Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
TR9301-AG 921208
AGENDA REQUEST FORM ! Discussion and consideration of awarding Bid/tQ-1092-04 for installation of two traffic szgll~,ls at intersections of (1) Bethel Road/Coppell Road and (2) MacArthur Blvd. and Samuel Blvd., to Arjang Electric Systems, in the amount of $118,142.40, and authorizing the Mayor to sign the contract. SUBMFi-i-ED BY: (J (~tor{s 'signature) EVALUATION OF ITEM: ST~ ~-~- loop.: · .. (2ivil Engineer OTHER REP.: Karen George, Barton-Aschman DATE: November Z4. lqq2 The traffic signal design plans for the above referenced intersections were prepared by Barton, Aschman Associates, Inc. (B-A). The bid procurement for this project is complete, and the bid opening was held on November 17, 1992 at 2:00 p.m. Although this project was adequately advertized for, there was only one bid received. (Please see attached correspondence from Barton Aschman). Since the proposal and bid form submitted by Arjang Electric Systems is in order, it is recommended that the bid be accepted for final execution and processing. Barton-Aschman's probable cost was estimated at $124,567. ~ Staff recommends approval. CtTY BUDGET AMT. AMT +/- BUDGET ALIT. ESTIMATED FINANCIAL REVIEW BY ~ If Council approves this item, the funds for the traffic signals will come from the 1985 C.I.P., which has a balance of $184,857.79. lVIEMO TO: VIA: FROM: SUI~IECT: RE: DATE: Frank Trando, Finance Director Kenneth M. Griffin, P.E., City Engineer M. Shohre Daneshmand, P.E., Civil Engineer Bid Advertisement - No. Traffic Signals at: 1) MaeArthur Blvd./g~muel Blvd. 2) Bethel Road/CoppeH Road December 3, 1992 The above referenced project was advertised in the Citizen's Advocate on October 30, November 6, and 13, 1992. A copy of the bid announcement was also sent to sixteen (16) contractors on October 23, 1992. I have made telephone calls to seven (7) contractors and only four (4) contractors were available to provide comments as to why they chose not to bid the above project. Please note the following comments: Innovated Systems Co.. Inc. This type of work runs in a cycle. Contractors usually are either too busy to bid another project, or do not have enough projects to bid on. Travel time from Mesquite to Coppell does not make small projects feasible (geographical location). If there are lots of contractors bidding the project, why bother! Some can't compete that well and so they don't bid. h k 1 ' I Did not receive the bid announcement, otherwise, they would have bid. According to Karen Oeorge of Barton-Aschman, Associates, Inc., they had also said they were too busy to bid! Fishbach and Moore. Inc. Too many contractors were bidding the same project, so they decided not to bid. © © Memo to Frank Trando December 3, 1992 Page 2 Too busy to bid. They have lots of State, City and County projects in Houston area. Seldom do they bid on projects (especially small projects) out of Houston area. In addition, Durable Specialties, Inc. was contacted by Mrs. George of Barton-Aschman, and the response was that they did not receive the bid announcement, but too busy to bid the week of bid opening, anyway. If you need any additional information, please let me know. KMG/MSD/bd ftbidadv Barton-Aschman Associates, Inc. 5485 Belt Line Road, Suite 199 Dallas, Texas 75240 USA November 18, 1992 Phone: (214) 991-1900 Fax: (214) 490-9261 Metro: 263-9138 Ms. M. Shohre Daneshmand, P.E. Civil Engineer City of Coppell 255 Parkway Boulevard Coppell, Texas 75019 Subject: Bid Ev~uetion - No. Q-1092-04 Dear Ma. Daneshmand: As requested, we have reviewed the subject bid proposals that were submitted on November 17, 1992 for traffic signal installation at the intersection of MacArthur Boulevard/Samuel Boulevard and Coppell Road/Bethel Road in Coppell, Texas. A bid proposal was received by the following contractor: Arjang Electric Systems, Inc. Dallas, Texas The submitted bid appears to be in order. The bond letter has a typographical error; Bethel Road was mistyped as Bather Road. Based on the unit prices, the total bid by Arja~g Electric Systems, Inc. adds up to $118,142.40 which is shown in the Proposal and Bid Form. Since the Proposal and Bid Form submitted by Arjang Electric Systems, Inc. appears to be complete and in order, it is our recommendation that the bid be accepted for contract negotiation. If additional information or discussion ia needed to facilitate your efforts, please let me know. Sincerely, BARTON-ASCHMAN ASSOCIATES, INC. Karen George Associate KMG:tdb cc: Mr. Jim Ragsdill, City of Coppell Barton-Aschman Associates, Inc. 5485 Belt Line Road, Suite 199 Dallas, Texas 75240 USA November 24, 1992 Phone: (214) 991-190u Fax: (214) 490-9261 Metro: 263-9138 Ms. M. Shohre Daneshmand, P.E. Civil Engineer City of Coppell 255 Parkway Boulevard Coppell, Texas 75019 Subject: Bid Advertisement - No. Q-1092-04 Dear Ms. Daneshmand: On October 23, 1992 the attached bid announcement letter was sent to sixteen potential contractors for the signal installation of MacArthur Blvd and Samuel Blvd and Bethel Rd and Coppell Rd. A list of the sixteen contractors is attached. The bid announcement was then advertised by the City of Coppell in the Citizen's,4dvocate on October 30, November 6 and 13, 1992. One contractor, Arjang Electric, ordered the specifications and plans, and bid on the job. Their bid is within the engineering cost estimate. A copy of their bid and the engineering cost estimate is attached. If additional information is needed to facilitate your efforts, please let me know. Sincerely, BARTON-ASCHMAN ASSOCIATES, INC. Karen M. George Associate KMG:tdb SECTION 00020 Advertisement for Bids Sealed proposals addressed to the City of Coppell, Texas for Traffic Signal Installations at MacArthur Boulevard at Samuel Boulevard and Bethel Road at Coppell Road will be received by the Office of the Purchasing Agent at the City of Coppell Town Center Hall, 255 Parkway Boulevard, until 2:00 p.m., November 17, 1992, and then publicly opened and read aloud. The Instructions to Bidders, Proposal Forms, Forms of Contract, Plans, Specifications and Forms of Bid Bond, Performance and Payment Bond, and other contract documents may be examined and/or copies may be obtained for a non-refundable payment of $35.00 per set at the following location: Barton-Aschman Associates, Inc. 5485 Belt Line Road., Suite 199 Dallas, Texas 75240 (214) 991-1900 Any questions pertaining to the purchasing procedure should be addressed to the Purchasing Agent, Mr. Jim Ragsdill, at (214) 462-0022. Any technical questions should be directed to Ms. Shohre Dansshmand, Civil Engineer at (214) 393-1016 or to Ms. Karen M. George, Barton-Aschman Associates, Inc. at (214) 991-1900. The Owner reserves the right to waive any informalities or to reject any or all bids. Each bidder must submit two (2) Original Bid Proposals and deposit with the bid, a security in the amount, form and subject to the conditions provided in the Instructions to Bidders. Faxed Bids will not be accepted. A bid affidavit shall be submitted and signed by the bidder. PRINCIPLE ITEMS OF WORK INCLUDED IN THIS PROJECT ARE: Installation of traffic signals at the intersections of MacArthur Blvd./Samuel Blvd. and Bethel Rd./Coppell Rd. in Coppell, Texas. The signal installations will consist of furnishing and installing an eight-phase N.E.M.A. controller, pad mounted controller cabinet, signal heads, mast arm poles, conduit, pull boxes, loop detectors, opticom detectors, signal cable, and miscellaneous appurtenances for a complete installation as called for in the plans and specifications. Advertisement Dates: October 30, 1992, November 6 and 13, 1992 PROSPECTIVE BIDDERS LIST Signal Contractors Sharrock Electric, Inc. 714 West Davis Street Dallas, TX 75208 Metro 263-89044/(214) 946-5116 Attn: Mr. Bob White Georgh Electric Co. P.O. Box 3108 Albany, GA 31708 (912) 435-2241 Attn: James R. Hall Sig-Op Systems, Inc. P.O. Box 454 Edmond, OK 73083 (405) 341-3101 Attn: Dan Meadors Mica Corporation P.O. Box 14350 Ft. Worth, TX 76117 (817) 429-3862 Riley Electric 4000 W. Vickery Ft. Worth, TX 76107 (817) 451-7928/737-7214 Attn: Charlie Lipsey Durable Specialties, Inc. P.O. Box 381788 Duncanville, TX 75138 (214) 296-6324 Attn: Jeff Bryan Innovat~l Systems Co., Inc. 1132 East Highway 80 Mesquite, TX 75150 (214) 289-6620 Attn: Lou Bridges I0. 11. 12. 13. 14. Fischbach and Moore, Inc. 11050 Ables Lane P.O. Box 59997 Dallas, TX 75229-1997 (214) 241-4282 Att. n: Gary Pustejovsky Michelle Electric P.O. Box 733 Baytown, TX 77522-0733 (713) 422-0793 Attn: Body Jarvis Vaught Electric 3916 Perkins Rd. Arlington, TX 76015 (817) 451-6937 Attn: Jack S. Vaught (Street Lighting & F_.Jectical) Austin Traffic Signal P.O. BOx 130 Roundwck, TX 78680 (512) 255-9951 Tommy Willis Electric P.O. BOx 7109 Abilene, Texas 79608 Pfeiffer Electric P.O. BOx 230125 Houston, TX 77223 (713) 228-9615 Attn: Arnold Pfeiffcr Fred Randall Co. P.O. BOx 160 Deer Park, TX 77536 (713) 479-8765 Attn: Fred Randall 15. 16. Traffic Maintenance and Construction P.O. Box 330158 Houston, Texas 77233-0158 (713) 991-1157 ATTN: Paul Jagger Arjang Electric 9200 Sovex~ign Row Dallas, Texas 75247 (214) 951-0401 BID FORM -- TRAFFIC SIGNAL INSTALLATION MacARTHUR BLVD AT SAMUEL BLVD NO.I DESCRIPTION UNT , QUANTTY | PRICE I UNITPRICEWRITTEN ]ITEMPRICE 4 ~ PVCCONDUIT - TRENCHED LF 595 5 2' ~C CONDUIT - BORED LF 0 6 3' PVC CONDUIT - TRENCHED LF 280 7 3' PVC CONDUIT - BORED LF 310 I ~.~0 ~°~¢~4~ ~ ~l~J q~.00 8 1' RMC CONDUIT LF 30 ' 10 3 CONDUCTOR - NO. 6 XHHW LF 630 11 ELECTRICAL CONDTR. NO. 8 XHHW LF 590 0.7~ 12 ~IGNAL CABLE- 16 CONDTR, NO.12 AWG LF 590 13 ~IGNALOABLE-TCONDTR, NO.12AWG LF 25 1,10 ~ ~[~ ~" ~J ~.~0 14 OPTICOM CABLE-3 CONDTR. NO.20AWG LF 590 15 LUMINAIREWlRE-2CONDTR. NO. 10AWG LF 0 16 OPTICOM DETECTOR EA 4 ~ DETE T R LEAD-IN CABLE - UNIT QUANTITY PRICE z,,~_NIT PRICE WRITTEN ITEM PRI 2 CONDTR. NO. 14AWG LF----- 2850 0.70 18 LOOP DETECTOR INSTALLATION , (SAW CUT AND WIRED) LF 1210 ~,"/0 19 DIGITAL LOOP DETECTOR VEHICLE 20 SIGNAL POLE W/16' MAST ARM AND FNDTN. EA 1 3 6o~.,")0 21 SIGNAL POLE W/18' MAST ARM AND FNDTN. FA 0 22' SIGNAL POLE WI20' MAST ARM AND FNDTN. EA 0, - 23 SIGNAL POLE W/24' MAST ARM AND FN DTN. EA 3 7_~0,/)0 '~ ,~z ~7~.