DR9503-CN 960227 AGENDA REQUEST FORM
CITY COUNCIL MEETING: February 27, 1996 /.
ITEM #
ITEM CAPTION:
Discussion and consideration of awarding Bid/Contract #Q-1196-03 for the construction of Andrew
Brown Jr. Community Park East Outflow Structure Project # DR 95-03 as allocated for in the CIP
Program to Renaissance Contractors Inc. in the amount of $24,961.25 and authorizing the Mayor
to sign.
SUBMITTED BY: Kenneth M. Griffin, P.E.
TITLE: Assistant City Manager/City Engineer INITIALS ~
STAFF COMMENTS:
On February 9, 1996 three bids were received and opened for Project DR 95-03. The low bidder
on the project was Renaissance Contractors Inc. This project consists of the reconstruction of the
existing gate valve to prevent water from backing up into Andrew Brown Jr. Community Park.
The current gate valve has become disjointed due to erosion.
STAFF RECOMMENDATION Approval ~ Denial
EXPLANATION:
Staff will be available to answer questions at the meeting.
BUDGET AMT.$ AMT. EST.$ +/- BUD:$
FINANCIAL COMMENTS:
Funds for this project have been allocated in the Park CIP Account
REVIEW~ CITY MANAGER REVIEW:
FINANCIAL
Agenda Request Form - Revised 1/94 Document Name eng.04
BID TABULATION
ANDREW BROWN JR. COMMUNITY PARK EAST OUTFLOW STRUCTURE
DR 95-03
Renaissance Contractors Mike Albert, Inc. Linder-Stahl Construction
Item Quanity Unit Description 1402 Corinth P.O., Box 211044 2200 Cantrell Sansom Rd.
Dallas, TX 75215 Bedford, TX 76095 Ft. Worth, TX 76131
2 ! 4/421 - 1177 817/57%8605 8 ! 7/232-5555
Unit Price ] Total Price Unit Price [ Total Price Unit Price I Total Price
I 12 LF Remove & Relay 48" RCP 362.00 4,344.00 450.00 5,400.00 158.00 1,896.00
2 4 LF 48" RCP 540.00 2,160.00 280.00 1,120.00 410.00 1,640.00
3 1 EA Type 'A' Headwall 3,400.00 3,400.00 6,000.00 6,000.00 9,620.00 9,620.00
4 2 EA Deep Foundation 22.8' deep 1,650.00 3,300.00 5,500.00 11,000.00 7,580.00 15,160.00
5 I EA Remove & Reinstall 48" Gate Valve 800.00 800.00 1,300.00 1,300.00 2,680.00 2,680.00
6 6 CY 6" Reinforce Concrete 350.00 2,100.00 300.00 1,800.00 385.00 2,310.00
7 1000 SF Enkamat 7020 or Equivalent 1.61 1,610.00 1.50 1,500.00 1.24 1,240.00
8 135 CY Backfill Sandy Clay 36.75 4,961.25 40.00 5,400.00 39.40 5,319.00
9 4.5 CY Rock Rubble 508.00 2,286.00 200.00 900.00 170.00 765.00
Total Cost $24,961.25 II $34,420.00 II $40,630.00 I
Calendar Days l[ 30 11 80 II 30 I
BIDDING AND CONTRACT DOCUMENTS
BID FORM
PROJECT IDENTIFICATION: Andrew Brown Jr. Community Park East Outflow Structure - DR
95-03 in Coppell, Texas.
BID OF RENAISSANCE CONTRACTOR, INC. DATE Februa~ 9, 1996
(NAME OF FIRM)
THIS BID IS SUBMITTED TO: City of Coppell (hereinafter called OWNER)
c/o Purchasing Agent
255 Parkway Boulevard
P.O. Box 478
Coppell, Texas 75019
CITY OF COPPELL BID NO: Q-0196-03
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 all 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:
D ate:
Rec'd:
1-13 Bidding and Contract Documents
(b) BIDDER has familiarized itself with the nature and extent of the Contract
Documents, Work, site, locality, and all local conditions and Laws and
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 for 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 the 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 information 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 the Contract Time and in accordance with the
other terms and conditions of the Contract Documents.
