DR9202-AG 920526 · -ENDA REQUEST FOR '
ITEM CAPTION:
Discussion and consideration of awarding Bid ~1-0392-01 for the Phase I
Drainage Improvements, Hunterwcod Subdivision - to Gibson & Associates,
Inc. in the amount of $13,162.50 and authorizing City Manager and City
Engineer to execute change orders for Alternates A, B & C, if necessary.
~ - O~KR ~Kp.:
0n AprL~ 28, ~992, b~ds ve~e ~ece~ved and o~ned ~o~ ~he co~s~c~o~
x~ ~o Sneers ~d ~he asnoc~ed re~n~o=ced c~c~e~e pSpe on B~ooks
Bids were received from five construction complies.
The low bidder on this project was Gibson & Associates Inc. in the ~ount
of $13,162.50 for the base bid. This project was bid with three
~ ~ alte~ates. Those alternates ~re included in the bid to obtain a unit
~% ~price in the event the we enco~tered utilities in the construction of the
~inlets. Alternate A provides a ~it price to encase the existing 6"
~s~itary sewer on the south side of Brooks L~e if it is in conflict with
~e pro~sed inlet, Alternate B provides a ~it price to encase the
~~xisting 6" waterline on the north side of Brooks Lane if it is in
%%onfU t ,ith th, on,t u tion of th, p opo,, in ,t. A t,r, t,
~ ~ ?rovides a unit price to lower the existing 6' waterline on the north side
of the street if it is in conflict with the pro~sed reinforced concrete
~i~ placement. The utilities do not ap~az to be in conflict with the
~onstruction, hoover, there are no profiles of the waterline on the north
~ide or the sewer lire on the south side to accurately determine if they
~re in conflict with the construction. Therefore, the alternates
~ncluded if the utilities are in conflict. I ~ not requesting that the
Continued on Pa~e Z
BUDGET ~T. ~.
~T ~- B~DGET PIN~C~ ~EW BY
COMM~MTS:
Bond Series 1990 Issue for drainage improvements, which has a
balance of $4i,313.00 as of 4/30/92.
LEG~~EWBY: ~E~D BY CM:
Page 2 (Continued) Discussion and consideration of awarding Bid
#Q-0392-01 for the Phase ! Drainage Improvements, Hunterwood Subdivision -
to Gibson & Associates, Inc. in the amount of $13,162.50.
alternates be included as part of the award to the contractor. In the
event that the items are in conflict, staff would issue a change order for
the amount that was bid for the alternates. In a worse case scenario,
i.e. all three utilities are in conflict with the proposed improvements,
the additional cost of the project would be $4,195.00. Therefore, if all
three utilities are in conflict, the total cost of the project would be
$17,357.50.
This is a small project and I had anticipated slightly higher prices for
the construction. However, the final engineer's estimate for the base bid
was $13,062.50. The only line item in the low bid of Gibson & Associates
that is questionable is the lump sum. of $2,560.00 bid for the relocation
of the mail box and the repair of the landscaping around the inlets. The
consulting engineer had estimated the cost to be $300.00. I contacted
representatives of Gibson ~ Associates and they said that the item
included the following: move in of equipment, barricades, constructing
staking, testing, repair of irrigation systems, removal and replacement of
water meters, relocation of mailboxes and resodding. In other words, they
included all their incidental cost in this one bid item.
The funds to construct this project are available as part of the 1990 Bond
election. A copy of the bid tabulation and the entire low bid is attached
for your information.
Staff will be available to answer any questions at the Council meeting.
DIVISION 0 - BIDDING AND CONTRACT DOCUMENTS
SECTION 00140 - BID FORM
PROJECT IDENTIFICATION: Phase I Drainage Improvements for Hunterwood Addition -
Brooks Lane Stage 1 (Partial) in Coppeil, Texas.
(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-0392-01
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 tetras 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
· D~. uments, 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.
