Loading...
HomeMy WebLinkAboutR-2015-074 2015-05-11 RESOLUTION NO. R2015-74 A Resolution of the City Council of the City of Pearland, Texas, awarding unit cost bids for street and sidewalk maintenance to Brooks Concrete, Inc. and Precise Services, Inc., in the estimated amount of $800,000.00. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF PEARLAND, TEXAS: Section 1. That the City opened unit supply bids for street and sidewalk maintenance. and such bids have been reviewed and tabulated. Section 2. That the City Council hereby awards the primary bid to Brooks Concrete. Inc., and the secondary bid to Precise Services Inc., in the unit supply amounts reflected in Exhibit "A" attached hereto. Section 3. The City Manager or his designee is hereby authorized to execute a contract for the purchase of street and sidewalk maintenance. PASSED, APPROVED and ADOPTED this the 11"'day of May, A.D.. 2015, \iz..‘,1 TOM REID MAYOR ATTEST: it:, NGL G, T C \ Y SE TARP APPROVED AS TO FORM' ca„, , th-r ARRIN M. COKER CITY ATTORNEY RESOLUTION NO. R2015-74 Exhibit "A" EXHIBIT A-BID TABULATION Bid No. RFP 0315-27 Addendum 2 close Date 4/10/2015 2.00.00 PM Central j3rooks Precise A_1 Teamwork speutcaion Concrete Services Construction Construction Responses n In Services Services Inc. AGS Line Description UOM QTY Unit [Extended Unit IExtended Unit IExtended ]Unit Extended ]Unit IExtended Linear 1 Saw Cut Concrete(Full Depth) Foot 140 S5.15 $721.00 $8.20 51.148.00 $10.80 $1,512.00 $8.00 $1,120.00 $8.00 c :1,,.120.,..!' Sidewalk Removal and .._. Replacement-4-Inch thickness,4- Linear 2 Foot Width Foot 28000 $24.24 $678,720.00 $33.44 $936,320.00 $36.20 $1,013,600.00 $50.00 ,$ ,000,x,' $50.00 $1,400,000.0 Sidewalk Removal and Replacement-4-Inch Thickness,5- Linear 3 Foot Width Fool 350 $27.80 $9.730.00 $50.14 $17,549.00 545.25 $15,837.50, 562 50 $21.875.00 550 00 $17,500.00 Sidewalk Removal and IIMIS Replacement-4-Inch Thickness.6- Linear 4 Foot Width Foot 350 $32.76 511 466.00 552.47 $18.364.50 $54.30 $19.005.00 $75.00 $26.250.00 $55.00 $19.250.00 New Sidewalk Placement-4-inch Linear 5 thickness.4-foot width Foot 4200 $22.04 $92.568.00 S32.36 $135.912.00 $25.52 5107,184.00 $40.00 $168.000.00 550.00 $210.000.00 New Sidewalk Placement-4-inch Linear 6 thickness,5-foot width Foot 350 $26.15 $9,152.50 $48.27 516,894.50 S31.90 $11,165.00 $50.00 S17,500.00 $55.00 $19,250.00 New Sidewalk Placement-4-inch Linear 7 thickness.6-foot width Foot 350 $30.42 510,647.00 $52.59 $18,406.50 $38.28 $13,398.00 $60.00 $21,000.00 $65.00 $22,750.00 Driveway Removal&Placement-6- Square 8 inch thickness.varying width Yard 200 $61.56 $12,312.00 $99.06 $19,812.00 $112.32 $22,464.00 $100.00 $20.000.00 $126.00 $25,200.00 Street Removal&Replacement-8- Square 9 inch thickness, varying width Yard 200 $82.89 $16.578.00 $113.46 $22.692.00 $138.87 $27,774.00 S125.00 $25.000.00 $180.00 $36.000.00 Wheel Chair Ramp Replacement 4- 10 inch thickness EA 28 $550.00 $15.400.00 $1.733.21 $48.529.88 S1 900.00 $53,200.00 $850.00 $23 800 00 $2.250.00 $63,000.00 11 Manhole Adjusting/Repair EA 28 S300.00 58 400.00 $1,190.28 S33.327.84 $800.00 $22,400.00 S1 250.00 $35.000.00 $1,250.00 $35.000.00 Linear 12 Tree Root Barrier Foot 1400 $3 50 $4 900 00 S18.74 $26,236.00 $15.00 $21.000.00 525.00 535 000.00 $25.00 $35,000.00 Linear 13 Curb Removal and Replacement Foot 280 56.35 $1,778.00 $14.94 54,183.20 $32.72 $9,161.60 S17.50 54.900.00 $25.00 $7,000.00 Valve Boxes,Meter Boxes,and 14 Electrical Boxes Adjusting/Repair EA 14 $5.00 $70.00 $327.34 $4,582.76 $800.00 $11,200.00 $375.00 $5,250.00 S350.00 $4.900.00 15 Inlet Adjusting/Repair Each 14 $100.00 $1.400.00 $1,286.27 $18,007.78 $800.00 $11,200.00 $1,500.00 $21.000.00 $1,250.00 $17,500.00 Extra 5,000 PSI Reinforced Concrete.Where Required. 16 Complete in place. CY 14 $100.00 $1.400.00 $743.28 $10,405.92 $250.00 $3,500.00 $50.00 5700.00 $225 00 53.150.00 17 Payment For Bonds and Insurance EA 1 $3.656.25 $3,656.25 $36.075.53 $36,075.53 S20.454.02 $20,454.02 S25.000.00 525.000.00 53 500 00 53.500.00 Total $878,898.75 $1,368,447.41 51,384,055.12 51,851,395.00 $1,920,120.00 City of Pearland 3519 Liberty Drive Resolution No. R2015-74 "'r-~''' `'' • !