1-14 Bidding and Contract Documents
(f) 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.
(g) 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.
(h) This bid is genuine and not made in the interest of or on behalf of any undisclosed
person, firm or corporation and is not submitted 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 any advantage over 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 for the following price(s):
1 - 15 Bidding and Contract Documents
UNIT PRICE BID SCHEDULE
ANDREW BROWN JR. COMMUNITY PARK EAST
OUTFLOW STRUCTURE DR 95-03
BASE BID
Item Quantity Unit Description and Price in Words Unit Total
No. Price Price
1 12 L.F. Remove and relay
48" RCP 362.00 4,344.00
Complete in Place
Three hundred sixty-two
Dollars and no Cents
per L.F.
2 4 L.F. 48" RCP
Complete in Place 540.00 2,160.00
Five hundred forty Dollars
and no Cents
per L.F.
3 1 EA. Type 'A' Headwall
Complete in Place 3,400.00 3,400.00
Three thousand four hundred
Dollars and no Cents
per each.
4 2 EA. Deep Foundation (driven
piling/drilled shaft approx. 1,650.00 3,300.00
22.8' deep)
Complete in Place
One thousand six hundred fifty
Dollars and no Cents
per each.
1 - 16 Bidding and Contract Documents
UNIT PRICE BID SCHEDULE
ANDREW BROWN JR. COMMUNITY PARK EAST
OUTFLOW STRUCTURE DR 95-03
BASE BID
Item Quantity Unit Description and Price in Words Unit Total
No. Price Price
5 1 EA. Remove and reinstall
48" Gate Valve 800.00 800.00
Complete in Place
Eight hundred Dollars
and no Cents
per each.
6 6 C.Y. 6" Reinforced Concrete
(apron;channel;toewall) 350.00 2,100.00
Complete in Place
Three hundred fifty Dollars
and no Cents per C.Y.
7 1000 S.F. Enkamat 7020 or equivalent
Complete in Place 1.61 1,610.00
One Dollar
and sixty-one Cents
per S.F.
8 135 C.Y. Backfill of Sandy Clay
(compacted to 95% density) 36.75 4,961.25
Complete in Place
Thirty-six Dollars
and seventy-five Cents
per C.Y.
1-17 Bidding and Contract Documents
UNIT PRICE BID SCHEDULE
ANDREW BROWN JR. COMMUNITY PARK EAST
OUTFLOW STRUCTURE DR 95-03
BASE BID
Item Quantity Unit Description and Price in Words Unit Total
No. Price Price
9 4.5 C.Y. Rock Rubble
(12" - 18" diameter) 508.00 2,286.00
Complete in Place
Five hundred eight Dollars
and no Ceres
per C.Y.
TOTAL BID ITEMS 1 THRU 9 $ 24,961.25
TANGIBLE PERSONAL PROPERTY COST $ 2,500.00
1-18 Bidding and Contract Documents
ANDREW BROWN JR. COMMUNITY PARK EAST
OUTFLOW STRUCTURE DR 95-03
BID SUMMARY
CALENDAR
TOTAL PRICE DAYS
TOTAL BASE BID ITEMS 1 THRU 9 $ 24,961.25 30
In Words: Twenty-four thousand, nine hundred sixty-one dollars and twenty -five cents.
6. BIDDER agrees that all Work awarded will be completed within 30 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 personal 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.
SUBMITTED ON February 9, 1996.
1-19 Bidding and Contract Documents
ANDREW BROWN JR. COMMUNITY PARK EAST
OUTFLOW STRUCTURE DR 95-03
BID AFFIDAVIT
The undersigned certifies that the bid prices contained in this bid have been carefully reviewed
and are submitted as correct and t-mai. 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 calendar days from the date of the bid opening. (Period of acceptance will be
ninety (90) calendar days unless otherwise indicated by Bidder.)
