Loading...
08-26-1997 (City Council) Agenda Packet AGENDA WYLIE CITY COUNCIL Wylie Municipal Complex August 26, 1997 7:00 p.m. CALL TO ORDER INVOCATION - Deacon Warner Washington, St. Anthony's Catholic Church PLEDGE OF ALLEGIANCE CONSENT AGENDA 1. Consider Approval of Minutes for July 1, July 8, July 15, July 22, July 29, August 5 and August 12 2. Consider Approval of a Resolution Declaring a Need for Improvements to Street Drainage and Sewer Systems in the Wylie Ranch East Phase One and Wylie Ranch East Commercial Park Subdivisions 3. Consider Approval of a Resolution to Formally Initiate Action for a Public Hearing for the Annexation of Lots 6, 7 and 8 of the Wylie Ranch East Commercial Park 4. Consider Approval of a Contract with Collin County Elections Administrator to Conduct the Special Election on September 20, 1997 ACTION ITEM 5. Consider and Act Upon Approval of a Final Plat (Approved for Construction) for the Westgate Phase III Subdivision, Submitted by Wylie/1997, L.L.C. Located at the Juncture of Brown Street and Westgate Way Just West of Westgate Phase I and More Specifically Described as Being an 18.3080 Acre Tract of Land Situated in the E. C. Davidson Survey, Abstract No. 266 6. Consider and Act Upon Awarding the Bid for the Construction of Paving Improvements to Cottonbelt Avenue 7. Consider and Act Upon Approving a Contract with Wylie Independent School District to Provide Meals for Wylie Senior Citizens 8. Consider and Act Upon the Naming of the New Community Center 9. Consider and Act Upon Approval of a Proposed City Wide Special Collection of Brush and Bulky Waste STAFF REPORTS CITIZEN PARTICIPATION EXECUTIVE SESSION Hold Executive Session Under Sections 551.071 Consultation with Attorney; 551.072 Deliberations about Real Property; and 551.075 Conference With Employees To Receive Information and Question Employees Regarding Pending Litigation, City of Parker v. City of Wylie, Cause No. 219.458.96, District Court of Collin County, Texas 219 Judicial District RECONVENE INTO OPEN MEETING Take Any Necessary Action as a Result of the Executive Session ADJOURNMENT Posted on this the 22nd day of August, 1997 at 5:00 p.m. WYLIE CITY COUNCIL r/1/1 CONSENT AGENDA COMMUNICATION ITEM NO 2 August 26, 1997 Issue Consider and act upon the approval of a resolution declaring a need for improvements to street drainage and sewer systems in the Wylie Ranch East Phase One and Wylie Ranch East Commercial Park subdivisions. Background The Wylie Ranch East Phase One and Wylie Ranch East Commercial Park subdivisions were originally platted outside the City but in the City's extra-territorial jurisdiction(ETJ). Wylie Ranch East Commercial Park was annexed into the City of Wylie on July 22, 1986 with the adoption of Ordinance 86-74. Wylie Ranch East Phase One was annexed under Ordinance 87-24 on May 12, 1987. Both of the above subdivisions were voluntarily annexed. From a development aspect, the Wylie Ranch East Commercial Park has not seen any development subsequent to its original platting and the annexation by the city. The owners of the lots in this commercial tract are requesting only sewer service from the City. However, Wylie Ranch East Phase One as a residential subdivision has seen much development since the original platting and annexation. All but five of the original twenty eight (28) lots have had homes built on them. The subdivision's infrastructure was developed prior to annexation by the city. The original developer built the streets with open ditch drainage systems after a variance was granted by the City to allow for these standards. The homes were to be built with septic tank systems and water was to be supplied by the East Fork Water Company. In the case of Callie Court, the original street had deteriorated by 1988. The residents of Callie Court petitioned the City Council to repair it and in 1988 those residents were assessed by the city to repair that street. Over time many of the residents have become dissatisfied with the septic tank sewer system and are experiencing water flow problems with the ditch drainage system. At this time the residents of the Wylie Ranch East Phase One and Wylie Ranch East Commercial Park Subdivisions are asking the City Council to repair the street drainage system and to provide city sewer service to all of the lots. Consent Agenda Item No 2 Page 1 After several neighborhood meetings it was agreed that the city and property owners would share equally in the financing of the sewer and drainage improvements. The City is initiating an assessment program. The first step in the process is approval of a resolution declaring the need for the improvements. The second step is to prepare a notice to be sent to the property owners and for publication in the Wylie News. The prepared notice will be published in the paper on three different dates and a notice will be sent by certified mail to the property owner. The third step will be to provide the property owners with an opportunity to be heard on this matter in a public hearing conducted by the City Council. The final steps in the process will include the passage of the ordinance assessing the properties and the filing of liens against the benefitted properties with the County Clerk. Other Considerations Under Para. 402.064 & Para. 402.072 of the Local Government Code (LGC) and Chapter 313 of the Transportation Code the City must pass a resolution declaring the need for improvements. The resolution must include the following: (a) Declare the need for Improvements. (1) General nature and extent of the improvements. (2) May direct that detailed plans, specifications and cost estimates for the improvements be prepared and submitted to the City Council. (b) If any part of the costs is to be paid by the benefitted property and its owners, the City Council must prepare an estimate of the cost of improvements. The City Council must prepare the estimate before any improvements are constructed and before the public hearing to apportion the assessments against the benefitted property and the owners of the property. Financial Consider-hints A contract was duly authorized on August 5, 1997 by the City of Wylie with Morrow Construction for construction of street drainage and sewer improvements in the above subdivisions. The specifics of the street drainage and sewer improvements are detailed in the construction contract documents for paving, drainage improvements, along Kreymer Lane, Additive Alternate Bids 2 and 3 respectfully. The total bid amounts for Additive Alternate No. 2 (sewer improvements) is $92,415. The total bid for Additive Alternate No. 3 (drainage improvements) is $52,955. Consent Agenda Item No 2 Page 2 Board/Commission Recommendation N/A Staff Recommendation Staff recommends the approval of this resolution declaring the need for street drainage and sewer improvements to the Wylie Ranch East Phase One and Wylie Ranch East Commercial Park subdivisions. Attachments Exhibit "A" - Contract with Morrow Construction for improvements. Letter from Hogan Corporation with attached bid summaries. Resolution declaring a need for improvements. I ^(t_ ed14:4" Prep ed By Finance Appr val City Manager Approval Consent Agenda Item No 2 Page 3 . , ...Exhibit A -- SPECIFICATIONS AND CONTRACT DOCUME• N ...:.. .- - -.: .: . :7-.:''..-..,7::.:7 :.,-,..:.--::::..,:- ... - -• '. 1 ' ' • - 1 -- .. -:,',-:':'....•.,::::''':---:.';',..:::7*. ••J.) DN@ ,.•..,,,,:..• .,,,,--; ,i,',?,•--;-:,--:,,3k., : 1::" '. P. IS ..P). D A.,., i. i"j r-1 ..., _,...,, . . , . ... - ,..... .....- ..._, ... Np r3r: ..... . ,...-11 • - - • 4. • . a . . .• . - , ' • • • •.• . . • .. . • • - . . • .. .• • City of Wylie , Texas „.....,....,. ..Y.I.-..!,,,,,,)1 -4,. :•' 1 ••••0 ot-*.• ....— , • f‘ •I,a r*: 1 • ee • ;GREGORY S.lAaeLEAN.i • e JUNE 1997 1,0.4▪.,-.4 • 4t 4;9,'•-- -si 4.,. •• At. ..-• %.. •' - • . THE HOGAN CORPORATION • . . . Engineers • Planners • Consultants .:. ..,. • Dallas, Texas ...":. NOTICE TO CONTRACTORS FOR CONSTRUCTION OF Paving and Drainage Improvements along Kreymer Lane (Between State Highway 78 and Brown Street) WYLIE,TEXAS Sealed bids addressed to the Honorable Mayor and City Council of Wylie, Texas (Owner) will be received at the office of the City of Wylie Purchasing Agent, City Hall, 2000 Hwy. 78 North, Wylie, Texas 75098, until 10:30 a.m., July 9, 1997, and then publicly opened and read aloud immediately thereafter, for furnishing all labor, tools, material and equipment, and for performing all work necessary for construction of approximately 2,000 linear feet of 25-foot wide reinforced concrete street, including curbs and related drainage facilities, along Kreymer Lane between State Highway 78 and Brown Street in Wylie, Texas. This project also includes approximately 1,500 linear feet of 10-inch diameter sewer main and storm drain drainage pipe up to 60 inches in diameter. The proposal shall be accompanied by a cashier's check or certified check upon a national or state bank in an amount not less than five percent(5%) of the total actual bid price payable without recourse to the Development Corporation of Wylie, Texas, or a bid bond in the same amount from a reliable surety company as a guarantee that the bidder will enter into a contract and execute performance bonds within ten (10) days after notice of award of contract to them. The successful bidder must furnish performance bond and payment bond upon the forms provided in the amount on one hundred percent (100%) of the contract price from an approved surety company holding a permit from the State of Texas, to act as a surety or sureties acceptable to the Owner. The contract shall be awarded to the lowest responsible, responsive bidder; however, the right is reserved, as the interests of the Owner may require,to reject any and all bids, and to waive any informality in bids received. The low bidder shall be prepared to submit such evidence as the Owner may require to establish his experience, possession of such equipment, qualification of personnel, and financial responsibility necessary to prosecute the work on this project in an expeditious, safe, and satisfactory manner. It shall be mandatory upon the Contractor to whom the contract for this project is awarded, and upon any subcontractor under him,to pay no less than the prevailing wage rates listed in the contract documents. Plans, Specifications, and Bidding Documents may be secured from the office of The Hogan Corporation,North Dallas Bank Tower, Suite 620, 12900 Preston Road @ LBJ, Dallas, Texas 75230, on payment of a non- 1 refundable Seventy Five Dollars($75.00)per set made payable to The Hogan Corporation. I By/s/ JIM SWARTZ Tun Swartz Mayor City of Wylie, Texas NTC-1 THC 002-3 8.20 INSTRUCTIONS TO BIDDERS 1. Use of Separate Bid Forms These contract documents include a complete set of bid and contract forms which are for the convenience of the bidders and are not to be detached from the contract document, completed or executed. 2. Interpretations or Addenda No oral interpretations will be made to any bidder. Each request for an interpretation shall be made in writing to the engineer, Gregory S. MacLean, P.E., The Hogan Corporation, 12900 Preston Road, Suite 620, Dallas, TX 75230; telephone (972) 392-4600; facsimile (972) 490-7163. Approved resolution of discrepancies, questions, and modifications to the Contract Documents will be made in writing by Addendum only. Addenda will be issued to all registered plan holders. It is, however, the bidder's responsibility to make inquiry as to any addenda issued. All such addenda shall become part of the contract documents and all bidders shall be bound by such addenda, whether or not received by the bidders. 3. Inspection of Site Each bidder should visit the site of the proposed work and fully acquaint himself with the existing conditions there and should fully inform himself as to the facilities involved, the difficulties and restrictions attending the performance of the contract. The bidder should thoroughly examine and familiarize himself with the drawings, technical specifications and all other contract documents. The contractor by the execution of the contract shall in no way be relieved of any obligation under it due to his failure to receive or examine any form or legal document or to visit the site or acquaint himself with the conditions there existing. The Owner will be justified in rejecting any claim based on lack of inspection of the site prior to the bid. 4. Alternate Bid Items No alternate bids or bid items will be considered unless they are specifically requested by the technical specifications. 5. Bids a. All bids must be submitted on the forms provided and are subject to all requirements of the Contract Documents, including the drawings. I 002-38 II-1 June 1997 b. All bids must be regular in every respect and no interpolation, exclusions or special conditions may be made or included by the bidder. c. Bid documents, including the bid, the bid bond, and the statement of bidders' qualifications shall be sealed in an envelope and clearly labeled with the words "Bid Documents", the project number, name of bidder and the date and time of bid opening. d. The Owner may consider as irregular any bid on which there is an alteration of or departure from the bid form and, at its option, may reject any irregular bid. e. If a contract is awarded, it will be awarded to a responsible bidder on the basis of the lowest/best bid and the selected alternate bid items, if any. The contract will require the completion of the work in accordance with the contract documents. 6. Bid Bonds a. A bid bond in the amount of 5% of the bid issued by an acceptable surety shall be submitted with each bid. A certified check or bank draft payable to the Owner or negotiable U.S. Government Bonds (as par value) may be submitted in lieu of the Bid Bond. b. The bid bond or its comparable, will be returned to the bidder as soon as practical after the opening of the bids. 7. Statement of Bidders Qualifications Each bidder sha ll submit on the form furnished for the purpose a statement of the bidder's qualifications. The Owner shall have the right to take such steps as it deems necessary to determine the ability of the bidder-to perform his obligations under the contract, and the bidder shall furnish the Owner all such information and data for this purpose as it may request. The right is reserved to reject any bid where an investigation of the available data does not satisfy the Owner that the bidder is qualified to carry out properly the terms of the contract. I 1 I I I 002-38 11-2 June 1997 8. Unit Price The unit price for each of the several items in the bid shall include its pro rata share of overhead so that the sum of the products obtained by multiplying the quantity shown for each item by the unit price bid represents the total bid. Any bid not conforming to this requirement may be rejected as informal. Special attention is drawn to this condition, as the unit prices will be used to determine the amount of any change orders resulting from an increase or decrease in quantities. 9. Corrections Any correction or change to information entered by bidder on bid form must be initialed and dated by person(s) preparing said bid form. Corrections should be made by striking out the incorrect information and writing or typing the correct information legibly in the margin or nearest available space. "White-out" is not an acceptable method of deleting information. 10. Time for Receiving Bids Bids received prior to the advertised hour of opening shall be kept securely sealed. The officer appointed to open the bids shall decide when the specified time has arrived and no bid received thereafter will be considered; except that when a bid arrives by mail after the time fixed for opening, but before the reading of all other bids is completed, and it is shown to the satisfaction of the Owner that the late arrival of the bid was solely due to delay in the mail for which the bidder was not responsible, such bid will be received and considered. 11. Opening of Bids The Owner shall at the time and place fixed for the opening of bids, open each bid and publicly read it aloud, irrespective of any irregularities therein. Bidders and other interested individuals may be present. 12. Withdrawal of Bids Bids may be withdrawn by written request dispatched for delivery in the normal course of business prior to the bid opening. The bid guaranty of any bidder withdrawing his bid will be returned promptly. I I 002-38 11-3 June 1997 13. Award of Contract/Rejection of Bid a. The contract will be awarded to the responsive, responsible Bidder submitting the lowest/best bid. The bidder selected will be notified at the earliest possible date. The Owner reserves the right to reject any or all bids and to waive any informality in bids received where such rejection or waiver is in its interest. b. The Owner reserves the right to consider as unqualified to do the work any bidder who does not habitually perform with his own forces the major portions of the work involved in construction of the improvements embraced in this contract. 