~ ~.~/5~v~/~.~ 24 SIGNAL POLE W/32' MASTARM AND FNDTN. EA 1 ~PO.~O ~7~.~ 28 8-P~SE NEMA CONTROLLER CABIN~' ~_ _ 0 29 T~FFIC SIGNAL HEAD-V3 W/MOUNTING EA 9 ~ I~.~ '~ 31 ,PEDESTRIAN SIGNAL ASSEMBLY EA 8 ~¢0,0~ ~ 32 T~FFIC SIGN - 9R10-9 EA 2 ~0 ~0 0~ 33 T~FFIC SIGN - W3-3 EA 3 ~ ~0,00 ~ ~ ~cO0 34 SE~ICE METER INSTAL~TION EA 6~b.00 35 PAVEMENT MARKING - 24' SOLIDWHITE LINE LF __ 130 36 PAVEMENT MARKING-4' DASHED WHITE LINE LF 60 37 PAVEMENT MARmNG-4' YELLOW BUTTONS EA 100 3a PAVEMENT MARKING - LTARROW EA 2 ~oo.~0 39 PAVEMENT MARKING - WORD 'ONLY' EA 2 ~0.00 I 40 CONC~TE PULLBOX ~ 16 - BID SUBTOTAL o BETHEL RD AT COPPELL RD NO. DESCRIPTION UNIT QUANTITY PRICE UNIT PRLCEWRITTEF{ 4 ITEM PRIC 1 MOBILIZATION LS 1 2 CONSTRUCTION T~FFIC CONTROL .... LS 1 3 1' ~C CONDUIT - TRENCHED LF 50 4 ~ PVC CONDUIT - TRENCHED LF 575 ~.~O S~ ~CCONDUIT - BORED LF 0 " '" 7 ~' ~C COND.UIT-BORED LF 155 / QUANTITY ]UNIT I ITEM PRICf PRICE ] UNIT PRICE WRITTEN 9 2' RMC CONDUIT - TRENCHED LF 35 10 3 CONDUCTOR - NO. 6 XHHW LF 50 11 ELECTRICALCONDTR.- No. eXHHW LF 410 ~,70 ~ ~ ~Z3.OO 12 SIGNALCABLE-16CONDTR. NO.12AWG LF 280 ~.00 ~ ~ ~O.~ 14 OPTICOM CABLE- 3 CONDTR. NO.20 AWG LF 280 ~5 LUMINAIREWIRE-2 CONDTR. NO. ~0AWG LF 170 0,'~ 2 CONDTR. NO. ~4 AW~ .~_ LF 950 18' LOOP D~ECTOR INSTAL~TION ~ ~- (SAW CUT AND WlRED) LF 420 ~.70 ~ ~%5~ o 1 g DIGITAL LOOP DETECTOR VEHICLE ~1~0~ ~ ~, 6q ~.O D~ECTOR - 2 C~NNEL EA 3 ,~ 21 SIGNAL POLE W/18' MAST ARM AND FNDTN, EA 1 22 SIGNAL POLE W/20' MAST ARM AND FNOTN. EA 1 23 SIGNAL POLE W/24' MAST ARM AND FNDTN. EA 0 24 SIGNAL PO~ W~3' MAST ARM AND FNDTN. EA 0 35 SIGNAL P~ WI~6' MAST ARM AND FNDTN. EA 0 26 PEDESTAL POLEAND FNDTN. EA 1 ~0o .o~ ~i~ J, ~ ~ ~/[~0 ~ 00 .o~ 27 8'ARM W/LUMINAIRE - 250W. HP SODIUM EA 1 28 8-P~SE NEMA CONTROLLER,CABINET, AND FOUNDATION EA 1 29 TraFFIC SIGNAL HEAD-V3 W/MOUNTING EA 30 T~FFIC SIGNAL HEAD-V3LT W/MOUNTING EA 0~ 31 : PEDESTRIAN SIGNAL ASSEMBLY EA 4 32 T~FFIC SIGN - SR10-9 EA 0 ~ - 33 T~FFIC SIGN - W3-3 EA 2 ~?P'~P 34 SERVICE M~ER INSTAL~TION ___ EA 1 35 PAVEMENT MARKING - 24' SOLID WHITE LINE LF 36 PAVEMENT MARKING-4' DASHED WHITE LINE LF 0 ~ ........ 37~ PAVEMENT MARKING-4' YELLOW BUTTONS EA 0 .... ' 38 PAVEMENT MARKING - LT ARROW EA 0 - 39 PAVEMENT ~RKING - WORD'ONL~ EA 0 4~ CONC~TE IS~ND EA 1 I GPP. 0~ TR~[~)C S~GNAL INSTALLATION BID TOTALS BID SUBTOTAL INTERSECTION MacARTHUR BLVD AT SAMUEL BLVD ~ ~ 7, Z ~) BETHEL RD AT COPPELL RD Zj,.~, I,,..~ ~, I0 BID TOTAL //8, iq~, /--/~ SIGNAL CONSTRC COSTS The total amount bid includes separate material cost and services cost which results in a Separated Contract as provided by House Bill 11 (H.B. 11). The bidder is expected to comply with all the requirements of the State Sales Tax Law including H.B. 11 plus separate the total contract amount into material costs and services charges as provided below. (See instructions to Bidders Section 00100) for more information). TOTAL MATERIALS COSTS: -7 6o73', / 3~ TOTAL SERVICES CHARGES: 'L/O~ 0 ~ 7. O-~'-- TOTAL AMOUNT BID: 00300-8 KNOW ALL MEN BY THESE PRESENTS: That we, the undersigned, Arjang Systems, Inc., 9200 Sovereign Row, Dallas, Texas 75247 lnterna nal Fid.e. lit7 lnsuranc¢, . ompany BBSU