� Pearland, TX 77581 Exhibit "A" General Services Contract This Contract(Contract)is made between the City of Pearland, Texas (City), and Contractor. The City and Contractor agree to the terms and conditions of this Contract, which consists of the following parts: I. Summary of Contract Terms II. Signatures III. Standard Contractual Provisions IV. Special Terms and Conditions V. Contract Attachments I. Summary of Contract Terms. Contractor: Precise Services Inc. 22337 Sandy Lane Porter, TX 77265 Description of Services: Annual Sidewalk and Street Maintenance, on an as needed basis Amount: Based on fixed rates, not to exceed $800,000 per Resolution R2015-74 Effective Date: May 18, 2015 Termination Date: May 17, 2016 Renewal: Two (2) one-year renewal options available, upon mutual agreement of both parties, per Bid #0315-27 II. Signatures. By signing below, the parties agree to the terms of this Contract: CITY OF PEARLAND* CONTRACTOR: Signed y: Date: 7> Title: Vic ?(e5 I d P n�' City Manager �1 � � /�D I Assistant City Manager Date: ` Director Program Manager *Contract Signature Authority: Program Manager -$5,999 or less Director - $6,000 to $30,000 City Manager/Assistant City Managers - $30,001 to $50,000 City Council Resolution - $50,000+ AOIlk '41,10. `arf Ill. Standard Contractual Provisions. A. Definitions. Contract means this Standard Services Contract. Services means the services for which the City solicited bids or received proposals as described in Exhibit A, attached hereto. B. Services and Payment. Contractor will furnish Services to the City in accordance with the terms and conditions specified in this Contract. Contractor will bill the City for the Services provided at intervals of at least 30 days, except for the final billing. The City shall pay Contractor for the Services in accordance with the terms of this Contract, but all payments to be made by the City to Contractor, including the time of payment and the payment of interest on overdue amounts, are subject to the applicable provisions of Chapter 2251 of the Government Code. C. Termination Provisions. (1) City Termination for Convenience. Under this paragraph, the City may terminate this Contract during its term at any time for the City's own convenience where the Contractor is not in default by giving written notice to Contractor. If the City terminates this Contract under this paragraph, the City will pay the Contractor for all services rendered in accordance with this Contract to the date of termination. (2) Termination for Default. Either party to this Contract may terminate this Contract as provided in this paragraph if the other party fails to comply with its terms. The party alleging the default will give the other party notice of the default in writing citing the terms of the Contract that have been breached and what action the defaulting party must take to cure the default. If the party in default fails to cure the default as specified in the notice, the party giving the notice of default may terminate this Contract by written notice to the other party, specifying the date of termination. Termination of this Contract under this paragraph does not affect the right of either party to seek remedies for breach of the Contract as allowed by law, including any damages or costs suffered by either party. (3) Multi-Year Contracts and Funding. If this Contract extends beyond the City's fiscal year in which it becomes effective or provides for the City to make any payment during any of the City's fiscal years following the City's fiscal year in which this Contract becomes effective and the City fails to appropriate funds to make any required Contract payment for that successive fiscal year and there are no funds from the City's sale of debt instruments to make the required payment, then this Contract automatically terminates at the beginning of the first day of the City's successive fiscal year of the Contract for which the City has not appropriated funds or otherwise provided for funds to make a required payment under the Contract. D Liability and Indemnity. Any