,
ME, the undersign&l al~thori~, a ~o..t~, Public. in and for the Sta~e of' L/,~{2~' , on this
personally appeared "'~ [l~-~[-bU-- !~ [I/L~-' '~l'%~ame wh°ut,.,,, after being b~t me daY
duly sworn, did depose and say:
"I, ,,4--,~'&~'t.,q /90,-, .--,-,c,--6, ffE am a duly authorized office/agent for
Name
· ~c:--,,-~ ,.s~,,~,,,aa-' ~'c,~r~,~,cr-*,,z5, .F,..~d have been duly authorized to execute the
Name of Firm
foregoing on behalf of the said ~.t_c,,.,,q,._~,q,~.,c~- ~__c,..-., ;-,z ,,q c,-c,/aS d-'~c__
Name of Finn ·
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."
-20 l~htding and Contract Oocu~nent~
SUBSCRIBFD SWORN to beforej~e by the above named
onthis the AN~,~ day°f ?J~-l~/'~fl''l~'
: NOTARY PUBLIC .
By
~divid~'s N~e)
do~g bus'ess ~
B~e~ess
Phone No.
A Partne~hip
By (Seal)
(Firm Name)
(General Partner)
Busines~ldress
Phone No.
A Corporation
(Co~omfion N~e)
0 (Nme o~ p~n au~omed to sign)
(Tide)
(S~~) / /
Phone No.
A Joint Venture
By
(Nme) (Address)
By
(Nme) (Address)
(E~h joint venture m~t sign. ~e ~er of si~g for tach ~dividu~, pmnemhip ~d co~omfion ~at is a
p~er to ~e joint venue should be ~ ~e mcr ~dicated ~ve.)
STANDARD FORM OF AGREEMENT
BETWEEN OWNER AND CONTRACTOR
ON THE BASIS OF A STIPULATED PRICE
THIS AGREEMENT is dated as of the day of in the year 1996
by and between the CITY OF COPPELL, TEXAS, a municipal corporation (hereinafter called
OWNER) and Renaissance Contractors, Inc. (hereinafter called) CONTRACTOR).
OWNER and CONTRACTOR, in consideration of the mutual covenants hereinafter set forth,
agree as follows:
Article 1. WORK.
CONTRACTOR shall complete all Work as specified or indicated in the Contract Documents.
The Work is generally described as follows:
This project is located in Andrew Brown Jr. Community Park East on the south bank of
Denton Creek. The scope of the work is as shown on the construction plans (DR 95-03)
and as stated in these specifications. Generally, the work shall consist of the installation
of 16 feet of 48" storm sewer pipe, Type 'A' headwall, 2 deep foundation pilings, rock
rubble, reinfored concrete and the removal and reinstallation of a 48" gate valve.
The Project for which the Work under the Contract Documents may be the whole or only a part
is generally described as follows:
Andrew Brown Jr. Community Park East Outflow Structure
DR 95-03
Article 2. ENGINEER.
The Project has been designed by: City of Coppell Engineering Department
Contract administration will be provided by the City of Coppell Engineering Department who
is hereinafter called ENGINEER and who is to act as OWNER's representative, assume all
duties and responsibilities and have the rights and authority assigned to ENGINEER in the
Contract Documents in connection with completion of the Work in accordance with the Contract
Documents.
1-24 St, ndard Form of Agreement
Article 3. CONTRACT TIME.
3.1. The Work will be completed within 30 calendar days from the date when the
Contract time commences to run as provided in Item 1.13 of the General Provisions, and
completed and ready for final payment in accordance with Item 1.51 of the General
Provisions.
3.2. Liquidated Damages. OWNER and CONTRACTOR recognize that time is of the
essence of this Agreement and that OWNER will suffer financial loss if the Work is not
completed within the time specified in paragraph 3.1 above, plus any extensions thereof
allowed in accordance with Item 1.36 of the General Provisions. They also recognize
the delays, expense and difficulties involved in proving in a legal or arbitration
proceeding the actual loss suffered by OWNER if the Work is not completed on time.
