Loading...
R-06-02-09-10B1 - 2/9/2006RESOLUTION NO. R -06-02-09-10B1 WHEREAS, the City of Round Rock has duly advertised for bids for the Forest Creek Safety & Sidewalk Improvements Project, Phase II, and WHEREAS, JO'B Site Construction, LLC has submitted the lowest responsible bid, and WHEREAS, the City Council wishes to accept the bid of JO'B Site Construction, LLC, Now Therefore BE IT RESOLVED BY THE COUNCIL OF THE CITY OF ROUND ROCK, TEXAS, That the Mayor is hereby authorized and directed to execute on behalf of the City a contract with JO'B Site Construction, LLC for the Forest Creek Safety & Sidewalk Improvements Project, Phase II. The City Council hereby finds and declares that written notice of the date, hour, place and subject of the meeting at which this Resolution was adopted was posted and that such meeting was open to the public as required by law at all times during which this Resolution and the subject matter hereof were discussed, considered and formally acted upon, all as required by the Open Meetings Act, Chapter 551, Texas Government Code, as amended. RESOLVED this 9th day of February, 2006. ST: NY WELL, , yor C ty of Round Rock, Texas CHRISTINE R. MARTINEZ, City Secreta @PFDesktop\::ODMA/WORLDOX/0:/WDOX/RESOLUTI/R60209B1.WPD/sc BIDS EXTENDED AND CHECKED THE CITY OF ROUND ROCK Cr) 1- O .. 1- w 1- Q = m D 00 Cr ICC W CO CD CO Et Et Q K a) Y CODIX W c 00 0•N tL TABULATION m LC) L() LC) CO N N LC) C c) 0 E Addendum # 1? Yes Bid Bond? Yes O O CO 69 O CD ti N 69 O LC) co_ O O LC) O 69- O O O O N 69 O O LC) N 0) 69• O LC) C)) LC) M N tn. O O O O O 69• O O LC) N CO Cr; 69- O O O LC) ti 0 69• O LC) N 00 M 609- CD 0- O N tf}- O O O Lt 69� O O O O O O O O N O O O O LC) 69� O O O LC) N 69• O O GO O O d' O O O O N O O CO ti N (A} O O LC) r O O O O LC) O 6F3 O N 69- LC) 9 LC) LC) 69- O CO N ti 69• O O O N 69 LC) CNI 6F} O LO I -EA- - LC) N 0) 69 - LC) 69• O O O O LC) 69• O O O O -t' 69- O O O O N O O O O LC) 69- c:) 9 O N 69• LOCATION : PW Conference Room DATE: December 20, 2005 @ 2:00 p.m. Bid Bond? Yes 1- 0 (1) O O O O O O 69• O O O O O O O O 60 O O O O O O O O 00 C05 - LC) LC) 69 O O O Ln O O O LC) N N O O O O O (. O O O O O C'7 69• O O O O O Ch 69- O O LC) N N 69- O O O O LC) O O O O O 69 O O O O O 69• O O O O O LC) 69 O O O O LC) 69 O O O O O Cr; 69 O C0 ti 00 00 693 LlJ g a O O O O O_ O O O O O N 69 O O O O LO 69• O O O O O O O 00 M 69 O O O Ln Cr) O O M 69 O Ln O O CO tf3 LC) N O O LCi O O O O O O O (0 O O LC) O LO O CO M CY) O O O O 69• O O O O O O O O O O LC) O O O O LC) 69- CL 9 H Z J 1— J W W >- U) >- LL. J u_ 0) u_ -J J (1) -J J 0) -J J 0 N O 0) 0 N O 2. Traffic Control 3. Preparation of TCEQ SWPPP document 5. Construction of 5' Wide Sidewalk O C0 Q 0) 0.. a) CLD O .0 (/) ti a) Cn c0 m a) .a i0 (n (0 0. O 9. Curb and Gutter 11. 4" Thick Sidewalk 12. Disturbed Areas a) C7) CO 0) r 15. Remove and Relocate Tree 17. Project Close-out 18. Relocate PVC Irrigation 0 Ca (0 H 0 0 $154.50 N Ef3CO 0 LO _ Eft 0 CO 6 9 0 N N(i} 0 trJ• O CO W Z 0 a L() - ea L() r- LC) LC) 693 LO ►, 6- LC) ti, O O 0 0 N .