provision of any attached contract document that limits the Contractor's liability to the City or releases the Contractor from liability to the City for actual or compensatory damages, loss, or costs arising from the performance of this Contract or that provides for contractual indemnity by one party to the other party to this Contract is not applicable or effective under this Contract. Except where an Additional Contract Document provided by the City provides otherwise, each party to this Contract is responsible for defending against and liable for paying any claim, suit, or judgment for damages, loss, or costs arising from that party's negligent acts or omissions in the performance of this Contract in accordance with applicable law. This provision does CONTRACT/Page 2 not affect the right of eitheNitirty to this Contract who is sued by a tarty for acts or omissions arising from this Contract to bring in the other party to this Contract as a third-party defendant as allowed by law. E. Assignment. The Contractor shall not assign this Contract without the prior written consent of the City. F. Law Governing and Venue. This Contract is governed by the law of the State of Texas and a lawsuit may only be prosecuted on this Contract in a court of competent jurisdiction located in or having jurisdiction in Brazoria County, Texas. G. Entire Contract. This Contract represents the entire Contract between the City and the Contractor and supersedes all prior negotiations, representations, or contracts, either written or oral. This Contract may be amended only by written instrument signed by both parties. H. Independent Contractor. Contractor shall perform the work under this Contract as an independent contractor and not as an employee of the City. The City has no right to supervise, direct, or control the Contractor or Contractor's officers or employees in the means, methods, or details of the work to be performed by Contractor under this Contract. The City and Contractor agree that the work performed under this Contract is not inherently dangerous, that Contractor will perform the work in a workmanlike manner, and that Contractor will take proper care and precautions to insure the safety of Contractor's officers and employees. I. Dispute Resolution Procedures. The Contractor and City desire an expeditious means to resolve any disputes that may arise between them regarding this Contract. If either party disputes any matter relating to this Contract, the parties agree to try in good faith, before bringing any legal action, to settle the dispute by submitting the matter to mediation before a third party who will be selected by agreement of the parties. The parties will each pay one-half of the mediator's fees. J. Attorney's Fees. Should either party to this Contract bring suit against the other party for breach of contract or for any other cause relating to this Contract, neither party will seek or be entitled to an award of attorney's fees or other costs relating to the suit. K. Severability. If a court finds or rules that any part of this Contract is invalid or unlawful, the remainder of the Contract continues to be binding on the parties. IV. Special Terms or Conditions. None. V. Additional Contract Documents. The following specified documents attached to this Contract are part of this Contract, except as follows: any provision contained in any of the Contractor's Additional Contract Documents specified below that conflicts with a Contract provision not included in the Contractor's Additional Contract Documents, does not apply to this Contract. A. Contractor's Additional Contract Documents: 1. The contractor's response to City's Bid #0315-27, dated April 10, 2015. 2. Insurance Certificate listing City of Pearland as additional insured. B. City's Additional Contract Documents: 1. City standard insurance requirements. 