14. Execution of Agreement/Performance and Payment Bonds a. Performance and Payment Bonds, requires all prime contractors which enter into a formal contract in excess of $25,000 with the State, any department, board, agency, municipality, county, school district or any division or subdivision thereof, to obtain a Payment Bond in the amount of the contract before commencing with work and a performance bond for public works contracts in excess of $100,000. b. The failure of the successful bidder to execute the agreement and supply the required bonds within ten (10) days after the prescribed forms are presented for signature, or within such extended period as the Owner may grant, shall constitute a default and the Owner may, at its option either award the contract to the next lowest responsible bidder, or re-advertise for bids. In either case, the Owner may charge against the bidder the difference between the amount of the bid, and the amount for which a contract is subsequently executed irrespective of whether this difference exceeds the amount of the bid bond. If a more favorable bid is received through re-advertisement, the defaulting bidder shall have no claim against the Owner for a.refund. 15. Wages and Salaries Attention is particularly called to the requirement of paying not less than the prevailing wage rates specified in the Contract Documents. These rates are minimums to be paid during the life of the contract. It is therefore the responsibility of the Bidder to inform themselves as to local labor conditions. 16. Equal Employment Opportunity Attention is called to the requirements for ensuring the employees and applicants for employment are not discriminated against because of their race, color, creed, sec, or national origin. 002-38 11-4 June 1997 1 CITY OF WYLIE KREYMER LANE PAVING AND DRAINAGE IMPROVEMENTS BETWEEN STATE HIGHWAY 78 AND BROWN STREET BID FORM Item Estimated No. Quantity Unit Description and Unit Price in Words Unit Price Amount A1-6 0 L.F. For constructing Reinforced Concrete Street Header, complete in place,the sum of Dollars and Cents per linear foot. $ $ Al-7 36 Tons For constructing 4-inch hot mix asphaltic 1 concrete pavement, Type "B" complete in place,the sum of 1 Dollars and Cents per ton. $ $ Al-8 18 Tons For constructing 2-inch hot mix asphaltic concrete pavement, Type"D" complete in place, the sum of Dollars and Cents per ton. $ $ I Total Amount Additive Alternate 1 $ l ADDITIVE ALTERNATE 2 (WYLIE RANCH ESTATES SEWER SYSTEM) A2-1 3,740 L.F. For furnishing and installing 10-inch PVC SDR-35 sewer pipe, all depths, including embedment, and removal of existing sewer as required, complete in place,the sum of Dollars and Cents per linear foot. $ $ I 1 I June 1997 THC No. 002-38.20 BF-11A CITY OF WYLIE KREYMER LANE PAVING AND DRAINAGE IMPROVEMENTS BETWEEN STATE HIGHWAY 78 AND BROWN STREET BID FORM Item Estimated No. Quantity Unit Description and Unit Price in Words Unit Price Amount A2-2 9 Ea. For furnishing and installing standard 4' diameter manhole, all depths, including removal of existing manhole as required, complete in place, the sum of Dollars and Cents per each. $ $ 1 A2-3 3 Ea. For furnishing and installing standard end-of-line cleanout, all depths, including removal of existing manhole as required, complete in place, the sum of Dollars and Cents per each. $ $ A2-4 33 Ea. For furnishing and installing sewer service connections, including locating existing service lateral,wye to main, service lead, 1-way cleanout at easement lines, complete in place, the sum of Dollars and Cents per each. $ $ A2-5 3,740 L.F. For furnishing, installing, and maintaining trench safety system, complete in place,the sum of Dollars and Cents per each. $ $ Total Amount Additive Alternate 2 $ I I June 1997 THC No. 002-38.20 BF-12A CITY OF WYLIE KREYMER LANE PAVING AND DRAINAGE IMPROVEMENTS BETWEEN STATE HIGHWAY 78 AND BROWN STREET BID FORM Item Estimated No. Quantity Unit Description and Unit Price in Words Unit Price Amount ADDITIVE ALTERNATE 3 (WYLIE RANCH ESTATES DRAINAGE IMPROVEMENTS) A3-1 3,650 C.Y. For unclassified channel and bar ditch excavation, complete in place, the sum of Dollars and Cents per cubic yard. $ $ A3-2 1 L.S. For broadcast seeding and fertilizing of disturbed areas, complete in place,the sum of • Dollars and Cents per lump sum. $ $ A3-3 100 L.F. For furnishing and installing 21-inch Class Ill Reinforced Concrete Pipe Culvert, including embedment, complete in place, the sum of Dollars and Cents per linear foot. $ $ A3-4 10 Ea. For furnishing and installing driveway replacement, complete in place,the sum of Dollars and Cents per each. $ $ June 1997 THC No. 002-38.20 BF-13A CITY OF WYLIE KREYMER LANE PAVING AND DRAINAGE IMPROVEMENTS BETWEEN STATE HIGHWAY 78 AND BROWN STREET BID FORM Item Estimated No. Quantity Unit Description and Unit Price in Words Unit Price Amount •A3-5 60 L.F. For furnishing and installing 42-inch Class III Reinforced Concrete Pipe Culvert, including embedment, complete in place, the sum of Dollars and Cents per linear foot. $ $ Total Amount Additive Alternate 3 $ ADDITIVE ALTERNATE 4 (SIDEWALK ALONG WEST SIDE OF KREYMER LANE) A4-1 1,980 L.F. Forfurnishing and installing 4 foot wide reinforced concrete sidewalk, complete in place,the sum of Dollars and Cents per linear foot. $ $ Total Amount Additive Alternate 4 $ I June 1997 THC No. 002-38.20 BF-14A The undersigned bidder hereby declares that he has visited the site of the work and has carefully t examined the Contract Documents pertaining to the work covered by this bid, and he further '.. l agrees to commence work within ten (10) days after date of written notice to do so and to substantially complete the work in one hundred twenty (120) consecutive calendar days and be ready for final acceptance within one hundred fifty (150) consecutive calendar I days. The undersigned bidder certified that the bid prices contained in this proposal have been carefully Ichecked and are submitted as correct and final. The undersigned bidder hereby acknowledges receipt of the following agenda to the Contract IDocuments. Addendum No. 1 Dated Received 1 Addendum No. 2 Dated Received Addendum No. 3 Dated Received Addendum No. 4 Dated Received IAddendum No. 5 Dated Received I This is a Proposal of , a Corporation organized and existing g 1 under the laws of the State of ; or a Partnership, consisting of or an individual doing business as . I By 1 (Title) IAddress I ITelephone Seal & Authorization (if a Corporation) I . I THC 002-38.20 BF-15A June 1997 1 BID BOND KNOW ALL MEN BY THESE PRESENTS that we, the I undersigned, , as Principal, and firmly bound unto as owner in the sum of I $ as the proper measure of liquidated damages 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. ISigned, this day of , 19 The condition of the above obligation is such that whereas the Principal has submitted to I a certain bid, attached hereto and hereby made a part hereof to enter into a contract in writing, for the I I Now, Therefore, I a) If said Bid shall be rejected, or in the alternate, b) 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 I furnish a bond for his faithful performance of said contract, and for the payment of all persons performing labor or furnishing materials in connection therewith, and shall be in all other respects perform the agreement created by the acceptance of said Bid, I then this obligation shall be void, otherwise the same shall remain in force and affect; it being expressly understood and agreed that the liability of the Surety for any breech of condition hereunder shall be in I the face amount of this bond and forfeited as a proper measure of liquidated damages. 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 and extension of the time within which the Owner Imay accept such Bid; and said Surety does hereby waive notice of any such extension. IN WITNESS WHEREOF, the Principal and the Surety have hereunto set their hands and seals, I 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 set forth above. I (L.S.) Principal I Surety By: ISEAL ITHC 002-38.20 June 1997 . - . . ... . _ . . . . ' . , :I • 1.1 ' I ' - - ---- - --' i•: , •••:, • • 1 I: , •Y • . i• iI• II A:,•-•g• i•• .. • INSTALL 10" SANITARY SEWER MAIN . cAunomi CONTACT GTE • I, ..: 1 ,I•I 2.HOURS PRIOR TO . • I R.r, ,• . EXCAVATION IN TOE AREA_ I . P 1. • Pi.. 1 I . 1 g• ,.:, : . 1 i.• i orxn,,.,2 N , i ,p 1, I g,i I , , , , I. , , , 4.3032It I 1 1 C. I. I 1! I DAT.Yr PCP • . ..-- •-•••10.OMIT[ASIAN:AT I 'I I • STOPG.SA... .,,,, 1 I :11 1 i'Ali,t'Zi ; „ ,i-10.olorr CASLIKNT E KAILAS I il I r . I i , i 1. .. I TO DONNA DR. I' 7'•-•-It GPSGX WINO, I •I i I\ri,i•;, STA 1.04 I- I ' . I ' I . I 3STALL i. 7.• I STA SADO I;i i I COST.10-IS I I '1 i . ;11'.j.,..ii •' ,,1 NV AU.I ... • tomprill I 1' ---r-4.,« 1 ' I ••i 14 ze=====•=iii=itiiiiii_64;ei-.-- __..- I I --,-f-OI. : _i_ III\ • • • I, •I: DRIVE , . 1 - f 7 i -1 VA 10443 INSTA“. • Aral r 1-5,10ANOLL . , -STO GIN.. t_..,t : - -t........_._ 1.1 ....t.e., ;..„allIVE ALTERNATE -. L I,ig, .,i . 2 •i; -. _•__. • . ,. . ----- _ - -... _ ._ ',• •••'"") 1 I , I ' ...1 I,, I , , .----. - . 'ICZ il'I r 11' , Th . _ - • Morn.-UNE1 . OrPersIRL•--•-1I 2 ' , g. •i ii. ,,, , , ., ! .i, ,,,:1. ,,, iztpo 4 c.-, , I I 1 •I. I TO BROWN ST. i 1 : ,• I i 1 i i „ I ' I: I• I , , I I I , • ' I I I! •• I I I i ' ' I I I I i i I'I •I I i III ; 1 ' 1 f / INSTALL STANDARD SEANCE I II I I CDNIEGIICNS(TO)FOR LOGO' 'I •LOT. COORENNAATE WM OTT it I; • I OR PLANS TIC ' I r 1 r r I a PAS NTOrt Or WS( TO s•Or LOCA1101 I INSPECTOR TO SET LOCATION I , I 33 areA Il I 1 I I rao Or As S CO.13 INOCROROuNO MISS NS OUT Or WI MORS=A..0 RI ACCOADAPCS urn.OM.Moms. No.4,01.IT frAPAS TO K To< 1 IN nap. 40 T 1 I 1 GCNIRAGICSIS RESPC•9•Uir LOCATE APO Mort DK Lac 1 I . 4 1 Cruntan woe ass ii 1 , i I COST 1.0.033 Of AU DM.LI3033300:00 1/01./11C2 I Ma.1001 033.1......0 Tor CoNTRAcToR 34.I.0.23.33 a va 03.03.14.0 Law sma ....,......,,,,,........, I I 1 1 1 I I . 1 • ruu.RESPCNSIOSITY FM Mr mo Au.0..0A003 TO SAW. I la ile..3433 - .- I I •L. 10.:Iii•1••: 0. = -..---.--------_---.--....- --.-. ---- ---..--.--.....--.---.----....-...---.. - MEM :IME1111111/111 ' 111MMIIII 11111 .1. : I IIIIIIIIIIMMIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIMIIIIIIIIIIM -ben•.-44 .... -4. -- _-. --__ --.. -031:Mit. - ..TOLE ASTERHA NO.2 , 1 . I I 1_._ I. _______.. _.__..___. _ . . leff••••• = • .1=.1. 11MIm.....-.._ FE . . k MINIMME111111MMENE-INNIP molommimmgll Imommoommmam.m.sommINCHNININIIMIMI •s•Wir*.Ir.ii •Am .., milimm ' 11=Pr --f-r-,„., ,, • - 1 t I ,„rmilr ••• , „, s,„,son•0.2371-03Z3 ..__....... SePr,-.....• ........_.._I ._..7..n5"""c I -.-.......-- --.- --------.-...---..-.----.-------.. • I Illam- I fi./..ss.,:%,„1.., • - . - I ,0 . . 1.0•0(1.7 Lr.CON0.02 04Accr• 1.11.1111111M.111111111111 ' .• ..,,ISPN--,,,,,:,,,.-__ -111SSIRO-• • - .- -,.. ;,-;.S,1-.1'rginalen3-PlAt_. • -.,x •• „,,I §.: • -- 11.3• --MOW(20 i.r..•MPS rAGASSWAT 'a 1 - .VAC• • APPEARING ON Ncs - ^ d'g g •30 WO WWI MIIIMIMMIIIIIIME11IS IS.- 1212 I: JY.GRGORY.S.me eLLNL.P.E. 7220,oil ANC Sa.19.11. , 11."R-1?-• 9-44 2 2 R a . • . ..- 4 .••..,.. .' o . EIVAIRJA or A scAul.:1....133.31 1::, :4 . :4 =...... „..,.. n 303 e D. •111E-NESRONSBLLENCENTER_______ :•EB " Iri-H-" 3 AN GrillarSE WOGS 114C OiStAS g 8- ....R 8 R -- -: -8 9 R 8 t I A A A • :0424 • iLd• 1 A A- .,...i-S1--4--4 A A- I 1----1 BVICH ISAAX(S)i LAVINIA 7 RIVISIONS -PAVING & DRAINAGE IMPROV_EMENTS rm..nal ANTAL. .9. Dm roes moue 9. ••••,. ,,„„c„,,,,,,,,4 CITY OF WYUE, TEXAS ALONG KREYMER LANE :::.,0 ......on v.% ..• Gass.am...AK sr PG ,,,,, ...v. n,..041._,Nr,e...\ FROM S.H. 78 TO BROWN ST. X 10310E0 Km“0004 DOE cf ocAcRCIL RAMS REIL0(OCTEDI ...::33 i S Los Afts - - PM,OW.. 0 cm.mmc © 1.3.000 430 pan.LP. MCC SW 33. Pm.Mg .4... 1114.33.14 .t 11s31.65 E 30302.03 ELM 5.37_37 La.90‘. iso IAN 4..- 13401:KM CC --4.-- CC 03 : 3..000 0 4.4.1 WM • b•-aN0CM • PC.MN -a- .4, nos i THE HoGAN anpowynoN BETWEE5NANgGeHRNYASuq.Ekali3NRSWN ST. N Eno..•r.....•ONINdric .s.rev mare Nam Neuf Nat.•3/CLET Ni ow.wpm TO 01MCD MP:3K r ..,,4„ 0 1.0•3/3 • Cc 13731 Yak•Ima•Oa I* f-II,r I . Met irasol 3;3 Ill IL 11.r•I ,..., Olk•-•••• la Of A/ .. , • •• . , . .. .. • • . , . , .,..... . 1 I .-,. INSTALL 10" SANITARY SEWER MAIN 11! 12 ;:. ,• , fr OS,522 , 0 .22 I - ...,1 ,- i5 ,„ I,i I N ; IS:U=1'1s ggemACITOSTREEA. 1 'I. ••I . . i I• a, ,- , ,•, EXC A OM I I,• I l. OM MT TIOF It .I I I I I TO CALLIE CT. I 1 t STOW SEAES,COOSI. : 'I I i,I;, I I' I i '" ..‘. ' . . STA 1.13 ,..1 • I STA s..n I I . I ,1, INSTALL I 1 I STA 10.15 : '. • Me0 AST NO' I:IN*NAMI -TT 1-.10.UTILITY LAMENT ••••STD.IMMICLE 1 III !Sri,1-.00. ... T.-.. • _t.,_.4.1-:./ru. ,ota 7 •lac 1 Tr19.'MANHOLE m TOMEI III ! 7 S T• A. ., • I , I -.T.o T.TIEE BT.,"ESITATOTT I,I I SHEPPAR —.—..._ ! 1 il ITS 0111.11,[1.511101T-,•T- IN'ST'All."." I iI,NTINISZLIA I 1 tiFilicruite --— •• •—i..__ir as, r oto A•4,,_far miry[maim r ouot u.''I •I FrIii tot MITT CASENOM•••• [1';M'.. ;r; Ii.--4.- ... , ADOi8vE ALTERNATE ____._ • 0 1 . i HO.2 I 1 •(NA.L. ——.---irThiorfON*0001-- L, • I • .., ill I --i I-.IV OUST LAITENOTT I — 'T TZT-COA01—— -:--. ——-•—:I L I 1 , I , ,C. , : f,. !!! ..._,_.__._._ _...__.:,'L..__--1'.-77.-_-'7__:•72-_"'.7.-' L'-'-i--;''''''''/ I ' OMMOL UNE g I : I I • I g•-• • .•: I I WA ETIOWITIRE I I I II 1 •. I I I I II I • I I TO DONNA DR. . i II-4 l';',a.;Li I i '''i • ill I i! I I , •,I I 1. arsettg7! • I; i • T . •I, I •I, T 12., I I I I • : I I I' I • , 1 I II I . 1 : • , ,0 ,11 I I INSTALL STAMARO SEANCE ill I I I I I I I CCHNEC11014(so)KR EACH I I I L_Ii 1,Ii I . , • • • I I I IT 6 DK MUT Cr ESSE P4NS TO 94011 DAL=STEM MO OSTATEM Cf 041.111SOMS UNCENCOMMO WEEMS LOT. ODOMOTMAATE MTN OW INSPECTOR TO SET LOCATCH IN HELD. I 150 DONNA • I ! I : , TO TATE MT OF CAM KNOWSOCE MO IN ACCOVANCE I I I 0 IS Ell,521.57 I T ISM MONO arCOODS NOW..IT SWILL IC lar 1 • , I I ' ' - • 02001UCT025 ICV004.1141/T III LOCATE MO MO,ME j 11 CO i I ENACT LOGO/7010F At/COSTMO LINCOTGAIOUND NEAR MCA 10 MASAO.NC RC OTMCION STALL ASISM sl'""'"INE mor"earmrm run Us corm,'I*womS Mon i I I I ELL ITEMCKSTOTIATY MO OCT MO 01.1.MATAGES TO SAME. 0 00000 l 1 I! l I 1 il lit . I • I '1. ,,,e1.,...L"-1-- f __ 1 _ _. _ i 530 I_I I I I I I I I. ti 1.i. trm,.Fsmil.Li. 525 --''''kkArKE-ii.txpti-kit.3.i .... .. _. . ...... ..... ..._..........................__._________ ........._............_....__._________ __ ......._____...._...__ ._ ..........____ - --------------------------- --------- ----------- m I I . Can OM.15.1V. . I VI- ...«. Trjr_4_, , 120 NNE .,1:,,e.:65=-. ...:,...,iriiiL4 _ I -1fr SAM WEFT 0.150 OoN111 1111111111111 ' ••, , '.... • , 1.==IMIMIM...........M.M.IIIM"..." ._--- ' '':'' ''' 1 r„..0j,•,,..1,.,..,,„crnmg.a• ;••nr. ...• C 1. NO UMW(Otata MO .0'S',11., MIIIIMIIMI"1111.M111111111111.111111MMIIIIIIMIMMII Mi I 0 1T1 *I TANTS MAIN5 ; 1.111=1.1111M111 11111.111.11.11111.1111.=1.111111.11111111M 'DOCUMENT WAS MJIMORIZED— ....- ,,,. = .•a,.., ..."7";:t;;T • . =MI .., " 1011111 7... , « 111111111... = • ,..1 . .11 A:t t .... F• 'FT - a .Si . : .2 1 .ET VT -1 e?. --•g ,AI... 'ft• -'-..!-- ..: rtt. 7..k°,---F1:2o-KA• ...-5,m, •••••8 -111 A --t 8'-fi T- ,..t. a- s 1 Tit 8 2.... —8 RI—ft.... 11. 2 8 2 4-1: novo rftecnce.Acr....._.= ,,..... MIE3 '. 1=21111i111111111 - - '" MIMI. BENCH BfABErE)T LITEND: ItZVISIONS PAVING & Q.RAI_IIAGE INPROV_EMENTS n.,/2 My.rat Tra.li 110.0-0E-TAM -- MEV.not orrov•ff . MM.oat Orman Q Rm. , CITY OF WYUE, TEXAS Al_ONG KRLYMEN LANE. .....,...*raw a• Carr.OM WO% ea II. LAM .7., .1.worm 21 02/40IVI NEM EAST END Cf CCATORETT Maur AT OL EN.Sol. t 4 La,,././ -- — rolor.lionlokt 0 oaf.lam. 0 ..,,,,5‘,Z•14.kc,.. FROMBROWN ST. 20.1714..c51 COO..5,41,3,a0 La.aro 11/115411 Ix. Mr Sm.Vac roar POLE .a.. 0...010 SANITARY SEWER UNES E 20521.04 CLES:31.3.34 ....— oFf ME •-- Is SATT.ME ------1,--— OL OM - 000 00 0 04 ICU 0 • roor-a•war • ova am _._ a arer0 auracoL / ,,,,,. 0 .10.0•1". 0 \,1,....;e.1.. ult. limn Darr Mil MOE In SHUT NI THEE...HOGAN.Pints BETWEEN CAWE CT. & DONNA DR. CT.WM EL P. BLECTNCAL au.%row •A .... WOO•AMOR•.M. f-e•s ONCE . MAJDA. 0 — 1•4 .Itres-salt so ar•As . • • . .. ... . , ..... . ...-- •.. , •..... ..--.. ... . .-- -• • ... . . ,. . INSTALL 10" SANITARY SEWER MAIN 516.1s Co6.6C1 To CaST 606.1 "Tut N ,igitill CAUTION!!CONTACT GTE 24 HOURS PRIOR TO f i EXCAVATOR IN THE AREA, 2: STA.06 I TO S.H. 78 . STA 5406 0 256.5.. I i V;.+L MAX•4042 .. 1-.1 .. - ritt 2. 111C AO21 ALTERNATE N•o••1.2*10 . 'PTY.'• •To 13.63 rAL -SM.Clr..011 *1,2a.g 'nolo r.•••••••7.1- 77-7.- -.-- -----f----"2:Y t"E'D". e"A'''''8" '.''''''" • r 1r 03.0601.5/TIC .1 I 1e i:f3 k?-7;)r'T•576ri•I'-;.---I---'---L-I .,:-- *.L'e.--!c- --___ •', i' '"i ,,I , e I , •• . i ,-'LL61,7 . I 'i' cw...,,,r - _2 .. 0 ....,, 14.' -...1',-La•unurr LAURENT ,,, 1 I I,I I; .• I ';.g tb.il •. ' I •I i • 1••••-• .L. -.., 'I. • -11...