~,,
TANGIBLE PERSONAL PROPERTY COST $ ~ '~, ~-~ () c'3 '
17 Bidding and Contract Documents
BID SUMMARY
TOTAL PRICE CALENDAR DAYS
TOTAL BASE BID ITEMS 1 THRU 7 $ (i/!~} /i)~, '.)Z~L } ,~ (~
In Words: ~. (~C~ [ ':,~1;.~..{ /' [.~. ~(~(.q~]~
TOTAL PRICE CALENDAR DAYS
TOTAL ALTERNATE BID
ITEMS IA THRU 7 $
I
6. BIDDER agrees that all Work awarded will be completed within ~ ~L) Calendar Days.
Contract time will commence to run as provided in the Contract Documents.
7. Communications concerning this Bid shall be addressed to the address of BIDDER
indicated on the applicable signature page.
8. BIDDER understands that the Owner is exempt from State Limited Sales and Use Tax
on tangible persona[ property to be incorporated into the project. Said taxes are not
included in the Contract Price (See Instructions to Bidders).
9. The terms used in this Bid which are defined in the General Conditions of the
Construction Contract included as part of the Contract Documents have the meanings
assigned to them in the General Conditions.
The City of Coppell reserves the right to delete any portion of this project as it may deem
necessary to stay within the City's available funds. Should the City elect to delete any portion,
the contract quantities will be adjusted accordingly.
'i SUBMrrTED on I ,19
18 Bidding and Contract Documents
?
BID AFFIDAVIT
The undersigned certifies that the bid prices contained in this bid have been carefully reviewed
and are submitted as correct and final. Bidder further certifies and agrees to furnish any and/or
all commodities upon which prices are extended at the price offered, and upon the conditions
contained in the Specifications of the Invitation to Bid. The period of acceptance of this bid will
be Ct C'" calendar days from the date of the bid opening. (Period of acceptance will be
ninety (90) calendar days unless otherwise indicated by Bidder.)
STATE OF ) (~'X,'~ ~ COUNTY OF --~ 0. i'\ I'l,~Q_.t; 1
BEFORE ME, the undersignec~'authority, a Notary Public in and for the State of 't-(2.~ .4d'~ ·
on this day personally appeared ~-'c,11 ~ (...'~,1,)~! .i,~i who after being by me
l'¢ame
duly sworn, did depose and say:
.~ '-~--~ Y~ m (~ I ,~,'~ am a duly authorized office/agent for
'~Oh~"~ (. C~' ~iX.5 '~,...and have been duly authorized to execute the
Nathe of Firm -- '
- . " 1'q'-' ',',3 ~ ..-
foregoing on behalf of thc said yx 'c..,2~¥ u I/t 'CK Q$~ ~.L¢2~ -~-J") (...
Name Of Firm ~
I hereby certify that the foregoing bid has not been prepared in collusion with any other Bidder
or individual(s) engaged in the same line of business prior to the official opening of this bid.
Further, I certify that the Bidder is not now, nor has been for the past six (6) months, directly
or indirectly concerned in any pool, agreement or combination thereof, to control the price of
services/commodities bid on, or to influence any individual(s) to bid or not to bid thereon."
Name and Address of Bidder: Fl Iq. ~ ~
Telephone: (:i J)Q~ :~-]ql(-i by: TOha
SUBSCPaBED SWOe. N to before me by the above named -Z-¢
on this the I q~ day of ~ ~ ;q ~ L[ 19~
Notau ~bl~ in and for the State of
19 Bidding and Contract Documenu
If BIDDER IS:
An Individual
By (Seal)
(Individual's Name)
doing business as
Business address
PhoneNo.
A Partnership
By (Seal)
(Firm Name)
(General Partner)
Business address
Phone No.
A Corporation
.(State of Incomoration)
(~me of person authorized to sign)
(Title)
(Co.orate Seal) ~, , ~C~'
. ~Secreta~)
BusMess address
A Joint Venture
By
(Name) (Address)
By
(Name) (Address)
(Each joint venture must sign. The manner of signing for each individual, partnership and
corporation that is a partner to the joint venture should be in the manner indicated above.)
20 Bidding and Contract Documents
9. Consider approval of calling a special City Council meeting to call an Election
for May 6, 1995 for proposed Home Rule Charter Amendments.
This item was deleted from the agenda. See Item 8 for minutes.
CONSENT AGENDA
10. Consider approval of the following consent agenda items:
A. Minutes of: February 28, 1995
B. Consideration and approval of a Resolution in appreciation of State
Senator Jane Nelson, and authorizing the Mayor to sign.
C. Consideration and approval of a Resolution in appreciation to the Texas
Transportation Commission, and authorizing the Mayor to sign.
D. Consideration and approval of a resolution establishing fees for animal
control services to defray the costs of providing such services, and
authorizing the Mayor to sign.
E. Consideration and approval of a proclamation naming April 21, 1995
as "Arbor Day," and authorizing the Mayor to sign.
F. Consideration and approval of MacArthur Park, Final Plat, to allow
development of a 50-lot residential subdivision on property located on
the east and west sides of MacArthur Boulevard, approximately 2,000
feet north of Samuel Boulevard, at the request of Carter & Burgess,
Inc.
G. Consideration and approval of The Enclaves on the Parkway, Final
Plat, to allow development of a 21-lot residential subdivision on
property located on the south side of Parkway Boulevard, east of Parks
of Coppeil and west of Parkview Addition (across from Kid Country),
at the request of Dowdey, Anderson & Associates, Inc.