2. Scope of services. CONTRACT/Page 3 CONTRACTOR'S SCOPE OF SERVICES Scope of services provided shall consist of HVAC Refrigeration Repairs and Maintenance services at the location listed below per the specifications set forth in Bid #0215-22 and Contractor's response to the same. LOCATION ADDRESS: Recreation Center and Natatorium 4141 Bailey Road Pearland, TX 77584 BID TABULATION — PRICING RESPONSE: Bid No. 0215-22 HVAC Refrigeration Repairs and Maintenance The Lee Thompson Bid Closed:3/24/15 Company Line# j Description QTY UOM Unit Extended HVAC Services for only the Recreation 2 Center and Natatorium location. 1 PKG $11,350.00 2.1 Technician-Standard Hourly Rate 100 Hours $95.00 $ 9,500.00 2.2 Helper-Standard Hourly Rate 20 Hours $75.00 $ 1,500.00 Percent mark-up for 2.3 materials/supplies/parts, based on an annual spend of approximately$10,000. 1 EA 35% Additional travel cost per call out, if 2.4 applicable. 1 EA $30.00 $ 30.00 2.5 Emergency Repair Rate (Rate which will be charged after standard business hours). 1 EA $95.00 $ 95.00 Minimum charge per call out for 2.6 emergency repairs(after hours). 1 EA $225.00 $ 225.00 C)NIRACT/Page 4 City of Pearland Resolution No. R2015-66 o` S Pi 7Bfy „A„ ) 3519 Liberty Drive Exhibit ��r+at�><>cy Pearland, TX 77581 ���Wil IST i sqp General Services Contract This Contract(Contract)is made between the City of Pearland,Texas(City),and Contractor. The City and Contractor agree to the terms and conditions of this Contract, which consists of the following parts: I. Summary of Contract Terms II. Signatures III. Standard Contractual Provisions IV. Special Terms and Conditions V. Contract Attachments I. Summary of Contract Terms. Contractor: American Mechanical Service of Houston, LLC P.O. Box 95000-2320 Stafford, TX 77477 Description of Services: HVAC Refrigeration Repairs and Maintenance on an as needed basis Amount: Contract is as needed based on fixed rates Effective Date: May 18, 2015 Termination Date: May 17, 2016 Renewal: Two (2) one-year renewal options available, upon mutual agreement of both parties, per Bid #0215-22 II. Signatures. By signing below, the parties agree to the terms of this Contract: CITY O AR N CONTRA TOR: Signed by Date: ' Title: / City anager f Assistant City Manager Date: /e_o< /171'714 cAO/S Director Program Manager *Contract Signature Authority: Program Manager-$5,999 or less Director- $6,000 to $30,000 City Manager/Assistant City Managers- $30,001 to $50,000 City Council Resolution - $50,000+ Ill. Standard Contractual Provisions. A. Definitions. Contract means this Standard Services Contract. Services means the services for which the City solicited bids or received proposals as described in Exhibit A, attached hereto. B. Services and Payment. Contractor will furnish Services to the City in accordance with the terms and conditions specified in this Contract. Contractor will bill the City for the Services provided at intervals of at least 30 days, except for the final billing. The City shall pay Contractor for the Services in accordance with the terms of this Contract, but all payments to be made by the City to Contractor, including the time of payment and the payment of interest on overdue amounts, are subject to the applicable provisions of Chapter 2251 of the Government Code. C. Termination Provisions. (1) City Termination for Convenience. Under this paragraph, the City may terminate this Contract during its term at any time for the City's own convenience where the Contractor is not in default by giving written notice to Contractor. If the City terminates this Contract under this paragraph, the City will pay the Contractor for all services rendered in accordance with this Contract to the date of termination. (2) Termination for Default. Either party to this Contract may terminate this Contract as provided in this paragraph if the other party fails to comply with its terms. The party alleging the default will give the other party notice of the default in writing citing the terms of the Contract that have been breached and what action the defaulting party must take to cure the default. If the party in default fails to cure the default as specified in the notice,the party giving the notice of default may terminate this Contract by written notice to the other party, specifying the date of termination. Termination of this Contract under this paragraph does not affect the