-,e.‘,„,....,.., .t, !' •i• I .i, truz4ti 1,1-1 !;. ai 'I' i 1 1 ....:,-.Kt MITT C551000eT 1 'La e-, ,7I I, TO CALLIE CT. • I I 4 'th..• ...' d i I. I L.I...; •e 1 , .1• I II I!I : Cas7.-1 ' 1 '.&''. ! 'I 1 I . . i ;1. I • "c1.4.2.7_-1,25T• 'I . 1 I 4.61C-'I I ,I ' I•I .i i•,-.-',111INC mo•irale i r I. ,,., I • . I 1 i I I I i, • INSTALL STANDARD SEFOACE t I I I i CONNECTIONS(5)FOR EACH I I TO T LOCATION :1 i I I I LOT. COCNINNAATE PATH OTT INSPECTOR SE N•TELD. I 1 I I 1 I I 1 .I. , •I IT 15 TIE 10030 or TIM run 10.060 11.LOGI. 1 NC 1310*001 Cr ALL OM.1.003010501.010 1.0141IC3 TO Ile OUT PT HA 140.05LC AM 01 ACCITOOMPOC i 1 i 350 CALI I i TO LCCAIT NN D 1 t 1 I NN DOC i I I 1 1 ,1. , IK KW.. 1.10.C.115,IT WI It TIC 056TRACTOTIS 51,3005DOLITT Wort ME ...........I..tpet I,1• , i i DUCT 1.0400•5 cr ALL CAW.1560065.0.0 VIM. •.por6.Tame,cotOM cp OE,:524.1S II .I I 1 • I I I Pit ocAvAnoN APO DC cONTRACTOR 9•NA.39-NC I CM mg*.NOM _ _ Ma i'i I I H;--_,__ __ _ nu.res•aseury Dm MT 0.60 AM.15666/621 TO LOC. ; ID Duro.. I ll li 1 I 1 P '-.---- ---T 1----_-..-- -.--_. -I I ast pie I } . 1 H.PUNK 100.;ILO rt 7T-1 1 I t r . +COM NY;Law:- I 550 I I 1 1 I -- I 1 I 530 10.,.. 7. .s-i.r . _____,...t.,... 1-55515Tfirl„..:. /WT. 4 PACE ri r I 1 1..1=.1. ,T•1•3001TO•E-O-TVOTAFE.NO.2.-..-......._.i........_ 525 ------42. --_ II . . _ TO. ....s.w.., 7i-...-......, In. .•set•0.23/TOLoRDT- ________ 520 OM r .I I I. • . 1---nr-sow-s -4...-OEN5S) , • Ir.' .._.. , „ ?':.••:',.x.1=1••:.:1'.1---.- I I , pi ---F-TZSTO,731 1 f _ _ .151C SG-ANKARINC Co TR. . DOONCTIT WAS ALDNotato SY-CREDLAT-1-17-NaiN.P.E _ 'A' 1- I- .re 66.106 SO I,ecocom ortAscourr i - tO! 712d3 ON JAE 16.1007. .2. E!, , , 510 __TIP______,_. I .. INE Mieefffoirrii .a nn vn--ac J111.m.,Pm leo. :IT- .., I a 8 a 8 ENONCERRoc PITACIICC ACT.--- 2- ______,„,;:, •1.1 -4••• ..''2 --. '." . .. 503 .. 'T. kir 2 r a Ap, t 2 I 2 ,i 7 ..2 2 c 2-4 ti 2 . ' a 2 2 2 e - .i • la.t 1 1 it E E ,t. 1 1 ,. I-,1. 1 .1.---1---1.4. ---:I -: i a a A 'i 1:-, 2- 8 a- a it I a A g a i' .1. 'i' - t 8- 8 • ---- ------1........-. 2-S--a-2 'a 1 ..2- 8 2 ' . .. . ... .z• ••2 8 2 1---32 S---8 2 a a X •t • •2 : s I Lit__ - - - - - - - --- - LICIICH muu(s)I lama;: ASTISIONS PAVING & DRAINAGE IMPROVEMENTS ,....0 IOW.SU MO.i I 59150-0/-mT -- flak noc mower + it.nraL lotrwil cr I.. 0,„,...,.. 6160.act vac .0 Cam GM%%AC or *5. WI .7.• ...4,05.... . CITY OF WYUE, TEXAS ALONG KREYMER LANE FROM S.H. 78 TO BROWN ST. *Co no form WAR GAST COO Or Au,WOW.04.10.660 CALLA Cl. 05 661.sat k 3 LOT.6 - - nor.ow.. 6 cosT.loom< © KM _ SANITARY SEWER LINES .NOMITICAST 030.01 Cr mix limo.GO Or0005140. MOD FM.350. it 0.00.0 1.... 00•01 PCU ••• CLIANOW g ..„.......". 1 T DOOM L 1200735 UM 514.01 cur rpg ,.._. ,...r.,,,,g, THE HOGAN CORPORATION BETWEEN HWY.ya & CALLIE CT, ............. --.-- ....., - „„„..,my, 0 04 WM . \ 1 • " ImP-imall • Roo Lew -, ENO..•NOMA•42•••••16 *Nat Num am Su. mat N.MSC N..No,so. OL wan 11311166. T oup IN 0 mow••••• • "1 .AL L." D.mica Cr.6+6653 IISCINoc- C e _ ,. Ogg•OM•Ow MOB g.m.g 0,55.35 0 ca: n1 ./. ••••••r ......... ... TOOT .., . . . . , . ,I I • II I -——1-—--_____ _ i _ _____ iiii____ i' f_____ , F- S. . , I , --•-•--------- - r ..1 ______, __ i I '1, l I EASY I I I i I O // WY�<IE R AHC H I I I I ! • r '- I---.._.._.._.._.._.. II\• I \ I A PARK • I _. -- --- L I eu'I � ¢cv stzs Accept.emrwtE NO.3 . Itt nahor�—,__ •nve le (- J ••_ I ' { S Y ,..._— A y'SAAn.a GYp.plf I � '-_ -.__--— , I I 1 ' • 1 R A 4.H 1 • STORM SEWER RUNOFF COMPUTATIONS I .•_.._.._.. .. I ' O pzy.11i3 W Y E+ (' / pWMG[ MG eMgl7 T.O.C.INIpiSIl1 O. 4. L----__— _ _ s -sS�I' - •/ 1 ttac euv-suo MG w. Wa!)°cE'C" .fmti)'T ,.(••'W) --- ••1 ; \ 1 ••—•'•--.• 1••_•. — t zre o.w m e3s r.w sc3 u.o • �••-_•._.. •—___—_---__— --•J' �. 1 +t z lte 00...s. .w 1! U!)9att:t4]1 _ 1 ••_••_•• •••��• _ I �I 1 •`.Y i • I . 1 . ] 3.40 0.00 is rus zs0 lze 10.3 -..�;:_;;—_::_:- ,..)I !i A . 1215 OM is I35 1J0 45.9 53.1 __ - o __ L' .l i i B I B s z]e 0.0 m e33 7]0 9.0 ia7 1 �_____—__—:__:_ I e Iiw- o.w - Is ets 73D.e..sea -- _—__—_-_ -- onn0 �O_ ---_ 7 iEE Ow ID e237.50 O] 11R ' --11r1------ --—.OI I .� l` �.•_.._.._.. I-- .• I 111� • •_••J f 200 OM is e35)]04J 9.5 ••—••_••_•,—„--L :', - 11 y • I f zto 0.00 15 e.t5730 7.0 fA ,.•�,r— --__—__—___,__J I I __�__ I y o !x o.w if em 7]0 m]a.c I/ i „ t] tzt! 0.w 13 e33730 MP 5.4 ---17- • A I • I " L --__ �Si7A MO. /FMs+.] 0.w o.w 25 ati e3032e]0A .--- - .ti I. 21..0 O.w 11 5.12 e.m es.7 A.e �I: ` ->_ .._.._ — e Y .. it I' _ • — •• I E RAH 1 I t - Ir �I W Y`I I__- +I C • • R Exmiec 1 III UNDOI]oMiim. nn /• I 3.' .y� I f` t Y ITI * -e I�r ! * +I 1 •k i + .:l I ii f.\ I ,00211.1017_�AYrTS PA 0 00 .72203GRE OM S NM OR MK 5.10 P. 97 I I "l�0.90pM a A SCUD oocwe]rt t SECTION C-C enicm MOMNmn no SECTION A-A SECTION B-B e]M MSPOMME ENONFFR I qM N MAm.MINS( UOI Opus _ p101EFIMY OR.mICC _unfit RAMS): LICKED: REVISIONS PAVING do DRAINAGE IMPROVEMENT prop S...f S +o0 —____ f c�mr:w�Evau .4•. 'a OccwnoN 04. aR. CITY OF WYLE,TEXAS ALONG KREYMER LANE o'it 1 T , ."0 -_--- __,._._--- _ nap.w.aE O w"0� ®Arilk FROM S.H. 78 TO BROWN ST. AnE DRAINAGE AREA MAP a v.S.M—~—— a PLONK --...— ..�. DR c vs 4 % THE HOCaiW CORPORATION 1.04 m....29 • FI�w.Nee.e•QaWr ev3iu MA VI airs aeuE PRY w SEW 1 NM.401 El ram t B....--.--_._.1 O e0¢S..Mt • • O.•Ar•...do OF..iu RAM nmwvl +'V•p row Q to e - eY A le/9 nn r•eeI e.+-aAe rr r r • THE HOGAN CORPORATION Engineers • Planners • Consultants July 11, 1997 Honorable Mayor and City Council Members City of Wylie 2000 Hwy.78 North Wylie,TX 75098 • ATTN: Mr.Mike Collins,City Manager RE: Kreymcr Lane Paving&Drainage Improvements THC 4'002-38.20 • Dear Mayor and Council Members: On July 11, 1997,bids were received at the office of the City Manager and then publicly opened and read aloud for the construction of the above referenced project. During the process of the bid opening,the bid bonds or cashier's checks included 'with each bidder's proposal were reviewed,and all appeared to be acceptable. The bid package for this project included four(4)Additive Alternate packages. The base bid included paving and drainage improvements necessary for the construction of the roadway and sanitary sewer stub-outs under the new pavement. Additive Alternate 1 is for an additional 12 feet of concrete pavement width,or one traffic lane. Additive Alternate 2 is for the extension of sanitary sewers to serve the Wylie Ranch Estates Subdivision. Additive Alternate 3 is for miscellaneous drainage improvements in the Wylie Ranch Estates Subdivision,and Additive Alternate 4 is for the construction of a new sidewalk along the west side of Kremer Lane. • The proposals submitted for this project have been thoroughly reviewed in our office. No errors were found that would alter the position of the bidders. Five(5)bids were received,and the apparent low base bid was submitted by TRICON Services, Inc.in the amount of 5608,070.80. A detailed bid tabulation of all of the bidders is attached for your reference. If any or all of the additive alternate packages are included with this contract,the low bidder would be either TRICON Services,Inc.or Morrow Construction. Council may,at its option,award the contract with all,some,or none of the various additive alternates. The Hogan Corporation has received and reviewed the information and reference's provided by both TRICON Services,Inc.and Morrow Construction. We have contacted several of the references provided by each and all have indicated they would use either contractor again. Based on this information,we have no hesitancy in recommending award of the construction contract to either TRICON Services,Inc.or Morrow Construction,depending on Council's decision to award the base bid only,or the base bid with alternate(s). Should you agree with our recommendation,please notify this office,and we will proceed with preparation of the Contract Documents. Yours very truly, TEE HOGAN CORPORATION e4;fr„...--71-5C>-7‘1:7-2 Gregory Lean,P.E. Vice President Enclosure • • Member,Consulting Engineers Council of Texas 12900 Preston Road at LBJ, Suite 62( �►' Member,American Consulting Engineers Council North Dallas Bank Towe Dallas,Texas 7523( KREYMER LANE PAVING & DRAINAGE IMPROVEMENTS BID SUMMARY Bid Description Tricon East Tex. Morrow XIT L.H. Lacy Base Bid Paving 608,070.80 680,218.08 658,354.05 691,845.60 721,835.10 & Storm Drainage Alternate 1- 81,653.75 80,392.22 87,084.95 87,254.60 87,931.80 Add One Lane of Pavement Alternate 2- 167,274.00 103,996.00 92,415.00 158,130.00 210,360.00 Sewer Extension, Wylie Ranch East Alternate 3- 44,400.00 44,859.40 52,955.00 71,200.00 55,310.00 Drainage Imprvmt. Wylie Ranch East Alternate 4- 21,780.00 23,760.00 15,840.00 23,760.00 22,572.00 Add Sidewalk on West Side Kreymer Total Base Bid With Alternates 2 & 3 819,744.80 829,073.48 803,724.05 921,175.60 987,505.10 7/17/97-kreymer KREYMER LANE PAVING & DRAINAGE IMPROVEMENTS BID SUMMARY July 17, 1997 Contractor: MORROW CONSTRUCTION Original Bond Project Budget $361,983.00 * Base Bid Paving& Storm Drainage $658,354.05 Alternate 2 - 92,415.00 Sewer Extension, Wylie Ranch East Alternate 3 - Drainage Improvement, Wylie Ranch East 52,955.00 TOTAL BASE BID WITH ALTERNATES 2 AND 3 $803,724.05 * Project scope now includes Brown/Kreymer Storm drainage improvements costing$296,000. 07/17/97 (04:50 PM) KREYMER.WK4 is T t A fit. + 8 A A V A N x A N N O m m J W P I. m N O m m J W P + m N + a *�N{' J Vy {Gq�p m fm� q J m q 1p m � � � P 0r� - p - m O O o J - - - - 8 . . - W 1 E t tO r 0 + i J m O N O '" • r tiThitiiiiiuhfiiiitiItwiuw1 P ?� pPmmmmmm r r r r r r r rrr n C � a, 11111 2. E 1111 ,,, ,. plitfli- g tNi" 2- itTft .1 g 0 r x Q n 4. 8 tt L t t s i ai at a s aQ {a� a :i a m £ $ o m 0 g � Yq§� S �Q �'L' C C a Qf8 3. 1 s it i It 1 'Y Y�� 5� 99Q� 5r 5- yn a n n 12111 p g g l o iS g g g . a if i i i i i if i i g A g r i ,�i� o - ,$i N m 8 8 8 8 0 8 8 8 8 8 8 8 88 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 P 8 8 Y 31. _ y a _ N N p J J PPP P JQ ... m + -. o P 0 ♦ Y Or J kr ,' O 9f 2t PJ 0 M g , i g ; i g i l g § § g § en g 0 g g g ; ; ; g ; �e i S E i s g t Ol i g a 88 88 8 888 8 8 8 8 888 8888888 8 8 8 8 8 8 8 888 888 8 8 iig _ m m w _ 8 8 8 8 8 888 8 888 8 8 8888888 8 s s 8 g o 8; 8 0 8 8 8 9 I $ E 2. 8� N wa a a a . m tl 1. 14 `" 4f 4D (J + P m J m N W P N m + P 0 88 88 8 888 8 8 8 All 0 8 888 8888888 $ 8 8 8 8 8 888 888 8 8 a O 0 M a i § o g p E s o § "s i i i § § i l s 5 = 8 a s s . - N at R i m � y ow 88888 ass 8 8 8 8 88 8888888 0 5t 8 8 8 8 8 888 8888 8 °ti iP P J P V fJ m l z O O y� i� �i J '� R ♦ o N m ,'� F3 in m '�' ;3 csi a 88 88 8 888 8 8 8 8 888 8888888 8 al 8 8 8 8 8 888 8888 8 z 2. 8888 s 888 8 888 88 8888888 8 8 8 8 8 8 8 88sssPs m g �i y 5� 5i 9q 5i y-. N - . 8 5m� 5� a N 5�� 5'oi �mq 9m¢ k♦y m $ �SQi' m ♦ o 'u f 5►� S o pyu� - 3 m g g g g i i g g 8 gig 0 1 ; I i i i i f 7i i ZS m li o i g LT .,`J t $ i F 1 p 88888 888 8 8 8 8 8 8 8 8888888 8 8 8 8 8 8 8 8 8 8 8 8 9 8 0' g (0 sgggN g g 0 lo m m gt gt -§ § 0 .0 § 0 g g 8 s 8 a = J - rN a 88888 888 8 888 8 8 8888888 8 8 8 8 8 8 8 8 8 8 o 8 8 8 8 • sggg $ Eig ig g g Dos § tOtgg § § g E E § N g 3 ggE § Ai i I 88888 888 8 8 8 8 8 8 8 8888888 8 8 8 8 8 8 8 8 8 8 ?! 8 8 8 8 ig .8tgp sgg g P a • p 2S iiEEi i s g a a a s e „ _. 1B ., N 8 8 8 8 0' 8 8 8 8 88888 8 8888888 8 8 8 8 8 8 8 888 8 8 w 8 8 PPPPP PPPPPPP PPPPPPP 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 88888 888 8 8 8 8 8 8 8 8888888 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 ?q D i i . m E t a N p £ of 0 t E E E E E t 8 a a £� J � 21 m � a Y as ss ; 8AA 8 $ p 888 8888188 8 8 8 8 8 8 - Dss AsoS s ny P J 00 .&x0 p Eng P N0EJ g $� E .§ S% N J 6 x A v a N tm — aet .. N J g 1.. saga m88 �t 88N89 N8 8 8 A 88J8 888 aaj 99Sa 89 8 8 �1 s is $ $ 888t 8888 5t P t N m O I N J p �. O Y N i Oi �1 m i i P O m+ IN. O J .'.� S 8! 88 8 889 A Si8 a 888 A 88888; 8 8t A fn 8 ti ; 'i $ ;i AN r 8 14 WW a . )o • City of Wylie Paving and Drainage Improvements along Kreymer Lane Bids Rioil1m. y i 1,1987,9 am. BID 6UMWflY gem Est. Td Con East Tawas Morrow )OT Paving L}f Lacy Un7 Price Bid AD7dtirit _Average it ay. Una Description Una Price Amount Unit Rice Amount Unit Price Amount Una Prie. Amount Uni Rice Amount Minimum Minimum Averag. M.dl.n Deviation 38 290 LF.Furnish and Instal 10inch dine iron sever 40.00 11,200.00 42.00 11,760.00 25.00 7,000.00 68.00 18240.00 68.00 18.240.00 25.00 0.00 37.17 41.00 16.44 . pipe.al depths,Inducing embedment,and . removal of earthing sewer 39 3 Ea.Furnish and nsl18 alandrd 4'diameter 2W0.00 0.000.00 1,176.60 3.525.00 2875.00 8.025.00 2300.60 8,900.00 1.500.60 4,500.60 1.175.00 0.00 1,609.33 1,750.03 716.67 manhole.at depths.Ira Mang removal of 40 448 LF.Construct separate 30-inch dab and gutter 15.60 8.736.00 19.75 8,867.75 15.00 6,735.00 15.00 8.735.00 18.00 8,082.00 16.00 0.60 13.79 15.00 4.80 . • 41 148 Ton Construct 4inch hot mix asphaltic concrete 45.00 6,670.00 74.03 10.804.00 66.00 9,490.00 56.00 8,030.60 42.00 8,13200 42.00 0.00 46.83 60.W 17.83 pavement.Type'B' 42 73 Ton Construd 2-inch hot mix asphalc concrete 60.00 3,660.00 74.00 540200 65.00 4.746.00 60.00 4.380.00 42.00 3.066.00 4200 0.00 48.50 66.00 18.33 pavement,Typo'D' 43 9 Ea.Consbud barrier free ramp(minor intersection) 300.60 2700.00 375.00 3,375.00 375A0 3.375.00 600.00 4500.00 340.00 3.060.00 303.00 0.60 315.00 367.60 110.00 44 150 L.F.Famish and Instal sanitary sewer amassment 20.00 3,000.00 10.00 1,503.00 10.00 1.560.60 28.00 4,200.00 24.00 3.800.00 10.004 0.00, 15.33 15.00 8.67 Total-Base Bid Amount S809.070.90 $660218.08 $668,354.06 6691,846.80 $721,836.10 Additive Alternate 1-Additional Lane of Trattlo A1-1 1,140 C.Y.For unclassified street exavaion 6.W 5.700.00 7.50 9,560.03 7.00 7980.00 8.00 8,840.60 6.80 775200 6.00 0.00 5.38 6.40 1.92 A1-2 350 C.Y,Embankment material ter Roadway 5.00 1,760.00 625 1.837.50 8.00 2.800.0D 200 700.03 200 700.00 203 0.00 3.71 3.60 238 A13 2503 S.Y.Construct 7-inch Urn*stab80d tub-grad. 125 3,128.75 126 3.128.75 1.66 4.129.96 120 3,003.80 1.40 3.60420 120 0.60 1.13 1.26 0.38 A1-4 68 Ton Furnish hydrated lime 100.00 6,860.00 92.00 5336.00 106.00 6,090.00 100.60 6.800.00 97.00 5,626.00 9200 0.00 8233 98.50 27.44 A1-6 2.503 S.Y.Construct 8-inch reinforced concrete payment 25.00 82576.00 2299 67,643.97 25.03 62,576.00 27.60 67,581.00 27.20 68,081.60 22.99 0.00 2120 25.0) 7.07 A1-8 0 LF.delete 0.00 0.00 0.00 0.00 0.00 Q00 0.00 ODO 0.00 0.00 A1-7 36 Ton Construct flinch hat mbr asphaltic concrete 60.60 1,800.00 74.00 2,684.W 65.03 2340.00 60.00 pavement,Type'B' 2180.W 42.00 1,612.00 4200 0.6048.60 65.W 18.33 A1-8 18 Ton ComhM 2-inch hot mix asphaltic cones. 60.00 900.00 74.00 1.39200 66.00 1,170.00 66.00 1,170.00 4200 756.60 4260 0.00 49.33 67.60 18.89 pavement.Type'D' Tope-Additive Alternate 1 681,663.76 $80,392.22 $87.084.96 Adde Alternate 2-Wylie Ranch Estates Sewer System 587254.60 SB7,931.80 itiv A2-1 3.740 LF,Furnish and Install 104meh WC SOR35 sewer 35.00 130,900.00 20.66 77231.00 17.03 63,580.03 3200 119,880.00 41.50 156210.00 17.00 0.00 24.36 26.33 11.81 pip.,a4 depth.Including embedment and removal of.king sewer A2-2 9 EL Furnish and Install 4'diameter manhole,all 2000.00 18,000.00 1275.00 11,475.00 1,600.00 14,40000 2,000.00 18,00O.00 1,500.00 13,500.00 1275.60 0.60 1,395.83 1,560.00 60556 depths.Including removal of existing manhole as A23 3 EL Furnish and instal standard endolln.cleaner. 500.00 1,500.00 275.00 825.00 265.00 796.60 950.03 2.860.00 600.00 1500.60 286.00 0.60 415.60 387.50 236.00 all depths,including removal al existing A2-4 33 Ea Furnish and instal sever s.Moe connection. 