t/855055-92-16 as Principal, and THE INTERNATIONAL FIDELITY INSURANCE COMPANY, a corporation of the State of New Jersey, as Surety, are held and firmly bound unto The City of Coppell, TX in the penal sum of 5% Of The A~ount Bid, Not To Exceed Seven lhous~nd and no/100-- .............. for the payment of which, well and truly to be made, we hereby jointly and severally bind ourselves, our heirs, executors, administrators, successors and assigns. Signed, this 12th day of November 19 92 Tim condition of the above obligation is such that whereas the Principal has submitted to The City of Coppell, TX a certain bid, attached hereto and hereby made a par~ hereof, to enter into a contract in writing for Traffic Signal Installation at McArthur'. Blvd. @ Samuel Blvd., and Bether Road @ Coppell Road. NOW, THEREFORE, (a) If said bid shall be rejected, or in the alternate Co) If said bid shall be accepted and the Principal shall execute and deliver a contract in the Form of Contract attached hereto, properly completed in accordance with said bid, and shall furnish a bond for the faithful performance of said Contract. and for the payment of all persons performing labor or furnishing materials in connection therewith, and shall in all other respects perform the agreement created by the acceptance of said bid; THEN, THIS OBLIGATION SHALL BE VOID, otherwise the same shall remain in force and effect; it being expressly understood and agreed that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the penal amount of this obligation as herein stated. The Surety. for value received, hereby stipulates and agrees that the obligations of said Surety and its bond shall be in no way impaired or affected by any extension of time within which the said bid may be accepted; and said Surety do<:s hereby waive notice of any such extension. IN WITNESS WHEREOF, thc Principal and thc Surety have hcr~:to set their hands and seals, and such of them as are corporations have caused their corporate seals, to be hereto affixed and these presents to be signed by their proper officers, the day and year first set forth above. Signed, sealed and dean the prcscncc~of: ATTEST: ' ~ Bid Bond Arjang Systems, Inc. Principal ~ IMPORTANT NOTICE To obtain information or make a complaint: You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 1-800-252-3439 You may write the Texas Department of Insurance: P. O. BOX 149104 Austin, TX 78714-9104 FAX $(5k2) 475-1771 PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your p~emium or about a claim you should contact the agent or the company first. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATFACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become condition of the attached document. a part or =.(20,, 24.7200 Pr'WV'ER OF ATTORN JY BoNosos55055-92- 6 INTERNATIONAL FIDELITY INSURANCE COMPANY HOME OFFICE: 24 COMMERCE STREET NEWARK, NEW JERSEY 07102 KNOW ALL MEN BY THESE PRESENTS: That INTERNATIONAL FIDELITY' INSURANCE COMPANY, a corporation organized and existing under the laws of the State of New Jersey. and having its principal office in the City of Newark, New .lersey, does hereby constitute and appoint :~ ;' ~ ::%. ~.~.