Loading...
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