right of either party to seek remedies for breach of the Contract as allowed by law, including any damages or costs suffered by either party. (3) Multi-Year Contracts and Funding. If this Contract extends beyond the City's fiscal year in which it becomes effective or provides for the City to make any payment during any of the City's fiscal years following the City's fiscal year in which this Contract becomes effective and the City fails to appropriate funds to make any required Contract payment for that successive fiscal year and there are no funds from the City's sale of debt instruments to make the required payment,then this Contract automatically terminates at the beginning of the first day of the City's successive fiscal year of the Contract for which the City has not appropriated funds or otherwise provided for funds to make a required payment under the Contract. D. Liability and Indemnity. Any provision of any attached contract document that limits the Contractor's liability to the City or releases the Contractor from liability to the City for actual or compensatory damages, loss, or costs arising from the performance of this Contract or that provides for contractual indemnity by one party to the other party to this Contract is not applicable or effective under this Contract. Except where an Additional Contract Document provided by the City provides otherwise, each party to this Contract is responsible for defending against and liable for paying any claim, suit, or judgment for damages, loss, or costs arising from that party's negligent acts or omissions in the performance of this Contract in accordance with applicable law.This provision does ('ONTRAc r'Page Amp. Ask not affect the right of either party to this Contract who is sued by a third party for acts or omissions arising from this Contract to bring in the other party to this Contract as a third-party defendant as allowed by law. E. Assignment. The Contractor shall not assign this Contract without the prior written consent of the City. F. Law Governing and Venue. This Contract is governed by the law of the State of Texas and a lawsuit may only be prosecuted on this Contract in a court of competent jurisdiction located in or having jurisdiction in Brazoria County, Texas. G. Entire Contract. This Contract represents the entire Contract between the City and the Contractor and supersedes all prior negotiations,representations,or contracts,either written or oral. This Contract may be amended only by written instrument signed by both parties. H. Independent Contractor. Contractor shall perform the work under this Contract as an independent contractor and not as an employee of the City. The City has no right to supervise, direct, or control the Contractor or Contractor's officers or employees in the means, methods, or details of the work to be performed by Contractor under this Contract. The City and Contractor agree that the work performed under this Contract is not inherently dangerous,that Contractor will perform the work in a workmanlike manner, and that Contractor will take proper care and precautions to insure the safety of Contractor's officers and employees. I. Dispute Resolution Procedures. The Contractor and City desire an expeditious means to resolve any disputes that may arise between them regarding this Contract. If either party disputes any matter relating to this Contract, the parties agree to try in good faith, before bringing any legal action, to settle the dispute by submitting the matter to mediation before a third party who will be selected by agreement of the parties. The parties will each pay one-half of the mediator's fees. J. Attorney's Fees. Should either party to this Contract bring suit against the other party for breach of contract or for any other cause relating to this Contract, neither party will seek or be entitled to an award of attorney's fees or other costs relating to the suit. K. Severability. If a court finds or rules that any part of this Contract is invalid or unlawful, the remainder of the Contract continues to be binding on the parties. IV. Special Terms or Conditions. None. V. Additional Contract Documents. The following specified documents are part of this Contract, except as follows: any provision contained in any of the Contractor's Additional Contract Documents specified below that conflicts with a Contract provision not included in the Contractor's Additional Contract Documents, does not apply to this Contract. A. Contractor's Additional Contract Documents: 1. The contractor's response to City's Bid#0215-22, dated March 24, 2015. 