600.00 16,500.00 326.00 10,725.00 360.00 9,900.00 420.00 13,860.00 950.00 32.870.00 900.00 0.00 422.50 372.50 216.00 including locating esdsing sank*literal,soya to main.a.Me*load,1-way d.anout it easement A2-6 3.740 LF.Furnish and Install and maintain tench'ably 010 974.00 1.03 3.740.00 1.00 3.740.00 1.00 3,740.00 200 7,480.00 0.10 0.00 0.85 1.60 Q53 - Total,Addible Alternate 2 6187274.00 6103,996.00 582,415.00 S158,130.60 $210,360.00 Additive Altamaha 3-Wylie Ranch Estate Drainage , Improvement A3-1 3.650 C.Y.Undassited channel and bar ditch excavation 6.00 21,900.00 7.50 27,375.00 5.50 20.075.00 1203 43,860.00 8.80 31,390.00 6.50 0.03 580 6.75 277 A3-2 1 LS.Broadcast seeding and Wafting of dslurbed 5,600.00 6,O0O.00 8,700.03 6,760.00 1.000.00 1.000.60 10200.00 10200.00 6,160.00 6.100.00 1,000.00 0.00 4,833.32 6550.00 2888.89 A33 100 LF.Famish and install 21inch Cass■Reinforced 30.00 3.000.00 38.00 3,860.00 28.00 2960.00 48.00 4,800.03 39.00 3,903.00 29.00 0.00 90.50 34.00 11.17 Concrete Pipe Calved A3-4 tO Ea.Furnish and instal driveway replacement 1,0W.00 10,O00.03 250.60 2560.00 2.560.00 25,000.60 700.00 7.000.00 870.00 8,700.00 250.00 0.60 886.87 785.03 675.66 THC 00238.20 THE ROOAN CORPORATION Pogo City of 1 s'lie Bids Received: Paving and Drainage Improvements along Kreymer Lane July 11.1997,9 a.m. BID EUMMAIIN' Unit Price Bid AnaNsis tern Est. Tri Con East Texas MorrowXfT Paving Ll-I Lacy vee Unit Description Unit Price Amount Unit Price Pri Price Amount Unace Amount Unit Price Amount Unit Price Amount Minimum Minimum Average Median DAeviragation A3-5 60 LF.Furnish and install 42-inch Claas I9 Reinforced 75.00 4,500.00 74.74 4,484.40 68.00 4,080.00 80.00 5,440.00 87.00 6,220.00 68.00 0.00 65.79 74.87 21.93 Concrete Pipe Culvert Total-Additive Alternate 3 644.400.00 644,859.40 $52,956.00 $71200.00 $55,310.00 Additive Alternate 4-Sidewalk along west side of Kreymer ln. A4-1 1,980 LF.Furnish and Install 4 foot wide reinforced 11.00 21,780.00 12.00 23,760.00 8.00, 15,840.00 12.00 23,760.00 11.40 22,572.00 0.00 0.00 9.07 11.20 3.38 concrete sidewalk Total-Additive Alternate $21,780.00 $23,760.00 $15,840.00 $23.760.00 $22,572.00 Base Bid Only 1 TRICON $808,070.80 2 Morrow Cons!. $658,354.05 3 East Texas Consi. $1360,218.08 Base Bid+Add.Alt.2 1 Morrow Const 5750,769.06 2 East Texas Const. $764214.08 3 TRICON $775.344.80 Base Bid+Add.Alt.2 and 3 1 Morrow Cons*. $803,724.05 2 East Texas Cone. $809,073.48 3 TRICON $819,744.80 THC 002.18.2p • THE I10GAN CORPORATION Page 3 CITY OF WYLIE, TEXAS RESOLUTION NO. (R) A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF WYLIE, TEXAS, DECLARING A NEED FOR IMPROVEMENTS TO STREET DRAINAGE AND SEWER SYSTEMS IN THE 300 BLOCK OF CALLIE COURT, THE 300 BLOCK OF DONNA DRIVE, THE 1900 BLOCK OF EAST BROWN AND LOTS 1-5 OF WYLIE RANCH EAST, COMMERCIAL PARK, EAST OF KREYMER LANE, IN THE CITY WYLIE, TEXAS. WHEREAS, §402.064 & §402.072 of the Local Government Code, and Chapter 313 of the Transportation Code authorizes the City of Wylie, Texas to declare a need for improvements in the City of Wylie, Texas; and WHEREAS, the City Council of the City of Wylie, Texas ("City Council") proposes that a part of the cost of the improvements be paid by the benefitted property and its owner(s); and WHEREAS, the City Council has investigated and determined that Subchapter D of Chapter 402 is applicable to Wylie in that all or a major part of its territory is in a county with a population of more than 25,000. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF WYLIE, TEXAS: SECTION 1: The City of Wylie, Texas declares a need for sewage and drainage improvements to the street and sewer systems in Wylie Ranch East Subdivision Phase One and more particularly described as follows: 1. the 300 block of Callie Court (Lots 1-10, Wylie Ranch East Phase One); 2. the 300 block of Donna Drive (Lots 11-20, Wylie Ranch East Phase One); and 3. the 1900 block (north side) of East Brown (Lots 21, 22, 23A, 23B, 24A, 24B, 25A, 25B, Wylie Ranch East). The City of Wylie, Texas declares a need for sewer improvements in Wylie Ranch East Commercial Park and more particularly described as follows: RESOLUTION FOR IMPROVEMENTS IN WYLIE RANCH EAST EST.-TES-Page 1 hj/I:\nnbox4\wylie\ran ch2.res/081497 1. the south side of SI-I 78, east of Kreymer Lane (Lots 1-5, Wylie Ranch East, Commercial Park). SECTION 2: The specific plan specifications are detailed in a contract authorized by the City of Wylie, Texas with Morrow Construction for the construction of the improvements set forth above, which is attached hereto as Exhibit "A". SECTION 3: The estimated cost of the improvements to be constructed is One Hundred• Forty Five Thousand Three Hundred Seventy Dollars ($145,370.00), all more particularly described in Additive Alternate Bids 2 and 3 of the said projects, which are attached hereto as Exhibits "B" and "C". The bid for Additive Alternate No. 2 (sewer improvements) is Ninety Two Thousand Four Hundred Fifteen Dollars ($92,415.00), and the bid for Additive Alternate No. 3 (street drainage improvements) is Fifty Two Thousand Nine Hundred Fifty Five Dollars ($52,95.5.00). SECTION 4: This Resolution shall take effect immediately upon its passage. DULY PASSED BY THE CITY COUNCIL OF THE CITY OF WYLIE, TEXAS on the day of August 1997. JIM SWARTZ, Mayor ATTEST TO: SUSAN SHULER, City Secretary RESOLUTION FOR IMPROVENI NTS IN wvi.ii:RANCH EAST ESTATES-Page 2 hj/i:\inbox-R ylie4 uteh2.res/OS1497 WYLIE CITY COUNCIL CONSENT AGENDA COMMUNICATION ITEM NO 3 August 26, 1997 Issue Consider and act upon approval of a resolution to formally initiate action for a Public Hearing for the annexation of Lots 6, 7, & 8 of the Wylie Ranch East Commercial Park. Background The properties owned by Roy Neeley and proposed for development are not currently in the city limits of Wylie. At a meeting with the residents from Wylie Ranch East Estates, the question arose "would the commercial addition North of the subdivision be assessed for improvements being made to the water and sewer?" The residents were told that staff would review the situation. During the city staffs review of the tax rolls, Lots 1-5 were assessed taxes but Lots 6, 7 & 8 were not. Staff was asked to review the metes and bounds descriptions on the Wylie Ranch East Commercial Annexation Ordinance (Ord. 86- 74 annexed in 1986). In reviewing the metes and bounds it was confirmed that only Lots 1-5 were annexed and not Lots 6, 7 & 8. In further review the tax office has no record of Lots 6, 7 & 8 ever being on the tax rolls. The Ordinance annexing the Wylie Ranch East Estates Subdivision (Ord. 87-24 annexed in 1987) was reviewed in the event that the lots were included in this annexation. The lots were not included in this annexation. In searching other annexation ordinances approved during the same period that the above mentioned ordinances were, staff has not found any ordinances to indicate these lots were annexed. Also, minutes from City Council Meetings during that time frame have also been reviewed and indicate the same conclusion. This situation begs the question of why the fact that these parcels are not in the city was not discovered during the previous zone change consideration process. As standard procedure, staff makes reference to the City's official Comprehensive Zoning Map. Each parcel, if annexed, has an ordinance reference number that appears on the parcel or parcels in question. The three lots did indeed have ordinance references. Staff, therefore had no reason to verify what they believed to be accurate. The work obviously was not correct. We have begun a process to complete a comprehensive review of all annexation ordinances. The next issue to be addressed is what can the Neeley's do with their property and what control does the city have over the development. Based on what staff knows today, the property is located in the City's ETJ (extra territorial jurisdiction) and a plat is filed with the County. Therefore, the city has neither Land Use or Subdivision Regulation control. Consent Agenda Item No 3 Page 1 Background -continued However, when the Neeley's were told this information, they indicated that a quality building would be constructed, the development would be hooked onto the city's sanitary sewer (due to the Council Approval August 5, 1997 for the Kreymer Lane Project) and that it would acceptable to them to be annexed after the County issued a building permit. A service plan has been established for this area. A service plan must include police and fire protection, solid waste collection, maintenance of water and wastewater facilities, and maintenance of roads and streets, including road and street lighting. Listed below is a calendar that has been established for the notices, public hearings and approval of annexation: August 26 Resolution to initiate formal action August 27 1st Notice appears in the official newspaper September 9 1st Public Hearing September 10 2nd Notice appears in the official newspaper September 23 2nd Public Hearing October 28 Adopt Annexation Ordinance November 5 1st Publication of Caption of Ordinance November 12 2nd Publication of Caption of Ordinance Financial Consideration Lots 6, 7 and 8 would be part of the assessed property during the improvements made to the Wylie Ranch East Estates and Commercial Park. These lots would also be added to the tax rolls for the 1998-1999 fiscal year. Other Consideration Local Government Code 43.052, Annexation Hearing Requirements, states that before a municipality may institute annexation proceedings, the governing body of the municipality must conduct two public hearings at which persons interested in the annexation are given the opportunity to be heard. The hearings must be conducted on or after the 40th day but before the 20th day before the date of the institution of the proceedings. At least one of the hearings must be held in the area proposed for annexation if more than 20 adult residents of the area file a written protest of the annexation with the secretary of the municipality within 10 days after the date of the publication of the notice. The protest must state the name, address, and age of each protester who signs. The municipality must also publish notice of the hearings in the newspaper. The notice for each hearing must be published at least once on or after the 20th day but before the 10th day before the date of the hearing. Consent Agenda Item No 3 Page 2 Other Consideration -continued The municipality must give additional notice by certified mail to each railroad company that serves the municipality and is on the municipality's tax roll if the company's right-of-way is in the area proposed for annexation. Local Government Code 43.053, Period of Completion for Annexation, states that the annexation of an area must be completed within 90 days after the date of the governing body institutes the annexation proceedings or those proceeding are void. Recommendation Staff recommends approval of this resolution calling for a public hearing to initiate the annexation for Lots 6, 7 and 8 of the Wylie Ranch East Commercial Park. Attachments Resolution for Public Hearing Map of Area to be Annexed Service Plan /Lim ,161 (.44+ 61 Prepared By Reviewed by inance City Manager Approval Consent Agenda Item No 3 Page 3 RESOLUTION NO. A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF WYLIE, TEXAS, CALLING FOR A PUBLIC HEARING TO INITIATE THE ANNEXATION OF LOTS 6, 7 & 8 OF THE WYLIE RANCH EAST COMMERCIAL PARK WHEREAS, the City of Wylie desires to initiate annexation of Lots 6, 7 & 8 of the Wylie Ranch East Commercial Park; and WHEREAS, the City of Wylie finds that said annexation is advantageous for the city; and WHEREAS, the City of Wylie will be able to effectively deliver services to said property owners; and WHEREAS, the City of Wylie will be able to oversee and regulate future enhancements of the area; and WHEREAS, the City Council of the City of Wylie finds that the approval of the request would pose no negative affects on the citizens of Wylie NOW, THEREFORE, BE IT RESOLVED, by the City Council of the City of Wylie: Section 1. That the City Council of the City of Wylie does hereby grant approval to initiate annexation proceedings for Lots 6, 7 & 8 of the Wylie Ranch East Commercial Park. DULY PASSED AND APPROVED this the 12th day of August, 1997. Jim Swartz, Mayor Susan Shuler, City Secretary t OPEPt.--------------rr • ` TEMANA LIMITED INC , 142 7 AC pTc.N159-N ,--- 92 84 DWI >. 3 • Y ♦ a_ 77 HALL 4, N SITE Q7 1.. o cm G D. cn • STATE HWY. 7e T 1A)R ARCHIE PARKER PARKER PP EUBANKS ELEC LLCC Co. AC I O AC l u AC - l u AC • WYLI RANCH EAST I 21MNERC3L FARI(4 5 6 7 8 S __ DAVID /1 PARENT THU:TEE —__/... 2 3,' 12C 19 18 17 ®�j®16\ iiiiiD4 d 2 1 Iw.831 AC 25, __ .evons ire Lane 3 1 2 :urt • 626 1312III109 876 5 4 3 2 1 27Collie 28 > • 1 161 1819 •21 .22 •2526 ©a 29 F"I_• . WYLIE�HANCH EAST 30 F , 31 18171615141312111098713 36 10 9 8 7 / 6 3332V: -2:)21111314• 26271 *31 3- — s Shepard one 1 11' & N1817I61514131211 10 9 8 7 6 5 4'Q II 12 , 13 14 15 T 6 5 4 3 2 1 .. ZL� Y DAVID N PARENT • gala 26 19�21222323a26 27 28 29 3:31'32'S'� 32 P79 AC �" Donna Drive ll • . Kno I Drive 4 3 2 I 1 \a 3171615114 1312 11 10 9 8 7 6 5 4 3 2I o765 20 19 18 17 1.6 'Ni a, 2A�a1�.:Q 91Mm®�! i3v atr N' • •on 78 AC 3B t.'l: 121 5 4111 / qq OM_�33 21 22 23 24 25 OLD HWY. Te• _ E. . Brown Street MEADOW r IGHTS 7 PAT H i , -----„„._____________ • DAVID M B ESTATES TERMq flLK O PIKE Ml ADON HE K.1 CITY OF WYLIE, TEXAS SERVICE PLAN FOR ANNEXED AREA ANNEXATION ORDINANCE NO.: DATE OF ANNEXATION ORDINANCE: ACREAGE ANNEXED: ACRES SURVEY, ABSTRACT & COUNTY: Municipal Services to the acreage described above shall be furnished by or on behalf of the City of Wylie, Texas, at the following levels and in accordance with the following schedule: A. POLICE SERVICE 1 , Patrolling, responses to calls and other routine police services, within the limits of existing personnel and equipment and in a manner consistent with any of the methods of the City of Wylie, Texas, extends police service to any other area of the municipality, will be provided within sixty (60) days of the effective date of the annexation ordinance. 2. As development and construction commence in this area, sufficient police personnel and equipment will be provided to furnish this area the maximum level of police services consistent with the characteristics of topography, land utilization and population density within Iwo (2) years from the effective date of the annexation ordinance, or upon commencement of development within the area, whichever occurs later, 3. Upon ultimate development of the area, the same level of police services will be provided to this area as are furnished throughout the City. B. FIRE SERVICES 1 , Fire protection and emergency ambulance equipment by the present personnel and the present equipment of the Fire Department, within the limitations of available water and distances from existing fire stations, and in a manner consistent with any of the methods of the City of Wylie, Texas, extends fire service to any other area of the municipality, will be provided to this area within sixty (60) days of the effective date of the annexation ordinance, Page 1 2, As development and construction commence in this area, sufficient fire and emergency ambulance equipment will be provided to furnish this area the maximum level of police services consistent with the characteristics of topography, land utilization and population density within the area as determined by the City Council within two (2) years from the effective date of the annexation ordinance, or upon commencement of development within the area, whichever occurs later, 3, Upon ultimate development of the area, the same level of fire and emergency ambulance services will be provided to this area as are furnished throughout the City. C. ENVIRONMENTAL HEALTH AND CODE ENFORCEMENT SERVICES 1 , Enforcement of the Citys environmental health ordinances and regulations, including but not limited to, weed and brush ordinances, junked and abandoned vehicle ordinances and animal control ordinances, shall be provided within this area sixty (60) days of the effective date of the annexation ordinance. These ordinances and regulations will be enforced through the use of existing personnel. Complaints of ordinance or regulation violations within this area will be answered and investigated within sixty (60) days of the effective date of the annexation ordinance. 2. Inspection services, including the review of building plans, the issuance of permits and the inspection of all buildings, plumbing, mechanical and electrical work to ensure compliance with City codes and ordinances will be provided within sixty(60) days of the effective date of the annexation ordinance. Existing personnel will be used to provide these services, 3. The City's zoning, subdivision, sign and other ordinances shall be enforced in this area beginning within sixty (60) days of the effective date of the annexation ordinance. 4. All inspection services furnished by the City of Wylie, but not mentioned above, will be provided to this area beginning within sixty (60) days of the effective date of the annexed ordinance. 5. As development and construction commence in this area, sufficient personnel will be provided to furnish this area the same level of Environmental Health and Code Enforcement Services as are furnished throughout the City. Page 2 D. PLANNING AND ZONING SERVICES The planning and zoning jurisdiction of the City will extend to this area within sixty (60) days of the effective date of the annexation ordinance. City planning will thereafter encompass this property, and it shall be entitled to consideration for zoning in accordance with the City's Comprehensive Zoning Ordinance and Comprehensive Plan. E. PARK AND RECREATION SERVICES 1 . Residents of this property may utilize all existing park and recreational services, facilities and sites throughout the City, beginning within sixty (60) days of the effective date of the annexation ordinance. 