Section 00140 - Bid Fot'tu Page 1
(c) BIDDER has studied carefully all reports and drawings of subsurface conditions
contained in the conlxact 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, perfo,mance or furnishing of the Work
as BIDDER considers necessary for the performance or furnishing of the Work
at the Contract Price, within the Contxact Time and in accordance with the other
terms and conditions of the Contract Documents; and no additional examinations,
investigations, explorations, tests, reports or similar info,mation 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 peffOml and furnish the
Work at the Contract Price, within the Contract Time and in accordance with the
other tenns and conditions of the Contract Documents.
(0 BIDDER has correlated the results of all such 'observations, examinations,
investigations, explorations, tests, reports and studies with the temss and conditions
of the Conlract Documents.
(g) BIDDER has given ENGINEER written notice of all conflicts, errors or
d.i.sc, repancies that it has discovered in the Contract Documents and the written
' 'resblution thereof by ENGINEER is acceptable to BIDDER.
Section 00140 - Bid Fom~ Page 2
(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 roles 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 itseff 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 quantifies 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 calenda~ days. Completion date will be established in the Notice to Proceed.
5. BIDDER will complete the Work for the following price(s):
Section 00140 - Bid Form Page 3
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 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
BEFORE ME, the undersigned authority, a Notary Public in and for the State of ~.r,~ ~ ,
on this day personally appeared ,~, .J. -J~,~ ~- ~/~,~ who after being by me
N~
duly sworn, did depose and say:
"I, /~o --/...J,~ L ~ s-~ am a duly authorized officer/agent for
and been duly authorized
to execute the foregoing on behalf of the said
! 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, 1
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: ~'/~,~ ~ ~-):;~¢~'~,~/~. ~ .~,¢
Telephone: (~./4) ~'s"~-/x~ ~' by: /~)?, ,_.J.....~/~.y',-/~.'~
PLEASE PRINT
Title:' ~/';~, ~,.~/~,~/ Signature: ~ ~--
SUBSCRIBED AND SWORN to before me by the above named /-~, .J. ~/~/. rr/vs,~
on this the ~, day of /~fr ,' / 1992.
- ~ MARY H. 0AVSS , Notary Public iq ~ for the State of 7~,o _s
. . ~ My Comm. Expl?s 5-18.94
'~ _ ~
~ UNII' PRICE BID SCIIEDULE A
PHASE I DRAINAGE IMPROVEMENTS
HUNTERWOO0 SUBDIVISION - BROOKS LANE STAGE ! (PARTIAL)
BASE Bm
:.,?.~:!~~~a;¢,~;~;~ .;~;~: ::~:B~-~~~!~:,,...-;.~:i:';,~.:~;i~:.:~:~:;;~:~i~ ~.~-:~.~i~.~.::-_ ~.;~:~:::~.:i~.:-i~
1 88 L.F. Furnish ~d ~st~l 21-Inch Class III
RCP, Complete in place.
~ ~$- Doll.s ~ ~.~
~d ~. Cents
per Line~ F~t.
2 2 EA. Cons~ct 10-F~t ~b Inlet, Complem
in Place.
~/~ ~~ Doll.s /~' ~
and ~ Cents
per Each.
3 2 EA. Conn~t 21-Inch ~ass ~ RCP to
E~sfing 10-F~t C~b hlet, including
Conc~te Coll~, Complete in Place.
~ ~~ ~ Doll.s
~d ~ ~ Cents
per ~ch.
4 2 EA. Finish ~d Inst~ 4-hch PVC Stub-
Out to R.O.W. Line, including
Em~ent ~d Bac~ll, Complete in
Place. ~%-~ /~. ~ ~
~ Doll.s
~d ~ Cents
per Each.
5 5 C.Y. Cmsh~ Stone Em~ent, Complete in
Place.
~e~ ~o~- Doll.s
~d Cents
per Cubic Y~d.
6 24.5 C.Y. Select Material Em~ent ~d
Bac~H, Complete in Place.
Cents
per Cubic Y~d.
