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.