- 69 O O cS 0 LC) E H CO 0 0 $150.00 $875.00 O O 0 LO 63 O O 0 co 3- O O o c E N .09. O cs O 60- $26,285.00 ZW 0 a O trj E O ea $15.00 O ea O O O O L0 O O 03- APPROX. QTY. 30 175 100 O •.:1- 3000 0 co V � $1o,000.00 I= H < W Q W Q W i- U) i- U) O O o CO LC) E% ITOTAL: ALTERNATE BID ITEMS 11. White 4" Directional Pavement Markers 12. Yellow 4" Bi-directional Pavement Markers 3.6" Jiggle Bar Tile 14. Edge Pavement Milling 5. 2" Type "C" HMAC Overlay 0 O 0 6) (/)1` 0 0 O O L() CD M 6% $750.00 O O O O 1,-- CN 69 O O LC) N- ,- N 6% O O O O N d' 6% O O LC) N- O C3) 69 O O 0 d' O L6-- 6% O O 0 LC) CA 6% O O 0 0 1s- C6 69 O O 0 CD M 6% O O 0 C) LC) e- 6% O O 0 CD LC) - 6% O O 0 0 N e- 69 O O 0 0 N .- 69 O O cS 0 LC) E O O 0 69 O O 0 6% A O O LCA CO O .zi .4- Eft ILI �- 0 Z - = Q O 0 O co 09. O 0 L() ti E O 0 O 0) 6gc\I O 0 IN- e- O 0 O'- N O 0 69 O 0 ►N 64 O LC) ea- O O 69 O O N 6� O O O L0 O O 03- $6.00 1 O O O C\I v-- Ef3 � onos$ 0 co V � $1o,000.00 O O 0 O L( 6f} O O 0 O L() t oo'oos`a$ O O O O LC) 6N9 O O o L(0 N 6% O O O CO O V O O o CO LC) E% $1,850.00 CD O O CD CO O O o O LC) E l% i on05$ CD O co O N V3 0 O co O O 0 O c CD O 0 O 0 6) 0 CD 0 63- O O 0 CV 11) 0' I- W V Z•-• $10,000.00 O O O CD LO r O O GO CD L() O O O O LC) O O O O LC) O O O r- 69 O O C10 LO 69 O O CU 69- O O LC) C.O. O O O d- 69, O O C) O LC) O O ,- 63 O O CO ea- O O O O O O O O O O APPROX. QTY. Cr) r- r-- LO � O N CD M .t- O CCD 200 "T. V- co co .�_I W co _I U) V) J co U) U) co co ITOTAL: BASE BID - FOREST CREEK DETENTION POND 1. Mobilization / Demobilization 2. Traffic Control 3. Preparation of TCEQ SWPPP document J4. Demolition 16. Concrete Driveway Apron 7.5" Thick Concrete Pavement 18. 12" hdpe Storm Sewer Pipe 19. Concrete Sidewalk 4" thick 110. Stone Rip Rap 11. Metal Beam Guardrail 112. Guardrail Gate 113. Stabilization Matting 114. Revegetation of Disturbed Areas 15. Overall Project Clean-up 116. Project Close-out ~ U6(J 0 cp LO r' 0 N r 0 CD CO 0 O d 0 000 0 69• 0 r \\I--,44-: W Z V_ a O 0 EA - N ti $4.00 O ' b4 Ocn 0 0 O 3 0 O 0 N EF>3 0 O $2,400.00I 0 U? 0 CO LO E 1--WIli C.) = a 0 0 L 0 609. L tog- $6.00 o cyi EA} APPROX. QTY. � v 5000 3500 0 o 0 800 F- - Z cn -J >- U) LI- CO >-- CO >-- (/) TOTAL: ALTERNATE BID ITEMS 11. Clear and Grub Existing Vegetation J2. Grading of Detention 13. T Wide Cincrete Trickle Channel 14. Topsoil 15. Revegetation January 20, 2006 Mr. William Dobrowolski City of Round Rock, Public Works 2008 Enterprise Round Rock, Texas RE: Forest Creek Safety Improvements Phase II Bid Tabulation FHI Job No. 22097.1.b.corr Dear Mr. Dobrowolski, Fish Hagood Civil and Structural Engineering Larry J. Fisher, P.E. Terry R. Hagood, P.E. Julie A. Kern As a result of the bidding process for the above referenced project, we have reviewed the bids and have attached a certified bid tabulation. Based upon conversations with the City and the Forest Creek Home Owner's Associations' request (refer to the attached email) it is our recommendation to award the base bid and alternates for the Detention Pond portion of the Project. The low bidder for this portion of the Project is Jo'b Site Construction, LLC. There was one additional bid. Based upon our conversations with references provided by Jo'b Site Construction (please refer to the attachment), we recommend award of the Forest Creek Safety Improvements Phase II project to Jo'b Site Construction. Upon