~W ;~--": D- · ~? ~ '.7"7 ~~~O~O~'-En~,w~;~HUMPHREv:~:SHANE :ALLEN HUMPHREY its tree and la~ul attomey(s)-in- fact 1o execule, seal and deliver for and on its behalf as sure~, any and all bonds and unde~akings, contracts ofindemni~ and other writings obligato~ in the nature thereof, which a re or may be allowed, required or pe~iued by law. statute, rule, regula lion, co mrnct or othe~ise, a n d th e execution of such ins~men~s) in pu~uance of these preenS, shall be as binding upon the said ~E~ATION~ FIDELI~ INSU~CE COMPS, as fully and amply, to all inten~ and pu~oses, as if the same had been duly executed and acknowledged by im regularly elemed officers al its p6ncipal office. This Power of Attorney is ext~uled, and may be cc~ified ~o alld may be revoked, pu~uam Io and by auflm~ity of AJliclc 3-S~tion 3. of lbo By-Laws ntlopled by the Board of Directo~ of INTERNATION~ FIDELI~ INSU~NCE COMPLY a~ a mceling called m~d held on thc 7lb day of Fcbruury. 1974 The President or any Vice President, Executive Vice President, Secretary or Assistant Secretary, shall have power and authority (11 To appoint Attorneys-in-fact, and to authorize them to execute on behalf of the Company, and attach thc Seal of tbe Company thereto, bonds and undertakings, contracts of indemnity and other writings obligatory in the nature thereof and. (2) To remove, at any time, any such Attorney-in-fact and revoke the authority given. Further. this Power of Attorney is signed and sealed by facsimile pursuant to resolution of the Board of Directon, of said Company adopted at ii meeting duly called and held on the 29th day of April. 1982 of which the following is a true excerpt: Now therefore the signatures of such officers and the seal of the Company may be affixed to any such power of attorney or any certificate relating thereto by facsimile, and any such power of attorney or certificate bearing such facsimile signatures or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by facsimile signatures and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking to which it is attached. IN TESTIMONY WHEREOF, INTERNATIONAL FIDELITY INSURANCE COMPANY has caused this instrument to be signed and its corporate seal to be affixed by its authorized officer, this 1st day of May, A.D. It~-/l. INTERNATIONAL FIDELITY INSURANCE COMPANY [~Jt.,~. JI~j~'. ,~1' STATE OF NEW JERSEY Countyof Essex Executive Vice President On this I st day of May Ig~l: before me came the individual who executed the preceding instrument, to me personally known, and, being by me duly sworn, said that he is the therein described and authorized officer of the INTERNATIONAL FIDELITY INSURANCE COMPANY; that the seal affixed to said instru merit !s the Corporate Seal of said Company; that the said Corporate Seal and ,his signature we re duly affixed by order of the Board of Directors of said Company, .....~'~ ~*~5~( 7,~ ~j~;~'"..... IN TESTIMONY WHEREOF, ' have hereum° set ~Yrsth:~odvaenwdr~t~:ed mY Official Seal' ~ '~' ,. %...~ ~. at the City o[,.~?wark, New J¢l~ey the day and year ' ,, '+' . ./ . ..': . . ~.' ~U j~ ~.~ ~'/ ~ '5: ) A.NOTARY PUBLIC OF NEWJERSEY -~. ~, ~'-- .. : My Commission Expires April 3. 1993 ~,~' ~S' . 1~"~.~.