2. Additional facilities and sites to serve this property and its residents will be acquired, developed and maintained at locations and times provided by applicable plans, policies and programs and decisions of the City of Wylie. This property will be included in all plans for providing parks and recreation services to the City. 3. Existing parks, playgrounds, swimming pools and other recreational facilities within this property shall, upon dedication to and acceptance by the City, be maintained and operated by the City of Wylie, but not otherwise. F. SOLID WASTE COLLECTION 1 . Solid waste collection shall be provided to the property in accordance with existing City policies, beginning within sixty(60)days of the effective date of the annexation ordinance. Residents of this property utilizing private collection services at the time of annexation shall continue to do so until it becomes feasible because of increased density of population to serve the property municipally. Commercial refuse collection services will be provided to any business located in the annexed area at the same price as presently provided for any business customer within the City of Wylie, upon request, 2, As development and construction commence in this property and population density increases to the property level, solid waste collection shall be provided to this property in accordance with the current policies of the City as to frequency, changes and so forth. 3. Solid wast collection shall begin within sixty (60) days of the effective date of the annexation ordinance. Page 3 G. STREETS 1 . The City of Wylie's existing policies with regard to street maintenance, applicable throughout the entire City, shall apply to this property beginning within sixty (60) days of the effective date of the annexation ordinance. Unless a strcct within this property has been constructed or is improved to the City's standards and specifications, that strcct will not be maintained by the City of Wylie. 2. As development, improvement or construction of strccts to City standards commences within this property, the policies of the City of Wylie with regard to participation in the costs thereof, acceptance upon completion and maintenance after completion, shall apply. 3. The same level of maintenance shall be provided to strccts within this property which have been accepted by the City of Wylie as is provided to City strccts throughout the City. 4. Strcct lighting installed on strccts improved to City standards shall be maintained by either TU Electric or Collin County Co-Op in accordance with current City policies. H. WATER SERVICES 1 . Connection to existing City water mains for water service for domestic, commercial and industrial use within this property will be provided in accordance with existing City policies. Upon connection to existing mains, water will be provided at rates established by City ordinances for such service throughout the City. 2. As development and construction commence in this property, water mains of the City will be extended in accordance with provisions of the Subdivision Regulations and other applicable ordinances and regulations. City participation in the costs of these extensions shall be in accordance with the applicable City ordinances and regulations. Such extensions will be commenced within two (2) years from the effective date of the annexation ordinance and substantially completed with four and one-half (41)years after that date. 3. Water mains installed or improved to City standards which are within the annexed area and are within dedicated easements shall be maintained by the City of Wylie beginning within sixty (60) days of the effective date of the annexation ordinance. 4. Private water lines within this property shall be maintained by their owners in accordance with existing policies applicable throughout the City. Page 4 I. SANITARY SEWER SERVICES 1 . Connections to existing City sanitary sewer mains for sanitary sewage service in this area will be provided in accordance with existing City policies. Upon connection, sanitary sewage service will be provided at rates established by City ordinances for such service throughout the City. 2. Sanitary sewage mains and/or lift stations installed or improved to City standards, located in dedicated easements, and which are within the annexed area and are connected to City mains will be maintained by the City of Wylie beginning within sixty (60) days of the effective date of the annexation ordinance. 3. As development and construction commence in this area, sanitary sewer mains of the City will be extended in accordance with provisions of the Subdivision Regulations and other applicable City ordinances and regulations. Such extensions will be commenced within two (2)years from the effective date of the annexation ordinance and substantially completed within four and one-half (4'/2)years after that date. J. MISCELLANEOUS 1 . Any facility or building located within the annexed area and utilized by the City of Wylie in providing services to the area will be maintained by the City commencing upon the date of use or within sixty (60) days of the effective date of the annexation ordinance, whichever occurs later. 2. General municipal administration and administrative services of the City shall be available to the annexed area beginning within sixty (60) days of the effective date of the annexation ordinance. Page 5 WYLI E CITY COUNCIL rt/I CONSENT AGENDA COMMUNICATION ITEM NO 4 August 26, 1997 Issue Consider and act upon approval of a contract with Collin County Elections Administrator to conduct the Special Election on September 20, 1997. Background On August 5, 1997, Council approved an ordinance to call for a special election to be held September 20, 1997 to approve or disapprove of the Kansas City Southern Railroad Intermodal/Business Park facility. Over the last two years Collin County Elections Adminstration Office has been contracted to conduct the municipal elections. Collin County provides all of the judges for the election, in addition to providing professional and timely services. Also, voters are given the options to Saturday early voting and an extended evening hour voting. The early voting times will be Wednesday, September 3, 1997 through Tuesday, September 16, 1997, between the hours of 8:00 A.M. and 5:00 P.M.; Thursday, September 11, 1997 from 8:00 A.M. to 7:00 P.M.; and Saturday, September 13, 1997 from 10:00 A.M. to 4:00 P.M. The hours for election day, September 20, 1997 will be 7:00 A.M. to 7:00 P.M. The County will conduct the early voting as well as the election day voting. The contract also includes all paperwork, sign age, machines and personnel necessary to conduct the election. The Wylie Independent School District and the Plano Independent School District will be conducting bond elections on September 20, 1997. The cost of election day tabulation will be split by the three entities. The Wylie Independent School District is conducting their own early voting. Financial_Consideration The early estimates for the contract are $5,752.94. This does not reflect the election day tabulations that will be split by the three entities, which will further reduce the estimate. Ninety percent of the estimate is due by September 1, 1997 and any funds not used will be refunded. Consent Agenda Item No 4 Page 1 Other Consideration Article 5, Section1 B of the Wylie Charter allows the City Council to fix the time and places for the special election and provide all means for holding same. Section 51.014 of the Texas Local Government Code gives municipalities the authority to contract with other persons. Staff Recommendation Staff recommends approval of the contract. Attachments Contract for Special ElectionjoittaV .� ThiL .►l . Prepared By Reviewed by F. ance City Manager Approval Consent Agenda Item No 4 Page 2 08/08/97 14:17 229726333214 ELECTIONS 002 THE STATE OF TEXAS CONTRACT FOR COUNTY OF COLLIN II CITY OF WYLIE ELECTION SERVICES BY THE TERMS OF THIS CONTRACT made and entered into by and between the CITY OF WYLIE, hereinafter referred to as the "C.ITY," and BILL BILYEU,the Elections Administrator of Collin County, Texas, hereinafter referred to as "Contracting Officer," pursuant to the authority of Section 31,091, of the Texa:::Election Code, agree to the following particulars in regard to coordination, supervision rind running of the City's September 20, 1997 Special Issue Election. THIS AGREEMENT is entered into in consideration of the mutual covenants and promises hereinafter set out. IT IS AGREED AS FOLLOWS: 1. DUTIES AND SERVICES OF CONTRACTING OFFICER. The Contracting Officer shall be responsible for performing the following duties and shall furnish the following services and equipment: A. The Contracting Officer shall arrange for appointment, notification (including writ of election), training and compensation of all presiding judges, alternate judges, the judge of the Central Counting Station and judge of the Early Voting Balloting Board. • a. The Contracting Officer shall be responsible for notification of each Election day and Early Voting presiding judge and alternate judge of his or her appointment. The recommendations of the City will be the axepted guidelines for the number of clerks secured to work in each polli ig place. The presiding election judge of each polling place, however, will use his/her discretion to determine when additional manpower is needed during peak voting hours. The Contracting Officer will determine the number of clerks to work in the Central Counting Station and the number ofclerks to work on the balloting board. Election judges shall be secured by the Contracting Officer with the approval of the City, 08/08/97 14:18 V9726333214 ELECTIONS rel003 b. Election judges shall attend the Contracting Officer's school of instruction (Elections Seminar)to be held Thursday, September 18, 1997, in the City of Plano Council Chambers, at 6.30 P.M. e. Election judges shall be responsible for picking up from:tnd returning election supplies to the county election's warehouse lo;ated in Plano. Compensation for this pickup and delivery of supplies will be $25.00. d. The Contracting Officer shall compensate each election j Age and worker. Each judge and worker shall receive $6.00 per hour fox services rendered. t3. The Contracting Officer shall procure, prepare, and distribute ballots, frames(ballot pages), election kits and election supplies. a. The Contracting Officer shall secure election kits which include the legal documentation required to hold an election and all supplies including locks, pens, magic markers, etc. b. The Contracting Officer shall secure all tables, chairs, duplication ballots, and legal documentation required to run the central counting station. c. The Contracting Officer shall provide all lists of registered voters required for use on election day and for the early voting period required by law. the election day list of registered voters shall be arranged in alphabetical order by polling place, in lieu of alphabetic by each precinct in each polling place. d. The Contracting Officer shall procure and arrange for IN distribution of all election equipment and supplies required to hod an election. 1. Equipment includes the rental of voting and demonstrator machines, ballot boxes, transfer cases, voting signs, directional poles and tote boxes. 2 08/08/97 14:18 229726333214 ELECTIONS Lj004 2. Supplies include punch card ballots, sample ballots, early voting mail ballots, demonstrator ballots, pens, tape, mai kers, etc. C. The Contracting Officer, Bill Bilyeu, shall be appointed the ChidDeputy Early Voting Clerk by the City. a. The Contracting Officer shall supervise and conduct Early Voting by mail and in person and shall secure personnel to serve as Early Voting Deputies. b. Early Voting by personal appearance for the City's September 20, 1997 Special Issue Election shall be conducted on weekdays beginning Wednesday, September 3, 1997, and continuing through Tuesday, September 16, 1997, between the hours of 8:(0 A.M. and 5:00 P.M. On Thursday, September 11, 1997, early voting shall be conducted between the hours of 8:00 A.M. and 7:00 P.M. Early voting shall also be conducted on Saturday, September 13, 1997, between the hours of 10.00 A.M. and 4:00 P.M. c. All personal appearance voting shall be conducted during the hours detailed above at the following locations: Collin County SubCourthouse Main Early Voting Location 920 E. Park,Suite 120 Plano, Texas 75074 Wylie Municipal Building 2000 N. Highway 78 Wylie, Texas 75098 3 08/08/97 14:19 229726333214 ELECTIONS ll005 d. All applications for an Early Voting mail ballot shall be received and processed by the Collin County Elections Administration Office, 920 E. Park Blvd., Suite 120, Plano, Texas 75074. 1. Application for mail ballots erroneously mailed to the City shall immediately be faxed to the Contracting Officer for timely processing. The original application shall then be forwarded to the Contracting Officer for proper retention. 7. All Federal Post Card Applicants (FPCA) will be sent a mail ballot. No postage is required. e. All Early Voting ballots(those cast by mail and those cat by personal appearance) shall be prepared for count by the Early Voting Ballot Board in accordance with Section 87.000 of the Texas Election Code. The presiding judge of this Board shall be appointed by the Contracting Officer. The Board shall meet for preparation of the: early voting ballots on Wednesday, September 17, 1997, at 9:00 A.M. They will recess and continue the preparation process and begin tabulation after the mail is received on Saturday, September 20, 1997, at 3:00 P.M. D. The Contracting Officer shall arrange for the use of all Election Day polling places. The City shall assume the responsibility of remitting the cost of all employee services required to provide access, provide security or provide custodial services for the polling locations. E. The Contracting Officer shall be responsible for establishing and operating the Central Counting Station to receive and tabulate the voted ballots in accordance with Section 127.000 of the Election Code and of this agreement. Counting Station Manager shall be Bill Bilyeu. Central Count Judge shall be Sharon Rowe. The Tabulation Supervisor and Tabulation Operator shall be provided by Business Records Corporation and paid as a contract expense. a. The tabulation supervisor shall prepare, test and run the county's tabulation system in accordance with statutory requirements and county policies, under the auspices of the Contracting Officer. 4 08/08/97 14:19 $9726333214 ELECTIONS Z 006 b. The Public Logic and Accuracy Test of the electronic voting system shall be conducted on Thursday, September 18, 1997, at 2:00 P.M., by the Contracting Officer. c. Election night reports will be available to the City at the Central Counting Station on election night. d. The Contracting Officer shall prepare the unofficial canvass report after all precincts have been counted, and will provide a copy of the unofficial canvass to the City as soon as possible after all returns have been tallied. e. The Contracting Officer shall be appointed the custodian of the voted ballots and shall retain all election material for a period of 60 days. 1. Pending no litigation and as prescribed by law, the voted and unused ballots shall be shredded 60 days after the election, 2. The list of registered voters can be obtained by the City from the Elections Administration Office after this 60 day retention period. Pending no litigation and if the City does not request the lists, they shall be destroyed by the Contracting Officer 93 days after the election, f. The Contracting Officer shall conduct a manual count as prescribed by Section 127.201 of the Texas Election Code and submit a written report to the City in a timely manner. The Secretary of State may waive this requirement. If applicable, a written report shall be submitted to the Secretary of State as required by Section 127,201(C) of the aforementioned code. 11. Duties and Services of the City. The City shall assume the following responsibilities: A. The City shall prepare the election orders, resolutions, notices,justice department submissions, official canvass and other pertinent documents for adoption by the appropriate office or body. 5 08/08/97 14:20 f29726333214 ELECTIONS fill 007 a. The Contracting Officer shall publish and post the Notice:of the Public Logic and Accuracy Test of the electronic voting system and one press release. The Contracting Officer shall also prepare a certification of tabulation and a "canvass report" that will assist the City with the official canvass. b. The City assumes the responsibility of posting all notices and likewise promoting the schedules for Early Voting and Election Day. • B. The City shall procure and provide the Contracting Officer with the ballot layout and Spanish interpretation. a. The City shall deliver to the Contracting Officer as soon as possible, but no later than Monday, August 11 , 1997, the of;,ick] wording for the City's September 20, 1997 Special Issue Election. b. The City shall approve the "blue line" ballot format prior to the final printing. C. The City shall post the publication of election notice by the propar methods with the proper