Section 00140 - Bid Fom~ Page 4
~ UNIT PRICE BID SCIIEDULF.
PllASE I DRAINAGE IMPROVEMENTS
IIUNTERWOOD SUBDIVISION - BROOKS LANE STAGE I (PARTIAL)
BASE BID
<-- -::-~.~-----%'-:-~"°.:~--' "---r?---~<'~!~"-':-"-'-:*"'-'~.~.~::~r ~-*o.,-.o .,~,.~:c.~.~,:~...%~:.,~..::.%~,. ~..?.%.~::~.q~:.:~.:..~.:.;~...%.~. ':~.~':*.~-:4:.%: ....... ~...~.~.
,.--~,: .-~ ..... ' '"* ' ~.."' ~ -:.- ~':-~':-'..~ ' .... ~"~ ......... .~::m::~:~'"' ...... '~'~-,,.-.:-,-. ":'~:"~"":'~:"~:"~'~':'~::"'~ ~'"~ "~*':~"'~'~"~'~'"'~"~
~:. .- . .- .~-:~ .--~.~:~:~ :: ~.~" . '.::~,.~::~,;~::~.~: ' '~.'~'-~
........ . ............... ~:.,.~:~:¢..- ~ ...,~..:~:~- --.- ~: . ~, ...... ~.-...~,~
~:~..,~".'~¢
? 2.4 C.Y. Bas~ Bid: 2~ psi Non-Rcinfo~cd
Concrete Encascment for Water and
Sanit~ S~wcr Lin~s, Complete
Place.
¢~ ~.d~ Doll.s
~d ~ Cents
per Cubic Y~d.
8 27 S.Y. Removfl ~d Offsite Dispos~ of
Conc~te Driveways m~d Sidewalks,
Complete in Place.
Cents
per Squ~ Y~.
9 50 L.F. Remov~ and Offsite Dispos~ of
Concrete Curb ~d Gutter, Complete in
Place.
~e Doll.s
~d ~,b Cents
per Linear F~t.
I0 27 S.Y. 6 inch. 3~ psi Reinforc~ Conc~te
for Driveway ~d Sidew~k
Replacement, Complete in Place.
~d ~ -- Cents
per Squ~ Y~.
11 1 L.S. Repair Lmdscaping ~d Replace
M~l~x, Complete in Place.
~ ~.~ ~J~ Doll.s
and ~a Cents
per Lump Sum.
TOTAL BASE B~ I~MS 1 ~RU 11 $
TANG~LE PERSON~ PROPER~ COST $
Signature:
Section ~140 - Bid Fo~ Page 5
UNIT PRICE Bm SCHEDULE
PIIASE I DRAINAGE IMPROVEMENTS
HUNr~:RWOOD SUBDIVISION - BROOKS LANE STAGE I (PARTIAL)
ALTERNATE A - ADDITION TO BASE BID
'::~:,~".-'-':¢¢'-~'~?::8~ ¢~:~: ~~i~'¢~{~s ~-:¢~-*':~-:~-&-: ~-~ ~;¢~¢~¢¢-.~: :'--~
~.~..,.:...:~ ....~:~..::.~? ~ ........ ~'i~- -::::- .. :~.¢., ~ .... ~' ' ~ :-:~:-~* ...... : ....... . ..... :-.~, ...... --~.:.-.-..~..-..~::~:;s: - ~-- :-::-8~:.:-~ ~':"~'-:-:.--:--"-e ~ '-'-'~':' --::'-'~-~ ........
.......
lA 4.8 C.Y. 2~ psi Non-R~inforccd Concr~t~
Encasement for Existing S~it~ Sewer
~ 40 Line~ Feet), Complete in Place.
Cents
per Cubic Y~d.