2. Insurance Certificate listing City of Pearland as additional insured. B. City's Additional Contract Documents: 1. City standard insurance requirements. 2. Scope of services. CONTRACT/Page 3 CONTRACTOR'S SCOPE OF SERVICES Scope of services provided shall consist of HVAC Refrigeration Repairs and Maintenance services at the locations listed below per the specifications set forth in Bid #0215-22 and Contractor's response to the same. LOCATION ADDRESSES: Facility Location Address Animal Control/Adoption Center 2002 Old Alvin Rd City Hall 3519 Liberty Dr Community Center/City Hall Annex 3523 Liberty Dr Convention/Visitors Bureau 11200 Broadway, Ste 1390 Fire/EMS Administration 2703 Veterans Dr Fire Marshal Office 2703 Veterans Dr Fire Station #1 2020 Old Alvin Rd Fire Station #2 - old 2838 McLean Rd _ Fire Station #2 - new location (opens November 2015) Fite and Harkey Fire Station #3 -old location 1751 Broadway Fire Station #3- new location (opens June 2015) Yost and FM 518 Fire Station #4/EMS 8000 Freedom Dr Fire Station #5/EMS 3100 Kirby Dr Fleet Maintenance Shop 2000 Old Alvin Rd Melvin Knapp Senior Center 2424 S Park Ave Old Chamber of Commerce 3515 Liberty Dr Pearland Economic Development 1200 Pearland Pkwy,Ste 200 Pearland Library 3522 Liberty Dr Pearland Westside Library 2803 Business Center Dr,Ste 101 Public Safety Building (Police/Jail) 2555 Cullen Rd Public Works Office 3501 East Orange Public Works Satellite Service Center 2559 Hillhouse Stella Roberts Recycle Center 5800 Magnolia U of H Clear Lake Pearland Campus 1200 Pearland Pkwy West Side Events Center 2150 Countryplace Pkwy CONTRACT/Page 4 BID TABULATION - PRIC .. . ESPONSE Bid No.0215-22 HVAC Refrigeration Repairs and Maintenance Bid Closed: 3/24/15 American Mechanical Line# Description QTY UOM Unit Extended r HVAC Services for all locations 1 excluding the Recreation Center and Natatorium location. Note: any quantities listed are estimates. 1 PKG $46,020.00 r 1.1 Technician -Standard Hourly Rate 500 Hours $78.00 $39,000.00 1.2 Helper- Standard Hourly Rate 100 Hours $68.00 $ 6,800.00 Percent mark-up for materials/supplies/parts, based on 1.3 an annual spend of approximately $40,000. 1 EA 15% Additional travel cost per call out, 1.4 if applicable. 1 EA $ - Emergency Repair Rate (Rate 1.5 which will be charged after standard business hours). 1 EA $110.00 $ 110.00 Minimum charge per call out for 1.6 emergency repairs(after hours). 1 EA $110.00 $ 110.00 CONTRACT'Page 5 ti�0 1, PE44. v o T r X fsr j89a May 13, 2015 American Mechanical Service of Houston, LLC Attention: Steve Collings PO Box 95000-2320 Stafford,TX 77477 Reference: Contract for HVAC Refrigeration Repairs and Maintenance—Bid#0215-22 Dear Mr.Collings: Please be advised that your company has been awarded the contract for the HVAC Refrigeration Repairs and Maintenance for Package #1 per Resolution No. R2015-66. The prices and provisions of the agreement are stated in bid number 0215-22. The details of the agreement are as shown on the attached contract. Please sign and date the contract and return a scanned copy to me via email. DATE BID AWARDED: May 13, 2015 CONTRACT BEGINS: May 18, 2015 CONTRACT ENDS: May 17, 2016 All orders shall be accompanied by a purchase order number. This purchase order number must appear on all delivery tickets and invoices. The Public Works Department will be contacting you in regards to the purchase order number and when the first repairs will be needed. Paul O'Connell will be your primary contact, and his office line is 281-652-1684. If you need any further information, please contact the Purchasing Division at(281)652-1790. Sincerely, Julie Blackmore Buyer