media. D. The City shall prepare and submit to the U. S. Department of Justice under the Federal Voting Rights Act of 1965, any required submissions on voting changes. E. The City shall compensate the Contracting Officer for any additional cost incurred in the process of running this election or for a re-count this election may require. F. The City shall pay the Contracting Officer 90%of the estimated cost to run the said election prior to September 1, 1997, to be placed in the "contract fund" as prescribed by Section 31.098 of the Texas Election Code. The Deposit should be delivered within the mandatory time frame to: Collin County Treasury 920 E. Park Blvd., Suite 120 Plano,Texas 75074 ATTN: Sharon Rowe Deputy Elections Administrator 6 08/08/97 14:21 ' '9726333214 ELECTIONS 008 G. `1'he City shall pay the cost of conducting said election, less partial payment, including the 10%administrative fee, pursuant to the Texas Election Code, Section 31.100, within 30 days from the dale of final billing. lU, Cost of Services. See Exhibit "A," IV. General Provisions. A. Nothing contained in this contract shall authorize or permit a change in the officer with whom or the place at which any document or record relating to the City's September 20, 1997 Special Issue Election is to be filed or the place at which any function is to be carried out, or any nontransferable functions specified under Section 31.0% of the Texas Election Code. B. Upon request, the Contracting Officer will provide copies of all invoices and other charges received in the process of running said election for the City. C. The Contracting Officer shall file copies of this contract with the County Judge and the County Auditor of Collin County, 't.'cxas 7 08/08/97 14:21 229726333214 ELECTIONS Z 009 WITNESS BY MY HAND THIS THE DAY OF 1997. Bill Bilyeu Elections Administrator Collin County, Texas WITNESS BY MY HAND THIS THE DAY OF 1997. Attested: Susan Shulet. Mike Collins City Secretary City Manager City of Wylie, Texas City of Wylie, Texas 8 08/08/97 15:43 229726333214 ELECTIONS 002/003 City of Wylie - Estimated Contract Cost - Exhibit "A" SEPTEMBER 20, 1997 08/08/97• 02:43 PM SUPPLY COST Punch Card Ballots 7000 Sample Ballots $48 per M $336.00 Early Voting Mail Ballots 20 $0.30 each $g 0Q Demonstrator Ballots 20 $0.40 $8 00 Frames (Ballot Pages) 500 $5 per C $25 00 6 $5.75 each $34.50 Early voting and election day kits 4 $50 each Cental Counting kit and supplies $$50.00 County precinct maps 1 $50 each $ 0.00 3 $5 each $15.DO Total Estimated Supply Cost $674.50 RENTAL OF EQUIPMENT Voting Machines 6 Transfer Cases $30 each $180.00 Ballot Boxes 2 $5 each $10.00 Supply Cart 4 $5 each $20.00 Metal Signs 0 $1 each $0.00 Wood Signs 4 $1 each $4.00 Large Early Voting Signs 4 $2 each $g 00 4 $5 each Demonstrator Voting Machine $ 0 00 Directional Poles 4 $5 each $2 .00 Tote Boxes 4 $0.50 $2.00 2 $1 each $.2.00 Total Estimated Equipment Rental $256.00 EARLY VOTING COSTS Mailed Ballot Kits 20 $1 each Postage for mailed Early Ballots $20.001 20 Workers for early voting location $0.52 EACH $ 0.40 #of workers 2.5 Total hours worked 245 $6 per hour Pickup& Delivery of early voting supplies 1 $1,$25.00 FICA $25 per poll $ 5.00 7.65% of above 2 $114,37 Total Estimated Early Voting Costs $1,639.77 ELECTION DAY # of election poll workers 7 Total hours worked 98 $6 per hour $588.00 #of delivery fees to election judges 2 $25 per poll Total Estimated Election Day Costs for Two Entities 638.00 Total Estimated Election Day Costs for City $39.00 $319.00 08/08/97 15:43 V9726333214 ELECTIONS C1003/003 ADMINISTRATIVE EXPENSES 08/0E/97 page 2 Manual recount per Election Code $60.00 00 Process early voting and poll worker checks 9.5 $14.25 #of mail election judge notices $1.50 each $ . 4 $1.50 each $6.00 3 Press Releases Total Estimated Administrative Costs $0525 $105..25 TABULATION AND CENTRALIZED COSTS Tabulation Network BRC Coding and On-Site Support $825.00 Notice of Tabulation Test $750.00 Central Count& Ballot Board $30.00 FICA witheld $50.00 7.65% of applicable $3.83 County overtime and temporaries $500.00 'FICA for county workers at 7.65% $38.25 'Retirement on county workers at 7.67% Total Estimated Tabulation And Centralized Costs 3 43 $2,235.43 SUMMARY OF COSTS Total Estimated Supply Cost $674.50 Total Estimated Equipment Rental $256.00 Total Estimated Early Voting Costs $1,639.77 Total Estimated Election Day Costs for City $319.00 Total Estimated Administrative Costs $105.25 Total Estimated Tabulation And Centralized Costs $2 235.43 Entity's share of expenses $5,229.94 County Election Officer's Administrative Charge at 10% $522.99 Total expense to entity for September 20, 1997 Election $5,752.94 90% Due by September 1, 1997 $5,177.64 WYLIE CITY COUNCIL ACTION AGENDA COMMUNICATION ITEM NO 5 August 26, 1997 Issue Discuss and consider a request for approval of a Final Plat (Approved for Construction),for the Westgate Phase III Subdivision, submitted by Wylie/1997, L.L.C. This property is located at the juncture of Brown Street and Westgate Way just west of Westgate Phase I and more specifically described as being an 18.3080 acre tract of land situated in the E.C. Davidson Survey, Abstract No. 266. Background Owner/Developer Wylie/1997, L.L.C., Dallas, Texas, is proposing a housing development consisting of 113 lots (total) to be constructed on 30.991 acres of land. The Preliminary Plat of Westgate Phase Ill consists of two phases. The Final Plat under consideration for Phase Ill consists of 66 lots on 18.3080 acres. On July 7, 1997, the Planning and Zoning Commission recommended approval of the Westgate Phase Ill Preliminary Plat. The City Council approved the same Preliminary Plat at their meeting on July 22, 1997. The Planning and Zoning Commission recommended approval at their meeting on August 18, 1997, and if City Council approves tonight, August 26th, the developer will then be allowed to begin construction of the public facilities to be dedicated to the City. A portion of this subdivision contains an alley within a 60' wide North Texas Municipal Water District (NTMWD) easement. The City imposed a stipulation on the developer that he must submit a letter from NTMWD stating that they have reviewed and approved the Final Plat and construction plans. The letter with requirements and restrictions imposed by NTMWD is included and signed by both parties. Board Recommendations The Planning &Zoning Commission recommended for approval the Westgate Phase Ill Final Plat "Approved for Construction" at their meeting on August 18, 1997. Action Agenda Item No 5 Page 1 Financial Considerations Before a Final Plat can be placed on the City Council agenda for"Approved for Construction" the Final Plat Fee, Impact Fees and the Developmental Inspection Fee must be paid. The Final Plat Fee is $348.00. Impact Fees are $46,200 for water and $93,192 for sewer for a total of $139,392. The Developmental Inspection Fee (1% of the estimated cost of improvements intended for dedication to the City) is being calculated. Wylie/1997, L.L.C. has submitted a check for the Final Plat Fee, and the Impact Fees and Developmental Inspection Fee have been paid prior to being placed on the City Council Agenda. Before final "Acceptance" of the public utilities and improvements of the Westgate Phase III subdivision, the Perimeter Street Fees and Park Land Dedication Fees must be paid, and a one year Maintenance Bond must be posted. Other Considerations The City of Wylie's Subdivision Regulations establishes the Preliminary Plat approval process. It must be submitted and reviewed by Staff to ensure that sufficient information exists, and is then recommended for approval by the Engineer. The Preliminary Plat and Plat Application are then submitted at least 15 consecutive days before the meeting of the Planning and Zoning Commission for its study and recommendation. The Planning and Zoning Commission shall endeavor to act on the Preliminary Plat within 30 days from the date the plat was filed with each body for their approval. The Preliminary Plat shall then be submitted to the City Council for final action. After approval of the Preliminary Plat by the City Council, the subdivider may then prepare a Final Plat of all or a portion of the land included in the Preliminary Plat. The Final Plat will then be submitted to the Planning and Zoning Commission for consideration of final recommendations. Upon final action by the Planning and Zoning Commission on any Final Plat, the same shall be referred to the City Council for Final Plat approval. Upon approval the Mayor is authorized to sign the signature block "Approved for Construction." At this time, the developer shall pay his required Developmental Inspection Fees and begin construction of the public facilities to be dedicated to the City. These construction areas include public streets, alleys, water lines, sewer lines, storm drainage lines, channels and all associated construction to be dedicated to the City. The City Council's vote that the Final Plat as presented is approved for construction indicates that at that point in time, no known conditions exist which will require changes from the approved Final Plat. Action Agenda Item No 5 Page 2 Other Considerations-continued Inspections will be made throughout the construction of the infrastructure facilities which are intended for dedication to the City. After completion of the "dedicated improvements", the developer shall apply to the City for acceptance of the Final Plat, which includes dedications and easements. City Staff shall indicate to the City Council that all public improvements have been completed in accordance with the requirements of the City of Wylie. Only then is the Mayor authorized to sign the signature block "Accepted." The Final Plat shall then be filed with the appropriate County, and issuance of building permits may begin. Building Permits may only be issued on a completed development or within a completed, approved phase. Staff Recommendations City Staff and Consulting Engineer, Greg MacLean, have reviewed this Plat and it meets all City of Wylie Subdivision Regulation requirements. Staff recommends "Approval for Construction" for the Westgate, Phase Ill Subdivision Final Plat. Attachments Plat Application Final Plat copy Letters from NTMWD 'Mutvt. (,b&ep Prepare Reviewed b Finance City Manager Approval Action Agenda Item No 5 Page 3 Page 1 of 3 City of Wylie (1/95) APPLICATION AND FINAL PLAT CHECKLIST Date July 18, 1997 Name of Proposed Development WESTGATE PHASE 3A Name of Property Owner/Developer WYLIE/1997, L. L.C. Address 12890 Hillcrest Road, Suite 106 Phone 972-387-9200 Ddllds , Texas Owner of Record WYLIE/1997 , E. L.C. Address 12890 Hillcrest Road, Suite 106 Phone 972-387-9200 Dallas , Texas Name of Land Planner TIPTON ENGINEERING, INC. Surveyor/Engineer Address 6330 Broadway , Suite Phone 72-226-2967 Garland, Texas /5U Total Acreage 18.3080 Current Zoning SF-3 Number of Lots/Units 66 / igned The Final Plat shall generally conform to the Preliminary Plat, as approved by the City Council and shall be drawn legibly to show all data on a scale not smaller than 1" = 100' with a graphic scale provided. Six sets of direct prints and three Mylars of all originals, plus one on Mylar to be 17-1/2" x 23-3/4" shall be submitted. Plats prepared using AutoCad or other computer aided design techniques shall also provide a copy of all drawings on diskette to the City. The following Final Plat Checklist is used to check compliance with the Wylie Subdivision Regulations. The following checklist is intended only as a reminder and a guide for those requirements. Page 2 of 3 Page 2 of 3 Provided or Not - Shown on Plat Applicable 1. Title or name of development, written and graphic scale, north point, date of plat and key map. 2. Location of the development by City, County and State. 3. Location of development tied to a USGS monument, Texas Highway monument or other approved benchmark. \/. 4. Accurate boundary survey and description with property P ct ry h 5.tra If bounda no engineeringlines isindicated providedby , showeavy contours of 5 foot intervals. 6. Accurate plat dimensions with all engineering information necessary to reproduce plat on the ground. L.} 7. Approved name and right-of-way width of each street, both within and adjacent to the development. 8. Locations, dimensions and purposes of any easements or other rights-of-way. 9. Identification of, each lot or site and block by letter and number and building lines. 10. Record owners of contiguous parcel of unsubdivided land, names and lot patterns of contiguous subdivisions, approved Concept Plans, reference recorded subdivision plats or adjoining platted land by volume and page. ‘..y 11. Boundary lines, dimensions and descriptions of open spaces to be dedicated for public use of the inhabitants of the development. 12. Certificate of dedication of all streets, alleys, parks and other public uses signed by the owner or owners (see wording). Page 3 of 3 13. Designation of the entity responsible for the operation and maintenance of any commonly held property and a waiver releasing the City of such responsibility, a waiver releasing the City for damages in establishment or alteration of graded (see wording). ---4-/ 14. Statement of developer responsibility for storm drainage improvements (see wording). \i/ 15. Instrument of dedication or adoption signed by the owner or owners (see wording). 16. Space for signatures attesting approval of the plat (see i wording). 17. Seal and signature of the surveyor and/or engineer responsible for surveying the development and/or the preparation of the plat (see wording). 44_ 18. Compliance with all special requirements developed in preliminary plat review. ---4 19. Statements indicating building permits will be issued until all public improvements are accepted by the City (see j . wording). 20. Submit along with plat a calculation sheet indicating the area of each lot. 21. Attach copy of any proposed deed restrictions for proposed subdivision. Taken by: 1,0r1 4`4 File No.: Date: 1 / 7 i �� Fee: O�Q Receipt No.: ggocf r 1 LC I VV. VJ4 1/410/1J .'1 11 •Jv IL•• I Ir IVIV LI v.-a,v�,u.u•a v,� �w i..•�v r,�„ 1180.. NORTH TEXAS MUNICIPAL WATER DISTRICT Rrcronal Servjce Thmugh Unity August 15. 1997 Mr. David Tipton Tipton Engineering, Inc. 6330 Beltline Road, Suite C Garland, Texas 75043 RE: Westgate, Phase III Wylie. Texas Dear Mr. Tipton: Reference is made to the final plans for Westgate, Phase III, submitted for review on August 14, 1997. The plans are approved contingent on the following requirements and restrictions: t. The ties to lot corners from the NTMWD easement shall be provided as previously requested. 2. The barricades (street and alley)at the project limits should be revised or relocated to ensure that the posts are not installed over the NTMWD pipeline. 3. The grading for alley 4 will reduce the cover on the pipelines to approximately 3 feet. It is requested that the subgrade preparation be deleted and a thickened pavement section provided to limit construction activities over the pipelines. 4. On Sheet 10, the clearance, as shown, between the proposed 3 x 2 box culvert and the top of the NTMWD pipes is approximately 1 foot. It may be necessary to provide special embedment or a concrete cap should the clearance be less than indicated or the in-place material is not satisfactory. This determination will be made at the time excavation is complete. 5. Note 9 on Sheet 11 should be changed to comply with the wording shown in Item 7 of our June 26, 1997, letter. Please acknowledge acceptance of the above stated requirements and restrictions by having an authorized representative of the property owner sign in the space provided and return one signed copy for our records. Also, please type the name and title of the authorized representative of the owner or developer. The NTMWD letter dated June 26. 1997, should also be signed and returned. 505E Brown Sr.,P.O.Box 2408.Wylie.Texas 75098-2408 Tdephnne:=MIMI has: 972/442.54115 972/442-5405 FILE No. 654 08/15 '97 1ll: IIH UN hNiAttK1NU yrL ZCti 1y40 NNUt Mr. David Tipton August 15, 1997 Page Two If you have any questions or need additional information, please contact Mr. Joe Stankiewicz, Engineering Officer, at(972)442-5405, or my office directly. CARL W. RIEHN Executive Director CWR:CWW:vh xc: City of Wylie ACCEPTED BY: Owne J .zed Represents ive Title Date �732 FILE No. 654 0'6/15 'y( 11 :b( Ill: I1NIUN tNlaNtthilNIJ y(2 eZb 147 hHUt e i CAA 4141 -41/0, 4* NORTH TEXAS MUNICIPAL WATER DISTRICT Regio,oai Service Through Umty June 26, 1997 Mr. David Tipton Tipton Engineering, Inc. 6330 Belt Line Road, Suite C Garland, Texas 75043 RE: Westgate, Phase III Wylie, Texas Dear Mr, Tipton: Reference is made to the preliminary plans for Westgate, Phase III furnished on June 9, 1997 for review by the NTMWD. The NTMWD Staff has reviewed the plans and has the following comments and requirements. 