TOTAL AL~A~ A $
TANGIBLE PERSON~ PROPERTY COST - ALT. A $
Si
UNIT PRICE BID SCHEDULE
PIIASE I DRAINAGE IMPROVEMENTS
HUNTERWOOD SUBDIVISION - BROOKS LANE STAGE I (PARTIAL)
ALTERNATE B - ADDITION TO BASE Bm
.-:::3:,wa.:>~7~<}%-a ~~ ~:(~iB'.?e:P :*'~3'.~'~%~*~.~:~s~::-::'.:~-t~ :-:s.:-~:~.8':~:~-:% :-~;'s :~i$~.:'~'.:.:'-:-::~:-~:~a-::~;5:-'~:~.%:x. ::::5
:>x;::~ ~:~:~ ~s~{~:~~+~::.~.-~<~:~.:.-: :~-~::~.:~-~:-~:~<::~:.~-~ :~: ~..a~ :--~--~ ~-~--~:-:::~ ::;. ~ i~.~:s : ~<:>-~:-~.i:~-a:~<--:~:,. ~ .... -
lB 6.5 C.Y. 2~ psi Non-Reinforc~ Concrete
Encasement for Existing Water Line ~
54 LMe~ Feet), Complete in Place.
/~-~ ~ 7~.~
Cents
per Cubic Y~d.
TOTAL ~A~ B $ ~7~
T~GIBLE PERSON~ PROPERTY COST - ~T. B $ ~ 7~. ~
Signature: ~~ '-
Section 00140 - Bid Form Page 6
UNIT PRICE Bm SCIIEDULE
PIIASE I DRAINAGE IMPROVEMENTS
HUNTERWOOD SUBDIVISION - BROOKS LANE STAGE I (PARTIAL)
ALTERNATE C - ADDITION TO BASE BID
· ~~. ~~ ~ ~..:.~,:..~.. ~...~.,....... ~.: ................. ,.,..... ~,....~,.~.~. ~;..~......~;,.
lC 1 L.S. Lower a~d Eacase Existiag 6 iach
Water Line, Complete in Place.
~ ~t-,~ ~ ~ Doll.s
~d ~ Cents
per Lump Sum.
TOTAL AL~A~ C $ ~- ~ o
TANG~LE PERSON~ PROPERTY COST - ALT. C $ ~o.~ ~
Section 00140 - Bid Form Page 7
BID SUMMARY
TOTAL BASE BID: $ /,~,/g Z..5'~,
TOTAL ADDITIONS:
ALTERNATE A: $ 7Co. o ~
ALTERNATE B: $ ~25.~o
ALTERNATE C: $ E_faf. o ~
7. BIDDER agrees that ail Work awarded will be completed within $~ caiendar days.
Contract time will commence to run as provided in the Contract Documents.
8. Communications concerning this Bid shail be addressed to the address of BIDDER
indicated on the applicable signature page.
9. 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).
10. The te,lllS 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.
SUBMITrED on //~,-. 7' EJ' , 19 ?~ .
Section 00140 - Bid Form Page 8
If BIDDER is:
An Individual
By (Seal)
(IndivlduaI's Name)
doing business as
Business address
Phone No.
A Partnershio
By (Seal)
(Finn Name)
(General Partn=)
Business address
Phone No.
A Corooration
(Co~poratlml Name)
(Co.orate
,
PhoneNo. 2t4 ~-//~
A Joint Venture
By
~e)
By
~e)
Section 00140 - Bid Form Page 9
DALLAS CENTRAL APPRAISAL DISTRICT (DCAD)
There was no report at this time.
D) FINANCE COMMITTEE
There was no report at this time.
E) LIBRARY COMMITTEE
Councilman Weaver reported that there will be a
Friends of the Library meeting on Saturday, May 30,
1992 at 9:00 a.m. - 10:00 a.m. in the Rotary Room.
F) METROCREST RED RIBBON CAMPAIGN COMMITTEE (DRUG
AWARENESS)
There was no report at this time.
G) MUD ABSORPTION COMMITTEE
There was no report at this time.
H) NORTH CENTRAL TEXAS COUNCIL OF GOVERNMENTS (NCTCOG)
There was no report at this time.