Accordingly, instead of requiring any such proof, OWNER and CONTRACTOR agree
that as liquidated damages for daily (but not as a penalty) CONTRACTOR shall pay
OWNER One hundred twenty and no/100 dollars ($120.00) for each day that expires
after the time specified in paragraph 3.1 for Completion until the Work is complete.
Article 4. CONTRACT PRICE.
4.1. OWNER shall pay CONTRACTOR for completion of the Work in accordance with
the Contract Documents in current funds subject to additions and deductions by Change
Orders as provided in the contract documents in accordance with the unit prices listed
in Section 1 - Proposal and Bid Schedule. The contact sum shall be the amount of
$ 24,961.25 The total tangible personal property cost included in the contract sum
is $ 2,500.00
Article 5. PAYMENT PROCEDURES.
CONTRACTOR shall submit Applications for Payment in accordance with Item 1.51 of the
General Provisions. Applications for Payment will be processed by ENGINEER as pi'ovided
in the General Provisions.
5.1. Progress Payments. OWNER shall make progress payments on account of the
Contract Price on the basis of CONTRACTOR's Applications for Payment as
recommended by ENGINEER, each month during construction as provided below. All
progress payments will be on the basis of the progress of the Work measured by the
schedule of values established in Item 1.51 of the General Provisions (and in the case of
Unit Price Work based on the number of units completed) or, in the event there is no
schedule of values, as provided in the General Provisions.
1-25 Standard Form of Agreement
5.1.1. Prior to Completion, progress payments will be made in an amount equal to the
percentage indicated in Item 1.51.2 of the General Provisions, but, in each case, less the
aggregate of payments previously made and less such amounts as ENGINEER shall
determine, or OWNER may withhold, in accordance with Item 1.52 of the General
Provisions.
5.2. Final Payment. Upon final completion and acceptance of the Work in accordance
with Item 1.51.4 of the General Provisions, OWNER shall pay the remainder of the
Contract Price as recommended by ENGINEER as provided in said Item 1.51.4.
Article 6. INTEREST.
No interest shall ever be due on late payments.
Article 7. CONTRACTOR'S REPRESENTATIONS.
In order to induce OWNER to enter into this Agreement CONTRACTOR makes the following
representations:
7.1. CONTRACTOR has studied carefully all reports of explorations and tests of
subsurface conditions and drawings of physical conditions which are identified in the
Supplementary Conditions as provided in Item 1.3 of the General Provisions, and accepts
the determination set forth in Item SC-1.20 of the Supplementary Conditions of the extent
of the technical data contained in such reports and drawings upon which CONTRACTOR
is entitled to rely.
7.2. CONTRACTOR has obtained and carefully studied (or assumes responsibility for
obtaining and carefully studying) all such examinations, investigations, explorations,
tests, reports, and studies (in addition to or to supplement those referred to in paragraph
7.1 above) which pertain to the subsurface or physical conditions at or contiguous to the
site or otherwise may affect the cost, progress, performance, or furnishing of the Work
as CONTRACTOR considers necessary for the performance or furnishing of the Work
at the Contract Price, within the Contract Time and in accordance with the other terms
and conditions of the Contract Documents, including specifically the provisions of Item
1.3 of the General Provisions; and no additional examinations, investigations,
explorations, tests, reports, studies, or similar information or data are or will be required
by CONTRACTOR for such purposes.
7.3. CONTRACTOR 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, studies, or similar information or data in respect of said Underground Facilities
1-26 Standard Form of Agreement
are or will be required by CONTRACTOR in order to perform and furnish the Work at
the Contract Price, within the Contract time and in accordance with the other terms and
conditions of the Contract Documents, including specifically the provisions of Items 1.3,
1.20 and 1.21 of the General Provisions.