1. The final plat and property deeds for Lots that include a portion of the NTMWD 60 foot easement shall include the following restrictions: The NTMWD easement restricts construction of permanent structures such as foundations, wall.:, pools and permanent storage buildings. Items such as driveways, fences, sprinkler systems and normal landscaping plants that encroach on the NTMWD easement are allowed. However, the NTMWD assumes no responsibility for damages resulting from the need to repair or maintain the NTMWD pipelines, Further, any cost for repair of damage to the pipelines resulting from construction by the developer or homeowner will be the responsibility of the developer or homeowner. 2. Operation of heavy compaction equipment, earthmoving equipment or other heavy construction equipment such as concrete trucks shall be restricted to specific crossing points approved by the NTMWD. The crossings shall be designated and verified to provide a minimum of 5 feet cover over the pipelines. 3. In areas where the cover between the top of the NTMWD pipelines and the bottom of the subgrade is three(3) feet or less, it is requested that the subgrade preparation be deleted and a thickened pavement section be used to limit construction activities over the pipelines. 4. The NTMWD 60' easement and pipelines shall be identified as such on all plan sheets 5. The water and sanitary sewer crossing the NTMWD easement and pipeline shall be installed in compliance with the Rules and Regulations for Public Water Systems, Paragraph 290.44(e) Location of Water Lines. 545 E. t?rcwn Sr.,PO. tivx 2408,Wvlic.Tczlc 75,^,9A-210? (c:c;:F.or:c' — Ftr.1.1.1.111.1111 972/4i2-5405 972/4,12.540i FILE No. 654 O8/15 '97 11 :57 ID: I1P1UN ENGNU-LKINU 972 2 b 1y4r Nit Mr. David Tipton June 26, 1997 Page 2 6 Plans showing proposed grading, paving profiles. sanitary sewer profile, storm sewer profile • and any other proposed construction activities within the NTMWD easement shall be subrnitted for review and approval. 7. The following note related to notification of NTMWD shall be added to the plans. The contractor shall contact Mr. Joseph M. Stankiewicz, P. E., Engineering Officer, at (972) 442-5405 at least 48 hours prior to performing any work in the vicinity of NTMWD facilities. • 8. Future crossing of other utilities such as TV cable,phone, gas and electric shall be coordinated with the NTMWD to avoid damage to the water transmission lines. 9. Prior to starting construction, the elevation of the NTMWD pipelines should be verified at a minimum of two(2) locations. 10. Compute ties to lot corners from the NTMWD easement on all lots that contain a portion of the easement. Show this information on the plat. Furnish a copy of your computer computations for these ties for NTWMD staff review. The above comments are based on preliminary'review only. Additional comments may be furnished based on review of additional information requested. Please furnish revised plans and additional information requested for review by the NTMWD Staff. Please acknowledge acceptance of the above stated conditions by having an authorized representative of property owner sign in the space provided and return one signed copy for our records. Also, please type the name and title of the authorized representative of the developer or owner. . If you have any questions or need additional information, please contact Mr. Joe M. Stankiewicz, Engineering Officer, at(972)442-5405, or my office directly. n'Cereiy, ei4"41) 1 CART W. RIEHN • Executive Director CWR:CWW:vh xc: City of Wylie G� Iy�2 2-.L V 4". Owner Authorized Representative Title • Date ,//� �� WYLIE CITY COUNCIL ACTION AGENDA COMMUNICATION ITEM NO 6 August 26, 1997 Issue Discuss and Act Upon awarding bid for the construction of paving improvements to Cottonbelt Avenue. Background Sealed bids were opened and read aloud on July 31, 1997. The apparent low bid submitted by McMahon Contracting, Inc. was $144,404.90. The original bond budget for this project was $89,541. The scope of the project was expanded to include some water and sewer main adjustments, some additional paving on the cross streets, and improvements related to the cul-de-sac and closing the street. Existing water and sewer mains need to be lowered and/or re-routed to make way for the new paving section, which is lower than the existing street surface. Due to the curbed nature of the new street and its elevation, some improvements are needed on the cross streets (Jefferson and Marble), as well as Cottonbelt, south of Jefferson to facilitate drainage and a comfortable driving surface. If these improvements are not made, there will be significant drainage problems created and the driving surface transition from new street to old street will be too severe. Finally, the unsafe intersection problem at Brown Street was resolved by making Cottonbelt a cul-de-sac enclosing off access from Brown Street. The Hogan Corporation has evaluated the bids and checked the low bidder's qualifications. A detailed breakdown of bid prices are attached for reference. The City proposes to turn Cottonbelt Avenue into a cul-de-sac at its north end. The road will be closed where it intersects with Brown Street and a curb and gutter will be installed along Brown Street. The cul-de-sac will end approximately 100 feet south of Brown Street (in front of the yellow house on the corner). Approximately 6" - 12" of fill will be brought in and deposited over the existing pavement between Brown Street and the new cul-de-sac. This area will be seeded with grass, but will remain as the City right-of-way, and the underlying pavement will provide support in case emergency vehicles ever need to cross. All of the property owners along this section of Cottonbelt Avenue have been contacted with regard to the proposed project. Several questions were asked and have been addressed by Staff. There was no opposition to the plan. Action Agenda Item No 6 Page 1 Background -continued In order to incur the least amount of confusion and inconvenience to the property owners, the contractor will be required to comply fully with the terms and conditions as specified in the Contract documents. These items will be addressed at the preconstruction meeting and required of the contractor: 1. Submit a detailed construction sequence plan including parking and project schedule for review by the Engineer and Staff. 2. Coordinate through City Staff a meeting with the adjacent property owners to discuss the proposed plan and schedule and make adjustments if necessary. 3. Prepare a form letter of notification to be used to inform affected owners of any construction related activities which may affect access. This letter must be reviewed by staff prior to issuance. 4. Deliver letter of notification to affected parties 48 hours in advance of specified construction activity. A copy must be simultaneously submitted to the City and Engineer. 5. Notify the City's Inspector as soon as possible as to any changes or problems which may affect the progress of the project. 6. All other public utilities and services must be notified by the Contractor prior to construction. 7. Prepare the monthly pay request and review it with the City Inspector prior to submittal to the Engineer for further processing. 8. Coordinate with Staff and the Engineer monthly progress meetings to be held at the site to review monthly progress and discuss any changes or problems. 9. Fully comply with all other aspects of the Contract Documents. This includes job site safety, public notifications, etc. 10. The full and complete responsibility for compliance with the contract documents is the contractor's. It is the City's and Engineer's responsibility to enforce the terms of the contract. If the contractor does not or will not comply, the City and Engineer may then enforce the terms of the contract as stated. Board Recommendations N/A Action Agenda Item No 6 Page 2 Financial Considerations This project is part of the 1995 Bond Program - Phase 1. The original bond budget for this project was $89,541. The scope of the project was expanded to include some water and sewer main adjustments, some additional paving on the cross streets, and improvements related to the cul-de-sac and closing the street. The award of this contract will increase the total estimated costs for the Cottonbelt project to approximately $155,098. The Cottonbelt project will be approximately $65,557 over the original bond budget. The estimate is comprised of $144,405 for construction, $8,230 for engineering, bond issuance costs of$1,280 and $1,113 for survey work on the project. The estimated overage on the project can be funded from the Miscellaneous Street projects included in the 1995 Street Bonds. Other Considerations_ N/A Staff Recommendations The Hogan Corporation and Staff recommends award of this contract to McMahon Contracting, Inc. based on their low base bid in the amount of$144,404.90. Attachments Letter of Recommendation from The Hogan Corporation Bid Tabulation ThLLJ1QO:fre Prepare Rev ewed b Finance City Manager Approval Action Agenda Item No 6 Page 3 THE HOGAN CORPORATION Engineers • Planners • Consultants August 15, 1997 Honorable Mayor and City Council Members City of Wylie 2000 Hwy. 78 North Wylie, TX 75098 ATTN: Mr. Mike Collins, City Manager RE: Cottonbelt Ave. Paving & Drainage Improvements THC#002-39.20 Dear Mayor and Council Members: On July 31, 1997, bids were received at the office of the City Manager and then publicly opened and read aloud for the construction of the above referenced project. During the process of the bid opening, the bid bonds or cashier's checks included with each bidder's proposal were reviewed, and all appeared to be acceptable. The proposals submitted for this project have been thoroughly reviewed in our office. No errors were found that would alter the position of the bidders. Four(4) bids were received, and the apparent low bid was submitted by McMahon Contracting, Inc. in the amount of$144,404.90. A detailed bid tabulation of all of the bidders is attached for your reference. The Hogan Corporation has received and reviewed the information and references provided by McMahon Contracting, Inc. We have contacted several of the references provided and all have indicated they would use McMahon Contracting, Inc. again. Based on this information, we have no hesitancy in recommending award of the construction contract to McMahon Contracting, Inc. in the amount of the base bid of$144,404.90. Should you agree with our recommendation, please notify this office, and we will proceed with preparation of the Contract Documents. Yours very truly, THE HOGAN CORPORATION Gregoryy acLean, P.E. / Vice President Enclosure ' Member, Consulting Engineers Council of Texas 12900 Preston Road at LBJ, Suite 620 i► Member, American Consulting Engineers Council North Dallas Bank Tower Dallas, Texas 75230 TEL: (214) 392-4600 FAX: (214)490-7163 Bids Received: July 31,1997,11 a.m. City of Wylie Paving and Drainage Improvements along Cottonbeit Avenue BID SUMMARY • Unit Rice Bid Analysis McMahon Contracting Tlseo Posing Tr1-Con Services East Texas Construction Low Biddse Average %Dot. . hem S Est.Oty. •Unit Description Unit PACs Amotnt Unit Price Amount Unit Price Amotnl Unit Price Amount Minimum Maximum Average Median Deviation Below Base Bid hems ' 1 2.112- C.Y. Perform unclassified excavation $6.70 $14,150.40 $8.00 $16,896.00 $15.00 $31,680.00 $11.75 $24,816.00 $8.70 115.00 110.36 /9.88 $3.01 36.34% -2 3,340 S.Y. Furnish and Instal 7-Inch lme treated subgrade 12.50 18,350.00 $2.00 $6,680.00 $1.00 $3,340.00 $1.65 $5,511.00 11.o0 $2.60 $1.79 11.83 $0.40 -39.86% 3 62 TON Fmish and Instal Imo $110.00 $6,820.00 $100.00 $6,200.00 $100.03 $6,200.00 $98.50 $6,107.00 198.60 1110.00 1102.13 1100.00 /3.94 •7.71% 4 1,546 L.F. Furnish and Instal 6-inchmonolWc orb $1.50 $2,319.00 $1.00 51.546.00 $1.00 $1,546.00 $1.25 $1,932.50 11.00 11.60 $1.19 $1.13 $0.19 -29.32% 5 143 L.F. Fmish and instal 30-inchorb and gutter $18.00 $2,574.00 $15.00 $2,145.00 $15.00 $2,145.00 $21.00 $3,003.00 /15.00 $21.00 $17.25 118.60 12.25 -4.35% 6 78 Ton Furnish and Instal 4-Iudi hot nix asphaltic pavement $55.00 $4,290.00 $65.00 $5,070.00 $50.00 $3,900.00 $48.50 $3,783.00 1149.50 $65.00 454.63 152.60 $5.38 -0.89% (Two B')(fine-graded base cotrse) 7 39 TON Furnish and instal 2-Inch hot mix asphaltic pavement 563.00 $2,340.00 $65.00 $2,535.00 $50.00 $1,950.00 $48.50 $1,891.50 $48.60 166.00 166.88 156.00 16.63 -7.38% (Type'D')(fine-graded surface tarsi)) 8 2779 S.Y. Furnish and Instal 6-Inch 3,500 psi reinforced concrete $24.00 $66,696.00 $24.90 $69.197.10 $25.00 $69,475.00 $28.80 $80,035.20 /24.00 128.80 126.88 /24.95 11.66 6.62% street pavement 9 88 S.Y. Furnish and Instal 6-Inch 3,500 psi reinforced concrete $28.00 52,464.00 $30.00 $2,640.00 $30.00 $2,640.00 $27.50 $2,420.00 127.60 130.00 /28.88 129.00 11.13 3.03% drive and apron 10 84 L.F. Furnish and Instal 4-Inch 3000 psi reinforced concrete $12.50 $1,050.00 $12.00 $1,008.00 $15.00 $1,260.00 $14.00 $1,176.00 112.00 *16.00 $13.38 113.26 11.13 8.64% sidewalk 11 259 S.Y. Removal of concrete pavement(street,dive and $6.00 $1,554.00 $5.00 $1,295.00 $10.00 $2,590.00 $10.50 $2,719.50 16.00 110.60 17.88 18.00 12.38 23.81% apron) 12 2037 S.Y. Removal and dsposal of etdsting asphalt pavement $3.00 $6,111.00 $4.00 $8,148.00 $5.00 110,185.00 $10.50 $21,388.50 13.00 110.50 15.63 14.50 $2.44 46.67% 13 183 L.F. Remove existing drainage structure(pipe) $5.00 $915.00 57.00 $1,281.00 $10.00 $1,830.00 $11.00 $2,013.00 16.00 $11.00 /8.25 $8.60 $2.25 39.39% 14 167 L.F. Removal of existing crab and gutter $1.50 $250.50 $2.00 $334.00 $10.00 $1,670.00 $12.00 $2,004.00 $1.50 $12.00 $8.38 16.00 14.63 76.47% 15 48 S.Y. Removal of existing sidewalk $3.50 $168.00 $5.00 $240.00 $10.00 $480.00 $2.00 $96.00 /2.00 110.00 $6.13 14.25 12.44 31.71% 16 9 Ea. Relocation of existing mailbox $50.00 $450.00 $50.00 $450.00 $100.00 $900.00 $150.00 $1,350.00 160.00 /160.00 187.50 *76.00 137.60 42.86% 17 1 L.S. Remove eldsting drainage structure(headwall and $250.00 $250.00 $5,000.00 $5.000.00 $500.00 $500.00 $1,600.00 $1,600.00 .260.00 15,000.00 11,837.60 11,050.00 11,681.26 86.39% Mine) 18 100 L.F. ft4i51 12-inch water main $45.00 $4,500.00 $71.00 $7,100.00 $100.00 $10,000.00 $28.10 $2,810.00 $28.10 $100.00 161.03 168.00 $24.48 26.26% 19 8 Ea. Furnish and Instal barrier free ramps(minor $400.00 $3,200.00 $300.03 $2,400.00 $400.00 $3,200.00 $550.00 $4,400.00 /300.00 *550.00 $412.60 1400.00 $68.75 3.03% Intersection) 20 82 L.F. Furnish and Instal street header $4.00 $328.00 $5.00 $410.00 $10.00 $820.00 $10.00 $820.00 /4,00 $10.00 17.26 117.60 12.76 44.83% 21 56 L.F. Funish and Instal undercut street header $5.00 $280.00 $7.00 $392.00 $10.00 $560.00 $15.00 $840.00 /5.00 115.00 19.26 $8.60 13.25 45.96% 22 80 L.F. Adtust 8-Inch water main $45.00 $3,600.00 $62.00 $4,960.00 $100.00 $8,000.00 $31.00 $2,480.00 $31.00 $100.00 159.60 $63.60 $21.60 24.37% 23 4 Ea. Adiust existing water vehes $100.00 $400.00 $150.00 $600.00 $100.00 $400.00 $200.03 $800.00 $100.00 1200.00 *137.60 $125.00 137.50 27.27% 24 104 L.F. Furnish and Instal 8-Inch PVC,C-900,water main with $50.00 55,200.00 $88.00 $9,152.00 $70.00 $7,280.00 $29.00 $3,016.00 129.00 188.00 159.25 $60.00 118.76 16.61% fittings TUC 002-39.20 THE HOGAN CORPORATION Page 1 Bide Received: July 31,1997,11 a.m. City of Wylie Paving and Drainage Improvements along Cottonbelt Avenue BID SUMMARY . • Unit Rice Bid Analyele McMahon Contracting Tiseo Paving Trl-Con Services East Texas Construction Low Bidder Avg/gage S Dill. Item N Est.City. Unit D Amount Unit Price Unit Price Amount UN1 Price Amount Unit Price AMOUR MinimumMaximum Average Median Deviation Below Ban Bid ham. • 25 14 L.F. Furnish and instal 4-inch PVC,C-900,water main with $65.00 $910.00 $55.00 $770.00 $60.00 $840.00 $40.00 $560.00 140.00 166.00 165.00 167.60 17.60 -18.18% fittings '26 -• 1 Ea. Furnish and instal 8-Inch pate valve $750.00 $750.00 $800.00 $800.00 $1,000.00 $1,000.00 $825.00 $825.00 1760.00 11,000.00 1843.76 1812.60 178.13 11.11% 27• 1 Ea. Furnish and instal 4-Inch pate valve $475.00 $475.00 $500.00 $500.00 $600.00 $600.00 $565.00 $565.00 1475.00 1600.00 1635.00 1632.60 147.60 11.21% 28 2500 S.Y. Furnish and Instal Oroadcast searing inc)u9ng lertrizer $0.50 $1,250.00 $1.50 $3.750.00 $0.50 $1,250.60 $0.85 $2,125.00 10.60 $1.60 $0.84 $0.88 $0.34 40.30% &maintenance 29 160 C.Y. Furnish and instal ent&NOnent material for roadway $5.00 $800.00 $3.00 $480.00 $5.00 $800.00 $18.00 $2,880.00 13.00 118.00 17.76 15.00 15.13 35.48% 30 1 L.S. Actustendsbnpmartloletograde $250.00 $250.03 $3,000.00 S3,000.00 $1,000.00 $1,000.00 $350.00 $350.00 1260.00 $3,000.00 11,160.00 1e76.00 1926.00 78.28% 31 6 Ea. Furnish and Instal 2-Caliper Live Oak Trees,Including $285.00 $1,710.00 $350.00 $2,100.00 $1,000.00 $6,000.00 $650.00 $3,900.00 1285.00 $1,000.00 1671.26 1600.00 1253.76 60.11% 1-yr.warranty • Total-Base Bid Amount $144,404.90 $167,079.10 $184,041.00 $188,217.20 TI/C 