H. Consideration and approval to waive the $50.00 food permit fee needed
in association with Texas Trash-Off Day on April 1, 1995.
I. Discussion and consideration of awarding Bid #Q-0195-01 Shadow
Ridge/Devonshire Drainage Improvement Project #DR-94-01, to John
CM031495
Page 3 of 10
Copeland Enterprises, Inc. in the amount of $73,202.50 and authorizing
the Mayor to sign.
J. Consideration and approval to renew contract for Bid Q-0194-05 for
automotive parts to the following vendors, not to exceed $60,000:
Robertson Fleet, Sections 1, 4, 5, 6, 7 for an amount of $35,000.00;
Midway Auto, Sections 3, 8, 9 and 12 for an amount of $25,000.00.
K. Consideration and approval to award Bid Q-0295-01 to provide
landscape services to the following companies: North Texas Landscape
Services for services to Class "A" & "B" medians for Grapevine Creek
Park, Fire Administration, Fire Stations No. 1 & 2, Town Center, and
the William T. Cozby Public Library, in an amount of $45,360.00;
Green Company for landscape services to the rough areas of Andrew
Brown Jr. Community Parks east and west, on a Class "B" basis, in an
amount of $29,040.00; and Carruthers Landscape Management
Corporation for three fertilization services to Class "A" medians in an
amount of $3,939.00; the combined' total not to exceed $78,339.00.
L. Consideration and approval to award Bid No. 0195-04 to Move
Solutions for the relocation of library furnishings and materials, in an
amount not to exceed $10,523.00; and authorizing the Mayor to sign.
Items 10 F, G and I were pulled for separate consideration.
Items 10 A, B, C, D, E, H, J, K and L --
Mayor Pm Tem Robertson moved to approve Consent Agenda Items A, B carrying Resolution
031495.1, C carrying Resolution No. 031495.2, D carrying Resolution No. 031495.3, E, H, J,
K and L. Councilmember Mayo seconded the motion; the motion carried 7-0 with Mayor Pro
Tern Robertson and Councilmembers Alexander, Sturges, Watson, Reitman, Mayo, and Sheehan
voting in favor of the motion.
Item 10 F --
Councilmember Reitman filed a Conflict of Interest with the City Secretary and withdrew from
discussion and voting on this item. Gary Sieb, Director of Planning and Community Services,
made a presentation to the Council. Tim House, representing the Applicant, addressed questions
of Council. Terry Mitchell, representing the Applicant's engineering firm, addressed Council
concerning the preservation of trees. Mayor Pro Tern requested that the question be divided on
the name change. Mayor Pro Tern Robertson moved to approve a name change from MacArthur
CM031495
Page 4 oflO
Park Subdivision to the Peninsulas of Coppell with the condition that any expenses incurred by
the City because of the name change are to be paid by the developer, not to exceed an amount
of two hundred fifty ($250) dollars. Councilmember Sheehan seconded the motion: the motion
carded 6-0 with Mayor Pro Tem Robertson and Councilmembers Alexander. Sturges, Watson,
Mayo, and Sheehan voting in favor of the motion. Councilmember Mayo moved to approve the
final plat of the newly named Peninsulas of Coppell provided the various fees will be required
to be paid, such as water, sewer and park impact fees. Councilmember Alexander seconded the
motion; the motion carded 6-0 with Mayor Pro Tern Robertson and Councilmembers Alexander,
Sturges, Watson, Mayo, and Sheehan voting in favor of the motion. Councilmember Reitman
rejoined Council at the conclusion of this item.
Item 10 G --
Gary Sieb, Director of Planning and Community Services, made a presentation to the Council.
Mayor Pro Tem Robertson moved to approve Item 10 G with the following conditions: 1)
execution and recording of deed restrictions; 2) execution, filing and incorporation of
homeowners' association agreement; 3) execution of development and maintenance agreement;
execution of special warranty deed for Lot 23; and payment of all applicable development fees.
Councilmember Reitman seconded the motion; the motion carried 7-0 with Mayor Pro Tern
Robertson and Councilmembers Alexander, Sturges, Watson, Reitman, Mayo, and Sheehan
voting in favor of the motion.
Item 10 I --
Ken Griffin, Assistant City Manager/City Engineer, made a presentation to the Council. Mayor
Pro Tem Robertson moved to award Bid #Q-0195-01, Shadow Ridge/Devonshire Drainage
Improvement Project # DR 94-01, to Humphrey & Morton in the amount of $88,495.70 and
authorizing the Mayor to sign, as recommended by the Assistant City Manager/City Engineer.
Councilmember Alexander seconded the motion; the motion carded 7-0 with Mayor Pro Tem
Robertson and Councilmembers Alexander, Sturges, Watson, Reitman, Mayo, and Sheehan
voting in favor of the motion.
11. PUBLIC HEARING:
Consideration and approval of S-1091, Slider & Blues, zoning change from C
(Commercial) to C-SUP (Commercial-Special Use Permit) to allow the
enclosure of the patio area to create more indoor space and a private room on
property located at the southeast corner of Sandy Lake and Denton Tap
Roads, at the request of The Peter Buell Company, Inc.
Gary Sieb, Director of Planning and Community Services, made a presentation to the Council.
Mayor Morton opened the Public Hearing and asked for those persons wishing to speak against
CM031495
Page 5 of 10