~',,0~ ' CERTIFICATION 1, the undersigned officer of INTERNATIONAL FI DELITY IN S URANCE COMPANY do hereby certify that I have compared the foregoing copy oftbe Power of Attorney and affidavit, and the copy of the Section of the By-Laws of said Company as set forth in said Power of Attorney, with the ORIGINALS ON FILE IN THE HOME OFFICE OF SAID COMPANY, and that the same are corKect transcripts thereof, and of ibc whole of the said originals, and that the said Power of Attorney has not been revoked and is now in full force and.,~ilect IN TESTIMONY WHEREOF, I have hereunto set my hand thi~ '] 2Ch day or November 19 92 REGULAR SESSION (Open to the Public) Consent Agenda 18. A. Consideration of formal acceptance of the Soccer Field Improvements Project at Andrew Brown Jr. Community Park and the final payment to American Grass Corporation, in the amount of $4,747.63, including the release of all retainage. Bo Consideration for awarding Bid #Q-1092-02 for an annual contract for the purchase of sign materials to Price Barricade and Signal for an estimated amount of $12,200.00; Road Runner Traffic Supply for an estimatexl amount of $6,545.00; Unistrut for an estimated amount of $4,821.00; Highway Sign and Paint for an estimated amount of 5,105.00; and Center Line Supply for an estimated amount of 5,026.00, which makes an estimated total of $33,697.00. Consideration and approval of awarding Bid Number Q-1092-06 for printing of Utility Bills to Vanier Business Forms for a total of $6,908.00. Consideration and approval of awarding Bid Q-1092-03 for rental of pocket pagers to Southwestern Bell in the total amount of $3,067.20. The award of Bid #Q0792-03 for the Grapevine Creek Trunk Sewer Main Branches I and II to KENCO, Inc. in the amount of $2,815,005.50. (This includes the base bid and Alternates #3, #4, //5, and Change Orders//1 and 2) and authorizing the Mayor to sign the contract and change orders. Consideration for granting a one (1) year extension to the contract for purchase of water meters to various firms not to exceed $38,300.00. Consideration of awarding Bid//Q-1092-04 for installation of two traffic signals at intersections of (1) Bethel Road/Coppell Road and (2) MacArthur Blvd. and Samuel Blvd., to Arjang Electric Systems, in the amount of $118,142.40, and authorizing the Mayor to sign the contract. Consideration Ordinance No. 92581 approving an amendment to the budget in the amount of $1,000.00 for the City of Coppell for the Fiscal Year October 1, 1992 through September 30, 1993 and authorizing the mayor to sign. Consider award of Bid No. Q-1192-02 to the Citizen's Advocate as the City's official newspaper for a period of one year beginning January 8, 1993, with the City reserving the option to extend the bid contract for four (4) additional one- year periods as it deems to be in the best interest of the City, with the cost per line for legal notices, other notices, and maps or special drawings ranging from $.26 for 9-point type to $1.90 for 72-point type and 50% discount off of the current rate for items not listed. Consideration of awarding Bid #Q-1092-05 for Gateway Business Park Phase I-B to Apac-Texas, Inc. in the amount of $1,271,887.65 and authorizing the Mayor to sign the contract. Consideration and approval of the adoption Ordinance No. 91500-A-24 for a zoning change from (MF-2) Multi-Family-2 to (SF-7) Single-Family-7, Lakewood Addition, Case//ZC-536, located south of Parkway Boulevard, east of MacArthur Boulevard, and along the east and west side of Village Parkway, and authorizing the Mayor to sign. Consider approval of a final plat of Parks of Coppell, located at the southeast corner of Parkway Boulevard and Heartz