award of the project by City Council action, a notice of award will be issued and contract documents preparation will begin. It is also recommended to reconsider/review the Forest Creek Drive traffic improvements portion at a later date. I trust this information is adequate for your needs; however, should you have any questions please contact me at your convenience. Sincerely, FISHER HAGOOD, INC fri( Terry R. Hagood, P.E. attachments One Chisholm Trail, Suite 5200 • Round Rock, Texas 78681 • Office: (512) 244-1546 • Fax: (512) 388-3698 "Innovation engineered from the ground up". PROPOSED AWARD * FOREST CREEK SAFETY IMPROVEMENTS PHASE 11 SAGraphicskEnqineering\CouncilAgendaTarestCrkSteet DATE: February 2, 2006 SUBJECT: City Council 'Meeting - February 9, 2006 ITEM: 10.8.1. Consider a resolution authorizing the Mayor to execute a contract with JO'B Site Construction, LLC for the Forest Creek Safety Improvements Project, Phase II. Department: Engineering and Developmental Services Staff Person: Tom Word, P.E., Chief of Public Works Operations Justification: Correction of an existing detention area in Forest Creek that has been difficult to mow and maintain. Funding: Cost: $95,270.00 Source of funds: 2001 GO Bonds (1St Issuance) Outside Resources: Fisher Hagood, Inc., Background Information: This is the final phase of the Forest Creek Safety and Sidewalks Improvements project that was included in the first issuance 2001 GO Bond Program. Phase I included sidewalks and headwall modifications through a bid package that included other bond fund sidewalk projects. Because many of the work tasks for Phase II require different types of construction skills and equipment than for Phase I, it was decided that the public would best be served by bidding Phase II separately. Two contractors submitted bids for the project that were opened and read on December 20, 2005. Upon checking the tabulation of the bids, JO'B Site Construction, LLC submitted the lowest bid. Our consultant, Fisher-Hagood, Inc., has researched references on the low bidder and it is recommended that the contract be awarded to JO'B Site Construction, LLC. The estimated contract amount of $95,270 is less than the approximately $130,000 currently remaining within this bond project. In past discussions with the Forest Creek HOA, the HOA identified concerns regarding westbound traffic on Forest Creek Drive as traffic approached Forest Creek Elementary, and the existing detention pond along Forest Creek Drive just west of the school. The City previously contracted with Fisher-Hagood, Inc. to prepare plans for street and detention pond modifications. Recently, the HOA informed us that changes to traffic circulation at Forest Creek Elementary have eliminated the need for street modifications. Therefore, Phase II now only consists of improvements to the noted detention pond. The proposed detention pond work includes trickle channel construction, grading, shaping, revegetation, and other ancillary items. Public Comment: Communication with Forest Creek HOA has occurred during the design and bidding of this project. The HOA is quite interested in the City moving ahead with the existing detention pond modifications.