002,39.20 THE HOGAN COMORATIOH Page 2 WYLIE CITY COUNCIL tvlit ACTION AGENDA COMMUNICATION ITEM NO 7 August 26, 1997 Issue Consider and act upon approving a contract with Wylie Independent School District to provide meals for Wylie Senior Citizens, Background Currently, the meals for Wylie Senior Citizens are being provided by the Collin County Committee on Aging out of McKinney. For the last 5 years the City of Wylie has participated in the program, and has made contributions totaling $12,000. Listed below is a breakdown of the cost for meals served at the Center (C) and Home Delivered (HD) meals: Nov. 92-Sept. 93 Donations # of Meals/Donation/Actual Cost C - 2,278 / $1.52/$2.59 City - $1,000 HD-2,793/ .41/$2.90 Other - $5,840 Oct. 93-Sept_94 Donations C - 1,835 / $1.44/$2.59 City - $2,500 HD-3,173/ .75/$2.90 Other - $6,529 Oct. 94-Sept 95 Donations C - 1,766/$1.58/$2.59 City - $2,500 HD-3,270/1.04/$2.90 Other - $6,696 Oct, 95-Sept. 96 Donations C - 1,262/$1.64/$2.75 City - $3,000 HD-2,895/ .77/$3.51 Other - $4,315 Oct. 96-June 97 Donations C - 1,262/$1.43/$3.04 City - $3,000 HD-2,557/1.05/3.51 Other - $2,739 There are approximately 424 meals a month (C-141, HD-283) or a total of 5,088 meals served per year. The average cost for each meal to the City is $3.35 and the average donations made by the Senior Citizens are $1.43 for the Seniors at the Center and $1.05 for the home delivered. Action Agenda Item No 7 Page 1 Background -continued Collin County requirements are that only individuals 60 years or older are served unless the spouse is younger, then the spouse is also served. They do ask for a $2.00 donation but they are not insistent. Although they do ask their income, this is not a deciding factor for delivery. They also ask for any dietary needs, but they do not prepare special needs meals. Other services provided by Collin County include the C-CART which is transportation provided for senior citizens. The C-CART must be reserved 48 hours in advance and is subject to availability. A house cleaning service is also provided to shut-in senior citizens. These services will still be provided to the senior citizens of Wylie by Collin County Committee on Aging even though we would not be requesting meals for home delivery. If a home delivered client would still like to receive their meals from Collin County, they may request Collin County to deliver them a meal. Collin County Committee on Aging has stated that any Wylie resident will not be denied services if they request the service from them. Over the past two years donations from businesses and the private sector have continued to decline. The response from solicitors has indicated that people in Wylie would be more apt to give if they were guaranteed the monies would be used for the Senior Citizens in Wylie. The quality and quantity of the food has been lacking over the last year. Often the Senior Citizens at the center have complained of the meal. In examining other options, the school district and the hospital were both approached on the idea of providing meals for the seniors. The hospital is currently undergoing major construction and at this time they are uncertain about the possibility of providing meals. The school district has been most responsive to the idea. Kristy Stone, Food Specialist with the School District, provided a test meal delivered to all of the seniors at the center in May. The quantity and quality was well received by 14 of the 15 seniors present. The school district has stated that they will meet any dietary needs of seniors with health problems and they are offering a 2 year contract for$3.00 per meal. Personnel from the school district will work over the holidays and the summer to prepare the meals, however, no meals will be prepared on nationally observed holidays. If this plan is implemented the home delivery and center meals would be charged $2.00 per day for those over 60 years of age and $3.00 for those under 60 years of age. By charging only $2.00 to those over 60 years of age, this would leave a deficit of $1.00 per meal. Efforts are now underway from the Senior Citizen Advisory Committee to solicit funds to cover the $1.00 difference on the cost of meal and to assist any of the clients that are not in a position to pay for the meal. Recently, the City received $12,000 from Griffin Industries to be used for the Senior Citizens Meals. After paying about$4,500 that is due to Collin County Committee on Aging to bring the account up to date, this will leave a cushion of about $7,500. Frances Bryant, who currently handles all of the scheduling of volunteers, carry out meals, meal ordering and donations for the meals will continue to monitor the Center and the Home Delivered meals. Volunteers will still be needed to deliver the meals to the homebound. A meeting was held with the volunteers on Thursday, August 21, 1997 to explain the possibility of the new program. The volunteers were very excited about the new program and are willing to continue delivering the home delivered meals. Action Agenda Item No 7 Page 2 Financial Consideration The Senior Citizen Advisory Committee is in charge of raising sufficient monies to help fund the project throughout the year. Gerry Whitt and Rita Smith are currently contacting the local business in Wylie and surrounding areas. The school district will be charging $3.00 a meal and will bill the City monthly for the meals purchased for that month. The home delivered and meals at the center will be charged $2.00 for each meal for those over 60 years of age. Anyone under 60 years of age wishing to join the Senior Citizens for a meal may purchase their meal for $3.00. The City is currently budgeting $3,000 per year. A deficit of about $4,500 is due to Collin County on Aging to bring the account up to date. This will clear our account to September 15th. Other Consideration Article 2, Section 1 C of the Wylie City Charter allows Council to cooperate with and political subdivision for any lawful purpose for the advancement of the interests, safety, convenience and welfare of its inhabitants. Board Recommendation The Senior Citizen Advisory Committee recommends approval of the contract with the school district. The group has designated Rita Smith and Gerry Whitt to solicit funds from area businesses. Attachment Contract from WISD Sample Menu ir\:JAL CheQ,41.$4 Prepared by Reviewed by F nance City Manager Approval Action Agenda Item No 7 Page 3 AUG. 15. 1997 12: 34PM WYI,IE I. S. D. NO. 4422 P. 2/3 WYLIE INDEPENDENT SCHOOL DISTRICT FOOD SERVICE DEPARTMENT August 15, 1997 Dear Susan Shuler: Please find below a contact for the Meals on Wheels and Community Center lunches. The Wylie Independent School District agrees to provide hot lunches for the Wylie Community Center and for those citizens requiring home delivery of these meals. The cost for meals will be$3.00 per meal, subject to review after one year. The district will provide a statement to the City of Wylie on or about the end of each month stating the number of meals served and the amount due for these meals. The Wylie ISD will also provide two shelf meals for each participant at$3.00 per meal. The Wylie ISD will provide a monthly menu for these meals and will solicit input from the participants as to acceptably. These meals will be provided five days a week,including the summer months and school breaks. Meals will not be provided on national holidays (New Year's, Easter, Memorial Day, Fourth of July, Labor Day,Thanksgiving,Christmas). The city will pick up the meals at the school and provide the delivery service to the participants. The term of this contract is two years. Sincerely, 144 j Kristie Stone Food Service Director P-O. BOX 490 • WYLIE, TX • 75096 PHONE: 972.429-3465 • PAX 972-442-5368 A G. 15. 1997 12: 34?IyI KLIE I. S. D. NO. 4422 ?. 3/3 eammotourrt &reit l September Monday Tuesda, Wednesday Thursday Friday ..� 1 2 3 �— 5 Chicken-fried Steak Turkey Tetrazinni Honey-Lemon Chicken Beef Enchiladas Mashed Potatoes w/ Texas Toast Macaroni& Cheese Refried Beans Labor Day Gravy Steamed Broccoli Peas& Carrots Rice Spiced Apples Red Grapes Pineapple Chunks Tossed Salad Black-eye Pea Salad Tossed Salad Golden Biscuit Banana Hot Roll Yellow Cake w/ ice Cream Chilled Pudding Fruited Jello Chocolate Frosting 8"---- 9 10 11 12 Lasagna wl Catfish Strips Oven-fried Chicken Chicken Fajetas w/ Chicken Nuggets Texas Toast Green Beans Texas Toast Flour Tortillas French Fries Green Beans Coleslaw Japanese Vegetables Fluffy Rice Pea Salad Tossed Salad Fruit Cocktail Whole Kernel Corn Pinto Beans Banana Apple Wedges Hot Roll Rosy Applesauce Tomatoes w/Rotini Golden Biscuit Sugar Cookie Jello Cups Wacky Cake Fruit Crisp _ Choc Chip Cookie 15 16 17 18 19 Steak Fingers Chicken& Macaroni BBQ Beef on Bun Chicken Enchiladas Spaghetti w/Meatsauce Mashed Potatoes w/ Squash Casserole Macaroni&Cheese Pinto Beans &Garlic Roll Gravy Green Beans Black-eye Peas Fluffy Rice Tossed Salad Vegetable Soup Fruit Cocktail Apple Wedges Red Grapes Whole Kernel Corn Crackers Hot Roll Cinnamon Crispie Soapapilla Chilled Pears Waldorf Salad Fruited Jello Chocolate Pudding Frozen Fruit Bar 22 — 23 24 25 26 Catfish Strips Chicken Fried Steak Stir-Fried Chicken w/ Stuffed Baked Potato Turkey Pot Pie French Fries Mashed Potatoes w/ Vegetables w/Texas Toast California Vegetables Tossed Salad Gravy Fluffy Rice Tossed Salad Fruit Cocktail Chilled Peaches Seasoned Spinach Carrots Pinto Beans Banana Texas Toast Blushing Pears Red Grapes Pineapple Chunks Jello Cups Sugar Cookie Hot Roll Yellow Cake w/ Iced Cream Fruited Jello Lemon Glaze 29 30 1 2 3 Hot Ham&Cheese Salisbury Steak Oven-fried Chicken Grilled Cheese Sand Steak Fingers w/ French Fries Mashed Potatoes WI Texas Toast Chicken Noodle Soup Texas Toast Pasta Salad Gravy Macaroni &Cheese Crackers French Fries Apple Wedges Green Beans Black-eye Peas Tomatoes w/Rotini Pea Salad Vanilla Cookie Spiced Apples Tossed Salad Orange Smiles Banana Hot Roll Cinnamon Crispie Fruit Crisp Frozen Fruit Bar Jello Cups WYLIE CITY COUNCIL ACTION AGENDA COMMUNICATION ITEM NO 8 August 26, 1997 Issue Consider and act upon the naming of the New Community Center. Background With the completion of the new Community Center, the City Council requested that the Park and Recreation Advisory Board consider a new name for the facility. It has been suggested that the Center be named in honor of Wylie citizen, Mr. Bart Peddicord. Mr. Peddicord has been an active member of the Wylie community for many years and during that time has served the Wylie community in numerous volunteer capacities. Mr. Peddicord's activities have included serving as a School Crossing Guard, a member of the Senior Citizens Advisory Committee, a member and Chairman of the Planning and Zoning Commission, a Crime Watch Coordinator and Block Captain, a member of the Development Corporation, and a member of the Impact Fee Advisory Committee. In addition, Mr. Peddicord served as an Election Judge for City and School elections, is an active member of the WISD Gold Card Club, and is a Friend of the School. Financial Considerations As a part of the FY98 Budget, the Park and Recreation Advisory Board recommended approval of$2,000.00 in 4B funding for the placement of a sign at the new building. Other Considerations N/A Board/Commission Recommendations The Park and Recreation Advisory Board will review this request during their August 25 meeting. Action Agenda Item No 8 Page 1 Staff Recommendation N/A Attachment None f rrvJAQ. cael,..4 Prepare y Reviewed by Finance City Manager Approval Action Agenda Item No 8 Page 2 WYLIE CITY COUNCIL ACTION AGENDA COMMUNICATION ITEM NO 9 August 26, 1997 Issue Consider approval of a proposed city-wide special collection of brush and bulky waste. Background Last year, in response to complaints from some citizens about B.F.I.'s $15.00 minimum service charge for a special pick-up of brush or bulky waste, the Council considered a proposal to add regularly scheduled brush/bulky collection to the City's contract for residential solid waste collection. The initial recommendation of City staff was to amend the contract to add three scheduled bulky pick-ups per year at a cost of $.50 per month for each residential customer. During discussions of the proposed expanded service, B.F.I. advised the City that they would seek a rate increase in fiscal 1998 due to rising landfill disposal costs. The exact amount of that rate increase was not known at the time. With the promise of an unspecified increase in the future, the Council was reluctant to raise the residential rate at that time and rejected the proposed additional service. Instead, it was decided to schedule a one time city- wide collection of brush and bulky waste, the cost of which would be funded by the City. A collection date following the Labor Day holiday was selected. The level of participation far exceeded expectations and, of a house count of 3,640 residential units, 3,618 households set out a total 97,559 pounds of brush and bulky items. On August 20, City staff and representatives from B.F.I. met for the first time to begin negotiating a cost-driven rate modification. The amount of the expected rate increase is still unknown. In an effort to schedule a post-Labor Day bulky waste collection, another city-wide pick-up has been proposed for Saturday, September 13. The cost to the City would be a flat fee of$4,700.00. Provided herewith are B.F.I.'s description of the scope of service and an ad publicizing the special collection (Note that there is a typo in the ad which will be corrected prior to publication.). If the announcement can be included as an insert in the "Living in Wylie" newsletter, in lieu of a newspaper ad, the cost of advertising (approximately $160.00) will be deducted from B.F.I.'s charge to the City. Financial Consideration Funds for the city-wide bulky waste collection are available in the General Fund Combined Services budget for fiscal 1997. Action Agenda Item No 9 Page 1 Other Considerations N/A. Board/Committee Recommendation N/A. Staff Recommendation_ Staff recommendation is that Council approve the proposed city-wide brush and bulky waste collection to be scheduled September 13, 1997. Attachments B.F.I. Letter Advertisement Copy 1111, 1-\6/tevYl& rtywte 6e_0(444• Prepared by Reviewed by i nc City Manager Approval Action Agenda Item No 9 Page 2 BF' August 19, 1997 Mr. Jim Holcomb Purchasing Agent City of Wylie 2000 Hwy. 78 North Wylie, TX 75098 Dear Jim: - In response to the City's request for a one time, city-wide brush and bulky collection, BFI is proud to provide the following. ► Residents may set out reasonable amounts (up to 10 bulky items or bundles of brush) on Saturday, September 13, 1997. (No household trash, i.e. wet garbage,may be included.) ► Brush must be cut to 4 foot lengths,tied and bundled,with a maximum weight of 40 pounds per bundle. ► Bulky items include furniture, appliances, and other items too large to fit inside the carts. ► The U.S. EPA prohibits the disposal of any appliances containing Freon without a Certificate of Removal such as refrigerators, freezers, air conditioners or any appliance containing chlorofluorocarbon(CFC)refrigerants. ► Unacceptable items include tires,paint cans, oil,batteries or other household hazardous materials, and commercial construction debris. (Empty paint cans are acceptable if the lids are removed and the paint is completely dry.) ► BFI will provide a report of total collection to the City at the end of the week. ► BFI will place a 1/4 page notice in the Wylie News announcing the special collection. ► The charge to the City of Wylie will be a flat fee of$4,700 for this service. If you have any questions,please don't hesitate to give me a call at 972/225-0964. Sincerely yours, F Randi Colleen Smith Public Sector Specialist cc: Tim Henderson 450 East Cleveland Road•P.O.Box 1309•Hutchins,Texas 75141-1309 Phone 972-225-8151 •Fax 972-225-6582 www.bfi.com 30%.Post-Consumer Q CITY-WIDE BRUSH & BULKY ITEM COLLECTION SCHEDULED FOR WYLIE RESIDENTS The City of Wylie and BFI are sponsoring a special, city-wide brush and bulky collection. On Monday, September 13, Wylie residents may set up to a total of 10 bulky items or bundles of brush at the curb for special collection. Acceptable Items Include: ► Bulky items such as furniture, appliances, and items too large to fit inside your cart. No household trash, i.e. wet garbage will be collected. ► Brush, cut to 4 foot lengths, tied and bundled, with a maximum weight of 40 lbs. per bundle. Unacceptable Items Include: ► Tires, paint cans, oil, batteries or other household hazardous materials. ► Appliances containing Freon, i.e. freezers, air conditioners, refrigerators, are prohibited by the U.S. EPA unless they have a Certificate of Removal, therefore, these items will not be collected unless a Certificate is attached. ► No commercial construction debris. SPECIAL BRUSH & BULKY COLLECTION SATURDAY, SEPTEMBER 13th BFI COLLECTS BRUSH & BULKY ITEMS