7.4. CONTRACTOR has correlated the results of all such observations, examinations,
investigations, explorations, tests, reports, and studies with the terms and conditions of
the Contract Documents.
7.5. CONTRACTOR has given ENGINEER written notice of all conflicts, errors or
discrepancies that he has discovered in the Contract Documents and the written resolution
thereof by ENGINEER is acceptable to CONTRACTOR.
Article 8, CONTRACTOR DOCUMENTS.
The Contract Documents which comprise the entire agreement between OWNER and
CONTRACTOR concerning the Work consist of the following:
8.1. This Agreement (pages 24 thru 29, inclusive).
8.2. Exhibits to this agreement (immediately following this Agreement, inclusive).
8.3. Certificate of Insurance.
8.4. Notice of Award.
8.5. Part 1: General Provisions of the Standard Specifications for Public Works
Construction, NCTCOG, latest edition.
8.6. Supplementary Conditions to the NCTCOG, Part 1: General Provisions (pages 36
thru 42).
8.7. Specifications bearing the title: "Construction Specifications and Contract
Documents for Andrew Brown Park East Outflow Structure - DR 95-03 for the
City of Coppell".
8.8. Drawings entitled: "Andrew Brown Park East Outflow Structure - DR 95-03".
8.9. The following listed and numbered addenda:
8.10. CONTRACTOR's Bid Proposal and Bid Schedule of Section 1 - Bidding and
Contract Documents.
8.11. Documentation submitted by CONTRACTOR prior to Notice of Award.
1-27 Standard Form of Agreement
8.12. The following which may be delivered or issued after the Effective Date of the
Agreement and are not attached hereto: All Written Amendments and other
documents amending, modifying, or supplementing the Contract Documents
pursuant to Items 1.37 and 1.38 of the General Provisions.
8.13. The documents listed in paragraphs 8.2 et seq. above are attached to this
Agreement (except as expressly noted otherwise above).
The Contract Documents may only be amended, modified, or supplemented as provided in Items
1.37 and 1.38 of the General Provisions.
Article 9. MISCELLANEOUS.
9.1. Terms used in this Agreement which are defined in Item 1.0 of the General
Provisions will have the meanings indicated in the General Provisions.
9.2. No assignment by a party hereto of any rights under or interests in the Contract
Documents will be binding on another party hereto without the written consent of the
party sought to be bound; and specifically but without limitation moneys that may
become due and moneys that are due may not be assigned without such consent (expect
to the extent that the effect of this restriction may be limited by law), and unless
specifically stated to the contrary in any written consent to an assignment no assignment
will release or discharge the assignor from any duty or responsibility under the Contract
Documents.
9.3. OWNER and CONTRACTOR each binds itself, its partners, successors, assigns and
legal representatives to the other party hereto, its partners, successors, assigns and legal
representatives in respect of all covenants, agreements and obligations contained in the
Contract Documents.
1-28 Standard Form of Agreement
Article 10. OTHER PROVISIONS.
IN WITNESS WHEREOF, OWNER and CONTRACTOR have signed this Agreement in
triplicate. One counterpart each has been delivered to OWNER, CONTRACTOR and
ENGINEER. All portions of the Comract Documents have been signed or identified by
OWNER and CONTRACTOR or by ENGINEER on their behalf.
This Agreemem will be effective on , 1996.
OWNER: City of Coppell CONTRACTOR: Renaissance Comractors, Inc
255 Parkway Boulevard 1402 Corinth
Coppell, TX 75019 Dallas, TX 75215
BY: BY:
TITLE: TITLE:
ATTEST: ATTEST:
Address for giving notices: Address for giving notices:
P.O. Box 478
Coppell, Texas 75019
Attn: Ken Griffin, P.E.
Assistant City Manager/City Engineer
(If OWNER is a public body, attach (If CONTRACTOR is a corporation, attach
evidence of authority to sign and evidence of authority to sign.)
resolution or other documents
authorizing execution of Agreement.)
1-29 Standard Form of Agreement