I) PARK BOARD
There was no report at this time.
J) PERSONNEL POLICY TASK FORCE COMMITTEE
There was no report at this time.
K) RECYCLING COMMITTEE
There was no report at this time.
SCHOOL BOARD
There was no report at this time.
CONSENT AGENDA
Item 18 A. Consideration and approval of a final plat of
Country Estates,located at the southeast corner of
Bethel School Road and Harris Street, at the
request of Horace T. Ardinger.
B. Discussion and consideration of awarding Bid #Q-
0392-01 for the Phase I Drainage Improvements,
Hunterwood Subdivision - to Gibson & Associates,
Inc. in the amount of $13,162.50 and authorizing
the City Manager and City Engineer to execute
change orders for Alternates A B & C, if necessary.
C. Consideration and approval of an ordinance
abandoning certain utility easements on Lots 1-29,
Block E of the Waterford at Lake Park Addition, and
authorizing the Mayor to sign.
D. Consideration and approval of a Resolution to
encroach upon a utility easement, located in
Northlake Woodlands No. 7 Addition, Lot 9, Block E
to allow a swimming pool and decking, which were
constructed by the previous owner of the property,
at the request of Bryan and Sandra Jones.
E. Consideration of a resolution designating a Lease-
Purchase Agreement, between the City and
Consolidated Financial Resources, Inc., for the
purpose of financing a Computer System for Policy
and Fire CAD, as a "qualified tax exempt
obligation" of the City and authorizing the Mayor
to sign.
F. Consider approval of an ordinance establishing a
meeting time of 7:00 p.m. for the open session of
regular City Council meetings and authorizing the
Mayor to sign.
CM052692
Page 5 of 6
Discussion and appropriate action regarding the
Coppell Creative Playground Project:
~) Discussion and consideration of approval to
exempt the Coppell Creative Playground Project
group from permit requirements of the City of
Coppell's Peddlers and solicitor's ordinance
No. 92538.
Consideration of a variance from Section 10-8-
4 of the city of Coppell Sign Ordinance, which
concerns temporary signs. The variance is
requested to locate the creative playground
site and to identify progress in achieving
monetary support for the playground.
H. Consideration of acceptance and approval of the
final payment in the amount of $16,578.12 to Rhode
Construction Company for the North Kaye Street
Drainage Project.
I. Discussion and consideration of approving a payment
of $1,000.00 in support of Dividends, an economic
development newsletter which is a publication of
the Coppell Industrial Development Task Force
directed toward educating the general public.
The Council commended staff for the drainage work that has been
done on Kaye Street. Mayor Pro Tem Smothermon moved to approve
Consent Agenda Items 18-A through 18-I, with Item 18-C carrying
Ordinance No. 92556, Item 18-D carrying Resolution No. 052692.1,
Item 18-E carrying Resolution No. 052692.2, and Item 18-F carrying
Ordinance No. 92557. Councilman Morton seconded the motion. The
motion carried 7-0 with Mayor Pro Tem Smothermon and Councilmen
Weaver, Thomas, Morton, Mayo, Robertson and Garrison voting in
favor of the motion.
~XECU?IVE SESSION (Closed to the Public)
Item 5-ES A. Article 6252-17, Section 2 (e), Senate Concurrent
Resolution Number 83, discussion with City Attorney
concerning matter involving privileged
communications between attorney and client. Johnny Thompson
Barbara Austin
3. Home located at 221 Meadowcreek
4. D/FW Airport Expansion
5. Amy Jacobs re: EEOC claim
The City Council convened into Executive Session at 10:11 p.m. as
allowed under the above stated articles. Mayor Wolfe adjourned the
Executive Session at 11:18 p.m. and opened the public session.
R~GULAR SESSION (Open to the Public)
There being no further business to come before Council, the meeting
was adjourned.
Mark Wolfe, Mayor
ATTEST:
Dorothy Timmons, city Secretary
CM052692
Page 6 of 6