Road, at the request of Centex Real Estate Corporation. CM120892 Page 7 of 10 M. Consider approval of a final plat of Stonemead Estates (formerly Parks of Coppell, Section II), located at the northeast corner of Denton Tap Road and parkway Boulevard, at the request of Centex Real Estate Corporation. N. Consideration of approval of a proclamation proclaiming December, 1992 as "National Drunk and Drugged Driving Awareness Prevention Month", and authorizing the Mayor to sign. O. Consideration of adoption Ordinance No. 91500-A-25 approving the Historic Preservation Ordinance and authorizing the Mayor to sign. p. Consideration of a proposal from Teague, Nall& Perkins for professional services to prepare computerized utility/aerial mapping services in the amount of $51,500.00 and authorizing the Mayor to sign. Q. Consider approval of Resolution 112392.1 requesting the Texas State legislature to totally reject the "Fair Share Plan' because of its unfairness to many Texas cities and towns and to find a resolution that is equitable to everyone, both the advantaged and disadvantaged. R. Consideration and approval of a Citywide Radio Communications Upgrade Project totaling $378,215.00 to include: 1) Approval to enter into an agreement with the City of Lewisville for the sharing of a trunked radio system for a cost of $30,000.00, and authorizing the Mayor to sign; 2) Approval to enter into an agreement with Motorola Communications and Electronics, Inc. for the renovation of the radio communications center, upgrading of civil defense warning system, and the purchase of mobile and hand-held radios for the total cost of $343,215.00; and 3) Approval of consultant fees and related miscellaneous services required for renovation for a total cost not to exceed $5,000.00; and authorizing the Mayor to sign. S. Consideration and approval of awarding Bid #Q-1192-01 for the purchase of a sanitary sewer video and grout unit from CUES, Inc., of Orlando, Florida for a total cost of $173,890.50. T. Consider approval of a final plat of Fairways @ Riverchase, located east of Riverchase Drive north of Riverchase Club, at the request of Thompson Interests. U. Consideration of approval of Ordinance No. 92582 amending Sections 4-2-2, 4-2- 4, and 4-2-10 of Article 4-2 of Chapter 4 of the Code of Ordinances known as the Police Reserve Force Ordinance to provide the same residency requirements for Reserve Officers as for full-time employees, to allow Police Reserve Officers to operate Police vehicles alone, and to remove the limitation on the number of authorized Police Reserve Officer posifons, and authorizing the Mayor to sign. V. Approval and confirmation of Police Reserve Officer Jerry Cassel by Mayor and City Council. Items 18 D, E, H, I, L, P, S, and T were pulled from the Consent Agenda and considered individually. Item 18-J was withdrawn at the request of Catellus. Mayor Pro Tern Smoth ,eaTmon moved to approve Items 18 A, B, C, F, ~3, K carrying Ordinance No. 91500-A-24, M, N, O carrying Ordinance No. 91500-A-25, P, Q, R, U carrying Ordinance No. 92582, and V, with Item M amended to read "northeast", instead of "northwest". Councilman Garrison seconded the motion. The motion carried 7-0 with Mayor Pro Tern Smothermon and Councilmen Weaver, Thomas, Morton, Mayo, Robertson and Garrison voting in favor of the motion. CM120892 Page 8 of 10